Loading...
6N of MEETING DATE: 04/15/13 ITEM NO: 11111114 9'y s COUNCIL, AGENDA REPORT OS' G A�4 DATE: APRIL 4, 2013 TO: MAYOR AND TOWN COUNCIL FROM: GREG LARSON, TOWN MANAGER SUBJECT: PPW JOB NO. 11 -08 — NORTHSIDE PARKING LOT IMPROVEMENTS PROJECT 817 -0703 A. AUTHORIZE THE TOWN MANAGER TO EXECUTE A CONSTRUCTION CONTRACT WITH BEARDEN CONSTRUCTION CO., INC. DBA: CB CONCRETE CONSTRUCTION, INC. IN AN AMOUNT NOT TO EXCEED $89,250. B. AUTHORIZE STAFF TO EXECUTE FUTURE CHANGE ORDERS TO THE CONSTRUCTION CONTRACT AS NECESSARY IN AN AMOUNT NOT TO EXCEED $10,000. C. AUTHORIZE AN EXPENDITURE BUDGET ADJUSTMENT REDUCING THE STREET REPAIR AND RESURFACING PROGRAM 411 -811 -9901 AND INCREASING THE BUDGET IN THE NORTHSIDE PARKING LOT IMPROVEMENTS PROJECT 411 -817- 0703 IN THE AMOUNT OF $25,000. RECOMMENDATION: 1. Authorize the Town Manager to execute a construction contract with Bearden Construction Co. Inc., dba CB Concrete Construction, Inc. in an amount not to exceed $89,250. 2. Authorize staff to execute future change orders to the construction contract as necessary in an amount not to exceed $10,000. 3. Authorize an expenditure budget adjustment reducing the Street Repair and Resurfacing program 411 -811 -9901 and increasing the budget in the Northside Parking Lot Improvements project 411- 817 -0703 in the amount of $25,000. PREPARED BY: A TODD CAPURSO Director of Parks and Public Works Reviewed by: E S Assistant Town Manager Town Attorney N:\ PPW \MANAGEMENT \COUNCIL \COUNCIL REPORTS\2013 Reports\ 041513\ 11- 08. nortlrsideparkinglot.award.doex PAGE 2 APRIL 4, 2013 MAYOR AND TOWN COUNCIL SUBJECT: PPW JOB NO. 11 -08 — NORTHSIDE PARKING LOT IMPROVEMENTS PROJECT 817 -0703 BACKGROUND: The adopted FY 2012/13 — FY 2016/17 Capital Improvement Program (CIP) Budget designates funds for infrastructure improvements projects. This project is consistent with the Town's goals to improve public safety and the quality of Town facilities for the community. DISCUSSION: The Northside parking lot is located on the north side of Highway 9, between Santa Cruz Avenue and University Avenue, and provides public parking for the greater downtown area. The surface and base of this parking lot have deteriorated due to aging and deferred maintenance, resulting in an eroding surface and base failures throughout the lot. This project will remove the existing damaged asphalt surfacing, remove base failures, and resurface the parking lot with a seal coat. In addition, damaged concrete curbs will be removed and replaced. Tree trimming and root pruning will also be included as part of this project. The final phase of this project will be striping the surface to improve the appearance of the parking lot. Staff will work with the shopping center merchants located along the back of this parking lot to discuss their needs during the construction period and to address their questions related to customer parking, delivery and access. Staff will make every effort to complete this project expeditiously, while being aware of the needs of the merchants and their customers. For projects under a $100,000 construction cost, the Town's informal bid process allows staff to prepare a scope of work, plans and specifications, solicit bids from a minimum of three contractors, and award the contract to the lowest bidder. Staff solicited bids from four construction companies for this project. On April 3, 2013, Four (4) bids were received as follows: • CB Concrete Construction, Inc. $89,250.00 • Joseph J. Albanese, Inc. $99,950.00 • Duran & Venables Inc. $103,840.00 • CF Archibald Paving Inc. $106,005.00 After tabulation and review of the bid results, staff has determined that Bearden Construction Co. Inc., dba CB Concrete Construction, Inc. is a responsible entity and that its bid is most responsive to the Town's informal bid process. The low bid for this project is above the original project budget and this is mainly due to increase cost of oil in the bay area which impacts asphalt and concrete prices and related construction services and products. PAGE 3 APRIL 4, 2013 MAYOR AND TOWN COUNCIL SUBJECT: PPW JOB NO. 11 -08 — NORTHSIDE PARKING LOT IMPROVEMENTS PROJECT 817 -0703 CONCLUSION: Staff recommends that the Town Council authorize the Town Manager to execute a construction contract in an amount not to exceed $89,250.00. Additionally, due to the variables associated with this particular type of construction and to address unforeseen circumstances during the course of construction, staff further recommends that the Town Council authorize staff to execute future change orders to the construction contract as necessary, in an amount not to exceed $10,000.00 for work beyond that which is identified in the base bid. Further, staff also recommends that the Town Council authorize a budget adjustment in the amount of $25,000.00 for this project. ENVIRONMENTAL ASSESSMENT: This is a project as defined under CEQA but is Categorically Exempt (Section 15301c). ANotice of Exemption will not be filed. FISCAL IMPACT: There are sufficient funds for this project as demonstrated in the table below. Construction $ 89,250 Contingency 10,000 ; TOTALS..... _..r......_ _..... _,...... ,. $ ,...,.9.9r25.� _..,.x_..... Available i ... p Expended/ Proposed { w. Pro ed Budget t Contract ! Budget t A aila e FY2012/13 Fiscal Lr►pact nFmcumbered Funding ' To Date Amount Adjustment�ala C 411-817-0703 .E $ 74,516 = $ $ (99,250)i $ „ 25,000 $2 6 .. 411- 811 -9901 1,540,385 ; (769,857)y - (25,000) 74552$: TOTAI 5...... ! _,. ;..$1,614,901 ...._$ (769, 857).....;. $ _...9.92.50). ,. $ Construction $ 89,250 Contingency 10,000 ; TOTALS..... _..r......_ _..... _,...... ,. $ ,...,.9.9r25.� _..,.x_..... T Eas PAGE INTENTIONALLY LEFT BLAND