HomeMy WebLinkAboutAgenda Report - January 6, 2021 C-06AGENDA ITEM Cgo6
' CITY OF LODI
COUNCIL COMMUNICATION
TM
AGENDA TITLE: Adopt Resolution Awarding Contract for Water Well Rehabilitation Project to Zim
Industries, Inc., of Fresno ($374,800), Authorizing City Manager to Execute Change
Orders ($37,480), and Appropriating Funds ($268,800)
MEETING DATE: January 6, 2021
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt resolution awarding contract for Water Well Rehabilitation
Project to Zim Industries, Inc., of Fresno, in the amount of $374,800,
authorizing City Manager to execute change orders in an amount not
to exceed $37,480, and appropriating funds in the amount of $268,000.
BACKGROUND INFORMATION: The proposed project is to rehabilitate two domestic water wells
(Well 11 R and Well 22) inside City limits and the Mosquito Pond well
at the White Slough Water Pollution Control Facility.
This project includes video inspection of the wells, 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 October 21, 2020. The City received the
following five bids for this project on November 25, 2020:
Abovel(Below)
Bidder Location Bid Engineer's Estimate
Engineer's Estimate
$409,600.00
Zim Industries
Fresno
$374,800.00
($
34,800.00)
Howk Systems
Modesto
$398,475.20
($
11,214.00)
Eaton Pumps Sales & Service
Woodland
$402,492.00
($
7,108.00)
Nor -Cal Pump & Well Drilling
Yuba City
$496,519.00
$
86,919.00
Diede Construction
Woodbridge
$591,202.00
$181,602.00
When budgeted, Staff anticipated rehabilitating one well. As the budget year evolved, it was determined
that two additional wells needed rehabilitation. Staff is requesting the additional appropriation of
$268,800 to the existing $166,000 for a total of $434,800 to cover the cost of rehabilitation of all the wells,
contingencies, and staff time. The required appropriation from the Wastewater Fund is for the Mosquito
Pond Well, servicing the wastewater treatment plant.
Staff recommends awarding contract for Water Well Rehabilitation Project to Zim Industries, Inc., of
Fresno, in the amount of $374,800, authorizing City Manager to execute change orders in an amount not
to exceed $37,480, and appropriating funds in the amount of $268,000.
APPROVED: Andrew Keys for
Stephen Schwabauer, City Manager
lV.vdilv02\pubwks$1vVP\PROJECTS\WATER12020 Well Rehabiliation ProjvGACAward.doc 12/22/2020
Adopt Resolution Awarding Contract for Water Well Rehabilitation Project to Tim Industries, Inc., of Fresno ($374,900), Authorizing City Manager to Execute Change
Orders ($37,460), and Appropriating Funds ($266,600)
January 6, 2021
Page 2
FISCAL IMPACT: This project will reduce the long-term maintenance costs of the water well
and enhance water system production capacity. This project will not impact
the General Fund.
FUNDING AVAILABLE: Fiscal Year 2020/21 Budget:
Water Capital Funds (56199000.77020) $166,000
Requested Appropriation:
Water Capital Funds (56199000.77020) $156,800
Wastewater Capital (53199000.77020) $112,000
Total: $434,800
Andrew Keys
Andrew Keys
Deputy City Manager/Intemal Services Director
J
QZXD
Charles E. Swimley, Jr,
Public Works Director
Prepared by Alicia Bernardino, Assistant Engineer
CES/AB/tc
Attachments
cc Utilities Manager
Public Works Management Analyst
Construction Manager
\\cvcfllvO21pubwks$%WP\PROJECTS%WATER%2020 Well Rehabiliation ProjecACAward.doc 12/2212020
2020 WATER WELL REHABILITATION PROJECT
VARIOUS LOCATIONS
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 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
Certifications and Forms
General Provisions
Federal Requirements
Special Provisions
Bid Proposal
Contract
Contract Bonds
Federal Minimum Wage Rates
Plans
Addenda
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 1 - 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 li - 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.
CONTRACT 4.1
12/02/20
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.
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:
The work consists of performing video inspection of the three water wells, cleaning the
well casings with mechanic and chemical methods, rehabilitating the wells to restore
capacity, furnish and install deep well turbine pump equipment at each well, and other
incidental and related work at the various locations, all as described in specifications for
the above project.
For additional bid item descriptions refer to Section 6-07 "Description of Bid Items".
CONTRACT ITEMS
Item
Description
Mobilization/Demobilization
Qty
1
Unit
Unit Cost
Total
1
LS
$97,700
$97,700
2a
Rehabilitate Well 11R
1
LS
$32,300
$32,300
2b
Rehabilitate Well 22
Rehabilitate Mosquito Well
1
1
1
1
LS
LF
LS
LS
$30,100
$22,000
$30,100
$22,000
2c
3a
Video Inspection of Well 11R
$3,500
$3,500
3b
Video Inspection of Well 22
$3,500
$3,500
$3,500
3c
Video Inspection of Mosquito
1
LS
$3,500
Well
1
$20,100
$20,100
4a
Development of Well 11R
LF
4b
Development of Well 22
1
1
$20,100
LF
LF
$_20,100
$19,100
$350
4c
Development of Mosquito Well
Additional Development of Well
$19,100
5a
8
HR
$2,800
11R
Additional Development of Well
8
$350
5b
HR
$2,800
22
Additional Development of
8
$350
$2,800
5c
HR
Mosquito Well
6a
Furnish and Install Pump for
1
LS
$18,600
$18,600
Well 11R
Furnish and Install Pump for
$21,000
6b
1
ILS�
$21,000
Well 22
6c
Furnish and Install Pump for
1
LS
$13,000
$13,000
Mosquito Well
CONTRACT 4,2 12/02/20
7a
Rebuild Discharge Head on Well
1
LS$2
,500
$2,500
11R
7b
Rebuild Discharge Head on Well
1
LS$2
$2,500
22
,500
Rebuild Discharge Head on
7c
Mosquito Well
1
LS
$2,500
$2,500
8a
Furnish and Install 10 -inch Pump
130
FT
$140
$18,200
Column and Shaft for Well 11R
8b
Furnish and Install 10 -inch Pump
160
FT
$140
$22,400
Column and Shaft for Well 22
Furnish and Install 8 -inch Pump
8c
Column and Shaft for Mosquito
80
FT
$90
$7,200
Well
Replace Pump Strainer at Well
1
LS
9a
$800
$800
9b
Replace Pump Strainer at Well
1
LS
$800
$800
22
Replace Pump Strainer at
1
LS
$800
$800
9c
Mosquito Well
10
2 -Year Maintenance Bond
1
LS
$4,200
$4,200
TOTAL $ 374,800
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, or as agreed-upon by the City and the
Contractor in writing has executed the contract and to diligently prosecute to completion
within 120 CALENDAR DAYS. The calendar day count may pause or delay while
equipment is being ordered. Additionally, the resurfacing and striping may be delayed
should the weather necessitate.
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)].
CONTRACT 4.3 12/02/20
• 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.
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
Title
By
STEPHEN SCHWABAUER
City Manager
Date:
Attest:
JENNIFER CUSMIR
City Clerk
(CORPORATE SEAL) Approved As To Form:
JANICE D. MAGDICH jdm
City Attorney
CONTRACT 4.4
12102,120
Capital Improvement Program - Maintenance
Maintenance Project Title:
Well No. 22 Rehabilitation Proje
Munis Project Code: PWWA-0044
#72
Section I
Description Project Length 09/19 to 11/19 Priority
Normal
This project provides funding to rehabilitate the City's municipal Well No. 22 located at 2040 South Cherokee Lane. This rehabilitation will include video footage of well casing,
mechanical or chemical cleaning of the casing, diagnoses and potential replacement of well pump.
Justification/factor driving project
This project is needed due to the service life of this well site and the critical nature of this facility. Well maintenance and pump assessment is essential to maximize efficiency, and
minimize energy costs through optimal well performance.
Additional Information
In FY 20/21 Well 11 R and the Mosquito Pond at the White Slough Water Pollution Control Facility were added to this project.
Section II
Estimated Project Costs
Expenditure Prior Years
FY 19120 FY 20121 FY 21122 FY 22123 FY 23124 FY 24125 Future Yrs
Estimate Budget
L
Total
Contracts $
$ 166,000 $ 253,800
$
419,800
Internal Staff
$ 15,000
$
15,000
Total Capital Costs $ -
$ 166,000 $ 268,800 $ - $ - $ - $ - $ -
$
434,800
Section III
Funding Sources/Methods of Financing
Funding Source(s) Prior Years
FY 19120 FY 20121 FY 21122 FY 22123 FY 23124 FY 24125 Future Yrs
Total
561 - Water Capital Outlay $
Budget
$ 166,000 $ 156,800
$
322,800
531 - Wastewater Capital Outlay
$ 112,000
$
112,000
Total Project Financing $ -
$ 166,000 $ 268,800 $ - $ - $ - $ - $ -
$
434,800
Section IV
Operating Budget Impact
Operating Cost or Prior Years
FY 19120 FY 20121
FY 21122
FY 22123
FY 23124 FY 24125 Future Yrs
Total
(savings)
Budget
Personnel $ -
$
-
Other Operating Costs $ -
$
-
Total Operating Impact $ -
$ - $ -
$ -
$ -
$ - $ - $ -
$
-
RESOLUTION NO. 2021-03
A RESOLUTION OF THE LODI CITY COUNCIL AWARDING THE
CONTRACT FOR THE WATER WELL REHABILITATION PROJECT
TO ZIM INDUSTRIES, INC., OF FRESNO; AUTHORIZING THE
CITY MANAGER TO EXECUTE CHANGE ORDERS; AND
FURTHER APPROPRIATING FUNDS
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 November 25, 2020, at
11:00 a.m., for the Water Well Rehabilitation Project, described in the plans and specifications
therefore approved by the City Council on October 21 2020; and
WHEREAS, said bids have been checked and tabulated and a report thereof filed with the
City Manager as follows:
Bidder
Location Bid
Engineer's
Estimate
Zim Industries
Fresno
Howk Systems
Modesto
Eaton Pumps Sales & Service
Woodland
Nor -Cal Pump & Well Drilling
Yuba City
Diede Construction
Woodbridge
Above/(Below)
$374,800.00
($
34,800.00)
$398,475.20
($
11,214.00)
$402,492.00
($
7,108.00)
$496,519.00
$
86, 919.00
$591,202.00
$181,602.00
WHEREAS, staff recommends awarding the contract for the Water Well Rehabilitation
Project to Zim Industries, Inc., of Fresno, in the amount of $374,800; and
WHEREAS, staff also recommends that the City Council authorize the City Manager to
execute change orders in an amount not to exceed $37,480; and
WHEREAS, staff recommends that the City Council appropriate funds in the amount of
$156,800, from the fund balance of Water Capital Funds (56199000.77020) for Fiscal Year
2020/21 and $112,000, from the fund balance of Wastewater Capital Funds (53199000.77020) for
Fiscal Year 2020/21.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby award the
contract for the Water Well Rehabilitation Project to the low bidder, Zim Industries, Inc., of Fresno,
California, in the amount of $374,800; and
BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize the
City Manager to execute change orders in an amount not to exceed $37,480; and
BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize an
appropriation for the Water Well Rehabilitation Project, in the amount of $268,800, as set forth
above; and
BE IT FURTHER RESOLVED, pursuant to Section 6.3q of the City Council Protocol Manual
(adopted 11/6/19, Resolution No. 2019-223), the City Attorney is hereby authorized to make minor
revisions to the above -referenced document(s) that do not alter the compensation or term, and to
make clerical corrections as necessary.
Dated: January 6, 2021
hereby certify that Resolution No. 2021-03 was passed and adopted by the City Council
of the City of Lodi in a regular meeting held January 6, 2021 by the following vote:
AYES: COUNCIL MEMBERS — Chandler, Kuehne, Khan, Hothi, and
Mayor Nakanishi
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS — None
J NNIFER C SMI
City Clerk
2021-03