HomeMy WebLinkAbout78-01 RESOLUTIONi
RESOLUTION NO. 78-01
A RESOLUTION TO APPROVE A CONSTRUCTION CONTRACT
WITH PROTECTIVE LININGS AND COATINGS, INC. TO
REPAINT ONE OF THE RODGERS DRIVE WATER
TANKS AND APPROVE A BUDGET ADJUSTMENT
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council approves a contract with Protective
Linings and Coatings, Inc. in the amount of $250,600.00 and a contingency of
$37,590.00 to prepare and paint one 4 -million gallon water tank located on
Rodgers Drive pursuant to the specifications of the bid and authorizes the Mayor
to sign said construction contract.
Section 2. That the City Council approves a budget adjustment in the
amount of $74,741.00 which is attached as Exhibit "A".
PASSED and APPROVED this the 19th day of June, 2001.
`:$ Yfrr
ei
•
ATTEST:
By:
Heather WoodruffCity erk
APPROVED:
By:
DAN COODY, May
City of Fayetteville, Arkansas
Budget Adjustment Form
�-;O Pit€XHIBIT A
t Budget Year
2001
Department:
Division:
Program:
Public Works
Engineering
Water & Sewer Capital
Date Requested
June 19, 2001
Adjustment #
Project or Item Requested:
$72,741 is requested in the Rogers Drive
Water Tank Painting capital project.
Project or Item Deleted:
$72,741 from the Highway 45 East
Pump Station & Elevated Tank capital
project.
Justification of this Increase:
The additional funding is to cover the
cost of the construction contract.
Justification of this Decrease:
Sufficient funding remains in
project to meet objectives.
Increase Expen e (Decrease Revenue)
Account Name Amount
Water Line Improvements 72,741
Account Number
5400 5600
Decrease Expense (Increase Revenue)
Account Name Amount
Water Line Improvements 72,741
Project Number
5808 00 97044 10
Account Number
5400 5600
Project Number
5808 00 98044 10
Approval Signatures
Budget M • •ger
Type: A
Date of Approval
Budget Office Use Only
B
Posted to General Ledger
Posted to Project Accounting
Entered in Category Log
Blue Copy. Budget & Research / Yellow Copy: Requester
C
D
E
C^DATA'FORN,S•BA-AD.J BA_0/022.WKJ
NAME OF FILE: Resolution No. 78-01
•
CROSS REFERENCE:
06/19/01
Resolution No. 78-01
06/19/01
Exhibit "A" (Copy of the Budget Adjustment Form)
06/19/01
Contract with Protective Linings & Coatings, Inc. ($250,600)
05/31/01
Departmental Correspondence to Fayetteville City Council thru Dan
Coody, Mayor, Don Bunn, Assistant PWD, Jim Beavers, City Engineer,
from Sid Norbash, Staff Engineer, regarding Rogers Drive Tank Painting
Project/Approval of Construction Contract
05/30/01
Letter to Sid Norbash from Robert W. White, P.E. McClelland
Consulting Engineers, Inc. regarding Bid Opening/Rodgers Drive Tank
Repainting
05/30/01
Bid Tabulation
06/19/01
Staff Review Form
06/21/01
Departmental Correspondence to Sid Norbash, Engineering, from
Heather Woodruff, City Clerk
NOTES:
1 • •
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
DOCUMENT 00500
CONTRACT
THIS AGREEMENT, made and entered into on the 19thday of June
2001, by and between Protective Linings & Coatings, Inc.
herein called the
Contractor, and the City of Fayetteville, Arkansas, hereinafter called the Owner:
WITNESSETH:
That the Contractor, for the consideration hereinafter fully set out, hereby agrees with the Owner as
follows:
I. That the Contractor shall furnish all the materials, and perform all of the work in manner and
form as provided by the following enumerated Specifications, and Documents, which are
attached hereto and made a part hereof, as if fully contained herein and are entitled Water
Tank Repainting, Rodgers Dnve Tank, dated April, 2001.
Advertisement for Bids
Instructions to Bidders
Bid and acceptance thereof
Performance Bond
Payment Bond
General Conditions
Supplemental Conditions
Specifications
That the Owner hereby agrees to pay to the Contractor for the faithful performance of this
Agreement, subject to additions and deductions as provided in the Specifications or Bid, in
lawful money of the United States, the amount of:
Two Hundred Fifty Thousand, Six Hundred Dollars
•
3. The Work will be completed and ready for final payment in accordance with the General
Conditions within 75 calendar days after the date when the Contract Time commences to run, as
provided in the Notice to Proceed.
Liquidated Damages: Owner and Contractor recognize that time is of the essence of this
Agreement and the Owner will suffer financial loss if the Work is not completed within the times
specified in above, plus any extensions thereof allowed in accordance with the General
Conditions. They also recognize the delays, expense, and difficulties involved in proving the
actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of
requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but
not as a penalty) Contractor shall pay Owner Five Hundred Dollars ($500.00) for each day that
expires after the time specified in Paragraph 3 for completion and readiness for final payment.
FY002262 Fayetteville Water Tank Repainting Section 00500 - 1
•
• •
5. That within 30 days of receipt of an approved payment request, the Owner shall make partial
payments to the Contractor on the basis of a duly certified and approved estimate of work
performed during the preceding calendar month by the Contractor, LESS the retainage provided
in the General Conditions, which is to be withheld by the Owner until all work within a
particular part has been performed stnctly in accordance with this Agreement and until such
work has been accepted by the Owner.
6. That upon submission by the Contractor of evidence satisfactory to the Owner that all payrolls,
material bills, and other costs incurred by the Contractor in connection with the construction of
the work have been paid in full, final payment on account of this Agreement shall be made
within 60 days after the completion by the Contractor of all work covered by this Agreement and
the acceptance of such work by the Owner.
7. It is further mutually agreed between the parties hereto that if, at any time after the execution of
this Agreement and the Surety Bond hereto attached for its faithful performance and payment,
the Owner shall deem the Surety or Sureties upon such bond to be unsatisfactory or if, for any
reason such bond ceases to be adequate to cover the performance of the work, the Contractor
shall, at his expense, within 5 days after the receipt of notice from the Owner, furnish an
additional bond or bonds in such form and amount and with such Surety or Sureties as shall be
satisfactory to the Owner. In such event, no further payment to the Contractor shall be deemed to
be due under this Agreement until such new or additional security for the faithful performance of
the work shall be furnished in manner and form satisfactory to the Owner
8. No additional work or extras shall be done unless the same shall be duly authorized by
appropriate action by the Owner in writing.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the day and date first
above written, in three (3) counterparts, each of which shall, without proof or accounting for the other
counterpart be deemed an original Contract.
SEAL:
WITNESSES:
ATTEST:
%hi jCity Clerk
protectivc L N i $ a(:da)ti„qV s
CONTRACTOR
By
PreCda..t
Title
CITY OF FAYETTEVILLE, ARKANSAS
OWNER
By �I�/'"4L
Mayor
FY002262 Fayetteville Water Tank Repainting Section 00500 - 2
I
•
•
WATER TANK REPAINTING
RODGERS DRIVE TANK
a'1Cab'114Z..1 �tl!
FOUR MILLION GALLON WELDED STEEL GROUND
STORAGE TANK
FAYETTEVILLE ENGINEERING DEPARTMENT
CITY OF FAYETTEVILLE, ARKANSAS
FAY ETTE'/ I LLE
1f
&ferkCop
PROJECT NO. FY002262
APRIL 2001
McClelland Consulting Engineers, Inc.
1810 North College, P.O. Box 1229
Fayetteville, Arkansas 72702.1229
(501) 443.2377
•
o\�0iv,4T IIOtt/
.• ....qG�
`
a1cCLELLANG
•CONSULTING
ENGINEERS, Inc e E.
9a %., NG. 24
-eA........ .`���
1• 44 t. ':
`) Z6n cam -:: -.-/F
'..mss 0;-7E f..?f.r.?'14-114 II
T.<:• l!
, ND L 35..<1/40/
r ,ss, „
1 • •
1
1
FOUR MILLION GALLON WELDED STEEL GROUND
1
WATER TANK REPAINTING
RODGERS DRIVE TANK
STORAGE TANK
1 FAYETTEVILLE ENGINEERING DEPARTMENT
1
1
1
1
1
1
1
1
1
1
1
1
1
1
CITY OF FAYETTEVILLE, ARKANSAS
F -AY ETTE'/ I LLE
PROJECT 140. FY002262
APRIL 2001
tonna-
dTo arv�,
McClelland Consulting Engineers, Inc.
1810 North College, P.O. Box 1229
Fayetteville, Arkansas 72702-1229
(501)443.2377
PART/SECTION N2
• •
TABLE OF CONTENTS
(FY002262)
SUBJECT
PAGE N°
PART I BIDDING REQUIREMENTS
00030 Advertisement for Bids 1-2
00100 Instructions to Bidder 1-6
00200 Information Available to Bidders 1
00300 Bid Form Unit Price 1-7
00350 Bid Bond 1-2
00360 Notice of Award 1
PART II CONTRACT FORMS
00500 Contract 1-2
00600-1 Performance Bond 1-2
00600-2 Payment Bond 1-2
Maintenance Bond 1
Contractor's Affidavit 1
Notice to Proceed 1
PART III CONDITIONS OF THE CONTRACT
00700 General Conditions
00800 Supplementary Conditions
PART IV
DIVISION 1
01000
01009
01011
01014
01016
01027
01028
01070
01210
01300
01311
01400
01500
01600
1-35
1-4
SPECIFICATIONS
GENERAL REQUIREMENTS
Abbreviations 1-2
Summary of Work 1-3
Site Conditions 1-2
Protection of the Environment 1-2
Safety Requirements and Protection of Property 1-4
Application for Payment 1-2
Change Order Procedures 1-3
Cutting and Patching 1-3
Preconstruction Conferences 1-2
Submittals During Construction 1-6
Schedule & Sequence of Operations 1-3
Quality Control 1-3
Temporary Construction Facilities and Utilities 1-4
Material and Equipment Shipment, Handling,
Storage, and Protection 1-3
01700 Contract Closeout
01710 Clean -Up
01720 Project Record Documents
1-3
1-2
1-3
1 • •
TABLE OF CONTENTS
PART/SECTION N2 SUBJECT PAGE N°
DIVISION 2 SITE WORK
02150 Storm Water Pollution Prevention 1-4
I DIVISION 5 METALS
05902 Tank Renovation 1-3
DIVISION 9 FINISHES
09900 Painting 1-17
1 DIVISON 13 SPECIAL CONSTRUCTION
13315 Cathodic Protection System 1-6
1
1 APPENDIX A
' Arkansas State Licensing Law for Contractors
1
1
1
1
1
1
1
1
1
1
1 • •
1
1 DOCUMENT 00030
ADVERTISMENT FOR BIDS
1 BID #01-33
Bids: May 30, 2001, 10:00 AM
1 PROJECT: WATER TANK REPAINTING, RODGERS DRIVE TANK, CITY OF
' FAYETTEVILLE
MCE Project No.: FY002262
McClelland Consulting Engineers, Inc.
1810 North College
1 P.O. Box 1229
Fayetteville, Arkansas 72701
' Phone: (501) 443-2377
The City of Fayetteville will receive sealed bids for repainting a 4 million gallon welded steel
ground storage water tank. The tank is 140 feet in diameter and has a 36 foot water depth. The
existing cathodic protection system shall be removed and replaced with a new system. The tank
has been drained and prospective bidders may schedule inspection visits to the tank with the
' Engineer.
Bids shall be on a lump sum basis.
1 The City of Fayetteville, Arkansas will receive Bids until 10:00 AM, local time May 30, 2001, at
the Office of the Purchasing Officer located in Room 306, 113 W. Mountain, Fayetteville,
' Arkansas. Bids received after this time will not be accepted. Bids will be opened and publicly
read aloud immediately after specified closing time. All interested parties are invited to attend.
Bidding Documents may be examined at the offices of the Engineer and at:
ABC Plans Room F.W. Dodge Reports Construction Market Data
' c/o Southern Reprographics 5100 East Skelly P.O. Box 1109 (72203)
2905 Point Circle Suite 1010 1501 N. Pierce, Suite 101
Fayetteville, AR 72704 Tulsa, OK 74135 Little Rock, AR 72207
Copies of the Bidding documents may be obtained at the Engineer's office in accordance with the
Instructions to Bidders upon paying the sum of $60.00 for each set of documents. Return of
1 documents is not required, and amount paid for documents is not refundable. Partial sets are not
available.
1
FY002262 Fayetteville Water Tank Repainting Section 00030- 1
1 • •
1
Each Bid must be submitted on the prescribed form and accompanied by a certified check of bid
bond executed on the prescribed form, payable to the City of Fayetteville, Arkansas in an amount
1 not less than 5 percent of the amount bid.
For information concerning the proposed work, contact Robert W. White, P.E., at the Engineers
office.
The attention of the Bidder is directed to the applicable federal and state requirements and
'
conditions of employment to be observed and minimum wage rates to be paid under this
Contract.
1 Pursuant to Arkansas Code Annotated §22-9-203 Arkansas State Building Services encourages
all qualified small, minority and women business enterprises to bid on and receive contracts for
1 goods, services, and construction. Also, Arkansas State Building Services encourages all general
contractors to subcontract portions of their contract to qualified small, minority and women
business enterprises."
1 The Owner reserves the right to waive irregularities and to reject bids and to postpone the award
of the Contract for a period of time which shall not exceed beyond 90 days from the bid opening
1 date.
1 CITY OF FAYETTEVILLE, ARKANSAS
By:
Peggy Vice, Purchasing Officer
1 Publication: May 13, 2001
May 20, 2001
1
1 Bid #: 01-33
1
1
1
1 FY002262 Fayetteville Water Tank Repainting Section 00030- 2
• •
DOCUMENT 00100
INSTRUCTIONS TO BIDDERS
PARAGRAPH NO.MTLE PAGE NO.
1. FORMAT 1
2. SPECIFICATION LANGUAGE 1
3. GENERAL DESCRIPTION OF THE PROJECT 1
4. QUALIFICATION OF CONTRACTORS 1
5. DOCUMENT INTERPRETATION
6. BIDDERS UNDERSTANDING 2
7. PROJECT MANUAL AND DRAWINGS 2
8. TYPE OF BID 2
9. TRENCH AND EXCAVATION SAFETY SYSTEM 2
10. ALTERNATES 3
11. PREPARATION OF BIDS 3
12. STATE AND LOCAL SALES AND USE TAXES 3
13. SUBMISSION OF BIDS 3
14. TELEGRAPHIC OR WRI 1 IEN MODIFICATION OF BID 4
15. WITHDRAWAL OF BID 4
16. BID SECURITY 4
17. RETURN OF BID SECURITY 4
18. AWARD OF CONTRACT 5
19. BASIS OF AWARD 5
20. EXECUTION OF CONTRACT 5
21. PERFORMANCE AND PAYMENT BONDS 5
22. FAILURE TO EXECUTE CONTRACT AND FURNISH BOND 6
23. PERFORMANCE OF WORK BY CONTRACTOR 6
24. TIME OF COMPLETION 6
25. PROVIDING REQUIRED INSURANCE 6
• •
DOCUMENT 00100
INSTRUCTIONS TO BIDDERS
1. FORMAT
The Contract Documents are divided into Parts, Divisions, and Sections in keeping with
accepted industry practice in order to separate categories of subject matter for convenient
reference thereto. Generally, there has been no attempt to divide the Specification Sections
into work performed by the various building trades, work by separate subcontractors, or work
required for separate facilities in the Project.
2. SPECIFICATION LANGUAGE
"Command" type sentences are used in Contract Documents. These refer to and are directed
to the Contractor.
3. GENERAL DESCRIPTION OF THE PROJECT
A general description of the Work to be done is contained in the ADVERTISEMENT FOR
BIDS. The scope is indicated on the accompanying Drawings and specified in applicable
parts of these Contract Documents.
4. QUALIFICATION OF CONTRACTORS
The prospective bidders must meet the statutorily prescribed requirements before Award of
Contract by the Owner.
Before a Contract will be awarded for the work contemplated herein, the Owner will conduct
such investigation as is necessary to determine the performance record and ability of the
apparent low Bidder to perform the size and type of work specified under this Contract. Upon
request, the Bidder shall submit such information as deemed necessary by the Owner to
evaluate the Bidder's qualifications.
5. DOCUMENT INTERPRETATION
The Contract Documents governing the Work proposed herein consist of the Drawings and all
material bound herewith. These Contract Documents are intended to be mutually cooperative
and to provide all details reasonably required for the execution of the proposed Work: Any
person contemplating the submission of a Bid shall have thoroughly examined all of the
various parts of these Documents, and should there be any doubt as to the meaning or intent of
said Contract Documents, the Bidder should request of the Engineer, in writing (received by
the Engineer at least 5 working days prior to bid opening) an interpretation thereof.
FY002262 Fayetteville Water Tank Repainting Section 00100 - 1
• 1
Any interpretation or change in said Contract Documents will be made only in writing, in the
form of Addenda to the Documents which will be furnished to all Bidders receiving a set of
the Documents. Bidders shall submit with their Bids, or indicate receipt, of all Addenda. The
Owner or Engineer will not be responsible for any other explanation or interpretations of said
Documents not issued in writing by Addendum.
6. BIDDER'S UNDERSTANDING
Each Bidder must inform himself of the conditions relating to the execution of the Work, and
it is assumed that he will inspect the site and make himself thoroughly familiar with all the
Contract Documents. Failure to do so will not relieve the successful Bidder of his obligation
to enter into a Contract and complete the contemplated Work in strict accordance with the
Contract Documents. It shall be the Bidder's obligation to verify for himself and to his
complete satisfaction all information concerning site and subsurface conditions.
Information derived from topographic maps, or from Drawings showing location of utilities
and structures will not in any way relieve the Contractor from any risk, or from properly
examining the site and making such additional investigations as he may elect, or from
properly fulfilling all the terms of the Contract Documents.
Each Bidder shall inform himself of, and the Bidder awarded a Contract shall comply with,
federal, state, and local laws, statutes, and ordinances relative to the execution of the Work.
This requirement includes, but is not limited to, applicable regulations concerning minimum
wage rates, nondiscrimination in the employment of labor, protection of public and employee
safety and health, environmental protection, the protection of natural resources, fire
protection, burning and nonburning requirements, permits, fees, contractor's license,
nonresident contractors' notice and bond requirements, and similar subjects.
7. PROJECT MANUAL AND DRAWINGS
No return of Drawings is required and no refund will be made.
The successful bidder will be furnished three sets of Documents without charge. Any
additional copies required will be furnished to the Contractor at $60.00 per set. Partial sets
will not be available.
TYPE OF BID
Lump sum price shall be submitted in the appropriate place on the Bid form. The total
amount to be paid to the Contractor shall be the total amount of the lump sum price items as
adjusted based on quantities installed and/or and adjustment for additions or deletions
resulting from additive or deductive bid alternates or change orders during construction.
9. TRENCH AND EXCAVATION SAFETY SYSTEM
Not Applicable.
FY002262 Fayetteville Water Tank Repainting Section 00100 - 2
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
• •
10. ALTERNATES
Not used.
11. PREPARATION OF BIDS
All blank spaces on the Bid Form must be filled in, preferably in BLACK ink, in both words
and figures where required. No changes shall be made in the phraseology of the forms.
Written amounts shall govern in cases of discrepancy between the amounts stated in writing
and the amounts stated in figures In case of discrepancy between unit prices and totals, unit
prices will prevail.
Any Bid shall be deemed informal which contains material omissions, or irregularities, or in
which any of the prices are obviously unbalanced, or which in any mariner shall fail to
conform to the conditions of the published ADVERTISEMENT FOR BIDS.
Only one bid from any individual, firm, partnership, or corporation, under the same or
different names, will be considered. Should it appear to the Owner that any Bidder is
interested in more than one bid for Work contemplated, all bids in which such Bidder is
interested will be rejected. The Bidder shall sign his Bid Form on the blank space provided
therefor. If Bidder is a corporation, the legal name of the corporation shall be set forth above,
together with the signature of the officer or officers authorized to sign Contracts on behalf of
the corporation. If Bidder is a partnership or sole proprietorship, the true name of the firm
shall be set forth above, together with the signature of the sole proprietor, partner or partners
authorized to sign Contracts in behalf of the firm. If signature is by an agent, other than an
officer of a corporation or a member of a partnership or sole proprietor, a notarized power-of-
attorney must be on file with the Owner prior to opening of bids or submitted with the Bid.
12. STATE AND LOCAL SALES AND USE TAXES
Unless the Supplementary Conditions contains a statement that the Owner is exempt from
state sales tax on materials incorporated into the Work due to the qualification of the Work
under this Contract, all state and local sales and use taxes, as required by the laws and statutes
of the state and its political subdivisions, shall be paid by the Contractor. Prices quoted in the
Bid shall include all nonexempt sales and use taxes, unless provision is made in the Bid Form
to separately itemize the tax.
13. SUBMISSION OF BIDS
All Bids must be submitted, not later than the time prescribed, at the place, and in the manner
set forth in the ADVERTISEMENT FOR BIDS Bids must be made on the Bid Form
provided herein. Each Bid must be submitted in a sealed envelope, so marked as to indicate
its contents without being opened, and addressed in conformance with the instructions in the
ADVERTISEMENT FOR BIDS.
FY002262 Fayetteville Water Tank Repainting Section 00100 - 3
• 1
14. TELEGRAPHIC OR WRITTEN MODIFICATION OF BID
Any Bidder may modify his bid by telegraphic or written communication at any time prior to
the scheduled closing time for receipt of bids, provided such communication is received by
the Owner prior to the closing time. The telegraphic or written communication should not
reveal the bid price; it shall, however, state the addition or subtraction or other modification
so that the final prices or terms will not be known by the Owner until the sealed bid is opened.
15. WITHDRAWAL OF BID
Any Bid may be withdrawn prior to the scheduled time for the opening of bids either by
telegraphic or written request, or in person. No Bid may be withdrawn after the time
scheduled for opening of Bids, unless the time specified in Item, AWARD OF CONTRACT,
of these INSTRUCTIONS TO BIDDERS shall have elapsed.
16. BID SECURITY
Bids must be accompanied by cash, a certified check, or cashier's check drawn on a bank in
good standing, or a bid bond issued by a Surety authorized to issue such bonds in the State
where the Work is located, in the amount of 5 percent of the total amount of the Bid
submitted. This bid security shall be given as a guarantee that the Bidder will not withdraw
his Bid for a period of 90 days after bid opening, and that if awarded the Contract, the
successful Bidder will execute the attached Contract and furnish properly executed
Performance and Payment Bonds, each in the full amount of the Contract price within the
time specified.
The Attorney -in -Fact (Resident Agent) who executes this bond in behalf of the Surety must
attach a notarized copy of his power-of-attorney as evidence of his authority to bind the Surety
on the date of execution of the bond.
All bid bonds and Contract bonds shall be executed by a LICENSED RESIDENT AGENT
of the surety having his place of business in the STATE OF ARKANSAS and in all ways
complying with the laws of the State of Arkansas.
The mere countersigning of a bond will not be sufficient. If the Bidder elects to furnish a
Bid Bond, he shall use the Bid Bond form bound herewith, or one conforming substantially
thereto in form and content.
17. RETURN OF BID SECURITY
Within 15 days after the award of the Contract, the Owner will return the bid securities to all
Bidders whose Bids are not to be further considered in awarding the Contract. Retained bid
securities will be held until the Contract has been finally executed, after which all bid
securities, other than Bidders' bonds and any guarantees which have been forfeited, will be
returned to the respective Bidders whose Bids they accompanied.
FY002262 Fayetteville Water Tank Repainting Section 00100 - 4
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
• •
18. AWARD OF CON I RACT
Within 90 calendar days after the opening of Bids, unless otherwise stated in the
ADVERTISEMENT FOR BIDS or SUPPLEMENTARY CONDITIONS of these Documents,
the Owner will accept one of the Bids or will act in accordance with BASIS OF AWARD,
below. The acceptance of the Bid will be by written notice of award, mailed or delivered to
the office designated on the Bid Form. In the event of failure of the lowest responsible and
responsive qualified Bidder to sign and return the Contract with acceptable Performance and
Payment Bonds, as prescribed herein, the Owner may award the Contract to the next lowest
responsible and responsive qualified Bidder. Such award, if made, will be made within 90
days after the opening of Bids.
19. BASIS OF AWARD
If, at the time this Contract is to be awarded, the Total Base Bid of the lowest acceptable Bid
exceeds the funds then estimated by the Owner as available, the Owner may reject all bids or
take such other action as best serves the Owner's interests.
20. EXECUTION OF CONTRACT
The successful Bidder shall, within 15 consecutive days after receiving notice of award, sign
and deliver to the Owner the Contract hereto attached together with the acceptable bonds as
required in these Documents. Within 15 consecutive days after receiving the signed Contract
with acceptable bonds from the successful Bidder, the Owner's authorized agent will sign the
Contract. Signature by both parties constitutes execution of the Contract.
The successful bidder shall conform to the Rules and Regulations of Arkansas Department of
Finance and Administration conceming nonresident contractor's notice and bond
requirements.
21. PERFORMANCE AND PAYMENT BONDS
The successful Bidder shall file with the Owner a Performance Bond and Payment Bond on
the form bound herewith, each in the full amount of the Contract Pnce in accordance with the
requirements of the State of Arkansas as applicable, as security for the faithful performance of
the Contract and the payment of all persons supplying labor and materials for the construction
of the Work, and to cover all guarantees against defective workmanship or materials, or both,
for a period of 1 year after the date of final acceptance of the Work by the Owner.
The Surety furnishing this bond shall have a sound financial standing and a record of service
satisfactory to the Owner, shall be authorized to do business in the State of Arkansas, and
shall be listed on the current U. S. Department of Treasury Circular Number 570, or
amendments thereto in the Federal Register, of acceptable Sureties for Federal projects.
If the Surety on any Bond furnished by Contractor is declared bankrupt or becomes insolvent
or its right to do business is terminated in any state where any part of the project is located or
it ceases to meet the requirements of the preceding paragraph, Contractor shall within five
days thereafter substitute another Bond and Surety, both of which must be acceptable to
Owner.
FY002262 Fayetteville Water Tank Repainting
Section 00100 - 5
•
• 1
The Attorney -in -Fact (Resident Agent) who executes this Performance Bond and Payment
Bond in behalf of the Surety must attach a notarized copy of his power-of-attorney as
evidence of his authority to bind the Surety on the date of execution of the bond. All
Contracts, Performance and Payment Bonds, and respective powers -of -attorney will have the
same date.
22. FAILURE TO EXECUTE CONTRACT AND FURNISH BOND
The Bidder who has a Contract awarded to him and who fails to properly execute the Contract
and furnish the Performance Bond and Payment Bond, within the time frame stipulated
elsewhere in these documents, shall forfeit the bid security that accompanied his bid, and the
bid security shall be retained as liquidated damages by the Owner, and it is agreed that this
sum is a fair estimate of the amount of damages the Owner will sustain in case the Bidder fails
to enter into a Contract and furnish the bond as hereinbefore provided. Bid security deposited
in the form of cash, a certified check, or cashier's check shall be subject to the same
requirements as a Bid Bond.
23. PERFORMANCE OF WORK BY CONTRACTOR
The Contractor shall perform on the site and with his own organization, work equivalent to at
least forty percent of the total amount of the work to be performed under this Contract. If,
during the progress of the Work hereunder, the Contractor requests a reduction of such
percentage, and the Engineer determines that it would be to the Owner's advantage, the
percentage of the work required to be performed by the Contractor's own organization may be
reduced, PROVIDED prior written approval of such reduction is obtained by the Contractor
from the Engineer.
24. TIME OF COMPLETION
The time of completion of the Work to be performed under this Contract is of the essence of
the Contract. Delays and extensions of time may be allowed in accordance with the
provisions stated in Document 00700 - GENERAL CONDITIONS. The time allowed for the
completion of the Work is stated in Document 00500 - Contract.
25. PROVIDING REQUIRED INSURANCE
The Bidder's attention is directed to the insurance requirements set forth in the General
Conditions (amended in the Supplementary Conditions, if appropriate). Submittal of a bid
indicates full understanding and intent to comply with the insurance requirements which are a
condition of the contract.
FY002262 Fayetteville Water Tank Repainting Section 00100 - 6
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
• •
DOCUMENT 00200
INFORMATION AVAILABLE TO BIDDERS
PART 1. GENERAL
1.1 SECTION INCLUDES
1. Arkansas Prevailing Wage Determination Number 00-414.
2. Location map for tank site.
3. Tank Photographs.
PART 2. PRODUCTS
Not Used.
PART 3. EXECUTION
Not Used.
END OF SECTION
FY002262 Fayetteville Water Tank Repainting Section 00200 - 1
Mike Huckabee
Governor
Robert White
McClelland Consulting Engineers, Inc.
PO Box 1229
Fayetteville, AR 72702
Dear Mr.White:
STATE OFARKANSAS
7 ?fdll
,c
ARKANSAS DEPARTMENT OF LABOR
10421 WEST MARKHAM • LITTLE ROCK, ARKANSAS 72205-2190
(501) 682-4500 • FAX: (501) 682-4535 • TDD: (800) 285-1131
May 3, 2001
Re: Rodgers Drive Water Tank Repainting
Fayetteville, Arkansas
Washington County
James L. Salkeld
Director
In response to your request, enclosed is Arkansas Prevailing Wage Determination Number 00-414
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 less 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 project.
When you issue the Notice to Proceed for this project, please mail or fax a copy of the notice to my office.
We must have this information in order to enforce the Statement of Intent.
If you have any questions, please call me at (501) 682-4599 or fax (501) 682-4508.
Sincerely,
Enclosures
Jackie Malone
Prevailing Wage Investigator
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
)���
70
3\\mz
/2=\
§\\
2@\
N.)z
2 ¥
tri 0
\k\
77
}
m co
TJ
- tag M
1
rno\
\
§
0o
§
▪ §
/rit/
/B�
imelo .72
o§
02\
�o1-4
0t
373j
G amZ
\V)
3/9
70�j
m
/[
3 um0
0
}
• . •
Jopeiiuoogng 6ulgwnld
Mechanical Subcontractor
JopeJ}uoognS len!JPal3
General/Prime Contractor
°£o* '0
3[g\ \
g0\zJ \
®§%ff
\o o -o "1 73
c�= �■o
m• 3}\ g§to
0g%\7 k<■
Z/ro=�/w
§ 70am
_7=«
I \�kfecu§]
& rr
• 0--124/ �)
2 Er oc
• E-0@2 0
-5m,- 2
al (S
-.
£ - ;an
CD
» ccn /}) 0.1 A.
0. 227,9
g 3a�°a
■ !k//)
;gym
/\R?3
oCD rr CD
22Q
- (D'
7=\R
=B£;
o3
■ g;A_m 4g
STATEMENT OF INTENT TO PAY PREVAILING WAGES
Page l of 1
• •
ARKANSAS DEPARTMENT OF LABOR
PREVAILING WAGE DETERMINATION — HEAVY RATES
DATE: May 3, 2001
PROJECT: Rodgers Drive Water Tank Repainting
Fayetteville, Arkansas
CLASSIFICATION
Bricklayer/Pointer, Cleaner, Caulker
Carpenter
Concrete Finisher/Cement Mason
Electrician/Alarm Installer
Ironworker'
Laborer
Pipelayer
Truck Driver
Power Equipment Operators:
Backhoe, Rubber tired 1 yd. or less
Bulldozer, Finish
Bulldozer, Rough
Crane, Derrick, Dragline,
Shovel & Backhoe, 1-1/2 yds. or less
Crane, Derrick, Dragline,
Shovel & Backhoe, Over 1-1/2 yds.
Distributor
Front End Loader, Finish
Front End Loader, Rough
Mechanic
Motor Patrol, Finish
Motor Patrol, Rough
Roller
Scraper, Finish
Scraper, Rough
DETERMINATION #: 00-414
COUNTY: Washington
EXPIRATION DATE: 11-3-01
SURVEY #: 700-AH05
BASIC
HOURLY
RATE
8.45
9.35
9.40
13.30
17.25
8.45
10.30
11.90
12.15
13.15
10.25
11.65
11.20
12.35
9.65
10.40
14.70
13.05
9.00
11.15
11.75
11.25
FRINGE
BENEFITS
.72
1.00
.17
Welders—receive rate prescribed for craft performing 'operation to which welding is incidental.
Certified July 3, 2000
Classifications that are required, but not listed above, must be requested in writing
from the Arkansas Department of Labor, Prevailing Wage Division. Call (501) 682-
4536 or 682-4599 for a request form.
BRAMI BY
PFK
x110.
FY002262
•
Tank No. 1 Roof Vent and Obstruction
Light
Cathodic Protection Handhole in Roof
Corrosion on Roof
•
•
Top of Tank 2
Top of Ladder for Tank 1 with Roof
Manway, Light Conduit and Cathodic
Protection Conduit through top of Tank
Base for Roof Support Column
• •
Corrosion and Paint Bubbling on
Tank Wall
Floor Corrosion and Separation of
Interior Ladder from its support
Floor Corrosion
• •
1
DOCUMENT 00300
1 BID FORM
LUMP SUM
1
NOTE TO BIDDER: Please use BLACK ink for completing this Bid form.
To: The Ctty of Fayetteville. Arkansas
1 Address: 113 West,Mountain
_Eayetteeville�AB 22791
1 Project Title: WATER TANK REPAINTING, RODGERS DRIVE TANK
Engineer's
1 Project No.: FY002262
Arkansas Contractor's
1 Date: lY)av tot 'Z dol LicenseNo.: OOa635-O4Oa.
Bidder: NrnJ-eci-1,le. Lifukis 9f- CocL4-111 Tnoc.
1 Address: /S/S6 (oU.., t,-/ »/Q.c e \J
1 44Xcttvdoe- 1 42 72002.
1
1
1
Contact Person for additional information on this Bid:
Name: 0.0-rey 6001d
Telephone: SO/- 316- 0a1.13
ADDENDA
The Bidder hereby acknowledges that he has received Addenda Numbers:
1 it/ to these Specifications.
(Bidder insert No. of each Addendum received.)
1 BIDDER'S DECLARATION AND UNDERSTANDING
1 The undersigned, hereinafter called the Bidder, declares that the only persons or parties interested in this
Bid are those named herein, that this Bid is, in all respects, fair and without fraud, that it is made without
collusion with any official of the Owner, and that the Bid is made without any connection or collusion
1 with any person submitting another Bid on this Contract.
1 FY002262 Fayetteville Water Tank Repainting Section 00300 - 1
• •
The Bidder further declares that he has carefully examined the Contract Documents for the construction
of the project, that he has personally inspected the site, that he has satisfied himself as to the quantities
involved, including materials and equipment, and conditions of work involved, including the fact that the
description of the quantities of work and materials, as included herein, is brief and is intended only to
indicate the general nature of the work and to identify the said quantities with the detailed requirements
of the Contract Documents, and that this Bid is made according to the provisions and under the terms of
the Contract Documents, which Documents are hereby made a part of this Bid.
The Bidder further agrees that he has exercised his own Judgement and has utilized all data which he
believes pertinent from the Engineer, Owner, and other sources in arriving at his own conclusions.
The Bidder states that he has experience in and is qualified to perform the work herein specified and, if
he does not have craftsmen experienced and qualified in any phase of the work for which this Bid is
offered, that he will subcontract the work under said phase to a contractor who does have the necessary
experience and qualifications.
CONTRACT EXECUTION AND BONDS
The Bidder agrees that if this Bid is accepted, he will, within 15 days after notice of award, sign the
Contract in the form annexed hereto, and will at that time, deliver to the Owner the Performance Bond
and Payment Bond required herein, and will, to the extent of his Bid, furnish all machinery, tools,
apparatus, and other means of construction and do the work and furnish all the materials necessary to
complete all work as specified or indicated in the Contract Documents.
CERTIFICATES OF INSURANCE, PAYMENT BOND, AND PERFORMANCE BOND
The Bidder further agrees to furnish the Owner, before executing the Contract, the certificates of
insurance, Payment Bond, and Performance Bond as specified in these Documents.
START OF CONSTRUCTION, CON TRACT COMPLETION TIME, AND LIQUIDATED DAMAGES
Start of Construction, Contract Completion Time, and Liqwdated Damages are stated in Document
00500 - Contract.
SALES AND USE TAXES
The Bidder agrees that all federal, state, and local sales and use taxes are included in the stated bid prices
for the work.
FY002262 Fayetteville Water Tank Repainting Section 00300 - 2