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