Loading...
HomeMy WebLinkAboutPW Storm Water Pump Station RepairSAN RAFAEL THE CITY WITH A MISSION Agenda Item No: 5.c Meeting Date: September 5, 2017 SAN RAFAEL CITY COUNCIL AGENDA REPORT Department: Public Works Prepared by: Bill Guerin City Manager Approval: Director of Public Works File No.: 08.03.14 TOPIC: STORM WATER PUMP STATION REPAIR AGREEMENT SUBJECT: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AUTHORIZING THE CITY MANAGER TO ENTER INTO AN AGREEMENT WITH PUMP REPAIR SERVICE COMPANY TO PERFORM REPAIR AND REPLACEMENT WORK ON THREE STORMWATER PUMP STATIONS, IN AN AMOUNT NOT TO EXCEED $231,761. RECOMMENDATION: Staff recommends that the City Council adopt the resolution authorizing the City Manager to enter into a repair and replacement agreement with Pump Repair Service Company in an amount not to exceed $231,761. BACKGROUND: The City of San Rafael has 12 storm water pump stations, which serve as the backbone of the City's flood control system. Altogether, the pump stations run 36 pumps, which have the combined ability to discharge 2,000,000 gallons of water per minute during rain events. The vast majority of storm drain inlets located along roadways throughout the city drain into one of the 12 pump stations. The Department of Public Works (DPW) contracts for regular inspections and maintenance of all pump stations each year to ensure the pumps and control systems are properly functioning ahead of the upcoming winter storm season. All but three of the storm water pump stations (Lindaro, North Francisco, and Rossi) were constructed in the 1950's and 1960's, and continue to rely on original equipment, including pumps and control systems. During heavy rain events, garbage, rocks and other forms of debris often enter the storm water pump station system; causing significant damage to the pumps and piping system over time. DPW maintains all the stations in the summer and fall of each year in order to ensure that the stations are ready for winter storm events. The work involves evaluation of all of the pumps and making repairs where damage has occurred. This maintenance action keeps the pumps in good running order and has vastly reduced the impacts of flooding in low areas of San Rafael that rely on these systems during rain events. Damaged pumps must be pulled using large construction equipment, and taken to a facility, which specializes in pump repair in order to perform the repairs. In many cases, replacement of the bowl, FOR CITY CLERK ONLY File No.: 4-1-713 Council Meeting: 09/05/2017 Disposition: Resolution 14385 SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 2 shaft and/or housing assemblies is required, as these parts of the pump are particularly vulnerable to damage from debris. Because the pumps are submerged when they are installed at the pump station, it is nearly impossible to determine the full extent of the damage which lies on the inside of the fully enclosed pump system. Removal and disassembly of the pump is needed to fully assess the damage. ANALYSIS: This year, as in past years, DPW sought informal bids from various contractors for the maintenance and repair work required this year. DPW requested proposals from prospective contractors based on the DPW's estimate as to what work would be required as noted above. On June 2017, the following bids were received: Pump Repair Service Company $69,805.61 (low bid) Koffler Electric Company $70,805.61 Arolo Company $73,975.45 Following the award of an informal contract to make improvements on three pump stations, Pump Repair Service Company removed pumps at Montecito Pump Station, North Francisco Pump Station and Cayes Pump Station. The contractor has since disassembled these pumps and discovered that the steel and internal pieces in two of the pumps are in such state of deterioration that a full replacement is necessary. The existing pumps have been in continuous use for 57 years and are due for replacement. The following pumps need to be replaced or repaired: Stormwater Pump Station Montecito Pump Station North Francisco Pump Station Cayes Pump Station 15% Contingency Schedule Cost (Pump Repair Service Company) 12 weeks $108,064.76 12 weeks $28,935.14 12 weeks $64,531.25 $30,229.85 Tota 1 $231,761.00 Montecito Pump Station: Pump #3 at Montecito needs to be replaced entirely due to complete structural failure of the 20' ft. column. Montecito Pump Station is located along the Canal located at 199 Third St. and serves the neighborhoods of the Dominican. North Francisco Pump Station: The sump portion of the pump at North Francisco needs to be replaced entirely. North Francisco Pump Station is located along the 201 Francisco Blvd East and serves the storm drain systems of the neighborhoods of Bret Harte, Gerstle Park, and Woodland. North Francisco is the City's largest pump station. Cayes Pump Station: Pump #2 needs full replacing of the bowel assembly and bell assembly on the lower section of the pump. Cayes Pump Station is located at 17 Narragansett Cove and serves the storm water drainage systems for Baypoint and Spinnaker Lagoon neighborhoods. Because the scope of work is significantly different from the original contracted work, DPW sought new proposals to replace and repair the pumps. Only one full bid from Pump Repair Service Company in the amount of $231,761 was received for the work at the three pump stations. DPW did receive a partial bid from Arolo Company to repair the pump at Montecito Pump Station in the amount of $158,000, which is more than the bid from Pump Repair Service Company. SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 3 Repairs at the City's storm water pump stations are highly specialized, as many of the stations contain original equipment and technology from when they were constructed in the 1950's and 1960's. Based upon the request for proposals that elicited only one bid, and the highly specialized nature of storm water pump repair, DPW seeks to waive competitive bidding and award the contract to Pump Repair Service Company in the amount of $231,761 to replace the pumps at Montecito and North Francisco Pump Station and provide needed repairs at the Cayes Pump Station. Pump Repair Service Company is very familiar with the City's storm water pump system, and has provided reasonable pricing and high quality service to the pump stations in the past. FISCAL IMPACT: There are sufficient funds available in the Storm Water Fund (#205) for the proposed pump repair and maintenance work. This work is also budgeted in the CIP under "Drainage" projects: Total Cost Estimate 5880.000/yr Project Description and Background This annual project includes maintenance of our 12 pump stations. This includes replacement of motors and equipment in order to control flooding in low area of the City. Project Costs and Timeline Planning Design Construction Other+Contingency OPTIONS: Drainage pipe blocked by debris FY 2017-18 FY 2018-19 FY 2019-20 Adopt the resolution waiving competitive bidding and authorizing the City Manager to enter into a repair and replacement contract with Pump Repair Service Company of San Francisco in a not to exceed amount of $231,761. 2. Direct the Department of Public Works to resolicit for additional bids. This option will take additional time and may have significant impacts to the functionality of the pump stations for the coming winter season if the pumps are not replaced in time for the winter storm season. ACTION REQUIRED: Adopt Resolution and authorize the City Manager to enter into an agreement with Pump Repair Service Company in an amount not to exceed $231,761. ATTACHMENTS: 1. Resolution 2. Agreement 3. Exhibit A to Agreement — Montecito Pump Station Repairs 4. Exhibit B to Agreement — North Francisco Pump Station Repairs 5. Exhibit C to Agreement — Cayes Pump Station Repairs RESOLUTION NO. 14385 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AUTHORIZING THE CITY MANAGER TO ENTER INTO AN AGREEMENT WITH PUMP REPAIR SERVICE COMPANY TO PERFORM REPAIR AND REPLACEMENT WORK ON THREE STORMWATER PUMP STATIONS, IN AN AMOUNT NOT TO EXCEED $231,761. WHEREAS, the City of San Rafael has 12 storm water pump stations which serve as a vital and central component of the City's flood control system during winter storm events; and WHEREAS, most of the City's storm water pump stations were constructed in the 1950's and 1960's and therefore require routine maintenance due to their age, normal wear and tear, and the presence of garbage, rocks and other forms of debris that damage pump mechanisms; and WHEREAS, while the majority of the City's 33 storm water pumps are functioning, there are three individual pumps in immediate need of replacement; and WHEREAS, due to the highly specialized nature of pump repair, there are few companies which are able to perform the required maintenance on the City's pumps; and WHEREAS, Pump Repair Service Company is very familiar with the City's storm water pump system, and has provided reasonable pricing and high quality service to the pump stations in the past; WHEREAS, Pump Repair Service Company submitted a competitive proposal in response to a solicitation by the City and was the only bidder that submitted a proposal to repair or replace the storm water pumps; and WHEREAS, there are sufficient funds in the City's Storm Water Fund (#205) to accommodate this proposed expenditure, and the Capital Improvement Program budgeted funds for the purpose of pump repair and replacement. NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of San Rafael hereby waives the requirement for competitive bidding, and authorizes the City Manager to enter into a maintenance contract with Pump Repair Service Company for the required pump repair and replacement services, in an amount not to exceed $231,761, in the form attached hereto as Exhibit A and incorporated herein by reference, subject to final approval as to form by the City Attorney. IT IS FURTHER ORDERED AND RESOLVED, that the City Manager is hereby authorized to take any and all such actions and make changes as may be necessary to accomplish the purpose of this resolution. I, ESTHER C. BEIRNE, Clerk of the City of San Rafael, hereby certify that the foregoing resolution was duly and regularly introduced and adopted at a regular meeting of the Council of said City on the 5th day of September 2017, by the following vote, to wit: AYES: COUNCILMEMBERS: Bushey, Colin, Gamblin, McCullough & Mayor Phillips NOES: COUNCILMEMBERS: None ABSENT: COUNCILMEMBERS: None A-- je&'-r ESTHER C. BEIRNE, City Clerk File No.: 08.03.14 City of San Rafael ♦ California Form of Agreement for Pump Station Repair & Replacement This Agreement is made and entered into as of the 5th day of September, 2017 by and between the City of San Rafael (hereinafter called City) and Pump Repair Service Company, (hereinafter called Contractor). Witnesseth, that the City and the Contractor, for the considerations hereinafter named, agree as follows: 1. Scope of the Work. The Contractor hereby agrees to furnish all of the materials, equipment, and labor necessary to perform the routine weekly and monthly landscape maintenance work for the project entitled "Pump Repair & Replacement," all in accordance with the scope of work and requirements outlined in the Exhibits A, B, and C dated August 21, 2017, May 24, 2017, and August 21, 2017 respectively, and attached hereto. 2. Prevailing Wages. Pursuant to the requirements of California Labor Code Section 1771, and San Rafael Municipal Code Section 11.50.180 (C), the general prevailing wage in the locality in which the work is to be performed, for each craft or type of worker needed to execute the contract, shall be followed. 3. Time of Completion (a) The work to be performed under this Contract shall be commenced within Twelve (90) WORKING DAYS after the date of written notice by the City to the Contractor to proceed. (b) All work shall be completed, including all punchlist work, within the time period as specified in the SCHEDULE in Section III hereafter, with such extensions of time as are provided for in the General Provisions. 4. The Contract Sum. The City shall pay to the Contractor for the performance of the Contract the amounts determined for the total number of each of the units of work in the following schedule completed, at the unit price stated. BID ITEMS Item Description Schedule Quantity Unit Unit Cost Total Cost I . Cayes Pump Station, Pump 42 Replacement 8weeks 1 LS @ $64,531.25 = $64,531.25 2. Montecito Pump Station, Pump 43 Replacement l2weeks 1 LS @ $108,064.76 = $108,064.76 3. Northn Francisco Pump Station, Pump 95 Replace l2weeks 1 LS @ $28,935.14 $28,935.14 4. 150 o Contingency $30,229.85 5. Grand total $231,761.00 5. Payments. Payment will be made monthly upon receipt by the City of itemized invoices submitted by Contractor, showing work performed during the invoice period. Agreement • 1 6. Insurance. (a). Scope of Coverage. During the term of this Agreement, Contractor shall maintain, at no expense to City, the following insurance policies: 1. A commercial general liability insurance policy in the minimum amount of one million dollars ($1,000,000) per occurrence./two million dollars ($2,000,000) aggregate, for death, bodily injury, personal injury, or property damage. 2. An automobile liability (owned, non -owned, and hired vehicles) insurance policy in the minimum amount of one million dollars ($1,000,000) dollars per occurrence. 3. If it employs any person, Contractor shall maintain worker's compensation insurance, as required by the State of California, with statutory limits, and employer's liability insurance with limits of no less than one million dollars ($1,000,000) per accident for bodily injury or disease. Contractor's worker's compensation insurance shall be specifically endorsed to waive any right of subrogation against City. (b) Other Insurance Requirements. The insurance coverage required of the Contractor in subparagraph (a) of this section above shall also meet the following requirements: 1. The insurance policies shall be specifically endorsed to include the City, its officers, agents, employees, and volunteers, as additionally named insureds under the policies. 2. The additional insured coverage under Contractor's insurance policies shall be primary with respect to any insurance or coverage maintained by City and shall not call upon City insurance or self-insurance coverage for any contribution. The "primary and noncontributory" coverage in Contractor's policies shall be at least as broad as ISO form CG20 0104 13. 3. The insurance policies shall include, in their text or by endorsement, coverage for contractual liability and personal injury. 4. By execution of this Agreement, Contractor hereby grants to the City a waiver of any right to subrogation which any insurer of Contractor may acquire against the City by virtue of the payment of any loss under such insurance. Contractor agrees to obtain any endorsement that may be necessary to effect this waiver of subrogation, but this provision applies regardless of whether or not the City has received a waiver of subrogation endorsement from the insurer. 5. If the insurance is written on a Claims Made Form, then, following termination of this Agreement, said insurance coverage shall survive for a period of not less than five years. 6. The insurance policies shall provide for a retroactive date of placement coinciding with the effective date of this Agreement. 7. The limits of insurance required in this Agreement may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and noncontributory basis for the benefit of City (if agreed to in a written contract or agreement) before City's own insurance or self-insurance shall be called upon to protect it as a named insured. 8. It shall be a requirement under this Agreement that any available insurance proceeds broader than or in excess of the specified minimum insurance coverage requirements and/or limits shall be available to City or any other additional insured party. Furthermore, the requirements for coverage and limits shall be: (1) the minimum coverage and limits specified in this Agreement; or (2) the broader coverage and maximum limits of coverage of any insurance policy or proceeds available to the named insured; whichever is greater. (c ) Deductibles and SIR's. Any deductibles or self-insured retentions in Contractor's insurance policies must be declared to and approved by the City, and shall not reduce the limits of liability. Policies containing any self-insured retention (SIR) Agreement • 2 provision shall provide or be endorsed to provide that the SIR may be satisfied by either the named insured or City or other additional insured party. At City's option, the deductibles or self-insured retentions with respect to City shall be reduced or eliminated to City's satisfaction, or Contractor shall procure a bond guaranteeing payment of losses and related investigations, claims administration, attorney's fees and defense expenses. (d) Proof of Insurance. Contractor shall provide to the City all of the following: (1) Certificates of Insurance evidencing the insurance coverage required in this Agreement; (2) a copy of the policy declaration page and/or endorsement page listing all policy endorsements for the commercial general liability policy, and (3) excerpts of policy language or specific endorsements evidencing the other insurance requirements set forth in this Agreement. City reserves the right to obtain a full certified copy of any insurance policy and endorsements from Contractor. Failure to exercise this right shall not constitute a waiver of the right to exercise it later. The insurance shall be approved as to form and sufficiency by City. 7. Indemnification. (a) Contractor shall, to the fullest extent permitted by law, indemnify, release, defend with counsel approved by City, and hold harmless City, its officers, agents, employees and volunteers (collectively, the "City Indemnitees"), from and against any claim, demand, suit, judgment, loss, liability or expense of any kind, including but not limited to attorney's fees, expert fees and all other costs and fees of litigation, (collectively "CLAIMS"), arising out of Contractor's performance of its obligations or conduct of its operations under this Agreement. The Contractor's obligations apply regardless of whether or not a liability is caused or contributed to by the active or passive negligence of the City Indemnitees. However, to the extent that liability is caused by the active negligence or willful misconduct of the City Indemnitees, the Contractor's indemnification obligation shall be reduced in proportion to the City Indemnitees' share of liability for the active negligence or willful misconduct. In addition, the acceptance or approval of the Contractor's work or work product by the City or any of its directors, officers or employees shall not relieve or reduce the Contractor's indemnification obligations. In the event the City Indemnitees are made a party to any action, lawsuit, or other adversarial proceeding arising from Contractor's performance of or operations under this Agreement, Contractor shall provide a defense to the City Indemnitees or at City's option reimburse the City Indemnitees their costs of defense, including reasonable attorneys' fees, incurred in defense of such claims. (b) The defense and indemnification obligations of this Agreement are undertaken in addition to, and shall not in any way be limited by, the insurance obligations contained in this Agreement, and shall survive the termination or completion of this Agreement for the full period of time allowed by law. 8. Nondiscrimination. Contractor shall not discriminate, in any way, against any person on the basis of age, sex, race, color, religion, ancestry, national origin or disability in connection with or related to the performance of its duties and obligations under this Agreement. 9. Compliance with All Laws. Contractor shall observe and comply with all applicable federal, state and local laws, ordinances, codes and regulations, in the performance of its duties and obligations under this Agreement. Contractor shall perform all services under this Agreement in accordance with these laws, ordinances, codes and regulations. Contractor shall release, defend, indemnify and hold harmless City, its officers, agents and employees from any and all damages, liabilities, penalties, fines and all other consequences from any noncompliance or violation of any laws, ordinances, codes or regulations. 10. No Third Party Beneficiaries. City and Contractor do not intend, by any provision of this Agreement, to create in any third party, any benefit or right owed by one party, under the terms and conditions of this Agreement, to the other party. 11. Notices. All notices and other communications required or permitted to be given under this Agreement, including any notice of change of address, shall be in writing and given by personal delivery, or deposited with the United States Postal Service, postage prepaid, addressed to the parties intended to be notified. Notice shall be deemed given as of the date of personal delivery, or if mailed, upon the date of deposit with the United States Postal Service. Notice shall be given as follows: Agreement • 3 To City: Public Works Director City of San Rafael 1400 Fifth Avenue P.O. Box 151560 San Rafael, CA 94915-1560 To Contractor: Pump Repair Service Co. P.O. Box 34327 San Francisco, CA 94134-0327 12. Independent Contractor. For the purposes, and for the duration, of this Agreement, Contractor, its officers, agents and employees shall act in the capacity of an Independent Contractor, and not as employees of the City. Contractor and City expressly intend and agree that the status of Contractor, its officers, agents and employees be that of an Independent Contractor and not that of an employee of City. 13. Entire Agreement; Amendments. (a) The terms and conditions of this Agreement, all exhibits attached, and all documents expressly incorporated by reference, represent the entire Agreement of the parties with respect to the subject matter of this Agreement. (b) This written Agreement shall supersede any and all prior agreements, oral or written, regarding the subject matter between the Contractor and the City. (c) No other agreement, promise or statement, written or oral, relating to the subject matter of this Agreement, shall be valid or binding, except by way of a written amendment to this Agreement. (d) The terms and conditions of this Agreement shall not be altered or modified except by a written amendment to this Agreement signed by the Contractor and the City. (e) If any conflicts arise between the terms and conditions of this Agreement, and the terms and conditions of the attached exhibits or the documents expressly incorporated by reference, the terms and conditions of this Agreement shall control. 14. Waivers. The waiver by either party of any breach or violation of any term, covenant or condition of this Agreement, or of any ordinance, law or regulation, shall not be deemed to be a waiver of any other term, covenant, condition, ordinance, law or regulation, or of any subsequent breach or violation of the same or other term, covenant, condition, ordinance, law or regulation. The subsequent acceptance by either party of any fee, performance, or other consideration which may become due or owing under this Agreement, shall not be deemed to be a waiver of any preceding breach or violation by the other party of any term, condition, covenant of this Agreement or any applicable law, ordinance or regulation. 15. City Business License; Other Taxes. Contractor shall obtain and maintain during the duration of this Agreement, a City business license as required by the San Rafael Municipal Code Contractor shall pay any and all state and federal taxes and any other applicable taxes. City shall not be required to pay for any work performed under this Agreement, until Contractor has provided City with a completed Internal Revenue Service Form W-9 (Request for Taxpayer Identification Number and Certification). 16. Warranty. Any plants installed and maintained by Contractor are under warranty for a one-year period against defects and will be replaced at no additional charge. This warranty is void if plants die or are in permanent decline due to causes outside of Contractor's control such as, but not limited to: acts of God, or vandalism or other damage caused by wrongful acts of third parties. IN WITNESS WHEREOF, City and Contractor have caused their authorized representatives to execute this Agreement the day and year first written above. Agreement • 4 CITY OF SAN RAFAEL: Jim SchziL r City Manager ` ATTEST: %Zsficz4z Esther C. Beirne City Clerk APPROVED AS TO FORM: Rohert F. Epstein City Attorney File No.: 03.01.180.06 Pump Repair Service Company Printed 09 cer Name: /,,t&lyNG Title: /c'si,,,T and t Printed Officer Name: D•40 0 nc�=rc Title: ✓l CC- Agreement C Agreement • 5 CONTRACT ROUTING FORM INSTRUCTIONS: Use this cover sheet to circulate all contracts for review and approval in the order shown below. TO BE COMPLETED BY INITIATING DEPARTMENT PROJECT MANAGER: Contracting Department: Public Works Project Manager: Talia Smith Extension: 3354 Contractor Name: Pump Repair Service Company Contractor's Contact: Wayne Archer Contact's Email: warcher@pumprepairservice.com ❑ FPPC: Check if Contractor/Consultant must file Form 700 Step RESPONSIBLE DESCRIPTION COMPLETED DEPARTMENT Date of Council approval DATE 1 Project Manager a. Email PINS Introductory Notice to Contractor Click here to 5 Project Manager Forward signed original agreements to City enter a date. b. Email contract (in Word) & attachments to City 9/6/2017 6 City Attorney Atty c/o Laraine.Gittens@cityofsanrafael.org 2 City Attorney a. Review, revise, and comment on draft agreement 9/6/2017 7 City Attorney and return to Project Manager 9/6/2017 b. Confirm insurance requirements, create Job on �/' �I� 8 City Manager/ Mayor PINS, send PINS insurance notice to contractor 3 Project Manager Forward three (3) originals of final agreement to Click here to contractor for their signature enter a date. 4 Project Manager When necessary, * contractor -signed agreement ❑ N/A agendized for Council approval *PSA > $20,000; or Purchase > $35,000; or Or Public Works Contract > $125,000 REVIEWER Check/Initial El MTS Lk LAG Q LAG u MTS 9/5/2017 Date of Council approval PRINT CONTINUE ROUTING PROCESS WITH HARD COPY 5 Project Manager Forward signed original agreements to City Attorney with printed copy of this routing form 6 City Attorney Review and approve hard copy of signed agreement ( j 7 City Attorney Review and approve insurance in PINS, and bonds (for Public Works Contracts) �/' �I� 8 City Manager/ Mayor Agreement executed by Council authorized official 9 City Clerk Attest signatures, retains original agreement and forwards copies to Project Manager REVIEWER Check/Initial El MTS Lk LAG Q LAG u MTS QI PUMP REPAIR SERVICE CO. August 21, 2017 City of San Rafael 111 Morphew Street San Rafael, CA 94915-1560 Attn: Mark Wright SUBJECT: MONTECITO PUMP STATION PUMP #3 Dear Mark, The pump has been disassembled and inspected. The following was found. 1. The propeller vanes are worn and distorted . 2. The discharge bowl is very worn in the propeller area 3. The column pipe discharge vanes are completely worn away. The bottom of the top surface plate is very corroded 4. The suction bell is eroded 5. The oil tubes are very corroded and worn 6. The shafts and bearings are worn We are pleased to provide you with (2) options. Option 1: Repair the existing pump using the parts and labor that are listed below 1 — 416 SS bowl shaft 1 — 416 SS lower line shaft 1 — 416 SS upper line shaft 1 — Lower oil tube 1 — Center oil 1 — Upper oil tube 2 — Line shaft tube bearings 1 — Top tension tube bearing 1 — Suction bell bearing 1 — Lower bowl bearing 1 — Upper bowl bearing 1 — To tension bearing housing 1 — Discharge bowl bearing 1 — Oil reservoir, solenoid and vertical feed lubrication valve 1 — 36" Dresser coupling epoxy coated with SS hardware Misc. hardware Subtotal.............................................................................................................. $14,710.00 Waynea-17/City of San Rafael Montecito #3 81017 ESTABLISHED 1941 PO BOX 34327 SAN FRANCISCO, CA 94134-0327 415.467.2150 FAX 415.467.7442 www.pumprepairservice.com Page 2 City of San Rafael August 21, 2017 Factory freight ............... Sales tax 9% ................ Straighten and balance propeller .................................................. Sandblast and epoxy coat column ................................................ Machine discharge bowl, fabricate steel sleeve, install and machine tofit propeller................................................................................ Labor to cut out old discharge diffuser Plate, fabricate and weld in new plate add steel plate to base, weld and patch (7) holes in column....................................................................... Shoplabor.................................................................................... Fieldlabor..................................................................................... Crane truck/service truck/flat bed .................................................. EstimatedTotal........................................................................... Deliveryon parts........................................................................... Options 2: Replace pump and motor with Prime pump and motor Design Conditions: 23600 GPM @ 11.4 TDH 1 — Prime 36P26-13 1 stage, bronze propeller, Under plate 36" discharge oil lube, 18"-6" Base to bell, epoxy coated propeller pump ...... 1 — GE 100 HP 700 RPM WPI premium efficiency 460 volts with SRC motor ................. 1 — 36" Dresser coupling epoxy coated ................... ................. ....... 1,000.00 ........................1,413.90 ...........................975.00 ........................4,200.00 ...........4,450.00 ........................18 , 950.00 ..........................4,840.00 ..........................4,140.00 ..........................4.000.00 ...................... $58, 678.90 ..........................8 Weeks .............................................. $61,514.00 ................................................21, 710.00 ..................................................1, 840.00 Factoryfreight.........................................................................................................4,500.00 Salestax 9%..........................................................................................................8,060.76 Shop labor to disassemble and inspect existingpump.........................................................................................................2,300.00 Fieldlabor...............................................................................................................4,140.00 Crane truck/service truck/flatbed............................................................................4.000.00 Total................................................................................................................. $108,064.76 Estimateddelivery................................................................................................12 Weeks Notes: The existing motor conduit and wires may need to be modified to match the new motor. Work to be completed by others. The above rate to be based on Pump Installer. if this project requires a different wage classification, per DIR prevailing wage the field labor rate will be adjusted to match that classification. If you have any questions on the above options, please give me a call. Sincerely, Wa e Archer WA/dm Waynea-17/City of San Rafael Montecito #3 81017 (�I PUMP REPAIR SERVICE CO. May 24, 2017 City of San Rafael 1400 Fifth Avenue P. O. Box 15160 San Rafael, CA 94915-1560 Attn: Mark Wright SUBJECT: NORTH FRANCISCAN PUMP STATION Dear Mark, We are pleased to quote you on the following. 1 — Fairbank Morse 6" DJ5433MV, 25 HP x 1200 RPM 3/60/460 V, with 40' cable, dynamically balanced ductile iron impeller, bronze wear and standard paint........................................................................$25,796.00 Freight.................................................................................................. 750.00 Sales tax 9%.....................................................................................2.389.14 Total............................................................................................. $28,935.14 Delivery...........................................................................................12 Weeks If you have any questions on the above options, please give me a call. Sincerely, Wayne Archer WA/dm ESTABLISHED 1941 Wayne-17\City of San R8Q4W44AAc19dW 6 PSCO, CA 94134-0327 415.467.2150 FAX 415.467.7442 www.pumprepairservice.com �PRSI PUMP REPAIR SERVICE CO. August 21, 2017 City of San Rafael 111 Morphew Street San Rafael, CA 94915-1560 Attn: Mark Wright SUBJECT: CAYES PUMP STATION PUMP #2 Dear Mark, The pump has been disassembled and inspected the following were found: 1. The discharge bowl is very worn and has holes in it 2. The propeller is worn 3. The oil tubes are rotten 4. The shafts and bearings are worn 5. The column pipe discharge vanes are starting to wear We are pleased to provide you with (3) options. Option 1: Repair the existing pump using the parts and labor that are listed below 1 — Peerless 20PL 1 stage bowl assembly 1 — 416 SS lower line shaft 1 — 416 SS upper line shaft 1 — Lower oil tube 1 — Center oil 1 — Upper oil tube 2 — Line shaft tube bearings 1 — Top tension tube bearing 1 — Oil reservoir, solenoid and vertical feed lubrication valve 1 — 20" Dresser coupling epoxy coated with SS hardware Misc. hardware Subtotal.......................................................................... Factoryfreight................................................................. Salestax 9%.................................................................. Sandblast and epoxy coat column .................................. Shoplabor...................................................................... Fieldlabor, ...................................................................... Crane truck/service truck/flat bed .................................... Estimated Total............................................................. Estimated delivery on new bowl assembly ...................... Waynea-1 Mity of San Rafael Cayes #2 082117 ESTABLISHED 1941 ............................ $23,960.00 ....................................1, 500.00 ....................................2,291.40 ....................................2,250.00 ....................................3,910.00 ................... . ................4, 600.00 ....................................4.000.00 ................................ $42,511.40 ..................................14 Weeks PO BOX 34327 SAN FRANCISCO, CA 941340327 415.467.2150 FAX 415.467.7442 www. pum prepa i rservi ce.co m Page 2 City of San Rafael August 21, 2017 Option 2: Replace pump and motor with duplicate Peerless pump and motor Design Conditions: 10,000 GPM @ 10.9 TDH 1 — Peerless 20PL 1 stage, bronze propeller, under plate 20" discharge oil lube, 14' base to bell, epoxy coated propeller pump.......................................................... 1 — GE 30 HP 875 RPM WP1 premium efficiency 460 volts with NRR motor.................................................................... 1 — 20" Dresser coupling epoxy coated..................................................................... Factory freight........................................................... Salestax 9%............................................................. Shop labor to disassemble and inspect existingpump............................................................ Fieldlabor................................................................. Crane truck/service truck/flatbed ............................... Total......................................................................... Estimated delivery ..................................................... $40,124.00 ..8,520.00 ..1,450.00 ...I....................................5,000.00 ........................................4, 958.46 ............................................1, 840.00 ............................................4,600.00 ............................................4 000.00 ........................................ $70,492.46 ..........................................24 Weeks Option 3: Replace pump and motor with Prime pump and motor Design Conditions: 10,000 GPM @ 10.9 TDH 1 — Prime 20P16A 1 stage, bronze propeller, under plate 20" discharge oil lube 14' base to bell, epoxy coated propeller pump...........................................................$36,215.00 1 — GE 40 HP 1175 RPM WP1 premium Efficiency 460 volts with SRC motor ...... ......................... .......................................... 7,460.00 1 — 20" Dresser coupling epoxy coated..........................................................................1,450.00 Factoryfreight.................................................................. Salestax 9/0.................................................................... Shop labor to disassemble and inspect Existingpump.................................................................. Fieldlabor........................................................................ Crane truck/service truck/flatbed...................................... Total................................................................................ Estimated delivery............................................................ ......................................4, 500.00 ......................................4466.25 ......................................1,840.00 ......................................4,600.00 ......................................4.000.00 .................................. $64,631.26 ....................................12 Weeks Notes: The existing motor conduit and wires may need to be modified to match the new motor. Work to be completed by others. The above rate to be based on Pump Installer. If this project requires a different wage classification, per DIR prevailing wage the field labor rate will be adjusted to match that classification. If you have any questions on the above options, please give me a call. Sincerely, <6W� yne Archer WA/dm Waynea-17/City of San Rafael Cayes #2082117 fit.—h SAN RAFAEL STAFF REPORT APPROVAL THE CITY WITH AMISSION ROUTING SLIP Staff Report Author: Bill Guerin/Talia Smith Date of Meeting: 09/05/2017 Department: Public Works Topic: ANNUAL STORM WATER PUMP STATION REPAIR AGREEMENT Subject: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AUTHORIZING THE CITY MANAGER TO ENTER INTO A MAINTENANCE AGREEMENT WITH PUMP REPAIR SERVICE COMPANY TO WAIVE COMPETITTIVE BIDDING AND PERFORM REPAIR AND REBUILD WORK ON TWO STORMWATER PUMP STATIONS, IN AN AMOUNT NOT TO EXCEED $221,685. Type: (check all that apply) X❑ Consent Calendar ❑ Public Hearing ❑ Discussion Item X❑ Resolution ❑ Ordinance ❑ Professional Services Agreement ❑ Informational Report *If PSA, City Attorney approval is required prior to start of staff report approval process Was agenda item publicly noticed? ❑ Yes X❑No I Date noticed: I ❑Mailed ❑Site posted ❑Marin IJ Due Date Responsibility Description CompletedDate Initial / Comment DEPARTMENT REVIEW FRIDAY Director Director approves staff 8/23/2017 ❑X noon report is ready for ACM, KMcG 8/19 City Attorney & Finance review. CONTENT REVIEW MONDAY Assistant City Manager ACM, City Attorney & Click here to morning Finance will review items, enter a date. 8/21 make edits using track City Attorney changes and ask questions 8/25/2017 D using comments. Items will LG be returned to the author 8/24/2017 0 Finance by end of day Wednesday. Van Bach DEPARTMENT REVISIONS FRIDAY Author Author revises the report 8/23/2017 0 noon based on comments TS 8/25 receives and produces a KM (8-25-17) final version (all track changes and comments removed) by Friday at noon. ACM, CITY ATTORNEY, FINANCE FINAL APPROVAL MONDAY Assistant City Manager ACM, City Attorney & Click here to D morning Finance will check to see enter a date. 8/28 their comments were 0 City Attorney adequately addressed and 8/30/2017 LG sign -off for the City 0 Manager to conduct the 8/29/2017 Van Bach Finance final review. TUES City Manager Final review and approval 8/30/2017 0 noon Jim 8/29