Loading...
HomeMy WebLinkAbout219-14 RESOLUTIONRESOLUTION NO. 219-14 A RESOLUTION TO AWARD BID #14-64 TO EVANS ENTERPRISES, INC. TO REBUILD FOUR (4) MOTORS AND TO PURCHASE FOUR (4) VARIABLE FREQUENCY DRIVES AND LOAD REACTORS FOR THE NOLAND WASTEWATER TREATMENT PLANT IN THE AMOUNT OF $42,341.74 PLUS APPLICABLE TAXES 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 #14-64 to Evans Enterprises, Inc. to rebuild four (4) motors and to purchase four (4) variable frequency drives and load reactors for the Noland Wastewater Treatment Plant in the amount of $42,341.74 plus applicable taxes. PASSED and APPROVED this 16th day of December, 2014. ATTEST: By: Siu,et& SONDRA E. SMITH, City Clerk/Treasurer . AYGTT YEV°�L( sr�Fa®1111P7//I�l' '`•‘°�RK/T�-°®i `/--• oP �O 77 :�J' °9Qk SPS °°`� > `� y• N . <� City of Fayetteville, Arkansas Text File File Number: 2014-0551 113 West Mountain Street Fayetteville, AR 72701 479-575-8323 TDD - 479-521-1316 Agenda Date: 12/16/2014 In Control: City Council Agenda Number: A5. Version: 1 Status: Passed File Type: Resolution A RESOLUTION TO AWARD BID #14-64 TO EVANS ENTERPRISES, INC. TO REBUILD FOUR (4) MOTORS AND TO PURCHASE FOUR (4) VARIABLE FREQUENCY DRIVES AND LOAD REACTORS FOR THE NOLAND WASTEWATER TREATMENT PLANT IN THE AMOUNT OF $42,341.74 PLUS APPLICABLE TAXES 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 #14-64 to Evans Enterprises, Inc. to rebuild four (4) motors and to purchase four (4) variable frequency drives and load reactors for the Noland Wastewater Treatment Plant in the amount of $42,341.74 plus applicable taxes. City of Fayetteville, Arkansas Page 1 Printed on 12/17/2014 City of Fayetteville Staff Review Form 2014-0551 Legistar File ID 12/16/2014 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Billy Ammons Submitted By 11/24/2014 Submitted Date Wastewater Treatment Plant / Utilities Department Action Recommendation: Division / Department Staff recommends approval of Bid 14-64 with Evans Enterprises, Inc. to rebuild four (4) motors and to purchase four (4) variable frequency drives and Toad reactors for the Noland WWTP for $42,341.74 plus $4,128.32 tax, totaling $46,470.06. Budget Impact: 5400.5800.5801.00, 5400.5800.5414.00 Account Number 02069.1 Project Number Budgeted Item? Yes Water/Sewer Fund Plants Pumps and Equipment - WWTP Current Budget Funds Obligated Current Balance Project Title $ 267,206.00 $ 81, 042.00 ,164.00 Does item have a cost? Yes Item Cost $ Budget Adjustment Attached? No Budget Adjustment $ Remaining Budget 46,470.06 1.39,693, 94 Previous Ordinance or Resolution # Original Contract Number: Comments: Approval Date: V20140710 1�-iso-I�1 CITY OF ritlaye ARKANSAS MEETING OF DECEMBER 16, 2014 TO: Mayor and Fayetteville City Council THRU: Don Marr, Chief of Staff Water & Sewer Committee Tim Nyander, Interim Utility Director FROM: Billy Ammons, Wastewater Treatment DATE: November 24, 2014 STAFF MEMO SUBJECT: Approval of Bid 14-64 with Evans Enterprises, Inc. to rebuild four (4) motors and to purchase four (4) variable frequency drives (VFDs) and load reactors for the Noland Wastewater Treatment Plant (WWTP) for $46,470.06. RECOMMENDATION: Fayetteville Staff recommends approval of Bid 14-64 with Evans Enterprises, Inc. to rebuild four (4) motors and to purchase four (4) VFDs and Toad reactors for the Noland WWTP for $42,341.74 plus $4,128.32 tax, totaling $46,470.06. BACKGROUND: The Noland WWTP uses a biological nutrient removal system to treat the City's wastewater. Each of the two basins uses a series of six mixers and eight large mechanical aerators to provide the mixing and necessary oxygen for the microorganisms to treat the wastewater. The existing motors and control centers (circa.1988) are worn out, frequently in need of repair, and have exceeded their life expectancy. Rebuilding these motors is significantly more cost effective than replacing them with new units. Installing VFDs to replace the outdated electrical contactors enhances the biological treatment process and is more sustainable. As they adapt to the constantly changing influent loading, VFDs increase or decrease motor speeds to supply the appropriate level of oxygen thus minimizing excess electrical use. DISCUSSION: The City received one bid on November 19, 2014 to rebuild four (4) aerator motors, purchase four (4) VFDs and Toad reactors. Evans Enterprises, Inc. submitted the only bid and it meets specifications. Bidder Bid Evans Enterprises, Inc. $42,341.74 BUDGET/STAFF IMPACT: Funds are available in the Wastewater Treatment Plant CIP — Plant Pumps and Equipment. ATTACHMENTS: Staff Review Form Purchase Order Bid 14-64 Tabulation Bid Submittals Mailing Address: 113 W. Mountain Street Fayetteville, AR 72701 www.fayetteville-ar.gov Cit of Fayetteville - Purchase Order Request City tttPO yq � � (Not a Purchase Order) All PO Requests shallbe scanned to the Purchasing e-mail: Purchasing@fayetteville-ar.gov. Purchase shall not be made until an actual PO has been issued. Requisition No.: Date: 11/24/2014 P.O Number: Vendor #: 4090 VendorMail Name: Evans Enterprises,' Inc. Yes f No Legistar#: 2014-0551 Address: 2001 N 13th St FOB Point: Noland WWTP Taxable i✓ Yes r No Expected Delivery Date: City: Rogers State: AR Zip Code: 72756 Ship to code: 72701 Quotes Attached P Yes r No Requester: Billy Ammons Requester's Employee #: OMI Extension: 479-443-3292 Item Description Quantity Unit of Issue Unit Cost Extended Cost Account Number Project.Sub# Inventory # Fixed Asset # 1 2 3 4 5 6 7 8 9 10 Per Bid#14-64 Rebuild and rewind Baldor Reliance 100 HP, 1200 RPM, 480 V, 3 Phase, 124 Amp, 445T Frame, TEFC, F1 mounting motor. 2 EA 6,731.55 $13,463.10 5400.5800.5414.00 02069.1 Rebuild and rewind Baldor Reliance, 50 HP, 1200 RPM, 480 volt, 3 phase, 66 Amp, 405T frame, TEFC, F2 mounting motor. 2 EA 4,461.70 $8,923.40 5400.5800.5414.00 02069.1 Variable Frequency Drive, make ABB model ACS550-U1-157A-4 Asset #6298 1 EA 6,216.00 $6,216.00 - 5400.5800.5801.00 02069.1 #6298 Variable Frequency Drive, make ABB model ACS550-U1-097A-4 3 EA 3,433.08 $10,299.24 5400.5800.5414.00 02069.1 Load bank reactor, make Baldor model LRAC130AC82 2 EA 860.00 $1,720.00 5400.5800.5414.00 02069.1 Load bank reactor, make Baldor model LRAC08002 2 EA 860.00 $1,720.00 5400.5800.5414.00 02069.1 $0.00 $0.00 $0.00 $0.00 Shipping/Handling Lot $0.00 Special Instructions: Subtotal: Tax: Total: $42,341.74 $4,128.32 $46,470.06 Approvals: Mayor: Department Director: Purchasing Manager: Chief Financial Officer: Budget Director: IT Director: Dispatch Manager: Utilities Manager: Other: Revised 6/18/2014 CITY OF ayLeviI1ep City of Fayetteville, Arkansas Purchasing Division OFFICIAL BID TABULATION Bid 14-64, WWTP Motor Rebuilds & New Equipment Wednesday, November 19, 2014 at 2:00 PM SECTION A: Motor Rebuild Ite m DESCRIPTION QTY PRICE EACH EXTENDED PRICE 1 Rebuild and Rewind Baldor Reliance 100 HP, 1200 RPM, 480 V, 3 Phase, 124 Amp, 445T Frame, TEFC, F1 mounting motor. 2 x $ 6,731.55 $ 13,463.10 2 Rebuild and rewind Baldor Reliance, 50 HP, 1200 RPM, 480 volt, 3 phase, 66 Amp, 405T frame, TEFC, F2 mounting Motor 2 x $ 4,461.70 $ 8,923.40 TOTAL BID SECTION A $ 22,386.50 SECTION B: New Equipment 3 ABB Model ACS550-U1-157A-4 or Equal Variable Frequency Drive 1 x $ 6,216.00 $ 6,216.00 4 ABB Model ACS550-U1-097A-4 or Equal Variable Frequency Drive 3 x $ 3,433.08 $ 10,299.24 5 Model LRAC130ACB2 or Equal Load Reactor 2 x $ 860.00 $ 1,720.00 6 Model LRAC08002 or Equal Load Reactor 2 x $ 860.00 $ 1,720.00 TOTAL BID SECTION B $' 19,955.24; TOTAL BASE BID (SECTION A + B) P. Vice, Purchasing Manager t<(it(ff Dafe CITY OF aye Y ARKANSAS INVITATION TO BID City of Fayetteville, Arkansas Purchasing Division — Room 306 113 W. Mountain St. Fayetteville, AR 72701 Phone: 479.575.8220 TDD (Telecommunication Device for the Deaf): 479.521.1316 INVITATION TO BID: Bid 14-64, WWTP Motor Rebuilds & New Equipment DEADLINE: Wednesday, November 19, 2014 before 2:00 PM, Local Time DELIVERY LOCATION: Room 306 —113 W. Mountain, Fayetteville, AR 72701 PURCHASING AGENT: Andrea Foren, CPPO, CPPB, aforen@fayetteville-ar.gov DATE OF ISSUE AND ADVERTISEMENT: Monday, October 27, 2014 INVITATION TO BID Bid 14-64, WWTP Motor Rebuilds & New Equipment No late bids will be accepted. Bids shall be submitted in sealed envelopes labeled with the name and address of the bidder. All bids shall be submitted in accordance with the attached City of Fayetteville specifications and bid documents attached hereto. Each bidder is required to fill in every blank and shall supply all information requested; failure to do so may be used as basis of rejection. The undersigned hereby offers to furnish & deliver the articles or services as specified, at the prices & terms stated herein, and in strict accordance with the specifications and general conditions of bidding, all of which are made a part of this offer. This offer is not subject to withdrawal unless upon mutual written agreement by the Proposer/Bidder and City Purchasing Manager. Name of Firm: Ex.L a v._ tt,1�.� tkc - Contact Person: _-1>4.cja S-E.;vJc3 <"t- Title: (I Kg/iv,. E -Mail: d tcs cO e,vawg.. ci v Business Address: City: Phone: Lict - (SZ�lsz — CD -7 : Zip: -1?-7S0 Signature: Date: "--/57-/ City of Fayetteville, AR Bid 14-64, WWTP Motor Rebuilds & New Equipment Page 1 of 16 City of Fayetteville Bid 14-64, WWTP Motor Rebuilds & New Equipment Bid Form DATE REQUIRED: Rebuild shall be completed within 90 days of purchase order being issued and new parts shall be delivered within 90 days of purchase order being issued F.O.B. Noland Wastewater Treatment Plant, 1400 N. Fox Hunter Rd., Fayetteville, AR 72701 City of Fayetteville, Arkansas Bid 14-64, WWTP Motor Rebuild & New Equipment Bid # 14-64 Date Issued: Monday, October 27, 2014 Date and Time Of Bid Opening: Tuesday, November 18, 2014 before 2;00 PM, local time - Room 306 SECTION A: Motor Rebuild Item 1 2 DESCRIPTION QTY PRICE EACH EXTENDED PRICE Rebuild and Rewind Baldor Reliance 100 HP, 1200 RPM, 480 V, 3 Phase, 124 Amp, 445T Frame, TEFC, F1 mounting motor. Rebuild and rewind Baldor Reliance, 50 HP, 1200 RPM, 480 volt, 3 phase, 66 Amp, 405T frame, TEFC, F2 mounting Motor 1 2 x x 6,-1Si . 5. $ TOTAL BID SECTION A SECTION B:: New Equipment ;_` 3 4 ABB Model ACS550-U1-157A-4 or Equal Variable Frequency Drive ABB Model ACS550-U1-097A-4 or Equal Variable Frequency Drive 3 3 x x 5 6 Model LRAC130ACB2 or Equal Load Reactor Model LRAC08002 or Equal Load Reactor 2 2 x x $ $ )01,29g ..94 TOTAL BID SECTION B TOTAL BASE BID (SECTION A+ B) 1' Bids shall be submitted on this bid form in its entirety AND accompanied by descriptive literature on the products being bid. The City intends on awarding this bid to a single vendor. The City of Fayetteville shall be responsible for the removal of the old motors, the installation of motors after rebuild and rewind, and the installation of the variable frequency drives and load reactors. Bidder shall be responsible for motor pickup prior to rebuild services and the delivery of motors after rebuild services are complete. BID FORM CONTINUES ON NEXT PAGE City of Fayetteville, AR Bid 14-64, WWTP Motor Rebuilds & New Equipment Page 2 of 16 EXECUTION OF BID - Actual specification of any deficient item shall be noted on the bid sheet or separate attachment. If specifications of item bid differ from provided literature, deviation shall be documented and certified by the manufacturer as a regular production option. Upon signing this Bid, the bidder certifies that: 1. He/she has read and agrees to the requirements set forth in this proposal, including specifications, terms, standard conditions, and any pertinent information regarding the articles being bid on. 2. Unless otherwise noted and explained, the unit bid and listed meets or exceeds all of these requirements as specified by The City of Fayetteville. 3. The Bidder can and will comply with all specifications and requirements for delivery, documentation and support as specified herein. 4. I, as an officer of this organization, or per the attached letter of authorization, am duly authorized to certify the information provided herein is accurate and true. 5. Bidder shall comply with all State and Federal Equal Opportunity and Non -Discrimination requirements and conditions of employment in addition to all federal, state, and local laws. 6. Bidder shall disclose any possible conflict of interest with the City of Fayetteville, including, but not limited to, any relationship with any City of Fayetteville employee. Response shall disclose if a known relationship exists between any principal or employee of your firm and any City of Fayetteville employee or elected City of Fayetteville official. If no relationship exists, this should also be stated in your response. Failure to disclose such a relationship may result in cancellation of a purchase and/or contract as a result of your response. 1.) NO KNOWN RELATIONSHIP EXISTS 2.) RELATIONSHIP EXISTS (Please explain): 7. Bidder will perform the Work in compliance with all applicable trench safety standards set forth in Occupational Safety and Health Administration (OSHA) Part 1926 — Subpart P — Excavations. 8. As A bidder on this project, you are required to provide debarment/suspension certification indicating that you are in compliance with the below Federal Executive Order. Certification can be done by completing and signing this form. a. Federal Executive Order (E.O.) 12549 "Debarment and Suspension" requires that all contractors receiving individual awards, using federal funds, and all sub -recipients certify that the organization and its principals are not debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal department or agency from doing business with the Federal Government. b. Your signature below certifies that neither you nor your principal is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. City of Fayetteville, AR Bid 14-64, WWTP Motor Rebuilds & New Equipment Page 3 of 16 Unsigned bids will be rejected. Items marked * are mandatory for consideration. *NAME OF FIRM: & 4:1"-S PA_ (IA.( . Purchase Order/Payments shall be issued to this name *D/B/A or Corporation Name *BUSINESS ADDRESS: \ Y�os` . I3 *CITY: *STATE: *ZIP: *PHONE: t--1 t " 0-1 a 1 FAX: LI -19 LQ 3 *E-MAIL: kcS.ICS, *AUTHORIZED 711 SIGNATURE: Il',/ *BY: (PRINTED NAME) *TITLE: *DUNS NUMBER: O C� -- ) a - -(S11. CAGE NUMBER: *TAX ID NUMBER: I 3 cp9 aR g. Acknowledge Addendums: Addendum No. Dated: IoPgf Acknowledged by: Addendum No. Dated: `\ Hilq Acknowledged by: Addendum No. Dated: )( l4' I Acknowledged by: 0 7 IL( 7,2',64e / City of Fayetteville, AR Bid 14-64, WWTP Motor Rebuilds & New Equipment Page 4 of 16 inverter duty with the following specifications and requirements: a. / Disassemble motor and stem clean all parts b. ✓ Rewind stator with Class H winding insulation and inverter duty spike resistant wire c. ✓ Vacuum pressure impregnation to assist resin (Dolph's CC -1105 or equal) penetration and bake windings. If bidding resin other than Dolph's CC -1105, please indicate resin type here: d. ✓ Over dip with Dolph's BC -352 resin or equal and bake the windings. If bidding resin other I/ than Dolph's BC -352, please indicate resin type here: e. ✓ Modify and properly set the internal rotor shaft tolerance to accommodate new AEGIS shaft grounding ring Dynamic balancing of rotor Install new bearings and bearing housings Install new AEGIS shaft grounding ring and two new v -rings Assemble and test motor, including vibration testing. Motor shall be painted the same color as existing unit. f. ✓ g. ✓ h. V 3.3 LINE ITEM A2: Rebuild and Rewind two Baldor Reliance, 50 Horsepower, 1200 RPM, 480 Volt, 3 Phase, 66 Amp, 405T Frame, TEFC, F2 mounting motors 3.4 The rebuild and rewind service shall convert the existing two speed motor to a single speed inverter duty with the following specifications and requirements: a. V Disassemble motor and steam clean all parts b. ✓ Rewind stator with Class H winding insulation and inverter duty spike resistant wire c. ✓/ Vacuum pressure impregnation to assist resin (Dolph's CC -1105 or equal) penetration and bake windings. If bidding resin other than Dolph's CC -1105, please indicate resin type here: d. ✓ Over dip with Dolph's BC -352 resin or equal and bake the windings. If bidding resin other than Dolph's BC -352, please indicate resin type here: e. ✓ Modify and properly set the internal rotor shaft tolerance to accommodate new AEGIS shaft grounding ring f. ✓ Dynamic balancing of rotor g. ✓ Install new bearings and bearing housings h. ✓ Install new AEGIS shaft grounding ring and two new v -rings i. I/ Assemble and test motor, including vibration testing. j. ✓ Motors shall be painted with industrial strength enamel and shall match the existing Machine Dark Grey color with an eggshell finish. Paint color and finish shall be field verified. 4. TECHNICAL SPECIFICATIONS — SECTION B 4.1 LINE ITEM B3: Variable Frequency Drive — Quantity: 1 (one) a. ✓ ABB Model ACS550-U1-157A-4 or approved equal. If bidding model different than specified, please notate manufacturer/model here: b. '-7. 480 VAC Input Voltage City of Fayetteville, AR Bid 14-64, WWTP Motor Rebuilds & New Equipment Page 13 of 16 c. ,✓ 3 -Phase d. ✓ Wall mount construction e. ✓ NEMA 1 UL Type 1 Enclosure f. ✓ Power Rating: • Normal Duty: 75 horsepower • Heavy Duty: 60 horsepower g. ►✓ Amperage Rating: • Normal Duty: 97 amps • Heavy Duty: 77 amps h. ✓ R4 Frame size i. ✓ Modbus RTU communication 4.2 LINE ITEM B4: Variable Frequency Drives — Quantity: 3 (three) a. ✓ ABB Model ACS550-U1-097A-4 or approved equal. If bidding model different than specified, please notate manufacturer/model here: b. ✓ 480 VAC Input Voltage c. ✓ 3 -Phase d. ✓ Wall mount construction e. ✓ NEMA 1 UL Type 1 enclosure f. s✓ Power Rating: • Normal Duty: 75 horsepower • Heavy Duty: 60 horsepower g. t✓ Amperage Rating: • Normal Duty: 97 amps • Heavy Duty: 77 amps h. V R4 Frame size i. ✓ Modbus RTU communication 4.3 LINE ITEM B5: Load Reactor— Quantity: 2 (two) a. Baldor load reactor model LRAC130ACB2 or approved equal. If bidding model different than specified, please notate manufacturer/model here: b. ✓ 480 volt input c. ✓ 130A input current d. ✓ Frequency: 60 Hertz e. ✓ Impedance: 3% f. ✓ Inductance: 0.17mH g. ,✓ Bus Bar Terminal h. ✓ Baldor Enclosure model LRENC-15 or approved equal. If bidding different than specified, please notate manufacturer/model here: 4.4 LINE ITEM 66: Load Reactor— Quantity: 2 (Two) a. ✓ Baldor load reactor model LRAC08002 or approved equal.. If bidding model different than specified, please notate manufacturer/model here: b. ✓480 volt input City of Fayetteville, AR Bid 14-64, WWTP Motor Rebuilds & New Equipment Page 14 of 16 c. ✓ 80A input current d. v" Frequency: 60 Hertz e. ✓ Impedance: 3% f. ✓ Inductance: 0.4mH g. ✓ Screw Terminal h. I✓ Baldor Enclosure model LRENC-13 or approved equal. If bidding different than specified, please notate manufacturer/model here: WARRANTY- 5.1 ARRANTY- 5.1 Warranty shall include the following at minimum. Bidder shall serve as the warranty admi istrator. a. All new equipment bid shall be warranted for a minimum of one year from the date of /acceptance by the City or the manufacturer's standard warranty, whichever is greater. b. i/ Warranty for the rebuilt motors shall be for a minimum of one year from the date of acceptance by the City or the manufacturer's standard warranty, whichever is greater. c. ✓ Warranty for both shall include all parts, labor, and transportation to and from the location of the warranty administrator. STANDARDS — 6.1 Each unit shall meet or exceed the following applicable standards. a. Occupational Safety and Health Administration Standards (OSHA). DELIVERY/DOCUMENTATION - 7.1 Equipment supplied under this specification shall remain the property of the Supplier until delivery to and acceptance by the City of Fayetteville. Deliveries for the equipment will only be accepted during normal business hours between 7:30 AM and 3:30 PM, local time, Monday through Friday, Federal holidays excluded. 7.2 All units shall be delivered FOB to the Noland Waste Water Treatment Plant located at 1400 North Fox Hunter Road, Fayetteville, AR 72701. 7.3 Delivery shall include the following documents as a minimum: a. / Manufacturer's Certificate of Origin, if available b. Dealer invoice 7.4 Unit shall be fully assembled, serviced, and ready for operation as delivered. 7.5 Physical installation of the motors, variable frequency drives and load reactors shall be the responsibility of the City of Fayetteville. 7.6 All bids shall include the following submittal information: a. ✓ A certification of the warranty and statement of extended warranty, if any City of Fayetteville, AR Bid 14-64, WWTP Motor Rebuilds & New Equipment Page 15of16 b. ,7 A detailed list of items to be supplied under the bid c. ✓ A detailed set of installation instructions include a contact name and phone number for technical support during the installation 8. MANUALS - 8.1 The successful bidder agrees to furnish the following list of manuals: a. ✓ Variable Frequency Drive Manual: One (1) file copy PLUS one (1) copy for each unit purchased. b. V Load Reactor Manual: One (1) file copy PLUS one (1) copy for each unit purchased. 8.2 Payment(s) may be held until all manuals and certifications are delivered to the City of Fayetteville. 9. TRAINING: - 9.1 Training described herein shall be arranged through Wastewater Operations for both operators and mechanics by a qualified instructor at a location designated and provided by the City. a. ✓ Operator Training (Required): Shall include proper operating techniques and daily maintenance including lubrication, inspection of fluid checks and adjustments. This training shall be designed to instruct qualified machinery operators. b. 17 training Maintenance Training (Required): Shall be designed to instruct qualified mechanics in techniques and procedures that are new and unique to the new unit model supplied. Training shall consist ofthe following: basic servicing and lubrication procedures, diagnostics, disassembly, repair and assembly of components. Training shall consist of a classroom situation utilizing audiovisual aids where possible. 10. SUPPORT SERVICES — 10.1 Repair Parts Inventory— stock of standard repair parts for units bid must be available to the City within 24 hours of part(s) request. Parts inventory availability shall be considered in the purchasing decision. 10.2 Maintenance Service — Fully trained maintenance personnel shall be available for service within 24 hours of repair requests. This shall include warranty service. Availability of maintenance personnel shall be considered in the purchasing decision. City of Fayetteville, AR Bid 14-64, WWTP Motor Rebuilds & New Equipment Page 16 of 16