Loading...
HomeMy WebLinkAboutAgenda Report - November 18, 2020 C-05AGENDA ITEM CITY OF LODI COUNCIL COMMUNICATION TM AGENDA TITLE: Adopt Resolution Awarding Contract for 2020 GrapeLine Bus Stop Accessibility and Shelter Improvements to A. M. Stephens Construction Co., Inc., of Lodi ($467,578), Authorizing City Manager to Execute Change Orders ($50,000), and Appropriating Funds ($540,000) MEETING DATE: PREPARED BY: November 18, 2020 Public Works Director RECOMMENDED ACTION: Adopt resolution awarding Contract for 2020 GrapeLine Bus Stop Accessibility and Shelter Improvements to A. M. Stephens Construction Co., Inc., of Lodi, in the amount of $467,578, authorizing City Manager to execute change orders in an amount not to exceed $50,000, and appropriating funds in the amount of $540,000. BACKGROUND INFORMATION: This project consists of removing accessibility barriers near seven GrapeLine bus stops, installing 27 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 an advertisement compatible shelter, including lighting, a bench, and a trash can. The locations of the proposed improvements are shown on Exhibit A. Plans and specifications for this project were approved on August 19, 2020. The City received the following five bids for this project on October 21, 2020: Bidder Engineer's Estimate A.M. Stephens Construction *FBD Vanguard Construction F. Loduca Co. B&M Builders, Inc. Martin Brothers Const. Non -Responsive Location Bid Above/(Below) Estimate $ 562,685.00 Lodi $ 467,578.00 $ (95,107.00) Livermore $ 472,241.00 $ (90,444.00) Stockton $ 532,647.50 $ (30,037.50) Rancho Cordova $ 565,810.00 $ 3,125.00 Sacramento $ 577,140.00 $ 14,455.00 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 7.27 percent. Upon review of the bids, the DBELO determined that the lowest bidder, A. M. Stephens Construction Co., Inc., made a substantial and well-documented effort but did not meet the DBE goal. Based on these findings, the DBELO determined they did perform a good faith effort sufficient to meet FTA requirements. APPROVED: phen Sch a r, City Manager KAWP\PR0JECTS\TRANSIT\2020 Bus Stop Improvements\CAward.doc 11/10/2020 Adopt Resolution Awarding Contract for 2020 GrapeLine Bus Stop Accessibility and Shelter Improvements to A. M. Stephens Construction Co., Inc., of Lodi ($467,578), Authorizing City Manager to Execute Change Orders ($50,000), and Appropriating Funds ($540,000) November 18, 2020 Page 2 FISCAL IMPACT: This project is funded entirely with FTA Section 5339 funds. No local match is required. There will be a slight increase in the long-term maintenance costs associated with the benches and shelter, which will be included in future Transit Operations budgets. This project does not impact the General Fund. FUNDING AVAILABLE: Requested Appropriation: Transit Capital (60199000.77020) 540,000 Total: $ 540,000 Andrew Keys Andrew Keys Deputy City Manager/Internal Services Director CV_Q U0 Charles E. Swimley, Jr. Public Works Director Prepared by Sean Nathan, Senior Civil Engineer CES/SN/tc Attachments cc: Transportation Manager Signature: 00nA qt,,r ;( Email: akeys@todi.gov K:\WP\PROJECTS\TRANSIT\2020 Bus Stop Improvements\CAward.doc 11/10/2020 EXHIBIT A 2020 Grapeline Bus Stop Accessibility and Shelter Improvements Legend 2020 Locations 111 IINII 1■11111 xl NSI IIIH� �■ m n nm ■ ■■■■■■.■ _ 1111111 :IIIIIININ 111 NN xi�111 �■ ■■im Illllll�i■■■■ ■x■ "' = N N W E S 0.25 0.5 2020 GRAPELINE BUS STOP ACCESSIBILITY AND SHELTER IMPROVEMENTS CONTRACT VARIOUS LOCATIONS 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 CO., 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 Certifications and Forms General Provisions Federal Requirements Special Provisions Bid Proposal Contract Contract Bonds Federal Minimum Wage Rates Plans Addenda TheJuly1992 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 10/29/20 ARTICLE ill - 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 27 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 an advertisement compatible shelter, including 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 $ 3,7660.00 $ 3,760.00 2 Remove Sidewalk / Ramp / Dwy / SF 12,250 $ 6.46 $ 79,135.00 Curb and Gutter/ AC Patch 3 Install New Sign Post Sleeve. EA 1 $ 380.00 $ 380.00 Relocate Ex Sign and Post. $ 411.00 $ 4,521.00 4 Install New Sign Post and Sleeve. EA 11 Relocate Ex Sign. $ 130,900.00 5 Install Concrete Pad / Sidewalk / SF 7,000 $ 18.70 Ramp / Res. Dwy CONTRACT.doc 4.2 10/29/20 Item Description Unit Qty Unit Price Total 6 Install Curb and Gutter LF 1,200 $ 55.83 $ 66,996.00 7 Install Asphalt Concrete Patch SF 3,700 $ 12.24 45,288.00 8 Install 12" SD Lateral and LF 157 $ 347.50 $ 54,557.50 Connections and Remove Ex. 9 Install 24" Riser EA 9 $ 308.00 $ 2,772.00 10 Install SICB and Remove Ex. EA 9 $ 277.50 $ 2,497.50 11 Install SICB Frame and Cover Only EA 10 $ 416.25 $ 4,162.50 12 Install Truncated Domes SF 343 $ 39.00 $ 13,377.00 13 Perform Root Surgery and Install EA 10 $ 555.20 $ 5,552.00 Root Barrier 14 Striping Repair LS 1 $ 4,512.00 4,512.00 15 Install Advertising Shelter, Bench, EA 1 $ 21,764.00 $ 21,764.00 Trash Can and Amenities 16 Install Bench EA 2 1 $ 1,716.50 3,433.00 17 Furnish and Install Shelter Screen EA $ 1,934.50 1,934.50 Retrofit 8 $ 1,494.50 18 Furnish Shelter Screen Retrofit EA $ 11,956.00 19 Furnish and Install Solar Panel EA 1 $ 200.00 $ 200.00 Replacement 20 Furnish Solar Panel Replacement EA 5 $ 200.00 $ 1,000.00 21 Provide 2 -Year Maintenance LS 1 $ 8,880.00 $ 8,880.00 Bond TOTAL $467,578.00 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. CONTRACT doc 4.3 10/29/20 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. 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 Title As STEPHEN SCHWABAUER City Manager C Attest: JENNIFER CUSMIR City Clerk (CORPORATE SEAL) Approved As To Form: JANICE D. MAGDICH City Attorney jdm CONTRACT.doc 4.4 10/29/20 Capital Improvement Plan FY 2020-2021 Project Title: 2020 Bus Stop Improvements Munis Project Code: PWTR-21001 CIP List Proj # Section I Description Project Length Priority Removal of accessibility barriers near seven Grapeline bus stops, installing 27 curb ramps and associated ADA compliant paths of travel. Installation of advertisement compatible shelter including lighting, bench and a trash can. Justification/factor driving project Additional Information Section II Estimated Project Costs Expenditure FY 17118 FY 18119 Prior Years FY 19120 FY 20121 FY 21122 FY 22123 FY 23124 FY 24125 Future Yrs Total Actuals Actuals Estimate Budget 4 Internal Staff $ $ 10,000 $ 10,000 Contracts $ $ 517,578 $ 517,578 Miscellaneous $ $ 12,422 $ 12,422 $ $ Total Capital Costs $ - $ - $ - $ - $ 540,000 $ $ - $ - $ - $ $ 540,000 Section III Funding Sources/Methods of Financing Funding Source(s) FY 17118 FY 18119 Prior Years FY 19120 FY 20121 FY 21122 FY 22123 FY 23124 FY 24125 Future Yrs Total Actuals Actuals Estimate Budget 601 -Transit -Capital $ $ 540,000 $ 540,000 $ $ $ $ Total Project Financing $ - $ - $ - $ - $ 540,000 $ - $ - $ - $ - $ - $ 540,000 Section IV Operating Budget Impact Operating Cost or FY 17118 FY 18119 Prior Years FY 19120 FY 20121 FY 21122 FY 22123 FY 23124 FY 24125 Future Yrs Total (savings) Actuals Actuals Estimate Budget Personnel $ $ Other Operating Costs $ $ Total Operating Impact $ - $ - $ 1$ - $ $ - $ $ $ - $ $ RESOLUTION NO. 2020-262 A RESOLUTION OF THE LODI CITY COUNCIL AWARDING THE CONTRACT FOR 2020 GRAPELINE BUS STOP ACCESSIBILITY AND SHELTER IMPROVEMENTS TO A. M. STEPHENS CONSTRUCTION CO., INC., OF LODI; AUTHORIZING THE CITY MANAGER TO EXECUTE CHANGE ORDERS; 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 October 21, 2020, at 11:00 a.m., for 2020 GrapeLine Bus Stop Accessibility and Shelter Improvements, described in the plans and specifications therefore approved by the City Council on August 19, 2020; 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 *FBD Vanguard Construction F. Loduca Co. B&M Builders, Inc. Martin Brothers Construction * Non -Responsive Location Bid Above/(Below) Estimate Lodi $ 467,578.00 $ (95,107.00) Livermore $ 472,241.00 $ (90,444.00) Stockton $ 532,647.50 $ (30,037.50) Rancho Cordova $ 565,810.00 $ 3,125.00 Sacramento $ 577,140.00 $ 14,455.00 WHEREAS, staff recommends awarding the contract for 2020 GrapeLine Bus Stop Accessibility and Shelter Improvements to A. M. Stephens Construction Co., Inc., of Lodi, in the amount of $467,578; and WHEREAS, staff also recommends that the City Council authorize the City Manager to execute change orders in an amount not to exceed $50,000; and WHEREAS, staff also recommends that the City Council appropriate funds in the amount of $540,000 from the fund balance of Transit Capital (60199000.77020) for Fiscal Year 2020/21. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby award the contract for 2020 GrapeLine Bus Stop Accessibility and Shelter Improvements to A. M. Stephens Construction Co., Inc., of Lodi, California, in the amount of $467,578; and BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize the City Manager to execute the contract and change orders in an amount not to exceed $50,000; and BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize an appropriation for 2020 GrapeLine Bus Stop Accessibility and Shelter Improvements, in the amount of $540,000, as set forth above; and BE IT FURTHER RESOLVED, pursuant to Section 6.3q of the City Council Protocol Manual (adopted 11/6/19, Resolution No. 2019-223), the City Attorney is hereby authorized to make minor revisions to the above -referenced document(s) that do not alter the compensation or term, and to make clerical corrections as necessary. Dated: November 18, 2020 I hereby certify that Resolution No. 2020-262 was passed and adopted by the City Council of the City of Lodi in a regular meeting held November 18, 2020 by the following vote: AYES: COUNCIL MEMBERS — Chandler, Nakanishi, and Mayor Kuehne NOES: COUNCIL MEMBERS — None ABSENT: COUNCIL MEMBERS — Mounce ABSTAIN: COUNCIL MEMBERS — None JENNIF CUSMIR City Clerk 2020-262