Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
01/07/2003, C6 - DOWNTOWN UTILITY PIPELINE IMPROVEMENT PROJECTS, SPECIFICATION NO. S 90240 & 90261
1 . counci LJan 7, 2003 j ac En as Repout c c� CITY OF SAN L U I S O B 1 S P 0 FROM: Michael D. McCluskey, Director of Public Wks Prepared By: Barbara Lynch, Civil Engineer; Christine Cornejo, Engineering Technician SUBJECT: DOWNTOWN UTILITY PIPELINE IMPROVEMENT PROJECTS, SPECIFICATION NO.S 90240 &90261 CAO RECOMMENDATION 1. Approve the award to and execute a contract with Tierra Contracting, Inc. in the amount of $937,000 for "Water, Sewer and Stormdrain Improvement Project, Specification No. 90240" and authorize the Mayor to execute the contract. 2. Approve the transfer of $10,100 from the Prefumo Arm and Marsh Street Silt Removal Projects to the 90240 project account. 3. Approve the award to and execute a contract with Arthur's Construction in the amount of $628,938 for "Water and Sewer Improvement Project, Specification No. 90261" and authorize the Mayor to execute the contract. 4. Approve the transfer of $20,000 from the Railroad Square Lot Seal Project to the 90261 project account. DISCUSSION On November 19''' 2002 the City Council authorized staff to advertise two downtown utility pipeline projects, Specification No.s 90240 and 90261 and authorized the CAO to award the contract if the bids were below the Engineer's Estimates. The projects include the replacement of water and sewer distribution pipes, mainlines and installation of a new stonndrain system at Monterey and Morro Streets. Bids were opened on December 18, 2002 on Specification No. 90240 and on December 20, 2002 for Specification No. 90261. In both cases, the low bidder withdrew their bid due to a clerical error. Tierra Contracting, Inc. was the next low bidder for Specification No. 90240 and Arthur's Construction for Specification No. 90261. In both cases, the second low bidder was above the Engineer's Estimate. FISCAL IMPACT The 2001-03 Financial Plan, Appendix B, pages 130, 115, and 218 identify the funding for these projects. Funding for the sewer work will come from the Wastewater Collection System Improvements account. Funding for the water work will come from the Distribution System Improvements account. Funding for the storm drain work will come from the Monterey & Morro Storm Drain Improvement Project with additional funding recommended to come from two completed silt removal projects. Council Agenda Report-Downtown Utility Pipeline Installation Page 2 In addition to the construction costs shown below, $15,000 will be set aside for the Downtown Association to do promotion work during the construction. Specification No. 90240 Sewer Fund Water Fund Creek Fund Project Total Construction: $424,715 $415,935 $ 96,350 $937,000 Construction Contingencies: $43,285 $42,065 $ 18,650* $ 104,000 Total for Construction: $468,000 $458,000 $ 115,000 $ 1,041,000 Materials Testing: $3,300 $1,600 $ 600 $ 5,500 Total Cost: $ 471,300 $459,600 $ 115,600 $ 1,046,500 Specification No.90261 Sewer Fund Water Fund Parking Fund Project Total Construction: $ 350,383 $ 264,340 $14,215 $ 628,938 Construction Contingencies: $ 35,617 $ 26,660 $5,785 $ 68,062 Total for Construction: $ 386,000 $ 291,000 $20,000 $ 697,000 Materials Testing: $4,500 $ 1,500 $ 0 $ 6,000 Total Cost: $ 390,500 $ 292,500 $ 20,000 $ 703,000 Sewer Fund Water Fund Creek Fund Parking Fund Total Cost Both Projects: $ 861,800 $ 752,100 $ 115,600 $ 20,000 Funding Available $ 1,049,000 $1,196,000 $ 105,500 $ 0 Additional Funding $ 10,100 $ 20,000 Required * An error in quantity was discovered after bidding which will require an additional $9,000 to fund the project as shown on the plans. The Construction contingencies shown, account for this error and the 10% contingencies normally allotted for construction work. Public Works is recommending that $10,100 be transferred from the Prefumo Arm and Marsh Street Silt Removal Projects to the project account for Specification No. 90240. These projects were both completed during the fall and have excess fund balances. The Marsh Street project is a project that would normally be funded through the Creek and Flood Protection Fund (CFP) but was funded as a General Fund project due to the fact that the CFP had not yet been established and funded. Although the CFP does receive some funding through the County Zone 9 Flood Control District, the remaining project funding currently comes from the General Fund. For this reason, staff felt the Marsh Street project would be an acceptable project to draw from for additional funds for the storm drain portion of the project. The Prefumo Arm project was funded under the CFP. Council Agenda Report—Downtown Utility Pipeline Installation Page 3 A interconnect conduit is to be buried in the sewerline trench on Palm Street to provide for future connection to parking facilities at the Palm and Nipomo lot. Funds for this work are coming from the Railroad Square lot sealing project completed last year. A balance of$49,345 remains in the account. Funds not used for this project from the seal project will be transferred into the Parking Fund Completed Project Account. ATTACHMENTS: 1.. 90240 Bid Summary 2. 90261 Bid Summary 3. Letter of bid withdrawal—Elevation General Engineering (Project 90240) 4. Letter of bid withdrawal—D-Kal Engineering (Project 90261) g\-wrMnt projeote\SeftA90240 montemy ch s r\_docu is\t-staff mports\90240&90261 axm.dw C��3 ., fE`ffae h-nun f / cVCO0 0 0 0 0 0 0 0 0 0. 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 4. 0 0 0 0 0 0 0 0 0 0 $ o o g o $ o N o 0 0 o o 0 0 0 0 o N 0 8 0 0 0 0 o 0 o L0 L° o 0 0 o U o o L0 N o 0 0 0 C 0 0 0 0 o 0 0 p 0 0 0 0 O O lU N n O m fD IA Ln 1A O �OL+j� m LO N 0m1 M N' N M O O O N O m O lO O O 0. 0) b00 '� W ON N M 61 � CO � LO CO � � MM 4H dV9 MN V N V cVtl Cm N m m � N m ^ le V 6m9 aMD fo W> u9 fA tH fA » i» in iH N9 e» » i» o F a oO WC OOp Op OOSCOSOOSOSOO O OOv . OO 0 0 0 00 00 00 0 0000 0w 00 00 C005 0 0 0 OO w w OO O O w O OO ON O O O O OO O O ° MOM mMM ° ° OOO OO O0 �O U W D N R MCO O 0 A o0 m Z Q a � a a o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 b 0 0 0 0 Ln o C C 0 0 0 C 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 a` o Nm Ln o cu 0 0 0 p op 0 o Ln o 0 0 o n (o(ff� 0 0 0 0 0 0 0 o m o 0 o Ln X 0 0 J W ° LO 0) M � fA � O (fl 6 � 6% 4°L9 N ° N W (#9 � 69 19 Co m N ° Lif 6% [n9 Q U N N NEo fo Nfo Eo Fo to to fo fo fo fo fo fo 6% y O ¢ ° r a p M 0 0 0 0 0 0 0 0 0 0 0 0 0 0 010 0 010 0 0 0 010, 010 0 0 0 o o 0-6 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O N U O o o 0 o o o M o o op o o O O o O O pOo O C Gp Cp C O C C G o O G O C ° cO �° ° �° ° ° ° ° ° O N O O O L°0 n N O O O 0 °Op S tmU f°O S 00 u°7 S 0> 0 m F U 00 r M t0 M O u0 M Om w. r N N w M N N M M N O V CO O O O m Z Q 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0. 0 0 0. 0 0 0 0 0. 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 c o 0 0 0 0 0 0 0 p o o m o Ln o 0 o N $ N N N N N o n o 0 0 c°o o S o o L°n o o S o 0 0 0 0 Z O V N, O N O O C O m N Oct vi M N W N N O V <f K ? 7 a V V' w I- M w m m W N w N LO f� V Lp o L� O CD ,q J 6% 6s � fo fo � fo sA fA fA fA fA fA 6s 64 613, 613, NV9 fo fA to 613. f9 . Va. 03, NM foto F CL a C m O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 C7 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 m o 0 0 m o Loo 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N O O O N N N N N N N N O m N t� m m O O O O w t0 m O O O O O W F- U N' Co N O V V V V V V V M V m N LO N V LO Co N O > fV CD m m z ¢ 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 M g 0 0 0 0 0 0 o g o 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 O O Ln tU LO O O O O O O O O O O O 0 0 O O O O O O O O 0 0 0 O O O N O. O I� n r O O tU t0 M tU O O LU r� O N C O O. N m O m O O O N .O O. O O O O 0 J W NM Co M m N N n of M Ly N M M CV N N V V M o m m N I- o Lo C O O Oi Ci C Q U V fo fo m fa vi M to fn 6% (A N N N M fo fo fo e% d! N N to N fo Co fo �N fA fA fo fo fo fo 0% Vi fo to Eo fo d3 a m -o ¢ o o Lo 0 o o o o 0 0 0 0 0 0 o 0 o 0 o o o o o 0 o 0 0 o o o 0 ,0 o w 0 o N w m O o N p o pp 0 0 0 0 p 0 0 0 0 0 0 0 0 0 Ln Ln 0 0 0 0 0 W Q 2 a W O N N m N O O N LO M LO O O LO n a0 N O Ln O N O O N O O V V O O O O O N Cl) N O M M M N M M N N M V N M M N 0) LA O N .. a U z O z W w w � a Z LO LO 1- N N m V Q Co m 7 O H W � Z = 0 J W W W J J J J J J J J W W W, W W W w W w W W. W J J J J J CD Q > O Q ~ E T G CC m C m L m y Q C O ;. m p p y ID m m p a m m a m C a O o = to _ T m y c m c ea c a 0 ° w m E m > > g o m m m a y a s y y N N CD c z F LL Z E um. E m m m c ¢ m y W O m `m m D i N O m - o m o o c C 2 a _rn `o m � v m m p cI °' in � z 3 N 0 =j) ad N M v 3 ., m m y g Li ICD O W c _ A W L o o oti iq `o 0 o a n n. Q m Z W y m 0 $ 5 (n m a m m — m T T T T v m to = v m J L T .`c w ri = y `� v 0 5 0 5 m `o. `0 H I- F F y — m m m 0 m CO Cn U y m F U C L L L O y O _. L m m m m Q ftl L L t C w W z O d U m m m m U 0 U � U U o g y o w C « a n. m E ° Q /0 L6 a W W W W -r Q ® l� l� $ C� l� Z Z Z OD R U V U v o D O F $ y c o N C c w > > > m a ? > ? m co 00 20 co co bo 0 io tm >. c' c $ m 'o E E m O o a o m m m o m m m y .mmm .m .m �m 'm m m m m m m m `� m EjL ° E Ezt::OCDOCDO (w V N M Com N N N N N NN M M M MZ VLOOrm0O :- O1 NM l 1 a Co GNM ( � C6 n 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 G C O 4 C LA o M N o 0 o N m N O e 0 K O p C N o 0 0 0 0 n m S n n c+i' m N m (� m W n n N 7 M O n "_ O CO' m c0 N O O O W O n Oct at n lc n m n M R LO 1n M M pC �Op M m N M O � O M C m O ta0 O N O N mOm M N ON N dt°9 00f cM+l N N ° f9 f9 N O N b9 ° 0V R fA N O N E W J W 49 m " N9 f9 NN (0 19 V! 69 (9 <96% (9 19 19 f9 f9 f9 di t9 -4&1 60 n N ~O 0j a d C 0 0 0 0 0 0 0 0 0 O 0 0 O O O O 0 0 0 0 0 0 0 0 0 0 0 0 O 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O M N 'Lf Oo m O O LO O cd m O co co N Lo m o Cl) o O n V C n n 0 0 010101 G O Y W 0 Cl) c$ rn n Ln N M N N N O M 0 �° m N N n L00 L00 C w O W N r N O N 0007 H U `c� cQi m 3 � a 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 of 0 0 0 o 0 0 0 o 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 0 N W m O O C m N m M N N m V N m O M O O O 0 N N 0 N CNO O O Wr m M N n n W N N p np O 't m n tD m O cn m m m Lr O m Q (a � f9 � ta 69 faH t9 � f9 f9 fA ,fft EB f9 � N f9Q3, ql6 to M W U Occ CL w O O O O OOoo 0 00 O 0 O O O O O O O o O O 0 0 O O o O 0 O O O OOOOO O O O OO O O OOO Nn m 0 N V oWM QM C>ON V l ISr aNMC QGOO mO NO 0C R0 0 O O o o o� P- OD N � Z 2 6 � a 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o O o 0 0 0 0 0 0 O m 0 0 N m O o 0 0 0 o O O O o 0 0' 0 0 o N O O 0 A O R 0 0 M 7 V m M N a m m m m c� m O O 0 O m O O m p O W O 0) N O n W m t0 O 0) m m N 0 0 0 0 N n O 0 Ln t0 Lo aD N O m n U) LO Co- m LT 'C LO LD M n co O O t7 m m m n O .- M g M ap m M E9 f9 N m 69 W f9 H 6 9 t9 to 69 N N Of t9 t9 N N Q W x 4 Cl)� 69 vi , E9 E9 f9 f9 E9 6% fo df u9 » vi f9 6s (9 f9 60 _ U O ¢ 69 ~ a 0 0 o 0 0 0 S 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 n o Ll) Le Lri o m N m ri ri ri o o N 0 0 0 0 0 0 0 0 0 01 I 0 S M lA Cl) nn o 1� ppb M < C m M N M m L6 m m o V o O M O C F U N 0 0 m N Lgi N N aD fM0 R 1f c°LO O m M N c�7 N M c0�1 w w � � O Cl) i[ � N � � a 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 o o o 0 o o o o o o 0 0 0 o c o o O O O N O 0 O O O p O O O O O O p p O O O O O O p O 0 O O O O po w OL O N m O 0 �_ O m N M Lf O O Ln n 0 N N N N O m m 8 O - 0 0 0 0 0 LD Q fN9 nN 0 NM 69 tC N (LD faG faD (0 fof P9 LA nV T fA fA NN N O N JWcM f9 � NM 6% y � E9 (9 yj 643, 69 U3 O U_ O 2 0. a o 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 S 0 0 0 0 0 0 0 0 0 0 0 0 0 S 0 0 v o p o o d �6 c 9 0 c o 0 0 0 0 0 0 o c o 0 0 0 0 0 0 0 0 0 0 0 $ 0 $ m oM O M ? C7 O O cM7 O f00 N O p O O O O O 0 O N 0m O w l00 0 O Ln O O o O O Y LU N M m Of m m m 0 ci°'1 0 L� 1° n N O C M N N m m m O n N N O Z Q CV Z) 0_1 I Z n m n N N m R Q m TOO 7 Q W � _ D LU Z J W '2 W W J J. J J J J J J W W W W W W W W W W W W J J J J y E J m H C rn O Lr2 ECL c T m m Q D W C C 0 N = O m ME 0 0 m m to '6 0) - R Q .m-.. 3 m m C 1 0 ca 0. a 0. 0 �r, ° w .� E m T m o m `m m m a s m m O _ E E `m x x m c ly' ` Z LL Z LL m m O ¢ w W U m (D m i N m - 0 g` a o C c ° ca { v m m °d 0 m 0 a m m 0 2 0 o oty m 2 �, 3 CO m U U " ti ( 3 C U m Z N co N M O L C U C V U v = - m m W 0 °� m in `o 0 0 m m a m E W w 'H 0 E E o Q E J CL m` `m m - ° H m T T T m ? v m ca W 'd S mp `o o `o `o F I- H F m - m m m N to m V U C C m L O 0 O G U !n a F Z m m 0 m U 2 O U �i U U E E E ¢ t° = ° a s �m O E ° a Q to o� °� < w v w w J '¢ @ 0 0 ® 0 0 0 2' .� .� . A - v m v v o 0 0 c o LL C c W > a i m v ? > ?_ co ou eD w w w m (� (mA Co W a. c c m m 'O E E O v p p E E E c `° 3 E c c c c c c c m `m m m m i ° ° U m o o ° E E = h m m m o m w+ m m m m m m m m m m io is m Ir Sl P-1 PI P, P, F-I v to a: G �- N En -IT m m n CO m O N M O m m 'n m' M N N N N N N. N N N N M comcM+1 U d CO a Z w 0 m O O O O O p P SO S a O N NO NOOO QO OC OC O1� OO O OO O Nn OS OOO OOO SOO OOO mRP O ? h ry N N P Q N fA m N 69 Q n Vf M M b9 fA fR V1 iA fA M Vi tfi — W M F U df es N� is � w W w w vi b� c � L U a ? - N b b b b M •G m N - - ry L Q U LU v F U z L N O O O O O O O O O O O OO O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O V1 N M — P O N N M m n P V1 b •p R N N Q O O M O M N P N m fA N — N Vi — iq ? h iN 69 b9 fR Vi ffl Vi (R iA — M (A 69 (A N1 N M N O ¢ U Hi W N� IA IA W (q fA (A fq i9 b� — in N O � y N C Z � ¢ � a •• O O O O b N O O O O Q h n D: 'd O. O h C G n e0 d` N G O O' D` Z E 0➢ M N P — O N M 1� m b N C � m M M H O O P N P M b - V N f•1 M O h N N O N N N 00 Vi Q (A Q 69 Q b N1 tl9 b°I lq Vi fiA V! IA Nf iq N fA � 4f 69 iA M _L M (j � � � M b P N M ? N N ? M h m •D N b b N' m Op b M O Q O b - O' Y F U m M P 1'•1 b - - Q N M M M - N N N d g g o o c $ g $ O O N N S N O O O O O O O O O N O O O N O N O b O O O O N O N O b N O Q m rv. m O O N O P N b o0 •D OC �C O � OO M M M N N N N N N O h m — N � N O O N N = W M IA M N (A N Q b W fA i9 IA M Vi 1A fA Vi 49 W fA Vf — — &9 h C ¢ w F U y 9 CC w O O O n O S N O O O O O O O S 0 0 0 S O O O O VR 6 ¢ z g F w - - H Z h Z TIT Z m N M vbi ¢ a F � F Z y ¢ ¢ ¢ y -4y H h ti rn H ¢ ¢ JLI ¢ G •p F � a d y y N CA c U in c Z 3 v v Z © N y a v = E E �S °3 o y Z a o ¢ E i s D = ''` n m •o °' :: E E 0 0 0E@- z .w.. .w.. .'. ¢ d d © d CEJ 07Z •Z E V o u c 0 0 3 .__ O0 al Z v v v v z Z Z - - _ _ _ v v 9 v v U o 3 U 0 e `� F- > > > > o > — _ _ oo do 0o eo eo co y y >, c c E 0 E E 0 0 o e e e c c c } a D E E E E cc m E 9 9 E E = E y d d d O d d y y dd d W O O O L d •� O � m C C C C, U. L' CE � � - N M = N M Q N_ b n "m_ P O N M Q N •O n m U a O] d Z. 771 = N b n 00 P O_ w 0 N o o o 0 0 0 0 0 0 0 ID 0 0 0 0. 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 CLOc 0 0 0 0 0 0 0 0 0 p 0 0 0 0 0 0 0 0 0 0 S O O O O S S O cc O S S O O O S' O N O O O S M O O O O S M a p O. o N 1p m Vl O V1 V1 Q O M P M V1 V1 O �/1 m vi Q M P P r P Q .O m Q V Q Q Q �p vi N O ADO �O N N r r 16 P U uj o F 2 � a O O O O O O O O O O O O O O O O O O O O O O N O O O O O � O O O •O S O O O — N O O O O O O O �n O O O O m O O O O O U h r P m Q Q Q Q Q �p — vt M M M N r r •D — Q L" t z � ¢ � a a h o o' -o o 0 0 0 S o 0 0 o g o 0 0 0 0 0 0 0 00 0 0 0 0 0o- 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 08 o 0 0 0 0' 0 0 •D N r m m r S N V1 m •p S r r V1 O m N N N m N �O P r 0 N •O L v1 M O Q O M P r O M M RR K r vl M' — P P lO Q P m h — •p O — p • f0•1 W — N m � � � O ry w 6�9 b9 w w � � bN9 — VP9 N � � � � W N bQ9 N U+ w w w M W w V3 cq w w m u ¢ U w w w O u: _ c F a N P is L F U z o Q o o S S S S S o S S S S S S S S o o S o S S 8 S $ S S S S 0 0 0 0 0 0 0 d ,,0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ,.i O O O O �O O O N O O O O O O O O O m O O O O O O O O O O O y — m lO P m N O r Q �p V �O Q M Q N — N m m lc O N O v1 vl M C -•� Qw pQi w O M � Q O W w w w Mw 6QA W 6Q9 bQ9 w bP9 Pw N bN% N 6Q9 w P � � Q 6 c F � •g o � a cz v O_ O O — N Q O Q' m m OOp O O O_ O N •O O O O Q O O pOp O O � 3 �,•, � Q � P M Q M OQ M N —. � .O � � � Q R N r C n N � 'N O� � �. z z z - - - 0 0 0 0 �n O vi O gyp. N N �D 00 •D a0 �G O — 00 e•1 f'1 M1 N N N N N v1 O r 00 N w N O O V1 N � w M w M N w N Q •D w w w w w w w w w — w w w Q w w r C ¢ V] U w a 'C t Y' -0 0 0 .� -o 0' O g � 0 0 0 0 0 o o 0 0 0 o O S o 0 o 0 tr: 0 0 y C: O O O r �n vi O 3 W �.., 0 0 0 N m N O 0 0 0 O m m O O O LU T n F F U GT] tzxl. C�cl Z a N Q � '•M1 N O O N — — — — — TIT — Z colw m m w m Ild < < .7 d . F- � F Q o C F L � a v� e A d j m �., c C O L = 3 _ N O U O L �. N W L v v n m aN ._ m r m@ v 9 e n a E o o ¢ L ^ zLZJ 2 2 :: :: E E c c c m pv T T y = Q m = 'e o m y o 0 o a F F w 5 c m m m a a m v v ¢ � c S o O o a `c00 � < W W W Ww ¢ 333p3UOCJnCJm` .� 3 •C A ul v v v v v v z z Z Q y m E- o '0 0 0 o - - - d d D E aEi aEi E o m v. 3 9N 3 b b v v = d •-� 0]FU aL 9 O C ocF FF F- r- L NF ^, - n b0 r 7 L O N O O O O O O O O O O pp O O O O p O O �n O p pp 0 0 0 0 0 0 0 0 0 pp C C C pp' O p vi OU p O o OO O O O n O 8 O O O O O O O O O O O O O O O O O n t7 0 0 0 n — �n O Q O� O O �n �n O �n O O Q O O O Q T �O O O O O N �O r vt b h vi Vi W op P ? N NI vi N h O h D a p p p p p p p e Z � L m o Oo 0 o O o 0 0 o O o 0 0 0 0 0 0 0 o S O O O o O O O O O O O O O O O O O O O O O S S S S S S S S O O O O O O O O O O O O O O O O vi O O O O O vi O — � H H M H H H H H H H H H H H H m V H w H a O K � F a N — > F V v z � m � c n S S S S S S S S S S S S S S S S S S S S S S S S S S S S S C C O D Cn O O o C 0 h OC o N Q O S O m E vi Q: a o .0 F v H sn H 0 0 0 N O �O O O vi 0 0 0 0 0 0 0 0 0 0 O O M O O O O O O O O O O O O O P T O O O O O O O O O O O O S O O O O O Z a 9 0 0 0.D 00 OOS— S S S S S S S O S O O S�n S n O N O O lOOOO mm m O NP n m — Vi H N O_ O Vt N C 4 � H N H H H H H H H H v1 H H U � a 7 LWHE F„¢ M M N N N N NL ¢ F vz. a — z d F QQ F z !n ¢ ¢ ¢ Vl V1 V] fA V1 V1 (n V] ¢ ¢ ¢ ¢ ¢ ¢ N y h y d � O � aL V m L c O ci E ti E E v o S. o O z U R U Tie 3 U L U N 0 0 6 0 Z m m t O v R V O U �. v R R N N O Z aI m 43 4S V] O 'c V w Z 3 c c c ai ,o, .°�. .o. @1 m — N E LTJ o. ¢ tvd c m 0 & & CC C 9 S S m o 0 0 °' F F y — •• c' F d w r V a E 3 3 3 a a 2 2 m` 3 m v v m ao m v Z Z ? v v 9 v m U p 3 V - r f.' c0 00 W c0 c0 00 V y V) T C G E p. U Q y m o 0 0 o c E o — ,e .e E a 3 V C 2 o E E E E c m E B 5 3 . . } d m m v u o v v c c c = = = = u d d R R c o = o v O C .2 F 3 3. iz z iz _ V F V F- C L �_ •� F N M Q V1 �p n m O� O — N M Q V�. �p n m P O — N M Q V1 .D "n M C.tp-� w o a d eu m CL a 0 L N N O P SS S S S S S S S S S S S S S S 0 S g S S S S S S S S S S •. 06 0 g o 0 0 0 0 0 0 0 0 0 0 0 0 o 0 o o 0 0 0 0 0 g O O N N O N O O O O O O O o O O O O N O O O yO ` L 1� W O - O N N W IA fA lA VI Vf IR IA fA N W N lif VI N M (R c Q V w w v� w rn sv w ev vj w w w w w » 6 c u F � $ - OF a o O G - y 8 8 '^ S 8 8 � 8 � � 8 � S 8 8 � 3 � 7 ON N N O O O O O O O O N O O O N O N O O �p O O O O N O N O �D N O Q W N m O O N O P � M M 69 M N Vf ry C �D 69 iA Nf b9 1A fA M 1A (A � b9 M 69 < fA H 1� 3LW C ¢ U F, U O oC Lu F a 9 9 oN ' S. N o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 g S o O 0 o o N N 0 0 O N N O O O O O O O O N O O O W O O O O O O O N m N O IT — 0 0 0 N O N O W m N N P N O O N O ¢ £ ¢ Z F u y C7 F (s7 m m Z a O r N ry 1� N N R N ¢ O' F w F Z h QQ Q VJ V1 Vi V1 V1 Vi Vn m Q Q Q Q Q Q y y y m L2 wW Q u O •L F = a ani m E m m o F 'u h •� a E a H y 'p c `� Z O p O O u O m Z m m V G 3 UuLC � � O u � v@ m N N ❑ z 9 �! 4S @S = c 3. S' m o �_ J N LU. z@@ V m _ ] C L r ❑ ti = _ m en ti °' ?: :: E E z .d. u d0000dm` 'z 'z u o Lo 3 .0 m i v m v p Ze Z Z Z 6e m m 20 00 00 3 v v m U o 3 U u 0 ❑ E E E E c m E 3 3 9 S E E n o a u u v o u u �+ m ni _ u v 0 v b av m m @@ d o o d o@ v y ..dam u O C C U C. a' - 41PIP p F P. z p 3 3 t%. iz Z c U F U F CL F y ,9 •� - N M V N �p 1� W P O - N M V 177-- .D !� W P O N U 4 W ' Z — — — — — — — — N N N N N N N N N ¢J�/achrn_eH t � wiR-` DEQ'10 2002 ;L December 19, 2002 F'SAN LUIS Obi5r0 flit-YUORKS OEVAR ::Ci:! City of San Luis Obispo 955 Morro Street San Luis Obispo, CA. 93401 Re: Water, Sewer, Storm Drain Improvement Project Project Specification No. : 90240 Bide Date: December 18,2002 Gentlemen, Elevation General Engineering is writing this letter to inform the City of San Luis Obispo that the project specification number 90240 submitted on December 18, 2002 resulted in a clerical error in bid items 3 and 33. Bid item number 3 the item price was entered at 225 and should have been 335, and on bid item number 33 the lump sum was entered at 10,000 and should have been 100,000 which resulted in an error of$183,500. Elevation General Engineering is requesting to be withdrawn from our bid proposal and our bid bond returned. We apologize that we can not accept the award of the contract based upon this clerical error. Sincerely, onovan 1Z- A- 0� P.O.Box 1479 2336 Skyway Drive M4 Santa Maria,G4.93456 Phone:805-9224366 Fax 805-739-1631 Email:trenching2@aol.com e� - �o 12/26/2002 07:46 805480-'ql9 D KAL ENG _ P.GE 02 , Mme G-KAL ENGINEERING cru asVs ooTons P.O. Box 247 Nipomo, CA 93444 Phone(805)489-9001—Fax(805)489-9009 December 24,2002 City of San Luis Obispo 955 Morro Street San Luis Obispo, CA 93401 REFERENCE. Water&Sewer Improvement Project: Spec.No.: 90261 ATTENTION: Christine Comejo,Project Manager Dear Ms. Comejo, An error in my bid proposal has resulted in an omission totaling$38,215.80. Two bid items,Numbers 4 and 8 were originally calculated in my spread sheet for the use of slurry backfill. When the use of sand was considered,I copied and pasted the additional row. However,I neglected to copy the entire row. The spread sheet did not recognize the final figure for the cost of sand. I have documents to support this claim,and will furnish upon request. I would like to meet with you and discuss this matter at your earliest convenience. Respectfully submitted, d David Loughran Owner California License#653307 ATTACHMENT 5 i CITY OF SAN LIITS ORTSPO CALTFORNTA AGREEMENT THIS AGREEMENT, made on this - day of 20_,by and between the City of San Luis Obispo, San Luis Obispo County, California, hereinafter called the Owner, and Arthnrc Contracting- Ins„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 Water&Sewer Improvement Prnjec . Specification No-90261 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 rices as follows: Item - Unit of Estimated Item Price Tota_ I No. Item Measure Ouantity (in figures) (in figures) EWER 1 Remove/Aband. E Sewer Facilities LS 1 5000 $5,000.00 2 Remove MH/-Install MH EA 12 4621 $55,452.00 3 .Remove MH EA 4 3319 $13,276.00 4 .Remove .Install 200mm Sewerline M 860_ 258 $221,880.00 5 Connect Lateral EA 33 300 $9,900.00 6 lRegrade E Lateral .M 25 404 $10,100.00 WATER 7 Remove/Ab and. E Water Facilities LS 1 5000 $5,000.00 8 Install Waterline-200mm M 305 207 $42,435.0 9 Install Waterline-250mm M 205 241 $73,505.00 10 Install Waterline Ductile Iron 200mm M 20 434 $8,680.00 I I Tie-in 8" @ Palm&Ni omo LS 1 7520 $7,520.00 12 Tie-in 8" @ Palm&Broad LS 1 9062 $9,062.00 13 Tie-in 8" @ Monterey&Ni omo LS 1 5365 $5,365.00 14 Tie-in 8" @ Monterey&Broad LS 1 6002 $6,002.00 15 .Tie-in 8" @ Monterey&Broad(Dog Le LS 1 6776 $6,776.00 16 Tie-in.8 @-Broad&Hi era LS 1 4077. $4,077.00 17 Tie-in 8" @ Bride on Broad/both sides LS 1 __2143 $2,143.00 18 Water Service Type I EA 7 425 $2,975.00 19 Water Service Type 2 EA 12 1176 $14,112,00 20 .Fire H drant Assembl /A4arker EA 2 5070 $10,140.00 21 Fire Line Install EA 7 4389 _ - $30,723.00 22 Fire Line Connect E EA 2 1725 . $3,450.00 Fiber O tic Conduit - 1 - n l'(o -�e 23 100mm Conduitpull roe and locating wire M 565 18 $10,170.00 24 Communication Boxes EA 4 755 $3,020.00 25 Tie-in Conduit Monterey and Morro LS 1 1025 $1,025.00 26 Comply with OSHA LS 1 2400 $2,400.00 27 Traffic Control LS 1 59000 $59000.00 28 Restoration of Traffic Markings LS 1 57501 $5,750.00 BID TOTAL: S 62R 93R_nn 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 Bidders and information for bidders. 2. Standard Specifications,Engineering Standards and Special Provisions. 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 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. CITY OF SAN LUIS OBISPO, A Municipal Corporation City Administrative Officer APPROVED AS TO FORM: CONTRACTOR City Attorney Arthurs Contracting,Inc. Print Name and Title -2- C(o • 13 CITY OF SAN LUIS ORTSPO CALIFORNIA AGREEMENT THIS AGREEMENT, made on this day of , 20=, by and between the City of San Luis Obispo, San Luis Obispo County,California,hereinafter called the Owner,and Tierra Contracting_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 Water-Sewer-fi rirm Drain Improvement Project_Specification Nn. 90240 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 H,CONTRACT PRICE: The owner shall pay the Contractor as full consideration for the faithful performance of this Contract,subiect to any additions or deductions as Movided in the Contract Documents the contract prices as follows: Item Unit of Estimated Item Price Total No. Item Measure Quantity (in figures) m fi res EWER 1 Remove/Aband. Sewer Facilities LS 1 10000.00 $10,000.00 2 Remove MH/Install MH EA 8 7280.00 $58,240.00 3 Remove Install N 200mm Sewerline M 850 350.00 $297,500.00 4 Connect E Lateral EA 55 600.00 $33,000.00 5 Regrade Lateral M 15 .350.00 $5,250.00 6 lInstall Lateral EA 1 1000.001 $1,000.00 WATER 7 Remove/Aband. E Water Facilities LS 1 5000.00 $5,000.00 8 Install Waterline-200mm M 670 303.00 $203,010.00 9 Tie-in 8" @ Chorro&Monterev LS 1 8000.00 $8,000.00 10 Tie-in 8" @ Morro&Monterey LS 1 5000.00 .$5 000.00 11 Tie-in 8" @ Osos&Monterey- LS 1 7000.00 $7,000.00 12 Tie-in 8" @ Court St.&Monterey LS 1 2500.00 $2,500.00 13 Tie-in 8"w/o of Santa Rosa&Monterey LS 1 2000.00 $2,000.00 14 Tie-in 8" @ Chorro&Hi era LS 1 5000.00 $5,000.00 15 Tie-in 8" @ Chorro&Marsh LS 1 3000.00 $3,000.00 16 Water Service Type 1 EA 15 600.00 $9,000.00 17 Water Service Type 2 EA 21 700.00 $14 700.00 18 Water Service Tvne 3 EA 11 2000.00 $22,000.00 19 Water Service T e 4 EA 4 2500.00 $10,000.00 20 Fire Hydrant Assembly/Marker EA 6 3500.00 $21,000.00 21 IFire Line Install EA 26 3000.001 $78,000.00 22 Fire Line Connect Q EA 4 2000.001 $8,000.00 GENERAL 23 Modified Catch Basin w/Ext Side Opening EA 1 9000.00 $9,000.00 24 Modified Catch Basin Side Opening EA 1 4000.00 $4,000.00 25 City Standard3350Catch Basin EA 1 4000.00 $4,000.00 - 1 - Ctv 4 t .26 Grated Drop Inlet EA 1 3000.00 $3,000.00 27 450mm HDPE Storm Sewer Pie M 60 580.00 $34,800.00 28 600mm HDPE Storm Sewer Pie M 45 600.00 $27,000.00 29 Relocate Traffic Signal&Connect LS 1 10000.00 $10,000.00 30 Comr)lv with OSHA LS 1 10000.00 $10000.00 Remove Existing crosswalk&Install Paver 11500.00 $11,500.00 31 crosswalk LS 1 32 Traffic Control LS 1 10500.00 $10,500.00 33 Restoration of Traffic Facilities LS 1 5000.00 $5,000.00 BID TOTAL: S 937 nnn_no 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 My a part thereof as if herein set out in full,if not attached,as if hereto attached: 1. Notice to Bidders and information for bidders. 2. Standard Specifications,Engineering Standards and Special Provisions. 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 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 fust above written. CITY OF SAN LUIS OBISPO, A Municipal Corporation City Administrative Officer APPROVED AS TO FORM: CONTRACTOR r 4ity Attorney Tierra Contracting Print Name and Title -2-