Loading...
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