HomeMy WebLinkAboutAgenda Report - May 17, 2017 C-06CITY OF LODI
COUNCIL Co M MUNICATION
AGENDA ITEM
C-6
TM
AGENDA TITLE: Adopt Resolution Awarding Contract for 2017 DeBenedetti Park Trail and Parking Lot
Improvements to A. M. Stephens Construction Company, Inc., of Lodi ($630,137),
and Appropriating Funds ($740,000)
MEETING DATE: May 17, 2017
PREPARED BY: Public Works Director
RECOMMENDED ACTION:
Adopt resolution awarding contract for 2017 DeBenedetti Park Trail
and Parking Lot Improvements to A. M. Stephens Construction
Company, Inc., of Lodi, in the amount of $630,137, and appropriating
funds in the amount of $740,000.
BACKGROUND INFORMATION: DeBenedetti Park is heavily used from spring through fall for various
sports, primarily soccer. Many visitors park on Lower Sacramento
Road and a portion of Century Boulevard, most of which is not wide
enough to accommodate parallel -parked vehicles. Parks, Recreation and Cultural Services staff has
received comments from the Police Department and the public about the need for additional parking.
This project consists of removing the turnaround at the end of the existing parking lot, extending the access
road, constructing a parking lot addition, constructing a walkway connecting to Heavenly Way, and
other incidental and related work, all as shown on the plans and specifications for the above project.
Plans and specifications for this project were approved on March 1, 2017. The City received the following
seven bids for this project on April 12, 2017.
Bidder
Engineer's Estimate
A. M. Stephens Construction Company, Inc.
Sierra Valley Construction
Goodland Landscape Construction
George Reed
All-American Construction
Taylor Backhoe Service
B&M Builders
Location
Lodi
Loomis
Tracy
Modesto
Yuba City
Merced
Rancho Cordova
Base Bid
$758,442.40
$784,586.16
$797,770.36
$867,914.00
$868,088.00
$946,470.90
$951,180.50
$1,029,827.00
Base + Alt.
$799,692.40
$845,711.16
$871,570.36
$931,664.00
$935,588.00
$1,018,470.90
$1,029,930.50
$1,099,727.00
All bids exceeded the Engineer's Estimate and are in excess of the Parks Impact Mitigation Fees available
for this project. The higher than anticipated bids are primarily due to a recent increase in the cost of
decorative path lighting. Staff recommends the path lighting bid items be removed from the contract,
reducing the contract amount from $784,586.16 to $630,136.16 which is within the project budget.
Removing the path lighting bid items from all bids received does not change the outcome of the lowest
bidder. The low bidder, A.M. Stephens Construction Company, Inc., is agreeable with eliminating the path
APPROVED: Fos — di"1
chw . u - , City Manager
K:\WP\PROJECTS\PARKS\DeBenedetti(G-Basin)\2017 Debenedetti Parking Lot Improvements\CAward.doc 5/4/17
Adopt Resolution Awarding Contract for 2017 DeBenedetti Park Trail and Parking Lot Improvements to A. M Stephens Construction Company, Inc., of Lodi ($630,137),
and Appropriating Funds ($740,000)
May 17, 2017
Page 2
lighting bid items. The path lighting conduits will be configured as part of this project to allow for installation
of the path lighting systems in a future phase of work. The contractor has acknowledged the local hire and
apprenticeship ordinance for the subject project.
Staff recommends awarding contract for 2017 DeBenedetti Park Trail and Parking Lot Improvements to
A.M. Stephens Construction Company, Inc., of Lodi, in the amount of $630,137, and appropriating funds in
the amount of $740,000. The difference between the contract amount and the requested appropriation is to
account for staff time and changes to the scope of work due to unforeseen conditions.
FISCAL IMPACT: There will be a slight increase in the park's maintenance costs.
FUNDING AVAILABLE: Parks Impact Mitigation Fees (437). No General Fund dollars are being
utilized on this project.
1.44-t,r }
Andrew Keys
Deputy City Manager/Internal Services Director
Charles E. Swimley, Jr.
Public Works Director
Prepared by Jimi Billigmeier, Associate Civil Engineer
CES/JB/tdb
Attachments
cc: PARCS Director
Public Works Management Analyst
A.M. Stephens Construction
K:\WP\PROJECTS\PARKS\DeBenedetti(G-Basin)\2017 Debenedetti Parking Lot Improvements\CAward.doc 5/4/17
2017 DEBENEDETTI PARK TRAIL AND
PARKING LOT IMPROVEMENTS
2150 S. Lower Sacramento Road
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., a
California Corporation, 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.
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
4.1 05/03/17
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 remove the turnaround at the end of the existing parking
lot; extend the access road; construct a parking lot addition; construct a walkway
connecting to Heavenly Way; and other incidental and related work, all as shown on the
plans and specifications for the above project.
See Section 6-07 "Description of Bid Items" for additional information.
BID ITEMS
Ite
m
Description
QTY
Unit
Unit Price
Total
1
Mobilization, Temporary Facilities, and
Demobilization
1
LS
$9,150.00
$9,150.00
2
Demolition, Clearing, Grubbing, and
Grading
1
LS
$68,300.00
$68,300.00
3
Construct Concrete Curb
784
LF
$33.90
$26,577.60
4
Construct Concrete Curb & Gutter
1,840
LF
$39.55
$72,772.00
5
Construct Concrete Type "F" Curb
258
LF
$37.29
$9,620.82
6
Construct Concrete Sidewalk and Ramp
18,240
SF
$6.55
$119,472.00
7
Construct Trash Enclosure
1
LS
$36,545.00
36,545.00
8
Construct Concrete Accessible Parking
Stalls$9.60
1,022
SF
$9,811.20
9
Provide and Install Truncated Domes
131
SF
$39.55
$5,181.05
10 Construct Temporary Pavement Section
4,057
SF
$1,88
$7,627.16
11 Construct Pavement Widening
1,186
SF
$1.88 $2,229.68
4.2
05/03/17
12
Construct Pavement Section
39,555
SF
$1.88 $74,363.40
i
414
Item
Description
QTY
Unit
Unit Price Total
13
Provide and Install Signage, Striping and
Parking Bumpers
1
LS
$7,865.00 $7,865.00
14
Install Guard Posts and Chain
1
LS
$10,675.00
$10,675.00
15
Provide and Install 12" Storm Drain Pipe
265
LF
$42.95
$11,381.75
16
Provide and Install 15" Storm Drain Pipe
556
LF
$45.20
$25,131.20
17
Provide and Install 24" Riser
2
EA
$2,050.00
$4,100.00
18
Provide and Install Side Inlet Catch Basin
5
EA
$2,260.00
$11,300.00
19
Provide and Install Drop Inlet Catch Basin
1
EA
$2,480.00
$2,480.00
20
Construct 48" Manhole
1
EA
$20,350.00
$20,350.00
21
Construct Bioswales and Place Rock
3,335
SF
$3.90
$13,006.50
22
Provide and Install 8-inch Water Pipe
544
LF
$47.45
$25,812.80
23 Provide and Install Fire Hydrant Assembly
1
EA
$8,475.00
$8,475.00
24
Provide and Install Temporary Blowoff
1
LS
$2,260.00
$2,260.00
25
Provide and Install Irrigation Sleeves
411
LF
$9.00
$3,699.00
26
Provide and Install Parking Area Lighting
System (5 Luminaires)
1
LS
$38,450.00
$38,450.00
Provide and Install Path Lighting System
$86,950.00
o504319
{11 Luminaires)
-8-8-6
install Foundations Conduits for
and
$4,500.00X00
_ , - - - _
29
Provide and Install Survey Monument
Assembly
2
EA
$1,750.00
$3,500.00
TOTAL BASE BID $784,586A6
Bid Alternate
Item
Description
Qty
Unit
Unit Cost Total
414
' _ '_- _ - -__-
€A
$4,075.00
_ _
$61,125.00
TOTAL ALTERNATE $-661.125:9G
TOTAL BASE BID i AI TERNATE $84541444
TOTAL, excluding Bid Items 27 and 28 and Bid Alternate Al $630,136.16
4.3
05/03/17
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 120 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.
4.4
05/03/17
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
JANICE D. MAGDICH
City Attorney
4.5
05/03/17
RESOLUTION NO. 2017-87
A RESOLUTION OF THE LODI CITY COUNCIL
AWARDING THE CONTRACT FOR THE 2017 DEBENEDETTI
PARK TRAIL AND PARKING LOT IMPROVEMENTS TO
A. M. STEPHENS CONSTRUCTION COMPANY, INC., OF LODI,
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 April 12, 2017, at
11:00 a.m., for the 2017 DeBenedetti Park Trail and Parking Lot Improvements, described in the
plans and specifications therefore approved by the City Council on March 1, 2017; and
WHEREAS, the project consists of removing the turnaround at the end of the existing
parking lot, extending the access road, constructing a parking lot addition, constructing a
walkway connecting to Heavenly Way, and other incidental and related work, all as shown on
the plans and specifications for the above project; and
WHEREAS, said bids have been checked and tabulated and a report thereof filed with
the City Manager as follows:
Bidder
A. M. Stephens Construction
Sierra Valley Construction
Goodland Landscape Construction
George Reed
All-American Construction
Taylor Backhoe Service
B&M Builders
Base Bid
$ 784,586.16
$ 797,770.36
$ 867,914.00
$ 868, 088.00
$ 946,470.90
$ 951,180.50
$1,029,827.00
Base + Alt.
$ 845,711.16
$ 871,570.36
$ 931, 664.00
$ 935,588.00
$1,018,470.90
$1,029,930.50
$1,099,727.00
WHEREAS, all received bids exceeded the Engineer's Estimate and the budgeted
amount from Parks Impact Mitigation Fees; and
WHEREAS, staff recommends that the path lighting bid items be removed from the
contract, with the exception of the path lighting conduits, which is agreeable to the apparent low
bidder, A.M. Stephens Construction, reducing the awarded amount from $784,586.16 to
$630,136.16 and bringing the project within budget; and
WHEREAS, staff further recommends awarding the contract for the 2017 DeBenedetti
Park Trail and Parking Lot Improvements to the low bidder, A. M. Stephens Construction
Company, Inc., of Lodi, in the amount of $630,136.16; and
WHEREAS, staff also recommends that the City Council appropriate funds in the
amount of $740,000 from the fund balance of the Parks and Recreation Impact Mitigation Fee
Fund (account 43799000-77020 project number PKCAP-0025).
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
authorize the removal of the path lighting bid items from the contract, with the exception of the
path lighting conduits to be used for future phase work; and
BE IT FURTHER RESOLVED that the City Council does hereby award the contract for
the 2017 DeBenedetti Park Trail and Parking Lot Improvements to A. M. Stephens Construction
Company, Inc., of Lodi, California, in the amount of $630,136.16; and
BE IT FURTHER RESOLVED that the Lodi City Council does hereby appropriate funds
in the amount of $740,000 from the fund balance of the Parks and Recreation Impact Mitigation
Fee Fund (account 43799000-77020 project number PKCAP-0025); and
BE IT FURTHER RESOLVED that the City Manager is hereby authorized to execute the
contract on behalf of the City of Lodi.
Dated: May 17, 2017
I hereby certify that Resolution No. 2017-87 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held May 17, 2017 by the following vote:
AYES: COUNCIL MEMBERS — Johnson, Nakanishi, and Mayor Kuehne
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — Chandler and Mounce
ABSTAIN: COUNCIL MEMBERS — None
YYI�,t�ua,ufo
NNIFE 3 . FERRAIOLO
City Clerk
2017-87
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.lodi.gov
May 10, 2017
A.M. STEPHENS CONSTRUCTION COMPANY, INC.
P.O. 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 AWARDING CONTRACT FOR 2017
DEBENEDETTI PARK TRAIL AND PARKING LOT IMPROVEMENTS TO
A.M. STEPHENS CONSTRUCTION COMPANY, INC., OF LODI
($630,137), APPROPRIATING FUNDS ($740,000)
Enclosed is a copy of background information on an item on the City Council agenda of
Wednesday, May 17, 2017. 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 Jimi Billigmeier at (209) 333-
6706.
rtes E Swimley, Jr.
Public Works Director
CES/tdb
Enclosure
cc: City Clerk