Loading...
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