HomeMy WebLinkAboutAgenda Report - September 4, 2013 C-05AGENDA ITEM C; I15
CITY OF LODI
COUNCIL COMMUNICATION
TM
AGENDA TITLE: Adopt Resolution Awarding Contract for Stockton Street Improvements to
A. M. Stephens Construction Company, Inc., of Lodi ($178,162.40) and
Appropriating Funds ($205,000)
MEETING DATE: September 4, 2013
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt resolution awarding contract for Stockton Street
Improvements to A. M. Stephens Construction Company, Inc., of
Lodi, in the amount of $178,162.40 and appropriating funds in the
amount of $205,000.
BACKGROUND INFORMATION: This project consists of furnishing and installing approximately
5,200 square feet of asphalt concrete and aggregate base,
approximately 550 lineal feet of concrete vertical curb, gutter and
sidewalk, storm drain inlets, and curb return; relocating an existing traffic signal pole; replacing/adding
traffic signal loop detectors; and other incidental and related work, all as shown on the plans and
specifications for the above project.
On October 14, 2008, Council approved an Improvement Deferral Agreement for Thule Hitch Systems for
the property located at 1313 South Stockton Street. The Improvement Deferral Agreement required the
owner to pay for or complete frontage improvements along Stockton Street within two years of the
approval date. Since that time, Thule Hitch Systems sold the property to Mepco Company before the
required improvements were completed. As a condition of sale, Thule Hitch Systems was required to
fulfill the terms of the original Improvement Deferral Agreement by paying the City $110,000 for these
frontage improvements along Stockton Street.
The original project was to add curb, gutter and sidewalk to the frontage of the property at
1313 South Stockton Street. Subsequently, the Public Works Department decided to fix an existing traffic
lane misalignment condition by realigning the curb return at the northwest corner of the Kettleman Lane
and Stockton Street intersection. These changes to the project increased the project cost from the
estimated $110,000 to the bid amount of $178,162.40. Additionally, due to the work within Caltrans right-
of-way, the Public Works staff is recommending an extra 15% appropriation above the contract value in
case there are unforeseen conditions found in Caltrans right-of-way. The total appropriation request is
$205,000.
Plans and specifications for this project were approved on March 20, 2013. The City received the
following eight bids for this project on August 7, 2013.
APPROVED: t A
-Konradt Bartlam, City Manager
K:\WP\PROJECTS\STREETS\Stockton\Stockon St-Kettleman Ln Widening\Stockton: Street Offsite Imp\CAward.doc 8/20/2013
Adopt Resolution Awarding Contract for Stockton Street Improvements to A. M. Stephens Construction
Company, Inc., of Lodi ($178,162.40) and Appropriating Funds ($205,000)
September 4, 2013
Page 2
Bidder
Location
Bid
Engineer's Estimate
$
163,917.50
A. M. Stephens Construction Company
Lodi
$
178,162.40
FBD Vanguard Construction
Livermore
$
195,530.50
Cazadores Construction
EI Dorado Hills
$
202,701.25
Martin General Engineering
Rancho Cordova
$
208,701.00
B&M Builders
Rancho Cordova
$
212,116.00
Taylor Backhoe Service
Merced
$
231,546.00
Knife River Construction
Stockton
$
239,999.00
Robert Burns Construction
Stockton
$
284,549.50
FISCAL IMPACT: The project will increase the long-term maintenance cost of the added
pavement sections.
FUNDING AVAILABLE: Requested Appropriation: Streets Capital (320124) - $205,000
Jordan yers
Deputy City Manager/Internal Services Director
F. Wally S delin
Public Works Director
Prepared by Chris Boyer, Assistant Engineer
FWS/CB/pmf
cc: Deputy Public Works Director —Utilities
K:\WP\PROJECTS\STREETS\Stockton\Stockon St-Kettleman Ln Widening\Stockton Street Offsite Imp\CAward.doc 8/20/2013
STOCKTON STREET OFFSITE IMPROVEMENT
1313 South Stockton Street 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
General Provisions
Special Provisions
Bid Proposal
Contract
Contract Bonds
Plans
The July 2006 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 If - 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,
and subsistence pay, apprenticeship or other training programs. The responsibility for
compliance with these Labor Code requirements is on the prime contractor.
Contract. doc. doc 1 08/07/13
ITEM
NO. DESCRIPTION
11. Thermoplastic Markings
12. Thermoplastic Stripe
13. Water Pollution Control
14. 12 -Inch Storm Pipe
15. 48 -Inch Storm Manhole
16. Side Inlet Catch Basin
UNIT PRICE TOTAL PRICE
$ 11.05 $ 663.00
$ 3.10 $ 1,767.00
$ 8,250.00 $ 8,250.00
$ 184.00 $ 6,624.00
EA 1 $ 4,200.00 $ 4,200.00
EA 2 $ 1,800.00 $ 3,600.00
TOTAL $178,162.40
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 60 CALENDAR 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.
Contract.doc.doc 3 08/07113
EST'D.
UNIT
QTY
SF
60
LF
570
LS
1
LF
36
UNIT PRICE TOTAL PRICE
$ 11.05 $ 663.00
$ 3.10 $ 1,767.00
$ 8,250.00 $ 8,250.00
$ 184.00 $ 6,624.00
EA 1 $ 4,200.00 $ 4,200.00
EA 2 $ 1,800.00 $ 3,600.00
TOTAL $178,162.40
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 60 CALENDAR 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.
Contract.doc.doc 3 08/07113
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 Bartlam
City Manager
By: Date:,
Title
Attest
City Clerk
(CORPORATE SEAL) Approved As To Form
D. Stephen Schwabauer
City Attorney
Contract.doc.doc 4 Oa/07/13
1. AA#
2. JV#
- ! „r .l{• 1(_� � ti
�
� t. i; �' 4 �y fG. i i 1.-,.N � a.1l+.v ,S•• .! �' .i
APPRQP IATI,QN;i4�JWSTAi ENT,(�i E
FUND # BUS. UNIT # ACCOUNT # ACCOUNT TITLE
r
TO:
Internal Services Dept - Budget Division
3. FROM:
lRebecca Areida-Yadav 15. DATE: 8/18/2013
4. DEPARTMENT/DIVISION: Public Works
6r REQUEST ADJUSIMENT"OF�APPROPRIATION
AS L•ISTED'BELQW ,_
FUND # BUS. UNIT # ACCOUNT # ACCOUNT TITLE
AMOUNT
A.
SOURCE OF
FINANCING
320 3205 Fund Balance
$ 205,000.00
Deputy City Manager/Internal Services Manager
Date
B.
USE OF
FINANCING
320 320124 7720 Stockton/Kettleman Improvements
$ 205 000.00
ase provide a description of the project, the total cost of the project, as well as justification for the
uested adjustment. If you need more space, use an additional sheet and attach to this form.
with AM Stephens for Stockton Street Improvements
If Council has authorized the appropriation adjustment, complete the following:
Meeting Date: j Res No: A Attach copy of resolution to this form.
Department Head Signature:
8."APPROVALSIGNATURES.`
Deputy City Manager/Internal Services Manager
Date
Submit completed form to the Budget Division with any required documentation.
Final approval will be provided in electronic copy format.
RESOLUTION NO. 2013-159
A RESOLUTION OF THE LODI CITY COUNCIL AWARDING AND
AUTHORIZING THE CITY MANAGER TO EXECUTE CONTRACT
FOR STOCKTON STREET IMPROVEMENTS PROJECT AND
FURTHER APPROPRIATING 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 August 7, 2013, at 11:00 a.m., for
the Stockton Street Improvements Project described in the plans and specifications therefore
approved by the City Council on March 20, 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 Company $ 178,162.40
FBD Vanguard Construction $ 195,530.50
Cazadores Construction $ 202,701.25
Martin General Engineering $ 208,701.00
B&M Builders $ 212,116.00
Taylor Backhoe Service $ 231,546.00
Knife River Construction $ 239,999.00
Robert Burns Construction $ 284,549.50
WHEREAS, staff recommends awarding the contract for the Stockton Street Improvements
Project to the low bidder, A. M. Stephens Construction Company, Inc., of Lodi, California, in the
amount of $178,162.40.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby award the
contract for the Stockton Street Improvements Project to the low bidder, A. M. Stephens
Construction Company, Inc., of Lodi, California, in the amount of $178,162.40; 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 $205,000 be appropriated for the
project from the Streets Capital account.
Dated: September 4, 2013
----------------------------------------------------------------------------
----------------------------------------------------------------------------
I hereby certify that Resolution No. 2013-159 was passed and adopted by the City Council of
the City of Lodi in a regular meeting held September 4, 2013, by the following vote:
AYES: COUNCIL MEMBERS — Hansen, Johnson, Katzakian, Mounce, and
Mayor Nakanishi
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS — None
i
LL-OL'SON
City Clerk
2013-159