Loading...
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