Loading...
HomeMy WebLinkAbout4.05 AdvertiseForBids 97-08CITY CLERK AGENDA STATEMENT CITY COUNCIL MEETING DATE: June 3, 1997 SUBJECT: Authorization to Solicit Bids for Contract 97-08 Striping and Marking Contract Report Prepared by: Lee S. Thompson, Public Works Director EXHIBITS ATTACHED: A copy of the specifications will be available at the City Council meeting RECOMMENDATION: ~(f~,x'~"'Authorize Staffto advertise for bids. FINANCIAL STATEMENT: The portion of the 1997-98 Street Maintenance Operating Budget proposed for the Gas Tax funded Striping and Mar'king Contract is $20,000. DESCRIPTION: In an effort to save annual bidding costs and provide continuity of work, this Striping and Marking Contract is proposed to be a biennial period, with an opportunity to negotiate rate adjustments after the first year. The operating budget for striping and marking includes the work contained within the Annual Overlay Contract, curb painting and emergency work performed by MCE, and this striping contract. The quantities to be bid are based on known striping needs for Fiscal Year 1997-98, with a one-year extension for probable needs in Fiscal Year 1998-99. Swiping work to be accomplished during the year under this contract includes swiping for the Annual Street Slurry Seal project, repainting existing swiping, and miscellaneous new swiping as approved by the City council or recommended by Staff as a result of traffic studies. Staff recommends that the City Council authorize the solicitation of bids. g:mntcprojkslurry\agstauth.doc COPIES TO: ITEM NO. CITY OF DUBLIN DEPARTMENT OF PUBLIC WORKS NOTICE TO BIDDERS Notice is hereby given that sealed bids, subject to the conditions named herein and in the Specifications therefor for STRIPING AND MARKING CONTRACT 97-08 addressed to the City of Dublin will be received at the Public Works Department, 100 Civic Plaza, Dublin CA 94568, up to 2:00 p.m. on Thursday, July 3, 1997, at which time they will be publicly opened and read. A Bid Deposit equal to at least 10% of the total amount of the bid shall be submitted with the sealed proposal. The Bid Deposit shall be in one of the following forms: cash, cashier's check or certified check payable to the City, or bidder's bond in favor of the City executed by an authorized surety company. Faithful Performance and Labor and Materials bonds as set forth in the Standard Specifications will be required from the successful bidder. The right is reserved, as the interest of the City may require, to re.~ect any or all bids, to waive any informality in bids, and to accept or reject any items of the bid. The Council has ascertained the general prevailing rate of wages applicable to the work to be done. A tabulation of the various classifications of workers to be employed and the prevailing rate of wages applicable thereto is on file in the Public Works Department and is available for inspection. Plans and Contract Documents may be secured at the City of Dublin Public Works Department, 100 Civic Plaza, Dublin CA 94568, at the following non-refundable costs: Plans and Contract Documents $15.00 per set. If mailing is desired, an additional non-refundable cost of $5.00 per set will be required. For further information, contact the Public Works Department at (510) 833-6630. The work to be done consists of applying painted and thermoplastic traffic striping, markings, and other directional information or pavement delineation on the street surface, including preparatory work of layout, alignment, and tracking, and removal and cleanup of existing delineation; installing reflective and non-reflective markers; and doing all appurtenant work in place and ready for use, all as shown in the Plans, Specifications, Special Provisions, and other Contract Documents entitled as shown above, now on file in the office of the City Engineer, to which reference is hereby made for further particulars. A list of the proposed bid items is as follows: Engineer's Itemization of Work: The quantities tabulated following are estimates. Payment quantities shall be based on the quantities of the Bid Schedule presented in the Proposal section of the Special Provisions. ITEM ITEM UNIT OF ESTIMATED NO. DESCRIPTION MEASURE QUANTITY ITEMS I - 9 ARE PAINTED 1. 12" LINE LF 4,200 2. DOUBLE YELLOW (INCLUDING 3" BLACK) LF 7,000 3. 4" SOLID LINE LF 3,000 4. 4" BROKEN LINE LF 3,000 5. 8" SOLID LINE LF 750 6. "STOP" EA 20 7. 8' ARROW EA 20 8. "PED XING" EA 3 9. "STOP AHEAD" EA 10 - 1 - ITEMS 10 - 21 ARE THERMOPLASTIC 10. 6" LINE LF 8,000 ] 1. 8" LINE LF 1,000 12. 12" LINE LF 6,000 13. DOUBLE YELLOW LF 2,500 14. 4" SOLID LINE LF 1,000 15. 4" BROKEN LINE LF 1,000 16. "STOP" EA 30 17. "STOP AHEAD" EA 10 18. "25", "30", "35" EA 15 19. 8' ARROW EA 10 20. 8' ARROW TYPE VI1 EA 5 21. BIKE PATH SYMBOL EA 5 22. "PED XING" EA 5 23. "SLOW SCHOOL XING" EA 4 24. REFLECTIVE MARKERS EA 300 25. NON-REFLECTIVE MARKERS EA 300 26. REMOVE EXISTING STRIPING SF 1,000 Pursuant to Section 4590 of the Government Code, securities in an amount equivalent to any contract retention shall be permitted by the City. Attention is directed to Section 2 of the Standard Specifications (General Provisions) for detailed instructions regarding bidding. The City Engineer has prepared an Engineer's Estimate of the work to be done. Such estimate is available for public inspection. The Contract to be entered into with the City will be for a two-year period beginning October 10, 1995 and ending June 30, 1997. The contractor's performance will be reviewed at the end of the first year, at which time rate adjustments may be negotiated, ltams of work will be accomplished within fourteen (14) calendar days of notification by the City. Each bid must be submitted on the prescribed form and accompanied by Certification by Bidder regarding Equal Employment Opportunity. The Bidder is specifically advised that any person, firm, or other party to whom it is proposed to award a subcontract under his contract: (a) (b) (c) Must be acceptable to the City, and Must submit Certification by Proposed Subcontractor regarding Equal Employment Opportunity. Approval of the proposed subcontract award cannot be given by the Owner unless and until the proposed subcontractor has submitted the Certification and/or other evidence showing that it has fully complied with any report requirements to which it is or was subject. Although the Bidder is not required to attach such Certifications by proposed subcontractors to his bid, the Bidder is here advised of this requirement so that appropriate action can be taken to prevent subsequent delay in subcontract awards. The Bidder is responsible for verifying to his own satisfaction the existing conditions prior to submittin~his bid. The City will not pay additional moneys or relieve any Bidder from any obli,,ations due to discrepancies ~/6t~ieen any drawing Dated:depicting condit OhS as existing and existing site conditionS.June 4, 1997 i,~..._~/~..~4_~~ ,,.~..~.~.~..q.~],/~.~. o ~/ 7'~ ~hompson O Public Works Director Builders Exchange of Contra Costa 115 Aspen Drive ~Pacheco CA 94553 Daily Pacific Builder 221 Main St, 8th Floor San Francisco CA 94105 Peninsula Builders Exch 735 Industrial Road San Carlos CA 940"0 Napa-Solano Builders Exchange 135 Camino Dorado Napa CA 94558 Builders Exchange 3055 Alvarado Street San Leandro CA 94577 Bldr's Exch of Stockton P.O. BOX 8040 Stockton CA 95208 Chamber of Commerce 7080 Donlon Way, #110 Dublin CA 94568 Contra Costa Contractor's Assoc. 638 Spring Street Richmond CA 94804 United Minority Business Enterprise 413 Josefa Street San Jose CA 95126 Contractors Mktg Svc P.O. Box 3592 Santa Rosa CA 95402-3592 Daily Construction Svc 80 Swan Way, Suite 130 Oakland CA 94621-1438 Small Business Exchange 1400 "S" Street Sacramento CA 95814 Regis Communications 5117 E. Woodbridge Rd Acampo CA 95220-9702 Contractors Info Network P.O. Box 6390 Fresno CA 93703 Wayne Lein, Jr. 480 Franklin Lane Livermore CA 94550 Riley's Striping Svc P.O. Box 1188 Benicia CA 94510-4188 Chrisp Company P.O. Box 1368 Fremont CA 94538 Traffic Limited P.O. Box 1721 Lodi CA 95241-1721 Mid-Ohio Markings & Traffic Signs, Inc. P.O. Box 512 Norwalk OH 44857 Safety Striping P.O. Box 669 Visalia CA 93279~0669 England Striping 5475 Alhambra Vly Rd Martinez CA 94553