Loading...
Resolution 38-23RECORD OF RESOLUTIONS GOVERNMENT FORMS & SUPPLIES 844-224-3338 FORM NO. 30045 38-23 Resolution No. Passed , 20 ACCEPTING THE LOWEST AND BEST BID FOR THE PAVEMENT PREVENTATIVE MAINTENANCE PROGRAM FOR 2023 (23-006-CIP) WHEREAS, formal advertising and competitive bidding procedures have been conducted, pursuant to Section 8.04 of the Revised Dublin Charter and Chapter 37 of the Dublin Code, for the Pavement Preventative Maintenance Program 2023, 23-006-CIP; and WHEREAS, Council has determined that the bid submitted by Strawser Paving Company, Inc. on April 19, 2023 constitutes the lowest and best bid. NOW, THEREFORE, BE IT RESOLVED by the Council of the City of Dublin, Delaware, Franklin and Union Counties, State of Ohio, 5 of the elected members concurring, that: Section 1. The bid submitted by Strawser Paving Company, Inc. in the total amount of $144,328.00 is hereby accepted. Section 2. The City Manager is hereby authorized to enter into contracts with Strawser Paving Company, Inc. for performance and completion of the Pavement Preventative Maintenance Program 2023, 23-006-CIP pursuant to the Advertisement, Proposal and Contract Documents for said work on file in the office of the City Engineer. Section 3. This Council further hereby authorizes and directs the City Manager, the Director of Law, the Director of Finance, the Clerk of Council, or other appropriate officers of the City to prepare and sign all other agreements and instruments and to take any other actions as may be necessary to implement this Resolution and complete the work for this Program. Section 4. This Resolution shall take effect upon passage in accordance with Section 4.04(a) of the Revised Dublin Charter. Passed this 8" day f May, 2023. Kau Vice Mayor - Presiding’ Officer Clef of Coyncil o To: Members of Dublin City Council From: Megan D. O’Callaghan, P.E., City Manager Date: May 2, 2023 Initiated By: Robert E. Ranc, Jr., Deputy City Manager Paul A. Hammersmith, P.E., Director of Engineering/City Engineer Brian D. Gable, P.E., Deputy Director of Engineering – Design & Construction Jared Groves, P.E., Civil Engineer II Re: Resolution 38-23 – Accepting the Lowest and Best Bid for the Pavement Preventative Maintenance Program 2023, 23-006-CIP Summary On April 19, 2023, two (2) bids were received for the 2023 Pavement Preventative Maintenance Program (Program), 23-006-CIP which provides partial depth asphalt pavement spot repairs to several City streets. Please see the location map below for the general repair locations. Details regarding the locations of the planned repairs can be viewed electronically at this link: https://arcg.is/1evWq80. The budgeted funds for the 2023 Program in the 2023-2027 Capital Improvements Program (CIP) are $150,000. The Engineer’s estimate for this Program is $146,000.00. Strawser Paving Company, Inc. submitted the lowest and best bid of $144,328.00. Staff has reviewed all bids, and a summary of the bids received is listed below. Bidder Bid as Read Bid as Read Corrected Bid Over (+) or Under (-) Engineer’s Estimate Strawser Paving Company, Inc. $144,328.00 -1.15% Decker Construction Company $148,620.14 +1.79% The work for this Program is expected to begin in June and be completed by October 20, 2023. The following communication methods will be used to relay construction information with residents throughout the duration of this project: • Advisory signs are placed in advance of construction to notify users of upcoming construction work and lane closures. • The City of Dublin road improvement updates webpage provides current construction schedule information (www.dublinohiousa.gov/construction). • The City of Dublin social media channels are used to communicate timely updates. The City will have a designated engineering project inspector assigned to this Program who will provide project coordination, be available to answer any questions, and manage access needs throughout the performance of the work. Office of the City Manager 5555 Perimeter Drive • Dublin, OH 43017-1090 Phone: 614.410.4400 • Fax: 614.410.4490 Memo Resolution 38-23 – Accepting the Lowest and Best Bid for the Pavement Preventative Maintenance Program 2023, 23-006-CIP May 2, 2023 Page 2 of 3 Recommendation Staff has thoroughly reviewed the bid submitted by Strawser Paving Company, Inc. and determined it to be a complete and acceptable cost to perform the specified work for this Program. Previous experience with Strawser Paving Company, Inc. has been favorable, including these recent projects: 2022 Street Maintenance Program – Phase 1; 2021 Street Maintenance Program – Phase 1 and 2; and 2020 Street Maintenance Program – Phase 1. Staff is confident Strawser Paving Company, Inc. will perform well on the 2023 Program. Staff recommends Council approve Resolution 38-23 accepting as lowest and best the bid of Strawser Paving Company, Inc. in the amount of $144,328.00 and authorizing the City Manager to enter into a contract with Strawser Paving Company, Inc. for this Program. Resolution 38-23 – Accepting the Lowest and Best Bid for the Pavement Preventative Maintenance Program 2023, 23-006-CIP May 2, 2023 Page 3 of 3 Location Map 2023 Pavement Repair Program 23-006-CIP Scope of Work: o The requirements of the City of Dublin, together with the City of Columbus Construction and Material Specifications (CMSC) 2018 edition, the State of Ohio, Department of Transportation Construction and Material Specifications (ODOTCMS) 2019 edition and any supplements thereto (hereafter referred to as standard specifications), shall govern all construction items unless otherwise noted. Item numbers marked with an asterisk (*) reference ODOTCMS, all other items reference CMSC. o All traffic control devices shall be furnished, installed, and maintained in accordance with the Ohio Manual of Uniform Traffic Control Devices, current edition. All necessary traffic control devices must be on site, erected, and maintained prior to beginning any phase of the work. Work zones and flagging operations shall be per Columbus Standard Drawing 1550. The costs for erection, maintenance and removal of all devices shall be included in the lump sum bid price for Item 614 – Maintaining Traffic. o Repair pavement in the specified locations per ODOTCMS Item 251. The Contractor shall remove and dispose of 3” of the existing asphalt pavement at locations directed by the Engineer. All faces bordering the repair area shall be vertical. The surface shall be milled and/or saw cut in order to insure clean vertical faces. Before placing asphalt concrete, clean all vertical faces and sub-surface of pavement and coat vertical surfaces with asphalt material according to ODOTCMS 401.14. Apply 407.02 material to thoroughly coat the exposed horizontal surface and to fill cracks and joint openings. Place 1.75” of Item 441 Asphalt Concrete Intermediate Course, Type 2 (448), Item 407 Non-Tracking Tack Coat and 1.25” Item 441 Asphalt Concrete Surface Course, Type 1, (448), PG64-22. Crack seal around all placed asphalt repair areas. All pavement repairs must be completed and filled back to grade on the same day the mill/saw cut is performed. The unit price for this item shall include all labor equipment and materials for the work including saw cutting, excavating, tack coating the existing surface, asphalt placement, sealing the edges upon completion, all traffic control devices, and other incidentals. Work is to be paid per square yard (SY) of pavement repair. o The City is responsible to mark all repair areas. o The locations can be seen on the following City web map: https://arcg.is/1evWq80 o Pavement markings disturbed by the pavement repair work shall be replaced in kind. o Completion date for this project is October 20th, 2022. 2023 PAVEMENT REPAIR PROGRAM 23-006-CIP Repair Locations WorkOrderId Street Comments Area (SF) Area (SY) 208470 Shier Rings Rd 23x66 1518 168.67 208600 Cosgray Rd 3x452 1356 150.67 208441 Shier Rings Rd 14x82 1148 127.56 208436 Shier Rings Rd 20x55 1100 12.22 208603 Cosgray Rd 3x278 834 92.67 208473 Cosgray Rd 20x34 680 75.56 208553 Eiterman Rd 3x160 480 53.33 208554 Eiterman Rd 3x137 411 45.67 208604 Cosgray Rd 3x116 348 38.67 208597 Cosgray Rd 3x110 330 36.67 206500 Metro Pl N 12x27 324 36 207779 Frantz Rd 12x120 1440 160 208639 Brand Rd 13x25 325 36.11 208602 Cosgray Rd 3x58 174 19.33 208601 Cosgray Rd 3x95 285 31.67 208521 Emerald Pkwy 3x32 96 10.67 208481 Shier Rings Rd 33x3 99 11 208609 Eiterman Rd 3x30 90 10 208479 Shier Rings Rd 4x13 52 5.78 208610 Eiterman Rd 2x15 30 3.33 208598 Cosgray Rd 3x6 18 2 208599 Cosgray Rd 3x6 18 2 208605 Cosgray Rd 3x5 15 1.67 208557 Eiterman Rd 5x5 25 2.78 208555 Eiterman Rd 5x5 25 2.78 209828 Eiterman Rd 5x5 25 2.78 Total = 11246 1139.59 Contingency (10%) = Bid Total = 113.96 1253.55 Ref No.Item No.Description Quantity Units Fixed Item List Title Alternate Optional 1 253*PARTIAL DEPTH PAVEMENT REPAIR (441), AS PER PLAN (3")1254 SY Pavement 2 644*EDGE LINE, 4"0.25 MILE Traffic Control 3 644*LANE LINE, 4"0.25 MILE Traffic Control 4 644*CENTER LINE 0.35 MILE Traffic Control 5 614 LAW ENFORCEMENT OFFICER WITH PATROL CAR 10 HR Maintenance of Traffic 6 614 MAINTAINING TRAFFIC 1 LS Incidentals 7 624 MOBILIZATION 1 LS Incidentals 2023 PAVEMENT REPAIR PROGRAM