Loading...
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