HomeMy WebLinkAboutPW Andersen Drive & DuBois Street Repairs ProjectarrrOF10 44 rZ
Agenda Item No: d
Meeting Date: December 19, 2011
SAN RAFAEL CITY COUNCIL AGENDA REPORT
Department: Public Works
Prepared by: % J Lrr2j City Manager Approva-0.-
Public Works Director (HY)
File No.: 16.01.261
SUBJECT: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN
RAFAEL AWARDING A CONTRACT FOR THE ANDERSEN DRIVE AND
DU BOIS STREET REPAIRS, CITY PROJECT NO. 11198, TO MAGGIORA
& GHILOTTI, INC., IN THE AMOUNT OF $177,177.00.
RECOMMENDATION:
Staff recommends that the City Council adopt the resolution awarding the contract to Maggiora &
Ghilotti, Inc. in the amount of $177,177.00.
10ml sy&TM10►`11A
In 1996, Andersen Drive was extended from Bellam Boulevard to Second Street. Since the original
installation, small segments of the roadway have settled due to the underlying bay mud on which the
roadway was installed. One such roadway segment is located at the intersection of Andersen Drive and
Du Bois Street where an existing concrete storm drain culvert runs underneath the roadway. The culvert
was built on top of deep piles reaching solid ground and therefore is not susceptible to the same
settlement of the surrounding bay mud. The difference in settlement between the culvert and the
Andersen Drive pavement has created a large "bump" in the road.
The proposed project includes over excavating the existing area and installing a stable roadway base
adjacent to the culvert at the intersection of Andersen Drive and Du Bois Street. The roadway will be
reconstructed to provide a more gradual approach to the culvert crossing.
The design of the project was completed by City of San Rafael Department of Public Works engineering
staff with the exception of the geotechnical field and laboratory work, which was completed by Rollo and
Ridley Geotechnical Engineers. On September 1, 2011, soil samples were collected to a depth of six feet
below the existing roadway surface to determine the type of soils within the project limits.
On October 17, 2011, the City Council adopted the plans and specifications and authorized the City Clerk
to call for bids. The project was advertised in accordance with San Rafael's Municipal Code and policies
on November 1, 2011, and sealed bids were publicly opened and read aloud on December 13, 2011 at
10:00 AM. The engineer's estimate was $180,000. The following five bids were received:
FOR CITY CLERK ONLY
File No.: `+-1-
Council Meeting:��
Disposition: " I
SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 2
NAME OF BIDDER
AMOUNT
Maggiora & Ghilotti, Inc.
$177,177.00
Ghilotti Construction Company
$203,419,00
Ghilotti Brothers, Inc.
$213,277.01
W.R. Forde Associates
$228,503.50
Team Ghilotti, Inc.
$233,989.00
ANALYSIS:
The low bid from Maggiora & Ghilotti, Inc. was $177,177.00 and falls within the allocated project
budget.
FISCAL IMPACT:
To date, a total of $8,911.36 has been charged to this project for geotechnical field and laboratory work.
The remaining project costs include plan and specification reproduction costs, construction work to be
performed by Maggiora & Ghilotti, Inc. and a construction contingency of $25,823, resulting in a
remaining project cost of $203,000.00 and a total project cost of $213,415.25. In this particular case a
contingency of approximately 14% is recommended due to the fact that the exact position of utilities
within the roadway are not known and additional work may be needed to work around these utilities. The
following table summarizes the costs which are associated with this project:
Category -Eden Expense Code
Amount
Notes
Already Charged Expenses
Design and Consultation -01
$8,911.36
Design
Supplies & Services -07
$1,503.89
Reproduction of Plans and Specifications
Already Charged Expenses Sub Total
$10,415.25
Remaining Expenses
Construction -02
$177,177.00
Contract Amount
$25,823.00
Contingency
Remaining Expenses SubTotal
$203,000.00
Total Project Cost
$213,415.25
OPTIONS:
The Council may choose not to award the contract and direct staff to rebid the project.
ACTION REQUIRED:
Adopt resolution awarding contract to Maggiora & Ghilotti, Inc. in the amount of $177,177.00.
Enclosures
1. Resolution
2. Agreement
RESOLUTION NO. 13278
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL
AWARDING A CONTRACT FOR THE ANDERSEN DRIVE AND DU BOIS STREET
REPAIRS, CITY PROJECT NO. 11198, TO MAGGIORA & GHILOTTI, INC., IN THE
AMOUNT OF 5177,177.00.
WHEREAS, on the 13`" day of December, 2011, pursuant to due and legal notice
published in the manner provided by law, inviting sealed bids or proposals for the work
hereinafter mentioned, as more fully appears from the Affidavit of Publication thereof on file in
the office of the City Clerk of the City of San Rafael, California, the City Clerk of said City did
publicly open, examine, and declare all sealed bids or proposals for doing the following work in
said City, to wit:
"Andersen Drive and Du Bois Street Repairs"
Project No. 11198
in accordance with the plans and specifications therefore on file in the office of said City Clerk;
and
WHEREAS, the bid of Maggiora & Ghilotti, Inc., at the unit prices stated in its bid was
and is the lowest and best bid for said work and said bidder is the lowest responsible bidder.
NOW, THEREFORE, BE IT RESOLVED by the Council of the City of San Rafael,
that the bid of Maggiora & Ghilotti, Inc. is hereby accepted at said unit prices and that the
contract for said work and improvements is hereby awarded to Maggiora & Ghilotti, Inc. at the
unit prices mentioned in said bid.
IT IS FURTHER ORDERED AND RESOLVED that the Public Works Director and
the City Clerk of said City be authorized and directed to execute a contract with Maggiora &
Ghilotti, Inc., in a form approved by the City Attorney, for said work and to return the bidders
bond upon the execution of said contract.
RESOLVED, FURTHER, that the Public Works Director is hereby authorized to take
any and all such actions and make changes as may be necessary to accomplish the purpose of this
resolution.
I, ESTHER C. BEIRNE, Clerk of the City of San Rafael, hereby certify that the
foregoing resolution was duly and regularly introduced and adopted at a regular meeting of the
Council of said City held on the 19`" day of December, 2011 by the following vote, to wit:
AYES: COUNCILMEMBERS: Connolly, Heller, Levine, McCullough & Mayor Phillips
NOES: COUNCILMEMBERS: None
ABSENT: COUNCILMEMBERS: None
ESTHER C. BEIRNE, City Clerk
File No.: 16.01.261
City of San Rafael ♦ California
Form of Contract Agreement
for
Andersen Drive and Du Bois Street Repairs, City Project No. 11198
This Agreement is made and entered into this 19th day of December, 2011 by and between the City of
San Rafael (hereinafter called City) and Maggiora & Ghilotti, Inc. (hereinafter called Contractor).
Witnesseth, that the City and the Contractor, for the considerations hereinafter named, agree as follows:
I - Scope of the Work
The Contractor hereby agrees to furnish all of the materials and all of the equipment and labor necessary,
and to perform all of the work shown on the plans and described in the specifications for the project
entitled: Andersen Drive and Du Bois Street Repairs, City Project No. 11198, all in accordance with
the requirements and provisions of the Contract Documents as defined in the General Conditions which
are hereby made a part of this Agreement. The liability insurance provided to City by Contractor under
this contract shall be primary with respect to any other insurance available to the City.
II - Time of Completion
(a) The work to be performed under this Contract shall be commenced within FIVE (5) WORKING
DAYS after the date of written notice by the City to the Contractor to proceed.
(b) All work, including punchlist items, shall be completed within TWENTY (20) WORKING DAYS
and with such extensions of time as are provided for in the General Conditions.
III - Liquidated Damages
It is agreed that, if all the work required by the contract is not finished or completed within the number of
calendar days as set forth in the contract, damage will be sustained by the City, and that it is and will be
impracticable and extremely difficult to ascertain and determine the actual damage which the City will
sustain in the event of and by reason of such delay; and it is therefore agreed that the Contractor will pay
to the City, the sum of $1,500 for each and every working day's delay in finishing the work in excess of
the number of working days prescribed above; and the Contractor agrees to pay said liquidated damages
herein provided for, and further agrees that the City may deduct the amount thereof from any moneys due
or that may become due the Contractor under the contract.
IV - The Contract Sum
The City shall pay to the Contractor for the performance of the Contract the amounts determined for the
total number of each of the units of work in the following schedule completed at the unit price stated.
The number of units contained in this schedule is approximate only, and the final payment shall be made
for the actual number of units that are incorporated in or made necessary by the work covered by the
Contract.
I ITEM
NO. DESCRIPTION
ESTIMATED
QUANTITY UNIT
UNIT i
PRICE
TOTAL
PRICE
I
Signs and Traffic Control
1. g
(Includes Mobilization)
1 LS
532,000.00
$32,000.00
y 2 Clearing and Grubbing
1 LS
$8,018.50
$8.018.50
1 3. j Excavation
1 LS
529.200.00 j
529200.00
-f_
ITEM
NO.
DESCRIPTION
ESTIMATED
QUANTITY
UNIT
UNIT
PRICE
TOTAL
PRICE
i
4.
Asphalt Concrete Grinding
a. 6' Wide Edge Grind
142
LF
$9.00
$1,278.00
b. 14' Wide Grind
28
EA
$51.00
$1,428.00
5.
Aggregate Base (Class 2)
300
TON
$34.00
$10,200.00
6.
6" Minus Rock
560
TON
$44.00
$24,640.00
7.
Minor Concrete
a. Type A Modified Curb & Gutter
122
LF
$41.00
$5,002.00
b. Type E Median Curb
335
LF
$24.00
$8,040.00
c. 4 -inch Thick PCC Sidewalk
300
SF
$12.50
$3,750.00
d. Cobblestone Hardscape
310
SF
$19.00
$5,890.00
e. Curb Ramp - Modified Case C
1
LS
$3,500.00
$3,500.00
8.
ADA Truncated Domes
36
SF
$35.00
$1,260.00
9.
Asphalt Concrete
235
TON
$125.00
$29,375.00
10.
Pavement Reinforcement System
740
SY
$5.00
$3,700.00
11.
Adjust Existing Facilities to Finished
Grade
a. Water Valve Cover
1
EA
$165.00
$165.00
b. Utility Box
3
EA
$475.00
$1,425.00
c. Storm Drain Manhole
2
EA
$475.00
$950.00
d. Sanitary Sewer Valve Can
2
EA
$275.00
$550.00
12.
Signs and Striping
a. Type K-1 Object Marker
1
EA
$75.00
$75.00
b. Detail 22 Stripe (Thermoplastic)
65
LF
$3.00
$195.00
c. Detail 24 Stripe (Thermoplastic)
285
LF
$1.50
$427.50
j
d. Detail 27B Stripe (Thermoplastic)
20
LF
$3.00
$60.00
e. Detail 32 Stripe (Thermoplastic)
15
LF
$5.00
$75.00
f. Detail 38 Stripe (Thermoplastic)
135
LF
$3.00
$405.00
g. Detail 39 Stripe (Thermoplastic)
16
LF
$3.00
$48.00
h. Detail 39A Stripe (Thermoplastic)
200
LF
$1.50
$300.00
i. Pavement Markings (Thermoplastic)
324
SF
$5.00
$1,620.00
13.
Traffic Signal Modification
(Andersen Dr at Du Bois St)
1
LS
$3,600.00
$3,600.00
GRAND TOTAL
$177,177.00
V - Progress Payments
(a) On not later than the 6th day of every month the Public Works Department shall prepare and submit
an estimate covering the total quantities under each item of work that have been completed from the
start of the job up to and including the 25th day of the preceding month, and the value of the work so
completed determined in accordance with the schedule of unit prices for such items together with
such supporting evidence as may be required by the City and/or Contractor .
(b) As soon as possible after the preparation of the estimate, the City shall, after deducting previous
payments made, pay to the Contractor 90% of the amount of the estimate as approved by the Public
Works Department.
(c) Final payment of all moneys due shall be made within 15 days after the expiration of 35 days
following the filing of the notice of completion and acceptance of the work by the Public Works
Department.
Page 2
(d) The Contractor may elect to receive 100% of payments due under the contract from time to time,
without retention of any portion of the payment by the public agency, by depositing securities of
equivalent value with the public agency in accordance with the provisions of Section 4590 of the
Government Code. Such securities, if deposited by the Contractor, shall be valued by the City's
Finance Director, whose decision on valuation of the securities shall be final.
VI - Acceptance and Final Payment
(a) Upon receipt of written notice that the work is ready for final inspection and acceptance, the Engineer
shall within 5 days make such inspection, and when he finds the work acceptable under the Contract
and the Contract fully performed, he will promptly issue a Notice of Completion, over his own
signature, stating that the work required by this Contract has been completed and is accepted by him
under the terms and conditions thereof, and the entire balance found to be due the Contractor,
including the retained percentage, shall be paid to the Contractor by the City within 15 days after the
expiration of 35 days following the date of recordation of said Notice of Completion.
(b) Before final payment is due the Contractor shall submit evidence satisfactory to the Engineer that all
payrolls, material bills, and other indebtedness connected with work have been paid, except that in
case of disputed indebtedness or liens the Contractor may submit in lieu of evidence of payment a
surety bond satisfactory to the City guaranteeing payment of all such disputed amounts when
adjudicated in cases where such payment has not already been guaranteed by surety bond.
(c) The Contractor shall provide a "Defective Material and Workmanship Bond" for 50% of the Contract
Price, before the final payment will be made.
(d) The making and acceptance of the final payment shall constitute a waiver of all claims by the City,
other than those arising from any of the following: (1) unsettled liens; (2) faulty work appearing
within 12 months after final payment; (3) requirements of the specifications; or (4) manufacturers'
guarantees. It shall also constitute a waiver of all claims by the Contractor, except those previously
made and still unsettled.
(e) If after the work has been substantially completed, full completion thereof is materially delayed
through no fault of the Contractor, and the Engineer so certifies, the City shall, upon certificate of the
Engineer, and without terminating the Contract, make payment of the balance due for that portion of
the work fully completed and accepted.
Such payment shall be made under the terms and conditions governing final payment, except that it shall
not constitute a waiver of claims.
IN WITNESS WHEREOF, City and Contractor have caused their authorized representatives to execute
this Agreement the day and year first written above.
ATTEST:
Esther C. Beirne
City Clerk
APPROVED AS TO FORM:
_
6IL- 1
Robert F. Epstein
City Attorney
File No.: 16.01.261
CITY OF SAN RAFAEL:
Nader 11ansourian
Public Works Director
CO TRACTOR
}
For: Maggiora R Ghilotti, Inc
PMWW
Page 3
CITY OF SAN RAFAEL - DEPARTMENT OF PUBLIC WORKS
NOTICE INVITING SEALED PROPOSALS FOR PUBLIC WORKS
Notice is hereby given that the City of San Rafael Department of Public Works will receive bids
for furnishing all labor, materials, equipment and services for
ANDERSEN DRIVE AND DU BOIS STREET REPAIRS
CITY PROJECT NO. 11198
Project Description:
This project consists of all associated work described in the attached plans, specifications
and the provisions of this document for roadway repairs at three locations on Andersen
Drive in San Rafael, California. The majority of the contract work will be completed at
Andersen Drive and Du Bois Street where the existing roadway has settled around a
concrete box culvert. New curb, gutter, and sidewalk, in addition to roadway pavement
rehabilitation, will be completed at this location. Additionally, installation of one City -
furnished video detection camera will be installed at the traffic signal at Andersen Drive
and Du Bois Street. The remaining contract work will include grinding existing asphalt
concrete pavement to remove bumps in the pavement as shown on the plans.
Each bid shall be in accordance with the plans and specifications adopted by the City of San
Rafael City Council on October 17, 2011, and other contract documents, now on file with the
City Clerk, City Hall, San Rafael, California; and may be examined and copies may be obtained
at the Department of Public Works, 111 Morphew Street, P. O. Box 151560, San Rafael, CA
94901. Cost shall be Fifty Dollars ($50.00) per set, non-refundable. Cost of mailing sets shall be
an additional Ten Dollars ($10.00) per set.
Bidders are hereby notified that pursuant to Section 1770 of the Labor Code of the State of
California, the City of San Rafael has ascertained the general prevailing rate of per diem wages
and rates for legal holiday and overtime work in the locality where the work is to be performed
for each craft or type of workmen or mechanics needed to execute the contract which will be
awarded the successful Bidder. The prevailing rates so determined by the City are on file in the
office of the City Clerk, copies of which are available to any interested party on request.
Each bid shall be made out on the form to be obtained at the Department of Public Works, 111
Morphew Street, San Rafael, California 94901 and shall be accompanied by cash, certified check
or bidder's bond for ten percent (10%) of the amount of bid, made payable to the order of the
City of San Rafael; shall be sealed and filed with said City Clerk, 1400 Fifth Avenue, City
Hall, Room 209, San Rafael, California 94901 on or before December 13, 2011 at 10:00am.
The City reserves the right to reject any or all bids or to waive any informality in a bid
ESTHER C. BEIRNE
City Clerk
Dated: November 1, 2011
ANDERSEN DRIVE AND DU BOIS STREET REPAIRS
RECEIVED
JAN 0 9 2.012
CITY ATROI NEY
PROFESSIONAL SERVICES AGREEMENT/CONTRACT
COMPLETION CHECKLIST AND ROUTING SLIP
Below is the process for getting your professional services agreements/contracts finalized and
executed. Please attach this "Completion Checklist and Routing Slip" to the front of your
contract as you circulate it for review and signatures. Please use this form for all professional
services agreements/contracts (not just those requiring City Council approval).
This process should occur in the order presented below.
Step
Step
Responsible
Responsible
po i �b
R e �sn
Description
Completion
Ms
De
Department
Date
I
City Attorney
Review, revise, and comment on draft
2
Contracting Department
Forward final agreement to contractor for
their signature. Obtain at least two signed
originals from contractor.
3
Contracting Department
Agendize contractor -signed agreement for
Council approval, if Council approval
necessary (as defined by City Attorney/City
Ordinance*).
4
City Attorney
Review and approve form of agreement;
bonds, and insurance certificates and
endorsements.
5
City Manager / Mayor or
Agreement executed by Council authorized
ZD
De artment Head
official.
6
Clerk
City Clerk attests signatures, retains original
JCity
agreement and forwards copies to the
contractincy department.
To be completed by Contracting Department:
Project Manager: Project Name:
�-,Z,
Agendized for City Council Me—etinc, 4�if necessary):
tn I
If you have questions on this process, please contact the City Attorney's Office at 485-3080.
* Council approval is required if contract is over 520,000 on a cumulative basis.
INSTRUCTIONS:
_••0
97-Alff
CITY OF SAN RAFAEL
USE THIS FORM WITH EACH SUBMITTAL OF A CONTRACT, AGREEMENT,
ORDINANCE OR RESOLUTION BEFORE APPROVAL BY COUNCIL / AGENCY.
NADER MANSOURIAN
PUBLIC WORKS
12/13/2011
TITLE OF DOCUMENT:
SRRA / SRCC AGENDA ITEM NO.
DATE OF MEETING: 12/19/2011
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AWARDING A CONTRACT
FOR THE ANDERSEN DRIVE AND DU BOIS STREET REPAIRS, CITY PROJECT NO. 11198, TO
MAGGIORA & GHILOTTI, INC. IN THE AMOUNT OF $177,177.00. (BID OPENING HELD ON TUESDAY,
DECEMBER 13, 2011).
C V ,
CE,
Department Head (signature)
(LOWER HALF OF FORM FOR APPROVALS ONLY)
APPROVED AS COUNCIL / AGENCY APPROVED AS TO FORM:
AGENDA ITEM:
---)l
I I li'll-t ",I
City aha`ger (sigature) City Attorney signaturo)
-�o
WTOTATIAM