Loading...
HomeMy WebLinkAboutAgenda Report - August 3, 2022 C-06CITY OF 44 C f, Z� CALIFORNIA COUNCIL COMMUNICATION AGENDA ITEM cqa 6 AGENDA TITLE: Adopt Resolution Awarding Contract for Wastewater Main Rehabilitation Program (Project No. 9) to Insituform Technologies, LLC, of Chesterfield, Missouri, ($1,656,535), Authorizing City Manager to Execute Change Orders ($343,465), Authorizing City Manager to Execute Related Documents MEETING DATE: PREPARED BY August 3, 2022 Public Works Director RECOMMENDED ACTION: Adopt resolution awarding contract for Wastewater Main Rehabilitation Program (Project No. 9) to Insituform Technologies, LLC, of Chesterfield, Missouri, in the amount of $1,656,535, authorizing City Manager to execute change orders in an amount not to exceed $343,465, authorizing City Manager to execute related documents BACKGROUND INFORMATION The Wastewater Main Rehabilitation Program is intended to systematically replace and repair existing wastewater infrastructure that has reached its useful life. This is the ninth project scheduled in this program. In 2016, the City hired a consultant to perform a wastewater pipeline condition assessment. The assessment included the inspection of the City's larger wastewater pipelines and identified pipe segments in need of repair due to deteriorating pipe conditions. Staff uses the condition assessment results to prioritize rehabilitation of wastewater pipelines. Project No. 9 focuses on the 24 -inch and 30 -inch diameter wastewater trunk lines running south from Ham Lane and Park Street, continuing along the east side of the WID Canal, ending at Century Boulevard (Exhibit A). Once completed, the project will improve the level of service associated with the wastewater system by increasing reliability, reducing risk of pipeline failures, and decreasing maintenance costs. As with previous phases of the project, staff is again recommending the use of trenchless methods of rehabilitation to minimize both surface disruption and costs. This phase includes in-place (trenchless) rehabilitation of approximately 3,100 linear feet of 24 -inch and 30 -inch diameter wastewater main, and the rehabilitation of approximately 16 manholes. While most of the pipelines within this phase are located in City right-of-way, the project includes a pipeline crossing at the Caltrans's right-of-way (at Highway 12), and the need for acquiring temporary construction easements from Woodbridge Irrigation District to facilitate work adjacent to their canal from the Municipal Service Center to Century Blvd. Both the crossing and the temporary construction easements require agency agreements. Staff recommends Council authorize the City Manager to execute all required agreements related to this project to maintain project schedule. APPROVED. Steve Schwabauer Stephen Schwabauer, City Manager \\CVCFI LV02\P u bWks$\WP\PROJECTS\SEWER\W astewaterRehabProject9\CAwa rd.docx 7/20/2022 Adopt Resolution Awarding Contract for Wastewater Main Rehabilitation Program (Project No. 9) to Insituform Technologies, LLC, of Chesterfield, Missouri, ($1,656,535), Authorizing City Manager to Execute Change Orders ($343,465), Authorizing City Manager to Execute Related Documents August 3, 2022 Page 2 The plans and specifications for this project were approved on April 6, 2022. The City received the following four bids for this project on July 6, 2022: Staff recommends awarding contract for Wastewater Main Rehabilitation Program (Project No. 9) to Insituform Technologies, LLC, of Chesterfield, Missouri, in the amount of $1,656,535, authorizing City Manager to execute change orders in an amount not to exceed $343,465, authorizing City Manager to execute related documents. FISCAL IMPACT: Completing this project will reduce future maintenance costs and increase the performance and reliability of the wastewater system. This project will not impact the General Fund. FUNDING AVAILABLE: Budgeted in Fiscal Year 2022/23: Wastewater Capital (53199000.77020) $2,000,000 Andrew Keys Andrew Keys Deputy City Manager/Internal Services Director CLO��-o Charles E. Swimley, Jr. Public Works Director Prepared by Jimi Billigmeier, Associate Civil Engineer CES/JB/cd Attachments cc: Andrew Richle, Utilities Superintendent Travis Kahrs, Water Plant Superintendent Above/(Below) Bidder Location Base Bid Engineer's Estimate Engineer's Estimate $2,382,961 Insituform Technologies, LLC Chesterfield, MO $1,656,535.00 ($726,426.00) NorCal Pipeline Services Roseville $1,703,474.00 ($679,487.00) Michels Corporation Salem, OR $2,193,314.00 ($189,647.00) SAK Construction, LLC O'Fallon, MO $2,317,566.00 ($65,395.00) Staff recommends awarding contract for Wastewater Main Rehabilitation Program (Project No. 9) to Insituform Technologies, LLC, of Chesterfield, Missouri, in the amount of $1,656,535, authorizing City Manager to execute change orders in an amount not to exceed $343,465, authorizing City Manager to execute related documents. FISCAL IMPACT: Completing this project will reduce future maintenance costs and increase the performance and reliability of the wastewater system. This project will not impact the General Fund. FUNDING AVAILABLE: Budgeted in Fiscal Year 2022/23: Wastewater Capital (53199000.77020) $2,000,000 Andrew Keys Andrew Keys Deputy City Manager/Internal Services Director CLO��-o Charles E. Swimley, Jr. Public Works Director Prepared by Jimi Billigmeier, Associate Civil Engineer CES/JB/cd Attachments cc: Andrew Richle, Utilities Superintendent Travis Kahrs, Water Plant Superintendent Wastewater Main Rehabilitation Program - Project No. 9 Exhibit A - Location Map Legend Pipe To Be Rehabilitated LJ F7 N W- E S 500 1,000 2,000 Feet WASTEWATER MAIN REHABILITATION PROGRAM PROJECT NO. 9 CONTRACT CITY OF LODI, CALIFORNIA THIS CONTRACT made by and between the CITY OF LODI, State of California, herein referred to as the "City," INSITUFORM TECHNOLOGIES, LLC, a Delaware limited liability company, qualified to do business in California, 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 2018 Edition, Standard Specifications, State of California, Business and Transportation Agency, Department of Transportation City of Lodi Construction Specifications 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 11 - 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. 4.1 07/07/22 \\rvrfi1vf)'2\ni ihwksR\WP\PRC).IFC.TR\.SFWFR\WastPwatarRahahPrniart9\rONTRArT Mr. ARTICLE I II - 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: Perform the work necessary to provide trenchless rehabilitation of approximately 4,400 linear feet of existing 24 -inch and 30 -inch diameter wastewater trunk lines, rehabilitation of 15 wastewater manholes and all necessary work to facilitate rehabilitation including provision of a bypass pumping system, and other incidental and related work, all as shown on the plans and specifications for the above project. For additional bid item descriptions refer to Section 6-07 "Description of Bid Items". CONTRACT ITEMS Item No. Item Description Unit Qty Unit Price 1 Rehabilitate 24" Wastewater Pipe LF 1,291 $ 230.00 2 Rehabilitate 30" Wastewater Pipe LF 3,062 $ 332.00 3 Clean and Inspect Gravity Utility Pipe LF 473 $ 1.00 4 Protrusion Cutting EA 66 $ 203.00 5 Internal Lateral Reinstatement EA 1 $ 350.00 6 External Lateral Reinstatement (Open Cut) EA 1 $ 19,800.00 7 Point Repair (Open Cut) EA 1 $ 32,000.00 8 Standard Manhole Rehabilitation EA 14 $ 8,000.00 9 Drop Manhole Rehabilitation EA 2 $ 17,000.00 10 Install 48" Bypass Manhole (Allowance) EA 3 $ 25,000.00 11 Storm Drain Improvements LS 1 $ 56,000.00 TOTAL s 1, 656, 535.00 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 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. 4.2 07/07/22 \\rvr:filv02\niihwk,$\WP\PRO.IF(:TS\RFWFR\WactawatarRPhahPrniart9\C:ONTRA(:T Mr. Total $ 296,930.00 $1,016,584.00 $ 473.00 $ 13,398.00 $ 350.00 $ 19,800.00 $ 32,000.00 $ 112,000.00 $ 34,000.00 $ 75,000.00 $ 56,000.00 TOTAL s 1, 656, 535.00 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 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. 4.2 07/07/22 \\rvr:filv02\niihwk,$\WP\PRO.IF(:TS\RFWFR\WactawatarRPhahPrniart9\C:ONTRA(:T Mr. 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 100 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. 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. 4.3 07/07/22 \\rvrfilvO'2\niihwkcR\WP\PRC).IFC.TS\SFWFR\Wac;tawatarRahahPrniPr..tA\rC)NTRAC:T Mr. 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 0 Title By: STEPHEN SCHWABAUER City Manager Date: Attest: OLIVIA NASHED Assistant City Clerk (CORPORATE SEAL) Approved As To Form- JANICE D. MAGDICH City Attorney 4.4 \\r.vrfilv07\niihwkcP\WP\PRO.IF(:TS\SFWFR\WastawatPrRahahPrniPrt9\C'ONTRAr.T Mr. 07/07/22 RESOLUTION NO. 2022-190 A RESOLUTION OF THE LODI CITY COUNCIL AWARDING THE CONTRACT FOR WASTEWATER MAIN REHABILITATION PROGRAM (PROJECT NO. 9) TO INSITUFORM TECHNOLOGIES, LLC, OF CHESTERFIELD, MISSOURI; AUTHORIZING THE CITY MANAGER TO EXECUTE CHANGE ORDERS; AND AUTHORIZING THE CITY MANAGER TO EXECUTE RELATED DOCUMENTS WHEREAS, the Wastewater Main Rehabilitation Program is intended to systematically replace and repair existing wastewater infrastructure that has reached its useful life; and WHEREAS, the plans and specifications for this project were approved on April 6, 2022, and the City received the following four bids on July 6, 2022: Above/(Below) Bidder Location Bid Engineer's Estimate Insituform Technologies, LLC Chesterfield, MO $1,656,535 ($726,426) NorCal Pipeline Services Roseville $1,703,474 ($679,487) Michels Corporation Salem, OR $2,193,314 ($189,647) SAK Construction, LLC O'Fallon, MO $2,317,566 ($65,395) WHEREAS, staff recommends awarding the contract for Wastewater Main Rehabilitation Program (Project No. 9) to Insituform Technologies, LLC, of Chesterfield, Missouri, in the amount of $1,656,535; and WHEREAS, staff further recommends authorizing the City Manager to execute change orders in an amount not to exceed $343,465 and other related documents. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby award the contract for Wastewater Main Rehabilitation Program (Project No. 9) to Insituform Technologies, LLC, of Chesterfield, Missouri, in the amount of $1,656,535; and BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize the City Manager to execute the contract and change orders in an amount not to exceed $343,465; and BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize the City Manager to execute related documents; 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: August 3, 2022 ------------------------------------------------------------------------ ------------------------------------------------------------------------ I hereby certify that Resolution No. 2022-190 was passed and adopted by the City Council of the City of Lodi in a regular meeting held August 3, 2022 by the following votes: AYES: NOES: ABSENT: ABSTAIN: COUNCIL MEMBERS — Hothi, Khan, Kuehne, Nakanishi, and Mayor Chandler COUNCIL MEMBERS — None COUNCIL MEMBERS — None COUNCIL MEMBERS — None 2022-190 DA�X��� OLIVIA NASHED City Clerk