Loading...
HomeMy WebLinkAbout61-80 RESOLUTION" _ • • • RESOLUTION NO. CD /'a 0 A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT WITH BRAUN EXCAVATING COMPANY FOR CONSTRUCTION OF SIDEWALKS ALONG GOVERNMENT AVENUE AND DUNCAN AVENUE. BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF FAYETTEVILLE, ARKANSAS: That the Mayor and, City Clerk are hereby authorized and directed to execute a contract with Braun'Excavating Company for the construction of sidewalks along Government Avenue and Duncan Avenue at a total contract price of $62,528.40. A copy of the contract authorized for execution hereby is attached hereto, marked Exhibit "A" and made a part hereof. n'k PASSED AND APPROVED this � / —day of ATTEST: APPROVED: 1980. Da A MICROFILMED CERTIFICATE OF RECORD State. of Arkansas City of Fayetteville SS • I, Bonnie Goering, City Clerk and Er -Officio recorder for the City of Fayetteville, do here- by certify that the annexed or foregoing la of record in my office and the came ap- pears in Ordinance fa Resolution book at page Witness my hand and this��l �C ---nay of , ] 9 .'O City Clerk and Ex-Officio`rd Recorder 1 1 1 1 1 r HUD 4;.011 IG G6) -• CONTRACT i THIS AGREEMENT, made this Al -_ day of , 19v`�, by and between City of Fayetteville, Arkansas herein called "Owner," acting (Corporate Name of Owner) MAYOR herein through its , and Mlle of Authorized Official) . Braun Excavating Company SfIt1EE OUT (a corporation) (flYrwtxrth4 INAPPLICABLE (atvfhxdtvRdiabatmoNkn>;saasx a corporation TERMS of Seymour hereinafter called "Contractor." , County of Webster and State of Missouri WITNESSETH: That for and in consideration of the pavmcnts and agreements hereinafter mentioned. to be made and performed by the OWNER, the CONTRACTOR hereby agrees with the OWNER to commence and •omit!, ie the construction described as follows: Sidewalk and Storm Drainage Construction hereinafter called the project, for the sum of $62,528.40 Ilnllars ($ _ ) and all extra work in connection therewith, urnder the teens as stated in the General and Special Con- ditions of the Contract; and at his (its or their) own proper cost and expense to furnish all the mnteriab, supplies. - machinery, equipment, tools, superintendence., labor, insurance. and other acCvSSurir5 and services nerrS-aft to r,vq. . pletc the said project in accordance with the conditions and prices stated in the Proposal, the General Conditions. `up-. plcmcntal General Conditions and Special Conditions of the Contract, the plans, which include all maps. plats, blur prints, and other drawings and printed or writtemexplanatory matter thereof, the specifications and contract documents therefor as prepared by Northwest Ef° 111Cer S , Inc. , herein entitled the Architect!Et :hirer, and as enumerated in Paragraph 1 of the Supplemental General Conditions, all of which arc made a part hereof and rob leetively evidence and constitute the contract. The Contractor hereby agrees to commence work under this contract on or before a date to be specified in a written' Notice to Proceed" of the Owner and to fully complete the project within' 80 consecutive calendar tla s thereafter. The Contractor further agrees to pay, as liquidated damages, the sunt of S 10'0 • 0 0 for each consecu- tive calendar day thereafter as (hereinafter provided in Paragraph 19 of the General Conditions. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract, subject to additions and deductions, as provided in the General Conditions of the. Contract, and to make payments on account thereof as prodded in Paragraph 25, "Payments to Contractor," of the General Conditions. • (Over) • 6-1 • IN WITNESS t\'lllallinl', Uu I:artira In Ihr•.r I r, -. nl liavr r arridrd Ibis rrinlrarl in pis ((')+;.utile rlrnrl`v, earl; of wliir6 RIl111'l r an original, in (lie year and flay first plana mentioned. (Sea I) ATTEST: tertiary) (N'imess) 1 NOTE: Secretary of the Owner should attest. If Contractor is a corporation, Secretary should attest. (Witness) By City of Fayetteville, Arkansas (owner/ MAYOR (Title) Braun Excavating Company (Contractor) BY President (Title) Route 3, Box 157-C Seymour, MO 65746 (Address and Zip Code) 1 HUD -4738•F (666) • GP 0 869.380 6-2; 1 1 1 1 5 1 1 1 1. 1 BRAUN EXCAVATING COMPANY CONTRACT SECTIONS V f VI MICROFILMED. SPECIFICATIONS - BID DOCUMENTS Sidewalk Construction % fl5 caDi �.j-I-go COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM City of Fayetteville, Arkansas DHUD Project No. SW -78-7906-7 Plans No. 80-507 May, 1980 NORTHWEST ENGINEERS, INC. Civil Engineering Consultants Fayetteville, Arkansas SPECIFICATIONS - BID DOCUMENTS Sidewalk Construction COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM City of Fayetteville, Arkansas DHUD Project No. SW -78-7906-7 Plans No. 80-507 May, 1980 NORTHWEST ENGINEERS, INC. Civil Engineering Consultants Fayetteville, Arkansas • • 1 1 11 TAB L E OF CONVENTS• Advertisement. for Bids (4238-A) . Page 1-1 • •2-1 Information for Bidders (4238-B(R) Bid Bond (4238-E) Bid for Unit Price Contracts (4238-D) Certification of Bidder Regarding Equal Employment Opportunity (4238 -CD -1) Certification by Proposed Subcontractor Regarding Equal Employment Opportunity (4238 -CD -2) Certification of Bidder Concerning Labor Standards & Prevailing Wage Requirements (1421) Certification of Proposed Subcontractor Concerning Labor Standards $-Prevailing Wage Requirements (1422) Contract (4238-F) Performance. F, Payment Bond Certificate of Owner's Attorney (4238-J) General Conditions(4238-S(R) Supplemental General Conditions (4238-N(R) Supplemental General Conditions - Special Equal Opportunity Provisions Supplemental General Conditions - Certification of Compliance with Air and Water Acts Special. Conditions Federal Labor Standards (4010) Minimum Wage Rates General Technical Specifications Detail Technical. Specifications 4-1 5-1 5-2 5-3 5-5 6-1 7-1 8-1 9-1 9-22 9-25 9-28 9-29 10-1 10-14 11-1 12-1 (IUD -4238-A (5-66) U. S. Department of (lousing and Urban Development ADVERTISEMENT FOR B1DS Project No. HUD #SW 78-7906-7 City of Fayetteville, Arkansas Separate sealed bids for the construction of approximately 9,500 lineal feet of 4 feet wide concrete sidewalks with'drainage im- provements and other appurtenances for the City of Fayetteville, Arkansas will be received by the Community Development Block Grant Program, City of Fayetteville, Arkansas, at their office at 530 North College, Building B., Fayetteville, Arkansas, 72701 until 10:00 a.m. C.D.T., Thursday, June 5, 1980, and then at said time and place, publicly opened and read aloud. The Information for Bidders, Form of Bid, Form of Contract, Plans, Specifications, and Forms of Bid Bond, Performance and Payment Bond, and other contract documents may be examined at the Community Development Office, 530 North College, Builidng B, Fayetteville, Arkansas, and at the office of Northwest Engineers, Inc., 505 West Ash Street, Fayetteville, Arkansas 72701. Copies may be obtained at the office of Northwest Engineers, Inc., located at the above address, upon payment of $25.00 for each set. Any unsuccessful bidder, upon returning such setpromptly and in good condition, will be refunded his payment. The Owner reserves the right to waive any formalities or to reject any or all; bids. Each bidder must deposit with his bid, security in the amount, form, and subject to the conditions provided in the Information for Bidders. Attention of bidders is particularly calledto the requirements as to conditions of employment to be observed and minimum wage rates to be paid under the contract. No bidder may withdraw his bid within 45 days after the actual date of the opening thereof. DATE Richard L. Mason, Director Community Development Department 1-1 111111 '1 .S 8 14) 1. ) U. S. Ilepartment. of Housing :and Urban Development. INFORMATION FOR BIDDERS Receipt and Opening of Bids The City of Fayetteville, Arkansas (herein called the "Owner"), invites bids on the form attached hereto, all blanks of which must be appropriately filled in. Bids will be received by the Owner at the office of the Community Development Department until 10:00 A.M. C.D.T., June 5, 1980, and then at said office publicly opened and read aloud. The envelopes containing the bids. must be sealed, addressed to the Community Development Block Grant Program at 530 North College, Building B, Fayetteville, Arkansas, and designated as Bid for Sidewalk Construction. The Owner may consider informal any bid not prepared and submitted in accordance with the provisions hereof and may waive any infor- malities or reject any and all bids. Any bid may be withdrawn prior to the above scheduled time for the opening of bids or author- ized postponement thereof: Any bid received after the time and date specified shall not be considered. No bidder may withdraw a bid -within 45 days after the actual date of the opening thereof. 2 Preparation of Fid Each bid must be submitted on the prescribed forst and accompanied by Certif.ication.by Bidder Regarding Equal Employment Opportunity,. Form HUD -4238 -CD -1, and Certification by Bidder (Contractor), con- cerning Labor Standards and Prevailing Wage Requirements, Form FUD -1421. All blank spaces for bid prices must be filled in, in ink or typewritten, in both words and figures, and the foregoing Certifications must be fully completed and executed when submitted. Pach bid must be submitted in a scaled envelope bearing on the out- side the name of the bidder, his address, and the name of the pro- ject for which the bid is submitted. If forwarded by mail, the sealed envelope containing the bid must he enclosed in another envelope addressed as specified in the hid form. 3. Subcontracts The bidder iS specifically advised that any person, firm, or other party to whom it is proposed to award a subcontract under this con- tract - - Must be acceptable to the Owner after verification by the HUD Area Office of the -current eligibility status, and, Must submit Form HUD -4238 -CD -2, Certification by Pro- posed Subcontractor Regarding Equal Employment Opportunity and Certification by Proposed Subcontractor .Concerning Labor Standards and Prevailing Wage Requirements,- Form HUD -1422. Approval of the proposed subcontract award can- not be given by the Owner unless and until the proposed subcontractor has submitted the Certifications and/or other evidence showing that it has fully complied with any re- porting requirements to which it is or was subject. 2-1 1 1 1 1 1 1 1 1 1 1 t,, Although the bidder 1s not required to attach such Certifications by'proposed • subcontractors to his bid, the bidder is here advised of this requirement so that appropriate action can be taken to prevent subsequent delay In. subcontract awards. 4 4. Telegraphic Modification Any bidder may modify his bid by telegraphic communication at any time prior to the. scheduled closing time for receipt of bids, provided such telegraphic commu- nication Is received by the Owner prior to the closing time, and, provided further,.the.0ener, is satisfied that a written confirmation of the telegraphic modification over the signature of the bidder was mailed prior to the closing time. The telegraphic communication should not reveal the bid price but should provide the addition or subtraction or other modification so that the final prices ortermswill not be known by the Owner until the sealed bid is opened. If written confirmationisnot received within two days from the closing time, no consideration will be given to the telegraphic modiflcatlon. 5. Method of Bidding The Owner invites the following bid(s): Sidewalk Construction 6. Qualifications of Bidder 17. 1 1 1 i8. 1 1 The Owner may makesuch investigations as he deems necessary to determine the ability o fthe bidder to perform the work, and the bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request. The Owner reserves the right to reject any bid if the evidence submitted by, or investigation of, such bidder fails to satisfy the Owner that such bidder is properly -qualified to carry out the obligations of the contract and to complete the work contemplated therein. Con- ditional bids will not be accepted. Bid Security Each bid must be accompanied by cash, certified' check of the bidder, or a bid bond, prepared on the form of bid bond attached hereto, duly executed by the bidder as principal and having as surety thereon a surety company approved by the Owner, in the amount of 5% of the.bid. Such cash, checks or bid bonds will be returned to all ex- cept the three lowest bidders within three days after the opening of bids, and the remaining cash, checks, or bid bonds will be returned promptly after the Owner and the accepted bidder have executed the contract. or, if'.no award has been made within 30 days after the date of the openinglof bids, upon demand of the bidder •at any time thereafter, .so long as he has not been notified of the acceptance of his bid. Liquidated Damages for Failure to Enter into Contract The successful bidder, upon his failure or refusal to execute and deliver the con- tract and bonds required within 10 days atter he has received notice of theaccept- ance of his bid, shall forfeit to the Owner, as liquidated damages for such failure o r refusal, .the security deposited with his bid. • 2-2. 9. Time of Completion and Liquidated Damages Bidder must agree to commence work on or before a date to be specified in a 'written "Notice to Proceed" of the Owner and to fully complete the project • within 180 consecutive calendar days thereafter. Bidder must agree also to pay as liquidated damages, the sum of $ 100.00 for each consecutive calendar day thereafter as hereinafter provided in the General Conditions. 10. Conditions of Work Each bidder must inform himself fully of the conditions relating to the con- struction of the project and the employment of labor thereon. Failure to do so will not relieve a successful bidder of his obligation to furnish all material and labor necessary to carry out the provisions of his contract. Insofar as possible the contractor. in carrying out his work, must employ such mrttods or means as will not cause any interruption ofor interference with the ‘lorz of any other contractor. 11. Addenda and Interpretations No interpretation of the meaning of the plans, specifications or other pre-bid documents will be made to any bidder orally. Every request for such interpretation should be in writing addressed to P. 0. Box 1173 Northwest Engineers, Inc. at Favettevi.11e, Arkansas 72701 and to be given consideration must be received at least five days prior to the date fixed for the opening of bids. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the speci- fications which, if issued, will be mailed by certified mail with return re- ceipt requested to all prospective bidders (at the respective addresses fur- nished urnished for such purposes), not later than three days prior to the date fixed for the opening of bids. Failure of any bidder to receive any such addendum or interpretation 'shall not rellev.e such bidder from any obligation under his bid 'as submitted. All addenda so issued shall become part of the contract documents. 12. Security for Faithful Performance Simultaneously with his delivery of the executed contract, the Contractor shall furnish.a surety bond or bonds as security for faithful performance of this contract and for the payment of all persons performing labor on the project under this contract and furnishing materials in connection with this contract, as specified in the General Conditions included herein. The surety on such bond or bonds shall be a duly authorized surety company satisfactory to the Owner. 13. Power of Attorney Attorneys -in -fact who sign bid bonds or contract bonds must file with each bond a certified and effectively dater copy of their power of attorney. • 2-3 1 1 1 1 1 1 1 1 .1 1 1 1 1 1 1 1 1 14. Notice of Special Conditions 4 Attention Is particularly called to those parts of the contract documents and specifications which deal 'with the following: (a) Inspection and testing of materials. (b) Insurance requirements. (c) Wage rates. (d) Stated allowances. 15. Laws and Regulations The bidder's attention is directed to the fact that all applicable State laws. muni,ipal ordinances, and the rules encl. regulations of all authorities having jurisdiction over construction of the project shall.apply to the contract throughout, and they will be deemed to be included in the contract the same as though herein written out in full. 16. Method of Award - Lowest Qualified Bidder If at the time this contract is to be awarded, the lowest base bid submitted by a responsible bidder does not exceed the amount of funds then estimated by the Owner as available to finance the contract, the contract will be awarded on the base bid only. If such bid exceeds such amount, the owner may reject all bids or may award the contract on the base bid combined with such deducti- ble alternates applied in numerical order in which they are lisCed in the Form of Bid, as produces a net amount which is within the available funds. 17. Obligation of Bidder At the time of the opening of bids each bidder will be presumed to have in- spected the site and to have read and to be thoroughly familiar with the plans and contract documents (including all addenda). The failure or omission of any bidder to examine any form, instrument or document shall in rio way relieve any bidder from any obligation in respect of his bid. • 2-4. 1 • Supplcmcnt to FormIRJP-4238-n(R) INF01124A110N FOR BIDDERS 18. SAFETY STANDARDS AND ACCIDENT PREVENTION With respect to all work performed under this contract, the contractor shall: 1. Comply with the safety standards provisions of applicable laws, building and construction codes and the "Manual of Accident Prevention in Construction" published by the Associated General Contractors of America, the requirements of the Occupational Safety and Health Act of 1970 (Public Law 91-596), and the requirements.of Title 29 of the Code of Federal Regulations, Section 1518 as published in the "Federal Register", Volume 36, No. 75, Saturday, April ,17,.1971. 2. Exercise every precaution at all times for the prevention of accidents and the protection of persons (including employees) and property. 3. Maintain at his office or other well known place at the job site, all articles necessary for giving first aid to the injured, and shall make standing arrangements for the immediate removal to a hospital or a doctor's care of persons (including employees), who may be injured on the job site. In no case shall employees be permitted to work at a job site before the employer has made a standing arran6ement for removal of injured persons to a hospital or a doctor's care. • 2-5 1 1 1 1 1 1 1 1 1 i 1 1 1 1 1 1 1 INK INSURANCE COMPANY OF NORTH AMERICA PHILADELPHIA PENNSYLVANIA Proposal or Bid Bond KNOW ALL MEN BY THESE PRESENTS, THAT WE BRAUN EXCAVATING COMPANY as principal, and the INSURANCE COMPANY OF NORTH AMERICA, a corporation organized and existing under the laws of the Commonwealth of Pennsylvania, having its principal place of business at Philadelphia, Pa., as surety, are held and firmly bound unto CITY OF FAYETTEVILLE, ARKANSAS as obligee, in the penal sum of Five Per Centaof the Amount Bid (5% of Bid) DOLLARS, lawful money of the United States of America, for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. SIGNED, sealed and dated this 5th day of June A. D. 1980 WHEREAS, the said principal is herewith submitting proposal for Project #SW787906-7, Sidewalk Construction THE CONDITION OF THE ABOVE OBLIGATION IS SUCH, that if the aforesaid principal shall be awarded the contract, the said principal will within the period specified therefor, or, if no period be specified, within ten (10) days after the notice of such award enter into a contract and give bond for the faithful performance of the contract, then this obligation shall be null and void, otherwise the principal and the surety will pay unto the obligee the difference in money between the amount of the bid of the said principal and the amount for which the obligee may legally contract with another party to perform the work if the latter amount be in excess of the former; in no event shall the liability hereunder exceed the penal sum hereof. PROVIDED AND SUBJECT TO THE CONDITION PRECEDENT, that any suits at law or proceedings in equity.,,,,„„ brought or to be brought against the Surety to recover any claim hereunder must be instituted and service had up'ori thb Surety within ninety (90) days after the acceptance of said bid of the Principal by the Obligee.rr- 41 � r BRAUN EXCAVATING COMPANY a S R j grad M1t.\K,y'y,� 85-1946 PRINTED IN U.S.A. By INSURANCE COMPANY OF NORTH AMERICA:c t w p%T Gary L. Lac t 4torney-in-Fact , 3= State of MO' - County of St. LOui ss: on the 5th day of June, 1980, therein, duly commissioned and sworn, personally appeared Gary L. Lack 11, mmim before me, a Notary Public in and for said County and State, residing known to me to be Attorney -in -Fact of Insurance Company of North America the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who • executed the said instrument in behalf of the said corporation, and he duly acknowledged to me that such corporation. executed the same. 'Fr •'• _ ' •• - nr• It IN WITNESS WHEREOF. I have hereunto set my hand and affixed my official seal, the day and year slatedin-this certificate above. ryry A,fi�n//t //��AA�� G_ Y n :L....; 'fvfZr y Commission Expires ��44,7 42zI tce e:e /e -m7- —5liC Notary Public sem, • 360212-6-66 • POWER OF ATTORNEY 2' atest. INSURANCE COMPANY OF NORTH AMERICA PHILADELPHIA, PA. Know all men by these presents: That INSURANCE COMPANY OF NORTH AMERICA, a corporation of the Commonwealth of Pennsylvania, having its principal office in the City of Philadelphia, Pennsylvania, pursuant to the following Resolution adopted by the Board of Directors of the said Company on May 28, 1975, to wit: "RESOLVED, pursuant to Articles 3.6 and 5.1 of the By -Laws, the following Rules shall govern the execution for the Company of bonds, undertakings, recognizances, contracts and other writings in the nature thereof: (1) That [he President, or any Vice -President, Assistant Vice -President, Resident Vice -President or Attorney -in -Fact, may execute for and in behalf of the Company any and all bonds, undertakings, recognizances, contracts and other writings in the nature thereof, the same to be attested when necessary by the Secretary, an Assistant Secretary or a Resident Assistant Secretary and the seal of the Company affixed thereto; and that the President or any Vice -President may appoint and authorize Resident Vice -Presidents, Resident Assistant Secretaries and Attorneys -in -Fact to so execute or attest to the execution of all such writings on behalf of the Company and to affix the seal of the Company thereto. (2) Any such writing executed in accordance with [hese Rules shall be as binding upon the Company in any case as though signed by the President and attested by the Secretary. (3) The signature of the President or a Vice -President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to. this Resolution, and the. signature of.a.certifying-officer and the seal of the Company may be affixed by facsimile to any certificate of any such power, and any such power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. (4) Such Resident Officers and Attorneys -in -Fact shall have authority to certify or verify copies of this Resolution, the By -Laws of the Company, and any affidavit or record of the Company necessary to the discharge of their duties. (5) The passage of this Resolution does not revoke any earlier authority granted by Resolution of the Board of Directors on June 9, 1953." does hereby nominate, constitute and appoint H. ROBERT LARKIN, WM. W. FETNER, GARY L. LACK, and PATRICIA 14. TOBIN, all of the City of St. Louis, State of Missouri , each individually if there be more than one named, its true and lawful attorney-in-fact, to make, execute, seal and deliver on its behalf, and as its act and deed any and all bonds, undertakings, recognizances, contracts and other writings in the nature thereof. And the execution of such writings in pursuance of these presents, shall be as binding upon said Company, as fully and amply as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office. IN WITNESS WHEREOF, the said MICHAEL B. FODOR , Vice -President, has hereunto subscribed his name and affixed the corporate seal of the said INSURANCE COMPANY OF NORTH AMERICA this 22nd day of April 19 80 . (SEAL) . STATE OF PENNSYLVANIA COUNTY OF PHILADELPHIA On this 22ndday of April , A. D. 19 80 , before me, a Notary Public of the Commonwealth of Pennsylvania, in and for the County of Philadelphia, came MICI3AEL..&...FOOD& , Vice -President of the INSURANCE COMPANY OF NORTH AMERICA to me personally known to be the individual and officer who executed the preceding instrument, and he acknowledged that he executed the same; that the seal affixed to the preceding instrument is the corporate seal of said Company; that the said corporate seal and his signature were duly affixed by the authority and direction of the said corporation, and that Resolution, adopted by the Board of Directors of said Company, referred to in the preceding instrument, is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my official seal at the City of Philadelphia, the day and year first above written. MAUREEN$CRELL (SEAL) Notary Public. by INSURANCE COMPANY OF NORTH AMERICA MICHAEL B. FODOR Vice -President commission expires August 13, 1983 e undersigned, AIORWSecretary of INSURANCE COMPANY OF NORTH AMERICA, do hereby certify that I POWER OF ATTORNEY, of which the foregoing is a full, true and correct copy, is in full force and effect. Ir4 witness'whereof, I have hereunto subscribed my name as A WATtxSecretary, and affixed the corporate seal otp'oration, this . ' 5th day of June 19 80 SB -1C 7/75 Printed In U.S.A. AMES S. WYLLIE AfgatOKSecretary .'et 1 4 U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT BID FOR UNIT PRICE CONTRACTS Place Fayetteville, AR. Date 675/80 Project No Proposal of Braun Excavating Company, SW -78-7906-7 (hereinafter called "Bidder")* a corporation, organized and existing under the laws of the State of - Missouri a corporation ,• a partnership, or an individual doing business To the Community Development Program City of Fayetteville (hereinafter called "Owner") Gentlemen: The Bidder, in compliance with your invitation for, bids for the construction o f a .Contract Section V - Sidewalks $ Storm Drainage along Government Avenue and National Street having examined the plans and specifications with related documents and the site o f the proposed work, and being familiar with all of the conditions surrounding the construction of the proposed project including the availability of materials and labor, hereby proposes to furnish all labor, materials, and supplies, and to construct the project in accordance with the contract documents, within the time set forth therein, and at the ptices stated below. These prices are to cover all expenses incurred in performing the work required under the contract documents, of which this proposal is a part. • Bidder hereby agrees to commence work under this contract on or before a date. to be specified in written "Notice to Proceed" of the Owner and to fully complete the project within 180 consecutive calendar days thereafter as stipulated in the specifications. Bidder further agrees to pay as liquidated damages, the sum o f $ 100.00 for each consecutive calendar day thereafter as hereinafter provided in Paragraph 19 of the General Conditions. **Bidder acknowledges receipt of the following addendum: • • Insert corporation, partnership or individual as applicable. **Insert Addendum number(s) or the word "None" as applicable. •HUD -4238D(2•69) R•pi•c•• CFA-238•Dwhich i• oh.oior• SECTION V 4-1.5 Bidder agrees to perform•a.11 the construction work described in the specifications and shwon on the plans for the following unit and lump sum prices. Bidder may not "tie" his bid -for -this Contract Section to any other Contract Section of this' project. He may bid any one or any combination of Contract Sections.• Item 1G Site Preparation CONTRACT SECTION V One Thousand One Hundred (Words) 1G 18" Q CMP Culvert Twenty -Two (Words) 3G 18" 0 RCP Culvert Twenty -Two (Words) 4G Curb Inlets Seven Hundred 5G Headwall (Words) Three Hundred (Words) Estimated Quantity Unit Price Extended iq4p Lump Sum $1,100 ?LS. $ 1,100.00 /.Dollars/L.S. 160 L.F. $ 22.7%.p. $ 3,520.00 /Dollars/L.F. • 92 L.F. $ 22./L.F. $ 2,024.00 /Dollars/L.F. 5 EA. $ 700.7 EA. $ 3,500.00 /Dollars/EA. 1 EA. $ 300.72A.$ 300.00 /Dollars/EA. 6G Type "A" Concrete Sidewalk One Dollar and Seventy Cents 1 1 1 3,680 S.F. $ 1 7S.F. $ 6,256.00 . /Dollars/S.F. 7G Type "B" Concrete Sidewalk .1,800 S.F. $ 1•%S.F. $ 2,214.00 One``Dollatlands1twehty7ThreerCents/11ollars/S.F. (Words) SECTION V 4-16 1 • - 8G Concrete Street Paving 18.5S.Y.»s 16./S.Y. 1 2,960.00 Sixteen /Dollars/S.Y. (Words) 9G SB -2 Base 135 Tons $ 10./Ton $ 1,350.00 Ten /Dollars/Ton (Words) ao 10G Topsoil, Seeding, Fertiliz- 800 S.Y. $ 2'/S.Y., $ 1,600.00 ing and Watering. Two (Words) /Dollars/S.Y. TOTAL BID, CONTRACT SECTION V: $ 24,824.00 iienty Four Thousand Eight Hundred Twenty Four Dollars (Amounts are_ to be shown in both words and figures. In case of discrepancy, the amount shown in words will govern.) The above unit prices shall. include all labor, materials, bailing, shoring, removal, overhead, profit, insurance, etc., to cover the finished work of the several kinds called for. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any informalities in the bidding. The bidder agrees that this bid shall be good and may not be withdrawn for a period of 45 calendar days after the scheduled closing time for receiving bids. Upon receipt of written notice of the acceptance of this bid, bidder will execute the formal contract attached within 10 days and deliver a Surety Bond or Bonds as required by Paragraph 29. of the General Conditions. The bid security attached in the sum of 5% of Contract Amount ($ ) is to become the property of the Owner in the event the contract and bond are not executed within the time above set forth, as liquidateddamages for the delay and additional expense to the Owner caused.thereby. SECTION V 4-17 • Route 3, Box 157-C Seymour, MO 65746 (SEAL - if bid is by a corporation) 1 U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT BID FOR UNIT PRICE CONTRACTS Place Date • Proposal of , Braun Excavating Company my - Fayetteville, Arkansas 6/5/80 Project No SW -78-7906-7 (hereinafter called "Bidder")" a corporation, organized and existing under the laws of the State of Missouri ,• a partnership, or an individual doing business as a corporation To the Community Development Program City of Fayetteville (hereinafter called "Owner") Gentlemen: The Bidder, 1n compliance with your invitation for bids for the construction. Contract Section VI = Sidewalks and Storm of a• Drainage along Duncan Avenue having examined the' plans and specifications with related documents and the site o f the proposed work, and being familiar with all of the conditions surrounding the construction of the proposed project including the availability of materials and labor, herebyproposes to furnish all labor, materials, and supplies, and to construct the project in accordance with the contract documents, within the time set forth therein, and at the prices stated below. These prices are to cover all expenses incurred in performing the work required under the contract documents, of which this proposal is a part. Bidder hereby agrees to commence work under this contract on or before a date to bespecified in written "Notice to Proceed" of the Owner and to fully complete the project within 180 consecutive calendar days thereafter as stipulated in the specifications. Bidder further agrees to pay as liquidated damages, the sum o f $ 100.00 for each consecutive calendar day thereafter as hereinafter provided in Paragraph 19 of the General Conditions. **Bidder acknowledges receipt of the following addendum: • Insert corporation, partnership or individual as applicable. * *Insert Addendum number(s) or the word "None" as applicable. •HUD -42380(249) Replaces CFA 238•Dwhieh irob,oleb - SECTION VI 4-19