HomeMy WebLinkAboutAgenda Report - March 16, 2022 C-04CITY OF
tits 011}10 z
CALIFORNIA
COUNCIL COMMUNICATION
AGENDA ITEM Cla
4
AGENDA TITLE: Adopt Resolution Awarding Contract for Fire Station 3 and Fire Station 4 Security
Gates and Generator Project to Sauren Construction, Inc., of Newcastle ($374,972),
Authorizing the City Manager to Execute Change Orders ($37,000), and
Appropriating Funds ($157,000)
MEETING DATE: March 16, 2022
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt resolution awarding contract for Fire Station 3 and Fire Station
4 Security Gates and Generator Project to Sauren Construction, Inc.,
of Newcastle, in the amount of $374,972, authorizing City Manager
to execute change orders in an amount not to exceed $37,000, and appropriating funds in the amount of
$157,000.
BACKGROUND INFORMATION: This project provides Fire Station 3 located at 2141 South Ham Lane
and Fire Station 4 located at 180 North Lower Sacramento Road with
an automated vehicular gate to provide site security to meet today's
standards; and replaces a driveway and a 46 -year old generator at Fire Station 3.
On December 1, 2021, the Council approved plans and specifications for this project and authorized the
City Manager to award contract to the lowest bidder not to exceed $240,000 and execute change orders
not to exceed $15,000. The bid opening was held January 19, 2022 and the City received the following
four bids:
Bidder
Location
Engineer's Estimate
Engineer's Estimate
Sauren Construction, Inc.
Newcastle
Lords Electric Inc.
Sacramento
Diede Construction Inc.
Woodbridge
ELLA
Alamo
Factors contributing to the low bid exceeding the Engineer's Estimate include new San Joaquin Valley
Air Pollution Control Board requirements that mandate the installation of a generator with a Tier 4
engine. While Tier 4 engines generate the lowest emissions utilizing best available technology, they
are also substantially more expensive. This requirement was not being enforced during the design
phase of this project. Other factors include market forces subject to historic inflation and material and
supply shortages.
APPROVED: Steve Schwabauer
Stephen Schwabauer, City Manager
\\cvcfllv02\pubwks$\WP\PROJECTS\MISC\FireSta3\FS 3 & FS 4 Generator and Gate Improve ments\CAward NEW FORMAT.docx 2/24/2022
Above/(Below)
Bid
Engineer's Estimate
$230,000
$374,971.70
$144,971.70
$477,295.25
$247,925.25
$489,758.00
$259,758.00
$579,842.00
$349,842.00
Factors contributing to the low bid exceeding the Engineer's Estimate include new San Joaquin Valley
Air Pollution Control Board requirements that mandate the installation of a generator with a Tier 4
engine. While Tier 4 engines generate the lowest emissions utilizing best available technology, they
are also substantially more expensive. This requirement was not being enforced during the design
phase of this project. Other factors include market forces subject to historic inflation and material and
supply shortages.
APPROVED: Steve Schwabauer
Stephen Schwabauer, City Manager
\\cvcfllv02\pubwks$\WP\PROJECTS\MISC\FireSta3\FS 3 & FS 4 Generator and Gate Improve ments\CAward NEW FORMAT.docx 2/24/2022
Adopt Resolution Awarding Contract for Fire Station 3 and Fire Station 4 Security Gates and Generator Project to Sauren Construction, Inc., of Newcastle
($374,972), Authorizing the City Manager to Execute Change Orders ($37,000), and Appropriating Funds ($157,000)
March 16, 2022
Page 2
Staff recommends adopting a resolution awarding contract for Fire Station 3 and Fire Station 4 Security
Gates and Generator Project to Sauren Construction, Inc. of Newcastle, in the amount of $374,972,
authorizing City Manager to execute change orders in an amount not to exceed $37,000, and appropriating
funds in the amount of $157,000.
FISCAL IMPACT: The new gates will provide needed security for fire crew vehicles and
belongings; and reduce the likelihood of City equipment being stolen.
Replacing the 46 -year-old generator will provide energy for full fire station
operations during power outages, reduce maintenance and repair costs and
improve reliability. This project will impact the General Fund.
FUNDING AVAILABLE. GFCP-22002. Contracts: $75,000
G FCP-21005. Contracts: $180,000
Requested appropriation
General Fund Capital (43199000.77020) $157,000
TOTAL: $412,000
Andrew Keys
Andrew Keys
Deputy City Manager/Internal Services Director
ML
Charles E. Swimley, Jr.
Public Works Director
Prepared by Jimi Billigmeier, Associate Civil Engineer
CES/JB/cd
Attachment
cc: Fire Marshal Brad Doell
Management Analyst Michelle Munoz
FIRE STATION 3 AND FIRE STATION 4 CONTRACT
SECURITY GATES & GENERATOR PROJECT
CITY OF LODI, CALIFORNIA
THIS CONTRACT made by and between the CITY OF LODI, State of California, herein
referred to as the "City," and SAUREN CONSTRUCTION, 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
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 f - 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 li - 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
CONTRACT 4.1 02/01/22
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 replace a driveway, install a new 10OKW diesel back-up
generator, and install steel security fencing with a pedestrian swing gate, an automated
vehicular slide gate and gate controls at Fire Station 3; and install steel security fencing and
an automated vehicular swing gate with gate controls at Fire Station 4, and other related
work, all as shown on the plans and specifications for the above project.
For additional bid item descriptions refer to Drawing No. 021 DO14 and Section 6-07
"Description of Bid Items".
CONTRACT ITEMS
Item
Description
Qty
Unit
Unit Price
Total Price
1
Mobilization and Temporary Facilities
1
LS
$ 7,500.00
$ 7,500.00
2
Demolition, Clearing and Grading
1
LS
$ 12,000.00
$ 12,000.00
3
Install Chain Link Fence
44
LF
$ 205.45
$ 9,040.00
4
Install Steel Security Fence
85
LF
$ 355.00
$ 30,172.00
5
Install Pedestrian Gate
1
EA
$ 10,850.00
$ 10,850.00
6
Install 24' Slide Gate
1
LS
$ 43,289.00
$ 43,289.00
7
Install 12' Swing Gate
1
LS
$ 36,300.00
$ 36,300.00
8
Construct Pavement Repair
297
SF
$ 33.00
$ 9,800.00
9
Construct Vertical Curb
27
LF
$ 195.00
$ 5,265.00
10
Construct Curb and Gutter
18
LF
$ 225.00
$ 4,050.00
11
Construct Miscellaneous Concrete
311
SF
$ 32.00
$ 9,952.00
12
Construct Concrete Driveway
1358
SF
$ 1.05
$ 28,586.00
13
Provide ADA Accessible Striping
1
LS
$ 2,000.00
$ 2,000.00
14
Modify Landscape
1
LS
$ 15,500.00
$ 15,500.00
15
Install Generator
1
LS
$ 150,664.00
$ 150,664.00
TOTAL $ 374,968.00
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
CONTRACT 4.2 02/01/22
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 Vfl - 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, or as agreed-upon by the City and the Contractor in
writing has executed the contract and to diligently prosecute to completion within 90
CALENDAR DAYS. The calendar day count may pause or delay while equipment is being
ordered.
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 02/01/22
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:
By:
Title
(CORPORATE SEAL)
CITY OF LODI, a municipal corporation
By:
STEPHEN SCHWABAUER
City Manager
Date:
Attest:
PAMELA M. FARRIS
Assistant City Clerk
Approved As To Form:
JANICE D. MAGDICH
City Attorney
0
CONTRACT 4.4 02/01/22
Capital Improvement Plan
FY 2021-2022
Project Title:
Fire Station 3 Backup Generator Repl
Munis Project Code: GFCP-21005
#140
Section I: Description
District Nos:
3 Project Length Priority
Replace Fire Station 3 backup generator.
Justification/factor driving project
The existing backup generator is undersize and unreliable in the event of power outrage. Need to install a properly sized one.
Additional Information
The budget is a rough estimate and may request more funding if needed at time of project award.
Section II: Estimated Project Costs
Expenditure
Prior Years
FY 20121
FY 21122 FY 22123
FY 23124 FY 24125 FY 25126 Future Yrs
Total
Estimate
Budget
Contracts
$ - $
18,000
$ 317,000
$
335,000
Miscellaneous
$ - $
2,000
$
2,000
Total Capital Costs
$ - $
20,000
$ 317,000 $ -
$ - I $ - $ - $ -
$
337,000
Section III: Funding Sources/Methods of Financing
Funding Source(s)
Prior Years
FY 20121
FY 21122 FY 22123
FY 23124 FY 24125 FY 25126 Future Yrs
Total
Estimate
Budget
431 - Capital Outlay/General Fund
$ $
20,000
$ 317,000
$
337,000
Total Project Financing
$ - $
20,000
$ 317,000 $ -
$ - $ - $ - $ -
$
337,000
Section IV
Operating Budget Impact
Operating Cost or (savings)
Prior Years
FY 20121
FY 21122 FY 22123
FY 23124 FY 24125 FY 25126 Future Yrs
Total
�
Estimate
Budget
Personnel
$ -
$
-
Other Operating Costs
$
J
$
-
Total Operating Impact
$ - $
I
$ - $ -
$ - $ - $ - $ -
$
-
RESOLUTION NO. 2022-64
A RESOLUTION OF THE LODI CITY COUNCIL AWARDING
THE CONTRACT FOR FIRE STATION 3 AND FIRE STATION 4
SECURITY GATES AND GENERATOR PROJECT TO
SAUREN CONSTRUCTION, INC., OF NEWCASTLE;
AUTHORIZING THE CITY MANAGER TO EXECUTE CHANGE
ORDERS; AND FURTHER APPROPRIATING FUNDS
WHEREAS, this project provides Fire Station 3, located at 2141 South Ham Lane, and
Fire Station 4, located at 180 North Lower Sacramento Road, with an automated vehicular gate
to provide site security to meet today's standards; and replaces a driveway and a 46 -year old
generator at Fire Station 3; and
WHEREAS, on December 1, 2021, the Council approved plans and specifications for
this project and authorized the City Manager to award a contract to the lowest responsive bidder
in an amount not to exceed $240,000 and execute change orders in an amount not to exceed
$15,000; and
WHEREAS, the bid opening was held January 19, 2022 and the City received the
following four bids:
Bidder
Location
Engineer's Estimate
Engineer's Estimate
Sauren Construction, Inc.
Newcastle
Lords Electric Inc.
Sacramento
Diede Construction Inc.
Woodbridge
ELLA
Alamo
WHEREAS, the low bid exceeded the amount authorized by City Council on December
1, 2021, and staff recommends awarding the contract for Fire Station 3 and Fire Station 4
Security Gates and Generator Project to Sauren Construction, Inc., of Newcastle, in the amount
of $374,972; and
WHEREAS, staff further recommends authorizing the City Manager to execute change
orders in an amount not to exceed $37,000; and
WHEREAS, staff further recommends appropriating funds in the amount of $157,000
from General Fund Capital (43199000.77020).
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby award
the contract for the Fire Station 3 and Fire Station 4 Security Gates and Generator Project to the
low bidder, Sauren Construction, Inc., of Newcastle, California, in the amount of $374,972; 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 $37,000;
and
BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize the
appropriation of funds in the amount of $157,000 as set forth above; and
Above/(Below)
Bid
Engineer's Estimate
$230,000.00
$374,971.70
$144,971.70
$477,295.25
$247,925.25
$489,758.00
$259,758.00
$579,842.00
$349,842.00
WHEREAS, the low bid exceeded the amount authorized by City Council on December
1, 2021, and staff recommends awarding the contract for Fire Station 3 and Fire Station 4
Security Gates and Generator Project to Sauren Construction, Inc., of Newcastle, in the amount
of $374,972; and
WHEREAS, staff further recommends authorizing the City Manager to execute change
orders in an amount not to exceed $37,000; and
WHEREAS, staff further recommends appropriating funds in the amount of $157,000
from General Fund Capital (43199000.77020).
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby award
the contract for the Fire Station 3 and Fire Station 4 Security Gates and Generator Project to the
low bidder, Sauren Construction, Inc., of Newcastle, California, in the amount of $374,972; 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 $37,000;
and
BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize the
appropriation of funds in the amount of $157,000 as set forth above; 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: March 16, 2022
I hereby certify that Resolution No. 2022-64 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held March 16, 2022 by the following vote:
AYES: COUNCIL MEMBERS — Hothi, Khan, Kuehne, Nakanishi, and
Mayor Chandler
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS — None
PAMELA M. FARRIS
Assistant City Clerk
2022-64