10 Staff Report - Annual Street Restriping Projectt0'NN 0 MEETING DATE: 12/18/06
ITEM NO:
COUNCIL AGENDA REPORT
Og GASO
DATE: DECEMBER 6, 2006
TO: MAYOR AND TOWN COUNCIL -
FROM: DEBRA J. FIGONE, TOWN MANAGER
SUBJECT: PROJECT 0710 PPW JOB NO. 06-05) AWARD OF CONSTRUCTION
CONTRACT FOR ANNUAL STREET RESTRIPING PROJECT - FY 2006-07
A. ADOPT RESOLUTION DECLARING CHRISP COMPANY TO BE THE
LOWEST RESPONSIBLE BIDDER ON THE PROJECT AND AWARD
A CONSTRUCTION CONTRACT IN THE AMOUNT OF $23,559.
B. AUTHORIZE STAFF TO ISSUE CHANGE ORDERS TO THE
CONSTRUCTION CONTRACT UP TO AN AMOUNT OF $5,000.
RECOMMENDATION:
A. Adopt Resolution (Attachment 1) declaring Chrisp Company to be the lowest responsible
bidder on the project and award a construction contract (Exhibit A) in the amount of
$23,559.
B. Authorize staff to issue change orders to the construction contract up to an amount of $5,000.
BACKGROUND:
Roadway markings wear out due to traffic and weather. The goal is to have Town streets that are
properly striped for safe operation and use by the public. In recent years, striping has been
accomplished primarily in conjunction with the resurfacing of streets in the annual street paving
project. Beginning in the FY 2006-I1 Capital Improvement Program, funding for an annual
restriping program was established. This program will allow the Town to restripe streets that are
not scheduled for street repaving as needed. Thermoplastic striping will be installed for center
lanes, bicycle lanes, crosswalks, stop sign and signal light markings, and other roadway signage.
DISCUSSION:
For projects under $100,000 construction costs, the Town's informal bid process does not require
public advertising and the preparation of a set of complete plans and specifications for a project.
PREPARED BY: JOfI1 E. CURT
Director of Parks and Public Works
N:AB&E\COUNCIL REPOR"rS\06-05.street striping projccr'_')06-07.av.trd.:'oc
Reviewed by: _j:L Assistant Town Manag ' er _ -Town Attorney
Cleric Administrator Finance C lornmunity Development
PAGE 2
MAYOR AND TOWN COUNCIL
SUBJECT: PROJECT 0710 (PPW JOB NO. 06-05) AWARD OF CONSTRUCTION
CONTRACT FOR ANNUAL STREET RESTRIPING PROJECT FY 2006-07
DECEMBER 6, 2006
This informal bid process allows staff to prepare a scope of work, solicit bids from minimum of
three (3) contractors and award the contract to the lowest responsible bidder. The Town uses this
process for small and uncomplicated projects.
Bids for the Street Striping Project were received on December 6, 2006. See (Attachment 3) bid
summary. The following contractors submitted bids for this project:
Chrisp Company $23,558.94
Safety Striping Services, Inc. $48,428.06
Staff has checked all of the bids received and has determined that Chrisp Company is responsible
and that its bid is responsive to the Town's informal bid process. It is recommended that the
Council adopt the attached Resolution that would declare Chrisp Company to be the lowest
responsible bidder on the project and award a construction contract to this company in the
amount of $23,559.
CONCLUSION:
Staff recommends that the Council accept the staff recommendations noted above.
ENVIRONMENTAL ASSESSMENT:
This is a project as defined under CEQA but is Categorically Exempt (Section 15301c). A
Notice of Exemption will not be filed.
FISCAL IMPACT:
The FY 2006-07 Capital Improvement Program budget for the Annual Street Restriping Project
is approved for $50,000. This contract and contingency total $28,559, leaving a remaining
balance of $21,441, as follows:
ANNUAL STREET RESTRIPING PROJECT #0710
Budget
Proposed
Remaining
FY 2006/07 Fiscal Impact Funding
Contract
Balance
Street Restri ing 400-0710 50,000
28,559
21,441
TOTALS 50,000
28,559
21,441
TOTAL EXPENDITURES BY CATEGORY:
Staff Labor
Materials
Engineering Design
-
Construction
23,559
Contingency
5,000
TOTALS
28,559
PAGE 3
MAYOR AND TOWN COUNCIL
SUBJECT: PROJECT 0710 (PPW JOB NO. 06-05) AWARD OF CONSTRUCTION
CONTRACT FOR ANNUAL STREET RESTRIPING PROJECT FY 2006-07
DECEMBER 6, 2006
Attachment
1. Resolution declaring Chrisp Company to be the lowest responsible bidder (with Exhibit A)
Construction Contract
2. Bid Summary
RESOLUTION
RESOLUTION OF THE TOWN COUNCIL
OF THE TOWN OF LOS GATOS
AWARDING A CONSTRUCTION CONTRACT TO
CHRISP COMPANY
FOR PPW JOB NO. 06-05
ANNUAL STREET RESTRIPING PROJECT FOR FISCAL YEAR 2006-07
WHEREAS, bids were sought in conformance with State and Town law for PPW
JOB No.06-05 - Annual Street Restriping Project; and
WHEREAS, Chrisp Company submitted the lowest bid which the Town Council
deems to be responsive to the Town's solicitation.
NOW, THEREFORE, BE IT RESOLVED by the Town Council of the Town
of Los Gatos, County of Santa Clara, State of California, that Chrisp Company is declared to be
the lowest responsible bidder for PPW JOB No. 06-05 - Annual Street Restriping Project.
BE IT FURTHER RESOLVED that the Town Manager is hereby authorized
and directed to execute a construction contract (Attached as Exhibit A) for said project on behalf
of the Town in the amount of $23,558.94.
PASSED AND ADOPTED at a regular meeting of the Town Council of the
Town of Los Gatos, California, held on the 18th day of December, 2006, by the following vote:
COUNCIL MEMBERS:
AYES:
NAYS
ABSENT:
ABSTAIN:
SIGNED: MAYOR OF THE TOWN OF LOS GATOS
LOS GATOS, CALIFORNIA
ATTEST:
CLERK ADMINISTRATOR OF THE TOWN OF LOS GATOS
LOS GATOS, CALIFORNIA
ATTACHMENT 1
CONTRACT
THIS AGREEMENT is between the Town of Los Gatos (hereinafter referred to as
"Owner") and Chrisp Company (hereinafter referred to as "Contractor"). Owner and Contractor,
for the consideration hereinafter named, agree as follows:
A. SCOPE OF WORK
Contractor shall furnish all materials and perform all of the work for the construction of PPW
JOB No. 06-05 - Annual Street Restriping Project in accordance with the Contract
Documents.
B. CONTRACT PRICE.
As full compensation for furnishing all materials and for doing all the work contemplated and
embraced in this Contract, also for all loss or damage arising out of the nature of the work
aforesaid, or from the actions of the elements, or from any unforeseen difficulties or obstructions
which may arise or be encountered in the prosecution of the work until its acceptance by Owner,
and for all risks of every description connected with the Work, also for all expenses incurred by
or in consequence of the suspension or discontinuance of work, and for well and faithfully
completing the Work, and the whole thereof, in the manner and according to the Contract
Documents, Owner shall pay (Twenty three thousand five hundred and fifty eight dollars and
ninety four cents), ($23,558.94), which shall supersede any other amount specified in the
Contract Documents.
C. CONTRACT DOCUMENTS
All rights and obligations of Owner and Contractor are fully set forth and described in the
Contract Documents. All parts of the Contract Documents are intended to be correlated so that
any work called for in one part and not mentioned in the other, or vice versa, is to be executed
the same as if mentioned in all said documents.
D. BEGINNING OF WORK
Following the execution of this Contract and the approval of bonds and insurance policies and
certificates, Owner shall issue a Notice to Proceed with the Work. Commencing work or the
entrance of equipment or materials on the site of the Work by Contractor before receipt of the
Notice to Proceed is at the sole risk and expense of Contractor, and the Contractor shall be fully
liable for any damage or injury sustained by Owner or third persons resulting therefrom.
E. TIME OF COMPLETION
The Work called for herein shall be fully completed within Thirty (30) working days of
Contractor's receipt of the Notice to Proceed.
L-,XI IBIT A
F. CORRECTION OF WORK AFTER ACCEPTANCE AND FINAL PAYMENT BY
TOWN
Contractor shall remedy any defects due to faulty materials and/or workmanship and pay for any
damages to other work and/or existing facilities resulting therefrom which shall appear within a
period of 2 years from the date of recording of the Notice of Completion.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of
day of , 20
TOWN OF LOS GATOS, by:
Debra J. Figone
Town Manager
CONTRACTOR, by: Chrisp Company
(Signature)
RECOMMEND BY:
John E. Curtis
Director of Parks and Public Works
APPROVED AS TO FORM:
Orry P. Korb
Town Attorney
ATTEST:
(Contractor's License Number)
Jackie Rose
Clerk Administrator
U
N O
d
Q .~C
m ~
O ~
' o
O
U O
O
a ~ Q
O U
U
Q0
O
C
`v, p
O
N
O
0
O
0
0
,
O
O
O
N
O
O
O
O
pj
N
N
U
:J
_
W
N
O
O
O
t~
CO
O
r "
M
OJ
V'
(O
O
O
O
d'
00
I~
o N
N
N
O
W
'I
O
0
(p
V
(fl
(n N
co
0) 'o c o 0 O)
d
a
c)
U ) x > c
-
w
o
o
m
o
0
0
0
O Q N
O
t0
L)
O
V
V'
t~
L)
Nm OJ N
~
0
0
0
0
0
0
0
0
O0 O
a
(oc~
(n
v
m
m
O
O
O
V
CO
N
-
O
00
p
OD
N
W
m
of
r
N
O
L)
I-
I'-
V
h
n
O
LQ
d)
m
m
(t7
O
N
N
n
L)
O
'
Cl)
N
T Cc L
N
6)
N
N
-
N
m
M O
0 m
0
O
U) _
UO G
T
N
O
~
<1
C
N
O
0-0 O
N
L)
-
0
0
0
0
0
0
0
0
L O
U V LL
O
=
0
0
0
0
0
0
O
O
O
nj
O
O
~
~
t7
O
to
0
O
O
O
O
(1)
cm
co
'o
CG
~
N
(D
co
c=S
cV
V
co
co
CG
w
N
N
N
N
N
N
N
N
C
m
0
0
0
0
0
0
0
0
C
W
'
w
LL
LL
U-
w
w
J
J
J
J
J
J
J
J
0:)
cli
r-
'IT
m
O
u1
N
cl
O
M
N
(h
N
m
J
Q
H
O
H
w
w
O
cc
a)
a
_
o
w
m
o
Cn
m
z
m
0
O
0
3
~
°
J
'
r
o
}
J
L
i
~
<a
p
n
o
3
o
~
co
°
m
Y
u
I.
-C
3
0
o
3
~
J
W
J
C0
Q
>
?
~
I-
}
V
V'
OJ
CO
z
N
C')
r
Ln
co
r
cp
O
O
V
G
Ca
o G
O C
~ V
A .a
V y
Q ~4
G O
o
~ 'cS
G TS
O .G
~ O
v
Q) U
y
n u
:3
A
n G
V
V
d
LO
~O
of
0
0
O
N
EXHIBIT A
u7
N