HomeMy WebLinkAbout223-15 RESOLUTIONOF f AYETTB
4RKA:N S,PS ..
113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 223-15
File Number: 2015-0556
BID NO. 15-60 RED RIVER PUMP SPECIALISTS, INC.:
A RESOLUTION TO AWARD BID NO. 15-60 AND AUTHORIZE THE PURCHASE OF A TRAILER
MOUNTED DIESEL POWERED WATER PUMP FROM RED RIVER PUMP SPECIALISTS, INC. IN
THE AMOUNT OF $71,575.00 PLUS APPLICABLE TAXES FOR USE AT THE BIOSOLIDS
MANAGEMENT SITE
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 No. 15-60 and
authorizes the purchase of a trailer mounted diesel powered water pump from Red River Pump Specialists,
Inc. in the amount of $71,575.00 plus applicable taxes for use at the Biosolids Management Site.
PASSED and APPROVED on 12/15/2015
Attest:
\Ia� bww�= . .
Lisa Branson, Deputy City Clerk '00111111////,
/ T(����i''
• • s•6r I
v � • Oj(� s G i
\ e
^Ci• •-�oi
she FAYE77EV1LLE;=
-v
o J,•
ti• A N S
Page 1 Printed on 12117115
City of Fayetteville, Arkansas 113 West Mounta
727 Fayetteville, ARR 727011
(479) 575-8323
Text File
File Number: 2015-0556
Agenda Date: 12/15/2015 Version: 1 Status: Passed
In Control: City Council Meeting File Type: Resolution
Agenda Number: A. 3
BID NO. 15-60 RED RIVER PUMP SPECIALISTS, INC.:
A RESOLUTION TO AWARD BID NO. 15-60 AND AUTHORIZE THE PURCHASE OF A
TRAILER MOUNTED DIESEL POWERED WATER PUMP FROM RED RIVER PUMP
SPECIALISTS, INC. IN THE AMOUNT OF $71,575.00 PLUS APPLICABLE TAXES FOR USE AT
THE BIOSOLIDS MANAGEMENT SITE
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 No. 15-60 and
authorizes the purchase of a trailer mounted diesel powered water pump from Red River Pump
Specialists, Inc. in the amount of $71,575.00 plus applicable taxes for use at the Biosolids Management
Site.
City of Fayetteville, Arkansas Page 1 Printed on 12116/2015
Billy Ammons
Submitted By
City of Fayetteville Staff Review Form
2015-0556
Legistar File ID
12/15/2015
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
11/20/2015 Wastewater Treatment Plant/
_ Utilities Department
Submitted Date Division / Department
Action Recommendation:
Fayetteville City Administration recommends approval of Bid 15-60 with Red River Pump Specialists, Inc. to
purchase one (1) trailer mounted diesel powered water pump for the Biosolids Management Site for $71,575.00
plus $6,978.56 tax, totaling $78,553.56. Funds are available within the Wastewater Treatment Plant CIP — Plants
Pumps and Equipment.
Original Contract Number:
Comments:
Approval Date:
Budget Impact:
5400.5800.5801.00
Water/Sewer
Account Number
Fund
02069.1
Plant Pumps and Equipment - W.W.T.P.
Project Number
Project Title
Budgeted Item? Yes
Current Budget
$ 495,213.00
Funds Obligated
$ 302,832.04
Current Balance
192,381.9
Does item have a cost? Yes
Item Cost
$ 78,553.56
Budget Adjustment Attached? No
Budget Adjustment
$ -
Remaining Budget
13,827°1
V20140710
Previous Ordinance or Resolution #
Original Contract Number:
Comments:
Approval Date:
CITY OF
aAll e
ARKANSAS
MEETING OF DECEMBER 15, 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:
November 20, 2015
STAFF MEMO
SUBJECT: Approval of Bid 15-60 with Red River Pump Specialists, Inc. to purchase one (1)
trailer mounted diesel powered water pump for the Biosolids Management Site for $71,575.00.
RECOMMENDATION:
City administration recommends approval of Bid 15-60 with Red River Pump Specialists, Inc. to
purchase one (1) trailer mounted diesel powered pump for the Biosolids Management Site for
$71,575.00 plus $6,978.56 tax, totaling $78,553.56. Funds are available within the Wastewater
Treatment Plant CIP — Plant Pumps and Equipment project.
BACKGROUND:
Biosolids are the finished product from the wastewater treatment process. Prior to 2012, these
biosolids were disposed in landfills. In 2012, the City implemented a heat drying process that
eliminates harmful organisms found in untreated wastewater turning the biosolids into Class A
organic based fertilizer that is sold for public use. In 2013, the BMS processed approximately
20,200 wet tons of biosolids creating nearly 2,500 tons of fertilizer, which saved the City nearly
$950,000 in landfill costs and generated approximately $43,000 in revenue from fertilizer sales.
Water used at the BMS in the drying process for dust suppression, cleaning, and even portions
of potentially contaminated storm water is collected and pumped to the Noland WWTP for
treatment. The current pump station is a single pump system without redundancy. This lack of
redundancy creates an extremely risky situation that has allowed spills and overflows in the
past. These unfortunate events occurred from either mechanical failures, or heavy rain events
and the single pump was not able to handle the addition flow. Currently, the BMS rents a trailer
mounted portable water pump to function as a backup, costing more than $18,000 per year. On
multiple occasions, the backup pump has eliminated spills due to mechanical failures or heavy
rain. A portable backup pump is much more economical than adding a new pump station;
additionally, the portable pump is versatile and has been used at the Noland WWTP to drain
clarifiers, aid pumping while pumps are being repaired, etc.
DISCUSSION:
The City received seven bids on November 3, 2015 to purchase one (1) trailer mounted diesel
powered water pump. Even though there were three lower bids than Red River Pump
Specialists Inc., Red River's option 2 was the lowest bid that meets specifications. The pump
impeller in the bid submitted by Technology International Inc. is a closed style instead of open,
which has a higher risk of clogging potentially causing an overflow. Barco Pump Co. submitted a
ductile iron pump impeller that did not meet specifications because it is not as impact resistant
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
as steel; given the unpredictable nature of material and debris we have seen in the systems we
pump, steel is recommended. The bid submitted by United Rentals did not include a two wheel
DOT approved trailer.
Bidder
Bid
Alliance Pump & Mechanical Service Inc
$102,990.00
Barco Pump Co
$65,198.58
Hugg & Hall Equipment Co
$83,787.50
Red River Pump Specialist Inc — Opt 1
$76,475.00
Red River Pump Specialist Inc — Opt 2
$71,575.00
Technology International Inc
$59,949.00
United Rentals Pump Division
$67,710.00
BUDGET/STAFF IMPACT:
Funds are available in the Wastewater Treatment Plant CIP — Plant Pumps and Equipment
project.
ATTACHMENTS:
Staff Review Form
Purchase Order
Bid 15-60 Tabulation
Bid 15-60 Submittals
City of Fayetteville - Purchase Order Request ' (PO)11/20/2015
Requisition No.:
a e:
(Not a Purchase Order)
P.O Number:
All PO Requests shall be scanned to the Purchasing e-mail: Purchasing@fayetteville-ar.gov.
Purchase shall not be made until an actual PO has been issued.
Vendor
Vendor Red River Pump Specialist, Inc
Mail I' Yes F' No
Legistar#:
#:
Name:
2015=0556
FOB Point:
Taxable
Address: 1555 Wells Island Rd.
Management Site
r"✓ Yes I"' No
Expected Delivery Date:
City: Shreveport
State: LA
Zip Code:
IShip to code:
Quotes Attached
71107
I 72701
Ir Yes iF' No
Requester: Billy Ammons
Requester's Employee #:
Extension:
OMI
479-443-3292
Item
Description
Quantity
Unit of Issue
Unit Cost
Extended Cost
Account Number
Project.Sub#
Inventory #
Fixed Asset #
Per Bid#15-60, Godwin Trailer
1
Mounted Diesel Powered Water Pump,
1
EA
$71,575.00
$71,575.00
5400.5800.5801.00
02069.1
6333
Model CD150M
2
3
4
5
6
7
8
9
10
Shipping/Handling
Lot
Special nstructions:
Subtotal: $71,575.00
Tax: $6,978.56
Total: $78,553.56
Approvals:
Mayor: Department Director: Purchasing Manager:
Chief Financial Officer: Budget Director: IT Director:
Dispatch Manager: Utilities Manager: Other:
Revised 6/18/2014
CITY OF
aye evl
ARKANSAS
Bid 15-60, Trailer Mounted Diesel Powered Water Pump
Bid: 15-60
11/3/2015
2:00 PM
City of Fayetteville
BIDDER
DESCRIPTION
CITY
•Alliance Pump & .
Barco Pump Co
Hugg & Hall Equipment Co
Rad River Pump•Speclahsts
-
Red River Pump Specialtst8
sTechnotogy Intematlonal
United Rentals Pump `.;
Division
Mechanical Service Inc
;-::
Inc Opt 1
-
Inc Opt 2
Inc
Trailer Mounted Diesel Powered Water Pump
$ 102,990.00
$ 65,198.58
$ 83,787.50
$ 76,475.00
$ 71,575.00
$ 59,949.00
$ 67,710.00
1
Mfg.IModel Bid
Thompson Pumpr6JSCE-
DJCST-423-M
Gorman-Rupp/PASC60-
404514
Thompson Pump/6JSCE-
DJCST-423-MC
Godwin/NC-150
Godwin/CD150M
PioneerPump/SA66S12
BBAPumps/BA IS0E
$ 102,990.00
$ 65,198.58
$ 83,787.50
$ 76,475.00
$ 71,575.00
$ 59,949.00
$ 67,710.00
TOTAL BASE BID
-NOTICE: Bid award Is contingent upon vendor meeting minimum specifications and formal authorization by City officials.
CERTIFIED:
Agent
CITY OF
City of Fayetteville, Arkansas
Purchasing Division — Room 306
Tay e eVi 113 W Mountain 01
Fayetteville, AR 72701
Phone: 479.575.8220
ARKANSAS TDD (Telecommunication Device for the Deaf): 479.521.1316
IYAifI(S]I1S1IIP
INVITATION TO BID: Bid 15-60, Trailer Mounted Diesel Powered Water Pump
DEADLINE: Tuesday, November 03, 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@fayetteviIle-ar.sov
DATE OF ISSUE AND ADVERTISEMENT: Monday, October 12, 2015
INVITATION TO BID
Bid 15-60, Trailer Mounted Diesel Powered Water Pump
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: I'i eP 1'je( P1 Mn $. $CC d4(
Contact Person: ln.. )1 &r1e Title:
E -Mail: C 1iA b kO1e_4NA rev1Purv, Phone: 318. 4'Sf //3/
Cr►
Business Address: U(�.\\S SS`&r
City: S MrL') c t State: 1'. Zip: "? 11
Signature: (� Date: 10 ' 2' 015
City of Fayetteville, AR
Bid 15-60, Trailer Mounted Diesel Powered Water Pump
Page 1 of 15
City of Fayetteville
Bid 15-60, Trailer Mounted Diesel Powered Water Pump
Bid Form
DATE REQUIRED AS A COMPLETE UNIT: Delivery shall be made no later than 90 calendar days from receipt of
purchase order.
F.O.B. City of Fayetteville Bio-solids Management Site, 16464 Wyman Rd, Fayetteville, AR 72701
MANUFACTURER
TOTAL BASE BID
MODEL CV \ 5 0 N\
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 }n{ R
Bid 15-60, Trailer Mounted Diesel Powered Water Pump Bidder: 1 ` ■ 1�}y ui{) YC c;A
Page 2 of 15
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 r,ilfln cancellation of a purchase and/or contract as a result of your response.
1.) NO KNOWN RELATIONSHIP EXISTS
2.) RELATIONSHIP EXISTS (Please explain):
7. Bidder will perform the Work in compliance with all applicable trench safety standards set forth in Occupational
Safety and Health Administration (OSHA) Part 1926 —Subpart P — Excavations.
8. As A bidder on this project, you are required to provide debarment/suspension certification indicating that you
are in compliance with the below Federal Executive Order. Certification can be done by completing and signing
this form.
a. Federal Executive Order (E.O.) 12549 "Debarment and Suspension" requires that all contractors receiving
individual awards, using federal funds, and all sub -recipients certify that the organization and its
principals are not debarred, suspended, proposed for debarment, declared ineligible, or voluntarily
excluded by any Federal department or agency from doing business with the Federal Government.
b. Your signature below certifies that neither you nor your principal is presently debarred, suspended,
proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction
by any federal department or agency.
City of Fayetteville, AR
Bid 15-60, Trailer Mounted Diesel Powered Water Pump
Page 3 of 15 Bidder: d VIV mY ; rAM ____
Unsigned bids will be rejected. _jItems marked * are mandatory for consideration.*NAME OF FIRM: Pe4 ().w PaM f $�C1G.\ls €, of
(� �Pu�rchase Order/ yments sh 11 be issued to this name
*D/B/A or Corporation Name ��V'( �+�US _?_,tee,,
*BUSINESS ADDRESS: SS S \Q\\ S y��S
*CITY: ___ *STATE: \.._ t *ZIP: I\\
*PHONE: 3 \ - LA 0`',,,,1`1 1 FAX: 7) t - '1 $ " /I??.
*E-MAIL: C.\,\t\�'C\DAC Pred, cuter ?v.r\A. co
*BY: (PRINTED NAME) L\ \ � )o \ec\
*AUTHORIZED SIGNATURE: cc
*TITLE: CC S \`L s
*DUNS NUMBER: \ 01 O 00, 5/ CAGE NUMBER:
*TAX ID NUMBER: 4`++ \3 0'1 �O3a
Acknowledge Addendums:
Addendum No. -L Dated: D1 �► •15Acknowledged by:
Addendum No. a Dated: 11L cAcknowledged by: _(
Addendum No. Dated: Acknowledged by:
City of Fayetteville, AR
Bid 15-60, Trailer Mounted Diesel Powered Water Pump
Page 4 of 15
City of Fayetteville
Bid 15-6D, Trailer Mounted Diesel Water Pump
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:
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 acceptor reject any or all bids.
c. The City of Fayetteville reserves the right to cancel the entire bid.
City of Fayetteville, AR
Bid 15-60, Trailer Mounted Diesel Powered Water Pump
Page 5 of 15
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 Rennie, 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.
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,
City of Fayetteville, AR
Bid 15-60, Trailer Mounted Diesel Powered Water Pump
Page 6 of 15
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 items) 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.
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
City of Fayetteville, AR
Bid 15-60, Trailer Mounted Diesel Powered Water Pump
Page 7 of 15
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.
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 bidders/proposers/protector's staff, and agent of the
City of Fayetteville, AR
Bid 15-60, Trailer Mounted Diesel Powered Water Pump
Page 8 of 15
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 Contractors} 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
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. 331es ax otTobeLliidudediIlifhebidirice. 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
City of Fayetteville, AR
Bid 1S-60, Trailer Mounted Diesel Powered Water Pump
Page 9 of 15
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 Rennie immediately via telephone
(479.575.8220) or e-mail (aforen@fayetteville-ar.eov). 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 Rennie, City of Fayetteville, Purchasing Agent via e-mail (aforen@fayetteville-ar.eov) 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
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.
I) 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 15-60, Trailer Mounted Diesel Powered Water Pump
Page 10 of 15
City of Fayetteville
Bid 15-60, Trailer Mounted Diesel Water Pump
Technical Specifications: Rebuild of Mixer and Aerator Gearboxes
BIDDING REQUIREMENTS:
o When given a specification option with a blank (example a. J, bidder shall write a "check mark" or
write "ye" 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. Leaving
item blank shall indicate bidder does not meet the listed specification and will subject bidder to rejection.
o Bidders shall NOT supply warranty papers for the City to interpret whether a warranty specification is met
or not.
GENERAL -
1.1 This specification concerns the purchase of one (1) Six -Inch Sound Attenuated Diesel Trailer
Mounded Pump, Godwin Model 150M Dri-Prime- or approved equal — for the Bio-solids
Management Site.
1.2 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.
1.3 All specifications written are to minimums unless otherwise noted.
1.4 Pricing bid shall be inclusive of all items, shipping, warranty, assembly, etc. Bid pricing shall NOT
include sales tax. Applicable taxes will apply upon invoicing but will not be considered for bid
evaluation.
1.5 Unit shall be fully assembled, serviced, and ready for operation upon delivery unless otherwise
specified.
1.6 Unit shall NOT contain a dealer/distributor logo or other identification. Standard manufacturer
plates shall be acceptable.
1.7 Units bid shall be of the latest standard production model as offered for commercial trade.
TECHNICAL SPECIFICATIONS — DIESEL POWERED WATER PUMP
2.1 ENGIN
a. JDB Model TCAE-55 Diesel engine or approved equal
b.Four (4) cylinder turbo -charged diesel
c.� 74 horsepower
d. Water cooled
e Tachometer
f.'Hour Hour meter
g. ✓ Tier 4 emissions rating
h. %7 Electronic type governor
i. V Adjustable engine speed to operate the pump between maximum and minimum design
speeds
City of Fayetteville, AR
Bid 15-60, Trailer Mounted Diesel Powered Water Pump
Page 11 of 15
j.1 Safety shutdown system for engine oil low pressure and overheating of cooling system
/equipped
k. v Exhaust system shall include critical grade silencer
I, Minimum one hundred (100) gallon fuel tank
2.2 PUMP
a. `Automatic priming centrifugal pump
inch suction capacity
inch discharge capacity
d. 11 inch impeller diameter
on -clog open impeller type with 3 inch solids handling capability
f. Cast chromium steel impeller hardened to minimum Brinell Hardness 340HB
g. Wear plates shall be cast iron fully adjustable and replaceable
h. Seals shall be mechanical high pressure self-adjusting with silicon carbide faces
i. Mechanical seal shall be cooled and lubricated in an oil bath reservoir requiring no
`maintenance or adjustment
j. Pump shall be fitted with a fully automatic priming system incorporating a twin -cylinder
,ompressor and air ejector assembly or approved equal
k. V Pump and priming system shall be capable of priming the pump from a completely dry
pump casing
I. Pump shall be capable of running dry with no damage for up to 24 hours, then re -priming
/end returning to normal pumping volumes
m. I/ Direct- connect intermediate drive plate
n._).,750 GPM at 44 foot TDH
o.%1 PSI maximum suction pressure
p._f 71 PSI maximum working pressure
2.3 DIGITAL CONTROLLER
a. PrimeGuard, or equal, touch sensing digital controller
b. ✓Controller shall be weather proof enclosed and contain an external weatherproof 12 -
position keypad accessible without the need to remove or open any protective cover or
/enclosure
c. Manual, automatic, or remote starting/stopping capability, including the ability to receive
�eignals from high and low level floats or a 4-20 mA transducer
d. pable of auto throttling engine RPM in response to changing pressure and flow
e. RS -232 and RS -485 communication ports to enable communication with SCADA and
other alarm equipment
2.4 TRAILER
a. %/Two wheel DOT approved for highway travel
b.'Steel framework designed to allow unbolting and removal of entire skid mounted engine
and pump unit
c. � Front and rear support stands
d. railer shall be equipped with electric brakes
e. Stop, turn, and marker lights to comply with all state and federal regulations
City of Fayetteville, AR
Bid 15-60, Trailer Mounted Diesel Powered Water Pump
Page 12 of 15
f. YStandard six or seven way trailer light connector
g. ✓f All light wiring shall have permanent water tight connections in conduit or securely
eettached to trailer — no Scotch lock, crimp connections, or tape joints.
h._ Rated weight capacity to carry pump and full fuel tank
2.5 SILENCED ENCLOSURE
a. '/"Engineered for quiet operation in residential environment
b. % Maximum noise level 68 DBA @ 30 feet
C.c.,,1,4 gauge sheet metal construction
d. V'' Interior lined with one inch and two inch layers of polydamp acoustical sound deadening
,Thaterial
Hinged
e. %Z Hinged lockable doors to provide ready access to controls and service locations
f. Enclosure shall be removable for easy access to the engine and pump
2.6 COLOfj
a. Manufacturers standard color
2.7 OPT9NS
a.ully automatic trickle charger with 6 amps, 11SVAC
b. The drive unit shall be supplied with an integral 750 -watt thermostatically controlled
engine block heater, 8 amp, 115VAC
2.8 PIPING AND CONNECTIONS
a. V' One (1) 6 inch flange suction adapter with 6 inch female cam lock quick disconnect
b.Two (2) 6 inch gaskets
c. no (1) 6 inch flange discharge adapter with 6 inch male cam lock quick disconnect
d. ne (1) 6 inch male cam lock quick disconnect suction screen
e. ✓ One (1) 8 inch pinch valve with Auma Electric Actuator, model number PVE8E75-603L-
SBR/T (or approved equal)
4alve shall be:
a. Full bore
b. 450 PSIG burst rating
c. 31655 pinch bar rods
d. Cast Iron Body
e. Epoxy paint
f. Styrene butadiene sleeve material
Auma Electric Actuator, or approved equal, shall be:
a. 480VAC
b.7' 3 phase
c.� 60 Hz
d. Manual override hand wheel
e. Limit and torque switches
City of Fayetteville, AR
Bid 15-60, Trailer Mounted Diesel Powered Water Pump
Page 13 of 15
3. WARRANTY -
3.1 Warranty shall include the following at minimum. Bidder shall serve as the warranty
administrator.
a. ✓ All equipment bid shall be warranted for a period of one (1) year from the date of
ceptance by the City or the manufacturer's standard warranty, whichever is rg eater.
b. Engine shall be warranted for a period of two (2) years or the manufacturer's standard
warranty, whichever is greater.
c. Warranty shall include all parts, labor, and transportation to and from the location of the
warranty administrator.
d. Bidder shall be responsible for warranty of entire unit.
4. STANDARDS -
4.1 Each unit shall meet or exceed the following applicable standards.
a. V environmental Protection Agency's Exhaust Emission Standards (EPA).
b. VYV— q/ ccupational Safety and Health Administration Standards (OSHA).
c. Arkansas State Highway Commission Regulations regarding vehicle markings, lighting, and
reflectors
5. DELIVERY/DOCUMENTATION-
5.1 Delivery shall include the following documents as a minimum:
a. V Manufacturer's Certificate of Origin
b. V�/ ealer invoice
c. A list of all required service filters with part numbers
d. ✓ A list of all required service fluids and lubricants with part numbers and eg petit
specifications.
5.2 Unit shall be fully assembled, serviced, and ready for operation as delivered.
6. MANUALS
6.1 The successful bidder agrees to furnish one (1) set each of the following list of manuals:
a. Operator's Manual (1 file copy plus one copy for each machine purchased)
b. hop Maintenance Repair Manuals (Paper or electronic format acceptable)
c. Parts (OEM) Manual (Paper or electronic format acceptable)
7. TRAINING
7.1 Training quoted below shall be arranged through the Bio-solids Management Site for both
o7Operator
rs and mechanics by a qualified instructor at a location designated and provided by the City.
Training (REQUIRED) - Training shall include proper operating techniques and
daily maintenance including lubrication, inspection of fluid checks and adjustments. This
City of Fayetteville, AR
Bid 15-60, Trailer Mounted Diesel Powered Water Pump
Page 14 of 15
aining shall be designed to instruct qualified vehicle operators.
b. Maintenance Training (REQUIRED) - Training 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, lubrication and
troubleshooting procedures.
S. SUPPORT SERVICES
8.1 Repair Parts Inventory- A stock of standard repair parts for units bid shall be available for
immediate delivery to the City from the bidders service inventory. A full stock of all repair parts
shall be available for shipment within 24 hours of parts requests. Parts inventory or availability
shall be considered in the purchase decision.
8.2 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 15-60, Trailer Mounted Diesel Powered Water Pump
Page 15 of 15
The Godwin CD1 50M Dri-Prime pump with JCB
TCAE-55 Final Tier 4 engine offers flow rates to
2290 USGPM and has the capability of handling
solids up to 3" in diameter.
The Godwin CD1 50M Dri-Prime pump is able to
automatically prime to 28of suction lift from
dry. Automatic or manual starting/stopping
available through PrimeGuard 2 control panel.
Field Smart Technology (FST) wireless remote
access optional.
Indefinite dry -running is no problem due to the
unique Godwin liquid bath mechanical seal
design. Solids handling, dry -running, and
portability make the Godwin CD1 50M Dri-Prime
pump the perfect choice for dewatering and
bypass applications.
Features and Benefits Specifications
• Simple maintenance normally limited to
checking fluid levels and filters.
• Dri-Prime (continuously operated Venturi air
ejector priming device) requiring no periodic
adjustment. Optional compressor clutch
available.
• Extensive application flexibility handling
sewage, slurries, and liquids with solids up to
3.0" in diameter.
• Dry -running high pressure liquid bath
mechanical seal with high abrasion resistant
solid silicon carbide faces.
• Close -coupled centrifugal pump with Dri-
Prime system coupled to a diesel engine or
electric motor.
• All cast iron construction (stainless steel
construction option available) with cast steel
impeller.
• Also available in a critically silenced unit
which reduces noise levels to less than 70
dBA at 30'.
Please contact he factory or office for further details. A typical picture of the pump is shown.
All information is approximate and for general guidance only.
Suction connection
6" 150# ANSI B16.5
Delivery connection
6" 150# ANSI B16.5
Max capacity
2290 USGPM t
Max solids handling
3.0"
Max impeller diameter
11.0"
Max operating temp
176OF*
Max pressure
70 psi
Max suction pressure
58 psi
Max casing pressure
105 psi
Max operating speed
2200 rpm
" Please contact our office for applications in excess of 176°F.
t Larger diameter pipes may be required for maximum flows.
JCB Final Tier 4 Engine
Fully electronic engine
Emissions reduced through incylinder technology - no DPF
Compact design
g o d w i n4,O,
a xylem brand
Performance Curve
Flow (m'/hr)
0 50 100 150 200 250 300 350 400 450 500 550
160
140
120
100
80
60
40
20
0
0 250 500 750 1000 1250 1500 1750 2000
Flow (USG PM)
Engine option 1
JCB TCAE-55 (FT4), 74 HP @ 2200 rpm
Impeller diameter 11.0"
Pump speed 2200 rpm
Suction Lift Table
Total
Suction
Head
Total Delivery Head (feet)
30 46 62 81
121
(feet)
Output (USGPM)
10
2179
2131
2083
1889
1356
15
2058
1937
1816
1574
1162
20
1453
1453
1453
1332
848
25
1259
1211
1114
969
484
Fuel capacity: 60 US Gal
Max Fuel consumption @ 2200 rpm: 4.5 US Gal/hr
Max Fuel consumption @ 1800 rpm: 2.4 US Gal/hr
Weight (Dry): 3,200 lbs
Weight (Wet): 3,630 Ibs
Dim.: (L) 119" x (W) 66" x (H) 77"
Performance data provided in tables is based on water tests at sea level and
20°Cambient. All information is approximate and for general guidance only
Please contact the factory or office for further details.
66"
[1673mm]
16"
[412mm]
17"
[424mm]
O O1
91.
[21811
50
40
30
E
20
10
0
2250 2500
Materials
Pump casing &
Cast iron BS EN 1561 -1997
suction cover
Wearplates
Cast iron BS EN 1561 - 1997
Pump Shaft
Carbon steel BS 970 - 1991
817M40T
Cast Steel BS3100 A5 Hardness to
Impeller
200 HB Brinell
Non -return valve
Cast iron BS EN 1561 - 1997
body
Silicon carbide face; Viton
Mechanical seal
elastomers; Stainless steel body
1191,
[3020mm]
91.
[222mm]
5O
Ln
XV Le (■ 84 Floodgate Road Reference number : 95-1024-3000
Bridgeport, NJ 08014 USA Date of issue : October 24, 2014
Let's Solve Water (856) 467-3636.Fax Fax (856) 467-4841 Issue : 1
www.godwinpumps.com
C) 201 S Xvla.n, Inc. All ,01,,5,050rn011 Godwin is n "adc'na:Y. of Xylem Cewarering Snhnicn;. 1nc., a wholly -o . subsidiary of Xylen, Inc. Specifira[ions and illuu.a.u:ns urn seble::i :r, revision svilhoar ..mice. Xylxm
map's no representation royal ding the complereness or acco.acy of ibis information mul is nor liable lot any di,,:ct or Ind i, not damages arising from or relariag v,,his information or its use.