HomeMy WebLinkAboutAgenda Report - January 15, 2014 C-05AGENDA ITEM COO 5
CITY OF LODI
,. COUNCIL COMMUNICATION
TM
AGENDA TITLE: Adopt Resolution Rejecting Non -Responsive Bid and Awarding Contract for
Western and Southern Plumes Monitoring Wells Installation Project to Applied
Water Resources of Walnut Creek ($344,502.50) and Appropriating Funds
($430,000)
MEETING DATE:
PREPARED BY:
January 15, 2014
Public Works Director
RECOMMENDED ACTION: Adopt resolution rejecting non-responsive bid, awarding contract for
Western and Southern Plumes Monitoring Wells Installation Project
to Applied Water Resources, of Walnut Creek, in the amount of
$334,502.50 and appropriating funds in the amount of $430,000.
BACKGROUND INFORMATION: The Groundwater Monitoring Plan for the Western and Southern
Plume Areas, prepared in February 2011 by Treadwell and Rollo,
established a groundwater monitoring and reporting plan for the
Western and Southern Plume areas. Previously conducted investigations have generally defined the
extent of the groundwater pollution as shown in Attachment A. The pollution is industrial solvents PCE
and TCE, which are found in the soil and groundwater in parts of central Lodi.
Using the City's groundwater model prepared by Treadwell and Rollo, combined with the results of
previous investigations, locations and depths were identified for additional monitoring facilities. As a
result, three monitoring wells are proposed for construction at the locations identified in Attachment B
(WMW 1A,B,C,D; WMW 2 A,B,C; and SMW 1A,B). At each monitoring well location, two to four discrete
depth levels will be monitored using nested monitoring wells, each constructed to sample from a single
discrete depth. The final discrete depths and associated well screen locations will be determined during
construction and in consultation with the Regional Water Quality Control Board (Board). On
November 9, 2012, the Board issued approval of the draft plan for these monitoring wells.
Following installation of the new monitoring wells, a quarterly monitoring program will be implemented
that will include one existing monitoring well in the Western Plume and 13 existing monitoring wells in the
Southern Plume. Preparation of the existing monitoring wells and execution of the monitoring program is
a part of the Monitoring Program contract previously awarded to Stantec Consulting Corporation.
The monitoring program will allow us to track PCE and TCE in the groundwater, which will guide future
remediation efforts, if necessary.
Plans and specifications for this project were approved on February 20, 2013. The City received the
following four bids for this project on December 4, 2013.
APPROVED:
— KonTadt Bartlam, City Manager
K:\W P\PROJECTS\WATER\PCE,TCE\WestSouth Mon itorWellsi nstall\CAward.doc
1/6/2014
Adopt Resolution Rejecting Non -Responsive Bid and Awarding Contract for Western and Southern
Plumes Monitoring Wells Installation Project to Applied Water Resources of Walnut Creek ($344,502.50)
and Appropriating Funds ($430,000)
January 15, 2014
Page 2
Bidder
Engineer's Estimate
Apex Envirotech, Inc.
Applied Water Resources
Cascade Drilling
SAC Consulting Engineers
*Corrected Total
Location
Gold River
Walnut Creek
West Sacramento
Pleasanton
Bid
$326,850.00
$217,330.00 (non-responsive)
$344,502.50*
$363,850.00
$416,513.02
The lowest bidder, Apex Envirotech, Inc., failed to list all subcontractors who will perform more than one
half of one percent of the bid work in their bid proposal as required per California's Public Contract
Code 4110, hence their bid is considered non-responsive. Staff recommends rejecting the bid from
Apex Envirotech, Inc., as non-responsive and awarding the contract to the lowest responsive bidder,
Applied Water Resources.
The requested appropriation of $430,000 will cover the contract cost, contingencies, as well as
engineering and inspection for the project.
FISCAL IMPACT: Not Applicable
FUNDING AVAILABLE: Requested Appropriation:
Western Plume Fund (194) $322,500
Southern Plume Fund (191) $107,500
Total $430,000
Jordan Ayers
Deputy City Manager/Internal Services Director
�u—C-1
F. Wally Sandelin
Public Works Director
Prepared by Lyman Chang, Senior Civil Engineer
FWS/LC/pmf
Attachments
cc: Deputy Public Works Director — Utilities
City Engineer/Deputy Public Works Director
Senior Civil Engineer
Apex Envirotech, Inc
Applied Water Resources
K:\WP\PROJECTS\WATER\PCE,TCE\WestSouthMonitorWellslnstall\CAward.doc 1/6/2014
- ILL11 1 1.4
ry
t ria +
J
' •I I1- f \\ M*25Cpt
6 III
L��{ I
- [—j F
l✓ t t If J
IR-We_dwmPlue , �j `s ' ; I A t6
tln1 $
YEAS 5t
G i I
4 MNl6278�
j i3 ! 1 1 IlM1N-iilft I �
Lt�
Il
I f ]1 1 II
11,4w.19
C.SPO
13
. 1t�llmrun tarn (AeoP9f2j i t— -a �-,-ire
a 250 600 1,0W
r j
Feffi
MW -17
I
-MW -27D p._ ---
f MW -23C -- -_
MW -23B 9, -,Wm
-
.� I
\ p
Treadwell & Rollo C:\GIS\3923\3923_22\arcmap_doc\3923-22-040_mxd
Attachment A
Legend
GROUNDWATER MONITORING
Q. Monitoring Well
Western PCE Contours, 2007 (pg/L)
Lodi, California
❑ City Water Supply Well
- - Deep PCE Contour, Inferred (>75 ft)
Central Plume Monitoring Well
Deep PCE Contour (>75 ft)
WESTERN AND SOUTHERN
-'- Railroad
Park
----- Shallow PCE Contour, Inferred (<75 ft)
— Shallow PCE Contour (-75 ft)
PLUME AREAS
Mokelumne River
Southern Plume Contours, 2008 (pg/L)
-
School
PCE +TCE+1,1-DCE
Data 1/31/2011 1 Project No. 73033992333 Figure
- Inferred Contour
�W
— Isoconcentration Contour
N/(t10
Treadwell & Rollo C:\GIS\3923\3923_22\arcmap_doc\3923-22-040_mxd
Attachment A
WESTERN AND SOUTHERN PLUMES
MONITORING WELLS INSTALLATION PROJECT 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 APPLIED WATER RESOURCES, 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.
Contraddoc 1 12/11/13
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:
The work consists of installing three groups of groundwater monitoring wells at locations shown
on the vicinity maps in the project specifications. Contractor will be required to obtain all
permits associated with monitoring well construction and will include a California -licensed
Professional Geologist or Engineer. The work includes collecting groundwater samples and
procuring analyses from a State certified lab as outlined in the project specifications. This
project is being completed under the regulatory oversight of the California Regional Water
Quality Control Board, Central Valley Region (RWQCB). The monitoring wells shall be
constructed in accordance with California and San Joaquin County Well Standards. The wells
shall be constructed as nested monitoring wells.
CONTRACT ITEMS
ITEM EST'D.
NO. DESCRIPTION UNIT QTY UNIT PRICE TOTAL PRICE
1. Mobilization/
Demobilization/Cleanup LS 1 $ 19,000.00 $19,000.00
2. Traffic Control LS 1 $ 2,000.00 $ 2,000.00
3. Testing and Reporting LS 1 $ 1,500.00 $ 1,500.00
4. Drill Monitoring Well, WMW 1 A,
B, C LS 1 $ 69,500.00 $69,500.00
5. Drill Monitoring Well, WMW 2 A,
B, C LS 1 $ 91,000.00 $91,000.00
6. Drill Monitoring Well, SMW 1 A, B LS 1 $ 27,000.00 $27,000.00
7. Well Development Hour 64 $ 200.00 $12,800.00
8. Premium for Monitoring Well
WMW 2 D LS 1 $ 7,000.00 $ 7,000.00
Contractdoc 2 12/11/13
ITEM EST'D.
NO. DESCRIPTION UNIT QTY UNIT PRICE TOTAL PRICE
9. Concrete Pavement SF 550 $ 12.55 $ 6,902.50
10. Dispose Hazardous Waste TON 160 $ 398.75 $63,800.00
11. Dispose Designated Waste TON 160 $ 275.00 $44,000.00
TOTAL BID $344,502.50
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 90 CALENDAR 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.doc 3 12/11/13
IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands the year
and date written below.
CONTRACTOR:
By:
Title
(CORPORATE SEAL)
CITY OF LODI
By:
Konradt Bartlam
City Manager
Date:
Attest
City Clerk
Approved As To Form
D. Stephen Schwabauer/
City Attorney
Contract.doc 4 12/11/13
1. AA#
2. JV#
ase provide a description of the project, the total cost of the project, as well as justification for the
uested adjustment. If you need more space, use an additional sheet and attach to this form.
services agreement with Applied Water Resources for Western and Southern Plume monitoring well installations.
Council has authorized the appropriation adjustment, complete the
Date: . Res No: U Attach copy of resolution to this form.
nt Head Signature:
Submit completed form to the Budget Division with any required documentation.
Final approval will be provided in electronic copy format.
FUND #
BUS. UNIT # ACCOUNT #
ACCOUNT TITLE
AMOUNT
A.
SOURCE OF
FINANCING
194
3205
Fund Balance
322 500.00
191 3205 Fund Balance
107 500.00
B.
USE OF
FINANCING
194
194205 7323
Monitoring Wells
$ 322 500.00
191 191205 7323 Monitoring Wells
$ 107 500.00
ase provide a description of the project, the total cost of the project, as well as justification for the
uested adjustment. If you need more space, use an additional sheet and attach to this form.
services agreement with Applied Water Resources for Western and Southern Plume monitoring well installations.
Council has authorized the appropriation adjustment, complete the
Date: . Res No: U Attach copy of resolution to this form.
nt Head Signature:
Submit completed form to the Budget Division with any required documentation.
Final approval will be provided in electronic copy format.
RESOLUTION NO. 2014-01
A RESOLUTION OF THE LODI CITY COUNCIL REJECTING NOW
RESPONSIVE BID, AWARDING CONTRACT FOR WESTERN AND
SOUTHERN PLUMES MONITORING WELLS INSTALLATION PROJECT,
AUTHORIZING THE CITY MANAGER TO EXECUTE CONTRACT, AND
FURTHER APPROPRIATING FUNDS
WHEREAS, in answer to notice duly published in accordance with law and the order of this City
Council, sealed proposals were received and publicly opened on December 4, 2013, at 11:00 a.m., for
the Western and Southern Plumes Monitoring Wells Installation Project, described in the plans and
specifications therefore approved by the City Council on February 20, 2013; and
WHEREAS, said bids have been checked and tabulated and a report thereof filed with the City
Manager as follows:
Bidder Bid
Apex Envirotech, Inc. (non-responsive) $217,330.00
Applied Water Resources $344,502.50*
Cascade Drilling $363,850.00
SAC Consulting Engineers $416,513.02
*Corrected Total
WHEREAS, the lowest bidder, Apex Envirotech, Inc., failed to list all subcontractors who will
perform more than one half of one percent of the bid work in their bid proposal as required per California's
Public Contract Code 4110, hence their bid is considered non-responsive; and
WHEREAS, staff recommends rejecting the non-responsive bid; awarding the contract to the
lowest responsive bidder, Applied Water Resources, in the amount of $344,502.50; and appropriating
additional funds in the amount of $430,000.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby reject the non-
responsive bid of Apex Envirotech, Inc., of Gold River, California; and
BE IT FURTHER RESOLVED that the City Council does hereby award the contract for the
Western and Southern Plumes Monitoring Wells Installation Project to the lowest responsive bidder,
Applied Water Resources, of Walnut Creek, California, in the amount of $344,502.50; and
BE IT FURTHER RESOLVED that the City Manager is hereby authorized to execute the contract;
and
BE IT FURTHER RESOLVED that funds in the amount of $430,000 be appropriated from the
Western Plume Fund and the Southern Plume Fund for this project.
Dated: January 15, 2014
--------------------------------------------------------------------------------
--------------------------------------------------------------------------------
I hereby certify that Resolution No. 2014-01 was passed and adopted by the City Council of the
City of Lodi in a regular meeting held January 15, 2014, by the following vote:
AYES: COUNCIL MEMBERS — Hansen, Johnson, Mounce, Nakanishi, and
Mayor Katzakian
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS — None
L-OLSON
City Clerk
2014-01
CITY COUNCIL
PHIL KATZAKIAN, Mayor
LARRY D. HANSEN,
Mayor Pro Tempore
BOBJOHNSON
JOANNE L. MOUNCE
ALAN NAKANISHI
Apex Envirotech, Inc.
11244 Pyrites Way
Gold River, CA 95670
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:\Xwww.lodi.gov
January 9, 2014
Applied Water Resources
1600 Riviera Avenue, Ste. 310
Walnut Creek, CA 94596
KONRADT BARTLAM
City Manager
RANDI JOHL-OLSON
City Clerk
D. STEVEN SCHWABAUER
City Attorney
F. WALLY SANDELIN
Public Works Director
SUBJECT: Adopt Resolution Rejecting Non -Responsive Bid and Awarding Contract for
Western and Southern Plumes Monitoring Wells Installation Project to
Applied Water Resources, of Walnut Creek ($344,502.50) and
Appropriating Funds ($430,000)
Enclosed is a copy of background information on an item on the City Council agenda of
Wednesday, January 15, 2014. 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.
f F. Wally Sandelin
• Public Works Director
FWS/pmf
Enclosure
cc: City Clerk
NCAWARD.DOC