HomeMy WebLinkAbout2010-08-24 - AGENDA REPORTS - VALENCIA INDUSTRIAL CTR MEDIAN (2)CONSENT CALENDAR
DATE:
SUBJECT:
DEPARTMENT:
Agenda Item:
CITY OF SANTA CLARITA
AGENDA REPORT
City Manager Approval
Item to be presented by:
August 24, 2010
Curtis Nay
2
VALENCIA INDUSTRIAL CENTER MEDIAN IMPROVEMENTS,
PROJECT B 1008 - AWARD CONSTRUCTION
Public Works
RECOMMENDED ACTION
1. City Council approve the plans and specifications for the Valencia Industrial Center Median
Improvements, Project B1008.
2. Find the bid of Pivot Group, Inc., to be non-responsive and award the construction contract to
the next lowest bidder, Kasa Construction, Inc., in the amount of $298,916, and authorize a
contingency in the amount of $59,783, for a total amount not to exceed $358,699.
3. Authorize the continuance of Landscape Maintenance District Funds 357 in Expenditure
Account B1008357-5161.001, in the amount of $419,743 from Fiscal Year 2009-10 to Fiscal
Year 2010-11.
4. Authorize the City Manager or designee to execute all documents, subject to City Attorney
approval.
BACKGROUND
This project will install trees, landscaping, and hardscape in the medians within Zone 16 of the
City of Santa Clarita Landscape Maintenance District. Zone 16 was created to provide funding
for the beautification of medians and parkways in the Valencia Industrial Center. These
improvements will provide a' -distinct special benefit to properties within this zone by providing
beautification, shade, and positive enhancement of the community character.
Median improvements for this project are in the Valencia Industrial Center on Avenue Tibbitts
(from Newhall Ranch Road to Avenue Scott) and on Avenue Scott (from Avenue Tibbitts to
Avenue Stanford). Existing median surfaces are currently covered with pavement. This project
.,APPROVED
will remove the pavement and beautify the medians by installation of landscaping, irrigation, and
decorative concrete to match other City medians. Staff met with representatives of the Santa
Clarita Chamber of Commerce and the Valley Industrial Association of Santa Clarita. Both
agencies support this project.
An invitation to bid was prepared, published three times (June 20, June 23, and June 27, 2010),
and noticed to the City's Web site. Plans and specifications were also sent to area plan rooms.
Fifteen bids were submitted to the City and opened by Purchasing on July 20, 2010. The results
of the bids are shown below:
Company
Location
Bid Amount
Pivot Group, Inc.
Burbank, CA
$268,677.50
Kasa Construction, Inc.
Ontario, CA
$298,916.25
Oakridge Landscape, Inc.
Santa Clarita, CA
$303,434.00
Jeff Tracy
Laguna Niguel, CA
$309,371.00
Elite Landscaping, Inc.
Clovis, CA
$310,520.05
Belaire-West Landscape, Inc.
Buena Park, CA
$316,585.00
Clean Cut Landscape, Inc.
Clovis, CA
$319,995.00
R.C. Becker & Son, Inc.
Santa Clarita, CA
$325,222.00
Rock Bottom, Inc.
Bakersfield, CA
$330,216.50
America West Landscape, Inc.
Chino, CA
$343,928.26
Toro Enterprises, Inc.
Oxnard, CA
$348,530.75
M.G. Construction and Development, Inc.
Canoga Park, CA
$383,465.00
Peterson -Chase General Eng. Const. Inc.
Irvine, CA
$391,186.50
John Burgeson Contractors, Inc.
Santa Clarita, CA
$410,344.00
Tropical Creations
Van Nuys, CA
$429,413.52
After reviewing the bids, City staff with assistance from the City Attorney determined the bid
proposal submitted by the apparent low bidder, Pivot Group, Inc. (Pivot), is non-responsive.
Pivot listed Bed Rose Landscaping, located in Corona, California, as a subcontractor in its bid
with no state contractors license number. After the bid opening, Pivot sent the attached letter to
the City dated July 30, 2010, stating their intention to use a different subcontractor known as Bed
Rose Landscaping Beder Noe Granados located in Torrance, California. Due to Pivot's failure to
list Bed Rose Landscaping Beder Noe Granados as its subcontractor, including the contractors
license number and correct location in its bid, staff recommends Pivot's bid be rejected as
non-responsive. The next lowest responsive bid was submitted by Kasa Construction, Inc.
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
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.
IN
Staff recommends the project be awarded to Kasa Construction, Inc. This contractor possesses a
state contractors license and is in good standing with the State Contractors License Board. The
contractor's bid has been reviewed for accuracy and conformance to the contract documents and
was found to be complete.
Adequate funds have been budgeted to provide for anticipated construction management support,
staff oversight, labor compliance services, inspection services, utility services and connection
fees, and miscellaneous project administration costs totaling $131,000.
ALTERNATIVE ACTIONS
Reject all bids and authorize staff to rebid the median improvements project.
Other action as determined by the City Council.
FISCAL IMPACT
The requested continuance of Landscape Maintenance District Funds in the amount of $419,743
from Fiscal Year 2009-10 to Fiscal Year 2010-11 combined with the rebudgeted funds of
$70,000 will make $489,743 available, and will adequately provide for anticipated project costs..
ATTACHMENTS
Location Map
Pivot Letter
3
' vp sij iY �' �`§'3-'.»b�"^e � rn•='c'z �t b J� ?. zzab �w^�ee. �.� �'��.- � vIV
p �'•@ S ,;c iFt�' "fir . :.r. aS' A"
a rt6
3
R`-P1"ti".a
4,����\\
•� `? ua _ F�il;. @ ',y"h..-: Mm"X
n'kham.-.'v
r
g1aj
��
ROAD 00
res e�' A fp O
r
co
u�Z------------------------
4D.
------------ ' 3
koO
a xl CJ
4 0
.dSS3Jpr I r G "v -y x•.x '�, eta J
&"baa"' i"€ a x 5 i '' a`s.�e `'�'"," ``"1 " '3� s�
�R-�Q .. �.;h- � t 2CY �iA',a z ' ` a " [Pt -R, YZ
,�! S R+= �$ JIB �,yys �3£""',m�rr'^Y3Ms,
�� JOS' — _ _'_Ia..§ �� ga
s;yi .,.•
1 VEA
r
is
bO ' ■ f ` r
AA--
S• (P®
qj
� fid' •a�„ �' h. Q'J x,� t. " �+L ; � \.! w; ° �..---i-y___i'� � �, sla�� ��1y
Is
VALLEY STREETgot TO ff 6
Mg
W
i,
W®r
go,K�LLCANYONR AD
ek
Nil
o zz
1 W
labs e�l�8 of � woxRsNMI s
Kb,.
Mik Pivot: Group, Inc.
01 1. WF ISOs. Glenoaks alvd, It 9170 Burbank, CA 91502 Stale 1.101 8631106
Phone: (8) 8) 957-8681 Fox: (818) 957.8682 E-rnoJ; &olgroup^aoil,nol
Pivot Group, Inc.
General Engineering Contractors SENT VIA FAX (661) 259-8125
& EMAILS: (hcorder a,santa-clarita.coin
Flu ian a,santa-elarita:coz
Date: 7/30/10
City of Santa Clarita
23920 Valencia Blvd., Suite 300
Santa Clarita, CA 91355
Re: Valencia Industrial Center Median Improvements Proj ect-Bid No. ENG -09-1 0-B 1008
Landscaping Subcontractor Information
Attn: Mr. Frank Lujan
Dear Sir:
Thank you for your prompt receipt acknowledgement yesterday, Our Landscaping Sub-
contractor Information is as follows:
Bed Rose Landscaping
Beder Noe Granados License # 897249 (C-27)
21910 S. Western Avenue
Torrance, CA 90501
Should you need any further information, please call me on my cell at (818)378-8865.
Sin4Haghv
l
an
ProjectManager
J:1CIly of Santa ClarilalValencla MedianlCopy of Letter to City of Santa Clarita-Bedrose Info.doc
i
Page 1 of 1