Loading...
HomeMy WebLinkAboutAgenda Report - June 20, 2018 C-07CITY OF LODI COUNCIL COMMUNICATION AGENDA ITEM TM AGENDA TITLE: Adopt Resolution Rejecting Lowest Bid and Awarding Contract for 2018 GrapeLine Bus Stop Accessibility and Shelter Improvements to F. Loduca Co., of Stockton ($394,596) MEETING DATE: June 20, 2018 PREPARED BY: Public Works Director RECOMMENDED ACTION: Adopt resolution rejecting lowest bid and awarding contract for 2018 GrapeLine Bus Stop Accessibility and Shelter Improvements to F. Loduca Co., of Stockton, in the amount of $394,596. BACKGROUND INFORMATION: This project consists of removing accessibility barriers near seven GrapeLine bus stops, installing 16 curb ramps, and associated Americans with Disabilities Act (ADA) compliant paths of travel to the bus stop locations that lack accessibility. The project will also be installing shelters at five locations. Each new shelter will include lighting, a bench, and a trash can. Plans and specifications for this project were approved on April 18, 2018. The City received the following five bids for this project on May 16, 2018: Bidder Location Engineer's Estimate *Taylor Backhoe Service, Inc. F. Loduca Co. A.M. Stephens Construction FBD Vanguard Construction Diede Construction, Inc. Merced Stockton Lodi Livermore Woodbridge Bid $ 415, 555.00 $ 377,214.00 $ 394,595.45 $ 436,356.66 $ 450,685.50 $ 531,267.00 * Did not perform the required Disadvantaged Business Enterprise (DBE) good faith effort Above/(Below) Estimate $ (38,341.00) $ (20,959.55) $ 20,801.66 $ 35,130.50 $ 115,712.00 After the bids were received, the City's Disadvantaged Business Enterprise Liaison Officer (DBELO) reviewed the bids for Disadvantaged Business Enterprise (DBE) compliance, per the Federal Transit Administration (FTA) requirements. The FTA requires that all bidders make a good faith effort to achieve the specific goal established for DBE participation on a project. This project had a DBE goal of 2.84 percent. Upon review of the bids, the DBELO determined that the lowest bidder, Taylor Backhoe Service, Inc., did not meet the DBE goal, nor did they perform a good faith effort sufficient to meet FTA requirements. On May 23, 2018, the DBELO notified Taylor Backhoe Service, Inc. that their good faith effort was not sufficient and informed them of their right to appeal this determination. The notification identified a response deadline of May 30, 2018 at 5:00 PM if they wished to exercise their right to appeal. No appeal was received by the City prior to the appeal deadline. APPROVED: Stephen K:\WP\PROJECTS\TRANSIT\2018 Bus Stop Improvements\CAward.doc auer, City Manager 6/12/2018 Adopt Resolution Rejecting Lowest Bid and Awarding Contract for 2018 GrapeLine Bus Stop Accessibility and Shelter Improvements to F. Loduca Co , of Stockton ($394,596) June 20, 2018 Page 2 On May 31, 2018 the DBELO notified Taylor Backhoe Service, Inc. that since no appeal was received they declined their right to a Reconsideration Hearing and the City would proceed with the recommendation to award to the second lowest bidder. The second lowest bidder, F. Loduca Co., obtained a DBE participation of 7.6 percent on the project, which exceeds the DBE goal of 2.84 percent. Staff recommends rejecting lowest bid and awarding contract for 2018 GrapeLine Bus Stop Accessibility and Shelter Improvements to F. Loduca Co., of Stockton, in the amount of $394,596. FISCAL IMPACT: There will be a slight increase in the Tong -term maintenance costs associated with these improvements, which will be included in future Transit Operations budgets. This project does not impact the General Fund. FUNDING AVAILABLE: This project will be funded by FTA/Transportation Development Act (60199000). alLr)67, Andrew Keys Deputy City Manager/Internal Services Director Charles E. Swimley, Jr. Public Works Director Prepared by Sean Nathan, Senior Civil Engineer CES/SN/tdb Attachment cc: Transportation Manager K:\WP\PROJECTS\TRANSIT\2018 Bus Stop Improvements\CAward.doc 6/12/2018 2018 GRAPELINE BUS STOP ACCESSIBILITY AND SHELTER IMPROVEMENTS VARIOUS LOCATIONS 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 F LODUCA CO, a sole proprietorship, 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 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, CONTRACT.doc 4.1 06/01/18 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 removing accessibility barriers near seven GrapeLine bus stops, installing 16 curb ramps, and associated Americans with Disabilities Act (ADA) compliant paths of travel to the bus stop locations. The project will also be installing shelters at five locations. Each new shelter will 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 L Description Unit Qty Unit Price Total 1 2 Misc. Clearing and Grubbing LS 1 $ 60,000.00 $ 60,000.00 Remove Sidewalk / Ramp / Dwy / AC Patch SF 6,165 $ 5.05 $ 31,133.25 3 Remove Curb / Curb and Gutter LF 578 $ 3.40 $ 1,965.20 4 Furnish and Install New Sign Post Sleeve. Relocate Ex Sign and Post EA 3 $ 200.00 $ 600.00 5 6 Furnish and Install New Sign Post and Sleeve. Relocate Ex Sign EA 4 $ 250.00 $ 1,000.00 Remove & Salvage Bench EA 4 $ 300.00 $ 1,200.00 7 Install Concrete Pad / Sidewalk / Ramp / Res. Dwy SF 3,980 $ 15.00 $ 59,700.00 8 Install Curb / Curb and Gutter LF 842 $ 40.00 $ 33,680.00 9 10 Install Asphalt Concrete Patch SF 2,249 $ 13.00 $ 29,237.00 Install Shelter, Bench, Trash Can and Amenities EA 5 $ 5,300.00 $ 76,500.00 11 Furnish and Install Bench EA 6 $ 1,900.00 $ 11,400.00 12 Install Salvaged Bench EA 4 $ 200.00 $ 800.00 13 Install 12" SD Lateral and Connections LF 146 $ 150.00 $ 21,900.00 CONTRACT doc 4.2 05/31/18 14 Furnish and Install 24" Riser EA 9 $ 2,800.00 $ 25,200.00 15 Furnish and Install SICB EA 9 $ 3,400.00 $ 30,600.00 16 Furnish and Install Truncated Domes SF 192 $ 40.00 $ 7,680.00 17 Perform Root Surgery and Install Root Barrier EA 2 $ 500.00 $ 1,000.00 18 Provide 2 -Year Maintenance Bond LS 1 $ 1,000.00 $ 1,000.00 TOTAL $394,595.45 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 60 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. 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. CONTRACT doc 4.3 05/31/18 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 4.4 05/31/18 RESOLUTION NO. 2018-117 A RESOLUTION OF THE LODI CITY COUNCIL REJECTING LOWEST APPARENT BID AND AWARDING THE CONTRACT FOR 2018 GRAPELINE BUS STOP ACCESSIBILITY AND SHELTER IMPROVEMENTS TO F. LODUCA CO., OF STOCKTON 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 May 16, 2018, at 11:00 a.m., for the 2018 GrapeLine Bus Stop Accessibility and Shelter Improvements, described in the plans and specifications therefore approved by the City Council on April 18, 2018; and WHEREAS, said bids have been checked and tabulated and a report thereof filed with the City Manager as follows: Bidder Bid Above/(Below) Estimate Taylor Backhoe Service, Inc.* $ 377,214.00 $ (38,341.00) F. Loduca Co. $ 394,595.45 $ (20,959.55) A.M. Stephens Construction $ 436,356.66 $ 20,801.66 FBD Vanguard Construction $ 450,685.50 $ 35,130.50 Diede Construction, Inc. $ 531,267.00 $ 115,712.00 * Did not perform the required Disadvantaged Business Enterprise (DBE) good faith effort. WHEREAS, staff recommends rejecting the bid received from Taylor Backhoe Service, Inc., of Merced, for failure to meet the City's Disadvantaged Business Enterprise goal or perform a good faith effort sufficient to meet Federal Transit Administration requirements; and WHEREAS, staff also recommends that the City Council award the contract for 2018 GrapeLine Bus Stop Accessibility and Shelter Improvements to F. Loduca Co., of Stockton, in the amount of $394,596. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby reject the bid received from Taylor Backhoe Service, Inc., of Merced, for failure to meet the City's Disadvantaged Business Enterprise goal or perform a good faith effort sufficient to meet Federal Transit Administration requirements; and BE IT FURTHER RESOLVED that the Lodi City Council does hereby award the contract for 2018 GrapeLine Bus Stop Accessibility and Shelter Improvements to F. Loduca Co., of Stockton, California, in the amount of $394,596; and BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize the City Manager to execute the contract on behalf of the City. Dated: June 20, 2018 I hereby certify that Resolution No. 2018-117 was passed and adopted by the City Council of the City of Lodi in a regular meeting held June 20, 2018 by the following vote: AYES: COUNCIL MEMBERS — Johnson, Kuehne, Mounce, and Mayor Nakanishi NOES: COUNCIL MEMBERS — None ABSENT: COUNCIL MEMBERS — Chandler ABSTAIN: COUNCIL MEMBERS — None J'NNIFER . FERRAIOLO City Clerk 2018-117