City of Palmer Action Memorandum No

Similar documents
ADDENDUM NO. 1 PUBLIC WORKS CONSTRUCTION PROJECT NO

Regular. NECESSARY RESOURCES/IMPACTS (OTHER) n/a. Fiscal Impact

CITY OF YUBA CITY STATE OF CALIFORNIA PUBLIC WORKS DEPARTMENT NOTICE TO CONTRACTORS

PUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531

Council Action: Certification of Funds:

REQUEST FOR PROPOSALS ADA SIDEWALK RAMP REPLACEMENT 2019 Construction Season. SUBMITTAL DUE DATE: 2:00 p.m. on Tuesday, March 19, 2019

Addendum 1 13 TH Street Streetscape. September 1, 2017

SAN RAFAEL CITY COUNCIL AGENDA REPORT

ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE PROPOSAL

City of Palmer Action Memorandum No

Sunset Street West Sidewalk Projects Opinion of Anticipated Construction Costs March 12, 2012 Project Summary. Project List

CITY OF DEERFIELD BEACH Request for City Commission Agenda

SECTION BID. Valley Court Force Main Replacement Contract No. BE17-029

Crushed Surfacing Base Course, per ton. Pages 8-8, Special Provisions Section , Materials. This Section is supplemented with the following:

COUNTY OF SAN MATEO STATE OF CALIFORNIA NOTICE TO CONTRACTORS

Department of Public Works Engineering

ADVERTISEMENT FOR BIDS WATER SERVICE LINE REPAIR & METER BOX REPLACEMENT CITY / COUNTY UTILITIES

2012 WATER & SEWER CONSTRUCTION CONTRACT, PACKAGE IV SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD BID PROPOSAL

CITY OF DEERFIELD BEACH Request for City Commission Agenda

I. J~ /.. RrECE~VfEfD 9J7J:. 13~ 7b 1/1~ COUNCIL. ~ 1-j r-(lk. 1 1-'> lft:; WHATCOM COUNTY COUNCIL AGENDA BILL

City of Palmer Action Memorandum No Originator Information:

BID DOCUMENTS FOR SAND, GRAVEL & LIMESTONE BID

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION

Addendum 1 Downtown North CRA Sidewalks

69889/AV/lm. Recipients of C-TRAN ITB # Fourth Plain BRT Maintenance Facility Expansion. DATE: June 25, SUBJECT: Addendum #11

CITY OF NEWCASTLE COUNCIL MEETING CITY HALL COUNCIL CHAMBERS NEWCASTLE WAY, SUITE 200 DECEMBER 18, CALL TO ORDER

Public Works Department 305 West Third Street, East Wing, Third Floor Oxnard, California Tel

2012 WATER & SEWER ALLEY CONSTRUCTION CONTRACT, PACKAGE I SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD

CANTON COMMUNITY REQUEST FOR BOARD ACTION

City of Lynwood. Public Works Department

ITB-PW-U Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2

PUBLIC WORKS DEPARTMENT 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders.

City of Portsmouth Portsmouth, New Hampshire Department of Public Works

AWARD CONSTRUCTION CONTRACT FOR NAVE DRIVE MULTI USE PATH (MUP) AND ADOPT A RESOLUTION AMENDING CIP BUDGET

RANCHERO ROAD AND BNSF GRADE SEPARATION PROJECT, C.O. NO Item Description Est. Qty. Units Unit Price

2011 PUBLIC PARKING LOT & ALLEY IMPROVEMENTS Village of Whitefish Bay Project No March 17, 2011 ITEM DESCRIPTION UNIT QTY.

INSTRUCTIONS TO BIDDERS. Project Title: Water Line Replacement in the Area of Gillis Street, Richmond, Missouri

VILLAGE of MILLBROOK INVITATION TO BID ADA SIDEWALK REPAIRS

Subject: Addendum No. 1 Project #C CCE Parking Lot Replacement Phase 2 Robert Bishop Drive 4380 Richmond Road, Highland Hills, Ohio 44122

Wayne County Community College District Eastern Campus 5901 Conner St Detroit, MI 48213

B. The Bid is made in compliance with the Bidding Documents.

The City of Moore Moore, Oklahoma

BID TABULATION BID REQUEST NO

PRESENTER: Christopher J. Blunk, Deputy Public Works Director / City Engineer

DORAN STREET AND BROADWAY/BRAZIL SAFETY AND ACCESS PROJECT PROJECT STUDY REPORT (EQUIVALENT) Appendix I Cost Estimates

REQUEST FOR PROPOSALS PROFESSIONAL CONSULTING SERVICES RFP

MEETING NOTICE. City Council will be held at 5:30 p.m. in the City Council Chambers. located at 305 Third Avenue East.

ADDENDUM No. 1 January 29, Paving Program Village of Milford

City of Valdez REQUEST FOR QUOTES

Finance & Technology Administrator (815) ext 223

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

CITY OF SAN MARCOS ENGINEERING DIVISION

REQUEST FOR TENDERS SIDEWALK EXTENSIONS

CITY OF CHINO ENGINEERING COST ESTIMATE. Quantity Unit Item Unit Total Cost Price Per Item. LS Traffic Control (5% of construction cost) 5% $

BIDDER'S PROPOSAL TO THE HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL

Facility Services Planning, Design and Construction Condensate Line Replacement Near Reilly Hall NAU PROJECT #

Wayne County Community College District District Office 4 th Floor Purchasing Office 801 W. Fort Street Detroit, MI 48226

Honorable Mayor and Members of the City Council

PUBLIC WORKS DEPARTMENT FIRE STATION NO. 2 KITCHEN IMPROVEMENTS PROJECT NO. PW1618

PUBLIC WORKS DEPARTMENT LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS

CITY OF MISSION VIEJO PUBLIC WORKS FEE SCHEDULE

City of Newnan, Georgia

Mainelli Wagner & Associates, Inc.

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

Solicitation No. B RA 2010 Concrete Placement Work Order Construction Contract Package No. 2 PROPOSAL. PROPOSAL OF, a corporation a

REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA PROJECT: BACKFLOW TESTING BID#P

BID DOCUMENTS FOR ACCU-TAB SL CAL HYPO TABLETS FOR USE IN WATER TREATMENT

Document A701 TM. Instructions to Bidders

BID DOCUMENTS FOR STRYKER POWER-PRO XT COT

Mainelli Wagner & Associates, Inc.

BOARD OF SUPERVISORS BUSINESS MEETING ACTION ITEM. At the pleasure of the Board.

$ CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 10/11/18 234, PROJECT: RMC SH0020

PUBLIC WORKS DEPARTMENT ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320

19th & Barker Roundabout / Waterline Improvement Project No. 56-CP12-901(C) Cost Breakdown

CITY ENGINEER'S ESTIMATE ITEM DESCRIPTION UNIT QTY. UNIT PRICE ITEM TOTAL UNIT PRICE ITEM TOTAL UNIT PRICE ITEM TOTAL REMOVALS

BID FORM WATER SERVICE REPLACEMENTS ON CRUISER LN., BELVEDERE ST. AND VIKINGS LN. CITY BID NO CITY OF ATLANTIC BEACH, FLORIDA

BID FORM. PROJECT: 2017 Water line replacement

Job No Wastewater Collection System Small Main Rehabilitation at Focus Areas Pipebursting Method BID PROPOSAL. Dollars Cents $ $ Dollars

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #14-15 MAINTENANCE/STREETS

Motor Grader Packer-Roller. Bids Due and Opening Monday, March 26, 2018 Time: 2:00 p.m.

NOTICE TO CONTRACTORS

Department of Natural Resources. VENDOR: Name: Address: Phone #: Address: Contact Name: Contact Vendor #:

2018 Bulk Magnesium Chloride. Bids Due and Opening Thursday, March 29, 2018 Time: 10:00 a.m.

TABLE OF CONTENTS. Table of Contents 3 List of Drawings 1. Procurement Requirements Advertisement for Bids 2

RETAINING WALL REPLACEMENT REGNART ROAD

INVITATION TO BID Lawn and Landscape Maintenance Services Town of Palm Beach Shores

NOTICE OF INVITATION FOR BID

BID NO Troy School District

Snow Hauling Services

2015 PATCHINGS MATERIALS - ASPHALT

Professional Services and Bidding Construction Projects BILL NO. SPONSORED BY COUNCILMAN

BULK ICE CONTROL ROCK SALT/SODIUM CHLORIDE

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

AGENDA REPORT SUMMARY. Construction Contract Award: 2017 City-wide Street Pavement Maintenance Projects, TS-01001, TS and TS-01004

REQUEST FOR PROPOSAL FOR: PAVEMENT CRACK FILLING, SEALING, AND MARKING

Transcription:

City of Palmer Action Memorandum No. 15-075 Subject: Authorize the City Manager to Negotiate and Execute a Contract with for the Palmer 2015 ADA Sidewalk Improvement Project in the Amount of $62,837 Agenda of: July 28, 2015 Council Action: Originator Information: Originator: Tom Healy, Public Works Director Date: July 8, 2015 Requested agenda date: July 28, 2015 Department Information: Route to: Department Director: Signature: Date: Community Development x Finance Public Safety x Public Works 7/8/15 Approved for presentation by: Signature: Remarks: City Manager City Attorney City Clerk Attachment(s): Invitation to Bid Bid Tabulation Project Layout Plan Certification of Funds: Total amount of funds listed in this legislation: $ $62,837.00 This legislation ( ): Has no fiscal impact Creates a positive impact in the amount of: $ x Negative impact in the amount of: $ 62,837.00 Funds are ( ): x Budgeted Line item(s): 08-01-10-7154 ADA Compliant Sidewalks Not budgeted Affected line item(s): 08-10-10-6225 ADA Compliant Sidewalks (13-DC-135) General fund assigned balance (after requested budget modification): $ Enterprise unrestricted net position (after requested budget modification): $ Director of Finance Signature: Page 1 of 2 AM 15-075

Summary statement: This project will replace sidewalk and curb ramps in two areas of downtown Palmer: the crosswalk and sidewalk at the intersection of W. Evergreen Avenue and South Colony Way by the Palmer Library (Base Bid), and on W. Evergreen Avenue at the intersection of S. Bailey Street and the alley to the west (Additive Alternate No. 1). Last year, the City bid this project but received bids that exceeded available funding for the base bid. The City re-scoped and re-bid the project in 2015. On July 16, the City received bids from Dirtworks, Inc. and. The City will award the Base Bid and Additive Alternate No. 1. Additive Alternate No. 2 will exceed the project budget and will not be awarded. The lowest bid for the total of the Base Bid and Additive Alternate No. 1 is Tutka, LCC, for a total of $62,837. Funding for this project is $30,000 in the City capital project fund and approximately $40,000 remaining in State grant 13-DC-135. HDL Engineers design, construction administration and inspection costs will use most of the remaining project funds. Administration recommendation: Approve Action Memorandum No. 15-075. Page 2 of 2 AM 15-075

CITY OF PALMER Invitation to Bid 2015 ADA Sidewalk Improvements The City of Palmer is requesting bids from qualified contractors for the construction of miscellaneous sidewalk improvements and other related work as more fully described in the Contract Documents. Estimated cost of the base bid is between $35,000 and $50,000. The project includes two additive alternates. Sealed bids, in single copy, for furnishing all labor, equipment and materials and performing all work for the above project are hereby invited and must be received prior to 2:00pm local time on Thursday, July 16, 2015, at Palmer City Hall, 231 W. Evergreen Avenue, Palmer, Alaska, at which time bids will be opened publicly and read aloud. Time of receipt will be as determined by the Customer Service Counter time stamp. Proposals received after the time specified will be returned to the Contractor unopened. Facsimile or email or any other electronic media submittals will not be accepted. A non-mandatory pre-bid meeting will be held at the above address on Tuesday, July 7, 2015 at 2:00pm. A site visit will follow. This is a bonded, public works project. Contractors are required to be licensed by the City and State and shall comply with Title 36 wage rates. A bid guarantee is required with each bid in the amount of 5% of the base bid amount or $1,000, whichever is less, or 10% of the base bid amount for bid amounts over $100,000. Successful bidder will be required to provide a performance bond and a labor and material payment bond each in the amount equal to 100% of the contract price. Contract Documents will be available starting June 30, 2015 in electronic format only. Documents may be obtained from the City of Palmer website at www.cityofpalmer.org. For additional info, contact the Palmer Public Works office at (907) 745-3400. The City reserves the right to reject any or all bids and to waive irregularities or informalities in any of the bids. Joe Hannan City Manager

HATTENBURG DILLEY & LINNELL Engineering Consultants July 17, 2015 Tom Healy, Public Works Director City of Palmer 231 West Evergreen Avenue Palmer, AK 99645 RE: Recommendation of Award 2015 ADA Sidewalk Improvements CIVIL ENGINEERING GEOTECHNICAL ENGINEERING Dear Mr Healy: We have reviewed the bids submitted for the above-referenced project and have noted no bid irregularities. The bids are summarized below: TRANSPORTATION ENGINEERING ENVIRONMENTAL SERVICES PLANNING Company Base Bid Add Alt 1 Add Alt 2 Total Bid Dirtworks, Inc $34,460.00 $33,900.00 $49,410.00 $117,770.00 $40,103.00 $22,734.00 $41,880.00 $104,717.00 Engineer's Estimate $38,960.00 $35,900.00 $61,770.00 $136,630.00 SURVEYING & MAPPING CONSTRUCTION ADMINISTRATION MATERIAL TESTING RIGHT-OF-WAY SERVICES Based on the above summary and the funding available for this project, we recommend award of the Base Bid plus Additive Alternate 1 for a total of $62,837.00 to. of Wasilla, Alaska. Please call if you need anything further. Sincerely, HATTENBURG DILLEY & LINNELL E /Principal Project Manager attach: Bid Tabulation H:obs\15-030 Palmer 2015 ADA Sidewalk Imp (COP)\02 Bidding Asst\0717151tr DL THADA rec of award.docx 3335 Arctic Boulevard Suite 100 Anchorage Alaska 99503 Phone: 907.564.2120 Fax: 907.564.2122 202 W. Elmwood Avenue Palmer Alaska 99645 Phone: 907.746.5230 Fax: 907.746.5231

2015 ADA Sidewalk Improvements Bid Tab Schedule A BASE BID- Sidewalk Improvements Bid Item No. A l A-2 Item Description Unusable Excavation (Additional as Type II-A Classified Fill and Backfill (Additional as A 3 P.C.C. Curb and Gutter, Type 1, 3 & 4 A-4 P.C.C. Sidewalk 4" thick A S P.C.C. Curb Ramp (With Detactable Warning Tile) A 6 Traffic Maintenance A-7 Traffice Price Adjustment Schedule A Total As-submitted Total Bid II Engineer's u. Quantity not II Unit Price 8 CY $ 60.00 480.00 16 Ton $ 80.00 1,280.0C 67 LF $ 100.00 6,700.()( 30 5Y $ 150.00 4,500.()( 2 Each $ 5,000.00 10,000.0( 1 LS $ 15,000.00 15,000.0( 1 C5 s 1,000.00 1,000.0( $ 38,960.0 $ 38,960.0 II Dirtworks, Inc. nit Price Bid Value Unit Price Bid Value $ 100.00 800.0C $ 48.00 384.0( $ 45.00 720.0C $ 56.00 896.0( $ 100.00 6,700.0C $ 99.00 6,633.0( $ 188.00 5,640.0( $ 153.00 4,590.0( $ 3,800.00 7,600.0( $ 3,800.00 7,600.00 $ 12,000.00 12,000.0( $ 19,000.00 19,000.0C $ 1,000.00 1,000.0( $ 1,000.00 1,000.00 $ 34,460.0 $ 40,103.0( $ 34,460.0 $ 40,103.0( Schedule 8 Additive Alternate 1 - Additional Sidewalk Improvements Bid Item No. Item Description B-1 Unusable Excavation {Additional as B 2 Type II-A Classified Fill and Backfill B 3 P.C.C. Curb and Gutte r, Type 1, 3 & 4 B-4 P.C.C. Sidewalk 4" thick B-5 P.C. C. Sidewalk 6" thick B 6 P.C.C. Curb Ramp A.C. Pavement (Class E, 3" thickness) (Additional as B 7 8 8 Traffic Maintenance B 9 Traffice Price Adjustment Schedule B - Total As-submitted Total Bid Quantity Unit Engineer's Estimate Unit Price Bid Value 6 CY $ 70.00 420.0( 12 Ton $ 90.00 1,080.0( 74 LF $ 100.00 7,400.0( 10 5Y $ 150.00 1,500.0( 16 SY $ 175.00 2,800.0( 1 Each $ 5,000.00 5,000.0( 10 5Y $ 170.00 1,700.0 1 LS $ 15,000.00 15,000.00 1 cs $ 1,000.00 1,000.00 $ 35,900.0( $ 35,900.00 Dirtworks, Inc. Unit Price Bid Value Unit Pr' $ 100.00 600.0( $ 48.00 288.00 $ 45.00 540.0( $ 56.00 672.0C $ 110.00 8,140.0( $ 96.00 7,104.0( $ 200.00 2,000.0( $ 167.00 1,670.0( $ 360.00 5,760.0( $ 175.00 2,800.0( $ 6,000.00 6,000.()( $ 3,800.00 3,800.0( $ 85.00 850.00 $ 240.00 2,400.0( $ 9,010.00 9,010.0C $ 3,000.00 3,000.0( $ 1,000.00 1,000.0C $ 1,000.00 1,000.0( s 33,900.0 $ 22,734.0 s 33,900.0 $ 22,734.0 Schedule C- Additive Alternate 2 -Additional Sidewa lk Improvements Bid Item No. C l C-2 Item Description Unusable Excavation (Additional as Type II-A Classified Fill and Backfill (Additional as C 3 P.C. C. Curb and Gutter, Type 1, 3 & 4 C-4 P.C.C. Sidewalk 4" thick C S P.C. C. Sidewalk 6" thick C 6 P.C. C. Curb Ramp (With Detectable Warning Tile) A.C. Pavement (Class E, 3" thickness) (Additional as C-7 C-8 Traffic Maintenance C-9 Traffic Price Adjustment Schedule C - Total As-submitted Total Bid Quantity Unit Engineer's Estimate Unit Price Bid Value 12 CY $ 70.00 840.0C 24 Each $ 90.00 2,160.0( 142 LF s 100.00 14,200.0( 3 5Y s 150.00 450.0C 48 5Y s 175.00 8,400.0( 2 Each $ 5,000.00 10,000.0C 81 5Y s 120.00 9,720.0( 1 L5 s 15,000.00 15,000.0C 1 cs s 1,000.00 1,000.0( s 61,770.0 $ 61,770.00 Dirtworks, Inc. Unit Price Bid Value Unit Price Bid Value s 70.00 840.0( s 48.00 576.00 s 45.00 1,080.0( s 56.00 1,344.00 s 75.00 10,650.0( s 94.00 13,348.00 s 720.00 2,160.0( s 200.00 600.00 s 185.00 8,880.0( s 145.00 6,960.00 $ 4,000.00 8,000.0( s 3,800.00 7,600.00 s 100.00 8,100.0( s 92.00 7,452.0C s 8,700.00 8,700.0( s 3,000.00 3,000.0C s 1,000.00 1,000.0( s 1,000.00 1,000.0( s 49,410.0( s 41,880.0( s 49,140.0( s 41,880.0 Calculated Schedule A Base BidTotal As-submitted Schedule A Base Bid Total Calculated Schedule B Add All 1 Total As-submitted Schedule B Add Alt 1 Total Calculated 5ch A Base Bid+ Sch B Add Alt 1 Total As-submitted Sch A Base Bid+ Sch B Add Alt 1 Total Calculated Schedule C Base BidTotal As-submitted Schedule C Base Bid Total Calculated Sch A Base Bid+ Sch C Add Alt 2 Total As-submitted Sch A Base Bid+ Sch C Add Alt 2 Total Difference Base Bid Calculated Total Bid (Sch A+ Sch B + Sch C) As-Submitted Total Bid Diffe rence Total Bid s 38,960.00 $ 38,960.00 $ 35,900.00 $ 35,900.00 $ 74,860.00 $ 74,860.00 $ 61,770.00 $ 61,770.00 s 100,730.00 $ 100,730.00 $ $ 136,630.00 s 136,630.00 $ s 34,460.00 s 40,103.00 $ 34,460.00 $ 40,103.00 s 33,900.00 $ 22,734.00 $ 33,900.00 $ 22,734.00 $ 68,360.00 $ 62,837.00 $ 68,360.00 $ 62,837.00 s 49,410.00 $ 41,880.00 $ 49,140.00 $ 41,880.00 $ 83,870.00 $ 81,983.00 $ 83,870.00 $ 81,983.00 $ s s 117,770.00 $ 104,717.00 $ 117,770.00 $ 104,717.00 Acknowledged Addenda n/a Bid Propsal signed n/a Bid Bond n/a Bidder Qualification Form n/ a Engineer's Estimate Oirtworks, Inc.

----------c -------------------------------------- - - 99 W E'lfRGRffN AV NU ADD ALT #1 - W DAHW. AV NU (/) WORK ITEM TABLE REF. NUMBER QTY DESCRIPTION 18 lea PARALLEL CURB RAMP 19 7.5 SY SIDEWALK 20 16 SY DRIVEWAY 21 16 SY DRIVEWAY 22 2 EA PARALLEL CURB RAMP 49A 16 SY DRIVEWAY 49B 2 SY SIDEWALK 51 16 SY DRIVEWAY 100 11.5 SY SIDEWALK 101 lea MID-BLOCK CROSSING 102A lea MID- BLOCK CROSSING 102B 18 SY SIDEWALK N T WORK ITfU LOCATIONS AA APPROXIMATE:. COORD/NAT( FINAL LOCAnONS, DIM NSIONS, AND LAYOUT 'MTH OWN R AND ENGIN R IN TH[ FI[LD. 2. SEE SH T C2.0! FOR WORK 11(M UMrTS AND DESCRIPTIONS. H -,, '.. K NtC ADD ALT #2 -@ BASE BID L' 'L-------------------------------------------------------------------------------------------------------------------------------------------------------------- "' a: w :::2; _J <{ a IL V).:;; u.. :5 e5 "' 0 0.. PIWJCCT 1.A'I"'UT PW< [V(RCR[(N TO CCO<P C1.01.,_icv... S'cR 20'5 '!.JO' 14-011