Loading...
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