HomeMy WebLinkAboutAgenda Report - March 20, 2013 C-07AGENDA ITEM i07
CITY OF LODI
COUNCIL COMMUNICATION
TM
AGENDA TITLE: Adopt Resolution Awarding Contract for 2013 GrapeLine Bus Stop Improvements to
A. M. Stephens Construction Company, Inc., of Lodi ($117,396.25)
MEETING DATE: March 20, 2013
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt resolution awarding contract for 2013 GrapeLine Bus Stop
Improvements to A. M. Stephens Construction Company, Inc., of
Lodi, in the amount of $117,396.25.
BACKGROUND INFORMATION: This project consists of constructing improvements at eight bus stop
locations on the GrapeLine's fixed -route bus system. Bus shelters
with benches and amenities will be installed at all eight locations,
and new Americans with Disabilities (ADA) compliant concrete slabs will be placed at six locations to
accommodate the shelter.
Specifications for this project were approved on January 16, 2013. The City received the following seven
bids for this project on March 6, 2013.
Bidder Location Bid
Engineer's Estimate
$141,166.00
A.M. Stephens Construction Co., Inc.
Lodi
$117,396.25
Mathew McCarty*
Lodi
$131,048.67**
Taylor Backhoe Service, Inc.
Merced
$154,025.00
A Vet Construction, Inc.
Woodbridge
$158,739.40
On Grade Contracting
Sonora
$174,313.00
Soracco & Sons
Sutter Creek
$178,754.99**
Mark Wallace Masonry
Auburn
$190,739.31
* Bid did not include Addendum No. 2 and bid bond.
**Math error shown on submitted bid proposal. Corrected amount shown above.
Total project costs are estimated to be $140,000, including construction costs, staffing, and
contingencies. An appropriation of $200,000 is included in the FY 2012/13 budget.
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.
FUNDING AVAILABLE: Federal Transit Administration Funds (1251): $112,000 (80%)
Transportation Development Act Funds (1251): $ 28,000 (20%)
TOTAL: $140,000
Jor an Ayers
Deputy City Mana er/Internal ervices Director
F. Wally ndelin
Public Works Director
Prepared by Paula J. Fernandez, Transportation Manager/Senior Traffic Engineer
cc: Transportation Manager i MV General Manager
APPROVED: �. ,K I
Konradt Bartlam, CiiyVanager
K UP\PROJECTS\TRANSIT\2013 Bus Stop Improvements\CAward.doc
3/6/2013
GRAPELINE BUS STOP IMPROVEMENTS 2013
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.
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,
Contract. DOC 1 03/06/13
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 eight
bus stop locations and other incidental and related work, all as shown on the specifications for
"GrapeLine Bus Stop Improvements 2013, Various Locations".
CONTRACT ITEMS
ITEM EST'D.
NO. DESCRIPTION UNIT QTY UNIT PRICE TOTAL PRICE
1.
Clearing and Grubbing
LS
1
$
1,250.00
$
1,250.00
2.
Remove Sidewalk/Handicap
Ramp
SF
1,630
$
6.50
$10,595.00
3.
Remove Curb and Gutter
LF
242
$
3.00
$
726.00
4.
Remove Sign Post
EA
5
$
50.00
$
250.00
5.
Remove and Salvage Bench
EA
4
$
100.00
$
400.00
6.
Concrete Subgrade Compaction
SF
2,590
$
3.70
$
9,583.00
7.
Install Concrete
Pad/Sidewalk/ADA ramp
SF
2,007
$
7.75
$15,554.25
8.
Install Curb and Gutter
SF
242
$
24.00
$
5,808.00
9. Replace AC Pavement
10. Furnish and Install Shelter,
Bench, and Amenities
Contract.DOC
SF 482 $ 15.00 $ 7,230.00
EA 8 $ 8,250.00 $66,000.00
TOTAL $117,396.25
2 03/06/13
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 IS 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.
IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands the year
and date written below.
CONTRACTOR: CITY OF LODI
M
Title
(CORPORATE SEAL)
By:
Konradt Bartlam
City Manager
Date:
Attest:
City Clerk
Approved As To Form
D. Stephen Schwab
City Attorney
Contract. DOC 3 03/06/13
RESOLUTION NO. 2013-34
A RESOLUTION OF THE LODI CITY COUNCIL
AWARDING AND AUTHORIZING THE CITY MANAGER
TO EXECUTE CONTRACT FOR 2013 GRAPELINE
BUS STOP IMPROVEMENTS PROJECT
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 March 6, 2013, at
11:00 a.m., for the 2013 GrapeLine Bus Stop Improvements Project, described in the
specifications therefore approved by the City Council on January 16, 2013; 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. $117,396.25
Mathew McCarty* $131,048.67**
Taylor Backhoe Service, Inc. $154,025.00
A Vet Construction, Inc. $158,739.40
On Grade Contracting $174,313.00
Soracco & Sons $178,754.99**
Mark Wallace Masonry $190,739.31
* Bid did not include Addendum No. 2 and bid bond.
**Math error shown on submitted bid proposal. corrected amount shown above.
WHEREAS, staff recommends awarding the contract for the 2013 GrapeLine Bus Stop
Improvements Project to the low bidder, A.M. Stephens Construction Company, Inc., of Lodi,
California, in the amount of $117,396.25.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby award
the contract for the 2013 GrapeLine Bus Stop Improvements Project to the low bidder,
A.M. Stephens Construction Company, Inc., of Lodi, California, in the amount of $117,396.25;
and
BE IT FURTHER RESOLVED that the City Manager is hereby authorized to execute the
contract.
Dated: March 20, 2013
I hereby certify that Resolution No. 2013-34 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held March 20, 2013, by the following vote:
AYES:
NOES:
ABSENT:
ABSTAIN
COUNCIL MEMBERS — Hansen, Johnson, Katzakian, Mounce, and
Mayor Nakanishi
COUNCIL MEMBERS — None
COUNCIL MEMBERS — None
COUNCIL MEMBERS — None
2013-34
HL
City Clerk
CITY COUNCIL
ALAN NAKANISHI, Mayor
PHIL KATZAKIAN,
Mayor Pro Tempore
LARRY D. HANSEN
BOBJOHNSON
JOANNE L. MOUNCE
MV Transportation
Jeff Kohlhepp, Manager
24 S. Sacramento Street
Lodi, CA 95240
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.lodi.gov
March 14, 2013
KONRADT BARTLAM
City Manager
RANDIJOHL
City Clerk
D. STEVEN SCHWABAUER
City Attorney
F. WALLY SANDELIN
Public Works Director
SUBJECT: Adopt Resolution Awarding Contract for 2013 GrapeLine Bus Stop
Improvements to A.M. Stephens Construction Company, Inc., of Lodi
($117,396.25)
Enclosed is a copy of background information on an item on the City Council agenda of
Wednesday, March 20, 2013. 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 333-6702.
If you have any questions about the item itself, please call Paula Fernandez,
Transportation Manager/Senior Traffic Engineer, at 333-6800, extension 2667.
F. Wally Sandelin
• Public Works Director
FWS/pmf
Enclosure
cc: City Clerk