HomeMy WebLinkAbout08/16/1994, C-7 - AWARD OF CONTRACT FOR ""TRAFFIC SIGNAL UPGRADE: JOHNSON AT LIZZIE, MADONNA AT OCEANAIRE, MADONNA AT LOS OSOS VALLEY ROAD, SPECIFICATION NO. 93-65"""uOIII��O�,l��l
city P MEETING DATE:
�IIIN�IN� II n�u��llull CI of San LUIS OBIS PO August 16, 1994
Mii, COUNCIL AGENDA REPORT ITEM NUMBER� y
FROM: Michael D. McCluskey, Public Works Director,&,
PREPARED BY: John Rawles, Engineering Assistant /Traffic
SUBJECT. Award of Contract for 'Traffic Signal Upgrade: Johnson at Lizzie,
Madonna at Oceanaire, • Madonna at Los Osos Valley Road, Specifica-
tion No. 93-65"
CAO RECOMMENDATIONS:
1) Award the contract for 'Traffic Signal Upgrade: Johnson at L.izzie, Madonna at Oceanaire,
Madonna at Los Osos Valley Road, Specification No. 93-65" to Lee Wilson Electric
Company
2) Authorize the CAO to execute the contract documents
DISCUSSION:
At its meeting on June 7, 1994, the City Council approved plans and specifications for this project,
authorized staff to advertise for bids, and authorized the city administrative officer to award the
contract if the lowest responsible bid were within the engineer's estimate of $195,750.
Before advertising for bids, staff amended the project work to include pavement reconstruction at
Madonna / Oceanaire and Madonna/Los Osos Valley Road. The street maintenance supervisor
recommended this work because the pavement at these locations is completely deteriorated and
must be disturbed anyway to install traffic detection loops. This necessarily increased the
engineer's estimate by $29,000 for a revised estimate of $234,750, however, it is greater than
authorized by the Council on June 7th.
On July 21, 1994, staff opened bids, and Lee Wilson Electric Company was the low bidder at
$222,920. Because the low bid is greater than the original engineer's estimate, Council approval is
required prior to award.
FISCAL IMPACT:
Estimated Contract Cost (with contingencies) $245,300
Revised Engineer's Estimate (with contingencies) $268,000
Nearly the entire difference between the original estimate and the contract price is attributable to
the cost of the additional pavement reconstruction work, which amounts to $29,000 with contingen•
cies. That amount of funding should therefore be transferred from the project account for street
reconstruction and resurfacing to pay for. this portion of the project work.
There is currently $404,900 available in the traffic signal improvements project account.
'11,111mI110,11 city of San WIS OBISpo
ME 1 COUNCIL AGENDA REPORT
AITACHM ENTS:
Council Agenda Report from June 7, 1994
Bid Summary
Contract Documents
Budget Amendment Request
1:\wa51\saEC9365
MEETING DATE:
city of san ,-ais oBlspo June 7 1994
COUNCIL AGENDA REPORT ITEM NUMBER:
FROM: Michael McCluskey, Public Works Director'�
PREPARED BY: John Rawles, Engineering Assistant/Traffic
SUBJECT:
Submittal of Plans and Specifications for Traffic Signal Upgrade: Johnson at Lizzie, Madonna at
Oceanaire, Madonna at Los Osos Valley Road., Specification No. 93 -65.
CAO RECOADVIElt'DATION:
Approve plans and specifications, authorize staff to advertise for bids, and authorize the CAO to
award the contract if lowest responsible bid is within the Engineer's Estimate.
DISCUSSION:
The traffic signal equipment at these intersections is outdated and has far outlived its intended service life.
Spare parts and technical support are no longer available for this equipment.
The proposed projects will provide pre- emption control for the City's Fire Department. This control
Mows the intersection to clear as the emergency vehicle approaches. This type of control improves the
emergency response capability and safety for responding vehicles. This pre - emption technology is not
available for use with the existing control equipment. The City Fire Chief has requested that these
sic-nals be designed to accommodate emergency vehicle pre - emption.
In addition to the proposed signal improvements, bus shelters will be installed at the Madonna/LOVR and
the Madonna/Oceanaire intersections.
FISCAL IMPACT:
Council has authorized signal plans to be prepared for these locations, and has budgeted for the
improvements (see pages E -6 and E -17 in the Capital Improvements Plan Section of the 1993 -95 Financial
Plan).
Engineer's Estimate:
Madonna/LOVR
$ 88,510
Johnson/Lizzie
32,870
Madonna/Oceanaire
74,370
Subtotal
$195,750
Contingencies
19,575
Total
$215,325
There is $236,000 available in the Signal Improvement Project Account, and $45,000 available for bus
shelters in the Bus Stop Transit Fund.
CONCURRENCE:
This project has been given a Categorical Exemption by the Community Development Department.
jr 193.6sapp
by
9
1 J
J
L F-
�V)
�o
2 :-z3j
O
� H
m
-P
N �
i�
0 F-
V
_Z
Z
r) LLJ
a-
co 0
7 -zf
IIIII�III�1
11
�
I���IINIIIII01111811
�nnm�u�u��nnnn���
■�n���
■ate
��u���n���
eeeeeeeeeeeem��eee��mn'i
eemoommca�aa�e�ea�e��
7 -zf
100 P1 . , .
THIS AGREEMENT, made on this day of , 19_, by and between the City of San Luis
Obispo, San Luis Obispo County, California, hereinafter called the Owner, and Lee Wilson Electric Comnanv.
hereinafter called the Contractor.
WITNESSETH:
That the Owner and the Contractor for the consideration stated herein agree as follows:
ARTICLE 1, SCOPE OF WORK: The Contractor shall perform everything required to be performed, shall
provide and furnish all of the labor, materials, necessary tools, expendable equipment, and all utility and
transportation services required to complete all the work of construction of
Traf c Sienal Unt!rade: Johnson at Lixzie: Madonna at Oceanairr• Madonna at Los Osos Valley Road
Soeciffcation No. 93-9
in strict accordance with the plans and specifications therefor, including 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
and completed under the direction and supervision and subject to the approval of the Owner or its authorized
representatives.
ARTICLE II, CONTRACT PRICE: The owner shall pay the Contractor as full consideration for the faithful
performance of this Contract, subject to any additions or deductions as provided in the Contract Documents, the
contract prices as follows:
Johnson/Lizzle Intersection:
-1-
d_7-,!03'
Approximate
Unit
Item
Quantity
Item with Unit Price Written in Words
Price
Total
1.
1
Controller & service (includes Quickload Data
15,500.00
15,500.00
Loading System) for the lump sum price of
fifteen thousand five hundred dollars and no
cents.
z
1
Intersection rewiring for the lump sum price of
5,215.00
5,225.00
five thousand two hundred twenty-five dollars
and no cents.
3.
1
Trenching and minor concrete for the lump sum
3,385.00
3,385.00
price of three thousand three hundred eight -five
dollars and no cents.
4.
1
Emergency vehicle pre- emption system for the
5,690.00
5,690.00
lump sum price of fm thousand six hundred
ninety dollars and no cents.
-1-
d_7-,!03'
Madonna /Oceanaire Intersection:
Approximate
Unit
Item
Quantity
Item with Unit Price Written in Words
Price
Total
5.
1
Signing for the lump sum price of one thousand
1,920.00
1,920.00
nine hundred twenty dollars and no cents.
6.
1
Signal equipment for the lump sum price of six
6,380.00
6,380.00
9.
1
thousand three hundred eighty dollars and no
6,850.00
6,850.00
cents.
7.
1
Conduit for the lump sum price of three
3,100.00
3,100.00
thousand one hundred dollars and no cents
TOTAL:
41,200.00
Madonna /Oceanaire Intersection:
IMM
Approximate
Unit
Item
Quantity
Item with Unit Price Written in Words
Price
Total
8.
1
Controller and service for the lump sum price
10,300.00
10,300.00
of ten thousand three hundred dollars and no
cents.
9.
1
Intersection rewiring for the lump sum price of
6,850.00
6,850.00
six thousand eight hundred fifty dollars and no
cents.
10.
1
Trenching and minor concrete for the lump sum
15,200.00
15,200.00
price of fifteen thousand two hundred dollars
and no cents
11.
1
Emergency vehicle pre - emption system for the
2,850.00
2,850.00
lump sum price of two thousand eight hundred
fifty dollars and no cents.
12.
1
Signing /striping for the lump sum price of four
4,800.00
4,800.00
thousand eight hundred dollars and no cents
13.
1
Signal equipment for the lump sum price of
22,500.00
22,500.00
twenty-two thousand five hundred dollars and
no cents.
14.
1
Conduit for the lump sum price of thirteen
13,125.00
13,125.00
thousand one hundred twenty-five dollars and
no cents
15.
145
Minor paving - A.C. for the unit price of one
110.00
15,950.00
hundred ten dollars and no cents per ton.
TOTAL:
91,575.00
IMM
Madonna/LOVR Intersection:
BID TOTAL (ALL INTERSECTIONS) $222920.00
Payments are to be made to the Contractor in accordance with and subject to the provisions embodied in the
documents 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 may be required to do, or respecting the size of any payment to the Contractor, during the
performance of this Contract, said 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 following
documents, all of which are as fully a part thereof as if herein set out in full, if not attached, as if hereto
attached:
1. Notice to Contractors and Information for Bidders.
-3-
e 7 -7
Approximate
Unit
Item
Quantity
Item with Unit Price Written In Words
Price
Total
16.
1
Controller and service for the lump sum price
9,700.00
9,700.00
of nine thousand seven hundred dollars and no
cents.
17.
1
Intersection rewiring for the lump sum price of
7,775.00
7,775.00
seven thousand seven hundred seventy-five
dollars and no cents.
18.
1
Trenching and minor concrete for the lump sum
15,750.00
15,750.00
price of fifteen thousand seven hundred fifty
dollars and no cents.
19.
1
Emergency vehicle pre- emption system for the
5,690.00
5,690.00
lump sum price of five thousand six hundred
ninety dollars and no cents.
20.
1
Signing /striping for the unit price of ten
10,300.00
10,300.00
thousand three hundred dollars and no cents.
21.
1
Signal equipment for the lump sum price of
17,000.00
17,000.00
seventeen thousand dollars and no cents.
22.
1
Conduit for the lump sum price of thirteen
13,480.00
13,480.00
thousand four hundred eighty dollars and no
cents.
23.
95
Minor paving - A.C. for the unit price of one
110.00
10,450.00
hundred ten dollars and no cents per ton.
Ir TOTAL
=90,145.00
BID TOTAL (ALL INTERSECTIONS) $222920.00
Payments are to be made to the Contractor in accordance with and subject to the provisions embodied in the
documents 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 may be required to do, or respecting the size of any payment to the Contractor, during the
performance of this Contract, said 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 following
documents, all of which are as fully a part thereof as if herein set out in full, if not attached, as if hereto
attached:
1. Notice to Contractors and Information for Bidders.
-3-
e 7 -7
2. Standard Specifications, Special Provisions and Engineering Standards.
3. Accepted Proposal.
4. Public Contract Code Section 10285.1 Statement and 10162 Questionnaire.
5. Noncollusion Declaration.
6. Plans.
7. List of Subcontractors
& 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 conflict
between the terms of this instrument and the bid or proposal of said Contractor, then this instrument shall
control and nothing herein shall be considered as an acceptance of the said terms of said proposal conflicting
herewith.
IN WITNFM WHEREOF, the parties to these presents have hereunto set their hands this year and date fast
above written.
Date:
ATTEST:
City Clerk
-4-
By. Lee Wilson Electric Company
CITY OF SAN LUIS OBISPO
City Administrative Officer
2 / �9
4��I IIIIIIIIIiI��j���IIIII!Il�i� city of san Luis oaispo
BuacEt aMMOM nt QEgUCSt
NUMBER
REQUESTWG DEPARTMENT FUND AMENDED FUND NO.
f7 L05 L
navam mm
ACCOUNT DESCRIPTION
DEPT.
OBJ.
SUB -OBJ.
CURRENT
BUDGET
PROPOSED
AMENDMENTS
M
AMENDED
BUDGET
I�
�
Cam► ">
TOTAL
PURPOSE
i
- - -
■��a
-- - - ;
-
I�
�
Cam► ">
- c .�-. � _ _. ,
i7t����
' � , _
�( . • • III
PURPOSE
i
- - -
■��a
-- - - ;
-
I�
�
Cam► ">
CHF.VA3 ,ffi„
OISTRIBUTION: wI,II.l pw� r"MW FWMM Pw& no=ft m Oddamed nmmw n.mFmr®v 50 -BB