HomeMy WebLinkAbout2012-05-08 - AGENDA REPORTS - DEMO BLDG PROJ F2008 (2)CONSENT CALENDAR
DATE:
SUBJECT:
DEPARTMENT
Agenda Item: 6
CITY OF SANTA CLARITA
AGENDA REPORT
City Manager Approval:
Item to be presented by:
May 8, 2012
DEMOLITION OF BUILDINGS - OLD TOWN NEWHALL,
PROJECT F2008 - AWARD CONSTRUCTION CONTRACT
Public Works
RECOMMENDED ACTION
City Council approve project specifications and award the construction contract for the
demolition of buildings in Old Town Newhall, Project F2008, to C & R Demolition
Industries, Inc., in the amount of $37,500, and authorize a contingency in the amount of
$7,500.
2. Appropriate $35,000 from Public Facilities Replacement Fund (723) to Expenditure Account
F2008723-5161.001 and transfer $25,000 from Expenditure Account P3012723-5161.001 to
Expenditure Account F2008723-5161.001.
Authorize the City Manager or designee to execute all documents, subject to City Attorney
approval.
BACKGROUND
In November 2009, the Redevelopment Agency of the City of Santa Clarita purchased an entire
city block at the cross streets of Lyons Avenue, Railroad Avenue, 9th Street, and Main Street to
assist in the implementation of the Downtown Newhall Specific Plan. The future development of
a full block will assist in the transformation of Old Town Newhall into a thriving, mixed-use,
pedestrian -oriented village with a series of economic engines, ultimately creating an Arts and
Entertainment District.
In March 2011, the Redevelopment Agency and the City entered into a Real Property and
Transfer Agreement related to this property. This agreement conveyed the property and delegated
,Redevelopment Agency functions and powers to the City, which includes the ability to clear the
site.
t. u" .1
r n
6
This contract will demolish two unoccupied structures previously containing two automotive
uses. This contract also allows for the demolition of a third structure, currently used as the
construction office for the Old Town Newhall Library, upon relocation of staff. The demolition
will remove dilapidated and blighted structures on the City -owned property and prepare the area
for future redevelopment.
With the elimination of redevelopment agencies throughout the state of California, cities are now
tasked with continuing the economic growth and vitality of communities that formerly relied on
redevelopment to revitalize struggling areas. While the future development of this site is
unknown at this time, it is at a critical intersection that serves as a gateway to Old Town Newhall
and is directly adjacent to the new Old Town Newhall Library. In an effort to continue the
renaissance of Old Town Newhall, it is in the City's best interest to move forward with the
demolition of these vacant structures to further eliminate blighting conditions in Old Town
Newhall.
The City received a letter from the State Controller's Office requesting any transfer of assets
between the Redevelopment Agency and the City be reversed and all former redevelopment
property and funds be returned to the Successor Agency to be dealt with in accordance with
ABX 1 26. City staff is conferring with legal counsel on the next course of action in response to
the State Controller's request. However, as of today, this property still belongs to the City of
Santa Clarita and not the Successor Agency for the former Redevelopment Agency.
In an abundance of caution, and in the case the property will ultimately need to be returned to the
Successor Agency, Successor Agency staff took an item to the Oversight Board on April 26,
2012, requesting their concurrence to demolish these buildings. The Oversight Board voted
unanimously to allow the City to move forward with this project.
The Invitation to Bid was published three times: June 13, 2011, June 19, 2011, and June 22,
2011, and noticed to the City's website, to perform demolition and removal of 22515 9th Street,
formerly known as Automotive Technology, .and 24410 Main Street, formerly known as
Wanjon's. Nine bids were submitted to the City and opened by Purchasing on July 28, 2011, at
11:00 a.m. The results of the bid are:
Company
C & R Demolition Industries, Inc.
Unlimited Environmental
Bowen Engineering & Environmental
Interior Demolition
Triangle Enterprises, Inc.
Sun -Lite General Const. & Demolition
Superior Demolition
John Burgeson Contractors
Tomar Construction
Location Bid Amount
Rosemead, CA
$
19,000
Signal Hill, CA
$
34,800
Fresno, CA
$
37,375
Montrose, CA
$
39,875
Burbank, CA
$
49,980
Montebello, CA
$
52,550
City of Industry, CA
$
66,506
Santa Clarita, CA
$
79,091
Santa Paula, CA
$
79,883
C & R Demolition Industries, Inc., the lowest responsible bidder, has agreed to hold the bid cost
2
of July 28, 2011, with an adjustment of $2,500 to cover an increase in fuel cost. Thus, the cost
for the demolition of Automotive Technology and Wanjon's is $21,500.
In addition, the City requested C & R Demolition Industries, Inc., provide a quote for the
demolition of the construction office building at 24406 Main Street. The proposal for this
demolition is $16,000. This additional work will be included in the C & R Demolition Industries,
Inc., contract by change order.
Upon review of the bids, staff recommends awarding the contract to C & R Demolition
Industries, Inc., the lowest responsible bidder, for the demolition and removal of the three
City -owned buildings described above in the amount of $45,000, including contingency.
C & R Demolition Industries, Inc., possesses a state contractor's license and is in good standing
with the Contractors State License Board. The bid from C & R Demolition Industries, Inc., was
reviewed for accuracy and conformance to the contract documents and found to be complete and
responsible.
The remaining budget in the amount of $15,000 will be used for environmental testing and
mitigation, labor compliance, staff oversight, and miscellaneous project costs.
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. Thus, in the awarding of Public Works contracts, the City is not permitted to
award to the second lowest 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
The requested appropriation of $35,000 from Public Facilities Replacement Fund (723) and
transfer of $25,000 from Expenditure Account P3012723-5161.001 to F2008723-5161.001 will
provide for all anticipated project costs.
ATTACHMENTS
Location Map
9
t 3
+
a •� Yry1.