Loading...
HomeMy WebLinkAboutAgenda Report - December 21, 2011 C-08AGENDA ITEM 04 CITY OF LODI COUNCIL COMMUNICATION .Im AGENDA TITLE: Adopt Resolution Authorizing City Managerto Execute Contractfor Wastewater Main Rehabilitation Program, Project No. 5, with Michels Pipeline Construction, of Salem, Oregon ($859,428.25) MEETING DATE: December 21, 2011 PREPARED BY: Public Works Director RECOMMENDED ACTION: Adopt resolution authorizing City Managerto execute contractfor Wastewater Rehabilitation Program, Project No. 5 with Michels Pipeline Construction, of Salem, Oregon, in the amount of $859,428.25. BACKGROUND INFORMATION: This project includes in-place (trenchless) rehabilitation of approximately 17,000 linearfeet of 6 -inch diameter wastewater main, the rehabilitation of approximately 61 manholes and the reconnection of 452 wastewater laterals. The project also includes upsizing approximately 1,455 linear feet of 6 -inch wastewater pipe to 8 -inch using pipe -bursting technology. The project area is shown on the attached map. Plans and specifications for this projectwere approved on October 19, 2011. The City receivedthe following five bids for this project on November 16, 2011. The low bidder, Michels Pipeline Construction, has provided the City certification that its subcontractor, Pacific Underground Construction Inc., is qualified to perform the pipe bursting operation as specified in the project specifications. Bidder Location Bid Engineer's Estimate $ 1,557,758.00 Michels Pipeline Construction Salem, OR $ 859,428.25 RePipe Ontario, CA $ 924,435.75 SAK Construction of California O'Fallon, MO $ 931,104.00 Southwest Pipeline & Trenches Gardena, CA $ 1,122,375.85 Insituform Technologies Chesterfield, MO $ 1,489,142.20 FISCAL IMPACT: Completion of this projectwill reduce future maintenance costs and increase the performance and reliability of the wastewater system. FUNDING AVAILABLE: Wastewater Mai Replacement Fund (171680): $1,118,000 Jordan Ayers DeputyCity Manager/internal Services Director F. Wally ndelin Public Works Director Prepared by Lyman Chang, Senior Civil Engineer Attachment cc: Deputy PublicWorks Director— Utilities Senior Civil Engineer Michels Pipeline APPROVED: o ra t Bartlam, i y Manager K:\WP\PROJECTS\WATER\EastsideWaterWastewaterRehab\Project #5\CAward.doc 12/12/2011 fl Pioneer Or r Sonora Ave Wastewater Main Rehabilitation Project Project No. 5, Project Area City of Lodi Cherokee Retail Center N W E 1,100 550 0 S 1,100 Feet lid, Wastewater Main Rehabilitation Project Project No. 5, Project Area City of Lodi Cherokee Retail Center N W E 1,100 550 0 S 1,100 Feet WASTEWATER MAIN REHABILITATION PROGRAM PROJECT NO. 5 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 MICHELS PIPELINE CONSTRUCTION, 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 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 11/16/11 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 17,000 linear feet of existing 6 -inch diameter wastewater main; internally reinstating approximately 468 wastewater laterals and the rehabilitation of 61 wastewater manholes and other incidental and related work, all as shown on the plans and specifications for the Wastewater Main Rehabilitation Program Project No. 5. CONTRACT ITEMS ITEM EST'D. NO. DESCRIPTION UNIT QTY UNIT PRICE TOTAL PRICE 1. Mobilization LS 1 $ 48,000.00 $48,000.00 2. Construction Photography LS 1 $ 1,750.00 $ 1,750.00 3. Traffic Control LS 1 $ 12,080.00 $12,080.00 4. Construction Notification LS 1 $ 1,669.00 $ 1,669.00 5. Storm Water Pollution Control LS 1 $ 555.00 $ 555.00 6. Clean and CCTV Existing Wastewater Pipe LF 17,027 $ 2.75 $46,824.25 7. Rehabilitate 6 -Inch Wastewater Pipe LF 17,027 $ 25.00 $425,675.00 8. Repair 16 -Inch Wastewater Pipe LF 20 $ 599.00 $11,980.00 9. Upsize Wastewater Pipe (6 -Inch to 8 -Inch) Method: Pipe Bursting LF 1,455 $ 85.00 $123,675.00 Contract.DOC 2 11/16/11 ITEM EST'D. NO DESCRIPTION UNIT QTY UNIT PRICE TOTAL PRICE 10 11 12 13 Internal Lateral Reinstatement EA Lateral Reinstatement (Open Cut) EA Point Repair — Open Cut Method EA Manhole Rehabilitation EA 414 $ 146.00 $60,444.00 38 $. 445.00 $16,910.00 10 $ 3,325.00 $33,250.00 61 $ 1,256.00 $76,616.00 TOTAL $859,428.25 ARTICLE V - By my signature hereunder, as Contractor, 1 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 150 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. Contract.D OC 3 11/16/11 IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands the year and date written below. IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands the year and date written below. CONTRACTOR: 0 Title (CORPORATE SEAL) Contract.DOC 4 CITY OF LODI By: City Manager Date: Attest: City Clerk Approved As To Form D. Stephen Schwabauer City Attorney 'MY 11/16/11 RESOLUTION NO. 2011-189 A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE CITY MANAGER TO EXECUTE CONTRACT FOR WASTEWATER MAIN REHABILITATION PROGRAM, PROJECT NO. 5 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 November 16, 2011, at 11:00 a.m., for the Wastewater Main Rehabilitation Program, Project No. 5, described in the plans and specifications therefore approved by the City Council on October 19, 2011; and WHEREAS, said bids have been checked and tabulated and a report thereof filed with the City Manager as follows: Bidder Bid Michels Pipeline Construction $ 859,428.25 RePipe $ 924,435.75 SAK Construction of California $ 931,104.00 Southwest Pipeline& Trenches $ 1,122,375.85 Insituform Technologies $ 1,489,142.20 WHEREAS, staff recommends awarding the contract for Wastewater Main Rehabilitation Program, Project No. 5, to the low bidder, Michels Pipeline Construction, of Salem, Oregon, in the amount of $859,428.25. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby award the contract for Wastewater Main Rehabilitation Program, Project No. 5, to the low bidder, Michels Pipeline Construction, of Salem, Oregon, in the amount of $859,428.25; and BE IT FURTHER RESOLVED that the City Manager is hereby authorized to execute the contract. Dated: December 21, 2011 I hereby certify that Resolution No. 2011-189 was passed and adopted by the City Council of the City of Lodi in a regular meeting held December 21, 2011, by the following vote: AYES: COUNCIL MEMBERS — Hansen, Katzakian, Nakanishi, and Mayor Mounce NOES: COUNCIL MEMBERS — None ABSENT: COUNCIL MEMBERS—Johnson ABSTAIN: COUNCIL MEMBERS— None J7 JOHL City Clerk 2011-189 CITY COUNCIL JOANNE L. MOUNCE, Mayor ALAN NAKANISHI, Mayor Pro Tempore LARRY D. HANSEN BOBJOHNSON PHIL KATZAKIAN CITY OF LODI PUBLIC WORKS DEPARTMENT CITY HALL, 221 WEST PINE STREET P.O. BOX 3006 LODI, CALIFORNIA 95241-1910 (209)333-6706 FAX (209) 333-6710 EMAIL pwdept@lodi.gov http:\\www.lodi.gov December 14,2011 Michels Pipeline Construction 171516`h Street SE Salem, OR 97302 KONRADT BARTLAM City Manager RANDIJOHL City Clerk D. STEVEN SCHWABAUER City Attorney F. WALLY SANDELIN Public Works Director SUBJECT: Adopt Resolution Authorizing City Manager to Execute Contract for Wastewater Main Rehabilitation Program, Project No. 5, with Michels Pipeline Construction, of Salem, Oregon ($859,428.25) Enclosed is a copy of background information on an item on the City Council agenda of Wednesday, December 21, 2011. The meeting will be held at 7 p.m. in the City Council Chamber, Carnegie Forum, 305 West Pine Street. This item is on the consent calendar and is usually not discussed unless a Council Member requests discussion. The public is given an opportunity to address items on the consent calendar at the appropriate time. If you wish to write to the City Council, please address your letter to City Council, City of Lodi, P. O. Box 3006, Lodi, California, 95241-1910. Be sure to allow time for the mail. Or, you may hand -deliver the letter to City Hall, 221 West Pine Street. If you wish to address the Council at the Council Meeting, be sure to fill out a speaker's card (available at the Carnegie Forum immediately prior to the start of the meeting) and give it to the City Clerk. If you have any questions about communicating with the Council, please contact Randi Johl, City Clerk, at (209) 333-6702. If you have any questions about the item itself, please call Lyman Chang, Senior Civil Engineer, at (209) 333-6800, extension 2665. Q/ �- It �: ��- nn F. Wally Sandelin Public Works Director FWS/pmf Enclosure cc: City Clerk NCAWARD.DOC