Loading...
HomeMy WebLinkAbout131-24 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 131-24 File Number: 2024-43 D.J. SHUBECK COMPANY (PURCHASE AGREEMENT): A RESOLUTION TO AWARD BID # 24-30 AND AUTHORIZE A CONTRACT WITH D.J. SCHUBECK COMPANY IN THE AMOUNT OF $56,340.36 PLUS ANY APPLICABLE TAXES AND FREIGHT CHARGES FOR THE PURCHASE OF A BIOSOLIDS SLUDGE PUMP FOR USE AT THE WEST SIDE WATER RESOURCE RECOVERY FACILITY BE IT RESOLVED BV THE CITY COUNCIL OF THE CITY OF FAVETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid No. 24-30 and authorizes Mayor Jordan to sign a contract with D.J. Schubeck Company in the amount of $56,340.36 plus any applicable taxes and freight charges for the purchase of a biosolids sludge pump for use at the West Side Water Resource Recovery Facility. PASSED and APPROVED on May 7, 2024 Page 1 Attest:VTR EqS �•. �;FAYEnEVILLE; Kara Paxton, City C lerk Treasurer G ,O CITY OF FAYETTEVILLE ARKANSAS MEETING OF MAY 7, 2024 TO: Mayor Jordan and City Council CITY COUNCIL MEMO THRU: Susan Norton, Chief of Staff FROM: Tim Nyander, Utilities Director SUBJECT: Bid 24-30 D.J. Shubeck Company — Biosolids Sludge Pump RECOMMENDATION: 2024-43 Staff recommends awarding Bid 24-30 and authorizing the purchase of a biosolids sludge pump from National Oilwell Varco L.P. c/o D.J. Schubeck Company in the amount of $56,340.36 plus applicable taxes and freight charges for use at the West Side Water Resource Recovery Facility. BACKGROUND: The existing biosolids sludge pump at West Side WRRF failed in late 2023. It is 1 of 4 sludge pumps in the process, and it was original plant equipment from 2007. The cost of a rebuild on this pump is approximately 80% of the cost of purchasing a new pump. DISCUSSION: The City of Fayetteville solicited formal bids for a new biosolids sludge pump per Bid 24-30. National Oilwell Varco L.P. c/o D.J. Schubeck Company was the lowest qualified bidder in the amount of $56,340.36. D.J. Shubeck is the manufacturer representative, and National Oilwell Varco is the pump manufacturer. The purchase would be made from National Oilwell Varco so that the City gets better pricing. Staff recommends awarding Bid 24-30 and authorizing the purchase of a biosolids sludge pump from National Oilwell Varco in the amount of $56,340.36 plus any applicable taxes and freight charges. This will bring all four sludge pumps back into operation at the West Side treatment facility. BUDGET/STAFF IMPACT: Funds are available in the Plant Pumps and Equipment account within the Water & Sewer fund. ATTACHMENTS: SRF (#3), Bid 24-30, Bid Tab - Final (#4), Bid 24-30, Submittal - D.J. Shubeck Company - 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 #: 2024-43 Bid 24-30 D.J. Shubeck Company — Biosolids Sludge Pump A RESOLUTION TO AWARD BID # 24-30 AND AUTHORIZE A CONTRACT WITH D.J. SCHUBECK COMPANY IN THE AMOUNT OF $56,340.36 PLUS ANY APPLICABLE TAXES AND FREIGHT CHARGES FOR THE PURCHASE OF A BIOSOLIDS SLUDGE PUMP FOR USE AT THE WEST SIDE 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 No. 24-30 and authorizes Mayor Jordan to sign a contract with D.J. Schubeck Company in the amount of $56,340.36 plus any applicable taxes and freight charges for the purchase of a biosolids sludge pump for use at the West Side Water Resource Recovery Facility. Page 1 Tim Nyander Submitted By City of Fayetteville Staff Review Form 2024-43 Item ID 5/7/2024 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 4/11/2024 WASTEWATER TREATMENT (730) Submitted Date Division / Department Action Recommendation: Staff recommends awarding Bid 24-30 and authorizing the purchase of a biosolids sludge pump from National Oilwell Varco L.P. c/o D.J. Schubeck Company in the amount of $56,340.36 plus applicable taxes and freight charges for use at the West Side Water Resource Recovery Facility. 5400.730.5800-5801.00 Account Number 02069.1 Project Number Budgeted Item? Yes Does item have a direct cost? Yes Is a Budget Adjustment attached? No Purchase Order Number: Change Order Number: Original Contract Number: Budget Impact: Water and Sewer Fund Plant Pumps and Equipment - WWTP Total Amended Budget Expenses (Actual+Encum) Available Budget Item Cost Budget Adjustment Remaining Budget Project Title $ 1,622,210.00 $ 509,339.04 1,112,870.96 $ 61,833.55 1,051,037.41 Previous Ordinance or Resolution # Approval Date: V20221130 Comments: Freight is included within the bid pricing and taxes are estimated at $5,493.19 for an estimated total of $61,833.55. CITY OF ._ FAYETTEVILLE ARKANSAS BID TABULATION Bid 24-30, Biosolids Sludge Pump DEADLINE: Tuesday, March 26, 2024 at 2:00 PM TOTAL Seepex, Inc. D.J. Shubeck Company Jack Tyler Engineering Electric Motor Center of Springdale Haynes Pump & Process $26,510.00 $56,340.36 $62,500.00 $80,966.00 $108,104.00 Line p Description I QTYJ UOM Unit Unit Unit Unit Unit 1 Biosolids Sludge Pump 1 1 1 EA 26 510.00 556,340.36 62 500.00 $80,966.00 5108,104.00 Rejected: Incomplete c / i� Kenny Fitch, Purch.� :ing Agent CITY OF WA FAYETTEVILLE ARKANSAS Bid 24-30 Addendum 2 D.J. Shubeck Company Supplier Response Event Information Number: Bid 24-30 Addendum 2 Title: Biosolids Sludge Pump Type: Invitation to Bid Issue Date: 3/3/2024 Deadline: 3/26/2024 02:00 PM (CT) Notes: The City of Fayetteville is seeking bids from qualified vendors for the purchase of one (1) sludge 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: D.J. Shubeck Company Bid 24-30 Addendum 2 D.J. Shubeck Company Information Contact: Ryan Smith Address: 5800 E. Skelly Drive Suite 709 Tulsa, OK 74012 Phone: (918) 742-0732 Email: ryansmith@djshubeck.com Web Address: www.djshubeck.com By submitting your response, you certify that you are authorized to represent and bind your company. Ryan Smith ryansmith@djshubeck.com Signature Email Submitted at 312512024 03:40:54 PM (CT) Supplier Note We are providing a genuine Moyno pump that is an exact duplicate of your existing Moyno pump. Requested Attachments Bid 24-30, Bid Form and Signature Pages Completed Bid 24-30, Bid Form (Addendum 1).pdf Please attach your signed, completed form. This can be found in the 'Attachments' tab. Response Attachments Fayetteville Quote_QUO-110404-X4J4X7 rev1.pdf Proposal, including the pump specifications. City of Fayetteville AR VWVTP References 3-25-24.doc References Bid Attributes 1 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. 10 Yes ❑ No Page 2 of 3 pages Vendor: D.J. Shubeck Company Bid 24-30 Addendum 2 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. ❑✓ Yes ❑ No 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 1 1 Biosolids Sludge Pump Quantity 1 UOM: EA Supplier Notes Price: 1 $56,340.36 Total: 1 $56,340.36 Freight and the adder for the 5-year warranty ARE included in the price. The price is itemized on the attached proposal. Response Total: $56,340.36 Page 3 of 3 pages Vendor: D.J. Shubeck Company Bid 24-30 Addendum 2 CITY OF _ FAYETTEVILLE ARKANSAS City of Fayetteville, Arkansas Purchasing Division — Room 306 113 W. Mountain Fayetteville, AR 72701 Phone: 479.575.8256 TDD (Telecommunication Device for the Deaf): 479.521.1316 INVITATION TO BID: Bid 24-30, Biosolids Sludge Pump DEADLINE: Tuesday, March 26, 2024 before 2:00 PM, Local Time PURCHASING AGENT: Kenny Fitch, kfitch@fayetteviIle-ar.gov DATE OF ISSUE AND ADVERTISEMENT: 03/03/2024 INVITATION TO BID Bid 24-30, Biosolids Sludge 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 24-30, Biosolids Sludge Pump Page 1 of 15 City of Fayetteville Bid 24-30, Biosolids Sludge Pump Advertisement City of Fayetteville, Arkansas INVITATION TO BID Bid 24-30, Biosolids Sludge Pump The City of Fayetteville is seeking bids from qualified vendors for the purchase of one (1) sludge 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. Bidding documents and addenda shall be obtained at the City of Fayetteville Purchasing Division's electronic bidding platform at www.fayetteville-ar.gov/bids. All bids shall be received by Tuesday, March 26, 2024 before 2:00 PM, Local Time 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/cityoffayettevillear. 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 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. Any bidder providing a service must be registered with the Arkansas Secretary of State by the bid deadline. 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.kf itch @fayettevi I I e-a r.gov TDD (Telecommunications Device for the Deaf): (479) 521-1316 Date of advertisement: 03/03/2024 This publication was paid for by the Purchasing Division of the City of Fayetteville, Arkansas. Amount paid: $177.41 City of Fayetteville, AR Bid 24-30, Biosolids Sludge Pump Page 2 of 15 City of Fayetteville Bid 24-30, Biosolids Sludge 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.favetteville-ar.gov/bids) and complete and submit all required information, which may include: • RH 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.fayetteville-ar.gov/bids) 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. Bidder is qualified and licensed in accordance with all applicable laws of federal, state, and local governments where the project is located. Any necessary registrations or licenses must be obtained prior to the bid deadline. 3. 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. 4. 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 City of Fayetteville, AR Bid 24-30, Biosolids Sludge Pump Page 3 of 15 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. 5. The Bidder can and will comply with all specifications and requirements for delivery, documentation and support as specified herein. 6. 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. 7. 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. 8. 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. X 1.) NO KNOWN RELATIONSHIP EXISTS 2.) RELATIONSHIP EXISTS (Please explain): 9. 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. 10. 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 24-30, Biosolids Sludge Pump Page 4 of 15 Unsigned bids will be rejected. Iterns marked * are mandatory for consideration. '-NAME OF FIRM: N "MAA Cdw&0 � WI-D i?urchase oro'erlPayment; sha/I be issueY to rNs name 'kD/Ei/A or Corporation Name: National Oilwell Varco L.P. 1%USINESS ADDRESS: 8017 Breen Rd "CITY: Richmond *PHONE: 346-223-5000 "E.-MAIL: TR-USA-moynorfq@nov.com "BY: (PRIN'TED NAME) Kris Ellii's''// *AUTHORIZED SIGNATURE: _ id^A% ,o *TITLE: Regional Sales Manager UNIQUE: ENTITY NUMBER: *STATE: Texas *Z,IP: 77064 CAGE NUMBER: *TAX ID NUMBER: 76-0488987 Acknowledge Addendums; Addendum No. 1 Dated: 3.12.24 Acknowledged by: Kris Ellis -Ryan Smith Addendum No. 2 Dated: 3.25.24 Acknowledged by: Kris Ellis - Ryan Smith Addendum No. Dated: Acknowledged by: Addendum No. Dated: Acknowledged by: City of Fayetteville, AR Bid 24-30, Biosolids Sludge Pump Page 5 of 15 City of Fayetteville Bid 24-30, Biosolids Sludge 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.faVetteville-ar.gov/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/user/citVoffaVetteviIlear. 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 responsible for misdirected bids. Bidder should call the Purchasing Office at 479.575.8256 to ensure correct receipt of bidding documents rp for 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 similar 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- negotiable. 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 Fayetteville, 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 writing 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 24-30, Biosolids Sludge Pump Page 6 of 15 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 bid 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 will 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 of Fayetteville, AR Bid 24-30, Biosolids Sludge Pump Page 7 of 15 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 JURISDICITON: 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. b. 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. 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 24-30, Biosolids Sludge Pump Page 8 of 15 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 is 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 delivered within the period of time from the date of order as determined by the City of Fayetteville. City of Fayetteville, AR Bid 24-30, Biosolids Sludge Pump Page 9 of 15 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 bid der'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 24-30, Biosolids Sludge Pump Page 10 of 15 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. Prices shall include all labor, materials, overhead, profit, insurance, shipping, freight, etc., to cover the products and services presented. Sales taxshaiinotbeinciudedin thebidprice. 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. City of Fayetteville, AR Bid 24-30, Biosolids Sludge Pump Page 11 of 15 d. Bidders must provide the City with their bids signed by an employee having legal authority to submit 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. NOTE: Any uncertainties shall be brought to the attention to Kenny Fitch immediately via telephone (479.575.8258) or e-mail (kfitch @fayetteville-ar.gov). 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 (kfitch@fayetteville-ar.goy) 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. City of Fayetteville, AR Bid 24-30, Biosolids Sludge Pump Page 12 of 15 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, 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 anyjurisdiction 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 24-30, Biosolids Sludge Pump Page 13 of 15 City of Fayetteville Bid 24-30, Biosolids Sludge Pump Technical Specifications ALL BIDDERS SHALL COMPLETE THIS "TECHNICAL SPECIFICATIONS" SECTION WITH BID. FAILURE TO SUBMIT A RESPONSE ON THIS "TECHNICAL SPECIFICATIONS" 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 resultin bidder D15OUALIFICA 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 It is the intent of the following specifications to describe a two -stage sludge pump. 1.2 Named manufacturers within the specifications shall be used as a basis of design on regard to establishing a minimum performance standard. 1.3 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. 1.4 All specifications written are to minimums, unless otherwise noted. 1.5 Unit(s) bid shall be new and of the latest standard production model as offered for commercial trade. 1.6 This bid is for equipment only. Installation shall be the responsibility of the City. 1.7 A list containing a minimum of three (3) users/references shall accompany this bid to qualify as a responsible bidder. The listing shall contain company, primary contact name, e-mail, phone number, and date of purchase. Users/references shall have had similar equipment purchased within the past five (5) years. 2. MANUFACTURER/MODEL— a. V The pump shall be a standard, two -stage Moyno sludge pump, or equal. b. V The body of the pump shall be made of cast iron. V The stator shall be made of Nitrile RM100. d. V The rotor shall be chrome plated. e.V Internal materials making contact with the sludge shall be made of Alloy 4150. f. V The pump shall be equipped with a 40 HP premium efficiency TEFC electric motor. g. V The pump must be compatible with the existing flange connections. Current suction flange and discharge flange have a 10in diameter. h. V Discharge flange face shall be 99.33" from the center of the suction flange, in order to maintain existing pipe infrastructure. i. The pump shall be designed to permanently connect to inlet and outlet pipes. j. V The pump shall have an inline drive configuration with gear reducer. City of Fayetteville, AR Bid 24-30, Biosolids Sludge Pump Page 14 of 15 k. V The pump shall have a fiber deflector and a shaft sleeve. 3. PERFORMANCE SPECIFICATIONS — a. V Pump shall be capable of delivering 628 GPM at a maximum discharge pressure of 45 PSI. b. No Pump shall be capable of 213 RPM. c. No Pump shall be capable of operating with 6.362 ft net positive suction head. 4. WARRANTY a. V The warranty shall begin at the time the pump is installed. b. V Pump shall be provided with prorated a 60-month (5 year) warranty against defects in materials and/or workmanship. C. V The warranty shall be the latest revision in printed form and previously published as the manufacturer's standard warranty for all similar manufactured units. d. A certificate shall be provided to the City of Fayetteville with the local contact information and effective start-up date. 3b. - The gear reducer ratio has an output rpm of 216 not 213 rpm based on the gear reducer ratio available. 3c. - The NPSHR of 6.362 ft for a 2J345G1 equates to a pump speed of 194 RPM. The specs. in 3b. call out for 213 rpm (which 216 rpm was the closest ratio as stated above). If the pump runs at 216 rpm the NPSHR is 7.76 ft. There is no getting around the fact that if the pump runs faster it will have a higher NPSHR. City of Fayetteville, AR Bid 24-30, Biosolids Sludge Pump Page 15 of 15 D.J. Shubeck Company Fluid Handling Specialist 580o E Skelly Dr Suite 709 • Tulsa, Oklahoma 74135 Office (918) 742-0732 • Fax (918) 742-4529 City of Fayetteville, AR Bid 24-30 — Biosolids Sludge Pump References: 3-25-24 Reference 1: City of Fayetteville, AR — Noland WWTP Buddy Carter — Buddy. Carter(a�jacobs.com WS Moyno Sludge Pump 19-4 — 2J345G1 CDQ-A-RS-A 479-443-3292 Reference 2: City of Memphis, TN Stiles WWTP Alan Meadors — Mtn Manager - alan.meadors@memphistn.gov 373 Stiles Drive — Memphis TN 38127 901-636-4313 Moyno Sludge pumps in service since the 80's Reference 3: City Water & Light (CW&L) 105 West Johnson Jonesboro, Arkansas 72401 Scott Maynard — WWTP Superintendent Phone: 870-935-5581 Ext 388 Email: sma, n�(ajonesborocwl.com Ryan Smith D.J. Shubeck Co. 5800 E. Skelly Dr Suite 709 Tulsa, OK 74135 P. 918.742.0732 F. 918.742.4529 www.djshubeck.com ui'od Moti*on o u 'ons ,. 4000OFr 44- a mviivn aviuzio KEY City of Fayetteville, AR Purchasing Division Room 306 113 W. Mountain Road Fayetteville, AR 72701 Sales Person Kristen Ellis Quote Prepared By Jonathan Dorland Customer Contact Ryan Smith Phone 918-742-0732 Email ryansmith@djshubeck.com Line Part Number Description Quote Number Revision Quote Date Validity (Days) I ncoterms Currency Payment Terms T&Cs Final Destination End User QUO-110404-X4J4X7 1 13 March 2024 30 FOB USD Net 30 Days NOV Terms and Conditions United States City of Fayetteville, AR UOM Lead Time Qty Net Price Net Extended (Working Each Price Weeks) 1.0 2J345G1CDQ3AQA MOYNO- EA 17 1 $52,038.44 $52,038.44 2000_SE RI ES_PACKAGE 2000 Series Pump fitted with 30.0 kW / 40 HP Long Coupled Gearbox and Motor 2.0 WARRANTY-NOV 60-month warranty EA TBD 1 $2,601.92 $2,601.92 3.0 FREIGHT-G FREIGHT FOR GOODS EA TBD 1 $1,700.00 $1,700.00 Total in USD (Excluding Applicable Taxes) $56,340.36 The net pricing cited herein is exclusive of any applicable taxes. Therefore, final net price will be subject to variation based on the geographical location of the transaction or if the company is sales tax exempt. "Quoted delivery times are applicable at time of writing but are subject to prior sales." E industrial@nov.com https://www.nov.com/fms NATIONAL OILWELL VARCO, L.P. 8017 Breen Road Houston 77064, USAABN 77 004 449 478 Page 2 of 7 KEY Customer Name DJ SHUBECK COMPANY -EMAIL Quote Number QUO-110404-X4J4X7 ONLY Customer Ref. Quote Date : 13 March 2024 4nnlir_ntinn Dat; Pumped Product Capacity Suction Pressure Discharge Pressure Differential Pressure Capacity Speed 653.52 US 216 rpm GPM 628.00 US GPM 0.00 psi 45.00 psi 45.00 psi PerformanceActual Frequency 60 Hz SG Product Temperature Viscosity pH Solid Percentage Solid Size NPSHr Absorbed Power 1.00 20.00 deg C 1.0 cP 0.00 0.00 mm (Hard) : 0.00 mm (Soft) : 4.76 m 26.24 kW / 35.19 HP Variation of above information may affect pump duty point, drive power / rpm or selected pump materials. Pump Construction Details Product Line : 2000 Series Max Solid Handling : 21.8 MM (Hard) / 87.2 MM (Soft) Pump Model : 2J345G1CDQ3AQA Rotation : Suction On Gland No. Stage : 2 Suc. Chamber Handing : Vertical Rotor Mark : Standard Rotor Pump Option : Fiber Deflector & Shaft Sleeve Drive Mech : Connecting Rod Inlet Port : 10 IN ANSI Joint Type : Gear Joint Outlet Port : 10 IN ANSI Drive Coupling : Long Coupled Gearbox and Motor Paint Finish : Standard Two -Pack Epoxy Paint- RAL Sealing 5005 Blue Materials Shaft Size :4.50 IN Casing Parts : Cast Iron Sealing Type (Materials) : Braided Teflon & Graphite Packing - Stator : Nitrile Black Rotating Parts : Alloy Steel 4150 - Hard Chrome Plated Rotor Drive Specification Installed Power :40 HP Insulation Class : F Starting Method : DOL 3 PH Enclosure : TEFC Gearbox Mfg. : NORD Efficiency Class : Premium Efficient Model : SK72 Duty : Severe Duty Frame Size : IEC N/A- NEMA320TC IP Rating : IP55 Gearbox Speed (Ratio) : 205.0 rpm (8.19 : 1) Area Classification Gearbox Mounting : B3 Explosion Rating (Gbox) Motor Mfg. : WEG Explosion Rating (Motor) Motor Mounting : B34 Terminal Box Orien. Motor Speed : 1750.0 rpm Force Ventilation : N Orientation : 208/230/460V / 3 PH - 60 Hz Thermostats Electricity Supply Thermistors : N Anti -Condensation : N Tropical Protection Drip Cover NATIONAL OILWELL VARCO, L.P. 8017 Breen Road Houston 77064, E industrial@nov.com USA ABN 77 004 449 478 Page 3 of 7 https://www.nov.com/fms KEY E industrial@nov.com https://www.nov.com/fms NATIONAL OILWELL VARCO, L.P. 8017 Breen Road Houston 77064, USA ABN 77 004 449 478 Page 4 of 7 KEY 1.00"i 900 800 700 600 500 C 400 300 200 100 0 40( 0 Pump Model: 2J345G1CDQ3AQA (Line Number: 1.0) Flow Vs Speed 4� Flow Vs Speed - Viscosity Speed Limit - Abrasion Speed Limit _ Selected Pump M 50 100 150 200 25) Speed - rpm E industrial@nov.com https://www.nov.com/fms NATIONAL OILWELL VARCO, L.P. 8017 Breen Road Houston 77064, USAABN 77 004 449 478 Page 5 of 7 KEY Power Vs Speed - Pressure at 0 psi - Pressure at 45.0 psi _ Power - 25.21 kW / 33.81 HP 40 35 30 25 20 3 O a 15 10 5 0 0 50 100 150 200 250 300 E industrial@nov.com https://www.nov.com/fms Speed - rpm NATIONAL OILWELL VARCO, L.P. 8017 Breen Road Houston 77064, USAABN 77 004 449 478 Page 6 of 7 KEY COMMENTS AND EXTRAS Packaging : See item price sheets Prices : Unless Seller has issued to the Buyer or Buyer's customer a limited period of price protection, prices are subject to change without notice. The Order is based on the prices of materials, labor, and transport ruling at the date of Order, and the Seller reserves the right to amend the price to meet any increase due to legislation, government orders, regulations, changes to prevailing wages and conditions in the industry, Force Majeure and/or any differences in exchange rates. Goods will be invoiced at the price in effect on the date the Goods are made ready for delivery at Seller's plant. Warranty : Please refer to our Terms and Conditions of Sale for further information. Terms and Conditions of Sale: NOV T&Cs —Available upon request. Exceptions List Unless specifically mentioned in our detailed offer for each item listed, the following are NOT included in our price whether specified or not: Anchor Bolts, Gauges, Panels, Seal or Packing Flush Hardware, Seal Systems, Controls, Contacts, VFDs, Starters (AC Motors), Tools, Valves, Test/Certificate Equipment Recording, Lubricants, Pressure Switches, Special Paint or Paint Preparation, Timers, Taxes and Noise & Vibration Testing. Pump is calculated to need 7.76 feet NPSHR at 216 RPM. ISO 9001:2015 We hereby assure that NOV-FMS product meets our Quality Management System requirements in accordance with IS09001:2015. Pump Model: 2J345G1CDQ3AQA (Line Number: 1.0) Area Classification Unless otherwise stated, goods supplied are for use in non -hazardous "safe" areas only. If in doubt please contact us. E industrial@nov.com https://www.nov.com/fms NATIONAL OILWELL VARCO, L.P. 8017 Breen Road Houston 77064, USA ABN 77 004 449 478 Page 7 of 7 Request for 'Taxpayer Give Form to the Form (Rev. October2018) Identification Number and Certification requester. Do not Department of the Treasury send to the IRS. Internal Revenue Service ► Go to www.irs.gov/FormW9 for instructions and the latest information. 1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank. NATIONAL OILWELL VARCO, L.P. 2 Business name/disregarded entity name, if different from above m �P 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the Y 4 Exemptions codes apply only to P� ( PP Y Y 0 following seven boxes. certain entities, not individuals; see a o ❑ Individual/sole proprietor or ❑✓ C Corporation ❑ S Corporation ❑ Partnership ❑ TrusUestate Instructions on page 3): single -member LLC Exempt payee code (if any) 5 a 4. 462 ❑ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) ► p Note: Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check Exemption from FATCA reporting + m LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is LLC that is disregarded from code if an ( y) a U another not the owner for U.S. federal tax purposes. Otherwise, a single -member LLC that F is disregarded from the owner should check the appropriate box for the tax classification of its owner. y ❑ Other (see instructions) ► (Applies to accounts maintained outside the U.S.) 0) 5 Address (number, street, and apt. or suite no.) See instructions. Requester's name and address (optional) in 10353 RICHMOND AVENUE 6 City, state, and ZIP code HOUSTON, TX 77042 7 List account number(s) here (optional) Taxpaver Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid LS backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. or Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and [ E Number To Give the Requester for guidelines on whose number to enter. F �l[�eC�7�E7000� Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. 1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part 11, later. Here I UIS.personf► i� 4 Ai�1l� ' Date i t National Oilwell Varco, L.P. Texas Registered DBA Names: Grant Prideco, L.P. Division/Branch Names: Grant Prideco Chemineer Completion Tools Directional Drilling Technologies (DDT) Downhole National Oilwell DHT, L.P. Hydra Rig M/D Totco Moyno US NOV Elmar NOV Intervention Stimulation Equipment NOV Process & Flow Technologies US, Inc. XL Systems, L.P. NOV Pressure Control Group Quality Tubing ReedHycalog Rolligon Texas Oil Tools Tuboscope Wellsite Services Wilco Machine & Fab Inc Cat. No. 10231X Form W-9 (Rev. 10-2018)