HomeMy WebLinkAbout2008-01-08 - AGENDA REPORTS - SIDEWALK REPLACEMENT CONTR (2)Agenda Item:
CITY OF SANTA CLARITA
AGENDA REPORT
CONSENT CALENDAR City Manager Approval:
Item to be presented by:
DATE: January 8, 2008
SUBJECT: 2007-2008 REMOVAL AND REPLACEMENT OF SIDEWALK,
CURB AND GUTTER, AND ACCESS RAMPS, PROJECT NOS.
M0057, M0058, AND T0025 - AWARD CONSTRUCTION
CONTRACT
DEPARTMENT: Public Works
RECOMMENDED ACTION
1. City Council approve the contract documents and specifications for Fiscal Year 2007-2008
Concrete Rehabilitation Program, Project Nos. M0057, M0058, and T0025.
2. Appropriate $50,000 from the Local Transit fund balance to Expenditure Account
No. M0057700-5161.001.
3. Award the construction contract to FS Construction for an amount not to exceed $417,000.
4. Award the Professional Services Contract to Labor Compliance Services for an amount not to
exceed $8,000.
5. Authorize the City Manager or designee to execute all documents, subject to City Attorney
approval. .
BACKGROUND
This project will add wheelchair ramps, replace existing damaged sidewalk, and construct new
sidewalk at the northwest corner of Sierra Highway and Jakes Way. In addition to various
sidewalk improvements, the curb and gutter program will improve the drainage flow into local
storm drains, thereby improving storm water quality and eliminating ponding water. The Access
Ramp Program will serve our disabled community through the installation of new ramps, while
meeting the requirements outlined in Title 21 of the Americans Disabilities Act (ADA).
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. The annual concrete program effort is developed from an ongoing repair
list.
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 January 2008, and it is anticipated to be complete within 60
working days after the effective date of the Notice to Proceed. Staff will appoint inspectors to
ensure proper work performance by the contractor and to handle daily field issues.
On November 2, 2007, the Director of Public Works directed staff to authorize the advertisement
for construction bids. On December 4, 2007, the City's Purchasing Division received bids for the
project (Exhibit "B"). The lowest responsive bid was submitted by FS Construction in the
amount of $240,128.
The additional funding available will be used for additional work. It is anticipated that this will
include work to repair damaged sidewalks on Lyons Avenue near Orchard Village Road and on
Seco Canyon Road in the vicinity of Tupelo Ridge Drive. The previously mentioned new
sidewalk construction on Sierra Highway near Cordova Mobile Estates will also be added to
improve accessibility to a nearby bus stop.
Staff recommends that the project be awarded to FS Construction, the lowest responsive bidder.
FS Construction possesses a state Contractor's License and is in good standing with the State
Contractor's Board. The bid from FS Construction 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. Thus, in the awarding of Public Works contracts the City is not permitted to
award to the second low 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 Account Nos. Available Funds
Sidewalk Repair Program 2007-2008 M0057230-5161.001 $260,000.00
Stormwater Flowline.Repair 2007-2008 M0058356-5161.001 $ 75,000.00
Access Ramp Construction 2007-2008 T0025230 -5161.001 $ 40,000.00
Transit staff has identified sufficient available local transit funds in the amount of $ 50,000.00
Total: $425,000.00
ATTACHMENTS
Exhibit "A" - List of Locations
Exhibit "B" - Bid Results
P
EXHIBIT "A"
2007-2008
ANNUAL CONCRETE REHABILITATION PROGRAM
PROJECT NOS. M0057, M0058, AND T0025
6`h Street
Bch Street
Agramonte Drive
Arriba Drive
Barbacoa Drive
Begonias Lane
Canerwell Street
Chestnut Street
Cross Street
Dandelion Lane
Darter Drive
Delight Street
Drycliff Street
Ermine Street
Florabunda Road
Kingcrest Drive
La Rochelle Drive
Larkmain Drive
Market Street
McBean Parkway
Newbird Drive
Peachland Avenue
Pleasantdale Street
Raindance Place
San Fernando Road
Shadow Pines
Stillmore Street
Timon Lane
Tothill Drive
Tournament Road
Vista Delgado Drive
Walnut Street
Wellston Drive
Wiley Canyon Road
s:pw\eng-civi\ConcRehab07-08\AGENDAITEM location list. doc
City of Santa Clarita.
Record of Bid Opening
Bid For: 2007-2008 Annual Concrete RehabilitationProgram
Bid # ENG -07-08-M0057
Date: December 4, 2007
Time: 11:00 a.m.
Persons Present: Jon Bischetsrieder, Purchasing Agent
Jennifer Killian, Buyer
Christa Wasson, Project Technician
Frank Lujan, Project Manager .
John Enriquez, Assistant Supervisor, Streets
Tara Concepcion, Assisant Engineer
Curtis Nay, Assistant City Engineer
Company
G Coast Construction
RC Becker & Son
Coastal Gradings & Excavation
Camarillo Engineering
F.S. Construction
Abbott Contracting & Eng.
Toro Enterprise's Inc.
Olivas Valdez Inc.
Sully -Miller Contracting
CA Rasmussen
Berry General Eng. Contractors
General Pavement Mgt.
Kalban, Inc.
Apparent Low Bidder: FS Construction
Attest:
Jon-Bisclzetsrieder-;-P--u_r-ctlasing-Agent—
Santa Clarita, CA
Purch/intranet docs08/ENG-07-08-M0057
Amount
$385,888.00
$240,408.30,
$285,783.50
$325,984.65
$240,127.70
$323,026.00
$314,398.70
$257,404.00
$327,806.60
$306,903.90
$290,445.50
$298,955.50
$295,892.60