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