Loading...
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