Loading...
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