HomeMy WebLinkAboutAgenda Report - March 7, 2018 C-04TM
CITY OF LODI
COUNCIL COMMUNICATION
AGENDA ITEM
C- 4
AGENDA TITLE: Adopt Resolution Awarding Contract for Well 24 Rehabilitation Project to Zim
Industries, Inc., of Fresno ($132,280)
MEETING DATE: March 7, 2018
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt resolution awarding contract for Well 24 Rehabilitation Project
to Zim Industries, Inc., of Fresno, in the amount of $132,280.
BACKGROUND INFORMATION: Well 24 is located at 640 North Stockton Street (the Grape Bowl site)
and was constructed in 1992. Since, the well production has
steadily decreased to where the pumping water level is below
the pump intake. The City hired a contractor to remove the pump and perform a video inspection of the
well casing in December of 2017. The video inspection showed the well casing is severely encrusted
with scale which is restricting the well screen openings, as shown in Exhibit A. The video also reveals
more than six feet of silty -type material at the bottom of the well. The inspection of the pump equipment
reflected a substantial amount of wear and tear, indicating that it has reached its expected useful life of
more than 20 years.
The City needs this well to supplement peak -hour demand and fire flows in the industrial area east of
Union Pacific Railroad tracks.
This project includes mechanical and chemical removal of the encrustation present on the well casing,
removing the debris from the bottom of the well, furnishing and installing new pump equipment to restore
production, and other incidental and related work, all as shown on the plans and specifications for the
project.
Plans and specifications for this project were approved on January 17, 2018. The City received the
following 3 bids for this project on February 14, 2018:
Bidder
Engineer's Estimate
Zim Industries
Nor -Cal Pump & Well Drilling, Inc.
Eaton Pumps Sales & Service
Location
Fresno
Yuba City
Woodland
Above/(Below)
Bid Engineer's Estimate
$146,250.00
$132,280.00 ($13,197.00)
$133,811.00 ($12,439.00)
$208,372.00 $62,122.00
The resolution shifts $132,280 from Water Meter Project to this project due to a delay in the next phase of
the Water Meter Project, which was identified in the Water Capital Projects list for Fiscal Year 2017/18 at
$5,183,200.
APPROVED:
en Sc aba er, City Manager
K:\WP\PROJECTS\WATER\Well 24\Well Rehab Project\CAward.doc 2/21/2018
Adopt Resolution Awarding Contract for Well 24 Rehabilitation Project to Zim Industries, Inc., of Fresno ($132,280)
March 7, 2018
Page 2
Staff recommends awarding the contract for Well 24 Rehabilitation Project to Zim Industries, Inc., of
Fresno, in the amount of $132,280.
FISCAL IMPACT:
This project will reduce the long term maintenance cost of the water well
and enhance water system production capacity. This project will not impact
the General Fund.
FUNDING AVAILABLE: Budgeted in Fiscal Year 2017/18 Water Capital (56199000.77020).
Andrew Keys v
Deputy City Manager/Internal Services Director
Prepared by Lyman Chang, City Engineer/Deputy Public
CES/LC/tdb
Attachments
Cc: Utility Superintendent
Zim Industries, Inc.
Rebecca Areida-Yadav/Management Analyst
Charles E. Swimley, Jr.
Public Works Director
Works Director
K:\WP\PROJECTS\WATER\Well 24\WeIl Rehab Project\CAward.doc 2/21/2018
EXHIBIT A
WELL 24 REHABILITATION
640 N STOCKTON STREET 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 ZIM INDUSTRIES, INC., a California 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
CONTRACT doc
4.1
02/14/18
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.
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 perform video inspection of the water well, clean the well
casing with mechanic and chemical methods, rehabilitate the well to restore capacity,
furnish and install a deep well turbine pump equipment, and other incidental and related
work, all as shown on the plans and specifications for "Well 24 Rehabilitation Project".
CONTRACT ITEMS
ITEM EST'D.
NO. DESCRIPTION UNIT QTY UNIT PRICE TOTAL PRICE
1. Mobilization /
Demobilization LS 1 $32,500 $32,500
2. Rehabilitate Well LS 1 $26,800 $26,800
3. Video Inspection LS 1 $1,100 $1,100
4. Well Development LS 1 $16,600 $18,600
5 Additional Well
Development HR 8 $350 $2,800
6. Furnish and Install Pump LS 1 $17,880 $17,880
7. Rebuild Discharge Head LS 1 $4,000 $4,000
8. Furnish and Install 10 -inch
Pump Column and Shaft LF 190 $140 $26,600
CONTRACT.doc
4.2
02/14/18
9. Replace Pump Strainer LS 1 $900 $900
10. 2—Year Maintenance Bond LS 1 $1,100 $1,100
TOTAL $132,280
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 120 CALENDAR DAYS.
ARTICLE IX - State of California Senate Bill 854 requires the following:
• No contractor or subcontractor may be listed on a bid proposal for a public works
project unless registered with the Department of Industrial Relations pursuant to
Labor Code section 1725.5 [with limited exceptions from this requirement for bid
purposes only under Labor Code section 1771.1(a)].
• No contractor or subcontractor may be awarded a contract for public work on a
public works project unless registered with the Department of Industrial Relations
pursuant to Labor Code section 1725.5.
• This project is subject to compliance monitoring and enforcement by the
Department of Industrial Relations.
CONTRACT doc
4.3
02/14/18
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, a municipal corporation
By:
STEPHEN SCHWABAUER
City Manager
By Date:
Attest:
Title
JENNIFER M. FERRAIOLO
City Clerk
(CORPORATE SEAL) Approved As To Form:
CONTRACT doc
JANICE D. MAGDICH
City Attorney
4.4
02/14/18
RESOLUTION NO. 2018-26
A RESOLUTION OF THE LODI CITY COUNCIL AWARDING THE
CONTRACT FOR THE WELL 24 REHABILITATION PROJECT TO
ZIM INDUSTRIES, INC., OF FRESNO
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 February 14, 2018, at 11:00 a.m.,
for the Well 24 Rehabilitation Project, described in the plans and specifications therefore approved
by the City Council on January 17, 2018; and
WHEREAS, said bids have been checked and tabulated and a report thereof filed with the
City Manager as follows:
Bidder Bid
Zim Industries $132,280
Nor -Cal Pump & Well Drilling, Inc. $133,811
Eaton Pumps Sales & Service $208,372
WHEREAS, staff recommends that the City Council award the contract for the Well 24
Rehabilitation Project to the low bidder, Zim Industries, Inc., of Fresno, in the amount of $132,280.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby award the
contract for the Well 24 Rehabilitation Project to the low bidder, Zim Industries, Inc., of Fresno,
California, in the amount of $132,280; and
BE IT FURTHER RESOLVED that funds in the amount of $132,280 identified for the Water
Meter Project be transferred to the Well 24 Rehabilitation Project; and
BE IT FURTHER RESOLVED that the City Manager be authorized to execute the contract
on behalf of the City of Lodi.
Dated: March 7, 2018
I hereby certify that Resolution No. 2018-26 was passed and adopted by the City Council of
the City of Lodi in a regular meeting held March 7, 2018 by the following vote:
AYES: COUNCIL MEMBERS — Chandler, Johnson, Kuehne, Mounce, and
Mayor Nakanishi
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS — None
Yn.'7-vIAau,68o
1VNIFER FERRAIOLO
ity Clerk
2018-26
CITY COUNCIL
ALAN NAKANISHI, Mayor
JOANNE MOUNCE,
Mayor Pro Tempore
MARK CHANDLER
BOB JOHNSON
DOUG KUEHNE
Zim Industries, Inc.
4532 East Jefferson
Fresno, CA 93725
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 Jodi gov
February 27, 2018
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 Well 24 Rehabilitation Project to
Zim Industries, Inc., of Fresno ($132,280)
Enclosed is a copy of background information on an item on the City Council agenda of
Wednesday, March 7, 2018. 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 Lyman Chang at (209) 333-
6706.
har- es E. Swimley, Jr.
Public Works Director
CES/tdb
Enclosure
cc: City Clerk