Loading...
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