Loading...
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