county of alameda public works agency - …€¦ · county of alameda public works agency ... and...

9
AGENDA ITEM NO. __ July 10,2012 COUNTY OF ALAMEDA PUBLIC WORKS AGENCY 399 Elmhurst Street • Hayward, CA 94544-1307 (510) 670-5480 June 13 2012 The Honorable Board of Supervisors County Administration Building 1221 Oak Street Oakland, CA 94612 Dear Board Members: SUBJECT: ADOPT THE RESOLUTION THAT APPROVES PROJECT PLANS AND SPECIFICATION NO. 2190 AND AUTHORIZES THE ADVERTISEMENT FOR BIDS FOR THE ALAMEDA COUNTY RURAL ROADS PAVEMENT REHABILITATION OF GREENVILLE ROAD, MOUNTAIN HOUSE ROAD, AND TESLA ROAD IN MURRAY TOWNSHIP, ALAMEDA COUNTY, CALIFORNIA, FEDERAL AID PROJECT NUMBER STPL-5933(ll 0) RECOMMENDATION: It is recommended that the Board: 1. Adopt the resolution that approves Project Plans and Specification No. 2190 for the Alameda County Rural Roads Pavement Rehabilitation of Greenville Road, Mountain House Road, and Tesla Road in Murray Township, Alameda County, California, Federal Aid Project Number STPL-5933(ll 0); and 2. Authorize and direct the Clerk of the Board to advertise for bids for construction of the Project, with bids to be received by the Director of Public Works on August 14, 2012, by 2:00 p.m., with a report of the bidders and the respective amounts of their bids presented to your Board at a later date. SUMMARY/DISCUSSION: The Project consists of the asphalt concrete resurfacing on portions of various roadways in the unincorporated areas of Livermore and eastern Alameda County. The resurfacing of roadway pavements has been found to be an economical and effective method of extending the life of asphalt pavements. The final engineer's estimated cost for Specification No. 2190 is $4,330,000. The resurfacing project is expected to begin in October 2012, and be completed by April 2013. The roadways are indicated on the attached location maps. "To erve and Preserve Our Community"

Upload: duongdang

Post on 04-Sep-2018

213 views

Category:

Documents


0 download

TRANSCRIPT

AGENDA ITEM NO.__ July 10,2012

COUNTY OF ALAMEDA

PUBLIC WORKS AGENCY 399 Elmhurst Street • Hayward, CA 94544-1307 (510) 670-5480

June 13 2012

The Honorable Board of Supervisors County Administration Building 1221 Oak Street Oakland, CA 94612

Dear Board Members:

SUBJECT: ADOPT THE RESOLUTION THAT APPROVES PROJECT PLANS AND SPECIFICATION NO. 2190 AND AUTHORIZES THE ADVERTISEMENT FOR BIDS FOR THE ALAMEDA COUNTY RURAL ROADS PAVEMENT REHABILITATION OF GREENVILLE ROAD, MOUNTAIN HOUSE ROAD, AND TESLA ROAD IN MURRAY TOWNSHIP, ALAMEDA COUNTY, CALIFORNIA, FEDERAL AID PROJECT NUMBER STPL-5933(ll 0)

RECOMMENDATION:

It is recommended that the Board:

1. Adopt the resolution that approves Project Plans and Specification No. 2190 for the Alameda County Rural Roads Pavement Rehabilitation of Greenville Road, Mountain House Road, and Tesla Road in Murray Township, Alameda County, California, Federal Aid Project Number STPL-5933(ll 0); and

2. Authorize and direct the Clerk of the Board to advertise for bids for construction of the Project, with bids to be received by the Director of Public Works on August 14, 2012, by 2:00 p.m., with a report of the bidders and the respective amounts of their bids presented to your Board at a later date.

SUMMARY/DISCUSSION:

The Project consists of the asphalt concrete resurfacing on portions of various roadways in the unincorporated areas of Livermore and eastern Alameda County. The resurfacing of roadway pavements has been found to be an economical and effective method of extending the life of asphalt pavements. The final engineer's estimated cost for Specification No. 2190 is $4,330,000. The resurfacing project is expected to begin in October 2012, and be completed by April 2013. The roadways are indicated on the attached location maps.

"To erve and Preserve Our Community"

Honorable Board of Supervisors June 13,2012 Page 2

The resurfacing project has been detennined to be categorically exempt under the National Environmental Policy Act (NEPA) on July 12, 2011.

SELECTION AND CRITERIA:

This will be a publicly bid construction contract. This is a federally funded project and will comply with federal Underutilized Disadvantaged Business Enterprise (UDBE) goals. Construction contracting opportunities are posted in Plan Rooms, local trade organizations, and published in local ethnic newspapers.

To convey the UDBE goals to interested contractors, the Public Works Agency will hold a mandatory pre-bid meeting to discuss the UDBE goals and to facilitate relationships between contractors and subcontractors.

FINANCING:

There will be no net County cost as a result of this action. The total estimated construction cost of the project in the amount of $4,330,000 is in the proposed budget for fiscal Year 2012-2013, in the Road Department Budget Organization 270401, Account #610290, Professional and Specialized Services.

Y07~ Daniel Woldesenbet, P.E., Ph.D. Director of Public Works

DW:SH

c: Auditor-Controller County Counsel

Approved as to Form

:~~~~~:~ THE BOARD OF SUPERVISORS OF THE COUl'JTY OF ALAMEDA, ST E OF CA IFORNIA

RESOLUTION NUMBER: R­

APPROVE PROJECT AND ADVERTISE FOR BIDS

WHEREAS, in the judgment of the Board of Supervisors of the County of Alameda, it is necessary to secure all labor, material, equipment, mechanical workmanship, transportation, and services required for:

ALAMEDA COUNTY RURAL ROADS PAVEMENT REHABILITATION OF GREENVILLE ROAD, MOUNTAIN HOUSE ROAD, AND TESLA ROAD

IN MURRAY TOWNSHIP, ALAMEDA COUNTY, CALIFORNIA, FEDERAL AID PROJECT NUMBER STPL-5933(11 0)

NOW, THEREFORE, BE IT RESOLVED that Project Plans and Specification No. 2190 for the above mentioned work as prepared by the Director of Public Works, as authorized by the Board of Supervisors be and they are hereby accepted and approved; and

BE IT FURTHER RESOLVED that the bid bond to be submitted with the proposals for the above work shall be in the amount equal to ten percent (10%) of the base bid; and

BE IT FURTHER RESOLVED that the general prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work shall be as determined by the Director of the Department of Industrial Relations, State of California, for each craft, classification, or type of workman needed to execute the contract as set forth in Sections 1770 and 1773 of the Labor Code of the State of California, or the prevailing wage rates as determined by the U.S. Department of Labor in accordance with the Department of Labor Regulations 29 CFR (Code of Regulations), whichever is higher; and

BE IT FURTHER RESOLVED that the Clerk of this Board be and is hereby authorized and directed to advertise for proposals for the above-mentioned work, in accordance with law by publishing the same in the Inter-City Express, a newspaper of general circulation published in the County of Alameda, State of California; and

BE IT FURTHER RESOLVED that the Notice to Bidders shall be in the form as follows:

02 SP 2190 Resolution.doc

Specification No. 2190

COUNTY OF ALAMEDA

PUBLIC WORKS AGENCY

NOTICE TO BIDDERS

CONTRACT NO.

Sealed proposals for the work shown on the plans entitled:

COUNTY OF ALAMEDA PUBLIC WORKS AGENCY

PROJECT PLANS FOR

THE ALAMEDA COUNTY RURAL ROADS PAVEMENT REHABILITATION OF GREENVILLE ROAD,

MOUNTAIN HOUSE ROAD, AND TESLA ROAD IN MURRAY TOWNSHIP, ALAMEDA COUNTY, CALIFORNIA

FEDERAL AID PROJECT NO. STPL-5933 (110)

will be received at the Office of the County of Alameda, 951 Turner Court, Room 300, Hayward, CA 94545 until 2:00 p.m. on August 14,2012, at which time they will be publicly opened and read.

Proposal forms for this work are included in a separate book entitled:

COUNTY OF ALAMEDA PUBLIC WORKS AGENCY

PROPOSAL AND CONTRACT (PART A) & SUPPLEMENTAL DOCUMENTS (PART B) FOR

THE ALAMEDA COUNTY RURAL ROADS PAVEMENT REHABILITATION OF GREENVILLE ROAD,

MOUNTAIN HOUSE ROAD, AND TESLA ROAD IN MURRAY TOWNSHIP, ALAMEDA COUNTY, CALIFORNIA

FEDERAL AID PROJECT NO. STPL-5933 (110)

The work to be done consists, in general, of preparing plan drawings of existing traffic stripes and pavement markings; preparing construction schedules; preparing temporary traffic and detour plans; installing temporary traffic control systems; providing construction area signs; furnishing and implementing water pollution control plans; furnishing and applying water; controlling dust; providing project notification to residents, businesses, and local authorities; removing existing traffic stripes and markings; installing temporary pavement markings; key cutting, milling, grinding, removing, and disposing existing asphalt concrete pavement within specified keycut limits; perform asphalt concrete pavement reconstruction; perform asphalt concrete base failure repairs; excavating, removing, and disposing unsuitable subgrade material; compacting subgrade; installing pavement reinforcing fabric; furnishing and applying asphaltic emulsion; furnishing and applying pavement asphalt binder Type PO 70-10 over the existing surface; furnishing, placing, and

N-I Federal Aid Project

Specification No. 2190

compacting asphalt concrete Type A; or alternatively furnishing, placing, and compacting rubberized asphalt concrete Type G; constructing new AC dikes; sealing cracks; furnishing and installing Class 2 aggregate base shoulder backing; installing permanent reflective and non­reflective pavement markers; installing permanent thermoplastic traffic striping and pavement markings; installing traffic detector loops; adjusting and modifying existing utility covers, manholes, traffic signal detector loop junction boxes and survey monuments to grade; removal and disposal of excess and waste material; the cleaning of the site at the end of the job, and the furnishing of all labor, materials, tools, equipment, mechanical workmanship, transportation, and services necessary to be done in order to perform a complete job in all respects as indicated on the plans, and by reference made a part hereof, as specified herein, and as directed by the Engineer.

The underutilized disadvantaged business enterprise (UDBE) goal for this project is 14 percent.

This project is subject to all Local, State, and Federal laws, rules and guidelines contained in the plans and specifications, including but not limited to payment prevailing wages. Contractor shall possess a Class A or C-12 license at the time this contract is awarded.

There is a mandatory pre-bid meeting required for all prime contractors. The pre-bid meeting is scheduled for Tuesday, July 24, 2012, at 2:00 p.m. at 951 Turner Court, Room 230, Hayward. Interested sub­contractors are invited and encouraged to attend pre-bid meetings. Bid Proposals from prime contractors that fail to attend this mandatory prebid meeting will be rejected. This meeting is to inform bidders of project requirements and subcontractors of subcontracting and material supply opportunities.

A preconstruction conference will be scheduled with the Contractor after the contract has been fully executed and prior to the start of the project.

The contract is subject to state contract nondiscrimination and compliance requirements pursuant to Government Code, Section 12990.

Bids are required for the entire work described herein.

Plans and specifications may be viewed and purchased by any prospective bidder online at www.designbidbuild.net/eastbay/planroom?alco or by contacting Central Blue Print at 17132 - East 141b

Street, Hayward, CA 94541 (510-276-3375), East Bay Blue Print and Supply at 1745 141h Avenue, Oakland, CA 94606 (510-261-2990), or Custom Blue Print, 1944 Mt. Diablo Boulevard, Walnut Creek, CA 94596 (925-932-3113). All questions should be directed to the Contract Administration Office at (510) 670-5450.

Inquiries or questions based on alleged patent ambiguity of the plans, specifications or estimate must be communicated as a bidder inquiry prior to bid opening. Any such inquiries or questions, submitted after bid opening, will not be treated as a bid protest.

The successful bidder shall furnish a bid bond, a payment bond and a performance bond.

The County of Alameda affirms that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation.

The Local Agency Bidder-DBE (Construction Contracts)-Information and UDBE Commitment (Construction Contracts) must be submitted with the Bid Proposal.

N-2 Federal Aid Project

Specification No. 2190

Bidders are advised that, as required by federal law, the State has established a statewide overall DBE goal and UDBE goal. This Agency federal-aid contract is considered to be part of the statewide overall DBE goal and UDBE goal. The Agency is required to report to Caltrans on DBE and UDBE firm participation for all Federal-aid contracts each year so that attainment efforts may be evaluated.

Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county, or counties, in which the work is to be done have been determined by the Director of the California Department of Industrial Relations. These wages are set forth in the General Prevailing Wage Rates for this project, available at the Contract Compliance Office at the offices of the Public Works Agency of the County of Alameda. The Federal minimum wage rates for this project as predetermined by the United States Secretary of Labor are set forth in the books issued for bidding purposes entitled "Proposal and Contract," and in copies of said book that may be examined at the offices described above where project plans, special provisions, and proposal forms may be seen. Addenda to modifY the Federal minimum wage rates, if necessary, will be issued to holders of "Proposal and Contract" books. Future effective general prevailing wage rates which have been predetermined and are on file with the California Department of Industrial Relations are referenced but not printed in the general prevailing wage rates.

Attention is directed to the Federal minimum wage rate requirements in the books entitled "Proposal and Contract." If there is a difference between the minimum wage rates predetermined by the Secretary of Labor and the general prevailing wage rates detennined by the Director of the California Department of Industrial Relations for similar classifications of labor, the Contractor and subcontractors shall pay not less than the higher wage rate. The Department will not accept lower State wage rates not specifically included in the Federal minimum wage determinations. This includes "helper" (or other classifications based on hours of experience) or any other classification not appearing in the Federal wage determinations. Where Federal wage determinations do not contain the State wage rate determination otherwise available for use by the Contractor and subcontractors, the Contractor and subcontractors shall pay not less than the Federal minimum wage rate which most closely approximates the duties of the employees in question.

The U.S. Department of Transportation (DOT) provides a toll-free "hotline" service to report bid rigging activities. Bid rigging activities can be reported Mondays through Fridays, between 8:00 a.m. and 5:00 p.m., Eastern Time, Telephone No. 1-800-424-9071. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report these activities. The "hotline" is part of the DOT's continuing effort to identifY and investigate highway construction contract fraud and abuse and is operated under the direction of the DOT Inspector General. All information will be treated confidentially and caller anonymity will be respected.

The Board of Supervisors reserves the right to reject any or all bids and any or all items of such bids.

BY ORDER OF THE BOARD OF SUPERVISORS, COUNTY OF ALAMEDA, STATE OF CALIFORNIA ON TUESDAY, JULY 10,2012

Clerk of the Board of Supervisors County of Alameda, State of California

END OF NOTICE TO BIDDERS

N-3 Federal Aid Project

Specification No. 2190

SUMMARY OF BID ITEMS

BASE BID

ITEM NO.

ITEM DESCRIPTION QUANTITY UNIT

1. WATER POLLUTION CONTROL WORK 100% L.S.

2. CONSTRUCTION SITE MANAGEMENT 100% L.S.

3. STREET SWEEPING 100% L.S.

4. TEMPORARY CONCRETE WASHOUT (PORTABLE)

100% L.S.

5. TEMPORARY DRAINAGE INLET PROTECTION

22 EA.

6. TEMPORARY SILT FENCE 55,000 L.F.

7. TRAFFIC CONTROL 100% L.S.

8. PLAN DRAWINGS 100% L.S.

9. * ASPHALT CONCRETE BASE FAILURE REPAIR

7,325 TON

10. * KEYCUT 134,000 S.F.

11. * MILLING 36,000 S.F.

12. * PAVEMENT REINFORCING FABRIC 1,944,000 S.F.

13. * ASPHALT CONCRETE (TYPE A) 24,270 TON

14. ASPHALT CONCRETE DIKE 2,780 L.F.

15. PAINTED ASPHALT CONCRETE DIKE 290 L.F.

16. * SHOULDER BACKING AGGREGATE BASE TYPE 2

1,555 TON

17. CRACK SEAL 100% L.S.

18. MINOR CONCRETE - CURB & GUTTER

15 L.F.

N-4 Federal Aid Project

Specification No. 2190

ITEM NO.

ITEM DESCRIPTION QUANTITY UNIT

19. MINOR CONCRETE - SIDEWALK 50 S.F.

20. MINOR CONCRETE - PEDESTRIAN RAMP

120 S.F.

21. PEDESTRIAN RAMP DOME PATTERN RETROFIT

3 EA.

22. REMOVAL OF TRAFFIC STRlPES, PAVEMENT MARKINGS AND PAVEMENT MARKERS

100% L.S.

23. THERMOPLASTIC TRAFFIC STRlPES 210,000 L.F.

24. THERMOPLASTIC PAVEMENT MARKINGS

4,180 S.F.

25. PAVEMENT MARKERS (REFLECTIVE AND NON-REFLECTIVE)

8,560 EA.

26. TEXTURED CROSS WALK 500 S.F.

27. DETECTOR LOOPS (TYPE A) 53 EA.

28. DETECTOR LOOPS (TYPE D) 19 EA.

29. * ADJUSTMENT OF EXISTING TRAFFIC SIGNAL JUNCTION BOXES

22 EA.

30. * ADJUSTMENT OF EXISTING MANHOLES

3 EA.

31. * ADJUSTMENT OF EXISTING SURVEY MONUMENTS

7 EA.

32. * ADJUSTMENT OF EXISTING WATER VALVES

22 EA.

33. * ADJUSTMENT OF EXISTING UTILITY VAULTS

2 EA.

34. CLEANING SITE AND MISCELLANEOUS THINGS

100% L.S.

* - CONTn\JGENT BID ITEM

ADDITIONAL BID ITEMS

ITEM NO.

ITEM DESCRIPTION QUANTITY UNIT

35. * RUBBERlZED ASPHALT CONCRETE (TYPE G)

24,270 TON

N-S Federal Aid Project

..<: Q)

> ...Q)

(I)

::::I!: c..

~ 0 0

N 0

I" ~

5 I ~

~ '" "U

a.: <:( ::::I!:

Z 0 ~ <:( ()

?0

0 Ol

~ 0 Q)

a. (f)

I "U 0:

0 "iii Q) I­

...!..c ::> 0 () ... (I)

0 w I I

I')

~ I') ~

!7 0 <:( 0

!7 0

~ :Z

L

W.O. NO. R23403 SPEC. NO. 2190

COUNTY OF ALAMEDA * PUBLIC WORKS AGENCY THE REHABILITAnON OF

MOUNTAIN HOUSE RD. GREENVILLE RD AND TESLA RD IN EAST ALAMEDA COUNTY

LOCATION MAP

DRAWN

APPROVAl. R£C.

PDC SH

Dm JAN. 2011

SCAU NTS mE ND. SH£ET NO.

1 OF 1

L-2