Loading...
HomeMy WebLinkAbout09 - C-3512 - Bayshores Water Main ReplacementCITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 9 May 13, 2003 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Michael J. Sinacori, P.E., Principal Civil Engineer 949 -644 -3311 msinacod @city.newport- beach.ca.us SUBJECT: BAYSHORES WATER MAIN REPLACEMENT - AWARD OF CONTRACT NO. 3512 AND APPROVAL OF AMENDMENT NO. 1 TO CIVILTEC ENGINEERING PROFESSIONAL SERVICES CONTRACT RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Award Contract No. 3512 to Cody Engineering, Inc. for the total bid price of $591,230 and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $59,000 to cover the cost of unforeseen work. 4. Approve Amendment No. 1 to Professional Services Agreement with Civiltec Engineering Inc. increasing their compensation $12,535 for additional design services related to the subject project and authorize the Mayor and City Clerk to execute the Amendment. DISCUSSION: At 2:00 P.M on April 30, 2003, the City Clerk opened and read the following bids for this project: TOTAL BID AMOUNT $591,230.00 $598,410.00 $619,342.62 $638,380.00 $668,748.00 $696,558.00 $697,970.00 BIDDER Low Cody Engineering 2 GCI Construction, Inc. 3 W.A. Rasic Construction Co. 4 P & J Utility Co. 5 Special Services Contractors 6 Valverde Construction 7 SRD Engineering TOTAL BID AMOUNT $591,230.00 $598,410.00 $619,342.62 $638,380.00 $668,748.00 $696,558.00 $697,970.00 Subject: Bayshores Water Main Replacement — Award of Contract No. 3512 May 13, 2003 Page: 2 BIDDER CONTINUED TOTAL BID AMOUNT 8 Vido Artukovich & Son, Inc. $855,925.00 9 Majich Brothers, Inc. $933,730.00 10 Beador Construction Co. Non Responsive Bid 11 Savala Construction Non Responsive Bid The low total bid amount is 12 percent below the Engineer's Estimate of $680,000. The low bidder, Cody Engineering, Inc., possesses a General Engineering Classification "A" contractor's license as required by the project specifications. Cody Engineering, Inc. has satisfactorily completed similar water main construction projects for other public agencies. The overhead utilities within the Bay Shores tract are going to be placed underground (Assessment District No. 70) in the fall of 2003. In an effort to coordinate with other City improvements and in accordance with the Water Master Plan, staff recommends the replacement of the deteriorating cast iron pipe section of the Bay Shores water system servicing these homes before the undergrounding construction begins. The existing waterline was constructed in the 1950's and relined in 1983. This project provides over 5,000 feet of waterline replacement and the associated house services (see attached exhibit). Civiltec Engineering Inc. prepared the contract documents for the Water Main Replacement Project under their As- Needed Engineering Construction and Support Services Professional Services Agreement. During the course of the accelerated design effort, additional efforts were required which required them to exceed their $25,000 contract amount as described in the attached Amendment No. 1 to their Agreement. Staff recommends approval of Amendment No. 1 in the amount of $12,535. Environmental Review: The project was determined to be exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15302 of the CEQA Implementing Guidelines at the time the project was authorized by the City Council. This exemption covers the maintenance and alteration of existing public facilities with negligible expansion of the facilities in areas that are not environmentally sensitive. Funding Availability: There is $614,218 in funds available to award the contract to Cody Engineering, provide for the additional $12,535 in design services for Civiltec Engineering, and allow $10,453 for unforeseen conditions. The remaining $48,547 required for contingent construction Subject: Bayshores Water Main Replacement — Award of Contract No. 3512 May 13, 2003 Page: 3 work can be appropriated subject to approval of the proposed 03/04 fiscal year Water Master Plan Improvement Program. Account Description Water Main Master Plan Improvement Program Pipeline Master Plan Replacement Projects Water Main Master Plan Improvement Program (proposed FY 03/04) Prepared by: y �Michael J. Sinaco'' Principal Civil Engineer Account Number Amount 7501 C5500074 $260,536 7501 C5500578 $353,682 7501 C5500074 $48,547 Total: $662,765 Submitted by: Stephen G. Bad hm`� Public Works Director Attachments: Project Location Map Bid Summary Civiltec — Professional Services Agreement Amendment No. 1 1 � 1 � 1 1 I' 1 1 1 w C 3 w F y w C U 3AIN4 I i 1- - , 1 / / I � ti DRIP£ / I/ \ / s \ / Q \ / N on c o s U n. C: - - 1 'll 11 , � c w 1 1 - 1 ' , 1 - 1 1 1 ' , 1 _ 1 1 , H 1 w' 3' 1 — U ;. _ '51 1 1 1 ++ 1 ' 3 1 4--+ 2� 1 � , V 1 1 1 1 U 1 1 1 1 -1- 1 1 1 1 ! , 1 1 1 1 1 � 1 � 1 1 I' 1 1 1 w C 3 w F y w C U 3AIN4 I i 1- - , 1 / / I � ti DRIP£ / I/ \ / s \ / Q \ / N on c o s U n. C: � c w F Z Z UW 42 W ~ Ln W •Q1 0 IL to W Y Z0 O LL 0 OV U� IL R G d x 0 N U G Z O Q O N a O F O O O O O O O O O O O O ... O O O .. 0 0 0 O 0 O O 0 0 O O .. .. 0 0 0 0 0 0 0 .. 0 0 0 T O Z O O O O O O O O O O O O O O O S O O O O Q vN 0 O 0 0 O O 0 O 0 O 0 O 0 0 O 02. O ......... O O O O m N m N O N m m N O V O l7 O O O O 0 l7 0 m m N O) N N N N N E m m N N N O O Q U _T - O O ....... O O O O O O O O .... O O O O O O O O O O O 0 O 0 0 O O ...... O N p O O O O O l7 t7 t7 O Q O O O O 8 N m 0 ... O 0 O O O O O O m m N m N vN O D! m O O O O tt Q O 0 O O 0 0 O O 0 0 O O O N O O O O O O O O O O O p O O S O O N N N OI O 0 O 0 O 0 O O 0 0 O 0 () � 1� O O O O m v l7 O N {per N O O N j O 0 O l7 m N N r eD N N V D! 1� l7 r l7 ("1 l7 C V j 5 � N Q O U 0 O 0 0 O O 0 0 O 0 0 l7 N 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O N O) N m N! G) O O O O O O O O N O l7 l7 N N! m v l7 O N m ..... m 0 3 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o O 0 O 0� 0 o 0 0 0 0 0 0 0 0 0 0 r o 0 0 0 0 0 o d c O o 0 0 0 0 0 0 0 °o 0 0 °o0 0 0 0 on �o ooi°n e°,m �°n �°o°n_ ° �i m.m $ m °ne N 0 m O O l7 Q) G) f0 O N O (H N p ep m N N m I� l7 N O O p N N N 0 N 2 Q d O O O N O O O O O O O O O O O O O O S O O O 00 O O O O l n O O ... 0 0 0 0 0 O 99 0 0 0 O O O O p t7 l7 O O l7 ...... O .... 0 O S O O U O O O N In l7 p O l7 l7 m O O O 1� Z eD O O w O O O O O O O O O O O o 0 0 0 0 0 0 0 0 0 0 0 m O ~ 0 O O 0 0 O O 0 0 O O 0! O ep O O O O O m N 1� p Id N O Of N N F N C O O O O O O O O O N N m 1� O N O 0 U 01 O N O p O N N O m N m C1 p O N 0 ep (h N QI N T N O O p m N N O O N N m m 1d N m m Q_ O N O m O U N m d a c W W p 0 o 0 0 O O 0 0 O O 0 0 O O 0 O 0 0 0 o O 0 O 0 O 0 0 O O 0 o 0 0 0 0 0 0 0 0 0 0 0 o 0 0 O o 0 0 a E O O N A p 0 N N O O N O N O N N O p O N O N N 1� O N Q 2 U~ 0 Z O 0 O m N l7 m l7 fp O O ... IA T G) N W N n T O O m N l7 Cl O� N i .......... O O O O O O O O O O O O 0 O O 0 O 0 O 0 O O O O p m W O 0 O O O 0 0 O O O O 0 0 O O O 0 0 W O O 0 O O 0 O 0 0 O O 0 N O, 0 O O O 0 0 O O 0 p 0 O 0 0 0 0 O O 0 O 0 p N 0 O 0 O O 0 O O O Q y Z Z O O O O O< N N N N N 1� O 0 N m O O O O O H 0 0 0 m � cl N E O — °n w _m m 0 c0 O c! O Q m m N J J J J J J d J J W W W W W W W W W N N J J O F !! N Cl N N N A V H 0 E 'Ei (� 12 Zi J J J v I J J y y C C R d N N m L O N N N C N CO V U c m O O P In o 0 0 0❑ N LL 3 �- lG J m o r F, N O d W n d d d d C d d d d d d V L x x x x N IN IN > D >> i L C Q1 C A io- a eo m� of dCD W i y p p m m 7 7 7 CD 7 .. r W O p p A d C C d C m N W N 3 0L D N d d d d N m O � U dLL E Er K W Z U m m m m m m m K K¢ K`[ a do d d d m d m d W jQ F cn .tl a o o m m E m E E t t t L u y o E y y LL LL N S d> o O W a E E do E E. c c_ —` E> d E H>> d D U d O O W W E r e LL LL LL LL r m �D 0 m> Q MOO Q Q a r U LL Z Z Co O W N l7 O N m 1� 0 OI O! m 1� O N N N l7 O N N N N O W a r MIT N N a N rn LL O ......... O O O O O O O O O O O O Op O O O O .. O O O 0 0 0 .. 0 0 0 0 0p 0 0 0 0 0 0 0 0 Z O O O N n . U O O O O O O O O m O N s p O N IOD N .. O N IOD O N N p N O O N C 066666 � N � P l7 1� N n t7 N N N m N 12 d Q m L_ Q O O O O O O O O O O O O O O O O O O O N O O O O O m O O O O O O O O O O O O O O O O O O O N N O O O O L V O H O O O O N l7 N O O N Ip Ip N 1� N n O O 0 0 O 0 O O 0 0 O O 0 O O O O O O l7 O N O O O O O O O O O O O ID ID Of m N O N P l7 N O O N m O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 C Z O O O O O O O O O O O O N O O O 0 0 0 0 0 0 0 0 0 O O O O O O N N N O l7 1� ID N n 1` t7 p N N N O O O O O O N N O P ID A N of Q L m > O O O O O O O O O O O O O O O O O O O N N O O O O j O O O N l7 O P l7 N O O O N O O O O O O l7 l'1 O O O O O O O 1� n Of O n O n O O O O O N O O O O QH Z n 1` l7 10 P O O O O d� O mN N > O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 F O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 Z O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 6 6 0 0 O O l7 O O O P O O O O O N P p m O O O ID O n ID m O N Of P m N N O O N O O P pf N O m ID O N m P N l7 f � ID � N N N 10 � Ql N� N m N N E OP1 N N d Q m m C O O O O O O O O O O O O O O O O O O O N N O O O O W Q O O Of 1� O N N 0 0 O 0 0 0 N N 0 O N N O O O O l7 P O 10 O O O 4 n fA Z m Io O O m _ N wr N N N N Ip O F O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O Z O O m O O N p O O O N 9 O O O O O O 0. O O O O m r O O O P O N l7 O ID N 1� � O N N O g P m N N O N N 10 2 O U O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 d O O O O O O O O O O O O O 99 O O O O 17 N O O O O a y O 0 O 0 P N ID O O O N I p N Ip O O O O P O O O O O 1� n p N O t7 m l7 P O O O O O O O O O O N N m N O Q N N H' t7 O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 g F O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 Z O m 0 0 66 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 O O fO O O m O O O N N l7 P m O N O O O ID O M O O O O O O N N_ 0 0 0 0 0 0 0 0 0 O� O N O t'1 pO O P O O O N d 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 w O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N~ O O m � l7 O N N N m Ip 0O . O 0 O O 0 0 O O N O O O N O N t7 O O O O o O Z O N O p G O N d � N N t7 n N J Y J J J J J J J W W W W W W W W W 0 0 J J J J ti Q 0 0 0 0 N N N N m w w O m O N T y d r L O C d d J J J a S J N N L L (A C Y N N C C m P 77 P 7 O N F N N W LL ❑ O N d J m U e N 7 K K O ti O L c r ti y y O 2- ❑ 0❑ m N N N m N N N p p d O d W 6 d d L L d n 0 O LL IdL IL d m C a m ,'a m m o v m m m H d d d d m d 2 N U U U > N LL LL > v r 'z 'z H H LL mo U > > >LL = > d > >> c c ddd "dd a. N N a a a L > > > > d C J m m n r D O Q U= C O ID m 5 M M a e P P c c N N m N N d d LL p N �E td ry N D d d V -o =o .ovY m Q v2 m y v v E E~ �Q '= >> L^ H H H° c c L LL > E A m L= a c c o N d d N a N w w a> 3 5 9 a c c c c N E> v E lL N l7 P 1� m pf O f l2 P N ID 1` m O1 O N R N Aid F 1-1- Ll N N N N rn LL AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT FOR AS- NEEDED ENGINEERING AND CONSTRUCTION SUPPORT SERVICES THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT, entered into this day of May 2003, by and between the CITY OF NEWPORT BEACH, a municipal corporation, (hereinafter referred to as "CITY ") and Civiltec Engineering, Inc., whose address is 118 W. Lime Avenue, Monrovia, California, 91016, (hereinafter referred to as "Consultant'), is made with reference to the following: RECITALS: A. On, May 14, 2002, CITY and CONSULTANT entered into a Professional Services Agreement, hereinafter referred to as "AGREEMENT, for As- Needed Engineering Construction and Support Services for a not -to- exceed fee $25,000. B. CITY desires to enter into this AMENDMENT NO. 1 to increase compensation from $25,000 to $37,535. C. CITY and CONSULTANT mutually desire to amend AGREEMENT, hereinafter referred to as "AMENDMENT NO. 1 as provided here below. NOW, THEREFORE, the parties hereto agree as follows: 1. Section 3, Compensation to Consultant: Consultant shall perform the additional services to prepare the plans and specification for the Project, identified in attached Exhibit A dated April 23, 2003. The fee for the additional services identified in this Amendment is $12,535. 2. Except as expressly modified herein, all other provisions, terms, and covenants set forth in AGREEMENT shall remain unchanged and shall be in full force and effect. NO. 1 on the date first above written. APPROVED AS TO FORM: Robin Clauson Assistant City Attorney CITY OF NEWPORT BEACH, A municipal corporation M Steven Bromberg, Mayor CIVILTEC ENGINEERING, INC. M W. David Byrum P.E., President F: \USERS\PBW\SharedVAgreements \Fy 01- 02 \Civiltec Amendment 1.d0c 05/02/2003 r 14:47 CIVILTEC ENGINEERING INC 4 19496443318 N0.831 901 CIVIL AND ENVIRONMENTAL ENGINEERING, PLANNING AND CONSTRUCTION MANAGLvIENT April 23, 2003 City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Attention: Michael Sinacori, P.E., Utilities Engineer Subject: Budget Amendment to Provide Professional Engineering Services to Design the Bay Shores Community Pipeline Replacement Project per our On Call Services Agreement. Dear Mr. Sinaeori: G41tee engineering, ine and the City of Newport Beach executed an On Call Services Agreement dated May 14, 2002, with an initial authorization amount of $25,000.00. The City expected, as part of the services under this Agreement, Gviltec to perform construction support as required for the Bayside Marine PRV Station Project as well as the design of 9 -inch and 12- inch replacement pipelines in the Bay Shores community. The construction support services have been completed with a total cost of $1,105.00. The Bay Shores Project is complete as of April 8, 2003 and the following design services were performed. 1. Replace the existing 8 -inch and 4 -inch pipe with a new 12 -inch pipe approximately 700 feet along the westerly community boundary from Marino Drive to the US Bulkhead Line. 2. Replace the existing 8 -inch and 6 -inch pipe approximately 1150 feet along Marino Drive and the alleyway between Crestview Drive and Vista Drive from the northerly end of Marino Drive to the valve just westerly of Waverly Drive. The replacement pipe will be 8 -inch in size. 3. Replace the existing 6 -inch pipe in the alleyway parallel to and on the northerly side of Waverly Drive for approximately 500 feet. The replacement pipe will be 8 -inch in size. 4. Replace the existing 6 -inch pipe in the alleyway paralleling Bayshore Drive from PCH through the easement from the alleyway to Bayshore for approximately 1220 feet. The replacement pipe will be 8 -inch in size. 5. Replace the existing 4 -inch pipe approximately 660 feet along the PCH frontage roadway from Bayshore Drive to the valve between lots 56 and 57. The replacement pipe will be 8 -inch in size. The original design phase budget was based upon the City of Newport Beach providing AutoCAD utility and right -of -way base maps of the Bay Shores community. We were to simply add the utilities found in our research and field locate service meters as part of our routine field 118 W. LIME AVENUE MONROVIA, CA 91016 TEL: (626) 357 -0588 FAX: (626) 303 -7957 05/02/2003 14:47 CIVILTEC ENGINEERING INC 4 19496443318 N0.831 902 City of Newport Beach A&. Michael Sinacori P.E., Utilities Engineer April 23, 2003 Page 2 review. We were also to provide plan only design with details of critical connections and sections of critical crossings as identified in the design process. The established budget was $16,920.00. The City of Newport Beach was not able to acquire or provide the anticipated based traps, and instead supplied an aerial map that we used for the design process. We added right -of -way data, utilities from the original base maps and all utilities found in our research. This change in the Scope has caused a significant impact to the anticipated budget. ChOee has expended a total of $37,535.00 to complete these services, including the construction services for Bayside Marine. Therefore, we respectfully request a budget amendment to this Agreement in the amount of $12,535.00. Please contact me directly with any questions. Very truly yours, G7VlL C gineering, inc. W. Da 'd yrum, P.E. Pt. cip ngineer Vice- President WDB:dmd 7;1CGmd\NmvaM Btmcb\02135 Bay Shm CamesdtyWawpwt Bm)k - Bwah m Am=dmw.dx