HomeMy WebLinkAbout04/07/1998, C-5 - WATERMAIN IMPROVEMENT PROJECT: 1996-97 VARIOUS LOCATIONS, SPECIFICATION NO. 98-93. council pnl7, 1998
11
j acEnaa Report '=HSG -�
CITY OF SAN LUIS OBISPO
FROM: Michael D. McCluskey, Director of Public Wor
Prepared By: Barbara Lynch, Civil Engine
SUBJECT: WATERMAIN IMPROVEMENT PROJECT: 1996-97 VARIOUS
LOCATIONS, SPECIFICATION NO. 98-93.
CAO RECOMY[ENDATION
Approve the award to and execute a contract with Whitaker Construction in the amount of
$474,953 for the Watermain Improvement Project: Various Locations
DISCUSSION
On February 17' the City Council authorized staff to advertise for bids for Watermain
Improvement Project: Various Locations. Bids were opened on March 17'. The bids were over
the Engineer's Estimate. The bids were within the budgets available to support these projects.
CONCURRENCES
The Utilities Department has reviewed the bids and requested award.
FISCAL IMPACT
The waterline improvement project is identified in the 1995-97 Financial Plan,Appendix B, Page
45.
Fund Water Street Reconstruction Sewer
Engineer's Estimate: 360,000 32,000 13,000
Contingencies: 36,000 3,000 2,000
Total Estimate: 396,000 35,000 15,000
Bids: 427,797 29,901 17,255
Contingencies: 42,203 3,099 1,745
Total Project Budget: 470,000 33,000 19,000
Available Budget: 1,500,000* 1,088,000 452,000
* Approximately $500,000 is from the 1995-97 fiscal year budget. This project will complete that years
program.
ALTERNATIVES
Staff can re-bid the project; however, a decrease in the bid prices is not expected. This project
has already been delayed as staff completed some emergency work at the Water Reclamation
Facility. The Utilities Department would like to move forward with it.
ATTACHMENTS
Bid Summary
Contract \WSs_�\n\gmN\Pwo&%c&+pmjew%w=U99697m \9893m dx
N
L
O
a
O O O O O O O O O O O O O O O O O O OO O O O O O O O O O j j
O O O O O O O O O J J O O O O J O J O O O O O
0 5 T
O O O O O O O O O O O O O O = O O O O O_ O O O O O O O O O
'.1, N N V J V1 N J N J J h V1 Vl Vl J w
< VGo n H H H w
w H w w w H H w if H 6y
O C
O O O O O O O O O O O O O O J O O J O J O O J J J J J J J J > >
O O O O J J O O O O O O O O O O O O O O O O O O O O J O O O O O O
P O TI
O OO O O O O O O O O O J J J J J O VlJ JJ J J h O J hvi vi n T
L
L O O O O O O O O O O O -10 O O O O O O O O O O
O O O O O O O O O O O J J O O O O O O O O O O O O O O O O
. O O h H O O N O 3n V O O h h h h O J O J O O O O N J J
y N O w+ � I_ O V N ? S h O Q V r, n it V % 1'f O N x V V V O V .7.
P V h n N N Q N
< U H
m
O a
O O O J O O O O O O O O O O O J O J J O J O O O O O O O O O O O O
G J O O O O ? O O O O J O O O O O J J O O J O O O ? O O O O O J
O N
� m OO O O V1 V1 O O N O N V O O h h N N h J O O O O O O N O O N O O h
O O O O O O O O O O O J O O O O O O J O O O O O O O O O O O O
O O O V IC h O O r h J N O O h vi O O O O O O O O = O O O O O O O N O O T
•• p� O n. � V Q x n Q P T O N ^� x N Y r Y O J O Vl O O Q h ? ? rw.
< �
u c < U
m^ O O O O O O O O O O O O O O J J J J O J J O J O O O J J O O O
O O O O O ? O O O O O ? O � O O O O O O O O O O O O O ? O O j
s
J -
O
J =
N .�, N V1 Y TJ % N .'.l .'l. H N n N N N .') ZL
w w H H w nw N H
W O J 9 C w J J J > > > O R O J J J J > > O J J O J J J O J
•OO Wx�' .i1 W < 1 �c-. _ oOQ 0xO 0Ox noO aOn oOn dOQ OT On O� O- OV OO Oh O � JO �JO JO� JO P r .Or.. J.O^.
o 000000 0 0
O
zZ
z O 1 O O 1r n J O O
;> T T JH
z
0 � N
` u O
7
V] i
U �r z 'J. 'l. 'J. 'J, J V. l V., V.
- , - e - - - -
) r. �`-� r 1 �J (., \=1 J r'-� U (J, " -.. N „ ` 1 F J J = _
= _ = s = - - = _ _ - _ - s
•
} J
O � N r T Y. V h % (1 J N ;^ Q h V h % — N n
_ _ _ _ _ _ _ N N N N N N N N N tV r r, r, r.
U a m = z
C-.13wz
N
L
O
N
d
70
0.
O O O J O O O O O O O O J O O O J O J O O
O J J J J J O J J O J J J J R
< w H H H H H wN -w H H w V N 6N9 w V
O
O J JO J J J O O J O O O O J O O
J J J O J J J O ? J O J O J O O
O O O O O J O J n O oG j J Li � O O
G = -
.r
J J O JJ O O J O O O J J O J O O O O O
J O O J O O O O .1.. O O O J O J J J
w H
U H
O c
� r L
L J ? O J J O O � •� O n � � J J 0 0
V
� Z -
� L
J J J O O O
J J O J O O O O O O J O O O J O J J O O O O
O O N N h Q N Q rf J O O X Q V hn P J n N
N P h O� N O.
h Q
..7 w cif w H QH QH H w Qw
< U
O
J J J O J J J O O J O O J O O J O
J J O O J ? R O ? O O O J O O J O
n J n Ot J h M J J O J O O n
V N -
Z .�
i � L
J O J O O J O O O O O O O J O J O O J J O O
J O O O O O O O O O O O O O J O O O R O O O
J O O O O O O h 0 O
O O O J O n O n P O J J O O O O O O n Q O O
O J J N N - % r h O Q S P
Q - n O N n O N N n
N w !
rf % n J w Q w w w X n H
� w w in is w w w wN w w n of o � nw � oQ
U
l OO J O J J J O J O O O O O O J
H L J J J O O O � O O O O O O O O � O
• L1 � O O O O J Q n n n J x J T n J J O
• U
- - -
H Z h v n r n r
O �
C
of
_ Z Z
U Z Z _
o 0 0
74 U
U r �
n V r x O
4 V 4 T T Q Q n
Z
C-6'-3
council Tell
A agenda Report
C I T Y OF SAN LUI S OBI SPO
FROM: Michael D. McCluskey, Director of Public Wo
Prepared By: Barbara Lynch, Civil Enginee;J
SUBJECT: WATERMAIN IMPROVEMENT PROJECT: 1996-97 VARIOUS LOCATIONS,
SPECIFICATION NO.98-93
CAO RECOMMENDATION
1. Approve plans and specifications for "Watermain Improvement Project: 1996-97 Various Locations,
SpecificationNo. 98-93."
2. Authorize staff to advertise for bids and authorize the CAO to award the contract if the lowest
responsible bid is within the budget.
DISCUSSION
This project is part of the ongoing program to replace waterlines to ensure reliable service and minimize
maintenance and repairs. The projects are prioritized based on maintenance history combined with other
factors such as other work occurring in the area.
This project includes the replacement of a sewer main and reconstruction of a private street at the end of
Foothill Blvd. The property owners have entered an agreement with the City to pay for their share of the
reconstruction. The City will also be reconstructing one other public street, in poor condition, concurrent
with this project.
CONCURRENCES
Community Development Department has given this prof ect a categorical exemption.
FISCAL IMPACT
The waterline improvement project is identified in the 1995-97 Financial Plan,Appendix B, Page 45.
Fund Water Street Reconstruction Sewer
Engineer's Estimate: 360,000 32,000 13,000
Contingencies: 36,000 3,000 2,000
Total: 396,000 35,000 15,000
Available Budget: 1,500,000 1,088,000 452,000
\953rrarrosys\gaups.;%vorls�engr\proj=\sva:m\199697maini939i adv.do<
CITY OF SAN LUIS OBISPO
CALIFORNIA
AGREEMENT
THIS AGREEMENT,made on this day of 19�by and between the City of San Luis Obispo,
San Luis Obispo County,California,hereinafter called the Owner,and Whitaker Contractors Inc hereinafter called
the Contractor.
WITNESSETH:
That the Owner and the Contractorfor 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
Watermain ImyrovementPro iect•Various Locations Specification No.98-93
in strict accordance 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:
tem Item Unit of Estimated Item Price Total
No. Measure Quantity (in figures) (in figures)
1. Lines & Grades LS 1 23900.00 $23,900.00
2. Traffic Control/ Permit LS 1 39000.00 $39,000.00
3. Comply with OSHA LS 1 5300.00 $5,300.00
4. Private St @ Foothill LS 1 3160.00 $3,160.00
5. Higuera @ Marsh LS 1 3650.00 $3,650.00
6. Higuera @ Bianchi LS 1 3475.00 $3,475.00
7. Higuera @ Pacific LS 1 16800.00 $16,800.00
B. Higuera @ High LS 1 4300.00 $4,300.00
9. Montalban @ Santa Rosa LS 1 5450.00 $5,450.00
10. Mt View @ Chorro LS 1 6575.00 $6,575.00
11. San Luis @ Andrews LS 1 3900.00 $3,900.00
12. San Luis @ Corralitos LS 1 4425.00 $4,425.00
13. Walker @ High LS 1 4000.00 $4,000.00
14. Walker @ Pismo LS 1 3100.00 $3,100.00
15. Manifold EA 13 1375.00 $17,875.00
16. Type 1 EA 11 1050.00 $11,550.00
17. Type 2 EA 5 1960.00 $9,800.00
18. Replace- 25 mm service EA 8 900.00 $7,200.00
19. Replace- 50 mm service EA 4 1700.00 $6,800.00
20. Mt View @ Chorro EA 1 9000.00 $9,000.00
21. Private street @ Serrano LS 1 11000.00 $11,000.00
2 service manifold
22• Private street @ Murray LS 1 12000.00 $12,000.00
3 service manifold
23. Temporary Service at San Luis LS 1 2500.00 $2,500.00
and Corralitos
24. 815 Murray LS 1 3000.00 $3,000.00
25. 823 Murray LS 1 3000.00 $3,000.00
26. 814 West LS 1 3000.00 $3,000.00
27. 842 West LS 1 3000.00 $3,000.00
28. 844 West LS 1 3000.00 $3,000.00
29. 150 mm Class 200 M 200 107.00 $21,400.00
30. 200 mm Class 200 M 625 126.00 $78,750.00
31. New valve in (E) line @ Mt EA 1 5000.00 $5,000.00
View
32. Fire Hydrant Assembly EA g 4000.00 $36,000.00
33. Blue Reflectors EA 9 38.00 $342.00
34. Abandon pipelines& valves LS 1 21000.00 $21,000.00
35. Abandon meters& hydrants LS 1 12500.00 $12,500.00
36. Set valve well over Corp on EA 2 445.00 $890.00
Montalban(at new grade)
37. Temporary Capping @ San Luis LS 1 1620.00 $1,620.00
and Corralitos
38. Restore Traffic stripes,markers LS 1 3125.00 $3,125.00
and markings on Higuera
39. Roadway Excavation M3 70 91.00 $6,370.00
40. Asphalt TONN 160 69.00 $11,040.00
41. Roadway Excavation M3 153 40.00 $6,120.00
42. Asphalt Concrete TONN 378 57.00 $21,546.00
43. Raise Manhole EA 1 435.00 $435.00
44. Detail 21 Striping M 50 20.00 $1,000.00
45. Pavement Markings M2 4 200.00 $800.00
-2- C--'30-jp
46. 150 mm PVC sewerline M 70 120.00 $8,400.00
47. Connect laterals EA 6 780.00 $4,680.00
48. Connect to existing MH LS 1 440.00 $440.00
49. Install Cleanout(at new grade) EA 1 460.00 $460.00
50. Remove/dispose of existing LS 1 3275.00 $3,275.00
BID TOTAL: S 474,953.00
Payments are to be made to the Contractor in accordance 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 Contractormay
be required to do,or respectingthe 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,if not attached,as if hereto attached:
1. Notice to Contractors and information for bidders.
2. Contract General Conditions and Technical Specifications.
3. Accepted Proposal.
4. Public Contract code Section 10285.1 Statement and 10162 Questionnaire.
5. NoncollusionDeclaration.
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 or proposal of said Contractor,then this instrument shall control and
nothing herein shall be considered as an acceptance of the said terms of said proposal conflicting herewith.
IN WITNESS WHEREOF,the parties to these presents have hereunto set their hands this year and date first above
written.
CITY OF SAN LUIS OBISPO,
A Municipal Corporation
City Administrative Officer
APPROVED AS TO FORM: CONTRACTOR
GtL��
C' me Whitaker Contractors Inc.
L—Jf 7
-3 -