Loading...
HomeMy WebLinkAbout152-06 RESOLUTIONRESOLUTION N0152-06 A RESOLUTION APPROVING A CONTRACT WITH TIME STRIPING, INC. IN THE AMOUNT OF $29,504.70 FOR AIRPORT PARKING LOT REHABILITATION; APPROVING A TEN PERCENT PROJECT CONTINGENCY IN THE AMOUNT OF $2,950.00; AND APPROVING A BUDGET ADJUSTMENT IN THE AMOUNT OF $35,296.00. 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 approves a contract with Time Striping, Inc. in the amount of $29,504.70 for Airport Parking Lot Rehabilitation. A copy of the contract, marked Exhibit "A," is attached hereto and made a part hereof. Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a ten percent Project Contingency in the amount of $2,950.00. Section 3. That the City Council of the City of Fayetteville, Arkansas hereby approves a Budget Adjustment in the amount of $35,296.00. „ min 1.1��„ cA-V\^GASY OcS•c<', :FAYETTEVILLE: ATTEST: '9p �ANSPE'J`'S d.....;;GTON 'c" By: �� L �/t By: DAN COODY, Mayor _ SONDRA SMITH, City Clerk PASSED and APPROVED this 19th day of September, 2006. APPROVED. • City of Fayetteville ]aid 06-51; Airport Terminal Parking Lot Contract • This contract executed thisv"' day of September 2006, between the City of Fayetteville, Arkansas, and Time Striping Inc. ..In consideration of the mutual covenants contained herein, the parties agree as follows: Time Striping Inc. at its 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 06-51 as stated in Time Striping Inc.'s bid proposal, and in accordance with specifications attached hereto and made a part hereof under Bid #06-51, all included herein as if spelled out word for word. 2. The City of Fayetteville shall pay $29.504.70 based on their bid proposal in an amount not to exceed $ 29.504.70 . Payments will be made after approval and acceptance of work and submission of invoice. Payments will.be made approximately 30 days after receipt of invoice. The Contract documents which comprise the contract between the City of Fayetteville and Time Striping Inc. consist of this Contract and the following documents attached hereto, and made a part hereof: Bid form identified as Invitation to Bid 06-51 with the specifications and conditions typed thereon. Time Striping Inc.'s bid proposal. The Notice to Prospective Bidders and the Bid Tabulation. These Contract documents constitute the entire agreement between the City of Fayetteville and Time Striping Inc. and may be modified only by a duly executed written instrument signed by the City of Fayetteville and Time Striping Inc. Time Striping Inc. shall not assign its duties under the terms of this agreement. Time Striping Inc. agrees to hold the City of Fayetteville harmless and indemnify the City of Fayetteville, against any and all claims for property damage, personal injury or death, arising from Time Striping Inc.'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. • • City of Fayetteville Bid 06-51, Airport Terminal Parking Lot Page 12 of 14 • Time Striping Inc. shall fumish a certificate of insurance addressed to the City of Fayetteville, 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, Time Striping Inc. 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. Workmen's Compensation Statutory Amount • Comprehensive General & Automobile Insurance Bodily Injury Liability Property Damage Liability $100,000 for each person injured. $500,000 for each accident. $500,000 aggregate. The premiums for all insurance and the bond required herein shall be paid by Time Striping Inc. Time Striping Inc. agencies. to furnish proof of licensure as required by all local and state 9. This contract may be terminated by the City of Fayetteville or Time Striping Inc. with 10 days written notice. • 10. Freedom of Information Act: City of Fayetteville 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 authorized photo coping costs pursuant to the FOIA may be assessed for this compliance. WITNESS OUR HANDS THIS DAY OF ce,thirlbir 12006. BY icayk goaz MAYOR CITY OF FAYETTEVILLE, FAYETTEVILLE, ARKANSAS City of Fayetteville Bid 06-51, Airport Terminal Parking Lot Page 13 of 14 „„vat ffffff ^ V\J .•�{TY o».4' -: vil �c�s E • : FAYETTEVILLE • . ATTEST: CITY CLERK i. C :S.`.yQ,sS9kANSP•).+S ATTEST: COMPANY SECRETARY NA ' ' ND TITLE BUSINESS ADDRESS • � la j ton 'Me ; i ) vice 11-tosaev- • City of Fayetteville Bid 06-51, Airport Terminal Parking Lot Page 14of14 • City of Fayetteville, Arkansas Budget Adjustment Form Budget Year 2006 Department: General Government Division: Aviation & Economic Development Program: Airport Capital Expenditures Date Requested 9/5/2006 Adjustment Number Project or Item Added/Increased: $35,296 in the Airport Parking lot Rehabilitation project. Project or Item Deleted/Reduced: Decrease NW Ark Aviation Tech Center Funding. Justification of this Increase: Will provide for asphalt rejuvenation and re -striping of the Terminal parking lot. Justification of this Decrease: The project is cancelled. The funds will not be used. Increase Expense Budget (Decrease Revenue Budget) Account Name Parking lot improvements Public notification Account Name Account Number Amount Project Number 5550 3960 5819 00 34,955 06017 1 5550 3960 5301 00 341 06017 Decrease Expense Budget (Increase Revenue Budget) Account Number Amount Transf to NWAATC 5550 3940 5730 00 Project Number 35,296 05053 Approval Signatures Requested Date' io4f Date Dit _ v ge31-ett' Date Director c.,.� Finance & Internal Services Director Mayor Budget Office Use Only - Type: A B Posted to General Ledger Posted to Project Accounting Entered in Category Log C Initial Initial E Date Date Initial Date to o o y N xpected Delivery Uate: A0 days K5 [Fixed Asset # Subtotal: $29,504.70 Tax: $0.00 Total: $29,504.70 Mayor: Departmen4:. • •_ .r_ .s_.4/ 7f4"Purchasing Manager: Finance & Internal Services Director: Budget Manager: IT Manager: Dispatch Manager: ' Utilities Manager: Other: ot r 0 > c ea N 3 m Requisition No. 4) n E Z Z f Nti 9 n % Z N Extension: 642 ProjecVSubproject'# 06017 1 I City Of Fayetteville (Not a Purchase Order) Vendor Name: Time Striping Inc. Fob Point: N E 00 O 4 L N N O Requester's Employee # 2087 Account Numbers 5550.3960.5819.00 Special Instructions: Tax Included Zip Code 72957 PO Box 1236 I 0 (0 Q Requester: Ray Boudreaux Extended Cost 0 r V 00 N m N N 00'04 o0 O to 0 0 O w $0.00 $0.00 $0.00 0 O w 0 O w $0.00 O w Unit Cost 129,504.70 Unit of Issue LS 0 J City: Van Buren Quantity Vendor # 2381 Address: Description -• Alrport Terminal Parking Lot Rehabilitation Shipping/Handling • E '- N co O N (0 r-. co O) Ray M. Boudreaux _ Submitted By City of Fayetteville Staff Review Form City Council Agenda Items Contracts City Council Meeting Date Aviation & Economic Development General Government Division Action Required: Department Approve a Contract with Time Striping Inc., contact: Clayton McGill, VP, 5439 Arkhola Rd, Van Buren AR 72956, phone: 479-474-0452, fax: 479-474-0498, e-mail: cljohn@timestriping.com, in the amount of $29,504.70. Approve a 10% project contingency of $2950.00. Approve a budget adjustment for the total project in the amount of $35,296.00 $35,296.00 Cost of this request 5550.3960.5819.00 Account Number 06017 Project Number Budgeted Item Department Director 1,250.00 Category/Project Budget 1,591.00 Funds Used to Date (341.00) Remaining Balance Budget Adjustment Attached Date `6kei06 City Attorn y 43,1 a.Lk, 8-3l-oc Finance and Internal Service Director Date Mayor Comments: X Airport Parking Lot Rehab Program Category / Project Name Airport Capital Program / Project Category Name General Govt / Airport Fund Name Previous Ordinance or Resolution # Original Contract Date: Original Contract Number: STAFF REVIEW MEMO TO: Mayor Dan Coody Fayetteville City Council THRU: Staff Contract Review Committee FROM: Ray M. Boudreaux, Director, Aviation and Economic Development DATE: August 18, 2006 SUBJECT: Airport Parking Lot Rehabilitation RECOMMENDATION: Approve the Contract with Time Striping Inc. in the amount of $29,504.70. Approve a 10% project contingency of $2950.00. Approve a Budget Adjustment for the total project in the amount of $35,296. BACKGROUND: The Airport Terminal Building parking lot is aging and requires maintenance. Crack sealing and a rejuvenating sealer application was determined to be a reasonably cost effective method for preserving and extending the life of the parking lot asphalt. DISCUSSION: The Terminal parking lot asphalt is in relatively good condition overall. Problems exist with surface cracks and weeds growing up through the pavement. These conditions will hasten the deterioration of the parking lot if left unchecked. The Contractor will clean all cracks in the pavement and use a thick hot tar sealer to bridge the gaps. The Contractor will then apply an asphalt rejuvenation sealer over the whole asphalt surface of the parking lot. The "rejuveseal" material is composed of 30% coal tar and lighter oils which will penetrate the asphalt surface and replenish the constituent materials lost to weathering. The material is applied as a heated spray in a two -coat process. The material is somewhat less expensive than a 100% coal tar sealer. Once the asphalt rejuvenation is performed, the airport will hire a striping company to re -paint the parking space lines, crosswalks, and handicap spaces. The cost of this additional work is estimated at $2855. BUDGET IMPACT: A Budget Adjustment in the amount of $35,296 is requested. The amount will provide for, the engineer's development of the bid specifications, (budgeted -$1250); bid advertising, ($341); pavement seal, 3 ($29,505); contingency,. ($2950); and re -striping (estimated $2500). Total of known and estimated costs is $35,296. Attachments: Bid Tab Contract, 2 originals Aviation and Economic Development Department Fayetteville Municipal Airport, Drake Field 4500 South School Avenue, Suite F Fayetteville, Arkansas 72701 Ray M. Boudreaux, Director RESOLUTION NO. A RESOLUTION APPROVING A CONTRACT WITH TIME STRIPING, INC. IN THE AMOUNT OF $29,504.70 FOR AIRPORT PARKING LOT REHABILITATION; APPROVING A TEN PERCENT PROJECT CONTINGENCY IN THE AMOUNT OF $2,950.00; AND APPROVING A BUDGET ADJUSTMENT IN THE AMOUNT OF $35,296.00. 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 approves a contract with Time Striping, Inc. in the amount of $29,504.70 for Airport Parking Lot Rehabilitation. A copy of the contract, marked Exhibit "A," is attached hereto and made a part hereof. Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a ten percent Project Contingency in the amount of $2,950.00. Section 3. That the City Council of the City of Fayetteville, Arkansasrhereby approves a Budget Adjustment in the amount of $35,296.00. PASSED and APPROVED this 19th day of Septem APPRO DANtbODY, Mayor A3'TEST: B tSty Clerk New World Systems 6.0 *LIVE* 8/14/06 Project Inquiry Type options, press Enter. 5=Display 10=Transactions 11=Budget Transactions 15=Funding Sources 16=LTD Balances 17=YTD Balance 19=Budget to Actual Inquiry 22=Additional Info Project Opt No. Description 06009 Van Asche - Gregg to Garland • Project Number . Original Budget . Budget Amendments: Actual Expenses . Encumbrances . . . Remaining Balance: 06017 PT0610S1 Reset: + 14=Sub Projects 18=Budget More: + - F/Y Group 2006 Project Airport Parking Lot Rehabilitation Expenses .00 1,250.00 341.25 1,250.00 341.25 - Original Budget Budget Amendments: Actual Revenues . Remaining Balance: Status Active PTO74OS1- Revenues . 00 . 00 . 00 . 00 -F3=Exit F7=Full Exit F12=Cancel 00 NSW Hund 33IA'd § :a3ldlla3a § co0 a0 co 3 0 CD 0. 0 0 0 0 1.0 111 0. \ } \ k 0103. 11/ 0Cr/ 0 4.1 2 Time Striping Inc. ./ k 2Etr - e ƒ 01 C ƒ e = $efr \ INN .p 0 £34 01 $ g 0 & k Bid 06-51, Airport Terminal Parking Lot City of Fayetteville Bid 06-51, Airport Terminal Parking Lot Statement of No Bid — If Applicable We, the undersigned, have djlined to bid for the following reasonts): 1. We do not offer this service/product 2. Our schedule would not permit tis to perform 3. Unable to meet specifications 4-. insufficient time to respond to the Invitation to Bid 5. We are unable to meet bond requirements. 8. Other (Explain) C 1 *NAME OF FIRM: N cle,rSR�'lc 7EY pc I[r 9� *BUSINESS ADDRESS: t -I-2 (Z 4.witJ '10,n LXi'7C *CITY: (lf"ltp *STATE: t'-�(_ 'ZIP. riveay *PHONE: &Si lo-?l6`nl T% 'E-MAIL ADDRESS: and PersGi-, F;�i t -61-1i S4 *BY :( PRINTED NAME) 'AUTHORIZED SIGNATU *TITLE: Ck)n, Q� FAX: an (0%- 9zla tk _ssa y) • Q6 vu 'PLEASE LIST OTHER COMMENTS BELOW: 4L on..\. �(ov;C'e sero.ce's, TIecLsx lc -e _p tis 6-7-, t:ijrnur L;dd gi cr 1�aic. LS cr {Please note: We appreciate your feedback on this form and are very interested in your reason for not bidding. Please do not hesitate to contact us at 479-575-8220 if you have questions, comments, or concerns regarding these bid documents. City of Fayetteville Bid 06-51, Airport Terminal Parking Lot Page 11 of 14 • ayenevwe ARKANSAS CITY OF FAYETTEVILLE 113 W. Mountain St. Fayetteville, AR 72701 INVITATION TO BID BID # 06-51 Airport Terminal Parking Lot BID #: 06-51 DATE ISSUED: Wednesday, July 26, 2006 DATE & TIME OF OPENING: Thursday, August 11, 2006 at 2:00 PM BUYER: Andrea Foren, Room 306 — (479) 575-8220 F.O.B. Fayetteville, AR BID DISTRIBUTION INFORMATION: - Mailing List: 1.) Street Repair Page: Mailing List 6 (Pavement Markings, etc.) 2.) Street Projects, Curb and Gutter, Sidewalk & Trails. Parking Lot Maintenance • Website: www.accessfavettevllle.orq, Bids and Mailing Lists, Construction Contractors or Street Repair and Construction Materials Pursuant to Ark. Code Annotated 22-9-203, the City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, the City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority, and women business enterprises. City of Fayetteville Bid 06-51, Airport Terminal Parking Lot Page 1 of is 08/09/2008 WED 8:47 FAX 479 575 8257 City of Fayetteville x8002/004 BID 06-51, Addendum Date: 08/02/2006 To All Prospective Vendors From: Andrea Foren RE: Bid 06-51, Airport Terminal Parking Lot — Due: 08/11/06 at 2:00 PM This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Bidders should indicate their receipt of same in the appropriate blank of the Form of Proposal. Failure to do so may subject bidder to disqualification. Addendum must be attached to the bidding documents. 1) In the bid proposal form, page 4 of 14, the unit price for line item 2: replace the phrase "price per square yard" with "price per linear foot" and replace "estimated square yards" with "estimated linear feet". Please submit your bid accordingly. Please acknowledge receipt of this addendum (Bid 06-51, Addendum 1) by signing below and submitting this document as part of your bid documents: By: /A4 IT CO-; ,1 Printed Name Signature: Name of Firm. TIME STi I(J 1V.1, f►JC • Date: lS / / / dlp Please call if you have any questions. Thank you. Andrea Foren City of Fayetteville, Buyer aforen©ci.favetteville.ar. us (479)575-8220 City ofFeycttcvillc Bid 0651, Addendum I Page 1 of I 08/09/2008 WED 8.47 FAX 479 575 8257 City of Fayetteville BID 06-51, Addendum 2 Date: 08/08/2006 To. All Prospective Vendors From: Andrea Foren RE: Bid 06-51, Airport Terminal —1 tTr; t 1` I t i'.,fi,,: a s'.,• ARKANSAS Parking Lot- Due: 08/11/06 at 2:00 PM 2003/004 This addendum Is hereby made a part of the contract documents to the same extent as though it were originally included therein. Bidders should indicate their receipt of same in the appropriate blank of the Form of Proposal. Failure to do so may subject bidder to disqualification. Addendum must be attached to the bidding documents 1) Correction: The deadline to submit a bid is FRIDAY, August 11, 2006 at 2:00 p.m., local time. 2) Please replace page 4 of the bidding documents with the attached revised "Bid Pricing Form - Revised per Addendum 2 issued 8/8/2006". Prior to this addendum, the estimated numbers for the deductive alternates were switched according to the plans that were provided. The revised "Bid Pricing Form" has corrections that were also addressed in Bid 06-51, Addendum 1. Please submit your bid according to the attached revised "Bid Pricing Form - Revised per Addendum 2 issued 8/8/2006". Please acknowledge receipt of this addendum (Bid 06-51, Addendum 2) by signing below and submitting this document as part of your bid documents: BY: lDtkik� 1106 I1 Primed Name Signature: Name of Firm: TIVhe S'1-P'Pin3 1r,C. Date: O / / Oda Please call if you have any questions. Thank you. Andrea Foren City of Fayetteville, Buyer aforen lacl.favetteviIIe.ar.us (479)575 8220 City of Fayetteville Bid 06-51, Addendum 2 Page 1 of I Please see attached fomt Bid Pricing Form —Revised per Addendum 2 issued 88/2006 81D BOND Conforms with The American institute of Architects, ASA. Document No. A-310 KNOW ALL BY THESE PRESENTS, That we, Time Striping, Inc. as Principal, hereinafter called the Principal, and the Western Surety Company of P.O. Box 5077. Sioux Falls, South Dakota , a corporation duly organized under and firmly bound unto called the Obligee, the laws of the State City of Fayetteville. of South Dakota . as Surety, hereinafter railed the Surety, are held as Obligee, hereinafter Arkansas in the sum of Dollars (S Surety. bind WHEREAS, onrselra, the Five Percent of Amount of Bid 5% of Bid ), for our heirs, Oia:ulors, administrators, Principal has submitted a bid for the payment of which stun well and truly to be made. the said Principal and the said successors and assigns, jointly and severally, firmly by these presents. Bid # 06-51. Airporuerminal Parkine Lot NOW. THEREFORE, Oblige: in Documents material furnished or bonds. if bid and such bid. then this Signed and accordance with the stated good Principal larger obligation this if the Obligee shall with the terms of and sufficient surety in the prosecution thereof, shall pay to the Obligee amount for which the shall be null and void, 11 th accept the bid of the such bidand give such for the faithful performance or In the event of the the difference Obligor may in good faith otherwise to rctnain day of Principal and the Principal shall enter into a Contract with the bond or bonds as may be specified in the bidding or Contract of such Contract and for the prompt payment of labor and failure of the Principal to cuter such Contract and give such bond not to earned the penalty hemof between the amount specified in said contend with another party to perform the Work covered by said in full force and effect. August 2006 PTime Stri c. (Seal) Vice { �j[ 7 -,z- v ice unci . � f • o Witness a SI Title / W:-urety Comany tA.� 4,--- e .1S Witness ' ��� .tL,�1 Pamela K. Hays Attorney-in}:ct Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and' that ibdoei by virtue of the signature and seal herein affixed hereby make, constitute and appoint Karen W Freeland, Benson A Cashion, Matthew K Cashion Jr, Nick W Peters, William H Griffin, Judy Schoggen, Cynthia L Trickey, Pamela K Hays, Individually of Little Rock, AR, its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferted to sign, scal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 15th day of June, 2006. State of South Dakota County of Minnehaha SS WESTERN SURETY COMPANY Paul . Bruflat, Senior Vice President On this 151h day of June, 2006, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY 'described in and which executed the above instrument; that he knows the seal of said oorporafion; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the au and deed of said corporation. My commission expires November 30, 2006 O. KRELL NOTARY PUBLIC SOUTH DAKOTA CERTIFICATE D. Krell, No i3ry Public I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunt subscribed my name and affixed the seal of the said corporation this lith day of August 2006 , Form F4280-01.02 WESTERN SURETY COMPANY cDT: tctunet....di L. Nelson, Assistant Secretary • City of Fayetteville Bid 06-51, Airport Terminal Parking Lot Terms and Conditions 1 All bids shall be submitted in a sealed envelope and must be submitted on forms acquired by the vendor from the City of Fayetteville Purchasing website (www.accessfayetteville.orq). Bids with missing pages or missing any requested attachment will be deemed incomplete. 2. The item bid and the bid number shall be stated on the face of the sealed bid envelope and any mailing packaging that is sent. 3. Bids received after the date and time set for receiving bids will not be considered. 4. The City reserves the right to accept or reject any or all bids, waive formalities in the bidding and make a bid award deemed tote in the best interest of the City. 5. The bid price shall remain good and firm until project is completed. Payment to the vendor by the City will be made within 30 days following delivery and acceptance in accordance with these specifications and the City's Purchase Order to the vendor. 6. All products and services delivered shall comply with applicable standards of quality. 7. Any exceptions to the specification requirements of the City of Fayetteville must be noted on the Bid Pricing Form. 8. Prices shall include all labor, materials, overhead, profit, insurance, etc., to cover the completion of the project being bid. 9. Failure to deliver on or before the time specified in the contract may subject the contractor to payment of damages or other appropriate sanctions. • 10. Copy of any warranties shall accompany the bid and any exceptions to the warranty shall be clearly noted on the bid form. Written warranties shall specify the greater of the manufacturer's standard warranty or the minimum -warranty specified herein by the City. 11. Bidders must provide the City with their bids signed by an employee having legal authority to submit bids on behalf of the bidder. The entire cost of preparing and providing responses shall be borne by the bidder. 12. The City reserves the right to request any additional information it deerhs necessary from any or all bidders after the submission deadline. 13. The request for bid is not to be construed as an offer, a contract, or a commitment of any kind; nor does it commit the city to pay for any costs incurred by bidder in preparation of bid. 14. If products and/or components other than those described in this bid document are proposed, the bidder must include complete descriptive literature and technical specifications. All requests for additional information must be received within five working days following the request. 15. Bids must be received by mail or hand delivery in the Purchasing Office, Attention: Andrea Foren, Room 306, 113 W. Mountain St. Fayetteville, AR 72701, on or before the time of closing listed on the face of the bid. 16. The City will not be responsible for misdirected bids. Vendor should call the Purchasing Office at (479) 575-8220 to insure receipt of their bid documents prior to opening time and date listed on the bid form. 17. Bidder must conform to the requirements listed below and include appropriate evidence for each. Proof of appropriate insurance must be provided before work begins. a. A valid State of Arkansas Contractors License City of Fayetteville Bid 06-51, Airport Terminal Parking Lot Page 2 of 14 b. Workers Compensation as required by Arkansas State Statutes c. Bidder shall have eneral liabilit insurance as required at a minimum of 500,000.00 d. A i and of five percent (5%) must e su mi e wi all bids over $20,000.0 . cashier's check for five percent (5%) of the amount bid will also be acceptable. In the event a cashiers check is submitted AND that -vendor is awarded the bid, the bid bond will not be returned until the City of Fayetteville has a valid erformance bond. 18. A one hundred percent (100%) performance bond is required after the project has been approved by City Council. Work shall not begin until the City of Fayetteville has a valid 100% performance bond. Bidder is responsible for filling a copy of the 100% performance bond with the Washington County Clerks Office. 19. Copies of all bid ocuments and drawings must be picked up by Andrea Foren at 113 W. Mountain, Fayetteville, AR 72701. Please call 479-575-8220 if you have any questions. City of Fayetteville Bid 06-51, Airport Terminal Parking Lot Page 3 of 14 • 08/09/2006 WED 8:47 FAX 479 575 8257 City of Fayetteville Ij004/004 City of Fayetteville Bid 06-51, Airport Terminal Parking Lot Bid Pricing Form — Revised per Addendum 2 issued 8/8/2006 The Bidder understands the City of Fayetteville reserves the right to reject any or all bids and to waive formalities deemed to be in the City's best interest. Bidder agrees that this bid shall be good and m ay not be withdrawn for a period of ninety (90) calendar days after the schedule closing time for receiving bids. Revised Per Addendum 2 issued on 8/8/2006 Item 1 Description Install Coal Tar/Rejuvenator Seal Coat over the parking areas, the entrance road, exit road and area in front of the Terminal Building - listed as "Seal Coat Area" on plans provided with bid documents Pdce per sq. X yd. 18.465 Estimated square yards - 25TH/ 70 Line Item 1 Total 01 Deductive Alternate 1 - as shown on plans $ • 5-0 x Price per sq. yd. 3 065 Estimated square yards — $ %5,30/. S0 Line Item 01 Total D2 Deductive Alternate 2 - as shown on plans $ rS0 Price per sq. yd. x 22721 Estimated square yards _ $ //260.52, Line Item D2 Total 2 Clean and seal pavement joints that are not currently sealed within the area described in item 1 above, for a lump sum price - listed as "Total Crack Cleaning and Sealing" on plans provided with bid documents. .5y x Price per linear foot 7 450 Estimated linear feet = $ y oa3. °° Line Item 2 Total Total Base Bid: Line Item 1 Complete (do not subtract deducts) + Line Item 2 $a9,5g70 **NOTE: A five (5) percent bid bond is required to be submitted on all bids over $20,000.00. TI We_ IAC. COI 7001-i07 CONTRACTORS NAME CONTRACTORS LICENSE # City of Fayetteville Bid 06-51, Airport Terminal Parking Lot Page 4 of 14 CONTACT PERSON _1(k� Yl �r' TITLE \Lr2 �EE'S�O�hC ADDRESS cL.4 s9 1 rL41ola 2d TELEPHONE L479 - 47'I oys 9 FAXY7/-7 QWs EMAIL ADDRESS o1 v\ f, I CC!✓t SIGNATURE: 3S3- Z D 3 v All inclusive bids must be submitted no later than 2:00 PM on August 11, 2006 (local time) to the City of Fayetteville, Purchasing Office, Room 306, 113 West Mountain Street, Fayetteville, Arkansas, 72701 in a sealed envelope marked "Bid 06-51, Airport Terminal Parking Lot." Each bidder will be required to meet or exceed the specifications provided, which includes bid documents as well as plans. Any deviation must be noted with specifications attached to bid. Questions should be directed to Andrea Foren, City of Fayetteville Purchasing Division, at (479) 575-8220 or aforen(a)ci.fayetteviIle.ar.us. Line Item Details: Install Coal Tar/Rejuvenator Seal Coat over the parking areas, the entrance road, exit road and area in front of Terminal "Building, for a lump sum price. Plan sheet indicates the approximate quantity of seal coating. Base Bid Price is for seal coating complete area. Deductive Alternate No. 1 is to deduct the west parking area. Deductive Alternate No. 2 is to deduct the second parking from the highway 2. Clean and Seal pavement joints that are not currently sealed within the area described in Item 1 above, for a lump sum price. Plan sheet indicates the approximate quantity of crack sealing City of Fayetteville Bid 06-51, Airport Terminal Parking Lot Page 5 of 14 City of Fayetteville Bid 06-51, Airport Terminal Parking Lot Item P-605 Joint Sealing Filler DESCRIPTION 605-5.1 This item shall consist of providing and installing a resilient and adhesive joint sealing filler capable of effectively sealing cracks in asphalt pavements after the application of a coal tar/rejuvenating seal coat . MATERIALS 605-2.1 JOINT SEALERS. Joint sealing materials shall meet the each lot or batch of sealing compound shall be delivered to the jobsite in the manufacturer's original sealed contained. Each container shall be marked with the manufacturer's name, batch or lot number, and the safe heating temperature and shall be accompanied by the manufacturer's certification stating that the compound meets the requirements of this specification. ASTM D 3405 - Joint Sealant, Hot -Poured, for Concrete and Asphalt Pavements. ASTM D 3406 - Joint Sealants, Hot -Poured, Elastomeric, for Portland Cement Concrete Pavements. Temperature for application shall be as recommended by the manufacturer. The use of primers when recommended by the manufacturer of the proposed sealing filler is required, and shall be used in accordance with the manufacturer's instructions. 605-2.2 BACK-UP MATERIAL. NOT USED. CONSTRUCTION METHODS 605-3.1 TIME OF APPLICATION. Joints shall be sealed as soon after completion of the curing period as feasible and before the pavement is opened to traffic, including construction equipment. The pavement temperature shall be above 40E F at the time of installation of the preformed joint seal poured joint sealing material. 605-3.2 PREPARATION OF JOINTS. Immediately before seal coat application, the joints shall be thoroughly cleaned of all laitance and other foreign material. Cleaning shall be accomplished by burning all vegetation material and then removed by high pressure air jet or by heat lance to a minimum depth of one (1) inch. Upon completion of cleaning, the joints shall be blown out with compressed air. The joint faces shall be surface dry when the seal is applied. 605-3.3 EQUIPMENT. All equipment necessary for the proper construction of this work shall be on the project and in first-class working condition. The equipment shall be as recommended by the manufacturer of the filler and approved by the Engineer before construction is permitted to start. The heating apparatus for hot applied sealer shall consist of a heating kettle or tank, constructed as a double boiler, with a space between the inner and outer shells filled with oil, asphalt, or other material for heat transfer. The heater shall be equipped to provide positive temperature control of the sealing material. Direct methods of heating shall City of Fayetteville Bid 06-51, Airport Terminal Parking Lot Page 6 of 14 not be permitted. The material shall not be heated in excess ofthe temperature recommended by the manufacturer. Once the material has been heated, it shall be maintained at an even temperature until placed into the joint. Thejoint-pouring equipment for hot applied sealers, shall consist of a hand -pouring pot or a mechanical -pouring kettle mounted on wheels with a pouring shoe or the pouring shoe may be mounted on a swivel jointed discharge line at the rear of a truck on which the mixing or hearing unit is carried. The joint sealing equipment may be a power driven apparatus capable of extruding the material as a continuous feed. The extruding nozzle tip of the machine shall be of such design as to fill the groove uniformly from the bottom to the top. The joint -sealing machine shall include a mechanical mixer capable of thoroughly mixing the sealing components into a uniform homogeneous mass. The equipment for cleaning joint openings shall consist of such plows, powered and hand brooms or wire brushes, air compressors, sand blasters, and, ifnecessary, joint cleaning and grooving machines as are necessary to produce a satisfactory clean and dry joint. Similar equipment shall be provided for cleaning joints previously sealed. The air compressor shall be portable and shall be capable of furnishing not less than 150 ft. 3/min/. of air and maintaining a line pressure of not less than 90 lb. in2 at the nozzle while in use. Compressor shall be equipped with traps that will maintain the compressed air system free of oil and water, the nozzle or nozzles shall have an adjustable guide that will hold the nozzles aligned with thejoint about one inch above the pavement surface. The height, angle of inclination, and size of the nozzles shall be adjusted as necessary to secure satisfactory results. 605-3.4 INSTALLATION OF SEALANTS. Joints shall be inspected for proper cleaning and preparation, and shall be approved by the Engineer before sealing is allowed. Sealants shall be installed in accordance with the following requirements: a. Hot Poured Sealants. The joint sealant shall be applied uniformly solid from bottom to top and shall be filled without formation of entrapped air or voids The heating kettle shall be an indirect heating type, constructed as a double boiler. A positive temperature control and mechanical agitation shall be provided. The sealant shall not be heated to more than 20 F below the safe heating temperature. The safe heating temperature can be obtained from the manufacturer's shipping container. A direct connecting pressure type extruding device with nozzles shaped for insertion into thejoint shall be provided. Any sealant spilled on the surface of the pavement shall be removed immediately. 605-3.5 FIELD TEST. Before sealing the joints, the Contractor shall be required to demonstrate that the equipment and procedures for preparing, mixing, and placing the sealing compound will produce a satisfactory joint seal. The demonstration shall include a preparation of at least two small batches and the application ofthe resulting material. During the course of the work, any batches that do not have good consistency for application shall be rejected. METHOD OF MEASUREMENT 605-4.1 Crack sealant material shall be measured as the complete item. Complete payment will not be made until acceptable Crack sealant has been completed. In -place sealant which is not completely bonded to the surfaces ofthe crack wall, or develops cohesive failures within the sealant, ,or contains voids or entrapped air, or fails to set to a tack -free condition within 25 hours will be rejected. Sealant maybe rejected at any time prior to final acceptance of the project. Sealant which is rejected shall be removed from thejoint, wasted, and replaced in a manner satisfactory to the Engineer. City of Fayetteville Bid 06-51, Airport Terminal Parking Lot Page 7 of 14 City of Fayetteville Bid 06-51, Airport Terminal Parking Lot Item P-625 Coal -Tar Sealer / Rejuvenator DESCRIPTION 625-1.1 This item shall consist of a coal -tar sealer/rejuvenator applied on a previously prepared bituminous surface, in accordance with these specifications, for the areas shown on the plans or as designated by the Engineer. The purpose of this sealer is to provide a fuel resistant surface and to rejuvenate the asphalt binder. MATERIALS 625-2.1 BITUMINOUS MATERIALS. The bituminous material shall be composed of coal -tar oils and coal - tar prepared from a high temperature, coal -tar pitch conforming to the requirements of ASTM D 490, Grade 12. The material shall meet the requirements of Table 1. TABLE 1. PROPERTY REQUIREMENTS Test Property Test Method Requirements Specific Gravity ASTM D 70 1.04 min. @25/25C Viscosity Engler ASTM D 1665 8.0 max. 50 cc@50C Water, % by volume ASTM D 95 2.0 max Distillation ASTM D 20 % by weight to 170° C 20 max 270° C 20-50 300°C 60 max Softening Point C R&B ASTM D 36 65 max Residue above 300° C Acceptable rejuvenation sealers are; a. "RejuvaSeal" as manufactured by Norjohn Limited, Burlington, Ontario, Canada and distributed by Echelon Industries, Inc. Canyon Lake TX (830-899-8527) or. b. "Pavement Dressing Conditioner" as manufactured by KAE Paving Consultants, Inc. Pittsburgh, PA (800-446-4066) and distributed by Encon Technologies, Inc. Russellville, AR (800-691-8188) City of Fayetteville Bid 06-51, Airport Terminal Parking Lot Page Sot 14 CONSTRUCTION METHODS 625-3. 1 WEATHER LIMITATIONS. The coal -tar sealer shall be applied only when the existing surface is dry and the pavement surface temperature is above 50 degrees F. 625-3.2 EQUIPMENT. The Contractor shall furnish all equipment, tools, and machines necessary for the performance of the work. a. Pressure Distributor. The distributor shall be designed, equipped, maintained, and operated so that the coal -tar sealer is heated evenly and is applied uniformly on variable widths of pavement at the specified rate. b. Power Broom. A power broom and/or blower shall be provided for removing loose material from the pavement surface. 625-3.3 CLEANING EXISTING SURFACE. Prior to placing the sealer, the surface of the pavement shall be clean and free from dust, dirt, or other loose foreign matter. The surface shall be cleaned with a power broom immediately before the application of the sealer. 625-3. 4 TEST SECTION. prior to full production the Contractor shall place a series of one -square yard test sections at the rate of 0.05, 0.06, and 0.075 gallons per square yard. The area to be tested will be designated by the Engineer and will be located on the existing pavement. The Owner shall examine the test sections 24 hours after placement and advise the Contractor of the application rate for the remainder of the project. A test section will be required for each different type of pavement surface. 625-3.5 APPLICATION OF SEALER/REJUVENATOR. The coal -tar sealer/ shall be uniformly applied with a bituminous distributor at the rate determined in paragraph 3. 4. The application rate shall not be varied without the approval of the Engineer. The application temperature shall be between 60 and 120 degrees F. Following the application, the surface shall be allowed to cure without being disturbed until the sealer has dried out. This period shall be determined by the Engineer. Suitable precautions shall be taken by the Contractor during this period, including the application of any sand necessary to blot up excess material. 625-3.8 BITUMINOUS MATERIAL CONTRACTOR'S RESPONSIBILITY. Samples of bituminous materials that the contractor proposes to use, together with a statement as to their source, must be submitted and approved before using the material. The Contractor shall furnish the manufacturer's certification that each consignment of coal -tar sealer shipped to the project meets the requirements of the specification. The manufacturer's certification shall not be interpreted as a basis for final acceptance. Any certification received shall be subject to verification by testing random samples received for use. 625-3. 9 FREIGHT AND WEIGH BILLS. The contractor shall furnish the Engineer receipted bills when railroad shipments are made, and certified weigh bills when materials are received in any other manner, of the coal -tar sealer used in the construction covered by the contract. The Contractor shall not remove material from the tank car or storage tank until the initial outage and temperature measurements have been taken by the Engineer, nor shall the car or tank be released until the final outage has been taken by the Engineer. City of Fayetteville Bid 06-51, Airport Terminal Parking Lot Page 9 of 14 Manufacturer/Supplier Representative. The Contractor shall have a minimum of 2 years experience in the use and application of coal -tar sealer/rejuvenators. It is also recommended that a qualified, technical representative of the coal -tar rejuvenator/sealer manufacturer/supplier be present at the Contract site prior to the beginning of any test sections or application of the coal -tar rejuvenator/scalers for airport asphalt concrete pavements. The Contractor shall submit documentation of this experience to the Engineer. 625-3.8 CERTIFICATION REQUIREMENTS The Contractor shall furnish the Engineer evidence of Certification from the material manufacturers. The manufacturer shall certify that the Contractor has the ability to handle and apply the material. This certification shall be presented on or before the pre -construction conference. METHOD OF MEASUREMENT 625-4.1 The coal -tar sealer shall be measured by the complete item. IuT/_Wt1 El ,7 D[�111I.��iul�1`►fl �.y ASTM D 490 Tars (For Use in Road Construction) END OF SECTION City of Fayetteville Bid 06-51, Airport Terminal Parking Lot Page 10 of 14 City of Fayetteville Bid 06-51, Airport Terminal Parking Lot Statement of No Bid — If Annlicable We, the undersigned, have declined to bid for the following reason(s): 1. We do not offer this servicelproduct 2. Our schedule would not permit us to perform 3. Unable to meet specifications 4. insufficient time to respond to the Invitation to Bid 5. We are unable to meet bond requirements 8. Other (Explain) "NAME OF FIRM: 'BUSINESS ADDRESS: 'CITY: *STATE: *ZIP: 'PHONE: FAX: 'E-MAIL ADDRESS: 'BY :( PRINTED NAME) "AUTHORIZED SIGNATURE: 'PLEASE LIST OTHER COMMENTS *Please note: We appreciate your feedback on this form and are very interested in your reason for not bidding. Please do not hesitate to contact us at 479-575-8220 if you have questions, comments, or concerns regarding these bid documents. City of Fayetteville Bid 06-51, Airport Terminal Parking Lot Page 11 of 14 From: Clarice Pearman To: Boudreaux, Ray Date: 9.25.06 3:50 PM Subject: Res. 152-06 Attachments: 152-06 Time Striping Inc.pdf CC: Audit Ray, Attached is a copy of the above resolution passed by City Council, September 19, 2006. Also attached is a copy of the budget adjustment. I will forward to budget & research the original budget adjustment via interoffice mail. I will forward to purchasing the original purchase requisition, a copy of which is attached also. I will also forward to you one of two originals of the agreement via interoffice mail. Thanks. Clarice From: Clarice Pearman To: Fell, Barbara Date: 9.25.06 3:58 PM Subject: Fwd: Res. 152-06 Attachments: 152-06 Time Striping Inc.pdf Oops, missed ya. >>> Clarice Pearman 9.25.06 3:50 PM >>> Ray, Attached is a copy of the above resolution passed by City Council, September 19, 2006. Also attached is a copy of the budget adjustment. I will forward to budget & research the original budget adjustment via interoffice mail. I will forward to purchasing the original purchase requisition, a copy of which is attached also. I will also forward to you one of two originals of the agreement via interoffice mail. Thanks. Clarice