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