HomeMy WebLinkAbout05/17/2005, C10 - AREA 8 STREET RECONSTRUCTION AND RESURFACING PROJECT, SPECIFICATION NO. 90481, PROJECT AWARD council Mm=`DMMay 17, 200
j acenaa Repoin "� IO
CITY OF SAN LUIS OBISPO
FROM: Jay D. Walter, Director of Public Work �J
Prepared By: Jennifer Lawrence, Engin�ng Technician
Barbara Lynch, City Engineer
SUBJECT: AREA 8 STREET RECONSTRUCTION AND RESURFACING
PROJECT, SPECIFICATION NO. 90481, PROJECT AWARD
CAO RECOMMENDATION
1. Approve the award to and execute a contract with Granite Construction in the amount of
$922,624 for the Street Reconstruction and Resurfacing Project, Specification No. 90481.
2. Use $150,000 of the funds proposed for street reconstruction in 2005-06 to fully fund this
contract.
DISCUSSION
On April 5, 2005 the City Council authorized staff to advertise for bids for Street Reconstruction
and Resurfacing Project, Specification No. 90481. Bids were opened on May 3, 2005, with the
lowest bid$98,060 over the Engineer's Estimate.
Staff reviewed the bids and determined that the largest factors contributing to the higher bids were
the significantly increased prices in oil products resulting in higher costs for asphalt concrete.
Paving, leveling course work and base repairs are all affected by this increase. When preparing the
estimate,staff took into account rising construction material costs and increased item prices by 14%.
Bids came in on these particular items 19% higher than anticipated.
FISCAL IMPACT
General Fund Water Fund Sewer Fund Total
Engineer's Estimate $721,664 $54,000 $48,9001 $824,564
Low Bid $837,874 $37,500 $47,250 $922,624
Contingencies (5%) $41,893 $1,875 $2363 $46,131
Misc &Testing $9,000 $9,000
Project Budget $8889767 $39,375 $499613 $9779755
Available Funding $73990001 $569700 $519400
Added Funds Required $1499767 0 0
1) Balance available in the 2003-05 Street Reconstruction and Resurfacing budget after award of 2005 Street Slurry Sea]
contract.
CIC)
t
Street Reconstruction & Resurfacing Award Page 2
Street Reconstruction is identified in the 2003-05 Financial Plan and includes this annual street
reconstruction project and the previously awarded slurry project. Staff anticipates a new project
will be approved as part of the 2005-07 Financial Plan.
As shown in the above table, some additional funds will be needed to complete the funding for
the project and allow the contract to be awarded. Since actual expenses for this project will not
be incurred until next fiscal year, staff is recommending that the shortfall of$150,000 be funded
from the 2005-06 budget. As conceptually approved by the City Council on April 19, 2005, as
part of the Major City Goal Work Program for Infrastructure Maintenance, the proposed General
Fund Pavement Maintenance capital budget is $1,025,000. This proposed strategy will have the
effect of reducing this to $875,000.
As Council is aware, the Pavement Management Plan area rotation program is recommended for
suspension due to the City's financial difficulties. By forwarding the funds from the 2005-06
budget, we will at least be able to complete the work planned in Area 8 this summer. While this
Will leave less money available in the 2005-06 pavement budget, it will not "short change" any
other area since we will primarily be doing citywide repairs only in the next fiscal year, rather
than working on an area basis.
ALTERNATIVES
1) The project could be rebid; however, staff does not recommend.this option as it would delay
the project by another month. The area we are scheduled to pave in this summer is around the
university and will be best completed during the school summer session.
2) Staff can reduce the project scope. However, if we are to avoid re-bidding the project; the
award will have to proceed as outlined above. If the City Council would prefer to reduce paving
in this area and retain the proposed $1,025,000 amount for next year, staff recommends
proceeding with the award, with Council direction to staff to reduce the.project to a size that
would remain within the current year budget. Staff will eliminate a certain amount of the work
once the contract is awarded. The funds advanced for purposes of the award would then be rolled
back into the next paving project.
Regardless of whether this project is significantly reduced or not, all remaining funds from this
project will be rolled into next year's program to maximize what we can accomplish next year.
Unless otherwise directed by the City Council, staff will evaluate the current project for possible
reductions, but otherwise proceed as planned.
ATTACHMENTS
Attachment 1 - Bid Summary
Attachment 2- Contract
g:Leunertt prop=s weal improvements\2005 paving pm1eutsWQ1-mmnst and resud 04.05Ldocuments\1-staff reports\M1 awa.doc
S6oncut on I:drivc
L
ATTACA M E N'(
O
CO QrO ¢U S ,.1 0O MO mO mO O SO OO OO Om O yciMmO�nMO MNOmm MSO NO SNS OO nO 0 w N p
OmMn N mmA Q O a mm MN
m m W 0 m N O ttnh�'1
n m 0 N N N m m m
19
m o
rn U o 0 0 0 0 0 0 0 0 0 0 0 0 0 o c o 0 0 0 0 0 0 0 o S S
m m o m oo o o m o 0 0 0 0 0 0 o m o 0 0 0 0 0 0 0
CL Lo '� O 0 0 N N A 0 O 0 O O O M m 0 0 � N M M 0 w t0 0 0 0
cm t U oo m n m 0 0 0 a an n 0 0 0
j a. ro v
rn
a
'0 0 in 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 8 o0
O O D O O O O O N O O O O O O O O O m Q O O O O O O
1 a` LO
J W N m < b mr N Ol N m m A 0 O ^ m 0 O O m
FU W 0 0 O N m N m � VMyO N m
0 f m N mm n to ON 0 0
N N M to E9 � t9 t9 to f9 t9 t9 N � M N
t r a `9 of ai 'n ai en ai � (n en M M my
a tton
tOO OO M S S pp
OOOSOOS O
Ln 0 N o N N 0 m N wS mN 0O N!on O0 LNd O SO SO N
W w O
N r M
p a
cm
N
O
2
= m 0 0 0 0 0 0 0 0 0 0 0
0OOi0OIn0OO0O 0- 0 0
0 O O O O O O m 6NN 6
0O NN0 N0O �N oO0 N0O0. 00O O
W OOmNO VS M NmQO O O O t)
a Na n ip0 »0O N i » »
0OQtND
CD ° 2
Val c
g 0 0 0 0 0 $ 0 0 0 0 0 0 0 0 0 0 0 0 w 0 � � Ci 0 0 $ 8
m M m 0 0 0 n 0 0 O O 0 0 0 0 1D
Cf m m m N m m O O O t7 m O O O
m Z � v n n m M cq � �imnn m
t7
� cca
O O O O O O O O O O O O O O O O O O O O O O O m O O O N
C1 0 0 0 o N m o m m o 0 0 p 0p 0 0 0 0 y 0y 0 0 0 0 p o n o
~m m
N O O0 M
N00O
Q W Q O_ 0_ Q ti m
mm
U V Op H9 df tlf df t9 e9 f9 f9 dl
OCC
c LU (L e9 of o M to M a) aNi N
3 N r ai df m<9
w r
W
O 0 F
O N 0 0 0 0 0 0 m o '0 0 0 0 0 0 0 0 0 0 0 0o m o 0 0
Z W O O O O m S N m O 0 O O O O O O O N Un m O O N O O O
W O I� O O � Q Q Q O O 1O!) G fV N r
i Q t V m m m Q A N a O c7 N 00 OO
Q
r
m
LO W
O
N _ p
m r f00 c0 ^ N r m N N S m 0 V 2 m Q <0
E
p m y m Q N $ 0 n
E
3 w w
r W -0 0 W w W W w W J J J
rm r r
W
W 0
x a
VJ D�
y C
Q
cc
�
g �
x
m = m
p u m w y E ' E
a 7 C 'o .E E 0 j ? `o
r 3 U n r
m C en O c
m
O O ` N C C N N J N
CD C Q J L 0 W Q O G O p Q
O ¢ m h m m p € .� y m e m U U U m U moo
J ' R p O v v U O L 0 O E y C m p D C
m c c L W U C7 t c c L m o R U c
0 o m +� m t c m m J m 3 > m w 3
y N w U U U Q LL 3 S p U > m 'm = E E E n 0 z y
O V t t t m S E E 3 3 € 3 `m m c o E E
m d
a a m0 m 0.
R O O m C aW. me m
0 05 SS p Q C. 3
2
O N o e m c n m m o ELL-&
m m n
-- AITP�HMcNT 2
CITY OF SAN LUIS OBISPO
CALIFORNIA
AGREEMENT
THIS 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
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
STREET RECONSTRUCTION&RESURFACING PROEJCT—SUMMER 2005
SPECIFICATION NO.90274
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 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:
Item Unit of Estimated Item Price Total
No. Item Measure Quantity (in figures) in figures)
Procedure:
1 Traffic Control LS 1 43,835.90 $43,835.90
2 Asphalt Concrete TONNE 5600 68.00 $380,800.00
3 Asphalt Concrete Leveling Course _TONNE 1790 80.00 $143,200.00
4 Base Repairs M2 1341 50.00 $67,050.00
5 Paving Fabric M2 50843 0.60 $30,505.80
6 3.Om wide Edge Grind M 8731 7.00 $61,117.00
7 5.Om wide Conform Grind M 464 50.00 $23,200.00
8 Full Width Grind (up to 300mm) M2 8314 6.00 $49,884.00
Adjust Structures to Grade:
9 _ Sewer Manholes EA. 51 750.00 $38,250.00
10 Storm Drain Manholes EA. 1 750.00 $750.00
11 Sewer Cleanouts EA. 1 18 500.00_ $9,000.00
12 Survey Monuments EA. 33 300.00 $9,900.00
13 Water Valves EA. 125 300.00 $37,500.00
Item Unit of Estimated Item Price Total
No. Item Measure __Quantity in figures) in figures)
Pavement Markings:
14 Pavement Legends M2 66 30.00 $1,980.00
15 Blue Reflectorized Raised Pavement
Markers EA. 63 5.00 $315.00
16 Yellow High-Vis Crosswalk M 8 65.00 $520.00
17 300 mm White Crosswalk/Limit Line M 182 5.50 $1,001.00
18 300 tram Yellow Crosswalk/Limit Line M 41 10.00 $410.00
19 100 mm Solid Yellow Line M 152 1.60 $243.20
20 Detail M 182 2.50 $455.00
21 Detail M 242 2.75 $665.50
22 Detail 22 M 164 3.75 $615.00
23 Detail 23 M 136 4.35 $591.60
24 Detail 38 M 7 5.00 $35.00
Other:
25 Replace Existing Cross Gutter LS . 1 9,500.00 $9,500.00
26 Install New Cross Gutter LS 1 9,500.00 $9,500.00
27 Traffic Signal Loos LS 1 1 1,800.00 $1,800.00
BID TOTAL: $922,624.00
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 111,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.
C[o-�
IN WITNESS WHEREOF,the parties to these presents have hereunto set their hands this year and date first above
written.
ATTEST: CITY OF SAN LUIS OBISPO,
A Municipal Corporation
City Clerk Mayor David F. Romero
APPROVED AS TO FORM: CONTRACTOR
Jon an P.Lowe Granite Construction
City Attorney
Name&Title
I tp