Loading...
HomeMy WebLinkAbout05 - Water Well Rehabilitation — Tamura Shallow Well (Project No. 22W05) — NOC for Contract No. 8727-2 and Approval of AmendmentQ �EwPpRT CITY OF s NEWPORT BEACH `q44:09 City Council Staff Report February 28, 2023 Agenda Item No. 5 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: David A. Webb, Public Works Director - 949-644-3311, dawebb@newportbeachca.gov PREPARED BY: Andy Tran, Senior Civil Engineer, atran@newportbeachca.gov PHONE: 949-644-3315 TITLE: Water Well Rehabilitation — Tamura Shallow Well (Project No. 22W05) — Notice of Completion for Contract No. 8727-2 and Approval of Amendment No. One to Professional Services Agreement with Richard C. Slade & Associates LLC (Contract No. 8727-1) On January 11, 2022, the City Council awarded Contract No. 8727-2 for the Water Well Rehabilitation - Tamura Shallow Well project to General Pump Company, Inc. The project involved removing the existing pump and motor, conducting down -well video surveys, wire brushing, chemical treatment, mechanical treatment, performing test pumping, and installing a new pump. The work is now complete and staff requests City Council acceptance and close out of the contract. On August 25, 2021, the City of Newport Beach (City) entered into a Professional Services Agreement with Richard C. Slade & Associates LLC (RCS) for hydrogeologic design services for the Tamura Shallow Water Well. Staff recently discovered a small hole in the Tamura Deep Water Well casing, which is impacting the operation of this well and subsequently reducing water production. To expedite the rehabilitation of the Tamura Deep Water Well, staff recommends approval of Amendment No. One with RCS to prepare the necessary construction documents and to provide hydrogeologic design and construction support services. RECOMMENDATIONS: a) Accept the completed work and authorize the City Clerk to file a Notice of Completion for the project; b) Authorize the City Clerk to release the Labor and Materials Bond 65 days after the Notice of Completion has been recorded in accordance with applicable portions of Civil Code; c) Release the Faithful Performance Bond one year after acceptance by the City Council; and 5-1 Water Well Rehabilitation — Tamura Shallow Well — Notice of Completion for Contract No. 8727-2 and Approval of Amendment No. One to Professional Services Agreement February 28, 2023 Page 2 d) Approve Amendment No. One to Professional Services Agreement with Richard C. Slade & Associates LLC for hydrogeologic design and construction support services and increase the total not -to -exceed amount by $88,744 for a total not -to -exceed amount of $162,944, and authorize the Mayor and City Clerk to execute the Agreement. DISCUSSION: The City owns and operates four groundwater wells in the City of Fountain Valley; two are located at the Tamura school site, the Tamura Shallow Water Well and the Tamura Deep Water Well, and the other two are on Dolphin Street. These wells were constructed in the late 1990s and provide 75 to 95 percent of the City's drinking water supply. The remaining water supply is purchased from the Metropolitan Water District of Orange County through the Metropolitan Water District of Southern California. To prolong the service life of this critical water infrastructure, the wells need to be rehabilitated every five to seven years. Overall Contract Cost/Time Summary Awarded Contract Final Total Contract Total Contract Percent Contract Amount Amount Change Amount Cost Change $331,678.00 $270,104.05 -$61,573.95 -18.6% Allowed Contract Time + Approved 212 Actual Time Used (Days) 212 Extensions (Days) _ The Tamura Shallow Water Well project included removing the existing pump and motor, conducting down -well video surveys, wire brushing, chemical treatment, mechanical treatment, performing test pumping, and installing a new pump. The contracted work has been completed to the satisfaction of the Public Works Department. A summary of the construction cost is as follows: Original Bid Amount: $ 331,678.00 Actual Cost of Bid Items Constructed: $ 206,523.15 Total Change Orders: $ 63,580.90 Final Contract Cost: $ 270,104.05 The final total contract amount was $270,104.05, which was approximately 18.6 percent lower than the original bid amount. This cost decrease was primarily due to the reduced amounts of chemical treatment and mechanical redevelopment needed to rehabilitate the Tamura Shallow Water Well. 5-2 Water Well Rehabilitation — Tamura Shallow Well — Notice of Completion for Contract No. 8727-2 and Approval of Amendment No. One to Professional Services Agreement February 28, 2023 Page 3 A summary of the project schedule milestones is as follows: Estimate Start of Construction per Annual Baseline Schedule February 14, 2022 Actual Start of Construction Per Notice to Proceed February 28, 2022 Extended Contract Completion Date Inclusive of Extra Work January 11, 2023 Actual Substantial Construction Completion Date January 11, 2023 The contract change order amount was primarily attributed to the installation of three direct drive cooling fans to replace the failing belt drive fans that had become obsolete. As with many mechanical parts, the direct drive fans had extremely long manufacturing lead times. Staff extended the contract time to account for the long lead times, which was beyond the contractor's control. Tamura Deep Water Well — Amendment No. One with RCS In October of 2022, the Tamura Deep Water Well began producing a substantial amount of sand, which is usually an indication that the existing well casing may be compromised. Upon further evaluation by General Pump Company, the contractor on site completing the Tamura Shallow Water Well rehabilitation project, it was determined that there is a hole in the existing well casing. To prevent further damages to this well, staff is currently operating the Tamura Deep Water Well at a reduced pumping rate. The Tamura Deep Water Well is the City's highest producing well and provides approximately 30 percent of the City's groundwater supply. The City may not be able to meet the expected high water demands during the summer months if it doesn't have the ability to operate the Tamura Deep Water Well at full capacity. In addition, this well needs to be repaired as soon as possible to avoid further damage or catastrophic failure. Staff is recommending the approval of Amendment No. One to the Professional Services Agreement with RCS for hydrogeologic design and construction support services for the Tamura Deep Water Well. Groundwater hydrogeology is a highly specialized field of work. RCS assisted the City with the original construction of the four wells in 1997 and has successfully completed several construction documents for the rehabilitation of water wells. FISCAL IMPACT: The Water Well Rehabilitation project was included within the FY 2021-22 Capital Improvement Program (CIP) Budget. Funds for the construction contract were expended from the following accounts: Account Description Account Number Amount Water Capital Non -Master Plan 70201932-980000-20W05 $ 4,451.00 Water Capital Non -Master Plan 70201932-980000-21 W05 $ 75,427.00 Water Capital Non -Master Plan 70201932-980000-22W05 $ 96,056.00 Utilities — Maintenance and Repair 7019052-851037 $ 94,170.05 Total: $ 270,104.05 5-3 Water Well Rehabilitation — Tamura Shallow Well — Notice of Completion for Contract No. 8727-2 and Approval of Amendment No. One to Professional Services Agreement February 28, 2023 Page 4 The adopted CIP budget includes sufficient funding for the $88,744 amendment to the Professional Services Agreement with RCS. It will be expensed to the Water Well Rehabilitation Project budget, 70201932-980000-22W05. ENVIRONMENTAL REVIEW: On January 11, 2022, the City Council found this project exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15302(c) Class 2, (reconstruction of existing facility involving negligible or no expansion of capacity), of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential to have a significant effect on the environment. NOTICING: The agenda item has been noticed according to the Brown Act (72 hours in advance of the meeting at which the City Council considers the item). ATTACHMENTS: Attachment A — Location Map Attachment B — Amendment to PSA 5-4 ATTACHMENT B AMENDMENT NO. ONE TO PROFESSIONAL SERVICES AGREEMENT WITH RICHARD C. SLADE & ASSOCIATES, LLC FOR TAMURA SHALLOW WELL REHABILITATION HYDROGEOLOGIC SERVICES THIS AMENDMENT NO. ONE TO PROFESSIONAL SERVICES AGREEMENT ("Amendment No. One") is made and entered into as of this 28th day of February, 2023 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and RICHARD C. SLADE & ASSOCIATES, LLC, a California limited liability company ("Consultant"), whose address is 14051 Burbank Blvd, Suite 300, Sherman Oaks, California 91401, and is made with reference to the following: RECITALS A. On August 25, 2021, City and Consultant entered into a Professional Services Agreement ("Agreement") to provide Tamura Shallow Well Rehabilitation Hydrogeologic Services ("Project"). B. The parties desire to enter into this Amendment No. One to reflect additional Services not included in the Agreement, and to increase the total compensation. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. SERVICES TO BE PERFORMED Exhibit A to the Agreement shall be supplemented to include the Scope of Services, attached hereto as Exhibit A and incorporated herein by reference ("Services" or "Work"). Exhibit A to the Agreement and Exhibit A to this Amendment No. One shall collectively be known as "Exhibit A." The City may elect to delete certain Services within the Scope of Services at its sole discretion. J, NJ 4 `f-If_r I Is] `i 110ZKGI.` &*ll III if -,I ►111 Section 4.1 of the Agreement is amended in its entirety and replaced with the following: "City shall pay Consultant for the Services on a time and expense not -to - exceed basis in accordance with the provisions of this Section and the Schedule of Billing Rates attached hereto as Exhibit B and incorporated herein by reference. Consultant's compensation for all Work performed in accordance with this Agreement, including all reimbursable items and subconsultant fees, shall not exceed One Hundred Sixty Two Thousand Nine Hundred Forty Four Dollars and 00/100 ($162,944.00), without prior written authorization from City. No billing rate changes shall be made during the term of this Agreement without the prior written approval of City." The total amended compensation reflects Consultant's additional compensation for additional Services to be performed in accordance with this Amendment No. One, 5-6 including all reimbursable items and subconsultant fees, in an amount not to exceed Eighty Eight Thousand Seven Hundred Forty Four Dollars and 00/100 ($88,744.00). 3. INTEGRATED CONTRACT Except as expressly modified herein, all other provisions, terms, and covenants set forth in the Agreement shall remain unchanged and shall be in full force and effect. [SIGNATURES ON NEXT PAGE] Richard C. Slade & Associates, LLC Page 2 5-7 IN WITNESS WHEREOF, the parties have caused this Amendment No. One to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: '? 9' By:- ,,64 gj_ A-01ron C. Har ,)�-) j73 b(r City Attorney ATTEST: Date: I0 Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Noah Blom Mayor CONSULTANT: Richard C. Slade & Associates, LLC, a California limited liability company Date: By: Richard C. Slade Manager Date: By: Linda Slade Manager [END OF SIGNATURES] Attachments: Exhibit A — Scope of Services Richard C. Slade & Associates, LLC Page 3 5-8 EXHIBIT A SCOPE OF SERVICES Task 6 — Technical Specifications for Well Rehabilitation Consultant shall prepare site -specific Technical Specifications and line -item bid sheets for rehabilitation operations for the subject well. These Specifications will be prepared so that these rehabilitation operations can be performed by a Contractor under one set of documents and under one contract to the City. The Specifications and bid items will include the following: 1. Equipment to be utilized and size of work area needed. 2. The type of site preparation work needed at the site before the equipment is mobilized to the site. 3. Removal of the existing pump for the well. 4. Video surveys to be performed during and following rehabilitation of the well. 5. The depth intervals of well casing to be rehabilitated. 6. The type of mechanical well rehabilitation methods will be evaluated and included in the Technical Specifications, as needed. These methods could include the following: o Wire brushing & bailing. o Dual -swab airlifting and surging. o "Air -Jetting", consisting of either the AirBurst®or Bore Blast® methods. 7. The types and sizes of the casing liner and new gravel pack to be installed (to mitigate existing downwell sanding problems). 8. The types and volumes of various chemicals and their emplacement methods that might be needed during chemical rehabilitation for the well. 9. Discharge locations and treatment options/consideration for the discharge of all fluids generated from the well during all rehabilitation tasks (especially if chemicals are used). 10. Parameters for pumping redevelopment and final pumping tests of the newly - lined well. 11. Discharge requirements and NPDES permit compliance. 12. Final downwell flowmeter and video surveys in the well. 13. Installation of a new permanent pump. A line item estimate for the probable cost of the rehabilitation work will also be prepared. This will be provided to permit comparison with the Contractor bids received by the City. We will provide the Technical Specifications to you so that they can be merged with standard City "boiler plate" documents. Richard C. Slade & Associates LLC Page A-1 5-9 Task 7 — Pre -Bid Meeting and Bid Assistance Consultant will prepare for and attend the pre -bid meeting and provide pre -bid clarifications and/or addenda, if necessary, for well rehabilitation. We will also help City Staff in reviewing the received bids. The purpose of the pre -bid meeting is to help potential bidders better understand site logistics such as access, available water supply, location of utilities, and fluids disposal options at the well site. Consideration will be focused on discharge of fluids from the rehabilitation operations and subsequent testing of the well. Task 8 — Field Monitoring of Well Rehabilitation Operations Once a contract has been awarded by the City, Consultant's groundwater geologists will be available to provide field observation of Contractor activities at the well site. The field observation services are to help provide the City with a basic record of Contractor activities at the site and to help document that the Contractor performed the work in compliance with the Technical Specifications. Tasks for which Consultant will provide field services during the rehabilitation project for the well could likely consist of the following: o Subtask 8.1: Removal of Existing Pump. Consultant's field groundwater geologist will be present to observe on a part-time basis during the removal of the existing pump from the well. Details on the amount of pump column removed and the physical condition will be described in a report. Photographs of the removed pump components will also be obtained by the field groundwater geologist. o Subtask 8.2: Brushinq and Bailing. Observe the wire brushing of the existing well casing and removal of sediment fill, if any, via bailing, in the well. Consultant's groundwater geologist will be present to measure the brush, to check if it is of the correct diameter, and to observe this brushing. It is anticipated, at this time, that a maximum of four (4) days of brushing and bailing could be performed in the well; this work will also encompass initial treatment with hydrogen peroxide during this task. o Subtask 8.3: Downwell Video Surveys. It is assumed that there will be a maximum of three (3) downwell video surveys in the well during rehabilitation operations. Consultant's field groundwater geologist will be present at each video survey. Based on the initial survey following brushing and bailing the existing well casing, the final rehabilitation tasks that will be needed for the well will be determined. o Subtask 8.4: Chemical Treatment. The Contractor is to perform chemical development in the existing well casing, and this will involve the use of Herc ChemTech-formulated chemical mixtures that are to be injected into the well by the Contractor. It is anticipated that chemical treatment will be initially performed using hydrogen peroxide to clean the existing well casing and, thereby, render the inside of the existing well casing visible for observation of possible holes in the existing well casing. Should chemical treatment be required, it is estimated that no greater than five (5) days will be needed by the Contractor for the existing well. The onsite groundwater geologist will record the volumes and types of chemicals used in the process and during use of a dual -swab tool for chemical emplacement. Richard C. Slade & Associates LLC Page A-2 5-10 o Subtask 8.5. Mechanical Development (Swabbing & Airlifting). Monitor dual swab airlifting and swabbing to remove the chemicals and help redevelop the existing well casing, principally the louvered sections of that casing. The field groundwater geologist will be present on a part-time basis during this task. o Subtask 8.6: Casing Liner Installation. It is anticipated that the installation of a full casing liner will be needed for the well. Thus, Consultant will be present to observe the installation of this full liner and its adjoining gravel pack in the well. This will include Staff time for reviewing the caliper and gyroscopic alignment surveys, to check the deviation of the original well casing. This will also include a video survey of the liner, following its installation in the well. It is assumed that a groundwater geologist will be present on a full-time basis during this task. o Subtask 8.7: "Air -Jetting". Observe "Air -jetting" methods conducted by the Contractor, which will help settle the gravel pack around the outside of the new casing liner. At the current time, it is anticipated that the AirBursto or Bore Blast® methods will be utilized by the Contractor. This task is estimated to entail at least one (1) day. An groundwater geologist will be present onsite when the selected method is being performed. o Subtask 8.8: Pumping Redevelopment. Consultant will be present on a part-time basis, during startup and near the end of pumping redevelopment of the newly - lined well. Consultant will obtain the pumping development sheets from the pumper, on a daily basis (via mobile messaging or email), during the pumping redevelopment process. o Subtask 8.9: Pumping Tests. Pumping tests will follow pumping redevelopment in the newly -lined well. This testing will consist of a 12-hour step drawdown test and a subsequent 24-hour (maximum 48-hr) constant rate pumping test. Near the end of testing, a dynamic spinner survey and depth -specific sampling can be performed in the newly -lined well. Thus, we are including time and costs for field staff to be present for these end -of -test tasks. Further, Title 22 water samples will be collected by the onsite groundwater geologist who will then deliver the samples to a City -approved laboratory for analytical testing. In addition, Consultant will temporarily equip the well with a downwell pressure transducer to record changes in water levels during testing. Further, the onsite field groundwater geologist will measure specific field water quality parameters while onsite, including temperature, electrical conductivity, pH, and turbidity. It is assumed that the Contractor will utilize the City's National Pollutant Discharge Elimination System (NPDES) permit and will collect and pay for samples for analysis and will also fulfill the reporting requirements of the permit. Near the end of pumping, a final dynamic spinner survey will be performed in the well to help determine the current downwell flow regime in the newly -lined well. o Subtask 8.10. Final Video Survey, Static Spinner Survey and Well Disinfection. Following test pump removal, a final video survey and a static spinner survey of the newly -lined well will be performed to help document its final post -rehabilitation condition. A groundwater geologist will be present at the newly -lined well to observe these final surveys. Richard C. Slade & Associates LLC Page A-3 5-11 Consultant will also review SCADA data, to be provided by the City, for water levels in the nearby Tamura Shallow well. Review of these data will help verify that pumping of the Deep well doesn't impact water levels in the Shallow well. Task 9 — Summary of Well Rehabilitation Operations Report Prepare a Summary of Well Rehabilitation Operations Report for the newly -lined well to help document rehabilitation operations. The report will discuss rehabilitation operations and summarize our observations regarding the rehabilitation work performed on the well. Final recommendations regarding the new operational pumping rate, specific capacity, and pump depth setting for the newly -lined well will also be provided in the report. The report will consist of the following: o A basic chronologic history of well rehabilitation operations. o A description of each rehabilitation method used and the results of those methods. o Daily field reports by the onsite groundwater geologist. o An evaluation/analysis of the final pumping tests in the newly -lined well and an assessment of its new pumping capacity and specific capacity. o A statement on whether or not water level drawdown interference was induced on the nearby Tamura Shallow well during the pumping tests on the newly -lined well. o Recommendations for the pump depth setting and pumping rate for the permanent pump in the newly -lined well. o Discussion of the water quality conditions based on the final Title 22 sampling results, if conducted. o Occasional photographs to help document rehabilitation methods. o Supporting documentation on well rehabilitation operations, such as the types and volumes of chemicals, the Contractor's daily records, pumping redevelopment and testing sheets, and laboratory results of the groundwater samples. o The reports will also have attendant tables, figures, and drawings to help document work conducted on the newly -lined well. A Draft report for the well will be submitted to you for your review and comment. Following that review, City comments will be incorporated into the Final report for the well, and an electronic copy of the document in an Adobe PDF format will be submitted to City. Richard C. Slade & Associates LLC Page A-4 5-12