File #: 17-3686    Version: 1
Type: Consent
In control: City Council/Successor Agency to the Redevelopment Agency/Public Financing Authority/Parking Authority Concurrent
Final action:
Title: APPROVE RESOLUTION TO AWARD CONTRACT FOR UNDER-FREEWAY PARKING LOT IMPROVEMENTS
Attachments: 1. Attachment A - Vicinity Map, 2. Proposed Resolution - PD Underfreeway Parking, 3. Exhibit 1 - Notice of Exemption, 4. Exhibit 2 - Construction Contract

title

APPROVE RESOLUTION TO AWARD CONTRACT FOR UNDER-FREEWAY PARKING LOT IMPROVEMENTS

 

recommended action

RECOMMENDATION

 

It is recommended that the City Council adopt a resolution authorizing the City Manager to:

 

1.                     Approve the Notice of Exemption No. CE0011-17 under the California Environmental Quality Act for the Stockton Police Department (PD) Under Freeway Parking Lot Improvements (Project No. PW1621).

 

2.                     Approve the plans and specifications for the PD Under Freeway Parking Lot Improvements (Project No. PW1621).

 

3.                     Award a Construction Contract in the amount of $1,097,141.80 to Robert Burns Construction, Inc. of Stockton, CA, for the PD Under Freeway Parking Lot Improvements (Project No. PW1621).

 

It is also recommended that the City Manager be authorized to take appropriate and necessary actions to carry out the purpose and intent of this resolution.

 

body

Summary

 

The City utilizes parking lots under the State Route 4 Crosstown Freeway between Center Street on the west and San Joaquin Street on the east.  Implementation of the City’s staffing plan created a need for additional parking to accommodate additional vehicles.  The Under-Freeway Parking Lot Improvements (Project No. PW1621) will generally resurface and reconfigure Parking Lots 2 and 3.  Upgrades to fencing and parking lot access will also be performed.  The project is in the FY 2016-2021 Capital Improvement Plan.

 

On January 5, 2017, the City received three bids for this project.  The low bid was non-responsive, and the other bids significantly exceeded the engineer’s estimate and available budget.  On March 28, 2017, Council approved a motion to reject all bids.  The project was rebid with a restructured bid schedule that has a base bid and four additive bid alternatives.  The additive alternate bids are optional improvements that can be added to the project if the costs are within the project budget.

 

On April 20, 2017, the City received four bids for this project.  Robert Burns Construction, Inc. submitted the apparent low base bid of $1,043,727.05.  There is sufficient budget available to award the base bid plus additive alternate 1 (electrical outlets) in the amount of $22,812, and additive alternate 4 (increased fence material thickness) in the amount of $30,602.75.  The total award amount (base bid plus alternates) to Robert Burns Construction, Inc. will be $1,097,141.80.  Staff recommends Council approve the plans and specifications for the project and award a Construction Contract to Robert Burns Construction, Inc. in the amount of $1,097,141.80.

 

Staff also recommends that Council adopt a resolution authorizing the filing of Notice of Exemption No. CE0011-17 under California Environmental Quality Act (CEQA).  Construction is anticipated to begin in summer 2017 and be completed by the end of December 2017.

 

DISCUSSION

 

Background

 

The City utilizes several parking lots under the State Route 4 Crosstown Freeway for equipment storage, and patrol and employee parking.  The parking lots are leased from the State of California and located between Center Street on the west and San Joaquin Street on the east (Attachment A).  Implementation of the City’s Staffing Plan created a need for additional parking to accommodate additional vehicles.  Consequently, the Under-Freeway Parking Lot Improvements project was programmed in the FY 2016-2021 Capital Improvement Plan.  This project will add approximately 55 parking spaces and make improvements to Parking Lots 2 and 3.  Parking Lot 2 is located between Center and El Dorado Streets. Parking Lot 3 is located between El Dorado and San Joaquin Streets.  The project includes the following improvements:

 

                     Replace deteriorated six-foot chain link fencing with eight-foot tubular steel fencing.

                     Install automatic vehicle gates and pedestrian gates that can be operated with key card readers.

                     Repair and resurface existing pavement.

                     Restripe the lots to accommodate more vehicle parking.

 

On November 22, 2016, the City retained Siegfried Engineering, Inc. to prepare the plans and specifications for the construction of the project.  The project was advertised for bids, and the City received three bids on January 5, 2017.  The low bid was non-responsive, and the other bids significantly exceeded the engineer’s estimate and available budget.  On March 28, 2017, Council approved a motion to reject all bids.

 

Present Situation

 

On March 20, 2017, the project was re-advertised with a restructured bid schedule that has a base bid and four additive bid alternatives (Add Alt).  The additive alternate bids are optional improvements that can be included with the apparent low bidder’s base bid provided there is available funding.  Additive Alternate 1 consists of additional electrical outlets in Parking Lots 2 and 3.  Additive Alternate 2 consists of additional asphalt paving on the east side of Parking Lot 2 between the existing pavement and the proposed fencing.  Additive Alternate 3 consists of installing metal screening at designated fencing locations.  Additive Alternate 4 consists of increasing the tubular steel thickness of fence pickets for Parking Lots 2 and 3.  On April 20, 2017, four bids were received with the following results:

 

COMPANY NAME

BASE BID AMOUNT

ADJUSTED BID AMOUNT (local preference applied)

ADD ALT 1 BID AMOUNT

ADD ALT 2 BID AMOUNT

ADD ALT 3 BID AMOUNT

ADD ALT 4 BID AMOUNT

Robert Burns Construction, Inc. (San Joaquin County)

$1,043,727.05

$1,022,852.51

$22,812.00

$50,755.00

$25,630.80

$ 30,602.75

B&M Builders, Inc. (Rancho Cordova)

$1,044,717.35

$1,044,717.35

$18,066.40

$54,600.00

$24,180.00

$313,788.00

T&S Intermodal Maintenance, Inc. dba T&S West (Linden)

$1,112,382.65

$1,090,135.00

$25,247.00

$23,445.00

$23,374.00

$312,316.00

George Reed Construction, Inc. (San Joaquin County)

$1,216,083.20

$1,191,761.54

$16,934.50

$25,380.00

$28,210.00

$ 34,537.00

Engineer’s Estimate

$1,061,996.00

 

$20,724.00

$34,600.00

$16,120.00

$ 46,540.00

 

The project will be awarded based on the lowest bid received for the base bid.  The Local Business Preference Ordinance, Stockton Municipal Code (SMC) section 3.68.090, applies to this contract.  Robert Burns Construction, Inc., T&S Intermodal Maintenance, Inc. dba T&S West, and George Reed Construction, Inc. operate business locations within San Joaquin County and are entitled to a two percent bid preference.  Application of the Local Business Preference has no effect on the bid order. 

 

The Local Employment Ordinance, SMC section 3.68.095, applies to this contract. 

 

On July 26, 2016, Council adopted a Community Workforce and Training Agreement (CWTA).  The CWTA became effective August 25, 2016, and applies to all Public Works projects over $1 million that are bid after that date.  The CWTA was applied to this project, as the estimated construction cost was more than $1 million.

 

The bid from Robert Burns Construction, Inc., the lowest bidder, is regular in all respects.  Robert Burns Construction, Inc. has the proper license to perform the work.  Budget is available to award Additive Alternate 1 in the amount of $22,812, and Additive Alternate 4 in the amount of $30,602.75 to the project.  The total award amount to Robert Burns Construction, Inc. becomes $1,097,141.80.  Staff recommends approving the plans and specifications for the project, and awarding the Construction Contract to Robert Burns Construction, Inc. of Stockton, CA, in the amount of $1,097,141.80. Construction is anticipated to begin in summer 2017 and be completed by the end of December 2017.

 

The project is in conformance with the City’s General Plan, pursuant to California Government Code, section 65402, and is categorically exempt from the requirements of CEQA as specified under Article 19, Section 153301, Class 1, of CEQA Guidelines. The activities related to this project constitutes a discretionary project under the City’s jurisdiction and qualifies as a project that does not have a significant effect on the environment. Staff recommends Council adopt a resolution authorizing the filing of Notice of Exemption No. CE0011-17 under CEQA.

 

FINANCIAL SUMMARY

 

There is currently an unencumbered balance of $1,194,544.92 in the Under-Freeway Parking project (PN: PW1621; 301-3020-640).  This is sufficient to award the Construction Contract in the amount of $1,097,141.80 with Robert Burns Construction, Inc.  The remaining funding of $97,403.12 will be expended on construction engineering ($45,000.00) and construction contingency ($52,403.12).

 

There is no additional impact to the City’s General Fund or any other unrestricted fund as a result of taking the recommended action.

 

Attachment A - Vicinity Map