HomeMy WebLinkAbout07/25/1995, 5 - MARSH STREET RECONSTRUCTION AND STORM DRAIN IMPROVEMENT PROJECT: NIPOMO TO SANTA ROSA, SPECIFICATION NO. 95-32. ����III��VYIIIII`I�I�IIIII,I "J MEETING DATE:
Cl o san lugs osispo July 25, 1995
COUNCIL AGENDA REPORT ITEM NUMBER: a
G; oune�L.
FROM: Michael D. McCluskey, Public Works Director CAO PW DIR
/qCft
Prepared by: Barbara Lynch, Civil Engineer si�Y tI�RUGE
rLER)< FIL-E
SUBJECT: Marsh Street Reconstruction and Storm Drain Improvement Project: Nipomo to Santa Rosa,
Specification No. 95-32. RECEIVED
CAO RECOMMENDATION: JUL 1 5 IyY:)
By motion, cm COUNCIL
CON �� � noicon. rq
1) Approve plans and specifications for "Marsh Street Reconstruction and Storm Drain Improvement
Project: Nipomo to Santa Rosa, Specification No. 95-32
2) Authorize night work as required during construction;
3) Authorize staff to advertise for bids; and
4) Authorize the CAO to award the contract if the lowest responsible bid is within the engineer's
estimate,
5) Authorize $10,000 for BIA promotional advertising; and
6) Authorize staff to negotiate a contract with Willdan Associates for construction inspection.
DISCUSSION:
On July 19th, the Council discussed the Marsh Street project and directed staff to come back with some
additional information on costs. A revised set of plans has also been made available for Council review.
The construction time available for this project is very limited. Work will be underway concurrently along
the entire project length of Marsh St. between Nipomo and Santa Rosa Streets and between Pacific and
Higuera on Osos. When the pipeline and sidewalk work is completed then the paving will occur. This
is a departure from the City requirement to have no more than one block in the downtown under
construction at one time, and is required in order to achieve completion by Thanksgiving.
The contractor has the option under City ordinance to work between the hours of 7:00 A.M. and 7:00 P.M.
For a project of this magnitude and time constraint, the contractor will most likely opt to make use of all
the hours available. At Council's request, staff has reviewed the possibility and costs of iequiiing night
work (i.e., beyond 7:00 PM). Pipeline work and portions of the sidewalk work could occur at night.
There is some noise associated with these activities as the need for generators and heavy equipment still
exists. Paving work is less feasible for night work as the grinding of the old pavement is very noisy and
the laying of the asphalt is temperature sensitive and very difficult to inspect at night. Work such as
jackhammering should be expected to be completed before 7:00 PM due to the noise. If the Council
should decide to prohibit pipeline and portions of the sidewalk work from occurring during business hours,
the increase in costs could range up to $30,000. This estimate includes additional costs for night concrete
deliveries, inspection services, lighting, and loss of efficiency.
If the contractor is required to do certain work only after business hours (assume 5:00 PM), there will be
some benefit to business by reducing disruption, but work such as jackhammering of sidewalks and needed
curing times for concrete will still affect businesses during the day especially those businesses at the
comers where the new ramps are to be built. While work at night (7:00 PM-7:00 AM) is certainly less
disruptive to businesses, it is more disruptive to residents in and nearby the construction zone.
Specifications can be written to prohibit extremely noisy elements (e.g.jackhammers) during those hours,
���� ►�►►�IIIIIII�I� ��Ulll city of San LUIS OBISPO
COUNCIL AGENDA REPORT
however construction activities themselves are inherently noisy and as such more disruptive at night when
the City is mostly quiet.
There are various possible combinations of working hours and shift requirements. The City does not
generally specify how a contractor must utilize their labor as this reduces the contractor's ability to be
flexible and use their crews to the best advantage. Should the Council choose standard working hours
(7:00 AM to 7:00 PM), staff is recommending that Council authorize night work should the contractor
request it and it be deemed necessary for the timely completion of the work on those items identified
above as least disruptive. This will allow Public Works to authorize the night work immediately upon
request from the contractor. Extended hours will make inspection services more costly and are not
included in the engineer's estimate for the base project. Should Council choose to in night shift
work (paving/concrete 7:00 AM to 7:00 PM and storm/water 7:00 PM to 7:00 AM), staff is recommending
the contractor be given flexibility to finish relevant items during daylight hours and that certain noisy
operations be prohibited during the night hours.
Staff is also requesting authorization to negotiate a contract for inspection services which is discussed in
the attached staff report from the July 19th meeting.
CONCURRENCES:
The Community Development Department has given this project an environmental clearance.
FISCAL EMIPACT:
The preliminary Engineer's Estimate for construction is $ 773,000 plus up to $ 35,000 for bonus and BIA
promotional advertising. The estimated cost for inspection services is $ 55,000.
ENGINEER'S ESTIMATE FOR BASE PROJECT:
Project Component/ Funding Sources: Budget Engineer's Estimate Contingencies Total
Water System Construction $ 120,000 $ 95,000 $10,000 $ 105,000
Fire Lateral Installation $ 80,000 IS 51,000 $ 5,000 $ 56,000
Inspection $ 0 $ 10,000 $ 1,000 $ 11,000
Sidewalk Ramps/ CDBG Funds $ 150,000 $ 32,000 $3,000 $ 35,000
Inspection $ 0 $ 2,000 $ 0 $ 2,000
Paving, Bulbouts, Crosswalks $ 560,000 $ 595,000 $59,000 $ 654,000
Inspection $ 0 $ 43,000 $ 4,000 $ 47,000
BIA Advertising Funds $ 0 $ 10,000 $ 0 $ 10,000
Bonus $ 0 $ 25,000 $ 0 $ 25,000
Total Project: $ 910,000 $ 945,000
Required night work $ 0 $ 23,000 $ 3,000 $ 25,000
Total Project with night work: $ 910,000 $ 970,000
MEETING DATE:
c111�1�;�,IVIINIII�� ���J111 city of San WIS OBISp0 July 19, 1995
COUNCIL AGENDA REPORT ITEM NUMBER:
FROM: Michael D. McCluskey, Public Works Director 40\
Prepared by: Barbara Lynch, Civil Engineer*
SUBJECT: Marsh Street Reconstruction and Storm Drain Improvement Project: Nipomo to Santa Rosa,
Specification No. 95-32.
CAO RECOMMENDATION:
By motion,
1) Approve specifications for "Marsh Street Reconstruction and Storm Drain Improvement Project:
Nipomo to Santa Rosa, Specification No. 95-32
2) Authorize staff to advertise for bids; and
3) Authorize the CAO to award the contract if the lowest responsible bid is within the engineer's
estimate.
DISCUSSION:
The Marsh Street Reconstruction Project was approved as a 1994/95 Mid-year Budget Request. The
project was viewed as necessary to improve the road surface and provide for a smoother ride. The project
includes the installation of some needed storm drain facilities and waterline improvements, preventing
future traffic disruptions and unsightly pavement cuts and trench repairs. Additionally, bulbouts and
textured crosswalks identified on the Conceptual Downtown Plan will be built.
The project was originally to be completed by staff. However, the project was delayed due to staffs work
on emergency storm projects and the consulting firm of Willdan Associates was hired to complete the
project design. Using consultant services allows the project to be designed, bid and constructed prior to
Thanksgiving rather than next spring. Because of the Thanksgiving time constraint and the overall size
of the project, the contractor will need at least two crews working simultaneously. The rush nature of the
construction to meet this schedule will require the presence of two inspectors full time. Staff will be
working concurrently on the Elks Lane bridge construction which requires one full time staff inspector
as a condition of the Federal funding. The City's other inspector will be responsible to watch the
remaining construction projects City wide with some assistance from office staff. For this reason it will
be necessary to contract for inspection. Staff feels the consultants doing the design would be the most
appropriate people to provide inspection services. They would be most familiar with the plans and have
a direct line of communication with the designers. This would minimize delays and allow the construction
to proceed in a timely manner.
CONCURRENCES:
The Community Development Department is reviewing this project for environmental clearance.
FISCAL IMPACT:
The preliminary Engineer's Estimate for construction is $ 746,000. The estimated cost for inspection
services is $ 55,000. The consultant expects to have a more detailed estimate and more refined set of
plans and specifications available just prior to the Council meeting.
T
����H�►tiHI�IIIII�IIJI° ��IUN city of San tins osispo
COUNCIL AGENDA REPORT
Any additional amounts needed for construction will come from the Street Reconstruction and Resurfacing
project budget.
Options:
As described above, two options for the construction projects have been identified: (1) the base project
(7:00 AM-7:00 PM); and (2) the modified base project (7:00 AM-7:00 PM and 7:00 PM-7:00 AM). The
cost estimates for each are as follows:
Base Project Estimate: $ 970,000
Modified Project Estimate: $1,000,000
Schedule:
Approval to Advertise 7/25
Advertise 7/29
Open Bids 8/22
CAO Award 8/29 Council award would delay the project by one more week
Bonds / Insurance Due &
1st day of construction 9/12 No days available for rain
Last day of construction 11/21
Attachments:
July 19th Council Agenda Report
City Of san Luis OBISPO
COUNCIL AGENDA REPORT
The original budget request (Mid-year Budget Review for fiscal year 1994295,pages D-15 through D-18),
identified the installation of the bulbouts as part of the implementation of the Downtown Conceptual Plan.
The installation of textured crosswalks, also identified in the plan, was postponed until such time as utility
projects could be completed. The Utilities Department has now budgeted for the completion of their
projects in this area which allows us to proceed with the textured walks. This is expected to add some
cost to the project. However, by doing this work now, there will be no need to cut into the street at a
future date as suggested in the budget proposal.
Project Component/ Funding Sources: Budget Engineer's Estimate Contingencies Total
Water System Construction $ 120,000 $ 95,000 $10,000 $ 105,000
Fire Lateral Installation $ 80,000 $ 51,000 $ 5,000 $ 56,000
Inspection $ 0 $ 10,000 $ 1,000 $ 11,000
Sidewalk Ramps/ CDBG Funds $ 150,000 $ 20,000 $2,000 $ 22,000
Inspection $ 0 $ 2,000 $ 0 $ 2,000
Paving, Bulbouts, Crosswalks $ 560,000 $ 580,000 $58,000 $ 638,000
Inspection $ 0 $ 43,000 $ 4,000 $ 47.000
Total Project: $ 910,000 $ 881,000
Although the estimated total construction cost is $ 19,000 less than the total amount budgeted, money
available in the water and CDBG funds cannot be used for additional general fund expenses, which
amount to an estimated $ 125,000. These general fund expenses include the additional textured walks at
$ 62,000, additional inspection at $ 47,000, and additional general construction at $ 16,000. Additional
amounts needed for these purposes will come from the Street Reconstruction and Resurfacing project
budget.
The consultant has proposed a substantially modified ramp which will meet ADA requirements. This will
reduce the cost associated with ramp construction and therefore the amount of CDBG funds which can
be used on the project. Staff will return to Council to have the unused portion reallocated after completion
of the project.
ATTACHMENT:
Specifications will be available in the Council office for review on July 12.
saMrp119532adv