HomeMy WebLinkAboutAgenda Report - May 7, 2014 C-09AGENDA ITEM C * 9
(1)CITY OF LODI
COUNCIL COMMUNICATION
TM
AGENDA TITLE: Adopt Resolution Awarding Contract for 2014-2015 Fence Repair Program,
Various Locations, to John D. Wait Masonry, Inc., of Lodi ($48,349.92); Authorizing
Public Works Director to Execute Extensions; and Appropriating Funds ($50,000)
MEETING DATE: May 7, 2014
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt resolution awarding contract for 2014-2015 Fence Repair
Program, Various Locations, to John D. Wait Masonry, Inc., of Lodi, in
the amount of $48,349.92; authorizing Public Works Director to execute
extensions; and appropriating funds in the amount of $50,000.
BACKGROUND INFORMATION: City grape stake fences and block walls are occasionally destroyed
by vehicle accidents or intentional vandalism. Previously, the City
has hired contractors to repair the segments on a case-by-case
basis. This method has historically been effective for small sections; however, the repairs have been
delayed for larger projects.
This contract will be performed on an "as -needed" basis, allowing quick responses to any necessary
repairs, regardless of the size. The contract will include masonry block repair and replacing damaged
grape stake fences with matching slump stone block.
Specifications for this project were approved on February 19, 2014. The bid opening date was
March 26, 2014. No bids were received for the project. Staff spoke with a number of contractors about
the project following the bid due date to determine why they did not bid. The responses were typically
that the smaller contractors were not willing to comply with the prevailing wage requirements and the
larger contractors were not able to provide the on-call responses for small quantities of wall.
Section 20166 of the California Public Contract Code states that, "If no bids are received, the legislative
body may have the project done without further complying with this chapter."
Staff had additional discussions with local contractors that have previously provided similar services.
Proposals were requested from the following local masonry contractors: John D. Wait Masonry, Jeff Case
Construction, Gibson Masonry, and Ed Loo Masonry. A proposal was provided by John D. Wait Masonry
only. Jeff Case Construction and Gibson Masonry declined to provide a proposal for the work and staff
was unable to get a response from Ed Loo Masonry.
John D. Wait Masonry was the low bidder for the City's Lodi West Wall Replacement project that was
publically bid in February 2014.
Staff recommends awarding the contract to John D. Wait Masonry and authorizing the Public Works
Director to negotiate and execute up to two one-year extensions of the contract.
APPROVED:<_����
§t—eipe �_chwaba*�l rim City Manager
K:\WP\PROJECTS\STREETS\2014-2015 Fence Repair Prograrn\CAward.doc 4/25/2014
Adopt Resolution Awarding Contract for 2014-2015 Fence Repair Program to John D. Wait Masonry, Inc.,
of Lodi ($48,349.92); Authorizing Public Works Director to Execute Extensions; and Appropriating Funds
($50,000)
May 7, 2014
Page 2
FISCAL IMPACT: The project will have a minimal impact on total maintenance cost but will
reduce the City's liability associated with the damaged walls by reducing
the repair response times.
FUNDING AVAILABLE: Requested Appropriation:
Street Fund (320): $50,000.
— C::�� -
Jordan Ayers�
Deputy City Manager/internal R ces Director
'I'd , 4 a _L_
F. Wally Sabdelin
Public Works Director
Prepared by Sean Nathan, Associate Civil Engineer
FWS/SN/pmf
cc: Deputy Public Works Director —Utilities
K:\WP\PROJECTS\STREETS\2014-2015 Fence Repair Prograrn=ward.doc 4/23/2014
2014 — 2015 FENCE REPAIR PROGRAM
Various Locations 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 JOHN D WAIT MASONRY, INC., herein referred to as the
"Contractor."
WITNESSETH:
That the parties hereto have mutually coverianted 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 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 ' 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 11 - 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,
and subsistence pay, apprenticeship or other training programs. The responsibility for
compliance with these Labor Code requirements is on the prime contractor.
Contract.doc 1 04/23/14
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:
Perform the work necessary to remove and replace damaged fences and/or block walls at
various locations throughout the City, and other incidental and related work, all as described in
the specifications for this project.
CONTRACT ITEMS
Item
Description
Unit
Est'd
Unit Price
Total Price
No.
Qty
1
Grape Stake Replacement
LF
128
$247.50
$31,680.00
2
Reconstruct 6' Block Wall
LF
16
$299.06
$4,784.96
3
Reconstruct 8'8" Block Wall
LF
16
$430.31
$6,884.96
4
Misc. Wall Allowance (Only with City
LS
1
$5,000.00
$5,000.00
Authorization)
TOTAL $ 48,349.92
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 contract will begin after the City Manager has executed the contract and
will end June 30, 2015. The contract may be extended if agreed upon by the Contractor and
the City.
Contract.doc 2 04/23/14
IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands the year
and date written below.
CONTRACTOR: CITY OF LODI
Title
-2
Stephen Schwabauer
Interim City Manager
Date:
Attest
City Clerk
(CORPORATE SEAL) Approved As To Form
Janice Magdich
Interim City Attorney
Contractdoc 3 04/23/14
1. AA#
2. JV#
TO: I Internal Servic s Dept. - Budget Division
3. FROM: J,Rebecca Areida-yadav F5 DATE 4/23/2014
14, DEPARTMENT/DIVISION: Public Works I
NOW --
Deputy City Managerfl nternal Services Manager Date
Submit completed form to the Budget Division with any required documentation.
Final approval will be provided in electronic copy format.
FUND # BUS. UNIT# ACCOUNT# ACCOUNT TITLE AMOUNT
A.
SOURCE OF
'FINANCING
320 3205 Fund Balance $ 50,000.00
B.
USE OF
FINANCING
320 320127 7720 Reverse Frontane Wall Re2airs $ 50,000.00
NOW --
Deputy City Managerfl nternal Services Manager Date
Submit completed form to the Budget Division with any required documentation.
Final approval will be provided in electronic copy format.
RESOLUTION NO. 2014-62
A RESOLUTION OF THE LODI CITY COUNCIL AWARDING AND
AUTHORIZING THE CITY MANAGER TO EXECUTE CONTRACT
FOR THE 2014-2015 FENCE REPAIR PROGRAM, VARIOUS
LOCATIONS; AUTHORIZING THE PUBLIC WORKS DIRECTOR
TO NEGOTIATE AND EXECUTE EXTENSIONS; AND FURTHER
APPROPRIATING FUNDS
WHEREAS, in answer to notice duly published in accordance with law and the order of
this City Council, sealed bids were solicited to be publicly opened on March 26, 2014, at
11:00 a.m., for the 2014-2015 Fence Repair Program, Various Locations, described in the
specifications therefore approved by the City Council on February 19, 2014; and
WHEREAS, no bids were received; and
WHEREAS, Section 20166 of the California Public Contract Code states that, "If no bids
are received, the legislative body may have the project done without further complying with this
chapter"; and
WHEREAS, proposals were requested from the following local masonry contractors:
John D. Wait Masonry, Jeff Case Construction, Gibson Masonry, and Ed Loo Masonry; a
proposal was provided by John D. Wait Masonry only; and
WHEREAS, staff recommends awarding the contract for the 2014-2015 Fence Repair
Program, Various Locations, to the sole bidder, John D. Wait Masonry, Inc., of Lodi, California,
in the amount of $48,349.92, and authorizing the Public Works Director to negotiate and
execute up to 2 one-year extensions of the contract.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby award
the contract for the 2014-2015 Fence Repair Program, Various Locations, to the sole bidder,
John D. Wait Masonry, Inc., of Lodi, California, in the amount of $48,349.92; and
BE IT FURTHER RESOLVED that the City Manager is hereby authorized to execute the
contract; and
BE IT FURTHER RESOLVED that the Public Works Director is hereby authorized to
negotiate and execute up to 2 one-year extensions of the contract; and
BE IT FURTHER RESOLVED that funds in the amount of $50,000 be appropriated for
the project from the Street Fund.
Dated: May 7, 2014
I hereby certify that Resolution No. 2014-62 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held May 7, 2014, by the following vote:
AYES: COUNCIL MEMBERS – Hansen, Johnson, Mounce, and Mayor Katzakian
NOES: COUNCIL MEMBERS – None
ABSENT: COUNCIL MEMBERS – Nakanishi ___&JOHL-OLSON
ABSTAIN: COUNCIL MEMBERS – None 4—
City Clerk
2014-62