Loading...
HomeMy WebLinkAbout06/07/2011, C2 - JOHNSON WATERLINE AND PAVEMENT REPAIR PROJECT; SPECIFICATION NO. 91042 council M1'"6 D.Ime7,2011 j ac,Enda Repont 6.,.N- , CITY O F SAN LU I S OBISPO FROM: Jay D. Walter, Director of Public Works 3 Prepared By: Manny Guzman, Engineer II SUBJECT: JOHNSON WATERLINE AND PAVEMENT REPAIR PROJECT., SPECIFICATION NO. 91042 RECOMMENDATIONS 1. Award a contract to John Madonna Construction Company Inc. in the amount of$173,928.25 for the Johnson Waterline and Pavement Repair Project, Specification No. 91042.. 2. Approve a transfer of $194,000 from the Water Distribution System Improvements Master Account to this project's construction account. DISCUSSION On May 31, 2010 a 16-inch diameter waterline in Johnson between his and Lizzie broke. Utilities staff, Public Works staff and a Private Contractor temporarily repaired the waterline and pavement in the area. When the waterline broke, French Hospital water service was disrupted for some time and areas of Johnson Avenue were undermined, which are now showing signs that the asphalt is starting to fail. On April 19, 2011, the City Council authorized the invitation of construction bids for the Johnson Waterline and Pavement Repair Project, Specification No. 91042, and authorized the City Manager to award the project if the lowest responsible bid was within the Engineer's Estimate of$168,000. This work will repair the roadway and provide a backup connection for the hospital from a different waterline. Seven bids were received and opened on May 12, 2011, all of which were over the Engineer's Estimate. John Madonna Construction Company Inc. of San Luis Obispo submitted the lowest bid of$173,928.25 which is $5,928.25, or about 3%, over the Engineer's Estimate. The City is seeing increased costs for construction,most likely related to the current high gas prices. It is typical in the construction industry that cost increases are seen for items such as piping, steel production, and asphalt products when gas prices increase. This project has bid items for both piping and asphalt products, that amount to approximately 68% of the total project costs. While staff is accounting for the increases when estimating, the market is currently very volatile and contractors must weigh the risks when preparing their bids. C2-1 Johnson Waterline and Pavement Repair Spec. No.91042 Page 2 FISCAL IMPACT The Johnson Waterline and Pavement Repair project is not specifically identified in the 2009-11 Financial Plan. However, funding is available in the Water Distribution System Improvements Master Account to support this high-priority project. Currently the. Water Distribution System Improvements Master Account has a balance of $1,638,320. After accounting for various Water Distribution improvement projects in 2010-11, staff estimates there to be a remaining available balance of $550,000 in the Master Account. There is sufficient funding to support this request. .Johnson Wated ine and Pavement Repair Project(91042) Construction: $173,928.25 Contingencies: $18,071.75 Printing & Misc.: $2,000.00 Total Project Budget: $194,000.00 Available Funding(Water Dist Master Acct 90227): $550,000 ALTERNATIVE Reject all bids and direct staff to re-advertise the project The City Council may choose to reject all bids and direct staff to re-bid the project. However, staff does not recommend this alternative because this will delay the project without any guarantee of reduced bid amounts. Also the existing water main could experience another failure which could result in disruptions to critical facilities such as French Hospital ATTACHMENTS 1. Bid Summary 2. Contract Agreement, John Madonna Construction Company T:\Council\Coundi Agenda Reports\Public Works CAR\2011\CIP\91042 Johnson Waterline and Pavement\91042 CAR Award.doc C2-2 lJ.7 a$o o $0 4U po o n o p n r C v D N�NYINN N N N N N N O n N f— Dc Ll GvniO 9 $$$$$m O W m y '[O 01 QO fV IV OO 1N O fig{ 6_N S W O P N N...N..... V S p L W PMO N m m d 6 y J m N N N O o O o o O o 0 0 0 0 () O O O O O N O m O N O O O O O O S O b m O O O O Y Y W m O N 4l OI n OI UI 0.C O2. O q m Q 0 E f^ON N N M m N N N N N N p N N N N m m C q C �N N O N N M Nw N lNV N m f0 U m 9 M C g O O O$$r O N N MM N N N N O O Q E IOL� m 0 m MC O P'N p N N N N N NNN« O N mJ m p p p pN p p 3 0 0 0 O O S y O 0 O N O$$$O S 0 0 0 d n O S b$Im�l m t7 Q[NV N 0 N O N N g�yYpp S E A N Y �OI�hmNH�N YlIN�:N NN Q' OOMj = ` NN S J U 0 MINE O p8$O S$ O N S�N... tl H N 01 N N p$ O y O �Ema »w d'O�m p p Q O O S O O O S N O N O S O O$O$O O p n 00 000�pmy�NM1 W try pYI QIO N N L W m t r• O U D 3 O O O O O O N O Opp O N O O O C CQ yl O D O S O m N N$N M 1+l N N N N.00 V Ua ]¢ �oomovioerir Yi uiQNNW00 pO mnS«OnM�NNNN YIN MMt7� 'c n i UJ a GYN q D Q mma.m. 0U 0 0 o N r N Oo Ij m O O O W P NO$ -q O ry C M n O N�p m Vnl��Oppf n m N W W mp NWW b O N M1 N ly Nck O V Q ci M M N oU ? N O«Y O [ yy E 1 O?mD :9ww a� ¢a¢�m 3g$oopNp000p00000 nN 000Nopo$pppO0000nN OnlpO�y I�YOGCOCOOtO N(U r V yn n W NOm10 W nYZ� N W NIOMO �D I` C + � OmNM1M OWPn QNN'�� D m W 9 N N N N w M N M' N N O1 Wtl O Q U = w N m q p OS S$O1812�18RR O OO O W 17 b Q IA M I�n m 7 Q R L W N O N w N N N N N N N N N Ng woRy9 �$Jw,;N J D » w w 541JQ1 Op OGGmmONmNN OO OfVOOOO O S O O N b n 0 m NM S O$ L W N N O M O T Q _O n W N M N W m V O Is Is PNJ JNNJ�J riryYjb U m U o � � N N N N w M N w w N N NNN N 2 QUQ L W oon o $o$o oOoo$poo$�$$$ m N O N O O OQ m m oo (q O S 666 O N N O m M Q W 0 0 m K L m N N M 00 mw N w P N N N y m 12 X W Lm ^ p O> o co C y y N N N w N m ROM -IU6m7.m ROU QQ $ r IL aQ 0 E �- ,r0 m O cc m U b����Oyyy n w w a p m yZo e M oz w¢ c 0 U3 aw XZNc m ZWW-I Cia O Yo J ~¢Um W RO 3 a T„ USOa �m'I W 2 CI O q�� W J J J J m J'wo C. ado°�rcm�awwwwww¢?� a� p U n ¢ILmQ�OU0000amm m m u N M P N N m W o m m a a a e �o � C2-3 m m J F ATTACHMENT 2 PG 1 CITY OF SAN LUIS OB_ISPO CALIFORNIA FORM OF AGREEMENT THIS AGREEMENT, made on this day of 2011, 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 John Madonna Construction Company Inc. (hereinafter called the Contractor). WITNESSETH:. That the Owner and the Contractor for the consideration stated herein agreeasfollows: 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 JOHNSON WATERLINE AND PAVEMENT REPAIR, SPEC NO. 91042 in strict accordance with the plans and specifications therefore, 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 MONUMENTS EA 1 $5,900.00 $5;900.00 2 STORM DRAIN MANHOLES EA 1 $2,500.00 $2,500.00 3 16-INCH DI WATERLINE LF 350 $230.00 $80,500.00, FRENCH HOSPITAL WATER 4 SERVICE CONNECTION LS 1 1 $10,000.00 $10,000.00 5 ASPHALT CONCRETE TN . 246 $160.00 $39,360.00 6 FULL WIDTH GRIND 2.0" SQFT 18785 $0.75 $14,088.75 7 BASE REPAIR SQFT 3772 $2.50 $9,430.00 8 4"WHITE LF 118 $4.00 $472.00 9 12"WHITE LF 146 $8.00 $1,168.00 10 DETAIL 9 LF 505 $2.50 $1,262.50 11 DETAIL 22 LF 230 $4.50 $1,035.00 12 DETAIL 32 LF 70 $10.00 $700.00 13 DETAIL 38 LF 150 $6.00 $900.00 14 DETAIL 39 LF 500 .$3.00 $1,500.00 15 DETAIL 39A LF 100 $4.50 $450.00 16 PAVEMENT MARKINGS AND SQFT 58 $19.00 $1,102.00 C2-4 ' � ATTACHMENT 2 €'G 2 WORDS (ARROWS, BIKE LANES SYMBOLS, ETC. BLUE REFLECTORIZED 17 PAVEMENT MARKERS EA 1 $360.00 $360.00 18 BRACING AND SHORING EA 1 $3,200.00 $3,200.00 BID TOTAL: $ 173,928.25 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. ATTEST: CITY OF SAN LUIS OBISPO,. A Municipal Corporation Elaina Cano, City Clerk Jan Howell Marx, Mayor APP D T ORM: CONTRACTOR: Christine Dietrick John Madonna, President City Attorney John Madonna Const. Co., Inc. C2-5