Loading...
HomeMy WebLinkAbout07-03-1996 CITY COUNCIL AGENDASARATOGA CITY COUNCIL EXECUTIVE SUMMARY NO. — ,'S AGENDA ITEM MEETING DATE: JULY 3, 1996 ORIGINATING DEPT.: PUBLIC WORKS CITY MGR.: DEPT. HEAD: SUBJECT: 1996 Pavement Management (Pavement Overlay) Program - Award of Construction Contract Recommended Motion(s): 1. Move to declare C. F. Archibald Paving, Inc. of Redwood City to be the lowest responsible bidder on the project. 2. Move to award a construction contract to C. F. Archibald Paving, Inc. in the amount of $704,361.75. 3. Move to authorize staff to execute change orders to the contract up to $40,000. Report Summary: Sealed bids for the 1996 Pavement Management (Pavement Overlay) Program, were opened yesterday. A total of three contractors submitted bids for the work and a summary of the bids received is attached (Attachment 1). C. F. Archibald Paving, Inc. of Redwood City submitted the lowest bid of $704,361.75 which is within 1% of the Engineer's Estimate of $711,060. Staff has carefully checked the bid along with the listed references and has determined that the bid is responsive to the Notice Inviting Sealed Bids dated June 12. It is therefore recommended that the Council declare C. F. Archibald Paving, Inc. to be the lowest responsible bidder on the project, and award the attached construction contract (Attachment 2) to this firm in the amount of their bid. Further, it is recommended that the Council authorize staff to execute change orders to the contract up to an amount of $40,000 to cover any unforeseen circumstances or quantity increases which may arise during the course of the work. Fiscal Impacts• Funding for this work is programmed in the adopted FY 96 -97 budget in Activity 31 (Street Maintenance), Account 4510 (General Contracts), and in Capital Projects 9603 (Phase 1 Citywide Bicycle Network Implementation) and 9605 (Saratoga Avenue Traffic Signal). The budget contains $700,000 for the Pavement Management Program, $21,000 for the Bicycle Network Implementation, and $145,000 for the traffic signal installation, or $866,000 total. Of the total bid, staff expects to assign the full $21,000 to the bicycle project, and roughly $70,460 to the signal project, leaving the remaining $612,902 to be charged to the PMP. The remaining PMP budget of approximately $87,000 will be used to fund various storm drain system improvements postponed to this year, and upgrading of the Cox Avenue railroad crossing. Further, staff believes that there will be sufficient funds remaining in the signal project budget to fund the electrical contract work which will be awarded on July 17. Advertising, Noticing and Public Contact: Nothing additional. Consequences of Not Acting on the Recommended Motions: C. F. Archibald Paving, Inc. will not be declared the lowest responsible bidder and a construction contract will not be awarded to that firm. The Council may make specific findings to declare another bidder to be the lowest responsible bidder, or reject all of the bids and direct staff to re -bid the entire project. However, staff does not believe that a lower bid will be obtained by re- bidding the project due to the fact that only three contractors bid the project and the low bid was so close to the Engineer's Estimate. Further, if a construction contract is not awarded at this time, the signal project will not be complete by the time schools resume session in August. Follow Up Actions: The contract will be executed and the contractor will be issued a Notice to Proceed. Work will most likely begin in mid -July and last through mid - September. Attachments: 1. Bid Summary. 2. Construction Contract. CITY OF SARATOGA BID SUMMARY: 1996 PAVEMENT MANAGEMENT PROGRAM BIDOPENINGDATE: JULY2, 1996 I I ENGINEER'S ESTIMATE I C.F. ARCHIBALD PAVING, INC. I O'GRADY PAVING, INC. I GRANITE CONSTRUCTION COMPANYI I ITEM # I ITEM DESCRIPTION I QUANTITY I UNITS II I I UNIT PRICE I I TOTAL I UNIT PRICE I I TOTAL I UNIT PRICE I I TOTAL I UNIT PRICE I I TOTAL 1 I 11. I I 1 TRAFFIC CONTROL 1 I 1 1 LS II I I I N/A 1 I $15,000.00 I I N/A 1 I $12,000.00 1 I N/A 1 I I $30,000.00 I I N/A 1 I $15,000.00 1 I 12. I I 1 CLEARING AND GRUBBING 1 I 1 1 LS II I 1 1 N/A 1 I $5,000.00 1 I N/A 1 I $17,000.00 I N/A i I S20,000.00 1 I N/A 1 I $12,860.00 1 I 13. I I 1 GRADING 1 I 3751 CY II I 1 1 $25.00 1 I I $9,375.00 1 I $25.00 1 I I $9,375.00 1 I I $27.00 1 I I $10,125.001 i I $25.00 1 i I $9,375.00 1 I 14. I I 1 SUBGRADE PREPARATION 1 I 14,000 1 SF II 1 1 $0.50 1 I I $7,000.00 ( $0.50 1 I $7,000.00 1 I $0.50 1 I $7,000.00 1 I $1.101 I I $15,400.00 1 I 15. I I 1 ROADWAY EXCAVATION 1 I I 200 1 I CY II 1 1 $40.00 1 II I I $8,000.00 1 I $25.00 1 I $5,000.00 1 I 530.00 1 I $6,000.00 1 I $25.00 1 i I $5,000.00 1 I I 16. I 1 REMOVE P.C.C. C &G (TYPE V -24) 1 475 1 LF 1 1 $5.00 1 I $2,375.00 1 $10.00 1 I $4,750.00 1 I $10.00 1 I $4,750.00 1 i $6.001 I $2,850.001 I I 17. I I 1 REMOVE P.C.C. CURB (TYPE B -3) 1 I 1,0001 LF II 1 1 $2.00 1 I $2,000.00 1 $3.00 1 $3,000.00 1 510.00 1 $10,000.00 1 S6.00 1 $6,000.001 I 18. I I I 1 REMOVE P.C.C. & A.C. WALK 1 I I I 3,900 1 I SF II I 1 1 $2.50 1 II I I $9,750.00 1 I I $2.00 1 I I $7,800.00 1 I I $3.00 1 I I $11,700.00 1 I I $1.50 1 I I $5,850.001 I 19. 1 REPAIR FAILED STREET SECTION 1 2,5251 SF 11 $5.001 $12,625.001 $2.801 $7,070.001 $4.001 $10,100.001 $4.351 $10,983.751 110. I 13-A.C. ROAD SECTION 1 I I 250 1 I TON 1 1 S40.00 1 II I $10,000.00 1 I $40.00 1 I $10,000.00 1 I $50.00 1 I $12,500.00 1 I $40.00 1 I $10,000.00 1 i 111. I 16" CLASS II BASE ROCK SECTION 1 I I 450 1 I TON 1 1 $35.00 1 II I $15,750.001 I $15.001 I $6,750.001 I $25.00 1 I $11,250.00 1 I $30.00 1 I $13,500.00 1 I 112. I 1 1'A.C. LEVELING COURSE 1 I I 900 I I TON 1 1 $45.00 1 II I $40,500.00 1 I $38.00 1 I $34,200.00 1 I $40.00 1 I $36,000.00 1 I $40.00 1 I $36,000.00 1 I 113. 1 ASPHALT CONCRETE OVERLAY 1 I 8,381 1 I TON 1 1 $35.00 1 II I $293,335.00 1 I $37.10 1 I $310,935.10 1 I $40.00 1 I $335,240.00 1 I $40.00 1 I $335,240.00 1 I I 114. I 1 P.C.C. B7 CURB 1 450 1 I LF 1 1 $12.00 1 II I $5,400.00 1 I $15.00 1 I $6,750.00 1 I $12.00 1 I $5,400.00 1 I $9.00 1 I $4,050.00 1 I I 115. I I 1 ASPHALT CONCRETE BERM 1 1501 LF 11 $7.00 1 $1,050.001 $8.001 I $1,200.00 1 I $10.00 1 I $1,500.001 I $6.001 I $900.00 1 I I 116. I I 1 DRIVEWAY CONFORMS 1 I 3 1 EA II I 1 1 $500.00 1 II I I $1,500.00 1 I $1,000.00 1 I $3,000.00 1 I $1,500.001 I $4,500.00 1 I $375.00 1 I $1,125.001 I I 117. I I I 1 ASPHALT CONCRETE PATH 1 I I I 1,2801 I SF 1 1 $4.00 1 II I $5,120.00 1 I $3.00 1 I $3,840.001 I $5.00 1 I $6,400.00 1 I $5,501 I $7,040.00 1 I 118, I 1 P.C.C. SIDEWALK 1 I I 4,220 1 I SF 1 1 $5.00 1 II I $21,100.00 1 I $6.50 1 I $27,430.00 1 I $3.75 1 I $15,825.00 1 I $5.401 I $22,788.00 1 I 119. 1 V -24 CURB & GUTTER 1 1,330 1 I LF 1 1 $15.00 1 II I $19,950.00 1 I $20.00 1 I $26,600.00 1 I $15.00 1 I $19,950.00 1 I $19.00 1 I $25,270.00 1 I I 120. I I 1 GRIND PAVEMENT 1 I 17,800 1 I SF 1 1 $0.40 1 II I $7,120.00 1 I $0.26 1 I $4,628.00 1 I $0.30 1 I $5,340.00 1 I $0.80 1 I $14,240.00 1 I I 121. I 1 GRIND PAVEMENT STRIPING 1 15,000 1 LF 1 1 $0.35 1 $5,250.00 1 $1.00 1 $15,000.00 1 $1.10 1 $16,500.00 1 $1.00 1 $15,000.00 1 I 122. I I 1 MODIFY DRAIN INLETS 1 I I 2 1 I EA II I 11 $1,500.00 1 II I I $3,000.00 1 I I $1,500.00 1 I I $3,000.00 1 I I $2,000.00 1 I I $4,000.00 1 I I 5910.00 1 I I $1,820.00 1 I I 123. I I 1 WEDGE CUT 1 I i 27,150 1 1 LF 11 $1.25 1 II I $33,937.50 1 I $0.71 1 I $19,276.50 1 I $0.85 1 I $23,077.50 1 I S1.60 1 I $43,440.00 1 I 124. I 1 P.C.C. HANDICAP RAMPS 1 I I 3 1 I EA 1 $800.00 1 II I $2,400.00 1 I $1,500.00 1 I $4,500.00 1 I $500.00 1 I $1,500.00 1 I $1,000.00 1 I $3,000.00 1 I 125. 1 PAVEMENT FABRIC 1 81,042 1 SY 1 1 $1.00 1 $81,042.00 1 50.90 1 $72,937.80 1 I $0.75 1 I $60,781.50 1 I $0.65 1 i $52,677.30 1 I I 126. I I 1 ADJUST STORM MH TO GRADE 1 I 30 1 EA II I 1 1 $250.00 1 I $7,500.00 1 I $240.00 1 $7,200.00 1 $250.00 1 I $7,500.00 1 I $425.00 I $12,750.00 1 I I 127. I I 1 ADJUST MONUMENTS TO GRADE 1 I 24 1, EA it I 11 $150.00 1 I $3,600.00 1 I $190.00 1 I $4,560.00 1 $200.00 1 $4,800.00 1 I $425.00 1 $10,200.00 1 128. 1 PAINT TRAFFIC STRIPE -S.D. #2 1 1,055 1 LF 11 $0.30 1 II I $316.50 1 $0.10 1 I $105.50 1 I $0.11 1 I $116.05 1 I $0.10 1 I $105.50 1 I I 128. I I I 1 PAINT TRAFFIC STRIPE -S.D. #12 1 I I I 8,000 1 I LF 1 1 $0.30 1 II I I $2,400.00 1 I $0.03 1 I $240.00 1 I $0.04 1 I $320.00 1 I $0.05 1 I $400.00 1 I 130. I 1 PAINTTRAFFIC STRIPE -S.D. #22 1 I I 16,405 1 I LF 11 $0.25 1 II I $4,101.251 I $0.12 1 I $1,968.60 1 I $0.11 1 I $1,804.55 1 I $0.10 1 I $1,640.50 1 I 131. I 1 PAINT TRAFFIC STRIPE -S.D. #27 1 I I 8,000 1 I LF 1 1 $0.25 1 II I $2,000.00 1 I $0.05 1 I $400.00 1 I $0.06 1 I $480.00 1 I $0.05 1 I $400.00 1 I OF SARATOGA BID SUMMARY: 1996 PAVEMENT MANAGEMENT PROGRAM BID OPENING DATE: JULY 2, 1996 139. 1 11 PAINT "SCHOOL" 1 I 140. 1 1-1 PAINT "25" 1 I ENGINEER'S ESTIMATE I C.F. ARCHIBALD PAVING, INC. I O'GRADY PAVING, INC. I GRANITE CONSTRUCTION COMPAM I ITEM # I ITEM DESCRIPTION I QUANTITY I UNITS it I I UNIT PRICE I I TOTAL I UNIT PRICE I I TOTAL I I UNIT PRICE I I I TOTAL I UNIT PRICE I I I TOTAL 1 I i 132. I I 1 PAINT TRAFFIC STRIPE-S.D. #27B 1 I 32,3701 LF II I 11 $0.251 I $8,092.501 I $0.051 $1,618.501 $0.061 I $1,942.201 $0.051 $1,618.501 I I 133. I I 1 PAINT TRAFFIC STRIPE -S.D. #27C 1 I 2501 LF II I 11 $0.251 I 562.50 1 I $0.05 1 I I S12.50 1 I I $0.061 I I $15.00 1 I I $0.051 I $12.50 1 I I 134. I I 1 PAINT TRAFFIC STRIPE-S.D. #38 1 I 1,3251 LF II 11 $0.351 I I $463.751 $0.101 $132.501 I $0.111 $145.751 $0.101 I $132.501 I I 135. I I 1 PAINY TRAFFIC STRIPE -S.D. #39 1 I 29,500 1 LF II 1 1 $0.351 I I $10,325.00 1 I S0.09 1 $2,655.00 1 I $0.091 I $2,655.00 1 $0.101 $2,950.00 1 I I 136. I 1 I PAINT STOP BARS 1 I 121 EA II 1 1 $25.00 I 1 I $300.00 1 I $44.00 1 I $528.001 I I $45.00 1 I $540.00 1 I $45.00 1 I $540.00 1 I I 137. I 1 I PAINT CROSSWALKS 1 I 141 EA II 11 $225.00 I 1 I $3,150.00 1 I $175.00 1 $2,450.00 1 I I $190.00 1 I I $2,660.00 1 $175.00 1 I $2,450.00 1 I I 138. I 1 I PAINT 'STOP' 1 I 141 EA II 11 $50.00 I 1 I $700.00 1 I $49.00 1 $686,001 $50.00 1 I $700.00 1 $50.00 1 $700.00 1 139. 1 11 PAINT "SCHOOL" 1 I 140. 1 1-1 PAINT "25" 1 I 141. 1PAINT I I "XING" 1 I 142. 1 1-1 PAINT "BIKE LANE" 1 I 143. 1 1-1 PAINT "ONLY" 1 I 144. 1 PAINT ARROWS 1 145. 1 11 PAINT 'PED" 1 I 146. 1 1-1 PAINT 'CLEAR' 1 I 147. 1 1-1 PAINT "KEEP" 1 148. 11 1PAINT "SLOW" 1 I 149. 1-1 1 PAINT RxR 1 I 150. 1-1 1 PAINT PARKING STALLS 1 I 151. I TTYPE A PAVEMENT MARKERS 1 I I 152. 1-1 1 TYPE D PAVEMENT MARKERS 1 I 153. 1-1 1 TYPE G PAVEMENT MARKERS 1 I 154. 1-1 1 BLUE PAVEMENT MARKERS i I 155. I 1 INSTALL RG1- 1.1SIGNS 1 I I 156. 11 1 INSTALL BIKE LANE SIGNS 1 I 157. 1-1 1 P.C.C. BUS STOP 1 I 158A. 1-1 I ADJUST SANITARY MH TO GRADE 1 I 159A. 1-1 I ADJUST TELEPHONE MHTO GRAN I 1 60A. I ADJUST WATER VALVES TO GRADE 1 I II II EA 11 I I I I $340.001 $441.001 I I I $70.001 I $350.001 $60.001 $450.001 $300.001 $68.001 $55.001 $70.001 $350.001 51 EA 11 -1-1 21 EA 11 $40.001 I I $80.00 1 I $28.001 $56.001 I I $27.001 I $54.00 1 I $25.001 I $50.001 -1-1 121 EA 11 $50.001 I I $600.001 I $48.001 $576.001 I I $50.001 I $600.001 I $50.001 I $600.001 -1-1 681 EA 11 $50.001 I I $3,400.001 I $25.001 $1,700.001 I I $26.001 I $1,768.00 1 I $25.001 I $1,700.001 I II EA 11 $50.001 I I I $441.001 I i I I EA 11 $450.001 $49.001 $68.001 $55.001 $495.001 $50.001 91 $50.001 I 31 1 1 II EA 11 II I $50.001 1 I $1,550.001 1 I $32.001 1 $992.001 I 1 I $33.001 1 I $1,023.001 1 I $30.001 1 4i4bU.uu $930.00 51 EA 11 $50.001 $250.001 $40.001 $200.001 $45.001 $225.001 $40.001 $200.001 -1-1 21 EA 11 I I $50.001 -1-1 $100.001 $68.001 I $136.001 I $75.001 I $150.001 I $70.001 1 $140.001 -1-1 21 EA 11 t I $50.001 -1-1 $100.001 $48.001 I $96.001 I $52.001 I $104.001 I $50.001 1 $100.001 I 61 II EA 11 I $50.001 I $300.001 I $48.001 I $288.001 I $52.001 I $312.00 1 I $50.001 I $300.001 I 21 II EA 11 I $250.001 I $500.001 I $340.001 I $680.001 I $350.001 I $700.001 I $325.001 I $650.001 I 421 II EA 11 I $50.001 I $2,100.001 I $6.001 I $252.001 I $6.001 I $252.001 I .$5.001 I $210.001 I 111 1 II EA 11 I $4.001 I $444.001 I $2.751 I $305.251 I $3.001 I $333.001 I $2.501 I I $277.501 I I 1,7731 II EA 11 I $4.001 I $7,092.001 I $3.901 I $6,914.701 I $4.001 I $7,092.001 $3.501 $6,205.501 -1-1 2621 EA I 11 $4.001 $1,048.001 I I $3.901 I $1,021.801 I $4.001 I $1,048.001 I $3.501 I $917.001 11 I 1 EA II I 11 $5.001 $55.001 I I $6.001 $66.001 I I $6.001 I $66.00 1 I $5.001 I $55.001 I -1-1 21 EA I 11 $100.001 $200.001 I I $239.001 $478.001 I I $250.001 I $500.001 I $230.001 $460.001 -1-1 501 EA I I II $100.001 II I $5,000.001 I I $236.001 I I $11,800.001 I I $250.001 I I I $12,500.001 I I $230.001 I I $11,500.001 I 6001 SF I 11 $8.001 II I S4,800.001 $15.001 I I $9,000.001 $9.001 I I $5,400.001 I $10.001 I $6,000.001 I 551 EA 11 $250.001 I $13,750.001 $240.001 $500.001 $13,200.001 $500.001 $250.001 I I $500.001 $13,750.001 -1-1 $500.001 $300.001 $300.001 $16,500.001 1 $300.001 -1-11 1 1 EA -1-1 11 $250.001 $250.001 _I II 1 541 EA 11 $150.001 $8,100.00 _I 1I 1 $180.001 $9,720.00 TOTAL I I I $711,060.00 1 1 $704,361.75 11-1-1-1 -1-1-1-1 $200.001 $10,800.001 $300.001 $16,200.001 -1-1-1-1 $751,139.55 $767,403.55 1 I CITY OF SARATOGA SANTA CLARA COUNTY, CALIFORNIA CONTRACT FOR PUBLIC WORKS CONSTRUCTION 1996 PAVEMENT MANAGEMENT PROGRAM THIS CONTRACT, made this 3rd day of July, 1996, by and between the City of Saratoga, a Municipal Corporation, in Santa Clara County, California, hereinafter called the City, and C.F. Archibald Paving, Inc. hereinafter called the Contractor. WITNESSETH: WHEREAS, the City has caused to be prepared in the manner prescribed by law, plans, specifications and other contract documents, for the work herein described and shown and has approved and adopted these contract documents, specifications and plans and has caused to be published in the manner and for the time required by law, a Notice Inviting Sealed Bids for doing the work in accordance with the terms of this Contract, and WHEREAS, the Contractor in response to said Notice has submitted to the City a sealed bid proposal accompanied by a bid guaranty in an amount not less than ten percent (100) of the amount bid for the construction of all of the proposed work in accordance with the terms of this Contract, and WHEREAS, the City, in the manner prescribed by law, has publicly opened, examined and canvassed the bids submitted and as a result has determined and declared the Contractor to be the lowest responsible bidder and has duly awarded to the Contractor a contract for all of the work and for the sum or sums named in the .bid proposal and in this Contract. NOW, THEREFORE, THE PARTIES AGREE AS FOLLOWS: ARTICLE I. WORK TO BE DONE: That the Contractor shall provide all necessary labor, machinery, tools, apparatus and other means of construction; shall furnish all materials, superintendence and overhead expenses of whatever nature necessary to construct all of the improvements for the City of Saratoga in conformity with the plans, specifications and other contract documents and according to such instructions as may be given by the Saratoga Director of Public Works or his authorized agent. 20 ,. ARTICLE II. CONTRACT PRICES Except as provided in Section IV B of the Specifications ( "Changes and Extra Work "), the City shall pay the Contractor according to the prices stated in the bid proposal submitted by the Contractor, which shall include all applicable taxes, for complete performance of the work. The Contractor hereby agrees to accept such payment as full compensation for all materials and appliances necessary to complete the work; for all loss or damage arising from the work or from action of the elements, or from any unforeseen obstruction or difficulties which may be encountered in the prosecution of the work; incurred in and in consequence of the suspension or discontinuance of the work; as hereby specified; for all liabili- ties and other insurance; for all fees or royalties or other ex- penses on account of any patent or patents; for all overhead and other expenses incident to the work and expected profits; and for well and faithfully performing and completing the work within the time frame specified in the Notice to Proceed, all according to the contract plans and specifications, the details and instructions, and the requirements of the City. ARTICLE III. PARTS OF THE CONTRACT: That the complete contract document consists of the following: 1. Notice Inviting Sealed Bids 6. Performance Bond 2. Bid Proposal 7. Labor and Material Bond 3. Bidder's Bond or Bid Guaranty 8. Plans 4. Contract for Public Works 9. Specifications Construction 10. Insurance Certificates 5. Hold Harmless Clause 11. Prevailing Wage Rate In case of any conflict between this Contract and any other part of the contract, this Contract shall be binding. IN WITNESS WHEREOF, the City has caused its corporate name to be hereunto subscribed and its corporate seal to be hereunto affixed by its City Manager and its City Clerk thereunto duly authorized and the Contractor has executed these presents the day and year hereinabove written. 21 AWARDED BY CITY COUNCIL: Date : July 3, 1996 ATTEST: City Cler CITY OF SARATOGA: CONTRACTOR: The foregoing Contract is By approved as to form this day of Title 19 License No. City Attorney "Funds verified G e Finance Office 22 Tax ID or SSN Date ." Contract No. SARATOGA CITY COUNCIL EXECUTIVE SUMMARY NO. AGENDA ITEM ' MEETING DATE: JULY 3, 1996 CITY MGR. e.�iGCISr� ORIGINATING DEPT.: PUBLIC WORKS DEPT. HEAD: i. SUBJECT: 1996 Pavement Management Program - Award of Construction Contract Sealed bids for the 1996 Pavement Management Program will be opened on Tuesday, July 2. Staff will canvass the bids, determine the lowest responsible bidder and prepare a report recommending award of a construction contract for a specified amount later that day. The report will be presented to the Council for action at your meeting. The adopted FY 96 -97 budget contains $700,000 in Activity 31 (Street Maintenance), Account 4510 (Contract Services) for this work. In addition, the bid document includes items related to the Saratoga Ave. Traffic Signal (Capital Project No. 9605), and the entire Phase 1 Bicycle Network Plan Implementation (Capital Project No. 9603). These were packaged into the larger PMP bid to obtain the best possible prices due to larger bid quantities. A copy of the Notice Inviting Sealed Bids which itemizes all of the bid quantities is attached. More detailed information about the project, including the plans and specifications, is available in the Engineering office for anyone who would like to review same prior to next week's meeting. If you have any questions about the bid or this year's program, please call me at extension 241. -. -CITY OF SARATOGA SANTA CLERA COUNTY, CALIFORNIA NOTICE INVITING SEALED BIDS FOR 1996 PAVE- MENT MANAGEMENT PROGRAM NOTICE IS HEREBY GIVEN that sealed bids will be re- ceived by the Director of Public Works of the City of Saratoga, California, on or before TUESDAY, JULY 2, 1996, at the hour of 10:00 A.M., in his office at 13777 Fruitvale Avenue, Saratoga, California, 95070, for the following work and Improvements in and for the City, at which time they will be publicly opened and read: Bids are required for the entire work described herein. SASE BID Item Estimated l(Q, Item Description LSL uanhty 1. TRAFFIC CONTROL LS 1 2 CLEARING & GRUBBING LS 1 (INCLUDES REMOVAL OF S OAKTREE AND 1 TREE STUMP) 3. GRADING CY 250 4. ROADWAY EXCAVATION CY 100 5. REMOVE P.C.C. CURB LF '500 & GUTTER 6. REMOVE P.C.0 B3 CURB LF 900 7. REMOVE P.C.C. SF 500 & A.C. WALK 8. REPAIR FAILED STREET SF 2,525 SECTION 9. 3" ASPHALT CONCRETE TON 200 ROAD SECTION 10 6" CLASS 11 BASE ROCK TON 200 SECTION 11.1" ASPHALT CONCRETE TON 900 . LEVELING COURSE 12. ASPHALT CONCRETE OVERLAY TON 10,416 13. P.C.C. B3 CURB LF 400 14. ASPHALT CONCRETE BERM LF 150 15. DRIVE WAY CONFORMS EA 2 16. V -24 CURB & GUTTER LF 450 17. P.C.C. SIDEWALK SF 2100 18. GRIND PAVEMENT SF 17,600 19. GRIND PAVEMENT STRIPING SF 15,000 20. WEDGE CUT LF 39,495 21. PAVEMENT FABRIC SY 103,534 22 ADJUST STORM EA 41 MANHOLES TO GRADE 23. ADJUST MONUMENTS EA 24 TO GRADE 24. PAINT TRAFFIC STRIPE LF 3,670 STATE DETAIL NO. 1 25. PAINT TRAFFIC STRIPE LF 7,360. STATE DETAIL NO. 2 26. PAINT TRAFFIC STRIPE LF 8,000 STATE DETAIL NO. 12 27. PAINT TRAFFIC STRIPE LF 16,735 STATE DETAIL NO. 22 28. PAINT TRAFFIC STRIPE LF 2,560 STATE DETAIL NO. 24 29. PAINT TRAFFIC STRIPE LF 8,000 STATE DETAIL NO. 27 30. PAINT TRAFFIC STRIPE LF 26,250 STATE DETAILNO. 27B 31. PAINT TRAFFIC STRIPE LF 250 STATE DETAILNO. 27C 32. PAINT TRAFFIC STRIPE LF 1,985 STATE DETAIL NO. 38 33. PAINT TRAFFIC STRIPE LF 32,260 STATE DETAIL NO. 39 34. PAINT STOP BARS EA '.12 35. PAINT CROSSWALKS EA 21' 36. PAINT "STOP" EA 15 37. PAINT "SCHOOL" EA 5 38. PAINT '25" EA 2 39. PAINT 'XING" EA 17 40. PAINT "BIKE LANE' . EA 68 41. PAINT "ONLY" EA 16 42. PAINT ARROWS EA 46 43. PAINT "PED" "a EA 10 44. PAINT 'CLEAR" EA 2 45. PAINT 'KEEP' EA 2 46. PAINT "SLOW" EA 6 47. PAINT RxR EA 2 48. PAINT PARKING STALLS EA '42 49. TYPE A PAVEMENT MARKERS EA 115 50. TYPE D PAVEMENT MARKERS EA 1,798 51: TYPE G PAVEMENT MARKERS EA 262 52. BLUE PAVEMENT MARKERS EA 10 53. INSTALL RGi -1.1 SIGNS EA 2 54. INSTALL BIKE LANE SIGNS EA 50 ADDITIVE ALTERNATE BID ITEMS: 55A. ADJUST SANITARY EA 71 MANHOLES TO GRADE 56A. ADJUST TELEPHONE EA 3 MANHOLES TO GRADE 57A. ADJUST WATER VALVES EA 54 TO GRADE - . . 58A. ADJUST GAS VALVES EA 2 TO GRADE Each bid must be accompanied by a cashier's check, cer. tified check, or Bidder's Bond executed by a corporate surety authorized to engage in such business in the State of California, payable to the City of Saratoga, in an amount not less than ten percent (10%) of the amount of the Base Bid. The successful bidder will be required to furnish a Performance Bond In an amount equal to one-hundred percent (100%) of the contract price, and a Labor and Material Bond in an amount equal to one-hundred percent ( 100%) of the contract price. Said bonds shall also be ex- ecuted by a corporate surety authorized to'engage in such business in the State of California and be made payable to the City of Saratoga. Plans, Specifications and Bidding Documents may be obtained free of charge at the office of the Director of Public Works, City Hall, 13777 Fruttvale Avenue, Saratoga, California, 95070, or by calling (408) 867 -3438. The sealed bids must be addressed to the City of Saratoga and must be submitted in a single sealed en- velope endorsed: 1996 PAVEMENT MANAGEMENT PROGRAM If the successful bidder fails, neglects, or refuses for ten (10) calendar days after the award of the contract to enter into the cerrtract to perform the work, the cashier's check, certi• tied check, or Bidder's Bond acoompanying the bid and the amaat therein named,shall be declared forfeited to the City and shall be collected by it and paid into Its general fund. After the bids have been opened, no bidder will be allowed to withdraw his bid without forfeiting the bid guaranty, unless permitted to do so by the Director of Public Works. The City Council reserves the right to reject arty or all bids, waive any breqularities in bids and its determination as to which bid is the lowest responsible bid and is for the best interest of the City shall be final. The City Council shall have thirty (30) calendar days from and after the opening of the bids within which to make its determination. The Contractor re calving the award of the contract shall begin work within FIF TEEN (15) calendar days after receipt of the Notice to Proceed and shall diligently prosecute the same to sample• tion within FORTY4WE (45) wot" days. At the time the Contractor's bid proposal is submhmed. the Contractor shall possess a valid Class A California Contractor's License or combination of pass C Licenses suitable for the project The Contractor shall also possess a valid City of Saratoga Business License at the time the contract is awarded. The City of Saratoga, hereby ratifies all bidders that it will of firmatively insure thatthe contracx entered into pursuant to this advertisement will be awarded to the lowest responsible bidder without discrimination on the pnwnds of race, color, stational onion, sex religion, age or disability. Prevailing Rate of wages: In accordance with the provisions of the Califomia Labor Code, the City Council hereby determines that the gem eral prevailing per diem rate of wages in the City of Saratoga, for laborers and for each craft or type of w6rker and me- chanic employed in the execution of the contract is the Union Wage Scale established for Santa Clara County, which wage scale as of the execution date of the contract is incor- porated herein as if fully set forth. Overtime shall be not less than one and one-half (1 -1/2) times the established rates. Sundays and holidays shall be not less than two (2) times the established rates. In payment of labor. the Contractor shall comply with the provisions of Labor Code Sections 1770 to 1781 inclusive (Article 2, Chapter 1, Part 7, Division 2), and ary acts amendatory thereto. For any moneys earned by the Contractor and withheld by the City to ensure the performance of the contract, the Contractor may, at the Contractor's request and expense, substitute securities equivalent to the amount withheld in the form and manner and subject to the conditions provided in Article 8, (core mencing with Section 10263), Chapter 1, Part 2. Division 2 of the Public Contract Code of the State of California. Dated: June 12, 1996 Larry I. Perlin Director of Public Works SARATOGA CITY COUNCIL EXECUTIVE SUMMARY NO. 3 1 4 AGENDA ITEM 7A MEETING DATE: July 3, 1996 CITY MGR. AiN4&V4 ORIGINATING DEPT. Recreation SUBJECT: Reopening of the Warner Hutton House After School Program and Continuing "The Boneyard" Recommended Motion(s): Direct staff to: 1) Reopen the Warner Hutton House after school program in September 1996, and continue to fund "The Boneyard" for high school students; or 2) Continue as is, utilizing the House for meetings, classes, rentals, and some Youth Commission activities. Report Summary: On May 7, 1996, the City Council had a joint meeting with the Youth Commission. At that time, the Commission requested that the Warner Hutton House after school program for middle schoolers be reinstated, at no cost to the participants, for the fall of 1996. Staff has been asked to provide to the Council the level of operation and costs associated with reopening the House in September. If the program is funded, the Warner Hutton House after school program would be open 15 hours per week for 36 weeks per year. The days of operation would follow the Saratoga Union School District calendar. Two staff members should always be on duty when the house is open for middle schoolers. Also, the Youth Commission would like to continue to provide "The Boneyard" on Saturday nights for high school students. This program would need two to three staff members an additional five to six hours per week. Other teen programs already in the approved budget are six middle school dances, three Togapaloozas, five to seven trips, the Music Fest during Celebrate Saratoga, and staff support to the Youth Commission and their committees. It is recommended that if the Council decides to reopen the Warner Hutton House for the afterschool program and continue "The Boneyard", that a Recreation Program Coordinator be hired on a part time temporary basis. This person would work 18 to 24 hours per week, but not exceed 999 hours per year, thereby keeping the costs down by not having to pay health coverage and other benefits. The Program Coordinator position is currently an approved classification within the City, and has been previously filled on a full time permanent basis. The cost for this person would be $14,000 per year. In the current budget, there is $8,600 for teen program assistance that can be applied toward the Recreation Program Coordinator's yearly salary. The actual additional cost to the City would be $5,400. Other program costs would be $8,500 for recreation leader's salaries, $1,000 for games and equipment, and $2,000 for supplies. If the city were to stock our own vending machines, additional money would be needed to purchase candy and soft drinks. The Finance Department might be able to set this up with a revolving fund. Additional food could be purchased from the profits without having to budget an amount for the monthly purchases. The total cost to fund the reopening of the Warner Hutton House for after school activity in the fall and continuing "The Boneyard ", would be an increase in the Youth Services 1996 -97 budget of $16,900. It also needs to be pointed out that reopening the House to an ongoing teen program will reduce the amount of revenue generated by renting the inside of the facility. From April through August this year $3,500 has been generated from private groups and individuals utilizing the Warner Hutton House for weddings and receptions. It is felt that outside private rental use on weekends will continue, but heavy daily teen usage of the House will deter inside private rentals. Weekday fee based classes and meetings are compatible uses, and will continue to be held if the afternoon teen program is reinstated. Some late afternoon classes currently being held will have to be relocated. The Youth Commission has several ideas about how to offset the cost of these teen programs. They are currently compiling a list of fundraising ideas that they feel are achievable. One idea is an annual appeal asking community members and parents to make tax deductible contributions to the Youth Commission /City to fund teen programs. Other ideas include a golf tournament, applying for a Rotary Club grant, buying a brick to line the walkway to the House, and selling candy and soda. It is hard to know exactly what will work best, and how much money can be raised, but it is felt that a realistic goal of at least 500, $8,450, of the increase can be achieved. Fiscal Impacts: If the Council decides to reopen the Warner Hutton House for an after school program and continue "The Boneyard ", there will be an increase in the Youth Services 1996 -97 budget of $16,900. This could be offset by a successful fundraising effort. Advertising, Noticing and Public Contact: All Youth Commission members have been notified. Follow Up Actions: If approved, hire a part time temporary Recreation Program Coordinator and other staff, establish a quality daily teen program, purchase equipment and supplies, advertise the reopening of the after school program, and begin a fundraising campaign. EXECUTIVE SUMMARY NO, SARATOGA CITY COUNCIL �,I� AGENDA IT MEETING DATE: JULY 3, 1996 CITY MGR. ORIGINATING DEPT.: PUBLIC WORKS DEPT. HEA SUBJECT: Resolution prohibiting parking on portions of Saratoga -Los Gatos Road Move to adopt the Motor Vehicle Resolution prohibiting parking on portions of Saratoga -Los Gatos Road. The attached Resolution, if adopted, would institute parking restrictions at two locations along Saratoga -Los Gatos Road (State Route 9). Parking would be restricted both on and off the road during the hours of 9:00 a.m. - 3:00 p.m. between the two Horseshoe Drives, and between Farwell Ave. and Three Oaks Way (see attached map). The intent of the parking restrictions is to discourage owners of vehicles from utilizing the State highway (also a designated scenic highway) as a location to park their vehicles when they are for sale. The impetus behind the Resolution stems from a recent increase in the number of vehicles for sale which have been observed parked in the two locations covered by the Resolution. Although the road is a State Highway, Caltrans policy in these instances is to respect the local jurisdiction's desires and to approve such restrictions when supported by an official action of the local governing body. Adoption of the Resolution constitutes such an official action. There would be no direct cost to the City as a result of adopting the Resolution. Caltrans will install the necessary signs. There is a potential for a small increase in parking citation revenue. Nothing additional, The Resolution would not be adopted and the parking restrictions would not be implemented. In this case, no signs would be installed which some may perceive as the lesser of two evils. A certified copy of the Resolution along with a request to install the signs would be sent to Caltrans. 1. Motor Vehicle Resolution. 2. Location map. 1 SARATOGA CITY COUNCIL EXECUTIVE SUMMARY NO. c AGENDA ITEM MEETING DATE: July 3, 1996 CITY MGR. ORIGINATING DEPT.: FINANCE SUBJECT: 1996/97 BUDGET AMENDMENT Recommended Motion(s): Approve resolution amending the Fiscal Year 1996/97 Budget. Report Summary: Attached is a resolution amending the 1996/97 Budget for donations received and expenditures anticipated with the 4th of July Celebration. The resolution amends both the revenue and appropriations budget by $4,800. Also included with the resolution are a Budget Resolution Supporting Worksheet and Resolutions Approved Schedule for your consideration. A supporting memorandum from the City Manager is attached. Fiscal Impacts: Overall revenues increase by $4,800. Overall expenditures increase by $4,800. As indicated above, the appropriation will be paid from a like amount of additional revenues. Accordingly, there is no impact to the General Fund balance as a result of implementing this action. Specific changes, by Fund, are as follows: Fund Revenues Expenditures Transfers 01- General Fund $4,800.00 $4,800.00 $0.00 The unaudited fund balances as of 5131196 were: 01- General Fund $3,440,050 Follow Up Actions: None. Consequences of Not Acting on the Recommended Motions: Unbudgeted expenditures incurred relative to the July 4th Celebration would be charged against existing budgetary authority. Attachments c: \execsumm \exsm0703.96 1 'i From: Harry Peacock (HARRY) To: Filt Date: Wednesday, June 26, 1996 8:59 am Subject: Budget Adjustment for 4th of July We will be preparing POs and invoices for payment to cover the costs of the 4th of July celebration. As near as I can tell we should be getting enough money in donations to cover the entire cost. Checks received to date or expected are as follows Michael Fox $1,500 Comerica Bank 500 Cali Investments 200 Realty World 200 Alain Pinel 200 Contempo Realty 200 Green Valley 300 Guadalupe Landfill 700 South Bay Cable 500 PG &E 500 Total $4,800 Since the event will take place on July 4th, most of the expenses will occur in FY 96 -97. POs are being booked to Community Events, 6064. We need to prepare a budget adjustment for the July 3rd meeting which will add this expense and also account for the revenue. I understand that the money already received has been booked to Refundable Deposits. If so it should be transferred to Refunds and Reimbursements in the General Fund. Please prepare an appropriations resolution in the amount of $4,800. Any questions, give me a call.