Loading...
HomeMy WebLinkAboutResolution-1997-1625 RESOLUTION NO 1625 Senes 1997 TITLE A RESOLUTION AUTHORIZING AN INTERGOVERNMENTAL AGREEMENT WITH THE CITY OF LAKEWOOD, COLORADO FOR THE PURPOSE OF A STREET RECONSTRUCTION PROJECT ON W 29TH PLACE AND VIVIAN STREET TO MOUNTAIN SHADOWS DRIVE. WHEREAS, Section 14.2 of the Home Rule Charter of the City of Wheat Ridge provides express authority to enter mto intergovernmental agreements providing for cooperative efforts between governments; and WHEREAS, Wheat Ridge IS currently constructing a street reconstructIOn project which mcludes W 29th Place between ViVian Street and Mountain Shadows Drive; and WHEREAS, the jUrIsdictional boundary between our Cities is the center ofW 29th Place; and WHEREAS, both Cities desire to cooperate to the fullest extent possible to ensure that the construction of the project is accomplished according to the mutual desires of each City for the best mterests of their respective Citizens. NOW, THEREFORE BE IT RESOLVED that Sec 1 The Mayor of the City of Wheat Ridge IS hereby authorized to execute an mtergovernmental agreement with the City of Lakewood, Colorado to complete the street reconstruction ofW 29th Place between Vivian Street and Mountain Shadows DrIve DONE AND RESOLVED THIS 23 day of September, 1997 ,6)~.U,J.&- DAN WILDE, MAYOR ATTEST INTERGOVERNMENTAL AGREEMENT TillS AGREEMENT MADE AND ENTERED INTO TillS 12th DAY OF AUGUST 1997, by and between the City of Wheat Ridge, with offices at 7500 WEST 29TH AVENUE, WHEAT RIDGE, COLORADO 80215-6713, a Home Rule Mumclpality within the County of Jefferson, State of Colorado, hereinafter referred to as "Wheat Ridge", and the City of Lakewood, with offices at 445 S. ALLISON PARKWAY, LAKEWOOD, COLORADO 80226-3105, a Home Rule MUlllcipality within the County of Jefferson, State of Colorado, hereinafter referred to as "Lakewood", Wheat Ridge and Lakewood hereinafter sometimes referred to as the "Parties". WITNESSETH THAT WHEREAS, SectIOns 29-1-20 I and 29-1-203 Colorado ReVised Statutes, 1972, as amended, permit and encourage governments to make the most effiCient use of their powers and responsibilIties by cooperating and contracting with other governments to provide authonzed services; and WHEREAS, Wheat Ridge is currently constructmg a street reconstruction project which Includes 29th Place from ViVian Street to Mountain Shadows Dnve. and WHEREAS, Wheat Ridge and Lakewood have discussed .Io111tly reconstructing the bituminous concrete pavement and concrete curbwalk from VIVlaI1 Street to Mountain Shadows Drive, heremafter called the ProJect, as shown on Exhibit A of this Agreement; and WHEREAS, the Parties desire to cooperate to the fullest extent possible to ensure that the construction of the Project IS accomplished according to the mutual deSires of each party for the best interests of their respective citizens. NOW, THEREFORE, m order to accomplish the above stated deSires, and m consideratIOn of the mutual covenants and promises herein set forth, the Parties agree as follows: 1. Wheat Ridge has awarded a construction contract to Western Mobile Denver Paving to construct the Project. The Contractor shall provide performance and payment bonds in the amount of 100 percent of the value of the contract. Construction is expected to begin in the month of August 1997. 2. Wheat Ridge shall provide the deSign, contractor, construction inspection and contract adrmnistration for the Project. Wheat Ridge will coordmate constructIOn activities between Wheat Ridge's contractor and Lakewood and will give Lakewood at least one week's advance notice prior to start of construction within Lakewood city boundaries. Lakewood may mspect the Project but shall communicate to the contractor through Wheat Ridge 3. Lakewood agrees to pay Wheat Ridge for its portIOn of the Project. The cost of the Project for Wheat Ridge and Lakewood is estimated in Exhibit B of this Agreement and the estimate is based on the unit prices of the awarded contract. Payment by Lakewood shall be made to Wheat Ridge withm 30 days of final inspection and acceptance of the work by Wheat Ridge and Lakewood. 4 It IS agreed that upon completIOn of the Project, the Parties shall own the improvements located wlthm then city boundaries. 5 Each Party shall be responsible for Its own negligent acts. Wheat Ridge shall be solely responsible for the design, construction, inspectIOn and admmistratlOn of said ProJect, and shall be solely responsible for any hability resulting from or relating to saId design, construction, inspection and administratIOn of said Project. Each Party shall reimburse the other Party for any costs, expenses or legal fees that either Party may incur for any liability resulting from the negligent acts of the other Party 6 This Agreement embodies the entire understanding of the Parties and shall be deemed to be a contract extending and blndmg upon Parties hereto, their representatives, agents, administrators, successors and assigns. ATTEST CITY OF WHEAT RIDGE A COLORADO MUNICIPAL CORPORATION ~~.l,-J~~/ DAN WILDE, MAYOR , ,~ !.M ~' a1::;; '. ' . ~ ~ u- L. ' CITY CLER ''-t,\ J..<!\ i::/ " CITY OF LAKEWOOD A COLORADO MUNICIPAL CORPORATION '~: '. ~.' ,it~\'" " .ix1~~' 7MZb,/ ATTEST: A'~'lR~ AS T(/;ORM ./0 . f "........ . CITY ;~;~~EY vp.'~ 2 EXHIB IT A >- L 0 '"U L ::l 0 ...0 "- >- +- "\j U) (f) x 0 L n. n. 0 0 D 0 N .:>I. ---1 0 x ~ - 0 =:) L '"U n. L cO n. 0 0 L W III -A- -+- 0 -+- CY :J E 0- +- _rl 2 0 L ..c: :J n. u <( .sl III 0 U - > II) 0 v n. 0 II) - n. "- > II) L D 2 <( I \- 0' (".! O/ol)/l\NHOr\J EXHIBIT B QUANTITY ESTIMATES AND CONTRACT BID PRICES 29TH PLACE RECONSTRUCTION WITHIN LAKEWOOD DESCRIPTION QUANTITY UNIT PRICE AMOUNT Remove Asphalt Mat 600 SY I 50 900 Earthwork 8% of LS 1,000 00 1,000 Unclass. Ex (CIP)(Stabllization)* 60CY 1400 840 Adjust manhole to grade* 1 EA 30000 300 Adjust water valve to grade* 1 EA 15000 150 StabilizatIOn Mati (granular)* 90 T 1300 1,170 HBP, (Grade C) 4" 133 T 2600 3,458 HBP, (Grade CX) 2" 67 T 27.00 1,809 Remove and replace curbwalk 135 LF 1900 2,565 MobilizatIOn 5% of LS 425 00 425 Traffic Control 5% of LS 55000 550 City of Lakewood Estimated Cost 13,167 * Contingency item / CONTRACTOR.S BID COMPARISON S-LS 02-97 (97 LOCAL ST) JULY 1997 W 29TH AVE & VIVIAN ST ITEM DESCRIPTION 202A REMOVE AS?HALT MAT 202B REMOVE INLET 203A EARTHWORK 203B UNCLASSIFIED EX (CIP)(ST ABIL) 203C PROOF ROLLING 210A ADJUST MANHOLE TO GRADE 210B ADJUST WATER VALVE TO GRADE 304A STABILIZATION MAT"L(GRANULAR) 403A HBP (GRADE C) (4' DEPTH) 403B HBP (GRADE CX) (2' DEPTH) 403C HBP (DWY PATCHING) (3" DEPTH) 604A WR SINGLE INLET 609A CONC REPLACEMENT, NEW TY MS 609B CONC REPLACEMENT NEW TY MD 609C CONC REPLACfoMENT NEW TY SC 609D CONCRETE PAVEMENT (6') (DWY) 626 MOBILIZATION 630 TRAFFIC CONTROL TOTAL AMOUNT BID W 30TH PL ITEM DESCRIPTION 202A REMOVE ASPHALT MAT 203A EARTHWORK 203B UNCLASSIFIEr. EX (CIP)(STABIL) 203C PROOF ROLLING 210B ADJUST WATER VALVE TO GRADE 304A STABILIZATION MAT"L(GRANULAR) 403A HBP (GRADE C) (4' DEPTH) 403B HBP (GRADE CX) (2' DEPTH) 609A CONC REPLACEMENT, NEW TY MS 609B CONC REPLACEMENT, NEW TY MD 626 MOBILIZATION 630 TRAFFIC CONTROL TOTAL AMOUNT BID QUAN/ UNIT 7200 SY 3 EA 1 LS 700 CY 7 HR 10 EA 11 EA 1100 TON 1900 TON 950 TON 55 SY 3 EA 2250 LF 700 LF 1 EA 400 SY LS LS QUAN/ UNIT 1300 SY LS 120 CY HR EA 200 TON 286 TON 143 TON 300 LF 27 LF 1 LS LS WESTERN MOBILE DENV ASPHALT SPECIALTIES CO. I UNIT $ $1,50 $1,100,00 $12,000.00 $14.00 $50,00 $300,00 $150,00 $13,00 $26,00 $27 00 $20,00 $2,4 00 00 $1900 $2100 $2.000 00 $30,00 $8 500 00 $11,000,00 UNIT $ $150 $2,500,00 $1400 $50,00 $150.00 $1300 $26.00 $27.00 $19,00 $21 00 $2,000,00 $3,000,00 TOTAL $ $10,800.00 $3,300.00 $12,000.00 $9,800.00 $350,00 $3,000,00 $1,650.00 $14,300.00 $49,400.00 $25,650,00 $1,100,00 $7,200,00 $42,750.00 $14,700,00 $2,000,00 $12,000,00 $8.500 00 $11,000,00 $229,500.00 TOTAL $ $1,950.00 $2,500.00 $1,680.00 $50.00 $150,00 $2,600,00 $7,436,00 $3,861.00 $5,700,00 $567 00 $2,000,00 $3,000,00 $31,494,00 UNIT$ $2.00 $600.00 $19,500.00 $7,50 $90,00 $260,00 $150,00 $950 $25.00 $25 00 $18,00 $2.250,00 $30 00 $30 00 $1.45000 $33 00 $11,00000 $5,000,00 UNIT $ $2.00 $3.00000 $7,50 $90,00 $150.00 $9,50 $25.00 $25,00 $30.00 $30,00 $2.000,00 $1,250,00 TOTAL $ $14,400,00 $1,800.00 $19,500.00 $5,250,00 $630.00 $2,600,00 $1.650.00 $10.450,00 $47,500,00 $23,750,00 $990,00 $6,750,00 $67.500,00 $21,000,00 $1 450,00 $13.20000 $1100000 $5,000 00 $254,420 00 TOTAL $ $2,600,00 $3,000,00 $900.00 $90.00 $150.00 $1,900,00 $7,150,00 $3,575,00 $9,000,00 $810,00 $2,000.00 $1.250,00 $32.425 00 PAGE 1 01 2 HAMON CONTRACTORS, I UNIT $ TOTAL $ $3,00 $21,600,00 $400.00 $1,200.00 $20,000.00 $20,000.00 $7.00 $4,900.00 $100,00 $700,00 $450.00 $4,500,00 $130.00 $1,430.00 $13,00 $14,300,00 $30,00 $57,000.00 $30,00 $28,50000 $48.00 $2,640,00 $2,200,00 $6.60000 $28.00 $63.000.00 $2& 00 $20,300,00 $650,00 $650 00 $36,00 $14,400,00 $8,500.00 $8.500,00 $16,000,00 $16,000,00 $286.220,00 UNIT $ $2.00 $5,000.00 $6.00 $100.00 $130,00 $8.00 $30.00 $30.00 $28.00 $29.00 $2,000.00 $1,200.00 TOTAL $ $2,600.00 $5,000.00 $720.00 $100,00 $130,00 $1,600,00 $8,580,00 $4,290,00 $8,400,00 $783.00 $2,000,00 $1,200.00 $35,403,00 CONTRACTOR'S BID COMPARISON S-L~;2-97 (97 LOCAL ST) JULY 1997 PAGE 2 of 2 W 29TH AVE & VIVIAN ST BRANNON SAND & GRAVEL CO ENGINEER'S ESTIMATE ITEM DESCRIPTION QUANt UNIT UNIT $ TOTAL $ UNIT$ TOTAL $ 202A REMOVE ASPHALT MAT 7200 SY $500 $36,000.00 $2,00 $14,400.00 202B REMOVE INLET 3 EA $59400 $1,782,00 $150.00 $450,00 203A EARTHWORK 1 LS $4,769 00 $4,769 00 $7,200.00 $7,200,00 2038 UNCLASSIFIED EX (CIP)(ST A8IL) 700 CY $12,00 $8,400,00 $8.00 $5,600,00 203C PROOF ROLLING 7 HR $84.00 $588.00 $200.00 $1,400.00 210A ADJUST MANHOLE TO GRADE 10 EA $298,00 $2,980.00 $200.00 $2,000,00 210B ADJUST WATER VALVE TO GRADE 11 EA $105.00 $1.155,00 $100,00 $1,100,00 304A STABILIZATION MAT'L(GRANULAR) 1100 TON $12,00 $13.200.00 $20.00 $22,000,00 403A HBP (GRADE C) (4' DEPTH) 1900 TON $28,00 $53,200,00 $30,00 $57,000.00 403B HBP (GRADE CX) (2' DEPTH) 950 TON $30 00 $28,500,00 $30,00 $28,500,00 403C HBP (DWY PATCHING) (3' DEPTH) 55 SY $30 00 $1 65000 $35 00 $1,925,00 604A WR SINGLE INLET 3 EA $2,21500 $6,645 00 $1,500,00 $4,50000 609A CONC REPLACEMENT, NEW TV MS 2250 LF $2600 $58,500,00 $28,00 $63.000 00 609B CONC REPLACEMENT, NEW TV MD 700 LF $28 00 $1960000 $28,00 $19,60000 609C CONC REPLACEMENT, NEW TV SC 1 EA $1,07900 $1,07900 $1,000,00 $1.000,00 609D CONCRETE PAVEMENT (6') (DWY) 400 SY $3200 $12,800,00 $30 00 $12,000,00 626 MOBILIZATION 1 LS $4,16500 $4,16500 $7,200,00 $7,200,00 630 TRAFFIC CONTROL 1 LS $4.872 00 $4,872 00 $5,000.00 $5,000,00 TOTAL AMOUNT BID $259.88500 $253,875.00 W 30TH PL ITEM DESCRIPTION QUANt UNIT UNIT $ TOTAL $ UNIT $ TOTAL $ 202A REMOVE ASPHALT MAT 1300 SY $500 $6,500 00 $2,00 $2,600,00 203A EARTHWORK 1 LS $2.500,00 $2,500,00 $1,300,00 $1,300,00 203B UNCLASSIFIED EX (CIP)(STABIL) 120 CY $12,00 $1.440,00 $8,00 $960,00 203C PROOF ROLLING 1 HR $84 00 $84,00 $200.00 $200,00 210B ADJUST WATER VALVE TO GRADE 1 EA $10500 $105,00 $100.00 $100,00 304A STABILIZATION MAT'L(GRANULAR) 200 TON $1200 $2,400,00 $20.00 $4,000.00 403A HBP (GRADE C) (4' DEPTH) 286 TON $28,00 $8,008,00 $30.00 $8,58000 403B HBP (GRADE CX) (2' DEPTH) 143 TON $30,00 $4,290,00 $30.00 $4,290,00 609A CONC REPLACEMENT, NEW TV MS 300 LF $26,00 $7.80000 $28.00 $8,400,00 609B CONC REPLACEMENT, NEW TV MD 27 LF $28,00 $756,00 $28,00 $756,00 626 MOBILIZATION 1 LS $1,00000 $1,000,00 $950.00 $950,00 630 TRAFFIC CONTROL 1 LS $5,350.00 $5,350,00 $625,00 $625.00 TOTAL AMOUNT BID $40,233 00 $32,761.00