Loading...
HomeMy WebLinkAbout20- Public Works CITY. OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION From: Michael E. Hays, Director Subject: Award of Contract For Pavement rehabilitation by Slurry Seal Method between Highland Ave and Public Works/Engineering Route 30 and from "E" St to East Twin Creek Channel per Plan 9773. Valley Slurry Seal Co. A Date: April 22, 1998 California Corporation. File No: 1.7097-III MCC Date: May 18, 1998 Synopsis of Previous Council Action: June 1997 Allocation of$500,000 for pavement rehabilitation at various locations approved in 1997/98 Gas Tax Construction Fund approved. June 1997 Allocation of$500,000 for pavement rehabilitation at various locations approved in 1997/98 1/2-Cen Sales Tax Construction Fund approved. 02/16/98 Approval of Plans and Authorization to Advertise for Bids per Plan No. 9773. 04/06/98 Award of Contract Slurry Seal Phase II ($172,800). Recommended Motion: Adopt Resolution. Michael E. s Contact person: Gene R. Klatt Phone: 384-5125 Supporting data attached: Staff Report and Resolution Report of Bids Ward(s): 5 FUNDING REQUIREMENTS: Amount: $300.000.00 Source: (Acct. No.) 129-367-5504-1521 Rehabilitation of Pavement at Various Locations ($539.200 Carryover) - (Acct. Description) Finance: /21,17x�� 511818 Agenda Item No. .�_ CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION STAFF REPORT SUBJECT: Award of Contract for Pavement Rehabilitation by Slurry Seal Method between Highland Ave. and Route 30 and from "E" Street to East Twin Creek Channel per Plan No. 9773 - Valley Slurry Seal Co. A California Corporation. BACKGROUND: Each year an allocation is made in the 126 Gas Tax Fund and the 129 1/2-Cent Sales Tax Fund for the rehabilitation of various streets within the community. In a joint effort, the Department of public Works and the Department of Public Services reviews and recommends streets for rehabilitation. Factors considered are traffic volumes, condition of street, method to be used, service life of pavement, improvements to be realized with the rehabilitation method and available funding. Slurry seal is considered the most cost effective process for the street being considered in this project. This will be the third phase of this years projects. The project will consist of grinding those cracks in the street that cause a bump or rough ride, sealing the cracks with an appropriate sealer, cleaning the street and then applying a slurry seal that is a pavement restorative and weather seal. Proper slurry seal restores the street and provides an additional 15 years of service life to the pavement. Slurry seal with all preparation presently cost approximately $1.12 per square yard. Full reconstruction of the pavement (building a new street) costs $45.00 per square yard. Bids for this project were opened at 2:00 PM on Tuesday April 21, 1998. A total of four bids were received and ranged from a low of $274,712.50 to a high of $352,720.00. The low bid is 11.67% above the Engineer's Estimate of$246,000.00 and reflects the increasing costs as the summer season approaches. The estimated project cost based on the low bid is as follows: Construction Contract $274,712.50 Engineering and Inspection (W.O. 7097) $ 10,000.00 Subtotal $284,712.50 Contingencies (5%) $ 15,287.50 TOTAL $300,000.00 FINANCIAL IMPACT: Funding for the cost of the rehabilitation of pavement at various locations is in the 1/2-Cent Sales Tax Fund under Account No. 129-367-5504-1521 in an approximate amount of $539,200.00 in carryover funding from the last allocation. RECOMMENDATIONS: Staff recommends adoption of the resolution. 1 RESOLUTION NO. 2 RESOLUTION OF THE CITY OF SAN BERNARDINO AWARDING A CONTRACT 3 TO VALLEY SLURRY SEAL CO A CALIFORNIA CORPORATION. FOR PAVEMENT REHABILITATION BY SLURRY SEAL METHOD BETWEEN HIGHLAND AVE AND 4 ROUTE 30 AND FROM "E" STREET TO EAST TWIN CREEK CHANNEL. 5 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF 6 SAN BERNARDINO AS FOLLOWS: 7 SECTION 1. VALLEY SLURRY SEAL CO. A CALIFORNIA 8 CORPORATION. is the lowest responsible bidder for: PAVEMENT REHABILITATION BY 9 SLURRY SEAL METHOD BETWEEN HIGHLAND AVE. AND ROUTE 30 AND FROM "E" 10 STREET TO EAST TWIN CREEK CHANNEL. per Plan No. 9773 . A contract is awarded 11 12 accordingly to said bidder in a total amount of$274,712.50 but such award shall be effective 13 only upon being fully executed by both parties. All other bids, therefore, are hereby rejected. 14 The Mayor is hereby authorized and directed to execute said contract on behalf of the City; a 15 copy of the contract is on file in the office of the City Clerk and incorporated herein by 16 reference as fully as though set forth at length. 17 18 SECTION 2. This contract and any amendment or modifications thereto shall not 19 take effect or become operative until fully signed and executed by the parties and no party shall 20 be obligated hereunder until the time of such full execution. No oral agreements, amendments, 21 modifications or waivers are intended or authorized and shall not be implied from any act or 22 course of conduct of any party. 23 SECTION 3. This resolution is rescinded if the parties to the contract fail to 24 25 execute it within sixty (60) days of the passage of this resolution. 26 27 28 1 1 2 RESOLUTION OF THE CITY OF SAN BERNARDINO AWARDING A CONTRACT TO VALLEY SLURRY SEAL CO A CALIFORNIA CORPORATION. FOR PAVEMENT 3 REHABILITATION BY SLURRY SEAL METHOD BETWEEN HIGHLAND AVE AND ROUTE 30 AND FROM "E" STREET TO EAST TWIN CREEK CHANNEL. 4 5 I HEREBY CERTIFY that the foregoing resolution was duly adopted by the Mayor and 6 Common Council of the City of San Bernardino at a meeting thereof, 7 held on the day of , 1998, by the following vote, to wit: 8 9 COUNCIL IL MEMBERS AYES NAYS ABSENT ABSTAIN 10 ESTRADA 11 LIEN 12 ARIAS 13 SCHNETZ 14 DEVLIN 15 16 ANDERSON 17 MILLER 18 Rachel Clark, City Clerk 19 20 The foregoing resolution is hereby approved this day of , 1998. 21 22 23 JUDITH VALLES, Mayor City of San Bernardino 24 Approved as to form 25 and legal content: 26 JAMES F. PENMAN 27 City torney 28 By: 2 J _ VIM -JAM MET-i MME sM��ets ol- Ril .. fat Ronc Ml ri■ . ON - �r- ll� via- z c 6 j Z m a :4 _ I j a LL. o a >. LL Mme+ ► -o � Z3 o I _ a z ° m w ° 3 a0 0 ? 0 LL. Ir m 'z < W Z Lai O �I C.' Z 2 � I � cc Q � z W J r- V Z C Uj a CL 4 LLI (J� rA Z_ CL o o m m W ci LL z U © \� ix m C Q z m W W W 2 CL-4 Q a D a Q p a J W � W Z � i Z 1— W O �I m O U m a 0 a 0o0 0� w m z°o Q z z zo aK O z g z o c0 a Z O W U c z O U) � Z x Q a W a O Z z 2 m0 ~ U Q ai W O F- Q p V w li :� 4u, w O CL m M ° w -4 N M I v in w r� o m o rte4 M-+ .pct .ter C7 OU p FE O p _ LL N m Zn I i W Q CO G