HomeMy WebLinkAbout09-15-2015 D-Kal Engineering, Inc - AgreementAGREEMENT
THIS AGREEMENT, made on this 15 day of September, 2015, 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 D -KAL ENGINEERING, 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
SEWERLINE REPLACEMENT - MARSHMIGUERAICALIFORNIA, SPECIFICATION NO. 91186
in strict compliance 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 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.
I Description
Measure
Quanti
_ in fi ures
in figures)
1
I TRAFFIC CONTROL
LS
1
$18,215.00
$18,215.00
2
VIDEO INSPECTION
LS
1
$5,832.00
$5,832.00
3
INSTALL (N) 6" HDPE SEWERLINE
LF
382
$194.00
$74,108.00
(WHERE NONE EXISTS)
REMOVE EXISTING SEWERLINE AND
4
INSTALL (N) 6" HDPE - SAME
LF
688
$270.00
$185,760.00
ALIGNMENT
5
INSTALL (N) 8" HDPE
LF
455
$310.00
$141,050.00
SEWERLINE (NONE EXISTING)
REMOVE EXISTING SEWERLINE AND
6
INSTALL (N) 8" HDPE SEWERLINE SAME
LF
741
$253.00
$187,473.00
ALIGNMENT
REMOVE EXISTING SEWERLINE FROM
7
DIFFERENT ALIGNMENT THAN NEW
LF
205
$79.00
$16,195.00
ALIGNMENT
8
(N) SEWER MANHOLE PER ENG. STD.
EA
6
$8,086.00
$48,516.00
6610 (NONE EXISTING)
9
REMOVE (E) AND INSTALL (N)
EA
2
$11,510.00
$23,020.00
MANHOLE PER ENG. STD. 6610
10
REMOVE (E) MANHOLE
EA
5
$1,145.00
$5,725.00
NO NEW MANHOLE)
11
REMOVE (E) CLEANOUT
EA
2
$818.00
$1,636.00
12
FILL EXISTING SEWERLINES WITH
LF
193
$38.00
$7,334.00
1of3
Item
Item
Unit of
Estimated
Item Price
Total
No.
Description
Measure
Quantity
in figures)
in figures)
FLOWABLE FILL
13
ABANDON EXISTING SEWE.RLINES AND
LS
l
$9,207.00
$9,207.00
DEAD/UNUSED LATERALS
14
PLUG EXISTING SEWERLINE INLET TO
EA
2
$761.00
$1,522.00
EXISTING MANHOLE
15
REGRADE &z CONNECT (E) SEWER
EA
73
$2,087.00
$152,351.00
LATERALS TO (N) SEWERLINE
16
REPLACE (E) SURVEY MONUMENTS
EA
3
$1,732.00
$5,196.00
17
COMPLY WITH OSHA
ROCK EXCAVATION
REPLACE TRAFFIC STRIPING
LS
1
$10,447.00
$10,447.00
$23350.00
$7,160.00
18
CY
50
$47.00
19
LS
1
$7,160.00
BID TOTAL: $ $903,097.00
Payments are to be made to the Contractor in compliance 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, Special Provisions, and any Addenda.
3. Accepted Bid.
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 of said Contractor, then this instrument shall control
and nothing herein shall be considered as an acceptance of the said terms of said bid conflicting herewith.
IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands this year and date
first above written.
2 of 3
Al TST: CITY OF SAN LUIS OBISPO
T
1 By:
A Ja H Il Marx, Mayo
APPROVED AS TO FORM: CONTRACTOR:
D -KAL Engineering, Inc.
By-
J. Ch t' e Dietrick David Loughran
City tt rney Its: President
Rev. 12 -28 -09
3 of 3
11
Council I. _ Report
a„ a
� 4
Meeting Date: 9/15/2015
FROM: Daryl R. Grigsby, Director of Public Works
Prepared By: Dan Van Beveren, Senior Civil Engineer
SUBJECT: SEWERLINE REPLACEMENT — MARSH /HIGUERA/CALIFORNIA
SPECIFICATION NO. 91 186, PROJECT AWARD
RECOMMENDATION
1. Award a contract to D -KAL Engineering, Inc. in the amount of $903,097 for the construction
of the Sewerline Replacement — Marsh/Higuera/Califomia project, Specification No. 91186.
2. Approve the transfer of $39,397 from the Sewer Fund's Completed Projects Account into the
project's Construction Account.
DISCUSSION
The Sewerline Replacement Marsh/Higuera/Califomia project consists of the replacement of
sewerlines located on portions of California Boulevard, Higuera Street, Marsh Street, and Grove
Street (see Attachment A). The scope of the project also includes the redirecting of sewer flow
away from two existing railroad crossings, thus, eliminating these crossing from the City's
wastewater collection system.
Background
In July 2015, staff completed the design for the Sewerline Replacement
Marsh/Higuera/Califomia project. On July 21, 2015, the City Council authorized inviting bids
for the project. Bids were opened on August 25, 2015, and D -KAL Engineering was the lowest
bidder with a proposal of $903,097. D -KAL Engineering's bid was higher than the Engineer's
Estimate of $870,000 (See Bid Summary, Attachment B). Since the bid was higher than the
Engineer's Estimate, Council approval of the award of the construction contract is needed. There
are no special award circumstances.
Coordination with Other Construction Activity
In June 2015, construction began on the California Boulevard and Johnson Avenue 16 -inch
Waterline Replacement project, with a scheduled completion of December 2015. Both the
waterline replacement project and the sewerline replacement projects include construction on
California Boulevard between Monterey and Marsh Street. The strategy of bidding the sewerline
replacement project prior to the completion of the waterline project was intended to provide
flexibility in coordinating work on these two blocks of California Boulevard.
Packet Pg.144
D -KAL Engineering is the contractor for the waterline replacement project, and is also the
lowest bidder on this sewerline replacement project. D -KAL Engineering's construction
schedule for the waterline project identifies construction work to be performed on these two
blocks of California Boulevard in early October. By awarding this sewerline replacement
project's construction contract at this time will allow the contractor to perform the sewerline
replacement and the waterline replacement work on these two blocks of California
simultaneously. Therefore, the overall duration of work on these two blocks will be less than if
the sewerline construction work started after the completion of the waterline project. The timing
associated with awarding the contract now is intended to minimize the public inconvenience
associated with construction.
FISCAL IMPACT
The current project construction budget of $960,000, funded by the Wastewater Collection
System Improvements Master Account, is included in the recently- approved 2015 -16 Capital
Improvement Plan. With a project bid amount of $903,097, a revised construction budget of
$999,397 is needed. The recommended action will transfer $39,397 from the Sewer Fund
Completed Projects account, as shown in the following table:
* Current Amount Available in Sewer Fund Completed Projects Account is S 102,735.
ALTERNATIVES
Reject all bids and direct staff to re- advertise the project. The alternative to awarding the
contract would be to reject all bids and to re- advertise. There are no indications that the
construction costs would be any lower. This option is not recommended.
Attachments:
a - Site Map
b - Bid Results
c - Original Council Agenda Report Authorizing Advertisement
d - Agreement
L
Packet Pg.14S
Funding by Source
Construction Contract:
Contingencies:
$903,097
$90,300
Current Project Construction Budget $960,000
* Transfer from Completed Projects Account
$39,397
Total for Construction
$993,397
Total
$999,397
Materials Testing
$5,000
Printing and other mist. costs:
$1.000
Total for Other Costs
$6,000'
Total Construction Budget
$999.397
* Current Amount Available in Sewer Fund Completed Projects Account is S 102,735.
ALTERNATIVES
Reject all bids and direct staff to re- advertise the project. The alternative to awarding the
contract would be to reject all bids and to re- advertise. There are no indications that the
construction costs would be any lower. This option is not recommended.
Attachments:
a - Site Map
b - Bid Results
c - Original Council Agenda Report Authorizing Advertisement
d - Agreement
L
Packet Pg.14S