HomeMy WebLinkAboutAgenda Report - August 18, 2021 C-09AGENDA ITEM r r
CITY OF LODI
COUNCIL COMMUNICATION
TM
AGENDA TITLE: Adopt Resolution Awarding Contract for Stormwater Trash Collection Project —
Phase 2 (2021) to Soracco, Inc., of Lodi ($294,874), and Authorizing City Manager
to Execute Change Orders ($30,000)
MEETING DATE: August 18, 2021
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt resolution awarding Contract for Stormwater Trash Collection
Project — Phase 2 (2021) to Soracco, Inc., of Lodi, in the amount of
$294,874, and authorizing City Manager to execute change orders
in an amount not to exceed $60,000.
BACKGROUND INFORMATION: The project will install a trash capture device in the storm drain line
upstream from Outfall No 4 (Exhibit A). The device is designed to
filter trash from the storm drain system before being discharged into
Mokelumne River.
This project is in response to the statewide mandate requiring trash that has made its way to the City's
storm drain system be collected prior to discharging to rivers or streams. The mandate has a compliance
deadline of December 2030 and Staff anticipates 10 phases in order to comply with the State's
requirement. This proposed project is the second phase and covers the 140 -acre drainage area of
Outfall No. 4, with construction being at the City owned Awani Drive property, North of Turner Road.
The plans and specifications for this project were approved on April 07, 2021. The City received the
following bid for this project on July 14, 2021:
Abovel(Below)
Bidder Location Bid Engineer's Estimate
Engineer's Estimate $304,118.00
Soracco, Inc. Lodi $294,874.00 $(9,244.00)
Staff recommends awarding Contract for Stormwater Trash Collection Project — Phase 2 (2021) to
Soracco, Inc., of Lodi, in the amount of $294,874, and authorizing City Manager to execute change
orders in an amount not to exceed $60,000.
FISCAL IMPACT: This project will move the City towards compliance by the 2030 deadline
while slightly increasing annual storm drainage maintenance costs for the
trash capture device. This project does not impact the General Fund.
APPROVED:
Stephen Schw uer, City Manager
\\cvcnlv02lpubwks$\WPIPROJECTSISTORMDRNGlormwaterTrash Collection Project- Phase 2 (2021) (21-07)%CAward.doc
8/512021
Adopt Resolution Awarding Contract for Stonnwater Trash Collection Project— Phase 2 (2021) to Soracco, Inc., of Lodi ($294,874), and Authorizing City Manager to
Execute Change Orders ($30,000)
August 18, 2021
Page 2
FUNDING AVAILABLE: Budgeted Fiscal Year 2021/22- Wastewater Capital
PWWW-21003 (53199000.77020): $354,874
Andrew Keys
Andrew Keys
Deputy City Manager/Internal Services Director
CL(��Q
Charles E. Swimley, Jr.
Public Works Director
Prepared by Alice Bernardino, Assistant Engineer
CES/AB/cd
Attachments
cc: Utility Superintendent
1\cvcfilv021pubwks$1WPIPROJECTSISTORMDRN\Stonnwater Trash Collection Project - Phase 2 (2021) (21-07)\CAward.doc 8/5/2021
Exhibit A
Stormwater Trash Collection Project
Phase 2 (2021)
Capture Device Location
® Outfall No. 4 Drainage Area
n
O
()Tur5nerRd.
00
w
0
Y
�O
fq ,
0 250 500 1,000
Feet
d St
I :
Lockefor
victor R
d. HWY 12j
PT -n m 00
STORMWATER TRASH COLLECTION CONTRACT
PROJECT - PHASE 2
Awani Drive
CITY OF LODI, CALIFORNIA
THIS CONTRACT made by and between the CITY OF LODI, State of California, herein
referred to as the "City," and SORACCO, 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 general prevailing
wage rate and other employer payments for health and welfare, pension, vacation, travel time,
CONTRACT 4.1 07/14/21
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 installing a pre -fabricated stormwater trash -handling unit inline of the
stormdrain near Awani Drive. The work also consists of temporary facilities, installation of a
class II AB driveway and other incidental and related work, all as shown on the plans and
specifications for the above project.
See Section 6-07 "Description of Bid Items" for additional information.
BID ITEMS
Item
Description
QTY
Unit
Unit Price
Total
$ 40,000
1
Mobilization, Temporary Facilities and
Demobilization
1
LS
$ 40,000
2 Install and Supply Trash Collection Device
1
LS
$ 200,870
$ 200,870
3
Install 6" Class II AB Driveway
4600
SF
$ 11.74
$ 54,004
TOTAL BID $ 294,874.00
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.
CONTRACT 4.2 07/14/21
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 21 CALENDAR DAYS after the unit has been delivered.
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.
ARTICLE X - Counterparts and Electronic Signatures
This Agreement and other documents to be delivered pursuant to this Agreement may be
executed in one or more counterparts, each of which will be deemed to be an original copy and
all of which, when taken together, will be deemed to constitute one and the same agreement
or document, and will be effective when counterparts have been signed by each of the parties
and delivered to the other parties. Each party agrees that the electronic signatures, whether
digital or encrypted, of the parties included in this Agreement are intended to authenticate this
writing and to have the same force and effect as manual signatures. Delivery of a copy of this
Agreement or any other document contemplated hereby, bearing an original manual or
electronic signature by facsimile transmission (including a facsimile delivered via the Internet),
by electronic mail in "portable document format" (".pdf') or similar format intended to preserve
the original graphic and pictorial appearance of a document, or through the use of electronic
signature software will have the same effect as physical delivery of the paper document
bearing an original signature.
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.
CONTRACT 4.3 07/14/21
IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands the year
and date written below.
CONTRACTOR:
By:
Title
(CORPORATE SEAL)
CITY OF LODI, a municipal corporation
By:
STEPHEN SCHWABAUER
City Manager
Date:
Attest:
Jennifer Cusmir
City Clerk
Approved As To Form:
JANICE D. MAGDICH
City Attorney
CONTRACT 4.4 07/14/21
RESOLUTION NO. 2021-229
A RESOLUTION OF THE LODI CITY COUNCIL AWARDING THE
CONTRACT FOR STORMWATER TRASH COLLECTION PROJECT —
PHASE 2 (2021) TO SORACCO, INC., OF LODI; AND AUTHORIZING THE
CITY MANAGER TO EXECUTE CHANGE ORDERS
WHEREAS, this project will install a trash capture device in the storm drain line
upstream from Outfall No. 4 that will filter any trash in the storm drain system before being
discharged into Mokelumne River; and
WHEREAS, the State mandate requiring all trash that has made its way to the City's
storm drain system be collected prior to discharging to rivers or streams has a compliance
deadline of December 2030. Staff anticipates 10 phases in order to comply with the State's
requirement; and
WHEREAS, the plans and specifications for this project were approved on April 7, 2021.
The City received the following bid for this project on July 14, 2021:
Above/(Below)
Bidder Location Bid Engineer's Estimate
Engineer's Estimate $304,118
Soracco, Inc. Lodi $294,874 ($9,244)
WHEREAS, staff recommends awarding the contract for Stormwater Trash Collection
Project — Phase 2 (2021) to Soracco, Inc., of Lodi, in the amount of $294,874; and
WHEREAS, staff also recommends authorizing the City Manager to execute change
orders in an amount not to exceed $60,000.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby award
the contract for Stormwater Trash Collection Project — Phase 2 (2021) to Soracco, Inc., of Lodi,
California, in the amount of $294,874; and
BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize the
City Manager to execute the contract and change orders in an amount not to exceed $60,000;
and
BE IT FURTHER RESOLVED, pursuant to Section 6.3q of the City Council Protocol
Manual (adopted 11/6/19, Resolution No. 2019-223), the City Attorney is hereby authorized to
make minor revisions to the above -referenced document(s) that do not alter the compensation
or term, and to make clerical corrections as necessary.
Dated: August 18, 2021
------------------------------------------------------------------------
------------------------------------------------------------------------
I hereby certify that Resolution No. 2021-229 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held August 18, 2021 by the following vote:
AYES: COUNCIL MEMBERS — Chandler, Hothi, Khan, and Mayor Nakanishi
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — Kuehne
ABSTAIN. COUNCIL MEMBERS — None
ENNIFE CUSMIR
City Clerk
Ll -229