Loading...
HomeMy WebLinkAbout08 - 16th Street Pump Station-Dolphin-Tamura Water Wells Award of ContractaEwapRr = CITY OF NE WPORT BEACH 9� /PORN City Council Staff Report Agenda Item No. 8 May 28, 2013 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department David A. Webb, Public Works Director 949 - 644 -3311, dawebb(a)newportbeachca.gov PREPARED BY: Michael Sinacori P.E., Assistant City Engineer 949 - 644 -3342, msinacori (a)newportbeachca.gov APPROVED: A Y TITLE: 16th Street Pump Station and Dolphin and Tamura Water Wells Improvements — Award of Contract No. 5196 ABSTRACT: Staff received favorable construction bids for the 16th Street Pump Station and Water Well Energy Efficiency Improvements and is requesting City Council's approval to award the contract to SCW Contracting Corporation. RECOMMENDATIONS: 1. Approve the project drawings and specifications 2. Award Contract No. 5196 to SCW Contracting Corporation of Fallbrook, California, for the total bid price of $773,410.00 and authorize the Mayor and City Clerk to execute the contract. 3. Establish a contingency of $77,000 (10 percent) to cover the cost of unforeseen work not included in the original contract. 4. Authorize the Mayor and City Clerk to execute Amendment No. 2 to Professional Services Agreement with Dudek and Associates of Encinitas, California, on a form approved by the City Attorney, for additional construction support services for not -to- exceed additional fee of $15,580. 1 of 4 161h Street Pump Station and Dolphin and Tamura Water Wells Improvements Award of Contract No. 5196 May 28, 2013 Page 2 FUNDING REQUIREMENTS: The CIP budget for FY 12/13 contains $330,000 in funding for this project. Sufficient additional funding is proposed in the CIP budget for FY 13/14. In addition, the Southern California Edison Company (SCE) is providing an energy conservation rebate for this project of $253,786. The following funds are planned to be expensed: Account Description Water Enterprise — Pump Station and Well Site Improvements Contributions — Pump Station and Well Site Improvements Proposed fund uses are as follows: Vendor SCW Contracting Corporation SCW Contracting Corporation Dudek DISCUSSION: Account Number 7523- C6002013 7251- C6002013 Purpose Construction Contract Amount $612,204.00 253,786.00 Total $856,990.00 Construction Contingency Const. Support Services Total Amount $773,41 0.00 77,000.00 15,580.00 E.: i The City's groundwater delivery system conveys groundwater pumped from four (4) existing wells in Fountain Valley to the 16th Street Reservoir. The 161h Street Pump Station pumps water from the three (3) million gallon reservoir into the water distribution system to meet demands and to Big Canyon Reservoir (BCR) for storage. The City, in cooperation with Southern California Edison (SCE), recently performed an energy audit of its current water wells and 161h Street pump station and found that significant energy savings could be realized if pump motor and drive shaft improvements were done at both the wells and the 16th Street Pump Station. The City engaged the design services of Dudek and Associates to conduct a preliminary evaluation of the water wells and 16th Street pump station to determine the necessary improvements. The following improvements were recommended to meet the energy saving project objectives: A. 16th Street Pump Station Project Objectives: o Improve the pump station's overall energy efficiency by replacing the solid state soft start motor controllers of the two (2) pumps with variable 2 of 16th Street Pump Station and Dolphin and Tamura Water Wells Improvements Award of Contract No. 5196 May 28, 2013 Page 3 frequency drives. This will eliminate throttling of the pump control valves (PCV's) thus saving electricity and reducing the City's electric utility costs. U Install two new vertical turbine pumps at a lower horsepower but at a faster revolution per minute to improve efficiency. B. Dolphin and Tamura Water Well Project Objectives: Replace each well site's solid state soft start motor controllers (two at each site) with variable frequency drives. This will eliminate, throttling of the pump control valves, thus saving electricity and reducing the City's electric utility costs. Replacing the soft - starters with Variable Frequency Drives (VFDs) will improve operational efficiency and reduce energy consumption by eliminating throttling of the PCVs. Because of the dramatic energy savings, Southern California Edison (SCE) will provide an estimated $250,000 in rebates if the City proceeds with the project. In addition, the on -going annual energy savings of the completed project will allow the City to recoup its investment in less than three (3) years. Dudek was authorized to prepare contract documents to accomplish the project objectives noted above. Those documents were completed earlier this year and bids were solicited. At 10:00 A.M. on May 7, 2013, the City Clerk opened and read the following bids for this project: The low total bid amount is 9.1 percent below the Engineer's Estimate of $850,000. The low bidder, SCW Contracting Corporation, possesses a California State Contractors License Classification "A" as required by the project specifications. A check of the contractor's references indicates satisfactory completion of similar projects for other public agencies. The work necessary to complete this contract consists of installing six (6) new variable frequency drives (VFDs) on the City's four wells and two of the five pumps at the 16th Street Pump Station. In addition; two new energy efficient pumps will be installed at the 16th Street Pump Station. 3 of BIDDER AS -BID AMOUNT Low SCW Contracting Corporation $773,41 u.uu 2 Arhaz Engineering $777,000.00 3 Southern Contracting Company $785,900.00 4 Newest Construction $807,000.00 5 MEC Mass Electric $1,003,000.00 The low total bid amount is 9.1 percent below the Engineer's Estimate of $850,000. The low bidder, SCW Contracting Corporation, possesses a California State Contractors License Classification "A" as required by the project specifications. A check of the contractor's references indicates satisfactory completion of similar projects for other public agencies. The work necessary to complete this contract consists of installing six (6) new variable frequency drives (VFDs) on the City's four wells and two of the five pumps at the 16th Street Pump Station. In addition; two new energy efficient pumps will be installed at the 16th Street Pump Station. 3 of 16th Street Pump Station and Dolphin and Tamura Water Wells Improvements Award of Contract No. 5196 May 28, 2013 Page 4 Construction Support Services A Professional Services Agreement (PSA) with Dudek and Associates was executed in August 2012 that included preliminary design for the water wells and 161h Street Pump Station and final design efforts for the water wells only for a total fee of $97,460. It was determined that it would be more cost effective to complete the 16th Street Pump Station improvements in concert with the wells. Amendment No. 1 to the PSA was executed in February 2013 to include the necessary contract documents for the 161h Street Pump Station and increased the compensation to $119,420. The original PSA included some minor construction support assistance. However based on the final completed design, additional construction support services are needed to complete this project. Upon City Council approval, Amendment No. 2 to the Professional Services Agreement with Dudek and Associates will be prepared on a form approved by the City Attorney to increase the total not -to- exceed compensation to $135,000. ENVIRONMENTAL REVIEW: Staff recommends the City Council find this project exempt from the California Environmental Quality Act ( "CEQX) pursuant to Section 15302 Class 2 (c) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential to have a significant effect on the environment as the project is a replacement of existing utility systems involving no expansion of capacity. NOTICING: The agenda item has been noticed according to the Brown Act (72 hours in advance of the meeting at which the City Council considers the item). The Notice Inviting Bids for this project was advertised in the City's official publication and in construction industry publications. Prior to implementation, staff intends to notice adjacent schools, churches and businesses. Public Works Director 4 of