HomeMy WebLinkAbout120-90 RESOLUTIONRESOLUTION NO. 120-90 -
A RESOLUTION AUTHORIZING THE CONTRACT BETWEEN
THE CITY OF FAYETTEVILLE AND JERRY D.
SWEETSER, INC. FOR THE CONSTRUCTION OF
SIDEWALKS.
BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the Mayor and City Clerk are hereby
authorized and directed to execute a contract in the amount of
$40,527.50 with Jerry D. Sweetser, Inc., for the construction of
sidewalks on South College. The contract amount is to be taken
from the Community Development Fund. A copy of the contract
authorized for execution hereby is attached hereto marked Exhibit
"A" and made a part hereof.
PASSED AND APPROVED this
AttTEST:
az g5gy:
"City
1 a4
•
Cl�tkl
f
\
''m�..wi\P\\\\`S`\
`
;day of
APPROVED:
August
, 1990.
By: G!/4W4ra/!/ /// .si
Mayor
1
1
1
1,
1.
1
SIDEWALK IMPROVEMENTS
FOR
SOUTH COLLEGE AVENUE
7th STREET to 13th STREET
CD PROJECT No. E-273
1
COMMUNITY DEVELOPMENT DEPARTMENT
CITY OF FAYETTEVILLE, ARKANSAS
BID No. 90-32
COMMUNITY
DIRECTOR:
ADDRESS:
TELEPHONE:
{
JUNE, 1990
DEVELOPMENT DEPARTMENT:
Jan Simco
113 W. MOUNTAIN STREET
FAYETTEVILLE, ARKANSAS 72701
(501) 575-8261
4 MILHOLLAND COMPANY
-Engineering & Surveying
i 205. West Center Street
Fayetteville, Arkansas 72701
Telephone: (501) 443=4724
s
1
1
1
1
1
1
1.
1
1
1
.1
Advertisement for Bids
TABLE OF CONTENTS
Information for Bidders
B id Bond
B id for Unit Price or Lump Sum Contracts
4238-A
4238-B(R)
4238-E
4238-D
4238-C
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 and Prevailing Wage Requirements 1422
Contract
4238-F
Bonding and Insurance Requirements (for Recipient
Information only) FMC 74-7 (B)
Performance & Payment Bond (In Conformance with
State Law)
Certificate of Owner's Attorney 4238-J
General Conditions 4238-S(R)
Supplemental General Conditions 4238-N(R)
Supplemental General Conditions
Opportunity Provisions
- Special
Equal
Supplemental General Conditions
Compliance with Air and Water Acts
- Certificate
of
Supplemental General Conditions - Special
Conditions Pertaining to Hazards
Federal Wage Decision, Minimum Wage
State Wage Determinination, Minimum
Technical. Specifications
Rates
Wage Rates
•
Part 8
Part 9
Part 10
,11,
`r1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
HUD -4238-A
(5-66)
(Rev.. 09-89)
ADVERTISEMENT. FOR BIDS
B id No. 90-32 Project No. E-273
OWNER: City of,Fayetteville
One sealed bid for Sidewalk Improvements and Fence Construc-
t ion Project for the City of Fayetteville will be received by the
Purchasing Department, City of Fayetteville, Arkansas at the
Purchasinq Department Office, City Administration Building,
Fayetteville, Arkansas, Room 307, until 10:30 a.m. C.D.S.T. July_
16, 1990, and then publicly opened and read aloud in Room 111 of
the City Administration Building.
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
following location(s):
Milholland Company,. Engineering & Surveying
205 West Center Street_
Fayetteville,_ Arkansas 72701
Copies may be obtained at the office of Milholland Company,
located at 205 West Center Street, Fayetteville, Arkansas 72701
upon payment of $100.00 for each set. Any unsuccessful bidder or
non -bidder, upon returning such set within 7 days after Bid Open-
ing and in good'condition, will be refunded $20.00.
The Owner reserves the right to waive any informalities or
t o 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 require-
ments as to conditions of employment to be observed and minimum
wage rates to be Paid under the contract. The OWNER is an Equal
Opportunity Employer. Community Development Block Grant Con-
struction Funds have been allocated for this project which is to
constitute 100% Federal Funding.
No bidder may withdraw his bid within 30 days after the
actual date of the opening thereof.
Date:
1
1
1
a
1
1
1'
1
1
1
1
1
U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT
HUD-9238-B(R)
INFORMATION FOR BIDDERS
1. RECEIPT AND OPENING OF BIDS
The CITY OF FAYETTEVILLE, ARKANSAS, (herein called the
"OWNER"), invites bids on the form attached hereon, all
blanks of which must be appropriately filled in. Bids will
be received by the OWNER at the office of the City Purchas-
ing Department, Room 307, until 10:30 a.ni. Central Daylight
Saving Time, July J%, 1990, and then be publicly opened and
read aloud in Room 111 of the City Administration Building.
The envelopes containing the bids must be sealed, addressed
to Peggy Bates, City of Fayetteville, City Administration
Building, 113 W. Mountain Street, City Administration
Building, Fayetteville, Arkansas, and designated as bid for
BID No. 90-32.
The OWNER may consider informal any bid not prepared and
submitted in accordance with the provisions hereof and may
waive any informalities or reject any and all bids. Any bid
may be withdrawn prior to the above scheduled time for the
opening of bids or authorized postponement thereof. Any bid
received after the time and date specified shall not be con-
sidered. No bidder may withdraw a bid within 30 days after
the actual date of the opening thereof.
2. PREPARATION OF BID
Each Bid must be submitted on the prescribed form and accom-
panied by Certification by Bidder Regarding Equal Employment
Opportunity Form HUD -4238 -CD -1. All blank spaces for bid
pricesmust be filled in, in ink or typewritten, in both
words and figures, and the foregoing Certification must be
fully completed and executed when submitted.
Each bid must be submitted in a sealed envelope bearing on
the outside. the name of the Bidder, his address, and the
Project name and Bid Number for which it is being submitted.
If forwarded by mall, the sealed envelope containing the bid
must be enclosed in another envelope addressed as specified
in the bid form.
1
1
1
1
1
1
1
1
1
1
U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT
HUD-4238-B(R)
INFORMATION FOR BIDDERS
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 contract:
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 Opportu-
nity.
Approval of the proposed subcontract award cannot 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 reporting requirements
to which it is or was subject.
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 that such telegraphic communication is
received by the OWNER prior to the closing time, and provi-
ded further, the OWNER is satisfied that a written confirma-
tion of the telegraphic modification over the signature of
the bidder was mailed prior to the closing time. The tele-
graphic communication should not reveal the bid price but
should provide the addition or subtraction or other modifi-
cation so that the final prices or terms will not be known
by the OWNER until the sealed bid is opened. If written
confirmation is not received within two days from the clos-
ing time, no consideration will be given to the telegraphic
modification.
5 METHOD OF BIDDING
The OWNER invites. the following bid(s):
"SIDEWALK, and FENCE IMPROVEMENTS for SOUTH COLLEGE AVENUE
from 7th STREET .to 13th STREET.
2
1
11
1
1,
U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT
HUD-4238-B(R)
INFORMATION FOR BIDDERS
6. QUALIFICATIONS OF BIDDER
The OWNER may make such investigations as he deems necessary
to determine the ability of the bidder to perform the work,
and the bidder shall furnish to the OWNER all such informa-
tion and data for this purpose as the OWNER may request.
The OWNER reserves the right to reject any bid if the evi-
dence submitted by, or investigation of, such bidder falls
to satisfy the OWNER that such bidder is properly qualified
to perform the obligations of the contract and to complete
the work contemplated therein. Conditional bids will not be
accepted.
7. 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 except the
three lowest bidders within three days after the opening of
bids,;and the'iemaining cash,rchecks, •qr bid bonds will be
..returned promptly after the OWNER and the accepted bidder
,have#Hexecutedi Ehel contract,.por if no award has been made
within..3.0,dayst-after the date I'of the opening of bids, 'upon
ll demand;of' theJUidder at any `time thereafter so long as he
�taslnot.been notified of the acceptance of his bid.
1!LIQUIDATED_DAMAGES )FOR FAILURE•.TO ENTER INTO CONTRACT ;.
The successful bidder, upon his failure or refusal to exe-
cute and deliver the contract and bonds required within 10
days after he has received notice of the acceptance of his
bid, shall forfeit to the OWNER, as liquidated damages for
such failure or refusal, the security deposited with his
bid.
3
s;
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT
HUD-4238-B(R)
INFORMATION FOR BIDDERS
9. TIME OF COMPLETION AND LIQUIDATED DAMAGES
B idder 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 30 consecutive calendar
days thereafter. Bidder must agree also to pay as liquida-
ted damages, the sum of $250.00 for each consecutive calen-
dar day thereafter as hereinafter provided in the General
Conditions.
10. CONDITIONS OF WORK
Each bidder must inform himself fully of the conditions
✓ elating t� the construction of the project and the employ-
ment of labor thereon. Failure to do so will not relieve a
successful bidder of his obligation to furnish all material
and labor necessary to perform the provisions of his con-
tract. Insofar as possible, the contractor, in performing
h is work, must employ such methods or means as will not
cause any interruption of or interference with the work of
any other contractor.
11. ADDENDA AND INTERPRETATIONS
N o interpretation of the meaning of the plans, specifica-
tions or other pre-bid documents will be made to any bidder
orally.
Every request for such interpretation should be in writing
addressed to Milholland Company, Engineering & Surveying,
205 West Center, Fayetteville, Arkansas 72701, and to be
g iven 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 specifications
which, if issued, will be mailed by certified mail with
✓ eturn receipt requested to all prospective bidders (at the
✓ espective addresses furnished 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 obli-
gation under his bid as submitted. All addenda so issued
shall become part of the contract documents.
4
1
1
1.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT
HUD -4238-13(R)
INFORMATION FOR BIDDERS
12. SECURITY FOR FAITHFUL PERFORMANCE
S imultaneously with his delivery of the executed contract,
the Contractor shall furnish a surety bond or bonds as se-
curity 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 inclu-
ded herein. The surety on such bond or bonds shall be a
d uly 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 dated copy
o f their power of attorney.
14. NOTICE OF SPECIAL CONDITIONS
Attention is particularly called to those parts of the con-
tract 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, municipal ordinances, and the rules
and 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.
5
1
1
1
1
1
i
1
1
1
1
1
1
1
1
1
1
1
'1
U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT
HUD-4238-B(R)
INFORMATION FOR BIDDERS
16. METHOD OF AWARD - LOWEST QUALIFIED BIDDER
If at the time this contract is to be awarded, the lowest
✓ esponsible bidder does not exceed
e stimated by the OWNER as available
t he contract will be awarded on the
bid exceeds such amount, the OWNER
may award the contract on the base
deductible alternates applied in
t hey are listed in the Form of Bid,
as produces a net amount which is withinthe available
funds.
base bid submitted by a
the amount of funds then
to finance the contract,
base bid only. If such
may reject all bids or
bid combined with such
numerical order in which
17. OBLIGATION OF BIDDER
At the time of the opening of bids, each bidder will be pre-
sumed to have inspected 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
no way relieve any bidder from any obligation. in respect of
MS bid.
6
1.
1
1
1
1
1
1
1
1
1
1
1
1
1
U .S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT
HUD-9238-B(R)
INFORMATION FOR BIDDERS
18. Safety Standards and Accident Prevention
With r• espect to all work performed under this contract, the
Contractor shall:
1. Comply with the safety standards provisions of applic-
able laws, building and construction codes and the "Man-
ual of Accident Prevention in Construction" published by
the Associated General Contractors .of America, the
✓ equirements of the Occupational Safety and Health Act
o f 1970 (Public Law 91-596).
2. Exercise every precaution al all times for the preven-
tion of accidents and the protection of persons (includ-
ing 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
t he immediate removal to a hospital or a doctor's care
o f 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.
7
U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT
HUD-4238-B(R)
INFORMATION FOR BIDDERS
19. Each Bidder shall be responsible for obtaining from each
utility company and government agency all construction. stan-
dards, requirements, specifications, and construction costs
necessary to successfully complete this project. The suc-
cessful bidder shall be responsible for correlating all
phases of construction, including all utility companies and
government agencies involved in this project. The success—
ful bidder shall obtain from each said agency and/or company
a set of specifications and plans for the construction
required, and submit one (1) copy of each to the Community
d evelopment Department Director and to the Engineer prior to
the "Notice to Proceed."
20. The successful bidder shall be responsible for obtaining all
Bonds and Permits required by the Arkansas State Highway and
t ransportation Department, prior to the beginning of con-
struction. Send correspondence to: [WHEN APPLICABLE]
Arkansas Highway & Transportation Department
Attn: Mr. A. L. Holmes
D istrict 4 Engineer
P .O. Box 1424
Fort Smith, AR 72901
One (1) copy of -each bond and/or permit shall be submitted to the
Community Development Department Director and to the Engineer,
prior to the "Notice -to -Proceed."
1
1.
r
1
1
1
1
1
1
U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT
BID FOR UNIT PRICE CONTRACTS
Place: S-CQL.w[.c- S'De-t-"Q^-
Date: Vf rb`cvo
Project No.: E-273.Bid .No. 90-32
Proposal of. %,D. Swtetset tnicl (hereinafter
called Bidder)* a corporation, organized and existing under the
laws of the State of Ara.c“1/4..t5r4S ,* a partnership, *or an
individual doing business as•
To the COMMUNITY DEVELOPMENT DEPARTMENT OF THE CITY OF FAYETTE-
VILLE, ARKANSAS, hereinafter called OWNER.
Gentlemen:
The Bidder, in compliance with your invitation for bids for the
construction of SOUTH COLLEGE SIDEWALK, PROJECT No. E-273, having
examined the plans and specifications with related documents and
the site of 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 here-
in. These prices are to cover all expenses incurred in perform-
ing 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 a written "NOTICE -TO -PROCEED"
of the Owner and to fully complete the project within 30 consecu-
tive calendar days thereafter as stipulated in the specifica-
tions. Bidder further agrees to pay as liquidated damages, the
sum of $250.00 for each consecutive calendar day thereafter.
1 Bidder acknowledges receipt of the following addendum:
1
1
1
1
Bidder agrees to perform all the work, described in the
specifications and shown on the plans, for the following unit
prices: -
*Insert corporation, partnership, or individual as applicable.
HUD -4238D (2-69) Replaces CFA -238-D which is obsolete
1
1
1
1�
1
1
1�
1
1
1
1
1.
1
J
1
1
CONSTRUCTION BID ITEMS
SOUTH COLLEGE SIDEWALK IMPROVEMENTS
1. Construction earthwork, in accordance with plans and specifications
for said project: NO TREE LARGER THAN 2-1/2" DIAMETER SHALL BE
REMOVED, EXCEPT THOSE MARKED BY THE CITY'S REPRESENTATIVE. Trees to
be removed shall be marked by City in presence of Contractor. All
trees shall be trimmed to a height of 8 V.F. above ground.
A. Clearing, grubbing, fence removal, disposal, backfill and
r backslopping, classified & unclassified excavation, approx.
300 C.Y., of which is to be used as on-site fill material
at the direction of the Engineer within the limits of the
project; 300 C.Y. @ S x-{-6(15,1-4oF" l�yµweto
bOLL,w.Q5 ($ rf SOt) c0 ) per L . S . -$ 6,50o
Compacted "hillside" sub -base material from OFF SITE
(Off-site identified as material purchased from other
than the Owner), 500 Truck Yards @ 5tx DOL -IRS
(S 6 e2°) per T.Y.-8300c•00
C. Subsidiary to Item 1.A above are the following:
1. Unclassified backfill with excavated materials;
2. Backslopping with excavated top soil;
3. Seeding, fertilizing, and strawing all cut and
filled backslopped and ditched areas relative to
the project;
4. Use of existing suitable classified material for
site selected fill material within the project's
street right-of-ways;
5. 'Removal and disposal of shrubs, bushes, trees,
buildings and other items within the right-of-way
necessary for construction;
6. Dispose of excess excavated materials.
* Truck tickets must be signed by Engineer's representative with date,
station: location and use.
2. Saw Cut, remove and dispose of existing curb and gutter for
new Curb and Gutter, Drive and Sidewalk Ramps and Drop Inlet
-.260 L.F. @ oME 11k-10us, 1P tt+a E, I+QNbn(D bo1Lne3
($ /3GY »a ) per L.S.-$ f300Ao0
0
SIDEWALK CONSTRUCTION: Sidewalk shall be constructed at locations
designated and staked by the City of Fayetteville's Representatives.
Staking shall be after all clearing, grubbing, fence removal and new
fence construction. Sidewalk shall be constructed a minimum of two
(2') feet from all trees•and fences, unless approved by the City's
Representative. Sidewalk shall be staked by the City's Representative
in presence of the Contractor and Engineer.
Construct 4" thick by 5' wide concrete walk per plans - 1970 L.F. @
Elc,.ktr Prvq . o aak.t.wrz5 50
($ ,g•Ja—. ) per L.F.-$ /7,2`37
1.1
4. Construct 6" thick concrete drive ramps 70 S.Y. @
Twerjr 7,40 bog -LAI -0_5 ($ as 0"
) per S.Y.-$ /5110'20
STREET CONSTRUCTION PER PLANS:
A. Sta. 17+00 to Sta. 18+00: Construct 2' wide concrete
curb and gutter - 100 L.F. @ TE rg DoLL^R S
($ /0.°= ) per L.F.-$ 4000
6. STORM SEWER CONSTRUCTION PER PLANS:
00
A. Sta. 17+83: Construct reinforced concrete headwall - 1
each @ SG-q6N 14-ornyzet CboLLaac
( $ 700• ) per each-$ JOp o0
-
B . Sta. 17+83: Construct reinforced concrete drop inlet -
1 each @ o -ie. 'rtfovy+•.,o two (4-D Vuucn.50
($ /0200. °° ) per each-$ (200. o
C. Sta. 17+83: Construct 18" CMP drainage pipe from Drop
Inlet to 20 L.F. West of curb - 20 L.F. @
-(-wc-nsi-, F .n- oowaw5 ($ 25:S" ) per L.F.-$ 500'0°
7. FENCE CONSTRUCTION: Fence shall be constructed on new Street Right -
o f -Way as staked by Engineer.
A. Construct new four (4') feet high woven wire fence
with two (2) barbed wires on top with metal posts
to`AHTD Standards, using 6" treated wood posts for Brace,
Corner andGatePosts - 1800 L.F. @
144FEE APO) 'e [iet-ug25 ($ .3•4-1° ) per L.F.-$ 430°.
Construct four feet (4') high 11.5 gauge hot dipped
galvanized steel wire with 1 5/8" O.D. Steel Line Posts,
with a four feet wide (4') gate of side wire with 2 3/8"
O .D.. Steel Top Rails for both fence and gate; TOTAL
fence and gate, 50 L.F. @ gwe 0ou"Q5 00
($ S. ) per L.F.-$ a5°'
co
9. RELOCATE EXISTING PILLAR: Construct a Concrete Footing 8'
"X" 8' "X" 18" Thick and Relocate existing pillar on said
Footing, Level with Plaque at 45 degrees to College Avenue o0
@ oNe 17+0usArJb 1)o1-4AV1.1 ($ /OOO ) per L.S.-$ IOW
***************************************************************************
50
TOTAL CONSTRUCTION FOR SIDEWALK IMPROVEMENTS $ 0,52.7
1
1
1
1
1
1
1
1
1
1.
1
1
1;
SOUTH COLLEGE SIDEWALK IMPROVEMENTS.
SUMMARY OF SID ITEMS
TOTAL PROJECT CONSTRUCTION COST $401517"t9
CaW_Cf 7/16190 pg.
1
1
1
1:
1
1
1
1
1
1
1
1
1
1
1'
1,
•
ALTERNATE PROPOSALS:
Alternate No. 1:
Deduct the sum of ($
Alternate No. 2:
Deduct the sum of
Alternate No. 3:
Deduct thesum of
UNIT PRICES:
HUD - 4238C (8-66)
(S
(S )
For changing quantities of work items from those indicated
by the contract drawings upon written instruction from the
Engineer, the following unit prices shall prevail:
1.
2. S
3. $
(Amounts are to be shown in both words and figures. In case
of discrepancy, the amount 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. Changes
shall be processed in accordance with Paragraph 17(a) of the
General Conditions.
Bidder understands that the Owner reserves the right to
reject any and 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 30 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 ten
(10) days and deliver a Surety Bond or Bonds as required in
Paragraph'29 of the General Conditions.
1
1 1
1
1
1
1
1
1
1
11
1
1.
1
1
1
1
1
The security attached in the sum of
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.
(SEAL - if bid is
by a Corporation)
HUD 4238C (8-66)
By:
Respectfully suitted:
i
(8igfiarure
v/GF ?Res( 2:11
(Title)
get 5uiLtac/sFe
590 4€9' Voac.AZ, Fw,?Lvnuc Aar., -1 l0 3
(Business address E. ZIP Code)
1
1
1
1r
Ztrtitt
4<i;fgasr<lgo,,rpaw;y siffeinItrtgi(n,
LNITED STATES FIDEL
KNOW ALL MEN BY THESE PRESENTS:
THAT
4.:9;n 'ilA"\4n:fff
BID BOND
Jerry D. Sweetser, Inc.
1,r
'4M
ARANTY COMPANY
BOND NUMBER
of k'.4yettey.i.l.le.. AR
""--as-Principal,—and UNITED STATESFIDELITYAND`
GUARANTY COMPANY, a Maryland corporation, as Surety, are held and firmly bound unto
City of Fayetteville, Fayetteville, AR
as Obligee, in the full and just sum of
Five Percent (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
materials for sidewalk improvement between 7th Street and 13th
Street. Community Development Project E273 City of Fayetteville,
AR in accordance with plans and specifications of Milholland
Company, Engineers, Fayetteville, AR 72701
THE CONDITION OF THIS OBLIGATION is such that if 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 contracts -then thisobligationto be void;otherwise'the-Principal-and- Surety -will pay unto the Obligee thedifferencein 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
July 16, 1990
(Date)
Jerry D. Sweetser1 Inc.
.[Y
(SEAQ
N"I$EAU
siderunITED STATES FIDELITY AND GUARANTY CO APMCO APM NYti _ 34
-7
M 1E3
1 ; 2'?
eAttoroey-in-f- ..
• P4." ;,tr
Ali.44.0Alt Sb ikN`JK. il..ill+.1.ii.:it\``Vi!SM.k.Aiirh(.l'T.Yllii (tt'
Contract 11
(Revised) (1-74) }
Robert M. Davis
SteldidttaVilliKafriifitI4n, _:;t
CERTIFIED COPY
GENERAL POWER OF ATTORNEY
No. 100117
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
Robert M. Davis
of the City of Fayetteville
its true and lawful attorney
•
in and for the State of
State of
Arkansas
Arkansas
for the following purposes, to wit:
To sign its name as surety_to andlp execute,seal and acknowledge ,any ,and all bonds, and._to.respectivelyda_and<perform_any_aad
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
FIDELITY, AND. GUARANTY COMPANY, through us, its Board of Directors, hereby ratifies and confirms all and' whatsoever the said
Robert M. Davis
may lawfully 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 thesignatures of its Vice -President and Assistant Secretary, this 31st day of
DeCanber A. D.19 87
(SEAL)
STATE OF; MARYLAND.
ss:
BALTIMORE CITY,_ _ _
(Signed)
(Signed)
UNITED STATES FIDELITY AND GUARANTY COMPANY.
my W,J,D, Saflervi.11e, Jr.
Vice -President.
Douglas R. Bowen
Assistant Secretary.
On this 31st day of - De�i�Er , A. D.1987, before me personally came.
W.J.D. SQltervi.11e, Jr. , Vice -President of the UNITED STATES FIDELITY AND GUARANTY
COMPANY and Douglas R. Bowen . Assistant Secretary of said Company, with both of
whom 1 am personally acquainted, who being by me severally duly sworn, said that they, the said W.J.D. Sa erville, Jr.
and Douglas R. Bowen were -respectively the Vice -President and the Assistant Secretary of the said UNITED
STATES FIDELITY AND GUARANTY COMPANY, the corporation described in and which executed the foregoing Power of Attorney;
that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was
so fixed by order of the Board of Directors ofsaid corporation, and that they signed their names thereto by like order as Vice -President
and Assistant Secretary, respectively, of the Company.
My commission expires the first day in July, A.D. 19 90
(SEAL)
(Signed)
Margaret M. Hurst
Notary Public.
Ye 0-