HomeMy WebLinkAbout03/07/1989, C-12 - AWARD OF CONTRACT TO R. BURKE CORPORATION IN THE AMOUNT OF $377,935.50 FOR ""BRIDGE REPLACEMENT PROJ" MEETING DATE
111111111111 oolp Cmy of San Luis mspO March 7 1989
uCA COUNCIL AGENDA REPORT MM NUMB63
FROM:
David F. Romero Wayne A. Peterson Prepared by: John W. Hawley
Public Works Director City Engineer " Supervising Civil Engineer !
SUBJECT:
Award of Contract to R. Burke Corporation in the amount of $377,935.50 for
"Bridge Replacement Project - Toro Street at San Luis Obispo Creek, City
Plan No. J-07H."
RECOMMENDATION:
Adopt resolution awarding the contract and authorizing payment of the
City's share of the project costs to the California Department of
Transportation for the "Bridge Replacement Project - Toro Street at San
Luis Obispo Creek, City Plan No. J-07H. "
DISCUSSION:
Toro Street Bridge was originally constructed in 1910, and is considered by
State bridge inspectors to be in poor condition and a "functionally obsolete
structure. " As a result of the above classification and the structure's level
of deterioration, poor alignment, narrowness, non-standard features and safety
considerations, the City is eligible to receive Federal Bridge Replacement and
Rehabilitation Funds (HERR) to replace the existing deficient bridge. In
_ - addition, priority no. 3 of "Points of Restricted Capacity--Four Major Creeks"
of the Flood Management Policy adopted by City Council in June 1983 also
recommended removal or replacement of the bridge because of its restricted
hydraulic capacity. The proposed replacement project consists of removing the
existing concrete bridge structure and abutments and constructing a new
reinforced concrete bridge and abutment wingwalls. The new structure will be
built to current State and Federal standards, with thirty-foot wide roadway and
six-foot sidewalk, a longer span, and significantly improved alignment to
increase the hydraulic capacity, traffic flow, and safety.
On June 7, 1988, Council adopted Resolution No. 6445 approving Program
Supplement No. 9 to the City/State Master Agreement No. 05-5016 for Federal-Aid
Projects. This supplement designated the Federal funds that have been
allocated and the matching funds to be provided by the City for this project,
and that the City is responsible to advertise, award and administer this
project upon approval of the plans and specifications by the state.
On December 5, 1988 Caltrans approved the plans and specifications and
authorized the City to advertise the project, subject to City certification.
This certification process is a mandatory state requirement which will allow
the City to advertise, award, and administer the construction of this project.
On January 3, 1989, the Council approved plans c:,*id specifications and
authorized staff to advertise for bids.
���n��rHiWillllll�p ��pl MY of San tins OBISPO
ON COUNCIL AGENDA REPORT
City Plan No. J-07H Award
Meeting of March 7, 1989
Page Two.
Bids were opened on February 16, 1989, the results of which are shown on the
attached Bid Summary Sheet. R. Burke Corporation of San Luis Obispo was the
low bidder with a bid of $377,935.50. The Engineer's Estimate for this project
was $400,488.00.
FISCAL IMPACTS:
Federal HBRR City Matching
Total Costs Funds (801%) Funds (20%)
1 . Base bid: $377,935.50 $302,348.40 $ 75, 587. 10
(Construction)
2. Contingencies: 25,299.50 20,239.60 5,099.90
3. State overhead costs: 1 ,840.00 -0- 1 ,840.00
Subtotal: $405,075.00 $322,588.00 $ 82,487.00
4. City miscellaneous 2,513.00 -0- 2,513.00
costs:
Total: $407,508.00 $322,588.00 $ 85, 000.00
FUNDS AVAILABLE:
The fiscal year 1987-89 Capital Reinvestment Program Budget contains
$100, 000.00 for the City's matching share of the costs for this project. The
money must be transferred from the CRP allocation to the project account. The
City's matching share of $82,487.00, which covers the contract construction
costs, contingencies and costs associated with the materials testing by the
State, are required to be deposited with Coltrans prior to their concurrence
and final authorization to proceed with the construction. Progress payments
will then be made by Caltrans directly to the Contractor, utilizing the State
Local Agency Automated Pay System (LAAPS). Construction inspection and
engineering administrative costs incurred by City staff, as well as testing
costs, will be reimbursed to the City with HBRR funds allocated for these
aspects of the project after construction is complete.
Because the project utilizes federal funds, it will require full time
inspection by City staff. To allow inspections to continue on other CIP
projects, it will be necessary to hire contract inspectors to be available to
relieve City staff to inspect Toro Street project on a full-time basis. Hence
it is requested that $15,000.00 be transferred from the CRP allocation to line
item 001-5047-008-119 to cover costs incurred b) contract inspection services.
i
city of San tins OBISpo
ON COUNCIL AGENOA REPORT
City Plan No. J-07H
Meeting of March 7, 1989
Page Three.
ACTION RECOMMENDED:
Adopt resolution awarding the contract and authorizing payment of the City's
share of the project costs to the California Department of Transportation for
the "Bridge Replacement Project - Toro Street at San Luis Obispo Creek, City
Plan No. J-07H."
jh6/j07haward
by
I,
RESOLUTION NO. (1989 Series)
C' A RESOLUTION OF THE COUNCIL OF THE CITY OF SAN LUIS OBISPO
AWARDING A CONTRACT AND AUTHORIZING PAYMENT OF THE CITY'S SHARE
OF THE PROJECT COSTS TO THE CALIFORNIA DEPARTMENT OF TRANSPORTATION
WHEREAS, the City received bids for "Bridge Replacement Project - Toro
Street at San Luis Obispo Creek, City Plan No. J-07H, " and
WHEREAS, the Engineer's Estimate was $400,488.00, and
WHEREAS, the low bid was received from R. Burke Corporation of San Luis
Obispo, California, .in the amount of $377,935.50, and
WHEREAS, the City is eligible to receive Federal Bridge Replacement and
Rehabilitation Funds (HERR) for this project, and
WHEREAS, the City adopted Resolution No. 6445 (1988 Series) approving
Program Supplement No. 9 to the City/State Master Agreement No. 05-5016 for
Federal-Aid Projects, designating the Federal-Aid and City matching fund
Crequirements for this project, and
WHEREAS', the City's matching share of the contract cost and contingencies
are required to be deposited with Caltrans prior to their authorization to
construct the project, and
WHEREAS, there is $100,000.00 available in the Capital Reinvestment Program
Budget for this project,
NOW THEREFORE BE IT RESOLVED, the following items:
1 . Accept the low bid from R. Burke Corporation of San Luis Obispo.
2. Direct the Finance Director to transfer $85,000.00 from the Capital Outlay
Fund CRP Appropriation to "Bridge Replacement Project - Toro Street at San
Luis Obispo Creek, City Plan No. J-07H" for cost of construction,
contingencies, and testing for the project. (Account 021-9808-091-572)
3. Direct the Finance Director to transfer $154000.00 for the Capital Outlay
Fund CRP Appropriation to line item no. 001-5047-008-119 for the cost of
contract inspection services.
O
'v
I
Resolution No. (1989 Series)
Page Two.
4. Direct the Finance Director to immediately transmit payment of $82,487.00
for the City's share of the project costs to:
Mr. John W. Ritter
Asst. Dist. Local Streets & Roads Engineer
California Department of Transportation
P. 0. Box 8114
San Luis Obispo, CA 93403-8114
5. Direct the City Clerk to prepare, upon receiving Caltrans concurrence and
final authorization to proceed with construction, the appropriate documents
for signature by the successful bidder and the Mayor.
6. Authorize the Mayor to sign the contract on behalf of the city.
On motion of seconded by
and on the following roll call vote:
AYES:
NOES:
ABSENT:
the foregoing Resolution was passed and adopted this day of
1989.
•
MAYOR
ATTEST:
CITY CLERK
APPROVED:
City Adm nistrative Officer
City A oy
Fina e i or
C i t y4E ngineer r ject Manager
jh6/j07haward L
by / ,1
BID SUMMARY
City of SAN LUIS OBISPO
Bid Opening: Date: February 16, 1989 City Plan No. J-07H
Time: 3:00 PM Jab Title: Bridge Replacement Project:
Toro Street at San Luis Obispo Creek
ENSINEER'S ;R. BURKE CORPORATION :CHUSHMAN CONTR. CORP.; MADONNA CONST. CO.
BID ITEM & DESCRIPTION ; ESTIMATE 1 SAN LUIS OBISPO? CA.; SANTA BARBARA, CA. ; SAN LUIS OBISPO, CA.!
UNIT ; UNIT ; UNIT UNIT
No. ITEM UNIT AUAN.; PRICE AMOUNT ; PRICE AMOUNT ; PRICE AMOUNT ; PRICE AMOUNT
Const. area sions & ;
1 traffic control L.S. 1 ; 3000.00 31000.00 ; 2900.00 2,900.00 ; 1280.00 11280.00 ;15000.00 15,000.00
2 Type III barricade Ea. 15 ; 200.00 3,000.00 ; 120.00 11800.00 ; 90.00 19350.00 ; 100.00 19500.00
Remove
3 asphalt concrete C.Y. 60 ; 20.00 11200.00 ; 30.00 11800.00 ; 30.00 11800.00 ; 30.00 19800.00
Adjust frame & ;
cover to grade Ea. 3 400.00 1,200.00 ; 230.00 690.00 ; 330.00 990.00 ; 300.00 900.00 ;
5 Bridge removal L.S. 1 ;20000.00 20,000.00 ;23000.00 23,000.00 130400.00 30,400.00 ;20000.00 20,000.00
r
6 CIearing & grubbing L.S. 1 ; 3000.00 31000.00 ; 5401.00 5,401.00 ; 1000.00 11000.00 ; 1000.00 11000.00
7 Roadway excavation C.Y. 500 ; 10.00 5,000.00 ; 25.00 .12,500.00 ; 14.00 7,000.00 ; 20.00 10,000.00
8 Structure excavation C.Y. 270 ; 30.00 8,100.00 ; 27.00 71290.00 ; 18.00 41860.00 ; 30,00 81100.00
9 Structure backfill C.Y.. 160 ; 40.00 61400.00 ; 50.00 89000.00 ; 75.00 129000.00 ; 40.00 61400.00
10 Erasion control Acre 0.20 ; 2500.00 500.00 ; 2200.00 440.00 ; 5000.00 --1.000.00 ; 2000.00 400.00
Relocate 10' D.I. ;
11 waterline L.F. 175 ; 40.00 7,000.00 30.00 51250.00 ; 97.00 167975.00 ; 50.00 89750.00 ;
Install 6' D.I. ;
12 sewerline L.F. 108 ; 30.00 3,240.00 ; 23.00 29484.00 ; 79.00 8,532.00 ; 30.00 31240.00
Finishing roadway L.S. 1 ;1000.00 19000.00 ; 4000.00 41000.00 ; 1330.00 19330.00 ; 2000.00 2,000.00
ENGINEER'S ;R. BURKE CORPORATION ;CHUSHMAN CONTR. CORP. MADONNA CONST. CO.
BID ITEM & DESCRIPTION ; ESTIMATE SAN LUIS OBISPO, CA.; SANTA BARBARA, CA. ; SAN LUIS OBISPO, CA.
UNIT ; UNIT ; UNIT ; UNIT
No. ITEM UNIT BUAN.; PRICE AMOUNT ; PRICE AMOUNT ; PRICE AMOUNT ; PRICE AMOUNT
Class 3
14 Aggregate base C.Y. 20 ; 30.00 600.00 ; 70.00 1,400.00 ; 60.00 19600.00 40.00 800.00
15 Asphalt concrete Ton 265 40.00 10,600.00 ; 45.00 11,925.00 ; 60.00 15,900.00 ; 60.00 15,900.00 ;
Place asphalt concrete
16 (mist. area) Sq.Yd. 2 ; 100.00 200.00 ; 50.00 100.00 ; 100.00 200.00 50.00 100.00
Place asphalt
17 concrete dike L.F. 25 ; 10.00 500.00 ; 15.00 375.00 ; 5.00 125.00 ; 10.00 250.00
Furnish
18 steel piling L.F. 1635 ; 10.00 162350.00 ; 13.50 22,072.50 ; 13.00 21,255.00 ; 10.00 16,350.00
19 Drive steel piling Ea. 70 ; 600.00 42,000.00 ; 542.00 37,940.00 ; 500.00 359000.00 ; 700.00 49,000.00 ;
20 Structural concrete C.Y. 400 ; 300.00 120,000.00 ; 275.00 110,000.00 260.00 104,000.00 ; 340.00 136,000.00
; 21 Class A concrete C.Y. 120 275.00 33,000.00 200.00 24,000.00 t 233.00 27,960.00 f 340.00 40,800.00 ;
22 Water stop L.F. 75 ; 20.00 19500.00 ; 12.00 900.00 ; 21.00 11575.00 ; 20.00 17500.00
Bar reinforcing
23 steel (bridge) Lb. 88000 ; 0.45 399600.00 ; 0.50 44,000.00 ; 0.45' 39,600.00 ; 0.50 44,000.00
Bar reinforcing steel
24 (retaining wall) Lb. 12000 ; 0.45 57400.00 ; 0.52 6,960.00 ; 0.47 51640.00 0.50 61000.00 ;
Construct
25 sewer sanhole Ea. 3 ; 1000.00 3,000.00 ; 1300.00 39900.00 1767.00 5,301.00 ; 2000.00 6,000.00 ;
26 6abion C.Y. 35 1 150.00 5,250.00 ; 186.00 6,510.00 ; 213.00 71455.00 1 140.00 41900.00
C
ENGINEER'S R. BURKE CORPORATION 1CHUSHMAN CONTR. CORP.: MADONNA CONST. CO.
1 BID ITEM & DESCRIPTION ESTIMATE SAN LUIS OBISPO, CA.! SANTA BARBARA, CA. SAN LUIS OBISPO, CA.1
1 UNIT UNIT UNIT UNIT
1 No. ITEM UNIT AUAN.1 PRICE AMOUNT PRICE AMOUNT 1 PRICE AMOUNT PRICE AMOUNT 1
1 27 Filter fabric Sq.Yd. 120 5.00 600.00 1 1.75 210.00 1 11.00 11320.00 1 3.00 360.00
1 28 Minor concrete C.Y. 20 ; 250.00 51000.00 1 225.00 49500.00 355.00 71100.00 1 200.00 49000.00
1 Misc. iron 1 1 1 1 1
1 29 and steel Lb. 1500 1 2.00 3,000.00 1 1.00 11500.00 1 2.00 31000.00 1 2.00 3,000.00 1
1 Metal beam 1 1 1 1
1 30 guard railing L.F. 113 1 30.00 3,390.00 1 44.00 4,972.00 1 42.00 4,746.00 1 20.00 21260.00 1
, ,
1l Concrete barrier
1 31 (Type 25) L.F. 73 1 70.00 59110.00 1 47.00 3,431.00 1 108.00 71884.00 1 60.00 41380.00 1
1 Concrete barrier 1 1 1 1 1
1 32 (Type 261 L.F. 80 1 80.00 61400.00 1 80.00 61400.00 1 156.00 12,480.00 1 90.00 71200.00 1
1 Handrailing 1 1 1 1
1 33 (Mission style) L.F. 153 1 50.00 11650.00 1 23.00 39519.00 1 56.00 81568.00 1 50.00 77650.00 1
1 Cable anchor assembly 1 1 1 1 1
1 34 (Breakaway, Type A) Ea. 2 1 500.00 1,000.00 1 508.00 1,016.00 1 500.00 19000.00 1 400.00 800.00 1
1 Terminal section 1 1 1 1 1
1 35 (Type 9) Ea. 2 1 200.00 400.00 1 125.00 250.00 1 100.00 200.00 1 100;00 200.00 1
Terminal section 1 1 1 1
1 3b (Type C) Ea. 2 1 200.00 400.00 1 125.00 250.00 1 150.00 300.00 1 100.00 200.00 1
1 37 End section Ea. 2 1 200.00 400.00 1 125.00 250.00 1 100.00 200.00 1 100.00 200.00 1
1 38 Mobilization L.S. 1 126498.00 269498.00 1 6000.00 69000.00 148600.00 485600.00 130000.00 30,000.00 1
1 BID TOTALS 1 $400,488.00 1 $377,935.50 1 $449,526.00 1 $460,940.00 1