Loading...
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