Loading...
HomeMy WebLinkAboutPR 21691: PURCHASE AND INSTALLTION OF PUMP & MOTOR A EL VISTA PUMP STATION City of ort rthu www.PortArthurTx.gov INTEROFFICE MEMORANDUM Date: November 30, 2020 To: The Honorable Mayor and City Council Through: Ron Burton, City Manager From: Alberto Elefano, Director of Public Works RE: P. R.No. 21691 Introduction: Approval of Proposed Resolution No. 21691 authorizing the purchase of a pump and electric motor for the El Vista Pump Station from Precision Pump Systems of Spring, Texas, in the amount of$137,102.00. Background: This pump station sustained significant damage during Hurricane Harvey. TRES was awarded the contract to repair this pump pursuant to Resolution No. 20-051 in the amount of$151,000. Once TRES began working, it was decided that replacing the pump and motor would be best. A change order would have exceeded twenty-five percent, so the Purchasing Division went out for bids. Budget Impact: Funds are provided in Account No. 147-2300-901.92-00, Project Number 082617 Emergency Management Fund FEMA—Equipment Account. Recommendation: It is recommended that City Council authorize the City Manager to approve P. R.No. 21691, as discussed and/or outline above. /aw "Remember,we are here to serve the Citizens of Port Arthur" P.O.Box 1089 X Port Arthur,Texas 77641-1089 X 409.983.8101 X FAX 409.982.6743 P. R. 21691 11/30/20 - aw RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH PRECISION PUMP SYSTEMS OF SPRING, TEXAS, FOR THE PURCHASE AND INSTALLATION OF A PUMP AND ELECTRIC MOTOR FOR THE EL VISTA PUMP STATION IN THE AMOUNT OF $137,102.00. FUNDING AVAILABLE IN THE EMERGENCY MANAGEMENT FUND — FEMA EQUIPMENT ACCOUNT NO. 147-2300-901.92-00, PROJECT NUMBER 082717 WHEREAS, the City of Port Arthur sustained substantial damage to the El Vista Pump Station due to Hurricane Harvey; and, WHEREAS, the City of Port Arthur advertised in the Port Arthur News for bids on October 2, 2020 and October 9, 2020, and; WHEREAS, five bids were received and opened on November 18, 2020 for the purchase and installation of the pump and motor for the El Vista Pump Station; and, WHEREAS, Precision Pump Systems of Spring, Texas offered the lowest and most responsible bid (see bid tabulation attached hereto as Exhibit"A"); now therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: THAT,the facts and opinions in the preamble are true and correct; and, THAT, the City Manager of the City of Port Arthur is hereby authorized and directed to execute on behalf of the City of Port Arthur a contract between the City of Port Arthur and Precision Pump Systems of Spring, Texas, for the contract amount of $137,102.00 for the installation and purchase of a pump and electric motor for the El Vista Pump Station attached here in substantially the same form as Exhibit B; and, THAT, funding is available in the Emergency Management Fund — FEMA Equipment Account No. 147-2300-901.92-00. P. R. 21691 11/30/20 - aw THAT, a copy of the caption of this Resolution be spread upon the Minutes of the City Council. READ,ADOPTED, AND APPROVED this the day of , A.D. 2020 at a meeting of the City of Port Arthur, Texas by the following vote: AYES: Mayor Councilmembers: Noes: Mayor ATTEST: APP OVED AS TO FORM: ittv Lek,t-ei Sherri Bellard alecia Tiz no City Secretary City Attorney APPROVED FOR ADMINISTRATION: APPROVED AS TO AVAILABILITY OF FUNDS: c) (il_A i() __O Ron Burton Kandy Danill City Manager Interim Director of Finance vv Alberto Elefano Clifton Williams Director of Public Works Purchasing Manager P. R. 21691 11/3 0/20 - aw Exhibit A O O O O O o O O O- tO r N N O. O� .--i\:-. = FBI • ,p 7 GA 4 O N :2* tz - sR 6R //G'%l%fi ,,,A I. L c a tip .. V 14 V V 8 p ` C C, cr a. a" a" o.VI COI a' . C -, <4 A A A A A L1 A 'o C a d w ❑ © O © O rm., CT CT N z. 00 Q� 1-1 O fn 7 F y• Z C b10 cU I1. en 7 . G �i• O 'z i o I~ O rr El a.1 x C 6R VI sR yy o 0.0 o — r- o 0 0 o a) .1 O o 0 o a) O G 4:; O: N N = s a. F. =0 hl N Cr,F., o 0 - E 4: A N �O N a• N a) Mq i..i z lot .�. G •--, N 3 N a) a) O t U I" c — U N �' Ca U C ) w E a) 3 ss s N x > o U E.., o CR v3 CR CR �o u y o 0 0 0 o L '> yC vc 4 4 4 E C . s. Eyen N V) a co iri 77) c c A �" a W NP. bR Y9 6R 6R cG 0. ~ 0 �C N O y G7r O" cL L7 C 4, N E P. U .0 O C `"a u 'a:* ^ O OC Z CO w • ). '0 S� o::, s. � a) c .' i C7� i o 4. 7 TiC ON O O 4 W �. „au " •OA ,-4 . .O C. �C O Cac� °CQ •�un an I "o % 0. ea c w E a, v C c O O z a) . A a,It > Q. 0 � y "C "O ^o C5C u e — N M i z E A ca as A z a H A A a � � � P. R. 21691 11/30/20 - aw Exhibit B MACHINE SHOP SERVICES FOR WASTEWATER TREATMENT PLANT THIS AGREEMENT, made this day of , 2020, by and between the City of Port Arthur, a municipal corporation organized under the laws of the State of Texas, hereinafter called "OWNER" or "CITY" and Precision Pump Systems hereinafter called "CONTRACTOR" WITNESSETH: That for and in consideration of the payment terms, conditions and agreements set forth herein, OWNER and CONTRACTOR agree as follows: 1. The term of this Contract shall be 18 weeks after the start date on the Notice to Proceed. The City can terminate this contract at its convenience which includes, but is not limited to, funding not being available in any budget cycle with thirty (30) days written notice. 2. The Contractor will perform work as stated in the Contract Documents. 3. During the term of this Contract, the Contractor will furnish at his own expense all of the materials, supplies, tools, equipment, labor and other services necessary to connection therewith, excepting those supplies specifically not required of Contractor in the Specifications. 4. The CONTRACTOR agrees to perform all the work described in the specifications and contract documents and to comply with the terms therein for the following cost: Description Cost Pump $52,585.00 Motor $36,198.00 Installation $48,319.00 5. The term "Contract Documents"means and includes the following: a. Agreement b. General Information c. Specifications d. Bid Forms e. Addendums f. Federal Forms g. Notice of Award h. Notice to Proceed 6. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. 7. IN WITNESS WHEREOF,the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in (2 copies) each of which shall be deemed an original on the date first above written. Signed on the day of , 2020. ATTEST: CITY OF PORT ARTHUR BY: Sherri Bellard Ron Burton City Secretary City Manager Signed on the day of , 2020. ATTEST PRECISION PUMP SYSTEMS BY: Print Name: Title: THURMAN BARTIE,MAYOR i RON BURTON CHARLOTTE MOSES,MAYOR PRO TEM City of � CITY MANAGER - COUNCIL MEMBERS: //0//1' r r r r h r SHERRI BELLARD,TRMC CAL JONES ,� CITY SECRETARY RAYMOND SCOTT JR. Texas THOMAS KINLAW VAL TIZENO HAROLD DOUCET SR. CITY ATTORNEY KAPRINA RICHARDSON FRANK OCTOBER 9, 2020 INVITATION TO BID PURCHASE OF PUMP& ELECTRIC MOTOR FOR ELVISTA PUMP STATION DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Friday, October 16, 2020. (The clock located in the City Secretary's office will be the official time.) All bids received will be read aloud at 3:15 p.m. on Friday, October 16, 2020 in the City Council Chambers, City Hall, 5th Floor, Port Arthur,TX. You are invited to attend. MARK ENVELOPE:P21-001 DELIVERY ADDRESS: Please submit one (1) original and one (1) copy of your bid to: CITY OF PORT ARTHUR CITY OF PORT ARTHUR CITY SECRETARY or CITY SECRETARY P.O. BOX 1089 444 4TH STREET, 4th Floor PORT ARTHUR, TEXAS 77641 PORT ARTHUR,TEXAS 77640 POINTS OF CONTACT: Questions concerning the Invitation to Bid or Scope of Work should be directed in writing to: City of Port Arthur, TX Clifton Williams,Purchasing Manager P.O. Box 1089 Port Arthur, TX 77641 clifton.williams(ll portarthurtx.gov The enclosed Invitation to Bid (ITB) and accompanying General Instructions, Conditions and Specifications are for your convenience in submitting bids for the enclosed referenced services for the City of Port Arthur. Bids must be signed by a person having authority to bind the firm in a contract. Bids shall be placed in a sealed envelope,with the Vendor's name and address in the upper left-hand corner of the envelope. ALL BIDS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE OPENING DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed ITB submittal arrives at the above location by specified deadline regardless of delivery method chosen by the firm. Faxed or electronically transmitted ITB submittals will not be accepted. CLort, Clifton Williams, CPPB Purchasing Manager Page 2 of 26 • INVITATION TO BID PURCHASE OF PUMP&ELECTRIC MOTOR FOR ELVISTA PUMP STATION (To be Completed ONLY 1F YOU DO NOT BID) FAILURE TO RESPOND TO BID SOLICITATIONS FOR TWO (2) BID PERIODS MAY RESULT IN REMOVAL FROM THE VENDOR'S LIST. However,if you are removed you will be reinstated upon request. In the event you desire not to submit a bid, we would appreciate your response regarding the reason(s). Your assistance in completing and returning this form in an envelope marked with the enclosed bid would be appreciated. Nt) BID is submitted: this time only not this commodity/service only Yes No Does your company provide this product or services? Were the specifications clear? Were the specifications too restrictive? Does the City pay its bills on time? Do you desire to remain on the bid list,for this product or service? Does your present work load permit additional work? Comments/Other Suggestions: Company Name: Person Completing Form: Telephone: Mailing Address: Email: City,State, Zip Code: Date: \\ 1 / Page3of26 SUBMIT THE FOLLOWING. A. BID SHEETS—PAGE 6 B. NON-COLLUSION AFFIDAVIT—PAGE 87(MUST BE NOTARIZED) C. AFFIDAVIT—PAGE 8 (MUST BE NOTARIZED) D. CONFLICT OF INTEREST—(IF NO CONFLICT WRITE N/A OR NOT APPLICABLE ON LINE 1 AND SIGN &DATE ON LINE 7- PAGE 9 E. CHAPTER 2252 CERTIFICATION—PAGE 11 F. HOUSE BILL 89 VERIFICATION—PAGE 12 Page 4 of 26 SPECIFICATIONS FOR PURCHASE OF PUMP&ELECTRIC MOTOR FOR ELVISTA PUMP STATION El Vista Pump was damaged during Hurricane Harvey. The following is required to repair the Pump Station. The current damaged motor is a U.S. Motors/ID:N05L3640571C-01 100 HP, 3-phase, 460 V, 435 RPM, electric motor, 100 hp. City requires an equivalent motor for replacement that will fit in current Pump Station. Delivery time will be begin after drawing approval and release to production. Maximizing GPM and TDH not to exceed 150HP/500 RPM motor. Brand names are stated to set a standard. The City will accept an equivalent Option 1 Cascade Pump Design: 40,000GPM @8.84TDH-514RPM-1387ft.TPL • Cascade"42AP axial flow • Single stage bowl • 36"diameter column with below baseplate plain end discharge • Grease lubrication • Total pump length from baseplate to bottom of suction bell • Pump will be coating with coal tar epoxy. • Attach curve and drawing to indicate design conditions for pump requiring150HP motor. • Assembly and crating Option No.2 Deming Pump Design:40,000 GPM @ 11' TDH 514RPM 1387ft.TPL • D36AF, 1 stage Axial Flow Bowl Assembly, Cast Iron Bowl , Bronze Propeller ,Bronze Bearings Stainless Steel Bowlshaft, SS fasteners, Cast Iron Suction Bell, 3/8"Grease Line to the Suction Bell Bearing • Attach curve indicate design conditions for pump requiring 150HP motor • Special Heavy-Duty Fabricated Steel Motor Pedestal with shaft guards • 2.188" x 3.5" Oil Lube tube tension assembly — fasteners • 2.188"Headshaft-gib key-Adjusting nut-slinger-lock screw • Special 70"x 53"rectangle base plate x 1.500"thick • Special 36"Head fit x flanged O.L.column pipe x misc.length with a 36"underground discharge, 36"Plain End pipe connection-0375"wall thickness the discharge flange to be in the same location as existing 50- 1/2"bell • 3.5"tube and 2.188" C1045 shaft assembly x misc. length • Standard 36"flanged x bowl fit O.L.column pipe x misc. length-0375"wall thickness with Weld-In Spider fit • Bolt Kit -flanged column • Assembly and crating 150 HP Motor • One(1)New 150 hp,514 RPM,5012PH frame,460 volt,Vertical Hollow Shaft,TITAN US Motor,WP1Enclosure,PremiumEfficient,CCWrotation,NonReverseRatchet,3 phase,1.15 Service Factor on Sine Wave,type RUE,Random Wound Class'F"rise @ 1.00 service factor(by resistance)on Sine Wavepower continuous duty,Direct on line start, Class "F"insulation, VIP 1000 insulated treatment, Insulated bearing (upper bracket), 3,300' maximum altitude, +40°C maximum ambient temperature, Base Diameter TBD, Motor lubricant. Page 5 of 26 • CITY OF PORT ARTHUR, TEXAS BID SHEET—ADDENDUM#4 BID FOR: Purchase of Pump&Electric Motor for El Vista Pump Station BID DUE DATE: November 13, 2020 Item Description Quantity UWM Cost Delivery Time No. 1 Pump I EA $ 52,585.00 14-16 weeks 2 Motor 1 EA $ 36,198.00 14-16 weeks Item Description Quantity UOM Cost Days to No. _ Complete Installation of Pump,Motor,Electrical 48,319.00 10-14 days 3 Panel, and Flow Switch Control 1 • EA $ after pump deliv ry F Eecision Pump Systems 3303 Cypresswood COMPANY NAME STREET ADDRESS PO Box 73149 Houston, TX 77273 SIGNAT OF BIDDER P.O.BOX Troy Gillar Spring, "FX 77388 PRINT OR TYPE NAME CITY STATE ZIP Sales Representative 346-293-1596 TITLE AREA CODE TELEPHONE NO tgillar@precisionpumpsystems.com 713-783-1221 EMAIL FAX NO. • • NON-COLLUSION AFFIDAVIT CITY OF PORT ARTHUR § STATE OFTEXAS By the signature below, the signatory for the bidder certifies that neither he nor the firm, corporation, partnership or institution represented by the signatory or anyone acting for the firm bidding this project has violated the antitrust laws of this State, codified at Section 15.01, et seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor communicated directly or indirectly the bid made to any competitor or any other person engaged in the same line of business, nor has the signatory or anyone acting for the firm, corporation or institution submitting a bid committed any other act of collusion related to the development and submission of this bid proposal. Signature: Printed Name: Tro illar Title: Sales Representative Company: Precision Pump Systems Date: 11-11-20 SUBSCRIBED and sworn to before me by the above !Tie(I _✓n `6 61 UCc,7on this the l day of 0 a'eake", 20 ?-� LOU(Ct4k A Upp�yyt-pg� I4A ry ' Notary Public Notary Public in and for the STATE of TEXAS State of Texas 1oF � Ury Gornrn. xp.0�=16=3 ( ( c My commission expires: Page 7 of 26 h • • AFFIDAVIT All pages in Offeror's Responses containing statements, letters,etc., shall be signed by a duly authorized officer of the company whose signature is binding. The undersigned offers and agrees to one of the following: X I hereby certify that I do not have outstanding debts with the City of Port Arthur. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay said debts prior to execution of this agreement. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. Precision Pump Systems 11-11-20 Fir Name Date Sales Representative Auth rized Signature Title Troy Gillar 713-788-8530/mobile 346-293-1596 Name(please print) Telephone tgillar@precisionpumpsystems.corn Email STATE: -• C r COUNTY: t 3E'.i SUBSCRIBED AND SWORN to before me by the above named fi (Zoy 6 l on this the jf-411 day of CO6 i 20 ,pnrpL La=ad'Fdvr EVRARD t.tJ ‘ itkli) tatkfradif 4" < Notary Publicr * r STATE OF TEXAS Notary Public `" My Comm:Exp.05-15-23 0 Notary lo'#12670484-1 RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL Page 8 of 26 • • CONFLICT OF INTEREST QUESTIONNAIRE FORM CI F For vendor ddim busine r ith local go\�ernmefr I c ntity E This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being Sled in accordance with Chapter t r6 Le of tioverni en cd c.,a vardor who oath Rzcei*( 1 has a bu tess relat;onshic as defined by Section 4`b ?f' : a)t with a local i ovetnne.tal entity and the $ vendor meets requirements'under Section 176 O06-4. i Fay law this questionnaire must be the wit the records administrator q'the local governmental entity not later P 1 than the llith-business day after trfieifAte the vendor becomes aware or facts that require.II a ,tatement to be i' filed See_'3ect;cn 176:OG6(a-1), Local Government Code. a 0 ! A vendor inn an offense if ttsa vendor knowingly violates Section 176.306,Local Govenurient Code An Is il offense,,,n Ler his se0on is a misdemeanor, 1 Name ofvendorwho hastrbusiness relationship with local governmental entity. N/A 2 Checkthis box rf you are filing an update to a previo asly fihew gut.r:it ►tare.(The iaw requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) Name of local government effi4er' iboutwhom the ink::Yfl iOn is being disclosed. Nana ci Off Ai Describe each employment or other business relationship with the-Eocal government officer,-or a family member of the officer;as described,by Section-176,003(a)(2)(A), Also describe any family relationship with the local government officer. Complete subparts A and E3 for each employment or business relationship described, Attachadditional,pages to this Form s CIO as necessary. .............................kil A. Is.the focal o t tiofficer or a family meanuer of ice officer receiving or likely to receive taxable income, Other tlyrttfvest�ncome, from the vendor? Yes e ] No B Is the vendor receiving or likely to receive Mixable in oft e other than vestnipnt income from or at the direction of_f e 'cca' goverftne5 officer or a family member of the-officer AND the taxable income is not received from the oc �e nmental Ot t l Yet Li ke li Describe each employment or business relationship that the vender named in Section 1 maintains with a corporation or other b140if ss er,:ity with respect to which the local governi,.erri ,dicer serves as an officer or director, or holds an ownertitti iii iteres- of one percent or more. r---i Creckthis sox if.he vendor I as!Tien the e d j,, �n ( - 'am ilv member of the officerigne or mare gifts 1 es described in Section 17E.:c0o u)(2)i©, ;:c udi,tg .3i is i.+-_.,i_ _ t Section 176 ge3(a-1). gt,$)..4, iw.tRy1/4__r. 1 I,I ri,j,D Signatuyr'c,t tiendor doing b,siness.d>Yti efegovarrrnental entity Date Form provided by Texas Ethics Commission w?•rw,etlii , state:,,us Revised 11f30i21)15 Page 9 of 26 • • CONFLICT OF INTEREST CIUl::S1IONNAIRF For vendor doing business with local governmental entity Acomplete copy of Chapter 176 of the Local Govern tie,,-it C.e.r e firer t r r_:i : ftenreve statutes.iegrn.slate.t _rte � y re ( L II ti si ':it dCY xi this iorr . VLii'a:Jt..Ca�3tif•.l,tl-:lYft':�.fit1'rt.l•"Or$4�Syr1.3tE1'6'E`;IC.E?fiElCtJr/�1iC`°�.Jrlft3:.. Local GovernmarttCode%176.001(1_al:"Business relationship'--rfa ins ec .r,+ctiort between twoiter morefrarties •based:on commercial activity of ere of the parties. The term does rat include a connection based on: (A) a transaction that is subject to rate or fee regulation by a ec era,et le or local governmental entity or an agency of a taderai,state,or local governmental entity; (8)• a'tran:,action conducted at a price and subject to teems avaitaf)le to the public;or (C) a p urc:;ase or lease of goods or servicee f:oni a parson that is chartered by a state or federal agency and that is:subject to regular examination by,and reporting to,that agency, Local Government rent Code§176.003(a)(2)(A)and(t3jj +a) A icoal government officer.shall rile a controls disbiosure statement with respect to a vendor it: cif r (2) the vettdor 01 attempfoyrneetorratterhu noSsr. tail:els 3vrr the local government offiirerora family member of the officer that e>.ilta in the officer or family member receiving taxable income, other than investment tec ume, that exceeds S?500 during the 12-month period preceding the date that the officer becomes aware that (l) a contract betwsQn the iocal goy ernrnental entity and vendornasbeen executed; of (ri) the local gave'nmaritat ant r f >considering entering into a contract with ?n' vendor; has given to the local gorcr:rtisntof era ii.ir member of the officer one or mere g4le. fiat have an:aggregate value of more,her `I n;1 ett r:a t rcr tih period preceding the date itte officer becomes aware that. (i) a contract between the local governertenifei entity and vendor has been exec rteci;S:.r (lilt the local govemnrer tad entity is non ,r.Ite�itir vete:ring rto a contract with tire Verdi' keel GovernmerrtCode, 4 176.0060)and(sell !a,) A veneer shall file a completed conflicts I interest guest ,•, _i t e;rtar has a business relationship nthh a tecai koverrrrnertai entity and; (t I nas an employment or other b Jsiness.cisi'ior;:hip it h t 1 i nvernrrent officer cat that local gosernmentaientity,or a family roomier it ft e cif tee r,,ererte_,.:hp,aaction 1 t6.003(r)(2)(A}; (2) las given a local government officer of that iocrtl ggvernmental entity,or a family member of the ohe9 r,one or more gaits with the aggregate value specifiedinf Section 176.003(a)(2)(B),excluding any gift described by section 1 6.003(a-1):or (3) ,ass a family relationship with a local government othcer of that local governmental entity: a-1.I The completed conflict of interest questionnaire must be flied with the appropriate records administrator not Later than the seventh business day after the later of: (1) the date that the vendor; (A) begins discussions or negotiation E.#o i to m E_rt with the local governmental entity;or lei sJbmts to the local gay rnmot'tai eritilyan applies irr response to a request forproposa;s or tads; correspondence, or ar+a'her writing related to a potential nontrabt with the local governmental entity;or J) p y eaware; the date the vendor becomes fA) of an ern to mentdrother busr79ss la -ship with a lobe!:government officer,or a rrar!y member or the offres•r;deticiribed r:y €stir n O: Li} that tie vendor has gie e`1 one or me ir r iireed by subsection(a),or (x) of a family relationship with a lrr.ai f �a+r c 11 F,pijr, Faf i oro:fited by Texas Ethics Ccrnmissr writ.,ulhi v_... L.. Ravisod t pr00r'> Page 10 of 2i'i 0 • SB 252 CHAPTER 2252 CERTIFICATION Troy Guar I, ,the undersigned and representative Precision Pump Systems of (Company or Business Name) being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152 and Section 2252.153,certify that the company named above is not listed on the website of the Comptroller of the State of Texas concerning the listing of companies that are identified under Section 806.051, Section 807.051,or Section 2253.153. I further certify that should the above-named company enter into a contract that is on said listing of companies on the website of the Comptroller of the State of Texas which do business with Iran, Sudan or any Foreign Terrorist Organization, I will immediately notify the City of Port Arthur Purchasing Department. Troy Gillar Name of Company Representative(Print) il-LAA JA....) . Signatu e of Company Representative ii - / )— Date Page 11 of 26 0 • House Bill 89 Verification Troy Gillar I, (Person name), the undersigned representative (hereafter referred to as "Representative") of Precision Pump Systems (company or business name, hereafter referred to as "Business Entity"), being an adult over the age of eighteen (18) years of age, after being duly sworn by the undersigned notary, do hereby depose and affirm the following: 1. That Representative is authorized to execute this verification on behalf of Business Entity; 2. That Business Entity does not boycott Israel and Mill not boycott Israel during the term of any contract that will be entered into between Business Entity and the City of Port Arthur; and 3. That Representative understands that the term "boycott Israel" is defined by Texas Government Code Section 2270.001 to mean refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes. 9 c...... .2.4"4, SIGN URE OF REPRESENTATIVE SUBSCRI ED AND SWORN TO BEFORE ME, the undersigned authority, on this E� day of f 6 J'l`t t. , 20_2 /io BG Notary Public 'AU K ai/ ‘ei()(1A"q N STATE of TEXAS 9j`ar'T` <,i Pity Comm.Exp. 05-15-23 Notary Public Notary ID#12670484 1 Page 12 of 2 GENERAL INFORMATION: Proposers are cautioned to read the information contained in this RFP carefully and to submit a complete response to all requirements and questions as directed. TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this ITB, the terms "Bid" and `Proposal" shall be equivalent. AWARD: The City of Port Arthur will review all proposals for responsiveness and compliance with these specifications. The City reserves the right to award on the basis of the Lowest and Best Offer in accordance with the laws of Texas, to waive any formality or irregularity, and/or to reject any or all proposals. ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any interlineations, alteration, or erasure made before opening time must be initialed by the signer of the bid, guaranteeing authenticity. WITHDRAWAL OF BID: The bidder may withdraw its bid by submitting written request, over the signature of an authorized individual, to the Purchasing Division any time prior to the submission deadline. The proposer may thereafter submit a new bid prior to the deadline. Modification or withdrawal of the bid in any manner, oral or written,will not be considered if submitted after the deadline. CONFLICT OF INTEREST: No public official shall have interest in this contract, in accordance with Vernon's Texas Code Annotated, Local Government Code Title 5, Subtitle C,Chapter 171. CONFLICT OF INTEREST: Provide a completed copy of the Conflict of Interest Questionnaire (Form CIQ). The Texas legislature recently enacted House Bill 914 which added Chapter 176 to the Texas Local Government Code. Chapter 176 mandates the public disclosure of certain information concerning persons doing business or seeking to do business with the City of Port Arthur, including affiliations and business and financial relationships such persons may have with City of Port Arthur officers. The form can be can be located at the Texas Ethics Commission website: https://www.ethics.state.tx.us/filinginfo/conflict forms.htm By doing business or seeking to do business with the City of Port Arthur including submitting a response to this RFP, you acknowledge that you have been notified of the requirements of Chapter 176 of the Texas Local Government Code and you are representing that you in compliance with them. Any information provided by the City of Port Arthur is for information purposes only. If you have concerns about whether Chapter 176 of the Texas Local Government Code applies to you or the manner in which you must comply,you should consult an attorney. ETHICS: Public employees must discharge their duties impartially so as to assure fair, competitive access to governmental procurement by responsible contractors. Moreover, they should conduct themselves in such a manner as to foster public confidence in the integrity of the City of Port Arthur's procurement organization. Any employee that makes purchases for the City is an agent of the City and is required to follow the City's Code of Ethics. MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective bidder must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the following requirements: 1. Be able to comply with the required or proposed delivery schedule. 2. Have a satisfactory record of performance. 3. Have a satisfactory record of integrity and ethics. Page 13 of 26 4. Be otherwise qualified and eligible to receive an award. 5. Be engaged in a full time business and can assume liabilities for any performance or warranty service required. 6. The City Council shall not award a contract to a company that is in arrears in its obligations to the City. 7. No payments shall be made to any person of public monies under any contract by the City with such person until such person has paid all obligations and debts owed to the City, or has made satisfactory arrangements to pay the same. ADDENDA: Any interpretations, corrections or changes to the RFP will be made by addenda no later than 48 hours prior to the date and time fixed for submission of proposals. Sole issuing authority of addenda shall be vested in the City of Port Arthur Purchasing Manager. The City assumes no responsibility for the proposer's failure to obtain and/or properly submit any addendum. Failure to acknowledge and submit any addendum may be cause for the bid to be rejected. It is the vendor's responsibility to check for any addendums that might have been issued before bid closing date and time. All addenda will be numbered consecutively, beginning with 1. PORT ARTHUR PRINCIPAL PLACE OF BUSINESS: Any bona fide business that claims the City of Port Arthur as its principal place of business must have an official business address (office location and office personnel) in Port Arthur, the principal storage place or facility for the equipment shall be in Port Arthur and/or the place of domicile for the principal business owner(s) shall be in Port Arthur or such other definition or interpretation as is provided by state law. Contractors outside the City of Port Arthur are allowed to bid. PRICES: The bidder should show in the bid both the unit price and total amount, where required, of each item listed. In the event of error or discrepancy in the mathematics, the unit price shall prevail. PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the successful bidder. The purchase order number must appear on all itemized invoices. INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Police, P.O. Box 1089, Port Arthur, Texas 77641. PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of the goods or services by the City of Port Arthur, in accordance with the State of Texas Prompt Payment Act, Article 601 f V.T.C.S. The City's standard payment terms are net 30, i.e. payment is due 30 days from the date of the invoice. SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and Federal Excise Tax;therefore the bid shall not include Sales Tax. VENUE: This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Port Arthur, Texas, Jefferson County. The City of Port Arthur may request and rely on advice, decisions, and opinions of the Attorney General of Texas and the City Attorney concerning any portion of these requirements. COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws, ordinances, rules, orders, regulations and codes of the federal, state and local governments relating to performance of work herein. INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no other officer, employee or agent of the City who exercises any functions or responsibilities in connection with the planning Page 14 of 26 and carrying out of the program, shall have any personal financial interest, direct or indirect, in this Contract; and,the Contractor shall take appropriate steps to assure compliance. DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances prohibits the City from granting any license,privilege or paying money to any-one owing delinquent taxes, paving assessments or any money to the City until such debts are paid or until satisfactory arrangements for payment has been made. Bidders must complete and sign the AFFIDAVIT included as part of this RFP. QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically understood and agreed that these quantities are approximate and any additional quantities will be paid for at the quoted price. It is further understood that the contractor shall not have any claim against the City of Port Arthur for quantities less than the estimated amount. SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur, TX 77640 INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause required by law to be inserted into the Contract shall be deemed to be enacted herein and the Contract shall be read and enforced as though each were included herein. If, through mistake or otherwise, any such provision is not inserted or is not correctly inserted the Contract shall be amended to make such insertion on application by either party. CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike manner,perform all work and furnish all supplies and materials, machinery, equipment, facilities and means, except as herein otherwise expressly specified, necessary or proper to perform and complete all the work required by this Contract, in accordance with the provisions of this Contract and said specifications. The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail. While the purpose of the specifications is to indicate minimum requirements in the way of capability, performance, construction, and other details, its use is not intended to deprive the City of Port Arthur the option of selecting goods which may be considered more suitable for the purpose involved. Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a timely and proper manner his obligations under this contract, or if the Contractor shall violate any of the covenants, agreements or stipulations of this contract, the City shall thereupon have the right to terminate this contract by giving written notice to the Contractor of such termination and specifying the effective date thereof, at least fifteen (15) days before the effective date of such termination. Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract by the Contractor, and the City may withhold any payments to the Contractor for the purpose of set-off until such time as the exact amount of damages due the City from the Contractor is determined. TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time giving at least thirty(30) days notice in writing to the Contractor. If the Contract is terminated by the City as provided herein, the Contractor will be paid for the service that it has performed up to the termination date. If this contract is terminated due to fault of the Contractor, the previous paragraph hereof relative to termination shall apply. Page 15 of 26 RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require the Contractor to furnish releases or receipts for any or all persons performing work and supplying material or service to the Contractor, or any sub-contractors for work under this contract, if this is deemed necessary to protect its interests. CARE OF WORK: The Contractor shall be responsible for all damages to person or property that occurs as a result of his fault or negligence in connection with the work performed until completion and final acceptance by the City. SUB-CONTRACTS: The Contractor shall not execute an agreement with any sub-contractor or permit any sub-contractor to perform any work included in this Contract until he has received from the City of Port Arthur written approval of such agreement. INSURANCE: All insurance must be written by an insurer licensed to conduct business in the State of Texas, unless otherwise permitted by Owner. The Contract shall, at his own expense, purchase, maintain and keep in force insurance that will protect against injury and/or damages which may arise out of or result from operations under this contract, whether the operations be by himself or by any subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable, of the following types and limits 1. Standard Worker's Compensation Insurance: 2. Commercial General Liability occurrence type insurance City of Port Arthur, its officers, agents, and employees must be named as an additional insured): a. Bodily injury$1,000,000 single limit per occurrence or$1,000,000 each person/$1,000,000 per occurrence; and, b. Property Damage $1,000,000 per occurrence regardless of contract amount; and, c. Professional Liability: $1,000,000. Contractor shall cause Contractor's insurance company or insurance agent to fill in all information required (including names of insurance agency, contractor and insurance companies, and policy numbers, effective dates and expiration dates) and to date and sign and do all other things necessary to complete and make into valid certificates of insurance and pertaining to the above listed items, and before commencing any of the work and within the time otherwise specified, Contractor shall file completed certificates of insurance with the Owner. None of the provisions in said certificate of insurance should be altered or modified in any respect except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form should contain a provision that coverage afforded under the policies will not be altered, modified or canceled unless at least fifteen (15) days prior written notice has been given to the City of Port Arthur. Contractor shall also file with the City of Port Arthur valid CERTIFICATE OF INSURANCE on like form from or for all Subcontractors and showing the Subcontractor(s) as the Insured. Said completed CERTIFICATE OF INSURANCE Form (s) shall in any event be filed with the City of Port Arthur not more than ten(10)days after execution of this Contract. NOTICE TO PROCEED: Notice to Proceed shall be issued within ten (10) days of the execution of the Contract by OWNER. Should there be any reasons why Notice to Proceed cannot be issued within such period, the time may be extended by mutual agreement between OWNER and CONTRACTOR. Page 16 of 26 DISADVANTAGE BUSINES ENTERPRISE: If Contractor must use subcontractors, Contractor must do the following: 1. Solicitation Lists. Must place small and minority businesses and women's business enterprises on solicitation lists. 2 C.F.R. § 200.321(b)(1). 2. Solicitations. Must assure that it solicits small and minority businesses and women's business enterprises whenever they are potential sources. 2 C.F.R. § 200.321(b)(2). 3. Dividing Requirements. Must divide total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses and women's business enterprises. 2 C.F.R. § 200.321(b)(3). 4. Delivery Schedules. Must establish delivery schedules, where the requirement permits, which encourage participation by small and minority businesses and women's business enterprises. 2 C.F.R. § 200.321(b)(4). 5. Obtaining Assistance. Must use the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce. 2 C.F.R. § 200.321(b)(5) Page 17 of 26 • FEDERAL CLAUSES 1. NO GOVERNMENT OBLIGATION TO THIRD PARTIES The Owner and Contractor acknowledge and agree that, totwitlrytanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the Owner, Contractor, or any other party (whether or not a party to that contract)pertaining to any matter resulting from the underlying contract. It is further agreed that the clause shall not be modified,except to identify the subcontractor who will be subjeel to its provisions. • Troy Gillar (printed name of signatory' (signature d date) 2. PROGRAM FRAUD AND FALSE OR FRAUDl1 i :rIi ENTS AND RELATED ACTS 31 U.S.C. 3801 :,t seq. Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. § 3801 et seq., "Administrative Remedies for False Claims and Statements," apply to its actions pertaining to this Project. Upon execution of the underlying contract, the Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying contract for which this contract work is being performed. In addition to other penalties that may be applicable,the Contractor further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification,the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the Federal Government deems appropriate. Troy Gillar (printed name of signatory) /(— I ')� � (signature nd date) Page 18 of 26 • 0 • 3. ACCESS TO RECORDS AND REPORTS The following access to records requirements apply to this contract: (1) The contractor agrees to provide (insert name of state agency or local or Indian tribal government), (insert name of recipient), the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representatives access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations,excerpts, and transcriptions. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The contractor agrees to provide the FEMA Administrator or his authorized representatives access to construction or other work sites pertaining to the work being completed under the contract." Troy Gillar (printed name of signatory) -, 1 1. - �° c-‘ .)/t,,QbIi (signature d date) • Page 19 of 26 • • • 4. EQUAL EMPLOYMENT OPPORTUNITY 29 CFR Part 1630, 41 CFR Parts 60 et seq. During the performance of this contract,the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race,color,religion, sex,or national origin. Such action shall include,but not be limited to the following: Employment, upgrading, demotion, or transfer;recruitment or recruitment advertising;layoff or termination; rates of pay or other forms of compensation;and selection for training, including apprenticeship.The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause.' (2) The contractor will, in all solicitations or advertisements for emploi ees placed by or on behalf of the contractor, state that all qualified applicants will receive considerations for employment without regard to race;color,religion,sex,or national origin. (3)The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (4)The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965,and of the rules,regulations,and relevant orders of the Secretary of Labor. (5)The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations,and orders of the Secretary of Labor,or pursuant thereto,and will permit access to his books,records,and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations,or orders,this contract may be canceled,terminated,or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions as may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965,or by rule,regulation,or order of the Secretary of Labor,or as otherwise provided by law. (7)The contractor will include the portion of the sentence immediately preceding paragraph(1)and the provisions of paragraphs I I) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisicns, including sanctions for noncompliance: Provided, however, That in the event a contractor becomes involved in,or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the contractor may request the United States to enter into such litigation to protect the interests of the United States." Troy Gillar (printed name of signatory) (signature te) Page 20 of 26 • 5. GOVERNMENT-WIDE SuSP:EN',►iON AND DEBARMENT By signing and submitting its bid or proposal,the bidder or proposer agrees to comply with the following: (1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates(defined at 2 C.F.R. § 180.905) are excluded(defined at 2 C.F.R. § 180.940)or disqualified (defined at 2 C.F.R. § 180.935). (2) The contractor must comply with 2 C.F.R. pt. 180, subpart.C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3)This certification is a material representation of fact relied upon by (insert name of subrecipient). If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to (name of state agency serving as recipient and name of subrecipient), the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. Troy Gillar (printed name of signatory) HLV.4), 19 — 7A.,) (signatur e nd date) • • Page 21 of 26 ,5. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT 23 CFR § 5.5(b) (1)Overtime requirements -No contractor or subcontractor contracting for any part of the contract AN which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2)Violation; liability for unpaid wages; liquidated damages In the event of any violation of the clause set. forth in paragraph(1)of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1)of this section, in the sum of$10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph(1)of this section. (3)Withholding for unpaid wages and liquidated damages-The Owner shall, upon its own action or upon written request of an authorized representative of the Department of Labor,withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act,which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2)of this section. (4) Subcontracts Contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs (I) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs(1)through (4) of this section. Troy Oiliar (printed name of signatory) 1.7 (signature d date) • Page 22 of 26 • 7. LOBBYING Byrd Anti-Lobbying Amendment, 31 U.S.C. §1352 (as amended) Contractors who apply or bid for an award of$100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient. APPENDIX A,44 C.F.R.PART 18-CERTIFICATION REGARDING LOBBYING Certification for Contracts,Grants,Loans, and Cooperative A recir:e (To be submitted with each bid or offer exceeding$100,000) The undersigned [Contractor] certifies,to the best of his or her knowledge, that: 1)No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member.of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract grant,loan,or cooperative agreement. 2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form - LLL, "Disclosure Form.to Report Lobbying," in accordance with its instructions. 3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to the required certification shall be subject to a civil penalty of not less than $10,000 and not more than$100,000 for each such failure. Precision Pump Systems The Contractor, , certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any, In addition, Contractor understands and agrees that the provisions of 31 U.S.C: § 3801 et seq apply to this certification and disclosure, if any. 11 November 202 Executed this day of ,20 Page 23 of 26 S • (19' AAOAA.y __ 1 / 2 Sii nature of Biddrt ontractor/Subcontractor's Authorized Official Ti-oy Gillar Printed Name of Bidder/Contractor/Subcontractor's Authorized Official Sales Representative Title of Authorized Official 8. CLEAN AIR 42 US.C. § 7401 et;s,e Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. §§ 7401 et seq. The Contractor agrees to report each violation to the Owner and understands and agrees that the Owner will, in turn,report each iic;iation as required to assure notification to the State of Texas,Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. Contractor also agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. Troy Gillar (printed name of signatory) - 2_33 (signature and' te) Page 24 of 26 • • 9.CLEAN WATER REQUIREMENTS 33 U.S.C. 1251 et seq. Contractor agrees to comply with all applicable standards, oider. of regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. Contractor agrees to report each violation to the Owner and understands and agrees that the Owner will, in turn, report each violation as required to assure notification to the State of Texas, Federal Emergency Management Agency,and the appropriate.Environmental Protection Agency Regional Office. Contractor also agrees to include these requirements in each subcontract exceeding$150,000 financed in whole or in part with Federal assistance provided by FEMA. Troy Gillar (printed name of signatory) ) I 1 '9' 42" 6 (signat e and date) 10. PROCURENE.NT Oi REC.:)VERED BMlATERP.AL ; 12 U.S.C. 6(32 (1) In the performance of this contract,the Contractor shall make maximum use of products containing recovered materials that are EPA-designated items unless the product cannot be acquired— (i)Competitively within a timeframe providing for compliance with the contract performance schedule; (ii)Meeting contract performance requirements; or (iii)At a reasonable price. (2)Information about this requirement, along with the list of EPA-designate items, is available at EPA's Comprehensive Procurement Guidelines web site,https://www.epa.gov/smm/comprehensive-procurement- guideline-cpg-program. Troy Gillar (printed name of signatory) ivet#L-L /1-v 2— (signatu •nd date) Page 25 of v5 • • 11. DEPARTMENT OF HOMELAND SECURITY SEAL,LOGO,AND FLAGS The contractor shall not use the DHS seals) logos. crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre-approval Troy Gillar (printed name of signatory) (signatur and date) 12. COMPLIANCE WITH FEDERAL LAW,REGULATIONS,AND EXECUTIVE ORDERS This is an acknowledgement that FEMA financial:assistance will be used to fund the contract only. The contractor will comply will all applicable federal law, regulations, executive orders, FEMA policies, procedures,and directives. Troy Gillar (printed name of signatory) ,, (signature and date) Page 26 of 26 • 41/ • -CITY OF PORT ARTHUR,TEXAS 4:17); ADDENDUM NO. ONE (1) art irtipir nxtts October 14,2020 BID FOR: Purchase of Motor&Pump for El Vista Pump Station The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR.BID. Addendum as follows 1. DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, October 2,8, 2020. (The clock located in the City Secretary's office will be the official time.) All bids received will be read aloud at 3:15 p.m. on Wednesday, October 28, 2020 in the City Council Chambers, City Hall, 5th Floor,Port Arthur,TX. You are invited to attend. 2. Revisions to specs will follow in net addendum. If you have any questions,please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. W)'!^E Clift Williams, CPPB Purchasing Manager iidejdA % Pro ser Date _- -- Signatu po • -CITY OF PORT ARTHUR,TEXAS 1TExeta' .„r ADDENDUM NO. TWO (2) October 24,2020 BID FOR: Purchase of Motor&Pump for El Vista Pump Station The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows 1. DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, November 11, 2020. (The clock located in the City Secretary's office will be the official time.) All bids received will be read aloud at 3:15 p.m. on Wednesday, November 11,2020 in the City Council Chambers, City Hall, 5th Floor, Port Arthur,TX. You are invited to attend. 2._ Attached is the drawing of the current Pump Station setup for 35,000 gallons per minute. 3. Option 1 is to replace with a similar setup to pump 35,000 gpm. The set up will be a combo cost for the 150 hp motor and pump to work together. 4. Option 1 is to replace with a setup to pump 40,000 gpm. The set up will be a combo cost for the 150 hp motor and pump to work together. 5. Contactor is responsible for the engineering to ensure the setup works correctly for both options. 6. Contractor may contact me to set up an appointment to see pump and motor if necessary. 7. Attached is the revised Bid Sheet. If you have any questions,please contact the Purchasing'Div lion at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. Clift Williams, CPPB Purchasing Manager jiddtt"--) ?-1) Signatu o Proposer Date 0 • -CITY OF PORT ARTHUR,TEXAS f rrh/ ADDENDUM NO. THREE (3) r.��,.� 1 i ' October 27,2920 BID FOR: Purchase of Motor&Pump for El Vista Pump Station The following clarifications,amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows 1. Option 1 is to replace with a similar setup to pump 35,000 gpm. The set up will be a combo cost for the 100 hp motor and pump to work together. 2. Option 2 is to replace with a setup to pump 40,000 gpm. The set up will be a combo cost for the motor and pump to work together to meet the 40,000 gpm. 3. Contractor will submit specifications on the pump and motor submitted for both options If you have any questions,please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. Clifton Williams,CPPB Purchasing Manager Z C '(14 \ 4,2t/MAI Il /) - ) Signature of Proposer Date • • -CITY OF PORT ARTHUR,TEXAS 47) ADDENDUM NO. FOUR(4) rt /rthurTorpg October 28, 2020 BID FOR: Purchase of Motor&Pump for El Vista Pump Station The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows 1. The bid will be based on the drawing.This City has decided not to try to upgrade to 40,000 gpm. 2. The pump &motor must be by the same manufacturer. The City will award as a package. 3. The awarded contract must install the pump&motor also. 4. The pump&motor must be installed by May 1,2020. 5. Contractor is responsible for determining the required rpm and horsepower. 6. Attached is the revised bid sheet. • If you have an.A, questions,please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. Clifldn Williams, CPPB Purchasing Manager, itr Signature poser Date • • 11(1 11, i -CITY OF PORT ARTHUR,TEXAS t t' 0 .-. ,..�- ADDENDUM NO. FIVE (5) a fetus November 7,2020 BID FOR: Purchase of Motor&Pump for El Vista Pump Station The following clarifications, amendments, deletions, additions,revision and/or modifications are made a part of the contract documents and change the origina do:;ume?ts r :7 : 1_F: manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSIONI OF THEIR BID. Addendum as follows 1. Due to observance of Veteran's Day the Bid Opening has been changed to the following DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Friday, November 13, 2020. (The clock located in the City Secretary's office will be the official time.) All bids received will be read aloud at 3:15 p.m. on Friday, November 13, 2020 in the City Council Chambers,City Hall,5th Floor,Port Arthur, TX. You are invited to attend. 2. Engineering is not required. 3. Contractor must change out to electrical panel and flow switch control 4. The pump&motor must be installed by May 1, 2021. 5. Contractor is responsible for determining the required rpin and horsepower. 6. Attached is the revised Bid Sheet. If you have any questions,please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. Cliff e illiams, CPPB Purchasing Manager )14)-.Q.A .„ 7/ --� /2- 2-,----D S ignatuProposer Date • • rt st CITY OF PORT ART I IU R,TEXAS ' I I rra e - ADDENDUM NO. SIX (6) November 10, 2020 BID FOR: Purchase of Motor&Pump for El Vista Pump Station The following clarifications,amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows 1. This will be the final addendum. 2. DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday,November 18, 2020. (The cloc{., locat:;d in the City Secretary's office will be the official time.) All bids received will be read aloud at 3:15 p.m. on Wednesday, November 18, 2020 in the City Council Chambers,City Hall, 5th Floor,Port Arthur, TX. You are invited to attend. 3. The current Pump and motor must remain until the new pump and motor are installed. 4. Once installation is complete, the contractor is responsible for removing the old pump from the City location.The old motor will remain with the City. 5. The control panel must be able to handle 150 horsepower. If you have any questions, please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BI I2 DOCUMENTS: 094 Clift Williams, CPPB Purchasing Manager d"ff/LZ-t - Signa f Proposer Date . • i 3303 Cypresswood Drive Spring, Texas 77388 Phone: 713-783-8530 Fax: 713-783-1221 www.precisionpumpsystems.com Attn: City of Port Arthur Date: 11-17-2020 Project: El Vista Pump Station P21-001 Quote No 11G111720 Contact: Clifton Williams Page: 1 of 2 Pursuant to your inquiry as referenced above, we are pleased,to submit our proposal for your kind consideration. We appreciate your confidence in Precision Pump Systems (PPS) to supply the best equipment and service available in the industry today. Equipment Scope &Services Included - One (1) HydroFlo Model M3OPO - 1 Stage O/L Axial Flow Pump Assembly - Fabricated motor stand assembly section - Column Assembly Section - Bowl Assembly Section: CI bowl, Marine Steel l:tor•ked Bowl Bearing, C844 Bronze axial flow propeller, 416 ss bowl shaft and bell CI suction with marine steel backed bearings One (1) US Motor Premium Efficient 5003 VP, 480 volt 3 phase 60 hertz, VSS, 125 hp 600 rpm Class F insulation with VSS Coupling One (1) NEMA 12 painted steel enclosure control panel sized for 150 hp 480/3/60 including: - Main Power distribution block - NEMA rated starters with overload protectiicrn - Transformer with fused protection - "H-O-A"selector switch - Run pilot light - High Level Alarm - Control Relays - Terminal and ground lugs One (1) Installation of new control panel One (1) Pump Installation and Start Up Service to include: - Removal of pump, installation of new pump and new 36" Dresser Coupling - Any other items found during removal (i.e. Roof repair, Bedplate repairs) will be at time and material basis. TOTAL PRICE FOR LISTED EQUIPMENT: $ 137,302.00 DELIVERY: 14 to 16 Weeks ARAD FOB: 7obslte Terms are net 30, upon approved credit. No taxes are included. Prices fine for 30 days only.Note Retainers are not considered as part of the terms of the quotation.PPS will furnish Insurance Certificate upon request.The above quotation is subject to FPS's standard conditions of sale and any party's acceptance to purchase items @ cost noted hereby signify that they have read and understand those conditions and agree to them.These said terms&conditions shall have absolute & overriding authority of any agreement between PPS & other parties unless spec`cally noted otherwise by PPS in writing. No verbal or handwritten changes to this proposal shall be acceptable,unless within revised written proposal provided.This offer is not a Bill of Sale.Customer must supply written notice of any order cancellation and is solely responsible for All cost associated with any order cancellation requested. There will be a 1%Interest per Month Charge on All Payments Past 60 Days.By Signing this Quote,means you have read and agree to all Terms and Conditions. P.O.Box 73149,Houston,TX 77273 Tel:713-783-8530 Fax:713-783-1221 • i • NOTES/EXCEPTIONS Unless specifically mentioned in this proposal for inclusion with proposed items, PPS has not included any other items or services. Items quoted are standard construction and paint unless otherwise noted. Motors sent in for rebuild that are"Listed Motors"i.e. UL, FM, etc. will not be re-certified unless specifically stated at time of repair. Any sale of goods is based on our"Standard Terms&Conditions of Sales",request copy if needed. Proposal is limited to the items and quantities listed. Neither verbal nor handwritten changes are acceptable.Any revision to proposal will be provided in a re-typed"revised"proposal. We look forward to working with you on this and any future projects. If you have any questions or thoughts, please do not hesitate to call. Sincerely, a Troy Gillar ''11� PRECISION PUMP SYSTEMS 3303 Cypresswood Dr. Spring, TX 77388 0: 713-783-8530 I F: 713-783-1221 I M: 346-293-1596 tgillarftprecisionpumpsystems.com email address • APPROVED BY: D/°TE: • Terms are net 30, upon approved credit. No taxes are included. Prices firm for 30 days only.Note:Retainers are not considered as part of the terms of the quotation.PPS will furnish Insurance Certificate upon request.The above quotation is subjed to PPS's standard conditions of sale and any party's acceptance to purchase items @ cost noted hereby signify that they have read and understand those conditions and agree to them.These said terms&conditions shall have absolute& overriding authority of any agreement between PPS & other parties unless specifically noted otherwise by PPS in writing. No verbal or handwritten changes to this proposal shall be acceptable,unless within revised written proposal provided.This offer is not a Bill of Sale.Customer must supply written notice of any order cancellation and is solely responsible for All cost associated with any order cancellation requested. There will be a 1%Interest per Month Charge on All Payments Past 60 Days.By Signing this Quote,means you have read and agree to all Terms and Conditions. P.O.Box 73149,Houston,TX 77273 Tel:713-783-8530 Fax:713-783-1221 Page 2 of 2 Quote Date: 10/29/2020 • --1THIS a RAWING MUST BE COMPLETED g I.,. AND RETURNED WITH THE ORDER 1 •rt „,._ , —_ ______ �\ , _ft4*\‘ ,,, ,,,,„ , _____, , , / „.... .... , __,.. • \ . v 2, _ ,. _ I __ ;: +-X 0 X 0 HOLES THRU EQ. SPACED ON 0 B.C. SQUARE BASE --ROUNB-BASE . 36 " HF FAB. MOTOR STAND --- O 36" B.D. -- 1 I 1,1 SPECIAL NOTES: I-- O --- i1 1 1 II [_ 1 II SIDE VIEW APPROVED BY: DATE: / / II I; l I 'Sir 7118 LOBLOLLY PINE BLVD. l NOTICE — — tor � FAIRVIEW,TN 37062 I PHONE:615-799-9662 THIS DRAWING IS THE ''`` ^�"'"" � CONFIDENTIAL PROPERTY At/F$E POIttf m'!. FAX 615-799-5654 ANOF DISF FURNISHED PUMPS EDFORYUSA INC . Precision Pump Systems AND IS FURNISHED FOR YOUR - INFOBEMADEPUBUCLY Rc PT .H3OPO - 1 Stage Water Lube Pump NOT BE MADE PUBLIC OR COPIED - Stage MU ST UST BE RETURNED ON DEMAND. - MANUFACTURE REV DATE 1 REVISION. CH'. Fabricated Motor Stand Worksheet DRAWING IS EXPRESSLY FORBIDDEN FROM HYDROFLO PUM S USA I CTION Dimensions In Inches HYDROFLO PUMPS INC. CONFIGURATION No.:C-45924-w F1�oM HVDROFLo PUMPS usA iNc. HF Fabricated Motor Stand 1 ALL RIGHTS OF DESIGN AND INVENTION Unless Otherwise Noted CUSTOMER P.O.: Measurements Worksheet ARE RESERVED AND PATENTS PENDING. Material: DR BY: DATE: T Form NO. SHT. Rev v Work Sheet Date:09/02/2015 CK BY: — DATE:—/--/-- HFFMSO1 R0 1 of 1 0 Quote Date: 10/29/2020 _ . II • F1'T /1__ -t_ ww�_—�_ - t _ 1\ tn LI J d11 _ I_ Motor Stand - I i _ _. --) 75" 1 .44 1 36" 11 58.5" 1 ( , 117" I • \___ 1 1 36 " # ANSI STI`� FLANGE I 58.5" , I 0 36" 11 1 II : N II 36 " HF UNDERGROUND DISCHARGE • SPECIAL NOTES: APPROVED BY: THIS DRAWING MUST BE SIGNED AND RETURNED DATE: / / WITH THE ORDER I F _ L. y 7118 LOBLOLLY PINE BLVD. 6 �NOTICE `s FAIRVIEW,TN 37U62-_ 1 fr o - PHONE:615-799-9662 THIS DRAWING IS THE .. CONFIDENTIAL PROPERTY t TkOT+taup471tgWg: FAX:615-799-5654 OF HVDROFLO PUMPS USA INC. AND IS FURNISHED FOR YOUR Precision Pump Systems INFNOT BE MADE PUBLJCLY D MUST RCOPI - - - H3OPO - I Stage Water Lube Pump NOT BE MADE PUBLIC OR COPIED AND MUST BE RETURNED ON DEMAND. MANUFACTURE OF PARTS PER THIS REV DATE REVISION CH Underground DRAWING IS EXPRESSLY FORBIDDEN Discharge Worksheet FROM HYDROFLOT BY WRITTEN AUTHORIZATIONUSINCDimensions In Inches HYDROFLO PUMPS INC. CONFIGURATION No.:C-45924-w FROM PUMPS USA INC. HF Underground Discharge I ALL RIGHTS OF DESIGN AND INVENTION Unless Otherwise Noted ARE RESERVED AND PATENTS PENDING. - CUSTOMER P.O.: Measurements Worksheet Material: DR BY: DATE: Form NO. SHT. I Rev jI Work Sheet Date:09/17/2015 1 DATE:BY: - DATE:-/-/-- HFFUGMFO1R0 1 of 1 0 0 • Hydroflo Headshaft Worksheet d , ; ��, The worksheet below is used to ensure that the correct Headshaft is manufactured Information Customer: Mo':o'Manufacturer: Motor Model Number: HP: Clutch Diameter: Headshaft Replacement - If Headshaft is known Headshaft Detail Keyway Detail Threading: RH LH I I TL KW (L) Headshaft Length " KL KL) Keyway Length '" KD (TL)Top Thread Length Tpl (BL) Bottom Thread Length °' TPI i (ID)Turndown Diamter " L 4. (KW) Keyway Length II 1 SD (KD) Keyway Depth " I (SD)Shaft Diameter " III y BL Headshaft Replacement - If Headshaft is not known .i __ 1 (CD) Motor Height: To Measure: ! - Take off motor bonnet Measure from top of Motor Clutch register to where CD mounting flange meets discharge head register Dimension can be sound from motor manufacturer (B) Stick down Dimension " B CI,-) -•' To Measure: Ir - Measure from discharge head register to topshaft jj, Dimensions i w Top Shaft Detail . - Head Shaft Calculations Shaft Diameter + CD (Motor Height) �IP"�.0 Thread Detail TPI + B (Stick down dimension) Threading RH LH + 2" (Head Shaft Top Thread) + 1" (if Discharge Head Adapter) " =(L) Headshaft Length Verified By: Date: .iiiirligamiliimiffimmaliam p Data' :1►dnLtlznirtllf .t, nc ; ' ) € I- .. * Company:TROY LOW HEAD Name: Date: 10/29/2020 . f1jj�y� Nk :N 34 ',:7 y y '., >v,w f+ 1 1i,, 7`� ' @�`+ 'i � '3 2 ty.+ ,3 ;SzcY,: :: rx .ak'�4 < „� ;�.>,lA ..t�� r. �,.#� >iiiSa�'�1 i°�,.€p _ [,. 1 Size: H3OPO(stages: 1) nimensions: Name: Water lype: AxialFlow Suction: 50 in SG: 1 Vapor Pressure: 0.256 psi a Synch Speed: 600 rpm Discharge: — Density: 62.4 lb/ft3 Atm Pressure: 14.7 psi a Dia: 3.875 in Vertical Turbine Viscosity: 1.1 cP Curve: HP-0802 Eye Area: Temperature: 60°F Margin Ratio: 1 Impeller: 4776 Bowl Size: — Max Lateral — a... 1" t ' . iffL ,.,. Thrust K Factor: 304 r b/ft "Orel t;;iterr ' E P e Temperature: --- Sphere Size: --- .,...� .? ,i . Wkg Pressure: --- Flow: 35000 US op Near Miss: -- Mati*ti.i :141' " , 1* 'z Head: 8 ft Static Head: 0 ft Standard: NEMA Size: 200 hr Enclosure: WP1 Speed: 600 rpm Frame: 449TS Sizing Criteria: Max Power on Design Curve f,.rip deleGtes ij:', tFi: h s aimr, ' &. ``aa>F 'titt None ,7,-_ Flow: 35021 US gpn mm .' -1 t Head: 8.01 ft , Eff: 71.7% r -- Power: 98.7 hp 20 . NPSHr: — r Speed: 590 rpm _.. ow f-" ( ',� `�N>�' z10 16 —" Shutoff Head. 53.8 ft 'Kai �.. 8 N t. \.- l.. Shutoff dP: 23.3 psi 2 1 INS �, A Min Flow: 6037 US gpm ':` 3 BEP: 83.4%@ 30187 US gpm �1 NOL Power 188 hp @ 23955 US gpm Max Power: 239 hp @ 28879 US gpm i 0 ':600= 2000.. 2408- 2800; 3200 360: 'MI:- , z. ., l1#!4;»x(, 4r..,' ClL. l :t"� x? ' M 0 . ' . z it lf,It ffl 'r..w. l • ; ^ * , Flow Speed Head Efficiency Power NPSHr US gpm rpm ft % hp 42000 590 - — -- --- 35000 590 8.04 71.8 98.8 --- 28000 590 18 80.6 158 --- 21000 590 25.7 62 206 -- 14000 590 35.1 43 250 — • Selected from catalog:Hydroflo Mix-Axial Flow.60,Vera 070111-I