Loading...
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