Loading...
HomeMy WebLinkAbout06/07/1994, C-4 - AWARD OF CONTRACT FOR TRAFFIC SIGNAL UPGRADE-MARSH AT JOHNSON, SPECIFICATION NO. 93-54 �IIIN�I��II�IIIIIIIIII�IIIIII� MEETING DATE: CI O Shc'1 LUIS OB1Sp0 � 6-7-94 COUNCIL AGENDA REPORT ITEM NUMBER:L FROM: Michael McCluskey, Public Works Director'T PREPARED BY: John Rawles, Engineering Assistant/Traffic SUBJECT: Award of Contract for Traffic Signal Upgrade- Marsh at Johnson, Specification No. 93-54 CAO RECOMMENDATION: By motion, 1) award a contract to Lee Wilson Electric Company in the amount of$55,115 for "Traffic Signal Upgrade - Marsh at Johnson, Specification No. 93-54" 2) authorize the Mayor to execute the contract documents 3) transfer $60,000 to the project account to cover the cost of the contract plus contingencies DISCUSSION: On April 5, 1994, the City Council authorized staff to solicit bids and authorized the City Administrative Officer to award the contract to the lowest responsible bidder if the bid were within the engineer's estimate. The lowest bid received on May 12, 1994 was six percent greater than the engineer's estimate. FISCAL IMPACT: Contract Cost $55,115 Contingencies 4.885 Total $60,000 There is $236,000 available in the Traffic Signal Improvements project budget. The City has received $18,775 from the developers of the Payless/Scolari's shopping center to pay for a portion of this project. Attachments: April 5, 1994 Council Agenda Report Agreement for Traffic signal Upgrade 1 !` REN NUMBER: is ae1 McCluskey, Public Works Direct __,,K-P .D BY: John Rawles, Engineering Assistant/Traffic SUBJECT: Submittal of Plans and Specifications for Traffic Signal Upgrade: Marsh at Johnson, Specification No. 93-54. CAO RECOMMENDATION: 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 DISCUSSION: The traffic signal equipment at this intersection is outdated and has far outlived its intended service life. Spare parts and technical support are no longer available for this equipment. When compared with modern signal control equipment, the present controller falls short in its function and capabilities. Emergency pre-emption equipment required by the Fire Department with the development of the Payless/Scolari's shopping complex will not operate with the existing controller equipment. The old controller equipment is also not capable of responding to daily fluctuations in traffic demand. FISCAL IMPACT: prepared for this location, and has budgeted $40,000 for the Council approved signal plans be improvements (see pages E-6 and E-17 in the Capital Improvement Plan Section of the 1993-95 Financial Plan). The need for signal upgrade and controller replacement coincides with the Fire Department's requirement for emergency vehicle pre-emption. The City has already collected $18,775.00 from the Payless/Scolari's developers to pay for this equipment. The emergency vehicle pre-emption equipment was not in the original estimate for upgrade work at this intersection, which has resulted in a total project cost higher than the amount approved by Council in the 1993-95 Financial Plan. With the inclusion of developer monies for this project, the total funds available are anticipated to be adequate. Engineer's Estimate: $52,240 Contingencies: $ 5.224 Total: $57,464 Budgeted in CIP: $40,000 Developer's contribution: $18,775 Funds Available & Budgeted: $58,775 CONCURRENCE: This project has been given a Categorical Exemption by the Community Development Department. jr1/93-449ubm1aW 671 - by CITY OF SAN LUIS OBISPO CALIFORNIA AGREEMENT 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 Co., 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, material% necessary tools, expendable equipment, and all utility and transportation services required to complete all the work of construction of Traffic Sianal Unmade - Marsh at Johnson,Specification No. 93-54 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 Il, 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: Approximate Unit Item Quantity Items with Unit Price Written in Words Price Total 1. One Job Controller and service for the lump sum $ 8,870.00 $ 8,870.00 price of eight thousand eight hundred seventy dollars and no cents. 2. One Job Intersection rewiring for the lump sum $ 6,185.00 $ 6,185.00 price of six thousand one hundred eighty-five dollars and no cents. 3. One Job Trenching and minor concrete for the $9,070.00 $ 9,070.00 lump sum price of nine thousand seventy dollars and no cents. 4. One Job Emergency vehicle pre-emption system $ 5,520.00 $ 5,520.00 for the lump sum price of five thousand five hundred twenty dollars and no cents. 5. One Job Signing for the lump sum price of two $ 2,560.00 $ 2,560.00 thousand five hundred sixty dollars and no cents. - 1 - Approximate Unit Item Quantity Items with Unit Price Written in Words Price Total 6. One Job Signal equipment for the lump sum $17,870.00 $17,870.00 price of seventeen thousand eight hundred seventy dollars and no cents. 7. One Job Conduit for the lump sum price of five $ 5,040.00 $ 5,040.00 thousand forty dollars and no cents. TOTAL $55,115.00 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 fmal, 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. 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. 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 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 WITNESS WHEREOF,the parties to these presents have hereunto set their hands this year and date first above written. By: Lee Wilson Electric Co. CITY OF SAN LUIS OBISPO Date: Mayor - Peg Pinard ATTEST: City Clerk - 2- C:'�