Loading...
HomeMy WebLinkAboutPW Stormwater Pump Station Repairs FY 2019-20____________________________________________________________________________________ FOR CITY CLERK ONLY File No.: 4-1-754 Council Meeting: 07/15/2019 Disposition: 14701 Agenda Item No: 4.n Meeting Date: July 15, 2019 SAN RAFAEL CITY COUNCIL AGENDA REPORT Department: Public Works Prepared by: Bill Guerin Director of Public Works City Manager Approval: ________ File No.: 08.03.15 TOPIC: FY 2019-20 STORMWATER PUMP STATION REPAIRS SUBJECT: RESOLUTION WAIVING COMPETITIVE BIDDING AND AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT FOR FY 2019-20 PUMP REPAIR AND REPLACEMENT, IN THE AMOUNT OF $210,289.10, AND AUTHORIZING CONTINGENCY FUNDS IN THE AMOUNT OF $49,710.90, FOR A TOTAL PROJECT AMOUNT OF $260,000. RECOMMENDATION: Adopt the resolution. BACKGROUND: The City of San Rafael has 12 storm water pump stations that serve as the backbone of the City’s flood control system. The vast majority of storm drain inlets located along roadways throughout the City drain into one of the 12 pump stations that run a total of 36 pumps. The pump stations have the combined ability to discharge 2 million gallons of water per minute during significant storm events. The importance of well-functioning pump stations cannot be overstated, as many parts of San Rafael are surrounded by hillsides and are in low-lying areas susceptible to flooding during major rain events. Most recently, the City was fortunate enough to escape major flooding damage during the 2017 and 2019 FEMA-declared disaster winter storm events, mostly due to proper stormwater-related maintenance and well-functioning pumps at the 12 stations. While day-to-day maintenance at the stations is performed by the Public Works maintenance staff under the direction of the Operations and Maintenance Manager, the City annually contracts with specialized companies for thorough inspections of, and repairs to, the pump stations to ensure the pumps and control systems are properly functioning ahead of the upcoming winter storm season. It is important to note that all but three of the City’s 12 stormwater pump stations were constructed in the 1950s and 1960s, 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. SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 2 Damaged pumps must be pulled using large construction equipment and taken to an outside facility which specializes in pump repair in order to perform the repairs and rebuilds. In many cases, replacement of the bowl, 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 that lies on the inside of the fully enclosed pump system. Removal and disassembly of the pump is needed to fully assess the damage. ANALYSIS: Due to the age and specialized nature of the pumps that need maintenance and rebuilds, very few companies are familiar with San Rafael's older pumps stations and choose to bid for the repair and rebuild work, and in the past the City Council has waived compliance with formal bidding as permitted by San Rafael Municipal Code (SRMC) section 11.50.090(B)(2). Nevertheless, in previous years Public Works staff sought informal bids from various contractors for the maintenance and repair work required. In preparation for the 2019-20 storm season, Public Works once again sought bids for the highest priority repairs at six stormwater pump stations: • North Francisco Pump Station • San Quentin Pump Station • Glenwood Pump Station • Kerner Pump Station • Rossi Pump Station • Peacock Gap Bids were solicited from three pump repair companies specialized in nature enough to perform the repairs: • Pump Repair Service • Koffler Pump Repair • Foster Pump Repair Only two of the three companies responded to the request for bids, with one being an incomplete bid (Koffler Pump Repair). Foster Pump Repair declined to submit a bid. Pump Repair Service Company was the only fully responsive bid, and their bids were lower than the incomplete bid submitted by Koffler Pump Repair. SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 3 The following pumps need to be replaced or repaired: Stormwater Pump Station Repair Cost (Pump Repair Service Company) North Francisco Pump Station Motor #2 $19,248.69 San Quentin Pump Station Motor #1 $9,894.67 Glenwood Station Motor #3 $9,968.32 Kerner Station Motor #3 $10,039.17 Rossi Station Pump #1 $5,040.00 Peacock Gap Pump #1 $122,836.00 North Francisco Pump Station Pump #1 and #2 $33,262.25 Total bid $210,289.10 Contingency $49,710.90 Grand Total $260,000.00 It is important to note that there is a large contingency included since the extent of the repairs required is only estimated at the time contractors inspect each station, and not fully known until the pumps have been removed from their submerged state within the stations and a full pump evaluation is completed. As noted above, 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 1950s and 1960s. That formal competitive bidding would be unlikely to lead to an advantage to the City is supported by staff’s receipt of only one complete proposal when requested informally again this year. Therefore, DPW again recommends that the City Council waive formal competitive bidding pursuant to SRMC section 11.50.090(B)(2) and award the contract to Pump Repair Service Company in the amount of $210,289.10, to replace the motors and pumps at the North Francisco, Glenwood, Kerner, Rossi, and Peacock Gap Pump Station. Staff recommends that City Council also authorize a contingency of $49,710.90, for a total project not-to-exceed amount of $260,000. Pump Repair Service Company is familiar with the City’s storm water pump system, much of which contains original equipment and technology. Pump Repair Service Company has provided reasonable pricing and high-quality service to the pump stations in the past. FISCAL IMPACT: There are enough funds budgeted in the FY 2019-20 Storm Water Fund (fund no. 205) operating budget for the proposed pump repair and maintenance work. OPTIONS: The City Council has the following options to consider relating to this matter: 1. Adopt a resolution waiving competitive bidding and authorizing the City Manager to execute an agreement for FY 2019-20 Pump Repair and Replacement, in the amount of $210,289.10 and authorizing contingency funds in the amount of $49,710.90 for a total project amount of $260,000. 2. Do not adopt a resolution, and direct staff to take alternative action. This option will take additional time and may impact the functionality of the pump stations leading into the upcoming storm season. SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 4 RECOMMENDED ACTION: Adopt the resolution. ATTACHMENTS: 1. Resolution 2. Agreement 3. Exhibit A to Agreement 4. Exhibit B to Agreement 5. Exhibit C to Agreement 6. Exhibit D to Agreement 7. Exhibit E to Agreement 8. Exhibit F to Agreement 9. Exhibit G to Agreement RESOLUTION NO. 14701 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL WAIVING COMPETITIVE BIDDING AND AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT FOR FY 2019-20 PUMP REPAIR AND REPLACEMENT, IN THE AMOUNT OF $210,289.10, AND AUTHORIZING CONTINGENCY FUNDS IN THE AMOUNT OF $49,710.90, FOR A TOTAL PROJECT AMOUNT OF $260,000 WHEREAS, the City of San Rafael has 12 storm water pump stations that 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 that are able to perform the required maintenance on the City’s pumps; therefore, the use of formal competitive bidding procedures is unlikely to produce an advantage for the City; and WHEREAS, Pump Repair Service Company is 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; and WHEREAS, pursuant to staff’s informal request for proposals to perform the necessary work, Pump Repair Service Company submitted a competitive proposal and was the only bidder that submitted a complete 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 formal 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 the amount of $210,289.10, and authorizing contingency funds in the amount of $49,710.90 for a total project amount of $260,000, 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, LINDSAY LARA, 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 15th day of July 2019, by the following vote, to wit: AYES: COUNCILMEMBERS: Bushey, Colin, Gamblin, McCullough & Mayor Phillips NOES: COUNCILMEMBERS: None ABSENT: COUNCILMEMBERS: None ___ LINDSAY LARA, City Clerk File No.: 08.03.15 City of San Rafael - California Foran of Agreement for Informal Bids FY 2019-20 Pump Station Repair & Replacement This Agreement is made and entered into as of the kto day of .AUS} 2019 by and between the City of San Rafael (hereinafter called City) and Pump Repair Service Company, (hereina er called Contractor). Witnesseth, that the City and the Contractor, for the considerations hereinafter named, agree as follows: L 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 "FY 2019-20 Pump Repair & Replacement," all in accordance with the scope of work and requirements outlined in the Exhibits A, B, C, D, E, F and G dated June 19, 2019 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 All work shall be completed by November 30, 2019, 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. Grand total $210,289.10 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 '3 AL BID ITEMS Item Description Quantity Unit Unit Cost Total Cost 1. North Francisco Pump Station: Motor #2 1 LS @ $19,248.69 = $19,248.69 2. San Quentin Pump Station: Motor #1 1 LS @ $9,894.67 = $9,894.67 3. Glenwood Pump Station: Motor #3 1 LS @ $9,968.32 = $9,968.32 4. Kerner Pump Station: Motor #3 1 LS @ $10,039.17 = $10,039.17 5. Rossi Pump Station: Pump #1 1 LS @ $5,040.00 = $5,040.00 6. Peacock Gap Pump Station: Pump #1 1 LS @ $122,836.00 = $122,836.00 7. North Francisco Pump Station: Pump #1 and #2 1 LS @ $33,262.25 = $33,262.25 Grand total $210,289.10 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 '3 AL 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 additional insureds under the policies. 2. The additional insured coverage under Contractor's insurance policies shall be primary and noncontributory 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 fiom 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 forma and sufficiency by City. Indemnification. (a) To the fullest extent permitted by law, Contractor must indemnify, defend, and hold harmless City, its Council, officers, officials, employees, agents, volunteers, and consultants (individually, an "Indemnitee," and collectively the "Indemnitees") fi•om and against any and all liability, loss, damage, claims, causes of action, demands, charges, fines, costs, and expenses (including, without limitation, attorney fees, expert witness fees, paralegal fees, and fees and costs of litigation or arbitration) (collectively, "Liability") of every nature (including death or injury of persons, or destruction of or damage to property) arising out of or in connection with the acts or omissions of Contractor, its employees, Subcontractors, representatives, or agents, in bidding or performing the work under this Contract or in failing to comply with any obligation of Contractor under the Contract, except such Liability caused by the active negligence, sole negligence, or willful misconduct of an Indemnitee. This indemnity requirement applies to any Liability arising from alleged defects in the content or manner of submission of Contractor's bid for the Contract. Contractor's failure or refusal to timely accept a tender of defense pursuant to this Contract will be deemed a material breach of the Contract. City will timely notify Contractor upon receipt of any third -party claim relating to the Contract, as required by Public Contract Code § 9201. Contractor waives any right to express or implied indemnity against any Indemnitee. Contractor's indemnity obligations under this Contract will survive the expiration or any early termination of the Contract. (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 patties 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. Agreement • 4 IN WITNESS WHEREOF, City and Contractor have caused their authorized representatives to execute this Agreement the day and year first written above. CITY OF SAN RAFAEL: ,N -, ✓inl schut City :'lana er ATTEST: Lindsay Lara City Clerk APPROVED AS TO FORM: Rd er F. Epstein t City Attorney File No.: 03.01.180.06 Pump Repair Service Company Printed Off r Name: 4w y,,G1s, 5 -ell Title:f- and Printed Officer Name: u r e Title: 1.'/14: 1_ Agreement • 5 1021 PUMP June 19, 2019 City of San Rafael 111 Morphew Street San Rafael, CA 94915-1560 Attn: Mark Wright REPAIR SERVICE CO. SUBJECT: NORTH FRANCISCAN STATION MOTOR #2 Dear Mark, We are pleased to provide you with an estimate to remove, repair and reinstall the 250 HP motor using the parts and labor that are listed below. 1 — Set of motor bearings................................................................................. $5,238.00 1 — Oil sight glass and turn oil............................................................................... 295.00 1 — Splice kit........................................................................................................ 108.00 Materials..................................................................................................... 5,641.00 Salestax 9%.................................................................................................. 507.69 Balancerotor.................................................................................................. 850.00 Clean, dip and bake 250 HP stator................................................................ 675.00 Shoplabor................................................................................................... 3,535.00 Estimated field labor.................................................................................... 3,840.00 80 Ton crane (estimated).......................................................................... 4.200.00 Estimated Total..................................................................................... $19,248.69 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 estimate, please give me a call. Sincerely, 7ayne �1z� Archer WA/d m Waynea-190ty of San Rafael #2 061919 ESTABLISHED 1941 PO BOX 34327 SAN FRANCISCO, CA 94134.0327 415.467.2150 FAX 415.467.7442 www.pumprepoirservice com Exhibit A June 19, 2019 City of San Rafael 111 Morphew Street San Rafael, CA 94915-1560 Attn: Mark Wright REPAIR SERVICE CO. SUBJECT: SAN QUENTION STATION: MOTOR #1 Dear Mark, We are pleased to provide you with an estimate to remove, repair and reinstall the 125 HP motor using the parts and labor that are listed below. 1 — Set of motor bearings................................................................................. $1,675.00 1 — Oil sight glass and turn oil............................................................................... 180.00 1 — Splice kit......................................................................................................... 108.00 Materials..................................................................................................... 1,963.00 Salestax 9%.................................................................................................. 176.67 Balancerotor.................................................................................................. 580.00 Clean, dip and bake 125 HP stator................................................................ 450.00 Shoplabor................................................................................................... 2,125.00 Estimated field labor.................................................................................... 3,600.00 Boom truck/.service truck........................................................................... 1.000.00 Estimated Total....................................................................................... $9,894.67 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 estimate, please give me a call. Sincerely, Wa a Archer WA/dm Waynea-19/City of San Rafael #3 061919 ESTABLISHED 1941 PO BOX 34327 SAN FRANCISCO, CA 94134.0327 415.4672150 FAX 415.467.7442 www.pumprepairservice.com Exhibit B 1011 PUMP June 19, 2019 City of San Rafael 111 Morphew Street San Rafael, CA 94915-1560 Attn: Mark Wright REPAIR SERVICE CO. SUBJECT: GLENWOOD STATION: MOTOR #3 Dear Mark, We are pleased to provide you with an estimate to remove, repair and reinstall the 100 HP motor using the parts and labor that are listed below. 1 — Set of motor bearings................................................................................. $1,660.00 1 — Oil sight glass and turn oil............................................................................... 180.00 1 —Splice kit........................................................................................................ 108.00 Materials..................................................................................................... 1,948.00 Salestax 9%.................................................................................................. 175.32 Balancerotor.................................................................................................. 670.00 Clean, dip and bake 100 HP stator................................................................ 450.00 Shoplabor................................................................................................... 2,125.00 Estimated field labor.................................................................................... 3,600.00 Boom truck/service truck............................................................................. 1.000.00 Estimated Total....................................................................................... $9,968.32 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 estimate, please give me a call. Sincerely, Wayne Archer WA/dm Waynea-19/City of San Rafael #4 061919 ESTABUSHE01941 PO BOX 34327 SAN FRANCISCO, CA 94134.0327 415.467.2150 FAX 415.467.7442 www.pumprepairservice.com Exhibit C JP21 PUMP REPAIR SERVICE CO. June 19, 2019 City of San Rafael 111 Morphew Street San Rafael, CA 94915-1560 Attn: Mark Wright SUBJECT: KERNER STATION: MOTOR #3 Dear Mark, We are pleased to provide you with an estimate to remove, repair and reinstall the 150 HP motor using the parts and labor that are listed below. 1 — Set of motor bearings................................................................................. $1,725.00 1 — Oil sight glass and turn oil............................................................................... 180.00 1 — Splice kit......................................................................................................... 108.00 Materials..................................................................................................... 2,013.00 Salestax 9%.................................................................................................. 181.17 Balancerotor.................................................................................................. 670.00 Clean, dip and bake 150 HP stator................................................................ 450.00 Shoplabor................................................................................................... 2,125.00 Estimatedfield labor.................................................................................... 3,600.00 Boom truck/service truck............................................................................. 1,000.00 EstimatedTotal..................................................................................... $10,039.17 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 estimate, please give me a call. Sincerely, Wayne Archer WA/dm Waynea-19/City of San Rafael #5 061919 ESTABLISHED 1941 PO BOX 34327 SAN FRANCISCO, CA 94134.0327 415.467.2150 FAX 415.467.7442 www.pumprepairservice.com Exhibit D JP21 PUMP REPAIR SERVICE CO. June 19, 2019 City of San Rafael 111 Morphew Street San Rafael, CA 94915-1560 Attn: Mark Wright SUBJECT: ROSSI STATION: PUMP #1 Dear Mark, We are pleased to provide you with an estimate to remove the Flygt pump, unclog debris from propeller and reinstall. Estimated field labor ............................... Boom truck/service truck ........................ Estimated Total ...................................... ................................................ $3,840.00 .................................................. 1.200.00 ................................................ $5,040.00 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 estimate, please give me a call. Sincerely, ,�A W yne Archer WA/dm Waynea-190ty of San Rafael 061919 ESTABLISHED 1941 PO BOX 34327 SAN FRANCISCO, CA 94134.0327 415.467.2150 www.pumprepairservice.com FAX 415.467.7442 Exhibit E JP21 PUMP REPAIR SERVICE CO. June 19, 2019 City of San Rafael 111 Morphew Street San Rafael, CA 94915-1560 Attn: Mark Wright SUBJECT: PEACOCK GAP PUMP STATION: PUMP #1 UPDATED PRICING Dear Mark, We are pleased to provide you with an estimate to replace the Peerless pump and motor. 1 — Prime 361326-24 1 stage propeller Pump with 36" column pipe, below Ground discharge, bronze propeller, 3 Y2" oil tubes, 416 SS shafting 48" High motor stand epoxy coating............................................................... $74,790.00 1 — GE 125 HP 580 RPM 460 volts VHS motor premium efficiency................................................................... 23,110.00 1 — 36" Dresser pipe coupling........................................................................... 1,750.00 Misc. hardware................................................................................................ 250.00 Materials..................................................................................................... 99,900.00 Factory freight (estimated)............................................................................ 2,500.00 Salestax 9%................................................................................................ 9,216.00 Estimatedfield labor..................................................................................... 6,720.00 Estimated 40 Ton crane truck/Flatbed.......................................................... 4,500.00 EstimatedTotal..................................................................................... $122,836.00 Delivery...................................................................................................... 14 Weeks 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. Note: The new motor will require new electrical conduit and wires. To be completed by others. If you have any questions on the above estimate, please give me a call. Sincerely, Wayne Archer WA/dm Waynea-19/City of San Rafael 061919 ESTABUSHED 1941 PO BOX 34327 SAN FRANCISCO, CA 94134.0327 415.467.2150 FAX 415 467 74 42 www.pumprepairservice.com Exhibit F JP21 PUMP REPAIR SERVICE CO. April 1, 2019 City of San Rafael 111 Morphew Street San Rafael, CA 94915-1560 Attn: Mark Wright SUBJECT: NORTH FRANCISCAN STATIONS MOTORS 1, 2 & 4 Dear Mark, We are pleased to provide you with an estimate to replace the (3) defective motor non - reverse ratchet assemblies. 3 — Set of motor ratchet pins and springs @ $4,065.00 each................................................................................... $12,195.00 3 — Motor ratchet plate @ $4,210.00 each ....................................................... 12,630.00 Materials..................................................................................................... 24, 825.00 Freight............................................................................................................. 200.00 Salestax 9%................................................................................................ 2,252.25 Fieldlabor..................................................................................................... 5,760.00 Servicetruck.................................................................................................... 225.00 Estimated Total....................................................................................... $33,262.25 Delivery...................................................................................................... 12 Weeks Notes: 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 estimate, please give me a call. Sincerely, ll� Mayne Archer WA/dm Waynea-19/City of San Rafael North Franciscan 04t UOLISHED 1941 PO BOX 34327 SAN FRANCISCO, CA 94134-0327 415 467.2150 FAX 415 4677442 Exhibit G www pumprepairservice com RA FBF! 2 y0 ,Ty WITH p`eA�i 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 INITIA'L'ING DEPARTMENT PROJECT MANAGER Contracting Department: DPW Project Manager: TS/Mark Wright Extension: 3354 Project Name: FY 2019-20 Stormwater Pump Station Repairs Contractor's Contact: Wayne Archer Contact's Email: warcher(�pumpreaairservice.com RESPONSIBLE STEP DEPARTMENT DESCRIPTION COMPLETED DATE I REVIEWER (Initials) a. Email PINS Introductory Notice to Contractor b. Email Contract (in Word) & attachments to City Attorney c/o 1 Project Manager Laraine. Gittens�a,)cityofsanrafael.org 6/27/2019 TS a. Review, revise and comment on draft agreement and return to Project Manager 7/1/2019 LG b. Confirm insurance requirements, create Job on PINS, send PINS 2 City Attorney insurance notice to contractor. 7/1/2019 LG Approval of final agreement form to send to contractor. (Provide Dept 3 Department Director Director Financial Sun:ntarj, it Agreement) Forward three (3) originals of final agreement to contractor for their 4 Project Manager signature. When necessary, contractor -signed agreement agendized for Council approval Cay Council approval required.lor Professional Services Agreements and purchases q/'goods and services that exceed 575,000 and.1br Public Works 5 Project Manager Contracts that exceed S175,000 (Enter date gf(ouned Meeling) 7 152019 TS PRIN f CONTINUE ROUTING PROCESS WITH HARD COPY Forward signed original agreement to City Attorney with printed copy of 6 Project Manager this routing form ' 0 7 City Attorney Review and approve hard copy of signed agreement 1,19 0 AIF*— Review and approve insurance in PINS, and bonds (for public works i S City Attorney contracts) City 9 Manager/Mayor Agreement executed by Council authorized official Attest signatures, retains original agreement and forwards copies to project 10 City Clerk manager I I (R I I Project Manager lForward Final Copy to Contractor