Loading...
HomeMy WebLinkAboutAgenda Report - September 21, 2022 C-07CITY OF !, Z01 0 it CALIFORNIA AGENDA ITEM Cn 7 COUNCIL COMMUNICATION AGENDA TITLE: Adopt Resolution Authorizing the City Manager to Award Contract for Beckman Park Small Dog Park Improvements to Emert Construction of Stockton, CA ($71,099), Execute Change Orders and Appropriate Funds ($5,000) MEETING DATE: September 21, 2022 PREPARED BY: Parks, Recreation and Cultural Services Director RECOMMENDED ACTION: Adopt Resolution authorizing the City Manager to award contract for Beckman Park Small Dog Park Improvements to Emert Construction of Stockton, CA, ($71,099), execute change orders and appropriate funds ($5,000). BACKGROUND INFORMATION: Park staff sent out the attached plans and cover letter to obtain project quotes. This project consists of concrete saw -cutting and concrete removal and disposal, imported soil and compaction to match existing and surrounding grade, new concrete flat work and mow strip, new 4 -foot -high chain link fencing with a 10 -foot -wide double gate and 4 -foot -wide man gate. Work also includes the installation of a new drinking fountain, with water line and dry -well, two park benches, Dogi- Pot bag dispenser and turf hydro -seeding along with other related items shown on the plans. The Parks Division received the following cost proposals for this project on August 17, 2022. Bidder Location Bid Engineer's Estimate $70,000 Emert Construction Stockton $71,099.00 AM Stephens Construction Lodi $112,396.00 Diede Construction Woodbridge $167,000.00 To ensure enough funding for change orders, $5,000 shall be transferred from Legion Community Center project PKCP- 22001.Contracts to Beckman-Vinewood Dog Pks PKC P-22002. Contracts. FISCAL IMPACT: FY 2022/2023 FUNDING AVAILABLE: Parks Capital (432) — PKCP-22002, Contracts Andrew Keys CJILJ:tl Andrew Keys Deputy City Manager/Internal Services Director C ristina Jar ay W 4P rks, Recreation, and Cultural Services Director cc: City Attorney Attachment: Exhibit A APPROVED: Steve schwabauer Stephen Schwabauer, City Manager Capital Improvement Plan FY 2022-2023 Project Title: Beckman & Vinewood Dog Park Improve Munis Project Code: PKCP-22002 #191 Section I: Description District Nos: 3,5 Project Length 90 days Priority High Create a new accessible high ground fenced area for small dogs up to 25I30lbs and puppies only at the Beckman and Vinewood park dog areas. Scope of work would include concrete flat work, park benches, chain link fencing, gates, and turf and irrigation modifications. Justificationlfactor driving project The goal of the improvements is to provide a safe exercise area for the small dog population and their owners. Additional Information $10,000 added for a water station at Beckman Park. Section II: Estimated Project Costs Expenditure Prior Years FY 21122 FY 22123 Budget FY 23124 FY 24125 FY 25126 FY 26127 Future Yrs Total Estimate Contracts $ $ 100,000 $ 5,000 $ 105,000 $ $ Total Capital Costs $ $ 100,000 $ 5,000 $ - $ - $ $ $ - $ 105,000 Section III: Funding Sources/Methods of Financing Funding Source(s) Prior Years FY 21122 FY 22123 Budget FY 23124 FY 24125 FY 25126 FY 26127 Future Yrs Total Estimate I 432 - Parks&Rec Capital $ $ 100,000 $ 5,000 $ 105,000 $ $ - Total Project Financing $ - $ 1001000 $ SIM - $ 1 $ - $ - $ $ 105,000 Capital Improvement Plan FY 2021-2022 Project Title: Legion Park Comm Building Renovation I Munis Project Code: PKCP-22001 1 #187 Section I: Description District Nos: 3 Project Length 1 60 Days lPriority I HIGH This is a revenue generating rental space that has been taken offline due to poor conditions. Project scope includes renovating the interior of the community building to include: new windows, doors, flooring, cabinetry work, electrical upgrades, restroom fixtures and sewer line improvements. In addition, new tables and chairs are also included in this scope of this renovation project. Justification/factor driving project Due to its prime, centalized location - Legion Park and it's amenities are heavily used and in high demand. This is a rentable space that has become a lost revenue opportunity due to unacceptable facility conditions. No improvements to this space have been conducted in over 30 years. Additional Information Section II: Estimated Project Costs Expenditure FY 17118 Actuals FY 18119 FY 19120 FY 20121 Prior Years Actuals Actuals Actuals FY 21122 Estimate FY 22123 FY 23124 FY 24125 FY 25126 Budget FY 26127 FY 27128 FY 28129 FY 29130 Future Yrs Total Contracts $ $ 275,000 $ 275,000 Internal Staff $ $ 15,000 $ 15,000 $ $ $ $ $ 290,000 Total Capital Costs $ $ $ $ $ 290,000 $ $ $ $ $ Section III: Funding Sources/Methods of Financing Funding Source(s) FY 17118 Actuals 432 - Parks&Rec Capital FY 18119 FY 19120 FY 20121 Prior Years Actuals Actuals Actuals $ $ FY 21122 Estimate $ 290,000 FY 22123 FY 23124 FY 24125 FY 25126 Budget FY 26127 FY 27128 FY 28129 FY 29130 Future Yrs $ $ Total 290,000 $ $ Total Project Financing $ $ $ $ $ 290,000 $ $ $ $ $ $ $ $ $ $ 290,000 SECTION 4 BECKMAN PARK SMALL DOG PARK 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 EMERT CONSTRUCTION, STOCKTON, CA, 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 9-7-22 Construction Contract 4.1 09/08/22 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 do small dog park improvements at Beckman Park, all as shown on the plans and specifications for "Beckman Park Small Dog Park Improvements". CONTRACT ITEMS This project consists of concrete saw -cutting and concrete removal and disposal, imported soil and compaction to match existing and surrounding grade, new concrete flat work and mow strip, new 4 foot high chain link fencing with a 10 -foot -wide double gate and 4 -foot -wide man gate. Work also includes the installation of a new drinking fountain, with water line and dry -well, two park benches, Dogi-Pot bag dispenser and turf hydro -seeding along with other related items shown on the plans. TOTAL $71,099 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 30 WORKING DAYS. ARTICLE IX - State of California Senate Bill 854 requires the following 9-7-22 Construction Contract 4.2 09/08/22 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. 9-7-22 Construction Contract 4.3 09/08/22 IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands the year and date written below. CONTRACTOR: EMERT CONSTRUCTION JOHN EMERT President NO Title CITY OF LODI, a municipal corporation STEPHEN SCHWABAUER City Manager Date: Attest: OLIVIA NASHED City Clerk (CORPORATE SEAL) Approved As To Form: JANICE D. MAGDICH City Attorney 9-7-22 Construction Contract 4.4 09/08/22 ^I NVId 311S'S NVId N0111101N30 'JI i .—J wawanmiaa V3aV MNVd JOd 7VWS 0 a U '0A19 ^' r� • - ••• • "T " fao'iNao�ALf� Ai1f11N30'M9Z44 - N2]Vd NVWN039 !�zw aanry n yR$ /i lyy 9g iwI Ig S�w o e Y'a a� d �� 30 w _ 3� S Rg g 5i ipji �4gy m Fgg 43 ¢t qq� Hl _ — -- mS, ol m rl _n �e 3� S li i g HAM LANE -g Y w3E HAM LANE .ivM9orS3 � \ l • -4 r..rn \ 2 92 I i 5 a l r z O� F EL',> a.w wi� �I —gam I _ 133HS 11VI 0 V3HV NNVd 000 IIVINS we AbnIN30'M 9ZK 1 0'1 AO ALIO NHVd NVWHO38 d, �zi f K °I i s � 0,1 1 3 ,JJ 3a4,•:�Sr� _� �� � 0 133HS IlViM V3MV)4bVd 000 -11VINS m NbVd NVVV038 ldi A R. '0111F 49 Th Z N yy Ir. Ml LU MMN. 2_e H ldi R. '0111F 49 LU 4k -rT zg olo u M (ZD! Z ldi 49 LU -rT zg olo u M (ZD! f'XIA,O) TT > � 6 City of Lodi Parks, Recreation and Cultural Services 111 N. Stockton Street Lodi, CA 95240 (209) 333-6888 (office) July 28, 2022 DOTE SHEET Respective Bidder: orw+lxy- ea asT. Xe_V',6 S-17•xt /Zt. (W) All bidders must abide by the Contractor Registration Law (SB 854). Additional information can be obtained at http//www.dir.ca.gov/Public-Works/PublicWorks.htmi Please fill in the requested information to Provide and Install the following Scope of Work. The work consists of concrete saw -cutting and concrete removal and disposal, imported soil and compaction to match existing / surrounding turf grade, new concrete flat work and mow strip, new chain link fencing with a 10 foot wide double gate and 4 foot wide man gate. Work also includes the installation of a new drinking fountain, with water line and dry -well, (2) —two park benches, Dogi-Pot bag dispenser and turf hydro -seeding along with other related items shown on the plans for Beckman Park "Small Dog Park Improvements". Company Name: Date:�17Z _ Company Address:y1 /2/C-tijQ ,:amu/ �r C.r�=1�fry�,� y�r,9 Contractor's License No. Beckman Park "Small Dog Park Improvements" Lump Sum Quote: $.- Q Authorized Company Signature & Title:�i f If you have any questions, please contact Steve Virrey, Parks Project Coordinator at (209) 269-4879. Please submit your Quote Sheet documents by 3:00pm, Wednesday, August 17, 2022. Quote sheets can be emailed, or mailed to; City of Lodi — Parks Division 111 N. Stockton Street Lodi, CA 95240 EXHIBIT C NOTE: The City of Lodi is now using the online insurance program PINS Advantage. Once you have been awarded a contract you will receive an email from the City's online insurance program requesting you to forward the email to your insurance provider(s) to submit the required insurance documentation electronically Insurance RepuIrements for Constructton Contracts Contractor Shall procure and maintain for the duration of the contract insurance against claims for i njuries to persons or damages to property which may arse from or in connection with the performance of the work hereunder and the results of that work by the Contractor, his agents, representatives. employees or subcontractors MINIMUM SCOPE AND LIMIT OF INSURANCE Coverage shall be at least as broad as: 1 Commercial General Liability (CGI.): Insurance Services Office Form CG 00 0 f covering CGL on an 'occurrence" basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than s2,00mao per occurrence If a general aggregate limit applies, either the general aggregate limit shall apply separately to this prolectllocalion (ISO CG 25 03 or 25 04; or the general aggregate limit shall be twice the required occurrence limit. 2, Automobile Liability: ISO Form Number CA 00 01 covering any auto or if Contractor has no owned autos, then hired, and non - owned autos with limit no less than $2,000,000 per accident for bodily injury and property damage. 3. Workers' Compensation: as required by the State of California, with Statutory Limits, and Employer's Liability Insurance with limit of no less than $1,000,0o0 per accident for bodily injury or disease 4 Builder's Risk (Course of Construction) insurance utilizing an "All Risk" (Special Perils) coverage form, with limits equal to the completed value of the project and no coinsurance penalty provisions. 5. Professional Liability (if Design/Build), with limits no less than $2,000,000 per occurrence or claim. Other Insurance Provisions: (a) Additional Named Insured Status The City of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers are to be covered as additional insureds on the CGL and auto policy with respect to liability arising out of work or operations performed by or on behalf of the Contractor including materials, parts, 0r equipment fumiShed in connection with such work or operations. General liability coverage can be provided in the form of an endorsement to the Contractor's insurance (at least as broad as ISO Form CG 20 10 11 a5 or if not available, through the addition of both CG 20 10, CG 20 26, CG 20 33, or CG 20 38; and CG 20 37 if a later edition is used (b) Primary and Nlon- ntributory Insurance Endorsement The limits of insurance coverage required may be satisfied by a combination of primary and umbrella or excess Insurance. For any claims related to this contract, the Contractor's insurance coverage shall be primary coverage at least as broad as ISO CG 20 01 04 13 as respects the Entity, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained by the Entity, its officers, officials, employees, or volunteers shall be excess of the Contractor's insurance and shall not contribute with it. (c) Waiver of Subrogation Contractor hereby grants to City of Lodi a waiver of any right to subrogation which any insurer of said Contractor may acquire against the City of Lodi by virtue of the payment of any loss under such insurance_ Contractor agrees to obtain any endorsement that may be necessary to affect this weiverof subrogation. but this provision applies regardless of whether ar not the City of Lodi has reGeived a waiver 0f subrogatian andorsement from the insurer NOTE: (1) The street address of the XY OF LOBI must be shown along with (a) and (b) and (c) above: 221 West Pine Street, Lodi, California, 95240; (2) The insurance cartificate must state, on its face or as an endorsement, a description of the project that it is insuring. (d) Severability of Interest Clause The term "insured" is used severally and not collectively, but the inclusion herein of more than one insured shall not operate to increase the limit of the company's liability under the Contractors commercial general liability and automobile liability policies Page 1 1 of 2 pages j Risk: rev 311/2018 ;Notice of C4iic:elWig; i V Cl refiye i i i Ct)veragt� End cir3enlent This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi, CA 95240 (f) Coninwty or Co. veraQe All policies shall be in effect on or before the first day of the Term of this Agreement. At least thirty (30) days prior to the expiration of each insurance policy, Contractor shall furnish a certificate(s) showing that a new or extended policy has been obtained which meets the minimum requirements of this Agreement. Contractor shall provide proof of continuing insurance on al. IeasL an annual basis during the Term. If Contractors insurance lapses or is discontinued for any reason, Contractor shall immediately notify the City and immediately obtain replacement insurance. Contractor agrees and stipulates that any insurance coverage provided to the City of Lodi shall provide for a claims period following termination of coverage which is at least consistent with the claims period or statutes of limitations found in the California Tort Claims Act (California Government Code Section 810 et seq.)_ (g) FallUre to C6m01v If Contractorfails or refuses to obtain and maintain the required insurance, or fails to provide proof of coverage, the City may obtain the insurance. Contractor shall reimburse the City for premiums paid, with interest on the premium paid by the City at the maximum allowable legal rate then in effect in California. The City shall notify Contractor of such payment of premiums within thirty (30) days of payment stating the amount paid, the name(s) of the insurer(s), and rate of interest_ Contractor shall pay such reimbursement and interest on the first (1 st) day of the month following the City's notice, Notwithstanding any other provision of this Agreement, if Contractor fails or refuses to obtain or maintain insurance as required by this agreement, or fails to provide proof of insurance, the City may terminate this Agreement upon such breach. Upon such termination, Contractor shall immediately cease use of the Site or facilities and commence and diligently pursue the removal of any and all of its personal property from the site or facilities_ (h) Verification of Coverage Consultant shall furnish the City with a copy of the policy declaration and endorsement page(s), original certificates and amendatory endorsements or copies of the applicable policy language effecting coverage required by this clause. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents priorto the work beginning shall not waive the Consultant's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements required by these specifications, at any time. Failure to exercise this right shall not constitute a waiver of the City's right to exercise after the effective date. (i) Self -Insured Retentions Self-insured retentions must be declared to and approved by the City The City may require the Consultant to provide proof of ability to pay losses and related investigations, claim administration, and defense expenses within the retention. The policy language shall provide, or be endorsed to provide, that the self-insured retention may be satisfied by either the named insured or City_ (j) tnsurance Limits The limits of insurance described herein shall not limit the liability of the Contractor and Contractor's officers, employees, agents, representatives or subcontractors. Contractor's obligation to defend, indemnify and hold the City and its officers, officials, employees, agents and volunteers harmless under the provisions of this paragraph is not limited to or restricted by any requirement in the Agreement for Contractor to procure and maintain a policy of insurance (k) Builder's Rrsk (Course of Construction) Insurance Contractor may submit evidence of Builder's Risk insurance in the form of Course of Construction coverage. Such coverage shall name the City as a loss payee as their interest may appear. If the project does not involve new or major reconstruction, at the option of the City, an Installation Floater may be acceptable. For such projects, a Property Installation Floater shall be obtained that provides for the improvement, remodel, modification, alteration, conversion or adjustment to existing buildings, structures, processes, machinery and equipment The Property Installation Floater shall provide property damage coverage for any building, structure, machinery or equipment damaged, impaired, broken, or destroyed during the performance of the Work, including during transit, installation, and testing at the City's site (1) Subcontractors. Consultant shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Consultant shall ensure that City is an additional insured on insurance required from subcontractors (m) Qualified Insurers) All insurance required by the terms of this Agreement must be provided by insurers licensed to do business in the State of California which are rated at least "A-, VI" by the AM Best Ratings Guide, and which are acceptable to the City. Non -admitted surplus lines carriers may be accepted provided they are included on the most recent list of California eligible surplus lines insurers (LESLI list) and otherwise meet City requirements Page 2 1 of 2 pages I Risk: rev 3/1/2018 QTY i UOM QUOTE SUMMARY COMPANY: I Emert Construction Stockton, CA PHONE NO.: John Emert _ SALES REP.: 209 649-7451 DESCRIPTION 1 LS The work consists of concrete saw - cutting and concrete removal and disposal, imported soil and compaction to match existing / surrounding turf grade, new concrete flat work and mow strip, new chain link fencing with a 10 foot wide double gate and 4 foot wide man gate. Work also includes the installation of a new drinking fountain, with water line and dry -well, (2) park benches, Dogi-Pot bag dispenser and turf hydro -seeding along with other related items shown I on the plans for the Beckman Park "Small Dog, Park Im rovements". REMARKS: SIGNATURE: SUBTOTAL: SALES TAX: FREIGHT: GRAND TOTAL: Date: August 17, 2022 Quote: AM Stephens Diede Construction Construction Lodi CA Woodbridge, CA Greg Stephens I Brett Diede X9)333-0136 1 (209) 369-8255 71,099.00 I _ 112,396.00 1 167,000.00 August 18, 2022 DATE: RESOLUTION NO. 2022-210 A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE CITY MANAGER TO AWARD THE CONTRACT FOR THE BECKMAN PARK SMALL DOG PARK IMPROVEMENTS PROJECT TO EMERT CONSTRUCTION, OF STOCKTON, AND TO EXECUTE CHANGE ORDERS; AND FURTHER APPROPRIATING FUNDS WHEREAS, Parks, Recreation and Cultural Services (PRCS) solicited bids for the Beckman Park Small Dog Park improvements; and WHEREAS, three bids were received on August 17, 2022 Bidder Location Bid Emert Construction Stockton $71,099 AM Stephens Construction Lodi $112,396 Diede Construction Woodbridge $167,000 WHEREAS, staff further recommends that funds in the amount of $5,000 be transferred from the Legion Community Center Project (PKCP-22001. Contracts) to Beckman Small Dog Park (PKCP-22002. Contracts) for change orders for this project. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby authorize the City Manager to award the contract for Beckman Park Small Dog Park improvements to the low bidder, Emert Construction, of Stockton, California, in the amount of $71,099; 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 $5,000; and BE IT FURTHER RESOLVED that funds in the amount of $5,000 be appropriated as shown 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: September 21, 2022 --------------------------------------------- I hereby certify that Resolution No. 2022-210 was passed and adopted by the City Council of the City of Lodi in a regular meeting held September 21, 2022, by the following vote: AYES: COUNCIL MEMBERS — Hothi, Kuehne, Nakanishi, and Mayor Chandler NOES: COUNCIL MEMBERS — None ABSENT: COUNCIL MEMBERS — Khan ABSTAIN: COUNCIL MEMBERS — None OLIVIA NASHED City Clerk 2022-210