HomeMy WebLinkAbout1997-07-08 - AGENDA REPORTS - OVERLAY PROJECT (2)AGENDA REPO RT�
GStAManaigerApproval
Item to be presented by:
T. Brad Therrien
NEW BUSINESS
DATE: July 8, 1997
SUBJECT: FY 1996/97 OVERLAY PROJECT - PROJECT NO. 70011- BID AWARD
DEPARTMENT: Building and Engineering Services
As part of the City's annual overlay program, this project will resurface various streets Citywide
(see attached list of streets, Exhibit A). These streets have been selected based on the City's
pavement management system.
This project includes the overlay of the southbound lanes of Bouquet Canyon Road from the
South Fork of the Santa Clara River bridge deck to Newhall Ranch Road. This portion of the
project is located within the jurisdiction of the County of Los Angeles. The County has
submitted a cooperative project agreement to reimburse the City for the proposed overlay in this
area. The amount of the reimbursement is estimated to be $62,000 (see attached Agreement
with Los Angeles County Department of Public Works). This project will also complete curb and
gutter repairs in the Four Oaks area.
On February 11, 1997, Council authorized amendments to the CDBG emergency supplemental
appropriation final statement. The final statement described reductions in the budget for
several projects, including the Sierra Slope Repairs and the Residential Rehabilitation Loans
and Grants Program. The Sierra Slope Repairs involved the repair of post earthquake slope
erosion along Sierra Highway. Original estimates to complete this work were high, and it later
appeared that only $20,000 of the $100,000 budget was needed to complete the project. In the
February 11 report, staff recommended reducing this project budget by $80,000 and
reprogramming these funds into another project. The residential Rehabilitation Loans and
Grants program provided loan funds to assist owners of multi -family property with the repair
of their earthquake damaged rental units. Due to low community response, staff requested that
this program be eliminated and that the budgeted amount of $562,500 be reallocated into
another project.
The reductions from these two programs resulted in $642,500 being available for overlay of
streets damaged in the Northridge earthquake, where substandard conditions are an additional
factor. Bouquet Canyon road from Urbandale Avenue to the north City limits was identified as
meeting these conditions and included in the design of the 1996/1997 Overlay project.
On May 13, 1997, Council authorized the advertisement of the subject project. On June 19,
1997, bids were received by the City Clerk (see Bid Results, Exhibit B). The bids included two
options. Both options contain recycled rubber tires, and differ only by the type of aggregate
Appj (� ��� .�1 Agenda item:33
FY 1996/97 OVERLAY PROJECT
July 8, 1997 - Page 2
products the asphalt mix contains. Option 1 uses new aggregate products, while Option 2 uses
five percent recycled aggregate products. The low bid indicates the same cost for each option.
Due to increased performance and durability, staff recommends the use of Option 1. The
Engineer's estimate to complete this project is $ 1,803,174.
The total budget for this project is currently $1,948;500 from the following funding sources:
Funding Source
Account No.
Amount
Proposition C
70011205
$ 504,000
Gas Tax
70011201
$ 200,000
Developer Fees
70011455
$ 6,000
CDBG
70011104
$1,035,500
FEMA
73007107
$ 203.000
TOTAL
$150
Staff recommends that the project be awarded to the lowest bidder, Excel Paving Company, of
Long Beach. Excel Paving Company possesses a State Contractors License and is in good
standing with the State Contractors License Board. The bid of $1,877,030 was reviewed for
accuracy and conformance to the contract documents and was found to be complete. The
references indicated that this contractor has performed work to their satisfaction.
RIKKO)AUSM1: 1
1. Council approve the award of the contract for Option 1 of the FY 1996/97 Overlay Project,
Project No. 70011, to Excel Paving Company in the amount of $1,877,030, and authorize
a two percent contingency.
2. Council authorize the City Manager or his designee to approve all documents relating to
this contract.
3. Council approve the cooperative City/County project agreement with the County of Los
Angeles Department of Public Works for the overlay of Bouquet Canyon Road in County
jurisdiction.
rI
List of Streets, Exhibit A
Bid Results, Exhibit B
Cooperative City/County Project Agreement
DM:vjj
come)\%97My\AWARD.DM
EXHIBIT A
FY 1996197 OVERLAY PROJECT
LIST OF STREETS
Street
From
To
Bouquet Canyon Road
North of Santa Clara River
Centurion Way
Bouquet Canyon Road
Urbandale Avenue
North City Limits
Alaminos Drive
Benz Road
Hob Avenue
Hob Avenue
Alaminos Drive
Bouquet Canyon Road
Valley Street
Lyons Avenue
8th Street
Avenue Rotella
Avenue Rondel
Plaza Larios
Garza Avenue
Canones Circle
Catala Avenue
Tends Drive
Steinway Street
North End
Enderly Street
Merryhill Street
North End
Soledad Canyon Road
Miss Grace Drive
Sand Canyon Road
Four Oaks Street
Camp Plenty Road
West End
Cedarcreek Street
Glasser Avenue
Camp Plenty Road
Fairweather Street
Glasser Avenue
Camp Plenty Road
Delight Street
Glasser Avenue
Camp Plenty Road
Glasser Avenue
Delight Street
Four Oaks Street
DM:vjj
ca 01\9697wly\AWARDMH
EXHIBIT B
BID RESULTS
COMPANY
LOCATION
AMOUNT
Excel Paving Company
Long Beach, CA
$1,877.030.00 (Option 1 & 2)
Cal Mat Construction
Azusa, CA
$1,983,708.10 (Option 1 & 2)
Granite Construction Company
Watsonville, CA
$1,996,642.00 (Option 1)
$2,007,904.50 (Option 2)
DM:vjj
.until\96 7.0y\AWAHDMM
AGREEMENT
THIS AGREEMENT, made and entered into by and between the CITY
OF SANTA CLARITA, a municipal corporation in the County of
Los Angeles, hereinafter referred to as "CITY", and the COUNTY OF
LOS ANGELES, a political subdivision of the State of California,
hereinafter referred to as "COUNTY".
K I I N B B B E I H
WHEREAS, CITY and COUNTY propose to resurface the existing
roadway pavement on Bouquet Canyon Road from Centurion Way to the
Santa Clara River, which work. is hereinafter referred to. as
"PROJECT"; and
WHEREAS, PROJECT is within the jurisdictional limits of CITY
and COUNTY; and
and
WHEREAS, PROJECT is of general interest to CITY_and COUNTY;
WHEREAS, "COST OF PROJECT" includes the cost of preliminary
engineering, construction contract, construction engineering, and
contract administration for PROJECT, as more fully set forth
herein; and
-2 -
WHEREAS, CITY is willing to perform the preliminary
engineering and the contract administration, construction
inspection and engineering, materials testing, detour signing and
striping, and construction survey for PROJECT; and
WHEREAS, CITY and COUNTY are, willing to finance their
respective jurisdictional shares of COST OF PROJECT; and
WHEREAS, COST OF PROJECT is currently estimated to be Five
Hundred Seventy-five Thousand Dollars ($575,000), with COUNTY'S
share being Sixty-two Thousand Dollars ($62,000) and CITY'S share
being Five Hundred Thirteen Thousand Dollars ($513,000); and
WHEREAS, COUNTY proposes to finance its share of COST OF
PROJECT by assigning sufficient federal Surface Transportation
Program (STP) funds to CITY, currently estimated to be Sixty-two
Thousand Dollars ($62;000); and
WHEREAS, CITY is willing to accept COUNTY'S assignment of STP
funds; and
WHEREAS, such a proposal is authorized and provided for by the
provisions of Title 1, Division 7, Chapter 5, Article 1, of the
Government Code and Section 1710 of the California Streets and
Highways Code.
-3 -
NOW, THEREFORE, in consideration of the mutual benefits to be
derived by CITY and COUNTY and of the promises herein contained, it
is hereby agreed as follows:
(1) CITY AGREES:
a. To perform the preliminary engineering, contract
administration, construction engineering and
inspection, materials testing, construction survey,
and detour signing and striping for PROJECT.
b. To finance CITY'S jurisdictional share of COST OF
PROJECT, the amount of which is.to be determined by
a final accounting of PROJECT costs, pursuant to
paragraph (3) d., below.
c. Before advertising for construction bids, to apply
for and obtain from COUNTY Department of Public
Works all necessary permits authorizing CITY to
construct those .portions of PROJECT within COUNTY
highway right of way and to construct facilities
that are to be maintained by COUNTY.
me
d. To advertise PROJECT for construction bids, to award
and to administer the construction contract, to do
all things necessary and proper to complete PROJECT
and to act on behalf of COUNTY in all negotiations
pertaining thereto.
e. To furnish COUNTY, within One Hundred Twenty (120)
calendar days after completion of PROJECT, a final
accounting of the COST OF PROJECT, including an
itemization of actual unit costs and actual
quantities for PROJECT.
f. Upon completion of PROJECT, to maintain in good
condition and at CITY expense all improvements
constructed as part of PROJECT within CITY'S
jurisdiction.
(2) COUNTY AGREES:
a. To finance COUNTY'S jurisdictional share of COST OF
PROJECT, the amount of which is to be-determined.by
a final accounting of PROJECT costs, pursuant to
paragraph (3) d., below.
-5-
b. To assign to CITY sufficient COUNTY STP funds,
currently estimated to be Sixty-two Thousand Dollars
($62;000), to finance COUNTY'S share of COST OF
PROJECT.
C. To appoint CITY as COUNTY'S attorney-in-fact for the
purpose of representing COUNTY in all negotiations
pertaining to the advertisement of PROJECT for
construction bids, the award and the administration
of the construction contract and in all things
necessary and proper to complete PROJECT.
d. Upon receipt of application from CITY and approval
of construction plans for PROJECT, to issue CITY a
no -fee permit(s) authorizing CITY to construct those
portions of PROJECT within COUNTY highway right of
way and to construct those facilities that are to be
maintained by COUNTY.
e. Upon completion of PROJECT, to maintain in good
condition and at COUNTY expense all improvements
constructed as part of PROJECT within COUNTY'S
jurisdiction.
(3) IT IS MUTUALLY UNDERSTOOD AND AGREED AS FOLLOWS:
a. The "preliminary engineering", as referred to in
this AGREEMENT, shall consist of the preparation of
environmental documentation, design survey, soils
reports, traffic index and geometric investigation,
preparation of plans, specifications and cost
estimates, utility engineering, and all other
necessary work prior to advertising of PROJECT for
construction bids.
b.. "COST OF PROJECT", as referred to in this AGREEMENT,
shall consist of the costs of preliminary
engineering, construction contract, required
materials, detour, and final signing and striping,
construction engineering and inspection,
construction survey, utility relocation, contract
administration, and all other work necessary to
construct PROJECT in accordance with the approved
plans, and shall include currently effective
percentages added to total salaries, wages, and
equipment costs to cover overhead, administration,
-7 -
and depreciation in connection with any or all of
the aforementioned items.
c. The cost of the "construction contract", as referred
to in this AGREEMENT, shall consist of the total of
all payments to the contractor for -PROJECT.
d. The final accounting of the actual total COST OF
PROJECT shall allocate said costs between CITY and
COUNTY based on the location of the improvements
and/or work done. Thus, the cost- of all work or
improvements located within CITY'S jurisdiction
shall be borne by CITY. Such costs- constitute
CITY'S jurisdictional share of COST OF PROJECT. The
cost of all work or improvements located within
COUNTY'S jurisdiction shall be borne by COUNTY.
Such costs constitute COUNTY'S jurisdictional share
of COST OF PROJECT.
e. That COUNTY'S actual assignment of STP funds, as set
forth herein, shall be an amount equal to COUNTY'S
jurisdictional share of COST OF PROJECT, based upon
a final accounting.
we
f. COUNTY shall review the final accounting prepared by
CITY and report in writing any discrepancies to CITY
within thirty (30) calendar days after the date of
said final accounting. CITY shall review all
disputed charges and submit a written justification
detailing the basis for those charges within thirty
(30) calendar days of receipt of COUNTY'S written
report. COUNTY shall then agree to the previously
disputed charges or submit justification for
nonpayment within thirty (30) calendar days after
the date of CITY'S written justification.
g. That if, for some reason, COUNTY'S available balance
of STP funds is insufficient to finance COUNTY'S
commitment, as set forth in paragraphs (2) b. and
(3) e., above, COUNTY shall pay CITY other COUNTY
funds upon demand. by CITY, so that when combined
with COUNTY'S actual assignment of STP funds, the
total will equal COUNTY'S commitment as set forth in
paragraph (2) a., above. Said demand will consist
of a billing invoice prepared by CITY.
MC
h. This AGREEMENT may be amended or modified only by
mutual writtenconsent of COUNTY and CITY.
i. Any correspondence, communication or contact
concerning this AGREEMENT shall be directed to the
following:
CITY:
Mr. Anthony J: Nisich
Director of Building & Engineering Services
City of Santa Clarita
23920 West Valencia Boulevard, Suite 300
Santa Clarita, CA 91355-2196
Mr. Harry W. Stone
Director of Public Works
County of Los Angeles
Department of Public Works
P.O. Box 1460
Alhambra, CA 91802-1460
j. Neither COUNTY, nor any officer or employee of
COUNTY, shall` be responsible for any damage or
liability occurring by reason of any' acts or
omissions on the part of CITY.under or in connection
with any work, authority or jurisdiction delegated
to or determined to be the responsibility of CITY
under this AGREEMENT. It is also understood and
agreed that, pursuant to Government Code,
-10 -
Section 895.4, CITY shall fully indemnify, defend,
and hold COUNTY harmless from any liability imposed
for injury (as defined by Government Code,
Section 810.8) occurring by reason of any acts or
omissions on the part of CITY under or in connection
with any work, authority or jurisdiction delegated
to or determined to be the responsibility of CITY
under this AGREEMENT.
k. Neither CITY, nor any officer or employee of CITY,
shall be responsible for any damage or liability
occurring by reason of any acts or omissions on the
part of COUNTY under or in connection with any work,
authority or jurisdiction delegated to or determined
to, be the responsibility of COUNTY under this
AGREEMENT. It is also understood and agreed that,
pursuant to Government Code, Section 895..4, COUNTY
shall fully indemnify, defend, and hold CITY
harmless from any liability imposed for injury (as
defined by Government Code, Section 810.8) occurring
by reason of any acts or omissions on the part of
COUNTY under or in connection with any work,
authority or jurisdiction delegated to or determined
-11 -
to be the responsibility of COUNTY under this
AGREEMENT.
1. It is understood and agreed that the provisions of
Assumption of Liability Agreement No. 59595 between
CITY and COUNTY, adopted by the Board of Supervisors
on June 21, 1988, and currently in effect, are
inapplicable to this AGREEMENT.
-12 -
IN WITNESS. WHEREOF, the parties hereto have caused this
AGREEMENT to be executed by their respective officers, duly
authorized, by the CITY OF SANTA CLARITA on , 1997
and by the COUNTY OF LOS ANGELES on 1997.
ATTEST:
JOANNE STURGES
Executive Officer -Clerk of
the Board of Supervisors
M
ATTEST:
0
Deputy
City Clerk
APPROVED AS TO FORM:
DE WITT W. CLINTON
County Counsel
Lo
County Attorney
COUNTY OF LOS ANGELES
By
Chairman, Board.of Supervisors
CITY OF SANTA CLARITA
M
Mayor
APPROVED AS TO FORM:
City Attorney
0