Loading...
HomeMy WebLinkAbout184-10 RESOLUTIONRESOLUTION NO. 184-10 A RESOLUTION AWARDING BID #10-59 AND AUTHORIZING A CONTRACT WITH CARRIER CORPORATION IN THE AMOUNT OF $58,620.00 FOR THE PURCHASE AND INSTALLATION OF HEATING AND AIR CONDITIONING IMPROVEMENTS FOR THE POLICE DEPARTMENT BUILDING 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 #10-59 and authorizes a contract, a copy of which is attached as Exhibit "A," with Carrier Corporation in the amount of $58,620.00, for the purchase and installation of heating and air conditioning improvements for the Police Department building. PASSED and APPROVED this 2nd day of November, 2010. APPROVED: B ATTEST: By: A&dt AVaL SONDRA E. SMITH, City Clerk/Treasurer City of Fayetteville Bid 10-59, Construction — Police Department HVAC Improvements Contract — Between City and Contractor This contract executed this ,, 44ay of /V4tl4Jc.,,, 2010, between the City of Fayetteville, Arkansas, and Carrier Corporation. In consideration of the mutual covenants contained herein, the parties agree as follows: 1. Carrier Corporation 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 10-59 as stated in Carrier Corporation bid proposal, and in accordance with specifications attached hereto and made a part hereof under Bid 10-59, all included herein as if spelled out word for word. 2. The City of Fayetteville shall pay Carrier Corporation based on their bid proposal in an amount not to exceed $58,620.00. 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. 3. The Contract documents which comprise the contract between the City of Fayetteville and Carrier Corporation consist of this Contract and the following documents attached hereto, and made a part hereof: A. Bid form identified as Invitation to Bid 10-59 with the specifications and conditions typed thereon. B. Carrier Corporation 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 Carrier Corporation and may be modified only by a duly executed written instrument signed by the City of Fayetteville and Carrier Corporation. 5. Carrier Corporation shallnot assign its duties under the terms of this agreement. 6. Carrier Corporation 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 Carrier Corporation 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. Carrier Corporation 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 contract is not protected under Worker's Compensation Insurance, Carrier Corporation 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. Workmen's Compensation Statutory Amount Comprehensive General & Automobile Insurance Bodily Injury Liability $500,000 for each person injured. $1,000,000 for each accident. Bid 10-59, Construction — Police Department HVAC Improvements Page 1 of 2 Property Damage Liability $1,000,000 aggregate. The premiums for all insurance and the bond required herein shall be paid by Carrier Corporation. 8. Carrier Corporation 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 Carrier Corporation 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. 11. 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. WITNESS OUR HANDS THIS 4d- DAY OF AIauemigA.., , 2010. ATTEST: COMPANY SECRETARY BUSINESS ADDRESS C TY OF FAYETTEVILLE, ,AYETTILLE, AR NSAS i LI At • NELD J Aar. N, Mayor Sondra Smith, City Clerk r f i e r Corp .0111 II Tr Ifff71,. ���®°C Y : FAYETTEVI LLE o x'9.145 7S/ • KANsP J�. � �®•••e o GTON G,Rv`" Neeue,,��n. //-�CONTRACTOR BYC OQ.r o! G —Vier c-- ow S NAME AND TITLE r1° -c.. *114'irCSee-et-- Bid 10-59, Construction — Police Department HVAC Improvements Page 2 of 2 John Coleman Submitted By City of Fayetteville Staff Review Form City Council Agenda Items and Contracts, Leases or Agreements 11/2/2010 City Council Meeting Date Agenda Items Only Division Action Required: Sustainability Department Bid 10-59 -- Staff recommends approval of Bid 10-59 to Carrier Corporation for heating and air conditioning improvements on the Police Building for a total not to exceed $58,620. 58,620.00 Cost of this request 2240.9240.5801.00 Account Number 09011.0010 Project Number Budgeted Item X 250,000.00 Category / Project Budget Energy Efficiency and Conservation Program Category / Project Name 46,022.46 Energy Efficiency and Conservation Funds Used to Date Program / Project Category Name 203,977.54 Energy Block Grant Remaining Balance Fund Name Budget Adjustment Attached ECCe.pjl\s' Director ZgAa Previous Ordinance or Resolution # D Original Contract Date: / —( `_v Original Contract Number: rneyDate 1041.4-26 Finance and Internal Services Director Date ID -/S-/a Date /g/(2 Date 10-14-10P02:50 RCVD Received in City Vg Clerk's Office l� Received in Mayor's Office Comments: Revised January 15, 2009 ._- -- • TaTin le ARKANSAS THE CITY OF FAYETTEVILLE, ARKANSAS CORRESPONDENCE 113 W. Mountain St. Fayetteville, AR 72701 Telephone: (479) 575-8272 TO: FROM: Thru: DATE: SUBJECT: Mayor Jordan John Coleman, Sustainability Don Marr, Chief of Staff October 14, 2010 Police Department Bid 10-59 Director — Energy Retrofit Description Using funds from the Energy Efficiency and Conservation Block Grant as part of the American Recovery and Reinvestment Act (ARRA), the City has awarded bids to cover both lighting and heating and air conditioning (HVAC) retrofits on the Police Department building. Bid 10-59 was awarded to Carrier Corporation for an amount not to exceed $58,620 after receiving three bids on the project. This contract includes the replacement of four rooftop units and the installation of interior controls which will allow for greater comfort and energy efficiency in the facility. Environmental Impact The Police Building has a total Energy Use Index (EUI) of 99.6 MBtus per square foot per year (see attached audit analysis). This project is expected to drop the EUI to 80 or about 20 percent. Budget Impact Bid 10-59 was awarded for an amount not to exceed $58,620 and will be paid for exclusively by Energy Efficiency and Conservation Block Grant funding as obtained by the City of Fayetteville in September 2009. Currently, the Police Building's Energy Cost Index rating is $1.56 per square foot per year or $38,000 in average utility costs. The lighting and HVAC bids are expected to reduce energy costs by 20 percent which equates to $7,661.16 per year. New equipment will also account for reduced maintenance costs as well allowing City maintenance staff to focus on other priorities. RESOLUTION NO. A RESOLUTION AWARDING BID #10-59 AND AUTHORIZING A CONTRACT WITH CARRIER CORPORATION IN THE AMOUNT OF $58,620.00 FOR THE PURCHASE AND INSTALLATION OF HEATING AND AIR CONDITIONING IMPROVEMENTS FOR THE POLICE DEPARTMENT BUILDING 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 #10-59 and authorizes a contract, a copy of which is attached as Exhibit "A," with Carrier Corporation in the amount of $58,620.00, for the purchase and installation of heating and air conditioning improvements for the Police Department building. PASSED and APPROVED this 2nd day of November, 2010. APPROVED: ATTEST: By: By: LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer Energy Audit Analysis $ 33,542 $ 4,771 $ 38,314 olteffiti $ 1.37 $ 0.19 $ - $ 1.56 roMBtt a 2,031.42 415 n/a Data from DOE EIA CBECS 2003 Census 2,446 82.7 16.9 n/a 99.6 1 2 3 4 5 6 7 25,001 to 50,000 sf Office Occ. Built 1980-1989 West South Central 20 to 49 Employees Fewer than 4,000 HDD Fayetteville, AR Facility $ 0.908 $ 0.215 $ 0.015 $ 1.138 $ 1.397 $ 0.180 $ 0.130 $ 1.707 $ 1.346 $ 0.220 $ 0.008 $ 1.573 $ 1.026 $ 0.142 $ 0.001 $ 1.168 $ 1.089 $ 0.269 $ 0.025 $ 1.382 $ 1.157 $ 0.186 $ 0.003 $ 1.346 $ 1.37 $ 0.19 $ - $ 1.56 40.38 29.76 7.50 77.64 58.90 22.03 11.96 92.89 60.69 28.16 11.23 100.08 49.76 19.91 3.70 73.37 47.68 35.95 11.92 95.55 47.53 22.75 6.80 77.07 82.7 16.9 n/a 99.6 D Annual Fuel Cost Other NG 0% 12% 0 Elec Use 88% Annual Consumption NG Other 17% 0/ Elec 83% ADDITIONAL GRAPH AREA (AS REQ'D) $4,500 $4,000 $3,500 $3,000 $2,500 $2,000 $1,500 $1,000 $500 Monthly Fuel Cost 00 0 0 0 0 0 0 0 0 0 0. * O Z O fn ¢ 2 ¢ Elec NG Other Monthly Electric Demand 0 0 LL O 0 t;3 O Z O 0 0 0, 0 0 • a 5 A Q 00 ¢ , 140.0 120.0 100.0t 80.0 60.0 40.0 20.0 0.9 0.8 0.7 0.6 0.5 0.4 0.3 0.2 0.1 0 0 Monthly Electric Load Factor a c 0 0 0 •L') > Z O 0 0 0 0 0 0 0 m Cr, m n m v < ¢ 120 100 80 60 co 40 20 0 Monthly NG Consumption m rn m m O 0.a 0 ?l 0_ C O n ¢ m m 0 0 ¢ 2 -NG - Baseline 250 200 150 X100 50 0 Monthly Electric Consumption 0. m A 0) A O O A O CO O1 0 0 0 0 O 0 OI N t1. 0 Z O ▪ VJ Q ▪ ¢ -Elec - Baseline 1 W0 $1.80 $1.60 $1.40 $1.20 $1.00 $0.80 $0.60 $0.40 $0.20 Energy Cost Index Benchmark MO El 111 w ■ ?: ■ ■ ..,. ■ ■ MINIM ■■■■ ■ 2 3 4 5 6 Category No. (From Above) 13 Electric ECI 0 Gas ECI 0Other ECI 7 110.0 100.0 90.0 80.0 > 70.0 60.0 50.0 2 40.0 30.0 20.0 10.0 0 0 Monthly Other Fuel Consumption 0 rn CO rn m 0 0 0 0 2 8 U d o Z O 0 00 0 m11 -Other - Baseline Energy Use Index Benchmark .Illg�j/.%/�j I M r'■ ■e ■.- III ��i®■ ■ ■ Mg. MIa■ MI MI Elm ill , NISI ill M . . 1♦ ■ . - ■.$ ■ MEMEM ■� ■� ■�. ■ti ■ ■ - . . ... . - 2 3 4 5 6 Category No. (From Above) O Electricity EUI O Gas EUI GI Other EUI 7 BID: 10-59 DATE: 09/30/10 TIME: 2:00 PM CITY OF FAYETTEVILLE Bid 10-59, Construction - Police Department HVAC Improvements BIDDER 1 Carrier Corp Total Turn -Key Bid Amount $ 58,620.00 2 Comfort Systems USA $ 71,665.00 3 Multi -Craft Contractors $ 67,228.00 *NOTICE; Bid award is contingent upon vendor meeting minimum specifications and formal authorization by City officials. f Cr CERTIFIED: f 1 WW t q , pG A. re' U H AGENT 1 NESS DATE City Of Fayetteville - Purchase Order (PO) Request (Not a Purchase Order) P -Cards shall be used when possible. If a vendor does not accept P -Card, please note at the bottom (Call All PO Request shall be scanned to the Purchasing e-mail: Purchasing@ci.fayetteville.ar.us Requisition No.: Date: 10/14/2010 x256 with questions) P.O Number: Expected Delivery Date Vendor # Vendor Name: Carrier Corporation Mail Yes:_ No: Address: 372 Agnes Fob Point: Taxable Yes:_ No: Quotes Attached Yes: City: Springdale State: AR Zip Code: 72762 Ship to code: _x_ Divison Head Approval: Requester: John Coleman Requester's Employee #: 2974 Extension: 272 Item Description Quantity Unit of Issue Unit Cost Extended Cost Account Numbers Project/Subproject # Inventory # 1 2 3 4 5 6 7 8 9 10 Bid 10-59 - Police Energy Retrofit 1 EA 58,620.00 $58,620.00 2240.9240.5801.00 9011.001 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Shipping/Handling Lot $0.00 Special Instructions: Subtotal: Tax: Total: $58,620.00 $0.00 $58,620.00 Approvals: Mayor: Finance Dispatch Department Budget Manager: Utilities Manager: Director: L Purchasing Manager: & Internal Services Director: Manager: Chief Of Staff: Other: City of Fayetteville Bid 10-59, Construction - Police Department HVAC Improvements Bid Forrn BASE BID ITEM# DESCRIPTION . UNfT QTY. UNIT PRICE 1 . Complete project turn -key as specified L.S. 1.00 Ftrri-64141-TikOusRt c.) 3I% gloaca t. TwE,.YTy DDu(Z.S . TOTAL BASE BID PRICE Acknowledge Addenda Addenda # Name Date z Jt‘pnth,1l 6A -Ce 9 -2.4 -to 3ilkariAll 13a.._c-e q -N -to $ The Bidder shall state the price bid In words and figures (written in ink or typed) for each pay item, and the total bid. In rase of conflict between .words and figures, the words, unless obviously incorrect, shall govem. Bidder understands that the Owner reserves the right to award the total project, or to reject any or all bids and to waive any informalities in the bidding. Bidder agrees that this Bid shall be good and wit not be withdrawn for a period of 60 calendar days after the scheduled closing time for receiving bids.. Respectfully submitted, Firm Name CARRIER_ CD?aoc- X to 13 t n,-c.e - Moan N1Rn Cts X3'12 AcxtJ6"s - 392 AG+aES / �TOtiTt-vowo (1.'0 SptttN xDis,t , (gs-kt \ ) • State AQ t V 1 "W g-/2.1(472. PADA4 (. Yta►1ce @ eArrietr. Lkie.C,ovvl By Address City - E -Mail Phone# 4114-75(0-1555 "Arkansas State Contractor's Ucense Number: 003tc40OLktt N1Mtn1 STATE. DcCkt.t 1805 SND t ttMLE D rl(, AQ 12204 tORPOVATe3 A"PAR ESS : otJ6 cRP-R,ier... R.K.E FRRttn+N�-to CT tc0o` - -to E.5 "" A Contractor's License is required to bid this project. This project requires a five (5) percent bid bond at time of bid opening. After contract award, a one hundred (100) percent performance and payment bond is required along with proof of insurance before construction begins. City of Fayetteville, AR • Bid 10-59, Construction - Police Department HVAC Improvements Page6of37 ARKANSAS Project Check List Bid 10-59, Construction - Police Department HVAC Improvements This checklist is for the Bidder's use in preparing & submitting a bid. It is not intended to include all details necessary to prepare a bid and shall not be used as a substitute for the requirements of the bid documents. Information is shown below only as a matter of convenience. Use of this checklist does not relieve the Bidder from the responsibility of meeting all requirements of the Specifications conceming the preparation of an acceptable bid. Bidders are welcome to use this form as a coversheet for, a seated envelope; however, using this form itself is NOT a requirement. V 5% Bid Bond of the amount bid accompanied by required documentation (Power of Attorney, etc.) - In lieu of a bid bond, the bidder may submit a cashier's check for at least five percent (5%) of the amount bid (inclusive of any deductive alternates). Cashiers checks shall be made payable to the City of Fayetteville, AR. All addenda shall be signed, acknowledged, and submitted . on the appropriate forms (submitting the actual addendums or marking acknowledgement on other bid pages). All line items shall be appropriately filled out and extended to reveal the line item price as well as the total bid price. Total base bid should be calculated in the provided space. All bidders shall submit a "Statement of Disclosure" on such form provided with the bid documents. All pages provided with signature lines shall be appropriately signed, dated accordingly, and included with submitted bid documents All bid documents shall be delivered in a sealed envelope to the address listed below before the stated deadline on the coversheet of the bid. All bids should be delivered with the name of the bidder (contractor) on the sealed envelope as well as the bidders Arkansas Contractors License Number. City of Fayetteville, AR Purchasing Division — Suite 306 113 W. Mountain Fayetteville, AR 72702 CONTRACTOR NAME: CARR t€2 CO u i ARKANSAS CONTRACTORS LICENSE NUMBER: 4003 00E409 City of Fayetteville, AR Bid 10-59, Construction— Police Department HVAC Improvements Page 3 of 37 ARKANSAS www.accessfayettevi l le<org THE CrTY:'OF FAYETTEVILLE ARKANSAS City of Fayetteville — Purchasing Division 113 W:Mountain — Room 306 Fayetteville, AR 72701 Phone: 479.575.8220 E -Mail: aforen@ci.fayetteville.ar.us Date:. Wednesday, September 22, 2010 To: All interested parties From: Andrea Foren, CPPB, Purchasing Agent Notice: This addendum is hereby made a part of the bid documents to the same extent as though it were originally included therein. Bidders should indicate their receipt of same in the appropriate blank listed herein. Failure to do so may subject vendor to disqualification. Addendum should be attached to the inside cover of the bidding documents, signed, and dated. 1. A non -mandatory pre-bid meetingwill be held on Thursday, September 23, 2010 at 10:00 AM, local time at 113 W. Mountain, Fayetteville, AR 72701 in Room 111. Page 1 of 1 Acknowledge Addendum #1: AO 01-'A ,NI .\ Ce% Signature: t NQ4 ' sado Title: AQ.2.01AOT I1A106?- Date: 9.22- to Company: CAtZtzI€ tag - Printed Name: 7elecoiiiinunicatinnsDevice.=forth* Deaf` :7DD (479) 521.0316 113 West Mountain.- FOettevflle AR 7270;1 • TI-IECITY!OFFAYETTEVIL E,ARKANSAS A RAGA N.SAS www.accessfayetteville.org City of Fayetteville-'PurchasingDivision 113 W. Mountain= Room 306. Fayetteville, AR 72701 tstruc%on Police 10.1,04#t. VAC, Im rovements; • ....._,.�...>,..�>.'�.r...4..:.�..�.>..�>�. t � '� P ... M.... Phone: 479.575.8220 E -Mail: aforen@ci.fayetteville.ar.us Date: Friday, September .24, .2010 :To: All interested parties From: Andrea Foren, CPPB, Purchasing Agent Notice: This addendum is hereby made a part of the bid documents to the same extent as though it were originally included' therein. Bidders should indicate their receipt of same in the appropriate blank listed herein. Failure to do so may subject vendor to disqualification. Addendum should be attached to the inside cover of the bidding documents, signed, and dated. The following addendum and any attached drawings, schedules,details and/or specifications shall become a part of the contract documents dated 8/27/10 and titled Bid 10-59, HVAC UPGRADE, FAYETTEVILLE POLICE BUILDING. GENERAL 1. •AII language regarding sales tax shall be removed and replaced with the following: a. All bids shall include all costs including but not limited to sales tax, use tax, permits, insurance, etc. There are NO provisions in this bid for a contractor to avoid taxes. The City of Fayetteville is not a tax exempt entity. 2. All needed electrical components required by an electrician to complete the work specified in this bid will be performed by King .Electrical Contractors, on behalf the City of Fayetteville (479.443.0006). • :3. Note: Attached two (2) scanned images from drawings. MECHANICAL 1. AT COVER SHEET GENERAL NOTES, ITEM 1.1 CHANGE. DATE FOR SUBSTANTIAL COMPLETION TO BE FEBRUARY 11, 2011. 2. AT MECHANICAL ROOF PLAN 21. AT KEYED MECHANICAL NOTES CHANGE ALL REFERENCES THAT CALL FOR THE PROVISION OFA NEW T -STAT TO SAY NEW ZONE SENSOR INSTEAD. 2.2. REMOVE KEYED NOTE 4 FROM RTU -1B & RTU -2B. 2.3. AT RTU -5 CHANGE NOTE TO SAY `REPLACE EXISTING T -STAT WITH NEW ZONE SENSOR AT SAME LOCATION." 2.4. AT 'SOUTHEAST CORNER OF ROOF DO THE FOLLOWING: Page 1 of 4 TelectimittunlcationsDevicefnrthe0eaf:;TDO(479 521=1316 `1.13West Mountain - Fayettevi)le,': RR 727D.1 2.4.1. NEAR FLUE PENETRATION IDENTIFIED BY KEYED NOTE 6 THERE IS AN ADDITIONAL LAB HOOD VENT TERMINATION HERE ABOVE ROOF. ADD DRAWING NOTE HERE THAT SAYS "CAP, SEAL AND INSULATE. EXISTING UNUSED VENT HERE.(APPROX 60 SIZE)". 2.4.2. REMOVETWO OF THE THREE INSTANCES KEYED NOTE 7 IS USED ON THE DRAWING. 2.5. ADD DRAWING NOTE: "ALL RTU'S HAVE THRUTHE-BASE ELECTRICAL SERVICE. COORDINATE WITH EC TO REWORK ELECTRICAL SERVICE ROUTING AS REQUIRED TO. NOT INTERFERE WITH FIT OF NEW CURB ADAPTERS. POWER SHALL STILL BE ROUTED THRU THE BASE INTHE 'NEW UNIT CONFIGURATION." 3. AT A/M2.1 TRIDIUM NIAGARA WEB -PANEL ADD NOTE "PANEL TO BE INSTALLED AT NORTHEAST CORNER OF BUILDING AT BASEMENT LEVEL. COORDINATE EXACT FINAL LOCATION WITH OWNER'S. IT REPRESENTATIVE." 4. AT C/M2:1 ADD ECONOMIZER STATUS POINT. . 4.1. AT M2.2, "SEQUENCE FOR EXISTING TO REMAIN RTU'S", PARAGRAPH TITLED "SYSTEM LEVEL" ADD "I. ECONOMIZER ENABLE/DISABLE (MONITORING ONLY). END OF ADDENDUM Page 2 of 4 Acknowledge Addendum #2: Printed Name: &Ot4r f KlActJ .., Signature: AO/Vitt(\Stri?� te Title: AAeotw MikLift e& Date: 'f -2.4-t0 Company: tag?, '7efecommuntcations Devcce.fo..tihe:Deaf:..TDO;(479):527. 1315 113 West Mountain = Fyette.vlile, AR727O1 www.accessfayetteville.org ►ceeprfinen TFEECITY OF: FAVETTEVILLE, ARtiKANSAS: City of Fayetteville _ Purchasing Division -113 W. Mountain —•Room 306 Fayetteville, AR 72701 K 4 40149,..M04 Phone: 479.575.8220 .E -Mail: aforen@ci.fayetteville.ar.us Date: Wednesday, September 29, 2010 To: All interested parties From Andrea Foren, CPPB, Purchasing Agent Notice: The following addendumand any attached drawings, schedules, details and/or specifications shall become a part of the contract documents in the above referenced project. Any items deemed pre -approved herein shall only be considered pre -approved for bidding purposes and will still be subject to construction submittal review. Unless otherwise noted the scope of .manufacturer(s) pre - approval shall not be comprehensive and shall only apply to items listed herein. Request: To bid the following manufacturer(s) and item(s): Siemens Apogee Automation System Controller Siemens Room Temperature Sensors, Series 1000 and Series 2000 Interactive. Response: 1. MECHANICAL: 1.1. The manufacturer listed above shall be considered an allowed manufacturer. END OF ADDENDUM 3 Page 1 of 1 Acknowledge Addendum #3: Printed Name: ti10141--1 VP% Signature: pi I4okA, SeNtee Title: Atthkkir MIM E -Date: 9 -Z9 -ID Company: i - 6e.. C..0? elecommunications.Oevi.te>foi:tit Deaf . " OD1479j 521-1316 t3:west Mountein:,Fayetteville AR 72707 ACIIU131113 CHUBB GROUP OF INSURANCE COMPANIES 15 Mountairr.VieW Road; P. O. Box )613: Warrant NJ 07O611615 AIA; DOCUMENT A316 BID, BOND •KN.OW. ALL MEN' BY THESE'PRESENTS, that. We: :CARRIER tORPpRATION (Herfirinsail full myna.: arpiacldress or ,iegal 0.11e,of Conlractor) - .parrieryarkwayllIA : . NY 13221 As PhnOtpal, hereinafter calted Pnncipat, and_ FEDERAL mere.inseri ftpl parpo•andaddrossmr:legallitle of tifoty) is Mountain'.View.Road" Warren NJ 07059. • a .corporation IuIy organlzed under the : laws of 'the State of IN as Surety; :hereiriefter:CrilledSurety; are 'held andtmily :bound. unto (Here' Insert -1W lart*iimd acki.resF.A.:ir legal:Mk! .pf;Prener) CRYOF FAYETTEVILLE; AR 1131M muuntam:Str4eWayettesiiile, AR asObilgee, :tiereioafter...Called:Obligee, 'id the stint: of. . . Five ,prituerit.Ofernolint biciPoilars: ($5% of Amount 3i0 'for the payment :which .tqpimoti and taity-tobb! rriade,lhe;taid:- Principal antithesaid Surety, •biod•ourselves„ • our hen executors, 'adrpiriistrato.rti..,spOcesScirsandsastigns, JOintly, andzseverally; firmty by these presents: 'WHEREAS, the :Prfrioloal has submitted a bid for . :(Here Ingett.full rnne,additissaiardescriptiart or. prOject 1:71VACRenoilation - Replacernentdf (4Paci5age..1.16its and c.pntrols.system installation forthe FayatteVillei:.Pblice.Dapt. 10Q VV,Rpolv.Streeti Payettevi Ile, AK -12701 NOW-THERFOREritthe. Obligee shall accept the bid ofthe , Principal endthe,Principat.shall enter: into a Contract with:the:Obligee in accordance:. with the terms .ofsuch bid, and give such bond or bonds'AS:may be,specified tn:thabidding:or Contract Documents with good and surety:for:the:faithful performance of such Contract andlOrthaPrompt payment oflabor and material furnished in the prosecution thereof, or in.:the event bf the failure Of the Principal to enter such Contractendgive.sucW bondorbonds, if (he Principal pAyttk;tty(tOplipitfithe difference not exceed the hereOf between 018,#nioprit.$0edifte0 inzoiatila'And such Afrartibiaiypr which the . Ofiligee may in :good faith.:contract .with another party to perform the WOritoOve -kip MI:an thit.obligatiOri. shall be dull end vold,.titherWisaic) rernein in full force And effect. • • 4` .=-1 dcr 30th day of Sadie her :FP 0.;0. CARRIER CORPORATION ;/. LI' 4:0P. 7'7404... pdricipa0141. ''''''''' twist! Arid seated this. Iv Deliorah,J. Hall sokistArit'SprrptAry FEpEFRAL. INSU NappiRiltartk Attnrney-in-Fant Printed in COOPPRItiOfimitti.tfieArneri6en Instltute.blArchitectafAIA)bydia.Chubb'Grvuporinsurancefti .Cani -4* this document conforms exactlirto ihelauguage usect;In NA Document A310 February 1970 arAtion. ATM 1542033e.443) kuussseaota250) PEO. :r Chubb qi POWER OF Federal insUrance:COMpany 'Vigilant insurance:Company . — A Surety ATTORWEY Pacific Indemnity Company CE-IUSIBIED Attn: 'Surety Department 15Mountain View Road Warren, NJ 07059 . Know AlEby These Presents, That fEDERAIANSURANCECOMPANY,.anindiarta-corOoration, VIGILANT-INSURANCE.CONIPANY..e 'New York zarporation, and PACIFIC INDEMNITY COMPANY a Wisconsin corporationdo each hereby- constitute and :appoint jenny •Bertibei ,peb.orah.flall4nd NanCyPOItorak:and Thomas Van Arnam :of 'Pyracitse, NOW. York .!--..---...--- . . . .. . . ., ,. . . . . . .. . . . . . . Oath .4S -their Irue•tand tawful,Attorney-itv:Fact-to execute:under such•designationin]their fyameSiand to. ark their cOrpotate'seals•10.anii:delhterler and ,. . MO' 1>pt:MI1 as,suretylhereon onothenvise, bonds .:(other than bail bonds) and undertakinos ncit.:1O:.eiteed:$3,1300.000:00 (Three Million United',States Dollars) given•o: executed In (he toursehf.businets•lbut•nollo'includeenyinstnimenta amendino:oraltering the same , nor consents, to thomodification•or. afterailon. Of anyinStruMent'referred Io in saidlidndsor ObligaliOns)-ortbehelf of Oarrier CortiOtatiorrand its subsidiaries as.prindpal in connectiOnmith bids.::prepos.als:Or contracts to or.withlhe United States ol'America,,any.Ziale or,political subdiviSion ;thereof ot-ony porton,' firrn.or c otporatitm: And the execution or suckbonstur obligation by such Attorney in- Fact in (he Company s -nathe end, onits behalf as Stifitqltiereon or Otherwise. underild corporate ••seal.:InPutSUance otthe authority twiteby conterred.shati, uponitalivery thereof; be valid,and.bitiffing Uportthe.Company.• . • in -Witness Wheroof,:said:EEDERAL INSURANCE COMPAJVY, VIGILANT•INSURANCE COMF,lANY•,• and -PACIFIC INDEMNITY COMPANY have each :exeCuted•endhltetted these presents.-anctoffixecttheircorPerate:sealson thls.21stsciaY of July,•200a.. -Kenneth .C. WendeL:Assistant Secretary ST.AT.EiDP NEW -JERSEY • • . . . County of Suntaieet . . . On tnis 21,SU.day0July, 2008, • hefore.:rne.-is Notary"Publid•OI New Jersey. personally :came Kenneth C. Wendel, to ine::knowo to be :Asststantl:Secretani:of FEDERAI_ANSURANGEOOMPANY, VIGILANT1NSURANCE COMPANY, and. PACIFICINDEMNITY COMPANY.: thecompanies whlch executed MC. foregoing- Power of Atturney..anct the said Kenneth C. Wendel, . -being by me swOrrndid depose. and say that he is,Atsistont. • !SooretaryoliTEDERAL.iiNSURANCE :COMFANY,'VIBILANT-1NSLIRANCE.:COMPANY and PACIFIC INDEMNITY COMPANY and.khoWsAtietortiortite Seals.theteoLtliarthe'seal•S,aftliced4o•the foregoing'Power of: Attorney...are:such torporaie,:seatkandwereithereto affixed by.:.authority-olthe-By-.Laws:Ol:•soid • COrnoariies;:.and that ne:siened.said PowerAtit.Atterney es:Assistant:Secretory of .saiti. Coinparilcs.by,Ilke,:atithority:,end that he Is -acquainted with:Devitt:S. Viorri, Jr...and ItnoWe'hirrt to: beAtiowPresiderit •tal saitl:Compariles:satid,thet:the:signature:Or David E. Vorris,•Jr;;sUbscribed to said Power of•Adomey file:genuine hendwritIngaDevid-B: Norria. Jr,,::andWas thereto.sUbstribecierautherity of Saiday;•Latlosand in deponent's Presence, VtceiPretdi Voiotia! -• -JAC' -Ado- :.sTEPHE3413:BRADT .; - Notary Publit,.Stoto oit4WiY No.:2321097 Corruniss ion Expires Oct. 25, 2009 CERTIFICATION EXtraCt from the.By-.LawS of •FEDERAL.INSURANCE• COMPANY,. VIGILANT:INSURANCE COMPANY.loria,PACIFIC INDEMNITY COMPANY. • Alt Poweitt,ut attorney,for and on behatiot.the:Cornpany may and shall ue,:executed..rnthe name:and-on beball oi the'Company. either by the. Chairman or the President or i3 Vice President or an Assistant:Vice:President,. jointly with theaSecretary or an Assistant Secretary, :under their respective designations. The:: signature Ots:such officersmay be eneraved. :printed or -lithographed. The signature:Of each al lite ItaloWing Officers: Chairman, Treildent. any Vice President,any:Assistant Vide:President, any Secretory, sany,AsSistanl Secretary. and the seal of tire Company may be -affixed by: facsimfie to any; power Of attorney..or 10 any certificateMtaling Iherete.zappointing -Assistant -Secretaries:at At tameysin.:FacI for uurposeS.:only Of executing and attesting -bonds ..and,undertatiirtas and Other writings,obligatorrin:the nature- thereof. and any sitchspower of -attorney or :certificate beating.,suelt•taositnile..signature or tar-Simileseat snail be-:Vatid.and binding uponthe curitpany. arta any,suen.. power sie:executed:an&cerfilled. bysticirlaosimile•Signature and:. facsimile seat shall:he valid and'binding-upon'the CoMpanY with re.;pectlo any bond or underiakinato.whIch itis -attached:, . I, Kenneth 'O. Wendel:. Assistant :.eci-etzty:ot fE,13(2A.I..INSURANCa' .COMPANY.; VIGILANT INSURANOE,COMPANY. and •PACIFIC. INDEMNITY COMPANY. ((16.'sCipmpohies7)db:lierebroortify;that • fry '-tbettoregoirio ektractrittlie:Ej4:1,aws al the Cerepanlesis,trueend.correci, .(Ile Companies are duty ficensea.:-anii: authorized to transact sinety::besiness"In tISI:t.tilt.the•Irnited.Stalet of America and the Dittridt...of Coittrobla:.:and aro authorized by the U 8 Treasury Department Liritier Federat and'Nliaitant are licensed, in ,Puerto Rico andlha VS. Viminislands. and EadetatIS:licirnsed:ImAritericart'Samoe, Guamand each, of the,PrmiinceSof'Canada except Prince Eilvvercifsland: • and . , the foregnino. Power:a Attorney:Istnm,•correct•and tn:full forde,end:elfedt, • Given under Inyhanci:and:•seaisM' said:Oprripanies at Warren,NjIhIs : Notr-:ry PlliliiC Kenneth C. Wendel,Assistant ....cretary 111 l'H"e:EyENT' yOUWISI-1 TO I4OTIFY US OF,:•N CLAIM :VERIFY THE AUTHENTICITY OF THIS BOND OR -NOTIFY U4 OF ANY OTHER MATTER,',PLEASE CONTACT:US AT ADDRESS:LISTED ABOVE. ORBY Telephone1908) pm. 3493: -Fax (oos) 9o3- e-mail. sutetykitchi.iti.00rt, FEDERAL INSURANCE COMPANY STATEMENT OF ASSETS; LIABILITIESAND SURPLUS TO'PoLICYHOLDBRS Statutory Bests :DECEMBER:31, 2009 (in-thousandi of dollars) .ASSETS Cash ancl Shod Term Investments S 257;630 Oniteci-StateS.Goveinment, State and Municipal Bonds 11,077454 Other Bonds 4,042,058 tocks 778;949 :Other hwested Assets 1,758,696 TOTAL INVESTMENTS irivettments in' Affiliates: ChUbb-InVestmenf:Holdings;.inc PadifidIndernnity Company.... . . ... .. . Chubb Insurance lnvegmairt Hoidings Ltd., Recirtive'Ftish -Indemnity Inc CC Canadal-toldings Ltd - Great. NorthernInsurance Company.. Chubb European InvestmentflokfulgsSLP: Chubb Insurance Ccimpany,of Australlie Vigilant Insurance Company Other Affiliates Premiums Receivable OtherAsseta 17;914,785, LIABILITIES .AND. suRpLUSTOPOLIQW-IOLDERS Outstanding Losseaand Loss P4Prlses $ 11,906050 Unearned 3.345,760 Reinsurance premiumaiPayable provision for FleInsurance Other Liabilities TOTAL LIABILITIES 322,875 7%693 717,789 16;366;56T SpectEISui*Olus Funds •176,031 2881 003 Stock 20;980' 2;2000Z Paid -1n Surplus . ... . . . . . .. . . . 3,105,809 1'.;539;334 .Unassigned Funds 11.017;701 1,07%686 6D7555 453 227 SIJRPLUSTO POLICYHOLDERS 14,321.521 271;092 255,177 176,625 349,086 1,458,416 1,502;926 TOTAL LIABILITIES AND -SURPLUS _ TOTALADMITTED ASSETS 5 30,688,085 7.0 POLICYHOLDERS. ....... .......... ....... $ 30,688,088 Investments:are valuedin::accordanbe Wittrieritilfernents41-the National AssociationtrInsurance ComnitaSioners, InVestments vahreid.at,54:48;814,488are.daposItedwItb.govemmeriteiuthorities,aa reOUired bylaw. State, County 8/0itypf New York:— ss: Yvonne:Baker,- Assittant Secretary Of theFederal -InSurance Company — bang duly sworpiAbOose,i and says that the foregoing Statement of -Assets,: l_labilitlea..and :Surplus .to..PolloYholders:.+of sald Federal Insurance Company on December ST, 2009:is:true:and correct andis a truelibstraCt:of the Annual iStatementbf Said 0ornpany. as filed With: the .Secretary of Ihe7reastiry of the lidded Oates for ihe12.4nonths ending; December pi ,2009. Subscribed and swarms,' before rne this DOROTHY fk:BAkER. :Notary,F1tibIic,.:Statenof New:Yeirk ,N6tait Public No 31-4994994 :QuetittectleAe;q:Yerk County :Comrsilseari Explre4Sept.14,-.20.13. •Ast.IstproSecrmary. :150°'03/3 V10) THU/SEP/30/2010 03:40 PM P. 001/001 City of Fayetteville Bid 10-59, Construction — Police Department HVAC Improvements Statement of Disclosure — To Be Submitted With ALL Bids This page does not count towards page limitations set forth in this request for proposal or. bid. Proposer 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 contractas a result of your response. This form must be completed and returned in order for your bid/proposalto be eligible for consideration. • PLEASE CHECK ONE OF THE FOLLOWING TWO OPTIONS, AS IT APPROPRIATELY APPLIES TO YOUR RM: 1.) NO KNOWN RELATIONSHIP EXISTS. 2.)-RELATIONSI-IIP EXISTS (Please explain) PLEASE FA..L OUT THE SECTION BELOW AND SUBMIT THIS FORM WITH YOUR BID OR PROPOSAL: 1.) 1, 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. Signature -o c o.: D Date DRS ,--rJ.p-al i r t ,s„s City of Fayetteville, AR Bid 10-59, Construction - Police Department HVAC Improvements Page 37 of 37 SEP/29/2010/WED 11.:23 AM CARRIER CORPORATION FAX .No, 501 663 5676 P. 001/001 License No. 0031400411 State of Arkansas Contractors Licensing Board CAXRCORPORAT1ON 1805 BOND AVE LITTLE ROCK, AR 72206 CARRIER CORPORATION This is to Certify That is duly licensed under the provisions of Act 150 of the 190 Acts as smended and is entitled to practice Contracting in the State of Arkansas within the following classification: SPECIALTY Heating, Ventilation, Aar Conditioning, Refrigeration • with the following suggested .bid limit Unif*nited from May 14, 2010 ZiIItl� April30, 2011 when this Certificate expires. Witness our hands of the.Boa,YL dated at <Yorth Little Rook, Arkansas: e..4, •CHAIRMAN SECRETARY May 14, 2010 EQUIPMENT DETAILS & WARRANTIES — PACKAGE UNITS One (1) Carrier Model 48HCEA04A0M32F0D0 High Eff Med Gas Heat Single Pkg Unit: Nominal 3 ton Downflow System, 208/2301-60 '• Medium Heat 4 Single Stage Compressor Models •• Al/Cu - Al/Cu - Louvered Hail Guards • Thru-The-Base Connections .• RTU Open Controller, Enthalpy economizer with barometric relief -• LonWorks Option Card °• Motormaster 11 Low Ambient Control °• Roof Curb Adapter Two (2) Carrier Model 48HCEA05A0M3-2F0D0 High Eff Med Gas Heat Single Pkg Unit: Nominal 4 ton Downflow System, 208/230-1-60 '• Medium Heat •• Single Stage Compressor Models •• 'Medium Static Option — Belt Drive a Al/Cu - AUCu - Louvered Hail Guards 4 Thru-The-Base Connections `• RTU Open Controller, Enthalpy economizer with barometric relief •• LonWorks Option Card -• Motormaster 11 Low Ambient Control • Roof Curb Adapter One (1) Carrier Model 48HCEDO8A2M5-2F0D0 High Eff Med Gas Heat Single Pkg Unit: Nominal 7.5.ton Downflow System, 208/230-3-60 •• Medium Heat 4 Two Stage Compressor Models Al/Cu = Al/Cu -.Louvered Hail Guards • Thru-The-Base Connections '• RTU Open Controller, Enthalpy economizer with barometric relief •• . LonWorks Option Card Motormaster ll Low Ambient Control •• Roof Curb Adapter Services Include: • One year Parts only warranty • Five year Compressor warranty • 30 Days Labor warranty EQUIPMENT DETAILS & WARRANTIES — CONTROLS 1. Submittal data and Carrier. ComfortDraw Control drawings per specification. 2. i -Vu Open web based appliance, allowing you to view and control your Carrier system from any PC on your network with a standard web browser. 3. Installation and termination of BACnet MS/TP communication wiring. 4. Installation and termination of low voltage control system sensor wiring. 5. Programming and controls startup.' for (4) RTUs with factory mounted i -Vu Open BACnet controllers. 6. Provide and field install (2) i -Vu Open BACnet controllers for the RTUs that will not be replaced. 7. Installation and termination of Carriers sensors and control devices. 8. Installation of (6) Carrier i -Vu Open Space temperature sensors with LCD display, set point adjustment, local override and alarm icon. 9. All Control system software and programming. 10. Provide one graphic for each piece of equipment. 11. Customer training 12. WARRANTY— Carrier warrants that all service provided under . this Agreement shall be performed in a workmanlike manner. Carrier also warrants all Carrier parts or components supplied hereunder to be free from defects in material and workmanship. For parts or components determined to be defective within one year from date of installation or before the termination date of this Agreement, whichever is earlier, and in the case of service, determined to be defective within ninety (90) days of completion of that service, Carrier shall at its option repair, replace, or issue a credit, for any such parts, components or service, provided they were not damaged, abused, or affected by chemical properties. Any claim for defective workmanship must be provided to Carrier in writing. THIS WARRANTY IS IN LIEU OF ALL OTHER WARRANTIES, EXPRESS, IMPLIED OR STATUTORY INCLUDING THE IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE. Carrier's obligation to repair, replace, or issue credit for any defective parts, components or service shall be. Customer's exclusive remedy. Mechanical eService and.: Repair. Accounts Listed below is 'a sampling of the accounts that the Carrier Corporation is currently providing mechanical services in the state of Arkansas. Wehave provided the listed services (scope of work) beginning with the startup date and continuing through the current time. 1. Facility: Universityof.Arkansas Location: Fayetteville; Arkansas Start-up: 1996 and earlier Services:. Preventative Maintenance, Repairs, Replacements & Controls Capacity: Excess of 8300 total tons — (6) units Facility: Wal-Mart Data Centers Location: Bentonville, Arkansas Start-up: 1998 and earlier Services: Preventative Maintenance, Repairs & Replacements Capacity: Excess of 9,300 total tons — multiple units 3. Facility: Standard Register Location: Fayetteville, Arkansas Start-up: 2004 and earlier Services: Preventative Maintenance, Repairs, Replacements & Controls Capacity: Excess of 1,000 total tons — multiple units 4. Facility: Datatronics (Arkansas Best Freight) Location: Fort Smith, Arkansas Start-up: 2001 and earlier Services: Preventative Maintenance, Repairs, Replacements & Controls Capacity: Excess of.2,000 total tons — multiple units Facility: Pratt & Whitney Location: Springdale, Arkansas Start-up: 1999 and earlier Services: Preventative Maintenance, Repairs, Replacements & Controls Capacity: Excess of 500 total tons — multiple units Facility: North Arkansas College Location: Harrison, Arkansas Start-up: 2001 and earlier Services: Preventative Maintenance, Repairs, Replacements & Controls Capacity: :Excess of 600 total tons — multiple units A member of the United Technologies Corporation family. Stock symbol UTX