Loading...
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