Loading...
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