Loading...
HomeMy WebLinkAbout7.1 Award of Bid 94-01 CITY OF DUBLIN AGENDA STATEMENT City Council Meeting Date: March 14, 1994 SUBJECT: EXHIBITS ATTACHED: Award of Bid - Contract 94-01 Village Parkway Reconstruction/Overlay Report by Public Works Director Lee Thompson 1) 2) 3) 4) 5) Resolution of Award Option "A" - Alternate 1 Resolution of Award Option "B" - Alternate 2 Resolution of Award Option "C" - Alternate 3 Summary of Bids Maps of Alternates RECO~ENDATION: Award contract to low bidder on: Alternate i (reconstruct Village Parkway from Kimball to Amador Valley Boulevard): adopt Resolution Option "A" awarding bid to Meridian Construction; authorize an additional appropriation of $63,791 from the General Fund and $62,438 from SB 300 Funds; and authorize the Mayor to execute the agreement. OR Alternate 2 (reconstruct village Parkway from Kimball to Davona and from Brighton to Amador Valley Boulevard and repair the section between Davona and Brighton): adopt Resolution Option "B" awarding bid to Gallagher and Eurk; authorize an additional appropriation of $44,840 from SB 300 Funds; and authorize the Mayor to execute the agreement. OR Alternate 3 (reconstruct Village Parkway from Kimball to Davona and from Tamarack Drive to Amador Valley Boulevard and repair section between Davona and Tamarack): adopt Resolution option "C" awarding bid to Meridian Construction; authorize an additional appropriation of $30,584 from the 8B 300 Fund; and authorize the Mayor to execute the agreement. FINANCIAL STATEMENT: BUDGETS CONSTRUCTION BUDGET BY FUND (As Approved) $B300 $ 33,602 Measure B 100,598 General Fund 202,000 BY BUDGET CATEGORY CIP Budget $171,200 Operating Budget 165,000 TOTAL $336,200 TOTAL $336,200 NOTE: An additional $28,800 has been budgeted from Measure B monies for design, inspection and project management in the CIP Budget. Allowing an 8% contingency fund for change orders and the fact that SB 300 monies have been increased from an estimated 10% to 22.43% of the bid award, the following scenarios are available: Alternate 1 Alternate 2 ~ltern__ate 3 Low Bid $ 428,175 $ 349,720 $ 286,162 8% Contingency 34,254 27,978 22,893 Total Budget Needed $ 462,429 $ 377,698 $ 309,055 Financin~ Measure B: $ 100,598 $ 100,598 $ 100,598 SB 300 96,040 78,442 64,186 General Fund 265,791 198,658 144,271 $ 462,429 '$ 377,698 $ 309,055 Alternate 1 would require an additional General Fund allotment of $63,791. Alternates 2 and 3 would fall within the General Fund budget. .......... ............................................... [ CITY CLERK ITEM NO.~ COPIES TO:~Meridian Paving FILE DESCRIPTION: At its meeting of February 14, 1994, the City Council authorized Staff to advertise for bids for Contract 94-01, Village Parkway Reconstruction/Overlay- This year's Annual Overlay Program consists of reconstructing Village Parkway between Kimball Avenue and Amador Valley Blvd., both northbound and southbound lanes. In a normal overlay, failed areas are dug out and repaired and then pavement reinforcing fabric and 1 1/2 inches of asphalt paving are placed over the entire surface. Apparently, Alameda County performed at least two overlays on village Parkway, which has resulted in a higher-than-usual crown. The street also needs extensive repair due to numerous failed asphalt areas which have reflected up through the previous overlays. Because of these existing conditions, the normal overlay process cannot effectively be used. Raising the crown another 1 1/2 inches, as in a normal overlay, would cause further drainage problems, and unrepaired deep asphalt failures would continue to deteriorate the surface. Therefore, Staff had prepared the specifications to include the reconstruction of the road pavement by removing 4 inches of asphalt concrete from the curb edges and 6 to 9 inches from the center (crown) of the roadway. The entire surface will then be repaved with reinforcing fabric and 4 inches of asphalt, thereby lowering the crown of the roadways back to a constant cross slope to the outside gutters. The project has been approved for grant funds from the State-Local Transportation Partnership Program (SB300 gas tax). The bid package was set up for alternate bids in order to allow flexibility should the bids come in over the budgets or should the City Council desire to reduce the scope of work. The alternates are as follows: 1) Reconstruction of Village Parkway from Amador Valley Blvd. to Kimball Avenue. Low Bid: $428,175 2) Reconstruction of Village Parkway from Amador Valley Blvd. to Brighton Drive and from Davona Drive to Kimball; repair Village Pkwy. from Brighton to Davona. Low Bid: $349,720 3) Reconstruction of Village Parkway from Amador Valley Blvd. to Tamarack Drive and from Davona Drive to Kimball; repair Village pkwy from Tamarack to Davona Low Bid: $286,162 The City received a total of fifteen bids (see attached summary) for this project. Meridian Construction was low bidder for Alternate 1 and Alternate 3; Gallagher and Burk was low bidder for Alternate 2. Staff has reviewed the submittals of both low bidders, including Disadvantaged Business Enterprise (DBE) requirements and references, and both bidders are considered to be responsive. Staff recommends Alternate fl over Alternates #2 and #3 for the following reasons: 1) Reconstructing Village Parkway all at one time will lessen the inconvenience to the neighboring public, as the remaining section would need reconstruction within a very few years. 2) Transitions from a new constant cross slope to an existing crowned section on each side of the road will have to be installed for Alternates 2 and 3. These transitions would have to be removed when doing the second phase of reconstructing the road. 3) The City now has a fairly high matching SB 300 fund ratio (22.43%) for this fiscal year. In future years, these funds may be much lower or nonexistent depending on how the State may use the funds to reduce its deficit. The drawback to Alternate #1 is that it will require an additional $63,791 of General Fund monies in excess of those budgeted. If this drawdown in reserves caused a problem in future years, the overlay pr6gram could be cut back in those years to make up the difference. a:(projects)~overlay~agstawrd Page 2 RESOLUTION NO. -94 A RESOLUTION OF T,~I C'rTy COUNCIL OF w~s CITY OF DUBLIN AWARDING CONTRACT 94-01, VILLAGE PAIU~AY RECONSTRUCTION/OVERLAY TO MERIDIAN CONSTRUCTION WHEREAS, the City of Dublin did on March 4, 1994, publicly open examine, and declare all sealed bids for doing the work described in the approved Plans, Specifications, and Modifications for Contract 94-01 Village Parkway Reconstruction/ Overlay, authorized by the City Council on February 14, 1994, 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 City Engineer, who has reviewed the bids to determine the lowest bid which was responsive to the requirements of the bid documents; and WHEREAS, the City council has reviewed the Bid Alternates and determined that Bid Alternate 1 is most appropriate for construction; NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Dublin does hereby award Contract 94-01 to the lowest responsible bidder therefor, to wit, Meridian Construction, at a bid of Four Hundred Twenty Eight Thousand One Hundred Seventy-Five Dollars and Twenty Cents ($428,175.20), based on Bid Alternate #1, the particulars of which bid are on file in the office of the City Engineer. PASSED, APPROVED AND ADOPTED this 14th day of March, 1994. AYES: NOES: ABSENT: ATTEST: Mayor city Clerk a:(projects)%overlay%resoawda RESOLUTION NO. -94 A RESOLUTION OF THE CITY COUNCIL OF '~E CITY OF DUBLIN AWARDING CONTRACT 94-01, VILLAGE pARKWAY RECONSTRUCTION/OVERLAY ALTERNATE 2 TO G~T.T.AGRER ~ BU~K WHEREAS, the City of Dublin did on March 4, 1994, publicly open examine, and declare all sealed bids for doing the work described in the approved Plans, Specifications, and Modifications for Contract 94-01 Village Parkway Reconstruction/ Overlay, authorized by the City Council on February 14, 1994, 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 City Engineer, who has reviewed the bids to determine the lowest bid which was responsive to the requirements of the bid documents; and WHEP~AS, the City Council has reviewed the Bid Alternates and determined that Bid Alternate 2 is most appropriate for construction; NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Dublin does hereby award Contract 94-01 to the lowest responsible bidder therefor, to wit, Gallagher and Burk, at a bid of Three Hundred Forty Nine Thousand Seven Hundred Nineteen Dollars and Sixty Cents ($349,719.60), based on Bid Alternate #2, the particulars of which bid are on file in the office of the City Engineer. PASSED, APPROVED AND ADOPTED this 14th day of March, 1994. AYES: NOES: ABSENT: ATTEST: Mayor City Clerk a:(projects)~overlay~resoawdb RESOLUTION NO. 27-94 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DUBLIN AWARDING CONTRACT 94-01, VILLAOE pARKWAY RECONSTRUCTION/OVEI~LAY ALTERNATE 1 TO MERIDIAN CONSTRUCTION WHEREAS, the City of Dublin did on March 4, 1994, publicly open examine, and declare all sealed bids for doing the work described in the approved Plans, Specifications, and Modifications for contract 94-01 Village Parkway Reconstruction/ Overlay, authorized by the City Council on February 14, 1994, 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 City Engineer, who has reviewed the bids to determine the lowest bid which was responsive to the requirements of the bid documents; and WHEREAS, the city council has reviewed the Bid Alternates and determined that Bid Alternate 1 is most appropriate for construction; NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Dublin does hereby award Contract 94-01 to the lowest responsible bidder therefor, to wit, Meridian construction, at a bid of Four Hundred Twenty Eight Thousand One Hundred Seventy-Five Dollars and Twenty Cents ($428,175.20), based on Bid Alternate #1, the particulars of which bid are on file in the office of the City Engineer. PASSED, APPROVED AND ADOPTED this 14th day of March, 1994. AYES: NOES: None. ABSENT: Councilmember Howard Councilmembers Burton, Houston, Moffatt and Mayor snyder a: (projects) ~ overlay I resoawda 75.00 __ ~25.O0 200.00 600.0~ $ 4471464.99 225.00 $ 300~610.00 16, 2S0.00 9,750.00 100.00 __ 300,00 $ 476r869.9q 75.00 225.00 $ 400r471,50 29 325.00 9,425.00 100.00 __ 300.00 $ 380 421.76 225.00 EA EA 5