HomeMy WebLinkAboutAgenda Report - June 5, 2013 C-06AGENDA ITEM C*(o
A% CITY OF LODI
,. COUNCIL COMMUNICATION
TM
AGENDA TITLE: Adopt Resolution Awarding Contract for Alley Improvement Project — Phase 4 to
A. M. Stephens Construction Company, Inc., of Lodi ($151,356.75) (Pending
Budget Approval)
MEETING DATE: June 5, 2012
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt resolution awarding contract for Alley Improvement Project —
Phase 4 to A. M. Stephens Construction Company, Inc., of Lodi, in the
amount of $151,356.75 (pending budget approval).
BACKGROUND INFORMATION: This project consists of reconstructing the alleys north of
- Lodi Avenue and west of Church Street; and north of Elm Street
from Central Avenue to Garfield Street, as shown on Exhibit A.
The work includes installing approximately 500 tons of asphalt concrete, 2,000 square feet of concrete
alley gutter, 1,700 square feet of alley approach concrete, and other incidental and related work.
These alleys were selected based on field review of the City's alleys. They appear to have the most
severe drainage and/or pothole problems from the site survey. The City will be using Community
Development Block Grant (CDBG) funds to reconstruct the alleys with new asphalt concrete pavement
and pervious concrete alley gutter. The pervious alley concrete gutter was used in previous alley
reconstruction projects and has proven to enhance the alley storm water drainage.
Plans and specifications for this project were approved on March 20, 2013. The City received the
following eight bids for this project on May 1, 2013.
Bidder
Location
Bid
Engineer's Estimate
$
186,105.50
A. M. Stephens Construction
Lodi
$
151,356.75
Breneman, Inc.
Walnut Creek
$
194,684.00
All Phase Construction
Roseville
$
198,929.00
Biondi Paving & Engineering
Sacramento
$
202,360.80
George Reed
Modesto
$
238,421.00
FBD Vanguard Construction
Livermore
$
247,982.40
Martin Brothers Construction
Sacramento
$
256,250.00
Robert Burns Construction
Stockton
$
267,575.80
FISCAL IMPACT: The project will reduce maintenance costs in the reconstructed alleys.
APPROVED:
Konradt Bartlam, City Manager
K:\WP\PROJECTS\STREETS\AIIeyReconstruction - Phase 4\CAward.doc 5/23/2013
Adopt Resolution Awarding Contract for Alley Improvement Project — Phase 4 to A. M. Stephens
Construction Company, Inc., of Lodi ($151,356.75) (Pending Budget Approval)
June 5, 2013
Page 2
FUNDING AVAILABLE: This project will be funded by 2012 Community Development Block Grant
(CDGB) funds made available through San Joaquin County.
CI"A-W,-
Jordan Ayers
Deputy City Manager/Intern I Services Director
Aaz' 2 1,&&,
F. Wally S delin
Public Works Director
Prepared by Sean Nathan, Associate Civil Engineer
FWS/SN/prof
Attachment
cc: -Neighborhood Services Manager
Associate Civil Engineer Nathan
Deputy Public Works Director— Utilities
City Engineer/Deputy Public Works Director
K:\WP\PROJECTS\STREETSWIIeyReconstrucbon - Phase 4\CAward.doc 5/23/2013
EXHIBIT A
ALLEY IMPROVEMENT PROJECT - PHASE 4
r
co
_ II
w I x I
I I
Q ' r PROPOS
Q ' RECONSom
,
I , f
f,
f L�--
LODI AVE
ALLEY NORTH OF LODI AVE. & WEST OF CHURCH ST.
NOT TO SCALE
LOCUST ST
I
1
moo"
❑
Z it I I I I I I I I I I Q II
ELM ST
ALLEY NORTH OF ELM ST., CENTRAL TO GARFIELD
NOT TO SCALE
i
•
Y
i
ALLEY IMPROVEMENT PROJECT — PHASE 4
Alley North of Lodi Avenue & West of Church Street
Alley North of Elm Street, Central Avenue to Garfield Street 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 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 05/01/13
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 reconstruct the alleys north of Lodi Avenue and west of
Church Street, and north of Elm Street from Central Avenue to Garfield Street, with
approximately 500 tons of asphalt concrete, 2,000 square feet of concrete alley gutter,
1,700 square feet of alley approach concrete, and other incidental and related work, all as
shown on the plans and specifications for "Alley Improvement Project — Phase 4". Additional
contract item descriptions are listed in Section 6-07 "Description of Bid Items" and Addendum
No. 1.
ITEM
NO. DESCRIPTION
1. Traffic Control
2. Clearing and Grubbing
3. Compact Original Grade
CONTRACT ITEMS
EST'D.
UNIT QTY UNIT PRICE
LS 1 $ 2,000.00
TOTAL PRICE
$ 2,000.00
LS 1 $ 14,000.00 $ 14,000.00
SF 19,491 $ 0.65 $ 12,669.15
4.
Concrete Subgrade Compaction
SF
1,784
$
2.35
$
4,192.40
5.
Roadway Excavation
CY
360
$
10.00
$
3,600.00
6.
Asphalt Concrete
TON
506
$
107.50
$
54,395.00
7.
Pervious Concrete Alley Gutter
SF
1,759
$
18.00
$
31,662.00
8.
Concrete Alley Gutter
SF
271
$
7.90
$
2,140.90
9.
Concrete Alley Approach
SF
1,691
$
7.50
$
12,682.50
10.
Concrete Curb and Gutter
LF
42
$
38.40
$
1,612.80
Contractdoc
2
05/01113
ITEM
EST'D.
NO.
DESCRIPTION
UNIT
QTY
UNIT PRICE
TOTAL PRICE
11.
Concrete Curb
LF
21
$
24.00
$
504.00
12.
Concrete Flush Curb
LF
30
$
21.50
$
645.00
13.
Storm Drain Manhole
EA
1
$
4,750.00
$
4,750.00
14.
Side Inlet Catch Basin
EA
1
$
2,050.00
$
2,050.00
15.
12 -Inch Storm Drain
LF
14
$
132.00
$
1,848.00
16.
6' High Wood Fence
LF
36
$
30.00
$
1,080.00
17.
Church Street Driveway Curb
and Gutter Modifications
LS
1
$
1,525.00
$
1,525.00
TOTAL
$ 151,356.75
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 56 CALENDAR DAYS.
ContracLdoc 3 05/01/13
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
By:
Konradt Bartlam
City Manager
By: Date:
Title
Attest
City Clerk
(CORPORATE SEAL) Approved As To Form
D. Stephen Schwa
City Attorney
Gontract.doc 4 05/01/13
RESOLUTION NO. 2013-99
A RESOLUTION OF THE LODI CITY COUNCIL AWARDING
AND AUTHORIZING THE CITY MANAGER TO EXECUTE
CONTRACT FOR ALLEY IMPROVEMENT PROJECT — PHASE 4
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 May 1, 2013, at 11:00 a.m.,
for the Alley Improvement Project — Phase 4, described in the plans and 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
�l
A. M. Stephens Construction
$
151,356.75
Breneman, Inc.
$
194,684.00
All Phase Construction
$
198,929.00
Biondi Paving & Engineering
$
202,360.80
George Reed
$
238,421.00
FBD Vanguard Construction
$
247,982.40
Martin Brothers Construction
$
256,250.00
Robert Burns Construction
$
267,575.80
WHEREAS, staff recommends awarding
the contract for the Alley Improvement Project
— Phase 4 to the low bidder, A. M. Stephens Construction Company,
Inc., of Lodi, California, in
the amount of $151,356.75.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby award
the contract for the Alley Improvement Project — Phase 4 to the low bidder, A. M. Stephens
Construction Company, Inc., of Lodi, California, in the amount of $151,356.75; and
BE IT FURTHER RESOLVED that the City Manager is hereby authorized to execute the
contract.
Dated: June 5, 2013
------------------------------------------------------------------------
------------------------------------------------------------------------
I hereby certify that Resolution No. 2013-99 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held June 5, 2013, by the following vote:
AYES: COUNCIL MEMBERS — Hansen, Johnson, Katzakian, and
Mayor Nakanishi
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS — Mounc
N Y011HL
City Clerk
2013-99