HomeMy WebLinkAboutC2019-134 - 3/26/2019 - Approved Ai II
SERVICE AGREEMENT NO. 2038
0 Mechanical Bar Screens for Allison Waste Water Treatment
,a ORPORP EO
1852 Plant
THIS Mechanical Bar Screens for Allison Waste Water Treatment Plant Agreement
("Agreement") is entered into by and between the City of Corpus Christi, a Texas
home-rule municipal corporation ("City") and Headworks International
("Contractor"), effective upon execution by the City Manager or the City Manager's
designee ("City Manager").
WHEREAS, Contractor has bid to provide Mechanical Bar Screens for Allison
Waste Water Treatment Plant in response to Request for Bid/Proposal No. 2038
("RFB/RFP"), which RFB/RFP includes the required scope of work and all specifications
and which RFB/RFP and the Contractor's bid or proposal response, as applicable, are
incorporated by reference in this Agreement as Exhibits 1 and 2, respectively, as if
each were fully set out here in its entirety.
NOW, THEREFORE, City and Contractor agree as follows:
1. Scope. Contractor will provide Mechanical Bar Screens for Allison Waste Water
Treatment Plant ("Services") in accordance with the attached Scope of Work, as
shown in Attachment A, the content of which is incorporated by reference into
this Agreement as if fully set out here in its entirety, and in accordance with Exhibit
2.
2. Term. This Agreement is for twelve months, with performance commencing upon
the date of issuance of a notice to proceed from the Contract Administrator or
Purchasing Division. The parties may mutually extend the term of this Agreement
for up to zero additional zero-month/year periods ("Option Period(s)"), provided,
the parties do so in writing and prior to the expiration of the original term or the
then-current Option Period. The City's extension authorization must be executed
by the City Manager or designee.
3. Compensation and Payment. This Agreement is for an amount not to exceed
$115,961 .00, subject to approved extensions and changes. Payment will be
made for Services completed and accepted by the City within 30 days of
acceptance, subject to receipt of an acceptable invoice. All pricing must be in
accordance with the attached Bid/Pricing Schedule, as shown in Attachment
B, the content of which is incorporated by reference into this Agreement as if
fully set out here in its entirety. Any amount not expended during the initial term
or any option period may, at the City's discretion, be allocated for use in the next
option period.
C2019-134
3/26/19
M2019-050 Page 1 of 7
Headworks International r 1, 2018
S( ANNF1)
Invoices will be mailed to the following address with a copy provided to the
Contract Administrator:
City of Corpus Christi
Attn: Accounts Payable
P.O. Box 9277
Corpus Christi, Texas 78469-9277
4. Contract Administrator. The Contract Administrator designated by the City is
responsible for approval of all phases of performance and operations under this
Agreement, including deductions for non-performance and authorizations for
payment. The City's Contract Administrator for this Agreement is as follows:
Name: Joanna Moreno
Department: Utilities Department
Phone: (361) 826-1649
email: joannm@cctexas.com
5. Insurance; Bonds.
(A) Before performance can begin under this Agreement, the Contractor must
deliver a certificate of insurance ("COI"), as proof of the required insurance
coverages, to the City's Risk Manager and the Contract Administrator.
Additionally, the COI must state that the City will be given at least 30 days'
advance written notice of cancellation, material change in coverage, or intent
not to renew any of the policies. The City must be named as an additional insured.
The City Attorney must be given copies of all insurance policies within 10 days of
the City Manager's written request. Insurance requirements are as stated in
Attachment C, the content of which is incorporated by reference into this
Agreement as if fully set out here in its entirety.
(B) In the event that a payment bond, a performance bond, or both, are
required of the Contractor to be provided to the City under this Agreement before
performance can commence, the terms, conditions, and amounts required in the
bonds and appropriate surety information are as included in the RFB/RFP or as
may be added to Attachment C, and such content is incorporated here in this
Agreement by reference as if each bond's terms, conditions, and amounts were
fully set out here in its entirety.
6. Purchase Release Order. For multiple-release purchases of Services to be
provided by the Contractor over a period of time, the City will exercise its right to
specify time, place and quantity of Services to be delivered in the following
manner: any City department or division may send to Contractor a purchase
release order signed by an authorized agent of the department or division. The
purchase release order must refer to this Agreement, and Services will not be
rendered until the Contractor receives the signed purchase release order.
Service Agreement Standard Form Page 2 of 7
Approved as to Legal Form October 1, 2018
7. Inspection and Acceptance. City may inspect all Services and products supplied
before acceptance. Any Services or products that are provided but not
accepted by the City must be corrected or re-worked immediately at no charge
to the City. If immediate correction or re-working at no charge cannot be made
by the Contractor, a replacement service may be procured by the City on the
open market and any costs incurred, including additional costs over the item's
bid/proposal price, must be paid by the Contractor within 30 days of receipt of
City's invoice.
8. Warranty.
(A) The Contractor warrants that all products supplied under this Agreement
are new, quality items that are free from defects, fit for their intended purpose,
and of good material and workmanship. The Contractor warrants that it has clear
title to the products and that the products are free of liens or encumbrances.
(B) In addition, the products purchased under this Agreement shall be
warranted by the Contractor or, if indicated in Attachment D by the
manufacturer, for the period stated in Attachment D. Attachment D is attached
to this Agreement and is incorporated by reference into this Agreement as if fully
set out here in its entirety.
(C) Contractor warrants that all Services will be performed in accordance
with the standard of care used by similarly situated contractors performing similar
services.
9. Quality/Quantity Adjustments. Any Service quantities indicated on the Bid/Pricing
Schedule are estimates only and do not obligate the City to order or accept more
than the City's actual requirements nor do the estimates restrict the City from
ordering less than its actual needs during the term of the Agreement and including
any Option Period. Substitutions and deviations from the City's product
requirements or specifications are prohibited without the prior written approval of
the Contract Administrator.
10. Non-Appropriation. The continuation of this Agreement after the close of any
fiscal year of the City, which fiscal year ends on September 30th annually, is subject
to appropriations and budget approval specifically covering this Agreement as
an expenditure in said budget, and it is within the sole discretion of the City's City
Council to determine whether or not to fund this Agreement. The City does not
represent that this budget item will be adopted, as said determination is within the
City Council's sole discretion when adopting each budget.
11. Independent Contractor. Contractor will perform the work required by this
Agreement as an independent contractor and will furnish such Services in its own
Service Agreement Standard Form Page 3 of 7
Approved as to Legal Form October 1, 2018
manner and method, and under no circumstances or conditions will any agent,
servant or employee of the Contractor be considered an employee of the City.
12. Subcontractors. Contractor may use subcontractors in connection with the work
performed under this Agreement. When using subcontractors, however, the
Contractor must obtain prior written approval from the Contract Administrator
unless the subcontractors were named in the bid or proposal or in an Attachment
to this Agreement, as applicable. In using subcontractors, the Contractor is
responsible for all their acts and omissions to the same extent as if the
subcontractor and its employees were employees of the Contractor. All
requirements set forth as part of this Agreement, including the necessity of
providing a COI in advance to the City, are applicable to all subcontractors and
their employees to the same extent as if the Contractor and its employees had
performed the work. The City may, at the City's sole discretion, choose not to
accept Services performed by a subcontractor that was not approved in
accordance with this paragraph.
13. Amendments. This Agreement may be amended or modified only in writing
executed by authorized representatives of both parties.
14. Waiver. No waiver by either party of any breach of any term or condition of this
Agreement waives any subsequent breach of the same.
15. Taxes. The Contractor covenants to pay payroll taxes, Medicare taxes, HCA
taxes, unemployment taxes and all other applicable taxes. Upon request, the City
Manager shall be provided proof of payment of these taxes within 15 days of such
request.
16. Notice. Any notice required under this Agreement must be given by fax, hand
delivery, or certified mail, postage prepaid, and is deemed received on the day
faxed or hand-delivered or on the third day after postmark if sent by certified mail.
Notice must be sent as follows:
IF TO CITY:
City of Corpus Christi
Attn: Joanna Moreno
Title: Contract Administrator
Address: 2726 Holly Road,Corpus Christi, Texas 78415
Phone:(361) 826-1649
Fax: (361) 826-1715
Service Agreement Standard Form Page 4 of 7
Approved as to Legal Form October 1, 2018
IF TO CONTRACTOR:
Headworks International
Attn: Jay Bailey
Title: Sales
Address: 11000 Brittmoore Park Drive, Houston, Texas 77041
Phone: (713)647-6667
Fax:(713) 647-0999
17. CONTRACTOR SHALL FULLY INDEMNIFY, HOLD HARMLESS AND DEFEND
THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND
AGENTS ("INDEMNITEES") FROM AND AGAINST ANY AND ALL LIABILITY,
LOSS, CLAIMS, DEMANDS, SUITS, AND CAUSES OF ACTION OF
WHATEVER NATURE, CHARACTER, OR DESCRIPTION ON ACCOUNT OF
PERSONAL INJURIES, PROPERTY LOSS, OR DAMAGE, OR ANY OTHER KIND
OF INJURY, LOSS, OR DAMAGE, INCLUDING ALL EXPENSES OF
LITIGATION, COURT COSTS, ATTORNEYS' FEES AND EXPERT WITNESS FEES,
WHICH ARISE OR ARE CLAIMED TO ARISE OUT OF OR IN CONNECTION
WITH A BREACH OF THIS AGREEMENT OR THE PERFORMANCE OF THIS
AGREEMENT BY THE CONTRACTOR OR RESULTS FROM THE NEGLIGENT
ACT, OMISSION, MISCONDUCT, OR FAULT OF THE CONTRACTOR OR ITS
EMPLOYEES OR AGENTS. CONTRACTOR MUST, AT ITS OWN EXPENSE,
INVESTIGATE ALL CLAIMS AND DEMANDS, ATTEND TO THEIR SETTLEMENT
OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON WITH
COUNSEL SATISFACTORY TO THE CITY ATTORNEY, AND PAY ALL
CHARGES OF ATTORNEYS AND ALL OTHER COSTS AND EXPENSES OF
ANY KIND ARISING OR RESULTING FROM ANY SAID LIABILITY, DAMAGE,
LOSS, CLAIMS, DEMANDS, SUITS, OR ACTIONS. THE INDEMNIFICATION
OBLIGATIONS OF CONTRACTOR UNDER THIS SECTION SHALL SURVIVE
THE EXPIRATION OR EARLIER TERMINATION OF THIS AGREEMENT.
18. Termination.
(A) The City Manager may terminate this Agreement for Contractor's failure to
perform the work specified in this Agreement or to keep any required insurance
policies in force during the entire term of this Agreement. The Contract
Administrator must give the Contractor written notice of the breach and set out a
reasonable opportunity to cure. If the Contractor has not cured within the cure
period, the City Manager may terminate this Agreement immediately thereafter.
(B) Alternatively, the City Manager may terminate this Agreement for
convenience upon 30 days advance written notice to the Contractor. The City
Manager may also terminate this Agreement upon 24 hours written notice to the
Service Agreement Standard Form Page 5 of 7
Approved as to Legal Form October 1, 2018
Contractor for failure to pay or provide proof of payment of taxes as set out in this
Agreement.
19. Assignment. No assignment of this Agreement by the Contractor, or of any right
or interest contained herein, is effective unless the City Manager first gives written
consent to such assignment. The performance of this Agreement by the
Contractor is of the essence of this Agreement, and the City Manager's right to
withhold consent to such assignment is within the sole discretion of the City
Manager on any ground whatsoever.
20. Severability. Each provision of this Agreement is considered to be severable and,
if, for any reason, any provision or part of this Agreement is determined to be
invalid and contrary to applicable law, such invalidity shall not impair the
operation of nor affect those portions of this Agreement that are valid, but this
Agreement shall be construed and enforced in all respects as if the invalid or
unenforceable provision or part had been omitted.
21. Order of Precedence. In the event of any conflicts or inconsistencies between this
Agreement, its attachments, and exhibits, such conflicts and inconsistencies will
be resolved by reference to the documents in the following order of priority:
A. this Agreement (excluding attachments and exhibits);
B. its attachments;
C. the bid solicitation document including any addenda (Exhibit 1); then,
D. the Contractor's bid response (Exhibit 2).
22. Certificate of Interested Parties. Contractor agrees to comply with Texas
Government Code Section 2252.908, as it may be amended, and to complete
Form 1295 "Certificate of Interested Parties" as part of this Agreement if required
by said statute.
23. Verification Regarding Israel. In accordance with Chapter 2270, Texas
Government Code, the City may not enter into a contract with a company for
goods or services unless the contract contains a written verification from the
company that it: (1) does not boycott Israel; and (2) will not boycott Israel during
the term of the contract. The signatory executing this Agreement on behalf of the
Contractor verifies that the company does not boycott Israel and will not boycott
Israel during the term of this Agreement.
24. Governing Law.This Agreement is subject to all federal, State, and local laws, rules,
and regulations. The applicable law for any legal disputes arising out of this
Agreement is the law of the State of Texas, and such form and venue for such
disputes is the appropriate district, county, or justice court in and for Nueces
County, Texas.
Service Agreement Standard Form Page 6 of 7
Approved as to Legal Form October 1, 2018
25. Entire Agreement. This Agreement constitutes the entire agreement between the
parties concerning the subject matter of this Agreement and supersedes all prior
negotiations, arrangements, agreements and understandings, either oral or
written, between the parties
CONTRACTOR
Signature: /CV' 6K
• G'`e,a , .e
Printed Name: fV1 e- Lc. /I/
Title:
Date: - ) o 1 C1
CITY OF CORPUS CHRISTI
Kim Baker
Assistant Director of Finance- Purchasing Division
Date: 3. 21, lel
ATTEST: •'' �-�•��- ���
Attached and Incorporated by Reference: REBECCA HUERTA
Attachment A: Scope of Work CITY SECRETARY
Attachment B: Bid/Pricing Schedule
Attachment C: Insurance and Bond Requirements
Attachment D: Warranty Requirements
Incorporated by Reference Only: VIZ Iq-- 0a)
Exhibit 1: RFB/RFP No. 2038 ..„AU�lnunic,
Exhibit 2: Contractor's Bid/Proposal Response gy C.UNCII�� T" 1
6,1
SET:MAI-iv
Service Agreement Standard Form Page 7 of 7
Approved as to Legal Form October 1,2018
Attachment A -Scope of Work
1.1 General Requirements/Background Information
A. The Contractor shall furnish and deliver two mechanically cleaned bar
screens, as per the scope of work and shall include all equipment,
controls, appurtenances, and incidentals necessary for a complete and
functioning mechanically cleaned bar screen to Allison Wastewater
Treatment Plant located at 4101 Allison, Corpus Christi, TX 78410.
B. The mechanically cleaned bar screens shall be a front-cleaning, front-
return link driven assembly, including the bar screen and all
appurtenances. The mechanically cleaned bar screen shall be designed
for screening debris that is typically found in raw sanitary sewage,
including rags, paper, sticks, stones, etc.
C. The acceptable bar screen manufacturers/suppliers are Fairfield Service
Company, Lakeside Equipment Corporation, or Duperon. Any other
manufacturer/supplier will require approval by the Wastewater Utilities
management.
D. The City will be responsible for installation.
1.2 Specifications
A. Materials
1. The mechanically cleaned bar screen shall be a 316 stainless-steel
link driven, front-cleaning, front-return type unit. Bar screen shall
clean continuously, from bottom to top, the entire width of the
scraper, without the aid of an operator.
2. The mechanically cleaned bar screen shall have a head sprocket
only, with no sprockets, bearings, or similar drive components under
water.
3. The link system shall bend in one direction only, which allows it to
become its own lower sprocket and frame. The link system shall also
have the ability to flex around a large object to avoid shutting down
the unit.
4. Only non-corrosive materials shall be used in components traveling
underwater. The scrapers shall be of UV stable UHMW-PE material
and the links and pins shall be of 316 stainless steel. Link pins shall be
drilled out to accept cotter pins.
5. All maintenance shall be performed at the operating floor level. No
part of the drive system shall be located below water at maximum
design flow conditions. Drive output shaft rotation shall be constant
and in one direction in order to reduce maintenance requirements.
6. Bar Screen: Shall be of type 316 stainless steel, with minimum 1/4" x
3/4" bars, spaced to maintain the specified clear opening. Bar
screen shall be able to withstand a two-feet head differential. Bar
screen anchors and fasteners will be furnished by the City and shall
be of stainless steel. Bar screen shall be mounted at an angle as
shown on the drawings. The bar screen shall be designed to fit within
the channel shown on the drawings, and shall be shipped as a
complete assembly, or in sections as required by site conditions.
7. Scrapers: Shall be of UV-stable UHMW-PE and shall be designed
according to application and debris requirements. Scrapers shall be
easily modified by the customer, if necessary, to suit future changes
in debris conditions. All scrapers shall fully penetrate the bar screen
cleaning all three sides of the bars. Scrapers shall be 21" apart.
Scrapers shall move at approximately 28 inches per minute at the
manufacturer's recommended operating speed of 0.5 rpm.
8. Dead Plate: Shall be 1/4" thick, type 316 stainless steel. Dead plate
shall span entire width of screen and transition from bar rack to the
discharge point.
9. Discharge Chute: Shall be type 316 stainless steel with minimum
thickness of 14 gauge, enclosed, and shall be bolted or welded to
the dead plate per manufacturer's recommendations. Discharge
chute shall allow debris to be transferred from discharge point into
City- supplied container.
10. Attached are the existing drawings for this project.
B. DRIVE UNIT
1. The mechanically cleaned bar screen unit shall operate
independently and will have its own drive unit and driven components.
The gearbox shall not be vented to outside atmosphere.
2. The gearbox shall be grease lubricated and designed for 5 years (or
20,000 hours of operation) between recommended clean and re-
grease services. The gearbox shall be right angle type and shall
incorporate cycloidal and spiral bevel gearing with a total ratio of
809:1 . The gear reducer output shaft speed shall be approximately 1/
2 rpm - 2 rpm and controlled by an AC Tech, volts/hertz type inverter
or per rake manufacturer's recommendation. It shall have a 1.52 or
greater service factor based on machine torque requirements. It shall
be shaft mounted utilizing the keyless taper grip® bushing.
3. The motor shall be mounted to the gear reducer by utilizing a quill, "C"
Face. The gear motor shall be AC induction type, minimum 1/2 HP,
1800 RPM base speed, 3 phase, 230/460 volt and have the following
characteristics: It shall be explosion proof rated for Class 1, Division 2,
Group D environment and for use with an inverter. It shall have a 4/1
speed range, EPNV enclosure, NEMA design B with a 56C frame size.
Service factor shall be 1.0 with 1600V, Class F insulation rated for
temperatures up to 40 degrees C. The motor will have 1600-volt
insulation, optimized for IGBT type inverters and shall be UL listed. Motor
shall have built-in thermostat to protect from overheating that shall be
field wired to the corresponding terminal in control panel for
redundant (ambient) overload protection.
4. The bearings shall be greased ball bearing type, non-self- aligning,
sealed and lubricated.
5. The drive unit shall have a 316 stainless steel shaft and chain hubs.
6. Chain Slides: Chain slides to support the upstream link system shall be
provided in situations where the unit is longer than 15 feet and will be
5 - 10 degrees from vertical, or, where there is high water velocity or
other special site conditions, as recommended by the manufacturer.
Chain slides shall be of UV-stable UHMW and 316 stainless steel.
7. Side Fabrication: The screen framework shall be type 316 stainless steel
bent plate, with a minimum thickness of 3/16", and horizontal members
shall be of type 316 stainless steel tube or pipe. Support members and
frame shall adequately support the bar screen per engineering
calculations and site-specific requirements.
8. Closeouts: Closeouts shall be type 316 stainless steel and shall assure
that there is no space wider than the opening between the bars, to
prevent passage of larger solids than allowed through the screen.
Closeouts shall be incorporated into the side fabrication framework
and return guides as determined by the manufacturer.
9. Return Guides: Shall be type 316 stainless steel and shall be
incorporated in the side fabrication and closeouts framework as
determined by the manufacturer. Lower return guides shall assure
proper alignment of scrapers as they enter the bar screen.
10.Channel Bottom Plate: A type 316 stainless steel channel bottom plate
shall be utilized as recommended by the manufacturer to fully engage
scrapers in the bar screen at the bottom of the channel. The channel
bottom plate may require anchoring dependent upon site
configuration and as recommended by the manufacturer.
11 .Stripper Assembly: A stripper assembly shall be installed to assist in
removing debris from the scrapers on the mechanically cleaned bar
screen as recommended by the manufacturer. The stripper shall
incorporate a return guide proportionate to the speed of the traveling
scrapers that allows for a better angle relationship to the scraper for
more effective debris removal and zero impact that allows for longer
component life. UV-stable UHMW wear strips shall be utilized to deliver
a smooth transition back into position after debris is removed from
passing scraper.
12.Enclosure: Provide a full enclosure surrounding all parts of the
mechanically cleaned bar screen that extends above the operating
floor. Side and top panels of enclosure shall be made of type 316
stainless steel, 20 gauge thick. Rear enclosure shall have removable
20 gauge thick, type 316 stainless steel panels for access.
13.Standard Coating: All stainless-steel bar screen components will not be
painted.
C. CONTROLS
1. The controls shall be provided by bar screen manufacturer and shall
be an enhanced VFD package with differential level control.
Controls shall be housed in a NEMA 4X fiberglass enclosure.
2. The controls shall be designed to accept 3PH/480VAC incoming power
supply. Control panel power shall be 1 PH/120VAC and shall include
a step-down transformer as needed to achieve 120V.
3. The controls shall be mounted in the location shown on the
manufacturer supplied drawings. A NEMA 7/9 remote push button
station is required to maintain equipment and safety requirements
pertaining to Class 1, Division 2, Group D rated installation
environments.
4. The rake controls shall operate manually. In the Hand mode, it shall
be possible to set an "off' timer to stop rake operation after a preset
length of time. When the rake HOA is in Auto mode a differential level
control program shall automatically accelerate/decelerate the rake
as the differential level increases/decreases, respectively. The
differential values shall be field adjustable for rake run point and
each acceleration set point. The controller program shall also have
cycle timing logic, which shall have field adjustable run and stand-
by times. The rake shall start operation in Auto mode whenever a call
to run is received by differential, timer or by a dry contact input from
another source, which all run in parallel.
5. The "VFD Fault" shall be cleared by turning the HOA to Off, then
waiting approximately three minutes (or per current UL standards),
then turning the HOA back to the desired setting. To avoid the wait
period, a VFD Fault can only be reset using the disconnect switch, or
otherwise cutting power to the VFD. The motor over-temp faults shall
clear automatically when the motor cools to be within normal
operating range.
6. The controls shall be built by a UL-approved panel builder and bear
the UL-approved logo. Controls shall be tested by panel builder and
by the rake manufacturer prior to shipment to owner. The rake
manufacturer shall verify all overload settings in the rake controller to
insure proper overload and speed settings required for the
application are properly programmed.
7. The controls shall have an inner door pocket that includes a copy of
as-built drawings from the manufacturer as well as any other
pertinent documentation necessary to properly operate the controls.
8. The control package shall include the following and utilize the panel
builder's standard component manufacturers, unless otherwise
approved by the rake manufacturer:
a. NEMA 4X fiberglass, dead-front style enclosure with continuous
hinge, exterior, lockable door.
b. HOA Selector where Hand mode enables the pushbuttons
located on the remote push button station. Auto mode for the
rake concurrently enables differential level logic, cycle timing
logic and remote start capabilities.
c. Speed controller (based on vector drive technology),
preprogrammed for speed/overload control by the panel builder
and verified by the rake manufacturer.
d. Rake controller with differential level and field adjustable cycle
timing programs as previously defined. User-defined fields to be
programmed during on-site start-up by the rake manufacturer
per owner specifications to maintain good flow conditions.
e. Dry contact input for motor thermostats to shut down equipment
if motor over temperature condition occurs.
f. Dry contact output signals for "Run", "VFD Fault", "Motor Over
temp" & "In Auto" conditions. Dry contact output signal also
included to start (1) piece of downstream equipment, such as a
washer/compactor or conveyor in the future.
g. Dry contact input terminals for "Remote Run", "Motor
Thermostat" and remote station.
h. Intrinsically safe barriers for transducer terminations.
i. Main control power breaker with lockable, thru-door operator.
j. Elapsed run-time meters.
k. Push-To-Test type indicator lights for "Power On", "Forward", "VFD
Fault" and "Motor Over temp".
I. Phenolic label on outer door indicating equipment I.D. number
(as required by owner).
m. Push/pull E-Stop on outside of enclosure.
n. Audible alarm with silence button.
o. Beacon style alarm light.
9. The remote station shall be rated N7/9 and include Forward, and E-
Stop buttons. The Forward buttons shall be enabled when the HOA
on the main control panel is in Hand mode. The remote station shall
be mounted as close to the equipment as safely possible and be field
wired by the electrical subcontractor to the corresponding terminal
inputs in the main control panel.
10. The rake manufacturer shall also provide (2) transducers that are to
be installed in front and behind the bar screen. The transducers shall
connect to corresponding terminations in the main control panel
and utilize the rake manufacturer's standard rake controller.The rake
controller logic shall include at a minimum a differential level and
cycle timing program, with automatic speed ramping and reducing
as the differential increases and decreases respectively. The
ultrasonic transducers shall have a 1 " NPT facing, shall include 100
feet of cabling, and come with hand-held programmers as needed.
The submersible transducers shall be mounted in still wells (by others)
to protect them from damage by passing debris. The cabling shall
not be spliced.
D. OPERATING CHARACTERISTICS
General: Screen shall be designed with a 1/4-inch clear bar opening
for a normal operating flow of 2.5 MGD (50% of plant capacity) and
a peak design flow of 11 .25 MGD (75% of plant capacity). Head loss
through the screening unit shall not exceed 12 inches at 11.25 MGD
assuming 50 percent blockage and a downstream water depth of to
be determined, but channel depth is 5'0". Screen shall be located in
a nominal 3'- 8" feet wide concrete channel and a depth from the
top of channel invert of approximately 5'-0". Unit angle from vertical
shall be 30 degrees or most efficient and economical that works in
this channel. The screenings discharge height shall be as near the
top of the wall as allowed by the screening's receptacle.
E. EXECUTION
1. All equipment furnished under this section shall be by a single
manufacturer regularly engaged in the design and manufacture of
this equipment and demonstrates to the satisfaction of the City Staff
that the quality is equal to equipment made by the manufacturers
named herein. The Contractor shall have supplied mechanically
cleaned bar screen equipment that has been in successful operation
under similar circumstances for at least five years. The Contractor
shall furnish and deliver to the site the mechanically cleaned bar
screen that has been fully assembled and shop tested at the
manufacturing facility prior to shipment for a minimum of 4 hours. The
unit shall be new and unused. The unit shall include the mechanically
cleaned bar screen, access doors, lifting system, and appurtenant
equipment.
2. The equipment furnished shall be fabricated, assembled, in full
conformance with specifications, engineering data, and/or
recommendations furnished by the equipment manufacturer.
3. Spare Parts: A recommended spare parts list with prices shall be
provided after the project is complete.
4. Start-Up: The Contractor shall furnish the services of a qualified
factory-trained field service engineer for three constructive 8-hour
working days at the site to inspect the installation and to instruct the
City's personnel in the operation and maintenance of the
mechanically cleaned bar screen. Services of the Contractor shall
include testing of the installed equipment to demonstrate that it is
fully operational and will pick up and deposit raked materials. The
Contractor will be provided a 14-day notification prior to the need
for the installation assistance. To assure proper outcome for the City
and Contractor, the Contractor shall provide certification for the
completion of the shop testing and installation pre-commissioning
checklist.
5. Prior to manufacturing, the Contractor shall submit three sets of shop
drawings of the proposed unit within two weeks of Notice to Proceed.
The City shall review and provide approval or reline revisions within
two weeks of receipt.
1.3 Contractor Quality Control and Superintendence
The Contractor shall establish and maintain a complete Quality Control
Program that is acceptable to the Contract Administrator to assure that
the requirements of the Contract are provided as specified. The
Contractor will also provide supervision of the work to insure it complies
with the contract requirements.
1.4 Warranty
The Contractor shall provide a minimum one-year standard, written
warranty on parts/materials and workmanship from the date of use of the
equipment. Warranty repairs shall be corrected immediately upon
notification.
Attachment B- Bid/Pricing Schedule
er, 5,�
CITY OF CORPUS CHRISTI
�
PURCHASING DIVISION
BID FORM
z�2 RFB No. 2038
Mechanical Bar Screen for Allison Waste Water Treatment Plant
PAGE
1 OF 1
Date: //2&1/I `l
Authorized
Bidder: 14 coydwo, oc o.-,c', ( Signature: c.
1. Refer to "Instructions to Bidders" and Contract Terms and Conditions before
completing bid.
2. Quote your best price for each item.
3. In submitting this bid, Bidder certifies that:
a. the prices in this bid have been arrived at independently, without
consultation, communication, or agreement with any other Bidder or
competitor, for the purpose of restricting competition with regard to prices.
b. Bidder is an Equal Opportunity Employer, and the Disclosure of Interest
information on file with City's Purchasing office, pursuant to the Code of
Ordinances, is current and true.
c. Bidder is current with all taxes due and company is in good standing with
all applicable governmental agencies.
d. Bidder acknowledges receipt and review of all addenda for this RFB.
Item Description UNIT QTY Unit Price Total
Price
1. Mechanical Bar Screens EA 2 $ $ 1/11,H( 1
2. Freight LS 1 150
Total ,
$ JJS,`16I
"ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED"
Cynthia Perez
Procurement Officer
Attachment C - Insurance Requirements
CONTRACTOR'S LIABILITY INSURANCE
A. Contractor must not commence work under this contract until all insurance
required has been obtained and such insurance has been approved by the City.
Contractor must not allow any subcontractor, to commence work until all similar
insurance required of any subcontractor has been obtained.
B. Contractor must furnish to the City's Risk Manager and Contract Administrator one
(1) copy of Certificates of Insurance with applicable policy endorsements showing
the following minimum coverage by an insurance company(s) acceptable to the
City's Risk Manager.The City must be listed as an additional insured on the General
liability and Auto Liability policies by endorsement, and a waiver of subrogation
endorsement is required on all applicable policies. Endorsements must be
provided with Certificate of Insurance. Project name and/or number must be
listed in Description Box of Certificate of Insurance.
TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE
30-day advance written notice of Bodily Injury and Property Damage
cancellation, non-renewal, material
change, or termination required on all Per occurrence aggregate
certificates and policies.
COMMERCIAL GENERAL LIABILITY including: $1,000,000 Per Occurrence
1. Commercial Broad Form $1,000,000 Aggregate
2. Premises -Operations
3. Products/Completed Operations
4. Contractual Liability
5. Independent Contractors
6. Personal Injury- Advertising Injury
AUTO LIABILITY (including) $1,000000 Combined Single Limit
1. Owned
2. Hired and Non-Owned
3. Rented/Leased
WORKERS'S COMPENSATION Statutory and complies with Part II of
(All States Endorsement if Company is not this Exhibit.
domiciled in Texas)
Employers Liability $500,000/$500,000/$500,000
C. In the event of accidents of any kind related to this contract, Contractor must
furnish the Risk Manager with copies of all reports of any accidents within 10 days
of the accident.
II. ADDITIONAL REQUIREMENTS
A. Applicable for paid employees, Contractor must obtain workers' compensation
coverage through a licensed insurance company. The coverage must be written
on a policy and endorsements approved by the Texas Department of Insurance.
The workers' compensation coverage provided must be in statutory amounts
according to the Texas Department of Insurance, Division of Workers'
Compensation. An All States Endorsement shall be required if Contractor is not
domiciled in the State of Texas.
B. Contractor shall obtain and maintain in full force and effect for the duration
of this Contract, and any extension hereof, at Contractor's sole expense,
insurance coverage written on an occurrence basis by companies
authorized and admitted to do business in the State of Texas and with an
A.M. Best's rating of no less than A- VII.
C. Contractor shall be required to submit renewal certificates of insurance
throughout the term of this contract and any extensions within 10 days of
the policy expiration dates. All notices under this Exhibit shall be given to
City at the following address:
City of Corpus Christi
Attn: Risk Manager
P.O. Box 9277
Corpus Christi, TX 78469-9277
D. Contractor agrees that,with respect to the above required insurance, all insurance
policies are to contain or be endorsed to contain the following required provisions:
• List the City and its officers, officials, employees, and volunteers, as additional
insureds by endorsement with regard to operations, completed operations, and
activities of or on behalf of the named insured performed under contract with the
City, with the exception of the workers' compensation policy;
• Provide for an endorsement that the "other insurance" clause shall not apply to
the City of Corpus Christi where the City is an additional insured shown on the
policy;
• Workers' compensation and employers' liability policies will provide a waiver of
subrogation in favor of the City; and
• Provide thirty (30) calendar days advance written notice directly to City of any,
cancellation, non-renewal, material change or termination in coverage and not
less than ten (10) calendar days advance written notice for nonpayment of
premium.
E. Within five (5) calendar days of a cancellation, non-renewal, material change or
termination of coverage, Contractor shall provide a replacement Certificate of
Insurance and applicable endorsements to City. City shall have the option to
suspend Contractor's performance should there be a lapse in coverage at any
time during this contract. Failure to provide and to maintain the required insurance
shall constitute a material breach of this contract.
F. In addition to any other remedies the City may have upon Contractor's failure to
provide and maintain any insurance or policy endorsements to the extent and
within the time herein required, the City shall have the right to order Contractor to
stop work hereunder, and/or withhold any payment(s) which become due to
Contractor hereunder until Contractor demonstrates compliance with the
requirements hereof.
G. Nothing herein contained shall be construed as limiting in any way the extent to
which Contractor may be held responsible for payments of damages to persons
or property resulting from Contractor's or its subcontractor's performance of the
work covered under this contract.
H. It is agreed that Contractor's insurance shall be deemed primary and non-
contributory with respect to any insurance or self-insurance carried by the City of
Corpus Christi for liability arising out of operations under this contract.
I. It is understood and agreed that the insurance required is in addition to and
separate from any other obligation contained in this contract.
2018 Insurance Requirements
Purchasing- Utilities
Furnishing and Delivering One Mechanically Cleaned Bar Screen
11/7/2018 sw Risk Management
Valid Through 12/31/2018
Attachment C - Bond Requirements
No bond requirements necessary for this service agreement; Section
5. (B) is null for this service agreement.
Attachment D - Warranty Requirements
The Contractor shall provide a minimum one-year standard, written
warranty on parts/materials and workmanship from the date of use of the
equipment. Warranty repairs shall be corrected immediately upon
notification.