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