Loading...
HomeMy WebLinkAbout05/17/2011, C10 - WATERLINE REPLACEMENTS 2010-2011, SPECIFICATION NO. 90936 council '°n"FAay 17,2011 j ac,Enba Report '�°" CITY OF SAN LUIS OBISPO FROM: Jay D. Walter, Director of Public Works "w Prepared By: Jennifer Lawrence, Engineering Technician III SUBJECT: WATERLINE REPLACEMENTS 2010-2011, SPECIFICATION NO. 90936 RECOMMENDATIONS 1. Award a contract to D-KAL Engineering, Inc. in the amount of$916,786.50 for the Waterline Replacements 2010-2011 Project, Specification No. 90936. 2. Approve a transfer of$1,057,287 from the Water Distribution System Improvements Master Account to this project's account.. DISCUSSION On April 5, 2011, the City Council authorized the invitation of construction bids for the Waterline Replacements 2010-2011 project, Specification No. 90936 and authorized the City Manager to award the project if the lowest responsible bid was within the Engineer's Estimate of $862,935. Eight bids were received and opened on April 27, 2010, all of which were over the Engineer's Estimate. D-KAL Engineering, Inc. of San Luis Obispo submitted the lowest bid of $916,786.50 which is $53,851.50 over the Engineer's Estimate. As shown in the Bid Summary (Attachment 1) all of the "Install Video Detection System" (Item 49) bids came in significantly higher than the Engineer's Estimate for that item. After contract award, it is staff intention to review the video detection installation work with the contractor with the intent correcting the scope of work. Depending on the information provided, a modified work plan could be implemented or the item might be eliminated altogether. Because each of the contractor's bids reflect a similar approach, awarding the contract to the current low bidder is a reasonable approach. Additionally, the video detection work is a minor portion of this project scope. Modify the work plan or eliminating the item altogether, will not change the character of the project or the lowest bidder. FISCAL IMPACT These waterline improvements were originally identified in the 2009-11 Financial Plan Appendix B, pages 3-74. Funding for the waterline improvements will come from the Water Distribution System Improvements Master Account which has a current available balance of$1,638,320. C10-1 Waterline Replacements 2010-2011, Specification No. 90936 Page 2 Waterline Replacement 2010-11 - Construction Costs Construction: _j $916,787 j Construction Contingencies: j $130,000 Total for Construction: $1,046,787 Materials Testing $10,000 Miscellaneous (incl printing) $500 Total for other costs: $10,500 i Total Cost of Project: _ ; $11057487 I �Available Balance in Water Distributions Master Account ( $1,638,320 ALTERNATIVE Reject all bids and direct staff to re-advertise the project. The City Council may choose to reject all bids and direct staff to re-bid the project. However, staff does not recommend this alternative because this will delay the project by as much as three months. Delaying this project will also delay sewerline improvement and roadway paving work in the same area. Staff is confident that the issue with the video detection installation can be adequately resolved thru the change order process. ATTACHMENTS 1. Bid Summary 2. Copy of original report authorizing advertising 3. Contract Agreement, D-1{AL Engineering, Inc. T:\Council Agenda Reports\Public Works CAR\2011\aP\90936 Waterline Replacements 2010-11\90936 CAR award.doc C10-2 ATTACHMENT v a n a O ouicppcoc ppo00ood p o00p o0 0 o vI 00000 r m N N^^pp$S b^r m W 0 O S O+8 8 p�p b O$$C'f n m$$W$$$$pp$O$N$S$ O O b NS N N m E.W m d PAW m1�Nmf�r Cf ONm W m W_N IONb00 -O W Nm W 00 W mQnQO^W W OSOsz1110111"N N_A O f�ON 1�mNnN W Y1(CmN�NN N1N 1"I YlbbnmNNN��ppN Nt7 Ni�pp OIppQN MnbFO C W O N a 9 m y C_ S r � g m $$$$$g$$$$$$$RSo$ $$S$$$$$$$$oo$oo�g800$Sg$g crU a ooco 0000vio 0 00 000 c 000m000c 000 1w� nnn $mrWmm$ �$ $(p{pp$88$nm o$$o$000Yo oom$o$N$w L$O 9 a OFFER HFoW<^ N N w m e N O N H W N N N N N N N N N N N N W N N N N N N N N N N N N N M M N N N VI N Yl w W W m i 6�ry m 9 0 =Wm�mV EvoioS$$So$$$pSpFa'go��SoS�hhgSS�gog$nn��g�pp8gg�$�ppooypopy�� 8 $$SSS8888S8008p8Sl'p,l' p �mNANnSSS�SSN1n0(N'lN rbOO1�OmNSQbI�bOdNbC)NClBNNrpONP�mNmmnmCl 1p f�ppOm n tp C F`nl��pPNmmONm�p�p �p pp�Op �p m ppyy OOrM1Nn1ry�^^^O m C L m Y)m N N< N N N N N M S N N N N Y1 N N N h W N M N N N N N N N N N W g N W y N N N N N N N N N N N m a N N N N N N N m 10 O N "42 p 4 m R O U u amm � $U m ooe4ju� 0ON WWJQYMyOOCGqG W$K 0JdC m m9O' :gSaCOCCp4j7rCipC Ja¢LLJMSNNWNo�J0waLLJNNNNo$SO^w7S�ywLLJSNNo�NO�wLLwN$NSmNNzoamaymJONoym'xmJ^SNNoNOb^wz¢SN¢WmppmnNowFrcN6W^WNS(ONopl JYm¢^SWmN$l 0wwNLLLLNNSaNSmOW1I�LLLLNN6PySJN8lI�NNaW1NNJ FyH4YYHNylI�NaYYNN(pll�¢1INoyNYY�WNaK sWmJNNN W>mJNN 0mNJN WNbJN HoJNM WNJON WNJSN WNJ$yNMWJSyyPN WgJ$yN WNJSlNp W¢JSNN WJaNSN WNW wLLWNSN F�NSN-WuWmNSN wumNSN OWmnN WmyqSN WWrmSNiN OWmNJN HmJNHN W3UNmJN W3mJyMN WJKINOSA mm¢am^JmmmmJN m¢mbmJ"WrLZO,aIIII'JJ wwZ�¢LLLLQNIIs-UmJ^NmwO VWNaFamJNO $YG lri $$$ NVO nNr- '^OGJ$$pYIY1 SYgQQ rN p NJFowamJNS I mN'op^Nmc�m mp WNmOO�E0. IM n IV N Qw1fON n IAz OO6wnm $$ $ $$$o $ 0 4S$o$ Roo$ 0$ o8o � oS�EmHISm $$YQ nmm8o08 8888$3_Y.Yx, � +§ NN NM N N N pWVNHNNnNN�NhNyHpNNN NN ll LQ a WON $$OOS0600 g 0099 -99 NN.NN0 � mmmmmmbmbm JJJ wo Qw 0 zz-zF maooa�%zpow3Y'KLLwm z R ^NONm ZW LL m Z2 uiam ¢¢w2wmmW WC-ZU= m F xoZ2 m❑zOZ mmwrOn LLzaJ C ¢ O> LL1z ❑o❑zzaaaoozaOURmmz�aza WJ zZ NmU 2C3 az �xOzm22¢ ha ❑ ❑WW OZZ2ZWxJz 0W00WWx0ZW WW¢axaa ¢zOz> au zo 0 �0000 wz z00¢m UuuOw^ma22W omkVQUUya ymWVam = U z= >S > �MZ aOawU="= rc m ¢SrcamaLLzo rc�� amm¢wrctaaa!Rum� 000¢mwww�wwmZw� NNNRKwLLzz ❑0000pyOmymWn mmKmZK OJJO¢¢wm 0 UQ ��rcrca _ ga >� ¢¢ ad_C gVO aNn UUUiGGGpr N �JJ»zOJ»J 3333 3OIpPW^000WWm`m WO;D V'.Y<mlpOZm00� ((���0J JJ T T T T T T T2zz T T T T T T T T T T T T T.... T T T z T T T T 2 W W W T m f w w F Ec Ezzww ZwwzwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwWm¢¢_wZ55Zpp � h ^ __mma_¢¢_FFFFFFFFFFFFFFFFFFFFFFFFFFFFFFFFFmti�rr¢_Uo_U = og � 0 Q OC U c y E A y OC L m Eg �y rn Z O C Q O. ^NCI P m W O^NNQm mnmm0^ P m W O NC'1 Q m N R rm W N W F m m i ^ ^NNNNNNNNNNCI Cl 17 W 17 C1 ClOQQQOd Q V Q mmb O 3 � m mg .. C10-3 ATTACHMENT 1 3 E 'c 'x8888888 w/0e6 NS�ON p Obrp I8NbWNh 8SW�r�8NG NoWmo{W+�NOWO.p.N{ONy.w.Np.tN.pwO N0 NNp 8Omp 0QpN$OpNnINYNN I pm rpW NNO i N0�ImANm VmpI mpN�OpNV I�N 08N NM8; IsNNW m00,oo,mmNp88Oyi NSN88m g8QN'M8t�r0 o8�1 N8mm r8mNr8O-Q p gpNNwA1.mlq� 5gW $rW qqq bNN�VIpO C N Y m a -w m m m L O E m `m 0 P a Q E m C m 0 p R C u S O O S S O O S O O$O$$S O O S S S S S S S S S$O O O O O S O$$$ m LJV! mM^„ SYO mWN ppbNNOmN rrN NynmCiWpQQ�N YOOy.OrN rWN=mrNil mN��NW NNt'i 1��m'N�yy{pp ppiNp QN mO rrmmN�(pNrN fNWV VOIpINpp W��pp YN MyyNyC�ppg Nyq�Np rpIq mVI YpIOVIS S SS SO'N grmS'rO WONYbl'28 p GNO� N Wr$ = OWnNNmmmS00ImbYNmLmCnrON Sl( aWwVNNNr So� w N f0 N N NN N >c m c M C Lo 0 O m now W N O O S'.mR7mU If> Boo o$os5$855558880888888888008888888$$558500888$$00 oo oo,s oe 0o •o o 0 0 0 $ond r oo 0 0 oc c o 000 o vi cccoo N b m 5 N o088o$ooN88888888S8 So$S000SS IOU qa 88 NO. Nb000g8nN �`8 N -N Q O b IV b O N m-n m O W W m 5 N b ry m W W m1 O O Q m m Q Np N O O O Q m N-N N m m �NIpOO W X01 m� N^nN�'fDNQQ f0 f0QIp/p W bOplTr(OrNNNAQQ(p fmN�NNNNNN�hM Q-pm m V �VINNN wwY,<N NNMNNNNNVI VIq Y1M V11AWV1N NNNMNpNHNY,N V,�,VIN N N O C N o 11 S m W m • ¢ a O U � U $ � g a ge. ; 8888$$$$$$$8888 8$$8$888$8$$$$88 88888888 $$$$$8888$$ „N „ q OJ�OOCOOOON O CO COOOO CGmi OpO51S$OCV) po $S8S888SS op $SSSSO OOSSppOC OO88OO�p fpm VIN O C$K 9 L m^N Q$ N 1p N r m r W n O W W m O V I N m W W N Q CI g s Q N m m Q 1(I N N N O.0=,N N N J m CpNN mjmm�ICN�� m��Nyp(pmO�p�pbm W W W r�prNN Om'Ev 0 O Cm m a 7 N w N N N N w N N w N N N N N N N W N N N N w N N N N N N N w W VI N VI W N N N N bN N N« 40 00 0$ 00 $a'e $wEno0 85$ 8OOo588.8$000QgIX,gm$_o�noSo�ooI�QQ'6 ggY�gv or 8 00$$$$00.5d00N8800038 6ci 980o000000ggcge�mgg2QOwoenn8a -S. o $ g ,p ,v fNwwnww�N$7'ww'w,n N. wwwwwwww3$ww5iwwwwwww N'.a$www wwwNp wa 3 O S w NN G mmQ C fI U a 50 `3 Lmm'U.emj C'„J maad t?'SI'�SuO+8om 8nN SSOfN5oO�q5ONm S�O 8OO8ON 8N Nm55pN5SO8Sm8N8SQ88$mWrSmmN8m 8S 8oO 8cNn8oOW8OrIo�V8SI8p8$$SS 8S 8SN N8N 1pV$S SN SN 8m 88om N8pm eN88N0$UUN0SetO $SNw 8 IQIRQ QmQNrrW VVNJbNmQSNw yO NNN NWNW N wp NNVs o 6 ocO S$55 qqVN 8oOQ 8�M N m N m N 5 S S$o$m Om O O S p Op p Sp O S S S$S$11Opp O O O S S m Om$�m Sm�pp 5 O OO O S�8888 Ip S 8 em 8em S O O 8 O S 8 8 8 S S coo. O O I`IrY�mN ObObrO�mNA<OWi��nNO N O_OYNIOON022 SCNIOOmb��ONNN VrifOV.IWDmOo�N E.Q m N m W r m Nm(V�mbmwNNNm�mim mmN OOp�pp l7�Ipp m�IppmNh Vi�CI IV NI�NNNOl Yf pmp.,i V1 IA W m W a N N 0 N m q q N N N g N N N N N q w N N N N N N p N N N M N N N NIA N q m 3 NN N N N N N H p N N N W I'm 5 • N m K YN C I'ID W j 5 � Mme 88N NN 8Ow-�S5I�M8r88ON 8rN AN$N Y8r1 O 8O8OIN NNN$.Npp$IINppr N IIppp IINpp NIIpp 1Nmm�H mM QNNp y N N N p 8Y�y„8pIp8 8 .RmA 8NrQVCbNN VN. . NNww N - - ONNNO w N N H < m C10-4 ATTACHMENT 1 $888888SSS88888888SSSSSSSS8S888S88SS8888888 88SS88S88SS �YIphG OG pp ppO ON OOYIN poOOO OON GpppC��"`.yQlC71�4YNf oQNOOl p10$mNO{y$O 1�p�NIP$QONNv�Q$<ONON(p N�p m0pm.�p. . . .OmSm0ON0N0NAQ�T01 A (C11{(pl fWp yNNNNNYHIN bOmI b m YIm NNNONMYIN NN Np Ny NN NNNNN19 H1ANNNNyNpNNNNNNNNNNVINN NNpNNNp�p S N M C N 9 C mm e S U A m O O O O O O O O S S S S S S S S S S S O S S S S O O S S O O O S S S S S S S S S S O O m y Z p N C C OO O oG^O O Y f Y f 0 0 0 N O ONtO^NOOK SSSfmNSm m SI"1^OI tm 1ASS mmryNO ^S0�pp88bl(IN NOI�ppB SQI�N Y C y L' M N N Cl IO N Q CI 1�N 0 4 m O O y O y(Op(Np 01 4�ImO(p m m N 0 N N N y N�1m A 4 b ml(7�1pn(0p1 N M N 17 I7 N Ol 61 m N N N N N.23 N N N N N M N M N N H y N m N N N N N N N N N N N N S p N M p N N SV L y O O O O O O O O O O O O O O O O O O O O e s:oB000SS$$$oo00808088$8888o888$SS08S8$o$88SS$oo$$ ooSoeo mvio vi o000 e 0 o c 988588888SS 8 8 8 88 8 8885 8 10000�0p�0p�0p Y1 pN Vy1 YOf NmNNONNNNNNpN�NNN pO QO Np0 p00 VmOI YIONNNNND ONOOOQS00 m t m N N N�'1 NON YI N Q p N N y N N N N N H H N h N N N N N N N N N N N N N H H n N M o e H p w m 5 � m 098 a c C y 0 7 p 8 U m Wc HN m SCNNN_YNI S8�pS8Q0S8Q0S S S S SQ SQ SQQ SC$C OC SO O SOOppS O S S S S S S SQ S00- .8 O S SSSSS OOOOOLS( N8 NS O 888SS5889999NS gm 88S S880S04 SSOO O SQ 00 MNhh(p 11������NmpOpM m�pmpp W[Opp4l pyplamp0mmb rI CI CI�NONNOO WVLL'�OI N VI Y1N CIO-5 ATTACHMENT 2 council nl,",m, 'April 5,2011 j acEn6A Repoat �mNmx. CITY O F SAN LUIS O B I S P O FROM: Jay D. Walter, Director of Public Works 9ADW Prepared By: Jennifer Lawrence, Engineering Technician III SUBJECT: WATERLINE REPLACEMENTS 2010-2011, SPECIFICATION NO. 90936 RECOMMENDATION 1. Approve the plans and specifications for the "Waterline Replacements 2010-2011" Project, Specification No. 90936. 2. Authorize staff to advertise for bids and authorize the City Manager to award the contract if the lowest responsible bid is within the Engineer's Estimate of$862,935. DISCUSSION Replacement of water distribution pipes and related facilities is an ongoing program to replace aging, substandard and deteriorating infrastructure. This program has three objectives: 1) Ensure reliable water services 2) Reduce the need for emergency repairs 3) Enhance available fire flows Based on priorities set by the Utilities Department, certain waterlines have been selected for replacement as shown on the Attachment. The assumed useful life expectancy of water lines is 50 years. The waterlines proposed for replacement with this project were originally installed in 1940s, 50s and early 60s. Presently the water mains on this project are substandard, deteriorated and leaking. Their replacement will eliminate capacity issues and improve water flow for fire protection. Replacing these waterlines will result in lower costs and reduced customer impacts that would otherwise be associated with emergency repairs and provide more time for preventive maintenance, which prolongs the expected service life of Water Distribution facilities and equipment. CONCURRENCES The Community Development Department has granted a Notice of Exemption since minimal environmental impacts are anticipated. FISCAL IMPACT Waterline improvements are included in the 2009-11 Financial Plan Appendix B,pages 3-74 for Water Distribution System Improvements which identifies a cost estimate of$1,031,000 for this project. Added to this project, but not included in the 2009-11 Financial Plan, is a waterline C10-6 ATTACHMENT 2 J Waterline Replacements 2010-2011, Specification No. 90936 Page 2 replacement on Higuera Street from High to South which adds an estimated cost of$163,500. This line was advanced to allow replacement to occur prior to the reconstruction of this area of Higuera Street. Funding for this project is available in the Water Distribution System Improvements Master Account which has a current available balance of $1,638,320. The estimated project costs are displayed below. A Budget Amendment Request will be processed to transfer funding from the Master account to the project's construction account. There is sufficient funding to support this project request. Estimated Project Costs Construction(En gineer'sEstimate):_ _ $862,935 Construction Contingencies: + $130,000 Total for Construction: $992,935 I Materials Testing: $10,000 Miscellaneous (incl tinting) $500 j Total for other costs: $10,500 ,Total Cost of Protect ? $1,003,435 _._.— ------------- ...... -- -.. ......... Dist System Impr Master Account (9022 7) (Available Budget S1,638,320 ATTACHMENT Location Map AVAILABLE FOR REVIEW IN THE COUNCIL READING FILE Plans and Special Provisions T:\Council Agenda Reports\Public Works CAR\2011\aP\90936 Waterline Replacements 2010-11\90936 CAR adv.doc C10-7 { ATTACHMENT 3 CITY OF SAN LUIS OBISPO CALIFORNIA FORM OF AGREEMENT THIS AGREEMENT, made on this day of , 2011, 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 D-KAL Engineering, 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 WATERLINE REPLACEMENTS 2010-11, SPEC NO. 90936 in strict accordance with the plans and specifications therefore, 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 Install 8"Class 305 PVC Water LF 5045 $95.50 $481,797.50 Main 2 Install 8"Class 350 DI Water LF 56 $120.00 $6,720.00 Main, per Detail "A" Remove(E)8"Waterline and 3 Install (N)8"Class 305 PVC LF 1.77 $110.00 $19,470.00 Water Main in place(Higuera) Remove and Dispose of 4 Abandoned Waterline as needed LF 50 $25.00 $1,250.00 (Slack) 5 Abandon Existing Water Facilities LS 1 $13,877.00 $13,877.00 C10-8 -� ATTACHMENT 3 Item Unit of Estimated Item Price Total No. Item Measure Quantiin figures)ty (' g ures ) (in figures) Install Temporary Highline to 6 provide service to three(E) LS 1 $1,500.00 $1,500.00 meters on Higuera during construction activities as needed 7 Remove(E)and Install (N) Fire EA 6 $7,500.00 $45,000.00 Hydrant Assembly and Reflectors 8 Remove(E) Fire Hydrant EA 1 $961.00 $961.00 Assembly and Reflectors 9 Install (N)Fire Hydrant Assembly EA 1 $6,900.00 $6,900.00 and Reflectors 10 Tie-in(E) Fire Hydrant to (N) EA 2 $3,000.00 $6,000.00 Water Main, Detail 2 11 Tie-in Water Service, Detail 1 EA 26 $1,000.00 $26,000.00 12 Tie-in Water Service, Detail 2 EA 21 $1,075.00 $22,575.00 13 Tie-in Water Service, Detail 3 EA 3 $2,225.00 $6,675.00 14 Tie-in Water Service, Detail 4 EA 3 $2,775.00 $8,325.00 15 Tie-in Water Service, Detail 5 EA 7 $4,360.00 $30,520.00 16 Tie-in Water Service, Detail 6 EA 6 $462.00 $2,772.00 17 Tie-in 8"Water at South and LS 1 $3,500.00 $3,500.00 Higuera 18 Tie-in 6"Water from Vault on LS 1 $4,025.00 $4,025.00 Higuera, near Sta 5+24 19 Tie-in 4" Fire Service on Higuera, LS 1 $4,025.00 $4,025.00 near Sta 5+68 20 Tie-in 8"Water at High LS 1 $5,775.00 $5,775.00 21 Tie-in 10"Water at South and LS 1 $4,000.00 $4,000.00 Parker 22 Tie-in 4" Fire Service at Parker, LS 1 $3,800.00 $3,800.00 near Sta 21+70 C10=9 . t8- V 1 'ATTACHMENT 3 Item Item Unit of Estimated Item Price Total No. Measure Quantity (in figures) (in figures) 23 Tie-in 8"Water at Parker, near LS 1 $7,276.00 $7,276.00 Sta 25+65 24 Tie-in 8"Water at Sandercock LS 1 $7,300.00 $7,300.00 and Ward 25 Tie-in 8"Water at High and Ward LS 1 $7,400.00 $7,400.00 26 Tie-in 8"Water at High and Leff LS 1 $6,675.00 $6,675.00 27 Tie-in 8"Water at Beach and Leff LS 1 $9,775.00 $9,775.00 Tie-in 8"and 10"Water at <4' 28 Nipomo and Leff LS 1 $9,565.00 $9,565.00 29 Tie-in 8"Water at Santa Barbara LS 1 $8,000.00 $8,000.00 and Broad 30 Tie-in 6"Water at Santa Barbara LS 1 $6,455.00 $6,455.00 and Broad 31 Tie-in 4" Fire Service at Santa LS 1 $4,286.00 $4,286.00 Barbara and Roundhouse 32 Tie-in (N)8"Water at Santa LS 1 $4,675.00 $4,675.00 Barbara and Roundhouse 33 Tie-in 4" Fire Service at Santa LS 1 $3,350.00 $3,350.00 Barbara, near Sta 57+05 34 Tie-in 4" Fire Service at Santa LS 1 $3,250.00 $3,250.00 Barbara, near Sta 58+00 35 Tie-in 4"Water at High and Santa LS 1 $3,375.00 $3,375.00 Barbara 36 Tie-in 8"Water at High and Santa LS 1 $7,200.00 $7,200.00 Barbara 37 Tie-in 6" Fire Service at LS 1 $3,200.00 $3,200.00 Roundhouse, near Sta 72+50 38 Tie-in 4"Water at Roundhouse, LS 1 $3,200.00 $3,200.00 near Sta 73+22 39 Tie-in (N)8"Water at LS 1 $4,775.00 $4,775.00 Roundhouse and Emily C10-10 - Al-iACHMENT 3 Item Item Unit of Estimated Item Price Total No. Measure Quantity (in figures) (in figures) 40 Tie-in 8"Water at Grand and LS 1 $7,075.00 $7,075.00 Slack 41 Tie-in 8"Water at Graves and LS 1 $7,225.00 $7,225.00 Slack 42 Tie-in 8"Water at Henderson and LS 1 $7,475.00 $7,475.00 Slack Remove and Replace PCC 43 Cross-Gutter where(N)Water SF 45 $19.00 $855.00 Main crosses 44 Trench Shoring at Parker, near LS 1 $115.00 $115.00 Sta 25+50 45 Trench Shoring at Santa Barbara, LS 1 $115.00 $115.00 near Broad 46 Trench Shoring at Santa Barbara LS 1 $115.00 $115.00 and Roundhouse 47 Tie-out(E)Centerline Monument EA 8 $89.00 $712.00 48 Restore Centerline Monument EA 4 $650.00 $2,600.00 v Install Video Detection System 49 (single-phase)at Higuera and LS 1 $52,300.00 $52,300.00 South Cut(E)Signal Detection Loops 50 and Install (N)Signal Detection LS 1 $5,500.00 $5,500.00 Loops at Higuera and High Cut(E)Signal Detection Loops 51 and Install (N)Signal Detection LS 1 $6,600.00 $6,600.00 Loops at Broad and South 52 Install Video Detection (phase 3) LS 1 $1,000.00 $1,000.00 at Santa Barbara and Broad 53 Comply with OSHA LS 1 $19,875.00 $19,875.00 BID TOTAL: $916.786.50 C10-11 ATTACHMENT 3 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: 1. 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. CITY OF SAN LUIS OBISPO, - A Municipal Corporation Katie Lichtig, City Manager APPROVED AS TO F RM: CONTRACTOR Ch etrick D-KAL Engineering, Inc. Attorney David Loughran, President C10-12 L ""A council memoRAnaum May 17, 2011 RED FILE TO: City Council MEETING AGENDA FROM: Jay D. Walter, Director of Public Works DAT s / ITEM # Go VIA: Katie Lichtig, City Manager@ SUBJECT: RED FILE ITEM CIO—Waterline Replacements 2010-2011, Spec. No. 90936 The staff report that was included in the Agenda packet for this item did not include a project vicinity map. Attached please find a vicinity map for Item C10. If you have questions, please contact.Jay Walter, Director of Public Works. Attachment Vicinity Map—Waterline Replacements 2010-2011 Spec. No. 90936 G:\Stafi-Reports-Agendas-Minutes\_CCMemos\2011\90936 Red Vicinity.doc 1 OD Wan. a COUNCIL o CDD DIR a CI7YMGR a FIT DIR a ASSTCM a FIRE CHIEF a ATTORNEY a PWDIR e o CLLERKMIG POLICE CHIEF n PM 0 PARKS&RECOIR o UJIL DIR o NEW77ME5 o HRDIR a SLOMYNEWS a COUNCIL a CITY MGR o CLERK ATTACHMENT Sl Ar.y FV r C ALBERTI HAYS CD F ' N 101 9<T o o MCCOLLUM V) FREDERICKS IN, cc STAFFORD LOC \ MURRAY \\ ON T07❑ �� z 3 \ c� c FlELD J C v Z \ PHIWPS PEACH 9 �O� p� .19o e O \�\S N o D O ���' / tiF EN KRI y NNIFER L) � HIGH O�� m \\ RACHELCT.. Al W ❑0 ]�D ZQ� o� LOREN �w I = m BRANCH a x N OUNDHO \\\ ' CH o SYPH SOUTH \ IN, m Z 3 UN ON BRIDGE a Q o z INN o CORRIDA ❑ \ ❑ OODBRIDGELLJ O �o z UDILL = o W city of VICINITY MAP ffil San tins OBISp0 WATERLINE REPLACEMENTS 2010-11 SPECIFICATION NO. 90936