Loading...
HomeMy WebLinkAbout4.04 San Ramon Rd Trail Improv~~ . _~. .. ' ~~ CITY CLERK File # ^~~~-Q~ AGENDA STATEMENT CITY COUNCIL MEETING DATE: May 19, 2009 SUBJECT: Award of Bid -Contract No. 09-05, San Ramon Road Trail Improvements - AC Path Repair and Sealing Report Prepared by: Melissa A. Morton, Public Works Director ATTACHMENTS: 1) Location Map 2) Bid Results 3) Resolution of Award RECOMMENDATION: Adopt the resolution awarding Contract No. 09-05, San Ramon Road Trail Improvements - AC Path Repair and Sealing to Union C~~ City Construction as the lowest responsible bidder. FINANCIAL STATEMENT: There were 8 bids received, the lowest of which was for $26,118.55 submitted by Union City Construction. '~ = Pro~eb7 ~ µ g' F ~ `; Bi / .~' l~r _~x ~w ~ _~.. ~ ~ ~_, r4 ~rnents,, ~ onti ~~ ~ General Fund.- Improvement $ 96,000 Bud et For Pro'ect Phase I: Installation of Root Barriers - Com lete 1/6/2009 12,899 Phase II: Emergency Path Repairs (performed by MCE) (14,324) Completed February 2009 Asphalt Repair & Sealing $ 26,118.55 10% Contingency 2,611.86 $ 68,777 TOTAL $ 28,730.41 $ 40,046.59 This project is budgeted in the General Fund (Fund 001). COPY TO: Bidders Page 1 of 2 ITEM NO. ~ ~ G:\CIP\SR Road Trail ImprovementsiPath Sealing\agst Award of Bid.DOC DESCRIPTION: The San Ramon Road Trail Improvements Project was approved as part of the Five-Year Capital Improvement Program (CIP) for Fiscal Year 2008-2009. The project proposed to repair and construct improvements to the bicycle/pedestrian path along the west side of San Ramon Road (Attachment 1). Construction is being undertaken in two phases. The first phase, which cut the roots from trees that had damaged the asphalt path and installed vertical root barriers to protect the path in the future, was completed and the work accepted by the City Council on January 6, 2009. This second phase will repair the damaged asphalt within the path and place a seal coat over the entire path. An interim emergency path repair was undertaken in February by the City's maintenance contractor (MCE) due to the magnitude of some of the pavement distress. A total of eight (8) bids were received for the Phase II project (Attachment 2). The low bid of $26,118.55 was submitted by Union City Construction. Staff has reviewed the bid results, checked references, and concluded that Union City Construction is the lowest responsible bidder. RECOMMENDATION: Staff recommends that the City Council adopt the resolution awarding Contract No. 09-05, San Ramon Road Trail Improvements - AC Path Repair and Sealing, to Union City Construction. Page 2 of 2 M C31 '~ (D a. W C~ CC C [C3 t~ (n q ~' ~..~ -, __ r r _ ~`.~ 1, err ~~ ~ ~ C r~~ f II , ,-~J, LLiI~' ~ ~ 1~, - - ~ ~-, ,~,~ ~~ f I-~ ~-~ , r ~~ ~ ~~ -~ ~1 + ~% ~ ~~ ' I '. ' ~ r,~ `' ~Lr I ~ f .,~ ~ y~~, I ~ i ~ - ~ ~ ~ ~_ .' ' ~~ 1-_ ~~ ,'~ ,l ~ 1 r ~ ~ Iii ~ ~ i 1a ` t~ t C\/ i r' ~`'.~ ~ .r , ~, ~ ~i v e,.,a ~~~-~ (' i .._; t.-- ~~~ __ ~ ~~',J~'~i}~u ~-- ~ \ ~ `'~~ ~ ? 1 ~1 _,. { ~, .~~,,.%~,./ -1 ~ ~ ~ ~ ~ ~ ~,~, ~ ~ 5 ~. ~ A 1 t ' 1 r i ~_ ~ ~ ~ - ~ ~ - a '" ~ • ~ :~ ~,, ,. ~ ~ ~~ ~ ~~~ ~ i p~r~H ~ ~ ~, L i ~ ~ , i ~ t ~ s ~~~ _ r i ~I 1~ r r i _ ,, _ _ _ ~ ~ 1 ' ' _ I 'C 1 ~ - j i - - l ~ ~ 1~~ ,~ _ _ i) ~ ~ ~ ~ :: ~~ ~ C ~r~~~ > J ~J I I ~ ~ ~, ~ , ,, _,.,~ ~ ~ -r ri ,~ ' .- '~ ~ ~~ ~ ~I I.I,i I ~ -J ~ 1 ~J~iY~'~ t W! Y i (~ /~ ~ I f i ~ ~ ~~ ~ '1t'~ I f~ J i , 1, ~ ~ ~ _ t Lim r ~~` 1= - ~.,- _ _ .., ~1`_ _ _ ~y `-~ '~ ~ II ,~ ~.C~ ~;1~ ~` ~~ ~ `"~,. s~ ~...,---`~- ....-~ --~~~ ~' \;~; ~ ~` ~, ~. m r~ CQ •L ~ ~ 0 ~{_- N ~p - U c 0 Q O H Q 0 J W a BID RESULTS -CONTRACT N0.09-05, SAN RAMON RO AD TRAI L IMPROVEMENTS - AC PATH REPAIR AND SEALING BID OPENING DATE -April 28, 2009 '' I UNION CITY CONSTR. GALEDRIGE CONSTR. REDGWICK CONSTR. CALIF. PVMT MAINT. BID ~ _ UNIT UNIT ~ TOTAL UNIT TOTAL UNIT ~ TOTAL UNIT TOTAL ITEM ITEM DESCRIPTION ~ MEASURE QTY PRICE PRICE PRICE PRICE PRICE PRICE PRICE PRICE 1 , cations) Remove/Replace AC (16 10 SF 740 10.70 $ $ 7,918.00 $ 12.00 $ 8,880.00 $ 12.50 $ 9,250.00 $ 12.00 $ _ _.8,880.00 _ 2 _, _ jSkin Patch (3 locations) SF 745 _ $ 3.20 $ 2,384.00 _ _ $ 4.00 $ 2,980.00 $ 2.50 $ 1,862.50 $ 4.75 $ 3,538.75 3 Double Seal Coat SF 71,140 $ 0.13 $ 9,248.20 ~ $ 0.125 $ 8,892.50 $ _ 0.12 $ 8,536.80 $ 0.18 $ 12,805.20 4 4"Yellow Thermo. Centerline Remove _ LF 6,915 $ 0.40 2,766.00 $ $ __ 0.30 $ 2,074.5_0 _ $ 0.38 $ 2,627.70 $ 0.33 $ 2,281.95 5 _ Install 4"Yellow Thermo. Centerline LF 6,915 $ 0.49 _ $ 3,388.35 $ 0.40 $ 2,766.00 $___0.51 $ 3,526.65 $ 0.50 $ 3,457.50 _ 6 ! Remove Thermo. Bike Lane Legends ___ SF 88 $ 2.00 $ ___ 176.00 $ _ 3.00 $ 264.0_0 $ 2.53 $ 222.64 $ _ 3.60 $ 316.80 7 Install Thermo. Bike Lane Symbols SF 56 $ 4.25 $ 238.00 -- $ __ 5.00 ' - $ 280.00 $ 5.36 $ 300.16 - _ $ 6.50 $ 364.00 ' ----- ---- ' TOTAL BID: $ 26,118.55 $ 26,137.00 ' $ 26,326.45-' $ 31,644.20 - -- ~ -- - - ~ ' --- -- i DENNI S SEVERS NO FAUL ASPHALT T VALLEY S LURRY SEA L PACIFIC GENERAL BID ITEM -- 1 ~ _ __ ITEM DESCRIPTION - Remove/Replace AC (16 locations) UNIT MEASURE I SF QTY ' - 740 _ UNIT PRICE $ 11.45 __ TOTAL ~ PRICE ~ $ 8,473.00 _ ~ ' UNIT PRICE - $ 13.52 ~ __ TOTAL PRICE - $ 10,004.80 , UNIT PRICE $ 20,.56 _ __ O ATT L PRICE -- $ 15,214.40 ~ UNIT j PRICE '' $ 12.00 TOTAL PRICE $ 8,880.00 2 Skin Patch (3 locations) SF 745 $ 2.11 $ 1,571.95 $ 6.61 4,924.45 $ $ 6.14 $ 4,574.30 $ 6.00 $__ 4,470.00 3 _ Double Seal Coat SF 71,140 $ 0.16 $ 11,382.40 $ 0.21 _ $ 14,939.40 _$ 0.1825 ' $ 12,983.05 $ 0.38 $ 27,033.20 4 Remove 4"Yellow Thermo. Centerline __ LF 6,915 _ $ 0.85 $ 5,877.75 * , $ 0.37 $ 2,558.55 0.37 $ $ 2,558.55 $ 1.00 ~ _ $ 6,915.00 5 ,Install 4"Yellow Thermo. Centerline _ LF ~ 6,915 ___ $ 0.85 $ 5,877.75 .i ` ' $ 0.56 $ 3,872.40 ; ____ $ 0.73 $ 5,047.95 ~ $ 1.00 $ 6,915.00 -- 6 Remove Thermo. Bike Lane Legends SF 88 $ 1.93 $ 169.84 $ 4.09 59.92 3 ' $ $ 2.10 $__ 184.80 $ _ 8.00 $ 704.00 7 Install Thermo. Bike Lane Symbols __ SF 56 $ 1.93 $ 108.08 ---- $ 7.50 __ _ $ 420.00 - $ __3.15 ; $ 176.40 ~ $ 15.00 $__ 840.00 - ~ TOTAL BID: 77 $ 33 460 $ 37 079.52 739.45 $ 40 $ 55,757.20 , . , _ , --- -- - d e *A t t ft if ti moun s c orrec e on r ica _ D\CD Gnarl Trail Imnrnvcmon#c\P~#h Cc~linn\RIr1RFCl T ~~3 RESOLUTION NO. - 09 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DUBLIN AWARDING CONTRACT N0.09-05, SAN RAMON ROAD TRAIL IMPROVEMENTS - AC PATH REPAIR AND SEALING, TO UNION CITY CONSTRUCTION AS THE LOWEST RESPONSIBLE BIDDER WHEREAS, the City of Dublin did on April 28, 2009, publicly open, examine, and declare all sealed bids for doing the work described in the approved Plans, Specifications,. and Modifications for Contract No. 09-05, San Ramon Road Trail Improvements - AC Path Repair and Sealing, which Plans, Specifications, and Modifications are hereby expressly referred to for a description of said work and for all particulars relative to the proceedings under the request for bids; and WHEREAS, said bids were submitted to the Public Works Director, who has reviewed the bids to determine the lowest bid which was responsive to the requirements of the bid documents; NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Dublin does hereby award Contract No. 09-OS to the lowest responsible bidder therefor, to wit, Union City Construction, at a bid of Twenty-Six Thousand Eight Hundred Ninety-Eight Dollars and Fifty-Five Cents ($26,118.55), the particulars of which bid are on file in the office of the Public Works Director. PASSED, APPROVED AND ADOPTED this 19th day of May, 2009, by the following vote: AYES: NOES: ABSENT: ABSTAIN: ATTEST: City Clerk Mayor G:\CIP\SR Road Trail ImprovementslPath Sealing\Reso Award.DOC ~~~~~~ ~ ~