Loading...
HomeMy WebLinkAbout045-26 RESOLUTIONPage 1 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 45-26 File Number: 2026-78 A RESOLUTION TO AWARD BID #25-54 AND AUTHORIZE A CONTRACT WITH OPW COMMERCIAL SERVICES OF ARKANSAS LLC IN THE AMOUNT OF $47,000.00 FOR THE PAINTING OF APPROXIMATELY 1,000 FIRE HYDRANTS IN FAYETTEVILLE’S WATER SERVICE AREA, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $9,400.00 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #25-54 and authorizes Mayor Rawn to sign a contract with OPW Commercial Services of Arkansas LLC in the amount of $47,000.00 for the painting of approximately 1,000 fire hydrants in Fayetteville’s water service area, and further authorizes a project contingency in the amount of $9,400.00. PASSED and APPROVED on February 3, 2026 Approved: _______________________________ Molly Rawn, Mayor Attest: _______________________________ Kara Paxton, City Clerk Treasurer CONTRACT: Bid 25-54, Fire Hydrant Painting Page 1 of 7 City of Fayetteville, AR Contract for Services Fire Hydrant Painting Contractor: OPW Commercial Services of Arkansas LLC Term: Single Project THIS AGREEMENT is made this __________ day of , 2026, by and between City of Fayetteville, Arkansas, acting by and through its Mayor (hereinafter called CITY OF FAYETTEVILLE or CITY) and OPW Commercial Services of Arkansas LLC (hereinafter called OPW or Contractor). CITY OF FAYETTEVILLE and OPW, in consideration of their mutual covenants, agree as follows: 1.Contracted parties and relationship: a.This agreement shall be binding between all parties. Fees shall be provided as identified in appendices. i.OPW’s Tax identification number (TIN) ending in 6976 ii.OPW ’s Secretary of State Filing No. 811585024 2.Entire Agreement and Exhibits: This Agreement sets forth the entire agreement and understanding between the parties on the subject matter of this Agreement. Neither party shall be bound by any conditions, definitions, representations or warranties with respect to the subject matter of this Agreement other than those as expressly provided herein. a.Appendices included under this agreement include the following: i.Appendix A: Bid Tabulation ii.Appendix B: Bid package identified as Bid 25-54, Fire Hydrant Painting with the specifications and conditions typed thereon inclusive of all bidding documents and issued addenda. iii.Appendix C: OPW’s bid submittal b.This agreement may be modified only by a duly executed written instrument signed by the CITY and OPW. c.ORDER OF PRECEDENCE: In case of any inconsistency, conflict, or ambiguity among the Contract Documents, the documents shall govern in the following order: (a) Change Orders and written amendments to this Agreement which are executed by all parties; (b) the Agreement; (c) OPW’s Bid Proposal (d) City’s published bid and associated Addenda. 3.Notices: Any notice required under this Agreement shall be in writing, address to the appropriate party at the following addresses: a.City of Fayetteville: 113 W. Mountain, Fayetteville, AR 72701 b.OPW Commercial Services of Arkansas LLC, 7522 E Seminole St., Tulsa, OK 74115 4.General Provisions: a.ETHICS: All parties shall perform with integrity. Each shall avoid conflicts of interest and promptly disclose to any other part any conflicts that may arise. All parties warrant that it has not and shall not pay or receive any contingent fees or gratuities to or from any other party, including agents, officer’s employers, Subcontractors, Sub subcontractors, Suppliers, Volunteers, Elected Officials, or Others to secure preferential treatment. 3rd February CONTRACT: Bid 25-54, Fire Hydrant Painting Page 2 of 7 City of Fayetteville, AR b. Workmanship: The Work shall be executed in accordance with the Contract Documents. All materials used in the Work shall be furnished in sufficient quantities to facilitate the proper and expeditious execution of the Work and shall be new except as otherwise provided in the Contract Documents. c. MATERIALS FURNISHED BY CITY OR OTHERS: If the Work includes installation of materials or equipment furnished by City or Others, it shall be the responsibility of OPW to examine the items so provided and thereupon handle, store, and install the items, unless otherwise provided in the Contract Documents, with such skill and care as to provide a satisfactory and proper installation. Loss or damage due to acts or omissions of OPW shall be the responsibility of OPW and may be deducted from any amounts due or to become due. Any defects discovered in such materials or equipment shall be reported at once to the City. d. OPW shall perform all duties and responsibilities necessary to coordinate the various parts of the Work and to prepare its Work for the work of City or Others. e. COMPLIANCE WITH LAWS: OPW shall comply with all the Law at its own cost. OPW shall be liable to City for all loss, cost, or expense attributable to any acts or omissions by OPW, its employees, subcontractors, suppliers, and agents for failure to comply with Laws, including fines, penalties, or corrective measures. f. COST OF CORRECTING DAMAGED OR DESTROYED WORK: With regard to damage or loss attributable to the acts or omissions of City or Others and not to OPW, City may either (a) promptly remedy the damage or loss and assume affected warranty responsibilities, (b) accept the damage or loss, or (c) issue a Change Order to remedy the damage or loss. If OPW incurs costs or is delayed due to such loss or damage, OPW may seek an equitable adjustment in the Cost of the Work. Any equitable adjustment shall be approved by all parties. g. Taxes and Permits: OPW shall give public authorities all notices required by law and shall obtain and pay for all necessary permits, licenses, and renewals pertaining to the Work. OPW shall provide to City copies of all notices, permits, licenses, and renewals required under this Agreement. h. DISCOUNTS: All discounts for prompt payment shall accrue to City. All trade discounts, rebates, and refunds, and all returns from sale of surplus materials and equipment, shall be credited to the Cost of the Work, or directly to the City after final payment. i. EXTENT OF AGREEMENT: Except as expressly provided, this Agreement is for the exclusive benefit of all Parties, and not the benefit of any third party. This Agreement represents the entire and integrated agreement between the Parties, and supersedes all prior negotiations, representations, or agreements, either written or oral. This Agreement and each and every provision is for the exclusive benefit of all Parties and not for the benefit of any third party. j. ASSIGNMENT: Except as to the assignment of proceeds, no Party shall assign their interest in this Agreement without the written consent of the other Party. The terms and conditions of this Agreement shall be binding upon all Parties, their partners, successors, assigns, and legal representatives. No Party shall assign the Agreement without written consent of the other. k. Where figures are given, they shall be preferred to scaled dimensions. l. DEBARMENT AND SUSPENSION: By execution of this agreement, OPW certifies that to the best of its knowledge and belief that OPW and its principals: i. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; ii. Have not within a three year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or CONTRACT: Bid 25-54, Fire Hydrant Painting Page 3 of 7 City of Fayetteville, AR commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; iii. Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (2) of this certification; and iv. (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. v. OPW understands that a false statement on certification regarding debarment and suspension may be grounds for rejection of this proposal or termination of the award. In addition, under 18 USC Sec. 1001, a false statement may result in a fine. I further certify that I will obtain a similar certification for each subcontract awarded in excess of $50,000. 5. Contract Document Review and Administration a. Before commencing the Work, OPW shall examine and compare the specifications with information furnished by the City that are considered Contract Documents, relevant field measurements made by OPW, and any visible conditions at the Worksite affecting the Work. b. Should OPW discover any errors, omissions, or inconsistencies in the Contract Documents, OPW shall promptly report them to the City. Following receipt of written notice of defects, City shall promptly inform OPW what action, if any, OPW shall take with regard to the defect. c. Nothing in this section shall relieve OPW of responsibility for its own errors, inconsistencies, or omissions. d. COST REPORTING: OPW shall maintain complete, accurate, and current records that comply with generally accepted accounting principles and calculate the proper financial management under this Agreement. OPW shall maintain a complete set of all books and records prepared or used by OPW with respect to the Project. City shall be afforded access to all of OPW's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to this Agreement. OPW shall preserve all such records for a period of three years after the final payment or longer where required by Law. 6. Subcontracts: a. BINDING OF SUBCONTRACTORS AND SUPPLIERS: OPW agrees to bind every Subcontractor and Supplier and require every Subcontractor to so bind its subcontractors and significant supplier, to the Contract Documents as they apply to the Subcontractor's or Supplier's applicable provisions to that portion of the Work. b. OPW agrees not to subcontract at risk related services without prior written consent from the City. 7. Fees, Expenses, and Payments: a. OPW, at its own cost and expense, shall furnish all labor, materials, supplies, machinery, equipment, tools, supervision, insurance, tax permits, and all other accessories and services necessary to complete items bid per Bid 25-54 as stated in OPW’s bid response, and in accordance with specifications attached hereto and made a part hereof under Bid 25-54, all included herein as if spelled out word for word. b. This project providing labor and materials shall be provided to the City for a fee of $47,000.00 US Dollars, not including any City Council approved contingency. c. The City of Fayetteville shall pay OPW for completion of the project based on a percentage of work completed. CONTRACT: Bid 25-54, Fire Hydrant Painting Page 4 of 7 City of Fayetteville, AR d. Payments will be made after approval and acceptance of work and submission of invoice Payments will be made approximately 30 days after approval of invoice. The City of Fayetteville reserves the right to request receipts for materials purchased for the City of Fayetteville from suppliers, subcontractors, or other sources. The City of Fayetteville does not agree to any interest or penalty for “untimely” payments. 8. Time: a. Time is of the essence with regard to the obligations of the Contract Documents. b. Unless instructed by City in writing, OPW shall not knowingly commence the Work before the effective date of OPW’s required insurance and formal written and signed Purchase Order issued by the City of Fayetteville Procurement Division. c. Schedule of Work: Before submitting its first application for payment, OPW shall submit to City a Schedule of the Work showing the dates on which OPW plans to begin and complete various parts of the Work, including dates on which information and approvals are required from City. Except as otherwise directed by City, OPW shall comply with the approved Schedule of the Work. i. City may determine the sequence in which the Work shall be performed, provided it does not unreasonably interfere with the approved project schedule. City may require OPW to make reasonable changes in the sequence at any time during the performance of the Work in order to facilitate the performance of work by City or Others. 9. Notices: Any notice required to be given under this Agreement to either party to the other shall be sufficient if addressed and mailed, certified mail, postage paid, delivery, fax or e-mail (receipt confirmed), or overnight courier. 10. Jurisdiction: Legal jurisdiction to resolve any disputes shall be Arkansas with Arkansas law applying to the case. 11. Venue: Venue for all legal disputes shall be Washington County, Arkansas. 12. Freedom of Information Act: City of Fayetteville contracts and documents prepared while performing 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, OPW shall 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. 13. 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. 14. Insurance: a. OPW shall furnish a certificate of insurance addressed to the City of Fayetteville within ten (10) calendar days after contract finalization, presenting insurance which shall be maintained throughout the term of the Contract in compliance with the terms of Bid 25-54. If applicable, OPW shall require any subcontractor to provide insurance. In the event any employee engaged in work on the project under this contract is not protected under Worker’s Compensation insurance, OPW shall provide and shall cause each subcontractor to provide adequate employer’s liability insurance for the protection of such of their employees are not otherwise protected. Worker’s Compensation coverage shall be applicable with state law. CONTRACT: Bid 25-54, Fire Hydrant Painting Page 5 of 7 City of Fayetteville, AR i. OPW shall carry the following coverages, at minimum: 1. Worker’s Compensation Insurance – Statutory Amount 2. Automotive Insurance covering all vehicles and trailers, if applicable 3. General Liability - $1,000,000 each occurrence, $3,000,000 aggregate ii. Certificates of Insurance shall list the City of Fayetteville as an additional insured. Listing the CITY as a Certificate Holder only is NOT an acceptable substitute. Certificates of Insurance must include the endorsement(s) showing the City of Fayetteville listed as an additional insured. 15. Professional Responsibility: OPW will exercise reasonable skill, care, and diligence in the performance of services and will carry out its responsibilities in accordance with customarily accepted professional practices. CITY OF FAYETTEVILLE will promptly report to OPW any defects or suspected defects in services of which CITY OF FAYETTEVILLE becomes aware, so OPW can take measures to minimize the consequences of such a defect. CITY OF FAYETTEVILLE retains all remedies to recover for its damages caused by any negligence of OPW. 16. Responsibility of the City of Fayetteville a. CITY OF FAYETTEVILLE shall, within a reasonable time, so as not to delay the services of OPW: i. Provide full information as to the requirements for the Project. ii. Assist OPW by placing at OPW’s disposal, all available information pertinent to the assignment including previous reports and any other data relative thereto. iii. Assist OPW in obtaining access to property reasonably necessary for OPW to perform its services. iv. Examine all studies, reports, sketches, cost opinions, proposals, and other documents presented by OPW and render in writing decisions pertaining thereto. v. Review all documents and provide written comments to OPW in a timely manner. vi. The Utilities Director is the project representative with respect to the services to be performed under this Agreement. The Utilities Director shall have complete authority to transmit instructions, receive information, interpret and define policies and decisions with respect to materials, equipment, elements and systems to be used in the Project, and other matters pertinent to the services covered by this Agreement. 17. Termination: This Contract may be terminated by the City of Fayetteville or OPW for any reason with thirty (30) days written notice. If either party breaches this agreement, the non-defaulting party may terminate this Agreement after giving seven (7) days’ notice to remedy the breach. On termination of this agreement, the City shall pay OPW for the services performed through the date of termination within thirty (30) days of acceptance of final invoice. 18. Delays a. In the event the services of OPW are suspended or delayed by CITY OF FAYETTEVILLE, or by other events beyond OPW’s reasonable control, OPW shall be entitled to additional compensation and time for reasonable documented costs incurred by OPW in temporarily closing down or delaying the Project. b. In the event the services are suspended or delayed by OPW, CITY shall be entitled to compensation and time for reasonable costs incurred in temporarily closing down or delaying the Project. 19. Indemnification: The CITY requires OPW to indemnify, defend and hold harmless the CITY OF FAYETTEVILLE for any loss caused by negligence and from and against any and all loss where loss is caused or incurred or alleged to CONTRACT: Bid 25-54, Fire Hydrant Painting Page 6 of 7 City of Fayetteville, AR be caused or incurred in whole or in part as a result of the negligence or other actionable fault of the OPW, or their employees, agents, Subcontractors, sub consultant and Suppliers of OPW. 20. Force Majeure: Any default in the performance of this Agreement caused by any of the following events and without fault or negligence on the part of the defaulting party shall not constitute a breach of contract: labor strikes, riots, war, acts of governmental authorities, unusually severe weather conditions or other natural catastrophe, disease, epidemic or pandemic, or any other cause beyond the reasonable control or contemplation of either party. Nothing herein relieves the City of its obligation to pay KARAS for services actually rendered. 21. Publications: Recognizing the importance of professional services on the part of OPW’s employees and the importance of OPW’s public relations, OPW may prepare publications, such as technical papers, articles for periodicals, promotional materials, and press releases, in electronic or other format, pertaining to OPW’s services for the Project. Such publications will be provided to CITY OF FAYETTEVILLE in draft form for CITY OF FAYETTEVILLE’s advance review. CITY OF FAYETTEVILLE shall review such drafts promptly and provide CITY OF FAYETTEVILLE’s comments to OPW, CITY OF FAYETTEVILLE may require deletion of proprietary data or confidential information from such publications, but otherwise CITY OF FAYETTEVILLE will not unreasonably withhold approval. Approved materials may be used in a variety of situations and do not require additional review or approval for each use. The cost of OPW’s activities pertaining to any such publication shall be for OPW’s account. 22. Additional Responsibilities of OPW: a. Review, approval, or acceptance of design drawings, specifications, reports and other services furnished hereunder by CITY shall not in any way relieve OPW of responsibility for the technical adequacy of the work. Review, approval or acceptance of, or payment for any of the services by CITY shall not be construed as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement. b. OPW shall be and shall remain liable, in accordance with applicable law, for all damages to CITY OF FAYETTEVILLE caused by OPW’s negligent performance, except beyond the OPW’s normal standard of care, of any of the services furnished under this Agreement, and except for errors, omissions or other deficiencies to the extent attributable to CITY OF FAYETTEVILLE or CITY OF FAYETTEVILLE-furnished data. c. OPW’s obligations under this clause are in addition to OPW’s other express or implied assurances under this Agreement or State law and in no way diminish any other rights that CITY OF FAYETTEVILLE may have against OPW for faulty materials, equipment, or work. 23. Gratuities: If CITY OF FAYETTEVILLE finds after a notice and hearing that OPW or any of OPW agents or representatives, offered or gave gratuities (in the form of entertainment, gifts or otherwise) to any official, employee or agent of CITY OF FAYETTEVILLE or related third party contractor associated with this project, in an attempt to secure an agreement or favorable treatment in awarding, amending or making any determinations related to the performance of this Agreement, CITY OF FAYETTEVILLE may, by written notice to OPW terminate this Agreement. CITY OF FAYETTEVILLE may also pursue other rights and remedies that the law or this Agreement provides. However, the existence of the facts on which CITY OF FAYETTEVILLE bases such finding shall be in issue and may be reviewed in proceedings under the Remedies clause of this Agreement. CONTINUES ON NEXT PAGE CONTRACT: Bid 25-54, Fire Hydrant Painting Page 7 of 7 City of Fayetteville, AR IN WITNESS WHEREOF, CITY OF FAYETTEVILLE, ARKANSAS by and through its Mayor, and OPW COMMERCIAL SERVICES OF ARKANSAS LLC by its authorized officer have made and executed this Agreement as of the day and year first above written. CITY OF FAYETTEVILLE, ARKANSAS OPW COMMERCIAL SERVICES OF ARKANSAS LLC By: ________ Mike Flowers, General Manager By: Molly Rawn, Mayor ATTEST: By: Kara Paxton, City Clerk - Treasurer Date Signed: _______________________ Date Signed: _________________________ 02-03-2026 City of Fayetteville Staff Review Form 2026-78 Item ID 2/3/2026 City Council Meeting Date - Agenda Item Only N/A for Non-Agenda Item Tim Nyander 1/8/2026 WATER SEWER (720) Submitted By Submitted Date Division / Department Action Recommendation: Staff recommends awarding Bid 25-54 and approving a contract with OPW Commercial Services of Arkansas LLC in the amount of $47,000.00 for the painting of approximately 1,000 fire hydrants in Fayetteville’s water service area, and approval of a project contingency in the amount of $9,400.00. Budget Impact: 5400.720.4000-5315.00 Water & Sewer Account Number Fund N/A N/A Project Number Project Title Budgeted Item?Yes Total Amended Budget $204,667.00 Expenses (Actual+Encum)$- Available Budget $204,667.00 Does item have a direct cost?Yes Item Cost $56,400.00 Is a Budget Adjustment attached?No Budget Adjustment $- Remaining Budget $148,267.00 V20221130 Purchase Order Number:Previous Ordinance or Resolution # Change Order Number:Approval Date: Original Contract Number: Comments: Page 1 City of Fayetteville, Arkansas Legislation Text 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 File #: 2026-78 A RESOLUTION TO AWARD BID #25-54 AND AUTHORIZE A CONTRACT WITH OPW COMMERCIAL SERVICES OF ARKANSAS LLC IN THE AMOUNT OF $47,000.00 FOR THE PAINTING OF APPROXIMATELY 1,000 FIRE HYDRANTS IN FAYETTEVILLE’S WATER SERVICE AREA, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $9,400.00 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #25-54 and Mailing address: 113 W. Mountain Street Fayetteville, AR 72701 www.fayetteville-ar.gov CITY COUNCIL MEMO 2026-78 MEETING OF FEBRUARY 3, 2026 TO: Mayor Rawn and City Council THROUGH: Keith Macedo, Chief of Staff FROM: Tim Nyander, Utilities Director SUBJECT: Bid 25-54 OPW Commercial Services of Arkansas LLC — Fire Hydrant Painting RECOMMENDATION: Staff recommends awarding Bid 25-54 and approving a contract with OPW Commercial Services of Arkansas LLC in the amount of $47,000.00 for the painting of approximately 1,000 fire hydrants in Fayetteville’s water service area, and approval of a project contingency in the amount of $9,400.00. BACKGROUND: On Tuesday, December 16, 2025, sealed bids were opened for Fire Hydrant Painting. This involved approximately 1,000 fire hydrants to be cleaned, primed, and painted. There were 12 bids received with the following results. Bidder Amount Bidder Amount 1 OPW Commercial Services $47,000 7 Sandridge Construction $144,990 2 S & S Sealcoating Inc $60,000 8 DC Sparks Construction $164,240 3 ARK Maintenance Pros $72,540 9 Kept Companies Inc $175,000 4 Cyrus Service LLC $79,450 10 Certapro Painters NWA $232,000 5 Five Star Painting $99,100 11 Goodwin & Goodwin, Inc $305,000 6 Superior Painting & Epoxy $120,000 12 MAGNAFORM $853,880 DISCUSSION: The painting project specifies that each hydrant must have the surface cleaned to remove contaminants and old paint. The surface must be prepared for painting, which may involve hand scraping, wire brushing, or using a power tool. Painting involves applying paint via brush, roller, or spray, depending on the material. The paint must be durable, weather-resistant, and provide UV protection. After painting the barrel while the paint is still wet, Type Mailing address: 113 W. Mountain Street Fayetteville, AR 72701 www.fayetteville-ar.gov 1 glass beads are sprinkled onto the wet paint, which adhere and become a permanent, reflective part of the hydrant’s surface. Colors are applied to the Bonnet and End Caps to indicate water flow capacity through the bonnet and nozzles so that responding fire companies can immediately recognize a suitable water source that will provide enough water for their needs. BUDGET/STAFF IMPACT: Funds are available for this project in the Contract Services operational account in the Water & Sewer Fund. ATTACHMENTS: 3. Staff Review Form, 4. Bid 25-54, Contract, 5. Appendix A - Bid Tabulation, 6. Appendix B - City Issued Bid, 7. Appendix C - Bid Submittal Line # Description QTY UOM Unit Extended Unit Extended Unit Extended 1 Painting of approximately 1,000 fire hydrants 1000 EA $47.00 $47,000.00 $60.00 $60,000.00 $72.54 $72,540.00 Line # Description 1 Painting of approximately 1,000 fire hydrants QTY UOM Unit Extended Unit Extended Unit Extended 1000 EA $99.10 $99,100.00 $120.00 $120,000.00 Line # Description 1 Painting of approximately 1,000 fire hydrants QTY UOM Unit Extended Unit Extended Unit Extended 1000 EA $144.99 $144,990.00 $164.24 $164,240.00 $1,750.00 $175,000.00 Line # Description 1 Painting of approximately 1,000 fire hydrants QTY UOM Unit Extended Unit Extended Unit Extended 1000 EA $305.00 $305,000.00 $853.88 $853,880.00 Total Total Total MAGNAFORM (Leonard Systems LLC) $232,000.00 $305,000.00 $853,880.00 $144,990.00 $164,240.00 $175,000.00 Certapro Painters NWA (A & M Lewis Enterprises Inc) Goodwin & Goodwin, Inc. Cyrus Service LLC $120,000.00 Sandridge Construction DC Sparks Consruction Kept Companies Inc Five Star Painting of Fayetteville (KLC Group LLC) Superior Painting & Epoxy Coatings $79,450.00 $99,100.00 BID TABULATION Bid 25-54, Fire Hydrant Painting DEADLINE: Tuesday, December 16, 2025 at 2:00 PM ARK Maintenance Pros LLC $72,540.00Total$60,000.00 S & S Sealcoating Inc OPW Commercial Services $47,000.00 * NOTICE: Bid award is contingent upon vendor meeting minimum specifications and formal authorization by City Officials. ______________________________________________________________________________ Trevel Young, Procurement Agent ______________________________________________________________________________ Amanda Beilfuss, Procurement Director City of Fayetteville, AR Bid 25-54, Fire Hydrant Painting Page 1 of 12 City of Fayetteville, Arkansas Procurement Division – Room 306 113 W. Mountain Fayetteville, AR 72701 Phone: 479.575.8256 TDD (Telecommunication Device for the Deaf): 479.521.1316 Bid 25-54 Fire Hydrant Painting DEADLINE:Tuesday,December 16,2025,before 2:00 PM, Local Time PROCUREMENT AGENT:Trevel Young, tyoung@fayetteville-ar.gov DATE OF ISSUE AND ADVERTISEMENT: 11/23/2025 No late bids will be accepted.Bids shall be submitted in one of the following methods: (1) through the City’s third-party electronic bidding platform, or (2) delivering in person via sealed envelope to the City of Fayetteville Procurement Division. Submitting through the City’s electronic bidding platform is strongly encouraged. City of Fayetteville Procurement Division – Room 306 113 West Mountain Street Fayetteville, AR 72701 All bids shall be submitted in accordance with the attached City of Fayetteville specifications and bid documents attached hereto. Each bidder shall supply all information requested; failure to do so may be used as basis of rejection. The undersigned hereby offers to furnish & deliver the articles or services as specified, at the prices & terms stated herein, and in strict accordance with the specifications and general conditions of bidding, all of which are made a part of this offer. This offer is not subject to withdrawal unless upon mutual written agreement by the Proposer/Bidder and City Procurement Director. INVITATION TO BID City of Fayetteville, AR Bid 25-54, Fire Hydrant Painting Page 2 of 12 City of Fayetteville Bid 25-54 Fire Hydrant Painting Advertisement City of Fayetteville,Arkansas INVITATION TO BID Fire Hydrant Painting The City of Fayetteville is seeking bids for the painting of approximately 1,000 fire hydrants. Any questions concerning the bidding process should be addressed to Trevel Young, City of Fayetteville Procurement Agent, at tyoung@fayetteville-ar.gov or by calling (479)575-8289. Bidding documents, plans, plan holders, and addenda shall be obtained at the City of Fayetteville Purchasing Division’s electronic bidding platform at www.fayetteville-ar.gov/bids. All bids shall be received by Tuesday, December 16, 2025, before 2:00 PM, local time utilizing the electronic bidding software, which is strongly encouraged, or by submitting a sealed physical bid prior to the stated time. A public bid opening will be conducted shortly after the deadline at City Hall and livestreamed on Zoom. The City shall not be responsible for lost or misdirected bids, or for failure of bidders’ technical equipment. Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business enterprises. Any bidder providing a service must be registered with the Arkansas Secretary of State by the bid award. The City reserves the right to waive irregularities, to reject bids, and to postpone the award of the Contract for a period of time which shall not exceed beyond ninety calendar days from the bid opening date. City of Fayetteville By: Trevel Young, Procurement Agent 479.575.8289 tyoung@fayetteville-ar.gov TDD (Telecommunications Device for the Deaf): (479) 521-1316 Date of advertisement: 11/23/2025 This publication was paid for by the Procurement Division of the City of Fayetteville, Arkansas. Amount paid: $146.01 City of Fayetteville, AR Bid 25-54, Fire Hydrant Painting Page 3 of 12 City of Fayetteville Bid 25-54 Fire Hydrant Painting Bidding Instructions EXECUTION OF BID - This bid shall be completed in full, executed, and submitted by an authorized agent of the bidder. All bids shall provide responses to items in the following categories utilizing the online bidding portal or the physical bid form obtained via the online bidding portal: Attributes Line Items Actual specification of any deficient item shall be noted on a separate attachment or as a note in the Line Item section of the online bidding portal.If specifications of item bid differ from provided literature,deviation shall be documented and certified by the manufacturer as a regular production option. If submitting a physical bid is preferred, please contact the Procurement Division at (479) 575-8256. PRICE: Bidders shall submit pricing on the City’s online bidding portal (ww.fayetteville-ar.gov/bids) in the format presented online or delivering a sealed, labeled envelope containing the Bid Invitation document obtained via the online portal to the City of Fayetteville Procurement Division. Upon submitting this Bid, the bidder certifies that: 1. Bidder has read and agrees to the requirements set forth in this bid , including specifications, terms, standard conditions, and any pertinent information regarding the articles being bid on. 2. Unless otherwise noted and explained, the unit bid and listed meets or exceeds all of these requirements as specified by The City of Fayetteville. 3. Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. Refer to the City’s electronic bidding platform to submit bid pricing electronically. Contact the City Procurement Division to obtain documents necessary to submit a physical sealed bid; however, all bidders are strongly encouraged to submit on the City’s online bidding portal. City of Fayetteville, AR Bid 25-54, Fire Hydrant Painting Page 4 of 12 4. Pursuant Arkansas Code Annotated §25-1-1002, the Contractor agrees and certifies that they do not currently boycott Energy, Fossil Fuel, Firearms, and Ammunition Industries during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-1002. If at any time during the contract the contractor decides to boycott Energy, Fossil Fuel, Firearms, and/or Ammunition Industries, the contractor must notify the contracted public entity in writing. 5. The Bidder can and will comply with all specifications and requirements for delivery, documentation and support as specified herein. 6. The Bidder certifies they are an officer of this organization, or have attached a letter of authorization, and they are duly authorized to certify the information provided herein is accurate and true. 7. Bidder shall comply with all State and Federal Equal Opportunity and Non-Discrimination requirements and conditions of employment in addition to all federal, state, and local laws. 8. Bidder will perform the Work in compliance with all applicable trench safety standards set forth in Occupational Safety and Health Administration (OSHA) Part 1926 – Subpart P – Excavations, when applicable. 9. The bidder certifies they are not presently debarred or suspended and they are in compliance with the below Federal Executive Order: a. Federal Executive Order (E.O.) 12549 “Debarment and Suspension“ requires that all contractors receiving individual awards, using federal funds, and all sub-recipients certify that the organization and its principals are not debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal department or agency from doing business with the Federal Government. b. Bidder certifies that neither bidder or principal is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. END OF BIDDING INSTRUCTIONS City of Fayetteville, AR Bid 25-54, Fire Hydrant Painting Page 5 of 12 City of Fayetteville Bid 25-54 Fire Hydrant Painting General Terms and Conditions 1. SUBMISSION OF BID &BID EVALUATION: a. Bids shall be reviewed following the stated deadline, as shown on the cover sheet of this document. b. Bidders shall submit bids based on documentation published by the Fayetteville Procurement Division. c. Bidding documents and addenda shall be obtained at the City of Fayetteville Procurement Division’s electronic bidding platform at www.fayetteville-ar.gov/bids. All bids shall be received by the deadline, utilizing the electronic bidding software or as stated in the bid advertisement. A public bid opening will be conducted shortly after the deadline at City Hall and livestreamed on zoom. No late bids shall be accepted. The City of Fayetteville shall not be responsible for lost or misdirected bids, or for failure of bidder’s technical equipment. d. The City will not be responsible for misdirected physical bids. Bidder should call the Procurement Office at 479.575.8256 to ensure correct receipt of bidding documents prior to opening time and date listed on the bid form. e. Bidders shall have experience in providing products and/or services of the same or similar nature. f. Bidder is advised that exceptions to any of the terms contained in this bid must be identified in its response to the bid. Failure to do so may lead the City to declare any such term non- negotiable. Bidder’s desire to take exception to a non-negotiable term will not disqualify it from consideration for award. g. Local time is defined as the time in Fayetteville, Arkansas on the due date of the deadline. Bids shall be received before the time as shown by the atomic clock located in the Procurement Division Office or electronic clock located in the City’s third-party bidding software. h. Bids will be evaluated and awarded based on the best interest of the City of Fayetteville. The City reserves the right to award bids in their entirety, none, or by line item. 2. WRITTEN REQUESTS FOR INTERPRETATIONS OR CLARIFICATION: No oral interpretations will be made to any firms as to the meaning of specifications or any other contract documents. All questions pertaining to the terms and conditions or scope of work of this bid must be sent in writing via e-mail to the Procurement Agent. Responses to questions may be handled as an addendum if the response would provide clarification to the requirements of the bid. All such addenda shall become part of the contract documents. The City will not be responsible for any other explanation or interpretation of the proposed bid made or given prior to the award of the contract. City of Fayetteville, AR Bid 25-54, Fire Hydrant Painting Page 6 of 12 3. DESCRIPTION OF SUPPLIES AND SERVICES: Any reference to a particular brand or manufacturer is done in an effort to establish an acceptable level of quality for this project. Brands or manufacturers that are included in bid that are of at least equal quality, size, design, and specification as to what has been specified, will be acceptable for consideration only if approved by the City of Fayetteville Procurement Division. In the event a similar product does not meet the required specifications, a substitution request for an approved equal may be submitted to the Procurement Division for review. The City of Fayetteville reserves the right to accept or reject any requested equal. 4. RIGHTS OF CITY OF FAYETTEVILLE BID PROCESS: In addition to all other rights of the City of Fayetteville, under state law, the City specifically reserves the following: a. The City of Fayetteville reserves the right to select the bid that it believes will serve the best interest of the City. b. The City of Fayetteville reserves the right to accept or reject any or all bids. c. The City of Fayetteville reserves the right to cancel the entire bid. d. The City of Fayetteville reserves the right to remedy or waive technical or immaterial errors in the invitation to bid or in bids submitted. e. The City of Fayetteville reserves the right to request any necessary clarifications, additional information, or data without changing the terms of the bid. 5. COSTS INCURRED BY BIDDERS: All expenses involved with the preparation and submission of bids to the City, or any work performed in connection therewith, shall be borne solely by the bidder(s). No payment will be made for any responses received, or for any other effort required of, or made by, the bidder(s) prior to contract commencement. 6. CONFLICT OF INTEREST: a. The bidder represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance or services required hereunder, as provided in City of Fayetteville Code Section 34.26 titled “Authority of City Employee to Contract with the City”. b. All bidders shall promptly notify Trevel Young, City Procurement Agent, in writing, of all potential conflicts of interest for any prospective business association, interest, or other circumstance which may influence or appear to influence the bidder’s judgment or quality of services being provided. Such written notification shall identify the prospective business association, interest or circumstance, the nature of which the bidder may undertake and request an opinion to the City as to whether the association, interest or circumstance would, in the opinion of the City, constitute a conflict of interest if entered into by the bidder. The City agrees to communicate with the bidder its opinion via e-mail or first-class mail within thirty days of receipt of notification. 7. WITHDRAWL OF BID: A bid may be withdrawn prior to the time set for the bid submittal, based on a written request from an authorized representative of the firm; however, a bid shall not be withdrawn after the time set for the bid unless approved by the Procurement Division. City of Fayetteville, AR Bid 25-54, Fire Hydrant Painting Page 7 of 12 8. LATE BID OR MODIFICATIONS: Bid modifications received after the time set for the bid submittal shall not be considered. Modifications in writing received prior to the deadline will be accepted. The City will not be responsible for misdirected bids. Bidders should call the Procurement Division at (479) 575-8256 to ensure receipt of their submittal documents prior to opening time and date listed. 9. CONSTITUTIONAL, STATE, AND FEDERAL COMPLIANCE REQUIREMENTS: a. The laws of the State of Arkansas apply to any purchase made under this bid. Bidders shall comply with all constitutional, state, and federal directives, orders and laws as applicable to this bid and subsequent contract(s) including but not limited to Equal Employment Opportunity (EEO), Disadvantaged Business Enterprises (DBE), & OSHA as applicable to this contract. b. Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business enterprises. 10. PROVISION FOR OTHER AGENCIES: Unless otherwise stipulated by the bidder, the bidder agrees to make available to all Government agencies, departments, municipalities, and counties, the bid prices submitted in accordance with said bid terms and conditions therein, should any said governmental entity desire to buy under this bid. Eligible Users shall mean all state of Arkansas agencies, the legislative and judicial branches, political subdivisions (counties, local district school boards, community colleges, municipalities, counties, or other public agencies or authorities), which may desire to purchase under the terms and conditions of the contract. 11. COLLUSION: The Bidder, by affixing his or her signature to this bid , agrees to the following: “bidder certifies that his or her bid is made without previous understanding, agreement, or connection with any person, firm or corporation making a bid for the same item(s) and/or services and is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action.” 12. RIGHT TO AUDIT,FOIA,AND JURISDICITON: a. The City of Fayetteville reserves the privilege of auditing a Contractor’s records as such records relating to purchases between the City and said Contractor. b. Freedom of Information Act: City 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 photocopying costs pursuant to the FOIA may be assessed for this compliance. c. Legal jurisdiction to resolve any disputes shall be in Washington County, Arkansas with Arkansas law applying to the case. City of Fayetteville, AR Bid 25-54, Fire Hydrant Painting Page 8 of 12 13. INDEMNIFICATION: The successful bidder(s) agrees to indemnify the City and hold it harmless from and against all claims, liability, loss, damage or expense, including but not limited to counsel fees, arising from or by reason of any actual or claimed trademark, patent or copyright infringement or litigation based thereon, with respect to the goods or any part thereof covered by this order, and such obligation shall survive acceptance of the goods and payment thereof by the City. 14. VARIANCE FROM STANDARD TERMS & CONDITIONS: All standard terms and conditions stated in this request for bid apply to this contract except as specifically stated in the subsequent sections of this document, which take precedence, and should be fully understood by bidders prior to submitting a bid on this requirement. 15. ADA REQUIREMENT FOR PUBLIC NOTICES & TRANSLATION: Persons with disabilities requiring reasonable accommodation to participate in this proceeding/event, should call 479.521.1316 (telecommunications device for the deaf), not later than seven days prior to the deadline. Persons needing translation of this document shall contact the City of Fayetteville, Procurement Division, immediately. 16. PROCUREMENT POLICY FOR RECYCLED MATERIALS: The City of Fayetteville wishes to encourage its bidders to use recycled products in fulfilling contractual obligations to the City and that such practices will serve as a model for other public entities and private sector companies. 17. PAYMENTS AND INVOICING: The bidder must specify in their bid the exact company name and address which must be the same as invoices submitted for payment as a result of award of this bid. Further, the successful bidder is responsible for immediately notifying the Procurement Division of any company name change, which would cause invoicing to change from the name used at the time of the original bid. Payment will be made within thirty days of invoice received. The City of Fayetteville is very credit worthy and will not pay any interest, fees, or penalty for untimely payments. Payments can be processed through bidder’s acceptance of Visa at no additional costs to the City for expedited payment processing. The City will not agree to any nonrefundable deposit or retainer that would remain property of the bidder even if the hourly work actually performed by the bidder would not justify such fee. The City will pay the awarded bidder based on unit prices provided on invoicing. Progress payments will be made after approval and acceptance of work and submission of invoice. Payments will be made within 30 days of accepted invoice. 18. CANCELLATION: a. The City reserves the right to cancel this contract without cause by giving thirty (30) days prior notice to the Contractor in writing of the intention to cancel or with cause if at any time the Contractor fails to fulfill or abide by any of the terms or conditions specified. b. Failure of the contractor to comply with any of the provisions of the contract shall be considered a material breach of contract and shall be cause for immediate termination of the contract at the discretion of the City of Fayetteville. City of Fayetteville, AR Bid 25-54, Fire Hydrant Painting Page 9 of 12 c. In addition to all other legal remedies available to the City of Fayetteville, the City reserves the right to cancel and obtain from another source, any items and/or services which have not been delivered within the period of time from the date of order as determined by the City of Fayetteville. d. In the event sufficient budgeted funds are not available for a new fiscal period, the City shall notify the Contractor of such occurrence and contract shall terminate the last day of the current fiscal period without penalty or expense to the City. 19. ASSIGNMENT, SUBCONTRACTING, CORPORATE ACQUISITIONS AND/OR MERGERS: a. The Contractor shall perform this contract. No assignment of subcontracting shall be allowed without prior written consent of the City. If a bidder intends to subcontract a portion of this work, the bidder shall disclose such intent in the bid submitted as a result of this bid. b. In the event of a corporate acquisition and/or merger, the Contractor shall provide written notice to the City within thirty (30) calendar days of Contractor’s notice of such action or upon the occurrence of said action, whichever occurs first. The right to terminate this contract, which shall not be unreasonably exercised by the City, shall include, but not be limited to, instances in which a corporate acquisition and/or merger represent a conflict of interest or are contrary to any local, state, or federal laws. Action by the City awarding a bid to a firm that has disclosed its intent to assign or subcontract in its response to the bid, without exception shall constitute approval for purpose of this Agreement. 20. NON-EXCLUSIVE CONTRACT: Award of this bid shall impose no obligation on the City to utilize the Contractor for all work of this type, which may develop during the contract period. This is not an exclusive contract. The City specifically reserves the right to concurrently contract with other companies for similar work if it deems such an action to be in the City’s best interest. In the case of multiple-term contracts, this provision shall apply separately to each item. 21. LOBBYING: Lobbying of selection committee members, City of Fayetteville employees, or elected officials regarding request for bid s, request for qualifications, bids or contracts, during the pendency of bid protest, by the bidder/proposer/protestor or any member of the bidder’s/proposer’s/protestor’s staff, and agent of the bidder/proposer/protestor, or any person employed by any legal entity affiliated with or representing an organization that is responding to the request for bid , request for qualification, bid or contract, or has a pending bid protest is strictly prohibited either upon advertisement or on a date established by the City of Fayetteville and shall be prohibited until either an award is final or the protest is finally resolved by the City of Fayetteville; provided, however, nothing herein shall prohibit a prospective/bidder/proposer from contacting the Procurement Division to address situations such as clarification and/or questions related to the procurement process. For purposes of this provision, lobbying activities shall include but not be limited to, influencing or attempting to influence action or non-action in connection with any request for bid , request for qualification, bid or contract through direct or indirect oral or written communication or an attempt to obtain goodwill of persons and/or entities specified in this provision. Such actions may cause any request for bid, request for qualification, bid or contract to be rejected. City of Fayetteville, AR Bid 25-54, Fire Hydrant Painting Page 10 of 12 22. ADDITIONAL REQUIREMENTS: The City reserves the right to request additional services relating to this bid from the bidder. When approved by the City as an amendment to the contract and authorized in writing prior to work, the Contractor shall provide such additional requirements as may become necessary. 23. ADD OR DELETE LOCATIONS OR SERVICES: The City reserves the right to unilaterally add or delete locations and/or services, either collectively or individually, at the City’s sole option, at any time after award has been made as may be deemed necessary or in the best interests of the City. In such case, the Contractor(s) will be required to provide services to this contract in accordance with the terms, conditions, and specifications. 24. INTEGRITY OF BID DOCUMENTS: Bidders shall use the original bid form(s) provided by the Procurement Division and enter information only in the spaces where a response is requested. Bidders may use an attachment as an addendum to the bid form(s) if sufficient space is not available on the original form for the bidder to enter a complete response. Any modifications or alterations to the original documents by the bidder,whether intentional or otherwise, will constitute grounds for rejection of such response.Any such modifications or alterations a bidder wishes to propose shall be clearly stated in the bidder’s response and presented in the form of an addendum to the original bid documents. 25. CERTIFICATE OF INSURANCE: The successful bidder shall provide a Certificate of Insurance in accordance with the following guidelines, prior to commencement of any work: $1,000,000 Commercial Liability, Statutory Worker’s Compensation, and General Automotive, if applicable. Such certificate shall list the City of Fayetteville as an additional insured. Insurance shall remain valid, when applicable, throughout project completion. 26. PRICING: a. The City reserves the right to re-evaluate bidders in their standing in the event of a price increase. 27. OTHER GENERAL CONDITIONS: a. Bidder is presumed to be familiar with all federal, state, and city laws, ordinances, and regulations which in any manner affect those engaged or employed in the Work, or the materials or equipment used, or that in any way affect the Work and shall in all respects comply with said laws, ordinances, and regulations. No claim of misunderstanding or ignorance on the part of Bidder or Proposer will in any way serve to modify the provisions of the contract. No representations shall be binding unless embodied in the contract. b. Prices shall include all labor, materials, overhead, profit, insurance, shipping, freight, etc., to cover the products and services presented. . Applicable Arkansas sales tax laws will apply when necessary but will not be considered in award of this project. c. Each bidder should state the anticipated number of days from the date of receipt of an order for delivery of services to the City of Fayetteville. City of Fayetteville, AR Bid 25-54, Fire Hydrant Painting Page 11 of 12 d. Bidders must provide the City with their bids signed by an employee having legal authority to submit bids on behalf of the bidder. The entire cost of preparing and providing responses shall be borne by the bidder. e. The City reserves the right to request any additional information it deems necessary from any or all bidders after the submission deadline. f. The request for bid is not to be construed as an offer, a contract, or a commitment of any kind; nor does it commit the city to pay for any costs incurred by bidder in preparation. It shall be clearly understood that any costs incurred by the Proposer in responding to this request for bid is at the bidder’s own risk and expense as a cost of doing business. The City of Fayetteville shall not be liable for reimbursement to the Proposer for any expense so incurred, regardless of whether or not the bid is accepted. g. If products, components, or services other than those described in this bid document are proposed, the bidder must include complete descriptive literature for each. All requests for additional information must be received within five working days following the request. h. Any uncertainties shall be brought to the attention to Trevel Young immediately via telephone (479.575.8289) or e-mail (tyoung@fayetteville-ar.gov). It is the intent and goal of the City of Fayetteville Procurement Division to provide documents providing a clear and accurate understanding of the scope of work to be completed and/or goods to be provided. We encourage all interested parties to ask questions to enable all bidders to be on equal bidding terms. i. No oral interpretation or clarifications will be given as to the meaning of any part of this request for bid. All questions, clarifications, and requests, together with answers, if any, will be provided to all firms via written addendum. Names of firms submitting any questions, clarifications, or requests will not be disclosed until after a contract is in place. j. Any information provided herein is intended to assist the bidder to properly respond to this bid. The bid is designed to provide qualified Bidders with sufficient basic information to submit the bid meeting minimum specifications and/or test requirements but is not intended to limit a bid’s content or to exclude any relevant or essential data. k. Bidders irrevocably consent that any legal action or proceeding against it under, arising out of or in any manner relating to this Contract shall be prevailed by Arkansas law. Proposer hereby expressly and irrevocably waives any claim or defense in any said action or proceeding based on any alleged lack of jurisdiction or improper venue or any similar basis. l. The successful bidder shall not assign the whole or any part of this Contract or any monies due or to become due hereunder without written consent of City of Fayetteville. In case the successful bidder assigns all or any part of any monies due or to become due under this Contract, the Instrument of assignment shall contain a clause substantially to the effect that is agreed that the right of the assignee in and to any monies due or to become due to the successful bidder shall be subject to prior liens of all persons, firms, and corporations for services rendered or materials supplied for the performance of the services called for in this contract. City of Fayetteville, AR Bid 25-54, Fire Hydrant Painting Page 12 of 12 m.The successful bidder’s attention is directed to the fact that all applicable Federal and State laws, municipal ordinances, and the rules and regulations of all authorities having jurisdiction over the services shall apply to the contract throughout, and they will be deemed to be included in the contract as though written out in full herein. The successful bidder shall keep himself/herself fully informed of all laws, ordinances and regulations of the Federal, State, and municipal governments or authorities in any manner affecting those engaged or employed in providing these services or in any way affecting the conduct of the services and of all orders and decrees of bodies or tribunals having any jurisdiction or authority over same. If any discrepancy or inconsistency should be discovered in these Contract Documents or in the specifications herein referred to, in relation to any such law, ordinance, regulation, order or decree, s/he shall herewith report the same in writing to City of Fayetteville. 28. INVOICING:All invoices shall be presented to the City with the minimum information listed below. a. City Department that ordered the materials or services b. Order Date c. Delivery date or the date of services d. Name of the City Employee that requested or picked up the goods, materials, or service e. Bid Number that applies to the purchase and invoices. Amounts in the bid shall match invoicing. 29. SPECIAL CONDITIONS: All bidders shall list any fees associated with start-up of their asphalt plant at the City’s request. Listing this price does not require the Contractor to start up at the request of the City; however, it establishes a competitive upfront price that will be charged if a plant is started up at the approved request of the City. a. In the event the primary supplier cannot provide asphalt as requested, the City shall evaluate the start-up fee combined with the line item quantity price against the line item quantity price (and associated start-up fee if applicable) from the secondary supplier. The alternative cheapest to the City will be procured. b. If no prices are listed under Section E Item 5-3, the City shall not pay any fees associated with plant start-up. 30. ATTACHMENTS TO BID DOCUMENTS a. Appendix A: Hydrant Painting Materials Specs Appendix A: Hydrant Painting Materials Specs The City of Fayetteville, Arkansas is seeking bids for the painting of approximately 1,000 fire hydrants. The City will indicate to the winning bidder the areas for fire hydrant painting. Pre-Painting Steps Before any coating is applied, the surface must be cleaned to remove contaminants and old paint. This step is critical for a durable finish and to prevent premature coating failure. Clean the area: Clear vegetation and debris from around the base of the hydrant. Place cardboard or a drop cloth around the base to catch the paint chips and drips Mask off any nearby concrete, sidewalks, or landscaping. Clean the surface: Prepare the surface for painting, which may involve hand scraping, wire brushing, or using a power tool to clean and remove loose rust, mill scale (iron oxide), sediment, or old paint. Ensure that all shiny surfaces are roughened. Painting Process The painting of fire hydrants should occur when the air temperature is between 50°F and 85° F. The specification covers requirements for applying paint via brush, roller, or spray, depending on the material. All coatings must be applied in strict accordance with the paint manufacturer's recommendations for proper performance. This includes instructions for surface temperature, dry film thickness, and curing. Apply Primer A rust-inhibitive, alkyd-based metal primer coat should be applied according to the paint manufacturer's recommendations. Apply Topcoat Use a high-quality industrial alkyd enamel coating, such as Rust-Oleum V7400 for maximum durability and weather resistance.The paint must be durable, weather- resistant, and provide UV protection. The color is High-Gloss White. Do not paint the chains, nozzle threads, or operating nut. Appendix A: Hydrant Painting Materials Specs After painting the barrel, while the paint is still wet sprinkle AASHTO M247 Type 1 glass beads onto the wet paint, which adhere and become a permanent, reflective part of the hydrant’s surface. Apply Colors to Bonnet and End Caps The color codes follow NFPA 291 and indicate water flow capacity through the hydrant's bonnet (top) and nozzle caps.The colors are based upon flow rate so that responding fire companies can immediately recognize a suitable water source that will provide enough water for their needs Color Flow Capacity Flow Information Blue 1,500+ GPM Very good flow Green 1,000–1,499 GPM Good flow Orange 500–999 GPM Marginal flow Red Less than 500 GPM Poor flow Use the following paints from Sherwin-Williams for the color: Robotic Blue – SW4063 Safety Green – SW4085 Safety Orange – SW4083 Safety Red – SW4081 C i t y o f F a y e t t e v i l l e , A R B i d 2 5 -5 4 , F i r e H y d r a n t P a i n t i n g P a g e 1 | 1 Bid 25-54, Addendum 1 Monday, December 1, 2025 All Prospective Vendors Trevel Young – 479.575.8289 – tyoung@fayetteville-ar.gov Bid 25-54, Fire Hydrant Painting This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Interested parties should indicate their receipt of same in the appropriate blank of the Bid. • QUESTION: o Do you have a location map?  A location map of the hydrants to be painted is unavailable at this time. The Water & Sewer department will provide a map to the awarded bidder once the map is available. o What is the required completion date?  The City of Fayetteville intends to have this project completed by September 1, 2026. o Are there any traffic control requirements?  The City of Fayetteville recommends the use of cones and blinking hazard lights if vehicle is parked in the right-of-way. Please wear a safety vest. o Is there a staging area for contractor use?  There is not a staging area planned for this project. The hydrants will be at various locations across the city. o I want to clarify that prior to painting, should all currently painted surfaces have the existing paint removed down to the bare metal OR that all painted surfaces can be cleaned to remove any loose paint only and then primed for final coatings?  The awarded bidder shall be responsible for preparing the surface for painting. The preparation may involve hand scraping, wire brushing, or using a power tool to clean and remove loose rust, mill scale (iron oxide), sediment, or old paint. The awarded bidder shall ensure that all shiny surfaces are roughened. A rust-inhibitive, alkyd-based metal primer coat should be applied according to the paint manufacturer's recommendations. o Will you be awarding this work to one vendor, or multiple vendors?  The City of Fayetteville intends to award only one bidder. C i t y o f F a y e t t e v i l l e , A R B i d 2 5 - 5 4 , F i r e H y d r a n t P a i n t i n g P a g e 1 | 1 Bid 25-54, Addendum 2 Date: Wednesday, December 10, 2025 To: All Prospective Vendors From: Trevel Young – 479.575.8289 – tyoung@fayetteville-ar.gov RE: Bid 25-54, Fire Hydrant Painting This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Interested parties should indicate their receipt of same in the appropriate blank of the Bid. BIDDERS SHALL ACKNOWLEDGE THIS ADDENDUM ON THE DESIGNATED LOCATION ON THE BID FORM.  QUESTION: o The specifications identify a total of 1,013 hydrants. Please confirm whether this quantity is final, or if adjustments may be made post-award based on field verification.  The total quantity of hydrants is subject to adjustment based on field verification and operational requirements. o Is Sherwin-Williams Industrial Enamel Gloss Safety Yellow (SW 4084) the mandatory coating system, or will functionally equivalent products be accepted provided they meet the required color, performance characteristics, and technical specifications?  Coating materials shall be as specified or an approved equivalent. All substitute products must receive prior approval from the City. o Does the scope require application of primer to all hydrants regardless of existing coating condition, or may primer be omitted where existing surfaces are deemed clean, sound, and suitably prepared?  No, not all hydrants need to be primed. The clean hydrants shall be scuffed so the paint adheres properly. o Is pressure-washing a specified requirement for surface preparation, or will manual methods such as scraping and wire brushing be considered sufficient to meet the preparation standard?  Hand scraping and hand brushing are deemed acceptable methods for this scope of work. o Will the City furnish a current system map or equivalent documentation indicating the required bonnet color classifications (blue, green, white, red) corresponding to hydrant flow ratings?  The City will furnish the required color specifications and associated coating standards. o Is a bid bond required with the proposal submission, and if so, may the bid security be provided in the form of a cashier’s check, or must it be issued by a licensed surety?  No, a Bid bond is not required. o Please confirm whether prevailing wage requirements apply to the scope of work under this contract.  No, there aren’t any prevailing wage requirements. Bid 25-54 Addendum 2 OPW Commercial Services Supplier Response Event Information Number: Bid 25-54 Addendum 2 Title: Fire Hydrant Painting Type: Invitation to Bid Issue Date: 11/23/2025 Deadline: 12/16/2025 02:00 PM (CT) Notes: The City of Fayetteville is seeking bids for the painting of approximately 1,000 fire hydrants. Any questions concerning the bidding process should be addressed to Trevel Young, City of Fayetteville Procurement Agent, at tyoung@fayetteville-ar.gov or by calling (479)575-8289. Contact Information Contact: Trevel Young Procurement Agent Address: Purchasing Room 306 City Hall 113 West Mountain Street - Room 306 Fayetteville, AR 72701 Email: tyoung@fayetteville-ar.gov Vendor: OPW Commercial Services Bid 25-54 Addendum 2Page 1 of 3 pages OPW Commercial Services Information Contact: Michael Flowers Address: 7522 E Seminole St Tulsa, OK 74115 Phone: (918) 557-4059 Email: info@opwcommercial.com Web Address: www.opwsolutions.com By submitting your response, you certify that you are authorized to represent and bind your company. Mike Flowers info@opwsolutions.com Signature Email Submitted at 12/15/2025 02:34:36 PM (CT) Response Attachments OPW Insurance 2025.pdf OPW Insurance OPW W9 2025.pdf OPW W9 Bid Attributes 1 Arkansas Secretary of State Filing Number: 811585024 2 Check Yes or No: currentlyboycott Israel and will not boycott Israel during any time in which they are entering into, or while in boycottIsrael, the contractor must notify the contracted public entity in writing. Yes No 3 Check Yes or No: boycott Energy,Fossil Fuel, Firearms, and Ammunition Industries during any time in which they are entering into, or decides to boycott Energy, Fossil Fuel,Firearms, and/or Ammunition Industries, the contractor must notify the contracted public entity in writing. Yes No 4 Check Yes or No: By selecting "I agree", you acknowledge that you have read and understand any addendums that have been issued for this bid. Yes No Vendor: OPW Commercial Services Bid 25-54 Addendum 2Page 2 of 3 pages 5 Name of Firm OPW COMMERCIAL SERVICES LLC 6 D/B/A or Corporation Name OPW COMMERCIAL SERVICES LLC 7 Tax ID Number 92-1756976 8 Business Address 7522 E Seminole St, Tulsa, OK 74115 9 Contact Phone Number and Email Address 918-557-4059 10 Submitter's Name & Title Mike Flowers General Manager 11 Conflict of Interest Bidder shall disclose any possible conflict of interest with the City of Fayetteville, including, but not limited to, any relationship with any City of Fayetteville employee. No conflict of interest 12 If a conflict exists, please explain No response Bid Lines 1 Painting of approximately 1,000 fire hydrants. Quantity:1000 UOM:EA Price:$47.00 Total:$47,000.00 Response Total: $47,000.00 Vendor: OPW Commercial Services Bid 25-54 Addendum 2Page 3 of 3 pages 13016738 OPW COMMERCIAL SERVICES LLC Certificate Of Insurance 8/15/2025 7:51:30 PM A ® DATE (MM/DD/YYYY) CERTIFICATE OF LIABILITY INSURANCE 8/15/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsements . PRODUCER CONTACT Insureon, Division of Specialty Program Group LLC / DBA SPG NAME: PHONE FAX No ; 312-690-4123 Insurance Solutions LLC in CA A/c No Ext : (800 ) 688-1984 203 N. LaSalle St., 20th Floor, Chicago, IL 60601 ADDRESS: I INSURER(S) AFFORDING COVERAGE I NAIC # I INSURED OPW COMMERCIAL SERVICES LLC d/b/a for Owasso PressureWashing, LLC 7522 E Seminole Street, Tulsa, OK, 74115 INSURER B INSURERC: INSURER D Northern Insurance Co 1 38628 COVFRAGFS CERTIFICATE NLIMBFR- RFVISION Nt]MBFR- THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR OF INSURANCE ADDLSUBRTYPE INSD WVD POLICY NUMBER D MMPOLICY / /YYYY D MM D/YYYY LIMITS ✓ COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE � OCCUR DAMAGES (RENTED PREMISES Ea occurrence) $ 100,000 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 B P102.127.576.3 7/14/2025 7/14/2026 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY JECT PRO ❑ LOC PRODUCTS - COMP/OP AGG $ 2,000,000 $ OTHER: I AUTOMOBILE LIABILITY COEaMBINED accidentSINGLE LIMIT $ 1,000,000 ✓ BODILY INJURY (Per person) $ ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS 971880298 8/13/2025 8/13/2026 BODILY INJURY (Per accident) $ PROPERTY DAMAGE P er accident $ D NON -OWNED HIRED AUTOS AUTOS UMBRELLA LIAB OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAB CLAIMS -MADE DED RETENTION $ $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? No N / A WWC3801026 7/14/2025 7/14/2026 PER OTH- STATUTE ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) "Proof of Insurance— CFRTIFICATF HOi nFR CANCFI I ATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD