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.