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