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