Loading...
Fire Hydrant Painting ProjectMasterpiece on the Mississippi TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Fire Hydrant Painting Program - CIP 740 -2201 DATE: March 1, 2011 Dubuque bftil Au- America City 1111 ! 2007 Water Department Manager Bob Green is recommending City Council approval of the Specifications, Form of Contract and the estimated cost of $108,000 for Phase 1 of the Fire Hydrant Painting Program. The City has approximately 2,800 Fire Hydrants in the Distribution System that have deteriorated in appearance over the past years due to weather conditions and from salt used on the streets in the winter months. This program provides funding for the power washing, priming, repainting and required signage to properly maintain the appearance of the City's existing Fire Hydrants. The scope of this program Phase 1 of IV consists of power washing, priming and repainting 25% (approximately 700) of the City's public Fire Hydrants. I concur with the recommendation and respectfully request Mayor and City Council approval. MCVM:jh Attachment cc: Barry Lindahl, City Attorney Cindy Steinhauser, Assistant City Manager Bob Green, Water Department Manager --\.......----- Mich el C. Van Milligen Masterpiece on the Mississippi TO: Michael C. Van Milligen, City Manager FROM: Bob Green, Water Department Manage SUBJECT: Fire Hydrant Painting Program — CIP 740 -2201 INTRODUCTION The attached Resolution is in reference to the Public Hearing on the Specifications, Form of Contract for Phase I of IV of the Fire Hydrant Painting Program. BACKGROUND The City has approximately 2,800 Fire Hydrants in the Distribution System that have deteriorated in appearance over the past years due to weather conditions and from salt used on the streets in the winter months. This program provides funding for the power washing, priming, repainting and required signage to properly maintain the appearance of the City's existing Fire Hydrants. DISCUSSION The scope of this program Phase 1 of IV consists of power washing, priming and repainting 25% (approximately 700) of the City's public Fire Hydrants. BUDGET IMPACT The estimate of probable cost for Phase 1 of the Fire Hydrant Painting Program is as follows: Estimated Repainting Cost Engineering Design & Inspection Fees Total Estimated Project Cost $ 90,000.00 18,000.00 $ 108,000.00 Dubuque Aliimula City 2007 February 24, 2011 NOTE: This project will be funded through the City Water Departments FY2011 Capital Improvement Budget CIP Fund Code 740 -2201. RECOMMENDATION I am recommending that the City Council adopt the Resolution approving the Specifications, Form of Contract and the Estimated Cost for Phase I of the Fire Hydrant Painting Program. ACTION TO BE TAKEN The City Council is requested to approve the attached Resolution adopting the Specifications, Form of Contract and the Estimated Cost for Phase I of the Fire Hydrant Painting Program. BG:bs Attachments cc: Jenny Larson, Budget Director Jeanne Schneider, City Clerk Mike Brekke, Water Distribution Supervisor File RESOLUTION NO. 88 -11 CITY OF DUBUQUE, IOWA WATER DEPARTMENT FIRE HYDRANT PAINTING PROJECT APPROVAL OF SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATED COST FOR PHASE I OF THE FIRE HYDRANT PAINTING PROJECT. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: That the proposed specifications, and form of contract filed with the City Clerk and estimated cost for Phase I of the Fire Hydrant Painting Project, in the estimated amount of $90,000, are hereby approved. Attest: Passed, adopted and approved this 7th day of March, 2011. eanne F. Schneider, CMC, City Clerk Roy of Buol, Mayor CITY OF DUBUQUE, IOWA FIRE HYDRANT REPAINTING PROJECT 2011 IMPROVEMENT CONTRACT THIS IMPROVEMENT CONTRACT (the Contract), made in triplicate, dated for reference purposes the 5th day of April , 2011, between the City of Dubuque, Iowa, by its City Manager, through authority conferred upon the City Manager by its City Council (City) and Ted Stackis Construction (Contractor). For and in consideration of the mutual covenants herein contained, the parties hereto agree as follows: CONTRACTOR AGREES: 1. To furnish all material and equipment and to perform all labor necessary for the Fire Hydrant Repainting Project 2011. The Project shall be completed in full compliance with project specifications on file in the City of Dubuque Water Department Water Distribution Division office for this Project; in strict accordance with the requirements of the laws of the State of Iowa and ordinances of the City of Dubuque relating to public works, and in accordance with the Contract Documents of which provisions and documents are each and all hereby referred to and made a part of this Contract just as much as if the detail statements thereof were repeated herein. 2. Contract Documents shall mean and include the following: All ordinances and resolutions heretofore adopted by the City Council having to do with the Project; the Notice to Bidders; the Contractor's Proposal; and the Plans, Specifications, and General Requirements as adopted by the City Council for the Project. 3. All materials used by the Contractor in the Project shall be the best of their several kinds and shall be put in place to the satisfaction of the City Manager. 4. The Contractor shall remove any materials rejected by the City Manager as defective or improper, or any of said work condemned as unsuitable or defective, and the same shall be replaced or done anew to the satisfaction of the City Manager at the cost and expense of the Contractor. 5. Five percent (5 %) of the Contract price shall be retained by the City for a period of thirty (30) days after final completion and acceptance of the Project by the City Council to pay any claim that may be filed within said time for labor and materials done and furnished in connection with the performance of this Contract and for a longer period if such claims are not adjusted within that time, as provided in Iowa Code Chapter 573. The City shall also retain additional sums to protect itself against any claim that has been filed against it for damages to persons or property arising through the prosecution of the work and such sums shall be held by the City until such claims have been settled, adjudicated or otherwise disposed of. 6. The Contractor has read and understands the specifications including General Requirements and has examined and understands the plans herein referred to and agrees F -1 not to plead misunderstanding or deception because of estimates of quantity, character, location or other conditions surrounding the same. 7. In addition to the guarantee provided for in the specifications, the Contractor shall also make good any other defect in any part of the Project due to improper construction notwithstanding the fact that said Project may have been accepted and fully paid for by the City, and the Contractor's bond shall be security therefore. 8. The Contractor shall fully complete the Project under this Contract within 180 consecutive calendar days. 9. To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the City from and against all claims, damages, losses and expenses, including but not limited to attorneys' fees, arising out of or resulting from performance of the Contract, provided that such claim, damages, loss or expense is attributable to bodily injury, sickness, disease or death, or injury to or destruction of property including loss of use resulting there from, but only to the extent caused in whole or in part by negligent acts or omissions of the Contractor, the Contractor's subcontractor, or anyone directly or indirectly employed by the Contractor or the Contractor's subcontractor or anyone for whose acts the Contractor or the Contractor's subcontractor may be liable, regardless of whether or not such claim, damage, loss or expense is caused in part by a party indemnified hereunder. THE CITY AGREES: Upon the completion of the Contract, and the acceptance of the Project by the City Council, the City agrees to pay the Contractor as full compensation for the complete performance of this Contract, the amount determined for the total number of units completed at the unit prices stated in the Contractor's Proposal and Tess any liquidated damages provided for in the Contract Documents. The number of units stated in the plans and specifications is approximate only and the final payment shall be made by the work covered by the Contract. CONTRACT AMOUNT $59,800.00 The Contractor hereby represents and guarantees that it has not, nor has any other person for or in its behalf, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any public officer, whereby it has paid or is to pay any other bidder or public officer any sum of money or anything of value whatever in order to obtain this Contract; and it has not, nor has another person for or in its behalf directly or indirectly, entered into any agreement or arrangement with any other person, firm, corporation or association which tends to or does lessen or destroy free competition in the letting of this Contract and agrees that in case it hereafter be established that such representations or guarantees, or any of them are false, it will forfeit and pay not less than ten percent (10 %) of the Contract price but in no event be Tess than $200.00 (Two Hundred Dollars) as liquidated damages to the City. The surety on the bond furnished for this Contract shall, in addition to all other provisions, be obligated to the extent provided for by Iowa Code § 573.6, relating to this Contract, which provisions apply to said bond. FURTHER CONDITIONS The Contractor agrees, and its bond shall be surety therefore, that it will keep and maintain the Project in good repair for a period of two years after acceptance of the same by the City Council and its bond shall be security therefore. CITY OF DUBUQUE, IOWA By -... City M nager Contracor. Ted Sa ki Construcion CERTIFICATE OF CITY CLERK This is to ce ify that a certified copy of the above Contract has been filed in my office . the / ( ay of '2 47 , 20 )7 . F. Sch eitter, ,-e Kevin S. Firnstahl, Acting City Clerk PRINCIPAL: ■ e By: Signature Title (44 CITY OF DUBUQUE - WATER DEPARTMENT WATER DISTRIBUTION DIVISION FIRE HYDRANT REPAINTING PROJECT 2011 BIDDER agrees to perform all the work described in the CONTRACT DOCUMENTS for the following unit prices or indicated sums: NOTE: Bids shall EXCLUDE sales tax and all other applicable taxes and fees BID SCHEDULE (BID FORM 1A) NO. DESCRIPTION QUANTITY UNIT PRICE . TOTAL PRICE -IP 1 Mobilization and Miscellaneous 1 LS 350) 60 2 Traffic Control 1 LS 7:--)-- n 4. 700 .00 3 Fire Hydrant Inspection & Documentation 700 EA * / 5 00 � ` 3 .0 6 4 Fire Hydrant Surface Preparation & Repainting 700 EA* 4—/ 1 AO 1 y9 -)Q0•00 5 Supplemental Surface Preparation 60 HOURS s td. 60 ac hr 6)qo.c)'` 60 c(6 TOTAL OF BID FOR FIRE HYDRANT REPAINTING This bid schedule is submitted by: � GC`l �rj w)51f U 140 Contractor Name The bidders Iowa Registration Number is: C, 09 Li 3 * The City of Dubuque Water Department reserves the right to increase or decrease the number of hydrants painted subsequent to receipt of bids in order to comply with budget limits. Bid Proposal Page 1 of 2 B -1 The bidder a Individual By: Signature Bid Proposal Page 2 of 2 CITY OF DUBUQUE, IOWA FIRE HYDRANT REPAINTING PROJECT 2011 The bidder hereby certifies that the bidder is the only person or entity interested in this proposal as principal; that an examination has been made of the plans, specifications, and contract form, including the special provision contained herein, and of the site of the work, and the bidder understands that the quantities of work shown herein are approximate only and are subject to increase or decrease; and further understands that all quantities of work, whether increased or decreased, are to be performed at the unit price as stipulated herein; the bidder proposes to furnish all necessary machinery, equipment, tools, labor and other means of construction, and to furnish all materials specified in the manner and time prescribed and to do the work at the prices herein set out. Accompanying this proposal in a separate envelope is a cashier's or certified check payable to the City Treasurer, City of Dubuque, drawn on a bank in Iowa or a bank chartered under the laws of the United States, in the amount of ten percent (10 %) of the bid submitted; or a bid bond in the penal sum of ten percent (10 %) of the bid submitted executed by the bidder and an acceptable corporate surety. It is understood that this proposal guarantee will be retained in the event the formal contract or bond is not executed, if award is made to the undersigned. The bidder further agrees to execute a formal contract and bond, if required by the contract documents, within seven (7) days of the award of the contract by the City Council, and that the bidder will commence work on the contract within 10 days of the Notice to Proceed which will be issued no later than April 15, 2011, and will complete the work within the specified contract period or pay the liquidated damages stipulated in the contract documents. receipt of the following addendum: Dated: , � .Z1 -L Dated: Dated: rtnership ( ) Corporation ( ) BID PROPOSAL Address e iLth/ City 5,2, ao/ State Zip - Z l�i!1 Date BID FORM 1B i itie Note: To be completed by out of State bidders. The State of does ( ) / does not ( ) utilize a percentage preference for in state bidders. The amount of preference is percent. B -2