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