1.0 submittal procedure terms and conditions.pdf1.1 the name, address, telephone number, and email...

122
1

Upload: others

Post on 21-Feb-2021

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

1

Page 2: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

2

1.0 SUBMITTAL PROCEDURE: 1.1 Sealed bids, two (2) hard copies of the Bid package, including one (1) printed original must be signed in ink on the

Official Signature Page by an authorized officer of the Offering Company. Additionally, the Bid package must include the hard copy of the Electronic Bid Form and six (6) additional electronic zip drives or CD's of the Bid Forms as referenced in Section 2.3 below are required to be submitted in a sealed envelope/box bearing the assigned Solicitation Number, located on the first page of the BVB document to:

City Secretary’s Office City Hall Annex, Public Level 900 Bagby St. Houston, Texas 77002 1.2 The deadline for the submittal of the Bid to the City Secretary’s Office is no later than the date and time as

indicated on the first page of the BVB document. All bids will be opened and publicly read in the City Council Chamber, City Hall Annex, Public Level, 900 Bagby St. at 11:00 AM on the solicitation due date. Failure to submit the required number of copies as stated above may be subject for disqualification from the BVB process.

1.3 Respondents may elect to either mail or personally deliver their Bids to the City Secretary’s Office. 1.4 The City of Houston shall bear no responsibility for submitting responses on behalf of any Offeror. Offeror(s) may

submit their Bid to the City Secretary’s Office any time prior to the stated deadline. 2.0 BEST VALUE BID FORMAT: 2.1 The Bid should be electronically generated, printed and signed in original ink. The bid should not be submitted in

elaborate or expensive binders. Legibility, clarity, and completeness are important and essential. 2.2 The Bid must be signed by an individual(s) legally authorized to bind the Offeror(s), and the City may accept this

bid offer by issuance of a Contract to the said Offeror(s) at any time on or before the 180th day following the day this Official Bid Form is opened by the City. This offer shall be irrevocable for 180 days, but shall expire on the 181st day unless the parties mutually agree to an extension of time in writing.

2.3 The complete Bid packet shall consist of the following items:

TABLE 1 – REQUIRED BID FORMS

Signed Official Signature Page

Hard Copy of Electronic Bid Form (Pricing Sheet)

Affidavit of Ownership

Fair Campaign Ordinance

Statement of Residency

Conflict of Interest Questionnaire

Pay or Play Program Acknowledgement Form

Criminal Justice Information Services (CJIS) Compliance Addendum (Applicable to Houston Police Department (HPD) Occupied Facilities)

Contractor’s Questionnaire

List of Subcontractor(s)

M/WBE Attachment A & B Forms

Expertise/Experience/Reliability Statement

Certifications/Licenses (If applicable) & Resumes of Key Personnel

Financial Statements

Page 3: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

UNIFORM INSTRUCTIONS TO OFFEROR(S) SOLICITATION NO. S30-L26081

3

Six (6) Electronic CD Copies or Flash Drives

* Documents/forms can be downloaded from the City’s Website: http://purchasing.houstontx.gov/index.shtml

Table 2 lists other documents and forms that should be viewed/downloaded from the City’s website, but are not required to be submitted with the bid. The City will request these forms, as applicable, to be completed and submitted to the City by the recommended/successful bidder:

TABLE 2 - DOCUMENTS & FORMS

Drug Forms

EEOC

Formal Instructions for Bid Terms

Sample Insurance Over $50,000

Insurance Endorsements

Pay or Play Office of Business Opportunity & Contract Compliance Q & A

Pay or Play Office of Business Opportunity & Contract Compliance Requirements

Pay or Play Contractor/Subcontractor Payment Reporting Form

Pay or Play Contractor/Subcontractor Waiver Request

Pay or Play List of Participating Subcontractors

3.0 PRE-BID CONFERENCE: 3.1 A Pre-Bid Conference will be held at the date, time, and location as indicated on the first page of the BVB

document. Interested Offeror(s) should plan to attend. It will be assumed that potential Offeror(s) attending this meeting have reviewed the BVB in detail, and are prepared to bring up any substantive questions not already addressed by the City.

4.0 ADDITIONAL INFORMATION AND SPECIFICATION CHANGES: 4.1 Requests for additional information and questions should be addressed to the Finance Department, Strategic

Procurement Division Buyer, Roy Korthals, telephone: (832) 393-8734, fax: (832) 393-8758, or e-mail (preferred method to): [email protected], no later than January 20, 2016 at 5:00 P.M. CST. The City of Houston shall provide written response to all questions received in writing before the submittal deadline. Questions received from all Offeror(s) shall be answered and sent to all Offeror(s) who are listed as having obtained the BVB. Offeror(s) shall be notified in writing of any changes in the specifications contained in this BVB.

5.0 LETTER(S) OF CLARIFICATION: 5.1 All Letters of Clarification and interpretations to this Solicitation shall be in writing. Any Letter of Clarification(s) or

interpretation that is not in writing shall not legally bind the City of Houston. Only information supplied by the City of Houston in writing or outlined in this BVB should be used in preparing bid responses.

5.2 The City does not assume responsibility for the receipt of any Letters of Clarification sent to Offeror(s). 6.0 EXAMINATION OF DOCUMENTS AND REQUIREMENTS:

Page 4: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

UNIFORM INSTRUCTIONS TO OFFEROR(S) SOLICITATION NO. S30-L26081

4

6.1 Each Offeror shall carefully examine all BVB documents and thoroughly familiarize themselves with all requirements prior to submitting a Bid to ensure that the Bid meets the intent of this BVB.

6.2 Before submitting a Bid, each Offeror shall be responsible for making all investigations and examinations that are

necessary to ascertain conditions and requirements affecting the requirements of this BVB. Failure to make such investigations and examinations shall not relieve the Offeror from obligation to comply, in every detail, with all provisions and requirements of the BVB.

7.0 EXCEPTIONS TO TERMS AND CONDITIONS:

7.1 Best Value Bids: An Offer that takes exception to a material requirement of any part of the Solicitation, including terms and conditions, may be rejected.

8.0 ACCEPTANCE AND REJECTION OF BIDS: 8.1 The City reserves the right to accept or reject, in whole or in part, any or all bids received and to make award on

the basis of individual items or combination of items, as it is deemed most advantageous or in the best interest to the City.

8.2 The City may accept this bid offer by issuance of a Contract covering award of said bid to this Bidder at any time

on or before the 180th day following the day this Official Bid Form is opened by the City. This offer shall be irrevocable for 180 days, but shall expire on the 181st day unless the parties mutually agree to an extension of time in writing.

9.0 HIRE HOUSTON FIRST: 9.1 Designation as a City Business or Local Business 9.1.1 To be designated as a City or Local Business for the purposes of the Hire Houston First Program, as set out in

Article XI of Chapter 15 of the Houston City Code, a bidder or proposer must submit the Hire Houston First Application and Affidavit (“HHF Affidavit”) to the Director of the Mayor’s Office of Business Opportunities and receive notice that the submission has been approved prior to award of a contract. Bidders are encouraged to secure a designation prior to submission of a bid or proposal if at all possible.

9.1.2 Download the HHF Affidavit from the Office of Business Opportunities Webpage at the City of Houston e-

Government Website at the following location:

http://www.houstontx.gov/hbsc/hirehoustonfirstaffidavit.pdf

9.1.3 Submit the completed application forms to: Office of Business Opportunity, Houston Business Solutions Center,

611 Walker, Lobby Level, Houston, TX 77002 (832) 393-0954 or Applications may be submitted via e-mail to [email protected] or faxed to 832.393.0650.

9.2 Award of Procurement Pursuant to a Request for Proposal, Best Value Solicitation or Alternative---

Pursuant to Chapter 15 of the City Code of Ordinances 9.2.1 IN EVALUATION OF A PROPOSAL SUBMITTED UNDER ANY OF THE ABOVE PROCUREMENT METHODS,

THE CITY SHALL AWARD EXTRA POINTS EQUAL TO

THREE PERCENT OF THE TOTAL EVALUATION POINTS AVAILABLE TO A “LOCAL BUSINESS,” AS DEFINED IN

SECTION 15-176 OF THE CITY OF HOUSTON CODE OF ORDINANCES, AND

FIVE PERCENT OF THE TOTAL EVALUATION POINTS AVAILABLE TO A “CITY BUSINESS ,”AS DEFINED IN

SECTION 15-176 OF THE CITY OF HOUSTON CODE OF ORDINANCES

Page 5: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

UNIFORM INSTRUCTIONS TO OFFEROR(S) SOLICITATION NO. S30-L26081

5

UNLESS THE USER DEPARTMENT DETERMINES THAT AN AWARD TO THE LOCAL OR CITY BUSINESS WOULD

UNDULY INTERFERE WITH CONTRACT NEEDS, AS PROVIDED N SECTION 15-181 OF THE CODE.

10.0 PROTEST:

1.0 An interested party may file a protest on the basis that the City has failed to comply with applicable federal or state law or with City ordinances. The subject of the protest shall be limited to fraud, corruption, or illegal acts undermining the objectivity and integrity of the procurement process. A protest must be filed in accordance with the timing requirements set forth herein and must include:

1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming that the protestor is an interested party. 1.4 A written statement of the grounds for the protest and the law or ordinance alleged to have been

violated. The statement shall be accompanied by relevant supporting documentation and the relief requested.

1.5 The signature of the protestor.

2.0 Protests shall be submitted to: Chief Procurement Officer, City of Houston, 901 Bagby B300, Houston,

TX 77002. 3.0 The City recognizes three types of protests:

3.1 Protests regarding solicitation (Pre-Submission Protest) 3.2 Any Pre-Submission Protest regarding a solicitation published by the City shall be filed no later

than five days before the opening of bids (if a competitive bid) or due date for submittals or proposals (if an RFP/RFQ), as applicable.

3.3 Protests regarding the evaluation or rejection of bids, qualifications, or proposals (Pre-Award

Protest)

3.4 Any Pre-Award Protest regarding the evaluation of bids, qualifications, or proposals by the City must be filed no later than five business days prior to the City Council meeting at which the award appears on the agenda.

4.0 Protests made after City Council’s decision to award a contract (Post-Award Protest)

4.1 Any protest regarding the award of a contract must be submitted no later than five calendar days after the date of the award.

5.0 Any protest received after the applicable deadline will not be considered. 1.0 NO CONTACT PERIOD:

11.1 Neither bidder(s) nor any person acting on bidder(s)'s behalf shall attempt to influence the outcome of the award

by the offer, presentation or promise of gratuities, favors, or anything of value to any appointed or elected official

Page 6: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

UNIFORM INSTRUCTIONS TO OFFEROR(S) SOLICITATION NO. S30-L26081

6

or employee of the City of Houston, their families or staff members. All inquiries regarding the solicitation are to be directed to the designated City Representative identified on the first page of the solicitation. Upon issuance of the solicitation through the pre-award phase and up to the date the City Secretary publicly posts notice of any City Council agenda containing the applicable award, aside from bidder's formal response to the solicitation, through the pre-award phase, written requests for clarification during the period officially designated for such purpose by the City Representative, neither bidder(s) nor persons acting on their behalf shall communicate with any appointed or elected official or employee of the City of Houston, their families or staff through written or oral means in an attempt to persuade or influence the outcome of the award or to obtain or deliver information intended to or which could reasonably result in an advantage to any bidder. However, nothing in this paragraph shall prevent a bidder from making public statements to the City Council convened for a regularly scheduled session after the official selection has been made and placed on the City Council agenda for action, or to a City Council committee convened to discuss a recommendation regarding the solicitation."

REMAINING PORTION OF PAGE INTENTIONALLY LEFT BLANK

Page 7: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

UNIFORM INSTRUCTIONS TO OFFEROR(S) SOLICITATION NO. S30-L26081

7

1.0 This BVB does not commit the City of Houston to award a Contract, issue a Purchase Order, or to pay any costs

incurred in the preparation of a Bid in response to this request. 2.0 The Bid will become part of the City’s official files without any obligation on the City’s part. All Responses shall be

held confidential from all parties other than the City until after the Bids are opened and publicly read. Afterward, the Bids shall be available to the public.

3.0 The City of Houston shall not be held accountable if material from responses is obtained without the written

consent of the Offeror by parties other than the City, at any time during the Bid evaluation process. 4.0 In the event an Offeror submits trade secret information to the City, the information must be clearly labeled as a

“Trade Secret.” The City will maintain the confidentiality of such trade secrets to the extent provided by law. 5.0 Offeror(s) shall not offer any gratuities, favors, or anything of monetary value to any official or employee of the

City of Houston (including any and all members of the Bid evaluation committees). 6.0 Offeror(s) shall not collude in any manner, or engage in any practices, with any other Offeror(s), which may

restrict or eliminate competition, or otherwise restrain trade. This is not intended to preclude subcontracts and joint ventures for the purposes of: a) responding to this BVB; or b) establishing a project team with the required experience and/or capability to provide the goods or services specified herein.

7.0 Offeror(s), their authorized representatives and their agents are responsible for obtaining, and will be deemed to

have, full knowledge of the Conditions, requirements, and Specifications of the BVB at the time a Bid is submitted to the City.

8.0 The Agreement(s) shall become effective on or about March 1, 2017 for a term of three (3) years. The City of

Houston reserves the option of extending the Agreement(s) on an annual basis for two (2) additional one-year terms, or portions thereof.

9.0 If necessary for the completion of tasks required under the project, the City will provide reasonable working space

to the Prime Contractor. 10.0 Clerical support and reproduction of documentation costs shall be the responsibility of the Prime Contractor. If

required, such support and costs shall be factored into the Bid amount. 11.0 Prime Contractor personnel essential to the continuity, and the successful and timely completion of the project

should be available for the duration of the project unless substitutions are approved in writing by the City Project Director.

12.0 The Prime Contractor will be expected to adhere to all standard contractual requirements of the City which shall

include, but are not limited to, provisions for: Time Extensions; Appropriation of Available Funds; Approvals; Term and Termination; Independent Contractor; Business Structure and Assignments; Subcontractors; Parties in Interest; Non-Waiver; Applicable Laws; Notices; Use of Work Products; Equal Employment Opportunity; Force Majeure; and Inspections and Audits.

13.0 The City may terminate its performance under a Contract in the event of a default by the Prime Contractor and a

failure to cure such default after receiving notice of default from the City. Default may result from the Prime Contractor’s failure to perform under the Terms of the Contract or from the Prime Contractor becoming insolvent, having a substantial portion of its assets assessed for the benefit of creditors, or having a receiver or trustee appointed.

14.0 Prime Contractor must promptly report to the City Project Director any conditions, transactions, situation, or

circumstances encountered by the Prime Contractor which would impede or impair the proper and timely performance of the Contract.

15.0 The City of Houston has sole discretion and reserves the right to cancel this BVB, or to reject any or all Bids

Page 8: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

UNIFORM INSTRUCTIONS TO OFFEROR(S) SOLICITATION NO. S30-L26081

8

received prior to Contract award. 16.0 The City reserves the right to waive any minor informality concerning this BVB, or to reject any or all Bids or any

part thereof. 17.0 The City reserves the right to request clarity of any Bid after they have been received. 18.0 After Contract execution, the successful Offeror shall be the Prime Contractor and responsible party for

contracting and communicating the work to be performed to subcontractors, and for channeling other information between the City and subcontractors. Any subcontracting must be specified in the BVB. Any subcontracting not specified in the BVB will need prior written approval from the City Purchasing Agent.

19.0 Prime Contractor assumes total responsibility for the quality and quantity of all work performed, whether it is

undertaken by the Prime Contractor or is subcontracted to another organization. 20.0 If subcontractor involvement is required in the use of license, patent, or proprietary process, the Prime Contractor

is responsible for obtaining written authorization from the subcontractor to use the process, or provide another process comparable to that which is required and which is acceptable to the City, all at no additional cost or liability to the City.

REMAINING PORTION OF PAGE INTENTIONALLY LEFT BLANK

Page 9: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

9

EXHIBIT "A" DEFINITIONS

As used in this Agreement, the following terms have the meanings set out below:

1. “Additional Services” shall mean other services to repair non-submersible pump or systems associated

with the non-submersible pump, in connection with and supplemental to this agreement, not otherwise

expressly provided for in this specification, to bring the equipment to the working conditions agreeable to

the CTR and/or COR. Additional Services does not include tasks that are incidental and/or obligatory to

the performance of the services under this Agreement. Contractor will not receive additional compensation

or payments for incidental or obligatory tasks herein.

2. “Agreement” means this contract between the Parties, including all exhibits, change orders, and any

written amendments authorized by City Council and Contractor.

3. "Non-submersible Pumps Groups" shall mean the non-submersible pumps (Centrifugal and Positive

Displacement) of a group of manufacturer(s) and the drive motors as tabulated in the table below. The

complete inventory of the Non-submersible Pumps and related information are listed Exhibit B-12. The

non-submersible pumps are grouped such as to represent the manufacturer, size and the type of the

units:

• Fractional hp – 25 hp

• 50 hp – 100 hp

• 100 hp – 200 hp

• 200 hp – 500 hp

• 500 hp – 1,000 hp

• 1,000 hp – Above

Group I Group II Group III

ITT / Goulds /Allis Chalmers (Xylem) Aurora Gorman-Rupp

Fairbanks-Morse (FBM) Cascade Haywood – Gordon

Flowserve Chicago-Yeoman

Marlow

Floway/Peabody Cornell Moyno

Ingersoll-Dresser Crane Nemo

Johnston Fluid Power Netzsch

Marathon FMC Corp. Penn Valley

Peabody Layne Syncr-Flow

Peerless Myers (Pentair) Vaughn

Vanton Paco Vogelsang

Worthington Sewatec (KSB) Wemco

Westinghouse

4. "Agreement" means this contract between the Parties, including all exhibits, change orders, and any

written amendments authorized by City Council and Contractor.

Page 10: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

10

5. "City" is defined in the preamble of this Agreement and includes its successors and assigns.

6. “City of Houston Normal Business Hours” shall mean 7:00 a.m. to 5:00 p.m., Monday to Friday, except on

days, which are considered City, holidays.

7. “City Purchasing Agent” is defined as the person or duly authorized successor, authorized in writing to act

for the City. The term includes, except as otherwise provided in this Contract, the authorized

representative of the City Purchasing Agent acting within the limits of delegated authority.

8. “Condition Assessment (CA)” shall mean a program whose mission is to determine and assess the actual

condition of the equipment at a given point of time by surveys and investigations and to determine the

appropriate action necessary to:

maintain the equipment in a safe and operating condition

determine future monitoring/assessment requirements,

so Department can prioritize repairs or replacement of the equipment

9. "Contractor" is defined in the preamble of this Agreement and includes its successors and assigns.

10. “Contracting Officer’s Representative” (COR): Has the authority to start and request termination of the

contract. Provides guidance to the CTR whom manages the non-submersible pump contract.

11. “Contract Administrator” means the representative of the Department who is responsible for the

administration of this contract.

12. “Contract Award Notice” means the official notification substantiated by the Notice to Proceed issued by

the City Purchasing Agent to the Contractor.

13. “Contract Technical Representative” (CTR) shall mean the representative of the Director of the

appropriate department assigned to verify services invoiced, approve invoices for payment, maintain a

record of available funds, comply with the terms of the contract, and review the contract at the time of

renewal.

14. “Contractor’s Facility” shall mean place of business of the Contractor where the Contractor performs

repairs of equipment and machinery for other entities, specifically where the Contractor plans to repair City

of Houston non-submersible pumps of the model and size described in these specifications. The facility

shall be equipped with the needed overhead/jib crane(s), lathe(s), drill(s), impeller balancing, pressure

washing machine, vibration probes, balancing machine, paint booth, hydraulic press, and testing

equipment to do the necessary repair or overhaul work for the non-submersible pump in the designated

group. The facility shall be clean, free from dirt and dust, to prevent contamination and damage during

assembly of the non-submersible pumps and installation of bearings, gears, seals, valves, pipes and

Page 11: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

11

impellers, and any other related appurtenances.

15. “Contractor’s Standard Business Hours” shall mean the daily eight (8) hour period Monday through Friday,

which the Contractor has established as their normal business day.

16. “Council Motion or Ordinance” shall mean the Official Document passed by the Governing Body

designating award(s) and directing the City Purchasing Agent to issue Notice(s) to Proceed.

17. "Countersignature Date" means the date this agreement is countersigned by the City Controller.

18. “Director" means the Director of the Public Works and Engineering Department, or the person he or she

designates.

19. “Effective Date” is defined as the date the contract is countersigned by the City Controller.

20. “Established Contractor/Supplier” is defined as any bidder who engages in any practice or trade, or

method of dealing regularly in a place, vocation or trade as to justify an expectation that the bidder can be

expected to perform in a satisfactory manner with respect to this contract.

21. “Emergency Labor Rate “(ELR) shall mean the Contractor’s charge for labor for unscheduled, immediate,

and continuous repair work that shall be carried out until the repair of the unit is completed. CTR must

authorize all emergency prior to the commencement of work.

22. “Equipment Inventory (EI) Number” shall mean the unique, cradle-to-grave number called Equipment

Inventory (EI) Number used and designated by the Work Management System to identify each piece of

equipment.

23. “(EI) Tag” Equipment Identification tag shall mean a metallic strip, embossed with the equipment inventory

number (EI #), attached to each piece of equipment.

24. “Governing Body” means the Mayor and City Council of the City of Houston.

25. “Lock-Out Tag-Out” (LOTO) is a safety procedure used in industry and research settings to ensure that

dangerous machines are properly shut-off and not started up again prior to the completion of maintenance

or servicing work.

26. “Non-Repairable Shop Cost” shall mean the cost amount that the Contractor can bill the City for the

teardown, inspection, testing, and work scope/estimate preparation when the CTR determines that the

non-submersible pump is not to be repaired or replaced

27. “Non-Destructive Testing” (NDT) shall mean inspection to detect cracks and discontinuities by Magnetic

Particle Methods, Penetrate Methods or any other Methods as needed and shall be performed. The

Certification shall be in accordance to the latest Recommended Practices of the American Society for

Non-Destructive Testing.

Page 12: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

12

28. “Non-OEM Parts” shall mean any After Market Part(s) that meets or exceeds Original Equipment

Manufacturer’s standards

29. “Notice to Proceed” means a written communication from the City Purchasing Agent to Contractor

instructing Contractor to begin performance.

30. “Other Repair Methods” shall mean any method of repair other than those prescribed in the

specifications. These “other repair methods” must be authorized in writing by the equipment manufacturer

and be approved by the Director and/or designee.

31. “Overtime Labor Rate” (OLR) shall mean the Contractor’s charge for labor for work performed after

Contractor’s Standard Business Hours. CTR must authorize all overtime prior to the commencement of

work.

32. “Parties” shall mean all the entities set out in the Preamble who is bound by this Agreement.

33. “Repair at City of Houston Facilities” (Field-Repair) shall mean that the Contractor shall inspect the non-

submersible pump and its accessories at City location, repair, and/or replace parts to bring the unit to a

fail-safe and working condition. The unit shall be put into operation, tested, and all status points recorded

including but, not limited to, the vibration in axial, horizontal, vertical planes of the bearings of the drive

and the non-submersible pump.

34. “Special Order” This is a special order item and may be non-cancelable and non-returnable. Orders for

goods not stocked by the member and specially obtained for the customer may be subject to additional

charges to cover extra costs incurred.

35. “Standard Labor Rate “(SLR) shall mean the Standard, No Specialized Labor Rate.

36. “Start of Contract Period” shall mean the date specified in the Notice to Proceed from the City Purchasing

Agent.

37. “User Department Representative” (UDR) shall mean the representative of the Director of the Department

assigned to administer the day-to-day activities of the Contract.

Page 13: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

13

EXHIBIT B

SCOPE OF WORK

NON-SUBMERSIBLE PUMP REPAIR AND REPLACEMENT SERVICES

1.0 GENERAL REQUIREMENTS

1.1 The Contractor shall furnish all supervision, labor, parts, tools, materials, equipment, supplies,

engineering and facilities necessary to provide repair, replacement, and condition assessments (CA)

services for NON-SUBMERSIBLE PUMPS at various water and wastewater facilities within the City of

Houston. The City will monitor the repairs, replacements and condition assessments, of non-

submersible pumps as required.

1.2 This specification defines minimum acceptable requirements for providing the services hereunder. It

covers the general requirements for the repair, replacement, and CA of the non-submersible pumps.

1.2.1 The non-submersible pumping system includes, but is not limited to: pumps, pump integral

gearboxes, couplings, pump’s packing and mechanical seals, discharge check and isolation

valves, pump control system, shafts, extended drive shafts, immiscible motors, piping, and

general mechanical and structural work

1.2.2 The Contractor shall be available to provide the services hereunder as well as carry out

inspections, machine shop services, replacement parts, and auxiliary equipment 24-hours per

day, 365 days per year on an as-needed basis

1.2.3 The non-submersible pumps are clustered into three (3) Groups – Group I, Group II, and Group

III to indicate the manufacturer and type of the units (Exhibit A). The complete inventory of non-

submersible pumps and related information are listed in Exhibit B-12.

1.2.4 Contractor shall coordinate work activities as directed by CTR/UDR to avoid interference with

ongoing operations and maintain regulatory permit compliance. Services involving shutdown of

equipment must be approved by the UDR and coordinated with operations supervisor of the

facility. Granting of a shutdown is subject to Operation conditions at the time of the request.

1.3 The Contractor’s facility shall be subject to inspection with a forty-eight (48) hours advance notice to

verify equipment and personnel deemed necessary to perform the type of repair services required

under this contract are in place at the time of inspection.

1.4 The Contractor shall provide a listing of all Sub-Contractors to the City, which includes the name(s)

and location(s) of each shop(s). In addition, the Contractor shall provide the scope of work that will be

performed by the Sub-Contractor.

1.4.1 After the start of the contract, any additional Sub-Contractor(s) must be approved prior to

commencement of work. The Contractor shall submit information to the CTR and/or COR for

Page 14: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

14

written approval.

1.4.2 The subcontractors to the Contractor are subject to all standards and requirements of this

contract as the Prime Contractor.

STANDARDS AND CODES

1.5 The non-submersible pumps at City facilities are purchased and installed under City’s Master

Specifications 11311 (Exhibit B-10) and unless otherwise specified, require compliance with the

latest versions of applicable sections of the following standards and codes:

1.5.1 American National Standard Institute (ANSI)

1.5.2 Anti-Friction Bearing Manufacturing Association (AFBMA)

1.5.3 Institute of Electrical and Electronic Engineers (IEEE)

1.5.4 American Society of Mechanical Engineers (ASME)

1.5.5 National Electrical Code (NEC)

1.5.6 National Electrical Manufacturers Association (NEMA)

1.5.7 American Society of Civil Engineers (ASCE)

1.6 Wherever this document refers to the following codes and standards, then that specific section(s) of

the code/standard shall apply to the repairs and replacement being carried out by the Contractor:

1.6.1 Steel Structures Painting Council (SSPC)

1.6.2 American Society for Non-Destructive Testing

1.6.3 City of Houston Electrical Code

1.6.4 American Society for Testing and Materials (ASTM)

1.7 Unless otherwise specified, fabrications, processes, parameters, and test methods for any electrical

parts and/or equipment shall conform to the latest revision of the following electrical apparatus service

association (EASA) documents:

1.7.1 EASA AR100-2010 – Recommended practice for repair of rotating apparatus (hereafter

abbreviated as EASA AR100-2010);

1.7.2 EASA Technical Note No. 16 – Guidelines For Maintaining Motor Efficiency During Rebuilding,

September 1999 (hereafter abbreviated as EASA Tech Note No. 16);

1.7.3 EASA Technical Note No. 17 – Stator Core Testing, updated March 1997 (hereafter

abbreviated as EASA Tech Note No. 17); and EASA Bearing Fit Tolerance Chart updated

1997.

1.8 All non-submersible pump repairs and services shall comply with the applicable sections of standards

and codes listed in this specification.

1.9 All test equipment required for test results shall be calibrated at a minimum once per year against

standards traceable to the National Institute of Standards and Technology (NIST) or equivalent

standards laboratories (see EASA AR100-2010 4.7). The Contractor shall establish, document, and

maintain calibration records for test and measuring equipment used to demonstrate conformance of

product to specified requirements.

Page 15: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

15

1.9.1 The Contractor shall furnish copies of current environmental permits and demonstrate compliance with

current local, state, and federal environmental regulations.

1.10 In the case of dual horsepower units, charges shall be applicable to the higher horsepower rating, and

never on both horsepower units.

2.0 REPAIRS AND REPLACEMENTS

2.1 REPLACEMENTS

2.2 The Contractor shall inspect, repair, and/or troubleshoot assemblies and subassemblies of the non-

submersible pumps in lieu of replacement unless the overall score of the Pump Replacement SOP

Matrix exceeds fifty percent (50%). Generally, the 50% rule applies, but the City reserves the right to

purchase or repair units based on the non-submersible pump economic evaluation and various

operational considerations.

2.2.1 In the event the non-submersible pump cannot be repaired, the Contract will the CTR’s prior

written approval, may purchase OEM reconditioned, remanufactured or new non-submersible

pump from the manufacturer(s). The CTR must approve, in writing, the purchase of a new unit

in lieu of repair.

2.2.1.1. Where non-OEM non-submersible pump is being recommended, the Contractor

shall submit specifications and documentation on the proposed non-OEM

substitution for the CTR’s approval prior to commencement of the services.

2.2.1.2. The Contractor shall obtain three (3) quotes for items estimated to cost more than

$50,000.00, when applicable.

2.2.1.3. The City has the option of accepting the lowest and best quote. The City reserves

the right to solicit quotes for replacement items.

2.2.2 If the equipment is a sole source item, vendor shall obtain a “signed” and dated letter from

the manufacturer stating so. This letter shall list the sole distributor for the Houston

Metropolitan area, if applicable. The manufacturer’s letter must be valid for at least thirty (30)

days.

2.3 All reconditioned, remanufactured or replacement non-submersible pumps shall meet the required

specifications in fit, form and function as OEM non-submersible pump.

2.3.1 Replacement unit shall be identical to the unit being replaced. If the identical unit is no longer

offered by the manufacturer, the replacement unit shall have the same non-submersible pump

performance characteristics as the one being replaced. The replacement unit shall be of the

“Highest Efficiency” non-submersible pump(s) available and must meet the minimum

specification requirements and be equal or better in material, craftsmanship, and performance

as the one being replaced.

2.3.1.1. The replacement unit provided must be able to fit the facilities existing on-

submersible pump mounting and railing system without any required modification to

the facility. The City reserves the right to request a specific non-submersible pump

that may require facility modification.

2.3.1.2. All rates for any service, parts, and or material, and work performed by Contractor

Page 16: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

16

and/or Sub-Contractor(s) shall be clearly defined within the Fee Schedule (Exhibit

G).

2.3.1.3. The prices of parts and materials and the cost of an approved replacement and/or

equivalent unit supplied for this contract shall be the total original invoiced cost to

the Contractor plus Contractor’s quoted percentage (%) markup or percent (%)

discount for the item.

2.3.1.4. The Contractor shall use the mark-up or discount specified in the “Fees and Costs”

under “Cost to Replace a Unit.”

2.3.1.5. All services rendered, parts and material supplied shall be documented, and original

supporting documentation submitted in final invoice package, as outlined in

Section 15.0 Invoices.

2.3.1.6. If the unit is deemed “non-repairable the Contractor shall return the pump to the City

and invoice the City for “Non-Repairable Cost” per the fee schedule. This cost shall

include, but not limited to digital photos, teardown and/or the D&I report.

2.3.1.7. The cost of inspection, recommendations, and preparation of work scope shall be a

part of the base cost of any repair per the Fee Schedule.

2.3.1.8. In addition, all testing and painting of non-submersible pumps shall be included in

base cost associated with the repair of each unit.

2.4 REPAIRS

2.5 The Contractor shall complete the repairs of the non-submersible pumps as follows:

2.5.1 Contractor shall inspect the non-submersible pump at the City facility and document the

condition of the unit on the Teardown and Recommended Repair Report (Exhibit B-1).

2.5.1.1. If repair can be performed at a City facility, the Contractor shall prepare a scope of

work using the Recommended Repair Cost Estimate Form (Exhibit B-5) and present

to the UDR/CTR within seven working days, for approval.

2.5.2 If a non-submersible pump cannot be repaired at City location, the Contractor shall notify the

UDR/CTR. Within forty-eight (48) hours, the Contractor shall uncouple the unit from the drive,

remove from foundation, load on Contractor's vehicle, and transport/deliver the unit to

Contractor's repair facility.

2.5.2.1. The Contractor shall ensure that all openings including but not limited to pipes, inlet

and discharge of dampeners/silences are blocked to prevent entry of rain, dirt, pest,

or other foreign objects.

2.5.2.2. The covers for the openings shall be made of metal or plywood of sufficient

thickness, strength, rigidity, and shall be secured to resist damage by wind and

rainstorm.

2.5.3 If the unit will be repaired at the Contractor’s repair facility, the Contractor shall disassemble

and inspect the unit within seven working days of receipt of the unit.

Page 17: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

17

2.5.4 The Contractor shall prepare an accurate D&I report using Exhibit B-1 and provide a good faith

and detailed repair cost estimate for the City’s review and approval.

2.5.4.1. Repair cost estimates shall include specific and detailed statement of the work to be

performed, cost for new replacement OEM or equal new Non-OEM parts and

estimated labor hours required for the repair of the unit, the estimated time for

delivery of parts, and expected completion date for the work. The cost of inspection,

recommendations, and preparation of work scope shall be a part of the base cost of

any repair per the Fee Schedule. In addition, all testing and painting of non-

submersible pumps shall be included in base cost associated with the repair of each

unit.

2.5.4.2. Repair cost estimates shall also include all related detailed quotes from suppliers

and sub-contractor(s), as applicable, to support the repair cost estimate.

2.5.4.3. At the CTR’s request, the Contractor may be asked to provide pricing for both OEM

and Non-OEM repair parts. Contractor shall submit cost estimate within seven (7)

business days of the completion of the Disassembly and Inspection (D&I), otherwise

a written explanation for the delay shall be provided by the Contractor to the UDR.

2.5.4.4. Repair cost estimates that include only new OEM parts require the UDR’s approval.

However, cost estimates that involve equal, new Non-OEM parts will require the

approval of the UDR AND CTR.

2.5.4.5. If the Contractor plans to use any part other than an OEM part, the Contractor shall

obtain written approval from the CTR. Based on independent testing as set out

below that the non-OEM part(s) is are equal or of better material and craftsmanship

and performance standards, and will not require modification to other parts. The

Contractor shall submit specifications and documentation on the proposed

substitution.

2.5.4.5.1. Upon request by the City, at the Contractor’s expense, testing may be required by

an independent third party approved by the CTR. The onus shall be upon the

Contractor to prove that non-OEM parts meet the required specifications in fit, form

and function as OEM parts.

2.5.4.5.2. Testing data provided to the City’s CTR must show the non-OEM parts meet or

exceed the performance of OEM requirements.

2.5.4.5.3. All repair or replacement parts shall equal or exceed specifications for OEM repair or

replacement parts.

2.5.5 All labor to perform teardown inspections, cleaning, disassembly, sandblasting, balancing,

reassembly, painting, shop testing, and documenting shall be included as labor/base price for

the non-submersible pump overhaul-repair.

Page 18: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

18

2.6 Upon approval of the cost estimate, the CTR will issue a work order. Upon receipt of the work order,

the Contractor shall commence work on the unit and complete the repairs within the time specified in

2.61 and 2.62 for delivery of such item(s).

2.6.1 Non-submersible pumps smaller or equal to 75 HP - 6 weeks.

2.6.2 Non-submersible pumps greater than 75 HP - 12 weeks.

2.7 The Contractor shall notify the UDR and CTR immediately if the Contractor cannot complete the job

repairs within the contractually agreed time specified in 1.17. The Contractor shall submit to the UDR

a detailed explanation for the delay with new documentation to complete the job. If additional work

is required, the Contractor shall submit explanation before commencing the additional work.

2.8 The Contractor is responsible for ordering the correct parts, within five (5) days of the acceptance of

the signed approval sheet from the UDR or CTR. The confirmation of each order shall be provided in

writing from the Contractor to the UDR.

2.8.1.1. If parts are NOT been ordered within the specified time (5 days) a five-percent (5%) discount

shall be applied to the final invoice amount each (business) day the part was not ordered

unless written proof (reason for delay) is provided by the Contractor via distributor and/or

manufacturer. The deduction shall not exceed fifteen percent (15%) of the final invoice

amount.

2.8.2 If Contractor orders the incorrect part(s) that may cause a delay in delivery of completely

assembled unit, then a fifteen percent (15%) deduction of the final invoiced amount shall be

accessed as liquidated damages.

2.9 The Contractor shall disassemble the non-submersible pump completely, and ensure old shim packs,

gaskets, spacers, retainer’s rings, and oil seals are kept with the respective sub-assemblies for later

reference during evaluation.

2.10 The overhaul of the non-submersible pump shall include gearbox replacement, oil gaskets, seals, hub

assembly, shaft, impeller and all necessary lubricants associated with the unit.

2.11 The Contractor shall clean the gear drive reducer sub-assembly housing, upper bearing, low speed

coupling, housing and all internal parts sufficiently enough to allow measurements to be taken to

determine if the dimensions are within OEM tolerances.

2.12 Bearings shall be washed in solvent and allowed to air dry.

2.13 Repaired non-submersible pumps (including motor and shaft assembly) shall be rotated and balanced

by the Contractor. All individual parts and components shall be reassembled, tested, sealed, and

painted according to manufacturer’s specifications.

Page 19: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

19

2.13.1 All damaged and replaced parts that are deemed “Non-Repairable” shall be wrapped and/or

contained with the City’s work order number, equipment identification number, equipment release

and Contractor’s job number. In addition, the Contractor shall deliver all labeled parts to a

designated location specified by the UDR/CTR.

2.14 REJECTION: In the event the City rejects any item, due to the failure of a repaired or replaced non-

submersible pump, then Contractor shall have seven (7) business days to repair and install unit at

serviceable conditions at no additional cost to the City. If the unit cannot be placed back in service

within seven (7) business days, then a written explanation for delay shall be provided to CTR.

2.15 After parts have been repaired, the Contractor shall balance the impeller. The Contractor shall

reassemble then test, seal, and paint, non-submersible pump according to the manufactures

specifications.

2.16 The Contractor shall provide the repair record and report showing:

2.16.1 The condition of the non-submersible pump when it was disassembled and inspected (D&I)

2.16.2 The details of the repair work performed

2.16.3 The vibration reading, photos, and the final test results.

2.17 The Contractor shall repair pumps and other items at their repair shop within the Houston

Metropolitan Area. The Contractor can send pumps and other items to the manufacturer regardless

of the manufacturer’s location.

3.0 SPECIFIC TASKS WITHIN SCOPE OF WORK

3.1 Upon receiving of the non-submersible pump, the Contractor shall document all information about the

condition of the unit and parts to include digital photographs of non-submersible pump unit

components on the Teardown Sheet (Exhibit B1).

3.1.1 The Contractor shall inspect the unit and its shaft for corrosion, erosion, chipping,

scoring, and other damages and shall record this observation on the Teardown Report.

3.1.1.1. The Contractor shall inspect the non-submersible pump’s screws, seals, bearings,

gearbox, shaft, coupling, motor along with base and other damages and shall record

this observation on the Teardown Report.

3.1.2 Contractor shall inspect each bolt for damaged threads

3.2 Before disassembly, the Contractor shall confirm nameplate data. All missing or damaged parts shall

be identified in writing, recorded, and special items shall be noted on the inspection form.

3.3 Contractor shall ensure the Equipment Inventory (EI) tag and nameplates remain attached to the

equipment. Contractor shall notify the UDR if the EI tag is damaged or missing.

3.4 Any equipment removed from City property shall be documented on the Equipment Authorization

Page 20: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

20

Release Form (Exhibit B-4). The department requesting services shall provide the form. The UDR

shall adjust the form to reflect the Contract, Ordinance, and Service Release Order (SRO) numbers

pertaining to this Contract.

3.5 All illegible or defective nameplates shall be replaced on completion of repair. All original nameplate

information, except where changed, shall be stamped on new nameplate. New nameplates shall be

permanently attached with mechanical fasteners. The cost of a new nameplate shall be included as a

part of the base cost of any repair.

3.6 The Contractor shall install a stainless steel identification tag stamped with the Contractor’s name, job

number, and repair date on each non-submersible pump. The tag must be secured with stainless

drive pins. The cost of the identification tag shall be included as a part of the base cost of the CA,

repair, or replacement of the unit.

3.7 The City reserves the rights to pick up all non-submersible pump parts that are quoted by the

Contractor that will be replaced. This includes, but is not limited to non-submersible pumps, pump

integral gearboxes, couplings, pump’s packing and mechanical seals, discharge check and isolation

valves, pump control system, shafts and general mechanical work.

3.8 If requested by the CTR, Contractor shall furnish parts needed for maintenance activities of non-

submersible pumps by City personnel.

3.8.1 If requested by the CTR, Contractor shall machine parts needed for maintenance

activities of non-submersible pumps;

3.8.2 Contractor shall charge the same price and markup or discount for these parts as

outlined in the Fee Schedule, and in accordance with pricing requirements of this

specification.

3.9 Wherever torque values are known, the Contractor shall use a torque wrench and adhere to the OEM

torque values.

3.10 All metal parts shall be checked for structural integrity and cracks, and shall be repaired or replaced to

meet required codes as well as industry and performance standards, as referenced in this

specification.

3.11 Terminal boxes and auxiliary equipment enclosures shall be made to meet OEM’s specifications.

3.12 Delivery tickets and packing slips will contain quantity, part number, description of commodity

delivered, name of department or section, facility name to which the merchandise originated from,

Contract and SRO numbers, signature of UDR, signature of receiving employee, printed names,

employee number, date received and the authorization release number.

3.13 The Contractor shall be responsible for storage of the non-submersible pumps and all associated

parts. Any parts lost or damaged while in the possession of the Contractor shall be replaced or

Page 21: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

21

repaired at the Contractor’s expense.

3.14 In the event the UDR chooses to transport the non-submersible pump to and/or from the Contractor’s

facility, no transporting fee shall be assessed to the City. If the Contractor transports the non-

submersible pump, then the Contractor shall furnish hoist, crane, and required services and equipment

associated with loading and/or unloading the unit.

3.14.1 Should the City’s facility have an existing crane, then the Contractor may utilize the crane on-

site with City approval. The Contractor shall not hold the City liable for any damages and shall

indemnify the City from any loss associated with use of City equipment. The Contractor shall

be responsible for all damage caused to City equipment and/or caused by the Contractor.

3.15 At all times during the repair or replacement process, Contractor shall maintain City's equipment in a

clean and weather protected storage area.

3.15.1 The Contractor shall chemically and mechanically clean all external surfaces, as required.

3.15.2 The Contractor shall be responsible for the cleanliness and debris removal of the site once the

work has been completed.

3.16 The Contractor shall perform electrical tests on the motor (when applicable), with values recorded in

the Teardown Report (Exhibit B-1). These include but are not limited to insulation resistance to

ground, in meg-ohms, of windings and accessories.

3.17 The instrumentation, wherever they exist in the non-submersible pump assembly, shall be considered

as an integral part of the non-submersible pump. The Contractor's scope of work shall include any

work necessary on the instrumentation and controls of the non-submersible pump assembly.

3.18 New belts shall be installed and torqued according to manufacturer’s specifications, when applicable.

3.19 The Contractor shall inspect all components of the non-submersible pumps and all critical areas to

determine if clearances are within OEM tolerances, and the parts meet manufacturer's specifications.

If the manufacturer's data is not available, the tolerances shall be verified with the relevant tables in

industry standards to assure its conformance.

3.20 The Contractor shall inspect the shaft extensions and keyseats (keyways). Shaft extensions must be

smooth, polished, and concentric with shaft center. Shaft extension dimension shall conform to

manufacturer’s specification within OEM tolerances. If the manufacturer's data is not available, the

tolerances shall be verified with the relevant tables in industry standards to assure compliance.

3.21 The cost of inspections, recommendations, and preparation of scope of work shall be a part of the

base cost of any (CA) or replacement job per the Fee Schedule (Exhibit G). In addition, all testing

and/or painting of non-submersible pumps shall be included in base cost associated with the repair,

replacement, or CA of each unit.

Page 22: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

22

3.22 The UDR and/or CTR must inspect the torn-downed unit, review the Contractor’s proposed work

scope, and cost estimate. When requested in writing by UDR and/or CTR, the Contractor shall wait on

the teardown until City personnel are present.

3.23 If the unit is not repaired or replaced, then the unit shall be deemed “Non-Repairable.” The Contractor

shall invoice as outlined in the Fee Schedule. This cost shall include, but not limited to, digital photos,

teardown and/or the D&I.

3.23.1 Non-repairable units that are not re-assembled shall be placed on a skid and wrapped with

proper job identification.

3.24 Replacement bearings shall have an L10 rating life in accordance with ANSI/AFBMA equal to or longer

that OEM bearing.

3.25 The Contractor shall notify the UDR immediately if the Contractor cannot complete the service request

within the contractually agreed time per item. The Contractor shall submit to the UDR a detailed

explanation for the delay with documentation including the new expected completion date. If

additional work is required, the Contractor shall submit explanation and gain written approval from the

UDR and CTR before commencing the additional work.

3.26 The paint color shall be as the OEM standard for such units unless specifically requested otherwise, in

writing by the UDR and/or CTR.

3.27 The Contractor shall return the repaired unit to a City facility and:

3.27.1 Set the non-submersible pump on foundation

3.27.2 Check the leveling of the non-submersible pump and coupling

3.27.3 Precision align the drive with the non-submersible pump and the coupling

3.27.4 Reconnect lube piping when applicable

3.27.5 Ensure that all shutdown systems/protections are operational before start-up.

3.28 Upon written acceptance of cost estimate by the UDR, the Contractor shall proceed with the repair.

The Contractor shall commence the work on the unit and complete the repair within the allocated time

on the approved Recommended Repair Estimate Form (Exhibit B-5). The Contractor shall inform the

UDR and/or CTR for any delays to the allocated time from the Recommended Repair Estimate.

3.29 Upon completion of any repair and/or Additional Services of the non-submersible pump, the

Contractor shall provide completed Teardown and Inspection Report (Exhibit B-1), which includes the

work performed on the unit, the test results, and the data sheets.

4.0 ALIGNMENTS

4.1 All motor / non-submersible pump alignments shall be performed with alignment tools calibrated in

accordance to industry standards as outlined in Sections 1.6-1.10).

4.2 The Contractor shall furnish alignment equipment and tools, which include shims within base cost of

Page 23: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

23

an alignment. 4.2.1 The Contractor shall provide the alignment flat rate as specified within the Fee Schedule.

4.3 A non-submersible pump alignment shall include, but not limited to the motor, shaft, shims, base-

plates, hubs, and coupling components, which is a non-submersible pump assembly unit.

4.4 The non-submersible pump assembly unit shall be LOTO.

4.5 Align and mount the coupling and hub assembly of the shaft for the non-submersible pump and motor

assembly and ensure it is properly tightened.

4.6 Vibration readings shall be provided by the Contractor upon completion of the shaft alignment of the

non-submersible pump and motor unit assembly.

5.0 CONDITION ASSESSMENT (CA)

5.1 CA may be required to keep the non-submersible pumps and appurtenances in proper working

condition. Contractor shall provide CA services on an as needed basis. CA must be initiated by the

UDR and/or CTR.

5.2 The Contractor shall be responsible for documenting and recording all findings for all non-submersible

pumps, which must be submitted in CA Report (Exhibit B-7). Written report must include and outline

of all CA information collected, including all abnormalities observed in each unit.

5.2.1 CA reports must also include job number and date, type, make, and size of the unit, as well as

digital photos showing the non-submersible pump, motor and associated nameplates.

5.3 The Contractor shall invoice the CA according to the Fee Schedule (Exhibit G).

5.3.1 The crane rental and parts needed to be replaced are not included in CA flat rate in the Fee

Schedule.

5.4 Each scheduled round of CAs per facility shall include a one-time mobilization and demobilization fee.

5.4.1 The mobilization and demobilization of work force and/or equipment shall be captured using

the Fee Schedule (Exhibit G: Section 4 – Labor Rates).

5.4.2 The total mobilization and demobilization per facility shall not exceed four (4) hours: [(2) hours

of mobilization and (2) of de-mobilization]. However, the total mobilization and demobilization

hours shall be mutually agreed upon based on a projection of total “Field Labor Rate” hours

between UDR and/or CTR and Contractor, prior to proceeding forward with any CA.

5.5 Prior to uncoupling and removing non-submersible pump unit, the Contractor and/or the City

Page 24: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

24

electrician shall check amperage and voltage for each phase, which includes the power and control

cables.

5.6 When requested by the City, the Contractor shall obtain oil samples from each drive and send to

independent laboratory for detailed analysis and trending that will be accessible via the internet.

5.6.1 Oil sample data shall be evaluated by the Contractor to determine when oil changes are

necessary.

5.6.2 The Contract shall make oil changes recommendations to the UDR and/or CTR based on Oil

sample test results.

5.6.3 Oil sample is a separate line item on the fee schedule and shall only apply when a sample has

been completed.

5.7 The Contractor shall check and record vibration readings and place vibration targets in the event

vibration targets are not present.

5.8 The Contractor shall grease and/or supply manufacturers recommended oil for drives, which include,

but not limited to bearings, low speed couplings while unit is running under normal operating

conditions. The cost of the grease and/or oil shall be invoiced under “parts/material” on the Fee

Schedule (Exhibit G, Section 4 – Discounts/Markups).

5.9 When/if the non-submersible pump needs to be cleaned prior or during CA, the Contractor shall

ensure that all the runoffs, are captured in an approved oil grease recovery system according to the

Code of Federal Regulations (CFR) – (Oil Pollution Prevention; 40 CFR 112). This includes when the

system is steam cleaned. Drainage systems that satisfy the secondary containment requirements

may include the use of an oil water separator or another system to capture the oily water runoff.

5.10 The Contractor shall inspect breather to ensure it is free from oil and other obstructions. The

technician shall recommend the replacement of the breathers when necessary.

5.11 The Contractor shall inspect and record any loose or missing drive hardware.

5.12 The workflow shall be detailed during the Contractor’s site inspection during CAs to determine core

competency of each non-submersible pump unit to be repaired and/or replaced.

5.13 CA Standard Checklist:

5.13.1 Vibration readings shall be recorded for the motor outboard, inboard (X, Y and Z-axis), non-

submersible pump unit outboard, and inboard (X, Y and Z-axis). In addition, the Contractor

shall place vibration targets in the event vibration targets are not present.

5.13.2 External bearing temperatures shall be recorded.

5.13.3 Gearbox shall be checked to ensure proper oil level is maintained (top-off as needed).

5.13.4 A sample of the old oil shall be taken and sent to the lab for analysis; viscosity, tan,

ferrography, water, metals, and other chemical contaminates that could cause premature

failure of equipment will be identified.

Page 25: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

25

5.13.5 All bearings and couplings shall be greased to ensure proper performance according to

manufactures standards and specifications with documented NLGI rating and quantity.

5.13.6 Mounting bolts shall be inspected.

5.13.7 The conditions of the mechanical seals shall be inspected and recorded for proper plumbing

and pressurization.

5.13.8 High/low oil seals, gaskets, and gearbox shall be inspected and recorded for oil leaks.

5.13.9 Oil leaks in the bearing and coupling areas of the pump assembly shall be identified and

reported.

5.13.10 The motor and non-submersible pump unit shall be visually inspected. The visual

inspections shall include, but not limited to loose hardware, grease/oil of the motor and non-

submersible pump unit and other abnormalities.

6.0 ADDITIONAL SERVICES

6.1 Additional Services are required services within the general scope of work to ensure each pump

and/or pumping station meets and/or exceeds the minimal pumping capacity requirements. The

Contractor shall perform these services when requested by the UDR and approved by the CTR.

6.1.1 Additional services shall include but are not limited to services that might be required to

facilitate the operation of these non-submersible pumps. Some examples would include

concrete repair work, pump pads, control panels, drive shafts, and couplings; however, this is

not an exhaustive list.

6.2 Prior to commencement of any Additional Services, the Contractor shall submit a written proposal for

approval by the CTR describing the work to be done and include a “Not to exceed estimate of the

cost.” The proposal shall include as a minimum a list of repairs, sub-contractor(s), schematics(s),

design plans, and a schedule of the repairs. Additional work shall not be performed without written

approval from the CTR.

6.3 The Contractor shall perform Additional Services using the unit rates and any applicable

markup/discount in Exhibit “G”- Fees and Costs of the contract as specified for the type of service

provided.

6.3.1 If the Fees and Costs schedule does not cover the work needed, the Contractor shall submit

detailed cost estimate including related supporting documentation (original price listing and

quotes) from sub-contractor(s) and supplier(s), showing escription of parts or components to be

repaired or replaced, parts numbers, equipment rental costs, labor hours and rate, and any

other service included for review and approval by the CTR/UDR.

7.0 REPAIR TECHNICIANS REQUIREMENTS

7.1 The repair technicians of the Contractor and approved repair and/or replacement subcontractors

shall be qualified, properly trained in repairing, disconnecting, and installing non-submersible pumps of

the type and sizes specified for this contract.

7.2 The Contractor shall have at least one senior repair technician with a minimum of five (5) years of

Page 26: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

26

experience in repair of non-submersible pumps specified in this contract.

7.3 Proof of qualifications, licenses and certifications shall be required at the time of contract award and

upon request thereafter.

7.3.1 The Contractor shall furnish the resume of the technicians to the City inspection team during

the team’s visit of the Contractor’s and/or approved subcontractor’s facility.

8.0 STANDARD RESPONSE TIME

8.1 Contractor shall be accessible to the City via telephone during normal business hours. The Contractor

shall be ready to start work on any unit within twenty-four (24) hours of receiving the call for the

service.

8.2 The Contractor shall be available and accessible to the City via telephone to work overtime and/or

emergency per the request of the UDR and/or CTR within six (6) hours of initial contact from UDR

and/or CTR.

8.3 The Contractor shall start an emergency job immediately, without scheduling delays, and will not be

restricted to normal working hours. The UDR and/or CTR shall coordinate the emergency and must

approve overtime work.

9.0 ACCEPTANCE OF REPAIR

9.1 The UDR and/or CTR shall thoroughly inspect the repaired unit before the performance test can begin.

It is the Contractor’s responsibility to ensure communication has been established with the UDR

and/or CTR for witnessing the performance test.

9.2 All control sensing devices shall be checked to ensure manufacturers’ and/or OEM specifications have

been met.

9.3 Four (4) Hour-Test run shall be performed at the unit’s highest rated voltage and frequency.

9.4 The twelve (12) month warranty begins upon the completion of each installation at the City of

Houston’s facility.

9.5 If deficiencies are detected, the repair work shall be rejected and the Contractor shall make the

necessary repairs, adjustments, or replacements.

9.6 After corrective actions are completed, the unit shall go through a new test run before the non-

submersible pump is accepted.

9.7 A typed copy of the Repair Data Sheets covering results of specific tests shall be included with the

shipment of all repaired non-submersible pumps, per the UDR and/or CTR’s request.

9.8 The City shall not make any payment to the Contractor until all corrective actions are completed,

testing is performed and the repaired equipment is accepted.

Page 27: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

27

9.9 The Contractor shall torque bolts from motor housing to volute and this value is to be recorded on the

Field Acceptance Tests Form (Exhibit B-3).

10.0 SAFETY

10.1 The Contractor must take all necessary precautions to protect persons or property against injury or

damage and be responsible for any such damage or injury that occurs because of Contractor’s fault or

negligence.

10.2 The Contractor shall comply with all applicable requirements of the Occupational Safety and Health

Act (OSHA).

10.3 Contractor shall be solely responsible for initiating, maintain and supervising all safety precautions and

programs in connection with the work performed on this contract.

10.4 At a City location, all machinery and equipment, which are undergoing maintenance and repair, shall

be locked-out/tagged-out (LOTO) of all energy sources to protect against accidental or inadvertent

operation/release, when such operation or release could cause injury to personnel or damage to

equipment. Only authorized City of Houston personnel whom may include, but not limited to qualified

electricians, mechanics, and operators shall carry out LOTO.

10.5 DISINFECTION OF PUMPS (DRINKING WATER OPERATIONS) FOR POTABLE WATER

SERVICE: PRIOR TO PACKAGING AND PREPARATION FOR RETURN TO THE CITY, ALL

REPAIRED OR REPLACED PUMPING EQUIPMENT OR RELATED PARTS SUPPLIED OR

OTHERWISE HANDLED OR MANIPULATED UNDER THIS CONTRACT - THE SURFACES OF

WHICH (INTERIOR AND EXTERIOR) WHICH WILL BE IN DIRECT CONTACT WITH POTABLE

WATER UPON RETURN TO THE CITY - SHALL BE CLEANED, SWABBED WITH A 1%

HYPOCHLORITE SOLUTION (CONTACT TIME 10-30 MINUTES), AND THEN THOROUGHLY

RINSED WITH POTABLE WATER AFTER COMPLETION OF CONTRACT REPAIRS AND/OR

HYDRAULIC OR HYDROSTATIC TESTING. A SEPARATE CERTIFICATE OF DISINFECTION

COMPLETION, SIGNED BY THE RESPONSIBLE CONTRACTING AUTHORITY, SHALL

ACCOMPANY ALL AFFECTED PARTS AND/OR EQUIPMENT.

11.0 SILENCE OF SPECIFICATIONS

11.1 The apparent silence of these specifications as to any detail, or apparent omission of a detailed

description concerning any point, shall be regarded as meaning that only the best commercial practice

is to prevail and that only material and workmanship of the finest quality are to be used. All

interpretations of these specifications shall be based on this statement.

12.0 LABOR RATES

12.1 The labor rate shall include all costs for a qualified person to work on, repair and/or replace the non-

submersible pumps, including wages; all company benefits, and company profits. Materials of any

value, tool, instruments, testing equipment and transportation required for carrying out the

services herein, shall be deemed included in the itemized rates of the Fee Schedule.

12.2 The City shall be billed only for the hours the contractor works on City equipment whether at City

Page 28: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

28

facility or at Contractor’s facility. No itemized travel time is allowed or reimbursable.

12.3 When hourly work is performed on behalf of the City, the Contractor (and approved sub-Contractor)

shall fully document the start of the work, the time spent on the job, and completion of each job.

12.3.1 The repair shop must also be able to verify all hours charged for machine work. This will

apply to work completed by the Contractor and/or Sub-Contractor(s).

12.3.2 The hourly work documentation shall be punch card/time-card, shop record or any other

mutually agreed method, see Timesheet Report Form (Exhibit B-9). The original time card or

other agreed documentation must be submitted with the final invoice.

12.4 The City reserves the right to review all payments made to the Contractor by auditing all documents

associated with this contract over the contract period and two (2) years after expiration of the contract.

Subject to such audit, any overpayments shall be recovered from the Contractor.

13.0 REPORTING AND DOCUMENTATION

13.1 Any equipment removed from City property shall be documented on an “Equipment Release

Authorization Form” (Exhibit B-4). The CTR or UDR may also use a log in conjunction with the

Equipment Release Authorization form.

13.2 The Contractor shall meet monthly or as required with the UDR and/or CTR to discuss the most

recent status of each non-submersible pump, work in progress, future work and related contract

issues:

13.2.1 If the Contractor is unable to meet with the UDR and/or CTR, at the periods agreed between

the parties, then a written notification shall be provided to the UDR. Refer to the Progress

and Status Report (Exhibit B-6).

13.2.2 The Contractor shall update the work history spreadsheet to reflect changes in activities by

the Contractor and to ensure availability of funds to perform the services herein.

13.3 The Contractor shall establish and maintain records of the repair and services performed for at least

two (2) years after this contract expires and at least three (3) years after the date of the last non-

submersible pump repaired.

13.4 The Contractor shall take digital photographs of each unit upon receiving of the unit from the City. In

addition, the Contractor shall take digital photographs of all major components within the unit during

the tear down that will be included in each Teardown Report (Exhibit B-1). All photos shall be

available to the City upon request.

14.0 WARRANTIES

14.1 The Contractor shall observe the highest standards of diligence and care in the performance of repair

services and shall meticulously follow the standards and procedures required by the equipment

manufacturer.

14.2 The Contractor further warrants that all service and replacement parts it provides shall be in strict

compliance with all applicable regulations.

Page 29: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

29

14.3 The Contractor shall fully warrant its installation, replacement, repair, and maintenance of all parts and

equipment from the date of acceptance by the City of Houston for a twelve (12) month period. See

attached Certificate of Warranty (Exhibit B-8).

14.4 During the warranty period, all related work shall start by Contractor within twenty-four (24) hours of

delivery and be repaired within the previously stated timeframe.

14.5 During the warranty period, all failed units shall be re-repaired or replaced at the Contractor’s expense

if the failure occurs under normal operating conditions and due to faulty parts or workmanship.

14.5.1 Definitions: “Acceptance” as used in this clause, means the act of a City authorized

representative approving specific services, as partial or complete performance of the contract.

“Correction” as used in this clause, means the elimination of a defect.

14.5.2 Notwithstanding inspection and acceptance by the City or any provision concerning the

conclusiveness thereof, the Contractor warrants that all products and services performed under

this contract will, at the time of acceptance, be free from defects in workmanship and conform

to the requirements of this contract.

14.5.3 The City shall give written notice of any defect or nonconformance to the Contractor within the

warranty period from the date of acceptance by the City. This notice shall state whether the

City requires correction or re-performance.

14.5.4 If the Contractor is required to correct or re-perform, it shall be at no cost to the City, and any

services corrected or re-performed by the Contractor shall be subject to this clause to the same

extent as work initially performed. If the Contractor fails or refuses to correct or re-perform, the

City may correct or replace with similar services and charge to the Contractor the cost incurred

by to the City or make an equitable adjustment in the contract price.

14.5.5 If the unit undergoing warranty work is out of service more than fifteen (15) additional days in

the warranty period, then warranty period will be extended to the exact amount of days the

non-submersible pump was out of service for warranty.

15.0 INVOICING

15.1 No later than 30 days after the City accepts and receives the pump, the Contractor shall submit

invoices with supporting documentation for payment (one original copy) on Contractor's company

stationary with the original signed by an authorized agent of the company. ALL SUPPORT

DOCUMENTS SHALL BE ORIGINAL. The invoice number shall not be duplicated during the term of

the contract. Each invoice shall include the following information:

15.1.1 The City Contractor Number, City Ordinance Number, City Release Number, and

Contractor's Job Number.

15.1.2 The Contractor's Job Number and Contract year shall appear clearly on all time sheets

(showing hours worked, break, and lunchtime), invoices, and suppliers' invoices.

15.1.3 The Contractor's name and address and where the service was performed.

15.1.4 The City equipment EI Number, and City Work Order Number.

15.1.5 The City Facility Number and address where equipment had been prior to service.

Page 30: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

30

15.1.6 Detailed description of services rendered.

15.1.7 Description of parts or components repaired or replaced. Provide part numbers, listing

before and after discount. If parts are OEM or Non-OEM reconditioned, the costs to

recondition parts must be listed as well as the cost of new OEM or Non-OEM replacement

parts.

15.1.8 The subcontractor's invoices with detail description of work performed, including invoices for

OEM parts purchased along with related O&M manuals, invoices for equipment rentals, time

sheets [showing hours worked, break(s) and lunch time], and signed field tickets by a City

employee.

15.1.9 Detail Labor hours and rates as stated in the contract Exhibit “G” (Fees and Costs).

15.1.10 The City delivery and pickup tickets, which will include the following:

15.1.10.1. City Facility Name

15.1.10.2. Work Order Number

15.1.10.3. Contractor’s Job #

15.1.10.4. Equipment Release #

15.1.10.5. City Employee Name / Employee Number / Signature with Date

15.1.11 UL re-certification for explosion-proof units (when applicable)

15.1.12 Sub-Total costs for parts, labor, additional services, condition assessment, and replacement

costs shall be included on final cost approval sheet and included with supporting

documentation.

15.1.13 All supporting documentation including, but not limited to, Shop Acceptance form, Teardown

and Recommended Repair form, UL Certification form (when applicable), Equipment Release

Authorization Form, Recommended Repair Estimate Form, Fits and Indicated Runout Form

(when applicable) and Final Acceptance Tests Form, Balancing Form.

15.1.14 Total invoice costs of the job.

15.1.15 All unit prices for labor and parts shall be easily identified utilizing the line item number and

the quoted contract pricing within the Fee Schedule.

15.1.16 The charts for bake and burn and all documentation of the records of every preheating and

dipping of insulation varnish shall be submitted when requested.

15.1.17 All Subcontractors/parts invoices must be recent and current.

15.1.18 City employee shall sign all Contractor/Subcontractors field tickets.

15.1.19 The Contractor shall submit the complete Invoice Check List (Exhibit B-11) with each invoice

along with all required documentation.

Submit invoices to:

Department of Public Works & Engineering

Accounts Payables – Service Contracts

P.O. Box 61449

Houston, TX 77208-1449

[email protected]

15.2 The Contractor may have discounts applied to the final invoice if they do not meet the required times.

The total deductions shall not exceed fifteen percent (15%) of the final invoice amount.

15.2.1 If the D&I Report and Recommended Repair Estimate have not been completed and

Page 31: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

31

submitted within twenty-one (21) business days of receiving the non-submersible pump,

then a five-percent (5%) discount may be applied to the final invoice amount each

(business) day the non-submersible pump has not been disassembled and inspection, and

submitted to the City’s Representative. The deduction shall not exceed fifteen percent

(15%) of the final invoice amount.

15.2.2 If parts and/or replacement non-submersible pump has NOT been ordered within five (5)

business days of the approval of the cost estimate or the replacement purchase, a five-

percent (5%) discount may be applied to the final invoice amount each (business) day the

part was not ordered unless written proof (reason for delay) is provided by the Contractor

via non-submersible pump distributor and/or manufacturer. The deduction shall not exceed

fifteen percent (15%) of the final invoice amount.

15.3 If Contractor orders the incorrect part(s) and/or incorrect replacement unit that may cause a delay in

delivery of completely assembled unit, then a fifteen percent (15%) deduction of the final invoiced

amount may be assessed as liquidated damages.

15.4 Freight: “Special Order” repair parts and/or repair parts ordered from another state or country is the

responsibility of the City. The Contractor shall provide invoice(s) detailing freight costs with no

markup. Freight for all other standard shipment of parts, are the responsibility of the Contractor.

15.5 The price of parts and material and the cost of an approved replacement and/or equivalent unit

supplied for this contract shall be the total original invoiced cost to the Contractor plus Contractor’s

quoted percentage (%) markup or percent (%) discount for the item.

15.5.1 Pricing for parts and/or material and replacement unit supplied under this contract will be

based ON ACTUAL COST.

15.5.2 All rates for any service, parts, and or material, and work performed by Contractor and/or Sub-

Contractor(s) shall be clearly defined within the Fee Schedule.

16.0 ESTIMATED QUANTITIES NOT GUARANTEED

16.1 The estimated quantities specified herein are not a guarantee of actual quantities, as the City does not

guarantee any particular quantity of non-submersible pump repair services during the term of this

contract. The quantities may vary depending upon the actual needs of the user department. The

quantities specified herein are good faith estimates of usage during the term of this contract.

Therefore, the City shall not be liable for any contractual agreements/obligations until the Contractor

enters an agreement with the City for the purchasing and/or requirements of all specified quantities.

16.2 All quantities of non-submersible pumps at all City of Houston facilities are subject to change

according to the advertised Fee Schedule (Exhibit G). The “Use and “Non-use” values and/or

quantities shall be provided per department on an as needed basis.

17.0 ADDITIONS & DELETIONS

17.1 The City, by written notice from the City Purchasing Agent to the Contractor, at any time during the

term of this contract, may add or delete like or similar equipment, supplies, locations and/or services to

Page 32: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

32

the list of equipment, supplies, locations, and/or services to be provided. Any such written notice shall

take effect on the date stated in the notice from the City. Similar equipment, supplies, services, or

locations added to the contract shall be in accordance with the contract specification/scope of

services, and the charges or rates for items added shall be the same as specified in the fee schedule.

In the event that additional equipment, supplies, locations, and/or services are not identical to the

item(s) already under contract, the charges therefore will be considered normal and customary

charges and/or rates from the Contractor.

18.0 PRE-PERFORMANCE CONFERENCE

18.1 Prior to commencing performance under the Agreement, Contractor shall attend a pre-performance

conference with the representatives of each City Department who will specify the time and place of

such meeting in a written notice to Contractor. Representatives of Contractor attending the pre-

performance conference must include the Contractor’s Supervisors and its Sub-Contractors. Items to

be addressed at the pre-performance conference include, but are not limited to:

18.1.1 Work schedules

18.1.2 Channels of communication

18.1.3 Logistical management of Contractor furnished supplies and equipment

18.1.4 Other Work/Services

18.1.5 Implementation of additional procedures to ensure performance is in accordance with

the terms and conditions of this Agreement.

Page 33: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

33

(REQUIRED FORMS)

Exhibit B-1

Teardown and Recommended Repair Report

City of Houston – Non-submersible Pump Maintenance and Repair Contract

Sample Only, Actual Form is subject to change by CTR after award of the Contract

Contractor: ________________________________ Contractor Job Number: ______________

City Contract #: ___________ City Release #: ____________ City Ordinance #: ____________

Pump Location: __________ City Facility Number: ____________ EI #:_______________

Nameplate Information: Cable Information:

Make: Volt: HP: RPM:

Model: Amp: Hz: SF:

Serial Number: Impeller Code: Drive-End (DE):

Opposite Drive-End (ODE): Gearbox: Shaft:

Bearings DE Size Condition

Bearings ODE Size Condition

Coupling

Wear Rings

Mounting Bracket

Page 34: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

34

Stator Megger Test: __5,000 MΩ @500V _____ Cable Megger Test: __5,000 MΩ @500V

Surge Test:

Core Loss Test:

Other Repairs Needed:

Parts Description: ___

Prepared By: ____________________ Job Title: _______________ Date: ____________

Runouts:

Shaft DE

Shaft ODE

Face of Rotor

Page 35: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

35

Exhibit B-2

Shop Acceptance Tests Form

City of Houston – Non-submersible Pump Maintenance and Repair Contract

Sample Only, Actual Form is subject to change by CTR after Award of the Contract

Contractor: ___________________________________ Contractor Job #: ___________________

Contract#:_______________Ordinance#:___________ City Work Order #:_______________

City Facility Name: ________________City Facility #: ______________EI #: ______________

Nameplate Information:

Make: Volt: HP: RPM:

Model: Amp: Hz: SF:

Serial: Impeller Code:

Visual Inspection:

Bearings DE Size Condition

Bearings ODE Size Condition

Coupling

Wear Rings

Mounting

Bracket

Run-outs:

Shaft DE

Shaft ODE

Face of Rotor

Comments and Deficiencies:

Tests Performed By: _________________ Job Title: ____________ Date: __________________

Witnessed By CTR: _________________________________ Date: ___________________

Page 36: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

36

Exhibit B-3

Field Acceptance Tests Form

City of Houston – Non-submersible Pump Maintenance and Repair Contract

Sample Only, Actual Form is subject to change by CTR after Award of the Contract

Contractor: ________________________________ Contractor Job #: ___________________

Contract #: ______________ Ordinance #: _____________ City Work Order #_____________

City Facility Name: __________________City Facility #: _________EI #: ____________

Nameplate Information:

Make: Volt: HP: RPM:

Model: Amp: Hz: SF:

Serial: Impeller Code: Vibration Level: (X)

Vibration Level: (Y) Vibration Level: (Z)

Visual Inspection:

Bearings DE Size Condition

Bearings ODE Size Condition

Coupling

Wear Rings

Mounting

Bracket

Run-outs:

Shaft DE

Shaft ODE

Face of Rotor

Source Voltages V1 = V2 = V3 =

Run Currents, Closed Valve I1 = I2 = I3 =

Currents, Open Valve, Start I1 = I2 = I3 =

Currents, Open Valve, after 24

hour

I1 = I2 = I3 =

Comments and Deficiencies:

Tests Performed By: _______________ Job Title: _____________ Date: __________________

Witnessed By CTR: ____________________________________ Date: __________________

Page 37: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

37

Page 38: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

38

Exhibit B-4

Equipment Release Authorization Form

City of Houston – Non-submersible Pump Maintenance and Repair Contract

Sample Only, Actual Form is subject to change by CTR after Award of the Contract

RELEASE #: _________________DATE: _______________ CITY WORK ORDER #: __________

CITY FACILITY NAME: _____________CITY FACILITY #: _____________EI #: ______________

CONTRACTOR: ________________________CONTRACTOR JOB #: _____________________

CONTRACTOR ADDRESS: __________________________________________________________

CONTRACT #: ______________ ORDINANCE #: ____________

NAMEPLATE INFORMATION:

MAKE: VOLT: HP: RPM:

MODEL: AMP: HZ: SF:

SERIAL: IMPELLER CODE:

REASON FOR THE PULLING OF THE NON-SUBMERSIBLE PUMP:

______________________________________________________________________________

NAME OF THE SHOP THE EQUIPMENT IS BEING TAKEN TO:

______________________________________________________________________________

IS THERE A PICTURE OF THE NON-SUBMERSIBLE PUMP ATTACHED? YES: ______ NO: ______

(CONTRACTOR) REPRESENTATIVE: (CITY OF HOUSTON) REPRESENTATIVE:

NAME: __________________________________ NAME: _____________________________

EMPLOYEE #: ____________________________ EMPLOYEE #: ________________________

SIGNATURE: _____________________________ SIGNATURE: _________________________

DATE: __________________________________ DATE: _____________________________

COMMENTS:__________________________________________________________________

Page 39: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

39

Exhibit B-5

Recommended Repair Estimate Form

City of Houston – Non-submersible Pump Maintenance and Repair Contract

Sample Only, Actual Form is subject to change by CTR after Award of the Contract

Contract #: City Work Order #:

Ordinance #: Contractor Job #:

City Facility: Facility #:

Non-submersible pump:

Manufacturer: Work Notification Date:

Voltage: Current: HP: RPM: Field Inspection Date:

Serial #: Equipment Pull Date:

EI#: Estimate Date:

Revision #:_______________ Date:_______

UNIT PRICE ITEMS: Unit Extended

Price Qty Price

Item 1 - Prepare for Removal – Each 1.00

Item 2 - Transport to Shop – Each 1.00

Item 3 - Return to City – Each 1.00

Sub-Total Unit Price Items

COST PLUS ITEMS: Contract Extended

Cost Mark Up Price

Item 14 - 1.**

Item 15 1.**

Item 15- Work by Sub-Contractor (see Original

invoices) 1.**

Item 16 - NDT (see parts worksheet) 1.**

Item 17 - Parts: (see parts Original Invoices) 1.**

Item 18 - Rented Crane/Rigging 1.**

Sub-Total Cost Plus Items

Additional Services (see worksheet):

Total Estimated Project Costs

Total Estimated Non-submersible pump Repair

Only

Replacement Cost of an Identical Unit

Repair Cost Expressed as % of Replacement Cost

Repair of Non-submersible pump Approved by

City of Houston:

Page 40: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

40

Signature/Date –Non-submersible pump Repair Print Name

Page 41: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

41

Exhibit B-6

Progress and Status Report Form

City of Houston

Non-submersible pump Maintenance and Repair Contract

Sample Only, Actual Form is subject to change by CTR after Award of the Contract

Release No.

Work

Order

No.

Facility

Name

Power,

HPManufacturer

Send to

Shop

Date

D&I,

Estimate

Due Date

Received

Estimate

Date

Approval

DateCost

Repair/

Replacement

Promise

Date

Page 42: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

42

Exhibit B-7

Condition Assessment (CA) Form

City of Houston – Non-submersible Pump Maintenance and Repair Contract

Sample Only, Actual Form is subject to change by CTR after Award of the Contract

Contractor: ____________________________________Contractor Job #: _________________

Contract #: _____________ Ordinance #: _________City Work Order #: _________________

City Facility Name: _________________City Facility #: ___________EI #: ______________

Nameplate Information: (Present / Not Present)

Make: Volt: HP: RPM:

Model: Amp: Hz: SF:

Serial: Impeller Code:

Visual Inspection: ______________________________________________________________

Bearings DE Size Lubrication Type & Qty: Condition

Bearings ODE

Size

Lubrication Type & Qty: Condition

Coupling

Wear Rings

Mounting Bracket

Operating Conditions:

As Found Vibration

As Found Temps

Initial Seal Leakage

Final Seal Leakage

Comments and Recommendations:

“As Left” Vibration Levels (Mtr OB, Mtr IB, Pmp IB, Pmp OB) – Horiz, Vert. Axial

“As Left” Temperature (Mtr OB, Mtr IB, Pmp IB, Pmp OB) –

Digital Photos/Thermal Image -

Oil Levels & Lubrication –

Motor / Shaft / Coupling – Alignment

Tests Performed By: _______________Job Title: _______________Date: __________________

Witnessed By UDR: _____________________________________________Date: __________

Page 43: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

43

Exhibit B-8

Warranty of Installation, Replacement, Repair and Maintenance

City of Houston

Public Works & Engineering Department

Non-submersible Pump Maintenance and Repair Contract

Sample Only, Actual Form is subject to change by CTR after Award of the Contract

CITY OF HOUSTON CERTIFICATE OF STANDARD DOCUMENT WARRANTY

BID NO:

OUTLINE AGREEMENT NO: [No.

TO: [Contractor’s Company Name]

Contractor and [Contractor’s Address]

Address for Written Notice

1.01 DATE OF SUBSTANTIAL COMPLETION

The Work performed under the Contract was inspected on [Date inspected], and found to be

substantially complete. The Date of Substantial Completion of the Work is hereby established as [Date

of Substantial Completion]. This is the start date of Warranty.

1.02 WARRANTY PERIOD

The Contractor fully warrants its installation, replacement, repair and maintenance of all parts and

equipment from the date of acceptance by the City of Houston and the Contractor, which includes

installation, testing of parts and equipment for a twelve (12) month period.

1.07 CONTRACTOR’S ACKNOWLEDGEMENT

Signature of Contractor, or its agent, acknowledges Warranty Work and the terms of Warranty Period

referenced under Warranties, Paragraph B.11.03.

Contractor Signature Date

CTR Signature Date

UDR Signature Date

Page 44: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

44

Exhibit B-9

Timesheet Report Form

City of Houston

Non-submersible Pump Maintenance and Repair Contract

Sample Only, Actual Form is subject to change by CTR after Award of the Contract

CUSTOMER City of Houston

CUSTOMER

ORDER #

JOB LOCATION RELEASE #

CTR

MODEL - SERIAL

#

WEEK BEGGINNING DESCRIPTION OF WORK

HOURS WORKED PER

PERSON

1/5/2015 EMPLOYEE NO. 1 2 3 4 5 6

SUNDAY 5-Jan

MONDAY 6-Jan

TUESDAY 7-Jan

WEDNESDAY 8-Jan

THURSDAY 9-Jan

FRIDAY 10-Jan

JOB COMPLETE?

Y

E

S

N

O

SIGNATURE FOR FIELD

SERVICE

SHOP PERSONNEL

#

OR SHOP MANAGER 1

2

CUSTOMERS COMMENTS: 3

4

FIELD PERSONNEL

5

6

Page 45: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

45

Page 46: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

46

Exhibit B-10

Guide Specification Section 11311, Submersible Wastewater Pumps SUBMERSIBLE WASTEWATER PUMPS

G E N E R A L

SECTION INCLUDES 1.01

Submersible sewage pump complete and operational for Dry-Pit installation or Wet-Pit installation with all A.required pump and motor protection as specified.

Accessories as needed: B.

Guide Rails and supports for Wet-Pit installations, 1.

Electric cable Supports for Wet-Pit installations, 2.

Discharge Base Elbow for Wet Pit installation with anchor bolts, 3.

Discharge Base Elbow and pump support for Dry-Pit installation with anchor bolts, 4.

Access Frame and Covers 5.

Ventilation of Dry-Pit installation 6.

Ventilation of Wet-Pit installations 7.

Pump Removal accessories for Wet-Pit installations. 8.

Coordination: C.

Review installation procedures under other Sections and coordinate with the Work related to this Section. 1.

Coordinate pumps and motors with electrical work as specified in Division 16, Electrical. 2.

ANY DEVIATION FROM THESE MINIMUM REQUIREMENTS SHALL BE CLEARLY STATED IN THE D.SUBMITTALS FROM THE PUMP MANUFACTURER, EVEN IF THE PUMP MANUFACTURER BELIEVES THE PUMP OFFERED MEETS THESE MINIMUM SPECIFICATIONS OR IS SUPERIOR TO THESE REQUIREMENTS. OMISSION BY THE PUMP MANUFACTURER TO PROVIDE DETAILED DEVIATION STATEMENT SHALL BE THE GROUND FOR DISQUALIFICATION.

MEASUREMENT AND PAYMENT 1.02

Unit Prices A.

No separate payment will be made for work performed under this section. Include cost of such work in 1.contract unit prices for work of which it is a component part.

Refer to Section 01270 - Measurement and Payment for Unit Price procedures. 2.

Stipulated Price (Lump Sum).If Contract is Stipulated Price Contract, payment of work in this Section is B.included in total Stipulated Price.

REFERENCES 1.03

Reference Standards: Comply as a minimum with applicable provisions and recommendations of the following: A.

American National Standards Institute (ANSI) 1.

American Society for Testing and Materials (ASTM) 2.

Anti-Friction Bearing Manufacturers Association (AFBMA) 3.

Hydraulic Institute. 4.

Institute of Electrical and Electronic Engineers (IEEE) 5.

Page 47: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

47

National Electric Code (NEC) 6.

National Fire Protection Association (NFPA) 7.

National Electrical Manufacturers Association (NEMA) 8.

Steel Structures Painting Council (SSPC) 9.

PERFORMANCE REQUIREMENTS 1.04

Furnish and install the submersible, non-clog wastewater pumps capable of handling raw unscreened A.sewage in accordance with these Specifications to replace the existing pumps.

Number of pumps, and the following information on minimum and maximum operating capacities, TDH, and B.other pump design data shall be as tabulated in the spreadsheet, “Lift Station Data for Template Project,” for the lift station:

Dry Pit Installation 1.

Wet Pit Installation 2.

Static Head (feet) 3.

Preferred Operating Region (POR): 4.a. Design Operating Point Flow (gpm) at TDH (feet) b. Maximum Operating Point Flow (gpm) at TDH (feet) c. Minimum Operating Point Flow (gpm) at TDH (feet) d. Best Efficiency Point, BEP, (gpm/feet/%) e.

5. Shutoff head (feet)

6. Best Efficiency Point, BEP, (gpm/feet/%)

7. Run-Out Head (feet)

8. Electrical requirements: 460V/3 PH/60Hz

9. Pump Running Speed

Pumps shall be designed for continuous operation, and it shall function properly over the full-identified C.operating range of the station system curve.

The motor shall be sized for all anticipated service conditions. D.

Pump characteristic curve (PCC) and proposed impeller diameter shall meet the design operating point near E.the Best Efficiency Point (BEP) of the (PCC).

Pump shall operate without cavitation, vibration, and noise for the entire Allowable Operating Range (AOR) of F.manufacturer’s (PCC).

Pump hydraulic efficiency at design operating point shall be Best Efficiency Point, “optimum normally available G.efficiency chart,” or as near to this BEP as possible, (Figure 20.3c) of HI 20.3-2015, for submersible sewage pumps.

Pump operating speed shall not exceed the “Recommended maximum operating speeds,” (Figure A.4), H.ANSI/HI 9.6.11-2012 for Wastewater Pumps, based on cast iron impeller.

NPSHR at the maximum operating capacity shall be at least five (5) feet less than NPSHA. I.

At both new and retrofit pump stations, the pump’s motor shall allow minimum number of starts per hour as J.specified by NEMA Table for NEMA Design B induction motors. This ability shall be certified by the pump manufacturer, not his Representative, in submittal documentation.

SUBMITTALS 1.05

Submit shop drawings and product data under provisions of Section 01330 - Submittal Procedures. A.

Page 48: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

48

Submit a list of not less than five installations in the USA where pumping equipment of the type and B.approximate size specified has been in successful operation for at least 5 years. It shall include the name and the phone number of the user to verify the performance.

Submit locations of the nearest permanent service headquarters of the pump and motor manufacturer for the C.size of pump and motor submitted.

Submit descriptive literature, including a cross-sectional view of each pump and motor combination, which D.indicates materials of construction, weights, principal dimensions and other important details.

Submit certified pump characteristic curve showing the head-capacity relationship, brake horsepower, NPSH E.requirements, pump efficiency and pump speed. The pump characteristic curve shall be complete for the entire range of anticipated service conditions from shutoff to minimum head conditions and indicate the Allowable Operating Range. The Best Efficiency Point shall be clearly identified.

Submit manufacturer's calculation of radial and thrust bearing L-10 life at the head and flow indicated under F.performance requirement of this Section

If the proposed pumping equipment is supplied with electrical equipment and components of larger capacity G.than specified or shown on the Contract Documents, the shop drawings for the equipment listed in the following Sections shall be submitted in the same package as the shop drawings submitted for this Section.

In addition to providing guaranteed AOR performance characteristic curves showing capacity, head, NPSH H.requirements, efficiency and brake horsepower at rated speed, pump manufacturer shall furnish pump characteristic curves for VFD operation. These PCCs shall indicate the AOR of pump performance at various pump speeds (40-100% of rated speed). The PCC shall include the loci of the BEPs as well as the NPSH required for various pump speed.

Manufacturer's Certifications: I.

Submit manufacturer's certification that the manufacturer has carefully examined the Contract Documents 1.in detail, including the arrangement and conditions of proposed electrical, mechanical and structural systems affecting the performance of the pumping equipment units, and the detailed requirements of manufacturing and subsequent installation of the pumping equipment units.

Submit manufacturer's certification that there are no omissions, ambiguities or conflicts in the Contract 2.Documents or in the pumping station-piping layout that affects the pumping unit, as shown on the Drawings, which have not already been clarified in writing.

Submit manufacturer's certification that the running amperes of the motor will not exceed the nameplate 3.rating of the motor under all expected operating conditions.

Submit manufacturer’s certification that spare parts, seals, bearings, o-rings and power cable shall be 4.available locally for models to be supplied.

Submit manufacturer's certification that motors are explosion proof and labeled so, approved by 5.Underwriters Laboratories (UL) or Factory Mutual (FM).

Record Drawings: Submit record drawing under provisions of Section 01785 J.

Project Record Documents. K.

Factory Tests: Submit three copies of certified test reports to the Project Engineer for review. L.

The pump manufacturer shall perform the following inspections and tests on each pump before shipment: 1.a. Impeller, motor rating and electrical connections shall first be checked for compliance to the

customer's purchase order. b. A motor and cable insulation test for moisture content or insulation defects shall be made. c. Prior to submergence, the pump shall be run dry to establish correct rotation and

mechanical integrity. d. Each pump shall be run submerged in water. e. After running pump submerged in water, retest motor and cable insulation. f. Each pump shall be run in ambient condition to test and certify motor cooling.

If tests do not meet performance specifications, Contractor shall correct deficiencies to provide the 2.specified performance.

Page 49: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

49

A written report stating the foregoing steps have been done must be supplied with each pump at the time of 3.shipment. The Project Engineer must approve this report prior to payment.

Testing and Final Submittals. 4.a. Factory performance tests, in accordance with the standards of the Hydraulic Institute, shall

be required for all sewage pumps. Six copies of certified factory performance test curves and a copy of the actual test data shall be submitted prior to shipment, including head, capacity, brake horsepower and pump efficiency characteristics for each pump supplied.

b. The following data shall be submitted upon shipment of pumps and motors: 1) Installation, operation, maintenance and lubrication manuals. 2) Complete bill of materials to include factory part numbers, or drawing numbers, which

would indicate interchangeability, materials of construction, and the number of parts used in one unit.

3) Facsimile or rub-off of nameplate on pumps and motors. 4) Pump nameplate must include impeller size or number.

Operation and Maintenance Data: Submit operation and maintenance data under provisions of Section 01782 - M.Operations and Maintenance Data.

QUALITY ASSURANCE 1.06

All materials used shall be new, of high grade, and with properties best suited to the work required: A.

Manufacturer's Qualifications: B.

Pumping equipment provided under this Section shall be a standard product in regular production by 1.manufacturers whose products have proven reliable in similar service for at least 5 years.

Manufacturer shall satisfy the Project Engineer that it is capable of the following: 2.a. Providing local (within 50 miles of the limits of the City of Houston) factory trained personnel

to service the pumps b. Providing allied equipment when needed within a 48-hour period. c. Providing all needed spare parts for the pumps within a 48-hour period.

The pump manufacturer shall provide a written certification that their local Authorized Service Center shall 3.stock and make available locally the OEM spare parts, including seals, bearings, wear-rings and power cables for models to be supplied.

Coordination Responsibility C.

In order to ensure equipment compatibility, one manufacturer shall be responsible for providing all 1.submersible wastewater pumping equipment, including pump and motor, access frame and guides.

The Contractor shall name a pump manufacturer, who will have responsibility for the function of the 2.complete system in accordance with the intent of these Specifications. The named manufacturer shall be experienced in similar work.

Contractor shall retain overall responsibility for equipment coordination, installation, testing and operation. 3.

Substitution. The engineering design is based on a certain manufacturer's equipment. If the Contractor's D.choice of equipment is approved but requires modifications to plant, equipment or piping for installation, the Contractor is responsible for submitting revised engineering design and drawings to make the proposed equipment compatible with the project, at no additional cost to the City.

DELIVERY, STORAGE AND HANDLING 1.07

Deliver equipment to site, all store and protect equipment under provisions of A.

Section 01610 - Basic Product Requirement. B.

Store all equipment off the ground in enclosed shelter. C.

Page 50: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

50

The pump cable end shall be sealed with a high quality protective covering to make it impervious to moisture D.or water seepage from submersion or other causes prior to electrical installation.

EVALUATION AND SELECTION 1.08

The City reserves the right to select any equipment, which is deemed to be in its best interest. A.

WARRANTY 1.09

Provide warranty under provisions of Section 01770 - Closeout Procedures. A.

Pump manufacturer shall furnish to the City a warranty written expressly from the manufacturer to the City of B.Houston, covering workmanship and material for 5 years or 15,000 hours of operation under normal use and service. The warranty shall cover 100 percent of parts and labor for the entire warranty period. The warranty period shall commence on the day of initial operation for City's beneficial use. Warranty shall be in printed form and previously published as the manufacturer's Standard Warranty for all similar units manufactured. Pumps repaired under warranty will be returned to the job site freight pre­ paid.

PRODUCTS PART 2 -

2.01 ACCEPTABLE MANUFACTURERS

Through shop drawing submittals, the following named manufacturers will be considered, provided the A.submitted equipment meets the specified requirements and system operating conditions:

Fairbanks-Morse 1.

Flygt Pumps, Inc. 2.

KSB Pumps, Inc. 3.

Listing as an acceptable manufacturer will not relieve the manufacturer from conforming to Contract B.Specifications.

2.02 PUMP CONSTRUCTION

A. Pump Type.

The pumps shall be vertical, single-stage, single-suction, non­clogging raw sewage or sludge submersible 1.centrifugal type for operation in a Wet-Pit or Dry-Pit configuration.

Each unit shall be equipped with a submersible electric motor, completely shop assembled in the pump 2.manufacturer's plant, accurately aligned and properly prepared for shipment.

B. Pump Design.

Furnish and install submersible non-clog wastewater pumps for raw unscreened sewage service. 1.

For wet-well application, the discharge connection elbow shall be permanently installed in the wet well 2.along with the discharge piping. Anchor bolts for the discharge connection elbow shall be Type 316 stainless steel.

For wet-well installation, pump shall be automatically connected to the discharge connection elbow when 3.lowered into place, and shall be easily removed for inspection or service.

For wet-well installation, there shall be no need for personnel to enter wet well to either disconnect or 4.reconnect the pump.

For wet-well application, sealing of the pumping unit to the discharge connection elbow shall be 5.accomplished by a simple linear downward motion of the pump. A sliding guide bracket shall be an integral part of the pump unit.

No portion of the pump shall bear directly on the floor of both wet-well and dry-pit installations. 6.

Casing C.

Page 51: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

51

Major pump components shall be of fine-grained gray cast iron, ASTM A48, Class 30 or better, with smooth 1.surfaces devoid of blowholes and other irregularities.

The volute shall be of a single piece, concentric or non-concentric design, and shall have smooth fluid 2.passages large enough at all points to pass any size solids, which can pass through the impeller.

For pump casings having a sharp edged inlet, a suction bell per Hydraulic Institute recommendations shall 3.be supplied. The pump manufacturer shall ensure a smooth entry of fluids into the suction inlet of the pump casing using a contoured bell shaped entrance. For pump designs incorporating their own contoured bell shaped entrances into the volute, no other secondary pieces shall be required.

Fitting shall be such that sealing is accomplished by metal-to-metal contact between machined surfaces. 4.This will result in controlled compression of nitrile rubber o-rings without the requirement of a specific torque limit.

No secondary sealing compounds, rectangular gaskets, elliptical-rings, grease or other devices shall be 5.used.

In Wet-Pit Installation: pump discharge flange shall be drilled to ANSI class 125. 6.

In Dry-Pit Installation: pump suction and discharge flanges shall be drilled to ANSI class 125. 7.

The pump volute shall be hydrostatically tested to 1.5 times the design pressure. 8.

Power Cable D.

The cable entry water seal design shall preclude specific torque requirements to ensure a watertight and 1.submersible seal. The cable entry shall be sealed by an elastomer grommet, epoxy-potting material, or a combination of both. The cable entry sealing system shall provide strain relief for the terminal connections and allow access to the terminal connections without adversely affecting the integrity or function of the seal system.

Cables shall be oil, grease and abrasion resistant, and meet applicable standards. The outer jacket shall be 2.polyurethane or other material equally suitable for immersion in wastewater.

Cables shall be capable of operating on either 230 volt or 460 volt, 3-phase service and under continuous 3.submergence without loss of watertight integrity to a depth of 65 feet.

No parallel power cables are acceptable unless they are size #1/0 or larger. 4.

Motors 7.5 HP and over shall have re-connectable terminal blocks. All leads shall be numbered. 5.

Pump cables shall not be spliced between junction box and pump. 6.

Length of pump cable for a lift station shall be specified by the project Engineer 7.

Submersible Motor E.

The pump motor shall be an INVERTER DUTY rated motor. The motor shall be inverter duty rated in 1.accordance with NEMA MG1, Part 31

The pump motor shall be a NEMA Design B squirrel-cage, induction, shell type design, housed in an air-2.filled watertight chamber.

The stator winding and stator leads shall be insulated with moisture resistant Class H insulation, which will 3.resist a temperature of 180 degrees C (356 degrees F).

The stator shall be insulated by vacuum/trickle impregnation using Class H monomer-free polyester resin 4.resulting in a winding fill factor of at least 95%. The use of multiple dip and bake type stator insulation process is not acceptable.

The stator shall be heat-shrink fitted into the cast iron stator housing. The use of bolts, pins or other 5.fastening devices requiring penetration of the stator housing shall be rejected.

The rotor bars and short circuit rings shall be of aluminum. 6.

The motor shall be designed for continuous duty, capable of sustaining a minimum number of NEMA 7.allowable starts per hour, evenly spaced.

The pump/motor shall be capable of operating at liquid temperature of 104 degrees F per FM 8.requirements-without overheating or operating in the service factor.

Motor shall be non­overloading over the entire Allowable Operating Range of pump/motor. 9.

A performance chart of the motor/pump shall be provided showing curves for torque, current, a minimum 10.service factor of 1.15, input/output kW and efficiency.

The submittal shall include a curve of current (ampere) vs capacity (gpm) at nameplate voltage and 11.nameplate speed.

The motor shall be UL listed or FM approved as explosion-proof, suitable for NEC Class I, Division 1, 12.Group C and D environments.

Page 52: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

52

Each unit shall be provided with an adequately designed cooling system totally self-contained with no 13.external mechanical devices. Pumps shall be designed to operate continuously with the fluid level at the top of the pump volute.

Maximum motor speed shall be as the “Recommended maximum operating speeds,” Figure A.4, ANSI/HI 14.9.6.11-2012 for Wastewater Pumps, based on cast iron impeller.

For sizes 20 HP and smaller, the motor shall be equipped with dual voltage connections for 230/460 volts. 15.

Thermal sensors shall be used to monitor stator temperatures. The stator shall be equipped with three 16.thermal switches, embedded in the end coils of the stator winding (one switch in each stator phase).

These thermal sensors shall be used in conjunction with external motor overload protection and wired to 17.the control panel.

For motor sizes larger than 100 HP, an independent thermal switch shall be included to monitor the lower 18.motor bearing temperature and shall be used in conjunction with external motor overload protection and wired to the control panel.

The pump shall be equipped with moisture sensors in the oil-filled seal chamber or stator chamber to 19.indicate seal leakage. Motors larger than 20 HP shall be equipped with a leakage sensor to detect water in the stator chamber.

The drive for Variable Frequency Drive (VFD) motor/pump shall be in accordance with applicable sections, 20.Division 16.

Contractor shall notify the manufacturer on the requisition that the motor will be used in conjunction with a 21.VFD and the type of frequency generation. Contractor shall coordinate with the motor and Variable Frequency Drive manufacturer to ensure that the motor will be capable of operating under the torque requirements and speed range within temperature specifications.

Shaft: F.

Each pump shaft shall be one piece of AISI type 420 stainless steel or better. 1.

If the shaft is carbon steel, the shaft shall be one-piece heat-treated carbon steel C 1035 shall be protected 2.by a stainless steel shaft sleeve.

The use of carbon steel shaft without the incorporation of a stainless steel sleeve shall not be acceptable. 3.

The shaft shall be of sufficient diameter to assure rigid support of the impeller and to prevent excessive 4.vibration at all speeds.

Pump Seal: G.

Each pump shall be provided with a tandem mechanical shaft seal system. 1.

The upper seal of the tandem set of seals shall operate in an oil chamber located just below the stator 2.housing. This set shall contain one stationary tungsten-carbide ring or silicon carbide ring and one positively driven rotating carbon (or better) ring, and functions as an independent secondary barrier between the pumped liquid and the stator housing.

The lower seal of the tandem set of seals functions as the primary barrier between the pumped liquid and 3.the oil housing. This set shall consist of a stationary ring and a positively driven rotating ring both of which shall be silicon carbide or tungsten carbide.

Shaft seals without positively driven rotating members or conventional double mechanical seals containing 4.either a common single or double spring action between upper and lower seal faces shall not be acceptable.

Bearings: H.

Bearings shall be permanently lubricated ball or roller type rated in accordance with AFBMA for an L-10 1.duty life of at least 100,000 hours at the rated capacity.

Cooling Jacket: I.

Each submersible pump unit shall be provided with an integral [closed loop] motor cooling system (cooling 1.jacket).

A stainless steel (or cast iron or carbon steel) motor cooling jacket shall encircle the stator housing, 2.providing for dissipation of motor heat regardless of the type of pump installation.

The cooling liquid shall pass about the stator housing in the closed loop system in turbulent flow providing 3.for superior heat transfer.

The cooling jacket shall have one fill port and one drain port integral to the cooling jacket. 4.

The cooling jacket shall provide for continuous pump operation in liquid or ambient temperatures of up to 5.104°F.

Page 53: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

53

Operational restrictions at temperatures below 104°F are not acceptable. 6.

Fans, blowers or auxiliary cooling systems that are mounted external to the pump motor are not 7.acceptable.

ANY PROPOSED SUBMERSIBLE PUMP OFFERED THAT DOES NOT HAVE AN INTEGRAL MOTOR 8.COOLING JACKET; THE PUMP MANUFACTURER SHALL PROVIDE CERTIFIED DOCUMENTS THAT THE SUBMERSIBLE PUMP OFFERED CAN BE OPERATED IN CONTINOUS OPERATION, WITHOUT ANY SUBMERGENCE, AT AMBIENT TEMPERATURES OF UP TO 104°F.

Impeller: J.

The impeller shall be of fine-grained gray cast iron, Class 30 or better. 1.

The impeller shall be dynamically or statically balanced. 2.

The impeller shall be double shrouded non-clogging design having a long thru let without acute turns. 3.

The impeller shall be capable of handling 3-inch minimum diameter solids, fibrous materials, heavy sludge 4.and other matter found in nonnalsewage application.

The impeller hub shall be accurately fitted and mechanically secured to the motor shaft. 5.

Volute/ Impeller Wear Rings and Wear Plates: K.

For pump impellers requiring wear rings, a replaceable wear ring shall be installed to provide efficient 1.sealing between the volute and impeller.

The impeller wear rings shall consist of AISI Series 300 or better heat-treated stainless steel or high 2.chrome cast iron.

For pump volutes requiring wear rings, a replaceable wear ring shall be installed to provide efficient sealing 3.between the volute and impeller.

The volute wear rings shall consist of AISI Series 300 or better heat-treated stainless steel or high chrome 4.cast iron.

The pump shall be supplied with a means to maintain clearance between the rotating impeller and the 5.stationary pump casing.

These wear ring Brinnel Hardness and tolerances shall be clearly indicated in submittal documents 6.

2.03 ACCESSORIES

Access Frames and Covers A.

Halliday Products Series H2R, USF Series AHD or Ashmore approved equal. 1.

For watertight service, Halliday Products Series H2W, USF Series THD or THS, or approved equal. 2.

Aluminum access frames and covers shall be provided by the pump supplier. Fasteners, hinges and other 3.hardware shall be type 316 stainless steel.

The frame shall be extruded aluminum with an integral seat and anchor flange. Door leafs shall be 1/4-inch 4.thick aluminum floor plate reinforced to H-20 live load with 30 percent impact factor per AASHTO specifications.

The access door shall be equipped with a flush cast aluminum drop handle which does not protrude above 5.the cover surface and an automatic hold open arm with a red vinyl release grip, that automatically holds the door in a 90 degree open position utilizing a stainless-steel pin at the point where the door meets the hold open arm.

Hinges shall be stainless steel with stainless steel tamperproof hardware. Doors shall be equipped with a 6.stainless steel, watertight slamlock with a threaded aluminum plug, removable outside handle and an inside release handle. The slamlock must latch onto a stainless steel catch bolted to the frame.

Doors shall also include a recessed padlock assembly that consists of a cast aluminum enclosure that is 7.sized to restrict access by bolt cutters, a stainless steel staple for a padlock and a hinged stainless steel cover, which does not protrude above cover surface.

Doors shall be equipped with stainless steel spring operators for lift assist and to retard downward motion. 8.All parts of the spring operator shall be stainless steel or aluminum and to ensure visual inspection. Spring operators shall be open type. The spring operators shall be engineered and installed so that in the event of slamlock failure the door will remain closed. The force required to open any one-door leaf shall be a minimum of 5 pounds and a maximum of 20 pounds.

Page 54: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

54

Apply bituminous paint on all aluminum areas that are exposed to concrete. 9.

Exposed frame and door surfaces shall be painted dark green as approved by the City Engineer. 10.

A written 10-year material and/or workmanship warranty on all components shall be provided. 11.12. Safety grating shall be provided on the pump access frames and covers.

Pump Guide System B.

The existing Guide Rail Diameter and Spacing shall be provided by the City. It shall be included in the 1.spreadsheet information of “Repair and Renewal Lift Stations Template Project.”

The pump shall be and firmly connected to the discharge connection guided by no less that two guide rails 2.extending from the top of the wet-well to the discharge connection.

The guide rail system shall comply with the following requirements: 3.a. Type 316 stainless steel (schedule 40) rails replaceable without man entry into the wet-well. b. Lower bracket integral with pump support/discharge fitting. c. Type 316 stainless steel upper bracket bolted to access cover frame. d. Intermediate brackets, if required.

Bolts, Studs and Nuts C.

All bolts, studs and nuts shall have American National form right-hand machine cut threads, which shall be 1.in conformity with the current ANSI B1.1, "Screw Threads", Coarse Thread Series, unless otherwise specified.

All bolt heads and nuts shall be semi-finished and shall be in conformity with ANSI B18.2, "Wrench-Head 2.Bolts and Nuts and Wrench Openings", Heavy Series, unless otherwise specified. All nuts shall be hexagonal in shape.

All anchor bolts, flange bolts, studs and nuts shall be Type 316 stainless steel in conformity with ASTM 3.A276.

Page 55: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

55

Wet Well Installation D.

Pump manufacturer shall provide Discharge Base Elbow. 1.

The discharge base elbow shall be installed directly onto the wet well floor or onto foundation rails using 2.chemical anchors.

Discharge flange shall be drilled to ANSI bolt pattern Class 125. 3.

Dry Pit Installation E.

Pump manufacturer shall provide mounting feet at bottom of the pump. 1.

The pump shall be installed on concrete pedestals or piers. 2.

Suction and discharge flanges shall be drilled to ANSI bolt pattern Class 125. 3.

Ventilation F.

Duct Work should be designed based on the following criteria. 1.

Material of Construction: 2.a. Below Grade – Sch 40 or SDR 35 PVC, or DR 32.5 HDPE b. Above Grade – FRP coated for UV protection or 304 stainless Steel

Air Velocity – 1500 to 2500 ft/min 3.

The air changes per hour should be based on NFPA 820-Fire Protection in Wastewater Treatment Plant 4.(current edition) issued by the National Fire Protection Association, but it should not be less than 15 to 25 changes per hour.

Fan should be corrosion resistant with slide mount motor to allow sheave replacement. 5.

Fans located outside should be noise suppressed. 6.

Flexible connectors should be used for inlet and outlet connections. 7.

Provide fan volute with a drain to remove liquids 8.

2.04 PUMP PROTECTION SYSTEM

Manufacturer shall furnish a complete pump monitoring and protection system consisting of G.

an intrinsically safe solid-state monitoring system to be installed in the motor starter cubicle, and independent probes integral to the pump/motor wired to a sealed cable entry terminal box for connection of submersible control cables.

Monitoring unit shall be solid state, intrinsically safe system designed for mounting within the motor starter H.cubicle. Monitoring system shall accept inputs from the sensors specified and shall output independent contacts which close to alarm each condition, or separate independent output terminals suitable for direct connection to interposing relays for alarm contact development. Provide a separate N.C. alarm contact, rated at 120V, 5A inductive, which opens on any failure. Monitor system shall be suitable for operation from a 24VAC unregulated, unlimited power supply. Provide any additional equipment or appurtenances required providing current and voltage limited intrinsically safe installation as specified. The monitoring system shall accept separate isolated N.O. contacts, which close to indicate pump running and to reset after pump trip.

Sensors shall be independently wired to the monitoring system. Provisions for the following sensors for each I.pump:

Stator leak (one required). 1.

Stator temperature for pumps over 100 HP (one per phase, field test and connect to highest reading 2.obtained).

Bearing temperature (one required). 3.

2.05 SHOP PAINTING

A. Pump motor size up to 100 HP.

1. Pump Exterior: a. Pre-treatment.

Page 56: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

56

b. Primer. One coat of alkyd resin primer, 1.6 mils minimum. c. Finish. Chloric rubber paint, 2.4 mils minimum.

2. Machine Finished Surfaces: a. Machined parts are cleaned to remove all dirt and grease. b. Cleaning is done so as not to affect primer or deteriorate adherence to finish paint. d. Storage and transport is carried out in such a way that rust attack on machined surfaces

does not occur. e. At assembly, surfaces are coated with a corrosion preventive paint.

B. Pump motor size greater than 100 HP.

1. Pump Exterior: a. Pre-treatment. Sandblast cleaning and removal of all oil and dust. b. Primer. One coat of alkyd resin primer, 1.6 mils minimum. c. Finish coat. Two coats of chloric rubber paint, 2.1 mils each coat.

2. Machine finished surfaces: a. Machined parts are cleaned to remove all dirt and grease. b. Cleaning is done so as not to affect primer or deteriorate adherence to finish paint: c. Storage and transport is carried out in such a way that rust­attack on machined surfaces

does not occur. d. At assembly, surfaces are coated with a corrosion preventive paint.

E X E C U T I 0 N PART 3 -

3.01 INSTALLATION

Installation of the pumping equipment shall conform to the manufacturer's instructions and recommendations A.and reviewed shop drawings.

Field Tests: B.

Each pump will be subjected to a 6-hour field operational test before acceptance as follows: 1.a. The unit under test shall be properly installed in the wet well, firmly upon its discharge

connection after determination of (a) proper service voltage is being supplied and (b) proper rotation of the impeller. No cooling by forced or circulated air shall be allowed.

b. Capacity Test: On four occasions, wet well shall be filled with liquid to an elevation sufficient to allow each single pump to operate for 3 minutes, independent of the control regime. Time required to pump down known volume shall be measured as evidence of each pump's capacity. All portions of the force main must have been constructed and tested prior to this test.

c. Snore Tests: Snore is defined as that state when the pump is alternately pumping liquid and air and usually occurs when the pump pumps the liquid down to expose its inlet. The unit(s) under test shall be submerged with just enough liquid to accomplish "snore" and allowed to run two times for 10 minutes minimum.

Start-up Data: Contractor shall complete and submit the start-up records and maintenance data sheets. C.

END OF SECTION

Page 57: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

57

Exhibit B-11

Invoice Checklist Report Form

City of Houston

Non-submersible Pump Maintenance and Repair Contract

Sample Only, Actual Form is subject to change by CTR after Award of the Contract

Page 58: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

58

Facility #

d) UDR Review Date:

UDR Comments (if any):

Instructions:1) Obtain information from submitted invoice and fill out listed information above. (a,b, c and d)

2) After reviewing invoice check mark "(√)" selected items below. Leave Blank if item is not provided

3) Sign and date at the bottom of form

Item

Number

Contractor

Review

UDR

Review

1 City Contract Number and Ordinance Number

2 Contractor's Job Number

3 Contractor's representative name, address, signature and date

4 Correct Equipment Identification Number, City Release Number and City Work Order Number

5 City facility name, number, address and detailed description of service rendered

6 All subcontractor's invoices with description of work performed, hours and parts cost

7 City delivery and pickup tickets

8 UL Re-Certification for explosion-proof units

9 Shop Test/Acceptance Form

10 Teardown and Recommended Repair Form

11 Equipment Release Authorization Form

12 Recommended Repair Estimate Form (Revised/Final)

13 Dynamic Balancing Test Certificate

14 Fit an Indicated Runout Form

15 Field ticket and Labor Timesheet

16 Subtotal costs for Parts and Labor hours separately.

17 All unit prices for labor and parts as stated in the "Fee Schedule"

18 Input invoice data onto spreadsheet of fiscal year Budget Status Report

Vendor Name:

CONTRACT INVOICE CHECKLIST

b) Work Order No. (if applicable):

c) Invoice Date: Received Date:

Contract No.: 46000XXXXX

a) Facility Name:

Page 59: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

59

Exhibit B-12

Inventory of Non-Submersible Pumps

COMPLETE INVENTORY OF NON-SUBMERSIBLE PUMPS FOR WASTEWATER OPERATIONS

Pump Manufacturer Facility Name Pump Type Pump Pump Model Pump Serial Pump

Rated

RPM

Motor

Horse

Power ALLIS CHALMERS 69THWWTP Non-

Submersible

TKNR4 15

ALLIS CHALMERS 69THWWTP Non-

Submersible

TKNR5 15

ALLIS CHALMERS 69THWWTP Non-

Submersible

TKNR6 150 15

ALLIS CHALMERS 69THWWTP Non-

Submersible

TKNR7 150 15

ALLIS CHALMERS 69THWWTP Non-

Submersible

TKNR8 150 15

ALLIS CHALMERS INT. AIRPORT

WWTP

Non-

Submersible

NPW #1 2000A1A1A1150 871-39865-01-2 1750 15

ALLIS CHALMERS INT. AIRPORT

WWTP

Non-

Submersible

NPW #2 2000A1A1A1150 871-39865-01-1 1750 15

ALLIS CHALMERS METRO CENTRAL

WWTP

Non-

Submersible

RAS #1 NSWV-300 87139629- 575 15

ALLIS CHALMERS METRO CENTRAL

WWTP

Non-

Submersible

RAS #2 NSWV-300 87139629- 575 15

ALLIS CHALMERS METRO CENTRAL

WWTP

Non-

Submersible

RAS #3 NSWV-300 87139629- 575 15

ALLIS CHALMERS NORTHGATE

WWTP

Non-

Submersible

LP #1 15

ALLIS CHALMERS GRAND Non-

Submersible

1 250 1-75708-01-02 586 25

ALLIS CHALMERS GRAND Non-

Submersible

2 250 1-75708-01-01 586 25

ALLIS CHALMERS SIMS BAYOU

WWTP

Non-

Submersible

589 25

ALLIS CHALMERS SIMS BAYOU

WWTP

Non-

Submersible

589 25

ALLIS CHALMERS GESSNER #2 Non-

Submersible

DLP#1 250 881-64119-01-1 705 30

ALLIS CHALMERS KEEGANS

BAYOU WWTP

Non-

Submersible

Pump Gone 1750 30

ALLIS CHALMERS KEEGANS

BAYOU WWTP

Non-

Submersible

Pump Gone 1750 30

ALLIS CHALMERS KEEGANS

BAYOU WWTP

Non-

Submersible

Pump Gone 1750 30

ALLIS CHALMERS DOCKAL Non-

Submersible

1 200 1-85876-1-1 800 50

ALLIS CHALMERS DOCKAL Non-

Submersible

2 200 1-85876-2-1 800 50

ALLIS CHALMERS GESSNER #2 Non-

Submersible

DLP#2 250 1-82091-2-1 705 50

ALLIS CHALMERS NORTHGATE

WWTP

Non-

Submersible

50

ALLIS CHALMERS NORTHGATE

WWTP

Non-

Submersible

50

ALLIS CHALMERS NORTHGATE

WWTP

Non-

Submersible

50

ALLIS CHALMERS MACGREGOR Non- 3 NSWV 1757090103 885 125

Page 60: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

60

WAY, N. #3 Submersible

ALLIS CHALMERS MACGREGOR

WAY, N. #3

Non-

Submersible

2 NSWV 1757090101 885 125

ALLIS CHALMERS MACGREGOR

WAY, N. #3

Non-

Submersible

1 NSWV 1757090102 885 125

AURORA BAYOU TIMBERS Non-

Submersible

COULD NOT

ACCESS

8

AURORA BAYOU TIMBERS Non-

Submersible

COULD NOT

ACCESS

8

AURORA 69TH SLTP Non-

Submersible

BWP1463 83-12841-3 10

AURORA 69TH SLTP Non-

Submersible

BWP1462 83-12841-1 10

AURORA 69TH SLTP Non-

Submersible

BWP1461 83-12842-2 10

AURORA WILLOWBEND Non-

Submersible

2 6125F 71-147380 715 15

AURORA WILLOWBEND Non-

Submersible

3 6125F 71-147381 715 15

AURORA WILLOWBEND Non-

Submersible

1 6125F 71-147382 715 15

AURORA 69TH SLTP Non-

Submersible

PTP1911 63-12840-1 20

AURORA 69TH SLTP Non-

Submersible

PTP1912 83-12840-2 20

AURORA 69TH SLTP Non-

Submersible

PTP1913 83-12840-3 20

AURORA 69TH SLTP Non-

Submersible

PTP1914 83-12840-4 20

AURORA KIRBY DRIVE #2 Non-

Submersible

1 613-SF 79-7279-1 690 25

AURORA KIRBY DRIVE #2 Non-

Submersible

2 613-SF 79-7279-1 690 25

AURORA 69TH SLTP Non-

Submersible

SWP1671 4118F 30

AURORA 69TH SLTP Non-

Submersible

SWP1672 4118F 30

AURORA 69TH SLTP Non-

Submersible

SWP1673 4118F 30

AURORA 69TH SLTP Non-

Submersible

SWP1674 4118F 30

AURORA BERING DR. Non-

Submersible

1 444TTDS7153AA

WF1

ED-92271-3/1-1 590 30

AURORA BERING DR. Non-

Submersible

2 444TTDS7153AA

WF1

ED-92271-3/1-2 590 30

AURORA SHERWOOD

OAKS

Non-

Submersible

2 613ASF 89-07680-1 875 30

AURORA SHERWOOD

OAKS

Non-

Submersible

1 613ASF 89-07680-2 875 30

AURORA SIMS SOUTH

WWTP

Non-

Submersible

NPW5502 344 A 03-981399 3500 40

AURORA SIMS SOUTH

WWTP

Non-

Submersible

NPW5504 344 A 03-981399 3500 40

AURORA SIMS SOUTH

WWTP

Non-

Submersible

NPW5503 344 A 03-981399 3500 40

AURORA 69TH SLTP Non-

Submersible

PWP1563 83-12841-3 50

AURORA 69TH SLTP Non-

Submersible

PWP1562 83-12841-1 50

AURORA 69TH SLTP Non- PWP1561 83-12841-3 50

Page 61: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

61

Submersible

AURORA ALMEDA SIMS

WWTP

Non-

Submersible

NPW 1 411-BF 95-07844-1 50

AURORA ALMEDA SIMS

WWTP

Non-

Submersible

NPW 2 411-BF 95-07844-2 50

AURORA MUD #203 WWTP Non-

Submersible

NPW #1 50

AURORA MUD #203 WWTP Non-

Submersible

NPW #2 50

AURORA WHITE OAK

WWTP

Non-

Submersible

LP #1 200-A022 50

AURORA WHITE OAK

WWTP

Non-

Submersible

LP #2 200-A022 50

AURORA GILPIN Non-

Submersible

3 612A 97-03766-1 720 60

AURORA WCID NO. 47

WWTP

Non-

Submersible

5 612A 97-03765 580 60

AURORA WCID NO. 47

WWTP

Non-

Submersible

1 612A 97-03765 580 60

AURORA WCID NO. 47

WWTP

Non-

Submersible

2 612A 97-03765 580 60

AURORA WCID NO. 47

WWTP

Non-

Submersible

3 612A 97-03765 580 60

AURORA WCID NO. 47

WWTP

Non-

Submersible

4 612A 97-03765 580 60

AURORA BERING DR. Non-

Submersible

3 505UTDS1300CC

WF1

EC-92270-3/1 705 75

AURORA GILPIN Non-

Submersible

1 612A 9703766-2 720 100

AURORA GILPIN Non-

Submersible

2 612A 9703766-3 720 100

AURORA RICHMOND AVE.

#1

Non-

Submersible

1 HVE 310294010002-1 875 125

AURORA RICHMOND AVE.

#1

Non-

Submersible

2 HVE 310294010002-2 875 125

AURORA RICHMOND AVE.

#1

Non-

Submersible

3 HVE 310294010002-3 875 125

AURORA RICHMOND AVE.

#1

Non-

Submersible

4 HVE 310294010002-4 875 125

AURORA SHERWOOD

OAKS

Non-

Submersible

3 613ASF 69-07079-2 875 125

AURORA SHERWOOD

OAKS

Non-

Submersible

4 613ASF 69-07079-1 875 125

CHICAGO PARK TEN #2 Non-

Submersible

1 61-23813-A 61-23813 885 25

CHICAGO PARK TEN #2 Non-

Submersible

2 61-23813-A 61-23813 885 25

CHICAGO PARK TEN #2 Non-

Submersible

3 61-23813-A 61-23813 885 25

CHICAGO UPPER BRAES

WWTP

Non-

Submersible

RAS 1 61425006A 30

CHICAGO UPPER BRAES

WWTP

Non-

Submersible

RAS 10 61425006A 30

CHICAGO UPPER BRAES

WWTP

Non-

Submersible

RAS 2 61 425006 A 30

CHICAGO UPPER BRAES

WWTP

Non-

Submersible

RAS 3 61425006A 30

CHICAGO UPPER BRAES

WWTP

Non-

Submersible

RAS 4 61425006A 30

CHICAGO UPPER BRAES

WWTP

Non-

Submersible

RAS 5 61425006A 30

Page 62: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

62

CHICAGO UPPER BRAES

WWTP

Non-

Submersible

RAS 6 61425006A 30

CHICAGO UPPER BRAES

WWTP

Non-

Submersible

RAS 7 6125007 30

CHICAGO UPPER BRAES

WWTP

Non-

Submersible

RASI 61425006A 30

CHICAGO UPPER BRAES

WWTP

Non-

Submersible

RAS 9 6125007B 30

CHICAGO UPPER BRAES

WWTP

Non-

Submersible

RAS 30

CHICAGO SAGEMONT

WWTP

Non-

Submersible

SLG#1 43155C-4A 60

CORNELL PUMP CO. FRAWLEY Non-

Submersible

DLP#1 704 25

CORNELL PUMP CO. FRAWLEY Non-

Submersible

DLP#2 704 25

CORNELL PUMP CO. FRAWLEY Non-

Submersible

DLP#3 704 25

CORNELL PUMP CO. TEXAS Non-

Submersible

1 14NHGA-VF18DB 189476-18-09 1190 250

CORNELL PUMP CO. TEXAS Non-

Submersible

2 14NHGA-VF18DB 189475-18-09 1190 250

CORNELL PUMP CO. TEXAS Non-

Submersible

3 OUT OF SERVICE 250

FAIRBANKS MORSE MILLBANKS Non-

Submersible

1 65415 945132-1 875 8

FAIRBANKS MORSE MILLBANKS Non-

Submersible

2 65415 945132-0 875 8

FAIRBANKS MORSE GULF BANK RD.

#1

Non-

Submersible

1 B-5443C K4E1-077309-0 1200 10

FAIRBANKS MORSE GULF BANK RD.

#1

Non-

Submersible

2 B-5443C K4E1-077309-1 1200 10

FAIRBANKS MORSE GULF BANK RD.

#1

Non-

Submersible

3 B-5443C K4E1-077309-2 1200 10

FAIRBANKS MORSE SCOTT #1 Non-

Submersible

10 4-B5442CLV K4E1-062354-0 1755 10

FAIRBANKS MORSE SCOTT #1 Non-

Submersible

9 4-B5442CLV K4E1-062354-1 1755 10

FAIRBANKS MORSE BELVEDERE Non-

Submersible

1 B5414 125425 705 15

FAIRBANKS MORSE BELVEDERE Non-

Submersible

2 B5414 125425 705 15

FAIRBANKS MORSE BELVEDERE Non-

Submersible

3 B5414 125425 705 15

FAIRBANKS MORSE NORTHBOROUGH

# 1

Non-

Submersible

1 5443 K3B1084302-1 1160 15

FAIRBANKS MORSE NORTHBOROUGH

# 1

Non-

Submersible

3 5443 K3B1084302-1 1160 15

FAIRBANKS MORSE QUAIL GLEN Non-

Submersible

2 5414 K3B1084619 700 15

FAIRBANKS MORSE NORTHBOROUGH

# 2

Non-

Submersible

1 T 40 K38D1087604-2 880 20

FAIRBANKS MORSE NORTHBOROUGH

# 2

Non-

Submersible

2 T 40 K38D1087604 880 20

FAIRBANKS MORSE NORTHBOROUGH

# 2

Non-

Submersible

3 T 40 K38D187604 -1 880 20

FAIRBANKS MORSE PARKER ROAD Non-

Submersible

1 8544S K4G1-078238-4 880 20

FAIRBANKS MORSE PARKER ROAD Non-

Submersible

2 85444S K4G1-078238-3 880 20

FAIRBANKS MORSE PARKER ROAD Non- 3 85444S K4G1-078238-1 880 20

Page 63: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

63

Submersible

FAIRBANKS MORSE PARKER ROAD Non-

Submersible

4 85444S K4G1-078238-2 880 20

FAIRBANKS MORSE QUAIL GLEN Non-

Submersible

1 5414 K3B1084319 1175 20

FAIRBANKS MORSE QUAIL VIEW Non-

Submersible

1 5414F K3B-1082681-1 865 20

FAIRBANKS MORSE QUAIL VIEW Non-

Submersible

2 5414F K3B-1082681 865 20

FAIRBANKS MORSE SIMS BAYOU Non-

Submersible

RAS 3 K3X1071314-1 589 20

FAIRBANKS MORSE SIMS BAYOU Non-

Submersible

RAS 2 K3X1071314-2 589 20

FAIRBANKS MORSE SIMS BAYOU Non-

Submersible

RAS 1 K3X1071314-0 589 20

FAIRBANKS MORSE WESTBURY Non-

Submersible

2 B5414L 304719-2 885 20

FAIRBANKS MORSE WESTBURY Non-

Submersible

3 B5414L 304719-0 885 20

FAIRBANKS MORSE WESTBURY Non-

Submersible

1 B5414L 304719-1 885 20

FAIRBANKS MORSE BELTWAY WWTP Non-

Submersible

RAS 2 K3H1-060244 865 25

FAIRBANKS MORSE SCOTT #3 Non-

Submersible

5 B5413 K4E1-062383-0 1765 25

FAIRBANKS MORSE SCOTT #3 Non-

Submersible

6 B5413 K4E1-062383-1 1765 25

FAIRBANKS MORSE WCID #111 WWTP Non-

Submersible

WAS #2 25

FAIRBANKS MORSE WHEELER Non-

Submersible

1 8-DJ5434WD k401076063-1 1140 25

FAIRBANKS MORSE WHEELER Non-

Submersible

2 8-DJ5434WD k401076063-2 1140 25

FAIRBANKS MORSE WHEELER Non-

Submersible

3 8-DJ5434WD k401076063-0 1140 25

FAIRBANKS MORSE WHITE OAK

WWTP

Non-

Submersible

WAS #1 25

FAIRBANKS MORSE NORTHBROOK Non-

Submersible

1 5414-T8D1D NOT ON

NAMEPLATE

875 30

FAIRBANKS MORSE NORTHBROOK Non-

Submersible

2 5414-T8D18 NOT ON

NAMEPLATE

875 30

FAIRBANKS MORSE POST OAK #1 Non-

Submersible

1 10X12 KST1069922 1095 30

FAIRBANKS MORSE SIMS BAYOU

WWTP

Non-

Submersible

RAS 4 K3X1071306 589 30

FAIRBANKS MORSE SOUTH

KIRKWOOD

Non-

Submersible

1 B414L 1444551-0 880 30

FAIRBANKS MORSE SOUTH

KIRKWOOD

Non-

Submersible

2 B414L 1444551-1 880 30

FAIRBANKS MORSE SOUTH

KIRKWOOD

Non-

Submersible

3 B414L 1444551-2 880 30

FAIRBANKS MORSE VICKERY Non-

Submersible

1 T 40 K3D1037104 860 30

FAIRBANKS MORSE VICKERY Non-

Submersible

2 T 40 K3D1087104-3 860 30

FAIRBANKS MORSE VICKERY Non-

Submersible

3 T 40 K3D1087114 860 30

FAIRBANKS MORSE M.U.D. # 203

WWTP

Non-

Submersible

1 B5414 1160 40

FAIRBANKS MORSE M.U.D. # 203

WWTP

Non-

Submersible

2 B5414 1160 40

Page 64: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

64

FAIRBANKS MORSE M.U.D. # 203

WWTP

Non-

Submersible

4 B5414 K3H1051966-2 1160 40

FAIRBANKS MORSE M.U.D. # 203

WWTP

Non-

Submersible

LP #1 K3H1051966-2 1160 40

FAIRBANKS MORSE M.U.D. # 203

WWTP

Non-

Submersible

LP #2 40

FAIRBANKS MORSE M.U.D. # 203

WWTP

Non-

Submersible

LP #3 K3H1051966 40

FAIRBANKS MORSE GESSNER #1 Non-

Submersible

1 B5444K K4G1-078764-2 1185 40

FAIRBANKS MORSE GESSNER #1 Non-

Submersible

2 B5444K K4G1-078764-1 1185 40

FAIRBANKS MORSE GESSNER #1 Non-

Submersible

3 B5444K K4G1-078764-3 1185 40

FAIRBANKS MORSE POST OAK #1 Non-

Submersible

2 10X12 KST1069923 1095 40

FAIRBANKS MORSE POST OAK #1 Non-

Submersible

3 10X12 KST1069931 1095 40

FAIRBANKS MORSE SAGEMONT

WWTP

Non-

Submersible

1 B54145 K4E1-077990-1 1165 40

FAIRBANKS MORSE SAGEMONT

WWTP

Non-

Submersible

2 B54145 K4E1-077990-2 1165 40

FAIRBANKS MORSE SAGEMONT

WWTP

Non-

Submersible

DLP#1 B54145 40

FAIRBANKS MORSE SAGEMONT

WWTP

Non-

Submersible

DLP#2 K4E1-0077990-1 40

FAIRBANKS MORSE TURKEY CREEK

WWTP

Non-

Submersible

3 K3F 105 0900 40

FAIRBANKS MORSE EASTHAVEN

WWTP

Non-

Submersible

LP#2 5711 K3B1-084211 705/885 50

FAIRBANKS MORSE MACGREGOR

WAY, N. #2

Non-

Submersible

2 230 1-75360-03-1 1190/891 60

FAIRBANKS MORSE MACGREGOR

WAY, N. #2

Non-

Submersible

3 230 1-75360-03-2 1190/891 60

FAIRBANKS MORSE BELTWAY WWTP Non-

Submersible

RAS3 K3H1-06249 585 60

FAIRBANKS MORSE EASTHAVEN

WWTP

Non-

Submersible

LP#1 5711 K3B1-084212 720 60

FAIRBANKS MORSE MACGREGOR

WAY, N. #2

Non-

Submersible

4 250 1-75360-03-4 885 62

FAIRBANKS MORSE MACGREGOR

WAY, N. #2

Non-

Submersible

1 250 1-75360-03-3 885 62

FAIRBANKS MORSE BAYFIELD Non-

Submersible

3 B5446 K3E1-012016-2 1160 75

FAIRBANKS MORSE BAYFIELD Non-

Submersible

2 B5446 K3E1-012016-1 1160 75

FAIRBANKS MORSE BAYFIELD Non-

Submersible

1 B5446 K3E1-012016 1160 75

FAIRBANKS MORSE BELTWAY WWTP Non-

Submersible

RFP K3H1-060248 75

FAIRBANKS MORSE GULFTON Non-

Submersible

1 5410 NOT ON

NAMEPLATE

700 75

FAIRBANKS MORSE GULFTON Non-

Submersible

2 5410 NOT ON

NAMEPLATE

700 75

FAIRBANKS MORSE METRO CENTRAL

WWTP

Non-

Submersible

3 C5415 890 75

FAIRBANKS MORSE METRO CENTRAL

WWTP

Non-

Submersible

5 C5415 K4H1062743-2 890 75

FAIRBANKS MORSE METRO CENTRAL

WWTP

Non-

Submersible

1 C5415 890 75

FAIRBANKS MORSE METRO CENTRAL Non- 2 C5415 890 75

Page 65: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

65

WWTP Submersible

FAIRBANKS MORSE METRO CENTRAL

WWTP

Non-

Submersible

4 C5415 890 75

FAIRBANKS MORSE SCOTT #3 Non-

Submersible

1 C5415 K4E1-062382-5 710 75

FAIRBANKS MORSE SCOTT #3 Non-

Submersible

2 C5415 K4E1-062382-0 710 75

FAIRBANKS MORSE SCOTT #3 Non-

Submersible

3 C5415 K4E1-062382-1 710 75

FAIRBANKS MORSE SCOTT #3 Non-

Submersible

4 C5415 K4E1-062382-3 710 75

FAIRBANKS MORSE SOUTHEAST

WWTP

Non-

Submersible

1 C5415 K441-062742-2 890 75

FAIRBANKS MORSE SOUTHEAST

WWTP

Non-

Submersible

2 C5415 K441-062742-4 890 75

FAIRBANKS MORSE SOUTHEAST

WWTP

Non-

Submersible

3 C5415 891 75

FAIRBANKS MORSE SOUTHEAST

WWTP

Non-

Submersible

4 C5415 K441-062742-3 C5415 75

FAIRBANKS MORSE SOUTHEAST

WWTP

Non-

Submersible

5 C5415 K441-062742-1 890 75

FAIRBANKS MORSE GOODYEAR Non-

Submersible

1 16-E5711 309813-2 710 100

FAIRBANKS MORSE GOODYEAR Non-

Submersible

2 16-E5711 309813-1 710 100

FAIRBANKS MORSE GOODYEAR Non-

Submersible

3 16-E5711 309813-0 710 100

FAIRBANKS MORSE SAGEMONT

WWTP

Non-

Submersible

5 B5711 705 100

FAIRBANKS MORSE SAGEMONT

WWTP

Non-

Submersible

3 B5711 705 100

FAIRBANKS MORSE SAGEMONT

WWTP

Non-

Submersible

4 B5711 705 100

FAIRBANKS MORSE SCOTT #1 Non-

Submersible

2 16-B5711C K4E1-062352-1 888 100

FAIRBANKS MORSE SCOTT #1 Non-

Submersible

1 16-B5711C K4E1-062352-0 888 100

FAIRBANKS MORSE SCOTT ST Non-

Submersible

1 16-B5711C K4 E1-062352-0 900 100

FAIRBANKS MORSE SCOTT ST Non-

Submersible

2 16-B5711C K4E1-062352-1 900 100

FAIRBANKS MORSE TREEWATER Non-

Submersible

1 E2415 1444294-2 712 100

FAIRBANKS MORSE TREEWATER Non-

Submersible

2 E2415 1444294-1 712 100

FAIRBANKS MORSE TREEWATER Non-

Submersible

3 E2415 1444294-0 712 100

FAIRBANKS MORSE WEST BAY AREA

BLVD.

Non-

Submersible

2 5416 1472732-2 705 125

FAIRBANKS MORSE WEST BAY AREA

BLVD.

Non-

Submersible

1 5416 1472732-1 705 125

FAIRBANKS MORSE WEST BAY AREA

BLVD.

Non-

Submersible

3 5416 1472732-3 705 125

FAIRBANKS MORSE ALMEDA SIMS

WWTP

Non-

Submersible

LP2 KJV1 065560 150

FAIRBANKS MORSE BELTWAY WWTP Non-

Submersible

4 K3H1060245 580 250

FAIRBANKS MORSE BELTWAY WWTP Non-

Submersible

5 580 250

FAIRBANKS MORSE BELTWAY WWTP Non-

Submersible

3 580 250

Page 66: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

66

FAIRBANKS MORSE BELTWAY WWTP Non-

Submersible

LP 81 K3H1 -06246-0 705 250

FAIRBANKS MORSE SCOTT #1 Non-

Submersible

4 16-2414 K4E1-062353-5 885 350

FAIRBANKS MORSE SCOTT #1 Non-

Submersible

5 16-2414 K4E1-062353-2 885 350

FAIRBANKS MORSE SCOTT #1 Non-

Submersible

8 16-2414 K4E1-062353-3 885 350

FAIRBANKS MORSE SCOTT #1 Non-

Submersible

6 16-2414 K4E1-062353-4 885 350

FAIRBANKS MORSE SCOTT #1 Non-

Submersible

3 16-2414 K4E1-062353-0 885 350

FAIRBANKS MORSE SCOTT #1 Non-

Submersible

7 16-2414 K4E1-062353-1 885 350

FAIRBANKS MORSE SCOTT ST Non-

Submersible

3 16-2414 K4E1-062353-0 900 350

FAIRBANKS MORSE SCOTT ST Non-

Submersible

6 16-2414 K4E1-062353-4 900 350

FAIRBANKS MORSE SCOTT ST Non-

Submersible

7 16-2414 K4E1-062353-1 900 350

FAIRBANKS MORSE SCOTT ST Non-

Submersible

5 16-2414 K4E1-062353-2 900 350

FAIRBANKS MORSE SCOTT ST Non-

Submersible

4 16-2414 K4E1-062353-5 900 350

FAIRBANKS MORSE SCOTT ST Non-

Submersible

8 16-2414 K4E1-062353-4 900 350

FAIRBANKS MORSE BELTWAY WWTP Non-

Submersible

LP 82 K3H1-06246-0 585 400

FAIRBANKS MORSE BELTWAY WWTP Non-

Submersible

LP 83 K3H1-06245-1 585 400

FAIRBANKS MORSE 69th STREET

WWTP

Non-

Submersible

5 320 500

FAIRBANKS MORSE 69th STREET

WWTP

Non-

Submersible

6 320 500

FAIRBANKS MORSE 69th STREET

WWTP

Non-

Submersible

3 320 750

FAIRBANKS MORSE 69th STREET

WWTP

Non-

Submersible

4 320 750

FLOWAY 69THWWTP Non-

Submersible

NPW A 24 MKM 44761-1-1 1175 300

FLOWAY 69THWWTP Non-

Submersible

NPW B 24 MKM 1175 300

FLOWAY 69THWWTP Non-

Submersible

NPW C 24 MKM 1175 300

FMC CORP 69TH SLTP Non-

Submersible

FFP1454 W1122D A275982 30

FMC CORP 69TH SLTP Non-

Submersible

FFP1453 W1122D A275985 30

FMC CORP 69TH SLTP Non-

Submersible

FFP1451 W1122D A275988 30

FMC CORP 69TH SLTP Non-

Submersible

FFP1452 W1122D A275989 30

GORMAN RUPP SOUTHWEST

WWTP

Non-

Submersible

PRCL2S1 11-1/2A2-E 998396 2

GORMAN RUPP GREENRIDGE

WWTP

Non-

Submersible

BPSLG #1 3

GORMAN RUPP SOUTHWEST

WWTP

Non-

Submersible

PRCL2S2 11-1/2A52-B 1090396 3

GORMAN RUPP SOUTHWEST

WWTP

Non-

Submersible

PRCL2S4 11-1/2A52-B 1097395 3

GORMAN RUPP ALMEDA SIMS Non- SCM 2 T4A3-B 1074094 8

Page 67: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

67

WWTP Submersible

GORMAN RUPP ALMEDA SIMS

WWTP

Non-

Submersible

SCM 1 T4A3-8 1072983 8

GORMAN RUPP FWSD #23 WWTP Non-

Submersible

DEOD#1 T4A24-B 88277 1740 8

GORMAN RUPP FWSD #23 WWTP Non-

Submersible

DEOD#2 T4A24-B 632433 1740 8

GORMAN RUPP IMPERIAL

VALLEY WWTP

Non-

Submersible

SLG #1 T4A24-B GONE 8

GORMAN RUPP IMPERIAL

VALLEY WWTP

Non-

Submersible

WAS #1 T4A24-B 879356 1750 8

GORMAN RUPP IMPERIAL

VALLEY WWTP

Non-

Submersible

WAS #2 T4A24-B 875776 1750 8

GORMAN RUPP INT. AIRPORT

WWTP

Non-

Submersible

SLG #1 T4A24-B 882778 1730 8

GORMAN RUPP ALMEDA SIMS

WWTP

Non-

Submersible

TSLG 3 T4A3S-B 1409173 10

GORMAN RUPP ALMEDA SIMS

WWTP

Non-

Submersible

TSLG 1 T4A3S-B 1413356 10

GORMAN RUPP ALMEDA SIMS

WWTP

Non-

Submersible

TSLG 2 T4A3S-B 1409158 10

GORMAN RUPP BELTWAY WWTP Non-

Submersible

THICK 1 TGA3-B 1078724 1800 10

GORMAN RUPP BELTWAY WWTP Non-

Submersible

THICK 2 TGA3-B 1078721 1800 10

GORMAN RUPP BELTWAY WWTP Non-

Submersible

THICK 3 TGA3-B 1078722 1800 10

GORMAN RUPP BELTWAY WWTP Non-

Submersible

THICK TGA3-B 1078723 1800 10

GORMAN RUPP INT. AIRPORT

WWTP

Non-

Submersible

SLG #2 T4A24-B 879354 1730 10

GORMAN RUPP CHOCOLATE

BAYOU WWTP

Non-

Submersible

WS T4AS B/F Cannot locate 15

GORMAN RUPP KEEGANS

BAYOU WWTP

Non-

Submersible

WAS 1 T8A61S-B/F 14371616N 15

GORMAN RUPP KEEGANS

BAYOU WWTP

Non-

Submersible

WAS 2 T8A61S-B/F 1437162N 15

GORMAN RUPP KEEGANS

BAYOU WWTP

Non-

Submersible

WAS 3 T4A24-B/F 882773 15

GORMAN RUPP KEEGANS

BAYOU WWTP

Non-

Submersible

WAS 4 T8A3S-B/F 1396764 15

GORMAN RUPP SIMS SOUTH

WWTP

Non-

Submersible

TAS5104 T4A24-B 882779 15

GORMAN RUPP SIMS SOUTH

WWTP

Non-

Submersible

TAS5108 T6A3B 676803N 15

GORMAN RUPP ALMEDA SIMS

WWTP

Non-

Submersible

SW2 T4A3-B 20

GORMAN RUPP ALMEDA SIMS

WWTP

Non-

Submersible

SW1 T4A3-8 20

GORMAN RUPP KEEGANS

BAYOU WWTP

Non-

Submersible

SLG 1 T843-B 1064469 20

GORMAN RUPP KEEGANS

BAYOU WWTP

Non-

Submersible

SLG 2 T843-B 1069457 20

GORMAN RUPP KEEGANS

BAYOU WWTP

Non-

Submersible

SLG 3 T843-B 1064459 20

GORMAN RUPP KEEGANS

BAYOU WWTP

Non-

Submersible

T843-B 1069462 20

GORMAN RUPP KEEGANS

BAYOU WWTP

Non-

Submersible

THICK 1 T843-B 1067980 20

GORMAN RUPP KEEGANS

BAYOU WWTP

Non-

Submersible

THICK 2 T843-B 1067981 20

Page 68: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

68

GORMAN RUPP KEEGANS

BAYOU WWTP

Non-

Submersible

THICK 3 T843-B 1073627 20

GORMAN RUPP KEEGANS

BAYOU WWTP

Non-

Submersible

THICK 3 T843-B 1073626 20

GORMAN RUPP SIMS SOUTH

WWTP

Non-

Submersible

NPW5501 54B2-B 880218 40

GOULDS SOUTHWEST

WWTP

Non-

Submersible

PW1 3758S 5

GOULDS SOUTHWEST

WWTP

Non-

Submersible

PW2 3756S 5

GOULDS SOUTHWEST

WWTP

Non-

Submersible

PW3 3756S 5

GOULDS UPPER BRAES

WWTP

Non-

Submersible

GRIT 1 HSD4X4X12 M33326 880 10

GOULDS UPPER BRAES

WWTP

Non-

Submersible

GRIT 2 HSD4X4X12 M33325 880 10

GOULDS UPPER BRAES

WWTP

Non-

Submersible

GRIT 3 HSD4X4X12 M33324 3600 10

GOULDS SIMS BAYOU

WWTP

Non-

Submersible

TP7125 6100.3X3-16 M34703 675/108 20

GOULDS SIMS BAYOU

WWTP

Non-

Submersible

TP7126 6100.3X3-16 M34704 675/108 20

GOULDS SIMS BAYOU

WWTP

Non-

Submersible

TP7127 6100.3X3-16 M34705 675/108 20

GOULDS SIMS BAYOU

WWTP

Non-

Submersible

TP7128 6100.3X3-16 M34706 675/108 20

GOULDS SOUTHWEST

WWTP

Non-

Submersible

40

GOULDS SOUTHWEST

WWTP

Non-

Submersible

40

GOULDS SOUTHWEST

WWTP

Non-

Submersible

40

GOULDS CLINTON PARK

WWTP

Non-

Submersible

Cannot locate 1750 45

GOULDS CLINTON PARK

WWTP

Non-

Submersible

Cannot locate 1750 45

GOULDS N. E. SLUDGE Non-

Submersible

1 JCHS6X6X14 FM37560 1750 125

GOULDS N. E. SLUDGE Non-

Submersible

2 JCHS6X6X14 FM37581 1750 125

HAYWOOD GORDON INT. AIRPORT

WWTP

Non-

Submersible

GRIT #1 XR47 2319942 1160 5

HAYWOOD GORDON INT. AIRPORT

WWTP

Non-

Submersible

GRIT #2 XR47 GONE 1160 5

INGERSOLL DRESSER CLINTON PARK

WWTP LS

Non-

Submersible

3 8MFV13FR5T 9709MS000226-2 879 20

INGERSOLL DRESSER CLINTON PARK

WWTP LS

Non-

Submersible

4 8MFV13FR5T 9709MS000227-1 879 20

INGERSOLL DRESSER CLINTON PARK

WWTP LS

Non-

Submersible

1 8MFV13FR5T 9709MS000227-1 879 20

INGERSOLL DRESSER CLINTON PARK

WWTP LS

Non-

Submersible

2 8MFV13FR5T 9709MS000227-2 879 20

INGERSOLL DRESSER BELTWAY WWTP Non-

Submersible

890 40

INGERSOLL DRESSER BELTWAY WWTP Non-

Submersible

890 40

INGERSOLL DRESSER BELTWAY WWTP Non-

Submersible

890 40

INGERSOLL DRESSER BELTWAY WWTP Non-

Submersible

40

INGERSOLL DRESSER WHITE OAK Non- 710 40

Page 69: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

69

WWTP Submersible

INGERSOLL DRESSER WHITE OAK

WWTP

Non-

Submersible

710 40

INGERSOLL DRESSER WHITE OAK

WWTP

Non-

Submersible

710 40

INGERSOLL DRESSER WHITE OAK

WWTP

Non-

Submersible

710 40

INGERSOLL DRESSER WHITE OAK

WWTP

Non-

Submersible

710 40

INGERSOLL DRESSER ALMEDA SIMS

EAST

Non-

Submersible

1 16MNZ25FR7L 9903M5000726-1 585 100

INGERSOLL DRESSER ALMEDA SIMS

EAST

Non-

Submersible

2 16MNL25FR7L 9903MS000726-2 585 100

INGERSOLL DRESSER 69THWWTP Non-

Submersible

RS701A 20MNZ24 78-ZUS8165-12 125

INGERSOLL DRESSER 69THWWTP Non-

Submersible

RS701A/B 20MNZ24 78-ZUS8165-9 125

INGERSOLL DRESSER 69THWWTP Non-

Submersible

RS701E/F 20MNZ24 80-ZUS8213-12 125

INGERSOLL DRESSER 69THWWTP Non-

Submersible

RS701C 20MNZ24 80-ZUS8213-2 125

INGERSOLL DRESSER 69THWWTP Non-

Submersible

RS701F 20MNZ24 78-ZUS8165-5 125

INGERSOLL DRESSER 69THWWTP Non-

Submersible

RS701C/D 20MNZ24 80-ZUS8213-11 125

INGERSOLL DRESSER 69THWWTP Non-

Submersible

RS801A 20MNZ24 78-ZUS8165-4 125

INGERSOLL DRESSER 69THWWTP Non-

Submersible

RS701D 20MNZ24 80-ZUS8213-8 125

INGERSOLL DRESSER 69THWWTP Non-

Submersible

RS701G 20MNZ24 78-ZUS8165-6 125

INGERSOLL DRESSER 69THWWTP Non-

Submersible

RS701G/H 20MNZ24 80-ZUS8213-6 125

INGERSOLL DRESSER 69THWWTP Non-

Submersible

RS701H 20MNZ24 78-ZUS8185-6 125

INGERSOLL DRESSER 69THWWTP Non-

Submersible

RS601A/B 20MNZ24 78-ZUS8165-9R 125

INGERSOLL DRESSER 69THWWTP Non-

Submersible

RS801B 20MNZ24 80-ZUS8213-1 125

INGERSOLL DRESSER 69THWWTP Non-

Submersible

RS801C 20MNZ24 78-ZUS8165-10 125

INGERSOLL DRESSER 69THWWTP Non-

Submersible

RS801C/D 20MNZ24 78-ZUS8165-11 125

INGERSOLL DRESSER 69THWWTP Non-

Submersible

RS801D 20MNZ24 80-ZUS8213-5 125

INGERSOLL DRESSER 69THWWTP Non-

Submersible

RS801E 20MNZ24 78-ZUS8165-1 125

INGERSOLL DRESSER 69THWWTP Non-

Submersible

RS801E/F 20MNZ24 78-ZUS8165-3 125

INGERSOLL DRESSER 69THWWTP Non-

Submersible

RS801F 20MNZ24 80-ZUS8213-3 125

INGERSOLL DRESSER 69THWWTP Non-

Submersible

RS801G 20MNZ24 80-ZUS8165-7 125

INGERSOLL DRESSER 69THWWTP Non-

Submersible

RS801G/H 20MNZ24 78-ZUS8165-2 125

INGERSOLL DRESSER 69THWWTP Non-

Submersible

RS801H 20MNZ24 78-ZUS8165-4 125

INGERSOLL DRESSER ALMEDA SIMS

EAST

Non-

Submersible

3 16MNZ25FR8L 9903MS000727-3 585 125

INGERSOLL DRESSER ALMEDA SIMS

EAST

Non-

Submersible

4 16MNZ25FR8L 9903MS000727-2 585 125

Page 70: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

70

INGERSOLL DRESSER ALMEDA SIMS

EAST

Non-

Submersible

5 16MNZ25FR8L 9903MS000727-1 585 125

INGERSOLL DRESSER 69THWWTP Non-

Submersible

WAS1 96-5000025-1 150

INGERSOLL DRESSER 69THWWTP Non-

Submersible

WAS 3 96-5000025-2 150

INGERSOLL DRESSER 69THWWTP Non-

Submersible

WAS 2 95-50000250 150

INGERSOLL DRESSER BELMONT Non-

Submersible

1 24MN233FR9H 97-5-0G0092-1 501 150

INGERSOLL DRESSER BELMONT Non-

Submersible

6 24MNC23K9H 975000092-2 705 150

INGERSOLL DRESSER NORTHWEST

(DRY)

Non-

Submersible

1 20MNZ24FR8L 705 250

INGERSOLL DRESSER NORTHWEST

(DRY)

Non-

Submersible

2 20MNZ24FR8L 705 250

INGERSOLL DRESSER BELMONT Non-

Submersible

2 24MNC23K9H 976SMS000091-

2

705 450

INGERSOLL DRESSER BELMONT Non-

Submersible

3 24MNC23K9H 976SMS000091-

2

705 450

INGERSOLL DRESSER BELMONT Non-

Submersible

4 24MNC23K9H 976SMS000091-

3

705 450

INGERSOLL DRESSER BELMONT Non-

Submersible

5 24MNC23K9H 950SMS000091-

4

705 450

ITT A-C SOUTHEAST

WWTP

Non-

Submersible

BP1 2000 B6Y210381 3

ITT A-C SOUTHEAST

WWTP

Non-

Submersible

BP2 2000 B6Y210375 3

ITT A-C KNOX Non-

Submersible

2 6X6X12SC / 300 205713-01-02 880 5

ITT A-C KNOX Non-

Submersible

1 6X6X12SC / 300 205713-01-01 880 5

ITT A-C HUDSON CT. Non-

Submersible

3 300 229412-03-02 1170 10

ITT A-C HUDSON CT. Non-

Submersible

2 300 229412-03-03 1170 10

ITT A-C HUDSON CT. Non-

Submersible

1 300 229412-03-01 1170 10

ITT A-C 69THWWTP Non-

Submersible

TKN4R1 150 15

ITT A-C 69THWWTP Non-

Submersible

TKNR2 150 15

ITT A-C 69THWWTP Non-

Submersible

TKNR3 150 15

ITT A-C RUNNELS

STREET

Non-

Submersible

1 250 254C992-3 1165 15

ITT A-C RUNNELS

STREET

Non-

Submersible

2 250 254C992-2 1165 15

ITT A-C RUNNELS

STREET

Non-

Submersible

3 250 254C992-1 1165 15

ITT A-C SOUTHEAST

WWTP

Non-

Submersible

NPW1 B042A UJ15S1AFP 15

ITT A-C SOUTHEAST

WWTP

Non-

Submersible

NPW2 B042A UJ15S1AFP 15

ITT A-C SOUTHEAST

WWTP

Non-

Submersible

NPW3 B042A UJ15S1AFP 15

ITT A-C NORTH BELT Non-

Submersible

1 250 241C800-3 1200 20

ITT A-C NORTH BELT Non-

Submersible

2 250 241C800-2 1200 20

ITT A-C NORTH BELT Non- 3 250 241C800-2 1200 20

Page 71: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

71

Submersible

ITT A-C WOODWAY #2 Non-

Submersible

3 8X6X12SC 97-229412-01-03 1165 20

ITT A-C WOODWAY #2 Non-

Submersible

1 8X6X12SC 97-229412-01-01 1165 20

ITT A-C WOODWAY #2 Non-

Submersible

2 8X6X12SC 97-229412-01-02 1165 20

ITT A-C BRAESWOOD, N. Non-

Submersible

1 NO NAMEPLATE 1185 25

ITT A-C BRAESWOOD, N. Non-

Submersible

2 NO NAMEPLATE 1185 25

ITT A-C EMNORA #2 Non-

Submersible

1 200 207615-01-01 705 25

ITT A-C EMNORA #2 Non-

Submersible

2 200 207615-01-02 705 25

ITT A-C HUNTERWOOD

M.U.D.

Non-

Submersible

1 300 0108607669B 1770 25

ITT A-C HUNTERWOOD

M.U.D.

Non-

Submersible

2 300 0108607669A 1770 25

ITT A-C ALDINE BENDER Non-

Submersible

1 300 238C-140-1 705 30

ITT A-C ALDINE BENDER Non-

Submersible

2 300 238C-140-2 705 30

ITT A-C ALDINE BENDER Non-

Submersible

3 300 238C-140-3 705 30

ITT A-C NORTHGATE

WWTP

Non-

Submersible

600 40

ITT A-C NORTHGATE

WWTP

Non-

Submersible

600 40

ITT A-C NORTHGATE

WWTP

Non-

Submersible

600 40

ITT A-C NORTHGATE

WWTP

Non-

Submersible

600 40

ITT A-C NORTHGATE

WWTP

Non-

Submersible

600 40

ITT A-C ALMEDA SIMS

WWTP

Non-

Submersible

50

ITT A-C BINTLIFF Non-

Submersible

1 NO NAMEPLATE 585 50

ITT A-C BINTLIFF Non-

Submersible

2 NO NAMEPLATE 585 50

ITT A-C BINTLIFF Non-

Submersible

3 NO NAMEPLATE 585 50

ITT A-C ALIEF CENTRAL Non-

Submersible

2 300 230730-01-01 885 75

ITT A-C ALIEF CENTRAL Non-

Submersible

4 300 230730-01-03 885 75

ITT A-C ALIEF CENTRAL Non-

Submersible

1 NO NAMEPLATE 885 75

ITT A-C ALIEF CENTRAL Non-

Submersible

3 NO NAMEPLATE 885 75

ITT A-C OLD KATY ROAD Non-

Submersible

1 250 204479-02-01 880 100

ITT A-C OLD KATY ROAD Non-

Submersible

2 250 204479-01-01 880 100

ITT A-C WESTHEIMER #1 Non-

Submersible

1 250 237C6060-3 890 150

ITT A-C WESTHEIMER #1 Non-

Submersible

2 250 237C6060-3 890 150

ITT A-C WESTHEIMER #1 Non-

Submersible

3 250 237C6060-3 890 150

Page 72: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

72

ITT A-C TURKEY CREEK

WWTP

Non-

Submersible

WAS1 300 1-74324-02-1 1775 200

ITT A-C TURKEY CREEK

WWTP

Non-

Submersible

WAS2 300 1-74324-02-2 1775 200

KSB GREEN RIVER

DR.

Non-

Submersible

1 SEWARLOC K150 S-M26-

71162311-3

875 10

KSB GREEN RIVER

DR.

Non-

Submersible

2 SEWARLOC K150 S-M26-

71162311-2

875 10

KSB GREEN RIVER

DR.

Non-

Submersible

3 SEWARLOC K150 S-M26-

71162311-1

875 10

KSB GREENRIDGE

WWTP

Non-

Submersible

RSP #1 K250-401 5M26713480-1 875 20

KSB GREENRIDGE

WWTP

Non-

Submersible

RSP #2 K250-401 5M26713480-2 875 20

KSB LONGWOODS LN. Non-

Submersible

2 9971218360/000100 227950 1175 20

KSB LONGWOODS LN. Non-

Submersible

1 0005341572/001000 248186 1175 20

KSB COOK RD Non-

Submersible

3 L-250-401 5-M26-749-559

/2

1180 40

KSB COOK RD Non-

Submersible

1 L-250-401 5-M26-749-559

/3

1180 40

KSB COOK RD Non-

Submersible

2 L-250-401 5-M26-749-559

/1

1180 40

KSB STROUD Non-

Submersible

1 9972252602-

000100

292235 1185 60

KSB STROUD Non-

Submersible

2 9972252602-

000100

292233 1185 60

KSB STROUD Non-

Submersible

3 9972252602-

000100

292234 1185 60

KSB GREENRIDGE

WWTP

Non-

Submersible

2 K300-401 5-M26-

713480/A3

1160 75

KSB GREENRIDGE

WWTP

Non-

Submersible

6 K300-401 5-M26-

713480/A6

1160 75

KSB GREENRIDGE

WWTP

Non-

Submersible

5 K300-401 5-M26-

713480/A1

1160 75

KSB GREENRIDGE

WWTP

Non-

Submersible

3 K300-401 5-M26-

713480/A2

1160 75

KSB GREENRIDGE

WWTP

Non-

Submersible

1 K300-401 5-M26-

713480/A3

1160 75

KSB GREENRIDGE

WWTP

Non-

Submersible

4 K300-401 5-M26-

713480/A1

1160 75

KSB GREENRIDGE

WWTP

Non-

Submersible

RSP #3 K250-401 5M26713480-3 875 75

MARLOW NORTHGATE

WWTP

Non-

Submersible

SCUM#1 4DT 839789 10

MARLOW NORTHGATE

WWTP

Non-

Submersible

SCUM#2 4DT 839790 10

MARLOW HOMESTEAD

WWTP

Non-

Submersible

WAS #1 4DTH14EB 8122514 15

MARLOW HOMESTEAD

WWTP

Non-

Submersible

WAS #2 4DTH14EB 8122516 15

MARLOW SIMS BAYOU

WWTP

Non-

Submersible

WS 1 1-75085-01-2 15

MARLOW SIMS BAYOU

WWTP

Non-

Submersible

WS 2 1-75085-01-1 15

MOYNO KEEGANS

BAYOU WWTP

Non-

Submersible

POLY 1 2EOF5155F AS41256 5

MOYNO KEEGANS

BAYOU WWTP

Non-

Submersible

POLY 2 2EOF5155F AS41256-3 5

MOYNO KEEGANS Non- POLY 3 2EOF5155F AS41256 5

Page 73: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

73

BAYOU WWTP Submersible

MOYNO KEEGANS

BAYOU WWTP

Non-

Submersible

POLY 4 2EOF5155F AS41256 5

MOYNO METRO CENTRAL

WWTP

Non-

Submersible

DTP #1 1E036G1CDO AS493499 345 5

MOYNO METRO CENTRAL

WWTP

Non-

Submersible

DTP #2 1E036G1CDO AS493499 345 5

MOYNO METRO CENTRAL

WWTP

Non-

Submersible

BPSLG 1E036G1CDO AS1129T 345 5

MOYNO METRO CENTRAL

WWTP

Non-

Submersible

BPSLG 1E036G1CDO AS1129T 345 5

MOYNO METRO CENTRAL

WWTP

Non-

Submersible

BPSLG #1 1FOGS1-CDO AS41294-2 345 5

MOYNO METRO CENTRAL

WWTP

Non-

Submersible

BPSLG #2 1FOGS1-CDO AS41294-0 345 5

MOYNO NORTHGATE

WWTP

Non-

Submersible

SLG #1 AM10406-4 5

MOYNO KEEGANS

BAYOU WWTP

Non-

Submersible

POLY 1 2EOF5155F AS41257-1 8

MOYNO KEEGANS

BAYOU WWTP

Non-

Submersible

POLY 2 2EOF5155F AS41257-2 8

MOYNO UPPER BRAES

WWTP

Non-

Submersible

SLG 1 1G065G1CDQ 8

MOYNO UPPER BRAES

WWTP

Non-

Submersible

SLG2 1G065G1CDQ 8

MOYNO UPPER BRAES

WWTP

Non-

Submersible

THICK 1 1G065G1 AS-41381-2 10

MOYNO UPPER BRAES

WWTP

Non-

Submersible

THICK 2 1G065G1 AS-41383-2 10

MOYNO KEEGANS

BAYOU WWTP

Non-

Submersible

SLG 1 Pump Gone AS4 1258-1 15

MOYNO KEEGANS

BAYOU WWTP

Non-

Submersible

SLG 2 Pump Gone AS41258-2 15

MYERS GREEN CREST

DR.

Non-

Submersible

1 6VCXDP400M4-43 00162363 1750 40

MYERS GREEN CREST

DR.

Non-

Submersible

2 6VCXDP400M4-43 00162364 1750 40

MYERS GREEN CREST

DR.

Dry Pit /

Wet

3 6VCXDP400M4-43 00162365 1750 40

NEMO BELTWAY WWTP Non-

Submersible

SLG 1 10

NEMO BELTWAY WWTP Non-

Submersible

SLG 2 10

PACO PUMPS JOHN ALBER RD. Non-

Submersible

1 49513-146D00-

268350

9878030101 1175 5

PACO PUMPS JOHN ALBER RD. Non-

Submersible

2 49513-146D00-

268350

9878030102 1175 5

PACO PUMPS WEST CANINO

RD.

Non-

Submersible

1 NCF52-61215-

58D15-04

97R8009301-3 870 8

PACO PUMPS WEST CANINO

RD.

Non-

Submersible

2 NCF52-61215-

58D15-04

97R8009301-2 870 8

PACO PUMPS WEST CANINO

RD.

Non-

Submersible

3 NCF52-61215-

58D15-04

97R8009301-1 870 8

PACO PUMPS DAIRY ASHFORD

RD. #1

Non-

Submersible

3 52-801422-

KV23X4-NCR

01R8005702A 1190 40

PACO PUMPS DAIRY ASHFORD

RD. #1

Non-

Submersible

2 52-801422-

KV23X4-NCR

01R8005702C 1190 40

PACO PUMPS DAIRY ASHFORD

RD. #1

Non-

Submersible

1 52-801422-

KV23X4-NCR

01R8005702B 1190 40

PACO PUMPS ALMEDA SIMS

WWTP

Non-

Submersible

NPW1 VD9OR8107601 60

Page 74: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

74

PACO PUMPS SIMS BAYOU

WWTP

Non-

Submersible

NPW 1 K10336-0 16213301 3545 60

PACO PUMPS SIMS BAYOU

WWTP

Non-

Submersible

NPW 2 91878743 1.97102E+11 3545 60

PACO PUMPS SIMS BAYOU

WWTP

Non-

Submersible

NPW 3 91878543 1.97102E+11 3545 60

PACO PUMPS ALMEDA SIMS

WWTP

Non-

Submersible

NPW2 75

PEABODY UPPER BRAES

WWTP

Non-

Submersible

NPW2 87-20703 20

PEABODY UPPER BRAES

WWTP

Non-

Submersible

NPW1 3600 20

PEABODY TURKEY CREEK

WWTP

Non-

Submersible

NPW 1 42-21329 200 150

PENN VALLEY CHOCOLATE

BAYOU WWTP

Non-

Submersible

SP1 6DDHD 03H29B 1765 15

PENN VALLEY CHOCOLATE

BAYOU WWTP

Non-

Submersible

SP2 6DDHD Cannot locate 15

PENN VALLEY GREENRIDGE

WWTP

Non-

Submersible

DSP 1 4DDHO 02H24A 730 15

PENN VALLEY GREENRIDGE

WWTP

Non-

Submersible

DSP 2 4DDHO 02H23A 730 15

PENN VALLEY GREENRIDGE

WWTP

Non-

Submersible

SP 1 M6DDAO 03H27B 730 15

PENN VALLEY GREENRIDGE

WWTP

Non-

Submersible

SP 2 M6DDAO 03H28B 730 15

PENN VALLEY GREENRIDGE

WWTP

Non-

Submersible

TP 1 4DDHO 02H26A 730 15

PENN VALLEY GREENRIDGE

WWTP

Non-

Submersible

TP 2 4DDHO 02H25A 730 15

PENN VALLEY SIMS BAYOU

WWTP

Non-

Submersible

PSP8511 4DDDX24CNU 0502141/0502142 730 15

PENN VALLEY SIMS BAYOU

WWTP

Non-

Submersible

PSP8512 4DDDX24CNU 01592B/04J55 730 15

PENN VALLEY SIMS BAYOU

WWTP

Non-

Submersible

PSP8513 4DDDX24CNU 04J59/04J58 730 15

PENN VALLEY SIMS BAYOU

WWTP

Non-

Submersible

PSP8514 4DDDX24CNU 04C86/04C87 730 15

SEWATEC NORTH SHORE Non-

Submersible

1 K 300-400 6-M26 712 815/3 880 60

SEWATEC NORTH SHORE Non-

Submersible

2 K 300-400 6-M26 712 815/2 880 60

SEWATEC NORTH SHORE Non-

Submersible

3 K 300-400 6-M26 712 815/1 880 60

SYNCRFLO INC. SIMS BAYOU

WWTP

Non-

Submersible

NPW 1 910279-1 3525 20

SYNCRFLO INC. SIMS BAYOU

WWTP

Non-

Submersible

NPW 2 910279-2 3525 20

SYNCRFLO INC. SIMS BAYOU

WWTP

Non-

Submersible

NPW 3 910279-3 3525 20

VAUGHAN GREENRIDGE

WWTP

Non-

Submersible

WP #1 SP4CB 64923B 1190 5

VAUGHAN GREENRIDGE

WWTP

Non-

Submersible

WP #2 SP4CB 64923A 1190 5

VAUGHAN SOUTHWEST

WWTP

Non-

Submersible

SCMA316 3306HDS-065 23-233A-788 1750 5

VAUGHAN SOUTHWEST

WWTP

Non-

Submersible

SCMB318 3306HDS-065 23-2338-781 1750 5

VAUGHAN SOUTHWEST

WWTP

Non-

Submersible

SCMA317 3306HDS-065 23-233C-7M 1750 5

VAUGHAN SOUTHWEST Non- SCMB317 3306HDS-065 23-233D-7M 1750 5

Page 75: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

75

WWTP Submersible

VAUGHAN SOUTHWEST

WWTP

Non-

Submersible

SCMC317 3306HDS-065 23-233E-788 1750 5

VAUGHAN SOUTHWEST

WWTP

Non-

Submersible

SCMA318 3306HDS-065 23-233F-788 1750 5

VAUGHAN SOUTHWEST

WWTP

Non-

Submersible

SCMB318 3306HDS-065 23-233G-7U 1750 5

VAUGHAN SOUTHWEST

WWTP

Non-

Submersible

SCMC318 3306HDS-065 23-233H-7M 1750 5

VAUGHAN SOUTHWEST

WWTP

Non-

Submersible

SCMB319 3306HDS-065 23-233J-788 1750 5

VAUGHAN SOUTHWEST

WWTP

Non-

Submersible

SCMC319 3306HDS-065 23-233K-788 1750 5

VAUGHAN SOUTHWEST

WWTP

Non-

Submersible

SCMA319 3306HDS-065 23-233I-788 1750 5

VAUGHAN WHITE OAK

WWTP

Non-

Submersible

SCUM #1 V00-548 5

VAUGHAN WHITE OAK

WWTP

Non-

Submersible

SCUM #2 V00-548 5

VAUGHAN WHITE OAK

WWTP

Non-

Submersible

SCUM #3 V00-548 5

VAUGHAN GREENRIDGE

WWTP

Non-

Submersible

SCM #1 SP4CBAV 64894B 1250 10

VAUGHAN GREENRIDGE

WWTP

Non-

Submersible

SCM #2 SP4CBAV 64894A 1250 10

VOGELSANG KEEGANS

BAYOU WWTP

Non-

Submersible

BELT

PRS

VX186-130H4Q BKB71180082 10

VOGELSANG KEEGANS

BAYOU WWTP

Non-

Submersible

BELT

PRS

VX186-130H4Q BKB71180085 10

VOGELSANG KEEGANS

BAYOU WWTP

Non-

Submersible

BELT

PRS

VX186-130H4Q BKB71180086 10

VOGELSANG KEEGANS

BAYOU WWTP

Non-

Submersible

BELT

PRS

VX186-130H4Q BKB71180090 10

WEMCO KEEGANS

BAYOU WWTP

Non-

Submersible

GRIT1 CE 01DW03423-0 950 8

WEMCO KEEGANS

BAYOU WWTP

Non-

Submersible

GRIT2 CE 01DW03423-02 950 8

WEMCO KEEGANS

BAYOU WWTP

Non-

Submersible

CENT 1 01463WN 10

WEMCO KEEGANS

BAYOU WWTP

Non-

Submersible

CENT 2 01463WN 10

WEMCO KEEGANS

BAYOU WWTP

Non-

Submersible

CENT 3 014063WN 185 10

WEMCO KEEGANS

BAYOU WWTP

Non-

Submersible

CENT 4 014063WN 185 10

WEMCO ALMEDA SIMS

WWTP

Non-

Submersible

WS 1 CE 7893748-2 25

WEMCO ALMEDA SIMS

WWTP

Non-

Submersible

WS 2 CE 8398573-3 25

WEMCO ALMEDA SIMS

WWTP

Non-

Submersible

WS3 CE 8396573-1 25

WEMCO METRO CENTRAL

WWTP

Non-

Submersible

WP #1 4X4 C 8296285-1 400/640 25

WEMCO METRO CENTRAL

WWTP

Non-

Submersible

WP #2 4X4 C 8296265-2 400/640 25

WEMCO EASTHAVEN

WWTP

Non-

Submersible

WP#1 4X1 5M 02XW03825-0 1350 40

WEMCO EASTHAVEN

WWTP

Non-

Submersible

WP#2 4X1 5M 02XW03825-0 1350 40

WEMCO SOUTHWEST

WWTP

Non-

Submersible

GRIT0192 CE 8798654-5 50

Page 76: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

76

WEMCO SOUTHWEST

WWTP

Non-

Submersible

GRIT0193 CE 8798654-4 50

WEMCO SOUTHWEST

WWTP

Non-

Submersible

GRIT0194 CE 8796654-6 50

WORTHINGTON 69THWWTP Non-

Submersible

WS2C 3FNC-10 79TP90333-1 8

WORTHINGTON 69THWWTP Non-

Submersible

WS2C/D 3FNC-10 79TP90332-2 8

WORTHINGTON 69THWWTP Non-

Submersible

WS2D 3FNC-10 79TP90333-3 8

WORTHINGTON 69THWWTP Non-

Submersible

WS2E 3FNC-10 80TP90542-2 8

WORTHINGTON 69THWWTP Non-

Submersible

WS2E/F 3FNC-10 80TP90542-3 8

WORTHINGTON 69THWWTP Non-

Submersible

WS2F 3FNC-10 80TP90541-2 8

WORTHINGTON 69THWWTP Non-

Submersible

WS2B 3FNC-10 79TP90333-2 8

WORTHINGTON 69THWWTP Non-

Submersible

WS2A/B 3FNC-10 79TP90332-1 8

WORTHINGTON 69THWWTP Non-

Submersible

WS2A/B 3FNC-10 79TP90332-3 8

WORTHINGTON 69THWWTP Non-

Submersible

WS2G 3FNC-10 80TP90541-1 8

WORTHINGTON 69THWWTP Non-

Submersible

WS2G/H 3FNC-10 80TP90542-1 8

WORTHINGTON 69THWWTP Non-

Submersible

WS2H 3FNC-10 80TP90541-3 8

WORTHINGTON 69THWWTP Non-

Submersible

NPW 3FNC-10 91TP92296-1 8

WORTHINGTON WEST DISTRICT

WWTP

Non-

Submersible

3 30MNZ-33 85ZUS8351-2 440 100

WORTHINGTON WEST DISTRICT

WWTP

Non-

Submersible

1 30MNZ-33 85ZUS8352-1 440 200

WORTHINGTON 69th STREET

WWTP

Non-

Submersible

1 30-MWZ-33 505 400

WORTHINGTON 69th STREET

WWTP

Non-

Submersible

2 30-MWZ-33 505 400

WORTHINGTON 69th STREET

WWTP

Non-

Submersible

7 30-MWZ-33 505 400

WORTHINGTON 69th STREET

WWTP

Non-

Submersible

8 30-MWZ-33 505 400

WORTHINGTON MACGREGOR

WAY, N. #1

Non-

Submersible

1 24 MNF 39 85ZUS-8349-1 560 600

WORTHINGTON MACGREGOR

WAY, N. #1

Non-

Submersible

4 24 MNF 39 85ZUS-8349-4 560 600

WORTHINGTON MACGREGOR

WAY, N. #1

Non-

Submersible

3 24 MNF 39 85ZUS-8349-3 560 600

WORTHINGTON MACGREGOR

WAY, N. #1

Non-

Submersible

2 24 MNF 39 85ZUS-8349-2 560 600

XYLEM FLYT RUTHERFORD

LANE

Non-

Submersible

1 3127.18 330756 1745 8

XYLEM FLYT KIRBY DRIVE #1 Non-

Submersible

1 200 01-0860-76954A 880 10

XYLEM FLYT KIRBY DRIVE #1 Non-

Submersible

2 200 01-0860-76954B 880 10

XYLEM FLYT RUTHERFORD

LANE

Non-

Submersible

2 3127.905 1350009 1720 10

XYLEM FLYT BEECHNUT Non-

Submersible

1 NT3153MT 3153.0951370046 1765 12

XYLEM FLYT BEECHNUT Non- 2 NT3153MT 3153.0951370045 1765 12

Page 77: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

77

Submersible

XYLEM FLYT TANYA CIRCLE Non-

Submersible

1 3135.091 0760128 1755 15

XYLEM FLYT TANYA CIRCLE Non-

Submersible

2 3135.091 0760127 1755 15

XYLEM FLYT BRAESWOOD, N. Non-

Submersible

3 200 01-0860-76325 1185 25

XYLEM FLYT S. MAIN STREET Non-

Submersible

1 3300-091 9610016 875 60

XYLEM FLYT S. MAIN STREET Non-

Submersible

2 3300-091 9610017 875 60

YEOMANS BELLFORT, WEST

NO. 2

Non-

Submersible

3 108515 9804474-3 885 25

YEOMANS BELLFORT, WEST

NO. 2

Non-

Submersible

2 108515 9804474-2 885 25

YEOMANS BELLFORT, WEST

NO. 2

Non-

Submersible

1 108515 9804474-1 885 25

YEOMANS SAGEMONT

WWTP

Non-

Submersible

SLG#2 43155C-4A 1775 60

YEOMANS ALMEDA SIMS

WEST

Non-

Submersible

2 12622-5 150

YEOMANS ALMEDA SIMS

WEST

Non-

Submersible

1 12622-5 150

YEOMANS ALMEDA SIMS

WEST

Non-

Submersible

3 20532-D3 9803935 300

YEOMANS ALMEDA SIMS

WEST

Non-

Submersible

4 20532-D3 300

YEOMANS ALMEDA SIMS

WEST

Non-

Submersible

5 20532-D3 9803935 300

Page 78: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

78

COMPLETE INVENTORY OF NON-SUBMERSIBLE PUMPS FOR DRINKING WATER OPERATIONS

Pump Manufacturer Facility Name Pump Type Pump Pump Model Pump Serial

Pump

Rated

RPM

Motor

Horse

Power

AURORA DISTRICT 237 2.5x3x12 BP1 180A025 04-1059382 20

AURORA DISTRICT 90 #2 4x4x7B BP1 344ABF 1005374 25

AURORA DISTRICT 90 #2 4x4x7B BP2 344A-BF 04-1107645 25

AURORA ENCLAVE #2 3x4x14 BP1 411-BF 03-887777 30

AURORA DISTRICT 90 #2 4x4x7B BP3 344ABF 75-10338 40

AURORA HUNTERWOOD Decomm BP1 DECOMP DECOMP 40

AURORA HUNTERWOOD Decomm BP2 DECOMP DECOMP 40

AURORA MEYERLAND 6X4

FRAME BP1 MISSING MISSING 40

AURORA DISTRICT 237 6x4 BP2 180A025 04-1059381 50

AURORA EWPP

Waste

Transfer

Pump

801 663A SF 12-2221536-1 1150 50

AURORA EWPP

Waste

Transfer

Pump

802 663A SF 12-2221536-2 1150 50

AURORA PARK TEN

CENTRAL 6x4 BP1 100 0550386-01 60

AURORA WESTBURY #1 4X5X15 BP1 411-BF 81-15013-1 60

AURORA WESTBURY #1 4X5X15 BP2 411-BF 81-15013-2 60

AURORA DISTRICT 223 5X6X15 BP1 411-A1 03-916832-1 75

AURORA DISTRICT 223 5X6X15 BP2 411-A2 03-945832-2 75

AURORA DISTRICT 223 NO PUMP BP3 NO PUMP NO PUMP 75

AURORA ENCLAVE #2 5X6X16 BP2 411-BF 84-16657-2 75

AURORA ENCLAVE #2 5X6X15 BP3 411-BF 84-16657-1 75

Page 79: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

79

AURORA ENCLAVE #2 5X15 BP4 411-BF 75-13744 75

AURORA MEYERLAND 5X6X15 BP3 411-SF 86-09088-2 75

AURORA SEWPP Centrifugal PWP-3181 364A 3600 75

AURORA SEWPP Centrifugal PWP-3182 364A 3600 75

AURORA SEWPP Centrifugal PWP-3183 364A 3600 75

AURORA WESTBURY #1 BP3 100

AURORA SEWPP Centrifugal SWP-3190 410 1800 125

AURORA SEWPP Centrifugal SWP-3191 410 1800 125

AURORA SHARPSTOWN

#1 10X8X13.25 BP3 3792 125

AURORA PARK TEN

CENTRAL BP2 85-13126-1 150

AURORA PARK TEN

CENTRAL 8x10x15 BP3 85-13126-3 150

AURORA PARK TEN

CENTRAL 8x10x15 BP4 150

CASCADE EWPP Low Lift A-11 42 P 711 150

CASCADE EWPP Low Lift A-12 42 P 711 150

CASCADE EWPP Low Lift A-10 42 P 15177 590 200

CASCADE EWPP Low Lift A-6 42 P 16111 580 250

CASCADE EWPP Low Lift A-7 42 P 580 250

CHALMERS SHARPSTOWN

# 2 BP1 20

CHALMERS SHARPSTOWN

# 1 BP1 50

CHALMERS SHARPSTOWN

# 1

6X4

FRAME BP2 MISSING MISSING 50

CRANE DISTRICT 139 BP1 No plate info No plate info 30

CRANE DISTRICT 139 BP2 No plate info No plate info 30

CRANE MEMORIAL

WEST MUD 6x4 BP1 Missing plates missing plates 30

CRANE MEMORIAL

WEST MUD 4X3X14 BP2 MISSING DC-516341 30

CRANE MEMORIAL

WEST MUD 6X4X14 BP3 5062 DC-515880 50

CRANE DISTRICT 139 BP3 No plate info No plate info 60

CRANE BIA PLANT 10x6x14 BP3 DC-525652 75

CRANE BIA PLANT 8x6x14 BP4 DC525651 75

CRANE BIA PLANT 8x6x14 BP5 DC525649 75

CRANE BIA PLANT 8x6x14 BP6 DC525650 75

CRANE DISTRICT 184 BP3 1/2DC-525653 75

CRANE DISTRICT 184 BP4 Plate Damage Plate Damage 75

CRANE DISTRICT 184 BP5 5063-6165 1/2DC-525654 75

CRANE DISTRICT 218 8x6 BP4 50636165 DC-525769 75

CRANE DISTRICT 218 8x8 BP5 411-BF 04-1149946 75

CRANE DISTRICT 184 BP2 1/2DC52657 125

CRANE DISTRICT 184 BP6 5063-8165 1/2D2525656 125

CRANE DISTRICT 218 10x8 BP2 50038165 DG-526130 125

Page 80: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

80

CRANE INTERWOOD BP1 50638165 DC525658 125

CRANE INTERWOOD BP2 DC-515733 125

CRANE BIA #2 BP1 Demolished in

2012

Demolished in

2012 125

CRANE BIA #2 BP2 Demolished in

2012

Demolished in

2012 150

CRANE BIA PLANT BP1 DC-525661 150

CRANE BIA PLANT BP2 DC-525662 150

CRANE DISTRICT 218 10x8 BP3 50648175 DC-525600 150

CRANE CHASEWOOD BP1 Demolished in

2012

Demolished in

2012 200

CRANE CHASEWOOD BP2 Demolished in

2012

Demolished in

2012 200

CRANE CHASEWOOD BP3 Demolished in

2012

Demolished in

2012 200

CRANE DISTRICT 218 Missing BP1

CRANE PARK TEN

CENTRAL 8x10x14.5 BP#5

FAIRBANKS

MORSE DISTRICT 175 6X10X13.5 BP1 2823A K3K1014843-1 125

FAIRBANKS

MORSE DISTRICT 175 6X10X13.5 BP2 2823A K3K1014843 125

FAIRBANKS

MORSE EWPP Low Lift A-2 24 RO 705 50

FAIRBANKS

MORSE EWPP

Transfer

Pump

TRSF-P-E-

1 509436 598415 850 100

FLOW SERVICES BROOKFIELD BP1 30

FLOW SERVICES BROOKFIELD BP2 30

FLOWAY DISTRICT 51 #2 BP1 10LKM 30

FLOWAY DISTRICT 51 #2 BP2 10LKM 50

FLOWAY WEST

HOUSTON #3 10' BP1 FKL 83-20218 50

FLOWAY WEST

HOUSTON #3 10' BP2 FKL 83-20218 50

FLOWAY WEST

HOUSTON #3 10' BP3 FKL Serial # missing 50

FLOWAY WEST

HOUSTON #3 10' BP4 FKL 38627-1-1 50

FLOWAY BRAESWOOD FKH BP1 SIZE 14 2

STAGE 79-2256 75

FLOWAY DISTRICT 54 FKH BP3 75

FLOWAY DSITRICT 71 14x12 BP3 32172-3-1 100

FLOWAY 105 SABINE DECOMP BP5 DECOMP DECOMP 125

FLOWAY 105 SABINE DECOMP BP6 DECOMP DECOMP 125

FLOWAY BRAESWOOD FKH BP3 MISSING 90-6425-8 125

FLOWAY DISTRICT 54 FKH BP1 SIZE 14 2

STAGE MISSING 125

FLOWAY DISTRICT 54 FKH BP2 MISSING MISSING 125

FLOWAY DISTRICT 71 14x12 BP1 32172-1-2 125

FLOWAY DISTRICT 71 14x12 BP2 32172-1-1 125

Page 81: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

81

FLOWAY EWPP

Waste

Transfer

Pump

G-1 508804 885 150

FLOWAY EWPP

Waste

Transfer

Pump

G-2 508804 885 150

FLOWAY EWPP

Waste

Transfer

Pump

G-3 508804 885 150

FLOWAY 105 SABINE DECOMP BP4 DECOMP DECOMP 250

FLOWAY NEWPP vertical 02-P-01 28TKH 47847-5-1 880 300

FLOWAY NEWPP vertical 02-P-02 28TKH 47847-5-2 880 300

FLOWAY NEWPP vertical 02-P-03 28TKH 47847-7-1 880 300

FLOWAY NEWPP vertical 02-P-04 28TKH 55589-1-1 880 300

FLOWAY NEWPP vertical 02-P-05 28TKH 55589-1-2 880 300

FLOWAY NEWPP vertical 05-P-01 34DKL 47847-11-1 880 400

FLOWAY NEWPP vertical 05-P-02 34DKL 47847-11-2 880 400

FLOWAY NEWPP vertical 05-P-03 34DKL 47847-13-1 880 400

FLOWAY NEWPP vertical 05-P-201 34DKL 55589-3-1 880 400

FLOWAY NEWPP vertical 05-P-202 34DKL 55589-3-2 880 400

FLOWAY NEWPP vertical 05-P-203 34DKL 55589-3-3 880 400

FLOWAY 105 SABINE DECOMP BP1 DECOMP DECOMP 500

FLOWAY 105 SABINE DECOMP BP2 DECOMP DECOMP 500

FLOWAY 105 SABINE DECOMP BP3 DECOMP DECOMP 500

FLOWAY NEWPP vertical 08-P-01 34DKL 55589-6-1 880 800

FLOWAY NEWPP vertical 08-P-02 34DKL 55589-6-2 880 800

FLOWAY NEWPP vertical 08-P-03 34DKL 55589-6-3 880 800

FLOWAY NEWPP vertical 08-P-04 34DKL 55589-6-4 880 800

FLOWAY NEWPP vertical 08-P-06 34DKL 55589-7-1 880 800

FLOWAY NEWPP vertical 08-P-07 34DKL 55589-7-2 880 800

FLOWAY NEWPP vertical 08-P-08 34DKL 55589-7-3 880 800

FLOWAY NEWPP vertical 08-P-05 34DKL 55589-9-1 880 950

FLOWSERVE BROOKFIELD 10x8 BP1 JKM 20891-1-2 30

FLOWSERVE BROOKFIELD 10x8 BP2 JKM 20891-1-1 30

FLOWSERVE SEWPP Vertical BWWP-

3271 14ENL-2

0911MS004776-

1 1775 100

FLOWSERVE SEWPP Vertical BWWP-

3272 14ENL-2

0911MS004776-

2 1775 100

FLOWSERVE EWPP Transfer

Pump

TRSF-P-

305 36KMD42-2

0203MS0014661

-1 500 300

FLOWSERVE

KATY

ADDICKS RE-

PUMP

BP1 300LNN575 03006MS00204-

1 500

FLOWSERVE

KATY

ADDICKS RE-

PUMP

BP5 350LNN575 0306MD002203-

1 500

FLOWSERVE SEWPP Vertical BWWP-

3261 44ENL-1

0911MS004775-

1 714 800

Page 82: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

82

FLOWSERVE SEWPP Vertical BWWP-

3262 44ENL-1

0911MS004775-

2 714 800

FLOWSERVE SEWPP Vertical BWWP-

3263 44ENL-1

0911MS004775-

3 714 800

FLOWSERVE EWPP Distribution C-1 600 LNNC-975 MLDOC250 712 1250

FLOWSERVE EWPP Distribution C-2 600 LNNC-975 MLDOC250-2 712 1250

FLOWSERVE EWPP Distribution C-3 600 LNNC-975 MLDOC250-3 712 1250

FLOWSERVE EWPP Distribution C-4 600 LNNC-975 MLDOC250-4 712 1250

FLOWSERVE EWPP Distribution C-5 700 LNNC-1225 GMD17206 592 2500

FLOWSERVE EWPP Distribution C-6 700 LNNC-1225 AMD11251-3 592 2500

FLOWSERVE EWPP Distribution C-7 700 LNNC-1225 AMD11251-3 592 2500

FLUID POWER ROSEWOOD #1 10X8 BP1 10KKH-4 83-8516-A 30

FLUID POWER DISTRICT 254 MISSING BP1 I2KKL-3 MISSING 40

FLUID POWER ROSEWOOD #1 10X8 BP4 12KKH-3 83-8516-B 60

FLUID POWER DISTRICT 254 8 BP#1 I2KKL

FLUID POWER DISTRICT 254 8 BP#2 I2KKL

FLUID POWER DISTRICT 254 8 BP#3 I2KKL

GE/WORTHINGTON EWPP Waste Trsf.

Pump CD368APY 50

GOULDS JERSERY

VILLAGE

10X8

FRAME BP1 MISSING MISSING 250

GOULDS JERSERY

VILLAGE 10x12x17 BP2 3410 254C279 250

GOULDS ACRES HOMES 20' BP1 95053C02 M95053C02 400

GOULDS ACRES HOMES 20' BP4 3420 M95053C01 400

GOULDS ACRES HOMES 20x16 BP2 3420 220C888 600

GOULDS ACRES HOMES 20x16 BP3 3420 220C781 600

GOULDS ACRES HOMES 36x24 BP5 3420 246C302 1100

GOULDS ACRES HOMES 36x24 BP6 3420 246C301 1100

GOULDS NEWPP Dry Pit /

Wet Pit 03-P-08 3180 20

GOULDS NEWPP Dry Pit /

Wet Pit 03-P-09 3180 20

GOULDS NEWPP Dry Pit /

Wet Pit 03-P-208 3180 20

GOULDS NEWPP Dry Pit /

Wet Pit 03-P-209 3180 20

GOULDS NEWPP Dry Pit /

Wet Pit 09-P-03 3196 40

GOULDS NEWPP Dry Pit /

Wet Pit 09-P-04 3196 40

GOULDS NEWPP Dry Pit /

Wet Pit 09-P-203 3196 40

GOULDS NEWPP Dry Pit /

Wet Pit 09-P-204 3196 40

GOULDS WESTBURY #1 4X6X13H BP3 3410 252C449 100

INGERSOLL-RAND DISTRICT 254 BP4 12KKL 0889-9052 40

INGERSOLL-RAND DISTRICT 254 8 BP#4

ITT SEWPP Vertical TP-3160 36LS-1 TU2797-1 600 900

Page 83: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

83

ITT SEWPP Vertical TP-3161 36LS-1 TU2797-2 600 900

ITT SEWPP Vertical TP-3162 36LS-1 TU2797-3 600 900

ITT A-C MEYERLAND 6X4X12

FRAME BP2 100 0556460-01 50

ITT A-C DISTRICT 158 BP2 FORT BEND FORT BEND 125

ITT A-C DISTRICT 158 BP3 FORT BEND FORT BEND 125

ITT A-C DISTRICT 158 BP1 FORT BEND FORT BEND 200

ITT A-C DISTRICT 158 BP4 FORT BEND FORT BEND 200

ITT A-C HEIGHTS

PLANT Decomm BP1 200

ITT A-C SPRING

BRANCH 14x10x20 BP1 150 98-229899-01-02 250

ITT A-C SPRING

BRANCH 14x10x20 BP2 150 98-229889-02-02 250

ITT A-C SPRING

BRANCH 14x10x20 BP3 150 98-229889-02-01 250

ITT A-C SPRING

BRANCH 14x10x20 BP4 150 98-229889-01-01 250

ITT A-C BELLAIRE

BRAES 12x16x23 BP1 9100 738C932-1 350

ITT A-C BELLAIRE

BRAES 12x16x23 BP3 9100 738C932-2 350

ITT A-C HEIGHTS

PLANT BP2 DECOMP DECOMP 350

ITT A-C JERSERY

VILLAGE 12x18 BP3 12LN-213 85Z002859-1 350

ITT A-C KATY

ADDICKS 12x16x23 BP1 150 W237C680 350

ITT A-C KATY

ADDICKS 14x18x23 BP2 150 W237C681-2 350

ITT A-C KATY

ADDICKS 9100/ 3409 BP3 150 W237C681-1 350

ITT A-C HEIGHTS

PLANT Decomm BP3 W237C681-1 400

ITT A-C SIMS BAYOU 12x16x23 BP3 150 97-210356-03-03 400

ITT A-C SIMS BAYOU 12x16x23 BP4 150 97-210356-03-02 400

ITT A-C SIMS BAYOU 12x16x23 BP5 150 97-210356-03-01 400

ITT A-C HEIGHTS

PLANT Decomm BP4 DECOMP DECOMP 450

ITT A-C HEIGHTS

PLANT Decomm BP5 DECOMP DECOMP 450

ITT A-C BELLAIRE

BRAES 14x18x23 BP2 9100 238C933-2 500

ITT A-C BELLAIRE

BRAES 14x18x23 BP5 9100 238C933-1 500

ITT A-C KATY

ADDICKS 18x14x23 BP4 150 W2376682-1 500

ITT A-C KATY

ADDICKS 14x18x23 BP5 150 W2376682-2 500

ITT A-C SIMS BAYOU 14x18x23 BP1 150 210356-01-02 500

ITT A-C SIMS BAYOU 14x18x23 BP2 150 21356-01-01 500

JOHNSTON EWPP Low Lift A-1 16 LS 98JA1274 900 30

Page 84: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

84

JOHNSTON EWPP Low Lift A-3 24 RO 98JA1273 720 75

JOHNSTON EWPP Low Lift A-9 V-21243 505 100

JOHNSTON EWPP Transfer

Pump

TRSF-P-B-

1 Not Available

HO603053062-

100R 875 125

JOHNSTON EWPP Transfer

Pump

TRSF-P-B-

10 20PS 70164A 890 150

JOHNSTON EWPP Transfer

Pump

TRSF-P-B-

11 20PS 70164B 890 150

JOHNSTON EWPP Transfer

Pump

TRSF-P-B-

3 24MS XTS58104 885 150

JOHNSTON SOUTHWEST

PLANT BP1 98JB2912-C 1000

JOHNSTON SOUTHWEST

PLANT BP2 98JB2912-A 1000

JOHNSTON SOUTHWEST

PLANT BP3 98JB2912-D 1000

JOHNSTON SOUTHWEST

PLANT BP4 98JB2912-B 1000

JOHNSTON SOUTHWEST

PLANT BP5 98JB2912-E 1000

JOHNSTON SOUTHWEST

PLANT BP6 98JB2912-F 1000

JOHNSTON EWPP Transfer

Pump

TRSF-P-B-

2 11417-117049-M 70198 885 150

KSB SEWPP Centrifugal BWWP-

3171 K150 1750 75

KSB SEWPP Centrifugal BWWP-

3172 K150 1750 75

LAYNE PARKGLEN

WEST MISSING BP1 PUMP NO. 64962 MISSING 20

LAYNE PARKGLEN

WEST H-4495-H BP2 10-H-60 MISSING 25

LAYNE PARKGLEN

WEST H-4495-H BP3 10-H-60 MISSING 30

LAYNE ROSEWOOD #1 INVOICE

NO.74004 BP2 MISSING MISSING 30

LAYNE ROSEWOOD #1 INVOICE

NO.74005 BP3 MISSING MISSING 30

LAYNE DISTRICT 111

#2 MISSING BP1 MISSING MISSING 40

LAYNE DISTRICT 111

#2

PUMP NO.

75792 BP2 MISSING MISSING 40

LAYNE DISTRICT 111

#2

PUMP NO.

75793 BP3 MISSING MISSING 40

LAYNE BRAESWOOD FKH BP2 MISSING MISSING 75

MARATHON SHARPSTOWN

#2 10X8 BP3 MISSING MISSING 125

MOYNO SEWPP Prog. Cav. TSP-7171 2J175G1 CDQ3X

XAX 3074008-2 1160 40

MOYNO SEWPP Prog. Cav. TSP-7172 2J175G1 CDQ3X

XAX 3074008-1 1160 40

MOYNO SEWPP Prog. Cav. TSP-7173 1F090G1 CDQ3X

XAX 3074009-2 1160 40

MOYNO SEWPP Prog. Cav. TSP-7174 1F090G1 CDQ3X 3074009-1 1160 40

Page 85: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

85

XAX

NETZSCH NEWPP Dry Pit /

Wet Pit 09-P-03

NM076SY01L04

K 280 15

NETZSCH NEWPP Dry Pit /

Wet Pit 09-P-04

NM076SY01L04

K 280 15

NETZSCH NEWPP Dry Pit /

Wet Pit 09-P-203

NM076SY01L04

K 280 15

NETZSCH NEWPP Dry Pit /

Wet Pit 09-P-204

NM076SY01L04

K 280 15

NETZSCH NEWPP Prog. Cav. 09-P-03 NM076SY01L04

K 280 15

NETZSCH NEWPP Prog. Cav. 09-P-04 NM076SY01L04

K 280 15

NETZSCH NEWPP Prog. Cav. 09-P-203 NM076SY01L04

K 280 15

NETZSCH NEWPP Prog. Cav. 09-P-204 NM076SY01L04

K 280 15

PACO PARKGLEN #1 8x6 BP2 KP60121 1971038443120-

B 100

PACO PARKGLEN #1 8x6 BP3 KP60121 197103843120-

A 100

PACO PARKGLEN #1 10x8 BP1 KP80153 197103843130-B 150

PEERLESS SHARPSTOWN

# 2 4x4 BP1 C 830 AM3F-6 20

PEERLESS DISTRICT 123 MISSING BP2 5AE14N 3410B 50

PEERLESS SHARPSTOWN

#1 4x4 BP1 C-830 APBF 635242 50

PEERLESS DISTRICT 266 5200 BP1 4AD-14 4342298 60

PEERLESS DISTRICT 266 5200 BP2 4AD-14 4342298 60

PEERLESS DISTRICT 266 5200 BP3 4AD-14 4342298 60

PEERLESS DISTRICT 123 6x4 BP3 4AD-14 397623 75

PEERLESS DISTRICT 123 8x6 BP4 397624 100

PEERLESS DISTRICT 123 AD BP5 MISSING MISSING 100

PEERLESS EWPP Low Lift A-8 V-21243 230767 690 100

PEERLESS EWPP Transfer

Pump

TRSF-P-B-

8 V-21247 230771 880 125

PEERLESS EWPP Transfer

Pump

TRSF-P-E-

2 5K6268XN544A 230773 785 125

PEERLESS DISTRICT 123 10x8 BP6 409823 200

PEERLESS EWPP Transfer

Pump

TRSF-P-B-

7 V-21246 230770 200

PEERLESS EWPP Transfer

Pump

TRSF-P-B-

9 V-21248 230772 880 200

Penn Valley SEWPP Double Disc TSP-7211 6DDSX76CNU 1765 15

Penn Valley SEWPP Double Disc TSP-7213 6DDSX76CNU 1765 15

VANTON SEWPP Vertical ALKWSP-

2215A

SG-

PY1800GA/TFM 26413 1725 5

VANTON SEWPP Vertical ALKWSP-

2215B

SG-

PY1800GA/TFM 26414 1725 5

VANTON SEWPP Vertical ALKWSP-

2216A

SG-

PY1800GA/TFM 26415 1725 5

Page 86: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

86

VANTON SEWPP Vertical ALKWSP-

2216B

SG-

PY1800GA/TFM 26416 1725 5

VANTON SEWPP Vertical ALKWSP-

2217A

SG-

PY1800GA/TFM 26417 1725 5

VANTON SEWPP Vertical ALKWSP-

2217B

SG-

PY1800GA/TFM 26418 1725 5

VANTON SEWPP Vertical AWSP-

2215A

SG-

PY1800GA/TFM 26407 1725 5

VANTON SEWPP Vertical AWSP-

2215B

SG-

PY1800GA/TFM 26408 1725 5

VANTON SEWPP Vertical AWSP-

2216A

SG-

PY1800GA/TFM 26409 1725 5

VANTON SEWPP Vertical AWSP-

2216B

SG-

PY1800GA/TFM 26410 1725 5

VANTON SEWPP Vertical AWSP-

2217A

SG-

PY1800GA/TFM 26411 1725 5

VANTON SEWPP Vertical AWSP-

2217B

SG-

PY1800GA/TFM 26412 1725 5

WEMCO EWPP Sludge

Transfer 701 WD 04317-02 1765 40

WEMCO EWPP Sludge

Transfer 702 WD 97W15913 1765 40

WEMCO EWPP Sludge

Transfer 703 WD 04317-01 1765 40

WEMCO EWPP Sludge

Transfer 704 WD 04317-02 1765 40

WESTINGHOUSE SHARPSTOWN

#2 6X4X14 BP2 MISSING MISSING 50

WORTHINGTON SEWPP Horizontal HSP-5105 30 LN 41 600 2750

WORTHINGTON SEWPP Vertical BWP-3165 28H900-1 TVU60256-2 1180 300

WORTHINGTON EWPP Transfer

Pump 601 4MFC-11 93-33-92618 1800 20

WORTHINGTON EWPP Transfer

Pump 602 4MFC-11 93-33-92618-2 1800 20

WORTHINGTON EWPP Transfer

Pump 603 4MFC-11 93-33-92618-6 1800 20

WORTHINGTON EWPP Rapid Mix

Pump FMP-1 6MFC-11 93-33-92617-1 1800 25

WORTHINGTON EWPP Rapid Mix

Pump FMP-2 6MFC-11 93-33-92617-2 1800 25

WORTHINGTON EWPP Rapid Mix

Pump FMP-3 6MFC-11 93-33-92617-3 1800 25

WORTHINGTON EWPP

Waste

Transfer

Pump

501 20KMD24 83-TU2571-1 590 150

WORTHINGTON EWPP

Waste

Transfer

Pump

502 20KMD24 83-TU2571-2 590 150

WORTHINGTON EWPP

Waste

Transfer

Pump

503 20KMD24 83-TU2571-3 590 150

WORTHINGTON EWPP Transfer

Pump

TRSF-P-B-

2 11417-117049-M 70198 190 150

WORTHINGTON EWPP Transfer

Pump

TRSF-P-

306 26M790-1 84TVU60027-1 1180 300

Page 87: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

SPECIFICATIONS/SCOPE OF WORK SOLICITATION NO.: S30-L26081

87

WORTHINGTON EWPP Transfer

Pump

TRSF-P-

307 26M790-1 84TVU60027-2 1180 300

WORTHINGTON SEWPP Vertical BWP-3164 28H900-1 TVU60256-1 1180 300

WORTHINGTON EWPP Transfer

Pump

TRSF-P-

301 24KMD30-2 176081 710 400

WORTHINGTON EWPP Transfer

Pump

TRSF-P-

302 24KMD30-2 83-TU2568-1 720 400

WORTHINGTON JERSERY

VILLAGE 20x14 BP4 852002860-1 500

WORTHINGTON EWPP Distribution PMP 401 12LNCH-21 MLDOC213-1 1200 600

WORTHINGTON EWPP Distribution PMP 402 12LNCH-21 84Z002623-1 1200 600

WORTHINGTON EWPP Transfer

Pump

TRSF-P-B-

4

75KVF84463400

501 70213A 598 600

WORTHINGTON EWPP Transfer

Pump

TRSF-P-B-

5

5KVF844634005

01 1H284001938 593 600

WORTHINGTON EWPP Transfer

Pump

TRSF-P-

303 36MD42-2 1868AA 505 700

WORTHINGTON EWPP Transfer

Pump

TRSF-P-

304 36MD42-2 83-TU2570-1 514 700

WORTHINGTON SEWPP Horizontal HSP-5106 24LNC 93-33-92499-2 600 900

WORTHINGTON EWPP Distribution PMP 404 82624-002 84200264-2 720 1500

WORTHINGTON EWPP Distribution PMP 403 82624-001 842002624-1 720 1500

WORTHINGTON SEWPP Horizontal HSP-5101 30LNC 600 2000

WORTHINGTON SEWPP Horizontal HSP-5102 30LNC 600 2000

WORTHINGTON EWPP Distribution PMP 407 30LNC-41 84Z002625-3 600 2250

WORTHINGTON SEWPP Horizontal HSP-5103 30LNC 600 2250

WORTHINGTON EWPP Distribution PMP 405 30LNC-41 84Z002625-1 600 2500

WORTHINGTON EWPP Distribution PMP 406 30LNC-41 84Z002625-2 600 2500

WORTHINGTON SEWPP Horizontal HSP-5104 30LNC 600 2750

XYLEM FLYT EWPP Distribution PMP 408 36 x 24 WSHD-A 1-0812-70344-01 594 2250

EWPP Low Lift A-5 24 RO 705 75

EWPP Low Lift A-4 24 RO 439 150

EWPP Transfer

Pump

TRSF-P-B-

12 20 PS 890 150

EWPP Transfer

Pump

TRSF-P-B-

6 V-21246 200

Page 88: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

GENERAL TERMS AND CONDITIONS SOLICITATION NO.: S30-L26081

88

THE STATE OF TEXAS BID # _______________ ORDINANCE #____________________

COUNTY OF HARRIS CONTRACT #_____________________

I. PARTIES 1.0 ADDRESS: THIS AGREEMENT FOR NON-SUBMERSIBLE PUMP REPAIR & REPLACEMENT SERVICES

("Agreement") is made on the Countersignature Date between the CITY OF HOUSTON, TEXAS ("City"), a

Texas Home-Rule City and CONTRACTOR NAME ("Contractor or Vendor"), a corporation doing business in

Texas.

The initial addresses of the parties, which one party may change by giving written notice to the other party,

are as follows:

City Contractor

City Purchasing Agent for Director(s) ________________________

of Various Department(s) ________________________

City of Houston ________________________

P.O. Box 1562 Phone: __________________

Houston, Texas 77251 Fax: _____________________

The Parties agree as follows:

2.0 TABLE OF CONTENTS:

2.1 This Agreement consists of the following sections:

TABLE OF CONTENTS

Page 89: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

GENERAL TERMS AND CONDITIONS SOLICITATION NO.: S30-L26081

89

Page No.

I. PARTIES 9 1.0 ADDRESS: ................................................................................................................................... 9 2.0 TABLE OF CONTENTS: .............................................................................................................. 9 3.0 PARTS INCORPORATED: .......................................................................................................... 9 4.0 CONTROLLING PARTS: ............................................................................................................. 9 5.0 DEFINITIONS: .............................................................................................................................. 9 6.0SIGNATURES: .............................................................................................................................. 9

II. DUTIES OF CONTRACTOR 9 1.0 SCOPE OF SERVICES: ............................................................................................................... 9 2.0 INDEMNITY AND RELEASE: ...................................................................................................... 9 3.0 INDEMNIFICATION PROCEDURES: .......................................................................................... 9 4.0 INSURANCE: ............................................................................................................................... 9 5.0 WARRANTIES: ............................................................................................................................ 9 6.0 LICENSES AND PERMITS: ......................................................................................................... 9 7.0 COMPLIANCE WITH EQUAL OPPORTUNITY ORDINANCE: ................................................... 9 8.0 MWBE COMPLIANCE: ................................................................................................................ 9 9.0 DRUG ABUSE DETECTION AND DETERRENCE: .................................................................... 9 10.0 ENVIRONMENTAL LAWS: ........................................................................................................ 9 11.0 CONTRACTOR'S PERFORMANCE:……………………………………………………………… .. 56 12.0 PAYMENT OF EMPLOYEES AND SUBCONTRACTORS: ....................................................... 9 13.0 CONTRACTOR PAY OR PLAY PROGRAM……………………………………………………….. 57

III. DUTIES OF CITY 9 1.0 PAYMENT TERMS: ..................................................................................................................... 9 2.0 TAXES: ......................................................................................................................................... 9 3.0 METHOD OF PAYMENT: ............................................................................................................ 9 4.0 METHOD OF PAYMENT - DISPUTED PAYMENTS: .................................................................. 9 5.0 LIMIT OF APPROPRIATION:....................................................................................................... 9 6.0 CHANGES: ................................................................................................................................... 9

IV. TERM AND TERMINATION 9 1.0 CONTRACT TERM: ..................................................................................................................... 9 2.0 NOTICE TO PROCEED: .............................................................................................................. 9 3.0 RENEWALS: ................................................................................................................................ 9 4.0 TIME EXTENSIONS: .................................................................................................................... 9 5.0 TERMINATION FOR CONVENIENCE BY THE CITY: ................................................................ 9 6.0 TERMINATION FOR CAUSE BY CITY: ...................................................................................... 9 7.0 TERMINATION FOR CAUSE BY CONTRACTOR: ..................................................................... 9 8.0 REMOVAL OF CONTRACTOR OWNED EQUIPMENT AND MATERIALS: ............................... 9

V. MISCELLANEOUS 9 1.0 INDEPENDENT CONTRACTOR: ................................................................................................ 9 2.0 FORCE MAJEURE: ...................................................................................................................... 9 3.0 SEVERABILITY: ........................................................................................................................... 9 4.0 ENTIRE AGREEMENT: ............................................................................................................... 9 5.0 WRITTEN AMENDMENT: ............................................................................................................ 9 6.0 APPLICABLE LAWS: ................................................................................................................... 9 7.0 NOTICES: .................................................................................................................................... 9 8.0 NON-WAIVER: ............................................................................................................................. 9 9.0 INSPECTIONS AND AUDITS: ..................................................................................................... 9 10.0 ENFORCEMENT: ....................................................................................................................... 9 11.0 AMBIGUITIES: ........................................................................................................................... 9 12.0 SURVIVAL: ................................................................................................................................. 9 13.0 PARTIES IN INTEREST:............................................................................................................ 9 14.0 SUCCESSORS AND ASSIGNS: ............................................................................................... 9 15.0 BUSINESS STRUCTURE AND ASSIGNMENTS: ..................................................................... 9 16.0 REMEDIES CUMULATIVE: ....................................................................................................... 9 17.0 CONTRACTOR DEBT: .............................................................................................................. 9

Page 90: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

GENERAL TERMS AND CONDITIONS SOLICITATION NO.: S30-L26081

90

EXHIBITS

A. DEFINITIONS

B. SCOPE OF SERVICES

BB. LOCATIONS

C. EQUAL EMPLOYMENT OPPORTUNITY

D. MWBE SUBCONTRACT TERMS

E. DRUG POLICY COMPLIANCE AGREEMENT

F. CERTIFICATION OF NO SAFETY IMPACT POSITIONS

G. DRUG POLICY COMPLIANCE DECLARATION

H. FEES AND COSTS

I. CONTRACTOR PAY OR PLAY

3.0 PARTS INCORPORATED:

3.1 The above described sections and exhibits are incorporated into this Agreement. 4.0 CONTROLLING PARTS:

4.1 If a conflict among the sections or exhibits arises the Exhibits control over the Sections. 5.0 DEFINITIONS:

5.1 Certain terms used in this Agreement are defined in Exhibit "A".

Page 91: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

GENERAL TERMS AND CONDITIONS SOLICITATION NO.: S30-L26081

91

6.0 SIGNATURES: 6.1 The Parties have executed this Agreement in multiple copies, each of which is an original.

ATTEST/SEAL (if a corporation): ____________________________________

WITNESS (if not a corporation):

By:___________________________ By:______________________________________

Name: Name:

Title: Title:

Federal Tax ID Number: _____________________

ATTEST/SEAL: CITY OF HOUSTON, TEXAS Signed by:

______________________________ _______________________________ City Secretary Mayor

APPROVED: COUNTERSIGNED BY:

_____________________________ ________________________________ City Purchasing Agent City Controller

DATE COUNTERSIGNED:

________________________________

This Contract has been reviewed as to form by the undersigned legal assistant and has been found to

meet established Legal Department criteria. The Legal Department has not reviewed the content of

these documents.

____________________________ _______________________________ Date Legal Assistant

Page 92: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

GENERAL TERMS AND CONDITIONS SOLICITATION NO.: S30-L26081

92

II. DUTIES OF CONTRACTOR 1.0 SCOPE OF SERVICES:

1.1 In consideration of the payments specified in this Agreement, Contractor shall provide all labor, material, equipment, transportation and supervision necessary to perform the services described in Exhibit "B” & “BB.”

2.0 INDEMNITY AND RELEASE:

2.1 RELEASE

PRIME CONTRACTOR/SUPPLIER AGREES TO AND SHALL RELEASE THE CITY, ITS

AGENTS, EMPLOYEES, OFFICERS, AND LEGAL REPRESENTATIVES (COLLECTIVELY THE

CITY) FROM ALL LIABILITY FOR INJURY, DEATH, DAMAGE, OR LOSS TO PERSONS OR

PROPERTY SUSTAINED IN CONNECTION WITH OR INCIDENTAL TO PERFORMANCE

UNDER THIS AGREEMENT, EVEN IF THE INJURY, DEATH, DAMAGE, OR LOSS IS

CAUSED BY THE CITY’S SOLE OR CONCURRENT NEGLIGENCE AND/OR THE CITY’S

STRICT PRODUCTS LIABILITY OR STRICT STATUTORY LIABILITY.

2.2 INDEMNIFICATION:

PRIME CONTRACTOR/SUPPLIER AGREES TO AND SHALL DEFEND, INDEMNIFY, AND HOLD THE CITY, ITS AGENTS, EMPLOYEES, OFFICERS, AND LEGAL REPRESENTATIVES (COLLECTIVELY "THE CITY") HARMLESS FOR ALL CLAIMS, CAUSES OF ACTION, LIABILITIES, FINES, AND EXPENSES (INCLUDING, WITHOUT LIMITATION, ATTORNEY’S FEES, COURT COSTS, AND ALL OTHER DEFENSE COSTS AND INTEREST) FOR INJURY, DEATH, DAMAGE, OR LOSS TO PERSONS OR PROPERTY SUSTAINED IN CONNECTION WITH OR INCIDENTAL TO PERFORMANCE UNDER THIS AGREEMENT INCLUDING, WITHOUT LIMITATION, THOSE CAUSED BY:

2.2.1 PRIME CONTRACTOR/SUPPLIERS AND/OR ITS AGENTS’, EMPLOYEES’,

OFFICERS’, DIRECTORS’, CONTRACTORS’, OR SUBCONTRACTORS’ (COLLECTIVELY IN NUMBERED PARAGRAPHS 2.1-2.3, "PRIME CONTRACTOR/SUPPLIER") ACTUAL OR ALLEGED NEGLIGENCE OR INTENTIONAL ACTS OR OMISSIONS;

2.2.2 THE CITY’S AND PRIME CONTRACTOR/SUPPLIER’S ACTUAL OR ALLEGED

CONCURRENT NEGLIGENCE, WHETHER PRIME CONTRACTOR/SUPPLIER IS IMMUNE FROM LIABILITY OR NOT; AND

2.2.3 THE CITY’S AND PRIME CONTRACTOR/SUPPLIER’S ACTUAL OR ALLEGED

STRICT PRODUCTS LIABILITY OR STRICT STATUTORY LIABILITY, WHETHER PRIME CONTRACTOR/SUPPLIER IS IMMUNE FROM LIABILITY OR NOT.

2.2.4 PRIME CONTRACTOR/SUPPLIER SHALL DEFEND, INDEMNIFY, AND HOLD THE

CITY HARMLESS DURING THE TERM OF THIS AGREEMENT AND FOR FOUR YEARS AFTER THE AGREEMENT TERMINATES. PRIME CONTRACTOR/SUPPLIER’S INDEMNIFICATION IS LIMITED TO $500,000.00 PER

Page 93: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

GENERAL TERMS AND CONDITIONS SOLICITATION NO.: S30-L26081

93

OCCURRENCE. PRIME CONTRACTOR/SUPPLIER SHALL NOT INDEMNIFY THE CITY FOR THE CITY’S SOLE NEGLIGENCE.

2.3 INDEMNIFICATION:

CONTRACTOR SHALL REQUIRE ALL OF ITS SUBCONTRACTORS (AND THEIR SUBCONTRACTORS) TO RELEASE AND INDEMNIFY THE CITY TO THE SAME EXTENT AND IN SUBSTANTIALLY THE SAME FORM AS ITS RELEASE AND INDEMNITY TO THE CITY

3.0 INDEMNIFICATION PROCEDURES:

3.1 Notice of Claims. If the City or Prime Contractor/Supplier receives notice of any claim or

circumstances which could give rise to an indemnified loss, the receiving party shall give written notice to the other party within 10 days. The notice must include the following: 3.1.1 a description of the indemnification event in reasonable detail, 3.1.2 the basis on which indemnification may be due, and 3.1.3 the anticipated amount of the indemnified loss.

3.2 This notice does not stop or prevent the City from later asserting a different basis for

indemnification or a different amount of indemnified loss than that indicated in the initial

notice. If the City does not provide this notice within the 10 day period, it does not waive

any right to indemnification except to the extent that Prime Contractor/Supplier is

prejudiced, suffers loss, or incurs expense because of the delay.

3.3 Defense of Claims

3.3.1 Assumption of Defense. Prime Contractor/Supplier may assume the defense of the

claim at its own expense with counsel chosen by it that is reasonably satisfactory to the City. Prime Contractor/Supplier shall then control the defense and any negotiations to settle the claim. Within 10 days after receiving written notice of the indemnification request, Prime Contractor/Supplier must advise the City as to whether or not it will defend the claim. If Prime Contractor/Supplier does not assume the defense, the City shall assume and control the defense, and all defense expenses constitute an indemnification loss.

3.3.2 Continued Participation. If Prime Contractor/Supplier elects to defend the claim, the

City may retain separate counsel to participate in (but not control) the defense and to participate in (but not control) any settlement negotiations. Prime Contractor/Supplier may settle the claim without the consent or agreement of the City, unless it (i) would result in injunctive relief or other equitable remedies or otherwise require the City to comply with restrictions or limitations that adversely affect the City, (ii) would require the City to pay amounts that Prime Contractor/Supplier does not fund in full, (iii) would not result in the City’s full and complete release from all liability to the plaintiffs or claimants who are parties to or otherwise bound by the settlement.

Page 94: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

GENERAL TERMS AND CONDITIONS SOLICITATION NO.: S30-L26081

94

4.0 INSURANCE:

4.1 Contractor shall maintain in effect certain insurance coverage and shall furnish certificates of

insurance, in duplicate form, before beginning its performance under this Agreement. All policies except Professional Liability and Workers’ Compensation must name the City as an additional insured. The issuer of any policy (1) shall have a Certificate of Authority to transact insurance business in Texas or (2) shall be an eligible non-admitted insurer in the State of Texas and have a Best's rating of at least B+ and a Best's Financial Size Category of Class VI or better, according to the most current edition Best's Key Rating Guide. Contractor shall maintain the following insurance coverages in the following amounts:

4.1.1 Commercial General Liability insurance including Contractual Liability insurance:

$500,000 per occurrence; $1,000,000 aggregate 4.1.2 Workers’ Compensation including Broad Form All States endorsement:

Statutory amount

4.1.3 Automobile Liability insurance $1,000,000 combined single limit per occurrence

Defense costs are excluded from the face amount of the policy. Aggregate Limits are per 12-month policy period unless otherwise indicated.

4.1.4 Employer's Liability Bodily injury by accident $100,000 (each accident) Bodily injury by disease $100,000 (policy limit) Bodily injury by disease $100,000 (each employee)

4.2 All insurance policies must require by endorsement, that the insurance carrier waives any

rights of subrogation against the City, Contractor shall give written notice to the Director if any of its insurance policies are cancelled, materially changed or non-renewed. Within the 30 day period, Contractor shall provide other suitable policies in lieu of those about to be canceled, materially changed, or non-renewed so as to maintain in effect the required coverage. If Contractor does not comply with this requirement, the Director, at his or sole discretion, may: 4.2.1 immediately suspend Contractor from any further performance under this Agreement

and begin procedures to terminate for default, or 4.2.2 purchase the required insurance with City funds and deduct the cost of the premiums

from amounts due to Contractor under this Agreement. 4.2.3 All certificates of insurance submitted by Contractor shall be accompanied by

endorsements for additional insured coverage in favor of the City for Commercial General Liability and Automobile Liability policies; and waivers of subrogation in favor of the City for Commercial General Liability, Automobile Liability, and Worker's Compensation/Employers' Liability policies. For a list of pre-approved endorsement, forms see http://purchasing.houstontx.gov/forms.shtml. The Director will consider all other forms on a case-by-case basis.

Page 95: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

GENERAL TERMS AND CONDITIONS SOLICITATION NO.: S30-L26081

95

5.0 WARRANTIES: 5.1 Contractor represents and warrants that it shall perform all work in a good and workmanlike

manner, meeting the standards of quality prevailing in Harris County, Texas for work of this kind. Contractor shall perform all work using trained and skilled persons having substantial experience performing the work required under this Agreement.

5.2 With respect to any parts and goods furnished by it, Contractor warrants:

5.2.1 that all items are free of defects in title, material, and workmanship, 5.2.2 that each item meets or exceeds the manufacturer’s specifications and requirements for

the equipment, structure, or other improvement in which the item is installed, 5.2.3 that each replacement item is new in accordance with original equipment

manufacturer's specifications, and of a quality at least as good as the quality of the item which it replaces (when the replaced item was new), and

5.2.4 that no item or its use infringes any patent, copyright, or proprietary right.

6.0 LICENSES AND PERMITS:

6.1 Contractor shall obtain and pay for all licenses, permits, and certificates required by any statute, ordinance, rule, or regulation.

7.0 COMPLIANCE WITH EQUAL OPPORTUNITY ORDINANCE:

7.1 Contractor shall comply with the City's Equal Employment Opportunity Ordinance as set out in

Exhibit "C." 8.0 MWBE COMPLIANCE:

8.1 Contractor shall comply with the City's Minority and Women Business Enterprise ("MWBE") programs as set out in Chapter 15, Article V of the City of Houston Code of Ordinances. Contractor shall make good faith efforts to award subcontracts or supply agreements in at least 4% of the value of this Agreement to MWBEs. Contractor acknowledges that it has reviewed the requirements for good faith efforts on file with the City’s Office of Business Opportunity (OBO) and will comply with them.

8.2 MWBE subcontracts must contain the terms set out in Exhibit "D."

9.0 DRUG ABUSE DETECTION AND DETERRENCE: 9.1 It is the policy of the City to achieve a drug-free workforce and workplace. The manufacture,

distribution, dispensation, possession, sale, or use of illegal drugs or alcohol by contractors while on City Premises is prohibited. Contractor shall comply with all the requirements and procedures set forth in the Mayor's Drug Abuse Detection and Deterrence Procedures for Contractors, Executive Order No. 1-31 ("Executive Order"), which is incorporated into this Agreement and is on file in the City Secretary’s Office.

9.2 Before the City signs this Agreement, Contractor shall file with the Contract Compliance Officer

for Drug Testing ("CCODT"):

Page 96: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

GENERAL TERMS AND CONDITIONS SOLICITATION NO.: S30-L26081

96

9.2.1 a copy of its drug-free workplace policy, 9.2.2 the Drug Policy Compliance Agreement substantially in the form set forth in Exhibit "E,"

together with a written designation of all safety impact positions and, 9.2.3 if applicable (e.g. no safety impact positions), the Certification of No Safety Impact

Positions, substantially in the form set forth in Exhibit "F." 9.3 If Contractor files a written designation of safety impact positions with its Drug Policy

Compliance Agreement, it also shall file every 6 months during the performance of this Agreement or on completion of this Agreement if performance is less than 6 months, a Drug Policy Compliance Declaration in a form substantially similar to Exhibit "G.” Contractor shall submit the Drug Policy Compliance Declaration to the CCODT within 30 days of the expiration of each 6-month period of performance and within 30 days of completion of this Agreement. The first 6-month period begins to run on the date the City issues its Notice to Proceed or if no Notice to Proceed is issued, on the first day Contractor begins work under this Agreement.

9.4 Contractor also shall file updated designations of safety impact positions with the CCODT

if additional safety impact positions are added to Contractor's employee work force.

9.5 Contractor shall require that its subcontractors comply with the Executive Order, and

Contractor shall secure and maintain the required documents for City inspection.

10.0 ENVIRONMENTAL LAWS: 10.1 Contractor shall comply with all rules, regulations, statutes, or orders of the Environmental

Protection Agency ("EPA"), the Texas Commission on Environmental Quality ("TCEQ"), and any other governmental agency with the authority to promulgate environmental rules and regulations (“Environmental Laws”). Contractor shall promptly reimburse the City for any fines or penalties levied against the City because of Contractor’s failure to comply.

10.2 Contractor shall not possess, use, generate, release, discharge, store, dispose of, or transport

any Hazardous Materials on, under, in, above, to, or from the site except in strict compliance with the Environmental Regulations. "Hazardous Materials" means any substances, materials, or wastes that are or become regulated as hazardous or toxic substances under any applicable federal, state, or local laws, regulations, ordinances, or orders. Contractor shall not deposit oil, gasoline, grease, lubricants or any ignitable or hazardous liquids, materials, or substances in the City's storm sewer system or sanitary sewer system or elsewhere on City Property in violation of the Environmental Laws.

11.0 CONTRACTOR’S PERFORMANCE:

11.1 Contractor shall make citizen satisfaction a priority in providing services under this Agreement. Contractor shall train its employees to be customer service-oriented and to positively and politely interact with citizens when performing contract services. Contractor's employees shall be clean, courteous, efficient, and neat in appearance and committed to offering the highest quality of service to the public. If, in the Director's opinion, Contractor is not interacting in a positive and polite manner with citizens, he or she shall direct Contractor to take all remedial steps to conform to these standards.

Page 97: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

GENERAL TERMS AND CONDITIONS SOLICITATION NO.: S30-L26081

97

12.0 PAYMENT OF EMPLOYEES AND SUBCONTRACTORS:

12.1 Contractor shall make timely payments in accordance with applicable state and federal law to all persons and entities supplying labor, materials or equipment for the performance of this Agreement including Contractor’s employees.

12.2 Failure of Contractor to pay its employees as required by law shall constitute a default under

this contract for which the Contractor and it’s surety shall be liable on Contractor’s performance bond if Contractor fails to cure the default as provided under this Agreement.

12.3 Contractor shall defend and indemnify the City from any claims or liability arising out of

Contractors failure to pay its subcontractors as required by law. Contractor shall submit disputes relating to payment of M/WBE subcontractors to arbitration in the same manner as any other disputes under the M/WBE subcontract.

13.0 CONTRACTOR PAY OR PLAY PROGRAM:

13.1 The requirement and terms of the City of Houston Pay or Play Policy, as set out in

Executive Order 1-7, are incorporated into this Agreement for all purposes. Contractor has

reviewed Executive Order 1-7 and shall comply with its terms and conditions as they are

set out at the time of City Council approval of this Agreement. Exhibit “I”.

13.2 The Pay or Play Program for various departments will be administered by the City of

Houston Office of Business Opportunity designee and for a Department specific contract;

the Department’s designated contract administrator will administer the Pay or Play

Program.

III. DUTIES OF CITY 1.0 PAYMENT TERMS:

1.1 The City shall pay and Contractor shall accept fees at the unit prices provided in Exhibit H for all services rendered and the Deliverables furnished by Contractor. The fees must only be paid from Allocated Funds, as provided below.

1.2 Any quantities of services or Deliverables shown in any part of this contract or its exhibits are

estimated only and are not any guarantee that the City will not purchase more or less of those services or Deliverables. The City will pay only for the services or Deliverables actually ordered and only at the unit prices set out.

2.0 TAXES:

2.1 The City is exempt from payment of Federal Excise and Transportation Tax and Texas Limited Sales and Use Tax. Contractor's invoices to the City must not contain assessments of any of these taxes. The Director will furnish the City’s exemption certificate and federal tax identification number to Contractor if requested.

3.0 METHOD OF PAYMENT:

3.1 The City shall pay Contractor on the basis of invoices submitted by Contractor and approved

by the Director, showing the specific tasks completed in the preceding month and the

Page 98: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

GENERAL TERMS AND CONDITIONS SOLICITATION NO.: S30-L26081

98

corresponding prices. The City shall make payments to Contractor at its address for notices within 30 days of receipt of an approved invoice.

4.0 METHOD OF PAYMENT - DISPUTED PAYMENTS:

4.1 If the City disputes any items in an invoice Contractor submits for any reason, including lack of supporting documentation, the Director shall temporarily delete the disputed item and pay the remainder of the invoice. The Director shall promptly notify Contractor of the dispute and request remedial action. After the dispute is settled, Contractor shall include the disputed amount on a subsequent regularly scheduled invoice or on a special invoice for the disputed item only.

5.0 LIMIT OF APPROPRIATION:

5.1 The City's duty to pay money to Contractor under this Agreement is limited in its entirety by the

provisions of this Section. 5.2 In order to comply with Article II, Sections 19 and 19a of the City's Charter and Article XI,

Section 5 of the Texas Constitution, the City has appropriated and allocated the sum of $____________ to pay money due under this Agreement (the "Original Allocation"). The executive and legislative officers of the City, in their discretion, may allocate supplemental funds for this Agreement, but they are not obligated to do so. Therefore, the parties have agreed to the following procedures and remedies:

5.3 The City makes a Supplemental Allocation by issuing to Contractor a Service Release Order,

or similar form approved by the City Controller, containing the language set out below. When necessary, the Supplemental Allocation shall be approved by motion or ordinance of City Council.

“NOTICE OF SUPPLEMENTAL ALLOCATION OF FUNDS”

By the signature below, the City Controller certifies that, upon the request of the responsible director, the supplemental sum set out below has been allocated for the purposes of the Agreement out of funds appropriated for this purpose by the City Council of the City of Houston. This supplemental allocation has been charged to such appropriation.

5.4 The Original Allocation plus all supplemental allocations are the Allocated Funds. The City shall never be obligated to pay any money under this Agreement in excess of the Allocated Funds. Contractor must assure itself that sufficient allocations have been made to pay for services it provides. If Allocated Funds are exhausted, Contractor’s only remedy is suspension or termination of its performance under this Agreement and it has no other remedy in law or in equity against the City and no right to damages of any kind.

6.0 CHANGES:

6.1 At any time during the Agreement Term, the City Purchasing Agent or Director may issue a

Change Order to increase or decrease the scope of services or change plans and specifications, as he or she may find necessary to accomplish the general purposes of this Agreement. Contractor shall furnish the services or deliverables in the Change Order in accordance with the requirements of this Agreement plus any special provisions, specifications, or special instructions issued to execute the extra work.

Page 99: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

GENERAL TERMS AND CONDITIONS SOLICITATION NO.: S30-L26081

99

6.2 The City Purchasing Agent or Director will issue the Change Order in substantially the following form:

CHANGE ORDER

TO: [Name of Contractor] FROM: City of Houston, Texas (the "City") DATE: [Date of Notice] SUBJECT: Change Order under the Agreement between the City and [Name of

Contractor] countersigned by the City Controller on [Date of countersignature of the Agreement]

Subject to all terms and conditions of the Agreement, the City requests that Contractor provide the following:

[Here describe the additions to or changes to the equipment or services and the Change Order Charges applicable to each.]

Signed: [Signature of City Purchasing or Director]

6.3 The City Purchasing Agent or Director may issue more than one Change Order, subject to the

following limitations: 6.3.1 Council expressly authorizes the City Purchasing Agent or Director to approve a

Change Order of up to $50,000. A Change Order of more than $50,000 over the approved contract amount must be approved by the City Council.

6.3.2 If a Change Order describes items that Contractor is otherwise required to provide

under this Agreement, the City is not obligated to pay any additional money to Contractor.

6.3.3 The Total of all Change Orders issued under this section may not increase the Original

Agreement amount by more than 25%. 6.4 Whenever Contractor receives a Change Order, Contractor shall furnish all material,

equipment, and personnel necessary to perform the work described in the Change Order. Contractor shall complete the work within the time prescribed. If no time for completion is prescribed, Contractor shall complete the work within a reasonable time. If the work described in any Change Order causes an unavoidable delay in any other work Contractor is required to perform under this Agreement, Contractor may request a time extension for the completion of the work. The City Purchasing Agent’s or Director’s decision regarding a time extension is final.

6.5 A product or service provided under a Change Order is subject to inspection, acceptance, or

rejection in the same manner as the work described in the Original Agreement, and is subject to the terms and conditions of the Original Agreement as if it had originally been a part of the Agreement.

6.6 Change Orders are subject to the Allocated Funds provisions of this Agreement.

Page 100: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

GENERAL TERMS AND CONDITIONS SOLICITATION NO.: S30-L26081

100

IV. TERM AND TERMINATION 1.0 CONTRACT TERM:

1.1 This Agreement is effective on the Countersignature Date and expires three (3) years after the date specified in the Notice to Proceed unless sooner terminated according to the terms of this Agreement.

2.0 NOTICE TO PROCEED:

2.1 Contractor shall begin performance under this Agreement on the date specified in a Notice to Proceed from the City Purchasing Agent.

3.0 RENEWALS:

3.1 Upon expiration of the Initial Term, and so long as the City makes sufficient supplemental allocations, this Agreement will be automatically renewed for two successive one-year terms on the same terms and conditions. If the Director of the City Department elects not to renew this Agreement, the City Purchasing shall notify Contractor in writing of non-renewal at least 30 days before the expiration of the then-current term.

4.0 TIME EXTENSIONS:

4.1 If the Department requests an extension of time to complete its performance, then the City Purchasing Agent may, in his or her sole discretion, extend the time so long as the extension does not exceed 180 days. The extension must be in writing but does not require amendment of this Agreement. Contractor is not entitled to damages for delay(s) regardless of the cause of the delay(s).

5.0 TERMINATION FOR CONVENIENCE BY THE CITY:

5.1 The City Purchasing Agent or Director may terminate this Agreement at any time by giving 30 days written notice to Contractor. The City's right to terminate this Agreement for convenience is cumulative of all rights and remedies which exist now or in the future.

5.2 On receiving the notice, Contractor shall, unless the notice directs otherwise, immediately

discontinue all services under this Agreement and cancel all existing orders and subcontracts that are chargeable to this Agreement. As soon as practicable after receiving the termination notice, Contractor shall submit an invoice showing in detail the services performed under this Agreement up to the termination date. The City shall then pay the fees to Contractor for services actually performed, but not already paid for, in the same manner as prescribed in Section III unless the fees exceed the allocated funds remaining under this Agreement.

5.3 TERMINATION OF THIS AGREEMENT AND RECEIPT OF PAYMENT FOR SERVICES

RENDERED ARE CONTRACTOR'S ONLY REMEDIES FOR THE CITY’S TERMINATION FOR CONVENIENCE, WHICH DOES NOT CONSTITUTE A DEFAULT OR BREACH OF THIS AGREEMENT. CONTRACTOR WAIVES ANY CLAIM (OTHER THAN ITS CLAIM FOR PAYMENT AS SPECIFIED IN THIS SECTION), IT MAY HAVE NOW OR IN THE FUTURE FOR FINANCIAL LOSSES OR OTHER DAMAGES RESULTING FROM THE CITY'S TERMINATION FOR CONVENIENCE.

Page 101: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

GENERAL TERMS AND CONDITIONS SOLICITATION NO.: S30-L26081

101

6.0 TERMINATION FOR CAUSE BY CITY:

6.1 If Contractor defaults under this Agreement, the City Chief Procurement Officer or Director may either terminate this Agreement or allow Contractor to cure the default as provided below. The City's right to terminate this Agreement for Contractor's default is cumulative of all rights and remedies which exist now or in the future. Default by Contractor occurs if:

6.1.1 Contractor fails to perform any of its duties under this Agreement;

6.1.2 Contractor becomes insolvent;

6.1.3 all or a substantial part of Contractor’s assets are assigned for the benefit of its

creditors; or

6.1.4 a receiver or trustee is appointed for Contractor.

6.2 If a default occurs, the City Purchasing Agent or Director may, but is not obligated to, deliver a written notice to Contractor describing the default and the termination date. The City

Purchasing Agent or Director at his or her sole option, may extend the termination date to a later date. If the City Purchasing Agent or Director allows Contractor to cure the default and Contractor does so to the City Purchasing Agent’s or Director’s satisfaction before the termination date, then the termination is ineffective. If Contractor does not cure the default before the termination date, then the City Purchasing Agent or Director may terminate this Agreement on the termination date, at no further obligation of the City.

6.3 To effect final termination, the City Purchasing Agent or Director must notify Contractor in

writing. After receiving the notice, Contractor shall, unless the notice directs otherwise, immediately discontinue all services under this Agreement, and promptly cancel all orders or subcontracts chargeable to this Agreement.

7.0 TERMINATION FOR CAUSE BY CONTRACTOR:

7.1 Contractor may terminate its performance under this Agreement only if the City defaults and fails to cure the default after receiving written notice of it. Default by the City occurs if the City fails to perform one or more of its material duties under this Agreement. If a default occurs and Contractor wishes to terminate the Agreement, then Contractor must deliver a written notice to the Director describing the default and the proposed termination date.

7.2 The date must be at least 30 days after the Director receives notice. Contractor, at its sole

option, may extend the proposed termination date to a later date. If the City cures the default before the proposed termination date, then the proposed termination is ineffective. If the City does not cure the default before the proposed termination date, then Contractor may terminate its performance under this Agreement on the termination date.

8.0 REMOVAL OF CONTRACTOR OWNED EQUIPMENT AND MATERIALS:

8.1 Upon expiration, or termination of this Agreement, Contractor is permitted ten (10) days within

which to remove contractor-owned material and equipment from the City’s premises. The City shall make such material and equipment readily available to Contractor. The time period may

Page 102: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

GENERAL TERMS AND CONDITIONS SOLICITATION NO.: S30-L26081

102

be extended upon approval by the Director. The City reserves the right to deny any extension of time.

V. MISCELLANEOUS 1.0 INDEPENDENT CONTRACTOR:

1.1 Contractor shall perform its obligations under this Agreement as an independent contractor and not as an employee of the City.

2.0 FORCE MAJEURE:

2.1 Timely performance by both parties is essential to this Agreement. However, neither party is

liable for delays or other failures to perform its obligations under this Agreement to the extent the delay or failure is caused by Force Majeure. Force Majeure means fires, floods, explosions, and other acts of God, war, terrorist acts, riots, court orders, and the acts of superior governmental or military authority.

2.2 This relief is not applicable unless the affected party does the following:

2.2.1 uses due diligence to remove the Force Majeure as quickly as possible; and 2.2.2 provides the other party with prompt written notice of the cause and its anticipated effect.

2.3 The City may perform contract functions itself or contract them out during periods of Force

Majeure. Such performance does not constitute a default or breach of this Agreement by the City.

2.4 If the Force Majeure continues for more than 30 days, the City Purchasing Agent or Director

may terminate this Agreement by giving 30 days' written notice to Contractor. This termination is not a default or breach of this Agreement. CONTRACTOR WAIVES ANY CLAIM IT MAY HAVE FOR FINANCIAL LOSSES OR OTHER DAMAGES RESULTING FROM THE TERMINATION EXCEPT FOR AMOUNTS DUE UNDER THE AGREEMENT AT THE TIME OF THE TERMINATION.

3.0 SEVERABILITY:

3.1 If any part of this Agreement is for any reason found to be unenforceable, all other parts remain enforceable unless the result materially prejudices either party.

4.0 ENTIRE AGREEMENT:

4.1 This Agreement merges the prior negotiations and understandings of the Parties and embodies

the entire agreement of the Parties. No other agreements, assurances, conditions, covenants (express or implied), or other terms of any kind exist between the Parties regarding this Agreement.

5.0 WRITTEN AMENDMENT:

Page 103: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

GENERAL TERMS AND CONDITIONS SOLICITATION NO.: S30-L26081

103

5.1 Unless otherwise specified elsewhere in this Agreement, this Agreement may be amended only by written instrument executed on behalf of the City (by authority of an ordinance duly adopted by the City Council) and Contractor. The Director is only authorized to perform the functions specifically delegated to him or her in this Agreement.

6.0 APPLICABLE LAWS:

6.1 This Agreement is subject to the laws of the State of Texas, the City Charter and Ordinances, the laws of the federal government of the United States, and all rules and regulations of any regulatory body or officer having jurisdiction.

6.2 Venue for any litigation relating to this Agreement is Harris County, Texas.

7.0 NOTICES:

7.1 All notices to either party to the Agreement must be in writing and must be delivered by hand, facsimile, United States registered or certified mail, return receipt requested, United States Express Mail, Federal Express, Airborne Express, UPS or any other national overnight express delivery service. The notice must be addressed to the party to whom the notice is given at its address set out in Section I of this Agreement or other address the receiving party has designated previously by proper notice to the sending party. Postage or delivery charges must be paid by the party giving the notice.

8.0 NON-WAIVER:

8.1 If either party fails to require the other to perform a term of this Agreement, that failure does not

prevent the party from later enforcing that term and all other terms. If either party waives the other’s breach of a term, that waiver does not waive a later breach of this Agreement.

8.2 An approval by the Director, or by any other employee or agent of the City, of any part of

Contractor’s performance does not waive compliance with this Agreement or establish a standard of performance other than that required by this Agreement and by law. The Director is not authorized to vary the terms of this Agreement.

9.0 INSPECTIONS AND AUDITS:

9.1 City representatives may perform, or have performed, (1) audits of Contractor’s books and records, and (2) inspections of all places where work is undertaken in connection with this Agreement. Contractor shall keep its books and records available for this purpose for at least 4 years after this Agreement terminates. This provision does not affect the applicable statute of limitations.

10.0 ENFORCEMENT:

10.1 The City Attorney or his or her designee may enforce all legal rights and obligations under this

Agreement without further authorization. Contractor shall provide to the City Attorney all documents and records that the City Attorney requests to assist in determining Contractor's compliance with this Agreement, with the exception of those documents made confidential by federal or State law or regulation.

11.0 AMBIGUITIES:

Page 104: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

GENERAL TERMS AND CONDITIONS SOLICITATION NO.: S30-L26081

104

11.1 If any term of this Agreement is ambiguous, it shall not be construed for or against any party on the basis that the party did or did not write it.

12.0 SURVIVAL:

12.1 Contractor shall remain obligated to the City under all clauses of this Agreement that expressly or by their nature extend beyond the expiration or termination of this Agreement, including but not limited to, the indemnity provisions.

13.0 PARTIES IN INTEREST:

13.1 This Agreement does not bestow any rights upon any third party, but binds and benefits the City and Contractor only.

14.0 SUCCESSORS AND ASSIGNS:

14.1 This Agreement binds and benefits the Parties and their legal successors and permitted assigns; however, this provision does not alter the restrictions on assignment and disposal of assets set out in the following paragraph. This Agreement does not create any personal liability on the part of any officer or agent of the City.

15.0 BUSINESS STRUCTURE AND ASSIGNMENTS:

15.1 Contractor shall not assign this Agreement at law or otherwise or dispose of all or substantially all of its assets without the City Purchasing Agent’s or Director’s prior written consent. Nothing in this clause, however, prevents the assignment of accounts receivable or the creation of a security interest under Section 9.406 (c) of the Texas Business & Commerce Code. In the case of such an assignment, Contractor shall immediately furnish the City with proof of the assignment and the name, telephone number, and address of the Assignee and a clear identification of the fees to be paid to the Assignee.

15.2 Contractor shall not delegate any portion of its performance under this Agreement without the

City Purchasing Agent’s or Director’s prior written consent. 16.0 REMEDIES CUMULATIVE:

16.1 Unless otherwise specified elsewhere in this Agreement, the rights and remedies contained in this Agreement are not exclusive, but are cumulative of all rights and remedies which exist now or in the future. Neither party may terminate its duties under this Agreement except in accordance with its provisions.

17.0 CONTRACTOR DEBT:

17.1 If Contractor, at any time during the term of this agreement, incurs a debt, as the word is defined in Section 15-122 of the Houston City Code of Ordinances, it shall immediately notify the City Controller in writing. If the City Controller becomes aware that Contractor has incurred a debt, she shall immediately notify contractor in writing. If Contractor does not pay the debt within 30 days of either such notification, the City Controller may deduct funds in an amount equal to the debt from any payments owed to Contractor under this agreement, and Contractor waives any recourse therefor.

18.0 DISQUALIFICATION OF BIDDERS:

Page 105: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

GENERAL TERMS AND CONDITIONS SOLICITATION NO.: S30-L26081

105

Any one or more of the following causes may be considered as sufficient for the disqualification of a bidder and the rejection of its bid response(s): 18.1 More than one bid response for the same contract from an individual, firm or corporation under the same

or different names. 18.2 Evidence of collusion among bidders. 18.3 Unsatisfactory performance record as evidenced by past experience. 18.4 If the unit prices are obviously unbalanced either in excess or below reasonable cost analysis values. 18.5 If there are any unauthorized additions, interlineations, conditional or alternate bids or irregularities of

any kind which may tend to make the bid response incomplete, indefinite, or ambiguous as to its meaning.

Page 106: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

GENERAL TERMS AND CONDITIONS SOLICITATION NO.: S30-L26081

106

EXHIBIT "C" EQUAL EMPLOYMENT OPPORTUNITY

(Will Be Inserted In Original Contract)

Page 107: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

GENERAL TERMS AND CONDITIONS SOLICITATION NO.: S30-L26081

107

EXHIBIT "D" MWBE REQUIREMENTS

(Will Be Inserted In Original Contract)

Page 108: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

GENERAL TERMS AND CONDITIONS SOLICITATION NO.: S30-L26081

108

EXHIBIT “E” DRUG POLICY COMPLIANCE AGREEMENT

(Will Be Inserted In Original Contract)

Page 109: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

GENERAL TERMS AND CONDITIONS SOLICITATION NO.: S30-L26081

109

EXHIBIT "F" CONTRACTOR'S CERTIFICATION OF NO SAFETY IMPACT POSITIONS IN PERFORMANCE OF A CITY CONTRACT

(Will Be Inserted In Original Contract)

Page 110: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

GENERAL TERMS AND CONDITIONS SOLICITATION NO.: S30-L26081

110

EXHIBIT "G" DRUG POLICY COMPLIANCE DECLARATION

(Will Be Inserted In Original Contract)

Page 111: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

GENERAL TERMS AND CONDITIONS SOLICITATION NO.: S30-L26081

111

EXHIBIT "H" FEES AND COSTS

(Will Be Inserted In Original Contract)

Page 112: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

GENERAL TERMS AND CONDITIONS SOLICITATION NO.: S30-L26081

112

EXHIBIT “I” PAY OR PLAY PROGRAM

(Will Be Inserted In Original Contract)

Page 113: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

EVALUATION AND SELECTION PROCESS SOLICITATION NO.: S19-L25408

113

To simplify the review process and to obtain the maximum degree of comparability, the Offeror(s) must provide

responses to the items set forth below and include this information as requested in the bid packet; to allow the evaluation

committee to conduct a thorough assessment of the Offeror(s) experience and capabilities. Moreover, Offeror(s) are

encouraged to include additional relevant and supporting information to demonstrate their qualifications.

PROCESS SUMMARY:

No. FACTOR DESCRIPTION Weight (%)

1 Factor 1 – EXPERIENCE/EXPERTISE 25%

2 Factor 2 – PAST PERFORMANCE 25%

3 Factor 3 – FINANCIAL CAPABIILITY 10%

4 Factor 4 – COST 30%

5 Factor 6– Conformance with BVB Requirements 10%

TOTAL 100%

Factor 1 – EXPERIENCE/EXPERTISE: 25%

1. Provide a statement that best demonstrates the Offeror(s) experience and expertise on relevant projects that are similar

in size, scope and complexity to this Bid Solicitation. Please describe the Offeror’s background information, history,

resources, and method of approach.

2. Provide an organizational chart of proposed team or staff for this contract.

3. Provide resumes of key personnel whom will be responsible for the delivery of contract services.

4. Provide copies of key personnel certifications and/or licenses.

5. Submit a maximum of five (5) and a minimum of two (2) projects that best demonstrate experience on relevant

projects. Relevant projects are defined as those for the repair and replacement of Electrical Motors for wastewater

applications.

Factor 2 – PAST PERFORMANCE: 25%

1. If a completed Final Evaluation is available for completed projects, it shall be submitted with the Bid Proposal. If

completed evaluations are not available, the Past Performance Questionnaire (PPQ) included in this Solicitation is

provided for the Offeror(s) to submit to the client(s) for each project the Offeror(s) included for Factor 1, item 5.

Factor 3 – FINANCIAL CAPABILITY: 10%

1. Submit audited annual financial statements, in accordance with and as defined in the Financial Accounting Standards

Board (FASB) regulation(s) for the past two years. In addition, include your Dunn & Bradstreet Report or Federal Tax

Forms filed to the Internal Revenue Service (IRS) for the past two years.

Factor 4 – COST: 30%

1. City of Houston will evaluate submitted bids to determine whether the proposed costs are considered fair and

reasonable. Any proposed costs determined to be unreasonably high or unbalanced may result in Offeror(s) being

ineligible for award.

Factor 5 – CONFORMANCE WITH BEST VALUE BID REQUIREMENTS: 10%

1. Offeror(s) that submit relevant and complete documents for Factors 1 – 4 as stated above will be viewed as in

conformance with the BVB requirements.

Special Note: Hire Houston First Preference Points:

Page 114: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

EVALUATION AND SELECTION PROCESS SOLICITATION NO.: S19-L25408

114

City Business = five (5) extra percentage points

Local Business = three (3) extra percentage points

Non-City and Non-Local Business will receive zero (0) extra percentage points

Page 115: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

EXHIBIT I – CONTRACTOR’S QUESTIONNAIRE SOLICITATION NO.: S30-L26081

115

In order to receive bid award consideration, the bidder must be able to demonstrate that they are currently providing or have had at least one contract, as a prime contractor, for the required Services that is similar in size and scope to this BVB requirements. Bidder must have references documenting that it has performed the required BVB services. The reference(s) should be included in the space provided below. Please attach another piece of paper if necessary. Bidder’s capability and experience shall be evaluated and a factor in determining the Contractor’s responsibility.

LIST OF PREVIOUS CUSTOMERS

1. Name: ___________________________________ Phone No.: _________________

Address: __________________________________________________________________

Contract Award Date: ________________ Contract Completion Date: _______________

Contract Name/Title: ________________________________________________________

Project Description: _________________________________________________________

__________________________________________________________________________

2. Name: ___________________________________ Phone No.: _________________

Address: __________________________________________________________________

Contract Award Date: ________________ Contract Completion Date: _______________

Contract Name/Title: ________________________________________________________

Project Description: _________________________________________________________

__________________________________________________________________________

3. Name: ___________________________________ Phone No.: _________________

Address: __________________________________________________________________

Contract Award Date: ________________ Contract Completion Date: _______________

Contract Name/Title: ________________________________________________________

Project Description: _________________________________________________________

__________________________________________________________________________

Page 116: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

EXHIBIT I – LIST OF SUBCONTRACTOR(S) SOLICITATION NO.: S30-L26081

116

The following is a list of Subcontractors we propose to engage on the following items of Work. Any item of Work which does not designate a Subcontractor will be done by the firm submitting the Proposal.

SEGREGATED PART OF WORK SUBCONTRACTOR/SUPPLIER ________________________________ __________________________________

________________________________ __________________________________

________________________________ __________________________________

________________________________ __________________________________

________________________________ __________________________________

________________________________ __________________________________

________________________________ __________________________________

________________________________ __________________________________

________________________________ __________________________________

________________________________ __________________________________

________________________________ __________________________________

________________________________ __________________________________

________________________________ __________________________________

________________________________ __________________________________

________________________________ __________________________________

________________________________ __________________________________

________________________________ __________________________________

________________________________ __________________________________

________________________________ __________________________________

________________________________ ______________________________________

Page 117: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

EXHIBIT II – MINORITY/WOMEN BUSINESS ENTERPRISES CONTRACT REQUIREMENTS SOLICITATION NO.: S30-L26081

117

PAGE INTENTIONALLY LEFT BLANK

Page 118: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

EXHIBIT II – ATTACHMENT “A”: SCHEDULE OF M/WBE PARTICIPATION SOLICITATION NO.: S30-L26081

118

DATE OF REPORT: _________________________________ BID NO.: __________________________________________ FORMAL BID TITLE: ________________________________

NAME OF MINORITY/WOMEN SUBCONTRACTOR

OFFICE OF BUSINESS OPPORTUNITY

CERTIFICATION NO.

STREET ADDRESS AND CITY, STATE, ZIP CODE

TELEPHONE NO.

SCOPE OF WORK

AGREE PRICE

TOTAL. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . M/WBE PARTICIPATION AMOUNT. . . . . . . . . . . . . . . . . . TOTAL BID AMOUNT. . . . . . . . . . . . . . . . . . . . . . . . . . . . ..

$___________ $__________% $___________

Page 119: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

EXHIBIT II – ATTACHMENT “A” (CONTINUED): SCHEDULE OF M/WBE PARTICIPATION SOLICITATION NO.: S30-L26081

119

IF YOU HAVE USED YOUR BEST EFFORTS TO CARRY OUT THE CITY’S M/WBE POLICY BY SEEKING SUBCONTRACTS AND SUPPLY AGREEMENTS WITH MINORITY AND WOMEN BUSINESS ENTERPRISES, YET FAILED TO MEET THE STATED PERCENTAGE GOAL OF THIS BID DOCUMENT, LIST BELOW YOUR GOOD FAITH EFFORTS FOR COMPLIANCE (DEFINITION OF REQUIREMENTS CAN BE OBTAINED THROUGH OFFICE OF BUSINESS OPPORTUNITY AT (713) 837-9000).

THE UNDERSIGNED WILL ENTER INTO A FORMAL AGREEMENT WITH THE MINORITY AND/OR WOMEN SUBCONTRACTORS AND SUPPLIERS LISTED IN THIS SCHEDULE CONDITIONED UPON AWARD OF A CONTRACT FROM THE CITY. NOTE: ALL FIRMS LISTED ABOVE MUST BE CERTIFIED (OR ELIGIBLE FOR CERTIFICATION) BY THE OFFICE OF BUSINESS OPPORTUNITY.

THIS SCHEDULE OF M/WBE PARTICIPATION SHOULD BE RETURNED, IN DUPLICATE, WITH THE BID FORM.

______________________________________________________________ BIDDER COMPANY NAME ______________________________________________________________ SIGNATURE OF AUTHORIZED OFFICER OR AGENT OF BIDDER ______________________________________________________________ NAME (TYPE OR PRINT)

______________________________________________________________ TITLE

Page 120: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

EXHIBIT II – ATTACHMENT “B”: OFFICE OF BUSINESS OPPORTUNITY AND CONTRACT COMPLIANCE M/WBE UTILIZATION REPORT

SOLICITATION NO. S30-L26081

Notice of Intent

THIS AGREEMENT IS SUBJECT TO MEDIATION AND CAN BE INITIATED BY THE COMPANIES SIGNED BELOW OR THE OFFICE OF BUSINESS OPPORTUNITY. To: City of Houston Date: Administering Department

Project Name and Number Bid Amount: M/W/SBE Goal: , agrees to enter into a contractual agreement with

_________________________ Prime Contractor MWSBE Subcontractor

who will provide the following goods/services in connection with the above-referenced contract:

____________________________ for an estimated amount of $ or % of the total contract value.

is currently certified with the City of Houston’s Office of Business Opportunity to function in the (M/W/SBE Subcontractor) aforementioned capacity. Intend to work on the above-named contract in

Prime Contractor M/W/SBE Subcontractor

accordance with the M/W/DBE Participation Section of the City of Houston Bid Provisions, contingent upon award of the contract to the aforementioned Prime Contractor.

Signed (Prime Contactor) Signed (M/W/SBE Subcontractor)

Printed Signature Printed Signature

Title Date Title

Page 121: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

EXHIBIT II – ATTACHMENT “C”: OFFICE OF BUSINESS OPPORTUNITY AND CONTRACT COMPLIANCE M/WBE UTILIZATION REPORT

SOLICITATION NO. S19-L25408

CITY OF HOUSTON CERTIFIED MWSBE SUBCONTRACT TERMS Contractor shall ensure that all subcontracts with M/WSBE subcontractors and suppliers are clearly labeled “THIS CONTRACT IS SUBJECT TO MEDIATION” and contain the following terms:

1. _______________________(M/WSBE subcontractor) shall not delegate or subcontract more than 50% of the work under this subcontract to any other subcontractor or supplier without the express written consent of the City of Houston’s Office of Business Opportunity Director (“the Director”).

2. _______________________(M/WSBE subcontractor) shall permit representatives of the City of

Houston, at all reasonable times, to perform 1) audits of the books and records of the subcontractor, and 2) inspections of all places where work is to be undertaken in connection with this subcontract. Subcontractor shall keep such books and records available for such purpose for at least four (4) years after the end of its performance under this subcontract. Nothing in this provision shall affect the time for bringing a cause of action or the applicable statute of limitations.

3. Within five (5) business days of execution of this subcontract, Contractor (prime contractor) and

Subcontractor shall designate in writing to the Director an agent for receiving any notice required or permitted to be given pursuant to Chapter 15 of the Houston City Code of Ordinances, along with the street and mailing address and phone number of such agent.

These provisions apply to goal-oriented contracts. A goal-oriented contract means any contract for the supply of goods or non-professional services in excess of $100,000.00 for which competitive proposals are required by law; not within the scope of the MBE/WBE/SBE program of the United States Environmental Protection Agency or the United States Department of Transportation; and which the City Purchasing Agent has determined to have significant MWSBE subcontracting potential in fields which there are an adequate number of known MBEs , WBE’s, and or SBE’s (if applicable) to compete for City contracts. The MWSBE policy of the City of Houston will be discussed during the pre-proposal conference. For information, assistance, and/or to receive a copy of the City’s Affirmative Action Policy and/or Ordinance, contact the Office of Business Opportunity Division at 832.393.0600, 611 Walker Street, 7th Floor, Houston, Texas 77002.

Page 122: 1.0 SUBMITTAL PROCEDURE Terms and Conditions.pdf1.1 The name, address, telephone number, and email address of the protestor. 1.2 The number of the solicitation. 1.3 Information confirming

EXHIBIT II – ATTACHMENT “D”: OFFICE OF BUSINESS OPPORTUNITY AND CONTRACT COMPLIANCE M/WBE UTILIZATION REPORT

SOLICITATION NO. S19-L25408

Report Period: _____________________ PROJECT NAME & NUMBER: ___________________________________ AWARD DATE:_____________________________ PRIME CONTRACTOR: ________________________________________ CONTRACT NO.: ___________________________ ADDRESS: __________________________________________________ CONTRACT AMOUNT: ______________________ LIAISON/PHONE NO.: _________________________________________ M/WBE GOAL: ____________________________

M/WBE SUB/VENDOR NAME

DATE OF OBO CERTIFICATION

DATE OF SUBCONTRACT

SUBCONTRACT AMOUNT

% OF TOTAL CONTRACT

AMOUNT PAID TO DATE

% OF CONTRACT TO DATE

Use additional pages if needed. Submit by the 15th day of the following month. Office of Business Opportunity Provide support documentation on all revenues paid to end of the report period to: ATTN: Carlecia Wright 713-837-9000 M/WBE’s to reflect up/down variances on Contract amount. 611 Walker, 7

th Floor

Houston, Texas 77002