HomeMy WebLinkAbout235-09 RESOLUTIONRESOLUTION NO. 235-09
A RESOLUTION AWARDING BID #09-67 AND APPROVING PURCHASE
OF THREE OVERHEAD ROLLING SERVICE DOORS FROM ROYAL
OVERHEAD DOOR, INC. IN THE AMOUNT OF $36,507.00 FOR USE AT
THE NOLAND WASTEWATER TREATMENT PLANT; APPROVING A
$2,500.00 CONTENGENCY; AND APPROVING A BUDGET ADJUSTMENT
OF $3,007.00
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
#09-67 and approves the purchase of three (3) overhead rolling service doors from Royal
Overhead Door, Inc. in the amount of $36,507.00 for use at the Noland wastewater treatment
plant.
Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a
contingency in an amount not to exceed $2,500.00 over the bid amount.
Section 3. That the City Council of the City of Fayetteville, Arkansas hereby approves a
budget adjustment of $3,007.00 from the wastewater treatment minor equipment account to the
wastewater treatment fixed asset account in order to provide sufficient funding for the purchase.
PASSED and APPROVED this 1S` day of December, 2009.
APPROVED:
By
L LD JO ' f , Mayor
ATTEST:
....... /TRlf
Ak•: G\T Y
_V••
:FAYETTEVILLE:
By: OiNCL
SONDRA E. SMITH, City Clerk/Treasurer
City of Fayetteville, Arkansas
Budget Adjustment Form
Budget Year
2009
Department: Operations
Division: Wastewater Treatment
Program: Wastewater Treatment Plant Capital
Date Requested
11/12/2009
Adjustment Number
Project or Item Added/Increased:
$3,006.75 is requested in the Wastewater Treatment
Capital account to cover all costs for the purchase and
installation of 3 overhead rolling service doors.
Project or Item Deleted/Reduced:
Reduce minor equipment for computer upgrades at the
wastewater treatment plant.
Justification of this Increase:
Funds are needed to cover expenses associated with
the purchase and installation of three overhead rolling
service doors These doors will replace the deteriorated
rolling service doors.
Justification of this Decrease:
Required computer upgrades have been made below
budget. Sufficient funding remains after this budget
adjustment to meet existing needs.
Account Name
Increase Budget
Account Number
Fixed Assets 5400 5800
Account Name
Minor Equipment
5801 00
Decrease Budget
Account Number
5400 5800 5210
Amount Project Number
3,007 02032 1
Amount Project Number
00 3,007 02071 1
Division Head
1
F Pirtrector
1/J%
or
ef o taff'
Worsr
mor
Date
Date
Date
11-11-zooq
Date
"A'
Date
/%�67Op
Date
V.090403
Budget & Research Use Only
Type: A B C D E
Requested By
General Ledger Date
Posted to General Ledger
Posted to Project Accounting
Initial Date
Initial Date
David Jurgens
Submitted By
City of Fayetteville Staff Review Form
City Council Agenda Items
and
Contracts, Leases or Agreements
01 -Dec -09
City Council Meeting Date
Agenda Items Only
Wastewater Treatment
Division
Action Required:
Utilities
Department
Approval of Bid #09-67 for the purchase and installation of three (3) overhead rolling service doors from Royal
Overhead Door Inc. for $36,507.00 plus a contingency amount of $2,500.00, and approve a budget adjustment for
$3,007.
$39,007.00
Cost of this request
5400.5800.5801.00
Account Number
02032
Project Number
47,025.75 Wastewater Treatment Bldg Imprvmts
Category / Project Budget
Program Category / Project Name
11,025.50 Wastewater Treatment
Funds Used to Date Program / Project Category Name
36,000.25 Water/Sewer
Remaining Balance Fund Name
Budgeted Item XX Budget Adjustment Attached
XX
Mo
Dep. �t Di�ctor
4� ‘1117e
"
C - Attorney
•
Finance and Internal Services Director
13AJOYCI
Date
1-1t -07
Date
11-IL-zOe
Date
Previous Ordinance or Resolution #
Original Contract Date:
Original Contract Number:
Received in
Mayor's Office
Comments:
Revised January 15, 2009
�.eVllle
CITY COUNCIL AGENDA MEMO
MEETING DATE OF DECEMBER 1, 2009
THE CITY OF FAYETTEVILLE, ARKANSAS
ARKANSAS
www.accessrayetteville.org
Tb:
Thru:
From:
Date:
Fayetteville City Council
Mayor Lioneld Jordan
Don Marr, Chief of Staff
David Jurgens, Utilities Director
Fayetteville Water and Sewer Comm
November 13, 2009
Subject: Approval of Bid #09-67 for the purchase and installation of three (3) overhead rolling service doors
from Royal Overhead Door Inc. for $36,507.00 plus a contingency amount of $2,500.00, and approve a budget
adjustment for $3,007.
RECOMMENDATION
Staff recommends approval of bid #09-67 for the purchase and installation of three (3) overhead rolling service
doors from Royal Overhead Door Inc. for $36,507.00 plus a contingency amount of $2,500.00, and approve a
budget adjustment for $3,007.
BACKGROUND
There are nine 16 tall by 14' wide garage style service doors at the Noland Wastewater Treatment Plant Farm
Site that were installed in 1988. The existing door slides, which keep the doors on track, are either broken or
worn out. This causes the doors to stick and/or jump off tracks when being closed. Employees have to get on
16' high ladders or lift devices in order to muscle the door back on track, creating a significant safety hazard. It
also makes the simple task of closing the door very time consuming. The worst three doors have already been
replaced; three are proposed for replacement under this bid.
DISCUSSION
The City received two bids on November 12, 2009. Royal Overhead Door Inc. is a properly licensed contractor,
and is the lowest qualified bidder.
Contractor
Manufacturer
Price
Rick Pershall Building
Cornell
$40,000.00
Royal Overhead Door
Cookson
$36,507.00
BUDGET IMPACT
$36,000.25 is available in the WWTP Building Improvements project. A budget adjustment for $3,007 from
wastewater minor equipment project is attached.
Telecommunications Device for the Deaf TDD (479)521-1316 113 West Mountain - Fayetteville, AR 72701
RESOLUTION NO.
A RESOLUTION AWARDING BID 09-67 AND APPROVING
PURCHASE OF THREE OVERHEAD ROLLING SERVICE
DOORS FROM ROYAL OVERHEAD DOOR, INC. IN THE
AMOUNT OF $36,507.00 FOR USE AT THE NOLAND
WASTEWATER TREATMENT PLANT; APPROVING A
$2,500.00 CONTENGENCY; AND APPROVING A BUDGET
ADJUSTMENT OF $3,007.00
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
09-67 and approves the purchase of three (3) overhead rolling service doors from Royal
Overhead Door, Inc. in the amount of $36,507.00 for use at the Noland wastewater treatment
plant.
Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a
contingency in an amount not to exceed $2,500.00 over the bid amount.
Section 3. That the City Council of the City of Fayetteville, Arkansas hereby approves a
budget adjustment of $3,007.00 from the wastewater treatment minor equipment account to the
wastewater treatment fixed asset account in order to provide sufficient funding for the purchase.
PASSED and APPROVED this 1st day of December, 2009.
APPROVED: ATTEST:
By: By:
LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer
City of Fayetteville Wie
Bid 09-67, Replacement of Rolling Service Doors Re -Bid
Contract Between City of Fayetteville and Royal Overhead Door, Inc.
This contract executed this 1day of Iyp.C.Bw,lon>, 2009, between the City of Fayetteville, Arkansas,
and Royal Overhead Door, Inc. In consideration of the mutual covenants contained herein, the parties
agree as follows:
Royal Overhead Door, Inc. at its own cost and expense shall furnish all labor, materials, supplies,
machinery, equipment, tools, supervision, bonds, insurance, tax permits, and all other accessories
and services necessary to complete items bid per Bid 09-67, Replacement of Rolling Service
Doors Re -Bid as stated in Royal Overhead Door, Inc. bid proposal, and in accordance with
specifications attached hereto and made a part hereof, all included herein as if spelled out word
for word.
2. The City of Fayetteville shall pay Royal Overhead Door, Inc. based on their bid proposal in an
amount not to exceed $36,507.00. Payments will be made after approval and acceptance of work
and submission of invoice Payments will be made approximately 30 days after receipt of
invoice.
The Contract documents which comprise the contract between the City of Fayetteville and Royal
Overhead Door, Inc. consist of this Contract and the following documents attached hereto, and
made a part hereof:
A. Bid form identified as Invitation to Bid 09-67 with the specifications and conditions
typed thereon.
B. Royal Overhead Door, Inc. bid proposal.
C. The Notice to Prospective Bidders and the Bid Tabulation.
4. These Contract documents constitute the entire agreement between the City of Fayetteville and
Royal Overhead Door, Inc. and may be modified only by a duly executed written instrument
signed by the City of Fayetteville and Royal Overhead Door, Inc.
5. Royal Overhead Door, Inc. shall not assign its duties under the terms of this agreement.
Royal Overhead Door, Inc. agrees to hold the City of Fayetteville harmless and indemnify the
City of Fayetteville, against any and all claims for property damage, personal injury or death,
arising from Royal Overhead Door, Inc. 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. Royal Overhead Door, Inc. shall famish 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 contract is not protected under Worker's Compensation
Insurance, Royal Overhead Door, Inc. 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.
Agreement - Page 1 of 2
Workmen's Compensation Statutory Amount
Comprehensive General &
Automobile Insurance
Bodily Injury Liability
$500,000 for each person injured.
$1,000,000 for each accident.
Property Damage Liability $1,000,000 aggregate.
The premiums for all insurance and the bond required herein shall be paid by Ronal Overhead
Door. Inc.
8. Royal Overhead Door, Inc. to furnish proof of licensure as required by all local and state
agencies.
9. This contract may be terminated by the City of Fayetteville or Royal Overhead Door, Inc. with
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 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.
Changes in Scope or Price: Changes, modifications, or amendments in scope, price or fees to
this contract shall not be allowed without a prior formal contract amendment approved by the
Mayor and the City Council in advance of the change in scope, cost or fees.
IN WITNESS WHEREOF, CITY OF FAYETTEVILLE, ARKANSAS by and through its Mayor, and
Ronal Overhead Door, Inc. by its authorized officer have made and executed this Agreement as of the
day and year first above written.
CITY OF
IAYETTE
LE ARKANSAS ROYAL I ERI-IEAD DOOR C
oon;
d Jordan,
Attest;
r
altAdi 41
Sondra Smith, City Clerk
llllllllllllllllll
teAA•p\TY 0 ..
;FAYETTEVILLE 1
llllll I iii 1111114444
Agreement - Page 2 of 2
By:
Attest:
Name an• Title
By:,//f(U5 V .
Creek .cbn.* 6R. Pt 5;Jer `L
Name and Titleit/��
444 ON wire &o&.d �j 4c CL
'p-rn Ade , AR._% 2 %t Z
-Business Address
Mayor: Department Director. Purchasing Manager.
Finance Si Internal Services Director: Budget Manager: IT Manager:
Dispatch Manager: Utilities Manager: Other.
lbShipping/Handling
Item Description !Quantity 'Unit of Issue Unit Cost Extended Cost Account Numbers ProjectiSibproject # 'Inventory # 'Fixed Asset #
Requester: Requesters Employee #: Exten4'onj Y
David Jurgens 490 I I 336
City: 'State: !Zip Code: 'Ship to code: IDN ad ASO I:
Springdale - \y71
Address: Fob Point: 1400 N Fax Hunter Rd TaxableQuotes Attached
444 Old Wire Road, Suite C1 Fayetteville, AR 72701 YeN\ A No:_IYes:_ No:x
Vendor #: Vendor Name: Mail r
NEW Royal Overhead Door Yes: x No:
All"purchases under $2500 shall be used on a P Card unless medical or 1099. service related. (Call x256 with questions),
ezm 44aAll PDbRequeshshaltbeseanned to. theAirehasing:e-mal: Porch`eling@cl/ayetteville.ar:us 4. ',:'f ,1
Overhead Door 3 ea 12,169.00 536,507.00 5400.5800.5801.00 V 2032
50.00
50.00
$0.00
50.00
50.00
50.00
50.00
50.00
50.00
Lot
O
C
O
Nov 1U 09 12:b1p Brin Shelby
479-927-9780 p.1
eville City of Fayetteville, Arkansas
Purchasing Division - Room 306
113 W. Mountain
Fayetteville, AR 72701
ARKANSAS Phone: 479.575.8220
TDD (Telecommunication Device for the Deaf): 479.521.1316
INVITATION TO BID: BID 09-67, Replacement of Rolling Service Doors Re -Bid
DEADLINE: Thursday, November 12 2009 at 3:00 PM, Central Standard Time
DELIVERY LOCATION: Room 306 —113 W Mountain, Fayetteville, AR 72701
PURCHASING AGENT: Andrea Foren, CPPB, aforen a ci fayetteville.ar.us, 479.575.8220
DATE OF ISSUE AND ADVERTISEMENT: 10/28/2009 and 11/04/2009
INVITATION TO BID
BID 09-67, Replacement of Rolling Service Doors Re -Bid
No late bids will be accepted. Bids shall be submitted in sealed envelopes labeled "Bid 09-67,
Replacement of Rolling Service Doors Re -Bid" with the name and address of the bidder.
All bids shall be submitted in accordance with the attached City of Fayetteville specifications and bid
documents attached hereto. Each bidder is required to fill in every blank and shall supply all
information requested; failure to do so may be used as basis of rejection.
The undersigned hereby offers to furnish & deliver the articles or services as specified, at the prices & terms stated
herein, and in strict accordance with the specifications and general conditions of bidding, all of which are made a part of
this offer. This offer is riot subject to withdrawal unless upon mutual written agreement by the Proposer/Bidder and City
Purchasing Manager.
Name of Firm: RD 1 lber k earl Door _LW
—
Contact Person. .Jfl (-) n L,--\cpldi. robe Title: 14 de pcs genre- 6 nmrYlert?c J
E -Mail: JohnweGj
oa.Ic rs•carvt Phone: JD/ -607-o S
/S
Business Address: q 4 4 DO t,'2 re Rood Side Ci,
City: Mede State: At-LvlS Zip: 72 761
� a
1� Date: /7 /a - ay
Signature:
City of Fayette (t'e, AR
Bid 09-67, Replacement of Rolling Service Doors Re -Bid
Page 1 of 11
Nov 10 09 12:53p Brin Shelby
479-927-9780 p.7
City of Fayetteville
Bid 09-67, Replacement of Rolling Service Doors Re -Bid
Bid Form (shall be submitted with all bids)
'NAME OF COMPANY: 1115103 ®ilenceDFiwr .INt6-• �/
'CONTACT NAME: ,M2t14 kt3c1Dlc ci4Je_ `TITLE:ge_ Pre eARA-+ C ,n .jert 4i
(
*BUSINESS ADDRESS: %7'y d A.A.
re goad Su
*E-MAIL ADDRESS:In� JOwkW e- t 6 ez\ckoors 4»n
*CITY: SprTIIJc eLJe -STATE: A-r%ns s *ZIP: A7479
*PHONE: lb? -Q2'7- f'9%O FAX: f799 9.27 -gni)
*ARKANSAS CONTRACTORS LICENSE#: 00ig4W7i0
ITEM: DESCRIPTION: QUANTITY: *PRICE EACH: 'TOTAL PRICE
Replace & Install Three (3) New 16' x 14' 1
Insulated Rolling Service Doors
*MANUFACTURER: COOISO✓l MODEL: f--6 wi'
$ i 7‘) l(61.00 $,Vel.00`J.00
*Total number of working days estimated to complete project:
7
*DATE REQUIRED FOR DOORS TO BE COMPLETELY INSTALLED: 90 DAY_ FROM DATE OF CITY
PURCHASE ORDER. CAN YOU COMPLY WITH THIS REQUIREMENT?
NO (circle one)
EXECUTION OF BID - Upon signing this Bid, the bidder certifies that he/she has read an • agrees to the requirements set forth
in this proposal, Including specifications, terms, standard conditions, and any pertinent information regarding the articles
being bid on. Bids must be submitted on this bid fonn In its entirety AND accompanied by descriptive literature on the
products being bid. If specifications of item bid differ from provided literature, deviation must be documented and certified by
the manufacturer as a regular production option. Unless otherwise noted and explained, the unit bid and listed meets or
exceeds all of these requirements as specified by The City of Fayetteville. The Bidder can and will comply with all
specifications and requirements for delivery, documentation and support as specified herein. Unsigned bids will be rejected.
Items marked * are mandatory for consideration.
C.7-01114. L4&bldr i
THORIZED BY
(471T -ED NAME)
*AGTHATURE
te Pres/den-4- CvniMerc;ctl les
*TITLE
l(/ is Ioc1
*DATE
All bids must be submitted no later than 3:00 P,M., Central Standard on or before November 12. 2009 to the City of Fayetteville,
Purchasing Office, Room 306, 113 West Mountain Street, Fayetteville, Arkansas, 72701 in a sealed envelope. Each bidder will be
required to meet or exceed the specifications attached. Any deviation must be noted with specifications attached to bid. This
bid is F.O.8 City of Fayetteville, Farm Site, 16464 Wyman Road, Fayetteville, AR 72701.
City of Fayetteville, AR
Bid 09-67, Replacement of Rolling Service Doors Re -Bid
Page 7 of 11
Nov 10 09 12:53p Brin Shelby
479-927-9780 p.8
City of Fayetteville
Bid 09-67, Replacement of Rolling Service Doors Re -Bid
Statement of Disclosure (shall be submitted with all bids)
ATTENTION: Failure to submit this form could result in Your bid being refected
DISCLOSURE STATEMENT:
Bidder must disclose any possible conflict of interest with the City of Fayetteville, including, but not
limited to, any relationship with any City of Fayetteville employee. Your response must 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, to your knowledge, 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.
This form must be completed and returned in order for your bid/proposal to be eligible for
consideration.
PLEASE CHECK ONE OF THE FOLLOWING TWO OPTIONS, AS IT APPROPRIATELY APPLIES
TO YOUR FIRM:
%` 1.) NO KNOWN RELATIONSHIP EXISTS
2.) RELATIONSHIP EXISTS (Please explain)
PLEASE FILL OUT THE SECTION BELOW AND SUBMIT THIS FORM WITH YOUR BID:
1.) I, as an officer of this organization, or per the attached letter of authorization, am duly authorized
to certify the information provided herein are accurate and true; and
2.) My organization shall comply with all State and Federal Equal Opportunity and Non -Discrimination
requirements and conditions of employment.
JD(1tn LA)&D/driCce
Printed b$ame
ure
/X /a -4S
Date
City of Fayetteville, AR
Bid 09-67, Replacement of Rolling Service Doors Re -Bid
Page 8 of 11
If
THE AMERICAN INSTITUTE OF ARCHITECTS
AIA Document A310
Bid Bond
BOND # OCBB11209R
KNOW ALL MEN BY THESE PRESENTS, that we
ROYAL OVERHEAD DOOR, INC.
P.O. BOX 386 10625 OTTER CREEK EAST BLVD. MABELVALE, AR 72103
Mere insert MI name and address or legal tide of Contractor)
as Principal, hereinafter called the Principal, and
OHIO CASUALTY INSURANCE COMPANY
136 NORTH THIRD STREET HAMILTON, OH 45025
a corporation duly organized under the laws of the State of Ohio as Surety, hereinafter called the Surety, are held and firmly bound
unto CITY OF FAYETTEVILLE
113 WEST MOUNTAIN, ROOM 372 FAYETTEVILLE, AR 72701
(Here insert full name ,and address or legal tide of Owner)
as Obligee, hereinafter called the Obligee, in the sum of Five percent of amount bid--- ($5%), for the payment of which sum well
and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and
assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid for
REPLACEMENT OF ROLLING SERVICE DOORS
(Here insert fill name, address and description of project)
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee
in accordance with the terms of such bid and give such bond or bonds as may be specified in the bidding or Contract Documents with
good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in
the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the
Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such
larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid then this
obligation shall be null and void, otherwise to remain in full force and effect.
Signed and sealed this 12th day of November, 2009
OHIO,CA A TY INSURAAE CCOPAN
�M�
aid; )
(Seal)
(Title) KIMBERLY L. BABBATTORNEY-IN-FACT
(Witness)
AL1 DOCUMENT A310- BID BOND AL1® FEBRUARY 1970 ED THE AMERICAN
INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W. WASHINGTON. D.C. 20006
WARNING: Unlicensed photocopying violates U.S. copyright laws and is subject to legal prosecution.
1
CERTWIED COPY OF POWER OF ATTORNEY
THE OHIO CASUALTY INSURANCE COMPANY
WEST AMERICAN INSURANCE COMPANY
No. 40-065
Know All Men by These Presents: That THE OHIO CASUALTY INSURANCE COMPANY, an Ohio Corporation, and WEST
AMERICAN INSURANCE COMPANY, an Indiana Corporation, pursuant to the authority granted by Article IH, Section 9 of the Code of Regulations and
By -Laws of The Ohio Casualty Insurance Company and Wen American Insurance Company, do hereby nominate, constitute and appoint: Daniel Michael
Babb, Kimberly L. Babb, James Alan Rogers or Mild Jean Rogers of Sherwood, Arkansas its true and lawful agent (s) and attorney (s) -in -fact, to
make, execute, seal and deliver for and on its behalf as surety, and as its act and deed any and all BONDS, UNDERTAKINOS, and RECOGNIZ.4NCES
excluding, however, any bond(s) or undertaking(s) guaranteeing the payment of notes and interest thereon
And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents
and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Companies at their administrative offices in
Fairfield, Ohio, in their own proper persons.
The authority granted hereunder supersedes any previous authority heretofore granted the above named attomey(s)-in-fact
In WITNESS WHEREOF, the undersigned officer of the said The Ohio Casualty Insurance Company and West American Insurance
Company has hereunto subscribed his name and affixed the Corporate Seal of each Company this 26th day ofJune, 2007.
„AQ.rn O Loa t?.n.f Q -
STATE OF OHIO,
COUNT OF BUTLER
Sent Lawrence, Assistant Sectetay
On this 26th day of June, 2007 before the subscriber, a Notary Public of the State of Ohio, in and for the County of Buda, duly commissioned and
qualified, came Sam Lawrence, Assistant Secretary of THE OHIO CASUALTY INSURANCE COMPANY and WEST AMERICAN INSURANCE
COMPANY, to me personally known to be the individual and officer described in, and who executed the preceding instrument, and he acknowledged the
execution of the same, and being by me drily swum deposes and says, that he is the officer of the Companies aforesaid, and that the seals affixed to the
preceding instrurttent are the Corporate Seals of said Companies, and the said Corporate Seals and his signature as officer were duly affixed and subscribed
to the said instrument by the authority and direction of the said Corporations.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal at the City of Hamilton, State of Ohio, the day and year first above
written.
Notary Public in and for County of Butler. State ofObio
b'HCournission expbes August 6. 2007.
This power of attorney is granted under and by authority of Article III, Section 9 of the Code of Regulations and By -Laws of The Ohio Casualty Insurance
Company and West American Insurance Company, extracts from which read:
Article III, Section 9. Appointment of A[torlevs-in-Fact The Chairman of the Board, the President, any Vice -President. the Seaetary or any
Assistant Secretary of the corporation shall be and is hereby vested with full power and authority to appoint attomeys-in-fact for the purpose of signing the
name of the corporation as surety to, and to execute, attach the seal of the corporation to, acknowledge and deliver any and MI bonds, recognisances,
stipulations, undertaL�os or other instruments of suretyship and policies of insurance to be given in favor of any individual, fon, corporation, partnership,
limited liability company or other entity, or the official representative thereof or to any county or state, or any official board or boards of any county or state,
or the United States of America or any agency thereof, or to any other political Subdivision thereof
This instrument is signed and sealed as authorized by the following resolution adopted by the Boards of Directors of the Companies on October 21, 2004:
RESOLVED, That the signature of any officer of the Company authorized. under Article III, Section 9 of its Code of Regulations and By-laws and the
Company seal may be affixed by facsimile to any power of attorney or copy thereof issued on behalf of the Company to make, execute, seal and deliver for
and on its behalf as surety any and all bonds, undertakings or other written obligations in the nature thereof, to prescribe their respective duties and the
respective limits of their authority: and to revoke any such appointment Such signatures and seal are hereby adopted by the Company as original signatures
and seal and shall, with respect to any bond, undertaking or other written obligations in the nature thereof to which it is attached, be valid and binding upon
the Company with the same force and effect as though manually affixed.
CERTIFICATE
I, the undersigned Assistant Secretary of The Ohio Casualty insurance Company and West American Insurance Company, do hereby certify that the
foregoing power of attorney, the referenced By -Laws of the Companies and the above Resolution of their Boards of Directors are true and correct copies and
are in full force and effect on this date. (/��
IJ' 1,1,
REOF, I have hereunto set my hand and the seals of the Companies this day i /J /,0 ,
Assistant Secretary
COOKSON
SERVICE DOORS
COUNTER DOORS
GRILLS
ELECTRIC OPERATORS
Contractors License:
AR: 39480708 MS: 15942
TO• City of Fayetteville
Royal
Overhead Door Inc.
TN: 0046538
444 Old Wire Road Suite Cl
Spnngdale AR 72764
PROPOSAL
PROPOSAL#
PHONE: (479) 927-9990
PHONE: (501) 607-0155
FAX: (479) 927-9780
DATE: 11/12/2009
JOB: Replacement Doors
DOORS
Qty.
Door Size
Model
Curtain
Guides
Hood
Oper.
Hand
Jamb
Extras
Unit Price
3
16' x 14'
FCWI
22 ga
3/16
Yes
Motor
RH
St!
Powder Coat
Insulated
OPERATORS
Qty.
Operator Model
H.P.
Volt
Phase
Operator Extras
Unit Price
3
GH75
3/4
115
1
With pneumatic safety edge.
Comments: Price includes installation, materials, equipment and performance bond.
THIS PRICE DOES NOT INCLUDE; CONDUIT, WIRES, WIRING OR HOOKUP FOR LOW VOLTAGE
(If required add $500.00 per door)
Terns:
DELIVERY NET TOTAL $36,507.00
This quotation is based on our present prices from Royal Overhead Door Inc. factory and' gad if accepted within 30 days Pram this date for delivery within 60 days from today. Orders placed after 30
days and for delivay after 60 days from today are subject to increase by amount our con is changed by announced price increases from Royal Overhead Door factory.
It is understood that these doors arc custom built for this purchaser and this contract shall constitute a present obligation to pay the entire price thereof It is further understood that this contract is not subject
to emcellation for any reason. Delivery shall be subject to the Acts of God, sWces, or other causes beyond the seller's control.
Purchaser further agrees that all doors are the property of the seller until fully paid for. ibis Sale Contract subject to acceptance by the seller at its Home Office.
THIS CONTRACT REPRESENTS THE ENTIRE AGREEMENT BETWEEN THE PARTIES HERETO.
OPENINGS ARE TO BE PREPARED BY OTHERS IN ACCORDANCE WITH OUR SPECIFICATIONS.
THE ABOVE PRICE DOES NOT INCLUDE GLASS, GLAZING, PAINTING, WIRES, WIRING, CONDUIT OR HOOKUPS, EITHER LOW VOLTAGE OR HIGH
VOLTAGE, UNLESS STATED.
ABOVE PROPOSAL IS MADE FOR PROMPT ACCEPTANCE.
WE CARRY CONTRACTORS' AND EMPLOYERS' LIABILITY AND WORKMAN'S COMPENSATION INSURANCE
WE ACCEPT THE ABOVE PROPOSAL: ROYAL OVERHEAD DOOR INC.
BY:
DATE:
BY:
John Wooldridge
The Cookson Company
Type FMWI - Motor (Gearhead - Vertical) Operated Insulated Service Doors
ColorCote Finish - Face of Wall Mounted - Featheredge
I --JAMB OPENING WIDTH --1
`—GUIDE OPENING WIDTH --1
Guide Detail
1-1/4'
Bottom Bar Detail
Slat Selection
J
Slat #45
7/8'
Determine Dimensions For Specfic Dom Size
1. From chat below select proper Area Number for width and
height of dour
2. Refer to Selection Chart la dimensions.
OONSON
MMMMMMMM
�'1vw000www UScrrvf,
mr_5 c62.n4
Earn Fr=pa
11'4143
wuuwwwMEMO Gp4tr,
wwnNUN lf. UAS2 1pT
ww.ww..YE MSKS2_234 4
4422492
aUting
Y. uwwsi a°
R']MMMM mememmtmr2
- t4
000wau0000w wow F' rJ'
.. NNN wwwwwwiiai um�2 mandri
nm
tommunna
.2202
wwwwwwwwuw01110.p(• =PR
0wwMwwM MMMMM9wMYwwOYb®6309
0 10 1 20 25
OPENING WIDTH IN FEET
00
AREA COMPONENT oeaR15IDNS
A B C D ;J Y
P;: 1.
4:3'L4
1511 171' RV 45'
1406 171' fi5' 45'
Ian' 141' fi5' 95'
mn• fon' AV
'•-e 21R 7111 SS 45'
`>&'•
227 tam 65' 45•
nn• n1• RV 45'
'•e'• nlr nn' 45• 4V
7411 M1' RV 45•
"1D•° 241r 251• 45' 45'
-11'. saw 911' 9S
22 Ga Exterior
MT=
25'
75•
97
27
27
art
7S
aR
3R
4rc
411
Ravis9rt May e. 2006
13.118
Type FMWI - Motor (Gearhead - Vertical) Operated Insulated Service Doors
ColorCote Finish - Face of Wall Mounted - Featheredge
1.0 GENERAL
1.1 Summary
A. All Rolling Insulated Service Doors shall be as manufactured
by The Cookson Company, Phoenix, Arizona. Furnished mate-
rials shall Include all curtains, bottom bars, guides, brackets,
hoods, operating mechanisms and any special features.
8. Work not to be Included by The Cookson Company includes
design of, material for, and preparation of door openings but
not limtted to structural or miscellaneous iron work, access
panels, finish painting, electrical wiring, conduit and discon-
nect switches.
1.2 Quality Assurance
A. Exterior rolling insulated service doors shall be designed to
withstand at least a twenty (20) pounds per square foot wind -
load. Wlndlocks shall be installed on doors over 16'1" wide.
B. All rolling insulated service doors shall be designed to a stan-
dard maximum of 25 cycles per day and an overall maximum
of 50,000 operating cycles for the life of the door.
2.0 PRODUCTS
2.1 Materials
A. The door curtain shall be constructed of interconnected strip
steel slats conforming to ASTM A-653. The slats shall be des-
ignated by The Cookson Company as No. 45 (measuring 3"
high by 7/8" deep) consisting of a 22 gauge exterior slat and
a 22 gauge interior slat separated by 13/16" of rigid insutation
for doors up to 24' wide, and 20 gauge exterior slat and a 22
gauge Interior slat separated by 13/16" of rigid insulation for
doors over 24' wide.
B. The finish on the door curtain shall be Cookson ColorCote
consisting of the following:
1. Hot dipped galvanized G-90 coating consistent with ASTM
A-653
2. Bonderized coating for prime coat adhesion
3. Factory applied Thermosetting Powder Coating applied
with a minimum thickness of 2 mils. The color shall be
selected by the architect and shall be chosen from [stan-
dard color chart] [custom color selection].
C. The bottom bar shall consist o1 two 1/8" steel angles
mechanically joined together and shall include the Cookson
Featheredge safety edge system. The finish on the bottom bar
shall be the Cookson ColorCote finish as indicated in the cur-
tain section.
D. The guides shall consist of 3 steel angles bolted together
with 3/8" fasteners to form a channel for the curtain to travel.
Extruded vinyl snap -on weatherstripping shall be furnished
continuously along the exterior leg of each guide. The wall
angle portion shall be continuous and fastened to the sur-
rounding structure with either minimum 1/2' fasteners or
welds, both on 36" centers. The finish on the guide angles
shall be the Cookson ColorCote finish as indicated in the cur-
tain section.
E. The brackets shall be constructed of steel not less than 1/4"
thick and shall be bolted to the wall angle with minimum 1/2"
fasteners. The finish on the brackets shall be the Cookson
ColorCote finish as indicated in the curtain section.
8.118
F. The barrel shall be steel tubing of not less than 6' In diam-
eter. Oil tempered torsion springs shall be capable of correctly
counter balancing the width of the curtain. The barrel shall be
designed to limit the maximum deflection to .03" per foot of
opening width. The springs shall be adjusted by means of an
exterior wheel. The finish on the barrel shall be one (1) coat of
bronze rust-Inhiblting prime paint.
G. The hood shall be fabricated from 24 gauge galvanized steel
and shall be formed to fit the curvature of the brackets. The
hood shall contain a waterproof baffle to control air Infiltration.
The finish an the hood shall be the Cookson ColorCote finish
as Indicated in the amain section.
2.2 Operation
A. The door shall be operated at a speed of 2/3 foot per second
by an open drip -proof electric motor with gear reducer in oil
bath. The motor operator shall include a geared limit switch,
and an electrically Interlocked emergency chain operator.
The motor starter shall be housed in a NEMA 1 housing and
include a magnetic reversing starter size 0, a 24 volt control
transformer, and complete terminal strip to facilitate field
wiring. The motor operator shall be activated by [a 3 button
push-button station) [other controls as selected] in a NEMA
1 enclosure. The motor shall be size as required by the door
[115 volts single phase] [230 volts single phase] [230 volts
three phase] [460 volts three phase]. The motor operator shall
be mounted to the door bracket as shown on drawings. Ag
motor operators shall be U.L listed.
B. The service door shall include the Featheredge rolling door
safety edge system as manufactured by The Cookson
Company and shall Include the following features:
1. The Featheredge shall be installed on the bottom bar of the
door and shall automatically reverse the door if the device
detects an obstruction in the downward travel of the door
2. The Featheredge shall consist of a rubber boot attached
below the bottom bar with an electrical switch secured to
the back of the bottom bar. The Featheredge shall operate
with air wave technology and shall not rely on pneumatic
pressure or electrical strip contacts to operate properly.
The Featheredge shall create an air wave that shall be
detected and reverse the direction of the rolling door.
3. The operation of the Featheredge shall not be subject to
interferences by temperature, barometric pressure, water
infiltration, or cuts in the rubber boot.
4. The Featheredge shall be connected to the motor operator
with a coil cord.
3.0 EXECUTION
3.1 Installation
A. All Cookson Rolling Insulated Service doors shall be installed
by an authorized Cookson distributor.
3.2 Warranty
A. All Cookson Rolling Insulated Service Doors shall be war-
ranted for a period of 2 years from the time of shipment against
defects in workmanship and materials.