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.