Loading...
HomeMy WebLinkAbout116-20 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 116-20 File Number: 2020-0290 BID #20-32 THORPE PLANT SERVICES, INC.: A RESOLUTION TO AWARD BID 420-32 AND AUTHORIZE THE PURCHASE OF A CHEMICAL STORAGE TANK FROM THORPE PLANT SERVICES, INC. IN THE AMOUNT OF $41,974.00 PLUS APPLICABLE TAXES AND FREIGHT CHARGES FOR USE AT THE NOLAND WATER RESOURCE RECOVERY FACILITY BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section l: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #20-32 and authorizes the purchase of a chemical storage tank in the amount of $41,974.00 plus applicable taxes and freight charges from Thorpe Plant Services, Inc. for use at the Noland Water Resource Recovery Facility. PASSED and APPROVED on 4/21/2020 `%%Jttn1111PI,� Attest: ���RK / TRF FAYETTEVILLE : Kara Paxton, City Clerk Treasurer Page 1 Printed on 4122t20 -�� City of Fayetteville, Arkansas 113 West Mountain Street - Fayetteville, AR 72701 r �y (479) 575-8323 Text File -- File Number: 2020-0290 Agenda Date: 4/21/2020 Version: 1 Status: Passed In Control: City Council Meetinq File Type: Resolution Agenda Number: A. 2 BID #20-32 THORPE PLANT SERVICES, INC.: A RESOLUTION TO AWARD BID #20-32 AND AUTHORIZE THE PURCHASE OF A CHEMICAL STORAGE TANK FROM THORPE PLANT SERVICES, INC. IN THE AMOUNT OF $41,974.00 PLUS APPLICABLE TAXES AND FREIGHT CHARGES FOR USE AT THE NOLAND WATER RESOURCE RECOVERY FACILITY 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 #20-32 and authorizes the purchase of a chemical storage tank in the amount of $41,974.00 plus applicable taxes and freight charges from Thorpe Plant Services, Inc. for use at the Noland Water Resource Recovery Facility. City of Fayetteville, Arkansas Page 1 Printed on 4/22/2020 Tim Nyander Submitted By City of Fayetteville Staff Review Form 2020-0290 Legistar File ID 4/21/2020 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 3/30/2020 Submitted Date Action Recommendation: WASTEWATER TREATMENT (730) Division / Department Staff recommends awarding Bid #20-32 and approving the purchase of a chemical storage tank for the Noland Water Resource Recovery Facility from Thorpe Plant Services, Inc. in the amount of $41,974.00 plus applicable taxes. Budget Impact: 5400.730.5800-5801.00 Water and Sewer Account Number 02032.1 Project Number Budgeted Item? Yes Does item have a cost? Yes Budget Adjustment Attached? No Fund WWTP - Building Improvements Current Budget Funds Obligated Current Balance Item Cost Budget Adjustment Remaining Budget Project Title $ 3,207,504.00 $ 972,667.00 $ 2,234,837.00 $ 46,066.47 $ 2,188,770.53 V20180321 Purchase Order Number: Previous Ordinance or Resolution # Change Order Number: Original Contract Number: Approval Date: Comments: Taxes are estimated at $4,092.47 for an estimated total cost of $46,066.47. CITY OF FAYETTEVILLE Ww` ARKANSAS MEETING OF APRIL 21, 2020 TO: Mayor and City Council THRU: Susan Norton, Chief of Staff Tim Nyander, Utilities Director FROM: Greg Weeks, Area Manager DATE: March 30, 2020 SUBJECT: Bid #20-32 — Thorpe Plant Services, Inc. Sodium Hypochlorite Storage Tank CITY COUNCIL MEMO RECOMMENDATION: Staff recommends awarding Bid #20-32 to Thorpe Plant Services, Inc. for the replacement of a chemical storage tank for the Noland Water Resource Recovery Facility in the amount of $41,974.00 plus applicable taxes. BACKGROUND: In 2007, the Noland WRRF completed several upgrades including the addition of 2 fiberglass reinforced plastic (FRP) tanks to store chemicals on -site. One of these tanks has been used to store sodium hypochlorite (bleach) that is used at Noland for filter -cell cleaning, UV channel cleaning, and normal operation of the facility's two odor scrubbers. In recent years, the bleach storage tank has developed a leak. Upon inspection, a hairline crack was discovered along the base of the tank. The leak is contained, but the protective coating on the containment barrier surrounding the tank has been damaged. Unfortunately, the crack is inaccessible from the outside and feedback from industry professionals tell us the cost and life - expectancy of a tank repair outweighs the cost of a tank replacement. DISCUSSION: In January, the City of Fayetteville solicited bids to replace the bleach storage tank. The City received four sealed bids on February 18, 2020 with Thorpe Plant Services submitting the lowest bid that met specifications. Bidder Bid Thorpe Plant Services, Inc. $41,974.00 Plastic -Mart $46,400.00 DJ Shubeck Co $61,559.00 Mercaterra Atlantic, LLC $62,990.00 Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 Staff recommends awarding Bid #20-32 to Thorpe Plant Services, Inc. for the replacement of a chemical storage tank for the Noland Water Resource Recovery Facility in the amount of $41,974.00 plus applicable taxes. Taxes are estimated at $4,092.47 for an estimated total cost of $46,066.47. Freight is included in the bid pricing. BUDGET/STAFF IMPACT: Funds are available in WWTP — Building Improvements account within the Water & Sewer Fund. Attachments: Bid Tab Submittal AdfthlCITY OF FAYETTEVILLE ARKANS ARKANSAS Bid 20-32, Sodium Hypochlorite Storage Tank Official Bid Tabulation Lioneld Jordan, Mayor Date of Advertisement: 1/27/2020 Date of Issue: 2/18/2020 Bid No. 20-32 Date: 02.18.2020 Time: 2:00 PM D. J. Shubeck Company Mercaterra Atlantic LLC Plastic -Mart Thorpe Plant Services, Inc. CITY Extended Price Extended Price Extended Price Extended Price Item Description Sodium Hypochlorite Storage Vessel (7,600-gallon capacity) $61,559.00 $ 62,990.00 $ 44,000.00 $ 41,974.00 Total Balance: $ 61,559.00 $ 62,990.00 $ 44,000.00 $ 41,974.00 Puren—rig Les McGaugh 'NOTICE: Bid award is contingent upon vendor meeting minimum specifications and formal authorization by City officials. 7Tt�orpe PROPOSAL NO. 20370026 February 17, 2020 City of Fayetteville, Arkansas Purchasing Division, Room 306 113 W. Mountain Fayetteville, AR 72701 Attention: Adonis Bwashi, Purchasing Agent abwashi(afaketteville-ar.gov P: 479.575.8258 Subject: Bid 20-32, Sodium Hypochlorite Storage Tank In response to your inquiry, Thorpe Plant Services, Inc. is pleased to submit the following budget proposal for the subject project. SCOPE OF WORK Thorpe Plant Services, Inc. shall furnish all supervision, labor, tools, equipment and materials, as noted in this proposal, to design, prepare and submit approval drawings, manufacture, and load for shipment the following vessels. The vessels will be designed and fabricated in general accordance with ASME RTP-1 2017, drawings, specifications and Thorpe Plant Services, Inc. standards as applicable. ONE (1): 10'-0" ID X 13'-0" Straight Shell Tank Flat Bottom & Domed Top Vertical Vessel with the following appurtenances: Qty Size Description 5 ea. 2" Flanged Nozzle 50 PSI, ANSI 150# Drilling 1 ea. 3" Flanged Nozzle 50 PSI, ANSI 150# Drilling 1 ea. 4" Flan ed Nozzle 50 PSI, ANSI 150# Drilling 1 ea. 6" Flanged Nozzle 50 PSI, ANSI 150# Drilling 1 ea. 24" -top Manway with Cover, EPDM Gasket, and 304 SS Bolt Sets 1 ea. 24" Side Manway with Cover, EPDM Gasket, and 304 SS Bolt Sets 1 ea. 2" Pol isoc anurate Foam Insulation on Dome Top and Shell w/ FRP Jacket 1 ea. FRP Caged Ladder with FRP 360° Perimeter 2-Rail Handrail with Safety Gate 1 ea. Non -Skid Surface Coating on Domed To 1 ea. Stainless Steel Nameplate with FRP Mounting Bracket 1 ea. Four Hour Oven Post Cure 1 ea. Shop Hydro Test 2 ea. 304 Stainless Steel Lifting Trunnions TBD 304 Stainless Steel Anchor Lugs (Final Quantity & Size to be determined by Engineering) THORPEPLANTSERVICES IN( ---------- - ----- .vww'hnrvEPM�.i1^' 228 We,! 1 z"M Roe, }racr:wn, AR 7A01 - Phone: (870) 391 4792 - Fdx: (870) 391 5215 City of Fayetteville, Arkansas Proposal No. 20370026 February 17, 2020 Page 2 of 5 PRICING TOTAL FCA — Harrison, AR............................................................................ $39,807.00 USD SHIPPING & HANDLING ESTIMATE — Fayetteville, AR ................................... $2,167.00 USD TOTAL FOB — Fayetteville, AR....................................................................... $41,974.00 USD DESIGN CONDITIONS Design Basis: ASME RTP-1, 2017 Code Stamp: No (or Yes at no additional cost) Service: 12.5% Sodium Hypochlorite Temperature: 120°F Specific Gravity: 1.18 Pressure: Atmospheric Buoyancy: No Seismic: ASCE 7-10, Risk Category ll, & Site Class D, 1e=1.0 Wind Load: ASCE 7-10 (120 MPH) MATERIALS OF CONSTRUCTION Resin: Liner - Premium Bisphenol Epoxy Vinyl Ester resin, DerakaneTm 411 with a CoNAP/MEKP cure Structure - Premium Bisphenol Epoxy Vinyl Ester resin, DerakaneTm 411 with a CoNAP/MEKP cure Laminate: Interior Surface - 1 Layer of Nexus & 1 Layer of C-Veil Interior Layer - Owens Corning Advantex Chopped ECR Glass for a nominal corrosion liner thickness of 120 Mils * Please see Technical Note 8 Structural Wall - Tank shell will be filament wound with 250 yield strand to specified thickness. Uni directional roving will be used to achieve designed axial strength as required. Top, Bottom, Fittings and Joints will be contact molded with alternating plies of 1 '/ oz. chopped strand and 24 oz. per sq. yd. woven roving. * Please see Technical Note 8 Exterior - Mist Grey Protective Gel -Coat Surface coat with Wax and UV Inhibitor City of Fayetteville, Arkansas Proposal No. 20370026 February 17, 2020 Page 3 of 5 COMMERCIAL CLARIFICATIONS & EXCEPTIONS General Commercial: 1. Pricing effective for 30 days. 2. Taxes are not included. 3. The quoted pricing is all inclusive; separate items may need to be requoted for partial services. 4. Shipping & Handling: Estimate Included a. Shipping & Handling is based on our preliminary, estimated overall dimensions of 11'-2" Wide x 11'-2" H x 15'4" L. If dimensions change after completion of the drawings, due to ladders, platforms, nozzle orientations, etc., freight cost will be re- evaluated, adjusted, and charged accordingly. b. Shipping includes a 10% handling charge. Price is subject to change based on shipper's final invoice c. If route surveys, bucket/utility trucks, or state police escorts are required, these items will be charged and passed through as required. 5. Payment Terms a. Invoices are payable Net 30. b. 25% of the contract amount will be invoiced and payable upon initial submittal of engineering drawings c. 25% of the contract amount will be invoiced and payable upon purchase of raw materials and release for fabrication. d. The balance will be invoiced and payable upon completion of fabrication and offer to ship. 6. Customer liquidated damages are not applicable. 7. Warranties for items not manufactured by Thorpe Plant Services, Inc. are passed through to original manufacturer. 8. This proposal is based on working standard workweek hours and does not include any overtime for nights, weekends, or holidays 9. Final terms and conditions to be reviewed and mutually agreed upon at the time of release of a purchase order. TECHNICAL CLARIFICATIONS & EXCEPTIONS 1. Gaskets, where identified herein, are quoted at 1/8" thickness 2. Nozzles 4" in diameter and smaller are plate gusseted. Nozzles are not designed to accommodate loading, per Industry Standards. It is recommended that all piping be independently supported. 3. Vessels will be cushioned with carpet rolls during transport. Unless specified, tanks will not be crated, palletized, tarped, shrink/bubble wrapped or covered with protective coatings 4. The following Thorpe Plant Services, Inc. standard QA/QC tests are included: Ultrasonic Thickness, Acetone Sensitivity and Barcol Hardness tests. 5. Unless stated otherwise, a Thorpe Plant Services, Inc., a standard FRP encapsulated nameplate is included. 6. Fasteners and gaskets are from our general suppliers and may or may not be from American made stock. 7. Fabrication dimensional tolerances are per ASME RTP-1 2017 B. Application of chopped strand layers will employ our computerized, slave -driven guns for the cylindrical shell. The top dish and flat bottom major component chopped strand layers will be applied by certified personnel using hand held chopper guns. City of Fayetteville, Arkansas Proposal No. 20370026 February 17, 2020 Page 4 of 5 ITEMS NOT INCLUDED 1. Verification of foundation flatness. 2. Foundations, anchor bolts, anchor bolt templates or anchor bolt calculations including pull out, edge distance and embedment depth 3. Foundation pad 4. Piping, bolts, nuts, valves and gaskets required that are not identified herein or any items not explicitly stated in the above scope of work. 5. Offloading, rigging plan or installation 6. Electrical and mechanical equipment and connections SCHEDULE • Engineering: o Engineering drawings will be ready for client review in 3-4 weeks after acceptance of order and clarification of all commercial details o Client review of drawings not to exceed 1 week • Shop Manufacturing: o Estimated lead time for shop fabrication is 6-8 weeks after we receive a formal, written approval to start fabrication (issued for fabrication drawings) and is contingent upon shop backlog and the availability of tooling and manpower at the time of release. BID DOCUMENT LIST • Below is a list of documents that were provided by the customer with the RFQ. Drawing # or Specification # Sheet # Revision # Date Bid 20-32, Sodium Hypochlorite Storage Tank 17 0 01 /27/20 We trust that you will find our proposal attractive and acceptable. If we can provide additional information, please contact us. You can also visit us on the web at www.ThorpePME.com. Sincerely, JASON DAVENPORT I Harrison Corrosion - Estimator THORPE PLANT SERVICES, INC. 1 228 W. Industrial Park Rd. I Harrison, AR 72601 Office: 870.391.47661 Fax: 870.391.5215 Jason. Davennoq@ThorpePMEcorn I www.ThorpePME.com One second can change your life... keep that second safe! Thorpe Purchase Order Terms and Conditions Invoices and Payment: Seller shall submit invoices to Buyer in a timely manner. Buyer shall pay Seller within thirty (30) days of receipt of Seller's invoice. 2. Delivery: Unless otherwise stated on the face of this Order, the delivery terms shall be Ex -works — Seller's facility, in accordance with the most recent edition of Incoterms. 3. Warranty: Seller warrants that Goods manufactured by Seller shall be of good quality and free of defects in materials and workmanship. The warranty period shall be twelve (12) months from the date of installation or eighteen (18) months from the date of shipment, whichever is earlier. In the event any Goods provided hereunder are found to be defective within the warranty period, Seller shall, at its option, either repair or replace such defective Goods in accordance with the original delivery terms, or refund the purchase price for such defective Goods. Seller warrants that Services provided hereunder shall be performed in a professional and workmanlike manner consistent with applicable and generally acceptable industry standards. The warranty period shall be twelve (12) months from the date of completion. In the event any Services provided hereunder are shown to be defective within the warranty period, Seller shall, at its option, either re -perform such defective Services or refund the amounts paid by Buyer for such defective Services. Notice of a claim under this warranty must be provided to Seller in writing by Buyer prior to the expiration of the applicable warranty period. Seller shall have a reasonable period to -rvestigate. With respect to Goods manufactured or supplied by thers, Seller shall use reasonable efforts to assign all applicable manufacturers' warranties to Buyer, or otherwise ensure that such warranties are for the benefit of Buyer. It is expressly understood that Seller makes no performance guarantee and that Seller cannot guarantee that failure will not occur, as Seller has no control over the operation of the Goods or the conditions under which the Goods are subjected in service. The above warranties shall not apply where failure is due to causes other than defective materials and workmanship, including without limitation faulty installation by others, normal wear and tear, improper operation, excessive temperatures or pressures, corrosion, mechanical abuse, and operation at conditions more severe than specified. Buyer's remedies for defective Goods or Services shall be limited to the remedies set forth herein. Seller disclaims all other warranties of any kind, express or implied, including without limitation the implied warranties of merchantability and fitness for a particular purpose. Seller's total liability for claims related to defective Goods or Services shall be limited to the Order value of such defective Goods or Services. 4. Consequential Damages: Notwithstanding anything contained herein, in no event shall Seller be liable to Buyer in any action or claim based on incidental, exemplary, special, punitive, indirect, or consequential damages, including but not limited to loss of profit, loss of revenue, loss of product, loss of use, business interruption, facility downtime, or for loss of data, technology, rights, or services. These limitations shall apply whether the 'ability is based in contract, warranty, tort (including negligence .id strict liability), statute, or otherwise. In no event shall Seller be liable for liquidated damages or other damages attributable to delay. 5. Limitation of Liability: Seller's total cumulative liability in connection with this Order shall not exceed the Order price. 6. Default: If Buyer is in default of its obligations under this Order, including without limitation if Buyer fails to pay Seller's invoices when due. Seller shall have the right to (1) suspend performance of the Order until Buyer's default has been cured or (2) terminate this Order. In either event, Buyer shall pay Seller for all costs, expenses, and damages incurred due to such default, suspension, and/or termination. These remedies shall be in addition to any remedies available to Seller at law or in equity. 7. Changes: The Parties may agree in writing, without invalidating this Order, to make changes in the Goods or Services consisting of additions, deletions, or other revisions, with the Order price and time for completion being adjusted accordingly. No change shall be valid unless expressly agreed to in writing by both Parties. 8. Entire Agreement: This Order constitutes the entire agreement and understanding between Seller and Buyer with respect to the Goods and/or Services and supersedes all prior proposals, negotiations, agreements, and understanding related to the Goods and/or Services, except as otherwise explicitly made a part of this Order, and may not be contradicted by evidence of prior or subsequent oral agreements between Buyer and Seller. Any terms and conditions set forth in any document of Buyer's, including without limitation Buyer's purchase order or order confirmation, are hereby rejected by Seller and are null and void, except to the extent explicitly agreed to in writing by Seller. 9. Severability: In case any one or more of the provisions contained in this Order shall, for any reason, be held to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability shall not affect any other provision hereof, and this Order shall be construed as if such invalid, illegal, or unenforceable provision had never been contained herein if to do so will not vitiate the substance of the Order and the remaining provisions shall remain in full force and effect. 10. Governing Law and Dispute Resolution: Any dispute arising out of or in connection with this Order shall first be settled through good faith negotiations between representatives of Seller and Buyer. If good faith negotiations fail, the Parties may elect to arbitrate any claims or disputes arising in connection with this Order in accordance with the then current Construction Industry Rules of the American Arbitration Association. Any arbitration hereunder will be held in Houston, Texas, and in the event of litigation, the Parties agree that the venue for any lawsuit shall be in Houston, Texas. This Order shall be governed and construed in accordance with the laws of the State of Texas. Rev 12/13/16 Addendum to Invitation to Bid: Bid 20-32, Sodium Hypochlorite Storage Tank Thorpe Plant Services, Inc. February 17, 2020 The bid proposal submitted by Thorpe Plant Services, Inc. ("Thorpe") includes the following terms and conditions, to be included in any resulting contract: Warranty: Seller warrants that Goods manufactured by Seller shall be of good quality and free of defects in materials and workmanship. The warranty period shall be twelve (12) months from the date of installation or eighteen (18) months from the date of shipment, whichever is earlier. In the event any Goods provided hereunder are found to be defective within the warranty period, Seller shall, at its option, either repair or replace such defective Goods in accordance with the original delivery terms, or refund the purchase price for such defective Goods. Seller warrants that Services provided hereunder shall be performed in a professional and workmanlike manner consistent with applicable and generally acceptable industry standards. The warranty period shall be twelve (12) months from the date of completion. In the event any Services provided hereunder are shown to be defective within the warranty period, Seller shall, at its option, either re -perform such defective Services or refund the amounts paid by Buyer for such defective Services. Notice of a claim under this warranty must be provided to Seller in writing by Buyer prior to the expiration of the applicable warranty period. Seller shall have a reasonable period to investigate. With respect to Goods manufactured or supplied by others, Seller shall use reasonable efforts to assign all applicable manufacturers' warranties to Buyer, or otherwise ensure that such warranties are for the benefit of Buyer. It is expressly understood that Seller makes no performance guarantee and that Seller cannot guarantee that failure will not occur, as Seller has no control over the operation of the Goods or the conditions under which the Goods are subjected in service. The above warranties shall not apply where failure is due to causes other than defective materials and workmanship, including without limitation faulty installation by others, normal wear and tear, improper operation, excessive temperatures or pressures, corrosion, mechanical abuse, and operation at conditions more severe than specified. Buyer's remedies for defective Goods or Services shall be limited to the remedies set forth herein. Seller disclaims all other warranties of any kind, express or implied, including without limitation the implied warranties of merchantability and fitness for a particular purpose. Seller's total liability for claims related to defective Goods or Services shall be limited to the Order value of such defective Goods or Services. Consequential Damages: Notwithstanding anything contained herein, in no event shall Seller be liable to Buyer in any action or claim based on incidental, exemplary, special, punitive, indirect, or consequential damages, including but not limited to loss of profit, loss of revenue, loss of product, loss of use, business interruption, facility downtime, or for loss of data, technology, rights, or services. These limitations shall apply whether the liability is based in contract, warranty, tort (including negligence and strict liability), statute, or otherwise. In no event shall Seller be liable for liquidated damages or other damages attributable to delay. Limitation of Liability: Seller's total cumulative liability in connection with this Order shall not exceed the Order price. CITY OF City of Fayetteville, Arkansas Purchasing Division — Room 306 FAY E T T E V I L L E 113 W. Mountain Fayetteville, AR 72701 A R K A N S A S Phone: 479.575.8220 TDD (Telecommunication Device for the Deaf): 479.521.1316 INVITATION TO BID: Bid 20-32, SODIUM HYPOCHLORITE STORAGE TANK DEADLINE: Tuesday, February18, 2020 before 2:00 PM, Local Time DELIVERY LOCATION: Room 306 —113 W. Mountain, Fayetteville, AR 72701 PURCHASING AGENT: Adonis Bwashi, abwashi@fayetteville-ar.gov DATE OF ISSUE AND ADVERTISEMENT: Monday, January 27, 2020 INVITATION TO BID Bid 20-32, Sodium Hypochlorite Storage Tank 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: Thorpe Plant Services, Inc. Vice President / Engineering, Estimating, QL Contact Person: Paul DiCarlo Title: Director E-Mail: paul.dicarlo(d_)thorpepme.com Phone: 870.391.4766 Business Address City: Harrison Signature 228 West Industrial Park Road P ,,,e /026z_�— City of Fayetteville, AR Bid 20-32, Sodium Hypochlorite Storage Tank Page 1 of 14 State: Arkansas Zip: 72601 Date: 02/17/20 City of Fayetteville Bid 20-32, Sodium Hypochlorite Storage Tank Advertisement City of Fayetteville, Arkansas INVITATION TO BID Bid 20-32, Sodium Hypochlorite Storage Tank The City is seeking bids from qualified vendors for the purchase of a 7,600-gallon Sodium Hypochlorite Storage Vessel. The tank shall be of new materials. All sealed bids are due by Tuesday, February 18, 2020 before 2:00 PM, Local Time. All bids are due before the time stated. Late bids shall not be accepted. City of Fayetteville reserves the right to deviate from the estimated purchase quantities. Bids will be opened and read aloud immediately following the stated deadline. Bid forms can be downloaded from the City's website at http://fayetteville-ar.gov/bids . All questions should be directed to Adonis Bwashi, (479)-575-8258, abwashi@fayetteyille-ar.gov. The City reserves the right to reject any and all bids and to waive formalities deemed to be in the City's best interest. 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. City of Fayetteville By: Adonis Bwashi, Purchasing Agent P: 479.575.8258 Imcgaugh@fayetteville-ar.gov TDD (Telecommunications Device for the Deaf): (479) 521-1316 Date of advertisement: 01/27/2020 City of Fayetteville, AR Bid 20-32, Sodium Hypochlorite Storage Tank Page 2 of 14 City of Fayetteville Bid 20-32, Sodium Hypochlorite Storage Tank Bid Form DATE REQUIRED AS A COMPLETE UNIT: 120 CALENDAR DAYS FROM DATE OF ORDER F.O.B. Noland WWTP, 1400 N. Fox Hunter Road, Fayetteville, AR 72701 � a F�i Sodium Hypochlorite Storage 1 $ 41.974.00 Vessel (7,600-gallon capacity) TOTAL BASE BID: 41.974.00 $ 41,974.00 ALL BIDDERS SHALL COMPLETE THE 'TECHNICAL SPECIFICATION" SECTION WITH BID. FAILURE TO SUBMIT A RESPONSE ON THE PROVIDED "TECHNICAL SPECIFICATION" FORM IN A COMPLETED FORMAT CAN RESULT IN BID REJECTION. Bids shall be submitted on this bid form in its entirety AND accompanied by descriptive literature on the products being bid. The City reserves the right to award this bid based on the City's best interest at the time of product order. THIS BID FORM CONTINUES ON THE NEXT PAGE. City of Fayetteville, AR Bid 20-32, Sodium Hypochlorite Storage Tank Page 3 of 14 EXECUTION OF BID - Actual specification of any deficient item shall be noted on the bid sheet or separate attachment. If specifications of item bid differ from provided literature, deviation shall be documented and certified by the manufacturer as a regular production option. Upon signing this Bid, the bidder certifies that: 1. He/she has read and agrees to the requirements set forth in this proposal, including specifications, terms, standard conditions, and any pertinent information regarding the articles being bid on. 2. Unless otherwise noted and explained, the unit bid and listed meets or exceeds all of these requirements as specified by The City of Fayetteville. 3. Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. 4. The Bidder can and will comply with all specifications and requirements for delivery, documentation and support as specified herein. 5. 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. 6. 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. 7. Bidder shall disclose any possible conflict of interest with the City of Fayetteville, including, but not limited to, any relationship with any City of Fayetteville employee. Response shall disclose if a known relationship exists between any principal or employee of your firm and any City of Fayetteville employee or elected City of Fayetteville official. If no relationship exists, this should also be stated in your response. Failure to disclose such a relationship may result in cancellation of a purchase and/or contract as a result of your response. X 1.) NO KNOWN RELATIONSHIP EXISTS 2.) RELATIONSHIP EXISTS (Please explain)' 8. 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. 9. 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. City of Fayetteville, AR Bid 20-32, Sodium Hypochlorite Storage Tank Page 4 of 14 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. Unsigned bids will be rejected. Items marked * are mandatory for consideration. *NAME OF FIRM: Thorpe Plant Services, Inc. Purchase Order/Payments shall be issued to this name *D/B/A or Corporation Name Thorpe Specialty Services Corporation *BUSINESS ADDRESS: 6833 Kirbyville *CITY: Houston *STATE: TX *ZIP: 77033 *PHONE: 870.391.4792 *E-MAIL: linda.alters@thorpepme.com *BY: (PRINTED NAME) Paul DiCarlo FAX: *AUTHORIZED SIGNATURE: pa4lle 49/64"Z— •-o M•-- i• u- @• • • • DUNS NUMBER: *TAX ID NUMBER: 76-0089107 Acknowledge Addendums: CAGE NUMBER: Addendum No. Dated: Acknowledged by: Addendum No. Dated: Acknowledged by: Addendum No. Dated: Acknowledged by: Addendum No. Dated: _ Acknowledged by: ALL BIDDERS SHALL COMPLETE THE "TECHNICAL SPECIFICATION" SECTION WITH BID. FAILURE TO SUBMIT A RESPONSE ON THE PROVIDED "TECHNICAL SPECIFICATION" FORM IN A COMPLETED FORMAT CAN RESULT IN BID REJECTION. City of Fayetteville, AR Bid 20-32, Sodium Hypochlorite Storage Tank Page 5 of 14 City of Fayetteville Bid 20-32, Sodium Hypochlorite Storage Tank 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 packaRinR as well as on anv 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 shall 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. City of Fayetteville, AR Bid 20-32, Sodium Hypochlorite Storage Tank Page 6 of 14 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 accept or reject any or all bids. c. The City of Fayetteville reserves the right to cancel the entire bid. d. The City of Fayetteville reserves the right to remedy or waive technical or immaterial errors in the invitation to bid or in bids submitted. e. The City of Fayetteville reserves the right to request any necessary clarifications, additional information, or data without changing the terms of the bid. 5. COSTS INCURRED BY BIDDERS: All expenses involved with the preparation and submission of bids to the City, or any work performed in connection therewith, shall be borne solely by the bidder(s), No payment will be made for any responses received, or for any other effort required of, or made by, the bidder(s) prior to contract commencement. 6. CONFLICT OF INTEREST: a. The bidder represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance or services required hereunder, as provided in City of Fayetteville Code Section 34.26 titled "Authority of City Employee to Contract with the City". All bidders shall promptly notify Adonis Bwashi, 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: 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 City of Fayetteville, AR Bid 20-32, Sodium Hypochlorite Storage Tank Page 7 of 14 and subsequent contract(s) including but not limited to Equal Employment Opportunity (EEO), Disadvantaged Business Enterprises (DBE), & OSHA as applicable to this contract. Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business enterprises. 10. PROVISION FOR OTHER AGENCIES: Unless otherwise stipulated by the bidder, the bidder agrees to make available to all Government agencies, departments, municipalities, and counties, the proposal prices submitted in accordance with said proposal terms and conditions therein, should any said governmental entity desire to buy under this proposal. Eligible Users shall mean all state of Arkansas agencies, the legislative and judicial branches, political subdivisions (counties, local district school boards, community colleges, municipalities, counties, or other public agencies or authorities), which may desire to purchase under the terms and conditions of the contract. 11. COLLUSION: The Proposer, by affixing his or her signature to this proposal, agrees to the following: "bidder certifies that his or her bid is made without previous understanding, agreement, or connection with any person, firm or corporation making a proposal for the same item(s) and/or services and is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action." 12. RIGHT TO AUDIT, FOIA, AND JURISDICITON: a. The City of Fayetteville reserves the privilege of auditing a vendor's records as such records relate to purchases between the City and said vendor. b. Freedom of Information Act: City contracts and documents prepared while performing City contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the (Contractor) will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. c. Legal jurisdiction to resolve any disputes shall be in Washington County, Arkansas with Arkansas law applying to the case. 13. CITY INDEMNIFICATION: The successful bidder(s) agrees to indemnify the City and hold it harmless from and against all claims, liability, loss, damage or expense, including but not limited to counsel fees, arising from or by reason of any actual or claimed trademark, patent or copyright infringement or litigation based thereon, with respect to the goods or any part thereof covered by this order, and such obligation shall survive acceptance of the goods and payment thereof by the City. 14. VARIANCE FROM STANDARD TERMS & CONDITIONS: All standard terms and conditions stated in this request for bid apply to this contract except as specifically stated in the subsequent sections of this document, which take precedence, and should be fully understood by bidders prior to submitting a proposal on this requirement. City of Fayetteville, AR Bid 20-32, Sodium Hypochlorite Storage Tank Page 8 of 14 15. ADA REQUIREMENT FOR PUBLIC NOTICES & TRANSLATION: Persons with disabilities requiring reasonable accommodation to participate in this proceeding/event, should call 479.521.1316 (telecommunications device for the deaf), not later than seven days prior to the deadline. Persons needing translation of this document shall contact the City of Fayetteville, Purchasing Division, immediately. 16. PROCUREMENT POLICY FOR RECYCLED MATERIALS: The City of Fayetteville wishes to encourage its bidders to use recycled products in fulfilling contractual obligations to the City and that such practices will serve as a model for other public entities and private sector companies. 17. PAYMENTS AND INVOICING: The bidder must specify in their bid the exact company name and address which must be the same as invoices submitted for payment as a result of award of this bid. Further, the successful bidder is responsible for immediately notifying the Purchasing Division of any company name change, which would cause invoicing to change from the name used at the time of the original bid. Payment will be made within thirty days of invoice received. The City of Fayetteville is very credit worthy and will not pay any interest, fees, or penalty for untimely payments. Payments can be processed through bidder's acceptance of Visa at no additional costs to the City for expedited payment processing. The City will not agree to any nonrefundable deposit or retainer that would remain property of the bidder even if the hourly work actually performed by the bidder would not justify such fee. The City will pay the awarded bidder based on unit prices provided on invoicing. Progress payments will be made after approval and acceptance of work and submission of invoice. Payments will be made within 30 days of accepted invoice. 18. CANCELLATION: a. The City reserves the right to cancel this contract without cause by giving thirty (30) days prior notice to the Contractor in writing of the intention to cancel or with cause if at any time the Contractor fails to fulfill or abide by any of the terms or conditions specified. b. Failure of the contractor to comply with any of the provisions of the contract shall be considered a material breach of contract and shall be cause for immediate termination of the contract at the discretion of the City of Fayetteville. c. In addition to all other legal remedies available to the City of Fayetteville, the City reserves the right to cancel and obtain from another source, any items and/or services which have not been delivered within the period of time from the date of order as determined by the City of Fayetteville. d. In the event sufficient budgeted funds are not available for a new fiscal period, the City shall notify the vendor of such occurrence and contract shall terminate of the last day of the current fiscal period without penalty or expense to the City. 19. ASSIGNMENT SUBCONTRACTING CORPORATE ACQUISITIONS AND/OR MERGERS: The Contractor shall perform this contract. No assignment of subcontracting shall be allowed without prior written consent of the City. If a bidder intends to subcontract a portion of this work, the bidder shall disclose such intent in the bid submitted as a result of this bid. City of Fayetteville, AR Bid 20-32, Sodium Hypochlorite Storage Tank Page 9 of 14 In the event of a corporate acquisition and/or merger, the Contractor shall provide written notice to the City within thirty (30) calendar days of Contractor's notice of such action or upon the occurrence of said action, whichever occurs first. The right to terminate this contract, which shall not be unreasonably exercised by the City, shall include, but not be limited to, instances in which a corporate acquisition and/or merger represent a conflict of interest or are contrary to any local, state, or federal laws. Action by the City awarding a proposal to a firm that has disclosed its intent to assign or subcontract in its response to the bid, without exception shall constitute approval for purpose of this Agreement. 20. NON-EXCLUSIVE CONTRACT: Award of this bid shall impose no obligation on the City to utilize the vendor for all work of this type, which may develop during the contract period. This is not an exclusive contract. The City specifically reserves the right to concurrently contract with other companies for similar work if it deems such an action to be in the City's best interest. In the case of multiple -term contracts, this provision shall apply separately to each item. 21. LOBBYING: Lobbying of selection committee members, City of Fayetteville employees, or elected officials regarding request for proposals, request for qualifications, bids or contracts, during the pendency of bid protest, by the bidder/proposer/protestor or any member of the bidder's/proposer's/protestor's staff, and agent of the bidder/proposer/protestor, or any person employed by any legal entity affiliated with or representing an organization that is responding to the request for proposal, request for qualification, bid or contract, or has a pending bid protest is strictly prohibited either upon advertisement or on a date established by the City of Fayetteville and shall be prohibited until either an award is final or the protest is finally resolved by the City of Fayetteville; provided, however, nothing herein shall prohibit a prospective/bidder/proposer from contacting the Purchasing Division to address situations such as clarification and/or questions related to the procurement process. For purposes of this provision lobbying activities shall include but not be limited to, influencing or attempting to influence action or non -action in connection with any request for proposal, request for qualification, bid or contract through direct or indirect oral or written communication or an attempt to obtain goodwill of persons and/or entities specified in this provision. Such actions may cause any request for proposal, request for qualification, bid or contract to be rejected. 22. ADDITIONAL REQUIREMENTS: The City reserves the right to request additional services relating to this bid from the bidder. When approved by the City as an amendment to the contract and authorized in writing prior to work, the Contractor shall provide such additional requirements as may become necessary. 23. ADD OR DELETE LOCATIONS OR SERVICES: The City reserves the right to unilaterally add or delete locations and/or services, either collectively or individually, at the City's sole option, at any time after award has been made as may be deemed necessary or in the best interests of the City. In such case, the Contractor(s) will be required to provide services to this contract in accordance with the terms, conditions, and specifications. 24. INTEGRITY OF BID DOCUMENTS: Bidders shall use the original bid form(s) provided by the Purchasing Division and enter information only in the spaces where a response is requested. Bidders may use an attachment as an addendum to the bid form(s) if sufficient space is not available on the original form for the bidder to enter a complete response. Any modifications or alterations to the original documents by the bidder, whether intentional or otherwise, City of Fayetteville, AR Bid 20-32, Sodium Hypochlorite Storage Tank Page 10 of 14 will constitute grounds for rejection of such response. Any such modifications or alterations a bidder wishes to propose shall be clearly stated in the bidder's response and presented in the form of an addendum to the original bid documents. 25. OTHER GENERAL CONDITIONS: a. Bidder is presumed to be familiar with all federal, state, and city laws, ordinances, and regulations which in any manner affect those engaged or employed in the Work, or the materials or equipment used, or that in any way affect the Work and shall in all respects comply with said laws, ordinances, and regulations. No claim of misunderstanding or ignorance on the part of Bidder or Proposer will in any way serve to modify the provisions of the contract. No representations shall be binding unless embodied in the contract. b. Prices shall include all labor, materials, overhead, profit, insurance, shipping, freight, etc., to cover the products and services presented. Sales taxshallnotbeincludedin thebidprice. Applicable Arkansas sales tax laws will apply when necessary but will not be considered in award of this project. c. Each bidder should state the anticipated number of days from the date of receipt of an order for delivery of services to the City of Fayetteville. d. Bidders must provide the City with their bids signed by an employee having legal authority to submit bids on behalf of the bidder. The entire cost of preparing and providing responses shall be borne by the bidder. e. The City reserves the right to request any additional information it deems necessary from any or all bidders after the submission deadline. f. The request for bid is not to be construed as an offer, a contract, or a commitment of any kind; nor does it commit the city to pay for any costs incurred by bidder in preparation. It shall be clearly understood that any costs incurred by the Proposer in responding to this request for proposal is at the bidder's own risk and expense as a cost of doing business. The City of Fayetteville shall not be liable for reimbursement to the Proposer for any expense so incurred, regardless of whether or not the proposal is accepted. g. If products, components, or services other than those described in this bid document are proposed, the bidder must include complete descriptive literature for each. All requests for additional information must be received within five working days following the request. h. NOTE: Any uncertainties shall be brought to the attention to Adonis Bwashi immediately via telephone (479.575.8258) or e-mail (abwashi@fayetteville-ar.gov). It is the intent and goal of the City of Fayetteville Purchasing Division to provide documents providing a clear and accurate understanding of the scope of work to be completed and/or goods to be provided. We encourage all interested parties to ask questions to enable all bidders to be on equal bidding terms. i. Any inquiries or requests for explanation in regard to the City's requirements should be made promptly to Adonis Bwashi, City of Fayetteville, Purchasing Agent via e-mail (abwashi@favetteville-ar.Roy) or telephone (479.575.8258). 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 City of Fayetteville, AR Bid 20-32, Sodium Hypochlorite Storage Tank Page 11 of 14 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. INVOICING: All invoices shall be presented to the City with the minimum information listed below. a. City Department that ordered the materials or services b. Order Date c. Delivery date or the date of services d. Name of the City Employee that requested or picked up the goods, materials, or service e. Bid Number that applies to the purchase and invoices. Amounts in the bid shall match invoicing. 27. ATTACHMENTS TO BID DOCUMENTS: Drawing # 05022001 (Sodium Hypochlorite Storage Vessel) City of Fayetteville, AR Bid 20-32, Sodium Hypochlorite Storage Tank Page 12 of 14 City of Fayetteville Bid 20-32, Sodium Hypochlorite Storage Tank Technical Specification ALL BIDDERS SHALL COMPLETE THIS "TECHNICAL SPECIFICATION" SECTION WITH BID. FAILURE TO SUBMIT A RESPONSE ON THIS "TECHNICAL SPECIFICATION" FORM IN A COMPLETED FORMAT CAN RESULT IN BID REJECTION. BIDDING REQUIREMENTS: NOT—c. , o-A CAN BE COMPLETED ON THE FOLLOWING MANNER: When given a specification option containing a blank (example a. , bidder shall write a "check mark" or write "Yes' indicating yes if the accompanied specification is met. Bidder shall fill in blank when information is required. In the event a specification cannot be met, bidder shall indicate so by writing in "no" and writing on the Cit)(s bid forms how the specification is not met or how the unit(s) bid differ from what has been specified. learn item blank shall indicate bidder does not meet the listed specification and can result in bidder L)ISQUALIFIC4 TION. o Bidders shall NOT supply warranty papers for the City to interpret whether a warranty specification is met or not. TECHNICAL SPECIFICATIONS 1. SCOPE — This specification covers the furnishing of one 7,600 gallon, vertical, domed top, flat bottom, single - walled & insulated fiberglass bulk chemical tank. This bid is for an In -kind Replacement FRP tank that is of identical footprint area, width, length, connection points, and use as the existing structure. The FRP tank will be used for long-term storage of Sodium Hypochlorite up to 12.5% concentration. 2. STANDARDS — 2.1 GENERAL - All units bid shall meet or exceed the minimum requirements or they will be deemed incomplete and will not be considered for bid award. The tank shall be designed, constructed, rated and tested in accordance with the applicable industry standards, including those listed below, unless more stringent or additional requirements are specified herein, in which case these specifications shall take precedence. 2.2 APPLICABLE STANDARDS - See attached Tank Drawing and Scope of Supply Document 3. RATINGS AND REQUIREMENTS - The tank specified in the following Bid Schedules subparagraphs shall be rated and meet the requirements as shown and selected herein. General specifications and additional details for selected requirements shown in subsequent paragraphs. 3.1 CONSTRUCTION GENERAL —The tank's primary structure and corrosion barrier material will be of premium vinyl -ester resin. Thickness, veils, laminate and cure will be equivalent to existing structure. See also Belco Design Drawing #05022001, Scope of Supply and Technical Details and Clarifications attachments. City of Fayetteville, AR Bid 20-32, Sodium Hypochlorite Storage Tank Page 13 of 14 Insulation material shall be 2" Polyisocyanurate foam with a 3/16" thick FRP skin. The exterior finish shall be a gray colored gel coat with UV Stabilizer The tank shall include: • Nozzles, flanges & ports of equivalent number, size and placement as existing tank • SS Anchor lugs of equivalent number, size and placement of existing tank • Top and Side 24" Manway Access with Covers, EPDM Gaskets and SS Hardware • Top Access Ladder with Safety Cage • Top Perimeter Handrail with Swing Gate • a Non -Slip Top Coating • 18-month Warranty • SS Date/Name/Tank Info Plate 4. ITEM 1— BID SCHEDULE 4.1 CAPACITY 7,600 gallons (Working); 7,640 gallons (Nominal) MANUFACTURERS DATA Mudel ui Type See attached drawing and scope of supply (Attachment #1 & #2) 4.2 PERFORMANCE DATA Fabrication Drawings and Design Calculations PEStamped Hydro Tested prior to shipment 4.3 DIMENSIONS Diameter (I.D.): 10' — 0" Height (SSW): 13' — 0" Weight (Empty): approx.1,300 Ibs 134 Shipping Height (inches) 134 Shipping Width (inches) 186 Shipping Length (inches) 4,272 Shipping Weight (Ibs) 4.4 EXCEPTIONS Please see the attached addendum City of Fayetteville, AR Bid 20-32, Sodium Hypochlorite Storage Tank Page 14 of 14 TANK IT TO NAME 91E1 NE TOP 4%M" car ACE IP,I%4 t W 1 fA ,�. N xl. N..1 lei h 4:11fA. 'YPIJ kUP t %L PPJ FL . i8 IQRLL I !KTwASiyS(ir A4AF:IANA1w9 E01AAET0R 315' 1 MJrn C F YYPIC U Y RFSTRICI lUMTEIINN.i 2925'. MSE PANFTF. is CN x", Y NEE., kl-A*WOW MANUTA,TC; P y/1_ ♦ tQT�i LNMMiA� Y IS THE ROOF THtErkri{JrA th, xs" COIiI N(bV't.aq FAfIEM APPJC4,EE APfT10YED AS SFiTAn 225' FTL111LR5WN.HES A'-MY.)VA, 1 SE Sn(. FICA10149 NY 011M'A,IWK ;nv•x-rME PP TL1flELC') 5114, an nt'IkK'M YNI)OA, 4 ,')F'"ARi P.,:V,. r MIR AsmIB r TANK IS ro BE EITT)NSS AND ACCESSM ORY AM POSINIfO FQI (4) HCOURS AT 100E LAYNATE 1pPpiAllfiE urtlk a z a t4PRAtE /. TtftIKMFAM 1` o - 225' - !WPRW 61AmB1 lDIRTt�HFOQf,i S, _ (� � � ro.rt vn neoffnAiwwl OOP . •' STEPOFF IRCP PLATFORM ,. ® CUSTOMER PLEASE ADVISED Ri r ACCESS DESIRED FITTING SIZE ` WARMING TIC 1 2 S° ..�� _ .. -TANK TAG 202 5' 1AD' TOP VIEW 7 �1 TANK TAG -ti d1P4 RiS@E ON6FGTL� .;4 R TAO� WHITE PRINTED PAPER AS 94OWN AND LAMINATED TO TAM{ WALL OVERLAID WITH / MAT AND CLEAR RESIN f 1'HIMOAf2(TEi(T YE58QRNAOFT-201 429x 900N11 MYPDCIRDRRE s M TT_ Tw ?�N. _- ' WIND LLONLm wt sm 1C 2GILL,, I�jBtrt> S.r _. I I q'-N'—_ F/BICATIM PM AI 0J2$ L ASTY M0 U. PS IS-69. L TANK TAG DETAIL G x'-� --' HEucAL D1 _. E N-7F'__ a — w w 2: dT�� LAYERS fib---- f A A �*aa,'sAr. WAW P AS A.. w a n 1(14 A 24-le PAMINCAiTON NOTES Lx a , ,t FwUxrrcn .r* r. � It H;4 - ( i T IFAAO HEUm '4' q.7t Ts[t�K9rrYwir r.,(p ti w+�t eta OLL'h5 uu I , 12-IP�.1 (S2)}+ L�YR(p�pR • II+Ctpo !vr.dc,in i".>i.rN t. w.urft L.7n e, M O�l?7 0f02iS"+n '- O1 `.- )[nkltSA(vf+J,E7TMtloN(N I "I'll 1wim TATTRY EK 16P - D -, .... I!f�. .. . _- av . .-=�UF IWUCA 7� 1SAW W XtS IZO M .. . TOPS LAMINATE SEGUENCE: FABRICATE O)MRM.M = W FlMID LAYUF PLU5 C B - � - BOTTOM'S LAMINATE SEQUENCE: 'ABRICATE )i AiFLM,M= 162• NAND LAYUP PLUS C S .�- s MANLIPACTURM 8Y BELC.() MANUFFArITT INC. C(WPANY s ...... ift- MAN 92E WIPE BEYAP110N - - REYAI06 — 1 or TRIP AAt51 iDMECTk71 FOR FILL B 16' FRP ANSI CONYTCnM FOR VOIT C A2' 16W ANSI 1 F xrr¢CEON FOR Plw SUCTION I 02- FRP AAg I ^ FF. CWCTK* FOR DRAM (RILL) N' FRP 'µA uw,-%M FOR 01ERR01T 2 I A2' fmp ' �. I ! CCNIICC*M FOR SIGHT LEVM GMNF (SG BY OTHERS) G I R • FRP A TSOf Ft. Lamia h FOR Lm TRAHSINTIER (TRANSYTiER BY OTlEAS) AEL NOI SHALL BE ClAS4 IBM PER SPEpFlCAT10N 13190, ; 'PARA2404 K _ 1 DIIG fli �S�A' `.Tu MA DETAI DRO ! 95-SRA27 p DOG Fw* K.- '-FEW ' t %a 0ELCO DIFTAI ORC ! 96-SRA12 024- FRP nl TO 01%'WE T MSPECOON PORT 2'. 1 Fid A N SAY ACCESS PWT S rs NkF TiF i t H tPit tlw: 12' 3 STD STL lam VARM ;fVoss STEEL .,..�.. -.,.._ CUSTCW fATFflfMllf_ARMOLRO Kw)P_ DESGN PRESS. ATMOS. VAC, NIA S.C.-LIB BESGN TEMP.. 120 T CONTENTS 125i SOXfI NYPOCH.URTE EMPTY WT. 1,7(ID LB a NON. CAPACITY 7.600 us GALLONS FULL K 76.156 LB MArL CORROSON BARRiERX 10115PIff, MUSTER RESIN WQAwA #, MArL STRUCTURE-._-__. FRP - WY ESTER RESIN -015 AP.O.}PITEMf N { ELEVATION En �� ,,, aauru�F AIO[1LI^,ATe7y1 w SGDIM A wTEO SiORAGE FRP VF -rit n u„ k ,. Au RTpiGt �5 AtORi[.1 1wMwe«tw.+y :a. oa+y AWF}rW- ARt7iER WESTE?D^I Nfr __- 6RFORMATIDNFORB&OOWISE0AY r 5r WS1 A.LWAYg gE VENTt% �.�'- aAH.na.swu. wl - _ -r _.._ - .. .. ._._imKK. �..I°xa'°��.. --' ��iDYG.1.._..4.`2�.2-�QOT Scope of Supply Item Qty. Description 1 1 Ea 10'-0" I.D. x 13'-0" SSW, Vertical, Domed Top, Flat Bottom, 7600-Gallon, Single Wall, & Insulated Fiberglass Tanks TAG/No. TK-1 Each tank Includes. 3 Ea 2" Nozzle/s 2 Ea 2" Nozzle/s 1 Ea 3" Nozzle/s 2 Ea 4" Nozzle/s 1 Ea 6" Gooseneck Assembly 1 Ea 24" Manway w/Cover, 118" thk. EPDM Gasket & SS Hardware 1 Ea 24" Manway w/Cover, 3116" thk EPDM Gasket & SS Hardware 3 Ea SS Lifting Lugs 4 Ea SS Anchor Lugs 1 Ea FRP Ladder, Safety Cage & Step -off Platform 1 Ea FRP Top Perimeter Handrail (2 rails & 6" toe plate) & Swing gate 1 Ea Lot Non Slip Top Coating 1 Ea Lot 2" Polyisocyanurate Insulation w/ 3116" thick FRP Skin 1 Ea FRP Encapsulated, Paper Data Name Plate 1 Ea 18 Month Warranty (2) Suction Drain Sight Level Gauge (By Others) Fill Overflow & Level Vent Top Access Side Access TANK No. TKA DESIGN/ MANUFACTURING PARAMETERS GENERAL: FLANGES: DIAMETER: 10'- 0" HEIGHT: 13'- 0" TYPE: Flat Faced (FF) 7 600 Operating << VOLUME CAP. (Gal) >> 7,640 Nominal CONSTRUCTION: Hand Lay Up ESTIMATED WEIGHT: DRILLING: 150# ANSI B 16.5 PRES. RATING: 50 PSI CHEMICAL SERVICE: Sodium H pochlorlte up to 12.5% PROJECTION: 6" (8" On insulated tanks) SPECIFIC GRAVITY: 1.20 GUSSETS: Conical on 4" and under SEISMIC DESIGN: Jobsite Ground Motion Acceleration INSPECTIONS &TESTING: WIND LOAD: 105 MPH CORROSION BARRIER STRUCTURE ---------.........................---------------- -------- - ---' ------ DIM. VERIFICATION: Included Thickness: 106 mil Meet design criteria VISUAL INSP. (See Note 8): Included Veils: (2) - Veils N/A BARCOL HARDNESS: Included Laminate: (2) 1-1/2" oz. Chop Rov Filament wound ACETONE SENSITIVITY: Included Resin: Prem, Vinyl Ester Prem. Vinyl Ester LOI TESTING: NOT INCLUDED Cure System: BPO/DMA Co/MEKP LAMINATE. PROP. TEST: NOT INCLUDED EXT. FINISH: Gel coat w/UV Inhibitor IND. INSPECTOR: N/A COLOR: TBD POST CURE: Per resin mtg.'s recommendation 4-HR. HYDROSTATIC: Included ACOUSTIC EMISSION: NOT INCLUDED PRESSURE TEST: N/A VACUUM TEST: N/A DESIGN CONDITIONS OPERATING CONDITIONS 120OF << TEMPERATURE >> Ambient Atmospheric << PRESSURE >> Atmospheric Atmospheric << VACUUM >> Atmospheric TK-1's ENGINEERING I DESIGN STANDARD 5 : ASME RTP-1 DESIGN: NO PE STAMPED: YES ASTM-D 3299: YES API 12P: NO RTPA CODE STAMPED: NO FEA DESIGN: N/A ASTM-D 4097: YES API 12P Monogram: NO Technical Details & Clarifications ( 1 ) Bidder will supply full submittals fabrication dra.vings and Design Calculations stamped by a Professional (2) Wind design is per 2010 version of the ASCE-7 unless otherwise stated (3) seismic uesign is oases on urouna motion Acceieration per AbUt-i r lest; using project site's lip cone or Global Coordinates (4) All domed and dished heads will be ASME F&D (5) Insulation if applicable includes 2' Polyisocyanurate foam factory installed v:dh exterior fiberglass skin (6) Unless stated differently in scope of supply, and If applicable, nuts, bolts & gaskets are included only with Manway access ports and/or blind flanges. All gaskets are EPDM. Hardware is SS (7) Exterior Gel Coat is colored gray, white or tan Gel coat contains UV stabilizer. If alternate color is required, submit color chip and request quotation. (8) Bidder will comply with Visual Acceptance Criteria Level II for the Corrosion Barrier and Level III for the Structural Layer per Table 1 of ASTM D2563. (9) All tanks shall be hydro -tested prior to shipping. (10) Tanks must be vented. ( 11) Flat bottom. vertical tanks must be fully supported All tanks shall sit on tank pads with a minimum concrete compressive strength of 4000 psi. (12) Hold Down Lugs are included. Belco Manufacturing will not be responsible for tank anchor bolts to tank pad or anchorage connection design analysis. FRP & Dual ThurPg Laminate Tan ol7iding Plant Maintenance &Engineering With STRAN D°Specialists• �� Excellence In CompositeManufactunng 1. V ,A.r... o Thorpe Plant Services, Inc. is proud to present STRAND® fiberglass reinforced plastic and dual laminate tanks and products. The world's leading manufacturer of custom FRP/Dual Laminate tanks and products with over 400,OOOsf of manufacturing space across the USA. Thorpe utilizes state-of-the-art engineering software, materials, equipment, and design principals, as well as industry leading 0A/OC procedures, to meet growing process and environmental demands from both public and private industrial clients for the most corrosive environments. Why FRP/Dual Laminate Tanks? • Economical benefits compared to field install alloy tanks — less labor & height, smalier crane needs, foster to erectlnstall • Safer to assemble than steel tanks — minimal elevated work • Corrosion resistant throughout the FRP structure • Exterior paint not required — no "UV" derogation • Easy to repair if damaged • Good insulator on temperature and static electricity Thorpe Service and Product Offerings • Turnkey FRP & Dual Laminate Specialists — Engineering and Design —Manufacture — Field ere(Onstoll • Developer of oblation technology (Patented 1978) • Dually accredited —ASMERTP- i —ASMESecnon X, (loss Il • Custom designs • Tanks, pressure vessels, scrubbers, piping, ducts and structural components • Shop and field erected FRP vessels, piping, ducts and equipment • Full line of U.S. made FRP flanges, fittings and accessories • Manufactured with premium grade resins: vinyl ester, furan and phenolics • Thermoplastic and fluoropolymer liners for more severe corrosive environments VW-WW. ThorpePME.com CORPORATE HEADQUARTERS Thorpe Specialty Services Corporation 6833 Kirbyville Street Houston, TX 77033 Phone: (713) 644-1247 General@ThorpePME.com OPERATING SUBSIDIARIES Thorpe Plant Services, Inc. 1 T Thorpe Company Thorpe International Services, Inc. Thorpe Engineered Products Company Industrial Flooring Services, Inc. Clayburn Services Ltd. INTERNATIONAL Thorpe International Services, Inc. 6833 Kirbyville Street Houston,TX 77033 Phone: (713) 644-1247 International@ThorpePME.com Thorpe Providing Plant Maintenance & Engineering Manufacturing Locations Corrosion Resistant Equipment High Temperature Products Arkansas Plant Louisiana Plant Texas Plant Houston-Kirbyville Plant Houston -Ranger Plant 228 West Industrial Park Rd. 360S Delta Dr. 95 Southbelt Industrial Dr, 6833 KirbyvilleSt. 4718 Ranger St. Harrison, AR 72601 St, Gabriel, LA 70776 Houston, TX 77047 Houston, TX 77033 Houston, TX 77028 Phone: (870) 391-4792 Phone: (225) 642-8060 Phone: (713) 433-7200 Phone: (713) 644-1247 Phone: (713) 671-2458 Field Service Offices Alabama Kentucky Texas Birmingham Office Madisonville Office Beaumont Office Houston-Kirbyville Office 1273 24th Avenue Madisonville, KY 42431 6001 Highland Avenue 6833 Kirbyville Street Hueytown, Al 35023 Phone: (270) 635-5421 Beaumont, TX 7770S Houston,TX 77033 Phone: (205) 426-4000 Phone: (409) 838-9121 Phone: (713) 644-1247 Louisiana Arkansas St. Gabriel Office Corpus Christi Office Houston -Ranger St. Office Harrison Office 360S Delta Drive 4602 Southview Drive 4718 Ranger Street 228 West Industrial Park Road St. Gabriel, LA 70776 Corpus Christi, TX 78408 Houston,TX 77028 Harrison, AR 72601 Phone: (225) 642-8060 Phone: (361) 500-2001 Phone: (713) 671-2458 Phone: (870) 391-4792 Oklahoma DallasOtfice— Industrial Houston -South belt Office Iowa Broken Arrow Office Flooring Services, Inc. 95 Southbelt Industrial Drive CamancheOffice 7838 S. Elm Place 2736 Market Street Houston,TX 77047 Camanche, IA 52730 Broken Arrow, OK 74011 Garland, TX 75041 Phone: (713) 433.7200 Phone: (563) 508-2622 Phone: (918) 455-8928 Phone: (214) 349-7891 CANADAOPERATIONS Clayburn Services Ltd. Alberta British Columbia Edmonton Office Fort McMurray Office Abbotsford Office Vancouver Island Office (Headquarters) 306-8535 Gordon Avenue 31 S43 King Road 1099 Popham Road 16010-118th Avenue Fort McMurray, AB Abbotsford, BC Parksville, BC Edmonton, AB 1`911087 V2T 5Z2 V91) 2T3 T5V 106 Phone: (780) 468-4100 Phone: 1 (800) 859-4885 Phone: (250) 248-S353 Phone: (780) 468-4100 Prince George Office Calgary Office 8603 North Kelly Road k108 4140 — 6th Street NE Prince George, BC Calgary, AB V2K 2W7 T2E8C8 Phone: (250) 962-2322 Phone: (403) 276-4421 Q 2016Thorpe Specialty Services. All Rights Reserved. Printed in U.S.A. www.ThorpePME.com FRPDLTNK_0516