Loading...
02 Staff Report - PPW Job No. 03-40N o,MEETING DATE: 4/2/07 ITEM NO: cos-catos COUNCIL AGENDA REPORT DATE: MARCH 25, 2007 TO: MAYOR AND TOWN COUNCIL FROM: DEBRA J. FIGONE, TOWN MANAGER SUBJECT: (PPW JOB NO. 03-40) VARIOUS TRAILS. PATHWAYS. AND PARKS ASPHALT SURFACE IMPROVEMENT PROJECTS (0720, 0721, 0723, AND 2251) A. ADOPT RESOLUTION DECLARING DURAN AND VENABLES, INC. TO BE THE LOWEST RESPONSIBLE BIDDER ON THE PROJECT AND AWARD A CONSTRUCTION CONTRACT IN THE AMOUNT OF $151,405.50. B. AUTHORIZE STAFF TO EXECUTE FUTURE CHANGE ORDERS TO THE CONSTRUCTION CONTRACT AS NECESSARY UP TO AN AMOUNT OF $15,000. RECOMMENDATION: 1. Adopt resolution (Attachment 1) declaring Duran and Venables, Inc. to be the lowest responsible bidder on the project and award a construction contract (Exhibit A) in the amount of $ 151,405.50. 2. Authorize staff to execute future change orders to the construction contract as necessary up to an amount of $15,000. BACKGROUND: This project includes resurfacing asphalt pathways on several of the Town's parks and trails and a park parking lot. Specifically, the project locations are Blossom Hill Park, Belgatos Park, Los Gatos Creek Trail Resurfacing, and the Kennedy Meadows Pathway Resurfacing project. Staff conducted a bid process for this project in summer/fall 2006. The bids received were deemed unacceptable on the basis of cost in excess of the project budget and Council accepted staff's recommendation to reject the sealed bids. PREPARED BY: KEVIN ROHANI 11.1;a Interim Director of Parks and Public Works NAB&E\COUNCIL REPORTS\03-40.various.trai Is. pathways. parks' asphalt. award, doc Reviewed by: Assistant Town Manager Clerk Administrator = Finance Town Attorney Zmunity Development a r- PAGE 2 MAYOR AND TOWN COUNCIL SUBJECT: (PPW JOB NO. 03-40) VARIOUS TRAILS, PATHWAYS, AND PARKS ASPHALT SURFACE IMPROVEMENT PROJECTS (0720,0721,0723, & 2251) MARCH 25, 2007 DISCUSSION: Staff worked over the past few months to refine the project scope of work and project budget. This project will improve four different asphalt pathways, a parking lot and trails which are maintained by the Town. Three of these locations are on Town property, within parks, and one location is located within a special Assessment District. On February 20, 2007, Council approved staffs recommendation and authorized a budget revenue adjustment in the amount of $140,000 in State Park Bond funds to increase the project budget for the three Town-owned sites and provide sufficient funding to complete this project. The estimated cost for the pathway improvement within the special assessment was not adjusted, as prior bids were at or below the Engineer's estimate, and remained at $15,000. On February 20, 2007, Council also authorized staff to advertise the project for bids. Staff prepared plans and specifications for these improvements. Six bids for this project were received on March 28, 2007. A summary of the bids received is attached to this report as (Attachment 2). Staff has checked all of the bids received and has determined that Duran and Venables, Inc. is responsible and that its bid is responsive. It is recommended that the Council adopt the attached resolution declaring Duran and Venables, Inc. to be the lowest responsible bidder on this project and award a construction contract in the amount of $151,405.50. Further, it is recommended that Council authorize staff to execute future change orders to the construction contract up to an amount of $15,000. The variables associated with this type of construction and this change order amount is adequate to cover the cost of unforeseen circumstances that may arise during the course of construction and/or for additional quantities of work that may exceed those included in the award of contract. The construction of this project is anticipated to be completed by June 2007. 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. PAGE 3 MAYOR AND TOWN COUNCIL SUBJECT: (PPW JOB NO. 03-40) VARIOUS TRAILS, PATHWAYS, AND PARKS ASPHALT SURFACE IMPROVEMENT PROJECTS (0720,0721,0723, & 2251) MARCH 25, 2007 FISCAL IMPACT: FY 2006/07 Capital Improvement Program budgets provide sufficient funding to complete each of the four projects. Specifically, funding is approved from two different funding sources as follows: three of the four projects are town-owned properties, and their funding source is from the State Proposition 12/40 Parks Bond grant fund. These three projects will utilize the remaining balance of State Proposition 12 Park Grant funds, and begin to utilize the State Proposition 40 Park Bond funds. Any remaining balance of unused grant funds will become available for the remaining approved parks projects. The one other project for this contract is located within a Special Assessment District (Kennedy Meadows), and its funding source is from that District's account (2251). Any remaining balance from the Kennedy Meadows Pathway project will go back to the District's fund balance. The following four charts describe each project budget in detail: BELGATOS PARK PATHWAYS AND PARKING LOT RESURFACING PROJECT Program 410-0720 Budget Encumbered Contract Remaining 2006/07 Fiscal Impact Funding to Date Amount Balance ;atos Park Resurfacing-State Park Bond Funds 95,000 - 59,233 35,767 TALS 95,000 - 59,233 35,767 TOTAL EXPENDITURES BY CATEGORY: Staff Labor Materials Construction 53,933 Construction Contingency 5,300 TOTALS 59,233 BLOSSOM HILL PARK RESURFACING PROJECT Program 410-0721 Budget Encumbered Contract Remaining FY 2006/07 Fiscal Impact Funding to Date Amount Balance Blossom Hill Park Resurfacing -State Park Bond Funds 85,000 56,033 28,967 TOTALS 85,000 - 56,033 28,967 TOTAL EXPENDITURES BY CATEGORY: Staff Labor Materials Construction 51,033 Construction Contingency 5,000 TOTALS 56,033 I PAGE 4 MAYOR AND TOWN COUNCIL SUBJECT: (PPW JOB NO. 03-40) VARIOUS TRAILS, PATHWAYS, AND PARKS ASPHALT SURFACE IMPROVEMENT PROJECTS (0720,0721,0723, & 2251) MARCH 25, 2007 LOS GATOS CREEK TRAIL RESURFACING AND RESTRIPING PROJECT Program 410-0723 FY 2006/07 Fiscal Impact LG Creek Trail Resurfacing & Restriping-State Park Bond Funds TOTALS TOTAL EXPENDITURES BY CATEGORY: Staff Labor Materials Construction Construction Continaencv Budget Encumbered Contract Remaining Funding to Date Amount Balance 55,000 39,740 15,260 55,000 - 39,740 15,260 36,140 TOTALS KENNEDY MEADOWS PATHWAY RESURFACING Program 2251 Budget Encumbered Contract Remaining FY 2006/07 Fiscal Impact Funding to Date Amount Balance Kennedy Meadows Lighting & Landscape District funds 15,000 11,300 3,700 TOTALS 15,000 - 11,300 3,700 TOTAL EXPENDITURES BY CATEGORY: Staff Labor Materials Construction 10,300 Construction Contingency 1,000 TOTALS 11,300 Attachments: 1. Resolution declaring Duran and Venables, Inc. 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 DURAN AND VENABLES, INC. FOR PPW JOB NO. 03-40 VARIOUS TRAILS, PATHWAYS, AND PARKS' ASPHALT SURFACE IMPROVEMENTS FOR PROJECT 410-0340 WHEREAS, bids were sought in conformance with State and Town law for PPW Job No. 03-40 - Various Trails, Pathways, and Parks' Asphalt Surface Improvements; and WHEREAS, Duran and Venables, Inc. 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 Duran and Venables, Inc. is declared to be the lowest responsible bidder for PPW Job No. 03-40 - Various Trails, Pathways, and Parks' Asphalt Surface Improvements. 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 $151,405.50. BE IT FURTHER RESOLVED, that staff is authorized to execute future change orders, as necessary, up to an amount of $15,000. ATTACHMENT 1 R PASSED AND ADOPTED at a regular meeting of the Town Council of the Town of Los Gatos, California, held on the 2nd day of April, 2007, 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 CONTRACT THIS AGREEMENT is between the Town of Los Gatos (hereinafter referred to as "Owner") and Duran and Venables, Inc. (hereinafter referred to as "Contractor"). Owner and Contractor, for the consideration hereinafter named, agrees as follows: A. SCOPE OF WORK Contractor shall furnish all materials and perform all of the work for the construction of PPW Job No. 03-40 - Various Trails, Pathways, and Parks' Asphalt Surface Improvements 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 (one hundred fifty one thousand four hundred and five dollars and fifty cents) ($151,405.50), 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. The Contract Documents are defined in Part I, Section 1-1.01(A) of these Specifications and are incorporated herein by reference the same as though set out in full. 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 there from. EXHIBIT A r, E. TIME OF COMPLETION The Work called for herein shall be fully completed by (60) working days of Contractor's receipt of the Notice to Proceed. 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 there from which shall appear within a period of 2 years from the date of recording of the Notice of Completion. G. LIQUIDATED DAMAGES The undersigned has reviewed and is thoroughly familiar with the appropriate sections of the Contract and Part II, Section 8-1.03 of these Specifications pertaining to liquidated damages. 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 RECOMMENDED BY: Kevin Rohani Interim Director of Parks and Public Works APPROVED AS TO FORM: Orry P. Korb, Town Attorney ATTEST: Jackie Rose, Clerk Administrator CONTRACTOR, by: Duran and Venables, Inc. (Signature) (Print Name) (Address) (City, State, Zip) (Contractor's License Number) u V V s O O N O O ~ C d y O O O Q ~ U y { -o ti y ~r Y O ti O C C7 ~ H o ~ a O y y F U N O O O V ° 0 0 ° 0 0 0 0 ° 0 O ° ° 0 O c O c p 0 p o O c p 0 O ° O o p O O ° O ° O 0 p 0 p O O O O O O ( j C Q j N O O O N N O ^ 0 0 O 0 0 O 0 . O O 0 ~ o ~ M 00 O 0 O N 0 O O ~ N o O t o (°p, p 0 O t o M 0 X 0 O p 0 O (°p. O fop O M N p M n L'i ~ ~ N V N N N fA ° M EA N ° M d' ~ ~ a m> I:; o o ° ° 0 0 0 0 0 0 m o ° o ° o O O O C o O O ° 0 0 0 Ld M ~ . O V ° O O r o ° O O o M p 0 r 0 N 0 O 0 N 0 0 ° N 0 ~ r r 0 O 0 N U ~ N ° ~ 0 N M M 7 ON2 U C C O 0 O 0 O N O 0 0 O O O O ° O O p O 0 O O O ° O O ° O c o o ° O O ° O _Q (ri 0 o 0 0 o~ m O o N O o O O o O ° O p o o °ro p vi ° 0 p N O ° cp o ° ° n o o o ° ° O rn O w U 2 V O N N M O M O N O m N x 0 ~ 0 0 0 ' o O V O N N V Np C N N M N r [M N M 7 N (O N O Q~ d' M r O U r ° N `r O 0 0 0 0 0 0 0 O ~ O p~ (J C o m ro o ts t O 0 ° O O p O O N 0 O 0 0 O M o O o c? p p 0 N r 0 ° ° O M N O V' N 0 m O 2 C~aQ N M N N N 7 1 -61 1 c - o ° o o o o O ° ° ° o c o c 0 0 ° 0 0 c 0 o 0 o 0 o 0 ° ° o o o o 0 ° 0 ° C ° o o c 0 o 0 0 o 0 0 O (pO p N ° O p O n 0 N O 0 m ° ° V M y V O N V M ~ V N N N ~ y V ~ _ K N ~ M p V (V im. O O N O V' ~ O O r Q ~,M U - U o O ° O . , ° o p 0 0 0 0 0 p C 0 . r O o p ° 0 O O O p O o O 0 lo E O a ~2 a p ° p to N N °O N (D N D p c c V d IL N O O O O O O O ° o ° ~ 0 o 0 o c O c O ° N ° ° 0 0 0 0 0 0 0 0 O ° ° O O O O O ° ° - ° c 0 c 0 0 0 O O ° O O pj - O O N O oc~ N c N c N O m O 0 r o ° N - 0 0 0 N r O - N ° ° (O t°O 0 0 n m r ' C Q y M Oi O N c7 M a CO . M N N r O N N (D O d3 N r o r M in V d O U a n > Q = L° . m mU c op o 0 °o 0 o o O ° ° 0 °o N 0 ° o ~n 0 0 . > N> V O o N N N p o i - ° o o o o O _ p N O~ ~ M C~J W tf . ` pp O ' a rn N C M 0 a R ° 0 0 o ' 0 0 c 0 O o O O m C O C Q O o ~j p m O O 0 0 ~ ~ O ' O O M U X t p 0 0 0 p 0 C 0 o 0 . O O o N O ° O m N r O m p o p O O 0 o p 0 N 0 O o V d R M m O ~ O N N 0 I 0 M o ~ N W 4~9 l V M p> 7 O N m .r- 0 N ~ s9 O N N O O ° N V r r ~ Q o U EA o D - I o0 j W o r O 0 0 O y 0 0 0 0 0 00 0 0 0 O o N M O 0 M M O 0 o O O N 0 0 N co 0 0 0 0 ° O ~J N N O (O N M p c j ° N O O M ~ N N M N O N O V O Q d co N i 6 . . . c o o p - O O M ° C o o . O M 0 O 0 O O 0 0 O 0 o 0 0 o 0 O O ON 0 0 O N m I M O o ~ c c M ° m o o a N aj 0 ~ V V N •t ~ ~ N N N to M N M c7 O " E ~ M N tH ~ (D OJ M O fA O ~ M OJ V' to ~ V fD ~ ~ I Q » moQ > o0 _ ~^C ~ 0 o ~ O ° 0 o 0 o p 0 o M rn o o o 0 0 o 0 0 c? 0 o 0 0 m 'd O O O r O O~ N N M to O] N O V' p M O W O O ~ V N N N m M N c0 M 7 N Lq N I cr C) O O~ o O O o o p o b O c o o ' O O ~ p ~ pi o p 0 O O U O U ~ ~ O! p : O 0 0 ~ 0 p 0 O 0 O O 0 cj 0 ~ O O H I O O O N ~ p u o ~ 0 O 0 O 0 O o V (C ~ m _ O j OH O MI S' p O h ~ G ~ ^ N Uri ~ ~ ^ ! N O ~ P V ~ f. O O ~ ~ t ~ M E ~I ~ MI S to u7 N r c7 M ( ~ p 0 Ol b ~ O O O ~ O t o 0 0 ~ o. O OBI O O p of 1 I u~ O ~ ~ ~ ~ 0 o 0 o N 1~ :v 0 fD N c~ 0 C i . I LL J N J LL (n Z O LL J Q W (n J } (n m J LL In } co Z 0 Q W fn J } m LL } m (n (n J (n (1) 0 O 0 0 O N o O ry C N c ~ N ~ c o . O N r - - r N 47 W ~ ~ r - - - - - - - - - - - - - - - - - J F uo D1 c O m ~n E m x W o o E o cm F U m E c W E o v m O C U V m m o m L `o N a C a R w3, n m o o o U 3 . d ~ m a = do N Q W z t a 5 aUi N LL c w o aci y a m a = 3 m ~ y ami ~ m ~ ~ E o Ea~ c U 0 t u) m p J U o C m a' J m z m o c K a O C d W U m m € m d a w y u) Q c d m 3 u m F' N ~ m C Y 'a d U m L L d 4 0 0 Q. a O W ~ m > m Q c y a,_, a _ p 0 F- o U ° m m U ° m O N c ~ a o ~ a m a T o f o L d L v d E - o E 0 10 ~ N M V ~m m ~ m rn w co n m o v c N m ~ M a ~n co m o d o v N O p O R C ~ h ri o O U y L ~ E S 2 C G O O T' '6 C TS O 5 0 z v o 'J 3 `o L a L c a ATTACHMENT r=. a