Memorandum
City of Lawrence
Department of Public Works
TO: |
Dave Corliss, Interim City Manager
|
FROM: |
Chuck Soules
|
CC: |
Debbie Van Saun, Terese Gorman, David Woosley
|
Date: |
March 30, 2006
|
RE: |
April 4, 2006 Agenda Item Project 15-CP4-404(C) Kasold Drive, W. 22nd Street to Bob Billings Parkway Street, Storm Sewer Improvements
|
This project includes the reconstruction of Kasold Drive from Bob Billings Parkway south to W. 22nd Terrace.
Project History.
April 7, 2004 |
City Commission directs staff to initiate design of Kasold reconstruction. |
June 7, 2004 |
Bartlett & West hired for design services. |
August 23, 2004 |
A public meeting held to discuss the overall project and preliminary design report. |
October 6, 2004 |
Four alternatives/options presented to City Commission at study session. |
October 26, 2004 |
City Commission revisited scope/parameters of project. Direction to proceed with Option 5. |
June 20, 2005 |
Public meeting to discuss construction sequencing and schedule. |
June 28, 2005 |
Neighbors and City Commission discuss sequencing and green space. |
July 19, 2005 |
City Commission directs that traffic will be allowed/maintained during construction. |
September 27, 2005 |
City Commission reviews Option 6 and directs staff to proceed with Option 6. |
November 8, 2005 |
City Commission revisits direction of September 27, 2005 and directs staff to proceed with Option 5. |
February 21, 2006 |
City Commission sets bid date and approves funding resolution; pre-bid meeting scheduled March 8, 2006 |
March 21, 2006 |
Received bid. |
Project Description. The typical section includes four 11 ft. lanes, turning lanes at appropriate intersections, an 8 ft. wide sidewalk on the west side of the street, landscaped median, new water main and storm sewer. The street cross section includes a treated base and 10 in. concrete pavement. The project will maintain at least one lane of traffic in each direction during construction. The project has a specified completion date of July 28, 2007, with a $2,000/day penalty for completion after this date. An incentive is provided of $2,000/day for early completion, up to a maximum of $100,000.
Project Funding. This project is included in the 2006 CIP. The City Commission approved Resolution 6630 authorizing the issuance of bonds in the amount of $4,600,000 for main trafficway improvements. The water main will be paid for through Utility funds.
Project Status. On March 8, 2006 a pre-bid meeting was held. Twenty-five people attended this meeting, including six general contractors. Twenty-eight set of plans were obtained by general contractors, subcontractors, and material suppliers.
On March 21, 2006 bids were opened (bid tab attached), and only two bids were received. The low bidder was R. D. Johnson Excavating. The total bid was $6,399,203.20. The engineer’s estimate was $5,221,521.91.
City staff and Bartlett & West have reviewed the bids. Several significant cost issues that affected the bids included:
After considerable discussion with both contractors, Bartlett and West Engineers, and city staff, it is recommended that the bids be rejected and the project be rebid.
The following changes are also recommended:
1. Delete 4” drainable base. During the design phase the drainable base was included as an additional component. Kleinfelder Geotechnical did complete a subsurface exploration and found no indications of groundwater in fourteen cores made. Additional discussions with the American Concrete Pavement Association and KDOT have indicated that with a treated base and the edge drain system that remains in the project, the drainable base is not necessary. The drainable base is challenging to work with as it is not a structural component and construction loads can cause the material to fail. Additional effort needs to be taken when using this material. Construction loads tend to expose weak areas in pavement subgrades. If we find an area that has a ground water problem, crushed stone can be added to provide drainage into the storm sewer.
2. Material change. Change 9” lime treated subgrade to 9” flyash treated subgrade. This will not affect the quality of the project in any way. The city uses flyash for base treatment as a standard on city streets.
3. Through ongoing discussions with neighboring residents we have eliminated the need for one area of retaining wall on the east side of the street.
4. Provide an equivalent asphalt pavement section as an alternative to concrete. This may also attract additional bidders.
These changes do not compromise the quality of the project. Traffic will be maintained on Kasold and the sidewalk will be constructed on the west side.
Staff does not recommend other possible options for this project. Staff does not recommend accepting the lowest bid because cost savings should be achieved with the alterations as set out above. Staff does not recommend significantly delaying the re-bidding of this project (2007 or beyond) because the continued forecast for costs indicates continued and substantial cost increases for key materials. Staff also is not pursuing options to reduce the scope of the project on items such as closure of the road during construction, change of grade, or the sidewalk because the Commission has extensively considered and decided these issues previously.
Rebidding the project is the fairest way to provide all possible contractors with an opportunity to bid on the same project.
Rebidding the project will set the project schedule back approximately 30 days, to a final completion date of October 6, 2007.
The Engineer’s Estimate will also be revised to reflect the current construction market.
Recommendation:
Respectfully submitted,
Charles F. Soules, P.E.
Director of Public Works
Attachment: Bid Tab