Loading...
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