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