Loading...
HomeMy WebLinkAboutORDINANCE 6032113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Ordinance: 6032 File Number: 2018-0059 REBUILT -IT SERVICES GROUP, LLC: AN ORDINANCE TO WAIVE COMPETITIVE BIDDING AND TO ACCEPT A REPAIR QUOTE OF $26,100.00, PLUS ANY APPLICABLE TAX WITH REBUILD -IT SERVICES GROUP, LLC TO REPAIR A CLARIFIER DRIVE FOR THE NOLAND WATER RESOURCE RECOVERY FACILITY WHEREAS, formal sealed bidding is not necessary for the repair of "hidden or unknown damages"; and WHEREAS, Rebuild -It Services Group, LLC has taken apart and examined two clarifier drives and has determined that one drive can be rebuilt at a cost of $26,100.00 and that the other drive cannot be repaired. NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby determines that because of Arkansas Procurement Law R6:19-11-203, subsection 14 (EE): repair of "hidden or unknown damages" the repair of the clarifier drive does not require formal competitive bidding and, therefore, waives competitive bidding and accepts Rebuild -It Services Group, LLC's repair quote of $26,100.00 (plus any taxes) and authorizes the payment of that amount. PASSED and APPROVED on 2/6/2018 Page 1 Printed on 217118 Ordinance: 6032 File Number- 2018-0059 Attest: Sondra E. Smith, City Clerk Treasurer 8%1111111 rill r R Ir r c w I/1/lf;;i11�''1 Page 2 Printed on 2/7/18 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 - Text File Y File Number: 2018-0059 Agenda Date: 2/6/2018 Version: 1 Status: Passed In Control: City Council Meeting File Type: Ordinance Agenda Number: D. 2 REBUILT -IT SERVICES GROUP, LLC: AN ORDINANCE TO WAIVE COMPETITIVE BIDDING AND TO ACCEPT A REPAIR QUOTE OF $26,100.00, PLUS ANY APPLICABLE TAX WITH REBUILD -IT SERVICES GROUP, LLC TO REPAIR A CLARIFIER DRIVE FOR THE NOLAND WATER RESOURCE RECOVERY FACILITY WHEREAS, formal sealed bidding is not necessary for the repair of "hidden or unknown damages"; and WHEREAS, Rebuild -It Services Group, LLC has taken apart and examined two clarifier drives and has determined that one drive can be rebuilt at a cost of $26,100.00 and that the other drive cannot be repaired. NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby determines that because of Arkansas Procurement Law R6:19-11-203, subsection 14 (EE): repair of "hidden or unknown damages" the repair of the clarifier drive does not require formal competitive bidding and, therefore, waives competitive bidding and accepts Rebuild -It Services Group, LLC's repair quote of $26,100.00 (plus any taxes) and authorizes the payment of that amount. City of Fayetteville, Arkansas Page 1 Printed on 2/7/2018 Greg Weeks Submitted By City of Fayetteville Staff Review Form 2018-0059 Legistar File ID 2/6/2018 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 1/17/2018 Wastewater Treatment Plant / _ Utilities Department Submitted Date Division / Department Action Recommendation: Staff recommends a resolution approving the repair of a clarifier drive for the Noland WRRF by Rebuild -it Services Group, LLC in the amount of $26,100.00. Original Contract Number: Approval Date: Comments. Budget Impact: 5400.730.5800-5414.00 Water/Sewer Account Number Fund 02069.1 Plant Pumps and Equipment - W.W.T.P. Project Number Project Title Budgeted Item? Yes Current Budget $ 844,806.61 Funds Obligated $ 322,260.93 Current Balance $ 5221545.68 Does item have a cost? Yes Item Cost $ 26,100.00 Budget Adjustment Attached? NA Budget Adjustment $ - Remaining Budget $ 496,445.68 V20140710 Previous Ordinance or Resolution # Original Contract Number: Approval Date: Comments. CITY OF FAYETTEVILLE ARKANSAS V � 17 MEETING OF FEBRUARY 6, 2018 TO: Mayor and City Council THRU: Don Marr, Chief of Staff Water, Sewer, and Solids Waste Committee Tim Nyander, Utilities Director FROM: Greg Weeks, Wastewater Treatment DATE: January 17, 2018 CITY COUNCIL MEMO SUBJECT: Clarifier Drive Rebuild for Noland Water Resource Recovery Facility RECOMMENDATION: Staff recommends a resolution approving the repair of a clarifier drive for the Noland WWTP by Rebuild -it Services Group, LLC in the amount of $26,100.00. BACKGROUND: The Noland Treatment Facility process utilizes up to four Secondary Clarifiers to separate process solids from biologically treated water prior to tertiary treatment via sand filtration. Additionally, there are two Flow Control Tanks (formerly Primary Clarifiers) available to help equalize process flow and influent loading prior to the biological reactors. All six clarifiers are mechanically driven with the Dorr-Oliver, Model 48S1 Drives. Several years ago, two (2) spare mechanical drive units were purchased and placed in storage as critical spares. Since then, both critical spare units have been installed to replace failing units. Recently, the two failed units were sent to a repair facility for disassembly and repair inspections. The first unit was found to have relatively normal wear and can be economically rebuilt. Having one available critical spare drive on the shelf will be sufficient for back-up or emergency operational needs at the facility's current capacity. Despite having exceeded its life expectancy, rebuilding one Dorr-Oliver drive is significantly more cost effective than replacing it with a new drive. DISCUSSION: Two (2) Dorr-Oliver units were recently shipped to Rebuild -it Services Group, a manufacturer certified service facility, for disassembly and inspection. The first unit was found to have relatively normal wear and can be refurbished with a number of rebuilt and/or replaced components. The second unit had several damaged or broken components including major shafts and gears; the extent of wear and necessary replacement parts are not worth repair costs. Staff recommends retiring the irreparable drive through Rebuild -it Services Group as return shipment costs are prohibitive. The vendor will deduct $250.00 for the scrap value of the non -repairable unit, as shown in the attached quote. Considering that purchase prices of refurbished or new drives range from nearly $40,000 to $130,000, respectively, staff also Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 recommends that having a single critical spare drive (rebuilt unit) on the shelf will be sufficiently to cover back-up or emergency operational needs at the facility's current capacity. Because it was necessary to have the certified repair facility disassemble the units to determine the extent of hidden and unknown damage to equipment already purchased, a bid waiver and/or formal sealed bidding is not necessary according to Arkansas Procurement Law R6:19-11- 203 Subsection 14 EE "hidden or unknown damages". Under Pricing and Payment Terms in the attached proposal, Rebuild -it Services Group states that tax will not be collected in states other than Utah. BUDGET/STAFF IMPACT: Funds are available within the Wastewater Treatment Plant CIP: Plant Pumps and Equipment - W.W.T.P. Attachments: PROPOSAL NO. Q121472-1 (Retire/Rebuild Quote) 6810 South 300 West, Suite 8 ;, Midvale, UT 84047 Y : _ —Re nilacl-it y www.rebuild-it.com Services Group PROPOSAL NO. 0121472-1 January 8, 2018 PREPARED FOR: Attn: Mayo Miller Fayetteville, AR WWTP 1400 N Fox hunter Road PH- (435) 690.1955 E -Mail: mayo.miller@CH2M.com PROJECT: One (1) Dorr-Oliver Drive Rebuild model 4851, to be used as spare. Original Serial No. 81814-4. PROJECT LOCATION: 1400 N. Fox Hunter Road Fayetteville, AR 72701 PROPOSAL PREPARED BY: Rebuild -It Services Group, LLC 6810 South 300 West, Suite 8 Midvale, Utah 84047 Eric Anderson Phone: (385) 235.6883 Mobile: (801) 837.8444 eanderson@rebuild-it.com 0DORR-OLIVER P R O P O S A L 1 ^; t Proposal No. Q121472-1 PROSECT SUMMARY: Re SoMras Group Rebuild -it Services Group, LLC (RSG) is pleased to present this proposal for one (1) Dorr- Oliver 48S1 drive rebuilds that will be used as a spare. Drive unit is located at the Paul R. Noland Wastewater Treatment Facility, 1400 North Fox Hunter Road, Fayetteville, AR. Dorr-Oliver Serial No. 81814-4. SCOPE OF SUPPLY — One (1) DorrOliver 4851 DRIVE REBUILDS: Rebuild -it Services Group, LLC (RSG) presents our offering for the rebuilding of one (1) 4851 Drive unit. Drive unit has been removed by customer and are in a warehouse ready for pickup. Drive unit will be transported to a Dorr-Oliver factory rebuild shop then returned to be stored and used for a spare. Please Note: All Rebuild -It rebuilt drives come with o sto dard twp Gear war`r'anty. Standard Rebuild Includes: • Disassembly, cleaning, and inspection of drive unit. • Issuance of inspection report indicating the condition of part and provide final recommendation of drive rebuild. • Replacement of all bearings and seals. • New motor drive package; consists of gear motor, sprockets, chain, stainless steel chain guard and gear motor mounts. Motor drive package will be sized to match existing drive unit output torque and RPM. • Rebuilding of existing torque device. • Replacement of all keys and fasteners. • Replace all oil piping and sight glasses. • Machine and polish all re -useable parts as required. • Repair pinion and worm shaft surfaces at seal areas. • Blast clean and paint exterior surfaces of drive and worm gear housings. • Power clean and seal interior of drive and worm gear housings. • Blast clean and *paint main gear cover. • Complete reassembly and testing. • All new oil piping and fasteners will be stainless steel. • Transport to and from RSG Rebuild shop. DORR-OLIVER P R O P O S A L 2 Proposal No. Q121472-1 Drive head coating system (Premium coating system for every drive rebuild Rebuild -it's unique coating system provides a durable coating on the drive unit that is superior than what is typically provided. *All exterior drive unit surfaces: • Blast cleaned to SSPC-SP6 • Prime coat: Tnemec Series N69 Hi -Build Epoxoline II to a dry film thickness of 4.0 to 6.0 mils. Color: Pencil Gray • Final coat: UV protected industrial grade polyurethane coating to a dry film thickness of 6.0 mil minimum. Color: Pencil Gray All interior surface except for machined surfaces and gear faces: • Power cleaned and then coated with a Tool Crib red insulating varnish. • All machined surface will be coated with LPS 3 Rust Inhibitor Please Note: All reducers and motors will have the manufactures standard finish. Paint scheme for Eimco & Dorr-Oliver Drive Units Items excluded in a standard rebuild: • Major components that are typically re -used as part of the rebuild scope. o Pinions o Gears o Housings o Pinion / worm shafts o Covers will be re -used as part of a standard rebuild. • Lubricates (oil to be provided by customer). PROPOSAL 3 Proposal No. Q121472-1 Its. @ asicf i t SJCR'IC89 • 0&M for drive unit not included. • Loading and offloading of drive unit. • Permits, fees, and/or stamped engineering documents. • Any work not specifically included. • Lubrication for drive unit. Note: Pricing is based on a typical (standard) rebuild and does not include the replacement of major components, i.e. gears, precision bearing, pinion, housings and covers. If any of these items are deemed to be replaced, there will be additional charges for these item(s). PRICING: Pricing to rebuild one (1) 4851 drive unit as described above..............................$24,050.00 Pricing for shipping, disassembly and inspection of scrap 4851 drive unit........... $2.300.OQ TOTAL -$26,350.00 SCRAP - 250.00 GRAND TOTAL - $26,100.00 Schedule for drive rebuild and installation: • Ship refurbished drive; 2 days • Parts to rebuild shop 3-4 weeks. (the clock will start the day we receive the PO to get the parts at the rebuild shop while the drive is being torn down, keeping the drive rebuild on schedule for a 4 week turn around) • Rebuild drive unit 3-4 weeks Freight: The prices shown are F.O.B. destination with freight allowed to a readily accessible location nearest the jobsite. Please be sure to reference this quotation number and date on your purchase order. Remit order to: Rebuild -it Services Group, LLC. 6810 South 300 West, Suite 8 - Midvale, Utah 84047 Attention: Candace King, cking@rebuild-it.com Proposal No. Q121472-1 PRICING AND PAYMENT TERMS: I_��Iiiuullrl-n9' . Scrvlces Groap We appreciate the opportunity to offer our parts & services. Upon receipt of an order, we assure you of our continued interest and service. RSG will provide the best service possible to ensure we exceed your expectations. This proposal, including all terms and conditions contained herein, shall become part of any resulting contract or purchase order. Changes to any terms and conditions, including but not limited to submittal and shipment days, payment terms, and escalation clause shall be negotiated at order placement, otherwise the proposal terms and conditions contained herein shall apply. Terms: If not outline otherwise in the proposal, terms for the parts and/or equipment are 100% due after shipment or service is completed. Net 30 days from shipment or after service is completed. The prices are good for 60 days. Sales Tax: No sales taxes, use taxes, or duties have been included in our pricing. Unless you live in Utah, we are not registered to collect sales tax in your state. If you are not tax exempt, please remit taxes directly to the governing authorities. Freight: Prices quoted are F.O.B. destination with freight prepaid and added to a readily accessible location nearest to jobsite, unless otherwise indicated. Shipment: Estimated shipment time is (see above) after purchase order is received in our office. Field Service: Prices do not include Feld service unless noted in the rebuild scope of work description. Additional field service is available at $900.00 per day plus expenses. OEM Parts: If applicable RSG will quote OEM factory parts furnished by FLSmidth USA, Inc. FLSmidth owns EIMCO® and Dorr-Oliver'" registered trademarks. FLSmidth is the sole owner of EIMCO® and Dorr-Oliver® registered trademarks and brand names. I"EIMCO D IDTFI Freeess 5vu1Pm t cemvl' Y O O R R_ O L I V E R 1- A 4 Y i C'D EIMCO & Dorr-Oliver: RSG is the only authorized distributor for EIMCO and Dorr-Oliver parts and services for FLSmidth in the municipal market. No other company is authorized to use the EIMCO or Dorr-Oliver name or trademark unless approved by FLSmidth or Rebuild -it Services Group. WARRANTY & TERMS AND CONDITIONS: Parts and/or Equipment manufactured or rebuilt and sold by Rebuild -it Services Group, once paid for in full, is backed by the following warranty: P R O P O S A L 5 Proposal No. Q121472-1= , Rild-4t - .Servic" Group For the benefit of the original user, RSG warrants all new parts and equipment sold or rebuilt RSG, LLC. to be free from defects in material and workmanship, and will replace or repair, F.O.B. its factories or other location designated by it, any part or parts returned to it which RSG's examination shall show to have failed under normal use and service by the original user within two (2) years following initial start-up and installation of drive unit. Such repair or replacement shall be free of charge for all items except for those items such as resin, filter media and the like that are consumable and normally replaced during maintenance, with respect to which, repair or replacement shall be subject to a pro -rata charge based upon RSG's estimate of the percentage of normal service life realized from the part. RSG's obligation under this warranty is conditioned upon its receiving prompt notice of claimed defects, which shall in no event be later than thirty (30) days following expiration of the warranty period, and is limited to repair or replacement as aforesaid. This warranty is expressly made by RSG and accepted by purchaser in lieu of all other warranties, including warranties of merchantability and fitness for particular purpose, whether written, oral, express, implied, or statutory. RSG shall not be liable for normal wear and tear, corrosion, or any contingent, incidental, or consequential damage or expense due to partial or complete inoperability of its equipment for any reason whatsoever. This warranty shall not apply to equipment or parts thereof which have been altered or repaired outside of a RSG factory, or damaged by improper installation, application, or maintenance, or subjected to misuse, abuse, neglect, accident, or incomplete adherence to all manufacturer's requirements, including, but not limited to, Operations & Maintenance Manual guidelines & procedures. This warranty applies only to equipment made or sold by Rebuild -it Services Group, LLC (RSG). RSG makes no warranty with respect to parts, accessories, or components purchased by the customer from others. The warranties which apply to such items are those offered by their respective manufacturers. CONFIDENTIALITY: All the information in this quotation is confidential and has been prepared for your use solely in considering services described. Transmission of all or any parts of this information to others or use by you for other purposes is unauthorized without our written consent. PROPOSAL .,r _ .- Proposal No. Q121472-1 Services Groap- - TERMS AND, CONDITIONS: Terms and Conditions appearing in any order based on this proposal which are inconsistent herewith shall not be binding on Rebuild -it Services Group (RSG). The sale and purchase of equipment described herein shall be governed exclusively by the foregoing proposal and the following provisions: 1. SPECIFICATIONS: RSG is furnishing its standard equipment as outlined in the proposal and as will be covered by final approved drawings if applicable. The equipment will, however, meet the general intention of the mechanical specifications of these documents. 2. ITEMS INCLUDED: This proposal includes only the equipment specified herein and does not include erection, installation, accessories, nor associated materials such as controls, piping, etc., unless specifically listed. 3. PRICE AND DELIVERY: All selling prices quoted are subject to change without notice after 30 days from the date of this proposal unless specified otherwise. Unless otherwise stated, all prices are F.O.B. RSG or its supplier's shipping points. All claims for damage, delay or shortage arising from such equipment shall be made by Purchaser directly against the carrier. When shipments are quoted F.O.B. job site or other designation, Purchaser shall inspect the equipment shipped, notifying RSG of any damage or shortage within forty-eight hours of receipt, and failure to so notify RSG shall constitute acceptance by Purchaser, relieving RSG of any liability for shipping damages or shortages. 4. PAYMENTS: All invoices are net 30 days. Delinquencies are subject to a 1.5 percent service charge per month or the maximum permitted by law, whichever is less on all past due accounts. Pro rata payments are due as shipments are made. If shipments are delayed by the Purchaser, invoices shall be sent on the date when RSG is prepared to make shipment and payment shall become due under standard invoicing terms. If the work to be performed hereunder is delayed by the Purchaser, payments shall be based on the p urchase price and percentage of completion. Products held for the Purchaser shall be at the risk and expense of the Purchaser. Unless specifically stated otherwise, prices quoted are for equipment only. These terms are independent of and not contingent upon the time and manner in which the Purchaser receives payment from the owner. S. INSTALLATION SUPERVISION: Prices quoted for equipment do not include installation supervision, unless otherwise noted. RSG recommends and will, upon request, make available, RSG's then current rate, an experienced installation supervisor to act as the Purchaser's employee and agent to supervise installation of the equipment. Purchaser shall at its sole expense furnish all necessary labor equipment, and materials needed for installation, Responsibility for proper operation of equipment, if not installed by RSG or installed in accordance with RSG or original manufacture instructions, and inspected and accepted in writing by RSG or manufacture representing RSG. RSG will supply the safety devices described in this proposal or shown in RSG's or manufacture represented drawings furnished as part of this order but excepting these, RSG shall not be required to supply or install any safety devices whether required by law or otherwise, The Purchaser hereby agrees to indemnify and hold harmless RSG from any claims or losses arisingdue to alleged or actual insufficiency or inadequacy of the safety devices offered or supplied hereunder, whether specified by RSG or Purchaser, and from any damage resulting from the use of the equipment supplied hereunder. 6. ACCEPTANCE OF PRODUCTS: Products will be deemed accepted without any claim by Purchaser unless written notice of non- acceptance is received by RSG within 30 days of delivery if shipped F.O.B. point of shipment, or 48 hours of delivery if shipped F.O.B. point of destination. Such written notice shall not be considered received by RSG unless it is accompanied by all freight bills for said shipment, with Purchaser's notations as to damages, shortages and conditions of equipment, containers, and seals. Non -accepted products are subject to the return policy stated below. 7. TAXES: Any federal, state, or local sales, use or other taxes applicable to this transaction, unless specifically included in the price, shall be for Purchaser's account. 8. INSURANCE: From date of shipment until the invoice is paid in full, Purchaser agrees to provide and maintain at its expense, but for RSG benefit, adequate insurance including, but not limited to, builders risk insurance on the equipment against any loss of any nature whatsoever. 9. SHIPMENTS: Any shipment of delivery dates recited represent RSG's best estimate but no liability, direct or indirect, is assumed by RSG for failure to ship or deliver on such dates. RSG shall have the right to make partial shipments; and invoices covering the same shall be due and payable by Purchaser in accordance with the payment terms thereof, If Purchaser defaults in any payment when due hereunder, RSG may, without incurring any liability therefore to Purchaser or Purchaser's customers, declare all payments immediately due and payable with maximum legal interest thereon from due date of said payment, and at its option, stop all further work and shipments until all past due payments have been made, and/or require that any further deliveries be paid for prior to shipment, P R O P O S A L 'C` `�'"' �*°'-..`g'.''"`�"� s4"�.,� � 4 -.., "r _ : - _Y •.-ter._ .. Proposal No. Q121472-1 If Purchaser requests postponements of shipments, the purchase price shall be due and payable upon notice from RSG that the equipment is ready for shipment; and thereafter any storage or other charge RSG incurs on account of the equipment shall be for the Purchaser's account. If delivery is specified at a point other than RSG or its supplier's shipping points, and delivery is postponed or prevented by strike, accident, embargo, or other cause beyond RSG reasonable control and occurring at a location other than RSG or its supplier's shipping points, RSG assumes no liability in delivery delay. If Purchaser refuses such delivery, RSG may store the equipment at Purchaser's expense, For all purposes of this agreement such tender of delivery or storage shall constitute delivery. 10. SURFACE PREPARATION AND PAINTING: If furnished, shop primer paint is intended to serve only as minimal protective finish. RSG will not be responsible for the condition of primed or finish painted surfaces after equipment leaves its shops. Purchasers are invited to inspect paint in shops for proper preparation and application prior to shipment RSG assumes no responsibility for field surface preparation or touch-up of shipping damage to paint. Painting of fasteners and other touch-up to painted surfaces will be by Purchaser's painting contractor after mechanism installation. 11. RETURN OF PRODUCTS: No products may be returned to RSG without RSG's prior written permission. Said permission may be withheld by RSG at its sole discretion. 12. BACK CHARGES: RSG will not approve or accept back charges for labor, materials, or other costs incurred by Purchaser or others in modification, adjustment, service, or repair of RSG furnished materials unless such back charge has been authorized in advance in writing by a RSG employee and a purchase order, or work requisition signed by RSG, 13. INDEMNIFICATION: Purchaser agrees to indemnify RSG from all costs incurred, including but not limited to court costs and reasonable attorney fees, from enforcing any provisions of this contract, including but not limited to breach of contract or costs incurred in collecting monies owed on this contract. 14. ENTIRE AGREEMENT: This proposal expresses the entire agreement between the parties hereto superseding any prior understandings, and is not subject to modification except by a writing signed by an authorized officer of each party. 15. EXTENDED STORAGE: Extended storage instructions will be part of information provided to shipment. If equipment installation and start-up is delayed more than 30 days, the provisions of the storage instructions must be followed to keep WARRANTY in force. 16. LIABILITY: Professional liability insurance, including but not limited to, errors and omissions insurance, is not included. In any event, liability for errors and omissions shall be limited to the lesser of 25,000USD or the value of the particular piece of equipment (not the value of the entire order) supplied by RSG against which a claim is sought 17. ARBITRATION NEGOTIATION: Any controversy or claim arising out of or relating to the performance of any contract resulting from this proposal or contract issued, or the breach thereof, shall be settled by arbitration in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association, and judgment upon the award rendered by the arbitrator(s) may be entered to any court having jurisdiction, ACCEPTED BY PURCHASER Customer Name: Contact Phone: Signature: Title: Customer Address: Contact NaMe: Contact Email: Printed Name: Date: P R O P O S A L 8 AFFIDAVIT OF PUBLICATION I Cathy Wiles, do solemnly swear that I am the Legal Clerk of the Northwest Arkansas Democrat -Gazette, printed and published in Washington County and Benton County, Arkansas, and of bona tide circulation, that from my own personal knowledge and reference CITY OF FAYETTEVILLE Ord. 6032 Was inserted in the Regular Edition on: February 15, 2018 Publication Charges: $ 84.50 . A#, vv)�Z, Cathy WilesJ Subscribed and sworn to before me This 7-V day of *-10 , 2018. i Notary Publi My Commission Expires: q j 2-1 vg TA�AMY RUSHER Notary Public —Arkansas Washington County Commission #' e2s70331b 1P 2028 My Commission Exp **NOTE** Please do not pay from Affidavit. Invoice will be sent. RECEIVED CITY CLERKS OFFICLEE Ordinance: 6032 File Number: 2018-0059 REBUILT -IT SERVICES GROUP, LLC: AN ORDINANCE TO WAIVE COMPETITIVE BIDDING AND TO ACCEPT A REPAIR QUOTE OF $26,100.00, PLUS ANY APPLICABLE TAX WITH REBUILD -IT SERVICES GROUP, LLC TO REPAIR A CLARIFIER DRIVE FOR THE NOLAND WATER RESOURCE RECOVERY FACILITY WHEREAS, formal sealed bidding is not necessary for the repair of "hidden or unknown damages'; and WHEREAS, Rebuild -It Services Group, LLC has taken apart and examined two clarifier drives and has determined that one drive can be rebuilt at a cost of $26,100.00 and that the other drive cannot be repaired. NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: of Fayetteville, Arkansas hereby determines that because of Arkansas Procurement Law R6:19-11-203, subsection 14 (EE): repair of "hidden or unknown damages" the repair of the clarifier drive does not require formal competitive bidding and, therefore, waives competitive bidding and accepts Rebuild -It Services Group, LLC's repair quote of $26,100.00 (plus any taxes) and authorizes the payment of that amount. PASSED and APPROVED on 2/6/2018 Lioneld Jordan, Mayor Attest: Sondra E. Smith, City Clerk Treasurer 74426145 Feb. 15, 2018