Loading...
HomeMy WebLinkAboutCP2019 #21-11 2021 Local Street Preservation CITY OF 4 AUBURN Nancy Backus,Mayor WASHINGTON 25 West Main Street*Auburn WA 98001-4998*www.auburnwa.gov* 253-931-3000 May 21, 2021 Randy Liotti Tucci & Sons, Inc 4224 Waller Road Tacoma, WA 98443 NOTICE TO PROCEED RE: Project No CP2019, 2021 Local Street Preservation, Contract#21-11 You are hereby notified to proceed as of May 24, 2021 with the work on the above-referenced project, within the time period specified, in accordance with the provisions of the contract documents, copy enclosed. Your first working day will be May 25, 2021. This project has 110 working days for completion. This Notice to Proceed does not authorize any construction or other activity in violation of any law, expressly including the Governor's Emergency Proclamations and related Guidance Memoranda. Active construction activities shall be in accordance with all current criteria and requirements related to Proclamation 20-25. If you have any questions, please contact the inspector for the project, Jamie Roberts at 253-804-5085 or the Contract Administration Supervisor, Amanda DeSilver at 253-876-1980. Sincerely, Kim Truong Project Engineer Public Works Department KT/ad/as Enclosure cc: Shawn Campbell, City Clerk Jacob Sweeting, Assistant Director of Engineering/City Engineer Jamie Roberts, Project Inspector Electronic Distribution Only ENG-017-ELH, Revised 12/18 AUBURN * MORE THAN YOU IMAGINED DocuSign Envelope ID:37F22B13-6245-4454-A4FE-2CE837574F63 CONTRACT Contract No. 21-11 THIS AGREEMENT AND CONTRACT, made and entered into at Auburn, Washington, by and between the CITY OF AUBURN, WASHINGTON, a municipal corporation, and TUCCI & SONS, INC, 4224 WALLER ROAD, TACOMA, WA 98443 hereinafter called the CONTRACTOR. WITNESSETH: That, in consideration of the terms and conditions contained in the Contract Documents entitled "CP2019, 2021 Local Street Preservation," which are by this reference incorporated herein and made a part of this Contract, the parties hereto covenant and agree as follows: I. The CONTRACTOR shall do all work and furnish all tools, materials and equipment for Project CP2019, 2021 Local Street Preservation — full-width reconstruction of selected residential streets; grind, repair, and overlay the roadway; upgrade curb ramps; replace stormwater infrastructure; and potable water improvements for a unit bid price of four million, one hundred eighty-five thousand, seven hundred eighty-one dollars and fifty cents ($4,185,781.50) and Washington State Sales Tax of two hundred twenty-four thousand, two hundred eighteen dollars and thirteen cents ($224,218.13) for a total contract value of four million, four hundred nine thousand, nine hundred ninety-nine dollars and sixty-three cents ($4,409,999.63) in accordance with and as described in the Contract Documents which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this Contract and every part thereof. This Contract shall be executed by the Contractor and returned to the City within 20 calendar days after the receipt of the dated notification of award and the Contract time shall commence within 10 working days after execution of the Contract by the City and so designated on the Notice to Proceed. Physical completion shall be within 110 working days of the date on the Notice to Proceed. If said work is not completed within the time specified, the CONTRACTOR agrees to pay liquidated damages to the CITY OF AUBURN, as specified in Section 1-08.9 (Liquidated Damages) of the Standard Specifications. The CONTRACTOR shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this Contract and every part thereof, except such as are mentioned in the Contract Documents to be furnished by the CITY OF AUBURN. II. The CITY OF AUBURN hereby promises and agrees with the CONTRACTOR to employ, and does employ the CONTRACTOR to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the Contract Documents and the terms and conditions herein contained and hereby contracts to pay for the same according to said Contract Documents and the aforesaid proposal hereto attached, at the time and in the manner and upon the conditions provided for in this Contract. DocuSign Envelope ID:37F22B13-B245-4454-A4FE-2CE837574F63 III. The CONTRACTOR for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon by part of the CONTRACTOR. IV. It is further provided that no liability shall attach to the CITY OF AUBURN, WASHINGTON by reason of entering into this Contract, except as expressly provided herein. IN WITNESS WHEREOF the parties hereto have caused this Contract to be executed on May 10, 2021 ("Effective Date"). CITY OF AUBURN, WASHINGTON , `DocuSigned 1by: ! G-r _�1rigIKAAS By '—AECEBB9537354C0... Nancy Backus, Mayor Countersigned: tenth day of May , 2021 APPROVED AS TO FORM: I! ocuSignedby: 7RQSS R(),!`Rflgd'Ar` Kendra Comeau, City Attorney TUCCI & SONS, INC --DocuSigned by: "Ad' 'rte President By .. 4C81464060ae1AG.. Authorized Official Signature } I1.J13CITTYOF0 Nancy Backus,Mayor WASHINGTON 25 West Main Street * Auburn WA 98001-4998 * www.auburnwa.gov* 253-931-3000 May 21, 2021 Randy Liotti Tucci & Sons, Inc. 4224 Waller Road Tacoma, WA 98443 Order to Suspend Work Contract No.: 21-11 Project No.: CP2019 Project Name: 2021 Local Street Preservation Dear Mr. Liotti: In accordance with Section 1-08.6 (Suspension of Work) of the Contract Documents, you are ordered to suspend work operations effective May 25, 2021. This suspension is at your request due to crew availability and for material procurement per your letter dated May 18, 2021. It is anticipated work will resume on June 7, 2021. A letter to resume work will be issued at that time. Sincerely, _f Kim Truong Project Engineer Public Works Department KT/ad/as cc: Jamie Roberts, Project Inspector Amanda DeSilver, Contract Administration Supervisor Electronic Distribution Only ENG-068-ELH, Revised 12/18 AUBURN* MORE THAN YOU IMAGINED Memorandum CITY OF AUBURN WASHINGTON To: City Council, Mayor 8�'_ 04/22/2021 From: Ingrid Gaub, Public Works Director Signed Date CC: Ryan Vondrak, Capital & Construction Engineering Manager Jacob Sweeting, City Engineer/Assistant Director Engineering Services Re: Award of Public Works Contract 21-11, CP2019— 2021 Local Street Preservation As delegated by the Mayor to award public works contracts within the authorization limits of Auburn City Code 3.10.010, I hereby approve and award Contract No. 21-11 to the lowest responsible bidder, Tucci & Sons, Inc., on their total low bid of$4,409,999.63, including sales tax for Project No. CP2019, 2021 Local Street Preservation. The City received 6 responsive bids and the low bid was approximately 14% below the engineer's estimate. Staff performed verifications to determine that Tucci & Sons, Inc. meets the responsible bidding criteria. The total estimated project costs are within the total project budget. The 2021 Local Street Preservation project major items of work include full-width reconstruction of selected residential streets; grind, repair, and overlay the roadway; upgrade curb ramps; replace stormwater infrastructure; and potable water improvements. Staff will provide construction status updates on the monthly Capital Project Status Report. Enclosure(s): Bid Tab Summary Sheet, Vicinity Map ENG-003, Revised 2/21 CITY OF AUBURN PUBLIC WORKS DEPARTMENT ADDENDUM NO. 02 DATE: April 13, 2021 Project Number CP2019, Contract No. 21-11 2021 Local Street Pavement Preservation Project Bid Opening Date: April 15, 2021 11:00 AM PT The following revisions, additions, and/or deletions are hereby made a part of the specifications and plans of the above-named contract and shall be taken into consideration by the bidder in submitting their bid: BID PROPOSAL PACKAGE: 1. REPLACE the entire Original Bid Proposal Package with the attached Revised Bid Proposal Package. The following is a summary of changes to the Original Bid Proposal Package: a. Added new bid item 104 (HMA Cl. 3/8-inch PG 58H-22) and associated quantities to Schedule D. b. Revised quantities for bid items 105 (HMA Cl. 1/2-inch PG 58H-22) c. Revised bid items numbers accordingly. By signing the space provided in the "Receipt of Addenda" section of the "Bid Proposal", bidders certify and acknowledge receipt of Addendum No. 02 and to due consideration thereof in preparing and submitting the "Bid Proposal". Failure to acknowledge receipt of this Addendum on the "Bid Proposal" may be considered an irregularity in the "Bid Proposal". Prepared By: Reviewed By: t Y O-r-e6.. m 04/13/21 04/13/21 Project Manager Date Engineer of Record Date 4/13/21 Approved By: 47."-.1/4e4.0 04/13/2021 Jacob Sweeting, P.E. Date City Engineer/Asst. Director of Engineering Services CITY OF AUBURN PUBLIC WORKS DEPARTMENT ADDENDUM NO. 01 DATE: April 12, 2021 Project Number CP2019, Contract No. 21-11 2021 Local Street Pavement Preservation Project Bid Opening Date: April 15, 2021 11:00 AM PT The following revisions, additions, and/or deletions are hereby made a part of the specifications and plans of the above-named contract and shall be taken into consideration by the bidder in submitting their bid: BID PROPOSAL PACKAGE: 1. REPLACE the entire Original Bid Proposal Package with the attached Revised Bid Proposal Package. The following is a summary of changes to the Original Bid Proposal Package: a. Deleted bid item 37 (General Permit Documentation Compliance). b. Added new bid item 144 (Storm Drainage Frame and Grate) and associated quantities to Schedule E. c. Revised descriptions for bid items 24 (Manhole 60 In Diam. Type 3), 63 (Concrete Inlet), 86 (Cased Crossing), 137 (Manhole 48 In Diam. Type 3), and 173 (Cased Crossing). d. Revised quantities for bid items 25 (Catch Basin Type 1), 26 (Concrete Inlet), 141 (Adjust Manhole), 170 (Connect to Existing Water Main), 174 (Gate Valve, 8 In. Diam.), and 178 (Water Service Connection 3/ in Meter with 1 in Diam. Service Line). e. Revised bid items numbers accordingly. PART 2: TECHNICAL SPECIAL PROVISIONS: 1. ADD the following pay item from Section 7-05.5 (Payment): "Storm Drainage Frame and Grate", Per Each The unit contract price per each for"Storm Drainage Frame and Grate" shall be full pay for all work, equipment and materials necessary to remove the existing catch basin or manhole frame and grate and furnish and install a new catch basin or manhole frame and grate, and to complete final adjustment to finish grade (including asphalt concrete patches). 2. REPLACE the first paragraph of Section 7-09.3(25) (Pipe Casing) with the following: (*****) Steel casing pipe shall meet ASTM A-53, having a minimum tensile strength of 60,000 psi and a minimum yield strength of 35,000 psi. Minimum wall thicknesses for casing diameter 14" shall be 0.25". All joints shall be welded. Provide shop applied anti- corrosive coating on casing exterior conforming to AWWA C210. Minimum coating thickness of 16 mils dry film thickness (DFT), do not exceed manufacture's maximum thickness. Product shall be TNEMEC hi-Build Tneme-Tar series 46H-413, or City approved equal. A ductile iron casing meeting the requirements of water pipe may be used in lieu of steel. 3. REPLACE the second paragraph of Section 7-09.4 (Measurement) with the following: Measurement for payment of"Cased Crossing" will be per LF. 4. REPLACE the sixth and seventh paragraph of Section 7-09.5 (Payment) with the following: "Cased Crossing" Per LF The unit contract price per linear foot for"Cased Crossing" shall include all costs for furnishing labor, materials, and equipment necessary to construct a cased crossing in accordance with the detail shown on the Plans, where designated on the Plans or by the Engineer. CONTRACT PLANS: REPLACE Plan Sheet Nos. 11-15, 69 and 88 with the attached Plan Sheets. The following is a summary of changes to the original Plan Sheets 1. Sheet number 11 (G Street SE, Storm Plan and Profile, STA 10+00 to 13+00): a. REVISE CB14 in profile to remove sump. 2. Sheet number 12 (G Street SE, Storm Plan and Profile, STA 13+00 to 16+00): a. REVISE CB02 in profile to remove sump. 3. Sheet number 13 (G Street SE, Storm Plan and Profile, STA 16+00 to 19+50): a. REVISE SDMH04 and SDMH06 in profile to remove sump. b. REVISE CB03, CB05, CB07, and CB10 to concrete inlet. 4. Sheet number 14 (G Street SE, Storm Plan and Profile, STA 19+50 to 23+00): a. REVISE CB13 to CB Type 1. 5. Sheet number 15 (G Street SE, Storm Lateral Profiles): a. REVISE SDMH04, and SDMH06 in profile to remove sump. b. REVISE CB02, CB04, CB08, CB11, and CB14 in profile to remove sump. c. REVISE CB03, CB07, and CB10 to concrete inlets. d. REVISE CB13 to CB Type 1. 6. Sheet number 69 (Riverwalk Overlay Water Plan and Profile): a. REVISE water meter no. 7 service line. 7. Sheet number 88 (Roadway and Water Details): REVISE casing detail. By signing the space provided in the "Receipt of Addenda" section of the "Bid Proposal", bidders certify and acknowledge receipt of Addendum No. 01 and to due consideration thereof in preparing and submitting the "Bid Proposal". Failure to acknowledge receipt of this Addendum on the "Bid Proposal" may be considered an irregularity in the "Bid Proposal". Prepared By: Reviewed By: P3areo- Yyl 04/12/21 04/12/21 Project Manage r Date Engineer of Record Date 4/21/2021 Approved By: 04/12/2021 Jacob Sweeting, P.E. Date City Engineer/Asst. Director of Engineering Services