HomeMy WebLinkAboutAgenda Report - February 20, 2013 C-07AGENDA ITEM Cl
CITY OF LODI
COUNCIL COMMUNICATION
TM
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Contract for Well No. 19
Improvements with Layne Christensen, of Woodland ($90,864) and Appropriating
Funds ($100,000)
MEETING DATE: February 20, 2013
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute contract for
Well No. 19 improvements with Layne Christensen, of Woodland, in
the amount of $90,864, and appropriating funds in the amount of
$100,000.
BACKGROUND INFORMATION: City Water Well No. 19, located at 601 West Harney Lane, was
constructed in June 1980 and produces approximately 1,200 gpm of
high-quality water. The well was taken off-line in August 2012 due
to failure of the pump. An inspection of the well and pumping equipment was conducted in August 2012
by Layne Christensen Company. This inspection found that two of the intermediate bowl assemblies are
excessively worn, the pump shaft requires replacement and the suction impeller is damaged. The cost to
repair these assemblies would likely exceed the cost of replacing the pump and pump assemblies. The
inspection also identified medium to heavy build-up of growth in the louvered screens at the 330 -foot
depth that need to be cleaned prior to the well being placed back in service. This project consists of
installing a new submersible well pump, replacing the column pipe, cleaning the screens, and start-up
testing of the system.
Specifications for this project were approved on November 21, 2012. The City received the following two
bids for this project on February 4, 2013. The project estimate for this project was $100,000.
Bidder Location Bid
Layne Christensen Company Woodland $90,864
Eaton Pumps Woodland $106,700
FISCAL IMPACT: There will be no change in operations costs.
FUNDING AVAILABLE: Requested Appropriation: Water Capital Fund (181050) - $100,000
ordan Ayers
Deputy City Manager/Internal S ices Director
F. Wally ndelin
Public Works Director
Prepared by Kathryn Garcia, Compliance Engineer
FWS/KMG/pmf
Attachments
cc: Deputy Public Works Director —Utilities Utilities Superintendent
Compliance Engineer
Konradt Bartlam, City Manager
KAWPWOUNC IU2013\Well 191mprovements_Award.doc
2/11/2013
WELL NO. 19 PUMPING EQUIPMENT CONTRACT
REPLACEMENT AND IMPROVEMENTS PAGE 1
CITY OF LODI, CALIFORNIA
THIS CONTRACT, made by and between the CITY OF LODI, State of California, herein referred to as
the "City" and LAYNE CHRISTENSEN COMPANY, herein referred to as the "Contractor."
WITNESSETH:
That the parties hereto have mutually covenanted and agreed, and by these presents do covenant and
agree with each other, as follows:
The complete contract consists of the following documents, which are filed in the Public Works
Department, which are incorporated herein by this reference, to -wit:
Notice Inviting Bids
Information to Bidders
General Provisions
Special Provisions
Bid Proposal
Contract
Contract Bond
The July 1992 Edition
Standard Specifications,
State of California Business and
Transportation Agency,
Department of Transportation
All of the above documents, sometimes hereinafter referred to as the "Contract Documents," are
intended to cooperate so that any work called for in one and not mentioned in the other is to be
executed the same as if mentioned in all said documents.
ARTICLE I - That for and in consideration of the payments and agreements hereinafter mentioned, to
be made and performed by the City and under the condition expressed in the two bonds bearing even
date with these presents and hereunto annexed, the Contractor agrees with the City, at Contractor's
cost and expense, to do all the work and furnish all the materials except such as are mentioned in the
specifications to be furnished by the City, necessary to construct and complete in a good workmanlike
and substantial manner and to the satisfaction of the City the proposed improvements as shown and
described in the Contract Documents which are hereby made a part of the Contract.
ARTICLE II - The City hereby promises and agrees with the Contractor to employ, and does hereby
employ, the Contractor to provide all materials and services not supplied by the City and to do the work
according to the terms and conditions for the price herein, and hereby contracts to pay the same as set
forth in Section 5.600, "Measurement, Acceptance and Payment," of the General Provisions, in the
manner and upon the conditions above set forth; and the said parties for themselves, their heirs,
executors, administrators, successors and assigns, do hereby agree to the full performance of the
covenants herein contained.
ARTICLE III - The Contractor agrees to conform to the provisions of Chapter 1, Part 7, Division 2 of the
Labor Code. The Contractor and any Subcontractor will pay the general prevailing wage rate and other
employer payments for health and welfare, pension, vacation, travel time, and subsistence pay,
apprenticeship or other training programs. The responsibility for compliance with these Labor Code
requirements is on the prime contractor.
KAWP\COUNCIU2013\Well 19 Pump Replacement 2012 - Contract.doc 02/11/2013
WELL NO. 19 PUMPING EQUIPMENT CONTRACT
REPLACEMENT AND IMPROVEMENTS PAGE 2
ARTICLE IV - And the Contractor agrees to receive and accept the following prices as full
compensation for furnishing all materials and for doing all the work contemplated and embraced in this
agreement; also for all loss or damage arising out of the nature of the work aforesaid or from the action
of the elements, or from any unforeseen difficulties or obstructions which may arise or be encountered
in the prosecution of the work until its acceptance by the City, and for all risks of every description
connected with the work; also for all expenses incurred by or in consequence of the suspension or
discontinuance of work and for well and faithfully completing the work, and the whole thereof, in the
manner and according to the Plans and Contract Documents and the requirements of the Engineer
under them, to -wit:
Perform the work necessary for well rehabilitation and the installation of a new submersible well pump,
replacement of column pipe, cleaning of the screens, system start-up testing and includes other
incidental and related work as shown in the specifications. The quantity shown for bidding purposes
has been approximated. Actual payment for the work will be determined by field measurements of the
work completed. The Contractor shall have at least five years experience in the installation and
maintenance of deep well submersible turbine pumps.
Well 19 Pumping Equipment Replacement and Improvements
BID PROPOSAL
BID ITEM 1: WELL REHABILIATION
The work consists of the removal of deposits distributed throughout the perforated sections of the well
as described in Section 6 of the Specifications.
ITEM #
DESCRIPTION
QTY
11 MT;
UN1T PRICE
TOTAL PRICE .
1
Mobilization, Demobilization and Site Clean
1
Lump
$ 5,500.00
$ 5,500.00
up
Sum
2
Bail & Roto-Scrub/Louvered Screen
1
Lump
$ 3,500.00
$ 3,500.00
cleaning
Sum
3
Chemical Treatment
1
Lump
$ 6,000.00
$ 6,000.00
Sum
4
Well Redevelopment by Surge Block and
1
Lump
$ 8,500.00
$ 8,500.00
Airlift
I Sum
5
Video Well
1
I Lump
$ 900.00
$ 900.00
Sum
TOTAL
$ 24,400.00
BID ITEM 2: WELL PRODUCTION PUMPING EQUIPMENT INSTALLATION
The work consists of the installation of a new submersible pump and motor, replacement of column
pipe and system start-up testing as described in Section 6 of the Specifications.
K:\ MOUNCIL2013\Well 19 Pump Replacement 2012 - Contractdoc 02/11/2013
WELL NO. 19 PUMPING EQUIPMENT CONTRACT
REPLACEMENT AND IMPROVEMENTS PAGE 3
ITEM #
DESCRIPTION
QTY
_UNIT.
. UNIT PRICE:
YTOTAL PRICE ...
1
Mobilization, Demobilization and Site Clean
1
Lump
$ 5,050.00
$ 5,050.00
up
Sum
2
Pump Installation
1
Lump
$ 1,900.00
$ 1,900.00
Sum
3
Gould 4 -Stage Submersible Pump (14RJLC)
1
EA
$ 10,600.00
$ 10,600.00
4
10" Hitachi 125 HP, 480v, 3 PH, 1,800 rpm
1
EA
$ 40,650.00
$ 40,650.00
5
Installation 10" x 20' Taper Drop Pipe
8
EA
(includes all associated materials)
$ 908.00
$ 7,264.00
6
Testing-SystemSta rt -up
1
Lump
$ 1,000.00
$ 1,000.00
Sum
TOTAL
$ 66,464.00
References must be submitted with bid proposal as described in Section 2.1400.
The Contractor shall furnish the Engineer with a statement from the vendor that the order for the
materials required for this contract has been received and accepted by said vendor. Said- statement
shall be furnished within 15 days after receiving notice that the contract has been approved by the City
Council and shall give the date that the control equipment will be shipped.
ARTICLE V - By my signature hereunder, as Contractor, I certify that I am aware of the provisions of
Section 3700 of the,* Labor Code, which requires every employer to be insured against liability for
workers' compensation or to undertake self-insurance in accordance with the provisions of that code,
and I will comply with such provisions before commencing the performance of the work of this contract.
ARTICLE VI - It is further expressly agreed by and between the parties hereto that, should there be
any conflict between the terms of this instrument and the Bid Proposal of the Contractor, then this
instrument shall control and nothing herein shall be considered as an acceptance of the said terms of
said proposal conflicting herewith.
ARTICLE VII - The City is to furnish the necessary rights-of-way and easements and to establish lines
and grades for the work as specified under the Special Provisions. All labor or materials not mentioned
specifically as being done by the City will be supplied by the Contractor to accomplish the work as
outlined in the specifications.
ARTICLE VIII - The Contractor agrees to commence work pursuant to this contract within 15 calendar
days after the City Manager has executed the contract and to diligently prosecute to completion within:
Thirty (30) Working Days after receipt of the Notice to Proceed.
KAWPIC0UNCIL\20131Well 19 Pump Replacement 2012 - Contract.doc 02/11/2013
WELL NO. 19 PUMPING EQUIPMENT
REPLACEMENT AND IMPROVEMENTS
CONTRACT
PAGE 4
WHEN SIGNING THIS CONTRACT, THE CONTRACTOR AGREES THAT THE TIME OF
COMPLETION FOR THIS CONTRACT IS REASONABLE AND THE CONTRACTOR AGREES TO
PAY THE CITY LIQUIDATED DAMAGES AS SET FORTH IN SECTION 6-04.03 OF THE SPECIAL
PROVISIONS. CONTRACTOR AGREES THAT THIS AMOUNT MAY BE DEDUCTED FROM THE
AMOUNT DUE THE CONTRACTOR UNDER THE CONTRACT.
IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands the year and
date written below.
CONTRACTOR
Authorized Signature
Title
TYPE OF ORGANIZATION
Individual, Partnership or Corporation
Address
CITY OF LODI
a Municipal corporation
Konradt Bartlam
City Manager
Attest:
Randi Johl, City Clerk
Approved as to Form:
D. Stephen Schwahauer
City Attorneycm
Dated:
(Affix corporate seal if Corporation)
I )
Telephone
KAWP\C0UNCIL\2013\Well 19 Pump Replacement 2012 - Contract.doc 02/11/2013
1. AA#
2. JV#
;CITY-OFLODI
AO ROMATION ADJUSTMENT REQUEST:.. 3 ."'
TO: Int9mW Services Dept - BudpQ DtVWm
3. FROM: Rebecca Areida-Yadav 1.5. DATE:
02/05/2013
4. DEPARTMENT/DIVISION: Public Works
181 3205 Fund Balance 100 000.00
CARQ[IE1T:
OFAPPFtCP iFAT1E 1.10. E ESQ B�LQW _ -
FUND # BUS, UNIT # ACCOUNT # ACCOUNT TITLE AMOUNT
A.
SOURCE OF
FINANCING
181 3205 Fund Balance 100 000.00
B.
USE OF
FINANCING
181 181050 1825.2000 Well 19 $ 100 000.00
Please provide a description of the project, the total cost of the project, as well as justification for the
requested adjustment. If you need more space, use an additional sheet and attach to this form.
Contract for pumping equipment replacement and improvments at Well 19 with Layne Christenson.
If Council has authorized the appropriation adjustment, complete the following:
Meeting Date: Res No: Attach copy of resolution to this form.
Department Head Signature:
8. APPROVAL.SIGNATURES-
Deputy City Manager/Internal Services Manager Date
Submit completed form to the Budget Division with any required documentation -
Final approval will be provided in electronic copy format.
RESOLUTION NO. 2013-14
A RESOLUTION OF THE LODI CITY COUNCIL
AUTHORIZING THE CITY MANAGER TO EXECUTE
CONTRACT FOR THE WELL NO. 19 IMPROVEMENTS
PROJECT AND FURTHER APPROPRIATING FUNDS
WHEREAS, in answer to notice duly published in accordance with law and the order of
this City Council, sealed bids were received and publicly opened on February 4, 2013, at
11:00 a.m., for the Well No. 19 Improvements Project, described in the specifications therefore
approved by the City Council on November 21, 2012; and
WHEREAS, said bids have been checked and tabulated and a report thereof filed with
the City Manager as follows:
Bidder Bid
Layne Christensen Company $90,864
Eaton Pumps $106,700
WHEREAS, staff recommends awarding the contract for the Well No. 19 Improvements
Project to the low bidder, Layne Christensen Company, of Woodland, California, in the amount
of $90,864.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby award
the contract for the Well No. 19 Improvements Project to the low bidder, Layne Christensen
Company, of Woodland, California, in the amount of $90,864; and
BE IT FURTHER RESOLVED that the City Manager is hereby authorized to execute the
contract on behalf of the City of Lodi; and
BE IT FURTHER RESOLVED that funds in the amount of $100,000 be appropriated for
this project from the Water Capital Fund.
Dated: February 20, 2013
I hereby certify that Resolution No. 2013-14 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held February 20, 2013, by the following vote:
AYES: COUNCIL MEMBERS — Hansen, Katzakian, Mounce, and Mayor Nakanishi
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS —Johnson
ABSTAIN: COUNCIL MEMBERS — None
eRAI J HH L
City Clerk
2013-14