Loading...
SR-06-23-2015-3H - 505-014From: Susan Cline, Interim Director of Public Works Subject: Contractual Services Agreement with General Pump Company & Tri County Pump Company to Provide Booster Pump and Well Maintenance Recommended Action Staff recommends that the City Council: 1. Award Bid #4186 to General Pump Company (primary provider) and Tri County Pump Company (secondary provider), both California -based companies, for the repair and maintenance of booster pumps and water wells, including emergency and after -hours response. 2. Authorize the City Manager to negotiate and execute a contractual service agreement with General Pump Company in an amount not to exceed $176,000 (includes 10% contingency), with two additional one -year renewal options in the amount of $176,000 each year for a total amount not to exceed $528,000 over a three -year period, with future year funding contingent on Council budget approval. 3. Authorize the City Manager to negotiate and execute a contractual service agreement with Tri County Pump Company in an amount not to exceed $176,000 (includes 10% contingency), with two additional one -year renewal options in the amount of $176,000 each year for a total amount not to exceed $528,000 over a three -year period, with future year funding contingent on Council budget approval. 4. Authorize the Director of Public Works to issue any necessary modifications to complete additional services within budget authority. Executive Summary The booster pumps at the Charnock, Arcadia, and San Vicente Booster Stations are vital components of the City's domestic water supply. Periodic repair and maintenance is needed to keep the booster pumps working at all times and ensure the availability of potable water to customers. Additionally, the ground water wells in the Charnock, Arcadia, and Olympic well fields are the main source of water for the City's domestic water supply. Periodic repair and 1 of 4 maintenance is vital to keeping the wells in production. In April 2015, the City published a Request for Bids (RFB) for repair and maintenance of booster pumps and water wells, including emergency and after -hours response. After reviewing the four bids received, staff recommends General Pump Company as the primary provider and Tri County Pump Company as the secondary provider to provide these services for the Water Resources Division in an amount not to exceed $176,000 each for one year. Discussion Booster pumps require periodic maintenance and repair including pulling and repairing of the pumps currently in place and machining and fabrication of wear rings, line shafts, and bowl assemblies. Water wells require periodic maintenance and repair including video logging, brushing and bailing, mechanical and chemical well treatments, sonar jetting, and casing repair. Additionally, emergency and after -hours response is required to complete urgent repairs in a timely manner. The expertise and equipment necessary to perform these tasks exceed the capabilities of City staff. The Water Resources Division requires the services of a vendor that can respond to service requests year round and in a timely manner. The successful vendor must maintain maintenance contracts with at least three other municipalities in Southern California to demonstrate ability to perform similar services for entities of similar size, have an on -site machine shop within 100 miles of Santa Monica, and have access to traffic control to work on boosters that are located in vaults under city streets. Method of Service Council approved contracted staff for this service as part of the January 13, 2015 (attachment B) Contract and As- Needed Staffing Review. The service has not changed substantially since that analysis. Contractor Selection On April 30, 2015, the City issued a Request for Bids (RFB) for repair and maintenance of booster pumps and water wells, including emergency and after -hours response. The RFB was posted on the City's online bidding website and notices were advertised in the W610 Santa Monica Daily Press in accordance with the City Charter and Municipal Code provisions. A total of 303 vendors were notified and 29 vendors downloaded the RFB. Four formal bids were received from MMC Inc., Tri County Pump Company, Weber Water Resources, and General Pump Company per Attachment A. Bids were evaluated based on the ability to meet City specifications, competitive pricing, and completeness of bid response (attachment A). Staff recommends selecting a primary provider and a secondary provider to ensure adequate response and availability in the event of an emergency or quantity of work. Santa Monica operates 10 active wells, 15 boosters, 21 pumps, and 21 motors which require regular maintenance along with complete replacement and overhaul in the event of mechanical failure. Selecting a secondary provider would ensure that, when multiple failures occur, there would be an alternate to provide services to get equipment back online in a timely manner when the primary provider cannot do both jobs concurrently. General Pump and Tri County Pump Company were determined to be the best bidders. General Pump is recommended as the primary provider because they provided lowest pricing for most bid items while the company also has the shortest distance to Santa Monica. Staff recommends Tri County Pump Company as the secondary provider. Tri County Pump's and Weber Water Resources' bids are comparable and both companies have similar distances to Santa Monica. The service that gets utilized the most is the two - man crew with a 17 -ton crane. Tri County's rate for this item is $220 an hour, slightly higher than Web Water Resources' rate of $210, but Tri County's after -hour rate is $45 an hour with an 8 -hour emergency response time compared to Web Water Resources' after -hour rate of $120 an hour and a 24 -hour response time. Financial Impacts and Budget Actions The contract to be awarded to General Pump Company (primary provider) and Tri County Pump Company (secondary provider) is for an amount not to exceed $176,000 for year one for each contractor, with two additional one -year renewal options for a three -year contract total not to exceed $528,000 per contractor. Funds are included in 3 of 4 the FY 2015 -17 Proposed Biennial Budget in the Public Works Department. The contract will be charged to the following accounts. Future year funding is contingent on Council budget approval. General Pump Tri County Account No. Amount Amount 25671.555010 , $ 60,000 $ 60,000 25672.555010 $ 58,000 $ 58,000 25673.555010 $ 58,000 $ 58,000 TOTAL $ 176,000 $ 176,000 Prepared By: Thomas Poon, Senior Administrative Analyst roved Forwarded to Council Susan Cline, Interim Director of PLI 80t7U Attachments: 1 i Elaine M Polachek, Interim City MAI- OU5 A. Results for Bid #4186 Well and Booster Pump Maintenance (XLSX) B. January 13, 2015 Staff Report (web link) 4 of 4 BID RESULTS- # 4186 Well and Booster Pump Maintenance ATTACHMENT A BID CLOSE DATE- 511812015 TITLE: Provide repairs and maintenance on Water Wells and Booster Pumps Stations as re Purchasing Sectio quired by the Water Treatment Plant 1717 Fourth Street, Suite 251 Santa Monica, CA 90401 MMC Inc. TRI County Pump Weber Water General Pump Telephone: 310- 458 -828' Company '' Resources CA, LLC. Company, Inc. Fax 310- 393 -6142 La Palma, California '- San Bernardino, California San Bernardino, California Description San Dimas, California Response Response Quote per unit pricing on the following Response Response Gould's bowl assemblies: Response Response p 6RJHC- 4: Response Response 9WALC-3: $4,656.00 52,525.00 $2,191.00 $2,100.00 11CLCe: $5,971.00 52,655.00 $2,]8100 $2,200.00 14RHHC 5 510,29900 $6,970.00 $6,]06.00 $5,600.00 $15,910.00 $9,343.00 $9,41200 Description Response p $],200.00 In addition to the following pricing; provide a Response Response Response comprehensive rate sheet: Response Response Response Shop Rate: Response 'Man Crew? map Well Rig $120.00 $85.90 580'00 580.00 2 -Man Crew+ Pump Rig: $650.00 $285.00 $315.00 $240.00 2-Man Craw +service truck w /Crane: $50000 $220.00 $210.00 $190.00 2 -Man Crew ♦ 17 Too Crane: $45000 $185.00 $220.06 520000 1 Man Craw ♦ Service Truck: $400.00 $220.00 $210.00 $200.00 1 -Man Crew +Flatbed Truck: $150.00 $95.00 $110.00 $110.00 Additional Helper: $15000 $105.00 $]5.00 .00 Portal to Portl Charges (if any, describe how it is $80.00 $6500 $65.00 .00 charged): Rates as per above for each item o crew. Time they leave our yard till Same as listed rates 565. anchor, r crew rate listetl they come back to our yard. per person ump engineering Field Hourly Emergency /gfter Hours Rata tletl in out rates. E (indicate hourly charge per person above the regular rates listed above): 11121ime more than above $45.00 $120.00 Indicate "aHer hours'•: 0.00 Can you response within 24 hours for emergency 5PM to ]AM 4PM tc 7:30AM 5PM fo GAM 6AM repairs•!: Yes Yes Within how man hours can Y you respontl to Yes Yes emergency repairs ?: 24 Hours a Hours Contract., License -05] & AA: 24 Hours 1Hour Distance from vendors facility to the City Santa 573635 744742,744742 970199,970199 496765, C57, Cot, D21, Eng,A of Monica: 50 Miles 73 Miles 74 Miles 44 Mile. (San Dimas) 47 Miles Payment Terms: (Camarillo) 30 Days Net 30 Days Net .5% Discount if payment is made in Please describe any atltliti.nal fees and charges 15 Days not listed above: No fuel surcharges. Fm ffhl when Description onse Response applicable Renewal Option Period 2(First Annual Renewal Response Response Ophn)' previous years as or options 5Tonse Same price, terms, and conditions Same Price, term, and contlitions Same price, term, and contlitions Renewal Option period 3 Second Annual ( oHeretl offered oHeretl Renewal Option): previous years eas or options Same price, term s, and conditions Same price, terms, and contlitions Same price, terms, and contlitions Specfy alternate terms and contlitions if offered oHeretl offered applicable: ne Prevailing Wage Acknowledgment: Complete Submitted Submitted Living Wage: Subject to the Livin Wa 9 9 e Subject to the Living Wage Subject to the riving Wage Business License: Subject to the Living Wage Non Collusion: Complete P Complete Complete Complete Non Discrimination: Complete Complete Complete Complete Oaks: Campos, P Submitted Submitted Complete Arizona: No presence No presence No presence No presence Reference: Agreement No.10084 (CCS) 0 Agreement No. 10085 (CCS)