Loading...
HomeMy WebLinkAboutAgenda Report - March 6, 2019 C-07CITY OF LODI COUNCIL COMMUNICATION AGENDA ITEM C TM AGENDA TITLE: Adopt Resolution Awarding Contract for Alley Improvement Project — Phase 7 to Tom Mayo Construction, Inc., of Stockton ($292,798) MEETING DATE: March 6, 2019 PREPARED BY: Public Works Director RECOMMENDED ACTION: Adopt resolution awarding contract for Alley Improvement Project — Phase 7 to Tom Mayo Construction, Inc., of Stockton, in the amount of $292,798. BACKGROUND INFORMATION: This City has reconstructed various alleys over the past seven years. The projects have typically included between one and two alleys per year, depending on funding levels. Specific projects are selected based on a citywide alley condition assessment list and are rated based on the pavement condition and drainage problems. Alley projects located in future phases of the water meter program are either improved concurrently with the specific water meter phase or deferred until after completion. Phase 7 consists of reconstructing the alley north of EIm Street between Lee Avenue and Pleasant Avenue, the alley north of Walnut Street between Lee Avenue and Pleasant Avenue, and the alley north of EIm Street between Main Street and Stockton Street, as shown on Exhibit A. The project includes approximately 14,000 square feet of pavement removal and replacement, 2,200 square feet of concrete removal and replacement with 900 square feet of new alley approach, 500 square feet of sidewalk, installation of 400 feet of concrete valley gutter, installation of storm drain system improvements, and other incidental and related work, all as shown on the plans and specifications for the above project. Plans and specifications for this project were approved on November 7, 2018. The City received the following eight bids for this project on January 23, 2019. Bidder Engineer's Estimate Tom Mayo Construction A.M. Stephens Construction Central Valley Engineering & Asphalt George Reed, Inc. Silicon Valley Paving, Inc. B & M Builders, Inc. All-American Const., Inc. Western Engineering Contractors, Inc. Location Stockton Lodi Roseville Modesto San Jose Rancho Cordova Live Oak Loomis Bid $310,344.00 $292,798.00 $310,518.62 $375,391.00 $387,713.00 $398,185.00 $420,178.00 $428,359.40 $477,424.00 APPROVED Above/(Below) Engineer's Estimate ($17,546.00) $174.62 $65,047.00 $77,369.00 $87,841.00 $109,834.00 $118,015.40 $167,080.00 eiTewiroliK tephen hw K:\WP\PROJECTS\STREETS\Alley Improvements Phase 7(2019)\CAward.doc auer, City Manager 2/25/2019 Adopt Resolution Awarding Contract for Alley Improvement Project — Phase 7 to Tom Mayo Construction, Inc , of Stockton ($292,798) March 6, 2019 Page 2 Staff recommends awarding contract for Alley Improvement Project — Phase 7 to Tom Mayo Construction, Inc., of Stockton in the amount of $292,798. FISCAL IMPACT The project will reduce maintenance costs in the reconstructed alleys and continues the City's efforts to systematically reconstruct alleys within the Community Development Block Grant service area. This project does not impact the General Fund. FUNDING AVAILABLE: This project will be funded by 2018/19 CDBG funds (CDD-CDBG_FY18-19 ALLYIMPR) - $300,000 1 Andrew Keys Deputy City Manager/Internal Services Director CQ:S? Charles E. Swimley, Jr Public Works Director Prepared by Jimi Billigmeier, Associate Civil Engineer CES/JB/tdb Attachments cc: CDBG Program Specialist A.M. Stephens Construction Company, Inc. K:\WP\PROJECTS\STREETS\Alley Improvements Phase 7(2019)\CAward doc 2/25/2019 Alley Improvement Project - Phase 7 Exhibit A Legend Project Locations 500 250 0 500 Feet ALLEY IMPROVEMENT PROJECT — PHASE 7 Alley North of Elm Street, Lee — Pleasant Alley North of Walnut Street, Lee — Pleasant Alley North of Elm Street, Main — Stockton 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., 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 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 Federal Labor Standards Provisions 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. CONTRACT doc 4.1 02/04/19 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: The work consist of improvements to the existing alleys north of Elm Street (Lee Avenue to Pleasant), north of Walnut Street (Lee Avenue to Pleasant Avenue), and north of Elm Street (Main Street to Stockton Street). The project includes replacement of approximately 14,000 square feet of pavement and 2,000 square feet of concrete, and other incidental and related work, all as shown on the plans and specifications for the above project. See Section 6-07 "Description of Bid Items" and Drawing No. 018D008 for additional information. CONTRACT ITEMS Item Description Qty Unit Unit Price Total 1 2 Mobilization and Temporary Facilities 1 LS $ 25,000.00 $ 25,000.00 Demolition, Clearing, Grubbing, and Grading 1 LS $ 75,000.00 $ 75,000.00 3 Construct Alley Approach 918 SF $ 17.00 $ 15,606.00 4 Construct Concrete Curb 196 LF $ 30.00 $ 5,880.00 5 Construct Concrete Curb and Gutter 830 LF $ 35.00 $ 29,050.00 6 Construct 4" Concrete 1,083 SF $ 12.00 $ 12,996.00 7 Construct Concrete Valley Gutter 404 LF $ 34.00 $ 13,736.00 8 Construct Pavement Section 13,704 SF $ 5.00 $ 68,520.00 9 Construct Pavement Repair 664 SF $ 15.00 $ 9,960.00 10 Install 8" Storm Drain Line (Ductile Iron) 23 LF $ 200.00 $ 4,600.00 11 Install 12" Storm Drain Line (Ductile Iron) 4 LF $ 300.00 $ 1,200.00 12 Install 12" Storm Drain Line 31 LF $ 150.00 $ 4,650.00 13 Furnish and Install 24" Riser 2 EA $ 1,000.00 $ 2,000.00 14 Furnish and Install SICB 1 EA $ 3,500.00 $ 3,500.00 15 Furnish and Install DICB 2 EA $ 3,500.00 $ 7,000.00 CONTRACT doc 4.2 02/04/19 Item Description Qty Unit Unit Price Total 16 Relocate Sign 3 EA $ 600.00 $ 1,800.00 17 Fence and Landscape Modifications 1 LS $ 7,500.00 $ 7,500.00 18 Provide Monument Preservation 4 EA $ 1,200.00 $ 4,800.00 TOTAL BID $ 292.798.00 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 45 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. CONTRACT doc 4.3 02/04/19 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: Attest: Title JENNIFER M. FERRAIOLO City Clerk (CORPORATE SEAL) Approved As To Form: CONTRACT.doc JANICE D. MAGDICH City Attorney 4.4 02/04/19 RESOLUTION NO. 2019-24 A RESOLUTION OF THE LODI CITY COUNCIL AWARDING THE CONTRACT FOR THE ALLEY IMPROVEMENT PROJECT — PHASE 7 TO TOM MAYO CONSTRUCTION, INC., OF STOCKTON 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 January 23, 2019, at 11:00 a.m., for the Alley Improvement Project — Phase 7, described in the plans and specifications therefore approved by the City Council on November 7, 2018; and WHEREAS, said bids have been checked and tabulated and a report thereof filed with the City Manager as follows: Above/(Below) Bidder Bid Engineer's Estimate Tom Mayo Construction A.M. Stephens Construction Central Valley Engineering & Asphalt George Reed, Inc. Silicon Valley Paving, Inc. B & M Builders, Inc. All-American Const., Inc. Western Engineering Contractors, Inc. $292,798.00 $310,518.62 $375,391.00 $387,713.00 $398,185.00 $420,178.00 $428,359.40 $477,424.00 ($17,546.00) $174.62 $65,047.00 $77,369.00 $87,841.00 $109,834.00 $118,015.40 $167,080.00 WHEREAS, staff recommends that the City Council award the contract for the Alley Improvement Project — Phase 7 to Tom Mayo Construction, Inc., of Stockton, in the amount of $292,798. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby award the contract for the Alley Improvement Project — Phase 7 to the low bidder, Tom Mayo Construction, Inc., of Stockton, California, in the amount of $292,798; and BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize the City Manager to execute the contract on behalf of the City of Lodi. Dated: March 6, 2019 I hereby certify that Resolution No. 2019-24 was passed and adopted by the City Council of the City of Lodi in a regular meeting held March 6, 2019 by the following vote: AYES: COUNCIL MEMBERS — Johnson, Kuehne, Mounce, Nakanishi, and Mayor Chandler NOES: COUNCIL MEMBERS — None ABSENT: COUNCIL MEMBERS — None ABSTAIN: COUNCIL MEMBERS — None -br\ 1 NIFER FERRAIOLO City Clerk 2019-24