HomeMy WebLinkAboutAgenda Report - December 2, 2020 C-08AGENDA ITEM CP, 2
CITY OF LODI
COUNCIL COMMUNICATION
TM
AGENDA TITLE: Adopt Resolution Awarding Contract for Alley Improvement Project — Phase 8
(2020) to A.M. Stephens Construction Co., Inc., of Lodi ($164,533) and
Authorizing City Manager to Execute Change Orders ($50,000)
MEETING DATE: December 2, 2020
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt resolution awarding contract for Alley Improvement Project —
Phase 8 (2020) to A.M. Stephens Construction Co., Inc., of Lodi, in
the amount of $164,533 and authorizing the City Manager to execute
change orders in an amount not to exceed $50,000.
BACKGROUND INFORMATION: This City has reconstructed various alleys over the past 10
years. The projects have typically included between one and
two alleys per year, depending on funding levels. Specific
projects are selected based on a citywide alley condition assessment list and are rated based on the
pavement condition and drainage problems. Alley projects located in future phases of the water
meter program are either improved concurrently with the specific water meter phase or deferred until
after completion.
Phase 8 consists of reconstructing the alley south of Elm Street, between Garfield Street and
Cherokee Lane, as shown on Exhibit A. The project includes approximately 15,000 square feet of
pavement removal and replacement, 700 square feet of concrete removal and replacement of new
alley approach and sidewalk, installation of 700 lineal feet of concrete valley gutter, installation of
storm drain system improvements, and other incidental and related work, all as shown on the plans
and specifications for the above project.
Plans and specifications for this project were approved on October 7, 2020. The City received the
following eight bids for this project on November 10, 2020:
Bidder
Location
Engineer's Estimate
Engineer's Estimate
A.M. Stephens Construction
Lodi
Tom Mayo Construction
Stockton
B & M Builders, Inc.
Rancho Cordova
Martin Brothers Construction
Sacramento
E.E. Gilbert Construction
Martinez
George Reed, Inc.
Modesto
Martin General Engineering
Rancho Cordova
Silicon Valley Paving, Inc.
San Jose
APPROVED:
uer, City Manager
\cvcfilv02\pubwks$\WP\PROJECTS\STREETSWIIey Improvements Phase 8 (2020)\CAward.doc 11/1112020
Above/(Below)
Bid
Engineer's Estimate
$230,762.00
$164,532.70
($66,229.30)
$188,653.00
($42,109.00)
$239,030.50
$ 8,268.50
$247,967.60
$ 17,205.60
$254,094.38
$ 23,332.38
$256,203.00
$ 25,441.00
$274,545.25
$ 43,783.25
$289,528.00
$ 58,766.00
uer, City Manager
\cvcfilv02\pubwks$\WP\PROJECTS\STREETSWIIey Improvements Phase 8 (2020)\CAward.doc 11/1112020
Adopt Resolution Awarding Contract for Alley Improvement Project — Phase 8 (2020) to A.M. Stephens Construction Co., Inc., of Lodi ($164,533) and
Authorizing City Manager to Execute Change Orders ($50,000)
December 02, 2020
Page 2
Staff recommends awarding contract for Alley Improvement Project — Phase 8 (2020) to A.M.
Stephens Construction Co., Inc., of Lodi, in the amount of $164,533 and authorizing the City Manager
to execute change orders in an amount not to exceed $50,000.
FISCAL IMPACT: The project will reduce maintenance costs in the reconstructed alleys
and continues the City's efforts to systematically reconstruct alleys
within the Community Development Block Grant service area. This
project does not impact the General Fund.
FUNDING AVAILABLE: This project is funded by 2020/21 CDBG funds
(CDD-CDBG—FY20-21—ALLYIMPR): $300,000
Andrew Keys
Andrew Keys
Deputy City Manager/Internal Services Director
Charles E. Swimley, Jr
Public Works Director
Prepared by Alice Bernardino, Assistant Engineer
CES/AB/tc
Attachments
cc: CDBG Program Specialist
A.M. Stephens Construction Company, Inc.
`\cvcfilv02\pubwks$\WP\PROJECTS\STREETS\Alley Improvements Phase 8 (2020)\CAward.doc 11111/2020
Alley Improvement Project
Phase 8
Project Location
Legend
Project Location
Y
U,
N
!a
L
wR
Lockeford St.
Railroad Av.
a
�a
L
i+
U N
V
Locust St.
Elm St.
Pine 5t.
rn
J
i
t
U
Oak St.
Walnut St.
FFFTFFTFFFM
Victor Rd.
125 250
Feet
500
ALLEY IMPROVEMENT PROJECT PHASE 8
Alley South of Elm Street, Garfield — Cherokee 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 Constructions 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
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.
CONTRACT.doc 4.1 11/10/20
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:
The work consist of improvements to the existing alley south of Elm Street (Garfield
Street to Cherokee Lane). The project includes replacement of approximately 14,000
square Feet of pavement and 2,000 square feet of concrete, and other incidental and
related work, all as shown on the plans and specifications for the above project.
For additional bid item descriptions refer to Section 6-07 "Description of Bid Items".
CONTRACT ITEMS
Item
Description
Qty
Unit
Unit Cost
Total
1
Mobilization and Temporary
Facilities
1
LS
$1,998.00
$1,998.00
2
Demolition, Clearing, Grubbing,
and Grading
Construct Aliey Approach
1
LS
$32,993.00
$32,993.00
$24,480.00
3
1020
SF
$24.00
4
Construct Concrete Gutter
676
LF
$39.75
$26,871.00
5
Construct Miscellaneous
Concrete Work
419
SF
$20.30
$8,505.70
6
Construct Pavement Section
14063
SF
$4.00
$56,252.00
7
Install 12" Storm Drain Line
5
LF
$1,094.50
$5,472.50
8
Furnish and Install DICB
1
EA
$722.00
$722.00
9
Furnish and Install Manhole
Cover
1
EA
$444.00
$444.00
10
Relocate Sign
1
EA
$222.00
$222.00
11
Fence and Landscape
1
LS
$6,572.50
$6,572.50
Modification
TOTAL $ 164,532.70
CONTRACT doc 4.2
11/10!20
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 V1 - 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, or as agreed-upon by the City and the
Contractor in writing has executed the contract and to diligently prosecute to completion
within 30 CALENDAR DAYS. The calendar day count may pause or delay while
equipment is being ordered. Additionally, the resurfacing and striping may be delayed
should the weather necessitate.
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 11/10/20
IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands
the year and date written below.
CONTRACTOR:
al
Title
(CORPORATE SEAL)
CITY OF LODI, a municipal corporation
STEPHEN SCHWABAUER
City Manager
Date:
Attest:
JENNIFER CUSMIR
City Clerk
Approved As To Form:
JANICE D. MAGDICH
City Attorney
5pW\1
CONTRACT.doc 4.4 11/10/20
RESOLUTION NO. 2020-282
A RESOLUTION OF THE LODI CITY COUNCIL AWARDING THE CONTRACT
FOR ALLEY IMPROVEMENT PROJECT - PHASE 8 (2020) TO
A. M. STEPHENS CONSTRUCTION CO., INC., OF LODI; AND FURTHER
AUTHORIZING THE CITY MANAGER TO EXECUTE CHANGE ORDERS
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 November 10, 2020, at
11:00 a.m., for Alley Improvement Project - Phase 8 (2020), described in the plans and
specifications therefore approved by the City Council on October 7, 2020; and
WHEREAS, said bids have been checked and tabulated and a report thereof filed with
the City Manager as follows:
Bidder
Location
A. M. Stephens Construction
Lodi
Tom Mayo Construction
Stockton
B & M Builders, Inc.
Rancho Cordova
Martin Brothers Construction
Sacramento
E.E. Gilbert Construction
Martinez
George Reed, Inc.
Modesto
Martin General Engineering
Rancho Cordova
Silicon Valley Paving, Inc.
San Jose
Bid
Engineer's Estimate
$164,532.70
($66,229.30)
$188,653.00
($42,109.00)
$239,030.50
$ 8,268.50
$247,967.60
$ 17,205.60
$254,094.38
$23,332.38
$256,203.00
$ 25,441.00
$274,545.25
$ 43,783.25
$289,528.00
$ 58,766.00
WHEREAS, staff recommends awarding the contract for Alley Improvement Project -
Phase 8 (2020) to A. M. Stephens Construction Co., Inc., of Lodi, in the amount of $164,533; 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.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby award
the contract for 2020 Alley Improvement Project - Phase 8 (2020) to A. M. Stephens
Construction Co., Inc., of Lodi, California, in the amount of $164,533; 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, 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: December 2, 2020
I hereby certify that Resolution No. 2020-282 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held December 2, 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
J
ENNIFE�CUSMIR
City Clerk
2020-282