Loading...
HomeMy WebLinkAboutAgenda Report - April 19, 2017 C-06CITY OF LODI COUNCIL COMMUNICATION AGENDA ITEM C-6 TM AGENDA TITLE: Adopt Resolution Awarding Contract for 2017 Finance Parking Lot Resurfacing Project to Tom Mayo Construction, Inc., of Stockton ($147,883), and Appropriating Funds ($100,000) MEETING DATE: April 19, 2017 PREPARED BY: Public Works Director RECOMMENDED ACTION Adopt resolution awarding contract for 2017 Finance Parking Lot Resurfacing Project to Tom Mayo Construction, Inc., of Stockton, in the amount of $147,883, and appropriating funds in the amount of $100,000. BACKGROUND INFORMATION: In 1966, the parking lot improvements to the west of the Public Safety Building were constructed providing 53 parking stalls for City and public use. In 2013, the City Hall Annex was remodeled, which triggered the construction of an Americans with Disabilities Act (ADA) accessible ramp and the conversion of two standard parking stalls to ADA -compliant parking stalls. Over 51 years, this parking lot has suffered from fatigue and cracking, and developed potholes due to age, use, and inadequate drainage. This project consists of removing and replacing broken curbing and asphalt paving and installing storm drainage improvements. Upon completion, the Finance Parking Lot will have 53 total parking stalls including the existing ADA -compliant parking stalls constructed in 2013. The Finance Department payment drop box will be temporarily relocated to the City Hall parking lot, located at the corner of Church and Pine Streets, during construction, as shown in Exhibit A. The specifications for this project were approved on March 1, 2017. The City received the following seven bids for this project on March 22, 2017. Bidder Location Bid Engineer's Estimate $179,291.00 Tom Mayo Construction, Inc, Stockton $147,883.00 Robert Burns Construction Stockton $162,094.82 A.M. Stephens Construction Co. Lodi $172,174.60 B&M Builders Rancho Cordova $176,903.35 Central Valley Engineering Roseville $187,224.35 George Reed Modesto $214,270.00 Sinclair General Engineering Oakdale $229,844.05 Staff recommends awarding the contract for 2017 Finance Parking Lot Resurfacing Project to Tom Mayo Construction, Inc., of Stockton, in the amount of $147,883. FISCAL IMPACT: The project will have a minimal impact on total maintenance costs, but reduce the City's exposure to claims related to the current conditions. APPROVED:li ■R_ phen Sc uer, City Manager K:\WP\PROJECTS\MISC\2017 Finance Parking Lot Improvements\CAward.doc 4/5/17 Adopt Resolution Awarding Contract for 2017 Finance Parking Lot Resurfacing Project to Tom Mayo Construction, Inc., of Stockton ($147,883), and Appropriating Funds ($100,000) April 19, 2017 Page 2 FUNDING AVAILABLE: Budgeted Fiscal Year 2017/18: General Fund Capital (43199000.77020) $ 50,000 Street Fund Capital (30099000.77020) $ 30,000 Requested appropriation: General Fund Capital (43199000.77020 $100,000 Total: $180,000 Andrew Keys Deputy City Manager/Internal Services Director Charles E. Swimley, Jr. Public Works Director Prepared by Jimi Billigmeier, Associate Civil Engineer CES/JB/tdb Attachments cc: Engineering Tech II, J. Pizzo Tom Mayo Construction, Inc. K:\WP\PROJECTS\MISC\2017 Finance Parking Lot Improvements\CAward.doc 4/5/17 Drop Box for City of Lodi Finance Dept. During Parking Lot Reconstruction Legend Note Permanent Drop Box * Temporary Drop Box -- II —_ Project Location 2017 FINANCE PARKING LOT RESURFACING PROJECT 310 West Elm 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 TOM MAYO CONSTRUCTION, 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. 4.1 K 'WT:(, "_ 7 (" O1 i F n =F::"; {' <ilk,r(t1 1 03/22/17 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. 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 remove and replace broken curbing, remove and replace asphalt paving and install storm drainage improvements to improve drainage and other incidental and related work, all as shown on the plans and specifications for the above project. Ite m 1 Description BID ITEMS QTY Unit Unit Price Mobilization, Temporary Facilities, and Demobilization 1 Total LS $10,000.50 $10,000.50 2 Demolition, Clearing, Grubbing, and Grading 3 Construct Concrete Curbing 4 Construct Concrete Sidewalk 5 Construct Pavement Section 6 7 8 9 1 LS $25,000.00 $25,000.00 221 LF $30.00 $6,630.00 60 SF $40.00 $2,400.00 25,213 SF $2.50 $63,032.50 Provide and Install Signage and Striping 1 LS $3,200.00 $3,200.00 Provide and Install 8" Storm Drain Pipe 80 LF Provide and Install 12" Storm Drain Pipe Provide and Install Drop Inlet Catch Basin 10 212 $70.00 $5,600.00 LF $85.00 $18,020.00 5 EA $2,000.00 $10,000.00 Provide and Install 24" Riser 4.2 2 EA $2,000.00 $4,000.00 TOTAL BASE BID $147,883.00 �•� c:< K x�:� r �h�!;Ci,IE :� i .. ,G;1i._;C°\201( h7iprD,rnl ntstG�JP�(i 03/22/17 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. AH 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 30 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 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 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. 4.3 10E;c :'.r':;1 i (..,! R C:I klut. 03/22/17 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, a municipal corporation By. STEPHEN SCHWABAUER City Manager By. Date: Title Attest: JENNIFER M. FERRAIOLO City Clerk (CORPORATE SEAL) Approved As To Form: JANICE D. MAGDICH City Attorney 4.4 K (.)JFC-it'liIVIISCy20i Finance Parking Lot Impro,/,mi;ent';coNTRACI cioc 03/22/17 1. AA# 2. JV# CITY OF LODI APPROPRIATION ADJUSTMENT REQUEST TO 3. FROM (Rebecca Areida-Yadav Internal Services Dept. - Budget Division 15. DATE: 4 DEPARTMENT/DIVISION: Public Works 3/30/2017 6. REQUEST ADJUSTMENT OF APPROPRIATION AS LISTED BELOW FUND # BUS. UNIT # ACCOUNT # ACCOUNT TITLE AMOUNT A SOURCE OF FINANCING 431 32205 Fund Balance $ 100.000.00 B USE OF FINANCING 431 43199000 77020 General Fund Capital Projects $ 100,000.00 7. REQUEST IS MADE TO FUND THE FOLLOWING PROJECT NOT INCLUDED IN THE CURRENT BUDGET Please provide a description of the project, the total cost of the project, as well as justification for the requested adjustment. If you need more space, use an additional sheet and attach to this form. Contract with Tom Mayo Construction for the Finance Parking Lot Resurfacing project. 0021.ExtLabor GFCAP- If Council has authorized the appropriation adjustment, complete the following: Meeting Date: Department Head Signature: Res No: L' Attach copy of resolution to this form. 8. APPROVAL SIGNATURES 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. 2017-60 A RESOLUTION OF THE LODI CITY COUNCIL AWARDING THE CONTRACT FOR THE 2017 FINANCE PARKING LOT RESURFACING PROJECT TO TOM MAYO CONSTRUCTION, INC., OF STOCKTON, 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 March 22, 2017, at 11:00 a.m., for the 2017 Finance Parking Lot Resurfacing Project, described in the plans and specifications therefore approved by the City Council on March 1, 2017; and WHEREAS, the 2017 Finance Parking Lot Resurfacing Project includes removing and replacing broken curbing and asphalt paving and installing storm drainage improvements; and WHEREAS, said bids have been checked and tabulated and a report thereof filed with the City Manager as follows: Bidder Bid Tom Mayo Construction, Inc. $147,883.00 Robert Burns Construction $162,094.82 A.M. Stephens Construction Company $172,174.60 B&M Builders $176,903.35 Central Valley Engineering $187,224.35 George Reed $214,270.00 Sinclair General Engineering $229,844.05 WHEREAS, staff recommends awarding the contract for the 2017 Finance Parking Lot Resurfacing Project to Tom Mayo Construction, Inc., in the amount of $147,883; and WHEREAS, staff also recommends appropriating funds in the amount of $100,000 for this project. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby award the contract for the 2017 Finance Parking Lot Resurfacing Project to Tom Mayo Construction, Inc., of Stockton, California, in the amount of $147,883; and BE IT FURTHER RESOLVED that the City Manager is hereby authorized to execute the contract on behalf of the City of Lodi; and BE IT FURTHER RESOLVED that the Lodi City Council does hereby appropriate funds in the amount of $100,000 for this project. Dated: April 19, 2017 I hereby certify that Resolution No. 2017-60 was passed and adopted by the City Council of the City of Lodi in a regular meeting held April 19, 2017 by the following vote: AYES: COUNCIL MEMBERS — Chandler, Johnson, Mounce, Nakanishi, and Mayor Kuehne NOES: COUNCIL MEMBERS — None ABSENT: COUNCIL MEMBERS — None ABSTAIN: COUNCIL MEMBERS — None ity Clerk 2017-60 FERRAIOLO CITY COUNCIL DOUG KUEHNE, Mayor ALAN NAKANISHI, Mayor Pro Tempore MARK CHANDLER BOB JOHNSON JOANNE MOUNCE CITY OF LODI 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 www Jodi gpv April 13, 2017 Tom Mayo Construction, Inc. 4735 East Fremont Street Stockton, CA 95215 STEPHEN SCHWABAUER City Manager JENNIFER M. FERRAIOLO City Clerk JANICE D. MAGDICH City Attorney CHARLES E. SWIMLEY, JR. Public Works Director SUBJECT: Adopt Resolution Awarding Contract for 2017 Finance Parking Lot Resurfacing Project to Tom Mayo Construction, Inc., of Stockton ($147,883), and Appropriating Funds ($100,000) Enclosed is a copy of background information on an item on the City Council agenda of Wednesday, April 19, 2017. 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 Jennifer M. Ferraiolo, City Clerk, at (209) 333-6702. If you have any questions about the item itself, please call Jimi Billigmeier at (209) 333- 706. C. arles E. Swimley, Jr. Public Works Director CES/tdb Enclosure cc: City Clerk