HomeMy WebLinkAbout2010-05-25 - AGENDA REPORTS - MAGIC MOUNTAIN I5 LANDSCAPE (2)CONSENT CALENDAR
DATE:
SUBJECT:
DEPARTMENT
Agenda Item:
CITY OF SANTA CLARITA
AGENDA REPORT
City Manager Approval
Item to be presented by
May 25, 2010
Curtis Nay
MAGIC MOUNTAIN PARKWAY/I-5 INTERCHANGE
LANDSCAPE BEAUTIFICATION PHASE II, PROJECT S 1003 -
AWARD CONSTRUCTION CONTRACT
Public Works
RECOMMENDED ACTION
1. City Council approve the plans and specifications for the Magic Mountain Parkway/
Interstate 5 (I-5) Interchange Landscape Beautification Phase I1, Project S 1003.
2. Find the bid of Martinez Landscape Company, Inc., to be non-responsive and award the base
bid contract to the next lowest bidder, Marina Landscape, Inc., in the amount of $235,425
and authorize a contingency of $35,000 for a total base bid contract amount of $270,425.
3. Authorize approval for a change order to add Additive Alternate 1 of the contract bid to the
same bidder, Marina Landscape, Inc., in the amount of $654,300 and authorize a contingency
of $98,000 for a total contract amount of $752,300 for Additive Alternate 1. This contract
award is contingent on approval of the ballot results and ordering levies to fund landscape
maintenance at the Los Angeles County Board of Supervisors meeting on June 22, 2010.
4. Authorize an expenditure of $150,000 to Castaic Lake Water Agency for reclaimed water
meter services for the irrigation system in the County's area.
Authorize an increased expenditure of $20,000 to Valley Crest Design Group for landscape
architect and structural engineer services.
6. 'Authorize an increased expenditure of $10,000 to Fugro West, Inc., for geotechnical and soil
testing services.
7. Authorize an increased expenditure of $30,000 to Psomas and Associates for construction
staking services and land surveying work.
Authorize an increased expenditure of $30,000 to Willdan Engineering for engineering
support.
Authorize the City Manager or designee to execute all documents, subject to City Attorney
approval.
BACKGROUND
The proposed beautification project consists of landscape and hardscape within the City and
County jurisdictions. This item recommends the award of the work within the City and the -
authorization to later add the work within the County pending the formation of a County
Landscape Maintenance District for its maintenance.
The construction of the proposed beautification improvements is comprised of two bid proposals:
the base bid for the City's side (east of I-5) and Additive Alternate 1 for the County's side (west
of I-5).
Base Bid:
The proposed improvements (base bid) for work within the City's jurisdiction on Magic
Mountain Parkway, east of the I-5, consist of landscape beautification in the parkway areas
between the northbound ramps and Tourney Road. In addition, there will be a decorative
monument wall with the City's logo as a gateway entry feature to be situated on Magic Mountain
Parkway facing the northbound I-5 off -ramp traffic. The proposed landscape beautification will
match the existing landscape corridor on Magic Mountain Parkway. The City's Landscape
Maintenance District will take over the maintenance of the landscape and irrigation services once
the project is accepted under Landscape Maintenance District 1 of Zone 18.
Upon approval of this item, staff will issue a Notice to Proceed to the awarded contractor Marina
Landscape, Inc., to commence with the base bid work. Including contingency, the cost for this
work is $270,425.
Additive Alternate 1
The proposed improvements (Additive Alternate 1) for work within the County's jurisdiction on
The Old Road and Magic Mountain Parkway, west of the I-5, consist of landscape and hardscape
beautification in median and parkway areas. The landscape beautification is to be consistent with
the future Newhall Ranch Development.
The County's Board of Supervisors is scheduled to meet on June 22, 2010, at which time it is
expected that they will form two new Landscape Maintenance Districts. Once this has occurred,
City staff will issue a change order to award the same contractor, Marina Landscape, Inc., the
Additive Alternate 1. Including contingency, the cost for the added work will be $752,300.
In the original roadway improvement project, landscaping was deferred as there was no
landscape maintenance mechanism in place. With the upcoming Board of Supervisors vote on
9
the District's formation now scheduled, and with a positive outcome anticipated, this project is
planned to provide for the landscaping.
On April 2, 2010, the Director of Public Works directed staff to authorize the advertisement for
construction bids. On May 6, 2010, the City's Purchasing Division received the following seven
bids for the project:
Company
Martinez Landscape Co, Inc.
Marina Landscape, Inc.
America West Landscape, Inc
Oakridge Landscape, Inc.
American Landscape, Inc.
Belaire-West Landscape, Inc.
Park West Landscape, Inc.
Location
Sylmar, CA
Anaheim, CA
Chino, CA
Santa Clarita, CA
Canoga Park, CA
Buena Park, CA
Pacoima, CA
Base Bid and Additive Alternate 1
$ 785,076.00
$ 889,725.00
$ 942,829.43
$ 961,193.75
$ 991,714.16
$1,084,365.00
$1,269,804.00
After reviewing the bids, City staff with assistance from the City Attorney determined that the
bid proposal submitted by the apparent low bidder, Martinez Landscape Company, Inc., had
multiplication errors in the "unit prices" and "extended prices" on six bid items, which resulted in
a significant increase in the overall submitted bid amount, therefore the bid was deemed
non-responsive. The next lowest responsive bid was submitted by Marina Landscape, Inc., in the
amount of $235,425 and $654,300 for the base bid and Additive Alternate 1 bid, respectively.
Staff recommends that the project be awarded to Marina Landscape, Inc. 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.
The City is responsible for obtaining water meters and connection fees for the irrigation system
on The Old Road and Magic Mountain Parkway where reclaimed water will be used. A total of
four meters are required. Staff is currently working with the water purveyor, Castaic Lake Water
Agency, for the coordination of these services at a cost of $150,000.
In addition, staff recommends continuing the services of Valley Crest Design Group, Fugro
West, Inc., and Psomas and Associates for landscape architectural support, geotechnical services,
and construction staking and land surveying, respectively, for the landscape and hardscape. Staff
also recommends retaining the services of Psomas and Associates and Willdan Engineering for
right-of-way documents and design turnover of the Phase II road improvements required in the
previously executed City/County and City/Caltrans Cooperative Agreements. The
above-mentioned firms will provide consulting services for a total amount of $90,000.
Adequate funds have been appropriated for City staff time for construction management,
inspection, and labor compliance services.
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 California Public Contract Code with
regard to public works project procurement. In these types of procurement, the Public Contract
3
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. Thus, in the awarding of Public Works contracts, the City is not
permitted to award to the second low bidder just because they are local as the Public Contract
Code does not allow the City to recognize them as the "lowest" responsible bidder.
ALTERNATIVE ACTIONS
Reject all bids and authorize staff to rebid the landscape beautification project.
Other action as determined by the City Council.
FISCAL IMPACT
The total amount of all work requested in this agenda item:
Base Bid and Contingency
$270,425
Additive Alternative 1 and Contingency
$752,300
Reclaimed Water Meter Services
$150,000
Valley Crest Design Group
$20,000
Fugro West, Inc.
$10,000
Psomas and Associates
$30,000
Willdan Engineering
$30,000
Total $1,262,725
Adequate funds in the amount of $1,262,725 plus staff time have been budgeted in Expenditure
Accounts S 1003260-5161.001 and S 1003303-5161.001 (Proposition C grant and Valencia
Bridge and Thoroughfare District).
TTACHMENTS
Location Map
51
y6
Y
2
�dQ
H p
�•}
Z
Q
2
7
O
S
Al
2
H
Q"�
� 2
W
� �
x � p
Q
N
�r
Y
2
L — isL
H p
�•}
S
Al
•
J,
z oz 0
a.
j�U 2
r
�..� `,�,�►. tri
Iai�sJa�e801 �r
P�