HomeMy WebLinkAbout153-24 RESOLUTIONF *AYE r,F
o �
c: •
40'r ►S
113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 153-24
File Number: 2024-131
BID 24-33 JACK TYLER ENGINEERING, INC. (PUMP REPLACEMENT):
A RESOLUTION TO AWARD BID #24-33 AND AUTHORIZE THE PURCHASE OF A SUBMERSIBLE PUMP IN
THE AMOUNT OF $85,770.04 PLUS APPLICABLE TAXES AND FREIGHT CHARGES FROM JACK TYLER
ENGINEERING, INC. TO BE USED AT THE NOLAND WATER RESOURCE RECOVERY FACILITY
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #24-33 and authorizes the
purchase of a submersible pump in the amount of $85,770.04 plus applicable taxes and freight charges from Jack Tyler
Engineering, Inc. to be used at the Noland Water Resource Recovery Facility.
PASSED and APPROVED on June 4, 2024
Page 1
`NN11itUh�
Attest:0
�
=':FAYETTEVILLL;
Kara Paxton, City Clerk TreasurertL�. ,9 e3�
�.9y.' hf/�N1.� ,
CITY OF
FAYETTEVILLE
ARKANSAS
MEETING OF JUNE 4, 2024
TO: Mayor Jordan and City Council
CITY COUNCIL MEMO
THRU: Susan Norton, Chief of Staff
FROM: Tim Nyander, Utilities Director
SUBJECT: Bid 24-33 Jack Tyler Engineering — Noland IPS02 Submersible Pump
RECOMMENDATION:
2024-131
Staff recommends approving Bid 24-33 and authorizing the purchase of a submersible pump in the amount of
$85,770.04 plus applicable taxes and freight charges from Jack Tyler Engineering, Inc. to be used at the
Influent Pump Station No. 2 at Noland Water Resource Recovery Facility.
BACKGROUND:
Noland Water Resource Recovery Facility has two Influent Pump Stations (IPS), known as IPS01 and IPS02.
IPS01 has six (6) dry -pit submersible pumps. IPS02 has three (3) wet well submersible pumps. Two of the
IPS02 pumps are run from VFD's to maintain a predetermined wet well elevation, and the third pump is run off
a Soft Start as a backup. These pumps run continuously, maintaining flow through the treatment facility.
DISCUSSION:
Pump No. 1 in IPS02 is the original pump from the Noland 2007 upgrade. It has been pulled for repair 4 times
in the last 6 years. These repairs range from $30,000 to $40,000.
The City solicited formal bids for replacing Pump No. 1 at IPS02. Jack Tyler Engineering was the only bidder
and meets the specifications required for the pump replacement. Staff recommends approving the purchase of
a submersible pump in the amount of $85,770.04 plus applicable taxes and freight charges.
BUDGET/STAFF IMPACT:
Funds are available in the Plant Pumps and Equipment — WWTP account within the Water & Sewer fund.
ATTACHMENTS: SRF (#3), Bid 24-33, Bid Tab - Final (#4), Bid 24-33, Submittal - Jack Tyler Engineering - E
(#5)
Mailing address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
== City of Fayetteville, Arkansas
y 113 West Mountain Street
Fayetteville, AR 72701
(479)575-8323
- Legislation Text
File #: 2024-131
Bid 24-33 Jack Tyler Engineering — Noland IPS02 Submersible Pump
A RESOLUTION TO AWARD BID #24-33 AND AUTHORIZE THE PURCHASE OF A
SUBMERSIBLE PUMP IN THE AMOUNT OF $85,770.04 PLUS APPLICABLE TAXES AND
FREIGHT CHARGES FROM JACK TYLER ENGINEERING, INC. TO BE USED AT THE
NOLAND WATER RESOURCE RECOVERY FACILITY
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #24-33 and
authorizes the purchase of a submersible pump in the amount of $85,770.04 plus applicable taxes and
freight charges from Jack Tyler Engineering, Inc. to be used at the Noland Water Resource Recovery
Facility.
Page 1
Tim Nyander
Submitted By
City of Fayetteville Staff Review Form
2024-131
Item ID
6/4/2024
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
5/16/2024 WASTEWATER TREATMENT (730)
Submitted Date Division / Department
Action Recommendation:
Staff recommends approving Bid 24-33 and authorizing the purchase of a submersible pump in the amount of
$85,770.04 plus applicable taxes and freight charges from Jack Tyler Engineering, Inc. to be used at the Influent
Pump Station No. 2 at Noland Water Resource Recovery Facility.
Budget Impact:
5400.730.5800-5801.00
Water & Sewer
Account Number Fund
02069.1 Plant Pumps and Equipment - WWTP
Project Number
Budgeted Item? Yes
Does item have a direct cost? Yes
Is a Budget Adjustment attached? No
Total Amended Budget
Expenses (Actual+Encum)
Available Budget
Item Cost
Budget Adjustment
Remaining Budget
Project Title
$ 1,622,210.00
$ 571,172.59
Is 1,051,037.41
$ 95,230.12
9-95,807.29
V20221130
Purchase Order Number:
Change Order Number:
Original Contract Number:
Previous Ordinance or Resolution #
Approval Date:
Comments: Freight is estimated at $1,000.00 and taxes are estimated at $8,460.08 for an estimated total of
$95,230.12.
CITY OF
FAYETTEVILLE
ARKANSAS
BID TABULATION
Bid 24-33, Noland IPS Pump #2
DEADLINE: Tuesday, March 30, 2024 at 2:00 PM
JACK TYLER ENGINEERING INC
TOTAL 1 585,770.04
Line # Description I QTYI UOM I Unit
1 I Submersible Non -Clog Wastewater Pumq I 1 I EA 1 $85,770.04
c
Kenny Fitch, Purchasing Agent
L
` j1 61aq
Beilfuss, Sr, Purchashag Agent
CITY OF
_ FAYETTEVILLE
ARKANSAS
Bid 24-33 Addendum 2
JACK TYLER ENGINEERING INC
JACK TYLER ENGINEERING INC
Supplier Response
Event Information
Number: Bid 24-33 Addendum 2
Title: Noland IPS Pump #2
Type: Invitation to Bid
Issue Date: 4/7/2024
Deadline: 4/30/2024 02:00 PM (CT)
Notes: The City of Fayetteville is seeking bids from qualified vendors for the
purchase of one (1) submersible non -clog wastewater pump. This bid
is for the purchase of equipment only; installation will be the
responsibility of the City. Any questions concerning the bidding
process should be directed to Kenny Fitch, City of Fayetteville
Purchasing Agent, at kfitch@fayetteville-ar.gov or by calling (479) 575-
8258.
Contact Information
Contact: Kenny Fitch Purchasing Agent
Address: Purchasing
Room 306
City Hall
113 West Mountain Street - Room 306
Fayetteville, AR 72701
Email: kfitch@fayetteville-ar.gov
Page 1 of 3 pages Vendor: JACK TYLER ENGINEERING INC Bid 24-33 Addendum 2
JACK TYLER ENGINEERING INC Information
Address:
6301 S. University
LITTLE ROCK, AR 72209
Phone:
(501) 562-2296
Fax:
(501) 562-4273
Toll Free:
(800) 562-2296
Web Address:
jteng.com
By submitting your response, you certify that you are authorized to represent and bind your company.
Mariah Qualls mqualls@jteng.com
Signature Email
Submitted at 413012024 11:26:16 AM (CT)
Supplier Note
**attach customer supplied KSB discharge flange
Requested Attachments
Bid 24-33, Bid Form and Signature Pages Bid Submission.pdf
Please attach your signed, completed form. This can be found in the 'Attachments' tab.
Bid Attributes
1
Check Yes or No:
Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently
boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract, with any
public entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott Israel, the
contractor must notify the contracted public entity in writing.
❑✓ Yes
❑ No
2
Check Yes or No:
Pursuant Arkansas Code Annotated §25-1-1002, the Contractor agrees and certifies that they do not currently
boycott Energy, Fossil Fuel, Firearms, and Ammunition Industries during any time in which they are entering into, or
while in contract, with any public entity as defined in §25-1-1002. If at any time during the contract the contractor
decides to boycott Energy, Fossil Fuel, Firearms, and/or Ammunition Industries, the contractor must notify the
contracted public entity in writing.
2 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.
9 1 agree
Bid Lines
Page 2 of 3 pages Vendor: JACK TYLER ENGINEERING INC Bid 24-33 Addendum 2
1 Submersible Non -Clog Wastewater Pump
Quantity: 1 UOM: EA Price: $85,770.04 1 Total: $85,770. 44
Response Total: $85,770.04
Page 3 of 3 pages Vendor: JACK TYLER ENGINEERING INC Bid 24-33 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 (Telecommun cation Device for the Deaf): 479.521.1316
INVITATION TO BID: Bid 24-33, Noland IPS Pump #2
DEADLINE: Tuesday, April 30, 2024 before 2:00 PM, Local Time
PURCHASING AGENT: Kenny Fitch, kfitch@fayetteville-ar.gov
DATE OF ISSUE AND ADVERTISEMENT: 04/07/2024
INVITATION TO BID
Bid 24-33 Noland IPS Pump #2
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.
C ty of Fayettevi e, AR
B d 24-33, Noland IPS Pump #2
Page 1 of 15
City of Fayetteville
Bid 24-33, Noland IPS Pump #2
Advertisement
City of Fayetteville, Arkansas
INVITATION TO BID
Bid 24-33, Noland IPS Pump #2
The City of Fayetteville is seeking bids from qualified vendors for the purchase of one (1) submersible non -clog
wastewater pump. These bids are for the purchase of equipment only; installation will be the responsibility of
the City. Any questions concerning the bidding process should be directed to Kenny Fitch, City of Fayetteville
Purchasing Agent, at kfitch Pfayettevi:le-ar.eov 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.favettev I e-ar.gov/bids. All bids shall be received by Tuesday, April 30, 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 httys://www.youtube.com/user/c'tyoffayetteviIlear. 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 technica
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 quolified
small, minority and women business enterprises.
Any bidder providing a service shall be registered with the Arkansas Secretary of State before 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 kfitch^fa etteville-ar. ov
TDD (Telecommunicotions Device for the Deaf): (479) 521-1316
Date of advertisement: 04/07/2024
This publication was paid for by the Purchasing Division of the City of Fayetteville, Arkansas.
Amount paid: $178.98.
City of Fayetteville, AR
Bid 24 33, Noland IPS Pump #2
Page 2 of 25
City of Fayetteville
Bid 24-33, Noland IPS Pump #2
Required Bid Form — Bid Signature & Online Submittal Reqirements
EXECUTION OF BID:
All bidders shall submit this section, executed and completed in full by an authorized agent of the bidder.
Bidders shall also complete submission through the City's online bidding portal (www.fayetteville-ar.g_ovjbids)
and complete and submit all required information, which may include:
• Bid Attributes
• Bid Line Items — Bidders shall bid on all line items and not submit partial bids
• Response Attachments
-1 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.Aov/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, includ ng specif cations,
terms, standard conditions, and any pertinent information regarding the art Iles being b d on.
2. Unless otherwise noted and explained, the unit(s) bid and listed meets or exceeds al of these
requirements as specified by The City of Fayetteville.
3. Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not
currently boycott Israel and will not boycott Israel during any time n which they are entering into, or
while in contract, with any public entity as defined in §25-1-503. If at any time during contract the
contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing.
City of Fayetteville, AR
Bid 24-33, Noland IPS Pump #2
Page 3of15
4. The Bidder can and will comply with all specifications and requirements for delivery, documentation and
support as specified herein.
5. Bidder, as an officer of their organization, or per the attached letter of authorization, is duly authorized
to certify the information provided herein is accurate and true.
6. Bidder shall comply with all State and Federal Equal Opportunity and Non -Discrimination requirements
and conditions of employment in addition to all federal, state, and local laws.
7. Bidder shall disclose any possible conflict of interest with the City of Fayetteville, including, but not
limited to, any relationship with any City of Fayetteville employee. Response shall disclose if a known
relationship exists between any principal or employee of your firm and any City of Fayetteville employee
or elected City of Fayetteville official. If no relationship exists, this should also be stated in your
response. Failure to disclose such a relationship may result in cancellation of a purchase and/or contract
as a result of your response.
1.) NO KNOWN RELATIONSHIP EXISTS
2.) RELATIONSHIP EXISTS (Please explain):
8. Bidder will perform the Work in compliance with all applicable trench safety standards set forth in
Occupational Safety and Health Administration (OSHA) Part 1926—Subpart P— Excavations.
9. As s bidder on this project, you are required to provide debarment/suspension certification indicating
that you are in compliance with the below Federal Executive Order. Certification can be done by
completing and signing this form.
a. Federal Executive Order (E.O.) 12549 "Debarment and Suspension" requires that all contractors
receiving individual awards, using federal funds, and all sub -recipients certify that the
organization and its principals are not debarred, suspended, proposed for debarment, declared
ineligible, or voluntarily excluded by any Federal department or agency from doing business with
the Federal Government.
b. Your signature below certifies that neither you nor your principal is presently debarred,
suspended, proposed for debarment, declared ineligible, or voluntarily excluded from
participation in this transaction by any federal department or agency.
City of Fayetteville, AR
Bid 24-33, Noland IPS Pump #2
Page 4 of 15
Unsigned bids will be rejected. Items marked • are mandatory for consideration.
*NAME OF FIRM: Ir 1
urchase LirderlPaymensha#be issued to this name
*D/B/A or Corporation Name
*BUSINESS ADDRESS: ,1l1i S "W^1hJ AV L
*STATE: 19-- *ZIP:
*PHONE: rJ6I" cobz- ZZG1 U FAX:
*E-MAIL:
*BY: (PRINTED NAME)
*AUTHORIZED SIGNATURE: artli-Atah owff./-V)
*TITLE: 126
UNIQUE ENTITY NUMBER:
*TAX ID NUMBER: -21ULl o � D
Acknowledge Addendums:
CAGE NUMBER:
Addendum No. Dated: 9 1AP128 Acknowledged by: og 1'h
Addendum No. Dated: q IMNA Acknowledged by:��
Addendum
No.
Dated:
Acknowledged
by:
Addendum
No.
Dated:
Acknowledged
by:
City of Fayetteville, AR
Bid 24-33, Noland IPS Pump #2
Page 5of15
City of Fayetteville
Bid 24-33, Noland IPS Pump #2
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.pov/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 C ty Hall and ivestreamed at
https://www.youtube,com/user/cityoffayettevi tear. No ate bids shall be accepted. The City of
Fayettevi le shall not be responsible for ost or misd rected bids, or for failure of proposer's
techn ca' equ.pment.
d. The City wi I not be responsible for misd rected bids. Bidder should call the Purchasing Office at
479.575.8256 to ensure correct receipt of bidding documents prior to opening time and date
listed on the b d form.
e. Bidders shad 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. Loca time is defined as the t me in Fayettevi'le, Arkansas on the due date of the deadline. Bids
shall be received before the t-me as shown by the atomic clock located in the Purchasing Division
Office.
h. Bids will be evaluated and awarded based on the best ;riterest of the City of Fayetteville. The City
reserves the right to award bids n their entirety, none, or by line item.
2. WRITTEN REQUESTS FOR INTERPRETATIONS OR CLARIFICATION:
No ora 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 c arification to the requirements of the bid. All such addenda shall become part of
the contract documents. The C ty w I not be responsible for any other explanation or interpretation of the
proposed b d 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 b'd that are of at least equal quality,
City of Fayetteville, AR
Bid 24-33, Noland IPS Pump #2
Page 6of15
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 b dder its opinion via e-mail or first-class ma'l within thirty days of receipt of
notification.
7. WITH DRAWL 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 rece'ved after the time set for the bid submittal shall not be considered. Modifications in
writing received prior to the dead.ine will be accepted. The City will not be responsible for misdirected bids.
Bidders should call the Purchasing D'vision at (479) 575-8256 to ensure receipt of their submittal
documents prior to opening time and date I sted.
City of Fayetteville, AR
Bid 24-33, Noland IPS Pump Sit
Page 7of15
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 quolified
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 quolified 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, municipa ities, and counties, the proposal prices submitted in accordance with said proposal
terms and conditions there'n, should any said governmental entity desire to buy under this proposal.
E igible Users shal mean al, state of Arkansas agencies, the :egislat ve and judicial branches, political
subdivisions (counties, ocal district schoo. boards, commun ty colleges, municipalities, counties, or other
publ'c agencies or authorities), wh'ch may desire to purchase under the terms and conditions of the
contract.
11. COLLUSION:
The Proposer, by affix ng 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 mak ng 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.
c. Legal jurisdiction to resolve any disputes shall be in Washington County, Arkansas with Arkansas
law applying to the case.
13. CITY INDEMNIFICATION:
The successful bidder(s) agrees to indemnify the City and hold it harmless from and against all claims,
liability, loss, damage or expense, including but not limited to counsel fees, arising from or by reason of any
actual or claimed trademark, patent or copyright infringement or litigation based thereon, with respect to
the goods or any part thereof covered by this order, and such obligation shall survive acceptance of the
goods and payment thereof by the City.
City of Fayetteville, AR
Bid 24-33, Noland IPS Pump #2
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 pr;or to the
deadline. Persons needing translation of this document shall contact the C ty of Fayetteville, Purchasing
Division, immediately.
16. PROCUREMENT POLICY FOR RECYCLED MATERIALS:
The City of Fayetteville wishes to encourage its bidders to use recycled products n fulf l'ing contractual
obligations to the City and that such practices will serve as a model for other pubic 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 b cider 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 w!l 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
City of Fayetteville, AR
Bid 24 33, Noland IPS Pump #2
Page 9 of 15
del'vered within the period of time from the date of order as determined by the City of
Fayetteville.
In the event sufficient budgeted funds are not ava:table for anew fiscal period, the City shall
notify the vendor of such occurrence and contract shal 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 shal 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 'n 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 is 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, th s 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 provis on. 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 b d 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 24-33, Noland IPS Pump i#2
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 a terations a bidder w shes
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 'isted in this
request for proposal, prior to commencement of any work. Such certificate shalt ist the City of Fayetteville
as an additional insured. Insurance shall remain valid, when applicable, throughout project comp etion.
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 sub'et; 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 w'll in any way
serve to modify the provisions of the contract. No representations sha I be b riding unless embod.ed in
the contract.
b. Prices shall include all labor, materials, overhead, profit, insurance, shipping, freight, etc., to cover the
products and services presented. Sales taxshaiinotbeinc/udedin thebidprice. Applicable Arkansas
sales tax laws will apply when necessary but will not be considered in award of this project.
Each bidder should state the anticipated number of days from the date of receipt of an order for
delivery of services to the City of Fayetteville.
d. Bidders must provide the City with their bids signed by an employee having legal authority to submit
City of Fayetteville, AR
Bid 24-33, Noland IPS Pump tit
Page 11 of 15
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 'ncurred 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 C'ty of Fayettevi le shall not be liable for reimbursement to the
Bidder for any expense so incurred, regardless of whether or not the submittal is accepted.
If products, components, or services other than those described n this bid document are proposed, the
bidder must include complete descriptive literature for each. All requests for additional information
must be received w thin five working days following the request.
h. NOTE: Any uncertainties shall be brought to the attention to Kenny Fitch immediately via telephone
(479.575.8258) or e-mail (kfitch @favetteviI e-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.
i. Any inquiries or requests for explanat on in regard to the City's requirements should be made promptly
to Kenny Fitch, City of Fayetteville, Purchasing Agent via e-mail (kf'tchPfavetteville-ar.Aov) or telephone
(479.575.8258). No oral interpretation or clarifications will be g'ven as to the meaning of any part of this
request for proposa . A I questions, clarifications, and requests, together with answers, if any, will be
prov ded 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 fof the performance of the
services called for in this contract.
m. The successful bidder's attention is directed to the fact that all applicable Federal and State laws,
municipal ordinances, and the rules and regulations of all authorities having jurisdiction over the services
shall apply to the contract throughout, and they will be deemed to be included in the contract as though
written out in full herein. The successful bidder shall keep himself/herself fully informed of all laws,
City of Fayetteville, AR
Bid 24-33, Noland IPS Pump #2
Page 12 of 15
ordinances and regulations of the Federal, State, and municipal governments or authorities in any manner
affecting those engaged or employed in providing these services or in any way affecting the conduct of the
services and of all orders and decrees of bodies or tribunals having any jurisdiction or authority over same.
If any discrepancy or nconsistency shou d be discovered in these Contract Documents or in the
specifications herein referred to, in relation to any such law, ordnance, 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 24-33, Noland IPS Pump #i2
Page 13 of 15
City of Fayetteville
Bid 24-33, Noland IPS Pump #2
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:
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 "ryes" 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 CitVs bid forms how the specification is not met or how the unit(s) bid
differ from what has been specified. Leaving item blank shall indicate bidder does not meet the listed
specification and can result in bidder DISQUALIFIG4 I-IQN.
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 centrifugal, submersible non -clog
wastewater pump.
1.2 All unit(s) bid shall meet or exceed the minimum requirements, or they will be deemed
incomplete and will not be considered for bid award.
1.3 A:I spec `ications written are to minimums, unless otherwise noted.
1.4 Unit(s) bid shall be new and of the latest standard product on model as offered for commercial
trade.
1.5 This b d is for equipment only. Installation shall be the responsibility of the City.
1.6 A I st containing a minimum of three (3) users/references shall accompany this bid to qualify as a
respons'ble bidder. 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. The pump shall be a close coup ed, singe stage centrifugal design capable of handling
wastewater.
b. ✓ The pump shall be capab;e of operat ng n a continuously submerged condition.
c._)(,_ The pump shall be equipped with at least 74 horsepower, submersible electric motor
connected for operation on 460 volts, 3 phases, and 60 hertz.
d. ✓ The pump shall be equipped with 35 feet of stainless -steel lifting chain.
e.The pump shall be capable of operat ng n depths up to 55 feet.
f. ✓ The motor shall be explosion proof according to CSA Class 1 Division 1 conditions.
g. ✓ The motor shall have therma protection.
h.%7 The motor shall have nternal moisture sensors.
i._X_ The pump shal be equipped with a 12" discharge f ange and claw to match the existing
KSB flange and rail system.
City of Fayetteville, AR
U �#a-� CUdtrnff sup�l'��,d �CS�
Bid 2433, Noland IPS Pump #2 k&cqt
Nv%
Page 14 of 15
3. TECHNICAL SPECIFICATIONS —
a. ✓ The pump shall be capable of delivering 4950 GPM at a 40 ft total dynamic head.
b. ✓ The pump shall be capable of operating at 1,200 RPM.
4. WARRANTY —
a. The warranty shall begin at the time the pump is installed.
b. V Pump shall be provided with a prorated 60-month (5 year) warranty against defects in
materials and workmanship.
c. ✓ 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.
Cty of Fayettev: e, AR
B.d 24-33, Noland IPS Pump #2
Page 15 cf 15
ORv YYY)
CERTIFICATE OF LIABILITY INSURANCE Acct# 3014194 3/2DATE (M6/2024 M/DD/YM/DDIY
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If
SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this
certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER CONTACT 888-828-8365
Lockton Companies, LLC PHONE FAX
3657 Briarpark Dr., Suite 700 A/c No Ext : A/C No):
E-MAIL
Houston. TX 77042 ADDRESS: INSPERITYCERTS LOCKTONAFFINITY.COM
INSURED
JACK TYLER ENGINEERING INCORPORATED
6301 S UNIVERSITY AVE
LITTLE ROCK, AR 72209-2143
INSURER A : Indemnity Insurance Co. of North America
INSURER C :
INSURER E :
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
43575
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
TYPE OF INSURANCE
ADDL
SUBR
POLICY NUMBER
POLICY EFF
MM/DD
POLICY EXP
MM/DD
LIMITS
COMMERCIAL GENERAL LIABILITY
EACH OCCURRENCE
$
DAMAGE TO RENTED
CLAIMS -MADE OCCUR
PREMISES Ea or
$
MED EXP (Any one person)
$
PERSONAL & ADV INJURY
$
GEN'L AGGREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE
$
POLICY PRO ❑ LOC
JECT
PRODUCTS - COMP/OP AGG
$
$
OTHER:
AUTOMOBILE
LIABILITY
CO MBINED SINGLE LIMIT
Ea accident
$
BODILY INJURY (Per person)
$
ANY AUTO
ALL OWNED SCHEDULED
AUTOS AUTOS
BODILY INJURY (Per accident)
$
PROPERTY t DAMAGE
Per acciden
$
NON -OWNED
HIRED AUTOS AUTOS
UMBRELLA LIAB
OCCUR
EACH OCCURRENCE
$
HCLAIMS-MADE
AGGREGATE
$
EXCESS LIAB
DED I I RETENTION $
$
A
WORKERS COMPENSATION
EMPLOYERS' LIABILITY
ANY Y / N
OFFICER/MEM ER EXCLUDED?ECUTIVE ❑
(Mandatory in NH)
N / A
C55796956
10/1/2023
10/1/2024
PER OR
X STATUTE ER
E.L. EACH ACCIDENT
$ 1,000,000
E.L. DISEASE - EA EMPLOYEE
$ 1,000,000
If yes, describe under
DESCRIPTION OF OPERATIONS below
E.L. DISEASE - POLICY LIMIT
$ 1,000,000
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
CERTIFICATE HOLDER
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED
IN ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
CITY OF FAYETTEVILLE
WEST MOUNTAIN STREET FA i�
FAYETTEVILLE, AR 72701 �—�
ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD
/
AC"R " CERTIFICATE OF LIABILITY INSURANCE
DATE (MM/DDIYYYY)
03/26/2024
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER
CONTACT Mary Jo Zakrzewski
NAME:
Parsons Insurance
PHONE (501) 621-5918 FAX
AIC No Ext : (A/C, No):
124 W. Capitol Ave.
EMAIL mj@parsons-ins.com
ADDRESS:
INSURER(S) AFFORDING COVERAGE
NAIC #
Suite 1500
INSURERA: State National Insurance Company, Inc.
012831
Little Rock AR 72201
INSURED
INSURER B :
INSURER C :
Jack Tyler Engineering Incorporated
J. Tyler Construction, LLC
INSURER D :
6301 South University Ave.
INSURER E :
INSURER F :
Little Rock AR 72209
COVERAGES CERTIFICATE NUMBER: 23/24 REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
TYPE OF INSURANCE
INSD
WVD
POLICY NUMBER
POLICY EFF
(MM/DD/YYYY)
POLICY EXP
(MMIDD/YYYY)
LIMITS
X
COMMERCIAL GENERAL LIABILITY
EACH OCCURRENCE
$ 1,000,000
CLAIMS -MADE � OCCUR
DAMAGE
PREM SESO(Ea occurrence)
$ 100,000
_7RETED
X
MED EXP (Any one person)
$ 5,000
Contractual Liability Included
X
XCU Included
PERSONAL&ADV INJURY
$ 1,000,000
A
HLM51CLO621816-05
10/01/2023
10/01/2024
GEN'LAGGREGATE LIMITAPPLIES PER:
GENERAL AGGREGATE
$ 2,000,000
POLICY JECT LOC
PRODUCTS - COMP/OP AGG
$ 2,000,000
$
OTHER:
AUTOMOBILE
LIABILITY
COMBINED SINGLE LIMIT
(Ea accident)
$ 1,000,000
X
BODILY INJURY (Per person)
$
ANY AUTO
A
OWNED SCHEDULED
AUTOS ONLY AUTOS
HLM51CLO621816-05
10/01/2023
10/01/2024
BODILY INJURY (Per accident)
$
X
PROPERTY DAMAGE
(Per accident)
$
HIRED HNON-OWNED
AUTOS ONLY AUTOS ONLY
X
UMBRELLA LIAB
X
OCCUR
EACH OCCURRENCE
$ 5,000,000
AGGREGATE
$ 5,000,000
A
EXCESS LIAR
CLAIMS -MADE
HLM51CLO621816-05
10/01/2023
10/01/2024
DED I X1 RETENTION $ 10,000
$
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY Y/ N
PER OTH-
STATUTE ER
ANY PROPRIETOR/PARTNER/EXECUTIVE ElN
D? OFFICER/MEMBER EXCLUDE
/ A
E.L. EACH ACCIDENT
$
E.L. DISEASE - EA EMPLOYEE
$
(Mandatory in NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
E.L. DISEASE -POLICY LIMIT
$
$10,000 Limit
Installation Floater
A
HLM51CLO621816-05
10/01/2023
10/01/2024
$1,000 Deductible
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
City of Fayetteville
ACCORDANCE WITH THE POLICY PROVISIONS.
113 W. Mountain St.
AUTHORIZED REPRESENTATIVE
Fayetteville AR 72701
@ 1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD
Bid 24-33, Addendum 1
Date: Friday, April 26, 2024 V4W
To: All Prospective Vendors
From: Kenny Fitch — 479.575.8258 — kfitch@fayetteviIIe-ar.gov
RE: Bid 24-33, Noland IPS Pump #2
CITY OF
FAYETTEVILLE
ARKANSAS
This addendum is hereby made a part of the contract documents to the same extent as though it were originally
included therein. Interested parties should indicate their receipt of same in the appropriate blank of the Bid.
BIDDERS SHALL ACKNOWLEDGE THISADDENDUM ON THE DESIGNATED LOCATION ON THE BID FORM.
• QUESTION: Can Fayetteville provide the 12" discharge flange and claw from the existing failed KSB pump
for adaptation to a new pump?
o ANSWER: Yes, the existing 12" discharge flange and claw can be provided for adaptation to a
new pump.
City of Fayetteville, AR
Bid 24-33, Noland IPS Pump #2
Page 111
Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain -Fayetteville, AR 72701
Bid 24-33, Addendum 2
Date: Tuesday, April 30, 2024 V4W
To: All Prospective Vendors
From: Kenny Fitch — 479.575.8258 — kfitch@fayetteviIIe-ar.gov
RE: Bid 24-33, Noland IPS Pump #2
CITY OF
FAYETTEVILLE
ARKANSAS
This addendum is hereby made a part of the contract documents to the same extent as though it were originally
included therein. Interested parties should indicate their receipt of same in the appropriate blank of the Bid.
BIDDERS SHALL ACKNOWLEDGE THISADDENDUM ON THE DESIGNATED LOCATION ON THE BID FORM.
• CLARIFICATION:
o All the bid documents reference this bid being for the purchase of one (1) submersible non -clog
wastewater pump. There was an error on the line items listing the quantity as two (2). The error
was corrected on the line item to match the bid documents. The intention of this bid is to
purchase one pump.
City of Fayetteville, AR
Bid 24-33, Noland IPS Pump #2
Page 111
Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain -Fayetteville, AR 72701
JACK TYLER
ENGINEERING
INCORPORATED
I
Bid 24-33, Noland IPS Pump #2
ENGINEERED SOLUTIONS FROM PEOPLE WHO CARE
6301 S University Ave., Little Rock, AR 72209
PH: (501) 562.2296 www.jteng.com
Tuesday, April 30, 2024
To: City of Fayetteville
Subject: 011624MQA Scope of Supply
Bid Date: April 30, 2024
Addendum Acknowledgement:
Addendum 1: April 26, 2024
Addendum 2: April 30, 2024
Jack Tyler Engineering, Inc. is pleased to offer the following items for your inclusion in the above referenced
project. If you would like us to supply any items not listed below, please inform us as soon as possible. Please
continue reading below for our detailed scope of supply. We look forward to working with you.
Line Item #1— Submersible Non -Clog Wastewater Pump
Qty
Description
1
Flygt NX 3301 70HP 460/3, FM, 626 Imp
1
Mini CAS Relay
1
Socket
35
Chain, 5/8", Type 316 SS
2
Shackle, Screw Pin, 5/8"
1
Freight
Item Price: $85,770.04
APPLICABLE TAXES ARE NOT INCLUDED IN QUOTED PRICE
DELIVERY: 14-16 WEEKS AFTER APPROVED SUBMITTALS
ATTACH CUSTOMER SUPPLIED KSB DISCHARGE FLANGE
Respectfully Submitted,
Mariah Qualls
Bid Coordinator
Jack Tyler Engineering, Inc.
ENGINEERED SOLUTIONS FROM PEOPLE WHO CARE
6301 S University Ave., Little Rock, AR 72209
PH: (501) 562.2296 www.jteng.com
JACK TYLER ENGINEERING, INCORPORATED
6301 S. UNIVERSITY AVENUE, LITTLE ROCK, ARKANSAS 72209
(501) 562-2296 • FAX (501) 562-4273 • ARKANSAS WATS 1-800-562-2296
STATEMENT OF TERMS AND CONDITIONS
TERMS/PAYMENTS: Our terms of payment are net cash 15 days from date of the invoice subject to
Seller's prior credit approval. If the Buyer shall fail to make any payments in accordance
with the terms and conditions of sale, the Seller, in addition to its other rights and remedies,
but not in limitation thereof, may, at its option, without prior notice, cancel this order as to
any undelivered products or defer shipments or deliveries hereunder, or under any other
agreement between Buyer and Seller, except upon Seller's receipt of cash before shipment
or such security as Seller considers satisfactory. Seller reserves the right to impose an
interest charge of 16%on the balance of each invoice not paid on its due date for the period
from the due date to the date of receipt of payment by Seller. In the event Buyer's failure to
make timely payments to Seller results in Seller incurring additional costs, including but not
limited to collection expenses and attorneys' fees, said costs shall be added to the amount
due Seller from Buyer. Buyer shall have no right to any discount or retainage and shall not
withhold payment as a set-off on Seller's invoice in any amount. Visa, MasterCard,
Discover, and American Express credit card purchases are accepted.
SHIPMENT: The date of shipment is subject to our receiving your order with complete information at our
office, final approval of any prints or drawings as may be required, credit approval, and the
acceptance of your order by the company. Freight Charges are not included in the quoted
price.
EXPIRATION: Quotation expires 30 days from the date of proposal and, in the interim, is subject to change
without notice.
TAXES: Unless otherwise stated in the proposal, the prices quoted herein are exclusive of all sales,
use and similar taxes and, wherever applicable, such taxes will be added to the invoice as
separate items.
RETURNS/REFUNDS: Items wished to be returned are subject to prior approval and must be accompanied by a
Return Merchandise Authorization (RMA). Items returned without proper approval and/or
paperwork will be returned to the customer at their expense. Returns past 30 days of initial
receipt will not be accepted.
All returned items are subject to a restocking fee. The customer's credit will be equal to the
credit Jack Tyler Engineering, Inc. receives from the vendor, minus orginal freight and
freight back to the vendor. Please note that all items must be returned to JTEI, who will
return the item to the vendor. Credit will only be issued once JTEI receives credit from the
vendor.
SPECIAL NOTE:
THIS PROPOSAL IS BASED ON CURRENT PRICES. EQUIPMENT IS SUBJECT TO THE SAME PERCENTAGE
INCREASE AS MADE BY OUR SUPPLIERS AND THE INVOICE WILL REFLECT PRICE IN EFFECT AT TIME OF
SHIPMENT UNLESS SPECIFICALLY EXCEPTED. WE WILL NOT ACCEPT RETAINAGE ON ANY OF OUR
INVOICES!
***** A $50.00 minimum order charge will apply *****
WARRANTY:
"The products sold by Jack Tyler Engineering, Inc. hereunder are manufactured by others, and the only warranties
that apply to these products are those of the manufacturer of the products which can be passed on by Jack Tyler
Engineering, Inc. to its customers. No other warranty of any kind is given in connection with the sale of any of the
above products, and JACK TYLER ENGINEERING, INC. MAKES NO WARRANTY OF ANY KIND, EXPRESS OR
IMPLIED, AS TO MERCHANTABILITY, FITNESS FOR A PARTICULAR PURPOSE, OR AS TO ANY OTHER
MATTER RESPECTING THESE PRODUCTS. Jack Tyler Engineering, Inc. shall not be liable in connection with the
sale of the above products for any incidental or consequential damages of any kind."
An electronic copy of the latest version is available online at www.jteng.com.
Form No. 41-1 Rev. 07 - 07/12/19