HomeMy WebLinkAboutAgenda Report - July 6, 2011 C-084% AGENDA ITEM Co 00
y°F<
crryOF
q- "PCOUNCIL COMMUNICATION
TM
AGENDA TITLE: Adopt Resolution Awarding Design and Construction Contract for Municipal
Service Center Transit Vehicle Maintenance Facility Solar Power Project to D. G.
Granade, Inc., of Shingle Springs ($435,456) and Authorizing City Managerto
Execute Change Orders within the Project Appropriation
MEETING DATE: July 6,201 1
PREPARED BY: PublicWorks Director
RECOMMENDED ACTION: Adopt resolution awarding design and construction contract for
Municipal Service Center Transit Vehicle Maintenance Facility Solar
Power Projectto D. G. Granade, Inc., of Shingle Springs in the
amount of $435,456 and authorizing City Managerto execute
change orders within the project appropriation.
BACKGROUND INFORMATION: At its April 20, 2011 meeting, Council authorized the advertisement
of the Request for Proposal (RFP) for the design and construction of
the above project. The City -issued RFP included "bridging
documents" which essentially consisted of 30 percent complete
plans and specifications. A qualification packagewas required of all bidders, and a pre -proposal site
meeting was held.
The City received four proposals, with D. G. Granade, Inc., being the lowest. This project consists of the
design and construction of approximately 5,300 square feet of roof space for mounting 240 photovoltaic
solar panels to provide 56.4 Kilowatt Standard Test Conditions (KWSTC) of electrical power. The
structure will also serve as a protective cover for the material storage bunkers adjacent to the Transit
Vehicle Maintenance Facility. Electricity generated by the new facility will help offset electrical costs at
the Transit Vehicle Maintenance Facility.
D. G. Granade, Inc. will be responsibleto complete the design and constructthe facility in accordance
with the City's bridging documents, which establish minimum and desired design criteria for the facility.
D. G. Granade's design team will work closely with City staff to develop the construction documents.
Complete construction documentswill be submitted to the Building Divisionfor permit issuance.
Construction will begin following issuance of the building permit. The project schedule allows 60 days for
design completion and permit application submittal. The construction period is limited to 120 days starting
when the building permit is issued. The total project budget of $650,000 includes project -related
expenses and contingencies.
On May 26, 2011, the following four proposals were received:
Firm
Engineer's Estimate
D. G. Granade, Inc.
Diede Construction, Inc.
United Building Contractor's, Inc.
Stronghold Engineering, Inc.
Guaranteed
Maximum Price
$1,000,000.00
$435,456.00
$498,920.00
$650,912.00
$997,124.00
APPROVED: _ ---_
Ko radt rtlam, City Manager
KAWRPROJECTSWRANSIIIMSC TVMF Solar Structure ProjecACAward.MSC NMF Solar Project.doc 6/29/2011
Adopt Resolution Awarding Design and Construction Contract for Municipal Service Center Transit
Vehicle Maintenance Facility Solar Power Projectto D G Granade Inc., of Shingle Springs; Authorizing
City Managerto Execute Change Orders within the Project Appropriation; and Appropriating Funds
($650,000)
July 6, 201 1
Page 2
FISCAL IMPACT: Electricity generated from this projectwill be used to offset utility costs at
the Transit Vehicle Maintenance Facility. Failure to award the contract
could result in the loss of the funding.
FUNDING AVAILABLE: Funding is from the American Recovery and ReinvestmentAct (1251).
C,f Q &v
Jord n Ayers
Deputy City Manager/Internal Services Director
, �/' J, '9'. . "I, -
F. Wally S4112delin
PublicWorks Director
Prepared by Gary Wiman, Construction Project Manager
FWS/GW/pjt
Attachment
cc: Paula J. Fernandez, Transportation Manager
Gary Wiman, Construction Project Manager
KAWRPROJECTS\TRANSIT\MSC TVMF Solar Structure Project\CAWard.MSC NMF Solar Project.doc 6/29/2011
MUNICIPAL SERVICE CENTER TRANSIT VEHICLE
MAINTENANCE FACILITY SOLAR POWER PROJECT 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 D.G. GRANADE, INC., of Shingle Springs, California,
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 filed in the Public
Works Department and which are incorporated herein by this reference, to -wit:
PART A: Request for Design/Build Proposal
PART B: Bid Proposal Pricing Forms
PART C: Special Conditions
PART D: Federal Requirements
Specifications/Bridging Documents
ARRA Reporting Forms
Electric Utility Department Standard Plan 942-0240
Soils Report: Krazan & Associates dated August 6, 2007
Federal Minimum Wage Rates
Drawings:
Site Plan
Footing Layout
Elevations
Addenda
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 Clauses 65 and 66 Special
Conditions, 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 06/23/2011
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:
TOTAL CONTRACT AMOUNT
Guaranteed Maximum Price
$ 435,456.00
Perform the work necessary to install and mount 240 photovoltaic solar panels on
approximately 5,300 square feet of roof space. Panels will provide 56.4 Kilowatt
Standard Test conditions (KWSTC) of electrical power. The structure will also serve as a
protective cover for the material storage bunkers adjacent to the Transit Vehicle
Maintenance Facility, all as shown in the request for proposals for "Municipal Service
Center Transit Vehicle Maintenance Facility Solar Power Project".
BID ITEMS
ITEM
EST'D.
NO.
DESCRIPTION
UNIT
QTY
UNIT PRICE
TOTAL PRICE
1.
Design
LS
1
$ 26,017.00
$ 26,017.00
2.
Bonds and Insurance
LS
1
$ 12,667.00
$ 12,667.00
3.
Overhead
LS
1
$ 21,401.00
$ 21,401.00
4.
Construction Mobilization
LS
1
$ 5,907.00
$ 5,907.00
5.
Construction Supervision
LS
1
$ 4,768.00
$ 4,768.00
6.
Health and Safety
LS
1
$ 3,100.00
$ 3,100.00
7.
Concrete and Rebar
LS
1
$ 38,260.00
$ 38,260.00
8.
Misc Metals
LS
1
$ 4,500.00
$ 4,500.00
9.
Finishes
LS
1
$ 17,005.00
$ 17,005.00
10.
Metal Building System
LS
1
$ 71,588.00
$ 71,588.00
11.
Electrical
LS
1
$ 42,230.00
$ 42,230.00
12.
Solar Power Generation
System
LS
1
$ 168,920.00
$ 168,920.00
13.
All other items needed to
complete contract
LS
1
$ 7,750.00
$ 7,750.00
14.
Profit
LS
1
$ 11,343.00
$ 11,343.00
TOTAL $435,456.00
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
CONTRACT. DOC 4.2 06/23/2011
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 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 documents.
ARTICLE VIII - The Contractor agrees to commence work pursuant to this contract and
to diligently prosecute to completion in accordance with the following schedule:
1. Complete design and submission of plans to the City of Lodi Building Department
within 60 calendar days after the Notice to Proceed;
2. City Public Works Review Time: 15 calendar days.
3. Complete construction 120 Calendar days after the date of the City of Lodi Building
Permit issuance.
Total Project (Excluding Building Department review time): 195 calendar days
WHEN SIGNING THIS CONTRACT, THE CONTRACTOR AGREES THAT THE TIMES
OF COMPLETION FOR THIS CONTRACT ARE REASONABLE, THAT FAILURE TO
MEET THE MILESTONES COMPLETION SHALL RESULT IN THE ASSESSMENT OF
LIQUIDATED DAMAGES CHARGES TO THE CONTRACTOR, AND THAT THE
CONTRACTOR AGREES TO PAY THE CITY LIQUIDATED DAMAGES OF $1,000.00
PER DAY FOR EACH DAY THE WORK IS NOT TOTALLY COMPLETED BEYOND
THE TIMES SPECIFIED IN THE PRECEDING PARAGRAPH. CONTRACTOR AGREES
THAT THIS AMOUNT MAY BE DEDUCTED FROM THE AMOUNT DUE THE
CONTRACTOR UNDER THE CONTRACT.
CONTRACT. DOC 4.3 06/23/11
IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands
the year and date written below.
CONTRACTOR: CITY OF LODI
By:
Konradt Bartlam
City Manager
By: Date:
Title
(CORPORATE SEAL)
Attest:
City Clerk
Approved As To Form
D. Stephen Schwabauer�
City Attorney
CONTRACTLOC 4.4 06/22/11
City of Lodi
Request for DesWOuild Proposal Part i3
Municipal ane Center Transit Vehicle Maintenance Facility Salm Power Project
city of Lodi
Municipal Service Center Transit Vehicle Maintenance FacilitySolarPowerProject
Schedule of Values
Item Desai on
Qtv
Unit I Unit Prise
Total
Reference
1 Desion
1
LSI Ae o f 1AO I
. to o t`t • C6
2 Bonds and insurance
1
LSI i 2.-G611
. 00
3 Overhead
1
LSI 21 401 •
2. . 00
4 Constnrdion Mobilization
1
LSI 1< qo`l -W
00
5I.Construction rvision
1
LS
-i
6 Health And Sa
1
LS ocs
• ° a
7 Concrete and Rebar
1
LS Uto w
IW •oo
Division 3
6 Mlsc Metals
1
LS •�
• ot)
Division 5
g
1
LS sO
1—t .oc
Division
10 .Metal Building1
LS
1 00
Divi 13
11I Electrical
1
LS As 23c,-
L 0 • DO
Divisio 26.-
U Solar Power Generation SYOW
1
LISI to 2 • m
20 • a o
Division 28
13 All other items needed to complete contrail r
1
LS 1 -1 SOLIO
-,( -1 So • o0
14 Profit
1
LS It a 4-:100
Totat Guaranteed Maximum Price
�� 5`
35 �15I o�
r
Total of above Items 1-14.
This amount
should be the same amount
entered
on RFP Part B as the
Guaranteed
Maximum Price.
Q=6 / 11 D G Granade Inc.
Signaturof Douglas G. Gra 2ade Date Firm
MSC Transit Vehicle NWrhmmm Facility Solar PowerProjectDesign Build RFP 9 03/29/11
City of Lodi
Municipal Service Center Transit Vehicle Maintenance Facility Solar Power Project
Bid Tabulation May 26,2011
Note: Bid Packages are being reviewed for compliance with RFP requirements.
Bidder:
Location
D.G. Granade
Shingle Springs, CA
Diede Construction, Inc.
Woodbridge, CA
United Building
Contractors, Inc.
Chico, CA
Stronghold Engineering, Inc.
Riverside, CA
item Description
Qty
Unit
Unit Price
Unit Price
Unit Price
Unit Price
1 Design
1
LS
$26,017.OD
$8, 000.0
D $45,500.00
$60,000.00
2 Bonds and Insurance
1
LS
$12,667..00
$11,217.0
D $18,710.0
$19,000.0
3 Overhead
1
LS
$21,40100
$31,035. C
D $22,500.OD
$60,000.
4 Construction Mobilization
1
LS
$5, 907.0
D $1, 830. C
D $9,500.01)
$25,000.00
5 Construction Supervision
1
LS
$4,768.OD
$11, 475. C
3 $27,000.OD
$24, 000.
61 Health And Safety
11
LS
$3,100. C
D $250.0
$2,750.0
$5,124.0
7 Concrete and Rebar
11
LS1
$38,260.CD
$30, 501 OC
$73,255,00
$120,000.00
8 Misc Metals
1
LS
$4, 500. C
D $2, 080. C
0 $6, 320.0
$5, 000.
9 Finishes
1
LS
$17,005.(0
$6,600.(0
$11, 220. C
0 $12,000.0
10 Metal Building S stem
1
LS
$71,588.00
$111 609. C
0 $110 563. C
$220,000.00
11 Electrical
1
LS
$42 230.0
$14 200. C
0 $18 250.0
$95 000.
121 Solar Power Generation System
1
LS
$168,920.00
$252,995.01)
$265,300.03
$310,000.0(
13 All other items needed to complete contract rec
1
LS
$7, 750.0
$3,827.00
$3,200.30
$5,000.0
14 Profit
1
L
$11,343.30
$13, 301 OC
$36,844.CO
$37,000.00
Total Guaranteed Maximum Price
$435,456.001
$498,920.04
$650,912.001
$997,124.00
Listed Subcontractors:
Solar
Synapse
Cal Valley Solar
Sun Works
Electri
Synapse
B & H Electric
Paintinc
Sunset Painting
Kelso's Painting
Metal Building
SystemSystemE
Quality Erectors& Const
Bullock Construction
Desi
Sparling ILA Zammit
I Metal Buildina Manufactured—F-1
Star Building Systems
I Butler Manufacturing
Garco Building Systems
I Stronghold Engineering
Note: Bid Packages are being reviewed for compliance with RFP requirements.
RESOLUTION NO. 2011-103
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING
THE CITY MANAGER TO EXECUTE CONTRACT FOR THE
MUNICIPAL SERVICE CENTER TRANSIT VEHICLE
MAINTENANCE FACILITY SOLAR POWER PROJECT
WHEREAS, in answer to notice duly published in accordance with law and the order of
this City Council, sealed requests for proposals (RFP) were received and publicly opened on
May 26, 2011, at 2:00 p.m., for the Municipal Service Center Transit Vehicle Maintenance
Facility Solar Power Project described in the RFP therefore approved by the City Council on
April 20, 2011; and
WHEREAS, said bids have been checked and tabulated and a report thereof filed with
the City Manager as follows:
Bidder Bid
Engineer's Estimate $ 1,000,000.00
D.G. Granade $ 435,456.00
Diede Construction, Inc. $ 498,920.00
United Building Contractors, Inc. $ 650,912.00
Stronghold Engineering, Inc. $ 997,124.00
WHEREAS, staff recommends awarding the contract for the Municipal Service Center
Transit Vehicle Maintenance Facility Solar Power Project to the low bidder, D.G. Granade, Inc.,
of Shingle Springs, California, in the amount of $435,456.00.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
authorize the City Manager to execute the contract for the Municipal Service Center Transit
Vehicle Maintenance Facility Solar Power Project with the low bidder, D.G. Granade, Inc., of
Shingle Springs, California, in the amount of $435,456.00, and further authorizes City Manager
to execute change orders within the project appropriation.
Dated: July 6, 2011
I hereby certify that Resolution No. 2011-103 was passed and adopted by the City
Council of ti re City of Lodi i, i a -regular meeting -held July 6, 2041, by the following vote:
AYES: COUNCIL MEMBERS — Hansen, Katzakian, Mounce, and Mayor Johnson
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — Nakanishi
ABSTAIN: COUNCIL MEMBERS— None Z--7
ve�r
RANDIJOHL
City Clerk
2011-103