HomeMy WebLinkAbout2010-12-14 - AGENDA REPORTS - CREEKSIDE ROAD IMPROV CONTR (2)CONSENT CALENDAR
DATE:
SUBJECT:
DEPARTMENT
Agenda Item:
CITY OF SANTA CLARITA
AGENDA REPORT
City Manager Approval
Item to be presented by:
December 14, 2010
Curtis Nay
CREEKSIDE ROAD IMPROVEMENTS, PROJECT B 10 10 -
AWARD CONSTRUCTION CONTRACT
Public Works
RECOMMENDED ACTION
City Council approve the plans and specifications for the Creekside Road Improvements,
Project 131010.
2. Find the bids of Land Forms Landscape Construction, Inc., and MG Construction and
Development, Inc., to be non-responsive and award the construction contract to the next
lowest bidder, R.C. Becker & Son, Inc., in the amount of $759,264, and authorize a
contingency in the amount of $151,853, for a total contract amount not to exceed $911,117.
3. Authorize an increased expenditure in the amount of $65,000 to the existing contract with
Pacific Coast Land Design for landscape architecture construction support services.
4. Authorize an increased expenditure in the amount of $45,000 to the existing contract with
MNS Engineers, Inc., for construction management support services.
5. Reduce expenditure budget account B1010357-5161.001 by $500,000.
6. Authorize the City Manager or designee to execute all documents, subject to City Attorney
approval.
BACKGROUND
On April 28, 2009, the City Council approved the 21 -Point Business Plan for Progress program
to support local -based business organizations. As part of this plan, a project was identified to
provide greater signage opportunities and the enhancement of the streetscape along Creekside
upPROVED
�
Road to create a sense of place and encourage consumer visits. Wayfinding signs for the
Valencia Auto Center and the Valencia Town Center have been installed. Staff has worked
closely with the auto dealers throughout the design process. They welcome the improvements.
The Creekside Road Improvements includes three pedestrian crossings with bulb -outs along
Creekside Road between Auto Center Drive and Valencia Boulevard. The bulb -outs include
amenities such as pavers along the sidewalk area, planting and irrigation, garden/seat walls with
stone veneer, trash receptacles, and wayfinding and pedestrian signage. The existing painted
median along Creekside Road will be treated with a, stamped and colored asphalt from
approximately 900 feet east of McBean Parkway to Valencia Boulevard. The work also includes
gateway and directional signs, signage and striping, and improvements at the intersection of
Creekside Road and Auto Center Drive, which consist of sidewalk pavers, landscaping, bollards,
and stone veneer seating walls at each corner.
An invitation to bid was published three times (October 17, October 23, and November 3, 2010),
and publicized on the City's Web site. Plans and specifications were also sent to area plan rooms.
Eight bids were submitted to the City and opened by Purchasing on November 18, 2010. The
results are shown below:
Company
Land Forms Landscape Construction, Inc.
MG Construction and Development, Inc.
R.C. Becker & Son, Inc.
Barry General Engineering Contractors, Inc.
C.A. Rasmussen, Inc.
Triangle Enterprises, Inc.
CS Legacy Construction
Excel Paving Company
Location
Bid Amount
Laguna Niguel, CA
$640,883.00
Canoga Park, CA
$748,369.60
Santa Clarita, CA
$759,264.00
Ventura, CA
$816,646.90
Santa Clarita, CA
$827,696.00
Sun Valley, CA
$890,924.30
Chino, CA .
$919,243.00
Long Beach, CA
$937,803.60
After reviewing the bids, City staff with assistance from the City Attorney determined the bid
submitted by the lowest bidder, Land Forms Landscape Construction, Inc., and the second lowest
biddef, MG Construction and Development, Inc., are non-responsive. Land Forms Landscape
Construction, Inc.'s, bid did not include the Addendum and did not use the Revised Bid
Schedule. The bid submitted by MG Construction and Development, Inc., did not comply with
either the City's Notice Inviting Bids or state law because the bidder did not list which portion of
work each subcontractor would perform. As disclosure of the work of subcontractors is a
requirement of state law, the City may not waive the mistake. Therefore, staff recommends the
bids of Land Forms Landscape Construction, Inc., and MG Construction and Development, Inc.,
be rejected as non-responsive. The next lowest responsive bid was submitted by R.C. Becker &
Son, Inc.
Staff recommends the project be awarded to R.C. Becker & Son, Inc., the lowest responsive
bidder. This contractor possesses a valid state contractor's license and is in good standing with
the Contractors State License Board. The contractor's bid was reviewed for accuracy and
conformance to the contract documents and was found to be complete.
Staff requests an increase in spending authority for a total of $110,000 to the, existing contracts
for professional services with Pacific Coast Land Design (PCLD) for landscape architectural
design and MNS Engineers, Inc., (MNS) for construction management services. PCLD assisted
in developing renderings during the conceptual design process between the City and auto dealers
on Creekside Drive. PCLD prepared the plans and specifications during the design phase and will
provide landscape architecture construction support on this project.
Adequate funds have been budgeted to provide for labor compliance services, staff oversight,
construction engineering, surveying, inspection, and construction management.
ALTERNATIVE ACTIONS
Other action as determined by the City Council.
FISCAL IMPACT
Adequate funds are available and appropriated in expenditure account B1010357-5161.001.
Upon approval of this item, $500,000 will be returned to the Landscape Maintenance District
fund balance.
ATTACHMENTS
Vicinity Map
3
10
�.
Ute= O
j p Ud
Q
rr i�
/14_T
w ��f)
IL
Y
W � U
W
cc " O r
Q
UI
C U m in
®r
m
t=
Nm
U)3
Z
N
W
= N O
O
Fw
>
0
Q' O
m
gm
I—
Q'
Q W_
InO
N O
In
�7
O
C)
C)
a U
10
�.
Ute= O
j p Ud
Q
rr i�
/14_T
w ��f)
IL
Y
W � U
W
cc " O r
Q
UI
C U m in
®r
=O
t=
Nm
U)3
N
o N =
= N O
O
a, � N
N D N
°o E
m
Z
�In
InO
U o
C)
C)
�a �
w
=
o
Ham-• l0