Loading...
HomeMy WebLinkAboutAgenda Report - February 4, 2015 C-05AGENDA ITEM Ei CITY OF LODI COUNCIL COMMUNICATION TM AGENDA TITLE: Adopt Resolution Awarding Contract for 2015 GrapeLine Bus Stop Accessibility and Shelter Improvements to Sierra National Construction, Inc., of Carmichael ($282,692) MEETING DATE: February 4, 2015 PREPARED BY: Public Works Director RECOMMENDED ACTION: Adopt resolution awarding contract for 2015 GrapeLine Bus Stop Accessibility and Shelter Improvements to Sierra National Construction, Inc., of Carmichael, in the amount of $282,692. BACKGROUND INFORMATION: This project consists of removing accessibility barriers near eight GrapeLine bus stops and installing shelters at nine bus stop locations. Curb ramps will be installed at 11 locations and alley approaches will be reconstructed at the locations to meet ADA guidelines. Each new shelter will include lighting, a bench, and a trash can. Plans and specifications for this project were approved on December 17, 2014. The City received the following five bids for this project on January 14, 2015. Bidder Location Bid Engineer's Estimate $ 344,860.00 Sierra National Construction, Inc. Carmichael $ 282,692.00 A.M. Stephens Construction, Inc. Lodi $ 286,675.05 FBD Vanguard Construction Livermore $ 346,480.30 Robert Burns Construction Stockton $ 383,483.40 George Reed Modesto $ 455,777.17 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: This project will be funded by Federal Transit Administration (FTA) / Transportation Development Act (TDA) (60199000). Jordan Ayers Deputy City Manager/Internal Services Director J 6z" F. Wally Sa elin Public Works Director Prepared by Sean Nathan, Associate Civil Engineer FWS/SN/smh cc: Transportation Manager APPROVED: tep en Schwabauer, (Aty Manager K:\WP\PR0JECTS\TRANSIT\2015 Grapeline Bus Stop essiGility and Shelter Improvements\CAward doc 1/22/2015 2015 GRAPELINE BUS STOP ACCESSIBILITY AND SHELTER IMPROVEMENTS VARIOUS LOCATIONS CITY OF LODI, CALIFORNIA CONTRACT THIS CONTRACT made by and between the CITY OF LODI, State of California, herein referred to as the "City," and SIERRA NATIONAL 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: 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 1992 Edition, Standard Specifications, State of California, Business and Transportation Agency, Department of Transportation All of the above documents, sometimes hereinafte Documents," are intended to cooperate so that any mentioned in the other is to be executed the sa documents. r referred to as the "Contract work called for in one and not me as if mentioned in all said 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, 2015BusStopADA1mprv4 Contract doc 1/15/2015 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: This work consists of installing 9 shelters at existing Grapeline bus stop locations and modifying concrete near 8 stops to improvement accessibility. The modifications include the replacement or construction of 11 curb ramps, 2 alley approaches, sign post relocations and other incidental and related work. Each new shelter will also include lighting, a bench, and a trash can. All work is as described in the specifications for the above project. For additional contract item descriptions refer to Section 6-07 "Description of Bid Items" and Attachment "D". CONTRACT ITEMS Item Description Unit Qty Unit Price Total 1 Misc. Clearing and Grubbing LS 1 $ 10,000.00 $ 10,000.00 2 Remove Sidewalk / Ramp / Dwy / AC / Alley Approach SF 8,443 $ 3.50 $ 29,550.50 3 Remove Curb / Curb and Gutter LF 70 $ 15.00 $ 1.050.00 4 Furnish and Install New Sign Post and Sleeve. Relocate Ex Sign. EA 4 $ 290.00 $ 1.160.00 5 Remove & Salvage Post. Relocate Sign EA 6 $ 140.00 $ 840.00 6 Reset Sign Post in new Sleeve EA 3 $ 260.00 $ 780.00 7 Remove & Salvage Bench EA 9 $ 200.00 $ 1,800.00 8 Concrete Subgrade Compaction SF 6,601 $ 1.50 $ 9,901.50 9 Install Concrete Pad / Sidewalk / Ramp / Res. Dw SF 5,578 $ 10.00 $ 55,780.00 10 Install Alley Approach SF 1,023 $ 8.00 $ 8,184.00 11 Install Curb / Curb and Gutter LF 717 $ 28.00 $ 20,076.00 12 i Install Asphalt Concrete Transition SF 1,145 $ 14.00 $ 16,030.00 2015BusStopADA1mprv4 ContracLdoc 1/15/2015 Item Description Unit Qty Unit Price Total 13 Furnish and Install Shelter, EA 9 $ 11,200 $ 100,800.00 Bench, Trash Can and Amenities 14 Install Sidewalk / Curb Drain EA 6 $ 450.00 $ 2,700.00 15 Furnish and Install 24" Riser EA 2 $ 640.00 $ 1,280.00 16 Furnish and Install SICB EA 3 $ 1,200.00 $ 3,600.00 17 Install 8" Dia SD Lateral & LF 40 $ 80.00 $ 3,200.00 Connections 18 Reset/ Adjust Catch Basin Frame EA 3 $ 270.00 $ 810.00 and Cover 19 Replacel Water Valve Frame and EA 4 $ 350.00 $ 1,400.00 Cover 20 Furnish and Install Truncated SF 175 $ 28.00 $ 4,900.00 Domes 21 Reset Property Pin EA 2 $ 950.00 $ 1,900.00 22 Reset Monument EA 3 $ 950.00 $ 2,850.00 23 Perform Root Surgery and Install EA 2 $ 400.00 $ 800.00 Root Barrier 24 Provide 2 -Year Maintenance LS 1 $ 3,300.00 $ 3,300.00 Bond TOTAL $282,692.00 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 Vlll - 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 50 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. 2015BusStopADA1mprv4 Contractdoc 01/15/15 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) 0 Stephen Schwabauer City Manager Date: Attest: City Clerk Approved As To Form Janice D. Magdich' City Attorney r 2015BusStopADA1mprv4 Contract.doc 01/15/15 RESOLUTION NO. 2015-03 A RESOLUTION OF THE LODI CITY COUNCIL AWARDING AND AUTHORIZING THE CITY MANAGER TO EXECUTE THE CONTRACT FOR THE 2015 GRAPELINE BUS STOP ACCESSIBILITY AND SHELTER IMPROVEMENTS 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 January 14, 2015, at 11:00 a.m., for the 2015 GrapeLine Bus Stop Accessibility and Shelter Improvements, described in the plans and specifications therefore approved by the City Council on December 17, 2014; and WHEREAS, said bids have been checked and tabulated and a report thereof filed with the City Manager as follows: Bidder Bid Engineer's Estimate $ 344,860.00 Sierra National Construction, Inc. $ 282,692.00 A.M. Stephens Construction, Inc. $ 286,675.05 FBD Vanguard Construction $ 346,480.30 Robert Burns Construction $ 383,483.40 George Reed $ 455,777.17 WHEREAS, staff recommends awarding the contract for the 2415 GrapeLine Bus Stop Accessibility and Shelter Improvements to the low bidder, Sierra National Construction, Inc., of Carmichael, in the amount of $282,692. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby award the construction contract for the 2015 GrapeLine Bus Stop Accessibility and Shelter Improvements to the low bidder, Sierra National Construction, Inc., of Carmichael, California, in the amount of $282,692; and BE IT FURTHER RESOLVED that the City Manager is hereby authorized to execute the contract. Dated: February 4, 2015 I hereby certify that Resolution No. 2015-03 was passed and adopted by the City Council of the City of Lodi in a regular meeting held February 4, 2015, by the following vote: AYES: COUNCIL MEMBERS — Chandler, Kuehne, Mounce, Nakanishi, and Mayor Johnson NOES: COUNCIL MEMBERS — None ABSENT: COUNCIL MEMBERS — None ABSTAIN: COUNCIL MEMBERS — None J NIFER FERRAIOLO City Clerk 2015-03