HomeMy Public PortalAbout7E Award of Public Works Contract to Pavement Coatings Co - Pavement Rehabilitation ProjectAGENDA
ITEM ?.E.
COMMUNITY DEVELOPMENT DEPARTMENT
MEMORANDUM
DATE: September 20, 2016
TO: The Honorable City Council
FROM: Bryan Cook, City Manager
By: Michael D. Forbes, Community Development Director ~
SUBJECT: AWARD OF PUBLIC WORKS CONTRACT TO PAVEMENT COATINGS
CO. FOR FISCAL YEAR 2016-1 7 PAVEMENT REHABILITATION
PROJECT (CIP NO. P13-02)
RECOMMENDATION:
The City Council is requested to:
1. Award a Public Works Contract to Pavement Coatings Co. as the lowest responsible
bidder for the Fiscal Year (FY) 2016-17 Pavement Rehabilitation Project; and
2. Authorize the City Manager to execute the Contract in an amount of $661 ,850.
BACKGROUND:
1. In 2013, the City completed a citywide Pavement Management Program (PMP)
report. The report presented findings and recommendations from a pavement
condition survey of the City's street network, including pavement condition
summaries, preservation and repair activities, and projected budgets for those
activities.
2. In June 2016, the City Council approved the FY 2016-17 City Budget. The budget
includes an allocation of $1 .5 million of Measure R transportation funds for Capital
Improvement Program (CIP) No. P1 3-02 for pavement rehabilitation pursuant to the
findings and recommendations of the PMP.
3. On August 2, 2016, the City Council approved the Plans, Specifications, and
Estimates Bid Package and advertisement of Notice Inviting Bids (NIB) for the FY
2016-17 Pavement Rehabilitation Project. The NIB was advertised in the
newspaper, on the City web site, and in various trade publications. The list of
locations for street resurfaci ng included in the Base Bid is attached (Attachment "A").
4. On the due date of September 1, 2016, four bids were received and opened publicly.
City Council
September 20, 2016
Page 2 of 3
ANALYSIS:
Bid Analysis
The following bids were received:
• Pavement Coatings Co.: $661,850;
• Ameri can Asphalt South, Inc.: $792,200;
• Roy Allen Slurry Seal: $845,850 (bid rejected due to insufficient bid bond amount);
and
• All American Asphalt: $1 ,159,100.
Staff conducted a bid analysis including references, licensing, Department of Industrial
Relations registration, and state and federal debarment list for Pavement Coatings Co.
The Bid Package submitted by Pavement Coatings Co. and the bid analysis completed
by staff are attached (Attachments "B" and "C").
Lowest Responsible Bid
The lowest responsible bid was submitted by Pavement Coatings Co. in the amount of
$661,850 for the Base Bid Schedule. The specifications indicate that the low bid amount
is based on the total amount shown for the Base Bid Schedule. The contract to be
executed with Pavement Coatings Co. is attached (Attachment "0 ").
Streets In cluded in th e Project
Following the approach of prioritizing preventive maintenance, the FY 2016-17 Pavement
Rehabilitation Project mainly includes slurry seal resurfacing for approximately two million
square feet of pavement. The project also includes localized dig-out and reconstruction,
and cold-mill/overlay for selected areas where more extensive rehabilitation is needed.
The final streets and quantities may be increased or decreased based on engineering
review, fi eld conditions, and budget availability. The bid schedule is based on quantities
and unit bid prices which allows the City to make quantity adjustments and pay the same
unit bid prices within plus or minus 25 percent of the total value.
City Council
September 20, 2016
Page 3 of 3
Project Budget
The following is the breakdown of the project budget:
Base Bid Amount to be awarded
Contingency Budget allowance authorization to staff to utilize for
unforeseen conditions as necessary (1 0%)
Construction Budget
Budget allowance for bidding process and bid analysis, contract
award, construction management, inspection, and administration
(1 0%) (services provided under existing City Engineering Contract
with Transtech)
Total Budget
Environmental Review
$661 ,850
$66,185
$728,035
$72,804
$800,839
This project is exempt from environmental review under the California Environmental
Quality Act (CEQA) pursuant to Section 15301 (Existing Facilities) of the State CEQA
Guidelines pertaining to minor alterations to existing public facilities.
CITY STRATEGIC GOALS:
The FY 2016-17 Pavement Rehabilitation Project furthers the City Strategic Goals of
Public Health and Safety, Quality of Life, Sustainable Infrastructure, and Economic
Development.
FISCAL IMPACT:
The approved FY 2016-17 City Budget includes an allocation of $1 .5 million of Measure
R transportation funds for CIP No. P13-02 for pavement rehabilitation pursuant to the
PMP. This allocation is more than adequate to cover the total project cost of $800,839.
Staff will return to City Council at a later time with recommendations on projects to fund
with the balance of the CIP allocation.
ATTACHMENTS:
A. List of Locations Included in Base Bid
B. Low Bid Submitted
C. Bid Analysis
D. Contract to be Executed with Pavement Coatings Co.
List of Locations
Included in Base Bid
ATTACHMENT A
Branch Name From To
BALDWIN AVENUE LIVE OAK AVENUE 190 N/0 LOWER AZUSA ROAD
BARELA AVENUE WOOLLEY STREET CRAIGLEE STREET
BLACKLEY STREET PARMERTON AVENUE McCULLOCH AVENUE
BROADWAY ENCINITA AVENU E TEMPLE CITY BOULEVARD
BROADWAY ROSEMEAD BOULEVARD ENCIN ITA AVENUE
BROADWAY WEST CITY LIMIT ROSEMEAD BOULEVARD
CALLITA STREET 501 W/0 ROSEMEAD BOULEVARD ROSEMEAD BOULEVARD
CAMELLIA AVENUE CDS GARIBALDI AVENUE
CAMINO REAL OAK AVENUE TEMPLE CITY BOULEVARD
CLOVERLY AVENUE LIVE OAK AVE NUE BROADWAY
CLOVERLY AVENUE WENDON STREET FLAHERTY STREET
CRAIGLEE STREET TEMPLE CITY BOULEVARD BARELA AVEN UE
CRAIGLEE STREET BARELA AVENUE EAST END
DAINES DRIVE McCULLOCH AVENUE WELLAND AVENUE
DAINES DRIVE CDS TEMPLE CITY BOULEVARD
DAINES DRIVE WELLAND AVENU E SANTA ANITA AVENUE
DAINES DRIVE BALDWIN AVENUE HALIFAX ROAD
DAINES DRIVE HALIFAX ROAD El. MONTE AVENUE
DANESWOOD DRIVE PARMERTON AVENUE McCULLOCH AVE NUE
ELLIS LANE 60 S/0 LOWER AZUSA ROAD TEMPLE CITY BOULEVARD
ELM AVENUE MUSCATEL. AVENUE RENO AVENUE
EMPEROR AVENUE OAK AVENUE CDS
ESTRELLA AVENUE SALTER AVENUE EAST CITY LIMIT
FLAHERTY STREET GO LDEN WEST AVENUE ROWLAND AVENUE
FREER STREET ARCADIA WASH SANTA AN ITA AVENUE
FREER STREET ARD EN DRIVE HALIFAX ROAD
FREER STREET EL MONTE AVE NUE ARCADIA WASH
FREER STREET HALIFAX ROAD EL MONTE AVENUE
GRACEWOOD AVENUE LIVE OAK AVENU E 885 NORTH OF DAINES DRIVE
GREEN STREET BALDWIN AVENUE CDS
HART AVENUE HERMOSA DRIVE LAS TUNAS DRIVE
HECLA STREET CDS HILTON AVENUE
HERMOSA DRIVE ROSEMEAD BOU LEVARD SULTANA AVENUE
HERMOSA DRIVE SULTANA AVENU E ENCINITA AVENUE
HERMOSA DRIVE MUSCATEL AVENUE ROSEMEAD BOULEVARD
HERMOSA DRIVE BURTON AVENUE MUSCATEL AVE NUE
HILTON AVENUE CDS OLIVE STREET
JAYLEE DRIVE LOMA AVENUE CDS
LIVE OAK AVENUE ENCINITA AVENUE TEMPLE CITY BOULEVARD
Page: Appendix B, B.l
Branch Name From To
LIVE OAK AVENUE TEMPLE CITY BOULEVARD BALDWIN AVENUE
LIVE OAK AVENUE BALDWIN AVENUE 760 E/0 BALDWIN AVENUE
LIVE OAK AVENUE 760 E/0 BALDWIN AVENUE GLICKMAN AVENU E
LIVE OAK AVENUE GLICKMAN AVENUE EAST CITY LIMIT
LOMA AVENUE EMPEROR AVE NUE WOOLLEY STREET
McCLINTOCK AVENUE GRAND AVENUE FAIRVIEW AVE NUE
MILLER DRIVE LOWER AZUSA ROAD SOUTH END
NADINE STREET CDS TEMPLE CITY BOULEVARD
NOEL DRIVE NORTH END BROADWAY
OAK AVENUE LONGDEN AVENUE GARIBALDI AVENUE
PARMERTON AVENUE DAINES DRIVE BLACKLEY STREET
PARMERTON AVENUE DAN ESWOOD DRIVE DAINES DRIVE
PERSIMMON AVENUE NORTH CITY LIM IT DAINES DRIVE
RENO AVENUE GARIBALDI AVENU E HERMOSA AVE NUE
RENO AVENUE HERMOSA AVENUE ELM AVENUE
RENO AVENUE LONGDEN AVEN UE GAR IBALDI AVENUE
ROWLAND AVENUE FLAHERTY STREET WE NDON AVENU E
SALTER AVENUE ESTRELLA AVE NUE LONGDEN AVENUE
SPARKLED STREET CAMELLIA AVENU E KAUFFMAN AVENUE
SPARKLED STREET TEMPLE CITY BO ULEVARD CAMELLIA AVENUE
SULTANA AVENUE HERMOSA DRIVE LAS TUNAS DRIVE
VAL STREET BARELA AVEN UE GOLDEN WEST AVENUE
VAL STREET GOLDEN WEST AVENUE EAST CITY LI MIT
VAL STREET TEMPLE CITY BOULEVARD BARELA AVENUE
WENDON STREET GOLDEN WEST AVE NUE ROWLAND AVENUE
Page: Appendix B, B.2
ATTACHMENT B
Low Bid Submitted
, TEMP~E CITY CA BtO:m.G AND CONTRACI OOCUt.•£~; 'S PJ<'IS AND SPECtFICAl tO\S
F'12016-11 PAVEkiENT REHABILITATION PROJECT C'TY PROJECT 10 PIJ-02 !LOW BID 1 J..~ull 3 201o
Oocuneol Cort•o. P-'' ~~ 13~
BIDDER SHALL COMPLETE AND SUBMIT All DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL"
~dder's Name:
C. BIDDER'S PROPOSAL
FY 2016-17 PAVEMENT REHABILITATION PROJ ECT
CITY PROJECT ID: P13-02
City of Temple City
PAVEM ENT C OAT INGS CO. l
In accordance with the City of Temple City's Notice lnv1t1ng Sealed Bids, the undersigned BIDDER. hereby
proposes to furnish all materials, equipment, tools, labor. and inc identals required for the above stated
project as se t forth in t he Pla ns, Spec1f1cat1ons, and contract documents therefore, and to perform all work
in the manner and time prescribed therein.
BIDDER declares that this proposal is based upon careful examination of the work site, Plans,
Specifications, Instructions to Bidders, and all other contract documents. If this proposal is accepted for
award, BIDDER understands that failure to enter into a contract in the manner and time prescribed w ill
result 1n forfeiture to the City of Temple City of the guarantee accompanying th1s proposal.
BIDDER understands that a bid is required for t he entire work. The contract will be awarded on the prices
shown on the bid sc hedule. It IS agreed that the unit and/or lump sum prrces bid include all appurtena nt
expenses, taxes, roya lties and fees. In the case of discrepancies in the amounts of bid, un1t prices shall
govern over extended amount, and words shall govern over figures.
If awarded the Contract, the unders1gned further agrees that in the event of the BIDDER'S default 1n
executing the required contract and filing the necessary bonds and insurance certificates w1thin ten
working days after t he date of the City of Temple Crty's notice of award of contra ct to the BIDDER, the
proceeds of the security accompanying this b1d shall become the property of the City of Temple City and
this bid and the acceptance hereof may, at the City of Temple City's option, be considered null and void.
BID SCHEDULE
To the Temple City's Cit y Council, he rein ca lled the "Counci l".
Pursuant to and in compliance with your Notice lnvtting Bids and the other documents relatrng thereto, t he
undersigned bidder, having familianzed himself w1th the work as per the paragraph, Discrepancies and
Misunderstandings, contained in the INSTRUCTIONS TO BIDDERS section, and w1th t he terms of the contract,
the local conditions affecting the performance of the contract, and the cost of the work at the place where
the work is done, and wit h the drawings and specifications and other contract documents, hereby proposes
and agrees to perform, within the time stipulated, the contract, including all of its component parts, and
everything requ1red to be performed, and to provide and furnish any and all of the labor, materials, tools,
expendable equipment, and all applicable taxes, utility and tra nsportation services necessary to perform the
contract and complete in a workmanlike manner, all in strict conformity w1th the Contract Documents on fi le
at the office of the City Clerk of said City, per the following b1d schedule:
(Bidder shall provide a bid amount for each bid item listed below. Fai lure to provide a bid for each brd item
shall render the bid non-responsrve)
Page : C.l
, TEMPLE CITY CA. BIDDING AND CONTRACT DOCUMENTS PLANS AND SPECI~'tCATIONS
FY 2016-17 PAVEMENT REHABILITATION PROJECT. CITY PROJECT ID P13-02
August 3 20 1G
OOCilrrenl Co:o:rol Page 12 of 105
BIDDER SHALL COMPLETE AND SUBMIT All DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL"
BASE BID SCHEDULE
FY 2016-17 PAVEMENT REHABILITATION PROJECT
CITY PROJECT ID: P13-02
City of Temple City ----
Description Quantity Unit Unit Bid Total Bid Item Amount Amount -
Construct Quick Set Emulsion Aggregate Slurry Type
11 (Cationic) with 2Y, percent Latex Addittve to
1 tnclude curb returns of all intersecting streets. This 2,300,000 SF $ . It s 3q1,ooo b1d 1tem shall apply to all streets listed in Appendix
8 -Project Streets Ltst and shown in Appendix C-
ProJeCt Plan.
Localized Pavement Repatrs at various locat1ons -
Remove existing AC pavement section to 10" depth.
Construct 2" ARHM over 2" Type B-PG 64-10 over 6" b S'~ s 1'1 1..,~00 2 Crushed Aggregate Base (CAB) over 8" scarified and 30,000 SF s
compacted subgrade. This b1d item shall apply to ___ j J vanous streets Its ted in AppendiX 8-Project Streets
List and shown in llppendix C-Project Plan.
I ---
Page: C.2
" T E M P l E C I T Y C A B I D O '