HomeMy WebLinkAbout07-16-2019 Item 11 - Foothill Pipe Burst Project Sepc No 91640
Department Name: Public Works
Cost Center: 6102
For Agenda of: July 16, 2019
Placement: Consent
Estimated Time: N/A
FROM: Daryl Grigsby, Public Works Director
Prepared By: Brian Rodriguez, Engineer II
SUBJECT: AWARD THE FOOTHILL PIPE BURST PROJECT, SPECIFICATION NO.
91640
RECOMMENDATION
1. Award a contract to HPS Mechanical Inc. in the amount of $248,000 for the Foothill Pipe
Burst Project, and
2. Approve the transfer of $13,600 from the Sewer Fund’s Unreserved Working Capital to the
project account.
DISCUSSION
Background
On May 21, 2019, the City Council authorized inviting bids for the Foothill Pipe Burst Project,
Specification Number 91640. Three bids were received and opened on June 20, 2019 and HPS
Mechanical Inc. was the lowest responsible bidder with a bid of $248,000. This bid is higher
than the publicly disclosed Funding Amount of $220,000. This increase in costs may be
attributed to the overall increase in construction activity and high demand for contract work. The
Contractor’s references, license, and registration with the Department of Industrial Relations have
been verified (See attached Bid Results, Attachment A). It is recommended that the project be
awarded to HPS Mechanical Inc. and a budget amendment and transfer be completed to fund the
project (see attached Contract, Attachment B). An additional $13,600 is requested to award the
construction contract and construction contingencies. The Utilities Department has identified
funding in the Sewer Fund, Unreserved Working Capital.
Previous Council or Advisory Body Action
This project is identified in the Council approved 2017-19 Financial Plan.
Packet Pg. 141
Item 11
Policy Context
The City Council approved the Wastewater Collection System Infrastructure Renewal Strategy in
January 2016. The plan identified a strategy for prioritizing pipeline replacement in the
wastewater collection system to serve existing customers and future development in the City.
Per Exhibit 202-A of the May 2018 Financial Management Manual, City Council approval is
required for Public Projects that cost over $175,000.
Public Engagement
Public engagement was done during the initial identification of this project to be included in the
2017-19 Financial Plan and again during the preparation of the construction documents.
Residents that will be affected from construction operations have been notified of the upcoming
work to reduce adverse impacts.
CONCURRENCE
The Utilities Department concurs with this recommended action based upon the condition of
existing infrastructure.
ENVIRONMENTAL REVIEW
This project is categorically exempt from environmental review pursuant to section 15301 of the
CEQA Guidelines (Existing Facilities) since it is a maintenance and replacement project of
existing public facilities. A Notice of Exemption will be filed through the Community
Development Department.
Packet Pg. 142
Item 11
FISCAL IMPACT
Budgeted: Yes Budget Year: 2018-19
Funding Identified: Yes
Fiscal Analysis:
Funding Sources Current FY Cost
Annualized
On-going Cost
Total Project
Cost
General Fund
State
Federal
Fees
Sewer Fund $303,600 $303,600
Total $303,600 $303,600
Estimated Project Cost by Funding Sources
Foothill Pipe Burst Project (91640)
May 21, 2019 Estimate
of Project Cost
Revised Estimate
of Project Cost
Bid Total $220,000 $248,000
Contingencies (20%): $44,000 $49,600
Material Testing: $5,500 $5,500
Printing: $500 $500
Total for Project $270,000 $303,600
Project Budget (91640) $120,000 $290,000
I/I Reduction Funds (91739) $150,000 0
Sewer Fund, Unreserved Working
Capital
0 $13,600
Total Funding Available $270,000 $303,600
This project is identified in the 2017-19 Financial Plan, Page E2-143. Portions of this project’s
funding is available in the project account (91640) which has a current balance of $290,000.
Staff is recommending that funding of $13,600 be transferred from the Sewer Fund’s, unreserved
working capital to provide sufficient funding for the project. This is an increase of $33,600 over
City Council’s May 21, 2019 approval (Attachment C). This funding source is proposed to
restore funding in the I/I Reduction account. The Sewer Fund’s current unreserved working
capital balance is approximately $27M.
Packet Pg. 143
Item 11
ALTERNATIVES
Deny authorization to advertise. The City Council may choose to not authorize project award.
Staff does not recommend this alternative. Delaying this rehabilitation work will likely increase
maintenance costs of this existing pipeline and increase future cost to rehabilitate or replace the
pipeline.
Attachments:
a - 91640 Bid Results
b - 91640 Contract
c - 91640 Copy of original report authorizing advertising
Packet Pg. 144
Item 11
Item # Item DescriptionQuantity Unit of Measure Unit Price Item TotalUnit Price Item TotalUnit Price Item TotalUnit PriceItem Total1 Traffic Control1 LS$9,600.00 $9,600.00 $8,000.00 $8,000.00 $22,000.00 $22,000.00 $28,200.00 $28,200.00 2 Bypass Pumping 1 LS$5,000.00 $5,000.00 $18,490.00 $18,490.00 $35,000.00 $35,000.00 $10,200.00 $10,200.00 3 (S) Pipe Burst Existing 6" Sewerline with New 8" HDPE Sewerline 332 LF$300.00 $99,600.00 $280.00 $92,960.00 $400.00 $132,800.00 $388.00 $128,816.00 4 Remove Existing Manhole And Install New Sewer Manhole2 EA$20,000.00 $40,000.00 $19,200.00 $38,400.00 $18,000.00 $36,000.00 $14,322.00 $28,644.00 5 Connect Existing Sewer Laterals to New Sewerline 4 EA$3,000.00 $12,000.00 $4,500.00 $18,000.00 $4,000.00 $16,000.00 $10,298.00 $41,192.00 6 Install New 4" Sewer Lateral At 26 Chorro 1 LS$10,000.00 $10,000.00 $20,000.00 $20,000.00 $42,850.00 $42,850.00 $68,498.00 $68,498.00 7 Abandon Sewerline And Facilities 1 LS$12,000.00 $12,000.00 $7,000.00 $7,000.00 $5,000.00 $5,000.00 $6,000.00 $6,000.00 8 Install Two‐Way Cleanout 1 EA$300.00 $300.00 $1,500.00 $1,500.00 $1,200.00 $1,200.00 $5,491.00 $5,491.00 9 Install Cleanout 5 EA$200.00 $1,000.00 $950.00 $4,750.00 $1,000.00 $5,000.00 $4,775.00 $23,875.00 10 Comply With OSHA 1 LS$5,000.00 $5,000.00 $700.00 $700.00 $10,000.00 $10,000.00 $2,400.00 $2,400.00 11 Comply With APCD 1 LS$2,500.00 $2,500.00 $2,800.00 $2,800.00 $1,200.00 $1,200.00 $2,400.00 $2,400.00 12 Comply With WPCP 1 LS$5,000.00 $5,000.00 $1,400.00 $1,400.00 $1,200.00 $1,200.00 $2,400.00 $2,400.00 13 Comply With Night Time Work Permit 1 LS$1,000.00 $1,000.00 $2,800.00 $2,800.00 $12,000.00 $12,000.00 $2,400.00 $2,400.00 14Excavate, Contain, and Stockpile and Properly Dispose of Contaminated Soils 100 CF $10.00 $1,000.00 $150.00 $15,000.00 $250.00 $25,000.00 $90.00 $9,000.00 15 Provide Health and Safety Plan (HSP) 1 LS$5,000.00 $5,000.00 $700.00 $700.00 $1,800.00 $1,800.00 $2,400.00 $2,400.00 16 HSP Implementation And Area Monitoring 10 DAYS$600.00 $6,000.00 $850.00 $8,500.00 $500.00 $5,000.00 $1,200.00 $12,000.00 17 Replace Traffic Striping & Markers 1 LS$5,000.00 $5,000.00 $7,000.00 $7,000.00 $4,000.00 $4,000.00 $3,000.00 $3,000.00 $220,000.00 $248,000.00 $356,050.00 $376,916.00 Atlas Underground Inc. GRBCON Inc.Foothill Pipe Burst, Specification No. 91640Total Bid AmountBid Opening: 6/20/19Engineer's Estimate HPS Mechanical Inc.Packet Pg. 145Item 11
AGREEMENT
THIS AGREEMENT, made on this , 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 HPS Mechanical, 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
FOOTHILL PIPE BURST, SPECIFICATION NO. 91640
in strict compliance 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 II, 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:
No. SS(1) Item
Description
Unit of
Measure
Estimated
Quantity
Item Prices
(in figures)
Total
(in figures)
1 12 TRAFFIC CONTROL LS 1 ------------- $8,000.00
2 77 BYPASS PUMPING LS 1 ------------- $18,490.00
3 77
(S) PIPE BURST EXISTING 6"
SEWERLINE WITH NEW 8"
HDPE SEWERLINE
LF 332 $280.00 $92,960.00
4 77
REMOVE EXISTING MANHOLE
AND INSTALL NEW SEWER
MANHOLE
EA 2 $19,200.00 $38,400.00
5 77 CONNECT EXISTING SEWER
LATERALS TO NEW SEWERLINE EA 4 $4,500.00 $18,000.00
6 77 INSTALL NEW 4” SEWER
LATERAL AT 26 CHORRO LS 1 ------------- $20,000.00
7 77 ABANDON SEWERLINE AND
FACILITIES LS 1 ------------- $7,000.00
8 77 INSTALL TWO-WAY CLEANOUT EA 1 $1,500.00 $1,500.00
Packet Pg. 146
Item 11
No. SS(1) Item
Description
Unit of
Measure
Estimated
Quantity
Item Prices
(in figures)
Total
(in figures)
9 77 INSTALL CLEANOUT EA 5 $950.00 $4,750.00
10 7 COMPLY WITH OSHA LS 1 ------------- $700.00
11 14 COMPLY WITH APCD LS 1 ------------- $2,800.00
12 13 COMPLY WITH WPCP LS 1 ------------- $1,400.00
13 7 COMPLY WITH NIGHT TIME
WORK PERMIT LS 1 ------------- $2,800.00
14 14
EXCAVATE, CONTAIN, AND
STOCKPILE AND PROPERLY
DISPOSE OF CONTAMINATED
SOILS
CF 100 $150.00 $15,000.00
15 14 PROVIDE HEALTH AND SAFETY
PLAN (HSP) LS 1 ------------- $700.00
16 14 HSP IMPLEMENTATION AND
AREA MONITORING DAYS 10 $850.00 $8,500.00
17 84 REPLACE TRAFFIC STRIPPING
& MARKERS LS 1 ------------- $7,000.00
BID TOTAL: $248,000.00
Payments are to be made to the Contractor in compliance 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 and Engineering Standards
3. Special Provisions, any Addenda, Plans and Contract Change Orders
4. Caltrans Standard Specifications and Standard Plans 2015
5. Accepted Bid and Bid Bond
6. List of Subcontractors
7. Public Contract Code Sections 10285.1 Statement
8. Public Contract Code Section 10162 Questionnaire
9. Public Contract Code Section 10232 Statement
10. Labor Code Section 1725.5 Statements
11. Bidder Acknowledgements
12. Qualifications
13. Non-collusion Declaration
14. Agreement and Bonds
15. Insurance Requirements and Forms
Packet Pg. 147
Item 11
ARTICLE IV INDEMNIFICATION: The Contractor shall indemnify, defend with legal
counsel approved by City, and hold harmless City, its officers, officials, employees and
volunteers from and against all liability, loss, damage, expense, cost (including without
limitation reasonable legal counsel fees, expert fees and all other costs and fees of
litigation) of every nature arising out of or in connection with the Contractor’s negligence,
recklessness or willful misconduct in the performance of work hereunder or its failure to
comply with any of its obligations contained in this Agreement, except such loss or damage
which is caused by the sole or active negligence or willful misconduct of the City. Should
conflict of interest principles preclude a single legal counsel from representing both the City
and the Contractor, or should the City otherwise find the Contractor’s legal counsel
unacceptable, then the Contractor shall reimburse the City its costs of defense, including
without limitation reasonable legal counsel fees, expert fees and all other costs and fees of
litigation. The Contractor shall promptly pay any final judgment rendered against the City
(and its officers, officials, employees and volunteers) with respect to claims determined by
a trier of fact to have been the result of the Contractor’s negligent, reckless or wrongful
performance. It is expressly understood and agreed that the foregoing provisions are
intended to be as broad and inclusive as is permitted by the law of the State of California
and will survive termination of this Agreement.
The Contractor obligations under this section apply regardless of whether such claim,
charge, damage, demand, action, proceeding, loss, stop notice, cost, expense, judgment,
civil fine or penalty, or liability was caused in part or contributed to by an Indemnitee.
However, without affecting the rights of the City under any provision of this agreement, the
Contractor shall not be required to indemnify and hold harmless the City for liability
attributable to the active negligence of AGENCY, provided such active negligence is
determined by agreement between the parties or by the findings of a court of competent
jurisdiction. In instances where the City is shown to have been actively negligent and where
the City’s active negligence accounts for only a percentage of the liability involved, the
obligation of the Contractor will be for that entire portion or percentage of liability not
attributable to the active negligence of the City.
ARTICLE V. 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 of said Contractor,
then this instrument shall control and nothing herein shall be considered as an acceptance
of the said terms of said bid conflicting herewith.
Packet Pg. 148
Item 11
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
A Municipal Corporation
__________________________________
__________________________________
Teresa Purrington, City Clerk Heidi Harmon, City Mayor
APPROVED AS TO FORM: CONTRACTOR:
HPS Mechanical, Inc.
________________________________
By:________________________________
J. Christine Dietrick
City Attorney
Leslie DenHerder
Its: President
(2nd signature required if Corporation):
By: ________________________________
Scott DenHerder
Its: Vice President
Packet Pg. 149
Item 11
Department Name: Public Works
Cost Center: 6102
For Agenda of: May 21, 2019
Placement: Consent
Estimated Time: N/A
FROM: Daryl Grigsby, Public Works Director
Prepared By: Brian Rodriguez, Engineer II
SUBJECT: ADVERTISE THE FOOTHILL PIPE BURST PROJECT, SPECIFICATION NO.
91640
RECOMMENDATION
1. Approve the project plans (Attachment A) and specifications (Attachment B) for the Foothill
Pipe Burst Project, Specification Number 91640; and
2. Authorize staff to advertise the Project for bids; and
3. Authorize the City Manager to award the construction contract if the lowest responsible bid
is within the Engineer’s Estimate of $220,000; and
4. Approve the transfer of $150,000 from the I/I Reduction Funds (91739) account to the
project account.
DISCUSSION
Background
The replacement of aging, deteriorating, or deficient wastewater collection system pipelines is
part of an ongoing sewer capital improvement program. This program has several objectives;
provide uninterrupted sewage flow, eliminate potential health hazards and/or effluent leakage,
and reduce the need for emergency repairs and maintenance. Furthermore, repairing defective
components of the City’s wastewater collection system reduces the infiltration/inflow of
groundwater and surface runoff and thus save operating costs and limit or eliminate future
overflows.
Project
This project will replace approximately 332 linear feet of sewer main by”pipe bursting” in an
easement area between Foothill Boulevard and Rougeot Place, as shown on Attachment C. The
existing six-inch clay sewer main was installed in 1927. The existing sewer main has significant
root intrusion and is on a four-month maintenance schedule to prevent backups and the potential
sanitary sewer overflows.
The project also includes the installation of a new sewer lateral at 26 Chorro and connecting
existing sewer laterals to the new eight-inch, high-density polyethylene (HDPE) sewer main. The
pipe bursting construction allows for the trenchless installation of a new, larger sewer main
inside of the existing sewer main. Replacing these sewer mains will result in lower maintenance
costs to the City and reduced residential impacts associated with emergency repairs.
Packet Pg. 150
Item 11
Previous Council or Advisory Body Action
This project is identified in the Council approved 2017-19 Financial Plan. Project construction
has been delayed until now due to availability of staffing to finalize construction documents.
Policy Context
The City Council approved the Wastewater Collection System Infrastructure Renewal Strategy in
January 2016. The plan identified a strategy for prioritizing pipeline replacement in the
wastewater collection system to serve existing customers and future development in the City.
Per the October 2018 Financial Management Manual, Council approval is required for Public
Projects that cost over $175,000.
Public Engagement
Public engagement was done during the initial identification of this project to be included in the
2018-19 Financial Plan and again during the preparation of the construction documents.
Residents that will be affected from construction operations will be notified of the upcoming
work to reduce adverse impacts.
CONCURRENCE
There is concurrence from the Utilities Department of the project need based on conditions of
existing infrastructure and upon the review of the Project plans and special provisions.
ENVIRONMENTAL REVIEW
This project is categorically exempt from environmental review pursuant to section 15301 of the
CEQA Guidelines (Existing Facilities) since it is a maintenance and replacement project of
existing public facilities. A Notice of Exemption will be filed through the Community
Development Department.
Packet Pg. 151
Item 11
FISCAL IMPACT
Budgeted: Yes Budget Year: 2018-19
Funding Identified: Yes
Fiscal Analysis:
Funding Sources Current FY Cost
Annualized
On-going Cost
Total Project
Cost
General Fund
State
Federal
Fees
Sewer Fund $270,000 $270,000
Total $270,000 $270,000
Estimated Project Cost by Funding Sources
Foothill Pipe Burst Project (91640)
Bid Total $220,000
Contingencies (20%): $44,000
Material Testing: $5,500
Printing: $500
Total for Project $270,000
Project Budget (91640) $120,000
I/I Reduction Funds (91739) $150,000
Total Funding Available $270,000
This project is identified in the 2017-19 Financial Plan, Page E2-143. Portions of this project’s
funding is available in the project account (91640) which has a current balance of $120,000.
Staff is recommending that additional funding of $150,000 be transferred from the I/I Reduction
project (91739) to provide sufficient funding for the project.
ALTERNATIVES
Deny authorization to advertise. The City Council may choose to not authorize project
advertisement. Staff does not recommend this alternative. Further delay of rehabilitating this
segment of wastewater collection system will only increase the costs associated with the
maintenance, emergency repair after complete failure, and construction phase of work.
Attachments:
a - Council Reading File - 91640 Plans
b - Council Reading File - 91640 Specifications
c - Vicinity Map
Packet Pg. 152
Item 11
910aabbaa696 1696657563395918987691695165173711135 300290abcdeabcddcbaabcde234250242226200196180178172170166 to164162156 to160154152140706710720726730748760772774
790
796 133217225263ab c deabcdaabbccddabcdefgh265285295305 355365375385763A763B76576777111912312412012712813412910111131721711810120130111711610810710611282848890945561818587931920bb#14#13#12#11222115a16a#101314aa1112aa#5#6#7#8#4#3#2#1109871718aa#15#16773A
777
775B
775A
773B773C775C 787785783779791793A793C793E793F758754,756 275#9215A-D71, A764 A 390356#1-143242
84
7777918058178298
41 256228204136850
858
862
866
872
890
892
894
896A 896B 896C
972a
c
b
,d
-
f
9
48
,
a
-b
9
56
a1
71
1
9
5
8
7
8
8828869902258
6
0
8
3
0
8
0
4
77
8
79
0
76
6
1002006007002
0
0
78910111213abd795 c799abcd
17
21
23
25885
973 #1-7
981
977 #1-5 bcu
p
s
t
a
i
r
s
711
721
731
745
765
771
779
783 2026732
740
750
756
762
27
3345783
775
765
756
747
743
7332832704
706
724
732
748
752
760
770
780
794
713
74153545660647059636769747682797571706
740
764
790 80707377686660636769485451535928268063032804
810
814
818
850
862
894
47 A-B100 to 339152113(19)5911505864666872806
808
812
814
822
830
836
844
813
879
75894
884
878
860
854
807
815
823
104101102103119621263
6
2
7
47542720128111321271
2
6
1
1
6115110109
107991069893928988851051078468606737461010
1050100110
10251043104510854155A110711111127114128383630324025ABABABABABCD771251231271571591631651021
1027
1035
1037
1041
1061
1067
1145 190-196184170 A-C1561112
1118
1124-6
1152
1158 14814012810484ABDCEFG3260100a
1
a2
b
d1
d
2
d
3
c
35
2
2
26B1010
1064
11854321518
81
13139A B102 D
A
B
C
8312201230 #1-41801321421583082081081906866886906846927474 1/248 1/263 1/266 1/266 1/2#2#11045 1/21172 1/27313,A726 36171441252221998
1023948FOOTHILL PIPE BURST PROJECT 2019PROJECT VICINITY MAP1 OF 10SCALE IN FEET300NPacket Pg. 153Item 11
Page intentionally left
blank.
Packet Pg. 154
Item 11