Loading...
HomeMy WebLinkAboutAgenda Report - June 20, 2018 C-05CITY OF LODI COUNCIL COM MUNICATION AGENDA ITEM c-5 TM AGENDA TITLE: Adopt Resolution Rejecting Lowest Bid and Awarding Contract for 2018-2019 Asphalt Materials to George Reed, Inc., of Modesto ($97,295) MEETING DATE: June 20, 2018 PREPARED BY: Public Works Director RECOMMENDED ACTION BACKGROUND INFORMATION: Adopt resolution rejecting lowest bid and awarding contract for 2018- 2019 Asphalt Materials to George Reed, Inc., of Modesto, in the amount of $97,295. The asphalt materials purchase is needed to carry out preventive street maintenance and repairs. City crews utilize the asphalt for localized repairs, trench patching, thin overlays, and large sidewalk offset patching. Specifications for this project were approved on May 2, 2018. The City received two bids for this project on May 23, 2018. Bidder Location Bid Above/(Below) Estimate Engineer's Estimate $ 101,824.00 *Syar Industries, Inc. Vallejo $ 12,080.00 ($ 89,744) George Reed, Inc. Modesto $ 97,295.00 ($ 4,529) * Non -Responsive One bid was deemed non-responsive for failure to provide a complete bid, as required by Section 2.8 "Instruction to Bidders" in the specifications. The bid submitted by Syar Industries, Inc. did not list amounts for all bid items. Staff recommends rejecting lowest bid and awarding contract for 2018-2019 Asphalt Materials to George Reed, Inc., of Modesto, in the amount of $97,295. The contract includes up to two, one-year extensions, when it is in the best interest of the City to do so. FISCAL IMPACT: Preventive maintenance will extend the useful life of our streets and reduce future street reconstruction costs. APPROVED: A Stephen Schwa■quer, City Manager K:\WP\PROJECTS\STREETS\2018-2019 Asphalt Materials\CAward.doc 6/12/2018 Adopt Resolution Rejecting Lowest Bid and Awarding Contract for 2018-2019 Asphalt Materials to George Reed, Inc., of Modesto ($97,295) June 20, 2018 Page 2 FUNDING AVAILABLE: Pending budget approval, this project will be funded by Measure K (30399000). (i1JkL. Andrew Keys Deputy City Manager/Internal Services Director Charles E. Swimley, Jr. Public Works Director Prepared by Sean Nathan, Senior Civil Engineer CES/SN/tdb Attachment cc: Utility Manager K:\WP\PROJECTS\STREETS\2018-2019 Asphalt Materials\CAward.doc 6/12/2018 2018-2019 ASPHALT MATERIALS Various Locations 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 GEORGE REED, INC., a California corporation, 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 The July 2006 Edition, Specifications Standard Specifications, Bid Proposal State of California, Contract Business and Transportation Agency, 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, the Contractor agrees with the City, at to furnish all the materials as described in the Contract Documents which are hereby made a part of the Contract; the Contractor also agrees, in accordance with Section 2.4, "Ordering," of the Specifications, that should it not be possible in certain instances for the supplier to make material available to the City, the City reserves the right to obtain the required materials from other vendors. The contract supplier shall have no recourse or claim against the City for any such purchases. ARTICLE II - The City hereby promises and agrees with the Contractor to employ, and does hereby employ, the Contractor to provide all materials according to the terms and conditions for the price herein, and hereby contracts to pay the same as set forth in Section 2.5, "Measurement and Payment," of the Specifications, 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 - And the Contractor agrees to receive and accept the following prices as full compensation for furnishing all materials embraced in this agreement; and any adjustments to contract prices during the term of this contract shall be in accordance with Section 2.3, "Adjustment in Contract Prices" of the Specifications for paving asphalt price fluctuations exceeding five percent (5%); the Contractor also agrees to provide documentation of any price fluctuations, with compensation adjustments provided, prior CONTRACT doc 4.1 05/23/18 to the invoicing of said price increases, in the manner and according to the Plans and Contract Documents and the requirements of the Engineer under them, to -wit: CONTRACT ITEMS ITEM 1. 9.5mm (3/8") Max Medium Type A, PG 64-16 or 64-10 BASE PRICE PER TON: $56.00 TAX PER TON (if any): $4.34 ADDITIONAL COSTS (if any): $N/A TOTAL COST PER TON (FOB Plant) $60.34 Estimated Annual Quantity 750 Tons TOTAL FOR ITEM 1 (Estimated Quantity x TOTAL COST PER TON) $ 45,255.00 ITEM 2. 12.5m (1/2") Max Medium Type A, PG 64-10 BASE PRICE PER TON: $58.00 TAX PER TON (if any): $4.49 ADDITIONAL COSTS (if any): _ $N/A TOTAL COST PER TON (FOB Plant) Estimated Annual Quantity $62.49 750 Tons TOTAL FOR ITEM 2 (Estimated Quantity x TOTAL COST PER TON) $ 46,867.50 ITEM 3. Cutback BASE PRICE PER TON: $64.00 TAX PER TON (if any): $4.96 ADDITIONAL COSTS (if any): $N/A TOTAL COST PER TON (FOB Plant) Estimated Annual Quantity TOTAL FOR ITEM 3 (Estimated Quantity x TOTAL COST PER TON) $68.96 75 Tons $ 5,172.00 TOTAL FOR ITEMS 1 - 3 $97,294.50 Fee for Asphalt Recycling, $NC per ton. If No Charge write NC. ARTICLE IV - 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 V - 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 CONTRACT.doc 4.2 05/23/18 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 VI - The purchase of asphalt material shall be for the period of July 1, 2018 through June 30, 2019 for the City of Lodi. The contract may be extended if agreed upon by the Contractor and the City. ARTICLE VII - 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. 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: Attest: Title JENNIFER M. FERRAIOLO City Clerk (CORPORATE SEAL) Approved As To Form: CONTRACT doc JANICE D. MAGDICH At/. City Attorney 4.3 05/23/18 RESOLUTION NO. 2018-115 A RESOLUTION OF THE LODI CITY COUNCIL REJECTING THE LOWEST BID AND AWARDING THE CONTRACT FOR 2018-2019 ASPHALT MATERIALS TO GEORGE REED, INC., OF MODESTO 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 16, 2018, at 11:00 a.m., for the 2018-2019 Asphalt Materials, described in the plans and specifications therefore approved by the City Council on May 2, 2018; and WHEREAS, said bids have been checked and tabulated and a report thereof filed with the City Manager as follows: Bidder Bid Above/(Below) Estimate Syar Industries, Inc.* $12,080 ($ 89,744) George Reed, Inc. $97,295 ($ 4,529) * Non -Responsive WHEREAS, staff recommends rejecting the lowest bid, received from Syar Industries, Inc., of Vallejo, as non-responsive for failure to provide a complete bid, as required by Section 2.8, "Instructions to Bidders," of the specifications; and WHEREAS, staff also recommends that the City Council award the contract for 2018- 2019 Asphalt Materials to George Reed, Inc., of Modesto, in the amount of $97,295. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby reject the bid of Syar Industries, Inc., of Vallejo, California, as non-responsive for failure to provide a complete bid, as required by Section 2.8, "Instructions to Bidders," of the specifications; and BE IT FURTHER RESOLVED that the Lodi City Council does hereby award the contract for 2018-2019 Asphalt Materials to the lowest responsive bidder, George Reed, Inc., of Modesto, California, in the amount of $97,295; and BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize up to two one-year extensions of the contract, if in the best interest of the City; and BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize the City Manager to execute the contract and extensions on behalf of the City. Dated: June 20, 2018 I hereby certify that Resolution No. 2018-115 was passed and adopted by the City Council of the City of Lodi in a regular meeting held June 20, 2018 by the following vote: AYES: COUNCIL MEMBERS — Johnson, Kuehne, Mounce, and Mayor Nakanishi NOES: COUNCIL MEMBERS — None ABSENT: COUNCIL MEMBERS — Chandler ABSTAIN: COUNCIL MEMBERS — None N F " Y+ F RRAIOLO y Clerk lJ 2018-115