Loading...
HomeMy WebLinkAbout2006-06-13; City Council; 18592; 2006 Pavement Overlay ProjectCITY OF CARLSBAD - AGENDA BILL AB# 18.592 MTG. 6/13/06 DEPT. ENG TITLE: AWARD OF CONTRACT FOR CONSTRUCTION OF THE 2006 PAVEMENT OVERLAY PROJECT NO. 3667-13 AND APPROPRIATION OF FUNDS DEPT. HD. CITYATTY.' CITY MGR. (^ RECOMMENDED ACTION: Adopt Resolution No. 2006-147 accepting bids and awarding a contract for the construction of the Pavement Overlay Project No. 3667-13 and appropriation of funds. ITEM EXPLANATION: The 2006 Pavement Overlay Project is part of the City's ongoing Pavement Management Program. This rehabilitation project will extend the life of various roadways in the Northwest Quadrant of the City by applying a rubberized asphalt concrete layer over the existing pavement. The roadways in the Northwest Quadrant were selected based on the age and existing condition of the roadway surface. In addition, this project proposes to overlay El Camino Real from Palomar Airport Road south to Dove Lane. This segment of El Camino Real has recently been trenched for the installation of two large water mains and to provide utilities and widen El Camino Real for numerous developments such as Bressi Ranch and Villages of La Costa (Greens). The City also recently repaired a number of areas to hold the pavement together until an overlay project can fully rehabilitate the roadway. All the streets are listed in Attachment "A". On March 14, 2006, City Council authorized the advertisement for bids for construction of the Pavement Overlay Project No. 3667-13. Three bids were received on May 18, 2006, which are summarized as follows: CONTRACTOR 1. Silvia Construction, Inc. 2. Hazard Construction Co. 3. Sim J. Harris, Inc. BID TOTAL $5,978,245 $5,990,793 $6,473,870 The lowest responsive bidder, Silvia Construction, Inc., submitted a bid in the amount of $5,978,245, which was 55% higher than the Engineer's Estimate. Discussions with the three bidders indicate the following regarding cost increases. • Over the last 11 months, the unit price of the asphalt oil increased 100% in price. • The asphalt oil suppliers indicate another increase of $20/asphalt oil ton by September 2006. This cost increase was included by all three bidders in preparing their estimate, and the third low bidder inflated this cost of oil in anticipation of performing some work in the fourth quarter. Costs for asphalt oil are made available to contractors on a quarterly basis. • The low bid contractor does not have his own material hauling trucks. The cost they pay for hauling is per hour, rather than per ton. Labor costs have increased as well as fuel costs. The low bidder indicated the price of diesel fuel has increased even more than gasoline. • Aggregate cost has increased because of labor and fuel cost increases. • The raising of manhole and valve covers to grade is performed by subcontractors. There are only a few subcontractors in San Diego that perform this work, and their unit prices increased this year. Page 2 • Contractors are hauling asphalt from San Diego rather than from the San Marcos plant because the San Marcos plant will not provide rubberized asphalt. The rubberized asphalt interrupts their normal asphalt deliveries. The additional distance from San Diego impacts hauling cost and production time. Dramatic increases in trucking costs and fueling costs for equipment were used on the project bids. • The City's specifications required three of the streets to be completed before the contractor could move to the next street, which impacts the production of rubberized asphalt. The asphalt plant must shut down until repairs and preparation on the next street are completed before paving can resume. This condition was included to ensure that the paving contractor was not delayed by the concrete contractor working on the same streets. • The rubberized plant supplier, if shut down, wants $10,000 per day to leave and come back, which was factored into unit prices. The unit price of asphalt oil, aggregate material, and labor hauling is not expected to decrease this year. As a result, requesting new bids is not anticipated to result in lower construction costs. Project Options - Based on the bid results, the project cost now exceeds the project appropriation. As a result, staff has developed options for the City Council's consideration. Rejecting all bids and re-advertising the project unchanged is not included as an option because lower bids are not anticipated. The following is a discussion of each option. Option 1 - Award contract to apparent low bidder. The construction of the 2006 Pavement Overlay Project would be awarded to the apparent lowest responsive bidder, Silvia Construction Inc., in the amount of $5,978,245. Staff has reviewed all the bids and has found them to be in order. It is recommended that the additional appropriation required be obtained from the Gas Tax fund. Option 2 - Reject all bids and re-bid the project with conventional asphalt concrete instead of rubberized asphalt concrete. Rubberized asphalt concrete is a superior product to conventional because reflective cracking is significantly reduced and it lasts longer than conventional asphalt pavement. If the project is re-bid with conventional asphalt concrete, the city can expect a savings of $17 to $25 per ton, or $650,000 to $1,000,000 over the entire project. Despite utilizing a less expensive product, this option would still require additional appropriation. Option 3 - Reject all bids and reduce the project scope to be within current appropriation. Utilizing unit price information developed from these bids, the number of streets to receive a rubberized asphalt pavement overlay will be reduced to comply with the current appropriation. The overlay on El Camino Real would be maintained but the streets in the northwest quadrant to receive an overlay would be reduced. The total project would be scaled back by 38% or 14.7 lane miles. Using this approach, staff will re-advertise the entire project but place the streets into two or more separate schedules. Schedule A would be the basis of awarding the bid with a quantity reflecting the current appropriation. The other schedules will be considered as an add-on. However, because of economies of scale, unit prices for asphalt concrete may actually increase. The selection of this option would mean that streets which currently need an overlay would not get resurfaced. Staff is recommending Option 1 because all of the streets identified in the project are currently in need of an overlay. ENVIRONMENTAL REVIEW: This project is categorically exempt from the environmental review process under Section 15301 Class 1(c) of the Public Resources Code (California Environmental Quality Act). PageS FISCAL IMPACT: Shown below is the project cost for Optionl, which includes awarding the project to the apparent lowest bidder, Silvia Construction, Inc. 2006 PAVEMENT OVERLAY PROJECT - OPTION 1 Construction Contract Construction Contingency Project Administration and Inspection TOTAL COST AVAILABLE APPROPRIATIONS ADDITIONAL APPROPRIATION NEEDED .' cqiisrs;;*" ; $5,978,245 $100,000 $121,755 $6,200,000 $4,357,000 $1,843,000 Staff recommends that an additional $1,843,000 be appropriated from the Gas Tax fund to fully-fund the improvements included in the project. Sufficient funds are available in the Gas Tax fund for this appropriation. On March 14, 2006, City Council approved Resolution No. 2006-058 which authorized a $1.0 million loan from the Gas Tax fund to the Pavement Management Program for the purpose of paving El Camino Real this year. The Resolution for this project is appropriating the previously approved loan from the Gas Tax fund. EXHIBITS: 1. Attachment "A" List of 2006 pavement overlay streets. 2. Location Map. 3. Resolution No. 2006-147 accepting bids and awarding a contract for the construction of the 2006 Pavement Overlay Project No. 3667-13 and appropriation of funds. DEPARTMENT CONTACT: Jon Schauble, (760) 602-2762, ischa@ci.carlsbad.ca.us EXHIBIT 1 ATTACHMENT "A" 2006 PAVEMENT OVERLAY STREETS ROAD CARLSBAD VILLAGE DRIVE TAMARACK AVE TAMARACK AVE EL CAMINO REAL ELCAMINOREAL EL CAMINO REAL EL CAMINO REAL AMES PL ANDREA AVE ANN DR AVOCADO LN BALDWIN LN BASSWOOD BUENA VISTA CIR BUENA VISTA WAY BUTTERS RD CAMEO ROAD CAROL PL CHESTNUT AVE CHINQUAPIN AVE CIPRIANO LN DAVIS AVE DAVIS AVE & PI ELMWOOD ST FOREST AVE FOREST AVE GARFIELD ST GLORIA LN GUEVARA RD HARDING ST HARDING ST HIGHLAND DR HIGHLAND DR HOOVER ST JAMES DR JAMES DR JAN IS WAY JEANNE PL KARREN LN KNOWLES AVE KNOWLES AVE KREYMEYER CIR FROM Pio Pico Jefferson Adams St Palomar Airport Rd Camino Vida Roble Cassia Rd Poinsettia Lane Chestnut Valley Gayle Way Harding Chinquapin Highland Laguna Jefferson Highland Chestnut Jefferson Lincoln Linmar Forest Knowles Knowles Buena Vista Highland Pio Pico Ocean Jeanne PI Highland Magnolia Oak Ave Chestnut Las Flores Adams Tamarack Basswood Ann Dr James Dr Monroe Jefferson Pio Pico Laguna ;: ' TO- ...:.. V El Camino Real Adams St Skyline Camino Vida Roble Cassia Rd Poinsettia Lane Dove Lane end end Janis end end Valley end Davis end end Harding Washington Jefferson end Buena Vista Laguna Laguna Crest Highland Pacific end end Carol Cbad Village Dr Chinquapin Forest Ave Highland Tara south end Donna Dr end end end Elmwood end ATTACHMENT "A" 2006 PAVEMENT OVERLAY STREETS ROAD LAGUNA DR LAGUNA DR LINCOLN ST MADISON ST MAGNOLIA AVE MAGNOLIA AVE MONROE STREET MOUNTAIN VIEW DR NORMANDY LANE OAK AVE OAK AVE OCEAN ST OCEAN ST PARK DR RATCLIFF RD REDWOOD AVE ROOSEVELT ST SPRUCE ST SYCAMORE AVE TUTTLE ST TYLER ST VALLEY ST YOURELL AVE FROM Jefferson Pio Pico Oak Ave Cbad Village Dr Roosevelt Highland Carlsbad Village Dr Ocean Garfield Jefferson Lincoln Rue de Chateaux Oak Ave Monroe Highland Carlsbad Blvd Carlsbad Village Dr Forest Carlsbad Blvd Buena Vista Oak Ave Chestnut Highland .-^-vr.Ta ' - end Elmwood Chestnut Magnolia Harding Monroe Chestnut Pacific Mtn View Harding Washington Mtn View Cypress Woodvale end end Magnolia end Garfield Las Flores Chestnut Magnolia Spruce LOCATION MAP r—CARLSBAD VILLAGE DRIVE BUENA VISTA LAGOa VARIOUS STREETS TO BE OVERLAID TAMARACK AVENUE CITY OF VISTA EL CAMINO REAL BATIQUITOS LAGOON PACIFIC OCEAN NOT TO SCALE LEGEND:CITY OF ENCINITAS STREETS TO BE OVERLAID PROJECT NAME 2006 PAVEMENT OVERLAY PROJECT PROJECT NUMBER 3667-13 EXHIBIT DRAWN BY: ALFRED ROMERO, CARLSBAD ENGINEERING DEPT. 2/23/2006 H:\CAPITAL\SCHAUBLE\3667-13_2006_PAVEMENT_OVERLAY.DWG RESOLUTION NO. 2006-147 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 28 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, ACCEPTING BIDS AND AWARDING CONTRACT FOR THE CONSTRUCTION OF THE 2006 PAVEMENT OVERLAY PROJECT NO. 3667-13. AND APPROPRIATION OF FUNDS. WHEREAS, the City Council of the City of Carlsbad, California, has determined it necessary, desirable, and in the public interest to resurface various roadways in the Northwest Quadrant of the City, including El Camino Real south of Palomar Airport Road; and WHEREAS, the project is exempt from the California Environmental Quality Act pursuant to CEQA Section 15301 Class 1(c); and WHEREAS, on March 14, 2006, the City Council approved plans and specifications for furnishing of all labor, materials, tools, equipment, transportation, and other expenses necessary or incidental to the 2006 Pavement Overlay Project No. 3667-13; and WHEREAS, three (3) sealed bids were received on May 18, 2006 for the project; and WHEREAS, the lowest responsive, responsible bid for the project was submitted by Silvia Construction, Inc., in the amount of $5,978,245; and WHEREAS, additional Gas Tax funds need to be appropriated in order to construct the 2006 Pavement Overlay Project No. 3667-13; and WHEREAS, on March 14, 2006, City Council approved Resolution No. 2006-058 which authorized a $1.0 million loan from the Gas Tax fund to the Pavement Management Program for the purpose of paving El Camino Real this year. WHEREAS, there are sufficient Gas Tax funds available for the additional appropriation. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad, California, as follows: 23 1 - That the above recitations are true and correct. 2. That the bid submitted by Silvia Construction, Inc., in the amount of $5,978,245 is hereby accepted, and the Mayor is hereby authorized to execute the contract for the construction of the 2006 Pavement Overlay Project No. 3667-13, in accordance with the plans, specifications, 26 and contract documents referred to herein. 27 /// 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 3. That the Finance Director is hereby authorized to appropriate $1,843,000 from the Gas Tax fund for the project. 4. That the Finance Director is hereby authorized to appropriate the previously approved loan of $1.0 million to the Pavement Management Program from the Gas Tax Fund. 5. That the City Manager is hereby authorized to approve construction change orders up to the contingency amount of $100,000 to Silvia Construction, Inc., for the 2006 Pavement Overlay Project No. 3667-13. 6. That the award of this contract is contingent upon Silvia Construction, Inc., executing the required contract and submitting the required bonds and insurance policies, as described in the contract, within twenty (20) calendar days of adoption of this resolution. The City Manager may grant reasonable extensions of time. PASSED, APPROVED AND ADOPTED at a regular meeting of the Carlsbad City Council held on the 13th day of June , 2006 by the following vote, to wit: , Kulchin, Packard, SigafooseCouncil Members Lewis, CLAUDE ATTEST: • V^ l%¥"n' "I/°3SEAL) &