HomeMy WebLinkAboutAgenda Report - June 15, 2016 C-09TM
CITY OF LODI
COUNCIL COMMUNICATION
AGENDA TITLE:
MEETING DATE:
PREPARED BY:
AGENDA ITEM C"431
Adopt Resolution Rejecting Lowest Non -Responsive Bidder and Awarding
Contract for Shady Acres Stormwater Pump Replacement Project to the Lowest
Responsive Bidder, TTS Construction Corporation, of Lodi ($148,702)
June 15, 2016
Public Works Director
RECOMMENDED ACTION:
Adopt resolution rejecting lowest non-responsive bidder and awarding
contract for Shady Acres Stormwater Pump Replacement Project to the
lowest responsive bidder, TTS Construction Corporation, of Lodi, in the
amount of $148,702.
BACKGROUND INFORMATION: The Shady Acres stormwater pump station serves 806 acres of
developed land inside the B-1 Basin watershed (Exhibit A). This
pump station site was recently retrofitted with a stormwater
treatment device and is one of two locations in the City where stormwater is discharged into the
Woodbridge Irrigation District canal.
The original three vertical turbine pumps were installed in 1983 and have reached their expected service
life. The existing motors have malfunctioned multiple times during the past few winters requiring staff to
closely monitor the pump station during storm events.
This project consists of furnishing and installing three 40 -horsepower vertical axial flow turbine pumps
and other incidental and related work, all as shown on the plans and specifications for the above project.
Plans and specifications for this project were approved on April 20, 2016. The City received the following
5 bids for this project on May 18, 2016.
Bidder
Engineer's Estimate
Howk System
TTS Construction Corp.
Golden State Irrigation and Pump
Richard Townsend Construction
GSE Construction
Location
Modesto
Lodi
Stockton
Oakdale
Livermore
Bid
$ 182,000.00
$ 145,500.00
$ 148,702.00
$ 158,499.98
$ 166, 348.99
$ 181,700.00
The lowest apparent bidder, Howk System, did not submit its bid on the required bid proposal form as
specified in Addendum No. 1. For this reason, the bid submitted from Howk System is non-responsive.
Staff recommends rejecting the lowest non-responsive bidder and awarding contract for Shady Acres
Stormwater Pump Replacement Project to the lowest responsive bidder, TTS Construction Corporation,
of Lodi, in the amount of $148,702.
APPROVED:
&.„-cgct_„,,A
Stephen Schwabauer, Cir Manager
K:\WP\PROJECTS\STORMDRN\Shady Acres P p Slatian\Purnp Replacement\ShadyAcresPumpCAward
6/3/16
Adopt Resolution Rejecting Lowest Non -Responsive Bidder and Awarding Contract for Shady Acres Stormwater Pump Replacement Project to the Lowest
Responsive Bidder, TTS Construction Corporation, of Lodi ($148,702)
June 15, 2016
Page 2
FISCAL IMPACT: This project will decrease maintenance cost and flooding risk by increasing
reliability.
FUNDING AVAILABLE:
Wastewater Capital Fund (531) $200,000
Jora n Ayers
Deputy City Manager/Internal Services Director
Charles E. Swimley, Jr.
Public Works Director
Prepared by Lyman Chang, Interim City Engineer
CES/LC/tdb
Attachments
cc: Utility Manager
TTS Construction Corporation
K:\WP\PROJECTS\STORMDRN\Shady Acres Pump Station\Pump Replacement\ShadyAcresPumpCAward 6/3/16
J
I -BASIN
318Ac
Del
J
to
RE
mCO
L
Turner Rd. _°,
a
0
P
E -BASIN
319Ac
St.
Henry
2
B-2 BASIN
309Ac.. 1
Par
J
Lodi Av. 806Ac
T Pin
St
Shady Acres PS
F -BASIN
364Ac
HWY 12
Lower Sacramento Rd.
Vin
Vine St.
ark
G-1 BASIN
657Ac
rk
A-1 BASIN
520Ac
G-2 BASIN
216Ac
L -BAS I N
378Ac
Bec
ark
.c
0
A-2 BASIN U
544Ac
to
c
1E
O
0
O
c
0
0 0
0
Harn
K -BASIN
474Ac
olds
Vine St.
D -BASIN
827Ac
y Ln.
Storm Basin
C -BASIN
1,052Ac
Vine St. >
Kettleman Ln.
Legend
//A
Storm Water Basin
Watershed
A-1
A-2
B-1
B-2
c
D
E
F
G-1
G-2
K
L
City of Lodi
Storm Water Watershed Map
EXHIBIT A
1 inch = 3,000 feet
Path: K:\DESIGN\Projects\GIS\SD_Watershed_Map.mxd
SHADY ACRES STORMWATER PUMP REPLACEMENT
358 Shady Acres Drive
SECTION 4
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 TTS CONSTRUCTION CORPORATION, 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.
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
CONTRACT doc
4.1
05/18/16
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 three (3) 40 horsepower vertical axial flow
turbine pumps in Shady Acres stormwater pump station, and other incidental and related
work, all as shown on the plans and specifications for "Shady Acres Stormwater Pump
Replacement Project".
ITEM
NO. DESCRIPTION
Mobilization /
Demobilization
2. Remove Existing Pumps
3. Furnish Stormwater
Pump
4. Install Stormwater Pump
5. Furnish and Install 20"
Waterman Flap Gate
6. Furnish 2 -year
Maintenance Bond
CONTRACT ITEMS
EST'D.
UNIT QTY UNIT PRICE TOTAL PRICE
LS $3,968 $3,968
LS $4,980 $4,980
EA 3 $41,250 $123,750
EA 3 $4,114 $12,342
EA 1 $3,072 $3,072
LS $590 $590
TOTAL $148,702
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
CONTRACT doc
4.2
05/18/16
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 130 CALENDAR DAYS.
ARTICLE IX - State of California Senate Bill 854 requires the following
• No contractor or subcontractor may be listed on a bid proposal for a public works
project 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 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.
CONTRACT.doc
4.3
05/18/16
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
By:
STEPHEN SCHWABAUER
City Manager
By: Date:
Attest
Title
JENNIFER M. FERRAIOLO
City Clerk
(CORPORATE SEAL) Approved As To Form:
CONTRACT doc
JANICE D. MAGDICH
City Attorney
4.4
05/18/16
RESOLUTION NO. 2016-97
A RESOLUTION OF THE LODI CITY COUNCIL
REJECTING NON-RESPONSIVE BID AND AWARDING
THE CONTRACT FOR THE SHADY ACRES
STORMWATER PUMP REPLACEMENT PROJECT TO
THE LOWEST RESPONSIVE BIDDER,
TTS CONSTRUCTION CORPORATION, OF LODI
WHEREAS, the Shady Acres stormwater pump station serves 806 acres of
developed land inside the B-1 Basin watershed; and
WHEREAS, the original three vertical turbine pumps were installed in 1983 and
have reached their expected service life; and
WHEREAS, this project consists of furnishing and installing three 40 -horsepower
vertical axial flow turbine pumps and other incidental and related work, all as shown on
the plans and specifications; and
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
May 18, 2016, at 11:00 a.m., for the Shady Acres Stormwater Pump Replacement
Project, described in the plans and specifications therefore approved by the City Council
on April 20, 2016; and
WHEREAS, said bids have been checked and tabulated and a report thereof
filed with the City Manager as follows:
BIDDER LOCATION BID
Howk System Modesto $145,500.00**
TTS Construction Corp. Lodi $148,702.00
Golden State Irrigation and Pump Stockton $158,499.98
Richard Townsend Construction Oakdale $166,348.99
GSE Construction Livermore $181,700.00
** Non -Responsive Bid
WHEREAS, the lowest apparent bidder, Howk System, did not submit its bid on
the required bid proposal form as specified in Addendum No. 1 of the project, deeming
the bid non-responsive; and
WHEREAS, staff recommends rejecting the non-responsive bid from
Howk System, and awarding the contract for Shady Acres Stormwater Pump
Replacement Project to the lowest responsive bidder, TTS Construction Corporation, of
Lodi, in the amount of $148,702.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
reject the bid from Howk System, of Modesto, as being non-responsive; and
BE IT FURTHER RESOLVED that the Lodi City Council does hereby award the
contract for Shady Acres Stormwater Pump Replacement Project to the lowest
responsive bidder, TTS Construction Corporation, of Lodi, California, in the amount of
$148,702; and
BE IT FURTHER RESOLVED that the City Manager is hereby authorized to
execute the contract on behalf of the City of Lodi.
Dated: June 15, 2016
I hereby certify that Resolution No. 2016-97 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held June 15, 2016 by the following vote:
AYES: COUNCIL MEMBERS — Johnson, Kuehne, Mounce, Nakanishi,
and Mayor Chandler
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN COUNCIL MEMBERS — None
2016-97
�-a
NNIFER FERRAIOLO
ity Clerk
CITY COUNCIL
MARK CHANDLER, Mayor
DOUG KUEHNE,
Mayor Pro Tempore
BOB JOHNSON
JOANNE MOUNCE
ALAN NAKANISHI
CITY OF LODI
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
June 9, 2016
TTS Construction Corporation
1220 East Pine Street
Lodi, CA 95240
STEPHEN SCHWABAUER
City Manager
JENNIFER M. FERRAIOLO
City Clerk
JANICE D. MAGDICH
City Attorney
CHARLES E. SWIMLEY, JR.
Public Works Director
SUBJECT: Adopt Resolution Rejecting Lowest Non -Responsive Bidder and Awarding
Contract for Shady Acres Stormwater Pump Replacement Project to the
Lowest Responsive Bidder, TTS Construction Corporation, of Lodi
($148,702)
Enclosed is a copy of background information on an item on the City Council agenda of
Wednesday, June 15, 2016. 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.
Charles E. Swimley, Jr.
Public Works Director
CES/tdb
Enclosure
cc: City Clerk