Loading...
HomeMy WebLinkAbout12-Development ServicesQR~G~~~L CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION From: Valerie C. Ross, Director Subject: Dept: Development Services Date: September 25, 2008 File No. 1.7584 MCC Date: Resolution awarding a contract to Cooley Construction, Inc. for Street Improvements on Kendall Drive from Bailey Court to Wagonwheel Road (SS06-35), per project Plan No. 11428. October 20, 2008 Synopsis of Previous Council Action: 09-02-08 The Mayor and Common Council approved FY 2008-09 CIP budget. Recommended Motion: 1. Adopt Resolution. ~G. ~o-a~ Valerie C. Ross Byron Montalvo, Sr. Civil Engineer Contact Person: Robert Eisenbeisz, City Engineer Staff Report, Resolution & Supporting data attached: Vicinity Map FUNDING REQUIREMENTS: Amount: $480,927.00 Source: (Acct. No) Acct. Description: Fin'a/nce: Council Notes: ~! iSSO ZOO ~, ~OY- Phone: 5203 Ward: 5 126-369-5504-7584 Gas Tax Fund Agenda Item No.~ I D-2o-0~ CITY OF SAN BERNARDINO -REQUEST FOR COUNCIL ACTION STAFF REPORT Subject: Resolution awarding a contract to Cooley Construction, Inc. for Street Improvements on Kendall Drive from Bailey Court to Wagonwheel Road (SS06-35), per project Plan No. 11428. Background: On September 2, 2008, the Mayor and Common Council allocated, as part of the FY 2007-08 Capital Improvement Program (CIP), $489,500 for street improvements on Kendall Drive from Bailey Court to Wagonwheel Road. This project consists of the following: 1. Street widening. 2. Construction of new sidewalks. 3. Cold milling and AC paving. 4. Painting of traffic striping and legends. The plans and specifications for this project were completed and the project advertised locally in the San Bernardino County Sun Newspaper, F. W. Dodge, Construction Data Hot Sheet, Reed Construction Data and Bid America, Construction Bid Source, the City's web sites, and the San Bernardino Area Chamber of Commerce. Bids have been received and are listed below: Name of Bidder City Amount of Basic Bid Coole Construction, Inc. Hes eria $ 421 865.00 Im erial Pavin Com an ,Inc. Santa Fe S rin s $ 443,753.00 International Pavement Solution, Inc. San Bemardino $ 462,284.00 Laird Construction Com an ,Inc. Rancho Cucamon a $ 462.624.00 All American As halt Corona $ 474,045.00 Matich Cor oration San Bemardino $ 474,747.00 Hillcrest Contractin Corona $ 494,727.90 Vance Co oration Rialto $ 498,730.00 Hard & Ha er, Inc. Santa Ana $ 499,000.00 EBS, Inc. Corona $ 523,079.90 En ineer's Estimate $ 556,000.00 Based on review of the sealed competitive bids received, staff has determined that Cooley Construction, Inc. of Hesperia, the apparent low bidder, has met the minimum requirements of the specifications and bid guidelines; and, therefore, recommends that the Mayor and Common Council award the referenced contract to Cooley Construction, Inc. 09/29/2008 3:41 PM CITY OF SAN BERNARDINO -REQUEST FOR COUNCIL ACTION STAFF REPORT -Continued The estimated project costs are as follows: Construction Cost Basic Bid $ 421,865.20 Contract Mana ement and Ins ection 7% $ 29,530.66 Contin encies 7% $ 29,530.66 Estimated Total Project Cost $ 480,926.52 If approved, this project is expected to begin construction in November of 2008 and be completed by February 2009. Financial Impact: Adequate funding for this project is available in FY 2008-09, Account No. 126-369-5504-7584 "Kendall Drive Widening between Wagon Wheel Road and Bailey Court" (SS06-35). Recommendation: Adopt Resolution. Attachment• "1" -Resolution 3 o9ia9noos 3:a~ enn City of San Bernardino, California Department of Public Works, Division of Engineering SS06-35 STREET IMPROVEMENTS ON KENDALL DRIVE FROM BAILEY COURT TO WAGON WHEEL ROAD PROJECT LOCATION VICINITY MAP 'f 1 1 2 3 4 6 7 8 9 10 11 12 14 15 16 17 RESOLUTION NO. RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AWARDING A CONTRACT TO COOLEY CONSTRUCTION, INC., FOR STREET IMPROVEMENTS ON KENDALL DRIVE FROM BAILEY COURT TO WAGONWHEEL ROAD (SW06-35) PER PROJECT PLAN NO. 11428. BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: SECTION 1. Cooley Construction, Inc., 17525 Eucalyptus Street, Suite G, Hesperia, California 92345, is the lowest responsible bidder for the Widening of Kendall Drive between Wagon Wheel Road and Bailey Court (SW06-35) per project Plan No. 11428. A contract is awarded accordingly to said bidder in a total amount of $421,865.20, with a contingency amount of $29,530.56, but such award shall be effective only upon being fully executed by both parties. All other bids, therefore, are hereby rejected. The City Manager is hereby authorized and directed to execute said contract on behalf of the City; a copy of the contract agreement is attached hereto as Attachment 1 and by this reference mad a part hereof; a copy of the Bid Schedule is attached hereto as Attachment 2 and by this reference made a part hereof; a copy of the contract in its entirety is on file in the office of the City Clerk and incorporated herein by reference as fully as though set forth at length. SECTION 2. This contract and any amendment or modifications thereto shall not take 20 21 24 effect or become operative until fully signed and executed by the parties and no party shall be obligated hereunder until the time of such full execution. No oral agreements, amendments, modifications or waivers are intended or authorized and shall not be implied from any act or course of conduct of any party. SECTION 3. This resolution is rescinded if the parties to the contract fail to execute it 27 28 within sixty (60) days of passage of the resolution. is-moo-off #~a 1 2 3 4 5 6 7 9 10 11 13 14 15 16 17 RESOLUTION ... AWARDING A CONTRACT TO COOLEY CONSTRUCTION, INC., FOR STREET IMPROVEMENTS ON KENDALL DRIVE FROM BAILEY COURT TO WAGONWHEEL ROAD (SW06-35) PER PROJECT PLAN NO. 11428. I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor and Common Council of the City of San Bernardino at a meeting thereof, held on the day of , 2008, by the following vote, to wit: Council Members: AYES NAYS ABSTAIN ABSENT ESTRADA BAXTER BRINKER DERRY KELLEY JOHNSON MC CAMMACK _ City Clerk The foregoing resolution is hereby approved this day of , 2008. Patrick J. Morris, Mayor City of San Bernardino 211 I 27I I Approved as to form: JAMES F. PENMAN, C E Attachment "1" AGREEMENT CITY OF SAN BERNARDINO THIS AGREEMENT is made and concluded this _ City of San Bernardino (owner and hereinafter "CITY"), and day of , 20_, between the (hereinafter "CONTRACTOR"). 1. For and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the CITY, and under the conditions expressed in the bond as deposited with the CITY, receipt of which is hereby acknowledged, the CONTRACTOR agrees with the CITY, at the CONTRACTOR'S own proper cost and expense in the Special Provisions to be furnished by the CITY, to furnish all materials, tools and equipment and perform all the work necessary to complete in good workmanlike and substantial manner the STREET IMPROVEMENTS ON KENDALL DRIVE FROM BAILEY COURT TO WAGONWHEEL ROAD (SS 06-35 ) in strict conformity with Plans and Special Provisions No. 11428 ,and also in accordance with Standard Specifications for Public Works/Construction, 2008 Edition, on file in the Office of the City Engineer, Public Works Division, Department of Development Services, City of San Bernardino, which said Plans and Special Provisions and Standard Specifications are hereby especially referred to and by such reference made a part hereof. 2. CONTRACTOR agrees to receive and accept the prices as set forth in the Bid Schedule as full compensation for furnishing all materials and doing all the work contemplated and embraced in this agreement; also for all loss or damage arising out of the nature of the work aforesaid or from any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the work 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 Plans and Special Provisions, and requirements of the Engineer under them. 3. The CONTRACTOR herein covenants by and for himself or herself, his or her heirs, executors, administrators, and assigns, and all persons claiming under or through them, that there shall be no discrimination against or segregation of, any person or group of persons on the basis of race, color, national origin, religion, sex, marital status, or ancestry in the performance of this contract, nor shall the CONTRACTOR or any person claiming under or through him or her, establish or permit any such practice or practices of discrimination or segregation with reference to the selection of subcontractors, vendees, or employees in the performance of this contract. Failure by the CONTRACTOR to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy, as recipient deems appropriate. AGREEMENT: STREET IMPROVEMENTS ON KENDALL DRIVE FROM BAILEY COURT TO WAGONWHEEL ROAD (SS 06-35 ) 4. CITY hereby promises and agrees with the said CONTRACTOR to employ, and does hereby employ the said CONTRACTOR to provide the materials and to do the work according to the terms and conditions herein contained and referred to, for the prices aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions above set forth; and the same parties for themselves, their heirs, executors, administrators, and assigns, do hereby agree to the full performance of the covenants herein contained. 5. [t is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument and the bid of said CONTRACTOR, then this instnument shall control and nothing herein shall be considered as an acceptance of said terms of said bid conflicting herewith. IN WITNESS WHEREOF, the parties of these presents have executed this contract in four (4) counterparts, each of which shall be deemed an original in the yeaz and day first above mentioned. CONTRACTOR CITY OF SAN BERNARDINO NAME OF FIRM: BY: MARK F. WEINBERG, Interim City Manager City of San Bernardino BY: TITLE: ATTEST: MAILING ADDRESS: PHONE NO.: L_) ATTEST: Secretary RACHEL G. CLARK City Clerk APPROVED AS TO FORM: JAMES F. PENMAN, City Attorney NOTE: Secretary of the Owner should attest. If Contractor is a corporation, Secretary should attest. Attachment " 2" • , Cooley Construction, Inc BID SCHEDULE L.ic.348038 ~ a P.O. Box 401810 ' PLAN NO.11428 Hesperia, CA 92340-1810 STREET IMPROVEMENTS ON KENDALL DRIVE FROM BAILEY COURT TO WAGONWHEEL ROAD (SS 06-35 ) ITEM ESTIMATED DESCRIPTION OF ITEMS UNI T PRICE TOTAL NO. QUANTITY UNIT AND UNIT PRICE WRITTEN IN WORDS IN F IGURES IN FIGURES F! 1. I LS MOBILIZATION, at the Lump Sum price of Yir.WY-CbrTflyd/SPPD FurNu~Na•tDollars ~.y LS SZ-I ~ / n ~I & Z,m-to Cents 2. I LS TRAFFIC CONTROL, at the Lump Sum ~_ price of JJ~NrT}kX,r.SR~ St , /'fl.wDrte~ Dollars & 7 .eYte ~_ Cents LS S cLLfb•~ O 3. I LS CLEARING AND GRUBBING UNCLASSIFIED EXCAVATION AND UNCLASSIFIED FILL, at the Lump Sum price of Fcwzr~tru'rtEoresut~ TH2nv FEvuD~~ 7H1~7Y -Tr.7e rtillars & Z.-rtcr Cents LS S~`'i ~Z. ~ ' 4. 1,830 CY U1NCLASSIFIED EXCAVATION, u (Final Quantity) liGt.VrIJ Dollars & Zeitn Cents per SQ. YD S i r. ~/CY e S Z~ 3. 2,994 SY COLD MILL Existing PAVEMENT ' ( 0.10 Thiek ), at iron Douars &S ' s Z. To! sv 3 s ~ D~ roctsri Y CentsperSQ.YD. . , . 6. 1,463 TN AGGREGATE BASE, (0.75' Thick ), at n9 u•+rre~ Douars & Zl-tto Cents er TON s ~ °% ~ 27 X3.35: S p 7. 1,337 TN ASPHALT CONCRETE PAVEMENT ' ' (0.10 TYiek), OVERLAY (O.IO TYiek ), 1' FEATHER AND ASPHALT CONCRETE DRIVEWAY (1"TYiek ),tu Ill N7^Y TFf ftlzr Dollars It 2t-[tc~ Cents per TON ~~~~~~ ~c~J~''' S~L/I7J S~ 1~i ,•~ 8. 1,332 LF PCC CURB & GUTTER, TYPE °B" per CITY Std. No. 200, u Ilars ' & I S~/ Lf S Zy y spa Cents per LM. FT. ' ~~ B-2 Cooley Construction, Inc BID SCHEDULE Lic.348038 P.O. Box 401810 PLAN NO. 11428 Hesperia, CA 92340-1810 I'1 STREET IMPROVEMENTS ON KENDALL DRIVE fJ FROM BAILEY COURT TO WAGONWHEEL ROAD (SS 06-35 ) .ITEM ESTIMATED DESCRIPTION OF ITEMS UNIT PRICE TOTAL N0. OUANTITti' UNIT AND UNIT PRICE WRITTEN IN WORDS IN FIGURES IN FIGURES 9. 9,950 SF PCC SIDEWALK (4' Minimum By-Pass ), per CITY Std. No. 202, Case "A", at Ti''11~NL~ Dollars & Fr F1s( Cents per SQ. FT. f PJ /SF S.~r ~/iu~. 10. 12 EA PCC RESIDENTIAL DRIVEWAY APPROACH, per CITY Std. No. 203, Modified atSreva;NNt.ruTrrte•fl-FrcT'( Dollars f 7rJ /EA S~ ~ & Z.~-Ra Cents per EACH. f~jQ. I I. 8 LF PCC CURB, 9" Curb Face, per SPPWC Std. Plan 120-I, Type "CI", Modified, u ~fhsilS~' -T~+O Dollars & i~'¢u Cents per LIN. FT. ~y~ ; ~Z. -/ / Lf S~,~ 12. I EA CONCRETE PARKWAY CULVERT N0.1 L' der CITY Std. No. 400, Type II (W=6'), at_ F i Jcr "T}FtJt-/Sr4A1lJ Dollars & ~r~-(2e Cents per EACH /EA S 'S ~.{~ ' 13. 7 LF METAL HAND RAILING, per SPPWC Std. Plan 606-2, Type "A", per Plan, at t9NE F•ksvuRso'Fe3r,ti[I`(-Llror+t' Dollars & Ztrito Cents per LIN. FT f `1 ! LF f D 14. 3 EA RELOCATE FIRE HYDRANT and EXTEND PIPING, a~t.xi~tfitfgpeafp StxF)<wasA2ct) Ftr-rr Dollars & 2 u-12n Cents per EACH f ZT A ~ ~O f r I5. 7 EA RELOCATE Existing WATER METER, Including water shut-offvalve, as required, u ~ICsHl"Hiaas~F2e'D Dollars k Z [,~,.,,, f ~u~ ~A f cRu Cents per EACH 16. 14 EA ADJUST E:fisting WATER VA VE ~~ Enclosure To Gnde, u a R CIG.HtTT102!'£ Dollars k sc(j,LtF Cents per EACH ~~~~ ~y fl-D~'1,/EA f 2 ~G2. `~ B3 ~~ ~ Cooley Construction,lnc BID SCHEDULE Lic.348038 ~I P.O. Box 401810 PLAN NO. 11428 Hesperia, CA 92340-1810 STREET IMPROVEMENTS ON KENDALL DRIVE FROM BAI LEY COURT TO WAGONWHEEL ROAD (SS 06-35 ) ITEM ESTIMATED DESCRIPTION OF ITEMS UNIT PRICE TOTAL N0. QUANTITY UNIT AND UNIT PRICE WRITTEN IN WORDS IN FIGURES (N FIGURES I7. I LS REMOVE Existing TREES and TREE STUMPS, 4" To 36" DIA, (21 Trees; 13 Trer e, I Stumps ), at the Lump Sum prize ot~Q{~ -Rr~tSAa~A TN(2~L: 1-Fuen2rn~ ~J , -- ~------~ - Dollars & 2.-f2l) Cents LS Sly ~ ~+ ~ ` 18. 3 EA RELOCATE Existing A T & T LOCATER POST, az S i Yl N . •+D r2cfl Dollars SlY1'1~ S`Ol [l'/!EA a I %~• ~ & ZGtit) Cenrs rEACH ~ 19. 300 LF RELOCATE Existing CHAIN LINK FENCE at Right of Wsy, at WonfTY Sty! LM FT'I~ &f~ Y C ' S~_~/LF S 7 9S ~s entsper . iy r ~~ 20. 3 EA RELOCATE Existing CHAIN LINK GATE at Right of Way, u rjt_-~X~7U Nwud2t~ ~a~tr~[ Douars ' '~~~~y ELBA S~~ k L~~fLJ Crnts per EACH , 21. 90 LF REMOVE Existing Chsio Link Fence and CONSTRUCT New CHAIN LINK FENCE t L ti P PLAN a ota oo er , et 7N t i2TY-Tno Dollars dd~~ S 3Z• /LF S z gQ/. & 2cf2D CentsperLM.FT. 22. I EA REMOVE Existing Chain Liok Gate sod CONSTRUCT New CHAIN LINK GATE at Location Per PLAN, u NI NC HWuD2tA - Fr FT`t' Dollars ~ ~r~, sy ~/EA S S~ [ & ~rrZu Crnts per EACH j , 23. 25 LF REMOVE & RECONSTRUCT Existing CHAIN LINK FENCE at Location Per PLAN, at ' 7H t f 2f'1 - ryr 7 Douars • 32 ~©~ R Z.-tiv Cents per LM. FT. . /LF S 5 - B-4 Cooley Construction, Inc BID SCHEDULE Lic.348038 P.O. Box 401810 PLAN NO.11428 Hesperia, CA 92340-1810 STREET IMPROVEMENTS ON KENDALL DRIVE FROM BAILEY COURT TO WAGONWHEEL ROAD (SS 06-35 ) ITEM ESTIMATED DESCRIPTION OF ITEMS UNIT PRICE TOTAL NO. QUANTITY UNIT AND UNIT PRICE WRITTEN IN WORDS IN FIGURES IN FIGURES .24. I EA REMOVE & RECONSTRUCT Existing CHAIN LINK GATE at Location Per PLAN, at Ntnlts F~~.~r_~7~D ,y & Zr(ts7 Cents perEACHl~llars fgsay/EA f 9SD•o~ 25 I LS REMOVE Existing Service CABINET and Conerete Pad, at the Lump Sum price of _ F1~c ~Awwrotz~ °°"~ LS sS~O. ~ & ZcrtD Cents 26. I LS MODIFY Existing LANDSCAPE IMPROVEMENTS, az dte Lump Sum price offJ.sL~I'lrw4ror~ Ftytr ~L±~LYYLcr7 ~~IGI-ITY _~- "Dollars LS •~7y S~ ~ ` & Z~ii.c7 Crnts 27. 10 EA REMOVE Aod REPLACE Existing MAILBOX, u t~r~: I-Iur~7~ .St,"17t.1vrY- tA0 Dollars -r °~iEA S 17Z S ~ B Crnts per EACH & 7cQO • 28. I LS STREET LIGHTING SYSTEM, per Plan, Including Elechical Service, Complete in Place, el the Lump Sum price of rT,k. iR[T ~IJt i Housk~ua Ls s 4S ,e Dollars t ~t~ Cents 29. I EA ROADSIDE SIGN (New R26) on SINGLE POST, u QNl•' 1~ush2c0 SIXZ`( L t ttHT Dollars s iY ~ /EA S l G SS ~T k Z c (ta . -- Cents per EACH . 30. S EA ROADSIDE SIGN (New R26) on Street Light Standard, per PLAN, at i~n7L~ ~j' Ht.woaco-StX ----~~ Dollars S/T/EA S S.~• A Zctr„p - Cents per EACH V B-5 ~~ Cooley Construction, Inc BID SCHEDULE Lic.348036 P.O. Box 401810 PLAN NO. 11428 Hesperia, CA 92340-1810 STREET IMPROVEMENTS ON KENDA.LL DRIVE FROM BAI LEY COURT TO WAGONWHEEL R OAD (SS 06-35 ) ITEM ESTIMATED DESCRIPTION OF ITEMS UNIT PRICE TOTAL JJJ NO. UANTITY UNIT AND UNIT PRICE WRITTEN IN WORDS IN FIGURES IN FIGURES ~I i 31. I LS ROADSIDE SIGNS (New R26 & R81) on Street Light Shndard, per PLAN, at the Lump Sum price of fltfl= Nue+ottop D u S ~iJ~ ~ o ars Two-urY- td[ ~~ f( 6 LS 5 ~L.CV. l ~~ & ZeRJ Cents 32. I LS ROADSIDE SIGNS (New R2-I & Relocated R26 & R81) on Street Light Standard, per PLAN, at the Lug~ Sum price oC eh7t! Dolly LS S S£S. & Z.--a~ Cents 33. I LS RELOCATE E:fisting SINGLE POST & ROADSIDE SICK (Relocate R26) and lostall SIGN (New R81) oo Relocate d SINGLE ! POST, , et the Lump Sum priceof Cl~ ~,-, NclNG2r~r'Ila'rY'(a 1C~tfT" Dollars & 2~ tz.o Crnts LS S ~ B 34 " " . I LS ROADSIDE SIGNS (New R26 & END ) of Existing Single Post (Salvage W 1 I ), at the Lump Sum price of TWp ('{w.7p t2ep 7}tt Ri t"L~fJ Dollars & 7 LS S Z~ cRU Cents 35. I LS ROADSIDE SIGN (New R81) on Existing Single Post (Selvage W74 ), at the Lump Sum pric ^.+_-t.S.-+~ FtV~ Dollars LS S JDS •• / & 7,a.-rZJ Cents 36. 2 EA INDUCTIVE LOOP DETECTOR, (Replace Existing with Type "E" ), at st Y ~itu)[~Ro't~ Ttn.~ Dollars & Z.: 2a~ =-Crn1s per EACH S ~ /EA S ~ , c-~-l/ . 37 . I LS THERMOPLASTIC TRAFFIC STRIPING PAVEMENT MARKING & RAISED PAVEMENT MARKERS (RPM), u theLump Sumpric g~jotL~ TFffJLLSrka7t~ ~, SK ~fUWDRtrO _ Dollars LS S~Goa .~ 2e:t~r~ ~--Cents ~J YJ B-6 l Cooley Construction, Inc BID SCHEDULE Lic.348038 P.O. Box 401810 PLAN NO. 11428 Hesperia, CA 92340-1810 STREET IMPROVEMENTS ON KENDALL DRIVE FROM BAILEY COURT TO WAGONWHEEL ROAD (SS 06-35 ) fJ 1 ITEM ESTIMATED DESCRIPTION OF ITEMS UNIT PRICE TOTAL N0. QUANTITY UNIT AND UNIT PRICE WRITTEN IN WORDS IN FIGURES IN FIGURES 38 I LS NPDES REQUIREMENTS for SWPPP, per SECTION b• 1.03, at the Lump Sum price of TidnL~AUD Yivtt j(uwbfLeD Dollars my ~~& Z~IZt> -Cents LS S~/ 39. I LS SURVEYING SERVICE, per SECTION 6- 1.10 at the Lump Sum price of ~x 1 IkA~~iO(1 Iv' [t~k' f/t.uvl~2cl~ Dollars ~,~~ ~~nts LS S~w '~j~ TOTAL BID $ L} 2 l . ~3C~S: 2~ ---T BID NOTES: The unit price must be written in words and also shown in figures. All blank spaces appearing above must be filled in. In case of discrepancy in Bid Amounts, "UNIT" prices shall govern over extended amounts, and "WORDS" shall govern over "UNIT" figures. Total bid price for the entire contract work shall include the cost of labor, materials, equipment parts, implements, taxes and supplies necessary to complete the project, as based on the City Engineer's estimate of quantities of work. The total price must be extended for each item of work and the total of all items inserted in the space provided. Bidders shall complete and submit entire BID DOCUMENTS section as their bid to the City. Failure to do so will result in the bid being non-responsive. BIDDER declares that this Bid is based upon careful examination of the work site, Bid and Contract Documents. B-7