Loading...
HomeMy WebLinkAbout09/05/2006, C7 - AWARD OF ALRITA PUMP STATION REPLACEMENT PROJECT council September 5,2006 j AQenaa IZEpoIZt �N . CITY OF SAN LUIS OBISPO FROM: John Moss,Utilities Direct Prepared By: Dan Gilmore, ilities EngineeCJR SUBJECT: AWARD OF ALRITA PUMP STATION REPLACEMENT PROJECT CAO RECOMMENDATION: 1) Award the Alrita Pump Station Replacement Project, Specification No. 90234B, to Raminha Construction, in the amount of$488,348 and authorize the Mayor to execute the agreement. 2) Approve the additional funding needed and authorize the transfer of$171,348 to the project account from the Water Distribution Master Plan Implementation account. DISCUSSION: The Alrita Pump Station was originally built in 1958. The hydropneumatic pump station boosts the water pressure to approximately 12 homes on Alrita Street, above Flora Street near Laurel Lane. The Alrita Pump Station has become unreliable, resulting in increased maintenance requirements. The existing pump station has two pumps, each capable of providing 100 gallons per minute (gpm). Even the combined flow of both pumps falls substantially short of the Fire Department goal of 1,500 gpnt minimum fire flow for this area. The new pump station will be more reliable, and will include a fire pump capable of meeting the required fire flow demand. On August 19, 2003, Council approved the Request for Proposals (RFP) for the design of the Alrita Pump Station Replacement Project. Through the RFP process, Boyle Engineering was selected to perform the engineering design of the pump station replacement. Their work was completed and the project plans and specifications were approved by Council on July 18, 2006. Bids for the construction of the project were opened on August 16, 2006. The apparent low- bidder, Ahrens Corporation, formally withdrew their bid on August 17, 2006, due to an error in the preparation of their bid. The CAO Recommendation is to award the project to the next low bidder, Raminha Construction. Since their bid is higher than the budget amount available, the CAO Recommendation also includes the transfer of additional funds needed to complete construction of this project. FISCAL IMPACT: Funding for the Alrita Pump Station Replacement Project is included in the 2003-05 Financial Plan, Appendix B—Capital Improvement Plan,page 68. A total of$470,000 was originally budgeted for this project. The design and right-of-way acquisition ultimately cost a total of$128,000, leaving $342,000 to support construction. With a low bid of$488,348 and a construction contingency of c7-1 Alrita Pump Station Replacement—Approval of Plans and Specifications Page 2 $25,000, the difference of$171,348 is proposed to come from the Water Distribution Master Plan Implementation account, which currently has an available balance of$1,283,924. If the use of this additional funding results in a budget shortage for other projects identified in the Water Distribution Master Plan Implementation program, projects may be deferred and additional funding will be requested during the preparation of the 2007-09 Financial Plan. Project Costs: Design and Right-of-Way $128,000 Construction (Raminha Construction) $488,348 Construction Contingencies (approx. 5%) $25,000 Total $641,348 Project Funding: Original Budget(2003-05 Fin. Plan) $470,000 Additional Funding(from Master Plan Impl.) $171,348 Total $641,348 ALTERNATIVES: Defer or delay the project This alternative is not recommended, since the pump station has become unreliable, requires an increasing amount of maintenance; and currently provides fire flows that are less than desirable. ATTACI3MENTS: Attachment 1 -Agreement Attachment 2 - Council Agenda Report authorizing bid Attachment 3 -Bid Summary spreadsheet G:\CAR-CAO Reports\2006 Council Agenda ReportsWlrita Award CAR i ATTACHMENT 1 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 Raminha Construction,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 Alrita Pump Station Replacement, Specification No. 90234-B In strict accordance with the plans and specifications therefore, 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 prices as follows: Item Total (in figures) Base Bid $488,348.00 Add Alternate No. 1 0. Add Alternate No. 2 0. CONTRACT TOTAL $488,348.00 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: c73 ATTACHMENT 1 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 full, complete and exclusive contract between the parties hereto shall consist of the following identified documents (the "Contract Documents") all of which are as fully a part thereof as if herein set out in full, if not attached, as if hereto attached: Notice to Bidders, Instructions to Bidders, Information Available to Bidders, Proposal Form, Listing of Subcontractors, Non-Collusion Declaration, Bidder's Bond, this Agreement, Escrow Agreement for Security Deposits in Lieu of Retention, Performance Bond, Payment Bond, Insurance Requirements, Guarantee of Work, Release, General Conditions, Specifications, Standard Specifications, Engineering Standards drawings, any addenda, and any change orders, field orders or directives issued pursuant to and in accordance with this Agreement. ARTICLE IV, CONFLICTS: 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. ARTICLE V. BINDING AGREEMENT; ASSIGNMENT: Contractor, by execution of this Agreement and the other Contract Documents; understands them, and agrees to be bound by their terms and conditions. The Contract Documents shall inure to the benefit of and shall be binding upon the Contractor and the Owner and their respective successors and assigns. ARTICLE VI, SEVERABILITY: If any provision of the Contract Documents shall be held invalid or unenforceable by a court of competent jurisdiction, such holding shall not invalidate or render unenforceable any other provision hereof. IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands this year and date first above written. ATTEST: CITY OF SAN LUIS OBISPO By: City Clerk Mayor APROVED AS TO FORM: CONTRACTOR VonaflvnLowell Ram inha. Construction City Attorney David Raminha, President Attachment 2 council McugDae July 18,2006 agenaA Report CITY O F SAN LUIS O B I S P O FROM: John Moss,Utilities Director Prepared By: Dan Gilmore, Utilities Engineer SUBJECT: ALRITA PUMP STATION REPLACEMENT PROJECT CAO RECOMMENDATION: 1) Approve the plans and specifications for the Alrita Pump Station Replacement Project, Specification No. 90234B, and authorize staff to advertise for bids. 2) Authorize the CAO to award the contract if the lowest responsible bid is within the engineer's estimate of$419,800. 3) Authorize the transfer of up to $116,000 to the project account from the Water Distribution MasterPlan Implementation account. DISCUSSION: The Alrita Pump Station was originally built in 1958. The hydropneumatic pump station boosts the water pressure to approximately 12 homes on Alrita Street, above Flora Street near Laurel Lane. The Alrita Pump Station has become unreliable, resulting in increased maintenance requirements. The existing pump station has two pumps, each capable of providing 100 gallons per minute (gpm). Even the combined flow of both pumps falls substantially short of the Fire Department goal of 1,500 gpm minimum fire flow for this area. The Alrita Pump Station is proposed to be replaced in order to reduce maintenance requirements,. enhance reliability, and increase fire flows. Providing increased fire flows is especially important, as this area is also a wildland interface. On August 19, 2003, Council approved the Request for Proposals (RFP) for the design of the Alrita Pump Station Replacement Project. Through the RFP process, Boyle Engineering was selected to prepare the design of the pump station replacement. Boyle Engineering has completed the design, and the project is ready to be bid. The new pump station will be larger, allowing for a dedicated fire pump that will provide 1,500 gpm of fire flow. The building will be split face masonry block, which will improve sound attenuation while maintaining the character of the surrounding neighborhood. Approval of the CAO Recommendation will allow staff to advertise the project plans and specifications for competitive bid. Due to the length and highly technical nature of the bid documents, they have not been copied with this report. However, they are available in the Council Reading File and on-line at www.slocity.orf,/citycl-erk/agendas/council.asp. Attachment 2 Alrita Pump Station Replacement-Approval of Plans and Specifications Page 2 FISCAL IMPACT: Funding for the Alrita Pump Station Replacement Project is included in the 2003-05 Financial Plan, Appendix B—Capital Improvement Plan,page 68. A total of$470,000 was originally budgeted for this project. The design and right-of-way acquisition ultimately cost a total of$128,000, leaving $342,000 to support construction. Since construction is expected to cost $458,000, the difference of$116,000 is proposed to come from the Water Distribution Master Plan Implementation account, which currently has an available balance of $513,924. Once bids are received, .a Budget Amendment Request will be prepared to move the appropriate amount of money into the specific project account at the time of contract award. If this results in inadequate budget to fund remaining projects in the Water Distribution Master Plan Implementation program, those projects will be deferred or staff will.retum to Council with funding alternatives. Project Costs: Design $128,000 Construction(Engineer's Estimate) $419,800 Construction Contingencies (9%) $38,200 Total $586,000 Project Funding: Original Budget (2003-05 Fin. Plan) $470,000 Additional Funding(from Master Plan lmpl.) $116,000 Total $586,000 ALTERNATIVES: Defer or delay the project.. This alternative is not recommended, since the pump station has become unreliable, requires an increasingamount of maintenance, and currently provides fire flows that are less than desirable. CONCURRENCE: Public Works has reviewed the bid documents and concurs with the CAO recommendation. The Community Development Department has filed the appropriate environmental document, and concurs with the recommended action. COUNCIL READING FILE: Alrita Pump Station Replacement Project Plans and Specifications G:\CAR-CAO Reports\2006 Council Agenda Reports\Alrita Plans and Specs CAR Attachment 3 000 0000 a IRWto 000 tri e000 N N wo O O O 1 O 07 Of9 Q O O O 3 N F OO G ci eei w w m oop 'S S U M m m ? O co 00 C m a' LOO LO 10 a0 O NO L9 M 7 U c N C 0 J ma O O U W U C 4=p N N a O uo Q ,v_ o V � : o 0 oU « ` oo Hd ~ U 000 ;a �$ (a c °rn y � N UZ < m c0io m 5 _y � 0 _m of mU v 0: 4o m .�p c v » N N!n y WE _j « � � w fD f/0M m w 5 m a F H co 0 , Ln _ CO G Z 90 3 cv 0 0 `O O O O O O O O O c z � O O O E 0 0 CD G O O a O Ooto 00 O 0 0co w 0 0 O 0 'B M W 40 c CD c m w y z M M N rn Q1 0l O Vl N LO W Lo thV E mo U C) °n o Wo 0 C Q d v' 7 O a 40 U c 00 W � o p M O 0f O1 N m G m � ' 2 a a a0 x � � m w " y .aoo ' mc v w 0 0 " CO , o m ui 0 N H C cn Oma m ' U� C C D vi d � au1i: m z Xy e o 0 0 C � �aoop «O. E ? �O CO W co 03 0 0 0 mco '.3 LoNH V 7 N W OD 00 t!7. V 'v w CC co ao �° GN C E di 40 O O C L S LU V drC N n V 0 � O2O C O ¢C a Q " v'Go W <o Q CD o v .n 0 0 co 4D Cn O N y o o _ rti d df c°D7 d m W N CN m � n7 CL m e � 9 h m 0 3 0 mfg J m z �a � m R m a` Fo P. c 7-,7