Loading...
HomeMy WebLinkAbout07/15/2008, C5 - MICROSURFACING 2007-08 PROJECT, SPECIFICATION NO. 90809 council "July 15,2008 j Agenda Report �mH C5 C I T Y OF SAN LU I S O B I S P O FROM: Jay D. Walter, Public Works DirectoroAll�l Prepared by: Manuel Guzman, Engineer I SUBJECT: MICROSURFACING 2007-08 PROJECT,SPECIFICATION NO. 90809 CAO RECOMMENDATION: 1. Award a contract to Valley Slurry Seal Company in the amount of$747,077 for the Microsurfacing 2007-08 Project, Specification No. 90809. 2. Approve the fund transfer amounts of$781,977 from the Street Reconstruction, Resurfacing and Sealing Master Account, $7,600 from the New Sidewalk installations Account, $10,000 from the Bicycle Facility Improvements Account and$25,000 from the Minor Storm Drain Facilities Account to the Microsurfacing 2007-08 Project Account. DISCUSSION On May 6, 2008, the City Council authorized the invitation for bids for the Microsurfacing Project Specification Number 90809. The City received two bids which were opened on June 12, 2008. Roy Allan Slurry Seal Incorporated was the apparent lowest bidder at $684,614. However after reviewing Roy Allan Slurry Seal bid, an arithmetic error was discovered which increased the bid amount more than $200,000. The actual lowest bid was received from Valley Slurry Seal Company in the amount of$747,077. Both bids received for this project were greater than the Engineer's estimate of$653,000. This increase in costs is likely due to the rising price of asphalt based products. Because of the volatile climate for oil prices, staff is recommending awarding this contract to Valley Slurry Seal Company, the lowest responsible bidder. In order to try and minimize the impact to Area 1 residents, staff has combined some small improvements with the microsurfacing work into one project rather than four separate projects. Minor sidewalk improvements, storm drain modifications, and bicycle improvements that were already planned for Area 1 are being incorporated with this project, which gets them done sooner and helps the City by resulting in a lower construction cost when they are part of a larger contract. No work is being deferred as a result of these fund transfers. FISCAL IMPACT The 2007-09 Financial Plan, Appendix B pages 3-178 through 3-182, has identified $1,814,000 available in the 2007-08 FY and $2,428,400 in 2008-09 FY in support of all street reconstruction, resurfacing and sealing projects. Also available in the 2007-08 fiscal year to support this project CS-1. Council Agenda Report—2008 Microsurfacing Project, Specification No.90809 Page 2 are $25,000 for New Sidewalk Installations and $25,000 for the Minor Storm Drain Facilities project and an additional $10,000 from the Bicycle Facility Improvements project. Project Cost by Funding Source(2007-08 Fiscal Year) Street Reconstruction &Resurfacing Master Bicycle.Facility Total Project Account New Sidewalk Improv. Storm Drain Costs Construction: $708,477 $6,600 $7,000 $25,000 $747,077 Contengencies(10%): $71,000 $1,000 $3,000 $75,000 Material Testing: $1,500 $1,500 Printing: $1,000 $1,000 Total Project Budget: $781,977 $7,600 $10,000 $25,000 $824,577 Available Funding: $831,920 525,000 872,100 $15,000 There is currently $1,347,800 in the Street Reconstruction and Resurfacing Master Account; however $516,000 will be transferred for use by another Street Reconstruction Project, leaving $831,920 available in the Master Account to support this project. There are sufficient balances in these accounts to support this request. Based on the large CIP workload for City inspection staff and the suitability of this project for contract construction management, staff will utilize the current on-call contract for construction management and plans to hire Wallace Group, Inc. for this purpose. Because it is an on-call contract, a purchase order can be processed through the Finance Department for payment. ALTERNATIVES Council could choose to defer this work to a later time. If Council were to select this alternative, it is certain to cost more when it is re bid. Construction prices involving asphalt products have been rising, and show no sign of leveling off. During the Measure Y campaign, citizens clearly articulated that a high priority for the added sales tax revenue was street repairs, and reactivating the neighborhood paving program. This project is the second of two scheduled to go to construction this summer for Area 1. Extensive discussions are likely to occur about which projects should be deferred, but awarding this project now makes sense because the design is complete, we have a bid price within the project budget, and this work was deemed a high priority for the community. ATTACHMENTS 1. Bid Summary 2. Council Agenda Report Authorizing Advertising, May 6, 2008 3. Contract Agreement,Valley Slurry Seal Inc. \\disme'_\PublicWorks\Staff-ReponsAgenda Mi"m\_CARI?00MCM90809 Mimwrfacing 2007-08\90809 Award CAR.doc Cs � z z W S U Q Q � « O O O O O O O O O o 0 0 0 0 0 O O 0 0 O 0 0 0 0 0 0 O o 0 0 0 0 0 0000vLo. oolnoonoo0000000u70000Ott) 000 C 4) 00 u'1r OOOMmmm u7m 000 i ,6 NO V N OOMM OLL7000 � mu70 m � N V V' sF sf Of m N Ol a nNOf O mm 000M000 Cc EO OI V O� O V m mOtA Olm N O 1(110 Nu7 V W Oc0 t000OmN m O W dQ Gl dm O tAm TN f'1��NN�c+1�� c`] 0101 N O <� W 4) Q U C t CO , tow w be be Vi t9 t9 w W t9HWt9,t9N t9 OM to M O •0 D7 H t9 N a) C7 y E n .. du7MommOrnMnnnnvv rnrnm V u7u7M000 000 c cow '� r, m7.u7 V• oa1MMlnnmmv V � oMmo) igigMOooicooO O m LL N = m M 1 p N N Q 1 0 0 0 0 0 0 0 0 0 N O 0 O 0 0 O M M ONO O O C m to t9 to to to to EA cn M t9 fA M V1 W to t9 to to Vi e9»to a9 0 O O O O 0 cc C4 2C-M c0 m N mm 19 m fA OOIN ci N:to 17 O W R cQ ' V3 to V) f9 f9 d ^ inM m O O O O O l0 O O O o 0 0 o O o 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 w O O c CJ O R N O O c O M �O O O O O O O O O O O OO O O O O O N O O c C p cp ONOm ONnN tOmNcO m 000 U7 mN On mMmm C O c`700 cD LO �M 47 m mnMMMN47 OI OI M V 01 MQ) m m MmN m m1n ON 00 n n X 01 V N M N w 0 M t,M t�01 t9 n m N m 0 V' M N 1 n M n O V m 01 0 0 O fn d mc01069mm - FA th f969 ci M6460� z M Ol Ole 0 N N n A t9 U C ` �t9 t9 t9 EA fA f9 fA fA t9 t9 t9 to t9 t9 W W,69 N t9 W m 3 N M o U unLL'1N MQ) � MMnnmm V V V 01 Mmm V V 10NM000O m00 = 10 H = N 117 N W 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O m m O N N O O y N d m i9 t9 w19 w w w Mw c9 c9 w e9 W t9 to to fn i9W m m t0n O O M u m =+M — CO 0 0 01 o cn •o °f»11: to� 000000000000000000000000000000000 0 0 0 0 0 0 l0 O O t 0 0 0 N 0 0 0 0 0 0 0 010 0 0 0 0 0 0 0 0 0 0 0 C - OmmOM nu1OnOOm 000 0 0000n u7000000000 o p m mO m V Cl M - O t n V O M m 0 0 0 0 M O M N O m c 0 t g O m mc 0 0 0 0 M 1010 n1n V mnci'te •1' V N MM NS V N m00 � NSM M t7 � W m V t9 M to c9 FA to to E9 M tl9 N t9 N t9 t9 to N t9 t9 N t"1 m a E M v3 to 9 » i9 e9 en in en en n vi aw m LU dom00000000000000000000000000000 m uomoOmO1n1n1n1n1n1n00000lnlnoln0000000000 1 t O O O M l i] N M M N M N N N V V M M N N 10 1 n N 0 0 0 0 L 0 0 0 m a M69 M t9 bo W f9 t9 t9 bo W t9 69 t9 69 t9 w w w t969 0 0 0 V N 00 m r N to FA f9 't9 O O t0 cf9 f9 t0 O C G to CT cr C6 C , to e9 to �C6 W 3 � o M �z LLQ LL LL Q LL LI. LLLLLLLLLLLLLLLLLL LL LL LL LL LL LL LL QLLIL mfn m w�- JLLI O J W J J J J J J J J J J J J J J J J J JLLLLII LLLLII W O J J J » O VJ (n i' r E j O O V O O LL7 0 0 0 0 0 0 0 0 0 0 0 0 0 00000 . O N O O n O m 0 0 0 l 0 0 0 � 0 0 0 0 0 0 0 010 10 0 0 1 t 1 M ` m A M M N n 0 V V N O O 0 O N m m 0 M m V M 0 �� M M d' M10 O Q co O CDY J J J a° °° nnn (n zzz 0 w0 coo v Z "' MzZ ¢ ca ~ .r a wXMQJu'1 w www zw CIL m O �w w (D<< zzz MQaQQ co T) UUN22 Z 0 in ZZZ Qr2 � J cU� p¢ O � M Wa UO >= m `¢� U � L1J wU Oo 22 LL W N N N Irw��UFW-- O]t)] QO] Q?� J W W W?j LLZW nnmmm0lO O N V LO OI .- � W C 0 O w u Z 1 j J w H m N M M M M M M W J N N N N N M O W W W Q m > y C O mOgQ•' � 2 ?JJJJJJJJ �W JJJJJJJ J > >.>5� IL 11 O 000 U E < wwwwwwww C r � F-rrrry � W�3 00 Q 300 m--J ¢ N ¢ W W W W WWW W N W W W W W W W W W w w U O O 9 q � c = .t� mma � a00000000 °v.•D0000 � 0� w = wZQUU FNM V 10Onm W O � NM V u7 c0n mOIO N M %4 W O m C Q CO g N N N N NN "N N N N M M O a a m p o m & A J H CS-3 ATTACHMENT 2 PG1 CoUnaL Ms-'-May 6,2008 j aGEnaa Repom 1.Nobe. CITY OF SAN LU I S OBI S PO FROM: Jay D. Walter,Public Works Director Prepared by. Manuel Guzman,Engineer I SUBJECT: MICROSURFACING 2007-08 PROJECT, SPECIFICATION NO. 90809 CAO RECOMMENDATION: 1. Approve Plans and Special Provisions for the Microsurfacing 2007-08 Project, Specification No. 90809. 2. Authorize staff to advertise for bids and authorize the CAO to award the contract if the lowest responsible bid is less than or equal to the Engineer's Estimate of$653,000. 3. Approve the transfer of$98,000 from CIP reserve to fund constriction management. DISCUSSION Background The City's Pavement Maintenance Plan (PMP) was adopted by the City Council on April 14, 1998. The key elements of the PMP include establishment of eight pavement maintenance areas within the City and a maintenance plan in which each of these eight areas will receive maintenance over an eight- year period. With the budget cutbacks of the past few years, the above-mentioned pavement area rotation schedule was put on hold in 2005. With the passage of Measure Y in November 2006, staff has prepared this project along with the Street Reconstruction project for bid this summer in response to City Council and resident's priorities for some of the additional revenues. The objective of this project is to apply a pavement microsurfacing to all those streets in Pavement Area 1 that will not be reconstructed or receive an overlay this year as part of the Street Reconstruction project. In the past, shiny seal has been used by the City in maintaining streets, and has found to be an effective approach in pavement preservation. This project will use microsurfacing, a product very similar to slurry seal. One big difference between microsurfacing and slurry seal is the required curing time. Microsurfacing is a polymer modified cold-mix paving system that uses a quick set emulsion and can be ready to support traffic much faster than a typical slurry seal. In anticipation of this microsurfacing project, the City's Street Maintenance Staff have performed isolated pavement repairs and crack sealing on the streets included within the scope of this project. This preparatory work is now complete and will increase the long-tern effectiveness of the microsurfacing application. This project also includes the upgrading of three catch basins to the current City standards. Two of these catch basins are at the intersection of California and Monterey, and the third is near the CS - � ATTACHMENT 2 PG2 Council Agenda Report-2008 Microsurfacing Project, Specification No. 90809 Page 2 intersection of California and San Luis Drive. All three catch basins will be sized appropriately for current drainage requirements and will reduce roadway obstacles to the bicycling community. Also included with this project is the installation of new sidewalk in front of 1831 Fixlini. Currently a gap exists between two existing sections of sidewalks. The elimination of this gap and the connection of the existing sidewalks will allow safer and more convenient pedestrian access. Construction Contract Management & Inspection Consistent with the strategy approved by the Council during the 2007-08 mid-year budget review, we recommend contracting for the construction management for this project. As discussed with the Council, and largely due to the implementation of Measure Y priorities, the quantity of scheduled CIP projects in the 2007-09 Financial Plan has increased almost two-fold from previous years. The 2007-09 Financial Plan addressed this increased workload by providing additional funding for contract design and contract management resources. While the amount funded for contract design is adequate, the mid-year budget revealed an underestimation in the amount needed for contract inspection. Accordingly, the Council adopted a two-prong strategy in responding to the need for additional construction management: adding a contract employee for the balance of 2007-09 and assessing the need for supplemental funding for consultant construction management on a case-by-case basis as projects are brought forward for approval of plans and specifications. Based on current City inspection staff workload and the suitability of this project for contracted construction management, staff is recommending transferring $98,000 from the CIP reserve account for this purpose. This amount is based on current market rates for contract construction management at 15% of total project construction costs. CONCURRENCES A Notice of Exemption has been filed through the Community Development Department. FISCAL IMPACT The 2007-09 Financial Plan identifies $1,814,000 to support all of the 2007-08 Street Reconstruction, Resurfacing and Resealing projects, $25,000 for New Sidewalk Installations, and $25,000 for the Minor Storm Drain Facilities project. An additional $10,000 is also available from the Bicycle Facility Improvements project to fund this project. Construction management will cost an additional $98,000. Staff is recommending that this work be funded out of the CIP reserve account, which currently contains a balance of$816,000. CS - 5 ATTACHMENT 2 PG3 Council Agenda Report-2008 Microsurfacing Project, Specification No. 90809 Page 3 Estimated Project Cost Construction: $653,000 Construction Contingencies: $69,500 Construction Management: $98,000 Materials Testing: $1,500 Printing: $1,000 Total Cost of Project $823,000 Estimated Project Cost by Funding Sources Street Reconstruction Bicycle &Resurfacing CIP New Facility Account Reserve Sidewalk Improv. Storm Drain Total Engineer's Estimate: $599,500 $98,000 $22,000 $10,000 $21,500 $751,000 Contingencies: $63,000 $3,000 $3,500 $69,500 Material Testing: $1,500 $1,500 Printing: $1,000 $1,000 Total for Construction: $665,000 $98,000 $25,000 $25,000 $823,000 Funds Available: ** $639,000 $816,000 $25,000 $25,000 $25,000 ** There is currently $1,370,000 in the Street Reconstruction and Resurfacing Account; however an estimated $731,000 will be used for the Street Reconstruction Project, leaving an estimated $639,000 available to support this project. The exact funds available for this project depend upon the bid prices for the Street Reconstruction project. If additional funds are needed for this project due to high bids on the Street Reconstruction project, staff is recommending using funds from year two of the Street Reconstruction and Resurfacing Account to support this project. A budget transfer of the bid amount plus contingency and testing money will be processed after the bid opening. This will create a project budget specific to this Microsurfacing project. ATTACHMENT Location Map AVAILABLE FOR REVIEW IN THE COUNCIL OFFICE Plans and Specifications G:\Statf-Repom-Agmd=-Minutes\_CARV008\C[P\90809 Mia wfacing 2007-08\90809-Microsurfacing 2007-08.doc C5 -cam ATTACHMENT 3 PG1 CITY OF SAN LUIS OBISPO CALIFORNIA AGREEMENT THIS AGREEMENT,made on this day of ,2008,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 VALLEY SLURRY SEAL 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 fumish all of the labor, materials, necessary tools, expendable equipment, and all utility and transportation services required to complete all the work of construction of MICROSURFACING 2007-08,SPEC NO.90809 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 fumished and said work performed and completed under the direction and supervision and subject to the approval of the Owner or its authorized representatives. ARTICLE Ill, 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) ROADWAY 1. Microsurfacing Type II TON 1,600 392.77 628,432.00 2. Bike Lane Surface Grind LF 3,500 1.50 5.250.00 3. Blue Reflectorized Raised Pavement EA 74 5.25 388.50 Markers THERMOPLASTIC TRAFFIC STRIPING-WHITE 4. Pavement Markings(Arrows,Bike SQFT 3,500 2.36 8,260.00 Lane Symbol,etc.) 5. 12"White Crosswalk Line LF 4,380 1.98 8,672.40 6. Parking Tee(Mid and End) EA 205 9.45 1,937.25 7. Detail LF 3,700 0.36 1,332.00 8. Detail 27B LF 5,600 0.31 1,736.00 9. Detail 37B LF 450 0.73 328.50 10. Detail 38 LF 2,400 0.73 1,752.00 - 1 - C 5-� ATTACHMENT 3 PG2 Item Item Unit of Estimated Item Price Total No. Measure Quantity (in figures) (in figures) 11. Detail 38A LF 1,200 0.83 996.00 12. Detail 38B LF 110 0.83 91.30 13. Detail 39 LF 8,900 0.42 3,738.00 14. Detail 39A LF 2,000 0.42 840.00 15. 4"White Line LF 500 0.42 210.00 THERMOPLASTIC TRAFFIC STRIPING-YELLOW 16. 12"Yellow Cross Line LF 1,000 1.99 1,990.00 17. Detail LF 5,500 0.37 2,035.00 18. Detail 21 LF 600 0.83 498.00 19. Detail 22 LF 3,800 0.89 3,382.00 20. Detail 24 LF 500 0.42 210.00 21. Detai125 LF 1,350 0.42 567.00 22. Detai129 LF 850 1.57 1,334.50 23. Detail 31 LF 2,400 1.57 3,768.00 24. 4"Yellow Line LF 3,300 0.31 1,023.00 25. Remove(E)Drain Inlet and Install EA 1 9,166.00 9,166.00 (N)Catch Basin per Eng.Std.3355 (4'Opening)-California at Monterey NW Comer 26. Remove(E)Drain Inlet and Install EA 1 9,166.00 9,166.00 (N)Catch Basin per Eng.Std.3355 (4'Opening)-California at San Luis Dr.NW Corner 27. Remove(E)Drain Inlet and Install EA 1 11,450.00 11,450.00 (N)Catch Basin per Eng.Std.3355 (5'Opening)-California at Monterey NE Comer 28.. New Sidewalk SQFT 550 12.00 6,600.00 29. AC Curb LF 32 1 872.60 27,923.20 30. Comply with Caltrans LS 1 2,000.00 2,000.00 Encroachment Permit 31. Comply with OSHA Permit LS 1 2,000.00 2,000.00 BID TOTAL: $747,076.65 -2- -5 - 8 ATTACHMENT 3 FG3 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 fiill,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. ATTEST: CITY OF SAN LUIS OBISPO By: City Clerk Mayor David F. Romero APPROVED AS TO FORM: CONTRACTOR By: City Attorney VALLEY SLURRY SEAL COMPANY Type/print name and title -3- CS-9