Loading...
HomeMy WebLinkAbout56-99 RESOLUTION• • • RESOLUTION NO. 56-99 A RESOLUTION AWARDING BID NO. 99-47 IN THE AMOUNT OF $410,579 TO MULTI CRAFT CONTRACTORS, INC. FOR THE INSTALLATION OF THE ULTRAVIOLET DISINFECTION SYSTEM FOR THE PAUL R. NOLAND WASTEWATER TREATMENT FACILITY. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1 That the City Council herebY awards Bid No. 99-47 in the amount of $410,579 to Multi Craft Contractors, Inc.; and authorizes the Mayor and City Clerk to execute an agreement for the installation of the ultraviolet disinfection system for the Paul R. Noland Wastewater Treatment Facility. A copy of the agreement is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this _2.1)L' day of _ApnL, 1999. ( 'nu if. N _...----•- ‘; • "0-- •• r'' \ • • 1 • r . . „ .,... A . . , _ , By . - .% . (., : ''''• k ; . .r c 14‘ V• *. , i .. • • 111: . APPROVE B Y/4S 4y Heather Heather Woodruff, City Clerk ALICALe red Hanna, Mayor 1 • CONTRACT This contract executed this _2116,_ day of 1999, between the City of Fayetteville, Arkansas, hereina er called the City, and Multi Craft Contractors, Inc., hereinafter called the Contractor, and having an address at 2300 Lowell Road, Springdale, AR 72764. 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 99-47 as stated in CONTRACTOR'S PROPOSAL, and in accordance with specifications attached hereto and made a part hereof under Bid #99-47 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 submission of invoice and after approval and acceptance of work by project manager. Amount of contract not to exceed $ 410,579.00 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 99-47 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. 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 1 Law. 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. WorkersCompensation Statutory Amount Comprehensive General & Automobile Insurance Bodily Injury Liability $1,000,000 aggregate. Property Damage Liability $250,000 for each accident. $1,000,000 aggregate. 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 140 calendar days thereafter. 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 Project Manager at 443-3292. 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 AO DAY OF Apeide... , 1999. ATTEST: CITY CLERK Act Aat ATTEST: SECRETARY BY BY CITY OF FAYETTEVILLE, FAYETTEVILLE, ARKANSAS MAYOR Contructor5 Luc_ FIRM NAME Exec. Vice PreS. TITLE Po t307( /7Z0 aLltad 727Of USINESS ADDRESS • CONTRACT This contract executed this A2 day of 1999, 4ag/t. between the City of Fayetteville, Arkansas, hereinafter called the City, and Multi Craft Contractors, Inc., hereinafter called the Contractor, and having an address at 2300 Lowell Road, Springdale, AR 72764. 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 99-47 as stated in CONTRACTOR'S PROPOSAL, and in accordance with specifications attached hereto and made a part hereof under Bid #99-47 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 submission of invoice and after approval and acceptance of work by project manager. Amount of contract not to exceed $ 410,579.00 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 99-47 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. 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. r 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. WorkersCompensation Statutory Amount Comprehensive General & Automobile Insurance Bodily Injury Liability $1,000,000 aggregate. Property Damage Liability $250,000 for each accident. $1,000,000 aggregate. 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 140 calendar days thereafter. Liquidated damages of $100 per day shall be assessed at the option of the City, not as a penalty, beginning on the first day following the completion time to cover additional costs. 10. Al]. work called for herein shall be coordinated directly with Project Manager at 443-3292. • 11. This contract may be terminated by the City with 10 days written notice. 12. Contractor shall be responsible for meeting compliance with ADA regulations. WITNESS OUR HANDS THIS /720 DAY OF..<1,4•Zzt. 1999. ATTEST: CITY CLERK /4„..Z.# ATTEST: SECRETARY CITY OF FAYETTEVILLE, FAYETTEVILLE, ARKANSAS BY MAYOR pcuLti,' -CiNke* Contract04$ irJC, FIRM NAME BY IkL4kL k'_t4 e P 5, NAME TITLE Eforiels44 -/fr 12.79O5 PO 6OX 1760 BUSINESS ADDRESS PPR -19-11991i b3:@8 SO MULT1-CRFFT CONTRACTORS 504 751 4399 R.01/02 Multi -Craft Contractors, Inc. DATE. ATTENTCN: COMPANY. FROM dk./1/4../v14.0 FAX TRANSMITTAL COVER SHEET st-ad Phone: 501-751-4330 Fax 501-751-4399 Post Office Box 1760 2300 Lowell Road Springdale, AR 72765 TIME: 44000 FAX #: 413 -562(5 MESSAGE NUMBER OF PAGES INCLUDING COVER SHEET: C-3 APR -19-1999 16:08 4 • • MULTI -CRAFT CONTRACTORS 501 751 4399 P.02/02 Multi -Craft Contractors, Inc. April 19, 1999 City of Fayetteville ATTN: Peggy Vice, Purchasing Manager RE: Ultra -Violet Disinfection System Installation Bid 99-47 Phone: 501-751-4330 Foie 501-7514399 Post Office Box 1760 2300 Lowell Road Springdale. AR 72765 This notice is to inform you that if the TIME OF COMFLET/ON for the above referenced project is extended to 140 days, then MCC will allow a deduction of: 014,409.00> from our submitted bid price. This reflects the amount of our bond, less the cost, and assumes that it will not be forfeited. NOTE: This deduction is contingent upon submittals, if not waived, being reviewed and returned vithin 14 - 20 calendar days after deliverance. Our revised bid price would then be: $410,579.00 If you have any questions, please don't hesitate to call me Thank you, ALA: /(111:2:cc'; Dennis Kelly Executive vice President DK:pap 2.91.57 cc: Billy Ammons Pollution Control Plant 0 TOTAL P.02 • DATE. • 1 PROPOSAL FOR LUMP SUM CONTRACT April 19, 1999 • PROPOSAL OF: Multi Craft Contrarrm-4_, Tnr BUSINESS ADDRESS: 2300 Lowell Road. Springdale Arkansac 72764 ( ) a partnership consisting of: ( ) an individual trading as. • (c) a corporation organized under the laws of the state of: Ark:Incas Arkansas Contractor's License Number: 0025810300 TO: Gentlemen, City of Fayetteville 113 West Mountain Street, Room 326 Fayetteville, AR 72701 Attn: Peggy Vice, Purchasing Manager The undersigned, in compliance with your notice for bids for construction of: Bid 99-47 Ultra -violet Disinfection System Installation Having examined the specifications with related documents and the site of the proposed work, and being familiar with all conditions surrounding construction of the proposed project, including the availability of labor, hereby propose to furnish all labor, materials, and supplies and to construct the project in accordance with the Contract Documents, with the time as stated, at prices as stated below. These prices are to cover all expenses incurred in performing the work required under the Contract Documents, of with this Proposal is a part. I understand that this project shall be awarded to those parties whose bid will give the Owner the most advantageous price for the project to be built. I (we) acknowledge the following addenda: ( ) ADDENDUM NO 1., Dated: N/A ( ) ADDENDUM NO 2 Dated: N/A ( ) ADDENDUM NO 3., Dated: N/A 1 1 1 1 1 1 1 • • ( ) ADDENDUM NO 4., Dated: N/A For all work described in the Specifications, I (we) agree to perform this work for the sums set forth as follows: BASE BID. Ftwe-hstlred twenty -fax thwart', nire inurei. eighty-eight at C0/1C0 Dollars (s 424,988.00 CATEGORY A - CONTACT BASIN COVERING ALTERNATE BID NO. I: <Deduct> Installation of pre -stressed concrete panels per specifications. moventy-theize thaisErtl, hrtired ten axl C0/1C0-- Dollars ($ 73,710.00 CATEGORY B - ULTRAVIOLET EQUIPMENT INSTALLATION ALTERNATE BID NO I • <Deduct> Concrete structure to support equipment, steps, necessary handrail, and solid aluminum deckplate covering equipment use area per specifications. (s 118,493.00 Dollars ALTERNATE BID NO 2 <Deduct> Effluent weir modification per specifications. Che mrd, epven h rrirrti piebry-the arcl COACO Dollars (s 1,785.00 CATEGORY C - ELECTRICAL SERVICE ALTERNATE BID NO I. <Deduct> Purchase and install two (2) 500 KVA transformers per specifications. Installation of wiring, conduit, raceways, switches, junction boxes, etc. to bring high voltage electrical service to the 500 KVA transformers and 480 volt electrical sernce from the transformers to the power distribution centers (PDC's) of the disinfection system a -ME • • • equipment per specifications. (NOT LNCLUDNG connecting the actual high-voltage wires to the switch -gear, which will be performed by the Utility.) 11..o hrdred thirty-cre thcusani ard 03/1C0 (s 231,000.00 Dollars CONSECUTIVE CALENDAR DAYS FOR TOTAL PROJECT COMPLETION One hundred forty ( 140 ) Days AMOUNT INCLUDED IN BASE BID FOR TRENCHING SAFETY PROVISIONS UNDER ARKANSAS ACT 291 OF 1993 (IF TRENCHING 5' OR OVER EN DEPTH IS REQUIRED). 1111 N/A Dollars 111 (S In submitting this bid, it is understood that the bid will not be withdrawn for a period of 111 sixty (60) days from the time fixed for opening. 111• Upon receipt of notice of acceptance of this bid, Contractor will execute the formal 1 contract within five (5) days and deliver bonds required by this contract within ten (10) days of notice to proceed. Bid bond submitted ‘vith the bid is to become property of the Owner in the event the contract and bond are rot executed within the time above set forth, as liquidated damages for the delay and additional work caused thereby. • If awarded the Contract, the undersigned agrees to complete the project in accordInce with the schedule set forth in the instructions to bidders, Time for Completion. The undersigned hereby certifies that proposal from the following subcontractors were included in the bid submitted: AREA OF WORK SUBCONTRACTOR LICENSE NO. Plumbing Mechanical Multi Craft Contractors, Inc 0025810300 Multi Craft Contractors. Inc 0025810300 r N; • 46. ••:".. ; •ce i ;.; • Electrical Roofing & Sheet Metal MUlti Craft Contractors, Inc 0025810300 N/A It is agreed that, if selected as the successful bidder and if the above subcontractors are approved, the undersigned will not enter into contract with other for these divisions of the work without written approval of the Owner. It is understood that the Owner has the right of refusal of any subcontractor listed above. Respectfully Submitted: Contractor. By: ........... ••• .4 .•• ....... ". c % • e?).%.:* re, (rEvcooration) 1 • s d. %•• ................ Multi Craft Contractors, Inc. Tide: Executive Vice President Business Address: 2300 Lowell Rd., P.O. box 1760 Springdale, Arkansas /2 /65-1 /6U Arkansas License Number. 0025810300 • • Multi -Craft Contractors, Inc April 19, 1999 City of Fayetteville RE: Ultra -Violet Disinfection System Installation Bid # 99-47 • Phone: 501-7514330 Fax: 501-751-4399 Post Office Box 1760 2300 Lowell Road Springdale, AR 72765 Thank you for allowing Multi Craft Contractors the opportunity to bid this project. With our proposal, we must qualify the following: 1) TIMING: The proposed time frame in the specifications can not be met by our firm, due to three issues: 1.1 Electrical gear delivery is 12 to 14 weeks after approval and order; 1.2 Specified hand rail is as much as 14 weeks after approval; 1.3 Twenty-one calendar days on formed concrete (Category 8) can only be met if submittals are waived. (See attachments) 2) PRE -CAST CONCRE1E COVERS (Category A): All vendors which proposed prestress to us, do not manufacture hollow core; our proposal is based on the following: 8" thick semi -light weight. Design: 80 lbs. per square foot in lieu of 50 lbs; widths of 8'-0 in lieu of 4'-0. Note: Will have minimal tension in the bottom. 3) BOND: Due to timing of gear, the bond will be included in our price. If the City can extend the schedule to accommodate the equipment deliveries, then all parties will benefit. Thank you, Dennis Kelly Executive Vice President DK:pap 2.91.57 attachments ten• c7. • • • • - AlumaGuard Corp. . 2250 South Lipan Street Denver, CO 80223 303-935-7245 Fax: 303-937-0323 : Visit our ‘‘ cb site at WWW AIIIMaGLIZId.00111 EIT•1311: Sa1CSR3111:TlagUald.COM April 16, 1999 _Proposal for Alunzinunz Railing Project: Wastewater Treatment Plant — Fayetteville, AR. Specific Inclusions: 1. 348 linear feet of 3-12a il handrail system. 2. Freight:f.o.b. our plant Denver, CO., f.f.a to job site, 3. Stainless Steel Expandon Anchors: 1.12"x 3" 4. Stainless Steel Nlachine Belts: 1i2" 5. Toeboard type: Angle Top Teardrop Bonorn 6. All pipe will be 1-1/2" IPS Sch. 40/80 6061-T6 or 6105-T5. as required to meet structural criteria as determined by Alumaguard, %%jib an AA-\I10/1032C22A41 r7. Submittal drawings %ill require 4-6 \ VCCk.5. Shipment of materiel will require 6-8 weeks after receipt of approval drawings, steel drawings and field dimensions. 8. Calculations by Colorado licensed engineer. Specific Exclusions: 1. Sales tax, field measurements, installation. 2. Attachment of kickplate on panel assemblies. 3. Calculations stamped by .Arkansas engineer. • Indicates more assembly than specified. Posts are pte•manufactured, line rail and toebotrd are shipped in stock lensths. Terms: Net 30 days from shipment, no retention (wa c.). 54 Invoice upon completion of submiral drawings. This proposal is good for acceptance and delive:y within 30 & 120 days Please contact us for an emersion. Sincerely, Carl Ritchie • • Saks NianageriEstimator AlumaGuard Corp. fax crimpiayar.aviiia.wwmFax APR -16-1993 16:22 The Aluminum Handrail System" 733-9 4: : ..1 • REXEL 1 SUMMERS : ELECTRIC Date: 04/16/99 To: DAVE JOHNSON From: Jim Mi!cheIl Subject: OW Number cf Pages 4 PRICES FOR OMI • •.• A. • • • • • FAX Transrnitial • ICC) S io-comb c-rensle AR 72764 Ph 501-751-7123 / Fax !AM -760-2425 PLEASE NOTE SHIPPING INFORMATION: HIGH VOLTAGE TRANSFORMERS - •Al:LOW 12 -14 -WEEKS TO SHIP AFTER RECEIPT OF ORDER S &.0 SWITCHES reNLLOW11ICki-EE.r-rb:i:ITP.AETER _RECEIPT OF ORDER SW BOARD, PANELBOARDS, XFMER-ALLOW—&;. 8•WEEKS,TO.SHIP-AFTER' RECEIPT OF ORDER REMAINING ITEMS- ALLOW 2-4 WEEKS TO SHIP AFTER _ RECEIPT OF ORDER ALSO NOTE: SW BOARD, PANELBOARDS, & TRANSFORMERS ARE NEMA 3R CONSTRUCTION. - - . . 4.: = t - 752 245:- 57:: Ss. • ( Project Completion 140 days) • 0 0 0 0 -C >. 0 04 DESCRIPTION: ULTRA -VIOLET DISINFECTION SYSTEM INSTLLATION X AGENDA REQUEST CONTRACT REVIEW GRANT REVIEW STAFF REVIEW FORM For the Fayetteville City Council meeting of April 20, 1999 FROM: Billy L. Ammons Name ?cs S -/i'-97 MICROFILMED WWTP Public Works Divinon Departnnot ACTION REQUIRED: Approval of a resolution awarding bid number 99-47 to Multi -Craft Contractors in the amount of 5.410,579 for the installation of the ultraviolet disinfection system for the Paul R. Noland wastewater treatment facility. (Recommendation memo attached) COST TO CITY: 5410,579.00 Cost of this Request 5400.5800.5801.00 Account Nuridier 99035.01 Project Number S1,100,000.00 Category/Project Budget S. ,632,100 Funds Used To Date S A69.400 Remaining Balance UV Disinfection System Category/Project Name WITVIT Captial Program Nine Water & Sewer Fund BUDGET REVIEW: X Budgeted Item Budget -oonfinater CONTRACT/GRANT/LEASE REVIEW: * Arjr MAIM/ a•••• ?Vier V Purchasing Officer STAFF RECO IA -45-40 Date Date 4 -ao-19 Date / \ Budget Adjustment Anached .UrttiC Acfministrative Services Director (1,NTIN AGENCY: rda,eyidaAuditor DCe ADA Coordinator Date MENDATION: To approve award of bid 99-47 to Multi -Craft Contractors in the amount of S410,579.00. Mayor 6201//e it Date Date 21 Date New !tan: Prev Ord/Res 0: Orig Contnict Date: VIS No DADATAMP-DATMAGENDA.FRM • FAYETTEVI LLE THE CITY OF FAYETTEVILLE. ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Fayetteville City Council From: Donald R. Bunn, Assistant Public Works Directort2' Thru: Charles Venable, Public Works Director Fred Hanna, Mayor Subject: Award of Bid Installation of Ultraviolet System Paul Noland Wastewater Treatment Plant April 20, 1999 Bids were opened on April 19, 1999 on the installation of the ultraviolet system for the Paul Noland Wastewater Treatment Facility. Multi -Craft Contractors, Inc. of Springdale was the only bidder on the job. The bid was in the amount of $424,988.00. A copy of the bid tabulation is attached. Multi -Craft Contractors agreed to deduct a total of $14,409.00 from the bid price provided the time for completion was changed to 140 days. The lengthened time for completion is due to the time needed to have certain electrical components manufactured. We are in agreement with the time extension, therefore the Construction Contract the memorandum from OMI reflects the adjusted bid price of $410,579.00. It is the recommendation of the Staff that the bid be awarded to Multi -Craft Contractors in the amount of $410,579.00 with a time of completion of 140 days from the time of a notice to proceed. The budget is sufficient to cover these costs. 4110 CO MI Memorandum To: Mayor Hanna and Fayetteville City Council Members Thru: Charles Venable, Public Works Director From: Billy L. Ammons (PCP) Project Manager ta Paul Hawkins (PCP) Maintenance Manager Date. April 20, 1999 Re: Bid Recommendation for Bid # 99-47 Please reference the attached agenda request for bid # 99-47. We recommend awarding the bid to the low bidder, Multi -Craft Contractors (MCC) in the amount of $410,579. MCC's bid does not meet the specifications in regard to the time of completion, but is apparently the best that can be done under the circumstances. Certain components of the electrical system needed for this installation are not 'off-the-shelf items and must be custom manufactured. The proposed time frame for project completion of 140 calendar days is not desirable, but will be acceptable. Bid # 99-47 deals with the installation of the new ultraviolet disinfection (UV) system for the wastewater treatment facility (WWTF). The equipment needed for this disinfection system has already been purchased and will be delivered in the next few months. Approval of this contract will allow work to go forward in preparing for the eventual installation of the UV equipment. WWTF personnel will work closely with the contractor in an attempt to expedite the project in whatever ways may be possible. We appreciate your assistance in this important project.