HomeMy WebLinkAbout2011-12-13 - AGENDA REPORTS - ANNUAL CONCRETE REHAB (2)CONSENT CALENDAR
DATE:
SUBJECT:
DEPARTMENT
Agenda Item: Z—
CITY OF SANTA CLARITA
AGENDA REPORT
City Manager Approval:
Item to be presented by:
December 13, 2011
Curtis Nay
FISCAL YEAR 2011-12 ANNUAL CONCRETE
REHABILITATION PROGRAM (CITYWIDE), PROJECTS M0085,
M0086, AND T0034 - AWARD CONSTRUCTION CONTRACT
Public Works
RECOMMENDED ACTION
1. City Council approve the plans and specifications for the Fiscal Year 2011-12 Annual
Concrete Rehabilitation Program (citywide), Projects M0085, M0086, and T0034.
2. Approve the request by John Burgeson Contractors Inc. to withdraw its bid and award the
construction contract to the lowest responsible bidder, Encorre Services, Inc., in the amount
of $643,254 and authorize a contingency in the amount of $64,326, for a total contract
amount not to exceed $707,580.
3. Authorize the City Manager or designee to execute all documents, subject to City Attorney
approval.
BACKGROUND
The annual concrete rehabilitation program consists of three annual efforts awarded under one
contract to make the most efficient use of available funding. The sidewalk repair program will
construct new 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, and the access ramp program will serve our disabled
community through the installation of new access ramps, while meeting the requirements
outlined in Title 21 of the Americans with Disabilities Act. In addition to these programs, repairs
to the concrete pathways along the City's paseos are required.
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.
A, PPOCU i 1�,Vill Eir[z 311� - / -
Substantial constraints and controls have been established in the construction documents to
reduce potential impacts on local traffic and homeowners during the construction phase.
Construction is scheduled to begin January 2012 and is anticipated to be complete within
90 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.
An invitation to bid was published three times (October 9, October 11, and October 13, 2011)
and noticed on the City's website. Plans and specifications were also sent to area plan rooms.
Eleven responsive bids were submitted to the City and opened by Purchasing on
November 8, 2011. The results are shown below:
Company
Location
Base Bid Amount
John Burgeson Contractors Inc.
Santa Clarita
$
624;986.52
Encorre Services, Inc.
Glendale
$
643,253.50
FS Construction
Sylmar
$
659,710.50
R.C. Becker & Son, Inc.
Santa Clarita
$
676,300.80
Toro Enterprises, Inc.
Oxnard
$
730,695.10
Black Rock Construction
Brea
$
733,000.00
Kalban, Inc.
Sun Valley
$
740,588.05
Martinez Concrete, Inc.
Azusa
$
839,793.58
Excel Paving
Long Beach
$
963,723.90
C.A. Rasmussen, Inc.
Santa Clarita
$
975,558.68
Nye and Nelson Inc.
Ventura
$1,310,403.50
The bid from John Burgeson Contractors Inc. contained a mistake on Bid Item 11, where the unit
price was listed as $725 instead of $1,725. Because of this error, John Burgeson Contractors Inc.
requested in writing to withdraw its bid. The City Attorney's Office has advised staff that this
error qualifies the bidder to withdraw their bid under Public Contract Code Section 5103 without
forfeiture of its bid bond or other penalty, as long as the bidder gave the City notice of the
mistake within five days of the bid opening. The bid opening was on November 8, 2011, and the
letter withdrawing the bid is dated November 9, 2011, which is within five days. Therefore, the
bidder may withdraw its bid under applicable law.
Staff recommends the contract be awarded to Encorre Services, Inc., the lowest responsible
bidder, with a total contract amount not to exceed $707,580. This contractor possesses a valid
state contractor's license and is in good standing with the Contractors State License Board. The
contractor's bid has been reviewed for accuracy and conformance to the contract documents and
was found to be complete.
At the City Council meeting on October 25, 2011, a resident expressed concerns with the
condition of the sidewalk and handicap access at 18035 Soledad Canyon Road. After evaluating
the resident's concerns, staff started work on the design for the new sidewalk and driveway into
the Caravilla Mobile Home Park. Once the design is complete, staff will work with the property
owners to obtain sidewalk and construction easements. Staff anticipates including this location in
the project after the design and required easements are executed. Other additional work based on
2
each program's prioritized list will be performed for a maximum contract amount of $707,580.
The remaining funds will be utilized for project administration and support items, such as tree
trimming, labor compliance, surveying, and material testing.
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 California 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 California 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
Adequate funds have been appropriated in Projects M0085, M0086, and T0034 expenditure
budget accounts.
ATTACHMENTS
List of Locations
3
LIST OF LOCATIONS
FISCAL YEAR 2011-2012
ANNUAL CONCRETE REHABILITATION PROGRAM
PROJECTS M0085, M0086, AND T0034
Abdale Street
Emmett Road
Snapdragon Place
Abordo Drive
Empino Lane
Soledad Canyon Road
Adamsboro Drive
Fain Drive
Stillmore Street
Agramonte Drive
Fambrough Street
T-2 Old Orchard
Alamagordo Road
Flowerpark Drive
T-42 Circle J Ranch
Alaya Drive
Fourl Road
T-7 Central North Valley
Aldbury Street
Friendly Valley Parkway
T-8 Valencia Summit Park
Avenida Cappella
Gary Drive
T-46 Northbridge
Avenida Crescenta
Garza Drive
Terri Drive
Avenida Entrana
Gilbert Drive
Vermont Drive
Avenida Frasca
Gregory Lane
Via Aranda
Barbacoa Drive
Harby Drive
Via Artina
Barcotta Drive
Jena Drive
Via Avant
Bouquet Canyon Road
Kalmar Avenue
Via Barra
Bruces Place
Langside Avenue
Via Bordeaux
Calgrove Boulevard
Lost Springs Road
Via Brasa
Canoes Circle
Lotusgarden Drive
Via Calinda
Cantos Drive
Lyons Avenue
Via Copeta
Cardiff Drive
Madigan Drive
Via Dalia
Carland Drive
Marilyn Drive
Via Danza
Carrousel Drive
Meadowcreek Road
Via Delfina
Catala Avenue
Melia Way
Via Dia
Chestnut Street
Mill Valley Road
Via Eliso
Circle J Ranch Road
Newhall Avenue
Via Pacifica
Collins Road
Pamela Drive
Via Palacio
Creekside Drive
Pandy Court
Via Princessa Road
Crossglade Avenue
Plum Canyon Road
Via Rana
Crosspath Avenue
Railroad Avenue
Via Saludo
Cuervo Drive
Renwick Court
Via Sistine
Cynthia Court
Rhododendron Drive
Via Tanara
Darburn Drive
Rosehaven Lane
Via Telino
Dot Street
Sam Place
Vicci Street
Drycliff Street
Sand Canyon Road
Vista Delgado Drive
Ebelden Avenue
Santa Clarita Road
Walnut Street
Elizabeth Way
Sierra Highway
SAMENG-CIVI\ConcRehab I I-12\council\List of Locations award.doc 4