Loading...
HomeMy WebLinkAbout07/20/1999, C2 & C3 - APPROVAL OF PLANS AND SPECIFICATIONS: 879 MORRO RENOVATION & SLO CREEK WALK council Meeti July 20, 1999 aqjEnba nEpont °C2 C I TY OF SAN L U IS O B I S P O FROM: John Moss,Director of Utilities;)/t:-- Prepared tilities;)Prepared By: Sue Baasch,Administrative Ahai lyst SUBJECT: Approval of Plans and Specifications: 879 Morro Renovation CAO RECOMMENDATION Approve plans and specifications for 879 Morro Street Renovation project, Specification No. 92- 29; authorize soliciting of bids; and authorize contract award by the CAO if the lowest responsible bid is within the project budget of$673,800. DISCUSSION The 879 Morro Street Renovation project,Specification No. 92-29,which will provide office space for the Utilities Administration and Conservation staff, is designed and ready for Council approval of the construction documents and authorization to solicit bids. Based on these plans and specifications, the project architect, RRM Design Group, has prepared a 90% construction cost estimate of$613,700. This is within the approved project budget of$673,800 for construction and site work A summary of the project work completed to date as well as a schedule for the remaining work to be completed is shown below. Construction is planned to begin in January, following the holiday season. Project Work Completed Steps Approved/Completed to Date Date Property purchased at 879-883 Morro July 14, 1998 Council authorized contract with MarWal Construction for construction July 21, 1998 consultation services and approved release of RFP for Architectural Services CAO authorized award of architectural services contract(through programming October 8, 1998 and schematic design phase)to RRM Design Group, in the amount of$25,338 Council approved phase of construction consultation and management services February 16, 1999 with MarWal Construction Council approved phase 2 of the architectural design services contract(through February 16, 1999 construction document development and construction phases)with RRM Design Group Council approved total budget for project, based on schematic design estimate. February 16, 1999 Architectural Review Commission approved exterior design for structure May 3, 1999 C2-1 Council Agenda Report—879 Morro Plans and Specifications Page 2 Project Schedule Action Date Seek Council approval of plans and specifications; authorization to release plans July 20, 1999 and specifications, and authorization for CAO to award to low bidder, if within project budget Seek authorization to release request for proposals for public art August 1999 Award construction contract October—November 1999 Construction to begin January 2,2000 Complete construction and renovation of 879 Morro for office space August 2000 FISCAL IMPACT The architect's estimate is within the amount approved for construction and site work for this project. The table below identifies the approved budget for this project by water and sewer fund. Approved Project Budget by Fund Studies(Appraisal,Phase 1 environmental assessment—paid from operating budget) 9,500 0 9,500 Design 51,900 24,500 76,400 Construction related expenses Information systems(server,printer,phones) 33,700 15,900 49,600 Fees,Special Inspection,Hazardous Materials abatement 18,500 8,500 27,000 Construction and site work 458,200 215,600 673,800 Systems furnishings 72,200 34,000 106,200 Construction Management 35,800 16,900 52,700 Acquisition 326,400 153,600 480,000 TOTAL 1,006,200 469,000 1,475,200 ON FILE IN THE COUNCIL OFFICE Project Plans and Specifications Building and Site Construction costs—7/2/99—90%submittal Color rendering of front elevation C2-2 council "' °� j apenaa nEpont CITY O F SAN LUIS 0 B I S P O FROM: Michael McCluskey, Public Works Director Prepared By: Reinie Jones,Engineering Assistant W. Q SUBJECT: SAN LUIS OBISPO CREEK WALK ^� CAO RECOMMENDATIONS 1. Award a construction contract to R.M.R. Construction in the amount of$447,474 for "San Luis Obispo Creek Walk, Specification No. 90-28" 2. Approve transferring$80,300 to the project budget to cover the cost of the construction contract plus contingencies DISCUSSION In May 1999 the Council approved plans and specifications and authorized staff to advertise for bids on the San Luis Obispo Creek Walk project. Bids were opened on June 29, 1999. The low bid from R.M.R. Construction plus contingencies exceeds the engineer's estimate by$80,300. FISCAL IMPACT Amount Amount Additional Needed Budgeted * Needed Construction $447,474 $352,000 $95,474 Construction Contingencies @ 8% 34,826 50,000 -15,174 Total $4829300 $4029000 $80,300 *engineer's estimate The Pool Replastering project and the Railroad Recreation Trail - Phase 1 are both completed. There is $51,100 remaining in the Pool Replastering budget and $29,200 remaining in the Railroad Recreation Trail - Phase 1 budget which are available for other purposes. Public Works recommends transferring these amounts to the SLO Creek Walk project budget to cover the costs of construction. ALTERNATIVES Staff could negotiate with the Contractor after award to delete some of the items planned for improving the existing Mission Plaza side (Higuera Street side). These items consist of replacing the old light fixtures and installing a cobble blanket to deter people from sitting and/or sleeping in the lower terrace. However, these items are small in comparison to the overall project cost. Staff estimates the savings could be around $20,000. In order to incur any significant cost savings, the bridge could be deleted which would result in saving approximately $40,000. However, deleting the bridge would have detrimental effects to the access and circulation of the site. Attachment Bid Summary /park&%28/staff reports/creek walk award Contract C3-1 8 07 3 0 0 8 8 8 0 8 8 0 0 8 8 8 8 3 0 8 C C C O O C O C C r+ r C h O O Q � O O O O O N O Q a M1 vt �D T m O C C n v: O 7 O m r T vt � a�, L O O 00OO O0O QO CIO, O 0 0 o vgNo 0O 0O 0OO 0Ot^ aO sO oO 0QO oOO aO rho O O OV _ n O O 101 1 S 8 8 SSS 8 S 8 8 8 8 8 8 8 8 S o b 8 8 0 8 0 8 8 O a Q R N v �O h to vi O N v, P� IO N m O O r n r v : � H H H H ✓f H H N H H HH H H HH H H H H H H F U O i O O O O O O O O O O O G O O O O O O p O 8 O O O O O O O O O O O O O O O O O O O O r m r O g e� N Q O OLU U O a 0 0 0 0 0 0 0 C 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 G o o o G o N N C F r UEL O Z a 0 8 0 8 8 8 su' 8 0 8 8 8 8 8 8 0 8 8 8 0 8 0 a o g o 8 0 0 g 0 8 g o a g a o o a O O O G N O O vi Q �O P N v. vi V O e T Q N ri n ri r r �o H O ',2' F U NH H H � HH HH H H HH H H H H H H H H H H H C6 S S S S S S S S S S S 8 S S S S S S SSS 8 8 8 S o a o 0 o a a o a a o a o o a a a g o o a o p O g G m m O N r p L v O N M N — m N Q a z U N v �S s Z ad Y S 8o 8 8 S S 8 8 8 8 8 8 8 S S S 8 8 8 8 8 8 8 8 O O C pp C O O h v1 O � O r O G O O O cV O O P O r M1 'C O pp G O 0 -7-7 O O O O O O O O O O pp O O O O O O O d pO O O ? O O O O O O O O O O O O O O O O O G O O O O b � N � P b P � b rvi vpi O 00 m Q O O r O � r 'r. U O O O C M '. N N _ N R _ _ _ N Q _ — Z F = L�.1 - - LLl Z o 0 2 0 O s a F h h N Vl n e G ¢ Z .� ..t � ..t f F F � i .?� � � � � � � [a T Y 0 w N r yy 9C R � v Y v v] � U v U � •� O i 'lL m � 5 v 6 N_ CCv L yy UMB a O u a+ L 07 d O $ E A o A c ON °' G' yy> e c z� `v �. 3 v o � a ., y y a a� � V Q Q 6J � N L r 9 - .T '= 0`Gl 'Y 9 Ny 0 •.�' O N N � E" c G E v S d A A ti A c� v 'n 2' U � U C - a' U Y 2 ..y u 7 c c n s u v m L n a uo d m L J a C] 8 8 8 € 8 0 $ 0 3 8 0 $ 0 8 8 8 8 8 0 8 8 8 0 8 8 8 8 H vi C j O C G O O O C C O C O j O O j G O C.l C C O G G C C G P _ P W � O Q N F y� ,.., �p F �p a v1 �D m O �G O O •D N �n � N O � y - y 00 ^ M1 .O (+'1 M bF9 y 609 y b9 y y y 69 69y yy b9 Vi Vi yy 69 my y rvy y y •H 0 N v o 0 0 0 0 0 0 € 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o J o °0y O O O O O O O O O O O O O O O O O O O CJ O O O O O O O d d j d o j j $ � o0 o 0 0 0 0 0 — N N m O M1 � M1 M1 Q € � P � �• N � Op 88pOO8 O S— O NS O O O O 8 8 y �. \O — T, y y 69 m y Vl H y y y Mf y df Hfy y M y y b1 y b9 49 O O O O O O O O O HO O O O O O € O € O O O O H S S S H € O O O O O O O O O O O O O 0 Q j vi P .G F O h O b P N 8 O r r b O O O O O N O O O O O Q v �D P Q 10 .O N O 0 � � P O M1 F v'^i F � S 8 8 8 O O O O H O �NyPn Ori Of•1 NO F�'1 NVl �Fp € 1N0 �Vnn1 OhQ P0P P NN c8O 8W HQ 00Qry0 m�p 8O HO8?m nj y O 00 W aON8 l l 11 y Npf Mf y Ny y y y 19 IA y y Vfy � y y h h 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 O101 1 O O O O 8 8 8 8 H 0 8 8 8 8 0 0 0 8 8 8 8 8 8 8 8 8 8 8 8 O O O O O O O S G O O O O O O O O O Q O pO O Q O O O 0 O O Ovmi_ Q O O v0i. O vii m Yl F M — — — Z _ y y _ m N y Q _ N r N m Q = Q V Q Y y y M y N> 1!S yy y y y Vf y b9 y y y Vf y y y y Vrv3 y y y u v h 0 8 0 0 0 0 0 0 O o 0 0 0 8o 0 0 0 0 0 0 0 8 0 0 8 0 0 0 O O vt O O O O O O O O € 00 N O m N K N O 0 $ m O O € O O O N N N OS S S O S O O 8 € O N a 8 H H O O H S 8 8 O 8 S O m j j 0 vi j C C O lV C F '/� G F O j j Al h rf Q h O Yt O O — F N F m Yl F O N O H P O OO O O F M F vi N Q v� - n m - C: a m P N .p p� - b 00 — •D N C O O y h ". Vf y y ✓/ N ^ 0 y N P N — Nf M/ y y y y y py Vf �A 69 y b9 69 y Vi y H VS Ny df O O O H O 8 O O O O H O 8 ? O O O € O O O O O H O O O O DD O O w1 W F �7 Ci tf r. n O 1� 00 t.'f M1 tV O � fn N O a0 r a SQ y N N N N N N N N N N N N •JJ � L � Q R 6 y r — ? r O —9 u '9 d! ° Y ? y 3 0 .9.. > L .8q9 8� m .L x' j O A 9 —00 'C5q ..a > > u :e y 3 II L ; d u u u EL 23 3 'Z Zr] p e. g n ¢, a L'+ '? dm Q C c E - e6 o $ a � �� g u T y U 9 a u '� U U w m m m � � m ^ a E �Tw _I] t o V U ��yOy L '; U d y K E K K T' 'Z �' Y p — /� E Z 22 � �ajG pE O u = m u a x 3 F y — — ry m m ._ 3 i= oo u 3 co o m — F ` n i y 7 yy m A = u q v e s u -� m n ma t u m t u U = P O O O G O G � O � N N N N N N MF h � ^'� � � � Q Q Q � � b � � F F M1 F W 8 8 8 8 p 8 8 0 0 0 oC O O Y1 N O O O O� M � H » H H H H h cn 0 0 8 0 0 0 0 0 N N O O 0 8 8 8 5 8 8 8 0 ri O O �n D O O O m H H Q H O O O O O O O O �D O C vi m G G G N _ a0 00 O S S S S S 8 S Q N o0 R G CO r lV O 1� N Q Y1 N M Q Q m N vi ri C. N Q O� H H H H H R H vi H 7 p p p p H O O O O O O O O N O ^J. 8 0 0 0 N N m b O O O_ Q N H H H H H H H S H j O O O O O O O 0 8 8 8 8 8 8 8 e O pO O O O pO O Qo N Q O O_ v h h of N Af b N H H H H H R H Vt H n H O O O OO S S S O O O O O O O O O O O O O O f N N GO n N rf _ Al N z L m Y 3 a � U `n a r. 1 ^ D yyy N O r S m C C L v = $ 3a � � C3-4 F o ee z ce a'i U - m m P N N 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 RMR Construction, 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 San Luis Obispo Creek Walk Specification No.90-28 in strict accordance with the plans and specificationstherefor,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 11, 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. Measure Quantity (in figures) (in figures) 1 Demolition LS 1 25000.00 $25,000.00 2 Comply With All Permit Conditions Related to 5000.00 $5,000.00 and Including Diversion of Creek and Endangered Species Protection LS 1 3 Lines&Grades LS 1 6500.00 $6,500.00 4 Clearing,Grubbing&Earthwork LS 1 50000.00 $50,000.00 5 Gabions M3 23 200.00 $4,600.00 6 Instream Rock Work TONN 240 80.00 $19,200.00 7 Landscape Boulders TONN 54 80.00 $4,320.00 8 Fencing& Rails a. Rail fence(new)per detail 21,C1.1 M 41 300.00 $12,300.00 b. Rail fence(new)with existing posts per 220.00 $3,300.00 detail 25,C1.1 M 15 C. Reinstall rail fence from south side per 150.00 $7,500.00 detail 23,C1.1 M 50 d. Rail fence(new)on wall per detail 22, M 9.2 370.00 $3,404.00 CIA e. Iron fence per detail 10,Cl.I M 78 200.00 $15,600.r f. Reinstall Childrens Museum fence per 270.00 $7,965. detail 24,C 1.1 M 29.50 - 1 - g. Rail fence on boardwalk per detail 20, M 20 310.00 $6,200.00 CI h. New gates EA 2 1000.00 $2,000.00 i. Handrails M 40 260.00 $10,400.00 9 Landscaping a. #15 trees EA 1 2 150.00 $300.00 b. #5 shrubs EA 85 30.00 $2,550.00 C. #I shrubs(south side and riparian 14.00 $1,442.00 enhancement area per detail 30, 23.1) EA 103 d. 600mm box trees EA 11 300.00 $3,300.00 e. 900mm box trees EA 1 720.00 $720.00 f. Groundcover shrubs,fine grading, 25.00 $6,425.00 herbicide and mulch M2 257 g. Sod M2 101 10.00 $1,010.00 h. Cobble blanket M2 139 80.00 $11,120.00 i. Riparian revegetation area including 30.00 $15,030.00 shrubs,herbicide,jute mesh and mulch per detail 31, U.1 M2 501 j. Mow curb M 18.5 60.00 $1,110.00 10 Irrigation a. Electric control valves&wiring EA 7 300.00 $2,100.00 b. Spray heads(including lateral lines) EA 158 45.00 $7,110.00 C. Bubblers(including lateral lines) EA 62 30.00 $1,860.00 d. PVC main line&sleeving and M 91 40.00 $3,640.00 connections e. Controller&power connection EA 1 820.00 $820.00 F. Quick coupler valves EA 2 200.00 $400.00 g. Replace displaced irrigation at 1000.00 $1,000.00 Childrens Museum LS 1 11 Soil Erosion Fabric Blanket M2 175 50.00 $8,750.00 12 Concrete Flatwork a. Walkways&steps M2 276 50.00 $13,800.00 b. Terraces M2 51 50.00 $2,550.00 C. Stairs M2 33.4 500.00 $16,700.00 d. Replace Childrens Museum flatwork& M2 3.7 100.00 $370.00 steps e. Thickened edge on walk detail 11,L2.1 M 53 220.00 $11,660.00 13. Walls a. 600mm max.CMU wall with veneer M2 20.6 200.00 $4,120.00 (Eng. Std.5030) b. lm max.concrete wall(dtl. 11,sht. S- M2 7.5 180.00 $1,350.00 2.1) C. 1.5m max.concrete wall(dtl. 11,sht. M2 18.0 120.00 $2,160.00 S-2.1) d. 1 m max. CMU wall with veneer(dtl. M2 13.0 240.00 $3,120.00 10, sht. S-2.1) e. 1.Sm max. CMU wall with veneer(dtl. M2 7.2 220.00 $1,584.00 10, sht.S-2.1) f. 2m max. CMU wall with veneer(dtl. M2 12.4 200.00 $2,480.00 10,sht. S-2.1) 14 Boardwalk& Wood Stairs a. Boardwalk including concrete pier 100.00 $3,000.00 footing; not including rail(see item 8-a) M2 30 -2- b. Wood stairs and connections LS 1 4000.00 $4,000.00 15 Tile M 153 8.00 $1 224.00 16 Bridge a. Caissons M 13.7 1400.00 $19,180.0u b. Wall repair LS 1 4000.00 $4,000.00 c. Bridge LS 1 25000.00 $25,000.00 17 Drainage a. Extend 300mm PVC pipe M 2.5 600.00 $1,500.00 b. I00mm PVC pipe(including inlets) M 10 400.00 $4,000.00 C. 150mm PVC pipe(including inlets) M 18.5 300.00 $5,550.00 18 Electrical a. Retrofit fixtures EA 12 1100.00 $13,200.00 b. New pole lights EA 2 2600.00 $57200.00 C. Recessed lights EA 8 230.00 $1,840.00 d. Path lights EA 7 450.00 $3,150.00 e. Power connections,J-boxes,conduit& M 122 80.00 $9,760.00 wire 19 Public Art Installation EA 3 3000.00 $9,000.00 20 Construction Access LS 1 15000.00 $15,000.00 21 Landscape Maintenance LS 1 11000.00 $11,000.00 BID TOTAL: $ 447,474.00 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 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,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. 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 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. C3-7 -3 - 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 City Clerk Mayor APPROVED AS TO FORM: CONTRACTOR i orn RMR Construction C3-8 -4- July 20, 1999 From the desk of Reinie Jones • MEETING AGENDA To: John Dunn DATE`1*:fq ITEM # VIA: Wayne Pet FROM: Reinie Jones•Q� SUBJECT: Letter from Richard Schmidt Concerning Creek Walk In response to Mr. Schmidt's concerns about the Creek Walk I have the following comments: 1. There has been numerous opportunities for public comment. During the concept design phase of the Creek Walk, two advertised public meeting were held to receive input on the design. The concept design was then approved by the Architectural Review Commission, the Parks and Recreation Commission and the Council. After the plans and specifications were completed they were then approved by Council. 2. The Creek Walk has been through a lengthy permitting process by both state and federal regulatory agencies who have imposed conditions on the project to improve wildlife habitat for native species of the creek. The Creek Walk will improve the riparian habitat by installing boulders in the creek, stabilizing the bank and removing non-native habitat and replacing with native habitat. RECEIVED FACAO ❑CDD DIR ❑FIN DIR J U L L 1999 ❑FIRE CHIEFm PW DIR 0 POLICE CHFSLO ClTY CLC=RK ❑REC DIR ❑UTIL DIR ❑PERS DIR Jul -20-99 03 : 26P P. 01 MEETING AGENDA G3 DATE ITEM # Cq If FACAO ❑CDD r1'9 ❑F ' ❑F::r P47 6..IXF To Fax: 781-7109 ❑O REC DIRPOLICE CFrom Fax: 756-5748 ■UTIL DIR� 0 PERS DIR To: San Luis Obispo City Council From: Richard Kranzdorf Subject: Consent Items C-3 and C-9 Date: July 20, 1999 1 urge that Items C-3 — San Luis Creek Walk — and C-9 — Salinas Reservoir — be pulled from tonight's consent agenda. Both deserve scrutiny and careful discussion. The items should be pulled from tonight's agenda completely and scheduled for a future Council session. Sincerely, �eichard Kranzdoo f RECEIVED J U L Z 0 1999 SLO CITY CLERK Richard Schmidt 9544-4247 M7120/99 (42:18 PM 6111 MEIF 11 AGENDA RICHARD SCHMIDT DATE=41ITEM 0 0 112 Broad Street, San Luis Obispo, CA 93405 (805) 544-4247 • ■COUNCIL ❑CDY DI 0 CAO 0 FIN DIA July 20, 1999 VIA FAX0ACAO ❑FIRE CHIEF !ATTORNEY DPW DIR Re: Consent Items C-3 and C-9 tonight's agenda oCLENRKIORIG ❑❑PREOCDERCHF ailffio 41 0 U11L DIR To the City Council: a ❑PERS DIR I request that the council remove two items from tonight's consent agenda and schedule them for public hearings at a future date so that the public may comment fully upon these very important issues. Item C-3: San Luis Creek Walk This item, for construction of a costly walkway network that will destroy the existing natural and rustic amenities of another block-long section of our downtown creek, needs public scrutiny and comment. The project is designed to turn yet another block of the creek into a biological desert, and also does great damage to the wild image of our downtown creek. As designed, its features will destroy all remaining natural habitat in the area. Furthermore, as designed, it will make the creek inhospitable to the domestic ducks which are such a wonderful and loved feature of the creek. (I probably know more about the needs of such creatures than anybody else in town, having personally stewarded a flock for the past 27 years, yet my advice how to provide for their needs and continued habitation of this public space has consistently been shined on by staff. .) A delay of the start of construction until this project's features can be rethought and revised is not significant in the overall scheme of things. I urge you to pull this item, and bring it back for further modification prior to proceeding with new construction bidding. Item C-9: Salinas Reservoir. Apparently the city has money to burn, for to throw this quantity of money at a dead-on- arrival project while simultaneously pursuing other options which will render.this project unneeded is TRULY FOOLISH AND IRRESPONSIBLE. The public needs a chance to comment on whether it is wise and prudent for the city to dump another Million $$ into preliminary work on a project we all know will never happen. Again, I request that this item be pulled, and scheduled for future public hearing -- unless you should be foresightful enough to just table it altogether as an unwarranted public expenditure. Thank you. Richard Schmidt RECEIVED RECEIVED J U L Y U 1999 I tj l 2 n 1999 SLO CiTY CLERK SLO CITY COUNCIL