Loading...
Water Treatment Plan Pump Room Pipe Painting CITY OF DUBUQUE, IOWA MEMORANDUM January 12, 2007 TO: Michael C. Van Milligen, City Manager FROM: Bob Green, Water Department Manager ~~ SUBJECT: Water Treatment Plant Pump Room Pipe Painting Project INTRODUCTION The purpose of this memorandum is to request your approval and authorization to proceed with the process of awarding this project to TMI Coatings of St. Paul, Minnesota in the amount of $14, 900. DISCUSSION As part of our Fiscal Year 2007 Capital Improvement projects we identified the need to paint some of the water pipes in the pump room at the Eagle Point Water Plant. Funds allocated in the amount of $35,000 for this project are identified in the Water Department's CIP Fund Code 740-1826. This project was approved by City Council action during our budget hearings. Since then we have solicited bids for the materials and labor to accomplish this project. The firms who we solicited proposals from are located in St. Paul, Minnesota and Dubuque, Iowa. Their cost proposals are as follows: VENDOR LOCATION BID 1. TMI Coatings St. Paul, MN $14,900 2. Crane Engineering, Sales Kimberly, WI $28,665 Both firms who provided proposals have been involved with previous city projects. T ACTION I am recommending with your approval to proceed in awarding this project to the low bidder. Contracts for signature in the total amount of $14,900 to TMI Coating of St. Paul, Minnesota are attached. The proposed cost for this project is approximately 42.5% of the total funds allocated for this project. These attached contracts for signature have been reviewed and approved by City Attorney Barry Lindahl. The Insurance Certificates have been reviewed and approved by City Finance Director Ken TeKippe. Due to the type of project this is in painting some water pipes in the pump room does not require City Council action. I am available to meet with you at your convenience to discuss and answer any questions you may have with this request. BG:ve cc: File THE CITY CYI~ DuB `~ ~ CITY OF DUBUQUE, IOWA SHORT FORM PUBLIC IMPROVEMENT CONTRACT City of Dubuque Engineering Department 50 W. 13th Street Dubuque, IA 52001 (563) 589-4270 (563) 589-4205 FAX THIS PUBLIC IMPROVEMENT CONTRACT (the Contract), made in triplicate, between the City of Dubuque, Iowa (City), by its City Manager, through authority conferred upon the City Manager by its City Council and TMI Coatings, Inc. (Contractor) ( ontractor Name) of the City of 3291 Terminal Drive, St. Paul, Minnesota 55121-1610 (Contractor Address -City and State) PROJECT TITLE: Painting of water pipes in the pump room of the Water Treatment Plant. For and in consideration of the mutual covenants herein contained, the parties hereto agree as follows: CONTRACTOR AGREES: i,t,oq 1. To furnish all material and equipment and to perform all labor necessary for (the Project): r~i a.) r I n g o, o i s h t t b.) TMI to prepare surfaces as necessary to ensure adhesion of subsequent coats. TMI will ,~-~',' hand tooUsolvent clean as necessary. All debris caused from work on site to be dis- posed of in owner-provided container. c.} Prime with recommended chemical resistant primer. d.) Apply one full coat quality paint coating material suitable for steel environments. The work described above shall be completed at the following location(s): Pumn room of the Water Treatment Plant. The Project shall be constructed as described in this Project contract; 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 which provisions and documents are each and all hereby referred to and made a part of this Contract just as much as if the detailed statements thereof were repeated herein. Page 1 of 4 2. Contract Documents shall mean and include the following: This Improvement Contract; all ordinances and resolutions heretofore adopted by the City Council having to do with the Project; the Contractor's Proposal; and the conditions described in the Contract, including any Special Conditions, Plans and 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 may be retained by the City for a period of thirty (30) days after final completion and acceptance of the Project by the City Manager 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 suchclaims have been settled, adjudicated or otherwise disposed of. 6. The Contractor has read and understands the City of Dubuque Standard Specifications including General Requirements and has examined and understands the project description described in Section 1 and any attached Special Conditions herein referred to and agrees not to plead misunderstanding or deception because of estimates of quantity, character, location or other conditions surrounding the same. ~..~t-e7.P~*' ---" 4~~ ~ ~6j~jv~ Jc~ ,' _~- 7. The Contractor shall guarantee for a period ~o years and make goo~t any other defect in any part of the Project due to improper construction or material performance notwithstanding the fact that said Project may have been accepted and fully paid for by the City. The guarantee shall commence on the date that the City pays full compensation for the complete performance of this contract. 8. The Contractor shall fully complete the Project under this Contract on or before March 31, 2007 (DATE) 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 (other than the Project itself) 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. Page 2 of 4 10. Unless otherwise specified in the Contract Documents, prior to the commencement of any work on the Project and at all times during the performance of this Contract, the Contractor shall provide evidence of insurance which meets the requirements of the City's Insurance Schedule for Artisan Contractors or General Contractors. THE CITY AGREES: Upon the completion of the Contract, and the acceptance of the Project by the City Manager, 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 less any liquidated damages provided for in the Contract Documents. The number of units stated in the contract, special conditions and contractors proposal is approximate only and the final payment shall be made by the work covered by the Contract. CONTRACT ESTIMATED AMOUNT $ 14,900.00 THE MAXIMUM CONTRACT AMOUNT SHALL BE LIMITED TO AN INCREASE OF 15 % OF THE ABOVE LISTED ESTIMATED AMOUNT. CITY OF DUBUQUE, IOWA r Michael C. Van Milligen D to City Manager PRINCIPAL: TMI Coatings, Inc. Contractor By: ,~~ ~ Signature ~ ate Printed Nam Title By ACKNOWLEDGEMENT OF ATTACHED SPECIAL C NDITIONS: ,~ ~~~ ~l ~~J~ Signature Date Printed Nam {~ 3 i r( ~L Yti Title Page 3 of 4 The following special conditions shall apply to this Project: 1.) This work includes coating of header pipes, cross piping and 6 8~ 7 piping. Header Pipes: 2 1/2' diameter x (1) 69' long, (1) 56' long, (5) 1 1/2' diameter x 6' long; (5) 1' diameter x 6' long 6 & 7 piping: approximately 60 lineal feet including valves. 2.) TMI has based this bid on coating piping and valves only. Not included are pump covers pumps, or electrical boxes. All work to be done in one mobilization, but in halves. REV. 12.1/06 Page 4 of 4 TMI Coatings, Inc. PROPOSAL 3291 Terminal Drive, St. Paul, Minnesota 55121-1610 Phone: 651-452-6100 Fax: 651-452-0598 Painting & Restoration Contractors The City of Dubuque Attn: Bob Green 1902 Hawthorne Street Dubuque, IA 52001-1416 Phone 563-589-4291 L Fax 563-589-4297 NOTE: This proposal may be withdrawn by us it not accepted within 30 days. Date: October 6, 2006 Regarding: Pipe Coating TMI Coatings, Inc. has visited your facility and proposes the following scope of work to coat the header pipes, cross piping and 6 & 7 piping: Header Pipes: 2'/2' diameter x (1) 69' long, (1) 56' long, (5) 1'/2' diameter x 6' long; (5) 1' diameter x 6' long 6 & 7 Pipes: approximately 601ineal feet, including valves d Qle~~~' ,~ _ .q'-~o 1. .~~ ~ ~~ ~,~, I~ 1~, S~YQn~~~ ~ ASS' ~p~s. L I t 1 ~ 6 2. TMI to prepare surfaces as necessary to ensure adhesion of subsequent coats. TMI will hand tool/solvent clean as necessary. All debris caused from work on site to be disposed of in owner-provided container. 3. Prime with recommended chemical resistant primer. 4. Apply one frill coat quality paint coating material suitable for steel environments. The coating system TMI recommends has been used time and time again with excellent success on piping, legs, distributors, tanks, and various steel substrates. YOUR COST INCLUDING LABOR AND MATERIALS INSTALLED: Header Pipes and Cross Piping ............................. $13,600 6 & 7 Area Piping ...................................... $ 5,900 If both projects are complete while TMI is on site, the grand total is $14,900. NOTES: 1. TMI has based this bid on coating piping and valves only. We have not included any pump covers, pumps, or electrical boxes. All work to be done in one mobilization, but in halves. 2. If this project is completed while TMI is on site, deduct 5% from above bid. 3. Bid is based on work being done prior to February 1, 2007. TMI Coatings has considerable experience in the painting industry. We have completed work for City of Ames, Ames, IA; Jeld Wen, Dubuque, IA; Alcoa, Davenport, IA; Alliant Energy, Cassville, WI; and many others. Enclosed are references for your review. Thank you for the opportunity to submit this proposal to you. If you have any questions or if we can be of fitrther service, please contact us at 1-800-328-0229. If a-mail is an effective communication tool for you, feel free to contact me at ssirek~tmicoatings.com with any questions or comments regarding this proposal. Encl: Iowa Reference List asamip/dubuquecity0l(roh) ACCEPTANCE The undersigned hereby accepts TMI's proposal and authorizes TMI to furnish all materials and labor required to complete the work set forth in the proposal pursuant to the proposal terms and conditions set forth on the reverse side hereof, for which we agree to pay you the amount set forth/in the proposal. Accepted: j~ Date L S (~ Respectfully ~~ TMI Coatings, Inc. By. BY Title Steve Sirelc hidustrial Sales Customer: Sign and return copy. Retain original for your files WHITE -CUSTOMER YELLOW -FILE GREEN -SALES SPF #48. REV 10/05