Loading...
HomeMy WebLinkAbout14-Development Services CITY OF SAN BERNARDINO REQUEST FOR COUNCIL ACTIONO RIG 1 N A L From: James Funk, Director Subject: Resolution awarding a contract to David T. Wasden, Inc., for the Replacement of Sewer Manholes at Various Locations in the City of San Bernardino (SW05-08) per project Plan No. 11341 and authorization for the Director of Finance to amend the FY 2005/06 Budget. Dept: Development Services Date: August 3, 2005 File Nos. 3.7472 MCC Date: August 15,2005 Synopsis of Previous Council Action: Sept. 7, 2004 Allocated, as part of the FY 2004/05 Capital Improvement Program (CIP), $80,000.00 in sewer line construction fund for Upgrade Clean-out Manholes to City Standard 48" Manholes. Recommended Motion: 1. Authorization for the Director of Finance to allocate $128,300 from Sewer Maintenance Funds balance to Account No. 132-431-5505-7472 for Replacement of Sewer Manholes at Various Locations (SW05-08) per Plan No. 11341. The Director of Finance is also authorized to unallocate the $128,300 in Account No. 245- 365-5504-7472 Manhole Replacement/Upgrade to City Standard (SW05-08) and return it to the Sewer Line Construction Fund balance. 2. Adopt Resolution. ~~ James Funk, Development Services Director Contact Person: Mike Grubbs, Engineering Manager/Field Engineer Phone: 5179 Supporting data attached: Staff Report, Resolution, Vicinity Map Ward: 1 FUNDING REQUIREMENTS: Amount: $125.000.00 Source: (Acct. No) 132-370-5505-7472 Acct. Description: Sewer Improvement Projects Finance: Council Notes: Agenda Item No. / t! ~ /I~/OS;- CITY OF SAN BERNARDINO REQUEST FOR COUNCIL ACTION STAFF REPORT Subiect: Resolution awarding a contract to David T. Wasden, Inc., for the Replacement of Sewer Manholes at Various Locations in the City of San Bernardino (SW05-08) per project Plan No. 11341. Background: On September 7, 2004, the Mayor and Common Council allocated, as part of the FY 2004/5 Capital Improvement Program (CIP), $80,000.00 in sewer line construction fund for Upgrade Clean-out Manholes to City Standard 48" Manholes. $78,300 is proposed to be carried over and additional amount of $50,000 allocated in the FY 05/06 CIP for a total funding amount of approximately $128,300. This project consists of the following (see attached map for locations): I. Cutting and removing existing clean-out manholes and connection of the sewer main. 2. Installation of new manholes outside the intersection. 3. Repair of damaged asphalt disturbed by contractor's operations. The plans and specifications for this project were completed and the project advertised locally in the San Bernardino County Sun Newspaper, F. W. Dodge, Construction Data Hot Sheet, Reed Construction Data and Bid America, Construction Bid Source, the City's web sites, and the San Bernardino Area Chamber of Commerce. Bids have been received and are listed below: Name of Bidder Citv Amount of Basic Bid David T. Wasden, Inc. Riverside $ 94,300.00 Nikola Corporation Irvine $ 99,995.00 MCC Equipment Rentals, Inc. Yucaipa $ 144,280.00 D.L.S.B., Inc. Etiwanda $ 163,125.00 En2ineer's Estimate $ 94,650.00 Based on review of the sealed competitive bids received, staff has determined that David T . Wasden, Inc. of Riverside, the apparent low bidder, has met the minimum requirements of the specifications and bid guidelines; and, therefore, recommends that the Mayor and Common Council award the referenced contract to David T. Wasden, Inc. The estimated project costs are as follows: Construction Cost (Basic Bid) $ 94,300.00 Contract Management and Inspection (16%) $ 15,088.00 Contingencies (16%) $ 15,612.00 Estimated Total Project Cost $ 125,000.00 If approved, this project is expected to begin construction in September of 2005 and be completed by December of2005. 2 08/09/2005 4:57 PM CITY OF SAN BERNARDINO REQUEST FOR COUNCIL ACTION STAFF REPORT (Continued) Financial Impact: Adequate funding for this project is proposed to be allocated in the FY 2005/2006 CIP in Account No. 245-365- 5504-7472. Since this project is better described as maintenance rather than new construction, staff is recommending that the Sewer Line Construction funds be exchanged for unallocated Sewer Maintenance funds. This exchange will free up Sewer Line Construction funds, which can be more appropriately used for construction of new sewer lines. The Sewer Line Maintenance Fund has a large available fund balance that can be used for this project with no negative impact to other projects. Recommendation: 1. Authorization for the Director of Finance to allocate $128,300 from Sewer Maintenance Funds balance to Account No. 132-431-5505-7472 for Replacement of Sewer Manholes at Various Locations (SW05-08) per Plan No. 11341. The Director of Finance is also authorized to unallocate the $128,300 in Account No. 245- 365-5504-7472 Manhole Replacement/Upgrade to City Standard (SW05-08) and return it to the Sewer Line Construction Fund balance. 2. Adopt Resolution. 3 08/0912005 4:57 PM City of San Bernardino, California Department of Public WorkS', Division of Engineering REPLACE SEWER MANHOLES AT VARIOUS LOCATIONS IN THE CITY OF SAN BERNARDINO AV zIt;; ~. cc.. E ,,\ SAN \ fEUPE -'cRO~ ~ co VICINITY MAP N. T. S. SW05-08 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 RESOLUTION NO. t <<:>> IPV RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AWARDING A CONTRACT TO DAVID T. WASDEN, INC., FOR THE REPLACEMENT OF SEWER MANHOLES AT VARIOUS LOCATIONS IN THE CITY OF SAN BERNARDINO (SW05-08) PER PROJECT PLAN NO. 11341. BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: SECTION 1. David T. Wasden, Inc., 1240 San Cristobal Drive, Riverside, CA 92506, is the lowest responsible bidder for the Replacement of Sewer Manholes at Various Locations in the City of San Bernardino (SW05-08) per project Plan No. 11341. A contract is awarded accordingly to said bidder in a total amount of $94,300.00, with a contingency amount of $15,612.00, but such award shall be effective only upon being fully executed by both parties. All other bids, therefore, are hereby rejected. The Mayor is hereby authorized and directed to execute said contract on behalf of the City; a copy of the contract is on file in the office of the City Clerk and incorporated herein by reference as fully as though set forth at length. SECTION 2. This contract and any amendment or modifications thereto shall not take effect or become operative until fully signed and executed by the parties and no party shall be obligated hereunder until the time of such full execution. No oral agreements, amendments, modifications or waivers are intended or authorized and shall not be implied from any act or course of conduct of any party. SECTION 3. This resolution is rescinded if the parties to the contract fail to execute it within sixty (60) days of passage of the resolution. / / 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 MC CAMMACK 19 20 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AWARDING A CONTRACT TO DAVID T. WASDEN, INC., FOR THE REPLACEMENT OF SEWER MANHOLES AT V ARIOUS LOCATIONS IN THE CITY OF SAN BERNARDINO (SW05-08) PER PROJECT PLAN NO. 11341. I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor and Common Council of the City of San Bernardino at a meeting thereof, held on the day of , 2005, by the following vote, to wit: Council Members: AYES NAYS ABST AIN ABSENT ESTRADA LONGVILLE MC GINNIS DERRY KELLEY JOHNSON City Clerk 21 The foregoing resolution is hereby approved this 22 23 24 Approved as to fO, and legal content: 25! ~ "":'}" *fit 1>-<0 7 J C-'l.1.I.-<....- 261_aIjes F. Penman, 27 I yty Attorney 28 day of ,2005. Judith Valles, Mayor City of San Bernardino