Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutORDINANCE 6085113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Ordinance: 6085
File Number: 2018-0445
SCHNEIDER ELECTRIC SERVICES USA, INC.:
AN ORDINANCE TO WAIVE THE REQUIREMENTS OF FORMAL COMPETITIVE BIDDING AND
AUTHORIZE THE PURCHASE AND INSTALLATION OF AN R -FRAME RETROFIT KIT FOR A
NEW CIRCUIT BREAKER AT THE WEST SIDE WATER RESOURCE RECOVERY FACILITY FROM
SCHNEIDER ELECTRIC SERVICES USA, INC. IN THE AMOUNT OF $21,938.84 PLUS APPLICABLE
TAXES
WHEREAS, a circuit breaker that is a part of the ultraviolet disinfection system at the West Side Water
Resource Recovery Facility is in need of replacement; and
WHEREAS, the particular compatible replacement parts are sold only by Schneider Electric Services
USA, Inc. and the company's technicians are best qualified to install the parts to ensure electrical
component compatibility and warranty.
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 the facts
shown above establish that an exceptional situation exists in which competitive bidding is not feasible or
practical and therefore waives the requirements of formal competitive bidding and authorizes the
purchase of an R -Frame Retrofit Kit for a new circuit breaker at the West Side Water Resource
Recovery Facility from Schneider Electric Services USA, Inc. in the amount of $21,938.84 plus
applicable taxes.
Page 1 Printed on 915118
Ordinance: 6085
File Number.- 2018-0445
PASSED and APPROVED on 9/4/2018
Attest:
I
rrq
Sondra E. Smith, City Clerk T '�j.TRFAS'�i,�
OP
r_ •
�U. 1J4LL�•
GTO
Page 2 Printed on 915118
f:R 113 West Mountain Street
City of Fayetteville, Arkansas
Fayetteville, AR 72701
(479) 575-8323
Text File
File Number: 2018-0445
Agenda Date: 9/4/2018 Version: 1 Status: Passed
In Control: City Council Meeting File Type: Ordinance
Agenda Number: C. 1
SCHNEIDER ELECTRIC SERVICES USA, INC.:
AN ORDINANCE TO WAIVE THE REQUIREMENTS OF FORMAL COMPETITIVE BIDDING AND
AUTHORIZE THE PURCHASE AND INSTALLATION OF AN R -FRAME RETROFIT KIT FOR A
NEW CIRCUIT BREAKER AT THE WEST SIDE WATER RESOURCE RECOVERY FACILITY
FROM SCHNEIDER ELECTRIC SERVICES USA, INC. IN THE AMOUNT OF $21,938.84 PLUS
APPLICABLE TAXES
WHEREAS, a circuit breaker that is a part of the ultraviolet disinfection system at the West Side Water
Resource Recovery Facility is in need of replacement; and
WHEREAS, the particular compatible replacement parts are sold only by Schneider Electric Services USA,
Inc. and the company's technicians are best qualified to install the parts to ensure electrical component
compatibility and warranty.
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 the facts shown
above establish that an exceptional situation exists in which competitive bidding is not feasible or practical and
therefore waives the requirements of formal competitive bidding and authorizes the purchase of an R -Frame
Retrofit Kit for a new circuit breaker at the West Side Water Resource Recovery Facility from Schneider
Electric Services USA, Inc. in the amount of $21,938.84 plus applicable taxes.
City of Fayetteville, Arkansas Page 1 Printed on 9/5/2018
Greg Weeks
Submitted By
City of Fayetteville Staff Review Form
2018-0445
Legistar File ID
9/4/2018
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
8/15/2018 WASTEWATER TREATMENT (730)
Submitted Date Division / Department
Action Recommendation:
Staff recommends a Bid Waiver with Schneider Electric for installing a R -Frame retrofit kit and a new 2000 -amp
main circuit breaker for the UV Disinfection System's Model 6 Motor Control Center (MCC) in the amount of
$21,938.84 plus estimated applicable taxes of $2,139.04 for a total of $24,077.88.
5400.730.5800-5414.00
Account Number
02069.1
Project Number
Budgeted Item? Yes
Does item have a cost? Yes
Budget Adjustment Attached? No
Purchase Order Number:
Change Order Number:
Original Contract Number:
Comments:
Budget Impact:
Water/ Sewer
Fund
Plant Pumps and Equipment
- WWTP
Project Title
Current Budget
$
844,807.00
Funds Obligated
$
381,253.39
Current Balance
f $
463,553.61
Item Cost
$
24,077.88
Budget Adjustment
$
-
Remaining Budget
Previous Ordinance or Resolution #
Approval Date:
V20180321
CITY OF
FAYETTEVILLE
ARKANSAS
MEETING OF SEPTEMBER 4, 2018
TO: Mayor and City Council
THRU: Don Marr, Chief of Staff
Water & Sewer Committee
Tim Nyander, Utilities Director
FROM: Greg, Weeks, Wastewater Treatment
DATE: August 15, 2018
CITY COUNCIL MEMO
SUBJECT: Approval of a Bid Waiver with Schneider Electric approving installation of a R -
Frame retrofit kit for one (1) Model 6 MCC, 2000 -amp main circuit breaker at the
West Side Water Resource Recovery Facility (WRRF).
RECOMMENDATION:
Staff recommends installing a retrofit kit for the Model #6 MCC including one (1) R -Frame,
2000 -amp main circuit breaker governing the West Side WRRF's UV Disinfection Process in the
amount of $21,938.84 plus applicable taxes.
BACKGROUND:
The West Side Recovery Facility treats an average of 7.2 million gallons of wastewater per day.
All treated process water is disinfected via the facility's Wedeco UV disinfection unit. The UV
disinfection unit is governed by a Square -D Motor Control Center (MCC). This particular MCC
is a Model 6 which houses a 2000 -amp main circuit breaker. The Square D brand is now owned
by Schneider Electric.
The current 2000 -amp breaker is an older, P -Frame type that is an obsolete model and has
been prone to nuisance tripping, resulting in unnecessary system shut downs and personnel
call -outs. The updated and improved 2000 -amp breakers for this MCC are a R -Frame type and
require retro -fit modifications for installation into the existing MCC cabinet. A bid waiver with
Schneider Electric is required for completion of the MCC retro -fit modifications as Schneider
certified technicians are necessary to ensure proper electrical component compatibility and
maintain the MCC's Underwriters Laboratories (UL) Listing.
DISCUSSION:
In 2017 a similar retrofit -replacement was completed by Schneider Electric on the West Side
facility's other 2000 -amp, Model #6 MCC tied to the facility's Equalization (EQ) Basin. Since
upgrading to the R -Frame type breaker this MCC has operated with few issues. Performing a
similar retrofit -replacement on the UV Disinfection's 2000 -amp MCC will similarly improve the
reliability and performance of the facility's disinfection capacity. Also, upgrading to the R -Frame
type breaker will provide standardization between the facility's two Model 6 MCCs and would
allow interchangeability of critical spare breakers in the future.
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
Schneider Electric has submitted a quote in the amount of $21,938.84 plus applicable taxes for
installing the retro -fit kit and providing a new, certified R -Frame type, 2000 -amp main circuit
breaker for the UV Disinfection System's MCC. Because the MCC and breaker are Schneider
brand equipment staff recommends approving a bid waiver for the breaker upgrade to maintain
UL Listing, electrical equipment standardization, and breaker interchangeability.
BUDGET/STAFF IMPACT:
Funds are available in the Wastewater Treatment Plant CIP — Plant Pumps and Equipment
project.
Attachments:
Quote from Schneider Electric
wi
a
_-tam-
. .
V
lot
-a
l
�
qWtGOIIFF
_WfAA
Schneider
Make the most of your energy, OElectric
D❑ SQUARE 1=
Schneider Electric Services Negotiation
1650 West Crosby Rd
Carrollton, TX 75006
pan
City of Fayetteville
ate
X38-01-2018
Schneider
CElectric in energy rnanagernenr
Marr INegotiation # I EF18_060_Fayetteville_P2R_And_Setting_Verification_Rev1
ect I P2R Retrofit and Coordination Setting Verification
Schneider Electric (SE), Square D Services is pleased to offer the following proposal for your consideration. We
look forward to working with you and your team to make your plant more safe and reliable. Schneider Electric is a
global specialists in energy management, helping customers make the most of their energy.
Why Use SE....
While many of our competitors compete on the basis of price, we compete based on providing the best value to
our customers. Our 100+ years of experience building electrical equipment, switchgear and components has
given us a unique insight into both predictive and preventive maintenance. While many third -party vendors may
provide a low price, they typically look for any reason to issue a change order request. As a major manufacturer
with the nation's largest field service organization, we live and die by our reputation. We look forward to
partnering with you on this project as well as growing our relationship for tomorrow.
You deserve the confidence of having a strong partner, especially when it comes to the safety and reliability of
your electrical infrastructure
Scope of Work
Provide professional services to do whatever the job requires at the customer facility in the city and state.
Proposal Includes:
• Two (2) Field Service Technicians for one (1) ten (10) hour day of onsite services
• One (1) FSR for one (1) eight (8) hour site visit (measurements)
• Standard Non -Holiday Labor
- Monday through Friday, 7:30 a.m. to 4 p.m.
• All labor, travel and expenses
- Site Specific Training, up to two (2) hours during Standard (non -holiday) time, M -F, 7:30 to 4 p.m.
• An Engineering Report documenting the work performed.
Schneider Electric Services Negotiation
P to R Retrofill Kit
Schneider the ,I.al specialist
0 E I e c t r i C in energy management
1. Schneider Electric Services will remove (1) existing SqD P -Frame PXF 2000A circuit breaker and retrofill it with
(1) Powerpact R -Frame circuit breaker. Trip Unit Settings for new breaker.
2. Schneider Electric Services will supply and install all necessary components to connect the breaker to the
existing system. This includes: new copper bus, front door, bus supports, and breaker mounting plate.
NOTE —Schneider Electric Services will also provide 2 techs for 2 hours to verify all trip unit settings with the
existing coordination study and make note of any discrepancies. No changes are to be made, just documented.
3. The customer will be responsible for supplying the following:
-Submittals, Plan Check, and City Permits if required.
-Cost and scheduling of power shut downs.
-All existing electrical drawings of their system
Schneider Electric Services Negotiation
CLARIFICATIONS
Schneider the gl.bal specialist
0 E F e c t r I c in energy management
2. The retrofill will void pre-existing third party verification labeling. Schneider Electric Services can provide a
proposal, upon request, for third party inspection if necessary.
3. It is recommended that the customer have short circuit analysis done on their system to verify available fault
currents. This can be performed by Schneider Electric Services for an additional fee.
4. Customer is responsible for providing trip unit settings for proper coordination with the existing system.
Retrofill breaker will be shipped with factory trip unit settings. A system coordination study is available from
Schneider Electric Services for an additional fee.
5. The trip unit quoted is not equipped for communications. Communications functionality can be added for an
additional fee.
6. Installation labor is based upon normal overtime labor hours on a Saturdays. Sundays and Holiday are
excluded.
7. Pricing is valid for 30 days from date of this proposal. Standard Schneider Electric Services Terms & Conditions
apply.
Net Pricing (includes distributor markup)
$21,938.84..... price does not include any applicable taxes
Schneider the 11.bal specWist
Schneider Electric Services Negotiation O E l e c t r i c in energy management
Qualifications
• Progress billing will be used
• Equipment must be de -energized
• Price quoted does not include any state, federal, or local taxes
• Occasionally, during the process of testing and service, parts and or components will be found to be out
of tolerance. Should issues be discovered that require additional parts and labor, a separate proposal will
be provided and work will not proceed until your authorization has been provided.
Customer Responsibilities
• Provide free and clear access to the job site and equipment.
• Provide qualified personnel familiar with the electrical equipment to perform all switching, de-energization,
re-energization, grounding and lockout of the equipment and verify zero energy state as defined by
NFPA70E.
• Coordinate all power outages with utility as needed and absorb any related costs.
• Provide adequate temporary lighting for walk ways and emergency exits.
• *Work will not commence until adequate lighting is in place.*
• Provide 48 hours of notice for schedule changes
• Provide point of contact for all specific job and site requirements as well as emergency instances
information.
Schedule
This work will be performed upon receipt of a purchase order and all pertinent equipment information. Once
received, Schneider Electric Services will contact City of Fayetteville to coordinate the schedule. A two (2) week
advance notice is required for scheduling onsite work. In the event of cancellation, Schneider Electric Services
requests a minimum 1 -week notice prior to the scheduled start date.
Proposal Acceptance
This proposal is valid for thirty (30) days from date of issue. Any changes to the scope of work or Bill of Material
will require a revised quotation which may result in a price change. To accept this proposal, please issue a
Purchase Order to your preferred local Square D distributor. Please have them reference EF 18060 when they
contact me at eric. foster. us&5chneider-electnc.com
Delays
All work is to be performed on a continuous basis without any unnecessary delays. In the event that the on-site
work is delayed due to actions beyond SE Services control, SE Services will charge for the additional personnel
time and expenses in accordance with published time and material rates.
Extra Work
During the course of the specified work, it is possible that the need for additional work will be identified. In such
cases, we will offer a firm price or rates to perform the recommended scopes. We will review the details with the
appropriate representative and will need authorization before we proceed.
Schneider the 1.bal -specialist
Schneider Electric Services Negotiation O E I e c t r i c in energy management
Terms and Conditions
This work scope is subject to the existing terms and conditions between your company and SE Services. If no
agreement is in place, the work described in this proposal will be performed in accordance with the Schneider
Electric USA, Inc. — Services Terms and Conditions of Supply and Performance (attached). No other terms and
conditions shall apply and Schneider Electric specifically rejects any preprinted terms and conditions on
customer's purchase order. Please note that taxes, if applicable, are not included.
Thank you for allowing Schneider Electric the opportunity to provide this proposal
If you have questions regarding the contents of this proposal or need additional information, contact me at (870)
552-0583 or Eric.Foster.US@schneider-electric.com. I look forward to the possibility of working with you in the
near future.
Sincerely,
Eric Foster
Services Sales Executive
Schneider Electric Services USA, Inc.
Attachments: Schneider Electric USA, Inc. - Services Terms and Conditions
Confidential: This quotation is for the exclusive use of the above mentioned company and is not intended
for distribution to an outside party.
Schneider Electric USA, Inc. Services
TERMS AND CONDITIONS OF SUPPLY AND PERFORMANCE
1.0 DEFINITIONS
1.1 Schneider Electric USA, Inc. - Services shall be known and
referred to herein as "SEUSA".
1.2 The term "Quotation" shall be employed herein to refer to the
complete offer of SEUSA, including commercial and technical
section, and shall be subject to these Terms and Conditions of
Supply and Performance, which are deemed incorporated unless
specifically stated otherwise.
1.3 The term "Equipment" shall be applied to any equipment,
materials, parts or supplies that shall be provided by SEUSA as a
part of the Quotation.
2.0 TERMS AND CONDITIONS OF SALE
2.1 SEUSA hereby gives notice of its objection to any different or
additional terms and conditions, except for any such terms and
conditions as may be expressly accepted in writing.
2.2 Unless different or additional terms and conditions are stated or
referred to in the Quotation, in which event such different or
additional terms and conditions shall be exclusive to the particular
subject covered, these terms and conditions supersede any prior
or contemporaneous agreements or correspondence between the
parties. No form provision of purchaser shall be of any force or
effect.
3.0 QUOTATIONS
3.1 The Quotation shall be valid for thirty (30) days from the date of
issue, unless specifically stated otherwise in the Quotation.
3.2 The Quotation shall be based solely on the bid documents. The
bid documents are the drawings, specifications and/or instructions
of the purchaser, as modified by agreement or SEUSA objection.
Significant deviations between the actual conditions and
circumstances of the work and those specified in the bid
documents shall be just cause for an appropriate adjustment in
work scope, price and time allowed for performance.
4.0 INVOICING, PAYMENT AND CANCELLATION
4.1 Unless specifically noted otherwise in the Quotation, all prices
quoted are 'NET", without any discount, and are firm for the period
through the completion of the work.
4.2 SEUSA may invoice purchaser monthly for all work performed, and
for all equipment delivered to the job site or to an off-site storage
facility. Purchaser may delay the work, for a period not to exceed
60 days, by giving notice to SEUSA, and purchaser shall pay for all
work prior to the delay, and will pay all costs incurred by SEUSA
as a result of such delay. SEUSA will be entitled to an increase in
the time of performance equal to the delay and a reasonable time
necessary to accommodate conditions created by the delay, If
such delay results in increased costs to SEUSA, or a general price
increase of SEUSA occurs during the delay, SEUSA shall be
entitled to an adjustment in the contract price.
4.3 Terms of payment are net upon receipt of invoice. All past due
accounts will be charged interest at the rate of 1 % per month, until
paid.
4.4 If, in the opinion of SEUSA, the financial condition of the purchaser
at the time the work is ready to be performed, or the equipment is
ready for shipment does not justify the terms of payment specified,
SEUSA may require payment in advance or other adequate
assurance of performance.
4.6 In the event of the insolvency, bankruptcy or default of the
purchaser, SEUSA shall be entitled to cancel any outstanding
contract, to receive reimbursement for its reasonable and proper
cancellation charges, and to retain possession of equipment
repaired or serviced under the contract until the charges for the
services have been paid. If the charges are not paid within ninety
(90) days of the completion of the work and invoicing to purchaser,
SEUSA shall be entitled to sell the repaired or serviced equipment
at a public or private sale, upon written notice to the purchaser,
4.7 Purchaser agrees to pay and reimburse SEUSA for any and all
attorneys' and or collection fees that are incurred by SEUSA in the
collection of amounts due and payable hereunder.
Rev. Jan -2010
4.8 Purchaser shall not back charge SEUSA, or offset against SEUSA
invoices, for any costs or expenses, without the express written
consent of SEUSA.
4.9 Customer may terminate any purchase order on 20 days written
notice to SEUSA and payment of reasonable cancellation charges
of SEUSA. Cancellation charges shall include time and expenses
incurred at applicable rates, charges incurred from third parties as
a result of such termination, and equipment re -stocking charges
equal to Square D usual and customary re -stocking charges to its
distributors. A $450 minimum charge will apply to any services
cancelled within 48 hours of the date service was scheduled to
commence.
4.10 SEUSA shall have the right to suspend affected services pending
resolution of disputes. All remedies of SEUSA are cumulative, and
in addition to remedies available at law or in equity.
5.0 PRICE POLICY
5.1 Prices are subject to change without notice. Price adjustment
clauses will be stated at the time of quotation and a copy will be
included as part of the Quotation.
6.0 MINIMUM BILLING
6.1 The minimum billing for services performed on a single order will
be four (4) hours charged at the applicable rate, but not less than
$450. The minimum billing for equipment supplied on a single
order will be $100, or such larger amount required by any affected
third party vendor.
7.0 DELIVERY - RISK OF LOSS
7.1 Unless otherwise stated in the Quotation, all transportation costs
shall be for the account of the purchaser and shall be added to the
invoice. Equipment furnished by SEUSA, and purchaser's
equipment repaired by SEUSA, shall be delivered to the purchaser
F.O.B. SEUSA's Service Center. The purchaser shall deliver
equipment to be repaired F.O.B. SEUSA's Service Center. Title to
and risk of loss or damage to any equipment furnished by SEUSA
under the contract shall pass to the purchaser F.O. B. SEUSA's
Service Center.
8.0 LAWS, REGULATIONS, PERMITS, LICENSES AND LOCAL
ORDINANCES
8.1 The purchaser shall inform SEUSA of any special laws,
regulations, or ordinances that the purchaser may be aware of and
which shall affect the performance of the work or the supply of the
equipment.
8.2 Unless specifically noted elsewhere in the Quotation, the
purchaser shall be responsible for securing any and all licenses
and/or permits, whether temporary or permanent in nature,
required for the performance of the work,
8.3 SEUSA will be entitled to a reasonable adjustment in the contract
price or time of performance for significant changes in any of the
laws, regulations, or ordinances governing the work or the
equipment, which shall occur after the issuance of the Quotation
and affect the time or cost of performance.
9.0 WARRANTIES
9.1 SEUSA warrants, to the extent to which any of the same may be
applicable, that (a) any equipment furnished by it or any work done
by it on the purchaser's equipment or both shall be free of defects
in workmanship and materials, (b) any specialized tools,
equipment and instruments for the use of which a charge is made
to the purchaser shall be adequate for the work to be performed
and (c) the engineering services performed by it will be competent
and any recommendations of its representatives shall reflect their
best professional knowledge or judgment.
-9.2 SEUSA shall, upon prompt written notice from purchaser, correct
any failure to conform to any of the applicable foregoing warranties
that may appear with a period of one (1) year after completion of
the work, or shipment of the equipment, requiring correction under
this warranty. Such correction may, in the case of Item 9.1 above
and the election of SEUSA, be limited to the repair or replacement
F.O.B. SEUSA's Service Center, of the defective equipment
furnished by it. In the case of any other breach of the foregoing
warranty, SEUSA shall furnish services or specialized tools,
equipment and instruments, to the same extent as on the original
work. It is understood and agreed that unless otherwise agreed to
in writing by SEUSA, SEUSA assumes no responsibility with
respect to the suitability of purchaser's equipment or with respect
to any latent defects in the same. In no event shall SEUSA be
responsible for providing working access to the defect,
parts resulting in part from improper maintenance or operation of
the equipment in a deteriorated condition. The condition of any
tests shall be mutually agreed upon and SEUSA shall be notified
of, and may be present at all tests that may be made.
9.3 The above warranties do not apply to equipment that has a life,
under normal use, inherently shorter than the one (1) year period
indicated above. On equipment not manufactured by Square D
Company, SEUSA only extends the same warranty it receives from
its supplier. SEUSA makes no warranties, express or implied with
respect to such equipment and purchaser will look solely to the
manufacturer for resolution of warranty issues.
9.4 SEUSA warrants that any engineering studies performed by it will
conform to high professional standards. Any portion of the study
that does not so conform shall be corrected by SEUSA upon
notification in writing by purchaser within six (6) months after
completion of the study, as purchaser's sole remedy,
9.5 All warranty work shall be performed on a single shift straight time
basis Monday through Friday, In the event that the product
requires correction of warranty items on an overtime schedule, the
premium portion of such overtime shall be for the purchaser's
account.
9,6 THE FOREGOING WARRANTIES AND ANY ADDITIONAL
WARRANTIES PROVIDED IN THE QUOTATION ARE
EXCLUSIVE AND IN LIEU OF ALL OTHER WARRANTIES
WHETHER STATUTORY, EXPRESS OR IMPLIED (INCLUDING
ALL WARRANTIES OF MERCHANTABILITY AND FITNESS
FOR PARTICULAR PURPOSE AND ALL WARRANTIES
ARISING FROM COURSE OF DEALING OR USAGE OF
TRADE), EXCEPT OF TITLE AND AGAINST PATENT
INFRINGEMENT.
9.7 The remedies provided above are the purchaser's sole remedies
for any failure of SEUSA to comply with its obligations. Correction
of any nonconformity in the manner and for the period of time
provided above shall constitute complete fulfillment of all liabilities
of SEUSA whether the claims of the purchaser are based in
contract, in tort (including negligence) or otherwise with respect to
or arising out of the work performed hereunder. IN NO EVENT
SHALL SEUSA, BY REASON OF ITS WARRANTY
OBLIGATIONS OR OTHERWISE, BE LIABLE FOR
INCIDENTAL, CONSEQUENTIAL OR PUNITIVE DAMAGES OF
ANY KIND FROM ANY CAUSE, REGARDLESS OF THE BASIS
OR FORM OF THE ACTION.
10.0 LIABILITY
10.1 Neither party shall be liable or responsible for loss, damage, injury,
or delay caused by conditions beyond that party's reasonable
control, including but not limited to a) acts of God, b) acts of
government agencies, c) strikes, d) labor disputes, e) fire,
explosions or other casualties [unless caused or contributed to by
the negligence or willful act of the party otherwise intended to be
excused by this paragraph], f) thefts, g) riots, h) war, 1) malicious
mischief, or j) unavailability of repair material.
10.2 SEUSA shall have no liability under the Quotation for any injury,
loss or damage caused directly or indirectly by any equipment or
system not specifically covered by the Quotation.
10.3 Notwithstanding anything to the contrary contained herein, the
maximum liability of SEUSA to the purchaser for any claim, loss,
damage or injury for which SEUSA may be liable pursuant to the
terms and conditions of the Quotation or the work performed by
SEUSA or the materials supplied by SEUSA, shall not exceed the
price of the equipment or work on which such liability is based.
10.4 Unless otherwise agreed to in writing by a fully authorized
representative of SEUSA, services and equipment proposed in the
Quotation are not intended for use in, or connection with, a nuclear
facility or activity. If so used, for whatever reason, SEUSA shall
not be liable for any damage, injury or contamination arising out of
the supply of any products hereunder or the providing of any
services hereunder, and purchaser shall indemnify SEUSA against
any such liability, whether as a result of breach of contract,
warranty, tort [including negligence] or otherwise.
Rev. Jan -2010
10,5 Notwithstanding anything to the contrary contained herein,
SEUSA, its contractors and suppliers of any tier, shall not be liable
in contract, for loss of profits or revenue, loss of use of equipment
or power system, cost of capital, cost of purchased or replacement
power or temporary equipment (including additional expenses
incurred in using existing facilities), claims of customers of the
purchaser, or for any special, indirect, incidental, or consequential
damages whether based in contract or in tort, including negligencincluding t
or strict liability.
11.0 TIME ALLOWED FOR PERFORMANCE
11.1 The time allowed for performance of the work shall be as specified
in the Quotation. It shall commence upon the execution of the
contract by the purchaser and SEUSA, and shall be deemed duly
met if the work is substantially completed within the time allowed
within the Quotation,
11.2 If the equipment to be furnished by SEUSA under the terms of the
proposal shall become temporarily or permanently unavailable for
reasons beyond the control and without the fault of SEUSA, then in
the case of such temporary unavailability, the time for performance
of the work shall be extended to the extent, thereof. In the case of
permanent unavailability, SEUSA shall at purchaser's option either:
(a) be excused from furnishing said equipment, or (b) be
reimbursed by purchaser for the difference between the cost of the
equipment unavailable and the cost of a reasonably available
substitute thereof.
11.3 SEUSA shall not be liable for any delay in the performance of the
work resulting from or attributed to acts or circumstances beyond
SEUSA's reasonable control, including, but not limited to embargo
or other governmental act, regulation, or request; accident; strike;
slowdown; war; riot; delay in transportation; inability to obtain
necessary labor, materials, or manufacturing facilities; acts of God;
fire; and acts or omissions of the purchaser, owner or other
contractors or subcontractors, or delays caused by the suppliers or
subcontractors of SEUSA.
12.0 TAXES
12.1 The price listed in the Quotation does not include any duties,
levies, sales, use, excise, or other similar taxes, unless specifically
noted otherwise within the Quotation.
12.2 Purchaser shall pay, in addition to the stated price, all taxes legally
required to be paid by purchaser or, alternatively, shall provide
SEUSA with valid tax exemption certificates.
13.0 INSURANCE
13.1 Insurance coverages in excess of SEUSA's standard coverages
and limits will only be furnished when specifically requested by
purchaser and when detailed within the Quotation.
13.2 No credit will be given or premium paid by SEUSA for insurance
afforded by others.
14.0 OCCUPATIONAL SAFETY AND HEALTH
14.1 The parties hereto [SEUSA and purchaser, owners,
representatives, employees, agents, contractors, subcontractors,
heirs, and assigns] agree to notify each other immediately upon
becoming aware of an inspection under, or any alleged violation of
the Occupational Safety and Health Act, relating in any way to the
project or project site.
15.0 ENTIRE AGREEMENT
15.1 The Quotation, complete with these Terms and Conditions of
Supply and Performance, shall, upon acceptance, constitute the
only and entire agreement between the parties, and supersedes
any prior representations or understandings, Purchaser
specifically acknowledges and agrees that any purchase order
issued by Purchaser pursuant to the Quotation shall operate only
to establish payment authority for Purchaser's internal accounting
purposes. Any such purchase order issued by Purchaser shall not
be considered as a counteroffer, addition, amendment,
modification or other revision to the terms of the Quotation, and
any terms or conditions contained in Purchaser's purchase order
shall be of no force and effect in connection with the Quotation,
15.2 If any part, paragraph or portion of the Quotation, these Terms and
Conditions of Supply and Performance, or the subsequent contract
shall be found to be invalid by virtue of law or legal decision, the
remainder of these terms and conditions shall not be affected, and
shall remain fully in force, while the purchaser and SEUSA shall
jointly seek to replace the invalid part, paragraph, or portion with
an agreement having a legal, commercial, and economic effect as
similar as possible to the invalid part, paragraph, or portion.
16.0 CHANGES
'16.1 No change or modlflcatlons of any of the terms and condltlons of
supply and performance shall be binding upon SEUSA unless
specifically accepted by SEUSA in writing. Change requests Wll
be resolved and recorded on a Change Order signed by both
parties prior to implementation.
Rev. Jan -2010
RECEIVED
OCT 0 4 2019
UTY.OF FAYETTEVILLE
CITY CLERKS OFFICE
NORTHWEST ARKANSAS
Democrat onette
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 fide
circulation, that from my own personal knowledge and reference
to the files of said publication, the advertisement of -
CITY OF FAYETTEVILLE
Ord. 6085
Was inserted in the Regular Edition on:
September 13, 2018
Publication Charges: $ 97.50
Cathy Wiles
Subscribed and sworn to before me
This 1 day of 04, , 2018.
Notary Public
My Commission Expires: Z-04 ZY
**NOTE**
Please do not pay from Affidavit.
Invoice will be sent.
rn',I%l' RUSHER
Nclary PuLI��—Fr4:;nsas
%, ,-.r!ErF12 2026
Ordinancc:6085
File Number: 2018-0445
SCI INE IDER ELECTRIC SERVICES USA,
INC
AN ORDINANCE TO WAIVE THE
REQUIREMENTS OF FORMAL
COMPETITIVE BIDDING AND AUTHORIZE
THE PURCHASE AND INSTALLATION OF
AN R -FRAME RETROFIT KIT FOR A NEW
CIRCUIT BREAKER AT THE WEST SIDE
WATER RESOURCE RECOVERY FACILITY
FROM SCHNEIDER ELECTRIC SERVICES
USA, INC. IN THE AMOUNT OF $21,938-84
PLUS APPLICABLE TAXES
WHEREAS, a circuit breaker that is a part of the
ultraviolet disinfection system at the West Side
Water Resource Recovery Facility is in need of
replaccmcntc and
WHEREAS, the particular compatible
replacement parts are sold only by Schneider
Elecbic Services USA, Inc. and the company's
lechnicians are best qualified to install the parts
to ensure electrical component compatibility and
warranty.
NOW, THEREFORE, BE IT ORDAINED BY
-fHE CITY COUNCIL OF THE CITY OF
FAYETTEVILL.E, ARKANSAS:
Scclion 1: That the City Council of the City of
Fayetteville, Arkansas hereby determines that
the facts shown above establish that an
exceptional situation exists in which competitive
bidding is not feasible or practical and therefore
waives the requirements of formal competitive
bidding and authorizes the purchase of an R -
Frame Retrofit Kit for a new circuit breaker at
the WestSide Water Resource Recovery
Facility I'rom Schneider Electric Services USA,
Inc. in the amount of $21,938,84 plus applicable
taxes.
PASSED and APPROVED on 9/4/2018
Approved:
Lioneld Jordan, Mayor
Attest:
Sondra E. Smith, City Clerk Treasurer
74669825 Sept- 13112018