Loading...
HomeMy WebLinkAbout63-22 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 63-22 File Number: 2022-0191 BID #22-24 TANK PRO, INC.: A RESOLUTION TO AWARD BID #22-24 AND AUTHORIZE A CONTRACT WITH TANK PRO, INC. IN THE AMOUNT OF $788,066.00 FOR THE PAINTING AND REHABILITATION OF THE MARKHAM ELEVATED WATER STORAGE TANK, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $157,613.20 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 #22-24 and authorizes Mayor Jordan to sign a contract with Tank Pro, Inc., a copy of which is attached to this Resolution, in the amount of $788,066.00 for the painting and rehabilitation of the Markham Elevated Water Storage Tank, and further approves a project contingency in the amount of $157,613.20. PASSED and APPROVED on 3/15/2022 Attest: -'011111 H►Fel'r K r c;: •� Ao- .Phm� Kara Paxton, City Clerk Treasurer w FRYi_�7-'Eyl.�� r�■ 9 . r `ON+CO' ►►�� Page 1 Printed on 3116122 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479)575-8323 Text File File Number: 2022-0191 Agenda Date: 3/15/2022 Version: 1 Status: Passed In Control: City Council Meetinq Agenda Number: A.3 BID #22-24 TANK PRO, INC.: File Type: Resolution A RESOLUTION TO AWARD BID #22-24 AND AUTHORIZE A CONTRACT WITH TANK PRO, INC. IN THE AMOUNT OF $788,066.00 FOR THE PAINTING AND REHABILITATION OF THE MARKHAM ELEVATED WATER STORAGE TANK, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $157,613.20 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 #22-24 and authorizes Mayor Jordan to sign a contract with Tank Pro, Inc., a copy of which is attached to this Resolution, in the amount of $788,066.00 for the painting and rehabilitation of the Markham Elevated Water Storage Tank, and further approves a project contingency in the amount of $157,613.20. City of Fayetteville, Arkansas Page 1 Printed on 311612022 Tim Nyander Submitted By City of Fayetteville Staff Review Form 2022-0191 Legistar File ID 3/15/2022 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 2/24/2022 WATER SEWER (720) Submitted Date Division / Department Action Recommendation: Staff recommends awarding Bid #22-24 and approving a construction contract with Tank Pro, Inc. in the amount of $788,066.00 for painting and rehabilitation of the 1-million-gallon Markham Elevated Water Storage Tank, and approving a project contingency in the amount of $157,613.20. Budget Impact: 5400.720.5600-5808.00 Water and Sewer Account Number Fund 14010.1 Water Tank Improvements Project Number Project Title Budgeted Item? Yes Current Budget $ 2,210,768.00 Funds Obligated $ 63,859.51 Current Balance $ 2,146,908.49 Does item have a cost? Yes Item Cost $ 945,679.20 Budget Adjustment Attached? No Budget Adjustment $ - Remaining Budget 1,201,229.29 V20210527 Purchase Order Number: Previous Ordinance or Resolution # Change Order Number: Approval Date: Original Contract Number: Comments: CITY OF FAYETTEVILLE ARKANSAS MEETING OF MARCH 15, 2022 TO: Mayor and City Council THRU: Susan Norton, Chief of Staff Tim Nyander, Utilities Director FROM: Corey Granderson, Utilities Engineer DATE: February 23, 2022 CITY COUNCIL MEMO SUBJECT: Bid #22-24, Tank Pro, Inc. — Construction Contract for Markham Elevated Water Storage Tank Rehabilitation RECOMMENDATION: Staff recommends awarding Bid #22-24 and approving a construction contract with Tank Pro, Inc. in the amount of $788,066.00 for painting and rehabilitation of the 1-million-gallon Markham Elevated Water Storage Tank, and approving a contingency in the amount of $157,613.20. BACKGROUND: On February 22, 2022 the City of Fayetteville accepted sealed competitive bids for the Markham Water Tank Rehab project. Tank Pro, Inc. submitted the lowest bid. All bids are shown here: Tank Pro, Inc. $788, 066.00 Utility Service Co, Inc. $824,600.00 Dixie Painting & Sandblasting, Inc. $830,200.00 Maguire Iron, Inc. $899,700.00 Classic Protective Coatings, Inc. $976,950.00 Worldwide Industries Corp. $1,102,600.00 Currens Construction Services, Inc. $1,198,000.00 Viking Painting, LLC $1,381,800.00 DISCUSSION: This project will remove and replace the interior and exterior coatings on the 1-million-gallon Markham Water Tank. While the coating systems are removed, upgrades to safety climbing systems will be made to align with modern standards. Tank mixing will be added to improve circulation by the use of an active mixer placed inside the tank. BUDGET/STAFF IMPACT: Funds are available for this project in the Water Tank Improvements account. Attachments: Project Vicinity Map Certified Bid Tab, Bid #22-24 Engineer's Letter of Recommendation Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 VICINITY MAP NOT TO SCALE olsson February 23, 2022 City of Fayetteville, Arkansas Fayetteville Water & Sewer Operations Attn: Mr. Corey Granderson, Utilities Engineer 113 W. Mountain Street Fayetteville, Arkansas 72701 Re: Recommendation of Award Markham Tank Rehabilitation Fayetteville, Arkansas Olsson Project 021-04416 Mr. Granderson: Bids for the above referenced project were received and opened on February 22, 2022. A total of eight (8) bids were submitted and have been reviewed. The bid totals received are shown below: Tank Pro, Inc $788,066.00 Utility Service Co., Inc. $824,600.00 Dixie Painting& Sandblasting, Inc. $830,200.00 Maguire Iron, Inc. $899,700.00 Classic Protective Coatings, Inc. $976,950.00 Worldwide Industries Corp. $1,102,600.00 Currens Construction Services, LLC $1,198,000.00 Viking Industrial Painting, LLC $1,381,800.00 After review of the bids, it is our recommendation that Notice of Award be given to the apparent low bidder, Tank Pro, Inc., in the contract amount of $788,066.00. Tank Pro, Inc. is based out of Northport, Alabama and has been around for 30 years. Based on their experience and our conversations with their references, we believe them to be qualified for this project. While we have no way of verifying the present financial condition of Tank Pro, the contract documents require the furnishing of 100 percent performance and payment bonds prior to authorization of the Notice to Proceed of construction. The contract documents require substantial completion of the project within 180 days and full completion and ready for final payment within 210 calendar days from the date of the issuance olsson of the Notice to Proceed. Upon your approval, we will commence with the processing of the agreement for the project. Please do not hesitate to call with any questions, comments, or if further information or documentation is required. Cordially, 4' P7 10 or - Chris Dougherty, P.E. Senior Engineer Cc: Mr. Jonathan Smith, Senior Purchasing Agent, City of Fayetteville CITY OF FAYETTEVILLE ARKANSAS BID TABULATION BID 22-24, CONSTRUCTION - MARKHAM WATER TANK REHABILITATION DEADLINE: TUESDAY. FEBRUARY 22. 2022 BEFORE 2 PM. LOCAL TIME CERIFICATION OF FUNDS Certified Funds $ 1,100000.00 25% Additional Allowance Allowed Per State Law $ 275:000.00 Maximum Award Amount $ 1,375,000.00 SUMMARY OF ALL BID SIGHED Alabama Utility Service Dixie Painting & Maguire Iron, Classic Protective Worldwide Curtains Construction Viking Painting, (Tank Pro, Inc.) Co, Inc. Sandblasting, Inc. Inc. Coating, Inc. Industries Corp. Services, LLC LLC TOTAL BASE BID $788,066.00 $824,600.00 $830,200.00 $899,700.00 $976,950.00 $1,102,600.00 $1,198,000.00 $1,381,800.00 Alabama Utility Service Dixie Painting & Maguire Iron, Inc. Classic Protective Worldwide Industries Currens Construction Viking Painting , Line Description UOM qTY Co, Inc. Sandblasting, Inc. Coatings, Inc. Corp. Services, LLC LLC 1 Existing Tank Rehabilitation Lump Sum 1 $782,066.00 $816,400.00 $791,200.00 $894,700.00 $972,950.00 $1,074,000.00 $1,178,500.00 $1,372,000.00 2 Sediment and Erosion Controls Lump Sum 1 $4,500.00 $6,400.00 $4,000.00 $2,500.00 $2,000.00 $5,000.00 $11,000.00 $5,100.00 3 Trench and Excavation Safety Systems, as required Lump Sum 1 $1,500.00 $1,800.00 $35,000.00 $2,500.00 $2,000.00 $23,600.00 $8,500.00 $4,700.00 by Act 291 of the 1993 Arkansas General Assembly. Total $788,066.00 $824,600.00 $830,200.00 $899,700.00 $976,950.00 $1,102,600.00 $1,198,000.00 $1,381,800.00 Jonathan Smith Digitally signed by Jonathan Smith Date: 2022.02.24 10:31:28-06'00' Jonathan Smith, Senior Purchasing Agent Digitally signed by Andrea Foren Andrea F o re n Date: 2022.02.24 13:16:08-06'00' Date Andrea Foren, Purchasing Manager Date Markham Hill Water Tank Rehabilitation — 1 MG Elevated Storage Tank Olsson Project 021-04416 Fayetteville, Arkansas SECTION 00 52 00 —AGREEMENT AGREEMENT BETWEEN OWNER AND CONTRACTOR Contract NameFritle: MARKHAM WATER TANK REHBILITATION —1 MG ELEVATED STORAGE TANK Contract No.: 22-24, Construction THIS AGREEMENT is dated as of the ! day of A in the year 2012 by and between The City of Fayetteville, Arkansas and Tank Pro, Inc. (hereinafter called Contractor). ARTICLE 1 - WORK 1.1 Contractor shall complete all Work as specified or indicated in the Contract Documents. The work under this Agreement includes, but is not limited to: Painting of interior and exterior of the elevated water storage tank. Installation of new active mixing system. Safety, access, and structural improvements. 1.2 The Contractor agrees to perform the work described in the Contract Documents and comply with the terms therein for the amounts shown in the Bid Proposal. Refer to Section 00 41 43-Bid Form for quantities. 1.3 Any use of a third -party dumpster or roll off container shall be procured from the City of Fayetteville Recycling and Trash Collection Division. Use of a Non -City dumpster or roll off container is not allowed. 1.4 Contractor is responsible for obtaining all applicable permits. The fees for City of Fayetteville (only) issued permits shall be waived. 1.5 The Contract may include work in City of Fayetteville right-of-way, ARDOT (State) right- of-way, railroad right-of-way and in General or Utility Easements. January7, 2022 00 52 00 - 1 AGREEMENT 100% Construction Documents Markham Hill Water Tank Rehabilitation — 1 MG Elevated Storage Tank Olsson Project 021-04416 Fayetteville, Arkansas ARTICLE 2 - ENGINEER 2.1 The Contract Documents have been prepared by Olsson (Engineer) for the City of Fayetteville. The Engineer assumes all duties and responsibilities, and has the rights and authority assigned to Engineer in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3 - CONTRACT TIME 3.1 TIME OF THE ESSENCE A. All time limits for milestone, if any, Substantial Completion and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 3.2 DATES FOR COMPLETION AND FINAL PAYMENT A. The Work shall be substantially completed within 120 calendar days after the date when the Contract Times commence to run as provided in the GENERAL CONDITIONS, and final completion and ready for final payment within 150 calendar days after the date when the Contract Times commence to run as provided in the GENERAL CONDITIONS. 3.3 LIQUIDATED DAMAGES A. Owner and Contractor recognize that time is of the essence of this Agreement and that The City of Fayetteville will suffer financial loss if the Work is not completed within the time specified above, plus any extensions thereof allowed in accordance with the GENERAL CONDITIONS. The parties also recognize the delays, expense, and difficulties involved in proving the actual loss suffered by The City of Fayetteville if the Work is not Substantially Completed on time. Accordingly, instead of requiring any such proof, The City of Fayetteville and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay The City of Fayetteville Five Hundred Dollars ($500.00) for each calendar day that expires after the time specified above in Paragraph 3.2 for Substantial Completion until the Work is Substantially Complete. After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the time specified in Paragraph 3.2 for completion and readiness for final payment January 7, 2022 00 52 00 - 2 AGREEMENT 100% Construction Documents Markham Hill Water Tank Rehabilitation — 1 MG Elevated Storage Tank Olsson Project 021-04416 Fayetteville, Arkansas or any proper extension thereof granted by The City of Fayetteville, Contractor shall pay The City of Fayetteville Five Hundred Dollars ($500.00) for each calendar day that expires after the time specified for completion and readiness for final payment. ARTICLE 4 - CONTRACT PRICE 4.1 The CITY OF FAYETTEVILLE agrees to pay, and the CONTRACTOR agrees to accept, as full and final compensation for all work done under this agreement, the amount based on the unit prices bid in the Proposal (BID FORM) which is hereto attached, for the actual amount accomplished under each pay item, said payments to be made in lawful money of the United States at the time and in the manner set forth in the Specifications. 4.2 As provided in the Contract estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by ENGINEER as provided in the General Conditions. Unit prices have been computed as provided in the Contract Documents. 4.3 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. 1. Further, there shall be no changes to the scope and/or contract documents without prior written approval of the Engineer of Record and the City's designated Professional Engineer. ARTICLE 5 - PAYMENT PROCEDURES 5.1 SUBMITTAL AND PROCESSING OF PAYMENTS A. Contractor shall submit Applications for Payment in accordance with the GENERAL CONDITIONS. Applications for Payment will be processed by Engineer as provided in the GENERAL CONDITIONS. January 7, 2022 00 52 00 - 3 AGREEMENT 100% Construction Documents Markham Hill Water Tank Rehabilitation — 1 MG Elevated Storage Tank Olsson Project 021-04416 Fayetteville, Arkansas 5.2 PROGRESS PAYMENTS, RETAINAGE A. The City of Fayetteville shall make progress payments on account of the Contract Price on the basis of Contractor's Applications for Payment as recommended by Engineer, on or about the 15th day of each month during construction. All such payments will be measured by the schedule of values established in the GENERAL CONDITIONS (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements. 1. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as Engineer shall determine, or The City of Fayetteville may withhold, in accordance with the GENERAL CONDITIONS. a. 95% of Work Completed (with the balance being retainage). If Work has been 50% completed as determined by Engineer, and if the character and progress of the Work have been satisfactory to The City of Fayetteville and Engineer, The City of Fayetteville on recommendation of Engineer, may determine that as long as the character and progress of the Work subsequently remain satisfactory to them, there will be no additional retainage on account of Work subsequently completed, in which case the remaining progress payments prior to Substantial Completion will be an amount equal to 100% of the Work Completed less the aggregate of payments previously made; and b. 100% of Equipment and Materials not incorporated in the Work but delivered, suitably stored, and accompanied by documentation satisfactory to The City of Fayetteville as provided in the GENERAL CONDITIONS. B. Upon final completion and acceptance of the Work in accordance with the GENERAL CONDITIONS, The City of Fayetteville shall pay the remainder of the Contract Price as recommended by Engineer and as provided in the GENERAL CONDITIONS. January 7, 2022 00 52 00 - 4 AGREEMENT 100% Construction Documents Markham Hill Water Tank Rehabilitation — 1 MG Elevated Storage Tank Olsson Project 021-04416 Fayetteville, Arkansas ARTICLE 6 - CONTRACTOR'S REPRESENTATIONS 6.1 In order to induce The City of Fayetteville to enter into this Agreement, Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents including the Addenda and other related data identified in the Bid Documents. B. Contractor has visited the Site(s) and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. Contractor has carefully studied all: 1. Reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and 2. Reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Contractor acknowledges that The City of Fayetteville and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the Site. E. Contractor has obtained and carefully studied (or assumes responsibility of having done so) all such additional supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost, progress, performance, and furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. F. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the performing and furnishing of January 7, 2022 00 52 00 - 5 AGREEMENT 100% Construction Documents Markham Hill Water Tank Rehabilitation — 1 MG Elevated Storage Tank Olsson Project 021-04416 Fayetteville, Arkansas the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. G. Contractor is aware of the general nature of work to be performed by The City of Fayetteville and others at the Site that relates to the Work as indicated in the Contract Documents. H. Contractor has correlated the information known to Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. I. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Contractor. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. ARTICLE 7 - CONTRACT DOCUMENTS 7.1 CONTENTS A. The Contract Documents which comprise the entire Agreement between The City of Fayetteville and Contractor concerning the Work consist of the following and may only be amended, modified, or supplemented as provided in this Agreement and in the GENERAL CONDITIONS: 1. This Agreement. 2. Exhibits to this Agreement (enumerated as follows): a. Notice to Proceed. b. Contractor's Bid. C. Documentation submitted by Contractor prior to Notice of Award. 3. Performance, Payment, and other Bonds. January 7, 2022 00 52 00 - 6 AGREEMENT 100% Construction Documents Markham Hill Water Tank Rehabilitation — 1 MG Elevated Storage Tank Olsson Project 021-04416 Fayetteville, Arkansas a. The Performance and Payment Bond shall be one hundred percent (100%). 4. General Conditions. 5. Supplementary Conditions. 6. Specifications consisting of divisions and sections as listed in Table of Contents of Project Manual. 7. Drawings consisting of a cover sheet and sheets as listed in the Table of Contents thereof (Drawings), with each sheet bearing the following general title: Markham Hill Water Tank Rehabilitation. 8. Addenda numbers to , inclusive. 9. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to the GENERAL CONDITIONS. ARTICLE 8 - MISCELLANEOUS 8.1 TERMS A. Terms used in this Agreement which are defined in the GENERAL CONDITIONS shall have the meanings stated in the GENERAL CONDITIONS. 8.2 ASSIGNMENT OF CONTRACT A. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by Law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. January 7, 2022 00 52 00 - 7 AGREEMENT 100% Construction Documents Markham Hill Water Tank Rehabilitation — 1 MG Elevated Storage Tank Olsson Project 021-04416 Fayetteville, Arkansas 8.3 SUCCESSORS AND ASSIGNS A. The City of Fayetteville and Contractor each binds himself, his partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 8.4 SEVERABILITY A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon The City of Fayetteville and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 8.5 FREEDOM OF INFORMATION ACT A. City contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the Contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. 8.6 LIENS A. No liens against this construction project are allowed. Arkansas law (A.C.A. §§18-44- 501 through 508) prohibits the filing of any mechanics of materialmen's liens in relation to this public construction project. Arkansas law requires, and the Contractor promises to provide a bond in a sum equal to the amount of this contract. Any subcontractor or materials supplier may bring an action for non-payment or labor or material on the bond. The Contractor promises to notify every subcontractor and materials supplier for this project of this paragraph and obtain their written acknowledgement of such notice prior to commencement of the work of the subcontractor or materials supplier. January 7, 2022 00 52 00 - 8 AGREEMENT 100% Construction Documents Markham Hill Water Tank Rehabilitation — 1 MG Elevated Storage Tank Olsson Project 021-04416 Fayetteville, Arkansas IN WITNESS WHEREOF, The City of Fayetteville and Contractor have signed this Agreement and copies have been provided to the Contractor and the City of Fayetteville. All portions of the Contract Documents have been signed, initialed, or identified by The City of Fayetteville and Contractor. This Agreement will be effective on A4 201L, which is the Effective Date of the Agreement. CONTRACTOR: Tank Pro, Inc. Bv: Phillip Stearman (Type or legibly print) (Signature) Title President CITY OF FAYETTEVILLE Contractor shall attach evidence of authority to sign. Title: Mavor If Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution authorizing Contractor's signature and execution of Agreement. Further if Contractor is a corporation, corporate entity or LLC, Contractor shall also attach a copy of the Contractor's Articles of Incorporation and a copy from the Arkansas State Secretary of State to document that the corporation, corporate entity or LLC is in current "Good Standing" with the State of Arkansas and such entity is permitted to perform work in the State of Arkansas. January 7, 2022 00 52 00 - 9 AGREEMENT 100% Construction Documents Markham Hill Water Tank Rehabilitation — 1 MG Elevated Storage Tank Fayetteville, Arkansas (SEAL) Attest,. _ Address for giving notices 5500 Watermelon Road Northport, AL 35473 License No. 0395130622 Agent for Service of process 5500 Watermelon Road Northport, AL 35473 (Type or legibly print) (Signature) Phillip Stearman, President Olsson Project 021-04416 (SEAL) Attest ��y.• Gli Y ~U; FAYFTTEvlL E-M= Wd TO IN, Address for giving notices /it'InillH��� 113 W_ Mountain St. Fayetteville, AR 72701 Contractor shall attach evidence of authority of Agent for Service process to sign. If Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution authorizing Agent for Service process authority to sign. January 7, 2022 00 52 00 - 10 AGREEMENT 100% Construction Documents Markham Hill Water Tank Rehabilitation — 1 MG Elevated Storage Tank Fayetteville, Arkansas Olsson Project 021-04416 (If Contractor is a corporation, corporate entity Approved as to Form: or LLC, attach evidence of authority to sign.) By Attorney For: END OF SECTION 00 52 00 January 7, 2022 00 52 00 - 11 AGREEMENT 100% Construction Documents Markham Hill Water Tank Rehabilitation — 1 MG Elevated Storage Tank Fayetteville, Arkansas Olsson Project 021-04416 THIS PAGE LEFT BLANK INTENTIONALLY January 7, 2022 00 52 00 - 12 100% Construction Documents AGREEMENT STATE OF ALABAMA) TUSCALOOSA COUNTY) RESOLUTION BE IT RESOLVED that Phillip Stearman, President is hereby authorized, empowered and directed to execute for and on behalf of Tank Pro, Inc., a corporation, all bid and contract documents necessary to legally bind Tank Pro, Inc. into an agreement with the projects Owner. TANK PRO, INC. By: Phillip Stearman Its: President TANK PRO, INC. By. — — Its: I, Phillip Stearman, as President of Tank Pro, Inc. do hereby certify that the above Resolution was duly proposed, adopted and resolved, during a special meeting of Tank Pro, Inc., a corporation, on this the 16th day of Auggst, 2007. SECRETARY Tank Pro, Inc., 5500 Watermelon Road, Northport, AL 35473 State of Incorporation: Alabama STATE OF ALABAMA § § ss. TUSCALOOSA COUNTY § ARTICLES OF INCORPORATION OF TANK PRO, INC. KNOW ALL PERSONS BY THESE PRESENTS, 2002 1916 Filed in the Above INCORPORATION hook & Pa3e I- -03-2002 Q I: 5r5: a 1 R1 W. Hirer McCallum - Probate Judge Tuscaloosa County, Alabama That 1, Phillip C. Stearman, the undersigned incorporator, for the purpose of forming a corporation pursuant to the provisions of title 10, chapter 2B, Code of Alabanur (1975), as in effect from time to time ("Alabama Business Corporation Act"), do hereby adopt these articles of incorporation, the same to constitute a charter for carrying on the business hereinafter specified. SECTION 1. NAME OF CORPORATION The name of the corporation shall be Tank Pro, Inc. SECTION 2. PURPOSES The nature of the business and the purposes for which the corporation is formed shall be as follows: SECTION 2.1 Specific Purpose To clean, sandblast, paint, and otherwise repair or maintain any and all types of water tanks. SECTION 2.2 General Purposes SECTION 2.2.1 To do all things necessary, desirable, or expedient in the operation, management, and conduct of the aforesaid business. SECTION 2.2.2 To guarantee, act as surety for, endorse, and act as accommodation maker for any debt of the shareholders of the corporation, subsidiaries of the corporation (regardless of the percentage of ownership held by the corporation), corporations the stock of which is owned by a shareholder of the corporation (regardless of the percentage of ownership held by such shareholder), and any other persons, 2002 1817 Filed in the above INCORPORATION Book d Pa,3e -03-2002 01:56:41 PM regardless of the presence or adequacy of the consideration to be received by the corporation for• so doing or the presence or adequacy of any direct or indirect benefit to the corporation, upon a vote of a majority of the board of directors of the corporation. "Debt" includes liquidated and unliquidated amounts, amounts arising ex contiadif and e,,r delicto, and amounts fixed or contingent and matured or unmatured, whether new, pre- existing, renewed, or extended, regardless of the terms thereof. , SECTION 2.2.3 To transact all lawful business for which corporations may be incorporated under the Alabama Business Corporation Act. SECTION 3. REGISTERED OFFICE AND AGENT The address of the initial registered office of the corporation shall be 5500 Watermelon Road, Northport, Alabama 35473, and the initial registered agent at such address shall be Phillip C. Steannan, SECTION 4. DURATION The duration of the corporation shall be perpetual unless the corporation is dissolved by law or otherwise terminated. SECTION 5. SHARES The corporation shall be authorized to issue 5,000 common shares having a par value of $1.00 each. SECTION 6. INCORPORATOR The name and address of the incorporator is as follows: NAME ADDRESS Phillip C. Stearman 5500 Watermelon Road Northport, AL 35473 SECTION 7. DIRECTOR The initial board of directors shall consist of one director, and such number (hereafter as may be fixed by the bylaws. The name and address of the person who is to 2 2002 1818 Filed in the Above INCORPORATION Back A pace 136-03-2002 01:56:41 PH serve as director until the first meeting of the shareholders, or until his successors are elected and qualified, are as follows: NAME ADDRESS Phillip C. Stearman 5500 Watermelon Road Northport, AL 35473 SECTION 8. VOTING At any meeting of the shareholders of the corporation, a shareholder of record shall be entitled to one vote for each share standing in his or her name. Shares may be voted by the shareholders either in person or by proxy. SECTION 9. PREEMPTIVE RIGHTS Each shareholder shall have a preemptive right to purchase additional or treasury shares of the corporation under section 10-2B-6.30 of the Alabama Business Corporation Act. SECTION 10. MANAGEMENT The business and affairs of the corporation shall be managed and conducted in accordance with the bylaws of the corporation. SECTION 11. VACANCIES The board of directors may fill any vacancy on the board, including those vacancies resulting from an increase in the number of directors. SECTION 12. SHARES NONASSESSABLE The shares of the corporation, when fully paid for in accordance with the subscription therefor, shall be fully paid and nonassessable; and in no case shall any shareholder be liable other than for the unpaid shares subscribed for by him. SECTION 13. LIEN ON SHARES The corporation shall have a lien on the shares of a shareholder for any debt or liability owed to it by him before a notice of transfer or levy on such shares is received by 3 Filed in the Above INCORPORAl'ION Boric b Page 11-03-2002 01:56:41 PM the corporation. The corporation shall have such rights with respect to this lien as are conferred by the laws of the State of Alabama. SECTION 14. AMENDMENTS The corporation reserves the right to amend or repeal any provision of these articles of incorporation in the manner provided by law; and all rights conferred upon the officers, directors, and shareholders of the corporation are granted subject to this reservation. SECTION 15. SHAREHOLDER EXPECTATIONS The shareholders each, by virtue of their acceptance of shares of the corporation, stipulate and agree that their expectations regarding their share of corporate profits, right to continue as a shareholder, right to wages, and the like shall be as defined by the articles of incorporation, bylaws, and any shares redemption, buy -sell, or similar agreement respecting shares ownership and that no person shall have any rights respecting the same other than as expressly set forth in such documents or in the Alabama Business Corporation Act, as modified. In particular, but without limitation, no shareholder shall have any right to continued employment by the corporation, but each shareholder shall be employed at will. The salary and bonuses of each shareholder, if any, shall be as set by the board of directors. No shareholder shall have any right to receive dividends, except as may from tinge to time be provided to the contrary in such documents, and no shareholder shall have any right to control the management of the corporation except as set forth in such documents. No shareholder shall have a greater right to salary or bonuses or continued employment by virtue of being a shareholder than any non -shareholder. SECTION 16. CORPORATION'S ATTORNEY Each party understands and acknowledges that the corporation's counsel, Tanner & Guin, LLC, prepared these articles of incorporation on behalf of and in the course of its representation of the corporation, as directed by its officers and board of directors and as follows: Each shareholder has been advised that a conflict of interest may exist between such shareholder's interests and those of the corporation. Such shareholder has been advised by the corporation's counsel that it may be in his or her best interests to seek the advice of independent counsel. Such shareholder has had the opportunity to seek the advice of independent Counsel. rd Each shareholder acknowledges that Tanner & Guin, LLC, is representing the corporation and not them on an individual basis. IN WITNESS WHEREOF,1, the said incorporator, have hereunto set my hand on this the c2 9day of `M , 2002. Phillip C. Stearman THIS INSTRUMENT PREPARED BY: TANNER & GU1N, LLC Counselors at Law Capitol Park Center 2711 University Boulevard (35401) P. O. Box 3206 Tuscaloosa, Alabama 35403 Telephone: (205) 633-0200 Facsimile: (205) 633-0290 www.tannerguin.com 174773.1 /SM w.ege 2002 1820 Filed in the Above INCORPORATION Book & Page 06-03-2002 011-5f : 41 PH W. Nardi RcCollus - Probate ]udse Tuscaloosa Cmnty, Alabama Book/Ps: 2002/1016 Ternfthier: SCANT / PatsyV Trap: 3529,203565.311D5? Recorded: 06-03--2002 13:57 :19 INC Incorporations 50.00 P.IF Probate -Judge Fee 2.00 Total Fes: $ 52.00 'g BEEE7f� aems: 'MTh w �RrrnNs Arkansas Secretary of State John Thurston. State Capitol Building ♦ Little Rock, Arkansas 72201-1094 ♦ 501-682-3409 Certificate of Good Standing I, John Thurston, Secretary of State of the State of Arkansas, and as such, keeper of the records of domestic and foreign corporations, do hereby certify that the records of this office show TANK PRO, INC. formed under the laws of the state of Alabama, and authorized to transact business in the State of Arkansas as a Foreign For Profit Corporation, was granted a Application for Certificate of Authority by this office July 23, 2021. Our records reflect that said entity, having complied with all statutory requirements in the State of Arkansas, is qualified to transact business in this State. In Testimony Whereof, I have hereunto set my hand and affixed my official Seal. Done at my office in the City of Little Rock, this 26th day of July 2021. John Thurst}on �� Online h ift ca`ler)Uq nzafion Code: bddc8aOa488161b To verify the Authorization Code, visit sos.arkansas.gov License No. 0396130622 State of Arkansas Commercial Contractors Licensing Board TANK PRO, INC 5500 WATERMELON RD NORTHPORT, AL 35473 This is to Certify That TANK PRO, INC ID #24909 is duly licensed under the provisions of Ark. Code Ann. § 17-25-101 et. seq. as amended and is entitled to practice Contracting in the State of Arkansas within the following classifications/specialties: SPECIALTY !j Above Ground Tanks Painting, Wallcovering Sandblasting, I-lydroblasting, Dry Ice Blasting Scaffolding Special Coatings or Applications, Caulking, Waterproofing Steel, Alloy, Ornamental, Metal Fabrication, Welding This contractor has an unlimited suggested bid limit. from July 9, 2021 until June 30, 2022 When this Certificate expires. lvif- — r,i,,. n a a,, 4 .:,.,-, Rock. Arkansas: AIRMAN -'RETARY ly 9, 2021 - dsa CITY OF W;% FAYETTEVIL,LE ARKANSA Bid 22-24 Addendum 3 Alabama Alabama Supplier Response Event Information Number: Bid 22-24 Addendum 3 Title: Bid 22-24, Construction - Markham Water Tank Rehabilitation Type: Invitation to Bid Issue Date: 1 /23/2022 Deadline: 2/22/2022 02:00 PM (CT) Notes: The City of Fayetteville is accepting bids from properly licensed firms for the rehabilitation to an existing 1 million -gallon water town located on top of Markham Hill. Rehabilitation work includes painting of the interior and exterior of the tank; furnishing and installing a new active mixing system; constructing overflow modifications, access and safety improvements, and structural improvements. Work shall include all items as set out in the drawings and specifications for a complete installation. Questions should be addressed to Jonathan Smith, Purchasing Agent at jonsmith@fayetteville-ar.gov or by calling (479) 575-8220. Contact Information Contact: Jonathan Smith Address: Purchasing Room 306 City Hall 113 West Mountain Street - Room 306 Fayetteville, AR 72701 Phone: (479) 575-8220 Email: jonsmith@fayetteville-ar.gov Page 1 of 3 pages Vendor: Alabama Bid 22-24 Addendum 3 Alabama Information Contact: Angie Cheek Address: 5500 Watermelon Road Northport, AL 35473 Phone: (205) 861-0064 Fax: (205) 750-0464 Email: angie@tankproinc.com Web Address: tankproinc.com By submitting your response, you certify that you are authorized to represent and bind your company. Phillip Stearman Signature Submitted at 212212022 11:56:12 AM Requested Attachments Bid 22-24, Required Signature Forms phillip@tankproinc.com Email Tank Pro Inc Bid Pages.pdf Please sign and attached the required signature forms. These forms can be found in the Project Manual. Bid 22-24, Bid Bond Tank Pro Inc. Bid Bond.pdf Please attach a SIGNED copy of your bid bond. Bid Attributes 1 Bid 22-24, Arkansas Contractor's License Number Please provide your Arkansas Contractors License Number. 0395130622 2 Bid 22-24, Arkansas Secretary of State Filing Number Please provide your Arkansas Secretary of State Filing Number. 811321218 3 Bid 22-24, Company Point of Contact Please provide us with a company phone number and email address. 205-750-0444 phillip@tankproinc.com 4 Bid 22-24, Arkansas Code Annotated §25-1-503 Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. Agree and Certify Bid Lines Page 2 of 3 pages Vendor: Alabama Bid 22-24 Addendum 3 1 Existing Tank Rehabilitation Quantity: 1 UOM: Lump Sum Price: $782,066.00 Total: $782,066.00 Item Notes: This line includes the total cost of the existing tank rehabilitation. 2 Sediment and Erosion Controls Quantity: 1 UOM: Lump Sum Price: F $4,500.00 1 Total: $4,500.00 Item Notes: This line is for all cost associated with sediment and erosion controls. 3 Trench and Excavation Safety Systems, as required by Act 291 of the 1993 Arkansas General Assembly. Quantity: 1 UOM: Lump Sum Price: F $1,500.00 1 Total: $1,500.00 Response Total: $788,066.00 Page 3 of 3 pages Vendor: Alabama Bid 22-24 Addendum 3 Markham Hill Water Tank Rehabilitation —1 MG Elevated Storage Tank Olsson Project 021-04416 Fayetteville, Arkansas SECTION 00 4143 - BID FORM Contract Name: MARKHAM HILL WATER TANK REHABILITATION —1 MG ELEVATED STORAGE TANK Owner: FAYETTEVILLE WATER & SEWER, CITY OF FAYETTEVILLE, ARKANSAS City of Fayetteville Bid Number: 22 - 24, Construction OLSSON PROJECT NO. 021-04416 Dated: February 22, 2022 February 4, 2022 00 4143 - i BID FORM Addendum 1 Markham Hill Water Tank Rehabilitation — 1 MG Elevated Storage Tank Olsson Project 021-04416 Fayetteville, Arkansas TABLE OF CONTENTS Page Article1 - Bid Recipient.............................................................................................................. 1 Article 2 - Bidder's Acknowledgements...................................................................................... 1 Article 3 - Bidder's Representations........................................................................................... 1 Article 4 - Bidder's Certification.................................................................................................. 2 Article5 - Basis of Bid.........................................................................•...................................... 3 Article 6 - Time of Completion.................................................................................................... 5 Article7 - Attachments to this Bid............................................................................................... 5 Article8 - Defined Terms........................................................................................................... 6 Article 9 - Bid Submittal ............................ ....... 6 February 4, 2022 00 41 43 - ii BID FORM Addendum 1 Markham Hill Water Tank Rehabilitation - 1 MG Elevated Storage Tank Olsson Project 021-04416 Fayetteville, Arkansas ARTICLE 1 -BID RECIPIENT 1.1 This Bid is submitted to: City of Fayetteville, AR 113 West Mountain Street Fayetteville, Arkansas 72701 1.2 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the Contract Times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. ARTICLE 2 - BIDDER'S ACKNOWLEDGEMENTS 2.1 Bidder accepts all of the terms and conditions of the Advertisement and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 90 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner. 2.2 The Successful Bidder will sign and submit the Contract Agreement and other documents required by the bidding requirements within 30 days after the date of Owner's Notice of Award. ARTICLE 3 - BIDDER'S REPRESENTATIONS 3.1 In submitting this Bid, Bidder represents that: A. Bidder has examined and carefully studied the Bidding Documents, and any data and reference items identified in the Bidding Documents, and hereby acknowledges receipt of the following Addenda: Addendum No. Addendum No. 1 Addendum No. 2 Addendum. Date February 7, 2022 February 8, 2022 B. Bidder has visited the Site, conducted a thorough, alert visual examination of the Site and adjacent areas, and become familiar with and satisfied itself as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and has satisfied itself as to all Laws and Regulations that may affect cost, progress, and performance of the Work. D. Bidder has carefully studied all: reports of explorations and tests of subsurface conditions at or adjacent to the Site and all drawings of physical conditions relating to existing surface or February 4, 2022 00 41 43 - 1 BID FORM Addendum 1 Markham Hill Water Tank Rehabilitation — 1 MG Elevated Storage Tank Olsson Project 021-04416 Fayetteville, Arkansas subsurface structures at or adjacent to the Site (except Underground Facilities) that have been identified in the Supplementary Conditions, especially with respect to Technical Data in such reports and drawings, and 2. reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site that have been identified in the Supplementary Conditions, especially with respect to Technical Data in such reports and drawings. E. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bidding Documents with respect to Underground Facilities at or contiguous to the site. F. Bidder has considered the information known to Bidder itself; information commonly known to contractors doing business in the locality of the Site; information and observations obtained from visits to the Site; the Bidding Documents; and any Site - related reports and drawings identified in the Bidding Documents, with respect to the effect of such information, observations, and documents on (1) the cost, progress, and performance of the Work; (2) the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and (3) Bidder's safety precautions and programs. G. Bidder agrees, based on the information and observations referred to in the preceding paragraph, that no further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price bid and within the times required, and in accordance with the other terms and conditions of the Bidding Documents. H. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents and confirms that the written resolution thereof by Engineer is acceptable to Bidder. J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance and furnishing of the Work. K. The submission of this Bid constitutes an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article, and that without exception the Bid and all prices in the Bid are premised upon performing and furnishing the Work required by the Bidding Documents. ARTICLE 4 — BIDDER'S CERTIFICATION 4.1 Bidder certifies that: A. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation; B. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; C. Bidder has not solicited or induced any individual or entity to refrain from bidding; and D. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph 4.1.D: February 4, 2022 00 41 43 - 2 BID FORM Addendum 1 Markham Hill Water Tank Rehabilitation - 1 MG Elevated Storage Tank Olsson Project 021-04416 Fayetteville, Arkansas "corrupt practice" means the offering, giving, receiving, or soliciting of anything of value likely to influence the action of a public official in the bidding process; 2. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of Owner, (b) to establish bid prices at artificial non-competitive levels, or (c) to deprive Owner of the benefits of free and open competition; 3. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of Owner, a purpose of which is to establish bid prices at artificial, non-competitive levels; and 4. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the a execution of the Contract. ARTICLE 5 - BASIS OF BID 5.1 Bidders are required to provide pricing for all line items, including deductive alternate items. Failure to provide deductive alternate pricing can result in bid rejections. In the event no bid falls within the amount of funds certified for the project plus 25%, the City will utilize the deductive alternates in order to further evaluate bids until a bid received falls within the amount certified, plus 25%. In the event all deductive alternates are subtracted from the total base bid and no bid falls within the amount certified, plus 25%, all bids shall be rejected and become confidential. In no case shall the amount bid for the item of "mobilization" exceed 5% of the total contract amount for all items listed in the proposal or bid. Bidder will complete the Work in accordance with the Contract Documents for the following price(s) (Bid Form on page 4): REFER TO THE CITY'S ELECTRONIC BIDDING PLATFORM TO SUBMIT BID PRICING ELECTRONICALLY. CONTACT THE CITY PURCHASING DIVISION TO SUBMIT A PHYSICAL SEALED BID (APPROINTMENT REQUIRED). February 4, 2022 00 41 43 - 3 BID FORM Addendum 1 Markham Hill Water Tank Rehabilitation —1 MG Elevated Storage Tank Olsson Project 021-04416 Fayetteville, Arkansas BID FORM Markham Hill Water Tank Rehabilitation -1 MG Elevated Storage Tank City of Fayetteville, Arkansas Olsson Project No. 021-04416 No. Quantity Unit 1. 1 Lump Sum Existing Tank Rehabilitation Total A1110LIhIt I Seven Hundred Eighty Two Thousand Sixty Sixdollars(782,066 ► /L.S. $ 782,066 (DollarAmount Written in Words) (In Figures) (Total in Figures) 2. 1 Lump Sum Sediment and Erosion Controls Four Thousand Five Hundred dollars (4,500 I /L.S. $ 4.500 (Dollar Amount Written in Words) (In Figures) _ (Total in Figures) 3. 1 Lump Sum Trench and Excavation Safety Systems, as required by Act 291 of the 1993 Arkansas General Assembly One Thousand Five Hundred dollars ( 1,500 ) /L.S. $ 1,500 (DollarAmount Written in Words) (In Figures) (Total in Figures) TOTAL BID Seven Hundred Eighty Eight Thousand Sigy Six Dollars $ 788,066 (DollarAmount Written in Words) (Total in Figures) February 4, 2022 00 41 43 - 4 BID FORM Addendum 1 Markham Hill Water Tank Rehabilitation — 1 MG Elevated Storage Tank Olsson Project 021-04416 Fayetteville, Arkansas 5.2 Bidder acknowledges that: A. Each Bid Unit Price includes an amount considered by Bidder to be adequate to cover Contractor's overhead and profit for each separately identified item, and B. Estimated quantities are not guaranteed and are solely for the purpose of comparison of Bids, and final payment for all unit price Bid items will be based on actual quantities, determined as provided in the Contract Documents. C. The contract, if awarded will be based on the lowest responsive, responsible bid accepted by the City of Fayetteville, Arkansas. D. Unit prices have been computed in accordance with paragraph 13.03 of the General Conditions. E. Bidder acknowledges that quantities are not guaranteed, and final payment will be based on actual quantities determined as provided in the Contract Documents. F. Amounts are to be shown in both words and figures. In case of discrepancy, the amount shown in words, unless obviously incorrect, will govern. G. The above unit and lump sum prices shall include all labor, materials, bailing, shoring, removal, overhead, profit, insurance, etc., to cover the finished work of the several kinds called for. H. The Bidder understands that the Owner reserves the right to reject any or all bids and to waive any informalities in the bidding. ARTICLE 6 —TIME OF COMPLETION 6.1 Bidder agrees that the Work will be substantially complete within 180 calendar days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 210 calendar days after the date when the Contract Times commence to run, 6.1 Bidder accepts the provisions of the Agreement as to liquidated damages. ARTICLE 7 —ATTACHMENTS TO THIS BID 7.1 The following documents are submitted with and made a condition of this Bid: A. Required Bid Security in the form of bid bond for. five percent of the amount bid (Dollar Amount Written in Words) B. Required Bid Bond (Section 00 43 13). C. List of Proposed Subcontractors. D. List of Proposed Suppliers. ($ 5% of amount bid (Total in Figures) February 4, 2022 00 41 43 - 5 BID FORM Addendum 1 Markham Hill Water Tank Rehabilitation — 1 MG Elevated Storage Tank Olsson Project 021-04416 Fayetteville, Arkansas E. List of Project References (see Section of Bidders Qualification Statement). F. Evidence of authority to do business in the state of the Project; or a written covenant to obtain such license within the time for acceptance of Bids. G. Contractor's License No.: 0395130622 or Evidence of Bidder's ability to obtain a State Contractor's License and a covenant by Bidder to obtain said license within the time for acceptance of Bids. H. Required Bidder Qualification Statement with supporting data (see Section 00 21 13 Instructions to Bidders). ARTICLE 8 — DEFINED TERMS 8.1 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. ARTICLE 9 — BID SUBMITTAL 9.1 Communications concerning this Bid shall be addressed to the address of Bidder indicated below. 9.2 The Bidder has reviewed and agrees with all sections of the Plans, Specifications and Contract Documents, including all Addenda, and the Comprehensive Best Management Practices Plan included with the Bid Documents. 9.3 Bid pricing shall be submitted by accessing the City of Fayetteville's electronic bidding platform. Submitted this 22nd day of _� Februa Attest:;. (Seal, if bid is by corporation.) Respectfully submitted, Tank Pro, Inc. (Firm Name) By (Signature) Phillip Stearman (Printed Name) Title President 2022 February 4, 2022 00 41 43 - 6 BID FORM Addendum 1 Markham Hill Water Tank Rehabilitation — 1 MG Elevated Storage Tank Olsson Project 021-04416 Fayetteville, Arkansas 5500 Watermelon Road Arkansas License No. 0395130622 Northport, AL 35473 Tax ID No, 56-2020359 (Business Address & Zip Code) Address for giving notices: 5500 Watermelon Road, Northport, AL 35473 Telephone Number: 205-750-0444 Fax Number: 205-750-0464 Contact Name and e-mail address: Phillip Stearman President February 4, 2022 00 41 43 - 7 BID FORM Addendum 1 Markham Hill Water Tank Rehabilitation — 1 MG Elevated Storage Tank Olsson Project 021-04416 Fayetteville, Arkansas INFORMATION REQUIRED OF BIDDER LIST OF SUBCONTRACTORS. The Bidder shall list below the name and the location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvement, or a subcontractor licensed by the state who, under subcontract to the prime contractor, specially fabricated and installs a portion of the work or improvement according to detailed drawings contained in the Plans and Specifications, in an amount in excess of one-half of one percent of the prime contractor's total Bid. The Bidder shall also list below the portion of the work which will be done by each subcontractor under this Contract. Failure to comply with this requirement will render the Bid nonresponsive and may cause its rejection. Subcontractor Percent License of Total Work to be Performed Number Contract Subcontractor's Name & Address 1. Electrical Work M9650 2% MC Electric 2. Underground Pipe 0027470422 Work 3. 4. 5. A 7. 183 W Main Street, Suite B Farmington, AR 72730 4% Sweetser Construction 590 West Poplar Tayetteville, AR 7 703 Note: Attach additional sheets if required. February 4, 2022 00 41 43 - 8 Addendum 1 BID FORM Markham Full Water Tank Rehabilitation — 1 MG Elevated Storage Tank Fayetteville, Arkansas NAMED EQUIPMENT/MATERIAL SUPPLIER LIST- Olsson Project 021-04416 The Bidder shall indicate below which Supplier the Bidder intends to use to furnish, under the Bid, each item of equipment or material listed on this form by writing in one of the named suppliers specified in the Technical Specifications for that equipment or material. (Proposed substitutes may be listed on the Proposed Substitute Equipment/Material Supplier List form but will only be considered after award of the Contract.) If no supplier is named in the Technical Specifications, the Bidder may list any supplier whose product meets all the requirements and technical criteria specified. The listing of more than one supplier for each equipment/material to be furnished with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid nonresponsive and may cause its rejection. SPEC EQUIPMENT / MATERIAL SECTION SUPPLIER Paint 099600 Tnemec Metal / Steel 055213 Misc Metals Mixing System 464123 Southeastern Tank February 4, 2022 00 41 43 - 9 BID FORM Addendum 1 Markham Hill Water Tank Rehabilitation — 1 MG Elevated Storage Tank Olsson Project 021-04416 Fayetteville, Arkansas END OF SECTION 00 4143 This document is a MODIFIED version of EJCDC® C-410, Copyright © 2013 by the National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers, or is based in part on excerpts from copyrighted EJCDC documents. Those portions of the text that originated in copyrighted EJCDC documents remain subject to the copyright. February 4, 2022 00 41 43 - 10 BID FORM Addendum 1 STATE OF ALABAMA) TUSCALOOSA COUNTY) RESOLUTION BE IT RESOLVED that Phflhp Stearman President is hereby authorized, empowered and directed to execute for and on behalf of Tank Pro, Inc., a corporation, all bid and contract documents necessary to legally bind Tank Pro, Inc. into an agreement with the projects Owner. TANK PRO, INC. By: Phillip Stearman Its: President TANK PRO, INC. By: Its: I, Phillip Stearman, as President of Tank Pro, Inc. do hereby certify that the above Resolution was duly proposed, adopted and resolved, during a special meeting of Tank Pro, Inc., a corporation, on this the 16th day of Aug_st, 2007. L SECRETARY Tank Pro, Inc., 5500 Watermelon Road, Northport, AL 35473 State of Incorporation: Alabama ID #249 License No. 0395130622 I 1 State of Arkansas Commercial Contractors Licensing Board TANK PRO, INC 5500 WATERMELON RD NORTHPORT, AL 35473 This is to Certify That TANK PRO, INC is duly licensed under the provisions of Ark. Code Ann. § 17-25-101 et. seq. as amended and is entitled to practice Contracting in the State of Arkansas within the following classifications/specialties: SPECIALTY Above Ground Tanks Painting, Wallcovering Sandblasting, Hydroblasting, Dry lee Blasting Scaffolding Special Coatings or Applications, Caulking, Waterproofing Steel, Alloy, Ornamental, Metal Fabrication, Welding This contractor has an unlimited suggested bid limit. from July 9, 2021 until June 30, 2022 When this Certificate expires. r� Uldness our hands of the Board. dated at North Little Rock, Arkansas: 87: I 1 r n CHAIRMAN SECRETARY July 9, 2021 - dsa Bid 22-24, Addendum 1 CITY OF FAYETTEVILLE IV Date: Monday, February 7, 2022 A R K A N S A S To: All Prospective Vendors From: Jonathan Smith — 479.575.8220 —'Ionsmith@fayetteville-ar.gov RE: Bid 22-24, Construction — Markham Water Tank Rehabilitation 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 Bid Form. BIDDERS SHOULD ACKNOWLEDGE THIS ADDENDUM ON THE DESIGNATED L0G4TI0N ON THE BID FORM. 1. The following questions were submitted regarding Bid 22-24. All interested parties shall consider the City Responses below as an official modification to Bid 22-24: Question City Response 1. On Sheet C1, it says existing security fence to be No, this is not part of the scope of work. replaced by owner. Will this be in the scope of work? 2. Please confirm a logo is not part of the scope of A logo is not required as part of the scope of work. work. The contract documents restrict work between Monday -Friday. The owner may conditionally accommodate work on weekends. Some conditions 3. Will Saturday and Sunday work be approved if for weekend work may be exclude work that is loud requested? or disruptive to the adjacent event center. Weekend activities may also be limited in coordination with inspection and testing requirements. Yes, a city of Fayetteville business license and an 4. Will the City require a business license or a Arkansas contractor's license are required. No permit for this project? building permit is required. No spare electrical outlets are available for construction use. Contractor may have a licensed 5. Will there be access to power and water at the electrician add a circuit and outlet for construction site during the project? use at their own expense. A fire hydrant will be available onsite however contractor will be City of F a y e t t e v i l l e, AR Bid 2 2- 2 4, A d d e n d u M 1 Page 112 Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701 6. What year was the tank built? Is it known to contain lead? responsible for cost of temporary water meter and its usage. Additionally, City will provide first fill of tank. If additional fills of tank are required during construction, contractor will be responsible for cost of water. Plans of record list the date of issuance as 1959. Lead test was performed on the tank, and it was negative. Test results are included with addendum. 2. There was a non -mandatory Pre -Bid Conference was held virtually via Zoom on Tuesday, February 1, 2022. The listing on attendees via Zoom is attached for disclosure to all interested parties. 3. A new revised bid fillable Bid Form has been attached to this addendum since we changed the number of contract days. City of Fayetteville, AR Bid 22-24, Addendurn 1 P a g e 2 J 2 Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701 Bid 22-24, Addendum 2 CITY OF ;% FAYETTEVILLE r4V Date: Tuesday, February 8, 2022 A R K A N S A S To: All Prospective Vendors From: Jonathan Smith — 479.575.8220 — iansmith@favetteville-ar.ov RE: Bid 22-24, Construction — Markham Water Tank Rehabilitation 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 Bid Form. BIDDERS SHOULD ACKNOWLEDGE THISADD,ENDUM ON THE DESIGNATED LOCATION ON THE BID FORM. 1. The following questions were submitted regarding Bid 22-24. All interested parties shall consider the City Responses below as an official modification to Bid 22-24: Question City Response 1. Can the City provide a recent inspection report yes, a recent inspection report will be provided. or photos? 2. Is there lead? Can you provide a recent lead This question was answered as part of addendum #1. analysis? 3. Is there a budget estimate for this project? 'We do not have a budget for this project. 4. When do you want the work to start? The bid opening is scheduled for February 22nd. This will go to city council around April 5th. Based off this timeline, the Notice to Proceed will be issued sometime ,in late April. 5. Who will be doing the inspections? Will it be Olsson will be providing part time inspection. hold point or full time? City of Fayetteville, AR Bid 22 - 24, Addendum 2 Page 112 Telecommunications Device for the Deaf TDD (474) 521-1316 113 West Mountain - Fayetteville, AR 72701 Markham Hill Water Tank Rehabilitation — 1 MG Elevated Storage Tank Olsson Project 021-04416 Fayetteville, Arkansas SECTION 00 11 53 - BIDDER'S QUALIFICATION STATEMENT Contract Name: MIARKHAM HILL TANK REHABILITATION -1 MG ELEVATED STORAGE TANK City of Fayetteville Bid Number: 22 -2 Construction Date: -February 22, 2022 SUBMITTED TO: The City of Fayetteville. Arkansas 113 West Mountain Street Fayetteville. Arkansas 72701 SUBMITTED BY: Company Tank Pro, Inc. Name Phillip Stearman Address 5500 Watermelon Rd, Northport, AL_35473 Principal Office _ 5500 Watermelon Rd, Northport, AL 35473 Corporation, LLC, partnership, individual, joint venture. other Corporation _ Arkansas State General Contractor's License Number 0395130622 (Type or legibly print) For a Contractor to be considered as Qualified, the Contractor must satisfy all financial, insurance, and bonding requirements of the City of Fayetteville, and must have had at least five (5) years of experience under the current Contractor name in the installation of water and sewer facilities. The Contractor shall have executed work for municipalities operating water/sewer facilities or water/sewer contracted operations with a minimum of three (3) projects exceeding five hundred thousand ($500,000) dollars for similar work as described in the Contract Documents. Work for developers and commercial site work will not be considered as permissible work experience. Acceptable documentation of these projects must be submitted to the City of Fayetteville. In accordance with Arkansas Procurement Law, a Contractor may use the combined experience of its owners or senior executive staff to satisfy the requirements, or the combined experience of the key personnel that will be responsible for satisfying the experience requirement. EXPERIENCE STATEMENT (MANDATORY) 1. Bidder has been engaged as a General Contractor in construction for 30 years and has performed work of the nature and magnitude of this January 7, 2022 0011 53 —1 BIDDERS QUALIFICATIONS 100% Construction Documents Markham Hill Water Tank Rehabilitation — 1 MG Elevated Storage Tank Olsson Project 021-04416 Fayetteville, Arkansas Contract for 30 years. Bidder has been in business under its present name for 30 years. 2. Bidder now has the following bonded projects under contract: (On a separate sheet, list project name, owner, name of owner contact, engineer/architect, name of engineer/architect contact, amount of contract, surety, and estimated completion date.) See Attached Work in Progress 3. Bidder has completed the following (list minimum of 3) contracts consisting of work similar to that proposed by this Contract: (On a separate sheet, list project name, owner, name of owner contact, engineer/architect, name of engineer/architect contact, amount of contract, surety, and date of completion and percentage of the cost of the Work performed with Bidder's own forces.) See Attached Reference List 4. Has Bidder ever failed to complete any project? If so, state when, where, and why. No 5- Bidder normally performs the following work with his own forces: sandblasting, painting, repairs and maintenano of water storage tanks 6. Construction experience of key individuals in the organization is as follows (continued on attached sheets if needed): __See Attached Resumes 7. In the event the Contract is awarded to Bidder, the required surety Bonds will be furnished by the following surety company and name and address of agent: Surety: North American Specialty Insurance Company .Age : Tr e orth 4949 Wes#awn Pkwy, Ste 20D Iowa 50266, Aaron Brown (515) 393-5643 8. Bidder's Workmen's Compensation Experience Modifier Factor is: 1.60 January 7, 2022 0011 53 — 2 BIDDERS QUALIFICATIONS 100% Construction Documents Markham Hill Water Tank Rehabilitation — 1 MG Elevated Storage Tank Olsson Project 021-04416 Fayetteville, Arkansas FINANCIAL STATEMENT (IF REQUESTED) A. If requested by the City of Fayetteville during the evaluation of bids the bidder shall provide to the City of Fayetteville the following additional information: Bidder possesses adequate financial resources as indicated by the following: 1. Assets and Liabilities: Attach a financial statement, audited if available, including Bidder's latest balance sheet and income statements showing the following items: a. Current assets (cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory, and prepaid expenses). b. Net fixed assets. c. Other assets. d. Current liabilities (accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, and accrued payroll taxes), e. Other liabilities (capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings). f. Name of firm preparing financial statement and date thereof: If financial statement is not for identical organization named herein, explain relationship and financial responsibility of the organization furnished. 2. Current Judgments: The following judgements are outstanding against Bidder: Judgment Creditors Where Do k ted and Date Amount a. None b. Bidder hereby represents and warrants that all statements set forth herein are true and correct. Date: February 22 2022 Name of Organization: Tank Pro. Inc. Ln (Signature) Title (Type or legibly print) January 7, 2022 100% Construction Documents n, President r (OFFICIAL SEAL) 00 11 53 - 3 BIDDERS QUALIFICATIONS Markham Hill Water Tank Rehabilitation — 1 MG Elevated Storage Tank Olsson Project 021-04416 Fayetteville, Arkansas If Bidder is a partnership, the partnership name shall be signed, followed by the signature of at least one of the partners. If Bidder is a corporation or LLC, the corporate name shall be signed, followed by the signature of a duly -authorized officer and with the corporate seal affixed. Contractor shall attach evidence of authority of signature. If Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution authorizing Contractor's signature and authority to sign. END OF SECTION 00 11 53 January 7, 2022 0011 53 —4 BIDDERS QUALIFICATIONS 100% Construction Documents Bidder's Qualification Statement #2 — Work in Progress O 0 'o 0 0 0 0 0 0 0 0 E 00 Q C) o m o m 000 u v m L 0 � o^ m r L? N L} 00 tn en vi- m i/T r1l "n C � O u N N fV .--1 N N O O O O CD CD O Q N t' N rn O Ln 00 00 m N -I M a-i r-I rl N \ VI c-I r-I M N N 00 01 rl W W a 2 o 1-1rn\I Ln •\+ rn m 0) O u a° co o O N O 00) V m LLD v o LMn LMo L0°n �k M O V1 1-I N w N O N m M 0) 1, ci 01 00 1.0 C I- M 00 r- lD N I, a) O 4 LA '-I M LA r-I ri ON ko a M NNO M M tw bD c0 _0 _ a) C a) C L N u C fO a cu co U N Q in LL o p m x W Z c c ^ c c ra �17 O u a) Y o U aaii Y -C U m Y m v 2 w x a J a Q (D Q i Z x Q o a ~ 0 E Y C O J Q O O io ai O �O O *—' U O O U 0 a+ -hi m O t O 3 fO H 2 a Q u a a 0� co 06 co 06 p6 C 0� o C fO a� C o� C 06 L O a) E L O •L L O aC) C L O aJ L O a) L O ' VI _O L (J V) •L LA a) co S S N p_ •C C O v •� - C O Y 00 O C O •C N C O Q a)) p v cv Ln a) _ : _ _ ++ .� ate_+ 06 +:_+ 3 u) 3 .w 3 f- 3 Li 13 H 06 L. 4- O J W L O J W O In (� L O J W L O i Ln (D LO J W L O i J W L O i J W O X 'U' 2 a) X M lJ 2 N X Y Ql X a7 v (7 2 Y O w X )o N Y u1 N X co Y O N X u O Ln a) rl a) 00 W O I- a) L i C Ln a) N a) ate) L I a) x Q J Q W Q p N (U 0 0 Z L In m O C C C rW m O F L Q U co O U U U m LU a) T O a) C O p - O 0 O O m > O 0 T a +, u m Li u a } Bidder's Qualification Statement #3 — References Tank Pro, Inc. References: 1.Project Name: 2.0 MG Elevated Water Tank Rehabilitation Owner: City of Garland, TX Name of Owner Contact: Teresa Smith, Purchasing Manager (972-205-2421) Engineer: N/A Name of Engineer Contact: N/A Amount of Contract: $1,231,215 Surety: North American Specialty Insurance Company Date of Completion: September 2021 Percentage of Work Performed by Bidder's Own Forces: 96.5% 2.Project Name: Refurbishing Interior & Exterior Surfaces of the Gulf Shores Water Tank Owner: Utilities Board of the City of Gulf Shores, AL Name of Owner Contact: Albert Bonifay (251-968-6323) Engineer: N/A Name of Engineer Contact: N/A Amount of Contract: $641,832 Surety: North American Specialty Insurance Company Date of Completion: March 2021 Percentage of Work Performed by Bidder's Own Forces: 98.5% 3.Project Name: Martin Spur Water Tank Improvements Owner: City of Tuscaloosa, AL Name of Owner Contact: N/A Engineer: Krebs Engineering Name of Engineer Contact: Scott Lee (205-999-1031) Amount of Contract: $1,065,763 Surety: North American Specialty Insurance Company Date of Completion: July 2020 Percentage of Work Performed by Bidder's Own Forces: 98% Tank Pro, Inc. Reference List Project Title: 2.0 MG Elevated Water Tank Rehabilitation (interior and exterior renovation with lead abatement and containment of a 2MG ELE tank) Owner's Name: City of Garland, TX Owner Contact: Teresa Smith, Purchasing Manager Owner's Telephone Number: 972- 205-2421 Contract Amount: $1,231,215 Date Started: January 2021 Garland, TX ELE Tank OWL. Project Title: Three Mile Creek Severe Weather Attenuation Tank No. 1 Rehab (interior & exterior renovation of 8MG GST with containment) Owner's Name: Mobile Area Water & Sewer, AL Engineer: Kevin Waddell Engineer's Phone Number: 251-895-7241 Engineer's Email Address: kevin.waddell@jacobs.com Contract Amount: $2,330,081 Date Started: April 2021 Mobile Area Water, AL GST Tank Project Title: Refurbishing Interior & Exterior Surfaces of the Gulf Shores Water Tank (interior and exterior renovation of a 500K ELE tank) Owner's Name: Utilities Board of the City of Gulf Shores, AL Owner Contact: Albert Bonifay Owner's Telephone Number: 251-968-6323 Contract Amount: $641,832 Date Started: October 2020 Gulf Shores, AL ELE Tank Project Title: Charlie Shirley Tank Rehabilitation Project (renovation of a 3MG GSTtank) Owner's Name: City of Northport, AL Engineer: Angela Henline Engineer's Telephone Number: 205-330-0098 Contract Amount: $580,718 Date Started: October 2020 Project Title: Water Tank Upgrades (renovation of a 317K GST tank) Owner's Name: Town of Millport, AL Engineer: Jonathan Bonner Engineer's Telephone Number: 205-752-4037 Contract Amount: $188,512 Date Started: July 2020 Project Title: Weatherly 100,000 Gallon Pedisphere Water Tank Painting (interior and exterior renovation of a 100K ELE with containment) Owner's Name: City of Pelham, AL Engineer: Taylor Bria Engineer's Telephone Number: 205-822-0387 Contract Amount: $258,195 Date Started: March 2020 Project Title: Hydropillar Rehabilitation (interior and exterior renovation of a 750K ELE with containment) Owner's Name: City of Shenandoah Engineer: John Henry Engineer's Telephone Number: 979-268-1125 Contract Amount: $632,434 Date Started: March 2020 Shenandoah, TX ELE Tank Project Title: Martin Spur Water Tank Improvements (interior and exterior renovation of a 3MG ELE with containment) Owner's Name: City of Tuscaloosa, AL Engineer: Scott Lee Engineer's Telephone Number: 205-999-1031 Contract Amount: $1,065,763 Date Started: February 2020 Tuscaloosa, AL ELE Tank CITY OF TOSCALM Project Title: Avondale Water Tank Repair and Painting (interior and exterior renovation of a 100K ELE) Owner's Name: City of Pell City, AL Engineer: Taylor Bria Engineer's Telephone Number: 205-822-0387 Contract Amount: $110,731 Date Started: January 2020 Project Title: Coating of Margaret Road Tank (interior and exterior renovation of a 1.51VIG GST with containment) Owner's Name: Trussville Gas & Water Owner: Andrew Batchelor Owner's Telephone Number: 205-228-1129 Contract Amount: $623,295 Date Started: January 2019 Project Title: Elevated Tank 14 Rehab (interior renovation of a 1.5MG ELE) Owner's Name: City of Dothan, AL Engineer: James Brannon Engineer's Telephone Number: 334-793-4700 Contract Amount: $193,193 Date Started: October 2018 Project Title: Boykin Road Painting & Repair (interior and exterior renovation of a 1MG ELE with containment) Owner's Name: Mobile County Water, AL Engineer: Ed Chapman Engineer's Telephone Number: 251-442-5911 Contract Amount: $493,146 Date Started: September 2018 Project Title: Park Center Elevated Tank Rehab (interior and exterior renovation with containment of a 750K ELE) Owner's Name: City of Saginaw, TX Engineer: Andrew Simonsen Engineer's Telephone Number: 817-339-2248 Contract Amount: $1,034,902 Date Started: March 2018 Saginaw, TX Park Center ELE Tank Project Title: Hwy 80 — 500,000 Gallon Elevated Tank Reconditioning (interior and exterior renovation of a 500K ELE with containment and repairs) Owner's Name: Alabaster Water Board, AL Engineer: Jason Dearing Engineer's Telephone Number: 205-987-7411 Contract Amount: $390,420 Date Started: January 2017 Project Title: Coating of Hawkridge, Roper Hill & Tutwiler Water Tanks (renovations of 3 tanks — (1)500K ELE & (2)300K ELE with containment) Owner's Name: Trussville Gas & Water, AL Owner: Andrew Batchelor Owner's Telephone Number: 205-228-1129 Contract Amount: $960,502 Date Started: January 2016 Project Title: Trammell Street Tank & Hwy 21 Tank Painting (renovation of a 300K ELE with containment & 500K ELE) Owner's Name: West Escambia Utilities, AL Engineer: Ed Chapman Engineer's Telephone Number: 251-442-5911 Contract Amount: $325,385 Date Started: September 2018 Project Title: N Elliott Street Water Tower Painting and Repair (renovation of a 300K ELE with containment) Owner's Name: City of Pryor, OK Engineer: Charles Proctor, Engineer Engineer's Telephone Number: 918-664-5500 Contract Amount: $224,230 Date Started: June 2018 Project Title: Eastern Shore Tank Coating & Renovations (interior and exterior renovation of a 250K ELE with containment and repairs) Owner's Name: Utilities Board of the City of Daphne, AL Engineer: Melinda Immell, Engineer Engineer's Telephone Number: 251-342-1070 Contract Amount: $475,071 Date Started: February 2018 Project Title: Hwy 20 Water Storage Tank Exterior Coating (exterior renovation and repairs of a 10MG GST) Owner's Name: Decatur Utilities, AL Owner's Contact: Billy Strobel Owner's Telephone Number: 256-552-1494 Contract Amount: $155,033 Date Started: December 2017 Project Name: 2017 Hospital Elevated Water Storage Tank Rehabilitation (full interior and exterior renovation of 250K ELE with repairs with containment) Owner's Name: City of McComb, MS Engineer: Brian Granger Engineer's Telephone Number: 601-684-4564 Contract Amount: $252,245 Date Started: August 2017 Project Name: Water Tank Upgrades Project (full interior and exterior of 500K GST with repairs with containment) Owner's Name: Town of Reform, AL Engineer: Jonathan Bonner Engineer's Telephone Number: 205-752-4037 Contract Amount: $140,266 Date Started: August 2017 Project Name: Industrial Park Elevated Tank Painting (tank rehab of 300K ELE with containment) Owner's Name: City of Crossville, TN Engineer: Robert Stigall Engineer's Telephone Number: 615-460-7515 Contract Amount: $281,147 Date Started: May 2017 Project Name: Rehabilitation of Sioux Road Water Storage Tank (full interior and exterior renovation of 250K ELE with containment and lead abatement) Owner's Name: North Alamo Water Engineer: Allan Booe Engineer's Telephone Number: 956-381-0981 Contract Amount: $400,777 Date Started: May 2017 Project Title: Jacksonville Water Storage Tank Rehabilitation (full interior and exterior renovation of a 200K ELE with lead abatement, containment and repairs) Owner's Name: North Shelby Water Company, KY Engineer: Lee Mudd Engineer's Telephone Number: 502-839-1310 Contract Amount: $287,774 Date Started: October 2016 Project Title: Tank #1 Freeway Lane Painting and Repairs (interior and exterior of 250K ELE with repairs with containment) Owner's Name: Mobile County Water, Sewer & Fire Protection Authority, AL Engineer: Chapman Technical Service Engineer's Telephone Number: 251-442-5911 Contract Amount: $290,789 Date Started: November 2016 Mobile County Water Freeway Lane Tank Project Title: Volunteer Drive Water Storage Tank Rehabilitation (full interior and exterior renovation on a 500K ELE with lead abatement, containment and repairs) Owner's Name: Paris Board of Public Utilities, TN Engineer: Michael McClure Engineer's Telephone Number: 615-254-6002 Contract Amount: $419,946 Date Started: May 2016 Project Title: Elevated Water Storage Tank Rehabilitation (interior and exterior rehabilitation with major welding repairs on 100K elevated tanks with containment) Owner's Name: Kenedy County, TX Engineer: Hector Castaneda, Engineer Engineer's Telephone Number: 361-883-1984 Contract Amount: $252,395 Date Started: January 2016 Project Name: Standpipe Recoating Project Black Bob #1 (full interior and exterior renovation on a 1.5 MG Standpipe with containment) Owner's Name: City of Olathe, KS Contact Person: Sabrina Parker, Water & Sewer Manager Contact Telephone Number: 913-971-9116 Contract Amount: $545,035 Date Started: September 2015 Tnemec 2016 Finalist — Black Bob #1 Tank ;rYx Efathe, x s Project Name: Elevated Tank Extension (raise an elevated tank 36 feet) Owner's Name: Town of Sylvarena, MS Engineer: Hugh Heflin Engineer's Number: 601-824-7569 Contract Amount: $144,630 Date Started: March 2017 More references can be provided upon request. Bidder's Qualification Statement #6 — Resumes Phillip Stearman — President James Rollins — VP of operations Hector Monclova — Project Superintendent Phillip Charles Stearman 5500 Watermelon Road Northport, Alabama 35473 205/750-0444 hilli tankproinc.com Summary Proficient in planning and motivating employees, organized and efficient with 38 years' experience in business and industry. I believe that my attitude and my desire to provide excellent service both during a sale and after has been the key to my success. Employees and customers by nature want to feel appreciated and it is my mission to make sure this is achieved. Representative Accomplishments • Started Tank Pro, Inc. in 1991 with $5,000 and currently have sales in excess of $14,000,000 serving the southwest and eastern United States. ■ Consistent track record of completing projects on time. • Tank Pro, Inc. develops proactive solutions to identify potential problems or delays with projects thus preventing them before they occur. • Tank Pro, Inc. initially was an unknown company and today we are rated among the very best, one of three companies in the southeastern United States who are invited to develop perpetual care water tank maintenance programs for municipal and county water systems. Cost Management Work History Tank Pro, Inc., Tuscaloosa, AL 1991-Present $14. OM corporation specializing in municipal water tankpainting, preventive maintenance programs and repairs. Chief Executive Office responsible for complete operations of the company. Education and Licensure B.A. Management, Marshall University, Huntington, West Virginia —1986 Trained by National Association of Corrosion Engineers (MACE) in Houston, Texas. Successfully completed levels I, II, & III. Inventor Blue Fusion Tank Mixing System US PAT NO 9,856,630 B2 NAMES ROLLINS 11268 Davis Place ♦ Northport, AL 35475 ♦ (205) 765-2100 ♦ james@tankproinc.com Leadership Personnel Management Organizational Behavior Expert Microsoft User VP OF OPERATIONS SKILLS Crisis Management Talent Management High Mechanical Aptitude Goal -Oriented PROFESSIONAL EXPERIENCE TANK PRO, INC. — Northport, AL Water Tank Maintenance Contractor Sr. Project Manager, 2016 to Present Key Results: Problem Solving Strong Computer Skills Project Scheduling Policies and Procedures ♦ Make and record project schedules, budgets and costs using CPM (critical path method) with scheduling software Oracle Primavera for the last 2 years so Current projects are I am responsible all aspects of scheduling and management o North Baldwin Utilities 750K Stapleton Tank - Jason Padgett - North Baldwin Utilities 251.580.1626 o City of Canyon TX 500K East Water Tank - Oscar Ostos - Brandt Engineers 806.353.7233 o City of Stigler OK 200K NW 10t St. Water Tank - Brandon Wall - Wall Engineering 580.317.4104 • Oversee the production team of all active projects ♦ Oversee field painting crews ♦ Maintain all maintenance records on field tools and equipment • Hire workers including foremen • Update upper management of field progress • Problem Solve to ensure that quality and production meet the requirements of the AWWA codes ROPE INCORPORATED — Elkview, WV Outdoor Power Equipment and Industrial Supplies, Sales, Service, and Standby Power Systems Contractor Operations Manager /Vice President, 2005 to 2016 Key Results: ♦ Held General Engineering Contractor's Licenses for Company • Oversaw scheduling of power system contracting projects using electronic Scheduling software using mostly MS Project but use Oracle Primavera on Government and Oil Company requiring more detailed CPM (critical path method).5 Year Experience ins scheduling. • Grew sales from $250k in 2005 to $2.8 Million in 2015 EDUCATION MARSHALL UNIVERSITY — Huntington, WV Bachelor of Business Administration (BBA) in Management June 2012 • Worked full time at ROPE Incorporated while enrolled part-time Hector Monclova Field Superintendent/Foreman 5500 Watermelon Road Northport, AL 35473 205-750-0444 Summary Hector has worked as a painter, sandblaster, foreman and field superintendent for the last 18 years. He has worked as in water tank renovation for the past 3 years. He has performed above expectations in all positions that he has held while with Tank Pro, Inc. He understands how to complete projects on time and with the highest quality. 2013-present Tank Pro, INC Field Superintendent Abrasive Blast and paint Interior and Exterior Surfaces of Elevated and Ground Storage Tanks ranging in size from 50,000 — 2,000,000 1995-2013 Bridge Blasting and Painting Field Superintendent Abrasive Blast and paint Steel Bridge Components using Containment, In charge of Safety and Quality Assurance and Quality Control(QAQC) Sample of Past Projects while with Tank Pro. More can be provides 1.Project Name: Rice Avenue, Hillcrest, Fulton Street & West Street Tank Rehabilitation (interior & exterior with containment 750K ELE & (2) 250K ELE) Owner's Name: Water Works Sewer Board of the City of Dadeville Al 2. Project Name: Skinner Street Elevated Storage Tank Rehabilitate (interior & exterior with containment — 500K ELE ) Owner's Name: City of Freeport, TX 3. Project Name: Elevated Tank 14-Brannon Stand Road (interior 1.5MG ELE) Owner's Name: City of Dothan, AL 4. Project Name: 300,000 Gallon Water Storage Tank on Trammel Street & 300,000 Gallon Water Storage Tank on Hwy 21 Painting & Repair (interior & exterior with containment — (2) 300K ELE ) Owner's Name: West Escambia Utilities, AL 5. Project Name: Park Center Elevated Storage Tank Rehabilitation (interior & exterior with containment) Owner's Name: City of Saginaw, TX 6. Project Name: Elevated Water Storage Tank Rehabilitation (interior & exterior — 250K ELE & 500K ELE ) Owner's Name: Tunica County Utility District, MS 7. Project Name: Hwy 80 500,000 Gallon Elevated Storage Tank Reconditioning (interior & exterior with containment) Owner's Name: Alabaster Water Board, AL Markham Hill Water Tank Rehabilitation — 1 MG Elevated Storage Tank Olsson Project 021-04416 Fayetteville, Arkansas SECTION 00 43 13 - BID BOND KNOW ALL MEN BY THESE PRESENTS: that we Tank Pro. Inc. 5500 WaterWatermoloa Road Northport, AL 35473 — as Principal, hereinafter called the Principal, and North American Specialty Insurance Company 1200 Main Street Suite 800 Kan.Ss ,it MO 64105 a corporation duly organized under the laws of the State of NewHantRshire as Surety, hereinafter called Surety, are held and firmly bound unto City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 as Obligee, hereinafter called Owner, in the sum of Five Percent of the Amount Bid Dollars ($ 5% , for the payment of which sum, well and truly to be made, Principal and said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has submitted a Bid for: CONSTRUCTION — MARKHAM HILL WATER TANK REHABILITATION —1 MG ELEVATED STORAGETANK NOW, THEREFORE, if the Owner shall accept the Bid of Principal and the Principal shall enter into a Contract with the Owner 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 Principal to enter such Contract and give such Bond or Bonds, if the Principal shall pay to the Owner the difference not to exceed the penalty hereof between the amount specified in said Bid and such larger amount for which the Owner may in good faith contract with another party to perform the Work covered by said Bid, then this obligation shall be null and void, otherwise to remain in full force and effect. January 7, 2022 00 43 13 - 1 BID BOND 100% Construction Documents Markham Hill Water Tank Rehabilitation — 1 MG Elevated Storage Tank Fayetteville, Arkansas Signed and sealed this Ilth day of February 20 22 . PRINCIPAL Tank Pro, Inc. By 1---�— _ (Signature) ?1111'P 3)-eo-mo0. (Type or print) SURETY North American S ecia Insurance Com an :ia;t u �re} ']>� — Jason D. Smith, Attorney -In -Fact (Type or print) ATTORNEY -IN -FACT i3 (Signature) Lukas Schroder, Attorney- In- Fact (Type or print) This Bond shall be accompanied with Attorney-in-Fact's authority from Surety END OF SECTION 00 43 13 Olsson Project 021-04416 (CORPORATE SEAL) (CORPORATE SEAL) January 7, 2022 00 43 13 - 2 BID BOND 100% Construction Documents SWISS RE CORPORATE SOLUTIONS NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY WESTPORT INSURANCE CORPORATION GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under haws of the State of New Hampshire, and having its principal office in the City of Kansas City, Missouri and Washington International Insurance Company a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Kansas ity, Missouri and Wcstpa�t Insurance Corporation, or anizcd undrgr the laws or (lie State of Missouri, and having its principal office in the City of Kansas City, Missouri, each does hereby make constitue and appoint: ROBERT L. KOLLSMITH, SAMANTHA BODDICKER, TIMOTHY J. FOLEY, JASON D. SMITH, JAMES M. SMITH, DAVID M. OWEN, BRAD BENGTSON, LUKAS SCHRODER, AARON COLLINS, KURT FELLER and DORA B. STEVENS JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: TWO HUNDRED MILLION ($200,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors ofNorth American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on March 24, 2000 and Westport Insurance Corporation by written consent of its Executive Committee dated July 18, 2011. "RESOLVED, that any two of the President, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." s,u .nn Ay„gnalgXrrup� p �GIAI TYµ*yr �aONA� �R 2{r SG a eNC� pR}r Pa 4BY9`, Rill 4 [�CC�ll F.. a •.• Steven P. Andenon, Senior Vi re lies idea l or►va ehingma Intern a I Non I loin i Company �+,, + • • t7 Cl"lL i $ SEAL 'yry & Senior Vice President of North American Specialty insurance Company CI S EAL &RAW & Senior Vice President of Westport Insurance Corporation1973Erik Janssen, S.W., Vice President orwashingtou Ittternsaonai insurance Company & Senior Vice President ofNerth Amerieon Specialty Insurance Company & Senior Vice President or Westport Insurance Corporation IN WITNESS WHEREOF, North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this this 30th day of NOVEMBER , 20 21 North American Specialty Insurance Company Washington International Insurance Company State of Illinois Westport Insurance Corporation County of Cook SS: On this 30th day of_NOVCMBER, 2021 before me, a Notary Public personally appeared . Steven P. Anderson , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation and Erik Janssens Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. YASMIN A. PATEL OFFICIAL SEAL Nolsry Putllo. Stela of Illinois My Cammlasion ExPlles hilt' 28, 7023 Yasmin A. Patel, Notary I, Jeffrey Goldberg, the duly elected Senior Vice President and Assistant Secretary of North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this I I th day of February 20 22 Jelfroy Goldimtc. Senior Vice President & Assistant Secretary of Washington InumaCimal Insutsnea Tamp�ny & North AMNICarr Specialty lnsutance Company & Vice President & Assistant Secretary prlwpitporl ltssnranea �=-ration Tank Pro, Inc Change Order No. 1 City of Fayetteville Staff Review Form 2023-0098 Item N ARCHIVED N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Tim Nyander 1/18/2023 WATER SEWER (720) Submitted By Submitted Date Division / Department Action Recommendation: Staff recommends approval of Change Order No. 1 to the contract with Tank Pro, Inc. which will contract amount by $3,960.88. Budget Impact: 5400.720.5600-5808.00 Account Number 14010.1 Project Number Water and Sewer Fund Water Tank Improvements Budgeted Item? Yes Total Amended Budget Expenses( Actual+Encum) Available Budget Does item have a direct cost? Yes Item Cost Is a Budget Adjustment attached? No Budget Adjustment Remaining Budget Project Title $ 2,511,694.00 $ 2,511,694.00 $ 3,960.88 $ 2,507,733.12 VW221130 Purchase Order Number: 2022-302 Previous Ordinance or Resolution# 63-22 Change Order Number: 1 Approval Date: 01/23/2023 Original Contract Number: 2022-19 Comments: CITY OF FAYETTEVILLE STAFF MEMO ARKANSRKANSAS TO: Mayor Lioneld Jordan THRU: Susan Norton, Chief of Staff Tim Nyander, Utilities Director FROM: Corey Granderson, Utilities Engineer DATE: January 17, 2023 SUBJECT: Approval of Change Order No. 1 for the Markham Water Storage Tank Rehabilitation Project Staff recommends approval of Change Order 1 to the contract with Tank Pro, Inc. which will increase the contract amount by $3,960.88. BACKGROUND: In March 2022, the City Council approved a contract with Tank Pro, Inc. for the removal and recoating of paint on the Markham 1-Million Gallon elevated water storage tank along with various safety and climbing upgrades (Res. 63-22). DISCUSSION: Off -road diesel fuel prices have increased by over 150% between bid day and construction. For this reason, the contractor has requested a change order to add funds to cover this additional fuel cost. Similar change orders have been approved on other utility projects recently and City Staff supports this adjustment. Adequate documentation has been provided from the contractor to support this request. BUDGET/STAFF IMPACT: Funds for this change order are available within the approved project contingency of $157,613.20. Attachments: Change Order 1 Contractor Supporting Documents Mailing Address: 113 W. Mountain Street www.fayettevllle-ar.gov Fayetteville, AR 72701 m C:TV Of FAYETTEVILLE ARKANS Af KANSAf Change Order No. To Connachuc Tank Pro, Inc. The Contract is ebaneed as follows: CHANGE ORDER Contract Title: Bid 22-24, Construction, Markham Water Storage Tank Rehabilitation Date of Issuance: January, 9, 2023 ORDINANCEAESOLOTION: 63-22 Effective: March 15, 2022 Bid Bid Prevbus Unit Contract Revised Revised Original Revised Item Item FaOmeted of Unit Estimated Unit Estimated Estimated No. Description Quantity Mnsure Price Quantity Prim Cost Cost COI.] Diesel Fuel Cost Increases 0 LS $ - I S 3,960.98 $0.00 $3.960.88 SummationofCost SO.00 $3,960.88 Net Cost for this i ne onginai contract race was S 788,066.00 Net change by previously authorized change orders $ The Contract Price prior to this Change Order was $ 798.066.00 The Contract Price will increase by S3,960AS The new Contract Price including this Change Order will he S 792.026.88 e Contract Times) will increase by ______ 0 calendar days Required dates of Completion as ofthe date of this Change Order therefore are: _ Substantial Completion _______________-_._____------- __—_-.-.--_._-___ 12242022 Final Completion _______________-__-________--__________..______._____.__ 1/232023 NOTE: this summery does not reflect changes in the Comract I'rice or Times) which have been eutbodced by Work Change Directives rot incorporated in the or p eviaus Change Orden. •Ina CITY FA EVI LE �- 9-LOaj /23/2023 BY DATE DATE Pape t of 1 TANK PRO INC. `+7B011 January 6, 2023 VIA: Email — Chris Dougherty<cdougherty@olsson,com> RE: Fayetteville, AR— Markham 1M6 Elevated Tank Fuel Surcharge Dear Chris: As we all are aware, fuel prices have gone through the roof due to several key issues for which we have no control. When we bid this project in February, 2022, the average cost for a gallon of off -road diesel fuel was $2.77 (see attached copies of invoices). In October and November of 2022, the average cost per gallon of diesel fuel was $4.90 per gallon. The attached Spreadsheets and Invoices will show you how I came up with these numbers. On the 2022 Fayetteville, AR Fuel Surcharge Spreadsheet, you will see that we have purchased 2,829.2 gallons of off -road diesel fuel. On the 2021 Fuel Cost Spreadsheet (copy attached), you will see that the average cost of fuel was $2.77 per gallon. To cover unexpected events that would make fuel costs go up, I was using a cost of $3.50 for fuel. This approach has always put me in a position where I don4low money on fuel purchases. To date, based on the $4.90 average cost per gallon of fuel, it has cost me $3,960.88 more to Complete the blasting than what I bid. (Average cost of fuel $4.90 (October - November 2022), less $3.50 per gallon we bid on this job equals a shortfall of $1.40 a gallon times 2829.2 gallons or $3,960.88). Based on this shortfall, we find it necessary to invoice for this fuel surcharge. I am sure you understand why we are doing this because more than likely, your firm is experiencing the same problems with your fuel Cost expenses. Please see the attached Invoice from Tank Pro in the amount of $3,960.88, along with the Spreadsheets and Invoices to support this fuel surcharge. Please forward this information and invoice to the City of Fayetteville for payment. Sincerely. Phillip Stearman President - Pcs/bcs Attachments - 3 �I 9MODOR MN NOOWiodOC" Nw&pM Al.b.d 454n �B 7ho6s..NMr 35b9 &.4b Wsl ]SOMM•Pm )]50416{ Fiai4 mYpaBo�lgnhams INVOICE Invoice Number: FAY2022-26 January 6, 2023 Mr. Chris Dougherty RE: Fuel Surcharge— Fayetteville, AR Markham Hill Water Tank Project Due to the increase of fuel costs, it is necessary to add a Fuel Surcharge to our billing at the current time. Current Application Period: 10/14/2022-11/30/2022 Current Average Cost Per Gallon: $4.90 Previous Costs Per Gallon: $3.50 Shortfall Per Gallon: $1.40 Times Number of Gallons Used: 2829.2 Total Dollars Shortfall: $3960.88 Current Fuel Surcharge Due: $3960.88 PLEASE REMIT TO: TANK PRO, INC. 5500 Watermelon Rd. Northport, AL35473 2022 FAYETTEVILLE, AR FUEL SURCHARGE 1 MG MARKHAM HILL WATER TANK DATE COMPANY NAME FLEET FUELS GALLONS PURCHASED 450___ PRICE PER GALLON $4.99 $5.127 $501 $4.59 $4.56 $4.79 $4.75 $4.70 FUEL COST (TOTAL GAL PRICE PER GAL $2,245.05 $IA34.56 $2,006.89 $761.94 $455,90 $2,721.50 $1,682.60 $2A73.32 FUEL TAX RECAP $96.24 $9.98 $9.99 $0.00 SALES TAX $0.00 $1.6.9 $10.28 $9.95 $9.95 AMOUNT $2,331.29 $1,444.51 $2,418.88 $763.43 $455.90 $2,731.78 $1,0 55 $2,023.27 R GALLON kDEJEPRED SINVOICE AMT10/14/2022 _10/27/2022 $4.71 10/26/2022 11/2/2022 il/3/2022 L1/11/1022 11/22/2022 11/30/2D22 FLEET FUELS FIFEF FUEIi FLEETFUELS FLEET FUELS100 FIEEf FUELS FLEET FUELS FLEET FUELS 279.8 481.2 166 568.4 354.3 429.5 Irefolos eFAY 2002 26 TOTALS 2829.2 $9p66.39 $13,861.61 $4.90 N:\tankpmdata\ROSIN'S FOLDER\02 Job Folders\Fayetteville, AR\2022 Bid 1MG ELE Markham Hill Tank\2022 FUEL SURCHARGES\2022 Fuel Surcharge Fayetteville, AR.r4sr Srymgd�k p�ol�'e FLEET FUELS Springdale Branch Remittance Address 930 W Henri Be Tend Blvd Springdale, AR 72762 479-717-2905 ••Pkee rvah Our Updated Mea;acnve lddrex " Sold to: SPRINGDALE CREDIT CARD CUSTOMER 830 W Herrin De Tonti Tontitown, AR 72770 SPRINGDAL #2 ULSD DYED EAR SPRINGDAL CONVENIENCE FEE EAR Quantity Piis 450.000 4.98900 LOGO 78.58000 INVOICE Invoice Dam : 10/14/22 Invoice No.: ARF1109924 P.O. No.: TRUCKPRO Due Date: 10/14/22 Ship to: Customer Picked up at Location 836 W Herm De Tonne Blvd Springdale, AR 72762 Tolal Sales Tax Arno, 2,245.05 0.00 $2,245.05 78.58 7.66 $8624 KA AS SALES TAX E�ON CERTGTCAT4Fstm Use oetyJ Thew LESS CREDITS/DISC 0.00 ipn bncby ce,tidw the l the peesa pmasmk(ease, thee, weasel covets by de. kmee wwhichdse Kevees Sdes Tex b ea sec are pm Ib—1 re, use m fzenmg mw Saw LESS PREPAYMENT 0.00 ofK andckima dmm mbe aempe (mm tls Kmw Rcttile,a aalev Tex INVOICE TOTAL $2,331.29 DIS00ont of$0.00 maybe taken if Paid by: 10/14/2022 2 primer awvmmf ti^em - 1 THANK -YOU FOR YOUR BUSINESS, WE APPRECIATE IT f f f ❑ r FLEET FUELS � ocr Tulsa Branch I N V O I C E Remittance Addrep PO Box 691140 Invoice Date: 10/1722 Tulsa OK 74169 Invoico No.: ARBI109977 TULSA OFFICE SM-364-6457 P.O. No.: Due Date: 102722 Sold to: Ship to: TANK PRO, INC TANK PRO, INC 5500 WATERMELON RD 141 N SANG AVE Northport, AL 35473 Fayetteville, AR 72701 Pao-,. cc, j3ls isit"I on Pit SPRINGDAL #2 ULSD DYED EAR SPRINGDAL SAFETY & COMPLIANCE FEE EAR Guam Price Total Sales Amount 279800 5.12708 1,434.56 0.00 $1.434.56 1.000 9.950W 9.95 0.00 $9.95 '.caountin9� Espana; for � TPI, JOB - 4-2 Data Posted to Sub Be as = ��ih Equip cr Confairunenl Trailer a Data Posted to E4uiP Renter SS Data Poland to TPI surlitnv� Cq:e Posted to Containment Inv Data PCs Coped_ Jana Time per Date Stamp v FF����''--'-N✓- Poa Highlighted Posted to Cant Ti Inv SS Posted to Equip Tn Inv SS Posted to Equip Trental SS POsted to Equip Rental SS _ -1 Posted to Sub SS SLR tT Overbudget Yes_.__ N, _ If yes Email PCS K SASSALES TA%L•%EMPTION CERTATCATE-(Fum Use (hnly) The wWweipid Meby cvlifae tlat iM1c pevolewn gohnro(oiher then p,olia)cwcrtd by llYe LESS CREDITSIDISC w wbich me K,.. Sales Tex not t charged —pu sha ec fur use in arminis a g e Sure ofx=anddeureten,m le eeemm ti.n the see. aaeit.. Setae Tw,, LESS PREPAYMENT Inv. Terms: Nall) INVOICE TOTAL Discount ofa0.00 maybe takenif Psid by. 10272022 THANK --YOU FOR YOUR BUSINESS, WE APPRECIATE IT!11 61 ( Ir 2,`I.22. 0.00 0.00 $1,444.51 fl 7 FUELS Springdale Branch Remittance Address 830 F. Henri De Toni Blvd Springdale, AR 72762 479-717-2905 —ekaue Nine Our Cpdnred neminnrce Wdn,a" Sold to TANK PRO, MC 5500 WATERMELON RD Northport, AL 35473 INVOICE Invoice Data! 10,76122 Invoice No.: ARBII 10587 P.O. No.: Due Dale: 11/5/22 Ship to: TANK PRO, INC 141 N SANG AVE Payettevilte, AR 72701 Edst 12M SPRINGDAL #2 ULSD DYED 481.200 5.00608 2,408.93 0.00 $2,408.93 EAR SPRINGDAL SAFETY 8 COMPLIANCE FEE 1.000 9.96000 9.95 0.00 $9.95 EAR Jana Timp Date Stamp Poll Highlighted Posted to Cont Td Inv SS — Posted to Equip Tri Inv SS_ Posted to Equip Trerital SS_ Posted to Equip Rental SS — Posted to Sub SS_. Ov b d at Yee No Acco6rtina 4 Expense to, TPI, jpe Oale Puslad Cgblp or OantiLnmaPl Pape, . — 0at6>ox16d to To; �iAnld: 55� batFi,e roeleo to -4de 1nx Cats gislad In G:ntalnnnm :n. _ Cale orF..^,on.n..,__.._. er u 9 — — It yes Email PCS S a3 a KANW SALEB TAX EXE "1014 CERTIFICATEIFXnn uxe-') TM xndayrcI h—hy—X- d'" ne nanaleum podu,b (oNn than ,aadn.)eae'ortE by We whidl the X.— wet Tax u nn darned an pnn:M1ned hr. in fiend na u the Sane or K.a and Wlnu Nem to be uempl nam IM l ve. anelbee Salrn Tm. Inv. Terms: Net 10 Discount of$0.00 maybe taken if Paid by: I1/5/2022 175 6- I LESS CREDITS/DISC 0.00 LESS PREPAYMENT 0.00 INVOICE TOTAL $2,418.98 l'n nnyrco.'rertuv n: vn t' a n_lexa,, c ,Ingle 'nvoicenpmber with my nen Thy av, TIL4NK--YOU FOR YOUR BUSINESS, WE APPRECIATE IT!!! FLEET FUELS Springdale Branch Remittance Address 830 E Henri Be Toni Blvd Springdale, AR 72762 479-717-2905 "gems \one Our OPtlaled ftem11M10¢ Add — Sold us TANK PRO, INC 5500 WATERMELON RD Northport, AL 35473 gut; VIM? INVOICE hrea ce, Date: I I/= Invoice No.: ARP1111096 P.O. No.: Due Date: 11/12M Ship to: Customer Picked up at Locating 830 W Henri De Tlmte Blvd Springdale, AR 72762 Localton Product QuanBty R110 Total Salies Ta AmO.unS SPRINGDAL #2 ULSD DYED IMMIX) 4,59900 763.43 0.00 $763 43 EAR SPRINGDAL DEF-BULK -CUSTOMER 55.000 2,54000 139.70 13.62 $153.32 EAR PROVIDED DRUM n .+le. •Mt Aa yd p --_upecsator ITPI, JOB T Fiore Date Posted to Sub SS 11•a•.ir- Equip or Containmard Trailer d Cato Posted to Equip 9antal SS Cate Posted to TPI scalp Inv Cate Posted to Contmnment Inv Data PCs Cnnlea _ 1(ANSAS SALES TAX FX MMON CERTI11CATE-(b.—U. Orly) The wdibnpcd hereby renific, lhm LESS CREDITSAXSC the peoolaim eechas(Other tlas nualme) ereved by u,s 0. 0 n.hlen the KamM So. Tu it nut vhrlprl a2 pumhrWar. .. nine., In the here rfK serer uW el.- dcm W be eanrpt adm the Kam asenoritara Eab Tar. LESS PREPAYMENT 0.00 Inv. Yearns: Net 10 INVOICE TOTAL $916.75 Discount of$0.00 may betaken lfpaidby: 11/12/2022 J To casein miner never t - i lovoice number 7h L. Thankvdni THANK -YOU FOR YOUR BUSINESS, WE APPRECIATE IT!!! FLEET FUELS Springdale Branch Remittance Address 830 E Heart De Tani Blvd Springdale, AR 72762 479-717-2%5 ••Mleme note our l:pna4d ac,ma.nce 11dreu Sold to: TANK PRO, INC 5500 WATERMELON RD Northport, AL 35473 Umat19D Produtr Quantity SPRINGDAL #2 ULSD DYED 100.000 EAR i ccun::n9%_ �}SM ❑y.anae tot ,TPI,J09 Aj Data Posted to sub SS It"I-AL Equip or Conlalnmant Trailer # Data Poatad to Equip ReMal SS Data Pooled to TPI Equip Ice Data Pealed to Containment Inv Dato PCs Copied __ _,__ Novoc ;; INVOICE Invoice Data: ll/322 Invoice No.: ARF11I1183 AO. No.: g4B3-qr5 Due Date: 11/13/2222— Ship to: Customer Picked up at Location 830 W Henri De TDDte Blvd Springdale, AR 72762 Pas idd notes T=Bm4lIW 4.55900 455.90 0.00 $456.90 Y SM89 11S TN EXEhP NCERTIFI( U-(Fmm Use Only) The,mtlnnimd hmeby emaaw tee ft pewleump„a,ee(eMm tbw ge,uhm)wrm lby ais LESS CREDITS/DISC D.DD m which Me ammn Sdm T. is net ebnpe ee paeeW yr me in e,a,hl in lb %tn eFKemes eM datow Ihn,b be esm,' fiam the aenm Retention LESS PREPAYMENT 0.00 Sntw Tea. INVOICE TOTAL $455.90 Iov. Temss: Net 10 Diacountof$O.00maYbetakanif Paidby: lln32022 To 1 d 'nvI oim timber with raiment. Thank mnJ THANK --YOU FOR YOUR BUSINESS, WEAPPREC/ATE IT!!! FLEET FUELS -1 1 SPringdale Branch Remittance Address I N V O I C E 830 W Henri De Toni Blue! NOV 16 ZOZZ SPring( lq AR 72762 Invoice Dots: 11,1122 479-717-2905 Invoice No.: ARB1111616 - Mus, Not, our eadwretl Rr.11I. a AJdreu •' P.O. No.: Due Dam: 112122 Sold m: Ship to. TANK PRO, INC TANK PRO, INC 5500 WATERMELON RD 141 N SANG AVE Northport, AL 35473 Fayetteville, AR 72701 ice: b453-ZBTS Location Prod, Quantit eda Total Sales To Amount SPRINGDAL #2 ULSO DYED 569.400 4.78858 2.721.83 0.00 $2.721.83 EAR SPRINGDAL SAFETY B COMPLIANCE FEE Inoo 9.96000 9.95- 0,00 $9.95 EAR erase for .J E.yenae for TPI, JOB 1 >u Ein• Date ��.,, w pale Posted to Sub SS OWL-,. Poo HigNightetl----h )(T Equip of Containment Trailer A 1 N17 Data Posted [o Elena Rental SS Posted to Carl Tri Iry SS--- Cats Posted to TPI EamG Inv --- Posted to Equip Td IM SS —.I. _ Ceth Posted to Contaminant Inv___ Ccia PCs Ceoie.. Fosletl to Equip Trental SS, Puled to EgUIP Re Jll Forted to Sub SS_:._.I 6' ai1 . V` Owl Yes,_" it yes Email PC3— I ' s II-IG-zz K SAS SALES TAx IMItIFTON CERTIFICATE{Farm U.olly) LESS CRI:DITS/DISC D.Qg Tk trdmipned x® hureby di6ekt no prurient p,odmu (the, shun geolin) control by Nu - h,Ih meson., Sd®T..le Noekrael— purnlauJ Ar tar in erm(ng lurk rant rf Ksns.s.nd d.aheIntrns m hn a oo n min doRenw seleilas U. Tu. LESS PREPAYMENT 0.00 Inv_Te+mrNei 10 INVOICE TOTAL 52,731.78 : Discount of S0.60 maY tic a R iflaid by. 11212012 To ensure wooer pgymenl " ..include imia A hnonnedru�.w Thank THAN%YOU FOR YOUR BUSINESS, WE APPRECIATE IT!!! FLEET FUELS jo }aa -aa SPrinedde Branch Remittance Adore. NOY 2 9 702? I N V O I C E 830 W Read De Toned Blvd Springdale, AR 72762 InvoiceDate: 11272E 479-717-2905 Invoim No.: ARBD 12301 ^Pkauente naa bewea a.�iwe�a Add.e., P.O. No. — ... Due Date: 1222E Sold to Sh, to: TANK PRO, INC TANK PRO, INC 5500 WATERMELON RD 141 N SANG AVE Northport, AL 35473 Fayetteville, AR 72701 L4entlen Prod uet Price Total Sales Taz Amgunt SPRINGDAL ill ULSO DYED 354.300 4.74908 1,682,60 0.00 $1,682.60 EAR SPRINGDAL SAFETY & COMPLIANCE FEE 1.000 9.95000 9.95 O.DO $9.95 EAR SQb : _;.arae'ar&TPI,JOB .vn i(Wry ` cafe Poated F0 Sub SS tI-'bsr. Equip or Containment Traib r a��[��—�� Data POa1od to Equip Rental Data Podod to TPI Equip Inv Posted to CoMdamam Inv :• PCS COPh d Jana Timp ec Date Stamp jr q Poli Highlighted___ _ ;T Posted to Cont TD Inv S'a �. Posted to Equip Ili b•• Posted to Equip Posted to Equip Rena; Posted to Sub SS�L♦ Overbudget Yes___ ;!yes Email PM.._ .. _ !�S !lam-�z "NSAS SALES TAX EXGMpnON CPATIFICAnE —Uu OWy) The uLESS CREDITS/DISC 0.00 invowe atlmiiti hereby eel ifiw owl lbe Pahalwmpleee,,(none the eewlive) wremA by thb w which then all. Ten i,vot,MWJ ne wRheeni ll, uee in ennin, in the stw: LESS PREPAYMENT 0.00 nfR wbad clams them to be enetept fiene an, sevew Rinibe Selw Tea. Inv. T.- Net 10 INVOICE TOTAL $1,692.55 Diacoontof S0.00 may be taken ifPaldby: 1222022 To I d invoice number will, n a,n Thank voiel THANK -YOU FOR YOUR BUSINESS, WE APPRECIATE IT!!! F FLEET FUELS Springdale Branch Reminance Address I N V O I C E 830 W Ilenri De Tonti Bivd Springdale, AR 72762 Imroice Date : I1f30f22 479-717-2905 Invoice No.: ARBI 112678 `*Ylvaw un@ puc 1 pUVICU aemillan¢ 1JOruu " P.O. No.: Due Ogle: 12/10/22 Sold m: Ship m: TANK PRO, INC TANK PRO, INC 5500 WATERMELON RD 141 N SANG AVE Northpll, AL 35473 Fayetteville, AR 72701 Poi$' d43'�-3975 Loca lion Product gmuft Eft Total Sales Tax Amount SPRINGDAL s2 ULSD DYED 429.300 4.68758 2.013.32 0.00 $2.013.32 EAR SPRINGDAL SAFETY 8 COMPLIANCE FEE 1.000 9.95000 9.95 000 $9.95 E AR ri Jana limp - ivi�k•,tq_ Dale Stamp u oaGmy c.panes for ,TPI, JOB %,� Ftr•S Po►Hghlighted V oats Posted to Sub SS 11-&4 • Posted to Com Td 11m SS =quipor ConlainmeM TralyrM �— postetl to Equip Trl lnv gg Cale Posted to Equip Rental SS Cote Ported to TPI Equip Inv Posted to EqulP Tmntm SS Cc;a Pot to ConlainmeM Im r.-tto Pcs Cooked ___.. — r BYes tnwa TS IL_4-ay XANSAS SALES TAX EXEMPTION CUTIFICAT24Fmm Use Only) The untlesignN ban eby certiaunit the thepetrolaup sses, (Nato Nan aemleel coved by Ai. LESS CREDITS/DISC O.00 make oo vmkh the Rnmm sues Ta 11 net ene,g.e.R Wenesed r n.e in oen,,, m use sans of Kamm etod us— them in 4 exempt onto the Xuve Rlesuen Sale. Tu LESS PREPAYMENT 0.00 INVOICE TOTAL $2,023.27 Inv. Terms: Not 10 Die nt0f$0.00maybe WsmifPaidby: 17JI00M T^"n"P '0 In, olfieIt vo,n,mbcr wills onvmenl. Thank vain THANK -YOU FOR YOUR BUS/NM WE APPRECIATE lT If! 113 West Mountain Street FayeneWlle, AR 72701 (479)57&8323 Resolution: 63-22 File Number: 2022-0191 BID #22-24 TANK PRO, INC.: A RESOLUTION TO AWARD BID #22-24 AND AUTHORIZE A CONTRACT WITH TANK PRO, INC. IN THE AMOUNT OF $788,066.00 FOR THE PAINTING AND REHABILITATION OF THE MARKHAM ELEVATED WATER STORAGE TANK, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $151,613.20 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEV ILLE, ARKANSAS: Section I: That the City Council of the City of Fayetteville. Arkansas hereby awards Bid #22-24 and authorizes Mayor Jordan to sign a contract with Tank Pro, Inc., a copy of which is attached to this Resolution, in the amount of $788,066.00 for the painting and rehabilitation of the Markham Elevated Water Storage Tank, and father approves a project contingency in the amount ofS157,61320. PASSED and APPROVED on 3/15/2022 App Attest: ioneld Jo n, M or Kara Paxton, City Clerk Treasurer FAYF7-rEV1LLE Tim Nyander Submitted By Tank Pro, Inc Change Order No. 2 City of Fayetteville Staff Review Form City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 4/12/2023 WATER SEWER (720) Submitted Date Division / Department Action Recommendation: Staff recommends approval of Change Order No. 2 to the contract with Tank Pro, Inc. which will increase the contract amount by $11,450.00 for the Markham Water Tank Rehabilitation project. Budget Impact: 5400.720.5600-5808.00 Account Number 14010.1 Project Number Water and Sewer Fund Water Tank Improvements Budgeted Item? Yes Total Amended Budget Expenses (Actual+Encum) Available Budget Does item have a direct cost? Yes Item Cost Is a Budget Adjustment attached? No Budget Adjustment Project Title $ 2,474,895.00 $ 255,453.94 $ 11,450.00 Remaining Budget V20221130 Purchase Order Number: 2022-302 Previous Ordinance or Resolution # Change Order Number: Original Contract Number: Comments: 2 2022-19 Approval Date: 04/14/2023 CITY OF _ FAYETTEVILLE 4i ARKANSAS TO: Mayor Lioneld Jordan THRU: Susan Norton, Chief of Staff Tim Nyander, Utilities Director FROM: Corey Granderson, Utilities Engineer DATE: April 12, 2023 STAFF MEMO SUBJECT: Approval of Change Order No. 2 for the Markham Water Storage Tank Rehabilitation Project RECOMMENDATION: Staff recommends approval of Change Order 2 to the contract with Tank Pro, Inc. which will increase the contract amount by $11,450.00. BACKGROUND: In March 2022, the City Council approved a contract with Tank Pro, Inc. for the removal and recoating of paint on the Markham 1-Million Gallon elevated water storage tank along with various safety and climbing upgrades (Res. 63-22). Change Order 1 was previously approved related to unforeseen fuel price increases during construction. DISCUSSION: Change Order 2 relates to items requested by the City that were not included in the original contract documents. First, site cleanup is ongoing and there is an area of gravel and old concrete pad that is desired to be removed and made mowable grass like the rest of the site. The other item is to run conduit and cable to the top of the tank for a water/sewer antenna used to communicate between other sites. Both items will help make the project complete and successful. The total cost for this change order is $11,450.00. BUDGET/STAFF IMPACT: Funds for this change order are available within the approved project contingency of $157, 613.20. Attachments: Change Order 2 Contractor Quotes Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 CHANGE ORDER CITY OF FAYETTEVILLE A R KA N SA: Contract Title: Bid 22-24, Construction, Markham Water Storage Tank Rehabilitation Change Order No. 2 Date of Issuance: April 11, 2023 To Contractor: Tank Pro, Inc. ORDINANCE/RESOLUTION: 63-22 Effective: March 15, 2022 The Contract is thane as follows: Bid Bid Previous Unit Contract Revised Revised Original Revised Item Item Estimated of Unit Estimated Unit Estimated Estimated No. Description Quantitv Measure Price Quantity Price Cost Cost CO2.1 Removal of Gravel and Stabilization 0 LS $ - 1 $ 7,000.00 $0.00 $7,000.00 CO2.1 Antenal Cables 0 LS $ - 1 $ 4,450.00 $0.00 $4,450.00 Summation of Cost $0.00 $11,450.00 Net Cost for this Change Order $11.450.00 Not valid until signed by the Owner The original Contract Price was _ _ S 788,066.00 Net change by previously authorized change orders $ 3,960.88 The Contract Price prior to this Change Order was _ _ $ 792,026.88 The Contract Price will increase by $11,450.00 The new Contract Price including this Change Order will be $ 803.476.88 The Contract Time(s) will increase by 74 calendar days Required dates of Completion as of the date of this Change Order therefore are: Y Substantial Completion 3/7/2023 --------------------------------------------------------------------------------------------------- Final Completion 4/6/2023 NOTE: This summary does not reflect changes in the Contract Price or Time(s) which have been authorized by Work Change Directives not incorporated in this or previous Change Orders. Tank ro, CITYOF FAYETT 'NIECE N 7! 23 0.1/1-1/20: DATE VBY DATE Page 1 of 1 ATTACHMENT 1 Site Restoration Email Barret Knutson From: Chris Dougherty Sent: Tuesday, March 21, 2023 7:52 AM To: James Rollins Cc: Barret Knutson; 021-04416 Subject: Fwd: Markham - Fall protection James - The city is ok with the $7k. Please proceed with it. Chris From: Granderson, Corey <cgranderson@fayetteville-ar.gov> Sent: Monday, March 20, 2023 7:30:19 AM To: Chris Dougherty <cdougherty@olsson.com> Cc: Barret Knutson <bknutson@olsson.com>; 021-04416 <021-04416@olsson.com>; Paul Bradley <pbradley@olsson.com> Subject: RE: Markham - Fall protection This Message Is From an External Sender This message came from outside your organization. Please take care when clicking links or opening attachments. When in doubt, use the Report Phish button or contact IT to have the message analyzed. Yes, I'm good with this, we can lump it with the reconciliation change order. I need that whole site mowable when job completed. Corey From: Chris Dougherty <cdougherty@olsson.com> Sent: Saturday, March 18, 2023 7:38 AM To: Granderson, Corey <cgranderson@fayetteville-ar.gov> Cc: Barret Knutson <bknutson@olsson.com>; 021-04416 <021-04416@olsson.com>; Paul Bradley <pbradley@olsson.com> Subject: Fwd: Markham - Fall protection CAUTION: This email originated from outside of the City of Fayetteville. Do not click links or open attachments unless you recognize the sender and know the content is safe. Corey - Cost to remove gravel and footer is quoted at $7k. Do you still want to proceed? I intend to do one last change order for tank pro to correct time and contract price. Chris From: James Rollins <iames@tankproinc.com> Sent: Friday, March 17, 2023 4:47:09 PM To: Chris Dougherty <cdougherty@olsson.com> Subject: RE: Markham - Fall protection This Message Is From an External Sender This message came from outside your organization. Please take care when clicking links or opening attachments. When in doubt, use the Report Phish button or contact IT to have the message analyzed. I talked to Our clean up guys he said where that Gravel is also a Poured concrete footer he price to remove the footer and gravel and re grade it so it can be mowed he said it would be $7000. James Rollins Vice President of Operations Phone: 205-861-0075 Mobile: 205-765-2100 Email: James a)tankproinc.com 5500 Watermelon Road Northport, AL 35473 www.tankproinc.com From: Chris Dougherty <cdougherty@olsson.com> Sent: Friday, March 17, 2023 11:43 AM To: James Rollins dames@tankproinc.com> Cc: 021-04416 <021-04416@olsson.com>; Barret Knutson <bknutson@olsson.com> Subject: RE: Markham - Fall protection James - I was waiting on you about additional days to add to the WCD. I have it fully drafted. Could you have your excavation sub provide price to remove the gravel? The city has said they would be willing to pay for this. At this point we may skip the WCD and just do a final Change Order. Have we gotten the signed substantial completion certificate back from you? Thanks, Chris From: James Rollins <iames@tankproinc.com> Sent: Friday, March 17, 2023 11:26 AM To: Chris Dougherty <cdougherty@olsson.com> Subject: RE: Markham - Fall protection This Message Is From an External Sender This message came from outside your organization. Please take care when clicking links or opening attachments. When in doubt, use the Report Phish button or contact IT to have the message analyzed. Chris did you get the work change directive or change order done. I have our guy scheduled to come back next week to finish the overflow and complete the punch list items. One item on the punch list is about the gravel from the cell equipment site. Had we known while the clean up equipment was there we could have removed this no problem but I have expense with getting equipment back out there to do this can this item be waived or added to the change order amount. James Rollins Vice President of Operations Phone: 205-861-0075 Mobile: 205-765-2100 Email: James(cDtankproinc.com 5500 Watermelon Road Northport, AL 35473 www.tankproinc.com From: Chris Dougherty <cdougherty@olsson.com> Sent: Friday, February 24, 2023 9:45 AM To: James Rollins <james@tankproinc.com>; Paul Bradley <pbradlev@olsson.com> Cc: Tristan Stearman <tristan@tankproinc.com> Subject: Re: Markham - Fall protection James - Please move forward with getting it added. We will issue a work change directive today or Monday. We will add this by change order later. Chris From: James Rollins <fames@tankproinc.com> Sent: Thursday, February 23, 2023 2:05:29 PM To: Chris Dougherty <cdougherty@olsson.com>; Paul Bradley <pbradlev@olsson.com> Cc: Tristan Stearman <tristan@tankproinc.com> Subject: RE: Markham - Fall protection Chris, When Bidding this job, no Scada work was include in the Bid. It was noted in the Pre -Bid meeting minutes included in Addendum 1 that Communications Equipment removal would be the responsibility of the owner. My Guys all say we did not take the Scada antenna off the tank but agreed to help reinstall it to get things done I have gotten a Quote from the Electrician to come and run the cables back to the Scada antenna and it is far beyond what we anticipated. Please see the attached Quote for the Electrician that we had do the Mixer system. Can we get this covered by a change order. James Rollins Vice President of Operations Phone: 205-861-0075 Mobile: 205-765-2100 Email: JameS(oitankproinc.com 5500 Watermelon Road Northport, AL 35473 www.tankproinc.com From: Chris Dougherty <cdougherty@olsson.com> Sent: Tuesday, February 21, 2023 12:51 PM To: James Rollins dames@tankproinc.com>; Tristan Stearman <tristan@tankproinc.com> Cc: cgranderson@fayetteville-ar.gov; Paul Bradley <pbradley@olsson.com>; 021-04416 <021-04416@olsson.com> Subject: Markham - Fall protection James - While your guys are here this week can you please get them to install the fall prevention devices? Also, I think you and Paul have been conversing about the radio. This must be operational before the City will fill the tank. Lastly, the pipe inside the vault is still tan and needs to be painted blue. Let me know if you need anything. Thanks, Chris Chris Dougherty, PE Senior Engineer / Water/Wastewater C 479.530.1654 302 E. Millsap Road Fayetteville, AR 72703 O 479.443.3404 Follow Us: Facebook / Twitter / Instagram / Linkedln / YouTube View Legal Disclaimer ATTACHMENT 2 MC Electric Quote ESTIMATE #3256 ESTIMATE DATE Feb 23, 2023 MC V R/W TOTAL $4,450.00 %--i MC Electric Tank Pro SERVICE ADDRESS Tank Pro 141 N Sang Ave 5500 Watermelon Rd. Fayetteville, AR 72701 Northport, AL 35473 CONTACT US 183 W Main St, Suite B. (205) 861-0071 Farmington, AR 72730 Q kevin@tankproinc.com (479) 267-1677 mcelectricnwa@gmail.com ESTIMATE IMF qty unit price amount Install Antenal Cables 00 $4,450.00 Install 3/4" rigid conduit between the pump controll panel and the exisisting scada panel for low voltage cables. Connect existing spare conduit to pump controll panel for antena low voltage feeders. Connect spare conduit to weatherproof j box at attena location for low volt power and cat V communication cables. CatV cable and low volt power wire provided by others. Install cat V cable with low volt shieled pair and cat V cable (provided by others). Terminate CatV cables with rj45 jack and connect low volt power. Total Services subtotal: $4,450.00 $45450.00 MC Electric I M-9650 http://mcelectricnwa.com/ 0 Me 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 63-22 File Number: 2022-0191 BID #22-24 TANK PRO, INC.: A RESOLUTION TO AWARD BID #22-24 AND AUTHORIZE A CONTRACT WITH TANK PRO, INC. IN THE AMOUNT OF $788,066.00 FOR THE PAINTING AND REHABILITATION OF THE MARKHAM ELEVATED WATER STORAGE TANK, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $157,613.20 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 #22-24 and authorizes Mayor Jordan to sign a contract with Tank Pro, Inc., a copy of which is attached to this Resolution, in the amount of $788,066.00 for the painting and rehabilitation of the Markham Elevated Water Storage Tank, and further approves a project contingency in the amount of $157,613.20. PASSED and APPROVED on 3/15/2022 Attest: i At LAg-& 4^ F r 0.41 'c•9sG': c �, •��,. Kara Paxton, City Clerk Treasurer FAYETTEVILLE lON ; Q y0% ht,i Page 1 Printed on 3116122