HomeMy WebLinkAbout196-02 RESOLUTIONRESOLUTION NO. 196-02
A RESOLUTION AWARDING A CONSTRUCTION CONTRACT
TO EAGLE SANDBLASTING AND PAINTING, INC. IN THE
AMOUNT OF TWO HUNDRED NINETY-FIVE THOUSAND
FOUR HUNDRED TWENTY-SEVEN DOLLARS ($295,427 00) FOR
CLEANING AND REPAINTING THE RODGERS DRIVE AND
GOSHEN WATER TANKS; APPROVAL OF A PROJECT
CONTINGENCY IN THE AMOUNT OF TWENTY-NINE
THOUSAND FIVE HUNDRED SEVENTY-THREE DOLLARS
($29,573.00); AND A BUDGET ADJUSTMENT IN THE AMOUNT
OF EIGHTY ONE THOUSAND FOUR HUNDRED EIGHTY ONE
DOLLARS ($81,481.00) FOR SAME.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council of the City of Fayetteville, Arkansas,
hereby awards a construction contract to Eagle Sandblasting and Painting, Inc.
in the amount of Two Hundred Ninety -Five Thousand Four Hundred Twenty -
Seven Dollars ($295,427.00) for cleaning and repainting the Rodgers Drive and
Goshen water tanks
Section 2. That the City Council of the City of Fayetteville, Arkansas,
hereby approves a Project Contingency in the amount of Twenty -Nine Thousand
Five Hundred Seventy -Three Dollars ($29,573.fl0).
Section 3. That the City Council of the City of Fayetteville, Arkansas,
hereby approves a Budget Adjustment in the amount of Eighty One Thousand
Four Hundred Eighty One Dollars ($81,481.00) for same.
PASSED and APPROVED this 17th day of December, 2002.
.iL!
naso
By:41.all
IiEATHER WOODRUFF, Clerk
APPROVED:
By
•
i
NAME OF FILE:
CROSS REFERENCE:
Item #
Date
Resolution No.196-02
Document
1
12/17/02
Resolution # 196-02
2
12/04/02
Staff Review Form
3
Contract
4
11/25/02
Purchase Requisition
5
12/26/02
Memo from Heather Woodruff, City Clerk to Ron Petrie,
Engineering
NOTES:
• STAFF REVIEW FORM •
X AGENDA REQUEST
X CONTRACT REVIEW
GRANT REVIEW
For the Fayetteville City Council Meeting of: December 17, 2002
FROM:
Ron Petrie
Name
Engineering Public Works
Division Department
ACTION REQUIRED: 1.) Approval of a resolution awarding the construction contract in the amount of
$295,427.00 with Eagle Sandblasting and Painting, Inc. for the repainting of the Rodgers Drive & Goshen water
tanks. 2.) Approval of a project contingency in the amount of $29,573 for project needs including material
testing, variations in final quantities, .... 3.) Approval of the attached budget adjustment.
COST TO CITY:
$325,000.00
Cost of this request
5400.5600.5808.00
Account Number
02031
Project Number
$ 280,000.00 Tank Painting
Category/Project Budget Program Category / Project Name
$
Funds
$
36,481.00
Used to Date
Water/Sewer Improvements
Program / Project Category Name
243,519.00 Water/Sewer Fund
Remaining Balance Fund Name
BUDGET REVIEW:
X Budgeted Item X Budget Adjustment Attached
Budget Manager
Date Administrative Services Director
Date
CONTRACT/GRAN LEASE REVIEW:
Acco nting ManageG
GRANTING AGENCY:
425Ie2Z- .77
A it
Date Internal A itor
City Atto ney
Purchasing Manager
Date
ADA Coordinator
Grant Coordinator
/1/as/ate.
Date
Date
Date
STAFF RECOMMENDATION:
Staff recommends approval of the actions listed above.
•
1/ -ZS -02
Date
Di
Departm9Tit Director
trati
Services Director
Date
/Z 3 -o5
Date
Mayor
ate
Cross Reference
New Item: Yes
Previous Ord/Res#:
Orig. Contract Date
Orig. Contract Number
No
Staff Review Form - Page 2
•
Description Rodgers Drive & Goshen Water Tank Repainting Meeting Date December 17, 2002
Comments: Reference Comments:
Budget Manager
Accounting Manager
City Attorney
Purchasing Manager
ADA Coordinator
Internal Auditor
Grants Coordinator
•
FAYETTEVILLE
THE CITY OF FAYETTEVILLE, ARKANSAS
113 W. Mountain St.
Fayetteville, AR 72701
Telephone: 501-575-8264
ENGINEERING DIVISION CORRESPONDENCE
•
TO:
THRU:
FROM:
DATE:
SUBJECT:
Dan Coody, Mayor
Fayetteville City Council
Greg Boettcher, Public Work Director
Jim Beavers, City Engineer, d. t3.
Ron Petrie, Staff Engineer 119
November 25, 2002
Agenda Request for December 17, 2002 City Council Meeting
Rodgers Drive and Goshen Water Tank Repainting
1. Project Background: This capital improvement project will provide the necessary maintenance to
the Four million gallon ground storage tank on Rodgers Drive and the 300,000 gallon ground storage tank
near the City of Goshen. The project consists of cleaning and repainting the exterior and interior of both
tanks with spot repairs. McClelland Consulting Engineers provided the project specifications and will
provide construction inspection. The Engineering Division will provide project management.
2. Staff Recommendations: The staff is in agreement with McClelland Consulting Engineers
recommendation that the City Council award the construction contract to Eagle Sandblasting and Painting,
Inc. and approve funding for a project contingency including materials testing, variations in final
quantities, etc... for "Water Tank Repainting, Rodgers Drive Tank No. 2 and Goshen Tank."
3. Estimated Project Costs: Bids were opened on Wednesday, November 20'", 2002. The Engineer,
McClelland Consulting Engineers, has reviewed the bids and recommends awarding the contract to the low
bidder, Eagle Sandblasting and Painting, Inc., in the amount of $295,427.00 which is approximately 15%
below the Engineer's estimate. The estimated total project costs including the project contingency for
unforeseen project expenditures are as follows:
Rodgers Drive & Goshen
Tank Repainting $295,427.00
Protect Contingencv_f= W%) $x.573.00
TOTAL $325,000.00
4. Project Funding: This project will require a Budget Adjustment to move $81,481.00 from Project
No. 02120, Water and Sewer Improvements — Defined by Study, to the Tank Repainting Project No.
02031.
•
EMcCLELLAND
CONSULTING
l DESIGNED ro SERVE i ENGINEERS, INC.
P.O. Box 1229
Fayetteville, Arkansas 72702-1229
501-443-2377
FAX 501-443-9241
November 21, 2002
Mr. Ron Petrie, P.E.
Staff Engineer
City of Fayetteville
113 W. Mountain
Fayetteville, AR 72701
Re: Tank Repainting
Bid Opening
Dear Mr. Petrie:
NOV 22 lint
dal
Bids for repainting the Rodgers Drive Tank No. 2 and Goshen Tank were opened
Wednesday, November 20, 2002 at 2:00 p.m. Three bids were received. The bids have
been checked and tabulated, with a copy of the tabulation attached hereto. Each of the
bidders is properly licensed and submitted proper bid bonds. The low bidder was Eagle
Sandblasting and Painting, Inc. of Pleasant Plains, Arkansas, with a bid total of
$295,427.00. This was below our engineer's estimate of $345,000.00.
I have not worked with this firm, but they have painted tanks for our Little Rock
office. I received a favorable recommendation from our Little Rock personnel, as well as
from the reference that I called that was listed in their bid documents. Consequently, we
recommend that the repainting contract be awarded to Eagle Sandblasting and Painting,
Inc.
Very truly yours,
McClelland Consulting Engineers
Robert W. White, P E
Vice -President
Encl: Bid Tabulation
FY022160 Correspondence Petrie
FY022160 Rodgers Drive Tank No. 2 and Goshen Tank
0 0
TEId
9 c;
0
v
G)
m
N
a n
cmm
Z B.
m z
Dcp
T�
m o m P
D
pNry
Nsr
Ncm0O
Cn
m
z
z
ONIINIVd321 )IMd12131VM
NOIIV1fleVi 0143
IITOTAL BASE BID (Items 1 through 7)
-J
O
01 11,
CO
N
•
Item
Number
Tank Renovation Work, Including New
Manways, Roof Vent Screen, Overflow Pipe
Screen, Level Indicator Maintenance and All
Other Work Required for a Complete
Installation, Goshen Tank
Clean and Repaint Tank Interior, Disinfect I
Tank, Goshen Tank
Remove Cathodic Protection System and
Repair Hand Holes, Rodgers Drive Tank
Clean and Repaint Tank Interior, Disinfect
Tank, Rodgers Drive Tank
Clean and Repaint Tank Exterior Using Top
Coating Procedure, Rodgers Drive Tank
Description
ork,
for
ighl
Rec
> Di
fan
J
J
J
-
!
J
J
Estimated
Quantity
Co
LS
Cn
CO
LS
LS
LS
$295,427.00
*
O
O
$24,940.00
49
N
4.1
91
o O
m
O
0
$1,000.00
49
sma
CO
OD
tO
9
O
'E,
NJ
N
0)
0
Lump Sum Price
Eagle Sandblasting and
Painting, Inc.
Pleasant Plains, AR.
o
N
Of
O
O
O
to
N
(O
0 O
O
O
$21,900.00
�I
N
O
O
4
N
in
0
O
O
$1,700.00
$211,600.00
v
OD
O
O
O
Lump Sum Price
Protective Linings &
Coatings, Inc.
Alexander, AR
$374,800.00 1
�p
A
O
O
O
O
00'OOL'OE$
(fl
CO
O
O O
O
o
49
co
O
O0
O
O
W
0
0
O
O
$229,200.001
44
CD
-CO
O
O
Utility Service Co., Inc.
Perry, GA
Lump Sum Pr
ice
9 c;
0
v
G)
m
N
a n
cmm
Z B.
m z
Dcp
T�
m o m P
D
pNry
Nsr
Ncm0O
Cn
m
z
z
ONIINIVd321 )IMd12131VM
NOIIV1fleVi 0143
• •
DOCUMENT 00500
CONTRACT
THIS AGREEMENT, made and entered into on the day of
200_, by and between Eagle Sandblasting & Painting, Inc., Pleasant Plains, AR, and the CITY OF
FAYETTEVILLE, Arkansas.
WITNESSETH:
That Eagle Sandblasting & Painting, Inc., for the consideration hereinafter fully set out, hereby
agrees with the CITY OF FAYETTEVILLE as follows:
1. That Eagle Sandblasting & Painting, Inc. 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 Drive Tank No. 2 and Goshen Tank, dated
October, 2002.
Advertisement for Bids Payment Bond
Instructions to Bidders General Conditions
Bid and acceptance thereof Supplemental Conditions
Performance Bond Specifications
2. That the CITY OF FAYETTEVILLE hereby agrees to pay to Eagle Sandblasting & Painting,
Inc. 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 ninety five thousand four hundred twenty seven dollars & 00/100 ($295,427.00).
3. The Work will be completed and ready for final payment in accordance with the General
Conditions within 135 calendar days after the date when the Contract Time commences to run, as
provided in the Notice to Proceed.
4. Liquidated Damages: CITY OF FAYETTEVILLE and Eagle Sandblasting & Painting, Inc.
recognize that time is of the essence of this Agreement and the CITY OF FAYETTEVILLE 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 the CITY OF
FAYETTEVILLE if the Work is not completed on time. Accordingly, instead of requiring any
such proof, the CITY OF FAYETTEVILLE and Eagle Sandblasting & Painting, Inc. agree that
as liquidated damages for delay (but not as a penalty) Eagle Sandblasting & Painting, Inc. shall
pay CITY OF FAYETTEVILLE Five Hundred Dollars ($500.00) for each day that expires
after the time specified in Paragraph 3 for completion and readiness for final payment.
FY022160 Fayetteville Water Tank Repainting Section 00500 - 1
• •
5. That within 30 days of receipt of an approved payment request, the CITY OF FAYETTEVILLE
shall make partial payments to Eagle Sandblasting & Painting, Inc. on the basis of a duly
certified and approved estimate of work performed during the preceding calendar month by
Eagle Sandblasting & Painting, Inc., LESS the retainage provided in the General Conditions,
which is to be withheld by the CITY OF FAYETTEVILLE until all work within a particular part
has been performed strictly in accordance with this Agreement and until such work has been
accepted by the CITY OF FAYETTEVILLE.
6. That upon submission by Eagle Sandblasting & Painting, Inc. of evidence satisfactory to the
CITY OF FAYETTEVILLE that all payrolls, material bills, and other costs incurred by Eagle
Sandblasting & Painting, Inc. 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 Eagle Sandblasting & Painting, Inc. of all work covered by this Agreement and
the acceptance of such work by the CITY OF FAYETTEVILLE.
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 CITY OF FAYETTEVILLE 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, Eagle Sandblasting & Painting, Inc. shall, at his expense, within 5 days after the receipt
of notice from the CITY OF FAYETTEVILLE, furnish an additional bond or bonds in such form
and amount and with such Surety or Sureties as shall be satisfactory to the CITY OF
FAYETTEVILLE. In such event, no further payment to Eagle Sandblasting & Painting, Inc.
shall be deemed to be due under this Agreement until such new or additional secunty for the
faithful performance of the work shall be furnished in manner and form satisfactory to the CITY
OF FAYETTEVILLE.
8. Changes, modifications, or amendments in scope, price or fees to this contract shall not be
allowed without a prior formal contract amendment approved by the Mayor and the City council
in advance of the change in scope, cost or fees.
9. Freedom of Information Act. City contracts and documents prepared while performing city
contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of
Information Act request is presented to the City of Fayetteville, the (contractor) will do
everything possible to provide the documents in a prompt and timely manner as prescribed in the
Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally authonzed
photocopying costs pursuant to the FOIA may be assessed for this compliance.
FY022160 Fayetteville Water Tank Repainting Section 00500 - 2
• •
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 onginal Contract.
SEAL:
WITNESSES:
Secretary
ATTEST:
Eagle Sandblasting & Painting. Inc.
CONTRACTOR
By
Robert Beet, President
Title
CITY OF FAYETTEVILLE, ARKANSAS
OWNER
FY022160 Fayetteville Water Tank Repainting Section 00500 - 3
Approvals:(k. - .m�.....M
Mayor Department Director. Purchasing Manager.
•
Admin. Services Director. Budget Coordinator. •Data Processing Mgr.
n
r
Requester.
Ron Petrie
ro
r
m
CD
co
w
rr
r
ro
r
w
µ
0
N
endor a: Vendor Name:
New Eagle Sandblasting & Painting, Inc., Robert Beel
Fess: FOB Point
136 Main Street
Purchase Requisition
Ina a much a oakd
SHIPPING/HANDUNG
Water Tank Repainting Rodg-ers Dr.
I_ Tank No. 2 and Goshen Tank -_-_
------Desoriptton: - -
PLEASE RETURN PURCHASE ORDER TO ENGINEERING
4
N
N.
›
fC
6 s
Zip:
72568
325,000
5400-5600-5808.00
r-- Account Number.
Ship To Code:
090
'Requesters Employee#:
1461
;
(.'C��j
iN
-
w
O
w
I
N
0
9
3 «£77
3
.l
0
N
A p
r q
Divis n Head proval:CAA
op -1
N XN
E
o
Q
P.O. Number. Expected Delivery Date:
ASAP
Requisition No.: Dale: �
11-25-02
0
0
X
N
tm
O
O
O
O
0
Inventory
s
Il
i
I
REQUEST FOENDOR FILE MAIfENANCE
(CHECK ALL. AVAILABLE RESOURCES, VENDOR UST, ACCESS
SYSTEM PRIOR TO SUBMISSION OF THIS REQUEST)
DATE OF REQUEST: 11-25-02 REQUESTED BY: Mary Alice Berry
DEPT/DIVISION: Public Works/Engineering EFFECTIVE DATE: ASAP
TELEPHONE EXTENSION: 206
NEW VENDOR: X VENDOR CHANGE. VENDOR RE-ENTRY:
VENDOR N: VENDOR #:
VENDOR NAME: Eagle Sandblasting & Painting, Inc.
STREET OR P.O. BOX: 136 Main Street -
CITY: Pleasant Plains STATE: AR Zp CODE: 72568
ATTN: Robert Reel PHONE: 501-345-2542
REMITTANCE ADDRESS IF DIFFERENCE FROM ABOVE:
NAME:
ADDRESS:
CITY, ST, ZIP:
FEDERAL ID NUMBER:
OR
SOCIAL SECURITY NUMBER
71-0795641
TYPE OF ORGANIZATION
CORPORATION (100): X
PARTNERSHIP (200):
INDIVIDUAL (300).
EMPLOYEE (400):
PENSION (500):
RECIPIENT (600):
NON-PROFIT (700):
PURCHASING OFFICE USE ONLY
NEW VENDOR: ENTERED BY:
VENDOR CHANGES: DATE:
VENDOR RE-ENTRY: G. L FILE:
W-9 FORM MAILED: INVENTORY FILE:
FAYETTEVILI.E
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
•
To: Ron Petrie
From: Heather Woodruff, City Clerk
Date: December 26, 2002
Attached is a copy of Resolution 196-02 awarding a construction contract to Eagle
Sandblasting and Painting, Inc. in the amount of $295,427.00 for cleaning and repainting
the Roger Drive and Goshen water tanks. Please forward a signed contract, performance
and payment bond and a signed copy of the plans and specification documents as soon as
you receive them.
The original resolution will be microfilmed and filed with the City Clerk.
cc: Nancy Smith, Internal Auditor
RESOLUTION NO. 196-02
A RESOLUTION AWARDING A CONSTRUCTION CONTRACT
TO EAGLE SANDBLASTING AND PAINTING, INC. IN THE
AMOUNT OF TWO HUNDRED NINETY-FIVE THOUSAND
FOUR HUNDRED TWENTY-SEVEN DOLLARS ($295,427.00) FOR
CLEANING AND REPAINTING THE RODGERS DRIVE AND
GOSHEN WATER TANKS; APPROVAL OF A PROJECT
CONTINGENCY IN THE AMOUNT OF TWENTY-NINE
THOUSAND FIVE HUNDRED SEVENTY-THREE DOLLARS
($29,573.00); AND A BUDGET ADJUSTMENT IN THE AMOUNT
OF EIGHTY ONE THOUSAND FOUR HUNDRED EIGHTY ONE
DOLLARS ($81,481.00) FOR SAME
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council of the City of Fayetteville, Arkansas,
hereby awards a construction contract to Eagle Sandblasting and Painting, Inc.
in the amount of Two Hundred Ninety -Five Thousand Four Hundred Twenty -
Seven Dollars ($295,427 00) for cleaning and repainting the Rodgers Drive and
Goshen wateiftanks.
Section 2. That the City Council of the City of Fayetteville, Arkansas,
hereby approves a Project Contingency in the amount of Twenty -Nine Thousand
Five Hundred Seventy -Three Dollars ($29,573.00).
Section 3. That the City Council of the City of Fayetteville, Arkansas,
hereby approves a Budget Adjustment m the amount of Eighty One Thousand
Four Hundred Eighty One Dollars ($81,481 00) for same.
PASSED and APPROVED this 17th day of December, 2002.
By: `a
EATHER WOODRUFF, r Clerk
APPROVED:
By:
FAYETTEVILLE
THE CITY OF FAYETTEVILLE, ARKANSAS
113 W. Mountain St.
Fayetteville, AR 72701
Telephone: 501-575-8206
ENGINEERING DIVISION CORRESPONDENCE
TO: Heather Woodruff, City Clerk
FROM: Ron Petrie, Staff Engineer
DATE: January 14, 2003
SUBJECT: Rodgers Drive/Goshen Tank Repainting Contract Documents
Please find attached four (4) sets of project manuals that have been prepared for the Mayor's
signature. This contract was approved by Resolution No. 196-02 at the December 17, 2002 City
Council meeting.
One of the project manuals are for your records. Please return the remaining three to the
Engineenng Division
Thanks for your assistance.
Do Vol RE/140V&
Property of the City Clerk
1 S./GNCO
1
1
1
&..TtreTa TATER TANK REPAINTING
e.JDGERS DRIVE TANK NO.. 2
FOUR MILLION GALLON WELDED STEEL GROUND
STORAGE TANK
AND GO.SHEN TANK
300,000 WELDED STEEL GROUND STORAGE TANK
196 °a-
1 FAYETTEVILLE ENGINEERING DEPARTMENT
CITY OF FAYETTEVILLE, ARKANSAS
1
1
1
1
1
1
1
1
1
1
1
1
FAY EMMEN/ I I_LLE
PROJECT NO. FY022160
OCTOBER 2002
McClelland Convoking Engineers, Inc.
1810 North College, P.O. Box 1229
Fayetteville, Arkansas 72702.1229
(479)443.2377
Vei€;1111CITC17)
JAN 1 4 2003
PART/SECTION Ng
TABLE OF CONTENTS
(FY022160)
SUBJECT
PAGE Ns
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 Lump Sum 1-7
00350 Bid Bond 1-2
00360 Notice of Award 1
PART II CONTRACT FORMS
00500 Contract 1-3
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
1
PART IV
DIVISION 1
01000
01009
01011
01014
01016
01027
01028
01070
01210
01300
01311
01400
01500
01600
1-34
1-4
SPECIFICATIONS
GENERAL REQUIREMENTS
Abbreviations 1-2
Summary of Work 1-4
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
TABLE OF CONTENTS
PART/SECTION N4 SUBJECT PAGE N°
DIVISION 2 SITE WORK
02150 Storm Water Pollution Prevention 1-4
DIVISION 5 METALS
05902 Tank Renovation 1-4
DIVISION 9 FINISHES
09900 Painting 1-18
APPENDIX TO SECTION 09900
A. Existing Rodgers Drive Tank Paint Laboratory Reports
B. Paint Data Sheets for Paint Used on Goshen Tank
APPENDIX A
Arkansas State Licensing Law for Contractors
DOCUMENT 00030
ADVERTISMENT FOR BIDS
BID # 02-65
Bids:
PROJECT: WATER TANK REPAINTING, RODGERS DRIVE TANK NO 2, AND
GOSHEN TANK, CITY OF FAYETTEVILLE
MCE Project No.: FY022160
McClelland Consulting Engineers, Inc.
1810 North College
P.O. Box 1229
Fayetteville, Arkansas 72701
Phone: (479) 443-2377
The City of Fayetteville will receive sealed bids for repainting a 4 million gallon welded steel
ground storage water tank, located on Rodgers Drive. The tank is 140 feet in diameter and has a
36 foot water depth. The existing cathodic protection system shall be removed. The Rodgers
Drive tank has been drained and prospective Bidders may inspect it during the mandatory Pre -
Bid Conference to be held at the Rodgers Drive Tank site. Bids will include repainting a 300,000
gallon welded steel tank located at Goshen. The Goshen tank is 38 feet in diameter and has a 36
ft — 4 inch side wall height. The Goshen tank has not been drained for inspection.
Bids shall be on a lump sum basis.
The City of Fayetteville, Arkansas will receive Bids until 2:00 p.m., local time Wednesday, at
November 20, 2002, 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.
A mandatory Pre -Bid Conference will be held at the Rodgers Drive Tank site at 10:00 a.m. on
Wednesday, November 13, 2002. All Bidders must attend this conference. Bids will not be
opened from Bidders who did not have a representative attend the Pre -Bid Conference.
Bidding Documents may be examined at the offices of the Engineer and at:
ABC Plans Room
c/o Southern Reprographics
2905 Point Circle
Fayetteville, AR 72704
F.W. Dodge Reports
5100 East Skelly
Suite 1010
Tulsa, OK 74135
FY022160 Fayetteville Water Tank Repainting
Construction Market Data
P.O. Box 1109 (72203)
1501 N. Pierce, Suite 101
Little Rock, AR 72207
Section 00030- 1
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 $70.00 for each set of documents. Return of
documents is not required, and amount paid for documents is not refundable. Partial sets are not
available.
Each Bid must be submitted on the prescribed form and accompanied by a certified check or bid
bond executed on the prescribed form, payable to the City of Fayetteville, Arkansas in an amount
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.
"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
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."
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
date.
CITY OF FAYETTEVILLE, ARKANSAS
By:
Peggy Vice, Purchasing Officer
Publication:
Bid #: 02-65
FY022160 Fayetteville Water Tank Repainting Section 00030- 2
DOCUMENT 00100
INSTRUCTIONS TO BIDDERS
PARAGRAPH NO./TITLE 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. BIDDER'S UNDERSTANDING 2
7. PROJECT MANUAL AND DRAWINGS 2
8. TYPE OF BID 2
9. TRENCH AND EXCAVATION SAFETY SYSTEM 2
10. ALTERNATES 3
11. PRE-BID CONFERENCE 3
12. PREPARATION OF BIDS 3
13. STATE AND LOCAL SALES AND USE TAXES 3
14. SUBMISSION OF BIDS 3
15. TELEGRAPHIC OR WRITTEN MODIFICATION OF BID 4
16. WITHDRAWAL OF BID 4
17. BID SECURITY 4
18. RETURN OF BID SECURITY 4
19. AWARD OF CONTRACT 5
20. BASIS OF AWARD 5
21. EXECUTION OF CONTRACT 5
22. PERFORMANCE AND PAYMENT BONDS AND MAINTENACE BOND 5
23. FAILURE TO EXECUTE CONTRACT AND FURNISH BOND 6
24. PERFORMANCE OF WORK BY CONTRACTOR 6
25. TIME OF COMPLETION 6
26. 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.
FY022160 Fayetteville Water Tank Repainting Section 00100 - 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 teams 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 $70.00 per set. Partial sets
will not be available.
8. 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
FY022160 Fayetteville Water Tank Repainting Section 00100 - 2
10. ALTERNATES
Not used.
11. PRE-BID CONFERENCE
A mandatory Pre -Bid Conference will be held at the time and location listed in the
Advertisement for Bids. A roster of attendees will be made at the conference. Bids will not
be accepted from any prospective bidder that did not have a representative at the Pre -Bid
Conference The conference will be held at the Rodgers Drive Tank site, and Tank No. 2 will
be available for inspection at that time.
12. 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 manner 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.
13. 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.
14. 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
FY022160 Fayetteville Water Tank Repainting Section 00100 - 3
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
15. 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.
16. 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.
17. 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.
18. RETURN OF BID SECURITY
Within 15 days after the award of the Contract, the Owner will retum 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
retumed to the respective Bidders whose Bids they accompanied.
FY022160 Fayetteville Water Tank Repainting Section 00100 - 4
19. AWARD OF CONTRACT
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.
20. 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.
21. 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 concerning nonresident contractor's notice and bond
requirements.
22. PERFORMANCE AND PAYMENT BONDS AND MAINTENANCE BOND
The successful Bidder shall file with the Owner a Performance Bond, a Payment Bond, and a
Maintenance Bond on the form bound herewith, each in the full amount of the Contract Price
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 Maintenance Bond shall provide coverage for 2 years after the
date of Substantial Completion.
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.
FY022160 Fayetteville Water Tank Repainting Section 00100 - 5
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.
The Attorney -in -Fact (Resident Agent) who executes this Performance Bond, Payment Bond
and Maintenance 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. The Maintenance Bond shall be dated based on the date of Substantial
Completion.
23. 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.
24. 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.
25. 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.
26. 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.
FY022160 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
1
DOCUMENT 00200
INFORMATION AVAILABLE TO BIDDERS
PART 1. GENERAL
1.1 SECTION INCLUDES
1. Arkansas Prevailing Wage Determination Number 02-166.
2. Location map for tank sites.
3. Tank Photographs.
PART 2. PRODUCTS
Not Used.
PART 3. EXECUTION
Not Used.
END OF SECTION
FY022160 Fayetteville Water Tank Repainting Section 00200 - 1
Mike Huckabee
Governor
Ms. Sherry Beel
Eagle Sandblasting & Painting
136 Main St.
Pleasant Plains, AR 72568
Dear Ms. Beel:
RECEIVED JAN 1 3 2003
STATE OF ARKANSAS
ARKANSAS DEPARTMENT OF LABOR
10421 WEST MARKHAM • LITTLE ROCK, ARKANSAS 72205-2190
(501) 682-4500 • FAX: (501) 682-4535 • TDD: (800) 285-1131
January 9, 2003
Re: Water Tank Repainting
Rodgers Drive No. 2 & Goshen
Fayetteville, Arkansas
Washington County
Determination #02-166
4-tR
James L Salkeld
Director
Listed below is the minimum rate required for the classification omitted on the above -
referenced project.
Please be advised that you may object to the department's decision by filing a written
objection with the department within five (5) days of receipt of this notice.
Classification
Painter
Basic Hourly Rate Fringe Benefits
$8 70 -0-
Should you have any questions or if additional classifications are needed, please feel free
to contact me at the above -address or call (501) 682-4536.
Sincerely,_ /
Don Cash
Prevailing Wage Supervisor
CC: Robert W. White, McClelland Consulting Engineers, Inc.
•
Mike Huckabee
Go•emor
Robert W. White
McClelland Consulting Engineers, Inc.
PO Box 1229
Fayetteville, AR 72732
Dear Mr. White:
RECEIVED OCT 2 4 2002;
STATE OF ARKANSAS
ARKANSAS DEPARTMENT OF LABOR
10421 WEST MARKHAM • LITTLE ROCK, ARKANSAS 72205-2190
(501) 682-4500 • FAX: (501) 682-4535 • TOD: (800) 285-1131
October 21, 2002
Re: Water Tank Repainting
Rodgers Drive No. 2 & Goshen
Fayetteville, Arkansas
Washington County
James L. Salkeld
Director
In response to your request, enclosed is Arkansas Prevailing Wage Determination Number 02-166
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.
If you have any questions, please call me at (501) 682-4536 or fax (501) 682-4508.
Enclosures
Sincerely,
Don Cash
Prevailing Wage Supervisor