HomeMy WebLinkAboutAgenda Report - May 1, 2013 C-07AGENDA ITEM C
CITY OF LODI
COUNCIL COMMUNICATION
TM
AGENDA TITLE: Adopt Resolution Awarding Contract for 2013 Asphalt Rubber Cape Seal Project,
Various City Streets, to Intermountain Slurry Seal, Inc., of French Camp ($811,118)
and Appropriating Funds ($850,000)
MEETING DATE: May 1, 2013
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt resolution awarding contract for 2013 Asphalt Rubber Cape
Seal Project, Various City Streets, to Intermountain Slurry Seal, Inc.,
of French Camp, in the amount of $811,118, and appropriating
funds in the amount of $850,000.
BACKGROUND INFORMATION: This project includes the application of an asphalt rubber cape seal
and slurry seal on various City streets. The streets were identified
through the City's Pavement Management System based on the
condition of the street pavement and the traffic load. The attached exhibit shows the streets that will
receive the rubber cape seal and slurry seal.
The project consists of the rehabilitation and resurfacing of various City streets with a layer of asphalt
rubberized chip seal followed by a layer of slurry seal on top. The combination of the asphalt, rubberized
chip seal and the slurry is commonly known as a "cape seal." In the proper application, an asphalt
rubberized cape seal is a more cost-effective alternative than using a traditional asphalt overlay for
rehabilitating City streets in poor condition.
Staff also added a list of residential streets to be rehabilitated with slurry seal only. These streets have
no structural deficiencies and have fewer pavement cracks than the streets receiving the rubberized cape
seal. The slurry seal will seal the pavement, as well as provide a new wearing surface to the existing
pavement.
Specifications for this project were approved on March 20, 2013. The City received the following four
bids for this project on April 10, 2013.
Bidder
Engineer's Estimate
Location
Intermountain Slurry Seal, Inc. French Camp
VSS International West Sacramento
Windsor Fuel Company Pittsburg
Central Valley Engineering & Asphalt, Inc. Roseville
*Corrected Total
Bartlam, City Manager
K:\WP\PROJECTS\STREETS\2013 Asphalt Rubber Cape Seal\CAward.doc
Bid
$1,031,120.00
$811,118.00
$844,247.00
$884,884.00
$916,306.20*
4/22/2013
Adopt Resolution Awarding Contract for 2013 Asphalt Rubber Cape Seal Project, Various City Streets, to
Intermountain Slurry Seal, Inc., of French Camp ($811,118) and Appropriating Funds ($850,000)
May 1, 2013
Page 2
The lowest bidder, Intermountain Slurry Seal, Inc., has submitted the Local Hire forms and checklist to
promote local hiring with the project. Total project costs are estimated to be $1,010,000, including
construction costs, staffing, and contingencies. Additional funds will be included in the FY 13/14 budget.
FISCAL IMPACT: By investing in the recommended maintenance project, significant capital
dollars will be saved by extending the useful life of the pavement and
foregoing more costly pavement reconstruction.
FUNDING AVAILABLE: Requested Appropriation:
Gas Tax Fund (322) - $650,000
Measure K Fund (325) - $200,000
Jordan Ayers
Deputy City Manager/Internal Services Director
A , J_ t �=—
F. Wally Pndelin
Public Works Director
Prepared Lyman Chang, Senior Engineer
FWS/LC/pmf
Attachment
cc: Deputy Public Works Director —Utilities
Deputy Public Works Director — City Engineer
Management Analyst
Senior Civil Engineer
K UPTROJECTSWREETS\2013 Asphalt Rubber Cape SeallCAWard.doc 4/11/2013
LE BEC
GR
c
LAKE
O -v
o z
-
KIRKW000
YERS z
LOCKICFORD
WILLOW GLEN O
L)
RIVER OAKS
DAISY
Q
z
CARLO
J
OLIVE
-
TURNER
N y.
M
z
LL
O
a
x
FIRST
PALM
PALM
PALM
LOCUST
U
w
DE F CE
LAKE HOME
z
D
V
a
z
W
fA
p EUREKA
W
MASON
z
=
Vf Q
O Z
w
Q
x
LOUIE
DAISY
Q
F
w
BEL AIR a z
W
FALLS
�
UJ
Q
a
DR1tE5
F0 RE
PINE
LAKE
O -v
YERS z
LOCKICFORD
DAISY
DAISY
Q
z
CARLO
� UJO
c7
OLIVE
W
N y.
M
z
LL
O
a
a
W W
FIRST
a
COSTA
N
w
a
LOCUST
U
w
DE F CE
Legend 2013 Asphalt Rubber Cape Seal Project N
2013_Cape_Seal Area 1
W-0 E
Schools
S
WV/MH Frame and Cover Adjustment Location 1 inch = 800 feet
Path: K:\DESIGN\Projects\2013 Cape Seal\Cape Seal Map.mxd
LOCKICFORD
z
W
Q�
z
CARLO
LL
O
a
v
LOCUST
LOCUST
a
z
W
fA
IL x r J
W
N
O
z
=
Vf Q
O Z
w
Q
x
�;
ELM v' Q
W
�
W
J
PINE
Legend 2013 Asphalt Rubber Cape Seal Project N
2013_Cape_Seal Area 1
W-0 E
Schools
S
WV/MH Frame and Cover Adjustment Location 1 inch = 800 feet
Path: K:\DESIGN\Projects\2013 Cape Seal\Cape Seal Map.mxd
�f
TIMBERLAKE
J
UJ
c
z
a
LL
z
-.
CAMPHOR O
a �
SY AUTUMN O
2 CHABLIS
� m
AMBER LEAF
RKTOWN REMINGTO14
INCLINE
HOLT
ISHOP
LEXINGTON
LZ V
I
RIBIER
MAGIC
w
t -
TAMARACK
z
z
o
z
O
BIRD
g
�
_
LU
U1 z
Y
BARKLEY
laL
TIENDA y
-
KETTLEMAN
z�
�f
TIMBERLAKE
J
UJ
c
z
a
LL
z
-.
CAMPHOR O
a �
SY AUTUMN O
2 CHABLIS
� m
AMBER LEAF
RKTOWN REMINGTO14
INCLINE
HOLT
ISHOP
LEXINGTON
LZ V
I
z a
a =
Q
z
Y
U
HARNEY
RIBIER
w
t -
TAMARACK
z
z
w
p
g
Q
LU
a
YY
laL
z a
a =
Q
z
Y
U
HARNEY
L BRANDYWINE
PINOT NOIR
U m
12
U
NEWBURY o�
� O
WIMBLEDON
MEL z i
m
LU
3
Legend'
2013_Cape_Seal 2013 Asphalt Rubber Cape Seal Project N
■�� 2013_Slurry_Seal Area 2
W E
�.... Schools
S
WV/MH Frame and Cover Adjustment Location 1 inch = 800 feet
Path: K:\DESIGN\Projects\2013 Cape Seal\Cape Seal Map mxd
RIBIER
ALICANTE
TAMARACK
f -
z
L)
RIMBY
LU
a
v
KETTLEMAN
L BRANDYWINE
PINOT NOIR
U m
12
U
NEWBURY o�
� O
WIMBLEDON
MEL z i
m
LU
3
Legend'
2013_Cape_Seal 2013 Asphalt Rubber Cape Seal Project N
■�� 2013_Slurry_Seal Area 2
W E
�.... Schools
S
WV/MH Frame and Cover Adjustment Location 1 inch = 800 feet
Path: K:\DESIGN\Projects\2013 Cape Seal\Cape Seal Map mxd
2013 ASPHALT RUBBER CAPE SEAL
VARIOUS STREETS 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 INTERMOUNTAIN SLURRY SEAL, 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
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 04/10/13
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 rehabilitate 173,200 square yards of various City streets with
slurry seal or asphalt rubberized chip seal followed by a layer of slurry seal on top and other
incidental and related work, all as shown on the plans and specifications for "2013 Asphalt
Rubber Cape Seal, Various Streets".
ITEM
NO. DESCRIPTION
1. Traffic Control
2. Construction Notification
3. Pavement Repair
CONTRACT ITEMS
EST'D.
UNIT QTY
LS 1
LS 1
SF 15,430
4. Pavement Crack Seal POUND 3,000
5. Pavement Skin Patch SF 500
6. Rubberized Chip Seal SY 125,100
7. Slurry Seal Street SY 173,200
8. Furnish and Adjust Water Valve 1
Frame and Cover EA
9. Adjust Manhole Frame and
Cover
10. Thermoplastic Striping and
Legends
11. Pavement Markers
EA
UNIT PRICE
$ 32,188.80
$ 1,500.00
$ 4.94
$ 2.00
$ 3.00
$ 3.55
$ 1.25
4 $ 850.00
2 $ 1,100.00
LS 1 $ 25,000.00
LS 1 $ 2,500.00
TOTAL
TOTAL PRICE
$
32,188.80
$
1,500.00
$
76,224.20
$
6,000-00
$
1,500.00
$
444,105.00
$
216, 500.00
$ 3,400.00
$ 2,200.00
$ 25,000.00
$ 2,500.00
$ 811,118.00
Contract.doc 2 04/10/13
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
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 50 CALENDAR 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:
By:
Title
(CORPORATE SEAL)
CITY OF LODI
By:
Konradt Bartlam
City Manager
Date:
Attest
City Clerk
Approved As To Form
D. Stephen Schwabauer r
City Attorney
Contract.doc 3 04/10/13
1. AA#
2. JV#
$-, O' A S C_ T' E
Deputy City Manager/Internal Services Manager Date
Submit completed form to the Budget Division with any required documentation.
Final approval will be provided in electronic copy format.
FUND #
BUS. UNIT # ACCOUNT #
ACCOUNT TITLE
AMOUNT
A.
SOURCE OF
FINANCING
322
3205
(Fund Balance
650 000.00
325 3205 Fund Balance
$ 200 000.00.
IB.
USE OF
FINANCING
322
322068 7720
.2013 Cape Seal
650 000.00
325 325068 7720 2013 Cape Seal
$ 200 000.00
$-, O' A S C_ T' E
Deputy City Manager/Internal Services Manager Date
Submit completed form to the Budget Division with any required documentation.
Final approval will be provided in electronic copy format.
RESOLUTION NO. 2013-67
A RESOLUTION OF THE LODI CITY COUNCIL AWARDING
AND AUTHORIZING THE CITY MANAGER TO EXECUTE
CONTRACT FOR 2013 ASPHALT RUBBER CAPE SEAL
PROJECT, VARIOUS CITY STREETS, AND FURTHER
APPROPRIATING FUNDS
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 10, 2013, at
11:00 a.m., for the 2013 Asphalt Rubber Cape Seal Project, Various City Streets, described in
the specifications therefore approved by the City Council on March 20, 2013; and
WHEREAS, said bids have been checked and tabulated and a report thereof filed with
the City Manager as follows:
Bidder Bid
Intermountain Slurry Seal $811,118.00
VSS International $844,247.00
Windsor Fuel Company $884,884.00
Central Valley Engineering & Asphalt, Inc. $916,306.20*
*Corrected Total
WHEREAS, staff recommends awarding the contract for the 2013 Asphalt Rubber Cape
Seal Project, Various City Streets, to the low bidder, Intermountain Slurry Seal, Inc., of
French Camp, California, in the amount of $811,118; and
WHEREAS, Intermountain Slurry Seal, Inc., has submitted the Local Hire forms and
checklist to promote local hiring with the project.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby award
the contract for the 2013 Asphalt Rubber Cape Seal Project, Various City Streets, to the low
bidder, Intermountain Slurry Seal, Inc., of French Camp, California, in the amount of $811,118;
and
BE IT FURTHER RESOLVED that the City Manager is hereby authorized to execute the
contract; and
BE IT FURTHER RESOLVED that funds in the amount of $850,000 be appropriated for
the project from the Gas Tax Fund and Measure K Fund.
Dated: May 1, 2013
------------------------------------------------------------------------
------------------------------------------------------------------------
I hereby certify that Resolution No. 2013-67 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held May 1, 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
�&JOHL
City Clerk
2013-67