HomeMy WebLinkAbout224-24 RESOLUTION113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 224-24
File Number: 2024-431
JACK TYLER ENGINEERING, INC. (PURCHASE AGREEMENT):
A RESOLUTION TO AWARD BID #24-35 AND AUTHORIZE THE PURCHASE OF TWO SUBMERSIBLE JET
AERATORS FROM JACK TYLER ENGINEERING, INC. IN THE TOTAL AMOUNT OF $298,526.00, PLUS ANY
APPLICABLE TAXES AND FREIGHT CHARGES
BE 1T 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 #24-35 and authorizes the
purchase of two submersible jet aerators from Jack Tyler Engineering, Inc. in the total amount of $298,526.00, plus any
applicable taxes and freight charges, for use at the Noland Water Resource Recovery Facility.
PASSED and APPROVED on September 3, 2024
Attest:
—`� Fl1YE11
Kara Paxton, City<lerk Treasurer
itt
Page 1
CITY OF
FAYETTEVILLE
ARKANSAS
MEETING OF SEPTEMBER 3, 2024
TO: Mayor Jordan and City Council
CITY COUNCIL MEMO
2024-431
THRU: Susan Norton, Chief of Staff
FROM: Tim Nyander, Utilities Director
SUBJECT: Bid 24-35 Jack Tyler Engineering, Inc. - Submersible Jet Aerators for the Noland
Water Resource Recovery Facility
RECOMMENDATION:
Staff recommends awarding Bid 24-35 and authorizing the purchase of two (2) submersible jet aerators in the
amount of $298,526.00 plus applicable taxes and freight charges from Jack Tyler Engineering, Inc. to be used
at the Noland Water Resource Recovery Facility.
BACKGROUND:
There are four (4) 100-horsepower Lightnin brand aerators and four (4) 50-horsepower aerators in each basin
at the Noland facility. These aerators run 24 hours a day, 7 days a week, 365 days a year. Two of the 100-
horsepower Lightnin aerators have failed and they either need to be rebuilt or replaced. Since they are original
plant equipment from circa 1986, it is recommended to replace them. The cost of repair on the 100-horsepower
Lightnin aerators is 94% of the cost on the new submersible jet aerator. A significant reduction in energy usage
and maintenance costs are expected with the proposed new submersible jet aerators.
DISCUSSION:
The City solicited formal bids for two (2) submersible jet aerators to replace the two failed units. Jack Tyler
Engineering submitted the only complete bid out of three bidders. Staff recommends awarding the bid for two
submersible jet aerators to Jack Tyler Engineering in the amount of $298,526.00 plus applicable taxes and
freight charges. Freight is included within the bid pricing. Taxes are estimated at $29,106.29 for an estimated
total cost of $327,632.29.
BUDGET/STAFF IMPACT:
Funds are available in the Plant Pumps and Equipment - WWTP account.
ATTACHMENTS: SRF (#3), Bid 24-35, Bid Tab - Final (#4), Bid 24-37, Submittal - Jack Tyler Engineering Inc -
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 #: 2024-431
Bid 24-35 Jack Tyler Engineering, Inc. - Submersible Jet Aerators for the Noland Water Resource
Recovery Facility
A RESOLUTION TO AWARD BID #24-35 AND AUTHORIZE THE PURCHASE OF TWO
SUBMERSIBLE JET AERATORS FROM JACK TYLER ENGINEERING, INC. IN THE TOTAL
AMOUNT OF $298,526.00, PLUS ANY APPLICABLE TAXES AND FREIGHT CHARGES
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 #24-35 and
authorizes the purchase of two submersible jet aerators from Jack Tyler Engineering, Inc. in the total
amount of $298,526.00, plus any applicable taxes and freight charges, for use at the Noland Water
Resource Recovery Facility.
Page 1
Tim Nyander
Submitted By
City of Fayetteville Staff Review Form
2024-431
Item ID
9/3/2024
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
8/15/2024 WASTEWATER TREATMENT (730)
Submitted Date Division / Department
Action Recommendation:
Staff recommends awarding Bid 24-35 and authorizing the purchase of two (2) submersible jet aerators in the
amount of $298,526.00 plus applicable taxes and freight charges from Jack Tyler Engineering, Inc. to be used at the
Noland 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
$ 1,596,635.00
$ 744,385.60
852,249.40
$ — 327,632.29
524,617.11
Previous Ordinance or Resolution #
Approval Date:
V20221130
Comments: Freight is included within the bid pricing. Taxes are estimated at $29,106.29 for an estimated total cost
of $327,632.29.
CITY OF
FAYETTEVILLE
ARKANSAS
BID TABULATION
Bid 24-35, Submersible Jet Aerators
DEADLINE: Wednesday, May 29, 2024 at 2:00 PM
Haynes Pump & Electric Motor Center
Jack Tyler Engineering
Process of Springdale
TOTAL $78,000.00 $95,516.00 $298,526.00
Line # Description I QTyl UOM Unit Unit Unit
1 Sumbmersible Jet Aerator 2 EA $39,000.00 $47,758.00 $149,263.00
Kenny Fitch, Purchasing
0
Les McGaugh, Purchasing Director
CITY OF
_ FAYETTEVILLE
ARKANSAS
Bid 24-35 Addendum 1
JACK TYLER ENGINEERING INC
JACK TYLER ENGINEERING INC
Supplier Response
Event Information
Number: Bid 24-35 Addendum 1
Title: Submersible Jet Aerators
Type: Invitation to Bid
Issue Date: 5/5/2024
Deadline: 5/29/2024 02:00 PM (CT)
Notes: The City of Fayetteville is seeking bids from qualified vendors for the
purchase of two (2) submersible jet aerators. 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@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 24-35 Addendum 1
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 512912024 11:34:07 AM (CT)
Supplier Note
***Major pump components shall be of grey cast iron, ASTM A-48, Class 35B, with smooth surfaces devoid of
blow holes or other irregularities. All exposed nuts or bolts shall be of stainless steel construction. The ejector
casing shall be 304SS. The replaceable orifice plate shall be of high -density polyethylene. Air inlet pipe shall be
of schedule 80 PVC pipe. Discharge piping shall be of stainless steel AISI 304L.
uested Attachments
Bid 24-35, 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.
2 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.
1Z I agree
Page 2 of 3 pages Vendor: JACK TYLER ENGINEERING INC Bid 24-35 Addendum 1
Bid Lines
1 Submersible Jet Aerator
Quantity: 2 UOM: EA Price: $149,263.00 Total: $298,526.00
Response Total: $298,526.00
Page 3 of 3 pages Vendor: JACK TYLER ENGINEERING INC Bid 24-35 Addendum 1
CITY OF
_ FAYETTEVILLE
ARKANSAS
City of Fayetteville, Arkansas
Purchasing Division — Room 306
113 W. Mountain
Fayetteville, AR 72701
Phone: 479.575.82S6
TDD (Telecommunicat on Device for the Deaf): 479.521.1316
INVITATION TO BID: Bid 24-35, Submersible Jet Aerators
DEADLINE: Wednesday, May 29, 2024 before 2:00 PM, Local Time
PURCHASING AGENT: Kenny Fitch, kfitch @fayetteville-ar.gov
DATE OF ISSUE AND ADVERTISEMENT: 05/05/2024
INVITATION TO BID
Bid 24-35, Submersible Jet Aerators
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 wh'.ch 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 35, Submersible Jet Aerators
Page 1 of 1S
City of Fayetteville
Bid 24-35, Submersible Jet Aerators
Advertisement
City of Fayetteville, Arkansas
INVITATION TO BID
Bid 24-35, Submersible Jet Aerators
The City of Fayetteville is seeking bids from qualified vendors for the purchase of two (2) submersible jet
aerators. These bids are for the purchase of equipment only; installation will be the responsibility of the City.
Any questions concerning the bidding process should be directed to Kenny Fitch, City of Fayetteville Purchasing
Agent, at kfitch@fayetteviile ar.Aov 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 Wednesday, May 29, 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
Ha I and livestreamed at h:tps://www.you`ube.com/user/cityoffayettev:llear. No late bids shall be accepted.
The C'ty of Fayetteville shall not be responsible for lost or misdirected bids, or for failure of proposer's technical
equ pment.
City of Fayetteville
Purchasing Division — Room 306
113 West Mountain Street
Fayettevil e, AR 72701
Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayettevi le encourages all qualified small, minority
and women business enterprises to bid on and receive contracts for goods, services, and construction. Also,
City of Fayettevil e encourages a I genera contractors to subcontract portions of their contract to qualified
small, minority and women business enterprises.
Any b'dder prov d'ng a sery ce shall be registered with the Arkansas Secretary of State before the bid deadline.
The City of Fayetteville reserves the right to wa ve irregularities, to reject bids, and to postpone the award of
the Contract for a period of time which shal, not exceed beyond ninety calendar days from the bid opening
date.
C ty of Fayetteville
By: Kenny Fitch, Purchasing Agent
P: 479.575,8258 kf tch@favettevil e-ar.gov
TDD (Telecommunications Device for the Deaf): (479) 521-1316
Date of advertisement: OS/05/2024
This pub.icat on was paid for by the Purchas ng Division of the City of Fayetteville, Arkansas.
Amount paid: $177.41.
City of Fayetteville, AR
Bid 24-35, Submersible Jet Aerators
Page 2of15
City of Fayetteville
Bid 24-35, Submersible Jet Aerators
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:
• Bid Attributes
• Bid Line Items — Bidders shall bid on all line items and not submit partial bids
• Response Attachments
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 proposa!, inc uding specifications,
terms, standard conditions, and any pertinent information regarding the articles being bid on.
2. Unless otherwise noted and explained, the unit(s) bid and listed meets or exceeds a:l of these
requirements as specified by The City of Fayetteville.
3. Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not
currently boycott Israel and will not boycott Israel during any time in which they are entering into, or
while in contract, with any public entity as defined in §25-1-503. If at any time during contract the
contractor decides to boycott Israel, the contractor must notify the contracted pub'ic entity in writing.
City of Fayetteville, AR
Bid 24-35, Submersible Jet Aerators
Page 3 of 15
4. The Bidder can and will comply with all specifications and requirements for delivery, documentation and
support as specified herein.
S. Bidder, as an officer of their organization, or per the attached letter of authorization, is duly authorized
to certify the information provided herein is accurate and true.
6. Bidder shall comply with all State and Federal Equal Opportunity and Non -Discrimination requirements
and conditions of employment in addition to all federal, state, and local laws.
7. Bidder shall disclose any possible conflict of interest with the City of Fayetteville, including, but not
limited to, any relationship with any City of Fayetteville employee. Response shall disclose if a known
relationship exists between any principal or employee of your firm and any City of Fayetteville employee
or elected City of Fayetteville official. If no relationship exists, this should also be stated in your
response. Failure to disclose such a relationship may result in cancellation of a purchase and/or contract
as a result of your response.
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.) 12S49 "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 inehg ble, or voluntarily excluded from
participation in this transaction by any federal department or agency.
City of Fayetteville, AR
Bid 24-3S, Submersible Jet Aerators
Page 4 of 15
Unsigned bids will be rejected. Items marked • are mandatory for consideration.
*NAME OF FIRM: 1Ar k —FV l-r 1- I ,vv- i vi PP r, , -,, T
�urchase OVder/Paymentsdha#be issued to this name
*D/B/A or Corporation Name �V1TV 1_1f_r r—"Cl i 1/1-P-er, ✓ f-A , 1 G.
*BUSINESS ADDRESS: ir1 I V �QAVE
*CITY: _Lrm-v Cock *STATE: *ZIP: _2i
*PHONE: OI - C1e2- 2261 (p FAX: b01 4 � 2^ "I2:1
*E-MAIL:
*BY: (PRINTED NAME) v
*AUTHORIZED SIGNATURE: 0 it IG
*TITLE:
UNIQUE ENTITY NUMBER: CAGE NUMBER:
*TAX ID NUMBER: I n� _j'2_1(n I ()
Acknowledge Addendums: ���
7
Addendum No. , Dated: gl A Acknowledged by: YV l Q j lvi ,ra(11t7¢A'
Addendum No. Dated: Acknowledged by:
Addendum No. Dated: Acknowledged by:
Addendum No. Dated: Acknowledged by:
City of Fayetteville, AR
Bid 24-35, Submersible Jet Aerators
Page S of 15
City of Fayetteville
Bid 24-35, Submersible Jet Aerators
General Terms and Conditions
1. SUBMISSION OF BID & BID EVALUATION:
a. Bids shall be reviewed following the stated deadline, as shown on the cover sheet of this
document.
b. Bidders shall submit bids based on documentation published by the Fayetteville Purchasing
Division.
c. Bidding documents and addenda shall be obtained at the City of Fayetteville Purchasing
Division's electronic bidding platform at www.fayetteville-ar.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.ccm/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
technical equipment.
d. The City will not be responsible for misdirected bids. Bidder should call the Purchasing Office at
479.575.82S6 to ensure correct receipt of bidding documents prior to opening time and date
listed on the bid form.
e. Bidders shall have experience in providing products and/or services of the same or sim,lar
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. Proposers 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 24-35, Submersible Jet Aerators
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 mmaterial errors .n
the invitation to bid or in bids submitted.
e. The City of Fayetteville reserves the right to request any necessary clarif cations, 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 shal 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".
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. 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 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 24-35, Submersible Jet Aerators
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 I mited to Equal Employment Opportunity (EEO),
D sadvantaged Business Enterpr ses (DBE), & OSHA as appl cable to this contract.
b. Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified
smal , minority and women business enterprises to bid on and receive contracts for goods,
services, and construction. Also, City of Fayetteville encourages all general contractors to
subcontract portions of their contract to qualified sma!l, minority and women business
enterprises.
10. PROVISION FOR OTHER AGENCIES:
Un!ess otherwise stipulated by the bidder, the bidder agrees to make available to all Government agencies,
departments, municipa ities, and counties, the proposal prices subm tted in accordance with said proposal
terms and cond tions therein, should any said governmental entity desire to buy under this proposal.
E igible Users shall mean all state of Arkansas agencies, the leg'slative and judicial branches, political
subdiv sions (counties, loca! district school boards, community co leges, municipalities, counties, or other
public agenc es 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 proposa , 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 proposa 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.
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 35, Submersible Jet Aerators
Page 8 of 15
14. VARIANCE FROM STANDARD TERMS & CONDITIONS:
A I standard terms and cond tions stated in th.s request for b d apply to this contract except as specifically
stated .n the subsequent sections of this document, which take precedence, and should be fully understood
by bidders prior to submitt ng a proposal on th s requirement.
15. ADA REQUIREMENT FOR PUBLIC NOTICES & TRANSLATION:
Persons with disabilities requ ring reasonable accommodation to participate in this proceeding/event,
should call 479.521.1316 (te ecommunications device for the deaf), not later than seven days prior to the
deadl ne. Persons needing translation of this document shal' 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 n 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 sery ces which have not been
City of Fayetteville, AR
Bid 24-35, Submersible Jet Aerators
Page 9 of 15
delivered 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 available for a new fiscal period, the City shall
notify the vendor of such occurrence and contract shall terminate of the last day of the current
fiscal period without penalty or expense to the City.
19. ASSIGNMENT, SUBCONTRACTING, CORPORATE ACQUISITIONS AND/OR MERGERS:
a. The Contractor shall perform this contract. No assignment of subcontracting shall be allowed
without prior written consent of the City. If a bidder intends to subcontract a portion of this
work, the bidder shall disclose such intent in the bid submitted as a result of this bid.
b. In the event of a corporate acquisition and/or merger, the Contractor shall provide written
notice to the City within thirty (30) calendar days of Contractor's notice of such action or upon
the occurrence of said action, whichever occurs first. The right to terminate this contract, which
shall not be unreasonably exercised by the City, shall include, but not be limited to, instances in
which a corporate acquisition and/or merger represent a conflict of interest or are contrary to
any local, state, or federal laws. Action by the City awarding a proposal to a firm that has
disclosed its intent to assign or subcontract in its response to the bid, without exception shall
constitute approval for purpose of this Agreement.
20. NON-EXCLUSIVE CONTRACT:
Award of this bid shall impose no obligation on the City to utilize the vendor for all work of this type, which
may develop during the contract period. This is not an exclusive contract. The City specifically reserves the
right to concurrently contract with other companies for similar work if it deems such an action to be in the
City's best interest. In the case of multiple -term contracts, this provision shall apply separately to each item.
21. LOBBYING:
Lobbying of selection committee members, City of Fayetteville employees, or elected officials regarding
request for proposals, request for qualifications, bids or contracts, during the pendency of bid protest, by
the bidder/proposer/protestor or any member of the bidder's/propose r's/protector's staff, and agent of the
bidder/proposer/protestor, or any person employed by any legal entity affi iated with or representing an
organization that is responding to the request for proposal, request for qual fication, bid or contract, or has
a pending bid protest is strictly prohibited either upon advertisement or on a date estab ished by the City of
Fayetteville and shall be prohibited until either an award is final or the protest is fina ly resolved by the City
of Fayetteville; provided, however, nothing herein shall prohibit a prospect ve/b dder/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 lim ted to,
influencing or attempting to influence action or non -action in connect on 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 24-35, Submersible Jet Aerators
Page 10 of 15
23. ADD OR DELETE LOCATIONS OR SERVICES:
The City reserves the right to un laterally add or delete locations and/or services, either collectively or
ndividually, at the City's so e option, at any t me 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 Certif cate of Insurance in accordance with specifications listed in this
request for proposa , prior to commencement of any work. Such certificate shall list the City of Fayetteville
as an additional insured. Insurance shall remain val d, when applicable, throughout project completion.
Certificates of insurance are to be addressed to the City of Fayetteville, showing that the contractor carries
the follow'ng insurance which shall be ma nta'ned 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
shad provide, and shal 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, ord nances, and
regulations. No claim of misunderstanding or ignorance on the part of Bidder or Proposer will in any way
serve to modify the provisions of the contract. No representations shall be binding unless embodied in
the contract.
b. Prices shall include all labor, materials, overhead, profit, insurance, shipping, freight, etc., to cover the
products and services presented. Salestaxshallnotbeincludedinthebidprice. App.icab e 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 rece pt 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 24-35, Submersible Jet Aerators
Page 11 of 1S
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 C'ty 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 follow ng the request.
NOTE: Any uncertainties shall be brought to the attention to Kenny Fitch immediately via telephone
(479.575.8258) or e-mail (kfitch@fayettevil e-ar.pov). 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-mai` (kfitch@fayetteville-ar.gov) or telephone
(479,575.8258). No oral interpretat on or clarifications will be g ven as to the meaning of any part of this
request for proposa . A I questions, clar fications, and requests, together with answers, if any, will be
provided to all firms via wr tten 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.
I. The successful bidder shall not assign the whole or any part of this Contract or any monies due or to
become due hereunder without written consent of City of Fayetteville. In case the successful bidder
assigns all or any part of any monies due or to become due under this Contract, the Instrument of
assignment shall contain a clause substantially to the effect that is agreed that the right of the assignee in
and to any monies due or to become due to the successful bidder shall be subject to prior liens of all
persons, firms, and corporations for services rendered or materials supplied for the performance of the
services called for in this contract.
m. The successful bidder's attention is directed to the fact that all applicable Federal and State laws,
municipal ordinances, and the rules and regulations of all authorities having jurisdiction over the services
shall apply to the contract throughout, and they will be deemed to be included in the contract as though
written out in full herein. The successful b'dder shall keep himself/herself fully informed of all laws,
C ty of Fayettevtl e, AR
B d 24-35, Submers ble Jet Aerators
Page 12 of 15
ord nances and regulat'ons of the Federal, State, and mun cipal governments or authorities in any manner
affecting those engaged or employed n prov ding 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.
f 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, regulat on, order or decree, s/he
shal herewith report the same in wr'ting to City of Fayetteville.
27. ATTACHMENTS TO BID DOCUMENTS: N/A
City of Fayetteville, AR
Bid 24-35, Submersible Jet Aerators
Page 13 of 15
City of Fayetteville
Bid 24-35, Submersible Jet Aerators
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.__J, bidder shall write a "check mark" or write "des" 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. Leav/nitem blank shall indicate bidder does not meet the listed
specification and can result in bidder e SQUALIFIG4 TION.
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 complete submersible jet aerator.
1.2 The winning bidder shall furnish two identical submersible jet aerators.
1.3 This bid is for equipment only. Installation shall be the responsibility of the City of Fayetteville.
1.4 All specifications written are to minimums, unless otherwise noted.
1.5 Al unit(s) bid shall meet or exceed the minimum requirements, or they will be deemed
incomp ete and wil not be considered for bid award.
1.6 Unit(s) b d shal be new and of the latest standard production model as offered for commercial
trade.
1.7 A list contain ng a minimum of three (3) users/references shall accompany this bid to qualify as a
responsible bidder. The isting shall contain company, primary contact name, e-mail, phone
number, and date of purchase. Users/references shal have had similar equipment purchased
within the past f ve (5) years.
2. MANUFACTURER/MODEL—
See Note' a. X The aerators sha:l be made of cast iron.
b.V The aerators shall be equipped with a 60 HP submersible electric motor, with fifty (50)
feet of submersible cab e suitab a for submersible pump applications.
c.V The aerators shall be explosion approved with a hardened iron impellor and a seal fail
sensor.
d._ The aerators shall have an integral motor cooling system with built in thermal sensors.
e. The motor shall operate on 460 volts, 3 phase, 60 hertz.
f. 7 The power cable shall be sized according to NEC and ICEA standards.
g� Skid shall be stainless steel w'th a 3/8-inch stainless steel cha n and shackle.
h.� The air inlet shall be Schedule 80 PVC pipe.
i.Inlet bodies shall be stainless steel.
j. ✓ All nozzles shall be stainless steel.
City of Fayetteville, AR
Bid 24-35, Submersible Jet Aerators
Page 14 of 15
3. TECHNICAL SPECIFICATIONS —
a.—V— The aerators shall have a minimum Standard Oxygen Transfer Rate (SOTR) of ninety-five
(95) pounds per hour and have a mixing area of at least 1500 square feet.
b. ✓ The aerators shall be suitable for VFD operation.
4. WARRANTY —
a. ✓ The warranty shall begin at the time the aerator is installed.
b.—vl The aerators shall be provided with a prorated 50-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.
City of Fayetteville, AR
Bid 24-35, Submersible Jet Aerators
Page 1S of 15
���et En g,�
JACK TYLER ENGINEERING, INCORPORATED
6301 S UNIVERSITY AVENUE, LITTLE ROCK, ARKANSAS 72209
(501) 562-2296 FAX (501) 562-4273 WATTS 1-800-562-2296
Soto
a
corpora
QUOTATION NUMBER: SJ22124A QUOTATION DATE: February 21, 2024 PAGE: 1 OF 2
TO: City of Fayetteville COPIES: Stephen Eoff
1400 N Fox Hunter Road James Spann
Fayetteville, AR 72701 Cory Gray
Phone: 479-616-0043
ATTN: Tim Marr Email: timothy.marr@jacobs.com
ITEM 1: FLYGT Jet Aerator
Xylem FLYGT model NS3202.095 614 60HP 460/3/60 50' FLS FM rated submersible pump,
with 60HP 460 volt 3 phase motor suitable for inverter service, hardened iron N-Technology
impeller, 50ft cable, FLYGT Leak Sensor, MiniCAS II & socket for controls.
Xylem FLYGT model JA317-S6-3202-614 Aerator Skid in Stainless Steel with 304SS coil chain
& shackle and 4" PVC Schd 80 Air Inlet Pipe Assemblies (3)
PRICE EACH................................................................................................................ $ 149,263
DELIVERY: 10-14 Weeks, ARO
'NOTE: APPLICABLE SALES TAXES ARE NOT INCLUDED IN QUOTED PRICE.
Thank you for the opportunity to quote on your requirements. If we may be of further
assistance, please do not hesitate to contact me at scott(@jtenq.com or 479-806-8970.
Very truly yours,
JACK TYLER ENGINEERING, INCORPORATED
Scott Jones
Senior Sales Representative
CHI
tni00
N
�
—
N
nip
e
e Y CHI
N
558
558
132"
In,00
r-i0
N
F
17 MAX
I
WATER LEVEL
if
I
0
0
00
I
I
N
r�
N
838
total Lbs
Weight
NS 3202.800,810,820,830,840,850
LT
Incl. 5m PVC pipe
3100
nFIL �5
NS
JA
LT
3202
outlet Discharge
Pump 012,
outlet
Scale
1:30
Date
230808
317
Pump
Inlet
Suatian
Drawing number
7763400
Revision
4
inlet
��,er Eh9i'
co
JACK TYLER ENGINEERING, INCORPORATED
6301 S UNIVERSITY AVE, LITTLE ROCK, ARKANSAS 72209
♦ a (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.
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 *****
1►JT%J0-,4
"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 - 06/27/17
xylem
February 8, 2022
Flygt Submersible Jet Aerators
Re: Customer Reference Contacts
1. Bill Schmittle
Recycled Water Superintendent
City of Hermiston
2205 N 1st Place
Hermiston OR, 97838
541-567-5272
bschmittle(d0ermiston.or.us
2. Terry Gilbertson
Palm Valley WWTP
14222 W McDowell Rd,
Goodyear, AZ 85395
623-298-4825
Terry.Gilbertson(@IibertyutiIities.com
3. Steve Nuttall
Utilities Supervisor
Kent WWTP
District of Kent
Box 70, 7170 Cheam Avenue
Agassiz, BC
VOM 1 AO
604-796-9145
snuttallOkentbc.ca
4. Kenny Oleman
Wastewater Plant Supervisor
City of Tillamook
710 5th St,
Tillamook, OR 97141
503-812-6064
koleman(cDtillamookor.gov
Xylem Water Solutions USA, Inc. Flygt Products
9625 Tualatin -Sherwood Rd. Tualatin, Oregon 97062
Tel (503) 240-1980
Fax (503) 240-3445
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