HomeMy WebLinkAboutAgenda Report - July 7, 2010 D-07AGENDA ITEM
CITY OF LODI
COUNCIL COMMUNICATION
AGENDA TITLE: Adopt Resolution Awarding Contract for Maintenance of Lodi Consolidated
Landscape Mai ntenanceAssessment District No. 2003-1, for Fiscal Year 2010/11, to
Dominguez Landscape Services, Inc., of Sacramento ($28,392)
MEETING DATE: July 7, 2010
PREPARED BY: Public Works Director
RECOMMENDEDACTION: Adopt a resolution awarding the contractfor Maintenance of the Lodi
Consolidated Landscape Mai ntenanceAssessment District No. 2003-1
for fiscal year 2010/11, to Dominguez Landscape Services, Inc., of
Sacramento, in the amount of $28,392.
BACKGROUND INFORMATION: This project provides for the contract landscape maintenance of the
Lodi Consolidated Landscape Mai ntenanceAssessment District
No. 2003-1. This contract will cover Zones 1, 2, 5, 6, 8 and 11 at a
cost of $28,392 for 12 months. The contractwas originally awarded
on April 21, 2010 to the low bidder, Creative Outdoor Environments, Inc., however, that company
subsequently withdrew their bid. The maintenancework covered underthis contract is limited to the
landscape and irrigation improvements along the reverse frontage areas and medians of the subdivisions
in these zones. The assessments costs for the maintenance zones were based on weekly maintenance.
The specifications were approved on March 3, 2010. The City notified 17 vendors regarding the bid and
received the following two bids on March 18, 2010:
Bidder Location Bid
Dominguez Landscape Services, Inc. Sacramento $28,392
Creative Outdoor Environments, Inc. Lathrop $18,447 (withdrawn)
FISCAL IMPACT: The money for this maintenance contract is provided by the various
assessment revenue accounts of Lodi Consolidated Landscape Maintenance
Assessment District No. 2003-1 and does not come out of the General Fund.
FUNDING AVAILABLE: Funding comes from Lodi Consolidated Landscape Maintenance Assessment
District No. 2003-1, various assessment revenue accounts, FY 2010/11
(502501, 503501, 506501, and 507501).
G -c
Jordan Avers
Deputy City Manager/Internal Services Director
Jf/Jay., 1-1-A /. -
F. Wally t7andelin
Public Works Director
Prepared by Curt Juran, Streets and Drainage Superintendent
FWS/CS/CJ/dsg
cc: Curt Juran, Streets and Drainage Superintendent
APPROVED:
KYAadt Bartlam, Ynterim City Manager
K:\WP\DEV SERV\LandscapeD!strict\CReAwardLandscapeMaintenanceDist2010.doc 06/30/2010
MAINTENANCE OF LODI CONSOLIDATED LANDSCAPE
ASSESSMENT DISTRICT 2003-1. 2010/2011 CONTRACT
THIS CONTRACT, made by and between the CITY OF LODI, State of California, herein
referred to as "City" and Dominguez Landscape Services, Inc., herein referred to as
"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
Special Provisions
Bid Proposal
Contract
Vicinity Maps
Water Conservation Ordinance
The July 1992 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, 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 maintain in a good workmanlike and substantial manner to
the satisfaction of the City the proposed maintenance of landscaped areas.
ARTICLE 11 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 III And the Contractor agrees to receive and accept the following prices as full
compensation for furnishing 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 Contract Documents and the requirements of
the Engineer under them, to -wit:
ARTICLE IV 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.
C:\Documents and Settings\pfarris\Local Settings\Temporary Internet Files\Content.Outlook\N9Q6MHPO\LLD Contract 2010-2011#Dominguez.doc
4.1 6/30/2010
CADocuments and Settings\pfarris\Local Settings\Temporary Internet Files\Content.Outlook\N9Q6MHPO\LLD Contract 2010-2011 #Dominguez. doc 4.2 6/30/2010
MAINTENANCE OF ASSESSMENT DISTRICT LANDSCAPE AREAS
BASED ON WEEKLY SERVICE
BID F :ICE - INDIVIDUAL ITEM F :R WEEK
M
SITE
DESCRIPTION & LOCATION
Square
Feet
16.470
PRUNING
AS
NEEDED
WEED
CONTROL
LITTER
PICKUP
IRRIGATION
MAINTENANCE
WEEKLY TOTAL PER
SITE
1
R2020
N/W Stockton St and Almond Dr
50.40
1 8.40
8.40
8.40
$ 75.60
2
R2022
N side of Almond Dr E/O Stockton St
4,950
4.20
4.20
4.20
4.20
$ 16.80
3
R2014
Traffic Circle - Cherrvwood
1,256
4.20
4.20
4.20
4.20
$ 16.80
4
T1591
N side of Harnev Ln - PODDv Dr to west end
14,850
16.80
4.20
4.20
4.20
$ 33.60
5
T1594
N side of Harney Ln - Poppy Dr to east end
9,787
25.20
8.40
8.40
8.40
$ 50.40
6
T1298
N side of Harney Ln - Legacy Wy to west end
12,825
42.00
8.40
8.40
8.40
$ 67.20
7
T1349
West side of Mills Av - Harney Ln to Wyndam
Wy
7,965
8.40
8.40
4.20
4.20
S 25.20
8
T2182
Harnev Ln - Panzani Wv to Porta Rosa Wv
1.020
2.80
2.80
2.80
$ 8.40
T2194
Harnev Ln - Panzani Wv to Cherokee Ln
14,981
8.40
8.40
4.20
4.20
$ 25.20
t
T2176
West side of Cherokee Ln - Harney Ln to north
end
20,650
16.80
8.40
4.20
4.20
$ 33.60
CADocuments and Settings\pfarris\Local Settings\Temporary Internet Files\Content.Outlook\N9Q6MHPO\LLD Contract 2010-2011 #Dominguez. doc 4.2 6/30/2010
C1Documents and Settings\pfarris\Local Settings\Temporary Internet Files\Content.Outlook\N9Q6MHPO\LLD Contract 2010-2011#Dominguez.doc 4.3 6/30/2010
MAINTENANCE OF ASSESSMENT DISTRICT LANDSCAPE AREAS
BASED ON WEEKLY SERVICE
BID PRICE - INDIVIDUAL ITEM PER WEEK
rh
:F_
SITE
DESCRIPTION & LOCATION
Square
Feet
PRUNING
AS
NEEDED
WEED
CONTROL
LITTER
PICKUP
IRRIGATION
MAINTENANCE
WEEKLY TOTAL PER
SITE
11
T2153
Villas common drives -Via Marco Ln
2,880
NA
4.20
NA
$ 4.20
12
T2157
Villas common drives - Corfino Ln
2,880
NA
4.20
NA
$ 4.20
13.
T2164
Villas common drives - Massarosa Ln east
2,880
NA
4.20
NA
$ 4.20
14
T2163
Villas common drives - Massarosa Ln west
2.880
NA
4.20
NA
$ 4.20
15
T2173
Villas common drives - San Pietro Ln
2,880
NA
4.20
NA
$ 4.20
16
T2175
Villas common drives - Felino Ln
2,880
NA
4.20
NA
$ 4.20
17
T2166
Villas common drives - Palazzo Ln
2.880
NA
4.20
NA
$ 4.20
18
T2183
Villas common drives -Vallini Ln
2,880
NA
4.20
NA
$ 4.20
19
T2184
Villas common drives - Marano Ln
2,880
NA
4.20
NA
$ 4.20
20
T2185
Villas common drives - Mercato Ln
2.880
NA
4.20
NA
$ 4.20
21
T1300
Walkway - Katnich to Wyndham
5,625
16.80
4.20
4.20
$ 25.20
22
T1200
Lower Sacramento Road -Vintage Oaks to
north end
1,701
1 4.20
4.20
4.20
4.20
$ 16.80
23
T1210
Lower Sacramento Road - Vintage Oaks to
south end
1,701
4.20
4.20
4.20
4.20
$ 16.80
24
T 1109
Lower Sacramento Road - Center median east
half fronting subdivision
2,394
4.20
4.20
4.20
4.20
$ 16.80
C1Documents and Settings\pfarris\Local Settings\Temporary Internet Files\Content.Outlook\N9Q6MHPO\LLD Contract 2010-2011#Dominguez.doc 4.3 6/30/2010
RF=REVERSE FRONTAGE
C:\Documents and Settings\pfarris\Local Settings\Temporary Internet Files\Content.Outlook\N906MHPO\LLD Contract 2010-2011#Dominguez.doc 4.4 6/30/2010
MAINTENANCE OF ASSESSMENT DISTRICT LANDSCAPE AREAS
BASED ON WEEKLY SERVICE
BID[ !ICE - INDIVI UAL ITEM PER WEEK
—i
Square
PRUNING
m
Feet
AS
WEED
LITTER
IRRIGATION
WEEKLY TOTAL PER
SITE
DESCRIPTION & LOCATION
NEEDED
CONTROL
PICKUP
MAINTENANCE
SITE
25
T1396
Harney Lane—E/O Legacy Wy to east end
9,112
16.80
2.80
2.80
2.80
$ 25.20
26
J2595
N/side Victor Rd. E/O Guild
1 16,000
25.20
8.40
8.40
8.40
$ 5040
PRUNING AS .
WEED
IiTTF(t
IRRIGATION
NEEDED
CONTROL,
PICKUP ,
MAINTENANCE
V1/eekl Totals
233.80
145;60
81-2
85 40
; ,546 00
ANNUALIZED COST BASED ON ONE VISIT PERWEEK 52 Weeks GRAND TOTAL
$28,392.00/Year
RF=REVERSE FRONTAGE
C:\Documents and Settings\pfarris\Local Settings\Temporary Internet Files\Content.Outlook\N906MHPO\LLD Contract 2010-2011#Dominguez.doc 4.4 6/30/2010
ARTICLE V 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.
WHEN SIGNING THIS CONTRACT, THE CONTRACTOR AGREES THAT THE PERIOD FOR
THIS CONTRACT IS JULY 1,2010 THROUGH JUNE 30,2011, AND THE CONTRACTOR
AGREES TO SUBMIT MONTHLY BILLINGS NO LATER THAN THE 10TH OF EACH MONTH.
I N WITNESS WHEREOF, the parties hereto have hereunder set their hands the day and year first
written.
CONTRACTOR
Authorized Signature
Title
TYPE OF ORGANIZATION
Individual, Partnership or Corporation
Address
CITY OF LODI
a Municipal corporation
Konradt Bartlam
Interim City Manager
Attest:
Randi Johl
City Clerk
Approved as to Form:
D. Stephen Schwabauer
City Attorney
Dated: 2010
(Affix corporate seal if Corporation)
Telephone
Date
Date
Date
C \Documents and Settings\pfarris\Local Settings\Temporary Internet Files\Content 0utlook\N9Q6MHP0\LLD Contract 2010-2011#Dominguez doc
06/30/2010
RESOLUTION NO. 2010-105
A RESOLUTION OF THE LODI CITY COUNCIL AWARDING
CONTRACT FOR MAINTENANCE OF LODI CONSOLIDATED
LANDSCAPE MAINTENANCE ASSESSMENT DISTRICT
NO. 2003-1 FOR FISCAL YEAR 2010/11
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 March 18, 2010, at
11:00 a.m. for the Maintenance of Lodi Consolidated Landscape Maintenance Assessment
District No. 2003-1, Fiscal Year 2010111, described in the plans and specifications therefore
approved by the City Council on March 3,2010; and
WHEREAS, said bids have been checked and tabulated and a report thereof filed with
the City Manager as follows:
Bidder Bid
Dominguez Landscape Services, Inc. $28,392
Creative Outdoor Environments, Inc. $18,447 (Bid withdrawn)
WHEREAS, the contract was originally awarded on April 21, 2010, to the low bidder,
Creative Outdoor Environments, Inc.; however, that company subsequently withdrew its bid;
and
WHEREAS, staff recommends awarding the contract for the Maintenance of Lodi
Consolidated Landscape Maintenance Assessment District No. 2003-1, Fiscal Year 2010/11, to
the next lowest bidder, Dominguez Landscape Services, Inc., of Sacramento, California.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby award
the contract for the Maintenance of Lodi Consolidated Landscape Maintenance Assessment
District No. 2003-1, Fiscal Year 2010/11, to the lowest responsive bidder, Dominguez
Landscape Services, Inc., of Sacramento, California, in the amount of $28,392.
Dated: July 7, 2010
------------------------------------------------------------------------
------------------------------------------------------------------------
I hereby certify that Resolution No. 2010-105 was passed and adopted by the City Council
of the City of Lodi in a regular meeting held July 7, 2010, by the following vote:
AYES: COUNCIL MEMBERS — Hansen, Johnson, Mounce, and Mayor Katzakian
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — Hitchcock
ABSTAIN: COUNCIL MEMBERS — None
L
City Clerk
2010-105