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