Loading...
HomeMy WebLinkAbout66-09 RESOLUTIONRESOLUTION NO. 66-09 A RESOLUTION AWARDING BID #09-14 TO RICK PERSHALL BUILDING CO. IN THE AMOUNT OF $23,632.30 FOR REPLACEMENT OF THE SOLID WASTE TRANSFER STATION TIPPING FLOOR; AND APPROVING A CONTINGENCY IN THE AMOUNT OF $5,000.00. 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 awards Bid #09-14 to Rick Pershall Building Co. in the amount of $23,632.30 for replacement of the Solid Waste Transfer Station tipping floor. Section 2. That the City Council of the City of Fayetteville, Arkansas, hereby approves a Contingency in the amount of $5,000.00. PASSED and APPROVED this 7th day of April, 2009. APPROVED: ATTEST: <F �YJTRE9 R S . .:::"..\(:.•b1 v O,c •G,p to. • • 13S 1.-- ;FAYETTEVILLE; E. s 7s•9RKAtdl, 'J, By: Li/Ld1 /tin/limo.... 4� YEI SONDRA E. SMITH, City le�rk/Teasurer Brian Pugh Submitted By City of Fayetteville Staff Review Form City Council Agenda Items and Contracts, Leases or Agreements 4/7/2009 City Council Meeting Date Agenda Items Only Solid Waste and Recycling Division Action Required: j1 (09 q W-09 (tic szr 51)4 11 11615 Co - Public Utilities Department Approve resolution to award bid 09-14 to Rick Pershall Building Co. for the replacement of the Solid Waste Transfer Station floor in the amount of $23,632.30, and approve a $5,000 contingency. 28,632.30 Cost of this request 5500-5060-5816.00 Account Number 09013/1 Project Number Budgetrd Item XX $ 55,000.00 Category / Project Budget Funds Used to Date $ 55,000.00 Remaining Balance Budget Adjustment Attached Transfer Station Improvements Program Category / Project Name Solid Waste Improvements Program,/ Project Category Name Solid Waste Fund Name Zb RAVI Date 40J, Finance and Internal Services Director 3 -23-oq Date Previous Ordinance or Resolution # Original Contract Date: Original Contract Number: Received in City Clerk's Office `sER(F40 �J(y1 Received in Mayors Office Comments: Revised January 15, 2009 City Council Agenda Item City Council Meeting of April 7, 2009 To: Mayor and City Council Thru: David Jurgens, Public Utilities Director Don Marr, Chief of Staff From: Brian Pugh Date: 3/20/09 Subject: Approve resolution to award bid 09-14 to Rick Pershall Building Co. for replacement of the Solid Waste Transfer Station floor in the amount of $23,632.30, and approve a $5,000 contingency. Recommendation: Staff recommends approving a resolution to award bid 09-14 to Rick Pershall Building Co. for replacement of the Solid Waste Transfer Station floor in the amount of $23,632.30, and approve a $5,000 contingency. Background: The City's Solid Waste Transfer Station Tipping Floor is in need of replacement. After 14 years of waste processing, the tipping floor has recently rapidly deteriorated between the existing rails and has caused tire damage to equipment while processing daily waste loads. City Engineers evaluated the current deterioration and developed a concrete mixture and process to keep the waste from deteriorating the concrete and causing damage to the tipping floor. The current floor and rails need to be removed and replaced with new concrete as defined by City Engineers. Staff issued Bid 09-14 which was opened on 3-20-09. The low bidder was Rick Pershall Building Co. Discussion: The Solid Waste and Recycling Division, utilizing City Engineers, reasons a savings will be realized using specifications as defined by City Engineers. A similar process using an outside company was quoted at nearly $300,000. The process of replacing the floor is expected to take two weeks and Solid Waste vehicles will be direct hauling to the Waste Manaagement Tontitown landfill during that period. The replacement of the tipping floor is crucial to continued efficient operation at the facility for processing solid waste and protecting the environment and public health. Budget Impact: This is a budgeted Solid Waste Improvement Project, number 09013/1. 1 of 1 3/20/2009 3:51:39 PM RESOLUTION NO. A RESOLUTION AWARDING BID #09-14 TO RICK PERSHALL BUILDING CO. IN THE AMOUNT OF $23,632.30 FOR REPLACEMENT OF THE SOLID WASTE TRANSFER STATION TIPPING FLOOR; AND APPROVING A CONTINGENCY IN THE AMOUNT OF $5,000.00. 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 awards Bid #09-14 to Rick Pershall Building Co. in the amount of $23,632.30 for replacement of the Solid Waste Transfer Station tipping floor. Section 2. That the City Council of the City of Fayetteville, Arkansas, hereby approves a Contingency in the amount of $5,000.00. PASSED and APPROVED this 7th day of April, 2009. APPROVED: ATTEST: By: By: LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer aye evi e ARKANSAS INVITATION TO BID City of Fayetteville, Arkansas Purchasing Division — Room 306 113 W Mountain Fayetteville, AR 72701 Phone: (479) 575-8289 INVITATION TO BID: BID 09-14, Solid Waste Concrete Floor Replacement DEADLINE: Friday, March 20, 2009 at 10:00 AM, Central Standard Time DELIVERY LOCATION: Room 306 —113 W. Mountain, Fayetteville, AR 72701 PURCHASING AGENT: Andrea Foren, CPPB, aforenci fayetteville ar us, 479.575 8220 DATES OF ADVERTISEMENT• March 05, 2009 & March 12, 2009 — Issued 03/05/09 INVITATION TO BID BID 09-14, SOLID WASTE CONCRETE FLOOR REPLACEMENT No late bids will be accepted. Bids shall be submitted insealed envelopes labeled "Bid 09-14, Solid Waste Concrete Floor Replacement", with the name and address of the bidder. All bids shall be submitted in accordance with the attached City of Fayetteville specifications and bid documents attached hereto. Each bidder is required to fill in every blank and shall supply all information requested; failure to do so may be used as basis of rejection. The undersigned hereby offers to fumish & deliver the articles or services as specified, at the prices & terms stated herein, and in strict accordance with the specifications and general conditions of bidding, all of which are. made a part of this offer. This offer is not subject to withdrawal unless upon mutual written agreement by the Proposer/Bidder and City Purchasing Manager. Name of Firm: JZ i C K PSS I+ALL l vi tat i c, Lp rM-r JknJ/ Contact Person: kick_ petzswaf-t- Title: OUJMEk._ E -Mall: RP13ufLINnJcC0 @ YA-14-CO• Cow► Phone: 4"7, 9- (at l — 52.145 Business Address: Soft) Ostrni Moth— City: piz.4tal ' E State: Mt Signature: IMal O`"c " Date: City of Fayetteville, Arkansas Bid 09-14, Solid Waste Concrete Floor Replacement Page 1 of 11 ZIP' 72"7 53 3/ 20109 City of Fayetteville Bid 09-14, Solid Waste Concrete Floor Replacement ADVERTISEMENT: 03/05/09 and 03/12/09 The City of Fayetteville is accepting bids from properly licensed professionals to bid on the replacement of a solid waste concrete floor, located at the City of Fayetteville Solid Waste & Recycling Division, 1560 S. Happy Hollow Road, Fayetteville, Arkansas 72701. Any questions concerning the bidding process should be addressed to Andrea Foren, City of Fayetteville, Purchasing Agent at aforenci favetteville.ar.us or by calling (479)575-8220. Bids must be submitted in a sealed envelope or package labeled "Bid 09-14, Solid Waste Concrete Floor Replacement". All bids must be received on or before Friday, March 20, 2009 at 10:00 AM, Central Standard Time to the City of Fayetteville, Room 306, 113 W. Mountain, Fayetteville, Arkansas 72701. Bidding documents must be obtained at one of the following location: City of Fayetteville Purchasing Division — Room 306 113 W. Mountain Fayetteville, AR 72701 Each bid exceeding $20,000 shall be accompanied by a certified check or bid bond, in an amount not less than five (5) percent of the amount bid. An Arkansas Contractors License is required for any bid exceeding $20,000.00. A one hundred percent (100%) performance and payment bond is required with a contract awarded amount of $20,000.00 or more. Bidders shall be qualified to do business and licensed in accordance with all applicable laws of the state and local governments where the Project is located. "Pursuant to Arkansas 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, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business enterprises." CITY OF FAYETTEVILLE, ARKANSAS By: Andrea Foren, CPPB, Purchasing Agent Ad dates: 03/05/09 and 03/12/09 City of Fayetteville Arkansas Bid 09-14, Solid Waste Concrete Floor Replacement Page 2 of 11 City of Fayetteville Bid 09-14, Solid Waste Concrete Floor Replacement PROJECT TERMS AND CONDITIONS 1. All bids shall be submitted in a sealed envelope, labeled "Bid 09-14, Solid Waste Concrete Floor Replacement" and must contain valid Arkansas Contractors License number related to company submitting the bid. All bids must be submitted on forms acquired by the vendor from the City of Fayetteville. All packaging and shipping containers must be labeled in this same manner. 2. Bids with missing pages or missing any requested attachment will be deemed incomplete. 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 to be 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. Faster payment delivery is offered through acceptance of Visa. 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. Total Turn Key price shall include all labor, materials, overhead, profit, insurance, etc., to cover the completion of the project being bid. This includes any federal, state, and local applicable taxes. 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 a representative 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 deems 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. City of Fayetteville, Arkansas Bid 09-14, Solid Waste Concrete Floor Replacement Page 3 of 11 14. 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 Friday, March 20, 2009 at 2:00 PM, Central Standard Time. 15.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. 16.Bidder must conform to the requirements listed below and include appropriate evidence for each. a. Workers Compensation as required by Arkansas State Statutes b. A bid bond of five percent (5%) must be submitted with all bids. A cashier's check for v five percent (5%) of the amount bid will also be acceptable as a replacement to a bid bond. 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 one hundred (100) percent performance and payment bond. 17. 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 and payment bond, stamped as being filed with the Washington County Clerk's Office.. Bidder is responsible for filling a copy, including any cost, of the 100% performance bond with the Washington County Clerks Office and all fees associated with such filing. Such performance and payment bond shall be provided to the City within ten (10) calendar days of notice of award. 18.Plans are included with these bid documents. Any discrepancy between the specifications and plans should be brought to the attention of the Purchasing Agent immediately. 19. All new, used and excess construction materials related to this project, including those enticed via change order, belongs to the contractor and shall be removed from the property and job site by the contractor at no additional cost to the City of Fayetteville. Such removal of excess new and used construction materials shall be completed in a timely manner during and after project. Clean up requirements are also as follows: a) Area associated with trenching and construction shall be restored to its original condition. b) All damaged vegetation associated with this project shall be restored to its original condition c) Clean up all waste materials, rubbish, and debris resulting from this protect weekly or at such frequencies as required by the City of Fayetteville. d) Place waste materials, rubbish, and debris in area designated by the City of Fayetteville project manager. e) Oversee cleaning and ensure grounds, job, and all associated construction areas are maintained free from accumulations of debris. City of Fayetteville, Arkansas Bid 09-14, Solid Waste Concrete Floor Replacement Page 4of11 f) At reasonable intervals, and at a minimum of once a week, clean up site and access and dispose of debris off site. Be responsible for procuring permits, if required, for hauling and dumping rubbish, waste materials and debris to a dump site that is approved for the types of materials to be disposed of from this project. g) h) Recycling is encouraged for all recyclable materials. i) Contractor shall use the City of Fayetteville Solid Waste Division for all dumpster and waste disposal needs. j) Remove waste materials, debris, rubbish, etc , periodically and dispose off-site in accordance with other bid specifications, federal, state, and local regulations. 20. Bidders shall be licensed as required by the Arkansas Contractors License Board. Evidence of such license shall be submitted with all bids. ✓' 21. Any reference to a particular brand, manufacturer, or model is done in an effort to establish an acceptable level of quality for this purchase. Brands or manufacturers that are included in a bid that are of at least equal quality, size and specification as to what has been specified, will be acceptable for consideration. 22. Any inquiries or requests for explanation in regard to the City's requirements, bid specifications and associated plans should be made within seventy two hours prior to bid opening to Andrea Foren, City of Fayetteville Purchasing Agent via e-mail (aforen(a).ci.fayetteville.ar.us) or telephone (479.575.8220). No oral interpretation or clarifications will be given as to the meaning of any part of this invitation to bid. All questions, clarifications, and requests, together with answers, if any, will be provided to all firms that have indicated an interest or intention to submit a bid, but the names of any firms submitting any questions, clarifications, or requests will not be disclosed until after the award of a contract. 23. Insurance requirements are listed below. Proof of appropriate insurance must be provided before work begins and is not required for bid opening. Within ten (10) days of notice of award, bidder must provide a Certificate of Insurance within the following minimal requirements and list the City of Fayetteville as an additional insured: ✓ a.) Worker's Compensation: Statutory Amount b.) Comprehensive General & Automobile Insurance: - Bodily Injury Liability $500,000 for each person injured $500,000 for each accident c.) Property Damage Liability $500,000 aggregate City of Fayetteville, Arkansas Bid 09-14, Solid Waste Concrete Floor Replacement Page 5 of 11 24. Bid form referenced "Total Turn -Key Bid Amount" is hereby defined as the entire cost of complete job, including, but not limited to the following: insurance, bonds, all materials, applicable state, local and federal taxes, labor, site preparation, vegetation restoration, etc. 25. "Attachment A: Site Drawing" shall be made part of these bid documents. Bidders shall follow all instructions and notes listed on plans. 26. Newly installed concrete shall have a smooth finish. 27. No air entrainment shall be used. 28. No plastic sheet barrier/water vapor barrier is required. 29. Site shall be restored to original condition prior to contractor arriving to complete project. 30. All work or materials which are not directly noted in the Scope of Work but are necessary for the proper carrying out of the obvious intentions thereof are to be understood as implied work and will be provided for by the contractor as if specifically described or drawn. 31.AII contraction joints shall be sealed with sonolastic material, such as Sonneborn NP -1 by BASF Building Systems or equal: 32.AI1 bidders are encouraged to visit the site by contacting Brian Pugh at 479-575-8398. 33. Contractor shalt have 7 calendar days to complete project beginning the day after notice to proceed has been issued. 34. Contractor shall coordinate with the Solid Waste & Recycling Division in a team effort to insure downtime of transfer station is as minimal as possible. City of Fayetteville, Arkansas Bid 09-14, Solid Waste Concrete Floor Replacement Page 6 of 11 City of Fayetteville Bid 09-14, Solid Waste Concrete Floor Replacement BID FORM (MUST BE COMPLETE SUBMITTED WITH BID) PLEASE NOTE: ALL ITEMS MARKED ARE CONSIDERED MANDATORY REQUIREMENTS FOR CONSIDERATION OF BID. FAILURE TO COMPLETE THESE ITEMS MAY RESULT IN REJECTION OF BID. COPY OF ATTACHED VENDOR FORM MUST ALSO BE SUBMITTED WITH BID. Bidder Information: *CONTRACTORS NAME: RICk pgzti4Al if i3utLDua A re)tM,PAniY *CONTRACTORS LICENSE NUMBER: O t 92.2.1b a>O 9 *CONTACT NAME: iZIC.K Pl2544LL *TITLE: Ot-V M Q *BUSINESS ADDRESS: .5 DES u otrt-1 yy15ce- *CITY: fps Eta arovE *STATE: AR- *ZIP: 7275'3 'PHONE: 4i9 — (QO I — 5 21'5 FAX: EAR— 319- 6:,57 to *E-MAIL ADDRESS: RPi3UR-Di xE. Ct) e t414a6 .(, vv1 **'*PLEASE PROVIDE COMPLETED ATTACHED "VENDOR FORM" WITH EACH BID"* Bid Amount (in US Dollars). Refer to "Terms and Conditions" for descriptions. A.) Total Turn -Key Bid Amount: *$ 4 7� b32 t40-% • 3� �l� 7 t Vs r'� yca � '> i R7 Ls0 -70, a *Total amount to complete project based on bidding documents provided, including plans (including contractor all materials, labor, bonds insurance. etc). Total number of calendar days estimated to complete project: This form continues on next page and MUST be signed in order for your bid to be acceptable for consideration. City of Fayetteville, Arkansas Bid 09-14, Solid Waste Concrete Floor Replacement Page 7of11 EXECUTION OF BID - Upon signing this Bid, the bidder certifies that he/she has read and agrees to the requirements set forth in this proposal, including specifications, terms, standard conditions, and any pertinent information regarding the articles being bid on. Bids must be submitted on this bid form in its entirety AND accompanied by descriptive literature on the products being bid. If specifications of item bid differ from provided literature, deviation must be documented and certified by the manufacturer as a regular production option. Unless otherwise noted and explained, the unit bid and listed meets or exceeds all of these requirements as specified by The City of Fayetteville. The Bidder can and will comply with all specifications and; requirements for delivery, documentation and support as specified herein. Unsigned bids will be rejected. Items marked * are mandatory for consideration. Rtoc PFQS$AL1 *AUTD BY (PRINTED NAME) *AU _ THORIZED SIGNAT Rte OWklei. *TITLE O3 1 7e I O`J City of Fayetteville, Arkansas Bid 09-14, Solid Waste Concrete Floor Replacement Page 8 of 11 *DATE Acknowledge Addendums: Addenda No. 1 139) Addenda No. Addenda No. Printed Name: Signature: Title: Dated: "Min" "] i,o" Dated: Dated: Company: t7w N f-9_ (.{Cy WRS> ALt_. $t)I13 toc, co. City of Fayetteville Bid 09-14, Solid Waste Concrete Floor Replacement SAMPLE CONTRACT This contract executed this _ day of 2009, between the City of Fayetteville, Arkansas, and g1Ck ?FR S+4ZLL, pnt Dna, compAd /(R?W)In consideration of the mutual covenants contained herein, the parties agree as follows: 1. RPI5 . 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 09-14 as stated in bid proposal, and in accordance with specifications attached hereto and made a part hereof under Bid #09-14, all included herein as if spelled out word for word. 2. The City of Fayetteville shall pay R4' based on their bid proposal in an amount not to exceed $ . 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. 3. The Contract documents which comprise the contract between the City of Fayetteville and 4415L consist of this Contract and the following documents attached hereto, and made a part hereof: A. Bid form identified as Invitation to Bid 09-14 with the specifications and conditions typed thereon. B. laThe bid proposal. C. The Notice to Prospective Bidders and the Bid Tabulation. 4. These Contract documents constitute theentire agreement between the City of Fayetteville and 2PP:0C and may be modified only by a duly executed written instrument signed by the City of Fayetteville and glek.. FFIZ-SAsALL 5.shall not assign its duties under the terms of this agreement. 6. Z4764_ 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 r -I_15 performance of this contract. This clause shall not in any form or manner be construed to waive that tort immunity set forth under Arkansas Law. 7. 121754- shall furnish 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, I—CP gj1 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. City of Fayetteville, Arkansas Bid 09-14, Solid Waste Concrete Floor Replacement Pape 9of11 Workmen's Compensation Statutory Amount Comprehensive General & Automobile Insurance Bodily Injury Liability $500,000 for each person injured. $1 ,000,000 for each accident. Property Damage Liability $1,000,000 aggregate. The premiums for all insurance and the bond required herein shall be paid by TLPBC to furnish proof of licensure as required by all local and state agencies. 9.. This contract may be terminated by the City of Fayetteville or tz-P &SC. 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. 11. Changes in Scope or Price: 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. WITNESS OUR HANDS THIS DAY OF 2009. ATTEST: COMPANY SECRETARY BUSINESS ADDRESS City of Fayetteville, Arkansas Bid 09-14, Solid Waste Concrete Floor Replacement Page 10 of 11 CITY OF FAYETTEVILLE, FAYETTEVILLE, ARKANSAS LIONELD JORDAN, Mayor Attest: Sondra Smith, City Clerk RfUt 1?f t -A i Bo1LVW; Co. CONTRACTOR BY NAME AND TITLE City of Fayetteville Bid 09-14, Solid Waste Concrete Floor Replacement STATEMENT OF NO BID — IF APPLICABLE We, the undersigned, have declined to bid for the following reason(s): 1. We do not offer this service/product 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 6. Other (Explain) *NAME OF FIRM: *BUSINESS ADDRESS: *CITY: *STATE: *ZIP' *PHONE: *E-MAIL ADDRESS: *BY :( PRINTED NAME) 'AUTHORIZED SIGNATURE: *TITLE: *FAX: *PLEASE LIST OTHER COMMENTS BELOW: *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, Arkansas Bid 09-14, Solid Waste Concrete Floor Replacement Page 11 of 11 CITY OF FAYETTEVILLE INVITATION TO BID Bid 09-14, Solid Waste Concrete Floor Replacement The City of Fayetteville is accepting bids from properly licensed professionals to bid on the replacement of a solid waste concrete floor, located at the City of Fayetteville Solid Waste & Recycling Division, 1560 S. Happy Hollow Road, Fayetteville, Arkansas 72701. Any questions concerning the bidding process should be addressed to Andrea Foren, City of Fayetteville, Purchasing Agent at aforen@ci.fayetteville.ar.us or by calling (479)575-8220. Bids must be submitted in a sealed envelope or package labeled "Bid 09-14 Solid Waste Concrete Floor Replacement" All bids must be received on or before Friday, March 20. 2009 at 10:00 AM, Central Standard Time to the City of Fayetteville, Room 306, 113 W. Mountain, Fayetteville, Arkansas 72701. Bidding documents must be obtained at one of the following location: City of Fayetteville Purchasing Division — Room 306 113 W. Mountain Fayetteville, AR 72701 Each bid exceeding $20,000 shall be accompanied by a certified check or bid bond, in an amount not less than five (5) percent of the amount bid. An Arkansas Contractors License is required for any bid exceeding $20,000.00. A one hundred percent (100%) performance and payment bond is required with a contract awarded amount of $20,000.00 or more. Bidders shall be qualified to do business and licensed in accordance with all applicable laws of the state and local governments where the Project is located. "Pursuant to Arkansas 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, City of Fayetteville encourages all general contractors to subcontract portions of their contract to quaked small, minority and women business enterprises." CITY OF FAYETTEVILLE, ARKANSAS By: Andrea Foren, CPPB, Purchasing Agent Ad dates: 03/05/09 and 03/12/09 Bid 09-14, Addendum 1 Date: Tuesday, March 17, 2009 To: All Prospective Vendors aye From: Andrea Foren, CPPB — 479.575.8220 — aforen(cad.favetteville.ar.us RE: Bid 09-14, Solid Waste Concrete Floor Replacement 11 eV e ARKANSAS 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 shall be attached to the inside cover of the bidding documents, signed, and dated. • BID 09-14, has the following modifications and clarifications: 1.) All bids are due Friday. March 20, 2009 on or before 10:00 AM, local time. 2) No dowels are required to be installed into the existing concrete. 3.) Existing clips/bolts are estimated to be on 10 foot centers. 4.) As noted in the typical section, the existing rail is an 85 Ib ASCE rad, which is a standard railroad rail weighing (85 Ib per yard of length. 5.) Bidders shall be experienced in pouring and finishing concrete. Bidders shall provide information with bid demonstrating at least 3 similar concrete projects within the past 5 years. 6.) A test placement will not be required 7.) No specific of method of detaching is required- after the rails are detached, the existing steel plate to remain shall be ground smooth if required to eliminate any protrusions above the concrete surface. 8.) One continuous placement is required and is specified on the plan sheet. Machine application of the hardener is not required. 9.) Saw cuts shall be made as close to the wall as practicable. City of Fayetteville Bid 09-14, Addendum 1 Page 1 of 1 License No. 0192210309 r State of Arkansas Contractors Licensing Board RICK PERSHALL, D/B/A RICK PERSRALL BUBUILDING COMPANY PO BOX 663 FARMINGTON, AR 72730 RICK PERSHALL, D/B/A RICK PERSHALL BUILDING COMPANY This is to Certify That is duly licensed under the provisions of Act 150 of the 1965 Acts as amended and is entitled to practice Contracting in the State of Arkansas within the following classification: BUILDING RESIDENTIAL withthe following suggested bid Wait $550,000 from May 9, 2008 until March 31, 2009 when this Certificate expires. ;Pans our fiords ofrhe Board, dated at North Little Rock Arm»sas: Mel Viet 4) 114: elAil eaa Ll as CHAIRMAN a „ 'y ^ Ali\h :gip _ .'',„ SECRETARY May 9, 2008 Qualifications and Experience Statement To whom it may concern: Rick Pershall Building Company (RPBC) is a fully licensed and bonded constructions company. Its personnel and associates have been established in the NW Arkansas area for several years. RPBC has extensive Municipal, Commercial and Residential construction experience, both Targe and small. Recent Projects that are comparable to the proposed project are Prane Grove Telephone Warehouse Floor Rehab, Numerous Custom and Track Housing Footings and Slabs, Brockman Storage Building West and North footings and slabs, Numerous Slab Systems for Multi Family Apartments Complexes and there accompanying Concrete Parking Lots. RPBC is fully qualified to perform the propose work. Also attached herein are several personal referenced of RPBC or it representatives from people and clients that are familiar with RPBC's present and past performance record and financial stability. Date, 2/13/2009 James R. Doss 1135 Beverly Hills Drive Van Buren, AR. 72956 Ref: Reference for Mr. Don McCandless To Whom It May Concerns We have known Don for several years and are currently using his company to manage a large construction project. He is multi talented and knowledgeable in virtually all of the construction trades. We would recommend Don and his group for any large capital projects requiring budget control. James R. Doss Director of Energy, Tyson Foods Inc., Retired