No preview available
HomeMy WebLinkAbout118-25 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 118-25 File Number: 2025-464 J.A. RIGGS TRACTOR CO. (EQUIPMENT PURCHASE): A RESOLUTION TO AWARD BID #25-21 AND AUTHORIZE THE PURCHASE OF SWITCHGEAR EQUIPMENT FROM J.A. RIGGS TRACTOR COMPANY IN THE AMOUNT OF $993,580.00, PLUS ANY APPLICABLE TAXES, FOR THE NOLAND WATER RESOURCE RECOVERY FACILITY WHEREAS, Hawkins Weir Engineers has designed improvements that will help safeguard the Noland Water Resource Recovery Facility from loss of power by increasing redundancies, replacing antiquated equipment, simplifying access and maintainability, and will be compatible with future upgrades; and WHEREAS, due to the long lead-time for equipment on this project, early direct procurement was identified as a cost and time -saving strategy. NOW, THEREFORE, 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 #25-21 and authorizes the purchase of paralleling electrical switchgear equipment from J.A. Riggs Tractor Company in the amount of $993,580.00, plus any applicable taxes, for the Noland Water Resource Recovery Facility. PASSED and APPROVED on May 6, 2025 Approved: * -�O� Attest: �.�ENK U 4 U1 Y pA„A me FAYETTEV!LLE-'- Molly Rawn, Mayor Kara Paxton, City Clerk Treasurer Page 1 CITY OF FAYETTEVILLE ARKANSAS MEETING OF MAY 6, 2025 CITY COUNCIL MEMO TO: Mayor Rawn and City Council THRU: Keith Macedo, Interim Chief of Staff FROM: Tim Nyander, Utilities Director SUBJECT: J.A. RIGGS TRACTOR CO. (EQUIPMENT PURCHASE): RECOMMENDATION: 2025-464 Staff recommends approval of the purchase of Paralleling Electrical Switchgear Equipment from J.A. Riggs Tractor Co. in the amount of $993,580.00 plus applicable taxes for the Noland WRRF Emergency Generator Paralleling Switchgear project, pursuant to Bid 25-21. BACKGROUND: The primary electrical feed to the Noland Water Resource Recovery Facility (WRRF) has been identified as a concern for reliability of keeping the plant in -power continuously. This is primarily due to the arrangement of high voltage breakers and the WRRF's tie-in to both grid -power and standby generator power. Hawkins -Weir Engineers has designed the specific electrical equipment needed for this project. These improvements will help safeguard this critical facility from loss of power by increasing redundancies, replacing antiquated equipment, simplifying access and maintainability, and will be compatible with future upgrades. Due to the long lead-time equipment on this project, early direct procurement was identified as a cost and time saving strategy. DISCUSSION: Based on the engineering design and specifications, the City solicited formal bids the required paralleling electrical switchgear equipment per Bid 25-21 and received three bid responses as follows: Tenhn yIn+��InG $405 000 nn Rejected, did not meet specs. J.A. Riggs Tractor Co. $993,580.00 Keathley Patterson $2,613,150.00 Staff recommends awarding Bid 25-21 and authorizing the purchase of these items from J.A. Riggs Tractor Co. for $993,580.00 plus applicable tax. Taxes are estimated at $96,874.05 for a total estimated cost of $1,090,454.05. BUDGET/STAFF IMPACT: Funds for this purchase are available in the WWTP Building Improvements account. ATTACHMENTS: SRF (#3) , Bid 25-21, Bid Tab - Final (#4), Bid 25-21, Submittal - J A Riggs Tractor Co - E (#5), Recommendation of Award (#6) 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 #: 2025-464 J.A. RIGGS TRACTOR CO. (EQUIPMENT PURCHASE): A RESOLUTION TO AWARD BID #25-21 AND AUTHORIZE THE PURCHASE OF SWITCHGEAR EQUIPMENT FROM J.A. RIGGS TRACTOR COMPANY IN THE AMOUNT OF $993,580.00, PLUS ANY APPLICABLE TAXES, FOR THE NOLAND WATER RESOURCE RECOVERY FACILITY WHEREAS, Hawkins Weir Engineers has designed improvements that will help safeguard the Noland Water Resource Recovery Facility from loss of power by increasing redundancies, replacing antiquated equipment, simplifying access and maintainability, and will be compatible with future upgrades; and WHEREAS, due to the long lead-time for equipment on this project, early direct procurement was identified as a cost and time -saving strategy. NOW, THEREFORE, 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 #25-21 and authorizes the purchase of paralleling electrical switchgear equipment from J.A. Riggs Tractor Company in the amount of $993,580.00, plus any applicable taxes, for the Noland Water Resource Recovery Facility. Page 1 Tim Nyander Submitted By City of Fayetteville Staff Review Form 2025-464 Item ID 5/6/2025 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 4/4/2025 WASTEWATER TREATMENT (730) Submitted Date Division / Department Action Recommendation: Staff recommends approval of the purchase of Paralleling Electrical Switchgear Equipment from J.A. Riggs Tractor Co. in the amount of $993,580.00 plus applicable taxes for the Noland WRRF Emergency Generator Paralleling Switchgear project. 5400.730.5800-5801.00 Account Number 02032.1 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 & Sewer Fund WWTP Building Improvements Total Amended Budget Expenses (Actual+Encum) Available Budget Item Cost Budget Adjustment Remaining Budget Project Title $ 3,012,960.00 $ 172,691.04 2,840,268.96 $ 1,090,454.05 Previous Ordinance or Resolution # Approval Date: Comments: Taxes are estimated at $96,874.05 for a total estimated cost of $1,090,454.05. 1,749,814.91 V20221130 N a A I CITY OF VA FAYETTEVILLE ARKANSAS Bid 25-21 J A RIGGS TRACTOR CO Supplier Response Event Information Number: Bid 25-21 Title: Noland WWTF Emergency Generator Paralleling Switchgear Type: Invitation to Bid Issue Date: 2/9/2025 Deadline: 3/4/2025 02:00 PM (CT) Notes: The City of Fayetteville is seeking bids from qualified vendors for the purchase of emergency generator paralleling switchgear for the Noland Wastewater Treatment Facility. This bid is for the purchase of equipment only. Any questions concerning the bidding process should be directed to Kenny Fitch, City of Fayetteville Sr Procurement Agent, at kfitch@fayetteville-ar.gov or by calling (479) 575-8258. Contact Information Contact: Kenny Fitch, Sr Procurement Agent Address: Purchasing Room 306 City Hall 113 West Mountain Street Fayetteville, AR 72701 Phone: (479) 575-8258 Email: kfitch@fayetteville-ar.gov Page 1 of 3 pages Vendor: J A RIGGS TRACTOR CO Bid 25-21 J A RIGGS TRACTOR CO Information Contact: EDWARD DIXON Address: 9125 INTERSTATE 30 LITTLE ROCK, AR 72209 Phone: (501) 570-3100 Fax: (501) 570-3346 Toll Free: (800) 759-3120 Email: DIXONE@JARIGGS.COM Web Address: RIGGSCAT.COM By submitting your response, you certify that you are authorized to represent and bind your company. Brian Stewart Signature Submitted at 2/28/2025 02:22:15 PM (CT) Requested Attachments Stewartb@jariggs.com Email Bid 25-21, Bid Form and Signature Pages Bid 25-21, Bid Form Final.pdf Please attach your signed, completed bid 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. ❑✓ Yes ❑ No 3 Addendum Acknowledgement: By selecting "I agree", you acknowledge that you have read and understand any addendums that have been issued for this bid. 2 1 agree Bid Lines 1 Complete Switchgear Configuration Quantity: 1 UOM: EA Price: $993,580.00 1 Total: $993,580.00 Page 2 of 3 pages Vendor: J A RIGGS TRACTOR CO Bid 25-21 Response Total: $993,580.00 Page 3 of 3 pages Vendor: J A RIGGS TRACTOR CO Bid 25-21 CITY OF _ FAYETTEVILLE ARKANSAS City of Fayetteville, Arkansas Purchasing Division — Room 306 113 W. Mountain Fayetteville, AR 72701 Phone: 479.575.8256 TDD (Telecommunication Device for the Deaf): 479.521.1316 Bid 25-21, Noland WWTF Emergency Generator Paralleling Switchgear DEADLINE: Wednesday, March 04, 2025 before 2:00 PM, Local Time CONTACT: Sr Procurement Agent Kenny Fitch, kfitch@fayetteviIle-ar.gov DATE OF ISSUE AND ADVERTISEMENT: 02/09/2025 No late bids will be accepted. Bids shall be submitted in one of the following methods: (1) through the City's third -party electronic bidding platform, or (2) delivering in person via sealed envelope to the City of Fayetteville Purchasing Division. Submitting through the City's electronic bidding platform is strongly encouraged. City of Fayetteville Purchasing Division — Room 306 113 West Mountain Street Fayetteville, AR 72701 All bids shall be submitted in accordance with the attached City of Fayetteville specifications and bid documents attached hereto. Each bidder is required to fill in every blank and shall supply all information requested; failure to do so may be used as basis of rejection. The undersigned hereby offers to furnish & deliver the articles or services as specified, at the prices & terms stated herein, and in strict accordance with the specifications and general conditions of bidding, all of which are made a part of this offer. This offer is not subject to withdrawal unless upon mutual written agreement by the Proposer/Bidder and City Purchasing Division. City of Fayetteville, AR Bid 25-21, Noland WWTF Emergency Generator Paralleling Switchgear Page 1 of 14 City of Fayetteville Bid 25-21, Noland WWTF Emergency Generator Paralleling Switchgear Advertisement City of Fayetteville, Arkansas INVITATION TO BID Bid 25-21, Noland WWTF Emergency Generator Paralleling Switchgear The City of Fayetteville is seeking bids from qualified vendors for the purchase of emergency generator paralleling switchgear for the Noland Wastewater Treatment Facility. This bid is for the purchase of equipment only. Any questions concerning the bidding process should be directed to Kenny Fitch, City of Fayetteville Sr Procurement Agent, at kfitch@fayetteville-ar.gov or by calling (479) 575-8258. Bidding documents and addenda shall be obtained at the City of Fayetteville Purchasing Division's electronic bidding platform at www.fayetteville-ar.gov/bids. All bids shall be received by Tuesday, March 04, 2025 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. 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. Submitting a bid electronically is strongly encouraged. A public bid opening will be conducted shortly after the deadline at City Hall and livestreamed at https://www.youtube.com/user/cityoffayetteviIlear. City of Fayetteville Purchasing Division — Room 306 113 West Mountain Street Fayetteville, AR 72701 Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business enterprises. Any bidder providing a service shall be registered with the Arkansas Secretary of State prior to the bid award. 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, Sr Procurement Agent P: 479.575.8258.kf itch @fayettevi I I e-a r.gov TDD (Telecommunications Device for the Deaf): (479) 521-1316 Date of advertisement: 02/09/2025 This publication was paid for by the Purchasing Division of the City of Fayetteville, Arkansas. Amount paid: $177.41. City of Fayetteville, AR Bid 25-21, Noland WWTF Emergency Generator Paralleling Switchgear Page 2 of 14 City of Fayetteville Bid 25-21, Noland WWTF Emergency Generator Paralleling Switchgear 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 o Required Bid Form (this form, completed in its entirety) Actual specification of any deficient item shall be noted on the bid sheet or separate attachment. If specifications of item bid differ from provided literature, deviation shall be documented and certified by the manufacturer as a regular production option. PRICE: Bidders shall submit pricing on the City's online bidding portal (www.fayetteville-ar.gov/bids) in the format presented online. Refer to the City's electronic bidding platform to submit bid pricing electronically. Contact the City Purchasing Division to obtain documents necessary to submit a physical sealed bid; however, all bidders are strongly encouraged to submit on the City's online bidding portal. Upon signing this Bid, the bidder certifies that: 1. Bidder has read and agrees to the requirements set forth in this proposal, including specifications, terms, standard conditions, and any pertinent information regarding the articles being bid on. 2. Unless otherwise noted and explained, the unit(s) bid and listed meets or exceeds all of these requirements as specified by The City of Fayetteville. 3. Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during anytime in which they are entering into, or while in contract, with any public entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. City of Fayetteville, AR Bid 25-21, Noland WWTF Emergency Generator Paralleling Switchgear Page 3 of 14 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. X 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 25-21, Noland WWTF Emergency Generator Paralleling Switchgear Page 4 of 14 Unsigned bids will be rejected. Items marked * are mandatory for consideration. *NAME OF FIRM: J.A. RIGGS TRACTOR COMPANY Purchase Order/Payments shall be issued to this name *D/B/A or Corporation Name *BUSINESS ADDRESS: 4117 WAGON WHEEL ROAD *CITY: SPRINGDALE *STATE: AR *PHONE: 501-607-1270 *E-MAIL: STEWARTB@JARIGGS.COM *BY: (PRINTED NAME) BRIAN STEWART *AUTHORIZED SIGNATURE: 2F4z�� *TITLE: POWER SYSTEMS TERRITORY MANAGER UNIQUE ENTITY NUMBER: *TAX ID NUMBER: 71-0220904 Acknowledge Addendums: Addendum No. Dated: Addendum No. Dated: Addendum No. Dated: Addendum No. Dated: FAX: Acknowledged by: Acknowledged by: Acknowledged by: Acknowledged by: City of Fayetteville, AR Bid 25-21, Noland WWTF Emergency Generator Paralleling Switchgear Page 5 of 14 *ZIP: 72762 CAGE NUMBER: City of Fayetteville Bid 25-21, Noland WWTF Emergency Generator Paralleling Switchgear 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. SPF'bIN(�,ALE r shall submit bids based on documentation published by the Fayetteville Purchasing Division. Bidding documents and addenda shall be obtained at the City of Fayetteville Purchasing Division's electronic bidding platform at www.faVetteville-ar.gov/bids. All bids shall be received by the deadline, utilizing the electronic bidding software or as stated in the bid advertisement. Submitting a bid electronically is strongly encouraged. A public bid opening will be conducted shortly after the deadline at City Hall and livestreamed at https://www.youtube.com/user/citVoffaVetteviIlear. No late bids shall be accepted. The City of Fayetteville shall not be responsible for lost or misdirected bids, or for failure of proposer's technical equipment. d. The City will not be responsible for misdirected bids. Bidder should call the Purchasing Office at 479.575.8256 to ensure correct receipt of bidding documents rp for to opening time and date listed on the bid form. e. Bidders shall have experience in providing products and/or services of the same or similar nature. f. Bidder is advised that exceptions to any of the terms contained in this bid must be identified in its response to the bid. Failure to do so may lead the City to declare any such term non- negotiable. Proposer's desire to take exception to a non-negotiable term will not disqualify it from consideration for award. g. Local time is defined as the time in Fayetteville, Arkansas on the due date of the deadline. Bids shall be received before the time as shown by the atomic clock located in the Purchasing Division Office. h. Bids will be evaluated and awarded based on the best interest of the City of Fayetteville. The City reserves the right to award bids in their entirety, none, or by line item. 2. WRITTEN REQUESTS FOR INTERPRETATIONS OR CLARIFICATION: No oral interpretations will be made to any firms as to the meaning of specifications or any other contract documents. All questions pertaining to the terms and conditions or scope of work of this bid must be sent in writing via e-mail to the Purchasing Agent. Responses to questions may be handled as an addendum if the response would provide clarification to the requirements of the bid. All such addenda shall become part of the contract documents. The City will not be responsible for any other explanation or interpretation of the proposed bid made or given prior to the award of the contract. City of Fayetteville, AR Bid 25-21, Noland WWTF Emergency Generator Paralleling Switchgear Page 6 of 14 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, size, design, and specification as to what has been specified, will be acceptable for consideration only if approved by the City of Fayetteville Purchasing Division. The City of Fayetteville reserves the right to accept or reject any requested equal. 4. RIGHTS OF CITY OF FAYETTEVILLE BID PROCESS: In addition to all other rights of the City of Fayetteville, under state law, the City specifically reserves the following: a. The City of Fayetteville reserves the right to select the bid that it believes will serve the best interest of the City. b. The City of Fayetteville reserves the right to accept or reject any or all bids. c. The City of Fayetteville reserves the right to cancel the entire bid. d. The City of Fayetteville reserves the right to remedy or waive technical or immaterial errors in the invitation to bid or in bids submitted. e. The City of Fayetteville reserves the right to request any necessary clarifications, additional information, or data without changing the terms of the bid. 5. COSTS INCURRED BY BIDDERS: All expenses involved with the preparation and submission of bids to the City, or any work performed in connection therewith, shall be borne solely by the bidder(s). No payment will be made for any responses received, or for any other effort required of, or made by, the bidder(s) prior to contract commencement. 6. CONFLICT OF INTEREST: a. The bidder represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance or services required hereunder, as provided in City of Fayetteville Code Section 34.26 titled "Authority of City Employee to Contract with the City". b. All bidders shall promptly notify Kenny Fitch, City Purchasing Agent, in writing, of all potential conflicts of interest for any prospective business association, interest, or other circumstance which may influence or appear to influence the bidder's judgment or quality of services being provided. Such written notification shall identify the prospective business association, interest or circumstance, the nature of which the bidder may undertake and request an opinion to the City as to whether the association, interest or circumstance would, in the opinion of the City, constitute a conflict of interest if entered into by the bidder. The City agrees to communicate with the bidder its opinion via e-mail or first-class mail within thirty days of receipt of notification. 7. WITHDRAWL OF PROPOSAL: A bid may be withdrawn prior to the time set for the bid submittal, based on a written request from an authorized representative of the firm; however, a bid shall not be withdrawn after the time set for the bid unless approved by the Purchasing Division. City of Fayetteville, AR Bid 25-21, Noland WWTF Emergency Generator Paralleling Switchgear Page 7 of 14 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. 9. LOCAL, STATE, AND FEDERAL COMPLIANCE REQUIREMENTS: a. The laws of the State of Arkansas apply to any purchase made under this bid. Bidders shall comply with all local, state, and federal directives, orders and laws as applicable to this proposal and subsequent contract(s) including but not limited to Equal Employment Opportunity (EEO), Disadvantaged Business Enterprises (DBE), & OSHA as applicable to this contract. b. Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business enterprises 10. PROVISION FOR OTHER AGENCIES: Unless otherwise stipulated by the bidder, the bidder agrees to make available to all Government agencies, departments, municipalities, and counties, the proposal prices submitted in accordance with said proposal terms and conditions therein, should any said governmental entity desire to buy under this proposal. Eligible Users shall mean all state of Arkansas agencies, the legislative and judicial branches, political subdivisions (counties, local district school boards, community colleges, municipalities, counties, or other public agencies or authorities), which may desire to purchase under the terms and conditions of the contract. 11. COLLUSION: The Proposer, by affixing his or her signature to this proposal, agrees to the following: "bidder certifies that his or her bid is made without previous understanding, agreement, or connection with any person, firm or corporation making a proposal for the same item(s) and/or services and is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action." 12. RIGHT TO AUDIT, FOIA, AND JURISDICITON: a. The City of Fayetteville reserves the privilege of auditing a vendor's records as such records relate to purchases between the City and said vendor. b. Freedom of Information Act: City contracts and documents prepared while performing City contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the (Contractor) will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. Legal jurisdiction to resolve any disputes shall be in Washington County, Arkansas with Arkansas law applying to the case. City of Fayetteville, AR Bid 25-21, Noland WWTF Emergency Generator Paralleling Switchgear Page 8 of 14 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. 14. VARIANCE FROM STANDARD TERMS & CONDITIONS: All standard terms and conditions stated in this request for bid apply to this contract except as specifically stated in the subsequent sections of this document, which take precedence, and should be fully understood by bidders prior to submitting a proposal on this requirement. 15. ADA REQUIREMENT FOR PUBLIC NOTICES & TRANSLATION: Persons with disabilities requiring reasonable accommodation to participate in this proceeding/event, should call 479.521.1316 (telecommunications device for the deaf), not later than seven days prior to the deadline. Persons needing translation of this document shall contact the City of Fayetteville, Purchasing Division, immediately. 16. PROCUREMENT POLICY FOR RECYCLED MATERIALS: The City of Fayetteville wishes to encourage its bidders to use recycled products in fulfilling contractual obligations to the City and that such practices will serve as a model for other public entities and private sector companies. 17. PAYMENTS AND INVOICING: The bidder must specify in their bid the exact company name and address which must be the same as invoices submitted for payment as a result of award of this bid. Further, the successful bidder is responsible for immediately notifying the Purchasing Division of any company name change, which would cause invoicing to change from the name used at the time of the original bid. Payment will be made within thirty days of invoice received. The City of Fayetteville is very credit worthy and will not pay any interest, fees, or penalty for untimely payments. Payments can be processed through bidder's acceptance of Visa at no additional costs to the City for expedited payment processing. The City will not agree to any nonrefundable deposit or retainer that would remain property of the bidder even if the hourly work actually performed by the bidder would not justify such fee. All invoices shall be presented to the City with the minimum information listed below. a. City Department that ordered the materials or services b. Order Date c. Delivery date or the date of services d. Name of the City Employee that requested or picked up the goods, materials, or service e. Bid Number that applies to the purchase and invoices. Amounts in the bid shall match invoicing. 18. CANCELLATION: a. The City reserves the right to cancel this contract without cause by giving thirty (30) days prior notice to the Contractor in writing of the intention to cancel or with cause if at any time the Contractor fails to fulfill or abide by any of the terms or conditions specified. City of Fayetteville, AR Bid 25-21, Noland WWTF Emergency Generator Paralleling Switchgear Page 9 of 14 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. In addition to all other legal remedies available to the City of Fayetteville, the City reserves the right to cancel and obtain from another source, any items and/or services which have not been delivered within the period of time from the date of order as determined by the City of Fayetteville. d. In the event sufficient budgeted funds are not available for a new fiscal period, the City shall notify the vendor of such occurrence and contract shall terminate of the last day of the current fiscal period without penalty or expense to the City. 19. ASSIGNMENT. SUBCONTRACTING. CORPORATE ACQUISITIONS AND/OR MERGERS: a. The Contractor shall perform this contract. No assignment of subcontracting shall be allowed without prior written consent of the City. If a bidder intends to subcontract a portion of this work, the bidder shall disclose such intent in the bid submitted as a result of this bid. b. In the event of a corporate acquisition and/or merger, the Contractor shall provide written notice to the City within thirty (30) calendar days of Contractor's notice of such action or upon the occurrence of said action, whichever occurs first. The right to terminate this contract, which shall not be unreasonably exercised by the City, shall include, but not be limited to, instances in which a corporate acquisition and/or merger represent a conflict of interest or are contrary to any local, state, or federal laws. Action by the City awarding a proposal to a firm that has disclosed its intent to assign or subcontract in its response to the bid, without exception shall constitute approval for purpose of this Agreement. 20. NON-EXCLUSIVE CONTRACT: Award of this bid shall impose no obligation on the City to utilize the vendor for all work of this type, which may develop during the contract period. This is not an exclusive contract. The City specifically reserves the right to concurrently contract with other companies for similar work if it deems such an action to be in the City's best interest. In the case of multiple -term contracts, this provision shall apply separately to each item. 21. LOBBYING: Lobbying of selection committee members, City of Fayetteville employees, or elected officials regarding request for proposals, request for qualifications, bids or contracts, during the pendency of bid protest, by the bidder/proposer/protestor or any member of the bid der's/propose r's/protector's staff, and agent of the bidder/proposer/protestor, or any person employed by any legal entity affiliated with or representing an organization that is responding to the request for proposal, request for qualification, bid or contract, or has a pending bid protest is strictly prohibited either upon advertisement or on a date established by the City of Fayetteville and shall be prohibited until either an award is final or the protest is finally resolved by the City of Fayetteville; provided, however, nothing herein shall prohibit a prospective/bidder/proposer from contacting the Purchasing Division to address situations such as clarification and/or questions related to the procurement process. For purposes of this provision lobbying activities shall include but not be limited to, influencing or attempting to influence action or non -action in connection with any request for proposal, request for qualification, bid or contract through direct or indirect oral or written communication or an attempt to obtain goodwill of persons and/or entities specified in this provision. Such actions may cause any request for proposal, request for qualification, bid or contract to be rejected. City of Fayetteville, AR Bid 25-21, Noland WWTF Emergency Generator Paralleling Switchgear Page 10 of 14 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. 23. ADD OR DELETE LOCATIONS OR SERVICES: The City reserves the right to unilaterally add or delete locations and/or services, either collectively or individually, at the City's sole option, at any time after award has been made as may be deemed necessary or in the best interests of the City. In such case, the Contractor(s) will be required to provide services to this contract in accordance with the terms, conditions, and specifications. 24. INTEGRITY OF BID DOCUMENTS: Bidders shall use the original bid form(s) provided by the Purchasing Division and enter information only in the spaces where a response is requested. Bidders may use an attachment as an addendum to the bid form(s) if sufficient space is not available on the original form for the bidder to enter a complete response. Any modifications or alterations to the original documents by the bidder, whether intentional or otherwise, will constitute grounds for rejection of such response. Any such modifications or alterations a bidder wishes to propose shall be clearly stated in the bidder's response and presented in the form of an addendum to the original bid documents. 25. CERTIFICATE OF INSURANCE The successful bidder shall provide a Certificate of Insurance in accordance with specifications listed in this request for proposal, prior to commencement of any work. Such certificate shall list the City of Fayetteville as an additional insured. Insurance shall remain valid, when applicable, throughout project completion. Certificates of insurance are to be addressed to the City of Fayetteville, showing that the contractor carries the following insurance which shall be maintained throughout the term of the bid. Any work sublet; the contractor shall require the subcontractor similarly to provide the same insurance coverage. In case any employee engaged in work on the project is not protected under Workers' Compensation, the Contractor shall provide, and shall cause each subcontractor to provide, adequate employer's liability insurance for the protection of such of his employees as are not otherwise protected. Workers' Compensation: Statutory Amount: Comprehensive General & Automotive Liability: $250,000 each person $500,000 aggregate Property Damage Liability: $100,000 aggregate 26. OTHER GENERAL CONDITIONS: Bidder is presumed to be familiar with all federal, state, and city laws, ordinances, and regulations which in any manner affect those engaged or employed in the Work, or the materials or equipment used, or that in any way affect the Work and shall in all respects comply with said laws, ordinances, and regulations. No claim of misunderstanding or ignorance on the part of Bidder or Proposer will in any way serve to modify the provisions of the contract. No representations shall be binding unless embodied in the contract. City of Fayetteville, AR Bid 25-21, Noland WWTF Emergency Generator Paralleling Switchgear Page 11 of 14 Prices shall include all labor, materials, overhead, profit, insurance, shipping, freight, etc., to cover the products and services presented. Sales taxshaiinotbeinciudedin thebidprice. Applicable Arkansas sales tax laws will apply when necessary but will not be considered in award of this project. c. Each bidder should state the anticipated number of days from the date of receipt of an order for delivery of services to the City of Fayetteville. d. Bidders must provide the City with their bids signed by an employee having legal authority to submit bids on behalf of the bidder. The entire cost of preparing and providing responses shall be borne by the bidder. e. The City reserves the right to request any additional information it deems necessary from any or all bidders after the submission deadline. f. The request for bid is not to be construed as an offer, a contract, or a commitment of any kind; nor does it commit the city to pay for any costs incurred by bidder in preparation. It shall be clearly understood that any costs incurred by the Bidder in responding to this solicitation is at the bidder's own risk and expense as a cost of doing business. The City of Fayetteville shall not be liable for reimbursement to the Bidder for any expense so incurred, regardless of whether or not the submittal is accepted. g. If products, components, or services other than those described in this bid document are proposed, the bidder must include complete descriptive literature for each. All requests for additional information must be received within five working days following the request. h. NOTE: Any uncertainties shall be brought to the attention to Kenny Fitch immediately via telephone (479.575.8258) or e-mail (kfitch @fayetteville-ar.goy). It is the intent and goal of the City of Fayetteville Purchasing Division to provide documents providing a clear and accurate understanding of the scope of work to be completed and/or goods to be provided. We encourage all interested parties to ask questions to enable all bidders to be on equal bidding terms. Any inquiries or requests for explanation in regard to the City's requirements should be made promptly to Kenny Fitch, City of Fayetteville, Purchasing Agent via e-mail (kfitch @fayetteville-ar.gov) or telephone (479.575.8258). No oral interpretation or clarifications will be given as to the meaning of any part of this request for proposal. All questions, clarifications, and requests, together with answers, if any, will be provided to all firms via written addendum. Names of firms submitting any questions, clarifications, or requests will not be disclosed until after a contract is in place. Any information provided herein is intended to assist the bidder in the preparation of proposals necessary to properly respond to this bid. The bid is designed to provide qualified Proposers with sufficient basic information to submit proposals meeting minimum specifications and/or test requirements but is not intended to limit a bid's content or to exclude any relevant or essential data. k. Bidders irrevocably consent that any legal action or proceeding against it under, arising out of or in any manner relating to this Contract shall be prevailed by Arkansas law. Proposer hereby expressly and irrevocably waives any claim or defense in any said action or proceeding based on any alleged lack of jurisdiction or improper venue or any similar basis. City of Fayetteville, AR Bid 25-21, Noland WWTF Emergency Generator Paralleling Switchgear Page 12 of 14 The successful bidder shall not assign the whole or any part of this Contract or any monies due or to become due hereunder without written consent of City of Fayetteville. In case the successful bidder assigns all or any part of any monies due or to become due under this Contract, the Instrument of assignment shall contain a clause substantially to the effect that is agreed that the right of the assignee in and to any monies due or to become due to the successful bidder shall be subject to prior liens of all persons, firms, and corporations for services rendered or materials supplied for the performance of the services called for in this contract. m. The successful bidder's attention is directed to the fact that all applicable Federal and State laws, municipal ordinances, and the rules and regulations of all authorities having jurisdiction over the services shall apply to the contract throughout, and they will be deemed to be included in the contract as though written out in full herein. The successful bidder shall keep himself/herself fully informed of all laws, ordinances and regulations of the Federal, State, and municipal governments or authorities in any manner affecting those engaged or employed in providing these services or in any way affecting the conduct of the services and of all orders and decrees of bodies or tribunals having anyjurisdiction or authority over same. If any discrepancy or inconsistency should be discovered in these Contract Documents or in the specifications herein referred to, in relation to any such law, ordinance, regulation, order or decree, s/he shall herewith report the same in writing to City of Fayetteville. 27. ATTACHMENTS TO BID DOCUMENTS: 1. Section 16435 Emergency Generator Paralleling Switchgear— Medium Voltage 2. Exhibit A — Switchgear One -Line Diagram 3. Bid Form 25-21 City of Fayetteville, AR Bid 25-21, Noland WWTF Emergency Generator Paralleling Switchgear Page 13 of 14 City of Fayetteville Bid 25-21, Noland WWTF Emergency Generator Paralleling Switchgear Technical Specifications ALL BIDDERS SHALL COMPLETE THIS "TECHNICAL SPECIFICATIONS" SECTION WITH BID. FAILURE TO SUBMIT A RESPONSE ON THIS "TECHNICAL SPECIFICATIONS" FORM IN A COMPLETED FORMAT CAN RESULT IN BID REJECTION. BIDDING REQUIREMENTS: o NOTICE: THIS SECTION CAN BE COMPLETED ON THE FOLLOWING MANNER: When given a specification option containing a blank (example a._), bidder shall write a "check mark" or write "yes" indicating yes if the accompanied specification is met. In the event a specification cannot be met, bidder shall indicate so by writing in "no" and writing on the City's bid forms how the specification is not met or how the unit(s) bid differ from what has been specified. Leaving item blank shall indicate bidder does not meet the listed specification and can resultin bidder D15OUALIFICA TION. o Bidders shall NOT supply warranty papers for the City to interpret whether a warranty specification is met or n ot. 1. GENERAL X The proposed equipment meets or exceeds the requirements as detailed in the attached Specification 16435 Emergency Generator Paralleling Switchgear X The supplier has provided a lump sum price for the switchgear as defined in Specification 16435 Paragraph 1.01.C. X The supplier has included all electrical studies as defined in Specification 16435 Paragraph 3.01. X The supplier has a minimum of three (3) medium voltage generator/utility paralleling switchgear installations for review by the Engineer and Owner. Owner/Contact Info SPRINGDALE WASTEWATER LOREN SHARP 479-871-1385 Owner/Contact InfoARKANSAS CHILDREN'S HOSPITAL NORTHWEST PAUL MILLER 479-381-5652 Owner/Contact Info UAMS LITTLE ROCK CAMPUS Chris Gray 501-337-6131 City of Fayetteville, AR Bid 25-21, Noland WWTF Emergency Generator Paralleling Switchgear Page 14 of 14 City of Fayetteville Utilities Division 16 Noland WWTP Emergency Generator Paralleling Switchgear — Medium Voltage HWEI Project No. 2023055 SECTION 16435 EMERGENCY GENERATOR PARALLELING SWITCHGEAR — MEDIUM VOLTAGE PART 1 GENERAL 1.01 SCOPE OF WORK A. The City of Fayetteville Utilities shall purchase the paralleling switchgear as detailed in this specification, for installation under a separate construction contract at the Noland Wastewater Treatment Facility (WWTF). The supplier of the paralleling switchgear shall be responsible for coordination with the Contractor during the installation and perform all required studies, startup services, and testing to ensure the switchgear is ready for operation. B. The supplier shall provide a lump sum price for the switchgear in the Bid Form 25-21. The switchgear shall be six (6) sections as shown in attached Exhibit A. The lump sum price shall include shipping costs and equipment insurance to the Noland WWTF, 1500 N Fox Hunter Road, Fayetteville AR 72701. Rigging and unloading shall be the responsibility of the installation Contractor and shall not be included in the supplier bid. Do not include sales tax with the bid. Sales tax will be added into the supplier purchase order after evaluation of bids to ensure the correct sales tax rate at the time of purchase. C. The switchgear shall be NEMA 1 indoor enclosure with six (6) sections. Section 1 shall include one (1) incoming utility breaker and protection/controls for use in the automatic sequence of operations. Section 2 shall include one (1) output breaker in the lower half of the section and provisions for a future output breaker in the upper half of the section. The switchgear shall be prepared such that installation of the breaker through the rack -in system described in this specification would add the redundant output breaker into the system. Sections 3 shall include a tie breaker with protection/controls to allow isolation of the generator bus and the utility/output bus, typically for generator testing while the plant is operating on utility power. Section 4 shall include the generator bus transition to the tie breaker and provisions for connection of a generator load bank when the tie breaker is opened. Section 5 shall include one (1) generator breaker and protection/controls for use in the automatic sequence of operations. Section 6 shall also include one (1) generator breaker with protection/controls for use in the automatic sequence of operations. The switchgear shall include a separately mounted automatic control system and a 125VDC battery rack and charging system, both for installation into a climate -controlled space. The lump sum price shall conform to all the requirements of this specification, and shall include the required studies, startup services, and testing to ensure the switchgear is ready for operation. Hawkins -Weir Engineers, Inc. 16435-1 February 2025 City of Fayetteville Utilities Noland WWTP HWEI Project No. 2023055 Division 16 Emergency Generator Paralleling Switchgear — Medium Voltage D. The switchgear will replace an existing design that utilizes switching devices at different service voltage levels and separate physical locations. The existing design also lacks redundancy. The existing paralleling system utilizes a Caterpillar 2500kVA/2000kW standby/1825kW prime rated generator at 277/480V output, through a step-up pad mount transformer. Parallel switching control for the generator is at a switchboard between the generator and transformer. Switching on the utility side utilizes a recloser. The Caterpillar generator is an engine model 3516 with manufacturer serial number 4GN01023. The existing Caterpillar generator and step-up transformer will be maintained and used with the proposed switchgear. The proposed switchgear supplier must provide all services to integrate the existing generator into the switchgear operation. G. The proposed switchgear supplier shall be an authorized service provider for all components of the emergency power and paralleling system and shall provide qualified generator and switchgear service technicians within a fifty (50) mile radius of the Noland WWTF, with 24/7 emergency service availability. The supplier shall be ISO 9001 or 9002 certified. H. The proposed switchgear supplier shall provide a list of a minimum of three (3) medium voltage generator/utility paralleling switchgear installations for review by the Engineer and Owner. The supplier shall list the installations on the Bid Form. The paralleling system bid shall include the following components, as detailed within this specification: 1. 15kV metal clad switchgear with six (6) breaker cubicles: a. Utility #1 Breaker — Manual and Automatic Operation Load Breaker— Manual and Automatic Operation c. Future Redundant Load Breaker— Manual and Automatic Operation d. Tie Breaker — Isolate the Generators from Utility for Testing — Manual and Automatic Operation e. Generator #1 Breaker— Existing 2MW Generator, Manual and Automatic Operation as detailed in the Sequence of Operations f. Generator #2 Breaker — Future Generator, Manual and Automatic Operation as detailed in the Sequence of Operations 2. Breaker Metering, Protection Relays, Generator Paralleling Controls for each 3. Freestanding PLC Based Paralleling Control Panel with Remote Actuation and Fiber Optic Ethernet Switch for WWTF SCADA (Climate Controlled Building) 4. Battery System (Climate Controlled Building) 5. Short Circuit, Coordination, and Arc Flash Studies. The Engineer shall provide the supplier with all existing Noland WWTF electrical studies for equipment downstream Hawkins -Weir Engineers, Inc. 16435-2 February 2025 City of Fayetteville Utilities Noland WWTP HWEI Project No. 2023055 Division 16 Emergency Generator Paralleling Switchgear — Medium Voltage of the proposed switchgear and shall procure any additional information required by the supplier to produce the studies. 1.02 STAN DARDS A. UL-MV B. ANSI/IEEE C37.20 C. NEMA SG-5 D. NEMA SG-3 E. NFPA 70 F. NFPA 99 G. NFPA 110 H. IBC/CBC I. OSHPD J. CSA 1.03 SUBMITTALS A. Submit the following information to the Engineer for approval prior to manufacturing, electronically: 1. Assembly details, including short circuit ratings, voltage, continuous current, interrupting ratings, industry certifications, and enclosure details. 2. Circuit breaker lugging and conduit entry schedule 3. Front, sides, and rear elevations 4. One -line diagram 5. Conduit entry locations 6. Floor plan 7. Anchor plan 8. Controls one -line diagram 9. Breaker control schematic 10. Automation and communication schematic 11. Controls conduit schedule and elevation 12. Any exceptions to the sequence of operation 13. Bill of Materials 14. Product data sheets B. Submit 0&M Manuals, three (3) bound and three (3) USB memory copies. The 0&M Manuals shall include all information from 1.03.A above, along with all final as -built drawings, assembly and wiring diagrams, installation and operations information, electronic versions of PLC and HMI programs, and configuration setups of all programmable devices. 1.04 DELIVERY, STORAGE, AND HANDLING Hawkins -Weir Engineers, Inc. 16435-3 February 2025 City of Fayetteville Utilities Noland WWTP HWEI Project No. 2023055 Division 16 Emergency Generator Paralleling Switchgear — Medium Voltage A. The equipment shall be handled and stored in accordance with manufacturer's instructions. One (1) copy of these instructions shall be included with the equipment at time of shipment. B. Shipping groups shall be designed to be shipped by truck, rail, or ship. Breakers and accessories shall be packaged and shipped separately. C. Switchgear shall be equipped to be handled by crane. Where cranes are not available, switchgear shall be suitable for skidding in place on rollers using jacks to raise and lower the groups. D. Switchgear being stored prior to installation shall be stored so as to maintain the equipment in a clean and dry condition. If stored outdoors, indoor gear shall be covered and heated, and outdoor gear shall be heated. PART 2 PRODUCTS 2.01 RATINGS A. The switchgear described in this specification shall be designed for operation on a 12.47 kV, 3-phase, 4-wire, solidly grounded 60-hertz system. B. Each circuit breaker shall have the following ratings: 15 kV maximum voltage, 95kV lightning impulse withstand voltage, 1200 A continuous current, 25 kA rated short circuit current at maximum voltage, 1.0 rated voltage range factor, 97 kA closing and latching peak capability, 25 kA maximum RMS symmetrical interrupting and three second rating, and three cycle rated interrupting time. PA11110K9l►LIS1:1114111111Ill 0 A. The switchgear assembly shall consist of individual vertical sections housing various combinations of circuit breakers and auxiliaries, bolted to form a rigid metal -clad switchgear assembly. Metal side sheets shall provide grounded barriers between adjacent structures and solid removable metal barriers shall isolate the major primary sections of each circuit. Two rear covers shall be furnished for each vertical section for circuit isolation and ease of handling. The stationary primary contacts shall be silver- plated and recessed within insulating tubes. A steel shutter shall automatically cover the stationary primary disconnecting contacts when the breaker is in the disconnected position or out of the cell. Provide rails to allow withdrawal of each circuit breaker for inspection and maintenance without the use of a separate lifting device. Hawkins -Weir Engineers, Inc. 16435-4 February 2025 City of Fayetteville Utilities Division 16 Noland WWTP Emergency Generator Paralleling Switchgear — Medium Voltage HWEI Project No. 2023055 2.03 BUS A. The main bus shall be copper and have fluidized bed epoxy flame-retardant and track - resistant insulation. The bus supports between units shall be flame-retardant, track - resistant, glass polyester. The switchgear shall be constructed so that all buses, bus supports, and connections shall withstand stresses that would be produced by currents equal to the momentary ratings of the circuit breakers. Main bus shall be rated 1200 amperes. Insulated copper main bus shall be provided and have provisions for future extension. All bus joints shall be plated, bolted and insulated with easily installed boots. The bus shall be braced to withstand fault currents equal to the close and latch rating of the breakers. The temperature rise of the bus and connections shall be in accordance with ANSI standards and documented by design tests. B. A copper ground bus shall extend the entire length of the switchgear. C. A bare fully rated neutral bus shall extend the entire length of the switchgear. 2.04 WIRING/TERMINATIONS A. Small wiring, necessary fuse blocks and terminal blocks within the switchgear shall be furnished as required. Control components mounted within the assembly shall be suitably marked for identification corresponding to the appropriate designations on manufacturer's wiring diagrams. One control circuit cutout device shall be provided in each structure. B. All control wire shall be type SIS. Control wiring shall be 14 AWG for control circuits and 12 AWG for current transformer circuits. Wire bundles shall be secured with nylon ties and anchored to the assembly with the use of pre -punched wire lances or nylon anchors. All current transformer secondary leads shall first be connected to conveniently accessible shorting terminal blocks before connecting to any other device. Shorting screws with provisions for storage shall be provided. All groups of control wires leaving the switchgear shall be provided with terminal blocks with suitable numbering strips and provisions for #10 AWG field connections. Provide wire markers at each end of all control wiring. C. Incoming line and feeder cable lugs of the type and size as indicated on drawings. D. Where individual conductors cross switchgear shipping splits they shall be fitted with plug -together connectors for reliable field assembly. 2.05 CIRCUIT BREAKERS. A. The circuit breakers shall be horizontal drawout type, capable of being withdrawn on rails. The breakers shall be operated by a motor -charged stored energy spring Hawkins -Weir Engineers, Inc. 16435-5 February 2025 City of Fayetteville Utilities Noland WWTP HWEI Project No. 2023055 Division 16 Emergency Generator Paralleling Switchgear — Medium Voltage mechanism, charged normally by a universal electric motor and in an emergency by a manual handle. The primary disconnecting contacts shall be silver-plated copper. B. Each circuit breaker shall contain three vacuum interrupters separately mounted in a self-contained, removable self -aligning pole unit. The vacuum interrupter pole unit shall be mounted on glass polyester supports. A contact wear gap indicator for each vacuum interrupter, which requires no tools to indicate available contact life, shall be easily visible when the breaker is removed from its compartment. The current transfer from the vacuum interrupter moving stem to the breaker main conductor shall be a non - sliding design. The breaker front panel shall be removable when the breaker is withdrawn for ease of inspection and maintenance. C. The secondary contacts shall be silver-plated and shall automatically engage in the breaker operating position, which can be manually engaged in the breaker test position. D. Interlocks shall be provided to prevent closing of a breaker between operating and test positions, to trip breakers upon insertion or removal from housing and to discharge stored energy mechanisms upon insertion or removal from the housing. The breaker shall be secured positively in the housing between and including the operating and test positions. The breakers and protective relays shall be electrically operated by 125VDC charge/close/trip. Each breaker shall be complete with control switch and red and green indicating lights to indicate breaker contact position. G. DC control voltage shall be supplied with the Generator Control Switchgear including batteries, charger, and battery rack. 2.06AUXILIARY DEVICES A. Ring type current transformers shall be furnished as indicated on the contract drawings. The thermal and mechanical ratings of the current transformers shall be coordinated with the circuit breakers. Their accuracy rating shall be equal to or higher than ANSI standard requirements. The standard location for the current transformers on the bus side and line side of the breaker units shall be front accessible to permit adding or changing current transformers without removing high -voltage insulation connections. Shorting terminal blocks shall be furnished on the secondary of all the current transformers. B. The final current transformers ratio and accuracy class shall be determined from the result of the overall power system & time current coordination studies. Hawkins -Weir Engineers, Inc. 16435-6 February 2025 City of Fayetteville Utilities Noland WWTP HWEI Project No. 2023055 Division 16 Emergency Generator Paralleling Switchgear — Medium Voltage C. Voltage and control power transformers of the quantity and ratings indicated in the detail specification shall be supplied. Voltage transformers shall be of industry standard high accuracy class, mounted in drawout drawers contained in an enclosed auxiliary compartment. D. For system's reliability and ease of maintenance, all voltage transformers for use with generator protective relays and metering shall be in drawout drawers at the appropriate switchgear assemblies. Usage of voltage transformers located at the generators shall not be allowed. Control power transformers up to 15 kVA, single-phase shall be mounted in drawout drawers. Rails shall be provided as applicable for each drawer to permit easy inspection, testing and fuse replacement. Shutters shall isolate primary bus stabs when drawers are withdrawn. A mechanical interlock shall be provided to require the secondary breaker to be open before the CPT drawer or CPT primary fuse drawer can be withdrawn. 2.07 ENCLOSURES A. The switchgear described in these specifications shall be NEMA 1 indoor construction, with devices arranged as shown on contract drawings. B. Each vertical section of switchgear shall be provided with space heaters. Tubular type heaters operated at half voltage for long life shall be supplied. Heaters shall be rated for 240 or 120 volts. Power for space heaters shall be furnished as indicated on the drawings. C. Heaters shall be wired to provide temporary heating during storage. 2.08 NAMEPLATES A. Engraved nameplates, mounted on the face of the assembly, shall be furnished for all main and feeder circuits as indicated on the drawings. Nameplates shall be laminated plastic, black characters on white background. Characters shall be 3/16-inch high, minimum. B. Furnish master nameplate giving switchgear designation, voltage ampere rating, short- circuit rating, and manufacturer's name. C. Control components mounted within the assembly, such as fuse blocks, relays, pushbuttons, switches, etc., shall be suitably marked for identification corresponding to appropriate designations on manufacturer's wiring diagrams. Hawkins -Weir Engineers, Inc. 16435-7 February 2025 City of Fayetteville Utilities Division 16 Noland WWTP Emergency Generator Paralleling Switchgear — Medium Voltage HWEI Project No. 2023055 2.09 FINISH A. The finish shall consist of a coat of manufacturer's standard grey, thermosetting, polyester powder paint applied electrostatically to pre -cleaned and phosphatized steel and aluminum for internal and external parts. The coating shall have corrosion resistance of 600 hours to 5% salt spray. 2.10ACCESSORIES A. Maintenance tool for manually charging the breaker closing spring and manually opening the shutter. B. Levering crank for moving the breaker between test and connected positions. C. Test jumper for electrically operating the breaker while out of its compartment. D. Breaker lifting yoke used for attachment to breaker for lifting breaker on or off compartment rails, when applicable. E. Set of rail extensions and rail clamps, when applicable. F. Portable lifting device for lifting the breaker on or off the rails. G. Electrical levering -in device with 15 feet of extension cable. PAIK4[a]:Z67►I_\9ilk] IIa1]xyEel ►1 A. The switchgear shall be Corona free by design and shall be tested for partial discharges in accordance with EEMAC standard G11-1. The Corona discharges measured during the tests shall be less than 100 picocoulombs. 2.12 PROTECTIVE RELAYS A. The switchgear manufacturer shall furnish and install the quantity, type and rating of protection relays as indicated on the drawings and described hereafter in this specification. All protective relays shall be utility grade, and shall be draw -out construction of have test switches to allow for functional testing. B. Generator Protective Relaying — Schweitzer SEL 700G or equal, to include the following protective functions: 1. Instantaneous/Time Overcurrent (50/51) 2. Instantaneous/Time Ground Overcurrent (50G/51G) 3. Under/Over Voltage (27/59) Hawkins -Weir Engineers, Inc. 16435-8 February 2025 City of Fayetteville Utilities Noland WWTP HWEI Project No. 2023055 4. Over/Under Frequency (81 0/U) 5. Reverse Power (32) 6. Loss of Field (Reverse VAR, 40) 7. Current Unbalance (46) 8. Differential Phase Fault (87G) 9. Sync Check Relay (25) Division 16 Emergency Generator Paralleling Switchgear — Medium Voltage C. Utility Protective Relaying — Schweitzer SEL 751 or equal, to include the following protective functions: 1. Instantaneous/Time Overcurrent (50/51) 2. Under/Over Voltage (27/59) 3. Over/Under Frequency (81 0/U) 4. Phase Sequence/Phase Failure (47) 5. Reverse Power (32) 6. Sync Check Relay (25) D. Distribution Protective Relaying — Schweitzer 751A or equal, to include the following protective functions: 1. Instantaneous/Time Overcurrent (50/51) 2. Instantaneous/Time Ground Overcurrent (50G/51G) 3. Lock -out (86) Relay (Utility Grade), manual reset 2.13 SWITCHGEAR AUTOMATION AND CONTROL PANEL (SACP) A. The SACP shall consist of the hardware and software required for the control of the engine -generator plant and associated utilities, tie, and distribution circuit breakers. The system shall include all automation controllers, HMI (Human / Machine Interface) touchscreens, power transducers, supervisory networks and all ancillary control equipment necessary to automatically execute the specified functional sequence of operations. B. The City of Fayetteville Utilities has standardized on Schneider/Modicon automation controllers. The switchgear may utilize Schneider/Modicon or Allen-Bradley automation controllers, but must utilize Modbus TCP as the SCADA communication link to the Noland WWTF SCADA system. C. Electronic copies of all automation controller and HMI programs shall be provided to the Engineer and Owner upon successful startup. The parties do not intend to modify these programs, but intend to maintain storage to facilitate future repairs if necessary. D. The SACP shall be by the same manufacturer as the switchgear. Hawkins -Weir Engineers, Inc. 16435-9 February 2025 City of Fayetteville Utilities Noland WWTP HWEI Project No. 2023055 Division 16 Emergency Generator Paralleling Switchgear — Medium Voltage The SACP shall be separated from the medium voltage switchgear assemblies. The control panel assembly shall be UL-508A listed, rated for NEMA-12 for indoor installation in a climate -controlled environment. The SACP shall facilitate overall operation including automatic standby operation, monitoring and control of the generator sets including start/stop, alarm/fault monitoring, active synchronizing, generator kW load sharing, generator kVAR load sharing, generator loading/unloading, load shed/add, generator demand priority, power factor control when in Utility paralleling operation, and protective relaying. G. The SACP shall utilize distributed processing technology to maximize system reliability and fault tolerance. The distributed processing system shall include a master level controller and separate controllers for each power source. The failure of any generator controller shall only cause loss of automatic operation of a single generator. H. The SACP shall include redundant master level controllers operating as backup to each other. The failure of any single master controller shall in no way hinder the automatic operation of the entire EPS automation and control system. The SACP shall include a supervisory network utilizing copper/fiber Ethernet Modbus TCP, for communications between automation controllers, HMI, protective relays, switchgear controllers, and the Noland WWTF SCADA system. The network shall utilize a ring network architecture. The SACP shall utilize redundant 24VDC nominal power and be rated for 0-40C ambient with 5-95% humidity non -condensing. K. The SACP interface shall be a touchscreen color HMI, 19" minimum. The SACP must be operator functional even in the event of an HMI failure. L. The HMI shall include an animated graphical display of the Noland WWTF one -line, with system control, metering, and setting screens. M. The HMI shall include control, metering, and setting screens for each utility, generator, tie, and distribution breakers. N. The HMI shall include a generator demand priority and status screen. 0. The HMI shall include an alarm and event summary screen with time/date stamps, downloadable to USB memory. P. The HMI shall include a report screen to generate system settings, generator settings, and test reports. Hawkins -Weir Engineers, Inc. 16435-10 February 2025 City of Fayetteville Utilities Noland WWTP HWEI Project No. 2023055 Division 16 Emergency Generator Paralleling Switchgear — Medium Voltage Q. The HMI shall include engine data screens for each generator, allowing display of all critical engine data. R. The HMI shall include trending screens and historical data for all available power data for tkllff&&L� the switchgear. S. Separate circuit breaker control switches (CBCS) shall be provided for each source and tie circuit breaker controlled by the SACP. Functionality shall be manual and separate from SACP automation. Each will include a pull to lock function in the trip position. A CBCS locked in the trip position shall override all automation. T. Each generator, utility, and tie breaker shall be furnished with integral power sensing, including phase voltage on source and bus sides, and three phase current inputs available to the SACP. U. The SACP shall be capable of automatic operation with a local selector switch, or from a remote 1/0 output to SACP discrete input from a 3rd party source. V. SACP Master Control Functions 1. Automatic start of the generator plant 2. Generator demand priority 3. Master 1/0 shall include horn, horn silence, instant auto selector, load shed on/off, and load shed relays W. SACP Generator Control Functions — Executed autonomously from each genset controller 1. Operation of generator set circuit breaker 2. CB Aux contact monitoring 3. CB Bell Alarm contact monitoring 4. CB open/close 5. CB Racked in/out 6. Generator set run command 7. Generator set protective and annunciator functions 8. Active synchronization utilizing both phase angle and phase sequence (ANSI Device 15) 9. Synchronization check function (ANSI Device 25) 10. Load and VAR sharing calculations 11. Generator set load control 12. Generator set VAR control 13. Generator set controller communications 14. First up, dead bus arbitration 15. Alarm and Event capture Hawkins -Weir Engineers, Inc. 16435-11 February 2025 City of Fayetteville Utilities Division 16 Noland WWTP Emergency Generator Paralleling Switchgear — Medium Voltage HWEI Project No. 2023055 X. SACP Utility Control Functions — Executed autonomously from each genset controller 1. Operation of utility circuit breaker 2. CB Aux contact monitoring 3. CB Bell Alarm contact monitoring 4. CB open/close 5. CB Racked in/out 6. Backup Utility protectives 7. Minimum 27/59 and 81O/U 8. Alarm and Event capture 9. Synchronization of generator sets to Utility 10. Utility metering functions 11. The utility protective relay will monitor and protect the system against utility faults in parallel to the utility protective functions 12. Synch check function will be used as a prerequisite to automation control Y. SACP Distribution Control Functions — Monitored and Controlled by the Supervisor Network 1. Circuit breaker auxiliary contact monitoring 2. Circuit breaker bell alarm contact monitoring 3. Close circuit breaker output 4. Open circuit breaker output 5. CB Racked in/out 6. Alarm and Event capture Z. SACP Metering — All power metering shall be available from the SEL protection relays. All PTs for metering shall include primary and secondary fusing with disconnecting means. 1. Volts with 4-position selector switch to select three phases of voltage 2. Amps with 4-position selector switch 3. Kilowatts 4. Kilovars 5. Frequency 6. Power Factor 7. Synchroscope 8. kVARH energy counter with reset PB 9. kWH energy counter with reset PB 10. Generator engine data AA. SACP Annunciation — Local annunciation to monitor and display critical generator set, utility, and system status, fault, and shutdown information, and comply with NFPA 110. The annunciation system shall be equipped with a fast pulse horn (rated 80-95 dbA at Hawkins -Weir Engineers, Inc. 16435-12 February 2025 City of Fayetteville Utilities Noland WWTP HWEI Project No. 2023055 Division 16 Emergency Generator Paralleling Switchgear — Medium Voltage two feet), a horn silence push-button and an acknowledge push-button. Any generator pre -alarm, generator shutdown alarm, or EPS alarm shall cause the alarm horn to sound until the horn silence button is depressed. Any subsequent alarms shall re -sound the horn. The display shall operate such that any alarm point shall "flash" until acknowledged. The system shall include the following types of annunciation points: 1. Status Points — These annunciation points shall show the status of critical system or generator set components. Status annunciation points shall not sound the annunciation system horn. They shall not require acknowledgement. 2. Generator Set Pre -Alarm Points — These annunciation points shall show fault conditions that could jeopardize the ability of the SACP to function properly without immediate attention. Generator set pre -alarm annunciation points shall sound the annunciation system horn. They shall require acknowledgement. Generator set pre -alarm annunciation points shall reset automatically as the alarm condition is cleared. 3. Generator Set Shutdown Alarm Points - These annunciation points shall show fault conditions that have caused the shutdown of one (1) or more generator sets. Generator set shutdown annunciation points shall sound the annunciation system horn. They shall require acknowledgement. Generator set shutdown annunciation points shall cause the generator set to shut down and the generator main to trip open. The generator main is then locked out until the cause of the shutdown is corrected, the engine control switch is placed in Off/Reset, and then placed back in Auto or Manual position. 4. Utility Alarm Points — These annunciation points will indicate utility related fault conditions. Utility annunciation points shall sound the annunciation system horn. They shall require acknowledgement. 5. SACP Alarm Points —These annunciation points will indicate system wide fault conditions. SACP annunciation points shall sound the annunciation system horn. They shall require acknowledgement. BB. SACP Security —Adjustments to settings shall be password protected. Two (2) password security levels shall be provided for Administrator and Operator. 2.14SEQUENCE OF OPERATIONS A. Normal Mode 1. The utility main breaker is closed serving utility power to the generator/load bus. 2. If a second manual utility feed is utilized, it shall be kirk keyed with automatic utility main and to be used in a manual mode open transition only. Generators shall be locked out when the manual utility breaker is closed. 3. The generator set main breakers are open. 4. The SACP is standing by to act in response to a utility failure. Hawkins -Weir Engineers, Inc. 16435-13 February 2025 City of Fayetteville Utilities Noland WWTP HWEI Project No. 2023055 Division 16 Emergency Generator Paralleling Switchgear — Medium Voltage B. Emergency Standby Mode 1. Utility protective relaying senses utility voltage or frequency out of tolerance. 2. The utility main breaker is opened. 3. Load shed sequence is executed and transmitted to Noland WWTF SCADA. 4. A run request is sent to the generator(s) based on primary/backup status or lead/lag status. 5. The generator(s) set are brought up to voltage and frequency and closed to the bus. C. Return to Utility Mode 1. Utility protective relaying senses utility voltage and frequency within tolerance. 2. Following an adjustable time delay to assure that the utility power source is stable, the generator plant is synchronized and paralleled to the utility source by closing the utility main breaker. 3. The generator(s) are soft ramp unloaded until the utility source is nominally serving the entire system load. 4. The generator set breakers are opened. 5. The generators run for their programmed cool down period and shut down. 6. The system is returned to automatic/standby mode. D. Ozarks Electric Island Mode 1. A discrete signal from a 3rd party grid operator, or a local operator selection, initiates the sequence to remove Noland WWTF from the Ozarks Electric Grid during peak demand. 2. A run request is sent to the generator plant. 3. The generator sets are paralleled to the bus at no load and allowed to warm up for an adjustable setpoint, not less than thirty (30) seconds. 4. When all generator sets are on the bus, they are soft ramp loaded until the generator plant assumes the entire load on the bus and the utility main breaker is opened. 5. The system stays in Island Mode until the request is removed from step 1. 6. When exiting Island mode, following an adjustable time delay, the generator plant is synchronized and paralleled to the utility source by closing the utility main breaker. 7. The generator plant is soft ramp unloaded until the utility source assumes the entire system load. 8. The generator set breakers are opened. 9. The generators run for their programmed cool down period and shut down. 10. The system is returned to the automatic/standby mode. E. Load Management Mode Hawkins -Weir Engineers, Inc. 16435-14 February 2025 City of Fayetteville Utilities Noland WWTP HWEI Project No. 2023055 Division 16 Emergency Generator Paralleling Switchgear — Medium Voltage 1. Agreements are not currently in place with Ozarks Electric for Load Management Mode, but the following capability shall be provided for future use if agreements are in place. Local operator entry will allow one of the following modes: 2. Import Limit —The system maintains utility kW import level at an operator defined minimum utility import limit. 3. Export Limit — The system maintains utility kW export level at an operator defined utility export setpoint. 4. Base Load Import —The system maintains an operator defined base load kW setpoint, subject to a minimum utility kW import limit. 5. Base Load Export — The system maintains an operator defined base load setpoint, regardless of whether power is being imported or exported. 6. A run request is sent to the generator plant. 7. The generator sets run for an adjustable warm-up time. 8. The generator sets are synchronized and paralleled to the bus at no load after completion of the warm-up time. 9. When all generators are on the bus, they are soft ramp loaded until the generator plant assumes the required amount of the load on the bus to meet the mode of operation selected. 10. Should the utility fail at any time during load management operation, the utility protective relays shall cause the utility main to open and be locked out, thus placing the system in emergency mode until the utility is restored. 11. When the operator requests to exit Load Management Mode, the generator plant is soft ramp unloaded until the utility source assumes the system load. 12. The generator set breakers are opened. 13. The generator sets run for their programmed cool down period and shut down. 14. The system is returned to the Automatic/Standby Mode. F. No Load Test Mode 1. No load test is initiated by the operator. 2. All available generator sets are started and come up to voltage and frequency for a programmable period of time. 3. After the programmable time, the generator sets shut down and return to Automatic/Standby Mode. G. Utility Fail Test Mode 1. Utility fail test is initiated by the operator. 2. Voltage sensing at the utility protective relay is opened, which simulates a loss of utility. 3. The system enters emergency mode as described in the emergency standby mode sequence above. 4. After termination by the operator, voltage sensing at the utility protective relay is restored, which simulates the return of utility power. Hawkins -Weir Engineers, Inc. 16435-15 February 2025 City of Fayetteville Utilities Noland WWTP HWEI Project No. 2023055 Division 16 Emergency Generator Paralleling Switchgear — Medium Voltage 5. The system exits from emergency mode as described in the emergency standby mode sequence above. 2.15 BATTERY SYSTEM A. The switchgear supplier shall provide a battery system with 125VDC output, sized to the switchgear manufacturer requirements, to be installed in a climate -controlled area next to the switchgear. B. The system shall include all batteries, interconnecting cables, and storage/rack/enclosures. C. The system shall include a battery charger, to be connected to a house panelboard supply 480VAC single or three phase, or 208V single or three phase. D. The system shall include an inverter to supply AC power for the SACP if required. PAGIRIV_1C»V_1Gi0 A. Provide a complete list of recommended spare parts with the 0&M Manual. B. Provide five (5) spare control relays of each size and type. 2.17 WARRANTY A. The switchgear and accessories shall be warranted to be free from defects in materials and workmanship for a period of two (2) years from the date of shipment. B. A certificate shall be provided to the City of Fayetteville with the local contact information and effective startup date. PART 3 EXECUTION 3.01 ELECTRICAL STUDIES A. Short Circuit Study — The supplier shall produce a short circuit study report that complies with IEEE 399 and IEEE 551. The study shall be produced with computer software that has the capabilities to calculate the mandatory features of IEEE 399. The report shall include an executive summary, one -line diagram, comments and recommendations for system improvements, and protective device evaluation of the proposed switchgear. Obtain data from Ozarks Electric for utility impedance at the service and capacity. Hawkins -Weir Engineers, Inc. 16435-16 February 2025 City of Fayetteville Utilities Noland WWTP HWEI Project No. 2023055 Division 16 Emergency Generator Paralleling Switchgear — Medium Voltage B. Coordination Study —The supplier shall perform a coordination study that displays the time -current characteristics of series connected overcurrent devices and other pertinent system parameters. Produce required settings for the proposed switchgear such that downstream protective devices provide primary fault protection. Highlight any areas lacking coordination. C. Arc Flash Study — Provide ARC -Flash labeling for all electrical equipment on the project in accordance with the requirements of NEC Article 110. Calculate the flash protection boundary and incident energy for the proposed switchgear. 3.02 FACTORY TESTING A. The switchgear shall be completely and functionally tested in the manufacturer's facility prior to shipment. For systems shipped in multiple sections, the switchgear shall be quality tested utilizing the plug -together wiring system which shall be unplugged prior to shipment and plugged together again when the equipment is installed in order to maintain the integrity of the manufacturer's quality assurance testing. B. The main bus system shall be given a dielectric test of 2200 volts for one minute between live parts and ground and between opposite polarities. C. For systems shipped in multiple sections, the switchgear shall be quality tested utilizing the plug -together wiring system which shall be unplugged prior to shipment and plugged together again when the equipment is installed in order to maintain the integrity of the manufacturer's quality assurance testing. D. A certified test report of all standard production tests shall be shipped with each assembly. Factory testing shall be witnessed by the owner's representative. The manufacturer shall provide a test plan at least four (2) weeks prior to scheduled witness testing. The manufacturer shall notify the owner two (2) weeks prior to the date the tests are to be performed. 3.03 FIELD QUALITY CONTROL AND STARTUP A. Provide the services of a qualified factory -trained manufacturer's representative for start-up of the equipment specified under this section. The manufacturer's representative shall provide technical direction to the contractor in general installation of the equipment, connections and adjustments, and testing of the assembly and components contained therein. The on -site period should include two travel days, three on -site test and startup days, and one training day. Additional days to correct factory errors shall be at the manufacturer expense. Additional days Hawkins -Weir Engineers, Inc. 16435-17 February 2025 City of Fayetteville Utilities Division 16 Noland WWTP Emergency Generator Paralleling Switchgear — Medium Voltage HWEI Project No. 2023055 B. The manufacturer's representative shall provide inspection of the final installation, perform functional testing, and start-up the switchgear and SACP system. C. Startup testing shall include the following: 1. Pre -startup inspection of the generator set, do system, control wiring, power cables, and switch boa rd/switchgear. 2. Crank and run engine -generator sets at the local engine control panel. 3. Crank and run engine -generator sets from the HMI touchscreen. 4. Verify engine -generator set alarms and shutdowns to HMI. 5. Verify protective relay/breaker trip unit settings are set to coordination study. 6. Test all modes of operation. 7. Verify and test all system alarms. 8. Test with load for all modes of operation. D. The manufacturer shall provide all necessary protective relay adjustments and shall field test the function of the equipment during the three-day period. 3.04TRAINING A. The manufacturer's representative shall provide an eight (8) hour "hands-on" training course for the customer's operating personnel which shall cover the following topics: 1. Overall system description and theory of operation. 2. Automatic and manual operation. 3. Safeties and protective relaying. 4. Recommended system check lists. 5. Recommended preventive maintenance. 6. Instruction on the operation of the assembly, circuit breakers, and major components within the assembly. END OF SECTION Hawkins -Weir Engineers, Inc. 16435-18 February 2025 PROPOSED PARALLELING SWI7OHGEAR NEMA i 12.47KV r — — — — — — T — — — — — — T — — — — — — T — — — — — — T — — — — — — T — — — — — — - ONE INCH AT FULL SIZE IF NOT ONE INCH SCALE ACCORDINGLY DIST MITTOV PROTEC77W I I I I I w N I I RELAY AND CONTROLS I I I I I I I I I U Z I I I 7.2k✓ X 120✓ I I I I z (3) PTS 52-T1 NC I I I I N 5 ; 1200 AF z I I 200 AT I I I I 3 U77LTTY PR07EC72'W GENERA7O7 PR07EC711C GENERATOR PROTECTIVE x RELAY AND CONTROLS I I I I RELAY AND CONTROLS I RELAY AND CONTROLS I 12M.5 O I I (3)CTS I I I I PREP D SPACE 12Ok5 RA 710 IL I (3)CT I I I I JI Z ca E �w =N nE PRotEcmE RELAY AND CONTROLS I I I I w d v I I I I I I Z i 120O5 I i t 12OOr5 I I I i t 12005 I i 120O5 N RA770 RATIO RATIO RA UO v� x (3)M I (J)m I I I (3)CTS I (3)CTS I t 3 Z v m 52-U7 N.C. I &-DI Mr- I I I 52-GI Ma52-G2 I N.O. I N t I" AF 1200 AF 1200 AF 1200 AF o 200 AT "AT 200 AT 2O0 AT I I I I I 3 I 7.2kV X 120V I I I I 7.2kV X 120V I 7.2kV X 120V I N (3) PTs I I I I (3) PTs I (3) PTa I 2 m'4 L— — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — J < SECTION 1 - U7TLTTY ff FEED AU70MATIC CONTROLS SECTION 2 - NW1F DISTRIBUTION SOMTO✓ 3 -71E BREAKER AU70MAIIC AND MANUAL COROLS SECTIM 4 - TIE TRANSITION AND GENERATOR LOAD BANK C0✓NEC7I0V SEC7I0V 5 - GENERATOR it FEED AUTOMATTC CONTROLS SECTION 6 - GENERATOR 9 FEED AU70MAITC CONTROLS v I- I I AUTOMATION OPERATOR INTERFACE CONTROLLER TOUCHSLREEN HMI UPS MANAGED ETHERNET/F1BER S*IrCh 8 CU RJ44 2 FX COABO IMODBUS TCP MODBUS TCP MODBUS TCP L--------------------------� PROPOSED SW7ICHGEAR SACP NEMA 1 120VAC W Q v 1 D BA AN17LR�f BATTERY CHARGER Iz5 ¢ W Q H L- - - - - - - - - - - - - z 125MC BA IIERY SYSTEM SUPPLY VOLTAGE 240✓AC OR 480VAC BY O7H,9?S DATE: JANUARY 2025 SCALE: AS SHOWN DESIGNED BY: LSM DRAWN BY: LSM HWEI NO.: 2023055 FILES@IT A - REV B SHEET NO. CITY OF _ FAYETTEVILLE ARKANSAS BID NAME: Noland WWTF Emergency Generator Paralleling Switchgear BID NO. 25-21 BID TO (OWNER): City of Fayetteville, Arkansas Purchasing Division 113 W. Mountain St, Room 306 Fayetteville, AR 72701 Phone: 479.575.8256, TDD: 479.521.1316 BID FROM (BIDDER): BRIAN STEWART J.A. RIGGS TRACTOR COMPANY 4117 WAGON WHEEL ROAD SPRINGDALE, AR 72762 501-607-1270 STEWARTB@JARIGGS.COM ARTICLE 1. Bidder accepts all of the terms and conditions of the Invitation to Bid. This Bid will remain subject to acceptance for 90 calendar days following the date of the Bid Opening. Bidder will sign and deliver documents within 10 days after the date of the receipt of OWNER'S Purchase Order. ARTICLE 2. The undersigned affirms that Bidder has examined technical specification 16435 Emergency Generator Paralleling Switchgear — Medium Voltage, Exhibit A — Switchgear One -Line Diagram, and the Invitation To Bid, and has proposed equipment that meets or exceeds the documents. ARTICLE 3. SCHEDULE OF BID A lump sum price shall be submitted for the following line item, as described in detail in technical specification 16435 Emergency Generator Paralleling Switchgear — Medium Voltage, part 1.01 Scope of Work. Line Item Description Amount 1. Complete Switchgear Configuration - per paragraph 1.01.0 $ $993,580.00 of technical specification Section 16435 and Exhibit A, with separately mounted SACP control system and 125VDC battery system, and electrical studies per paragraph 3.01. February 2025 Bid 25-21 Bid Form CITY OF WM FAYETTEVILLE ARKANSAS J.A. RIGGS TRACTOR COMPANY Bidder BRIAN STEWART By POWER SYSTEMS TERRITORY MANAGER Title 4117 WAGON WHEEL ROAD Business Address SPRINGDALE, AR 72762 501-607-1270 Telephone STEWARTB@JARIGGS.COM Email Fax Clarifications: 2.06F: Provide drawing Exhibit A does not indicate mechanical interlocks, therefore not included. CPT not provided. 2.13E: Switchgear control panel is provided in Nema 1 enclosure as shown on Exhibit A. February 2025 Bid 25-21 Bid Form 11RNHAWKINS,bWEIR E N G I N E E R S, I N C. Engineering Client Success April 8, 2025 EMAIL DELIVERY Mr. Corey Granderson, P.E. City of Fayetteville Water & Sewer Department 113 W. Mountain Street Fayetteville AR 72701 Re: Bid 25-21 Noland WWTF Emergency Generator Paralleling Switchgear HWEI Project No. 2023115 Dear Mr. Granderson: Three (3) bids were received on Tuesday, March 4, 2025, for the Noland WWTF Emergency Generator Paralleling Switchgear. The low bid meeting the equipment specifications was submitted by J A Riggs Tractor Company for a total bid price of $993,580.00. This low bid is lower than the Preliminary Engineering Report estimate for the switchgear configuration; therefore, we recommend that a purchase order for the referenced bid be issued to the low bidder, J A Riggs Tractor Company, for a total bid price of $993,580.00, exclusive of applied sales taxes. If you have any questions or comments, please do not hesitate to call. Sincerely, HAWKINS-WEIR ENGINEERS, INC. X-4"_47r Scott McBrayer, P.E. LSM/gch 2023055\C G 040825 S M . d ocx