Loading...
HomeMy WebLinkAboutAgenda Report - July 17, 2019 C-15AGENDA ITEM c-l5 Crtv or Loo¡ CouucIL ConruunrcATroN ÏM AGENDA TITLE: MEETING DATE: PREPARED BY: Adopt Resolution Authorizing City Manager to Waive the Bid Process and Execute Professional Services Agreement with Garland/DBS, lnc., of Cleveland, Ohio, for White Slough Water Pollution Control Facility Secondary Control Room Roof Replacement Project ($39,584), Utilizing U.S. Communities Contract No. 14-5903 July 17,2019 Public Works Director RECOMMENDED AGTION: Adopt resolution authorizing City Manager to waive the bid process and execute Professional Services Agreement with Garland/DBS, Inc., of Cleveland, Ohio, for White Slough Water Pollution Control Facility Secondary Control Room Roof Replacement Project, in the amount of $39,584, utilizing U.S. Communities Contract No. 14-5903. BACKGROUND INFORMATION: The secondary control room at White Slough Water Pollution Control Facility houses plant electrical panels and supervisory control and data acquisition communication equipment for wastewater treatment operations. The existing roof has developed various cracks and the deterioration causing rain water leaks into the room and onto the control panels, as shown in Exhibit A. This project will replace the existing roofing materials with a multi ply membrane system; and also replace the failing metalflashing. The restoration material is manufactured by the Garland/DBS, lnc. The final product will carry a three-year labor warranty and 30-year watertight warranty. Garland/DBS, lnc. will also perform an annual roof inspection for the duration of the 3O-year watertight warranty period. Garland/DBS, lnc. was the successful bidder for U.S. Communities Contract No. 14-5903 for competitively- bid roofing services. Using the U.S. Communities line item cost, the bid price of $36,598 is the maximum price an agency would be charged for the restoration services. To compare the U. S. Community price with local roof restoration prices, Garland/DBS, lnc., requested a quote from Waterproofing Associates, lnc., of Lodi, a company that has successfully performed roof restoration services on other City facilities. For this project, the DBS/Garland, lnc. will subcontract roof restoration services to Waterproofing Associates, lnc., of Lodi. The local price of $35,985 is $613 lower than the U.S. Communities line item costs. A 1O-percent project contingencV ($3,SSS¡ is requested to cover any unforeseen conditions in the field. This brings the total not-to-exceed contract price to $39,584. By using the U.S. Communities contract, the formal bidding process has already been performed, allowing staff to more efficiently procure labor and materials for specialty type work (such as roofing) APPROVED: n er, City Manager 612612019 Adopt Resolution Authorizing City Manager to Waive the B¡d Process and Execute Profess¡onal Services Agreement with Garland/DBS, lnc., of Cleveland, Ohio, for White Slough Water Pollution Gontrol Facility Secondary Control Room Roof Replacement Project ($39,584), Utilizing U.S. Communities Contract No. 14- 5903 July 17,2019 Page2 while maintaining compliance with purchasing requirements. The Professional Services Agreement includes all insurance and bonding requirements included in City construction contracts. Per Lodi Municipal Code Section 3.20.045, State and Local Agency Contracts, the bidding process may be waived when it is advantageous for the City, with appropriate approval by City Manager and City Council, to use contracts that have been awarded by other California public agencies, provided that their award was in compliance with their formally-adopted bidding or negotiation procedures. Staff recommends authorizing the City Manager to waive the bid process and execute Professional Services Agreement with Garland/DBS, lnc., of Cleveland, Ohio, for White Slough Water Pollution Control Facility Secondary Control Room Roof Replacement Project, in the amount of $39,584, utilizing U.S. Communities Contract No. 14-5903. FISCAL IIIIIPAGT:Restoring leaky roofs will reduce repair costs for the interior space and equipment damaged by water. This project will not impact the General Fund. FUNDING AVAILABLE: Fiscal Year 2019120: Wastewater Capital (53 1 99000 .77 020) - $39, 584 Andrew Keys Deputy City Manager/lnternal Services Director Charles E. Swimley, Public Works Director Prepared by Lyman Chang, Deputy Public Works Director/City Engineer cES/LC/tdb Attachments cc:Utility Manager Wastewater Plant Superintendent Management Analyst - Areida-Yadav Garland /DBS, lnc. Facilities Supervisor 6t26t2019 EXHIBIT B RESOLUTTON NO. 2019-131 A RESOLUTION OF THE LODI CITY COUNCIL WAIVING THE BID PROCESS; AUTHORIZING THE CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT WITH GARLAND/DBS, INC., OF CLEVELAND, OHIO, FOR THE WHITE SLOUGH WATER POLLUTION CONTROL FACILITY SECONDARY CONTROL ROOM ROOF REPLACEMENT PROJECT, UT¡LIZING U.S. COMMUNITIES CONTRACT NO. 14-5903; AUTHORIZING A TEN-PERCENT PROJECT CONTENGENCY; AND FURTHER AUTHORIZING THE CITY MANAGER TO CARRY FORWARD UNSPENT BUDGET AUTHORITY FOR THIS PROJECT UNTIL PROJECT COMPLETION WHEREAS, the secondary control room at White Slough Water Pollution Control Facility houses plant electrical panels and supervisory control and data acquisition communication equipment for wastewater treatment operations; and WHEREAS, the existing roof has developed various cracks, and the deterioration allows rain water to leak into the room and onto the control panels; and WHEREAS, this project will replace the existing roofing materials with a multi-ply membrane system and replace the failing rnetal flashing; and WHEREAS, per Lodi Municipal Code Section 3.20.045, State and Local Agency Contracts, the bidding process may be waived when it is advantageous for the City, with appropriate approval by the City Manager and City Council, to use contracts that have been awarded by other California public agencies, provided that their award was in compliance with formally-adopted bidding or negotiation procedures; and WHEREAS, staff recommends waiving the formal bidding process and authorizing the City Manager to waive the bid process and execute a Professional Services Agreement with Garland/DBS, lnc., of Cleveland, Ohio, for the White Slough Water Pollution Control Facility Secondary Control Room Roof Replacement Project, in the amount of $35,985, utilizing U.S. Communities Contract No. 14-5903; authorizing a 10-percent project contingency; and authorizing the City Manager to carry forward unspent budget authority for this project, up to $39,584, until project completion. NOW, THEREFORE, BE lT RESOLVED that the Lodi City Council does hereby waive the formal bidding process; and BE lT FURTHER RESOLVED that Lodi City Council does hereby authorize the City Manager execute a Professional Services Agreement with Garland/DBS, lnc., of Cleveland, Ohio, for the White Slough Water Pollution Control Facility Secondary Control Room Roof Replacement Project, in the amount of $35,985, utilizing U.S. Communities Contract No. 14-5903; and BE lT FURTHER RESOLVED that the Lodi City Council does hereby authorize a 1O-percent project contingency ($3,599) to cover any unforeseen conditions in the field; and BE lT FURTHER RESOLVED that the Lodi City Council does hereby authorize the City Manager to carry forward unspent budget authority for this project, up to $39,584, until project completion. Dated: July 17,2019 I hereby certify that Resolution No. 2019-131 was passed and adopted by the City Council of the City of Lodi in a regular meeting held July 17,2019 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 -nıù"t"êb NIFER FERRAIOLO City Clerk 2019-131