Loading...
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