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