Loading...
HomeMy WebLinkAbout04/19/2005, C4 - 2005 STREET SLURRY SEAL PROJECT AWARD SPECIFICATION NO. 90516 council Mfi`D� 4/19/2005 j ac,Enaa Repoat CITY OF SAN LUIS OBISPO FROM: Jay D. Walter,Public Works Director"111-1 PREPARED BY: Daniel Van Beveren, Associate Engineer�v�> SUBJECT: 2005 Street Slurry Seal Project Award Specification No. 90516 CAO RECOMMENDATION: Award the 2005 Street Slurry Seal construction contract to California Pavement Maintenance Company and authorize the Mayor to sign the contract. DISCUSSION On March 1, 2005, City Council authorized the CAO to award the construction contract for the 2005 Street Slurry Seal project if the lowest bid was less than the engineer's estimate of$600,000. Three bids were received and were opened on March 31, 2005. A listing of the bidders and amounts is shown below: Contractor Bid Amount 1. Graham Contractors,Inc. $499,441.50 2. California Pavement Maintenance,Inc. $628,041.98 3.Intermountain Slurry Seal,Inc. $681,902.70 On April 1, 2005, Graham Contractors notified the City that they would be withdrawing their bid, citing clerical error as the reason for a bid submitted lower than intended. Our specifications allow for bids to be withdrawn in a circumstance such as this given that the request is made within 5 days following the opening of bids_. The lowest remaining bid, submitted by California Pavement Maintenance, Inc., is $628,041.98, which is greater than the amount of$600,000 authorized by Council. In order for staff to award the contract, Council approval is required. The Street Reconstruction/Resurfacing master account is the funding source for both this project as well as the 2005 Street Reconstruction/Resurfacing Project currently out for bid. This master account currently contains sufficient funds to fund both projects; however, depending on the amount of the bid received for the 2005 Street Reconstruction/Resurfacing project, a contingency of less than 10% might be necessary for that project. An overview of the funding relationship of both of these projects is included in the Fiscal Impact section of this report. Reducing the scope of the paving project is preferable than eliminating streets included in the slurry seal project, and would have less of an impact on the objectives contained within the City's Pavement Management Plan. C4- f 2005 Street Slurry Seal Project Award,Specification 90516 Page 2 FISCAL IMPACT There is currently $1,448,000 in the Street Reconstruction & Resurfacing budget. These funds represent the combined budget for both the Summer 2005 paving project as well as this 2005 Street Slurry Seal project. Estimated Construction Cost Available Budget in Street Reconstruction &Resurfacing $1,437,000 2005 Street Slurry Seal Contract Amount $628,041 Contingencies $59,959 Money needed for inspection and testing services $10,000 Total needed for 2005 Street Slurry Seal $698,000 Remaining balance available for 2005 Street Reconstruction & $739,000 Resurfacing ATTACHMENTS: 1. Summary of Bids Received 2. Contract I:Co=il Agenda ReNmWAR-90516 CAR-a.=Ldoc ��- 0 AIIAC+MLWT I O r O h O O N O O f O O N OO O v, v1 O Ili O O h t` O f%) '� :L � O r•` G\ •O R N o0 l� � G1 �p M N N C1 M C` N v_ � °vi- -» » N � uv,s = p N sNs sOs sn i� ifl iA U sNs iso c � pOp C O O � M R V1 .. M N M 0 0 .N-'i M r` {� vi vi N 7 d O t-- I- w N Vf (f! N9 b9 Gq N� 69 FA E; by QA (A b�9 w 59 (s u�9' 6�9 U U O CQ v, •O N O, O m O CC' O •O ,O C r te•+ (N r O a •D C` M M OD O [� N O Q C` M MC, Q Y1 h w � of Q, ,..� O C U M O, 00 M Yt '7 O •O N r` 7 V'1 M N VMi V V ,e v, u5 c9 ss � vv e C. U F a v, i» us vs in in in vi in CO) v� N dD r ao O oo -+ r` O M R •O oo (� O R O, N M ,O N •O O (o� \O N LU r G � OC C1 �C'zVS to (A (A fh 2 Vf vi 69 NYf to o o o o o o o oo o �n o o 0 0 0 0 0 0 0 o C N �_ o vi o0 0 od c; � vi o o r; •d c o o ¢ j •D M. 00 N .-- 00 M � � h r ? N 00 W O M R V1 O n•I Y1 V1 Y1 V1O, OG M N N V1 M O ER K t9 fH (9 b4 14 fR V5 vs ss vci n U� 4. O O F ri ,c 00 00 U a VI. a z U rr v U C7 u a o 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o C 0 0 o 0 0 0 o c o 0 0 v, o vi o0 0 o p E E" U Vi 6N9 b�9 6�9 bN9 N b�9 b�9 b9 ;; Q9 ,O N O oo s9 of c9 cry O f O a. C�4 O- "• F Fo 0 0 0 0 0 0 0 0 0 0 0 0 v, 'G a0 V7 O oo vi tV m t+1 vi o0 7 �+i C N Nom. O � � O O z n (A f19 69 69 69 A Yf 69 69 69 Hf NS Yf � Vf d3 N Q Vi V1 f.9 iL Q A N O 7 y., [� N•. V OC O M 7 O N CN r- a a v z F W W S r y� Q V: C X a U c G '31i 0 na .. p ✓. 9 � � L � R ✓� Y C i U N F U 0. ON knN C /pzc y j 'oy0 E E N N M E E r ;;6 N ^ y o o o o o ai ai v v v 9 = Q m .�1L. C%] E" N M v .r .o r•` a E., a _ _ _ _ _ _ _ p„ ... W N N _ 0,4 3 �� ftTrrFc N M NT Z CITY OF SAN LUIS OBISPO CALIFORNIA AGREEMENT TILS AGREEMENT, made on this day of 20_;by and between the City of San Luis Obispo, a municipal corporation and charter city,San Luis Obispo County,California(hereinafter called the Owner)and California Pavement Maintenance Company,Inc.(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 2005 STREET SLURRY SEAL PROJECT,SPEC NO.90516 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,subject to any additions or deductions as provided in the Contract Documents,the contract prices as follows: Item Description Units Quantity Unit Cost Total No Slurry Seal City Streets 1 Polymer Modified Asphalt Emulsion TONN 2880 $179.28 $516,326.4 CQS-H,Aggregate,Slurry Seal-Type H Thermoplastic Traffic Striping—Yellow 2 300mm Yellow Crosswalk Limit Lines M 105 $9.50 $997.5 3 100mm Solid Yellow M 245 $3.28 $803.6 4 Detail l M 1520 $1.41 $2,143.2 5 Detail M 370 $1.97 $728.9 6 Detail 21 M 230 $6.00 $1,380.0 7 Detail 22 M 1590 $6.03 $9,587.7 8 Detail 32 M 42 $10.04 $421.6 Thermoplastic Traffic Striping—White 9 300mm White Crosswalk/Limit Lines M 780 $7.76 $6,052.8 10 100mm Solid White M 500 $3.38 $1,690.0 I1 Detail 38 M 135 $9.37 $1,264.9 12 Detail 38A M 65 $11.80 $767.0(7 + (, C s - 1 - 4 13 Detail 38B M 40 $10.54 $421.6 14 Detail 39 M 240 $6.39 $1.533.6 15 Detail 39A M 45 $8.52 $383.4 16 Standard Parking Tee's(mid or end) EA 10 $19.17 $191.7 17 Misc.Pavement Markings M2 305 $27.03 $8,244.1 Pavement Markers 18 ire Hydrant Markers or Other Misc. Markers I EA 1 220 1 $6.96 $1,531.2 19 Detail 4 1 M 285 1 $1.62 $461.7 Edge Drains 20 Edge Drains M 750 $86.26 $64.695.00 L21 Edge Drain Cleanouts EA 9 $935.10 $8,415.9 BID TOTAL: $628,041.98 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,and 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. -2- ' CITY OF SAN LUIS OBISPO, A Municipal Corporation David F.Romero,Mayor APPROVED AS TO FORM: CONTRACTOR o�n®rney P.Lowell California Maintenance Company,Inc. Mike Marchini,Manager _3_ Vim ^ `0