Loading...
HomeMy WebLinkAboutAgenda Report - May 18, 2011 C-06AGENDA ITEM CITY OF LODI . ' COUNCIL COMMUNICATION AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Contract for 2011 Extruded Thermoplastic Traffic Stripes, Various City Streets, with Centerline Striping Company, Inc., of Elk Grove ($27,965) MEETING DATE: May 18, 2011 PREPARED BY: Public Works Director RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute contract for 2011 extruded thermoplastic traffic stripes, various City streets, with Centerline Striping Company, Inc., of Elk Grove, in the amount of $27,965. BACKGROUND INFORMATION: This projectwill apply extruded thermoplastic product on approximately 10 percent of all lane line marked City streets. Extruded thermoplastic material has proven to be a superior product to sprayed thermoplastic. Although extruded thermoplastic costs approximately 12 percent more than sprayed thermoplastic, it is expected to last 67 percent longer (five years vs. three years). Plans and specifications for this project were approved on April 6, 2011. The City received the following two bids for this project on April 27, 2011. Bidder Location Bid Engineer's Estimate $ 30,000 Centerline Striping Company, Inc. Elk Grove $ 27,965 Chrisp Company Fremont $ 29,563 FISCAL IMPACT: The annual cost for traffic stripes will decrease by 33 percent using the longer -life product. FUNDING AVAILABLE: Measure K (325035): $27,965 ordan Ayers j - Deputy City Manager/Internal Services Director J/" J". I --/. t, F. Wally ndelin Public orks Director Prepared by Curt Juran, Streets and Drainage Superintendent FWS/CJ/pmf cc: Deputy Public Works Director— Utilities Streets and Drainage Superintendent APPROVED: Bartlam, City Manager KAWMCOUNCIU2011 WwardThermoplasticStriping.doc 5/2/2011 EXTRUDED THERMOPLASTIC TRAFFIC STRIPES, VARIOUS CITY STREETS, 2011 CONTRACT THIS CONTRACT, made by and between the CITY OF LODI, State of California, herein referred to as "City" and CENTERLINE STRIPING COMPANY, INC. herein called "Contractor." WITNESSETH: That the parties hereto have mutually covenanted and agreed, and by these presents do covenant and agree with each other, as follows: The complete contract consists of the following documents, on file in the Public Works Department, which are incorporated herein by this reference, to -wit: Notice Inviting Bids Informationto Bidders General Provisions Special Provisions Bid Proposal Contract Contract Bonds The May 2006 Edition Standard Specifications, State of California Business, Transportation, and Housing Agency, Department of Transportation All of the above documents, sometimes hereinafter referred to as the "Contract Documents," are intended to cooperate so that any work called for in one and not mentioned in the other is to be executed the same as if mentioned in all said documents. ARTICLE I That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the City and underthe condition expressed in the two bonds bearing even date with these presents and hereunto annexed, the Contractor agrees with the City, at contractor's cost and expense, to do all the work and furnish all the materials except such as are mentioned in the specifications to be furnished by the City, necessary to construct and complete in a good workmanlike and substantial manner and to the satisfaction of the City the proposed improvements as shown and described in the Contract Documents which are hereby made a part of the Contract. ARTICLE II The City hereby promises and agrees with the Contractor to employ, and does hereby employ, the contractor to provide all materials and services not supplied by the City and to do the work according to the terms and conditions for the price herein, and hereby contracts to pay the same as set forth in Section 5.600, "Measurement, Acceptance and Payment," of the General Provisions, in the manner and upon the conditions above set forth; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. ARTICLE III The Contractor agrees to conform to the provisions of Chapter 1, Part 7, Division 2 of the Labor Code. The Contractor and any Subcontractor will pay the general prevailing wage rate and other employer payments for health and welfare, pension, vacation, travel time, and subsistence pay, apprenticeship or other training programs. The responsibility for compliancewith these Labor Code requirements is on the prime contractor. KAWMCOUNCIU201 1\LaneLineContract.doc 1 04/28/2011 ARTICLE IV And the Contractor agrees to receive and accept the following prices as full compensation for furnishing all materials and for doing all the work contemplated and embraced in this agreement; also for all loss or damage arising out of the nature of the work aforesaid or from the action of the elements, or from any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the work until it's acceptance by the City, and for all risks of every description connected with the work; also for all expenses incurred by or in consequence of the suspension or discontinuance of work; and for well and faithfully completing the work, and the whole thereof, in the manner and according to the Contract Documents and the requirements of the Engineer underthem, to -wit: Perform the work necessary to install 10.33 miles of extruded thermoplastic traffic stripes (traffic lines) on various City streets and other incidental and related work, all as shown on the specifications for EXTRUDED THERMOPLASTIC TRAFFIC STRIPES, VARIOUS CITY STREETS, 2011. ITEM Ka DESCRIPTION 1 4" Broken White 2 4" Broken Yellow 3 Double Yellow 4 8" Solid White 5 4" Solid White 6 Continuous Left 7 6" White Skip 8 6" White Solid TOTAL BID BID ITEMS EST'D QTY. UNIT UNIT PRICE TOTAL PRICE 9,850 LF $ 0.25 $ 2,462.50 3,190 LF $ 0.25 $ 797.50 9,220 LF $ 1,575 LF $ 0.70 $ 6,454.00 0.50 $ 787.50 550 LF $ 0.30 $ 165.00 14,950 LF $ 0.75 $ 11,212.50 1,285 LF $ 0.40 $ 514.00 13,930 LF $ 0.40 $ 5,572.00 $ 27,965.00 KAWMCOUNCIL\201 1\LaneLineContract.doc 2 04/28/2011 ARTICLE V By my signature hereunder, as Contractor, I certify that I am aware of the provisions of Section 3700 of the Labor Code, which requires every employer to be insured against liability for Workers' Compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. ARTICLE VI It is further expressly agreed by and between the parties hereto that, should there be any conflict between the terms of this instrument and the Bid Proposal of the Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said proposal conflicting herewith. ARTICLE VII The City is to furnish the necessary rights-of-way and easements and to establish lines and grades for the work as specified under the Special Provisions. All labor or materials not mentioned specifically as being done by the City will be supplied by the contractor to accomplish the work as outlined in the specifications. ARTICLE VIII The Contractor agrees to commence work pursuant to this contract within 15 calendar days after the City Manager has executed the contract and to diligently prosecute to completion within 10 WORKING DAYS. K:\WP\COUNCIL\2011 \LaneLineContract.doc 3 05/02/2011 WHEN SIGNING THIS CONTRACT, THE CONTRACTOR AGREES THAT THE TIME OF COMPLETION FOR THIS CONTRACT IS REASONABLE AND THE CONTRACTOR AGREES TO PAY THE CITY LIQUIDATED DAMAGESAS SET FORTH 3N SECTION 6-04.03 OF THE SPECIAL PROVISIONS. CONTRACTOR AGREES THAT THIS AMOUNT MAY BE DEDUCTED FROM THE AMOUNT DUE THE CONTRACTOR UNDER THE CONTRACT. 3N WITNESS WHEREOF, the parties to these presents have hereunto set their hands the year and date first written below. CONTRACTOR Authorized Signature Title TYPE OF ORGANIZATION Individual, Partnership or Corporation Address CITY OF LODI a Municipal corporation Konradt Bartlam City Manager Attest: Randi Johl City Clerk Ap roved as to Form,,, "-�bb-r City Attorney Dated: T 1 Telephone T 1 FAX 2011 KAWMCOUNCIL\201 1\LaneLineContract.doc 4 04/28/2011 RESOLUTION NO. 2011-70 A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE CITY MANAGER TO EXECUTE CONTRACT FOR 2011 EXTRUDED THERMOPLASTIC TRAFFIC STRIPES, VARIOUS CITY STREETS WHEREAS, in answer to notice duly published in accordance with law and the order of this City Council, sealed bids were received and publicly opened on April 27, 2011, at 11:00 a.m., for the 2011 Extruded Thermoplastic Traffic Stripes, Various City Streets, described in the specifications therefore approved by the City Council on April 6, 2011; and WHEREAS, said bids have been checked and tabulated and a report thereof filed with the City Manager as follows: Bidder Bid Centerline Striping Company, Inc. $27,965 Chrisp Company $29,563 WHEREAS, staff recommends awarding the contract for the 2011 Thermoplastic Traffic Stripes, Various City Streets, to the low bidder, Centerline Striping Company, Inc., of Elk Grove, California, in the amount of $27,965. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby authorize the City Manager to execute the contract for the 2011 Thermoplastic Traffic Stripes, Various City Streets, with the low bidder, Centerline Striping Company, Inc., of Elk Grove, California, in the amount of $27,965. Dated: May 18, 2011 hereby certify that Resolution No. 2011-70 was passed and adopted by the City Council of the City of Lodi in a regular meeting held May 18, 2011, by the following vote: AYES: COUNCIL MEMBERS — Hansen, Katzakian, Nakanishi, and Mayor Johnson NOES: COUNCIL MEMBERS— None ABSENT: COUNCIL MEMBERS— Mounce ABSTAIN: COUNCIL MEMBERS— None 2011-70 ZD- RANDIJOHL City Clerk