HomeMy WebLinkAboutAgenda Report - April 20, 2022 C-08CITY OF
x
w
CALIFORNIA
AGENDA ITEM C
01111111,
COUNCIL COMMUNICATION
AGENDA TITLE: Adopt Resolution Awarding Contract for Alley Improvement Project — Phase 9
(2021) to B & M Builders, Inc., of Rancho Cordova ($399,909), Authorizing the City
Manager to Execute Change Orders ($40,000), and Appropriating Funds ($125,000)
MEETING DATE: April 20, 2022
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt resolution awarding contract for Alley Improvement Project —
Phase 9 (2021) to B&M Builders, Inc., of Rancho Cordova, in the
amount of $399,909, authorizing City Manager to execute change
orders in an amount not -to -exceed $40,000, and appropriating funds in the amount of $125,000.
BACKGROUND INFORMATION: The 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 pavement condition and
drainage improvement needs.
On November 17, 2021, the Council approved plans and specifications for this project, as shown on Exhibit
A, and authorized the City Manager to award contract to the lowest bidder not -to -exceed $344,000 and
execute change orders not -to -exceed $30,000. The bid opening was held on March 2, 2022 and the City
received the following three bids:
Above/(Below)
Bidder Location Bid Engineer's Estimate
Engineer's Estimate $320,412.00
*Consolidated Engineering Valley Springs $362,156.80 $41,744.80
B & M Builders, Inc. Rancho Cordova $399,909.00 $79,497.00
FBD Vanguard Construction, Inc. Livermore $520,812.000 $200,400.00
Consolidated Engineering was deemed unresponsive as they did not include the Receipt of Addendum 1.
Factors contributing to the low bid exceeding the Engineer's Estimate include market forces subject to
historic inflation and material and supply shortages, and the short supply of available contractors. The
additional appropriation is intended to cover costs related to potential change orders and staff time.
Staff recommends adopting a resolution awarding contract for Alley Improvement Project — Phase 9 (2021)
to B & M Builders, Inc. of Rancho Cordova, in the amount of $399,909, authorizing City Manager to execute
change orders in an amount not -to -exceed $40,000, and appropriating funds in the amount of $125,000.
APPROVED: Steve Schwabauer
Stephen Schwabauer, City Manager
\\cvcfi lv02\pu bw ks$\WP\P ROJ ECTS\STRE ETS\Al ley Improvoments Phase 9 (2021)\CAward.docx 2/24/2022
Adopt Resolution Awarding Contract for Alley Improvement Project — Phase 9 (2021) to B & M Builders, Inc.., of Rancho Cordova ($399,909), Authorizing the
City Manager to Execute Change Orders ($40,000), and Appropriating Funds ($125,000)
April 20, 2022
Page 2
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: 2021/22 CDBG Funds (35099000.77020): $413,147
Requested appropriation
2021/22 CDBG Funds (35099000.77020): $37,500
2022/23 CDBG Funds 35099000.77020: $87,500
TOTAL: $538,147
Andrew Keys
Andrew Keys
Deputy City Manager/Internal Services Director
—Ckl —aff D
Charles E. Swimley, Jr.
Public Works Director
Prepared by Jimi Billigmeier, Associate Civil Engineer
CES/JB/cd
Attachment
cc: CDBG Program Specialist
2021/22 Alley Improvement Project - Phase 9
Exhibit A
9
Oak St.
'a
Walnut St. Walnut St.
Legend
Project Location Boundary
/" h-Rho,
0 50 100
Feet
200
ALLEY IMPROVEMENT PROJECT — PHASE 9
Alley North of Walnut, Washington -Central 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 B&M Builders, 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 2018 Edition,
Standard Specifications,
State of California,
Business and Transportation Agency,
Department of Transportation
City of Lodi Construction Specifications
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 prevailing
4.1 03123/22
\\cvcfilv02\pubwks$\WP\PROJECTS\STREETSWIley Improvements Phase 9 (2021)\CONTRACT doc
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 consisting of improvements to the existing alley north of Walnut Street
(Washington Street to Central Avenue). The project includes replacement of approximately
15,000 square feet of pavement and 1,400 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 Drawing No. 021 DO10 and Section 6-07
"Description of Bid Items".
CONTRACT ITEMS
Item
Description
Qty
Unit
Unit Price
Total Price
1
Mobilization and Temporary Facilities
1
LS
$ 52,220.00
$ 52,220.00
2
Demolition, Clearing, Grubbing, and Grading
1
LS
$ 67,763.00
$ 67,763.00
3
Construct Alley Approach
681
SF
$ 23.00
$ 15,663.00
4
Construct Pavement Repair
204
SF
$ 55.00
$ 11,220.00
5
Construct Valley Gutter
550
LF
$ 50.00
$ 27,500.00
6
Construct Curb and Gutter
116
LF
$ 43.00
$ 4,988.00
7
Construct Vertical Curb
289
LF
$ 38.00
$ 10,982.00
8
Construct Modified Rolled Curb
86
LF
$ 45.00
$ 3,870.00
9
Construct Miscellaneous Concrete
711
SF
$ 18.00
$ 12,798.00
10
Construct Pavement Section
15,284
SF
$ 3.75
$ 57,315.00
11
Install 12" Storm Drain Line
220
LF
$ 305.00
$ 67,100.00
12
Install DICB
2
EA
$ 4,275.00
$ 6,550.00
13
Install Manhole
1
EA
$ 21,810.00
$ 21,810.00
14
Adjust Utilities to Grade
3
EA
$ 1,250.00
$ 3,750.00
15
Relocate Water Meter
3
EA
$ 5,960.00
$ 17,880.00
16
Perform Root Surgery
5
EA
$ 1,350.00
$ 6,750.00
17
Provide Monument Preservation
3
EA
$ 3,250.00
$ 9,750.00
TOTAL $ 399,909.00
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
4.2 03/23/22
\\cvcfilv02kpubwks$\WP\PROJECTS\STREETSWIIey Improvements Phase 9 (2021)\CONTRACT doc
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, or as agreed-upon by the City and the Contractor in
writing has executed the contract and to diligently prosecute to completion within 40
CALENDAR DAYS. The calendar day count may pause or delay while equipment is being
ordered.
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.
ARTICLE X - Counterparts and Electronic Signatures
This Agreement and other documents to be delivered pursuant to this Agreement may be
executed in one or more counterparts, each of which will be deemed to be an original copy and
all of which, when taken together, will be deemed to constitute one and the same agreement
or document, and will be effective when counterparts have been signed by each of the parties
and delivered to the other parties. Each party agrees that the electronic signatures, whether
digital or encrypted, of the parties included in this Agreement are intended to authenticate this
writing and to have the same force and effect as manual signatures. Delivery of a copy of this
Agreement or any other document contemplated hereby, bearing an original manual or
electronic signature by facsimile transmission (including a facsimile delivered via the Internet),
by electronic mail in "portable document format' (".pdf") or similar format intended to preserve
the original graphic and pictorial appearance of a document, or through the use of electronic
signature software will have the same effect as physical delivery of the paper document
bearing an original signature.
4.3 03/23/22
\\cvcfilv02\pubwks$\WP\PROJECTS\STREETS\Alley Improvements Phase 9 (2021)\CONTRACT doc
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.
By:
Title
(CORPORATE SEAL)
CITY OF LODI, a municipal corporation
0
STEPHEN SCHWABAUER
City Manager
Date -
Attest:
PAMELA M. FARRIS
Assistant City Clerk
Approved As To Form:
JANICE D MAGDICH
City Attorney
4.4 03123122
\\cvcfilv02\pubwks$\WP\PROJECTS\STREETSWIley Improvements Phase 9 (2021)\CONTRACT doc
Capital Improvement Plan
FY 2021-2022
Project Title: Alley Improvement Phase FY 2021-22
Munis Project Code: CDBG-22001
#180
Section I: Description District Nos:
4 Project Length Priority
FY 21 projects are anticipated to include Two Alley Improvement projects of approximately $413,150 ($344,347
to Public Works and $68,803 in Activity Delivery Costs). Improve
Alleyways that suffer from damaged pavement and poor drainage by removing existing pavement, installing drainage systems, and repaving each alleyway.
Justification/factor driving project
Council annually approves the CDBG program. FY 21 Total Federal Allocation is anticipated at $659,204.
Additional Information
Appropriating addition $37,500 in 2021122 funds and $87,500 from 2022123 funding
Section II: Estimated Project Costs
Expenditure Prior Years FY 20121 FY 21122 FY 22123
FY 23124 FY 24125 FY 25126 Future Yrs
Total
Estimate Budget
Contracts $ - $ 518,150
$
518,150
Internal Staff $ $ 20,000
$
20,000
Total Capital Costs $ - $ - $ 538,150 $ -
$ - $ - $ - $ -
$
538,150
Section III: Funding Sources/Methods of Financing
Funding Source(s) Prior Years FY 20121 FY 21122 FY 22123
FY 23124 FY 24125 FY 25126 Future Yrs
Total
Estimate Budget
350 - Commmunity Develop Block Grant -H $ - $ 538,150
$
538,150
Total Project Financing $ - $ - $ 538,150 $ -
$ - $ $ $ -
$
538,150
Section IV Operating Budget Impact
Operating Cost or (savings) Prior Years FY 20121 FY 21122 FY 22123
FY 23124 FY 24125 FY 25126 Future Yrs
Total
Estimate Budget
Personnel $ -
$
-
Other Operating Costs $ -
$
-
Total Operating Impact $ - $ - $ - $ -
$ - $ - $ - $ -
$
-
RESOLUTION NO. 2022-89
A RESOLUTION OF THE LODI CITY COUNCIL REJECTING THE LOW BID AS
NON-RESPONSIVE; AWARDING THE CONTRACT FOR ALLEY
IMPROVEMENT PROJECT — PHASE 9 (2021) TO B & M BUILDERS, INC., OF
RANCHO CORDOVA; AUTHORIZING THE CITY MANAGER TO EXECUTE
CHANGE ORDERS; AND FURTHER APPROPRIATING FUNDS
WHEREAS, on November 17, 2021, the Council approved plans and specifications for
the Alley Improvement Project, and authorized the City Manager to award the contract to the
lowest bidder in an amount not to exceed $344,000 and execute change orders in an amount
not to exceed $30,000; and
WHEREAS, the City received the following three bids on March 2, 2022:
Above/(Below)
Bidder Location Bid Engineer's Estimate
Consolidated Engineering's Valley Springs $362,156.80 $41,744.80
B & M Builders, Inc. Rancho Cordova $399,909.00 $79,497.00
FBD Vanguard Const., Inc. Livermore $520,812.00 $200,400.00
*Consolidated Engineering's bid was deemed unresponsive as it did not include the Receipt of
Addendum No. 1.
WHEREAS, factors contributing to the low bid exceeding the Engineer's Estimate
include market forces subject to historic inflation and material and supply shortages, and the
short supply of available contractors; and
WHEREAS, staff recommends rejecting the low bid as non-responsive and awarding the
contract for Alley Improvement Project — Phase 9 (2021) to B & M Builders, Inc., of
Rancho Cordova, in the amount of $399,909; and
WHEREAS, staff further recommends authorizing the City Manager to execute change
orders in an amount not to exceed $40,000; and
WHEREAS, staff further recommends appropriating funds in the amount of $37,500
from the 2021/22 CDBG Funds (35099000.77020) and $87,500 from the 2022/23 CDBG Funds
(35099000.77020).
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby reject
the low bid as non-responsive and award the contract for Alley Improvement Project — Phase 9
(2021) to the lowest responsive bidder, B & M Builders, Inc., of Rancho Cordova, California, in
the amount of $399,909; 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 $40,000;
and
BE IT FURTHER RESOLVED, that the Lodi City Council does hereby appropriate funds
in the amount of $37,500, 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: April 20, 2022
I hereby certify that Resolution No. 2022-89 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held April 20, 2022 by the following votes:
AYES' COUNCIL MEMBERS — Hothi, Khan, Kuehne, Nakanishi, and
Mayor Chandler
NOES- COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS — None
OLIVIA NASHED
City Clerk
2022-89