HomeMy WebLinkAbout19-64 Resolution No. 19-64
RESOLUTION
AUTHORIZING EXECUTION OF AN AGREEMENT WITH LAYNE
CHRISTENSEN COMPANY FOR DEEP WELL 4A REPAIRS AT
THE AIRLITE WATER TREATMENT PLANT
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that
pursuant to Elgin Municipal Code Section 5.02.020B(9) the City Council hereby finds that an
exception to the requirements of the procurement ordinance is necessary and in the best interest of
the city; and
BE IT FURTHER RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN,
ILLINOIS, that Richard G. Kozal, City Manager, and Kimberly A. Dewis, City Clerk, be and are
hereby authorized and directed to execute an Agreement on behalf of the City of Elgin with Layne
Christensen Company for deep well 4A repairs at the Airlite Water Treatment Plan,a copy of which
is attached hereto and made a part hereof by reference.
s/David J. Kaptain
David J. Kaptain, Mayor
Presented: April 24, 2019
Adopted: April 24, 2019
Vote: Yeas: 8 Nays: 0
Attest:
s/Kimberly Dewis
Kimberly Dewis, City Clerk
CITY OF ELGIN, ILLINOIS,AGREEMENT FOR
DEEP WELL#4A REPAIRS
THIS AGREEMENT is dated this 24th day of April ,2019 by and between the City of Elgin,an
Illinois Municipal Corporation(herein called"City")and Layne Christensen Company(herein called"Contractor"),
a Delaware corporation with a principal place of business atl 800 Hughes Landing,Suite#800,Woodlands,TX
77380,and doing business in Illinois at 721 W.Illinois Avenue,Aurora,IL 60506.
WHEREAS,the City Council has determined that Contractor perform the work identified as the peep Well 9A Repairs,
hereinafter referred to as"Work;"
NOW THEREFORE, in consideration of the mutual covenants herein set forth,the sufficiency of which is hereby
acknowledges,the parties hereto hereby agree as follows:
Article 1. WORK.
Contractor shall complete the Work as specified in the Contract Documents.
The Work is generally described as follows:
The project will consist of deep well investigation of Well 4A,televising of Well 4A,replacement of old equipment
with new equipment for Well 4A, purchase of an additional back-up motor, miscellaneous additions to project at
City's request,and as an alternate:repurposing existing equipment according to the following specifications.
Article 2. ENGINEER.
The Work has been designed by City of Elgin ("Engineer"). Engineer shall act as City's representative and shall
assume and provide such duties and obligations to the extent provided in the Contract Documents.
Article 3. WORK COMPLETION,LIQUIDATED DAMAGES,DELAYS AND DAMAGES.
3.1. Work Completion. The Work shall be completed as provided in the Contract Documents. The Contractor shall
commence work as indicated in the written "Notice to Proceed" and shall fully complete the project within one
hundred eighty days.In the event of any conflict between these dates and dates elsewhere in the Contract Documents,
these dates shall prevail. Time is of the essence of this Agreement.
3.2. Liquidated Damages. City and Contractor agree that as reasonable liquidated damages for delay(but not as a
penalty) Contractor shall pay City$ 475 for each day beyond the time specified for Substantial Completion in the
Contract Documents. After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the
remaining Work within the times specified in the Contract Documents(hereinafter referred to as"Contract Times")
or any proper extension thereof granted by City, Contractor shall pay City $475 for each day beyond the time for
Final Completion. Contractor agrees and acknowledges that such liquidated damages constitute a reasonable estimate
of City's actual damages. Such liquidated damages shall constitute City's sole recourse for and shall constitute full
satisfaction of City's actual damages resulting from Contractor's delay. Contractor further acknowledges and agrees
that in the event any provisions in any of the Contract Documents conflict with the provisions of this paragraph or
otherwise provide for damages resulting from Contractor's delay,the provisions of this paragraph shall control, and
such conflicting provisions and any Contract Documents shall not constitute,and shall not be construed as,a basis by
which to render the provisions of this paragraph unenforceable.
3.3. Delays and Damages. In the event Contractor is delayed in the prosecution and completion of the Work or
achievement of any Contract Times because of any delays caused by City or Engineer,Contractor shall have no claim
against City or Engineer for damages or contract adjustment other than an extension of the Contract Times as provided
herein and the waiving of liquidated damages during the period occasioned by the delay.
Page-1 -
Article 4. CONTRACT PRICE.
City shall pay Contractor$ 562.376.00 as indicated in the Contractor's Tabulation Sheet,dated April 2,
2019,for completion of the Work in accordance with the Contract Documents.
Article 5. PAYMENTS.
5.1. Payments. City shall make payments on the basis of Contractor's Applications for Payment as recommended by
Engineer, in conformance with the City of Elgin's accounts payable schedule. All payments shall be based on the
progress of the Work measured by the schedules provided in the Contract Documents. Notwithstanding anything to
the contrary in any Contract Documents, City shall be entitled to withhold any payments pending the submission of
partial or full waivers of lien and/or certifications verifying the receipt of payment for all work performed by all
subcontractors up to the date of Contractor's application for partial or final payment in City's sole discretion. City
shall further be entitled to make such payments directly to any subcontractors as may be necessary to obtain such lien
waivers and/or certifications. In the event City makes any such payments directly to any subcontractors,the amount
of such payments shall be deducted from the total amount due to Contractor pursuant to this agreement;and Contractor
shall provide a written release to City in the amount of any such payments upon ten (10) days written demand.
Concurrent with all applications for payment, Contractor shall provide City with a sworn certification of all work
performed by all subcontractors and amounts paid to all subcontractors as of the date of application.
5.2. Retainage. City may withhold,from all payments prior to Substantial Completion,an amount equal to up to ten
percent(10%)of work completed,at City's sole discretion.
Upon Substantial Completion, City may release a portion of the retainage to Contractor, retaining at all times an
amount sufficient to cover the cost of the Work remaining to be completed,at City's sole discretion.
The time for payment of any retainage from City to Contractor shall be at City's sole discretion. Such payment shall
not be unreasonably withheld.
5.3. Final Payment. The City shall not be required to make final payment prior to completion and acceptance of the
Work by the City.
Article 6. CONTRACT DOCUMENTS.
There are no Contract Documents other than those listed below. The Contract Documents which comprise the entire
agreement between City and Contractor concerning the Work consist of the following:
a. This Agreement.
b. Certificates of Insurance.
c. Payment and Performance Bonds.
d. General Conditions.
e. Specifications.
f. Drawings consisting of 0 sheets,with each sheet bearing one of the following general titles:
g. Any Addenda.
h. City Forms consisting of Insurance Requirements, City of Elgin Resolution No. 18-100 Establishing
Prevailing Wage Rates on Public Works Contracts and March 2019 Kane County Prevailing Wage Rates,
Responsible Bidder Affidavit, Equal Employment Written Commitment Guideline, Certification
Requirements,Sexual Harassment Policies and Programs,and Bidder's Employee Utilization Form.
Page-2-
i. Any subsequent Written Amendments to any documents listed above and other documents amending,
modifying, or supplementing the Contract Documents, which may be delivered or issued after the
Effective Date of the Agreement and are not attached hereto.
This Agreement and the Contract Documents listed above comprise the sole and exclusive Agreement between the
parties hereto. There are no other agreements between the parties hereto either oral or written, and neither this
Agreement nor any Contract Documents shall be modified or amended without the written consent of the authorized
representatives of the parties hereto.
Article 7. MISCELLANEOUS.
a. Terms used in this Agreement shall have the meanings indicated in the General Conditions.
b. No assignment or delegation by a party hereto of any rights under, obligations or interests in the Contract
Documents shall be binding on another party hereto without the written consent of the party sought to be bound;
and specifically but without limitation moneys that may become due and moneys that are due may not be assigned
without such consent(except to the extent that the effect of this restriction may be limited by law); and unless
specifically stated to the contrary in any written consent to an assignment,no assignment shall release or discharge
the assignor from any duty or responsibility under the Contract Documents.
c. City and Contractor each binds itself,its partners,successors,employees,assigns,and agents to the other party
hereto, its partners, successors, employees, assigns and agents in respect of all covenants, agreements,_and
obligations contained in the Contract Documents.
d. The business address of Contractor is hereby designated as the place to which all notices, letters, and other
communication to Contractor shall be mailed or delivered. The address of City is hereby designated as the place
to which all notices,letters,and other communication to City shall be mailed or delivered. Such notices,letters
and other communications shall be directed to the City's General Services Manager. Either party may change its
address at any time by an instrument in writing delivered to Engineer and to the other party.
e. The terms and provisions of this Agreement shall be severable.In the event any of the terms or provisions of this
Agreement shall be deemed to be void or otherwise unenforceable for any reason,the remainder of this Agreement
shall remain in full force and effect.
f. This agreement shall be subject to and governed by the laws of the State of Illinois. Venue for the resolution of
any disputes and the enforcement of any rights arising out of or in connection with the Agreement shall be in the
Circuit Court of Kane County, Illinois.
g. This Agreement shall be not be construed so as to create a partnership,joint venture, employment or agency
relationship between the parties hereto except as may be specifically provided for herein.
h. In the event of any conflict between any of the terms or provisions of this Agreement and any other Contract
Documents,the terms and provisions of this Agreement shall control.
i. Indemnification. To the fullest extent permitted by law, Contractor agrees to and shall indemnify,defend and
hold harmless the City,the Engineer,Engineer's consultants and the officers,employees,boards and commissions
of each and any of them from and against any and all claims,suits,judgments,costs,attorneys'fees,damages or
any and all other relief or liability arising out of or resulting from or through,or alleged to arise out of,any and
all other relief or liability arising out of or resulting from or through,or alleged to arise out of,any acts or negligent
acts or omissions of Contractor or Contractor's officer,employees,agents or subcontractors in the performance
of this agreement,or arising out of or in connection with litigation based on any mechanic's lien or other claims,
suits,judgments and/or demands for damages by subcontractors. In the event of any action against the City,its
officers,employees,agents,boards or commissions covered by the foregoing duty to indemnify,defend and hold
harmless such action shall be defended by legal counsel of City's choosing. In-the event and to the extent that
any legal work is performed by City's in-house legal counsel pursuant to the provisions of this section,City shall
be reimbursed by Contractor for such legal work at the rate of$200 per hour,which rate Contractor hereby agrees
Page-3-
and acknowledges to be a reasonable rate for such in-house attorneys'fees. The provisions of this paragraph shall
survive any expiration and/or termination of this agreement.
j. Compliance with Laws. Notwithstanding any other provision of this Agreement, it is expressly agreed and
understood that in connection with the performance of this Agreement,Contractor shall comply with all applicable
Federal, State, City and other requirements of law, including, but not limited to, any applicable requirements
regarding prevailing wages,minimum wage, workplace safety and legal status of employees. Without limiting
the foregoing,Contractor hereby certifies,represents and warrants to the City that all of Contractor's employees
and/or agents who will be providing products and/or services with respect to this Agreement shall be legally
authorized to work in the United States.Contractor shall also,at its expense,secure all permits and licenses,pay
all charges and fees,and give all notices necessary and incident to the due and lawful prosecution of the work,
and/or the products and/or services to be provided for in this Agreement. The City shall have the right to audit
any records in the possession or control of Contractor to determine Contractor's compliance with the provisions
of this section. In the event the City proceeds with such an audit, Contractor shall make available to the City
Contractor's relevant records at no cost to the City. Contractor shall pay any and all costs associated with any
such audit up to the amount of$900.
k. Contractor hereby waives any and all claims to interest on money claimed to be due pursuant to this Agreement,
and all such rights to interest to which it may otherwise be entitled pursuant to law,including,but not limited to,
pursuant to the Local Government Prompt Payment Act, as amended (50 ILCS 505/1, et.seq), or the Illinois
Interest Act as amended(815 ILCS 205/1,et.seq).
1. Limitation of Actions.Contractor shall not be entitled to and hereby waives,any and all rights that it might have
to file suit or bring any cause of action or claim for damages against the City of Elgin and/or its affiliates,officers,
employees,agents,attorneys,boards and commissions,of whatsoever nature and in whatsoever forum after two
(2)years from the date of this Agreement.
m. Notwithstanding any other provision hereof,the City may terminate this Agreement at any time for convenience
or any other reason upon thirty(30) days prior written notice to Contractor without penalty. In the event this
Agreement is so terminated Contractor shall be paid for goods provided and/or services actually performed,and
reimbursable expenses actually incurred as may be specifically provided for herein prior to such termination,
except that such payment and/or reimbursement shall not in any event exceed the total amount set forth for the
total contemplated payment provided for herein. Additionally, in the event this Agreement is so terminated,
Contractor shall immediately cease the expenditure of any funds paid to Contractor by the City and shall refund
to the City any unearned or unexpended funds.
n. This agreement may be executed in counterparts, each of which shall be an original and all of which shall
constitute one and the same agreement. For the purposes of executing this agreement, any signed copy of this
agreement transmitted by fax machine or e-mail shall be treated in all manners and respects as an original
document.The signature of any party on a copy of this agreement transmitted by fax machine or e-mail shall be
considered for these purposes as an original signature and shall have the same legal effect as an original signature.
Any such faxed or e-mailed copy of this agreement shall be considered to have the same binding legal effect as
an original document.At the request of either party any fax or e-mail a copy of this agreement shall be re-executed
by the parties in an original form. No party to this agreement shall raise the use of fax machine or e-mail as a
defense to this agreement and shall forever waive such defense.
o. Whenever used in this Agreement or in any of the Contract Documents,the term"Bidder"or"Bidders"shall be
deemed to refer to the Contractor.
Page-4-
IN WITNESS WHEREOF,City and Contractor have signed this Agreement. One counterpart each has been delivered
to City,Contractor,Surety,and Engineer.
This Agreement shall be effective on April 24,2019
CONTRACTOR: CIT • of Elgin
By: ` ,Tfivis P49'
�� PeAreCT By: Richard G.Kozal
Title:
FEIN#
48-- 920 7/ Title: City Manager
Address for giving notices
Address for giving notices
7 / SLL/N4!'S J¢l�• City of Elgin
�R �/ rL- 6P0.40‘ 150 Dexter Court
Elgin,IL 60120
ATTEST:
tilAVity Clerk
Page-S-
CITY OF ELGIN, ILLINOIS, SPECIFICATIONS
WATER DEPARTMENT DEEP WELL#4A WORK
I. GENERAL CONDITIONS
A. PAYMENT: The City shall make payment to the Contractor in accordance with the
Agreement for Deep Well#4A Repairs and the Contract Documents.
B. HEALTH AND SAFETY ACT: All work under this contract shall comply with the
Occupational Safety and Health Act (OSHA)of 1975 as amended.
C. INSURANCE: Insurance shall be provided by the Contractor in accordance with the
Agreement for Deep Well #4A Repairs and the Contract Documents, and specifically
the document entitled "Insurance Requirements".
D. STATE WAGE REQUIREMENTS:
The minimum prevailing wage rates apply to this project. Contractor shall comply with
all statutory requirements regarding prevailing wage rates.
Contractor will keep accurate records showing the name, address, telephone number,
social security number, occupation, hourly wages (including itemized hourly cash and
fringe rates), hours worked each day, gross and net weekly wages for each laborer,
worker and mechanic employed on the Work. The records shall be provided on a
weekly basis to the City. The contractor shall collect and forward to the City the
certified payrolls of all its subcontractors. The prevailing wage for any trade may
change during the life of the Project. The contractor and all its subcontractors shall be
responsible for checking the Illinois Department of Labor web page
(http://www.state.il.us/agency/idol/) to ensure that they are paying the current rate. If
the City discovers any discrepancies between the prevailing wage rates as apply to the
Work and the Contractor's payrolls, or if the Contractor or a subcontractor fails to
submit payrolls, no further payments shall be made to the Contractor until the
discrepancy is corrected.
ALL certified payroll must be submitted with an Application for Payment. All invoices
go to City of Elgin Utility Department, 150 Dexter Ct., Elgin, IL 60120. All certified
payroll should be submitted on a flash drive and mailed to City of Elgin Purchasing
Department, 150 Dexter Court, Elgin, IL 60120.
II. DETAILED SPECIFICATIONS
General Conditions
The work performed under this contract shall be in accordance with all Federal, State and Local
codes in addition to accepted industry standards including the specifications and drawings
contained herein.
Special Notice
Contractor shall inform themselves of the condition of the site, obstacles to be encountered, and
all other relevant matters concerning the work to be performed including appropriate Federal,
State, and City of Elgin codes as they may apply. The City shall not be obligated in any way by
- Page- 1 -
reason of any matter or thing concerning which such Contractor might have so informed
themselves prior to entering into the Agreement for Deep Well #4A Repairs. The City shall not
be held responsible for any delay in receiving repair parts, starting of the pump, or any other
similar difficulties, incidental costs resulting from the use of pipe dope, gaskets, small fittings,
bolts, cap screws, and other minor items shall be borne by the contractor. In the event that any
damage occurs to the pumping equipment or well due to any operation by the Contractor, all
expenses incurred shall be borne by the Contractor. This provision shall apply until the normal
guarantee period specified in the contract has elapsed. Work will be under the supervision of the
Water Director. The job site shall be returned to proper condition at the contractor's expense,
including but not limited to the repair or replacement of fencing, black dirt and seeding. The
contractor is responsible for confirming all necessary field measurements.
Scope of Work
The Contractor shall complete all work in the correct order to facilitate the proper installation of
all aspects of this project. Work shall follow: TITLE 77: PUBLIC HEALTH
CHAPTER I: DEPARTMENT OF PUBLIC HEALTH SUBCHAPTER r: WATER AND
SEWAGE PART 920 ILLINOIS WATER WELL CONSTRUCTION CODE
ITEM 1 DEEP WELL INVESTIGATION FOR WELL NO.4A
The well equipment shall be pulled and the depth of the well hole shall be measured.
The Contractor shall inspect all components from the well to determine the condition and make a
written recommendation to the City of any components that are able to be reutilized in the well.
This item shall include the following:
1. Pump and motor shall be inspected to determine the potential of continued use life
based on servicing, and the cost to complete the recommended service work.
2. Power Cable shall be High Potential tested to verify serviceable condition of the
cable.
3. Column Piping shall be inspected for corrosion that will affect the serviceable life
of the pipe.
4. Remainder of the equipment shall be inspected for useful serviceable life.
5. New or reused equipment shall be reinstalled.
ITEM 2 TELEVISING OF WELL NO.4A
At the City's discretion a television survey shall be performed on Well 4A.
ITEM 3 NEW EQUIPMENT FOR WELL NO.4A
PART 1 -GENERAL
1.1 SUMMARY
A. Provide new deep well submersible pump equipment as specified herein, and as
needed for a complete and proper installation. The equipment shall be sized to
-Page-2 -
properly fit in the existing well.
B. Provide labor, materials, tools, chemicals, piping, fittings, valves, discharge
orifice and manometer, and equipment necessary to conduct the pump
performance test and disinfection.
C. The individual items in this Item 3 2.2 through 2.9 below shall be priced as unit
costs as new equipment. In the event that any item is determined to not be
necessary or the previously existing equipment is determined to be in serviceable
condition to be reused, by the city, then the individual item may be removed from
the contract or replaced with the alternate item in section 5 at the sole discretion
of the city.
D. Documents affecting work of this Section include, but are not necessarily limited
to, the General Conditions of the Contract Documents.
E. Item 3 shall include all of the equipment, labor, trucking, and materials necessary
to properly remove and dispose of any equipment that is abandoned from the well
and site.
1.2 SUBMITTALS
A. Submit shop drawings, including pump dimension drawings, motor data sheet,
pump capacity-head curve, and manufacturer's detailed specifications and
recommended installation procedures.
B. Submit operation and maintenance manuals.
1.3 QUALITY ASSURANCE
A. Perform shop and/or field welding required in connection with the work of this
Section in strict accordance with pertinent recommendations of the American
Welding Society.
1.4 DELIVERY, STORAGE, AND HANDLING
A. Provide delivery of materials including safe storage while onsite.
PART 2-PRODUCTS
2.1 GENERAL
A. Design deep well pump equipment to meet the following conditions and
standards:
1. Pumping capacity: 1,250 gpm when discharging against a total head of
720 feet.
2. Pump speed: 1,760 rpm.
3. Minimum bowl efficiency: 80 percent.
4. Size pump and motor assembly for the following criteria: installation
inside a 21 inch I.D. bore hole.
5. Comply with all requirements of the Illinois Environmental Protection
- Page-3-
Agency and the Illinois Department of Public Health.
B. Provide deep well submersible pump equipment with the following components:
1. Deep well submersible pump.
2. Submersible motor.
3. Power cable.
4. Column pipe.
5. Lakewood Style check valves.
6. Air lines.
C. Acceptable manufacturers:
1. Byron-Jackson.
2.2 DEEP WELL SUBMERSIBLE PUMPS
A. Provide multi-stage type submersible pump with sufficient stages to meet the
design conditions.
B. Pump bowl assembly:
1. Cast iron alloy pump bowls conforming to ASTM A48 Class 30.
2. Statically balanced, enclosed type bronze impellers.
3. Bronze bearings.
4. Stainless steel impeller collets.
C. Top bowl assembly case bearing:
1. Provide a bronze sleeve bearing of approximately 3 shaft diameters in
length.
2. Provide lubrication for a minimum period of 10 years with special
hydraulic grease from a grease chamber above the bearing.
D. Provide a water intake suction section between the pump bowl assembly and
submersible motor with:
1. A galvanized steel strainer.
2. A bronze shaft bearing.
E. Pump shaft:
1. Stainless steel alloy with nominal tensile strength of 100,000 psi, A151
Type 410, or Type 416.
2. Extend pump shaft through the intake suction coupling.
3. Connect pump shaft to motor with a two-piece stainless steel alloy
coupling.
2.3 SUBMERSIBLE MOTOR
A. Acquire two (2) new 350Hp, 1800rpm, 2300v1t, Byron Jackson Type M
Submersible motors.
B. Mechanical seals shall be tungsten-carbide/tungsten-carbide faces with stainless
steel or hastelloy metal bellows.
C. One motor shall be installed in Well 4A, one motor shall be kept as a spare for
future work.
-Page-4-
2.4 POWER CABLE
A. Provide three conductor power cable.
1. Copper conductors (No. 2, 2.4 KV), individually wrapped in watertight
synthetic rubber or plastic jacket.
B. Enclose whole cable in another jacket of synthetic rubber or plastic which is
impervious to oil and water.
C. Provide stainless steel clamps and bands for attaching cable to drop pipe.
2.5 COLUMN PIPE
A. Use 10-inch diameter Schedule 40 standard weight black steel pipe in lengths not
to exceed 22 feet with threads and couplings conforming to ASTM A106.
B. Coat pipe and couplings exterior and interior with two coats of a NSF G1 listed
epoxy coating.
C. Wrap joints with plastic tape to protect exposed pipe threads.
2.6 LINE CHECK VALVE
A. Provide two(2) new 10-inch steel line Lakewood type check valves.
B. Locate one valve 100 feet above the pump.
C. Locate one valve at 3/5 the distance from the first check valve to the surface plate.
2.7 AIR LINE
A. Furnish 1/4-inch O.D. 1000 psi burst strength; plastic irrigation tubing air line of
sufficient length to extend from the top of the pump to the pitless adapter
assembly depth tester block.
B. Furnish stainless steel bands and clamps for attaching air line to the column pipe.
2.8 SURGE PROTECTIVE DEVICE
A. Furnish and install a medium voltage surge protective device.
B. Service voltage—2500 VAC, MCOV—3300 VAC
C. Provide monitoring package including indicator lights per phase and dry contacts
per phase.
2.9 DECOMMISSIONING OF EXISTING MOTOR
A. If the existing Byron Jackson Type H submersible motor is replaced, the
Contractor shall ensure the following procedures for the proper decommissioning
are met.
B. The motor seal shall be balanced and the seal and motor shall be dewatered in
accordance with all Byron Jackson procedures for shipping the motor. These
procedures shall be performed by a Byron Jackson factory authorized service
technician. As a result of the new July 1, 2012 IEPA guidelines the motor/bowl
- Page-5-
disconnection and seal servicing shall not be conducted over the well, but shall be
conducted in a sealed motor service containment module that has been transported
to the site.
C. The Contractor shall then ship the Byron Jackson Type H motor to a USEPA
certified mercury decontamination facility for proper decommissioning of the
mercury seal. From this work, the Contractor shall furnish the City with a
certificate stating that 99.9% of the mercury from the motor has been disposed of
properly with the USEPA ID number of the facility shown above the certifier's
signature.
PART 3-EXECUTION
3.1 ERECTION, INSTALLATION, APPLICATION
A. Install equipment in accordance with manufacturer's recommendations.
B. Well No. 4A: Set bottom of water intake screen at approximately 964 feet below
the pitless adapter assembly. Setting of pump shall be the same as the current
installation.
C. Attach power cable and air lines securely to each section of column pipe with
stainless steel bands and clamps.
3.2 FIELD QUALITY CONTROL
A. Provide the services of a qualified representative to supervise the installation and
testing of the deep well submersible pump equipment.
B. Test pump equipment performance upon completion of the installation.
1. Pump for a minimum pumping period of 4 hours.
2. Verify for the City's approval that the pumping equipment meets the
specified pumping and efficiency design criteria.
3. Discharge pumped water in such manner to prevent damage to public or
private property.
4. Verify correct operation monthly for the first three months, then quarterly
for the remainder of the first year of operation.
ITEM 4 MISCELLANEOUS ADDITIONS TO PROJECT AT OWNER'S DISCRETION
The specifications for this work adequately describe the work to be performed. If additional
work is found to be necessary and/or beneficial to satisfactorily complete the work, it shall be
brought to the attention of the Owner, in writing. If the Owner determines, at the Owner's
discretion, that the additional work shall be completed, then this work shall be paid for per man-
hour, including equipment, labor, supplies, overhead, insurance and profit.
The Contractor will include a sum of$30,000 for miscellaneous additions to the project at the
Owner's discretion. Only additional work, not covered by the scope items, will be eligible for
payment under the Cash Allowance.
-Page-6 -
ALTERNATE ITEM 5—REPURPOSE PRE-EXISTING EQUIPMENT FOR WELLS
PART 1 -GENERAL
1.1 SUMMARY
A. Equipment, work, submittals, quality assurance, storage and handling, operation,
execution and all other specifications of ITEM 5 are required to meet the same
specifications of ITEM 3 above.
B. Equipment of any or all of the following products may be reused at the sole
discretion of the City of Elgin. This would result in the removal of the specific
work product from the base quote and the inclusion of the specific work product
from the Alternate Quote.
PART 2-PRODUCTS
2.1 GENERAL
A. Design deep well pump equipment to meet the following conditions and
standards:
1. Pumping capacity: 1,250 gpm when discharging against a total head of
720 feet.
2. Pump speed: 1,760 rpm.
3. Minimum bowl efficiency: 80 percent.
4. Size pump and motor assembly for the following criteria: installation
inside a 21 inch I.D. bore hole.
5. Comply with all requirements of the Illinois Environmental Protection
Agency and the Illinois Department of Public Health.
B. Provide deep well submersible pump equipment with the following components:
1. Deep well submersible pump.
2. Submersible motor.
3. Power cable.
4. Column pipe.
5. Lakewood Style check valves.
6. Air lines.
C. Acceptable manufacturers:
1. Byron-Jackson.
2.2 DEEP WELL SUBMERSIBLE PUMP
A. Rehabilitate and reutilize the exiting equipment to meet the specifications. This
item assumes that the existing bowl assembly is reusable and the integrity of the
castings are adequate. The work included in the repurposing is routine rebuilding
of the bowl assembly including boring the stages and adding wear rings, and
replacing bowl bushings.
- Page-7-
2.3 SUBMERSIBLE MOTOR
A. Rehabilitate and reutilize the existing equipment to meet the specifications. This
item includes servicing by a certified Byron Jackson technician, routine motor
repairs and testing. The level of service required shall be such that the motor
remains onsite. Reinstallation of the motor into the well will follow servicing.
B. The motor will be inspected and serviced at the jobsite under the direct
supervision of an authorized Byron Jackson factory-trained service representative.
Servicing and inspection shall follow the below procedure:
1. The motor inspection shall consist of over-balancing the seal assembly to
completely dewater the annulus above the normal mercury level to
visually inspect the mercury condition and quantity.
2. A seal floatation test will be conducted and mercury will be added to the
seal cavity in the quantity required to reestablish proper floatation.
3. The seal will then be placed in the shipping position and secured using
Byron Jackson storage parts which are to be furnished by the City if
available. If the parts are not available, the Contractor will furnish the
required parts on a temporary basis.
4. The motor will be drained of oil and the balance tube assembly will be
cleaned and inspected and replaced if necessary. The oil reservoir will be
removed from the bottom of the motor and the oil filter will be replaced.
5. New oil using only Byron Jackson certified submersible oil will be
installed. The o-rings between the oil reservoir and the stator of the motor
and the reservoir and the casing stud will be replaced.
6. The motor case will be wire brushed clean and inspected. All external pits
or crevices will be filled in with an epoxy metal compound.
C. As a result of the July 1, 2012 IEPA guidelines, the Contractor is not allowed to
conduct the seal servicing or motor dewatering over the well. The Contractor will
be required to utilize a sealed motor service containment module that is
transported to project sites to meet the new IEPA regulations.
D. Following all necessary repairs and modifications, the pump shall be reinstalled to
a setting depth as specified below the surface plate assembly. The mounting of
the bowl assembly and flat cable attachment to the motor shall be accomplished
under the supervision of a Byron Jackson factory-trained service representative.
A new terminal box gasket shall be furnished and installed when the flat cable to
the motor is connected. A stainless steel cable guard shall be installed to enclose
the flat cable over the length of the bowl assembly and it shall be banded to the
bowl assembly with stainless steel banding at 2 foot intervals.
2.4 POWER CABLE
A. Rehabilitate and reutilize the existing equipment to meet the specifications. This
item shall include the cost to reinstall the power cable if it is found to be in
-Page-8-
serviceable condition.
2.5 COLUMN PIPE
A. Rehabilitate and reutilize the existing equipment to meet the specifications. The
existing pipe is anticipated to have minimal corrosion, and this item shall be
priced to do only minimal work to ensure that the column pipe can be reused and
placed back into service.
Starting/Completion
Contractor shall meet schedule provided for in the Agreement for Deep Well #4A Repairs and
the Contract Documents. Liquidated damages will be assessed in accordance with the
Agreement for Deep Well#4A Repairs and the Contract Documents.
Site Security
The contractor shall at a minimum, provided temporary fencing to secure the work area.
Temporary fencing shall be removed after project completion.
Site Restoration
The contractor shall restore the job site grounds to its original condition. Including hauling and
spreading black dirt and grass seed where identified by the Water Director. The Contractor shall
restore all fencing to like new condition.
All work shall be done in accordance with the General Conditions, specifications and drawings.
Workmanship and materials shall be guaranteed for not less than one year from date of
installation.
The City is under no obligation to pay for any additional work performed or materials provided
outside of the scope of work without the prior written approval and authorization of the Water
Director or her designee. The Contractor must receive prior written approval to perform or
provide any additional work or materials outside the agreed to scope. The City retains the right to
delete any of the above items from the project due to time and/or restraints at the direction of the
Water Director.
-Page-9-