Loading...
HomeMy WebLinkAbout08/25/1995, 1 - MARSH STREET RECONSTRUCTION AND STORM DRAIN IMPROVEMENT PROJECT: NIPOMO TO SANTA ROSA, SPECIFICATION NO. 95-32 �I�uA` I�IIIII��I IIIII�I MEETIN DATE: ull Ip�l cityo San LUIS OBISpo =.� WMGm COUNCIL AGENDA REPORT ITE NUM FROM: Michael D. McCluskey, Public Works Director /LA/L,�i Prepared by: Barbara Lynch, Civil Engineer SUBJECT: Marsh Street Reconstruction and Storm Drain Improvement Project: Nipomo to Santa Rosa, Specification No. 95-32. CAO RECOMMENDATIONS: By motion: 1) Award and authorize the Mayor to execute a contract with Granite Construction in the amount of$1,212,630 for the Marsh Street Improvement Project (including bid alternatives 2 through 6) 2) Authorize the CAD to award and execute a construction inspection contract with Willdan Associates (estimated cost: $80,000) 3) Transfer $651,000 from the Street Resurfacing and Reconstruction Project Budgets ($588,400 from the 1994-95 project and $62,600 from the 1995-96 project); transfer $43,700 from the Water Distribution Project Budget and the Downtown Fire Sprinkler Lateral Project Budget; and reduce the CDBG Fund contribution for this project by $150,000 (Staff will return to Council with suggestions on reallocating this $150,000 to other eligible projects.) These transfers do not affect any ending fund balances. DISCUSSION: On August 22, 1995 staff opened bids for this project, and the low bid was substantially higher than the engineer's estimate. The four bids received were closely spaced, and the two low bids were within $5,000 of each other, so the low bid appears valid. Six additional alternatives were included in this bid process. Alternative #1 involves the resurfacing of Osos Street, and Alternative #2 involved the construction of crosswalks. Alternatives 3 through 6 involves utility adjustment work. One bid item not recommended for award is the resurfacing on Osos Street in the amount of $30,582. This work can be accomplished by city crews at a later time through our regular street maintenance program. Postponing this work will not affect current or future construction activities on Marsh Street. All other alternatives are recommended for reasons outlined under the Alternative section of this report. When the Council approved plans and specifications, it authorized the CAO to negotiate a construction inspection contract with Willdan Associates. In order to keep the construction contract on schedule, staff recommends that the Council now also authorize the CAO to award and execute such a contract. ��u� ►I�IIHI�IIp° �IU�N City OF San -L.6 OBISPO COUNCIL AGENDA REPORT FISCAL IMPACT: Total Project Costs! Construction (bid amount) $1,212,630 Construction Inspection (estimated) 80,000 Contingencies (estimated - 8%) 99,070 BIA Advertising 10,000 Early Completion Bonus (maximum) 25.000 $19426,700 Following is a summary of current estimated project costs with the original budget and the revised project cost estimate presented to the Council on July 25, 1995. Original Budget Revised Budget - Current Project' Variance 7/25 Costs General Fund 560,000 820,000 1,211,000 3917000 CDBG (1) 150,000 37,000 — (37,000) Water Fund 200,000 172,000 215,700 43,700 TOTAL 910,000 1,029,000 1,4261700 397,700 (1,) originally scheduled to be appropriated from the CDBG fund, which could not be used because of federal environmental review requirements The following highlights the key reasons for the variance from the 7/25 revised project estimate. Bid_Items: Signal Conduit Upgrades 84,000 Storm Drain 732000 Waterline 67,000 Cold Planing 55,000 Paving. 33,000 Sidewalks 33,000 Other Items: Inspection 30,000 Added Contingencies (2) 1.4..000 TOTAL: $ 389,000 (2) needed because of increased construction and inspection costs As reflected above, $651,000 more is needed for the street, sidewalk, and storm drain portion of'the project. This additional money will come from the 1994/95 Street Reconstruction and Resurfacing olHnii%1111II111111°III►IIUIII city of San Lr.,S OBISpo COUNCIL AGENDA REPORT project budget ($588,427 available) and the 1995/96 Street Reconstruction and Resurfacing project budget ($620,000 available). Funding for the water portion of this project ($215,700) is already available in the Water Distribution Improvements and Downtown Fire Sprinkler Lateral Project Budgets. ALTERNATIVES: The City Council could award the entire contract, including Additive Alternate #1 (Oros Paving). If Alternate #1 were added back into the contract, then Madonna Construction would become the low bidder and the Council should authorize the award of contract to them. An added $29,132 would need to be transferred from the Street Resurfacing and Reconstruction Budget. The Council could eliminate Alternative #2, the crosswalks. Staff does not recommend this alternative because the crosswalks meet a number of City goals and offers Marsh Street businesses a nice amenity at the conclusion of what has been an extended period of construction. Alternatives 3 through 6 are items of work that must be done, either through this contract or later by the various utility companies. If the utility companies are asked to do the work, it will be done at their discretion in terms of the schedule, which could push much of the work beyond Thanksgiving. For this reason, elimination of these alternatives is not recommended. ATTACBAIENT: Bid Summary I3 8 8 8 8 8 - 8 8 8 i Z at 8 ON 0 E-C U CL 0 0 0 2 s 0 0 c R 8 8 8 8 s 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 v ul 6 ui 0 d 9 9 88 28 2. 2. 0 s. . . 8 8. 8. 8 88 8. 8. 8. 8. 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 . . . . . . . . . . . . . . . . W R 0 Fo. ISO S� 0 cc IL 8 8 8 8 2 8 8 8 8 R 8 8 8 8 8 s 8 8 8 8 8 8 8 8 8 ai45 t w 6 g Im 1,61 0 g 4 PQ� 0 .6 6 0 g g j z cc g (D cc D iL I 8. S. S. 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8. 8. 8 8. 8 8. 8. 8. 8 8 8 8 8 W g 6 . . . . . . . Ci C; U; L6 6 0 cc 8 8 8 8 8 8 t LU . . . qt z U CL $ 888 8 IT $ 8 8 8 8 8 888OO 8. 885liQm^2f 8 8 8 88mnP881m1l1 8 8 8 8 8 8 8 S. 8. 8. 8. 8.oUUwOvNIIi 8. 8. 8. 8 8 8 8. 8. S.QNOx8dNl 8 8. 8. 8. 8 8. 8 Z MO § C; i0c, 1E m & 8 § NM R § § §l§ 8, S, § :Nl 8- nm IwAIOO wQp 8lV888IQ8u0�ll w a0 0 m 00 w 0 0 8w888AAwmfGV� Fr IL 8 8 8 8 2 8 8 8 8 8888888888888888588888888888888 LU . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8P¢ 8. 88 . . . t L) :w 5F 8. 8 8. a 8888888888888888888888888888888888888 - - - - - - - - - - - - 0 & a 2 R 1 12 Z, .9 $ $ uj 8 8 8 8 �2 8 8 8 8 8 8 8 8 2 9 8 8 8 8 8 8 8 8 8 0 8 8 Z w . . . . . . . . . . Ci 8 8 8 8 8 8 8 8 8 888888 8 8 w Z w o- W z w a. 0 0 m z z Z to w w w 0 0 0 w 0 w w z 0 8 8 1 CL "D -0 0 a: 9 E '0 3 CC CO 0 c E 'a U w 5 Z CC am >. w E «GO w 0a 3 < nal IE E M. co 0 O r- I= c .50 ;r LL g mw 0 D w -C -C cc IL cr 'cc FL co m 4 ib , W - M M Q 0. olviolmr MNIRI;Sllqlgl-jq,-.jvj:;j-.jQj<j w m 8Q8 Np8 bNqqN8pNn8mm A8 bQQ8N bm8pN N8yyN�� 8pNpV1 b8pp8 .�bppp Npp bN3 N8fp0 b8pq8R ar O 8m �8'j 8NA 8H 8p5 8 W Q9 � W a r $ v UN LO arWO_O 8tO0 LgCOO arWO_U O CL yoaaa c c c 8 8 88 83 8 8 8 8Ob8¢7mb N a ag EMO w N Lula J 8888888888m88888p8888 9mmm88 W 11 W 4 J W O H V Pj l� a Oj (�j F O q F U Y b b lb7 b N M . b b M b 19 m b tl1 tlNI Ym! fB O a N b in O a w O a O a N rU, 8888p8858� 58� 8888 rw8o888 rw � rw8 ja ^ .QiN I ja ' im' zIr ¢ Jrr 888m888888888(� 8888mr8pu9888a88 W 1 r8 U a8 aJr U Om XL O O aW &88O(/1j w m w � w 888888888888888 85888 8 8 Z ¢ $ ° Da. zap 8858888888888888888888888 8888888 8 88 J W 10 1D m O P O 5 m � � O i O � J , 809 :0! 09 J W m J W N 0 ¢ WN �1 W b' w � 5ia Sia $ w `1P, OQ � Aao"iN � O ¢ O ¢ w r a r a r a r a w LU 8888888888888Lu 88 8 $ 888 6 8 8 cc m z S2 OIL (7 ! a a C7 U CC a (7 U a 88888888888888853 85388853 8 8 oa �3 �3i� nwwwAwY' E3E3 £3w » � oaN au1 `w � oaN Fe a. m m m m Z rwg8g8888Q88s88888888g8 i � rw8r888 Z � rw8 Z < w8 z oF, a vu1 unRig 9 25 2b q 4 R c� F 4 m R t j 4 o F z v 2 m ¢ t7 N !pQ� W W a W W a W W R W W a "• Z m m N N Q O N m Z Z O Z .- Q Q om $ Q v Q O O Q O J (��p QQ QQ QQ aa 44 aa 44 QQ QQ Q Q = J J W W W W W W W W W J J J W O Z O m W W m Z m Z J r 7 m J 0 r F J c v O O O a N a m m g 1121 c¢i x Z c¢i ; o n LL 0 O 6 _ a b uj H m n co m CL m ' '� od is a 0 ¢ zd 5 w g m m m m 3 x w f a 22 w w m w w m 5f c ® ® �_ = m m E o U i F ¢ 3 f 5 m t-- ME r .m F O c c c c m a a a N w o — m m o w V m � � F a cd = m w m . � U _m _n '.E w m w m n m m m m c $ � m 5 b fi '0 a > n U m > > aa � F F= 5 5 ¢ ¢ U U 3 f ¢ r �Q 07 � O a � � O m P m m N N f� m O G N m O O O O ^ I r Z Q Q Q Q m m u3 b 1� b b u1 Q Z m m 51 m < Z Q Z m / J k ■ kIL § ■ " ■ § ( k % ) k | ! ! a a. � K ) § §" � 2) ■ § ;5 C5 � a , e u # C3 \ » ; 'a. I \ 2cl CL | \ ga cc cc m e a . « § g teaw § ! © § ! © § ■ ® m c a � a \§ § 222 � k § § ! IL ! ! � a � a ; , § K § 0cc 0m § § � l I . $ ee !ILe . lea # ) k � z � k : ! - 221Cal , 8 # a k § a ) IL . k } 2 w OD Go © § w LU / k ) k \ \ k § k § wk ) 8. § ] ] § § - z k , z k 0 0 { . , § § e | ) cc w $ a / LU § k , < c_ 2 0 k w � § � §_ ` � - � ' , 2 ® ® § ) ® 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 Granite Construction, 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 famish all of the labor, materials, necessary tools, expendable equipment, and all utility and transportation services required to complete all the work of construction of Marsh St. Repavement Project -Specification No. 95-32 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 famished and said work performed and completed under the direction and supervision and subject to the approval of the Owner or its authorized representatives. ARTICLE H, 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 Item with Unit Price Written in Words Price Total 1. 1 Traffic control for the lump sum price of fifty- 59,441.00 59,441.00 nine thousand four hundred forty-one dollars and no cents. 2. 1 Full time phone line for the lump sum price of 4,000.00 4,000.00 four thousand dollars and no cents. 3. 1 Mobilization for the lump sum price of four 4,000.00 .4,000.00 thousand dollars and no cents. 4. 1 Establish line and grade for the lump sum price 3,000.00 3,000.00 of three thousand dollars and no cents. 5. 137,950 AC pavement cold planing(1.5'-2.0") for the 0.55 75,872.50 unit price of no dollars and fifty-five cents per square foot. - 1 - Approximate Unit Item Quantity Item with Unit Price Written in Words Price Total 6. 29,520 PCC cold planing(taper 1.5'-0')6' wide for the 1.00 29,520.00 unit price of one dollar and no cents per square foot. 7. 357 Asphalt leveling course - 1/2" thick for the unit 54.00 19,278.00 price of fifty-four dollars and no cents per ton. 8. 15,300 Rubber layer(ARAM) 3/8" thick for the unit 3.00 45,900.00 price of three dollars and no cents'per square yard. 9. 1,667 Marsh - rubberized (ARW paving for the unit 79.50 132,526.50 price of seventy-nine dollars and fifty cents per ton. 10. 15 Manholes-raise to grade for the unit price of 400.00 6,000.00 four hundred dollars and no cents each. 11. 6,000 Crack seal for the unit price of no dollars and 0.50 3,000.00 fifty cents per lineal foot. 12. 200 Pavement repair for the unit price of nine dollars 9.00 1,800.00 and no cents per square foot. 13. 32 Water valves - raise to grade for the unit price of 295.00 9,440.00 two hundred ninety-five dollars and no cents each. 14. 8 Survey monument frame -adjust to grade for the 375.00 3,000.00 unit price of three hundred seventy-five dollars and no cents each. 15. 416 Reconstruct driveway for the unit price of twelve 12.00 4,992.00 dollars and no cents per square foot. 16. 9,530 Mission Plaza style sidewalk for the unit price of 7.00 66,710.00 seven dollars and no cents per square foot. 17. 1,125 Curb and gutter for the unit price of thirty-five 35.00 39,375.00 dollars and no cents per lineal foot. 18. 1,420 Decorative tile for the unit price of eleven dollars 11.00 15,620.00 and no cents per lineal foot. 19. 870 Reinforced concrete sidewalk for the unit price of 8.00 11,480.00 eight dollars and no cents per square foot. -2 - Approximate Unit Item Quantity Item with Unit Price Written in Words Price Total 20. 8 Tree wells for the unit price of four hundred fifty 450.00 3,600.00 dollars and no cents each. 21. 2 Planter for the unit price of five thousand dollars 5,000.00 10,000.00 and no cents each. 22. 9 Salvage parking meters for the unit price of 28.00 252.00 twenty-eight dollars and no cents each. 23. 350 Midblock decorative crosswalk for the unit price 15.00 5250.00 of fifteen dollars and no cents per square foot. 24. 1 Traffic striping/pavement markers for the lump 8,000.00 8,000.00 sum price of eight thousand dollars and no cents. 25. 1 Traffic and electrical system for the lump sum 47,000.00 47,000.00 price of forty-seven thousand dollars and no cents. 26. 15 Blue reflective markers for the unit price of seven 7.50 112.50 dollars and fifty cents each. 27. 1 Preformed traffic loops for the lump sum price of 30,000.00 30,000.00 thirty thousand dollars and no cents. 28. 1 Temporary traffic striping for the lump sum price 2,500.00 2,500.00 of two thousand five hundred dollars and no cents. 29. 15 Curb opening CB - 3.5' wide for the unit price of 3,500.00 52,500.00 three thousand five hundred dollars and no cents each. 30. 2 CB -Modified inlet for the unit price of two 2,200.00 4,400.00 thousand two hundred dollars and no cents each. 31. 4 Storm drain manhole for the unit price of four 4,900.00 19,600.00 thousand nine hundred dollars and no cents each. 32. 10 Junction structure for the unit price of nine 900.00 9,000.00 hundred dollars and no cents each. 33. 595 18" storm drain for the unit price of one hundred 120.00 71,400.00 twenty dollars and no cents per lineal foot. - 3 - Approximate Unit Item Quantity Item with Unit Price Written in Words Price Total 34. 330 21" storm drain for the unit price of one hundred 140.00 46,200.00 forty dollars and no cents per lineal foot. 35. 625 24' storm drain for the unit price of one hundred 150.00 93,750.00 fifty dollars and no cents per lineal foot. 36. 1 CB modification 3350 for the unit price of four 4,300.00 4,300.00 thousand three hundred dollars and no cents each. 37. 5 Retrofit existing CB underdrain for the unit price 2,700.00 13,500.00 of two thousand seven hundred dollars and no cents each. 38. 55 Under sidewalk drain for the unit price of ninety- 95.00 5,225.00 five dollars and no cents per lineal foot. 39. 1 Junction with bridge for the unit price of three 3,100.00 3,100.00 thousand one hundred dollars and no cents per lineal foot. 40. 4 Reconstruct underwalk drain for the unit price of 825.00 3,300.00 eight hundred twenty-five dollars and no cents each. 41. 1 OSHA compliance for the lump sum price of 3,700.00 3,700.00 three thousand seven hundred dollars and no cents. 42. 1 Trench dewatering for the lump sum price of 3,500.00 3,500.00 three thousand five hundred dollars and no cents. 43. 1,295 Install 8" PVC waterline Class 200 for the unit 88.00 113,960.00 price of eighty-eight dollars and no cents per lineal foot. 44. 1 Tie-in® Marsh/Nipomo for the lump sum price 1,600.00 1,600.00 of one thousand six hundred dollars and no cents. 45. 1 Tie-in®Marsh/Broad for the lump sum price of 1,600.00 1,600.00 one thousand six hundred dollars and no cents. 46. 1 Tie-in®Marsh/Garden for the lump sum price 1,600.00 1,600.00 of one thousand six hundred dollars and no cents. -4 - Approximate Unit Item Quantity Item with Unit Price Written in Words Price Total 47. 1 Tie-in® Marsh/Chorro for the lump sum price 1,600.00 1,600.00 of one thousand six hundred dollars and no cents. 48. 18 Install fire service for the unit price of one 1,200.00 21,600.00 thousand two hundred dollars and no cents each. 49. 3 Install fire hydrant assembly for the unit price of 2,600.00 7,800.00 two thousand six hundred dollars and no cents each. 50. 2 Remove fire hydrant assembly for the unit price 300.00 600.00 of three hundred dollars and no cents each. 51. 2 Reconnect existing fireline for the unit price of 500.00 1,000.00 five hundred dollars and no cents each. 52. 4 Connect service -Type 1 for the unit price of 360.00 1,440.00 three hundred sixty dollars and no cents each. 53. 10 Connect service -Type 4 for the unit price of one 1,000.00 10,000.00 thousand dollars and no cents each. 54, 2 Water service for the unit price of one thousand 1,350.00 2,700.00 three hundred fifty dollars and no cents each. 55. 1 Multiple service manifold for the unit price of 2,900.00 2,900.00 two thousand nine hundred dollars and no cents each. 56. 15 Adjust meter box location for the unit price of 195.00 2,925.00 one hundred ninety-five dollars and no cents each. 57. 1 Trench dewatering for the lump sum price of two 2,900.00 2,900.00 thousand nine hundred dollars and no cents. 58. 1 Abandon(E) waterline facilities for the lump sum 6,000.00 6,000.00 price of six thousand dollars and no cents. 59. 1 OSHA compliance for the lump sum price of five 500.00 500.00 hundred dollars and no cents. - 5 - Approximate Unit Item Quantity Item with Unit Price Written in Words Price Total 60. 1 Upgrade hydrant for the unit price of one 1,000.00 1,000.00 thousand dollars and no cents each. ADDITIVE ALTERNATE NO. 2- CROSSWALKS 66. 4,410 Decorative crosswalks for the unit price of eleven 11.00 48,510.00 dollars and no cents per square foot. ADDITIVE ALTERNATE NO. 3 -TELEPHONE UTILITIES 67. I Telephoneutilities-raise to grade for the lump 1,500.00 1,500.00 sum price of one thousand five hundred dollars and no cents. ADDrITVE ALTERNATE NO. 4 -GAS UTILITIES 68. 1 Gas utilities- raise to grade for the lump sum 1,300.00 1,300.00 price of one thousand three hundred dollars and no cents. ADDITIVE ALTERNATE NO. 5 - CABLE TV UTILITIES 69. 1 Cable TV utilities- raise to grade for the lump 1,350.00 1,350.00 sum price of one thousand three hundred fifty dollars and no cents. ADDITIVE ALTERNATE NO. 6 -ELECTRIC UTILITIES 70. 1 Electric utilities-raise to grade for the lump sum 3,100.00 3,100.00 price of three thousand one hundred dollars and no cents. TOTAL: 1,212,629.50 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. -6 - 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: Granite Construction CITY OF SAN LUIS OBISPO Date: City Administrative Officer -7 - MEETING AGENDA August 24, 1995 DATE ITEM # I FO'CAO ❑ CDD DIR TO: Council Members dFIN DIR ❑��FIRE CHIEFFROM: Kathy Smith, Council Membe Q"PW DIR tip, C ❑ POLICE CHFM ❑ REC DIR RE: Marsh Street Reconstruction . . . t ❑ UTIL DIR ❑ PERS DIR CC: Concerned Staff/Individuals After having reviewed the staff report and data related to the Marsh Street Reconstruction and Storm Drain Improvement Project: Nipomo to Santa Rosa, Specification No. 95-32, I am disappointed that I cannot be present to hear the comments of other Council Members and Staff. It is certainly preferable to be aware of interactions as many significant strategies come from all parties . . . naturally, including citizens of our community. Since it is impossible for me to be present due to the commitments of my full-time employment, I would - at least - like to offer opinions shared by virtue of the data alone. I believe a city is a not-for-profit business. We must live within our means and stretch our internal resources appropriately. Therefore, I place myself in a business mindset as I agree with the staff recommendations to minimize the cost overruns and fall back on the staff resources to fulfill the construction needs on Osos Street. As a business owner, I would not choose to maximize my debt by hiring an outside contractor to perform a task that could be done inside. Particularly, this is true when I have made a miscalculation in my cost projections or, in fact, have made adjustments in specs that were not anticipated. Prudent business practices - as well as moderate responses - dictate my perspective. It is important to move ahead quickly and effectively with the Marsh Street work and include the crosswalk with the optional ability to add a signal light, if needed, in the future. Such needs to be accomplished with minimal additional cost. While the Osos project is needed, it is not the greatest concent at this time. It can be accomplished by employed staff at a lesser impact to our budget. I support the Staff recommendations and would vote accordingly were I present. Consideration of my thoughts will be appreciated.