Loading...
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