Loading...
05 Staff Report - Highway 9 Safety Improvement Project~i W N 0 DATE: TO: FROM: SUBJECT COUNCIL AGENDA REPORT OCTOBER 25, 2007 MAYOR AND TOWN COUNCIL MEETING DATE: 11/19/07 ITEM NO: pu~ PAMELA JACOBS, INTERIM TOWN MANAGER PPW JOB NO. 05-17 - HIGHWAY 9 SAFETY OVEMENT PROJECT 0614 A. ADOPT RESOLUTION DECLARING HSR, INC. TO BE THE LOWEST RESPONSIBLE BIDDER ON THE PROJECT AND AWARD A CONSTRUCTION CONTRACT IN THE AMOUNT OF $655,720. B. AUTHORIZE STAFF TO EXECUTE FUTURE CHANGE ORDERS TO THE CONSTRUCTION CONTRACT AS NECESSARY UP TO AN AMOUNT OF $100,000. RECOMMENDATION: 1. Adopt resolution (Attachment 1) declaring HRS, Inc. to be the lowest responsible bidder on the project and award a construction contract (Exhibit A) in the amount of $655,720. 2. Authorize staff to execute future change orders to the construction contract as necessary up to an amount of $ 100,000. BACKGROUND: This project is a multi-jurisdictional effort to improve safety for motorists, bicyclists, and pedestrians. The Town of Los Gatos, City of Saratoga, and City of Monte Sereno applied for and received a Congestion Mitigation and Air Quality (CMAQ) grant for a pedestrian and bicycle safety enhancement project in 2005. The first phase of the work is to design and construct bicycle safety improvements, including some widening of shoulders, signing and striping the road. This phase also addresses some of the pedestrian facility needs of Highway 9 route by installing 2 lighted crosswalks systems at Intersection of Highway 9 with Massol Avenue in Los Gatos and with Vickery Avenue in Saratoga. Project design for this phase started in fall 2006, and final construction documents were prepared and approved by Caltrans in fall 2007. PREPARED BY: KEVIN ROHANI Interim Director of Parks and Public Works NAENGINEERING\COUNCIL REPORTS\O5-] 7.highway9.safety.improve.award.revised.doe Reviewed by: Assistant Town Manager Town Attorney Clerk Administrator Finance Community Development PAGE 2 MAYOR AND TOWN COUNCIL SUBJECT: PPW JOB NO. 05-17 - HIGHWAY 9 SAFETY IMPROVEMENT PROJECT 0614 OCTOBER 25, 2007 The next phase of the work is to address various deficiencies for pedestrians on Highway 9. A wide range of options and features will be considered for such facilities. This task will require extensive analysis of needs for pedestrian facilities in each municipality along the Highway 9 route. nTgCT iccrnN- On September 17, 2007, the Town Council approved plans and specifications for the first phase of Highway 9 Safety Improvement project and authorized staff to advertise the project for bids. On October 24 2007, five (5) bids were received for this project. See (Attachment 2) Bid Summary. Staff reviewed the bids received and has determined that HSR, Inc. is a responsible entity and that its bid is responsive to the Town's formal bid process. It is recommended that the Council adopt the attached Resolution that would declare HSR, Inc. to be the lowest responsible bidder on the project and award a construction contract to this company in the amount of $655,720. Further, it is recommended that Council authorize staff to execute future change orders to the construction contract up to an amount of $100,000 due to the variables associated with this type of construction. The 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. It is anticipated that construction will begin on this project in December 2007 and completed by April 2008. CONCLUSION: Staff recommends that the Council accept the staff recommendations noted above. ENVIRONMENTAL ASSESSMENT: This project is Categorically Exempt pursuant to Sections 15301 (c), and 15303 (e), and 15304 (b) of the State CEQA guidelines. FISCAL IMPACT: This project has a total budget of $1,165,000, including matching funds (prorated based upon amount of improvements per jurisdiction) from the cities of Saratoga, Monte Sereno and Los Gatos. Expenditures to date include design, staffing, consultant services, and blue print charges totaling $241,230, plus construction management expenses of $119,000. The current available budget balance of $1,254,770 is sufficient to meet the costs of this contract, plus staffing and inspection, and contingency needed to complete this project. The following chart describes the project's budget: PAGE 3 MAYOR AND TOWN COUNCIL SUBJECT: PPW JOB NO. 05-17 - HIGHWAY 9 SAFETY IMPROVEMENT PROJECT 0614 OCTOBER 25, 2007 Highway 9 Safety Improvements Project PPW Job #05-17 Expended/ Budget Encumbered Remaining Amount Remaining FY 2005/06 Fiscal Impact Funding To Date Balance of Contracts Balance Project: 400-0614 50,000 50,000 50,000 - Project: 410-0614 1,565,000 241,230 1,323,770 824,720 499,050 TOTALS 1,615,000 241,230 1,373,770 874,720 499,050 TOTAL EXPENDITURES BY CATEGORY: Staff Labor 3,495 Materials 118 Engineering Design 237,480 Consultant Services Advertising 137 Construction Management:#1 CSG 119,000 Construction Contract: #2 HSR 655,720 Contin enc : HSR 100,000 TOTALS 241,230 874,720 1. Resolution declaring HSR, Inc. as the lowest responsible bidder with Exhibit A) Agreement 2. Bid Summary RESOLUTION RESOLUTION OF THE TOWN COUNCIL OF THE TOWN OF LOS GATOS AWARDING A CONSTRUCTION CONTRACT TO HSR, INC. FOR PPW JOB NO. 05-17 - HIGHWAY 9 SAFETY IMPROVEMENT PROJECT WHEREAS, bids were sought in conformance with State and Town law for PPW Job No.05-17 - Highway 9 Safety Improvement Project; and WHEREAS, HSR, Inc. submitted a 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 HSR, Inc. is declared to be the lowest responsible bidder for PPW Job No. 05-17 - Highway 9 Safety Improvement Project. BE IT FURTHER RESOLVED that the Interim 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 $655,720. BE IT FURTHER RESOLVED, that staff is authorized to execute future change orders, as necessary, up to an amount of $100,000. PASSED AND ADOPTED at a regular meeting of the Town Council of the Town of Los Gatos, California, held on the 19th day of November, 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 Attachment 1 CONTRACT THIS AGREEMENT is between the Town of Los Gatos (hereinafter referred to as "Owner") and HSR, 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. 05-17 - Highway 9 Safety Improvement 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 (six hundred and fifty five thousand seven hundred and twenty dollars) $655,720), 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. E. TIME OF COMPLETION The Work called for herein shall be fully completed in ninety (100) 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: CONTRACTOR, by: HSR, Inc. Pamela Jacobs, Interim Town Manager RECOMMENDED BY: Kevin Rohani Interim Director of Parks and Public Works (Signature) (Print Name) (Address) APPROVED AS TO FORM: Orry P. Korb, Town Attorney (City, State, Zip) ATTEST: Jackie Rose, Clerk Administrator (Contractor's License Number) Exhibit A d V U d C O C ~ O n ~ O N N d ~ Q a N O ~ U O Q 13k a O E9 H A ~ O C O O ig U o 0 o 0 o 0 o 0 o 0 o 0 o 0 0 0 0 o 0 o 0 0 0 0 0 0 0 0 - 0 - 19 0 0 0 0 0 0 0 0 0 0 O 0 o 0 o 0 o 0 o 0 0 0 0 0 0 0 0 °o 0 0 0 0 0 0 0 0 0 0 0 6 0 6 0 0 6 0 0 0 °0 0 0 0 0 0 0 0 0 0 6 0 0 6 0 rn N 6 O 0 O 0 O 0 O 0 V N N O N t C) p~ 6 N 0 4 0 N 0 O 0 V 0 O 0 O 0 N 0 ~ 0 0 ( 0 O 0 ° 0 ~A 0 tq O q N n (A N O N n N 0 0 0 O 0 n M C O 0 (n (!1 N N O O N a a N N N M O N O N O M N w N n N d: ~j N M ^ (n N to rn M N ^ V N O N N M _¢Q U c o (u o N U ° ° 0 0 o ° ° 0 p o 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 o 0 0 0 ° 0 o 0 0 o 0 ° 0 ° 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ° 0 0 o w O U E 0 0 0 O 0 p O O o N 0 N O to uj tO 0 0 0 0 M 0 N N 0 N N 0 0 O O O M (°O M M O N 0 , 0 0 0 112 E M N N N M ~ N M C7 h tq v' O O O O ° O O O O O O O O O O O V O O O O O O O O O O O O O s{ ° O O O O O O O O O O O O 0 0 1 0 (1) O 0 0 t o OO O O O O 6 O 0 N o r ` N 6 ,6 M O 0 O to o O ° O 0 (P 0 O 0 O o D ° M N (n M n O O O O ° 0 0 N 0 (A O R t~ M n m m N 0 0 0 0 0 0 N N O N n r N O OJ O N C O n N O rn p h o (n V o to , r in rn O m _ M N ~ ( ( D M N N t D c00 m U m fA a ° U O m p m o o O o O o o o N O O o o O o r 0 ° 0 0 o O 0 0 0 O 0 0 0 0 O 0 0 0 0 0 0 N O O to t p N (n 0 0 O 0 ° ° ` O l6 (p ~ O ° N I~ n N N N O p O (n O O n O N 0 to O O O pj M fM pt M O p M ° N ~ N n V O V' V O 0 0 0 O U O N mN C m N n N p N ~ ( N O N V N r r ( rn (O 0 O M N O 0 0 O 0 O O 0 O 0 0 O 0 O 0 O O O O O o O c o o O l o O O O 0 0 p 0 p O O O O O 0 O 0 O 0 O 0 O 0 O 0 O O O O O O O O D 0 o O 0 O 0 O o N (3i h O 0 " d' o M o N N D O 6 O o O ° N o (p 0 m 0 p 0 N O O N N o o (n N N 0 N N W 0 ° O O W G _ ° 0 0 M Q N N O N N h } N O N r M N h ° N r o r rn M N N O m O M M (n W O ( N O N M M m o > N N m N N n ( f N d V warn c) - o o o o 0 0 ° 0 °0 0 o o 0 o 0 0 0 0 ffi a 21. °O O O D N 0 t( 1 O N N 6 0 0 M o f00 O o ° O O p O p - ° - M N O 0 N 0 N N N O N N V M r r N N U N • • r ( N M 260 n N ~ - o o ° 0 ° 0 0 o 0 o D o o 0 0 0 0 o 0 o 0 o 0 o 0 0 0 0 0 0 0 0 0 ° 0 0 0 0 0 0 0 ° 0 0 0 o 0 o 0 o 0 o 0 0 0 o ° 0 o o 0 o o v - o 5 0 0 . o 0 0 to 0 N 0 0 0 0 0 c0 0 N 0 O 0 N 0 O 0 ° ° ° o o °0 M 0 N 0 O 0 o 0 0 0 N 0 N 0 O 0 0 O r o o 0 p o 0 n m (N N O . o rn N N N n "T O O to O to N ^ n 4 O O m rn to N N O O N O m o 0 M N m m N M M tD d' V 7 M to M M ^ M rn N h) M N p i rn N Q U ,p (n0 0 ° O O O o o O O q O O o 0 o 0 O o 0 ° 0 0 O O O O O O m m 0 0 o 0 0 x U O ~ I o N D O D O O ° (V O N D Tq V O (P h 6 N O 0 N 0 M M O n O o 0 O (n 0 o QI 7 IC i : ~ M o M (n 01 rn m N 1 1 N N 0 N M d (n i O f O O O O O o O o o o 8 ° D o O . D o O O O O O O O O O O O O O O 0 ° O 0 O 0 O 0 O O O O O O O 0 o 0 0 0 0 0 0 0 o O O O o O c O J~ ' 0 O 0 O 0 O 0 0 0 r O O h O O N m O 0 o 7 o 0 0 0 O V' O N 0 N 0 O 0 0 O pp (0 M O 0 0 o 0 ° O 0 h " ( N o o ri N m 0 N N N h m N O (A o 't? N V N N O (11 N a m c6 M N V N O H O yj N m I M ( n N a N M - . V N M M N ON d w Q Q~ 6 O~ ^ 0 O 0 O 0 O 0 D O O o o °O O o 0 ° 0 0 ° O ° o O O o ° O ° °O O O o ° ° 0 O 0 ° 0 o C¢ M O O O h O M N N N N O N 7 n M N o N O N ° (n ° M N ^ tp N ((j a N N M N O S M (C y 1 0 0O 0( _ O 7 OO O O C - " c c ' O O O : O O . N m r tn ~ ~ -`I N V tn u I O tn . Q rn N " t~ I E O N O M I - ° 0 0 - o °o o o g c c o of 0 0 W i\ t' S. O 0. O 75 0 o m N AO U u p 0 O ~ 23 d G O A v N sCr v ar > w w N v ~ 3 0 ap R~ G ~ O v p r b O s t b Attachment 2