Loading...
HomeMy WebLinkAbout07/05/2011, C 7 - MEASURE Y PROJECTS STREET RECONSTRUCTION SUMMER 2011, SPECIFICATION NO. 91040 AND MICROSURFACING SU council n,..n.,Dw 7-5-201.1 j, acEnba REPO Rt .N�. �- CITY OF SAN LU IS OBISPO June 13, 2011 FROM: Jay D. Walter, Director of Public Works JD W Prepared By: Manny Guzman, Engineer II SUBJECT: MEASURE Y PROJECTS STREET RECONSTRUCTION SUMMER 2011, SPECIFICATION NO. 91040 AND MICROSURFACING SUMMER 2011 SPECIFICATION. NO. 91041. RECOMMENDATIONS I. Award a contract to Papich Construction Company, Inc. in the amount of$1,088,467 for the "Street Reconstruction Summer Project, Specification No. 91040". 2. Approve the fund transfer amounts of$1,242,166 from the Master Street Reconstruction and Resurfacing Account, $21,320 from the Distribution System Improvements Master Account, $21,431 from the Master Collection System Improvements Account and $1,340 from the Bicycle Facility Improvement Account to the Street Reconstruction Summer 2011 project's construction and construction management phases. 3. Award a contract to Bond Blacktop, Inc. in the amount of $1,063,983.35 for the "Microsurfacing Summer Project, Specification No. 91041". 4. Approve the fund transfer amounts of$1,216,733 from the Master Street Reconstruction and Resurfacing Account and $51,000 from the Bicycle Facility Improvement Account to the Microsurfacing Summer 2011 project's construction and construction management phases. DISCUSSION On May 3, 2011, the City Council authorized the invitation of construction bids for the Street Reconstruction Summer 2011 project, Specification No. 91040 and the Microsurfacing Summer 2011 project, Specification No. 91041. The City Council also authorized the City Manager to award the projects if the lowest responsible bids were within the Engineer's Estimate. Four bids were received and opened on June 7, 2011 for the Street Reconstruction project, three of which were below the Engineer's Estimate of$1,245,000. Papich Construction Company, Inc. submitted the lowest bid of$1,088,467, which is $156,533 below the Engineer's Estimate. Bids for the Microsurfacing Summer 2011 project were received and opened on May 26, 2011. Two bids were received, both of which exceeded the Engineer's Estimate of$940,000. Bond Blacktop, Inc. submitted the lowest bid of $1,063,983.35, which is $123,983.35 above the Engineer's Estimate. High bids for the Microsurfacing project could be attributed to the high price of petroleum base products. One of the main components of microsurfacing is asphalt emulsion, which contains several petroleum base products. Additionally, microsurfacing work is C7-1 Microsurfacing &Street Reconstruction Summer 2011 Projects Page 2 more of a specialty type of work, necessitating a contractor from out of the area to mobilize to this area to complete the work. While the low bid for the microsurfacing project did come in above the Engineer's Estimate the low bid for the street reconstruction project came in lower than the Engineer's Estimate which allows both projects to be awarded to the low bid contractors, with a lower combined overall construction cost than estimated. FISCAL IMPACT There is currently $2,672,476 in the Street Reconstruction & Resurfacing Master Account, including $1,700,000 in the various phases of Street Reconstruction & Resurfacing Master Account approved in the 2011-13 Financial Plan, to support this request for $2,455,899 ($1,242,166 for Street Reconstruction Summer Project & $1,213,733 for the Microsurfacing Summer Project). Additionally, there is a current available balance of $101,535 from the Bicycle Facility Improvement Account to support the $1,300 portion of the Street Reconstruction Summer project and the $51,000 portion of the Microsurfacing Summer project attributable to bicycle facility improvements. This funding will be utilized to upgrade two catch basins and the revisions to several drainage inlet grates. The Microsurfacing Summer project includes water and sewer utility improvements. This funding will be provided by the Water Distribution System Improvements Master account, which has a current balance of $387,033, and the Collection System Improvements Master account, which has a current balance of$179,800. The Water Distribution System Improvements and the Collection System Improvements Master accounts will provide project support in the respective amounts of $21,320 and $21,431. This funding supports the adjustment of water and sewer facilities to the new pavement grades. This project is 96% funded through Measure Y, the half-cent sales tax measure approved by the City's residents. Street maintenance has consistently been a community priority. In both the mail in and feedback form surveys completed prior to placement of Measure Y on the ballot, fixing potholes and repairing and maintaining streets came out as the number one priority. The ballot measure language referred to street maintenance work as a potential use of Measure Y funding. Public Works street maintenance activities and contract reconstruction and resurfacing have been funded in the 2007-09, 2009-11, and 2011-13 Financial Plans by Measure Y to reflect the high priority placed on this work by the community. C7-2 i_ Microsurfacing &Street Reconstruction Summer 2011 Projects Page 3 Project Cost by Funding Source Street Reconstruction Summer 2011 Project(91040) Water Sewer Street R& R Master Bicycle Distribution Collection Account(90346) Facility Impr. System Improve System Total (90572) Master(90227) Improve Master(90239) Construction: $1.048,416.00 $1,300.00 $19,320.00 $19,431.00 $1,088,467.00 Contingencies: $104,000.00 $40.00 $2,000.00 $2,000.00 $108,040.00 Construction Management: $85,000.00 $0.00 $0.00 $0.00 $85,000.00 Material Testing: $4,000.00 $0.00 $0.00 $0.00 $4,000.00 Printing: $750.00 $0.00 $0.00 $0.00 $750.00 Total for Construction: $1,242,166.00 $1,340.00 $21,320.001 $21,431.001 $1,286,257.00 _rner-2011 Project t Bicycle Street R& R Master Account(90346) Facility Total (90572)2) Construction Estimate: $1,017,983.35 $46,000.00 $1,063,983.35 Contingencies: $102,000.00 $5,000.00 $107,000.00 Construction Management: $90,000.00 $0.00 $90,000.00 Material Testing: $3,000.00 $0.00 $3,000.00 Printing: $750.00 $0.00 $750.00 Total for Construction: $1,213,733.35 $51,000.00 $1,264,733.35 Total Proposed Costs for both 91040&91041: $2.455,899.35 $52,340.00 $21,320.00 521,431.00 Funding Available by Fund: $2,672,476.00 $101,535.00 $387,033.00 $179,800.00 General TIF Water Sewer ATTACHMENTS 1. Council Agenda Report authorizing advertising 2. Bid Summary for Street Reconstruction Summer 2011, Specification No. 91040 3. Bid Summary for Microsurfacing Summer 2011, Specification No. 91041 4. Contract Agreement, Papich Construction Company, Inc. 5. Contract Agreement, Bond Blacktop, Inc. \\chstore4\Team\Coundl Agenda Reports\Public Works CAR\2011\CIP\91040 Street R&R Summer 2011\91041 GAR Award.doc C7-3 ATTACHMENT 1 PG 1 council M,tin,D.tr 5/3/2011 j AQen0A nepoRt CITY OF SAN LU I S O B I S P O .._.............................._._.. FROM: Jay D. Walter, Director of Public Works . 70W Prepared By: Manny Guzman, Engineer II SUBJECT: MICROSURFACING SUMMER 2011 MEASURE Y PROJECT, SPECIFICATION NO. 91041 & STREET RECONSTRUCTION SUMMER 2011 MEASURE Y PROJECT,SPECIFICATION NO. 91040. RECOMMENDATIONS 1. Approve plans and specifications for the Microsurfacing Summer 2011 Project, Specification No. 91041. 2. Approve plans and specifications for the Street Reconstruction Summer 2011 Project, Specification No. 91040. 3. Authorize staff to advertise for bids and authorize the City Manager to award the contract if the lowest responsible bid for the Microsurfacing Summer 2011 Project is within the Engineer's Estimate of$940,000. 4. Authorize staff to advertise for bids and authorize the City Manager to award the contract if the lowest responsible bid for the Street Reconstruction Summer 2011 Project is within the Engineer's Estimate of$1,245,400. DISCUSSION 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. A ninth area, the downtown, is designated to receive maintenance on an annual basis. On October 6, 2009 Council gave new direction for the PMP to give a higher priority to arterial and downtown streets. Since 2006, ten projects have been completed that repaired portions of twenty- one arterial roadways (Attachment 2). In the 2011-12 fiscal year, the Street Reconstruction and Microsurfacing projects will overlay or microsurface portions of Foothill, Santa Rosa, Broad, Higuera, Osos and Tank Fane Road. Also scheduled for reconstruction under separate contracts in the 2011-12 fiscal year are Chorro between Palm and Higuera, Johnson between Islay and Lizzie, and Johnson between Pismo and Breck. Due to waterline replacement work, Santa Barbara Street is not included in this year's work plan, but is planned in 2012. All these streets are classified as arterial streets by the City's Circulation Element. In anticipation of the 2011-12 fiscal year's microsurfacing project, the City's Street Maintenance staff has performed isolated pavement repairs and crack sealing on the streets included within the scope of the specified microsurfacing project. This preparatory work is now complete and will increase the long-term effectiveness of the microsurfacing application and reduce the construction C7-4 Microsurfacing&Street Reconstruction Summer 2011 Projects Page 2 costs. Microsurfacing is a polymer modified cold-mix paving system that uses a quick set emulsion and can be ready to support traffic in a few hours. Microsurfacing estimated costs are about 11.5% of the cost of a 2 inch asphalt overlay, and 2.3% of the cost of complete reconstruction. Microsurfacing works by sealing the pavement and subgrade from water intrusion and providing some additional wearing surface. Regular use of microsurfacing can postpone more expensive reconstruction work for significant periods of time. The project also includes some drainage work. Three catch basins on Higuera between Bridge and Vachell Lane will be upgraded to the current City standards. Existing catch basins are top opening structures with metal grates in the bike lane which have been identified as roadway obstacles by the bicycling community. On Lawrence Drive several hundred feet of curb and gutter will be removed and replaced with a grated line drain. Trees that have since been removed lifted the curb and gutter resulting in poor street drainage. A continuous grated line drain connected to a new catch basin will help to alleviate the ponding that occurs in this area. Also included with the reconstruction project is the localized repair of curb, gutter, and sidewalk in front of 1441 Nipomo and 1129 Pacific. In both locations trees have lifted the curb and gutter resulting in poor street drainage. The driveway ramp at 1441 Nipomo will also be repaired to match the new grades of the replaced curb and gutter. Neglecting repairs of the curb and gutter and the driveway ramp will result in water ponding and could reduce the service life of the new paving surface. Americans with Disability Act (ADA) accessible curb ramps required by law for street reconstruction work will also be upgraded as part of the street reconstruction. A total of 26 existing street corners will be retrofitted with new curb ramps or truncated domes to meet current ADA standards. This work is in addition to two other curb ramp projects schedule for construction this summer. CONCURRENCES The project qualifies for a categorical exemption from environmental review, and a notice of exemption has been filed through the Community Development Department for both the Microsurfacing Summer 2011 project and the Street Reconstruction Summer 2011 project. FISCAL IMPACT There is currently $1,068,227 in the Street Reconstruction & Resurfacing Master Account and additional construction funding of $1,450,000 (the construction portion of the $1,700,000 request for 2011-12) is proposed in the 2011-13 Financial Plan. If approved, this additional funding will bring the total funding available to $2,518,227 to support this request for $2,514,500 ($1,080,750 for 91040 & $1,433,750 for 91041). Also, there is a current available balance of $101,535 from the Bicycle Facility Improvement project that can be used to support the $22,000 portion of the 91040 project and the $440 portion of the 91041 project. This funding will be utilized to upgrade three catch basins and the revisions to the drainage inlet grates. C7-5 1ATTACHMENT 1 PG 3 ----------------- Microsurfacing &Street Reconstruction Summer 2011 Projects Page 3 For the 91041 projects, water and sewer utility improvement budget is currently available in the Water Distribution System Improvements Master account (current balance of$407,885) and the Collection System Improvements Master account (current balance of $190,836) to fund the proposed costs of $24,000 and $3,500, respectively. This funding supports the adjustment of water and sewer facilities to the new pavement elevations. The Street Reconstruction and Microsurfacing projects will not be awarded until after the start of the new fiscal year, 2011-12. By the time bids are received, Council will have concluded the budget process. If Council has funded the 2011-13 Street Reconstruction & Resurfacing Master Account at the time of contract award, a Budget Amendment Request will be generated to transfer funding to the appropriate project's account for construction. If this funding has not been approved, staff will recommend rejection of bids and re-advertising of a smaller project. This project is 98% funded through Measure Y, the half-cent sales tax measure approved by the City's residents. Estimated Project Cost by Funding Sources I-Microsurfacinu So tit nier 2011 ' Street R& R Master Bicycle Account(90346) Facility Impr. Total (90572) Construction Estimate: $920,000 $20,000 $940,000 Contingencies: $92,000 $2,000 $94,000 Construction Management: $65,000 $0 $65,000 Material Testing: $3,000 $0 $3,000 Printing: $750 $0 $750 Total for Construction: $1,080,750 $22,000 $1,102,750 C7-6 Microsurfacing &Street.Reconstruction Summer 2011 Projects Page 4 Estimated Project Cost by Funding Sources Street Reconstruction Sewer Bicycle Water Collection Street R& R Master Facility Impr. Distribution System Total Account(90346) (90572) System Improve Improve Master(90227) Master 90239 Construction Estimate: $1,220,000 $400 $22,000 $3,000 $1,245,400 Contingencies: $124,000 $40 $2,000 $500 $126,540 Construction Management: $85,000 $0 $0 $0 $85,000 Material Testing: $4,000 $0 $0 $0 $4,000 Printing: $750 $0 $0 $0 $750 Total for Construction: r $1,4333,7501 $4401 $24,0001 $3,5001 $1,461,690 Total Proposed Costs for both 91040&91041 : $2,514,500 Funding Available by Fund.• $2,518,217 $101,535 $407,885 $190,836 General TIF Water Sewer ATTACHMENTS 1. Location Map 2. Map of arterial roadway work AVAILABLE FOR REVIEW IN THE COUNCIL OFFICE Plans and Specifications -------------- T:\Council Agenda Reports\Public Works CAR\2011\CIP\91040 Street R&R Summer 2011\91041 CAR Advertise.doc C7-7 Q� EO OppV f 0 O p pp O O pOO Cpp [ GO [V pf O OW ON O O NN OOS[�Opp O�pS 0 . . O 0 COMM H OS mO OO MO NO OO S0 OOSppOO OO S O O Q 1 N h N W N W<W VVII SOW S;;=m[p m S pph h 0 M1�O O N^aa N NON N Q W N W W h Q WO 0 NNNNNVIHNNHM�H NH�Hf9 HH19 N H H N N N N H N N r" s W m � ¢ a U c ni O�mM1y Jn 0 Om0p0oWMIpWNWWWOoNN0HSH$ r"',r:IR �nOcsommo O 11: MO$ $ S0 0 N WW 0 $ O t X0 W W QS Spp h Q mO mfpe H N N H N N zWm�m 0o po 000eS poO go8$000So$800$0 00 0 00 0 0 0 ._n,0o 00 000 0o On O O O o O O O O O O b 0 f0 N O O O N W O W W O W O O h O Q QQ pQ O O N O W W O W N O Q %1 tp O N Q tG mm r N O N N h O N W p W N 0 N N N WR W^Q N O N^p W W O W^ E,t7 Nt�W�t'yy�^Olp pW WM1l7�l�O07^MyyY��O�N NN W t(J W Q10O Nm W h hN � pNp W N h tWpp W W u K m a c c 0 0 C u00'O C)W NN 000 ONpOO OOo OOSO OM1b pSp rO ov(�W M1 iaaOS W M1OCI S O S O O �Ofpp O N N GgfOOH NM ON pH»MM1<WWWh^NHNHVlNHON BBHNNN4p9NH� O h W M W N M M S O O HH SNNSNtl9N H NH N WN N h W f0 QN O Cl C �G [G O T fn a � N 19 tl! p U .:D m 000000� oo0008SSS880000SSo$ou0000p 5000 S $ o 0 0 o S oopp 000 O t C�(j y j 0 0 h G O C C G p pp po p t C�0 0 0 0 O O h C f G m G tC f V C Ol G O O C G O G r MQ N O f0 N O O W O O S 0 0$^ E W N W�-Cl!N N N N W T QQ++O W<Q���N000 Q O �M%)M1N^^lV 1n W�-W MC)O^NNNHONHK�MC)�NNNNujN N N W N O O W W NN N VVII N N M 0 O u n m O U ac W O N t S0 HS NNO^ON SW OS0 0 $ S$ o Oy4OHN00000S hOCN7 O OO E M1 O N O N N N N M N N M N H N H H N N H^ O 8 O N H N W W M1 H vl NN wpm N tWN HN �NNH N ^H O Q h {p h r p 19 H N O MO 1O N H N m J m a 'o O m W a V12 v17 m 0 0 0 0 O O O O O 0 0 0 0 0 0 $N O h N W^O W N O$ O O O O O O O O 0 $W 0 0 0 O o O O O O O O O O O N O O^N O O fp0�0 0CC0oO-OCOO gI i f W N NNpp N«ht,0>WW O O O O G N Ul N h Q N fD$h N N M1 N Mp O O O S O m h M pp N W V= W W N N Q W O O O p O M W N 3 0 E�-HNh W OM1O�MOOO W OQ W N VN W 0 -W N W Wtp ip N W S f0 N W m O t Y W epi W OYI aNy fO^W 01m Q W�Q N Min N �M M H H N N M wi N W ^ M W h 0 m C M 9 o W a E c U N O AKNci NV N Q ONO S S 8O NQW WM 1N0 H NN Ci Qes HO W P QM: N NO SN OOW 8 p8 O wOS NSOG WWNN pN ^ OqNMM pmoKoNC % 9 E N N W W m E 0 0.!2ShO a o w w aaa mU a � I LL LL LL ~r ` f?? O N W W W fp W W E O O ^N M N N O O O Q O O N W OOO W ON M1T M1®N�-ONN W p W N^ W N h O N NON O f0 M O W N O W M M p W N h 0 0 W d 2 r ¢ W z o o r w a 0 m w� a a N O co0. W 17 ❑N W N O 0. Z z N h E Pnonoo p WZ Z <� m °7 V �} 2 p O p a .=N YCiv 2 O W N0 m 6 ¢ ¢ E p w z Mom Ow a ¢ f, -6 ¢ o O o Gj W 00000 N Z�rx Z O O l� m W ix M w wzzz zz W ¢QOw U O ^ C J U�W'C¢KK mJ f Upa YO e 0 oz=o0 CD a CD °xrx zz3W �r w wm u W a0°x xxx�o zoma° w �w ¢ wr z o x x i rrra—¢¢—�M2 Jr '> ¢ ¢6rJ r rw rnw 0 r r r r y r 0 0 0 0 0 0 a m ZZ w 0 g U 3 w 0 N N W W o Z LL y MY O W Y W O O O O 0 Q S n J 2 C7 Y V C J W o r J^N O N M S S M M Q W W o V ftp K N a¢N 0 r 0 0 0 G L .. ma¢Y W SS ��Fi w�S{{¢�tIIZi�UmY�SSs'w >az<aaaaaaa�w LLz <z z3 aw O U C 7 EO.'JJJJJtn r5 W Z0} a.>} rr r r r � V V^q Z f'`w'Q QgQ w q}y W w w m O L��"¢�u 1=i LL LL LL m03 W OM M O Nd`Q<�.N-0000000000 dm 2 a4 m m�+ K N tL.M- y � a v E N m m E C7-8 4d O O O O O O O O O o p O O O O O O O O O O O O S O O O O O O O O O O S $ OO O O O O O O O O O o N a c o c o ci o o a o 0 0 0 0 o QQ 0 o o 0 o 0 0 n g$ o m N q H (tl' m d w H H H H w H w H H H w 19 H H w H H Y O O O O O Mr O $8 O S$ Oo $$ OO $o 0 $W O$W $ MS Oo SpO mO$ Q CO'om) Op01[J NHO0 N M N N N w H H H N N N M M N N N w w W a w w w H H H q w in w w q H H w w H O zmmamOm $ S $ o o $ $ 0 0 0 $ $ o o $, $ o o g o $ O $ o $ $ O O N m N M Cl m O A m m lG Ol tG r N fV 66 O OI W m t7 In O N Q NO Yf E W cl N m m m m m Q m m m A m m m Q N N V M (O m N P O O m N O m N N q C d L w H H N w H H H w w q H H w H q w H w q w N q O y> u m 2 d n a c c o U m Y o 0 0 $ o $ $$ o $ $ o $ $ $ o $ $ $ 0 0 0 0 0 0 0 0 NO IS C6 9 m n C m m h m N O m N N w H H w w H H w H H H H q q a w w w w w w w A m a v .gym $ $ $ $ $ $ $ $ $ a $ $ $ $ $ $ $ $ $ o $ S $ $ $ $ 0 0 0 0 c e 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o O o 0 0 0 0 0 0 S o o g o 0 p 0 0 0 0 0 0 pp E N m W O r W O m m O m m O m N N S N d; N O O m m m m m m Y m m W N V' M m 1`M1 Q m W O Q W H H w H H H H H Yf H w H Yf w w H N H w q H H H w O d u � m E W m CE Q m m $ $ o $ $ $ 0 0 0 $ 0 0 0 $ $ $ $ o $ o $ $ $ $ o U j y $ g g o 0 0 G m C G o m $ $ $ o $ o $ $ $ o $ $ 0 0 $ o $ $ o 0 ` m mN m W O SPO W O m m O 10 10 SCO �Np 10 CN Q Y] O tOp m m b C'a � ] (9 w w .Q- M w w w w w w w 1 s Yi Vi w 0 Vs Ww cm m w bq "q O U K ^ N N m J d a 00 A m 9 0 o O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 c P o 0 0 0 0 0 0 0 0 0 0 0 $ o o O o 0 0 O O 0 0 0 O O m P O O O m N _ O S S O M p W m W O O O gyp( O 10 N tY O O IA (O O Q P m V m m d t E r N m � h m fD r m M1 W m W If1 07 Ol m m 19 M H H H w H 19 w H H w q H N q H H H H H q H H q 0W d d a 2 D$ a o_ g $ o y0y 0 $ o $ $ 00$ o o $ o o $ o $ o p0p 0 0 $ 0 V N d m C .d, O O O Q O O O S S O M W m m O O $ N W O $ O O N d N p m x m VJ m m N m N Ili NN O $ N O Q P W Q m m r m r N u o om m o m a 0 H ap a a m O T y m g m m N m N m m m N m m m m m m N m m m N m N m m m J J J J J J J J J J J J J J J J J J J J J J J J J g^� O t a c a d O J W W W W F F 2 2 2 x W W w W Z Z Y Y ? W W 2 0 g z m ux x x g z g ¢ Q z a w w 3 w o a a z z m m a a 3 $ m m z m m m w z r w 3 a a a z za = n w m N ¢ h ¢ w z 0 0 m m w w a a ti w z I m O o < 4 ¢ m m j j m m m m m O O Z m 2 N O m m O V U N Z Z Q O C7 U' O O O O O O 2 2 Q m m F y y U 2 w vwJ W N m N m n7 m ep x I r 2 m x 2 O O O O O O x 2 m of v0 U U U U U a. a m m m m Q a a m K m m > > > m N N f¢ N J J WJW J J ? m O O N e6 m a0 w m W¢¢W a W Q °1000 OZ 0¢ O¢ e m N m M m Q m m 0 m r ¢m m m d i =w=w = x U U v v 0 U o o o og o w w w '-rxt-� r f- 11 U. lL LL LL v. u_ O O 0 L)ia 0 Zw�w �w �ww Z�Zw �ZZw Z�Zw n O`O 0 Or' ON Q 0 0 0 Q 0 QN MA 9:66l: JQ 0202 ZO2 O2 QS Q 2 Qwx Q wx O m LLA LL g LL LL F LL F 0. 0. 0. 0. d O. O.A Z z F 2,M=! 3 m m g m mw mm m m ow m m w o p O.w allay O.W O.W O. a a a a a O-W aw G W LLwH2 �x O.ZO. az a O.z n. 0.2 d$ Z W2 f w Qg4 Qg4 w w QgQ aa ggQ w qq'w w g w O H 01- 7 a4J Qg^q ¢ g gg O m m(LZ{LZ m m H KH N N CH H Km 0'm m 9m,0. 2D. 12� eO K'� Q'� m a a E m m� C7-9 zui E a m ✓ U a C O h q m QO O O O O O ,.w n '•-1. m o � N 4 O n � n � w M 0 m N a rca w0 m y o S S S o 0 �N{ N 10 M 0i W C d m ~ H H an N H rj � 19 H d Y It 2 a `m a c c o D U S o - = p 0 ? H h tf] N a a w w H m m a S 0{`p_ o0 0 0 O S O N q Op M 0 O u � m � a K CE Q m m o O $ o 0 0 0 0 0 0 0 0 o U u o 0 0 0 0 O o o 0 0 0 c g o 0 o w � H vooi o Yi n H n mg OO W W m m H O O O O w N C0 O ) H H. OyH N O M d N N m j O. H N V O a N O 0 0 m F W O 'O O tO C O N S$00 Q0 p00 Ogg O N n W O h 0 S V N V t p O l C'1 S H H H(O M M W N O 0 O t0 O pl O < d{ mNoOH N m o .- o o Con N 00 OtdU� pp a CO u 2 N Y O m O0 O 00+ = N0) CN.�M OOSOOO a d N H H H N p N N .m. ••O 4 t0 N A W O N Z m J Q Z �C11 LO C d Z U V) O m U_ S _ u m O m E d H H N H n m Q W an d d . Gh O N V ^! E a E._ H LL yCy m 0 a O a u O N Q!U p iO^ 0 0 0 0 0 0 £ 0 0 0 0 0 0 i D S00000e Q ¢ A 'u h M O H H H 0 c W Q N W W � O ✓J d m E a < 000SoO; e a! ro ocoo{u m t d � 1 u m m W LLZ-1 U U m 7 Z w Y LL `i �W W N d O ...� v y w .a o m _ $ d J a �• J 1-� � V! m�� C 0 U -� YQ ZWO b umu~ o m z Jw UJw aO OFO 2 mo 7d. awa w{� �� D: y] E p m EM c of = LU ru _U' >oz N'O 2 000 co m $F U.EU' o rnl uw m.0 » w Quo . t Q1 Ol O N M O N; t0 t0 'A A h A a aE •� � m m� O J C7-10 � I !co u � i Q W m N N W W N N m W N M W m O n m N O m r m m O O O E O O O p F n N n �� O O>th h V Q N G C H O n tG 1�fV Of Oi Oi O N � O O C pp y M r N W N m W N m m M Q O r m M N N N Q O 0 M O N O _ E N O OR e O N Q N .- mm 19 th C'l N Q t0^p o m N ip Pw O O Ow V am N m e r O W m N m C1 M w W M 1�Nw oN'f N cli N M N b O O Ww w K w w w �w w w U c � y m W - 00 W m m N N M M ^M m m ^ M M m m ' N W O O O O O O cr C E YY r m m N O O P P N N 0 0 r N N m O O O O O O �lV p t0 M M O O N N N N N fV N N fV t7 O h N G O O > m U in m `• w w o o � o r o IN t.Nj cli ,r`oo � 9E W n m w a 0 U W w 7 m U O O N O O O C O O O O O O N O O O O N O N N O O O O O O O O b O N N N O m m N O Q N O O P O m Q N N O r N 0 N O O O O O O (✓7 O lV r Of m m N 0 <tN D O N m P tG 1C Ol N ap O f� t•1 O O O C O O b n Q r n r m m W m P m Q Q Q o Q M r m N o N N W O O O O O O M N E r co N N m N M O N Q W m N W N M m Q O m N N Q M N m W N O b M D Q N m V mMN Q N O mwmwN m'AA m16 M 19 N A M C t+l q W w tp w w w n w w w w M w w N W w N N w b N N w w w w w w w w w w w w b N m N 0 b N 0 e ¢ u w !J N O N O N O Q Q N O l7 m m p O N O m m P M1 P N N O O O O O O O O m Q m a y r N O Q O m m w m m r O Q r Q .- Q M M M M N O O O O O O m 0 W m G N N O G G C O C C O > C� � w winwwwwwin�wwww www wwww m V r j ` w w M N o t7 6 01 jo` Q m n w w o w w > u z a cm V J t y0j m M C m O 0 ma»m UnCJU ce o � a� F- m > Q LL Q LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL QQ w w w w w m Q W Q W J J J J J J J J J J J J J J J J J J J J W J J J J J � ow w E � .m m N m N m M O Q CS N N N M N M 11pp ee� N p N G � W M Q M a O W yIL K z to w U z W > < Z_~ Z CL 0 w EY ~ >W Q N M N m W N mn m W N O a W ❑ O: Q W Q�-JN W NNNNNMMMMM QQ J K ON 0 O D. W 0 v z h J J J J J J J J J J J J J J J J w g w r m m W J W______ O O• N y W 4 Q 4 0 0 0 Q Q Q Q a Q Q Q U 0 m LL' m K Z C3 a > tiw Ir >- >F �r �t ���rr� r �? z w Q + o +a + Q¢ N O f' EYQ ZH Q N N WWWWWWWWWWWWWWX Q F- l O (n NO �W W¢ W a v`v� �❑ DOO�DO�OOO�QO(9 w Ja m Z y U y w 0 W I- � !-'-f' Q N EY Eil W W LEl W W LLI lU Ltl W W W W EU W W W W LLl w J GU Q W Q J LLoo. a W an.aaaaao.a.a aaaa.o.(7 O Z W¢ W QW Q UZ m ELL �F dc0 1 Q1'KKMK¢wKKK w w EY M RC, Z 2 y KN MLo w h F ` m Hr f- H E-F-. -FI-H h- FH HhI F-F-H W Y I- 1- H H N 'p.j Z� ZMC w o w w w N N w w w w w w w w w w w w w WW �w U w¢ wa wQ �_ C O 0O W Lw IL wEL LL.Lt Il IL IL LL.ELLL LLIL 4.LL LLLLLi Il.LLJ J W w W W W W W W JQ c O •' OM W J W W LL¢ LL QLLQ aLLa¢LL¢LLLLQLLQ LLQLL¢¢LLQLL QLLQ LL¢QLL¢LLLLaLLQ QLLQ m Z1- f DH �P f aEC E t U a o V <t Qz KZKCKK��CCCK�R:K INMW5 S) 0> > 0> >OY Oz ¢ a m t� a M a� �-W l-HI-I-F-rrrrFE-FMS-E-Hhfm U v>w gw 2w I col w U W n W W t N M TFITIm O �N � 3 Q yit ' � NNNN N N N N N N M 9 a a E 9 -11 C� a. r� u.� ca o �n r r W M co vi v w N � C O O W O M N 0 0 0 0 b U " W vi o 0 ooe�i 0 0 m 0 0 0 N M 0 � 9 W N •lh OwIM V O 0 W Z U Z O M N W N 0 r •C y O W y Y a N N S a T C C C m V � 0 0 0 0 0 0 0 0 0 0 0 0 2` cocooc ;U ^ 00 c b 19(9 OO IWi O O NM b 0 O M W T` m E N O O O O {O( M 0 0 0 0 M m OO O N M $ m o a o I o w w r o:o M 3� c o m O W W Tn W m` c 9 LL O N _ 0 C E W c E � o a N c W c Llf _C W m o u o " o a Z p c c c c W rC U U 0 d F C7-12—iZ ATTACHMENT 4 PG1 CITY OF SAN LUIS OBISPO 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 Papich Construction Company Inc. (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 STREET RECONSTRUCTION SUMMER 2011, SPEC NO. 91040 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 ASPHALT CONCRETE TN 4,960 $100.03 $496,148.80 2 LEVELING COURSE TN 265 $168.00 $44,520.00 3 FULL WIDTH GRIND 1.5" SQFT 30,500 $0.37 $11,285.00 4 1 FULL WIDTH GRIND 2.0" SOFT 17,000 $1.10 $18,700.00 5 FULL WIDTH GRIND 2.5" SOFT 37,500 $0.29 $10,875.00 6 FULL WIDTH GRIND 3.0" SOFT 104,250 $0.24 $25,020.00 7 FULL WIDTH GRIND 4.0" SOFT 89,000 $0.48 $42,720.00 8 BASE REPAIR SQFT 11,550 $6.50 $75,075.00 9 GLASS GRID SOFT 54,000 $0.21 $11,340.00- 10 WATER VALVES EA 46 $420.00 $19,320.00 11 SEWER MANHOLES EA 11 $821.00 $9,031.00 12 SILENT KNIGHT MANHOLES EA 2 $3,000.00 $6,000.00 13 MONUMENTS EA 8 $550.00 $4,400.00- 14 STORM DRAIN MANHOLES EA 13 $500.00 $6,500.00 15 CITY COMMUNICATIONS EA 2 $500.00 $1,000.00 16 SEWER CLEANOUTS EA 8 $550.00 $4,400.00 PARKING TEES PER ENG. 17 STD. 7410 EA 72 $25.10 $1,807.20 C7-13 n ATTACHMENT 4 PG 2 18 4"WHITE LF 595 $1.00 $595.00 19 4"YELLOW LF 300 $1.49 $447.00 20 12"WHITE LF 2,070 $3.13 $6,479.10 21 12"YELLOW LF 60 $3.87 $232.20 22 DETAIL 1 LF 920 $0.59 $542.80 23 DETAIL 2 LF 210 $2.12 $445.20 24 DETAIL 9 LF 3,000 $0.55 $1,650.00 25 DETAIL 22 LF 925 $3.31 $3,061.75 26 DETAIL 32 LF 1,350 $2.33 $3,145.50 27 DETAIL 38 LF 380 $2.46 $934.80 28 DETAIL 38A LF 64 $4.08 $261.12 29 DETAIL 39 LF 2,900 $0.93 $2,697.00 30 DETAIL 39A LF 860 $0.73 $627.80 31 DETAIL 40A LF 260 $2.42 $629.20 PAVEMENT MARKINGS AND WORDS (ARROWS, BIKE 32 LANES SYMBOLS, ETC.) SOFT 720 $7.15 $5,148.00 BLUE REFLECTORIZED RAISED PAVEMENT 33 MARKERS EA 19 $10.10 $191.90 NIPOMO STREET CURB 34 REPAIR LF 5 $500.00 $2,500.00 PACIFIC STREET CURB& 35 SIDEWALK PLAN SHEET 9 LS 1 $6,200.00 $6,200.00 SANTA ROSA/PACIFIC CROSS GUTTER(PLAN 36 SHEET 10) LS 1 $11,800.00 $11,800.00 1437 NIPOMO CURB & GUTTER, SIDEWALK& DRIVEWAY APPROACH 37 PLAN SHEET 11 LS 1 $13,000.00 $13,000.00 RAMP FOOTHILUFERRINI NE 38 PLAN SHEET 12 LS 1 $8,500.00 $8,500.00 RAMP FOOTHILUBROAD N 39 PLAN SHEET 13 LS 1 $7,231.00 $7,231.00 RAMP FOOTHILUBROAD SW 40 PLAN SHEET 14 LS 1 $5,865.00 $5,865.00 RAMP FOOTHILUBROAD SE 41 PLAN SHEET 15 LS 1 $8,625.00 $8,625.00 RAMP FOOTHILUCHORRO 42 NW PLAN SHEET 16 LS 1 $7,675.00 $7,675.00 RAMP FOOTHILUCHORRO AT CHORRO NE (PLAN 43 SHEET 17) LS 1 $5,103.00 $5,103.00 RAMP FOOTHILUCHORRO AT FOOTHILL NE (PLAN 44 SHEET 18) LS 1 $6,204.00 $6,204.00 RAMP FOOTHILUCHORRO 45 SE PLAN SHEET 19 LS 1 $11,607.00 $11,607.00 RAMP FOOTHILUCHORRO 46 SW PLAN SHEET 21 LS 1 1 $7,514.00 $7,514.00 C7-14 ( � ATTACHMENT 4 PG 3 RAMP PACIFIC/NIPOMO NE 47 PLAN SHEET 22 LS 1 $8,515.00 $8,515.00 RAMPPACIFIC/NIPOMO SE 48 PLAN SHEET 23 LS 1 $8,110.00 $8,110.00 RAMP PACIFIC/BROAD NW 49 PLAN SHEET 24 LS 1 $1,200.00 $1,200.00 RAMP PACIFIC/BROAD SW 50 PLAN SHEET 25 LS 1 $1,200.00 $1,200.00 RAMP PACIFIC/OSOS NE 51 PLAN SHEET 26 LS 1 $1,000.00 $1,000.00 RAMP PACIFIC/OSOS SE 52 PLAN SHEET 27 LS 1 $1,000.00 $1,000.00 RAMP PACIFIC/SANTA ROSA 53 S PLAN SHEET 28 LS 1 $7,530.00 $7,530.00 RAMP NIPOMO&PISMO SW 54 PLAN SHEET 29 LS 1 $8,640.00 $8,640.00 RAMP NIPOMO&PISMO SE 55 PLAN SHEET 30 LS 1 $7,090.00 $7,090.00 RAMP NIPOMO&BUCHON 56 NE PLAN SHEET 31 LS 1 $9,482.00 $9,482.00 FOOTHILUCHORRO NW CROSSWALK PATHWAY 57 PLAN SHEET 16 LS 1 $6,781.00 $6,781.00 FOOTHILUCHORRO SE CROSSWALK PATHWAY 58 PLAN SHEET 20 LS 1 $9,807.00 $9,807.00 RAMP MONTEREY&SANTA 59 ROSA NW PLAN SHEET 2A LS 1 $5,400.00 $5,400.00 RAMP MONTEREY&SANTA 60 ROSA NE PLAN SHEET 3A LS 1 $8,515.00 $8,515.00 RAMP MONTEREY&SANTA 61 ROSA SE PLAN SHEET 4A LS 1 $8,110.00 $8,110.00 RAMP HIGUERA&SANTA 62 ROSA NE PLAN SHEET 5A LS 1 $8,790.00 $8,790.00 RAMP SANTA ROSA& HIGUERA SE (PLAN SHEET 63 6A) LS 1 $8,810.00 $8,810.00 RAMP SANTA ROSA& HIGUERA SW(PLAN SHEET 64 7A) LS 1 $700.00 $700.00 RAMP SANTA ROSA& HIGUERA SE (PLAN SHEET 65 8A) LS 1 $1,200.00 $1,200.00 RAMP SANTA ROSA& MONTEREY SW(PLAN 66 SHEET 9A) LS 1 $800.00 $800.00 67 SIGN R1-1 EA 1 $450.00 $450.00 CHANNELIZER(SURFACE 68 MOUNTED) EA 7 $52.11 $364.77 METAL BICYCLE SAFE 69 DRAINAGE INLET GRATES EA 2 $650.00 $1,300.00 70 DETECTOR LOOPS LS 1 $9,977.86 $9,977.86 SIGNAL, LIGHTING AND 71 ELECTRICAL SYSTEMS EA 3 $13,190.00 $39,570.00 C7-15 IATTACHMENT 4 PG 4 COMPLY WITH CALTRANS 72 ENCROACHMENT PERMIT LS 1 $2,000.00 $2,000.00 MISSION STYLE SIDEWALK 73 WITH CURB &GUTTER SQFT 145 $21.00 $3,045.00 BID TOTAL: $ 1,088,467.00 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. ATTEST: CITY OF SAN LUIS OBISPO, A Municipal Corporation Elaina Cano, City Clerk Jan Howell Manx, Mayor APPROVED AS TO F CONTRACTOR: h ' tine Dietrick Jason Papich, President Attorney Papich Construction Company Inc. C7-16 ` � A�'TACHiV1 [VT 5 PG 1 CITY OF SAN LUIS OBISPO 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 Bond Blacktop, Inc. (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 MICROSURFACING SUMMER 2011, SPEC NO. 91041 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 N9• I Measure Quantity (in figures) (in figures) 1 MICROSURFACING TYPE II SOYD 339870 $1.75 $594,772.50 PAVEMENT MARKERS: BLUE 2 REFLECTORIZED RAISED EA 195 $10.50 $2,047.50 PAVEMENT MARKINGS (ARROWS, BIKE LANE 3 SYMBOLS, ETC.) SOFT 9685 $7.05 $68,279.25 TRAFFIC STRIPE: PARKING 4 TEE'S PER ENG. STD. 7410 EA 545 $8.40 $4,578.00 5 TRAFFIC STRIPE: 4"WHITE LF 6615 $1.04 $6,879.60 6 TRAFFIC STRIPE:4"YELLOW LF 4265 $0.84 $3,582.60 7 TRAFFIC STRIPE: 12"WHITE LF 10610 $6.82 $72,360.20 TRAFFIC STRIPE:T2- 8 YELLOW LF 2310 $6.10 $14,091.00 9 TRAFFIC STRIPE: DETAIL 2 LF 4070 $0.63 $2,564.10 10 1 TRAFFIC STRIPE: DETAIL 9 LF 15405 $0.68 $10,475.40 11 1 TRAFFIC STRIPE: DETAIL 22 LF 16345 $1.16 $18,960.20 12 1 TRAFFIC STRIPE: DETAIL 23 LF 40 $16.00 $640.00 C7-17 ATTACHMENT 5 PG 2 13 TRAFFIC STRIPE: DETAIL 25 LF 1255 $8.40 $10,542.00 14 TRAFFIC STRIPE: DETAIL.27B LF 1265 $0.75 $948.75 15 TRAFFIC STRIPE: DETAIL,29 LF 1505 $1.40 $2,107.00 16 TRAFFIC STRIPE: DETAIL 32 LF 5385 $1.16 $6;246.60 17 TRAFFIC STRIPE: DETAIL 37B LF 290 $1.16 $336.40 18 TRAFFIC STRIPE: DETAIL 38 LF 5360 $1.47 $7,879.20 19 TRAFFIC STRIPE: DETAIL 39 LF 26615 $1.37 $36,462.55 20 TRAFFIC STRIPE: DETAIL 39A LF 4400 $1.37 $6,028.00 21 TRAFFIC STRIPE: DETAIL 40A LF 245 $7.35 $1,800.75 22 TRAFFIC STRIPE: DETAIL 41A LF 75 $7.35 $551.25 23 BIKE LANE EDGE GRIND LF 13435 $2.20 $29,557.00 24 CURB MARKINGS LF 235 $2.10 $493.50 SIGNAL, LIGHTING,AND 25 ELECTRICAL SYSTEMS EA 1 $15,300.00 $15,300.00 LAWRENCE STREET STORM 26 DRAIN SYSTEM LS 1 $97,500.00 $97,500.00 HIGUERA STREET STORM DRAIN SYSTEM AT STA. 27 109+60 2 GRATES LS 1 $1,600.00 $1,600.00 HIGUERA STREET STORM DRAIN SYSTEM AT STA. 28 129+82 LS 1 $23,900.00 $23,900.00 HIGUERA STREET STORM DRAIN SYSTEM AT STA. 29 198+44 LS 1 $20,500.00 $20,500.00 COMPLY WITH CALTRANS 30 ENCROACHMENT PERMIT LS 1 $3,000.00 $3,000.00 BID TOTAL: $ 1,063,983.35 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. C7-18 ATTACHMENT 5 PG 3 1 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 APPRO D AS TO RM: CONTRACTOR: hnstine Dietrick Edward Dillon, President City Attorney Bond Blacktop, Inc. C7-19