Loading...
HomeMy WebLinkAbout2018-05-22 - AGENDA REPORTS - COPPER HILL PARK RESTROOM PROJ P4015 (2)Agenda Item: 16 CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR t, CITY MANAGER APPROVAL: �1 DATE: May 22, 2018 SUBJECT: COPPER HILL PARK RESTROOM, PROJECT P4015 APPROVE PLANS, SPECIFICATIONS, AND AWARD CONSTRUCTION CONTRACT DEPARTMENT: Public Works PRESENTER: Damon Letz RECOMMENDED ACTION City Council: 1. Approve the plans and specifications for the Copper Hill Park Restroom, Project P4015. 2. Award the construction contract to Leonida Builders, Inc. in the amount of $396,000 and authorize a contingency in the amount of $39,600, for a total contract amount not to exceed $435,600. 3. Authorize the transfer of General Fund in the amount of $9,979 from the Orchard Village Road and Wiley Canyon Road Bridge Evaluation project expenditure account S1046601- 5161.001; $5,000 from the 2017-18 Rubberized Playground Surface Replacement expenditure account M4013601-5161.001; and $41,021 from the 2013-14 Highway Safety Improvement Program expenditure account C0043601-5161.001 to expenditure account P4015601-5161.001. 4. Authorize the City Manager or designee to execute all documents, subject to City Attorney approval. BACKGROUND Copper Hill Park was annexed into the City of Santa Clarita (City) in 2012 as part of the North Copper Hill Annexation. The amenities currently available at the five and half acre neighborhood park include a large turf area, eight -to -ten -foot -wide concrete walking paths, benches, a parking lot, and trash enclosure. Page 1 Packet Pg. 168 After assuming maintenance and programming of the park, staff identified a number of improvements necessary to bring the park up to City standards. These improvements include a restroom building, drinking fountains, and a playground. This project will provide the restroom building and drinking fountains, while the playground area will be installed in the next phase of the project. This project supports the Building and Creating Community theme of the Santa Clarita 2020 plan. On June 14, 2016, the City Council awarded the construction contract to ODC Engineering and Technology (ODC). However, at that time, the City was deciding whether to use the Copper Hill Park site for the new Saugus Library Center and therefore decided to put the project on hold. The City enacted its right to withdraw from the executed contract with ODC on June 30, 2016, to pursue the site for the new library location, and ODC was informed of such decision on November 14, 2016. After the site evaluation for the Saugus Library Center was completed and the Copper Hill Park site was not chosen for that project, staff was authorized to rebid the originally proposed project. The invitation to rebid this project was published twice, on February 28 and March 7, 2018, and was posted on the City's website. Five bids were submitted to the City and opened by Purchasing on March 30, 2018. The bid results are shown below. Company Cybertech Construction Company, Inc Leonida Builders, Inc. Golden Gate Construction Stevens Construction, Inc. AVA Builders, Inc. Location Bid Amount Tarzana, CA $348,777.00 Santa Clarita, CA $396,000.00 Norwalk, CA $578,782.00 Lancaster, CA $651,655.00 North Hollywood, CA $712,585.96 After staff reviewed the bid submitted by the apparent low bidder, Cybertech Construction Company, Inc. it was determined to be non-responsive for failure to provide adequate information on the List of References returned on April 23, 2018. Consequently, staff reviewed the bid received from Leonida Builders, Inc. and found them to be the lowest responsive bidder. Staff recommends awarding the construction contract to Leonida Builders, Inc. This contractor possesses a valid state contractor's license and is in good standing with the Contractors State License Board. The requested construction contingency amount of $39,600, will cover the cost for unforeseen site conditions, such as potential utility conflicts, abandoned utilities not shown in record drawings, change order requests made by the contractor, and change orders for additional work ordered by the City. The total project budget for the restroom building, drinking fountains, and playground equipment is $563,676. However, $150,000 was re -budgeted to Fiscal Year 2018-19 to provide for the second phase of the project, which will install playground equipment, creating a shortfall for this project. To alleviate the shortfall, staff identified project savings in the amount of $56,000 to Page 2 Packet Pg. 169 support various project related costs. The requested transfer of project savings in the amount of $56,000 will create a total budget of $469,676 for construction related costs, including the construction contract plus contingency, construction support contracts, staff and consultant time for project management, public works inspection, parks inspection, environmental monitoring, labor compliance, and miscellaneous project administrative costs. ALTERNATIVE ACTION Other action as approved by City Council. FISCAL IMPACT Upon approval of the recommended actions, adequate funds will be available in expenditure accounts P4015305-5161.001 (Park Dedication Fund) and P4015601-5161.001 (General Fund - Capital) to support the recommended contract and all related construction support and administrative costs. ATTACHMENTS Bid from Leonida Builders, Inc. Location Map Page 3 Packet Pg. 170 SECTION C: PROPOSAL COPPER TALL PARK RESTROOMS, PROJECT P4015 BID: PR -15-16-P4015 TO THE CITY OF SANTA CLARITA, AS Agency: In accordance with Agency's Notice Inviting Bids, the undersigned Bidder hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above -stated project as set forth in the Plans, Specifications, and Contract Documents therefore, and to perforin all work in the manner and time prescribed therein. Bidder declares that this Proposal is based upon careful examination of the work site, Plans, Specifications, Instructions to Bidders, and all other Contract Documents. If this Proposal is accepted for award, Bidder agrees to enter into a Contract with Agency at the unit and/or lump sum prices set forth in the following Bid Schedule. Bidder understands that failure to enter into a Contract in the manner and time prescribed will result in forfeiture to Agency of the Proposal guarantee accompanying this Proposal. If awarded the Contract, the undersigned further agrees that in the event of the Bidder's default in executing the required Contract and filing the necessary bonds and insurance certificates within ten (10) working days after the date of the Agency's Notice of Award of Contract to the Bidder, the proceeds of the security accompanying this Bid shall become the property of the Agency and this Bid and the acceptance hereof may, at the Agency's option, be considered null and void. Bidder understands that a Bid is required for the entire Work; that the estimated quantities of work and materials to be performed, constructed, or furnished as set forth in the Bid Schedule are solely for the purpose of comparing Bids; and that final compensation under the Contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO INCREASE OR DECREASE THE AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, and fees. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. Bidder agrees that the price bid for the project shall include all costs covering the performance of the Work, including the furnishing of labor, materials, tools, and equipment. Bidder further a ees that the cost of work necessM for the completion of a 12articular Bid Schedule item has been included in the Bid Price for that item unless the work is specifically included in another item, and if there is no Bid Item fora particular item of work full compensation for such work shall be considered as included in the prices bid for other items of work. Company Name: Leonida Builders Inc. Company Address: 15821 Live Oak Springs Canyon Rd, Santa Clarita, CA 91387 E-mail Address: panikos@leonidabuil Panagiotis Leonida Print Name Signature: Copper Hill Park Restroom, Project P4015 Bid: ENG 17-18-P4015 Title: President Date: 3125/18 City of Santa clarity C-1 16.a Packet Pg. 171 16.a SECTION C: BID SCHEDULE COPPER HILL PARK KESTROOX, PROJECT P4015 BID: ENG -17-18-P4015 NOTE: ALL WORK TO BE PROVIDED AND INSTALLED COMPLETE PER PLANS AND SPECIFICATIONS. If the number entered on this page conflicts with what is entered on PlanetBids the number entered on PlanetBids shall govern. BASE BID SCHEDULE ITEM DESCRIPTION QTS. UNIT CONTRACT UNIT PRICE EXTENDED AMOUNT A. PROJECT START UP 1. Mobilization (not to exceed 2 percent of base bid amount). I LS $ 6,000 $ 6,000 2. Construction Chain-Iink Fence. 1 LS $ 2,000 $ 2,000 3. Protect in Place Walkway from Parking Lot to Restroorn site. 1 LS $ 2,000 $ 2,000 4. Construction Survey. 1 LS $ 5,000 $ 5,000 5 Trafffc Control, for all applicable operations in the Public Right-of-way per latest W.A.T.C11. Manual and City Encroachment Permit Provisions of A endix G. I LS $ 5,000 $ 5,000 6. Prepare and Implement BMP Plan per Appendix F I LS $ , $TW B. DEMOLITION 1. Remove and disease of existing Turf. 1 LS S 4,000 $ 4,000 C. GRADING 1WROVEMENTS 1, Grading and disposal of spoils for Restroom Pad, 1 LS I S 10,000 S 10,000 D. WATER IMPROVEMENTS 1. Drinking Fountain with Pet Bowl (Murdock M -43A -PF). I EA S 3,000 $ 3,000 2 Potable Water Backflow for Restroom and Drinking Fountain per plans. 1 EA $ 2,000 $ 2,000 E. SEWER YMPROVEMENTS 1. Sewer connection from main line in street to restroom building connection, complete per plans, including all proper trenching, backf ll, street and M related repairs. 1 LS $ 40,000 $ 40,000 F. SITE LIGHTING 1 ELECTRICAL 1. Electrical service connection from existing meter to restroom complete per plans. I LS $ 24,000 F$24,000 G. I3ARIiSCAPE 1 FLATWORK 1. PCC Restroom Patio, Drinking Fountain pad, and 1 LS Walkways per plans. S 75,000 $ 75,000 H. MRIGATION/LANDSCAPE 1. Remove existing Irrigation on restroom pad, cap all lines as they enter pad. I LS $ 3,000 $ 3,000 2. instal[ 4" deep Mulch within concrete area around restroom, I LS $ 2,000 $ 2,000 3 Provide and Install all new Irrigation, Landscaping and any and all related Repairs, Additions, Removals Modiftcadons, InspecdonsfCertfcations and all Inclusive Incidentalsper tine plans. I IS $ 10,000 $ 10,000 I. CONSTRUCTION 1. Construction of Restroom Building Facility per plates. 1 LS $ 200,000 $ 200,000 J MAINTENANCE I - Day IrrigadomEandscape Maintenance 1LS $ 2,000 $ 2,000 TOTAL BASE BID IN NUMBERS) _ $ 396,000.00 TOTAL BASE BID (IN WORDS) = ix ree un re ninety-st ausan a ars and zero cents Copper Hill Park Restroom, Project P4015 Bid: ENG 17-18-P4015 C-2 (Remised March 22, 2018) City of Santa Ciarita ADDENDUM NO Packet Pg. 172 (MVd 1:D3rOUd `wOOUIS3U NUVd -1-1IH U3dd0:D) dew uopeool :4uewLjoe44V M ti SBO Ij�/ T- E E U d 0 of ° w o 2. �A 0P a. 0 a oa.N L nU) a -E U) U Y i+ 0' 3 L C1 Q di L() a U ami o v U "'o ° a. m Qui T-- ai U ri— Y a o m Q n r a a2) c) ��s� a V •� LL c/a 0 = CL LL Q Q Q pa o n o c j 0 m c 0 V an Ul ■ � \ate b4,q � N �n 0 � I �n n J SOU,wp ---------------------- n El U uo Se U p as a ---------------------- n El U uo Se U p ;aa a U LL U UO UI (n u oui ■ oc e ct If