HomeMy WebLinkAboutAgenda Report - October 5, 2011 C-04AGENDA ITEM C-4
SUPPLEMENTAL MATERIAL
"
CITY OF LODI BLUE SHEET"
COUNCIL COMMUNICATION
Im
AGENDA TITLE: Adopt Resolution Rejecting All Bids and Authorizing Advertisement for Bids for
Transit Station Facility Improvement Project
MEETING DATE: October 5, 2011
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt resolution rejecting all bids and authorizing advertisement for
bids for Transit Station facility improvement project.
BACKGROUND INFORMATION: The project includes replacing the gutters, the damaged roof
structure, and composition roofing at the four passenger shelters;
rerouting and connecting eight existing downspouts to new gutters
at the passenger shelters; pressure washing and painting the passenger shelters, North Annex,
South Annex, and main Transit Station; removing and replacing concrete expansion caulk joints at the
platform surrounding all the buildings and shelters; and replacing the louvered covers at the South Annex.
There is also a $5,000 allowance to repair the South Annex clock.
Plans and specifications for this projectwere approved on July 6, 2011. The City received the following
five bids for this project on August 31, 2011.
Bidder
Location
Bid
Engineer's Estimate
$
150,000.00
Seven Islands Painting (non-responsive)
Daly City
$
119,000.00
Diede Construction, Inc.
Lodi
$
124,624.50
D. M. Alegre Construction, Inc. (non-responsive)
Tracy
$
158,366.50
Color New Company
Woodland Hills
$
184,650.00
Designed Building Systems, Inc.
Dublin
$7,343,095.00
Staff recommends the bids be rejected and then rebid because staff was formally notified on
October 4, 2011, that one of the planholders, D. M. Alegre, was not issued the bid addenda prior to bid
time as required.
FISCAL IMPACT: The project will reduce the maintenance costs at the facility.
FUNDING AVAILABLE: This project will utilize $131,000 in Transportation Development Act (TDA)
funds (125179) allocated in the FY 2011/12 budget. Appropriation of funds
will be made at contract award.
F. Wally Sa lin
Public Works Director
Prepared by Gary Wirnan, Construction Manager
FWS/GW/pmf
cc: Construction Project ManagerWirnan
Transportation Manager Fernandez
APPROVED:
Konradt Bartlam, City anager
K UP\PROJECTS\TRANSIT\Transit Facilitylmprovements\Bid Documents\CRejectl3ids.doc 101512011
RESOLUTION NO. 2011-
A RESOLUTION OF THE LODI CITY COUNCIL
REJECTING ALL BIDS AND AUTHORIZING RE -
ADVERTISEMENT FOR BIDS FOR TRANSIT
STATION FACILITY IMPROVEMENT PROJECT
WHEREAS, in answer to notice duly published in accordance with law and the
order of this City Council, sealed proposals were received and publicly opened on
August 31, 2011, at 11:00a.m., for the Transit Station Facility Improvements Project,
described in the plans and specifications therefore approved by the City Council on
July 6, 2011; and
WHEREAS, said bids have been checked and tabulated and a report thereof
filed with the City Manager as follows:
Bidder Bid
Seven Islands Painting (non-responsive) $ 119,000.00
Diede Construction, Inc. $ 124,624.50
D. M. Alegre Construction, Inc. (non-responsive) $ 158,366.50
Color New Company $ 184,650.00
Designed Building Systems, Inc. $7,343,095.00
WHEREAS, staff recommends the bids be rejected and then rebid because staff
was formally notified on October4, 2011, that one of the planholders, D. M. Alegre, was
not issued the bid addenda prior to bid time as required.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
reject all bids and authorize re -advertisement for bids for the Transit Station Facility
Improvement Project.
Dated: October 5, 2011
-------------------------------------------------------------------
hereby certify that Resolution No. 2011- was passed and adopted by the
City Council of the City of Lodi in a regular meeting held October 5, 2011, by the
following vote:
AYES: COUNCIL MEMBERS —
NOES: COUNCIL MEMBERS —
ABSENT: COUNCIL MEMBERS—
ABSTAIN: COUNCIL MEMBERS —
RANDIJOHL
City Clerk
2011-
AGENDA ITEM C 04
4% CITY OF LODI
COUNCIL COMMUNICATION
,M
AGENDA TITLE: Adopt Resolution Rejecting Non -Responsive Bids, Authorizing City Managerto
Execute Contractfor Transit Station Facility Improvement Projectwith Diede
Construction, Inc., of Lodi ($124,624.50) and Appropriating Funds ($19,000)
MEETING DATE: October 5,2011
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt resolution rejecting non-responsive bids; authorizing
City Managerto execute contract for Transit Station facility
improvement project with Diede Construction, Inc., of Lodi, in the
amount of $124,624.50; and appropriating funds in the amount of
$19,000.
BACKGROUND INFORMATION: The project includes replacing the gutters, the damaged roof
structure, and composition roofing at the four passenger shelters;
rerouting and connecting eight existing downspouts to new gutters
at the passenger shelters; pressure washing and painting the passenger shelters, North Annex,
South Annex, and main Transit Station; removing and replacing concrete expansion caulk joints at the
platform surrounding all the buildings and shelters, and replacing the louvered covers at the South Annex.
There is also a $5,000 allowance to repair the South Annex clock.
Plans and specifications for this projectwere approved on July 6, 2011. The City received the following
five bids for this project on August 31, 2011. The bid received from Seven Islands Painting is
non-responsivefor failure to fully complete the schedule of values and to include the mandatory addenda
acknowledgement. The bid received from D. M. Alegre Construction, Inc., is non-responsivefor failure to
include the mandatory addenda acknowledgement. Designed Building Systems, Inc., incorrectly totaled
the Schedule of Values form; the correct total is shown below. Staff recommends rejecting the
non-responsive bids and awarding the contract to Diede Construction, Inc., of Lodi. Staff also
recommends appropriating $19,000 in addition to funds allocated in the FY 2011/12 budgetto cover City
staff time, project -related costs and contingencies.
Bidder
Engineer's Estimate
Seven Islands Painting (non-responsive)
Diede Construction, Inc.
D. M. Alegre Construction, Inc. (non-responsive)
Color New Company
Designed Building Systems, Inc.
Location
Daly City
Lodi
Tracy
Woodland Hills
Dublin
Bid
$ 150,000.00
$ 119,000.00
$ 124,624.50
$ 158,366.50
$ 184,650.00
$7,343,095.00
FISCAL IMPACT: The projectwill reduce the maintenance costs at the facility.
APPROVED:
onradt Bartlam, City Manager
KAWRPROJECTSURANSIT\Transit Facilitylmprovements\Bid Documents\CAward Transit Station Facility lmp.doc
9/13/2011
Adopt Resolution Rejecting Non -Responsive Bids, Authorizing City Managerto Execute Contractfor
Transit Station Facility Improvement Projectwith Diede Construction, cf Lodi ($124,624.50) and
Appropriating Funds ($19,000)
October 5,2011
Page 2
FUNDING AVAILABLE: This project will utilize $131,000 in Transportation Development Act (TDA)
funds (125179) allocated in the FY 2011/12 budget.
Requested Appropriation: TDA Funds (125179): $19,000
Ll�
Jordan Ayers
Deputy City Manager/Internal Services Director
F. Wally ndelin
Public Works Director
Prepared by Gary Wiman, Construction Manager
FWS/GW/pmf
cc: Construction Project ManagerWiman
Transportation Manager Fernandez
Management Analyst Areida-Yadav
Diede Construction
Seven Islands Painting
D. M. Alegre Construction, Inc.
K:\WP\PROJECTS\TRANSIT\Transit Facilitylmprovements\Bid Documents\CAward Transit Station Facililylmp.doc 9/14/2011
City of Lodi
Request for Proposal
Transit Station Facility Improvement Project RFP
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 DIEDE CONSTRUCTION, INC., 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:
PART A: Request for Design/Build Proposal
PART B: Bid Proposal Pricing Forms
PART C: Special Conditions
PART D: Federal Requirements
Specifications/Bridging Documents
Federal Minimum Wage Rates
Drawings:
Site Plan and Exhibits
Addenda
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, furnish all labor 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 Clauses 65 and 66 Special Conditions, 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.
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:
TOTA1, CnNTRACTA MOTINT Guaranteed
Maximum Price
$124,624.50 *
*ExhibitA is the Schedule of Values from the Contractor dated August 30,2011.
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 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 documents.
ARTICLE VIII — The Contractor agrees to commence work pursuant to this contract and to diligently
prosecute to completion in accordance with the following schedule:
Total Project: 45 calendar days
When signing this contract, the Contractor agrees that the times of completion for this contract are
reasonable, that failure to meet the milestones completion shall result in the assessment of liquidated
damages charges to the Contractor, and that the Contractor agrees to pay the City liquidated damages of
$1,000.00 per day for each day the work is not totally completed beyond the times specified in the
preceding paragraph. Contractor agrees that this amount may be deducted from the amount due the
Contractor under the contract.
2
IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands the year and date
written below.
CONTRACTOR: CITY OF LODI
Title
(CORPORATE SEAL)
By:
Konradt Bartlam, City Manager
Date:
Attest:
Randi Johl, City Clerk
Approved as to form:
D. Stephen Schwabauer, City Attorney
Z�5s
City of Lodi
Request for Proposal
Transit Station Facility Improvement Project RFP
City of Lodi
Transit Station Facility improvement Project
Schedule of Values
Item I Descristion
Qty 1
Unit I
Unit Price
'total
_ Bonds and Insurance
1
LS
R6 -Y-9, -0
Pasen er Shelters
4
EA
75-
6
r
South Annex
1
LS
t`
North Annex
1
LS
d,
Main Transit Station Building1
LS
r
Concrete Caulk Joint - V and less
1200
LF
�5.#
,
Concrete Caulk Joint - greater then V
750
LF
` ,2
s-0
Clock Allowance
1
LS
$5,000.001
5,000,0C
Bike Rack
1
LS
1
All other items needed to complete contract
requirements
1
I
LS
1
Overhead & Profit
1
LS
_ IFotal Guaranteed Maximum Price
( � U
Signafufe
Part B
Exhibit A
Reference
Aug - II
Total of above items I.11.
This amount
should be the same amount
entered
on RFP Part B as the
Guaranteed
Maximum Price,
t„ } CS)r.
Firm
Transit Station Facility Improvement Project RFP 10 08/22/11
1. AA#
2. JV#
Rease provide a description of the project, the total cost of the project, as well as justification for the
requested adjustment. Ifyou need more space, use an additional sheet and attach to this form.
for Transit Station Facility Improvement projectwith Diede Construction.
If Council has authorizedthe appropriation adjustment, completethe following:
Meeting Date: 10/05/2011 Res No: Attach copy of resolutionto this form.
Department Head Signature: A&&,
Deputy City Manager/Internal Services Manager Date
Submit completed form to the Budget Divisionwith any required documentation.
Final approval will be provided in electroniccopy format.
RESOLUTION NO. 2011-147
A RESOLUTION OF THE LODI CITY COUNCIL
REJECTING ALL BIDS AND AUTHORIZING
RE -ADVERTISEMENT FOR BIDS FOR TRANSIT
STATION FACILITY IMPROVEMENTS PROJECT
WHEREAS, in answer to notice duly published in accordance with law and the
order of this City Council, sealed proposals were received and publicly opened on
August 31, 2011, at 11:00 a.m., for the Transit Station Facility Improvements Project,
described in the plans and specifications therefore approved by the City Council on
July 6, 2011; and
WHEREAS, said bids have been checked and tabulated and a report thereof
filed with the City Manager as follows:
Bidder Bid
Seven Islands Painting (non-responsive) $ 119,000.00
Diede Construction, Inc. $ 124,624.50
D. M. Alegre Construction, Inc. (non-responsive) $ 158,366.50
Color New Company $ 184,650.00
Designed Building Systems, Inc. $7,343,095.00
WHEREAS, staff recommends the bids be rejected and then rebid because staff
was formally notified on October 4, 2011, that one of the planholders, D. M. Alegre, was
not issued the bid addenda prior to bid time as required.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
reject all bids and authorize re -advertisement for bids for the Transit Station Facility
Improvements Project.
Dated: October 5, 2011
hereby certify that Resolution No. 2011-147 was passed and adopted by the
City Council of the City of Lodi in a regular meeting held October 5, 2011, by the
following vote:
AYES: COUNCIL MEMBERS — Hansen, Katzakian, Mounce, Nakanishi,
and MayorJohnson
NOES: COUNCIL MEMBERS —None
ABSENT: COUNCIL MEMBERS— None
ABSTAIN: COUNCIL MEMBERS— None
iNf D!I :J70 rH
City Clerk
2011-147
y��'A416111►[NI�
BOBJOHNSON, Mayor
JOANNE L. MOUNCE,
Mayor Pro Tempore
LARRY D. HANSEN
PHIL KATZAKIAN
ALAN NAKANISHI
CITY OF LODI
PUBLIC WORKS DEPARTMENT
CITY HALL, 221 WEST PINE STREET
P.O. BOX 3006
LODI, CALIFORNIA 95241-1910
(209)333-6706
FAX (209)333-6710
EMAIL pwdept@lodi.gov
http : \\www. I od i. g ov
September 29,2011
KONRADT BARTLAM
City Manager
RANDIJOHL
City Clerk
D. STEVEN SCHWABAUER
City Attorney
F. WALLY SANDELIN
Public Works Director
Diede Construction Seven Islands Painting D. M. Alegre Construction, Inc.
P.O. Box 1007 6548 Mission Street P.O. Box 387
Woodbridge, CA 95258 Daly City, CA 94014 Tracy, CA 95378
SUBJECT: Adopt Resolution Rejecting Non -Responsive Bids, Authorizing
City Manager to Execute Contract for Transit Station Facility Improvement
Projectwith Diede Construction, Inc., of Lodi ($124,624.50) and
Appropriating Funds ($19,000)
Enclosed is a copy of background information on an item on the City Council agenda of
Wednesday, October 5, 2011. The meeting will be held at 7 p.m. in the
City Council Chamber, Carnegie Forum, 305 West Pine Street.
This item is on the consent calendar and is usually not discussed unless a
Council Member requests discussion. The public is given an opportunity to address
items on the consent calendar at the appropriate time.
If you wish to write to the City Council, please address your letter to City Council,
City of Lodi, P. 0. Box 3006, Lodi, California, 95241-1910. Be sure to allow time for the
mail. Or, you may hand-deliverthe letter to City Hall, 221 West Pine Street.
If you wish to address the Council at the Council Meeting, be sure to fill out a speaker's
card (available at the Carnegie Forum immediately prior to the start of the meeting) and
give it to the City Clerk. If you have any questions about communicating with the
Council, please contact Randi Johl, City Clerk, at (209) 333-6702.
If you have any questions about the item itself, please call Gary Wiman,
Construction Project Manager, at (209) 333-6800, extension 2054.
F. Wally Sandelin
Public Works Director
FWS/pmf
Enclosure
cc: City Clerk
NCAWARD TRANSIT STATION FACILITYIMP.DOC