HomeMy WebLinkAbout09 - Corporation Yard Improvement Project - Award of Contract No. 7876-2Q �EwPpRT
CITY OF
s NEWPORT BEACH
`q44:09 City Council Staff Report
June 24, 2025
Agenda Item No. 9
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: David A. Webb, Public Works Director - 949-644-3311,
dawebb@newportbeachca.gov
PREPARED BY: Tom Sandefur, Assistant City Engineer - 949-644-3321,
tandefur@newportbeachca.gov
TITLE: Corporation Yard Improvement Project - Award of Contract No.
7876-2
ABSTRACT:
The City of Newport Beach received construction bids for the Corporation Yard
Improvement Project. Staff requests City Council approval to award the construction
contract to Legion Contractors, Inc. of Los Angeles. This project involves making various
improvements to the City's Corporation Yard at 592 Superior Avenue including the
removal and replacement of the unleaded gasoline fuel system, relocation of the wash
rack, installation of a new restroom building, expansion of the existing tipping floor for the
refuse transfer station, installation of a truck weighing scale, and installation of a slow -fill
compressed natural gas (CNG) fueling system.
RECOMMENDATIONS:
a) Find this project exempt from the California Environmental Quality Act (CEQA)
pursuant to Section 15301 (Existing Facilities) of the CEQA Guidelines, California
Code of Regulations, Title 14, Chapter 3, because this project has no potential to
have a significant effect on the environment;
b) Approve the project plans and specifications;
c) Approve Budget Amendment No. 25-077 appropriating $770,296 in increased
expenditures in Account 14201-980000-20F14 from the AQMD Fund unappropriated
fund balance, and appropriating $270,000 in increased expenditures in Account No.
16001-980000-20F14 from the Environmental Liability Fund unappropriated fund
balance;
d) Award Contract No. 7876-2 to Legion Construction, Inc. for the total bid price of
$7,188,000 for the Corporation Yard Improvement Project, and authorize the Mayor
and City Clerk to execute the contract;
e) Award Contract No. 7876-3 to Clean Energy, Inc. for the total bid price of $280,656
for the relocation of the fast fill compressed natural gas dispensers, and authorize
the Mayor and City Clerk to execute the contract;
f) Authorize the purchase through cooperative bidding site Sourcewell of a new
prefabricated restroom building from Public Restroom Company for the price of
$228,058, and
g) Establish a contingency of $718,800 (approximately 10% of total bid) to cover the
cost of unforeseen work not included in the original contract.
9-1
Corporation Yard Improvement Project - Award of Contract No. 7876-2
June 24, 2025
Page 2
DISCUSSION:
The City's Corporation Yard (Yard) located at 592 Superior Avenue is an approximately
8-acre site that serves as the primary operating center for the Public Works Department's
Municipal Operations Division. Among the Yard's many functions, it serves as the primary
refueling site for the City's vehicle fleet. A portion of the Yard also includes a refuse
transfer station where garbage from the City's waste haulers is sorted into large transfer
trailers for transport to a landfill, recycling center, or organic composting facility.
The permit for the existing tank is expiring and the tank is ineligible for renewal due to the
tank's single -wall design. All new underground tanks are required to have multiple levels
of redundancy and monitoring to prevent underground fuel leaks. This project removes
the existing underground unleaded fuel tank and replaces it with an above -ground fuel
tank. The new tank and fuel pump will be placed in a new fuel island near the existing
diesel fuel pump further back in the yard. This will consolidate the fueling activities within
the Yard into one location for improved operations and oversight.
The existing fast -fill CNG pump, currently located at the same fuel island as the unleaded
pumps, will be relocated in the same current location, towards the wall surrounding the
existing fast -fill equipment. This CNG fueling station is used by both the City and the
public at -large. It is the only CNG fueling location in Newport Beach and is used frequently
by trash trucks, school buses, and other outside agencies for their fueling needs. The
City's existing Memorandum of Understanding with the CNG operator, Clean Energy,
allows for the relocation of the pumps provided the City bear the cost. It is recommended
that the City agree to fund the relocation of the pumps to keep the CNG fast -fill available
for both City vehicles and the public.
As part of the relocation and consolidation of the new unleaded gasoline island, the
existing vehicle wash rack (used to clean large City vehicles such as street sweepers,
garbage trucks, and construction equipment) and the dilapidated, stand-alone staff
restroom facility located just behind the wash rack will also be rebuilt. In order to replace
the restroom building, staff solicited a new prefabricated restroom from the cooperative
and competitive bid platform Sourcewell. This provides pricing certainty and guarantees
that the City will receive the restroom facilities needed without substitution. As part of this
action, it is recommended that Council approve the purchase and delivery of the
prefabricated staff restroom. The installation and utility connection of the restroom will be
handled by the project's contractor.
To further improve the City's fleet fueling needs, the project also installs CNG slow -fill
fueling stanchions in an existing parking lot. These fueling spaces will allow City vehicles
to fill up with CNG fuel while parked overnight.
This slower, lower pressure fueling allows for a more complete fill of the vehicle's tanks,
providing more range per fill -up. The overnight filling also ensures that the vehicles will
be filled and ready in the morning when City employees come to work or if there is a need
to access the vehicle off hours for an emergency.
In addition to the fueling improvements, the project also addresses the City's transfer
station. The City's refuse contractor brings waste to this transfer station and sorts it into
larger trucks for off -site disposal.
9-2
Corporation Yard Improvement Project - Award of Contract No. 7876-2
June 24, 2025
Page 3
Recent modifications to the State regulations surrounding waste disposal require organic
material (green waste) now be separated from the general waste stream. To
accommodate the additional organic waste stream, the project will expand the existing
tipping floor of the transfer station to add a third collection shoot. This will allow the trucks
hauling organic materials to dump them into the appropriate truck for transport to a
mulching or composting facility. The work also installs a truck scale in the Yard that allows
for accurate weighing and recording of the City's waste tonnage export. This scale could
also allow for the acceptance and cost charging of municipal waste collected by other
haulers.
At 2 p.m. on May 1, 2025, the City Clerk opened and read the following bids for this
project:
BIDDER
TOTAL BID AMOUNT
Low
Legion Contractors, Inc.
$7,188,000
2nd
Archico Design Build, Inc.
$7,979,000
3rd
Horizons Construction Company Int'I, Inc.
$8,652,910
4th
FEC Future Contractors and Engineers, Inc.
$8,997,000
5th
R213uild
$9,155,043
6th
Environmental Construction, Inc.
$9,208,925
The City received six bids for this project. The low bidder, Legion Contractors, Inc.,
possesses a California State Contractor's License Classification "A", as required by the
project specifications. A review of references for Legion Contractors, Inc. shows
satisfactory completion of contracts for other public agencies including the City of
Santa Ana, La Habra, Placentia and Long Beach.
Legion Contractors' bid was approximately 11 % above the engineer's estimate of
$6,460,000. The difference in bids versus the estimate was primarily due to the cost of
the fueling improvements. The bids were consistently about double the predicted cost.
Pursuant to the contract specifications, the contractor shall have 365 consecutive
calendar days to complete the project. Work is scheduled to start in fall 2025.
The project plans and specifications will be available for review at the June 24, 2025,
City Council meeting or upon request.
FISCAL IMPACT:
Upon approval of the proposed Budget Amendment, the adopted Capital Improvement
Program budget includes sufficient funding for the award of this contract. The following
funds will be expended:
Account Description
General Fund
Environmental Liability
Facilities Financing Plan (FFP)
AQMD Subvention Funds
Account Number
01201925-980000-20 F 14
16001-980000-20F14
51201-980000-20F14
14201-98000-20F14
Total:
Amount
$ 97,317
$ 270,000
$ 7,286,068
$ 786,615
$ 8,440,000
9-3
Corporation Yard Improvement Project - Award of Contract No. 7876-2
June 24, 2025
Page 4
Proposed fund uses are as follows:
Vendor
Purpose
Amount
Legion Contractors, Inc.
Construction Contract
$
7,188,000
Legion Contractors, Inc.
Construction Contingency
$
718,800
Clean Energy
Relocation of CNG dispenser
$
280,656
Public Restroom Company
Prefabricated restroom
$
228,058
Harrington Geotechnical
On -Call Geotechnical
$
24,486
Total:
$
8,440,000
The Environmental Liability fund is used for fees collected from the City's franchised
haulers. These fees can only be used to offset or mitigate the liability created by the
commercial haulers that pay into it. Additionally, these fees cannot be used for residential
solid waste. The funds will be used for constructing the truck scale and modifications to
the transfer station that will then allow for future commercial refuse to be transferred at
the station. This, in turn, reduces the number of collection truck trips to the recycling
centers and landfill.
AQMD (Air Quality Management District) Subvention Funds are funded by an additional
motor vehicle registration fee, imposed by SCAQMD (South Coast Air Quality
Management District), to finance the implementation of mobile source air pollution
reduction programs necessary to attain State and Federal ambient air quality standards.
These funds will be used toward expansion of the CNG fueling system.
The City's FFP is a comprehensive master facilities replacement schedule that projects
the timing of construction of facility projects; projects the schedule of any planned debt
issuance; includes all relevant revenue sources and expenditures on a yearly, project -by -
project basis; and determines the long-term "level funding" annual budget commitment
that is required to support the program.
Staff recommends establishing $718,800 (approximately 10% of total bid) for contingency
purposes and unforeseen conditions associated with construction.
The project plans and specifications will be available for review at the June 24, 2025,
City Council meeting or upon request.
ENVIRONMENTAL REVIEW:
Staff recommends the City Council find this project exempt from the California
Environmental Quality Act (CEQA) pursuant to Section 15301 (Existing Facilities) of the
CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no
potential to have a significant effect on the environment.
NOTICING:
The agenda item has been noticed according to the Brown Act (72 hours in advance of
the meeting at which the City Council considers the item).
ATTACHMENT:
Attachment A — Budget Amendment
9-4
ATTACHMENT A
m City of Newport Beach
> BUDGET AMENDMENT
2024-25 BA#: 25-077
Department: Public Works
ONETIME: ❑� Yes [-]No
Requestor: Trevor Smouse
Approvals
❑ CITY MANAGER'S APPROVAL. ONLY
Finance Director: Date Oils
0 COUNCIL APPROVAL REQUIRED City Clerk: Date
EXPLANATION FOR REQUEST:
To increase expenditure appropriations in the Air Quality Management District (AQMD) Fund and Environmental Liability Fund ❑ from existing budget appropriations
for the City's Corporation Yard Improvement CNG Fueling Station CIP project (20F14). ❑ from additionai estimated revenues
❑ from unappropriated fund balance
REVENUES
Fund #
Org
Object Project
Description
Increase or (Decrease) $
Subtotal $
EXPENDITURES
Fund #
Org
Object Project
Description
Increase or (Decrease) $
142
14201
980000 20F14
AIR QUALITY MGMT DISTRICT CIP - CIP EXPENDITURES FOR GL
770,296.00
160
16001
980000 20F14
ENVIRONMENTAL LIABILITY CiP - CIP EXPENDITURES FOR GL
270,000.00
Subtotall $ 1,040,296.00
FUND BALANCE
Fund #
Object
Description
Increase or (Decrease) $
142
300000
AIR QUALITY MGMT DISTRICT FUND - FUND BALANCE CONTROL
(770,296.00)
160
300000
ENVIRONMENTAL LIABILITY FUND - FUND BALANCE CONTROL
(270,000.00)
Subtotal $ (1,040,296.00)
Fund Balance Change Required
9-5