Loading...
5 - Wedgewood Avenue ImprovementsCOUNCIL AGENDA REPORT DATE: SEPTEMBER 29, 2011 TO: MAYOR AND TOWN COUNCIL FROM: GREG LARSON, TOWN MANAGER MEETING DATE: 10/17/11 ITEM NO: 5 SUBJECT: PPW JOB NO. 10-04 — WEDGEWOOD AVENUE IMPROVEMENTS (MULBERRY DRIVE TO GRANADA WAY) A. AUTHORIZE THE TOWN MANAGER TO EXECUTE A CONSTRUCTION CONTRACT WITH DURAN & VENABLES INC. IN AN AMOUNT NOT TO EXCEED $864,373. B. AUTHORIZE STAFF TO EXECUTE FUTURE CHANGE ORDERS TO THE CONSTRUCTION CONTRACT AS NECESSARY IN AN AMOUNT NOT TO EXCEED $80,000. C. AUTHORIZE A REVENUE AND EXPENDITURE BUDGET ADJUSTMENT IN THE AMOUNT OF $45,000 TO 471-812-0112. RECOMMENDATION: 1. Authorize the Town Manager to execute a construction contract with Duran & Venables Inc. in an amount not to exceed $864,373. 2. Authorize staff to execute future change orders to the construction contract as necessary in an amount not to exceed $80,000. 3. Authorize a revenue and expenditure budget adjustment in the amount of $45,000 to 471- 812-0112. BACKGROUND: The Town's adopted Capital Improvement Program designates funding for various infrastructure repair and replacement projects. This is consistent with the Town's goals to improve public safety and to improve the quality of Town streets. PREPARED BY: TODD CAPURSO Director of Parks and Public Works Reviewed by: Assistant Town Manager Town Attorney ' Finance N:\PPW\MANAGEMENT\COUNCIL\COUNCIL REPORTS\201 1 Reports\October 17\10-04-Wedgewood Avenue Imp award,docx PAGE 2 SEPTEMBER 29, 2011 MAYOR AND TOWN COUNCIL SUBJECT: PPW JOB NO. 10-04 — WEGEWOOD AVENUE IMPROVEMENTS (MULBERRY DRIVE TO GRANDA WAY) BACKGROUND (cont.): This project will install a new storm drain system along the south side of Wedgewood Avenue, and will fill the open drainage ditches that'are currently on that stretch of road. Sidewalks will be constructed along the south side of Wedgewood Avenue to connect the existing sidewalks at Mulberry Drive to Granada Way. The design will follow a style of sidewalks meandering along the roadway so it preserves the look and feel of the surrounding area. Some non-native trees will be removed as part of this project and new trees will be planted in the planter areas between sidewalks and curbs. There will be sections of small retaining walls constructed to accommodate the construction of new sidewalks. The retaining walls will be made of wood and steel beams to preserve the rustic look of the surrounding area. DISCUSSION: At the September 6, 2011 Town Council meeting, the Council approved plans and specifications for this project and authorized staff to advertise the project for bids. On October 5, 2011, two (2) bids were received for this project (Attachment 1). Staff reviewed the bid, which is below the Engineer's estimate, and determined that Duran & Venables Inc. is the most responsible entity and is most responsive to the Town's formal bid process. CONCLUSION: Staff recommends that the Town Council authorize the Town Manager to execute a construction contract in an amount not to exceed $864,373. Due to the variables associated with this particular type of construction and unforeseen circumstances during the course of construction, it is further recommended that the Town Council authorize staff to execute future change orders to the construction contract as necessary, in an amount not to exceed $80,000, for additional quantities of work that may exceed those included in the contract. The construction of this project is anticipated to start in November 2011 and be completed by May 2012. ENVIRONMENTAL ASSESSMENT: This is a project as defined under CEQA but is Categorically Exempt (Section 15301c). A Notice of Exemption will not be filed. PAGE 3 SEPTEMBER 29, 2011 MAYOR AND TOWN COUNCIL SUBJECT: PPW JOB NO. 10-04 — WEGEWOOD AVENUE IMPROVEMENTS (MULBERRY DRIVE TO GRANDA WAY) FISCAL IMPACT: The table below shows the project revenues and expenditures. FY 20011/12 Fiscal Impact 471-812-0112 Budget Adjustment ( from Traffic Mitigation Fund) TOTALS TOTAL EXPENDITURE Design Construction Contingency TOTALS Attachment: 1. Bid Summary Available Budget Funding Expended/ Proposed Encumbered Contract To Date Amount $ 924,375 $ 21,158 $ 944,373 $ 45,000 $ 969,375 TEG $ 21,158 $ 944,373 21,158 $ 864,373 80,000 $ 944,373 THIS PAGE INTENTIONALLY LEFT BLANK ID 0 ID ID 0 0 0 ID 0 0 0 CD 0 ID co cc; co ID CsJ (0 co (-6 ID cci co 00 ID ID cci co co CO 0 eel co 0 ID 0 ID cd co co 0) ID Tr) C:3 CO cD ID 00 cs, 0 ID CD 0 c; 0 0) 0 ID (6 tr) 0 ID 00 ID ID 0 ID 0 0)0 0 ID 0 0 ID co co ID 0 10 14) ID 0 ID 0 C:) 14-1 T-- CD. 0 ID ci ID ID LO. ZS; 0) 0) CD 0 0 ID ID ID ID ID ci ID 1.6 ID ID ID ID ID co ID co ID ID 0 05 ID co ID ID 0 ID oi ID co ID ID 14) co ID ID co ID ID tri co (4) ID co ID ID ID T- co ID ID ID ID ID ID ID ID 00 ID ID ID ID 0) ID co 0 ID ID ID ID 0 ID ID 10 CO ID 0 co ID ID co 10 ID ID ID 00 ID ID 10) ID ID 0 ID ID ID ID t: 2 0 CD .C2 LO Ca c:p) C > 08 ui c 6 T. co a. D = C:) CI) tv) 4.2 ID 14) ID 0 0 0 ID ID ID r- 0 ID ID ID ID co 0 0 0 0 o:i CO 11) ID ID N. 0) a 0) c6 co 05 ID c) 10 ID ID 00 co 0 0 ID 0 CD CO ID co 010 co csi ID ID (0 co 0) ID ID 10 ID 0) ID ID cO 00 co. co ID cd. co ID ci ID 00 ID ID to ID co ID 00 ID ID ID ID co co ID ID et. cv 0 ID ID ID 0 CO 0 ID co. ID ID 0 ID ID c‘i ID 0 0 ID (0 co ID 0 0 ID 11) ID ID ID co P. ID ID ID ID ID ID CD ID co ci ID ID 0 cci ID co cc; ID ID ID ID ID ID ID ID ID ID c6 ID 10) ai ID co tri 0- ID ID .(.;1 0 ID 0 oi 0) ID ID ID ID 00 0 0.4 0 0 00 ID ID 00 ID ID 0) ID ID 0 00 ID ID ID tr) ID ID ID ID 0 ID CO ID ID co 0 ID ID 0) co cv ID ID ID ID ID 14) 8 ID 0 oo s•-• 8 8 ID ID ID ID ID ID ID ID cc; Q ID cv a) 14, C•4 ID 6 o. co 6' .co 0 0) ID ID et 0 0 0 CO 0) ID ID ID 0 (NI 0 ID ID ID co ID ID cv ID ID ID ID ID ID ID 0 ID ID ID ID ID ID CO (0 ID ID ID ID ID CO 04) ID ID ID (04 0 0 0 ID 0 0 ID c`!. ID • ID 0 ID ID ID C; 03 a ID ID co 0 0 0 8 0 ID co co: 0 co ID ID 10 0). r. 14) co co L.) 't gT co ID ID 0 0 . 0 8 ID ID co ID CO ID 0 0 c=:` ci _et 0 0 10) ID 0 7. ID ('1 0 ID ID 0 .6. p14) a ID CD 0 0 0 ID ID ID 4)4 ID 0 04) ID 0 ID ID ID ID ID 0 ID cD ID 1(4 ID 14, co ID ID 0 co 0 ID ID 0 ID ID ce:)17 ID Q 0 4° 0 ID to_ ID ID ID ID co ID ID ID 0 0) 8 8 co 0 ID ID 10 ce >0 - >- 0 U. -1 -J u. LL LL 0) 0 >- LL U- (f) (/) 0ID CO CO CO, CO (0 co 0) ID ID CO 0) ID - Lo. co co (c) 0) co cv co 14) co cc) Item No. 'Description Water Pollution Control Facilities 0) co) 0) o 0) C.) as 0 0 • u 0) '47) .0 0) 08 (0 a) 0 co 0 0 E a.) 0) 412 co 0 .c co a 2. co c 0 LU co CO -c) ca. CO co ID C_) 10 C.0 CC) 0) 0 (71 0: 0) a) co co 0 CL 14) (NI CO OD co 0) co 14) ID CO (1) LL. (41 0 (7) RI otS 0 rTO Attachment 1