Loading...
HomeMy WebLinkAboutR-2005-155 Turblex, Inc. Procurement PackageRESOLUTION NO. R-2005-155 RESOLUTION authorizing the City Manager to execute all documents for the purchase of the Wastewater Treatment Plant Blower Procurement Package from Turblex Inc. WHEREAS, the City of Yakima owns and operates a wastewater treatment facility in accord with applicable Federal, State and Local regulations; and WHEREAS, In the adopted 2004 Wastewater Facility Plan, Section 6.2.7.6 Option 4 identifies the recommended option for replacing the old existing blowers; and WHEREAS, A procurement package was put together for the new blowers and advertised for bid on August 17, and 18, 2005; and WHEREAS, Bids were opened on September 9, 2005 and Turblex, Inc. (represented by Wm. H. Reilly & Co.) was the only bidder; and WHEREAS, The Wastewater Division wishes to purchase the blower package from Turblex Inc.; and WHEREAS, all the necessary documents will need to be executed by the City Manager for the notice to proceed and award the contract; and WHEREAS, the City Council finds that it is in the best interest of the City to authorize the City Manager to execute all necessary documents to purchase the Wastewater Treatment Plant Blower Package, now therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized to execute all documents for the purchase of the Wastewater Treatment Plant Blower Procurement Package from Turblex Inc. ADOPTED BY THE CITY COUNCIL this 4th day of Octob 2005. ATTEST: k,,,,,,..„ A City Clerk Section 00500 AGREEMENT THIS AGREEMENT is by and between the City of Yakima (herein called Owner) and Turblex, Inc. (herein called Supplier). Owner and Supplier, in consideration of the mutual covenants herein set forth, agree as follows: Article 1. WORK. Supplier shall complete all Work as specified or indicated in the Contract Documents based on the acceptance by Owner of Supplier's Bid as follows: The Work is generally described as follows: Furnish and deliver three single stage centrifugal blowers and all accessories as described in section 11613. Supplier's field services shall also be included as a part of this contract. Equipment will be delivered to Contractor for installation. Article 2. ENGINEER. The Project has been designed by Black & Veatch Corporation, 710 Second Avenue, Suite 1160, Seattle, WA 98104, who is referred to in the Contract Documents as Engineer. Engineer, and its duly authorized agents, are to act as Owner's representatives and assume all duties and responsibilities and have the rights and authority assigned to Engineer in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. Article 3. CONTRACT TIMES, LIQUIDATED DAMAGES, DELAYS AND DAMAGES, DELAY COMPENSATION. 3.1. Contract Times The Contract Times shall be as indicated in the Supplier's Bid. The Work will be substantially completed within the number of days indicated in the Supplier's Bid, and completed and ready for final payment in accordance with the General Conditions on or before the date indicated in the Supplier's Bid. City of Yakima Blower Procurement PN 132965 00500 -1- Bid No. 10519 August 2005 3 2 Liquidated Damages. Owner and Supplier recognize that time is of the essence of this Agreement and that Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.1 above, plus any extensions thereof allowed in accordance with the General Conditions. They also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Supplier agree that as liquidated damages for delay (but not as a penalty) Supplier shall pay Owner $2,000 for each day that expires after the time specified in Paragraph 3.1 for Substantial Completion until the Work is substantially completed. In addition to liquidated damages, Supplier may be liable for damages brought by other contractors for delays caused by Supplier for failing to perform work by the specified date or time. Owner shall have the right to deduct the liquidated damages from any money in its hands, otherwise due, or to become due, to Supplier, or to initiate applicable dispute resolution procedures and recover liquidated damages for nonperformance of this Contract within the time stipulated. Article 4. CONTRACT PRICE. Owner shall pay Supplier in current funds, for completion of the Work designated in Article 1 in accordance with the Contract Documents. If Owner assigns this Contract to a Contractor, the Contractor shall pay Supplier in current funds, for completion of the remaining Work designated in Article 1 in accordance with the Contract Documents. Article 5. PAYMENT PROCEDURES. Supplier shall submit Applications for Payment in accordance with the General Conditions. Applications for Payment will be processed by Engineer as provided in the General Conditions. 5.1. Progress Payments Owner shall make progress payments on account of the Contract Price on the basis of Contractor's Applications for Payment as recommended by Engineer, according to the following Payment Schedule. City of Yakima Blower Procurement PN 132965 00500 -2- Bid No. 10519 August 2005 Milestone Payment Engineer's Acceptance of Final 15% of Contract Price Shop Drawings Delivery of Equipment to Site and Acceptance by Engineer and Contractor 80% of Contract Price Final Testing and Acceptance Remainder of Contract Price 5.2. Final Payment Upon completion and acceptance of the Work in accordance with the General Conditions, Owner shall pay the remainder of the Contract Price as recommended by Engineer. Article 6. CONTRACT DOCUMENTS. The Contract Documents which comprise the entire agreement between Owner and Supplier concerning the Work consist of the following: a. This Agreement. b. Exhibits to this Agreement. c. Procurement Performance Bond. d. Assignment of Procurement Contract e. Surety's Agreement to Assignment. f. General Conditions for Procurement Contracts. g. Supplementary Conditions. h. Specifications — Division 1 through Division 16. i. Drawings consisting of 5 sheets, with each sheet bearing the following general title: City of Yakima Yakima Regional WWTP Phase 1 Facility Improvements j. Addenda 1 through 1 City of Yakima Blower Procurement PN 132965 00500 -3- Bid No. 10519 August 2005 k. Supplier's Bid. I. Documentation submitted by Supplier prior to Notice of Award, marked Exhibit A . m. All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to the General Conditions, which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. There are no Contract Documents other than those listed in this article. The Contract Documents may be amended, modified, or supplemented only as provided in the General Conditions. Article 7. PROCUREMENT CONTRACT. Supplier acknowledges that this Procurement Agreement will be assigned by Owner to a Contractor, in accordance with the Supplementary Conditions, and hereby approves and consents to such an assignment. Article 8. MISCELLANEOUS. a. Terms used in this Agreement, which are defined in Article 1 of the General Conditions, will have the meanings indicated in the General Conditions. b. Owner will assign this agreement to the Contractor as set forth in the Surety's Agreement to Assignment Form. No other assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law); and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. c. Owner and Supplier each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect of all covenants, agreements, and obligations contained in the Contract Documents. City of Yakima Blower Procurement PN 132965 00500 -4- Bid No. 10519 August 2005 d. The business address of Supplier given herein is hereby designated as the place to which all notices, letters, and other communication to Supplier will be mailed or delivered. The address of Owner appearing herein is hereby designated as the place to which all notices, letters, and other communication to Owner shall be mailed or delivered. Either party may change its address at any time by an instrument in writing delivered to Engineer and to the other party. IN WITNESS WHEREOF, Owner and Supplier have signed this Agreement. One counterpart each has been delivered to Owner, Supplier, Surety, and Engineer. This Agreement will be effective on October 11, 2005. OWNER. City of Yakima ByC-.\A\VV.-; Richard A. Zais, Jr. Title: City Manager Address for giving notices 129 No. 2nd St. Yakima, WA 98901 Attest: au. Karen S. Roberts, City Clerk City of Yakima Blower Procurement PN 132965 SUPPLIER. Turblex, Inc. B , e,- ,7///'� Title: V, Address for giving notices /SLS v gra /h 47 "120 i -reg End of Section 00500 -5- Bid No. 10519 August 2005 Exhbbi+ A TURBLEX 1635 W Walnut Street iso-soo, Springfield, Missouri 65806-1643 ��RTIFIEo INC. September 6, 2005 City of Yakima City Clerks Office 129 North Second St. Yakima, WA 98901 Ph: (509) 575-6037 Fax: (576) 6614/6365 Telephone (417) 864-5599 Facsimile (417) 866-0235 Email- turblex c(�turblex.com Subject: City of Yakima, WA — 2005 Yakima Regional WWTP Blower Procurement Package Contract No. 1 — Procurement of Single Stage Centrifugal Blowers Bid No. 10519 Turblex Reference No. T3902-tw, September 6, 2005 To Whom It May Concern: We are pleased to attach one (1) original and one (1) copy of the bound procurement documents with proposal and support data for the Cly of Yakim i ma's consideration. atioi i. Best regards, D. Scott Matthews Regional Sales Manager TURBLEX INC. 2437 N.E. Old Paint Road Lee Summit, MO 64086 Ofc. (816) 525-7019 Fax (816) 525-7093 Cell (816) 588-6054 Email: smatthews@turblex.com Web: www.turblex.com Enclosures AR One (1) Set - Original Procurement Documents with Bid Security in the form of a Bid Bond One (1) Copy— Procurement Documents One (1) Turblex Proposal with support data cc: Mike Rielly of Wm. Rielly & Co, Turblex Representative Scott Matthews, Turblex Regional Sales Manager n.��� Inmr_nt,nnf�T�tln2-ni 11- rinr vv BIDDER (Name and Address): TURBLEX. INC. PENAL SUM FORM BID BOND 1635 West Walnut Street Springfield, Missouri 65806=-164 SURETY (Name and Address f Principal Place of GREAT AMERICAN INSUR) COMPANY 5$0 Wal mill Street Cincinnati, Ohio 45202 OWNER (Name and Address): CITY OF YAKIMA 129 North Second Street Yakima, Washington 98901 RTn BID DUE DATE: September 9, 200 5 PROJECT (Brief Description Including Location): 2005 Yakima Regional WWTP Blower Procurement Package Bid No 10519 BOND BOND NUMBER: BBSU DATE (Not later than Bid due date): Atica St 30, 7005 PENALSUM.FIVE PERCENT of the total amount of the bid (Words) (.5% (Figures) IN WITNESS WHEREOF, Surety and Bidder, intending to be legally bound hereby, subject tothe terms printed on n the reverse side hereof, do each cause this Bid Bond to be duly executed on s behalf by its authorized orized o ficei, agent, or representative, EEDJ ER T1R.BLEX,. INC. Bidder's Name and Corporate Seal By: (Seal) Signature and Title Attest: aJ TVA +� Signature and Title SUR 1 Y BEAT AMERICAN ' NSURANC 70 5 /7 By: Signature an (Attach P e' of ..aornev) Martha J.. Chas , Pttonet' —i n•=Fact Attest: Signature a Note: (I) Above addresses are to be used for giving required notice. (2) Any singular reference to Bidder, Surety, OWNER or other party shall be considered plural where applicable. E.JCDC NO. 1910-28-C (l 996 Edition) 00410-1 1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to pay to OWNER upon default of Bidder the penal sum set forth on the face of this Bond. 2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents (or any extension thereof agreed to in writing by OWNER) the executed Agreement required by the Bidding Documents and any performance and payment Bonds required by the Bidding Documents. 3. This obligation shall be null and void if: 3.1. OWNER accepts Bidder's Bid and Bidder delivers within the time required by the Bidding Documents (or any extension thereof agreed to in writing by OWNER) the executed Agreement required by the Bidding Doc uucttS and any performance and payment Bonds required by the Bidding Documents, or 3,2. All Bids are rejected by OWNER, or 3.3. OWNER fails to issue a Notice of Award to Bidder within the time specified in the Bidding Documents (or any extension thereof agreed to in writing by Bidder and, if applicable, consented to by Surety when required by paragraph 5 hereof), 4. Payment under this Bond will be due and payable upon default by Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from OWNER, which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due. 5. Surety waives notice of and any and all defenses based on or arising out of any time extension to issue Notice of Award agreed to in writing by OWNER and Bidder, provided that the total time for issuing Notice of Award including extensions shall not in the aggregate exceed 120 days from Bid due date without Surety's written consent. 6. No suit or action shall be commenced under this Bond prior to 30 calendar days after the notice of default required in paragraph 4 above is received by Bidder and Surety and in no case later than one year after Bid due date. 7. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in the state in which the Project is located, S. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier or by United States PENAL SUM FORM Registered or Certified Mail, return receipt requested, postage pre -paid, and shall be deemed to be effective upon receipt by the party concerned. 9. Surety shall cause to be attached to this Bond a current and effective Power or Attorney evidencing the authority of the officer, agent or representative who executed this Bond on behalf of Surety to execute, seal and deliver such Bond and bind the Surety thereby. 10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at length. If any provision of this Bond conflicts with any applicable statute, then the provision of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect. 11 The term 'Bid" as used herein includes a Bid, offer or proposal as applicable. EJCDC NO. 1910-28-C (1996 Edition) 00410-2 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT -. _ va.vs. � s3. � '9: oit. -.(as'a'ow a• v; '�. a rh i.'A API w ' w A 26 A. 1'1 , Pb, w�: State of California Co, inty nt Los Angel es ? -'.CJS.. w9i.'� 'JiW - 'Y2.y'.RDn=J. On August 30, 2005 , before me, Date personally appeared }ss. Lena Melkonian, Notary Public Name and Title of Officer (e.g., 'Jane Doe, Notary Public") Martha J. Chase ulumimnumuimmm.iunnnrnmmnnnnniulnniiunimm�imnminnnrunn LENVA Jv rLKuivii\N 0 •�. COMM. # 1399474 ' • NOTARY PUBLIC • CALIFORNIA cn > LOS ANGELES COUNTY '--` F. My Comm. Expires Feb. 9, 2007 ILIIIWllW wuwmullit1/41W.••/uwwuuwuuwuutlwwluwuwuuwuwuwrwrur. Place Notary Seal Above Name(s) of Signer(s) lZ personally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on_the instrument the person(s), or the entity' upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand Signature of Notary Public VY I /V/VHL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date. Number of Pages: Signer(s) Other Than Named Above. Capacity(ies) Claimed by Signer Signer's Name. ❑ Individual ❑ Corporate Officer — Title(s) ❑ Partner — ❑ Limited ❑ General Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other Signer Is Representing. 's g 9 •I n 9) J y1 Top of thumb here --c.�:c,�-c.Y-t,�=<Y::;t<,r-.�.;cc;����_�_c;�c,'�=i,�c:.��:�4c_��.c,�c=:,�-c,'�:,��.-c<;�.,'cc;�;c�,�-:,'�;:,ti�r�,cc�c:;�::,c=:,c=c,'c�,•G;t�; el 1999 National Notary Association • 9350 De Solo Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.nalionalnolary.org Prod. No. 5907 Reorder: Call Toll -Free 1-800876-6827 GREAT AMERICAN INSURANCE COMPANY® Administrative Office: 580 WALNUT STREET • CINCINNATI, OHIO 45202 • 513-369-5000 ° FAX 513-723-2740 The number of persons authorized by No 0 14194 this power of attorney is not more than ONE POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below its true and lawful attoneyin fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below Name Address Limit of Power MARTHA J CHASE LOS ANGELES, UNLIMITED CALIFORNIA This Power of Attorney revokes all previous powers issued in behalf of the attomey(s)-in-fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 24th day of , iUNE , 2004 GREAT AMERICAN INSURANCE COMPANY Attest STATE OF OHIO, COUNTY OF HAMILTON - ss: On this 24th day of .JUNE , 2004, before me personally appeared DAVID C. KITCHIN, to me known, being duly sworn, deposes and says that he resides in Cincinnati, Ohio, that he is the Divisional Senior Vice President of the Bond Division of Great American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal of the said Company; that the seal affixed to the said instrument is such corporate seal, that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority DAVID C. KITCHIN (513-369-3611) This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated March 1, 1993 RESOLVED That the Division President, the several Division Vice Presidents and Assistant Vice Presidents, or any one of there, be and hereby is authorized, from time to time, to appoint one or more Attorneys -in -Fact to execute on behalf of the Company, as surety, any and all bonds, undertakings and contracts of suretyship, 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 at any time. RESOLVED FURTHER. That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretory of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract or suretyship, or other written obligation in the nature thereof such signature and seal when so used being hereby adopted by the Company as the originalsignature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affiXed. CERTIFICATION I, RONALD C. HAYES, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of March 1, 1993 have not been revoked and are now in full force and effect. Signed and sealed this 30th day of, August , 2005. S 1029T (11/01) i 1 Section 00300 BID FORM PROJECT IDENTIFICATION: 2005 Yakima Regional WWTP Blower Procurement Package THIS BID IS SUBMITTED TO: City of Yakima City Clerk's Office 129 North Second St Yakima, WA 98901 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement with Owner in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents within the specified time and for the amount indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. Bidder accepts all of the terms and conditions of the Invitation to Bid and the Instructions to Bidders, including without limitation those dealing with the disposition of bid security. This Bid will remain subject to acceptance for 90 days after the day of bid opening. Bidder will sign and submit the Agreement with the Bonds and other documents required by the Bidding Documents within 15 days after the date of Owner's Notice of Award. 3. In submitting this Bid, Bidder represents that: a. Bidder has examined copies of all the Bidding Documents and of the following Addenda (receipt of all which is hereby acknowledged): No. �-- Dated SePilno.{ R 01."1 Z ocp No. Dated b. Bidder is familiar with and has satisfied itself as to all federal, state, and local laws and regulations that may affect cost, progress, performance, and furnishing of the Work. c. Bidder certifies that the equipment furnished will comply with the Contract Documents. City of Yakima 00300 Blower Procurement -1- Bid No 10519 PN 132965 August 2005 Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Bidder, and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. e. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm, or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any person, firm, or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. f. Bidder agrees to assignment of the Owner's rights and responsibilities to Contractor as set forth in these documents. 4. Bidder will complete the Work for the following price: a. Lump Sum Base Bid Washington State Sales Tax at 8.2% Total Base Bid (Lump Sum Base Bid plus Washington State Sales Tax) $ iOct 65- /7i/ 7 9 —Lie 7 1 The lump sum base bid stated above includes all other applicable taxes. The lump sum base bid shall not include the price of Bid Alternative 1. b. Bid Alternative 1 (adder) — Vibration and Temperature Detectors in accordance with section 11613, paragraph 2-7.09 Washington State Sales Tax at 8.2% Total Bid Alternative 1 cost plus Washington State Sales Tax $ o. 2 7 cit? All other applicable taxes for this bid alternative are included in the price of Bid Alternative 1. City of Yakima Blower Procurement PN 132965 00300 -2- Bid No 10519 August 2005 A 5. Bidder recognizes that time is of the essence of the Agreement and that the Owner will suffer financial loss if the Work is not completed by the date indicated below. Bidder agrees that the Work in the Contract Award shall be completed by the following dates. Completion shall mean completed and ready for final payment in accordance with Paragraph 13.7 of the General Conditions. Initial Submittal of Detailed Shop Drawings: 15 calendar days after Notice of Award Substantial Completion (Delivery to Jobsite): 294 calendar days after Notice to Proceed Actual delivery date of equipment will be scheduled and coordinated with the Contractor. 6. Communications concerning this Bid shall be sent to Bidder at the following address: tuasttX ktc. \ a \, P LktUT S1 . 5��►►�� �t� tr�� Vvl iSSOucL1 (Ort,bc,, —11,041 5mattlnevs e kurblex Corr\ 7. The terms used in this Bid, which are defined in the General Conditions included as part of the Contract Documents, have the meanings assigned to them in the General Conditions. SIGNATURE OF BIDDER If an Individual By doing business as Business address K1 /A (signature of individual) Phone No. City of Yakima Blower Procurement PN 132965 00300 -3- Bid No 10519 August 2005 Date , 20 If a Partnership N /A By (firm 'name) (signature of general partner) Business address Phone No Date —If a Corporation By By , 20 (corporate, (signature ?RE-- S ere a e nzeperson) tl (title) Business address I lob W Q - ST � t crCc�Lf�VIAD ) bQb–ibp Phone No C41-7) 3L7L_ C et)c1 Date City of Yakima Blower Procurement DNI End of Section 00300 -4— ,20Dc7 Bid No 10519 August 2005 SEALED BID NO : 10519 DUE DATE: September 9, 2005 @ 2:OOpm BID NAME• Centrifugal Blower DEPARTMENT. Waste Water Treatment CITY OF YAKIMA BID TABULATION & COMPARISON SHEET Page 1 �i .. J. i 'ILL u '1./-11....1.1.4-1.1. 1Jti1.0 VENDORS AWARD AND REASON THEREFORE: I recommend award to Turblex, on their bid being the only responsive Inc. (both base bid and alternate bid) based and responsible bid received. /t Ju)DS Turblex Inc. Turblex Inc. Alternate Bid PURCHAr SI4�TG MANAGER/DA TE ITEM NO. OTY UNIT DESCRIPTION 1. 3 Units Furnish and deliver three single centrifugal blowers and all accessories as described in section 11613. 1,109,465.00 30,480.00 Sales Tax / Rate. 90,082.00 2,499 00 TOTAL: 1,199,547.00 32,979.00 BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. *10 For Meeting Of 10/04/05 ITEM TITLE: Consideration of a resolution authorizing the City Manager to execute all documents for the purchase of the Wastewater Treatment Plant Blower Procurement Package from Turblex, Inc. SUBMITTED BY: Dave Zabell, Assistant City Manager-� CONTACT PERSON/ TELEPHONE: Max Linden, Wastewater Utility Engineer (509) 249-6814 SUMMARY EXPLANATION: Staff respectfully requests City Council consideration of a resolution authorizing the City Manager to execute all documents for the purchase of the Wastewater Treatment Plant Blower Procurement Package for the Yakima Regional Wastewater Facility Improvements. In the adopted 2004 Wastewater Facility Plan, Section 6.2.7.6 Option 4 identifies the recommended option for replacing the old existing blowers. A Procurement Package was put together for the new blowers and advertised for bid on August 17, and 18, 2005. Bids were opened on September 9, 2005 and Turblex, Inc. (represented by Wm. H. Reilly & Co.) was the only bidder. The Lump Sum Base Bid was for $1,199,547.00 (with sales tax) and an additional $32,979.00 for Bid Alternate 1. The total of this contract will be $1,232,526.00. Resolution X Ordinance _ Contract _ Other (Specify) Funding Source: 478 Wastewater Treatment Plant Improvements (Project # 2055 Budgeted) APPROVED FOR SUBMITTAL: City Manager STAFF RECOMMENDATION: Adopt the resolution. BOARD/COMMISSION RECOMMENDATION: COUNCIL ACTION: Resolution adopted. RESOLUTION NO. R-2005-155 BOND NO. FS 4 54 88 05 PREMIUM: $12,325.00 EXECUTED IN ORIGINAL ONLY Procurement Performance Bond Any si-isular reference to Cent -actor. Surety. Owner or ocher party shall be considered plum! where acplicable. CONTRACTOR Name and Addrre=): TURBLEX, INC. 1635 WEST WALNUT STREET SPRINGFIELD, MISSOURI 65806 OWNER {?dame anal Addrea): CITY OF YAKIMA 129 NORTH 2nd STREET YAKIMA, WASHINGTON 98901 SURETY (`tame and Principal Place of 8usirsoss): GREAT AMERICAN INSURANCE COMPANY 580 WALNUT STREET CINCINNATI, OHIO 45202 PROCIrREUENT CONTRACT Data: OCTOBER 11, 2005 Amount: ONE MILLION TWO HUNDRED THIRTY-TWO THOUSAND FIVE HUNDRED TWENTY-SIX AND NO/00 Otscriprion (Nunn and Location): ($1,232,526.00) DOLLARS FURNISH AND DELIVER THREE SINGLE STAGE CENTRIFUGAL BLOWERS AND ALL ACCESSORIES AS DESCRIBED IN SECTION 11613 - BID NO. 10519 BOND lute (Not earlier thzsz Procurement. Contract Dam): OCTOBER 28 , 2005 Amount: ONE MILLION TWO HUNDRED THIRTY-TWO THOUSAND FIVE HUNDRED TWENTY-SIX AND NO/00 Kndificxtians to this Send Form: ($1,232,526.00) DOLLARS CONTRACTOR AS' PRINCIPAL Con:ma:ay: TURBLEX, UUURBLEX, INC. Name z.nd T'ade: 000,74e,- , 72i (Corp. Seal) Carne CONTRACTOR AS PRINCIPAL Compaxsy: (Corp. Sezl) Signature: `tame and Tide: PROCUREMENT Q5GI85 SFputure Name an tic: Martha . hase Attoev-i► -Fact SURETY Company: Si vinare: Name end retie: FS-! prifey (Corp. Seal) .. The Contractor and :".e Surety, jointly tnd :everuly bund therthxives. etr nee:. exec-utor. adrntnixt;scats. tttcteesors arid tiers :a :%o Owner for the tenor:nance of :ha Procurement Contract. which :S incorporated herein by reference. Z. If :he Connector perforans the Procurement Contract. the Surety Ind the Conaatctar :till :12ve no aohi{x :on under tins 3on4. except to tarnemste as :onier_tuns as provided :n Sua.'par 4 1pt 3,1. 3. It there z ao Owner Default. me Surety's activators. fader 'hu 3ond :frail arise after: 3... The Owner his notuleed the Connector and the Surety u dtt address desxbeed in Paragraph lQ below, nut tate Owner u :on. :Warm; decar:sg 1 Connector Default Ind !sass requested and arrempted :o ants a ;on.ter=nce with e'''wes Coatxactor axil the Surety to be hind act atm mut fifteen days atmr r=cpt of suet notice to discus methods a( performing that Prociatenteru Concis lar the Owner. the C:sts:ae:xor and the Surety wee. the Connector atoll be thawed z rasonaois :m* to perform the Procurement Contract.. but arch an a;.�xraait dull tot warm the Owner's r t.:f any..mnxquenny. to dre:aar a Cants tzar Default, and 3.2. The Owner lists deeaxed r Connector Din'etalt and formxllY ar =sated. the Contrac'tor's num to complete the contract. Such. Connamor Defauzlt.shall tat De dee?srall rattier :Inert retort doll arras he Coultera>: and the Surety lane. recaxv+ed :totes. u traveled in Satiparavaph 3.k: arid 3,1. The Owner haat agreed to pay the Ha,la:arat of that Coons= Price to the Surety as. axxa 4usstae mitt the :ernes: of this PYtae:aar ce tint Codonct or to L contractor stetted to perform the Promxxtthent Contract ha a=sodauscat roar the tarts_ of the contract +pros the Owner. 4. Wham die Owner has *deed that coodioans of Paxssart$ 3. the Surety stratt prompr1Y =du the Surety's aap+ante take owe of rho fallow► Mg =moan 4.L Arxafsa for the. Contac -tor, with consent of the Owner. to perform and come is tete este ttetient Coax t: or 4.2., Uddertsrs to perform and complete the Pr oostinnent Coma itatlf. through its wane or through independent contractors: or 4.3. Obtain bids or oe=auxsart protocols hsasrt qualified contractors uocptebie tea rets Owner far a =Atria or petiarmancs Ind compl es:on of tits ? ociarement Corin; arrange for a Contract to be prepared for execution, by the Owner and tete contractor selected wttit the earner's conmurencs. to be *coned with 1 perrformasattw..b_and ex,scstaig by. a. quahifld sumcquitsletnt to, the band iniad out the ? otnzx*mcnt Contra= tad :pais' to the °Arian the anatxe t 9t danuelea as de eColiPat• :in -Pat rxiyts e` in sanies .iit.ther Wane* of the Cazttr ct ?rete inose ±`di by the Owner resulting front the Contractor's default: or 4.4, Waives its region to perform szsd complete, amsage for comptatiaua, or obtain 1 we connector and with teuctlbis prompcaeas under the oiro.orrutuscui 1. Ater thvertatatiort., determine the sow= for which i3 nay be Liable to this Owner and, u soca u pratmcabie after the amooxst is detcxmitert. tender permed dictator to the Owner: or 2. Deny a beity in whole or in peri and ton* the Owner dt:ag =dons therefor; S. It the Surett does not prated as provided in l'au raish 4 with eliorable ptamptaetxt. the Surety shalt be deemed to be in default on this goad tiftx,z4 days after moron of an additiand written notice from the Owner to the Surety denunding that the Sunny perform ire obiigt» sons under taw ?oats. Ind dee Owner shall be entitled to enforce any remeiy tvxtlable to the Owner. . die Surety proceeds u provided to Subpszacaph 4.4. and the Owner refutes the payment taendtaed or the Suety ttu denied liability, is whoa* or in putt without fvrheer notice the Owner mull be minded to estfor a any remedy rwlilable to the Owner. 5. After ..e Owner Itis :enninited the Contractor's r.#nc to complete t: ?ractctement Contract. iOld :f 'lie Surety netts to at: lrsdet Suapaxl• jpn l,l, sr 4.3 aware. :.Rett :::e responssotltttes of to Surety :o the Owner dual tot oe treater ;.'tut those oft e Cantraciar utdxr the ?"at...tz:ment Contac:. tad the remortatbtiints of the: Owner to :Re surer, ,loll root oa nester :^ern rase of the Owner ,order the Procure. Tent Connect. To the artist of the amount of »'tax 3ond. cut sooner :o orrtr.Rthmett by »he Dutra/ of the Ulan= of :.hs Contract ?ti= to ni tgacon of costs and dart es on the Procurement Contract, the Surety u obii:ptZti was.'tcut duciitatuon fnr: 4.1. The :eaponstaiii es of the Contractor for rornc ion at Weeny* wort lad corrtpiedon of the Procurement C.aaWxr.: 4.1 Addition= Legal, demon professional :Ad .delay costs :'eas.lrng horst the C41177r:or'i Default. utd rear::he from :ie scoots or Whim to sect of the Surety wader ?uasgrape 4: and o 3. L-qtod.aad -ismteas. or if as :iquulated ctssnastea zre rpec.flect :n -.7e Procurement Canauct. scrum =nave. =aura by delayed ,oettox tants or nae-cer•Xatrtazace of the trntor. 7. The _ ix:try :hail lac Se azbU1 :o :rte Owner or athert :or vblieauotu of she Cwsaxsetor :ut are uorrlarsd to Use ?tocluerrsemt Canrxe:, aa'd c.le Aalancs of tsar Cranrsc: ?:.cat mall tat be :cduc:d or et ori on account of any men unret1.tezt obligat otu. No right of ac --at snail s=ets oa this 3ortd to sty its or retry ocher duo AltOwner ar its heirs, mammon. admisnatarx. ar suctsuars. 3. The Surety hereby 'e'er*+ donna et any e.haags. Mciudiatetaneet of sdme, to this Procuemeht Contract or to :elated SttaCottrial, puxtwslaet erica Itt4 other ablietttorsa ,day proceeding. regi or mutton* under this 3orrd may be insmuted xt any eouxt of Psmperrsrttt dt tete lOt t,an to ahseh tete aorx is regurre:d to ba delivered under the Ploosreussnr Contact and null * busittissd within two yeas afbtr Connector Defstsdt or within r*o yaws sem, dx4 Cotsreseror =teed wortiag or sulfa two years at' r ttta Shuler! refuses or lois to perform ita obligacans under this Band. whichever ours Cszx.. 1 * prxrvtsionl of this Paxsixspit are void or prohibited ited by law. the nnrxnmum peried U Ilmitatian amiable to swedes is 1 dufmst its the juxiadiencn of hs tett snail be applicxbhs. 10. lout* to the Surety, time Owner or he Contractor dull Ns mated ox delivered to the adrizeta Chown on tits sisftvttuze puede. 11. When this Bond has been tarnished to comply seta a statutory or other les* retruireme'ait sit the location where the wort s required to be dxiixered usxdeer the Procurement Contract. any provision :n chit Bond cattalo t; with said =MUM or Iced rcquirarttcnt scull be deemed deleted hutfacto. and prosts/oda uniforming ro such statutory or other Legal: requitement dull DIT desrrled. itexrporzt herein. -The Mars; is hat alis flood dull bet c nstuei s.a.e. statutory bond end tot u s e:nrri» mon la* bond. 1 DePbsioous. 12.1. 3alance at the Con= ?riot: The total amount payable by Use Owner to the Contractor tinder the ?roam:tum It Con - =tatter all Proper a djust:Parma have !.*vets mule. inCiUd;ng allowance to the Coatxactor of any atnoantt =erred or to be waned by the Owner in setttcsstetnt of iruutxtcs or other ' " s for clanates to which the Contractor is cruised. reduced by chi 'read end proper payments made tis ar on behalf of alt! Contractor under the Procuremeat• Contract. 12.2. ?mainmast C Crura The agreement between the Owner usd the Contractor identified on the neurone page, including xi1 the Contrast Documents and chatty= thereto. 12..3. Connector Default: Failure of the Contractor. which has tether been remedied not wowed. to petfarrn or otherwise to comply with the terns of the ?rocurtment Contract. 1:.4. Owner Default: Faust at he Owner. ertsich hat neither been remedied nor wtread, to pay the Cooaactor es mentren by the P oc-.tr tntnt Contract or to perform and compute or comply with the other terms thereof. (FOR INFORMATION ONLY --- Mame, Address zrtd Ttia+.'ctctse) AGEN''T OR 3ROK E.R. OWNER'S R.EFRESE NTA,TINT, (Liter*_act, Enezatcr or other per y) MARTHA J. CHASE BLACK & VEATCH CORPORATION 5455 Wilshire Blvd., Ste 2106 710 Second Ave„ Ste 1160 Los Angeles CA 90036 Seattle WA 98104 (323) 988-4546 PP3-t CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT fi 0 1999 National Notary Association • 9350 De Solo Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.nationalnotary.org Prod, No 5907 Reorder: Call Toll -Free 1-800-876-6827 State of California County of Los Angeles On October 28, 2005 , before me, Date personally appeared Lena Melkonian, Notary Public Name and Title of Officer (e.g., 'Jane Doe, Notary Public") Martha J. Chase nnlnuunu'nll ENA MELKONIA N COMM. # 1399474 ;; NOTARY PUBLIC - CALlt-ORNIA U) LOS ANGELES COUNTY '— My Comm. Expires Feb. 9, 2007 LuuluUIanieu sium tWNYWNWNINNN41NN11NINIItutimmitiim NNUWur Place Notary Seal Above Name(s) of Signer(s) ® personally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand OPTIONAL Signature of Notary Public eal. Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above. Capacity(ies) Claimed by Signer Signer's Name. ❑ Individual ❑ Corporate Officer — Title(s) ❑ Partner — 0 Limited 0 General Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other Signer Is Representing RIGHT THUI OF SIG PRINT R Top of thumb here I GREAT AMERICAN INSURANCE COMPANY® Administrative Office: 580 WALNUT STREET • CINCINNATI, OHIO 45202 • 513-369-5000 • FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than ONE No. 0 14194 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS. That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below its true and lawful attomeyin-fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below Name MARTHA J CHASE Address Limit of Power LOS ANGELES, UNLIMITED CALIFORNIA This Power of Attorney revokes all previous powers issued in behalf of the attorney(s)-in-fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 24th day of , JUNE , 2004 Attest GREAT AMERICAN INSURANCE COMPANY STATE OF OHIO, COUNTY OF HAMILTON - ss: DAVID C. KITCHIN (513-369-3811) On this 24th day of JUNE , 2004, before me personally appeared DAVID C. KITCHIN, to me known, being duly sworn, deposes and says that he resides in Cincinnati, Ohio, that he is the Divisional Senior Vice President of the Bond Division of Great American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal of the said Company; that the seal affixed to the said instrument is such corporate seal, that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated March 1, 1993 RESOLVED That the Division President, the several Division Vice Presidents and Assistant Vice Presidents, or any one of them, be and hereby is authorized, from time to time, to appoint one or more Attorneys -in -Fact to execute on behalf of the Company, as surety, any and all bonds, undertakings and contracts of suretyship, 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 at any time. RESOLVED FURTHER. That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract or suretyship, or other written obligation in the nature thereof such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the sante force and effect as though manually affixed. CERTIFICATION I, RONALD C. HAYES, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directcrs of March i, 1993 have not been revoked and are now in full force and effect. Signed and sealed this 28th day of, October , 2005. S 1029T (11/01) TERRORISM COVERAGE RIDER NOTICE -DISCLOSURE OF TERRORISM COVERAGE AND PREMIUM The Terrorism Risk Insurance Act of 2002 establishes a program within the Department of the Treasury, under which the federal government shares, with the insurance industry, the risk of loss from future terrorist attacks. The Act applies when the Secretary of the Treasury certifies that an event meets the definition of an Act of Terrorism. The Act provides that, to be certified, an Act of Terrorism must cause losses of at least five million dollars and must have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest to coerce the government or population of the United States. To be attached to and form part of Bond No. FS4 54 88 05eftective October 28, 2005 In accordance with the Terrorism Risk Insurance Act of 2002, we are providing this disclosure notice for bonds on which Great American Insurance Company, its affiliates (including, but not limited to Great American Alliance Insurance Company, Great American Insurance Company of New York and Great American Assurance Insurance Company) is the surety. The United States Governnent, Department of the Treasury, will pay a share of terrorism losses insured under the terms of the Act. The federal share equals 90% of that portion of the amount of such insured losses that exceeds the applicable insurer retention. This Coverage Part/Policy covers certain losses caused by terrorism. In accordance with the Federal Terrorism Risk Insurance Act of 2002, we are required to provide you with a notice disclosing the portion of your premium, if any, attributable to the coverage arising from losses for Terrorist Acts Certified under that Act. The portion of your annual premium that is attributable to coverage for Terrorist Acts Certified under the Act is : $:00. TURBLEX/ 1635 W Walnut Street Springfield, Missouri 65806-1643 Telephone (417) 864-5599 '') Facsimile (417) 866-0235 E-mail:¢ turblexCa�turblex.com Web ite: www.turblex.com i C i November 1, 2005 Richard Z. Zais, Jr. City Manager City of Yakima 129 No. 2nd Street Yakima, WA 98901 Subject: Yakima Regional WWTP Blower Procurement Package Contract No. 1 — Procurement of Single -Stage Centrifugal Blowers Dear Mr. Zais: We have received and thank you for your order covering three 3-KA5SV-GL210 machines and appurtenances. We are pleased to accept your order and have assigned it our job number 05102937T. Ms. Elizabeth Tran has been assigned Project Manager, and she will follow the project from engineering through start-up. All technical questions should be directed to Elizabeth. Thank you for your order, and we look forward to working with you on this project. Regards, Peter Miller Vice President pmillerturblex.com cc: Elizabeth Tran Guy Mace Scott Matthews Michael Reilly Order Entry G:\JOBS\2937T\Order_Entry\Acceptance_Itr. doc.sj