Loading...
HomeMy WebLinkAbout2018-10-09 - AGENDA REPORTS - BUS STOP FURNITURE INVENTORY REFURBISHING (2)Agenda Item: 5 DATE: October 9, 2018 SUBJECT: REFURBISHING INVENTORY OF BUS STOP FURNITURE DEPARTMENT: Neighborhood Services PRESENTER: Adrian Aguilar RECOMMENDED ACTION City Council: Award a contract to Next Stage Engineering & Construction for the refurbishing of bus stop furniture currently in spare inventory in the amount of $83,000, and authorize a contingency of 10 percent in the amount of $8,300 for a total amount not to exceed $91,300. 2. Authorize staff to replace damaged real-time bus finder modules at bus stop locations in the amount of $20,000, and authorize a contingency of 10 percent in the amount of $2,000 for a total amount not to exceed $22,000. 3. Appropriate funds in the amount of $113,300 to expenditure account 12402-5161.001 and increase Miscellaneous Federal Grants revenue account 700-4424.009 by $104,601 and Municipal Operator Service Improvement Program (MOSIP) revenue account 700-4424.007 by $8,699. 4. Authorize the City Manager or designee to execute all contract documents, or modify the award in the event issues of impossibility of performance arise, subject to City Attorney approval. BACKGROUND As part of an annual project, 29 City of Santa Clarita (City) bus stops have undergone passenger amenity improvements. The new passenger amenities included benches, trash receptacles, concrete pads and the extension of sidewalks to accommodate newly purchased bus stop furniture that improved safety and accessibility. The furniture removed from the bus stops is in need of refurbishment in order to be used for future improvement projects. Page 1 If approved by Council, this project will refurbish the worn bus stop furniture including 64 trash receptacles, 21 six-foot benches, and 60 eight -foot benches. In addition, damaged real-time bus arrival information modules will be replaced with upgraded solar powered units. These upgraded units will also be equipped with light -emitting -diode (LED) lights to improve night time visibility. The bus stop refurbishing project is funded by the Federal Transit Administration (FTA). The FTA funding allows the City to maintain transit related infrastructure in a state of good repair. An invitation to bid was posted on PlanetBids on August 7 and published in the local newspaper on August 10, 11, and 17, 2018, for the Refurbishing Inventory of Bus Stop Furniture Project (Bid No. TMF 18-19-08). Notifications were sent to 385 vendors. Thirteen vendors downloaded the bid package from the City's website and two vendors submitted a bid. Company Location Bid Amount Next Stage Engineering & Construction Fresno, CA $83,000 Magic Maintenance, Inc. Valencia, CA $89,808 Federally funded projects are prohibited from specifying or evaluating bids or proposals in light of in-state or geographic preferences, even if those preferences are imposed by state or local laws or regulations. Of the two bids received, staff recommends that Next Stage Engineering & Construction be awarded the contract of refurbishing the inventory of spare bus stop furniture. Next Stage Engineering & Construction was the lowest bidder and successfully submitted all appropriate required forms. ALTERNATIVE ACTION Other action as determined by the City Council. FISCAL IMPACT There is no fiscal impact to the General Fund. The appropriation of $113,300 in Federal Transit Funds will cover the total contract amount. ATTACHMENTS BID Response TMF-18-19-08 (available in the City Clerk's Reading File) Page 2 CITY OF SANTA CLARITA INVITAT)ON FOR BID BID # TMF-18-19-08 BID OPENING: September 6, 2018 The City of Santa Clarita invites electronically sealed bids for: Refurbishing Inventory Of Bus Stop Furniture 1. Bids must be ELECTRONICALLY received at: http://www.i)lanetbids.com/portal/portal.cfm?CompanvlD=16840# 2. Prices shall be D.D.P. City of Santa Clarita Receiving dock Incoterms 2000 or for the service rendered. 3. Bidder shall honor bid prices for One Hundred Twenty (120) days or for the stated contract period, whichever is longer. 4. Bids must be on this Bid form. Submission of a proposal acknowledges the proposer has read and understands the requirements contained on pages 1 to 50, Exhibits A to B. 5. Bid Questions. Questions should be submitted electronically to: http://www.planetbids.com/portal/portal.cfm?CompanvlD=16840# The last day for questions will be 10:00 AM, August 27, 2018. 6. The vendor is responsible for the accuracy and completeness of any solicitation form not obtained directly from the City. Name (Print): Jason Decena Email. Sales@Nextstage-Engineering.com Company Phone No.: 559-221-4935 Bid # TMF-18-19-08 Company: Next Stage Engineering & Construction Address: 516 W Shaw Ave, Suite 200 City: Fresno State/Zip: CA 93704 2 C. PRICING SCHEDULE Bid # TMF-18-19-08 Refurbishing Inventory Of Bus Stop Furniture Pricing for items 1-4 must be entered into line items section of PlanetBids. If the number entered on this page or the total entered on page one of the bid response conflicts with what is entered on Planetbids, the number entered on Planetbids shall govern. Fill out this form completely and upload it with your bid. In the event any mathematical discrepancies are found in the pricing forms submitted, the unit price shall govern. Base Bid - Price Sheet Qty Unit Unit Price Total 6 Foot Bench .. .......................................................... 1. With back and center divider* ....................................................... 21 ..... EA $635.83 $13,352.4 8 Foot Bench _... .. ..................�. 2. With back and center divider* 60 EA $702.79 $42,167.4 Trash Receptacle 3. 32 Gallon, round with lid* 64 EA $395.00 $25,280.0 Additonal Items Do NOT include this pricing entered on PlanetBids. Additional 6' Bench* TBD EA $600.00 $600.00 Additional 8' Bench* TBD EA $700.00 $700.00 Additional Trash Receptacle* TBD EA $390,00 390 Q0 Additional Trash Receptacle with No Lid TBD EA $380,00 $380.00 4. Other Associated Items (Please describe) Bid Bond and Performance Bond 1 Sum $2,200,17 $2,200.17 i __ .._ * Price includes tax and delivery to transit bus yard (28250 Constellation Rd., Santa ................................................................................................... Clarita, Ca 91355) Total:$83,000.00 Bid # TMF-18-19-08 29 DESIGNATION OF SUBCONTRACTORS Bid # TMF-18-19-08 Refurbishing Inventory Of Bus Stop Furniture City of Santa Clarita, California Subcontractor Prime DBE STATUS: None Next Stage Engineering & Construction Age of firm: 9 Years Certifying Agency: Location and Place of Business 516 W Shaw Ave, Suite 200 Fresno CA 93704 Dollar Value of Work "83,000.00" Annual Gross Receipts: 3.2 Million Bid Schedule Item Nos: Description of Work All Prime Contractor License No. Exp. Date: 11/30 /2019 Phone ( ) 559-221-4935 1033104 Subcontractor DBE STATUS: None Dollar Value of Work 75,000.00 A&J Metal Finishing & Powder Coating Age of firm: 2 Years Certiging Agency: Annual Gross Receipts: NA Location and Place of Business 1080 W Bradley Ave Suite D, EI Cajon CA 92020 Bid Schedule Item Nos: Description of Work All I PowderCoat, Sand Blast License No. Exp. Date: Phone ( ) NA I NA 619-258-3916 Subcontractor DBE STATUS: None Dollar Value of Work 75,000.00 Powder Coating Plus Age of firm: Certifying Agency: Annual Gross Receipts: 500,000.00 Location and Place of Business 5325 S.Valley View Blvd, Suite 107, Las Vegas NV 89118 Bid Schedule Item Nos: Description of Work All Powedercoatin , Sand Blasting License No. Exp. Date: / / Phone( ) Na Na 702-492-2003 NOTE: A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. Bid # TMF-18-19-08 30 GOVERNMENT -WIDE DEBARMENT AND SUSPENSION (NONPROCUREMENT) e. If, at a later time, it receives any information that contradicts the statements of subsections 2.a — 2.d above, it will promptly provide that information to FTA, It will treat each lower tier contract or lower tier subcontract under its Project as a covered lower tier contract for purposes of 2 CFR part 1200 and 2 CFR part 180 if it: (1) Equals or exceeds $25,000, (2) Is for audit services, or (3) Requires the consent of a Federal official, and g. It will require that each covered lower tier contractor and subcontractor: (1) Comply and facilitate compliance with the Federal requirements of 2 CFR parts 180 and 1200, and (2) Assure that each lower tier participant in its Project is not presently declared by any Federal department or agency to be: a. Debarred from participation in its federally funded Project, b. Suspended from participation in its federally funded Project, C. Proposed for debarment from participation in its federally funded Project, d. Declared ineligible to participate in its federally funded Project, Voluntarily excluded from participation in its federally funded Project, or Disqualified from participation in its federally funded Project, and 3. It will provide a written explanation as indicated on a page attached in FTA's TEAM -Web or the Signature Page If it or any of its principals, including any of its first tier Subrecipients or its Third Party Participants at a lower tier, is unable to certify compliance with the preceding statements in this Certification Group. Certification Contractor Next Stage Engineering & Construction Signature of Authorized Official Date 09/01_/2018 Name and Title of Contractor's Authorized Official Jason Decena, Sr Manager Bid # TMF-18-19-08 46 DBE RACE -NEUTRAL PARTICIPATION COMMITMENT FORM (INCLUSIVE OF ALL DBES AT TIME OF BID SUBMISSION) NOTE: PLEASE REFER TO INSTRUCTIONS ON THE REVERSE SIDE OF THIS FORM. Contractor to Complete this Section _.....................� 1. Local Agency Name: - City Of Santa Clarita 2. Project Description; _Refurbish bus stop furniture - 11,.. -- .... .................................................... -- 3. Project Location; Santa Clarita 4. Bidder's Name: Next Stage Engineering & Construction 5. Prime Certified DBE: ❑ 6. Bid Amount--8-3,00-0- mount83,0007. 7.Total Dollar Amount for ALL Subcontractors: 75,000.00 estimated 8, Total Number of ALL Subcontractors: 1 DBE Commitment Information uuu 9. Bid Item 4 10. Description of Work, Service or Materials Supplied and 11. DBE 12. DBE Finn Name and 13. DBE Dollar NAIL s Certification Contact Info Amount NA NA NA NA NA _.......... .�__ Local Agency to Complete this Section 14. Total Claimed DBE $ 0.00 Participation 20. Local Agency Contract Number: 0.00 IMPORTANT: Identify all DBE firms being claimed for credit, regardless of tier, Names of the First Tier 21. Federal -aid Project Number: DBE Subcontractors and their respective item(s) of work listed above must be consistent, where ,applicable with the names and items of the work in the "Subcontractor List" submitted with your bid. Written 22. Contract Award Date: -onfirmation from each listed DBE is required, Local Agency certifies that all DBE certifications are valid and the — --------................ information on this form is complete and accurate: 1 reparer°s Signature Jason Decena — — ..... ...... - ...... . — - — - — ---------------16. 23. Local Agency Representative Signature 24. Date Preparer's Name (Print) Sr Manager ------------ ---— -------- 17. Preparer's Title 25. Local Agency Representative Name (Print) 26. Phone 09/01/2018 559-221-4935 18. Date 19. (Area Code} Tel No. 27. Local Agency Representative Title Please Nolti Consollom shall coni etc inn w mhml o rr �u e�br "r brat t1131i rti aaw" I rr • I in It�e ewe�ma nrnr� h7t31G ssrllci :align t unwullunrl shall mark "none" under the DBE firm name. Bid # TMF-18-19-08 32 Project Name: Refurbishing Inventory of Bus Stop Furniture BIDDERS LIST Bidder/Offeror: Next Stage Engineering & Construction IFB No.: TMF-18-19-08 V oe The City maintains a "Bidders List" containing information about all firms (DBE and Non -DBE) that bid, propose or quote on the City's federal -assisted contracts, in accordance with 49 CFR Part 26.11. The "Bidders List" is intended to be a count of all firms that are participating, or attempting to participate, on federal -assisted contracts, whether successful or unsuccessful in their attempt to obtain a contract. The Bidder/Offeror is to complete all requested information on the "Bidders List" for every firm who submitted a proposal, bid or quote, including the primary Bidder, and submit this information at the time of bid submission. The "Bidders List" content will not be considered in evaluating the bid or determining award of any contract. Name of Prime's Firm: Next Stage Engineering & Construction Firm Address: 516 W Shaw Ave, suite 200 Fresno, CA 93704 Number of years in business: 9 Years Phone: ( ) 559-221-4935 ............... ....... .. Fax: ( ) 559-221-2660 Type of work/services/materials provided: Professional Engineering & Construction Services Contact Person: Joe Munoz Title: project Manager Is the firm currently certified as a DBE under 49 CFR Part 26? i Yes Check the box below for your firm's annual gross receipts last I No (N0) year: Firm Name: Firm Address: Number of years in business: Contact Person; Is the firm currently certified as a DBE under 49 CFR Part 26? 1 N Less than $1 million Less than $5 million Less than $10 million Less than $15 million More than $15 million Phone: ( ) Fax: ( ) Type of work/services/materials provided: Title: Yes 1I Check the box below for your firm's annual gross receipts last I Less than $1 million p i Less than $5 million I I Less than $10 million FLess than $15 million I More than $15 million Bid # TMF-18-19-08 34 Firm Name: Y Phone: ( Firm Address: I Fax: ( Type of work/serviceslmaterials provided: Number of years in business: Contact Person: I Title: Is the firm currently certified as a DBE under 49 CFR Part 26? 1 Yes Check the box below for your firm's annual gross receipts last Noear: _...... _ i Less than $1 million ,i Less than $5 million I Less than $10 million Less than $15 million FM -ore than $15 trillion If necessary, this "Bidders List" form can be duplicated to include all firms (DBE and non -DBE) that have submitted a bid or quote on this DOT -assisted project, whether successful or unsuccessful in their attempt to obtain a contract. Failure of the Bidder to submit the required "Bidders List" form will deem the Bidder non-responsive, Bid # TMF-18-19-08 35 REFERENCES Bid # TMF-18-19-08 Refurbishing Inventory Of Bus Stop Furniture City of Santa Clarito, California The following are the names, addresses, and telephone numbers of three public agencies for which BIDDER has performed work of a similar scope and size within the past 3 years. If the scope of work/specifications requests refrences duifferent than instructions above, the scope of work/specifications shall govern: 1. MTS, San Diego Metropolitan Transit System Name and Address of Owner / Agency Gabe Mckee: Project Manager Phone: 619-515-0931 Name and Telephone Number of Person Familiar with Project $851,225.00 Provide 17 Transit Shelters 08/21/2018 Contract Amount Type of Work Date Completed 2. ABC Construction Co, Inc,Prime Contractor for MTS Project listed above Name and Address of Owner / Agency John Marlatt: Project Manager Phone: 619-239-3428 � � Name and Telephone Number of Person Familiar with Project $204,557.61 Installation & Labor 09/05/2018 Contract Amount Type of Work Date Completed United State Air National Guard Fresno Air Base Name and Address of Owner/ Agency Andres Garcia SS t USAF Phone: 559-454-5139 Name and Telephone Number of Person Familiar with Project $22,725.00 Milita Contract Pull. Repair & Instal Call for more information 09/1212017 Contract Amount Type of Work Date Completed The following are the names, addresses, and telephone numbers of all brokers and sureties from whom BIDDER intends to procure insurance bonds: Katherine DuPont: Phone: 916-737-5726 Suretyl 13225 Monier Circle Suite 100, Rancho Cordova, CA 95742 Bid # TMF-18-19-08 31 L, PROPOSAL GUARANTEE BID BOND Bid # TMF-18-19-08 Refurbishing Inventory Of Bus Stop Furniture City of Santa Clarita, California KNOW ALL MEN BY THESE PRESENTS that Next Stage Construction ,as BIDDER, and The Hanover Insurance Company as SURETY, are held and firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of Ten Percent of Total Amount Bid dollars ($ io%duw _ro- ). which is ten percent (10%) of the total of first contract year (365 days) amount which is bid by BIDDER, to AGENCY forthe above -stated project, forthe payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to AGENCY for the above -stated project, if said bid is rejected, or if said bid is accepted and the contract is awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of AGENCY. IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this 4th day of September . 2018. BIDDER Next Stage Construction; 516 W Shaw Ave Suite 200 Fresno CA 93704; (559) 221-4935 SURETY* The Hanover Insurance Company; 1410 Rocky Ridge Dr. #200 Roseville, CA 95661; (530)263-0334 Surety Solutions Insurance Services, Inc.; 3225 Monier Circle Suite 100 Rancho Cordova CA 95742; (877)654-2327 Ryan T'ash, Attorney -i n- Fact Subscribed and sworn to this 4th day of September 2018. NOTARY PUBLIC See attached *Provide BIDDER and SURETY name, address, and telephone number and the name, title, address, and telephone number for authorized representative. IMPORTANT - Surety Companies executing Bonds must appear on the Treasury Department's most current list (Circular 570, as amended) and be authorized to transact business in the State where the project is located. Bid # TMF-18-19-08 48 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or —validity of that document. State of California County of Sacramento On before me, Katherine DuPont, Notary Public (insert name and We of the officer) personally appeared Ryan Tash who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. XAT IIE UPI IT WITNESS my hand and official seal. coMM, :#2 D6140' Z Notary Public • Caldomia o sacranknto count W fires 2021 Signature (Seal) POWER OF ATTORNEY UNITED STATES FIRE INSURANCE COMPANY PRINCIPAL OFFICE. - MORRISTOWN, NE%1' JERSEI' KNOW ALE, MEN BY THESE PRESENTS: I hat United States Fire Insurance Company, a corpordtion duly organized and existing under the laws ofthe state of Dela%+are, has made, constituted and appointed. and does hereby make. constitute and appoint: Ryan Tash, John Page, Susan Fournier each_ its true and lawful Attorney(s)-In-Fact. with full pow%er and authority hereby conferred in its name. place and stead, to execute. acknowledge and deliwcr: Any and all bonds and undertakings of surely and other documents that the ordinary course of surety business may require, and to bind United States Fire Insurance Company thereby as fully and to the same extent as if such bonds or undertakings had been duly executed and acknowledged by the regularly elected officers of United States Fire Insurance Company at its principal office. in amounts ar penalties not exceeding: Seven Million, Five Hundred Thousand Dollars (S9,500,000). This Po%ver of Attorney limits the act of those named therein to the bonds and undertakings specifically named therein, and they have no authority to bind United States Fire Insurance Company except in the manner and to the extent therein stated. This Power of Attomey revokes all previous Powers of Attorney issued on behalf of the Attorneys -]n -Fact named above and expires on January 31. 2019. This Power of Attorney is granted pursuant to Article IV of the By -Laws of United States Fire Insurance Company as now% in full force and effect, and consistent with Article 111 thereof, which Articles provide, in pertinent part: Article IV, Execution of Instruments - Except as the Board of Directors may authorize by resolution, the Chairman of the Board. President. any Vice -President, any Assistant Vice President, the Secretary, or any Assistant Secretary shall have power on behalf of the Corporation: (a) to execute, affix the corporate seal manually or by facsimile to. acknowledge, verify and deliver any contracts, obligations, instruments and documents whatsoever in connection with its business including, without limiting the foregoing, any bonds, guarantees, undertakings, recognizances, powers of attorney or revocations of any powers of attorney, stipulations, policies of insurance, deeds, leases, mortgages. releases, satisfactions and agency agreements.- (b) greements: (b) to appoint, in writing, one or more persons for any or all of the purposes mentioned in the preceding paragraph (a), including affixing the seal of the Corporation. Article Bl, Officers, Section 3.11, Facsimile Signatures. The signature of any officer authorized by the Corporation to sign any bonds. guarantees, undertakings, recognizances, stipulations, powers of attorney or revocations of any powers of attorney and policies of insurance issued by the Corporation may be printed, facsimile, lithographed or otherwise produced. In addition, if and as authorized by the Board of Directors, dividend warrants or checks, or other numerous instruments similar to one another in form, may he signed by the facsimile signature or signatures, lithographed or otherwise produced, of such officer or officers of the Corporation as from time to time may be authorized to sign such instruments on behalf of the Corporation. The Corporation may continue to use for the purposes herein stated the facsimile signature of any person or personswho shall have been such officer or officers of the Corporation, notwithstanding the fact that he may have ceased to be such at the time when such instruments shall be issued. IN NYITNESS 1VHEREOF, United Slates Fire Insurance Company has caused these presents to be signed and attested by its appropriate officer and its corporate seal hereunto affixed this lou' day of March, 2016. UNITED STATER FiRF. IN`elm Anlr_E COMPANY Anthony R. Slimowvicz, Executive Vice President State of New Jersey) County of Morris ) On this I& day of March 2016, before me, a Notary public of the State of New Jersey, came the above named officer of United States Fire Insurance Company, to me personally known to be the individual and officer described herein, and acknowledged that he executed the foregoing instrument and affixed the seal of United States Fire Insurance Company thereto by the authority of his office. SON IA SCALA NOTARY PUBLIC OF NEW JERSEY Sonia Scala (Notary Public) MY COMMISSION EXPIRES 325/2019 1, the undersigned officer of United States Fire Insurance Company, a Delaware corporation, do hereby certify that the original Power of Atteney of w hicb the foregoing is a full, true and correct copy is still in force and effect and has not been revoked. iN WITNESS NYHEREOF, I have hereunto set my hand and affixed the corporate seal of United States Fire Insurance Company on ihe4th day of s"i 2018 UNITED STATES FIRE INSURANCE COMPANY ( Al Wright, Senior Vice President