Loading...
HomeMy WebLinkAboutAgenda Report - August 18, 1993 (52)OR CITY OF LODI COUNCIL COMMUNICATION AGENDA TITLE: Contract Change Orders 15 and #6 and Acceptance of Improvements Under Hale Park Improvements, 208 East Locust Street Contract MEETING DATE: August 18, 1993 PREPARED BY: Public Worcs Director RECOMMENDED ACTION: That the City Council accept the improvements under the "Hale Park Improvements, 208 East Locust Street" contract, and direct the Public Works Director to file a Notice of Completion with the County Recorder's office. BACKGROUND INFORMATION: The contract was awarded to BRCO Constructors of Loomis, California, on March 18, 1992, in the amount of $458,000.00. The contract has been completed in substantial conformance with the plans and specifications approved by the City Council. In accordance with the Contract Change Order policy approved by Resolution 85-72, Council is also being informed of Contract Change Orders #5 and #6. A requirement of the Contract Change Order policy is that Council be informed of all change orders where the total change orders for the project exceed $25,000. The attached change orders cover previous claims for importing and compacting material and for minor work on the recreation building. The contract completion date was March 3, 1993, and the actual completion, date was April 6, 1993. The project was substantially completed on April 6, 1993. The work done since that time has been landscape maintenance and minor punch list items. BRCO Constructors was told by the City that the project would not be accepted until the fencing around the Park was removed. The area north of the bandstand was fenced until June 22, 1993, and the fencing around the rest of the Park was removed on May 24, 1993. The project was delayed for two months while the City negotiated with BRCG Constructors on the wood chips to be placed in the playground area. The material that was eventually used in Hale Park was the material that BRCO was ready to deliver to the site in October 1992. BRCO Constructors also furnished the City with geotextile fabric, warranties and insurance for the wood chips which were riot originally include] in their submittal. Acceptance of the project was also delayed until the County had reviewed all the labor compliance submittals to ensure that the City would recei.e its Block Grant funding. Preliminary County approval was given to the City the last w(:ek of July. It is staff's recommendation that liquidated damages not be assessed n this project. APPROVED. L4 THOMAS A. PETERSON City Manager A +oyCt*d Paper cc- CHALEPRK.3/TXTW.02M (CO.COM) August 10, 1993 Contract Change Orders #5 and #6 and Acceptance of Improvements Under Hale Park Improvements, 208 East Locust Street Contract August 18, 1993 Page 2 The final contract price was $538,799.20. The difference between the contract amount and the final contract price is mainly due to revising grades in the Park to preserve the trees. Additional work was also done to replace curb and gutter around the Park, make changes to the playground area and add improvements to the bandstand. FUNDING: Originally Budgeted: 1989/90 Budgeted Fund: Community Development Block Grant Current Appropriation: $604,400.00 Total Project Estimate: $600,000.00 ua►of oV'-4'- Jack L. Ronsko Public Works Director Prepared by Wesley K. Fujitani, Senior Civil Engineer JLR/*/1m attachments cc: Parks and Recreation Director Purchasing Officer Community Development Block Grant Coordinator CHALEPRK.3/TXTW.02M (CO.COM) August 10, 1993 CITY OF LODI PUBLIC WORKS DEPARTMENT CONTRACT CHANGE ORDER NO. 5 % Sheet 1 of 2 Date June !—,-1993 %olzount No. a3 -4 PROJECT: Hale Park Improvements �i JAN 15 993 !1� „ CONTRACTOR: BRCO Constructors �? :R' C/ry C n You are directed to make the following cha geE"tom*-49., if&dllowing work not included in the Plans and Specifications on this contract. ' r - ------------------------------------------- Description of work to be done, estimate of quantities, and prices to be paid. Specify whether additional work is at contract price, agreed price, or force account. Unless otherwise stated, rates for rental of equipment cover only such time as equipment is actually used and no allowance will be made for idle time. 1. Adjust restroom foundation excavation and $ 861.00 add footing for drinking fountain chase. 2. Haul additional fill per claims 12,298.00 ($386+, $828+, $6098+, $4986) 3. Adjust sidewalk grading to avoid trees 276.00 4. Import fill, remove tree b grade future 1,932.00 parking lot area 5. Revise recreation building as required per 275.00 final building permit issued after bid PERCENT OF CONTRACT Original Contract Price $ 458,000.00 Total Cost of This Change Order NOT TO EXCEED $ 15,6 2.00 3.4 % Previous Change Orders $ 63 77125 Total Cost of All Change Orders to Date $ 79,5 £ _ 17.3 % Contract Price, including all Change Orders, will be: $ 537,413.Z5 Time of completion will be adjusted as follows: Add 16 working days --------------------------- ---------------- Submitted by Approval Recommended Appro P bli ors Thomas A. Peterson City Manager BRCo y ejevvf ck'A4W CCOBRC0.1/TXTW.0IL Date 4-1-93 Date t -S-9i ector A,i, z.. Date f. -L4-1-3 _over a r o or eac or $25, t to 5 Date 3 5W June 7, 1993 BRCO Constructors page 2 The undersigned contractor, having carefully considered the change proposed, agrees, if this proposal is approved, to provide all equipment, furnish all materials, except as otherwise noted above, perform all services necessary for the work above specified, and accept as full payment the prices shown above. ;�� t ACCEPTED: Date �+f S o %S3 ContractorS7K-Lo Co c� yv too vS By--C*--�}`1.1�- Title r ��a j AAA If the Contractor does not sign acceptance of this order, the Contractor should refer to Section 4-1.03A of the Standard Specifications regarding filing a written protest within the specified time. CCOBRCO.1/TXTW.OIL MEMORANDUM, City of Lodi, Public Works Department 0 To: City Council From: Public Works Director Date: August 20. 1993 Subject: Transmittal of Information Requested by City Council at Its August 18. 1993 Meeting The following Items are included or attached per City CounaTs request: 1. Copy of purchase agreement between the City of Lodi and Robert Batch This agreement includes the provisions for the use of the dirt at Westgate Parts and outlines the responsibilities of the seller, Robert Batch. and the buyer. the City of. Lodi. 2. Documentation on Underground Fuel Storage Tank Removal contract at 125 North Stockton Street Enclosed is a copy of the final contract payment form showing the unit pd%m and the total work accomplished. Also attaWed is a copy of the signed contract agreement which outlines the bid unit prices and shows the additional items of work which may have to be included as part of contract payment if contaminated soil is found. 3. Signed Hale Park Improvements Contract Change Order No. 6 SEA j The change order included in the Council packet was not signed and the Council wanted to see a signed change order. 4. No -parking zone on Kettleman Lane fronting Flame Liquors and the City's Municipal Service Center The staff recommendation for no parking fronting the Municipal Service Center and west of Flame Liquors is shown on the attached sheet. The staff recommendation provided for a 22 -foot parking zone west of Flame Liquors' driveway. Also attached is a copy of Council minutes showing that Council extended the 22 -foot parking area to 42 feet for the purpose of providing for additional on -street parking and/or truck parking. 5. improvement Agreement Addendum for Lodi West Unit No. 1 As requested by Council, staff has confirmed that the figures in both the Agreement and the Council Communication are coned. If you have any estions concerning any of this material, please contact me. (jack Ronsko ublic orks Director Robot Balch Agnernent (9) UrX1v9round Fuel Storage Tank (5) HMO Park InWWOMWAS (1) KeMenan Lane No -Par" Zone (3) CC' city Manager City Clerk CITY OF LODI PUBLIC WORKS DEPARTMENT CONTRACT CHANGE ORDER NO. 6 Sheet 1 of 1 Date August 10, 1993 Account No. 45.7-760.60 PROJECT: HALE PARK IMPROVEMENTS, 208 East Locust St. CONTRACTOR: BRCO Constructors You are.directed to make the following changes or do the following work not included in the Pians and Specifications on this contract. -------------------------------------------- Description of work to be done, estimate of quantities, and prices to be paid. Specify whether additional work is at contract price, agreed price, or force account. Unless otherwise stated, rates for rental of equipment cover only such time as equipment is actually used and no allowance will be made for idle time. Remove existing sprinkler system and provide additional topsoil. Agreed upon price Original Contract Price S 458 000.00 Total Cost of This Change Order NOT TO EXCEED $ Previous Change Orders $ Total Cost of All Change Orders to Date $ Contract Price, including all Change Orders, will be: S'j$,799.25 $1,386.00 PERCENT OF CONTRACT 0.3 % 15.0 % Time of completion will be adjusted as follows: no adjustment to working days ---------------------------------=---------- Submitted by Approval Recommended Approved, Public works Director Approved, City Manager (if overTarger ,UUu or iui ea Da to 8- to - 93 Date Da to or $25,000 total CCO7s Date The undersigned contractor, having carefully considered the change proposed, agrees, if this proposal is approved, to provide all equipment, furnish all materials, except as otherwise noted above, perform all services necessary for the work above specified, and accept as full payment the prices shown above. ACCEPTED: Date By Contractor Title If the Contractor does not sign acceptance of this order, the Contractor should refer to Section 4-1.03A of the Standard Specifications regarding filing a written protest within the specified time. CCOHALE6/TXTW.02M 5 r / VaS AGgMMST, entered into this 6th day of January, 5993, by and between ROBERT BATCH, hereinafter •Seller•, and the CITY OF LOOI, a municipal corporation. hereinafter •Buyer• or •City . v W I T N 8 S S 8 T 8: WHEREAS, Seller is the owner of that certain parcel of land, more particularly described below, constituting fifteen and ninety-nine . One -hundredths (15.99) acres more or less, which the City desires to acquire for purposes of a storm drainage basin;. and- wSSRSAS, said land is a portion of a larger parcel constituting one hundred and one-tenth (100.1) acres owned by Seller which he intends to develop within the City; and WREAS, in order to provide storm drainage for (among other properties) the balance of Seller's land.at this location, it is necessary that City acquire such parcel; and WHERFAS, the most practical .way to compensate Seller may be by a combination of cash, credits, and future reimbursements as other properties, which will pay storm drainage fees, develop; now, TBBRSFORS, BB IT AG7MM AS FOLLOWS : 1. Seller agrees to sell and Buyer to purchase that certain parcel of land more particularly described below. in consideration of the manual covenants, terms and conditions herein contained, it is mutually agreed that: -1- 019 t'1- . p � 3c`Cta kttOkDEP.'S OFFiCE JAMES M. JOHNSTONE 93W-2 AH-9i 00 &:Cu,�MED AT VEOVSi OF ci*04 -Aodl a =�i0x TE=S AGMEWT, entered into this 6th day of January, 1993, by and between ROBERT I BATCi, hereinafter •Seller•, and the CITY OF IAD=, a municipal corporation, hereinafter •Buyar•.or 'City*. , 4P � WITNESSETH: WEMRRAS, Sellar is�,the owner of that certain parcel of land, cibmore particularly desed \below. constituting fifteen and ninety-nine one -hundredths (15.99) acres more or less, which the City desires to acquire for purposes of a storm drainage basin; and WMMMLS, said land is s portion of a larger parcel constituting one hundred and one-tenth (100,1) \alcres owned by Seller which he intends to develop within the City; and \ WHEREAS, in order to provide storm drainage for (among other Properties) the balance of Seller's land at this location, it is necessary that City acquire such parcel; and WHEREAS, the most practical way to compensate Seller may be by a combination of each, credits, and future reimbursements as other properties, which will pay storm drainage fees, develop; NNW, T SREFORE, BE IT AGREED AS FOLLOWS: 1. Seller agrees to sell and Buyer to purchase that certain parcel of =and more particularly described below. :n consideration of the ::utual covenants, terms and conditions herein °305394 • A. Grantor"- shall deliver to Ci _ ty a. grant dem.. for that certain real property in the County of San Joaquin, State of California, as shorn on Exhibit A attached hereto, more particularly described as follows: The TRUE PO= OF BEGIMMO being S 89. 29' 40" 8, 137.50 feet distant from the Southwest corner of the Northwest quarter of Section 3, T. 3N., R. 6 8., M.D.B.& X., as filed for record my 17, 1964, "Lodi Park West. Unit No. 3, in Book of ftps and Plats, VOL ume 26, Page 137, San Joaquin County Records and also on the centerline of Applewood Drive; thence continuing S 890 29' 40" H, 1082.08 feet to the centerline of Evergreen Drive; .thence S 060 24' 42" 8, 81.46 feet to the beginning of a curve; thence along a tangent curve to the right having a radius of 750 feet, a central angle of 09. 359. 18• and arclength of 125.51 feet; thence S 03. 10' 36" W, 248.62 feet to the beginning of a curve; thence along a tangent curve to the left having a radius of 1000 feet, a central angle of OS° 10' 36" and arc length of 90.35 feet; thence S 02. 00' 00. Be 149.01 feet; thence S 88. 00' 00" W, 30.00 feet; thence X 89. 29' 40" W, 812.78 feet; thence N 480 38' 40" W, 126.00 feet; thence N 00• 02' 00" W, 288.00 feet; thence S 890 58' 00" we 147.50 feet; thence N 000 02' 00" W, 326.00 feet to the PO=T OF BEG322MIG. Containing 15.99 acres more or less. 2. The sales price shall be One Hundred Fifteen Thousand Dollars (5115,000) per acre for a total of One Million Sight Hundred and Thiity flight 'thousand Hight Hundred and Fifty Dollars (51,838, 850), which shall be payable as follows: (A) Seller shall receive Ten Thousand Dollars ($10,000) in cash at the time the deed is recorded by City. -2- _ °3025394 (8) Seller ..,all receive credit for any enc all storm drainage fees due and payable on the eighty-four and eleven one -hundredths (84.11) acre remainder of the entire parcel owned by Seller payable at the storm drainage fee rate in effect at the time of development. (C) Seller shall also receive credit for park fees due and payable on the first eighteen and twenty one -hundredths (18.20) acres on the remainder parcel owned by Seller based on the portion of the upland basin property to be used as a park at the Parks and Recreation fee rate in effect at the time of development. (D) Insofar as sue% cash payment and credits for storm drainage and parks and recreation. fees described above de not cover the purchase price to be paid by Buyer, Seller will be reimbursed the balance from storm drainage fees• paid by other properties at such time as said properties develop. It is understood that payment of such storm drainage fees by other properties shall be the sole source of revenue for reimbursement of the balance due seller, and such reimbursement shall not be payable until funds are actually received by City. 3. (A) Seller shall be entitled to interest on the balance owed him in an amount equal to the annual percentage change of the Engineering News Record (SNR) 20 Cities Construction Cost Index. The balance due shall be calculated in January of each yea:. beginning January 1994 by the following formula: (Mt January 1 of current year divided by ENR January i of prior year) 3 (balance due January 1 of the prior year less credits and payments made during the previous year). City shall provide a summary of balance credits, payments and adjustments to Seller each year. (B) Until paid in full, Seller shall be entitled to not less than forty percent (40%) of all available net drainage fee revenues received by the City during any year for reimbursement purposes commencing oa the effective date of this agreement- Seller -3- Q acknowledges Leat City presently has other recsrsement� agreements is place which•shall have priority for -repayment from such fees. 4. Seller, pursuant to plans .approved is advance by City, shall at his ora expense be responsible for preparation of plans and excavation of the drainage basin to City's specifications. Such excavation shall include: j (A) Stripping and stockpiling of the top fifteen (15) inches of soil for use in the surface of the basin; (B) Over -excavation of basin by nine (9) inches; (C) . Ripping the bottom of the basin to a depth of two (2) feet in one direction only; (D) The placement and rolling of the topsoil stockpiled; Seller will not be required to provide additional topsoil in the event the fifteen (IS) inches stockpiled does not provide nine (9) inches of fill due to natural losses and/or compaction. Any soil in excess of the above mise (9) inches required for backfill may be disposed of by the Seller in any fashion he desires. (8) provision by Seller of adequate sprinklers or other dust control methods during excavation of such basin; (F) Installation of temporary fencing during construction. Seller may delegate this duty to an agent or a third patty mutually agreed upon by the City. All other soil excavated may be retained, sold or disposed of by Seller. During such excavation, seller or his designated agents shall provide proof of liability Coverage, naming the City of Lodi as additional named insured in an amount of One Million Dollars ($1,000,000). G_ Title to the property demised hereucder QhalI pass free of any liens or encumbrances except cu—rent taxes due, if any. Seller shall obtain -4- 93025394 and provide -a Buyer at the tame title paaft a release of any and _ all liens, mortgages, or encumbrances on the portion of his property conveyed to the City under this agreement. Title insurance, doctm�eatary stamps, and escrow fees (if any) shall be the responsibility of Buyer. Title to the demised premises shall pass M execution of this agreement. 6. The rights to any reimbursements hereunder are deemed personal to Seller and shall not run with the land on the remainder of Selleres property, except the fee credits described in Section 2 above. 7. Excavation of the basin by Seller shall be accomplished prior to the acceptance by City of the first unit of any subdivision of the remainder parcel or not more than nae year after execution of this agreement, whichever comes first. G. City shall be responsible for installation of and all costs associated with the following items: a) Six-foot (6') permanent chain link fence and mow strip; b) Drainage system in the bottom of basin; c) Basin turf and landscaping; and d) portion of street construction within the basin parcel and fifty percent (so*) of the street lights, water, sever and storm lines fronting the basin parcel in accordance with applicable City ordinances; e) All other on-site improvements. City agrees to diligently pursue the completion of the basin/park including turfing and irrigation on a schedule compatible with Sellers development plans, taking into account the availability of funds for such projects. -5- •• 9. It is agrees- that recorded and shall assigns of Seller. Seller at: � o 1025394 time is of the essence. This agreement may be enure to the benefit of the heirs, successors, or In connection therewith, notice may be mailed to Robert R. Batch 1819 South Cherokee Lane, Unit 867 = Lodi, CA 95240 in the event a reimbursement dus'hereunder is unclaimed for two (2) years from the date of mailing, it shall revert to the City. It shall be Seller's responsibility to notify'City of any change of addresp. 10. it is understood between the parties hereto that this sale/purchase agreement is executed under tareat. of eminent dcmaia for the City's acquisition of land for a storm drainage basin. Aad the parties hereto been unabla to reach a mutually -agreeable resolution, the City Attorney was prepared to recommend to the City Council that a Resolution of Necessity to acquire said parcel by condemnation, be adopted by the City Council of the City of Lodi. 11. Herein is set forth the entire agreement between the parties. The performance of these conditions constitutes full performance and shall relieve City of all fur -her obligations or claims. 12. In the event either party hereto breaches the terms, conditions and covenants of this Agreement, thea, the prevailing party in any suit to enforce this Agreement or restrain the breach thereof, shall in addition to any other relief or damages awarded, be entitled to a reasonable attorney's fee and all costs of suit to be set and determined by any court of competent jurisdiction and added to any judgment obtained. IN WITNESS WHEREOF, the parties hereto have set their hands the day and year first hereinabove mentioned. -6- • 013025394 sus:rsasssrsssssassassssssasssssssss:ssssrssssass:s:ssssssss:sus:sssssssssss CITY OF LODI,'a municipal corporation / . 4 - THOMAS A. PETERSOK City Manager A=—ST: AI.ICS a. RE City Clerk (Z) AGREBASN/TXTA.02V IA .�..• 1; � �� �Zfil r State of V r.� : a County of On before me. a>x-# DATE , "MILTIT personally 07 RO ts3tT R. SA:L'ti APPROVED AS TO FORM: BOB MclaTl• City Attorney (personalty known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the persons) whose name(s) Ware sub==bed to the within instrument and ac- lvTowledged to me that betsbatthey executed the same in hie;:S &/their authorized 9mvSHARON G AUKS capacity(ies), and that by /their CCU" 0966M signature(s) on the instrument the person(s), Naron Pttac-CaEtmrra sSANJOAQUINCOL'Nrf or the entity upon behalf of which the comm. ext* MAY C3.1996 I person(s) acted, executed the instrument "amo rim OPTIONAL SECTION CAPACITY CLAIMED BY SIGNER W in ree dm raerm.. aoaw so may prom :meow o punas MWq an to 00ma ww. 0tND ®Fo MEOFFhct:R(s) p PAR7Hmm ❑ Lmanm ❑ GENeAAL ATTORNEY -M -FACT ❑TRLmTEEm ❑ GUAROW4000NSMATOR OTHER: SIGNER IS REPRESENTING: ' WETNESS my hand and official seal. """iEOF°01RSOR°^► srv"MAE of "OT," OPTIONAL SECTIO r THIS CERTIFICATE MUST BE ATTACHED TO TrnE OR TYPE CF DOCUMENT ' THE DOCUMENT DESCRIBED AT RIGHT: 7y-rgol _ NUMBER OF PAGES • /r DATE OF DOCUMENT t hougn the a—A roWesteo here is not mcwm W law. �� SIGNEA(3) OTHER NAMED ABOVE �/tl�>/T ;? rt couw otavem trauowern rsattacrlment d tMs tam. THAN 17 :1992 NAi —. :CNAL .YlOTAAY ASSCC:ATICN . 32_3,5 Remmet Ave_ P O. Bo= 71 BA. Caroga Pam- CA 91 309-7 1 94 ` a^ 95394 CITY OF LODI GRANT DEED 187 N. Lower Sccromento Rd. . • PUBUC WORKS DEPARTMENT 029-030-33 0 R=750' Southwest corner of the Northwest I = quarter of Section 3 L = TRUE POINT OF BEGINNING T = 62.90' �soo�►.�.� .ar R = 1000' ' 5° 10'36" s 0 � t 0 T = 45.21 ' 0 U sa9'?rwir t0a2.0a' SW 2,V4rE ai.14'-Q E 1O R� G NOG' 02'OCw 324.00' MOW4� SW 58V" R 1730' W PROPOSED S03*172� 3 $ 8 A 5 1 X N . O@ NW 3V40lw SW 49-2eE(R) 124.00'. New 29'�0'ti► a127W A�1' � sw • 1 olewood Drive 0 R=750' I = 9° 35'18" L = 125.51' T = 62.90' O R = 1000' < = 5° 10'36" L = 90.35' T = 45.21 ' [a[ii1 C ! I Y CJr- i 0D -y� E. T L PUEI_ C 40;;KS -- AMME. 1 ERACT-PAYMENT ESTIMATE NUMSER Z ;"iu%jv iyINuC.M09W nu ruG� j,w_v� - 125 North Stecxton Street ACCOUNT NUMEE.RS 121.0-760.09 5 3 .� C :7 .:-4OC .05 0 4.3.1-450.07 E Split accounts as ir.C:cateC IA C'NTI;AC7. 0q James C. 3ateman Petroleum Servic OBA SCMCO 431 West `{atcn Roan Modesto. CA 95351 i'TE.4 TOTAL WORK I CONE TO CA UNITS I i T EM ACCT I� I � UNIT PFIICS � AMOUNT 1 I �, 1-.+'11111 LS TRertova i of Fue i Tank. Pioing. + If + { II if I Pu= islana. Equipment Venicle i it t 11 1 it I it +i Sian. Aspndit Paving IA IIS 3,325 71 4 -7; Az -17/ 2. 11 4 r 1 e- 11 GAL j rue i and Ri nsa to Disposal/ 1 11 1 11 I 11 1 It fl Hazaraous 'Waste Manifest IA 11 1 95 1 3. 11 17e0 LS N Disposal or Fuel Tank and Tank 1 II 1 4 1 II 1 II 4 Tracking IA 11 200 00 1 ZC- Iv 4. II 1 c 11 EA j Soi 1 s Test (Est., IA II 250 00 1 1,047 5. II 1 11 LS II Soils Report I II Included 1 4 1 6. 11 17x1 LS 11 Permit Mosure of Underground 1 11 I 4 1 il 1 11 d T ank 1 I A if 234 00 II ley 7. it y 1 c ii HR fi He31t.'1 Insoector Fees/Rats (Ett. ilA 78 00 1 I 8. it c 4/ izz 11 TON 11 I=or. Borrow IA 11 25 172 1 ige si i 7 9. 11 f y Izz 11 TON 4 Ccmoacti on if 3ackf i l l ed Import 1 II I I _ !I 1 II 11 Borrow iA 11 36 95 II Z.3 7 7 - 3 10. 11 Zc' 1 r 11 TON it As nait Concrete Paving iA II 214 71 il qz5 y r 11. If 1 11 LS if Excavation Safety 1 11 Included I II II f 11 11 i d + it ! 11 ! 11 4 ADDITIONAL ITEMS OF 'WORK 11 1 II i1 I II I If 1 A.N i if CY d Aoaivi. onal Excavation (as 1 11 1 11 I 1 I ! It 11 reouir°7 to remove contaminated I If i 0 1 II 1 w if `I soil I ]A 25 00 11 3. ! z �, ' s ,,I cy i Hardl ino and Oi soosdl Of 1 11 I II 1 II , it I gantimi nates Soil A1 1 1_ 00 11 C. it I 11 JR +1 Crew Szanativ Charge for I ► 1 11 I ,1 r 11 I samo i i na Soil (for samo 1 es in ' 'I i if + II I II .1excess of 5 samo 1 es I I A ,1 15-000 1 ' GTAL VALUE OF WORK CCNE TO DATE T RET4T:ON ' S :0 P� C=Na' TOTAL CUE TO LATE LESS PREv.=Us P"MENTS e Jnavl , eee , '^.!,-nAT=^1 ^,LMsia^�_ II 7,' 4 !•S U /S s� IZ Z !) 're7 12i MACE 3Y r,%.=__<E7 3Y l_ i 3A,:NCE Cl."= CN _ __ ..4A_r' 11X77,—_ z A7T.ENT UNDERGROUND FUEL STORAGE TANK'REMOYAL SECTION 4 125 North Stockton Street _ 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 James C. Bateman Petroleum Services, Inc., DBA SEMCO, 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 January 1988 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 ereeina ter 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 Fart of the Contract. ARTICLE II - The City hereby promises and agrees with the Contractor to empF oy, 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. 4.1 FUELTANK.CON/TXTW.02M ARTICLE III - The Contractor agrees to conform to the provisions of apter , Part 7, Division 2 of the Labor Code. The Contractor and any Subcontractor will pay the general prevailing wage rate and other employer payments for health and welfare, pension, vacation, travel time, and subsistence pay, apprenticeship or other training programs. The responsibility for -compliance with these Labor Code requirements is on the prime contractor. ARTICLE IV - And the Contractor agrees to receive and accept the following prices as full compensation for furnishing all materials and for doing all the work contemplated and embraced in this agreement; also for all loss or damage arising out of the nature of the work aforesaid or from the action of the elements, or from any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the work until its acceptance by the City, and for all risks of every description connected with the work; also for all expenses incurred by or in consequence of the suspension or discontinuance of work and for well and faithfully . completing the work, and the whole thereof, in the manner and according to the Plans and Contract Documents and tie requirements of the Engineer under them, to -wit: Perform the work necessary to remove one 2,000 gallon single-wall steel underground fuel storage tank, piping, concrete dispenser island,. dispenser, vehicle slabs and adjacent asphalt concrete paving. The work shall also include all permits, inspection fees, draining, cleaning and purging of fuel lines and tank, disposal and tracking of tank, soil tests and report of test results, all excavation, backfill, import borrow, compaction and grading to return the site to its original condition and other incidental and related work, all as shown on the plans and specifications for the project. BID ITEMS ITEM EST'D. NO. DESCRIPTION UNIT QTY. UNIT PRICE TOTAL PRICE 1. Removal of Fuel Tank, Piping, Pump Island, Equipment Vehicle Slab, Asphalt Paving LS $3,325.71 $3,325.71 2. Fuel and Rinsate Disposal/Hazardous Waste Manifest GAL 100 S 1.95 S 195.00 3. Disposal of Fuel Tank and Tank Tracking LS 200.00 $ 200.00 4. Soils Test (Est.) EA 6 S 250.00 $1,500.00 5. Soils Report LS $Included $Included 4.2 FUELTANK.CON/TXTW.02M ITEM EST'D. NO. DESCRIPTION" UN!T QTY. UhTr PRICE TOTAL PRICE 6. Permit (Closure of Underground Tank) LS S 234.0 $ 234.00 7. Health Inspector (Fees/Rate) (Est.) HR 4 $ 78.00 3 12.00 8. Import Sorrow TON 30 S 25.72 S 771.60 9. Compaction of Backfilled Import Borrow TON 30 S 36.95 $1,108.50 10. Asphalt Concrete Paving TON 10 S 214.71 $2,147.10 11. Excavation Safety LS $Included SInciuded TOTAL BASE BID $9,793.91 ADDITIONAL ITEMS OF WORK A. Additional Excavation (as required to remove contaminated soil) CY 1 $ 25.00 S 25.00 B. Handling and Disposal of Contaminated Soil CY 1 S 115.00 $ 115.00 C. Crew Standby Charge for Sampling Soil (for samples in excess of 6 samples) HR 1 $ 150.00 $ 150.00 ARTICLE V - By my signature hereunder, as Contractor. I certify that I am aware o the provisions of Section 3700 of the Labor Code, which requires every empToyer 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. 4.3 FUELTANK.C3N/TXTW.02M 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 Cddtractor agrees to commence work pursuant to this- contract hincontract . in 15 calendar days after the Mayor has executed the contract and to diligently prosecute to completion within 20 WORKING DAYS, additional time will be allotted for permit process/tests/plan review. 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 FORTW 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: .`� ` . ;CORPORATE SEAL) tall. .. 4.4 FUELTANK.r0N/TX7,4.02M CITY OF LODI By: Date: Attest: 'CA `iv Ly clerk TO - d CITY OF LODI Zti.6£ z59 9TE 61:ZT. E66T-t►Z-QOM Cwo PUBLIC WORKS DEPARTMENT CONTRACT CMNGE ORDER NO. 6 Sheet 1 of 1 Date Au ust 10, Account No. 4 0 PROJECT: HALE PARK IMPROVEMENTS, 208 East Locust St. CONTRACTOR: 8RCO Constructors You are.directed to make the following changes or do the following work not included in the Plans and Specifications on this contract. -------------------------------------------- Description of work to be done, estimate of quantities, and prices to be paid. Specify whether additional work is at contract prim agreed price, or force account. Unless otherwise stated, rates for rental of equipment cover only such time as equipment is actually used and no allowance will be made for idle time. Remove existing sprinkler system and provide additional topsoil. Agreed upon price $1,386.00 PERCENT OF CONTRACT Original Contract Price ; 458,000.06 Total Cost of This Change Order NOT TO EXCEED S—.3810- 0.3 Previous Change Orders $ 79,413 Total Cost of A]1 Change Orders to Date ; 15.0 Contract Price, including all Change Orders, will be: $ , Time of completion will be adjusted as follows: no adjustment to working days Submitted by Date s-ro-W Approval Recommen Date1-14,42 Approved, Public if0s rector Date a . a. Approved, City !!!onager {if over ar er $5,000 or 0 each or W5,00U total Ls Qate The undersigned contractor, having carefully considered the change proposed, agrees, if this proposal is approved, to provide all equipment, furnish all materials, except as otherwise noted above, perform all services necessary for the work above specified. and accept as full payment the prices shown above. ACCEPTED: Date efI41/ 53 Contractor "f�lzC G+ n W'14' gy 4 Title C e S «Q p�� —T If the Contractor does not sign acceptance of this order. the Contractor should refer to Section 4-1.03A of the St.-dard Specifications regaroing filing a written protest within the specified time. CCOHALES/TX114.02M "�)' i t7 0.4 � I T 6 v tines CITY or LODE . pueuc woaxs DEPARTMENT y- -TT LhA0 L.I !E 1 AC1CeAo:J.To Mscl fit &L Glif-uacv- -wo pkar-ll-j�" 2cl-le .04 w•m-b cA44AL, rt.111-me WgUCR 0� Continued December 18, . i b) Approved the inclusion of the excess widening on Highway 12 and the signal relocation at Highway 12 and Lower Sacramento Road as impact fee funded projects. The motion carried by the following vote: Ayes: Council Members - Pennino, Sieglock, and Pinkerton (Mayor) Absent: Council Members - Hinchman Abstain: Council Members - Snider "NO PARKING" ZONE 1345 BEST KETTLEMAN LANE (STATE HIGHWAY 12), AT ACCESS TO THE MUNICIPAL SERVICE CENTER/ANIMAL SHELTER RESOLUTION NO. 91-233 CC -48(e) The City Council was advised that the Engineering Division CC -300 has received a request for the installation of a "no parking" zone on Kettleman Lane adjacent to the driveway access to the MSC and Animal Shelter. Trucks and other vehicles parking on Kettleman Lane adjacent to this driveway make it difficult for drivers to see approaching vehicles while exiting onto Kettleman Lane. Exiting is especially difficult for drivers of large trucks laden with equipment or towing supplies such as power poles. Engineering staff has surveyed this location to determine truck parking and parking demand. The results of the survey indicate that, on several occasions, staff has observed trucks and other vehicles parking adjacent to this driveway. Overall parking demands in the area appear to be minimal. Available accident records, from 1988 to the present, indicate that there have been no accidents at this location. In order to provide adequate sight distance for vehicles exiting from this driveway, staff recommended that Council approve the installation of 151 feet of "no parking" east of the driveway and 72 feet west of the driveway. The entire length of this "no parking" zone lies in front of City owned property. Caltrans approval is required for this "no parking" zone after City Council approval. Following discussion, on motion of Council Member Snider, Pinkerton second, the City Council adopted Resolution No. 91-233 approving the installation of a "No Parking" zone on the north side of Kettleman Lane adjacent to the driveway 21 inued'Decerober 18, 1991 access to the Municipal Shelter. Forty-two feet immediately west of the Lane driveway. �--- IC WORKS LOCAL AREA NETWORK RASE CONCEPT APPROVED Service Center (MSC) and Animal of parking area will be provided Flame Liquor westerly Kettleman ;LOTION N0. 91-235 2(d) The City Council was reminded that as part of the 1991/92 ;00 operating budget, the City Council approved the purchase of a microcomputer local area network for the Public Works �► Department. This purchase was a. major part of the previously approved switch from a minicomputer -based, limited use, drafting system to a more flexible, less # expensive microcomputer -based system. This switch was approved by the Council•in March 1991. The budget request for the network was for $49,000. In ; light of budget restrictions, it was decided to phase the '=iR work; thus $30,000 was approved in the budget with the following funding: S7,500 Sewer Fund `• $7,500 Water Fund ' S7,500 Gas Tax S7,500 Equipment Fund Now that we have completed the drafting switch to lei microcomputers, the need for the local area network to share drawings and the plotter is more critical than ever. In our budget request we assumed we would go to bid for a complete turn -key package. However, through our research and preparatory training we have concluded that the City would be better served by purchasing the various system components separately and setting up the network ourselves. We would still obtain price quotes on the components from various vendors. We will save resale markup and installation costs. We will also be able to select and purchase the components on our schedule rather than specifying and purchasing everything in one lump sum. We propose to make limited use (not to exceed $2,000) of a , local consultant to help select some of the hardware and assist in the initial set up. In this way, our staff will have a much better knowledge of the system and will be able to add users and make system changes without an expensive on-going support contract. s•' Thus we will save money in the long run as well as in the short term. The components of the system will cost less than $5,000 apiece, so our normal informal purchasing procedures can be ;tit .,'t 22