Loading...
HomeMy WebLinkAboutAgenda Report - June 3, 2015 C-03AGENDA ITEM Co ---3 &1& CITY OF LODI %W COUNCIL COMMUNICATION TM AGENDA TITLE: Adopt Resolution Awarding Contract for 2015 Pavement Surface Treatment Project to VSS International, Inc., of West Sacramento ($932,000) MEETING DATE: June 3, 2015 PREPARED BY: Public Works Director RECOMMENDED ACTION: Adopt resolution awarding contract for 2015 Pavement Surface Treatment Project to VSS International, Inc., of West Sacramento, in the amount of $932,000. BACKGROUND INFORMATION: This project includes the application of rubberized asphalt cape seal and fiberized slurry seal on various City streets. The streets were identified through the City's Pavement Management System based on the condition of the pavement and the traffic load. The attached Exhibit A shows the streets that will receive the rubberized cape seal and fiberized slurry seal. Much of this work occurs in the Water Meter Program Phase 2 area. The project consists of rehabilitating and resurfacing various City streets with rubberized asphalt cape seal (combination of rubberized chip seal and slurry seal) and fiberized slurry seal (slurry seal with glass fiber added). The rubberized asphalt cape seal will be applied to streets with more surface defects while fiberized slurry seal will be applied to streets with fewer surface defects. Plans and specifications for this project were approved on May 6, 2015. The City received the following 4 bids for this project on May 20, 2015. Bidder Location Bid Engineer's Estimate $ 1,023,905.00 VSS International, Inc. West Sacramento $ 932,000.00 Telfer Highway Technologies McClellan $ 971,972.00 California Pavement Maintenance Co. Sacramento $ 1,042,384.00 Intermountain Slurry Seal Elk Grove $ 1,083,083.00 The project will be included in the Fiscal Year 2015/16 budget for $1,000,000. 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. APPROVED: S ep en Schvvabauer, City Manager KAWMPROJECT&STREETSU015 Pavement Surface Treatment\2015 CapeSeal CAward.doc 5/22/2015 Adopt Resolution Awarding Contract for 2015 Pavement Surface Treatment Project, to VSS International, Inc. of West Sacramento ($932,000) June 3, 2015 Page 2 FUNDING AVAILABLE: Pending budget approval, this project will be funded by: Prop 1 B (31599000) TDA Streets (30599000) Measure K (30399000) Gas Tax (30299000) Total Jordan Ayers Deputy City Manager/internal Services Director A-Idi- 11,14-1 F. Wally andelin Public Works Director Prepared by Lyman Chang, Senior Civil Engineer FWS/LC/kjc Attachment cc: City Engineer — Swimley Utility Superintendent Senior Civil Engineer $ 44,430 $300,000 $300,000 $355,570 $1,000,000 \\CVCFILV02\PubWks$\WP\PROJECTS\STREETS\2015 Pavement Surface Treatment\2015 CapeSeal CAward.doc 5/20/2015 W�="a ft i�i 2015 PAVEMENT SURFACE TREATMENT PROJECT CONTRACT VARIOUS LOCATIONS CITY OF LODI, CALIFORNIA THIS CONTRACT made by and between the CITY OF LODI, State of California, herein referred to as the "City," and VSS INTERNATIONAL, 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 CapeSealSec4.doc 4.1 05/20/15 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. 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 154,800 square yards of asphalt concrete pavement with fiberized slurry seal, asphalt rubber cape seal, and other incidental and related work, all as shown on the plans and specifications for "2015 Pavement Surface Treatment Project, Various Locations". CONTRACT ITEMS ITEM EST'D. NO. DESCRIPTION UNIT QTY UNIT PRICE TOTAL PRICE 1. Traffic Control LS $50,000.00 $50,000.00 2. Construction Notification LS $6,790.00 $6,790.00 3. Pavement Repair SF 20,000 $7.05 $141,000.00 4. Pavement Crack Seal POUND 3,000 $6.00 $18,000.00 5. Rubberized Chip Seal SY 54,800 $3.85 $210,980.00 6. Type II Slurry Seal SY 54,800 1.19 $65,212.00 7. Fiberized Slurry Seal, Type II SY100,000 $1.64 $164,000.00 8. Fiberized Slurry Seal, Type III SY100,000 $2.37 $237,000.00 CapeSealSec4.doc 4.2 05/20115 9. Adjust Manhole Frame & Cover to Grade EA 2 $1,050.00 $2,100.00 10. Adjust Water Valve Frame & Cover to Grade EA 2 $945.00 $1,890.00 11. Thermoplastic Striping and Legends LS $34,377.00 $34,377.00 12. Fire Hydrant Pavement Marker EA 62 $10.50 $651.00 TOTAL $932,000.00 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. ARTICLE IX - State of California Senate Bill 854 requires the following: No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. CapeSealSecA.doc 4.3 05/20/15 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: M Title (CORPORATE SEAL) CITY OF LODI, a municipal corporation BE STEPHEN SCHWABAUER City Manager Date: Attest: JENNIFER M. FERRAIOLO City Clerk Approved As To Form: JANICE D. MAGDICH City Attorney CapeSealSec4.doc 4.4 05/20/15 RESOLUTION NO. 2015-62 A RESOLUTION OF THE LODI CITY COUNCIL AWARDING AND AUTHORIZING THE CITY MANAGER TO EXECUTE THE CONTRACT FOR THE 2015 PAVEMENT SURFACE TREATMENT PROJECT 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 20, 2015, at 11:00 a.m., for the 2015 Pavement Surface Treatment Project, described in the plans and specifications therefore approved by the City Council on May 6, 2015; and WHEREAS, said bids have been checked and tabulated and a report thereof filed with the City Manager as follows: Bidder Bid VSS International, Inc. $ 932,000 Telfer Highway Technologies $ 971,972 California Pavement Maintenance $ 1,042,384 Intermountain Slurry Seal, Inc. $ 1,083,083 WHEREAS, staff recommends awarding the contract for the 2015 Pavement Surface Treatment Project to the lowest bidder, VSS International, Inc., of West Sacramento, in the amount of $932,000; and WHEREAS, VSS International, Inc., has submitted the Local Hire forms and checklist to promote local hiring for the project. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby award the contract for the 2015 Pavement Surface Treatment Project to the lowest bidder, VSS International, Inc., of West Sacramento, California, in the amount of $932,000; and BE IT FURTHER RESOLVED, that the City Manager is hereby authorized to execute the contract. Dated: June 3, 2015 ---------------- I hereby certify that Resolution No. 2015-62 was passed and adopted by the City Council of the City of Lodi in a regular meeting held June 3, 2015, by the following vote: AYES: COUNCIL MEMBERS — Kuehne, Mounce, Nakanishi, and Mayor Johnson NOES: COUNCIL MEMBERS — None ABSENT: COUNCIL MEMBERS — Chandler ABSTAIN: COUNCIL MEMBERS — None f� NIFEM�FERRAIOLO City Clerk 2015-62