HomeMy WebLinkAbout2008-11-25 - AGENDA REPORTS - 2008 09 SIDEWALK CONTR (2)Agenda Item: LD
CITY OF SANTA CLARITA
AGENDA REPORT
CONSENT CALENDAR City Manager Approval:
Item to be presented by:
DATE: November 25, 2008
Curtis Nay
SUBJECT: 2008-09 REMOVAL AND REPLACEMENT OF SIDEWALK,
CURB AND GUTTER, AND ACCESS RAMPS, PROJECTS
M0064, M0065, AND T0027 - AWARD CONSTRUCTION
CONTRACT
DEPARTMENT: Public Works
RECOMMENDED ACTION
1. City Council approve the contract documents and specifications for Fiscal Year 2008-09
Concrete Rehabilitation Program, Projects M0064, M0065, and T0027.
2. Find apparent low -bid submitted by WD Equipment Leasing, Inc., non-responsive.
3. Award the construction contract to responsible low -bidder, Toro Enterprises, Inc., for an
amount not to exceed $610,000.
4. Authorize the City Manager or designee to execute all documents, subject to City Attorney
approval.
BACKGROUND
This project will add wheelchair ramps and replace existing damaged sidewalk. The Curb and
Gutter Program will improve the drainage flow into local stormdrains, thereby improving
stormwater quality and eliminating ponding water. The Access Ramp Program will serve our
disabled community through the installation of new access ramps, while meeting the
requirements outlined in Title 21 of the Americans Disabilities Act (ADA). In addition to these
programs, repairs are required to the concrete pathways along the City's paseos.
APPROWED
The contracts for the annual concrete program are being combined to most efficiently use
available funding. The list of locations (Exhibit "A") was generated by residents' requests to the
Public Works Department and the City Manager's Office or were areas identified by City staff as
needing restoration.
Substantial constraints and controls have been established in the construction documents to
reduce potential impacts on local traffic and to homeowners during the construction phase.
Construction is scheduled to begin December 2008 and it is anticipated to be complete within
60 working days following the Notice to Proceed. Staff will appoint inspectors to ensure proper
work performance by the contractor and to handle daily field issues.
On October 2, 2008, the Director of Public Works directed staff to authorize the advertisement
for construction bids. On November 4, 2008, the City's Purchasing Division received bids for the
project (Exhibit "B"). The apparent low bid, submitted by WD Equipment Leasing, Inc., fails to
comply with instructions within the bid, and does not include Addendum 1 and Addendum 2.
These addenda are material to the bid in that they include a revised bid schedule, impacting bid
quantities and overall pricing. Therefore, staff recommends that the apparent low bid submitted
by WD Equipment Leasing, Inc., be found non-responsive.
The lowest responsive bid was submitted by Toro Enterprises, Inc., in the amount of $398,566.
The additional budgeted funding will be used for added work, including new curb ramps, curb
and gutter repairs, and sidewalk maintenance at various locations throughout the City based on
each program's prioritized list. This added work will bring the award amount to $610,000.00. The
remaining budget funding will be utilized for project support items such as tree trimming, labor
compliance, and material testing.
Staff recommends that the project be awarded to Toro Enterprises, Inc., the lowest responsible
bidder. Toro Enterprises, Inc., possesses a state Contractor's License and is in good standing with
the State Contractor's Board. The bid from Toro Enterprises, Inc., was reviewed for accuracy and
conformance to the contract documents, and was found to be complete.
While the City maintains a "Support of Local Businesses" policy that can be utilized by the City
Council when warranted, the City is governed by the State Public Contract Code with regard to
public works project procurement. In these types of procurement, the Public Contract Code does
not permit a City to utilize a "Support of Local Businesses" policy and instead requires the
contract be awarded to the "lowest responsible bidder." As confirmed by the City Attorney's
Office, this direction precludes the City from applying any superseding criteria for award except
in the case of a tie. In other words, in awarding of Public Works contracts, the City is not
permitted to award to a bidder just because they are local, as the State Public Contract Code does
not allow the City to recognize them as the "lowest responsible bidder."
ALTERNATIVE ACTIONS
Other action as determined by the City Council.
FISCAL IMPACT
Sufficient funds for these combined projects have been appropriated to the following accounts:
Projects
Fiscal Year
Accounts
Available Funds
Sidewalk Repair Program
2008-09
M0064233-5161.001
$275,000
Stormwater Flowline Repair
2008-09
M0065356-5161.001
$150,000
Access Ramp Construction
2008-09
T0027238 -5161.001
$ 50,000
Sidewalk Repair Program
2008-09
M0064357-5161.001
$100,000
Sidewalk Repair Program
2008-09
M0064601-5161.001
$ 76,338
Total:
$651,338
ATTACHMENTS
Exhibit "A" - Location List
Exhibit "B" - Bid Results
EXHIBIT "A"
FISCAL YEAR 2008-09 '
ANNUAL CONCRETE REHABILITATION PROGRAM
PROJECTS M0064, M0065, AND T0027
LOCATION LIST
Wellhaven Street
Adamsboro Drive
Bakerton Avenue
Calvello Drive
Carla Court
Crossglade Avenue
Decoro Drive
Delight Street
Delight Street at Felbndge Street
Felbridge Street
Florabunda Road
Foxlane Drive
Guadilamar Drive
Haxton Drive
La Veda Avenue
Lyons Avenue
Mendoza Drive
Nearbrook Street
North Oaks Park
Old Course Way
Parklane Estates
Parkvale Drive
s pw\eng-ctvt\ConcRehab07-08\Council Agenda AttachementsWGENDAITEMIocationhst doe
Plumwood Avenue
Royal Vista Court
Rye Canyon Road
Seco Canyon Road
Sierra Highway
Soledad Canyon Road
Soledad Canyon Road at Honby Street
Stillmore Street
T-2 Old Orchard Paseo
T-3 Valencia Hills Paseo
T-4 Valencia Meadows Paseo
T-46 North Bridge Paseo
T-5 Valencia Glen Paseo
T-7Central North Valley Paseo
T-6South Valley Paseo
Tambora Drive
Tamarack Lane
Valencia Summit Park
Valley Street
Via Princessa
Walnut Springs Avenue
Zone 18 Valencia Mall Paseo
Company
WD Equipment Leasing, Inc.
Toro Enterprises, Inc.
FS Construction
Kalban Inc.
R.C.'Becker & Son, Inc.
Josh General Engineering
C.A. Rasmussen, Inc.
Asphalt Professionals, Inc.
Mendez Concrete, Inc.
Excel Paving Co.
Sully -Miller Contracting Co.
Berry General Engineering, Inc.
Silvia Construction, Inc.
0
EXHIBIT "B"
2008-09 Annual Concrete
Rehabilitation Program
Bid Results
Comnanv Location
Oxnard
Oxnard
Sylmar
Sun Valley
Santa Clarita
Fillmore
Santa Clarita
Thousand Oaks
Santa Paula
Long Beach
Anaheim
Ventura
Rancho Cucamonga
I
Amount
$352,801.85
$398,566.95
$399,868.00
$405,335.00
$414,651.68
$435,623.00
$442,247.30
$497,461.40
$499,564.00
$514,022.60
$524,422.60
$529,607.19
$649,133.00