Loading...
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