HomeMy WebLinkAbout07-10-2012 c5 mid higuera rehab project awardcounci l
aGEnda REpout
C I T YO F S A N LUIS O B I S P O
FROM :
Jay D . Walter, Director of Public Work s
Prepared By :Dan Van Beveren, Senior Civil Enginee r
SUBJECT :MID HIGUERA REHABILITATION, SPECIFICATION NO . 9007 3
PROJECT AWAR D
RECOMMENDATION
1 Appropriate $371,665 in approved Urban State Highways Account grant funds ; allocatin g
$137,000 for the Mid Higuera Rehabilitation project account and $234,665 for the Bob Jone s
Trail Connection at Los Osos Valley Road project account .
2.Award a contract to Cal Portland Construction for the construction of the Mid Higuer a
Rehabilitation project, including the base project and Additive Alternate #1 for a tota l
contract amount of $711,330 .97 .
3.Approve the transfer of $11,000 from various Utilities accounts to the Mid Higuer a
Rehabilitation project account : $4,000 from the Water Raise Valve Covers account and
$7,000 from the Collection Systems Improvements Master Account .
4.Approve the transfer of $29,032 in remaining design funds from the completed design phas e
to the construction phase of the Mid Higuera Rehabilitation project account .
DISCUSSIO N
Backgroun d
Higuera Street from Marsh Street to South Street has long been identified as an arterial street i n
need of operational and safety improvements in addition to pavement restoration . A widenin g
project was originally envisioned for this area meeting the objectives of the Mid-Higuer a
Enhancement Plan, and grant funding has been obtained to support some of the work .
On February 16, 2010, Council directed staff to modify the scope of the underfunded Higuer a
Street Widening project to align with available funding within the project budget . The ne w
project scope directed by Council included : traffic signal replacements and operationa l
improvements at Marsh Street and High Street and the resurfacing of Higuera Street from Mars h
Street to South Street .
On November 15, 2011, Council approved the plans and specifications for the Higuera Stree t
Rehabilitation project . On January 19, 2012, Caltrans issued a formal Authorization to procee d
thus allowing the project to advertise for bids . The total available funding currently in the projec t
account is $664,538 . Of this amount, $565,000 was established as the construction estimate fo r
the project .
Meeting Dat e
July 10, 2012
Item Number C 5
Mid Higuera Rehabilitation —Project Award Page2
Bids
The project was advertised for proposals and bids were opened on May 29, 2012 . Seven bids
were received,all of which were above the Engineer's Estimate . There are two primary factor s
attributed to the difference between the estimate and the bids . First, after the Council authorize d
project advertising it became apparent there could be a pedestrian access safety issue at the
Higuera / Pacific / Walker intersection that would be best addressed as part of this project even
though it was not previously anticipated prior to Council authorization . To address this issue ,
additional pedestrian ramps and driveway reconstruction were added to the base bid of th e
project which attributed to the majority of cost difference . Secondly, a miscommunication on th e
preliminary signal estimate led to the final Engineer's Estimate being advertised lower tha n
actually anticipated .
Once these issues were addressed staff understood that the bids might be higher than th e
Engineer's Estimate, especially for the items relating to Higuera / Pacific / Walker . In order t o
maintain this project's schedule and not disrupt delivery of other Capital projects staff made th e
determination to proceed with advertising and address any cost issues as part of the projec t
award . In order to provide for the most flexibility in addressing these issues and awarding a
construction contract, the project was separated into a Base Bid and three Additive Alternates .
A brief description of the Base Bid and Additive Alternates is shown below . Alternative Bi d
Item #1 was separated in the bid package to determine the actual costs for the signal work at th e
intersection of Higuera at High Street .
Base Bid and Additive Alternate s
Base Bid - Essentia l
• Replacement and/or upgrade of 17 handicap ramps to be ADA-compliant .
• Repaving of Higuera Street from Marsh Street to South Street . The new pavement sectio n
is designed with a service life of twenty years .
•Improvement to pedestrian crossings at Higuera and Marsh intersection .
•Improved pedestrian crossings at Higuera / Pacific / Walke r
•Replacement of Traffic Signals at the intersection of Higuera and Marsh along with a
revised right turn lane for Marsh Street at Higuera .
Additive Alternate #1 - Essentia l
•Replacement of Traffic Signals at the intersection of Higuera and High . This work will
replace failing equipment and provide additional operational tools and improved signa l
indications to increase safety .
Additive Alternate #2 - Not Essential
• Including pavement reinforcing grid within the new asphalt pavement structural section .
The use of this reinforcing grid will provide an estimated five to ten additional years o f
service to the new structural pavement section .
Mid Higuera Rehabilitation — Project Award Page 3
Additive Alternate #3 - Not Essentia l
• New concrete cross gutter at the three-way intersection of Higuera, Pacific and Walker .
Currently, an asphalt drainage swale functions at the proposed location of the cros s
gutter. A new concrete cross gutter would be more durable than asphalt .
The traffic signal at Higuera Street & High Street (Additive Alternate #1) is identified as both a
high ranking collision and a high ranking traffic congestion location . As part of the Traffi c
Safety and Traffic Operations reports, Council has approved measures to address these safet y
issues . The proposed improvements to this intersection will provide for improved traffi c
operations with upgraded signal equipment and increased phasing flexibility, and will improv e
traffic safety by realigning signal poles and indications . In short, staff believes the replacemen t
of this traffic signal to be essential, and has identified a source of additional funds recommende d
to be transferred to the project budget so that Additive Alternate #1 can be included in th e
construction contract .
FISCAL IMPAC T
Bids were received on May 29, 2012, and Cal Portland Construction was the lowest bidder wit h
a total bid amount as shown below :
Recommended Project
Base Bid:$556,00 4
Additive Alternate #1 :$155,32 7
Total :$711,331
Additive Alternate #2 :
$157,350 (not recommended )
Additive Alternate #3 :
$12,106 (not recommended )
The total Engineer's Estimate was $565,000 . The total available funding currently left in th e
project account is $664,538 . This amount is sufficient to award only the Base Bid portion of th e
project . However, staff is recommending that the base bid and Additive Alternate #1 be awarde d
due to the importance of this alternate . Rather than seek approval of General Fund reserve t o
complete these essential improvements, staff reviewed other grant funded projects to determin e
if there was any additional grant funds that might be able to be used to fund the projec t
deficiency .
Another project in the current Capital Improvement Program is the Bob Jones Trail Connectio n
at Los Osos Valley Road . The design of that project is about 75% complete, and its tota l
estimated construction cost, including materials testing and construction contingencies, is about
$900,000 . The total construction budget available in the Bob Jones Trail Connection project i s
$1,045,000 which is more than staff believes will be needed to complete the trail project . The
recommended action of this report will appropriate $137,000 of $371,665 approved Urban Stat e
Highway Account (USHA) grant funding originally allocated to the Bob Jones Trail Connectio n
C5-3
Mid Higuera Rehabilitation -Project Award Page 4
project to the Mid Higuera Rehabilitation project so that the project can be awarded wit h
Additive Alternate #1 included in the construction contract .
This new funding allocation will reduce the overall USHA grant funding available for the Bo b
Jones Trail and might impact the delivery of that project if construction costs should rise o r
additional work should become necessary . However, staff believes that the importance o f
including the Additive Alternate #1 in the Mid Higuera project justifies the small risk that th e
Bob Jones Trail project could potentially require additional funding as a result of th e
recommended budget transfer .
The design of the Bob Jones Trail project is on schedule to be completed later this year and staf f
believes the design and estimating work is far enough along on that project to allow these fund s
to be reallocated and leave the trail project with adequate funds for construction . If the estimate d
construction cost exceeds the project budget at the time the project is submitted to Council fo r
approval, staff will identify an additional recommended funding source and seek funding at tha t
time . Any available grant funds left over from the Higuera project that could be transferred bac k
to the Bob Jones project will be done when the Mid Higuera project is complete .
The San Luis Obispo Council of Government (SLOCOG) as part of the CTC Action in Februar y
2012, approved $371,665 in 2011-12 USHA funding for the City as part of the Cooperativ e
Agreement . Programmed projects receiving this funding allocation will be submitted to th e
SLOCOG Board on August 1, 2012 for final approval, at which time the transfer of funding fro m
Bob Jones trail to the Mid-Higuera project will be formally approved . SLOCOG staff i s
recommending approval of this transfer to the SLOCOG Board and does not foresee any issue s
resulting from this request . There is however always a remote possibility the Board would no t
approve the shift of funds despite SLOCOG staff's recommendation ; however, this is very
unlikely. The project will not yet have started construction at the time of the final boar d
approval . In the unlikely event that this is not approved by the SLOCOG board, staff will be in a
position to consult with the City Manager on how to best proceed before expending funds .
Upon Council approval of the staff recommendation, the Mid Higuera Rehabilitation project wil l
be funded with a total construction budget of $812,538 .51 . This budget reflects the ne w
appropriation of USHA grant funding for the inclusion of Additive Alternate #1, as well a s
additional Utilities funding which is needed for the cost of adjusting and upgrading existing
utility covers to the new pavement surface .
The following table shows a breakdown of the various funding sources and budgeted projec t
costs for a construction contract which includes the replacement of the traffic signal at Higuer a
Street and High Street .
Mid Higuera Rehabilitation —Project Award Page 5
Mid Higuera Rehabilitation : Construction Budget and Fundin g
;Funding by Type
Federal STIP Grant $490,717 .00
Urban SHA Grant $96,000 .00 ^
Transportation Impact Funds $50,321 .5 1
Existing Utilities Funding (upgrade utility covers)$27 .500 .00 ,
Additional Grant Urban SHA (born Bob Jones (cu LOVR project)$137,000 .00 I
Additional Utilities Funding (upgrade utility covers)$11,000 .0 0
`TOTAL FUNDING $812,538 .51 ;
Construction Costs :
Construction Contract :$711,330 .97 1
Construction Contingencies $81,000 .00 !
!Materials Testing and Inspection $15,000 .00 !
!Printing and other rinse project costs $5,207 .54 !
!TOTAL CONSTRUCTION COST $812,538 .51 1
Staff recommends the transfer of remaining design funds in the amount of $29,032 to th e
project's construction account . A Budget Amendment Request will transfer $11,000 fro m
various Utilities accounts and appropriate new 2011-12 USHA grant funding of $137,000 to th e
Mid Higuera Rehabilitation project account . These transfers and appropriate of grant funds wil l
provide sufficient funding to support project construction of Base Bid and Alternate #1 . A fiscal
impact summary of funding sources is provided below .
Fiscal Impact Summary
Costs By Typ e
Mid-Higuera Rehab (90073)Fund Current Proposed Change
Design TIF 405 29,032 -(29,032)
Construction TIF 405 21,290 50,322 29,03 2
Construction STIP 405 490,717 490,717 -
Construction USHA 405 96,000 233,000 137,00 0
Construction Water 500 16,500 20,500 4,00 0
Construction Sewer 520 11,000 18,000 7,00 0
Total 664,539 812,538 .51 148,00 0
ALTERNATIVE S
1 .Award contract with Base Bid portion only .This option is not recommended due t o
the importance of replacing the traffic signal at Higuera Street and High Street a s
discussed in this report . If Alternate #1 is not awarded, the collision pattern will likely
continue and congestion levels will not improve . The additional Utilities funding woul d
still be necessary for the utility upgrades, but the $137,000 of USHA grant fundin g
originally allocated for the Bob Jones LOVR Trail Connection project account would not
be necessary.
Mid Higuera Rehabilitation —Project Award Page6
2 . Award contract with Additive Alternate #2 (Pavement Reinforcing Grid), and/o r
Additive Alternate #3 (Concrete Cross Gutter) included in the contract .In addition
to the recommended action to include the traffic signal at Higuera and High, Counci l
could elect to include these other items through the use of General Fund Reserves . Thi s
alternative is not recommended as the use of pavement reinforcing grid, while bein g
effective of extending the service life of the pavement surface by approximately five to
ten years, is quite expensive and not essential to achieving the objectives of the project .
Similarly, the concrete cross gutter would be preferred to include with the project, but th e
additional cost exceeds the available funds in the project budget and the added value o f
this element does not warrant the additional expenditure .
ATTACHMENT S
1.Bid Summar y
2.Copy of original report authorizing advertising
3.Contrac t
t :\coundl agenda reports\2012\2012-07-10\mid higuera rehabilitation project award (walter-vanbeveren)\car - mid higuera award2 .docx
MID HIGUERA REHABILITATION HP21L-5016(022) SPECIFICATION NO . 9007 3
Owner: City Of San Luis Obisp o
Bid Opening:05/29/12 marks an allowance Cal Portland Construction Granite Construction R . Burke Corporation Souza Constructio n
PO Box 1280
Santa Maria, CA 93454
PO Box 674 4
Santa Barbara, CA 93160
PO Box 957
San Luis Obispo, CA 93406
PO Box 3810
San Luis Obispo, CA 9340 3
Base Bid
Item #Item Code Item Description Quantity Unit of Measure Unit Price Item Total Unit Price Item Total Unit Price Item Total Unit Price Item Total1MOBILIZATIONDEMOBILATION1LS35,802.00 35,802 .00 10,000 .00 10,000.00 10,000 .00 10,000 .00 39,000.00 39,000 .002(5 TRAFFIC SIGNALS @ MARSH 1 LS 182,419 .00 182,419 .00 180,321 .00 180,321.00 217,000 .00 217,000 .00 195,000 .00 195,000 .00
3 DETECTABLE WARNINGS 17 EA 776.00 13,192 .00 675 .00 11,475.00 400 .00 6,800 .00 EMELEEIELI4CONCRETE3600SQFT•I 79,200 .00 20 .00 72,000.00 79,200 .00 I 109,800 .005TRAFFIC MEDIAN 1 LS 10,657 .00 10,657 .00 6,957 .00 6,957.00 20,000 .00 20,000 .00 15,700.00 15,700 .006SIGNS (R1-5)2 EA ''8.00 896 .00 330 .00 660.00 400 .00 800.00 IMMZfl]j 750 .0 07FULL WIDTH GRIND 119000 SQFT 31 30,940 .00 0 .40 47,600.00 19,040 .00 =§=.29,750 .008ASPHALT CONCRETE 1650 TN 92.60 152,790 .00 107 .00 176,550.00 105.00 173,250 .00 106.00 174,900 .0094"WHITE STRIPING 126 LF 1111=11MI111=1121WI //63.00 69 .30 =MIN 69 .301012" WHITE CROSSWALK LIMIT LINES 1300 ,LF 4.00 5,200 .00 MNEE•5,005.00 EIMEMI 5,460 .00 NI=11KIEII r I
11 12 YELLOW CROSSWALK LIMIT LINES 100 LF 4.00 400 .00 MMEgIll 385.00 =IIIMLILI 420 .00 ENME.2W 425 .001224 WHITE CROSSWALK LINES 65 LF 8.00 520 .00 8.00 520.00 8 .40 546 .00 8.50 111IMEE :i13DETAIL 9 1160 LF 0.60 696 .00 MEWEEI 638.00 I *696 .00 IMMIM]WI 870 .0014DETAIL 22 400 LF .11MEMI 460 .00 E.I.EI 440.00 IMMEZI 480.00 MEME #I 480 .0 015DETAIL 29 WITH TYPE AY MARKERS 153 LF E1•11=111111111WIMI 765.00 EMEMMI 765 .00 765 .0016DETAIL 32 1200 LF 5,160 .00 MIMLI 5,040.00 4 .60 5,520 .00 =EMMA 5,700 .0017DETAIL 38 150 LF 0.90 //II 150.00 IMMIEdEl 150.00 =EMU 150 .0 0
18 DETAIL 38A 150 LF 0.80 120 .00 1IMMILIJ 150.00 / I 150.00 MINIMEJ 150 .0 019DETAIL 39 3080 LF 0.60 1,848 .00 0.60 1,848.00 I 2,156 .00 =MRS 2,310 .0 020DETAIL 39A 340 LF 0.40 136 .00 0 .40 136.00 =111MILIM 0 .40 136 .0021MISC. WHITE PAVEMENT MARKINGS 820 SOFT 3 I 4,264 .00 IMMUNE 4,100.00 MIN=EKI 4,510 .00 11MIEE]4,510 .0 022BLUE FIRE HYDRANT MARKERS 11 EA 26.00 286 .00 I I 28.00 308 .00 /297 .0 023REPLACE ADJUST SEWER MANHOLES 12 EA =EMU 13,404 .00 1,475 .00 17,700.00 1,000 .00 12,000 .00 840 .00 .10,080 .0 024REPLACE ADJUST WATER VALVES 26 EA 598 .00 15,548.00 615 .00 15,990.00 13,650 .00 350 .00 9,100 .0025REPLACE ADJUST MONUMENT LIDS 2 EA 11 1,154 .00 630.00 1,260.00 1,050.00 475 .00 950 .0 0BidList Total -.I I . I I
Additive Alternate #1 I ~~Item #Item Code Item Description quontity Unit of Measure
26 (S TRAFFIC SIGNALS @ HIGUERA & HIGH 1 LS 11 /1 111 111 •r
Bid List Total III I I I
Additive Alternate #2
Item #Item Code Item Description Quantity Unit of Measure27ADDITIONAL'/"GRIND THICKNESS 110000 SQFT I I 1,100 .00 ~.13,200.00 0 .08 8,800 .00 I 2,200 .0 028ASPHALT CONCRETE LEVELING COURSE 500 TN 56,150 .00 130 .00 65,000.00 120 .00 60,000 .00 56,000 .0 029HIGH STRENGTH PAVEMENT REINFORCING GRID /
Bid 110000 SQFT
List Total
Additive Alternate #3
Item if Item Code Item Description Quantity Unit of Measure30INSTALL NEW CROSS GUTTER 480 SQFT .12,105 .60 12,960.00 45 .00 21,600.00 13,296 .0 0
Bid List Total $12,105 .60 12,960.00 .21,600 .00 $13,296 .0 0
Total Bid Amount $880,786 .57 $886,470.00 $907,573 .30 $878,170 .80
MID HIGUERA REHABILITATION HP21L-5016(022) SPECIFICATION NO . 90073
Owner: City Of San Luis Obisp o
Bid Opening:05/29/12 I•marks an allowance Rockwood General Contractors Papich Construction John Madonna Cons t
PO Box 1529
Nipomo, CA 93444
PO Box 2210
Pismo Beach, CA 93448
PO Box 531 0
San Luis Obispo, CA 93403
Base Bi d
Item #Item Code Item Description Quantity Unit of Measure Unit Price Item Total Unit Price Item Total Unit Price Item Total
1 MOBILIZATION / DEMOBILATION 1 LS $13,231.97 $13,231 .97 $130,474.55 $130,474.55 $105;000.00 $105,000.00
2 (S) TRAFFIC SIGNALS @ MARSH 1 LS $192,365 .68 $192,365 .68 $176,750 .00 $176,750.00 $194,425 .00 $194,425.00
3 DETECTABLE WARNINGS 17 EA $667 .40 $11,345 .80 $650 .00 $11,050.00 $875.00 $14,875.00
4 CONCRETE 3600 SQFT $19 .97 $71,892 .00 $27 .61 $99,396.00 $30.00 $108,000.00
5 TRAFFIC MEDIAN 1 LS $25,691 .88 $25,691 .88 $13,500 .00 $13,500.00 $10,600.00 $10,600.00
6 SIGNS (Rl-5)2 EA $560 .64 $1,121 .28 $350 .00 $700.00 $363.00 $726.00
7 FULL WIDTH GRIND 119000 'SOFT $0 .30 $35,700.00 $0.33 $39,270.00 $0.35 $41,650.00
8 ASPHALT CONCRETE 1650 TN $106.92 $176,418.00 $106.75 $176,137 .50 $113 .00 $186,450.00
9 4" WHITE STRIPING 126 LF $4.56 $574.56 $4.52 $569 .52 $1 .50 $189 .00
10 12" WHITE CROSSWALK / LIMIT LINES 1300 'LF $4.70 $6,110.00 $3 .15 $4,095.00 $4 .55 $5,915.00
11 12" YELLOW CROSSWALK / LIMIT LINES 100 LF $8.28 $828.00 $8.27 $827 .00 $5 .25 $525 .00
12 24" WHITE CROSSWALK LINES 65 LF $14.64 $951 .60 $23.73 $1,542 .45 $10 .00 $650 .0 0
13 DETAIL 9 1160 LF $0.95 $1,102 .00 $2 .45 $2,842 .00 $1 .00 $1,160 .0 0
14 DETAIL 22 400 LF $3.03 $1,212.00 $5.40 $2,160 .00 $2 .25 $900 .0 0
15 DETAIL 29 WITH TYPE AY MARKERS
_
153 LF $7.55 $1,155 .15 $3 .84 $587 .52 $6 .00 $918 .0 0
16 DETAIL 32 1200 LF $5 .47 $6,564 .00 $3 .88 $4,656.00 $5 .00 $6,000 .00
17 DETAIL 38 150 LF $3 .67 $550.50 $4 .59 $688.50 $1.60 $240.00
18 DETAIL 38A 150 LF $8 .29 $1,243 .50 $4 .53 $679.50 $1 .50 $225 .00
19 DETAIL 39 3080 LF $1 .03 $3,172 .40 $1 .83 $5,636.40 $0.80 $2,464.00
20 DETAIL 39A 340 LF $0 .67 $227 .80 $4 .06 $1,380.40 $1.05 $357.00
21 MISC . WHITE PAVEMENT MARKINGS 820 SQFT $5 .79 $4,747 .80 $7 .28 $5,969.60 $6 .50 $5,330.00
22 BLUE FIRE HYDRANT MARKERS 11 EA $64 .53 $709 .83 $10 .00 $110.00 $37.00 $407.00
23 REPLACE/ADJUST SEWER MANHOLES 12 EA $890.88 $10,690.56 $785 .28 $9,423.36 $1,100.00 $13,200.00
24 REPLACE/ADJUST WATER VALVES 26 EA $423 .51 $11,011.26 $374.87 $9,746.62 $700 .00 $18,200.00
25 REPLACE/ADJUST MONUMENT LIDS 2 EA $1,638.35 $3,276.70 $807.73 $1,615 .46 $850 .00 $1,700 .00
Bid List Total $581,894.27 $699,807.38 $720,106.00
Additive Alternate #1
Item #Item Code Item Description Quantity Unit of Measure Unit Price Item Total Unit Price Item Total Unit Price Item Total
26 I (5) TRAFFIC SIGNALS @ HIGUERA & HIGH I1 ILS $163,221.36 $163,221.36 $150,500.00 $150,500 .00 $165,550 .00 $165,550 .00
Bid List Total $163,221.36 $150,500 .00 $165,550 .00
Additive Alternate #2_
Item #Item Code item Description Quantity Unit of Measure Unit Price Item Total Unit Price Item Total Unit Price Item Total
27 ADDITIONAL %" GRIND THICKNESS 110000 SQFT $0 .16 $17,600 .00 $0 .05 $5,500.00 $0.05 $5,500 .0 0
28 ASPHALT CONCRETE LEVELING COURSE 500 TN $131 .47 $65,735.00 $128 .77 $64,385 .00 $180 .00 $90,000 .0 0
29 HIGH STRENGTH PAVEMENT REINFORCING GRID 110000 SQFT $0 .88 $96,800 .00 $0 .57 $62,700.00 $0.70 $77,000 .0 0
Bid List Total $180,135.00 $132,585.00 $172,500.0 0
Additive Alternate #3
_
Item #Item Code item Description Quantity Unit of Measure Unit Price Item Total Unit Price Item Total Unit Price Item Total
30 INSTALL NEW CROSS GUTTER 480 SQFT $39 .76 $19,084 .80 $24.50 $11,760.00 $21.50 $10,320.00
Bid List Total $19,084 .80 $11,760.00 $10,320.00
(Total Bid Amount $944,335 .43 $994,652 .38 ,$1,068,476.00
McedngDete
11/15/201 1
he. Nu .La c/'counci lAagc'nOa €pp t
CITY O F S A N LUIS O B I S P O
FROM :
Jay D . Walter, Director of Public Work s
Prepared By :
Dan Van Beveren, Senior Civil Enginee r
SUBJECT : MID HIGUERA REHABILITATION, SPECIFICATION NO . 90073
RECOMMENDATION
1.Approve plans and specifications for the Mid Higuera Rehabilitation Project, Specification No .
90073 .
2.Approve the transfer of $27,500 from various Utilities Master accounts to the Mid Higuera
Rehabilitation project account : $16,500 from the Water Distribution System Improvement s
Master account and $11,000 from the Collection System Improvements Master account .
3.Authorize staff to advertise for bids and authorize the City Manager to award the contract if th e
lowest responsible bid is within the Engineer 's Estimate of $565,000 .
DISCUSSION
Higuera Street from Marsh Street to South Street has been identified as an arterial street in nee d
of pavement restoration . At one time, a widening project was envisioned for this area, and gran t
funding obtained to support some of the work. On February 16, 2010, Council directed staff t o
revise the scope of the "widening" project to only include pavement restoration and traffic signa l
replacements . This direction was based on the overall cost of the widening project exceeding th e
project's available budget, and that using the Federal grant for the paving of the street was a
project that was both achievable within the available budget and one that addressed the
immediate need for pavement restoration .
Higuera Street is an old concrete street which was first constructed over 100 years ago . In the earl y
1970s, Higuera Street was overlaid with asphalt concrete as a means of smoothing the rough ride o f
the aging concrete surface . The asphalt surface has now deteriorated to where the street is in nee d
of rehabilitation, but the underlying concrete street is in good structural condition. The pavement
rehabilitation strategy for this project is to grind the existing asphalt material from the concrete
street surface, and to replace it with two layers of new asphalt and a reinforcing grid between th e
asphalt layers . Pavement reinforcing grid has been found to be effective in minimizing reflective
cracking in concrete streets which are paved over with asphalt, and has been used throughout th e
City on similar projects, including recently in the paving of upper Monterey Street earlier this year .
The installation of pavement reinforcing grid is included within the scope of this project as a n
additive alternate . This will allow a determination to be made at the time of bid award as to whethe r
the expense appears to be cost effective in terms of long term pavement preservation .
The Americans with Disabilities Act (ADA) requires curb ramps to be upgraded as part of a pavin g
project . As such, this project includes the replacement of several existing curb ramps within th e
project limits .
G5-9 C2-1
Mid Higuera Rehabilitation (90473)
Page 2
The existing traffic signals at the intersection of Marsh and Higuera as well as those at th e
intersection of Higuera and High are older signals which do not meet current standards . With the
availability of grant funding eligible to be used toward signal replacements, the replacement an d
upgrade of these two intersections' traffic signals are included in the scope of work for this project .
Culvert repairs, waterline and sewerline upgrades and microsurfacing projects planned in th e
corridor were all coordinated and will be complete before the start of this project in an effort t o
minimize work overlaps and reduce the likelihood of the new pavement being cut .
CONCURRENCE S
A Notice of Exemption has been filed with the Community Development Department per th e
requirements of the California Environmental Quality Act (CEQA). Additionally, a Categorica l
Exclusion has been filed by the State of California Department of Transportation (Caltrans) as th e
lead agency in processing the equivalent federal document per the requirements of the Nationa l
Environmental Policy Act (NEPA).
In order to advertise the project for construction bids, the Federal Highway Association must issu e
an "Authorization to Proceed with Construction" to the City . A request for authorization has been
submitted by the City and staff is anticipating the receipt of the Authorization to Proceed i n
mid-December . Upon receipt of this document, the project will be advertised for bids .
FISCAL IMPAC T
The majority of the cost is funded from the project's construction phase which contains a
remaining balance of $608,000 . This budget consists of the remaining balance of $484,000 of a
federal grant, the remaining balance of a State Highway Account (SHA) grant of $100,000 an d
Transportation Impact Funds (TIF) in the amount of $24,000 .
Water and sewer utility improvement funds are currently available in the water fund and sewe r
fund Master accounts . This funding will support the adjustment of water and sewer facilities t o
the new pavement elevations . Staff recommends utilizing funding in the amount of $27,500 from
the Water Distribution System Improvements Master account and $22,000 from the Collectio n
System Improvements Master account as detailed in the table below . Currently, there i s
$1,743,000 available in the Water Distribution System Improvements Master account an d
$2,967,000 in the Collection System Improvements Master account . There is sufficient fundin g
to support this request
c5 -10 C2-2
Mid Higuera Rehabilitation (90073)Page 3
Mid Higuera Rehabilitation Project (90073)
Water Sewer Collectio nHiguera Street
Distribution
System Improv eRehabilitation
System Improve Master Account(90073)
Master Account
(90239)(90227)
Total
Construction Estimate :
$540,000
$15,000
$10,000 $565,000
Contingencies :
$54,000
$1,500
$1,000 $56,50 0
Material Testing :
$10,000
$0
$0 $10,000
Printing :
$1,000
$0
$0 $1,00 0
Total for Construction :
$605,000
$16,500
$11,000 $632,50 0
Current Funds Available :
$608,000
$1,743,000
$2,967,000
ATTACHMEN T
Location Ma p
AVAILABLE FOR REVIEW IN THE COUNCIL OFFICE
Plans and Specification s
t :h .,,iui,ud uyui .uu ui,.n l6vubau wuik uai J11\90073 au,.J_u
ATTAUHMEN 1
C5 12c 2
city o fsan tins OBISPO
MID HIGUERA REHABILITATIO N
LOCATION MAP
CITY OF SAN LUIS OBISP O
CALIFORNI A
AGREEMEN T
THIS AGREEMENT,made on this day of , 20_, by and between the City of San Luis Obispo ,
a mi:nicipal corporation and charter city, San Luis Obispo County, California (hereinafter called the Owner)and
Cal Portland Construction (hereinafter called the Contractor).
WITNESSETH :
That the Owner and the Contractor for the consideration stated herein agree as follows :
AR ICLE 1, SCOPE OF WORK :The Contractor shall perform everything required to be performed, shal l
prov'de and furnish all of the labor, materials, necessary tools, expendable equipment, and all utility an d
tran portation services required to complete all the work of construction o f
MID HIGUERA REHABILITATION, SPECIFICATION NO . 90073
in s ict accordance with the plans and specifications therefor, including the Base Bid and Additive Alternate #1, an d
any and all Addenda, adopted by the Owner, in strict compliance with the Contract Documents hereinafter enumerated .
It is agreed that said labor, materials, tools, equipment, and services shall be furnished and said work performed an d
competed under the direction and supervision and subject to the approval of the Owner or its authorize d
representatives .
ARTICLE II,CONTRACT PRICE :The Owner shall pay the Contractor as full consideration for the faithfu l
performance of this Contract, subject to any additions or deductions as provided in the Contract Documents, th e
contract prices as follows :
Item
No .Item Unit o f
Measure
Estimate d
Quantity
Item Pric e
(in figures)
Tota l
(in figures )
Mobilization / Demobilization LS 1 35,802 .00 35,802.00
(S) Traffic Signals @ Marsh LS 1 182,419 .00 182,419 .00
Detectable Warnings EA 17 776 .00 13,192 .0 0
Concrete SQFT 3600 22 .00 79,200 .0 0
Traffic Median LS 1 10,657 .00 10,657 .0 0
Signs (Rl-5)EA 2 448 .00 896 .0 0
Full Width Grind SQFT 119,000 0 .26 30,940.0 0
Asphalt Concrete TON 1650 92 .60 152,790 .0 0
9 .4" White Striping LF 126 0 .52 65 .5 2
10 12" White Crosswalk / Limit Lines LF 1300 4 .00 5,200 .00
1 .12" Yellow Crosswalk / Limit Lines LF 100 4 .00 400.00
1 24" White Crosswalk Lines LF 65 8 .00 520 .00
1 Detail 9 LF 1160 0 .60 696 .00
1 .Detail 22 LF 400 1 .15 460 .00
1 C5-1 3
15 .Detail 29 with Type AY Markers LF 153 4 .65 711 .4 5
16 .Detail 32 LF 1200 4 .30 5,160.0 0
17 .Detail 38 LF 150 0 .90 135 .0 0
18 .Detail 38A LF 150 0 .80 120 .00
19 .Detail 39 LF 3080 0 .60 1,848 .00
20 .Detail 39A LF 340 0 .40 136 .00
21 .Misc . White Pavement Markings SQFT 820 5 .20 4,264 .0 0
22 .Blue Fire Hydrant Markers EA 11 26.00 286 .00
23 .Replace/Adjust Sgwer Manholes EA 12 1117 .00 13,404 .0 0
24 .Replace/Adjust Water Valves EA 26 598 .00 15,548 .0 0
25 .Replace/Adjust Monument Lids EA 2 577 .00 1,154 .0 0
26 .(S) Traffic Signals @ Higuera & High LS 1 155,327 .00 155,327 .00
BID TOTAL : $711,330 .9 7
Payments are to be made to the Contractor in accordance with and subject to the provisions embodied in the document s
made a part of this Contract .
Should any dispute arise respecting the true value of any work omitted, or of any extra work which the Contractor ma y
be required to do, or respecting the size of any payment to the Contractor, during the performance of this Contract, sai d
dispute shall be decided by the Owner and its decision shall be final, and conclusive .
ARTICLE III,COMPONENT PARTS OF THIS CONTRACT :The Contract consists of the followin g
documents, all of which are as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached :
1.Notice to Bidders and information for bidders .
2.Standard Specifications, Engineering Standards, Special Provisions, and any Addenda.
2 . Accepted Proposal .
4.Public Contract code Section 10285 .1 Statement and 10162 Questionnaire .
5.Noncollusion Declaration .
6.Plans .
7.List of Subcontractors .
8.Agreement and Bonds .
9 Insurance Requirements and Forms .
ARTICLE IV .It is further expressly agreed by and between the parties hereto that should there be any conflic t
between the terms of this instrument and the bid or proposal of said Contractor, then this instrument shall control an d
nothing herein shall be considered as an acceptance of the said terms of said proposal conflicting herewith .
IN WITNESS WHEREOF,the parties to these presents have hereunto set their hands this year and date first abov e
written .
2 C5-1 4
ATTEST :CITY OF SAN LUIS OBISPO
By :
City Clerk Jan Howell Marx, Mayor
APPROVED AS TO FORM :CONTRACTO R
By :
J . Christine Dietrick, City Attorney CALPORTLAND CONSTRUCTIO N
Allen Hamblen, President
3 C5-15
Page intentionally lef t
blank .