Loading...
HomeMy WebLinkAbout22-Public Works 'CITY' OF SAN BERtQRDINO - REQU~~! N~~ 1~~7UNCIL ACTION Report of Bids - Replacement of From: ROGER G. HARDGRAVE Subject: Sewer Line in -D- Street, from 7th to 9th Street, per Plan No. 8587 De~: Public Works/Engineering --- INSITUFORM SOUTHWEST Date: 12-17-91 Synopsis of Previous Council action: June, 1991 - Sewer Line Construction Fund Budget for 1991/92 approved. 09-16-91 Approval of transfer of $78,000 from Sewer Line Construction Fund, "Installation of Sewer in Cajon," to "D Street Sewer Replacement, from 7th to 9th St." 10-21-91 Approval of plans and authorization to advertise for Recommended motion: Option No. One -- 1. That the transfer of $27,0<:0, from Acct. No. 245-365-57704, "City's share of Sewer Extensions," to Acct. No. 245-365-57886, "Replacement of Sewer Main -'D' St." be approved. 2. Adopt resolution. OR Option No. Two --That the bid for-replacement of the sewer line in "D" Street, from 7th St. to 9th St., in accordance with Plan No. 8587, be rejected, and the Dir. of P W/City Engr. be authorized to re-advertise for alternate bids to replace or reline the sewer line. OR Option No. Three - That the bid for replacement of the sewer line in "D" Street, from 7th St. to 9th St., in accordance ,~ith Plan No. 8587, be rejected, and the Dir. of P W/City Engr. authorized to re- advertise for bids to remove the protruding laterals and materials from laterals. cc: Shauna Clark Andy Green Manuel Moreno Jim Penman Contact person: Roger G. Hardgrave Phone: 5025 Staff Report, Report of Supporting data attached: Bids, Resolution Ward: 1 Option No. One FUNDING REQUIREMENTS: Amount: $105.000 lSipwpr Line Construction Fund) Source: (Acct. No.) 245-365-57886 in "D" St.. from 7th to 9th St. Finance: I , Acct. Descri lacement of Council Notes: dnClonrb ltpm Nn .~ ,..,L CITY OF SAN BERl;ARDINO - REQUEST O>R COUNCIL ACTION STAFF REPORT Page 1 of 2 Bids for the replacement of the sewer line in "0" Street, from 7th Street to 9th Street, were opened at 2:00 p.m., Tuesday, 12-10-91. Only one bid was received, in the amount of $75,365.60. The bid of $75,365.60 is 44.9% over the Engineer's Estimate of $52,000.00. Below is an estimate of the total project cost, based upon the actual low bid price. Construction Contract Engineering & Inspection (W.O. #1941) Sub-Total Contingencies (15%)! TOTAL ESTIMATED PROJECT COST $ 75,365.50 16,000.00 $ 91,365.50 13,634.50 $ 105,000.00 An amount of $78,000 has been allocated, under Account No. 245-365-57886, to finance the costs incurred for this project. The plans and specifications were prepared to direct the Contractor to install a liner in the existing pipe, by one of the 5 methods allowed in our standard specifications. This method was selected in order to achieve a lower cost and minimize dis- ruption to traffic. The project was discussed with the bidder and another contractor. However, the bidder I s price was much higher than indicated and the other contractor didn 't submit a bid due to having just been awarded two large contracts. Two video tapes have been made of this sewer line, one about a year ago by a contractor and the other recently by City Forces. Both tapes show some protruding laterals, a rag stuck in a lateral just north of 8th Street (east side), but in general the pipe is in surprisingly good shape. There are 3 basic options open to the City. These options are: Option No.1 -- Allocate supplemental funds in the amount of $27,000, and award a contract to the sole bidder. Option No. Works/City placing or $78,000. 2 -- Reject the bid and direct the Director of Public Engineer to re-advertise for alternate bids for re- relining the sewer line - Estimated Total Cost - Option No.3 -- Reject the bid and direct the Director of Public Works/City Engineer to advertise for bids for removing the pro- truding laterals and rag (in the lateral north of 8th Street) - Estimated Total Cost - $15,000. 12-17-91 75.0264 CITY OF SAN BERCARDINO - REQUEST Q)R COUNCIL ACTION STAFF REPORT Page 2 of 2 We feel that the sole bid received is not competitive and, therefore, are unable to recommend Option No. 1. Readvertising for alternate bids, Option No.2, is expected to result in a lower bid price. Option No. 3 is a minimum cost alternative that would address the immediate problem of backups. 12-17-91 75-0264 o z is a: e z a: III III Z e III II. o ~ U ~-"f ft. 5!\b ~ ~ ~~lo ::l -6:1II o ti - U~L!:( ~!C~ib ~a:~. ~.......ilJ o !!! c:i.-9l u!... Z Q2a: 0 ZOO - eeL ... III 0.. a::~a: ii: 0_.. U >ul:; II) :$ulIJ LIJ ""~-. Q uOal Q Oa::::l - ~"-II) aI !;( Q Cl ~ Z 1IJ 0.. o Q aI r ~~ ~ 19 Iii "l P _lSI P ~ f-- ~ " 1::1 0 iii c; II. ~ 0 ... l.S z ;:) 0 2 e : ! Q Z '> 0 aI ~ 51 ~ - ~ ~ > aI Q au \. a:: ~ ro LIJ lE ~~~ a:: 0.. ; a: ~' III 181 a: Q ~ " 1IJ Q r;:> aI ai ~f- fBl ~ "- - ::l ~ ~ Z 0 Z 1IJ ~ ~ ~~ !;( a: ~ 0 tf I i= """"""- , II) Z LIJ 0 t- Cl ~ . Z U t:S a:: ii: I~ LIJ LIJ (3 I .... N ~I Z au I ... on ID ... <Xl en C> .... N ~ ... on Cl fut .... .... .... .... .... .... Z I I , , LIJ 19 \J ~ :J- 1 c ...-= Z ::l o ~ e Q ai ~ ...J ... Z 1IJ a:: ~ 0.. < I :> aI Q LIJ Q a: 0 Cl U Z 1IJ ~ a:: II) " " Q a: ai :> ... c 0 a: z "' C ..J 0 Cl .. Z "' :I .. a: C( ... "' c " z iL "' ..J ii: c iD > a: C( z C( " :> z aI 0 Q -= C( LIJ a: U .. Z <II ::l i 0 ~ Z Z C( < "' Q .. Z i < Q 1IJ Z Z 0 1IJ -= 0.. :> 0 III II) i< Q .. <II co a ::!E < Z ~ a:: ii: Di aI U Z LIJ Z ::l , i d Z ... Z ::l o (,) (,) < o o 1 RESOLUTION NO. 2 RESOLUTION OF THE CITY OF SAN BERNARDINO AWARDING A CONTRACT TO INSITUFORM SOUTHWEST FOR SEWER PIPELINE 3 REHABILITATION IN "D" STREET, FROM SEVENTH STREET TO NINTH STREET. 4 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE 5 CITY OF SAN BERNARDINO AS FOLLOWS: 6 7 SECTION 1. lowest Insituform Southwest is the responsible bidder for: Sewer Pipeline Rehabilitation in tin" 8 Street, from Seventh Street to Ninth Street, per Plan No. 8587. 9 A contract is awarded accordingly to said bidder for the total 10 amount of $75,365.60, but such award shall be effective only upon 11 the contract being fully executed by the parties. All other 12 bids, therefore, are hereby rejected. The Mayor is hereby 13 authorized and directed to execute said contract on behalf of the 14 City; a copy of the contract is on file in the office of the City 15 Clerk and incorporated herein by reference as fully as though set 16 forth at length. 17 SECTION 2. This contract and any amendment or modi fica- 18 tions thereto shall not take effect or become operative until 19 fully signed and executed by the parties and no party shall be 20 obligated hereunder until the time of such full execution. No 21 oral agreements, amendments, modifications or waivers are 22 intended or authorized and shall not be implied from any act or 23 course of conduct of any party. 24 SECTION 3. This resolution is rescinded if the parties 25 to the contract fail to execute it within sixty (60) days of the 26 passage of this resolution. 27 / / / / 28 / / / / 12-17-91 - RESO: AWARDING CONTRACT TO PIP~E REHABILITATION NIN'l\o.J.3TREET. INSITUFORM SOUTHWEST IN "DOTREET, FROM FOR SEWER SEVENTH TO 1 I HEREBY CERTIFY that the foregoing resolution was duly 2 adopted by the Mayor and Common Council of the City of San 3 Bernardino at a meeting thereof, held on the 4 day of , 1991, by the following vote, to-wit: 5 Council Members: AYES NAYS ABSTAIN ABSENT 6 ESTRADA 7 REILLY 8 HERNANDEZ 9 MAUDSLEY 10 MINOR 11 POPE-LUDLAM 12 MILLER 13 14 15 16 17 18 19 20 21 22 Rachel Krasney, City Clerk The foregoing resolution is hereby approved this day of , 1991. W. R. Holcomb, Mayor City of San Bernardino Approved as to form and legal content: James F. Penman City Attorney "\ , 23 By. 4-"'~' 24 {/ 25 26 27 28 ~ -; / J c- '_, _',___ - 2 - 0 z -. Ci . e z 15 .. z ~ II. 0 = ~ a 0 " z Z LIJ l1. 0 0 iii ClI-'f I, S!\b ~ ...J '" t.l !:)!J z ....~ :;:) -~ 0.1;; t.lOLU z...2 oeo ~I!!~' ~III'" 0- t.ll!.... Z 02. 0 Z CI it -l- Ce- '" l1. 11:=. it: o_~ t.l >ut.l Ul ~ '.LIJ LIJ ..~.., 0 ..0= 0 011::;:) - '-Io.Ul = . "" h. .. r iil ci I~I 0 ;s - 1.9 ~ ~ " ~ G CI ~ ii II. CI .... I Z ::l I :@ CI 2 e iii i ~ I- Z 0 LIJ II: Z '> ~ 0 = l1. C -S; 51 ~ - ~ 1 iii 0 LIJ \. II: ~ G:) LIJ Ul II: a::l - l1. II: 'JQI LIJ H ISlI II: 0 ; LIJ ~ I"] - = ~ ~ ]1 - ~" :;:) z ~ z :s ill l1. ~ II: ~ 0 I ~ , Ul Z LIJ 0 ] -t- " ~ Z t.l ;-j II: ~ LIJ ~I LIJ t.l , ... N ~ It> '" ... ~ LIJ , ... '" CI ... N ~ ~ It> " ~l ... ... ... ... ... ... Z I I , LIJ ... I >- = 0 LIJ 0 II: ~ 0 <:I C t.l z LIJ ~ Z II: ~ Ul :z: u II: 0 II: ~ iii ::l ... Q Q II: Z .. Q ... Q <:I .. Z .. :I .. II: C ... .. Q " z i: .. ... ci ii: = Q t.l iii Z LIJ >- Z II: :;:) C z ! c i u i >- z I = 0 ;: I 0 C LIJ II: t.l .. Z .. :;:) z 0 ~ z z c c .. 0 .. z i c ci 0 Z LIJ Z Z Q I- LIJ ;: Z l1. i :;:) 0 0 Ul i t.l 0 .. <.J .. C co is