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)