Loading...
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Location Bid Dominguez Landscape Services, Inc. Sacramento $28,392 Creative Outdoor Environments, Inc. Lathrop $18,447 (withdrawn) FISCAL IMPACT: The money for this maintenance contract is provided by the various assessment revenue accounts of Lodi Consolidated Landscape Maintenance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