Loading...
HomeMy WebLinkAbout04-05 RESOLUTIONRESOLUTION NO. 04-05 A RESOLUTION AWARDING BID #04-88 TO AIR WORKS DIVISION OF MULTI -CRAFT CONTRACTORS, INC. IN THE AMOUNT OF $49,442.00 FOR THE PURCHASE AND INSTALLATION OF A 25 -TON ROOFTOP HEATING AND AIR CONDITIONING UNIT AND REMOVAL OF THE EXISTING UNIT AT THE FAYETTEVILLE POLICE DEPARTMENT . BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: / 1 Section 1. That the City Council of the City of Fayetteville, Aransas, hereby awards Bid #04-88 to Air Works Division of Multi -Craft Contractors, Inc. in the amount of $49,442.00 for the purchase and installation of a 25 -ton rooftop heating and air conditioning unit and removal of the existing unit at the Fayetteville Police Department. A copy of the Contract, marked Exhibit "A" is attached hereto and made a part hereof. PASSED and APPROVED this 4th day of January 2005. ATTEST: By: Kc+ SONDRA SMITH, City Clerk APPROVED: By: DAN COODY, Mayor CV O``cRYJTZ914:11hj000ia 1 t. FAYETTEVILLE ; 7 5tkANSPpJ�- ... GI 1100 .nG`'`+,, • • • CONTRACT This contract executed this 1. day ofatelailber, 2004, between the City of Fayetteville, Arkansas,, and Pktc u ncKsAtu ok mu11•-C` ra(}- £,binkrac.&jCs In consideration of the mutual co\ enants contained herein, the parties agree as follows: fan- u5occitiv o4 mcc at its own cost and expense shall furnish all labor materials, supplies, machinery, equipment, tools, supen-ision. bonds, insurance, tax permits, and all other accessories and services necessary to complete items bid per bid 04-88 as stated in bid proposal, and in accordance with specifications attached hereto and made a part hereof under Bid #04-87, all included herein as if spelled out word for word. 04- % 2. The City of Faye e�ville shall pay ��td UYA- c, 1J based on their bid proposal in an amount not to exceed 4 L\ 4I , 03 . Payments will be made after approval and acceptance of cork and submission of invoice. Payments will be made approximately 30 days after receipt of invoice. The Contract documents r; hichggmprise the contract bet -ween the City of Fayetteville and PC c*, t \) o-{Cfd Consist of this Contract and the following documents attachecchereto, and made a part hereof: A. Bid form identified as Invitation to Bid 04-88 with the specifications and conditions typed thereon. B. Q,JhQCI. bid proposal. C. The Notice to Prospective Bidders and the Bid Tabulation. 4. These Contract dR,Qcuments constitute the entire agreement between the City of Fayetteville and 1 c 1,0x1{9,‘, - mcC, and may be modified only by a duly executed written instrument signed by the City of Fayetteville and { c k)fl Qs>cktQ o4niw 4 5. • • cif « rk5,4 t t) er1 McG it's duties under the terms of this agreement. shall not assign 6. ' 1 ' Arks div 84- C, agrees to hold the City of Fayetteville hartffess and indemnify the City of Fayetteville, against any and all claiips fo property damage, personal injury or death, arising from tborks, tti bic rnc-c, performance of this contract. This clause shall not in any form or manner be construed to waive that tort immunity set forth under Arkansas Law. 7. �U toerks, (�tl 11 tf 4 nryx, shall furnish a certificate of insurance addressed to the City of Fayetteville, showing that he carries the following insurance which shall be maintained throughout the term of the Contract. Any work sublet, the contractor shall require the subcontractor similarly to provide worker's compensation insurance. In case any employee engaged in work on the project under this Fontract is not protected under Worker's Compensation Insurance, Ptir ('R c)io / shall provide and shall cause each Subcontractor to provide adequate empl yer's liability insurance for the protection of such of his employees as are not otherwise protected. Workmen's Compensation Statutory Amount Comprehensive General & Automobile Insurance Bodily Injury Liability 5250,000 for each person injured. 5500,000 for each accident. Property Damage Liability 5500,000 aggregate. The premiums for all insurance and the bond required herein shall be paid by Contractor. S. P\C \Ooc1LS d1V tflt_.L, to furnish proof of licensure as required by alllocal4} and state agencies. 9. This c°ptra;}tmay be terminated by the City of Fayetteville or %v UjorK5A, U d(WV,Cwith 10 days written notice. 10. Freedom of Information Act: City of Fayetteville contracts and documents prepared while performing city contractual work are subject to the Arkansas 5 r • 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 photo coping costs pursuant to the FOIA may be assessed for this compliance. %WiLl);ESS OUR HANDS THIS `74 k DAY OF `�.%%%%%%%�K/TR�'fr.. c \ Y S . • •FAYETTEVILLE• • %;7?9:;KANSP�: Jam. \°'y/NGTON U,`` "nun,,,, ATTEST: 200$' CITY OF FAYETTEVILLE, FAYET aVILLE, AKANSA BY: CITY CLERK SIGNATURE: MAYOR AUTHORIZED CONTRACTOR BY: Rick \NAME A D TI�LEf e5i4Pn+ ATTEST: 6 COMPANY SECRETARY 111k &ft (.300 useqri 1� BUSINESS A RESS (GU11140:a111E1 lit & IIllWillY.'111i '/flat+(1lial#:111GV1e11#61111y1/fGVIIIll AlWaU1G: lift. HilW&1111.ttllld:t1111M111111/ :y11fw1 t r11+ in UNITED as coroporation the as Forty Dollars personal with hereinafter on suffer which persons persons obligation, in full or A.C.A. proceeding Contract the on the from being 4t We Principal, State City of Obligee, ($ Principal Owner Purchase existing THE his part by the force No suit, proceeding Section Any giving the part Surety their hereby In no Executed .ARKANSAS Airworks hereinafter organized of Fayetteville hereinafter Nine 49,442.00 representatives, for unit referred CONDITION and reason Owner all indebtedness shall subject and action shall falls alterations by the of or liability event t STATES STATUTORY Division of called and existing Arkansas, as Surety, called Thousand Four Hundred ), for successors has by written agreement and Installation at the Fayetteville to as the OF THIS shall fully indemnify of failure so may incur in for labor have a direct right to the Owner's effect. or proceeding shall be brought 22-9-403 (b) and be brought by due. which may Owner of any either the Owner Sureties, or either hereunder, notice waived. shall the aggregate on this 28 th r FIDELIS Multi -Craft Principal, under hereinafter Owner, in Forty the payment and of a 25ton Police Contract. OBLIGATION and to do and making or materials of action priority, shall be on this A.C.A. the Owner be made extension or the or any to the liability PAYMENT AND and firmly Surety firmly unit reference shall all cost the that said jointly and the State it 1987) as on or in the the Contract, in any alteration, set of Multi Y . ..... COMPANY BOND# 400TC2138 BOND GUARANTY COMPANY, a and authorized to do business bound unto bind themselves their heirs, PERFORMANCE Contractors, and UNITED the the amount Two assigns, dated rooftop Department is save shall good any furnished against then brought bond except Section after in the of time Principal of them, Surety of the day of `=1'r y. Inc., laws of the called of & no/100 whereof jointly January heating , which such that harmless fully reimburse such the this' obligation on this by 18-44-503 two years terms of for the to the their heirs, or Sureties Surety January By UNITED By. UARANTY AND Springdale, Arkansas STATES FIDELITY State of Maryland Surety, are held Principal and and severally, 4, 2005 and air conditioning contract is by if the Principal the Owner from and repay default, and, further, or performed under Principal and Surety, shall be null bond outside the Owner, unless (b) (Supp. from the date the Contract, performance of other shall not personal representatives, of any such exceed the sum works Division Airw / q / y,� lJG �4G by these presents. entered into and removal of made a part faithfully perform and damage Owner all outlay if the Principal Contract, failing and severally, void; otherwise it of Arkansas. is brought in accordance amended. No which final payment work to be done or any other way release the successors extension or out herein. 10(20Q5 -Craft Contractors, a contract hereof, and is the Contract which he may and expense shall pay all which such under this shall remain No suit, action with suit, action or under the under it or forberance Principal and or assigns forbearance Inc. Principal • COMPANY Sure L GU ... . Attorn ST IDEL I.1... L in -fact Witness ' .. Tabatha Mood 41c:7DrlHPR:AJitt t lG7/J ftlKtlilC71/flt:P 11R 71J lR , ;:! lulu llllb'11tRCmmP " ; Utdk> aa 17QCP1Afftt STPAUL TRAVELERS Bond Number 400TC2138 IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE On November 26, 2002, President Bush signed into law the Terrorism Risk Insurance Act of 2002 (the "Act") The Act establishes a short-term program under which the Federal Govemment will share in the payment of covered losses caused by certain acts of international terrorism. We are providing you with this notice to inform you of the key features of the Act, and to let you know what effect, if any the Act will have on your premium. Under the Act, insurers are required to provide coverage for certain losses caused by international acts of terrorism as defined in the Act. The Act further provides that the Federal Government will pay a share of such losses. Specifically, the Federal Government will pay 90% of the amount of covered losses caused by certain acts of terrorism which is in excess of an insurer's statutorily established deductible for that year. The Act also caps the amount of terrorism -related losses for which the Federal Government or an insurer can be responsible at $100,000,000,000.00, provided that the insurer has met its deductible. Please note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or bond being quoted) Please also note that no separate additional premium charge has been made for the terrorism coverage required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbedded in your overall premium, and is no more than one percent of your premium. TLT-1018 (9/04) Meallb l POWER OF ATTORNEY Seaboard Surety Company St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Power of Attorney No. 22554 United States Fidelity and Guaranty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Certificate No. 2003525 KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York. and that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, and that United States Fidelity and Guaranty Company is a corporation duly organized unde the laws of the State of Maryland, and that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"). and that the Companies do hereby make, constitute and appoint Fred Stone, Warren T. Baldwin, Jr., William Brookshire, Tabatha Moody, Debbie Kelm and Beth Richardson Springdale Arkansas of the City of State , their true and lawful Aaomey(s)-in-Fact, each in their separate capacity if more than one is named above. to sign its name as surety to, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,. guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakingslreequiied orermitted in ny actions or proceedings allowed by law. ! �.� IN WITNESS WHEREOF, the Companies have caused this instrumentltlttot1he' signedyand sealed th\)12th is — day of December 2003 ON7 Seaboard Surety Company 4t�) %� l; United States Fidelity and Guaranty Company St. Paul Fire and Marine Insurance Compa y, f OV. Fidelity and Guaranty Insurance Company St. Paul Guardian Insurance Coompa - `f� L ^4R Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Mercury Insurance Company vM9>9 State of Maryland City of Baltimore PETER W. CARMAN, Vice President & THOMAS E. HUIBREGTSE, Ascista it Secretary On this 12th day of December 2003 before me, the undersigned officer, personally appeared Peter W. Carman and Thomas E. Huibregtse, who acknowledged themselves to he the Vice President and Assistant Secretary, respectively, of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc.; and that the seals affixed to the foregoing instrument are the corporate seals of said Companies; and that they, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing the names of the corporations by themselves as duly authorized officers. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 1st day of July, 2006. \6203 Rev. 7-2002 Printed in U.S.A. REBECCA EASLEY-ONOKALA, Notary Public • This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company. United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company. and Fidelity and Guaranty Insurance Underwriters, Inc. on September 2, 1998, which resolutions are now in full force and effect, reading as follows: RESOLVED, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments relating to said business may be signed, executed, and acknowledged by persons or entities appointed as Attomey(s)-in-Fact pursuant to a Power of Attorney issued in accordance with these resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman, or the President, or any Vice President, or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attomey(s)-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and subject to any limitations set forth therein, any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company, and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached; and RESOLVED FURTHER, that Attorney(s)-in-Fact shall have the power and authority, and, in any case, subject to the terms and limitations of the Power of Attorney issued them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and other writings obligatory in the nature thereof, and any such instrument executed by such Attomey(s)-in-Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. I, Thomas E. Huibregtse, Assistant Secretary of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I hereunto set my hand thisXelk— day of ms f92 J ul..s E-ALAT icer f n W Ixirp e Y Ix•n �aSE ALJo' \SEAN° �r"e" ` �s: "+'� 'r Ml Axpis' 1' r 1+r '-' �, Thomas E. Huibregtse, Assistant Se retary To verify the authenticity of this Power of Attorney, call 1-800-02113880 and ask for thetower _of Attorney clerk. Please refer to the Power of Attorney number, the above-named individuals and the details of the bond to which the powerls attached " i r v cfr 2 FAYETTEV1LE THE CITY OF FAYFTTFVILLF, ARKANSAS DEPARTMENTAL CORRESPONDENCE ems - • //y/a5 ani-oS A,r kb s /)/away/. htai ` air TO: Mayor Coody and Members of the City Council FROM: Frank Johnson, Chief of Police DATE: December 9, 2004 SUBJECT: Approval of Contract to Replace HVAC Police Department RECCOMENDATION: Council accepts bid # 04-88 and authorize Mayor Coody to issue a purchase order to Air Works for the replacement of the heating and air conditioning unit on the second floor of the Police Department totaling $49,442.00. BACKGROUND: The Fayetteville Police is housed in a building renovated during 1993.. The current heating and air conditioning system for the major portion of the building was in place at the time of the renovation. The refrigerant coil is leaking and cannot be repaired or replaced due to the lack of space where the unit is located. This bid is for one of two existing units. The unit supplying service for the first floor is currently working. Green — Anderson Engineering firm reviewed our current system for the second floor and created the specifications contained in this contract. DISCUSSION: This bid provides for a 25 -ton roof top unit utilizing gas for heat and electricity for cooling and removing the old system from the mechanical room. The ductwork will also be modified for improved efficiency. Duct mounted smoke detectors and fire dampers will be installed. The provisions of this bid will provide a complete and operating mechanical system with a 1 -year full parts and labor warranty. BUDGET IMPACT: The total cost of $49,442.00 for this project is included in the Sales Tax Capital Improvement Fund within the Building Improvements project. The Budget & Research Division has reviewed funding for this project. This procurement followed the existing City policies and utilizes a contract form approved by the City Attorney's Office. • • RESOLUTION NO. A RESOLUTION AWARDING BID #04-88 TO AIR WORKS DIVISION OF MULTI -CRAFT CONTRACTORS, INC. IN THE AMOUNT OF $49,442.00 FOR THE PURCHASE AND INSTALLATION OF A 25 -TON ROOFTOP HEATING AND AIR CONDITIONING UNIT AND REMOVAL OF THE EXISTING UNIT AT THE FAYETTEVILLE POLICE DEPARTMENT . 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 #04-88 to Air Works Division of Multi -Craft Contractors, Inc. in the amount of $49,442.00 for the purchase and installation of a 25 -ton rooftop heating and air conditioning unit and removal of the existing unit at the Fayetteville Police Department. A copy of the Contract, marked Exhibit "A" is attached hereto and made a part hereof. PASSED and APPROVED this 4th day of January 2005. APPROVE ATTEST:.! DAN'COODY, Mayo B� SONDRAf'SMITI'I,. City `Cie • PROPOSAL FORM OG arei bk&3 ?lice ' �f The Bidder understands the City of Fayetteville reserves the right to reject any or all bids and to waive formalities deemed to be in the City's best interest. Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the schedule closing time for receiving bids. Bid Price Per Specifications: TAa•Go Anticipated Number of Days to Complete Project: 100 CONTRACTORS NAME CONTRACTORS LICENSE # CONTACT PERSON TITLE ADDRESS TELEPHONE EMAIL ADDRESS AUTHORIZED SIGNATURE: 1, All inclusive bids must be submitted no later than November 23, 2004 at 2:30 p.m., to the City of Fayetteville, Purchasing Office, Room 306, 113 West Mountain Street, Fayetteville, Arkansas, 72701 in a sealed envelope marked "Bid 04-88, HVAC Renovation" Each bidder will be required to meet or exceed the specifications attached. Any deviation must be noted with specifications attached to bid. Questions related to the bidding process should be directed to Ben Bell, City of Fayetteville Purchasing Division, (479) 575-8220, or by e-mail bbell@ci.favetteville.ar.us. / uoi;enoueN 3VAH n -:03 ).§2 o§§t ; ®2° § E § • City of Fayetteville • Staff Review Form City Council Agenda Items Contracts Frank Johnson Submitted By 4 -Jan City Council Meeting Date Police Police Division Action Required: Department City Council accept Bid #04-88 and authorize Mayor Goody to sign contract for the purchase and installation of 25 ton roof top heating and airconditioning unit and removal of existing unit. $49,442.00 Cost of this request 4470-9470-5$01.00 Account Number 02046 Project Number Budgeted Item X 280,681.00 Category/Project Budget $ 167,843.00 Funds Used to Date 112,838.00 Building Improvements Program Category / Project Name Building Improvements Program / Project Category Name Sales Tax Construction Fund Remaining Balance Fund Name Budget Adjustment Attached ma-;( drt 4j Dep ment Dir i D p tor City Attorney WAfiLyD Finance an. Internal Service Director 099 Date Mayor Date a Comments: Previous Ordinance or Resolution # Original Contract Date: Original Contract Number: Received in City Clerk's Office Receivedi Mayor's Office is/at/'q 3 Clarice Pearman - Air Works/Multi-Craft tractors From: Clarice Pearman To: Johnson, Frank Subject: Air Works/Multi-Craft Contractors Attached is the resolution passed by the City Council on January 4, 2005 regarding the replacement of heat & air unit at the police department by Air Works. Also attached is the agreement for said purposes.