HomeMy WebLinkAboutAgenda Report - February 18, 2009 E-04&4
AGENDA ITEM
CITY OF LODI
COUNCIL COMMUNICATION
TM
AGENDA TITLE: Adopt Resolution Awarding Contract for Wastewater Infrastructure Replacement
Program (Project No. 4) to Pipenology, Inc., of Rocklin ($845,260) and
Appropriating Funds ($990,000)
MEETING DATE: February 18,2009
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt a resolution awarding the contract for the Wastewater
Infrastructure Replacement Program (Project No. 4) to Pipenology, Inc.,
of Rocklin, in the amount of $845,260 and appropriating funds in
accordancewith the recommendation shown below.
BACKGROUND INFORMATION: The Wastewater Improvement Program is intended to systematically
replace and, where needed, upgrade existing wastewater
infrastructure. The older wastewater pipelines are mostly
constructed of terra-cotta or concrete pipe. The majority of these
pipes are in need of rehabilitation and/or replacement. Project No. 4 is the fourth project scheduled in
this program. This project has two areas, as shown on the attached map.
Once completed, the improvementswill enhance the level of service associated with the wastewater
system by increasing reliability, eliminating pipe joint leaks, and decreasing maintenance costs. As with
Project Nos. 1 and 2, which were located in the same general area east of Stockton Street and north of
Kettleman Lane, and Project No. 3, which was located in the greater Downtown area, staff is again
recommendingthe use of trenchless methods of rehabilitation for Project No. 4 to minimize both surface
disruption and costs.
This project, similar to Project No. 3, is for wastewater rehabilitation only. Wastewater rehabilitation is
performed by specialty contractors, and the experience gained from past practice and industry
experience suggest that more competitive bids will be received by the City. Replacement of water lines,
upgrading water services, and installing water meters in this area will follow as a separate project.
Project No. 4 includes in-place (trenchless) rehabilitation of approximately 14,385 linear feet (2.7 miles) of
6 -inch diameter wastewater main, the rehabilitation of approximately 58 manholes, and the reconnection of
452 wastewater laterals.
Plans and specifications for this project were approved on December 17, 2008. The City received the
following four bids for this project on January 28, 2009.
APPROVED: 81� , City Manager
K:1WPIPROJECTS1WATt<R`EastsideWaterWastewaterRehablProject#41CAw 09.doc 2/13/2009
Adopt Resolution Awarding Contract for Wastewater Infrastructure Replacement Program (Project No. 4)
to Pipenology, Inc., of Rocklin ($845,260) and Appropriating Funds ($990,000)
February 18, 2009
Page 2
Bidder
Location
Bid
Engineer's Estimate
$
884,620.00
Pipenology, Inc.
Rocklin
$
845,260.00
J.F. Pacific Liners, Inc.
Vacaville
$
862,120.00
Michel's Pipeline Construction
Salem, OR
$
866,399.50
Insituform Tech
Chesterfield, MO
$
1,524,440.00
Staff is requesting an appropriation of $990,000 from the Wastewater Fund to cover this contract;
preparation of contract, plans and specifications; specialized testing; inspection services; and
contingencies.
FISCAL IMPACT. Completingthis projectwill reducefuture maintenance costs and increase
the performance and reliability of the wastewater system.
FUNDING AVAILABLE: Requested Appropriation: Wastewater Fund (171679) $990,000
/K/W Evans, Budget Manager
F. Wally S n etin
Public Works Director
Prepared by Mark Lindseth. Associate Civil Engineer
FWSIMUpmf
Attachment
cc: City Attorney
Purchasing Officer
Water Services Manager
K:\WP\PROJECTSIWATER\F-astsideWaterWastewaterRehab\Project #CCAward2009.doc 21412009
CITY OF • ,
••:gin,.
FOR_PUBLIC WORKS DEPARTMENT
astewater Main Rehab Program
Project No. 4
Project Location
K:\CADD\PROJECTS\2006\006D018\006D018-G1.dwg, 8.5x11, 11/12/200811:07:09 AM, jpizzo
WASTEWATER MAIN REPLACEMENT PROGRAM
PROJECT NO.4 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 PIPENOLOGY, INC, 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 2002 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 I I I - The Contractor agrees to conform to the provisions of Chapter 1, Part 7, Division 2
of the Labor Code. The Contractor and any Subcontractor will pay the general 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.
Contract.DOC I 01/29/09
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 complete trenchless rehabilitation of approximately 14,385 linear
feet of existing 6 -inch diameter wastewater main located in residential areas; internally reinstating
approximately 452 wastewater laterals and the rehabilitation or reconstruction of approximately 58
wastewater manholes and other incidental and related work, all as shown on the plans and
specifications for "Wastewater Main Replacement Program, Project No. 4".
CONTRACT ITEMS
ITEM
EST'D.
NO.
DESCRIPTION
UNIT
QTY
UNIT PRICE
TOTAL PRICE
1 -
Mobilization
LS
1
$ 20,000.00
$ 20,000.00
2.
Construction Photography
LS
1
$ 4,500.00
$ 4,500.00
3.
Public Notification
LS
1
$ 3,500.00
$ 3,500.00
4. Clean and CCTV Existing 6 -Inch
Wastewater Pipeline LF 14,385 $ 1.00 $ 14,385.00
5. Rehabilitate Existing 6 -Inch
Wastewater Pipeline LF 14,385 $ 27.00 $388,395.00
6. Internal/External Lateral
Reinstatement EA 452 $ 600.00 $271,200.00
7. Point Repair — Open Cut Method EA
8. Manhole Rehabilitation EA
10 $ 3,250.00 $ 32,500.00
58 $ 1,910.00 $110,780.00
TOTAL $845,260.00
Contract. DOC 2 01/29/09
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 110 WORKING DAYS.
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.
3N WITNESS WHEREOF, the parties to these presents have hereunto set their hands the year
and date written below.
CONTRACTOR: CITY OF LODI
By:
Blair King
City Manager
By: Date:
Title
(CORPORATE SEAL)
Attest:
City Clerk
Approved As To Form
D. Stephen Schwabauer
City Att
Contract. DOC 01/29/09
RESOLUTION NO. 2009-17
A RESOLUTION OF THE LODI CITY COUNCIL AWARDING
THE CONTRACT FOR WASTEWATER INFRASTRUCTURE
REPLACEMENT PROGRAM (PROJECT NO. 4) AND
FURTHER APPROPRIATING FUNDS
WHEREAS, in answer to notice duly published in accordance with law and the
order of this City Council, sealed bids were received and publicly opened on January 28,
2009, at 11:00 a.m. for the Wastewater Infrastructure Replacement Program (Project
No. 4), described in the specifications therefore approved by the City Council on
December 17,2008; and
WHEREAS, said bids have been checked and tabulated and a report thereof
filed with the City Manager as follows:
Bidder Bid
Pipenology, Inc. $ 845,260.00
J.F. Pacific Liners, Inc. $ 862,120.00
Michel's Pipeline Construction $ 866,399.50
Insituform Tech $ 1,524,440.00
WHEREAS, staff recommends awarding the contract for the Wastewater
Infrastructure Replacement Program (Project No. 4) to the low bidder, Pipenology, Inc.,
of Rocklin, California, in the amount of $845,260 and that funds in the amount of
$990,000 be appropriated to cover the cost of the contract; preparation of contract,
plans, and specifications; specialized testing; inspection services; and contingencies.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
award the contract for the Wastewater Infrastructure Replacement Program (Project
No. 4), to the low bidder, Pipenology, Inc., of Rocklin, California, in the amount of
$845,260; and
BE IT FURTHER RESOLVED that funds in the amount of $990,000 be
appropriated from the Wastewater Fund for this project.
Dated: February 18, 2009
I hereby certify that Resolution No. 2009-17 was passed and adopted by the Lodi
City Council in a regular meeting held February 18, 2009, by the following votes:
AYES:
NOES:
ABSENT:
ABSTAIN
COUNCIL MEMBERS —Johnson, Katzakian, Mounce, and
Mayor Hansen
COUNCIL MEMBERS — None
COUNCIL MEMBERS— Hitchcock
COUNCIL MEMBERS — None
2009-17
N JOHL
City Clerk