Loading...
HomeMy WebLinkAbout4.07 AdvertiseForBids 93-02 I ". "- ... . . CITY OF DUBLIN AGENDA STATEMENT CITY COUNCIL MEETING DATE: February 22, 1993 SUBJECT: Authorization to Solicit Bids - Annual street Overlay contract/North Avenue Bike Path, Contract No. 93-02 (Report by Public Works Director Lee Thompson) EXHIBITS: Plans And Specifications will be available at the meeting. .---------'-~~ RECOMMENDATION: ~ A A~ Authorize Staff to advertise for bids on two combined ~V~ 1992-93 capital Improvement projects as one contract. FINANCIAL STATEMENT: BUDGETS: Street Overlay Project: Budgeted Expenditures Budget By Fund Source *Fund Source Revised (add'l SB300) Preliminary Engr. Design Inspection Improvements (Overlay) Repair for slurry sts. Misc. (printing, Legal) $ 5,000 3,500 20,000 331,200 92,000 300 General Fund ClP $ Measure "B" SB300/140 General Fund opar. Budget Gas Tax opar. Budget 27,106 138,086 34,808 $ 0 130,717 69,283 160,000 150,000 Totals: $452,000 92,000 $452,000 92,000 $442,000 * Funding source revisions due to additional SB300 monies and a $10,000 reduction in striping. North Avenue Bike Path Budgeted Expenditures Budget By Fund Source Preliminary Engineering Design Inspection Improvements Misc. $ 8,000 4,000 4,000 56,000 3,000 TDA (Article 3) $75,000 TOTAL $75,000 $75,000 DESCRIPTION: The annual overlay program consists of placing at least a 1 1/2" asphalt overlay on streets that are in a deteriorated condition. A special pavement fabric will also be placed over the travelway prior to the asphalt overlay. This fabric helps bridge the existing minor pavement cracks and prevents the reflection of cracks through the new asphalt. Before installing the overlay, the major pavement failures are dug out to the base rock and replaced with a new section of asphalt. Repair is also done to the streets scheduled for the spring slurry seal program. The overlay program will receive grant funds from the state-Local Transportation partnership Program (SB300 Gas Tax). The North Avenue Bike Path is also included in the Overlay Project because of the cost savings generated by doing two asphalt-related programs together. Also, the asphalt grindings from the pavement repair can be recycled for base rock for the bike path project. This project will construct a bike path from Dougherty Road northwest along the old railroad right-of-way to tie into the proposed bike path at - - - - - LI- ~ - - ITEM NO. ~ COPIES TO: I .. ,~ ~ ! : e e Dublin Meadows. The bike path is funded by a grant from the Transportation Development Act (TDA). streets to be overlaid are: Aldea street (Brighton Drive to Tamarack Drive) Larkdale Avenue (Bristol Road to Aldea street) Callan street (Brighton Drive to Burnham Way) Burnham Way (Callan street to Tamarack Drive) Mansfield Avenue (Burnham Way to Brighton Drive) Emerald Avenue (Tamarack Drive to Amador Valley Blvd.) Burton Street (Tamarack Drive to Amador Valley Blvd.) Ann Arbor Way (Amador valley Blvd. to Lancaster Road) Lancaster Road (Penn Drive to York Drive) Ebensburg Lane (Clark Avenue to Maple Drive) Sunwood Drive (Gardella Drive to Landale Avenue) Hillrose Drive (Donohue Drive to Starward Drive) Village Parkway/Clark Avenue Loop (South of Dublin Blvd.) Regional Street (South of Dublin Blvd.) Sierra court (North of Trinity court) Trinity Court Notices will be sent out prior to the beginning of work in order to advise the residents and businesses that construction will take place on their street. - 2 - CITY OF DUBLIN DEPARTMENT OF PUBLIC WORKS NOTICE TO BIDDERS 1993 ANNUAL STREET OVERLAY/NORTH AVENUE BIKE PATH Notice is hereby given that sealed bids, subject to the conditions named herein and in the Specifications therefor for the ANNUAL STREET OVEPJ~AY/NORTH AVEN~E HIKE PATH, CONTRACT 93-02 addressed to the City of Dublin will be received at the Public Works Department, 100 Civic Plaza, Dublin CA 94568, up to 2:30 p.m. on Tuesday, March 16, 1993, 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 reject 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 City Clerk's office 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 $20.00 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 furnishing all labor, materials, tools, equipment, transportation, and services necessary to perform the construction and installation of the following: asphalt street repair and asphalt overlay and bike path construction (including earthwork, storm drain work, paving, signing, striping and other items), 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 on the following pages are estimates. Payment quantities shall be based on the quantities of the Bid Schedule presented in the Proposal section of the Special Provisions. 1 STREET OVERLAY ITEM ITEM NO. DESCRIPTION ITEmiZATION OF WORK UNIT OF MEASURE ESTIMATED QUANTITY 1. PLANE AC PAVEMENT 6' WIDE 2. PAVEMENT FAILURE REPAIR (4") 3. PAVEMENT FAILURE REPAIR (10") 4. PAVEMENT FAILURE REPAIR (18") 5. pAVEMENT REINFORCING FABRIC 6. INSTALL 1 1/2" AC OVERLAY 7. ADJUST MONUMENTS TO GRADE 8. ADJUST STORM DRAIN MANHOLE FRAMES TO GRADE 9. INSTALL SIGNAL DETECTOR LOOPS 10. 8" SOLID LINE 11. DOUBLE YELLOW CENTERLINE 12. 12" SOLID LINE 13. ARROW, TYPE IV 14. STOP 15. REFLECTIVE PAVEMENT MARKERS LF SF SF SF SY SF EA EA EA LF LF LF EA EA EA 36,185 143,000 420 360 44,531 652,200 45 1 25 290 1,610 1,915 4 21 96 NORTH AVENUE BIKE PATH ITEM ITEM NO. DESCRIPTION UNIT OF MEASURE ESTIMATED QUANTITY 16. CLEAR AND GRUB 17 · F EARTHWORK · lS.F AC AND AB BIKE PATH SECTION '19. ROADWAY SECTION (6" AC, 12" AS, 15" ASB) 20. INSTALL CATCH BASIN/21" RCP 21. ASPMALT CONCRETE CURB 22. BIKE PATH AND STOP SIGNS LS CY SF SF LS LF EA 1 335 20,400 7,550 1 1,050 4 2 NORTH AVENUE BIKE PATH (CONT.) ITEM ITEM UNIT OF ESTIMATED NO. DESCRIPTION MEASURE QUANTITY 23. BIKE CROSSING SIGNS (W79 & W80) EA 4 24. BIKE PATH STRIPING LS 1 25. TYPE III BARRICADE LS 1 * Asphalt Concrete Grindings may be used as Aggregate Base if no larger than 3/4". Where work includes excavation of any trench or trenches or open excavations five feet or more in depth, the bid shall contain adequate sheeting, shoring, and bracing or equivalent method, for protection of life and llmb, which shall conform to applicable safety orders. 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 contemplates completion of the work within 45 working days from the date of Notice to Proceed 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) Must be acceptable to the City, and (b) 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. (c) 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 submitting his bid. The City will not pay additional monies or relieve any Bidder from any obligations due to discrepancies between any drawing depicting conditions as existing and ex~lte conditions.~ Dated:~ February 23, 1993 ~ee/S. ~ompso,~iic WorKs Director