Loading...
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