M&C Review


COUNCIL ACTION:  Approved on 6/28/2016 

DATE: 6/28/2016 REFERENCE NO.: **P-11895 LOG NAME: 13P16-0213 SUBMERSIBLE PUMPS MJR WATER
CODE: P TYPE: CONSENT PUBLIC HEARING: NO
SUBJECT:   Authorize Non-Exclusive Purchase Agreements with Smith Pump Company, Inc., Odessa Pumps & Equipment, and FCX Performance, Inc. d/b/a Pierce Pump Company for a Total Amount Up to $100,000.00 for the First Year for Submersible Pumps, Parts, and Repair for the Water Department (ALL COUNCIL DISTRICTS)

RECOMMENDATION:

It is recommended that the City Council authorize non-exclusive Purchase Agreements with Smith Pump Company, Inc., Odessa Pumps & Equipment, and FCX Performance, Inc. d/b/a Pierce Pump Company for a total amount up to $100,000.00 for the first year for submersible pumps, parts, and repair for the Water Department.

 
DISCUSSION:

The Water Department will use these Agreements to purchase wastewater submersible, self-primer and vertical close coupled pumps, appurtenances, replacement parts, on-site or shop repairs, engineering, startup services, and field troubleshooting for water plants, wastewater plants and lift stations at various locations throughout the City.  

The Invitation to Bid (ITB) consisted of detailed specifications describing the various submersible, self-primer and vertical close coupled pumps, appurtenances, replacement parts, on-site or shop repairs, engineering, startup services and field troubleshooting required meeting National Electrical Manufacturer's Association (NEMA), American Society for Testing and Materials (ASTM), and Underwriters laboratories (UL) standards.  The Water Department certifies that the bids received from Smith Pump Company, Inc., Odessa Pumps & Equipment, and FCX Performance, Inc. d/b/a Pierce Pump Company meet the specifications required for the items that are being awarded.  No guarantees were made that a specific amount of required items or services would be purchased. Required items will be ordered on an as needed basis based on price and availability.

BID ADVERTISEMENT - This bid was advertised in the Fort Worth Star-Telegram on May 11, 2016, May 18, 2016, and May 25, 2016.  One hundred thirty-nine vendors were solicited through the purchasing database system; three bids were received.

BID TABULATION - See attached Bid Tabulation.

PRICE ANALYSIS - There is an overall increase of eight percent in pricing compared to the previous Agreement awarded August 14, 2012, (M&C P-11420).  The United States Producer Price Index for industrial equipment repair and maintenance increased nine percent from 2012 to 2016. Water Department staff reviewed the proposed pricing and certified that the prices offered are fair and reasonable based on the bids received.

ADMINISTRATIVE CHANGE ORDER - An administrative change order or increase may be made by the City Manager in the amount up to $25,000.00 and does not require specific City Council approval as long as sufficient funds have been appropriated.

M/WBE OFFICE - A waiver of the goal for MBE/SBE subcontracting requirements was requested by the Purchasing Division and approved by the M/WBE Office, in accordance with the BDE Ordinance, because the purchase of goods or services is from sources where subcontracting or supplier opportunities are negligible.

AGREEMENT TERMS - Upon City Council approval, this Agreement shall begin on June 29, 2016 and end on June 28, 2017.

RENEWAL OPTIONS - This Agreement may be renewed for up to four successive one-year terms at the City's option.  This action does not require specific City Council approval provided that the City Council has appropriated sufficient funds to satisfy the City's obligations during the renewal term.

 
FISCAL INFORMATION/CERTIFICATION:

The approval of this action provides purchasing authority up to $100,000.00, as specified.  The Director of Finance certifies that funds are available in the current operating budget, as appropriated, of the Water and Sewer Fund and that prior to an expenditure being made, the Water Department has the responsibility to validate the availability of funds.

BQN\\
TO
    Fund Department
ID
Account Project
ID
Program Activity Budget
Year
Reference #
(Chartfield 2)
Amount

FROM
    Fund Department
ID
Account Project
ID
Program Activity Budget
Year
Reference #
(Chartfield 2)
Amount

Submitted for City Manager's Office by:
Jay Chapa (5804)
Originating Department Head:
Aaron Bovos (8517)
Additional Information Contact:
Jack Dale (8357)
Jane Rogers (8385)

 
 
ATTACHMENTS
  16-0213 Submersible Pump 1295 Form.pdf
  16-0213 Submersible Pumps_Parts and Repair Bid Tab.pdf