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