Loading...
CF-Village-CN 881213 SUB?fiSSiON i.LAI~LINE: 5:00 p.m. Moudav - 8 iJays l'teceuing UiL? Couuc~i Heetiug Rev.: Effective 1/20/88 FOR CITY COUNCIL MEETING: 12/13/88 ~ l. REF/FILE NL~BER : 381 - A II. ITEF,! CAPTION : Waive informalities, consider proposals, and assi.,.°n three Worthington 10-LR-18A pumps with Reliance, I~P-II, 82dB motors to the successful contractor for the Village Parkway Pump Station in the amount of ~179,772.00. III. ACTION RECOMMENDED : Accept proposal and assi~.~n to successful contractorJ ' · ....... .................. IV. REP. IN ATTENDANCE A: STA~ell'"';~e,P.E. '') B: OTHER - Gi~, Inc. - H.' Wa~e Gi~, P.E., S~ford Case, PE V. NOTIFICATION TO : N/A METHOD OF CONTACT : DATE : VI. FINANCIAL REVIEW : 1. BUDGETED ITEM : xxx YES NO 2. BUDGET AMOUNT : 3. ESTIMATED AMOUNT FOR THIS ITEM : 4. AMOUNT OVER OR UNDER BUDGET : 5. LOW BIDDER RECOMMENDED : YES xxx NO SOURCE OF FUNDING CO'S OR BONDS FUNDS · Revenue Bonds (Series or year authorized) : OPERATING BUDGET (Account Number) : OTHER : APPROVED BY CITY MANAGER : ITEM NUMBER ~ AGENDA REOUEST FORM ................. n~rl~£~ ......................................... : ....'ORT I)OC~ .... iAI'lOb: F'OR A(-:.!':J.~A ITI'.~.! * DATE RECEIVED * * YIME ~' * -- * To be completed by City Manager Dept.* **************************************** SUPPORT DOCI~ENTATION SUBMITTED AMOUNT PER/SET NO. OF PAGES DATE SUBMITTED MEMORANDI~S ....................... : LETTERS ........................... : 1 1 12/5/88 REPORTS ........................... : 1 5 12/5/88 BILLS ............................. : BID ............................... : CONTRACT/AGREEMENT ................ : MINUTES ........................... : ORDINANCE ......................... ; RESOLUTION ........................ : PROCLAMATION ...................... : ,MAPS .............................. : ZONING PLANS ...................... : PR~JIMINARY PLATS ................. : FINAL PLATS ....................... : SITE PLANS ........................ : LANDSCAPE PLANS ................... : ARCHITECTURAL RENDERINGS .......... : OTHER ............................. : REVIEWED BY (If applicable) SIGNATURE DATE REVIEWED CITY ATTORNEY ..................... : FINANCE DIRECTOR .................. : OTHER ............................. : SUBMITTED BY SIGNATURE DATE SUBMITTED DEPARTMENT DIRECTOR ............... : . APPROVED BY SIGNATURE DATE APPROVED CITY MA~NAGER ...................... : DENIED BY SIGNATURE CITY MANAGER ...................... : Additional documentation required Need for further discussion 7 Submitted after deadline At the request of CITY MANAGER'S COMMENTS/RECOMMENDATION FOR AGENDA ITEM I. Item #21 City Council Agenda Dated: 12-13-88 II. COMMENTS/RECOMMENDATION: The cost of the pumps in the amount of $179,772 will be included in the contract for construction of the Village Parkway Pump Station. GINN, INC. CONSULTING ENGINEERS December 5, 1988 Mr. Russell Doyle, P.E., City Engineer City of Coppell P.O. Box 478 Coppell, Texas 75019 Re: Pumps & Motors for the Village Parkway Pump Station Dear Mr. Doyle: Bids were received for the above referenced items on November 1, 1988 at 10:00 A.M. in the Coppell Town Center. Two firms submitted proposals for a total of seven (7) alternates to the specifications. As submitted, no proposals complied with the project specifications for the Pumps and Motors. The project specifications were reviewed and all proposals evaluated for compliance with motor bearings, temperature rise, noise, delivery date, efficiency, ect. Based on our technical evaluation (see attached), we feel that the three (3) Worthington 10-LR-18A Pumps with Reliance, WP-II, 82 dB Motors as submitted by Dresser Industries, Inc. is the lowest acceptable bid (with revised Worthington Specification Comments dated 11-18-88). Therefore, we recommend that the City Council wave informalities and assign these three (3) Pumps and Motors in the total amount of $179,772.00 to the Successful Contractor for the Village Parkway Pump Station. We will be available at the December 13, 1988 Council Meeting to discuss this item. Please feel free to contact us if you need additional information. Sincerely, H. Wayne Ginn, P.E. HWG/SWC cc: Alan Ratliff Sanford Case, P.E. Frank Trando File 380 Steve Goram 17103 Preston Road · Suite 100 ® LB 118 · Dallas. Texas 75248 · Phone 214/248-4900 PUMP EVALUATION Each proposal has been evaluated for conformance to the Plans and Specifications. As submitted, none of the proposals conform to the required specifications for the pumping units. Pumps 1, 2, and 6 do not meet the required bearings or temperature rise specifications. Pumps 1, 2, 3, 4, and 5 do not meet the required noise criteria. Pumps 6 and 7 do not meet the required delivery dates. Therefore, we have attempted to evaluate the proposals to determine which ones could possibly be acceptable alternatives. Units 1, 2, and 6 were submitted with USEM (United States Electric Motors). This motor utilizes a standard grease lubricated bearing. The Specifications require a split sleeve oil lubricated bearing. A grease lubricated bearing requires careful maintenance and is susceptible to failure from over, under, or improper greasing. The oil lubricated bearings which are specified utilize a reservoir with a sight glass which simplifies inspection and maintenance. Oil lubricated bearings will have an almost indefinite life if the reservoir level is properly maintained. The USEM motors also fail to meet the specification for temperature rise. The temperature rise of the USEM motor is 80° C at a 1.0 service factor instead of the required 1.15 service factor. This means the USEM motor will run hotter at full load than a motor which meets the 1.15 service factor. In general, the hotter the operating temperature, the shorter the life of the motor insulation. Our consultants advise us that a motor complying with the 1.15 service factor will last approximately twice as long as one complying with the 1.0 service factor. Based on the bearings and temperature rise factors, we feel that the pumping units submitted with USEM motors (No. 1, 2, and 6) are unacceptable for this project and no further evaluation will be performed on them. Noise is another factor on which the units were evaluated. The type of enclosure determines the noise of the pumping unit. The Specifications require a noise level not to exceed 76 dB at 3 feet. Noise is a difficult parameter to evaluate. As a rule of thumb, doubling the intensity of a sound will result in approximately a 3 dB increase. Due to the sound absorbing ceiling in the pump room, we recommend that a variance to the 76 dB specification be allowed. Upon re-evaluation, we feel that pumps with noise levels at or below 82 dB at 3 feet will be acceptable. OSHA currently allows an 8 hour exposure limit of 90 dB; however, several attempts have been made to lower the limit to 85 dB. Even with two pumps running, the total noise level for two - 82 dB pumps would be approximately 85 dB which is within acceptable levels. Based on the revised noise level, pump No. 3 (86 dB) was eliminated from evaluation. GINN, INC. CONSULTING ENGINEERS VILLAGE PARKWAY PUMP STATION DALLAS, TEXAS PROJECT NO. 380 CITY OF COPPELL, TEXAS pU~p Evaluation (~nt.) November 15, 1988 ~ Page 2 of 3 Pumps 4, 5, and 7 were then subjected to the following performance efficiency evaluation: Design Guar. Pump One Pump One Pump Two Pump Eff. Eff High Head Low Head Design W-W % % Ft-GPM-Eff Ft-GPM-Eff GPM-Eff Pump 4 & $ Worthington 84.25 88.5 235' 182' 245' 10-LR-18A w/ 5,800 8,200 5,200 ea Reliance WP-II 86% 85% 85.5% 80 or 82 dB Encl. Pump ? Imo - Delaval 83.96 88.0 235' 182' 245' P16/14D w/ 5,900 8,000 5,250 ea Reliance WP-II 86% 84% 85.5% 76 dB Enclosure Specified Min. 83.0 87.5 245' 5,500 8,000 5,200 85.0 % 86.0 % 84.0 % From the pre-bid efficiency analysis, it was determined that each percentage point of wire-to-water efficiency (W-W) represents approximately $7,000 of present value additional cost (savings) from the specified minimum W-W efficiency over a twenty year operating period. Total Per Eff. Net Bid Unit (Bonus) Equivalent Price Penalty Cost (Ea) Pump 4 Worthington 10-AR-ISA w/ Reliance WP-II 82 dB Enclosure $179,772.00 59,924.00 (8,750) $51,174.00 Pump $ Worthington 10-LR-18A w/ Reliance WP-II 80 dB Enclosure $185,553.00 61,851.00 (8,750) $53,101.00 Pump ? Imo - Delaval P16/14D w/ Reliance WP-II 76 dB Enclosure $247,946.00 82,648.67 (6,720) $75,928.67 GINN, INC. CONSULTING ENGINEERS VILLAGE PARKWAY PUMP STATION DALLAS, TEXAS PROJECT NO. 380 CITY OF COPPELL, TEX~S Pump Evaluation ('-nt.) November 15, 1988 ~ Page 3 of 3 Additionally, Worthington has guaranteed delivery of the pumping units within the specified 225 calendar days. Imo-Delaval has taken exception to the required delivery time. Based on the delivery dates and the low net equivalent cost per unit of Pump 4 in the above analysis, we recommend that the City Council wave informalities and designate the Worthington 10-LR-18A pumps with Reliance WP-II, 82 dB Enclosure Motors as the lowest acceptable bid and assign them in the amount of $179,772.00 to the Successful Contractor for the Village Parkway Pump Station. Respectfully Submitted, GINN INC. CONSULTING ENGINEERS ~--.~.: .... '.' .... f Sanford W. Case, P.E. 59993 Pro~ ect Nanager ~.~,,~_ _~,,~ GINN, INC. CONSULTING ENGINEERS VILLAGE P~RKWAY PUMP STATION DALLAS, TEXAS PROJECT NO. 380 CITY OF COPPELL, TEXAS