File #: 23-0908    Version: 1 Name:
Type: Bid & Purchase Status: Passed
File created: 10/26/2023 In control: City Council
On agenda: 11/15/2023 Final action: 11/15/2023
Title: CONSTRUCTION CONTRACT TO R C FOSTER CORPORATION FOR WATER RECLAMATION FACILITY NO. 2 ELECTRICAL UPGRADES IN THE AMOUNT OF $2,700,800
Attachments: 1. Staff Report, 2. Exhibit 1 - Construction Contract, 3. Exhibit 2 - Webb & Associates Proposal for design services.pdf

REQUEST FOR CITY COUNCIL AND

CORONA UTILITY AUTHORITY ACTION

 

 

DATE:                                          11/15/2023

 

TO:                                          Honorable Mayor and City Council Members

Honorable President and Board Members

                     

FROM:                                          Utilities Department

 

SUBJECT:                     

Title

CONSTRUCTION CONTRACT TO R C FOSTER CORPORATION FOR WATER RECLAMATION FACILITY NO. 2 ELECTRICAL UPGRADES IN THE AMOUNT OF $2,700,800

 

End

EXECUTIVE SUMMARY:

This staff report requests the City Council to award Notice Inviting Bids 24-013CA to R C Foster Corporation in the amount of $2,700,800 for the Water Reclamation Facility No. 2 Electrical Upgrades Project. The current Motor Control Centers for WRF No. 2 aeration, along with the Sunkist Lift Station, have reached their useful life and require necessary electrical upgrades to ensure reliable performance and functioning.

 

 

RECOMMENDED ACTION:

Recommended action                     

That the City Council:

 

a.                     Award NIB-24-013CA to R C Foster Corporation, the lowest responsive, responsible bidder, for the total bid amount of $2,700,800 and waive any and all minor irregularities in the bidding documents as submitted by said bidder for Water Reclamation Facility No. 2 Electrical Upgrades Project.

 

b.                     Authorize the City Manager, or his designee, to execute the Construction Contract with R C Foster Corporation, in the amount of $2,700,800 including any purchase orders, non-substantive extensions, change orders, and amendments up to 10% of the contract amount or $270,080.

 

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

Body

BACKGROUND & HISTORY:

The Motor Control Center (MCC) serves as the nerve center of Water Reclamation Facility No. 2 (WRF2), located at 650 East Harrison Street. It is responsible for managing and controlling the various motors, pumps and equipment critical to the facility’s wastewater treatment processes. Over time, the existing MCC has shown signs of aging, resulting in increased maintenance demands and operational inefficiencies. To address these challenges and ensure the continued efficiency and reliability of WRF2 while adhering to industry standards, the Utilities Department (UD) has undertaken the proactive measure of replacing the aging MCC at WRF 2, as well as the MCC at the Sunkist Lift Station.

 

The current MCC components have become obsolete, and sourcing replacement parts has become increasingly difficult due to their unavailability in the market. The new MCCs will provide better visibility into operational processes, enable timely decision-making, and improve the overall reliability of the facility. Upgrading the MCCs will lead to improved control, monitoring and maintenance of equipment which aids in optimizing wastewater treatment processes and preventing potential disruptions. This upgrade aligns with the department’s commitment to meeting the highest standards of wastewater treatment while ensuring minimal disruptions to daily operations.

 

ANALYSIS:

On August 29, 2023, Notice of Inviting Bids (24-013CA) was solicited following City of Corona Municipal Code Section 3.08.110 Non-public projects - formal bidding procedure and purchasing policy, through the City’s PlanetBids bidding portal. Project bidding was limited to the City’s prequalified contractors only. The City has 14 prequalified contractors to perform water reclamation, sewage pump station & sewer system mechanical projects. On September 6, 2023, four (4) contractors and a combination of eleven (11) subcontractors, suppliers and primes attended a mandatory job walk held at the project site. By the bid due date, October 12, 2023, two (2) bids were received through the PlanetBids bidding service from the following vendors:

 

Vendor

City

Bid Amount

R C Foster Corporation

Corona

$2,700,800

GSE Construction Company Inc.

Livermore

$2,809,000

 

The project scope of work consists of the installation of two City furnished MCCs along with major civil, mechanical, electrical, instrumentation and telemetry work.

Scope of Work

Cost

MOBILIZATION/DEMOBILIZATION (NOT TO  EXCEED 5% OF BIDDER’S BID AMOUNT)

$75,000

TRENCH SAFETY MEASURES, SHEETING,  SHORING AND BRACING

$8,000

SITE CIVIL WORK

$807,000

MECHANICAL WORK

$36,000

INSTRUMENTATION AND TELEMETRY

$35,000

ELECTRICAL

$1,731,800

EQUIPMENT COMMISSIONING AND FACILITY STARTUP

$8,000

Project Total Cost

$2,700,800

 

Webb (the design and record engineer) prepared a comprehensive cost estimate for WRF No. 2 MCC Installation Sunkist and Aeration Electrical Upgrades Project in 2022. The engineer’s estimate of probable construction cost was $3,782,000 including contingency, design engineering and project administration.

 

Engineering support will be provided by Webb who will provide submittal review, Request For Information review, meeting attendance, and technical assistance during construction. Construction management and inspection service were solicited to City’s three on-call firms Webb, Dudek and Z and K.  The City received only one proposal from Z and K to perform electrical inspection and project management in the amount of $130,400.  Z and K’s existing on-call agreement will provide for those services to manage and oversee the day-to-day construction activities.  City staff will serve as the overall Project Manager to uphold the contract documents while interacting directly with the Contractor, lead progress meetings, prepare and maintain project reports, oversee the schedule and budget, verify proper procedures and ensure that turnaround times for documents review and approval are followed. The Project Manager will also ensure the overall quality and delivery of the project. To ensure compliance with the plans and specifications, an inspector will be on-site as needed. The estimated cost of project management by City staff is approximately $20,000.

 

Summary of Project Costs:

 

Webb Design Services

$105,210.00

City Furnished MCCs (Two Power Houses)

$490,793.72

Project Management Support (City Staff)

$20,000

Engineering Support during construction (not to exceed amount)

$107,400

Project management and inspection (Z and K)

$130,400

R C Foster Corporation Construction Contract

$2,700,800.00

10% Change Order Authority

$270,080

 

 

Total

$3,824,683.72

Approved Project Budget

$3,838,043

Balance

$13,359.28

 

City Staff recommends that City Council award the Construction Contract in the amount of $2,700,800 to R C Foster Corporation, as the lowest responsive, responsible bidder for WRF 2 MCC Electrical Upgrades Project. All licenses and references for R C Foster Corporation have been reviewed and verified by City Staff, and all other required documentation is in order.

 

FINANCIAL IMPACT:

Funding for the recommended action is available in the Fiscal Year 2024 Water Reclamation Facility No.2 MCC Installation Sunkist Aeration Capital Improvement Project No. UT-2021-11 in the Sewer Utility Fund (572).

 

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. This action involves electrical services to existing equipment. Therefore, no environmental analysis is required.

 

PREPARED BY: AFTAB HUSSAIN, MAINTENANCE MANAGER

 

REVIEWED BY: TOM MOODY, DIRECTOR OF UTILITIES

 

 

Attachments:

1.                     Exhibit 1 - Construction Contract

2.                     Exhibit 2 - Webb & Associates Proposal for design services