HomeMy WebLinkAboutAgenda Report - August 4, 2010 D-0747 AGENDA ITEM T)ro
'• CITY OF LODI
- � � COUNCIL COMMUNICATION
IM
AGENDA TITLE: Adopt Resolution Awarding Contractfor Well 27 On -Site Improvementsto
A.M. Stephens Construction Company, Inc., of Lodi ($172,106) and Appropriating
Funds ($234,000)
MEETING DATE: August 4, 2010
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt a resolution awarding the contract for Well 27 on-site
improvementsto A.M. Stephens Construction Company, Inc., of
Lodi, in the amount of $172,106 and appropriating funds in the
amount of $234,000.
BACKGROUND INFORMATION: The projectwill consist of the contractor furnishing and installing a
150-horsepowerdeep well turbine pump and motor, 384 linearfeet of
8 -foot chain link fence with gates, miscellaneous site improvements,
and other incidental and related work, all as shown on the plans and
specifications for the "Well No. 27 On -Site Improvements, 2360 West Century Boulevard" project. The well
is located within the site of the G- Basi n/DeBenedetti Park and will ultimately be within the future park
maintenancefacility enclosure, as shown on ExhibitA.
Well 27 was drilled and the well casing installed in 2006. City Water Division crews will be installing the
necessary plumbingto connect the new pump and motorto the City's water system.
Plans and specifications forth is projectwere approved on June 2, 2010. The City receivedthe following
six bids for this project on June 30, 2010.
Bidder
Engineer's Estimate
A.M. Stephens Construction Company, Inc.
Howk Systems
Caliagua, Inc.
J.R. Filanc Construction
Amerine System, Inc.
Kinetics Mechanical Service, Inc.
Location
Bid
$175,734.00
Lodi
$172,106.00
Modesto
$208,606.00
Chino
$228,581.20
Escondido
$241,274.00
Oakdale
$267,102.00
Livermore
$276,007.00
The requested appropriation includes the cost of engineering, construction inspection, contingencies, and
the extension of electrical power to the site ($27,100) by the Electric Utility Department. The funding for
the water well improvements are the obligation of the Water Impact Mitigation Fee Fund. However, since
the current balance in the Water Impact Mitigation Fee Fund is insufficient to cover the project's costs,
staff is requesting a loan be provided from the Water Capital Fund. The funds will be repaid to the Water
Capital Fund with interest set at the Local Agency Investment Fund (LAIF)-rate annually from the Water
Impact Mitigation Fee Fund beginning July 2011, for a period of five years.
APPROVED:
Konra artlam, Interim City Manager
K:\WP\PROJECTS\WATER\WeII27\WeII270n-Site Improvements\CAward.doc 7/26/2010
Adopt Resolution Awarding Contractfor Well 27 On -Site Improvementsto
A.M. Stephens Construction Company, Inc., of Lodi ($172,106) and Appropriating Funds ($234,000)
August 4,2010
Page 2
FISCAL IMPACT: Operation and maintenance costs within the Water Utilitywill slightly
increase and will be covered by water rates.
FUNDING AVAILABLE: Requested Appropriation: Water Capital Fund (181) $234,000
44.t,&
Jordan Wyers
Deputy City Manager/Internal Services Director
F. Wally SAndelin
Public Works Director
Prepared by Lyman Chang, Senior Civil Engineer
Attachment
cc: Charlie Swimley, Deputy PublicWorks Director— Utilities
Gary Wiman, Construction Project Manager
Lyman Chang, Senior Civil Engineer
A.M. Stephens Construction Company, Inc.
K:\WP\PROJECTS\WATER\Well27\We1I270n-Site Improvements\CAward.doc 7/22/2010
e
• LODI
PUBLIC WORKS DEPARTMENT
CITY
Exhibit A
I
WELL 27
CENTURY BLVD & HEAVENLY WY
ON-SITE IMPROVEMENTS
III I
SII �
O- - - - - - - - - - - - - - - - - - - - -
CENTURY BOULEVARD
ACCESS TO PARK INTERCEPTEXISTING32" PVC
AND TO WELL SITE CONDUIT STUBS a EXTEND TO NEW
PRIMARY MODULE ENCLOSURE
EXISTINGWELL
HEAD �.
1 �I\
w y I nl)
I II I
/T II
IRRIGATION
,0'w
9 , 1rV S"DRAIN '
Fr -
25"
E -PANEL \ III >
w � 88.1'
IIIw
25 120.1 II
/ II
B8�BB9fiGB WELL 6FTiE
51 I I II I
I I II I
II 'III
IIAB ACCESS ROAD I I II
II I I II
\ II I I II I
II I
\ II
FUTURE IMPROVEMENTS
1"=40'
WELL 27 ON-SITE IMPROVEMENTS
2360 West Century Boulevard 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 A.M. STEPHENS CONSTRUCTION COMPANY, INC., 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 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,
CONTRACT.DOC 1 06/30/2010
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:
The work consists of furnishing and installing a 150 -horsepower deep well turbine pump and
motor complete with water lube discharge head and motor stand; 140 linear feet of water lube
10 -inch column, miscellaneous electrical work for the motor control and well site; trenching and
installing 41 linear feet of 12 -inch and 15 -inch storm drain pipe and 85 linear feet of 15 -inch
wastewater pipe, and installing 384 linear feet of chain link fencing with gates, and performing
other incidental and related work, all as shown on the plans and specifications for the "Well 27
On -Site Improvements, 2360 West Century Boulevard".
CONTRACT ITEMS
ITEM EST'D.
NO. DESCRIPTION UNIT QTY UNIT PRICE TOTAL PRICE
1 Traffic Control
2. Clearing and Grubbing
3. Local Borrow/Site Grading
4 Excavation Safety
5. 8 -Foot Chain -Link Fence
6. 28 -Foot Double Swing Gate
7. 3 -Foot Man Gate
8. Crushed Rock (2 -Inch) Site
9. Compact Original
Ground
LS 1
LS 1
CY 500
LS 1
$ 1,000.00 $ 1,000.00
$ 4,500.00 $ 4,500.00
$ 5.00 $ 2,500.00
$ 3,500.00 $ 3,500.00
LF 384 $ 33.50 $12,864.00
EA 2 $ 2,550.00
EA 1 $ 715.00
$ 5,100.00
$ 715.00
CY 50 $ 83.00 $ 4,150.00
SF 16,660
$ 0.35 $ 5,831.00
C ontract. d oc 2 06/30/10
ITEM
EST'D.
NO.
DESCRIPTION
UNIT
QTY
UNIT PRICE
TOTAL PRICE
10.
Aggregate Base, Class II
TON
320
$
24.00
$
7,680.00
11.
Special Commercial Driveway
EA
1
$
5,185.00
$
5,185.00
12.
Roadway Excavation
CY
62
$
15.00
$
930.00
13.
15 -Inch Wastewater Pipe
LF
85
$
91.00
$
7,735.00
14.
12 -Inch Storm Drain Pipe
LF
3
$
278.00
$
834.00
15.
15 -Inch Storm Drain Pipe
LF
38
$
86.50
$
3,287.00
16.
Drop Inlet Catch Basin
EA
1
$
1,887.00
$
1,887.00
17.
48 -Inch Well Flushing Manhole
EA
1
$
2,500.00
$
2,500.00
18.
Concrete Equipment Pad
SF
144
$
14.50
$
2,088.00
19.
Off -Site Electrical Facilities
LS
1
$
28,000.00
$28,000.00
20.
48 -Inch Wastewater Manhole
EA
1
$
2,600.00
$
2,600.00
21.
Concrete Sidewalk
SF
1,100
$
6.20
$
6,820.00
22.
Sidewalk Barricade
EA
1
$
600.00
$
600.00
23.
On -Site Electrical
LS
1
$
12,500.00
$12,500.00
24.
Furnish and Install Deep Well
Turbine Pump and Electric
Motor
LS
1
$
49,300.00
$49,300.00
Pump Manufacturer: Goulds
Pump Model ID: 14RJLC
Maximum Time for Delivery (Calendar
Days):
21
TOTAL
$172,106.00
Contract.doc
3
06/30/10
The undersigned agrees that if this Bid Proposal is accepted, at the time of the signing of the
contract, two good and sufficient bonds will be furnished: one in the amount Cf 100 percent of
the contract price for faithful performance of all the terms and covenants and conditions of the
contract; the other in the amount of 50 percent of the contract.
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 120WORKING 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.
Con tract. doc 4 06/30/10
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
Interim City Manager
By: Date:
Title
(CQRPQRATE SEAL)
Attest:
City Clerk
Approved As To Form
D. Stephen Schwa,bauer
City Attorney {�
C o ntract. doc 5 06/30/10
RESOLUTION NO. 2010-128
A RESOLUTION OF THE LODI CITY COUNCIL AWARDING
CONTRACT FORWELL 27 ON-SITE IMPROVEMENTSAND
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 June 30, 2010, at
11:00 a.m. for the Well 27 on-site improvements described in the plans and specifications
therefore approved by the City Council on June 2,2010; and
WHEREAS, said bids have been checked and tabulated and a report thereof filed with
the City Manager as follows:
Bidder Bid
A.M. Stephens Construction Company, Inc. $172,106.00
Howk Systems $208,606.00
Caliagua, Inc. $228,581.20
J.R. Filanc Construction $241,274.00
Amerine System, Inc. $267,102.00
Kinetics Mechanical Service, Inc. $276,007.00
WHEREAS, staff recommends awarding the contract for Well 27 on-site improvements
to the low bidder, A.M. Stephens Construction Company, Inc., of Lodi, California; and
WHEREAS, the funding for the water well improvements are the obligation of the Water
Impact Mitigation Fee Fund; however, since the current balance of that fund is insufficient to
cover the project's costs, staff recommends a loan be provided from the Water Capital Fund.
The funds will be repaid to the Water Capital Fund with interest set at the Local Agency
Investment Fund (LAIF) rate annually from the Water Impact Mitigation Fee Fund beginning
July 2011, for a period of five years.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby award
the contract for Well 27 on-site improvements to the low bidder, A.M. Stephens Construction
Company, Inc., of Lodi, California, in the amount cf $172,106; and
BE IT FURTHER RESOLVED that funds in the amount of $234,000 be borrowed and
appropriated from the Water Capital Fund for this project; and
BE IT FURTHER RESOLVED that the Water Capital Fund be repaid with interest set at
the LAIF rate beginning July 2011 amortized over a five-year term.
Dated: August 4, 2010
hereby certify that Resolution No. 2010-128 was passed and adopted by the City Council
cf the City of Lodi in a regular meeting held August 4, 2010, by the following vote:
AYES: COUNCIL MEMBERS — Hansen, Hitchcock, Johnson, and
Mayor Katzakian
NOES: COUNCIL MEMBERS—None
ABSENT: COUNCIL MEMBERS— Mounce
ABSTAIN: COUNCIL MEMBERS—None
�&JOL
City Clerk
2010-128
CITY COUNCIL
PHIL KATZAKIAN, Mayor
SUSAN HITCHCOCK,
Mayor Pro Tempore
LARRY D.HANSEN
BOBJOHNSON
JOANNE L. MOUNCE
CITY OF LODI
PUBLIC WORKS DEPARTMENT
CITY HALL, 221 WEST PINE STREET
P.O. BOX 3006
LODI, CALIFORNIA 95241-1910
(209)333-6706
FAX (209) 333-6710
EMAIL pwdept@lodi.gov
http:\\www.lodi.gov
July 29, 2010
A. M. Stephens Construction
P.O. Box 1867
Lodi, CA 95241
KONRADTBARTLAM
Interim City Manager
RANDIJOHL
City Clerk
D. STEVEN SCHWABAUER
City Attorney
F. WALLY SANDELIN
Public Works Director
SUBJECT: Adopt Resolution Awarding Contract for Well 27 On -Site Improvements :o
A.M. Stephens Construction Company, Inc., of Lodi ($172,106) and
Appropriating Funds ($234,000)
Enclosed is a copy of background information on an item on the City Council agenda of
Wednesday, August 4, 2010. The meeting will be held at 7 p.m. in the
City Council Chamber, Carnegie Forum, 305 West Pine Street.
This item is on the consent calendar and is usually not discussed unless a
Council Member requests discussion. The public is given an opportunity to address
items on the consent calendar at the appropriate time.
If you wish to write to the City Council, please address your letter to City Council,
City of Lodi, P. O. Box 3006, Lodi, California, 95241-1910. Be sure to allow time for the
mail. Or, you may hand-deliverthe letter to City Hall, 221 West Pine Street.
If you wish to address the Council at the Council Meeting, be sure to fill out a speaker's
card (available at the Carnegie Forum immediately prior to the start of the meeting) and
give it to the City Clerk. If you have any questions about communicating with the
Council, please contact Randi Johl, City Clerk, at 333-6702.
If you have any questions about the item itself, please call Lyman Chang, Senior Civil
Engineer, at 333-6800, extension 2665.
F. Wally Sandelin
Public Works Director
FWS/pmf
Enclosure
cc: City Clerk
NCAWARDMOC