Skip to main content
Manteca CA banner
File #: 24-563    Version: 1 Name:
Type: Consent Status: Agenda Ready
File created: 10/21/2024 In control: CITY COUNCIL
On agenda: 11/19/2024 Final action:
Title: Adopt a resolution approving an Agreement for Services with Carollo Engineers, Inc. to provide construction management and inspection services for the WQCF North/South Waste Activated Sludge & South Return Activated Sludge Pump Replacement Project (CIP 22061 & 22063) in a total not-to-exceed amount of $159,046; and authorizing the City Manager or designee to execute the Agreement for Services and take all appropriate actions necessary to carry out the purpose and intent of the resolution.
Attachments: 1. Attachment 1 - Resolution, 2. Attachment 2- Agreement for Services, 3. Attachment 3 – Overaa Construction Contract C2024-08, 4. Attachment 4 – Herwit ESDC Agreement C2024-44, 5. Attachment 5 – TRC Engineers CMIS Agreement C2024-158, 6. Attachment 6 – TRC Engineers CMIS Task Order No. 1 to Agreement C2024-158, 7. Attachment 7 - Location Map
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

City Council Agenda

Memo to:

Manteca City Council

 

 

From:

Kevin Jorgensen II, Director of Engineering/City Engineer

 

 

Prepared by:

Kyzen Nicolas, Assistant Engineer; Somporn Boonsalat, Deputy Director of Engineering

 

 

Date:

November 19, 2024

 

 

Subject:

Wastewater Quality Control Facility (WQCF) North/South Waste Activated Sludge & South Return Activated Sludge Pump Replacement Project CIP 22061 & 22063

 

Recommendation:

title    

Adopt a resolution approving an Agreement for Services with Carollo Engineers, Inc. to provide construction management and inspection services for the WQCF North/South Waste Activated Sludge & South Return Activated Sludge Pump Replacement Project (CIP 22061 & 22063) in a total not-to-exceed amount of $159,046; and authorizing the City Manager or designee to execute the Agreement for Services and take all appropriate actions necessary to carry out the purpose and intent of the resolution.

 

body

Background:

On December 5, 2023, City Council awarded the construction contract to C. Overaa & Co. (Overaa) in the amount of $3,581,000 (Attachment 3) and approved a construction contingency of 12% for a total not-to-exceed project cost of $4,010,720 for the WQCF North/South Waste Activated Sludge (WAS) & South Return Activated Sludge (RAS) Pump Replacement Project CIP 22061 & 22063 (Project).

 

Construction for the Project began on March 4, 2024, with estimated completion by summer 2025.

 

City Engineering staff is providing construction management and inspection services (CMIS) for the Project.

 

On April 15, 2024, the City entered into an Agreement for Services (C2024-44) with Herwit Engineering (Herwit), the Project designer, to provide Engineering Services During Construction (ESDC) in an amount not-to-exceed $99,915 (Attachment 4).

 

From March 2024 through October 2024, construction activities were limited to the installation of underground piping that connects the WAS and RAS pumps and is less complex in nature.

 

The Project is now entering a time of higher complexity construction work, which includes the installation of a temporary WAS bypass system, demolition of existing pumps and above grade piping system, structural modifications to the pump foundation, structural modifications to WAS pump station walls for the associated above grade piping, and modifications to the City’s SCADA system, Programmable Logic Controllers (PLCs), and associated electrical systems.

 

Due to the higher complexity of the construction work and limited staffing, Staff is seeking to contract with an engineering firm to provide construction management and inspection services for the Project to supplement efforts of City Engineering staff.

 

On September 17, 2024, the City entered into an Agreement for Services (C2024-158) (Attachment 5) with TRC Engineers, Inc. (TRC), the City’s existing on-call CMIS provider, and authorized Task Order No. 1 on October 15, 2024 to provide construction engineering observation and inspection for the Project to supplement City Engineering staff in the construction management of the Project. Task Order No. 1 was for an amount not-to-exceed $30,146.40 with a duration through November 29, 2024 (Attachment 6).

 

On-call services are intended for shorter durations covering immediate needs and longer-term coverage is typically contracted separately to promote cost savings and efficiency.

 

On October 3, 2024, the City issued a Request for Proposals (RFP) for Construction Management & Inspection Services for the Project. The deadline to submit questions and/or inquiries was on October 15, 2024, and responses to questions/inquiries received prior to the deadline were published on the City’s website on October 17, 2024.

 

On October 21, 2024, the City received proposals from three firms:

                     Anchor Engineering, Inc.

                     Carollo Engineers, Inc.

                     TRC Engineers, Inc.

 

The City established an evaluation committee consisting of City staff to evaluate and rank all the received proposals based on the advertised criteria.

 

Based on qualification and scope of works, the evaluation committee concluded that Carollo Engineers, Inc. (Carollo) is the most responsible, responsive, qualified firm, and meets the specific goals of the Project. Staff has completed cost negotiations with Carollo for an amount not-to-exceed $159,046.

 

Fiscal Impact:

Sufficient funding exists in Sewer Operations and Maintenance (Fund 640) associated with projects 22061 and 22063.

 

The total approved Project budget is $4,010,720 among both projects. The total Project commitments are summarized as follows:

 

Description

Contractor/Consultant

Contract Amount

Construction

C. Overaa & Co.

$3,581,000.00

ESDC

Herwit Engineering

$99,915.00

On-Call CMIS, Task Order

TRC Engineers, Inc.

$30,146.40

CMIS (This Agenda Item)

Carollo Engineers, Inc.

$159,046.00

Total

 

$3,870,107.40

 

There is no General Fund impact.

 

Documents Attached:

1.                     Attachment 1 - Resolution

2.                     Attachment 2 - Agreement for Services

3.                     Attachment 3 - Overaa Construction Contract C2024-08

4.                     Attachment 4 - Herwit ESDC Agreement C2024-44

5.                     Attachment 5 - TRC Engineers CMIS Agreement C2024-158

6.                     Attachment 6 - TRC Engineers CMIS Task Order No. 1 to Agreement C2024-158

7.                     Attachment 7 - Location Map