Loading...
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