HomeMy WebLinkAboutAgenda Report - May 16, 2012 C-06AGENDA ITEMCO'6
CITY OF LODI
,. COUNCIL COMMUNICATION
Im
AGENDA TITLE: Adopt Resolution Authorizing City Managerto Execute Contract for 2012 Alley
Reconstruction Project, with Biondi Paving, Inc., of Sacramento ($128,550.50)
MEETING DATE: May 16, 2012
PREPARED BY: PublicWorks Director
RECOMMENDED ACTION: Adopt resolution authorizing City Managerto execute contract for
2012 alley reconstruction projectwith Biondi Paving, Inc., of
Sacramento, in the amount of $128,550.50.
BACKGROUND INFORMATION: This project consists of the reconstruction of the alley north of
Pine Street, from Stockton Street to Washington Street, and the
alley north of Flora Street, from Garfield Street to Cherokee Lane,
with 427 tons of asphalt concrete and the installation of 915 lineal feet of pervious concrete alley gutter.
The locations of the alleys to be reconstructed are provided in ExhibitA.
These alleys were selected based on field review of the eastside alleys. The site survey conducted by
Engineering staff indicatesthese alleys have the most severe drainage and pot hole problems. The City
will be using Community Development Block Grant (CDBG) funds to reconstructthe alleys with new
asphalt concrete pavement and pervious concrete alley gutter. The pervious concrete gutter was used in
previous alley reconstruction projects and has proven to enhance storm water drainage.
Plans and specifications for this projectwere approved on April 4, 2012. The City received the following
four bids for this project on April 25, 2012.
Bidder
Engineer's Estimate
Biondi Paving, Inc.
A. M. Stephens Construction
All Phase Construction
George Reed Construction
" Corrected Total
Location
Bid
$
144,513.50
Sacramento
$
128,550.50
Lodi
$
131, 370.00
Roseville
$
146,119.90*
Modesto
$
181,000.00
FISCAL IMPACT: The project will reduce maintenance costs in the reconstructed alleys.
FUNDING AVAILABLE: This projectwill be funded by 2010/11 and 2011/12 Community
Development ck Gran (CDGB) funds.
Jo rs
Deputy City Manager/Internal Services Director
—rJ
F. Wally Sandelin
Public Works Director
Prepared by Lyman Chang, Senior Civil Engineer
FWS/LC/pmf
Attachment
cc: Neighborhood Services Manager Senior Civil Engineer Chang Deputy PublicWorks Director—Utilities
APPROVED: i n i.-
Konradt Bartlam, City Manager
K:\WP\PROJECTS\STREETS\2012AIIeyReconstruction\CAward.doc 4/30/2012
�I
Hale Park
I
=NlPiL--j
O io
Q� C
Z d
:c V
3 Joe rna Charte Shoot
LoAv.
Elm St.
y
V
d
E
R
0
Pine St.
1,
Lodi Adult Schoo
Oak St.
Walnut St.
Eden St.
St.
Legend
N
Alley to be EXHIBIT A
Reconstructed 2012 Alley Reconstruction W E
Location Map S
1 in = 400 ft
Path: K:\DESIGN\ProjectsX2012 Alley Improvements\2012AIleyLocMap.mxd
--
Hilburn St.
m
Alle NlFlora
L
O
c Flora St.
�
c
eritage School (Pri
ary)
y
Eden St.
St.
Legend
N
Alley to be EXHIBIT A
Reconstructed 2012 Alley Reconstruction W E
Location Map S
1 in = 400 ft
Path: K:\DESIGN\ProjectsX2012 Alley Improvements\2012AIleyLocMap.mxd
2012 ALLLEY RECONSTRUCTION PROJECT
Alley North cf Pine Street, Stockton to Washington Street CONTRACT
Allev North of Flora Street, Garfield to Cherokee Lane
CITY OF LODI, CALIFORNIA
THIS CONTRACT made by and between the CITY OF LODI, State of California, herein
referred to as the "City," and BIONDI PAVING, INC., herein referred to as the "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 which are incorporated herein by
this reference, to -wit:
Notice Inviting Bids
Informationto Bidders
General Provisions
Special Provisions
Bid Proposal
Contract
Contract Bonds
Plans
The July 1992 Edition,
Standard Specifications,
State of California,
Business and Transportation Agency,
Department of Transportation
All cf 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 under the 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.
Contract.doc 1 04/25/12
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 its 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 Plans and Contract
Documents and the requirements of the Engineer under them, to -wit:
Perform the work necessary for reconstructing the alleys with 427 tons of asphalt concrete,
installing 915 lineal feet of pervious concrete alley gutter, and other incidental and related work,
all as shown on the plans and specifications for "2012 Reconstruction Project, Alley North of
Pine Street, Stockton to Washington Street, Alley North of Flora Street, Garfield to Cherokee
Lane".
CONTRACT ITEMS
ITEM
EST'D.
NO.
DESCRIPTION
UNIT QTY
UNIT PRICE
TOTAL PRICE
1.
Traffic Control
LS
1
$
500.00
$
500.00
2.
Clearing and Grubbing
LS
1
$
5,250.00
$
5,250.00
3.
Remove Catch Basin
EA
2
$
225.00
$
450.00
4.
Storm Water Pollution Control
LS
1
$
2,000.00
$
2,000.00
5.
Control Roadway Excavation
CY
237
$
62.00
$14,694.00
6.
Compact Original Ground
SF
16,470
$
0.45
$
7,411.50
7.
Concrete Subgrade Compaction
SF
400
$
2.50
$
1,000.00
8.
Asphalt Concrete TON
427
$
101.00
$43,127.00
9.
Concrete Curb and Gutter
LF
9
$
18.00
$
162.00
10.
Concrete Sidewalk
SF
40
$
5.00
$
200.00
11.
Concrete Alley Approach
SF
346
$
11.00
$
3,806.00
Contract.doc 2 04/25/12
ITEM
EST'D.
NO.
DESCRIPTION
UNIT
QTY
UNIT PRICE
TOTAL PRICE
12.
Pervious Concrete Alley Gutter
LF
915
$ 35.00
$32,025.00
13.
Install 10 -Inch Storm Drain Pipe
LF
25
$ 114.00
$ 2,850.00
14.
Install Drop Inlet Catch Basin
EA
2
$ 1,000.00
$ 2,000.00
15. Adjust Manhole Frame and
Cover to Grade EA 2 $ 475.00 $ 950.00
16. Furnish Manhole Frame and
Cover EA 2 $ 375.00 $ 750.00
17. Adjust Water Valve Frame and
Cover to Grade EA 4 $ 475.00 $ 1,900.00
18. Furnish Water Valve Frame and
Cover EA 4 $ 75.00 $ 300.00
19. Adjust Water Service Box to
Grade EA 20 $ 365.00 $ 7,300.00
20. Adjust Wastewater Cleanout to
Grade EA 5 $ 375.00 $ 1,875.00
TOTAL $128,550.50
The Contractor shall furnish the Engineer with a statement from the vendor that the order for
the materials required for this contract has been received and accepted by said vendor. Said
statement shall be furnished within 15 days after receiving notice that the contract has been
approved by the City Council and shall give the date that the control equipment will be shipped.
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.
Contract.doc 3 04/25/12
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 25 WORKING DAYS.
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 DAMAGES AS SET FORTH IN 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.
IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands the year
and date written below.
IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands the year
and date written below.
CONTRACTOR: CITY OF LODI
By:
Title
By:
Konradt Bartlam
City Manager
Date:
Attest
City Clerk
(CORPORATE SEAL) Approved As To Form
Contract.doc 4 04/25/72
RESOLUTION NO. 2012-59
A RESOLUTION OF THE LODI CITY COUNCIL
AWARDING CONTRACT AND AUTHORIZING THE
CITY MANAGER TO EXECUTE CONTRACT FOR
2012 ALLEY RECONSTRUCTION PROJECT
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 25, 2012, at
11:00 a.m., for the 2012 Alley Reconstruction Project, described in the plans and specifications
therefore approved by the City Council on April 4, 2012; and
WHEREAS, said bids have been checked and tabulated and a report thereof filed with
the City Manager as follows:
Bidder Bid
Biondi Paving, Inc. $ 128,550.50
A. M. Stephens Construction $ 131,370.00
All Phase Construction $ 146,119.90*
George Reed Construction $ 181,000.00
Corrected Total
WHEREAS, staff recommends awarding the contract for the 2012 Alley Reconstruction
Project to the low bidder, Biondi Paving, Inc., of Sacramento, California, in the amount of
$128,550.50.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby award
the contract for the 2012 Alley Reconstruction Project to the low bidder, Biondi Paving, Inc., of
Sacramento, California, in the amount of $128,550.50; and
BE IT FURTHER RESOLVED that the City Manager is hereby authorized to execute the
contract.
Dated: May 16, 2012
I hereby certify that Resolution No. 2012-59 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held May 16, 2012, by the following vote:
AYES: COUNCIL MEMBERS — Hansen, Johnson, Katzakian, Nakanishi, and
Mayor Mounce
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS — None (7
i=
FL
City Clerk
2012-59