HomeMy WebLinkAboutAgenda Report - February 6, 1985 (78)y. 25 F
r-
MY ODNCIL MMING
Jr' IUARY 6, 1985
tXAWARD - CCUIWEr City Manager Glaves presented the following bids which had
Im "5170OfiiiCN been received for "Stockton Street Improvements, Kettleman
ST= IMPROVE- Lane to Vine Street":
MINIS, KETIZBMT
LANE TCS VINE, BIDDER BID
� 5'TRF.ET
Claude C. Wood Co. $409,668.00
Teichert Construction $434,329.50
Granite Construction $457.852.00
Arnaiz Construction $491,733.00
RES. NO. 85-16 Following recommendation of the City Manager, Council adopted
\, Resolution No. 85-16 awarding the contract for "Stockton =
Street Improvements, Kettleman Lane to Vine Street" to Claude
C. Wood Conpany in the amount of $409,668.00
_P1,24
' - %mss "-S -t _ ri"."h•_. ,-2`,U'� _
3
2i
f
r �
(00" CITY OF LODI
PUBLIC WORKS DEPARTMENT
TO: City Council
FROM: City Manager
DATE: January 28, 1985
SUBJECT: Stockton Street Improvements
Kettleman Lane - Vine Street
COUNCIL COMMUNICATION
Approved in F.Y. Budget:
Fund:
Amount Budgeted:
Total Project Estimate:
Bid Opening Date:
1984
FAU/TDA
$467,000
January 9, 1985
RECOMMENDED ACTION: That the City Council award the contract for the above project
to Claude C. Wood Co. in the amount of $409,668.
BACKGROUND INFORMATION: This project is the widening of Stockton Street from
Kettleman Lane through the Vine Street intersection.
Plans and specifications for this project were approved on November 6, 1984.
The City received the following 4 bids for this project:
BIDDER LOCATION BID
Claude C. Wood Co. Lodi $409,668.00
Teichert Construction Stockton $434,329.50
Granite Construction Stockton $457,852.00
Arnaiz Construction Stockton $491,733.00
Engineer's Estimate $410,000.00
The DB and WBE goals for this project were met by the Contractor and Caltrans has
given approval to award the contract.
A tabulation/i6V the bids is attached.
yJacL.Ronsko
orks Director
Attachment
cc: Assistant Finance Director
JLR/RCP/cag
,. .�o-�, 4�Or.•x.'�rrtva9 �.A.'i�'MlNfF�` - � ...,
Stockton St. Improvements F'AU MV -31441)
Kettleman Lone to Vine Street
Item No. Descriptio; Un
1. Clearing I Grubbing
2. Compact Original Ground
3. Side Street Transistim
4. Misc. Cmc. Subgrade Compact.
5. Vertical Curb Y Gutter
6. Commercial Curb I flutter
7. Sidewalk
B. Commercial Driveway
9. 12' Store Drain
10, 18' Stars Drain
11, 21' Store Drain
12. 30' Stors Drain
13, Side Inlet Catch Basin
14. Excavation Safety
15. Install 48' Manhole NP)
16. Abandon )ianhole
17. Abandon Nater Valve
18. Adjust Manhole frame to Grade
19, Adjust Water Valve Frame to Or.
20, Street Sign Post
21. Traffic Signal Modifications
22. Remove Crosswalk Stripe
23. Paint Crossw4!k Stripe
24. Paint 4' White Broken Stripe
25, Paint Two -Way Left Turn Stripe
Total Base Bid
Strxtural Section Alt. 'A'
1. Roadway Excavation (F)
2. Aggregate Base
3. Asphalt Concrete
rstotal Alt. 'A'
Structural Section Alt. '1'
1. Roadwy Excavation (F)
2. Asphalt Concrete
izstotai Alt. 'B'
Total Base Bid plus Alt. 'A'
Total Base Bid plus Alt. '8'
HID TABULATION Jan 9, 1985
CY 8600
T 6360
T 5570
4.40 37840.00
12.00 76320.00
30.80 171556.00
285716.00
3.65 31390.00
10.00 63600.00
30.00 167100.00
262090.00
3.20 27520.00
12.00 76320.00
30.00 167100.00
270940.00
7.30 62780.00
10.50 66780.00
30.00 !67100.00
296660.00
8.00 68000.00
13.00 82600.00
31.07 173059.40
32453S.4o
CY 7000 4.70 32900.00
Engineer's Estimate
C. C. Band
Teichert Const.
Granite Const.
Arman Ccost.
it Est'd Qty Unit Price Total
Price
Unit Price Total Price
Unit Price Total
Price
Unit Price Total Price Unit Price Total Price
LS 1
12000.00
12000.00
12000.00
12000.00
20000.00
20000.00
12000.00
12000.00
12000.00
12000.00
SF 124000
0.11
14880.00
0.20
24800.00
0.28
34720.00
0.38
47120.00
0.18
22320.00
SF 3300
0.20
660.00
0.35
1155.00
0.86
2838.00
0.76
2508.00
3.50
115M."
SF 11800
0.25
2950.00
1.25
14750.00
0.47
5546.00
0.90
10620.00
0.50
5900.00
LF IBM
14.00
25900.00
10.00
18500.00
14.00
25900.00
10.00
18500.00
15.00
27750.00
LF 78
20.00
1560.00
11.00
858.00
12.00
936.00
10.50
819.00
15.00
1170.00
SF 6570
2.50
16425.00
2.00
13140.00
2.20
14454.00
1.90
12483.00
3.25
11352.50
SF 390
3.50
1365.00
2.50
975.00
2.70
1053.00
4.90
1911.00
3.25
1267.50
LF 160
30.00
4800.00
55,00
8800.00
36.00
5760.00
30.00
4000.00
15.00
4000.00
LF 23
35.00
MAD
95.00
2185.00
42.00
966.00
35.00
005.00
35.00
805.00
LF 48
40.00
1920.00
100.00
4800.00
45.00
2160.00
46.00
1208.00
43.00
2160.00
LF 48
50.00
1400.00
110.00
5280.00
57.00
2736.00
50.00
2400.00
50.00
2400.00 -
EA 10
600.00
6000.00
500.00
5000.00
520.00
5200.00
750.00
7500.00
700.00
7000.00
LS 1
1800.50
1800.50
500.00
500.00
120.00
120.00
1.00
1.00
1000.00
2000.06
EA I
1000.00
3000.00
1600.00
4800.00
1100.00
3300.00
1000.00
W. .00
1400.00
4200.00
EA 7
200.00
1400.00
300.00
2100.00
700.00
4900.00
400.00
2800.00
400.00
2800.00
EA 22
70.00
1540.00
100.00
2200.00
110.00
2420.00
75.00
1650.00
250.00
5500.00
EA 19
350.00
6650.00
350.00
6650.00
460.00
8740.00
380.00
7220.00
190.00
5510.00
EA 46
200.00
9200.00
1% 00
6900.00
190.00
8740.00
260.00
11960.00
200.00
9100.00
EA 8
100.00
800.00
75.00
600.00
I10.00
1600.00
100.00
800.00
175.00
1400.00
LS 1
7000.00
7000.00
1500.00
9500.00
9500.00
9500.00
8500.00
4500.00
9565.00
9%5.00
LF 80
3.00
240.00
12.00
960.00
6.10
488.00
6.00
460.00
10.30
840.01
LF 220
0.50
110.00
0.70
154.00
0.72
158.40
0.65
143.00
1.50
550.N
LF 185
0.10
18.30
0.60
111.00
0.46
55.10
0.40
74.00
1.50
277.50
LF 4300
0.20
---------------
860.00
0.20
860.00
0.13
989.00
0.20
860.00
1.32
5676.00
114284.00
-- -- --------
---- ---
147578.00
------
-
163389.50
161162.00
157193.50
CY 8600
T 6360
T 5570
4.40 37840.00
12.00 76320.00
30.80 171556.00
285716.00
3.65 31390.00
10.00 63600.00
30.00 167100.00
262090.00
3.20 27520.00
12.00 76320.00
30.00 167100.00
270940.00
7.30 62780.00
10.50 66780.00
30.00 !67100.00
296660.00
8.00 68000.00
13.00 82600.00
31.07 173059.40
32453S.4o
CY 7000 4.70 32900.00
3.65 25550.00
3.00 21000.00
7.35 51450.00
7.50 325000
T 8.20 268478.00
890 30
29.85 265366.50
28.70 255143.00
30.00 266700.00
31.25 27781 50
301378.00
290916.50
276143.00
318150.00
330312.50
410000.00
409668.00
434329.50
437822.00
491773.40
425662.00
438494.50
439532.50
479312.00
491506.00
M
RESOLUTION NO. 85-16
AWARD - CONTRACT FOR STOCKTON STREET
IMPROVEMENTS, KETTLEMAN LANE TO VINE
STREET
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 by the City 'Clerk of
this City on January 9, 1985 at 11:00 a.m. for -the n(omtzact
for Stockton Street Improvements, Kettleman Lane oo Vine
Street as described in the specifications therefer.app.r-oved by
the City Council November 7, 1985; and
WHEREAS, said bids have been compared, cue-6he i , :and
tabulated and a report thereof filed With the Cij:y J s a e as
follows:
BIDDER AMOUNT
Base + Alt -A Base + A t 33
Arnaiz Construction
$491,928.40
$49'7,7f�i.i.,1.1
Granite Construction
$457,822.00
$47{1,?,:.L..:'OM
Teichert Construction
$434,329.50
$43:5„5::3;,.5{11
Claude C. Wood Company
$409,668.00
WHEREAS, the City Manager recommends thatv-vvau-6: 0.«e
made to the low bidder, Claude C. Wood Company.
NOW, THEREFORE, BE IT RESOLVED by the Ci":y Vounc i of
the City of Lodi that award of contract for Stockt.om ,StTeet
Improvements, Kettleman to Vine be and the same 7E hezneby made
to Claude C. Wood Company, the low bidder, in the :wna7,nt -of
$409.668.00.
Dated: February 6, 1985
I hereby certify that Resolution No. 85-1,6
was passed and adopted by the City Council of
the City of Dodi in a regular meeting nerd
February 6, 1985 by the following vote:
Ayes: Council Members - Iiinchman, Olsvmn, R.Ptd,
and Snider (M-R.Yo )
Noes: Council Members - None
Absent: Council Members - Pinkerton
ALICE M. IMCHE
City Clerk
85-16