Loading...
HomeMy WebLinkAbout38-99 RESOLUTION• .1 • RESOLUTION NO 38-99 A RESOLUTION AWARDING BID NO. 99-32 IN THE AMOUNT OF $123,013, PLUS A CONTINGENCY AMOUNT OF $12,300, TO HECKATHORN CONSTRUCTION COMPANY, INC., FOR REPLACING THE FILTER TANKS AND RENOVATION OF THE DRESSING ROOMS AT THE WILSON PARK SWIMMING POOL. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1 That the City Council hereby awards Bid No. 99-32 in the amount of $123,013, plus a contingency amount of $12,300, to Heckathom Construction Company, Inc., for replacing the filter tanks and renovation of the dressing rooms at the Wilson Park swimming pool; and authorizes the Mayor and City Clerk to execute a contract for said amount. A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this 311L day of March 1999. 1 . i ; 71. ••El • • f• • • ATTEST: By. ` / /fJfl` ace l Heather Woodruff, City erk APPROVED: By- Fr -d Hanna, Mayor { Y IP • CONTRACT This contract executed this 9th day of March , 1999, between the City of Fayetteville, Arkansas, hereinafter called the City, and 14404#hsrn (onStrochon Co.ngony,rNC hereinafter called the Contracto and having an address at I f$0 Q;.0% Avcdut , ray 4 Fitv:1Ie, Ak 721v3 In consideration of the mutual covenants contained herein, the parties agree as follows: 1. The Contractor at his own cost and expense shall furnish all labor, materials, supplies, machinery, equipment, tools, supervision, bonds, insurance, tax permits, and all other accessories and services necessary to complete items bid per bid 99-32 as stated in CONTRACTOR'S PROPOSAL, and in accordance with specifications attached hereto and made a part hereof under Bid #99-32, all included herein as if spelled out word for word. 2 The City shall pay the Contractor based on prices indicated in Contractor's Proposal. Progress payments will be made 30 days after approval and acceptance of work and submission of invoice. Amount of contract not to exceed $ 123,011.00 3 The Contract documents which comprise the contract between the City and the Contractor consist of this Contract and the following documents attached hereto, and made a part hereof: A. Bid form identified as Invitation to Bid 99-32 with the specifications and conditions typed thereon. B. The Contractor's proposal. C. The Notice to Prospective Bidders and the Bid Tabulation. 4 These Contract documents constitute the entire agreement between the City and the Contractor and may be modified only by a duly executed written instrument signed by the City and the Contractor. 5 Contractor shall not assign his duties under the terms of this agreement. Contractor agrees to hold the City harmless and indemnify the City, against any and all claims for property damage, personal injury or death, arising from Contractor's performance of this contract. This clause shall not in any form or manner be construed to waive that tort immunity set forth under Arkansas Law. 1 • liv • 7 The Contractor shall furnish a certificate of insurance addressed to the Owner, showing that he carries the following insurance which shall be maintained throughout the term of the Contract. Any work sublet, the contractor shall require the subcontractor similarly to provide worker's compensation insurance. In case any employee engaged in work on the project under this contract is not protected under Worker's Compensation Insurance, the Contractor shall provide and shall cause each Subcontractor to provide adequate employer's liability insurance for the protection of such of his employees as are not otherwise protected. Comprehensive General Public Liability, $1,000,000 Comprehensive Automobile Liability (owned, hired and non -owned Vehicles) with bodily injury limits o f $100,000 and $300,000 and property damage limit o f $50,000 for each accident; S tandard Workmen's Compensation and Employer's Liability covering with statutory limits; Contractual Liability Insurance with bodily injury limits and property damage limits of $1,000,000. The premiums for all insurance and the bond required herein shall be paid by the Contractor. 8. If contract exceeds $20,000, Contractor agrees to furnish a Performance Bond, approved by the City, guaranteeing the performance of this contract, for not less than one hundred percent of the amount of this contract. Said performance bond shall be conditioned on full and complete performance of this contract and acceptance by the City of Fayetteville for the payment of all labor and materials entering into or incident to the proposed improvements. The Contractor agrees to furnish proof of licensure as required under the terms of Act 150 of the 1965 Acts of the Arkansas Legislature. Contractor agrees to begin work within ten (10) days of notice to proceed and complete the work within the time frame outlined in the bid document. Liquidated damages of $100 per day shall be assessed at the option of the City, not as a penalty, beginning on the first day following the completion t ime to cover additional costs. 10. A11 work called for herein shall be coordinated directly with t he Project Manager or their designee, at 444-3471. • • • • 11. This contract may be terminated by the City with 10 days written notice. 12. Contractor shall be responsible for meeting compliance with ADA regulations. WITNESS OUR HANDS THIS DAY OF , 1999. ATTEST: CITY CLERK ATTEST: SECRETARY Janet S. Heckathorn BY CITY OF FAYETTEVILLE, FAYETTEVILLE, ARKANSAS /41444, MAYOR Heckathorn Construction Co., Inc. BY NAME AND TITLE Don L. Heckathorn 1880 Birch Avenue dent Fayetteville, AR 72703 BUSINESS ADDRESS STAFF REVIEW FORM J/ AGENDA REQUEST xx _ CONTRACT REVIEW GRANT REVIEW For the Fayetteville City Council meeting March16,1999 FROM: Connie Edmonston Name Parks & Recreation Public Works Division Department ACTION REQUIRED: Approval of bid award #99-32 for the replacement of the filter tanks and renovation of the dressing rooms at Wilson Park Swimming Pool to Heckathorn Construction Company, Incorporated in the amount of $123,013 with a contingency of $12,300. Total cost is $135,313. COST TO CITY: $135,313 Cost of this Request 2250-9250-5806-00 4A7A-0a7n-SR0R-An Account Number 98011-1 Project Number $11A • 000 Qlfilenn Panl Imprnvementc Category/Project Budget $20,100 Funds Used To Date $149,900 Remaining Balance Category/Project Name Park Improvements Program Name BMR Sales Tax Fund Fund BUDGET REVIEW: 61 Bud11 oordi.' or xx Budgeted Item Budget Adjustment Attached Administrative Services Director CONTRACT/GRANT/LEASE REVIEW: Acco • • tin /Manier 1 .Cit A Purchasing Officer 3-9-9a Date GRANTING AGENCY: Coordin Date terna uditor Date 3-9 -99 Date STAFF RECOMMENDATION: Approval of bid award. partment Director Admini.tra ive ervices Director i.. / d May r Date 3 -r -S Date Dat, Dat Cross Reference New Item: Yes No r Prev Ord/Res k: Orig Contract Date: Description Comets: Budget Coordinator • r • STAFF RRPID PO[dl Page 2 SwirAmii, EDI Pnotic( "bib n Beetled Bate Reference Coneats: City Attorney Purchasing Officer ADA Coordinator Internal Auditor xx AGENDA REQUEST CONTRACT REVIEW GRANT REVIEW • STAFF REVIEW FORM For the Fayetteville City Council meeting March 16,1999 FROM: • Connie Edmonston Parks & Recreation Public Works Name Division Department ACTION REQUIRED: Approval of bid award #99-32 for the replacement of the filter tanks and renovation of the dressing rooms at .Wilson Park Swimming Pool to Heckathorn Construction Company, Incorporated in the amount of $123,013 with a contingency of $12,300. Total cost is $135,313. COST TO CITY: $135,313 Cost of this Request 2250-9250-5806-00 f70 -4410 -Sang -00 Account Number 98011-1 Project Number 9rin,n00 Wilann Pnnl Imprnvamant¢ Category/Project Budget Category/Project Name Park Improvements $20,100 Funds Used To Date $149,900 Remaining Balance Program Name HMR Sales Tax Fund Fund BUDGET REVIEW: _xx Budgeted Item _Budget Adjustment Attached Budg('t oordinator Administrative Services Director CONTRACT/GRANT/LEASE REVIEW: ?it A Purchasing Officer 3-949 Date 3-5-`r5 Date 3-9 -99 Date GRANTING AGENCY: terna • uditor Date 0-9-97 Date STAFF RECOMMENDATION: Approval of bid award. l 0 4 4'/ %v ion Head partment Director Admini tra ive -ervices Director air May 3-r 4�r Date Dat 3/DatDat Cross Reference New Item: Yes No Prev Ord/Res Si: Orig Contract Date: t • • • CONTRACT • • • This contract executed this 9TH day of March 1999, between the City of Fayetteville, Arkansas, hereinafter called the City, and I4n0k4thorn (onstNcif.n Csmj,eady,.rWC hereinafter called the Contractor, and having an address at 188o Birch Avej✓e ; FwycFie.i►Ie, AR 71703 In consideration of the mutual covenants contained herein, the parties agree as follows: 1. The Contractor at his own cost and expense shall furnish all labor, materials, supplies, machinery, equipment, tools, supervision, bonds, insurance, tax permits, and all other accessories and services necessary to complete items bid per bid 99-32 as stated in CONTRACTOR'S PROPOSAL, and in accordance with specifications attached hereto and made a part hereof under Bid #99-32, all included herein as if spelled out word for word. 2. The City shall pay the Contractor based on prices indicated in Contractor's Proposal. Progress payments will be made 30 days after approval and acceptance of work and submission of invoice. Amount of contract not to exceed $ 1231013.00 . 3. The Contract documents which comprise the contract between the City and the Contractor consist of this Contract and the following documents attached hereto, and made a part hereof: A. Bid form identified as Invitation to Bid 99-32 with the specifications and conditions typed thereon. The Contractor's proposal. C. The Notice to Prospective Bidders and the Bid Tabulation. 4 These Contract documents constitute the entire agreement between the City and the Contractor and may be modified only by a duly executed written instrument signed by the City and the Contractor. 5. Contractor shall not assign his duties under the terms of this agreement. 6. Contractor agrees to hold the City harmless and indemnify the City, against any and all claims for property damage, personal injury or death, arising from Contractor's performance of this contract. This clause shall not in any form or manner be construed to waive that tort immunity set forth under Arkansas Law. • • • • • 11. This contract may be terminated by the City with 10 days written notice. 12. Contractor shall be responsible for meeting compliance with ADA regulations. WITNESS OUR HANDS THIS fi DAY OF f 1999. ATTEST: CITY CLERK /(2531,41 SECRETARY 'I�E"/T,ARY !/ Janet S -,ecka[J BY CITY OF FAYETTEVILLE, FAYETTEVILLE, ARKANSAS Latil MAYOR Heckathorn Construction Co., Inc. President Don L. eckathornITLE 1880 Birch Avenue Fayetteville, AR 72703 BUSINESS ADDRESS i•••• • • • CONTRACT • This contract executed this 9th day of March 1999, between the City of Fayetteville, Arkansas, hereinafter called the City, and HecKa'i'Aern COr•tffacWee! Lcmpani Linn hereinafter called the Contractor, and having an address at IEBO Birch Rabbit s. Fayeiic4ItQ, R2 12103 In consideration of the mutual covenants contained herein, the parties agree as follows: 1. The Contractor at his own cost and expense shall furnish all labor, materials, supplies, machinery, equipment, tools, supervision, bonds, insurance, tax permits, and all other accessories and services necessary to complete items bid per bid 99-32 as stated in CONTRACTOR'S PROPOSAL, and in accordance with specifications attached hereto and made a part hereof under Bid #99-32, all included herein as if spelled out word for word. 2. The City shall pay the Contractor based on prices indicated in Contractor's Proposal. Progress payments will be made 30 days after approval and acceptance of work and submission of invoice. Amount of contract not to exceed $ /23)0/1.00 3. The Contract documents which comprise the contract between the City and the Contractor consist of this Contract and the following documents attached hereto, and made a part hereof: A. Bid form identified as Invitation to Bid 99-32 with the specifications and conditions typed thereon. B. The Contractor's proposal. C. The Notice to Prospective Bidders and the Bid Tabulation. 4. These Contract documents constitute the entire agreement between the City and the Contractor and may be modified only by a duly executed written instrument signed by the City and the Contractor. 5. Contractor shall not assign his duties under the terms of this agreement. Contractor agrees to hold the City harmless and indemnify the City, against any and all claims for property damage, personal injury or death, arising from Contractor's performance of this contract. This clause shall not in any form or manner be construed to waive that tort immunity set forth under Arkansas Law. • • • • • • • • 7 The Contractor shall furnish a certificate of insurance addressed to the Owner, showing that he carries the following insurance which shall be maintained throughout the term of the Contract. Any work sublet, the contractor shall require the subcontractor similarly to provide worker's compensation insurance. In case any employee engaged in work on the project under this contract is not protected under Worker's Compensation Insurance, the Contractor shall provide and shall cause each Subcontractor to provide adequate employer's liability insurance for the protection of such of his employees as are not otherwise protected. Comprehensive General Public Liability, $1,000,000 Comprehensive Automobile Liability (owned, hired and non -owned Vehicles) with bodily injury limits of $100,000 and $300,000 and property damage limit of $50,000 for each accident; Standard Workmen's Compensation and Employer's Liability covering with statutory limits; Contractual Liability Insurance with bodily injury limits and property damage limits of $1,000,000. The premiums for all insurance and the bond required herein shall be paid by the Contractor. 8. If contract exceeds $20,000, Contractor agrees to furnish a Performance Bond, approved by the City, guaranteeing the performance of this contract, for not less than one hundred percent of the amount of this contract. Said performance bond shall be conditioned on full and complete performance of this contract and acceptance by the City of Fayetteville for the payment of all labor and materials entering into or incident to the proposed improvements. The Contractor agrees to furnish proof of licensure as required under the terms of Act 150 of the 1965 Acts of the Arkansas Legislature. 9. Contractor agrees to begin work within ten (10) days of notice to proceed and complete the work within the time frame outlined in the bid document. Liquidated damages of $100 per day shall be assessed at the option of the City, not as a penalty, beginning on the first day following the completion time to cover additional costs. 10. All work called for herein shall be coordinated directly with the Project Manager or their designee, at 444-3471. • • • • 11. This contract may be terminated by the City with 10 days written notice. 12. Contractor shall be responsible for meeting compliance with ADA regulations. / WITNESS OUR HANDS THIS >( DAY OF ///� �Gt[� , 1999. ATTEST: CITY CLERK ////i il�r i ATTEST: SECRETARY sez Wei, Janet S. Heckathorn CITY OF FAYETTEVILLE, FAYETTEVILLE, ARKANSAS MAYOR Heckathorn Construction Co., nc. resident NTI LE Don L. Heckathorn 1880 Birch Avenue Fayetteville, AR 72703 BUSINESS ADDRESS • • • • • CITY OF FAYETTEVILLE BID# 99-32 • Wilson Park Pool Dressing Room and Filtration System Buildings Improvements ADDENDUM #2, March 3rd, 1999 Bidder acknowledges receipt and acceptance of Addendum No. 2 in the Proposal by submitting the signed Addenda #2 with Bid Package and acknowledging on proposal schedule. Proposal submitted without acknowledgment or without this addendum will be considered informal. Replace Sections 01300 thru 16505 with new Sections 01300 thru 16505. (Attached) Bids must be submitted and clocked in at the Purchasing Office, City Administration Building, Third floor, Room 306 no later than 2:00 p.m. on Friday, March 5th, 1999. No bids will be received after this time. Bids will then be opened in a room to be determined and posted in the Purchasing Office, Room 306, at 2:10 p.m. Receipt acknowledged and conditions agreed to this day of , 1999, Company Name Signature • • • • CITY OF FAYETTEVILLE BID 99-32 ATTENTION CONTRACTORS: PROJECT MANAGER to call to view the project site is: ERIC SCHULDT at 444-3471 ARCHITECT to call with questions regarding the project is: CARTER & BURGESS at 501/223-0515 PURCHASING office number to answer procedure questions is: PEGGY VICE at 575-8289 • • • • CITY OF FAYETTEVILLE BID 99-32 WILSON PARK POOL DRESSING ROOM & FILTRATION SYSTEM BUILDINGS IMPROVEMENTS • • CITY OF FAYETTEVILLE BID# 99-32 • Wilson Park Pool Dressing Room and Filtration System Buildings Improvements ADDENDUM #1, FEBRUARY 25TH, 1999 Bidder acknowledges receipt and acceptance of Addendum No. 1 in the Proposal by submitting the signed Addenda #1 with Bid Package and acknowledging on proposal schedule. Proposal submitted without acknowledgment or without this addendum will be considered informal. Bid opening date will be changed from March 1, 1999 at 2:00 p.m. to March 5, 1999 at 2:00 p.m. Bid opening will be at City Administration Building, 113 W. Mountain, Fayetteville, Arkansas, 72701, Third floor, Room 326. Receipt acknowledged and conditions agreed to this day of , 1999, Company Name Signature • • • Mike Huckabee Gooey not Peggy Vice, Purchasing Manager City of Fayetteville 113 West Mountain Fayetteville, AR 72701 Dear Ms. Vice: • • • James L. Salkeld Duecto• STATE OF ARKANSAS ARKANSAS DEPARTMENT OF LABOR 10421 WEST MARKHAM • LITTLE ROCK, ARKANSAS 72205-2190 (501) 682-4500 • FAX: (501) 682-4535 • TOO: (800) 285-1131 February 23, 1999 Re: Wilson Park Pool Dressing Room & Filtration System Buildings Improvements Fayetteville, Arkansas Washington County In response to your request, enclosed is Arkansas Prevailing Wage Determination Number 98-306 establishing the minimum wage rates to be paid on the above -referenced project. These rates were established pursuant to the Arkansas Prevailing Wage Law, Ark. Code Ann. §§ 22-9-301 to 22-9-315 and the administrative regulations promulgated thereunder. If the work is subject to the Arkansas Prevailing Wage Law, every specification shall include minimum prevailing wage rates for each craft or type of worker as determined by the Arkansas Department of Labor Ark. Code Ann.§§22-9-308(b)(2). Also, the public body awarding the contract shall cause to be inserted in the contract a stipulation to the effect that not Tess than the prevailing hourly rate of wages shall be paid to all workers performing work under the contract. Ark. Code Ann. §22-9-308(c). Additionally, the scale of wages shall be posted by the contractor in a prominent and easily accessible place at the work site. Ark. Code Ann. §22-9-309(a). Also enclosed is a "Statement of Intent to Pay Prevailing Wages" form that should be put in your specifications along with the wage determination. The General/Prime Contractor is responsible for getting this form filled out and returned to this office within 30 days of the Notice to Proceed for this proiect. Jl_'hettyoj Issue the Notice t oceer(f • , , • , 1 - „ pf/Ice We Hast have this nfotmntIouleflo enforc,/he Statenrenljfjntetlt. If you have any questions, please call me at (501) 682-4536 or fax (501) 682-4508. Enclosures Sincerely, Don Cash Prevailing Wage Investigator • • Page 1 of 2 ARKANSAS DEPARTMENT OF LABOR' PREVAILING WAGE DETERMINATION - BUILDING RATE DATE: February 23, 1999 PROJECT: Wilson Park Pool Dressing Room & Filtration System Buildings Improvements Fayetteville, Arkansas CLASSIFICATION Asbestos Worker/Insulator Bricklayer/Pointer, Cleaner, Caulker Carpenter Concrete Finisher/Cement Mason Electrician/Alarm Installer Elevator Mechanic Elevator Helper Glazier HVACR Mechanic Ironworker Laborer Marble/Tile/Terrazzo Worker Millwright Painter/Sheet Rock Finisher Plasterer Plumber/Pipefitter Roofer Sheet Metal Worker Sprinkler Fitter Truck Driver Waterproofer Power Equipment Operators' Group 1 Group 11 Group III Group IV DETERMINATION #: 98-306 COUNTY: Washington EXPIRATION DATE: 8-23-99 SURVEY #: 798-AR05 BASIC HOURLY RATE 8.30 17.60 12.05 10.15 13.20 17.20 12.04 10.95 13.05 11.85 8.30 12.69 10.85 9.80 13.60 13.00 10.00 11.90 15.30 10.05 14.00 14.75 11.45 11.00 9.50 FRINGE BENEFITS .45 2.00 7.50 7.08 .70 .30 2.80 1.65 1.40 2.00 .65 .85 1.09 2.85 1.70 Welders -receive rate prescribed for craft performing operation to which welding is incidental. Certified July 1, 1998 CLASSIFICATIONS THAT ARE NOT LISTED, BUT THAT ARE GOING TO BE WORKING ON THIS PROJECT, SHOULD BE REQUESTED FROM THE ARKANSAS DEPARTMENT OF LABOR, PREVAILING WAGE DIVISION. THESE WRITTEN REQUESTS SHOULD BE MADE AS SOON AS YOU NOTICE THAT A REQUIRED CLASSIFICATION IS MISSING, NORMALLY THIS WOULD BE DURING THE BID PROCESS. • Page 2 of 2 • ' ARKANSAS DEPARTMENT OF LABOR PREVAILING WAGE DETERMINATION — BUILDING RATE DATE: February 23, 1999 PROJECT: Wilson Park Pool Dressing Room & Filtration System Buildings Improvements Fayetteville, Arkansas Power Equipment Operators: DETERMINATION #: 98-306 COUNTY: Washington EXPIRATION DATE: 8-23-99 SURVEY#: 798-AR05 • Group I Operators engaged in operating the following equipment: Cranes, draglines, shovels and piledrivers with a lifting capacity of 50 tons or over, and operators of all tower climbing cranes and derricks required to work 25 feet or over from the ground, blacksmith and mechanics. Group II Operators engaged in operating the following equipment or performing work relative to the engineer's jurisdiction: Hydraulic cranes, cherry pickers, backhoes, and all derricks with a lifting capacity less than 50 tons, as specified by the manufacturer, all backhoes, tractor or truck type, all overhead & traveling cranes, or tractors with swinging boom attachments, gradealls, all above equipment irrespective of motive power, leverman (engineer), hydraulic or bucket dredges, irrespective of size. Group III Heavy Equipment Operators. Operators engaged in operating the following equipment: all bulldozers, all front end loaders, all sidebooms, skytracks, forklifts, all push tractors, all pull scrapers, all motor graders, all trenching machines, regardless of size or motive power, all backfillers, all central mixing plants, JOS and larger, finishing machines, all boiler fireman high or low pressure, all asphalt spreaders, hydro truck crane, multiple drum hoist, irrespective of motive power, all rotary, cable tool, core drill or churn drill, water well and foundation drilling machines, regardless of size, regardless of motive power and dredge tender operator. Group IV Light Equipment Operators. Operators engaged in operating the following equipment: Oilerdriver motor crane, single drum hoists, winches and air tuggers, irrespective of motive power, winch or A frame trucks, rollers of all types and pull tractors, regardless of size, elevator operators inside and outside when used for carrying workmen from floor to floor and handling building material, Lad-A-Vator Conveyor, batch plant, and mortar or concrete mixers, below 10S, end dump euclid, pumperete spray machine and pressure grout machine, air compressors, regardless of size. All light equipment, welding machines, light plants, pumps, all well point system dewatering and portable pumps, space heater, irrespective of size, and motive power, equipment greaser, oiler, mechanic helper, drilling machine helper, asphalt distributor and like equipment, safety boat operator and deckhand.