HomeMy WebLinkAbout081120-05.7
ADMINISTRATIVE STAFF REPORT 5.7
TO: Mayor and Town Council August 11, 2020
SUBJECT: Resolution No. 60-2020, amending the construction contract for the 2019/20
Pavement Slurry Seal Project, CIP No. C-610D
BACKGROUND
The 2019/20 Pavement Slurry Seal Project, CIP No. C-610D, is in the early stages of the
construction phase. The project will apply slurry seal surface treatment to various streets
throughout the Town. Slurry seal is a cost-effective preventative maintenance technique
designed to extend the life of existing pavements by filling surface cracks and voids,
providing a weather-tight seal, and adding texture and uniform appearance to the street. A
slurry seal will extend pavement life approximately five to seven years. Although the bulk
of the work involves slurry seal treatment, this project also includes dig-out repairs and
crack sealing. Traffic striping, marking replacement and high-visibility (“green”)
thermoplastic bicycle lane markings and pavement legends will follow the resurfacing
work.
DISCUSSION
On June 16, 2020, the Town Council adopted Resolution No. 49-2020, awarding a
construction contract for the project to VSS International, Inc. in the amount of $1,245,120
(plus a 20% contingency amount of $249,024).
After award of contract and before construction, a discrepancy was discovered between the
project plans and bid forms. As such, the costs associated with the high-visibility (“green”)
thermoplastic bicycle lane markings and pavement legends were not included in the
contractors bid.
A contract amendment in the amount of $350,000 is necessary to complete the project.
Thus, it is recommended that the construction contract be amended to increase the total
authorized construction budget from $1,494,144 to $1,844,144.
PUBLIC CONTACT
Posting of the meeting agenda serves as notice to the general public.
Amending construction contract 2 August 11, 2020
for the 2019/20 Pavement Slurry
Seal Project, CIP No. C-610D
FISCAL IMPACT
An increase of the construction contract by $350,000 is required. Sufficient funds are
included in CIP No. C-610.
RECOMMENDATION
Adopt Resolution No. 60-2020, amending the construction contract for the 2019/20
Pavement Slurry Seal Project, CIP No. C-610D.
Prepared by:
Steven Jones, P.E.
City Engineer
Reviewed by:
Tai J. Williams
Assistant Town Manager
Attachments: A – Resolution No. 60-2020
B – June 16, 2020 Town Council Staff Report
RESOLUTION NO. 60-2020
AMENDING THE CONSTRUCTION CONTRACT FOR THE 2019/20
PAVEMENT SLURRY SEAL PROJECT, CIP NO. C-610D
WHEREAS, the Danville Town Council previously appropriated funding for the Pavement
Management Project, CIP No. C-610, in the adopted 2020/21 Capital Improvement
Program; and
WHEREAS, the Danville Town Council adopted Resolution No. 49-2020, awarding a
construction contract to VSS International, Inc. for the 2019/20 Pavement Slurry Seal
Project; and
WHEREAS, this project was previously found to be categorically exempt from the
requirements of the California Environmental Quality Act, Section 15301, Class 1; and
WHEREAS, adding high-visibility (“green”) thermoplastic bicycle lane markings and
pavement legends to the project requires a change order; and
WHEREAS, the total cost of the change order exceeds the previously approved total
construction budget; and
WHEREAS, the construction contract with VSS International, Inc. needs to be amended to
increase the total authorized construction budget by $350,000, resulting in an amended
total construction budget of $1,844,144; and
WHEREAS, sufficient funds have previously been appropriated by the Town Council to
fund the change order; now, therefore, be it
RESOLVED, by the Danville Town Council, that the Town Manager is hereby authorized
to execute, on behalf of the Town, a contract amendment in the amount of $350,000 with
VSS International, Inc.
DocuSign Envelope ID: BD4A430F-AF97-432C-9DC9-F4980655E38A
ATTACHMENT A
PAGE 2 OF RESOLUTION NO. 60-2020
APPROVED by the Danville Town Council at a special meeting on August 11, 2020 by the
following vote:
AYES:
NOES:
ABSTAINED:
ABSENT:
MAYOR
APPROVED AS TO FORM: ATTEST:
CITY ATTORNEY CITY CLERK
DocuSign Envelope ID: BD4A430F-AF97-432C-9DC9-F4980655E38A
ADMINISTRATIVE STAFF REPORT 5.11
TO: Mayor and Town Council June 16, 2020
SUBJECT: Resolution No. 49-2020, awarding a construction contract for the 2019/20
Pavement Slurry Seal Project, CIP No. C-610D
BACKGROUND
This is the first construction project of the 2019/20 fiscal year as part of the Pavement
Management Program (CIP No. C-610D). The project will apply slurry seal surface
treatment to various streets throughout the Town. Slurry seal is a cost effective
preventative maintenance technique designed to extend the life of existing pavements
by filling surface cracks and voids, providing a weather-tight seal, and adding texture
and uniform appearance to the street. A slurry seal will extend pavement life
approximately five to seven years.
To determine those streets that will receive a slurry seal treatment, the Town, along
with all Bay Area cities and counties, uses StreetSaver, a pavement management
program developed by the Metropolitan Transportation Commission (MTC). The
software relies on a classification system known as Pavement Condition Index (PCI),
which ranges from 0 to 100. New streets start at 100 and decrease as they age. The
Town’s Pavement Management Program seeks to sustain an average overall PCI of 70
or better for Town streets using funding allocated annually. Streets eligible for slurry
seal treatment generally have PCIs in the range of 70 to 90.
Although the bulk of the work involves slurry seal treatment, this project also includes
dig-out repairs and crack sealing. Traffic striping and marking replacement will follow
the resurfacing work. A complete list of streets is shown in Attachment C.
DISCUSSION
Five bids were received and opened on June 3, 2020. The lowest responsive bidder was
VSS International, Inc. of West Sacramento, California at $1,245,120. Bid results are
summarized in Attachment D.
The work is scheduled to begin this summer and should be completed later this year,
assuming the weather is favorable.
ATTACHMENT B
Award of Contract for 2019/20 2 June 16, 2020
Pavement Slurry Seal Project
CIP No. C-610D
This project is considered maintenance and repair work, and is therefore categorically
exempt from the requirements of the California Environmental Quality Act (CEQA)
according to Guidelines Section 15301 (Class 1).
PUBLIC CONTACT
Posting of the meeting agenda serves as notice to the general public. A standard Town
Capital Improvement sign will be placed at the various project sites. Adjacent property
owners will be notified in advance of the construction schedule.
FISCAL IMPACT
The low bid amount is $1,245,120, plus a 20% contingency of $249,024, which results in
a total construction budget of $1,494,144. Sufficient funds have been appropriated in the
Capital Improvement Program (Pavement Management Program) to cover these costs.
RECOMMENDATION
Adopt Resolution No. 49-2020, awarding a construction contract for the 2019/20
Pavement Slurry Seal Project, CIP No. C-610D.
Prepared by:
Nader Salama, P.E.
Associate Civil Engineer
Reviewed by:
Tai J. Williams
Assistant Town Manager
Attachments: A - Resolution No. 49-2020
B - CIP Page No. C-610D
C - Candidate Street List
D – Bid Results Summary
RESOLUTION NO. 49-2020
AWARDING A CONSTRUCTION CONTRACT FOR THE 2019/20
PAVEMENT SLURRY SEAL PROJECT, CIP NO. C-610D
WHEREAS, the Danville Town Council has appropriated funding in the Capital
Improvement Program for the Pavement Management Program, CIP No. C-610D in the
2019/20 Capital Improvement Program; and
WHEREAS, the plans and specifications for the subject project have been reviewed and
approved by the City Engineer; and
WHEREAS, this project is categorically exempt from the requirements of the California
Environmental Quality Act, Section 15301, Class 1; and
WHEREAS, the City Clerk of this Town did, in open session on the 3rd day of June,
2020, publicly open and read aloud the sealed bids received as required by law; and
WHEREAS, the lowest responsive bidder is VSS International, Inc. of West Sacramento,
California, and the City Engineer has recommended awarding a contract for the project
to said contractor; now, therefore, be it
RESOLVED, by the Danville Town Council, that the Town award the construction
contract for the 2019/20 Pavement Slurry Seal Project, CIP No. C-610D to VSS
International, Inc. of West Sacramento, California; and, be it further
RESOLVED, by the Danville Town Council, that the Town Manager be and hereby is
authorized to execute, on behalf of the Town, a written contract with VSS International,
Inc. for $1,245,120 and authorize use of a 20% construction contingency of $249,024 for a
total construction budget of $1,494,144 for work in connection therewith, and the City
Clerk is hereby directed to attest same and affix thereto the official seal of the Town;
and, be it further
RESOLVED, that staff shall within five (5) days of the adoption of this resolution,
transmit an Extract of Public Works contract award to the Department of Industrial
Relations, Division of Apprenticeship Standards, P.O. Box 420603, San Francisco, CA
94142. (Note: Should a finding of any discrepancy regarding this ratio of apprentices to
journeymen be made, the Town shall notify the Division of Apprenticeship Standards
of such findings.)
DocuSign Envelope ID: 696E43CB-A2E6-440D-82E2-91272A086F88
ATTACHMENT A
PAGE 2 OF RESOLUTION NO. 49-2020
APPROVED by the Danville Town Council at a special meeting on June 16, 2020, by the
following vote:
AYES:
NOES:
ABSTAINED:
ABSENT:
MAYOR
APPROVED AS TO FORM: ATTEST:
CITY ATTORNEY CITY CLERK
DocuSign Envelope ID: 696E43CB-A2E6-440D-82E2-91272A086F88
None
None
Arnerich, Blackwell, Morgan, Stepper, Storer
None
www.danville.ca.govCIP117
Projects
PAVEMENT MANAGEMENT
PROJECT DESCRIPTION AND LOCATION:
DESCRIPTION OF MODIFICATIONS:
RATIONALE FOR PROPOSED PROJECT:
Provide for maintaining the Town's PCI above 70.EXPECTED IMPACT ON OPERATING BUDGET:Additional worker hours required to maintain per year:0
Additional Town direct operating costs per year:$0
PROJECT COST ESTIMATE
PROJECT APPROPRIATION AND FUNDING
The pavement management program is an annual effort approved by the
Town Council to maintain the Town's street system at a high level of
service. A proactive approach to pavement maintenance prevents more
costly pavement repairs in the future. The planned level of expenditures is
aimed at sustaining an overall pavement condition index (PCI) of 70 for
Town streets.
4/19/2019PRINTED ON:
CIP No:C-610 STATUS:In Construction PRIORITY:1 PROJECT MANAGER:NNSGREEN PROJECT:No
2019/20Prior Years 2020/21 2021/22 2022/23 2023/24 TotalExpenditure Category
Design/Plan Review $0 $11,000 $11,000 $11,000$22,000 $66,000$11,000
Construction $0 $2,967,000 $2,967,000 $2,967,000$5,532,401 $17,400,401$2,967,000
Inspection & Admin.$0 $22,000 $22,000 $22,000$44,000 $132,000$22,000
$5,598,401 $3,000,000 $0 $3,000,000 $3,000,000 $3,000,000 $17,598,401Total Cost Estimate:
$3,668,754Total Expenditure: Unexpended: $321,566 on 3-25-2019
2019/20Prior Years 2020/21 2021/22 2022/23 2023/24 TotalFunding Source(s)
CIP Gen Purpose Rev $3,310,000 $25,000 $300,000 $950,000 $900,000 $5,485,000$0
Gas Tax $950,000 $1,500,000 $750,000 $750,000 $750,000 $4,700,000$0
Meas J Rtrn to Src $1,100,000 $1,000,000 $500,000 $500,000 $500,000 $3,600,000$0
Solid Waste VIF $238,401 $475,000 $1,450,000 $800,000 $850,000 $3,813,401$0
$5,598,401 $3,000,000 $0 $3,000,000 $3,000,000 $3,000,000 $17,598,401Total Funding:
www.danville.ca.govCIP117
Projects
ATTACHMENT B
No. Road Name Beging Location End Location
1 OBRIEN DR WEBER PL HILL RD
2 OBRIEN PL OBRIEN DR END
3 DAVID LN HILL RD END
4 HILL RD DIABLO RD END
5 JEANNIE CT HILL RD END
6 WEBER LN BLEMER RD MATADERA WAY
7 WEBER PL WEBER LN END
8 DIABLO RD (WB) - DIAB2WB I-680 INTERCHANGE WEST SIDE VIA HERMOSA
9 DIABLO RD (EB) - DIAB2EB VIA HERMOSA I-680 INTERCHANGE WEST SIDE
10 DIABLO RD VIA HERMOSA CAMINO TASSAJARA
11 DIABLO RD CAMINO TASSAJARA BOBBIE DR
12 DIABLO RD BOBBIE DR BETTEN CT
13 DIABLO RD BETTEN CT EL CERRO BLVD
14 DIABLO RD W EL PINTADO (EAST SIDE OF BRIDGE) I-680 INTERCHANGE - WEST SIDE
15 DIABLO RD EL CERRO BLVD DUSTIN LN
16 DIABLO RD DUSTIN LN MATADERA WAY
17 DIABLO RD HARTZ AVE FRONT ST (WEST SIDE OF BRIDGE)
18 DIABLO RD MATADERA WAY GREEN VALLEY RD
19 DIABLO RD CLYDESDALE DR ALAMEDA DIABLO
20 DIABLO RD GREEN VALLEY RD CLYDESDALE DR
21 DIABLO RD ALAMEDA DIABLO AVENIDA NUEVA
22 DIABLO RD HARTZ AVE FRONT ST (WEST SIDE OF BRIDGE)
23 DIABLO RD
W EL PINTADO (EAST SIDE OF BRIDGE)I-680 INTERCHANGE - WEST SIDE
24 MATADERA WAY DIABLO RD 328' W/O DIABLO RD
25 MATADERA WAY 328' W/O DIABLO RD 871' W/O DIABLO RD
26 CAMERON CT BLACKHAWK RD END
27 DIABLO CREEK PL BLACKHAWK RD END
28 CREEKLEDGE CT DIABLO RD END
29 DIABLO CREEK CT DIABLO CREEK PL END
30 CONCHA CT CONTADA CIR END
31 LA MANCHA CT CONTADA CIR END
32 CAMINO TASSAJARA GATETREE DR OLD ORCHARD DR
33 CAMINO TASSAJARA SYCAMORE VALLEY RD GATETREE DR
34 FARNHAM PL PARK HILL RD END
35 DERBYSHIRE PL PARK HILL RD END
36 AMBLESIDE CT INDIAN HOME RD END
37 NEVA CT GLEN ARMS DR END
38 GLEN ARMS DR LAUREL DR (EAST)LAUREL DR (WEST)
39 CHELTA CT GLEN ARMS DR END
40 LONG VIEW CT MORNINGHOME RD END
41 MORNINGHOME RD SYCAMORE VALLEY RD PARKHILL RD (WEST)
42 MORNINGHOME RD PARK HILL RD (WEST)PARK HILL RD (EAST)
2019/20 Sluury Seal Project C-610D
Street List
Attachment C
Page 1 of 2 ATTACHMENT C
2019/20 Sluury Seal Project C-610D
Street List
43 RAMSGATE CT MORNINGHOME RD END
44 ROSEMEAD CT THORNHILL RD END
45 WOODMONT CT LARKSTONE CT END
46 BROOKSIDE PL BROOKSIDE DR END
47 ORANGE BLOSSOM WAY BROOKSIDE DR EL CAPITAN DR
48 PARAISO DR GREENBROOK DR EAST END
49 MERRILLE PL GREENBROOK DR END
50 WESTERN STAR PL GREENBROOK DR END
51 BURTON CT VAN PATTEN DR END
52 ST PHILIP CT VAN PATTEN DR END
53 VAN PATTEN DR GREENBROOK DR END
54 CREEKWOOD CT HARLAN DR END
55 MEESE CIR END END
56 MEESE CT HARLAN DR END
57 WATERMAN CIR END END
58 WATERMAN CT HARLAN DR END
59 SHERBURNE CT HARLAN DR END
60 DANVILLE BLVD DEL AMIGO RD EL PORTAL WAY
61 FAIRMAYDEN LN DANVILLE BLVD END
62 KENDALL LN EL PORTAL RD END
Page 2 of 2
BID RESULTS SUMMARY
2019/20 PAVEMENT SLURRY SEAL PROJECT
CIP NO. C-610D
June 3, 2020
Engineer’s Estimate $1,355,976.67
CONTRACTOR BID AMOUNT
1 VSS International $ 1,245,120.00
2 Pavement Coatings Company $ 1,437,725.00
3 American Asphalt Repair and Resurfacing $ 1,457,252.52
4 Intermountain Slurry Seal $ 1,480,480.00
5 Graham Contractors $ 1,778,613.00
ATTACHMENT D