HomeMy WebLinkAbout20-59 Construction Contract Layne Christensen Co 05-27-2020RESOLUTION N0.20-59
A RESOLUTION OF THE BOARD OF TRUSTEES OF THE TOWN OF
FIRESTONE, COLORADO, APPROVING AN AGREEMENT BETWEEN
THE TOWN OF FIRESTONE AND LAYNE CHRISTENSEN COMPANY
FOR INSTALLATION OF THE PUMP STATIONS FOR THE ST. VRAIN
WATER TREATMENT PLANT PROJECT'S GOULD VERTICAL WELLS
WHEREAS, the Town of Firestone ("Town") is in need of a contractor to install the
pump stations for the three Gould Vertical Wells required for the St. Vrain Water Treatment
Plant Project; and
WHEREAS, the Town solicited bids for such services and selected Layne Christensen
Company, as the lowest responsive bidder.
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF TRUSTEES OF THE
TOWN OF FIRESTONE, COLORADO&
The Agreement between the Town of Firestone and Layne Christensen Company, for
installation of the pump stations for the three Gould Vertical Wells, is approved in substantially
the same form as the copy attached hereto and made a part of this resolution and the Mayor is
authorized to execute the Agreement on behalf of the Town.
INTRODUCED, READ AND ADOPTED this day of , 2020.
1eM�N
TOWN OF FIRESTONE, COLORADO
Sin�lar, Mayor
n66N1
CONSTRUCTION CONTRACT
THIS CONSTRUCTION CONTRACT (the "Construction Contract" or "Agreement") is made and
entered into this 9jhay of , 2020 (the "Effective Date"), by and between the TOWN OF
FIRESTONE, a Colorado municipal cdfla ration with an address of 151 Grant Avenue, P.O. Box 100,
Firestone, Colorado 80520 (the "Town" or the "Owner"), and LAYNE CHRISTENSEN COMPANY an
independent contractor with a principal place of business at 1800 Hughes Landing Blvd., Suite 800, The
Woodlands, TX 77380 ("Contractor") (each a "Party" and collectively the "Parties"),
WHEREAS, the Town requires services; and
WHEREAS, Contractor has held itself out to the Town as having the requisite expertise and
experience to perform the required services.
NOW THEREFORE, for the consideration hereinafter set forth, the receipt and sufficiency of which
are hereby acknowledged, the Parties agree as follows:
I. SCOPE OF WORK
A. Contractor shall complete all Work and perform all Services which are described or
reasonably implied from the Scope of Work set forth in Exhibit A and the Contract Documents, attached
hereto and incorporated herein by this reference and known as: Gould Vertical Well Pump Stations
(W2020019528)
B. A change in the Scope of Work shall not be effective unless authorized as a written
amendment to this Agreement or change order in accordance with the Contract Documents, If Contractor
proceeds without such written authorization, Contractor shall be deemed to have waived any claim for
additional compensation, including a claim based on the theory of unjust enrichment, quantum merit or
implied contract. Except as expressly provided herein, no agent, employee, or representative of the Town is
authorized to modify any term of this Agreement, either directly or implied by a course of action.
C. Within 10 days of the Effective Contract Date, Contractor shall provide the performance bond
and labor &material payment bond and cercate of insurance required by the contract Documents.
II. DESIGN PROFESSIONAL
This Project has been designed by: McGrane Water En ineering, LLC,
who is hereinafter called DESIGN PROFESSIONAL and who is to act as FIRESTONE's representative,
assume all duties and responsibilities and have the rights and authority assigned to DESIGN
PROFESSIONAL in the Contract Documents in connection with completion of the Work in accordance with
the Contract Documents,
Page 1 of 11
FIRESTONE
III. CONTRACT TIMES; COMMENCEMENT AND COMPLETION OF WORK
A. The Work shall be substantially completed within 60 days of the Effective Date of this
contract, and shall continue until Contractor completes the Scope of Services to the satisfaction of the Town,
or until terminated as provided herein.
Be Either Party may terminate this Agreement upon 30 days advance written notice. The Town
shall pay Contractor for all work previously authorized and completed prior to the date of termination. If,
however, Contractor has substantially or materially breached this Agreement, the Town shall have any
remedy or right of set-off available at law and equity.
C. Should a delay in completion constitute a compensable inconvenience to the Town and its
residents, the liquidated damages established in this Section shall be enforced. Such damages are not a
penalty, the parties recognize the delays, expense and difficulties involved in proving the actual loss suffered
by the Town if the Work is not completed on time. For each day that all or a portion of the Work is delayed
beyond the deadlines set forth in Section III hereof, plus any extensions thereof allowed, the Contractor shall
be assessed the amount of two hundred fifty dollars ($250) each day until the Work is complete.
IV. COMPENSATION
Inconsideration for the completion of the Work by Contractor, the Town shall pay Contractor, subject
to all of the terms and conditions of the Contract Documents, an amount not to exceed $161,249.00 (the
"Contract Price"). The Contract Price shall include all fees, costs and expenses incurred by Contractor, and
no additional amounts shall be paid by the Town for such fees, costs and expenses.
V. PAYMENT PROCEDURES
Contractor may submit Applications for Payment for completed work per the UNIT -PRICE BID FORM
or the LUMP -SUM BID FORM. Contractor may submit periodic invoices, which shall be paid by the Town
within 30 days of receipt.
VI. RESPONSIBILITY
A. Contractor hereby warrants that it is qualified to assume the responsibilities and render the
services described herein and has all requisite corporate authority and licenses in good standing, required
by law.
Be The Work performed by Contractor shall be in accordance with generally accepted practices
and the level of competency presently maintained by other practicing contractors in the same or similar type
of work in the applicable community.
C. The Work performed by Contractor hereunder shall be done in compliance with applicable
laws, ordinances, rules and regulations, including the Keep Jobs in Colorado Act, C.R.S. 8-17-101, et seq.
Page 2 of 11
F M I ON
(the "Act") and the rules adopted by the Division of Labor of the Colorado Department of Labor and
Employment implementing the Act (the "Rules").
D. The TOwn's review, approval or acceptance of, or payment for any completed Work shall not
be construed to operate as a waiver of any rights under this Construction Contract or of any cause of action
arising out of the performance of this Construction Contract,
E. Contractor hereby warrants to the Town that all materials and equipment used in the Work,
and made a part of the Work, or placed permanently in the Work, shall be new unless otherwise specified in
the Contract Documents. Contractor further warrants that all equipment and materials shall be of good
quality, conform to the requirements of the Contract Documents and will be free from defects. All Work,
materials, or equipment not conforming to the Contract Documents shall be considered defective.
F. The Contractor shall warrant and guarantee all materials and equipment furnished under the
Contract and all Work performed for one year after the date of Substantial Completion. Under this warranty,
Contractor agrees to repair or replace, at its own expense, any Work that is found to be defective. The
expiration of the warranty period shall in no way limit the Town's legal or equitable remedies, or the period in
which such remedies may be asserted, for work negligently or defectively performed.
VII. OWNERSHIP
Any materials, items, and work specified in the Scope of Work, and any and all related documentation
and materials provided or developed by Contractor shall be exclusively owned by the Town. Contractor
expressly acknowledges and agrees that all work performed under the Scope of Work constitutes a "work
made for hire." To the extent, if at all, that it does not constitute a "work made for hire," Contractor hereby
transfers, sells, and assigns to the Town all of its right, title, and interest in such work. The Town may, with
respect to all or any portion of such work, use, publish, display, reproduce, distribute, destroy, alter, retouch,
modify, adapt, translate, or change such work without providing notice to or receiving consent from
Contractor.
VIII. INDEPENDENT CONTRACTOR
Contractor is an independent contractor. Notwithstanding any other provision of this Construction
Contract, all personnel assigned by Contractor to perform work under the terms of this Construction Contract
shall be, and remain at all times, employees or agents of Contractor for all purposes. Contractor shall make
no representation that it is a Town employee for any purposes.
IX. INSURANCE
A. Contractor agrees to procure and maintain, at its own cost, a policy or policies of insurance
sufficient to insure against all liability, claims, demands, and other obligations assumed by Contractor
pursuant to this Construction Contract. At a minimum, Contractor shall procure and maintain, and shall cause
Page 3 of 11
R
F KL319NL
any subcontractor to procure and maintain, the insurance coverages listed below, with forms and insurers
acceptable to the Town.
1. Worker's Compensation insurance as required by law.
2. Commercial General Liability insurance with minimum combined single limits of $1,000,000
each occurrence and $2,000,000 general aggregate. The policy shall be applicable to all premises
and operations, and shall include coverage for bodily injury, broad form property damage, personal
injury (including coverage for contractual and employee acts), blanket contractual, products, and
completed operations. The policy shall contain a severability of interests provision, and shall include
the Town and the Town's officers, employees, and contractors as additional insureds. No additional
insured endorsement shall contain any exclusion for bodily injury or property damage arising from
completed operations.
B. Such insurance shall be in addition to any other insurance requirements imposed by law.
The coverages afforded under the policies shall not be canceled, terminated or materially changed without
at least 30 days prior written notice to the Town. In the case of any claims -made policy, the necessary
retroactive dates and extended reporting periods shall be procured to maintain such continuous coverage.
Any insurance carried by the Town, its officers, its employees, or its contractors shall be excess and not
contributory insurance to that provided by Contractor. Contractor shall be solely responsible for any
deductible losses under any policy.
C. Contractor shall provide to the Town a certificate of insurance as evidence that the required
policies are in full force and effect. The certificate shall identify this Construction Contract,
X. INDEMNIFICATION
Contractor agrees to indemnify and hold harmless the Town and its officers, insurers, volunteers,
representative, agents, employees, heirs and assigns from and against all claims, liability, damages, losses,
expenses and demands, including attorney fees, on account of injury, loss, or damage, including without
limitation claims arising from bodily injury, personal injury, sickness, disease, death, property loss or damage,
or any other loss of any kind whatsoever, which arise out of or are in any manner connected with this
Construction Contract if such injury, loss, or damage is caused in whole or in part by, the act, omission, error,
professional error, mistake, negligence, or other fault of Contractor, any subcontractor of Contractor, or any
officer, employee, representative, or agent of Contractor, or which arise out of a worker's compensation claim
of any employee of Contractor or of any employee of any subcontractor of Contractor.
XI. ILLEGAL ALIENS
A. Certification. By entering into this Construction Contract, Contractor hereby certifies that, at
the time of this certification, it does not knowingly employ or contract with an illegal alien who will perform
work under this Construction Contract and that Contractor will participate in either the E-Verify Program
Page 4 of 11
F -M3I ONE
administered by the U.S. Department of Homeland Security and Social Security Administration or the
Department Program administered by the Colorado Department of Labor and Employment to confirm the
employment eligibility of all employees who are newly hired to perform work under this Construction Contract,
B. Prohibited Acts. Contractor shall not knowingly employ or contract with an illegal alien to
perform work under this Construction Contract, or enter into a contract with a subcontractor that fails to certify
to Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform
work under this Construction Contract.
C. Verification.
1. If Contractor has employees, Contractor has confirmed the employment eligibility of all
employees who are newly hired to perform work under this Construction Contract through
participation in either the E-Verify Program or the Department Program,
2. Contractor shall not use the E-Verify Program or Department .Program procedures to
undertake pre -employment screening of job applicants while this Construction Contract is being
performed.
3. If Contractor obtains actual knowledge that a subcontractor performing work under this
Construction Contract knowingly employs or contracts with an illegal alien who is performing work
under this Construction Contract, Contractor shall: notify the subcontractor and the Town within 3
days that Contractor has actual knowledge that the subcontractor is employing or contracting with
an illegal alien who is performing work under this Construction Contract; and terminate the
subcontract with the subcontractor if within 3 days of receiving the notice required pursuant to
subsection 1 hereof, the subcontractor does not stop employing or contracting with the illegal alien
who is performing work under this Construction Contract; except that Contractor shall not terminate
the subcontract if during such 3 days the subcontractor provides information to establish that the
subcontractor has not knowingly employed or contracted with an illegal alien who is performing work
under this Construction Contract.
D. Duty to Comply with Investigations. Contractor shall comply with any reasonable request by
the Colorado Department of Labor and Employment made in the course of an investigation conducted
pursuant to C.R.S. § 8-17.5-102(5)(a) to ensure that Contractor is complying with the terms of this Section XI.
E. Affidavits. If Contractor does not have employees, Contractor shall sign the "No Employee
Affidavit" attached hereto. If Contractor wishes to verify the lawful presence of newly hired employees who
perform work under the Construction Contract via the Department Program, Contractor shall sign the
"Department Program Affidavit" attached hereto.
Page 5 of 11
F USIUR
XII. CONTRACT DOCUMENTS
The Contract Documents, which comprise the entire agreement between the Town and Contractor
concerning the Scope of Services, consist of the following:
A. Exhibit to this Construction Contract:
1. Exhibit A: Contract Specifications (by reference)
2. Exhibit B: Completed Bid Form (attached)
C. Addenda numbers:
There are no Contract Documents other than those listed above in this Section XII.
XIII. MISCELLANEOUS
A. Governing Law and Venue. This Construction Contract shall be governed by the laws of the
State of Colorado, and any legal action concerning the provisions hereof shall be brought in Weld County,
Colorado,
B. No Waiver. Delays in enforcement or the waiver of any one or more defaults or breaches of
this Construction Contract by the Town shall not constitute a waiver of any of the other terms or obligation of
this Construction Contract,
C. Integration. This Construction Contract and any attached exhibits constitutes the entire
agreement between the Parties, superseding all prior oral or written communications.
D. Third Parties. There are no intended third -party beneficiaries to this Construction Contract.
E. Notice. Any notice under this Construction Contract shall be in writing, and shall be deemed
sufficient when directly presented or sent pre -paid, first class U.S. Mail to the Party at the address set forth
on the first page of this Agreement.
F. Severability. If any provision of this Construction Contract is found by a court of competent
jurisdiction to be unlawful or unenforceable for any reason, the remaining provisions hereof shall remain in
full force and effect.
G. Modification. This Construction Contract may only be modified upon written agreement of
the Parties.
Page 6 of 11
F fts ONE
H. Assignment. Neither this Construction Contract nor any of the rights or obligations of the
Parties shall be assigned by either Party without the written consent of the other.
I. Governmental Immunity. The Town and its officers, attorneys and employees, are relying
on, and do not waive or intend to waive by any provision of this Agreement, the monetary limitations or any
other rights, immunities, and protections provided by the Colorado Governmental Immunity Act, C.R.S. § 24-
10.101, et seq., as amended, or otherwise available to the Town and its officers, attorneys or employees.
J. Rights and Remedies. The rights and remedies of the Town under this Construction
Contract are in addition to any other rights and remedies provided by law. The expiration of this Construction
Contract shall in no way limit the Town's legal or equitable remedies, or the period in which such remedies
may be asserted, for work negligently or defectively performed.
K. Subject to Annual Appropriation. Consistent with Article X, § 20 of the Colorado Constitution,
any financial obligation of the Town not performed during the current fiscal year is subject to annual
appropriation, shall extend only to monies currently appropriated, and shall not constitute a mandatory
charge, requirement, debt or liability beyond the current fiscal year.
Page 7 of 11
cc
WCC@@T
r ! UNL
IN WITNESS WHEREOF, the Parties have executed this Construction Contract as of the Effective
Date.
TOWN OF F'1RESTONE, COLORADO
Print Name:.IfAV
Title
LAYN CWR1ST�tSE C NY
By:
Print Name : Brian W Dellett
Title : .Senior Account Manager
STATE OF Colorado �
COUNTY OF Adams � �
The foregoing instrument was subscribed, sworn to and acknowledged before me this 27th day of
May 2020, by Brian W Dellett ag Sr Account Manager pf
Layne Christensen Company
My commission expires: pI2.:1 j. 2�:1 ; o7,c �44
Notary Public
Page 8 of 11
REST NL$
®tpARTMEN I PROGRAM ArrIDAVI I
i o be compiefed only if Contractor participates in the Department of Labor Lavvfui Presence Verification Program
l; Brian W Deliett .,as a public contractor under contract with the Town of Firestone (the
"Town"), hereby affirm that.
1. I have examined or will examine the legal work s#atus of all employees who are newly hired
for employment to perform work under this public contract for services ("Agreement") with the Town within
20 days after such hiring date,
2. I have retained or will retain file caples of ail documents .required by S U.S.C. § 1324a, which
verify the employment eligibility and identity of newly hired employees who perform work under this
Agreement; and
3. I have not and will ..not alter or falsify the identification documents for my newly hired
glee, )..11.1
Dignature
STATE OF COLORADO )
ss.
COUNTY OF Adams
27 May 2020
Date
The foregoing. instrument was subscribed; sworn to and acknowledged before me this27th day of
May 2020, by Brian W peilett as Sr Account Manager of
Layne Christensen Company,
My commission expires: � �_ ,
Notary Public ` !; r
Page 9 of 11
.� G RESIONL
Contract Specifications by IVIcGrane Water Engineers
(101 pages by reference)
Page 10 of 11
CC-QQ�cc T
Completed Bld Form
(following 8 pages)
Page 11 of 11
QQe`
� RLSIONt
SECTION 00400
TO: Owner:
Town of Firestone
151 Grant Ave. P.O Box 100
Firestone, CO 80520
PROJECT:
Gould Site Wellfield — Vertical Well
Pump and Dewatering Project
THE UNDERSIGNED BIDDER, having familiarized himself with the work required
by the Contract Documents, the site where the Work is to be performed, local labor conditions
and all laws, regulations and other factors affecting performance of the Work, and having
satisfied himself of the expense and difficulties attending performance of the Work,
HEREBY PROPOSES and agrees, if this Bid is accepted, to enter into Agreement in
the form attached, to perform all work, including the assumption of all obligations, duties and
responsibilities necessary to the successful completion of the Agreement and the furnishing of
materials and equipment required to be incorporated in and form a permanent part of the Work,
tools, equipment, supplies, transportation, facilities, labor, superintendence and services
required to perform the Work; and Bond, insurance and submittals; all as indicated or specified
in the Contract Documents to be performed or furnished by Contractor in accordance with the
following Bid prices (Contractor must submit on Base Bid and Bid Alternates, if any, to be
considered).
A. BASE BID PRICE: One hundred sixty one thousand two hundred forty nine
($ 161,249.00 ) based on unit prices shown on Schedule A.
Dollars
B. BID PRICE ALTERNATIVE: Add/deduct the following to/from above base bid for
adding/deleting (describe addition or deletion):
Dollars ($ 0 ).
The undersigned Bidder agrees to furnish the required Bond and enter into Agreement
within TEN (10) days after acceptance of this Bid, and further agrees to complete all work
covered by the Bid, in accordance with specified requirements and in accordance with the
Following schedule:
1. Startup of all Major Equipment
2.
Substantial Completion (Ready for Punchlist):
21 Days
40 Days
McGrane Water Engineering, llc.
May, 2020
00400 —Page 1 of 8
BID FORM —Addendum no. I
3. Punchlist Complete: 45 Days
Liquidated Damages. Owner and Contractor recognize that time is of the essence of this
Agreement and that Owner will suffer financial loss if the Work is not substantially completed
within the time specified above, plus any extensions thereof allowed in accordance with the
General Conditions. They also recognize the delays, expense and difficulties involved in
proving, in a legal or arbitration proceeding, the actual loss suffered by the Owner if the Work is
not substantially complete on time. Accordingly, instead of requiring any such proof, Owner
and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall
pay Owner in accordance with the following.
1. Late Startup of all major Equipment
2. Late Substantial Completion
(ready for Punchlist)
3. Late Punchlist Completion
$ 100.00 Per Day
$ 100.00 Per Day
$ 100.00 Per Day
Receipt of copies of the following addenda is hereby acknowledged.
Addendum No. Bidder's Signature Date Acknowledged
1
Brian W Dellett
In submitting this Bid it is understood that Owner reserves the right to reject any and all
Bids, and it is understood that this Bid may not be withdrawn during a period of sixty (60) days
after the scheduled time for the receipt of Bids.
The undersigned Bidder hereby certifies (a) that this Bid is genuine and is not made in
the interest of, or in the behalf of, any undisclosed person, firm, or corporation, and is not
submitted in conformity with any agreement or rules of any group, association, organization, or
corporation; (b) that he has not directly or indirectly induced or solicited any other Bidder to put
in a false or sham Bid; (c) that he has not solicited or induced any person, firm, or corporation to
refrain from bidding; and (d) that he has not sought by collusion to obtain for himself any
advantage over any other Bidder or over the Owner.
The full names and addresses of parties interested in this Bid as principals are as
follows:
Jim Roberts, Watsonville, CA
McGrane Water Engineering, Ilc. 00400 —Page 2 of 8
May, 2020 BID FORM —Addendum no. I
If an Individual:
If a Partnership:
If a Corporation:
SIGNATURE OF BIDDER
Date:
print or type name:
doing business as:
by:
print or type name:
Layne Christensen Company
Delaware
by:
Brian W Dellett
print or type name:
Brian W Dellett
Title: Senior Account Manager
General Partner
Corporation)
If Bidder is a joint venturer, all venturers or their authorized agents must sign below.
Name of Joint Venture:
If Joint Venture is
print or type name:
Title:
McGrane Water Engineering, llc. 00400 —Page 3 of 8
May, 2020 BID FORM —Addendum no. I
MATERIAL AND EQUIPMENT SUPPLIER LISTING
The following information is submitted for each major supplier of material and each
manufacturer and supplier of equipment for manufacturers and suppliers of major items of
material, equipment and systems to be used in the work if the Bidder is awarded the contract.
Specification
Section No.
Section 0250
Section 0250
Section 0250
Section 1600
Material or
Equipment Description
Pumps
Motors
Flow Meter
VFD
The Surety who will be the surety on the Performance Bond will
be:
Travelers
Manufacturer and
Supplier
Grundfos
Hitachi
McCrometer Ultramag
Yaskawa
McGrane Water Engineering, llc. 00400 —Page 4 of 8
May, 2020 BID FORM —Addendum no. I
SUBCONTRACTOR LISTING
The following information is submitted for each subcontractor that will be used in the
work if the Bidder is awarded the Agreement. Additional numbered pages shall be attached to
this page as required. Each page shall be headed "SUBCONTRACTOR LISTING" and signed.
All work to be subcontracted over $10,000 shall be listed.
Amount of Name and Address Portion of
Subcontract PC b r Work
$521750.00 Sun Valley Electric; Elizabeth, CO Electrical
Brian W Dellett
Signature
McGrane Water Engineering, llc. 00400 —Page 5 of 8
May, 2020 BID FORM —Addendum no. 1
PROPOSAL TO: Town of FSrestone
PROJECT: Gould Site Wellfield - Vertical Wells - EXHIBIT B
Bid Sheet 1 of 2 Per Specifications (footage totals are sum of wells - west to east) REVISED PER
ADDENDUM N0.1
Item
Amt.
Unit
Description
Unit Price
Unit
Total Price
1
1
is
Mob/Demob
Lump Sum
$ 844.00
2
1
Is
CDPHE Permitting and Compliance
Fixed Cost
$ 2,500.00
Downhole
E
ui meat
Section 02520
3
3
ft
Provide submersible pump, motor and shroud
Lump Sum
$ 7860000
4
3
ea
Provide and install 4-in hanging pitless adapters
$ 1113.00
each
$
5
123
ft
Provide 4-in drop pipe from 2 ft off well bottom to
$ 14.00
ft.
$ 1722.00
to of well casing Amt = 42+42+39
per
6
3
ea jProvide
4-in downhole check valves
$ 360.00
each
$ 1080.00
Provide AWG #4 submersible pump cable with 20 ft
$ 4.00
ft.
$ 676.00
7
169
ea
lead to controls. Amt = (3 x 20') + (37'+37'+35')
per
8
218
ea
Provide It " PVC sounder and transducer tubing.
$
per ft.
$ 218.00
9
3
Provide downhole pressure transducers with 70 ft of
$1031.00
each
$ 3093.00
ea
vented cable per well
10
1
Is
Install all downhole equipment
Lump Sum
$ 1695.00
11
3
ea lWell
disinfection
$ 169.00
each
$ 507.00
12
3
ea
Well startup and testing
$ 148.00
each
$ 444.00
13
3
ea
Submit pump installation and testing reports to State
$ 55.00
each
$
14
1
is
Prepare electronic system O&M manuals that
Lump Sum
$ 165.00
includes all downhole and control equipment
Discharge Header(Section
02520)
15
3
Fabricate well covers that can be retrofitted as
$ 315.00
each
$ 945,00
ea
permanent well caps
16
24
ft
Provide 4-in. Sch 40 flanged (100 psi) header pipe
$ 84.00
per ft.
$ 2016.00
sections. Amt = 3 x 5'+2'+1'
17
3
Provide 44n flanged (100 psi) electronic flow
$ 2899,00
each
$ 8697.00
ea
meters
18
3
ea
Provide 44n flanged (100 psi) butterfly valves
$ 180.00
each
$ 540.00
19
3
ea
Provide support stand and 1' x 1' concrete pad
$ 241.00
each
$ 723.00
20
3
ea
Install well covers and discharge headers
$ 240.00
each
$ 720.00
Electrical (Sections 16006)
Provide and install power service disconnect at
21
2
ea
existing transformers (includes abandoning existing
$ 4075.00
each
$ 8150.00
services per United Power recommendations)
22
125
ft
Provide buried #1 power cable (N side transformer
$ 7.00
ft.
$ 875.00
to West well)
per
23
925
ft
Provide buried 1/0 power cable (S side transformer
$ 9.00
ft.
$ 8325.00
to Middle and East wells. Amt = (450' + 475')
per
24
1050
ft
Provide Sch. 80 PVC (2 1/2") conduit to all wells
$ 6.00
ft.
$ 6300000
Amt = (125'-+- 450' -+- 475')
per
25
1050
Install all horizontal conduit (125'A-450'1-475) with
$ 13.00
each
$ 13650.00
ea
concrete protection per drawings
26
3
ea
Install junction boxes on sides of well casing
Is 429.00
each
$ 1287.00
TOTAL
BID SHEET 1($)
$ 76,536.00
McGrane Water Engineering, llc Page 6 of 8
May, 2020 BID FORM -Addendum No. I
PROPOSAL TO: Town of Firestone
PROJECT: Gould Site Wellfield — Vertical Wells — EXHIBIT B
Bid Sheet 2 of 2 Per Specifications (Addendnn► No. 1)
Controls (Sections 16000 and 16041)
Provide control cabinets with disconnect switchs, 24
$ 245.00
735.00
$
27
3
ea
v power, control wiring and LED displays
each
28
3
ea
Provide and install variable speed drive
$ 7518.00
each
$ 22554.00
Provide and install electronic flow meter and all
29
3
ea
necessary temporary conduit to allow dewatering
$ 1170.00
each
$ 3510.00
operation
Provide and install submersible transducer, and all
30
3
ea
necessary temporary conduit to allow dewatering
$ 980.00
each
$ 2940.00
operation
Provide and install conduit control cabinet
(including: 1) from power source to cabinet; 2)
31
3
ea
cabinet to well (separate power and transducer); 3)
$ 1370.00
each
$ 4110.00
cabinet to flow meter; and 4) cabinet to future RTU
(stub P from base) on a concrete pads.
32
3
ea
Conduct all wiring tests and field startup tests
$ 227.00
each
$ 681.00
Temporary
Horizontal
Pipeline (Section 12540)
Provide and install approximately 2470 feet of
$ 4.00
ft
$ 9880.00
33
2470
ft
terni)orary pipeline
34
500
ft
Remove and reinstall discharge header between
$ 13.00
ft
$ 6500.00
wells to allow for site demolition
34
4
months
Monthly rental rate
$ 7805400
mo
$ 31220.00
35
3
ea
Make connections to existing discharge headers
$ 99.00
each
$ 297.00
36
1
is
Install 40 ft section of 144n corrugated metal pipe
Lump Sum
2286.00
$
across the drivewa at the Varra Pro e
TOTAL BID SHEET
2 {$}
$ 84713400
GRAND TOTAL - BID SHEETS 1 AND 2 ($)
$ 161,249.00
Optional
$
01
1050
ft
Cost savings if concrete cover is not used for
$ (4.50)
ft
$ (4725.00)
conduit installation
02
1050
ft
Cost savings if PVC covered rigid conduit is used
$ No bid
ft
$ No bid
instead of concrete covered PVC conduit
03
0
ft
Standby Time
$ 250.00
er hr.
$ 0
04
0
ft
Technitian HourlyField Work
$ 175.00
per hr.
$ 0
05
0
ft
2-Man Crew HourlyWork
$ 5 0
er hr.
$
McGrane Water Engineering, llc Page 7 of 8
May, 2020 BID FORM —Addendum No. 1
PROPOSAL TO: Town of Firestone
PROJECT: Gould Site Wellfield — Vertical Wells — EXHIBIT B
The undersigned hereby proposes and agrees that he will complete all the work described in
contract documents (Exhibit A), complete in place and ready for operation within 45 calendar
days from the date of this mutually executed contract.
CONTRACTOR Layne Christensen Company DATE 5-19-20
Brian W Dellett
A. Anticipated Start Date
B. Anticipated Number of Days to
Complete all Drilling and Well
Development
C. Name of Superintendent
One day after NTP
Mike Schanaman
END OF SECTION
McGrane Water Engineering, llc Page 8 of 8
May, 2020 BID FORM —Addendum No. I