Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutOrdinance 3607 ORDINANCE NO . 3607
AN ORDINANCE WAIVING THE REQUIREMENTS OF
COMPETITIVE BIDDING , AUTHORIZING A BUDGET
ADJUSTMENT
OF THEN CHUNIT A
COMPRESSOR MOTOR THE CHILLEROF
THE HVAC SYSTEM FOR THE AIRPORT TERMINAL
%boo BUILDING TO ARKANSAS MECHANICAL SERVICES .
bi
BE IT ORDAINED BY THE BOARD OF DIRECTORS OF THE CITY OF
FAYERTEVILLE , ARKANSAS :
Section 1 . That the Board of Directors hereby waives the
requirements of competitive bidding for repair of the compressor
motor in the 100 ton chiller unit for the airport terminal building
and awards the contract to Arkansas Mechanical Services for the
reasons that said requirements are not feasible or practical as the
unit is completely out of service ; Arkansas Mechanical Services
currently holds the maintenance contract for the airport terminal
building unit , Arkansas Mechanical Services discovered the problem
during the pre-season service check , and Arkansas . Mechanical
Services presently has the unit disassembled for inspection .
Section 2 . That the Board of Directors authorizes and
directs a budget adjustment in the � amount , of. $ 4 , 500 . 00 to be
transferred from the Airside Salaries Account , Acct , No . 555- 395- 5-
100 . 00 and $ 1 , 500 . 00 to be transferred from .Building Costs Account ,
Acct , No . 555- 396 - 5- 804 . 00 to _the. ..L• andside/Buildings and Grounds
Account , Acct . No . 555- 394 - 5- 400 . 00 .
Section 3 . The Board ' of6Directors hereby determines that
the City of Fayetteville is in immediate need to such repair of the
chiller unit of the HVAC system for the airport terminal building
and hereby determines that the immediate passage of this ordinance
is necessary for the public health , safety and welfare . Therefore ,
an emergency is hereby declared to exist and this ordinance being
necessary for the public health , safety and welfare shall be in
full force and effect from and after its passage and approval .
PASSED AND APPROVED this 15th day of April 1992 .
APPROVED :
Bye;/
Mayor
ATTEST :
By :
City Clebk
Cr&R IMICATE OF RECORD
State of Agr sm
0% of Rayettevillj SS
I, Sherry 'Thomas, City Clerk and $.
Officlo recorder for the City of
ldo 7syetteville,
foreg foregoing Is Of
that the
of record in my
Office and the same appears !n
Ordinance $c Resolution book X at
pageJ3 Witness m
seal this;f! �z day of y hind—and
and
19 9a
u "
City Clerk d 6z-Offlclo Reduiier
� 'ti
CITY OF FAYETTEVILLE , ARKANSAS
IN-YEAR BUDGET ADJUSTMENT
ADJUSTMENT I
BUDGET YEAR DEPT : Airport =4-13-92
INCREASE
DIV :
1992 PROG : Landside #394 ACCOUNT TITLE
PROJECT OR ITEM REQUESTED : Landside/Buildings & Grounds
Increase fund to cover expense of compressor motor repair
ACCOUNT NUMBER
555-394-5-400 . 00
JUSTIFICATION OF THIS INCREASE
The unit is currently out of service and will remain so AMOUNT
until repairs are made . The unit services the
commercial terminal building .
$6 , 000 . 00
DECREASE
PROJECT OR ITEM DELETED :
Partial salary expense for 1992 ACCOUNT TITLE
Partial expense of office renovation project
Airside Salaries
Building costs
ACCOUNT NUMBER
JUSTIFICATION OF THIS DECREASE
Ops . Supervisor position not filled until March, l6 , '.1992 ,' 555-395-5-100 . 00
leaves excess funds . 555-396-5-804 . 00
Office renovation not as extensive as orginally- designed/ AMOUNT
most work will be completed by " in house " staff . $4 , 500 . 00
$ 1 , 500 . 00
DATE BUDGET OFFICE USE ONLY
DATE OF APPROVAL
REQUESTED BY :
By Date
'BUDGET COORDIoNATOR : Entered
=" N 4-13-92
DEPARTMENT DIRECTOR: Posted
ADMIN . SERVICES DIR :
Type : A B CC) D E
CITY MANAGER : Total program adjustments to date :
$
Johnson Controls, Inc.
Systems and Services Division
501 A West Huntsville
Springdale, AR 72764
Tel. 501 /751 2001
APRIL 133 1992
J H NSON AIRPORT DEPARTMENT
CITY OF FAYETTEVILLE
CONTR �S 113 WEST MOUNTAIN
FAVETTEVILLELE9 AR 72701
PROJECT : AIR COOLED WATER CHILLER COMPRESSOR REPAIR -
DRAKE FIELD
WE PROPOSE TO FURNISH THE MATERIALS AND/OR PERFORM THE WORK
DESCRIBED BELOW FOR THE NET PRICE OF TEN THOUSAND EIGHT HUNDRED
FIFTY ONE AND NO /HUNDRED . . . . . . . . . . . . . . . . . . . . . DOLLARS ( $ 10 . 851 . 00 ) .
FOR THE PRICE ABOVE , . THIS PROPOSAL INCLUDES : LABOR , MATERIALS ,
AND EXPENSES TO REBUILD THE TRANE COMPRESSOR FOR THE AIR COOLED
WATER CHILLER . REBUILD PARTS WILL INCLUDE THE FOLLOWING :
QTY ITEM QTY ITEM
8 GASKET 50 CYLINDER LINER SPRINGS
200 SPRINGS 6 VALVE PLATE ASSEMBLIES
50 PINS 1 OIL PUMP
4 GALLONS TRANE OIL 2 CYLINDER LINER ASS ' BLY
18 0-RINGS 3 VALVE CAGE ASSEMBLIES
1 OIL FILTER 8 PISTON KITS
8 SUCTION / DISCHARGE
VALVE ASSEMBLIES
THIS PROPOSAL INCLUDES UP TO 50 POUNDS OF R22 REFRIGERANT TO TRIM
MACHINE CHARGE . ADDITIONAL REFRIGERANT , REPAIR LABOR , OR REPAIR
MATERIALS WILL BE BILLED AT OUR PREVAILING CUSTOMER SERVICE
RATES ,
THIS PROPOSAL DOES NOT INCLUDE : OVERTIME LABOR , STATE AND LOCAL
TAXES , ANY ADDITIONAL MATERIALS REQUIRED SUCH AS CRANKSHAFT , ETC .
WHICH DO NOT MEET TRANE SPECIFICATIONS FOR WEAR TOLERANCE WILL BE
BILLED IN ADDITION TO THIS PROPOSAL ,
THIS PROPOSAL IS VALID UNTIL MAY 13 , 1992 ,
JOHNSON CONTROLS , INC .
S NA7'UR
NAME : RANDY MOORE - AREA MANAGER
DATE : APRIL 13 , 1992
Form 975-B (Rev. 6188) (IMPORTANT: This proposal incorporates by reference the terms and conditions on the reverse side hereof.)
TERMS AND CONDITIONS
By accepting this proposal, Purchaser agrees to be bound by the following terms and conditions:
1 . SCOPE OF WORK. This proposal is based upon the use of straight time labor only. Plastering, patching and painting
are excluded. "In-line" duct and piping devices, including, but not limited to, valves, dampers, humidifiers, wells, taps,
flow meters, orifices, etc., if required hereunder to be furnished by Johnson, shall be distributed and installed by
others under Johnson's supervision but at no additional cost to Johnson. Purchaser agrees to provide Johnson with
required field utilities (electricity, toilets, drinking water, project hoist, elevator service, etc.) without charge. Johnson
agrees to keep the job site clean of debris arising out of its own operations. Purchaser shall not back charge Johnson
for any costs or expenses without Johnson's written consent.
Unless specifically noted in the statement of the scope of work or services undertaken by JCI under this agreement,
JCI's obligations under this agreement expressly exclude any work or service of any nature associated or connected
with the identification, abatement, clean up; control, removal, or disposal of environment Hazards or dangerous sub-
stances, to include but not be limited to asbestos or PCBs, discovered in or on the premises. Any language or provi-
sion of the agreement elsewhere contained which may authorize or empower the Purchaser to change, modify, or
alter the scope of work or services to be performed by JCI shall not operate to compel JCI to perform any work relat-
ing to Hazards without JCI's express written consent.
2. INVOICING & PAYMENTS. Johnson may invoice Purchaser monthly for all materials delivered to the job site or to an
off-site storage facility and for all work performed on-site and off-site. Purchaser shall pay Johnson at the time purch-
aser signs this agreement an advance payment equal to 10% of the contract price, which advance payment shall
be credited against the final payment (but not any progress payment) due hereunder and purchaser agrees to pay
Johnson additional amounts invoiced upon receipt of the invoice. Waivers of lien will be furnished upon request, as
the work progresses, to the extent payments are received. If Johnson's invoice is not paid within 30 days of its is-
suance, it is delinquent.
3. MATERIALS. If the materials or equipment included in this proposal become temporarily or permanently unavailable
for reasons beyond the control and without the fault of Johnson, then in the case of such temporary unavailability, the
time for performance of the work shall be extended to the extent thereof, and in the case of permanent unavailability,
Johnson shall (a) be excused from furnishing said materials or equipment, and (b) be reimbursed for the difference
between the cost of the materials or equipment permanently unavailable and the cost of a reasonably available sub-
stitute therefor.
4. WARRANTY. Johnson warrants that the equipment manufactured by it shall be free from defects in material and
workmanship arising from normal usage for a period of one (1 ) year from delivery of said equipment, or if installed by
Johnson, for a period of one (1 ) year from installation. Johnson warrants that for equipment furnished and/or installed
but not manufactured by Johnson, Johnson will extend the same warranty terms and conditions which Johnson re-
ceives from the manufacturer of said equipment. For equipment installed by Johnson, if Purchaser provides written
notice to Johnson of any such defect within thirty (30) days after the appearance or discovery of such defect,
Johnson shall, at its option, repair or replace the defective equipment. For equipment not installed by Johnson, if
Purchaser returns the defective equipment to Johnson within thirty (30) days after appearance or discovery of such
defect, Johnson shall, at its option, repair or replace the defective equipment and return said equipment to Purchaser.
All transportation charges incurred in connection with the warranty for equipment not installed by Johnson shall be
borne by Purchaser. These warranties do not extend to any equipment which has been repaired by others, abused,
altered or misused, or which has not been properly and reasonably maintained. THESE WARRANTIES ARE IN LIEU
OF ALL OTHER WARRANTIES, EXPRESS OR IMPLIED, INCLUDING, BUT NOT LIMITED TO, THOSE OF MER-
CHANTABILITY AND FITNESS FOR A SPECIFIC PURPOSE.
5. LIABILITY. Johnson shall not be liable for any special, indirect or consequential damages arising in any manner from
the equipment or material furnished or the work performed pursuant to this agreement.
6. TAXES. The price of this proposal does not include duties, sales, use, excise, or other similar taxes, unless required
by federal, state or local law. Purchaser shall pay, in addition to the stated price, all taxes not legally, required to be
paid by Johnson or, alternatively, shall provide Johnson with acceptable tax exemption certificates. Johnson shall pro-
vide Purchaser with any tax payment certificate upon request and after completion and acceptance of the work.
7. DELAYS. Johnson shall not be liable for any delay in the performance of the work resulting from or attributed to acts
or circumstances beyond Johnson's control, including, but not limited to, acts of God, fire, riots, labor disputes, condi-
tions of the premises, acts or omissions of the Purchaser, Owner, or other Contractors or delays caused by suppliers
or subcontractors of Johnson, etc.
8. COMPLIANCE WITH LAWS. Johnson shall comply with all applicable federal, state and local laws and regulations
and shall obtain all temporary licenses and permits required for the prosecution of the work. Licenses and permits of
a permanent nature shall be procured and paid for by the Purchaser.
9. ATTORNEYS' FEES. Purchaser agrees that he will pay and reimburse Johnson for any and all reasonable attorneys'
fees which are incurred by Johnson in the collection of amounts due and payable hereunder.
10. INSURANCE. Insurance coverage in excess of Johnson's standard limits will be furnished when requested and re-
quired. No credit will be given or premium paid by Johnson for insurance afforded by others.
11 . INDEMNITY. The Parties hereto agree to indemnify each other from any and all liabilities, claims, expenses, losses
or damages, including attorneys' fees, which may arise in connection with the execution of the work herein specified
and which are caused, in whole or in part, by the negligent act or omission of the Indemnifying Party.
12. OCCUPATIONAL SAFETY AND HEALTH. The Parties hereto agree to notify each other immediately upon becoming
aware of an inspection under, or any alleged violation of, the Occupational Safety and Health Act relating in any way
to the project or project site.
13. ENTIRE AGREEMENT. This proposal, upon acceptance, shall constitute the entire agreement between the parties
and supersedes any prior representations or understandings.
14. CHANGES. No change or modification of any of the terms and conditions stated herein shall be binding upon
Johnson unless accepted by Johnson in writing.
Johnson Controls, Inc.
Systems and Services Division
501 A West Huntsville
Springdale, AR 72764
Tel. 501 /751 2001
APRIL 139 1992
J H NSON AIRPORT DEPARTMENT
CITY OF FAYETTEVILLE
CONTR LS 113 WEST MOUNTAIN
FAYETTEVILLE , AR 72701
PROJECT : AIR COOLED WATER CHILLER COMPRESSOR
REPLACEMENT - DRAKE FIELD
WE PROPOSE TO FURNISH THE MATERIALS AND/OR PERFORM THE WORK
DESCRIBED BELOW FOR THE NET PRICE OF TWELVE THOUSAND ONE HUNDRED
EIGHTY-SEVEN AND NO / HUNDRED . . . . . . . . . . . . . . . . . DOLLARS ( $ 12 . 187 . 00 ) .
FOR THE PRICE ABOVEli THIS PROPOSAL INCLUDES : LABOR , MATERIALS ,
AND EXPENSES TO REPLACE THE TRANE COMPRESSOR FOR THE AIR COOLED
WATER CHILLER . REPLACEMENT WILL INCLUDE A REMANUFACTURED
COMPRESSOR WITH 90 DAY PARTS AND LABOR WARRANTY WITH AN ADDITIONAL
NINE MONTH MATERIAL WARRANTY , THE EXISTING COMPRESSOR WILL BE
RETURNED TO COMPRESSOR SUPPLIER FOR CORE EXCHANGE ,
THIS PROPOSAL INCLUDES UP TO 50 POUNDS OF R22 REFRIGERANT TO TRIM
MACHINE CHARGE , ADDITIONAL REFRIGERANT , REPAIR LABOR , OR REPAIR :
MATERIALS WILL BE BILLED AT OUR PREVAILING CUSTOMER SERVICE
RATES ,
THIS PROPOSAL DOES NOT INCLUDE : OVERTIME LABOR , STATE AND LOCAL
TAXES . ANY ADDITIONAL MATERIALS REQUIRED SUCH AS OPERATING AND
SAFETY CONTROLS , ETC , WHICH DO NOT MEET TRANE SPECIFICATIONS FOR
WILL BE BILLED IN ADDITION TO THIS PROPOSAL ,
THIS PROPOSAL IS VALID UNTIL MAY 13 , 1992 ,
JOHNSON CONTROLSv INC .
S SNATUR
NAME : RANDY MOORE - AREA MANAGER
DATE : APRIL 13 , 1992
Form 975-B (Rev. 6188) (IMPORTANT: This proposal incorporates by reference the terms and conditions on the reverse side hereof.)
TERMS AND CONDITIONS
By accepting this proposal, Purchaser agrees to be bound by the following terms and conditions:
1 . SCOPE OF WORK. This proposal is based upon the use of straight time labor only. Plastering, patching and painting
are excluded. "In-line' duct and piping devices, including, but not limited to, valves, dampers, humidifiers, wells, taps,
flow meters, orifices, etc., if required hereunder to be furnished by Johnson, shall be distributed and installed by
others under Johnson's supervision but at no additional cost to Johnson. Purchaser agrees to provide Johnson with
required field utilities (electricity, toilets, drinking water, project hoist, elevator service, etc.) without charge. Johnson
agrees to keep the job site clean of debris arising out of its own operations. Purchaser shall not back charge Johnson
for any costs or expenses without Johnson's written consent.
Unless specifically noted in the statement of the scope of work or services undertaken by JCI under this agreement,
JCI's obligations under this agreement expressly exclude any work or service of any nature associated or connected
with the identification, abatement, clean up, control, removal, or disposal of environment Hazards or dangerous sub-
stances, to include but not be limited to asbestos or PCBs, discovered in or on the premises. Any language or provi-
sion of the agreement elsewhere contained which may authorize or empower the Purchaser to change, modify, or
alter the scope of work or services to be performed by JCI shall not operate to compel JCI to perform any work relat-
ing to Hazards without JCI's express written consent.
2. INVOICING & PAYMENTS. Johnson may invoice Purchaser monthly for all materials delivered to the job site or to an
off-site storage facility and for all work performed on-site and off-site. Purchaser shall pay Johnson at the time purch-
aser signs this agreement an advance payment equal to 10% of the contract price, which advance payment shall
be credited against the final payment (but not any progress payment) due hereunder and purchaser agrees to pay
Johnson additional amounts invoiced upon receipt of the invoice. Waivers of lien will be furnished upon request, as
the work progresses, to the extent payments are received. If Johnson's invoice is not paid within 30 days of its is-
suance, it is delinquent.
3. MATERIALS. If the materials or equipment included in this proposal become temporarily or permanently unavailable
for reasons beyond the control and without the fault of Johnson, then in the case of such temporary unavailability, the
time for performance of the work shall be extended to the extent thereof, and in the case of permanent unavailability,
Johnson shall (a) be excused from furnishing said materials or equipment, and (b) be reimbursed for the difference
between the cost of the materials or equipment permanently unavailable and the cost of a reasonably available sub-
stitute therefor.
4. WARRANTY. Johnson warrants that the equipment manufactured by it shall be free from defects in material and
workmanship arising from normal usage for a period of one (1 ) year from delivery of said equipment, or if installed by
Johnson, for a period of one (1 ) year from installation. Johnson warrants that for equipment furnished and/or installed
but not manufactured by Johnson, Johnson will extend the same warranty terms and conditions which Johnson re-
ceives from the manufacturer of said equipment. For equipment installed by Johnson, if Purchaser provides written
notice to Johnson of any such defect within thirty (30) days after the appearance or discovery of such defect,
Johnson shall, at its option, repair or replace the defective equipment. For equipment not installed by Johnson, if
Purchaser returns the defective equipment to Johnson within thirty (30) days after appearance or discovery of such
defect, Johnson shall, at its option, repair or replace the defective equipment and return said equipment to Purchaser.
All transportation charges incurred in connection with the warranty for equipment not installed by Johnson shall be
borne by Purchaser. These warranties do not extend to any equipment which has been repaired by others, abused,
altered or misused, or which has not been properly and reasonably maintained. THESE WARRANTIES ARE IN LIEU
OF ALL OTHER WARRANTIES, EXPRESS OR IMPLIED, INCLUDING, BUT NOT LIMITED TO, THOSE OF MER-
CHANTABILITY AND FITNESS FOR A SPECIFIC PURPOSE.
5. LIABILITY. Johnson shall not be liable for any special, indirect or consequential damages arising in any manner from
the equipment or material furnished or the work performed pursuant to this agreement.
6. TAXES. The price of this proposal does not include duties, sales, use, excise, or other similar taxes, unless required
by federal, state or local law. Purchaser shall pay, in addition to the stated price, all taxes not legally required to be
paid by Johnson or, alternatively, shall provide Johnson with acceptable tax exemption certificates. Johnson shall pro-
vide Purchaser with any tax payment certificate upon request and after completion and acceptance of the work.
7. DELAYS. Johnson shall not be liable for any delay in the performance of the work resulting from or attributed to acts
or circumstances beyond Johnson's control, including, but not limited to, acts of God, fire, riots, labor disputes, condi-
tions of the premises, acts or omissions of the Purchaser, Owner, or other Contractors or delays caused by suppliers
or subcontractors of Johnson, etc.
8. COMPLIANCE WITH LAWS. Johnson shall comply with all applicable federal, state and local laws and regulations
and shall obtain all temporary licenses and permits required for the prosecution of the work. Licenses and permits of
a permanent nature shall be procured and paid for by the Purchaser.
9. ATTORNEYS' FEES. Purchaser agrees that he will pay and reimburse Johnson for any and all reasonable attorneys'
fees which are incurred by Johnson in the collection of amounts due and payable hereunder.
10. INSURANCE. Insurance coverage in excess of Johnson's standard limits will be furnished when requested and re-
quired. No credit will be given or premium paid by Johnson for insurance afforded by others.
11 . INDEMNITY. The Parties hereto agree to indemnify each other from any and all liabilities, claims, expenses, losses
or damages, including attorneys' fees, which may arise in connection with the execution of the work herein specified
and which are caused, in whole or in part, by the negligent act or omission of the Indemnifying Party.
12. OCCUPATIONAL SAFETY AND HEALTH. The Parties hereto agree to notify each other immediately upon becoming
aware of an inspection under, or any alleged violation of, the Occupational Safety and Health Act relating in any way
to the project or project site.
13. ENTIRE AGREEMENT. This proposal, upon acceptance, shall constitute the entire agreement between the parties
and supersedes any prior representations or understandings.
14. CHANGES. No change or modification of any of the terms and conditions stated herein shall be binding upon
Johnson unless accepted by Johnson in writing.
• ` STATE of ARKANSAS l
t ss.
County of Washington JJJ
\r
I, I�,) . 0. �1 (J IU' .i-1 hereby certify that I ' a
am the publisher of THE NORTHWEST ARKANSAS TIMES, a daily newspaper
having a second class mailing privilege, and being not less than four pages of five
columns each, published at a fixed place of business and at a fixed (daily) intervals
continuously in the City of Fayetteville. County of Washington, Arkansas for more
_ than a period of twelve months, circulated and distributed from an established place
ORDINANCE NO. 3607 \ of business to subscribers and readers generally of all classes in the City and County
AN ORDINANCE AUTHOR- for a definite price for each copy, or a fixed price per armum, which price was fixed
(ZING EMINENT DOMAIN
PROCEEDINGS FOR THE at what is considered the value of the publication, based upon the news value and ser-
CITY TO OBTAIN APPROXI- vice value it contains, that at least fifty percent of the subscribers thereto have paid
MATELY TWO ACRES . cash for their subscriptions to the newspaper or its agents or throe recognized news
TRACT' NO. O OWNED Pag through B
BY MR. & MRS. BUSTER dealers over a period of a least six months; and that the said newspaper publishes an
CARLISLE, WHICH IS PART average than for percent news matter.
OF THE AIRPORT FED- I ge omore tty
ERAL LAND ACQUISITIO'
PROJECT AREA. I further certify that the legal notice hereto attached in the matter of
BE IT ORDAINED BKt -I
THE 'BOARD OF, rry of ,{ 617 D LU
/� /d) -7
TORS OF TE CITU OF ' CR 11 �J(
F A E T T E V IL C E ,
ARKANSAS:
section 1 . That the r was published in the regular daily issue of said newspaper for
Board of Directors author-
izes and directs the city at- consecutive insertions as follows:
toiney of the City of Fayet- (� '�
Seville, ,:Arkansas to e initiate APPROVED: The first insertion On the �(n day of 19
legal . Arkansas
order initiate
ob-
tain property goaded for the B Fretl S. Vorsanger
airport federal land acquis4 �" ATTEST! the second insertion on the day of 19
bon project, on the property
described below: IBy: Sherry L. Thomas
Al Tract No. 59, owned City Clerk _ the third insertion on the day of 19
try Mr. and Mrs. Buster EXHIBIT 'A'
Carlisle. containing approxi- LEGAL DESCRIPTION
tt two acres, as more TRACT NO. 69: - and the fourth insertion on the day of 19
ftaN set forth in the legal Part of the Southwest
scn n attached hereto Quarter (SW 1/41 of the
end Fx'h%t 'A-. Southwest Quarter (SW
Section 2. The Board of 1/41 of Section Thirty-three
Directors hereby dater- 1331. Township Sixteen 1161
mines that the immediate North, Range Thirty 1307 Isher / Ian Manager
acquisition of the above- West, described as follows:
described property for the Beginning at a point on the , r
' airport federal land ecquisi- Center line of U.S.- Highway 'J�" f
tion project is necessary for No. 71 which is 125 feet Sworn to and subscribed before me on this day of
runway approach and trensi. South of the North line of
tional area protection/ said 40 acre tract, and run-
obstruction removal and is ning thence South 2' 24' I9
lessential for the public Westwith the center line
health. safety and wei of said Highway 125 feet:
Therefore, an emergency is thence West 675 feet to
hereby declared to exist the East right of way line
and this ordinance being of the St. Louis and San
necessary for the public Francisco Railroad; thence Lary Public
' health, safety and welfare Northeasterly with the East -
shall be in full force and of- line of said right of way
fact from and after Its Pas- 127 feet: thence East 700
sage and approval. feet to the point of begin- I My Commission Expires:
PASSED AND AP - ping, containing two 121
PROVED this 21st day of acres. more or
April, 1992.
Fees for Printing —
Cost of Proof $ 2
Total 03 ,
•
RECEIVED
a�
MAY 0 6 1992
FINANCE DEPT.
STATE of ARKANSAS 1
J} ss.
County of Washington C
I, S . I s,J. 3- 0 b /�/�
J ; hereby certify that I
am the publisher of THE NORTHWEST ARKANSAS TIMES, a daily newspaper
having a second class mailing privilege, and being not less than four pages of five
columns each, published at a fixed place of business and at a fixed (daily) intervals
continuously in the City of Fayetteville, County of Washington, Arkansas for more
than a period of twelve months, circulated and distributed from an established place
of business to subscribers and readers generally of all classes in the City and County
for a definite price for each copy, or a fixed price per annum, which price was fixed
at what is considered the value of the publication, based upon the news value and ser-
vice value it contains, that at least fifty percent of the subscribers thereto have paid
cash for their subscriptions to the newspaper or its agents or through recognized news
dealers over a period of a least six months; and that the said newspaper publishes an
average of more than forty percent news matter.
ORDINANCE NO. 3607 F A Y E 'T T E V 1 L L E , I I further certify that the legal notice hereto attached in the matter of
AN ORDINANCE WAIVING ARKANSAS: I
THE'- REQUIREMENTS OF'' section 1 . That the
COMPETITIVE ` BIDDING Board of Directors hereby t J t 1 A J—` I .rI I/` X r \ll LtYY
AUTHORIZING A BUDGET waives the requirements of /
A D J U S T M E N Y` AND competitive bidding for re-; was published in the re guar daily osaidnewspaper pair a the .compressor mo- P gldil Y iof sP Pcr for
AWARDING A- CONTRACT for in the 100 ton chiller consecutive insertions as follows:
COR, -REPAIR , OF" THE unit for the airport terminal ' r+�
COMPRESSOR MOTOR IN building and awards the T//.�'/— ��/q/ ��;; � �
THE CHILLER UNIT OF contract Arkansas Me- The first IrlsertlOnORthe day of 19
S
THE HVAC SYSTEM FOR chanical Services for the
THE AIRPORT TERMINAL , reasons that ..said require- ,
({.--UILDING TO ARKANSAS ments are - not feasible or the second insertion on the day Of 19
MECHANICAL 'SERVICES.`+ Practical as the unit is com-
BB IT ORDAINED BY pletely out of service: Ark- the third insertion On the da Of 19
THE BOARD OF DIREC- ansas Mechanical Services Y
TORS OF THE CITY OF currently holds the mainte-
nance contract for the air- and the fourth insertion on the day of 19
port terminal building unit;
Arkansas Mechanical Ser.
vices discovered the prob-
ism during the pre-season
Service check, and Arkansas
,Mechanical . Services pre- ; usher / General Manager
sently has the unit disas-
sembled for inspection.
Section 2. That the /
Board of Directors author- Swom to and subscribed before me on this day of
sizes and directs a budget
'adjustment in the amount ^� ,
;of $4.500.00 to betrans-
,ferred from the Airside So-
daries Account. Acct No.
' 555-395-5. 10o: 0o and
;$1 ,500.00 to be transferred ALI
.from Building Costs Ac-
count . Acct . No . r Notary Public
' 555-396-5-804.00 to the
.Landside/Buildings and
,Grounds Account.: Acct. No.
'555-394-5.40,0.00: My Commission Expires:
Section 3. The Board of
. Directors hereby deter- �O /
( mines that the City. of. Fay- / {/�
• etteville is in, immediate
: need to such repair of the
, chiller unit of the HVAC
' System for the airport ter-
minal building and hereby
determines- that the imme- Fees for Printing $
, diale passage of this ordi
• nance is necessary for the Cos[ of Proof $
public health; ,safety and
, welfare . Therefore , an
emergency is hereby dec- .fob $ Y
' lared to exist and this ordi-
nance being necessary for
, the public, health, safety
' and welfare shallrbe in full
' force and effect from and
. after its passage and
approval. -
PASSED AND AP -
PROVED this ':15th day ofp
, April. 1992. . •" E /� E 1 V G D
. . APPROVED:
By: Fred S. Vorsanger
ATTEST: Mayor MAY 13 .199?
. By: Sherry L Thomas
City Clark FINANCE
DEP;