HomeMy WebLinkAboutAgenda Report - October 7, 2009 E-11AGENDA ITEM E A
,.
CITY OF LODI
) COUNCIL COMMUNICATION
W
AGENDA TITLE: Adopt Resolution Awarding Contract for DeBenedetti Park (G -Basin) Storm Drain
Improvements to Teichert Construction, of Stockton ($362,168), Appropriating
Funds ($470,000), and Authorizing City Managerto Execute an IncidentalTake
Minimization Measures for the Project
MEETING DATE:
PREPARED BY:
October 7,2009
Public Works Director
RECOMMENDED ACTION: Adopt a resolution awarding the contract for the DeBenedetti Park
(G -Basin) Storm Drain Improvements project to Teichert Construction,
of Stockton, in the amount of $362,168, appropriating funds in
accordance with the recommendation shown below and authorizing
the City Managerto execute the Incidental Take Minimization Measures (ITMM) on behalf of the City.
BACKGROUND INFORMATION: This project consists of installing approximately 870 lineal feet of
72 -inch storm drain pipe, 42 lineal feet of 42 -inch storm drain pipe, one
weir structure, three outfall structures, and other incidental and related
work, all as shown on the plans and specification for the above project.
This projectwas reviewed by the San Joaquin County Multi -Species Habitat Conservation and Open
Space Plan for habitat conservation and the City is required to execute an ITMM (Exhibit A) prior to the
ground disturbance at the project site. No fees are required to be paid for the ITMM. Staff is
recommending that Council authorize the City Managerto execute the ITMM on behalf of the City.
Plans and specifications for this project were approved on September 2, 2009. The City received the
following eight bids for this project on September 23, 2009.
Bidder
Location
Base Bid
Engineer's Estimate
$473,340
Teichert Construction
Stockton
$362,168
Emard Engineering
Loomis
$364,625
McGuire Hester
Oakland
$393,220
Granite Construction
Stockton
$415,500
North Star Construction
Yuba City
$428,300
Floyd Johnston Construction
Clovis
$447,654
Knife River Construction
Stockton
$463,152
Con -Quest
San Francisco
$498,156
FISCAL IMPACT: There will be a
slight increase in the long-term storm drain maintenance of
the proposed facilities.
APPROVED:
Blair King, Cit anager
K:\WP\PROJECTS\PARKS\DeBenedetti(G-Basin)\Storm Drain Improvements\CAward.doo
10/1/2009
Adopt Resolution Awarding Contract for DeBenedetti Park (G -Basin) Storm Drain Improvementsto
Teichert Construction, of Stockton ($362,168), Appropriating Funds ($470,000), and Authorizing City
Manager to Execute an IncidentalTake Minimization Measures for the Project
October 7, 2009
Page 2
FUNDING AVAILABLE: Requested Appropriation: Storm Drain Impact Fee (326017)—$470,000
Jordan Ayers
Deputy City Manage terna Service Director
F. Wally Sbfidelin
Public Works Director
Prepared by Lyman Chang, Senior Civil Engineer
FWS/LC/pmf
Attachment
cc: CityAttomey
Purchasing Officer
Streets and Drainage Manager
K:\WP\PROJECTS\PARKS\DeBenedetti(G-Basin)\Storm Drain Improvements\CAward.doc 9/23/2009
S JC0G,Inc.
555 East Weber Avenue • Stockton, CA 95202
(209) 468-3913 9 FAX (209) 468-1084
San Joaquin County Multi -Species Habitat Conservation &
Open Space Plan (SJMSCP)
City of Lodi G -Basin Storm Drain Improvements:
APN: 058-230-24
SJMSCP Incidental Take Minimization Measures
Date: September 17, 2009
Findings: Potential habitat for Swainson's hawk
Total Disturbed Acres Anticipated: 46 acres
Habitat Types to be Disturbed: U—Urban
Project Jurisdiction: San Joaquin County
Advisory Statements
After inspecting the project site, and project site conditions, the San Joaquin Council of Governments
(SJCOG) provides the following advisory statements to the applicant. No further action is required
with the SJCOG with respect to the following statements. SJCOG does not accept any liability for the
accuracy of these statements since each regulatory agency discussed below must determine the extent
of its own regulatory authority with respect to the proposed project. Nonetheless, we are reasonably
confident that the advice provided in this paragraph is sound. The proposed project as reviewed will
not likely affect areas/habitats that would be regulated by the California Department of Fish and Game
(CDFG) pursuant to Section 1602 of the Fish and Game Code (i.e., will not require a streambed
alteration agreement).
It should be noted that two important federal agencies (U.S. Army Corps of Engineers and the
California Regional Water Quality Control Board) have not issued permits to the SJCOG and so
payment of the fee to use the SJMSCP will not modify requirements now imposed by these two
agencies. Potential waters of the United States [pursuant to Section 404 Clean Water Act]
may occur on the project site. It therefore may be prudent to obtain a preliminary wetlands map
from a qualified consultant. If waters of the United States are confirmed on the project site, the
Corps and the Regional Water Quality Control Board (RWQCB) would have regulatory authority
over those mapped areas [pursuant to Section 404 and 401 of the Clean Water Act respectively]
and permits would likely be required from each of these resource agencies prior to impacting
these features on the project site.
Conditions
Prior to Issuance of a Building Permit:
1. No fee payment to SJCOG, Inc. is required for the disturbance of 46 acres of Urban
Habitat (U) because the project is within the Category A No pay zone.
Note: If fees are not paid prior to January 1, 2010 this project will be subject to the subsequent fee increase, and
the fee above will no longer be applicable.
Between 14 and 30 calendar days before ground disturbance:
1. No applicable conditions
Prior to commencing ground disturbance:
2. Preconstruction surveys are required to verify implementation of the following
incidental take minimization measures:
• Swainson's hawk: If a nest tree becomes occupied during construction activities, then
all construction activities shall remain a distance of two times the dripline of the tree,
measured from the nest. If the Project Proponent elects to remove a nest tree, then
nest trees may be removed between September 1 and February 15, when the nests
are unoccupied.
During project construction:
3. All food -related trash items such as wrappers, cans, bottles, and food scraps shall be
disposed of in closed containers and removed at least once a week from the
construction site.
In reliance on the Section 10(a)(1)(B) Permit issued by the United States Fish and Wildlife Service
and the Section 2081(b) Incidental Take Permit issued by the California Department of Fish and
Game, the city of Lodi has consulted with and agreed to allow coverage pursuant to the SJMSCP
for the City of Lodi G -Basin Storm Drain Improvements, its successors, agents and assigns
pursuant to the "Implementation Agreement for the San Joaquin County Multi -Species Habitat
Conservation and Open Space Plan" which will allow the City of Lodi G -Basin Storm Drain
Improvements, its successors, agents and assigns to construct, operate and maintain the Project
commonly known as the City of Lodi G -Basin Storm Drain Improvements, which could result in a
legally permitted Incidental Take of the SJMSCP Covered Species in accordance with and subject
to the terms and conditions of the City of Lodi G -Basin Storm Drain Improvements, which is
located at APN. 058-230-24, approved by San Joaquin County. This Certification applies only to
activities on the subject parcel(s) which are carried out in full compliance with the approved plans
for the City of Lodi G -Basin Storm Drain Improvements, Section 10(a)(1)(B) Permit, and Section
2081(b) Incidental Take Permit conditions.
I have read, acknowledge, and agree to the preceding conditions:
for City of Lodi G -Basin Storm Drain Improvements Date
Please Print Name Here
0 Page 2
G -BASIN (DEBENEDETTI PARK)
STORM DRAIN IMPROVEMENTS 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 TEICHERT CONSTRUCTION, 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
General Provisions
Special Provisions
Bid Proposal
Contract
Contract Bonds
Plans
The July 2002 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.
ARTICLE III - The Contractor agrees to conform to the provisions cf 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
CONTRACT. DOC 1 09/23/2009
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 necessary to install 870 linear feet of 72 -inch cast -in-place storm drain pipe,
one concrete weir structure, three concrete outfall structures, and other incidental and related
work, all as shown on the plans and specifications for "G -Basin Storm Drain Improvements".
CONTRACT ITEMS
ITEM EST'D.
NO. DESCRIPTION UNIT QTY UNIT PRICE TOTAL PRICE
1. Traffic Control LS 1 $ 7,808.00 $ 7,808.00
2. Clearing and Grubbing
3. Excavation Safety
4. Abandon and Plug
48 -Inch Storm Drain Pipe
5. 42 -Inch Storm Drain Pipe
6. 48 -Inch Storm Drain Pipe
7. 72 -Inch Storm Drain Pipe
8. 48 -Inch Saddle Storm Drain
Manhole
IS 1 $ 15,000.00 $15,000.00
S 1 $ 3,900.00 $ 3,900.00
M 1 $ 1,500.00 $ 1,500.00
LF 42 $ 180.00 $ 7,560.00
LF 20 $ 265.00
LF 870
EA 4
9. 48 -Inch Storm Drain Manhole EA 1
10. 60 -Inch Storm Drain Manhole EA 1
$ 180.00
$ 5,300.00
$156,600.00
$ 3,400.00 $13,600.00
$ 3,200.00
$ 7,500.00
$ 3,200.00
$ 7,500.00
Contract, D OC 2 09/23/09
ITEM EST'D.
NO. DESCRIPTION UNIT QTY
11. Weir Structure LS 1
12. North Outfall Structure LS
13. South Outfall Structure LS
14. 72 -Inch Storm Drain Outfall
Structure LS 1
15. Rip -Rap CY 12
UNIT PRICE TOTAL PRICE
$ 55,500.00 $55,500.00
$ 30,000.00 $30,000.00
$ 23,500.00 $23,500.00
$ 30,000.00 $30,000.00
$ 100.00 $ 1,200.00
TOTAL $362,168.00
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.
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 35 WORKING DAYS.
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 3 09/23/09
IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands the year
and date written below.
CONTRACTOR: CITY OF LODI
By:
Blair King
City Manager
By: Date:
Title
(CORPORATE SEAL)
Attest:
City Clerk
Approved As To Form
D. Stephen Schwabauer
City Attorney HK
Contract.DOC 4 09/23/09
RESOLUTION NO. 2009-132
A RESOLUTION OF THE LODI CITY COUNCIL AWARDING
CONTRACT FOR DEBENEDETTI PARK (G -BASIN) STORM DRAIN
IMPROVEMENTS PROJECT, AUTHORIZING CITY MANAGER TO
EXECUTE SAN JOAQUIN COUNTY MULTI -SPECIES HABITAT
CONSERVATION AND OPEN SPACE PLAN INCIDENTALTAKE
MINIMIZATION MEASURES, 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 September 23, 2009, at
11:00 a.m. for the DeBenedetti Park (G -Basin) Storm Drain Improvements project, described in
the plans and specifications therefore approved by the City Council on September 2, 2009; and
WHEREAS, said bids have been checked and tabulated and a report thereof filed with
the City Manager as follows:
Bidder
Bid
Teichert Construction
$362,168
Emard Engineering
$364,625
McGuire Hester
$393,220
Granite Construction
$415,500
North Star Construction
$428,300
Floyd Johnston Construction
$447,654
Knife River Construction
$463,152
Con -Quest
$498,156
WHEREAS, staff recommends awarding the contract for the DeBenedetti Park (G -Basin)
Storm Drain Improvements project to the low bidder, Teichert Construction, of Stockton,
California; and
WHEREAS, this project has been reviewed by San Joaquin County Multi -Species
Habitat Conservation and Open Space Plan for habitat conservation, and the City is required to
execute an Incidental Take Minimization Measures (ITMM) prior to the ground disturbance at
the project site. Staff recommends that Council authorize the City Manager to execute the
ITMM on behalf of the City.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby award
the contract for the DeBenedetti Park (G -Basin) Storm Drain Improvements project to the low
bidder, Teichert Construction, of Stockton, California, in the amount of $362,168; and
BE IT FURTHER RESOLVED that the City Council does hereby authorize the
City Managerto execute the San Joaquin County Multi -Species Habitat Conservation and Open
Space Plan ITMM on behalf of the City; and
BE IT FURTHER RESOLVED that funds in the amount of $470,000 be appropriated
from the Storm Drain Impact Fees.
Dated: October 7, 2009
I hereby certify that Resolution No. 2009-132 was passed and adopted by the City Council
of the City cf Lodi in a regular meeting held October 7,2009, by the following vote:
AYES: COUNCIL MEMBERS —Johnson, Katzakian, Mounce, and Mayor Hansen
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS— Hitchcock
ABSTAIN: COUNCIL MEMBERS— None
RANDI JOHL
City Clerk
2009-132