Loading...
HomeMy WebLinkAbout03/19/2002, C6 - APPROVE AND AWARD RESERVOIR#2 CLEAN AND REPAIR PROJECT council 'Marc° March 19 2002 accnaa aepoiA "�H.m e� CITY OF SAN LUIS OBISPO FROM: John Moss, Utilities Director =I�I'- Prepared by: Dan Gilmore,Utilities Engineer p4— SUBJECT: APPROVE AND AWARD RESERVOIR#2 CLEAN AND REPAIR PROJECT CAO RECOMMENDATION: By motion: 1) Approve the Reservoir#2 Clean and Repair Project—City Specification No. 90226. 2) Award the contract to C.W. Neal Corporation in an amount not to exceed$71,445. 3) Authorize the transfer of$50,000 from Water Fund balance to support the project. DISCUSSION: The City's Reservoir#2 is a 7.5 million gallon treated water storage facility, located approximately one mile east of the Water Treatment Plant on Stenner Creek Road. Treated water is contained in the reservoir by a flexible membrane liner and floating cover. Since the cover and liner were installed in 1987, the inside of the reservoir and the surface of the floating cover have not been cleaned. The floating cover needs minor repair in several locations. This project is necessary in order to insure reliable service and high water quality. This project involves draining the reservoir, cleaning the inside of the reservoir and the surface of the floating cover, making repairs and adjustments to the floating cover system, and placing the reservoir back in service. The 2001-03 Financial Plan identifies a project budget of$30,000 for this work. On January 8, 2002, the CAO approved a Request for Proposals (RFP) and authorized staff to advertise for proposals. On February 14, 2002, the City opened the only proposal submitted for the project. The one proposal was submitted by C.W. Neal Corporation, who has previously performed similar work for the City and is considered to be uniquely qualified to perform the work required by Specification No. 90226. A very preliminary cost estimate was solicited from C.W. Neal approximately two years ago, prior to the preparation of the 2001-03 Financial Plan. The estimate of$30,000 included cleaning the top of the cover and repairing exterior damage to the cover. This became the basis of our budget for the project, but did not include cleaning the interior of the reservoir, proper disposal of the water and sediments removed and other related issues which were identified as necessary during the development of the request for proposals. The base bid in C.W.Neal's proposal for the cleaning the interior and exterior of the reservoir and repairing the cover is $58,347. Other issues that may have impacted the cost include the construction bidding "climate" at this time and the City's detailed specifications and requirements. The remaining costs are for repair of the floating cover, relocation of access hatches that are currently unusable, and the installation of an automatic rainwater pump system. The proposal from C.W. Neal Corporation is considerably more than the amount budgeted and exceeds the $50,000 limit that can be authorized by the CAO. For this reason, Council is being asked to approve the project at a higher funding level, award the project to C.W. Neal Corporation G4 -/ Council Agenda Report—Reservoir#2 Clean and Repair Project—Specification No. 90226 Page 2 m an amount not to exceed $71,445, and to authorize the transfer of$50,000 from Water Fund balance to support this much needed project. FISCAL IMPACT: The Reservoir#2 Clean and Repair Project is identified in the 2001-03 Financial Plan, Appendix B — Capital Improvement Plan, page 113. There is currently $30,000 in the project budget. An additional $50,000 is available from Water Fund balance and we recommend it be transferred to the project account, for a total of$80,000 to support completion of the project, including contingencies. Based on Mid-Year Budget Review projections, transferring the additional $50,000 will result in a Water Fund balance that is still well above the 20%minimum. Below is a breakdown of the project costs and funding sources: Project Costs Contract Amount $71,445 Contingencies $8;555 Total $80,000 Project Funding 2001-02 Budget $30,000 Additional Funds $50,000 Total $80,000 ALTERNATIVES: Re-issue the Request for Proposals. This alternative is not recommended due to a relatively small construction window. The project must be completed during the month of April, prior to the increase in water demand associated with the summer months. Tn addition, the project should be completed as soon as possible in order to ensure the greatest reliability and the highest quality of treated water. ATTACHMENTS: !' -Proposal by C.W. Neal Corporation 2 -Agreement File Path: Util on 879_mom\sys\Groups\Council Agenda Reports\2002 Council Agenda Reports\Res 2 CAR Cd -2 ATTACHMENT V CW 14EAL since 1967 http://www.cwneal.com February 11, 2002 Mr.Dan Gilmore P.E. Utilities Engineer City Of San Louis Obispo 879 Morro St. San Louis Obispo,CA 93401 805-781-7208 805-781-7218 Fax Ref:Reservoir#2 Clean and Repair Specification No.90226 Subj:CW Neal Corporation Proposal#02013 Dear Mr.Gilmore: Scope Of Work: a. After taking the reservoir out of service,remove all plants,sediment,and debris-from inside the reservoir and on floating cover. b. Clean the inside of the reservoir and the surface of the floating cover using a method approved by DHS that would minimize downtime. CWN proposes two options for cleaning the liner and cover. Method 1.Cleaning the liner by using divers with the reservoir/reservoirs full.This would be performed by a subcontractor LiquiVision and would employ there"LiquiVacffa"system of underwater cleaning,"see attached brochure".This system is reportedly able to get the interior much cleaner then using the inflation and hose down method.The discharge water would be pumped to the old backflow flush pond located just outside the solid fence in the North West corner. After the liner is clean and the reservoir is drained CWN would.fmish cleaning the top of the cover,inflate the cover and inspect/mark for holes in the cover to be patched.During this process we would disinfect the inside of the reservoir using the ANSI/AW WA method#C652-92 Sec.4.2 Chlorination Method 2"200 PPM contact method". This cleaning method would have the advantage of minimum downtime for the reservoirs as they can be kept in service during the cleaning process.This method of cleaning also includes a video tape of each feature and or problem areas found. It is estimated that 2 days will be required for each reservoir to be drained. $59,732.00 Method 2.After the reservoir/reservoirs are drained CWN would clean the top of the cover and then inflate the cover and clean the inside of the reservoir/reservoirs by using fire hoses from a water truck.The sludge will be moved by brooms,squeegees,and the wash down water to the low area in the floor of the reservoir where the drain is located and opened to daylight. After the reservoir is cleaned we would inspect/mark for holes in the cover to be patched.During this process we would disinfect the inside of the reservoir using the ANSI/AWWA method#C652- 92 Sec.4.2 Chlorination Method 2"200 PPM contact method". It is estimated that 5 days will be required for each reservoir to be drained. $58;347.00 •8625 Argent Street Santee,CA USA 92071-4173 •Tel:619.562.1200 *Fax:619.562.1150 •Web Page:http://www.cwneal.com 0 Contractor's License Class A#409317 11 j 0 ��J ATTACHMENT I CW Neal Corporation Proposal#02013 February 11, 2002 NOTE: If the reservoirs can be isolated so we can complete our work on one reservoir at a time the downtime would be minimal if at all. Assumptions: 1. The heavy sediment is loose and is no more than 1"deep nominal. 2. If method#2 is used,that there is a drain in the low point of the reservoirs that will allow the sediment and washmater drain to daylight.And that the water draining from this drain will not have to be pumped or otherwise handled/treated. 3. Water is provided by the City at no cost.The water source is located at the water treatment plant located within 4 miles of the reservoirs. 4. Sediment and debris can be left on site,not requiring any hauling. 5. The owner is to drain the reservoir/reservoirs within 24 hours and maintain a reasonably dry work environment under the cover while the inflation is in progress. 6. CWN is experienced in the inflation of and working.under inflated covers and will provide a written inflation procedure that will include a confined space program.CWN is assuming that the existing factory seams,field seams,and appurtenances were performed in a professional manner and that the inflation process will not cause any damage to the cover.CWN cannot be responsible for damage to the cover due to others workmanship,defect in materials or other unforeseen defects or problems not;identified by the owner or CWN. 7. One mobilization/demobilization is allowed in this proposal,other mobilizations not the fault of CWN will be charged at$3,100. c. Fully inspect and repair all damage to floating cover and reservoir liner using methods approved by DHS and in accordance with manufactures recommendations. CWN will inspect the top side of the cover during the topside cleaning process.During the inflation process we look for and mark any pinholes or other problem areas in the cover.The cover is then deflated and the repairs are made.Due to the unknown quantities needed for patching materials,CWN has allowed for 25 sq.ft.of new Hypalon material per reservoir fora total of 50 sq.ft. Due to the fact that the cover is made of Hypalon and is"cured"we do not know if Hypalon adhesive will create an adequate bond for the repairs.We will not know until a large enough sample is provided for testing and even then some areas i.e.the sumps may require a flexible epoxy adhesive,therefore CWN reserves the option to use whichever adhesive is best suited. d. Repair or replace vents,adding additional vents,floats,and weights,as necessary,to ensure that the floating cover is functions properly. During the site inspection there was water on the covers toonedegree or another.The obvious is that the repairs need to be made to the cover first and then evaluate the covers without the water on top of the covers.It was noted that two floats near the hatch on the east reservoir are being pulled into the sump and need to be relocated:Only the realignment of these two floats is included in our proposal. e. Relocate up to six access hatches,as appropriate,to ensure proper access over the broadest range of reservoir levels as practical.Add floating walkways,as appropriate,to new hatch locations. The cost to cut out,patch,and relocate each hatch no walkways included in this price. Floating walkways depend on where the hatch is located no price can be given at this time.The pricing for walkways would be extra work as per attached Time&Material sheet. $2.705.00 Each Page 7 of,; ® ATTACHMENT CW Neal Corporation Proposal#02013 February 11, 2002 f. Replace floating cover drainage system on each side to ensure proper dewatering. CWN will furnish a pump.assembly which includes an HDPE sump,counterweight, float collar, 110V pump with 1 '/i'discharge,and vertical float switch in sump can,up to 150'of electrical cord wired directly into the pump,and up to 150' of spiral wrapped discharge hose. NOTE;The City of San Luis Obispo is to provide the source of electricity and all electrical components as well as an electrician-to wire the pumps up to power. $3,844.00 Each g. Replace chlorine feed piping and sample line from reservoir to the existing chlorine building below the reservoir., During the site visit it was unclear what is actually required.The following is an estimate of what the intent is and is included in this proposal.Up to 240' of 1"schedule 80 PVC pipinco two each PVC ball valves,20 fittings"45' and 90' ells"etc,and 100'of ditching one foot deep. $3,649.00 h. Contractor shall supply"as-built" plan indicating modifications to the floating cover for the City's archives. This will be done with CAD revision#14 and will be presented on disk as well as a printed copy. The cost of the-"as-built"is included in sections a.&b. above. L All work shall comply with DHS guidelines for disinfection and water quality,and the contractor shall be responsible for any and.all water quality testing that should be performed prior to placing the reservoir back in service. CWN will disinfect the inside of the reservoir using the ANSI/AWWA method#C652-92 Sec.4.2 Chlorinatior.Method 2"200 PPM contact method". CWN has$750 in his proposal for bacteriology water quality testing in item a.&b,above.This portion of the proposal and the cost could be given back to the city as the city routinely performs such testing. NOTE:As the existing covers at Reservoir#2 were installed several years before the DHS guideline for floating covers was adopted,they do not meet the new DHS guidelines. CWN is not installing any new appurtenances and only working with the existing cover materials, and appurtenances,therefore CWN cannot be held responsible to bring the covers in compliance with the DHS guidelines. RAikeNeal 1� Vice President C ® ATTACHMENT 2 AGREEMENT THIS AGREEMENT is made and entered into in the City of San Luis Obispo on this day of by and between the CITY OF SAN LUIS OBISPO, a municipal corporation,hereinafter referred to as City,and C.W.Neal Corporation,hereinafter referred to as Contractor. WITNESSETH: WHEREAS, on January 12, 2002, City requested proposals for the cleaning and repair of a treated water reservoir liner and floating cover,per Specification No.90226. WHEREAS, pursuant to said request, Contractor submitted a proposal that was accepted by City for the required work. NOW THEREFORE, in consideration of their mutual promises, obligations and covenants hereinafter contained,the parties hereto agree as follows: 1. TERM. The term of this Agreement shall be from the date this Agreement is made and entered, as first written above,until acceptance or completion of said work. As stated in Specification No.90226,work shall begin within seven(7)days of contract execution and shall be completed within thirty(30)days thereafter. 2. INCORPORATION BY REFERENCE. City Specification No. 90226 and Contractor's proposal dated February 11,2002,are hereby incorporated in and made a part of this Agreement. 3. CTPY'S OBLIGATIONS. For providing the services as specified in this Agreement, City will pay and Contractor shall receive therefor a total sum not to exceed$71,445. 4. CONTRACTOR'S OBLIGATIONS. For and in consideration of the payments and agreements hereinbefore mentioned to be made and performed by City,Contractor agrees with City to do everything required by this Agreement, Specification No. 90226, and the contractor's proposal dated February 11, 2002, attached hereto and incorporated into this Agreement. As the Contractor's proposal contains a Scope of Work with several options and quantities that may be adjusted up or down, the proposed compensation identified in Item 3 above shall include Scope of Work items a,c,d,f,h,and i as stated,and the other Scope of Work items as modified below: b) Clean the Reservoir#2 cover and liner in accordance with Method 2. e) Relocate two access hatches(1 each side of reservoir). g) Deleted. All other aspects and provisions of the Specification No. 90226 and the Contractor's proposal retrain in full force and effect. ATTACFIMENT 2 5. AMENDMENTS. Any amendment, modification or variation from the terms of this Agreement shall be in writing and shall be effective only upon approval by the City Engineer. 6. COMPLETE AGREEMENT. This written Agreement, including all writings specifically incorporated herein by reference, shall constitute the complete agreement between the parties hereto. No oral agreement, understanding, or representation not reduced to writing and specifically incorporated herein shall be of any force or effect, nor shall any such oral agreement, understanding, or representation be binding upon the patties hereto. 7. NOTICE. All written notices to the parties hereto shall be sent by United States mail, postage prepaid by registered or certified mail addressed as follows: City City Engineer City of San Luis Obispo 955 Morro Street San Luis Obispo,CA 93401 Contractor Mike Neal,Vice President C.W.Neal Corporation] 8625 Argent Street Santee,CA 92071-4173 8. AUTHORITY TO EXECUTE AGREEMENT. Both City and Contractor do covenant that each individual executing this agreement on behalf of each party is a person duly authorized and empowered to execute Agreements for such party. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year fust above written. APPROVED AS TO FORM: CITY OF SAN LUIS OBISPO,A Municipal Corporation By: LBy: eff fr#j dirmf Allen Settle,Mayor ATTEST: CONTRACTOR By: By: Lee Price,City Clerk