Loading...
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