HomeMy WebLinkAbout2009-02-24 - AGENDA REPORTS - OLD TOWN NEWHALL STREETSCAPE (2)CONSENT CALENDAR
DATE:
SUBJECT:
DEPARTMENT:
Agenda Item: -6 ow
CITY OF SANTA CLARITA
REDEVELOPMENT AGENCY
AGENDA REPORT
City Manager Approval
Item to be presented by:
February 24, 2009
A&!�W -
Curtis Nay
OLD TOWN NEWHALL STREETSCAPE, PROJECT S2004 -
AWARD CONSTRUCTION CONTRACT AND CONSTRUCTION
SUPPORT CONTRACTS
Public Works
RECOMMENDED ACTION
1. Redevelopment Agency reject the non-responsive bids from PIMA Corporation DBA
Advanced Construction and CS Legacy Construction.
2. Approve plans and specifications and award the construction contract to R.C. Becker and
Son, Inc., in the amount of $2,014,230 for Phase I improvements (base bid) and the bid
alternate, and authorize a contingency of $302,134, for a total amount of $2,316,364.
3. Award construction support contracts totaling $65,000 to the following:
• Labor Compliance Services in the amount of $15,000 for labor compliance consulting
services.
• Geo Labs, Inc., in the amount of $50,000 for geotechnical and soil testing services.
4. Authorize increases to the following existing contracts totaling $340,000 for construction
support services required for this project:
• Psomas in the amount of $40,000 for civil design services and $40,000 for construction
surveying services.
• Pacific Land Design Consultants in the amount of $10,000 for landscape architectural
design services and $50,000 for construction support services.
• Spirit Construction Inc. in the amount of $150,000 for construction management services.
• MNS Engineers, Inc., in the amount of $50,000 for project management services.
5. Adjust existing appropriations to meet Transportation Development Act Article 8 guidelines
for the Newhall Streetscape and 2008-09 Overlay Program. Increase expenditure
appropriation in Account B2008601-5161.001 by $690,114; decrease expenditure
appropriation in Account M0063601-5161.001 by $690,114; and increase expenditure
appropriation in Account M0063233-5161.001 by $690,114.
6. Appropriate funds in the amount of $625,303 from the Redevelopment Agency fund balance
to the Newhall Streetscape Expenditure Account 52004390-5161.001.
7. Adjust expenditure budgets related to the funding of the Redevelopment Plan Amendment as
follows: decrease Account 13401-5001.001 by $20,000; increase Account 13401-5161.001
by $20,000; decrease Account 13400-5161.001 by $20,000; and increase Account
13400-5001.001 by $20,000.
8. Authorize the City Manager or designee to execute all documents, subject to City Attorney
approval.
BACKGROUND
On November 22, 2005, the City Council approved the Downtown Newhall Specific Plan
(DNSP). During that meeting the Council also certified the Environmental Impact Report (EIR)
that examined the many attributes of the DNSP's vision and determined that the benefits of
implementing the plan would be substantial for the entire community.
One of the most important and visible changes outlined by the DNSP was the idea of
transforming San Fernando Road between Lyons and Newhall Avenues into a calm "Main
Street." The traffic circulation, parking, and streetscape environment envisioned for the new
Main Street was designed to create an attractive sense of place for all residents of the Santa
Clarita Valley, as well as visitors. The contract being considered allows for the implementation
of this second major capital project implementing the goals of the DNSP.
The limit of work for Phase I improvements (base bid) of this project is Main Street from
centerline of 6th Street to approximately 100 feet north of Market Street. The limit of work for
the alternate improvements (bid alternate) is Main Street from approximately 100 feet north of
Market Street to the centerline of 8th Street as shown in the location map. The general scope of
work includes installation of a stormdrain system from Lyons Avenue to 5th Street as part of
Phase I improvements and paving, curb and gutter, access ramps, signing and striping, wood
boardwalk, walkway pavers, planters, benches, planting and irrigation, drains, streetlights, and
other decorative features and fixtures along the walkway on Main Street within Phase I and bid
alternate work limits.
The City issued a Notice Inviting Bids on January 9, 2009. On February 12, 2009, the City's
Purchasing Division received 16 bids for the Old Town Newhall Streetscape project as outlined
in the attached bid results.
The basis for awarding this project is the base bid. After review of the bids, City staff determined
that the bid from the first low bidder, PIMA Corporation DBA Advanced Construction, was
H
incomplete, and therefore deemed non-responsive. The second low bidder, CS Legacy
Construction, was deemed non-responsive due to an incomplete bid document. Therefore, staff
recommends awarding the construction contract to R.C. Becker and Son, Inc., the third lowest
responsive bidder. R.C. Becker and Son, Inc., possesses a state contractor's license and is in good
standing with the State Contractor's License Board. Construction is scheduled to begin in March
and is anticipated to be completed within 80 working days after the effective date of the Notice to
Proceed.
ALTERNATIVE ACTIONS
Other action as determined by the Redevelopment Agency.
FISCAL IMPACT
This project currently has an approved budget of $2,200,000 in Transportation Development Act
Article 8 Funds. This amount does not cover all construction=related costs for both the base bid
and alternate bid improvements. Approval of the recommended action fully funds this project.
ATTACHMENTS
Location Map
Bid Results
3
Location Map
OLD TOWN NEWHALL STREETSCAPE PROJECT
Project S2004
�^ t
f
- w
Pfv
l
W�1
'r
^l' ul
RAILRYOND AVENUE
to
BID ALTERNATE
IMPROVEMENTS - I
WORK LIMIT
Mz-
PHASE I IMPROVEMENTS -
WORK LIMIT '
MAN STREET' %T
(INCLUDES STORMDRAIN SYSTEM
FROM LYONS TO 5TH STREET)
—1
t
0 'T f- M O) O00M N O N
C wNOON (n
O N D N — O g M r- r- M (O O LO (O M O
P 00 d' N O O 00 N N 00 V M O O
O r- LO 0 M U) O r- .- (O 014- 00 c- M
a N N N N N N N N N N N N N N N N
m
b i E9 E9 61i E9 69 69 Eg Eq 64 tg Et? E9 Eg 69 EA
r
0 0 r- O (f) N 0 0 0 0 L7 0 0 0 0
l(') d. c- In N O r` 0 0 0 M M 0 N (f)
O
Za
M O
N M O (O (O , ',r (O U') O Lo Q) O O O
(n(Dv(O.-w 00L000.-L7r-r-.-0
N
C
(DO'f rnC -o0 v_v�rnu�O(o(o.-M
L E
•f^^
0
)
Q
00 rl- M O ti O M_ N (n 00 V O N- P-
00
_'
V) i V' It V) (n (O (O LO 0� (O 0 w
m
LU
fi? Efl V? 69 69 ffi Efi 6/i 69 ffl 69 69 64 6R Ull
O
�..
C
O O M O (n — O O O O M U)O O O
M O U) 00 (O O (O r` O N M r- 0 0 0
li
Q
w (O O'q N O r-- ,t 6 6 m M O M .-
(O 00 00 O 00 00 00 L7 l!7 O M 00 C M
M (O O 00 O �� d' CO O O� O ti
W
� Q
r
O 00 L O O L7 L to r- - M to O
0.
m
r-
(O O N (O N (n V M — U')O M (O O�
J
Q
O
O
-p
v IQ LQ (n (q (O O w Oo G O O N (V r -
UO
m
r- <- — — — — .- — — — N N N N N
l)
(V
(A (A (A ER (A 69 69 69 6A 69 EA (A ER (R 69
J
WCq
W
''M
v/
U U U U U Q
W
Cl)
dC6<<s cd<<< UQU
J
a)V
< �U
J
ria
N
@UUVU ai
cU U U � m a C U- c M°
Q
o ns cn
Cc N
=
r�i
uJ C C C rd O_ 0) C C E C> C
L m c0 C T X m N O N
�y�
U
O O O N
JUUi0QUJOu>a»U>�
W
Z
O
Z
U 6
7 C
U
C � T
»r 0
O
U C U
SD E E
0
wC
U O U O V T
Z>
> c U c a
O
Q co C OO m c) E
c o
(a
Q a) d c U
u c
00 n. U U a)
E267OCO U )
c W Dv7 UX Qc
U
UO aCi c
o w c�� �mc@ 0) c a) UJ
N U c c0 Q u) (b� u) W� N
O T@ O C J M i C N=" W C O C
a, U a) cn _ C °- O C a)
aO) O rn
a) C
`O CD u Q C a) U Ln O W U C
C N U Z
J CO T C w C� C a)
Q m a 06
U w a) - 0 c � c O
U
aU�QJ>ah0- coJ(DZ4