Loading...
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