HomeMy WebLinkAboutAgenda Report - December 21, 2016 C-04TM
CITY OF LODI
COUNCIL COM MUNICATION
AGENDA ITEM
AGENDA TITLE: Adopt Resolution Rejecting Low Bid as Non -Responsive and Awarding Contract for
Hutchins Street Square North Entrance Americans with Disabilities Act
Improvements to A.M. Stephens Construction Company, Inc., of Lodi ($118,529)
MEETING DATE: December 21, 2016
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt resolution rejecting low bid as non-responsive and awarding
contract for Hutchins Street Square North Entrance Americans with
Disabilities Act Improvements to A.M. Stephens Construction Company,
Inc., of Lodi, in the amount of $118,529.
BACKGROUND INFORMATION: Hutchins Street Square is a community event center that offers
entertainment, classes, and facility rentals to the local Lodi
community. The existing concrete access ramp at the building's
north entrance does not comply with the Americans with Disabilities Act (ADA).
This project consists of removing the existing concrete ramp at the north entrance of the building and
replacing it with a new, concrete, ADA -compliant ramp, along with new stairs for general public access.
Three parking stalls will be removed to install two concrete, ADA -compliant parking stalls with appropriate
signage and striping. A new crosswalk will be striped in the existing asphalt and new concrete sidewalk
will join the existing sidewalk to the new access ramp.
The specifications for this project were approved on August 17, 2016. The City received the following five
bids for this project on November 16, 2016.
Bidder Location Bid
Engineer's Estimate $98,000.00
United Pavement Maintenance, Inc. Hughson $106,457.00
A.M. Stephens Construction Co., Inc. Lodi $118,529.00
Breneman, Inc. Concord $119,977.00
FBD Vanguard Construction, Inc. Livermore $139,397.00
Richard Townsend Construction, Inc. Oakdale $155,551.00
Staff reviewed all bids. The low bid submitted by United Pavement Maintenance, Inc. was determined to
be non-responsive since the Secretary of State indicated the corporation under which United Pavement
Maintenance, Inc. conducted business was suspended as of the time of the bid opening on November 16,
2016. Revenue and Taxation Code, Section 23301 states that a suspended corporation has no corporate
powers rights and privileges. Accordingly, a suspended corporation such as United Pavement
Maintenance, Inc. lacks the power to contract and cannot lawfully execute a contract without having been
issued a certificate of reviver. For this reason, staff recommends awarding contract for Hutchins Street
Square North Entrance ADA Improvements to A.M. Stephens Construction Company, Inc., of Lodi, in the
amount of $118,529.
APPROVED:
Oh
:'im• en Schvv, City Manager
K:\WP\PROJECTS\MISC\HSS North Entrance ADA\Council Communications\HSS N Entrance CAward.doc 12/12/16
Adopt Resolution Rejecting Low Bid as Non -Responsive and Awarding Contract for Hutchins Street Square — North Entrance Americans with Disabilities Act
Improvements to A.M. Stephens Construction Company, Inc. of Lodi ($118,529)
December21, 2016
Page 2
FISCAL IMPACT: Completing the project reduces the City's exposure to ADA claims.
FUNDING AVAILABLE: This project will be funded by the Community Development Block Grant.
S san Bjork
Supervising Budget Analyst
Charles E. Swimtey, Jr.
Public Works Director
Prepared by Kimberly Sobin, Assistant Engineer
CES/KS/tdb
Attachment
cc City Attorney
Deputy Public Works Director/ City Engineer
Neighborhood Services Manager
PW Management Analyst, Yadav
A.M. Stephens Construction, Inc.
K:\WP\PROJECTSVIAISC\HSS North Entrance ADA\Council Communications\HSS N Entrance CAward.doc 12/12/16
HUTCHINS STREET SQUARE
NORTH ENTRANCE ADA IMPROVEMENTS
125 S. HUTCHINS 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 1992 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.
CONTRACT doc
4.1
11/17/16
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 provide all labor, materials and equipment to remove
existing concrete ramp, concrete sidewalk, asphalt parking stalls, planting and irrigation.
The Contractor shall also provide all labor, materials and equipment to install one ADA
accessible ramp with low wall and handrails, stairs with handrails, topiary bases,
concrete sidewalk, two accessible concrete parking stalls, associated signage and
striping, and other incidental and related work, all as shown on the plans and
specifications for "Hutchins Street Square North Entrance ADA Improvements."
ITEM
NO. DESCRIPTION
1. Clearing and Grubbing
2 Sawcut and Remove
Concrete and Pavement
3. Grading and Compaction
4 Install Wastewater
Cleanout Cover and Box
CONTRACT ITEMS
EST'D.
UNIT QTY UNIT PRICE TOTAL PRICE
LS 1 $2,000 $2,000
LS 1 $9,000 $9,000
LS 1 $15,850 $15,850
EA 1 $200 $200
Construct Ramp
including adjacent Walls
and Railings LS 1 $29,010 $29,010
CONTRACT doc
4.2
11117116
ITEM
NO. DESCRIPTION
6. Construct Stairs, Railing
and Low Wall
7. Construct Concrete
Walkway
8. Construct Concrete
Parking Stalls
9. Truncated Domes
10. 14 -Inch Asphalt Concrete
Transition
11. Signage and Striping
12. Construct Topiary Base
Stands
13. Landscape and Irrigation
Improvement
EST'D.
UNIT QTY UNIT PRICE TOTAL PRICE
LS 1 $29,935 $29,935
SF 795 $8 $6,360
SF 640 $9 $5,760
SF 84 $46 $3,864
LF 54 $50 $2,700
LS 1 $2,050 $2,050
EA 5 $500 $2,500
LS 1 $9,300 $9,300
TOTAL BID $118,529
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.
CONTRACT doc
4.3
11/17/16
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 30 CALENDAR DAYS.
ARTICLE IX - State of California Senate Bill 854 requires the following:
• No contractor or subcontractor may be listed on a bid proposal for a public works
project unless registered with the Department of Industrial Relations pursuant to
Labor Code section 1725.5 [with limited exceptions from this requirement for bid
purposes only under Labor Code section 1771.1(a)].
• No contractor or subcontractor may be awarded a contract for public work on a
public works project unless registered with the Department of Industrial Relations
pursuant to Labor Code section 1725.5.
• This project is subject to compliance monitoring and enforcement by the
Department of Industrial Relations.
CONTRACT.doc
4.4
11/17/16
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, a municipal corporation
By:
STEPHEN SCHWABAUER
City Manager
By. Date.
Attest:
Title
JENNIFER M. FERRAIOLO
City Clerk
(CORPORATE SEAL) Approved As To Form:
CONTRACT doc
JANICE D. MAGDICH
City Attorney
4.5
11/17/16
RESOLUTION NO. 2016-217
A RESOLUTION OF THE LODI CITY COUNCIL REJECTING THE LOW BID AS
NON-RESPONSIVE AND AWARDING THE CONTRACT FOR THE
HUTCHINS STREET SQUARE NORTH ENTRANCE AMERICANS WITH
DISABILITIES ACT (ADA) IMPROVEMENTS PROJECT TO A.M. STEPHENS
CONSTRUCTION COMPANY, INC., OF LODI
WHEREAS, this project consists of removing the existing concrete ramp at the north
entrance of the building and replacing it with a new, concrete, ADA -compliant ramp, along with
new stairs for general public access. Three parking stalls will be removed to install two concrete
ADA -compliant parking stalls with appropriate signage and striping. A new crosswalk will be
striped in the existing asphalt, and new concrete sidewalk will join the existing sidewalk to the
new access ramp; and
WHEREAS, in answer to notice duly published in accordance with law and the order of
this City Council, sealed proposals were received and publicly opened on November 16, 2016,
at 11:00 a.m., for the Hutchins Street Square North Entrance Americans with Disabilities Act
Improvements Project described in the plans and specifications therefore approved by the
City Council on August 17, 2016; and
WHEREAS, said bids have been checked and tabulated and a report thereof filed with
the City Manager as follows:
Bidder Bid
United Pavement Maintenance, Inc. $106,457
A.M. Stephens Construction Company, Inc. $118,529
Breneman, Inc. $119,977
FBD Vanguard Construction, Inc. $139,397
Richard Townsend Construction, Inc. $155,551
WHEREAS, the low bid submitted by United Pavement Maintenance, Inc., was
determined to be non-responsive since the Secretary of State's records show that the
corporation under which United Pavement Maintenance, Inc., conducted business was
suspended as of the time of the bid opening on November 16, 2016; and
WHEREAS, staff recommends rejecting the low bid of United Pavement Maintenance,
Inc., as non-responsive and awarding the contract for the Hutchins Street Square North
Entrance Americans with Disabilities Act Improvements Project to A.M. Stephens Construction
Company, Inc., of Lodi, in the amount of $118,529.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby reject
the low bid of United Pavement Maintenance, Inc., as non-responsive, and award the contract
for the Hutchins Street Square North Entrance Americans with Disabilities Act Improvements
Project to the lowest responsive bidder, A.M. Stephens Construction Company, Inc., of Lodi,
California, in the amount of $118,529.
Dated: December 21, 2016
I hereby certify that Resolution No. 2016-217 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held December 21, 2016 by the following vote:
AYES: COUNCIL MEMBERS — Chandler, Johnson, Mounce, Nakanishi, and
Mayor Kuehne
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS — None
2016-217
4NIFE JVI. FERRAa/126WY4
IOLO
ity Clerk
CITY COUNCIL
DOUG KUEHNE, Mayor
ALAN NAKANISHI,
Mayor Pro Tempore
MARK CHANDLER
BOB JOHNSON
JOANNE MOUNCE
CITY OF LODI
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
www.gov
December 15, 2016
A.M. STEPHENS CONSTRUCTION COMPANY, INC.
PO BOX 1867
LODI, CA 95241
STEPHEN SCHWABAUER
City Manager
JENNIFER M. FERRAIOLO
City Clerk
JANICE D. MAGDICH
City Attorney
CHARLES E SWIMLEY, JR.
Public Works Director
SUBJECT ADOPT RESOLUTION REJECTING LOW BID AS NON-RESPONSIVE
AND AWARDING CONTRACT FOR HUTCHINS STREET SQUARE
NORTH ENTRANCE AMERICANS WITH DISABILITIES ACT
IMPROVEMENTS TO A.M. STEPHENS CONSTRUCTION COMPANY,
INC., OF LODI ($118,529)
Enclosed is a copy of background information on an item on the City Council agenda of
Wednesday, December 21, 2016. 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 Jennifer M. Ferraiolo, City Clerk, at (209) 333-6702.
If you have any questions about the item itself, please call Kimberly Sobin at (209) 333-
6706
f
Cliarles E. Swimley, Jr.
Public Works Director
CES/tdb
Enclosure
cc: City Clerk