HomeMy WebLinkAboutResolution - 2011-R0220 - Contract - ANCO A Division Of Chem-Aqua Inc.- HVAC Water Treatment, LPSIA - 05_10_2011Resolution No. 2011—RO220
May 10, 2011
Item No. 5.18
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereby authorized and directed to
execute for and on behalf of the City of Lubbock, Contract No. 10060 for HVAC water
treatment services at Lubbock Preston Smith International Airport, by and between the
City of Lubbock and ANCO A Division of Chem -Aqua, Inc. of Macon, GA, and related
documents. Said Contract is attached hereto and incorporated in this resolution as if fully
set forth herein and shall be included in the minutes of the City Council.
Passed by the City Council on may 10, 2011
TOM MARTIN, MAYOR
ATTEST:
i
Rebe ca Garza, City Secret
DVED AS TO CONTENT:
Loomis, Director of Aviation
IAPPROVED AS TO FORM:
ad Weaver, Assistant City Attorney
vw: ccdocs/RE S.Contract-ANCO
April 19, 2011
Resolution No. 2011-RO220
CONTRACT # 10060
CITY OF LUBBOCK
CONTRACT FOR SERVICES
HVAC Water Treatment Services at Lubbock Preston South International Airport -
Annual Pricing
Bid No. 11-10060-DD
THIS CONTRACT, made and entered into this day May 10, 201111 by and between the City of
Lubbock, and ANCO A Division of Chem -Aqua, Inc. ("Contractor") of Macon, GA.
WITNESSETH:
WHEREAS, the City of Lubbock duly advertised for bids for HVAC Water Treatment
Services for the City of Lubbock and bids were received and duly opened as required by law;
and
WHEREAS, after careful consideration of the bid submitted by Contractor, the City of
Lubbock has accepted such bid, and the execution, in the name of the City of Lubbock a contract
with said Contractor covering the purchase and services of the said HVAC Water Treatment
Services.
NOW, THEREFORE, in consideration of the mutual agreement contained herein, as well
as the financial consideration hereinafter referred to, the parties hereby covenant and agree as
follows:
1. In accordance with City's specifications and Contractor's bid, copies of which
specifications and bid are hereto made part hereof, Contractor will provide the HVAC
Water Treatment Services specifically referred to as Items) No. 1-3 and more
particularly described in the bid submitted by the Contractor or in the specifications.
2. The contract shall be for a period of one (1) year, said date of term beginning upon City
Council date of formal approval. The City and Contractor may, upon written mutual
consent, extend the contract for four (4) additional one-year periods. The rates may be
adjusted upward or downward at this time at a percentage not to exceed the effective
change in the Consumer Price Index (CPI) or Product Price Index (PPI), whichever is
most appropriate for the specific contract for the previous 12-months. At the City's
discretion, the effective change rate shall be based on either the local or national index
average rate for all items. If agreement cannot be reached, the contract is terminated at
the end of the current contract period.
3. This contract shall remain in effect until the expiration date, performance of services
ordered, or termination by either party with a thirty (30) day written notice. Such written
notice must state the reason for cancellation. The City of Lubbock reserves the right to
award the canceled contract to the next lowest and best bidder as it deems to be in the
best interest of the city.
GUPurchserBldDocumenis/Darlenel20111ITB-11-10060-OD
4. The City promises and agrees to employ, and does employ, the Contractor to cause to be
done the work provided for in this Contract and to complete and finish the same
according to the attached specifications, offer, and terms and conditions contained herein.
The City agrees to pay the Contractor according to the payment schedule attached, said
payment schedule does not include any applicable sales or use tax.
5. The Contractor shall perform the work according to the procedure outlined in the
specifications, and Invitation to Bid attached hereto and incorporated herein.
6. Contractor shall at all times be an independent contractor and not an agent or
representative of City with regard to performance of the Services. Contractor shall not
represent that it is, or hold itself out as, an agent or representative of City. In no event
shall Contractor be authorized to enter into any agreement or undertaking for or on behalf
of City.
7. The Contractor shall obtain and maintain in full force and effect during the term of the
contract, commercial general liability coverage with insurance carriers admitted to do
business in the State of Texas. The insurance companies must carry a Best's Rating of
A- VII or better. The policies will be written on an occurrence basis, subject to the
following minimum limits of liability:
INSURANCE COVERAGE REQUIRED
The City reserves the right to review the insurance requirements of this section during the
effective period of the contract and to require adiustment of insurance coverage and their
limits when deemed necessary and prudent by the City based upon changes in statutory
law, court decisions, or the claims history of the industry as well as the Contractor.
Subject to the Contractor's right to maintain reasonable deductibles in such amounts as
are approved by the City, the Contractor shall obtain and maintain in full force and effect
for the duration of the contract. Proof of the Contractor's liability insurance shall be
provided duration of this contract, and any extension hereof, at Contractor's sole expense,
insurance coverage written by companies approved by the State of Texas and acceptable
to the City, in the following type(s) and amount(s):
Worker's Compensation - The Contractor shall elect to obtain worker's compensation
coverage pursuant to Section 406.002 of the Texas Labor Code. Further, Contractor shall
maintain said coverage throughout the term of this Contract and shall comply with all
provisions of Title 5 of the Texas Labor Code to ensure that the Contractor maintains said
coverage. Any termination of worker's compensation insurance coverage by contractor
or any cancellation or non -renewal of worker's compensation insurance coverage for the
Contractor shall be a material breach of this Contract. The contractor may maintain
Occupational Medical and Disability Insurance in lieu of Workers' Compensation
Liability in an amount no less than $500,000. In either event, the policy must be
endorsed to include a wavier of subrogation in favor of the CITY OF LUBBOCK. The
Contractor shall also provide to the CITY OF LUBBOCK proof of Employers' Liability
in an amount no less t The Contractor shall secure and maintain insurance for the prior to
receipt of a signed contract. The following insurance is required.
Commercial General Liability — Contractor's insurance shall contain broad form
contractual liability with a combined single limit of a minimum of $1,000,000 in the
General Aggregate, per occurrence.
QiPurchse/6id0ocuments/Dadene/201111T6-11-10060-DD 2
Per Occurrence: General Aggregate
Products-Comp/Op AGG Personal & Adv. Injury
Automotive Liability - Combined Single Limit. Contractor's insurance shall contain a
combined single limit of at least $500,000 per occurrence, and include coverage for, but
not limited to the following: Any Auto
The City of Lubbock shall be named a primary additional insured on auto/general
liability with a waiver of subrogation in favor of the City on all coverage's and to
include products of completed operations endorsement. All copies of the Certificates
of Insurance shall reference the ITB number for which the insurance is being supplied.
The Contractor will provide a Certificate of Insurance to the City as evidence of
coverage. The certificate will provide 30 days notice of cancellation, and under the
cancellation section, the wording "endeavor to" and "but failure to mail such notice shall
impose no obligation or liability of any kind upon the company, its agents or
representatives" will be crossed out. A copy of the additional insured endorsement
attached to the policy will be included with the certificate.
The Contractor shall also maintain workers compensation insurance in the statutory
amount.
If at any time during the life of the contract or any extension, the contractor fails to
maintain the required insurance in full force and effect, all work under the contract shall
be discontinued immediately. Any failure to maintain the required insurance may be
sufficient cause for the City to terminate the contract.
8. At any time during the term of the contract, or thereafter, the City, or a duly authorized
audit representative of the City or the State of Texas, at its expense and at reasonable
times, reserves the right to audit Contractor's records and books relevant to all services
provided to the City tinder this Contract. In the event such an audit by the City reveals
any errors or overpayments by the City, Contractor shall refund the City the full amount
of such overpayments within thirty (30) days of such audit findings, or the City, at its
option, reserves the right to deduct such amounts owing the City from any payments due
Contractor.
9. Neither the City nor the Contractor shall assign, transfer or encumber any rights, duties or
interests accruing from this Contract without the written consent of the other.
10. This Contract consists of the following documents set forth herein; Invitation to Bid #11-
10060- DD, Specifications, and the Bid Form.
OJPurchsLIBidDocuments/DarlenW201171TB-11.10060-OD 3
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the
day and year first above written. Executed in triplicate.
CITY OF LUBBOCK
Tom Martin, Mayor
ATTEST:
57(�--
Reb4a Garza, City Secreta
AP tkS TO C TENT:
a e oomis, Director of Aviation
APPR E AS O FORM:
�V�,wy
Assistant City Attorney
CONTRACTOR
BY
Authorized Representative
Address
e19 3120(o
OlPurchselBldDocurnenlslDarlene1201111TB-11.10060-DD
Resolution No. 2011—R0220
HVAC Water 'treatment Services at Lubbock Preston Smith Intamational Airport • Annual Pricing, iT8.11-10060-00
City of Lubbock, Texas
Purchasing and Contract Management
n VAC Water Treatment Services
at
Lubbock Preston Smith International Airport - Annual Pricing
BID FORM
In compliance with the Invitation to Bid 11-10060-DD, the undersigned Bidder having examined the invitation to Bid and
Specifications, and being familiar with the conditions to be met, hereby submits the following Did for furnishing the
material, equipment, labor and everything necessary for providing the items listed below and agrees to deliver said items ai
the locations and for the prices set forth on this form. The Invitation to Bid 11-10060-D❑ is by reference incorporated in
this contract. The Bid Forth must be completed in blue or black ink or by typewriter.
Item
Service Location
Monthly Contract
Frequency
Annual Total
Price
I
LPSIA Cooling Tower / open loop system,
5 5M00
X 12
$ moo.o6
as specified herein.
2.
1_PSIA Chill Water / closed loop system, as
$116.67
X 1
s1400A0
specified herein.
3.
I..PSIA Hot Water I closed loop system, as
$116.67
X 12
$1400 00
specified herein.
TOTAL ANNUAL CONTRACT
$ 6800.00
PAYME 1' TERMS ANT) DISCOUNTS - Bidder offers a prompt payment discount of __' _%, net '' calendar days.
Discounts will not be considered in determining low bid_ Unless otherwise indicated on the 13td Form payment terms will
be NE"I' THIRTY DAYS. The City will pay- the successful bidder within thirty days after the receipt of a correct invoice
drafter the date of acceptance, whichever event occurs later. Discounts for prompt payment requiring payment by the City
within a stipulated number of days will be interpreted as applying within the stipulated number of calendar days after the
date of receipt by the City of a correct invoice or after the date of acceptance that meets contract requirements, whichever
event occurs later. Discounts for payment in less than ten days will not be considered.
MOST FAVOURED PRICING: The Bidder certifies that the price quoted is not in excess of the lowest price charged
anyone else, including its most favoured customer, for like quality and quantity of the products/services; does not include an
element of profit on the sale in excess of that normally obtained by the Bidder on the sale of products/services of like
quality and quantity; and does not include any provision for discounts to selling agents, If at any time during the contract
period, the supplier should sell or offer for sale to any other customer, an equal or less quantity of similar contract products
of like or better quality, at a lower net price(s) than provided herein, ,supplier agrees to notify the City and sell same
product(s) at the lower price(s) on all deliveries made during the period in which such lower price(s) is effective.
i\, I'ERLOCAL PURCHASING (optional): The City desires to make available to other local governmental entities of the
State of Texas, by mutual agreement with the successful 'bidder, and properly authuriat:d intrrlucel purchasing agreenients
as provided for by the Interineal Cooperation Act (Chapter 791, Government Code), the right to purchase the same services,
at the prices quoted, for the period of this contract. Each bidder shall indicate on the Bid Form in the space provided below
if he/site will honor Political Subdivision orders in addition to orders from the City of Lubbock. Should these other
governmental entities decide to participate in this contract, would you (the bidder) agree that all terms, conditions.
specifications, and pricing would apply?
Page 4 of 36
HVAC Water Treatment Sarvicas at Lubbock Preston Smith international Airport -Annual Pricing, ITB-1140060-DD
Other governmental entities that might have interests in this contract are Frenship Independent School District,
Lubbock Housing Authority, Lubbock County, Lubbock County Hospital District, Lubbock Independent School
District, South Plains Association of Governments, City of Texarkana, Texas Tech University, !Vest Texas
Municipal Power Agency, Lynn County, and City of Wolfforth.
YES - - NO x
If you (the bidder) checked YES, the following will apply:
• Governmental entities utilizing interlocal Agreements for Cooperative Purchasing with the City of Lubbock will be
eligible, but not obligated, to purchase materiaWservices under the contract(s) awarded as a result of this
solicitation. All purchases by governmental entities other than the City of Lubbock will be billed directly to that
governmental entity and paid by that governmental entity. City of Lubbock will not be responsible for another
governmental entity's debts. Each governmental entity will order their own materiaWservice as needed.
THIS BID 1S SUBMI'T'rED DY ANGO A Division of Chem Aqua, Inc_ a corporation organized under
the laws of the State of Texas — , or a partnership consisting of
or an individual trading as
of the City, of
Fly: ANCO A Division of Chem -Ate, Ine-
Addrms: 1840 WaterWia Road
City: Macon State: GA r1P 31206
41/WBR
Firm:
Woman
Black American
Native American
Hispanic American
Asian Pacific
American
Other (Specify)
April S 2011
21, Olie rrr Uj Representative - musl sign by hand
Otiicer name and Title: Michael McDonald, Contract Administrator
Please Print
Business Telephone Numbt:r 47"01-6100 FAX: 478-803-6170
E-MailAddts maconproposals@nch_com --- M---------...___
FOR CITY USE ONLY
Bid Form !tern Number(s) Awarded to Above Named Firm./individual:
Date of Award by City Council (for buts" over $25,0ft: _ Date P.OdContract Issued:_
LABEL THE OUTSIDE OF YOUR SEALED Bm WITH 'd HE TTI3 NLNI BER, THE CLOSING DATE ANTI
TIMF, AND YOUR COMPANY NAME AIND ADDRESS.
Page 5 of 35
HVAC Water Treatment Services at Lubbock Preston Smith International Airport
Annual Pricing
CITY OF LUBBOCK, TEXAS
ITB # 11-10060-DD
Specifications
HVAC SYSTEM REQUIREMENTS
The water treatment chemical and service supplier shall be a recognized specialist, active in the
field of industrial water treatment for at least five years, whose major business is in the field of
water treatment and shall have a regional water analysis laboratory, development facility and
service department, plus full-time service personnel.
Contractor will be responsible for upkeep of HVAC equipment for the entire length of the
contract and any extensions thereof_ If the equipment breaks it is to be replaced at the
contractor's cost.
It is the responsibility of the contractor to follow all City, State, Federal OSHA and EPA
regulation requirements regarding workplace safety and waste disposal.
Contractor shall provide chemicals and a service program for a period of one (1) year with option to
extend the contract of four (4) years additional one year periods, upon written mutual consent of the
contractor and City representative, to treat the following HVAC water systems at Lubbock Preston
Smith International Airport:
1. Cooling tower/open loop system
2. Chill water/closed loop system
3. Hot water/closed loop system
At a minimum, the contractor shall maintain 3 ppm Organic Phosphate to protect against deposition
and corrosion, and a bacteria count of 10,000 CFU or less in the systems listed above.
Service shall include initial water analysis, recommendations, training of operating personnel,
periodic field service and consultation, customer reports and laboratory technical assistance.
Contractor shall provide all cleaning and treatment chemicals. Chemicals shall be provided for one
(1) year of operation, plus the provisional year's chemicals, if agreed upon.
Contractor shall maintain existing chemical feed equipment and establish test procedures for
maintaining proper treatment residuals and cycles of concentration.
Contractor shall furnish any new equipment needed for chemical additions and on -site chemical
storage.
Contractor shall maintain and service all existing and new chemical treatment equipment required to
effectively treat water system.
Contractor shall perform monthly on -site inspection followed by monthly laboratory analysis.
Contractor will be available and on location within 24 hrs. upon request for special service visits.
Contractor shall provide appropriate training in proper water treatment testing and maintenance to
Lubbock Preston Smith International Airport designated personnel.
4-19-201 1 rQJPurchaselbid&vDwJcn&201 I, JTB] 1-10060-DD 1
Chemical formulation shall not contain any ingredients, which are harmful to system materials of
construction. Use of acid for PH control is not acceptable. The chemical formulations for scale and
corrosion control shall be furnished in liquid form for direct feed from shipping container and shall
be compatible with existing environmental regulations. All chemicals used shall comply with EPA
regulations and requirements. Chemicals shall not exceed EPA and local effluent limits.
After each visit, the contractor shall furnish in writing the type, manufacturer and concentration of
each chemical treatment used.
Condenser water requirements
l . 2.5-3.0 cycles of concentration of Lubbock city water
2. 305 ppm organic phosphate as PBTC
3. 8-12 ppm azole
4. Provide a biocide program to control algae and bacteria. System will be maintained to
produce total aerobic bacteria counts of less than 10,000 CFU
Closed Circulating Systems Requirements
1. 800-1200 ppm Sodium Nitrite as NaNO2
2. Borate/Nitrite based program with specific copper corrosion inhibitor
3. Buffered alkalinity to achieve a system ph of 9.5-10
Service Requirements
1. Provide a full written, monthly water analysis with recommendations for all treated systems.
COOLING TOWER WATER TREATMENT EQUIPMENT
Provide equipment of the appropriate size and type scheduled below for each Cooling tower.
The system is to be LPSIA approved.
A. Automatic Control Panel: Provide a factory fabricated and tested, self-contained
conductivity, inhibitor, and dual biocide controller. It employs a continuous sample
method to constantly monitor conductivity, additionally, incorporating programmable
timers to control the inhibitor and biocide pumps. The inhibitor timer shall be
programmed to operate in the pulse mode. An electrical contact in the makeup water
meter closes after a set amount of water passes through the meter and actuates the
pulse timer. The pulse timer turns the inhibitor pump on for a preset time and then off
until another contact is made. The biocide timers are programmed on a 24 hour clock
to alternately control the biocide pumps.
Controller:
Programmable Timer
Biocide Timers
Range
Accuracy
Display
Power
Output Relays
Output signal
Security Code
Pulse, Limit, % of Time or Bleed
24 Hour Clock with 1-28 Day Cycle
0-10,000 microohms
+/- 1 %
Illuminated LCD
120/240 VAC-50-60 Hz
3 amps per relay--4 total relays
One 4-20 mA, non isolated powered
Standard
4-19.2011 QPu chwebiddo,/Wenr1201 I'1TB I 1-I0060-DD
Enclosure Material/Rating
Electrical Rating
Keypad
Water meter inputs
2. Conductivity Sensor:
Body Material
Electrodes
Temp. Compensation
3. Flow Assembly:
Body Material
Maximum Pressure
Maximum Temp
4. Flow Switch:
High Impact Resistant Polystyrene-NEMA 4x
UL
16 tactile push buttons
Two contacting head, electronic pulse,
paddle wheel or turbine
ABS
2 Electrode High Density Carbon
Automatic
Glass Filled Polypropylene
140 PSI @ 100 degree F
140 degree F
Min. Flow — 1 gpm
B. Motorized Bleed Valve: Provide a properly sized motorized bleed valve. It shall be
115 VAC, 1.6 amp, 8 second cycle time. Valve shall be in -line serviceable ball valve
with a bottom entry, blow proof, stem design. Valve shall have an operating pressure
range up to 400 psig and a maximum operating temperature of 120 degree F. Electric
actuator shall be reversing type encased in a NEMA 1 housing, epoxy coated for added
corrosion resistance. Gear train shall be of a permanently lubricated type. Unit shall
be capable of operating in a temperature environment from 0 degree F to 150 degree F.
Unit shall be furnished with an internal automatically resetting thermal overload
switch.
C. Water Meter: Provide a turbine or nutating disc water meter. Meter housing shall be
brass, cast bronzed, steel, or iron. Provide an electric contacting register with totalizer
and pulse output corresponding to a predetermined quantity of liquid for the make up
water meter.
D. Pumps: Change three to five (5) electronic diaphragm chemical feed pumps with PVC
head, 120 VAC, 60 Hz, electronic stroke and frequency controls, anti-syphon/pressure
relief valve assembly, foot valve assembly, injector/check valve assembly, chemically
compatible suction and discharge tubing, and ceramic suction line weight. Chemical
pumps shall be properly sized for system requirements and capable of injecting
chemicals against system pressure.
E. Flow Assembly: Provide a factory built PVC flow assembly with conductivity
electrode, check valve, injection tees and isolation valves.
F. Board Mounting: The above controller and flow assembly shall be mounted on a
suitably sized polypropylene board for wall mounting.
G. Suction assemblies: Provide a top feed suction assembly for each of the chemicals
pumped from shipping container. Each assembly consists of the proper length of pvc,
foot valve assembly and necessary connection fittings.
4-19-201UQPwchav tiddooVwlk &2011,M)l -i0060-DD
Resolution No. 2011-RO220
Information Sheet for obtaining Airport I.D.
The following items are required to obtain access for cleaning the windows at the Lubbock Preston Smith International
Airport:
• 10-year work history — All gaps of employment must be verified by the City of Lubbock. (City of Lubbock
requirement.)
• There is a $15 charge for the issuance of an ID badge.
• Criminal history records check (CHRC) — An FBI -based background check will be conducted via
fingerprinting. A $30 fee will be collected prior to the fingerprint appointment. The Airport reserves the right
to disqualify applicants at their discretion including, but not limited to, the following convictions within the past
10 years:
I . Forgery of certificates, false marking of aircraft, and other aircraft registration violation.
2. Interference with air navigation.
3. Improper transportation of a hazardous material.
4. Aircraft piracy.
5. Interference with flight crewmembers or flight attendants.
6. Commission of certain crimes aboard aircraft in flight.
7. Carrying a weapon or explosive aboard aircraft.
8. Conveying false information and threats.
9. Aircraft piracy outside the special aircraft jurisdiction of the United States.
10. Lighting violations involving transporting controlled substances.
I t . Unlawful entry into an aircraft or airport area that serves air carriers or foreign air carriers contrary to established security
requirements.
12. Destruction of an aircraft or aircraft facility.
13. Murder.
14. Assault with intent to murder.
15. Espionage.
16. Sedition.
17. Kidnapping or hostage taking.
18. Treason.
19. Rape or aggravated sexual abuse.
20. Unlawful possession, use, sale, distribution, or manufacture of an explosive or weapon.
21. Extortion.
22. Armed or felony unarmed robbery.
23. Distribution of, or intent to distribute, a controlled substance.
24. Felony arson.
25. Felony involving a threat.
26. Violence at international airports.
27. Conspiracy or attempt to commit any criminal acts.
28. Felony involving:
(i)Willful destruction of property;
(ii)lmportant or manufacture of a controlled substance;
(iii)Burgiary;
(iv)Theft;
(v)Dishonesty, fraud, or misrepresentation;
(vi)Possession or distribution of stolen property;
(vii)Aggravated assault;
(viii)Bribery; or
(ix)lllegal possession of a controlled substance punishable by a maximum tern of imprisonment of more than 1 year.
4-19-2011 iQ, Pwchasv biddoc/Da1tmrJ201 I4 r 'B I I-1 U060-DD