HomeMy WebLinkAboutAgenda Report - December 6, 2017 C-06TM
CITY OF LODI
COUNCIL COMMUNICATION
AGENDA ITEM
Can�
AGENDA TITLE: Adopt Resolution Awarding Contract for White Slough Water Pollution Control Facility
2017 Irrigation System Improvements Project to DSS Company dba Knife River
Construction, of Stockton ($1,022,362), and Appropriating Funds ($600,000)
MEETING DATE: December 6, 2017
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt resolution awarding contract for White Slough Water Pollution
Control Facility 2017 Irrigation System Improvements Project to DSS
Company dba Knife River Construction, of Stockton, in the amount of
$1,022,362, and appropriating funds in the amount of $600,000.
BACKGROUND INFORMATION: During the irrigation season (generally April through September), most
of the City's treated municipal and industrial wastewater is used to
irrigate agricultural crops on 790 acres of City -owned property around
White Slough Water Pollution Control Facility (WSWPCF). In response to violations associated with
irrigation water inadvertently leaving WSWPCF, West Yost Associates was tasked with evaluating the land
application area irrigation system and to prepare design documents to address portions of the existing
irrigation system that are high-priority.
On May 3, 2017, Council authorized West Yost & Associates, Inc. to proceed with the design and
construction management services for the White Slough Water Pollution Control Facility 2017 Irrigation
System Improvements Project.
The 2017 Irrigation System Improvements Project will replace a concrete lined irrigation channel and
relocate an existing pipeline. Both facilities convey reclaimed wastewater used to irrigate crops on the
southern 400 acres of City -owned property at WSWPCF. Addressing these two elements of the irrigation
system are of high-priority because the existing concrete -lined ditch is prone to leaking and has failed in
numerous places; the existing pipeline underlies a portion of an existing power plant.
Plans and specifications for this project were approved on August 16, 2017. The project was publicly
advertised, however, no bids were received on the bid date of September 21, 2017. Section 20166 of the
California Public Contract Code states that "If no bids are received, the legislative body may have the
project done without further complying with this chapter."
Staff contacted DSS Company dba Knife River Construction and Western Water Constructors, Inc., to
request informal quotes based on the original plans and specifications. Both companies are qualified to
perform this work and each has performed similar projects for the City. On October 16, 2017, Staff received
the following informal quotes:
APPROVED:
wabauer,-City Manager
K:\WP\PROJECTS\SEWER\WSWPCF\WSWPCF 2017 Irrigation System Improvements\CAward.doc 11/27/2017
Adopt Resolution Awarding Contract for White Slough Water Pollution Control Facility 2017 Irrigation System Improvements Project to DSS Company dba Knife River
Construction, of Stockton ($1,022,362), and Appropriating Funds ($600,000)
December 6, 2017
Page 2
Quote Amount Above/(Below) Engineer's
Estimate
Engineer's Estimate $ 789,830 N/A
DSS Company dba Knife River Construction $1,022,362 $ 232,532
Western Water Constructors, Inc. $1,950,000 $1,160,170
The engineer's estimate provided by West Yost Associates, Inc. is based on prior unit prices from similar
projects. Market forces continue to inflate construction costs and while higher than estimated, the informal
quote received by DDS Company dba Knife River Construction is reasonable when considering these
factors.
Staff recommends awarding the contract for White Slough Water Pollution Control Facility 2017 Irrigation
System Improvements Project to DSS Company dba Knife River Construction, of Stockton, in the amount of
$1,022,362. The difference between the contract amount and the total appropriation is to account for project
contingencies, construction management services and staff time.
FISCAL IMPACT:
This project is needed to avoid State Board violations associated with
irrigation water inadvertently leaving the WSWPCF, and to reduce the
probability for more costly repairs (and/or complete replacement) of portions of
the irrigation system in the future. This project does not impact the General
Fund.
FUNDING AVAILABLE: The additional appropriation is necessary to fund a project scope of work that is
larger than anticipated when the FY 2017/18 budget was prepared.
Budgeted in Fiscal Year 2017/18 Wastewater Capital (531) $ 600,000
Requested Appropriation: $ 600,000
Total Appropriation: $1,200,000
Andrew Keys
Deputy City Manager/Internal Services Director
Charles E. Swimley, Jr.
Public Works Director
CES/CES/tdb
Attachment
Cc: Utility Superintendent
Rebecca Areida-Yadav/Management Analyst
DSS Company dba Knife River Construction
K:\WP\PROJECTS\SEWER\WSWPCF\WSWPCF 2017 Irrigation System Improvements\CAward.doc 11/27/2017
WHITE SLOUGH WATER POLLUTION CONTROL FACILITY
2017 IRRIGATION SYSTEM IMPROVEMENTS 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 DSS COMPANY dba KNIFE RIVER CONSTRUCTION, a California corporation, herein
referred to as the "Contractor."
WITNES SETH:
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.
CITY OF LODI Page 1
WHITE SLOUGH WATER POLLUTION CONTROL FACILITY
2017 IRRIGATION SYSTEM IMPROVEMENTS 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:
BID ITEMS
Item
No.
Description
Estimated
Unit Quantity Unit Price Total Price
1. Mobilization/Demobilization LS NA NA $43,000.00
2. Worker Safety and Protection LS NA NA $32,000.00
3. Storm Water Quality Controls LS NA NA $17,000.00
4. Field Engineering and Location of Existing
Underground Utilities and Interferences
5. All Electrical/Instrumentation Work
6. 36" Diameter IRR Pipe
7. 42" Diameter IRR Pipe
8. Improvements at Irrigation Distribution Box
9. Flow Monitoring Vault and Related Improvements
10. Manhole 1
11. Manhole 2
12. Manhole 3
13. Manhole 4
14. Abandon and Fill 36" Diameter Pipe with Cellular
Concrete LS NA NA $19,000.00
15. Wet or Unstable Pipe Trench Bottom Preparation LF 600 $29.00 $17,400.00
LS
LS
LF
LF
LS
LS
LS
LS
LS
LS
NA NA $13,000.00
NA NA $103,000.00
709 $216.00 $153,144.00
357 $274.00 $97,818.00
NA NA $43,500.00
NA NA $96,000.00
NA NA $44,000.00
NA NA $67,000.00
NA NA $21,500.00
NA NA $24,000.00
16. All work in accordance with the contract documents,
except for work included under Bid Items 1 through
15
LS
NA NA $231,000.00
Total Bid Amount $1,022,362.00
Total Bid Amount (written form) One million, twenty-two thousand, three hundred sixty-two dollars and 00/100
Total Contract Amount $1,022,362.00
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
CITY OF LODI Page 2
WHITE SLOUGH WATER POLLUTION CONTROL FACILITY
2017 IRRIGATION SYSTEM IMPROVEMENTS PROJECT Contract
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 and to diligently
prosecute to completion in accordance with the following schedule:
Times Allowed for Completion
Milestone
Contractual Completion Event
Completion Time
(calendar days following
Contractor's receipt of
notice to proceed)
1
Final Completion
120
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 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. Amounts of liquidated damages shall
be as follows:
Damages for Delays
Milestone
Contractual Completion Event
Dollars Per Day
Liquidated Damages
(Amount in Dollars)
1
Final Completion
1,000
CITY OF LODI
Page 3
WHITE SLOUGH WATER POLLUTION CONTROL FACILITY
2017 IRRIGATION SYSTEM IMPROVEMENTS PROJECT 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
CITY OF LODI Page 4
RESOLUTION NO. 2017-211
A RESOLUTION OF THE LODI CITY COUNCIL AWARDING
CONTRACT FOR WHITE SLOUGH WATER POLLUTION CONTROL
FACILITY 2017 IRRIGATION SYSTEM IMPROVEMENTS PROJECT
TO DSS COMPANY DBA KNIFE RIVER CONSTRUCTION, OF
STOCKTON; AND FURTHER APPROPRIATING FUNDS
WHEREAS, plans and specifications for the White Slough Water Pollution Control
Facility 2017 Irrigation System Improvements Project were approved on August 16, 2017, and
the project was publicly advertised; however, no bids were received on the bid date of
September 21, 2017; and
WHEREAS, Section 20166 of the California Public Contract Code states that, "If no bids
are received, the legislative body may have the project done without further complying with this
chapter"; and
WHEREAS, DSS Company dba Knife River Construction provided a quote in the
amount of $1,022,362 and Western Water Constructors, Inc., provided a quote in the amount of
$1,950,000 to complete the work; and
WHEREAS, staff recommends that the City Council award the contract for White Slough
Water Pollution Control Facility 2017 Irrigation System Improvements Project to DSS Company
dba Knife River Construction, of Stockton, in the amount of $1,022,362; and
WHEREAS, staff further recommends that the City Council appropriate funds in the
amount of $600,000 from Wastewater Capital fund balance (53199000.77020) for Fiscal Year
2017/18.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby award
the contract for White Slough Water Pollution Control Facility 2017 Irrigation System
Improvements Project to DSS Company dba Knife River Construction, of Stockton, California, in
the amount of $1,022,362; and
BE IT FURTHER RESOLVED that funds be appropriated for this project in the amount of
$600,000 as detailed above.
Dated: December 6, 2017
I hereby certify that Resolution No. 2017-211 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held December 6, 2017, by the following vote:
AYES: COUNCIL MEMBERS — Chandler, Johnson, Mounce, Nakanishi, and
Mayor Kuehne
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS — None
NIFER FERRAIOLO
City Clerk
2017-211
CITY COUNCIL
DOUG KUEHNE, Mayor
ALAN NAKANISHI,
Mayor Pro Tempore
MARK CHANDLER
BOB JOHNSON
JOANNE MOUNCE
CITY OF LODI
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
www.lodi. qov
December 1, 2017
DSS COMPANY dba KNIFE RIVER CONSTRUCTION
655 WEST CLAY STREET
STOCKTON, CA 95206-1722
STEPHEN SCHWABAUER
City Manager
JENNIFER M. FERRAIOLO
City Clerk
JANICE D. MAGDICH
City Attorney
CHARLES E, SWIMLEY, JR.
Public Works Director
SUBJECT: ADOPT RESOLUTION AWARDING CONTRACT FOR WHITE SLOUGH
WATER POLLUTION CONTROL FACILITY 2017 IRRIGATION SYSTEM
IMPROVEMENTS PROJECT TO DSS COMPANY DBA KNIFE RIVER
CONSTRUCTION, OF STOCKTON ($1,022,362), AND APPROPRIATING
FUNDS ($600,000)
Enclosed is a copy of background information on an item on the City Council agenda of
Wednesday, December 6, 2017. 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 Jennifer M. Ferraiolo, City Clerk, at (209) 333-6702.
If you have any questions about the item itself, please call Gary Wiman at (209) 333-
670.6.
Charles E. Swimley, Jr.
Public Works Director
CES/tdb
Enclosure
cc: City Clerk