Loading...
HomeMy WebLinkAbout08-16-2016 Item 09 Meadow Park Lighting Replacement Meeting Date: 8/16/2016 FROM: Daryl Grigsby, Director of Public Works Prepared By: Michael J. McGuire, Senior Civil Engineer SUBJECT: MEADOW PARK LIGHTING REPLACEMENT RECOMMENDATION 1. Award a contract to Electricraft, Inc. in the amount of $81,726 for the “Meadow Park Lighting Replacement, Specification No. 91323”; and 2. Approve the transfer of $22,500 from the CIP Completed Projects Account to the project construction account. DISCUSSION On July 14, 2016, bids were opened for the Meadow Park Lighting Replacement project. Of the five bids received, only one bid was under the Engineer’s Estimate of $53,000 (Table 1). The bid from Inter-Pacific, Inc. of Tustin, California at $46,500, was the apparent low bid. Table 1 Engineer’s Estimate Inter-Pacific Inc. Electricraft Inc. Newton Construction Rossi & Carr Electrical Inc. Lee Wilson Electric Co. $53,000 $46,500 $73,968 $81,000 $86,400 $101,400 However, Inter-Pacific failed to accompany their bid package with a required bidder’s bond or check equal to ten percent of the bid amount as a guaranty. This lack of guaranty renders their bid as non-responsive and staff cannot recommend award to Inter-Pacific. The next apparent low bid was from Electricraft, Inc. of San Luis Obispo in the amount of $73,968. While this is more than $20,000 over the Engineer’s Estimate, staff recommends approval to award a contract for this amount. Staff believes that there are several reasons for the difference between the lowest responsive bid and the Engineer’s Estimate. In the time since this CIP project was funded in the 2013-15 Financial Plan, the economy has improved and building construction has markedly increased. In addition, based on staff’s experience with project bidding, it appears that Inter-Pacific either thought they could build the project for their bid price, or missed some information in the plans, or may have been attempting to buy the project. There is no way to tell, but this type of spread between the low bid and next bid grouping is a 9 Packet Pg. 222 telltale sign that there is something peculiar with the low bid. A good economic improvement indicator is the dramatic increase in building permit applications. There is a lot of work available in both the private and public sectors. Since the City has to compete for the same contractors as the private sector and other agencies, staff believes the bid competition is supporting higher prices. However, this does not hold true for all projects, such as paving, because the drop in asphalt commodity prices has blunted the increase in labor and equipment costs, and there are not that many large paving projects in the County. However, staff has seen a significant increase in curb ramp project costs since concrete work (foundations, sidewalks, and driveways) is currently in demand. Staff expects these types of increases to continue to occur and will be value engineering projects in order to meet current budgets. ENVIRONMENTAL The Community Development Department has determined that this project is categorically exempt from CEQA pursuant to Sections 15301 (maintenance of existing facilities) and 15302 (replacement or reconstruction) of the CEQA Guidelines. CONCURRENCES This project has the concurrence of the Parks & Recreation Department. FISCAL IMPACT The 2013-15 Financial Plan, Appendix B, pages 3-387 to 3-389, identifies a construction budget for this project of $60,000. Currently, there is $59,226 available to fund this project. Overall Project Fiscal Summary Fiscal Impact Summary Cost Total Project Budget 60,000$ Design Services 750$ Printing 24$ Available 59,226$ Construction 73,968$ Contingency 7,635$ Total for Construction 81,603$ Advertising 123$ Total Ancillary Items 123$ Total Construction Related Project Costs:81,726$ Additional Funding Needed:22,500$ 9 Packet Pg. 223 Along with the increase to fully fund the construction contract amount, additional funds are necessary to maintain a 10% construction contingency amount for unforeseen conditions. ALTERNATIVES Deny approval to award. The City Council could choose to deny or defer the approval to award this project. Staff does not recommend this option. Should this be denied or deferred, the much- needed lighting and pole replacements will not occur. Construction, material and labor costs will continue to rise and additional funds will be required. Attachments: a - Bid Summary b - Copy of Original CMR c - Agreement 9 Packet Pg. 224 Item #Item Description Quantity Unit of Measure Unit Price Item Total 1 PATHWAY FIXTURE REPLACEMENT, 3 EA $0.00 $0.00 2 PATHWAY FIXTURE REPLACEMENT, 4 EA $0.00 $0.00 3 PATHWAY FIXTURE REPLACEMENT, 1 EA $0.00 $0.00 4 VOLLEYBALL COURTS POLE REPLACEMENT, 2 EA $0.00 $0.00 5 BASKETBALL COURT POLE REPLACEMENT, 2 EA $0.00 $0.00 6 HORSESHOE PIT POLE REPLACEMENT, 1 EA $0.00 $0.00 Bid $0.00 Item #Item Description Quantity Unit of Measure Unit Price Item Total 7 WIRING 1 LS $0.00 $0.00 Bid $0.00 $0.00 MEADOW PARK LIGHTING REPLACEMENT Specification No. 91323 Bid Opening:07/14/16 * marks an allowance Engineer's Estimate Total Bid Amount Bid Alternate A 9.a Packet Pg. 225 At t a c h m e n t : a - B i d S u m m a r y ( 1 4 2 5 : M e a d o w P a r k L i g h t i n g ) Unit Price Item Total Unit Price Item Total Unit Price Item Total Unit Price Item Total $6,066.00 $18,198.00 $6,300.00 $18,900.00 $3,000.00 $9,000.00 $6,646.00 $19,938.00 $5,727.00 $22,908.00 $6,300.00 $25,200.00 $4,000.00 $16,000.00 $6,646.00 $26,584.00 $7,988.00 $7,988.00 $6,300.00 $6,300.00 $4,000.00 $4,000.00 $6,647.00 $6,647.00 $4,500.00 $9,000.00 $6,150.00 $12,300.00 $3,500.00 $7,000.00 $6,646.00 $13,292.00 $4,775.00 $9,550.00 $6,150.00 $12,300.00 $3,500.00 $7,000.00 $6,646.00 $13,292.00 $6,324.00 $6,324.00 $6,000.00 $6,000.00 $3,500.00 $3,500.00 $6,647.00 $6,647.00 $73,968.00 $81,000.00 $46,500.00 $86,400.00 Unit Price Item Total Unit Price Item Total Unit Price Item Total Unit Price Item Total $8,188.00 $8,188.00 $4,000.00 $4,000.00 $40,000.00 $40,000.00 $7,200.00 $7,200.00 $8,188.00 $4,000.00 $40,000.00 $7,200.00 $82,156.00 $85,000.00 $86,500.00 $93,600.00 Electricraft, Inc.Newton Construction & Inter-Pacific, Inc.Rossi & Carr Electrical, 9.a Packet Pg. 226 At t a c h m e n t : a - B i d S u m m a r y ( 1 4 2 5 : M e a d o w P a r k L i g h t i n g ) Unit Price Item Total $8,200.00 $24,600.00 $8,200.00 $32,800.00 $8,500.00 $8,500.00 $7,100.00 $14,200.00 $7,100.00 $14,200.00 $7,100.00 $7,100.00 $101,400.00 Unit Price Item Total $19,900.00 $19,900.00 $19,900.00 $121,300.00 Lee Wilson Electric 9.a Packet Pg. 227 At t a c h m e n t : a - B i d S u m m a r y ( 1 4 2 5 : M e a d o w P a r k L i g h t i n g ) City of San Luis Obispo, City Manager Report Final City Manager Approval Approver Name Date Approved City Administration Shelly for 6/13/16 Reviewer Routing List Reviewer Name Date Reviewed City Engineer Barbara Lynch 6/9/16 City Attorney JMA 6/10 Finance & Information Technology DJJ 06/09/16 June 9, 2016 FROM: Daryl Grigsby, Director of Public Works Drg 6/9/16 PREPARED BY: Michael J. McGuire, Senior Civil Engineer SUBJECT: MEADOW PARK LIGHTING REPLACEMENT, SPECIFICATION NO. 91323 RECOMMENDATION 1. Approve plans and specifications for "Meadow Park Lighting Replacement, Specification No. 91323”; and 2. Authorize staff to advertise for bids and authorize the City Manager to award the contract if the lowest responsible bidder is within the Engineer’s Estimate of $53,000. DISCUSSION The Meadow Park pathway lighting is in need of replacement as the existing light standards have significantly deteriorated from moisture and rusting. Of the eight light standards along the pedestrian path through Meadow Park, three poles have collapsed and the lights are not in service. The remaining five are all indicating severe corrosion at the pole bases. As a result, the pathway has spotty lighting coverage for users during the evening hours. In addition, the basketball and volleyball courts, and horseshoe pit lighting fixtures are supported on decorative wood poles. All of these poles are showing damage from dry-rot and termite infestation and need to be replaced. This project will remove the existing pathway light standards and replace them with new energy efficient LED fixtures, provide more light coverage and reduce ongoing maintenance. The sports lighting wood poles will be replaced with new metal poles that will have a longer service life. All of the lighting poles will be surrounded by a small concrete apron that will prevent water ponding at the post bases and facilitate mowing operations by Parks Maintenance staff. Lastly, all of the existing electrical pull boxes, wiring and grounding rods will be replaced at each light fixture. CONCURRENCES This project has the concurrence of the Parks and Recreation Department. 9.b Packet Pg. 228 At t a c h m e n t : b - C o p y o f O r i g i n a l C M R ( 1 4 2 5 : M e a d o w P a r k L i g h t i n g ) Meadow Park Lighting Replacement (91323) Page 2 FISCAL IMPACT The 2013-15 Financial Plan, Appendix B, pages 3-387 to 3-389, identifies a construction budget for this project of $60,000. Currently, there is $59,250 available to fully fund this project. Overall Project Fiscal Summary Fiscal Impact Summary Cost Total Project Budget 60,000$ Foundation Design Services (750)$ Available 59,250$ Construction 53,000$ Contingency 6,000$ Total for Construction 59,000$ Printing & Advertising 250$ Total Ancillary Items 250$ Total Construction Related Project Costs:59,250$ Project Balance -$ ALTERNATIVE Deny approval to award. The City Manager could choose to deny or defer the approval to advertise this project. Staff does not recommend this option. Should this be denied or deferred, the replacement of the path lights and sports courts poles will not occur. While most parks are closed after dark, Meadow Park has activities that require this lighting for evening uses. The failure of the existing lighting in the park will hinder or prevent these events from happening, potentially impacting revenues for the Parks and Recreation Department. Construction, material and labor costs will continue to rise and additional funds will be required. ATTACHMENT Plans and Special Provisions T:\City Manager Reports\Public Works\2016\CIP\91323 Meadow Park Lighting\CMR Advertise Meadow Park Lighting.docx 9.b Packet Pg. 229 At t a c h m e n t : b - C o p y o f O r i g i n a l C M R ( 1 4 2 5 : M e a d o w P a r k L i g h t i n g ) CITY OF SAN LUIS OBISPO CALIFORNIA AGREEMENT THIS AGREEMENT, made on this day of , 2016, 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 ELECTRICRAFT, 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 MEADOW PARK LIGHTING REPLACEMENT Specification No. 91323 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. SS(1) Description Measure Quantity (in figures) (in figures) 1 86 Pathway Fixture Replacement, Locations 1-4-9 EA 3 $6,066.00 $18,198.00 2 86 Pathway Fixture Replacement, Locations 2-3-5-13 EA 4 $5,727.00 $22,908.00 3 86 Pathway Fixture Replacement, Location 12 EA 1 $7,988.00 $7,988.00 4 86 Volleyball Courts Pole Replacement, Locations 7-8 EA 2 $4,500.00 $9,000.00 5 86 Basketball Court Pole Replacement, Locations 6-10 EA 2 $4,775.00 $9,550.00 6 86 Horseshoe Pit Pole Replacement, Location 11 EA 1 $6,324.00 $6,324.00 BID TOTAL: $73,968.00 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. 9.c Packet Pg. 230 At t a c h m e n t : c - A g r e e m e n t ( 1 4 2 5 : M e a d o w P a r k L i g h t i n g ) 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. Plans. 4. Caltrans Standard Specifications and Standard Plans 2010. 5. Accepted Bid. 6. List of Subcontractors. 7. Public Contract Code Section 10285.1 Statement. 8. Public Contract Code Section 10162 Questionnaire. 9. Public Contract Code Section 10232 Statement. 10. Labor Code Section 1725.5 Statements. 11. Bidder Acknowledgements. 12. Qualifications. 13. Attach Bidders Bond to Accompany Bid. 14. Non-collusion Declaration. 15. Agreement and Bonds. 16. Insurance Requirements and Forms. ARTICLE IV INDEMNIFICATION: Hold Harmless and Indemnification. The Contractor agrees to defend, indemnify, protect and hold the City and its agents, officers and employees harmless from and against any and all claims asserted or liability established for damages or injuries to any person or property, including injury to the Contractor's employees, agents or officers that arise from or are connected with or are caused or claimed to be caused by the acts or omissions of the Contractor, and its agents, officers or employees, in performing the work or services herein, and all expenses of investigating and defending against same; provided, however, that the Contractor's duty to indemnify and hold harmless shall not include any claims or liability arising from the established sole negligence or willful misconduct of the City, its agents, officers or employees. In the event of conflict with any other indemnification or hold harmless provisions of this Agreement, the provision that provides the most protection to the City shall apply. ARTICLE V. 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. ATTEST: CITY OF SAN LUIS OBISPO A Municipal Corporation __________________________ By:_________________________ City Clerk Mayor APPROVED AS TO FORM: CONTRACTOR: Electricraft, Inc. By: __________________________ J. Christine Dietrick Jon W. Treder City Attorney Its: President 9.c Packet Pg. 231 At t a c h m e n t : c - A g r e e m e n t ( 1 4 2 5 : M e a d o w P a r k L i g h t i n g ) 9.c Packet Pg. 232 At t a c h m e n t : c - A g r e e m e n t ( 1 4 2 5 : M e a d o w P a r k L i g h t i n g ) Page intentionally left blank.