Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
08/01/2006, C11 - MISSION PLAZA BANK WALKWAY WALL, SPECIFICATION NO. 99257 (WALTER/MCGUIRE)
i council M.U=Dm 08,01,06 j acEnaa RepoRt ell CITY OF SAN LUIS OBISPO FROM: Ken Hampian, CAO 0/ Prepared by: Jay Walter, Public Works Director SUBJECT: MISSION PLAZA BANK WALKWAY WALL, SPECIFICATION NO. 99257 (WALTER/MCGUIRE) Staff received the attached letter just before the agenda went to print. The report was pulled. Staff will review the next lowest bid and will provide Council with a report and revised recommendation under separate cover. G:\301-03 AGENDAS\Council Agenda Report Placeholder Mission Plaza 8-01-06.DOC e,/ c01NS1 RU Crlo r1 INC 805-5465-9675 WVo VYLJ Pr,CONSMUCTION.US P.O.Box 13314.San Luis Obispo.CA 93406 July 24, 2006 Dear Mike McGuire, We regret to inform you that due to a serious clerical error, we will be forced to withdraw our bid for the Mission Plaza Bank Walkway Wall Specification Number 99257. Respectfully submitted, 1 cOcD�n_ John George ell v RECEIVED JUL 2 7 2006 M COUnat SLO CITY CLERK ' �� Aug. 1,2006 j agen6A nEpoRt �N ; D DiR -n CITY OF SAN LUIS OBISPO I �A� CAO IN DIR M r }� ACAO FIRE CHIEF M* m ATTORNEY W DIR Z �� CLERK/ORIG POLICE CHF D FROM: Jay Walter, Public Works Directo DEPT HEADS TREC DIR Prepared By: Michael J. McGuire, ngineer III Wt.1�IV� i� UTIL DIR BU L(i lalHR DIR SUBJECT: MISSION PLAZA BANK WALKWAY WALL, SPECIFICATION No. 99257 ye CAO CAO RECOMMENDATION 1. Award the contract for the"Mission Plaza Bank Walkway Wall", Specification No. 99257, to Rehak Construction in the total project bid amount of$120,000. 2. Authorize the transfer of$55,000 from the CII' Reserve Account to the project account for funding of the Contract and maintaining 10% construction contingency. DISCUSSION Over the years, the steep creek bank below the Amphitheater and the Murray Adobe in Mission Plaza has been subjected to soil erosion in large rain events. This has caused-soil to spill onto the existing paved walkway, creating a maintenance problem and continued erosion of the creek bank. This erosion has resulted in tree root exposure, potentially weakening the stability of the trees, and a reduction in distance between the top of the bank and the Murray Adobe.. In 1997 a project to reinforce the bank was approved as part of the 1997-99 Financial Plan. At that time the project included the replacement of the bricks on the Warden Bridge and adjacent walkways. Due to funding limitations and issues with accessibility conditions on the bridge, the brick work portion of the project was eliminated. The project design and construction has been continually pushed back through a combination of substantial design changes, higher priority capital improvement projects and permitting problems. The current project is designed to prevent soil erosion from the bank by reinforcing the base of the slope with a 3 -4 foot high segmental concrete block retaining wall along approximately 225 feet of the walkway. The existing benches will be refurbished and a new bench installed to replace one lost to flooding. Trash receptacles will be replaced and relocated to provide more clearance along the walkway. Existing lighting will be replaced with in-wall light fixtures. Native plants will be used to re-vegetate the construction area. On June 19, 2006, the CAO authorized staff to advertise the project for bids. On July 20, 2006, bids were opened. The City received four bids with all bids exceeding the Engineer's Estimate for construction. The lowest project bid was from JPG Construction, Inc. in the amount of $82,250. Two days later, JPG Construction withdrew their bid proposal, stating a significant clerical-error had been made. The next low bid was from Rehak Construction of Monterey, California in the amount of $120,000. This bid is approximately 71%. over the Engineer's Estimate of$70,000, due to the labor costs associated with transporting construction materials to the site that has no vehicle access; the tight confines of the construction site itself, requiring specialized equipment or hand labor and the rising costs of construction materials. Staff is Mission Plaza Bank Walkway Wall Page 2 requesting award of the contract by the City Council due to the need to provide additional funds to the project from the CIP Reserve account. FISCAL IMPACT This project was approved as part of Cultural Services, in the 1997-99 Financial Plan, Appendix B Capital Improvement Plan, page 176 and estimated to cost$85,000. Staff is recommending use of CIP reserve to complete the necessary funding for the project. Currently, there is $109,000 available in the CIP Reserve Account to support this use. Project Costs Construction $120,000 Construction Contingency(10%) 12,000 Printing&Advertising 1,000 Materials Testing& Inspection 2,000 Miscellaneous Costs 1,000 Total Cost: $1367000 Project Funding Remaining Original Budget $81,000 Additional Funding(from CIP Reserve Account) 55,000 Total: $136,000 ALTERNATIVES 1. Reject all bids and re-bid the project Labor, fuel and construction material costs continue to rise. Re-bidding the project would likely result in an even more expensive project. Also; due to the Department of Fish & Game's permit restriction on when construction can proceed, this project would have to be built in 2007 and an extension fee paid. 2. Defer the project Currently, there are areas along the bank that are susceptible to erosion in a significant storm event. If the wall is not installed, erosion will continue and potentially result in structural damage to the Murray Adobe or the pedestrian bridge above the creek bank. ATTACHMENTS Attachment 1. Bid Summary Sheet Attachment 2. Construction Agreement Attachment 3. Site Plan Attachment 4. Allan Block Wall Photo g:lv1afi+eports-agendas-minutesl coA20061dp\99257 ndssion plaza mIK99257_car_award.doc el/-z kkkka \k ` k Attachment � mkkmmmm . � 2 § $ § K § � t � . 2 . ■ mmm ■ ■ m § all ■ ■ ¥ mama B ° mm ■ ■ a # - Q kk88198 k § R § ; & t % I � § § a = i2 ■ QQ 2 . . £ . . . . ■ . . ■ mama Is kKKi § ® § § B r Q . © � � @ ■ ■ mama � 2 � k - - - - - � § 2K ! JR .■ 04 � � • ! 22 » ƒ Attachment 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 Rehak 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 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 MISSION PLAZA BANK WALKWAY WALL,SPECIFICATION NO.992,57 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 fiirnished 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 Item Unit of Estimated Item Price Total No. Measure Quantity (in figures) (in figures) I. Mobilization/Demobilization LS 1 45,300.00 45,300.00 2. Permit Compliance LS 1 5,000.00 5,000.00 3. Block Wall System LS 1 34,000.00 34,000.00 4. Walkway Lighting LS 1 15,000.00 15,000.00 5. Walkway Benches LS 1 10,000.00 10,000.00 6. Landscaping LS 1 7,500.00 7,500.00 7. Trash Receptacles EA 2 1,600.00 3,200.00 BED TOTAL: $120.000 Payments are to be made to the Contractor in accordance with and subject to the provisions embodied in the documents made a part of this Contract. Should any dispute arise respecting the true value of any work omitted,or of any extra work which the Contractor may be required to do,or respecting the size of any payment to the Contractor,during the performance of this Contract,said dispute shall be decided by the Owner and its decision shall be final,and conclusive. Attachment 2 ARTICLE III,COMPONENT PARTS OF THIS CONTRACT: The Contract consists of the following documents, all of which are as fully a part thereof as if herein set out in full,and if not attached,as if hereto attached: 1. Notice to Bidders and information for bidders. 2. Standard Specifications,Engineering Standards and Special Provisions. 2. Accepted Proposal. 4. Public Contract code Section 10285.1 Statement and 10162 Questionnaire. 5. Noncollusion Declaration. 6. Plans. 7. List of Subcontractors. 8. Agreement and Bonds. 9. Insurance Requirements and Forms. ARTICLE IV. It is finther expressly agreed by and between the parties hereto that should there be any conflict between the teras of this instrument and the bid or proposal of said Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said proposal conflicting herewith. IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands this year and date first above written. CITY OF SAN LUIS OBISPO, A Municipal Corporation . Ken Hampian,City Administrative Officer APP AS TO FORM: CONTRACTOR 6CityJonathan P.Lowell Rehak Construction Attorney Tom Rehak,Owner -2- Cit- s Attachment 3 a J � I �$ E �e id r I le M. al , l Ili • 3 a � s � f' m $ 0 0 IF CLE ; a � III I f I i l �4 �yyAA •°! Ea9 �E� fir c l a� # a RS, EI JF 00'6 c a Attachment 4 IT 1' n I�,. U,a�� I IF VI Tj 14 Ir C � � � — - _r 1— f �t � 1_ I ti� r r IIIi...LOJ � f� I�•I - I � I ' r r — { �- r�• �u p Jr l i. ,fi, K J - f, _. o _I •�l r I -� �' � � of