Loading...
HomeMy WebLinkAboutAgenda Report - March 18, 2015 C-06AGENDA ITEM CIM6 (D CITY OF LODI COUNCIL COMMUNICATION TM AGENDA TITLE: Adopt Resolution Awarding Contract for Henry Glaves Park Pump Station Improvement Project to Fort Bragg Electric, Inc. of Fort Bragg ($64,740) and Appropriating Funds ($58,000) MEETING DATE: March 18, 2015 PREPARED BY: Public Works Director RECOMMENDED ACTION Adopt a resolution awarding a contract for the Henry Glaves Park Pump Station Improvement Project to Fort Bragg Electric, Inc. of Fort Bragg, in the amount of $64,740 and appropriating funds in the amount of $58,000. BACKGROUND INFORMATION: This project consists of furnishing and installing a submersible storm drain pump, electrical control panel, and other incidental and related work, all as shown on the plans and specifications for the project. The existing storm drain pump station at Henry Glaves Park was originally installed in 1965. The pump station was designed to remove on-site irrigation water and other miscellaneous storm water drainage to keep the low-lying play field dry. The existing pump and control equipment have exhibited wear and tear from normal usage. The existing control panel is severely corroded and it is separating from the foundation. The pump control component inside the panel is aged and is not safe to be operated. The new pump and control equipment to be installed with this project will be up-to-date and allow remote monitoring through the City's SCADA system. Plans and specifications for this project were approved on February 4, 2015. The City received the following seven bids for this project on February 25, 2015. Bidder Location Bid Engineer's Estimate $ 72,000.00 Fort Bragg Electric Inc. Fort Bragg $ 64,740.00 Richard A Soracco Jr Lodi $ 70,450.00 Golden State Irrigation & Pump Stockton $ 70,861.50 Campbell Construction Amador City $ 78,680.00 Asta Construction Co. Rio Vista $ 79,413.00 TNT Industrial Contractors Sacramento $ 79,584.00 Howk Systems Modesto $ 81,700.00 Part of the project is included in the FY14/15 budget for $32,000. The estimated total project cost of $90,000 covers the contract, engineering, inspection and project contingencies. APPROVED: _—'�ttdphen S&Tv6abauer, City Manager KAWP\PROJECTS\STORMDRN\Henry Glaves\CAward Henry Glaves doc 3/4/2015 Adopt Resolution Awarding Contract for Henry Glaves Park Pump Station Improvement Project to Fort Bragg Electric, Inc. of Fort Bragg ($64,740) and Appropriating Funds ($58,000) March 18, 2015 Page 2 FISCAL IMPACT: This project will reduce the maintenance cost to the pump station FUNDING AVAILABLE Henry Glaves Park Storm Drain Pump Station (FY14/15 Budget) $32,000 Requested Appropriation: Wastewater Capital Fund (531)$58,000 Total Estimated Project Cost: $90,000 Jordan Ayers Deputy City Manager/Internal Services Director F. Wally elin Public Works Director Prepared by Lyman Chang, Senior Civil Engineer FWS/LC/smh Attachment cc: CityEngineer— Swimley Utility Superintendent Senior Civil Engineer Management Analyst — Public Works Fort Bragg Electric, Inc. K:\WP\PROJECTS\STORMDRN\Henry Glaves\CAward Henry Glaves.doc 3/4/2015 HENRY GLAVES PARK PUMP STATION IMPROVEMENTS 2200 Oxford Way 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 FORT BRAGG ELECTRIC, 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 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 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. Contract HenryGlavesParkPump.doc 03/03/15 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. 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 submersible storm drain pump, electrical control panel, and other incidental and related work, all shown on the plans and specifications for the above project. CONTRACT ITEMS ITEM EST'D. NO. DESCRIPTION UNIT QTY UNIT PRICE TOTAL PRICE 1. Clearing and Grubbing LS $ 4,280.00 $ 4,280.00 2. Furnish and Install Pump LS $ 17,660.00 $ 17,660.00 3. Furnish and Install Control Panel LS $ 42,800.00 $ 42,800.00 TOTAL $ 64,740.00 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. Contract HenryGlavesParkPump.doc 03/03/15 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 90 CALENDAR DAYS. ARTICLE IX- State of California Senate Bill 854 requirements • No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. • No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. • This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. • Note: SB 854 requires that the awarding agency include the above language in bid invitations and contracts for all projects being awarded on or after January 1, 2015. The contractor is responsible for reviewing SB 854 prior to submitting a bid to ensure compliance. Contract HenryGlavesParkPump.doc 03/03/15 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. IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands the year and date written below. CONTRACTOR: CITY OF LODI, a municipal corporation go Title EM STEPHEN SCHWABAUER City Manager Date: Attest: JENNIFER M. FERRAIOLO City Clerk (CORPORATE SEAL) Approved As To Form: JANICE D. MAGDICH -i !- City Attorney Contract HenryGlavesParkPump doc 02/27/15 1. AA# 2, JV# CITY OF LODI APPROPRIATION ADJUSTMENT REQUEST TO: Internal Services Dept. - Budget Division 3. FROM; IRebecca Areida-Yadav 15 DATE: 3/3/2015 4. DEPARTMENT/DIVISION: Public Works 6. REQUEST ADJUSTMENT OF APPROPRIATION AS LISTED BELOW FUND # BUS. UNIT # ACCOUNT#1 ACCOUNT TITLE AMOUNT A 531 32205 Fund Balance $ 58,000.00 SOURCE OF FINANCING B. 531 53199000 77020 Capital Projects $ 58,000.00 USE OF FINANCING 7. REQUEST IS MADE TO FUND THE FOLLOWING PROJECT NOT INCLUDED IN THE CURRENT BUDGET Please provide a description of the project, the total cost of the project, as well as justification for the requested adjustment. If you need more space, use an additional sheet and attach to this form. Contract for Henry Glaves Park Pump Station Improvement Project If Council has authorized the appropriation adjustment, complete the following: Meeting Date , Res No: a— Attach copy of resolution to this form, Department Head Signature: 8. APPROVAL SIGNATURES Deputy City Manager/Internal 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. 2015-29 A RESOLUTION OF THE LODI CITY COUNCIL AWARDING AND AUTHORIZING THE CITY MANAGER TO EXECUTE THE CONTRACT FOR THE HENRY GLAVES PARK PUMP STATION IMPROVEMENTS PROJECT AND FURTHER APPROPRIATING FUNDS WHEREAS, in answer to notice duly published in accordance with law and the order of this City Council, sealed proposals were received and publicly opened on February 25, 2015, at 11:00 a.m., for the Henry Glaves Park Pump Station Improvements Project, described in the plans and specifications therefore approved by the City Council on February 4, 2015; and WHEREAS, said bids have been checked and tabulated and a report thereof filed with the City Manager as follows: Bidder Bid Fort Bragg Electric, Inc. $64,740.00 Richard A. Soracco, Jr. $70,450.00 Golden State Irrigation & Pump $70,861.50 Campbell Construction $78,680.00 Asta Construction Company $79,413.00 TNT Industrial Contractors $79,584.00 Howk Systems $81,700.00 WHEREAS, staff recommends awarding the contract to the low bidder, Fort Bragg Electric, Inc., in the amount of $64,740. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby award the contract for the Henry Glaves Park Pump Station Improvements Project to the low bidder, Fort Bragg Electric, Inc., of Fort Bragg, California, in the amount of $64,740; and BE IT FURTHER RESOLVED, that the City Manager is hereby authorized to execute the contract; and BE IT FURTHER RESOLVED that funds in the amount of $58,000 be appropriated from the Wastewater Capital Fund for this project. Dated: March 18, 2015 hereby certify that Resolution No. 2015-29 was passed and adopted by the City Council of the City of Lodi in a regular meeting held March 18, 2015, by the following vote: AYES: COUNCIL MEMBERS — Chandler, Nakanishi, and Mayor Johnson NOES: COUNCIL MEMBERS — None ABSENT: COUNCIL MEMBERS — Kuehne and Mounce ABSTAIN: COUNCIL MEMBERS — None 111 lt� 4JN I FE FZAI OLO City Clerk 2015-29 CITY COUNCIL BOB JOHNSON, Mayor MARK CHANDLER, Mayor Pro Tempore DOUG KUEHNE JOANNE MOUNCE ALAN NAKANISHI CITY OF LODI PUBLIC WORKS DEPARTMENT Fort Bragg Electric, Inc. P.O. Box 1878 489 South Harrison Street Fort Bragg, CA 95437 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 March 11, 2015 STEPHEN SCHWABAUER City Manager JENNIFER M. FERRAIOLO City Clerk JANICE D. MAGDICH City Attorney F. WALLY SANDELIN Public Works Director SUBJECT: Adopt Resolution Awarding Contract for Henry Glaves Park Pump Station Improvement Project to Fort Bragg Electric, Inc. of Fort Bragg ($64,740) and Appropriating Funds ($58,000) Enclosed is a copy of background information on an item on the City Council agenda of Wednesday, March 18, 2015. 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 -deliver the 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 Jennifer M. Ferraiolo, City Clerk, at (209) 333-6702. If you have any questions about the item itself, please call Lyman Chang at (209) 333-6706. F. Wally Sandelin Public Works Director l� FWS/smh Enclosure cc: City Clerk NCCMTG DOC