HomeMy WebLinkAboutAgenda Report - November 2, 2016 C-05TM
CITY OF LODI
COUNCIL COMMUNICATION
AGENDA ITEM
Cs* 5
AGENDA TITLE: Adopt Resolution Awarding Contract for Beckman Park Storm Water Pump Station
Improvement Project to C.E. Cox General Engineering, Inc., of Orangevale
($38,500), and Appropriating Funds ($50,000)
MEETING DATE: November 2, 2016
PREPARED BY: Public Works Director
RECOMMENDED ACTION
Adopt resolution awarding contract for Beckman Park Storm Water Pump
Station Improvement Project to C. E. Cox General Engineering, Inc., of
Orangevale, in the amount of $38,500, and appropriating funds in the
amount of $50,000.
BACKGROUND INFORMATION: Approximately half of the City's storm drainage flows are directed to
the Beckman Park Storm Water Pump Station, located at 1426 West
Century Boulevard. Currently the pump station is designed to
discharge up to 40 cubic feet per second (cfs) of storm water into the Woodbridge Irrigation canal.
Since master planned storm drain facilities serving The Vine at Vintner's Square subdivision are not yet
available, the conditions of approval for the project require the developer to fund minor modifications to the
City's existing storm drain system. The system modifications are intended to accommodate the additional
storm water flows generated by the subdivision improvements.
One of the required improvements is to modify the outfall structure at the Beckman Park Storm Water
Pump Station. The modification is needed to increase the facility's discharge capacity from 40 cfs to 60
cfs.
This project will consist of replacing the existing Parshall flume with a new Parshall flume that has a
discharge capacity of 60 cfs. The specifications for this project were approved on September 7, 2016.
The City received the following three bids for this project on September 28, 2016:
Bidder Location Bid
Engineer's Estimate $ 40,000
C.E. Cox General Engineering, Inc. Orangevale $ 38,500
Diede Construction Woodbridge $ 55,500
Conco-West, Inc. Manteca $ 56,300
Staff recommends awarding contract for Beckman Park Storm Water Pump Station Improvement Project
to C.E. Cox General Engineering, Inc., of Orangevale, in the amount of $38,500. An appropriation of
$50,000 is requested to cover costs related to engineering, surveying, construction inspection, and costs
associated with unforeseen conditions during construction. All project costs are to be funded by the
developer.
FISCAL IMPACT: The long term fiscal impact is negligible.
APPROVED:
ilvp.CroY\
en Sc
K:\WP\PROJECTS\STORMDRN\Beckman Park Pump Station\Parshall Flume Replavemen
bau: r, City Manager
ec!\CAward.doc
10/19/16
Adopt Resolution Awarding Contract for Beckman Park Storm Water Pump Station Improvement Project to C.E. Cox General Engineering, Inc , of Orangevale
($38,500), and Appropriating Funds ($60,000)
November 2, 2016
Page 2
FUNDING AVAILABLE:
All project costs will be paid by the developer in accordance with the
improvement agreement. Funds will be deposited into, and paid from the
Wastewater Fund.
Requested Appropriation:
Wastewater Capital Fund (53199000.77020) - $50,000
Jordan *Ayers
Deputy City Manager/Internal Services Director
c
Charles E. Swimley, Jr.
Public Works Director
Prepared by Sean Nathan, Senior Civil Engineer
CES/SN/tdb
Attachments
cc: Utilities Manager
PW Management Analyst
Contractor
K:\WP\PROJECTS\STORMDRN\Beckman Park Pump Station\Parshall Flume Replacement Project\CAward.doc 10/19/16
BECKMAN PARK STORM WATER PUMP STATION
IMPROVEMENT PROJECT
1426 W Century Blvd
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 C. E. COX GENERAL ENGINEERING, 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
09/28/16
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:
Perform the work necessary to remove the existing Parshall Flume, remove and replace
grout and anchors as needed, and furnish and install a new (larger capacity) Parshall
Flume. This project includes other incidental and related work, as described in these
specifications and as needed to provide a complete and functioning flume.
See Section 6-07 "Description of Bid Items" for additional information.
Item
1
2
CONTRACT ITEMS
Description
Mobilization, Demolition and
Demobilization
Furnish and Install Parshall Flume
Qty
Unit
Price
1
LS
$2,500.00
LS
$36,000.00
TOTAL $38,500
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 80 CALENDAR DAYS.
CONTRACT doc
4.2
09/28/16
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
09/28/16
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:
Title
Attest:
JENNIFER M. FERRAIOLO
City Clerk
(CORPORATE SEAL) Approved As To Form
CONTRACT doc
JANICE D. MAGDICH
City Attorney
4.4
09/28/16
10/17/2016
1. AA#
2. JV#
CITY OF LODI
APPROPRIATION ADJUSTMENT REQUEST
TO:
Internal Services Dept. - Budget Division
3 FROM:
Rebecca Areida-Yadav
5. DATE:
4. DEPARTMENT/DIVISION: Public Works
66. REQUEST ADJUSTMENT OF APPROPRIATION AS LISTED BELOW
FUND #
BUS. UNIT #
ACCOUNT #
ACCOUNT TITLE
AMOUNT
A.
SOURCE OF
FINANCING
1
531
53100000
55024
Revenue -Other
$ 50,000.00
B.
USE OF
FINANCING
531
53199000
77020
Capital Projects
$ 50,000.00
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 with C.E. Cox General Engineering for the Beckman Park Storm Water Pump Station Improvement project.
If Council has authorized the appropriation adjustment, complete the following:
Meeting Date:
Department Head Signature:
Res No:
Attach copy of resolution to this form.
io ' to
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. 2016-194
A RESOLUTION OF THE LODI CITY COUNCIL AWARDING THE
CONTRACT FOR THE BECKMAN PARK STORM WATER PUMP STATION
IMPROVEMENT PROJECT TO C.E. COX GENERAL ENGINEERING, INC.,
OF ORANGEVALE, AND FURTHER APPROPRIATING FUNDS
WHEREAS, approximately half of the City's storm drainage flows are directed to the
Beckman Park Storm Water Pump Station, located at 1426 West Century Boulevard; and
WHEREAS, since master planned storm drain facilities serving The Vine at Vintner's
Square subdivision are not yet available, the conditions of approval for the project require the
developer to fund minor modifications to the City's existing storm drain system to accommodate
the additional storm water flows generated by the subdivision improvements; and
WHEREAS, this project will consist of replacing the existing Parshall flume with a new
Parshall flume that has a discharge capacity of 60 cfs; and
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 September 28, 2016, at
11:00 a.m., for the Beckman Park Storm Water Pump Station Improvement Project described in
the specifications therefore approved by the City Council on September 7, 2016; and
WHEREAS, said bids have been checked and tabulated and a report thereof filed with
the City Manager as follows:
Bidder Bid
C. E. Cox General Engineering, Inc. $38,500
Diede Construction, Inc. $55,500
Conco-West, Inc. $56,300
WHEREAS, staff recommends awarding the contract for the Beckman Park Storm Water
Pump Station Improvement Project to C.E. Cox General Engineering, Inc., of Orangevale, in the
amount of $38,500; and
WHEREAS, staff also recommends appropriating funds to the Wastewater Capital Fund
in the amount of $50,000.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby award
the contract for the Beckman Park Storm Water Pump Station Improvement Project to C.E. Cox
General Engineering, Inc., of Orangevale, California, in the amount of $38,500; and
BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize the
City Manager to execute the contract on behalf of the City of Lodi; and
BE IT FURTHER RESOLVED that the Lodi City Council does hereby appropriate funds
in the amount of $50,000 for this project.
Dated: November 2, 2016
I hereby certify that Resolution No. 2016-194 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held November 2, 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 — Nooe(A-4-1-4e)
NIFER . F RAIOLO
City Clerk
2016-194