Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
103-15 RESOLUTION
RESOLUTION NO. 103-15 A RESOLUTION TO AWARD BID #15-25 AND AUTHORIZE THE PURCHASE OF TWO (2) PUMPS AND MOTORS FOR THE AIRPORT NORTH LIFT STATION FROM EVANS ENTERPRISES, INC. IN THE AMOUNT OF $42,010.00 PLUS APPLICABLE SALES 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 #15-25 and authorizes the purchase of two (2) pumps and motors for the Airport North Lift Station from Evans Enterprises, Inc. in the amount of $42,010.00 plus applicable sales taxes. PASSED and APPROVED this 2°a day of June, 2015. ATTEST: By: 'j'0nW4'C . &. jot4& SONDRA E. SMITH, City Clerk Treasurer O�� �FtlC•/ rRE `�.� •. G�Z Y 0/1 -0.0 s. : FAYEEVIUE - �• ; �. •��9s • • AN City of Fayetteville Arkansas 113 West Mountain Street gj= Fayetteville, AR 72701 (479) 575-8323 Text File File Number: 2015-0245 Agenda Date: 6/2/2015 Version: 1 Status: Agenda Ready In Control: City Council Meeting File Type: Resolution Agenda Number: A. 2 BID #15-25 EVANS ENTERPRISES, INC. A RESOLUTION TO AWARD BID #15-25 AND AUTHORIZE THE PURCHASE OF TWO (2) PUMPS AND MOTORS FOR THE AIRPORT NORTH LIFT STATION FROM EVANS ENTERPRISES, INC. IN THE AMOUNT OF $42,010.00 PLUS APPLICABLE SALES 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 #15-25 and authorizes the purchase of two (2) pumps and motors for the Airport North Lift Station from Evans Enterprises, Inc. in the amount of $42,010.00 plus applicable sales taxes. City of Fayetteville, Arkansas Page 1 Printed on 512812015 City of Fayetteville Staff Review Form 2015-0245 Legistar File ID City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Wastewater Treatment Plant / Billy Ammons 5/8/2015 Utilities Department Submitted By Submitted Date Division / Department Action Recommendation: Staff recommends approval of Bid 15-25 with Evans Enterprises, Inc. to purchase two (2) pumps and motors for the Airport North Lift Station (LS #16) for $42,010.00 plus $4,095.98 tax, totaling $46,105.98. Funds are available within the Wastewater Treatment Plant CIP — Upgrade/Replace Lift Stations project. Budget Impact: 5400.5800.5801.00 Water/Sewer Account Number Fund 02068.1 Upgrade/Replace Lift Stations - WWTP Project Number Project Title Budgeted Item? Yes Current Budget $ 148,861.75 Funds Obligated $ - Current Balance $ 14886L75 Does item have a cost? Yes Item Cost $ 46,105.98 Budget Adjustment Attached? No Budget Adjustment $ - Remaining Budget $ I0Z7SS.72 V20140710 Previous Ordinance or Resolution # Original Contract Number: Approval Date:_ Comments: CITY OF ttvlle ARKANSAS MEETING OF JUNE 2, 2015 TO: Mayor and Fayetteville City Council THRU: Don Marr, Chief of Staff Water & Sewer Committee Tim Nyander, Utilities Director FROM: Billy Ammons, Wastewater Treatment DATE: May 8, 2015 STAFF MEMO SUBJECT: Approval of Bid 15-25 with Evans Enterprises, Inc. to purchase two (2) pumps and motors for the Airport North Lift Station (LS #16) for $42,010.00. RECOMMENDATION: City administration recommends approval of Bid 15-25 with Evans Enterprises, Inc. to purchase two (2) pumps and motors for the Airport North Lift Station (LS #16) for $42,010.00 plus $4,095.98 tax, totaling $46,105.98. Funds are available within the Wastewater Treatment Plant CIP — Upgrade/Replace Lift Stations project. BACKGROUND: The City operates and maintains 37 active wastewater lift stations. The Airport North Lift Station receives wastewater flow from four lift stations. The two pumps at this station have a combined rated capacity of approximately 2.6 million gallons per day. These pumps are nearly 50 years old and have more than doubled their life expectancy. Given the age of the equipment, they pose a significant risk of mechanical or electrical failure which could result in a sewer overflow. DISCUSSION: The City received two bids on March 17, 2015 to purchase two (2) pumps and motors. Evans Enterprises, Inc. submitted the lowest bid and it meets specifications. Bidder Bid Alliance Pump & Mechanical Service $48,980.00 Evans Enterprises, Inc. $42,010.00 BUDGET/STAFF IMPACT: Funds are available in the Wastewater Treatment Plant CIP — Upgrade/Replace Lift Stations project. ATTACHMENTS: Purchase Order Bid 15-25 Tabulation Bid 15-25 Submittals Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 City of Fayetteville -Purchase Order Request PO � � Requisition o.: Dale: if p 51812015 (Not a Purchase Order) P.O Number. All PO Requests shall be scanned to the Purchasing e-mail: Purchasing@fayettevillear.gov. Purchase shall not be made until an actual PO has been issued. Vendor 4090 Vendor Evans Enterprises, Inc. Mail r Yes r No Legistar#: #. Name: 2015-0245 FOB Point: Taxable Address: 2001 N 13th St Noland W WiP IF Yes r Na Expected Delivery Date: Zip Code: Ship to code: Quotes Attached City: Rogers State: AR 72756 72701 F Yes r' No Requesters Employee #: Extension: Requester: Billy Ammons OMI 479-443-3292 Item Description Quantity Unit of Issue Unit Cost Extended Cost Account Number Project.Sub# Inventory # Fixed Asset # Per Bid#15-25, Chicago Type 2235 1 Model CP4103 dry pit submersible lift 2 r11 21,005.00 $42,010.00 5400.5800.5801.00 02068.1 300978 & station pump and motor-FA#'s 300979 300978 & 300979 2 3 4 5 6 7 8 9 10 Shipping/Handling Lot Special nstructions: Subtotal: $42,010.00 Tax: $4,095.98 Total: $46,105.98 Approvals: Mayor Department Director: Purchasing Manager: Chief Financial Officer: Budget Director: IT Director. Dispatch Manager. Utilities Manager. Other: CITY OF City of Fayetteville, Arkansas r � ® Purchasing Division le OFFICIAL BID TABULATION 4 Bid 15-25, Lift Station Pumps ARKANSAS Tuesday, March 17, 2015, before 2:00 PM Local Time *NOTICE: Bid award is contingent upon vendor meeting minimum specifications and formal authorization by City officials. CERTIFIED: P. Vice, Purchasing Manager �litness I Date CITY OF yeuevliie ARKANSAS 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 15-25, Lift Station Pumps & Motors DEADLINE: Tuesday, March 17, 2015 before 2:00 PM, Local Time DELIVERY LOCATION: Room 306 —113 W. Mountain, Fayetteville, AR 72701 PURCHASING AGENT: Andrea Foren Rennie, CPPO, CPPB, aforen@fayetteville-ar.gov DATE OF ISSUE AND ADVERTISEMENT: Thursday, February 26, 2015 INVITATION TO BID Bid 15-25, Lift Station Pumps & Motors 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 c Contact E -Mail: Business Address: Ada/ A/, /..?'L City: StPQ Zip:_ Signature: Date: 3"'/%T City of Fayetteville, AR Bid 15-25, Lift Station Pumps & Motors Page 1 of 14 Company: YCC"Chicago Name: Date: 1/12/2015 Customer. Project: Location: Quote#: P�JIMi• Item ID./ Tag #: Qty. of Pumps: Pump: Search .Criteria: Model: CP4103 Flow: 900 US gpm Head: 65 ft Type: 2235 Speed: 1750 rpm Ftuid: Synch speed: 1.800 rpm Dia: 9.8125 in Curve ID No.: 40355 Impeller ID No.: 4700002 Water Temperature: 68 °F Specific Speeds: Na: --- Density: 62.32 lb/ft' Viscosity: 0.9946 cP Vapor pressure: 0.3391 psi a Ahn pressure: 14.7 psi a Nss: - NPSHa: — Dimensions: Suction: '4 in Discharge: 4 in Motor: Pump Limits: Standard: YCC Size: 30 hp Enclosure: TENV Speed: 1800 Temperature: 104 °F Power: -- Frame: 250CLC Pressure:. 75 psi g Eye area: 12.6 in2 Sizing criteria: Max Power on Design Curve Sphere size: 3 in --- Data Point — Flow: 900 US gpm Head: 65.3 it Eff: 74%. Power: 20.1 hp NPSHr: 20 ft --- Design Curve ---- Shutoff head: 109 ft Shutoff dPi 47 psi Min flow: - BEP: 74%.@ 888 US gpm NOL power: 24 hp© 1166 US gpm Max Curve -- Max power 25.1 hp @ 1181 US gpm 10 in 10C 80 60 S 40 20 7.5 hp 30 hp 25 hp '0 hp 0 40 100 200- 300 400 500 600 700 800 900 1000 1100 1200 20 Z. 0 100 200 300 400 500 600 700 800 900 1000 1100 1200 US gpm Default motor size is based upon max: power on the design curve plus a margin factor to allow for impeller trim variances. that may occur to meet H.I. TDH requirements. Efficiencies and data are typical. Please contact the factory for guaranteed values. FOR TEMP. ABOVE 104 DEG. F (40 DEG C) REFER TO FACTORY FOR ASSISTANCE.. Performance Evaluation: Flow Speed Head Efficiency Power NPSHr US gpm rpm ft % hp 'ft 1080 1750 55.1 .65 23.1 26.4 900 1750 65.3 74 20.1 20 720 1750 73.1 70 19. '15.3 540 1750 79.9 65 16.8 11.4 360 1750 85.5 55 13.9 8.78 Chicago Pump - PumpfinderPlus 10 Selected from catalog: CP 2235.60 Vera: 1 Beyond-Synthetic- Barrier Fluid FDA'' is a pure, non -reactive, synthetic fluid that provides superior lubrication and cooling for double and tan- dem mechanical seals. Barrier Fluid FDA' provides very stable seal performance over an extremely wide temperature range, satisfying most seal service requirements. Barrier Fluid FDA5 is extremely clean and has excellent low temperature fluidity and heat transfer proper- ties. Barrier Fluid FDA" is sanctioned tinder the FDA CFR Title 21 Sections I78.3620(a)(h); 172-878: 175.105: 172.200 and 210; 177 7260,. 2600 and 2800; 178.3570 and 3910. Barrier Fluid FDA, is NSF certified for Al service. Barrier Fluid FDA" is essentially inert, allowing it to he used with most hydrocarbon gases and aqueous acids and bases. Barrier Fluid FDA' is an undyed product. Performance Advantages: • Environmentally Safe Royal Purple' Barrier Fluids are not listed on the EPA's VHAP (volatile hazardous: air pollutants) or VOc (volatile organic compounds) lists.. • Sanctioned by the EPA, NSF Barrier Fluid .FDA" is the first synthetic white oil sanctioned tinder the FDA's CFR Title 21 Sections 178.3620(a) & (b); 172.878: 175.105: 176.20(). It is also sanctioned under 210; 177.2260 and 28()[Y; and 178.3570 and 3910. Barrier Fluid FDAis NSF certified for HI service. • Minimal Disposal Problems Royal Purple" Barrier Fluids can be recycled, burned or dis- posed the same as mineral oil. • Very Low Moisture Content Royal Purple' Barrier fluids have a low moisture content to prevent seal problems or catalyst poisoning where applicable. • Beyond SysitheticTM • Highest Purity Barrier Fluid FDA' contains no impurities such as sulfur, vana- dium, amines, etc., that can be harmful or reactive to process fluids or poison the catalyst if it enters a process stream. • Extremely Clean Barrier Fluid FDA'- has a typical ISO Cleanliness Grade 14/13/11, minimizing abrasive wear to seal faces and extend- ing seal life. • Excellent Heat Transfer Properties Royal Purple' Barrier Fluids are 25 to 30 percent better than mineral oil to keep seals cool. • Excellent Low Temperature Fluidity Royal Purple'' Barrier Fluids have excellent low temperature fluidity for cryogenic andcold weather service. • Uniform Molecular Size The no light ends, plus excellent thermal stability of Royal Purple' Barrier Fluids provide maximum protection against blistering of carbon seal faces caused by fluid volatility. • High Flash Point Royal Purple' Barrier Fluids have a high flash, point for maxi- mum safety. • Compatible with Most Fluids Royal Purple' Barrier Fluids can be mixed with mineral oils, PAOs and diester fluids but should not he mixed with glycol or silicone synthetics. • Wide Seal Compatibility Range Royal Purple'- Barrier Fluids an compatible with Viton", neo- prene, Buna N (except high ACN). silicone, polyurethane ester, cpichlorahydrin. polysulfide. ethlerie r acrylic. polycrylate, flourosilicone, propylene oxide, chlorosutfonated polyethyl- ene, chlorinated polyethylene. Kalrez'. Nordel', fluroelas- tomer. nitrile and others. It is not for use with EPDM or EPR clastomers. Victor". Kalrez' and Nordel" are registered trade- marks of El. DuPont. Barrier Fluid Grade deal Properties,.* -__ t 22xr 34*= 56 A•*,..... 78*w .........910...... Vapor Pressure mmHG @ 100"F 0.0060 0.0001 0.0005 0.0003 0.0001 Pour Point 'F -70 -85 -75 -65 -65 Flash Point 'F 335 445 462 482 505 Fire Point'F 350 485 510 542 '555. Boiling Point "F 538 655 718 759 755 Autoigtlition °.F >420 >600 >600 >600 >600 Specific Gravity_.._.._ .._....... ......_...... _..........0.799_._...-.._:.__0:816 __.. 0.824 fl_8833----.......,._._0;838......._.. ' Properties are typical and may vary Barrier Fluid 22 Is 80 percent biodegradable within 28 days per industry standard CEC L33 -A-94. NSF certified. for N1: service. Royal Purple, Inc. 'One Royal Purple Lane • Porter, Texas 77365 PS0218 O4/0B Phone: 281-354-8600 • Fax: 281-354-7600 , www.royalpurple.com !/f PUMP 3905 Enterprise Court — Aurora, Illinois 60504 — PHONE: (630) 236-5500 — FAX: (630) 236-5511 Chicago Submersible Pump Equipment Warranty 5 -Year Pro -Rated for Municipal Applications 1. Chicago Submersible Pumps are warranted, for a period of five years from date of shipment to the Original Buyer, to be free from defects in material and/or workmanship and to conform to any applicable drawings and specifications approved by Chicago Pump. 2. The five year warranty is a prorated warranty as shown below: Parts will be replaced within the time period noted and buyer will be invoiced at the given percentage rate of the price in effect at the time of shipment. Months from Date of Shipment to Original Buyer 0-18 19-31 32-45 45-60 Percentage Rate of Warranty 0%* 25% 50% 75% * Refer to Item 5 3. If within this period Chicago receives from the Original Buyer written notice of any alleged defect in any such apparatus and if the apparatus is found not to be in conformity with this warranty (the Buyer having provided Chicago a reasonable opportunity to perform any appropriate tests required thereon) Chicago will, at its option and expense, either repair the same or supply replacement equipment. 4. Chicago, under either option, shall have the right to require the Original Buyer to deliver the apparatus to a designated service center; the Original buyer shall pay all charges of inbound and outbound transportation. Chicago shall pay only the direct and actual cost of apparatus, repair or replacement as provided in item 3. 5. Labor charges for in -warranty repairs performed by Chicago or its designated service center shall be assumed by Chicago if the repair is completed within 18 months from the date of shipment to Original Buyer. 6. After repair, pumps are warranted for the residual period on the initial warranty. 7. The Submersible Pump and Motor have a double seal with a moisture detection system. The warranty shall cover the cost of replacement of the outer seal only. IF THE MOISTURE DETECTION SYSTEM IS NOT CONNECTED, THE WARRANTY IS VOID! The submersible Motor has motor winding thermostats. The Thermostats must be connected per local, state and/or National Electric Code. IF THE MOTOR WINDING THERMOSTATS ARE NOT CONNECTED, THE WARRANTY IS VOID! 8. Pumps destined for long-term storage shall be stored in accordance with the appropriate Service Bulletins. Any damage to the pumps due to improper storage conditions shall void this warranty. 9. Any claim by Buyer with reference to the equipment sold hereunder for any cause shall be deemed waived by Buyer unless submitted to Chicago in writing within thirty (30) days from the date Buyer discovered, or should have discovered, any claimed breach. Unless agreed to the contrary by Chicago in writing, any work done, material furnished, repairs or designs made by others, shall void the warranty. Chicago Pump shall not be liable for incidental or consequential losses, damages or expenses, directly or indirectly arising from the sale, handling or use of the equipment, or from any other cause relating thereto, and Chicago Pump liability hereunder in any case is expressly limited to the replacement (in the form originally shipped) of equipment or any part thereof, not complying with this order, or, at Chicago Pump's election, to the repayment of, or crediting Buyer with an amount equal to the purchase price of such equipment, whether such claims are for breach or warranty or negligence. THIS WARRANTY IS EXPRESSLY MADE IN LIEU OF ANY AND ALL OTHER WARRANTIES EXPRESSED OR IMPLIED INCLUDING WARRANTIES OF MERCHANTABILITY AND FITNESS. CHICAGO PUMP City of Fayetteville Bid 15-25, Lift Station Pumps & Motors Technical Specifications: Lift Station Pumps & Motors BIDDING REQUIREMENTS: o When given a specification option with a blank (example a. ________), bidder shall write a "check mark" or write "rimes" indication yes if the accompanies specification is met. In the event a specification cannot be met, bidder shall indicate so by writing in "NO" or leaving the item blank and writing on the City's bid forms how the specification is not met or how the unit(s) bid differ from what has been specified. o Bidders shall NOT supply warranty papers for the City to interpret whether a warranty specification is met or not. 1. GENERAL - 1.1 This specification concerns the replacement of two (2) dry -pit submersible solids handling pumps and motors. It also includes the supplying of all connections, fittings, alignment, etc. necessary for the pr attachment to the existing Fairbanks elbow -and system 1.2 Unit(s) bid shall be for replacement at the Airport North Lift Station (LS#16)-and shall be delivered to the Noland WWTP, 1400 N Fox Hunter Rd, Fayetteville, AR 72701. 1.3 All unit(s) bid shall meet or exceed the minimum requirements or they will be deemed incomplete and will not be considered for bid award. 1.4 All specifications written are to minimums unless otherwise noted. 1.5 Pricing bid shall be inclusive of all items, shipping, and warranty. Bid pricing shall NOT include sales tax. Applicable taxes will apply upon invoicing but will not be considered for bid evaluation. 1.6 Physical and electrical installation of the pump and all ancillary appurtenances shall be the responsibility of the City of Fayetteville. This bid does not include any installation services and is for parts and equipment only. 2. MANUFACTURER/MODEL- 2.1 Unit(s) bid shall be new and of the latest standard production model as offered for commercial trade. 2.2 Unit(s) bid price shall be valid for the most current model year being sold. 3. TECHNICAL SPECIFICATIONS — 3.1 LINE ITEM #1 —Two (2) Lift Station Pumps and Motors a..S Chicago type 2235 model CP4103 (CLC dry -pit submersible pump and motor) or approved equal City of Fayetteville, AR Bid 15-25, Lift Station Pumps & Motors Page 12 of 14 b. Unit type: Close coupled pump/motor, dry -pit submersible motor c. Cooling: Closed loop cooling (CLC) d. G Frame Type: 250 CLC e. Cap/Cable: MODU-CAB modular cap and cable system f. &S Delivered operating voltage: 460V, 3 phase g. e. Class H Insulation Rating h.' t$ Permanently lubricated bearings i. 6S 60Hz Frequency j. Hydraulic operating point: 900 gpm at 65' TDH k. G 1750 RPM rotation speed I. 25HP rated power m. 30 feet minimum length of supplied electrical cords n. Impeller type: Close -grained cast iron, ASTM A48, Class 30, Diameter -9.8125 inches o. $S Discharge port diameter -4" 4. WARRANTY - 4.1 Warranty shall include the following at minimum. Bidder shall serve as the warranty administrator. a.'4 All equipment bid shall be warranted for a period of five (5) years from the date of acceptance by the City or the manufacturer's standard warranty, whichever is greater. b. Warranty shall include all parts, labor, and transportation to and from the location of the warranty administrator. 5. STANDARDS - 5.1 Each unit shall meet or exceed the following applicable standards. a. 1'25 Environmental Protection Agency's Exhaust Emission Standards (EPA). b. Occupational Safety and Health Administration Standards (OSHA). 6. DELIVERY/DOCUMENTATION - 6.1 Equipment supplied under this specification shall remain the property of the Bidder 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 4:00 PM, local time, Monday through Friday, Federal holidays excluded. 6.2 All units shall be delivered FOB to the Noland WWTP, located at 1400 N Fox Hunter Rd, Fayetteville, AR 72701. 6.3 Delivery shall include the following documents as a minimum: Manufacturer's Certificate of Origin, if available b. Dealer invoice c. >a List of all filters used on this unit (OEM part #'s), if applicable. 6.4 Unit shall be fully assembled, serviced, and ready for operation as delivered. City of Fayetteville, AR Bid 15-25, Lift Station Pumps & Motors Page 13 of 14 6.5 Physical and electrical installation of the pump and all ancillary appurtenances shall be the responsibility of the City of Fayetteville. 6.6 All bids shall include the following submittal information: a. '/&S A certification of the warranty and statement of extended warranty, if any b.V 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 d. S A suggested acceptance test plan e.A factory certified performance curve for each pump f. YGS A statement attesting to the intent to supply startup assistance 7. MANUALS - 7.1 The successful bidder agrees to furnish the following list of manuals: a. Operator's Manual: One (1) file copy PLUS one (1) copy for each unit purchased. b.5 One (1) Maintenance Repair Manual (paper or electronic format) c. One Parts (OEM) Manual: (paper or electronic format). 7.2 Payment(s) may be held until all manuals and certifications are delivered to the City of Fayetteville. 8. TRAINING: 8.1 Training described herein shall be arranged through Fleet 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. Limited 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 of the 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. 9. SUPPORT SERVICES — 9.1 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. 9.2 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 15-25, Lift Station Pumps & Motors Page 14 of 14 City of Fayetteville Bid 15-23, Lift Station Pumps & Motors Bid Form /} �� Name of Bidder: Iiu.�IS , .rl A,�r / CAS' -Z M `"f LlliL.O I?,4rA.S A! 141S`IDI/I DATE REQUIRED AS A COMPLETE UNIT: Delivery shall be made within 90 calendar days from receipt of purchase order. F.O.B. Noland Wastewater Treatment Plant (WWTP),1400 N Fox Hunter Rd, Fayetteville, AR 72701 b. `3 yy1 j z kY,'fc. Ea.A r ' !" i�i�.G �.J, q3� ��sv�'�, �,�r ..,a�� 1 Lift Station Pump & Motor 2 x $' % I DJr °D= $ coo *MANUFACTURER /G' D �� � MODEL___________________ 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. BID FORM CONTINUES ON NEXT PAGE City of Fayetteville, AR Bid 15-25, Lift Station Pumps & Motors Page 2 of 14 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 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 15-25, Lift Station Pumps & Motors Page 3 of 14 Unsigned bids will be rejected. Items marked * are mandatory for consideration. Li *NAME OF FIRM: Purchase *D/B/A or Corporation Name I/be issued to this name *BUSINESS ADDRESS: o& O/ /1/, /3Ak *CITY: *STATE: __ *ZIP: �aZ%S�l *PHONE: Y%9"ly26 o572/ FAX:_________________ *E-MAIL: *BY: (PRII *AUTHOF *TITLE: *DUNS NUMBER: 6 _75/7 CAGE NUMBER: //ercl Th J rW . *TAX ID NUMBER: 5 /�'® 5— D6 / 73— ® qa M e/ Acknowledge Addendums: Addendum No. Dated: Acknowledged by: Addendum No. Dated: Acknowledged by: Addendum No. Dated: Acknowledged by: City of Fayetteville, AR Bid 15-25, Lift Station Pumps & Motors Page 4 of 14 City of Fayetteville Bid 15-25, Lift Station Pumps & Motors General Terms and Conditions 1. SUBMISSION OF BID & BID EVALUATION: a. Bids shall be reviewed following the stated deadline, as shown on the cover sheet of this document. b. Bidders shall submit bids based on documentation published by the Fayetteville Purchasing Division. c. Bids shall be enclosed in sealed envelopes or packages addressed to the City of Fayetteville, Purchasing Division, Room 306, 113 W. Mountain, Fayetteville, AR 72701. The name, address of the firm and Bid, RFP, or RFQ number shall be on the outside of the packaging as well as on any packages enclosed in shipping containers or boxes. d. The City will not be responsible for misdirected bids. Vendor should call the Purchasing Office at 479.575.8220 to ensure correct receipt of bidding documents prior to opening time and date listed on the bid form. e. Bidders must have experience in providing products and/or services of the same or similar nature. f. Bidder is advised that exceptions to any of the terms contained in this bid must be identified in its response to the bid. Failure to do so may lead the City to declare any such term non-negotiable. Proposer's desire to take exception to a non-negotiable term will not disqualify it from consideration for award. g. Local time is defined as the time in Fayetteville, Arkansas on the due date of the deadline. Bids shall be received before the time as shown by the atomic clock located in the Purchasing Division Office. h. Bids will be evaluated and awarded based on the best interest of the City of Fayetteville. The City reserves the right to award bids in their entirety, none, or by line item. 2. WRITTEN REQUESTS FOR INTERPRETATIONS OR CLARIFICATION: No oral interpretations will be made to any firms as to the meaning of specifications or any other contract documents. All questions pertaining to the terms and conditions or scope of work of this bid must be sent in writing via e-mail to the Purchasing Agent. Responses to questions may be handled as an addendum if the response would provide clarification to the requirements of the bid. All such addenda shall become part of the contract documents. The City will not be responsible for any other explanation or interpretation of the proposed bid made or given prior to the award of the contract. 3. DESCRIPTION OF SUPPLIES AND SERVICES: Any reference to a particular brand or manufacturer is done in an effort to establish an acceptable level of quality for this project. Brands or manufacturers that are included in bid that are of at least equal quality, size, design, and specification as to what has been specified, will be acceptable for consideration only if approved by the City of Fayetteville Purchasing Division. The City of Fayetteville reserves the right to accept or reject any requested equal. 4. RIGHTS OF CITY OF FAYETTEVILLE BID PROCESS: In addition to all other rights of the City of Fayetteville, under state law, the City specifically reserves the following: City of Fayetteville, AR Bid 15-25, Lift Station Pumps & Motors Page 5 of 14 a. The City of Fayetteville reserves the right to select the bid that it believes will serve the best interest of the City. b. The City of Fayetteville reserves the right to accept or reject any or all bids. c. The City of Fayetteville reserves the right to cancel the entire bid. d. The City of Fayetteville reserves the right to remedy or waive technical or immaterial errors in the invitation to bid or in bids submitted. e. The City of Fayetteville reserves the right to request any necessary clarifications, additional information, or data without changing the terms of the bid. 5. COSTS INCURRED BY BIDDERS: All expenses involved with the preparation and submission of bids to the City, or any work performed in connection therewith, shall be borne solely by the bidder(s). No payment will be made for any responses received, or for any other effort required of, or made by, the bidder(s) prior to contract commencement. 6. CONFLICT OF INTEREST: a. The bidder represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance or services required hereunder, as provided in City of Fayetteville Code Section 34.26 titled "Authority of City Employee to Contract With The City". b. All bidders shall promptly notify Andrea Foren, City Purchasing Agent, in writing, of all potential conflicts of interest for any prospective business association, interest, or other circumstance which may influence or appear to influence the bidder's judgment or quality of services being provided. Such written notification shall identify the prospective business association, interest or circumstance, the nature of which the bidder may undertake and request an opinion to the City as to whether the association, interest or circumstance would, in the opinion of the City, constitute a conflict of interest if entered into by the bidder. The City agrees to communicate with the bidder its opinion via e-mail or first-class mail within thirty days of receipt of notification. 7. WITHDRAWL OF PROPOSAL: A bid may be withdrawn prior to the time set for the bid submittal, based on a written request from an authorized representative of the firm; however, a bid shall not be withdrawn after the time set for the bid unless approved by the Purchasing Division. 8. LATE PROPOSAL OR MODIFICATIONS: Bid modifications received after the time set for the bid submittal shall not be considered. Modifications in writing received prior to the deadline will be accepted. The City will not be responsible for misdirected bids. Bidders should call the Purchasing Division at (479) 575-8220 to insure receipt of their submittal documents prior to opening time and date listed. 9. LOCAL, STATE, AND FEDERAL COMPLIANCE REQUIREMENTS: a. The laws of the State of Arkansas apply to any purchase made under this bid. Bidders shall comply with all local, state, and federal directives, orders and laws as applicable to this proposal and subsequent contract(s) including but not limited to Equal Employment Opportunity (EEO), Disadvantaged Business Enterprises (DBE), & OSHA as applicable to this contract. City of Fayetteville, AR Bid 15-25, Lift Station Pumps & Motors Page 6 of 14 b. Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business enterprises. 10. PROVISION FOR OTHER AGENCIES: Unless otherwise stipulated by the bidder, the bidder agrees to make available to all Government agencies, departments, municipalities, and counties, the proposal prices submitted in accordance with said proposal terms and conditions therein, should any said governmental entity desire to buy under this proposal. Eligible Users shall mean all state of Arkansas agencies, the legislative and judicial branches, political subdivisions (counties, local district school boards, community colleges, municipalities, counties, or other public agencies or authorities), which may desire to purchase under the terms and conditions of the contract. 11. COLLUSION: The Proposer, by affixing his or her signature to this proposal, agrees to the following: "bidder certifies that his or her bid is made without previous understanding, agreement, or connection with any person, firm or corporation making a proposal for the same item(s) and/or services and is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action." 12. RIGHT TO AUDIT, FOIA, AND JURISDICITON: a. The City of Fayetteville reserves the privilege of auditing a vendor's records as such records relate to purchases between the City and said vendor. b. Freedom of Information Act: City contracts and documents prepared while performing City contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the (Contractor) will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. c. Legal jurisdiction to resolve any disputes shall be in Washington County, Arkansas with Arkansas law applying to the case. 13. CITY INDEMNIFICATION: The successful bidder(s) agrees to indemnify the City and hold it harmless from and against all claims, liability, loss, damage or expense, including but not limited to counsel fees, arising from or by reason of any actual or claimed trademark, patent or copyright infringement or litigation based thereon, with respect to the goods or any part thereof covered by this order, and such obligation shall survive acceptance of the goods and payment thereof by the City. 14. VARIANCE FROM STANDARD TERMS & CONDITIONS: All standard terms and conditions stated in this request for bid apply to this contract except as specifically stated in the subsequent sections of this document, which take precedence, and should be fully understood by bidders prior to submitting a proposal on this requirement. City of Fayetteville, AR Bid 15-25, Lift Station Pumps & Motors Page 7 of 14 15. ADA REQUIREMENT FOR PUBLIC NOTICES & TRANSLATION: Persons with disabilities requiring reasonable accommodation to participate in this proceeding/event, should call 479.521.1316 (telecommunications device for the deaf), not later than seven days prior to the deadline. Persons needing translation of this document shall contact the City of Fayetteville, Purchasing Division, immediately. 16. PROCUREMENT POLICY FOR RECYCLED MATERIALS: The City of Fayetteville wishes to encourage its bidders to use recycled products in fulfilling contractual obligations to the City and that such practices will serve as a model for other public entities and private sector companies. 17. PAYMENTS AND INVOICING: The bidder must specify in their bid the exact company name and address which must be the same as invoices submitted for payment as a result of award of this bid. Further, the successful bidder is responsible for immediately notifying the Purchasing Division of any company name change, which would cause invoicing to change from the name used at the time of the original bid. Payment will be made within thirty days of invoice received. The City of Fayetteville is very credit worthy and will not pay any interest, fees, or penalty for untimely payments. Payments can be processed through bidder's acceptance of Visa at no additional costs to the City for expedited payment processing. The City will not agree to any nonrefundable deposit or retainer that would remain property of the bidder even if the hourly work actually performed by the bidder would not justify such fee. The City will pay the awarded bidder based on unit prices provided on invoicing. Progress payments will be made after approval and acceptance of work and submission of invoice. Payments will be made within 30 days of accepted invoice. 18. CANCELLATION: a. The City reserves the right to cancel this contract without cause by giving thirty (30) days prior notice to the Contractor in writing of the intention to cancel or with cause if at any time the Contractor fails to fulfill or abide by any of the terms or conditions specified. 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. 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 19. ASSIGNMENT, SUBCONTRACTING, CORPORATE ACQUISITIONS AND/OR MERGERS: a. The Contractor shall perform this contract. No assignment of subcontracting shall be allowed without prior written consent of the City. If a bidder intends to subcontract a portion of this work, the bidder shall disclose such intent in the bid submitted as a result of this bid. City of Fayetteville, AR Bid 15-25, Lift Station Pumps & Motors Page 8 of 14 b. In the event of a corporate acquisition and/or merger, the Contractor shall provide written notice to the City within thirty (30) calendar days of Contractor's notice of such action or upon the occurrence of said action, whichever occurs first. The right to terminate this contract, which shall not be unreasonably exercised by the City, shall include, but not be limited to, instances in which a corporate acquisition and/or merger represent a conflict of interest or are contrary to any local, state, or federal laws. Action by the City awarding a proposal to a firm that has disclosed its intent to assign or subcontract in its response to the bid, without exception shall constitute approval for purpose of this Agreement. 20. NON-EXCLUSIVE CONTRACT: Award of this bid shall impose no obligation on the City to utilize the vendor for all work of this type, which may develop during the contract period. This is not an exclusive contract. The City specifically reserves the right to concurrently contract with other companies for similar work if it deems such an action to be in the City's best interest. In the case of multiple -term contracts, this provision shall apply separately to each item. 21. LOBBYING: Lobbying of selection committee members, City of Fayetteville employees, or elected officials regarding request for proposals, request for qualifications, bids or contracts, during the pendency of bid protest, by the bidder/proposer/protestor or any member of the bidder's/proposer's/protestor's staff, and agent of the bidder/proposer/protestor, or any person employed by any legal entity affiliated with or representing an organization that is responding to the request for proposal, request for qualification, bid or contract, or has a pending bid protest is strictly prohibited either upon advertisement or on a date established by the City of Fayetteville and shall be prohibited until either an award is final or the protest is finally resolved by the City of Fayetteville; provided, however, nothing herein shall prohibit a prospective/bidder/proposer from contacting the Purchasing Division to address situations such as clarification and/or questions related to the procurement process. For purposes of this provision lobbying activities shall include but not be limited to, influencing or attempting to influence action or non -action in connection with any request for proposal, request for qualification, bid or contract through direct or indirect oral or written communication or an attempt to obtain goodwill of persons and/or entities specified in this provision. Such actions may cause any request for proposal, request for qualification, bid or contract to be rejected. 22. ADDITIONAL REQUIREMENTS: The City reserves the right to request additional services relating to this bid from the bidder. When approved by the City as an amendment to the contract and authorized in writing prior to work, the Contractor shall provide such additional requirements as may become necessary. 23. ADD OR DELETE LOCATIONS OR SERVICES: The City reserves the right to unilaterally add or delete locations and/or services, either collectively or individually, at the City's sole option, at any time after award has been made as may be deemed necessary or in the best interests of the City. In such case, the Contractor(s) will be required to provide services to this contract in accordance with the terms, conditions, and specifications. 24. INTEGRITY OF BID DOCUMENTS: Bidders shall use the original bid form(s) provided by the Purchasing Division and enter information only in the spaces where a response is requested. Bidders may use an attachment as an addendum to the bid form(s) if sufficient space is not available on the original form for the bidder to enter a complete response. Any modifications City of Fayetteville, AR Bid 15-25, Lift Station Pumps & Motors Page 9 of 14 or alterations to the original documents by the bidder, whether intentional or otherwise, will constitute grounds for rejection of such response. Any such modifications or alterations a bidder wishes to propose shall be clearly stated in the bidder's response and presented in the form of an addendum to the original bid documents. 25. OTHER GENERAL CONDITIONS: a) Bidder is presumed to be familiar with all federal, state, and city laws, ordinances, and regulations which in any manner affect those engaged or employed in the Work, or the materials or equipment used, or that in any way affect the Work and shalt in all respects comply with said laws, ordinances, and regulations. No claim of misunderstanding or ignorance on the part of Bidder or Proposer will in any way serve to modify the provisions of the contract. No representations shall be binding unless embodied in the contract. b) Prices shall include all labor, materials, overhead, profit, insurance, shipping, freight, etc., to cover the products and services presented. Sales tax is not to be included in the bid price. Applicable Arkansas sales tax laws will apply when necessary but will not be considered in award of this project. c) Each bidder should state the anticipated number of days from the date of receipt of an order for delivery of services to the City of Fayetteville. d) Bidders must provide the City with their bids signed by an employee having legal authority to submit bids on behalf of the bidder. The entire cost of preparing and providing responses shall be borne by the bidder. e) The City reserves the right to request any additional information it deems necessary from any or all bidders after the submission deadline. f) The request for bid is not to be construed as an offer, a contract, or a commitment of any kind; nor does it commit the city to pay for any costs incurred by bidder in preparation. It shall be clearly understood that any costs incurred by the Proposer in responding to this request for proposal 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 Proposer for any expense so incurred, regardless of whether or not the proposal is accepted. g) If products, components, or services other than those described in this bid document are proposed, the bidder must include complete descriptive literature for each. All requests for additional information must be received within five working days following the request. h) NOTE: Any uncertainties shall be brought to the attention to Andrea Foren immediately via telephone (479.575.8220) or e-mail (aforen@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. I) Any inquiries or requests for explanation in regard to the City's requirements should be made promptly to Andrea Foren, City of Fayetteville, Purchasing Agent via e-mail (aforen@fayetteville-ar.gov) or telephone (479.575.8220). No oral interpretation or clarifications will be given as to the meaning. of any part of this request for proposal. All questions, clarifications, and requests, together with answers, if any, will be provided to all firms via written addendum. Names of firms submitting any questions, clarifications, or requests will not be disclosed until after a contract is in place. j) Any information provided herein is intended to assist the bidder in the preparation of proposals necessary to properly respond to this bid. The bid is designed to provide qualified Proposers with sufficient basic information City of Fayetteville, AR Bid 15-25, Lift Station Pumps & Motors Page 10 of 14 to submit proposals meeting minimum specifications and/or test requirements, but is not intended to limit a bid's content or to exclude any relevant or essential data. k) Bidders irrevocably consent that any legal action or proceeding against it under, arising out of or in any manner relating to this Contract shall be prevailed by Arkansas law. Proposer hereby expressly and irrevocably waives any claim or defense in any said action or proceeding based on any alleged lack of jurisdiction or improper venue or any similar basis. The successful bidder shall not assign the whole or any part of this Contract or any monies due or to become due hereunder without written consent of City of Fayetteville. In case the successful bidder assigns all or any part of any monies due or to become due under this Contract, the Instrument of assignment shall contain a clause substantially to the effect that is agreed that the right of the assignee in and to any monies due or to become due to the successful bidder shall be subject to prior liens of all persons, firms, and corporations for services rendered or materials supplied for the performance of the services called for in this contract. m) The successful bidder's attention is directed to the fact that all applicable Federal and State laws, municipal ordinances, and the rules and regulations of all authorities having jurisdiction over the services shall apply to the contract throughout, and they will be deemed to be included in the contract as though written out in full herein. The successful bidder shall keep himself/herself fully informed of all laws, ordinances and regulations of the Federal, State, and municipal governments or authorities in any manner affecting those engaged or employed in providing these services or in any way affecting the conduct of the services and of all orders and decrees of bodies or tribunals having any jurisdiction or authority over same. If any discrepancy or inconsistency should be discovered in these Contract Documents or in the specifications herein referred to, in relation to any such law, ordinance, regulation, order or decree, s/he shall herewith report the same in writing to City o₹ Fayetteville. 26. ATTACHMENTS TO BID DOCUMENTS: N/A City of Fayetteville, AR Bid 15-25, Lift Station Pumps & Motors Page 11 of 14 CITY OF City of Fayetteville, Arkansas ttv® Purchasing Division — Room 306 113 W. Mountain St. Fayetteville, AR 72701 Phone: 479.575.8220 ARK A N S A S TDD (Telecommunication Device for the Deaf): 479.521.1316 INVITATION TO BID: Bid 15-25, Lift Station Pumps & Motors DEADLINE: Tuesday, March 17, 2015 before 2:00 PM, Local Time DELIVERY LOCATION: Room 306 —113 W. Mountain, Fayetteville, AR 72701 PURCHASING AGENT: Andrea Foren Rennie, CPPO, CPPB, aforen@fayetteville-ar.gov DATE OF ISSUE AND ADVERTISEMENT: Thursday, February 26, 2015 INVITATION TO `BID Bid 15-25, Lift Station Pumps & Motors 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: 4�� Ce 1 �p SVC,S i r Contact Person: e,' Title: Pl(' \9-c E -Mail: ��I fro Y ;In;�V�,'PPo�ys c et�n� t -004A Phone: () Rio ? l -d Business Address: (�2_1 9 City: \�(�c� e rte, State: f(V') Zip: (al C 0 Signature: _______ Date: 311 o /i s City of Fayetteville, AR Bid 15-25, Lift Station Pumps & Motors Page1of14 -y of Fayetteville 801.15-23, Lift Station Pumps & Motors Bid Form Name of Bidder: f1C QVfn{i SV (,S t -.C DATE REQUIRED AS A COMPLETE UNIT: Delivery shall be made within 90 calendar days from receipt of purchase order. 9 F.O.B. Noland Wastewater Treatment Plant (WWTP),1400 N Fox Hunter Rd,, Fayetteville, AR 72701 Item # DESCRIPTION Estimated Quantity PRICE PER UNIT = TOTAL 1 Lift Station Pump & Motor 2 x $ 2,4 ,`I `10 nn $ L *MANUFACTURER _e_. � s_C,1ni�� (J 'l1 -S MODEL _ 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. BID FORM CONTINUES ON NEXT PAGE City of Fayetteville, AR Bid 15-25, Lift Station Pumps & Motors Page 2 of 14 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 suppor(' 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. J` 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 15-25, Lift Station Pumps & Motors Page 3 of 14 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: (LL S ci f l ei 2 *PHONE: 2S (. c FAX: *E-MAIL: _- \r\\J O. *BY: (PRINTED NAME) Icy Peed} *AUTHORIZED SIGNATURE: *TITLE: *DUNS NUMBER: -_ \i l gc *TAX ID NUMBER: Acknowledge Addendums: Addendum No. Dated: Acknowledged by: Addendum No. Dated: Acknowledged by: Addendum No. Dated: Acknowledged by: City of Fayetteville, AR Bid 15-25, Lift Station Pumps & Motors Page 4 of 14 CAGE NUMBER: City of Fayetteville Bid 15-25, Lift Station Pumps & Motors General Terms and Conditions 1. SUBMISSION OF BID & BID EVALUATION: a. Bids shall be reviewed following the stated deadline, as shown on the cover sheet of this document. b. Bidders shall submit bids based on documentation published by the Fayetteville Purchasing Division. c. Bids shall be enclosed in sealed envelopes or packages addressed to the City of Fayetteville, Purchasing Division, Room 306, 113 W. Mountain, Fayetteville, AR 72701. The name, address of the firm and Bid, RFP, or RFQ number shall be on the outside of the packaging as well as on any packages enclosed in shipping containers or boxes. d. The City will not be responsible for misdirected bids. Vendor should call the Purchasing Office at 479.575.8220 to ensure correct receipt of bidding documents jr to opening time and date listed on the bid form. e. Bidders must have experience in providing products and/or services of the same or similar nature. f. Bidder is advised that exceptions to any of the terms contained in this bid must be identified in its response to the bid. Failure to do so may lead the City to declare any such term non-negotiable. Proposer's desire to take exception to a non-negotiable term will not disqualify it from consideration for award. g. Local time is defined as the time in Fayetteville, Arkansas on the due date of the deadline. Bids shall be received before the time as shown by the atomic clock located in the Purchasing Division Office. h. Bids will be evaluated and awarded based on the best interest of the City of Fayetteville. The City reserves the right to award bids in their entirety, none, or by line item. 2. WRITTEN REQUESTS FOR INTERPRETATIONS OR CLARIFICATION: No oral interpretations will be made to any firms as to the meaning of specifications or any other contract documents. All questions pertaining to the terms and conditions or scope of work of this bid must be sent in writing via e-mail to the Purchasing Agent. Responses to questions may be handled as an addendum if the response would provide clarification to the requirements of the bid. All such addenda shall become part of the contract documents. The City will not be responsible for any other explanation or interpretation of the proposed bid made or given prior to the award of the contract. 3. DESCRIPTION OF SUPPLIES AND SERVICES: Any reference to a particular brand or manufacturer is done in an effort to establish an acceptable level of quality for this project. Brands or manufacturers that are included in bid that are of at least equal quality, size, design, and specification as to what has been specified, will be acceptable for consideration only if approved by the City of Fayetteville Purchasing Division. The City of Fayetteville reserves the right to accept or reject any requested equal. 4. RIGHTS OF CITY OF FAYETTEVILLE BID PROCESS: in addition to all other rights of the City of Fayetteville, under state law, the City specifically reserves the following: City of Fayetteville, AR Bid 15-25, Lift Station Pumps & Motors Page 5 of 14 a. The City of Fayetteville reserves the right to select the bid that it believes will serve the best interest of the City. b. The City of Fayetteville reserves the right to accept or reject any or all bids. c. The City of Fayetteville reserves the right to cancel the entire bid. d. The City of Fayetteville reserves the right to remedy or waive technical or immaterial errors in the invitation to bid or in bids submitted. e. The City of Fayetteville reserves the right to request any necessary clarifications, additional information, or data without changing the terms of the bid. 5. COSTS INCURRED BY BIDDERS: All expenses involved with the preparation and submission of bids to the City, or any work performed in connection therewith, shall be borne solely by the bidder(s). No payment will be made for any responses received, or for any other effort required of, or made by, the bidder(s) prior to contract commencement. 6. CONFLICT OF INTEREST: a. The bidder represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance or services required hereunder, as provided in City of Fayetteville Code Section 34.26 titled "Authority of City Employee to Contract With The City". b. All bidders shall promptly notify Andrea Foren, City Purchasing Agent, in writing, of all potential conflicts of interest for any prospective business association, interest, or other circumstance which may influence or appear to influence the bidder's judgment or quality of services being provided. Such written notification shall identify the prospective business association, interest or circumstance, the nature of which the bidder may undertake and request an opinion to the City as to whether the association, interest or circumstance would, in the opinion of the City, constitute a conflict of interest if entered into by the bidder. The City agrees to communicate with the bidder its opinion via e-mail or first-class mail within thirty days of receipt of notification. 7. WITHDRAWL OF PROPOSAL: A bid may be withdrawn prior to the time set for the bid submittal, based on a written request from an authorized representative of the firm; however, a bid shall not be withdrawn after the time set for the bid unless approved by the Purchasing Division. 8. LATE PROPOSAL OR MODIFICATIONS: Bid modifications received after the time set for the bid submittal shall not be considered. Modifications in writing received prior to the deadline will be accepted. The City will not be responsible for misdirected bids. Bidders should call the Purchasing Division at (479) 575-8220 to insure receipt of their submittal documents prior to opening time and date listed. 9. LOCAL STATE AND FEDERAL COMPLIANCE REQUIREMENTS. a. The laws of the State of Arkansas apply to any purchase made under this bid. Bidders shall comply with all local, state, and federal directives, orders and laws as applicable to this proposal and subsequent contract(s) including but not limited to Equal Employment Opportunity (EEO), Disadvantaged Business Enterprises (DBE), & OSHA as applicable to this contract. City of Fayetteville, AR Bid 15-25, Lift Station Pumps & Motors Dage 6 of 14 b. Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayettevifle"encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business enterprises. 10. PROVISION FOR OTHER AGENCIES: Unless otherwise stipulated by the bidder, the bidder agrees to make available to all Government agencies, departments, municipalities, and counties, the proposal prices submitted in accordance with said proposal terms and conditions therein, should any said governmental entity desire to buy under this proposal. Eligible Users shall mean all state of Arkansas agencies, the legislative and judicial branches, district school boards, community colleges, municipalities, counties, or other public agent es oroauthor ties)Swhich may desire to purchase under the terms and conditions of the contract. 11. COLLUSION: The Proposer, by affixing his or her signature to this proposal, agrees to the following: "bidder certifies that his or her bid is made without previous understanding, agreement, or connection with any person, firm or corporation making a proposal for the same item(s) and/or services and is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action." 12. RIGHT TO AUDIT FOIA AND JURISDICITON: a. The City of Fayetteville reserves the privilege of auditing a vendor's records as such records relate to purchases between the City and said vendor. b. Freedom of Information Act: City contracts and documents prepared while performing City contractual work are subject to the Arkansas Freedom of information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the (Contractor) will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally authorized Photocopying costs pursuant to the FOIA may be assessed for this compliance. c. Legal jurisdiction to resolve any disputes shall be in Washington County, Arkansas with Arkansas law applying to the case. 13. CITY INDEMNIFICATION: The successful bidder(s) agrees to indemnify the City and hold it harmless from and against all claims, liability, loss, damage or expense, including but not limited to counsel fees, arising from or by reason of any actual or claimed trademark, patent or copyright infringement or litigation based thereon, with respect to the goods or any thereof covered by this order, and such obligation shall survive acceptance of the goods and pay ent thereof byP e City. 14. VARIANCE FROM STANDARD TERMS & CONDITIONS: All standard terms and conditions stated in this request for bid apply to this contract except as specifically stated in the subsequent sections of this document, which take precedence, and should be fully understood by bidders prior to submitting a proposal on this requirement. :ity of Fayetteville, AR 4id 15-25, Lift Station Pumps & Motors 'age 7 of 14 15. ADA REQUIREMENT FOR PUBLIC NOTICES & TRANSLATION Persons with disabilities requiring reasonable accommodation to participate in this proceeding/event, should call 479.521.1316 (telecommunications device for the deaf), not later than seven days prior to the deadline. Persons needing translation of this document shall contact the City of Fayetteville, Purchasing Division, immediately. 16. PROCUREMENT POLICY FOR RECYCLED MATERIALS: The City of Fayetteville wishes to encourage its bidders to use recycled products in fulfilling contractual obligations to the City and that such practices will serve as a model for other public entities and private sector companies. 17. PAYMENTS AND INVOICING: The bidder must specify in their bid the exact company name and address which must be the same as invoices submitted for payment as a result of award of this bid. Further, the successful bidder is responsible for immediately notifying the Purchasing Division of any company name change, which would cause invoicing to change from the name used at the time of the original bid. Payment will be made within thirty days of invoice received. The City of Fayetteville is very credit worthy and will not pay any interest, fees, or penalty for untimely payments. Payments can be processed through bidder's acceptance of Visa at no additional costs to the City for expedited payment processing. The City will not agree to any nonrefundable deposit or retainer that would remain property of the bidder even if the hourly work actually performed by the bidder would not justify such fee. The City will pay the awarded bidder based on unit prices provided on invoicing. Progress payments will be made after approval and acceptance of work and submission of invoice. Payments will be made within 30 days of accepted invoice. 18. CANCELLATION: a. The City reserves the right to cancel this contract without cause by giving thirty (30) days prior notice to the Contractor in writing of the intention to cancel or with cause if at any time the Contractor fails to fulfill or abide by any of the terms or conditions specified. b. Failure of the contractor to comply with any of the provisions of the contract shad 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. 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 19. ASSIGNMENT SUBCONTRACTING CORPORATE ACQUISITIONS AND OR MERGERS: a. The Contractor shall perform this contract. No assignment of subcontracting shall be allowed without prior written consent of the City. If a bidder intends to subcontract a portion of this work, the bidder shall disclose such intent in the bid submitted as a result of this bid. Jty of Fayetteville, AR 3id 15-2S, Lift Station Pumps & Motors 'age 8 of 14 b. In the event of a corporate acquisition and/or merger, the Contractor shall provide written notice to the City within thirty (30) calendar days of Contractor's notice of such action or upon the occurrence of said action, whichever occurs first. The right to terminate this contract, which shall not be unreasonably exercised by the City, shall include, but not be limited to, instances in which a corporate acquisition and/or merger represent a conflict of interest or are contrary to any local, state, or federal laws. Action by the City awarding a proposal to a firm that has disclosed its intent to assign or subcontract in its response to the bid, without exception shall constitute approval for purpose of this Agreement. 20. NON-EXCLUSIVE CONTRACT: Award of this bid shall impose no obligation on the City to utilize the vendor for all work of this type, which may develop during the contract period. This is not an exclusive contract. The City specifically reserves the right to concurrently contract with other companies for similar work if it deems such an action to be in the City's best interest. In the case of multiple -term contracts, this provision shall apply separately to each item. 21. LOBBYING: Lobbying of selection committee members, City of Fayetteville employees, or elected officials regarding request for proposals, request for qualifications, bids or contracts, during the pendency of bid protest, by the bidder/proposer/protestor or any member of the bidder's/proposer's/protestor's staff, and agent of the bidder/proposer/protestor, or any person employed by any legal entity affiliated with or representing an organization that is responding to the request for proposal, request for qualification, bid or contract, or has a pending bid protest is strictly prohibited either upon advertisement or on a date established by the City of Fayetteville and shall be prohibited until either an award is final or the protest is finally resolved by the City of Fayetteville; provided, however, nothing herein shall prohibit a prospective/bidder/proposer from contacting the Purchasing Division to address situations such as clarification and/or questions related to the procurement process. For purposes of this provision lobbying activities shall include but not be limited to, influencing or attempting. to influence action or non -action in connection with any request for proposal, request for qualification, bid or contract through direct or indirect oral or written communication or an attempt to obtain goodwill of persons and/or entities specified in this provision. Such actions may cause any request for proposal, request for qualification, bid or contract to be rejected. 22. ADDITIONAL REQUIREMENTS: The City reserves the right to request additional services relating to this bid from the bidder. When approved by the City as an amendment to the contract and authorized in writing prior to work, the Contractor shall provide such additional requirements as may become necessary. 23. ADD OR DELETE LOCATIONS OR SERVICES: The City reserves the right to unilaterally add or delete locations and/or services, either collectively or individually, at the City's sole option, at any time after award has been made as may be deemed necessary or in the best interests of the City. In such case, the Contractor(s) will be required to provide services to this contract in accordance with the terms, conditions, and specifications. 24. INTEGRITY OF BID DOCUMENTS: Bidders shall use the original bid form(s) provided by the Purchasing Division and enter information only in the spaces where a response is requested. Bidders may use an attachment as an addendum to the bid form(s) if sufficient space is not available on the original form for the bidder to enter a complete response. Any modifications City of Fayetteville, AR Bid 15-25, Lift Station Pumps & Motors Page 9 of 14 or alterations to the original documents by the bidder, whether intentional or otherwise, will constitute grounds for rejection of such response. Any such modifications or alterations a bidder wishes to propose shall be clearly stated in the bidder's response and presented in the form of an addendum to the original bid documents. 25. OTHER GENERAL CONDITIONS: a) Bidder is presumed to be familiar with all federal, state, and city laws, ordinances, and regulations which in any manner affect those engaged or employed in the Work, or the materials or equipment used, or that in any way affect the Work and shall in all respects comply with said laws, ordinances, and regulations. No claim of misunderstanding or ignorance on the part of Bidder or Proposer will in any way serve to modify the provisions of the contract. No representations shall be binding unless embodied in the contract. b) Prices shall include all labor, materials, overhead, profit, insurance, shipping, freight, etc., to cover the products and services presented. Sales tax is not to be included in the bid price. Applicable Arkansas sales tax laws will apply when necessary but will not be considered in award of this project. c) Each bidder should state the anticipated number of days from the date of receipt of an order for delivery of services to the City of Fayetteville: d) Bidders must provide the City with their bids signed by an employee having legal authority to submit bids on behalf of the bidder. The entire cost of preparing and providing responses shall be borne by the bidder. e) The City reserves the right to request any additional information it deems necessary from any or all bidders after the submission deadline. f) The request for bid is not to be construed as an offer, a contract, or a commitment of any kind; nor does it commit the city to pay for any costs incurred by bidder in preparation. It shall be clearly understood that any costs incurred by the Proposer in responding to this request for proposal 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 Proposer for any expense so incurred, regardless of whether or not the proposal is accepted. g) If products, components, or services other than those described in this bid document are proposed, the bidder must include complete descriptive literature for each. All requests for additional information must be received within five working days following the request. h) NOTE: Any uncertainties shall be brought to the attention to Andrea Foren immediately via telephone (479.575.8220) or e-mail (aforen@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. i) Any inquiries or requests for explanation in regard to the City's requirements should be made promptly to Andrea Foren, City of Fayetteville, Purchasing Agent via e-mail (aforen@fayetteville-ar.gov) or telephone (479.575.8220). No oral interpretation or clarifications will be given as to the meaning of any part of this request for proposal. All questions, clarifications, and requests, together with answers, if any, will be provided to all firms via written addendum. Names of firms submitting any questions, clarifications, or requests will not be disclosed until after a contract is in place. j) Any information provided herein is intended to assist the bidder in the preparation of proposals necessary to properly respond to this bid. The bid is designed to provide qualified Proposers with sufficient basic information City of Fayetteville, AR Bid 15-25, Lift Station Pumps & Motors Page 10 of 14 to submit proposals meeting minimum specifications and/or test requirements, but is not intended to limit a bid's content or to exclude any relevant or essential data. k) Bidders irrevocably consent that any legal action or proceeding against it under, arising out of or in any manner relating to this Contract shall be prevailed by Arkansas law. Proposer hereby expressly and irrevocably waives any claim or defense in any said action or proceeding based on any alleged lack of jurisdiction or improper venue or any similar basis. The successful bidder shall not assign the whole or any part of this Contract or any monies due or to become due hereunder without written consent of City of Fayetteville. In case the successful bidder assigns all or any part of any monies due or to become due under this Contract, the Instrument of assignment shall contain a clause substantially to the effect that is agreed that the right of the assignee in and to any monies due or to become due to the successful bidder shall be subject to prior liens of all persons, firms, and corporations for services rendered or materials supplied for the performance of the services called for in this contract. m) The successful bidder's attention is directed to the fact that all applicable Federal and State laws, municipal ordinances, and the rules and regulations of all authorities having jurisdiction, over the services shall apply to the contract throughout, and they will be deemed to be included in the contract as though written out in full herein. The successful bidder shall keep himself/herself fully informed of all laws, ordinances and regulations of the Federal, State, and municipal governments or authorities in any manner affecting those engaged or employed in providing these services or in any way affecting the conduct of the services and of all orders and decrees of bodies or tribunals having any jurisdiction or authority over same. If any discrepancy or inconsistency should be discovered in these Contract Documents or in the specifications herein referred to, in relation to any such law, ordinance, regulation, order or decree, s/he shall herewith report the same in writing to City of Fayetteville. 26. ATTACHMENTS TO BID DOCUMENTS: N/A City of Fayetteville, AR Bid 15-25, Lift Station Pumps & Motors Page 11 of 14 City of Fayetteville Bid 15-25, Lift Station Pumps & Motors Technical Specifications: Lift Station Pumps & Motors BIDDING REQUIREMENTS: o When given a specification option with a blank (example a. _______), bidder shall write a "check mark" or write "ves" indication yes if the accompanies specification is met. In the event a specification cannot be met, bidder shall indicate so by writing in "NO" or leaving the item blank and writing on the City's bid forms how the specification is not met or how the unit(s) bid differ from what has been specified. o Bidders shall NOT supply warranty papers for the City to interpret whether a warranty specification is met or not. 1. GENERAL - 1.1 This specification concerns the replacement of two (2) dry -pit submersible solids handling pumps and motors. It also includes the supplying of all connections, fittings, alignment, etc. necessary for the proper attachment to the existing Fairbanks elbow and system 1.2 Unit(s) bid shall be for replacement at the Airport North Lift Station (LS#16) and shall be delivered to the Noland WWTP, 1400 N Fox Hunter Rd, Fayetteville, AR 72701. 1.3 All unit(s) bid shall meet or exceed the minimum requirements or they will be deemed incomplete and will not be considered for bid award. 1.4 All specifications written are to minimums unless otherwise noted. 1.5 Pricing bid shall be inclusive of all items, shipping, and warranty. Bid pricing shall NOT include sales tax. Applicable taxes will apply upon invoicing but will not be considered for bid evaluation. 1.6 Physical and electrical installation of the pump and all ancillary appurtenances shall be the responsibility of the City of Fayetteville. This bid does not include any installation services and is for parts and equipment only. 2. MANUFACTURER/MODEL - 2.1 Unit(s) bid shall be new and of the latest standard production model as offered for commercial trade. 2.2 Unit(s) bid price shall be valid for the most current model year being sold. 3. TECHNICAL SPECIFICATIONS — 3.1 LINE ITEM #1 —Two (2) Lift Station Pumps and Motors a. V/ Chicago type 2235 model CP4103 (CLC dry -pit submersible pump and motor) or approved equal City of Fayetteville, AR Bid 15-25, Lift Station Pumps & Motors Page 12 of 14 b. V C. d. e. f. g. h. I<. n.- o. 4. WARRANTY — Unit type: Close coupled pump/motor, dry -pit submersible motor Cooling: Closed loop cooling (CLC) Frame Type: 250 CLC Cap/Cable: MODU-CAB modular cap and cable system Delivered operating voltage: 460V, 3 phase Class H Insulation Rating Permanently lubricated bearings 60Hz Frequency Hydraulic operating point: 900 gpm at 65' TDH 1750 RPM rotation speed 25HP rated power 30 feet minimum length of supplied electrical cords Impeller type: Close -grained cast iron, ASTM A48, Class 30, Diameter— 9.8125 inches Discharge port diameter — 4" 4.1 Warranty shall include the following at minimum. Bidder shall serve as the warranty ad inistrator. a. V All equipment bid shall be warranted for a period of five (5) years from the date of acceptance by the City or the manufacturer's standard warranty, whichever is greater. b. V Warranty shall include all parts, labor, and transportation to and from the location of the warranty administrator. 5. STANDARDS - 5.1 Each unit shall meet or exceed the following applicable standards. a. V Environmental Protection Agency's Exhaust Emission Standards (EPA). b._ Occupational Safety and Health Administration Standards (OSHA). 6. DELIVERY/DOCUMENTATION - 6.1 Equipment supplied under this specification shall remain the property of the Bidder 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 4:00 PM, local time, Monday through Friday, Federal holidays excluded. 6.2 All units shall be delivered FOB to the Noland WWTP, located at 1400 N Fox Hunter Rd, Fayetteville, AR 72701. 6.3 Delivery shall include the following documents as a minimum: a. Manufacturer's Certificate of Origin, if available b. Dealer invoice c. List of all filters used on this unit (OEM part #'s), if applicable. 6.4 Unit shall be fully assembled, serviced, and ready for operation as delivered. City of Fayetteville, AR Bid 15-25, Lift Station Pumps & Motors Page 13 of 14 6.5 Physical and electrical installation of the pump and all ancillary appurtenances shall be the responsibility of the City of Fayetteville. 6.6 All bids shall include the following submittal information: a. A certification of the warranty and statement of extended warranty, if any b. V 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 d._ A suggested acceptance test plan e..jJ A factory certified performance curve for each pump f. ✓ A statement attesting to the intent to supply startup assistance 7. MANUALS - 7.1 The successful bidder agrees to furnish the following list of manuals: a. Operator's Manual: One (1) file copy PLUS one (1) copy for each unit purchased. b. ✓ One (1) Maintenance Repair Manual (paper or electronic format) c. J One Parts (OEM) Manual: (paper or electronic format).. 7.2 Payment(s) may be held until all manuals and certifications are delivered to the City of Fayetteville. 8. TRAINING: 8.1 Training described herein shall be arranged through Fleet 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.y Limited 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 of the 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. 9. SUPPORT SERVICES — 9.1 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. 9.2 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 15-25, Lift Station Pumps & Motors Page 14 of 14 iA fiance PUMP & MECHANICAL SEA VII E INC. 627 South Cottage Independence, MO 64050 (8{ 1 6) 833-8109 B. 833-8035 fax W:;vW. alliancepump. corn March 10, 2015 Bid 15-25 City of Fayetteville, AR Items Supplied Under Bid (2) Close -Coupled Yeomans -Chicago 2235 Model CP4103 Pumps w/closed loop cooling Includes: • Pumps Rated 900GPM @ 65'TDH • 25HP, 1750RPM, 30 460V Motors w/250 frame • 4" or 6" Suction, 4" Discharge • Class H Insulation • MODU-CAB Cap & Cable • Permanently lubricated bearings • 30' Power Cord • 9.8125" diameter Cast Iron Impeller • Connections for attaching to existing elbow Pumps come with 5 Year Warranty • Startup Assistance • Operator Training • Limited Maintenance Training Following the installation of the pumps, an Alliance Pump & Mechanical Certified Technician will be on hand for 1 to 1.5 days to assist with startup and training. • Parts & Maintenance Service will be available within 24 hours of requests • Shipping & Handling Bid DOES NOT include any installation services. ferry,^ aJ A11lance y:^^V PUMP & MECPAPJICAL SEPVII F_ INC. ii;Yepender,ce. MO 64010. (8j1i6) 8`3-8100 3,s38 U3 fax (816) 833-8035 5 v wwir.a%liancepump.com March 10, 2015 Bid 15-25 City of Fayetteville, AR Suggested Acceptance Test Plan Includes: ✓ Startup & Run for 30 Minutes ✓ Shut Down ✓ Address Issues ✓ Startup & Run for 30 Minutes ✓ Shut Down ✓ Address Issues ✓ Startup & Test Flow (against flow requirements) ✓ Shut Down ✓ Startup & Conduct 2 Flow test ✓ Shut Down ✓ Final Startup ✓ Operator Training ✓ Limited Maintenance Training ✓ 1 week Evaluation Period Alliance PUMP & MECHANICAL SERVICE INC. 627 South Cottage Independence, MO 64050 (8 15) 5) 833-809 0-16) 833-8035 tat: f l aiiiancepump.com March 10, 2015 Bid 15-25 City of Fayetteville, AR Startup Assistance Alliance Pump & Mechanical intends to supply The City of Fayetteville, AR with Startup Assistance for (2) Lift Station Pumps and Motors. The Startup is anticipated to take 1-2 days and will include basic Operator Training and Maintenance Training. Alliance PUMP & MECHANICAL SEFVtCE fPlC. 627 South Cottage independence. MO 64050 (816) 833-8109 ( 81 6) 833-8035 fax www.a!iiancepump.com March 10, 2015 Bid 15-25 City of Fayetteville, AR Technical Support & Manuals Technical Support: Grundfos Corp (Parent Company of Yeomans -Chicago) (800)921-7867 • Installation Manuals can be supplied upon order At shipment (or prior to), any and all Operator's Manuals, Maintenance Repair Manuals and OEM Manuals. In some cases, these manuals are combined or are not offered separately. Alliance Pump & Mechanical agrees to supply (3) copies of each. 2235 - CP4103. : Flow rate: 900 US gpm - Total head: 65.3 ft. My Profile Catalogs : [ Manual Selection ; , Design Point Search Search Results i L Pump Curve Design Notes Cost Analysis Printed Reports Documents i ♦. \ i Page I of I Selected Pump Catalog Document j t '\\ Request for Quote Submit your selection to Chicago Pump. Type 2235 Model CP4103 Curve ID Na. 40355 impeller ID No. 4700002 Speed 1750 rpm r �! l Diameter 9.8125 in a y�:.__.. ;_.. ;_...._.....�.. .. ♦ Redraw _.. Reset.. ssDisplay Options i r . ♦ '5 rp @ Manufacturer settings ;0 ..._....--1_....._ .. .. _..:.._ _... .. �:_-... ..............._......._..-_... ....;.. _..... �.� . ' U Custom �F i '�: Multiple Pumps i i Number of pumps y b; t3''�t I O Parallel O Series i 33 Redraw 40. ce : Is0 l's: a "' :a0 tvn ray eb0 w0 rem „oo r -- Multiple Speeds (rpm) 20. .. _►r—�� 550 rpm - 1800 rpm o_...._.._...i _..050 . ...__ .. i._.._...400.........NV 6M 700 asa- IQO 7000 ill) 7205 ------------Redraw --------- USgpm Default motor size is based upon max. power on the design curve plus a margin factor to allow for impeller trim variances that may occur to meet H.I. TDH requirements. Efficiencies and data are typical. Please contact the factory for guaranteed values. FOR TEMP. ABOVE 104 DEG. F (40 DEG C) REFER TO FACTORY FOR ASSISTANCE. Flow Head Eff BEP NPSHr Power Motor Frame Min flow ! Sphere 400 US gpm 4 65.31€ __..__.,..._......__.__—_.. ' —._ ._.._. — . _.. ._ .. {..—._._ _.....___.. 13.6% 74.1% 20 ft 20.1 hp 5rBrfRF 2S0CLC --- L 3 In © 2002 - 2010 Engineered Software, Inc. All Rights Reserved: Terms of Use I Privacy Policy I Software Requirements SECTION 2235.61 DRY -PIT SUBMERSIBLE SOLIDS -HANDLING WASTEWATER PUMPS PRODUCT INFORMATION MODELS CP4083 THRU CP8175 PEDESTAL MOUNTED 'LETE PUMP INCLUDES: VER CABLE ITROL CABLE ' PIT SUBMERSIBLE MOTOR AP ASSEMBLY ING HANDHOLE TION ELBOW ;TION HANDHOLE 'PORT PEDESTAL Hatt 911/07 PAGE 2235.61 III PRJMP DRY -PIT SUBMERSIBLE SOLIDS -HANDLING WASTEWATER PUMPS CAP MOGUL UPPER SI LOWER SI WEAR RIN SUCTION I MODELS CP4083 THRU CP8175 PEDESTAL MOUNTED _E CONNECTOR MODULE SECTION 2235.6 PRODUCT INFORMATION BEARING HOUSING TOR HOUSING FT EARING HOUSING 2E PROBE ER SEAL CHARGE CASING IMPELLER DHOLE COVER 'ORT PEDESTAL ITEM v 1 IS')') 1 I V I Y STANDARD CONSTRUCTION OPTIONAL CAP CAST IRON CABLE CONNECTOR MODULE CAST IRON W/ NEOPRENE GROMMET & EPDXY SEAL RADIAL BEARING HOUSING CAST IRON STATOR HOUSING CAST IRON SHAFT 416 STAINLESS STEEL THRUST BEARING HOUSING CAST IRON DISCHARGE CASING CAST IRON IMPELLER CAST IRON BRONZE SUCTION ELBOW CAST IRON WEAR RING - SUCTION NONE STAINLESS STEEL WEAR RING - IMPELLER NONE STAINLESS STEEL UPPER SEAL CARBON /SILICON CARBIDE LOWER SEAL SILICON CARBIDE / SILICON CARBIDE LOWER SEAL HOUSING CAST IRON HANDHOLECOVER CAST IRON SUPPORT PEDESTAL STEEL OR CAST IRON ---- �•w s �N wci nauvC musuauon or me• Lc ulosee-coop Cooled motor design. 'CLC' motors are supplied for frames 210-36O. Motorframes 140 and 180 are of the standard submersible design rated fornon-submerged operation; closed -loop cooling is not applicable. PAGE 2235.62 Date 9/1107 e I SECT10N 2235.6 IPVMP DRY -PIT SUBMERSIBLE SOLIDS -HANDLING WASTEWATER PUMPS LIST OF EQUIPMENT FURNISHED: _ Model Pump Rated for GPM at Ft.TDH. HP, RPM, Volts Phase, Hz Motor Frame Totally Enclosed Non -Ventilated wlihermal Protection & Moisture Detection LEFT HAND ROTATION RIGHT HAND ROTATION POS2 4' PO6.1 P05.1 j\ P052 _ POS.3 —J P05.3 POS.B PO5.8 if 1P00.4 P05.4 POS.7 PO5.7 *dL ii ft POSS POSE SUCTIO NOTE: DISCHARGE IN POSITION NO.1 FURNISHED AVAILABLE FROM FACTORY WHEN SPECIFIED. (PLEASE ADVISE REQUIRED ROTATION & RELATIVE SUCTION AS STANDARD. OTHER POSITIONS POSITION OF SUCTION & DISCHARGE.) (4) 7/£ SLOT'. 90' OVERHEAD T-,�L fr 0 CLEARANCE ( -' REQUIREDTO --- t5�� DISMANTLE 11_n PUMP L 'IF LESS ( CLEARANCE n -� IS AVAILABLE CONSULT FACTORY CASING X HANDHOLE CASING SUCTION ELBOW T_ A CP 8 w6mers@Ie Wastewater OUTLINE DWG If P,mPA 6mlon JOB: MEMBER ISSUE REVISION MOTOR FRAME CHART THREE PHASE -60 HERTZ MOTOR OPERATING RPM HP 1750 1160 875 3 11/2 140 180 2 210 3 71/2 10 15 20 210 O E- 250 25 30 250 40 320 so 60 320 75 100 360 125 360 150 DIMENSION CHART PUMP MODEL / SUCT. DISC. A B H F J X 2. `/ MOTOR FRAME CP APPROX. WEIGHT CP4083 4 4 3 6 8 S (6 8 i 8 1 17 I 15 2 B I 6= 180 - 44 539 6 210 52 684 CP4103 4 4 6 8 16 8 S z 17 15 ? 10 8 210 52 692 6- 250 56 1074 CP4123 4 4 8 8 19 9 8 Z 21 19 12 9 210 56 800 250 60 1150 6 320 71 1650 CP4133 6 4 8 p 20 4 9 21 19 9 7 210 58 900 250 62 1250 320 7; 1750 NOTE: 1. ALL DIMENSIONS ARE IN INCHES 2. 5UCT. AND DISCH. 125 LB. ASA FLANGES. 3. 1/4 PIPE TAPS FOR GAUGE CONNECTIONS DISCHARGE FURNISHED ON THE SUCTION FLANGE AND ON THE DISCHARGE CASING. 4. 1/4 PIPETAP FOR VENT CONNECTIONS. 5. WEIGHT IS IN POUNDS. PEDESTAL AND FLOOR RING SUCTION ELBOW HANDHOLE F _ NOT CERTIFIED FORCONSTRUCTION TION DRAWINGS """"—T— TO FACTORY FOR CERTIFIED INSTALLATION DRAWINGS r+..•-. anti in•' PAGE 2235.70 — 1750 RPM 1160 RPM CUBIC METERS PER HOUR CUBIC METERS PER HOUR 10 20 30 40 50 100 200 300 500 1000 5 10 20 304050 100 200 300 500 1000 2000 Iii 400 �� ;=_,�_ I — --� T-- 200 4 ...:...: �._..___.... �� .'.. i.. ap 50 LLf 40 v = 30 2 I, 5 i G 20 I � 1 � I :i i 30 50 100 200 300 500 1000 2000 3000 5000 U.S. GALLONS PER MINUTE 1-CP4003 5-CP4133 2- CP 4092.5LM 6- CP 4153 3-CP4103 7-CP6154 4- CP 4123 400 300 too 200 50 w 100 40 w LL 30 2 50 40 aa 20 30 = 20 G H 10 10 J 5 p 5 4 I- 3 2 • /i U.S. GALLONS PER MINUTE 1-CP4083 8-CP4133LL 2. CP 4092.5LM 7. CP 0133.5LM 3-CP4103 8-CP4153 4-CP4123 9-CP6154 5-CP4113LM 10-CP8175 875 RPM CUBIC METERS PER HOUR 5 10 20 30 4050 100 200 300 500 1000 2000 '- - "- 150 .. •_ 100 ry1 50 _ Y ®fit 2 U.S. GALLONS PER MINUTE 1 - CP 4083 6-CP 5133.0LM 2- CP 4092.5LM 7 - CP 4153 3-CP4103 8-CP6154 4- CP 4113LM 9. CP 8175LS 5 - CP 4123 10 - CP S175 50 40 N 30 IX 20 2 10 5 4 3 C 2 1 SERIES 2152 & 2235 SOLIDS -HANDLING SUBMERSIBLE PUMP WASTEWATER PUMPS STANDARD WARRANTY For a period of fifteen (15) months from the date of shipment or twelve (12) months from start-up whichever occurs first, Chicago Pump gives a limited warranty that its Submersible Pumps shall be free from defects in material and workmanship under normal use and service, and when properly installed. If within this period Chicago Pump receives from the Original Buyer written notice of any alleged defect in any such apparatus and if the apparatus is found not to be in conformity with this warranty (the Buyer having provided Chicago Pump a reasonable opportunity to perform any appropriate tests required thereon) Chicago Pump will, at its option and expense, either repair the same or supply replacement equipment provided that: (a) Personnel authorized by Chicago Pump performed start up of said equipment. Start up of equipment by any unauthorized personnel shall nullify the warranty. (b) All applicable start-up reports and/or warranty registration documents have been submitted to the company. (c) Said equipment has been properly installed, operated, and maintained by Buyer in accordance with Chicago Pump recommendations and specifications. (d) Buyer notifies Chicago Pump in writing as soon as any such defect becomes apparent. 3. Chicago Pump, under either option, shall have the right to require the Original Buyer to deliver the apparatus to a designated service center; the Original buyer shall pay all charges of inbound and outbound transportation. Chicago Pump shall pay only the direct and actual cost of apparatus, repair or replacement as provided in item 2. 4. Labor charges for in -warranty repairs performed by Chicago Pump or its designated service center shall be assumed by Chicago Pump if the repair is completed within 18 months from the date of shipment to Original Buyer. 5. After repair, pumps are warranted for the residual period on the initial warranty. 6. The Submersible Pump and Motor have a double seal with a moisture detection system. The warranty shall cover the cost of replacement of the outer seal only. IF THE MOISTURE DETECTION SYSTEM IS NOT CONNECTED, THE WARRANTYIS VOID! The submersible Motor has motor winding thermostats. The Thermostats must be connected per local, state and/or National Electric Code. IF THE MOTOR WINDING THERMOST 4TS ARE NOT CONNECTED THE WARRANTY IS VOID! 7. Pumps destined for long-term storage shall be stored in accordance with the appropriate Service Bulletins. Any damage to the pumps due to improper storage conditions shall void this warranty. 8. Chicago Pump does not warrant accessories or components not manufactured by Chicago Pump. However, to the extent possible, Chicago Pump agrees to assign to Buyer its rights under the original manufacturers warranty, without recourse to Chicago Pump. 9. Chicago Pump makes no representation or inference within this warranty that it has reviewed the buyer's and/or end user's system design to which the equipment supplied by Chicago Pump will become a component of such a system. Overall system compatibility of all components within such a system shall be the responsibility of others. Chicago Pump shall not be liable for any damage caused by abrasive materials, chemicals, scale deposits, corrosion, lightning, improper electrical supply, mishandling, or other similar conditions. 10. Any claim by Buyer with reference to the equipment sold hereunder for any cause shall be deemed waived by Buyer unless submitted to Chicago Pump in writing within thirty (30) days from the date Buyer discovered, or should have discovered, any claimed breach. Unless agreed to the contrary by Chicago Pump in writing, any work done, material furnished, repairs or designs made by others, shall void the warranty. Chicago Pump shall not be liable for incidental or consequential losses, damages or expenses, directly or indirectly arising from the sale, handling or use of the equipment, or from any other cause relating thereto, and Chicago Pump's liability hereunder in any case is expressly limited to the replacement (in the form originally shipped) of equipment or any part thereof not complying with this order, or, at Chicago Pump' election, to the repayment of or crediting buyer with an amount equal to the purchase price of such equipment, whether such claims are for breach or warranty or negligence. THIS WARRANTY IS EXPRESSLY MADE IN LIEU OF ANY AND ALL OTHER WARRANTIES EXPRESS OR IMPLIED INCLUDING WARRANTIES OF MERCHANTABILITY AND FITNESS. Date 411/06 PAGE 2152.31 SERIES 2152 & 2235 a PUMP SOLIDS -HANDLING SUBMERSIBLE FIVE-YEAR WARRANTY Municipal: Permanent Installations WASTEWATER PUMPS Chicago Pump Submersible Pumps are warranted, for a period of five (5) years from date of shipment to the Original Buyer, to be free from defects in material and/or workmanship and to conform to any applicable drawings and specifications approved by Chicago Pump Pump. The five-year warranty is a prorated warranty as shown below: Parts will be replaced within the time period noted and buyer will be invoiced at the given percentage rate of the price in effect at the time of shipment. Months from Date of Shipment To Original Buyer 0-18 19-31 3245 46-60 Percentage Rate of Warranty 0%* 25% 50% 75% * Refer to Item 5. If within this period Chicago Pump receives from the Original Buyer written notice of any alleged defect in any such apparatus and if the apparatus is found not to be in conformity with this warranty (the Buyer having provided Chicago Pump a reasonable opportunity to perform any appropriate tests required thereon) Chicago Pump will, at its option and expense, either repair the same or supply replacement equipment provided that: (a) Personnel authorized by Chicago Pump performed start up of said equipment. Start up of equipment by any unauthorized personnel shall nullify the warranty. (b) All applicable, start-up reports and/or warranty registration documents have been submitted to the company. (c) Said equipment has been properly installed, operated, and maintained by Buyer in accordance with Chicago Pump recommendations and specifications. (d) Buyer notifies Chicago Pump in writing as soon as any such defect becomes apparent. 4. Chicago Pump, under either option, shall have the right to require the Original Buyer to deliver the apparatus to a designated service center; the Original buyer shall pay all charges of inbound and outbound transportation. Chicago Pump shall pay only the direct and actual cost of apparatus, repair or replacement as provided in item 3. 5. Labor charges for in -warranty repairs performed by Chicago Pump or its designated service center shall be assumed by Chicago Pump if the repair is completed within 18 months from the date of shipment to Original Buyer. 6. After repair, pumps are warranted for the residual period on the initial warranty. 7. The Submersible Pump and Motor have a double seal with a moisture detection system. The warranty shall cover the cost of replacement of the outer seal only. IF THE MOISTURE DETECTION SYSTEM IS NOT CONNECTED, THE WARRANTY IS VOID! The submersible Motor has motor winding thermostats. The Thermostats must be connected per local, state and/or National Electric Code. IF THE MOTOR WINDING THERMOSTATS ARE NOT CONNECTED THE WARRANTYIS VOID! 8. Pumps destined for long-term storage shall be stored in accordance with the appropriate Service Bulletins. Any damage to the pumps due to improper storage conditions shall void this warranty. 9. Chicago Pump does not warrant accessories or components not manufactured by Chicago Pump. However, to the extent possible, Chicago Pump agrees to assign to Buyer its rights under the original manufacturer's warranty, without recourse to Chicago Pump. 10. Chicago Pump makes no representation or inference within this warranty that it has reviewed the buyer's and/or end user's system design to which the equipment supplied by Chicago Pump will become a component of such a system. Overall system compatibility of all components within such a system shall be the responsibility of others. Chicago Pump shall not be liable for any damage caused by abrasive materials, chemicals, scale deposits, corrosion, lightning, improper electrical supply, mishandling, or other similar conditions. 11. Any claim by Buyer with reference to the equipment sold hereunder for any cause shall be deemed waived by Buyer unless submitted to Chicago Pump in writing within thirty (30) days from the date Buyer discovered, or should have discovered, any claimed breach. Unless agreed to the contrary by Chicago Pump in writing, any work done, material fumished, repairs or designs made by others, shall void the warranty. Chicago Pump shall not be liable for incidental or consequential losses, damages or expenses, directly or indirectly arising from the sale, handling or use of the equipment, or from any other cause relating thereto, and Chicago Pump's' liability hereunder in any case is expressly limited to the replacement (in the form originally shipped) of equipment or any part thereof not complying with this order, or, at Chicago Pump' election, to the repayment of or crediting buyer with an amount equal to the purchase price of such equipment, whether such claims are for breach or warranty or negligence. THIS WARRANTY IS EXPRESSLY MADE IN LIEU OF ANY AND ALL OTHER WARRANTIES EXPRESS OR IMPLIED INCLUDING WARRANTIES OF MERCHANTABILITY AND FITNESS. Date 9/1/07 PAGE 2152.33