Loading...
HomeMy WebLinkAboutAgenda Report - June 15, 2016 C-08CITY OF LODI COUNCIL COMMUNICATION AGENDA ITEM C 8 TM AGENDA TITLE: Adopt Resolution Awarding Contract for White Slough Water Pollution Control Facility 2016 Improvements Corrosion Repair Project to Western Water Constructors, Inc., of Santa Rosa ($1,039,650) MEETING DATE: June 15, 2016 PREPARED BY: Public Works Director RECOMMENDED ACTION BACKGROUND INFORMATION: Adopt resolution awarding contract for White Slough Water Pollution Control Facility 2016 Improvements Corrosion Repair Project to Western Water Constructors, Inc., of Santa Rosa, in the amount of $1,039,650. This project consists of repairs to and coating of concrete structures and process channels, surface preparation and coating of existing piping, replacement of existing, corroded access hatches, and demolition of abandoned piping . The corrosion repair project is the first phase of a two-phase project needed to bring elements of this 50 -year- old facility up to current standards. This initial phase includes the necessary work to assess and repair corrosion damage to the headworks influent channels, domestic and industrial pump discharge chambers, primary sedimentation basin influent channel, and other miscellaneous non -submerged concrete in the primary sedimentation basin area (Exhibit A). Photos reflecting the corrosion damage are shown in Exhibit B. The additive bid items include repairs to the headworks domestic influent channels and miscellaneous concrete repairs to numerous concrete/railing connections. Plans and specifications for this project were approved on April 20, 2016. The City received the following three bids for this project on June 1, 2016. Bidder Engineer's Estimate Western Water Constructors, Inc. TNT Industrial Contractors, Inc. NMI Industrial Holdings, Inc. Location Base Bid + Additive Bid Items $1,392,930.48 Santa Rosa $1,039,650.00 Sacramento $1,116,870.00 Sacramento $1,160,004.00 Staff recommends awarding contract for White Slough Water Pollution Control Facility 2016 Improvements Corrosion Repair Project to the low bidder, Western Water Constructors, Inc., of Santa Rosa, in the amount of $1,039,650. APPROVED: Stephen Schwabauer, ty Manager K:\WP\PROJECTS\SEWER\WSWPCF\WSWPCF 2016 Corr.* on repairs1CC WSWPCF Corrosion Repair 6/7116 Adopt Resolution Awarding Contract for White Slough Water Pollution Control Facility 2016 Improvements Corrosion Repair Project to Western Water Constructors, Inc., of Santa Rosa ($1,039,650) June 15, 2016 Page 2 FISCAL IMPACT: This is needed to avoid more costly repairs or complete replacement of facility concrete structures in the future. FUNDING AVAILABLE: Budgeted Fiscal Year 2016/17 Wastewater Capital Fund (53199000.77020) Jordan Ayers Deputy City Manager/Internal rvices Director Charles E. Swimley, Jr. Public Works Director CES/CES/tdb Attachments cc: Lyman Chang, Interim City Engineer / Deputy Public Works Director Lance Roberts, Utility Manager Karen Honer, Wastewater Treatment Superintendent K:\WP\PROJECTS\SEWER\WSWPCF\WSWPCF 2016 corrosion repairs\CC WSWPCF Corrosion Repair 6/3/16 .05.00 AM H:213 0 60 120 Scale in Feet WHITE SLOUGH WATER POLLUTION CONTROL FACILITY 2016 IMPROVEMENTS CORROSION REPAIR PROJECT CITY OF LODI, CALIFORNIA CONTRACT THIS CONTRACT made by and between the CITY OF LODI, State of California, herein referred to as the "City," and WESTERN WATER CONSTRUCTORS, INC., 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 Conditions Special Provisions Bid Proposal Contract Contract Bonds Plans (Drawings) Specifications Addenda 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, furnish all labor 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 Clauses 65 and 66 General Conditions, 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. WHITE SLOUGH WATER POLLUTION CONTROL FACILITY 2016 IMPROVEMENTS CORROSION REPAIR PROJECT CONTRACT 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: BASE BID ITEMS Item Estimated No. Description Unit Quantity Unit Price Total Price 1. Mobilization/demobilization LS NA NA $59,500 2. Worker safety and protection LS NA NA $4,700 3. Concrete surfacing of primary influent work area SF 9,000 $28.15 $253,350 (Dwg C06), primary effluent work area (Dwg C07), or aeration basin work area (Dwg C09) up to 1.0 -inch thickness 4. Incremental cost of increasing the total thickness SF 4,500 $8.00 $36,000 of concrete surfacing of primary influent work area (Dwg C06), primary effluent work area (Dwg C07), or aeration basin work area (Dwg C09) from 1.0 -inches to 1.5 inches 5. Install sealant system over the expansion joint and LF 200 $105.00 $21,000 secure it to the newly coated walls 6. Repair exposed reinforcing steel that exhibits 50% LF 300 $467.00 $140,100 or more cross sectional area loss or more 7. Remove grit from primary influent work area CF 75 $146.00 $10,950 8. Removal and disposal of abandoned 2- through LF 1,100 $35.00 $38,500 10 -inch diameter pipe 8a. Incremental additional cost of removal and LF 550 $58.00 $31,900 disposal of abandoned 2- through 10 -inch diameter pipe with lead based coating. 9. Removal and disposal of abandoned 12- or LF 250 $108.00 $27,000 14 -inch diameter pipe. 9a. Incremental additional cost of removal and LF 125 $158.00 $19,750 disposal of abandoned 12- or 14 -inch diameter pipe with lead based coating. WHITE SLOUGH WATER POLLUTION CONTROL FACILITY 2016 IMPROVEMENTS CORROSION REPAIR PROJECT CONTRACT Item Estimated No. Description Unit Quantity Unit Price Total Price 10. Install and maintain temporary bypass piping LS NA NA $104,600 systems. 11. All work in headworks grit pump pit LS NA NA $37,200 12. Headworks ceiling preparation and coating LS NA NA $27,500 13. Headworks top deck repairs and surfacing LS NA NA $96,800 14. Preparing and coating the 24 -inch diameter main LS NA NA $10,900 aeration header 15, Installation of temperature transmitters and LS NA NA $27,600 related work at Digesters 1 and 2 16. All work in accordance with the contract LS NA NA $44,300 documents, with the exception of work included under Base Bid Items 1 through 15 and Additive Bid Items Total Base Bid Amount $991,650 Total Base Bid Amount (written form) Nine hundred ninety-one thousand, six hundred fifty and 00/100 ADDITIVE BID ITEMS Item No. Description Unit Qty Unit Price Total Price 1. Headworks domestic influent channel repairs LS NA NA $18,000 2. Miscellaneous concrete repairs LS NA NA $30,000 Total Additive Bid Amount $48,000 Total Additive Bid Amount (written form) Forty-eight thousand and 00/100 Total Base and Additive Bid Amount $ 1,039,650 Total Contract Amount One million, thirty-nine thousand, six hundred fifty and 00/100 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. WHITE SLOUGH WATER POLLUTION CONTROL FACILITY 2016 IMPROVEMENTS CORROSION REPAIR PROJECT 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 and to diligently prosecute to completion within 110 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 of $1,000 per day for each day the work is not completed beyond the time specified in the preceding paragraph. 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: Stephen Schwabauer, City Manager By: Date: Attest: Title (CORPORATE SEAL) Jennifer M. Ferraiolo, City Clerk Approved as to form: Janice D. Magdich, City Attorney RESOLUTION NO. 2016-96 A RESOLUTION OF THE LODI CITY COUNCIL AWARDING THE CONTRACT FOR WHITE SLOUGH WATER POLLUTION CONTROL FACILITY 2016 IMPROVEMENTS CORROSION REPAIR PROJECT TO WESTERN WATER CONSTRUCTORS, INC., OF SANTA ROSA WHEREAS, this project consists of repairs to and coating of concrete structures and process channels; surface preparation and coating of existing piping; replacement of existing, corroded access hatches; and demolition of abandoned piping; and WHEREAS, the corrosion repair project is the first phase of a two-phase project needed to bring elements of this 50 -year-old facility up to current standards; and WHEREAS, this initial phase includes the necessary work to assess and repair corrosion damage to the headworks influent channels, domestic and industrial pump discharge chambers, primary sedimentation basin influent channel, and other miscellaneous non -submerged concrete in the primary sedimentation basin area; and WHEREAS, the project also has additive bid items that include repairs to the headworks domestic influent channels and miscellaneous concrete repairs to numerous concrete/railing connections; and 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 June 1, 2016, at 11:00 a.m., for the White Slough Water Pollution Control Facility 2016 Improvements Corrosion Repair Project, described in the plans and specifications therefore approved by the City Council on April 20, 2016; and WHEREAS, said bid has been checked and tabulated and a report thereof filed with the City Manager as follows: Bidder Location Base Bid + Additive Bid Items Western Water Constructors, Inc. Santa Rosa $1,039,650 TNT Industrial Contractors, Inc. Sacramento $1,116,870 NMI Industrial Holdings, Inc. Sacramento $1,160,004 WHEREAS, staff recommends awarding the contract for White Slough Water Pollution Control Facility 2016 Improvements Corrosion Repair Project to the low bidder, Western Water Constructors, Inc., of Santa Rosa, in the amount of $1,039,650. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby award the contract (Base Bid + Additive Bid Items) for the White Slough Water Pollution Control Facility 2016 Improvements Corrosion Repair Project to the low bidder, Western Water Constructors, Inc., of Santa Rosa, California, in the amount of $1,039,650; and BE IT FURTHER RESOLVED that the City Manager is hereby authorized to execute the contract on behalf of the City. Dated: June 15, 2016 I hereby certify that Resolution No. 2016-96 was passed and adopted by the City Council of the City of Lodi in a regular meeting held June 15, 2016 by the following vote: AYES: COUNCIL MEMBERS — Johnson, Kuehne, Mounce, Nakanishi, and Mayor Chandler NOES: COUNCIL MEMBERS — None ABSENT: COUNCIL MEMBERS — None ABSTAIN: COUNCIL MEMBERS — None ;LENNIFERFERRA1OLO City Clerk 2016-96