HomeMy WebLinkAbout144-05 RESOLUTION• •
RESOLUTION NO. 144-05
A RESOLUTION AWARDING BID # 05-50 TO JACK TYLER
ENGINEERING OF ARKANSAS, INC. IN AN AMOUNT NOT TO
EXCEED $13,350.17 TO REBUILD THE FLIGHT SUBMERSIBLE
PUMP AT LIFT STATION No. 21; AND APPROVING A 10%
CONTINGENCY IN THE AMOUNT OF $1,335.00.
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 # 05-50 to Jack Tyler Engineering of Arkansas, Inc. in an
amount not to exceed $13,350.17 to rebuild the Flight submersible pump at Lift
Station No. 21.
Section 2. That the City Council of the City of Fayetteville, Arkansas,
hereby approves a 10% contingency in the amount of $1,335.00.
PASSED and APPROVED this 5th day of July, 2005.
,,,,1. a m ^nr.
l``�R144 neo Ott
_U• •13%
.FAYETTEVILLE•
� Byt.• •
S:KANI
';
•
•
• •
JACK TYLER ENGINEERING OF ARKANSAS, INC.
1906 LOWELL ROAD, SPRINGDALE, ARKANSAS 72764
(479) 756-3660 • FAX (479) 756-3694 • ARKANSAS WATS 1-800-832-5265
City of Fayetteville
113 West Mountain
Fayetteville, AR 72701
CONTRACT AGREEMENT
We agree to perform the repair work on the CP3500 submersible pump in
accordance with the proposed bid number 05-50. The invoice for the job
will not exceed $13350.17 plus applicable sales taxes.
Jack Tyler Engineering of Arkansas, Inc.
artCtville
k/y/2r
City Council Meeting of June 19, 2005
CITY COUNCIL AGENDA MEMO En,rieff/
To: Mayor and City Council
From: Bob Davis, P.E., Water & Wastewater Director
Date: July 1, 2005
Subject: REQUEST TO APPROVE PURCHASE FOR FULL REBUILD OF
FLIGHT SUBMERSIBLE PUMP (16,000 GPM) FOR LIFT
STATION NO. 21 WITH A NOT -TO -EXCEED PURCHASE PRICE
OF 514,685.00.
RECOMMENDATION : Staff recommends approval of this purchase. This request
comes after completing a formal Request for Bid process ending Wednesday, June 29,
2005. 100% approval of this request was received from the Water & Sewer Committee
on June 28, 2005. The request is for the low bid.
BACKGROUND: This is one of two Flight submersible pumps utilized a Lift Station
21 on Happy Hollow Road. Presently, the one remaining pump is handling wastewater
flows. The need for redundancy at this lift station makes this purchase imperative.
DISCUSSION: This pump failed during the 2nd week of June 2005. We are requesting
for rebuild of this pump. A new pump costs approximately S30,000.00
BUDGET IMPACT: The purchase price of S 13,350.17 plus a 10% contingency for a
total of $14,685.00. Payment for this pump will be from the Water and Sewer Fund.
• •
RESOLUTION NO.
A RESOLUTION AWARDING BID # 05-50 TO JACK TYLER
ENGINEERING OF ARKANSAS, INC. IN AN AMOUNT NOT TO
EXCEED S13,350.17 TO REBUILD THE FLIGHT SUBMERSIBLE
PUMP AT LIFT STATION No. 21; AND APPROVING A 10%
CONTINGENCY IN THE AMOUNT OF 11,335.00.
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 # 05-50 to Jack Tyler Engineering of Arkansas, Inc. in an
amount not to exceed $13,350.17 to rebuild the Flight submersible pump at Lift
Station Mn 21
Section 2. That the City Council of the City of Fayettevill rk nsasi
hereby approves a 10% contingency in the amount of $1,335:0
r
PASSED and APPROVED this 51h day of July, 2005.
By:
PROVED,
1
St 1NDR MTI`FI, City Clerk
tlDY, Mayor
PROPOSAL FORM
The Bidder understands the City of Fayetteville reserves the right to reject any or all bids
and to waive formalities deemed to be in the City's best interest.
Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty
(30) calendar days after the schedule closing time for receiving bids.
4/3 , 3 Sb• 17 pias 2 -AP "ANTICIPATED NUMBER OF DAYS TO COMPLETION: 2-A
•Nate. Maximum numba of23 days.
Bid Price Per Specifications:
BIDDERS NAME
COMPANY NAME
CONTACT PERSON
TITLE
ADDRESS
TELEPHONE
EMAIL ADDRESS
AUTHORIZED SIGNATURE.
/i1SSD07
5g.•/)iuchepAt . ky
/god Iowa& RE
yy k Aa
/.rt -.44 a FAX 7t!-3,f9t
All inclusive bids must be submitted no later than June 29th, 2005 at 3:00 PM, to the City
of Fayetteville, Purchasing Office, Room 306, 113 West Mountain Street, Fayeneville,
Arkansas, 72701 in a sealed envelope clearly marked "Bid 05-50, Submersible Pump
Repair" Each bidder will be required to meet or exceed the specifications attached. Any
deviation must be noted with specifications attached to bid.
Questions:
- Any questions about the pump motor should be directed to:
Brian Daniels
3
•
•
•
•
JLave
:eV' le
ARKANSAS
CITY OF FAYETTEVILLE
113 W. Mountain St
Fayetteville, AR 72701
INVITATION TO BID
Bid # 05-50
Submersible Pump Repair
Purchasing Division
479-575-8220
BID #: 05-50
DATE ISSUED: June 20, 2005
DATE & TIME OF OPENING: Wednesday, June 29, 2005
at 3:00 PM - Room 306
BUYER: Andrea Foren, Room 306 - (479) 575-8220
F.O.B. Fayetteville, AR
• •
City of Fayetteville
Invitation to Bid
Bid 05-50, Submersible Pump Repair
General Information and Specifications:
Submersible Pump:
• The pump motor to be quoted on is a Flyght Model # CP3500 (100 horse power)
submersible pump.
Scope of Work & General Information:
- A complete overhaul of the motor including rewinding of' motor stator, testing of
any necessary repairs to the rotor, as well as any machine work needed on the
rotor or end bells. The rotor must be tested for broken bars. The pump rebuild
shall also include the replacement of all motor bearings, o -rings, mechanical seals,
and any other manufacturer recommended replaceable wear parts. New S.O.
control and power cables shall also be provided.
Removal and reinstallation labor is not included within this scope of work.
The successful bidder shall be responsible for the costs of insurance and
transportation of the motor to and from its point of installation to the bidder's
repair facility.
The successful bidder will be allowed a four (4) weeks to complete this scope
of work. The four-week period begins at the time the pump is secured to the
bidder supplied transportation vehicle and stops upon the arrival of the vehicle at
the pump's point of installation.
Liquidated damages will accrue at the rate of three percent (3%) per calendar day
outside the allowed four-week period. The bid amount will be directly reduced by
the appropriate percentage represented by the liquidated damages.
Bidder is responsible for providing all labor, equipment, materials and
supplies needed to complete the job as specified.
Project will not be accepted until the City approves the work after the pump
has been rebuilt. Before approval, any damage created by the work being
done is the contractor's responsibility to correct.
The work to be provided under this scope shall be covered under a warranty with
minimum terms of 90 days coverage for labor and one year for parts.
• •
PROPOSAL FORM
The Bidder understands the City of Fayetteville reserves the right to reject any or all bids
and to waive formalities deemed to be in the City's best interest.
Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty
(30) calendar days after the schedule closing time for receiving bids.
Bid Price Per Specifications:
"ANTICIPATED NUMBER OF DAYS TO COMPLETION:
'Note Maximum number of 28 days
BIDDERS NAME
COMPANY NAME
CONTACT PERSON
TITLE
ADDRESS
TELEPHONE FAX
EMAIL ADDRESS
AUTHORIZED SIGNATURE:
All inclusive bids must be submitted no later than June 29th, 2005 at 3:00 PM, to the City
of Fayetteville, Purchasing °Bice, Room 306, 113 West Mountain Street, Fayetteville,
Arkansas, 72701 in a scaled envelope clearly marked " Bid 05-50, Submersible Pump
Repair" Each bidder will be required to meet or exceed the specifications attached. Any
deviation must be noted with specifications attached to bid.
Questions:
- Any questions about the pump motor should be directed to:
Brian Daniels
3
• •
479-443-3292
- Any questions regarding the btddine process should be directed to:
Andrea Foren
City of Fayetteville, Purchasing Division
113 W. Mountain St., Room 306
Fayetteville, AR 72701
Phone: 479-575-8220
E -Mail: aforen ci.fayetteville.ar.us
TERMS & CONDITIONS
I. All bids shall be submitted in a sealed envelope and must be submitted on forms
provided by the City.
2. The item bid and the bid number shall be stated on the face of the sealed bid
envelope.
3. Bids received after the date and time set for receiving bids will not be considered.
4. The City reserves the right to accept or reject any or all bids, waive formalities in
the bidding and make a bid award deemed to be in the best interest of the City.
The City shall be able to purchase more or less than the quantity indicated subject
to availability of funds.
5. The bid price shall remain good and firm until project is completed.
6. All products delivered shall comply with applicable standards of quality.
7. Any exceptions to the specification requirements of the City of Fayetteville must
be noted on the Bid Form.
8. Prices shall include all labor, materials, overhead, profit, insurance, etc., to cover
the furnishing of the items bid in this document.
9. Each bidder shall state on the face of the bid form the anticipated number of days
from the date of receipt of an order for delivery of equipment and installation to
the City of Fayetteville. Failure to deliver on or before the time specified in the
contract may subject the contractor to payment of damages or other appropriate
sanctions.
10. Copy of the warranty shall accompany the bid, and any exceptions to the warranty
shall be clearly noted on the bid form. Written warranties shall specify the greater
of the manufacturer's standard warranty or the minimum warranty specified
herein by the City.
11. Bidders must provide the City with their bids signed by an employee having legal
authority to submit bids on behalf of the bidder. The entire cost of preparing and
providing responses shall be borne by the bidder.
12. The City reserves the right to request any additional information it deems
necessary from any or all bidders after the submission deadline.
13. The request for bid is not to be construed as an offer, a contract, or a commitment
of any kind; nor docs it commit the city to pay for any costs incurred by bidder in
preparation of bid.
4
• •
14. The City will not be responsible for misdirected bids. Vendor should call the
Purchasing Office at (479) 575-8256 to insure receipt of their bid documents prior
to opening time and date listed on the bid form.
15. If products and/or components other than those described in this bid document are
proposed, the bidder must include complete descriptive literature and technical
specifications. All requests for additional information must be received within
five working days following the request. Each apparent low bid will be reviewed
line by line to ensure compliance with specifications prior to recommendation for
award.
16. Bids must be hand delivered or received by mail in the Purchasing Office, Room
306, 113 W. Mountain St. Fayetteville, AR 72701, on or before the time of
closing listed on the face of the bid.
5
• •
This contract executed this
Fayetteville, Arkansas, and
CONTRACT
day of , 2005, between the City of
In consideration of the mutual covenants contained herein, the parties agree as
follows:
at its own cost
and expense shall furnish all labor, materials, supplies, machinery, equipment,
tools, supervision, insurance, tax permits, and all other accessories and services
necessary to complete items bid per Bid 05-50 as stated in
bid proposal, and in
accordance with specifications attached hereto and made a part hereof under laid
#05-50, all included herein as if spelled out word for word.
2. The City of Fayetteville shall pay
based on their bid proposal in an
amount not to exceed . Payments will be made after
approval and acceptance of work and submission of invoice. Payments will be
made approximately 30 days after receipt of invoice.
The Contract documents which comprise the contract between the City of
Fayetteville and consist of this Contract and the
following documents attached hereto, and made a part hereof:
A. Bid form identified as Invitation to Bid 05-50 with the specifications and
conditions typed thereon.
B. bid proposal.
The Notice to Prospective Bidders and the Bid Tabulation.
4. These Contract documents constitute the entire agreement between the City of
Fayetteville and and may be modified only by a duly
executed written instrument signed by the City of Fayetteville and
6
• •
the terms of this agreement.
shall not assign its duties under
agrees to hold the City of
Fayetteville harmless and indemnify the City of Fayetteville, against any and all
claims for property damage, personal injury or death, arising from
performance of this contract.
This clause shall not in any form or manner be construed to waive that tort
immunity set forth under Arkansas Law.
7. shall furnish a proof of
insurance, showing that the company carries Comprehensive General & Automobile
Insurance which must be valid for any vehicles transporting City of Fayetteville property.
The premiums for all insurance shall be paid by Contractor.
8. to furnish proof of licensure as
required by all local and state agencies.
9. This contract may be terminated by the City of Fayetteville or
with 10 days written notice.
10. Freedom of Information Act: City of Fayetteville contracts and documents
prepared while performing city contractual work arc subject to the Arkansas
Freedom of Information Act. If a Freedom of Information Act request is presented
to the City of Fayetteville, the contractor will do everything possible to provide
the documents in a prompt and timely manner as prescribed in the Arkansas
Freedom of Information Act (A.C.A. 25-19-101 et. Seq.). Only legally authorized
photo coping costs pursuant to the FOIA may be assessed for this compliance.
11. 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.
12. Jurisdiction: Legal jurisdiction to resolve any disputes must be
Arkansas with Arkansas law applying to the case.
WITNESS OUR HANDS THIS DAY OF , 2005.
ATTEST:
• •
CITY CLERK
SIGNATURE:
CITY OF FAYETTEVILLE,
FAYETTEVILLE, ARKANSAS
BY:
MAYOR
BY:
AUTHORIZED CONTRACTOR
ATTEST:
8
NAME AND TITLE
COMPANY SECRETARY
BUSINESS ADDRESS
Bob Davis
Submitted By
City of Fayetteville
Staff Review Form
City Council Agenda Items
or
Contracts
7/19/2005
City Council Meeting Date
Water& Wastewater
Division
Action Required:
Department
APPROVE TO PURCHASE FULL REBUILD OF FLIGHT SUBMERSIBLE PUMP (16,000 GPM) FOR LIFT
STATION NO. 21 WITH A NOT -TO -EXCEED PURCHASE PRICE OF $13,350.17 PLUS 10% CONTINGENCY
FOR A TOTAL OF $14,685.00. BIDS FOR THIS PUMP WILL BE RECEIVED ON WEDNESDAY, JUNE 29, 2005.
$14,685.00
Cost of this request
5400.5800.5414.00
Account Number
02068.1
Project Number
Category/Project Budget (2005)
214 41
Upgrade/Replace Lift Stations -W WTP
Program Category / Project Name
Funds Used to Date Program / Project Category Name
IZ1,Co%
Water & Sewer
Remaining Balance Fund Name
Budgeted Item Budget Adjustment Attached
Previous Ordinance or Resolution #
Department Director Date Original Contract Date:
0474— 7 /S /s Original Contract Number:
City Attorney !/ l
Finance and Internal Service Director
Date
Mayor
Date
Received in City Clerk's Office
ENTERED
Comments:
Clarice Pearman - Contracts
From: Clarice Pearman
To: Jurgens, David
Date: 7/21/05 10:38AM
Subject: Contracts
David,
This is just confirm that you and I have talked regarding the missing contracts as attachments for the
resolutions passed by City Council on Tuesday, July 19. 2005.
I understand that you will talk with MWY this aftemoon regarding their contract. I also understand that you
will be talking to RJN Group regarding their contracts and OMI regarding the Jack Tyler Engineering
contract.
Thank you for your help and attention to this matter.
Clarice
Page 1
Clarice Pearman - Jack Tyler Engineering
Page 1
From: Clarice Pearman
To: Jurgens, David
Subject: Jack Tyler Engineering
David,
Council approved a resolution awarding Bid 05-50 to Jack Tyler Engineering of Arkansas. I still have not
received an agreement to continue the processing of this resolution. Please get me an agreement for this
resolution. Thanks.
Clarice
Clarice Pearman - Jack Tyler
• --
From: Clarice Pearman
To: Jurgens, David
Date: 10/31/05 5:05PM
Subject: Jack Tyler
Page 1
David,
I am still waiting for the signed original for Jack Tyler Engineering to process the resolution. Please let me
know when I might expect to receive this item.
Thanks.
Clarice
Clarice Pearman_- Jack Tyler
•
Page 1
From: Clarice Pearman
To: Jurgens, David
Date: 11/4/05 4:09PM
Subject: Jack Tyler
David,
Attached is a copy of the resolution passed by City Council and a copy of the agreement.
Thanks.
Clarice
CC: dtranl@omiinc com