HomeMy WebLinkAboutAgenda Report - December 21, 2011 C-0747 AGENDA ITEM C40
�yOF�CITY
vz..00 1 LODI
Vs1-7
<Ip ppbCOUNCIL COMMUNICATION70
AGENDA TITLE: Adopt Resolution Authorizing City Managerto Execute Contractfor 2011 GrapeLine
Bus Stop improvements with A. M. Stephens Construction Company, Inc., of Lodi
($53,059) and Appropriating Funds ($25,000)
MEETING DATE: December21, 2011
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute contract for
2011 GrapeLine bus stop improvements project with A. M. Stephens
Construction Company, Inc., of Lodi, in the amount of $53,059 and
appropriating funds in the amount of $25,000.
BACKGROUND INFORMATION: This project consists of constructing improvements at five bus stop
locations on the GrapeLine's fixed -route bus system. Bus shelters
with benches and amenities will be installed at all five locations, and
new concrete will be placed at four locations to accommodatethe shelter.
Specifications for this projectwere approved on October 19, 2011. The City received the following eight
bids for this project on November 16, 2011.
Bidder
Engineer's Estimate
A. M. Stephens Construction Co., Inc.
Playscapes Construction, Inc.
Quimu Contracting, Inc.
PBM Construction, Inc.
Biondi Paving, Inc.
ND Electrical Construction, Inc.
Diede Construction, Inc.
Andrew L. Lee, Inc.
Location
Bid
$ 65,611.00
Lodi
$ 53,059.00
Tracy
$ 64,372.50
Dixon
$ 65,000.00
Rocklin
$ 65,865.00
Sacramento
$ 69,986.00
Anaheim
$ 70,020.30
Lodi
$ 81,348.16
Lodi
$102,150.00
An appropriation of $50,000 is included in the FY 2011/12 budget and an additional appropriation of
$25,000 is requestedfor a total of $75,000. Staff is recommendingthe additional appropriationto cover
construction costs, staffing and contingencies.
FISCAL IMPACT: There will be a slight increase in the long-term maintenance costs
associated with these improvements, which will be included in future
Transit Operations budgets.
APPROVED:
onr dt Bartla-m-70ty Manager
KAWPIPROJECTSITRANSIM01I Bus Stop ImprovementslCAward.doc
11/28/2011
Adopt Resolution Authorizing City Manager to Execute Contract for 2011 GrapeLine Bus Stop
Improvementswith A. M. Stephens Construction Company, Inc., of Lodi ($53,059) and Appropriating
Funds ($25,000)
December21, 2011
Page 2
FUNDING AVAILABLE: Federal Transit Administration (CA -90-Y565 grant)/
Transportation Development Act Funds (125080): $50,000
Requested Appropriation: FTA/TDA (1251): $25.000
TOTAL: $75,000
cA.'Q't"PV' -
Jordan Ayers
Deputy City Manager/Internal Services Director
J&" � ZLIX4j-
F. Wally S delin
Public Works Director
Prepared by Paula J. Fernandez, Transportation Manager/SeniorTrafflc Engineer
FWS/PJF/pmf
cc: Transportation Manager
MV General Manager
SJRTD Facilities SuperintendentWendell Krell
K:\WP\PROJECTS\TRANSIT\2011 Bus Stop Improvements\CAward.doc 11/28/2011
GRAPELINE BUS STOP IMPROVEMENTS 2011
VARIOUS LOCATIONS 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 A. M. STEPHENS CONSTRUCTION COMPANY, 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:
Notice Inviting Bids
Information to Bidders
Certifications and Forms
General Provisions
Federal Requirements
Special Provisions
Bid Proposal
Contract
Contract Bonds
Federal Minimum Wage Rates
Plans
Addenda
The July 2002 Edition,
Standard Specifications,
State of California,
Business and Transportation Agency,
Department of Transportation
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 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 Section 5.600, "Measurement, Acceptance and Payment," of the
General Provisions, 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.
CONTRACTLOC -I 11/16/2011
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:
Perform the work necessary to furnish and install bus shelters, benches and amenities at five
bus stop locations and other incidental and related work, all as shown on the plans and
specifications for " GrapeLine Bus Stop Improvements 2011, Various Locations".
CONTRACT ITEMS
ITEM EST'D.
NO. DESCRIPTION UNIT QTY UNIT PRICE TOTAL PRICE
1. Clearing and Grubbing
LS 1 $ 2,000.00 $ 2,000.00
2.
Remove Sidewalk
SF
39
$
10.00
$
390.00
3.
Remove Sign post
LS
1
$
50.00
$
50.00
4.
Remove and Salvage Bench
EA
4
$
100.00
$
400.00
5.
Concrete Subgrade Compaction
SF
383
$
5.00
$
1,915.00
6.
Install Concrete Retaining Wall
IF
83
$
31.00
7.
Install Concrete Pad
SF
340
$
8.90
8. Install Sidewalk
SF 58 $
9. Install Sign on Shelter Panel EA 5 $
10.00
25.00
$ 2,573.00
$ 3,026.00
$ 580.00
$ 125.00
Contract.DOC 2 11/16/11
ITEM
EST'D.
NO.
DESCRIPTION
UNIT QTY
UNIT PRICE
TOTAL PRICE
10.
Landscape Modifications
LS 1
$ 1,500.00
$ 1,500.00
11.
Furnish and Install Shelter,
Bench, and Amenities
EA 5
$ 8,100.00
$40,500.00
TOTAL
$53,059.00
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 and to
establish lines and grades 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 specifications.
ARTICLE VIII - The Contractor agrees to commence work pursuant to this contract within 15
calendar days after the City Manager has executed the contract and to diligently prosecute to
completion within 70 WORKING DAYS.
WHEN SIGNING THIS CONTRACT, THE CONTRACTOR AGREES THAT THE TIME OF
COMPLETION FOR THIS CONTRACT E REASONABLE AND THE CONTRACTOR AGREES
TO PAY THE CITY LIQUIDATED DAMAGES AS SET FORTH IN SECTION 6-04.03 OF THE
SPECIAL PROVISIONS. CONTRACTOR AGREES THAT THIS AMOUNT MAY BE
DEDUCTED FROM THE AMOUNT DUE THE CONTRACTOR UNDER THE CONTRACT.
Contract.DOC 3 11/16/11
IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands the year
and date written below.
CONTRACTOR: CITY OF LODI
By:
Konradt Barham
City Manager
By: Date:
Title
(CORPORATE SEAL)
Attest:
City Clerk
Approved As To Form:
D. Stephen Schwabayer
City Attorney`
Contract.DOC 4 11/16/11
1. AA#
2. JV#
CITY OF LODE
APPROPRIATION ADJUSTMENT REQUEST
TO: Internal Services Det - Budget Division
3 FROM. Rebecca Areida-Yadav 15. DATE. 12/09/2011
4 DEPARTMENT/DIVISION Public Works
6. REQUEST ADJUSTMENT
OF APPROPRIATION AS LISTED BELOW
FUND #
BUS. UNIT # ACCOUNT # ACCOUNT TITLE
AMOUNT
A.
1250
5496 FTA
$
20,000.00
SOURCE OF
1250
5493 TDA
$
5,000.00
FINANCING
B.
1251
1251080 7720 Bus Stop Shelters
$
25,000.00
USE OF
FINANCING
Submit completed form to the Budget Division with any required documentation
Final approval will be provided in electronic copy format.
RESOLUTION NO. 2011-196
A RESOLUTION OF THE LODI CITY COUNCIL
AWARDING CONTRACT FOR 2011 GRAPELINE BUS
STOP IMPROVEMENTS, AUTHORIZING THE
CITY MANAGER TO EXECUTE CONTRACT, AND
FURTHERAPPROPRIATING FUNDS
WHEREAS, in answer to notice duly published in accordance with law and the order of
this City Council, sealed bids were received and publicly opened on November 16, 2011, at
11:00 a.m., for the 2011 GrapeLine Bus Stop Improvements, described in the specifications
therefore approved by the City Council on October 19, 2011; and
WHEREAS, said bids have been checked and tabulated and a report thereof filed with
the City Manager as follows:
Bidder
Bid
A. M. Stephens Construction Co., Inc. $ 53,059.00
Playscapes Construction, Inc.
$
64,372.50
Quimu Contracting, Inc.
$
65,000.00
PBM Construction, Inc.
$
65,865.00
Biondi Paving, Inc.
$
69,986.00
ND Electrical Construction, Inc.
$
70,020.30
Diede Construction, Inc.
$
81,348.16
Andrew L. Lee, Inc.
$
102,150.00
WHEREAS, staff recommends awarding the contract for the 2011 GrapeLine Bus Stop
Improvements to the low bidder, A. M. Stephens Construction Company, Inc., of Lodi,
California, in the amount of $53,059, and the appropriation of an additional $25,000 to cover
construction costs, staffing, and contingencies.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby award
the contract for the 2011 GrapeLine Bus Stop Improvements to the low bidder, A. M. Stephens
Construction Company, Inc., of Lodi, California, in the amount of $53,059; and
BE IT FURTHER RESOLVED that the City Manager is hereby authorized to execute the
contract; and
BE IT FURTHER RESOLVED that funds in the amount of $25,000 be appropriated from
Federal Transit Administration/Transportation Development Act funds for this project.
Dated: December 21, 2011
hereby certify that Resolution No. 2011-196 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held December21, 2011, by the following vote:
AYES: COUNCIL MEMBERS — Hansen, Katzakian, Nakanishi, and Mayor Mounce
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS —Johnson
ABSTAIN: COUNCIL MEMBERS — None
City Clerk
2011-196
CITY COUNCIL KONRADT BARTLAM
JOANNE L. MOUNCE, Mayor City Manager
ALAN NAKANISHI, CITY OF L O D I RANDI JOHL
Mayor Pro Tempore PUBLIC WORKS DEPARTMENT City Clerk
LARRY D. HANSEN D. STEVEN SCHWABAUER
BOBJOHNSON CITY HALL, 221 WEST PINE STREET City Attorney
PHILKATZAKIAN P.O. BOX 3006 F. WALLY SANDELIN
LODI, CALIFORNIA 95241-1910 Public Works Director
(209) 333-6706
FAX (209) 333-6710
EMAIL pwdept@lodi.gov
http:\Xwww.lodi.gov
December 14,2011
MV Transportation San Joaquin Regional Transit District
Jeff Kohlhepp, General Manager Wendell Krell, Facilities Superintendent
24 S. Sacramento Street P.O. Box 201010
Lodi, CA 95240 Stockton, CA 95201
SUBJECT: Adopt Resolution Authorizing City Managerto Execute Contract for 2011
GrapeLine Bus Stop Improvements with A. M. Stephens Construction
Company, Inc., of Lodi ($53,059) and Appropriating Funds ($25,000)
Enclosed is a copy of background information on an item on the City Council agenda of
Wednesday, December 21, 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. O. Box 3006, Lodi, California, 95241-1910. Be sure to allow time for the
mail. Or, you may hand -deliver the 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 Paula Fernandez,
Transportation Manager/Senior Traffic Engineer, at (209) 333-6800, extension 2667.
7"- 1�"-
lGe : F. Wally Sandelin
Public Works Director
FWS/pmf
Enclosure
cc: City Clerk
NCAWARD.DOC