Loading...
HomeMy WebLinkAbout06/21/2005, C15 - RESERVOIR NO. 1/MIOSSI ROAD TRANSMISSION MAIN PROJECT; SPECIFICATION NO. 99211 council M nne 21, 2005 j acEnba Repoat '�"umb�' L4 C I T Y OF SAN LUIS OBISPO FROM: Jay D.Walter,Public Works DirectAql Prepared By: Bridget Fraser, Associate Engineer SUBJECT: RESERVOIR NOX IIOSSI ROAD TRANSMISSION MAIN PROJECT; SPECIFICATION NO. 99211 CAO RECOMMENDATION 1. Award a contract to and authorize the mayor to execute a contract with, Specialty Construction, Inc. of San Luis Obispo in the amount of $731,013.50 for: "Reservoir No.1/Miossi Road Trasnmission Main Project,Specification No. 99211." 2. Approve transfer of $743,400 from the Water Distribution Improvements fund to the project account; and 3. Appropriate $76,600 from Water Fund working capital for the remainder necessary to fund this project. DISCUSSION This project involves replacing/rerouting approximately 930 meters of 90+ year old welded steel transmission main that serves the City's Reservoir No. 1. On April 5, 2005, the Council approved the plans and specifications and authorized staff to advertise the project. Four bids were received and opened on June 2, 2005 with the low bid of$731,013.50 submitted by Specialty Construction, Inc. of San Luis Obispo. The low bid is approximately 24% over the Engineer's Estimate of$590,000. After discussing with the low bidder, it appears this variance is largely due to the probability that rock will be encountered in much of the project. Trenching through rock is more difficult, slower and can require larger more powerful equipment. This translates into higher costs. Staff also noted that many of the contractors that typically bid this type of project did not submit bids nor even purchase plans. This may be an indication that contractors are busy and not taking on more work for the summer. CONCURRENCES Due to the importance of this transmission main and its deteriorated condition, Utilities Department recommends award of the project. FISCAL IMPACT This project was approved in the 1997-99 Financial Plan on pages 53-55 of Appendix B. Estimated Construction costs are shown below: Estimated Construction Costs: Construction Contract $731,014 Env. Monitoring/Testing 15,000 10% Contingencies 73,986 Total Estimated Costs $8209000 Miossi Road/Reservoir No. 1 Transmission Main Replacement; No.99211 Page 2 Currently, the Water Distribution Improvements account has a balance of about $743,400. Staff recommends transferring the additional $76,600 from Water Fund working capital to support this project. This recommendation represents about 3% of the projected 2004-05 working capital. Following the transfer, the water fund working capital will still meet its policy level requirement of working capital, which is $1,215,000 for 2004-05 as shown below. 2004-05 projected working capital $2,585,700 This recommended appropriation 76,600 Updated working capital projection $2,509,000 Policy-level 2004-05 working capital $1,215,000 Project Funding: Water Distribution Sys Improvements $743,400 Working Capital 76,600 Total $820,000 ALTERNATIVES The project could be rebid next winter with the hopes that the bidding climate would be more favorable; however, this would delay the project another year. Experience has shown that bids usually do not change much, if any, and is usually offset by the added expense of staff time. Staff does not recommend rebidding the project. Attachments 1. Vicinity Map 2. Bid Summary 3. Contract I:LC000cil Agenda Reporsl2005 Agenda ReponsTingineering And Maintenance Services(Lynch)1Caphal Projects Design(Lynch)V9211 CAR Award ConzDoc 3m 7.2005 ATTACHMENT 1 Q �yyr a "ti:i n PROJECT Dll LOCATION o o - � o0 a �oeoo 00 0 �u I OGGLjLJL! a � � e I a9 �Illlllllll����fl������ ��Illla c�yor RESERVOIR NO. 1 TRANSMISSION M JUIS OBl O MAIN REPLACEMENT PROJECT Public Works Department PROJECT LOCATION MAP 955 Morro Street San Luis Obispo, CA 93401 Specification No. 99211 /S�3 G C 0 0 0 0 O p O C 0 0 C C O C C C O S C C O O C! 0 0 0 0 0 0 0 0 O G O G O C C C C C C C C C C t•. C C C C C C G C C G C G 0 0 0 0 0 0 0 0 ea o o h v1 v1 0 o g $ o 0 0 0 0 0 0 CL C O C O ci 0 0 C C h � Nf O O b h e P v1 vt O ^ P b h N O M h N G w w w w w ✓� M� vi � ✓a w w sn w w w cs w W w wa. ~ 0 0 a Z 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 wo 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 U S O O O O = U O O O h W b b e� V m — Q Q O O O S O 0 O C C O P N ^ h P P h b M M C "It. 0 0 0 0 0 0 0 0 0 0 0 v? r V1 O [� D: 00 Q r O� O v1 m b O N N O C -P N b C C W m M p P 69 � 49 N � - P N N O - 'M •-• H 69 4f 69 Vi N V3 Yi Vi � �] W Vi K Vi Vf Vi M� U3 K Vi Vi H 41 Vi fA b9 Vi OI C Q U w o a 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o g SS o o S S o S S S m O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 V C G C O O O O C C N O\ N b O h h C 0 0 0 0 C O O C C G ' M 1% 0 M t0 0 1 0 0 0 4 0 e r�M Q ^ v1 b b N � 7 a 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 o c o 0 0 o C o -o o g o p 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o p v1 0 0 0 h h O — ry M O Q e Q ry 1n � P ry 0 0 0 b b O O O O V Q O v1 � ^ M M ^ O O O M M O Q ^ N m ^ O W N O N h O h O O p, - h ^ P W b W rf � O O b P e m M O � O ^ W Q � Q b Q m N ti Q U � w w Vi Vi Vf 4f Vi N� tR c9 Vi » (A Vi iA Vi Vi b9 Vi Vi N o a Sg S S S 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o g o 0 0 0 o o 0 0 0 N ? h O O O of V1 r ^ N M Q• Vf M h W m ^ O Q N V1 N vl O V1 b m M M ^ M N V' N D N � O 1� m Q O Q h - Q S - - - Y Ezz" U x • O m 50 Q m N M e V1 N N Q b O P V1 Q O N N m h O W O P M M b W m P h N of t% O b N h P M N 10 N p O U O H O �• b h M P t� � N - h m' � m e N Q b �- O b P U w 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 pp o 0 0 0 0 0 0 0 0 0 0 G 0 0 0 0 0 0 0 0 O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 V61 � 6 9 O S S O S S S S S S O S S S S S S S S O S O S S S S S O p C C C C C C C C C 0 0 W C C 0 C C C C 4 C h p = 0 0 0 0 0 0 0 0 IM1 !` M of O O R h 0 0 h 0 0 0 0 0 0 - O � V) .-• {/f M M Vi 1� M N M f9 'N f9 (9 f/3 iR Vi V) - fH M O C Q � W K 49 Vl Vf N� K K K K K M w K M N U w .s it � a �� y 'w LL1 0 0 0 0 0 0 O O O TIT O O O S O S O O O S S O Vf m [- 8 1 C C C C o 1 m o �n m S 0 0 0 Z m � m < o 0 0 0 0 0 0 o M b M M 1n M h Q N o 0 0 0 0 0 - V N Q vi vi vi O Q 6 a ° tr V. F V] Vl V1 Vi VJ VJ V1 VJ u u u u u u u u V1 N N L m 'fl u L Q S != F w z P U N P o _ y a E E E y r i' ti u u E u = + n C �O U P y h h 3 n 3 U > �iO• a. a. a: U u m m u u P N 3 > E E E a' o 3 + 3 + 3 + U ^ U U H _ p + p wa F i I¢ C ,G c ut U U P + + m v, W c -� -� O .c F. .� a .. c o o .o E. ''^ E E s E t E s U E E = u u ata D. p € u o cu y o F S N o F voi o vOi o vOi o > S o chi u u € 0 0 0 u L G 0 O b m P'^ v1 - - - - N N N N N N NbN^ Nm /S� CITY OF SAN LUIS OBISPO CALIFORNIA AGREEMENT THIS AGREEMENT, made on this day of 20, by and between the City of San Luis Obispo, a municipal corporation and charter city,San Luis Obispo County,California(hereinafter called the Owner)and Specialty Construction,Inc. (hereinafter called the Contractor). WITNESSETH: That the Owner and the Contractor for the consideration stated herein agree as follows: ARTICLE 1, SCOPE OF WORK: The Contractor shall perform everything required to be performed, shall provide and furnish all of the labor, materials, necessary tools, expendable equipment, and all utility and transportation services required to complete all the work of construction of RESERVOIR NO. IMIOSSI RD WATER TRANSMISSION MAIN PROJECT, SPEC NO. 99211 in strict accordance with the plans and specifications therefor, including any and all Addenda, adopted by the Owner, in strict compliance with the Contract Documents hereinafter enumerated. It is agreed that said labor, materials, tools, equipment, and services shall be furnished and said work performed and completed under the direction and supervision and subject to the approval of the Owner or its authorized representatives. ARTICLE H, CONTRACT PRICE: The Owner shall pay the Contractor as full consideration for the faithful performance of this Contract,subject to any additions or deductions as provided in the Contract Documents, the contract rices as follows: Item Item Unit of Estimated Item Price Total No. Measure Quantity (in figures) (in figures) 1 Mobilization LS 1 40,101.00 $40.101.00 2 OSHA Compliance LS 1 585.00 $585.00 3 Permit Compliance LS 1 4,083.00 $4,083.00 4 Clearing&Grubbing LS_ 1 11,846.00 $11,846.00 5 Erosion Control/Reve ation LS l 16,087.00 $16,087.00 6 Lines and Grades LS 1 5,920.00 _ $5,920.00 7 Traffic Control LS 1 13,338.00 $13,338.00 8 Abandon(e)lines LS 1 9,149.00 $9,149.00 400 mm DI Waterline- 436.00 $297,352.00 9 STA 6+99.5 to 13+72.1 m 682 SWP Crossing—Miossi Road 1,009.00 $13,621.50 400 mm DI Waterline/Casing- 10 STA 13+72.1 to 13+85.5 m 13.5 400 mm DI Waterline- 457.00 $102,825.00 11 STA 13+85.5 to 16+10 m 225 150 mm PVC Waterline- 216.00 $21,816.00 12 Foxhlw STA 7+94.9 to 8+95.5 m 101 SWP Crossing—Foxhollow Rd. 150 220.00 $5,940.00 mm PVC Waterline/Casing- 13 Foxhlw STA 8+95.5 to 9+22.5 m 27 150 mm PVC Waterline- 171.00 $13,167.00 14 Foxhlw STA 9+22.5 to 9+97 _ _ m 77 15 PVC Liner-Freeway Crossing m 78 750.00 $58,500.00 16 300 mm PVC Waterline- m 7.5 172.00 $1,290.00 17 100 mm(4")PVC Waterline m 122 316.00 $38,552.00 18 Service Lateral-Cuesta Park Each 1 4,745.00 $4,745.00 19 Service Lateral - Vet Hospital Each 1 2,108.00 $2.108.00 20 1 Service Lateral - Reservoir Canyon Each 1 4,029.00 $4,029.00 _ 1 _ 21 Trench Plugs/Drains Each 7 947.00 $6.629.00 22 50mm Blow-off Assembly Each l 1,288.00 $1,288.00 23 150mm Blow-off Assembly Each 2 5,288.00 $10,576.00 24 200mm Blow-off Assembly Each 1 6,934.00 56,934.00 25 Air Vacuum&Air Release Assembly Each 3 3,107.00 $9,321.00 Tie-in (E) 14" @ Loomis/Cuesta 13,244.00 $13,244.00 26 Park entrance LS 1 27 Tie-in (E) @ ReservoirInlet/Outlet LS I 14,691.00 $14,691.00 Tie-in Shooting Range and Water 3,276.00 $3,276.00 28 Trough LS l BID TOTAL: $731,013.50 Payments are to be made to the Contractor in accordance with and subject to the provisions embodied in the documents made a part of this Contract. Should any dispute arise respecting the true value of any work omitted, or of any extra work which the Contractor may be required to do, or respecting the size of any payment to the Contractor, during the performance of this Contract, said dispute shall be decided by the Owner and its decision shall be final,and conclusive. ARTICLE III,COMPONENT PARTS OF THIS CONTRACT: The Contract consists of the following documents. all of which are as fully a part thereof as if herein set out in full,and if not attached,as if hereto attached: 1. Notice to Bidders and information for bidders. 2. Standard Specifications,Engineering Standards and Special Provisions. 2. Accepted Proposal. 4. Public Contract code Section 10285.1 Statement and 10162 Questionnaire. 5. Noncollusion Declaration. 6. Plans. 7. List of Subcontractors. 8. Agreement and Bonds. 9. Insurance Requirements and Forms. ARTICLE IV. 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 or proposal of said Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said proposal conflicting herewith. IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands this year and date first above written. CITY OF SAN LUIS OBISPO, A Municipal Corporation David F. Romero,Mayor APPROVED AS TO FORM: CONTRACTOR Jona n P.Lowell Specialty Construction,Inc. City Attorney Rudolph C.Bachmann, President