Skip to main content
File #: ID#25-0626    Version: 1 Name: Multi Vendor Pump
Type: Action Item Status: Agenda Ready
File created: 6/26/2025 In control: Public Utilities
On agenda: 8/4/2025 Final action:
Title: Authorize purchase order(s) to multiple vendors as listed, for the maintenance, repairs, and related purchases, in the cumulative annual amount of $1,250,000.00, for term August 8, 2025 through August 7, 2026, with two, one-year renewal options pursuant to City Code of Ordinances Sections 2.563(1)(a), Single Source, and 2.563(1)(d), Standardization, and authorize the appropriate officials to execute same. (consent)
Attachments: 1. 1. ID#25-0626 Flygt - A-C (1), 2. 2. ID#25-0626 Auth Distributor Letter - Aurora 2025 (1), 3. 3. ID#25-0626 Carter Verplanck a DXP Company Situation 2 Authorization Letter 19-FSG-WSRA-00273 Clearwater 6.17.20 (1), 4. 4. ID#25-0626 CEJ - Grundfos Sole Source Letter Clearwater (1), 5. 5. ID#25-0626 CEJ - Moyno Sole Source - Clearwater (1), 6. 6. ID#25-0626 PSI City of Clearwater Sole Source Letter (1), 7. 7. ID#25-0626 ITT Goulds Sole Source - 2025 (1), 8. 8. ID#25-0626 TKM Sole Source - FL (1), 9. 9. ID#25-0626 Trippensea Shaw Sole Source Letter (1), 10. 10. ID#25-0626 Auth Distributor Letter - Homa 2025, 11. 11. ID#25-0626 Lutz Jesco Sole Source RC Beach 012225, 12. 12. ID#25-0626 Patterson 2024, 13. 13. ID#25-0626 Trillium Sole Source Letter RC Beach 2025
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

SUBJECT/RECOMMENDATION:

Title

Authorize purchase order(s) to multiple vendors as listed, for the maintenance, repairs, and related purchases, in the cumulative annual amount of $1,250,000.00, for term August 8, 2025 through August 7, 2026, with two, one-year renewal options pursuant to City Code of Ordinances Sections 2.563(1)(a), Single Source, and 2.563(1)(d), Standardization, and authorize the appropriate officials to execute same. (consent)

Body

SUMMARY: 

Pumps are essential to the daily operations and maintenance of the City’s water and wastewater systems. They facilitate the movement of water, wastewater, and treatment chemicals throughout various stages of processing and distribution. Each pump serves a specific function critical to the operation of the City’s Public Utilities facilities.

 

To ensure transparency and uninterrupted procurement, authorization is requested to purchase pumps from the sole source vendors listed below:

 

                     Carl Eric Johnson is the sole source vendor for Grundfos and Moyno pumps. Grundfos metering pumps provide precise and consistent chemical dosing. Moyno pumps are used at wastewater facilities to handle thick, high-solids fluids such as sludge.

 

                     Trippensee Shaw Inc. is the sole source vendor for Sulzer-Johnston pumps, which are used at the Northeast Water Reclamation Facility (WRF) to pump reclaimed water into ground storage tanks.

 

                     RC Beach and Associates is the sole source vendor for Patterson, Lutz-Jesco, and Trillium (Floway) pumps. Patterson pumps are used for finished water and ozone booster pumping at water treatment plants. Lutz-Jesco pumps deliver precise chemical doses at all three water plants. Floway pumps move treated effluent into the reclaimed water system at the Marshall WRF.

 

                     Guardian Equipment is the sole source vendor for TKM metering pumps, which are used for accurate chemical dosing, such as chlorine and bisulfite, at wastewater treatment plants.

 

                     PSI Technologies is the sole source vendor for Vogelsang cutter and rotary lobe pumps. These pumps are used in the digester process to manage thickened sludge with solids and debris.

 

                     Tencarva (Hudson Pump) is the sole source vendor for Flygt AC pumps, which are used in pump houses at wastewater treatment facilities for Return Activated Sludge (RAS) pumping. Tencarva is also the Sole Source provider of Allis-Chalmers pumps used to transfer effluent water from the Sand Filters to the contact chamber at the Northeast WRF, and Goulds pumps used at the Marshall WRF for transferring reclaim water to the storage tank.

 

                     Barney’s Pumps is the sole source vendor for Pentair/Aurora and Homa pumps. These pumps are used at water plants for RO skid high-pressure feed, blend transfers, high-service distribution, backwashing, and concentrate handling.

 

                     Carter & VerPlanck is the sole source vendor for FlowServe pumps, used at the RO1 facility to move concentrate water, which is then reused as feed water at the RO2 plant.

 

All pumps included in this procurement are specifically engineered for their designated applications and precisely fit the infrastructure at each facility. While other pumps may serve similar functions, variations in design and footprint often require costly engineering and construction modifications. Standardizing the existing models avoids the need for structural, electrical, or plumbing changes, enabling efficient replacements, minimizing downtime, and reducing the need for excess inventory stocking multiple types of spare parts.

 

If a sole source vendor is replaced by the manufacturer, authorization is requested to remove the original vendor and designate the new vendor, with oversight from the Procurement Division.

APPROPRIATION CODE AND AMOUNT:

Funding for the current year’s portion of this contract are available in Public Utilities’ cost centers, cost codes 550400 - Operating Supplies and materials, and 546200 - Equipment Repairs & Maintenance. Future year funding will be requested as part of the annual operating budget process.

The Public Utilities department is funded by revenues from the Water and Sewer Utility Enterprise Fund.

 

 

 

STRATEGIC PRIORITY:

These services help accomplish Strategic Plan Objectives 1.1, maintaining municipal performance, and promoting accountable governance; 1.2, maintaining public infrastructure; 1.3, identify resources required to sustain level of service 3.2, proactive code compliance, and targeted revitalization.

 

Establishing this contract meets the City’s strategic objective of Environmental Stewardship by ensuring our plants and facilities are always operational and running at peak capacity and performance, guarding against potential spills that could negatively impact our surrounding estuaries and community. It also satisfies the strategic objective of High Performing Government by providing a high level of service to our residents and maintaining vital infrastructure.