HomeMy WebLinkAboutAgenda Report - April 27, 2004 C-02 SMAGENDA ITEM C --
s CITY OF LODI
,. COUNCIL COMMUNICATION
TM
AGENDA TITLE: Adopt Resolution Awarding the Construction, Testing and Inspection, and
Construction Administration Contracts for White Slough Water Pollution Control
Faciiity Year 2004 Improvements and Appropriate Funds ($10,10$,000)
MEETING DATE: April 27, 2004
PREPARED BY: Public Works Director
RECOMMENDED ACTION: That the City Council adopt a resolution awarding the construction contract
for the above project to Kirkwood-Bly, Inc., of Santa Rosa; the testing and
inspection contract to Krazan & Associates of Modesto; and authorize
City Manager to contract with West Yost & Associates for construction
administration services (see attached Task Order No. 14).
BACKGROUND INFORMATION: This project consists of the installation of prepurchased equipment;
construction of electrical control and chemical buildings; and associated
electrical, mechanical, utility, site preparation and demolition as required
at the White Slough Water Pollution Control Facility. This project is part
of the "Phase 2" improvements at White Slough that have been presented to the Council at previous meetings.
Plans and specifications for this project were approved on March 3, 2004. The bid opening for the
construction contract was April 15, 2004, and three bids were received. Note that the apparent low bidder has
requested that his bid be withdrawn due to a mathematical error. Seven proposals were received on
April 9, 2004, for the testing and inspection contract. Summaries are attached.
The total project estimate for this element of Phase 2 is $15 million, which includes the design, prepurchased
equipment, construction administration services, construction contract, testing and inspection contract,
construction trailer purchase, construction contingencies and other project -associated expenses. However,
some of these expenses have already been aperoved and anaronriated. Thus. the appropriation requested
for this portion of the project is $10,108,000.
FUNDING: This project will be funded by the Wastewater Fund with the 2004 Certificates of Participation.
. �'
Vicky M thie, f=inance Dire for
Richard C. Prima, Jr.
Public Works Director
Prepared by Gary Wiman, Construction Project Manager
RCP/GW/pmf
Attachments
cc: Joel Harris, Purchasing Officer
Gary Wiman, Construction Project Manager
Shawn Baker — Krazan & Associates
APPROVED:
CAward.doc
Del Kerlin, Assistant Wastewater Treatment Superintendent
Bruce West — West Yost & Associates
H. Dixon'Flynn, City Manager
4/20!2004
April 19, 2004
Mr, Richard Prima
Director of Public Works
City of Lodi
Department of Public Works
PO Box 3006
Lodi CA 95241-19:10
SUBJECT: Task Order No. 14: Proposal to Provide Design Engineering Services During
Construction—White Slough Water Pollution Control Facility Year 2004 Improvements
Dear Richard:
This is a revised proposal to provide design -engineering services during the construction of Year
2004 1lnproven-ients to the Cite of Lodi's (City) White Slough Water Pollution Control Facility
(White Slough WPCF). These services are a continuation of services currently being performed
by West Yost & Associates (WYA).
This proposal has been revised to reflect the comments we received during our meeting yesterday. We
will submit a separate task order proposal for standby generator design services. In addition, we will
proceed to better define SCADA options so that we may reach agreement regarding the scope of this
assignment, thereby allowing this work to be performed under a future task order.
Sincerely,
WEST YOST & ASSOCIATES
Bruce G. West
Principal
BGW:md
attachment.
cc: Gary Wiman wlattachtment
Del Kerlin wlattachment
1260 Lake Boulevard, Suite 240 Davis, California 95616 Phone 530 756-5965 Fax 530 756-5991 email: mail@westyost.com
W
sk
Ar ML91.111:14
rdl-fivArol-alwo- .I
�Miii"Ajj,jyw
, I , M... irl xy
Mljjkjr
WYA—April 19, 2004 City o(Lodi White Slough
Task Order No. 14 Year 2004 Engincerhig Services During Construction
bd/propilp/lodi
BACKGROUND
The Year 2004 City of Lodi Water Pollution Control Facility Year 2004 Improvements Project
includes installation of new aeration panels and aeration piping medications to existing aeration
basins and installation of launder covers secondary clarifiers, a new filter pump station,
installation of a. City furnished effluent filtration system, installation of City furnished UV
disinfection facilities, two new appurtenant buildings, digester cleaning, associated electrical and
instrumentation irnprovern.ents, and related work.
It is anticipated that the construction of these improvements will begin in May 2004 and will be
completed in February 2005. West Yost & Associates proposes to provide the following
engineering services during the construction of this project.
1.4.1 PRE -CONSTRUCTION CONFERENCE
Key design personnel will attend the pre -construction. conference. We have assurned that the pre -
construction conference will take one-half day.
1.4.2 SUBMITTAL REVIEW
WYA and design subconsultants will review submittals for compliance with the design concepts
and specifications, certificates, samples, tests, methods, schedules, and manufacturer's installation
and other instructions required to be submitted by the Contract Documents.
WYA will retain three copies of all submittals, and will review and return one copy with
comments to the City's Construction Manager within 12 working days after receipt of submittal.
(The Contract Documents indicate that submittals will generally be returned to the Contractor
within 1.5 working days of receipt of the submittals. WYA intends to return submittals to the
Construction Manager within 12 working days to provide time for transmission between the
Contractor and Construction Manger.) If for any reason WYA cannot perforin submittal review
within 12 working clays, WYA will notify the City and provide an explanation for the additional
time required. Review of submittals regarding methods of work. or information regarding
materials or equipment the Contractor proposes to provide, will not relieve the Contractor of
responsibility for errors in submittals.
14.3 INTERPRETATION AND CLARIFICATION OF CONTRACT DOCUMENTS
WYA and design subconsultants will prepare written interpretation and clarifications of the;
Contract Documents in response to written requests from the Contractor. WYA will respond ill
writing within 14 calendar days following receipt of a written request. if for any reason WYA
cannot perform submittal review within 1.4 calendar days, WYA will notify the City and provide
an explanation for the additional time required. It is understood that certain Requests For
Information (RFPs) may require a very rapid response, owing to construction emergencies or
potential delays to the Contractor. In these cases, R.FI's may be handled orally, but will be
followed with a written RFI, and WYA will respond in writing thereto.
WYA-Alvil 19. 2004 City of Lodi — White slough
Task Order No. 14 Ycar 2004 Fligincering Serviccs During, Construction
hcllpropllpliodi
14.4 CHANGE ORDER SUPPORT
We anticipate that there could be changes to the project. Some typical examples are. differences
in conditions, Contractor sug;estions approved by the City/engineer, additions to the work,
changes in methods of construction. omissions, and Contract Document convicts. As requested
by the ConstrUCtion Manager. WYA and our design subconsultants will issue design engineer -
initiated clarifications (DEIC's), prepare new or amend contract documents, and provide G'O cost
estimate input.
1.4.5 WEEKLY PROGRESS AND RELATED MEETINGS
A WYA representative will attend weekly progress meetings with City staff, the Construction
Manager, and Contractor's representatives. Design sub -consultant representative(s) will also
attend on an as -needed basis. In addition, at the Construction Manager's request WYA and sub -
consultant representatives will visit the project site to provide advice and assistance, or to answer
any questions that may arise concerning design intent.
14.6 ASSIST THE CITY DURING START-UP AND TESTING
WYA and our sub -consultants will provide assistance during the startup and testing of new
facilities. This assistance is intended to confirm that instrumentation controls and alarms operate
as intended.
14.7 FILIAL INSPECTION AND RECOMMENDATIONS
Key WYA and sub -consultant staff members will perform a final inspection and. will identify
final punch list items to the Con structiort.Manager.
14.8 PREPARE RECORD DRAWINGS
The City is considering preparing record drawings for the entire treatment plant in the near future.
Therefore record drawings for year 2004 improvements will not be prepared raider this task order.
14.9 PROJECT MANAGEMENT ANIS COORDINATION OF DESIGN TEAM
WYA Project Manager will monitor progress, process billings, respond to information needs, and
will work to keep the City informed. Other project rnan.ageraent tasks include quality control and
coordination of staff. 'rhe project budget will be monitored on a weekly basis as well.
ESTIMATED COST
The estimated cost to complete the scope of work described above is summarized in Table 1.
WYAApril 19, 2004 City of Lodi - Wbite Slough
Tusk Order No. 14 Yemr 2004 Ei)-Vicering services Miring Construction
hd/propf1p/Wi
Table 1. Estimated Services During Construction Costs
Item of. Work
Fstimated Cost, dollars
14.1 Pre -Construction Conferme
1,600
14.2 Submittal Review _
99,700
14.3 Interpretation &: Clarification Of Contract Documents
50,200
14.4 Change Order Support
70,300
14.5 Weekly Progress And Belated Meetings
74,800
14.6 Assist The City During Start -Up And Testing
53,200
14.7 Final Inspection And Recommendations
17,600
14.8 Prepare Record Drawings
0
14.9 Project Management Of Design Team
34, t 00
Total
401,500
Our proposed fee for these services is $401,500. As you are aware, our level of effort will depend
on the contractor's performance and the level of support required by City staffo.n this project. We
will perform all work on an hourly basis and will not exceed a maximutn Filling of $401,500 for
these services without written authorization.
WYA--April 19, 2004 City of Codi-- Write Slough
Task order No. 14 Year 2004 Engineering Services ourh)g Construction
bc}iprol�ll j3/Iod3
Whig Slough WPCF Year 2004 Improvements Project
Bid Opening April 15, 2004
2:00 p.m.
Bid Results
The following 3 bids were received:
* Pacific Mechanical Corporation has requested to withdraw their laid due to a mathematical error.
WS WPCF Year 2004 Improvements Bid Results.xls
Sheeting shoring
and bracing
All other work
Total Bid
*pacific Mechanical Corp
Concord
$50,000.00
$5,749,000.00
$5,799,000.00
Kirkwood-Bly, Inc.
Santa Rosa
$16,000.00
$7,468,500.00
$7,484,600.00
C.W. Roen Construction
Danville
$25,000.0o
$8,303,000.00
$8,328,000.00
* Pacific Mechanical Corporation has requested to withdraw their laid due to a mathematical error.
WS WPCF Year 2004 Improvements Bid Results.xls
City of Lodi
White Slough WPCF Year 2004 Improvements
Construction Testing and Inspection RPP Results
The following 7 firms submitted proposals for the move noted project Testing & Inspection
Services:
NAME
PROPOSAL AMOUNT
KRAZAN & ASSOCIATES INC - W
448 MITCHELL ROAD, SUITE C
MODESTO, CA 95354
$156,160.00
-
CONSTRUCTION TESTING & ENGINEERING INC
242 W LARCH RD., SUITE. F
TRACY, CA 95376
$158,8901.00
SIGNET TESTING LABS INC
1417 N MARKET ST., SUITE. 1
SACRAMENTO, CA 95884
$175,175.001
mm
MATRISCOPE INC
3102 INDUSTRIAL BLVD.
WEST SACRAMENTO, CA 95691
$175,275.001
NEIL O. ANDERSON & ASSOCIATES
902 INDUSTRIAL WAY
LODI, CA 95.24_03
$184,960.00
KLEINFELDER -
2825 E. MYRTLE ST.
f
aTOCKTON, CA 95205
$198,350.00 mm
`IOUNGDAHL & ASSOCIATES INC
1234 GLENHAVEN CT,
EL DORADO HILLS, CA 95762 �
$267,718.00
4/16/2004
WHEREAS, this project consists of the installation of pre -purchased equipment;
construction of electrical control and chemical buildings; and associated electrical, mechanical,
utility, site preparation, and demolition as required at the White Slough Water Pollution Control
Facility (part of "Phase 2" Improvements); and
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 April 15, 2004, at 11.00 a.m.
for the Construction Contract described in the specifications therefore approved by the City
Council on March 3, 2004; and
WHEREAS, three bids were received with the apparent low bidder withdrawing his bid
due to a mathematical error; and
WHEREAS, seven proposals were received on April 9, 2004, for the testing and
inspection contract; and
WHEREAS, the total project estimate for this element of Phase 2 is $15 million, which
includes the design, pre -purchased equipment, construction administration services,
construction contract, testing and inspection contract, construction trailer purchase,
construction contingencies, and other project -associated expenses. However, some of these
expenses have already been approved and appropriated, thus, the appropriation for this portion
of the project is $10,108,000 and includes 2% of the construction contract ($149,692) for the
Public Art Fund; and
WHEREAS, Public Works staff recommends that this amount be held until the Phase 3
project is further developed, and suggest that the wastewater treatment plant facility itself may
not be the best location for a significant public art element, and that staff work with the Art
Advisory Board as the Phase 3 project is further defined; and
WHEREAS, said bids have been compared, checked, and tabulated and a report
thereof filed with the City Manager as attached marked Exhibit A.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council hereby awards the
construction contract for the above project to Kirkwood-Bly, Inc., of Santa Rosa; the testing and
inspection contract to Krazen & Associates, of Modesto, CA, and further authorizes the City
Manager to contract with West Yost & Associates for construction administration services (see
attached Task Order No. 14); and
BE IT FURTHER RESOLVED that funds in the amount of $10,108,000 be appropriated
for this project from the Wastewater Fund with the 2004 Certificates of Participation.
Dated: April 27, 2004
I hereby certify that Resolution No. 2004-79 was passed and adopted by the City
Council of the City of Lodi in a special meeting held April 27, 2004, by the following vete:
AYES: COUNCIL MEMBERS — Beckman, Hitchcock, Howard, Lard, and
Mayor Hansen
NOES: COUNCIL MEMBERS — None
SU S1N ,J. l3LA KST®N
City Clerk
EEX H -IBT A
City of Lodi
it Slough WPC F Year 2004 Improvements
Construction Testing and Inspection RFP Results
The following 7 firms submitted proposals for the above noted project Testing & InspectiDn
Services:
NAME
PI OPO -AMOUNT
I�RAZAN & �ASSOCIATES INC _'_
- 1
448 MITCHELL ROAD, SUITE C
MODESTO, CA- 95354
�TEST�ING
$156,160.00
CONSTRUCTFC,' f4 & �ENG�INEERING �INC
242 W LARCH RD., SUITE, F
TRACY CA 95376
$158,890.00
Slbik�iiS��Ad�LABS �INC����
1417 N MARKET ST., SUITE. I
SACRAME NTQ CA 95834
$175,176.00
MATRISCOPE).NC
3102 INDUSTR:IAL BLVD.
1 ST SACRAMENTO CA 96691
$175,275.00
NEIL 0. ANDERSON &ASSOCIATES
902 INDUSTRIAL WAY
LODI, 95
$184,960x00
KL�INFCA ELDER240
2825 E. MYRTLE ST.
STOCKTON, CA 96206
$198,350.00
I NGDAHL &'AS..S.00fATES INC
1234 GLENHAVEN CT.
EL DORADO tj!L�S, CA 95762
$267,718.00
4116/2004
PROPOSAL TO PROVIDE
ENGINEERING SERVICES DUR)ING CONSTRUCTION
YEAR 2004 IMPROVEMENTS
WYA—April 19,2004 City oFIA)di — Wom Slough
Task Order No. 14 Year 2004 &ginceriagkrvjo= 1)uhng Constmolion
bdiprop�ip/lodi
1241111' iii 11, iiiriiiliii
BACKGROUND
The Year 2004 City of Lodi Water Pollution Control Facility Year 2004 Improvements project
includes installation of new aeration panels and aeration piping medications to existing aeration
basins and installation of launder covers secondary clarifiers, a new filter pump station,
installation of a. City furnished effluent filtration system, installation of City ft rn.isbed lJV
disinfection facilities, two new appurtenant buildings, digester cleaning, associated electrical and
instrumentation improvements, and related work.
ft is anticipated that the construction of these improve is will begin in May 2004 and will be
completed in February 2005. West Yost & Associates proposes to provide the following
engineering services during the constructiQn of this project.
1.4,1 PRE -CONSTRUCTION CONFERENCE
Key design personnel will attend the pre -construction conference. We have assn ned that the pre -
construction conference will take one-half day.
14.2 SUBMITTAL REVIEW
WYA and design subconsultants will review submittals for compliance with the design concepts
and specifications, mr.ttifacates, samples, tests, methods, schedules, and manufacturer's installation
and other instructions required to be submitted by the Contract Documents.
WYA will retain three copies of all submittals, and will review and return one copy with
continents to the City's Construction Manager within 12 working days after receipt of submittal.
(The Contract Documents indicate that submittals will generally be returned to the Contractor
within 1.5 working days of receipt of the submittals. WYA intends to return submittals to the
Construction Manager within 12 working days to provide time for transmission between the
Contractor and Construction Manger.) If for any reason WYA cannot perform submittal review
within 12 working days, WYA will. notify the City and provide an explanation for the additional
tirne required. Review of submittals regarding; methods of work, or information regarding
materials or equipment the Contractor proposes to provide, will not relieve the Contractor of
responsibility for errors in submittals.
14.3 INTERPRETATION AND Cli.,ARMCATI ON OF CONTRACT DOCUMENTS
WYA, and design subwn5uitants will prepare written iiiterpretation alid clarifications of the
Contract Docurnents in response to written requests from the Contractor, WYA will respond in
writing within 14 calendar days following receipt of a written request. if for any reason WYA
cannot perform submittal review within 14 calendar days, WYA will notify the City and provide
an Explanation for the additional tirne required. It is understood that certain Requests For
Information (IC)7I's) may require a very rapid response, owing to construction einergencies or
potential delays to the Contractor. In these cases, RFI's may be Nuidled orally, teat will be
follovv�d with a written RI 1, and WYA will respond in writing thereto.
WYA---April 19,2C94 294 City of Lodi -- whjtt� Slough
Tisk Order No, 14 Year 2004 1'ngineering Services Dorinr Cmstrt Won
lid/prolyll rlkod i
14.4 cHA GE ORDER SUPPORT
We anticipate that there could be changes to the project. Some typical examples are: differences
in conditions, Contractor suggestions approved by the City/engineer, additions to the work,
changes in methods of construction, omissions, and Contract Documew conflicts. As reclucsted
by the CORSMICtiOn Manager, WYA and our design subconsultants will issue design engineer
initiated clarifications (DEIC's), prepare new or amend contract documents, and provide C/O cast
estimate input.
1.4.5 WEEKLY PROGRESS AND RELATEDMEE77INGS
A WYA represfmWive will attend weekly progress meetings with City staff, the Construction
Manager, and Contractor's representatives. Design sub -consultant representative(s) will also
attend on an as -needed basis. In addition, at the Construction Manager's request WYA and sub -
consultant representatives will visit the project site to provide advice and assistance, or to answer
any questions drat may arise concerning design intent.
14.6 ASSIST THE CITY DURING START-UP AND TESTING
WYA and our stab -consultants will provide assistance during the startup and testing of new
facilities. This assistance is intended to confirm that instrumentation controls and alarms operate
as intended.
14.7 FINAL INSPECTION AND RECOMMENDATIONS
Key WYA and sub -consultant staff mern bets wig l perforl l a kraal inspection and will identify
finial punch list items to the Construction Manager.
14.8 PREPARE RECO DRAWINGS
The City is considering preparing; record drawings for the entire treatment plant in the; near future.
Therefore record drawings for year 2004 improvements will not be prepared tinder this task Order.
14.9 PROJECT MANAGEMENT AND COORDINATION OF DESIGN TEAM.
WYA Project Manager will monitor progress, process billings, respond to information n d5j, and
will work to beep the City informed. Outer project inanagernent tasks include quality control and
coordination of staff. The project budget will be monitored on a weekly basis as well_
ESTIMATED COSI`
The estimated cost to complete the scope of work described above is sunirnarized in Table 1.
WYA---April 19.2004 Cite of L04j -,Wbho SJOLIgh
Task Order No. 14 Year 2004 En ;iarerin6 Seryices Diving Con5l.niction
lidiproplip/lodi
Table 1.. Esti ated Services During Construction Costs
Item of Work
Estimated Cast, dollars
i4.1Pre-Con struciorEoifcten ce
1,600tw4.2m%al
Revi
99,700
14.3 Interpretation & Cla. ifieation Of Contract Documents
50,200
14.4 Change Order Support
70,300
34.5 Weekly .Progress And Delated Meetings
74,800
14,6 Assist The City During Start -alp And Testing
53,200
14.7 Final Inspection And Recommendations
17,600
14.8 Prepare, Record Drawings
0
14.9 Pro ect Management Cal' Dcsign 'Teatat
34,100
Total
401,500
Our proposed fee for these services is $401,500, As you are aware, our level of effort will depend
on the c€ ntmotor's performancc and the level of support required by City staff on this project. We
will perforce all work on an hourly basis and will not exceed a maximum billing of $401,500 for -
these services without written authorization.
4b YA--- Afmit i9, 2004 City of Lodi — White Shmgb
T'mik Order No, !4 Year 2004 U.ngimering Services During Coosttriction
bdi'proj /IpJlodi
Whig Slough WPGF Year 2004 Improvements Project
Bid Opening April 15, 2044
2:00 p.m.
Bid Results
The following 3 bids were received:
Pacific Mochanical Corporation has requested to withdraw their bice due to a mathematical error.
WS WPGF Year 2004 improvements Bid Results.xis
Sheeting stoirl
and brach
All other work
Total Bid
Tac tic Meeh n c l Corp
Concord
$60,000.00
$5,749,000.00
$6,799,000.00
ICirkwyood-Bly, lhc.
Santa IRcS,�
$16,000.00
$7,468,600.00
$7,484,600.00
G.W. Raen Con tfuC.tjon
Danville
$25,000-00
$8,303,000.00
$13,328,000.00
Pacific Mochanical Corporation has requested to withdraw their bice due to a mathematical error.
WS WPGF Year 2004 improvements Bid Results.xis
CITY COUNCIL
LARRY D. HANSEN, Mayor
JOHN BECKMAN
Mayor Pro Tempore
SUSAN HITCHCOCK
EMILY HOWARD
KEITH LAND
Krazan & Associates
Shawn Baker
1025 Lone Palm
Modesto, CA 95351
CITY OF LODI
PUBLIC WORKS DEPARTMENT
CITY HALL, 221 WEST PINE STREET
P.Q. BOX 3006
LODI, CALIFORNIA 95241-1910
(209)333-6706
FAX (209) 333-6710
EMAIL pwdept@lodi.gov
http:\\www.lodi.gov
April 26, 2004
(via fax)
West Yost & Associates
Bruce West
1260 Lake Blvd., Ste. 240
Davis, CA 95616
H. OIXON FLYNN
City Manager
SUSAN J. BLACKSTON
City Clerk
D. STEVEN SCHWABAUER
Interim City Attorney
RICHARD C. PRIMA, JR.
Public Works Director
SUBJECT: Adopt Resolution Awarding the Construction, Testing and Inspection, and
Construction Administration Contracts for White Slough Water Pollution
Control Facility Year 2004 Improvements and Appropriate Funds
($10,108,000)
Enclosed is a copy of background information on an item on the City Council special
meeting agenda of Tuesday, April 27, 2004. The meeting will be held at 7 p.m. in the
City Council Chamber, Carnegie Forum, 305 West Pine Street.
This item is on the regular calendar for Council discussion. You are welcome to attend.
If you wish to address the Council at the Council Meeting, be sure to fill out a speaker's
card (available at the Carnegie Forum immediately prior to the start of the meeting) and
give it to the City Clerk. If you have any questions about communicating with the
Council, please contact Susan Blackston, City Clerk, at (209) 333-6702.
If you have any questions about the item itself, please call Gary Wiman, Construction
Project Manager, at (209) 367-1140.
Richard C. Prima, Jr.
-� Y • Public Works Director
RCP/pmf
Enclosure
cc: City Clerk
NCAWARD.COC