Loading...
HomeMy WebLinkAboutAgenda Report - February 19, 2014 C-05AGENDA ITEM Co * 5 A% CITY OF LODI COUNCIL COMMUNICATION TM AGENDA TITLE: Adopt Resolution Awarding Contract for Wastewater Main Rehabilitation Program, Project No. 6, to Michels Corporation, of Salem, Oregon ($1,528,314.80) and Appropriating Funds ($1,835,000) MEETING DATE: February 19, 2014 PREPARED BY: Public Works Director RECOMMENDED ACTION: Adopt resolution awarding contract for Wastewater Main Rehabilitation Program, Project No. 6, to Michels Corporation, of Salem, Oregon, in the amount of $1,528,314.80 and appropriating funds in the amount of $1,835,000. BACKGROUND INFORMATION: This project includes in-place (trenchless) rehabilitation of approximately 33,000 linear feet of 6 -inch , 8 -inch and 10 -inch diameter wastewater main, the rehabilitation of approximately 133 manholes and the reinstatement of 800 wastewater laterals. The project area is shown on the attached map. This is the second to the last phase of the Wastewater Main Replacement Program, which started in 2002. The program is intended to systematically replace and, where needed, upgrade the existing wastewater infrastructure within the oldest areas of the City. The older parts of the City's wastewater system contains pipelines that are over 70 years old. The wastewater pipelines are mostly constructed of terracotta or concrete pipe. The majority of these pipes are in need of rehabilitation and/or replacement. Plans and specifications for this project were approved on December 18, 2013. The City received the following four bids for this project on January 29, 2014. The low bidder, Michels Corporation, has performed one of the City's past wastewater main rehabilitation projects, and staff is satisfied with its past job performance. Michels Corporation has signed the required Local Hire forms and will conform to the requirements. Bidder Engineer's Estimate Michels Corporation Southwest Pipeline NorCal Pipeline SAK Construction Location Salem, OR Torrance, CA Yuba City, CA O'Fallon, MO Bid $ 1, 835, 392.00 $ 1,528,314.80 $ 1, 654, 924.00 $ 1,891,048.60 $ 2,438,917.00 The cost for designing this project is included in the FY13/14 budget. Staff completed the design prior to the FY14/15 budget cycle requiring the appropriation request for construction. The wastewater revenue model supports this expenditure. The appropriation of $1,835,000 covers the contract, engineering, inspection and project contingencies. APPROVED: ' D. Step en Schwab r Infirim City Manager K:\WP\PROJECTS\SEWER\WastewaterMainRehabProject6\CAward.doc 2/11/2014 Adopt Resolution Awarding Contract for Wastewater Main Rehabilitation Program, Project No. 6, to Michels Corporation, of Salem, Oregon ($1,528,314.80) and Appropriating Funds ($1,835,000) February 19, 2014 Page 2 FISCAL IMPACT: Completion of this project will reduce future maintenance costs and increase the performance and reliability of the wastewater collection system. FUNDING AVAILABLE: Requested Appropriation: Wastewater Main Replacement Fund (171681): $1,835,000 ordan Ayers Deputy City Manager/Internal Services Director -AI44- inpL-LI , F. Wally pandelin Public Works Director Prepared by Lyman Chang, Senior Civil Engineer Attachment cc: Deputy Public Works Director — Swimley Deputy Public Works Director — Parlin Senior Civil Engineer Michels Corporation K:\WP\PROJECTS\SEWER\WastewaterMainRehabProject6\CAward.doc 2/11/2014 wastewater Ripe Kenap Proje WASTEWATER MAIN REHABILITATION PROGRAM PROJECT NO. 6 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 CORPORATION, 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 01/29/14 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 rehabilitate approximately 33,200 linear feet of existing 6 -inch, 8 -inch, and 10 -inch diameter wastewater pipes; internally reinstate approximately 800 wastewater laterals; rehabilitate 133 wastewater manholes; and perform other incidental and related work, all as shown on the plans and specifications for "Wastewater Main Rehabilitation Program, Project No. 6". 10. Rehabilitation of 10 -Inch Wastewater Pipe LF 635 $ 29.00 $ 18,415.00 r........., A- i M MOl9 A CONTRACT ITEMS ITEM EST'D. NO. DESCRIPTION UNIT QTY UNIT PRICE TOTAL PRICE 1. Mobilization LS 1 $ 18,277.00 $ 18,277.00 2. Construction Photography LS 1 $ 2,156.00 $ 2,156.00 3. Traffic Control LS 1 $ 6,843.00 $ 6,843.00 4. Construction Notification LS 1 $ 2,075.00 $ 2,075.00 5. Storm Water Pollution Control LS 1 $ 550.00 $ 550.00 6. Abandon Wastewater Manhole EA 2 $ 5,000.00 $ 10,000.00 7. Clean and CCTV Existing Wastewater Pipe LF 33,208 $ 3.85 $ 127,850.80 8. Rehabilitation of 6 -Inch Wastewater Pipe LF 27,074 $ 26.00 $ 703,924.00 9. Rehabilitation of 8 -Inch Wastewater Pipe LF 6,134 $ 25.00 $ 153,350.00 10. Rehabilitation of 10 -Inch Wastewater Pipe LF 635 $ 29.00 $ 18,415.00 r........., A- i M MOl9 A ITEM EST'D. NO. DESCRIPTION 11. Lateral Protrusion Cutting UNIT QTY UNIT PRICE TOTAL PRICE EA 12. Internal Lateral Reinstatement EA 13. Lateral Reinstatement (Open Cut) 14. Point Repair (Open Cut) 15. Manhole Rehabilitation 16. Install Wastewater Manhole EA 10 $ 415.00 $ 4,150.00 800 $ 184.00 $ 147,200.00 70 $ 1,943.00 $ 136,010.00 EA 20 $ 2,995.00 $ 59,900.00 EA 133 $ 878.00 $ 116,774.00 EA 2 $ 10,420.00 $ 20,840.00 TOTAL $1,528,314.80 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 180 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. IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands the year and date written below. CONTRACTOR: CITY OF LODI By:. D. Stephen Schwabauer Interim City Manager By: Date: Title Attest City Clerk (CORPORATE SEAL) Approved As To Form Janice D. Magdich Interim City Attorney r�K 1. AA# 2. JV# provide a description of the project, the total cost of the project, as well as justification for the ed adjustment. If you need more space, use an additional sheet and attach to this form. with Michel Corporation for Wastewater Main Rehabilitation Program, Project No. 6. Council has authorized the appropriation adjustment, complete the following: Date: , Res No: (f Attach copy of resolution to this form. Head Signature: Deputy City Manager/Internal Services Manager Date 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 171 3205 Fund Balance $ 1,835,000.001 835 000.00 B. USE OF FINANCING 171 171681 1820.0000 WW Main Rehab Proi. No. 6 $ 1,835,000.00 provide a description of the project, the total cost of the project, as well as justification for the ed adjustment. If you need more space, use an additional sheet and attach to this form. with Michel Corporation for Wastewater Main Rehabilitation Program, Project No. 6. Council has authorized the appropriation adjustment, complete the following: Date: , Res No: (f Attach copy of resolution to this form. Head Signature: Deputy City Manager/Internal Services Manager Date Submit completed form to the Budget Division with any required documentation. Final approval will be provided in electronic copy format. RESOLUTION NO. 2014-20 A RESOLUTION OF THE LODI CITY COUNCIL AWARDING AND AUTHORIZING THE INTERIM CITY MANAGER TO EXECUTE THE CONTRACT FOR THE WASTEWATER MAIN REHABILITATION PROGRAM, PROJECT NO. 6, 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 January 29, 2014, at 11:00 a.m., for the Wastewater Main Rehabilitation Program, Project No. 6, described in the plans and specifications therefore approved by the City Council on December 18, 2013; and WHEREAS, said bids have been checked and tabulated and a report thereof filed with the City Manager as follows: Bidder Michels Corporation Southwest Pipeline NorCal Pipeline SAK Construction Bid $ 1,528,314.80 $ 1,654,924.00 $ 1,891,048.60 $ 2, 438, 917.00 WHEREAS, the low bidder, Michels Corporation, has signed the required Local Hire forms and will conform to the requirements; and WHEREAS, staff recommends awarding the contract to the low bidder, Michels Corporation, in the amount of $1,528,314.80. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby award the contract for the Wastewater Main Rehabilitation Program, Project No. 6, to the low bidder, Michels Corporation, in the amount of $1,528,314.80; and BE IT FURTHER RESOLVED that the Interim City Manager is hereby authorized to execute the contract; and BE IT FURTHER RESOLVED that funds in the amount of $1,835,000 be appropriated for the project from the Wastewater Main Replacement Fund. Dated: February 19, 2014 ------------------------------------------------------------------------ ------------------------------------------------------------------------ I hereby certify that Resolution No. 2014-20 was passed and adopted by the City Council of the City of Lodi in a regular meeting held February 19, 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 — Non RA r L-OLSON ity Clerk 2014-20 CITY COUNCIL PHIL KATZAKIAN, Mayor LARRY D. HANSEN, Mayor Pro Tempore BOB JOHNSON JOANNE L. MOUNCE ALAN NAKANISHI 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 February 13, 2014 Michels Pipeline Construction 1715 16t' Street SE Salem, OR 97302 D. STEPHEN SCHWABAUER Interim City Manager RANDI JOHL-OLSON City Clerk JANICE D. MAGDICH Interim City Attorney F. WALLY SANDELIN Public Works Director SUBJECT: Adopt Resolution Awarding Contract for Wastewater Main Rehabilitation Program, Project No. 6, to Michels Corporation, of Salem, Oregon ($1,528,314.80) and Appropriating Funds ($1,835,000) Enclosed is a copy of background information on an item on the City Council agenda of Wednesday, February 19, 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. Wally Sandelin Public Works Director FWS/pmf Enclosure cc: City Clerk NCAWARD.DOC