Contract for McLeran Well Drilling for Well No. 14 Reconstructionemo
To: Jaycee Holman, City Clerk ~
From: Keith Watts, Purchasing Agent I~
CC: Tara Green, Kyle Radek
Date: 5/1 /08
Re: May 6 City Council Meeting Agenda Item
The Purchasing Department respectfully requests that the following item be placed on the
May 6 City Council Consent Agenda for Council's consideration.
Approval of Contract for McLeran Well Drillinq for We No. 1 Reconstruction. The
contract is the result of Request for Bid #PW-08-001.
Recommended Council Action: App~oval of Contract to McLeran Well Drilling
for the NOT-TO-EXCEED amount of $106,790.00 and authorize the Mayor to
sign and City Clerk to attest.
Thank you for your consideration.
• Page 1
~~ , ~~~_
AGREEMENT
FOR
INDEPENDENT CONTRACTOR SERVICES
(PUBLIC WORKS OF IMPROVEMENT)
~~~:
THIS AGREEMENT FOR PROFESSIONAL SERVICES is made this'~,"~ day of
April, 2008, and entered into by and between the City of Meridian, a municipal
corporation organized under the laws of the State of Idaho, hereinafter referred to as
"CITY", 33 East Idaho Avenue, Meridian, Idaho 83642, and McLeran Well Drillinq ,
hereinafter referred to as "CONTRACTOR", whose business address is 5476
Sandhollow Rd, New Plymouth, ID 83655 and whose Public Works Contractor
License # is C-16556 .
INTRODUCTION
Whereas, the City has a need for services involving Well # 14
Reconstruction ; and
WHEREAS, the Contractor is specially trained, experienced and
competent to perForm and has agreed to provide such services;
NOW, THEREFORE, in consideration of the mutual promises, covenants,
terms and conditions hereinafter contained, the parties agree as follows:
TERMS AND CONDITIONS
Scope of Work:
1.1 CONTRACTOR shall perform and furnish to the City upon
execution of this Agreement and receipt of the City's written notice to
proceed, all services and work, and comply in all respects, as specified in
the document titled "Scope of Work" a copy of which is attached hereto as
Exhibit "A" and incorporated herein by this reference, together with any
amendments that may be agreed to in writing by the parties.
1.2 All documents, drawings and written work product prepared or
produced by the Contractor under this Agreement, including without
limitation electronic data files, are the property of the Contractor; provided,
however, the City shall have the right to reproduce, publish and use all
such work, or any part thereof, in any manner and for any purposes
whatsoever and to authorize others to do so. If any such work is
copyrightable, the Contractor may copyright the same, except that, as to
any work which is copyrighted by the Contractor, the City reserves a
royalty-free, non-exclusive, and irrevocable license to reproduce, publish
and use such work, or any part thereof, and to authorize others to do so.
Well #14 Reconstruction - page 1 of 14
1.3 The Contractor shall provide services and work under this
Agreement consistent with the requirements and standards established by
applicable federal, state and city laws, ordinances, regulations and
resolutions. The Contractor represents and warrants that it will perform its
work in accordance with generally accepted industry standards and
practices for the profession or professions that are used in performance of
this Agreement and that are in effect at the time of performance of this
Agreement. Except for that representation and any representations made
or contained in any proposal submitted by the Contractor and any reports
or opinions prepared or issued as part of the work performed by the
Contractor under this Agreement, Contractor makes no other warranties,
either express or implied, as part of this Agreement.
1.4 Services and work provide by the contractor at the City's request
under this Agreement will be performed in a timely manner in accordance
with a Schedule of Work, which the parties hereto shall agree to. The
Schedule of Work may be revised from time to time upon mutual written
consent of the parties.
2. Consideration
2.1 The Contractor shall be compensated on a Time and
Materials basis with a Not-To-Exceed total of $106,790.00 as provided in
Exhibit B"Payment Schedule" attached hereto and by reference made a
part hereof.
2.2 The Contractor shall provide the City with a monthly statement, as
the work warrants, of fees earned and costs incurred for services provided
during the billing period, which the City will pay within 30 days of receipt of
a correct invoice and approval by the City. The City will not withhold any
Federal or State income taxes or Social Security Tax from any payment
made by City to Contractor under the terms and conditions of this
Agreement. Payment of all taxes and other assessments on such sums is
the sole responsibility of Contractor.
2.3 Except as expressly provided in this Agreement, Contractor shall
not be entitled to no receive from the City any additional consideration,
compensation, salary, wages, or other type of remuneration for services
rendered under this Agreement., including , but not limited to, meals,
lodging, transportation, drawings, renderings or mockups. Specifically,
Contractor shall not be entitled by virtue of this Agreement to
consideration in the form of overtime, health insurance benefits,
retirement benefits, paid holidays or other paid leaves of absence of any
type or kind whatsoever.
Well #14 Reconstruction - page 2 of 14
3. Term:
3.1 This agreement shall become effective upon execution by both
parties, and shall expire upon (a) completion of the agreed upon work, (b)
September 30, 2008 or (c) unless sooner terminated as provided below or
unless some other method or time of termination is listed in Exhibit A.
This Agreement shall terminate automatically on the occurrence of (a)
bankruptcy or insolvency of either party, or (b) sale of Contractors
business.
3.2 Should Contractor default in the performance of this Agreement or
materially breach any of its provisions, City, at City's option, may
terminate this Agreement by giving written notification to Contractor.
3.3 Should City fail to pay Contractor all or any par of the
compensation set forth in Exhibit B of this Agreement on the date due,
Contractor, at the Contractor's option, may terminate this Agreement if the
failure is not remedied by the City within thirty (30) days from the date
payment is due.
3.4 This Agreement shall terminate automatically on the occurrence of
any of the following events:
a. Bankruptcy of insolvency of either party;
b. Sale of Contractor's business; or
c. Death of Contractor
4. Termination:
If, through any cause, CONTRACTOR, its officers, employees, or agents
fails to fulfill in a timely and proper manner its obligations under this
Agreement, violates any of the covenants, agreements, or stipulations of
this Agreement, falsifies any record or document required to be prepared
under this agreement, engages in fraud, dishonesty, or any other act of
misconduct in the performance of this contract, or if the City Council
determines that termination of this Agreement is in the best interest of
CITY, the CITY shall thereupon have the right to terminate this Agreement
by giving written notice to CONTRACTOR of such termination and
specifying the effective date thereof at least fifteen (15) days before the
effective date of such termination. CONTRACTOR may terminate this
agreement at any time by giving at least sixty (60) days notice to CITY.
In the event of any termination of this Agreement, all finished or
unfinished documents, data, and reports prepared by CONTRACTOR
under this Agreement shall, at the option of the CITY, become its
property, and CONTRACTOR shall be entitled to receive just and
equitable compensation for any work satisfactorily complete hereunder.
Well #14 Reconstruction - page 3 of 14
Notwithstanding the above, CONTRACTOR shall not be relieved of
liability to the CITY for damages sustained by the CITY by virtue of any
breach of this Agreement by CONTRACTOR, and the CITY may withhold
any payments to CONTRACTOR for the purposes of set-off until such
time as the exact amount of damages due the CITY from CONTRACTOR
is determined. This provision shall survive the termination of this
agreement and shall not relieve CONTRACTOR of its liability to the CITY
for damages.
5. Independent Contractor:
5.1 In all matters pertaining to this agreement, CONTRACTOR shall be
acting as an independent contractor, and neither CONTRACTOR nor any
officer, employee or agent of CONTRACTOR will be deemed an
employee of CITY. Except as expressly provided in Exhibit A, Contractor
has no authority or responsibility to exercise any rights or power vested in
the City and therefore has no authority to bind or incur any obligation on
behalf of the City. The selection and designation of the personnel of the
CITY in the performance of this agreement shall be made by the CITY.
5.2 Contractor, its agents, officers, and employees are and at all times
during the term of this Agreement shall represent and conduct themselves
as independent contractors and not as employees of the City.
5.3 Contractor shall determine the method, details and means of
perForming the work and services to be provided by Contractor under this
Agreement. Contractor shall be responsible to City only for the
requirements and results specified in this Agreement and, except as
expressly provided in this Agreement, shall not be subjected to City's
control with respect to the physical action or activities of Contractor in
fulfillment of this Agreement. If in the performance of this Agreement any
third persons are employed by Contractor, such persons shall be entirely
and exclusively under the direction and supervision and control of the
Contractor.
6. Indemnification and Insurance:
CONTRACTOR shall indemnify and save and hold harmless CITY from
and for any and all losses, claims, actions, judgments for damages, or
injury to persons or property and losses and expenses and other costs
including litigation costs and attorney's fees, arising out of, resulting from,
or in connection with the performance of this Agreement by the
CONTRACTOR, its servants, agents, officers, employees, guests, and
business invitees, and not caused by or arising out of the tortuous conduct
of CITY or its employees. CONTRACTOR shall maintain, and specifically
agrees that it will maintain, throughout the term of this Agreement, liability
insurance, in which the CITY shall be named an additional insured in the
minimum amounts as follow: General Liability One Million Dollars
($1,000,000) per incident or occurrence, Professional Liability One Million
Well #14 Reconstruction - page 4 of 14
Dollars ($1,000,000) per incident or occurrence, Automobile Liability
Insurance One Million Dollars ($1,000,000) per incident or occurrence and
Workers' Compensation Insurance, in the statutory limits as required by
law.. The limits of insurance shall not be deemed a limitation of the
covenants to indemnify and save and hold harmless CITY; and if CITY
becomes liable for an amount in excess of the insurance limits, herein
provided, CONTRACTOR covenants and agrees to indemnify and save
and hold harmless CITY from and for all such losses, claims, actions, or
judgments for damages or injury to persons or property and other costs,
including litigation costs and attorneys' fees, arising out of, resulting from ,
or in connection with the performance of this Agreement by the Contractor
or Contractor's officers, employs, agents, representatives or
subcontractors and resulting in or attributable to personal injury, death, or
damage or destruction to tangible or intangible property, including use of.
CONTRACTOR shall provide CITY with a Certificate of Insurance, or
other proof of insurance evidencing CONTRACTOR'S compliance with the
requirements of this paragraph and file such proof of insurance with the
CITY at least ten (10) days prior to the date Contractor begins
performance of it's obligations under this Agreement. In the event the
insurance minimums are changed, CONTRACTOR shall immediately
submit proof of compliance with the changed limits. Evidence of all
insurance shall be submitted to the City Purchasing Agent with a copy to
Meridian City Accounting, 33 East Idaho Avenue, Meridian, Idaho 83642.
6.2 Any deductibles, self-insured retention, or named insureds must
be declared in writing and approved by the City. At the option of the City,
either: the insurer shall reduce or eliminate such deductibles, self-insured
retentions or named insureds; or the Contractor shall provide a bond,
cash or letter of credit guaranteeing payment of losses and related
investigations, claim administration and defense expenses.
To the extent of the indemnity in this contract, Contractor's
Insurance coverage shall be primary insurance regarding the City's
elected officers, officials, employees and volunteers. Any insurance or
self-insurance maintained by the City or the City's elected officers,
officials, employees and volunteers shall be excess of the Contractor's
insurance and shall not contribute with Contractor's insurance except as
to the extent of City's negligence.
The Contractor's insurance shall apply separately to each insured against
whom claim is made or suit is brought, except with respect to the limits of
the insurer's liability.
6.4 All insurance coverages for subcontractors shall be subject to all of
the insurance and indemnity requirements stated herein.
6.5 The limits of insurance described herein shall not limit the liability of
the Contractor and Contractor's agents, representatives, employees or
subcontractors.
Well #14 Reconstruction - page 5 of 14
7. Bonds: Payment and Performance Bonds are required on all Publics
Works of Improvement Projects over $25,000.00
8. Notices: Any and all notices required to be given by either of the parties
hereto, unless otherwise stated in this agreement, shall be in writing and
be deemed communicated when mailed in the United States mail,
certified, return receipt requested, addressed as follows:
City of Meridian
Purchasing Agent
33 E. Idaho Avenue
Meridian, Idaho 83642
McLeran Well Drillinq
Attn: David McLeran
5476 Sandhollow Rd
New Plvmouth, ID 83655
Idaho Public Works License #: C16556
Either party may change their address for the purpose of this paragraph
by giving written notice of such change to the other in the manner herein
provided.
9. Attorney Fees: Should any litigation be commenced between the parties
hereto concerning this Agreement, the prevailing party shall be entitled, in
addition to any other relief as may be granted, to court costs and
reasonable attorneys' fees as determined by a Court of competent
jurisdiction. This provision shall be deemed to be a separate contract
between the parties and shall survive any default, termination or forfeiture
of this Agreement.
10. Time is of the Essence: The parties hereto acknowledge and agree that
time is strictly of the essence with respect to each and every term,
condition and provision hereof, and that the failure to timely perform any
of the obligations hereunder shall constitute a breach of, and a default
under, this Agreement by the party so failing to perform.
11. Liquidated Damages
Upon receipt of a Notice to Proceed, the Contractor shall have 60
calendar days to complete the work as described herein. Contractor shall
be liable to the City for any delay beyond this time period in the amount of
250.00 per calendar day. Such payment shall be construed to be
liquidated damages by the Contractor in lieu of any claim or damage
because of such delay and not be construed as a penalty.
Well #14 Reconstruction - page 6 of 14
12. Assignment: It is expressly agreed and understood by the parties
hereto, that CONTRACTOR shall not have the right to assign, transfer,
hypothecate or sell any of its rights under this Agreement except upon the
prior express written consent of CITY.
13. Discrimination Prohibited: In performing the Work required herein,
CONTRACTOR shall not unlawfully discriminate in violation of any
federal, state or local law, rule or regulation against any person on the
basis of race, color, religion, sex, national origin or ancestry, age or
disability.
14. Reports and Information:
13.1 At such times and in such forms as the CITY may require, there
shall be furnished to the CITY such statements, records, reports, data and
information as the CITY may request pertaining to matters covered by this
Agreement.
13.2 Contractor shall maintain all writings, documents and records
prepared or compiled in connection with the performance of this
Agreement for a minimum of four (4) years from the termination or
completion of this or Agreement. This includes any handwriting,
typewriting, printing, photo static, photographic and every other means of
recording upon any tangible thing, any form of communication or
representation including letters, words, pictures, sounds or symbols or any
combination thereof.
15. Audits and Inspections: At any time during normal business hours and
as often as the CITY may deem necessary, there shall be made available
to the CITY for examination all of CONTRACTOR'S records with respect
to all matters covered by this Agreement. CONTRACTOR shall permit the
CITY to audit, examine, and make excerpts or transcripts from such
records, and to make audits of all contracts, invoices, materials, payrolls,
records of personnel, conditions of employment and other data relating to
all matters covered by this Agreement.
16. Publication, Reproduction and Use of Material: No material produced
in whole or in part under this Agreement shall be subject to copyright in
the United States or in any other country. The CITY shall have
unrestricted authority to publish, disclose and otherwise use, in whole or in
part, any reports, data or other materials prepared under this Agreement.
17. Compliance with Laws: In perForming the scope of work required
hereunder, CONTRACTOR shall comply with all applicable laws,
ordinances, and codes of Federal, State, and local governments.
Well #14 Reconstruction - page 7 of 14
18. Changes: The CITY may, from time to time, request changes in the
Scope of Work to be perFormed hereunder. Such changes, including any
increase or decrease in the amount of CONTRACTOR'S compensation,
which are mutually agreed upon by and between the CITY and
CONTRACTOR, shall be incorporated in written amendments which shall
be executed with the same formalities as this Agreement.
19. Construction and Severability: If any part of this Agreement is held to
be invalid or unenforceable, such holding will not affect the validity or
enforceability of any other part of this Agreement so long as the remainder
of the Agreement is reasonably capable of completion.
20. Waiver of Default: Waiver of default by either party to this Agreement
shall not be deemed to be waiver of any subsequent default. Waiver or
breach of any provision of this Agreement shall not be deemed to be a
waiver of any other or subsequent breach, and shall not be construed to
be a modification of the terms of this Agreement unless this Agreement is
modified as provided above.
21. Advice of Attorney: Each party warrants and represents that in
executing this Agreement. It has received independent legal advice from
its attorney's or the opportunity to seek such advice.
22. Entire Agreement: This Agreement contains the entire agreement of the
parties and supersedes any and all other agreements or understandings,
ora! of written, whether previous to the execution hereof or
contemporaneous herewith.
23. Applicable Law: This Agreement shall be governed by and construed
and enforced in accordance with the laws of the State of Idaho, and the
ordinances of the City of Meridian.
24. Approval Required: This Agreement shall not become effective or
binding until approved by the City of Meridian.
Well #14 Reconstruction - page 8 of 14
CITY OF MERIDIAN
BY:
Dated
Attest
TAMMY de WEERD, MAYOR
JAYCEE L. HOLMAN, CITY CLERK
Approved as to Content
BY:
KEITH WATTS, PURCHASING AGENT
Dated
Approved as to Form
CITY ATTORNEY
Well #14 Reconstruction -
page 9 of 14
CONTRACTOR
BY:
Dated:
Department Approval
BY:
NAME:
TITLE:
Dated:
Attachment A
SCOPE OF WORK
1 ~ MOBILIZATION:
a. Mobilize cable-tool work-over rig over well.
b. Well is inside a building and access is through a roof hatch so that a second
person is required.
c. All parts of the building, including the roof, facia, inside and outside walls, and
pump-house plumbing must be protected and kept clean.
d. Pump house and well to be kept secure at all times and the well covered
when Contractor is on site.
e. Well house is on the SE corner of Overland Road and SE 5th Street in
Meridian (across from Western Caterpillar).
f. Arrangements to visit the site and view the well conditions can be made by
calling Ed Squires at 631-6781.
g. Mobilization includes all travel time, equipment, set up, and other incidental
tasks not covered in the bid schedule.
h. All arrangements for discharge of water for the project.
2~ PLUG TAIL PIPE:
a. A neat cement grout plug will be placed in the bottom of the well at ~500 feet
to occlude the tail -pipe (sump) from the well.
b. The cement grout will be mixed at a specific ratio of cement to water and
pumped into place using a 1-inch schedule 80 PVC tremie.
3~ PERFORATE HEAD PIPE:
a. Impart'/2-inch X 3-inch perforations to the top of the 10-inch steel head pipe
assembly at 225 feet bgl.
b. Twenty-five perforations will be made; five perforations to the round and one
round per foot.
4~ INSTALL WELL SCREENS:
a. Provide and install 295-feet of 9-inch (10-inch telescope) diameter stainless
steel well screen to the bottom of the well.
b. Screens will be #304 stainless steel, continuous wire-wound, 0.035-inch slot,
9.5-inch OD Johnson well screens.
c. Each individual 20-foot long well screen will be fitted with 6-inch long
stainless steel weld rings at each end.
d. The uppermost well screen will be fitted with an 18-inch weld ring at the top.
e. One, stainless steel, 6-lip neoprene packer assembly will be incorporated into
the 9-inch screened liner.
5~ PERFORATE WELL CASING:
a. The 18-inch steel well casing will be perForated at 125 feet bgl.
b. Impart'/-inch X 3-inch perforations to the top of the 10-inch steel head pipe
assembly at 125 feet bgl.
c. Twenty-five perforations will be made; five perForations to the round and one
round per foot.
Well #14 Reconstruction - page 10 of 14
6~ INSTALL 14-INCH DIAMETER PVC CASING:
a. 240 linear feet of Certa-Lok brand PVC coupled pipe, manufactured by
Certain-Teed Corporation, will be used.
b. The PVC casing will be lowered into the existing 18-inch surFace casing with
a hand-fabricated seal on the lower end.
7~ FURNISH AND INSTALL STEEL WELL HEAD ASSEMBLY:
a. A five foot section of 14-inch steel casing will be coupled to the top of the
PVC casing.
b. A'/2-inch steel "washer" will be welded around the 14-inch casing to serve as
a seal between the 18-inch and 14-inch steel casings.
c. The "washer" plate will have a threaded opening for the tremie pipe and
pressure grouting of the annular space.
8~ PRESSURE GROUTING OF THE STEEL CASING:
a. A one-inch flush joint PVC tremie pipe will be extended to 237 feet bgl into
the annular space between the 18-inch steel casing and the 14-inch PVC
casing.
b. A short (10-foot) length of neat cement grout will be pumped around the base
of the PVC casing and allowed to cure for 24-hours.
c. Pump high solids (>30% solids by weight) bentonite grout, from the bottom
up, through the tremie pipe until the annular space between the two casings
is full to land surface.
d. The tremie pipe will be removed from the well and the annular space
pressurized by additional neat cement grout, until refusal, to force grout seal
out through the perforations in the 18-inch casing at 125 feet bgl.
9~ HIGH-PRESSURE WATER-JETTING OF THE WELL SCREENS:
a. An 8-inch jetting ball with four'/4-inch jets will be lowered into the well on steel
pipe.
b. Water from the City of Meridian water system will be pumped under pressure
(600 psi minimum) through the well screens.
c. The jetting tool will be rotated back-and-forth (120 degrees) as the jet is
withdrawn from the well at one foot per minute through the screened intervals
of the well.
d. 120 feet of well screen will be jetted.
e. 24 gallons of "AquaClear" mud-dispersing chemical (Baroid) will be used in
the jetting process and allowed to sit in the well overnight.
f. Arrangements for over-flowing the well during jetting will be part of the
mobilization (transfer pump to storm drain).
1 O~ ISOLATION-PACKER PUMPING OF THE WELL SCREENS:
a. An isolation packer pump, consisting of a submersible pump with its intake
isolated between two rubber packer assemblies such that the pump is able to
draw water from a short (seven-foot) discrete interval of the well screens
during pumping, will be swabbed (reciprocating action) through the screened
portion of the well at one foot per minute or until the pumped water is clear.
b. Isolation packer pump must produce a minimum of 300 gpm.
c. Arrangements for disposal of the pumped water are to be included in the
mobilization bid item of the bid schedule.
Well #14 Reconstruction - page 11 of 14
11 ~SWAB-SURGE DEVELOPMENT OF THE WELL SCREENS:
a. After the well has been developed by packer-pumping, the annular space
between the 9-inch screen and the 14-inch PVC casing will be filled with
graded sand filter (#8-#12 Colorado Silica Sand or approved equal).
b. The screened section of the well will be swabbed at one-foot per minute
downwards, and then upwards, using a rubber surge block to settle the filter
sand.
c. The filter sand reservoir, at the top of the head pipe, will be tagged during
swabbing and sand added if necessary.
12~FABRICATE AND INSTALL PACKER-REDUCER ASSEMBLY:
a. A specially fabricated stainless steel packer-seal assembly shall be installed
between the 9-inch screens and the 14-inch PVC casing.
b. The packer will be a"turn-on" locking style.
13~HYDRAULIC TESTING OF THE RECONSTRUCTED WELL:
a. A test pump capable of producing 2,000 gpm from a pumping water level of
180 feet will be installed in the well.
b. The well will be tested for a minimum of 16-hours over two days (an 8-hour
constant-discharge test and an 8-hour stepped-discharge test).
c. Arranging for discharge of the pumped water will be the responsibility of the
Contractor and shall be included in the mobilization bid item of the Bid
Schedule.
Well #14 Reconstruction - page 12 of 14
EXISTING MERIDIAN#14 SUPPLY WELL RECONSTRUCTED
8/5/1992
W ELL DEPTH W ELL DEPT'H
CONSTRUCTION (~'eet} COt~STRUCTI4N (feet)
~.. p .._
30-inch ovcrbare 14" x 0.25" WALL ~10 FT LONG
{~ g~~~ ~~! ~1-~9-08 STEEL CASING SEALED TOPVC
of ben~oaitc mud ~29,~6,;L WiTH STANDARD CERTA-LOK COUPLER Z~I. j
stt-rty and granules Of
~~~~
~~
!! ~
~~.~:
~~~
~~~~
~~~~~~
£ ~
~~~~~
43.74'
ot-o9-o8 5~ ,,,,,
PW L
AT 900 GPM
FTER 1-HOUR
~~
~ •~
~ ~
'O N
.~ ~
eo sn
... ..,
paclcerJr+~ducer ~
assembly wi1l~
neoprene patk~,
•
••
••
drive-shot' `•
••
10.i !~
.~•
Cobr~do ^~i1+ca • ~
s~,a t~~=r~ ~
N8-N12 fltcr-a .`,
~ r~
••
O ~
18-itteh drtlltd ~ •
hoSe to 515 ft. • e
~
•
ia;~a '~a
~'w
10" X 3S-slot cantinaous ",
wirewound "Johnson" N304 .;
stainlesa steel we8-screm „
centraliurs
10" X 3Q-alot continuous e
wircwound "Johnsan" N3U4 "
stainless steel we11-sereen ~e
weWed 14-isch °e
ptate r.r~d r.+~ ~ e
HIGH-SOLIDS (>_29°/. BY WEIGHT)
(PUMPED FROM THE BffITOM UP
BY TREMIE THEN FROM THE TOP
DUWN UNTIL REFUSA4)
KNIFE-CUT PERFORATIONS '
~~ FOUR-PER-ROUND ~
` 5" LONG X O.ZS" WIDE
GROUT SEAL FORCED
OUTSIDE CASING AND BETWEETf~
18-INCH AND 14-INCH CASINGS -
~.~d""' 14-INCH O.D. AND 12.2-INCH I.D.
CERTAINTEED CERTA-LOK
SDR17 PVC WELL CASING --
22'7 FEET
REMOVABLE STAINLESS STEEL
~+OO"` 10-[NCHX 8-INCHPACKER-REDUCER •
ASSEMBLY WITH NEOPRENE RUBBER
"FIGURE-K" PACKERS '
TAPER-FIT SEAL ~
SO'""
T (MODIFtED CERTA-LOK PYC COUPLER
r INSTALLED WITN WATERPROOF •
SILICONE SEAL [NTO EXISTINC 12-INCH •
~
SECTION OFPACKER-REDUCER ASSEMBLY} t
~~
•
~~
~
3~" 8-INCH I.D. X Q035" SLOT
STAINLESS STEEL ~
~ WIRE-WRAP SCREEN ASSEMBLY •'
295 FEET
(TELESCOPED INSIDE QF EX15T1NG ~
~,
{0-INCH SCREEN ASSEMBLY)
~
. 50.,, .
#8-#16 "BIRDSEED" BRAND
GRADED FILTER SAND ~
{TO BE SWABBED INTO PLACE AND ~
FILL PRE-EXISTINC VOIDS BEHIND
ORIGINALSCREEN ASSEMBLV)
~ ~
HOLES AND GROUPS
OF HOLES DOCUMENTED
DURING THREE DOWNNOLE
CAMERASURVEYS CENTRALIZERS
~ ~~ ~ ~ (AT ALL JO[NTS)
'4SO ~ (JANUARY 11, JANUARY 17, AND
JANUARY 29, 2008) '
WELDED 0.25" TH[CK
SOO - STAINLESS STEEL CAl
~1~I ~
88
~7'IMATE
~,,
lA4f_
"f 90B GP
15Q--
1
;
200--
~
:
~ ••
~ ' ~
n
V""~
'
I+7
, 304-
.'s
..
~~
•
1•
~350--
~
.
-
440-
~
r
~ 450-
~
~
S00 -f
Attachment B
PAYMENT SCHEDULE
WELL #14 RECONSTRUCTION
(Cable Tool Method)
BID NUMBER
PW-08-001
~
Item
No. ~ ~
~:
~tem Description
Unit
Estimated
Quantity
Unit Price
Sub Total
1 Mobilization L.S. 1 7,500.00 7,500.00
2 Rig Time Hour 1 195.00 195.00
3 Plug Tail Pipe L.S. 1 1,560.00 1,560.00
4 Perforate Existing Head Pipe L.S. 1 1,170.00 1,170.00
5 Install Well 9-Inch (10-Inch Telescope) Screens L.F. 295 175.00 51,625.00
6 Perforate Existing Well Casing L.S. 1 1,560.00 1,560.00
7 Install 14-Inch Diameter PVC Casing L.F. 240 68.00 16,320.00
8 Furnish and Install Steel Well Head Assembly L.S. 1 1,000.00 1,000.00
9 Pressure Grouting of the Steel Casing C.Y. 7 600.00 4,200.00
10 High-Pressure Water-Jetting of the Well
Screens Hour 20 195.00 3.900.00
11 Isolation-Packer Pumping of the WeN Screens Hour 20 195.00 3,900.00
12 Swab-Surge Development of the Well Screens Hour 8 195.00 1,560.00
13 Fabricate and Install Packer-Reducer Assembly L.S. 1 5,500.00 5,500.00
14a Hydraulic Testing of the Reconstructed Well -
SET AND PULL L.S. 1 2,800.00 2,800.00
14b Hydraulic Testing of the Reconstructed Well -
PUMPING RUNTIME Hour 16 4,000.00 4,000.00
NOT-TO-EXCEED TOTAL ........................................................$ 106,790.00
Travel expenses will be paid at no more than the City of Meridian's Travel and
Expense Reimbursement Policy.
Well #14 Reconstruction - page 14 of 14