Loading...
HomeMy WebLinkAbout07/06/2004, C4 - STREET RECONSTRUCTION AND RESURFACING PROJECT: SUMMER 2004, SPECIFICATION NO. 90407 Counci L Ma¢ogDee July 6,2004 j acEnoa Repout CITY OF SAN L U IS O B I S P O FROM: Michael D. McCluskey, Director of Public Works Prepared By: Jennifer Lawrence, Engineering Technician SUBJECT: STREET RECONSTRUCTION AND RESURFACING PROJECT: SUMMER 2004, SPECIFICATION NO. 90407 CAO RECOMMENDATION Approve the award to and execute a contract with R. Burke Corporation in the amount of $ 1,787,768 for the Street Reconstruction and Resurfacing Project, Summer 2004, Specification No. 90407. DISCUSSION On June 1", Council authorized staff to advertise for bids for the annual Street Reconstruction and Resurfacing Project, Summer 2004 and authorized the CAO to award the contract if the lowest responsible bid was within the engineer's estimate. Bids were opened on June 17'. Three bids were received with R. Burke Corporation being the low bidder. The low bid for the project was $1,787,768. The low bid is approximately 2.5% over the engineer's estimate of$1,741,683 and therefore, per policy, staff is returning to the City Council for authorization to award the contract. The largest portion of the additional costs is in the raising of the utility lids. Bids were similar for these items for all the bidders. Higher costs than those estimated are probably due, in part, to higher steel costs for the lids and frames. FISCAL IMPACT Street Reconstruction and Resurfacing is identified in the 2003-05 Financial Plan, Appendix B, page 126. Paving Acc't Striping Acc't Sewer Fund Water Fund Total Engineer's Estimate $196339825 $199208 $467900 $419750 $197419683 Construction Low Bid $1,603,988 $17,270 $94,700 $71,810 $1,787,768 Contingencies $201,462 $1,700 $9,500 $7,200 $178,400 Testing $8,000 $0 $0 $0 $6,000 Project Total $198139450 $189970 $1049200 $799010 $19972,168 Funding Available $11813,450' $219000 $120,0002 $9377003 $2,03891(50 � G Street Reconstruction and Resurfacing Project,Summer 2004 Page 2 i A budget amendment request was processed at the time of Council authorization to advertise; therefore, the necessary funding for the street reconstruction is already available in the project account. 2 Sewer funding is proposed to come from the general collection system improvements account that has a current balance of about $250,000. Other collection system improvement projects have previously "earmarked" the available funding in their fiscal impact statements. However, they are out to bid and will not need the funding currently. Staff proposes to reimburse the general collection system improvements account before those projects need funding with savings from the Downtown Utility Pipeline Replacement Project (about $120,000 from available balance and a reduced encumbrance). 3 Water funding will come from completed projects 90261- Downtown Sewer and Water Improvements ($24,000), and 90245 -Downtown Utility Pipeline Replacement ($23,700) to add to available budget in the Water distribution system improvement account ($46,000), to create the required budget for this project. ATTACHMENTS Attachment 1 —Bid Summary Attachment 2—Agreement/Contract g:\-current projects\street improvements\2004 paving projects\90407-reconst and resurf 03-04\documents\i-staff reports\90407 awa.doc shortcut on the Wrive r� rf C OOO f0 C9 fSCN9 4ppfNA (PppmA (CCN9 R0 0O OR pp nv m f O 0 O 0 0 0 S N 0 N S o S 0 Oq 0 0 0 0 0 0 0 0 m (V w xi 6 16 o O W CL Nt co m C m m r n m R 7 � fffc ! '. fi R 69 CD LU Mm0 (A EA (71Q U _9 r o _ m M 6% % N m 69 fA fA % N! 69 t0 _ 0 d p V) fL d 0 1n O O O_ O M 0 0 0 0 O O O 00 00 N O co c0+1 N t2 t 100 T S O O C 0 N m w 1n N 10 0 0 0 0 0 0 0 0 — cm co dl co co t0 O O j Q W O O N m N m m m m t0 O m N � N n O N� F U n v v m m co m co m orn N 5 a co l I I I L I 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 S 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 " 0c� ncoS , LnSS0SSSSeN 6mrroapp28 (gipoop0 m d v N rp r CO 0 1 La. m l0 m m m. m 'V m m N m m W N , W N O c C J to Q m O 0 0 � ' I � O N tm0 fA v3 � f9 (9 4 M � (A f9 69 1 t9 � Oj N O ¢ U f9 O f9 (A E9 f9 f9 ffl df 7 O Q yy 69 a vm CCR H UOn O MO O O O OOO O O 7O O 'OV N OON O N0 0C 0mN O0 0 o c; 0 0 00 mOo 00 7 < 7 � O 6 c + Q co co V a O m S 0 0 0 0 on 0 0 0 0 0 0 0 0 0 n 0 o o � W" ro aW, uW, oG 0 oNn cd 0 o m Z o o o O to r- U) n V �ONn fA H H m m CL ccc f9 f9 EA n O CL 0 CL f9 m s r o7 U 000 p oOOOONC0000 OO0nNN0 0 0 0 V. p oo0 ) 7 iO0 OO m Q a 7 CM 0 SS0U9 0SO0 0 0 0 t0 S U S O S S 0 0SSN Nto QiN 0 < N R 00 00 o o 0 O N n 0 O ( ivi vi vi » a to iQ sR aLooo r w m rn 0) m 0 m mm we o 0 o two U n0 HQ IZ w 0 m t9 w 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O m o 0 0 0 0 0 w o 0 0 o e S o 0 0 0 0 0 0 0 0 0 0 o m rn ry o w rn S o 0 0 F O O N er (+j 0 0 0 0 I I 0 0 0 (V � q) M — co O 0 OO OO 3 w Q S m m v o cn 0 0 n o o c � N 0 0 0 Q Z m W 0 v N N N N m w m l0 O m m m N W w. y �..d. i O O n N l0 m 0 m O m N r N I N v 0 m 0 m O O z O m m f0 cN�pp O m o r m c0 m N m O m m tO Cn0 N N w O 0 � n N m 7 N O 7 N w w z z z z F m Z U 0 U N N N Q Q. Q Q Q Q Q N Q (n y U W Q M P 2 2 22 2 w w w w w w w m w 2 m m M f m 2 9 Na y c Q � � 3 �L y N w mCL` m = m m J m O " E� 7 7 C U 0 W m 3 F E m N ._� v m z ~ 0 E m v yim r- o b a Y Y e.) CD N m _ ¢ a CSC o0 CD m J U ` L LL LU Z m- 5 c v v :'. v 3 I-QL ELL. q wU U m > 0. m = E E a cti U c7 O V n a c m S E E E 3 E ffi m m 91 E E UH m o 0 3 E m R S a L 3 'm oo 2S oO m m r Q Q a m M W m m y rn : W [i 3 m > m m0 0 > m0. m a 2 o N m v m m r m rn o c w m n co �/ r At��sv a CITY OF SAN LUIS OBISPO CALIFORNIA AGREEMENT THIS AGREEMENT,made on this day of 20_, 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 R.Burke Corporation(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 requiredto complete all the work of construction of STREET RECONSTRUCTION AND RESURFACING PROJECT,SUMMER 2004,SPEC NO.90407 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: Item Item Unit of Estimated Item Price Total No. Measure Quantity (in figures) (in figures) 1 Traffic Control LS 1 88000.00 $88,000.00 2 Asphalt Concrete TONN 18700 50.00 $935,000.00 3 Asphalt Concrete Leveling Course TONN 2890 1 58.00 $167,620.00 4 Base Repairs M2 2967 31.00 $91,977.00 5 Paving Fabric M2 69862 1.20 $83,834.40 6 3.Om wide Edge Grind M 10625 4.50 $47,812.50 7 S.Om wide Conform Grind M 508 8.00 S4.064.00 8 Full Width Grind(up to 300mm) M2 38790 3.00 $116,370.00 9 Sewer Manholes EA. 106 800.00 $84,800.00 10 Storm Drain Manholes EA. 10 800.00 $8.000.00 11 Sewer Cleanouts EA. 18 550.00 $9,900.00 12 Survey Monuments EA. 72 430.00 $30,960.00 13 Water Valves EA, 167 430.00 $71,810.00 14 Storm Drain Grate EA. 2 950.00 $1,900.00 15 Fiber Optic Wells EA. 1 950.00 $950.00 16 White Pavement Legends M2 161 30.00 $4,830.00 e44 - 1 - A`rt�cNr►�1r a 17 Blue Reflectorized Raised EA Pavement Markers 82 11.00 $902.00 18 Yellow High-Vis Crosswalk M 21 28.00 $588.00 19 300 mm White Crosswalk/Limit M Line 764 3.50 $2,674.00 20 300 mm Yellow Crosswalk/Limit M Line 219 3.50 $766.50 21 100 mm Solid White Line M 1306 1.50 $1.959.00 22 100 nun Solid Yellow Line M 480 1.20 $576.00 23 Detail M 263 1.20 $315.60 24 Detail 21 M 50 3.50 $175.00 25 Detai122 M 1121 4.00 484.00 26 Model C"Never Fail' Traffic LS 1 Detector Loo 1000.00 $1,000.00 27 Valley Gutter LS 1 9500.00 $9,500.00 28 Slotted Drain LS 1 17000.00 117,000.00 BID TOTAL: $1,787.768.00 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,and if not attached,as if hereto attached: I. Notice to Bidders and information for bidders. 2. Standard Specifications,Engineering Standards and Special Provisions. 2. 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. IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands this year and date first above written. C4 �� -2- ATTACWWr a ATTEST: CITY OF SAN LUIS OBISPO, A Municipal Corporation Diane Reynolds Dave Romero Acting City Clerk Mayor APPROVED AS TO FORM: CONTRACTOR onathan'. :Lowell R.Burke Corporation City Attoiney`. Joanne A.Burke,President V 1 -3 -