HomeMy WebLinkAboutAgenda Report - December 1, 2021 C-066 AGENDA ITEM IC40
CITY OF LODI
COUNCIL COMMUNICATION
TM
AGENDA TITLE: Adopt Resolution Awarding Contract for Laurel Avenue Strom Drainage
Improvements to TBS Contractors, of Merced ($84,414) and Authorizing City
Manager to Execute Change Orders ($15,000)
MEETING DATE: December 1, 2021
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt resolution awarding contract for Laurel Avenue Storm
Drainage Improvements, to TBS Contractors, of Merced, in the
amount of $84,414 and authorizing City Manager to execute
change orders in an amount not to exceed $15,000.
BACKGROUND INFORMATION: Laurel Avenue dead -ends into Lodi Lake Park near the eastern
portion of the lake. The existing storm drain system consists of
two drain inlets connected by a 12" pipe, and then an 8" pipe
going to an outfall into the lake. The 8" pipe appears to be from the 1940s and the 12" pipe was
installed in 1971.
During rain events the 8" pipe section becomes clogged with leaves and debris, causing the water to
pond along the street and requiring staff to clear out the line. This project will replace that 8" pipe
section with a 12" pipe. Two manholes and a new outfall will also be constructed to accommodate the
new pipe alignment. The improvement locations are shown on Exhibit A.
Plans and specifications for this project were approved on October 20, 2021. The City received the
following eleven bids for this project on November 10, 2021:
Bidder Location Bid Abovel(Below)
Estimate
The bid received from TBS Contractors was found to be responsive. Staff recommends Council adopt
resolution awarding contract for Laurel Avenue Storm Drainage Improvements, to TBS Contractors, of
Merced, in the amount of $84,414 and authorizing City Manager to execute change orders in an
amount not to exceed $15,000.
APPROVED: Steve SChwabauer
Stephen Schwabauer, City Manager
K:\WP\PROJECTS\STORMDRN\Laurel Ave Storm Drainage Improvements\CAward.doc
11FAVIN41141
t:,r,
TBS Contractors
Merced
$ 84,414.31
$ 3,684.31
Sutton Enterprises
Vallecito
$ 86,524.00
$ 5,794.00
Soracco, Inc.
Lodi
$ 88,305.00
$ 7,575.00
United Pavement Maintenance
Hughson
$ 90,614.49
$ 9,884.49
A.M. Stephens
Lodi
$ 92,273.85
$11,543.85
AM Development Inc.
EI Dorado Hills
$ 94,139.20
$13,409.20
Marshall Brothers Enterprises
Livermore
$102,657.00
$21,927.00
Kerex Engineering
Pleasant Hills
$105,071.00
$24,341.00
Suulutaaq, Inc.
Suisun City
$114,144.00
$33,414.00
B+M Builders, Inc.
Rancho Cordova
$125,891.00
$45,161.00
Diede Construction, Inc.
Woodbridge
$159,345.00
$78,615.00
The bid received from TBS Contractors was found to be responsive. Staff recommends Council adopt
resolution awarding contract for Laurel Avenue Storm Drainage Improvements, to TBS Contractors, of
Merced, in the amount of $84,414 and authorizing City Manager to execute change orders in an
amount not to exceed $15,000.
APPROVED: Steve SChwabauer
Stephen Schwabauer, City Manager
K:\WP\PROJECTS\STORMDRN\Laurel Ave Storm Drainage Improvements\CAward.doc
11FAVIN41141
Adopt Resolution Awarding Contract for Laurel Avenue Strom Drainage Improvements to TBS Contractors, of Merced ($84,414) and Authorizing City Manager to
Execute Change Orders ($15,000)
December 1, 2021
Page 2
FISCAL IMPACT Annual operation and maintenance costs will decrease as a result of
system's size increase. This project will not impact the General Fund.
FUNDING AVAILABLE: Fiscal Year 2021/22 Budget:
Wastewater Capital (53199000.77020): $100,000
Andrew Keys
Andrew Keys
Deputy City Manager/Internal Services Director
L
qclariaesr. 5Jr.
Public Works Director
Prepared by Sean Nathan, Senior Civil Engineer
CES/SN/cd
Attachments
Cc: Utility Superintendent
K:\WP\PROJECTS\STORMDRN\Laurel Ave Storm Drainage Improvements\CAward.doc 11/18/2021
•
• EXHIBIT A
s:
Legend
Pipe to be Abandoned
Pipe to Remain
Proposed Pipe
Lodi Lake
PIMA
Turner Rd.
N
E
S
0 50 100
Feet
' 1040
2046
1032 I 2050
)26 2056
)22 2062
118 2066
12 r p,�
Lit
[l
LAUREL AVENUE
STORM DRAINAGE IMPROVEMENTS 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 TAYLOR BACKHOE SERVICE, INC. dba TBS CONTRACTORS,
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
Certifications and Forms
General Provisions
Federal Requirements
Special Provisions
Bid Proposal
Contract
Contract Bonds
Federal Minimum Wage Rates
Plans
Addenda
The July 1992 Edition,
Standard Specifications,
State of California,
Business and Transportation Agency,
Department of Transportation
City of Lodi Construction Specifications
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.
CONTRACT 4.1 11/11/21
ARTICLE il{ - 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,
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 abandoning an existing 8 -inch storm drainage system and installing a
new 12 -inch system along a new alignment. The project also includes a new 12 -inch outfall
into Lodi Lake, replacement pavement, and other incidental and related work, all as shown on
the plans and specifications for the above project.
For additional bid item descriptions refer to Section 6-07 "Description of Bid Items"
CONTRACT ITEMS
Item
1
Description
Qty Unit
Unit Price
Total
$ 4,687.50
Mobilization
1
LS
$ 4,687.50
2
Demolition & Abandonments
1
LS
$ 12,045.00
$ 12,045.00
3
Storm Drain Manhole
2
EA
$ 9,253.75
$ 18,507.50
4
12" SD Pipe
109
LF
$ 240.73
$ 26,239.57
5
Storm Drain Outfall
1
LS
$ 5,750.00
$ 5,750.00
6
Pavement Repair
1,558
SF
$ 11.03
$ 17,184.74
TOTAL $ 84,414.31
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
CONTRACT 4.2 11/11/21
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, or as agreed-upon by the City and the Contractor in
writing has executed the contract and to diligently prosecute to completion within 21
CALENDAR DAYS. The calendar day count may pause or delay while equipment is being
ordered. Additionally, the resurfacing and striping may be delayed should the weather
necessitate. This work shall be performed during the month of February 2022 when Lodi
Lake is empty.
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.
CONTRACT 4.3 11/11/21
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
in
Title
By:
STEPHEN SCHWABAUER
City Manager
Date.
Attest:
JENNIFER CUSMIR
City Clerk
(CORPORATE SEAL) Approved As To Form-
JANICE D. MAGDICH
City Attorney
jdm
CONTRACT 4.4 11/11/21
RESOLUTION NO. 2021-317
A RESOLUTION OF THE LODI CITY COUNCIL AWARDING THE CONTRACT
FOR LAUREL AVENUE STORM DRAINAGE IMPROVEMENTS TO
TBS CONTRACTORS, OF MERCED, AND AUTHORIZING THE
CITY MANAGER TO EXECUTE CHANGE ORDERS
WHEREAS, Laurel Avenue dead -ends into Lodi Lake Park near the eastern portion of
the lake and the existing storm drain system consists of two drain inlets connected by a 12 -inch
pipe, and then an 8 -inch pipe going to an outfall into the lake; and
WHEREAS, during rain events the 8 -inch pipe section becomes clogged with leaves and
debris, and this project will replace that 8 -inch pipe section with a 12 -inch pipe; and
WHEREAS, two manholes and a new outfall will also be constructed to accommodate
the new pipe alignment; and
WHEREAS, the plans and specifications for this project were approved on October 20,
2021. The City received the following eleven bids for this project on November 10, 2021:
Bidder
Location
Bid
Above/(Below)
Estimate
TBS Contractors
Merced
$ 84,414.31
$ 3,684.31
Sutton Enterprises
Vallecito
$ 86,524.00
$ 5,794.00
Soracco, Inc.
Lodi
$ 88,305.00
$ 7,575.00
United Pavement Maint.
Hughson
$ 90,614.49
$ 9,884.49
A.M. Stephens
Lodi
$ 92,273.85
$11,543.85
AM Development, Inc.
EI Dorado Hills
$ 94,139.20
$13,409.20
Marshall Bros. Enterprises Livermore
$102,657.00
$21,927.00
Kerex Engineering
Pleasant Hills
$105,071.00
$24,341.00
Suulutaaq, Inc.
Suisun City
$114,144.00
$33,414.00
B+M Builders, Inc.
Rancho Cordova
$125,891.00
$45,161.00
Diede Construction, Inc.
Woodbridge
$159,345.00
$78,615.00
WHEREAS, the bid received from TBS Contractors was found to be responsive; and
WHEREAS, staff recommends awarding the contract for Laurel Avenue Storm Drainage
Improvements to TBS Contractors, of Merced, in the amount of $84,414; and
WHEREAS, staff further recommends authorizing the City Manager to execute change
orders in an amount not to exceed $15,000.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby award
the contract for Laurel Avenue Storm Drainage Improvements to TBS Contractors, of Merced,
California, in the amount of $84,414; 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 $15,000;
and
BE IT FURTHER RESOLVED, pursuant to Section 6.3q of the City Council Protocol
Manual (Res. 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: December 1, 2021
------------------------------------------------------------------------
------------------------------------------------------------------------
I hereby certify that Resolution No. 2021-317 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held December 1, 2021, by the following vote:
AYES: COUNCIL MEMBERS — Chandler, Hothi, Khan, Kuehne, and
Mayor Nakanishi
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS — None
JENNIF CU
SMIR
City Clerk
2021-317