HomeMy WebLinkAbout2010-01-26 - AGENDA REPORTS - ANNUAL CONCRETE REHABILITATIO (2)CONSENT CALENDAR
DATE:
SUBJECT:
DEPARTMENT
RECOMMENDED ACTI
Agenda Item:
CITY OF SANTA CLARITA
AGENDA REPORT
City Manager Approval
Item to be presented by
January 26, 2010
Curtis Nay
FISCAL YEAR 2009-2010 ANNUAL CONCRETE
REHABILITATION PROGRAM (CITYWIDE), PROJECTS M0069,
M1011, AND T0029 -.AWARD CONSTRUCTION CONTRACT
Public Works
City Council approve the plans and specifications for the Fiscal Year 2009-2010 Concrete
Rehabilitation Program (Citywide), Projects M0069, M1011, and T0029.
2. Authorize the use of available funds in the amount of $19,174 from 2009-2010 Sidewalk
Repair Project M0068.
Award the construction contract to the lowest responsible bidder, Quality First Concrete, in
an amount not to exceed $285,000.
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 bur
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.
APPROVED
The contracts for the annual concrete program are being combined to most efficiently use
available funding. The attached list of locations was generated by residents' requests to the Public
Works Department and the City Manager's Office or were areas identified by 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 February 2010 and is anticipated to be complete within
45 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 December 1, 2009, the Director of Public Works directed staff to authorize the advertisement
for construction bids. On January 7, 2010, the City's Purchasing Division received bids for the
project (attached). The lowest responsive bid was submitted by Quality First Concrete in the
amount of $121,822. Budgeted funds in these projects, and the available budget of $19,174 in
Sidewalk Repair Project M0068, totals $310,601. 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, will be performed for a maximum contract amount of $285,000.
The remaining funds will be utilized for project administration and support items such as tree
trimming, labor compliance, and material testing.
Staff recommends that the project be awarded to Quality First Concrete, the lowest responsible
bidder. This contractor possesses a state contractor's license and is in good standing with the
State Contractor's License Board. The contractor's bid has been 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
Paseo Sidewalk Repair Program 2009-10 M1011357-5161.001
Stormwater Flowline Repair 2009-10 M0069356-5161.001
Access Ramp Construction 2009-10 T0029238 -5161.001
Sidewalk Repair Program 2009-10 M0068238-5161.001
Total
ATTACHMENTS
List of Locations
Bid Results
Available Funds
$100,000
$148,957
$ 44,000
$ 19,174
$312,131
LIST OF LOCATIONS
FISCAL YEAR 2009-2010
ANNUAL CONCRETE REHABILITATION PROGRAM (CITYWIDE)
PROJECTS M0069, M1011, AND T0029
Lyons Avenue
T-3 Valencia Hills
Adamsboro Drive
T-4 Valencia Meadows
Cedarfalls Drive
T-46 Northbridge
Daisette Drive
T-47 North Park
Ebelden Avenue
T-5 Valencia Glen
Emmett Road
T-6 South Valley
Larkmain Drive
T-7 Central North Valley
Nearbrook Street
T-8 Valencia Summit Park
Newhall Avenue
Walnut Springs Avenue
Parkvale Drive
Wellhaven Street
T-2 Old Orchard
BID RESULTS
FISCAL YEAR 2009-2010
ANNUAL CONCRETE REHABILITATION PROGRAM (CITYWIDE)
PROJECTS M0069, M1011, AND T0029
Company Location Bid Amount
Quality First Concrete
Placentia, California
Draper Construction
Moorpark, California
Toro Enterprises, Inc.
Oxnard, California
R.C. Becker and Son, Inc.
Santa Clarita, California
FS Construction
Sylmar, California
HJ Hunsaker Construction Inc.
Simi Valley, California
ANM Construction
Lancaster, California
Kalban Inc. Sun Valley, California
South Pak Industries Lancaster, California
Peterson/Chase General Engineering Irvine, California
Construction Inc.
Berry General Engineering, Inc. Ventura, California
C.A. Rasmussen, Inc. Santa Clarita, California
$121,822.00
$142,986.70
$157,564.00
$158,222.00
$175,803.00
$217,504.70
$224,587.00
$234,967.00
$238,960.00
$245,253.70
$246,479.00
$264,536.00
5