HomeMy WebLinkAbout74-24 RESOLUTION113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 74-24
File Number: 2024-1719
BID 23-50 JACK TYLER ENGINEERING, INC. (PUMP REPLACEMENT):
A RESOLUTION TO AWARD BID #23-50 AND AUTHORIZE THE PURCHASE OF A SUBMERSIBLE PUMP
FROM JACK TYLER ENGINEERING, INC. IN THE AMOUNT OF $70,807.87 PLUS ANY APPLICABLE TAXES
AND FREIGHT CHARGES FOR USE IN THE EFFLUENT POND AT THE NOLAND WATER RESOURCE
RECOVERY FACILITY
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #23-50 and authorizes the
purchase of a submersible pump from Jack Tyler Engineering, Inc. in the amount of $70,807.87 plus any applicable
taxes and freight charges for use at the effluent pond at the Noland Water Resource Recovery Facility.
PASSED and APPROVED on February 20, 2024
Page 1
Attest: J%%K 11 1TRF�
' Gil Y DF s�o'�
�• FAYETTEVILLf
Kara Paxton, City CIA Treasurer .�+
9 • A N` P
CITY OF
FAYETTEVILLE
ARKANSAS
MEETING OF FEBRUARY 20, 2024
TO: Mayor Jordan and City Council
CITY COUNCIL MEMO
THRU: Susan Norton, Chief of Staff
FROM: Tim Nyander, Utilities Director
SUBJECT: Bid 23-50 Jack Tyler Engineering — Noland Pond Return Pump
RECOMMENDATION:
2024-1719
Staff recommends awarding Bid 23-50 and authorizing the purchase of a submersible pump for the effluent
pond at the Noland Water Resource Recovery Facility from Jack Tyler Engineering, Inc. in the amount of
$70,807.87 plus applicable taxes and freight charges.
BACKGROUND:
The Noland Water Resource Recovery Facility (WRRF) has three (3) total effluent pond return pumps. The
pond return pumps send effluent back to the headworks of the plant to be treated. One of the pumps failed
recently and is beyond repair. The cost to repair the pump would be very high due to its age.
DISCUSSION:
The City solicited formal bids for this replacement pump per Bid 23-50, and Jack Tyler Engineering was the
only bidder that met all the specifications and requirements. Staff recommends awarding Bid 23-50 and
authorizing the purchase of a submersible pump for the Noland effluent pond from Jack Tyler Engineering, Inc.
in the amount of $70,807.87 plus applicable taxes and freight charges. This purchase will replace the failed
pump and will restore the pumping capacity for the effluent pond at Noland WRRF. Freight is estimated at
$1,000.00, and taxes are estimated at $7,001.30 for a total estimated cost of $78,809.14.
BUDGET/STAFF IMPACT:
Funds are available in the WWTP Plant Pumps and Equipment account within the Water & Sewer fund.
ATTACHMENTS: SRF (#3), Bid 23-50, Bid Tab - Signed (#4), Bid 23-50, Submittal - Jack Tyler Engineering -
E (#5)
Mailing address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
== City of Fayetteville, Arkansas
Y 113 West Mountain Street
Fayetteville, AR 72701
(479)575-8323
- Legislation Text
File #: 2024-1719
Bid 23-50 Jack Tyler Engineering — Noland Pond Return Pump
A RESOLUTION TO AWARD BID #23-50 AND AUTHORIZE THE PURCHASE OF A
SUBMERSIBLE PUMP FROM JACK TYLER ENGINEERING, INC. IN THE AMOUNT OF
$70,807.87 PLUS ANY APPLICABLE TAXES AND FREIGHT CHARGES FOR USE IN THE
EFFLUENT POND AT THE NOLAND WATER RESOURCE RECOVERY FACILITY
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #23-50 and
authorizes the purchase of a submersible pump from Jack Tyler Engineering, Inc. in the amount of
$70,807.87 plus any applicable taxes and freight charges for use at the effluent pond at the Noland
Water Resource Recovery Facility.
Page 1
Tim Nyander
Submitted By
City of Fayetteville Staff Review Form
2024-1719
Item ID
2/20/2024
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
2/1/2024 WASTEWATER TREATMENT (730)
Submitted Date Division / Department
Action Recommendation:
Staff recommends awarding Bid 23-50 and authorizing the purchase of a submersible pump for the effluent pond at
the Noland Water Resource Recovery Facility from Jack Tyler Engineering, Inc. in the amount of $70,807.87 plus
applicable taxes and freight charges.
Budget Impact:
5400.730.5800-5801.00
Water & Sewer
Account Number Fund
02069.1 WWTP Plant Pumps and Equipment
Project Number
Budgeted Item? Yes
Does item have a direct cost? Yes
Is a Budget Adjustment attached? No
Total Amended Budget
Expenses (Actual+Encum)
Available Budget
Item Cost
Budget Adjustment
Remaining Budget
Project Title
$ 1,622,210.00
$ 21,835.86
1,600,374.14
$ 78,809.14
1,521,565.00
V20221130
Purchase Order Number:
Change Order Number:
Original Contract Number:
Previous Ordinance or Resolution #
Approval Date:
Comments: Freight is estimated at $1,000.00, and taxes are estimated at $7,001.30 for a total estimated cost of
$78,809.14.
CITY OF
_ FAYETTEVILLE
ARKANSAS
BID TABULATION
Bid 23-50, Noland Pond Return Pump
DEADLINE: Thursday, January 18, 2024 at 2:00 PM
JACK TYLER ENGINEERING INC
Motor Center of Springdale
TOTAL 1 $70,807.87 $72,413.55
Line # Description I QTY1 UOM I Unit Unit
1 I Submersible Pump 1 1 1 EA 1 $70,807.87 $72,413.55
Rejected: Met Less of the Specs
Fitch, Purchasing Agent
CITY OF
Wo" FAYETTEVILLE
ARKANSAS
Bid 23-50
JACK TYLER ENGINEERING INC
JACK TYLER ENGINEERING INC
Supplier Response
Event Information
Number: Bid 23-50
Title: Noland Pond Return Pump
Type: Invitation to Bid
Issue Date: 12/24/2023
Deadline: 1/18/2024 02:00 PM (CT)
Notes: The City of Fayetteville is seeking bids from qualified vendors to
purchase a submersible pump. This bid is for the purchase of
equipment only; installation will be the responsibility of the City. Any
questions concerning the bidding process should be directed to Kenny
Fitch, City of Fayetteville Purchasing Agent, at kfitch@fayetteville-
ar.gov or by calling (479) 575-8258.
Contact Information
Contact: Kenny Fitch Purchasing Agent
Address: Purchasing
Room 306
City Hall
113 West Mountain Street - Room 306
Fayetteville, AR 72701
Email: kfitch@fayetteville-ar.gov
Page 1 of 3 pages Vendor: JACK TYLER ENGINEERING INC Bid 23-50
JACK TYLER ENGINEERING INC Information
Address:
6301 S. University
LITTLE ROCK, AR 72209
Phone:
(501) 562-2296
Fax:
(501) 562-4273
Toll Free:
(800) 562-2296
Web Address:
jteng.com
By submitting your response, you certify that you are authorized to represent and bind your company.
Mariah Qualls mqualls@jteng.com
Signature Email
Submitted at 1/1712024 04:12:09 PM (CT)
Supplier Note
Technical Specifications section 3.5 (b) we do not meet this spec. Our upper bearing is a single deep groove
ball bearing.
Requested Attachments
Bid 23-50, Bid Form and Signature Pages Submitted bid.pdf
Please attach your signed, completed form. This can be found in the 'Attachments' tab.
Response Attachments
011624MQA Scope of Supply.pdf
Scope of Supply
Bid Attributes
1
Check Yes or No:
Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently
boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract, with any
public entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott Israel, the
contractor must notify the contracted public entity in writing.
❑✓ Yes
❑ No
2
Check Yes or No:
Pursuant Arkansas Code Annotated §25-1-1002, the Contractor agrees and certifies that they do not currently
boycott Energy, Fossil Fuel, Firearms, and Ammunition Industries during any time in which they are entering into, or
while in contract, with any public entity as defined in §25-1-1002. If at any time during the contract the contractor
decides to boycott Energy, Fossil Fuel, Firearms, and/or Ammunition Industries, the contractor must notify the
contracted public entity in writing.
10 Yes
❑ No
Page 2 of 3 pages Vendor: JACK TYLER ENGINEERING INC Bid 23-50
3 Addendum Acknowledgement:
By selecting "I agree", you acknowledge that you have read and understand any addendums that have been issued
for this bid.
2 1 agree
Bid Lines
11 Submersible Pump
Quantity: 1 UOM: EA
Supplier Notes:
Price: 1 $70,807.87 i Total: 1 $70,807.87
Technical Specifications section 3.5 (b) we do not meet this spec. Our upper bearing is a single
deep groove ball bearing.
Response Total: $70,807.87
Page 3 of 3 pages Vendor: JACK TYLER ENGINEERING INC Bid 23-50
CITY OF
FAYETTEVILLE
ARKANSAS
City of Fayetteville, Arkansas
Purchasing Division — Room 306
113 W. Mountain
Fayetteville, AR 72701
Phone: 479.575.8256
TDD (Telecom mun cation Device for the Deaf): 479.521.1316
INVITATION TO BID: Bid 23-50, Noland Pond Return Pump
DEADLINE: Thursday, January 18, 2024 before 2:00 PM, Local Time
PURCHASING AGENT: Kenny Fitch, kfitch@fayetteviIle-ar.gov
DATE OF ISSUE AND ADVERTISEMENT: 12/24/2023
INVITATION TO BID
Bid 23-50 Noland Pond Return Pump
No late bids will be accepted. Bids shall be submitted in one of the following methods: (1)
through the City's third -party electronic bidding platform, or (2) delivering in person via sealed
envelope to the City of Fayetteville Purchasing Division. Submitting through the City's electronic
bidding platform is strongly encouraged.
City of Fayetteville
Purchasing Division — Room 306
113 West Mountain Street
Fayetteville, AR 72701
All bids shall be submitted in accordance with the attached City of Fayetteville specifications
and bid documents attached hereto. Each bidder is required to fill in every blank and shall
supply all information requested; failure to do so may be used as basis of rejection.
The undersigned hereby offers to furnish & deliver the articles or services as specified, at the prices & terms
stated herein, and in strict accordance with the specifications and general conditions of bidding, all of which are
made a part of this offer. This offer is not subject to withdrawal unless upon mutual written agreement by the
Proposer/Bidder and City Purchasing Division.
City of Fayetteville, AR
Bid 23 50, Noland Pond Return Pump
Page 1 of 18
City of Fayetteville
Bid 23-50, Noland Pond Return Pump
Advertisement
City of Fayetteville, Arkansas
INVITATION TO BID
Bid 23-49, Gregg Sewer Lift Station Pump
Bid 23-50, Noland Pond Return Pump
Bid 23-51, Noland Aeration RAS Pump
The City of Fayetteville is seeking three (3) separate bids from qualified vendors to purchase a total of three (3)
submersible pumps. These bids are for the purchase of equipment only; installation will be the responsibility of
the City. Any questions concerning the bidding process should be directed to Kenny Fitch, City of Fayetteville
Purchasing Agent, at kfitch @fayetteviile-ar. ov or by calling (479) 575-8258.
Bidding documents and addenda shall be obtained at the City of Fayetteville Purchasing Division's electronic
bidding platform at www.favetteville•ar.gov,(bids. All bids shall be received by Thursday, January 18 2023
before 2:00 PM Local T+me utilizing the electronic bidding software or by submitting a sealed physical bid to
the City of Fayetteville, Purchasing Division address listed below. All bids are due before the time stated.
Submitting a bid electronically is strongly encouraged. A public bid opening will be conducted shortly after the
deadline at City Hall and livestreamed at https://www.youtube.com/user/city offayettevillear. No late bids shall
be accepted. The City of Fayetteville shall not be responsible for lost or misdirected bids, or for failure of
proposer's technical equipment.
City of Fayetteville
Purchasing Division — Room 306
113 West Mountain Street
Fayetteville, AR 72701
Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified smal', minority
and women business enterprises to bid on and receive contracts for goods, serv;ces, and construction. Also,
City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified
small, minority and women business enterprises.
Any bidder providing a service shall be registered with the Arkansas Secretary of State. The City of Fayetteville
reserves the right to waive irregularities, to reject bids, and to postpone the award of the Contract for a period
of time which shall not exceed beyond ninety calendar days from the bid opening date.
City of Fayetteville
By: Kenny Fitch, Purchasing Agent
P: 479.575.8258 kfitch fayetteville-ar.gov
TDD (Telecommunications Device for the Deaf): (479) 521-1316
Date of advertisement: 12/24/2023
This publication was paid for by the Purchasing Division of the City of Fayetteville, Arkansas.
Amount paid: $185.26
City of Fayetteville, AR
Bid 23-50, Noland Pond Return Pump
Page 2 of 18
City of Fayetteville
Bid 23-50, Noland Pond Return Pump
Required Bid Form — Bid Signature & Online Submittal Reqirements
EXECUTION OF BID:
All bidders shall submit this section, executed and completed in full by an authorized agent of the bidder.
Bidders shall also complete submission through the City's online bidding portal (www.fayetteville-ar.gov/bids)
and complete and submit all required information, which may include:
• RiH Attrihiitac
• Bid Line Items — Bidders shall bid on all line items and not submit partial bids
• Response Attachments
o Required Bid Form (this form, completed in its entirety)
Actual specification of any deficient item shall be noted on the bid sheet or separate attachment. If
specifications of item bid differ from provided literature, deviation shall be documented and certified by the
manufacturer as a regular production option.
PRICE: Bidders shall submit pricing on the City's online bidding portal (www.favetteville-ar. ov ids) in the
format presented online.
Refer to the City's electronic bidding platform to submit bid pricing
electronically.
Contact the City Purchasing Division to obtain documents necessary to
submit a physical sealed bid; however, all bidders are strongly encouraged to
submit on the City's online bidding portal.
Upon signing this Bid, the bidder certifies that:
1. Bidder has read and agrees to the requirements set forth in this proposal, including specifications,
terms, standard conditions, and any pertinent information regarding the articles being bid on.
2. Unless otherwise noted and explained, the unit(s) bid and listed meets or exceeds all of these
requirements as specified by The City of Fayetteville.
3. Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not
currently boycott Israel and will not boycott Israel during any time in which they are entering into, or
while in contract, with any public entity as defined in §25-1-503. If at any time during contract the
contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing.
City of Fayetteville, AR
Bid 23 50, Noland Pond Return Pump
Page 3 of 18
4. The Bidder can and will comply with all specifications and requirements for delivery, documentation and
support as specified herein.
S. Bidder, as an officer of their organization, or per the attached letter of authorization, is duly authorized
to certify the information provided herein is accurate and true.
6. Bidder shall comply with all State and Federal Equal Opportunity and Non -Discrimination requirements
and conditions of employment in addition to all federal, state, and local laws.
7. Bidder shall disclose any possible conflict of interest with the City of Fayetteville, including, but not
limited to, any relationship with any City of Fayetteville employee. Response shall disclose if a known
relationship exists between any principal or employee of your firm and any City of Fayetteville employee
or elected City of Fayetteville official. If no relationship exists, this should also be stated in your
response. Failure to disclose such a relationship may result in cancellation of a purchase and/or contract
as a result of your response.
V 1.) NO KNOWN RELATIONSHIP EXISTS
2.) RELATIONSHIP EXISTS (Please explain):
8. Bidder will perform the Work in compliance with all applicable trench safety standards set forth in
Occupational Safety and Health Administration (OSHA) Part 1926 — Subpart P — Excavations.
9. As s bidder on this project, you are required to provide debarment/suspension certification indicating
that you are in compliance with the below Federal Executive Order. Certification can be done by
completing and signing this form.
a. Federal Executive Order (E.O.) 12549 "Debarment and Suspension" requires that all contractors
receiving individual awards, using federal funds, and all sub -recipients certify that the
organization and its principals are not debarred, suspended, proposed for debarment, declared
ineligible, or voluntarily excluded by any Federal department or agency from doing business with
the Federal Government.
b. Your signature below certifies that neither you nor your principal is presently debarred,
suspended, proposed for debarment, declared ineligible, or voluntarily excluded from
participation in this transaction by any federal department or agency.
City of Fayetteville, AR
Bid 23 50, Noland Pond Return Pump
Page 4 of 18
Unsigned bids will be rejected. Items marked * are�mandatory for consideration.
*NAME OF FIRM: t 1(Xck TVI/r 1�V 'iV1-P-PIn virA , T
*D/B/A or Corporation Name
yments shall be issued to this name
rA 10.e? r- l VVA
*BUSINESS ADDRESS: L t)ffl --')()LLt n �1��1V-2jrS1�11nn
*CITY: L1�`[ �P �QG� *STATE: I *ZIP:
*PHONE: DUI"Z- 22G FAX:
*E-MAIL:
*BY: (PRINTED NAME)
*AUTHORIZED SIGNATURE: M � j- V ul j Qa
r-
*TITLE:
UNIQUE ENTITY NUMBER: 2 ,, CAGE NUMBER:
*TAX ID NUMBER: 110� U 10
Acknow,edge Addendums:
Addendum No. Dated: Acknowledged by:
Addendum No. Dated: Acknowledged by:
Addendum No. Dated: Acknowledged by:
Addendum No. Dated: Acknowledged by:
City of Fayetteville, AR
Bid 23-50, Noland Pond Return Pump
Page 5 of 18
City of Fayetteville
Bid 23-50, Noland Pond Return Pump
General Terms and Conditions
1. SUBMISSION OF BID & BID EVALUATION:
a. Bids shall be reviewed following the stated deadline, as shown on the cover sheet of this
document.
b. Bidders shall submit bids based on documentation published by the Fayetteville Purchasing
Division.
c. Bidding documents and addenda shall be obtained at the City of Fayetteville Purchasing
Division's electronic bidding platform at www.fayetteville-ar.g v-bids. All bids shall be received
by the deadline, utilizing the electronic bidding software or as stated in the bid advertisement.
Submitting a bid electronically is strongly encouraged. A public bid opening will be conducted
shortly after the deadline at City Hall and livestreamed at
https://www.youtube.com/userjcityoffayettevillear. No late bids shall be accepted. The City of
Fayetteville shall not be responsible for lost or misdirected bids, or for failure of proposer's
technical equipment.
d. The City will not be responsib e for misdirected bids. Bidder should call the Purchasing Office at
479.575.8256 to ensure correct receipt of bidding documents prior to opening time and date
listed on the bid form.
e. Bidders shall have experience in providing products and/or services of the same or simi ar
nature.
f. Bidder is advised that exceptions to any of the terms contained in this bid must be identified in
its response to the bid. Failure to do so may lead the City to declare any such term non-
negotiab'e. Proposer's desire to take exception to a non-negotiable term will not disqualify it
from consideration for award.
g. Local time is defined as the time in Fayettev;lle, Arkansas on the due date of the deadline. Bids
shall be received before the time as shown by the atomic clock located in the Purchasing Division
Office.
h. Bids will be evaluated and awarded based on the best interest of the City of Fayetteville. The City
reserves the right to award bids in their entirety, none, or by line item.
2. WRITTEN REQUESTS FOR INTERPRETATIONS OR CLARIFICATION:
No oral interpretations will be made to any firms as to the meaning of specifications or any other contract
documents. All questions pertaining to the terms and conditions or scope of work of this bid must be sent in
writ;ng via e-mail to the Purchasing Agent. Responses to questions may be handled as an addendum if the
response would provide clarification to the requirements of the bid. All such addenda shall become part of
the contract documents. The City will not be responsible for any other explanation or interpretation of the
proposed bid made or given prior to the award of the contract.
3. DESCRIPTION OF SUPPLIES AND SERVICES:
Any reference to a particular brand or manufacturer is done in an effort to establish an acceptable level of
quality for this project. Brands or manufacturers that are included in bid that are of at least equal quality,
City of Fayetteville, AR
Bid 23-50, Noland Pond Return Pump
Page 6 of 18
size, design, and specification as to what has been specified, will be acceptable for consideration only if
approved by the City of Fayetteville Purchasing Division. The City of Fayetteville reserves the right to accept
or reject any requested equal.
4. RIGHTS OF CITY OF FAYETTEVILLE BID PROCESS:
In addition to all other rights of the City of Fayetteville, under state law, the City specifically reserves the
following:
a. The City of Fayetteville reserves the right to select the bid that it believes will serve the best
interest of the City.
b. The City of Fayetteville reserves the right to accept or reject any or all bids.
c. The City of Fayetteville reserves the right to cancel the entire bid.
d. The City of Fayetteville reserves the right to remedy or waive technical or immaterial errors in
the invitation to bid or in bids submitted.
e. The City of Fayetteville reserves the right to request any necessary clarifications, additional
information, or data without changing the terms of the bid.
5. COSTS INCURRED BY BIDDERS:
All expenses involved with the preparation and submission of bids to the City, or any work performed in
connection therewith, shall be borne solely by the bidder(s). No payment will be made for any responses
received, or for any other effort required of, or made by, the bidder(s) prior to contract commencement.
6. CONFLICT OF INTEREST:
a. The bidder represents that it presently has no interest and shall acquire no interest, either direct
or indirect, which would conflict in any manner with the performance or services required
hereunder, as provided in City of Fayetteville Code Section 34.26 titled "Authority of City
Employee to Contract with the City'.
b. All bidders shall promptly notify Kenny Fitch, City Purchasing Agent, in writing, of all potential
conflicts of interest for any prospective business association, interest, or other circumstance
which may influence or appear to influence the bidder's judgment or quality of services being
provided. Such written notification shall identify the prospective business association, interest or
circumstance, the nature of which the bidder may undertake and request an opinion to the City
as to whether the association, interest or circumstance would, in the opinion of the City,
constitute a conflict of interest if entered into by the bidder. The City agrees to communicate
with the bidder its opinion via e-mail or first-class mail within thirty days of receipt of
notification.
7. WITHDRAWL OF PROPOSAL:
A bid may be withdrawn prior to the time set for the bid submittal, based on a written request from an
authorized representative of the firm; however, a bid shall not be withdrawn after the time set for the b'd
unless approved by the Purchasing Division.
8. LATE PROPOSAL OR MODIFICATIONS:
Bid modifications received after the time set for the bid submittal shall not be considered. Modifications in
writing received prior to the deadline w'll be accepted. The City will not be responsible for misdirected bids.
Bidders should call the Purchasing Division at (479) 575-8256 to ensure receipt of their submittal
documents prior to opening time and date listed.
City o° "Fayetteville, AR
Bid 23-50, Noland Pond Return Pump
Page 7of18
9. LOCAL, STATE, AND FEDERAL COMPLIANCE REQUIREMENTS:
a. The laws of the State of Arkansas apply to any purchase made under this bid. Bidders shall
comply with all local, state, and federal directives, orders and laws as applicable to this proposal
and subsequent contract(s) including but not limited to Equal Employment Opportunity (EEO),
Disadvantaged Business Enterprises (DBE), & OSHA as applicable to this contract.
b. Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified
small, minority and women business enterprises to bid on and receive contracts for goods,
services, and construction. Also, City of Fayetteville encourages all general contractors to
subcontract portions of their contract to qualified small, minority and women business
enterprises.
10. PROVISION FOR OTHER AGENCIES:
Unless otherwise stipulated by the bidder, the bidder agrees to make available to all Government agencies,
departments, municipalities, and counties, the proposal prices submitted in accordance with said proposal
terms and conditions therein, should any said governmental entity desire to buy under this proposal.
Eligible Users shall mean all state of Arkansas agencies, the legislative and judicial branches, political
subdivisions (counties, local district school boards, community colleges, municipalities, counties, or other
public agencies or authorities), which may desire to purchase under the terms and conditions of the
contract.
11. COLLUSION:
The Proposer, by affixing his or her signature to this proposal, agrees to the following: "bidder certifies that
his or her bid is made without previous understanding, agreement, or connection with any person, firm or
corporation making a proposal for the same item(s) and/or services and is in all respects fair, without
outside control, collusion, fraud, or otherwise illegal action."
12. RIGHT TO AUDIT, FOIA, AND JURISDICITQN:
a. The City of Fayetteville reserves the privilege of auditing a vendor's records as such records
relate to purchases between the City and said vendor.
Freedom of Information Act: City contracts and documents prepared while performing City
contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of
Information Act request is presented to the City of Fayetteville, the (Contractor) will do
everything possible to provide the documents in a prompt and timely manner as prescribed in
the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally authorized
photocopying costs pursuant to the FOIA may be assessed for this compliance.
c. Legal jurisdiction to resolve any disputes shall be in Washington County, Arkansas with Arkansas
law applying to the case.
13. CITY INDEMNIFICATION:
The successful bidder(s) agrees to indemnify the City and hold it harmless from and against all claims,
liability, loss, damage or expense, including but not limited to counsel fees, arising from or by reason of any
actual or claimed trademark, patent or copyright infringement or litigation based thereon, with respect to
the goods or any part thereof covered by this order, and such obligation shall survive acceptance of the
goods and payment thereof by the City.
City of Fayetteville, AR
Bid 23-50, Noland Pond Return Pump
Page 8 of 18
14. VARIANCE FROM STANDARD TERMS & CONDITIONS:
All standard terms and conditions stated in this request for bid apply to this contract except as specifically
stated in the subsequent sections of this document, which take precedence, and should be fully understood
by bidders prior to submitting a proposal on this requirement.
15. ADA REQUIREMENT FOR PUBLIC NOTICES & TRANSLATION:
Persons with disabilities requiring reasonable accommodation to participate in this proceeding/event,
should call 479.521.1316 (telecommunications device for the deaf), not later than seven days prior to the
deadline. Persons needing translation of this document shall contact the City of Fayetteville, Purchasing
Division, immediately.
16. PROCUREMENT POLICY FOR RECYCLED MATERIALS:
The City of Fayetteville wishes to encourage its bidders to use recycled products in fulfilling contractual
obligations to the City and that such practices will serve as a model for other public entities and private
sector companies.
17. PAYMENTS AND INVOICING:
The bidder must specify in their bid the exact company name and address which must be the same as
invoices submitted for payment as a result of award of this bid. Further, the successful bidder is responsible
for immediately notifying the Purchasing Division of any company name change, which would cause
invoicing to change from the name used at the time of the original bid. Payment will be made within thirty
days of invoice received. The City of Fayetteville :s very credit worthy and will not pay any interest, fees, or
penalty for untimely payments. Payments can be processed through bidder's acceptance of Visa at no
additional costs to the City for expedited payment processing. The City will not agree to any nonrefundable
deposit or retainer that would remain property of the bidder even if the hourly work actually performed by
the bidder would not justify such fee. All invoices shall be presented to the City with the minimum
information listed below.
a. City Department that ordered the materials or services
b. Order Date
c. Delivery date or the date of services
d. Name of the City Employee that requested or picked up the goods, materials, or service
e. Bid Number that applies to the purchase and invoices. Amounts in the bid shall match invoicing.
18. CANCELLATION:
a. The City reserves the right to cancel this contract without cause by giving thirty (30) days prior
notice to the Contractor in writing of the intention to cancel or with cause if at any time the
Contractor fails to fulfill or abide by any of the terms or conditions specified.
b. Failure of the contractor to comply with any of the provisions of the contract shall be considered
a material breach of contract and shall be cause for immediate termination of the contract at the
discretion of the City of Fayetteville.
c. In addition to all other legal remedies available to the City of Fayetteville, the City reserves the
right to cancel and obtain from another source, any items and/or services which have not been
City of Fayetteville, AR
Bid 23-50, Noland Pond Return Pump
Page 9 of 18
delivered within the period of time from the date of order as determined by the City of
Fayetteville.
d. In the event sufficient budgeted funds are not available for a new fiscal period, the City shall
notify the vendor of such occurrence and contract shall terminate of the last day of the current
fiscal period without penalty or expense to the City.
19. ASSIGNMENT, SUBCONTRACTING, CORPORATE ACQUISITIONS AND/OR MERGERS:
a. The Contractor shall perform this contract. No assignment of subcontracting shall be allowed
without prior written consent of the City. If a bidder intends to subcontract a portion of this
work, the bidder shall disclose such intent in the bid submitted as a result of this bid.
b. In the event of a corporate acquisition and/or merger, the Contractor shall provide written
notice to the City within thirty (30) calendar days of Contractor's notice of such action or upon
the occurrence of said action, whichever occurs first. The right to terminate this contract, which
shall not be unreasonably exercised by the City, shall include, but not be limited to, instances in
which a corporate acquisition and/or merger represent a conflict of interest or are contrary to
any local, state, or federal laws. Action by the City awarding a proposal to a firm that has
disclosed its intent to assign or subcontract in its response to the bid, without exception shall
constitute approval for purpose of this Agreement.
20. NON-EXCLUSIVE CONTRACT:
Award of this bid shall impose no obligation on the City to utilize the vendor for all work of this type, which
may develop during the contract period. This is not an exclusive contract. The City specifically reserves the
right to concurrently contract with other companies for similar work if it deems such an action to be in the
City's best interest. In the case of multiple -term contracts, this provision shall apply separately to each item.
21. LOBBYING:
Lobbying of selection committee members, City of Fayetteville employees, or elected officials regarding
request for proposals, request for qualifications, bids or contracts, during the pendency of bid protest, by
the bidder/proposer/protestor or any member of the bidder's/proposer's/protestor's staff, and agent of the
bidder/proposer/protestor, or any person employed by any legal entity affiliated with or representing an
organization that is responding to the request for proposal, request for qualification, bid or contract, or has
a pending bid protest is strictly prohibited either upon advertisement or on a date established by the City of
Fayetteville and shall be prohibited until either an award is final or the protest is finally resolved by the City
of Fayetteville; provided, however, nothing herein shall prohibit a prospective/bidder/proposer from
contacting the Purchasing Division to address situations such as clarification and/or questions related to the
procurement process. For purposes of this provision lobbying activities shall include but not be limited to,
influencing or attempting to influence action or non -action in connection with any request for proposal,
request for qualification, bid or contract through direct or indirect oral or written communication or an
attempt to obtain goodwill of persons and/or entities specified in this provision. Such actions may cause any
request for proposal, request for qualification, bid or contract to be rejected.
22. ADDITIONAL REQUIREMENTS:
The City reserves the right to request additional services relating to this bid from the bidder. When
approved by the City as an amendment to the contract and authorized in writing prior to work, the
Contractor shall provide such additional requirements as may become necessary.
City of Fayetteville, AR
Bid 23-50, Noland Pond Return Pump
Page 10 of 18
23. ADD OR DELETE LOCATIONS OR SERVICES:
The City reserves the right to unilaterally add or delete locations and/or services, either collectively or
individually, at the City's sole option, at any time after award has been made as may be deemed necessary
or in the best interests of the City. In such case, the Contractor(s) will be required to provide services to this
contract in accordance with the terms, conditions, and specifications.
24. INTEGRITY OF BID DOCUMENTS:
Bidders shall use the original bid form(s) provided by the Purchasing Division and enter information only in
the spaces where a response is requested. Bidders may use an attachment as an addendum to the bid
form(s) if sufficient space is not available on the original form for the bidder to enter a complete response.
Any modifications or alterations to the original documents by the bidder, whether intentional or otherwise,
will constitute grounds for rejection of such response. Any such modifications or alterations a bidder wishes
to propose shall be clearly stated in the bidder's response and presented in the form of an addendum to the
original bid documents.
25. CERTIFICATE OF INSURANCE
The successful bidder shall provide a Certificate of Insurance in accordance with specifications listed in this
request for proposal, prior to commencement of any work. Such certificate shall list the City of Fayetteville
as an additional insured. Insurance shall remain valid, when applicable, throughout project completion.
Certificates of insurance are to be addressed to the City of Fayetteville, showing that the contractor carries
the following insurance which shall be maintained throughout the term of the bid. Any work sublet; the
contractor shall require the subcontractor similarly to provide the same insurance coverage. In case any
employee engaged in work on the project is not protected under Workers' Compensation, the Contractor
shall provide, and shall cause each subcontractor to provide, adequate employer's liability insurance for the
protection of such of his employees as are not otherwise protected.
Workers' Compensation: Statutory Amount
Comprehensive General & Automotive Liability: $250,000 each person
$500,000 aggregate
Property Damage Liability: $100,000 aggregate
26. OTHER GENERAL CONDITIONS:
Bidder is presumed to be familiar with all federal, state, and city laws, ordinances, and regulations which
in any manner affect those engaged or employed in the Work, or the materials or equipment used, or
that in any way affect the Work and shall in all respects comply with said laws, ordinances, and
regulations. No claim of misunderstanding or ignorance on the part of Bidder or Proposer will in any way
serve to modify the provisions of the contract. No representations shall be binding unless embodied in
the contract.
b. Prices shall include all labor, materials, overhead, profit, insurance, shipping, freight, etc., to cover the
products and services presented. Salestaxsha#notbeincludedinthebidprice. Applicable Arkansas
sales tax laws will apply when necessary but will not be considered in award of this project.
c. Each bidder should state the anticipated number of days from the date of receipt of an order for
delivery of services to the City of Fayetteville.
d. Bidders must provide the City with their bids signed by an employee having legal authority to submit
City of Fayetteville, AR
Bid 23-50, Noland Pond Return Pump
Page 11of18
bids on behalf of the bidder. The entire cost of preparing and providing responses shall be borne by the
bidder.
e. The City reserves the right to request any additional information it deems necessary from any or all
bidders after the submission deadline.
The request for bid is not to be construed as an offer, a contract, or a commitment of any kind; nor does
it commit the city to pay for any costs incurred by bidder in preparation. It shall be clearly understood
that any costs incurred by the Bidder in responding to this solicitation is at the bidder's own risk and
expense as a cost of doing business. The City of Fayetteville shall not be liable for reimbursement to the
Bidder for any expense so incurred, regardless of whether or not the submittal is accepted.
g. If products, components, or services other than those described in this bid document are proposed, the
bidder must include complete descriptive literature for each. All requests for additional information
must be received within five working days following the request.
h. NOTE: Any uncertainties shall be brought to the attention to Kenny Fitch immediately via telephone
(479.575.8258) or e-mail (kfitch,@fayetteville-ar. ov). It is the intent and goal of the City of Fayetteville
Purchasing Division to provide documents providing a clear and accurate understanding of the scope of
work to be completed and/or goods to be provided. We encourage all interested parties to ask
questions to enable all bidders to be on equal bidding terms.
Any inquiries or requests for explanation in regard to the City's requirements should be made promptly
to Kenny Fitch, City of Fayetteville, Purchasing Agent via e-mail (kf'tch@fayetteville-ar.Aov) or telephone
(479.575.8258). No oral interpretation or clarifications will be given as to the meaning of any part of this
request for proposal. All questions, clarifications, and requests, together with answers, if any, will be
provided to all firms via written addendum. Names of firms submitting any questions, clarifications, or
requests will not be disclosed until after a contract is in place.
Any information provided herein is intended to assist the bidder in the preparation of proposals
necessary to properly respond to this bid. The bid is designed to provide qualified Proposers with
sufficient basic information to submit proposals meeting minimum specifications and/or test
requirements but is not intended to limit a bid's content or to exclude any relevant or essential data.
k. Bidders irrevocably consent that any legal action or proceeding against it under, arising out of or in any
manner relating to this Contract shall be prevailed by Arkansas law. Proposer hereby expressly and
irrevocably waives any claim or defense in any said action or proceeding based on any alleged lack of
jurisdiction or improper venue or any similar basis.
The successful bidder shall not assign the whole or any part of this Contract or any monies due or to
become due hereunder without written consent of City of Fayetteville. In case the successful bidder
assigns all or any part of any monies due or to become due under this Contract, the Instrument of
assignment shall contain a clause substantially to the effect that is agreed that the right of the assignee in
and to any monies due or to become due to the successful bidder shall be subject to prior liens of all
persons, firms, and corporations for services rendered or materials supplied for the performance of the
services called for in this contract.
m. The successful bidder's attention is directed to the fact that all applicable Federal and State laws,
municipal ordinances, and the rules and regulations of all authorities having jurisdiction over the services
shall apply to the contract throughout, and they will be deemed to be included in the contract as though
written out in full herein. The successful bidder shall keep himself/herself fully informed of all laws,
City of Fayetteville, AR
Bid 23-50, Noland Pond Return Pump
Page 12 of 18
ordinances and regulations of the Federal, State, and municipal governments or authorities in any manner
affecting those engaged or employed in providing these services or in any way affecting the conduct of the
services and of all orders and decrees of bodies or tribunals having any jurisdiction or authority over same.
If any discrepancy or inconsistency should be discovered in these Contract Documents or in the
specifications herein referred to, in relation to any such law, ordinance, regulation, order or decree, s/he
shall herewith report the same in writing to City of Fayetteville.
27. ATTACHMENTS TO BID DOCUMENTS: N/A
City of Fayetteville, AR
Bid 23 SO, Noland Pond Return Pump
Page 13 of 18
City of Fayetteville
Bid 23-50, Noland Pond Return Pump
Technical Specifications
ALL BIDDERS SHALL COMPLETE THIS "TECHNICAL SPECIFICATIONS" SECTION WITH BID.
FAILURE TO SUBMIT A RESPONSE ON THIS "TECHNICAL SPECIFICATION" FORM IN A
COMPLETED FORMAT CAN RESULT IN BID REJECTION.
BIDDING REQUIREMENTS:
o NOTICE: THIS SECTION CAN BE COMPLETED ON THE FOLLOWING MANNER: When given a specification
option containing a blank (example a.), bidder shall write a "check mark" or write "yes" indicating yes if
the accompanied specification is met. In the event a specification cannot be met, bidder shall indicate so by
writing in "no" and writing on the City's bid forms how the specification is not met or how the unit(s) bid
differ from what has been specified. Leaving item blank shall indicate bidder does not meet the listed
specification and can result in bidder DI5QUALIFIC4 TION.
o Bidders shall NOT supply warranty papers for the City to interpret whether a warranty specification is met
or not.
1. GENERAL-
1.1 This bid is for the purchase of one (1) submersible, non -clog wastewater pump.
1.2 All unit(s) bid shall meet or exceed the minimum requirements, or they will be deemed
incomplete and will not be considered for bid award.
1.3 All specifications written are to minimums, unless otherwise noted.
2. MANUFACTURER/MODEL-
2.1 The pump shall be supplied with a discharge mating flange providing a metal -to -metal face seal
fit on a FLYGT 12" discharge connection.
2.2 Shut off head shall be a minimum of 50 feet.
2.3 Each pump shall be fitted with 40 feet of stainless -steel lifting chain. The working load of the
lifting system shall be SO% greater than the pump unit weight.
2.4 The power cable shall be sized according to NEC and ICEA standards and meet with P-MSHA
Approval.
2.5 The pump shall be automatically and firmly connected to the discharge connection, guided by
no less than two guide bars extending from the top of the station to the discharge connection.
2.6 There shall be no need for personnel to enter the wet -well.
2.7 Sealing of the pumping unit to the discharge connection shall be accomplished by a machined
metal to metal watertight contact. Rectangular cross sectioned gaskets requiring specific torque
limits to achieve compression shall not be considered as adequate or equal. No secondary
sealing compounds, elliptical 0-rings, grease or other devices shall be used.
2.8 No portion of the pump shall bear directly on the sump floor.
2.9 The pump shall be Explosion approved according to FM CLASS 1. DIV 1 "C" & "D".
3. TECHNICAL SPECIFICATIONS-
3.1 Pumpp-
a. Z Pump shall be capable of delivering at least 3,690 GPM at 26 Total Dynamic Head.
b. ✓ Major pump components shall be of grey cast iron, ASTM A-48, Class 358, with smooth
surfaces devoid of blow holes or other irregularities.
City of Fayetteville, AR
Bid 23-50, Noland Pond Return Pump
Page 14 of 18
c.v*" The lifting handle shall be made of stainless steel.
d. ✓ All exposed nuts or bolts shall be made of stainless steel.
e.All metal surfaces coming into contact with the pumpage, other than stainless steel or
brass, shall be protected by a factory applied spray coating of acrylic dispersion zinc
phosphate primer with a polyester resin paint finish on the exterior of the pump.
fThe pump and motor shaft shall be a single piece unit. The pump shaft is an extension of
the motor shaft. Shafts using mechanical couplings shall not be acceptable.
g. ✓ The shaft shall be stainless steel — ASTM A479 S43100-T. Shaft sleeves will not be
acceptable.
3.2 Motor:
a. ✓ Pump shall be equipped with a 35 HP submersible electric motor, connected for
operation on 460 volts, 3 phase, 60 hertz, single wire service, with 50 feet of submersible
cable (SUBCAB) suitable for submersible pump applications.
b. ✓ The pump motor shall be a NEMA B design, induction type with a squirrel cage rotor,
shell type design, housed in an air filled, watertight chamber.
c. ✓ The motor shall be designed for continuous duty white handling pumped media of up to
104°F (40°C) and shall have a NEMA Class B maximum operating temperature rise of
176-F (80°C).
d.v1 The stator windings shall be insulated with moisture resistant Class H insulation rated for
356-F (180°C).
e. ✓ The stator shall be insulated by the trickle impregnation method using Class H monomer -
free polyester resin resulting in a winding fill factor of at least 95%.
f. ✓ The motor shall be inverter duty rated in accordance with NEMA MG1, Part 31.
g. ✓ The stator shall be heat -shrink fitted into the cast iron stator housing. The use of multiple
step dip and bake -type stator insulation process is not acceptable. The use of pins, bolts,
screws or other fastening devices used to locate or hold the stator and that penetrate the
stator housing are not acceptable.
h. ✓ The motor shall be capable of no less than 30 evenly spaced starts per hour.
i. ✓ The rotor bars and short circuit rings shall be made of aluminum.
j. ✓ Three thermal switches shall be embedded in the stator end coils, one per phase
winding, to monitor the stator temperature. These thermal switches shall be used in
conjunction with and supplemental to external motor overload protection and shall be
connected to the motor control panel.
k. ✓ The junction chamber shall be sealed off from the stator housing and shall contain a
terminal board for connection of power and pilot sensor cables using threaded
compression type terminals. The use of wire nuts or crimp -type connectors is not
acceptable.
I. ✓ The motor and the pump shall be produced by the same manufacturer.
m. ✓ The motor service factor (combined effect of voltage, frequency and specific gravity) shall
be 1.15. The motor shall have a voltage tolerance of+/- 10%.
n. A motor performance chart shall be provided upon request exhibiting curves for motor
torque, current, power factor, input/output kW and efficiency. The chart shall also
include data on motor starting and no-load characteristics.
o. ✓ Motor horsepower shall be sufficient so that the pump is non -overloading throughout its
entire performance curve, from shut-off to run -out.
p. ✓ The motor and cable shall be capable of continuous submergence underwater without
City of Fayetteville, AR
Bid 23 50, Noland Pond Return Pump
Page 15 of 18
loss of watertight integrity to a depth of 65 feet or greater.
3.3 Cooling System:
a.Pump shall be provided with an integral motor cooling system. Fans, blowers or auxiliary
cooling systems that are mounted external to the pump motor are not acceptable.
b. ✓ A stainless -steel motor cooling jacket shall encircle the stator housing, providing for
dissipation of motor heat regardless of the type of pump installation.
c. ✓ An impeller, integral to the cooling system and driven by the pump shaft, shall provide
the necessary circulation of the cooling liquid through the jacket. The cooling liquid shall
pass about the stator housing in the closed loop system in turbulent flow providing for
superior heat transfer.
d. ✓ The cooling system shall have one fill port and one drain port integral to the cooling
jacket.
e. The cooling system shall provide for continuous pump operation in liquid or ambient
temperatures of up to 104'F (40°C.). Operational restrictions at temperatures below
1047 are not acceptable.
3.4 Cable Entry Seal:
a. ✓ The cable entry seal design shall preclude specific torque requirements to insure a
watertight and submersible seal. Epoxies, silicones, or other secondary sealing systems
shall not be considered equal.
b. f The cable entry shall consist of dual cylindrical elastomer grommets, flanked by washers,
all having a close tolerance fit against the cable outside diameter and the entry inside
diameter.
c. ✓ The grommets shall be compressed by the cable entry unit, thus providing a strain relief
function.
d. The assembly shall provide ease of changing the cable when necessary using the same
entry seal.
e.V The cable entry junction chamber and motor shall be sealed from each other, which shall
isolate the stator housing from foreign material gaining access through the pump top.
3.5 Bearings:
a. ✓ The integral pump/motor shaft shall rotate on two bearings.
b. NO The upper motor bearing shall be a two -row angular contact ball bearing.
c. ✓' The lower bearing shall be a two -row angular contact ball bearing to handle the thrust
and radial forces.
d. The motor bearings shall be sealed and permanently grease lubricated with high
temperature grease.
e. The minimum L10 bearing life shall be 50,000 hours at any usable portion of the pump
curve.
3.6 Mechanical Seals:
a. / Pump shall be provided with a positively driven dual, tandem mechanical shaft seal
system consisting of two seal sets, each having an independent spring.
b. The lower primary seal, located between the pump and seal chamber, shall conta n one
stationary and one positively driven rotating corrosion and abrasion resistant tungsten
carbide ring.
c. ✓ The upper secondary seal, located between the seal chamber and the seal inspection
chamber shall be a leakage -free seal.
d. ✓ The upper seal shall contain one stationary and one positively driven rotating corrosion
City of Fayetteville, AR
Bid 23-50, Noland Pond Return Pump
Page 16 of 18
and abrasion resistant tungsten -carbide seal ring.
e.v/ The rotating seal ring shall have small back -swept grooves laser inscribed upon its face to
act as a pump as it rotates, returning any fluid that should enter the dry motor chamber
back into the lubricant chamber.
f. J Ali seal rings shall be individual solid sintered rings.
g. ,% Each seal interface shall be held in place by its own spring system. The seals shall not
depend upon direction of rotation for sealing. Mounting of the lower seal on the
impeller hub is not acceptable.
In. ✓ Shaft seals without positively driven rotating members or conventional double
mechanical seals containing either a common single or double spring acting between the
upper and lower seal faces are not acceptable.
i. ✓ The seal springs shall be isolated from the pumped media to prevent materials from
packing around them, limiting their performance.
j. Each pump shall be provided with a lubricant chamber for the shaft seaFng system.
k. ✓ The lubricant chamber shall be designed to prevent overf'l'ing and shall provide capacity
for lubricant expansion.
I. ✓ The seal lubricant chamber shall have one drain and one inspection plug that are
accessible from the exterior of the motor unit. The seal system shall not rely upon the
pumped media for lubrication.
M. ✓ The area about the exterior of the lower mechanical seal in the cast iron housing shall
have cast in an integral concentric spiral groove. This groove shall protect the seals by
causing abrasive particulate entering the seal cavity to be forced out away from the seal
due to centrifugal action.
n. A separate seal leakage chamber shall be provided so that any leakage that may occur
past the upper, secondary mechanical seal will be captured prior to entry into the motor
stator housing. Such seal leakage shall not contaminate the motor lower bearing.
o. f The leakage chamber shall be equipped with a float type switch that will signal if the
chamber should reach SO% capacity.
p. Seal lubricant shall be non -hazardous.
3.7 Impeller:
a. The impeller shall be of Hard-IronTM (ASTM A-532 (Alloy III A) 25% chrome cast iron),
dynamically balanced, semi -open, multi -vane, back swept, screw -shaped, non -clog
design.
b. ✓ The impeller leading edges shall be mechanically self -cleaned automatically upon each
rotation as they pass across a spiral groove located on the volute suction.
C.The leading edges of the impeller shall be hardened to Rc 60 and shall be capable of
handling solids, fibrous materials, heavy sludge and other matter normally found in
wastewater.
d. f The screw shape of the impeller inlet shall provide an inducing effect for the handling of
up to 5% sludge and rag -laden wastewater.
e. The impeller to volute clearance shall be readily adjustable by the means of a single trim
screw.
f. J The impeller shall be locked to the shaft, held by an impeller bolt and shall be coated
with alkyd resin primer.
3.8 Suction Cover
a./ The pump volute shall be a single piece grey cast iron, ASTM A-48, Class 3SB, non -
City of Fayetteville, AR
Bid 23 50, Noland Pond Return Pump
Page 17 of 19
concentric design with smooth passages of sufficient size to pass any solids that may
enter the impeller. Minimum inlet and discharge size shall be 300mm.
b. The volute shall have a replaceable suction cover insert ring in which are cast spiral -
shaped, sharp -edged groove(s). The spiral groove(s) shall provide trash release pathways
and sharp edge(s) across which each impeller vane leading edge shall cross during
rotation so to remain unobstructed.
c. ✓ The insert ring shall be cast of Hard-IronTM (ASTM A-532 (Alloy III A) 25% chrome cast
iron) and provide effective sealing between the multi -vane semi -open impeller and the
volute housing.
3.9 Protection
a. ✓ Each pump motor stator shall incorporate three thermal switches, one per stator phase
winding and be connected in series, to monitor the temperature of the motor. Should the
thermal switches open, the motor shall stop and activate an alarm.
b.v/ A float switch shall be installed in the seal leakage chamber and will activate if leakage
into the chamber reaches 50% chamber capacity, signaling the need to schedule an
inspection.
C. ✓ The thermal switches and float switch shall be connected to a Mini CAS control and
status monitoring unit.
d. ✓ The Mini CAS unit shall be designed to be mounted in the pump control panel.
3.10 Warranty
a.. The pumps shall be provided with prorated 60 months (5 years) warranty against defects
in materials and or workmanship.
b. Unless otherwise specif'ed, all other equipment shall be warrantied for 12 months (1
year).
c. ✓ The warranty shall be in printed form and previously published as the manufacturer's
standard warranty for all similar units manufactured, latest revision.
d./ Upon warranty occurrence, the manufacturer's authorized service center shall remove
/ the pump, repair, reinstall and provide start up on the repaired pump.
e. V/ A detailed failure analysis shall be submitted to the Owner for their records summarizing
corrective action taken.
f.The pumps shall be provided with prorated 60 months (5 years) warranty against defects
in materials and or workmanship.
g. ✓ Unless otherwise specified, all other equipment shall be warrantied for 12 months (1
/ year).
h. ✓ The warranty shall be in printed form and previously published as the manufacturer's
standard warranty for all similar units manufactured, latest revision.
i. ✓ Upon warranty occurrence, the manufacturer's authorized service center shall remove
the pump, repair, reinstall and provide start up on the repaired pump.
j. A detailed failure analysis shall be submitted to the Owner for their records summarizing
corrective action taken.
City of Fayetteville, AR
Bid 23 50, Noland Pond Return Pump
Page 18 of 19
JACK TYLER
ENGINEERING
INCORPORATED
Bid 23-50, Noland Pond Return Pump
ENGINEERED SOLUTIONS FROM PEOPLE WHO CARE
6301 S University Ave., Little Rock, AR 72209
PH: (501) 562.2296 www.jteng.com
Wednesday, January 17, 2024
To: City of Fayetteville
Subject: 011624MQA Scope of Supply
Bid Date: January 18, 2024
Jack Tyler Engineering, Inc. is pleased to offer the following items for your inclusion in the above referenced project.
If you would like us to supply any items not listed below, please inform us as soon as possible. Please continue
reading below for our detailed scope of supply. We look forward to working with you.
Line Item #1 — Submersible Pump
Qty Description
1 Flygt NP3202, 35HP, 460V, 3Ph, 50' cord, FM
1 Discharge Connection 12x12"
1 Mini -CAS II / FUS 120/24 VAC,
1 Socket, 11 Pin, Octal Din Moun
40 Chain 3/8", Type 316 S.S.
2 Shackle, Screw Pin, 1/2"
1 Freight
Item Price: $70,807.87
APPLICABLE TAXES ARE NOT INCLUDED IN QUOTED PRICE
DELIVERY: 14-16 WEEKS AFTER APPROVED SUBMITTALS
Respectfully Submitted,
Mariah Qualls
Bid Team Coordinator
Jack Tyler Engineering, Inc.
ENGINEERED SOLUTIONS FROM PEOPLE WHO CARE
6301 S University Ave., Little Rock, AR 72209
PH: (501) 562.2296 www.jteng.com
JACK TYLER ENGINEERING, INCORPORATED
6301 S. UNIVERSITY AVENUE, LITTLE ROCK, ARKANSAS 72209
(501) 562-2296 • FAX (501) 562-4273 • ARKANSAS WATS 1-800-562-2296
STATEMENT OF TERMS AND CONDITIONS
TERMS/PAYMENTS: Our terms of payment are net cash 15 days from date of the invoice subject to
Seller's prior credit approval. If the Buyer shall fail to make any payments in accordance
with the terms and conditions of sale, the Seller, in addition to its other rights and remedies,
but not in limitation thereof, may, at its option, without prior notice, cancel this order as to
any undelivered products or defer shipments or deliveries hereunder, or under any other
agreement between Buyer and Seller, except upon Seller's receipt of cash before shipment
or such security as Seller considers satisfactory. Seller reserves the right to impose an
interest charge of 16%on the balance of each invoice not paid on its due date for the period
from the due date to the date of receipt of payment by Seller. In the event Buyer's failure to
make timely payments to Seller results in Seller incurring additional costs, including but not
limited to collection expenses and attorneys' fees, said costs shall be added to the amount
due Seller from Buyer. Buyer shall have no right to any discount or retainage and shall not
withhold payment as a set-off on Seller's invoice in any amount. Visa, MasterCard,
Discover, and American Express credit card purchases are accepted.
SHIPMENT: The date of shipment is subject to our receiving your order with complete information at our
office, final approval of any prints or drawings as may be required, credit approval, and the
acceptance of your order by the company. Freight Charges are not included in the quoted
price.
EXPIRATION: Quotation expires 30 days from the date of proposal and, in the interim, is subject to change
without notice.
TAXES: Unless otherwise stated in the proposal, the prices quoted herein are exclusive of all sales,
use and similar taxes and, wherever applicable, such taxes will be added to the invoice as
separate items.
RETURNS/REFUNDS: Items wished to be returned are subject to prior approval and must be accompanied by a
Return Merchandise Authorization (RMA). Items returned without proper approval and/or
paperwork will be returned to the customer at their expense. Returns past 30 days of initial
receipt will not be accepted.
All returned items are subject to a restocking fee. The customer's credit will be equal to the
credit Jack Tyler Engineering, Inc. receives from the vendor, minus orginal freight and
freight back to the vendor. Please note that all items must be returned to JTEI, who will
return the item to the vendor. Credit will only be issued once JTEI receives credit from the
vendor.
SPECIAL NOTE:
THIS PROPOSAL IS BASED ON CURRENT PRICES. EQUIPMENT IS SUBJECT TO THE SAME PERCENTAGE
INCREASE AS MADE BY OUR SUPPLIERS AND THE INVOICE WILL REFLECT PRICE IN EFFECT AT TIME OF
SHIPMENT UNLESS SPECIFICALLY EXCEPTED. WE WILL NOT ACCEPT RETAINAGE ON ANY OF OUR
INVOICES!
***** A $50.00 minimum order charge will apply *****
WARRANTY:
"The products sold by Jack Tyler Engineering, Inc. hereunder are manufactured by others, and the only warranties
that apply to these products are those of the manufacturer of the products which can be passed on by Jack Tyler
Engineering, Inc. to its customers. No other warranty of any kind is given in connection with the sale of any of the
above products, and JACK TYLER ENGINEERING, INC. MAKES NO WARRANTY OF ANY KIND, EXPRESS OR
IMPLIED, AS TO MERCHANTABILITY, FITNESS FOR A PARTICULAR PURPOSE, OR AS TO ANY OTHER
MATTER RESPECTING THESE PRODUCTS. Jack Tyler Engineering, Inc. shall not be liable in connection with the
sale of the above products for any incidental or consequential damages of any kind."
An electronic copy of the latest version is available online at www.jteng.com.
Form No. 41-1 Rev. 07 - 07/12/19
N P 3202 LT 3— 618
Patented self cleaning semi -open channel impeller, ideal for pumping in
wastewater applications. Modular based design with high
a da pta tion g ra de.
Technical specification
Configuration
Motor number
N3202.185 30-18-6AA-W
35hp
Impeller diameter
302 mm
Pump information
Impeller diameter
302 mm
Discharge diameter
12 inch
Inlet diameter
300 mm
Maximum operating speed
1170 rpm
Number of blades
2
Max. fluid temperature
40 T
Installation type
P - Semi permanent, Wet
Discharge diameter
12 inch
Project Fayetteville - Pond Return Pump
Block 0
FLYGT
a xylem brand
Curves according to: Water, pure Water, pure [100%],39.2 °F,62.42 Ib/ft3,1.6891E-5
In
54
52
5
48
Head
46
I
44
42
4
38
36
34
32
3
28
26
24
a
22
2
18
16
14
12
1
8
6
4
m
2
0
0 1000 2000 3000 4000 5000 6000 [US g.p.m.]
Curve: ISO 9906
Nominal (mean) data shown. Under- and over -performance from this data should
be elpected due to standard manufacturing tolerances.
Please consult your local Rygt representative for performance guarantees.
Material
Impeller
Ha rd-I ron'
Created by ScottJones
Created on 11/10/2023i.astupdate 11/10/2023
Rogramverson Dawersi,m Usergr p(s)
09.0- 5/152023(EWild33) 11/1020231013 Al P 1 Xylem: USA-FXT
N P 3202 LT 3— 618
Technical specification
Motor - General
Motor number
Phases
N3202.185 30-18-6AA-W
3-
35hp
ATEX approved
Number of poles
No
6
Frequency
Rated voltage
60 Hz
460 V
Version code
185
Motor - Technical
Power factor - 1/1 Load
0.86
Power factor - 3/4 Load
0.83
Power factor - 1/2 Load
0.75
Motor efficiency - 1/1 Load
89.0
Motor efficiency - 3/4 Load
89.5
Motor efficiency - 1/2 Load
89.0
FLYGT
a xylem brand
Rated speed Rated power
1170 rpm 35 hp
Rated current Stator variant
43 A 1
Insulation class Type of Duty
H S1
Total moment of inertia Starts per hour max.
10.8 lb ft2 30
Starting current, direct starting
246 A
Starting current, star -delta
82 A
Project Fayetteville - Pond Return Pump Created by ScottJones
Block 0 Created on 11/10/2023 Last update 11/10/2023
Rogramverson oawersbn Userg—p(s)
09.0- 5/152023(alllr133) 11/1020231013 A11 P 1 Xylem: USA-IXT
N P 3202 LT 3— 618
Performance curve IF
Duty point a xylem brand
Flow Head
3690 US g. p.m. 26.4 ft
Curves according to: Water, pureWater, pure [100%],39.2 °F,62.42 I1h/ft3,1.6891E-5 ft2/s
[ft.
54
Head
52
50
48
:. ......................... _..._.,.
46
44
....L.........
42
40
..................... ..!
38
36
__._........
34
_....
32
30
28
26
- - -77.9 26Aft
24
20
18
_.
14
_. _.......
12
to-
8
6
__._ _. _ _. _._. 18.302mm
4-
2-
0
[%]
Efficiency
-:_ 77.9 %
70
(Xerall Efficiency
- 67.7°/a
60
50
40
30
(imEmm
20
10
input P134-
36.5 h
3hp.Power
6
ower P2
! .._.
32
31.7
h
30
- -
28
- -
18302mm(P2)
26
24
[ft.
NPSHR-values .. _. __
_. _ _. .._... _. _. _.._18302mm
28
26
_.
24
22
20
ft
20.9
18
16
3695 US
..m.
0 500 1000 1500 2000 2500 3000 3500 4000 4500 5000 5500 6000 6500 [US g.p.m.]
Nominal (mean) data shown. Under -and over -performance from this data should be expected due to standard manufacturing tolerances.
Please consult your local Hygt representative for performance guarantees. Curve: ISO 9906
Fayetteville - Pond Return Pump Scott Jones
0 Created on 11/10/2023 Last update 11/10/2023
Prog—ersion Uawersbo Userg—p(s)
WO- 5/152023(EWild33) 11/1020231013 Al P 1 Xylem: USA -DR
N P 3202 LT 3- 618
Duty Analysis 3F
a xylem brand
Curves according to: Water, pure [100%] ; 39.2°F; 62.42lb/ft3; 1.6891E-5ft2/s
[ft]
Head
54
—
52
50
48
46
44--\
42
40
38
36
34
32
30
28
26.4
ft
26
0
24
22
7.9%
20
18--
17.910
16
°
14
12
77.9°0
10
8
6
4
2
40 Flz5
—n, n
Hz
5LZ
3695 US g.p.m.
0
0 500 1000 1500 2000 2500 3000 3500 4000 4500 5000 5500 6000 6500[US g.p.m.]
Norrnal (mean) data shown. Under- and over -performance from this data should be expected due to standard manufacturing tolerances.
Please consult }our local Flygt representative for performance guarantees.
Operating characteristics
Pumps / Flow Head Shaft power Flow Head Shaft power Hydr.eff. Spec Energy NPSHre
Systems
USQ.P.M. ft hp US q.p.m. ft hp kWh/US MG ft
1 3690 26.4 31.7 3690 26.4 31.7 77.9 % 123 20.9
Project Created by Scott Jones
Block Fayetteville - Pond Return Pump Created on 11/10/2023 Last update 11/10/2023
Programversion Uawersi,m Userg—p(s)
09.0- 51152023(EWild33) 11/1020231013 Al P 1 Xylem: UrA-DR
N P 3202 LT 3- 618
VFD Curve 3F
a xylem brand
Curves according to: Water, pure,39.2 °F,62.42 Ib/ft3,1.6891E-5 ft2/s
[ft]
Head
52
48
44
40
36
32
28
77.
o0
24
20
7.900
77.9
0
16
7
.9o0
12
77.90o
8
4
55 18 302mm
40
45 Hi
[9/69
Efficiency
70
erall Efficiency
60
50
40
30
20
10
0
[hp]
er input P1
30
25
ft pow er P2
5
18 3
3
2mm P1)
2rrm (P2)
20
15
10
If
-values
mm
28
24
20
16
71
0 500 1000 1500 2000 2500 3000 3500 4000 4500 5000 5500 6000 6500[US g.p.m.]
Nominal (mean) data shown. Under- and over -performance from this data should be elyected due to standard manufacturing tolerances. Curve: ISO 9906
Please consult your local Flygt representative for performance guarantees.
Project Fayetteville - Pond Return Pump Created by Scott Jones
Block 0 Created on 11/10/2023 Last update 11/10/2023
Rogramverson Uawersi,m Usergmup(s)
09.0- 5/152023(Blllr133) 11/1020231013 Al P 1 Xylem:USA-Xr
N P 3202 LT 3- 618
VFD Analysis
3F
a xylem brand
Curves a-cordin to: Water, pure [100%]; 39.2°F; 62.42lb/ft3; 1.6891E-5ft2/s
[ft]
54
Head
Specific energy
[kWh/US MG]
52
50
48
46
123
/US
MG
44
42
40
38
103 kWh/US MG
36
34
-
32
30
28
It
26.4
ft
26
°
24
22
7.
o
20
18
°
16
°
14
12
77.9°
10
8
6
55 Ht
MM
4
2
2410 US g.p. m
40 Hz 45
49.9 F(z 3695 US g.p.m.
06
500 1000 1500
2000 2500 3000
3500 4000
4500 5000
5500 6000 6500[US g.p.m.1
Nominal (mean) data shown. Under -and over -performance from this data should be wpected due to standard manufacturing tolerances.
Please consult your local Flygt representative for performance guarantees.
Operating Characteristics
Pumps/ Frequency Flow Head
Shaft power Flow
Head
Shaft power
Hydr.eff. Specific energy NPSHre
Systems
USgp.m ft
hp USg.p.m
ft
hp
ktMt(USMG it
1 60 Hz 3690 26.4
31.7 3690
26.4
31.7
77.9 % 123 20.9
1 55 Hz 3100 23.9
24.2 3100
23.9
24.2
77.3 % 108 18.2
1 50 Hz 2430 21.6
18 2430
21.6
18
73.6 % 103 15.9
1 45 Hz 1640 19.7
12.9 1640
19.7
12.9
63.2 % 111 13.8
Project Fayetteville - Pond Return Pump Created by
Scott Jones
Block 0
Created on
11/10/2023 Last update
11/10/2023
Prog—ersion Uawersbo Usergr p(s)
09.0- 51152023(alllr133) 11/1020231033A17PI1 Xylem:US4-DR
N P 3202 LT 3- 618
VFD Analysis
3F
a xylem brand
Curves a-cordin to: Water, pure [100%]; 39.2°F; 62.42lb/ft3; 1.6891E-5ft2/s
[ft]
54
Head
Specific energy
[kWh/US MG]
52
50
48
46
123
/US
MG
44
42
40
38
103 kWh/US MG
36
34
-
32
30
28
It
26.4
ft
26
°
24
22
7. o
20
18
°
16
°
14
12
77.9°
10
8
6
55 Ht
MM
4
2410 US g.p. m
2
40 Hz 45
49.9 F(z 3695 US g.p.m.
06
500 1000 1500 2000 2500 3000 3500 4000
4500 5000
5500 6000 6500[US g.p.m.1
Nominal (mean) data shown. Under -and over -performance from this data should be wpected due to standard manufacturing tolerances.
Please consult your local Flygt representative for performance guarantees.
Operating Characteristics
Pumps/ Frequency Flow Head Shaft power Flow Head
Shaft power
Hydr.eff. Specif ic energy NPSHre
Systems
USgp.m ft hp USg.p.m ft
hp
k1Mt(USMG It
1 40 Hz 823 18.4 8.64 823 18.4
8.64
44.2 % 155 11.9
Project Fayetteville - Pond Return Pump Created by Scott Jones
Block 0 Created on 11/10/2023 Last update
11/10/2023
Prog—ersion Uawersbo Usergr p(s)
09.0- 51152023(alllr133) 11/1020231033A17PI1 Xylem:US4-DR
N P 3202 LT 3- 618
Dimensional drawing FLYGT
a xylem brand"5
71-3
Ref. line
Its
Project Fayetteville - Pond Return Pump Created by ScottJones
Block 0 Created on 11/10/2023 Last update 11/10/2023
Program
i
i
3�QId2bars
i
i
0
0
/ 0
I i
+I
�
BCLT� (4�
M[� ❑Z —❑Z VVi K Its
a
wlhoodirgjadd
1745
61.5
wtlxttal7dir�gjaid
1636
fi�i
rP 3202 LT0312
21
osaoas,ieata5,s�.sro
R �
6841500 7
version oam.areioo Usergroup(s)
89.0-8/182023(ailM 33) 11/1020231033 A17PI1 Xylem: USA- E{T