Loading...
4 - Blossom Hill Road Improvements - GradeTech1oW" u MEETING DATE: 12/19/11 ITEM NO: �QS A COUNCIL AGENDA REPORT DATE: DECEMBER 9, 2011 TO: MAYOR AND TOWN COUNCIL FROM: GREG LARSON, TOWN MANAGER SUBJECT: PPW JOB NO. 10 -05 — BLOSSOM HILL ROAD IMPROVEMENTS (CHERRY BLOSSOM LANE TO CAMINO DEL CERRO) A. AUTHORIZE THE TOWN MANAGER TO EXECUTE A CONSTRUCTION CONTRACT WITH GRADETECH IN AN AMOUNT NOT TO EXCEED $1,023,967. B. AUTHORIZE STAFF TO EXECUTE FUTURE CHANGE ORDERS TO THE CONSTRUCTION CONTRACT AS NECESSARY IN AN AMOUNT NOT TO EXCEED $100,000. RECOMMENDATION: 1. Authorize the Town Manager to execute a construction contract with GradeTech in an amount not to exceed $1,023,967. 2. Authorize staff to execute future change orders to the construction contract as necessary in an amount not to exceed $100,000. BACKGROUND The Town's adopted FY 2011/12 — 2015/16 Capital Improvement Program (CIP) Budget designates funding for infrastructure construction projects. This is consistent with the Town's goals to improve the quality of Town streets. The Blossom Hill Road Improvements project is included in the adopted CIP Budget for FY 2011/12. The section of Blossom Hill Road, from Cherry Blossom Lane to Camino Del Cerro, connects several residential neighborhoods on both sides of Blossom Hill Road to Blossom Hill Park and Blossom Hill Elementary School. The need for pedestrian and bicycle safety improvements on this section of Blossom Hill Road has been under consideration by the Town for several years. The Town applied for grant funding from the State to improve the infrastructure on Blossom Hill Road for the past three years, and was successful in securing the Safe Route to School (SR2S) grant for this project in 2010. , PREPARED BY : TODD CAPURSO Director of Parks and Public Works Reviewed by: IM Assistant Town Manager Town Attorney / Finance N:\ PPW\ MANAGEMENT \COUNCIL \COUNCIL REPORTS\2011 Reports\December 19\ PPWJobNo. 10- 05.BHRhnprovements.Award.docx PAGE 2 DECEMBER 9, 2011 MAYOR AND TOWN COUNCIL SUBJECT: PPW JOB NO. 10 -05 — BLOSSOM HILL ROAD IMPROVEMENTS (CHERRY BLOSSOM LANE TO CAMINO DEL CERRO) BACKGROUND (cont'dJ This project will construct a curb, gutter, and sidewalk on the north side of Blossom Hill Road from Cherry Blossom Lane to Camino Del Cerro in sections where there are no existing infrastructure. The project will also construct a curb, gutter, and sidewalk on the south side of Blossom Hill Road from Blossom Hill School to Atwood Way. There will be minor widening (2 to 5 feet) of Blossom Hill Road in the project limits to accommodate the new curbs and sidewalks. A new lighted pedestrian crosswalk system will be installed at the intersection of Blossom Hill Road and Hillbrook Drive. This crosswalk will provide a much safer and functional crossing on the north side of Blossom Hill Road for residents who walk to Blossom Hill Park and Blossom Hill Elementary School. There will be four electronic radar message signs installed as part of this project in the above referenced section of Blossom Hill Road. These electronic radar signs have been effective in other parts of the Town in reducing speeds and increasing the awareness of motorists. The last phase of the improvements will include an application of slurry seal to Blossom Hill Road, from Cherry Blossom Lane to Camino Del Cerro, and signing and striping the new road that will also include bicycle lanes. DISCUSSION: At the October 17, 2011, Town Council meeting, the plans and specifications for this project were approved and the Council authorized staff to advertise this project for bids. On December 7, 2011, ten bids were received for this project (Attachment 1). Staff reviewed the bids and determined that GradeTech is the most responsible entity and is most responsive to the Town's formal bid process. The recommended bid is only $7,000 more than the Engineer's Estimate. CONCLUSION Staff recommends the Town Council authorize the Town Manager to execute a construction contract in an amount not to exceed $1,023,967. Due to the variables associated with this particular type of construction and unforeseen circumstances during the course of construction, it is further recommended that the Town Council authorize staff to execute future change orders to the construction contract, as necessary, in an amount not to exceed $100,000 for additional quantities of work that may exceed those included in the contract. The construction of this project is anticipated to start in March 2012 and be completed by August 2012. 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 DECEMBER 9, 2011 MAYOR AND TOWN COUNCIL SUBJECT: PPW JOB NO. 10 -05 — BLOSSOM HILL ROAD IMPROVEMENTS (CHERRY BLOSSOM LANE TO CAMINO DEL CERRO) FISCAL IMPACT There are sufficient funds for this project as demonstrated in the table. Attachment: 1. Bid Summary THIS PAGE INTENTIONALLY LEFT BLANK T07VII of Los Gatos Parks and Public Works Departutent Blossom Hill Road Improveuteats (Cherry Blossout Lane to Canduo Del Certified Bid Tabulation Bid openiug: Dece fiber 7, 2011 at 10:00 A.M. a Engineers Est con Valley Paving, Inc. 3 Box 26558 n Jose, CA 95159 -6558 SCQ Construction 12100 Stevens Canyon Rd. Cupertino, CA 95014 v. 6Jose, thman, Inc. 95112 -2604 Item No. Desch uion uantiti dL it uidtPrtce u+ltPrice "Item Cost -: Unit Price ?Itent Cost ' ;Item Cost 1 Traffic Control 1 LS -20 000 00 ' 125.00 35 125.00 45 ,000.00 45 000.00 75 000.00 2 Clearin & Grubbin 1 LS =10 000 00 ;;6 000.00 15 000.00 40000.00 40 000.00 . 78 156.00 3 Water Pollution Control 1 LS `-°7=000 00 ' 000-00 4000.00 17 000.00 17000.00 24 945.00 24945.00 4 Cold Plan Asphalt Concrete Pavement 1,100 Sy = 15 00 , 10.80 11 880.00 17,00 18 700.00 12.00 13 200.00 5 Relocate Fire Hydrant 1 EA 2'000.00 >, 090.00 6,090.00 2,100.00 2,100.00 2,200.00 2,200.00 6 Relocate Park Sin 1 EA = %300 00 ..-' '500.00 500.00 430.00 430.00 381.00 381.00 7 Relocate Mailbox 3 EA h30000 ,=200.00 600.00 1000.00 3000.00 247.00 741.00 8 Relocate Backflow Preventer Assembly 1 EA > 3 000 00 ` ° j.825.00 6,825.00 3,500.00 3,500.00 1 1 891.00 1,891.00 9 Relocate Electrolier 1 EA =1500 00 -�1 300.00 1,300.00 5,000.00 5,000.00 3,200.00 3.200.00 10 Remove MBGR 350 1 LF -2O. 6.00 2,100.00 14.00 4,900.00 11.00 3,850.00 11 Remove Wood Fence 100 LF = `10 00 +-:.10.00 1 000:00 12.00 1,200.00 12.00 1,200.00 12 Remove Split Rail Fence 75 LF x:10 00 _ 7 10.00 750.00 10.00 750.00 12.00 900.00 13 Remove Chain Link Fence 400 LF ='':90.00..., 25A0 10,000-00 7.00 2.8 0.00 5.00 2000.00 14 Remove Wood Retaining Wall 100 LF "5000 15.00 1 500.00 11.00 1 100.00 12,00 1,200.00 15 Remove Curb &Gutter 800 LF ;Nl0.00. , Y 10.00 8,000.00 6.00 4 800.00 8.00 6,400.00 16 Remove Sidewalk 3,000 SF ;-500 ]_LOO 6 .000.00 6.00 18 000.00 3.00 9.000.00 17 Remove Tree 8 EA 7F 600 00 040.00 6,720.00 1,100.00 8,800.00 870.00 6 960.00 18 Remove Storm Drain Line 10 LF = 2000 ; "- 126.00 1 260.00 88.00 880.00 104.00 1 040.00 19 Remove Inlet 1 EA =600 00 :5788.00 788.00 970.00 970.00 314.00 314.00 20 Remove and Replace Ex Water Meter Box 6 EA = 650.00. -.: :300.00 1,800.00 650.00 3900.00 235.00 1,410.00 21 Ad ust Water Meter to Grade 16 EA F?500 00 a ;� i210 . 00 3.360.00 250.00 4,000.00 474.00 7,584.00 22 Ad'usl Water Valve to Grade 2 EA =1500 00 ;.;350.00 700.00 670.00 1,340.00 276.00 552.00 23 Ad'ust SSMH to Grade 1 EA 1 =000 00 '�i500.00 500.00 2,100.00 2,100.00 748.00 748.00 24 Ad'ust SS Cleanout to Grade 1 EA -.ADO 00 „2350.00 350.00 1 100A0 1.100.00 240.00 240.00 25 Reconstruct Inlet 2 EA 2`000 00 - =- 1 625.00 5,250.00 1,100.00 2200.00 3.07200 1 6.144.00 26 Ad'ust SDMH to Grade 1 EA 66.0 =;500.00 500.00 1,200.00 1,200.00 751.00 751.00 27 Adjust Utility Manhole to Grade 3 EA , =1`000.00-_ _1500.00 1,500.00 1,600.00 4800.00 475.00 1,425.00 28 Roadway Excavation 2,000 CY $x;30.00 _ 60.00 120 000.00 78.00 156 000.00 50.00 100 000.00 29 Aqqregate Base CL 2 350 CY ::65.00 _ . ?Y$0.00 21 000.00 250.00 87 500.00 60.00 21 000.00 30 Asphalt Concrete (Type A 1,500 TON 90 00 .. 7L1 0.00 165 000.00 155.00 232 500.00 156.00 234 000.00 31 Slurry Seal 120 TON _. 750.60sn 448.00 53 760.00 530.00 63600.00 460.00 55 200.00 32 Concrete Curb and Gutter 3,500 LF = =26. 06'3- N ! =' 45.00 157 500.00 20.50 71 750.00 35.60 124 600.00 33 Concrete Vertical Curb 1,200 LF _W30.00 = ` i 40.00 48 000.00 15.50 18 600.00 27.60 33 120.00 34 Extruded Concrete Curb 100 LF Y20.00. =i 15.00 1.500.00 14.50 1,450.00 42.00 4,200.00 35 Retaining Wall 610 LF 50 00' A- 65.00 39 650.00 90.50 55 205.00 70.00 42 700.00 36 Concrete Sidewalk 15,500 SF =`_6.00_. 8.50 131 750.00 6.50 100 750.00 9.20 142 600.00 37 Concrete Driveway 4 SF 4'7.00. < 10.00 40 000.00 7.00 28 000.00 8.60 34 400.00 38 AC Driveway 1,570 SF s : ; 6.00 = ""e6.00<,:: ,. 9420.00 6.30 9.891.00 8.00 12 560.00 39 15" Reinforced Concrete Pie 120 LF "100.00 57.50 6900.00 110.00 1 13 200.00 200.00 24 000.00 40 Catch Basin 6 EA 2`500 olj 'J.850.00 23 100.00 2,500.00 15 000.00 3,883.00 23 298.00 41 Retaining Wall Wood 100 LF 30.00.._, " 85.00 8,500.00 210.00 21 000.00 100.00 10 000.00 42 Wood Fence 80 LF 10 6 1105:00 8.400.00 110.00 8,800.00 66:00 5,280.00 43 Split Rail Fence LF =10.00..: >105.00 6,300.00 110.00 6,600.00 40.00 2,400.00 44 24" Box Tree EA < <300 00 _ t <<315.00 945.00 1,500.00 4.5 0.00 334.00 1,002.00 45 Organic Rec cled Mulch - SF ' 0.65_ 1.00 2. 040.00 1.60 3,264.00 1.00 2,040.00 46 Seed Feedback Sin Solar Powered r75 EA ;117 000 604 :=I 715.00 38 860.00 9.500.00 38 000.00 9,000.00 36 000.00 47 Lighted Crosswalk EA 70 000 o0" 3 400.00 73 400.00 78000.00 00. 78 000 76 000.00 76 000.00 48 Lighting LS � 60 000 00> c8 800.00 58 800.00 43 000.00 43 000.00 41 000.00 41 000.00 49 Detail 9 LF (M-5 ;' `t 0.40 302.00 0.80 604.00 0.80 604.00 50 Detail 21 LF 1'50 .= 1.25 47.50 1.40 53.20 1.00 38.00 51 Detail 22 1,552 LF 1 50v i * 1.65 2,560.80 1.60 2. 483.20 1.50 2,328.00 52 Detail 27B 2.577 1 LF : } {1 00 i s 0.40 1.030.80 0.70 1,803.90 0.70 1,803.90 53 Detail 29 1,360 LF = =250. '< 2.75 3,740.00 1.60 2.176.00 1.50 2.040.00 54 Detail 32 2,130 LF -- =2,50... T 2.70 5,75100 1.60 3.408.00 1.50 3 195.00 55 Detail 38 1 060 LF 1 00 1' = 0.96 1 017.60 1.60 1 696.00 1.50 1 590.00 56 Detail 39 4,756 LF 400 0.62 ' 1 2 948.72 . 110 5 231.60 1.10 5 231.60 57 Detail 39A 1 LF ===100 eu 0.52 598.52 1.00 1151.00 1.00 1151,00 58 4" Solid White 592 LF 1.00 <..`. 0.42 248.64 1.10 651.20 1.10 651.20 59 Type 1 10 4 EA x"60.00.; 65.00 260.00 66.00 264.00 66.00 264.00 60 Type IV 15 EA 60.00 , ' 165.00 975.00 72.00 1 080.00 71.00 1 065.00 61 T e VI 3 EA 150 00 '? ' 160.00 480.00 140.00 420.00 136,00 408.00 62 12 "Limit/Crosswalk 232 LF 5.00...,'345.00 80040.00 3.80 881.60 4.00 928.00 63 Bike Lane Symbol 25 EA K160 00 ; v; ;180.00 4 500.00 50.00 1 250.00 49.00 1,225.00 64 Bike Lane Arrow 25 EA 6000 ' =`66.00 1650.00 40.00 1000.00 39.00 975.00 65 STOP Le end 3 EA 250 00 1280.00 840.00 100,00 300.00 98.00 294.00 66 Mobilization 1 LS I =90 400.00 12 000.00 32,000-00 50 000.00 50 000.00 70 000.00 70 000.00 67 New Si ns 34 EA xmO 00 s 160.00 5,440.00 320.00 10 880.00 310.00 10 540.00 68 Remove SI ns 16 EA = =70 011 _ 55.00 880.00 72.00 1,152.00 71.00 1,136.00 69 Relocate Signs 7 EA 250 00 '_' 80.00 560.00 240.00 1,680.00 230.00 1,610.00 TOTAL 1 == ± l 294 093.58 1.344.345.70 1,383,9 9.70 This certifies that all bids were received and opened on December 7, 2011, and tha bid tabulation with bids corrected for errors in addition & multiplication. By: Notes Attachment 1 1 Joseph J. Albanese, Inc. had bid line item #31 that was not filled out. 2 Redgwick Construction Co. did submit a signed Addendum 1 with their bid.