Loading...
HomeMy WebLinkAbout172-22 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 172-22 File Number: 2022-0611 BID 22-40, JACK TYLER ENGINEERING, INC.: A RESOLUTION TO AWARD BID 22-40 AND AUTHORIZE THE PURCHASE OF A SUBMERSIBLE PUMP FOR THE FARMINGTON SEWER LIFT STATION FROM JACK TYLER ENGINEERING, INC. IN THE AMOUNT OF $108,621.00 PLUS APPLICABLE TAXES AND FREIGHT CHARGES 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 22-40 and authorizes the purchase a submersible pump for the Farmington Sewer Lift Station from Jack Tyler Engineering, Inc. in the amount of $108,621.00 plus applicable taxes and freight charges. PASSED and APPROVED on 8/2/2022 Attest: ,. U• :�*tom. FAYEnFVI, Kara Paxton, City Clerk Treasurer y �• F ; rFU N y",►1 Page 1 Printed on 813122 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479)575-8323 Text File File Number: 2022-0611 Agenda Date: 8/2/2022 Version: 1 Status: Passed In Control: City Council Meetinq File Type: Resolution Agenda Number: A.9 BID 22-40, JACK TYLER ENGINEERING, INC.: A RESOLUTION TO AWARD BID 22-40 AND AUTHORIZE THE PURCHASE OF A SUBMERSIBLE PUMP FOR THE FARMINGTON SEWER LIFT STATION FROM JACK TYLER ENGINEERING, INC. IN THE AMOUNT OF $108,621.00 PLUS APPLICABLE TAXES AND FREIGHT CHARGES 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 22-40 and authorizes the purchase a submersible pump for the Farmington Sewer Lift Station from Jack Tyler Engineering, Inc. in the amount of $108,621.00 plus applicable taxes and freight charges. City of Fayetteville, Arkansas Page 1 Printed on 81312022 City of Fayetteville Staff Review Form 2022-0611 Legistar File ID 8/2/2022 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Tim Nyander 7/14/2022 WASTEWATER TREATMENT (730) Submitted By Submitted Date Division / Department Action Recommendation: Staff recommends awarding Bid #22-40 and approving the purchase of a submersible pump for the Farmington Sewer Lift Station from Jack Tyler Engineering, Inc. in the amount of $108,621.00 plus applicable taxes. Budget Impact: 5400.730.5800-5801.00 Water and Sewer Account Number Fund 02068.1 Upgrade/Replace Lift Stations - WWTP Project Number Project Title Budgeted Item? Yes Current Budget $ 878,473.00 Funds Obligated $ 126,188.82 Current Balance $ ,.52,284.18 Does item have a cost? Yes Item Cost $ 119,211.55 Budget Adjustment Attached? No Budget Adjustment $ - Remaining Budget 633,072.63 V20210527 Purchase Order Number: Previous Ordinance or Resolution # Change Order Number: Original Contract Number: Approval Date: Comments: Freight is included in the bid pricing. Taxes are estimated at $10,590.55 for a total estimated cost of $119,211.55. CITY OF FAYETTEVILLE ARKANSAS MEETING OF AUGUST 2, 2022 TO: Mayor and City Council THRU: Susan Norton, Chief of Staff Water & Sewer Committee FROM: Tim Nyander, Utilities Director DATE: July 14, 2022 CITY COUNCIL MEMO SUBJECT: Bid #22-40 Jack Tyler Engineering, Inc. — Farmington Sewer Lift Station (LS12) Submersible Pump Replacement RECOMMENDATION: Staff recommends awarding Bid #22-40 and approving the purchase of a submersible pump for the Farmington Sewer Lift Station from Jack Tyler Engineering, Inc. in the amount of $108,621.00 plus applicable taxes. BACKGROUND: Farmington Sewer Lift Station (LS12) moves sewage from the neighboring community of Farmington to the West Side facility using 3 submersible pumps. The lift station has historically struggled with large amounts of rags and other heavy debris in the incoming flow resulting in the need for frequent backwashing by Jacobs maintenance staff. Unfortunately, the original pumps installed in 2008 were poorly designed for the specific needs of this lift station. To alleviate the issue, in 2019 the original pump in the No. 1 position was replaced with a FLYGT Model NP3155 submersible pump which is specifically designed to handle "heavy" influent without seizing or excessive wear. Since commissioning the FLYGT pump in position No. 1, there have no unplanned maintenance calls for backwashing at this lift station; however, this pump has been run continuously since installation. Replacing the pump in the No. 2 position with the same model FLYGT pump will allow for downtime for the No. 1 pump and assure no interruptions in the event pump No.1 experiences mechanical issues. DISCUSSION: This item was put out for competitive sealed bids. On June 14th, one bid was received from Jack Tyler Engineering for $108.621.00 plus taxes for a new FLYGT NP3315 submersible pump. Freight is included within the bid pricing. The total estimated cost of the pump including taxes is $119,211.55. Staff recommends awarding the bid to approve the purchase of this submersible pump for the Farmington lift station. Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 BUDGET/STAFF IMPACT: Funds are available in the Upgrade/Replace Lift Stations account within the Water & Sewer fund. Attachments: Bid Tab Submittal from Jack Tyler Engineering II CITY of FAYETTEViLLE A R IBC A N A BID TABULATION Bid 22-40, Submersible Pump DEADLINE: Tuesday, June 14, 2022 at 2:00 PM JACK TYLER ENGINEERING INC Total Price $108,621.00 Line # Description QTY UOM Unit Extended 1 Total Bid for Submersible Pump, meeting all the required specifications listed in 1 EA $108,621.00 $108,621.00 the Bid Form. Amanda p e I f u S S Digitally signed by Amanda Beilfuss D Date:2022.06.14 14:39:01-05'00' Amanda Beilfuss, Purchasing Agent Andrea F o re n Digitally signed by Andrea Foren Date: 2022.06.30 11:53:51-05'00' Andrea Foren, Purchasing Manager Bid 22-40 - Page 1 CITY OF 4.;9SM EAIfETTEVILLE ARKANSAS Bid 22-40 JACK TYLER ENGINEERING INC JACK TYLER ENGINEERING INC Supplier Response Event Information Number: Bid 22-40 Title: Bid 22-40, Submersible Pump Type: Invitation to Bid Issue Date: 5/22/2022 Deadline: 6/14/2022 02:00 PM (CT) Notes: The City of Fayetteville is seeking bids from qualified vendors for the purchase of one (1) Submersible Pump for Lift Station 12 located at 571 N. Double Springs Rd., Farmington, AR 72730. This bid is for the purchase of equipment only; Installation will be the responsibility of the City. Any questions concerning the bidding process should be directed to Amanda Beilfuss, City of Fayetteville Purchasing Agent, at abeilfuss@fayetteville-ar.gov. Contact Information Contact: Amanda Beilfuss Address: Purchasing Room 306 City Hall 113 West Mountain Street - Room 306 Fayetteville, AR 72701 Email: abeilfuss@fayetteville-ar.gov Page 1 of 2 pages Vendor: JACK TYLER ENGINEERING INC Bid 22-40 JACK TYLER ENGINEERING INC Information Contact: Greg Wethington Address: 6301 S. University LITTLE ROCK, AR 72209 Phone: (501) 562-2296 Fax: (501) 562-4273 Toll Free: (800) 562-2296 Email: awethington@jteng.com Web Address: jteng.com By submitting your response, you certify that you are authorized to represent and bind your company. Scott Jones Signature Submitted at 6/13/2022 2:37:59 PM Supplier Note scott@jteng.com Email Please note Greg Wethington is no longer at JTEI. Please address all correspondence to Scott Jones or Cory Gray - cgray@jteng.com Requested Attachments Bid 22-40, Submersible Pump - Bid Form Bid 22-40 FILE 01 - Submersible Pump - Bid Form.pdf Please submit the SIGNED and COMPLETED Bid Form. This can be found in the "Attachments" tab. Response Attachments Bid 22-40 FILE 01 - Submersible Pump - Bid Form - JTEI Completed 6-13.pdf Completed Bid Form Bid Lines 1 Total Bid for Submersible Pump, meeting all the required specifications listed in the Bid Form. Quantity: 1 UOM: EA Price: 1 $108,621.00 Total: 1 $108,621.00 Response Total: $108,621.00 Page 2 of 2 pages Vendor: JACK TYLER ENGINEERING INC Bid 22-40 City of Fayetteville, Arkansas CITY OF Purchasing Division — Room 306 _ F E "Ir E I L L E 113 W. Mountain Fayetteville, AR 72701 4V L RCA t, SAS Phone: 479.575.8258 TDD (Telecommunication Device for the Deaf): 479.521.1316 INVITATION TO BID: Bid 22-40, Submersible Pump DEADLINE: Tuesday, June 14, 2022 before 2:00 PM, Local Time PRE -BID MEETING: Wednesday, June 1, 2022 at 10:00 AM, via Zoom PURCHASING AGENT: Amanda Beilfuss, abeilfuss@fayetteville-ar.gov DATE OF ISSUE AND ADVERTISEMENT: Sunday, May 22, 2022 INVITATION TO BID Bid 22-40, Submersible Pump No late bids will be accepted. Bids shall be submitted in one of the following methods: (1) through the City's third -party electronic bidding platform, or (2) delivering in person via sealed envelope to the City of Fayetteville Purchasing Division. Submitting through the City's electronic bidding platform is strongly encouraged. 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: Jack Tyler Engineering, Inc. Contact Person: Cory Gray E-Mail: Cgray@jteng.com Business Address: 6301 S University Ave. City: Little Rock State: Title: Operations Manager Phone: 501-562-2296 Arkansas Zip: 72209 Signature: Date: 6-13-2022 City of Fayetteville, AR Bid 22-40, Submersible Pump Page 1 of 17 City of Fayetteville Bid 22-40, Submersible Pump Advertisement City of Fayetteville, Arkansas INVITATION TO BID Bid 22-40, Submersible Pump The City of Fayetteville is seeking bids from qualified vendors for the purchase of one (1) Submersible Pump for Lift Station 12 located at 571 N. Double Springs Rd., Farmington, AR 72730. This bid is for the purchase of equipment only, Installation will be the responsibility of the City. Any questions concerning the bidding process should be directed to Amanda Beilfuss, City of Fayetteville Purchasing Agent, at abeilfuss@fayetteville-ar.gov or by calling (479) 575-8258. A non -mandatory Pre -Bid meeting will be held Wednesday, June 1, 2022 at 10:00 AM virtually via Zoom. Information regarding the pre -bid meeting is available on the project page on the City's electronic bidding platform. All interested parties are encouraged to attend. Bidding documents and addenda shall be obtained at the City of Fayetteville Purchasing Division's electronic bidding platform at www.favetteville-ar.gov/bids. All bids shall be received by Tuesday, June 14, 2022 before 2:00 PM, Local Time utilizing the electronic bidding software or by submitting a sealed physical bid to the City of Fayetteville, Purchasing Division address listed below. All bids are due before the time stated. Submitting a bid electronically is strongly encouraged. A public bid opening will be conducted shortly after the deadline at City Hall and livestreamed at https://www.youtube.com/user/citVoffaVettevillear. No late bids shall be accepted. The City of Fayetteville shall not be responsible for lost or misdirected bids, or for failure of proposer's technical equipment. City of Fayetteville Purchasing Division — Room 306 113 West Mountain Street Fayetteville, AR 72701 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. The City of Fayetteville reserves the right to waive irregularities, to reject bids, and to postpone the award of the Contract for a period of time which shall not exceed beyond ninety calendar days from the bid opening date. City of Fayetteville By: Amanda Beilfuss, Purchasing Agent P: 479.575.8258 abeilfuss@fayetteville-ar.Bov TDD (Telecommunications Device for the Deaf): (479) 521-1316 Date of advertisement: 05/22/2022 This publication was paid for by the Purchasing Division of the City of Fayetteville, Arkansas. Amount paid: $XXX.XX. City of Fayetteville, AR Bid 22-40, Submersible Pump Page 2 of 17 City of Fayetteville Bid 22-40, Submersible Pump Required Bid Form — Bid Signature & Online Submittal Reqirements EXECUTION OF BID: All bidders shall submit this section, executed and completed in full by an authorized agent of the bidder. Bidders shall also complete submission through the City's online bidding portal (www.fayetteville-ar.gov/bids) and complete and submit all required information, which may include: • Bid Attributes • Bid Line Items — Bidders shall bid on all line items and not submit partial bids • Response Attachments o Required Bid Form (this form, completed in its entirety) 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. PRICE: Bidders shall submit pricing on the City's online bidding portal (ww.fayetteville-ar.gov/bids) in the format presented online. Refer to the City's electronic bidding platform to submit bid pricing electronically. Contact the City Purchasing Division to obtain documents necessary to submit a physical sealed bid; however, all bidders are strongly encouraged to submit on the City's online bidding portal. Upon signing this Bid, the bidder certifies that: 1. Bidder 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. City of Fayetteville, AR Bid 22-40, Submersible Pump Page 3 of 17 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. b. Your signature below certifies that neither you nor your principal is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. City of Fayetteville, AR Bid 22-40, Submersible Pump Page 4 of 17 Unsigned bids will be rejected. Items marked * are mandatory for consideration. *NAME OF FIRM: Jack Tyler Engineering, Inc. Purchase Order/Payments shall be issued to this name *D/B/A or Corporation Name *BUSINESS ADDRESS: 6301 S. University Ave. *CITY: Little Rock *PHONE: 501-562-2296 *E-MAIL- cgray@jteng.com *BY: (PRINTED NAME) *AUTHORIZED SIGNATURE: *TITLE: Operations Manager Cory Gray UNIQUE ENTITY NUMBER: *TAX ID NUMBER: 71-0833610 Acknowledge Addendums: Addendum No. Dated: Addendum No. Addendum No. Addendum No. Dated: Dated: Dated: *STATE: AR *ZIP: 72209 501-562-4273 FAX: Acknowledged by: Acknowledged by: Acknowledged by: Acknowledged by: CAGE NUMBER: ALL BIDDERS SHALL COMPLETE THE "TECHNICAL SPECIFICATIONS" SECTION WITH BID. FAILURE TO SUBMIT A RESPONSE ON THE PROVIDED "TECHNICAL SPECIFICATIONS" FORM IN A COMPLETED FORMAT CAN RESULT IN BID REJECTION. City of Fayetteville, AR Bid 22-40, Submersible Pump Page 5 of 17 City of Fayetteville Bid 22-40, Submersible Pump General Terms and Conditions 1. SUBMISSION OF BID & BID EVALUATION: a. Bids shall be reviewed following the stated deadline, as shown on the cover sheet of this document. b. Bidders shall submit bids based on documentation published by the Fayetteville Purchasing Division. c. Bidding documents and addenda shall be obtained at the City of Fayetteville Purchasing Division's electronic bidding platform at www.fayetteville-ar.gov/bids. All bids shall be received by the deadline, utilizing the electronic bidding software or as stated in the bid advertisement. Submitting a bid electronically is strongly encouraged. A public bid opening will be conducted shortly after the deadline at City Hall and livestreamed at https://www.youtube.com/user/cityoffayetteviIlear. No late bids shall be accepted. The City of Fayetteville shall not be responsible for lost or misdirected bids, or for failure of proposer's technical equipment. d. The City will not be responsible for misdirected bids. Bidder should call the Purchasing Office at 479.575.8256 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, City of Fayetteville, AR Bid 22-40, Submersible Pump Page 6 of 17 size, design, and specification as to what has been specified, will be acceptable for consideration only if approved by the City of Fayetteville Purchasing Division. The City of Fayetteville reserves the right to accept or reject any requested equal. 4. RIGHTS OF CITY OF FAYETTEVILLE BID PROCESS: In addition to all other rights of the City of Fayetteville, under state law, the City specifically reserves the following: a. The City of Fayetteville reserves the right to select the bid that it believes will serve the best interest of the City. b. The City of Fayetteville reserves the right to accept or reject any or all bids. c. The City of Fayetteville reserves the right to cancel the entire bid. d. The City of Fayetteville reserves the right to remedy or waive technical or immaterial errors in the invitation to bid or in bids submitted. e. The City of Fayetteville reserves the right to request any necessary clarifications, additional information, or data without changing the terms of the bid. 5. COSTS INCURRED BY BIDDERS: All expenses involved with the preparation and submission of bids to the City, or any work performed in connection therewith, shall be borne solely by the bidder(s). No payment will be made for any responses received, or for any other effort required of, or made by, the bidder(s) prior to contract commencement. 6. CONFLICT OF INTEREST: a. The bidder represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance or services required hereunder, as provided in City of Fayetteville Code Section 34.26 titled "Authority of City Employee to Contract with the City'. b. All bidders shall promptly notify Amanda Beilfuss, 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) 575-8258 to ensure receipt of their submittal documents prior to opening time and date listed. City of Fayetteville, AR Bid 22-40, Submersible Pump Page 7 of 17 9. LOCAL, STATE, AND FEDERAL COMPLIANCE REQUIREMENTS: a. The laws of the State of Arkansas apply to any purchase made under this bid. Bidders shall comply with all local, state, and federal directives, orders and laws as applicable to this proposal and subsequent contract(s) including but not limited to Equal Employment Opportunity (EEO), Disadvantaged Business Enterprises (DBE), & OSHA as applicable to this contract. b. Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business enterprises. 10. PROVISION FOR OTHER AGENCIES: Unless otherwise stipulated by the bidder, the bidder agrees to make available to all Government agencies, 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. 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. City of Fayetteville, AR Bid 22-40, Submersible Pump Page 8 of 17 14. VARIANCE FROM STANDARD TERMS & CONDITIONS: All standard terms and conditions stated in this request for bid apply to this contract except as specifically stated in the subsequent sections of this document, which take precedence, and should be fully understood by bidders prior to submitting a proposal on this requirement. 15. ADA REQUIREMENT FOR PUBLIC NOTICES & TRANSLATION: Persons with disabilities requiring reasonable accommodation to participate in this proceeding/event, should call 479.521.1316 (telecommunications device for the deaf), not later than seven days prior to the deadline. Persons needing translation of this document shall contact the City of Fayetteville, Purchasing Division, immediately. 16. PROCUREMENT POLICY FOR RECYCLED MATERIALS: The City of Fayetteville wishes to encourage its bidders to use recycled products in fulfilling contractual obligations to the City and that such practices will serve as a model for other public entities and private sector companies. 17. PAYMENTS AND INVOICING: The bidder must specify in their bid the exact company name and address which must be the same as invoices 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. 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. City of Fayetteville, AR Bid 22-40, Submersible Pump Page 9 of 17 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. b. In the event of a corporate acquisition and/or merger, the Contractor shall provide written notice to the City within thirty (30) calendar days of Contractor's notice of such action or upon the occurrence of said action, whichever occurs first. The right to terminate this contract, which shall not be unreasonably exercised by the City, shall include, but not be limited to, instances in which a corporate acquisition and/or merger represent a conflict of interest or are contrary to any local, state, or federal laws. Action by the City awarding a proposal to a firm that has disclosed its intent to assign or subcontract in its response to the bid, without exception shall constitute approval for purpose of this Agreement. 20. NON-EXCLUSIVE CONTRACT: Award of this bid shall impose no obligation on the City to utilize the vendor for all work of this type, which may develop during the contract period. This is not an exclusive contract. The City specifically reserves the right to concurrently contract with other companies for similar work if it deems such an action to be in the City's best interest. In the case of multiple -term contracts, this provision shall apply separately to each item. 21. LOBBYING: Lobbying of selection committee members, City of Fayetteville employees, or elected officials regarding request for proposals, request for qualifications, bids or contracts, during the pendency of bid protest, by the bidder/proposer/protestor or any member of the bidder's/proposer's/protector'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. City of Fayetteville, AR Bid 22-40, Submersible Pump Page 10 of 17 24. INTEGRITY OF BID DOCUMENTS: Bidders shall use the original bid form(s) provided by the Purchasing Division and enter information only in the spaces where a response is requested. Bidders may use an attachment as an addendum to the bid form(s) if sufficient space is not available on the original form for the bidder to enter a complete response. Any modifications or alterations to the original documents by the bidder, whether intentional or otherwise, will constitute grounds for rejection of such response. Any such modifications or alterations a bidder wishes to propose shall be clearly stated in the bidder's response and presented in the form of an addendum to the original bid documents. 25. CERTIFICATE OF INSURANCE: The successful bidder shall provide a Certificate of Insurance in accordance with specifications listed in this request for proposal, prior to commencement of any work. Such certificate shall list the City of Fayetteville as an additional insured. Insurance shall remain valid, when applicable, throughout project completion. Certificates of insurance are to be addressed to the City of Fayetteville, showing that the contractor carries the following insurance which shall be maintained throughout the term of the bid. Any work sublet; the contractor shall require the subcontractor similarly to provide the same insurance coverage. In case any employee engaged in work on the project is not protected under Workers' Compensation, the Contractor shall provide, and shall cause each subcontractor to provide, adequate employer's liability insurance for the protection of such of his employees as are not otherwise protected. Workers' Compensation: Statutory Amount Comprehensive General & Automotive Liability: $250,000 each person $500,000 aggregate Property Damage Liability: $100,000 aggregate 26. OTHER GENERAL CONDITIONS: 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 taxshaiinot,beinciudedin the,bidprice. 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. City of Fayetteville, AR Bid 22-40, Submersible Pump Page 11 of 17 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. NOTE: Any uncertainties shall be brought to the attention to Amanda Beilfuss immediately via telephone (479.575.8258) or e-mail (abeilfuss@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 Amanda Beilfuss, City of Fayetteville, Purchasing Agent via e-mail (abeilfuss@fayetteville-ar.gov) 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 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. City of Fayetteville, AR Bid 22-40, Submersible Pump Page 12 of 17 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. 27. 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. 28. ATTACHMENTS TO BID DOCUMENTS. N/A BID FORM CONTINUES ON NEXT PAGE City of Fayetteville, AR Bid 22-40, Submersible Pump Page 13 of 17 City of Fayetteville Bid 22-40, Submersible Pump Technical Specifications ALL BIDDERS SHALL COMPLETE THIS "TECHNICAL SPECIFICATIONS" SECTION WITH BID. FAILURE TO SUBMIT A RESPONSE ON THIS "TECHNICAL SPECIFICATION" FORM IN A COMPLETED FORMAT CAN RESULT IN BID REJECTION. BIDDING REQUIREMENTS: o NOTICE: THIS SECTION 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 "ides" indicating yes if the accompanied specification is met. In the event a specification cannot be met, bidder shall indicate so by writing in "no" and writing on the City's bid forms how the specification is not met or how the unit(s) bid differ from what has been specified. Leaving item blank shall indicate bidder does not meet the listed specification and can result in bidder DISQUALIFICATION. o Bidders shall NOT supply warranty papers for the City to interpret whether a warranty specification is met or not_ 1. GENERAL — Lift Station 12 has been upgraded with a semi -open submersible pump configuration with an internal control configuration. The first pump was installed with an integrated control system designed to work in concert with additional pumps. This Bid scope is for the purchase of a second pump with the same semi - open impeller system for the efficient movement of sewerage contaminated with fibrous materials (i.e. cleaning wipes). This pump shall also be able to integrate with the original control system installed with the first pump. 1.1 All unit(s) bid shall meet or exceed the minimum requirements, or they will be deemed incomplete and will not be considered for bid award. 1.2 All specifications written are to minimums, unless otherwise noted. 1.3 Bidder shall provide proof of insurance as required by the City of Fayetteville. Insurance shall include Worker's Compensation, $1,000,000 minimum General Liability, and automobile insurance. Certificate of Insurance shall list the City as an additional insured. 1.4 Unit shall be delivered FOB Destination to the City's Noland Wastewater Treatment Plant, 1400 N. Fox Hunter Rd., Fayetteville, AR 72701. 2. MANUFATURER/MODEL - 2.1 Unit described below shall have a semi -open, multi -vane, self-cleaning impeller designed to transport wastewater with fibrous materials (i.e. cleaning wipes). 2.2 Unit(s) bid shall be new, unused, and standard production model as offered for commercial trade. 2.3 Pump and motor shall be produced by the same manufacturer. City of Fayetteville, AR Bid 22-40, Submersible Pump Page 14 of 17 3. TECHNICAL SPECIFICATIONS 3.1 Pump: a Yes Pump shall be capable to lift 1400 USgpm at a total dynamic head of 200 feet. b Yes Hydraulic efficiency in this duty point shall be not less than 62% and approved according HI 11.6:2012 Grade 2B. C. Yes Pump shall be equipped with a 130 HP submersible electric motor, capable to operate on a 460 volt, 3 phases, 60 hertz voltage supply. d Yes pump shall be capable of operating in a continuous manner in liquids with temperatures of up to 104°F even when the motor is not submerged. e Yes The junction chamber containing the terminal board shall be hermetically sealed from the motor by an elastomeric compression seal. Connection between the cable conductors and stator leads shall be made with threaded compression type binding posts permanently affixed to a terminal board. f Yes pump shall be supplied with a Pump Electronic Module (PEM) mounted inside the motor. PEM shall collect, store, and digitize all measurement from all sensors and shall communicate the data in a digital format via 2 control leads integral to the pump power cable to a base unit mounted in a pump control cabinet to the central control unit. The signals from the sensors shall be digital and transferred by just 2 leads within the motor cable. An additional pilot cable shall not be allowed. The PEM shall have information about the pump as well as features for startup and service support, such as: • Pump serial number and other data plate information • Specific configuration of monitoring functions for the actual pump such as alarm limits, delays, reset types, etc. • Counters by which the system can generate service reminders in accordance with the service policy specified in the pump manual • Operating data and alarm history to analyze the condition of the pump and enable troubleshooting and reporting • Accumulated running time and number of starts • Pump duty rate (percentage of operation) g Yes Pump manufacturer shall supply a control system designed to monitor and control the pump. The monitoring system shall be mounted in the cabinet and contain base unit acting as a gateway between the pump and the Central Control Unit (CU). The CU shall be able to control up to 10 pumps. • Pump shall be connected by 2 control leads to the Base Unit (BU). The control leads shall be part of the motor cable. Additional pilot cable shall not be allowed. • Base Unit (BU) shall stop the pump if required by use of an interlocking relay and shall provide connections for optional measuring modules (i.e. power meter and other 1/0 modules). • Base Unit (BU) supplied with pump shall be compatible with the FLYGT MAS 801 Central Control Unit (CU) currently installed at LS12. Pump shall include BU but will utilize the existing CU. City of Fayetteville, AR Bid 22-40, Submersible Pump Page 15 of 17 3.2 Motor: a Yes Motor shall be induction type with a squirrel cage rotor, shell type design, and housed in an air -filled, watertight chamber. Pump shall be permanently submersible according to standard IEC 60034 and protection class IP 68. b Yes Motor shall be provided with an integral motor cooling system. • A stainless -steel cooling jacket shall encircle the stator housing, providing for dissipation of motor heat regardless of the type of pump installation. • The impeller, integral to the cooling system and driven by the pump shaft, shall provide the necessary circulation of the cooling liquid through the jacket. • The cooling liquid shall pass about the stator housing in the closed loop system in turbulent flow providing for superior heat transfer. • Cooling system shall have one fill port and one drain port integral to the cooling jacket. C. Yes Motor shall be capable of no less than 30 evenly spaced starts per hour and be able to Yes operate throughout the entire pump performance curve, from shut-off through run -out. d. The stator windings shall be insulated with moisture resistant Class H insulation rated for 356°F. e Yes Motor shall be protected by the following sensors: • 3 bi-metal thermal switches for thermal control of the slator • 1 PT 100 thermal sensor (RTD) to monitor the stator temperature of 1 winding • 1 PT 100 thermal sensor (RTD) to monitor the temperature of the main bearing • 1 vibration sensor to monitor vibration on 3 axes from 10 — 600 Hz • 1 float switch in leakage chamber to monitor leakage in the leakage chamber • 1 float switch in the terminal connection housing to monitor any leakage through the cables and the cable entries 3.3 Impeller: a. Yes Impeller shall be mounted on the motor shaft. Couplings shall NOT be accepted. b.-Te—s Impeller blades shall be self-cleaning upon each rotation as they pass across a sharp relief groove in the insert ring and shall keep the impeller blades clear of debris. Clearance between the insert ring and the impeller leading edges shall be adjustable. 4. WARRANTY 4.1 Pump shall be warranted against defects in materials and/or workmanship for a prorated 60 months (5 years). 4.2 Unless otherwise specified in this Bid Form, all other equipment shall be warranted for one (1) year or the manufacturer's standard warranty, whichever is rg eater. 4.3 Warranty shall include all parts, labor, and transportation to and from the location of the warranty service center. 4.4 Successful vendor shall be responsible for warranty administration of entire completed unit 4.5 Each unit shall be delivered with the following warranty documents which shall be placed into effect upon the first day of final acceptance of each unit: a. Yes Manufacturer's warranty which shall be honored at any local manufacturer -authorized dealership. City of Fayetteville, AR Bid 22-40, Submersible Pump Page 16 of 17 5. DELIVERY 5.1 Unit shall be delivered FOB Destination to the City's Noland Wastewater Treatment Facility, located at 1400 N. Fox Hunter Road, Fayetteville, AR 72701, for compliance review and final acceptance. 5.2 Unit shall be fully assembled, serviced, and ready for operation as delivered. 6. SUPPORT SERVICES 6.1 Vendor shall verify/inspect on -site that all connections and install are completed correctly. a Yes Vendor shall perform the on -site verification/inspection within 15 business days of notification from the City that installation is complete and ready for verification/inspection. END OF BID FORM City of Fayetteville, AR Bid 22-40, Submersible Pump Page 17 of 17 City of Fayetteville, Arkansas CITY OF Purchasing Division — Room 306 _ F E "Ir E I L L E 113 W. Mountain Fayetteville, AR 72701 4V L RCA t, SAS Phone: 479.575.8258 TDD (Telecommunication Device for the Deaf): 479.521.1316 INVITATION TO BID: Bid 22-40, Submersible Pump DEADLINE: Tuesday, June 14, 2022 before 2:00 PM, Local Time PRE -BID MEETING: Wednesday, June 1, 2022 at 10:00 AM, via Zoom PURCHASING AGENT: Amanda Beilfuss, abeilfuss@fayetteville-ar.gov DATE OF ISSUE AND ADVERTISEMENT: Sunday, May 22, 2022 INVITATION TO BID Bid 22-40, Submersible Pump No late bids will be accepted. Bids shall be submitted in one of the following methods: (1) through the City's third -party electronic bidding platform, or (2) delivering in person via sealed envelope to the City of Fayetteville Purchasing Division. Submitting through the City's electronic bidding platform is strongly encouraged. 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: Jack Tyler Engineering, Inc. Contact Person: Cory Gray E-Mail: Cgray@jteng.com Business Address: 6301 S University Ave. City: Little Rock State: Title: Operations Manager Phone: 501-562-2296 Arkansas Zip: 72209 Signature: Date: 6-13-2022 City of Fayetteville, AR Bid 22-40, Submersible Pump Page 1 of 17 City of Fayetteville Bid 22-40, Submersible Pump Advertisement City of Fayetteville, Arkansas INVITATION TO BID Bid 22-40, Submersible Pump The City of Fayetteville is seeking bids from qualified vendors for the purchase of one (1) Submersible Pump for Lift Station 12 located at 571 N. Double Springs Rd., Farmington, AR 72730. This bid is for the purchase of equipment only, Installation will be the responsibility of the City. Any questions concerning the bidding process should be directed to Amanda Beilfuss, City of Fayetteville Purchasing Agent, at abeilfuss@fayetteville-ar.gov or by calling (479) 575-8258. A non -mandatory Pre -Bid meeting will be held Wednesday, June 1, 2022 at 10:00 AM virtually via Zoom. Information regarding the pre -bid meeting is available on the project page on the City's electronic bidding platform. All interested parties are encouraged to attend. Bidding documents and addenda shall be obtained at the City of Fayetteville Purchasing Division's electronic bidding platform at www.favetteville-ar.gov/bids. All bids shall be received by Tuesday, June 14, 2022 before 2:00 PM, Local Time utilizing the electronic bidding software or by submitting a sealed physical bid to the City of Fayetteville, Purchasing Division address listed below. All bids are due before the time stated. Submitting a bid electronically is strongly encouraged. A public bid opening will be conducted shortly after the deadline at City Hall and livestreamed at https://www.youtube.com/user/citVoffaVettevillear. No late bids shall be accepted. The City of Fayetteville shall not be responsible for lost or misdirected bids, or for failure of proposer's technical equipment. City of Fayetteville Purchasing Division — Room 306 113 West Mountain Street Fayetteville, AR 72701 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. The City of Fayetteville reserves the right to waive irregularities, to reject bids, and to postpone the award of the Contract for a period of time which shall not exceed beyond ninety calendar days from the bid opening date. City of Fayetteville By: Amanda Beilfuss, Purchasing Agent P: 479.575.8258 abeilfuss@fayetteville-ar.Bov TDD (Telecommunications Device for the Deaf): (479) 521-1316 Date of advertisement: 05/22/2022 This publication was paid for by the Purchasing Division of the City of Fayetteville, Arkansas. Amount paid: $XXX.XX. City of Fayetteville, AR Bid 22-40, Submersible Pump Page 2 of 17 City of Fayetteville Bid 22-40, Submersible Pump Required Bid Form — Bid Signature & Online Submittal Reqirements EXECUTION OF BID: All bidders shall submit this section, executed and completed in full by an authorized agent of the bidder. Bidders shall also complete submission through the City's online bidding portal (www.fayetteville-ar.gov/bids) and complete and submit all required information, which may include: • Bid Attributes • Bid Line Items — Bidders shall bid on all line items and not submit partial bids • Response Attachments o Required Bid Form (this form, completed in its entirety) 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. PRICE: Bidders shall submit pricing on the City's online bidding portal (ww.fayetteville-ar.gov/bids) in the format presented online. Refer to the City's electronic bidding platform to submit bid pricing electronically. Contact the City Purchasing Division to obtain documents necessary to submit a physical sealed bid; however, all bidders are strongly encouraged to submit on the City's online bidding portal. Upon signing this Bid, the bidder certifies that: 1. Bidder 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. City of Fayetteville, AR Bid 22-40, Submersible Pump Page 3 of 17 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. b. Your signature below certifies that neither you nor your principal is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. City of Fayetteville, AR Bid 22-40, Submersible Pump Page 4 of 17 Unsigned bids will be rejected. Items marked * are mandatory for consideration. *NAME OF FIRM: Jack Tyler Engineering, Inc. Purchase Order/Payments shall be issued to this name *D/B/A or Corporation Name *BUSINESS ADDRESS: 6301 S. University Ave. *CITY: Little Rock *PHONE: 501-562-2296 *E-MAIL- cgray@jteng.com *BY: (PRINTED NAME) *AUTHORIZED SIGNATURE: *TITLE: Operations Manager Cory Gray UNIQUE ENTITY NUMBER: *TAX ID NUMBER: 71-0833610 Acknowledge Addendums: Addendum No. Dated: Addendum No. Addendum No. Addendum No. Dated: Dated: Dated: *STATE: AR *ZIP: 72209 501-562-4273 FAX: Acknowledged by: Acknowledged by: Acknowledged by: Acknowledged by: CAGE NUMBER: ALL BIDDERS SHALL COMPLETE THE "TECHNICAL SPECIFICATIONS" SECTION WITH BID. FAILURE TO SUBMIT A RESPONSE ON THE PROVIDED "TECHNICAL SPECIFICATIONS" FORM IN A COMPLETED FORMAT CAN RESULT IN BID REJECTION. City of Fayetteville, AR Bid 22-40, Submersible Pump Page 5 of 17 City of Fayetteville Bid 22-40, Submersible Pump General Terms and Conditions 1. SUBMISSION OF BID & BID EVALUATION: a. Bids shall be reviewed following the stated deadline, as shown on the cover sheet of this document. b. Bidders shall submit bids based on documentation published by the Fayetteville Purchasing Division. c. Bidding documents and addenda shall be obtained at the City of Fayetteville Purchasing Division's electronic bidding platform at www.fayetteville-ar.gov/bids. All bids shall be received by the deadline, utilizing the electronic bidding software or as stated in the bid advertisement. Submitting a bid electronically is strongly encouraged. A public bid opening will be conducted shortly after the deadline at City Hall and livestreamed at https://www.youtube.com/user/cityoffayetteviIlear. No late bids shall be accepted. The City of Fayetteville shall not be responsible for lost or misdirected bids, or for failure of proposer's technical equipment. d. The City will not be responsible for misdirected bids. Bidder should call the Purchasing Office at 479.575.8256 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, City of Fayetteville, AR Bid 22-40, Submersible Pump Page 6 of 17 size, design, and specification as to what has been specified, will be acceptable for consideration only if approved by the City of Fayetteville Purchasing Division. The City of Fayetteville reserves the right to accept or reject any requested equal. 4. RIGHTS OF CITY OF FAYETTEVILLE BID PROCESS: In addition to all other rights of the City of Fayetteville, under state law, the City specifically reserves the following: a. The City of Fayetteville reserves the right to select the bid that it believes will serve the best interest of the City. b. The City of Fayetteville reserves the right to accept or reject any or all bids. c. The City of Fayetteville reserves the right to cancel the entire bid. d. The City of Fayetteville reserves the right to remedy or waive technical or immaterial errors in the invitation to bid or in bids submitted. e. The City of Fayetteville reserves the right to request any necessary clarifications, additional information, or data without changing the terms of the bid. 5. COSTS INCURRED BY BIDDERS: All expenses involved with the preparation and submission of bids to the City, or any work performed in connection therewith, shall be borne solely by the bidder(s). No payment will be made for any responses received, or for any other effort required of, or made by, the bidder(s) prior to contract commencement. 6. CONFLICT OF INTEREST: a. The bidder represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance or services required hereunder, as provided in City of Fayetteville Code Section 34.26 titled "Authority of City Employee to Contract with the City'. b. All bidders shall promptly notify Amanda Beilfuss, 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) 575-8258 to ensure receipt of their submittal documents prior to opening time and date listed. City of Fayetteville, AR Bid 22-40, Submersible Pump Page 7 of 17 9. LOCAL, STATE, AND FEDERAL COMPLIANCE REQUIREMENTS: a. The laws of the State of Arkansas apply to any purchase made under this bid. Bidders shall comply with all local, state, and federal directives, orders and laws as applicable to this proposal and subsequent contract(s) including but not limited to Equal Employment Opportunity (EEO), Disadvantaged Business Enterprises (DBE), & OSHA as applicable to this contract. b. Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business enterprises. 10. PROVISION FOR OTHER AGENCIES: Unless otherwise stipulated by the bidder, the bidder agrees to make available to all Government agencies, 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. 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. City of Fayetteville, AR Bid 22-40, Submersible Pump Page 8 of 17 14. VARIANCE FROM STANDARD TERMS & CONDITIONS: All standard terms and conditions stated in this request for bid apply to this contract except as specifically stated in the subsequent sections of this document, which take precedence, and should be fully understood by bidders prior to submitting a proposal on this requirement. 15. ADA REQUIREMENT FOR PUBLIC NOTICES & TRANSLATION: Persons with disabilities requiring reasonable accommodation to participate in this proceeding/event, should call 479.521.1316 (telecommunications device for the deaf), not later than seven days prior to the deadline. Persons needing translation of this document shall contact the City of Fayetteville, Purchasing Division, immediately. 16. PROCUREMENT POLICY FOR RECYCLED MATERIALS: The City of Fayetteville wishes to encourage its bidders to use recycled products in fulfilling contractual obligations to the City and that such practices will serve as a model for other public entities and private sector companies. 17. PAYMENTS AND INVOICING: The bidder must specify in their bid the exact company name and address which must be the same as invoices 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. 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. City of Fayetteville, AR Bid 22-40, Submersible Pump Page 9 of 17 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. b. In the event of a corporate acquisition and/or merger, the Contractor shall provide written notice to the City within thirty (30) calendar days of Contractor's notice of such action or upon the occurrence of said action, whichever occurs first. The right to terminate this contract, which shall not be unreasonably exercised by the City, shall include, but not be limited to, instances in which a corporate acquisition and/or merger represent a conflict of interest or are contrary to any local, state, or federal laws. Action by the City awarding a proposal to a firm that has disclosed its intent to assign or subcontract in its response to the bid, without exception shall constitute approval for purpose of this Agreement. 20. NON-EXCLUSIVE CONTRACT: Award of this bid shall impose no obligation on the City to utilize the vendor for all work of this type, which may develop during the contract period. This is not an exclusive contract. The City specifically reserves the right to concurrently contract with other companies for similar work if it deems such an action to be in the City's best interest. In the case of multiple -term contracts, this provision shall apply separately to each item. 21. LOBBYING: Lobbying of selection committee members, City of Fayetteville employees, or elected officials regarding request for proposals, request for qualifications, bids or contracts, during the pendency of bid protest, by the bidder/proposer/protestor or any member of the bidder's/proposer's/protector'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. City of Fayetteville, AR Bid 22-40, Submersible Pump Page 10 of 17 24. INTEGRITY OF BID DOCUMENTS: Bidders shall use the original bid form(s) provided by the Purchasing Division and enter information only in the spaces where a response is requested. Bidders may use an attachment as an addendum to the bid form(s) if sufficient space is not available on the original form for the bidder to enter a complete response. Any modifications or alterations to the original documents by the bidder, whether intentional or otherwise, will constitute grounds for rejection of such response. Any such modifications or alterations a bidder wishes to propose shall be clearly stated in the bidder's response and presented in the form of an addendum to the original bid documents. 25. CERTIFICATE OF INSURANCE: The successful bidder shall provide a Certificate of Insurance in accordance with specifications listed in this request for proposal, prior to commencement of any work. Such certificate shall list the City of Fayetteville as an additional insured. Insurance shall remain valid, when applicable, throughout project completion. Certificates of insurance are to be addressed to the City of Fayetteville, showing that the contractor carries the following insurance which shall be maintained throughout the term of the bid. Any work sublet; the contractor shall require the subcontractor similarly to provide the same insurance coverage. In case any employee engaged in work on the project is not protected under Workers' Compensation, the Contractor shall provide, and shall cause each subcontractor to provide, adequate employer's liability insurance for the protection of such of his employees as are not otherwise protected. Workers' Compensation: Statutory Amount Comprehensive General & Automotive Liability: $250,000 each person $500,000 aggregate Property Damage Liability: $100,000 aggregate 26. OTHER GENERAL CONDITIONS: 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 taxshaiinot,beinciudedin the,bidprice. 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. City of Fayetteville, AR Bid 22-40, Submersible Pump Page 11 of 17 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. NOTE: Any uncertainties shall be brought to the attention to Amanda Beilfuss immediately via telephone (479.575.8258) or e-mail (abeilfuss@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 Amanda Beilfuss, City of Fayetteville, Purchasing Agent via e-mail (abeilfuss@fayetteville-ar.gov) 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 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. City of Fayetteville, AR Bid 22-40, Submersible Pump Page 12 of 17 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. 27. 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. 28. ATTACHMENTS TO BID DOCUMENTS. N/A BID FORM CONTINUES ON NEXT PAGE City of Fayetteville, AR Bid 22-40, Submersible Pump Page 13 of 17 City of Fayetteville Bid 22-40, Submersible Pump Technical Specifications ALL BIDDERS SHALL COMPLETE THIS "TECHNICAL SPECIFICATIONS" SECTION WITH BID. FAILURE TO SUBMIT A RESPONSE ON THIS "TECHNICAL SPECIFICATION" FORM IN A COMPLETED FORMAT CAN RESULT IN BID REJECTION. BIDDING REQUIREMENTS: o NOTICE: THIS SECTION 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 "ides" indicating yes if the accompanied specification is met. In the event a specification cannot be met, bidder shall indicate so by writing in "no" and writing on the City's bid forms how the specification is not met or how the unit(s) bid differ from what has been specified. Leaving item blank shall indicate bidder does not meet the listed specification and can result in bidder DISQUALIFICATION. o Bidders shall NOT supply warranty papers for the City to interpret whether a warranty specification is met or not_ 1. GENERAL — Lift Station 12 has been upgraded with a semi -open submersible pump configuration with an internal control configuration. The first pump was installed with an integrated control system designed to work in concert with additional pumps. This Bid scope is for the purchase of a second pump with the same semi - open impeller system for the efficient movement of sewerage contaminated with fibrous materials (i.e. cleaning wipes). This pump shall also be able to integrate with the original control system installed with the first pump. 1.1 All unit(s) bid shall meet or exceed the minimum requirements, or they will be deemed incomplete and will not be considered for bid award. 1.2 All specifications written are to minimums, unless otherwise noted. 1.3 Bidder shall provide proof of insurance as required by the City of Fayetteville. Insurance shall include Worker's Compensation, $1,000,000 minimum General Liability, and automobile insurance. Certificate of Insurance shall list the City as an additional insured. 1.4 Unit shall be delivered FOB Destination to the City's Noland Wastewater Treatment Plant, 1400 N. Fox Hunter Rd., Fayetteville, AR 72701. 2. MANUFATURER/MODEL - 2.1 Unit described below shall have a semi -open, multi -vane, self-cleaning impeller designed to transport wastewater with fibrous materials (i.e. cleaning wipes). 2.2 Unit(s) bid shall be new, unused, and standard production model as offered for commercial trade. 2.3 Pump and motor shall be produced by the same manufacturer. City of Fayetteville, AR Bid 22-40, Submersible Pump Page 14 of 17 3. TECHNICAL SPECIFICATIONS 3.1 Pump: a Yes Pump shall be capable to lift 1400 USgpm at a total dynamic head of 200 feet. b Yes Hydraulic efficiency in this duty point shall be not less than 62% and approved according HI 11.6:2012 Grade 2B. C. Yes Pump shall be equipped with a 130 HP submersible electric motor, capable to operate on a 460 volt, 3 phases, 60 hertz voltage supply. d Yes pump shall be capable of operating in a continuous manner in liquids with temperatures of up to 104°F even when the motor is not submerged. e Yes The junction chamber containing the terminal board shall be hermetically sealed from the motor by an elastomeric compression seal. Connection between the cable conductors and stator leads shall be made with threaded compression type binding posts permanently affixed to a terminal board. f Yes pump shall be supplied with a Pump Electronic Module (PEM) mounted inside the motor. PEM shall collect, store, and digitize all measurement from all sensors and shall communicate the data in a digital format via 2 control leads integral to the pump power cable to a base unit mounted in a pump control cabinet to the central control unit. The signals from the sensors shall be digital and transferred by just 2 leads within the motor cable. An additional pilot cable shall not be allowed. The PEM shall have information about the pump as well as features for startup and service support, such as: • Pump serial number and other data plate information • Specific configuration of monitoring functions for the actual pump such as alarm limits, delays, reset types, etc. • Counters by which the system can generate service reminders in accordance with the service policy specified in the pump manual • Operating data and alarm history to analyze the condition of the pump and enable troubleshooting and reporting • Accumulated running time and number of starts • Pump duty rate (percentage of operation) g Yes Pump manufacturer shall supply a control system designed to monitor and control the pump. The monitoring system shall be mounted in the cabinet and contain base unit acting as a gateway between the pump and the Central Control Unit (CU). The CU shall be able to control up to 10 pumps. • Pump shall be connected by 2 control leads to the Base Unit (BU). The control leads shall be part of the motor cable. Additional pilot cable shall not be allowed. • Base Unit (BU) shall stop the pump if required by use of an interlocking relay and shall provide connections for optional measuring modules (i.e. power meter and other 1/0 modules). • Base Unit (BU) supplied with pump shall be compatible with the FLYGT MAS 801 Central Control Unit (CU) currently installed at LS12. Pump shall include BU but will utilize the existing CU. City of Fayetteville, AR Bid 22-40, Submersible Pump Page 15 of 17 3.2 Motor: a Yes Motor shall be induction type with a squirrel cage rotor, shell type design, and housed in an air -filled, watertight chamber. Pump shall be permanently submersible according to standard IEC 60034 and protection class IP 68. b Yes Motor shall be provided with an integral motor cooling system. • A stainless -steel cooling jacket shall encircle the stator housing, providing for dissipation of motor heat regardless of the type of pump installation. • The impeller, integral to the cooling system and driven by the pump shaft, shall provide the necessary circulation of the cooling liquid through the jacket. • The cooling liquid shall pass about the stator housing in the closed loop system in turbulent flow providing for superior heat transfer. • Cooling system shall have one fill port and one drain port integral to the cooling jacket. C. Yes Motor shall be capable of no less than 30 evenly spaced starts per hour and be able to Yes operate throughout the entire pump performance curve, from shut-off through run -out. d. The stator windings shall be insulated with moisture resistant Class H insulation rated for 356°F. e Yes Motor shall be protected by the following sensors: • 3 bi-metal thermal switches for thermal control of the slator • 1 PT 100 thermal sensor (RTD) to monitor the stator temperature of 1 winding • 1 PT 100 thermal sensor (RTD) to monitor the temperature of the main bearing • 1 vibration sensor to monitor vibration on 3 axes from 10 — 600 Hz • 1 float switch in leakage chamber to monitor leakage in the leakage chamber • 1 float switch in the terminal connection housing to monitor any leakage through the cables and the cable entries 3.3 Impeller: a. Yes Impeller shall be mounted on the motor shaft. Couplings shall NOT be accepted. b.-Te—s Impeller blades shall be self-cleaning upon each rotation as they pass across a sharp relief groove in the insert ring and shall keep the impeller blades clear of debris. Clearance between the insert ring and the impeller leading edges shall be adjustable. 4. WARRANTY 4.1 Pump shall be warranted against defects in materials and/or workmanship for a prorated 60 months (5 years). 4.2 Unless otherwise specified in this Bid Form, all other equipment shall be warranted for one (1) year or the manufacturer's standard warranty, whichever is rg eater. 4.3 Warranty shall include all parts, labor, and transportation to and from the location of the warranty service center. 4.4 Successful vendor shall be responsible for warranty administration of entire completed unit 4.5 Each unit shall be delivered with the following warranty documents which shall be placed into effect upon the first day of final acceptance of each unit: a. Yes Manufacturer's warranty which shall be honored at any local manufacturer -authorized dealership. City of Fayetteville, AR Bid 22-40, Submersible Pump Page 16 of 17 5. DELIVERY 5.1 Unit shall be delivered FOB Destination to the City's Noland Wastewater Treatment Facility, located at 1400 N. Fox Hunter Road, Fayetteville, AR 72701, for compliance review and final acceptance. 5.2 Unit shall be fully assembled, serviced, and ready for operation as delivered. 6. SUPPORT SERVICES 6.1 Vendor shall verify/inspect on -site that all connections and install are completed correctly. a Yes Vendor shall perform the on -site verification/inspection within 15 business days of notification from the City that installation is complete and ready for verification/inspection. END OF BID FORM City of Fayetteville, AR Bid 22-40, Submersible Pump Page 17 of 17