Loading...
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