HomeMy WebLinkAboutAgenda Report - March 6, 2013 C-13AGENDA ITEM Co -013
CITY OF LODI
COUNCIL COMMUNICATION
• TM
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Contract for Mills Avenue
Overlay Project with Knife River Construction, of Stockton ($352,333.50)
MEETING DATE: March 6, 2013
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute contract for
Mills Avenue overlay project with Knife River Construction, of
Stockton, in the amount of $352,333.50.
BACKGROUND INFORMATION: This project consists of installing an asphalt concrete overlay with
pavement fabric and other incidental and related work, all as shown
on the plans and specifications for the project. The locations of the
street improvements are shown on Exhibit A.
Plans and specifications for this project were approved on December 19, 2012. The City received the
following 13 bids for this project on February 6, 2013. The lowest responsive bidder, Knife River
Construction, has signed the required Local Hire forms and will conform to the requirements.
Bidder
Location
Bid
Engineer's Estimate
$ 351,813.00
Knife River Construction
Stockton
$ 352,333.50
Central Valley Engineering
Roseville
$ 378,702.84
Teichert Construction
Stockton
$ 381,282.00
JD Pasquetti
Lincoln
$ 386,000.00
George Reed, Inc.
Modesto
$ 388,736.00
Tom Mayo Construction
Stockton
$ 399,432.00
Vintage Paving Co.
Winters
$ 410,121.00
Biondi Paving, Inc.
Sacramento
$ 414,000.00
A.M. Stephens Construction
Lodi
$ 418,508.60
Lamon Construction
Yuba City
$ 425,053.00
Martin Brothers Construction
Sacramento
$ 429,245.00
Granite Construction
Sacramento
$ 514,394.70
B&M Builders
Rancho Cordova
$ 523,821.40
This project is budgeted in FY12/13. The $410,000 covers the contract, engineering, inspection and
project contingencies.
FISCAL IMPACT: The project will reduce the street maintenance costs in the area.
Bartlam, City Manager
K:\WP\PROJECTS\STREETS\MillsOverlay\CAward.doc
2/20/2013
Adopt Resolution Authorizing City Manager to Execute Contract for Mills Avenue Overlay Project with
Knife River Construction of Stockton ($352,333.50)
March 6, 2013
Page 2
FUNDING AVAILABLE: Gas Tax FY12/13 (322023): $410,000
Jordan Ayers
Deputy City Manager/Internal Services Director
4aaw
F. Wally ndelin
Public Works Director
Prepared by Lyman Chang, Senior Civil Engineer
FWS/LC/pmf
Attachment
cc: Deputy Public Works Director —City Engineer
Senior Civil Engineer
Knife River Construction
K:\WP\PROJECTS\STREETS\MillsOverlay\CAward.doc 2/20/2013
N
•, Mills Avenue Street Overlay
W E
Vicinity Map
w S
1 in = 3,000 ft
Path: K:\DESIGN\Projects\Mills Avenue Overlay\vicinity map.mxd
u
0
m
rn
m
3
U
.
=
�
A
3
0�
Turner Rd.
Turner Rd.
0)
cJ
L
U
O
>
Q
E
(6
O
—
Lockeford St.
U
_
� Q
Lockeford St.
Lockeford St.
Elm St.
aa)
U
Elm St.
Elm St.
o
)
a
Pine St.
(n
co
C Elm St. U
D
Pine St.
cD Pine
St
N
U
C
O
g
=
U
65
Lodi Av.
Lodi Av.
Lodi Av.
a
�
�
o
�
3
c
O
�
L
_
E
U
U)
co
Vine St.
0 Vine St, Vine St.
Vine St. Q
Q'
N
J
E
J
o
2
O
(D
C7
❑ O
V)
N
L
O
�
U
HWY 12
Kettleman Ln.
s
U
U)
Century Blvd.
Century
Blvd.
c
Century Blvd.
770
0
Harney Ln.
Project Location
rn
rn
3
c
J
to
>N
N
•, Mills Avenue Street Overlay
W E
Vicinity Map
w S
1 in = 3,000 ft
Path: K:\DESIGN\Projects\Mills Avenue Overlay\vicinity map.mxd
MILLS AVENUE OVERLAY
Incline Drive to Kettleman Lane CONTRACT
CITY OF LODI, CALIFORNIA
THIS CONTRACT made by and between the CITY OF LODI, State of California, herein
referred to as the "City," and KNIFE RIVER CONSTRUCTION, 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
Information to 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 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 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
compliance with these Labor Code requirements is on the prime contractor.
Contract.doc 1 02/12/13
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 to install 2,380 tons of asphalt concrete overlay with pavement
fabric, perform 8,500 square feet of pavement repair, install four wheelchair ramps, and other
incidental and related work, all as shown on the plans and specifications for "Mills Avenue
Overlay, Incline Drive to Kettleman Lane".
CONTRACT ITEMS
ITEM EST'D.
NO. DESCRIPTION UNIT QTY UNIT PRICE TOTAL PRICE
1. Traffic Control LS 1 $ 27,000.00 $27,000.00
2. Construction Notification LS 1 $ 2,000.00 $ 2,000.00
3. Water Pollution Control LS 1 $ 8,000.00 $ 8,000.00
4. Clearing and Grubbing LS 1 $ 4,000.00 $ 4,000.00
5. Miscellaneous Concrete
Subgrade Compaction
6. Pavement Repair
7. Pavement Crack Seal
8. Pavement Skin Patch
SF 1,070 $
SF 8,508 $
POUND 1,000 $
SF 200 $
9. Pavement Grinding (6 -Foot) LF 7,530 $
10. Pavement Grinding (12 -Foot) LF 348 $
11. Pavement Fabric SY 12,840 $
Contract.doc 2
3.00
4.85
7.10
7.50
1.65
1.65
1.50
$ 3,210.00
$41,263.80
$ 7,100.00
$ 1,500.00
$12,424.50
$ 574.20
$19,260.00
02/12/13
ITEM EST'D.
NO. DESCRIPTION UNIT QTY UNIT PRICE TOTAL PRICE
12. Asphalt Concrete Overlay TON 2,380 $ 67.00 $159,460.00
13. Install Sidewalk/ Wheelchair
Ramp SF 680 $ 8.15 $ 5,542.00
14.
Install Curb and Gutter
LF
156
$
25.25
$
3,939.00
15.
Adjust Survey Monument Box to
Grade
EA
15
$
400.00
$
6,000.00
16.
Adjust Storm Drain Manhole
Frame and Cover to Grade
EA
13
$
400.00
$
5,200.00
17.
Adjust Wastewater Manhole
Frame and Cover to Grade
EA
14
$
400.00
$
5,600.00
18. Adjust Water Valve Frame and
Cover to Grade EA
19. Furnish Water Valve Frame and
Cover EA
20. Traffic Striping
LS
44 $ 400.00 $17,600.00
44 $ 140.00 $ 6,160.00
1 $ 16,500.00 $16,500.00
TOTAL $352,333.50
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
Contract.doc 3 02/12/13
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 42 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.
CONTRACTOR: CITY OF LODI
in
Title
By:
Konradt Bartlam
City Manager
Date:
Attest
City Clerk
(CORPORATE SEAL) Approved As To Form
D. Stephen Schwabaueir
City Attorney ce"
Contract.doc 4 02/12/13
RESOLUTION NO. 2013-27
A RESOLUTION OF THE LODI CITY COUNCIL AWARDING AND
AUTHORIZING THE CITY MANAGER TO EXECUTE CONTRACT
FOR MILLS AVENUE ASPHALT CONCRETE OVERLAY PROJECT,
INCLINE DRIVE TO KETTLEMAN LANE
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 February 6, 2013, at 11:00 a.m., for
the Mills Avenue Asphalt Concrete Overlay Project, Incline Drive to Kettleman Lane, described in the
plans and specifications therefore approved by the City Council on December 19, 2012; and
WHEREAS, said bids have been checked and tabulated and a report thereof filed with the
City Manager as follows:
Bidder
Bid
Knife River Construction
$
352,333.50
Central Valley Engineering
$
378,702.84
Teichert Construction
$
381,282.00
JD Pasquetti
$
386,000.00
George Reed, Inc.
$
388,736.00
Tom Mayo Construction
$
399,432.00
Vintage Paving Co.
$
410,121.00
Biondi Paving, Inc.
$
414,000.00
A.M. Stephens Construction
$
418,508.60
Lamon Construction
$
425,053.00
Martin Brothers Construction
$
429,245.00
Granite Construction
$
514,394.70
B&M Builders
$
523,821.40
WHEREAS, staff recommends awarding the contract for the Mills Avenue Asphalt Concrete
Overlay Project, Incline Drive to Kettleman Lane, to the low bidder, Knife River Construction, of
Stockton, California, in the amount of $352,333.50, and the contractor has signed the required Local
Hire forms and will conform to the requirements.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby award the
contract for the Mills Avenue Asphalt Concrete Overlay Project, Incline Drive to Kettleman Lane, to
the low bidder, Knife River Construction, of Stockton, California, in the amount of $352,333.50; and
BE IT FURTHER RESOLVED that the City Manager is hereby authorized to execute the
contract.
Dated: March 6, 2013
I hereby certify that Resolution No. 2013-27 was passed and adopted by the City Council of
the City of Lodi in a regular meeting held March 6, 2013, by the following vote:
AYES: COUNCIL MEMBERS — Hansen, Johnson, Katzakian, Mounce, and
Mayor Nakanishi
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS — None
4t2HL
City Clerk
2013-27
CITY COUNCIL
ALAN NAKANISHI, Mayor
PHIL KATZAKIAN,
Mayor Pro Tempore
LARRY D. HANSEN
BOBJOHNSON
JOANNE L. MOUNCE
CITY OF LODI
PUBLIC WORKS DEPARTMENT
Knife River Construction
655 W. Clay Street
Stockton, CA 95206-1722
CITY HALL, 221 WEST PINE STREET
P.O. BOX 3006
LODI, CALIFORNIA 95241-1910
(209) 333-6706
FAX (209) 333-6710
EMAIL pwdept@lodi.gov
http:\\www.lodi.gov
February 28, 2013
KONRADT BARTLAM
City Manager
RANDIJOHL
City Clerk
D. STEVEN SCHWABAUER
City Attorney
F. WALLY SANDELIN
Public Works Director
SUBJECT: Adopt Resolution Authorizing City Manager to Execute Contract for
Mills Avenue Overlay Project with Knife River Construction, of Stockton
($352,333.50)
Enclosed is a copy of background information on an item on the City Council agenda of
Wednesday, March 6, 2013. The meeting will be held at 7 p.m. in the
City Council Chamber, Carnegie Forum, 305 West Pine Street.
This item is on the consent calendar and is usually not discussed unless a
Council Member requests discussion. The public is given an opportunity to address
items on the consent calendar at the appropriate time.
If you wish to write to the City Council, please address your letter to City Council,
City of Lodi, P. O. Box 3006, Lodi, California, 95241-1910. Be sure to allow time for the
mail. Or, you may hand -deliver the letter to City Hall, 221 West Pine Street.
If you wish to address the Council at the Council Meeting, be sure to fill out a speaker's
card (available at the Carnegie Forum immediately prior to the start of the meeting) and
give it to the City Clerk. If you have any questions about communicating with the
Council, please contact Randi Johl, City Clerk, at (209) 333-6702.
If you have any questions about the item itself, please call Lyman Chang, Senior Civil
Engineer, at (209) 333-6800, extension 2665.
F. Wally Sandelin
�r Public Works Director
FWS/pmf
Enclosure
cc: City Clerk
NCAWARD.DOC