Loading...
HomeMy WebLinkAbout64-80 RESOLUTIONRESOLUTION NO. 6 7'-O D • A RESOLUTION AUTHORIZING THE MAYOR AND.CITY CLERK TO EXECUTE A CONTRACT WITH JERRY SWEETSER, INC. FOR CONSTRUCTION OF SIDEWALKS ALONG ROCK STREET AND WOOD 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 Jerry Sweetser, Inc. for construction of sidewalks along Rock Street and Wood Avenue at a total contractprice of $49,154.50. A copy of the contract authorized for execution hereby is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APRROVED this // day of ATTEST: APPROVED: 1980. ASSISTANT MAYOR MICROFILMED - CEi:"" 1.,A1 C 'E OF RECORD State of -Arkansas City of Fayett:ciNe SS 1, Bonnie (leering., City Clerk and Ex -Officio recorder for the City of Fayetteville, do here- by certify that the annexed or foregoing is of record in my office and the same ap- pears In Ordinance & Resolution book t page-- Witness my hand an seal this - 1 1 1 1 1 1 1 1 1 1. JERRY D. SWEETSER, INC. CONTRACT SECTIONS II $ III 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 CD -a _, 3 MICROFILMED 1 1 1. 1 1 it 1 1 SPECIFICATIONS - BID DOCUMENTS Sidewalk Construction COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM City of Fayetteville, Arkansas DHUD Project No. SW -78-7906-7 Plans No. 80-S07 May, 1980 NORTHWEST ENGINEERS, INC. Civil Engineering Consultants Fayetteville, Arkansas 11 TAB L E OF C O N T E N T S ' Page Advertisement for Bids (4238-A) 1-1 IInformation for Bidders (4238-B(R) '2-1 1 1 1 1. 1 1 1 1 1 1 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 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 • HUD 4238-A (S-66) U. S. Department of (lousing and Urban Development • ADVERTISEMENT FOR B1DS 1 = Project No. HUD I!SN 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 727.01.. 1 1 .1 1 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. set promptly 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 called to 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 E. Mason, Director Community Development Department 1-1 IIIJII ;i;{ Ii(It) ll. - S. Department. of (lousing and Urban Development. INFORMATION FOR RIDDIiRS 1. 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 Pid Fach.bid must be submitted on the prescribed form and accompanied by Certification by Bidder' Regarding Equal Employment Opportunity, Form HUD -4238 -CD -1, and Certification by Bidder (Contractor), con- cerning Labor Standards and Prevailing Nage Requirements, Form HUD -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. Each bid must be submitted in a sealed 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 be 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 - - a Must be acceptable to the Owner after verification by the HUD Area Office of the current eligibility status, and, b. 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 Although the bidder Is not required to attach such Certifications by proposed subcontractors to his bid, the bidder is.here advised of this requirement so that appropriate action canbe taken to prevent subsequent delay in. subcontract awards. 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 Owner 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 eddltlon or subtraction or other modification so that the final prices or terms will not be known by the Owner until the sealed bid Is opened. If written confirmation 1s not received within two days from the closing time, no consideration will be given to the telegraphic modification. 5. Method of Bidding. The Owner invites the following bid(s): Sidewalk Construction 6. Qualifications of Bidder The Owner ray cake such Investigations as he deems necessary to determine the ability o f the 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- tditional bide ■111 not be accepted. 7. Bid Security Each bid must be accompanied by cash, certified check of the bidder, or a bid bond, P repared an 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 hid 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 opening of bids, upon demand of the bidder at any time thereafter, .so long as he has not been notified of the acceptance of his bid. 8. 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 after he has received notice of the accept- ance of his bid, shall forfeit to the Owner, as liquidated.damages for such failure o r refusal, the security deposited with his bid. 1 1 1 • 2-2. 9. Time of Coapletion'and Liquidated !Manes 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 of or interference with the vorc of any other contractor. M • 11. Addenda and Interpretations No interpretation of the meaning of the plans, specifications or other pre-bid documents will be made toany bidder orally. Every request for such interpretation should be in writing addressed to P. 0. Box 1173 Northwest Engineers, Inc.at Fayetteville, 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- n ished 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 relieve 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 faithfulperformance of this contract and for the payment of all persons performing labor on the project u nder this contract and furnishing materials in connection with this contract, as specified in the General Conditionsincludedherein. The surety on such bond or bonds shall be a duly authorized surety company satisfactory to the O wner. 13. Power of Attorney Attorneys -in -fact who sign bid bonds or contract bonds must file with each bond a certified and effectively dateC copy of their power of attorney. • • 2-3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 14. Notice of Special Conditions Attention is .particularly called to those par:tkof 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, munl,ipal ordinances, and the rules an¢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 Hared 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 thesite 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. • 1 • 2-4. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 • Supplement t.o Form HUD_h235-D(R) 1NFOIL A'fjON 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 G3neral 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. Exerci5e'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 inured, and shall make standing arrangements for the i.rnediate 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 arrangement for removal of injured persons to a hospital or a doctor's care. • • 2-5 11 1 1 1 1 1 1 1 1 1 1 UNITED STATES FIDELITY: yo GLIARANTY COMPANY (A Stock Company) - KNOW ALL MEN BY THESE PRESENTS: THAT BID BOND Jerry D. Sweetser, Inc. • BOND NUMBER of Fayetteville, AR as Principal , and UNITED STATES FIDELITY AND Community Development GUARANTY COMPANY, a Maryland corporation, as Surety, are held and firmly bound unto Block Grant PZQg 'am.,......C_ity et Fayetteville, AR as Obligee, in the full and just sum of Five Percent of Bid (5% of bid) Dollars, lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. • WHEREAS, the said Principal is herewith submitting its proposal for furnishing all labor and material for the construction of Sidewalk construction, 530 North College, Fayetteville, AR, DHUD Project'#SW-78-7906-7 in accordance with plans and specifications prepared by Northwest Engineers, Fayetteville, AR. . THE CONDITION OF THIS OBLIGATION is such that it the aforesaid Principal shall be awarded the contract the said Principal will, within the time required, enter into .a formal contract and give a, good and sufficient bond to secure the performance of the terms and conditions of the contract, then this obligation to be void; otherwise the Principal and 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 legally contracts with another party to perform the work if the latter amount be in excess of the former, but in no event shall liability hereunder exceed the penal sum hereof. Signed. sealed and delivered --Secretary /` June 5, 1980 (Date) -Jerry D. ,Sweetser Inc. (SEAL) (SEAL) President UNITED STATES FIDELITY AND GUARANTY COMPANY A. P. Eason, Jr Attornev-in-fact CERTIFIED COPY ' GENERAL POWER OF ATTORNEY No 81303 Know all Men by these Presents: That UNITED STATES FIDELITY AND GUARANTY COMPANY. a corporation organized and existing under the laws of the State of Maryland, and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint IA.P. Eason, Jr. ' of the City of Fayetteville State of Arkansas its true and lawful attorney in and for the State of Arkansas for the following purposes, to wit: ' To sign its name as surety to, and to execute, seal and acknowledge any and all bonds. and to respectively do and perform any and all acts and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said UNITED STATES I FIDELITY AND GUARANTY COMPANY, through us, its Board of Directors, hereby ratifies and confirms all and whatsoever the said A. P. Eason, Jr. i I may Iawiully do in the premises by virtue of these presents. In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to be ' sealed with its corporate seal, duly attested by the signatures of its Vice -President and Assistant eecreeary this 17th day a( May ,A.D.I974 UNITED STATES FIDELITY AND GUARANTY COMPANY. ' (Signed) By. Charles W. Boone Vice•President. I (SEAL)• (Signed) W. G. Hilyard Assistant Secretary. STATE OF MARYLAND, 1. 1 BALTIMORE CITY, ss: On this 17th day of May , A. D. 1974 , before me personally same ' Charles W. Boone . Vice•President of the UNITED STATES FIDELITY AND GUARANTY COMPANY and W. G. Hilyard , Assistant Secretary of said Company, with both of whom I am personally acquainted, who being by me severally duly sworn. said that they resided in the City of Baltimore, Maryland: i " that they. the said Charles W. Boone • and W. G. Hilyard were respectively I, the Vice.Presidenand the Assistant Secretary of the said UNITED STATES FIDELITY AND GUARANTY COMPANY. the cor- e t poration described in and which executed the foregoing Power of Attorney: that they each knew the seal of said corporation: that the t seal affixed to said Power of Attorney was such corporate seal. that it was so fixed by order of the Board of Directors of said corpora. t tion, and that they signed their names thereto by like order as Vice -President and .kssistant Secretary, respectively, of the Company. My commission expires the first day in July. A. D. 19...74. (SEAL) (Signed) 1 t ' STATE OF MARYLAND l BALTIMORE CITY, 1 Sct. Herbert J. Aull Notary Public. I. Robert H. Bouse Clerk of the Superior Court of Baitimore City, which Cant is a Court of Record. and has a seal, do hereby certify :hat Herbert J. Aull . Esquire. before whom the annexed affidavits wen made. and who has thereto subscribed his name, was at the time of so doing a Notary Public of the State of Maryland. in and for the City of Baltunore, auly commissioned and sworn and authorized by law :o administer oaths and take acknowledgments. or proof of deeds to be recorded therein. I further certify that I am acquainted with the handwriting of the said Notary, and verily believe the signature to be his genuine signature-. In Testimony Whereof, I hereto set my hand and affix the seal of the Superior Court of Baltimore City, ..he lame being a Court of Record, this 17th day of May . A. D. 19 74 (SEAL) (Signed) Robert 11. Bouse C;erk of the Superior Court of Baltimore City. FS 3 r9 -AT) 1 1 �1 1 1 1 1 1 1 i 1 1 COPY OF RESOLUTION That Whereas, it is necessary for the effectual transaction of business that this Company appoint agents and attorneys with power and authority to act for it and in its name in States other than Maryland. and in the Territories of the United States and in the Provinces of the Dominion of Canada and in the Colony of Newfoundland. Therefore, be it Resolved, that this Company do, and it hereby does. authorize and empower its President or either of its Vice. Presidents in conjunction with its Secretary or one of its Assistant Secretaries. under its corporate seal. to appoint any person or persons as attorney or attorneys -in -fact. or agent or agents of said Company, in its name and as its act. to execute and deliver any and all con- tracts guaranteeing the fidelity of persons holding positions of public or private trust. guaranteeing the performances of contracts other than insurance policies and executing or guaranteeing bonds and undertakings, required or permitted in all actions or proceedings, or by law allowed, and Also, in its name and as its attorney or attorneys -in -fact, or agent or agents to execute and guarantee the conditions of any and all bonds, recognisances, obligations, stipulations, undertakings or anything in the nature of either of the same, which are or may by law, municipal or otherwise, or by any Statute of the United States or of any State or Territory of the United States or of the Provinces of the Dominion of Canada or of the Colony of Newfoundland, or by the rules, regulations, orders. customs, practice or discretion of any board, body, organization, office or officer. local, municipal or otherwise, be allowed. required or permitted to be executed, made. taken. given, tendered, accepted, filed or recorded for the security or protection of. by or for any person or persons. cbrporation, body, office, interest. municipality or other association or organization whatsoever, in any and all capacities whatsoever, conditioned for the doing or not doing of anything or any conditions which may be provided for in any such bond, recognizance, obligation. Stipulation. or undertaking. or anything in the nature of either of the same. 1, David M. Engler ' , an Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney given by said Company to • A. P. Eason, Jr. of Fayetteville, Arkansas. , authorizing and empowering him to sign bonds as therein set forth, which power of attorney has never been revoked and is still in full force and effect. And I do further certify that said Power of Attorney was given in pursuance of a resolution adopted at a regular meeting of the Board of Directors of said Company, duly called and held at the office of the Company in the City of Baltimore. on the llth day of July, 1910, at which meeting a quorum of the Board of Directors was present, and that the foregoing is a true and correct copy of said resolution, and the whole thereof as recorded in the minutes of said meeting. In Testimony Whereof, I have hereunto set my hand and the seal of the UNITED STATES FIDELITY AND GUARANTY COMPANY on (Date) June 5, 1980 dssi ant Secretary. n r 1 [1 1 1 1 1 1 1 1 1 1 1 1 1 1 11.1. VI PARIAH N1 M HOUSING Atln VII nAN (If VI 1 fll'NI 111 UID FOR UNIT PRICE CONTRACTS Place I`aycttoy 1Ile, Arkansas Date Project No SW -78-7906-7 Proposal of Jerry D. Sweetser, Inc. (hereinafter called "Bidder")* a corporation, organized and existing under the laws of the state of Arkansas as Corporation • a partnership, or an individual doing business To the Community Development Program City of Fayetteville Gentlemen: (hereinafter called "Owner") The Bidder, In compliance with your invitation for bids for the construction of a Contract Section II - Sidewalks t Storm Drainage along Rock Street. having examinedthe 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 protect 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 prices stated below. These prices are to cover all e xpenses 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 •HUDd738D(249) R.plec•• CFA•738•D which is ohtolet• SECTION II 4-5 i C 1 F i 1 r i i i i 1i Ridder agrees to perform all the construction work described in the specifications and shown on the plans for the following unit and .lump sum prices. Ridder may not "tic" his hid for. this Con- . tract Section to any other Contract Section of this project. He may bid any one or any'combination of Contraction Sections. :CONTRACT SECTION 11 Item Estimated Unit No. Item Quantity Price Extended •1R Site Preparation Lump Sum $ , >00.°f j„ S, $ 2,000.00 Two Thousand /Dollars/L.S. (Words) 50 2R 13" x 22" CMPA Culvert. 373 L.F. $ 10 /L.F. Ten Dollars and Fifty Cent; /Dollars/L. F. (Words) 3R Curb Inlets Five Hundred Seventy -Five (Words) 4R Junction Box Five Hundred (Words) 2 EA. $ /Dollars/1.A. 00 /EA. $ 3,916.50 $ I. 150.00 1 IA. $ 500/EA. $ 500.00 /Dollars/EA. SR Pedestrian Bridge Lump Sum $.)1400_/L.S. $ 1,400.00 Fourteen Hundred (Words) /Dollars/L.S. 6R- SB -.2 Base Backfill 50 Tons $ 1.0.0 'Con Ten /Dollars/Ton. 7R Type I Al (Words) $ 500.00 Concrete Sidewalk 1,540 S.F. $ 1•�/S.F. $ 2,310.00 One Dollar and Fifty Cents /Dollars/S.F. (Words) SECTION II 4-6 1 i i 8R Concrete 'Street Pavement Fuer lti'•r, n (Words) 9R Topsoil, Seeding, Fertilizing .and Watering Three /Dollars/S.Y. 60 S.Y. .$ I1 R.Y. $ RhO.0O /Dollars/S.Y. 210 S.Y. $ 00 630.00 (Words) TOTAL BID, CONTRACT SECTION II: $ 13, Thirteen Thousand Two Hundred Forty -Six Do].]ars and I11ty'Ueuts 16.50 .(Amounts are to he 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 re- ject any or all bids and to waive any informalities in the bidding. The -bidder -agrees that this bid shall he 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 hid, bidder will execute the formal contract attached within 10 days and deliver'a Surety Bond of Bonds as required by Paragraph 29 of the General Conditions. The bid security attached in the sum of 5% of :ETD BOND ($ ) 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 liquidated damages for the delay and additional expense to the Owner caused thereby. Re if", i� LI/L ully Sulalnrit c( By: (SEAL - if bid is by a corporation) resident 0. Rti, 5(n T.,y(t1? Vi]i(', Ai i tie) I: 'i 0:i 1Business Address and Zip Code) SECTION II '4-7 1 1 f 1 1 1 • 11.1. (NPAR1Mf NT Ill Ilnt,Sr/lr, AND IIR RAIZ of VI l OI'ul N1 BID FOR UNIT PRICE CONTRACTS Place Fayetteville, Arkansas Date 'l' Project No Proposal of Jerry D: Sweetser, .Inc. SW -78-7906-7, (hereinafter called "8ldder")• a corporation, organized and existing under the laws of the State of Arkansas • a partnership. or an individual doing business as Corporation 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 III - Sidewalks & Storm Drainage along Wood 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, 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 prices stated below. These prices are to cover all e xpenses incurred in performing the work required under the contract documents,ot 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 numher(s) or the word ('None" as applicable •HUD -4238D(249) R•ploc•• CFA -138-D which i, oh,ol•,• SECTION III 4-8 1 1 1 1 1 1 1 1 1 1 1 1 1 1 11 1 Ridder agrees to perform all the construction work described in the specifications and shown on the plans for the following unit and lump sum prices. Bidder may.not "tic" his bid for this Contract Section to any other Contract Section of this project. Mc may bid any one or any combination of Contract Sections. CONTRACT SECTION III Item Estimated Unit No. Item Quantity Price Extended 1W Site Preparation Lump Sum $ li,292.jL.S. $ h,292.0O Four Thousand Two Hundred Ninety-`tv'y (Words) 2W 18" CMP Culvert Nine Dollars and Twenty-Fiv Dollars/L. S. or 1,132 L.P. $ ='/L.F. $10,1,71..00 CenyDollars/L. P. (Words) 3W Curb Inlets Five Hundred Seventy -Five (Words) 4 EA. $ 5i54EA. /Dollars/EA. $ 2,300.00 co 4W Type "A" Concrete Sidewalk 4,580 S.P.-$ 1'/S.F. $`,870.00 One Dollar and Fifty Cents /Dollars/S.F. (Words) 5W Concrete Street Pavement 540 S.Y. $ Fourteen (Words) /Dollars/S.Y. GW SB -2 Base Backfill 230 'Ions $ Ten (Words) /Dollars/Ton 00 /S.Y. $ 7.560.00 00 IO./Ton $ 2,300.00 00 7W Yard Drains 1 EA. $ 75./EA. $ 75.00 Seventy-Piv/Dollars/EA. (Words) SECTION I1I 4-9 i f f 8W Topsoil, Seeding, Fertilizing 180 S.Y. S.I./ and Watering 'll,ree (Words) /Dollars/S.T. TOTAL BID, CONTRACT SECTION III: $ 08.00 ',Hio.00 Thirty Five Thousand Nine Hundred Eight 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 finsihed work of the several kinds called for. Bidder understands that the Owner reserves the right to re- .ject any or -all bids and to waive any• informalities in the bidding. The bidder agrees that. this bid shall he 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 de- liver a Surety Bond or Bonds as required by Paragraph 29 of the Gen- eral Conditions. The bid security attached in the sum of 5% of BID BOIJI) ($ • ) is to become the property of the Owner in the event the contract and bond arc not executed within the time above set forth, as liquidated damages for the delay and additional expense to the°°`Ownercaused thereby. :a.: trir Iolt V P1I"`' dam+,` ° Arkansas-,as�icense No. ctfully Sib i President P. O. ' x 579 Fayetteville, AR 72701 81-263 (Business Address and Zip Code) (SEAL - if bid is by a corporation) 'SECTION III 4-10 1 1 r' 1 HUD a on.CD-t U. t. I)II•r.0 I PA( tit (11 11.11 I' l.: !?.•.. r.r v Ll VI; ISI r•! NI CERTIFICATION OF BIDDER P.FGARPING EQUAL EMPLOYMENT OPPORTUNITY INSTRUCTIONS This certification is required pursuant to Executive 0•der 11246 (30 F. R. 1231925). The implementing rules and regulations provide that any bidder or proscective contractor, or any of their proposed subcon- tractors, shall state as an initial part of the bid or negotiations of the contract whether it hos partici- pated in any previous contract or subcontract subject to the equal opportunity clause; and, if so, whether it has filed all compliance reports due under applicable Instructions. Where the certification indicates that the bidder has not filed o cbrr.pliance report due under applicable instructions, such bidder shall be required to submit o co:nplionce report within' seven calendar days after bid opening. No contract shall be awarded unless such report is submitted. Bidder's Name: Address: CERTIFICATION BY BIDDER Jerry D. Sweetser, Inc. P. 0. Box 579 Payetteville, AR 72701 1. Bidder has participated in a previous contract or subcontract subject to the Equal Opportunity Clouse. Yes PI No 2. Compliance reports were required to be filed in connection with such cortroct or subcontract. Yes PC1 No (—I 3. Bidder has filed all compliance reports due under applicable instructions, including SF -100. yes NI No (fl. None Required ri 4. If answer to item 3 is " No," please explain in detail on reverse side of this certification. Certification — The information aboveistrue and complete to the best of my knowledge and belief. Jerre . Sw user, President IA d' AIJD TLC OI SI C•4 CR (Pi LAst ITPLI Neer SIGNATURE Previous Editions Obsolete 6/5/80 DATE s-1 GPO 669.966