HomeMy WebLinkAbout72-11 RESOLUTIONRESOLUTION NO. 72-11
A RESOLUTION AWARDING BID #11-25 AND AUTHORIZING A
CONTRACT WITH HECKATHORN CONSTRUCTION COMPANY, INC. IN
AN AMOUNT NOT TO EXCEED $40,742.00 FOR WINDOW AND DOOR
REPLACEMENTS RELATED TO ENERGY EFFICIENCY AND
CONSERVATION BLOCK GRANT FUNDED COMMUNITY REVOLVING
LOAN FUND PROJECTS
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
#11-25 and authorizes a contract with Heckathorn Construction Company, Inc. in an amount not
to exceed $40,742.00 for window and door replacements related to Energy Efficiency and
Conservation Block Grant funded Community Revolving Loan Fund projects.
PASSED and APPROVED this 3rd day of May, 2011.
APPROVED: ATTEST:
B
By: 6th4/Ai
S DRA E. SMITH, ity C1erk/Treasurer
`9`11111iTTf91fi11
@ O 13
.r.
:
FAYETTEVILLE
sV a.10 Av
�R
B'yj® ed @Gd `rte
��°g,�; 01, t1.0
John Coleman
Submitted By
City of Fayetteville Staff Review Form
City Council Agenda Items
and
Contracts, Leases or Agreements
5/3/2011
City Council Meeting Date
Agenda Items Only
Sustainability & Strategic Planning Sustainability & Strategic Planning
Division Department
Action Required:
The City of Fayetteville will have 5 contracts after all bidding that will make energy efficient improvements in the
areas of HVAC, Roofing, Insulation, Window & Door Replacement, and solar equipment. Using funds from the
Energy Block Grant, the City will allocate money to each approved project, based on project needs and/or
requirements. The funds will be a loan to the project owner, with proceeds of energy savings returning to the Fund.
The bid is based upon mark-up of materials and hourly rate. The window and door replacement lowest qualified
bidder is Heckathorn (Bid 11-25).
Cost of this request
2240.9240.5342.99
Account Number
none
09011.0020
Project Number
NTE $220,000.00/5 contracts
Category / Project Budget
195.00
Energy Block Grant
Program Category / Project Name
Energy Block Grant
Funds Used to Date Program / Project Category Name
NTE $220,000.00/5 contracts Energy Block Grant
Remaining Balance Fund Name
Budgeted Item X Budget Adjustment Attached
\L(),
Dep i t Director
5-1j
Date
Previous Ordinance or Resolution #
Original Contract Date:
Original Contract Number:
Attorney Date
c�.,� ...
4-zo-z6li
Finance and Internal Services Director
Date
04-15-11P03:10 RCVD
Received in City
Clerk's Office
ILti;ki 4
Received in
Mayor's Office
Comments:
Revised January 15, 2009
aye ev ,le
THE CITY OF FAYETTEVILLE, ARKANSAS
CORRESPONDENCE
125 W. Mountain St.
Fayetteville, AR 72701
Telephone: (479) 575-8272
TO: Lioneld Jordan, Mayor
FROM: John Coleman, Director of Sustainability & Strategic Planning -c,
Thru: Don Marr, Chief of Staff
DATE: April 11, 2011
SUBJECT: Bid 11-25, Window & Door Replacement
Description
Using funds from the Energy Efficiency and Conservation Block Grant as part of the American Recovery and
Reinvestment Act (ARRA), the City has allocated $220,000 to create the Community Revolving Loan Fund. This
Fund provides low interest loans to non -profits to perform energy efficiency and renewable energy
improvements for which they payback using the energy savings.
The purpose of this resolution is to approve Bid 11-25 for Window & Door Replacement not to exceed a total
cost of $40,742 without further approval from City Council. The bid was evaluated based upon mark-up of
materials and hourly rates. The contract is for one year with four automatic annual renewal options. Heckathorn
Construction was the only bidder and is recommended for award.
Budget Impact
Contract costs will be paid for by Energy Efficiency and Conservation Block Grant funding as obtained by the
City of Fayetteville in September 2009. Combined, Bids 11-22, 11-23, 11-25, 11-33, and 11-34 will not exceed
$220,000 without further approval from the City Council.
Other City Departments are allowed to utilize these annual contracts, but will be required to follow standard
procurement procedures.
le
THE CITY OF FAYETTEVILLE, ARKANSAS
ArK1.\SAS
www.accessfayetteville.org
CONTRACT
REFERENCE BID: 11-25, Window & Door Replacements
Contractor: Heckathorn Construction Company, Inc.
Term: 1 year with 4 automatic renewal options
This contract executed this 3r8 day of May, 2011, between the City of Fayetteville, Arkansas, and Heckathorn
Construction Company, Inc. In consideration of the mutual covenants contained herein, the parties agree as follows:
1. Heckathorn Construction Company, Inc. at its own cost and expense shall furnish alI labor, materials, supplies,
machinery, equipment, tools, supervision, bonds, insurance, tax permits, and all other accessories and services
necessary to complete only those items specifically ordered by the City of Fayetteville by Purchase Order which
are within Bid 11-25 as stated in Heckathorn Construction Company, Inc.'s bid proposal, and in accordance with
specifications attached hereto and made a part hereof under Bid 11-25.
2. The City of Fayetteville shall pay Heckathorn Construction Company, Inc. based on its bid form in pricing as
shown in the bid and attached to this contract for any items specifically ordered by the City's Purchase Order.
Payments will be made after approval and acceptance of work, submission of detailed invoice, and submission of
certified payroll. Payments will be made within a maximum 30 days after acceptance of invoice. Heckathorn
Construction Company, Inc. agrees to make detailed invoicing related documentation available to the City or the
Department of Energy (DOE) upon request (for example, during a post -award audit), including but not limited to
actual cost of material, etc.
3. It is explicitly understood and agreed to by Heckathorn Construction Company, Inc. and the City of Fayetteville
that the total amount of funding that the City of Fayetteville may use for this and four other similar contracts it is
approving today is capped at $220,000.00. Therefore, the City of Fayetteville will probably not order the full
amount of items and services shown on any of the five bids approved by the Fayetteville City Council. The
City will order any work to be done by Heckathorn Construction Company, Inc. by issuing a Purchase Order for
such work or project which shall be the City's assurance that sufficient funds remain to pay for such work or
project. Heckathorn Construction Company shall not start work on any project unless and until it receives
the City's Purchase Order for such work or project.
4. The Contract documents which comprise this contract between the City of Fayetteville and Heckathorn
Construction Company, Inc. consist of this Contract and the following documents attached hereto, and made a
part hereof:
A. Bid form identified as Invitation to Bid 11-25 with the specifications and conditions typed thereon.
B. Heckathorn Construction Company, Inc_ bid proposal, including mark up on materials and hourly rates.
C. The Notice to Prospective Bidders and the Bid Tabulation.
5. These Contract documents constitute the entire agreement between the City of Fayetteville and Heckathorn
Construction Company, Inc. and may be modified only by a duly executed written instrument signed by the City
of Fayetteville and Heckathorn Construction Company, Inc.
6. Heckathorn Construction Company, Inc. shall not assign its duties under the terms of this agreement.
7. Heckathorn Construction Company, 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 performance
Bid 11-25, Window & Door Replacements
Page 1 of 3
of this contract. This clause shall not in any form or manner be construed to waive that tort immunity set forth
under Arkansas Law.
8. Heckathorn Construction Company, Inc. agrees to abide by the following American Recovery and Reinvestment
Act (ARRA) Provisions at all times and fully provide efforts to assist the City with compliance:
a. Buy American — Section 1605 of the Recovery Act requires that all iron, steel, and manufactured goods
used in the project must be produced within the United States except as provided in the following:
i. The cost of the domestic iron, steel, and/or manufactured goods would be unreasonable. The cost
of domestic iron, steel, or manufactured goods used in the project is unreasonable when the
cumulative cost of such material will increase the cost of the overall project by more than 25
percent;
ii. The iron, steel, and/or manufactured good is not produced, or manufactured in the United States
in sufficient and reasonably available quantities and of a satisfactory quality; or
iii. The application of the restriction of section 1605 of the Recovery Act would be inconsistent with
the public interest.
iv. If all received quotes do not meet the Section 1605 of the Recovery Act the City of Fayetteville is
required to receive independent verification from the Federal Government to move forward.
b. Waste Stream — Heckathorn Construction Company, Inc. assures to create or obtain a waste management
plan addressing waste generated by a proposed project prior to the project generating waste. This waste
management plan will describe the plan to dispose of any sanitary or hazardous waste (e.g., construction
and demolition debris, old light bulbs, lead ballasts, piping, roofing material, discarded equipment, debris,
and asbestos) generated as a result of the proposed project. Heckathorn Construction Company, Inc. shall
ensure that the project is in compliance with all Federal, state and local regulations for waste disposal.
Heckathorn Construction Company, Inc. shall make the waste management plan and related
documentation available to the City to or DOE (Department of Energy) upon request (for example, during
a post -award audit).
c. Davis -Bacon Wage Rates - Heckathorn Construction Company, Inc. agrees to pay wage rates as
presented in the latest published wage rates for Davis -Bacon for federally funded projects. Heckathorn
Construction Company, Inc. shall submit certified payrolls to the City of Fayetteville upon delivery of
detailed invoicing.
9. Heckathorn Construction Company, Inc. 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 tern 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, Heckathorn Construction Company, 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
Bid 11-25, Window & Door Replacements
Page2of3
$500,000 for each person injured.
$1,000,000 for each accident.
$1,000,000 aggregate.
The premiums for all insurance and the bond required herein shall be paid by Heckathorn Construction Company, Inc.
10. Heckathorn Construction Company, Inc. shall furnish proof of licensure as required by all local and state
agencies.
11. This contract may be terminated without penalty by the City of Fayetteville or Heckathom Construction
Company, Inc. with 10 days' written notice.
12. 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-
19-10I et. Seq.). Only legally authorized photo coping costs pursuant to the FOIA may be assessed for this
compliance.
13. 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.
HECKATIIORN. CITY OF FAYETTEVILLE,
CONSTRUCTION COMPANY, INC A' > NSAS
By
acv. L.,t ecL -r 1 Pie5rart . f
Printed Contractor Name & Title
IO ' ELD J S , Mayor
ATTEST: ATTEST:
omeYA/ ve62Zei
Company Secretary
S 4ec ovc—
eSO 001- �U1va KYCKtre
Business Address
City, State & Zip Code
Date Signed: CA'Z'S
Bid 11-25, Window & Door Replacements
Page 3 of 3
_ i,/ i _ .iil/.
o l'ra Smit , City Clerk
Date Signed:
qao`°CCN 01 -FR r'",
v FAY ETTEVILLE: ?
qas9s• kANsP
°°es�(G �ON1�C'1,0
(4/15/2011) John Coleman - B1d Tab 11 25, Window and Door RepEacel I lents df Page
157-Tztrieyllie
;
BID: 11-25
DATE: 03122/11
TIME: 2:00 PM
CITY OF FAYETTEVILLE
Bid 11-25, Window and Door Replacements
Name of Contractor:
Heckathom Construction Company
Contractors
Material Cot
Estimate
$$ Amount of
Mark Up
$$ Amount Mark Up
PLUS Material Cost
!tea
Description
Mark Up %
1
General Material (Cost plus %) $0-$100
15%
x $1,500
$225
J
$1,725.00
2
General Material (Cost plus %) $ t01-$500
12%
a $1,500
= $180
$1,580.00
3
General Material (Cost plus %) $501-$1000
10%
x $1.,500
= $150
$1,650.00
4
General Material (Cost plus %) $1001 -and up
°
14/o
x $1,500
$150
'
� $1,650.00
5
Doors
10%
x $1,000
- $100
$1,100.00
6
Windows
10%
x $25,000
= $2,500
$27,500.00
Estimated Cost for Section A (Sum of Items 1-6):
$35,305.00
SECTION B: Labor
Subject to Davis -Bacon Wage Rates
A
B
C
(A X B)
Item
Description
Estimated hours
k Hourly Rate
Estimated Labor
Cost
7
8
9
10
Window & Door Replacement - Rate 1
(Installer)
80
x $27.00
= $2,160.00
Window & Door Replacement - Rate 2
(Installer/Foreman)
80
x $37.00
= $2,960.00
Window & Door Replacement - Rate 3
(Foreman/Inspector)
4
x $41.00
= $164.00
Window & Door Replacement - Rate 4
(Supervisor/Inspector)
3
x $51.00
- $153.00
Estimated Cost for Section B (Sum of Items 7-10):
$5,437.00
$40,742.00
**Total Estimated Cost for Items 1-10 (Sum of
Section A+Section 8)
'NOTICE: Bid award is contingent upon vendor meeting minimum specifications and formal authorization by City officials.
CERTIFIED:
U-ozsL
P. VICE, PURCH MGR
10/ff-(
DATE f
RESOLUTION NO.
A RESOLUTION AWARDING BID #11-25 AND AUTHORIZING A
CONTRACT WITH HECKATHORN CONSTRUCTION COMPANY, INC. IN
AN AMOUNT NOT TO EXCEED $40,742.00 FOR WINDOW AND DOOR
REPLACEMENTS RELATED TO ENERGY EFFICIENCY AND
CONSERVATION BLOCK GRANT FUNDED COMMUNITY REVOLVING
LOAN FUND PROJECTS
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
#11-25 and authorizes a contract with Heckathorn Construction Company, Inc. in an amount not
to exceed $40,742.00 for window and door replacements related to Energy Efficiency and
Conservation Block Grant funded Community Revolving Loan Fund projects.
PASSED and APPROVED this 3rd day of May, 2011.
APPROVED: ATTEST:
By: By:
LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer
evi le
ARKANSAS
CONTRACT
REFERENCE BID: 11-25, Window & Door Replacements
Contractor: Heckathorn Construction Company, Inc.
Term: 1 year with 4 a tomatic renewal options
THE CITY OF EAYETTEVILLE, ARKANSAS
This contract executed this day of , 2011, bettyen the City of Fayetteville, Arkansas, and
Heckathorn Construction Co pany, Inc. In consideration of e mutual covenants contained herein, the
parties agree as follows:
1. Heckathorn Construction ompanv, Inc. at its •wn cost and expense shall furnish all labor,
materials, supplies, machinery, equipment, tools, supervision, bonds, insurance, tax permits, and all
other accessories and service- necessary to complete items bid per Bid 11-25 as stated in
Heckathorn Construction Com • . nv, Inc. • id proposal, and in accordance with specifications
attached hereto and made a part he -of unde Bid 11-25, all included herein as if spelled out word for
word.
2. The City of Fayetteville shall pay Heckat % • rn Construction Company, Inc. based on their bid form in
pricing as shown in bid and attached o is contract. Payments will be made after approval and
acceptance of work, submission of d ailed i, voice, and submission of certified payroll. Payments will
be made within a maximum 30 ays afte acceptance of invoice. Heckathorn Construction
Company, Inc. agrees to make • tailed invoic g related documentation available to the City or the
Department of Energy (DOE) up • request (for e ample, during a post -award audit), including but not
limited to actual cost of material etc.
Order (PO). All work pelf
risk of Hec athorn Cons
= ny project for any locati •
med by Heckathorn Const
uction Com • an
3. No work shall be started on
Inc.
with out the receipt of a City issued Purchase
ction Com an Inc. without a PO is at the
4. The Contract docume which comprise this contract betwe- the City of Fayetteville and Heckathorn
Construction Com • . Inc. consist of this Contract and the following documents attached hereto,
and made a part her -of:
n
A. Bid form dentified as Invitation to Bid 11-25 with the s• -cifications and conditions typed
thereon.
B. Hecka orn Construction Company, Inc. bid proposal, inclu •' g mark up on materials and
hour) rates.
C. The otice to Prospective Bidders and the Bid Tabulation.
n
These ntract documents constitute the entire agreement between the • ity of Fayetteville and
Heckat orn Construction Company, Inc. and may be modified only by a • my executed written
instru ent signed by the City of Fayetteville and Heckathorn Construction Comp ny, Inc.
6. Heckathorn Construction Company, Inc. shall not assign its duties under the terms of this
agreement.
7. Heckathorn Construction Company, 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
Bid 11-25, Window & Door Replacements
Page 1 of 3
death, arising from performance of this contract. This clause shall not in any rm or manner be
construed to waive that tort immunity set forth under Arkansas Law.
8. Heckathorn Construction Company, Inc. agrees to abide by the following 1 merican Recovery and
Reinvestment Act (ARRA) Provisions at all times and fully provide effo r s to assist the City with
compliance:
a. B , American — Section 1605 of the Recovery Act re • ires that all iron, steel, and
ma ufactured goods used in the project must be produced thin the United States except as
prove ed in the following;
i. . e cost of the domestic iron, steel, and/or man ctured goods would be unreasonable.
Thcost of domestic iron, steel, or manu =ctured goods used in the project is
unre: sonable when the cumulative cost of ch material will increase the cost of the
overa • roject by more than 25 percent;
b.
ii. The iron, steel, and/or manufactured • •od is not produced, or manufactured in the
United Sta -s in sufficient and reaso ably available quantities and of a satisfactory
quality; or
iii. The application
inconsistent with t
of
the restrictio
public inter
iv. If all received quotes
Fayetteville is required
to move forward.
do no
re
Waste Stream — Heckathorn
waste management plan addr
generating waste. This w
sanitary or hazardous wa
ballasts, piping, roofing
result of the proposed pr
project is in complia
Heckathorn Constru
documentation avai
example, during a
of section 1605 of the Recovery Act would be
t.
eet the Section 1605 of the Recovery Act the City of
ive independent verification from the Federal Government
ssing
to mana
e (e.g., con
terial, discarde
ject. Heckathorn
e with all Federal,
tion Com • an Inc. sha
ble to the City to or DO
st-award audit).
truction Company, Inc. assures to create or obtain a
ste generated by a proposed project prior to the project
ment plan will describe the plan to dispose of any
ruction and demolition debris, old light bulbs, lead
equipment, debris, and asbestos) generated as a
onstruction Com • an Inc. shall ensure that the
ate and local regulations for waste disposal.
make the waste management plan and related
(Department of Energy) upon request (for
c. Davis -Bacon W : ge Rates - Heckathorn Construct! n Com • an Inc. agrees to pay wage
rates as prese ted in the latest published wage rates for Davis -Bacon for federally funded
projects. Hec athorn Construction Company, Inc. shall .ubmit certified payrolls to the City of
Fayetteville on delivery of detailed invoicing.
9. Heckathorn Con
of Fayetteville,
the term of th
provide work
under this
Construct
employer'
uction Com • an
nc. shall furnish a certificate of
owing that he carries the following insurance which s
Contract. Any work sublet, the contractor shall require t
is compensation insurance. in case any employee enga
contract is not protected under Worker's Compensation
n Com • an Inc. shall provide and shall cause each Subcontrac
liability insurance for the protection of such of his employees as are n
surance addressed to the City
all be maintained throughout
subcontractor similarly to
d in work on the project
surance, Heckathorn
r to provide adequate
otherwise protected.
Work - n's Com • ensation Statutory Amount
Comprehensive General &
Automobile Insurance
Bid 11-25, Window & Door Replacements
Page2of3
Bodily Injury Liability $500,000 for each person injure
$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 p.. id by Heckathorn Construction
Company, Inc.
nstruction Company, Inc. to furnish proof of 'censure as required by all local and
This contract may +e terminated by the City of Fayettevil • or Heckathorn Construction Company,
Inc. with 10 days wn , en notice.
Freedom of Information ct:
city contractual work ar
Information Act request i
possible to provide the doc
Freedom of Information Act (
pursuant to the FOIA may be as
City of Fayetteville con
subject to the Arkansa
presented to the City
ments in a promp
.C.A. 25-19-101
essed for this
13. Changes in Scope or Price: Cha
contract shall not be allowed without
City Council in advance of the change
acts and documents prepared while performing
Freedom of Information Act. If a Freedom of
of Fayetteville, the contractor will do everything
and timely manner as prescribed in the Arkansas
t. Seq.). Only legally authorized photo coping costs
ompliance.
ifcations, or amendments in scope, price or fees to this
formal contract amendment approved by the Mayor and the
scope, cost or fees.
WITNESS OUR HANDS THIS DAY ►, , 2011.
TTEST: C • MPANY ' ECRETARY
Secretary
LIONE
CITY OF FAYETTEVILLE,
FAYETTEVILLE, ARKANSAS
D JORDAN; Mayor
Attest: Sondr
Smith, City Clerk
Heck. :. •4,mo. -..is ._,
Oar•- ��
B,ie�_ ,resident
NA E ND TITLE
Don L. Hec thorn
Janet S. Heckat'orn
1880 North Bir h Avenue Fa etteville, AR 72703
BUSINESS AD ' - ESS
Bid 11-25, Window & Door Replacements
Page 3 of 3
aye evllle
BID: 11.25
DATE: 03/22111
TIME: 2:00 PM
CITY OF FAYETTEVILLE
Bid 11-25, Window and Door Replacements
Name of Contractor:
Heckathorn Construction Company
ubjecttoBuyA�mertnstl
te(yrials?? i 5�
equictitt'htskK,
y£ £ i h § h
E Eg
1
Item
Description
Mark Up %
Contractors
Material Cost
Estimate
SS Amount of
Mark Up
g
SS Amount Mark Up
PLUS Material Cost
2
3
4
s
6
General Material (Cost plus %) $0-$100
15%
x $1,500
s
$225
$1,725,00
General Material (Cost plus %) $101-$500
12%
x $1,500
-
$180
$1,680.00
General Material (Cost plus %) $501-$1000
10%
x $1,500
=
$150
$1,650.00
General Material (Cost plus %) $I001 -and up
l0%
x'•
$1,500
$150
$1,650.00
Doors
10%
x $L000
-
$100
\
$1,100.00
Windows
10%n
x $25,000
-
$2,500
1`
$27,500.00
Estimated Cost for Section A (Sum of Items 1.6):
$35,305.00
•
SECTION B: Labor
Subject to Davis -Bacon Wage Rates
A
B
c
(A x B)
Item
Description
Estimated hours
*
; Hourly Rate
Estimated Labor
Cost
7
8
9
10
Window & Door Replacement - Rate 1
(Installer)
80
x $27.00
- $2,160.00
Window & Door Replacement - Rate 2
(Installer/Foreman)
$0
x $37.00
= $2,960.00
Window & Door Replacement - Rate 3
(Foreman/Inspector)
4
a $1.00
= $164.00
Window & Door Replacement - Rate 4
(Supervisor/Inspector)
3
x $51.00
- $153.00
Estimated Cost for Section B (Sum of Items 7-10):
$5,437.00
$40,742.00
**Total Estimated Cost for Items 1-10 (sum of
Section A + Section B)
'NOTICE: Bid award Is contingent upon vendor meeting minimum specifications and formal authorization by City officials.
CERTIFIED:
P. VICE, PURCH MGR
f/j/(2.‘,
WITNESS
0
E
DA
EXECUTION OF BID -
Bidders are requested to indicate by check mark or "Yes/No" on each line of the Technical Specifications the compliance
of the item bid. Actual specification of any deficient item must be noted on the bid sheet or separate attachment. If
specifications of item bid differ from provided literature, deviation must be documented and certified by the manufacturer
as a regular production option.
Upon signing this Bid, the bidder certifies that:
1. 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.
2. Unless otherwise noted and explained, the unit bid and listed meets or exceeds all of these requirements as
specified by The City of Fayetteville.
3. 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.
*NAME OF FIRM: Heckathorn Construction Company, Inc.
Purchase Order and /Payments shall be Issued to this name
*BUSINESS ADDRESS: 1880 N. Birch Avenue
*CITY: Fayetteville *STATE: AR
*PHONE: 479-442-5386
*E-MAIL: heckconst@sbcglobal.net
*ZIP: 72703
FAX: 479-442-7385
Arkansas License No: 0023780411
*By: (PRINTED NAME) Don
*AUTHORIZED SIGNATU
Attest Company
L. Heckathorn
Secreta
*TITLE: President
*DATE March
1 2011
Acknowledge Addendums:
Addendum No. 1 Dated: 3-04-2011 Acknowledged by: David Christian Hansen
Addendum No. 2 Dated: 3-41-2011 Acknowledged by: David Christian Hansen
Addendum No. 3 Dated: 3-17-2011 Acknowledged by: David Christian Hansen
Addendum No. Dated: Acknowledged by:
Bid 11-25, Addendum 1 —REVISED BID FORM
Page3of3
Te`.ownuntmications Device for the Deaf TDD (4791521-13115 113 West Mountain - Fayetteville, AR 7270!
City of Fayetteville
Bid 11-25, Window & Door Replacements
Bid Pricing Form -- REVISED PER ADDEDNUM 1
BID 11-25, ADDENDUM 1 - REVISED BID FORM .
SECTION A. Materials
Subject to Buy American Requirements
r A
5 C
1 B
I (A % B)
= D
iii (B + C)
Ite,n
Description
Mark Up %
Contractors
Material Cost
Estimate
$S Amount of
Mark Up
SS Amount Mark Up
PLUS Material Cost
1
2
3
4
5
6
General Material (Cost plus %) $0-$10015
%
x $1,500
= 225
S 1, 725
General Material (Cast plus %) $10l-$500
12 %
x $1,500
_ 180
S 1, 680'
General Material (Cost plus %) $501-$100010
%
x $1,500
150
3 1, 650
General Material (Cost plus %) $1001 -anti up
10 °fax
$1,500
_ 150
S 1 650
Doors
10 %
x $1,000
„ 100
1,100
Windows10
%
x $25,000
S 2,500
$ 27, 500
Estimated Cost for Section A (Sum of Items 1-4):
$ 35, 305
SECTION B. Labor
Subject to Davis -Bacon Wage Rates
A
13
C
(A XI 13)
Item
Description:.
Most basic trade is listed as "Rate 1".
Skill set increases with increased rate number,
Edauatedhours
�tk/scrlo crmnga
Hour Rate
Hourly
Estimated Labor •
Cost
7
8
9
10
'Window & Door Replacement - Rate 1
(Installer)
80
x S
27.00
s $ 2,160
Window & Door Replacement - Rate 2
(Installer/Foreman)
80
x 3
37.00
3 $ 2, 960
Window & Door Replacement - Rate 3
(Foreman/Inspector)
4 .
x 3
41.00
= $ 164
Window & Door Replacement - Rate 4
(Supervisor/Inspector)
3
x $
51.00
= $ 153
Estimated Cost for Section B (Sum of Items 7-10):
$ 5 ,1137
**Total Estimated Cost for Items 1-10 (sum of Section A + Section B)
$ 40, 742
**Bid bond required on 5% of "Total Estimated Cost for Items 1-10".
A 100% Performance and Payment bond is required for same within ten days after notice of contract award.
Name of Contractor. Heckathorn Construction Company, Inc.
Arkansas State License No. 0023780411
Bid 11-25, Addendum 1 — REVISED SID FORM
Page 2 of 3
Tni'Kw,mm.rnicntionf Device for the Deaf TOD 14791521-1316
113 West Mountain • Fayetteville. AR 72701
City of Fayetteville
Bid 11-25, Window & Door Replacements
Bid Proposal Form (shall be submitted with all bids)
This page becomes an integral part of the proposal submitted
by
Heckathorn Construction Company, Inc.
(Vendor/Company Name)
The undersigned proposes to furnish and deliver, in accordance with the requirements of these bid
documents issued February of 2011, prepared by the City of Fayetteville, Purchasing Division, for the
time period beginning date of Bid Award and ending twelve months thereafter as per Bid 11-
25, subject to four one (1) year annual renewals. Item numbers below refer to the same
numbered paragraph of the Instructions to Bidders and the Specifications.
INSTRUCTIONS TO BIDDERS:
1.1. Prices shall include all labor, supervision, materials, equipment, transportation and services
necessary to do a top quality job. YES x NO .
1.2. Discounts offered: N/A
1.3. Condition of Bid FIRM? YES x NO
SUBJECT TO ESCALATION ...N/A
Method of Escalation, if applicable NIA
BIDS MUST BE FIRM FOR ACCEPTANCE FOR 90 Days
Bid is Firm 90 Days Weeks
1.4. Bidder will accept total bid only? YES X NO
(or any portion of bid award) YES NO x
1.5 Bidder has submitted an original bid document?
YES x
NO
1.6 Bidder will provide Workman's Compensation Insurance as outlined? YES X NO
1.7 Bidder will provide General Liability Insurance as outlined? YES x NO
1.8 Bidder will provide Automobile Coverage as outlined? YES x NO
1.9 Bidder will indemnify the City of Fayetteville? YES x NO
2.0 Bidder has included qualification & experience information as required? YES x NO
3.0 PURCHASES BY OTHER PUBLIC AGENCIES:
Bidder agrees to extend pricing, terms, and conditions to other public agencies
YES x NO
City of Fayetteville, AR
Bid 11-25, Window & Door Replacements
Page 24 of 29
City of Fayetteville
Bid 11-25, Window & Door Replacements
Vendor References
The following information is required from all Proposers so all proposals may be reviewed and properly evaluated
COMPANY NAME: Heckathorn Construction Company, Inc.
BUSINESS ADDRESS: 1880 N. Birch Avenue Fayetteville, AR 72703
NUMBER OF YEARS IN BUSINESS: 50 Years HOW LONG IN PRESENT LOCATION: 32 Years
TOTAL NUMBER OF CURRENT EMPLOYEES: 10 FULL TIME 1 PART TIME
NUMBER OF EMPLOYEES YOU PLAN TO USE TO SERVICE THIS CONTRACT: 4 FULL TIME 0 PART TIME
PLEASE LIST LOCAL COMMERCIAL AND/OR GOVERNMENTAL REFERENCES THAT YOU HAVE PREVIOUSLY
PERFORMED SIMILAR CONTRACT SERVICES FOR WITHIN THE PAST THREE (3) YEARS (All fields must be
completed):
1. City of Elkins ---Library
COMPANY NAME COMPANY NAME
Elkins, AR 72727 Prairie Grove, AR 72756
2. Prairie Grove Telephone Company
CITY, STATE, ZIP
Susan Unger
CITY, STATE, ZIP
David Parks
CONTACT PERSON CONTACT PERSON
479-643-2904 479-846-7200
TELEPHONE TELEPHONE
NONE 479-267-1112
FAX NUMBER FAX NUMBER
librarylady@windstream.net dmp@pgtc.cora
E-MAIL ADDRESS E-MAIL ADDRESS
3. Beverly Manor Apartments
COMPANY NAME
4. Northwest Arkansas Community College
COMPANY NAME (Burns Hall)
Fayetteville, AR 72701 Bentonville, AR 72712
CITY, STATE, ZIP CITY, STATE, ZIP
Allen White Jim Lay
CONTACT PERSON CONTACT PERSON
479-521-8442 479-619-4130
TELEPHONE TELEPHONE
479-521-8411 479-619-7067
FAX NUMBER FAX NUMBER
allen42@awbell.net
-flay@nwacc.edu
E-MAIL ADDRESS E-MAIL ADDRESS
City of Fayetteville, AR
Bid 11-25, Window & Door Replacements
Page 26 of 29
City of .Fayetteville
Bid 11-25, Window & Door Replacements
Debarment Certification Form - THIS FORM SHALL BE SUBITTED WITH ALL BIDS
As A BIDDER on this project, you are required to provide debarment/suspension certification
indicating that you are in compliance with the below Federal Executive Order. Certification can be
done by completing and signing this form.
Debarment:
Federal Executive Order (E.O.) 12549 "Debarment and Suspension" requires that all
contractors receiving individual awards, using federal funds, and all sub -recipients certify that
the organization and its principals are not debarred, suspended, proposed for debarment,
declared ineligible, or voluntarily excluded by any Federal department or agency from doing
business with the Federal Government.
Your signature certifies that neither you nor your principal is presently debarred, suspended,
proposed for debarment, declared ineligible, or voluntarily excluded from participation in this
transaction by any federal department or agency.
Questions regarding this form should be directed to the City of Fayetteville Purchasing Division.
NAME: Don L. Heckathorn
COMPANY: Heckathorn Construction Company, Inc.
PHYSICAL ADDRESS: 1880 N. Birch Avenue Fayetteville, AR 72703
MAILING ADDRESS: 1880 N. Birch Avenue Fayetteville, AR 72703
PHONE: 479-442-5386 FAX: 479-442-7385
EMAIL: heckconstcgl..bal. et
SIGNATURE:
DATE: March 22, 2011
NOTICE:
CAUSE: Debarment by an agency pursuant to FAR 9.408-2, GPO Instructions 110.11A, or PS Publication 41, for one or more of the following
causes (a) conviction of or civil judgment for fraud violation of antitrust laws, embezzlement, theft, forgery, bribery, false statements, or other
offenses indicating a lack of business Integrity; (b) violation of fhe terms of a Government contract, such as a willful failure to Perform in
accordance with its terms or a history of failure to perform; or (c) any other cause of a serious and compelling nature affecting responsibility.
(See Code N- Debarment pursuant to FAR 9.408 2(b)(2) Drug Free Workplace Act of 1988.)
TREATMENT: Contractors are excluded from receiving contracts, and agencies shall not solicit offers from, award contracts to renew or
otherwise extend the duration of current contracts, or consent to subcontracts with these contractors, unless the City determines that there
is a compelling reason for such action. Government prime contractors, when required by the terms of their contract, shall not enter Into any
subcontract equal to or In excess of $25,000 with a contractor that is debarred, suspended, or proposed for debarment, unless there is a
compelling reason to do so. Debarments are for a specifled term as determined by the debarring agency and as indicated in the listing.
City of Fayetteville, AR
Bid 11-25, Window & Door Replacements
Page 27 of 29
City of Fayetteville
Bid 11-25, Window & Door Replacements
Statement of Disclosure — To Be Submitted With ALL Bids
This page does not count towards page limitations set forth in this request for proposal or bid.
Proposer must disclose any possible conflict of interest with the City of Fayetteville, including, but not
limited to, any relationship with any City of Fayetteville employee. Your response must disclose if a
known relationship exists between any principal or employee of your firm and any City of Fayetteville
employee or elected City of Fayetteville official.
If, to your knowledge, no relationship exists, this should also be stated in your response. Failure to
disclose such a relationship may result in cancellation of a purchase and/or contract as a result of
your response. This form must be completed and returned in order for your bid/proposal to be eligible
for consideration.
PLEASE CHECK ONE OF THE FOLLOWING TWO OPTIONS, AS IT APPROPRIATELY APPLIES
TO YOUR FIRM:
X 1.) NO KNOWN RELATIONSHIP EXISTS
2.) RELATIONSHIP EXISTS (Please explain)
PLEASE FILL OUT THE SECTION BELOW AND SUBMIT THIS FORM WITH YOUR BID OR
PROPOSAL:
1.) 1, as an officer of this organization, or per the attached letter of authorization, am duly authorized
to certify the information provided herein are accurate and true; and
2.) My organization shall comply with all State and Federal Equal Opportunity and Non -Discrimination
requirements and conditions of employment.
Don G. Heckathorn
Prin u Na
Signature
March 22, 2011
Date
City of Fayetteville, AR
Bid 1145, Window & Door Replacements
Page 28 of 29
BID BOND
Contemns with The American Institute of
Architects, MA. Document Na. A-310
KNOW ALL BYTHESE PRESENTS, That we, Heckathorn Construction Company, Inc.
and the Hartford Fire Insurance Company
of One Hartford Plaza, Hartford, Connecticut
the laws of the State of Connecticut
as Principal, hereinafter called the I r ncipal,
City of Fayetteville. Arkansas
in the sum of Five Percent of Amount of Bid
a corporation duty organized under
as Surety, hereinafter called the Surety, are held and firmly bound nate
as Obligee, hereinafter called the Obligee,
Dollars ($ 5% of Bid ), for the payment of which sum well and truly to be made, the said Principal and the said
Suety, bind ourselves, our heirs, cxc7Ctttois, administrators, successors and assiggns. Jointly and severally, firmly by these pmts,
WHEREAS, the Principal has submitted a bid fori _2 acements Fa etteville Arkansas
NOW. THEREFORE, if the Obligee shalt accept the bid of the Principal and lige Principal shall eraser into a Contract with the
Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract
Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and
material furnished in the prosecution thereof,or in the event of the failure of the Principal to enter such Contract and give such bond
or bonds. if the Principal shall pay to the Obligee the difference not to exCeed the penalty hereof beti:n the amount specified in said
bid and such larger amount for which the Obligee may in good titith contract with another Fatty to perform the Work covered by said
bid, then this obligation shall be mdI and void, otherwise to remain in full force and effect.
Signed and sealed this tRq
day , 2011
POWER OF ATTORNEI'
KNOW ALL PERSONS BY THESE PRESENTS THAT:
Direct inquiries/Claims to:
THE HARTFORD
_. --BOND, T-4
P.O_ BOX 2103, 690 ASYLUM AVENUE
HARTFORD, CONNECTICUT 06115
cal!: 888-266-3488 or fax: 860-757-5835
Agency Code: 38-591481
X
X
X
Hartford Fire Insurance Company, a corporation duly organized under the laws oldie State of Connecticut
Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana
Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut
Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut
Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana
Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois
Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana
Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida
having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint,
up to the amount of unlimited:
Benson A. Cashion, Matthew K. Cashion, Jr., Judy Schoggen, Maar H. Griffin,
Cynthia L. hickey, Pamela K. Hays, Nick W. Peters
of
Little Rock, AR
their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(les) only as
delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the
nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and
executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on July 21, 2004 the Companies
have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant
Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are
and will be bound by any mechanically applied signatures applied to this Power of Attorney.
Scott Sadowsky, Assistant Secretary
STATE OF CONNECTICUT
COUNTY OF HARTFORD
ss. Hartford
M. Ross Fisher, Assistant Vice President
On this 1 sr day of February, 2004, before me personally came M. Ross Fisher, to me known, to me known, who being by me duly sworn,
did depose and say: that she resides in the County of Hartford, State of Connecticut; that she is the Assistant Vice President of the Companies, the
corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the
said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed
his name thereto by like authority.
CERTIFICATE
Scott E. Pasch
Notary Public
My Commission Expires October 3 t, 2012
1, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct
copy of the Power of Attorney executed by said Companies, which is still in full force effective as of March 18, 2011
Signed and sealed at the City of Hartford.
Gary W. Stumper, Assistant Vice President