HomeMy WebLinkAbout09 - Concrete Replacement Program Fiscal Year 2025-26 - Award of Contract No. 9945-1 (26R06)Q �EwPpRT
CITY OF
s NEWPORT BEACH
`q44:09 City Council Staff Report
November 18, 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: Andy Tran, Principal Civil Engineer - 949-644-3315,
atran@newportbeachca.gov
TITLE: Concrete Replacement Program Fiscal Year 2025-26 — Award of
Contract No. 9945-1 (26R06)
ABSTRACT:
The City of Newport Beach received construction bids for the Concrete Replacement
Program Fiscal Year 2025-26 project and requests City Council approval to award the
construction contract to CJ Concrete Construction, Inc. of Santa Fe Springs. This project
will replace deteriorated concrete sidewalks, cross gutters, driveways, curbs and gutters,
and storm drain inlet decks in the Eastbluff, North Ford, Santa Ana Heights, Bayview and
Airport Area communities, and at various nearby City parks.
RECOMMENDATIONS:
a) Find this project exempt from the California Environmental Quality Act (CEQA)
pursuant to Section 15301(c), Class 1 (maintenance of existing public facilities
involving negligible or no expansion of use) of the CEQA Guidelines, because this
project has no potential to have a significant effect on the environment;
b) Approve the project plans and specifications;
c) Award Contract No. 9945-1 to CJ Concrete Construction, Inc. for the total bid price of
$815,010 for the Concrete Replacement Program Fiscal Year 2025-26 project, and
authorize the Mayor and City Clerk to execute the contract; and
d) Establish a contingency of $160,000 (approximately 20% of the total bid) to cover the
cost of unforeseen work not included in the original contract.
DISCUSSION:
The proposed project is located in the Eastbluff, North Ford, Santa Ana Heights, Bayview
and Airport Area communities, and at various nearby City parks. Proposed improvements
include replacing deteriorated concrete sidewalks, cross gutters, driveways, curbs and
gutters and storm drain inlet decks. This program precedes the annual street pavement
repair and slurry seal programs, which are both scheduled to start in the late winter and
spring of 2026, respectively.
9-1
Concrete Replacement Program Fiscal Year 2025-26 — Award of Contract No. 9945-1
(26R06)
November 18, 2025
Page 2
At 10 a.m. on October 21, 2025, the City Clerk opened and read the following bids for this
project:
BIDDER
TOTAL BID AMOUNT
Low
CJ Concrete Construction, Inc.
$815,010.00
2nd
S&H Civilworks
$1,000,000.00
3rd
Kalban, Inc.
$1,004,000.00
4th
Gri olla & Sons Construction Co., Inc.
$1,058,500.00
5th
Pavement Rehab Company
$1,063,000.00
6th
Hardy & Harper, Inc.
$1,156,890.00
7th
Aneen Construction, Inc.
$1,164,000.00
8th
DASH Construction Co., Inc.
$1,164,400.00
9th
TOWO Enterprise, Inc.
$1,171,500.00
10th
Gentry General Engineering, Inc.
$1,187,750.00
11 th
Diamond Construction
$1,204,240.00
12th
Van Engineering, Inc.
$1,328,910.00
13th
AVA Builders, Inc.
$1,840,825.00
14th
PUB Construction, Inc.
$1,928,391.00
15th
All American Asphalt
$2,223,322.20
The City received 15 bids for this project. The low bidder, CJ Concrete Construction, Inc.,
possesses a California State Contractor's License Classification "A", as required by the
project specifications. A review of references for CJ Concrete Construction, Inc. shows
satisfactory completion of similar contracts for other municipalities.
CJ Concrete Construction, Inc.'s bid was 36.5% below the engineer's estimate of
$1,283,000. The significant difference between the low bid and the engineer's estimate
was due to recent decreases in material and labor cost and a very competitive bid
environment. Many of the bid item prices were well below what we have received in recent
years.
Pursuant to the contract specifications, the contractor will have 60 consecutive working
days to complete the project. Work is scheduled to start in December 2025.
The project plans and specifications will be available for review at the November 18, 2025,
City Council meeting or upon request.
FISCAL IMPACT:
The adopted Capital Improvement Program budget includes sufficient funding for the
award of this contract. The following funds will be expended-
9-2
Concrete Replacement Program Fiscal Year 2025-26 — Award of Contract No. 9945-1
(26R06)
November 18, 2025
Page 3
Account Description
General Fund
General Fund
Parks Maintenance Master Plan
Parks Maintenance Master Plan
Proposed fund uses are as follows:
Vendor
CJ Concrete Construction, Inc.
CJ Concrete Construction, Inc.
Various
Account Number
01201927-980000-25R06
01201927-980000-26R06
57001-980000-25R06
57001-980000-26R06
Total:
Purpose
Construction Contract
Amount
$
82,107.01
$
811,467.99
$
65,360.00
$
19,065.00
$
978,000.00
Construction Contingency $
Printing & Incidentals $
Amount
815,010.00
160,000.00
2,990.00
Total: $ 978,000.00
The Parks Maintenance Master Plan (PMMP) includes a comprehensive condition
assessment of all City parks and prioritizes capital repairs and major maintenance based
on a variety of factors including current condition and age of parks. This program funds a
variety of capital repair and maintenance projects to keep City parks in good condition.
The PMMP is funded through the General Fund.
Staff believes the unit bid prices received were very competitive and lower than what we
have typically seen in the last couple of years. For that reason and to take advantage of
these competitive bid prices, staff recommends establishing $160,000 (approximately
20% of the total bid) for contingency purposes and unforeseen conditions associated with
construction. This will provide staff the ability to add additional concrete improvements as
discovered or identified during construction.
ENVIRONMENTAL REVIEW:
Staff recommends the City Council find this project exempt from the California
Environmental Quality Act (CEQA) pursuant to Section 15301(c), Class 1 (maintenance
of existing public facilities involving negligible or no expansion of use) 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.
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 — Location Map
9-3
ATTACHMENT A
•
1
ti--.
Y
1 f
�.
ffigal
• on
rl�
v�°" mndnllnl �> �1
LOCATIONS
odo jrp : �1.
I
\�` �'���� � limos ��� ,1:t' 'l�==� •:�:�
Al
CONCRETE REPLACEMENTCITY OF NEWPORT
PROGRAM FY 2025-26 PUBLIC WORKS
LOCATION MAP 994•'1•F11/18/2025
9-4