Loading...
06 Staff Report - Annual Street Repair and Resurfacing Project. ~pW N 0 ~A lps~=G A.~~S DATE: TO: FROM: COUNCIL AGENDA REPORT FEBURARY 5, 2008 MAYOR AND TOWN COUNCIL GREG LARSON, TOWN MANAGER MEETING DATE: 2/19/08 ITEM NO: Alll~ SUBJECT: PPW JOB NO. 07-04 - FISCAL YEAR 2007-08 - ANNUAL STREET REPAIR AND RESURFACING PROJECT (411-811-9901) A. ADOPT RESOLUTION DECLARING G. BORTOLOTTO & COMPANY TO BE THE LOWEST RESPONSIBLE BIDDER ON THE PROJECT AND AWARD A CONSTRUCTION CONTRACT IN THE AMOUNT OF $726,386.70. 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 G. Bortolotto & Company to be the lowest responsible bidder on the project and award a construction contract (Exhibit A) in the amount of $726,386.70. 2. Authorize staff to execute future change orders to the construction contract as necessary up to an amount of $100,000. BACKGROUND: The adopted Capital Improvement Program designates funding for the annual Street Repair and Resurfacing Program and is consistent with the Town's goals to improve public safety and to improve the quality of Town streets. Staff has been working on developing the most cost effective method of treatment for street resurfacing to utilize the funding allocated to achieve the best result for the community. A combination of surface treatments (asphalt overlay, chip and slurry seal) has been used to maintain the overall Pavement Condition Index (PCI) for the Town at 74. It is important to point out that even if the overall PCI is kept at 74, there are many streets and neighborhoods in Town which need much more than a simple resurfacing to address their pavement problems. P PREPARED BY: KEVIN ROHANI Interim Director of Parks and Public Works N:AENGINEERING\COUNCIL REPORTS\07-04.FY07-08.street. rehab. wid improve. prj.award. doc Reviewed by: A ~J Assistant Town Manager Town Attorney Clerk Administrator Finance Community Development PAGE 2 MAYOR AND TOWN COUNCIL SUBJECT: PPW JOB NO. 07-04 - FISCAL YEAR 2007-08 - ANNUAL STREET REPAIR AND RESURFACING PROJECT (411-811-9901) FEBRUARY 5, 2008 Unless there are funding allocations at higher levels in the future, these streets will continue to deteriorate and will require reconstruction in the coming years. DISCUSSION: On December 17, 2007, the Town Council approved plans and specifications for the annual Street Repair and Resurfacing Project and authorized staff to advertise the project for bids. On January 12, 2008. eight (8) bids were received for this project. See Bid Summary (Attachment 2). Staff reviewed the bids received and has determined that G. Bortolotto & Company 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 G. Bortolotto & Company to be the lowest responsible bidder on the project and award a construction contract to this company in the amount of $726,386.70. 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 March 2008. 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 2007/08 Street Repair and Resurfacing Project (411-811-9901) was approved by Council on December 17, 2007. The following chart describes the project's budget: PAGE 3 MAYOR AND TOWN COUNCIL SUBJECT: PPW JOB NO. 07-04 - FISCAL YEAR 2007-08 - ANNUAL STREET REPAIR AND RESURFACING PROJECT (411-811-9901) FEBRUARY 5, 2008 STREET REPAIR & RESURFACING PPW Job # 07-04 Available Expended/ Proposed Remaining Budget Encumbered Available Contract Budget FY 2007/08 Fiscal Impact Funding To Date Balance Amount If Approved Project 411-811-9901 644,200 592 643,608 643,608 (0) Project 481-811-9901 911,447 41,589 869,858 182,779 687,079 TOTALS 1,555,647 42,181 1,513,466 826,387 687,079 TOTAL EXPENDITURES BY CATEGORY: Staff Labor Materials 592 Engineering/Design Construction 41,589 726,387 Contingency 100,000 TOTALS 42,181 826,387 1. Resolution declaring G. Bortolotto & Company 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 G. BORTOL.OTTO & COMPANY FOR PPW JOB NO. 07-04 ANNUAL STREET REPAIR AND RESURFACING PROJECT WHEREAS, bids were sought in conformance with State and Town law for PPW Job No.07-04 - Annual Street Repair and Resurfacing Project; and WHEREAS, G. Bortolotto & Company 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 G. Bortolotto & Company is declared to be the lowest responsible bidder for PPW Job No. 07-04 - Annual Street Repair and Resurfacing 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 $726,386.70. 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 February, 2008, 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 G. Bortolotto & Company 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. 07-04 - Fiscal Year 2007-08 - Annual Street Repair and Resurfacing 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 (seven hundred twenty six thousand three hundred eighty six dollars and seventy cents) 5726,386.70, 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 1, 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 E. TIME OF COMPLETION The Work called for herein shall be fully completed in eighty (80) 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: G. Bortolotto & Company Greg Larson, 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) w V U C Q °o o ° O ~ O Y ~ O y N O t+j N Q p C Y w O ~ O C ~i Cr `C O ~ C C ~ v C ti o v C) ~ h 0 o ~O c 0 ~ - ~ _ BS O S S g o 8 N 8 O 88 N p8p O g O S S g S S 8 88 $ 8 g S ° g B g B$ $ o N U °'I N O O h N 1~ H d V M ~ N S N 2 ~ } a M N 2 V 2 d 8 ^ N ~ a n~U a`m0 o 8 g ° g O N ~ M S O ~ O O O 1 S 10 pp O g S o B S a~ N o rn d m v d ~ ~ ~ o d v ~ o ~ ~ g ° 8 1 8 p 8 8 8 8 8 g 8. 8. 8 8 ° ° 8 8 8 8 p - 8 8 0 N 1 O O $ 2 N pp N M . 6 m 6 p . °Ni O N, . . 8 o 8 o 0 2 N a i N O n N S h N N ~ .A- N ~ ~U c o ~ = g o S o 8 8. 8 ~ 8 ~ 8 $ 8 ° 8 a N ° 2 8 $ 8 ~ 8 o 8 ° ° 8 8 ° 8 o 8 0 8 8 ° ~ ° ~ ° ~ 8 8 8 8 8 g 8 o o ~ O S O p N o 8 O n N O N O oo N O tND O O ~ g N p O N rn Nb a m i d ° N `a d ~ N ^ 1 a °ec ' ~LL'N ~ C 8 O 8 g 8 p ~ ° cOcpp N ~ tO M 8 S 8 Vj 8 VI ° N ° N p O S S N O O S p N O Y I OO _ S O ° ' O d d 0 <O ~ ~ N N - N I~ n O N W N N 8 8 8 8 8 g 8 8 8 8 8 8 8 S 8 g 8 g S 8 8 8 c 3 n - tl $ N Q g m 2 rn g m a o o m 2 . rn 2 N - rU,N ?tea V IN n o ~ 0 N 0 N o ~ N d ° ~ N o o~N U~ 8 o S 8 0 S S p0 2 ° g S d g a 9 O g v ° 8 8 8 8 y8 8 8 j N = _I < ~ ro lV ° - O N ~ N N VI D I~ N N ~ N a ~ y N O S O g S O o O p S O O O S S S S O O 8 S S O O S d c tn c SS 0 88 0 $ 8 a' p O N N Q N o 8 0 S p Op e N W ~ ~ N ° O_ N ^ ° N ° O _ U S~ 3 ~i O N E y ~ [O N I~ d N d c7 N N N ~ N amp M `i 8 O S 8 O < N O O °O N < < 0 p S O N ^ S Orv~ ( V I :I 8 8 8 8 S S 8 8 8 8 8 8 S S S 8 B S S 8 y j ..i ~ ~ $ m y°. S ~ g $ N ~ o ~ m 8 ~ $ ~ N g 0 6 m N o °sa ~L~ ~~a - ~ ~ 8 g 8 S 8 $ M1 e S o 8 S g a 8 8 8 rv N ~ 8 8 8 8 8 8 8 8 8 ° G i ~ ci ° o p N oi ci oi oi ~ m c S S g o $ 8 8 g 8 8 8 8 8 8 S g 8 g 8 S 8 $ _ N N S N p OO tN (V 8 " L m 8 O O o O (L p N M S N 8 N CO ~ d m ~ O C> N N O N V°i d 0 pp 0 S c0 U _ ~ m aN~ ax5 8 8 8 2 8 - 2 8 8 8 8 8 2 0 2 8 2 , 0 8 8 g 8 ° ° o 8 .1 8 8 $ 8 d 8 6 8 8 8 2 2 ° 8 8 8 8 ° o oi m ° w O ° M 2 ^ ° r o o o N $ ~ d N ~ ° o o ° o 2 $ ° M n U m n d O O p N ? ~ N n p d A N . - N N o m " ° mt O U In ~ C ° n g g T O °i - N S m S ^ S D g t O ' O m N m D m t O S 8 o O O N m N° " M < O K D m m fV ro f0 m N S V V O C7~vf ~ o d - 1 8 1 1 ° 8 o 5 - m ~ _ p°o' i o o' o E 1. "I s o° o ° N J w o, N N J J W W W J J N W W N J p. N p 2 N 0p 6 0-. 0 8 0 NON O N N R p p O N 2 O N o g d N U S = 'O _m N E F 12 E m m m F ~ ~ o a ° O € U N ~ O Q E ~ m ~ = d ~ S 7C . .CC .C U `O N = € L y G .C d m Y U . m ° U s m N c t g H U O N ? E N N ° = 3 N > C R w o 10 ~ h w U Utn ~ O 9 ' ~ p i5 a a a 0 ~ ~ ~ L ~ K Y d O ~ a `°e g a N ~ I J 3 Am c E G 0 0 v 'c of a o ~ O y 3 0 q L_ ATTACHMENT 2 G ~t f=