File #: 23-0181    Version: 1 Name:
Type: Bid & Purchase Status: Pulled
File created: 2/14/2023 In control: City Council
On agenda: 3/1/2023 Final action: 3/1/2023
Title: Short-Form Construction Contract for Water Reclamation Facility No. 1 Scale with Michelli Measurement Group, Inc.
Attachments: 1. Staff Report, 2. Exhibit 1 - NIB 23-032SB, 3. Exhibit 2 - Bid Summary, 4. Exhibit 4 - Short Form Construction Contract, 5. Exhibit 3 - Michelli Measurement Bid Form for NIB 23-032SB

REQUEST FOR CITY COUNCIL AND

CORONA UTILITY AUTHORITY ACTION

 

 

 

DATE:                                          03/01/2023

 

TO:                     Honorable Mayor and City Council Members

Honorable President and Board Members

                     

FROM:                                          Utilities Department

 

SUBJECT:                     

Title

Short-Form Construction Contract for Water Reclamation Facility No. 1 Scale with Michelli Measurement Group, Inc.

 

 

End

EXECUTIVE SUMMARY:

This staff report requests the City Council to approve a Short-Form Construction Contract with Michelli Measurement Group, Inc. for the purchase and installation of a truck scale at Water Reclamation Facility No. 1. The scale will assist in maximizing efficiencies with loading and hauling biosolids and sludge from the facility. 

 

RECOMMENDED ACTION:

Recommended action                     

That the:

 

a.                     City Council create a new Capital Improvement Project titled “WRF1 Truck Scale” and appropriate $187,249.40 from the Sewer Utility Fund 572 to the newly created Capital Improvement Project.

 

b.                     City Council award Notice Inviting Bids No. 23-032SB, in the amount of $156,590.40 and waive any and all minor irregularities in the bidding document as submitted by said bidder.

 

c.                     City Council authorize the City Manager, or his designee, to execute the Short- Form Construction Contract with Michelli Measurement Group, Inc. in the amount of $156,590.40.

 

d.                     City Council authorize the City Manager, or his designee, to negotiate and execute non-substantive extensions, change orders and amendments up to 10% of total contract cost or $15,659.00 as authorized by Corona Municipal Code Section 3.08.080(I).

 

e.                     City Council authorize the City Manager, or his designee, to issue a purchase order to Michelli Measurement Group, Inc. in the amount of $156,590.40.

 

f.                     Corona Utility Authority review, ratify, and to the extent necessary, direct the City Council to take the above actions.

 

Body

BACKGROUND & HISTORY:

The City of Corona Utilities Department (UD) operates three water reclamation facilities serving the community of Corona. Solids handling for all three facilities is done at Water Reclamation Facility No. 1 (WRF1) located at 2205 Railroad Street. As part of the solids handling process, staff loads trailers with sludge and/or biosolids to transport offsite. The trailers are then hauled away by a third-party contractor. Hauling contractors charge a minimum tonnage rate for all trailers. As a result, if a trailer is under the minimum tonnage, then UD pays the minimum tonnage rate above and beyond the hauling rate. The addition of a certified truck scale at the facility will allow staff to precisely measure the weight of each trailer to ensure we meet the minimum tonnage and maximize each trailer’s payload. The weight of biosolids varies based on the amount of water in the materials which can change day to day, hour to hour. Therefore, it’s difficult for staff to estimate the weight of each trailer through a visual inspection. Staff currently loads an average of 10-12 trailers per week.

 

ANALYSIS:

On November 17, 2022, the Purchasing Division issued Notice Inviting Bids (NIB) No. NIB 23-032SB City of Corona Utilities Department WRF1 Truck Scale Bid. Sixty-eight vendors were notified about this bid.  The City received three bids by the December 28, 2022 bid submittal due date.

 

The bid summary is presented below:

Lawson Construction was determined to be non-responsive because its bid’s Mobilization/Demobilization costs exceeded 5% of their total bid amount.  The Mobilization/Demobilization costs for Lawson Construction’s bid were $8,000, which represented 7% of the total bid amount of $112,743.75. The bid document expressly stated that the Mobilization/Demobilization costs shall not exceed 5% of the total bid amount.

 

Purchasing requested UD staff to evaluate the scale equipment proposed in the bids submitted by Michelli Measurement Group and Lawson Construction.  UD determined the truck scale proposed by Michelli Measurement Group met all of the bid requirements, while the truck scale proposed in the Lawson Construction bid did not meet the City specifications because:

§                     The truck scale is an analog load cell and the City specified digital.

§                     The truck scale will require junction boxes and the City specified that junction boxes were not needed for the digital load cell.

 

Staff recommends City Council award the Short-Form Construction Contract to Michelli Measurement Group, Inc. for $156,590.40. The purchase and installation of the scale is expected to be completed by June 30, 2023.

 

FINANCIAL IMPACT:

Approval of the recommended actions will result in the creation of a new Capital Improvement Project titled “WRF1 Truck Scale” and an appropriation of $187,249.40 from the Sewer Utility Fund 572.  There is sufficient funding to support this appropriation.

 

 

ENVIRONMENTAL ANALYSIS:

This action is categorically exempt pursuant to Section 15301 of the Guidelines for the California Environmental Quality Act (CEQA), which states that operation, repair, maintenance, permitting, leasing, licensing, or minor alteration of existing public or private structures, facilities, mechanical equipment, or topographical features, involving negligible or no expansion of use beyond that existing at the time of the CEQA determination, and is therefore exempt from CEQA.  This action involves purchase and installation of a scale at a developed facility. Therefore, no environmental analysis is required.

 

PREPARED BY: MAURO CASAS, DEPUTY CHIEF WATER RECLAMATIONS OPERATOR

 

REVIEWED BY: TOM MOODY, DIRECTOR OF UTILITIES

 

Attachments:

1.                     Exhibit 1 - NIB 23-032SB

2.                     Exhibit 2 - Bid Summary

3.                     Exhibit 3 - Michelli Measurement Bid Form for NIB 23-032SB

4.                     Exhibit 4 - Short-Form Construction Contract