Loading...
SR-506-003-01 (8) e e "-/~ JUL 25~ " GS:SES:WZ:bat (7/18/89)(2) Council Meeting: July 25, 1989 50(p-003-0/ Santa Monica, Californla To: Mayor and City Council From: City Staff Subject: Award of Contract for 1988-89 Street Resurfacing Program INTRODUCTION ThlS report recommends that the City Council award a contract for the 1988-89 Street Resurfaclng Program to Sully Miller Contracting Co., the lowest responsible bldder, in the amount of $759,199.51. BACKGROUND Each fiscal year, the City Councll authonzes a City-wide street resurfacing program which includes resurfacing, cold plane and reconstructlon lntersections, slurry seallng and curb, gutter and sldewalk construct lOnjrepalr in vari ous areas of the City. The cri ten a used to determlne which streets are to be resurfaced dunng a given year are age, surface and subsurface condit ion, camp 1 a i nts recei ved, types of use (commercial or residential), traffic volumes, or projected change of use or volume, etc. The following streets are proposed to be resurfaced or slurry sealed under the 1988-89 Street Resurfacing Program: Street limits TO BE RESURFACED: 5th St. 9th St. 20th St. Michigan Ave. Strand St. . . Bay St. to Ocean Park Blvd., Montana Ave. to San Vicente Blvd., North of Santa Monica Freeway to Arizona Ave., lincoln Blvd. to 14th St., Main St. to 4th St. - 1 - '-I< JUl 2 5 1989 e e ~ TO BE SLURRY SEALED; 5th St. 5th St. 9th St. 23rd St. 25th St. Alta Ave. .. Hollister AVe. Oak St. Pine St. . . . . . . Airport Infleld Areas Wllshire Blvd. to Montana Ave., Ocean Park Blvd. to Hill St., Santa Monica Blvd. to Wilshire Blvd., Montana Ave. to Wilshire Blvd., Montana Ave. to San Vicente Blvd., 4th St. to 7th St., Main St. to 3rd St., Euclid St. to 14th St., 17th St. to 18th St., INTERSECTIONS TO BE RECONSTRUCTED: 4th St. and Pico Blvd. Main St. and Pico Blvd. Main St. and Ocean Park Blvd. Assessments Council has lnitiated proceedings to assess commercial properties for street resurfacing and gutter construction contlguous to these properties. Commerclal property owners are assessed for the full cost of gutter construction (about $9.50 per lineal foot) and one-half the cost of resurfacing (about $7.50 per square foot). This is a cash assessment (no bonds will be issued). Unpaid assessments are to be placed on the property owners' 1990-91 tax bill. Assessments are expected to generate approximately $48,400 in revenue. Residential properties will not be assessed. Bld Package The Notice Inviting Bids was published on June 13 and 14, 1989, in the Evening Outlook and in four construction journals. The notice was sent to four minorlty business associations and six contractors' associations. Plans and specificatlons were issued to ten contractors and subcontractors. Bids were opened and read publicly by the Deputy City Clerk on July 7, 1989. - 2 - - Five bids were received as follows: Sully Miller Contracting Co. Vernon Pav1ng Company Damon Construction Company* Excel Paving Company Goal/DBA Best Western Paving Co. C1ty Engineer's Estimate: *WMBE Contractor - $759,119.51 $784,510.64 $828,171.16 $839,361.00 $906,177 .33 $765,103.00 Sully Miller Contracting Co. has been the successful bidder for the C1ty'S street resurfacing program for several years and staff has been satisfied with thelr performance. BUDGET/FINANCIAL ANALYSIS Funds Required Contract $759,119.51 Contingencies 26,903.02 Total Required $786,022.53 Appropriation authority for implementation of the 1988-89 Street Resurfaclng program is available as follows: General Fund: Street Resurfacing Program (01-770-421-000-965). . . . . . . Water Fund: Resurfacing (25-770-421-000-947) . . . . . . . . . . . . . . Wastewater Fund: Resurfacing (31-770-421-000-960) . . . . . . . . . . . . . . Airport Fund: Airport Fund (33-710-631-000-903) TOTAL FUNDS AVAILABLE . . . . . . . . . . . . . . . . . . . . . . - 3 - $391,755.53 205,267.00 105,000.00 84,000.00 $786,022.53 e e RECOMMENDA nONS It is recommended that the C1ty Counc1l: 1. Award a contract for the 1988-89 Street Resurfaclng Program to Sully Miller Contracting Co., the lowest responsible unit price bidder, in the amount of $759,119.51; and 2. Authorize the C1ty Engineer to issue any change orders necessary to complete additional work to the extent of funds available in accordance with the Administrative Instruction on Change Orders. Prepared by: Stanley E. Scholl, Director of General SerV1ces - 4 -