Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
07/17/2007, C11 - HIGUERA STREET PAVING PROJECT FROM MORRO ST. TO NIPOMO ST. SPECIFICATION NO. 90684
council M°°oD.& 07h7/07 j acEnaa Repoizt CITY OF SAN LUIS OBISPO FROM: Jay D. Walter,Public Works Director Manuel Guzman,Engineer I SUBJECT: lIIGUERA STREET PAVING PROJECT FROM M MORRO ST. TO NIPOMO ST.SPECIFICATION NO. 90684 CAO RECOMMENDATION 1. Award a contract to Granite Construction Company in the amount of$477,432 for the Higuera Street Paving Project from Monro St. to Nipomo St. Specification No. 90684. 2. Approve the transfer of an additional $66,623 from the Water.Distribution Master Account to complete the project funding for Fire Sprinkler Laterals. DISCUSSION On June 5, 2007, the City Council authorized the invitation of bids for the Higuera Street Paving Project from Morro to Nipomo St. Spec. No. 90684. Bids were open on July 5, 2007 and Granite Construction Company was the lowest bidder.. Bid Alternatives In addition to the basic project work to resurface Higuera Street between Mono and Nipomo including the installation of pedestrian lighting and curb ramp upgrades, the project was advertised with three Additive Alternates. The first, Alternate A, provided for new pavement at the intersection of Broad and Pacific Streets. This intersection was to be reconstructed with the installation of the traffic signal, but the signal project did not have adequate funds to complete that work. The intersection is rough and would benefit from some work, as the signal is likely to increase the pedestrian traffic volume. Alternate B involves the installation of conduit for a future service panel to be used by the Downtown Association (DA.) The DA has been interested in providing power for events and Thursday Night Market and agreed to pay for this portion of work. The last Alternative, C, added paving grid to the main rehabilitation project between Morro and Nipomo. Paving grid is intended to delay reflective cracking that results when Asphalt Concrete is placed over Cement Concrete, as is the case in our downtown. This project was approved with funding from the General Fund, the Sewer Fund, and two parts of the Water Fund, Water Distribution and the Fire Systems Improvements Fund. All bids received for this project were higher than the Engineer's Estimate; however, the low bid was less than the Engineer's Estimate for the General Fund, the Sewer Fund and the Water Distribution portion of the Water Fund. The work to install fire sprinkler laterals was significantly higher than estimated and is the reason the project as a whole is over the Engineer's Estimate. Staff is recommending awarding the Base Project, as well as Bid Additive Alternates A and B. The Downtown Association has committed to funding Bid Additive Alternate B. Bid Additive Higuera Street Paving Project Page 2 Alternate A will be funded by the General Fund. CONCURRENCES The Utilities Department concurs with moving forward with the Fire Sprinkler lateral work to prevent future damage to the pavement. The DA supports the installation of electrical conduit on their behalf. FISCAL IMPACT The 2005-07 Financial Plan, Appendix B, page 121 identifies $75,000 for the Higuera Street Paving Project. The 2006-07 Financial Plan Supplement identifies $30,000 for Street Lighting Conduit Project. The 2007-09 Capital Improvement Plan identifies $56,000 for Downtown Pedestrian Lighting and $125,000 in additional funding for the Higuera Street Paving work. At the time the City Council authorized the advertising of the project, $77,100 from the main street reconstruction budget was also authorized to be used. This would have reduced the funding available for street reconstruction next year. Based on the bids and the recommended award, the actual amount needed from the main street reconstruction budget will be reduced to$3,900, thereby reducing the impact to future year paving. Project Cost by Funding Source General Fund Water Sewer Fund Fire Total Fund Sprinklers Engineer's Estimate $323,500 $45,000 $10,000 $71,500 $450,000 Construction (Base Project) $280,066 $42,000 $4,000 $136,500 $462,566 Construction (Alt A) $9,777 $1,200 $500 $11,477 Construction (Alt B) $3,389 $3,3.89 Total Construction Costs: $293,232 $43,200 $4,500 $136,500 $477,432 Contingencies (10%) $29,000 $5,000 $1,000 $14,000 $49,000 Cultural Resources Monitoring $10,000 $10,000 Material Testing $1,750 $1,750 Printing $500 $500 Total Project Budget: $334,482 $48,200 $5,500 $150,500 $538,682 Funds Available: $363,100 $391,577 $635,243 $83,877 As noted in the table, the construction cost for the Sprinkler Reimbursement Fund portion of the project is higher than the current level of funding available. Staff recommends transferring $66,623 from the Water Distribution Master Account to fund the project. Higuera Street Paving Project Page 3 ALTERNATIVES 1. Do not award Alternate A—Paving at Broad and Pacific Not completing the reconstruction at the intersection of Broad and Pacific would reduce the project costs by about $10,000. Those funds could be applied to other streets in the downtown next year. The intersection would remain in poor condition. 2. Award Alternative C—Pavement Grid The cost to complete installation of the pavement grid is $75,000. At this time, staff is not recommending this additional expenditure. There are some benefits to installing pavement grid to reduce reflective cracking. However, the loss of$75,000 from next years paving budget and the real possibility that current redevelopment in the downtown will result in utility service cuts to the pavement in the next several years, convinced staff that the best approach is to use the $75,000 to complete additional paving in the downtown next year at another location. ATTACHMENT 1. Bid Summary 2. Contract g:\staM-mponragandasminutasLpA2007\dp\90684 higuem pa%ingt90686 amrd.d= C/�-3 O O pp O O O O N O O O OO O O O 0 0 1n O O O o O O pp O O O O O O O O O t D N o p a D 10 n 0 0 0 S O S O 0 0 0 0 S 0 0 0 Q O coca 01 .m,N O O N 'C 0 0 0 O O w(V O n M M f V G O G O O O y O O O O O O M O m O N O O N N O O w a D 0 1` O O o O tb �NNfDQ W V W OONOOOSOOOOYf 000 M ��t10�00 w C� N �M SDS O �"ON O r o Em 000 fV tM�N Qw O_m�QNWon no v��OO Cf in E�iff�oo�'Q Eci KH1' EV m >m''�wN wen MH ww�w'Nw w��ww�wmp �w� ww w� �w w mQpp��{pepo � C < D ww H «dlwwN U 'ni p LO C q Y�0 1I 001 W r'r0000000000LL0'9000 UNDO^00$O UM Q= V ON b� m 'C�N N�O� W n a m 0 0 1()N w pp C I A G G =Ni C Ni C C N N Z O O C =N r < X� W 4 H M H H H H H-l o N O O n W w 8 0 n S 0 0 O H O H 0 0 0 w 4�H 0 HHNwn0f01ON wNO M N 0000 «H w p m y C w N HH rD Q M [ w ww C Cw CO mN? w �sw � HwH ww w �ay:3m �oo0000$oov000$00$0000$0$$ «L°$$$$$$oe 3$$$ $ ao$ $a 00 000 O O fV C O M W W O N O O O O O O O O O O O M O Cp 0 0 0 0 0 0 0 O pp O W 0 O p O p 00=0 O w a D N(�f O w O O O O O O O O O O O e 0 t D O O O O N N 1 O -(O th O W N O N M n n n o M o w w(OwNO wpN� M W N OOw w N O n n Q � < m yN-NN-w-N OCOCO Ri Q!(0p N-MN N w yMO wN NwN 10 ECM W v N U 9 Q NHHH HH vv tOHwMHIn fOww. w N twH ww w �ww «N Q n W Uwn 0000S 00000000 $oo$0000 u000 uo$ O =O fD fV O W N 0 0 0 0 O O O O O O =N N O O p O t M Q O =M y m 4HOlHHHwHNHo tO0$ $00000 OwODwo o N N 4 W-0 4oN o o r H H Q In fO 1UDf M M Q 00 W W «wwt0 >O1J G fV mfVHHNp N O1NN E w NNHH C O� m 0 cmy 9 � w tlfw w W w www � ww > > layn0 0 0 0 0 0 0 0 0 0$$$o$$$$O.Q.0 0 0 0 :?$$0 0 0$$ o $o�i o po $O o 0 m 0 O N N N o C O C O O C C C O Q O O O(V O N O O C O n O N W Q O 0 0 O W`S O O S O O 0-80 O �'`N�o'!N tpp O n �O N N O �Ory Y l Y f� N m yONNHHNNHo W QQQNM N 16vim N E1W(j CywHwln� Erw�M yap Q 0 et v tnnww H HNwHQH»M vi C4 CHH H �w H (� �N NH N IN U O W y 7 m U � pp pp pp pp p O o u000 N00110J,OOOOOOO0000000 o u000),0 00 o uOOo p U Wn O y N'6 A O N O O O O G O 0 0 nava M O S-0 0 0 0 t D M Q t O O m �_H W H H H H H N H O N O O O O O O S N O r 0 a w_O H O a w N w H O H W O N O O O N H O E C N .. N f f ..w N CmI�����NO N�� C H wH C CH :Omyv w wHwwwww HNHH > > w Oaf m pppp O O S S 0 0 0 0 0 0 0 0 0 0 0 0$O N$O 0M O O O S O O$$ O Basal .m.0 0 0 m ONOQ N MQNNo 00 pO On o - O O�pp NOO O M aM,hp O a . . �n N O N tO W�N M O O O S O O S O Q S O r O I�ad N N 0 0$O m �"N�O n X 0 0 0 p E OD n N O O N N N w N 0m 0p 0 0 N N NH N CD O E VQ n N 0 0 0 0 V E W ww NH O y Q0' A H .m.. mN M N N N N C' ONwNHQwh W N N Y0f �wN NNw«ci ' rw N t N M 10 E tNH wH www ww N`MwHwln w w Q Hw� OO - W p b w '00N oH H H wN wN O�tf Nw�CCNO S O O S o OnOuI OOM OO mm nNO 0oOo O OO G C C OOo$O oOOO OoONf HOO Gpw00 OOOO 000ON 0000 N N Q N H0l V W N W C w N N C w O w L, .1. H wwwwHwH Hww � Hwww .1. W �t:zt aQQLLaQQQQQQaU) FV)rncoas QQ Zri G y F y LL W W W J W W W W W J W LL J J J O N r J W W W W O J J{{I Off-N J > > > .a S N t O N N O n O t D N n Q C M M N r A N p e- M 'nO n r 0 0 O C O©V M INV- all, NV- t`� 10 C N C<QN tl 0) l n ] 3 ltnh p d O d d 2 O w O z 2 w ii Z J Z < O J C F U' O y `n(L H O m j S W Z Waw•Z w<�¢ w O W 3 Z d! w <c9K W Z W aw J C7 < G 3 Ix 000,ZFM aaHJ�z 300 z N Lu,1-y W y J 95 y= w f O W 2y ONaO MH a>X� J OFw-yz � Q K Y Z a.W O w F U M w W w y Z M Z O O<W U H D KU(�� OU3�o y wwLLz— KU�� o, 3 y o 0 oClzwUww U) -W<Jx W zy0-y0 c U O W ea ¢ c0 D J wU y tn> QQ a0-U ozZZ:2fn> �y w m(7 p a = O F~J..1 F WWW<<Z< C W J<W z a U~C<z< W H a �Z- CL O 00_1-z 2: H_W O W OF-CF W>M O LLQ O u0_F O�w> U~7X �Jir z 33<M Jz��ayW=w(.)M3o»< m3a M¢2¢ bWLU ZM ">y GJ=w 2 QY W6UwW7 �Wz00(y SJS RW�W SUOJ Swy c c n EDEn< w<�NO w wOa O Rww~ ySai RXwO< y0VD EUg IL <aQmOamZUay2 14;rCDww mLL<�U30) cUNa <0 c • . . m o O iz0 < m U bm O y U c m E p m E In -EEt � 'o N M Q Nl O n tD O; p �N N N J i N N N N N N N Q S 'O 7M M M � m m.. m t M M M F c �� y Attachment 2 CITY OF SAN LUIS OBISPO CALIFORNIA AGREEMENT THIS AGREEMENT,made on this day of 2007,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 COMPANY(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 HIGUERA STREET PAVING-NIPOMO TO MORRO.SPECIFICATION NO.90684 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 prices as follows: Item Item Unit of Estimated Item Price Total No. Measure Quantity (in figures) (in figures) 1. Full Width Grind SQFT 70,500 $1.00 $70,500.00 2. Asphalt Concrete TON 852 $92.00 $78,384.00 3. Pavement Legends SQFT 464 $5.00 $2,320.00 4. 1.0ft.White Crosswalk/Limit Lines FT 1350 $1.50 $2,025.00 5. 4"White Line FT 712 $1.00 $712.00 6. 8"White Line FT 262 . $1.00 $262.00 7. Detail FT 1,676 $.50 $838.00 8. Parking Tees(Mid or End) EA 101 $21.00 $2,121.00 9 Blue Reflectorized Raised Pavement EA 6 $5.00 $30.00 Markers Truncated Domes 10. Install Detectable Warning Material EA 17 $1,000.00 $17,000.00 at Curb Ramps Street Light Conduit 11. Concrete Sawcutting,Removal and LF 488 $20.00 $9,760.00 Trench Repair in Hi era St.(For Attachment 2 Conduit Work) 12. Pedestrian Lights per Eng.Stand. EA 7 $7,800.00 $54,600.00 7915 Repiace/Adjust Structures to Grade 13. Sewer Manhole EA 4 $1,000.00 $4,000.00 14. Monuments EA 4 $1,200.00 $4,800.00 15. Water Valves EA 42 $1,000.00 $42,000.00 16. City Comm EA 3 $1,000.00 $3,000.00 Catch Basin Repair 17. Storm Drain Repair LS 1 $5,000.00 $5,000.00 Fire Laterals 18. 4"New Fire Service per Eng.Stand. EA 13 $10,500.00 $136,500.00 6530 Other 19. Grind V2"Lip of Existing Ramps Fr 20 $20.00 $400.00 20. Remove and Install New Ramp(868 LS 1 $5,000.00 $5,000.00 Higuera St.) 21. Remove Existing Ramps and LS 1 $21,814.00 $21,814.00 Sidewalk and Install New Type"B" Ramp and Mission Style Concrete (525 SQFT)(766 Higuera St) 22. Mitigation Compliance LS 1 $1,500.00 $1,500.00 BID ALTERNATE"A"-.Broad and Pacific Item Item Unit of Estimated Item Price Total No. Measure Quantity (in figures) (in figures) 23. Full Width Grind SQFT 1984 $3.00 $5,952.00 24. Asphalt Concrete TON 25 $100.00 $2,500.00 25. 1.0ft.White Crosswalk/Limit Lines LF 150 $1.50 $225.00 Replace/Adjust Structures_to Grade 26. Storm Drain Manhole EA 1 $500.00 $500.00 27. Sewer Manhole EA 1 $500.00 $500.00 28. Monuments EA 1 $600.00 $600.00 29. Water Valves EA 3 $400.00 $1,200.00 Attachment 2 BID ALTERNATE`B"—Downtown Association Service Item Item Unit of Estimated Item Price Total No. Measure Quantity (in figures) (in figures) 30. Concrete Sawcutting,Removal and LF 67 $16.50 $1,105.50 Trench Repair in Higuera.St.(For Conduit Work) 31. 2"Conduit LF 217 $350 $759.50 32. Pull Box Per State Stand.ES-8 EA 1 $1,524.00 $1,524.00 TOTAL PROJECT BID:$477,432.00 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 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. -3- Attachment 2 CITY OF SAN LUIS OBISPO, A Municipal Corporation Ken Hampian,City Administrative Officer APPROVED AS TO FORM: CONTRACTOR Jonathan P.Lowell Granite Construction Company City Attorney Jigisha Desai,Vice President