HomeMy WebLinkAboutResolution - 2015-R0353 - Contract - Gicon Pumps And Equipment - Verticle Turbine Pump - 10/22/2015Resolution No. 2015-R0353
Item No. 6.12
October 22, 2015
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. 12484 for Vertical Turbine Pump with
Vertical Holoshaft Motor, by and between the City of Lubbock and Gicon Pumps & Equipment,
of Lubbock, Texas, 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 October 22. 2015
GL C. ROB TSON, MAYOR
ATTEST:
Reb cca Garza, City Secreta"
APPROVED AS TO
P.E., DlrZtor of Public Works
APPROVED AS TO FORM:
City
RES.Contract-Gicon Pumps & Equipment
10.7.15
Resolution No. 2015-RO353
Contract 12484
City of Lubbock, TX
Contract For
Vertical Turbine Pump with Vertical Holoshaft Motor
THIS CONTRACT made and entered into this 22nd day of October, by and between the City of Lubbock
("City"), and Gicon Pumps & Equipment,("Contractor").
WITNESSETH:
WHEREAS, the City of Lubbock duly advertised for proposals for Vertical Turbine Pump and
Vertical Holoshaft Motor and proposals were received and duly opened as required by law; and
WHEREAS, after careful consideration of the proposal submitted by Contractor, the City
authorized the execution, in the name of the City of Lubbock a contract with said Contractor covering the
purchase and delivery of the said Vertical Turbine Pump and Vertical Holoshaft Motor.
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:
In accordance with City's general requirements and Contractor's proposal, copies of which are
attached hereto and made part hereof, Contractor will deliver to the City, Vertical Turbine Pump
and Vertical Holoshaft Motor and more specifically referred to as Items One on the price sheet
submitted by the Contractor or in the general requirements attaGhed �hereto.
2. 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
general requirements, offer, and terms and conditions contained herein.
3. The Contractor shall perform the work according to the procedures outlined in the Price Sheet and
General Requirements, attached hereto. The City does not guarantee any specific amount of
compensation, volume, minimum or maximum amount of services under this contract.
4. This contract shall remain in effect until the expiration date, performance of services ordered, or
termination of by either party with a 30 day written notice. Such written notice must state the
reason for cancellation.
5. 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.
6. 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:
TYPE AMOUNT
General Liability $1,000,000
Commercial General Liability
General Aggregate
Automotive Liability $1,000,000
Combined Single Limit
Any Auto
Workers Compensation Statutory Amounts
The City of Lubbock shall be named as additional insured on Auto/General Liability on a
primary and non-contributory basis, with a waiver of subrogation in favor of the City of
Lubbock on all coverages. All copies of the Certificates of Insurance shall reference the
project name or contract 12484 for which the insurance is being supplied. Copies of all
endorsements are required.
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.
7. 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.
8. The City reserves the right to exercise any right or remedy available to it by law, contract, equity,
or otherwise, including without limitation, the right to seek any and all forms of relief in a court of
competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to
exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are
cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict
between this provision and another provision in, or related to, this document, this provision shall
control.
9. 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 under 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 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.
10. All funds for payment by the City under this contract are subject to the availability of an annual
appropriation for this purpose by the City. In the event of non -appropriation of funds by the City
Council of the City of Lubbock for goods or services provided under the contract, the City will
terminate the contract, without termination charge or other liability, on the last day of the then-
current fiscal year or when the appropriation made for the then -current year for the goods or
services covered by this contract is spent, whichever event occurs first. If at any time funds are not
appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on 30
days prior written notice, but failure to give such notice shall be of no effect and the City shall not
be obligated under this contract beyond the date of termination.
11. The contractor shall not assign or sublet the contract, or any portion of the contract, without
written consent from the Director of Purchasing and Contract Management. Should consent be
given, the Contractor shall insure the Subcontractor or shall provide proof of insurance from the
Subcontractor that complies with all contract Insurance requirements.
12. This Contract consists of the following documents set forth herein; Request for Proposal No. 15-
12484 -SS, General Requirements, and the Price Sheet.
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
Glen C. obertson, Mayor
ATTEST:
Retcca Garza, Ci Secr ry
APPLED AS TO LINTENT:
Aubrey Spe , .E., irector of Water Utilities
APPROVED AS TO FORM:
r
Amy Sims, De ty Attornee ,
CONTRACTOR
BY Brandon Trull
Authorized Representative
QfAA/AQN-
111,,
Print Name —
17922 North 1-27
Address
Abernathy TX 79311
Cite. State, Zip Code
• Page 2 October 2, 2015
City of Lubbock, TX
RFP 15 -12484 -SS
Vertical Turbine Pump with Vertical Holoshaft Motor
BEST AND FINAL OFFER
PRICE SHEET
Item
DESCRIPTION
QTY
UNIT COST
Delivery
No.
(More or
Days ARO
Less)
1.
Vertical Turbine Pump, with Vertical
1
$
Holoshaft Motor as specified
96,700.00
18-20 wks
Date: 10/2/15
Authorized Signature:
. Z�1�
Print/Type Name: Brandon Trull
Title: Assistant Operations Manager
II. GENERAL REQUIREMENTS
1 INTENT
a) The City of Lubbock (hereinafter called "City") is seeking proposals from interested firms and
individuals, (hereinafter called "Proposer") to provide a Vertical Turbine Pump with Vertical
Holoshaft Motor.
b) Offerors are invited to submit demonstrated competence and qualifications of their firm for
providing these services.
c) The information contained within this document is intended to provide interested firms with the
requirements and criteria that will be used to make the selection.
2 SCOPE OF WORK
1.0 GENERAL
The intent of these specifications is to describe requirements for the purchase of a vertical turbine
pump, electric motor, and installation work. The pump will be used to deliver potable at Pump
Station 9, located at 3000 N. Quaker, Lubbock, Texas. The proposer shall be capable of providing
future service of the equipment within 24 hours, as may be required. This is required to insure
minimal downtime due to the critical nature of the equipment. The pump and motor will be
installed by City staff. The vendor shall coordinate delivery of all equipment with the Owner's
Representative. All equipment shall be fumished as outlined within these specifications. No
additional purchases shall be required to make the unit(s) operational as specified.
2.0 CURRENCY OF MODELS
The pump and motor shall be new and current production models. Discontinued models and models
about to be discontinued are not acceptable. Shop drawings shall be submitted to the owner's
representative for approval prior to manufacture. These drawings shall be made available to the
owner's representative within 20 working days of bid award. All products shall be factory
assembled and fully tested. Test results shall be submitted to the City's representatives upon
delivery of the pump and motor.
3.0 PRODUCT INFORMATION
The vendor shall submit three copies of proposed manufacturer descriptions and drawings for each
product quoted at bid closing. One copy shall be for the City's buyer and two shall be furnished to
the department responsible for bid evaluation. All items shall be submitted to allow the City's
representatives to evaluate each bid. Any bid submitted without these items will be rejected without
further consideration.
4.0 PRODUCT DEMONSTRATION
The City of Lubbock reserves the right to receive a demonstration of the product to verify that all
specified criteria can be met. The City of Lubbock also reserves the right to reject any or all
proposals and accept the proposal deemed most advantageous to the City of Lubbock.
5.0 APPLICATION
The existing pump is a vertical turbine and designed for a maximum RPM of 1170 and rated to
pump 5800 GPM @ 225' T.D.H. The existing motor is a 450 HP vertical holoshaft 3phase 4160
VAC electric induction motor and is controlled by a reduced voltage motor control starter. The
atmosphere for the motor is outdoors and subject to all weather conditions. The existing motor
controller will be utilized with the new motor.
S'Numhue\Bid Doul 15-¢484.SS Verb l Turbine with Venial Holoshaft Mm, 10
6.0 PUMP SPECIFICATIONS
6.1 Specifications for the original pump are as shown in Exhibit "A". Requirements for the
new pump shall be closely matched to the original specifications as possible.
6.2 5,800 GPM @ 225' TDH, 213" TPL, 383 NOL HP
6.3 24ELC-3 STG Cast iron bronze fitted bowl assembly with aluminum bronze enclosed
keyed impellers, 416 SS bowl shaft, suction bell, 16" flanged discharge, flat plate discharge
head, % inch drain stiffing box area, one 1" (inch) off outside discharge head, epoxied ID
with TNEMEC 141 OD, 316 SS bolting.
6.4 16" X 2.18" flanged column assembly, including head shaft assembly, integral spider with
marine grade rubber insert, 416 SS line shaft, 416 SS threaded couplings, TNEMEC 141
coat ID -OD, 316 SS bolting
6.5 18" X 24.5" fabricated discharge head to match center lines of original head, 2.18" cast
iron packed box, 2.18" 416 SS head shaft kit, base plate, TNEMEC coat ID -OD, 316 SS
bolting.
6.6 Packing box to be 304 stainless steel and Stainless Steel shaft sleeve for packing box area,
with o -ring seals to protect pump shaft top and bottom. Two sets of female holes for
packing follower holes. Install standard flush port for lantern ring and bottom bushing.
7.0 MOTOR SPECIFICATIONS
7.1 400 HP Induction or of sufficient HP to efficiently drive the supplied pump, 6 poles with
ball bearings.
7.2 NEMA Class Design B
7.3 The motor shall be constructed to be WPI
7.4 Operating voltage is 4160 VAC, three phase
7.5 SF shall not be less than 1.15
7.6 Premium efficiency, VHS bolted coupling
7.7 1200 RPM
7.8 The motor shall be equipped with a space heater sufficiently sized to minimize moisture.
The heater shall operate by 120 volts A/C.
7.9 Power Factor at rated load shall not be less than .90
7.10 Shall be equipped with an oil level sight gauge.
7.11 The motor shall be equipped with RTD's to monitor bearing and motor winding
temperature. RTD's shall terminate in a separate weatherproof enclosure from the motor
leads.
7.12 The motors shall be equipped with a non- reversing ratchet.
7.13 Shall be equipped with an oversized junction box and furnished with a gasket to prevent
moisture from entering the box.
7.14 Motor shall be shipped without oil and shall be clearly marked and identified that it
contains no oil.
8.0 INSTALLATION
8.1 The City of Lubbock will, at its own expense, provide technical staff to perform all pump
and motor installation work for this project. If the technicians require additional technical
support during the installation and setup process, the vendor shall provide such necessary
information via telephone, email, or personal contact at no cost to the City.
8.2 The vendor awarded this proposal shall perform field piping measurements in order to
insure exact pipe fitting and installation requirements for the pump.
8.3 Successful proposer shall provide startup services at the conclusion of the installation work
performed by City staff.
5 W .h..�id OuCSV 15 -12484 -SS Va W Turbine with Venial Holosheft P.totor I I
9.0 DRAWINGS AND BOOKS
9.1 Vendor shall furnish owner with five copies of all O&M manuals, instructions, as built
drawings, and schematics for the motor and pump.
9.2 All manuals and supporting papers pertinent to the job shall be bound in a notebook and shall
have a title on the front and binder edge indicating the Company name and type of
equipment being supplied. These manuals shall be shipped with the motor and pump.
10.0 WARRANTY
10.1 The motor and pump each shall have a warranty that guarantees accurate operation for a
period of not less than one year from the date of completion of installation.
10.2 If any part of the system fails during the warranty period during normal operation, the
company furnishing the motor and/or pump shall replace or repair the defective unit at no
cost to the City of Lubbock. The City's staffed technicians shall assume responsibility for
dismantling and shipping the defective unit back to the manufacturer.
3 EVALUATION CRITERIA
The following criteria will be used to evaluate and rank submittals:
a) Substantial successful experience in competing similar projects. (20%)
b) Demonstrated knowledge and understanding of the project. (20%)
C) Substantial representations regarding the firm's qualifications and demonstrated design skill
appropriate to this project and the technical capabilities and professional competence of the
Proposer and assigned personnel. (20%)
d) Substantial capability to meet schedules and deadlines as well as the capability to complete
projects without having major cost escalations, change orders or overruns. (20%)
e) Record of performance based on previous work with the City and/or other client references.
(10%)
f) Cost (10%)
4 PROPOSAL FORMAT
a) Proposals should provide a straightforward, concise description of the Offeror's capabilities to
satisfy the requirements of the RFP. Emphasis should be on completeness, clarity of content,
and conveyance of the information requested by the City.
b) The proposal should be bound in a single volume where practical. All documentation
submitted with the proposal should be bound in that single volume.
C) If the proposal includes any comment over and above the specific information requested in the
RFP, it is to be included as a separate appendix to the proposal.
d) The proposal must be organized into the following response item sections and submitted in an
indexed binder.
i) Cover letter addressed to the Honorable Mayor and City Council that states the Offeror's
understanding of the services to be provided. Include any additional information believed
necessary that is not requested elsewhere in the RFP.
SNurchnuetBid Dor R" I S12484SS Vertical Turbine with Vertical Holoshalt Motor 12