Community Development Department Engineering Division
HENDERSON/CAMERON AREA STREET IMPROVEMENTS Project #: 2014-07 Bid Date: January 21, 2015 1. 2. 3. 4. 5.
Notice Inviting Bids Bid Schedule Addendums Plan Holders List Bid Summary
NOTICE INVITING SEALED BIDS
HENDERSON/CAMERON AREA STREET IMPROVEMENTS PROJECT NO. 2014-07 IN THE CITY OF BARSTOW, CALIFORNIA PUBLIC NOTICE IS HEREBY GIVEN that the City of Barstow as AGENCY, invites sealed bids for the above stated project and will receive such bids in the office of the City Clerk, 220 E. Mountain View St., Suite A, Barstow, California 92311, up to the hour of 2:00 p.m., on the 21th day of January , 2014. The bids will be publicly opened and read at 2:00 p.m. on the 21st day of January, 2015, in the office of the City Clerk of the City of Barstow, 220 E. Mountain View St., Suite A, Barstow, California 92311. The Engineers Estimate for this project is $ 6,224,238.00 The project consists of demolition of: existing asphalt removal, pulverize AC pavement, micro-mill/edge mill asphalt, AC berm, concrete curb & gutter, drive approaches, ramps, spandrels, sidewalks, concrete drainage structures, AC milling, trees, and fence. Construction of: asphalt overly, asphalt pavement, pulverize AC base, grading, excavation, curb, curb & gutter, residential drive approaches, commercial drive approaches, ADA ramps, truncated domes, sidewalk, spandrels, concrete pavement, street light conduits, striping and signage, erosion control and SWPPP installation and maintenance. The project is located on the following streets Henderson Area: East Williams St., East Fredericks St., Buena Vista St., Flora St., Mountain View St., Linda Ln., Nancy St., Avenue A, Avenue B, Avenue C, Avenue E, Avenue F, Avenue G, Avenue H, May Ave., First Ave., Second Ave., Portales Ct., Silver Ln., Highland Ave., West Grace St., East Grace St., May Ln., Baldwin Ln., Mt. Vernon Ln., Coyote Ln., Alta Vista Ln., Faith Ln., Antelope Ln., Mt Vernon Ave., Santa Fe Dr., Bradshaw Dr. and parking lot north of Henderson Elementary School. Cameron Area: East Williams St., East Fredericks St., Adele Dr., East Buena Vista St., Pioneer St., Wilshire Pl., South Sixth Ave., South Seventh Ave., Collins Ct., Dolph Ct., Powell Ct., Melissa Ave., Mary Anne Ave., Maxine Ave., Lance Dr., Kelly Dr., Carson St., East Navajo St., Elizabeth St., East Virginia Way, Ann St., Las Amigas Dr., Bassett Dr., Roberta Ct., Roberta St., Lillian Dr., Kathleen Dr., Muriel Dr., Kay Ct., Gen Ct., South Yucca Ave., Stevens Ave., Patricia St., Coolwater Lane, Eastgate Rd., State St., Cal Ave., Centennial Park Parking Lot, and East Main at USMCLB, in the City of Barstow, California, 92311. A Mandatory Job Walk will be held on Wednesday, January 7, 2015 at 10:00am at 220 E. Mountain View St., Suite A, in the City of Barstow, California, 92311. Copies of the plans, specifications, and contract documents are available from the City of Barstow, at 220 E. Mountain View St., Suite A, Barstow, California 92311upon payment of a $25.00 non-refundable fee if picked up, or payment of a $35.00 non-refundable fee if mailed. In accordance with the provisions of California Public Contract Code § 3300, and Business and Professions Code § 7028.15(e), the City has determined that the contractor shall possess a valid C class A – Engineering Contractor’s license at the time that the contract is awarded. Failure to possess the specified license shall render the bid as nonresponsive and shall act as a bar to award of the contract to any bidder not possessing said license at the time of the award. CONTRACTORS ARE REQUIRED BY LAW TO BE LICENSED AND REGULATED BY THE CONTRACTORS’ STATE LICENSE BOARD. ANY QUESTIONS CONCERNING A CONTRACTOR MAY BE REFERRED TO THE REGISTRAR, CONTRACTORS’ STATE LICENSE BOARD, at P.O. BOX 2600 SACRAMENTO, CA 95826. At the time the contract is awarded, the contractor shall be properly licensed in accordance with the laws of this state. The first payment for work or material shall not be made unless and until the Registrar of Contractors verifies to the City that the records of the Contractors’ State License Board indicate that the contractor was properly licensed at the time the contract was awarded. Any bidder or contractor not so licensed shall be subject to
APPROVED FOR USE 2/19/2014 114082.4
all legal penalties imposed by law including, but not limited to, any appropriate disciplinary action by the Contractors’ State Board. Failure of the bidder to obtain proper and adequate licensing for an award of a contract shall constitute a failure to execute the contract and shall result in the forfeiture of the security of the bidder. (Public Contract Code § 20103.5) Bids must be prepared on the approved bid forms in conformance with INSTRUCTION TO BIDDERS and submitted in the envelopes provided, sealed, and plainly marked on the outside: “SEALED BID FOR HENDERSON/CAMERON AREA STREET IMPROVEMENTS PROJECT NO. 2014-07 DO NOT OPEN WITH REGULAR MAIL” The bid must be accompanied by a bid guarantee in the amount of 10% of the total bid by 2:00 p.m. on January 21, 2015. More specifically, pursuant to Public Contract Code §§ 20170 and 20171, all bids for the project shall be presented, under sealed cover and shall be accompanied by one of the following forms of bidder’s security in the amount of ten percent (10%) of the bid: (a) cash; (b) a cashier’s check made payable to the City of Barstow; (c) a certified check made payable to the City of Barstow; or (d) a bidder’s bond executed by an admitted surety insurer, made payable to the City of Barstow. Such security shall be forfeited should the successful bidder to whom the contract is awarded fails to timely execute the contract and deliver the necessary bonds and insurance certificates as specified in the contract documents. To the extent applicable, at any time during the term of the Agreement for the proposed project, the successful bidder may, at its own expense, substitute securities equivalent to the amount withheld as retention (or the retained percentage) in accordance with Public Contract Code § 22300. Pursuant to California Civil Code § 3247, a payment bond is required to be submitted for all projects estimated in excess of $25,000.00
The City has determined that the proposed project is a public works subject to the provisions of Labor Code § 1720 thereby requiring the Contractor to pay the prevailing wage rates for all work performed under the Contract. The City reserves the right to reject any and all bids.
If you have any questions, please contact James Merrell at Merrell Johnson Companies (760) 240-8000. By order of the City Council of the City of Barstow, California.
APPROVED FOR USE 2/19/2014 114082.4
Plan Holders
CITY OF BARSTOW 220 E MOUNTAIN VIEW ST BARSTOW CA 92311
Project # 2014-07 Company Name:
TEL::(760) 255-5156 FAX::(760) 256-1750
Henderson / Cameron Area Street Improvements
Address:
Region:
Phone
Fax:
Sully Miller
17540 Turner Rd
Victorville, CA 92392
(760) 241-3384
(760) 243-8056
Skanska/ USA
1995 Agua Mansa Road
Riverside, CA 92509
(951) 684-5360
(951) 788-2449
ALL AMERICAN ASPHALT
400 E. SIXTH STREET
CORONA, CA 92879
(951) 736-7600
(951) 739-4671
CLS Constructors
21935 Van Buren
Grand Terrace, CA 92313
(909) 424-0003
Matich Corporation 1596 Harry Sheppard Blvd.
San Bernardino, CA 92508
(909) 382-7400
(909) 382-0113
Griffith Co
12200 BLOOMFIELD AVE.
SANTA FE SPRINGS, CA 90670
(562) 929-1128
(562) 864-8970
Hardy and Harper
1314 E Warner
Santa Ana, Ca 92705
(714) 444-1851
Vance Corporation
2271 N. Locust Ave.
Rialto, CA 92377
(909) 355-4333
Pave-Tech Inc
2231 LaMiranda Dr
Vista, CA 92081
(760) 727-8100
Powell Constructors, Inc.
8555 Banana Ave.
Fontana, CA 92335
(909) 356-8880
Number of Plan Holders 10
Date:
(909) 355-4339
1/7/2015
o Exhibit A
RE: City of Barstow Project #2014-07 Title: Henderson/Cameron Area Street Improvements Addendum #1 Date: January 16, 2015 Dear Bidders: The attached information and clarifications constitutes Addendum #1 for the City of Barstow Project #2014-07: Henderson/Cameron Area Street Improvements · ·
·
See attached page 2 of Barstow City Standard Plan #110. In section #7-10.1 Traffic and Access of the Standard Specifications replace the following paragraph “All traffic control on this project shall be implemented by a Prime Contractor or Sub-Contractor who possess a C-31Contractors License, with the on-site supervisor having an ATSSA Certification in Work Zone Traffic Control approved by the City Engineer” with the following paragraph “All traffic control on this project shall be implemented by a Prime Contractor or Sub-Contractor who possess a C-31Contractors License, or with the on-site supervisor having an ATSSA Certification in Work Zone Traffic Control approved by the City Engineer.” Standard Specification Section 8 “Facilities for Agency Personnel” has been removed from the project requirements. The Contractor is obligated by state law to provide hand washing and toilet facilities for all construction personnel and city staff who work on the project site.
· ·
Bid item #42 must remain as asphalt grindings the contractor may not use pulverized material. Item #12 on the BASE BID SCHEDULE “Adjust Electrical Vault” quantity has changed to 0. See new REVISED BASE BID SCHEDULE attached. Item #11 “Adjust Telephone Vault” will not change.
·
Item #9 has been added to the REVISED ALTERNATE BID SCHEDULE “8-48 REMOVE 2.5” PULVERIZED AC PAVEMENT - SF – 953,242” Class II base is required below concrete curb and gutter and concrete sidewalk per plan details. Where plans show removing concrete “A” curb and replacing it with concrete curb and gutter, the
· ·
contractor must maintain the curb and gutter flow line at the correct elevation and adjust the top of the curb face to match the existing concrete sidewalk adjacent to the curb and gutter. In other words the curb face may/will vary in height. The contractor must exercise extreme care in
ENGINEERING | SURVEYING | TESTING | INSPECTION 22221 US Highway 18 Apple Valley, CA 92307 t) 760-240-8000 f) 760-240-1400 w) www.merrelljohnson.com
·
·
removing the existing concrete curb so as not to damage the existing sidewalk and other structures. The following wording will be added to the REVISED BASE BID SCHEDULE, Item #46 PULVERIZED AC PAVEMENT 10”, “All work required by this item will not be performed with one mobilization of the asphalt pulverizing equipment. Refer to revised Special Provisions – Item 700-13 Order of Work” The following paragraphs have been added to Special Provisions, 700-13 “Order of Work”:
All work in the public right of way is required to be performed in the follow sequence: tie out all survey monuments, traffic control, protect in place all existing utilities, pulverize existing asphalt pavement, rough grade pulverized material, remove excess pulverized material to approved location, fine grade pavement sub grade, adjust utilities apparatus, pave street, street striping, removal of traffic control, and clean up. The duration of work from pulverization to final AC pavement is three (3) weeks for a given length of street. The contractor will be required to get approval from the City Engineer for the length of street removed at one given time. This project will be monitored closely by the Inspector of Record and City Engineer for adherence to this requirement. The concrete work may be constructed in a separate sequence but this concrete work must be completed before the given length of street is paved. All driveways and paths of travel for pedestrians must be maintained at all times per the “Pedestrian and Vehicle Access” requirement in Standard Specification 7-10 “Public Convenience and Safety”. “No Exceptions” will be made for the above sequencing of the work as pertaining to this project. · · ·
The striping plans have minor changes, please review, and bid accordingly (see attached plans) (changes in clouds). Minor changes in plans (see plans attached) (changes in clouds). In Revised Base Bid Item #8-43 “ELECTRICAL CONDUIT STREET LIGHT (SCE)” SCE requires the electrical conduits from electrical transformer to pull boxes and from pull box to pull box be 3” schedule 80 PVC conduit. The electrical conduit from pull box to street light base is SCE requires a 1 ½” schedule 80 PVC conduit. The contractor is to bid this item per these requirements.
·
In Revised Bid Schedule Item #8-06 “SEWER MANHOLE FRAME & LOCKING LID STD 205 – ADJUST TO GRADE” The contractor is to provide and install a new locking manhole lid
·
Pamrex of equal and adjust to finish grade. Vibrator compactors cannot be used on this project because of the existing condition of the water
·
utilities. Other means will have to be utilized in obtaining the required subgrade compaction. An Acknowledgement sheet is attached to this addendum for bidders to certify that they have
·
received and read addendum #1 for this project. This sheet must be attached to the official bid. Addendum #1 has to be acknowledged on the sheet attached.
·
Please see the attached revised bid forms. If the Revised Bid Forms are not used in the bid, the bid will become non-responsive.
Addendum #1 Review Certification
City of Barstow - Project 2014-07 Henderson/Cameron Area Street Improvements
Company Name
Representative's Name
By initialing below, we certify that we have received and reviewed the project specifications and related project addendum # 1 for this project.
Project Specifications:
Addendum # 1:
REVISED BASE BID SCHEDULE (Continued) HENDERSON/CAMERON AREA STREET IMPROVEMENTS PROJECT NO. 2014-07 IN THE CITY OF BARSTOW, CALIFORNIA
Henderson/Cameron Area Street Improvement – 2014-07 Item
Spec. Sec. #
1
8-01
2
8-02
AC PAVEMENT 2” – (1/2”) OVERLAY
3
8-03
AC PAVEMENT 2.5”- (¾”)
4
8-04
8” CONCRETE CURB & GUTTER
LF
10,697
5
8-05
CONCRETE SIDEWALK - 4”
SF
3,760
6
8-06
Description
Unit Quantity
CONSTRUCT PULVERIZED MISC. BASE SF 7.5” SF
652,661 757,481
SF 1,493,260
SEWER MANHOLE FRAME & LOCKING EA LID STD 205 - ADJUST TO GRADE
215
7
8-07
ADJUST: WATER VALVE COVER, GAS VALVE, WATER METER BOX, SEWER CLEAN OUT,
8
8-08
COMMERCIAL DRIVEWAY STD. PLAN 110 TYPE 1 CASE B
SF
2,877
9
8-09
CONCRETE PAVEMENT 6”
SF
4,100
10
8-10
ADA CURB RAMP - CASE B - TYPE 2
EA
32
11
8-11
ADJUST TELEPHONE MANHOLE COVER
EA
9
12
8-12
ADJUST ELECTRICAL VAULT
EA
0
13
8-13
ADJUST STORM DRAIN MAN HOLE
EA
3
14
8-14
LOOP DETECTORS STD. ES-5B TYPE E
EA
6
LS
1
Unit Price
Total Price
15
8-15
LOCAL DEPRESSION – STD. 313-3 CASE C
EA
3
16
8-16
CONCRETE SPANDREL 6’
EA
35
17
8-17
TRUNCATED DOMES AT ADA RAMP
EA
6
18
8-18
CROSS GUTTER STD. 122-2
LF
2,104
19
8-19
CURB & GUTTER 6” STD. 120 (A2-6)
LF
16,612
20
8-20
MOUNTABLE AC CURB 6” STD. 121 (D2-6)
LF
1,111
21
8-21
CURB 6” STD 120 (A2-6)
LF
53
22
8-22
LOCAL DEPRESSION – STD. 313-3 CASE A
EA
1
23
8-23
LOCAL DEPRESSION – SIM. TO STD. 313-3 - CASE C – MOD.
EA
2
24
8-24
CROSS GUTTER 6’ AT “T” INTERSECTION STD. 122-2
LF
39
25
8-25
LONGITUDINAL GUTTER 4’ STD. 122-2
SF
2,691
26
8-26
27
8-27
LOCAL DEPRESSION – STD. 313-3 CASE B – MOD.
EA
1
28
8-28
ADJUST ELECTRICAL MAN HOLE
EA
3
29
8-29
ADA CURB RAMP – STD. 111-5 CASE D EA - TYPE 2 – MOD.
1
30
8-30
LONGITUDINAL GUTTER 12’
SF
684
31
8-31
CONCRETE CURB & GUTTER 6”-11” STD. 120 (A2-6)
LF
56
CONSTRUCT PULVERIZED MISC. BASE SF 5.5”
757,481
32
8-32
CONCRETE SPANDREL 12’
EA
19
33
8-33
RESIDENTIAL DRIVE APPROACH STD. 110 - TYPE 1 - CASE A
SF
1,026
34
8-34
COMMERCIAL DRIVEWAY STD. PLAN 110 - TYPE 2 - CASE B
SF
300
35
8-35
LONGITUDINAL GUTTER 20’
SF
2,474
36
8-36
37
8-37
SIDEWALK OVER CATCH BASIN STD. 301-3 - MOD.
SF
63
38
8-38
CONCRETE CURB OVER STORM DRAIN INLET
LF
32
39
8-39
ADA CURB RAMP – STD. 111-5 CASE A EA – TYPE 1 – MOD.
1
40
8-40
CONCRETE SPANDREL EXTEND
SF
45
41
8-41
CHAIN LINK FENCE 4’
LF
153
42
8-42
AC GRINDINGS 4”
SF
52,180
43
8-43
ELECTRICAL CONDUIT STREET LIGHT (SCE)
LF
2,553
44
8-44
45
8-45
EXPORT
46
8-46
PULVERIZE AC PAVEMENT 10”
SF 1,410,142
47
8-47
REMOVE 4.5” PULVERIZED AC PAVEMENT
SF
757,481
48
8-48
REMOVE 2.5” PULVERIZED AC PAVEMENT
SF
652,661
ADA CURB RAMP – STD. 111-5 CASE A EA – TYPE 3 – MOD.
ELECTRICAL PULL BOX STREET LIGHT EA (SCE) CY
2
16 2000
49
8-49
SAWCUT AC PAVING
LF
6,401
50
8-50
SAWCUT CONCRETE
LF
4,010
51
8-51
REMOVE CONCRETE CURB & GUTTER LF
8,227
52
8-52
REMOVE CONCRETE SPANDREL
SF
54
53
8-53
REMOVE CONCRETE SIDEWALK
SF
3,560
54
8-54
REMOVE SEWER MANHOLE RING, LID, EA AND CONCRETE
215
55
8-55
PROTECT IN PLACE: WATER VALVE, GAS VALVE, SURVEY MONUMENTS, GRATES, SEWER CLEAN OUT, TELEPHONE MH, MONITORING WELL, WATER METER, FIRE HYDRANT, LS STORM DRAIN MH, ELECRTICAL VAULT, GUARD RAIL, ELECTRICAL MH, POWER POLE, LIGHT POLE, PIPE BOLLARDS
1
56
8-56
REMOVE DRIVEWAY
SF
3,939
57
8-57
REMOVE CONCRETE RAMP
EA
31
58
8-58
RELOCATE EXISTING SIGN
EA
2
59
8-59
EDGE MILL 8’ WIDE 1” TO 3/8” & MICROMILL STREET
SF
17,891
60
8-60
REMOVE CURB
LF
19,078
61
8-61
REMOVE AC BERM
LF
420
62
8-62
REMOVE CROSS GUTTER
SF
9,639
63
8-63
REMOVE AC PAVEMENT
SF
5,539
64
8-64
REMOVE CONCRETE CURB INLET
LF
32
65
8-65
REMOVE TREE
EA
4
66
8-66
REMOVE AC PAVEMENT FROM GUTTER
LF
195
67
8-67
STREET STRIPING
LS
1
68
8-68
STREET SIGNAGE
LS
1
69
8-69
STAGING / TRAFFIC CONTROL / TRAFFIC CONTROL PLANS
LS
1
70
8-70
PUBLIC NOTIFICATION
LS
1
71
8-71
MOBILIZATION
LS
1
72
8-72
PEDESTRIAN AND VEHICLE ACCESS
LS
1
73
8-73
SWPPP IMPLEMENTATION
LS
1
74
8-74
CASH ALLOWANCE
LS
1
75
8-75
DAILY DELAY DAMAGE
EA. DAY
1
300,000.00
300,000.00
The Contractor shall be responsible for calculating and providing unit prices for the schedule. The proposal schedule shall include all costs for services, labor, materials, equipment, and installation associated in completing the work in place per the Specifications and details.
Base Bid Schedule Total:
$
Base Bid Schedule Total (in words): (Company Name of Bidder)
(Date)
The City reserves the right to award based upon the Base Bid plus Additive Alternate, or the Base Bid only. The contract will be awarded to the lowest responsible bidder based on the City selection of Base Bid plus Additive Alternate or the Base Bid only.
REVISED ALTERNATE BID SCHEDULE (Continued) HENDERSON/CAMERON AREA STREET IMPROVEMENTS PROJECT NO. 2014-07 IN THE CITY OF BARSTOW, CALIFORNIA
Henderson/Cameron Street Improvement – 2014-07 Alternate #1 - will include the pulverization, pulverized misc. base removal, misc. base preparation for pavement, milling and pavement for the following streets: West Grace St., East Grace St., May Ln., Baldwin Ln., Mt. Vernon Ln., Coyote Ln., Alta Vista Ln., Faith Ln., Antelope Ln., East Williams St., East Fredericks St., Adele Dr., East Buena Vista St., Pioneer St., Wilshire Pl., South Sixth Ave., Collins Ct., Dolph Ct., Powell Ct., Melissa Ave., Melissa Ct., Mary Anne Ave., Maxine Ave., Lance Dr., East Virginia Way from Lillian to Roberta St., Roberta St., Lillian Dr., Kathleen Dr., Muriel Dr., South Yucca Ave., Stevens Ave., Patricia St., Coolwater Lane, Eastgate Rd., State St., and Cal Ave., in the City of Barstow, California, 92311. Item
Spec. Sec. #
Description
Unit Quantity
1
8-46
PULVERIZE AC PAVEMENT 10”
SF 1,410,050
2
8-01
CONSTRUCT PULVERIZED MISC. BASE 7.5”
3
8-03
AC PAVEMENT 2.5”- (3/4”)
4
8-26
CONSTRUCT PULVERIZED MISC. BASE 5.5”
SF
456,808
5
8-47
REMOVE 4.5” PULVERIZED AC PAVEMENT
SF
456,808
6
8-02
AC PAVEMENT 2” – (1/2”)
SF
456,808
7
8-59
EDGE MILL 8’ WIDE 1” TO 3/8” & MICROMILL STREET
SF
54,448
8
8-45
EXPORT
CY
1000
SF
953,242
SF 1,538,497
Unit Price
Total Price
9
8-48
REMOVE 2.5” PULVERIZED AC PAVEMENT
SF
953,242
The Contractor shall be responsible for calculating and providing unit prices for the schedule. The proposal schedule shall include all costs for services, labor, materials, equipment, and installation associated in completing the work in place per the Specifications and details.
Alternate No. 1 - Bid Schedule Total:
$
Alternate No. 1 - Bid Schedule Total (in words): (Company Name of Bidder)
(Date)
The City reserves the right to award based upon the Base Bid plus Additive Alternate, or the Base Bid only. The contract will be awarded to the lowest responsible bidder based on the City selection of Base Bid plus Additive Alternate or the Base Bid only.
MCLB ENTRANCE
HENDERSON AREA
CAMERON AREA
Bid Document Evaluation and Results City of Barstow #2014-07 Henderson/Cameron Area Street Improvement NonColl/Work Comp.
Addendum #1
List of Subcont.
Proposal
Bid Schedule
Bid Bond
Bid Information
Vance Corporation
Y
Y
Y
Y
Y/N
Y
Sully-Miller Contracting Company
Y
Y
Y
Y
Y/Y
Skanska USA Civil
Y
Y
Y
Y
Matich Corporation
Y
Y
Y
Hardy & Harper Inc.
Y
Y
Y
Prime Contractor
Base Bid Amount
Alternate Bid Amount
Total Bid Amount
Y
$5,446,421.91
$2,844,741.60
$8,291,163.51
Y
Y
$5,790,000.00
$2,967,432.13
$8,757,432.13
Y/N
Y
Y
$6,101,088.55
$2,193,911.45
$8,295,000.00
Y
N/N
Y
Y
$6,486,412.46
$2,835,248.70
$9,321,661.16
Y
N/N
Y
Y
$10,111,000.00
$5,086,019.03
$15,197,019.03
Engineers Estimate Base Bid LEGEND Y=Yes and N=No Prepard by Merrell Johnson Companies
$6,224,238.00
Low Bid