Loading...
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