HomeMy WebLinkAboutAgenda Report - June 20, 2018 C-06CITY OF LODI
COUNCIL COMMUNICATION
AGENDA ITEM
C-6
TM
AGENDA TITLE: Adopt Resolution Awarding Contract for Vinewood Pump Station Electrical
Improvements to Howk Well & Equipment Co., Inc., of Modesto ($111,610), and
Appropriating Funds ($20,000)
MEETING DATE: June 20, 2018
PREPARED BY: Public Works Director
RECOMMENDED ACTION:
Adopt resolution awarding contract for Vinewood Pump Station
Electrical Improvements to Howk Well & Equipment Co., Inc., of
Modesto, in the amount of $111,610, and appropriating funds in the
amount of $20,000.
BACKGROUND INFORMATION: The electrical infrastructure serving the Vinewood Pump Station is
antiquated and is in need of replacement to comply with current
building codes. This project will install on-site electrical upgrades
by removing all direct -buried wiring, installing conduits, replacing wire feeds to the pumps and
transducers, replacing the pump controls and cabinets, and provide site lighting and related work.
Plans and specifications for this project were approved on May 2, 2018. The City received the following
eight bids for this project on May 23, 2018:
Bidder
Engineer's Estimate
Howk Well & Equipment
*Duenkel Electric, Inc
*T&S Intermodal Maint.
D.W. Nicholson Corp.
Bockmon & Woody
James Day Constr.
*Non-responsive
Location
Modesto
Shingle Springs
Linden
Hayward
Stockton
Lower Lake
Above/(Below)
Bid Engineer's Estimate
$100,000
$111,610 $11,610
$124,416 $24,416
$149,500 $49,500
$171,360 $71,360
$174,367 $74,367
$199,850 $99,850
Two of the bids were deemed non-responsive as they did not include Addendum No. 1 in their bid
submittal. Addendum No. 1 included responses to contractor's questions that arose at the voluntary pre-
bid meeting held Thursday, May 17, 2018. In accordance with contract documents, bids received without
containing all receipts of addenda are deemed non-responsive and may be rejected.
The requested appropriation is to account for unforeseen contract costs and associated staff time to
deliver the project.
Staff recommends awarding contract for Vinewood Pump Station Electrical Improvements to Howk Well
& Equipment Co., Inc., of Modesto, in the amount of $111,610.
APPROVED:
lIcow •
Schwas • - City Manager
K:\WP\PROJECTS\STORMDRN\Vinewood Pump Station\CAward.doc 6/5/2018
Adopt Resolution Awarding Contract for Vinewood Pump Station Electrical Improvements to Howk Well & Equipment Co., Inc., of Modesto ($111,610)
June 20, 2018
Page 2
FISCAL IMPACT:
The project will have a minimal impact on total maintenance costs but
enhance the safety and reliability of the pumps served by the upgraded
electrical system. This project does not impact the General Fund.
FUNDING AVAILABLE: Wastewater Capital (53199000.77020):
Requested appropriation:
Total:
Andrew Keys
Deputy City Manager/Internal Services Director
r .�
Prepared by Jimi Billigmeier, Associate Civil Engineer
CES/JB/tdb
Attachment
cc: Andrew Richle, Utilities Superintendent
c4-100
$123,000
$ 20,000
$143,000
Charles E. Swimley, Jr.
Public Works Director
K:\WP\PROJECTS\STORMDRN\Vinewood Pump Station\CAward.doc 6/5/2018
VINEWOOD PUMP STATION ELECTRICAL IMPROVEMENTS
1824 W. Tokay Street 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 HOWK WELL & EQUIPMENT CO., INC., a California
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
4.1 05/23/18
K.AWP\PROJECTS\STORMDRN;Vinewood Pump StatanACONTRACT doc
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 upgrade site electrical improvements including: removing
direct buried pump feeds, installing new pump feeds and conduits, replacing wire feeds
to transducers, replacing the pump controls and cabinets, and provide site lighting and
related work, all as shown on the plans and specifications for the above project.
See Section 6-07 "Description of Bid Items" and Drawing No. 018D004 for additional
information.
CONTRACT ITEM
Ite
Description
m
Qty
Unit
Unit Price
Total
1 Electrical Improvements
1
LS
$111,610.00
$111,610.00
TOTAL $111,610.00
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.
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.
4.2
K;\WP\PROJECTS;STORMDRMVinewood Pump Station'\,CONTRACT doc
05/23/18
ARTICLE IX - State of California Senate BHI 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.
4.3
K:1WPIPROJECTSISTORMDRMVinewood Pump Station\CONTRACT.doc
05/23/18
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:
JANICE D. MAGDICH ` ✓
City Attorney
4.4
CWP \PROJECTS\STORMDRN\Vinewood Pump Station\CONTRACT doc
05/23/18
RESOLUTION NO. 2018-116
A RESOLUTION OF THE LODI CITY COUNCIL AWARDING THE
CONTRACT FOR VINEWOOD PUMP STATION ELECTRICAL
IMPROVEMENTS TO HOWK WELL & EQUIPMENT CO., INC., OF
MODESTO, AND FURTHER APPROPRIATING FUNDS
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 May 23, 2018, at
11:00 a.m., for the Vinewood Pump Station Electrical Improvements, described in the plans and
specifications therefore approved by the City Council on May 2, 2018; and
WHEREAS, said bids have been checked and tabulated and a report thereof filed with
the City Manager as follows:
Above/(Below)
Bidder Bid Engineer's Estimate
Howk Well & Equipment $111,610 $11,610
Duenkel Electric, Inc.* $124,416 $24,416
T&S Intermodal Maintenance* $149,500 $49,500
D.W. Nicholson Corp. $171,360 $71,360
Bockmon & Woody $174,367 $74,367
James Day Construction $199,850 $99,850
*Non-responsive
WHEREAS, staff recommends that the City Council award the contract for Vinewood
Pump Station Electrical Improvements to Howk Well & Equipment Co., Inc., of Modesto, in the
amount of $111,610; and
WHEREAS, staff recommends that the City Council appropriate funds in the amount of
$20,000 from the fund balance of Wastewater Capital (53199000.77020) for Fiscal Year
2017/18.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby award
the contract for Vinewood Pump Station Electrical Improvements to Howk Well & Equipment
Co., Inc., of Modesto, California, in the amount of $111,610; 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; and
BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize an
appropriation for the Vinewood Pump Station Electrical Improvements in the amount of $20,000,
as set forth above.
Dated: June 20, 2018
I hereby certify that Resolution No. 2018-116 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held June 20, 2018 by the following vote:
AYES: COUNCIL MEMBERS — Johnson, Kuehne, Mounce, and Mayor Nakanishi
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — Chandler
ABSTAIN: COUNCIL MEMBERS — None
NNIFEi . FERRAIOLO
ity Clerk
2018-116