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