Loading...
HomeMy WebLinkAbout21-Public Services 'CIlY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION From: Lynn Merrill, Director Dept: Public Services 0 R / C j' :: A L Date: April 18, 2001 Subject: A resolution authorizing the execution of a purchase order betWeen the City of San Bernardino and Holland-Lowe Construction, Inc. for pavement repairs on Waterman Avenue between Ninth Street and Baseline Street; pavement resurfacing on portions of Lynwood Way, Pacific Avenue and Perris Hill Road Council Meeting Date: May 21,2001 Synopsis of Previous Council Action Recommended Motion: Adopt Resolution ~~ Lynn Merrill Contact person: Lynn Merrill, Director Phone: 384-5140 Supporting data attached: Ward: All FUNDING REQUIREMENTS: Amount: $173,362.29 Source: 001-402-5502 Contractual Services 001-402-5005 Other Professional Services Finance Council Notes: Agenda Item No,~ 51 Lllol " CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION STAFF REPORT SUBJECT A resolution authorizing the execution of a purchase order between the City of San Bernardino and Holland-Lowe Construction, Inc. for pavement repairs on Waterman Avenue between Ninth Street and Baseline Street; pavement resurfacing on portions of Lynwood Way, Pacific Avenue and Perris Hill Road. BACKGROUND On March 13, 2001, a formal bid process was initiated to solicit bids for removal and replacement of 50,721 square feet of failing street pavement on Waterman Avenue, between Ninth Street and Baseline Street and a second project that includes the resurfacing of portions of Perris Hill Road near Pacific Avenue; Lynwood Way, Byron to Amanda and Pacific Avenue Arden to VaIana. The Request for Quote, Bid Number F-Ol-61 was advertised in the Sun Newspaper, the San Bernardino Area Chamber of Commerce, and the City's Web Site. Bid packages were sent to ten (10) contractors. Two bids were received, both from local San Bernardino contractors. The results are as follows: Bid Results of Project Area 1 Waterman Avenue, Ninth Street to Baseline Street CONTRACTOR. CITY DESCRIPTION UNITS UNIT TOTAL PRICE PRICE Holland-Lowe San Remove and replace 50,721 sq ft $ 2.45 $124,266.45 Construction Inc. Bernardino Asohalt / Concrete Northbound Loops 1 complete $2,500.00 $ 2,500.00 set Southbound Loops 1 complete $2,140.00 $ 2,140.00 set TOTAL $128,906.45 Avila Construction San Remove and replace 50,721 sq ft $ 3.75 $190,203.75 Inc. Bernardino AsDhalt / Concrete Northbound Loops 1 complete $2,500.00 $ 2,500.00 set Southbound Loops 1 complete $2,500.00 $ 2,500.00 set TOTAL $195,203.75 Bid Results of Project Area 2 Overlay portions of Lynwood, Pacific and Perris Hill CONTRACTOR CITY DESCRIPTION UNITS UNIT TOTAL PRICE PRICE , Holland-Lowe San Bernardino A.C. 1" Overlay 85,492 sq ft $0.52 $44,455.84 Construction Inc TOTAL $44,455.84 Avila San Bernardino A.C. 1"Overlay 85,492 sq ft $0.75 $64,119.00 Construction Ine. TOTAL $64,119.00 Based on the total lowest price for completing work in Area 1 for $128,906.45 and $44,455.84 for work in Area 2, the recommended lowest and best qualified vendor for both of these projects is Holland- Lowe Construction, Inc. of San Bernardino. Holland-Lowe has completed several projects for the City and staff has determined that Holland-Lowe is qualified to perform the work in these projects. The Public Services Department is, therefore, requesting the Purchasing Manager be authorized to issue a purchase order to Holland-Lowe ConstrUction, Inc. in an amount not to exceed $173,362.29. Work for each project would commence no later than thirty (30) days after approval and would be completed within fifteen (15) days after each commencement. Project Area 1 involves removal of failed sections of pavement substmcture. As part of the $1.6 million infrastructure grant recently announced by the City Engineer, Waterman Avenue will receive an overlay and edge milling at an estimated cost of $200,000 to complete the long term reconstrUction of Waterman Avenue. Copies of the Request for Quote Bid Number F-01-61, the bid package submitted by Holland-Lowe, area maps for both proposed areas of repair and photographs of the existing pavement are included. FINANCIAL IMPACT Staff budgeted $100,000 in FYoo-01 Public Services budget for pavement repairs within Account No. 001-402-5502, Contractual services, and $141,000 in Account No. 001-402-5505, Other professional services. An additional amount of $80,000 was canied over from FY99-00 to FYoo-01 for similar work and is available in Account No. 001-402-5505. RECOMMENDATION Adopt resolution. - (Newspaper Advertisement) March 13, 2001 SUBJEer: NOTICE INVfI'Il\l:G BIDS (RFO) F-Ol-61 The City of San Bernardino (City) invites bids from qualified vendors for: Asphalt Repairs - Various Locations Parties interested in obtaining a copy of this RFQ F-01..61 may do so by faxing their request to (909) 384-5043, attention Sheila A Futch Please include the following information in your request: name and address of firm; name, telephone and facsimile number of contact person; specify RFQ F-01-61. Copies of the RFQ may also be obtained byca11ing Sheila A Futch at (909) 384-5085 or in person at City Hall, 300 N. liD" St., 4th floor, San Bernardino, CA 92418. Oosing Date: Bids must be submitted at or before 3:00 p.m., PST, April 9, 2001 at the address listed above. Issuance of this RFQ and/or receipt of bids does not commit City to award a contract. ct~&. David Batson Purchasing Manager SPECIFICATIONS ASPHALT REPAIR OF SAN BERNARDINO STREETS Waterman Avenue, Ninth Street to Baseline Avenue DESCRIPTION OF WORK The project consists in general of removal of existing deteriorated portions of street surfacing, replacement of asphalt concrete, providing traffic control, replacing traffic signal loops as necessary, and clean up of construction debris. The intent of these specifications is to provide for a complete and finished project in accordance with the provisions in connection therewith all necessary labor, tools, implements, equipment, materials and supplies Whenever the tenns Standard Specifications. is used, it shall mean the Standard Specifications for Public Works ConstlUction. latest edition." In case of conflict between these specifications and Standard Specifications, these specifications shall take precedence over and be used in lieu of the Standard Specifications. TRAFFIC CONTROL Attention is directed to Section 7-10, "Public convenience and Safety", of the Standard Specifications for Public Works ConstlUction, latest addition and these special provisions. Waming signs, lights and devices for use in perfonnance of work on Highways shall confonn to the .Manual of Traffic Controls. 2000 Edition and the .Work Area Traffic Control Handbook., 2000 Edition, adopted by the City of San Bemardino. The Contractor shall so conduct his operations as to offer the least possible obstlUction and inconvenience to the public. Convenient access to abutting properties shall be maintained whenever possible. Contractor shall maintain a minimum of one traffic lane in each direction at all times. All excavations opened during any day will be paved back to a safe condition by the end of the same day. All places of business and residences along the streets that are within the limits of work shall be notified in writing at least five (5) days prior to commencement of work. This notification shall explain the sequence of work and indicate any restrictions of access. Verbal notification shall be given to all places of business and residences at least 18 hours in advance of commencing work that will affect access to and from properties. 1 UTILITY REQUIREMENTS The Contractor is advised of the existence of the utility notification service provided by UNDERGROUND SERVICE ALERT (USA). USA member utilities will provide the Contractor with the precise locations of their substructures in the construction area when the Contractor gives at least two (2) working days notice to the Underground Service Alert by caUing 1 (800) 422-4133. CLEARING, GRUBBING, REMOVALS, RELOCATIONS, AND SrrE MAINTENANCE The work covered by this section shall Include disposal of A,C. removed, vegetation, tree roots, trash, and other objectionable material from the project; sawcutting or milling of A. C, pavement; demolition, and other such items 88 may be called for on the plans; protection and maintenance of existing improvements, including utilities, within the right-of-way which are to remain in place; and maintenance of the site in a neat and orderly condition throughout the construction period. REMOVAL OF TRASH AND OTHER OBJECTIONABLE MATERIAL All trash and organic material within six Inches of the finished surface shall be removed. In addition, any trash or organic material, including roots, encountered in demolition of any work perfonned shaD be removed. REMOVAL OF EXISTING A. C. PAVEMENT Existing asphalt concrete pavement shall be removed within the limits indicated on the plans, or as listed on the project order list and as marked in the field. The limits of removal shall be saw cut or milled and the remaining edges of existing pavement shall be neat and sound to the satisfaction of the Engineer. If the edge of any existing asphalt concrete paving to be Joined with new work is damaged by the Contractor's operationa, the existing asphalt concrete shall be again sawcut parallel to the original cut and such additional portion removed and replaced at the Contractor s expense, Existing asphalt concrete shall be removed to a depth of six (6) Inches, All material removed shall become the property of the contractor and shall be disposed at an appropriately pennitted recycling site. DISPOSAL OF MATERIAL REMOVED All material removed In clearing and site maintenance operations, including asphalt paving removal as specified herein, shall become tl1e property of the Contractor until he has disposed of it at approved recycling center with copies of tickets to be provided to the, City. 2 SITE MAINTENANCE Throughout the period of construction, the contractor shall maintain the site of the work in a safe, neat, and orderly condition free of any hazardous conditions, trash, debris, surplus materials, and objectionable matter of any kind. all to the satisfaction of the Engineer. Throughout the period of construction, the Contractor shall control dust in accordance with the requirements of the City of San Bernardino, and as specified in the Standard Specifications. Dust shall be controlled continually during construction operations by watering and by such other means, and at such time as may be required by the City. During the course of construction, the Contractor shall protect all existing improvements, including underground utilities, which are to remain in place within and adjacent to the right-of-way from damage resulting from his operation. COMPACTION OF SUBGRADE Subgrade shall be scarified, watered and compacted as necessary to obtain 95% relative compaction, ASPHALT CONCRETE PAVEMENT MATERIALS Asphalt concrete shall be in accordance with the Standard Specifications for Public Works Construction, latest addition. The grade of asphalt concrete materials shall be AR-4000, In conformance with Section 203-6 of the Standard Specifications, The finish course of A.C. pavement shall be Class 'C2'; however, undertying courses may be Class "B. Asphalt concrete used for 1-112" thickness and variable thickness overtays shall be Class "C-2", unless otherwise directed by the Engineer, Asphalt Concrete shall be constructed in accordance with Section 302-5 of the Standard Specifications to the limits and grades shown on the construction plans and as specified by the Engineer. The maximum thickness of any A,C. paving course shall not exceed six inches. Tack coats shall be applied in accordance with Section 302-5.3 and 302-05.4 of the Standard Specifications. ASPHALT CONCRETE PAVEMENT DISTRIBUTION AND SPREADING At all locations where new asphaltic concrete pavement Is joining or overtaying existing asphalt pavement, the Contractor shall feather the new pavement to form a smooth transition with the existing pavement. All A C. overtays over 500 L.F, shall be applied with a paving machine such as a Barber-Greene, as specified in Section 302-05.5 of the Standard Specifications. All A C. overlays over 200 L.F. shall be applied with a spreader box machine. 3 ASPHALT CONCRETE PAVEMENT. ROLUNG Initial or breakdown compaction shall consist of a minimum of three coverages of a layer of asphalt mixture. A pass shall be a movement of a roller in both directions over the same path. A coverage shall be as many passes as are necessary to cover the entire width being paved. Overlap between passes during any coverage made to insure compaction without displacement of material in accordance with good rolling practice shall be considered to be part of the coverage being made and not part of a subsequent coverage. Each coverage shall be completed before subsequent coverages are started. Three-wheel rollers and pneumatic rollers shall not be permitted. TRAFFIC SIGNAL LOOPS Traffic Signal loops damaged as a result of pavement repair operations shall be replaced as needed at the direction of the City of San Bemardino. Full compensation for sawcutting, splicing of wiring, fillers, removing sealant and cleaning existing conduit, removing dirt/debris from existing pull boxes, connections, testing and all other work related to replacing traffic signal loops are included in the unit price for a set of loops and no other compensation will be allowed. Loop wire shall be Type 1. Loop detector lead-in shall be Type C. Residue resulting from slot cutting operations shall not be permitted to flow across shoulders or lanes occupied by public traffic and shall be removed from the pavement surface. Slots shall be filled with elastomeric sealant or asphaltic emulsion sealant. Slots in asphalt concrete shall be filled with asphaltic concrete sealant as follows: After conductors are installed in the slots cut in the pavement, paint binder shall be applied to all vertical surfaces of slots in accordance with the provisions in Section 3~.02, 'Prime Coat and Paint Binder". of the Standard SpecifIcations. Temperature of sealant material during installation shall be above 70oF. Sealant placed in the slots shall be compacted by use of an 8-1nch diameter by 1/8-inch thick steel hand roller or other tool approved by the Engineer, Compacted conductor coverage shall be one inch, Excess sealant remaining after rolling shall not be reused. On completion of rolling, traffic will be permitted to travel over sealant. The Contractor shall test the detectors with a motor-driven cycle, as defined in the Califomia Vehicle Code, that is licensed for street use by the Department of Motor Vehicles of the State of Califomia. The unladen weight of the vehicle shall not exceed 220 pounds and the engine displacement shall not exceed 100 cubic centimeters. Special features, components or vehicles designed to activate the detector will not be permitted. The Contractor shall provide an operator who shall drive the motor-driven cycle through the response or detection area of the detector at not less than 3 miles per hour nor more than 7 miles per hour. The detector shall provide an indication In response to this test 4 CLEANUP OF STREETS At the completion of the day's operations, the street shall be left clean and free of debris generated by the contractors operations. PAYMENT Full compensation for sawcutting, removal of deteriorated asphalt, fumishing and installing asphalt concrete, clean up after construction and traffic control shall be included in the unit price for remove and replace and no other compensation will be allowed. HOURS OF WORK Hours of work shall be Monday through Friday, between the hours of 7:00 a,m. and 3:30 p.m. unless otherwise approved in advance. TIME OF COMPLETION AND LIQUIDATED DAMAGES Attention is directed to the proviSions in Section 6-1, "Construction Schedule and commencement of work, In Section 6-7.1, "Time of Completion", and in Section 6-9, "Liquidated damages", Failure of the Contractor to complete the work within the time allowed will result In c:lamages being sustained by the Agency. Such damages are, and will continue to be, impracticable and extremely difficult to determine. For each consecutive day in excess of the time specified for the completion of work, as adjusted in 6-6, the Contractor shall pay to the Agency, or have withheld from monies due it, the sum of $250, unless otherwise provided In ,. the Specifications. The time of completion is 15 Working days from the date of the "NOTICE TO PROCEEO". LOCATION OF WORK See attachment "A" ATTACHMENT "A" 5 Repair of San Bernardino Streets Watennan Avenue, Ninth Street to Baseline Avenue Location Dimension Square footage Remarks number Northbound 1 8x 16 128 Front of Parkinlllot 2 5x40 200 Front of Parkina lot 3 11 x 102 1122 Front of Parkina lot 4 22 x 822 18084 Ninth to Olive 5 11 x 370 4,070 Olive to Orange 6 8x91 728 North of Cranae 7 6 x 108 648 North of Oranae 8 4x14 56 North of Oralllle 9 8x6 48 North of Oranae 10 37 x 10 370 North of Oranae 11 42x7 294 North of Orange 12 19 x45 855 North of Oranae 13 16x40 640 Baseline Southbound 14 15 x 125 1875 Baseline 15 9 x 163 1467 1168 16 12 x 15 180 1150 17 6x76 456 1102 18 3x27 81 1102 . 19 59 x 10 590 11m 20 13 x 260 3380 Olive to 11 VI 21 7x31 217 Olive 22 15 x 193 2895 Olive to 10th 23 7x42 294 1014 24 80x20 1600 1014 25 22 x 114 2508 1014 26 14 x 16 224 998 27 8x62 496 998 28 12 x 86 1032 972 29 4x59 236 Temele 30 12x66 792 Teme!e 31 15 x 110 1650 Temele to Allev 32 25 x 100 2500 Allev to Ninth 33 21x2 42 935 34 9 x 107 963 935 TOTAL 50,721 6 SPECIFICATIONS ASPHALT REPAIR OF SAN BERNARDINO STREETS Waterman Avenue, Ninth Street to Baseline Avenue SCHEDULE OF PRICES. BASE BID Item Description Estimated Unit Unit Price Extended Amount Number Quantitv A. A.C. 50,721 Square Remove feet and replace B. Traffic loops 1 complete Each Northbound Set at Baseline C. Traffic loops 1 complete Each Southbound set at Ninth Street Total Amount of Base Bid: ($ DOLLARS AND ) CENTS The undersigned hereby certifieS that he/she has an appropriate license, issued by the State of Califomia to provide this work; that such license will be in full force and effect throughout the duration of construction; and that any and all subcontractors to be employed on this project will be similarly licensed, Dated CONTRACTOR Signature California Contractor's License No. Print or Type Name and Title The above bid proposal includes Addenda No's 7 SUBCONTRACTOR"S LIST For ASPHALT REPAIRS OF SAN BERNARDINO'S STREETS Waterman Avenue, Ninth Street to Baseline Avenue As required by California State Law, the General Contractor bidding will hereinafter state the subcontractor who will be the subcontractor on the job for each particular trade or subdivision of the work in an amount in excess of one-half of one percent of the General Contractor's total bid and will alate the firm name and principal location of the mill, shop, or office of each. If a General Contractor falls to specify a subcontractor, or if he specifies more than one subcontractor for the same portion of work to be performed under the contract in excess of one-half of one percent, he agrees that he is fully qualified to perform that portion himself and that he shall perform that portion himself. DIVISION OF NAME OF FIRM OR LOCA nON WORK OR TRADE CONTRACTOR CITY Signature of Bidder REJECTION OF BIDS The undersigned agrees that the City of San Bemardino reserves the right to reject any or all bids, and reserves the right to waive informalities in a bid or bids not affected by law, if to do seems to best serve the public interest. 8 "6 i , I : I : ' I I 81 : RlI.; I ....., , \() ~ ,,/ ~ I I I I I , , I I I , , , 1 I I , I , , , , , w E E- E I' t;l ., ~. r ..., :1 :1 , I , "", , u. ~~...,j ..,jc:i c::i .10), ;",; (,).' '(.f~ ," l: .$ ". I.", ..... ......... , , , , , ' , .r- \, ~ , C) N , of records r.atlon. " those hours ' 10 lit . ~ If) --1 (II I (II ~ u ~ ~ ,ns ond c1iJrd rldt16n." ~ ,s::l\ : ,"."".' ".' ." ~ . ',;:;.".,. .... 'r.. , [.1 .\iI.IoI, ,'.", ' ed't- 11 , r ~ &. MIJ8 3 .3 " , , 4L~ I,;'~(:";:;/<'J::; , ....(; II I ~1.~;rrlr4i" ~gf' Ii' '. ,i" ..~.I "~f. .' '". . I" ~ .:;..;,'::<.\':" IlK I . ,.y~ ,,' \'1 .. ___,A:&-'r&.M~6' avee. II I ' " I'. . V . 1,;'- L-- 6X'/9T. et:AeS I \:. I I :,.~,;. .',: It' . ,~'l '. ::~ h.t '..:,' 11 II"~ .~~:'.~',<.:>t ~II. ."'~ ,~ I, ,""". .". '.r" " I ".;;;'".;Ui';' "'j. . ,. I I' .' . ,;.v.~ , : . ,," . I .' I'i II' · ,. ;: i';, '. ..' ,""- . ......1. ~ IIi +~,;.,,?~&jll .~ 1~1':.t~ f ,> . .' ~ i II ."~ &L~," "Ill.. I. Lll ~. /;} I "11,11 . 8Orn:w " }. rj , ~ N. a ~:~ '. "j'lll; :';IJ' .l:~' ; <0 "1:....- L . " jj' ....~..Nl} '( , .' .... ..'. .'1,., i '<i .. . .' '.~ fA .~.. ....~... ~: '~',,, ,.:,...:.:. :":' ~ '. ,,'1..11\.' . . " " ..'\':.~ '.' ...--C- -- ~4' : '-" ".,':11": ".1,', ~:K- ," "'";;:liis:b,II.JIi':C..;~i;it. ~/E5-.' . 'J'I "., ...'.. .t': ":', . ~.{...:...,.. ,',..:;:..~;.:;,j~_:...0(~,'f:~~~ ~_ o.eI '... , . ." ',' 'iQ!..... ""''ii' ' "......' ..,.". _ ,~:. _.'. '16 '.~ ...t '4"'., ," .:.... :~:...,:i~':..:::,::",:~:~;';::!~ .....df',\ ,R"j (' ,.....~ ., "",P1@" ">?A ~"',f~. _' .t.; '. ~ ,!::;.:.~,;; ":,.t;:~",'~~~ii ~ 4/if; I~ + ..' .' ': .'1-. ,..~,. ..Li".,:.",~.._,. . -' ,~I\:.".''';' . . . . .... ~"'.'.~ " . . '. '__ .(.' ~ .... ~'.' .,' '. .' ' , : .. .....:. ,;.1:.",-', '.", ,:';< ~j~F1! .... . , \ _..', l. _ "_'..'" ...... ,4.:, ". ...... ~t,~.. ,..... .".,.:dr:."...., ..~,.,'-':.''-'. ..,'.,..,..., ....,'..., : ..;~"..~~, """"~ .. :.;~_...' ....... . ...... ~:f-"..~.i:.,:.. ." :.;.,.,'1'." 'hv.'":~:";:'~" .'~~::."J-!-" ,:,~<:",;~,1:)'~{-f.;f!1:;~ ~,:t .. ~. t....'~ 14~ . .' ... _......J)':t-~.... _J.tt'...".....l' ..R.' .:. '. ~ '_ .... "-" .,..~(. 'f:"" '" wt. ~, '" __ __ . _.F' .,0.:.. . ~ . --... , .. 3 ~ 3 " 3 t. t. " ., t. :l Z Z I It' /,.~ lit' ~ A".i9. , ~ ..GI'on ,4. e. ~ e;ootC -"', f 1 ,- N ($ G n Z' '/.1 Z -:- ~ /AI'$I2'a::~ ,t::?~ :$ / .z. .' I 2 .9. 2.-.3' . ' . - l.H. . '*- .." . . I-z c, :-:'z:~, Z "/tJ, , . /"4f'!~ t~-t.~#ii.r.J. '.- '1>y~~~ ;~k'/.. . . .;:.,..... . ":. :.:i'.~.( ~..:....:. ~..~'o'!'I! _. 1~.1;;,":_..Ji .. '~~~~ SPECIFICATIONS ASPHALT REPAIR OF SAN BERNARDINO STREETS Overlay of portions of Lynwood, Pacific, and Perrls Hill DESCRIPTION OF WORK The project consists in general of providing traffic control, placing one inch of compacted asphaltic concrete and clean up of construction debris. The intent of these specifications is to provide for a complete and finished project in accordance with the provisions in connection therewith all necessary labor, tools, implements, equipment, materials and supplies Whenever the terms Standard Specifications. is used, it shall mean the Standard Specifications for Public Wor1<s Construction, latest edition." In case of conflict between these specifications and Standard Specifications, these specifications shall take precedence over and be used in lieu of the Standard Specifications. TRAFFIC CONTROL Attention is directed to Section 7-10, "Public convenience and Safety", of the Standard Specifications for Public Wor1<s Construction, latest addition and these special provisions, Warning signs, lights and devices for use In performance of work. on Highways shall conform to the "Manual of Traffic Controls. 2000 Edition and the .Work Area Traffic Control Handbook., 2000 Edition, adopted by the City of San Bemardino. The Contractor shall so conduct his operations as to offer the least possible obstruction and inconvenience to the public, Convenient access to abutting properties shall be maintained whenever possible. Contractor shall maintain a minimum of one traffic lane in each direction at all times. All excavations opened during any day will be paved back to a safe condition by the end of the same day, All places of business and residences along the streets that are within the limits of work. shall be notified in writing at least fIVe (5) days prior to commencement of work. This notification shall explain the sequence of work. and Indicate any restrictions of access. Verbal notification shall be given to all places of business and residences at least 18 hours in advance of commencing work. that will affect access to and from properties. UTILITY REQUIREMENTS The Contractor is advised of the existence of the utility notification service provided by UNDERGROUND SERVICE ALERT (USA). USA member utilities will provide the Contractor with the precise locations of their substructures in the 1 construction area when the Contractor gives at lease two (2) working days notice to the Underground Service Alert by calling 1 (800) 422-4133. SITE MAINTENANCE Throughout the period of construction, the contractor shall maintain the site of the work in a safe, neat, and orderly condition free of any hazardous conditions, trash, debris, surplus materials, and objectionable matter of any kind, all to the satisfaction of the Engineer. Throughout the period of construction, the Contractor shall control dust in accordance with the requirements of the City of San Bernardino, and as specified in the Standard Specifications. Dust shall be controlled continually during construction operations by watering and by such other means, and at such time as may be required by the City. During the course of construction, the Contractor shall protect all existing improvements, including underground utilities, which are to remain in place within and adjacent to the right-of-way from damage resulting from his operation. ASPHALT CONCRETE PAVEMENT MATERIALS Asphalt concrete shall be in accordance with the Standard Specifications for Public Works Construction, latest addition. The grade of asphalt concrete materials shall be AR-4000, in conformance with Section 203-6 of the Standard Specifications. The finish course of A.C. pavement shall be Class 'C2'; however, underlying courses may be Class "B. Asphalt concrete used for 1" thickness and variable thickness overlays shall be Class "C-2", unless otherwise directed by the Director or his designee. Asphalt Concrete shall be constructed in accordance with Section 302-5 of the Standard Specifications to the limits and grades shown on the construction plans ,and as specifIed by the Engineer. Tack coats shall be SS-1h and applied in accordance with Section 302-5.3 and 302-05.4 of the Standard Specifications. ASPHALT CONCRETE PAVEMENT DISTRIBUTION AND SPREADING At all locations where new asphaltic concrete pavement is joining or overlaying existing asphalt pavement, the Contractor shall feather the new pavement to form a smooth transition with the existing pavement. All A. C. overlays over 500 L.F. shall be applied with a paving machine such as a Barber-Greene, as specified In Section 302-05.5 of the StancUlrd Specifications. All A. C. overlays over 200 L.F. shall be applied with a spreader box machine. 2 ASPHALT CONCRETE PAVEMENT - ROLLING Initial or breakdown compaction shall consist of a minimum of three coverages of a layer of asphalt mixture. A pass shall be a movement of a roller in both directions over the same path. A coverage shall be as many passes as are necessary to cover the entire width being paved. Overlap between passes during any coverage made to insure compaction without displacement of material in accordance with good rolling practice shall be considered to be part of the coverage being made and not part of a subsequent coverage. Each coverage shall be completed before subsequent coverages are started. Three-wheel rollers and pneumatic rollers shall not be permitted. CLEANUP OF STREETS At the completion of the day's operations, the street shall be left clean and free of debris generated by the contractors operations. PAYMENT Full compensation for furnishing and installing asphalt concrete, clean up after construction and traffic control shall be included in the unit price for overlay and no other compensation will be allowed. HOURS OF WORK Hours of work shall be Monday through Friday, between the hours of 7:00 a.m. and 3:30 p.m. unless otherwise approved in advance. TIME OF COMPLETION AND LIQUIDATED DAMAGES Attention is directed to the provisions in Section 6-1, "Construction Schedule and commencement of work, In Section 6-7.1, "Time of Completion", and In Section 6-9, "Liquidated damages". Failure of the Contractor to complete the work within the time allowed will result in damages being sustained by the Agency. Such damages are, and will continue to be, Impracticable and extremely difficult to determine. For each consecutive day in excess of the time specified for the completion of work, as adjusted in 6-6, the Contractor shall pay to the Agency, or have withheld from monies due it, the sum of $250, unless otherwise provided in the Specifications. The time of completion is 15 Working days from the date of the "NOTICE TO PROCEED". LOCATION OF WORK See attachment 'A" 3 ATTACHMENT "A" Overlay of portions of Lynwood Way, Pacific Ave., and !:,erris Hill Location Dimension Sauare footage Lvnwood way 930 x 23 21,390 Pacific Avenue #1 lane wlb 12 x 540 6,480 East of Arden Pacific Avenue #2 lane wlb 12 x 1215 14,580 East of Arden Pacific Avenue #1 lane elb 12 x 675 8,100 East of Arden Pacific Avenue #2 lane eIb 12 x 800 9,600 East of Arden Perris Hill Road 25,342 South of Pacific to bridoe . TOTAL 85,492 4 SPECIFICATIONS ASPHALT REPAIR OF SAN BERNARDINO STREETS Overlay of portions of Lynwood. Pacific, and Perris Hill SCHEDULE OF PRICES - BASE BID Item Description Estimated Unit Unit Price Extended Amount Number Quantitv A. A.C.1. 85,492 Square Overlay foot Total Amount of Base Bid: ($ DOLLARS AND ) CENTS The undersigned hereby certifies that he/she has an appropriate license, issued by the State of California to provide this work; that such license will be in full force and effect throughout the duration of construction; and that any and all subcontractors to be employed on this project will be similarly licensed. Dated CONTRACTOR California Contractor's License No. Signature Print or Type Name and Title The above bid proposal includes Addenda No's 5 SUBCONTRACTOR"S LIST For ASPHALT REPAIRS OF SAN BERNARDINO'S STREETS Overlay of portions of Lynwood, Pacific, and Perrls Hill As required by California State Law, the General Contractor bidding will hereinafter state the subcontractor who will be the subcontractor on the job for each particular trade or subdivision of the work in an amount in excess of one-half of one percent of the General Contractor's total bid and will state the firm name and principal location of the mill, shop, or office of each. If a General Contractor fails to specify a subcontractor, or if he specifieS more than one subcontractor for the same portion of work to be performed under the contract in excess of one-half of one percent, he agrees that he is fully qualified to perform that portion himself and that he shall perform that portion himself. DMSION OF NAME OF FIRM OR LOCATION WORK OR TRADE CONTRACTOR CITY , Signature of Bidder REJECTION OF BIDS The undersigned agrees that the City of San Bernardino reserves the right to reject any or all bids. and reserves the right to waive informalities in a bid or bids not affected by law. if to do seems to best serve the public interest. 6 '. SPECIFICATIONS ASPHALT REPAIR OF SAN BERNARDINO STREETS Waterman Avenue, Ninth Street to Baseline Avenue SCHEDULE OF PRICES - BASE BID Item Description . Estimated Unit Unit Price Extended Amount Number Quant' A. A.C. 50,721 Square 2. Remove feet and re lace B. Traffic loops 1 complete Each Northbound Set at Baseline C. Traffic loops 1 complete Each Southbound set at Ninth Street The undersigned hereby certifieS that helshe has an appropriate license, issued by the Slate of Califomia to provide this work; that such license will be in full force and effect throughout the duration of construction; and that any and all subcontractors to be -:4i~~"~-~ Dated 1 p, ~ CON1RA 7cq 6'1 A; 6fM7- Califomia Contractor'S License No. tijfr /.atJe/ ~ :led)- Print or Type Name and Title The above bid proposal includes Addenda No's i-l.t):' '? i_~H!':f:l.;djHt, I:JC .; ~.. ~. 'I.... ~_. ,.; 'l'~':jt:!'iIJj; ~'l~\~ :.;{. .!:~;nlz:>.', t>1 ."I~,'.':tLl;..?~~ 1J2(~, 7 \-\-c l\(l~ -, ;:. SUBCONTRACTOR"S LIST For ASPHALT REPAIRS OF SAN BERNARDINO'S STREETS Waterman Avenue, Ninth Street to Baseline Avenue As required by California State Law, the General Contractor bidding will hereinafter state the subcontractor who will be the subcontractor on the job for each particular trade or subdivision of the work in an amount In excess of one-half of one percent of the General Contractor's total bid and will state the firm name and principal location of the mill, shop, or office of each. If a General Contractor falls to specify a subcontractor, or if he specifieS more than one subcontractor for the same portion of work to be performed under the contract In excess of one-half of one percent, he agrees that he is fully qualified to perform that portion himself and that he shall perform that portion himself. REJECTION OF BIDS The undersigned agrees that the City of San Bernardino reserves the right to reject any or all bids, and reserves the right to waive Informalities in a bid or bids not affected by law, if to do seems to best serve the publiC Interest. r~ <u'.:".j 'i1f ((1iL:{nictiou, Inc. , . L" "~(.' ,~. ".,'g""'::"'l '4'lt -i _ { ....., -.-'-. "".''':'''., '~....' .. , " "'140" 1120 -"::'1 })-c.'tivd;r:t.." {_:~ .}...' ().- 8 LOCATION MAP OVERLAY - L YNWOOD WAY, PACIFIC, PERRIS HILL PARK , 'GDNIO HS ~ ~, ::c ~ 20TH Sf ~ ~o 0 !I! ;Ssr I 5T :s E::CATL LYNWOODWAY ~ ..... 26500 :It IMiFlElD i ~ z z [ z P ACIFIC AVE MANSFlE 26800 ~ S"{lU Sf !l 5T 'PfRIlY ST :t: i : ~ E iT PERRIS HILL PARK '" '" '" ~ST 120C GILB '" 400 '" w '" 1fV ~ ~ ),S"W . -E :z..~ ~ "- aD ~ In :z ..... ..... ::E: i Q. ! Q. Q. ..... .... % I '" 0::: <( a.. UJ 0::: I- .....J <( I a.. C/) <( L() L() I "('""" o I u.. //..'l. .'~ ,,~, ... ., ... w z :J w rn ;ii o I- r-: rn I I- m u.i ?{ z <( :2 a:: w i 0:: <( a... UJ 0:: ~ ....J <( I a... (j) <( LO LO I T"" o I LL . t' '!"',<r ", ]" ~. II \ ~fI; .. _' :ll . I.' , "l~ I ; .. - ~, li~Q! " -'''-.-, "'I aCt, 7'l<.. . , .: ~ .,' ',"." \\ ,,' ~ c, , .',,-1 ~ I ~ ~'-ll, 1fl ._~. . . . '~'\ ' . (~ ' ,,....1, ." . " c ~~ ,I ~ "j" L. 1 !rV( ',;1 ,,1- I. ,ij~ -1 :'1 " ~~"l :~J ~.n-i:-:""w ':'.'~~ '.....0.. "ii. .,' 15:: . ' I _'!'_ - -. . - I I , .\ '~ 11 _:- l~; I \1 ~- , -\ .. .-\\ w Z -1 W (j) ~ al o I- r-: (j) I I- m w ~ Z ~ ::E 0::: W I- ~ -. ./ \ "- 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 <: (- ~(Q)[?V Resolution No. A RESOLUTION AUTHORIZING THE EXECUTION OF A PURCHA.SE ORDER BETWEEN THE CITY OF SAN BERNARDINO AND HOLLAND-LOWE CONSTRUCTION, INC, FOR PAVEMENT REPAIRS ON WATERMAN AVENUE BETWEEN NINTH STREET AND BASELINE STREET; PAVEMENT RESURFACING ON PORTIONS OF LYNWOOD WAY, PACIFIC AVENUE AND PERRIS HILL ROAD BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: SECTION 1. That Holland-Lowe Construction, Inc. is the lowest and best responsible bidder for providing services for pavement repairs on Project Area 1, Waterman Avenue between Ninth Street and Baseline, and pavement resurfacing on Project Area 2, portions of Lynwood Way, Pacific Avenue and Perris Hill Road. Pursuant to this determination and the results of Bid Specification F-Ol-61, the Purchasing Manager is hereby authorized and directed to issue a purchase order to Holland-Lowe Construction, Inc. for the total amount of $173,362.29. SECTION 2. The authorization to execute the above referenced Purchase Order is rescinded if it is not issued within sixty (60) days of the passage of this resolution. I I I I I IIIII I I I I I I I I I I I I I I I I I I I I IIIII I I I I I I I I I I IIIII May 8, 2001 -. /" ~- <: ~..-. , \- 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 A RESOLUTION AUTHORIZING THE EXECUTION OF A PURCHASE ORDER BETWEEN THE CITY OF SAN BERNARDINO AND HOLLAND-LOWE CONSTRUCTION, INC, FOR PAVEMENT REPAIRS ON WATERMAN AVENUE BETWEEN NINTH STREET AND BASELINE STREET; PAVEMENT RESURFACING ON PORTIONS OF LYNWOOD WAY, PACIFIC AVENUE AND PERRIS HILL ROAD I HEREBY CERTIFY that the foregoing resolution was duly adopted by the Mayor and Common Council of the City of San Bernardino at a meeting thereof, hdd on the day of . 2001, by the following vote, to wit: Council Members: Ayes Nays Abstain Absent ESTRADA LIEN McGINNIS SCHNETZ SUAREZ ANDERSON McCAMMACK Rachd Clark, City Clerk City of San Bernardino The foregoing resolution is hereby approved this day of , 2001. Judith Valles, Mayor City of San Bernardino Approved as to form and Legal content; James F. Penman, City Attorney ";d-'~ 7: 8~ May 8, 2001 2 ** FOR OFFICE USE ONLY - NOT A PUBLIC DOCUMENT ** RESOLUTION AGENDA ITEM TRACKING FORM Meeting Date (Date Adopted): 5-2\-01 Item # Vote: Ayes 1-" Nays-Q Change to motion to amend original documents: - Z \ Resolution # 2 oa \ -\ ) '1 Abstain.-8- Absent-o Reso. # On Attachments: - Contract term: Note on Resolution of Attachment stored separately: ===------ Direct City Clerk to (circle I): PUBLISH, POST, RECORD W/COUNTY By: NullNoid After: &:'0 OA~~ J 1-Z()-() J , Date Sent to Mayor: 5' C 3, - c::, \ Date of Mayor's Signature: 5-.;15 "CI Date ofClerk/CDC Signature: 5 - .;15-6\ Reso. Log Updated: Seal Impressed: .,/ ,/' Date Me ILetter Sent for Signature: 60 Day Reminder Letter Sent on 90 Day Reminder Letter Sent on 45th day: See Attached: See Attached: Attached: Date Returned: - Request for Council Action & Staff Report Attached: Updated Prior Resolutions (Other Than Below): Updated CITY Personnel Folders (6413, 6429, 6433,10584,10585,12634): Updated CDC Personnel Folders (5557): Updated Traffic Folders (3985, 8234,655,92-389): Yes / No By - Yes No1 By Yes No ,/ By ~ Ves N07 By Yes No By Copies Distributed to: City Attorney ./' Parks & Rec. Code Compliance Dev. Services EDA Finance ,/ MIS Police Public Services ,/ Water Others: Notes: BEFORE FILING. REVIEW FORM TO ENSURE ANY NOTATIONS MADE HERE ARE TRANSFERRED TO THE YEARLY RESOLUTION CHRONOLOGICAL LOG FOR FUTURE REFERENCE (Contract Term, etc.) Ready to File: IYI'I Date:d(:JC/ 101 , I Revised 01/12/01