HomeMy WebLinkAbout126-25 RESOLUTION113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 126-25
File Number: 2025-497
COMFORT SYSTEMS USA (ARKANSAS), INC. (SERVICE CONTRACT):
A RESOLUTION TO AWARD BID #25-32 AND AUTHORIZE A CONTRACT WITH COMFORT SYSTEMS USA
(ARKANSAS), INC. FOR INSPECTION OF BACKFLOW PREVENTION EQUIPMENT ON AN ON -CALL BASIS
FOR ONE YEAR WITH FOUR AUTOMATIC ONE-YEAR RENEWALS
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 #25-32 and authorizes a
contract with Comfort Systems USA (Arkansas), Inc. for inspection of backflow prevention equipment on an on -call
basis within the approved budget for one year with four automatic one-year renewals.
PASSED and APPROVED on May 20, 2025
Approved:
Molly Rawn, Mayor
Attest:va
P%
EgYETfEV!ILE "
'��' 9gkAN5PS 2.`
:H��,G70N���J`��•
Kara Paxton, City Clerk Treasurer
Page 1
CITY OF
FAYETTEVILLE
ARKANSAS
MEETING OF MAY 20, 2025
CITY COUNCIL MEMO
TO: Mayor Rawn and City Council
THRU: Steven Dotson, Chief Financial Officer
Waylon Abernathy, Bond Projects & Construction Dir
FROM: Quin Thompson, Facilities & Bldg Maint Manager
SUBJECT: COMFORT SYSTEMS USA (ARKANSAS) INC. (SERVICE CONTRACT):
RECOMMENDATION:
2025-497
Staff recommends award of Bid 25-32 for On -Call services and approval of a contract with Comfort Systems
USA (Arkansas) Inc. for inspection of backflow prevention equipment on an on -call basis for one year with four
one-year automatic renewals.
BACKGROUND:
Backflow testing and inspection services were advertised and bid through the City Procurement Division. The
contract is for a period of one year with an automatic option to renew unless canceled, for four additional one-
year terms. Bids were advertised according the State procurement requirements with responses received from
two vendors. Comfort Systems USA (Arkansas) Inc. is the lowest responsible, responsive bidder. This contract
can be utilized by multiple City departments and divisions on an as -needed, on -call basis.
DISCUSSION:
State statute mandates that backflow prevention devices must be tested annually by a certified tester to ensure
they are functioning properly and to protect the city's water supply from contamination.
Facilities Management is currently responsible for inspection and testing of some 70 devices at an estimated
annual cost of approximately $10,000.
BUDGET/STAFF IMPACT:
This project is funded by 2025 Sales Tax Capital Improvement funds.
ATTACHMENTS: SRF (#3) , Bid 25-32, Appendix A - Bid Tab (#4), Bid 25-32, Appendix B - City Issued Bid
(#5), Bid 25-32, Appendix C - Comfort Systems Bid Submittal (#6), City Of Fayetteville RPZ-1 (#7)
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 #: 2025-497
COMFORT SYSTEMS USA (ARKANSAS), INC. (SERVICE CONTRACT):
A RESOLUTION TO AWARD BID #25-32 AND AUTHORIZE A CONTRACT WITH COMFORT
SYSTEMS USA (ARKANSAS), INC. FOR INSPECTION OF BACKFLOW PREVENTION
EQUIPMENT ON AN ON -CALL BASIS FOR ONE YEAR WITH FOUR AUTOMATIC ONE-YEAR
RENEWALS
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 #25-32 and
authorizes a contract with Comfort Systems USA (Arkansas), Inc. for inspection of backflow prevention
equipment on an on -call basis within the approved budget for one year with four automatic one-year
renewals.
Page 1
Quin Thompson
Submitted By
City of Fayetteville Staff Review Form
2025-497
Item ID
5/20/2025
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
4/30/2025 FACILITIES MANAGEMENT (140)
Submitted Date Division / Department
Action Recommendation:
Staff recommends award of Bid 25-32 for On -Call services and approval of a contract with Comfort Systems USA
(Arkansas) Inc. for inspection of backflow prevention equipment on an on -call basis for one year with four one-year
automatic renewals.
4470.140.8900-5315.00
Account Number
02046.1
Project Number
Budgeted Item? Yes
Does item have a direct cost? No
Is a Budget Adjustment attached? No
Purchase Order Number:
Change Order Number:
Original Contract Number:
Comments:
Budget Impact:
Sales Tax Capital
Fund
Building Improvements
Total Amended Budget
Expenses (Actual+Encum)
Available Budget
Item Cost
Budget Adjustment
Remaining Budget
Project Title
$ 1,045,935.00
$ 8,778.50
Is 1,037,156.50
1,037,156.50
Previous Ordinance or Resolution #
Approval Date:
V20221130
CITY OF
FAYETTEVILLE
ARKANSAS
BID TABULATION
Bid 25-32, Construction - On -Call Backflow Preventer Maintenance
DEADLINE: Thursday, February 27, 2025 at 2:00 PM
Comfort Systems
Arkansas Backflow
USA (Arkansas) Inc.
Consultant, LLC
Line#
Description
QTY
I uom
Extended
Extended
1
Tot a l hourly cost for Backflow Preventer Maintenance
1
Hour
$87.50
$125.00
(this shall be inclusive of all expenses):
2
Markup percentage on any repair materials:
25%
10%
NOTICE: Bid award is contingent upon supplier meeting minimum specifications and lormaI authorization by City Officials.
3�aa5
Am a Beilfuss, curement Director
Kenny Fitch, Sr. Procurement Agent
CITY OF
FAYETTEVILLE 113 W. Mountain
Fayetteville, AR 72701
A R K A N S A S Phone: 479.575.8256
TDD (Telecommunication Device for the Deaf): 479.521.1316
City of Fayetteville, Arkansas
Purchasing Division — Room 306
INVITATION TO BID
Bid 25-32, Construction - On -Call Backflow e)
Preventer Maintenance
G
9�61
DEADLINE: Thursday, February 27, 20 before �VI, Lo �fne
PROCUREMENT DIRECTOR: Amanda Bei abeilf a e to *; . ov
DATE OF ISSUE AND ADVERTISE • 02/0 5 /2025
VIT TO a►
Bid 25-32 Con tr c I — - all w erQter Maintenance
T 1%' V►
nn••
No late bids will be acre to . I shallGbmitt one of the following methods: 1
through the City's third-p lectron' ing p m, or (2) delivering In person via sealed
envelope to the City of vill sing n. Submitting through the City's electronic
bidding platform is s on enco ge
All bids shall be b i accord with the attached City of Fayetteville specifications
and bid document a�d hereto. Each bidder is required to fill in every blank and shall
supply all informat*� uested; failure to do so may be used as basis of rejection.
V
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 25-32, Construction — On -Call Backflow Preventer Maintenance
Page 1 of 15
City of Fayetteville
Bid 25-32, Construction — On -Call Backflow Preventer Maintenance
Advertisement
City of Fayetteville, Arkansas
INVITATION TO BID
Bid 25-32, Construction — On -Call Backflow Preventer Maintenance
The City of Fayetteville is seeking bids from properly licensed contractors for providing backflow preventer
maintenance on an as -needed basis. Any questions concerning the bidding process should be directed to
Amanda Beilfuss, City of Fayetteville Procurement Director, at abeilfuss@fayetteville-ar.gov or bcalling (479)
575-8220.
I
Bidding documents and addenda shall be obtained at the City of Fayette urchasin i sion's electronic
bidding platform at www.fayetteville-ar.gov/bids. All bids shall be r�ec by Thur ebruary 27 2025
before 2:00 PM, Local Time utilizing the electronic i softwar Qsubmit ealed physical bid to
the City of Fayetteville, Purchasing Division address s d Belo ids ar Nbefore the time stated.
Submitting a bid electronically is strongly encc�u r d. A public ' ening w& onducted shortly after the
deadline at City Hall and livestreamed at htt w. outu use c a etteviIlear. No late bids shall
be accepted. The City of Fayetteville shall of e resp for to isdirected bids, or for failure of
Bidder's technical equipment.
Pursuant to Arkansas Code Annota
and women business enterprise
City of Fayetteville encour
small, minority and women b ine.
All interested parties shall be qual
state and local governments V44
The City of Fayetteville
the Contract for a per'
date.
-9rd
e�of Fa ett it e e
Y
onr ive co s for go('
neral co ctors ontrac
pri es
Wall qualified small, minority
:rvices, and construction. Also,
ns of their contract to qualified
licen,4
010 accordance with all applicable laws of the
r+ 0
Mies, to reject bids, and to postpone the award of
beyond ninety calendar days from the bid opening
CG` -
City of Fayett I
By: Amanda Beil uss, Procurement Director
P: 479.575.8220 abeilfuss@fayetteville-ar.gov
TDD (Telecommunications Device for the Deaf): (479) 521-1316
Date of advertisement: 02/02/2025 & 02/09/2025
This publication was paid for by the Purchasing Division of the City of Fayetteville, Arkansas.
Amount paid: $345.40
City of Fayetteville, AR
Bid 25-32, Construction — On -Call Backflow Preventer Maintenance
Page 2 of 15
City of Fayetteville
Bid 25-32, Construction — On -Call Backflow Preventer Maintenance
Required Bid Form — Bid Signature & Online Submittal Reqirements
EXECUTION OF BID:
All bidders shall submit this section, executed and completed in full by an authorized agent of the bidder.
Bidders shall also complete submission through the City's online bidding portal (www.fayetteville-ar.gov/bids)
and complete and submit all required information, which may include:
• Rirl Ottrihi itac
• 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)
I
Actual specification of any deficient item shall be noted on the bid et or se ttachment. If
specifications of item bid differ from provided literature, deviation sha ocumen d certified by the
manufacturer as a regular production option. `
14
PRICE: Bidders shall submit pricing on the Cy's nlin biddital (ww tteville-ar.gov/bids) in the
format presented online.
Refer to the City's electro ding '�m tN4 bid pp�i' g electronically.
Contact the City P c I Di sio to ob cumen cessary to submit a
physical sealed b ev , all bidders ongly ouraged to submit on the
� 4ijW0§onliy� ing p
�� "W �v �V
RID RnND
1
2
3
Each bid shall bo Panied a cashi r' eck from a bank doing business in the State of Arkansas
or a corp t� and i amount' II than five (5) percent of the amount bid. This five (5)
percent t shall b off t to ase bid amount submitted.
In the event a bid s to submit a cashier's check for a bid bond, the check shall be made payable to
the City of Fay AR and received by the Purchasing Division prior to the bid deadline. the actual
physical cast * 's eck shall be delivered to the City prior to the deadline.
UPIo1%
physica
d bond to the City's electronic bidding platform (preferred) OR attach bid bond with
ittal and setting up an in -person delivery appointment with the City Purchasing Division.
Upon signing this Bid, the bidder certifies that:
1. Bidder has read and agrees to the requirements set forth in this bid, including specifications, terms,
standard conditions, and any pertinent information regarding the articles being bid on.
City of Fayetteville, AR
Bid 25-32, Construction — On -Call Backflow Preventer Maintenance
Page 3 of 15
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 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.
4. 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, Firs, and/or
Ammunition Industries, the contractor must notify the contracted public e.Otity in writi
5. The Bidder can and will comply with all specifications and requir Zis for deli Ocumentation and
support as specified herein.
6. Bidder, as an officer of their organization er the at a etter �h6rization, is duly authorized
e to certify the information provided h6\ cura �e. •
7. Bidder shall comply with all State ederal pport d N -Discrimination requirements
and conditions of employment St, ition t ec eral, st d locail I s.
8. Bidder shall disclose a �le co lic of inter h th Cit Fayetteville, including, but not
p
limited to, any relat wit any City of Fa e empl Response shall disclose if a known
relationship exists bet een an p n ilhal or e o e of yo and any City of Fayetteville employee
or elected City of Fayette it icial. If ationshi ts, this should also be stated in your
response. Failure to dis s a relat' hi may r cancellation of a purchase and/or contract
p � � p Y
as a result of your r s Z
NO K N RELATIO SHIP EXISTS
` 2. ONS E lease explain):
` -
9. Bidder willm the Work in compliance with all applicable trench safety standards set forth in
Vq__Y
GB
Occup rfeand Health Administration (OSHA) Part 1926 — Subpart P —Excavations.
10. As s bid er 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
City of Fayetteville, AR
Bid 25-32, Construction — On -Call Backflow Preventer Maintenance
Page 4 of 15
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.
Unsigned bids will be rejected. Items marked * are mandatory for consideration.
*NAME OF FIRM:
Purchase Order/Payments shall be issued to this name
*D/B/A or Corporation Name
*BUSINESS ADDRESS:
*CITY: *STAT
*PHONE: V" F _
*E-MAIL: _^
•
TAX ID NUMBER:U- �N
U ENTITt'��_
*BY: (PRINTED NAME) -dool—� A�
*AUTHORIZED SIGNAT E:
*TITLE: e3s
'qV
Acknowledge Addend
Addendum N ated: Acknowledged by:
Addendum No. Dated: Acknowledged by:
Addendum No. Dated: Acknowledged by:
Addendum No. Dated: Acknowledged by:
City of Fayetteville, AR
Bid 25-32, Construction — On -Call Backflow Preventer Maintenance
Page 5 of 15
*DATE:
City of Fayetteville
Bid 25-32, Construction — On -Call Backflow Preventer Maintenance
General Terms and Conditions
1. SUBMISSION OF BID & BID EVALUATION:
2
3
a
I
C.
e
Bids shall be reviewed following the stated deadline, as shown on the cover sheet of this document.
Bidders 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. Su i ting a bid
electronically is strongly encouraged. A public bid opening will be conduoted short) ft e deadline
at City Hall and livestreamed at htt s: www. outube.com user cit etteviIlea ate bids shall be
accepted. The City of Fayetteville shall not be responsible forlo isdirect s, or for failure of
Bidder's technical equipment. 3�
The City will not be responsible for misyir ed bids. Bi Qbu I d c purchasing Division Office at
(479) 575-8256 to ensure correct rece f iddin c- nts o pening time and date listed on
the bid form. �►
Bidder is advised that excepti06 any erms c ed in4t must be identified in its
response to the bid. Failurean-negN
so e City dec re a erm non-negotiable. Bidder's
desire to take exception abterm w' is lif f m consideration for award.
p �� q Y
Local time is defined T, the ti JiFl*yettevilll ansas o ue date of the deadline. Bids shall be
received before the timeby t A mic cloc ed in the Purchasing Division Office or
electronic clock locatec4n 4�vl's thir tv biddi are.
Bids will be evalu
reserves the rig
l�
•
riv : Faffid N : ' W I ;
No oral interp
documents. All qu
writing via e-mail
the response w
of the con c
the prop
� est interest of the City of Fayetteville
one, or by line item.
The City
►FOR IN TATI OLA-RIFICATION:
tionk4kk b made to N44jrms as to the meaning of specifications or any other contract
estiQ rtaining to the terms and conditions or scope of work of this bid must be sent in
i"rocurement Director. Responses to questions may be handled as an addendum if
ovide clarification to the requirements of the bid. All such addenda shall become part
uments. The City will not be responsible for any other explanation or interpretation of
made or given prior to the award of the contract.
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.
City of Fayetteville, AR
Bid 25-32, Construction — On -Call Backflow Preventer Maintenance
Page 6 of 15
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 1—arrors in the
invitation to bid or in bids submitted. '
e. The City of Fayetteville reserves the right to request any necessar ri ' ations ti nal information,
or data without changing the terms of the bid.
5. COSTS INCURRED BY BIDDERS:
All expenses involved with the re arati rt bmissi o ids to or an work performed in
p p p �� � �, Y
connection therewith, shall be borne sol he bi). No pa will be made for any responses
received, or for any other effort requir r made e bidCD ror to contract commencement.
6. CONFLICT OF INTEREST: V �
61
a. The bidder represents t resen y h o inter �'�and shal .r no interest, either direct or
indirect, which wou o t i any er wit t erfor ce services required hereunder, as
provided in City of F Ile de Section 3 led "Aurt of y of City Employee to Contract with
the City". �
b. All bidders shall prom ti y Ama �ilfuss, Ci urement Director, in writing, of all potential
conflicts of interes �ros sine a i ion, interest, or other circumstance which may
influence or ap ear Ivnflue e N bidder'sj ent or quality of services being provided. Such
written notif4c shall id ti the pr ive business association, interest or circumstance, the
nature of e bidd ay u d request an opinion to the City as to whether the
associate r rest or stan c wo in the opinion of the City, constitute a conflict of interest if
entered into by t. The City ees to communicate with the bidder its opinion via e-mail or
first-class mail it in rty days of receipt of notification.
7. WITHDRAWL lam✓
A bid ma drawn prior to the time set for the bid submittal, based on a written request from an
authorize esentative 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 BID 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 25-32, Construction — On -Call Backflow Preventer Maintenance
Page 7 of 15
9. CONSTITUTIONAL, 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 constitutional, state, and federal directives, orders and laws as applicable to this bid 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 a
departments, municipalities, and counties, the bid prices submitted in
conditions therein, should any said governmental ntity desire
mean all state of Arkansas agencies, the legisla d judicia c
local district school boards, community colt es, unicip li es coy
authorities), which may desire to purchas e ter n ondi is
A�
11. COLLUSION: I� i t � `/1
12
13
The Bidder, by affixing their sign
made without previous unders�
making a bid for the same
collusion, fraud, or other
The City of Fayetteville rese
purchases between th4-4
Freedom of In
work are sub (
presence t�
documen n
(A.C.A. §25- -
assessed for th
or conneNcr
an ,in all
to all G ent agencies,
nce �i s d bid terms and
XI'V. Eligible Users shall
a subdivisions (counties,
other public agencies or
e contract.
r certifies that their bid is
rson, firm or corporation
without outside control,
or's records as such records relate to
s an dN-ments prepared while performing City contractual
oAct. If a Freedom of Information Act request is
,.rmation
tor) will do everything possible to provide the
s prescribed in the Arkansas Freedom of Information Act
uthorized photocopying costs pursuant to the FOIA may be
resolve any disputes shall be in Washington County, Arkansas with Arkansas law
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 25-32, Construction — On -Call Backflow Preventer Maintenance
Page 8 of 15
14. INSURANCE:
The successful Bidder shall provide a Certificate of Insurance in accordance with the following guidelines,
prior to commencement of any work: $1,000,000 Commercial Liability, Statutory Worker's Compensation,
and General Automotive, if applicable. SUCH CERTIFICATE SHALL LIST THE CITY OF FAYETTEVILLE AS AN
ADDITIONAL INSURED. LISTING THE CITY OF FAYETTEVILLE AS A CERTIFICATE HOLDER ONLY IS NOT AN
ACCEPTABLE SUBSTITUTE. CERTIFICATE OF INSURANCE MUST INCLUDE THE ENDORSEMENT SHOWING THE
CITY OF FAYETTEVILLE LISTED AS AN ADDITIONAL INSURED. Insurance shall remain valid, when applicable,
throughout contract completion.
15. 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 fLOnderstood
by bidders prior to submitting a bid on this requirement. ♦ G
16. ADA REQUIREMENT FOR PUBLIC NOTICES & TRANSLATION:
Persons with disabilities requiring reasonable c modatio ticipat i is proceeding/event,
should call 479.521.1316 (telecommunications de or the not lat seven days prior to the
deadline. Persons needing translation of �bi ocument s tact t of Fayetteville, Purchasing
Division, immediately. ` �� •
17. PROCUREMENT POLICY FOR RECYCLE TERIAL
The City of Fayetteville wishes to urage ' d ers to cycled► V" is in fulfilling contractual
obligations to the City and th s Pop:
ra ei II serve a ode o er public entities and private
sector companies.
a►
18. PAYMENTS AND INVOICI '1 o'
The bidder must specify in th !blde exa pany na d address which must be the same as
invoices submitted for aY nresult and of t urther, the successful bidder s responsible
p, ip
for immediately notify' Purcha ' ivision rcompany name change, which would cause
invoicing to change fro nam t the tim e original bid. Payment will be made within thirty
days of invoice rece d. e City ayetteville i ver credit worthy and will not pay any interest, fees, or
penalty for un i yment . ayments processed through bidder's acceptance of Visa at no
additional c t e City f dite p y nt processing. The City will not agree to any nonrefundable
deposit or reta r th I remain p y of the bidder even if the hourly work actually performed by
the bidder would not ' . such fee.
19. CANCELLATION-
G`
a. The Cijor4e s the right to cancel this contract without cause by giving thirty (30) days prior notice to
the a for in writing of the intention to cancel or with cause if at any time the Contractor fails to
fulfill or id 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.
City of Fayetteville, AR
Bid 25-32, Construction — On -Call Backflow Preventer Maintenance
Page 9 of 15
c. In addition to all other legal remedies available to the City of Fayetteville, the City reserves the right to
cancel and obtain from another source, any items and/or services which have not been delivered within
the period of time from the date of order as determined by the City of Fayetteville.
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.
20. 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 shaellrovide wri tice to the
City within thirty (30) calendar days of Contractor's notice of such action upon t rrence of said
action, whichever occurs first. The right to terminate this contrac�ich sh t e unreasonably
exercised by the City, shall include, but not b limited to, ir►stc in whi rporate acquisition
and/or mergerre ownY local t resent a conflict of intere e contrar
p e, or federal laws. Action
by the City awarding a bid to a firm that h di sed its i e o as ubcontract in its response
to the bid, without exception shall co ti proval rposeof reement.
21. NON-EXCLUSIVE CONTRACT:
Award of this bid shall impose no ion on t o u e riendor all work of this type, which
may develop during the contra d. This an excl Isi ntra ty specifically reserves the
right to concurrently contra the om es for ar work ' s such an action to be in the
City's best interest. In t a ultiple cont is pro on II apply separately to each item.
22. LOBBYING: (
Lobbying of selection committ'`✓` bers, Fayett vi employees, or elected officials regarding
request for proposals, re 0or ualifi bids or �ts during the pendency of bid protest, b
q p p q g p Y p Y
the bidder/proposer/pr, s ran r r of t s/propose r's/protector's staff, and agent of the
bidder/proposer/pr testo r an so emplo e any legal entity affiliated with or representing an
organization that is onding t th eques roposal, request for qualification, bid or contract, or has
a pending bi strictl hibite I n advertisement or on a date established by the City of
Fayetteville a s II be prClever,
d unti eith r n award is final or the protest is finally resolved by the City
of Fayetteville; provi not - g herein shall prohibit a prospective/bidder/proposer from
contacting the Fur a in ivision to address situations such as clarification and/or questions related to the
procurement pro s or purposes of this provision lobbying activities shall include but not be limited to,
influencing or ting to influence action or non -action in connection with any request for proposal,
request f cation, bid or contract through direct or indirect oral or written communication or an
attempt to in 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.
23. 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 25-32, Construction — On -Call Backflow Preventer Maintenance
Page 10 of 15
24. ADD OR DELETE LOCATIONS OR SERVICES:
25
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.
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 der wishes
to propose shall be clearly stated in the bidder's response and presented in thieform of an EJ�en+dum to the
original bid documents. � ;�
26. OTHER GENERAL CONDITIONS: %L& .^�
a. Bidder is presumed to be familiar with all fede ate, an
in any manner affect those engaged ore toyed in thel
that in any way affect the Work an X I in aW21n
regulations. No claim of misunderst in or igno
serve to modify the provisions o� e ontract pre
the contract. O
b. Prices shall include all I oterial C rhead
p
products and servic me Sales tax sha i
sales tax laws will app when r c ssalhy but wi Me cor
c. Each bidder should s
delivery of services tp4
I
Bidders must p
bids on be ail
bidder.
e. The City resery
bidders after th
f
vs, r Lies, and regulations which
th ials or equipment used, or
Z th said laws, ordinances, and
idder or Proposer will in any way
/shall *#,- binding unless embodied in
ping, freight, etc., to cover the
in the bid price. Applicable Arkansas
in award of this project.
from the date of receipt of an order for
Nggnby an employee having legal authority to submit
�reparing and providing responses shall be borne by the
t to request an additional information it deems necessary from an or all
q Y Y Y
'ission deadline.
The re�c ►bid is not to be construed as an offer, a contract, or a commitment of any kind; nor does
it co e city to pay for any costs incurred by bidder in preparation. It shall be clearly understood
that any osts 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.
City of Fayetteville, AR
Bid 25-32, Construction — On -Call Backflow Preventer Maintenance
Page 11 of 15
NOTE: Any uncertainties shall be brought to the attention to Amanda Beilfuss immediately via telephone
(479.575.8220) or e-mail (abeilfuss@fayetteville-ar.gov). It is the intent and goal of the City of
Fayetteville Purchasing Division to provide documents providing a clear and accurate understanding of
the scope of work to be completed and/or goods to be provided. We encourage all interested parties to
ask questions to enable all bidders to be on equal bidding terms.
Any inquiries or requests for explanation in regard to the City's requirements should be made promptly
to Amanda Beilfuss via e-mail (abeilfuss@fayetteville-ar.gov). No oral interpretation or clarifications will
be given as to the meaning of any part of this bid. 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.
j. Any information provided herein is intended to assist the bidder in the preparatio cessary to
properly respond to this bid. The bid is designed to provide qualifieclAidders wii9s icient basic
information to submit bids meeting minimum specifications an test requ�ell�ents but is not
� intended to limit a bid's content or to exclude any relevant or gss data.
k. Bidders irrevocably consent that any legal actiQQproce `ainst it arising out of or in any
manner relating to this Contract shay tgLrevailed nsas I der hereby expressly and
irrevocably waives any claim or defen y sai ti or pre di based on any alleged lack of
jurisdiction or improper venue or an i r basis.
1. The successful bidder shall not gn the r any f this 4 r or any monies due or to
become due hereunder wi o writ cnt of of aye n case the successful bidder
assigns all or any part onie du or to b du un is Contract, the Instrument of
assignment shall con us ubstantially to ct tha reed that the right of the assignee in
and to any monies d or to c (!Ndue to e ccessf r shall be subject to prior liens of all
persons, firms, and corpora servic ered or ials supplied for the performance of the
services called for in thi on� V
m. The successful bides ten ' 11 erected t act that all applicable Federal and State laws,
municipal ordin es, nd the r sand regul ions of all authorities having jurisdiction over the services
shall apply o' tract ugh0 t, ill be deemed to be included in the contract as though
written II herei succ s u i der shall keep himself/herself fully informed of all laws,
ordinances reg t n of the Fe tate, and municipal governments or authorities in any manner
affecting those en r employed in providing these services or in any way affecting the conduct of the
services and of rs and decrees of bodies or tribunals having any jurisdiction or authority over same.
If any discr n "or inconsistency should be discovered in these Contract Documents or in the
specifi rein referred to, in relation to any such law, ordinance, regulation, order or decree, s/he
shall f c �v t report the same in writing to City of Fayetteville.
27. ATTACHMENTS TO BID DOCUMENTS:
i. Appendix A: Building Maintenance Backflow List
City of Fayetteville, AR
Bid 25-32, Construction — On -Call Backflow Preventer Maintenance
Page 12 of 15
City of Fayetteville
Bid 25-32, Construction — On -Call Backflow Preventer Maintenance
Scope of Work
1. GENERAL
The City of Fayetteville, Arkansas, hereinafter referred to as "the City", is seeking bids from qualified,
licensed firms to ensure the proper functionality, safety, and compliance of the backflow preventer systems
by conducting testing and providing comprehensive maintenance services for the City of Fayetteville
facilities (see Appendix A for full list). The City anticipates awarding a contract for a one (1) year term with
the option to automatically renew for four (4) additional one (1) year terms.
2. SCOPE OF WORK Q�
G
a. Testing Services
i. Annual Testing: O
1
2
3
b. Maintenance
Perform a full backflow prev test to comp with local and national '
plumbing codes.
Use calibrated test e ant to pert a e of the backflow preventer,
including the pressu �ntial a in e
Check the condi ' check v elief v nd oth itical components for leaks,
corrosion, or ��►
O `
Perform n i al tes go the devi nsure it e ively prevents backflow.
Recor rTT b ' esults to loc orities or ee latory agencies as required.
Provide a det�� ort with esults, rklr mendations for repairs or replacements,
are signs of malfunction or following system
he device fails or if backflow is suspected.
ections and Preventative Maintenance:
rnspect the backflow preventer for physical damage, signs of wear, leaks, and any other
issues that may affect its operation.
2. Clean all components including the check valves, air gaps, and relief valves.
3. Lubricate moving parts to ensure smooth operation and prevent corrosion.
4. Ensure all connections are secure and properly tightened.
5. Verify system pressure and ensure that it falls within the manufacturer's recommended
range.
City of Fayetteville, AR
Bid 25-32, Construction — On -Call Backflow Preventer Maintenance
Page 13 of 15
ii. Repairs and Replacements:
INS
:J
1. Address minor repairs such as sealing leaks, replacing damaged gaskets, and/or fixing
valves.
2. Replace worn or faulty components (e.g., check valves, seals, springs) to ensure optimal
performance.
3. Provide recommendations if the entire backflow preventer is beyond repair or at the end
of its useful life.
iii. System Upgrades (if applicable):
1. Recommend upgrades or modifications to bring the backflow preventer it ompliance
with current codes or to improve system efficiency.
2. Replace outdated or obsolete parts to maintain syste lability.
iv. Documentation and Reporting: O
1. Provide a comprehensive se vice port of e ch mai e visit, including details of
p p � �� g
inspections, repairs, an 4 ments d
2. Keep a log of all testin m 'ntenan repairmed on the backflow preventer.
3. Maintain all reco e readily le fo u Yeferen and regulatory compliance.
4. Submit repo pro a e r ulator ge ies. `
v
Compliance and Sta �0
i. Adhere to all I al, st a Ntional and reg s for backflow prevention.
ii. Ensure all services are perform certifi ofessionals with experience in backflow
prevention de
iii. Maintain c li ce �01, fety, and health standards during testing and
mainten ce o eration
Frequen Nehedulin
i. Perf m ba sting ann or more frequently as required by local ordinances.
ii.
r
e. Exclusio
tenance inspections at least once per year, with additional visits as
i performance or user requirements.
se services for backflow preventer failures or urgent issues.
This scope of work does not include the installation of new backflow prevention devices or major
system overhauls.
ii. Services beyond standard maintenance, such as system replacements or upgrades due to
regulatory changes.
City of Fayetteville, AR
Bid 25-32, Construction — On -Call Backflow Preventer Maintenance
Page 14 of 15
f. City Responsibilities
Ensure access to the backflow prevention device for testing and maintenance.
Inform the Contractor of any operational concerns, unusual occurrences, and/or visible signs of
damage to the system.
iii. Ensure that any necessary permits or authorizations for testing and repairs are obtained in
advance.
3. PRICING
a. Hourly labor rates and markup percentages bid shall include, but is not limited to, all labor cost,
insurance, mobilization, overhead, profit, travel time, bonding, mileage, etc. Prices quote II be firm
for the term of the contract. The City shall not be charged any additional fens includin t limited
to, insurance premiums, mobilization, fuel surcharges, etc. 2CIr
b. Regarding the bid line items involving markup centages o a r Is: Marcentage shall be
input as a DECIMAL amount. For example, if r desire a mar f 0%, this percentage
would need to be inserted in the bid table ".1 to cal Ie 10% i over the cost of the
material. ' ,�►
c. Each bid shall be accompanied by is the a b `business in the State of Arkansas
or a corporate bid bond in an a not les Tve Hof the ount bid. This five 5
p �� ( ( )
percent amount shall be bas he tota bid am un mi re to submit a valid bid
bond or cashier's check s ult in id r�I ion.
V
i. In the event opts to submit a casAIPeck fo id ond, the check shall be made
to the it of F e to ' le AR a r eived b rchasin Division prior to the bid
payable Y �'i � �� g
deadline. the actual cashie '� k shall ered to the City prior to the deadline.
ii. Upload 5% bid �o a City' tronic bi latform (preferred) OR attach bid bond with
physical sub t d settir� in -per every appointment with the City Purchasing
Division.
•
d. Projects e 50,00 1 requir i arate performance and payment bonds AFTER Council
approva . I cost off rmanc and yment bond is allowed to be charged to the City at an
additional f .
i. Any sing ct exceeding $50,000 will require the Contractor to have a valid Arkansas
Contra to License.
END OF SCOPE OF WORK
City of Fayetteville, AR
Bid 25-32, Construction — On -Call Backflow Preventer Maintenance
Page 15 of 15
*List subject to change
Appendix A
Property Type
Customer
TRAC
Facility
Address
Make
Type
Serial
Model
Size
Location
1
Government
City of Fayetteville
46AF48
Rock Street Annex
100 W Rock St
Wilkins
RP
ACP6019
975XL2
1.5"
Mechanical room top floor
2
Government
City of Fayetteville
30E437
Fire Station 3
1050 S Happy Hollow Rd
Wilkins
DC
126880
350
2.5"
In truck bay along north wall
3
Government
City of Fayetteville
30E437
Fire Station 3
1050 S Happy Hollow Rd
Wilkins
DC
2700059
350
0.75"
In truck bay along north wall
4
Government
City of Fayetteville
30E437
Fire Station 3
1050 S Happy Hollow Rd
Wilkins
RP
2544187
975XL
2"
In truck bay along north wall
51
Government
City of Fayetteville
30E437
Fire Station 3
1050 S Happy Hollow Rd
Wilkins
DCDA
COO121
350D
2.5"
In truck bay along north wall
6
Government
City of Fayetteville
F40080
Administration
113 W Mountain St
Wilkins
DC
2848686XLD
950XL
0.75"
Basement computer training room
7
Government
City of Fayetteville
F40080
Administration
113 W Mountain St
Watts
RP
340576
909QT
2"
Basement mech room - top assembly
8
Government
City of Fayetteville
F40080
Administration
113 W Mountain St
Watts
RP
344700
909QT
0.75"
In basement mech room south wall
9
Government
City of Fayetteville
F40080
Administration
113 W Mountain St
Watts
RP
344711
909QT
0.75"
3rd floor in mech room south wall
10
Government
City of Fayetteville
F40080
Administration
113 W Mountain St
Wilkins
DCDA
V16123
350ADA
4"
Basement computer training room
11
Government
City of Fayetteville
F40080
Administration
113 W Mountain St
Wilkins
RP
ACO4384
I 975XL2
2"
Basement mech room - bottom assembly
12
Government
City of Fayetteville
EB2BD9
Fleet/ Transportation
1525 S Happy Hollow Rd
Watts
DC
26041
007M1QT
0.75'
In mech room behind office
13
Government
City of Fayetteville
EB2BD9
Fleet/ Transportation
1525 S Happy Hollow Rd
Watts
DCDA
111325
709
n mech room behind office
14
Government
City of Fayetteville
5DEFA7
Solid Waste & Recycling
1560 S Happy Hollow Rd
Ames
DC
42626
2050BM3
5"
Mech room on northside of building
15
Government
City of Fayetteville
5DEFA7
Solid Waste & Recycling
1560 S Happy Hollow Rd
Ames
DCDA
QC-046VNL
Colt 300BF
Mech room on northside of building
16
Government
City of Fayetteville
5DEFA7
Solid Waste & Recycling
1560 S Happy Hollow Rd
Wilkins
RP
273
975XL
.25"
In mech room by mop sink - top assembly
17
Government
City of Fayetteville
5DEFA7
Solid Waste & Recycling
1560 S Happy Hollow Rd
Wilk
RP
♦ 7 35
975
1.25"
In mech room by mop sink - bottom assembly
18
Government
City of Fayetteville
5DEFA7
Solid Waste & Recycling
1560 S Happy Hollow Rd
W in
RP
9
97 2 lk
2"
Mech room on northside of building
19
Government
City of Fayetteville
E72AAC
Animal Services
1640 S Armstrong Ave
Wa
RP
365
t701
1"
1630 building in mech roomA,A bottom assemblyA,A
20
Government
City of Fayetteville
E72AAC
Animal Services
1640 S Armstrong Ave
atts
R
438704
T
1"
Main building - in mech room
21
Government
City of Fayetteville
E72AAC
Animal Services
1640 S Armstrong Ave
is
4344
09QT
1"
1630 building in mech room top assembly
22
Government
City of Fayetteville
2AOOCO
Compost
1708 S Happy Hollow Rd &4
ilkins
RP
1064
975XL
1"
Truck bay along south wall
23
Government
City of Fayetteville
2AOOCO
Compost
1708 S Happy Hollow Rd
Wilkins 000
RP
A
975XL2
1.5"
In truck bay along west wall
24
Government
City of Fayetteville
4D3719
Fleet Car Wash
1720 S Happy Hollow Rd
W i I
RP
3
375
1 3"
In mech room in between bays.
25
Government
City of Fayetteville
FCOD2C
Courts/Prosecutor
176 S Church Ave
Apollo b o
DC
1 467
600
4"
In mech room along north wall
26
Government
City of Fayetteville
FCOD2C
Courts/Prosecutor
176 S Church
i n
P
29029
XL
2"
In mech room southeast corner
27
Government
City of Fayetteville
FCOD2C
Courts/Prosecutor
176 S Chur
Ap onbraco
C
181
DC4A
0.5"
In mech room along north wall
28
Government
City of Fayetteville
FCOD2C
Courts/Prosecutor
176 S Ch h e
ilkins
Y405
975XL2
0.75"
In mech room along north wall
29
Commercial
City of Fayetteville
NUKGCK
Police Dept HQ
1800 N Steph or al Blvd
Wilkins
RP
9C
375AST
3"
Northeast corner of building in mechanical room with water heater
30
Commercial
City of Fayetteville
NUKGCK
Police Dept HQ
1800 N Stephe Carr Mem ial Ivd
Am
DCDA
5
LFColt 300BF
6"
Mechanical room on east side of building
31
Commercial
City of Fayetteville
NUKGCK
Police Dept HQ
1800 N Stephen arr M rial
s
DC
562
LF007M3QT
0.75"
In mechanical room on the east side of building
32
Commercial
City of Fayetteville
NUKGCK
Police Dept HQ
1800 N Stephen Carr M n vd
P
CG2225
975XL2
1.5"
In mechanical room on west side of building by water heater Northeast building
33
Irrigation
City of Fayetteville
769NKT
Police Dept HQ
1800 N Stephen r M al Blvd
ilkins
ACH5241
975XL2
2"
Next to water meter SE Corner next to main building
34
Commercial
City of Fayetteville
QMBEFT
Fire Station 9
2250 ve
Wilkins
ACG7065
975XL2
2"
In mech room top rp
35
Commercial
City of Fayetteville
QMBEFT
Fire Station 9
22 S ch Ave
Wilki
RP
ACF9476
975XL2
2"
In mech room bottom rp
36
Commercial
City of Fayetteville
QMBEFT
Fire Station 9
2250 S ool Av
Ames
DCDA
UL-2280
LFColt 300BF
2.5"
In mech room
37
Commercial
City of Fayetteville
QMBEFT
Fire Station 9
OSchool Ave
s
DC
1 5045
LF007M3QT
0.75"
In meth room
38
Government
City of Fayetteville
GY2CDR
Fire Station 8
2 W Deank
A
DCDA
VB-0182
LFColt 300BF
2.5"
In mech room
39
Government
City of Fayetteville
GY2CDR
Fire Station 8
2266 W D
NMttf
DC
4696
LF007M3QT
0.75"
In mech room
40
Government
City of Fayetteville
GY2CDR
Fire Station 8
2266 W e
Wilkins
RP
ACF3719
975XL2
2"
In mech room
41
Government
City of Fayetteville
F2C107
Water/Sewer Operations
24 ial Dr
Wilkins
DCDA
V01372
350ADA
4"
Southend of hallway
42
Government
City of Fayetteville
F2C107
Water/Sewer Operations
2 n strial Dr
Wilkins
DC
2064486XLD
950XL
0.75"
Southend of hallway
43
Irrigation
City of Fayetteville
5A302E
Fire Training
orick Dr Yd
Wilkins
RP
4366713
975XL
1"
Eastside of drive by water meter box
44
Government
City of Fayetteville
805E3A
Fire Station 5
2 N Crossover Rd
Watts
RP
A09199
009M2QT
2"
In truck bay along west wall
45
Government
City of Fayetteville
805E3A
Fire Station 5
9 N Crossover Rd
Watts
RP
25569
9
2.5"
In truck bay along west wall
46
Government
City of Fayetteville
805E3A
Fire Station 5
2979 N Crossover Rd
Wilkins
DCDA
23750
350ADA
4"
In truck bay along west wall
47
Government
City of Fayetteville
805E3A
Fire Station 5
2979 N Crossover Rd
Wilkins
DC
2362596XLD
950XL
0.75"
In truck bay along west wall
48
Irrigation
City of Fayetteville
1636BE
Fire Station 5 11ir2979
N Crossover Rd Yd
Wilkins
RP
2620389
975XL
1"
In front yard by water meter box
49
Commercial
City of Fayetteville
2X23VS
West Ave Parking Deck
325 N WEST Ave
Wilkins
RP
ACK1483
975XL2
2"
Mechanical room 105
50
Government
City of Fayetteville
1.00E+31
Fire Station 4
3385 N Plainview Ave
Ames
DC
7299
2000E
0.75"
In bay along south wall
51
Government
City of Fayetteville
1.00E+31
Fire Station 4
3385 N Plainview Ave
Ames
DCDA
101050
3000SS
2.5"
In bay along south wall
52
Government
City of Fayetteville
1.00E+31
Fire Station 4
3385 N Plainview Ave
Wilkins
RP
890532
975XL
2"
In bay along south wall
53
Government
City of Fayetteville
1.00E+31
Fire Station 4
3385 N Plainview Ave
Watts
PVB
3027
LF800M4QT
2"
Inside bay between doors
54
Government
City of Fayetteville
C9C9E8
Fire Marshal
4140 S School Ave
Wilkins
RP
ABB09841
975XL2
0.75"
South of building behind fence in hotbox
55
Government
City of Fayetteville
6467F9
Parking/Sustainability
416 W Spring St
Wilkins
RP
4000948
975XL2
1"
Inside mech room
56
Irrigation
City of Fayetteville
D04661
Marion Orton Recycling Center
735 W North St
Wilkins
RP
A220395
375
1"
Ne corner of parking lot
57
Commercial
ARTS LIVE THEATRE
77A63F
Community Resources
818 N Sang Ave
Wilkins
RP
4697814
975XL2
0.75"
Mechanical room by water heater feeds both units
58
Government
City of Fayetteville
5EE04F
Fire Station 7
835 N Rupple Rd
Wilkins
RP
1953744
975XL
2"
In bay along south wall - bottom assembly
59
Government
City of Fayetteville
5EE04F
Fire Station 7
835 N Rupple Rd
Wilkins
RP
AOO6348
975XL2
2"
In bay along south wall - top assembly
60
Government
City of Fayetteville
FDCBBA
Fire Station 6
900 S Hollywood Ave
Watts
DCDA
1067200504
774
2.5"
In truck bay on south wall
61
Government
City of Fayetteville
FDCBBA
Fire Station 6
900 S Hollywood Ave
Watts
DC
10216
007M2QT
0.75"
In truck bay on south wall
62
Government
City of Fayetteville
FDCBBA
Fire Station 6
900 S Hollywood Ave
Wilkins
RP
B-22770
975XL
2.5"
In truck bay on south wall
63
Government
City of Fayetteville
FDCBBA
Fire Station 6
900 S Hollywood Ave
Watts
PVB
1487
800M4QT
2"
In truck bayA,A between doors
64
Government
FAYETTEVILLE SENIOR CENTER
A4791C
Fayetteville Senior Center
945 S College Ave
Ames
DCDA
124361-0103
3000SS
6"
In basement along south wall
65
Government
FAYETTEVILLE SENIOR CENTER
A4791C
Fayetteville Senior Center
945 S College Ave
Watts
DC
55291
007M1QT
0.75"
In basement along south wall
66
Government
FAYETTEVILLE SENIOR CENTER
A4791C
Fayetteville Senior Center
945 S College Ave
Watts
RP
57351
009M3QT
0.75"
In basement along east wall
67
Government
FAYETTEVILLE SENIOR CENTER
A4791C
Fayetteville Senior Center
945 S College Ave
Watts
RP
385393
909M1QT
2"
South assembly in food storage room
68
Government
FAYETTEVILLE SENIOR CENTER
A4791C
Fayetteville Senior Center
945 S College Ave
Watts
RP
385395
909M1QT
2"
North assembly in food storage room
Bid 25-32, Addendum 1 CITY OF
_ Date: Friday, February 21, 2025 FAYETTEVILLE
' A R K A N S A S
To: All Prospective Vendors
From: Amanda Beilfuss — 479.575.8220 — abeilfuss@favetteville-ar.gov
RE: Bid 25-32, Construction — On -Call Backflow Preventer Maintenance
This addendum is hereby made a part of the contract documents to the same extent as though it were originally
included therein. Interested parties should indicate their receipt of same in the appropriate bl f the Bid.
BIDDERS SHALL ACKNOWLEDGE THIS ADDENDUM ON THE DESIGNATED LOCATICLtl ON THE BCF M.
•
2&w
1. The Bid Bond requirement has be oved. �? BontQ o
to submit on this bid.
City of Fayetteville, AR
Bid 25-32, Addendum 1
longer required
Page 111
Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain -Fayetteville, AR 72701
CITY OF
Wo" FAYETTEVILLE
ARKANSAS
Bid 25-32 Addendum 1
Comfort Systems (USA) Arkansas z
Supplier Response �� �(� G
G on'-
Event Information
Number: Bid 25-32 Addend
Title: Construction - O'Backfl vent nance
Type: Invitation to
Issue Date: 2/2/2025
Deadline: 2/27/202 0 :00 P
Notes: The C' ette ZIRr0
e i flicensed
Y
co fQ&vroviding bac ireven intenance on an as -
nee ed b i anuesti c cerni the idding process should
be direct da ' iss. CiN etteville Procurement
Dire r,
Con rma
Cont : Amand
Iq
ass Sr. r ing Agent
Addres Pu�
6
i all
Wes n ain Street - Room 306
ayett i R 72701
E il- abeifayetteville-ar.gov
G
Page 1 of 3 pages Vendor: Comfort Systems (USA) Arkansas Bid 25-32 Addendum 1
Comfort Systems (USA) Arkansas Information
Contact:
Brad Kuhl
Address:
9924 Landers Road
4806 Rixey Road
North Little Rock, AR 72117
Phone:
(479) 770-8992
Fax:
(479) 770-0801
Email:
bkuhl@comfortar.com
Web Address:
www.comfortar.com
By submitting your response, you certify that you are authorized to represent and bind your company.
Brad Kuhl
Signature
Submitted at 2/27/2025 09:55:12 AM (CT)
uested Attachments
W
bkuhl comfortar.c G
Email
♦ p �.
CG
• ��►
.Cj �� 4� �. sto
♦ �� • Bid 2 - ��ect
Signature Forms for Bid 25-32 X Man eollect 25.pdf
Please attach your completed forms. ThesRNO,
umenit found i Qh h5a Found in the Attachments
tab. Please be sure to include ALL requ'matI t d in t t Manu
Bid Attributescl �* ".6
O
1
Arkansas Secretary of St Ali g b r:
811120406
2
Arkansas Contractor Lice tuber:
0004460625
3
Check Yes or No:*
Pursuant Arka e Annot 5-1- 3 e ontractor agrees and certifies that they do not currently
boycott Israel an ' noVhDyNs ael durin ti e in which they are entering into, or while in contract,
with any public enti y as§25-1 3. I at any time during contract the contractor decides to boycott
Israel, the contractore co d public entity in writing.
❑✓ Yes, I agree O
❑ No, I don't agr
4
Check Yes %Q:
Pursuant Arkansas C de tated §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.
10 Yes, I agree
❑ No, I don't agree
Page 2 of 3 pages Vendor: Comfort Systems (USA) Arkansas Bid 25-32 Addendum 1
5 Addendum Acknowledgement:
By selecting "I agree", you acknowledge that you have read and understand any addendums that have been issued
for this bid.
Z I agree
Bid Lines
1 Total hourly cost for Backflow Preventer Maintenance (this shall be inclusive of all expenses):
Quantity: 1 UOM: Hour Price: I Total: 1 $87.50
Item Notes: Please provide cost for 1 hour of maintenance, inclusive of travel, access, etc. Amount of hours needed
will vary.
2 Markup percentage on any repair materials:
` O R se 87.50
G !SO
0
o
G
� o �
J
� O
�O
G O
O
G
Page 3 of 3 pages Vendor: Comfort Systems (USA) Arkansas Bid 25-32 Addendum 1
Beilfuss, Amanda
From: Kuhl, Brad <BKuhl@comfortar.com>
Sent: Thursday, February 27, 2025 3:01 PM
To: Beilfuss, Amanda
Subject: Re: Bid 25-32 Clarification
Attachments: Outlook-ek31 gmw1
CAUTION: This email originated from outside of the City of Fayetteville. Do not click links or open attachments unless you recognize
the sender and know the content is safe. A
Yes it is 25%, 1 thought I had put it correctly, but I may not have.
Thank you.
G
Brad Kuhl
Solutions Consultant NWA, HVAC/Plumbing `
116 Commercial Ave Lowell, AR 72745
Cell: 501-539-4011. Office: 479-770-8992
email: BKuhl(a)comfortar.com
comfortsystemsusa.com I NYSE: FIX
O �
COMFORT �/� G
SYSTEMS %WUA. `
Oua ty Peopie. Bwktup Sotutwns
CX3
From: Beilfuss, Am ' Ilfuss@f teville-a
Sent: Thursday, F 7,202
To: Kuhl, Brad <BKu I com co >
Subject: Bid 25-32 C11 rificat'
WARNING: External Em O
:\4* N
Good afternooQQ O
We are reviewing the bic received and I just wanted to clarify your percentage amount.
2 Markup percentage on any repair materials:
Tcta
Is .25% correct? Or is this supposed to be 25%?
Thankyou!
1
Amanda Beilfuss
Procurement Director
City of Fayetteville, Arkansas
479-575-8220
fayetteville-ar.gov
z
City of Fayetteville, Arkansas
CITY OF Purchasing Division — Room 306
is FAY E T T E V I L L E 113 W. Mountain
Fayetteville, AR 72701
A R K A N S A S Phone: 479.575.8256
TDD (Telecommunication Device for the Deaf): 479.521.1316
Bid 25-32, Construction - On -Call Backflow
Preventer Maintenance
DEADLINE: Thursday, February 27, 20
PROCUREMENT DIRECTOR: Amanda Bei
DATE OF ISSUE AND ADVERTISEMA;
Bid 25-32
No late bids will be acc
through the City's third -
envelope to the City of(
bidding platform is soon
If 36WN
All bids shall beVnik
and bid documents,
supply all informat<
^�6
r Maintenance
�hOone of the following methods: (1)
, or (2) delivering in person via sealed
i. Submitting through the City's electronic
3n,@ewith the attached City of Fayetteville specifications
wEach bidder is required to fill in every blank and shall
re to do so may be used as basis of rejection.
The undersigned hereb7keffers 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 25-32, Construction — On -Call Backflow Preventer Maintenance
Page 1 of 15
City of Fayetteville
Bid 25-32, Construction — On -Call Backflow Preventer Maintenance
Advertisement
City of Fayetteville, Arkansas
INVITATION TO BID
Bid 25-32, Construction — On -Call Backflow Preventer Maintenance
The City of Fayetteville is seeking bids from properly licensed contractors for providing backflow preventer
maintenance on an as -needed basis. Any questions concerning the bidding process should be directed to
Amanda Beilfuss, City of Fayetteville Procurement Director, at abeilfuss@fayetteville-ar.gov or bcalling (479)
575-8220.
I
Bidding documents and addenda shall be obtained at the City of Fayette urchasin i 'sion's ctronic
bidding platform at www.fayetteville-ar.gov/bids. All bids shall be r�ec
before 2:00 PM, Local Time utilizing the electronic i softwar
the City of Fayetteville, Purchasing Division addres s d belo ids
Submitting a bid electronically is strongly enc oura ed. A public ening
deadline at City Hall and livestreamed at htt w. outu use c
be accepted. The City of Fayetteville shall Wob resp for to
Bidder's technical equipment.
Pursuant to Arkansas Code Ann
and women business enterpris
City of Fayetteville encour
small, minority and women
All interested parties shall be qual
state and local governments V44
The City of Fayetteville
the Contract for a per'
date.
-9-2 Pei y of Fa ett it e en
Yon de cos for goQ,�
eral co Jrctors ontr
pri es.
►by Thur �bruar 2025
ubmit eale,�d bid to
ar before e stated.
n onduc rtly after the
✓�fifavettevi o late bids shall
isdirectkclWs, or for failure of
ragtSall qualified small, minority
>rvices, and construction. Also,
ns of their contract to qualified
lice `d�accordance with all applicable laws of the
wKties, to reject bids, and to postpone the award of
beyond ninety calendar days from the bid opening
O�
G �
City of Fayett I
By: Amanda Beil uss, P ocu ent Director
P: 479.575.8220 abeilf ayetteville-ar.gov
TDD (Telecommunications Device for the Deaf): (479) 521-1316
Date of advertisement: 02/02/2025 & 02/09/2025
This publication was paid for by the Purchasing Division of the City of Fayetteville, Arkansas.
Amount paid: $345.40
City of Fayetteville, AR
Bid 25-32, Construction — On -Call Backflow Preventer Maintenance
Page 2 of 15
City of Fayetteville
Bid 25-32, Construction — On -Call Backflow Preventer Maintenance
Required Bid Form — Bid Signature & Online Submittal Reqirements
EXECUTION OF BID:
All bidders shall submit this section, executed and completed in full by an authorized agent of the bidder.
Bidders shall also complete submission through the City's online bidding portal (www.fayetteville-ar.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) e)
I
Actual specification of any deficient item shall be noted on the bid et or se Pttachment. If
specifications of item bid differ from provided literature,
manufacturer as a regular production option.
PRICE: Bidders shall submit pricing on the City 's online
format presented online.
Refer to the City's electrq`b►idding nE
", jq
Contact the Cij2evj,,
ng Di 'sio to
physical sealedall bidders
"§onli�
deviation sha ocumen �� certi . the
G `
biddi �tal (ww ttevillegiiii bids) in the
bid Okieffg1electronically.
N- ..
kcu ' cessary to submit a
ongl c uraged to submit on the
inAp
BID BOND:
1. Each bid shall b co panied a cashier' from a bank doing business in the State of Arkansas
or a corpt and iNktAld^b
ou than five 5 percent
� ()
percent t shall`b se bid amount submitted.
A�
of the amount bid. This five (5)
In the event a Sd�N s to su i ashier's check for a bid bond, the check shall be made payable to
the City of Fay, ARlan ived by the Purchasing Division prior to the bid deadline. the actual
physical cast
UPIo1%
physica
Upon signing this Bid, the
ivered to the City prior to the deadline.
electronic bidding platform (preferred) OR attach bid bond with
ing up an in -person delivery appointment with the City Purchasing Division.
Bidder has read and agrees to the requirements set forth in this bid, including specifications, terms,
standard conditions, and any pertinent information regarding the articles being bid on.
City of Fayetteville, AR
Bid 25-32, Construction — On -Call Backflow Preventer Maintenance
Page 3 of 15
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 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.
4. 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, Firs, and/or
Ammunition Industries, the contractor must notify the contracted public e.Otity in writi
5. The Bidder can and will comply with all specifications and requir Zis for deli Ocume and
support as specified herein. •
Cj
6. Bidder, as an officer of their organization+IiSCP
er the at a etter �h6rizatio �y authorized
to certify the information provided hecura �e.
7. Bidder shall comply with all State ederalpport d N ,ination requirements
and conditions of employment ition t e eral st d local I s.
�
8. Bidder shall disclose a p s�ble co lic of inter h th ayetteville, including, but not
limited to, any relat wit any City of Fa e em esponse shall disclose if a known
relationship exists be een an p n ilhal or e o e of yo fir and any City of Fayetteville employee
or elected City of Fayette it icial. If ations�ifsts, this should also be stated in your
response. Failure to dis s a relat hi may in cancellation of a purchase and/or contract
p � � p Y
as a result of your r s
NO K N RELATI EXISTS
•
` 2. .4ONS (Please explain):
N
9. Bidder will
the Tn compliance with all applicable trench safety standards set forth in
Occup a a h Administration (OSHA) Part 1926 —Subpart P — Excavations.
10. As s bid er on is ect, you are required to provide debarment/suspension certification indicating
that you are i pliance 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
City of Fayetteville, AR
Bid 25-32, Construction — On -Call Backflow Preventer Maintenance
Page 4 of 15
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.
Unsigned bids will be rejected. Items marked * are mandatory for consideration.
*NAME OF FIRM:
Purchase Order/Payments shall be issued to this name
*D/B/A or Corporation Name
*BUSINESS ADDRESS:
*CITY:
4F
QJ`
*STATE: - �N�.►
'
�N * `Q
PHONE: F
*E-MAIL:
TAX ID NUMBER: 74-28 U ENTI
*BY: (PRINTED NAME)
*AUTHORIZED SIGNAT E:ej
•
*TITLE: e3s
4%�
Acknowledge Addend
O
Addendum N ated: Acknowledged by:
Addendum No. a e Acknowledged by:
Addendum No. Dated: Acknowledged by:
Addendum No. Dated:
Acknowledged by:
City of Fayetteville, AR
Bid 25-32, Construction — On -Call Backflow Preventer Maintenance
Page 5 of 15
*DATE:
City of Fayetteville
Bid 25-32, Construction — On -Call Backflow Preventer Maintenance
General Terms and Conditions
1. SUBMISSION OF BID & BID EVALUATION:
2
3
a
I
C.
e
Bids shall be reviewed following the stated deadline, as shown on the cover sheet of this document.
Bidders 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. Su i ting a bid
electronically is strongly encouraged. A public bid opening will be conduoted short) Pate
e deadline
at City Hall and livestreamed at htt s: www. outube.com user cit etteviIlea bid shall be
accepted. The City of Fayetteville shall not be responsible forlo isdirect s, or fNre of
Bidder's technical equipment.
CG
The City will not be responsible for mis�irg. ted bids. Bi ould c urchasiePxiision Office at
(479) 575-8256 to ensure correct rec f iddin c�nts o peni ate listed on
the bid form. ��►"
Bidder is advised that exce ti an erms c ed in th must be identified in its
p Y �' '
response to the bid. Failur o e City dec re an h term non-negotiable. Bidder's
p �° Y Y g
desire to take exception of�i-neg 'ab term w' 0 isq m consideration for award.
Local time is defined the h i F2lyettevillansas o the ue date of the deadline. Bids shall be
received before the timeby t Amic clo�4cc ted in the Purchasing Division Office or
electronic clock located in 4�vl's third Vtv biddinaMware.
Bids will be evalu
reserves the rig
l�
•
r
riv \ , , \ 4!
No oral interpr%o
documents. All qu
writing via e-mail
the response w
of the con c c
the prop
Z`st interest of the City of Fayetteville
�4ne, or by line item.
The City
)ade k *Oms as to the meaning of specifications or any other contract
iing Xpterms and conditions or scope of work of this bid must be sent in
Director. Responses to questions may be handled as an addendum if
dZRfiion to the requirements of the bid. All such addenda shall become part
►City will not be responsible for any other explanation or interpretation of
prior to the award of the contract.
DESCRIPTION OF SPAS 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.
City of Fayetteville, AR
Bid 25-32, Construction — On -Call Backflow Preventer Maintenance
Page 6 of 15
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 1—arrors in the
invitation to bid or in bids submitted. '
e. The City of Fayetteville reserves the right to request any necessar ri ' ations ti nal inflation,
or data without changing the terms of the bid.
5. COSTS INCURRED BY BIDDERS:
G
All expenses involved with the re arati it bmissi o ids to or an k performed in
p p p �� � �,
connection therewith, shall be borne sol �c he bi). No pa will be a or any responses
received, or for any other effort requir r made e bid r I r to ct� commencement.
6. CONFLICT OF INTEREST:
a. The bidder represents t resen y h o inter and shad q ' e no interest, either direct or
indirect, which wou c t any er wit t erfor services required hereunder, as
provided in City of F lle defection 3 led "Aut r' of City Employee to Contract with
the City". ` C7
b. All bidders shall prom ti y Ama �ilfuss, C' r urement Director, in writing, of all potential
conflicts of interes �ros siness ' tion, interest, or other circumstance which may
influence or ap ear nflue e h bidder' �ent or quality of services being provided. Such
written notif4c shall id ti the pro e business association, interest or circumstance, the
nature of e bidd ay u and request an opinion to the City as to whether the
associate i rest or stance u the opinion of the City, constitute a conflict of interest if
entered into by t. The ' y a ees to communicate with the bidder its opinion via e-mail or
first-class mail t in rty da r eipt of notification.
7. WITHDRAWL lam✓
A bid ma drawn i to the time set for the bid submittal, based on a written request from an
authorize esen ti e he firm; however, a bid shall not be withdrawn after the time set for the bid
unless approved b the chasing Division.
8. LATE BID 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 25-32, Construction — On -Call Backflow Preventer Maintenance
Page 7 of 15
9. CONSTITUTIONAL, 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 constitutional, state, and federal directives, orders and laws as applicable to this bid 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: Q,
Unless otherwise stipulated by the bidder, the bidder agrees to make av IabTe to all G ent agencies,
departments, municipalities, and counties, the bid prices submitted in<crdance s d bid tis and
conditions therein, should any said governmental tity desire uu`� u``nder t i . Eligi ``shall
mean all state of Arkansas agencies, the le islat e a d udicia ales, a subdi*i n counties,
g g 1 � p
local district school boards, community coll es, unicip lies count' �r other agencies or
authorities), which may desire to purchas e ter n onditio e contr t.
11. COLLUSION: /� i t tk
The Bidder, by affixing their signat - i:his bidVwor1r5 to �j%Ting: ' ?"fertifies that their bid is
made without previous unders agre conne wit any rson, firm or corporation
making a bid for the same ' ) and r ces an in all rvs c fair, without outside control,
collusion, fraud, or othe is ga action.
12. RIGHT TO AUDIT FOIA A JU IncI : N `
a. The City of Fayetteville resA4 s e privile uditin v 2or's records as such records relate to
purchases between th4Q4n said v
Freedom of Info matiVct: Ci�i�n'Nacts and%L�hents prepared while performing City contractual
work are suble WtheArka`s` eedom rmation Act.If a Freedom of Information Act request is
presente ville, t ( ractor) will do everything possible to provide the
documenn proely m e a rescribed in the Arkansas Freedom of Information Act
(A.C.A. §25- -101ly ally authorized photocopying costs pursuant to the FOIA may be
assessed for thi c
kO
Legal juris4 o resol��11+r disputes shall be in Washington County, Arkansas with Arkansas law
13.INDEMNIFICATION
The successful biddINI 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 25-32, Construction — On -Call Backflow Preventer Maintenance
Page 8 of 15
14. INSURANCE:
The successful Bidder shall provide a Certificate of Insurance in accordance with the following guidelines,
prior to commencement of any work: $1,000,000 Commercial Liability, Statutory Worker's Compensation,
and General Automotive, if applicable. SUCH CERTIFICATE SHALL LIST THE CITY OF FAYETTEVILLE AS AN
ADDITIONAL INSURED. LISTING THE CITY OF FAYETTEVILLE AS A CERTIFICATE HOLDER ONLY IS NOT AN
ACCEPTABLE SUBSTITUTE. CERTIFICATE OF INSURANCE MUST INCLUDE THE ENDORSEMENT SHOWING THE
CITY OF FAYETTEVILLE LISTED AS AN ADDITIONAL INSURED. Insurance shall remain valid, when applicable,
throughout contract completion.
15. 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 fLOnderstood
by bidders prior to submitting a bid on this requirement. ♦ G
16. ADA REQUIREMENT FOR PUBLIC NOTICES & TRANSLATION:
Persons with disabilities requiring reasonable rc modat
should call 479.521.1316 (telecommunications dN,91for the
deadline. Persons needing translation of �hiument siM
Division, immediately. X` k�:
17
PROCUREMENT POLICY FOR RECYCLE
The City of Fayetteville wishes to
obligations to the City and tha sN
sector companies. *IQ
Alm
PAYMENTS AND INVOICII - l
The bidder must specify in th 4
r
invoices submitted for pay ntA
for immediately notify' Purcl
invoicing to change fro nam�
days of invoice rece d. e City
penalty for un i yment 41,,.Vay
additional c t e City f d
deposit or reta r th I remaii
the bidder would not &such feel
ticipat i i'I' Is pr&fFlevent,
of lat sevento the
t of Fay e, Purchasing
r
:led pts in fulfilling contractual
fXther public entities and private
zpany Arnd address which must be the same as
hard of t�oFurther, the successful bidder is responsible
sion 9 cmpany name change, which would cause
ti NUe original bid. Payment will be made within thirty
credit worthy and will not pay any interest, fees, or
Processed through bidder's acceptance of Visa at no
processing. The City will not agree to any nonrefundable
of the bidder even if the hourly work actually performed by
19. CANCELLATION. G
O`
a. The Ci e s the ri t cancel this contract without cause by giving thirty (30) days prior notice to
the a for in w ' ' o the intention to cancel or with cause if at any time the Contractor fails to
fulfill or ide n he terms or conditions specified.
b. Failure of the c actor 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.
City of Fayetteville, AR
Bid 25-32, Construction — On -Call Backflow Preventer Maintenance
Page 9 of 15
c. In addition to all other legal remedies available to the City of Fayetteville, the City reserves the right to
cancel and obtain from another source, any items and/or services which have not been delivered within
the period of time from the date of order as determined by the City of Fayetteville.
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.
20. 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 shaellrovide wri tice to the
City within thirty (30) calendar days of Contractor's notice of such action upon t rrence of said
action, whichever occurs first. The right to terminate this contra��ich sh t e unr nably
exercised by the City, shall include, but not b limited to, ir►st c in whi rpor I ition
and/or merger represent a conflict of interes oJa contrar �ny local teor fe s. Action
by the City awarding a bid to a firm that h did its i e c as ubcontr s response
to the bid, without exception shall co st' proval �rposeof reeme
21. NON-EXCLUSIVE CONTRACT: 0 ici.& `
22
Award o
may dev
right to
City's be
hich
the
the
em.
LOBBYING: N -
Lobbying of selection committf:e !Kb ers, Faye `il mployees, or elected officials regarding
request for proposals, re 0or qualifi bids o acts, during the pendency of bid protest, by
the bidder/proposer/pr, s r an r� r of the is/propose r's/protector's staff, and agent of the
bidder/proposer/pr testo r an so emplo any legal entity affiliated with or representing an
organization that is onding t th equest posal, request for qualification, bid or contract, or has
a pending bi strict) hibite pon advertisement or on a date established by the City of
Fayetteville a s II be pr d until a award is final or the protest is finally resolved by the City
of Fayetteville; pro ever, othi g herein shall prohibit a prospective/bidder/proposer from
contacting the Fur
procurement pro
influencing or^
request t JW
attempt tNAin
request for propos
division ess situations such as clarification and/or questions related to the
)ur s this provision lobbying activities shall include but not be limited to,
o nce action or non -action in connection with any request for proposal,
r contract through direct or indirect oral or written communication or an
p persons and/or entities specified in this provision. Such actions may cause any
st for qualification, bid or contract to be rejected.
23. 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 25-32, Construction — On -Call Backflow Preventer Maintenance
Page 10 of 15
24. 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.
25. 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 der wishes
to propose shall be clearly stated in the bidder's response and presented in thieform of an ad�en+dum to the
original bid documents.
26. OTHER GENERAL CONDITIONS: • O
a. Bidder is presumed to be familiar with all fed e ate, an
in any manner affect those engaged ore toyed in the-1
•
that in any way affect the Work �i a 17 in a s
regulations. No claim of misunderstjj�� in or igno n
serve to modify the provisions ofl(i ontract presE
the contract.
O
b. Prices shall include all 1 0111111111 terial ov rhead p l
products and servicIC me Sales tax sha ei
Ns, and
ials or&0
dons which
ent used, or
ordinances, and
oser will in any way
g unless embodied in
.ping, freight, etc., to cover the
the bid price. Applicable Arkansas
sales tax laws will app whew c sIally but wii o be con ere in award of this project.
c. Each bidder should s
delivery of services tp4
I
Bidders must p
bids on be ail
bidder.
e. The City resery
bidders after th
f
OINs from the date of receipt of an order for
ON
,41ed by an employee having legal authority to submit
-eparing and providing responses shall be borne by the
any additional information it deems necessary from any or all
The re A ►bid is n�`Ise construed as an offer, a contract, or a commitment of any kind; nor does
it co e city tQ'N for any costs incurred by bidder in preparation. It shall be clearly understood
that any0 osts JrWby the Bidder in responding to this solicitation is at the bidder's own risk and
expense as a cddoing 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.
City of Fayetteville, AR
Bid 25-32, Construction — On -Call Backflow Preventer Maintenance
Page 11 of 15
NOTE: Any uncertainties shall be brought to the attention to Amanda Beilfuss immediately via telephone
(479.575.8220) or e-mail (abeilfuss@fayetteville-ar.gov). It is the intent and goal of the City of
Fayetteville Purchasing Division to provide documents providing a clear and accurate understanding of
the scope of work to be completed and/or goods to be provided. We encourage all interested parties to
ask questions to enable all bidders to be on equal bidding terms.
Any inquiries or requests for explanation in regard to the City's requirements should be made promptly
to Amanda Beilfuss via e-mail (abeilfuss@fayetteville-ar.gov). No oral interpretation or clarifications will
be given as to the meaning of any part of this bid. 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.
j. Any information provided herein is intended to assist the bidder in the preparatio cessary to
properly respond to this bid. The bid is designed to provide qualifieclAidders wii9s icient basic
information to submit bids meeting minimum specifications an test requ�ell�ents bL1� is not
� intended to limit a bid's content or to exclude any relevant or gss data.
k. Bidders irrevocablyconsent that an legal acts roce `ainst it arisin�, or in an
Y g �p Y
manner relating to this Contract shadJAzevailed nsas I der h ` pressly and
irrevocably waives any claim or defe y sai ti or pre di bas y alleged lack of
jurisdiction or improper venue or an i r basis.
1. The successful bidder shall no i n the r any f this Co `aif or any monies due or to
become due hereunder w' o t writ c nt of of ayett In case the successful bidder
assigns all or any part nnor ie du or to b du is Contract, the Instrument of
assignment shall con us ubstantially to ct th ed that the right of the assignee in
and to any monies d or to c (!Ndue to e ccessf bi r shall be subject to prior liens of all
persons, firms, and corpora servic ered off► rials supplied for the performance of the
services called for in thi on� 11
m. The successful bides ten ' i dV ted fact that all applicable Federal and State laws,
municipal ordin es, nd the r s and regu hS of all authorities having jurisdiction over the services
shall apply o' tract tLklughout, an ill be deemed to be included in the contract as though
written II here i succ�bi der shall keep himself/herself fully informed of all laws,
kt ordinances regyn of the Uder tate, and municipal governments or authorities in any manner
affecting those enr empl providing these services or in any way affecting the conduct of the
services and of rs a s of bodies or tribunals having any jurisdiction or authority over same.
If any discr n or in ncy should be discovered in these Contract Documents or in the
specifi rein ref e to, in relation to any such law, ordinance, regulation, order or decree, s/he
shall repo me in writing to City of Fayetteville.
27. ATTACHMENTS TO��OCUMENTS:
i. Appendix A: Building Maintenance Backflow List
City of Fayetteville, AR
Bid 25-32, Construction — On -Call Backflow Preventer Maintenance
Page 12 of 15
City of Fayetteville
Bid 25-32, Construction — On -Call Backflow Preventer Maintenance
Scope of Work
1. GENERAL
The City of Fayetteville, Arkansas, hereinafter referred to as "the City", is seeking bids from qualified,
licensed firms to ensure the proper functionality, safety, and compliance of the backflow preventer systems
by conducting testing and providing comprehensive maintenance services for the City of Fayetteville
facilities (see Appendix A for full list). The City anticipates awarding a contract for a one (1) year term with
the option to automatically renew for four (4) additional one (1) year terms.
2. SCOPE OF WORK Q,
G
a. Testing Services
i. Annual Testing: • O
1
2
3
b. Maintenance
Perform a full backflow prey do ' test to comp with Id national
plumbing g codes.
Use calibrated test eeent�ial
to e pert a e of kflow preventer,
including the pressur e in e
Check the condi ' check v elief v nd oth I components for leaks
�� p ,
corrosion or
Perform a testC oi9devii nsur '6vely prevents backflow.
arities o g atory agencies as required.
It*,r mendations for repairs or replacements,
are signs of malfunction or following system
device fails or if backflow is suspected.
ntative Maintenance:
"ckflow preventer for physical damage, signs of wear, leaks, and any other
y affect its operation.
all components including the check valves, air gaps, and relief valves.
3. Lubricate moving parts to ensure smooth operation and prevent corrosion.
4. Ensure all connections are secure and properly tightened.
5. Verify system pressure and ensure that it falls within the manufacturer's recommended
range.
City of Fayetteville, AR
Bid 25-32, Construction — On -Call Backflow Preventer Maintenance
Page 13 of 15
Repairs and Replacements:
1. Address minor repairs such as sealing leaks, replacing damaged gaskets, and/or fixing
valves.
2. Replace worn or faulty components (e.g., check valves, seals, springs) to ensure optimal
performance.
3. Provide recommendations if the entire backflow preventer is beyond repair or at the end
of its useful life.
iii. System Upgrades (if applicable):
1. Recommend upgrades or modifications to bring the backflow preventer iompliance
with current codes or to improve system efficiency.
2. Replace outdated or obsolete parts to maintain syste iability.
iv. Documentation and Reporting: O
1. Provide a comprehensive se vic ort of e ch mai e visit, i n details of
p p i g
inspections, repairs, an ments d
•
2. Keep a log of all testin i tenan repair ;s mmecl Oft o ackflow preventer.
3. Maintain all reco re readily le fo u Yefere c `Regulatory compliance.
4. Submit repo pro 'a e r ulator ge ies.
v
IN *61
Compliance and Sta `
i. Adhere to all I al, st a Ntional RNncl re atio s for backflow prevention.
ii. Ensure all services are perform certif' fessionals with experience in backflow
prevention de ' �
iii. Maintain c li ce �01, ety, and health standards during testing and
mainten ce o eration
•`
Frequen Nehedulin
i. Perf m ba sting Itnua , or more frequently as required by local ordinances.
Exclusio
ce inspections at least once per year, with additional visits as
rmance or user requirements.
nse services for backflow preventer failures or urgent issues.
work does not include the installation of new backflow prevention devices or major
system overhauls.
Services beyond standard maintenance, such as system replacements or upgrades due to
regulatory changes.
City of Fayetteville, AR
Bid 25-32, Construction — On -Call Backflow Preventer Maintenance
Page 14 of 15
f. City Responsibilities
Ensure access to the backflow prevention device for testing and maintenance.
Inform the Contractor of any operational concerns, unusual occurrences, and/or visible signs of
damage to the system.
iii. Ensure that any necessary permits or authorizations for testing and repairs are obtained in
advance.
3. PRICING
a. Hourly labor rates and markup percentages bid shall include, but is not limited to, all labor cost,
insurance, mobilization, overhead, profit, travel time, bonding, mileage, etc. Prices quote II be firm
for the term of the contract. The City shall not be charged any additional fens includin t limited
to, insurance premiums, mobilization, fuel surcharges, etc. � 2CIr
b. Regarding the bid line items involving markup centages o a r Is: Mar �rcenta �Fbe
input as a DECIMAL amount. For example, if idJr desire a mar f 0%, tR' ntage
would need to be inserted in the bid table to cal I e 10% i over t oaf the
material. • ,�►
C. Each bid shall be accompanied by is the a b `busIII i e State of Arkansas
or a corporate bid bond in an a not les;gN,Tve of th t bid. This five 5
percent amount shall be ba he tota bid amu n mitt . F e to submit a valid bid
bond or cashier's check s ult in id r�I ion. •
i. In the event opts to submit a caseck ond, the check shall be made
payable to the ity of F e to *le, AR a 5 �kshal
eived i�iverecl
h rchasing Division prior to the bid
deadline. the actual cashie ' ; l�b to the City prior to the deadline.
ii. Upload 5% bid tp,_�"o
e City' tronic b' latform (preferred) OR attach bid bond with
physicalsub td settir� in -per livery appointment with the City Purchasing
Division.
•
d. Projects e 50,00 I requir separate performance and payment bonds AFTER Council
approva . I cost off rmance a ent bond is allowed to be charged to the City at an
additional f .
i. Any sing ct e c 50,000 will require the Contractor to have a valid Arkansas
Contra to Licens
O
G
END OF SCOPE OF WORK
City of Fayetteville, AR
Bid 25-32, Construction — On -Call Backflow Preventer Maintenance
Page 15 of 15
*List subject to change
Appendix A
Property Type
Customer
TRAC
Facility
Address
Make
Type
Serial
Model
Size
Location
1
Government
City of Fayetteville
46AF48
Rock Street Annex
100 W Rock St
Wilkins
RP
ACP6019
975XL2
1.5"
Mechanical room top floor
2
Government
City of Fayetteville
30E437
Fire Station 3
1050 S Happy Hollow Rd
Wilkins
DC
126880
350
2.5"
In truck bay along north wall
3
Government
City of Fayetteville
30E437
Fire Station 3
1050 S Happy Hollow Rd
Wilkins
DC
2700059
350
0.75"
In truck bay along north wall
4
Government
City of Fayetteville
30E437
Fire Station 3
1050 S Happy Hollow Rd
Wilkins
RP
2544187
975XL
2"
In truck bay along north wall
51
Government
City of Fayetteville
30E437
Fire Station 3
1050 S Happy Hollow Rd
Wilkins
DCDA
COO121
350D
2.5"
In truck bay along north wall
6
Government
City of Fayetteville
F40080
Administration
113 W Mountain St
Wilkins
DC
2848686XLD
950XL
0.75"
Basement computer training room
7
Government
City of Fayetteville
F40080
Administration
113 W Mountain St
Watts
RP
340576
909QT
2"
Basement mech room - top assembly
8
Government
City of Fayetteville
F40080
Administration
113 W Mountain St
Watts
RP
344700
909QT
0.75"
In basement mech room south wall
9
Government
City of Fayetteville
F40080
Administration
113 W Mountain St
Watts
RP
344711
909QT
0.75"
3rd floor in mech room south wall
10
Government
City of Fayetteville
F40080
Administration
113 W Mountain St
Wilkins
DCDA
V16123
350ADA
4"
Basement computer training room
11
Government
City of Fayetteville
F40080
Administration
113 W Mountain St
Wilkins
RP
ACO4384
I 975XL2
2"
Basement mech room - bottom assembly
12
Government
City of Fayetteville
EB2BD9
Fleet/ Transportation
1525 S Happy Hollow Rd
Watts
DC
26041
007M1QT
0.75'
In mech room behind office
13
Government
City of Fayetteville
EB2BD9
Fleet/ Transportation
1525 S Happy Hollow Rd
Watts
DCDA
111325
709
n mech room behind office
14
Government
City of Fayetteville
5DEFA7
Solid Waste & Recycling
1560 S Happy Hollow Rd
Ames
DC
42626
2050BM3
5"1
Mech room on northside of building
15
Government
City of Fayetteville
5DEFA7
Solid Waste & Recycling
1560 S Happy Hollow Rd
Ames
DCDA
QC-046VNL
Colt 3006E
MV room on northside of building
16
Government
City of Fayetteville
5DEFA7
Solid Waste & Recycling
1560 S Happy Hollow Rd
Wilkins
RP
273
975XL
.25"
I e room by mop sink - top assembly
17
Government
City of Fayetteville
5DEFA7
Solid Waste & Recycling
1560 S Happy Hollow Rd
Wilk
RP
7 3
975
1.25"
room by mop sink - bottom assembly
18
Government
City of Fayetteville
5DEFA7
Solid Waste & Recycling
1560 S Happy Hollow Rd
Wi ins
RP
9
97 2
4'
room on northside of building
19
Government
City of Fayetteville
E72AAC
Animal Services
1640 S Armstrong Ave
Wa
RP
365
630 building in mech roomA,A bottom assemblyA,A
20
Government
City of Fayetteville
E72AAC
Animal Services
1640 S Armstrong Ave
Watts
R
438704
T
1'
Main building - in mech room
21
Government
City of Fayetteville
E72AAC
Animal Services
1640 S Armstrong Ave
is
43 4
09QT
1630 building in mech room top assembly
22
Government
City of Fayetteville
2AOOCO
Compost
1708 S Happy Hollow Rd
ilkins
RP
1064
975XL
1"
Truck bay along south wall
23
Government
City of Fayetteville
2AOOCO
Compost
1708 S Happy Hollow Rd
Wilkins
RP
A
975XL
1.5"
In truck bay along west wall
24
Government
City of Fayetteville
4D3719
Fleet Car Wash
1720 S Happy Hollow Rd
W i I
RP
3
7
3"
In mech room in between bays.
25
Government
City of Fayetteville
FCOD2C
Courts/Prosecutor
176 S Church Ave
Apollo b o
DC
1 467
0
4"
In mech room along north wall
26
Government
City of Fayetteville
FCOD2C
Courts/Prosecutor
176 S Church
i n
P
290294
L
2"
In mech room southeast corner
27
Government
City of Fayetteville
FCOD2C
Courts/Prosecutor
176 S Chur
Ap onbraco
C
18JQ47
DC4A
0.5"
In mech room along north wall
28
Government
City of Fayetteville
FCOD2C
Courts/Prosecutor
176 S Ch h e
ilkins
975XL2
0.75"
In mech room along north wall
29
Commercial
City of Fayetteville
NUKGCK
Police Dept HQ
1800 N Step h emorial Blvd
Wilkins
RP
375AST
3"
Northeast corner of building in mechanical room with water heater!
30
Commercial
City of Fayetteville
NUKGCK
Police Dept HQ
1800 N Stephe Carr Mem ial Ivd
Am
DCDA
5
LFColt 300BF
6"
Mechanical room on east side of building
31
Commercial
City of Fayetteville
NUKGCK
Police Dept HQ
1800 N Stephen arr M rial
s
C
6562
LF007M3QT
0.75"
In mechanical room on the east side of building
32
Commercial
City of Fayetteville
NUKGCK
Police Dept HQ
1800 N Stephen Carr M n vd
CG2225
975XL2
1.5"
In mechanical room on west side of building by water heater Northeast building
33
Irrigation
City of Fayetteville
769NKT
Police Dept HQ
1800 N Stephen r M al Blvd
ilkins
R
ACH5241
975XL2
2"
Next to water meter SE Corner next to main building
34
Commercial
City of Fayetteville
QMBEFT
Fire Station 9
2250 ve
Wilkins
ACG7065
975XL2
2"
In mech room top rp
35
Commercial
City of Fayetteville
QMBEFT
Fire Station 9
22 S ch Ave
Wil Lns
RP
ACF9476
975XL2
2"
In mech room bottom rp
36
Commercial
City of Fayetteville
QMBEFT
Fire Station 9
2250 S ool Av
Am
DCDA
UL-2280
LFColt 300BF
2.5"
In mech room
37
Commercial
City of Fayetteville
QMBEFT
Fire Station 9
OSchool Ave
DC
5045
LF007M3QT
0.75"
In mech room
38
Government
City of Fayetteville
GY2CDR
Fire Station 8
2 W Dean
DCDA
VB-0182
LFColt 300BF
2.5"
In mech room
39
Government
City of Fayetteville
GY2CDR
Fire Station 8
2266 W D
tts
DC
4696
LF007M3QT
0.75"
In mech room
40
Government
City of Fayetteville
GY2CDR
Fire Station 8
2266 W e
ins
RP
ACF3719
975XL2
2"
In mech room
41
Government
City of Fayetteville
F2C107
Water/Sewer Operations
24 ial Dr
Wilkins
DCDA
V01372
350ADA
4"
Southend of hallway
42
Government
City of Fayetteville
F2C107
Water/Sewer Operations
2 n strial Dr
Wilkins
DC
2064486XLD
950XL
0.75"
Southend of hallway
43
Irrigation
City of Fayetteville
5A302E
Fire Training
orick r Y
Wilkins
RP
4366713
975XL
1"
Eastside of drive by water meter box
44
Government
City of Fayetteville
805E3A
Fire Station 5
2 N Crosso
Watts
RP
A09199
009M2QT
2"
In truck bay along west wall
45
Government
City of Fayetteville
805E3A
Fire Station 5
9 N Cros
Watts
RP
25569
9
2.5"
In truck bay along west wall
46
Government
City of Fayetteville
805E3A
Fire Station 5
2979 N s er d
Wilkins
DCDA
23750
350ADA
4"
In truck bay along west wall
47
Government
City of Fayetteville
805E3A
Fire Station 5
2979 ver Rd
Wilkins
DC
2362596XLDI
950XL
0.75"
In truck bay along west wall
48
Irrigation
City of Fayetteville
1636BE
Fire Station 5
in Nitover Rd Yd
Wilkins
RP
2620389
975XL
1"
In front yard by water meter box
49
Commercial
City of Fayetteville
2X23VS
West Ave Parking Deck
%32 N WEST Ave
Wilkins
RP
ACK1483
975XL2
2"
Mechanical room 105
50
Government
City of Fayetteville
1.00E+31
Fire Station 4
Plainview Ave
Ames
DC
7299
2000E
0.75"
In bay along south wall
51
Government
City of Fayetteville
1.00E+31
Fire Station 4
3385 N Plainview Ave
Ames
DCDA
101050
3000SS
2.5"
In bay along south wall
52
Government
City of Fayetteville
1.00E+31
Fire Station 4
3385 N Plainview Ave
Wilkins
RP
890532
975XL
2"
In bay along south wall
53
Government
City of Fayetteville
1.00E+311
Fire Station 4
3385 N Plainview Ave
Watts
PVB
3027
1 LF800M4QT
2"
Inside bay between doors
54
Government
City of Fayetteville
C9C9E8
Fire Marshal
4140 S School Ave
Wilkins
RP
ABB09841
I 975XL2
0.75"
South of building behind fence in hotbox
55
Government
City of Fayetteville
6467F9
Parking/Sustainability
416 W Spring St
Wilkins
RP
4000948
975XL2
1"
Inside mech room
56
Irrigation
City of Fayetteville
D04661
Marion Orton Recycling Center
1 735 W North St
Wilkins
RP
A220395
375
1"
Ne corner of parking lot
57
Commercial
ARTS LIVE THEATRE
77A63F
Community Resources
818 N Sang Ave
Wilkins
RP
4697814
975XL2
0.75"
Mechanical room by water heater feeds both units
58
Government
City of Fayetteville
5EE04F
Fire Station 7
1 835 N Rupple Rd
Wilkins
RP
1953744
975XL
2"
In bay along south wall - bottom assembly
59
Government
City of Fayetteville
5EE04F
Fire Station 7
835 N Rupple Rd
Wilkins
RP
AOO6348
975XL2
2"
In bay along south wall - top assembly
60
Government
City of Fayetteville
FDCBBA
Fire Station 6
900 S Hollywood Ave
Watts
DCDA
1067200504
774
2.5"
In truck bay on south wall
61
Government
City of Fayetteville
FDCBBA
Fire Station 6
900 S Hollywood Ave
Watts
DC
10216
007M2QT
0.75"
In truck bay on south wall
62
Government
City of Fayetteville
FDCBBA
Fire Station 6
900 S Hollywood Ave
Wilkins
RP
B-22770
975XL
2.5"
In truck bay on south wall
63
Government
City of Fayetteville
FDCBBA
Fire Station 6
900 S Hollywood Ave
Watts
PVB
1487
800M4QT
2"
In truck bayA,A between doors
64
Government
FAYETTEVILLE SENIOR CENTER
A4791C
Fayetteville Senior Center
945 S College Ave
Ames
DCDA
124361-0103
3000SS
6"
In basement along south wall
65
Government
FAYETTEVILLE SENIOR CENTER
A4791C
Fayetteville Senior Center
945 S College Ave
Watts
DC
55291
007M1QT
0.75"
In basement along south wall
66
Government
FAYETTEVILLE SENIOR CENTER
A4791C
Fayetteville Senior Center
945 S College Ave
Watts
RP
57351
009M3QT
0.75"
In basement along east wall
67
Government
FAYETTEVILLE SENIOR CENTER
A4791C
Fayetteville Senior Center
945 S College Ave
Watts
RP
385393
909M1QT
2"
South assembly in food storage room
68
Government
FAYETTEVILLE SENIOR CENTER
A4791C
Fayetteville Senior Center
945 S College Ave
Watts
RP
385395
909M1QT
2"
North assembly in food storage room
CITY OF Contract for Services
iFAYETTEVILLE Construction — On -Call Backflow Preventer Maintenance
iARKANSAS Contractor/Vendor. Comfort Systems USA (Arkansas) Inc.
Term: One Year with Four One -Year Renewals
THIS AGREEMENT is made this _ day of mi-4 — 2025, by and between City of
Fayetteville, Arkansas, acting by and through its Mayor (hereinafter called CITY OF FAYETTEVILLE or CITY) and
Comfort Systems USA (Arkansas) Inc. (Vendor or Comfort Systems). CITY OF FAYETTEVILLE from time to time
requires professional construction services in connection with construction projects. Therefore, CITY OF
FAYETTEVILLE and ComfortSystems, in consideration of their mutual covenants, agree as follows:
1. Comfort Systems, at its own cost and expense, shall furnish all labor, materials, supplies, machinery,
equipment, tools, supervision, bonds, insurance, tax permits, and/or all other accessories and services
necessary to complete items bid per Bid 25-32 Construction — On -Call Backflow Preventer Maintenance
as stated in Comfort Systems bid response, and in accordance with specifications attached hereto and
made a part hereof under Bid 25-32.
a. The City of Fayetteville shall pay Comfort Systems for completion of the project based on prices
indicated in Appendix B.
b. Payments will be made after approval and acceptance of work and submission of invoice
Payments will be made approximately 30 days after approval of invoice. The City of Fayetteville
reserves the right to request receipts for materials purchased for the City of Fayetteville from
suppliers, subcontractors, or other sources. Invoices shall be submitted itemized to the detail
and breakout presented in the bid form.
2. Entire Agreement and Exhibits: This Agreement sets forth the entire agreement and understanding
between the parties on the subject matter of this Agreement. Neither party shall be bound by any
conditions, definitions, representations or warranties with respect to the subject matter of this
Agreement other than those as expressly provided herein.
a. Appendices included under this agreement include the following:
I. Appendix A: Bid Tabulation
ii. Appendix B: Bid Package identified as Bid 25-32 Construction — On -Call Back -flow
Preventer Maintenance with the specifications and conditions typed thereon inclusive of
all bidding documents, plans and drawings, and issued addenda.
iii. Appendix C: Comfort Systems Bid Submittal
iv. Appendix D: Comfort Systems Certificate of Insurance
3. This agreement may be modified only by a duly executed written instrument signed by the CITY and
Comfort Systems.
4. Comfort Systems shall not assign its duties under the terms of this agreement.
CONTRACT: Bid 25-32, Construction —On-Call Backf low Preventer Maintenance
Page 1 of 6
City of Fayetteville, AR
5. Debarment and Suspension: By execution of this agreement, Vendor certifies that to the best of its
knowledge and belief that the Vendor and it is not presently debarred, suspended, proposed for
debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal
department or agency.
6. Indemnification: The CITY requires Comfort Systems to indemnify, defend and hold harmless the CITY OF
FAYETTEVILLE for any loss caused by negligence and from and against any and all loss where loss is
caused or incurred or alleged to be caused or incurred in whole or in part as a result of the negligence or
other actionable fault of Comfort Systems, or their employees, agents, Subcontractors, sub consultant
and Suppliers of Comfort Systems.
7. Insurance: Comfort Systems shall furnish a certificate of insurance addressed to the City of Fayetteville,
showing that applicable coverage exists for the following insurance which shall be maintained
throughout the term of the Contract. Any work sublet; the contractor shall require the subcontractor
similarly to provide worker's compensation insurance. In case any employee engaged in work on the
project under this contract is not protected under Worker's Compensation Insurance, Comfort Systems
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. The premiums for all insurance
shall be paid by Comfort Systems. The Certificate of Insurance shall show the City as an additional
insured.
a. Workmen's Compensation: Statutory Amount
b. Comprehensive General & Automobile Insurance: $500,000 for each person injured.
c. Bodily Injury Liability: $1,000,000 for each accident.
d. Property Damage Liability: $1,000,000 aggregate.
8. ComfortSystems shall furnish proof of licensure as required by all local and state agencies.
9. This contract may be terminated by the City of Fayetteville or Comfort Systems with 30 calendar days
written notice.
10. The City agrees to reserve the right to automatically renew the contract for four (4) additional one (1)
year terms. Renewals shall be automatic unless either Comfort Systems or the City notifies the other of
its intent to terminate the contract at the end of the contract period.
a. Single projects exceeding $50,000.00 will require additional approval from the Fayetteville City
Council.
b. Single projects over the City Council threshold of $50,000.00 shall require one hundred percent
(100%) performance and payment bonds. Performance and Payment bonds shall be provided to
the City after being file marked at the Washington County Circuit Clerk's Office.
C. Comfort Systems shall warranty work performed under this contract for a period of one (1) full
year from the date of final payment for each project awarded under this contract.
CONTRACT: Bid 25-32, Construction — On -Call Backflow Preventer Maintenance
Page 2 of 6
City of Fayetteville, AR
11. Notices: Any notice required to be given under this Agreement to either party to the other shall be
sufficient if addressed and mailed, certified mail, postage paid, delivery, fax or e-mail (receipt
confirmed), or overnight courier.
12. Jurisdiction: Legal jurisdiction to resolve any disputes shall be Washington County, Arkansas with
Arkansas law applying to the case. The City will not agree to be forced to mediate or arbitrate any
dispute. Venue for all legal disputes shall be Washington County, Arkansas.
13. Freedom of Information Act: City of Fayetteville contracts and documents prepared while performing
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 VENDOR shall 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. Sec.). Only legally authorized photo coping costs pursuant to the FOIA may be
assessed for this compliance.
14. Changes in Scope or Price: Changes, modifications, or amendments in scope, price or fees to this
contract shall not be allowed without a prior formal contract amendment approved by the Mayor and
the City Council in advance of the change in scope, cost or fees.
15. Liens: No liens against this construction projects) are allowed. Arkansas law (A.C,A. §§18-44-501
through 508) prohibits the filing of any mechanics of materialmen's liens in relation to this public
construction project. Arkansas law requires, and the contractor promises to provide and file with the
Circuit Clerk of Washington County a bond in a sum equal to the amount of this contract. Any
subcontractor or materials supplier may bring an action for non-payment or labor or material on the
bond. The contractor promises to notify every subcontractor and materials supplier for this project of
this paragraph and obtain their written acknowledgement of such notice prior to commencement of the
work of the subcontractor or materials supplier.
16. General Provisions:
a. ETHICS: All parties shall perform with integrity. Each shall avoid conflicts of interest and
promptly disclose to any other part any conflicts that may arise. All parties warrant that it has
not and shall not pay or receive any contingent fees or gratuities to or from any other party,
including agents, officer's employers, Subcontractors, Sub subcontractors, Suppliers, Volunteers,
Elected Officials, or Others to secure preferential treatment.
b. MATERIALS FURNISHED BY OWNER OR OTHERS: If the Work includes installation of materials or
equipment furnished by City or Others, it shall be the responsibility of the vendor to examine the
items so provided and thereupon handle, store, and install the items, unless otherwise provided
in the Contract Documents, with such skill and care as to provide a satisfactory and proper
installation. Loss or damage due to acts or omissions of the vendor shall be the responsibility of
vendor and may be deducted from any amounts due or to become due. Any defects discovered
in such materials or equipment shall be reported at once to the City and the City's contracted
third -party Design Professional. Following receipt of written notice from vendor of defects, City
and Design Professional shall promptly inform the City what action, if any, vendor shall take with
regard to the defects.
CONTRACT: Bid 25-32, Construction — On -Call Backf low Preventer Maintenance
Page 3 of 6
City of Fayetteville, AR
c. COMPLIANCE WITH LAWS: Vendor shall comply with all the Law at its own cost. Vendor shall be
liable to City for all loss, cost, or expense attributable to any acts or omissions by Vendor its
employees, subcontractors, suppliers, and agents forfailure to comply with Laws, including fines,
penalties, or corrective measures.
d. COST OF CORRECTING DAMAGED OR DESTROYED WORK: With regard to damage or loss
attributable to the acts or omissions of City or Others and not to Vendor, City may either (a)
promptly remedy the damage or loss and assume affected warranty responsibilities, (b) accept
the damage or loss, or (c) issue a Change Order to remedy the damage or loss.
i. If any Defective Work is found, City shall promptly notify Vendor in writing. Unless City
provides written acceptance of the condition, Vendor shall promptly correct the
Defective Work at its own cost and time and bear the expense of additional services
required for correction of any Defective Work for which it is responsible. If within the
two-year correction period City discovers and does not promptly notify Vendor or give
Vendor an opportunity to test or correct Defective Work as reasonably requested by
Vendor, City waives Vendor's obligation to correct that Defective Work as well as City's
right to claim a breach of the warranty with respect to that Defective Work.
e. TAXES AND PERMITS: Vendor shall give public authorities all notices required by law and shall
obtain and pay for all necessary permits, licenses, and renewals pertaining to the Work. Vendor
shall provide to City copies of all notices, permits, licenses, and renewals required under this
Agreement.
f. EXTENT OF AGREEMENT: Except as expressly provided, this Agreement is for the exclusive
benefit of all Parties, and not the benefit of any third party. This Agreement represents the
entire and integrated agreement between the Parties, and supersedes all prior negotiations,
representations, or agreements, either written or oral. This Agreement and each and every
provision is for the exclusive benefit of all Parties and not for the benefit of any third party.
17. Responsibility of the City of Fayetteville
a. CITY OF FAYETTEVILLE shall, within a reasonable time, so as not to delay the services of Comfort
Systems:
i. Provide full information as to the requirements for the Project.
ii. Assist Comfort Systems by placing at Comfort Systems disposal all available information
pertinent to the assignment including previous reports and any other data relative
thereto.
iii. Assist Comfort Systems in obtaining access to property reasonably necessary for Comfort
Systems to perform its services.
iv. Examine all studies, reports, sketches, cost opinions, proposals, and other documents
presented by Comfort Systems and render in writing decisions pertaining thereto.
v. Review all documents and provide written comments to Comfort Systems in a timely
manner.
CONTRACT: Bid 25-32, Construction — On -Call Backflow Preventer Maintenance
Page 4 of 6
City of Fayetteville, AR
vi. The City of Fayetteville Facilities and Building Maintenance Manager is the project
representatives with respect to the services to be performed under this Agreement. The
Facilities and Building Maintenance Manager shall have complete authority to transmit
instructions, receive information, interpret and define policies and decisions with respect
to materials, equipment, elements and systems to be used in the Project, and other
matters pertinent to the services covered by this Agreement.
18. Additional Responsibilities of Comfort Systems:
a. Review, approval, or acceptance of design drawings, specifications, reports and other services
furnished hereunder by CITY shall not in any way relieve Comfort Systems of responsibility for
the technical adequacy of the work. Review, approval or acceptance of, or payment for any of
the services by CITY shall not be construed as a waiver of any rights under this Agreement or of
any cause of action arising out of the performance of this Agreement.
b. Comfort Systems shall be and shall remain liable, in accordance with applicable law, for all
damages to CITY OF FAYETTEVILLE caused by Comfort Systems negligent performance, except
beyond the Comfort Systems normal standard of care, of any of the services furnished under this
Agreement, and except for errors, omissions or other deficiencies to the extent attributable to
CITY OF FAYETTEVILLE or CITY OF FAYETTEVILLE-furnished data.
c. Comfort Systems obligations under this clause are in addition to Vendor's other express or
implied assurances under this Agreement or State law and in no way diminish any other rights
that CITY OF FAYETTEVILLE may have against Comfort Systems for faulty materials, equipment,
or work.
19. Gratuities:
a. If CITY OF FAYETTEVILLE finds after a notice and hearing that Comfort Systems or any of Comfort
Systems agents or representatives, offered or gave gratuities (in the form of entertainment, gifts
or otherwise) to any official, employee or agent of CITY OF FAYETTEVILLE or related third party
contractor associated with this project, in an attempt to secure an agreement or favorable
treatment in awarding, amending or making any determinations related to the performance of
this Agreement, CITY OF FAYETTEVILLE may, by written notice to Comfort Systems terminate this
Agreement. CITY OF FAYETTEVILLE may also pursue other rights and remedies that the law or
this Agreement provides. However, the existence of the facts on which CITY OF FAYETTEVILLE
bases such finding shall be in issue and may be reviewed in proceedings under the Remedies
clause of this Agreement.
b. The CITY may pursue the same remedies against Comfort Systems as it could pursue in the event
of a breach of the Agreement by Comfort Systems. As a penalty, in addition to any other
damages to which it may be entitled by law, CITY OF FAYETTEVILLE may pursue exemplary
damages in an amount, as determined by CITY, which shall be not less than three nor more than
ten times the costs Comfort Systems incurs in providing any such gratuities to any such officer or
employee.
CONTRACT: Bid 25-32, Construction — On -Call Backflow Preventer Maintenance
Page 5 of 6
City of Fayetteville, AR
20. Contractor's Representations:
a. Comfort Systems has examined and carefully studied all contract documents.
b. Comfort Systems shall visit the project sites and become familiar with and is satisfied as to the
general, local, and Site conditions that may affect cost, progress, performance, and furnishing of
the Work.
c. Comfort Systems is familiar with and is satisfied as to all federal, state, and local Laws and
Regulations that may affect cost, progress, performance, and furnishing of the Work.
d. Comfort Systems does not consider that any additional examinations, investigations,
explorations, tests, studies, or data are necessary for the performing and furnishing of the Work
at the Contract Price, within the Contract Times, and in accordance with the other terms and
conditions of the Contract Documents.
e. Comfort Systems is aware of the general nature of work to be performed by The City of
Fayetteville and others at the Site that relates to the Work as indicated in the Contract
Documents.
f. Comfort Systems has correlated the information known to Comfort Systems, information and
observations obtained from visits to the Site, reports and drawings identified in the Contract
Documents, and all additional examinations, investigations, explorations, tests, studies, and data
with the Contract Documents.
IN WITNESS WHEREOF, CITY OF FAYETTEVILLE, ARKANSAS by and through its Mayor, and COMFORT SYSTEMS
USA (ARKANSAS) INC., by its authorized officer have made and executed this Agreement as of the day and year
first above written.
CITY OF FAYETTEVILLE, ARKANSAS COMFORT SYSTEMS USA (ARKANSAS) INC.
* -�O� I
By: By: /
Molly Rawn, Mayor Brad Kuhl, Service Sales NW
ATTEST:
By:
Kara Paxton, City Clerk - Treasurer
Date Signed: 05/22/2025
Date Signed: V-
CONTRACT: Bid 25-32, Construction — On -Call Backflow Preventer Maintenance
Page 6 of 6
City of Fayetteville, AR