HomeMy WebLinkAbout59-94 RESOLUTION•
•
RESOLUTION NO. 5 9 - 94
•
A RESOLUTION AUTHORIZING THE MAYOR AND crry
CLERK TO EXECUTE A CONTRACT WITH SWEETSER
CONSTRUCTION IN THE AMOUNT OF $392.272 FOR
STREET, SIDEWALK. AND STORM DRAINAGE
IMPROVEMENTS IN THE SOUTHEAST TARGET AREA,
AND APPROVAL OF A BUIXiET ADJUSTMENT IN THE
AMOUNT OF $22,454.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the Mayor and City Clerk are authorized to execute a contract with
Sweetser Construction, in the amount of $392,272 for street, sidewalks, and storm drainage
improvements in the southeast target area. A copy of the hid tabulation and contract are attached
hereto and made a part hereof.
Section 2. That the City Council hereby approves a budget adjustment in the amount
of $22 454 00 increasmg Public Improvement Target, Acct. No. 2180 4990 5390 17 and
decreasing Acquisition, Acct. No. 2180 4990 5390 18. A copy of the approved budget
adjustment is attached hereto and made a part hereof.
PASSED AND APPROVED this 17th day of May 1994.
ATTEST:
By:
APPROVED:
By.
red Hanna, Mayor
City of Fayetteville. Arkansas
Budget Aiitortnint Fora iat" •
Budget Year - Administrative Services
1994 Division: Community Development
Program: Capital
Project or Item Requated:
Additional funding is requested fat the Public Improvement
Target Area Project.
Date Requested
May 17. 1994
Project or Item Deleted:
A portion of the Acquisition Project budget will be utilized for the
Public Improvement Target Area Project.
Justification of this Increase:
The Public Improvement Target Area Project bid came in over
budget. This project has been in the planning stage for
approximately two years.
Justification of this Decrease:
The Public Improvement Target Area Project is considered to be a
higher priority than the Acquisition WOjCa.
I;
Amount A�ouzt M� -
Public Improvement Target 22,454
sir
Amount Account Number Pwirstriumba
Appeal Signatures
Requested Me
AALleiti-r- tor
81-31-11/
•
I.: • Ii;Coma Am ...L. •••••••0lip:
••• •• 0: 1.., , . • ...
:tort m% - %:' 1•• r.-
5
e x..... . .
. g . AI • „le.° '; 1 •
' '41 •1111,:1•1.1 .1. ' 1. • 1
.1 ' •. ' ••••• ; .
•
.••'%- V.\ •••• • • • •
• • S • 1••• :-• .1{1 a.. ••• 1....11.6.k.ils .
: • . .;
• • r .1-4Ams. 4
•
're\
•• •
;•.'
I.& ' ••
I • ..
l•-• "
r•
•• :} ... • ' C • • • 2“ Inii•-•••• II' • • • ...
• . V. • • •• ft• a ft • .1.....% :1 • el -mt. 1 '.' 'I. . • 7. .Iii%7•
• • • • • •• : .•
. r ••• % 1,•• 1 mg • .
• .0'
• . • . • • • • .1 •
' 1.• m1 •••• '• • • •• 1 • •t: • -. •• • .• . •• ••••••
!.., • -, ••••••• ...I. •. •_ ••• •11" •-••1". .1. 4
• •• . m • 4 % •. . . . -1 i •• . ., av . • r . • ' da •
a • • • .. . .
• . . '. •
• . . .•
• • • . • a . •• • • • ••
L •
% ! :11.1.• I ... • • ii• . • i • • • • •
••a •
, • • ,•.; • •
▪ • •
1101 •
....di: i; .•
. 11
• . • F1':-• .• /. ... .,
'i • -
•
. . . .
1 ' • • ' '•• 1 1.1 .. •
IP...AN i.• • • 4 ... % .jr - %'.• 4
c . • 1
*- :....:14:?!.& :1011 Et
.... ...•. ....•
.
• 1 • :•• • '•
• t • I • •
a •
•
; r • ‘r ri..• • . •t• r . ..4. • ....
-ilk s •.4,,,..3/4„.4 a . r "
• •••
. •
. mi••.: W . •• ; • ms li• ... a•••••.7.•:. LIP; ... m:mr•
.
•
•
•40'• • -. • -••• • • 4t, .6%• . .. •.• - : %. .• . • 1
.
-yr
• ••• % •
, • 11. • " • • N. • - • • ••
. .
' • ▪ •-▪ •-• •• • • . & •:::!5",•;;„.0•
• me:. •• 1.•
•
•
.. •
' 1' ••••••
• '1
•
.6 . .• •11:1 1.••••• :%• ' •Ci • • . mm
• .•:
.•.
•
. .. ...•
•l• • .. 64..ma• '114. • . :. • L .
... • ..
. 7% •••• IC • •• 1: . ••• 1.1. • .
mil • • :• •• • I. 1 •
..
.1 •• a.‹ .. 1. I'..1%/•. . a. !. • . r
. .• •
• IL • a ..q 4. d
MO
▪ • •• .1 .1;1 '
. • 1
. 1 1 .
. • • •
• MI. .•
1
V.r • • •••••• • • • • ' •Pit . - :••. f
.
•
' . • • -
. . . % • •• ' •• 4% r w, ...., ••
4 •
...
. .. .
... .. ..
I' 1 ' -••-•' m o' ti • -••••
% • • . . . •
•
' • •:-. 1. .•-
• . 1 .. • . • ir i .. ..
-• • Am .
• .
- • I ••
•
1 .
• - • . em:....m• . . • . • 1 .. • • • • ; . : ...1•112
•. mjr *0.4. .... .4.1‘ .1..;. .• -.. .".▪ ,....1• ::.):1 !4. L: :'. .... ...1-...:/:
..::
. r
• % L . , • . • ,
•• . . . . . . . .
.. • •
.Fa . .
• • %• . - ' .•
•
• 1.0:m. m ••r. ' sem' sp. -mm- - • • ••• . . • A • . .. r
• •
• • i • '. •
•.:• •'? .17.-j-- t•P.• -•• r. '.•''
%
. •
• • • ' r-•••••/"....:5
.7.. . •. 1. .
. ..... 1 • . •
.
. . .
• I
. a ••
. . .
.
•
•
....t....i.•. •.... . • • 'L 1..••••..1 I . m. r.• . ... •%.'.i::-.0 : ••••:._
. . .
•
. .. . .0
.. .. ..
. • • ..• 4.. „ler
. 1 . •IL 1 • ▪ •. • • • • mmm % • • :milif
% .4 • . . . •
.
1 1 . • .
• 1 • ..
• . • • 1•
mm.
. .
• •
• •
• • .. •..:•• • . miir . • Ji• mr• i
• . 7•1•• ...•••• moem. ; ill • • • . • • • . IL • . i . .
. • .1
•
•
•
.•• • " . d:.7•11.: :14. . • mmilmim ...1.1.4."141' m?...7 d'.1 FAY MEIVILLE:mt:ARICANSAIS • .• 1 e :m .: . I •m. • .1Th
n • ••••••• •• % .^ . ..
• 1; 1.
11%. 1. .
.
• . ; I
. . • . . ..
. ..... 1 I.. a I . . • . . • % • .
. .. ... .•. .• ' - •
..
, a • •
•• • I•
1 • 1 • 1. • : 3 • Um° %%Mt ...I
• % • 3 • . ...
• • i • • • : a ••• • . • • • • • . • . • •.. .•.• : • • ill: ‘• ..• . ''' ....•....: . 3,1 1: in.: 1,
V • • • • • • a.
• " • m• • l• • •• 11 •
•
• • • 1
••I r . - • m'c m m • mmm • -Vim.
m • -% . ••• :4 •
• •°' • • mmm ▪ :4 °.• • • mt•d: • •• • • • • -••••,• • • •• . ▪ • •
• . • •
• • •-•••••• ••••▪ ••••
• ••• • d• s!'• 11.•• • . . • . • • ▪ • 1.
. •.
• .r. % •
• reu. ••••
• m•m• ;II 1° 41 • • • •
• • • •
• • • •
•
• • •
"I• • • • mm •.• • • , • • • • • wis•mm •
••• • • • • • • 1 • . • • ••1 • . m •
•• • . •
. • • .-" .
W
% m
•• 11 • w er .
. ▪ - • • • ' ••••
• • ••
• 1 lie ;
•••• • .
111.
NO; :9aie�
PROACT
▪ • •
•
1.1
▪ •
•
•
. 1
•• .•• •. Pm. 4• .• %•: at•. ▪ I••':a.1m:..% bI Cn.1•.
1t:iv.•,. • -•i,
..1.. .• .; •'
••
IP MS i
.
▪ ....0.
•4
:•
•
.•
▪ •-.•
i
• • -
i • ma
a' • • •• rmt • . • .a•.IL . .„51.'• v••••• . mi. m‘ • •.• •I• •t • r
▪ • ..• .„I.• .n • • • •
1 l% .••
i• •6‘ ••. ::. • ••
.a•Ila_I " '.- •- - N..1 .
• te•• . k- 1 •• .• 1
F1mtw-°. . 4 • i1 . • E . ' It • .4- ..n -&'L..,4 : C: -I,• . 1- • • •- 1 • • • •••P • .. • • ME•..
C -c-1.. 1 • ••iJJii•
c
•
il•m
1 .• . • • •
11
• • "1".'-•:. • •• • - • . • . •••• • •
- •
P .1 V •
▪ .;• • • • • •
▪ 1.• m:r• •
1•• •°
•
• • 6••.•:• •• • • • •
• •• m. •••: .&•• ti • • t.• • • • '4 •
• •-•'• • . %I':
.• • r -1•••'r •••• • t .
:••• • .6 • , : • ; •
•di •
. . • ft % •••
. • • • POI ••• J••• ..... • ••:. • 1 ' . •• • •• ••
• •
• • • a . • . la .C• • t• a .•• .0 I • : • :
. mil .:
. . . . . • .14i.
• m•••• •••• AZ .1 • • 'a m•'•••• . : ms 7 .mL. • • . a -
.. .
•
.. • . ;?, .• , - -• '• 1
. . . ‘, .
: SI WM.:, : ti •
• . •
.1)::•••
..
. s . . s .
Elm : :• :
•
.: • • • -1 •• • ' • 4 • f •-
• .. . ibialaiiii• 6. akaird111.111#111* lifilm ••
••••• - , .
1- .; I' " me'••• 1.1? .-:•11..-1•". • ..nto.thrtligrage...-SP21•0.110k1422.' • : ; j.
• Etteddllesitatiadias 72701F19° . .
' .. '210:111.44372377:- -• .1 I.: ▪ :
7%
•. •., e•• d•m•••:• 1 •••t •• ••• 1..• .: •rti.mr•
••.
.
•
a P1 • •;•4 ••I• m 1
▪ e • . •••-_.0d't •C-1 ' i •
•,, J.
. • ▪ .. .
▪ •
•
• 1 •
•• • t,• .;• • • • .1 • •
.
• .
.
.I
.'
m "•
••• •
1 • ..•
••a•.•g.• •••• r •• • • • ▪ • • mom • ▪ • r•• :1• .▪ • 1 ••
irr'•• ▪ L"• ▪ • •• ••▪ •7 1• ▪ g311 •• .• L'• •••• .•
▪ r • •
• .
• I
•
1
..k..• .11" ... 1. ..:.1(1: %. ar'S % .
Irer• 1:!•-...•....:.•ef..,....;;: : ..... t 3. 1.. • %
• • - : .• •
• •••rim•• ' 1 •.: 4 • 1.0%•.t...... • .. • a_ . .•-.. • e
•. • .: .
Ir.*/ .i.:2•1..•
.N.-1,, .4... 1 •• •• 1.„! it . .•._ . , • .... 1........
• .•
. • . . . . . - . .
. • . 1
. • I. •
• • • 'I.. ' '11 Li
, • ‘. • .: • LI •••••
%•• • • • • ..- •
f • .•
.
. .
•,-i :mil rIC...: a .1711.1; •
• • 1:.. ; • 1 ...••••Zwitik..0r.-1•1 •
•
•••• •• •.•
1. :••••••::• ;•:C"..
•
.4' . .
•
• • !! -• •
•
" k.:-••••
• .> 'It: • .
. • 1. • .
N • %
• 1.• •
I• • •• ' • • 4 •.•••• • • • • .% • . • ft•e d• •
• -0 ern fAvrtitin
•
.: - • ? ' ".
1 •• •••1•••;%.,e: / -: ' -..;••••ilr• . • h. .y ;....e. •• • • . r ..- •. • on i4 r.m • ..
•
:• '1. • 11-'1° 'LI •1. •• ich?Iii.: ......1.• :.'r 4 : . . . ' . te -
•• . Ph - m.P. 1 ••IC:" • et. •. 1•1% 1 • •
•
•
• . • • 1 .. •• • . • • .
• •• • . •• : ...••
? • i ..1 • 4
• . •
• : • ; he; 1.••• •• .1.- • • • ' • . •• • VI ••••••r. 0: ' •• me • • • • • It . % • • •
• mil 1 Imo. • • % El br I ....•• It
•••• • m" 'A -1V-• :;4•% • ll• • CD •STIREErVIIPItOVEASS L. ; . - . • • %. si
••• . .
•
•
.• , %
•
.. . : .. ..: 1.• ; •N &tile,: epaz.vir.• : . • • • • 7. • .2... ::•... 1. , '• 1•• • •
-. • • •••••-•1 • 'et "• - amo. Sy./ a...c...:•ti t .. P I .• • . ...T. : • .
% .•.
.t . • 1 :CNC. I.J..../..,•••vf . .1m • .. t '
•
•• met ..L. .6 .•):1-: Kr z::.-ifea....L ;I' : • . • . .. ; ..• . . Fon . - • •
m• •
•
:•• °I • : •• • •
•• • art .. 1:71:1-1:::.c.1.^1...C• &h. .1.51: ma f •.' ..... z.. '' .m. ... • • - i 1
m• .: %.!,- .4 .1.1:i• 11.7..•/•1* -'1 P're• • • • • i
. • ..• . ••
ii• ••••••71•441:6911• . ...Imo . ••• • • • • - • •• .. . • ..• . • . •
1
• . • • • .4 • • • • • . •
.•
. • • .1.14 :4 ' • • 1. at .'d• • ; " . • gm •
-e-
• • :lb •
• • • .
g .• I •%
bob*.%„r1a1. 1p ••• e••l b••• v- 1'E.N.4. • .'.
C • 440 .• .. •
2 ••••••
••.• A1I
.
.
• • • •
1. „I.L.? .. •..;.g•.. • , •... •
a 1
1 • • • •
I;•
.. ••
••t.:,,• .. •.• 1.
- .• .-1/I • -• . ;
-3 - •i••.r 4-4 -
:1%•• ••IP4...•.• .••..- . . .. . • .• •
•• • .
•
..
. • . . : ' • - . ...
• •
•
• •-• .
1# • -•• ••• 1.11.•....- .1 ••••• m• ••• • • • - --
• . •• • 1.• • •••:•%•••: • ..' .. :1.
• ..• ..'...• ; .- • •II.LV•r• • .1. 1 1. 1:
• •• • •
a • 1 • r: •
: • _VI: 4 '1.1'.•:. !.
•
• • ••••
% • . • . 1 - • 1.:: -: - .a • - • • • a '
• • :1'...........-1 -..:•••;..4 • •••••.! .. •
.. • •
..:1.-..- •' .7.1. • ''....t:•"! r...: a 'in'. 1. la
•
•
, • ,.. • .. • • .• !
.1 c • ...a -4T%. ' ....-...- r
•'11 1 A • 1.• "Y"• : - •-• •• w.
1. •
- • a- r.•p •:•••• : r .. . 1 :-
•r•
••
. • •• ..
• •
'
. . . - • •
1. . . , .• : a•••••".° . ••• •
a
.a •. •..., ..- -••
- • • • . Elbe . • •
• • •• .1c • 1 • .•
., .1-•. r • • • ••- •• IN
•• •
• •
•
• •• • .• •
• , • • •.
•. .. I • • .. • •A 43. 1 '1 - . .•-
•.•• • • f- • a ' .. ••. ••• • "
1 ...•l . • . :
• • 1 . . .%.
• : .• . :. :5. .' '..P:rcimr. ':(4.- ! ..;• • • • .• %
• • - . •
.
.. -
•.. .
.
.... .
•
•
•
.•. ; •.-....."...1.4 l: , %. ••
.. : . ........ .1; ;•
.. -....,... 5 .% • . !I ••• • 1 '0 • • .t. me • .' • 1 .•• e • • • •. .. • • • •
•
•
. •
. • 1 . • .1
• • • '. ma • • . . '1m a mm. . - : .: •• ..•.;• 1,•••::;„1- °I- •.• LI: ; . ' .. • • .
. . - mr • •5•• A e;Pamm.42"•• m; • . : . mmia:
• •• .• .• •• .:;.. • % • 11% • •• • . • • m • 0 " : ;11.2. • •• I l• ; • 14.:: •.'• .- -',. . •• • •1 1.1 •• ) " °, •• . ' L ';' •'- : • •m: - m• • • • • J11•: k • ) •
•
1 ...k .: IN• k ••;,;:.! ..% r•m•s- .•311..1.• .1••• • ". 1. . •••• IL • • • 0: •••• ... 1• . •Im. • °: 1 • :: , 1 • 1 • 11. - 4. 1., • ....I. i` : .• C. .... 9 tm: ..'.2 ..• 1.-j•/ • '..1,4.1
•..
S.
:•• . .. L . • i' L • .• .m. • •"•• ; ' ' % ' i• .. • .1.0 1 1....; '. •.• 1-.0 •••. .1. E. • .:..1.•
l• 1•11 •• 1 • •
•
I: •OA ••••
• • • •• •••• 7t ...x.,........ .• • . .
• .• . . •
- •• .1. • .. - ..r 1. Si .16 : ;•• .•..• •• . j. I r . .
•• • um •••• L : ).• ;• . . • • • •;.1 • m • • • • '.4:. •Lm • • ha' • 1 :. • . ...1....14 ;II • . : m. .
.- • .1
•
• • •
•
''" '' m i• i'ml' • • 1k1: 4 . . • • • •
• -. • • • .. .• •01.•• • • • • ' ' L. •• S' • 1
• • . • . . .• . • • .
• • lir.. ..• 2..1.'1
•• :
•
• di
. . ' .• .M1 • • .1. • . • m' <Pc •fr 1.• •111 • •••
• m At. •
1 ... •yellsrEVILLEAR
• • . .., . ;.. •• • '
. ....A • lic .1 • • . • • . . ‘ .• • .
. . .
-r ..
• . • . . • • :
' .' 'O. 1. 3?' • -1., •11. ....• •••, 1._ t_ . .
. • . •• - .. ; . •• .. ; . ; .. .1 ...- .... ... .• ..s.....c% ; . .. . ...%%-• • •-•
• ..• .II
t.
•
•
•
: • i '. la 1 •••":' .: • dm••
-• • ' ...dr • .1' • • • 1 • • • ! • • ef • • v .i.• ....••...:-. ... 1 • •• a ... .• , . . •
• •
1.
•
•
. • • .= , •••
• .
••
14 ••n•• % :. iii•••
• • mr, . r A • : virio.c..1,_ , ......••
• •,. • •• • •
. •
•
1„, •ri. ••••••• . .• .,,,,,...?• ...... •ip 441 I ... •••111 . : 1. • • • j • . .. •• ••
•
. ••
•
• ,
1 •
•
..
... . imm• r • •1 1•••• IS • • !..1.2k. • . • P.
• Jim:. :- • .
.•••
•
•
. . • •
• • • -
.
•
, .........-•;,.....16%:•• •To•••.111:5•01.1. • •• • • • •. . .• • :. .•
• •
- •
• • 1% . , r. A ir. e 111..1 •Ar -41. .n.: • -• • ..•. . I%•. •• . • .
. • •
i 1.
MEN ......1 .... i I;MMi .1; .. :k.ti : • • • ......M. 1 M MM M M . ..... ••• ...•• ri .1• . 1st ••• •-•• ...• 1.... :4 • .... 1 ?I . • • ar ••••?" I m ' •••;• m •• ••1'•I ;1•••• . mm gm
•• • ...:.•: 1•Tkri.m...r• :1. ..rl. _.:. 1 ... ;
li .11s -• • • •• • • •-.1. 1 • 1 .
• •
M1-• :Ai' •••• •
13 1 • mil .••I! .. r 4. at. •••
r: / ... 11.••:/. 1127.11.• ...•• mg.:. 2.• • •• •• N. • •
••• •
• II r• ••• .. IC= 4 '-• " •
..u• • '1 ••••••1 e•••• 4 'Eyre. • '.•-",. .. • ••• ' • • •
..
• ), _ 11..1. • r.611C Imo .6111a...•• • !hal 5. lit • r" • • 1 . ••• m r "• 6;t: . 0.'11 1:•••• • : am •• • .. 4.• • •• 6 2;ls 01. ;I. .01 -,i ‘ •• ma.. i .. • •• ----
1. •
• • • % ..MM 14 • - F %NM: 4PFM MIA ME •
••• cc .r. - . •• •
•••• P
• • • . .. °POI
• Il• 1 ••• 1 ••• t. 04 fic . • ...,••:.r v:: .• , • .
•
• t •
• . .• ••• ••• • • . m• .
..• ..•••••• : •1. • .•• 1.° •
."
% .•••••t4 •:••• %• •',• • • - • • .rt.
•
• .••
•
•
••• :I.. • -6.1-4-=•••••• ;SAVE• •:.• 1:°•.5 •:• .• • ...I • ••
• ••• 1
• • .•• • .•.• 0.
• • • ; ••• %le? %it •••4 r• • - •••••• • '•• ••-' •• • I I een: 1. 1.1 .% •
...•
•
•
•
.
. .
„ • • • • :P•m.i II 'V im mm •• .. . 7. • • • • ..
. • • . ..,. . IL". %. i ••• •• " • • •Ilm 0' : :1 • y ' •• • • • h.': •m• • 1 :.
.-'..1. ... e•
..: :,..•...4... .... •L• . -1: •• •c .1 .- 4. • I. .••
•
..
.. . • • •• •• ••
• •• , • • •• 4- • . • .1 ..• . I. .% - •
•
•. . .....• •-VP..1:...1/2: 14 •••e• - 2: M MM • M. MMI 4. M.. IM M. MM .1- :: • ". • l'I- 1 -. - • ...• •••-.1. •1
•
• •- 2.5..•• II... I •• • • r. 1 T ••
•••1;• i •• • , • ...: drip. d .......•, •. : I
.1 e I : • 1 • ow- .•
•
.•1 : S fl; .•• -. or •°. 1:.! , . .
•
.I..1.7 ... ••• ••• - -,-;•-• • • - • ' - „ a • ''' ' • •
.. • • .
•
# _ • / • • ..
• • •• • it : - ' I ••'
t . . ..f.. El• t •41t 1:1.1.1 m 0.: 1 II' . •
1 • •• • • • •• ••
• • • . • •
•
-•••• • ..:‘ • •imi./3 •• m mh. ' • 6 •g'IL a • • •1•
. • • • • •• •
••• •
•
• •
3•0. a% ••• m• • •••• •• • . . • :•1%
7 :' . : • • 7:1..tir.1)4.1.' °.
. •• • • • • '
•
•
• •
. .. 4 %• 4 - & .- • t •••- mg• • .• % ' • . • • •
- •
• .
' .: • • • • :I; • ••••• •
•
•
oh• M1 •
1
• il • •, : 1 :A, ...•..• 11:r1•m
A0•%• eI••I
1•
. •
•1..10I•1 m • • .
. . E
- I
11••i•t-•i•
a.. • lthd•ra gt•tie•aMi. r•le.•
12•211 '-
•1•i•id.1:••1:•.•r.•?..-:5iI •••! o - .
•• , • • M1.
• a '
-
•M
. -
.g
• ... m: 1••
. • •.• .".•-
.-aI.• . . r• •• .11 . •MeN.as dIne';•'•.:•
6EP"t1 . ‘•
m . . •
...
a. •
•• . :f • 1 .• 1 . . .•
•
••1:• 1_
T • • m1.•a I • m • .: 11%11 110114323Z: ; . a .11: iO41' 1 at %• . •• .. .:. .
. • 1 •
a •• I -,C I. ••• . .4 1 • .: ;• 1m
.1 . •-s . .
..• ••.
.
0%‘• j.-•."1 M1 ••„-I,Wmf.• .. • •1 . :: . I . ., m 1 .•
• .. g• ..•
•
E.••
.0.
:•
•
•a
. •
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
TABLE OF CONTENTS
PART/SECTION NI SUBJECT PAGE N,
PART I BIDDING REOUIREMENTS
00030 Advertisement for Bids 1-2
00100 Instructions to Bidder 1-8
00300 Proposal 1-10
00350 Bid Bond 1-2
00360 Notice of Award 1
PART II CONTRACT FORMS
00500 Contract 1-5
00550 Notice to Proceed 1
AR940007 Wage Rate 1-4
PART III CONDITIONS OF THE CONTRACT
O 0700 General Conditions 1=34
O 0800 Supplementary Conditions 1-7
HUD -4010 Federal Wage Standards 1-3
S-3 Section 3 1-2
PART IV SPECIFICATIONS
O 1000 Abbreviations 1-3
O 1009 Summary of Work 1-2
01011 Site Conditions 1-4
01014 Protection of the Environment . . 1-2
01016 Safety Requirements and
Protection of Property 1-4
O 1027 Application for Payment 1-2
O 1028 Change Order Procedures 1-3
O 1210 Preconstruction Conferences . • • • 1
O 1300 Submittals During Construction . . . 1-5
01311 Schedule and Sequence of Operations 1-2
01400 Quality Control 1-3
01500 Temporary Construction Facilities
and Utilities 1-3
O 1600 Material and Equipment Shipment,
Handling, Storage, and Protection . 1-4
01700 Contract Closeout 1-2
01710 Clean -Up 1-2
01720 Project Record Documents 1-3
02015 Move In and Site Preparation . . 1-2
02102 Clearing, Grubbing, and Strippings 1-3
02200 Earthwork, Trench Excavation
and Backfill 1714
02300 Seeding 1-4
02514 Concrete Curbs and Walkways . • • • 1-4
02601 Asphalt, Concrete, and Gravel
Surface Restoration 1-10
O 2602 Paving Fabric 1-3
O 3210 Reinforcing Steel 1-4
03300 Concrete 1-14
05500 Fabricated Metalwork and Castings . ]-8
✓ I y %:..";•..• -•▪ .;
..7.Crw•m• 11•4•:•1% • - Jr° • • .11 • p. • • •• • -it
•.• .
•. ▪ gat le • % • • EA z •••••
qr.
▪ •
107.J.•••1.1'...:dem•-• • • • ••• • ;Id ▪ :•!. • •• .1•14:•• ▪ y...;••• •••: f• 4. !1:-..•.0.; ▪ • IN •
• .2-1. • %n▪ al: ▪ • '-m▪ m • • °re • •••.- m• • -m g Is • • ;. :
• . -Jib" .g••;:.* • 1 • • • ▪ • • :4• • im ;I; : • • ed.- e ▪ 'serene "elle+•• •••
•
•• ▪ 1. -...". . • .. %A- '1 • • % '' - 4 .1. 1 ...CIE •.: •• . . :. • • • 1• • ;m11.1.1., ?S._ . C ........ : :?...1. • I' r•mr .1'1.1 : 11 ••• 1 . 1•:• "e' • • •; i• •• ••••
• 1 • • • .• e.....r....•• -. -. • . J. • • ' m.i.a % •-• ,ge I•- ••1,16-1 •
•-* • .
NM • 1 • • : ••••••••• . 1•• 1 t " Me • ell • Ve: • :. •••-..`..•••\ • 4 7
I 7 - • r. . .
• • wee'. ..• 7 • ..•••••• I• 'le m a• ”:111. • • • .. . a • .• 1. • ... • 1.1•• e. • r.•• ... • ..•.:.... . •1•• el• • m .1 : dr; • m• at. t ••• ••I •
• • . • . • •4.1••• m• mil ea 116.• ' • •• • 4I m m ml• • • ;m Mammom • a •
••
4 • S 1 Imm ..7•14 • • to • • • • 11. • m` • Mr ...).••••••• •
1 • ••• a • mm • t• 101• ••• :I I•me•al Iimma...:.:61411•.. m .0 •
•--7c • l.' . .:I.... -• 1,1,...1‘ ....•i .. .--••:
. . -
%. e ... • . : PA.: • • • •• • • • • •
•
•
•
•
. • :••••11
• . •• • • 2•14.411: 1•• .4e! lAtijm i P • • • 1 I. . • •
• •
•
• • t ••• .1 1
• • • ?•:• • • •.•• • • .. n % 0."-••-• .. 1 ' ' 1 ' ••
• •• •
., - 1 ..r." .
am • ? al • ..•.... • . ... i • . •1 % ;.: 1 .% ' . . • .• ..••• •
...c...e..•
% •
of ..' .• • - 4 -: 10..........41.-..' • km.. ••.• % • I . :1..1
. .1-• ..2 To"' e- ••••...!"..-..i ..h,.. ••••• , t I mal '' • • • -
• •• • • ..
. . • .•
•
•
. :•.: • • ... •-• • ..•%A : ..p. • • • -. . .. . - : .•mll
• i
• 1 • m-•••••••••mt •kommin • ••''' -1 • 4 ••
• •••• • • .• •a •mma:1; C...%:. dmi:m.• a4
m:4'• •• 0. : V 7' . . • .% ••.. • • ..z..▪ r.
• .
. ; -Fat...am. •....•:i ...gm: L..:..., • •r. • . • ••• . ; .•
;.....• . .. •
..„ . • • • •Itro: • • 1..4.. fl. -- "me qf 11.1• •• .• . •• • • ir : • z 1. m ...1 • • • • • ;./ e? to: • •1.1 •
. .41 . • I. • . if ;E.. .4 91.' • • . I 2.
• :4; -• . • ;-- • i z•EZ.,.... ',.:3-ip.. %, • , . .. . . ...... .•
E. •• • • •
•
11 •
mm' • mr • • v • t.• % '• • • • •• ".. su• • • • •. ▪ ; 1
;•
. m• •
-•• A'. • • ••'•••• ••
. •
•
•
. •• ••°.° r rp.. •• . • • .
•
•
• : % • -
3 . 1.0. .1.
▪ •• .r. 4-•
.
•0.%.14 1 . e •. • • . • 43-1 : • • • al ;1 • • . 1
• • •• •• : •1••
•j
• • % ..Lt. • . • • • .. .
.
•
1. • .. • . L • • • • • •
m • I • • .. • • • • •• 1•• .1E4 • •11 % am .4 . • • •• % ..... •
•
•
• • • • • • •• " • •• . . , A• • • • • • 4 .
• . . ••
•
m.i 1• .•: m i • .' .• .••. "•. ". ..,. 4 :-.9t14.1 im•l.• l •
i•• F•at .k.r„ m .s'a: •....• .s:1•.••e •..•.
•c:'1 .. • • • •• .
- ma • .•%'• ..•#.4mt m •
• I••I • •..- •
. •
:
•• • ••• 1 •
▪ m-
.• m • • m • • • •
• , • im. •• .I. .% ..• , •,m .• ••
. 1.• .•• .11. • ..
••
m1r
.••
M • •.•. I •r
. • b •... 4
•
•0
• c: :. .. • 1. ,.• •.,•• '.•..• • %••.;
J
• a•1
a.1.1m
• I me .•
. )•
1 1
Vm• me• :1440 i-m•••fl••• • m • ::111. .•
• I V 4' • . a .• • .,
4 " •. .4 ..
•• •
;Im• m. .
• 1 I • .•, •• • •• I M • ."• • m .
4 • •mo'•
1 •▪ :• • ' m •I . • 17. • I• r 1 1m :. • .: sm m • • : d i •a•ma:••
•
•••I.•••;•:•I • • • %
'I• ra. A••• •
0 m . • '• 1••I1 m.•tmf1V• . • m . ••. .....• la-. •.I..:...l.4. • • - •• %••• 1 •. •
•
• .:•..: • .. •-.
.••a a • 1.
1
r • •:' . ...••1 m• .• .- • 1 •• .•#.•
•
•
•
.
r
1 •••• • ••.m
•
- '1: .••:.•.; a..1 .
• •
•
• I •. 4 :
. .
• .11•
. • • • .mm•m.m.1m•• ••:eir• • .. o• •
•1 • I I ••••
•
. • ••"• • a•
1, SI' .V1••i: ;
I. • 1
. •mom•i7• • E . .': .%Im' •N ." . .. ..01. ..
, ••
.•.•'
.• • .•-
•
•.•• .
m • 1 a: , • . • m • • e.%4• .
4. m m
••• ••• •• •• . • m m ▪ • I 4
. 1 • ••.v •.
a ••a .. ••
• z•• e• ••• • M1 • .
•• •• •; - • .•: it .- •• :-• • •
..• •f
I' a-;
• wt„•..I
• .1
•. • '
' • ....7ta1..-Lmeg- I
•
.J
' .
- •
• • 4. •
• .
• . • • • .- . . .. •.
• • •••1
cm;cmmI7DUNG•
_ • •1. . ,.. .
) 1.•
• If • •• • . :f-1::" ‘.c'r •- 7I.. •...4!•1447:imml▪ :•.• ••:;.....
▪ •..-•%
"-
. . • .•r•...•••••A1 • .. • ? :I •• • • •EP .•• • '• .
. • . • 1 ••
. :A 11.'5If
%• a•• •I'•;1.••6:%.• -•
• •
• .•'• • :• ••
..'•• ••• •..• • .
ta". •
• e • • • • a
j •
• •• ••• • '' •••••jI . • .:• .; • • • • •
•
•
'
•1 •• •• I•• • •04 .
• miat • ; •: 3••1 •1•• moo•• • •;•••1.•' •M
•;•• •. •••
•••t • • • 1 •▪ :r
•
•
•
- ia• •• m • . •Ir.MM. • 0 •
•
1• •• •m
1• • I•
•••••••/.••
• t'I m, ••••••• M • • •
I. mIX • '••MM•%
1.
. •• •
▪ .•1:
• • •
.
•
• 1
•
• •
• • •
•
• • •
•
• t.1
a'•s.•••nEl • %• ▪ e •. i. m .',• 7.
•; et. .; • IS . • •
•1. •:•••• } •• ▪ •• n %• •• • .. • •.
• P•1•
• • •1 1k ▪ .•• 1" 4.• • .• •• •
a•l •• V ▪ • m•a
• •m
•
•
.1 l•4▪ . •• •m Im • •I• • m mm•• .•t•• •. •. .• • ▪ •• • • •••I 1 •• ••
•I• 1. •
- • • • ••• •I • • •" •••• ri•
•
. •X•▪ •m m•mm mm1 m • •
• 1 ••••
•
• • •
Pt; • • .11:1
•
•
•
• •••••• •• . ••• aa
•
a •• •
r •• • •• • % 1!" • •.•
.11 • • • . •• • m •
• • 4 • It e6. -- • • ▪ Omar 4 arm ma'am • • ••••• lir • • mo: ▪ • - .4▪ •• •• • • mm • • • 1 • • ▪ P1 a: •
• • • "IC if
.1c •• r•
••••• .1 • •• • '..
•
▪ . • •▪ •••1 .••.•11
•• • :••• •vc .• • • • • • • • •
•
N I. 1 • me • 14 • •• • me ••• elcf4ri
•
•• m. .4; l • zi•LI: • ▪ Jr.' • mr•;••••• ••
tr. r •.1.061 • •• •• 1a1 ▪ r •
ray;
•
IW
• • 4 11.r •• 7.s :14.4 ▪ • .
•.. .
•
•• • 4: ▪ 'AI' • ••e •••• • •1.
1 • •
•
• . ,
m' •.• - •.• . . • •• 4 ••
• a
i1
mm•
•
•
lp 4 • • • • -1 4••••‘. 91% ••• • • fl .• • pi: :Is • .. ....i.e.• ..•
.1 • ••• e•I.. • il ... . • • • % % .
• 3.. • .11 I.' 9:.... .1 • •• ... .. • : .... j . • ; • , • mie • ; • • •
•• im
IP
1 111•• A
• • •• • :1 :1 • .1 • • • •.-41 • Al'. • .
••
• ...".. . dm m: • • • • va
• •
• .• %. ••• .-
•
• •..
•...•• •.••
1 4
1• ••••. • .•1.
._•I
.a.• • --i•m
-:am.;.. .I..II..:.....I.DI
•
":e •, l.ft••• :e.,.;?.a I
,.Ki...I•E• •• . : l
•• ••c •: I
•:•
.•
I•.•
•
. .
.. .
• i• II......
• :.
, .....-•.- m.I'
..•,'...1•.• t...•.•
••
•• Sim 10 . l ••
:ei...e • 1 ...•..•.•%• • .•••l
•fra
1
.. m•I •. • i•-••
.▪ .
..
. ..
•••
..
. ••
-4
•
•
a.
•
•
•
1 ••;• . 1 ••. •• •1••
•••h•• :• • ..a
• •. N•i • q •• -r 11. •
,P ••. .41 ••
e .
:▪ 7• ° . • • •mi •1 :e-.1. z,'.Ow:.•.7•••. :• 1 . .•''..,m.C..2.:'. I1'1 . -• :m:. "° I 4:.•:a... ..• .I I 1: :1.7• 1 .1 • ••• •-• • • . : . •.• 1 :• . e.... -1.... • ;..• d.1. . :.:. ....1..•.7:.::1m
ma _• •-...:• .:1 . •• • 114 - '„1 . ... .L,...P7.I
•
. •II• •• r . •mm •I
•
lt•'.i3.•m.• •
m• '• •. . ••2• • •:- :I • •• .• • .• •a • . ••: .. • . • • I• •
• • • • • .
•
••l•I •. u.. i . % •-.•• . 1 •• • •
•
•
. Mi:..••1. . e •
• • 1 7Ir . • • • NM• • -". • :. - .1 • •
• 1-1 •
.
i • . • - e I; . •
. 1 1
. .
•t•
1
1
•
.11%."
• • • • it...
•1. • • ••• °Le' , . • 1.• • • 1. • ' • • • : ••• ••• ••!:
t ". • •••••1‘ yet•I: rm••mt. .11 ••• •• .::.• • • eq.....• • • .• •
• .% • • 1 • ▪ 1••• • V▪ ..% ▪ • ▪ • ▪ ▪ • 11 •
• • •
•
•
f • % • ▪ '•
• • • .•
▪ •
• • • .•• • • . • 4.11
1 • •1 • • • ••
•
•
• • 11t •
•
•%.?
4.11.:Ya
• ▪ II••••• • 4-
• •
. • of .
• 1.11••••• • tr.?. .•
1 .. • • • .
•4 Ai?: • %P.." • •• ▪ •••
11 ▪ • e 1. •1•••• • 11. •;
• •
.• • •
• • •
▪ ..• 1 E. • • • • • • • • • • • ••. • • •
• m• • •1, ma • . • ••j • .•I •
• •
.
. • •
• • .
• • •••:•• • • ••• • • ••••• • • •
Or•ail • • ;.:1••• • • •
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 OWNER:
ENGINEER:
PROJECT W:
HUD BID NO:
SECTION 00030
ADVERTISEMENT FOR BIDS
City of Fayetteville
Purchasing Dept. Office, Room 306
City Admin. Bldg„ 113 W. Mountain
Fayetteville, Arkansas 72701
McClelland Consulting Engineers, Inc.
P.O. Box 1229
Fayetteville, AR 72702
(501) 443-2377
FY932186
94-24
The City of Fayetteville will receive sealed bids for
construction of Curbs and Gutter. Storm Drainage, Asphalt Overlay,
Sidewalks and other related items on approximately 3500 SF of
streets.
Bids shall be on a unit price basis.
The City will receive bids until 10:30 A.M. local time on April
22, 1994, at Room 306, City Administration Building. Bids received
after this time will not be accepted. Bids will be opened and
publicly read aloud immediately after specified closing time. All
interested parties are invited to attend.
Bidding Documents may be examined at the offices of the Engineers
and at:
ABC Plans Room
%Ozark Floor Co.
928 N. College
Fayetteville, AR
Construction Market Data
P.O. Box 1109 (72203)
1501 N. Pierce, Ste 101
Little Rock, AR 72207
F. W. Dodge Reports
5100 E. Skelly
Suite 1010
Tulsa, OK 74135
Copies of the Bidding Documents may be obtained through the
Engineers office upon payment of $80.00 for each set of documents.
Return of documents is not required, and amount paid for documents
is not refundable. Partial sets are not available.
Section 0003C - 1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
For information concerning the proposed work or for an appointment
to visit the site of the work, contact Mr. Arnold Rankins, P.E. at
the Engineer's office.
In order to perform public work, the successful Bidder shall, as
applicable, hold or obtain such Contractor's and Business Licenses
as required by State statutes and the Rules and Regulations of the
Arkansas Contractor's Licensing Board. The attention of the Bidder
is directed to the applicable federal and wage rates to be paid
under this contract.
Each Bid must be submitted on the prescribed form and accompanied
by a certified check or bid bond executed on the prescribed form,
payable to the City of Fayetteville, in an amount not less than 5
percent of the amount bid.
The City of Fayetteville is an Equal Opportunity Employer.
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.
Community Development Block Grant Funds have been allocated for
this project which is to constitute some or all funding for this
project.
The right is reserved to reject all Bids or any Bid not conforming
to the intent and purpose of the Contract Documents, and to
postpone the award of the Contract for a period of time which shall
not exceed 90 days following the bid opening date.
Dated this
day of , 1994.
By
Title:
Section00030-2
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SECTION 00100
INSTRUCTIONS TO BIDDER
PARAGRAPH NO. /TITLE
1. FORMAT
2. SPECIFICATION LANGUAGE
PAGE NO.
1
1
3. GENERAL DESCRIPTION OF THE PROJECT 1
4. QUALIFICATION OF BIDDERS 1
5. DOCUMENT INTERPRETATION 1
6. BIDDER'S UNDERSTANDING 2
7. PROJECT MANUAL & DRAWINGS 2
8. TYPE OF BID 2
9. PREPARATION OF BIDS 3
10. STATE AND LOCAL SALES AND USE TAXES 3
11. SUBMISSION OF BIDS 3
12. TELEGRAPHIC OR WRITTEN MODIFICATION OF BIDS 4
13. WITHDRAWAL OF BID 4
14. BID SECURITY 4
15. RETURN OF BID SECURITY 5
16. AWARD OF CONTRACT 5
17. BASIS OF AWARD 5
18. EXECUTION OF CONTRACT 5
19. PERFORMANCE AND PAYMENT BONDS 6
20. FAILURE TO EXECUTE CONTRACT AND FURNISH BOND 6
21. PERFORMANCE OF WORK BY CONTRACTOR 6
22. TIME OF COMPLETION 7
23. PROVIDING REQUIRED INSURANCE 7
24. TRENCH AND EXCAVATION SAFETY SYSTEM 7
-1Em-
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SECTION 00100
INSTRUCTIONS TO BIDDERS
1. FORMAT
The Contract Documents are divided into parts, divisions, and
sections in keeping with accepted industry practice in order to
separate categories of subject matter for convenient reference
thereto. Generally, there has been no attempt to divide the
Specification sections into work performed by the various building
trades, work by separate subcontractors, or work required for
separate facilities in the project.
2. SPECIFICATION LANGUAGE
"Command" type sentences are used in Contract Documents. These
refer to and are directed to the Contractor.
3. GENERAL DESCRIPTION OF THE PROJECT
A general description of the work to be done is contained in the
ADVERTISEMENT FOR BIDS. The scope is indicated on the accompanying
Drawings and specified in applicable parts of these Contract
Documents.
4. OUALIFICATION OF BIDDERS
The prospective bidders must meet the statutorily prescribed
requirements before Award of Contract by the Owner.
Before a Contract will be awarded for the work contemplated herein,
the Owner will conduct such investigation as is necessary to
determine the performance record and ability of the apparent low
Bidder to perform the size and type of work specified under this
Contract. Upon request, the Bidder shall submit such information
as deemed necessary by the Owner to evaluate the Bidder's
qualifications.
5. DOCUMENT INTERPRETATION
The Contract Documents governing the work proposed herein consist
of the Drawings and all material bound herewith. These Contract
Documents are intended to be mutually cooperative and to provide
all details reasonably required for the execution of the proposed
work. Any person contemplating the submission of a Bid shall have
thoroughly examined all of the various parts of these Documents,
and should there be any doubt as to the meaning or intent of said
Contract Documents, the Bidder should request of the Engineer, in
writing (received by the Engineer at least 5 working days prior to
bid opening) an interpretation thereof. Any interpretation or
Section 001CC - I
change in said Contract Documents will be made only in writing, in
the form of Addenda to the Documents which will be furnished to all
Bidders receiving a set of the Documents. Bidders shall submit
with their Proposals, or indicate receipt, of all Addenda. The
Owner or Engineer will not be responsible for any other
explanation or interpretations of said Documents not issued in
writing by Addendum.
6. BIDDER'S UNDERSTANDING
Each Bidder must inform himself of the conditions relating to the
execution of the Work, and it is assumed that he will inspect the
site and make himself thoroughly familiar with all the Contract
Documents. Failure to do so will not relieve the successful Bidder
of his obligation to enter into a Contract and complete the
contemplated Work in strict accordance with the Contract Documents.
It shall be the Bidder's obligation to verify for himself and to
his complete satisfaction all information concerning site and
subsurface conditions.
Information derived from topographic maps, or from Drawings showing
location of utilities and structures will not in any way relieve
the Contractor from any risk, or from properly examining the site
and making such additional investigations as he may elect, or from
properly fulfilling all the terms of the Contract Documents.
Each Bidder shall inform himself of, and the Bidder awarded a
Contract shall comply with, federal, state, and local laws,
statutes, and ordinances relative to the execution of the Work.
This requirement includes, but is not limited to, applicable
regulations concerning minimum wage rates, nondiscrimination in
the employment of labor, protection of public and employee safety
and health, environmental protection, the protection of natural
resources, fire protection, burning and nonburning requirements,
permits, fees, and similar subjects.
7. PROJECT MANUAL AND DRAWINGS
No return of Project Manual or Drawings is required and no refund
will be made.
The successful Bidder will be furnished three sets of Documents
without charge. Any additional copies required will be furnished
to the Contractor at $80.00 per set. Partial sets will not be
available.
8. TYPE OF BID
Unit prices shall be submitted in the appropriate places on the
Bid. The total amount to be paid the Contractor shall be the total
amount of the unit price items as adjusted based on quantities
Section 00100 - 2
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
installed and/or any adjustment for additions or deletions
resulting from additive or deductive alternates or change orders
during construction.
9. PREPARATION OF BIDS
Each bid must be submitted on the prescribed form. All blank spaces
for bid prices must be filled in, in ink or typewritten, in both
words and figures, and the foregoing Certification must be fully
completed and executed when submitted.
No changes shall be made in the phraseology of the forms. Written
amounts shall govern in cases of discrepancy between the amounts
stated in writing and the amounts stated in figures. In case of
discrepancy between unit prices and totals, unit prices will
prevail.
Any Bid shall be deemed informal which contains material omissions,
or irregularities, or in which any of the prices are obviously
unbalanced, or which in any manner shall fail to conform to the
conditions of the published ADVERTISEMENT FOR BIDS.
Only one bid from any individual, firm, partnership, or
corporation, under the same or different names, will be considered.
Should it appear to the Owner that any Bidder is interested in more
than one bid for work contemplated, all bids in which such Bidder
is interested will be rejected.
The Bidder shall sign his Bid in the blank space provided therefor.
If Bidder is a corporation, the legal name of the corporation shall
be set forth above, together with the signature of the officer or
officers authorized to sign Contracts on behalf of the corporation.
If Bidder is a partnership or sole proprietorship, the true name of
the firm shall be set forth above, together with the signature of
the partner or partners authorized to sign Contracts in behalf of
the firm. If signature is by an agent, other than an officer of a
corporation or a member of a partnership or sole proprietorship, a
notarized power-of-attorney must be on file with the Owner prior to
opening of bids or submitted with the Bid.
10. STATE AND LOCAL SALES AND USE TAXES
Unless the Supplementary Conditions contains a statement that the
Owner is exempt from state sales tax on materials incorporated into
the Work due to the qualification of the Work under this Contract,
all state and local sales and use taxes, as required by the laws
and statutes of the state and its political subdivisions, shall be
paid by the Contractor. Prices quoted in the Bid shall include all
nonexempt sales and use taxes, unless provision is made in the Bid
form to separately itemize the tax.
Section 00100 - 3
1
1
1
1
1
I
,
I
I
1
1
1
1
1
1
1
1
1
1
1
11. SUBMISSION OF BIDS
All Bids must be submitted, not later than the time prescribed, at
the place, and in the manner set forth in the ADVERTISEMENT FOR
BIDS. Bids must be made on the Bid forms provided herein. Each
Bid must be submitted in a sealed envelope, so marked as to
indicate its contents without being opened, and addressed in
conformance with the instructions in the ADVERTISEMENT FOR BIDS.
Bids may not be submitted by FAX machines.
12. TELEGRAPHIC OR WRITTEN MODIFICATION OF BID
Any Bidder may modify his bid by telegraphic or written
communication at any time prior to the scheduled closing time for
receipt of bids, provided such communication is received by the
Owner prior to the closing time. The telegraphic or written
communication should not reveal the bid price; it shall, however,
state the addition 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.
13. WITHDRAWAL OF BID
Any Bid may be withdrawn prior to the scheduled time for the
opening of Bid either by telegraphic or written request, or in
person. No Bid may be withdrawn after the time scheduled for
opening of Bids, unless the time specified in Item, AWARD OF
CONTRACT, of these INSTRUCTIONS TO BIDDERS shall have elapsed.
14. BID SECURITY
Bids must be accompanied by cash, a certified check, or cashier's
check drawn on a bank in good standing, or a bid bond issued by a
Surety authorized to issue such bonds in the State where the Work
is located, in the amount of 5 percent of the total amount of the
Bids submitted. This bid security shall be given as a guarantee
that the Bidder will not withdraw his Bid for a period of 60 days
after bid opening, and that if awarded the Contract, the successful
Bidder will execute the attached Contract and furnish properly
executed Performance and Payment Bonds, each in the full amount of
the Contract price within the time specified.
The Attorney -in -Fact (Resident Agent) who executes this bond in
behalf of the Surety must attach a notarized copy of his
power-of-attorney as evidence of his authority to bind the Surety
on the date of execution of the bond.
All bid bonds and
resident agent of
State of Arkansas
State of Arkansas.
Contract bonds shall be executed by a licensed
the surety having his place of business in the
and in all ways complying with the laws of the
The mere countersigning of a bond will not be
Section 0°100 - 4
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
sufficient.
If the Bidder elects to furnish a Bid Bond, he shall use the Bid
Bond form bound herewith, or one conforming substantially thereto
in form and content.
15. RETURN OF BID SECURITY
Within 15 days after the award of the Contract, the Owner will
return the bid securities to all Bidders whose Bids are not to be
further considered in awarding the Contract. Retained bid
securities will be held until the Contract has been finally
executed, after which all bid securities, other than Bidders' bonds
and any guarantees which have been forfeited, will be returned to
the respective Bidders whose Proposals they accompanied.
16. AWARD OF CONTRACT
Within 90 calendar days after the opening of Bids, unless otherwise
stated in the ADVERTISEMENT FOR BIDS or SUPPLEMENTARY CONDITIONS of
these Documents, the Owner will accept one of the Bids or will act
in accordance with BASIS OF AWARD, below. The acceptance of the
Bid will be by written notice of award, mailed or delivered to the
office designated in the Bid. In the event of failure of the
lowest responsible and responsive qualified Bidder to sign and
return the Contract with acceptable Performance and Payment Bonds,
as prescribed herein, the Owner may award the Contract to the next
lowest responsible and responsive qualified Bidder. Such award, if
made, will be made within 90 days after the opening of Bids.
17. BASIS OF AWARD
If, at the time this Contract is to be awarded, the total Base Bid
of the lowest acceptable Proposal exceeds the funds then estimated
by the Owner as available, the Owner may reject all bids or take
such other action as best serves the Owner's interests, including
consideration of selected Deductive Alternates.
18. EXECUTION OF CONTRACT
The successful Bidder shall, within 15 consecutive days after
receiving notice of award, sign and deliver to the Owner the
Contract hereto attached together with the acceptable bonds as
required in these Documents. Within 15 consecutive days after
receiving the signed Contract with acceptable bonds from the
successful Bidder, the Owner's authorized agent will sign the
Contract. Signature by both parties constitutes execution of the
Contract.
The successful Bidder shall conform to the Rules and Regulations of
Arkansas Department of Finance and Administration concerning
Section 00100 - 5
nonresident contractor's notice and bond requirements.
19. PERFORMANCE AND PAYMENT BONDS
The successful Bidder shall file with the Owner a Performance Bond
and Payment Bond on the form bound herewith, each in the full
amount of the Contract Price in accordance with the requirements of
the State of Arkansas as applicable, as security for the faithful
performance of the Contract and the payment of all persons
supplying labor and materials for the construction of the Work, and
to cover all guarantees against defective workmanship or materials,
or both, for a period of 1 year after the date of final acceptance
of the Work by the Owner. The Surety furnishing this bond shall
have a sound financial standing and a record of service
satisfactory to the Owner, shall be authorized to do business in
the State of Arkansas, and shall be listed on the current U.S.
Department of Treasury Circular Number 570, or amendments thereto
in the Federal Register, of acceptable Sureties for Federal
projects.
If the Surety on any Bond furnished by Contractor is declared
bankrupt or becomes insolvent or its right to do business is
terminated in any state where any part of the project is located or
it ceases to meet the requirements of the preceding paragraph,
Contractor shall within five days thereafter substitute another
Bond and Surety, both of which must be acceptable to Owner.
The Attorney -in -Fact (Resident Agent) who executes this Performance
Bond and Payment Bond in behalf of the Surety must attach a
notarized copy of his power-of-attorney as evidence of his
authority to bind the Surety on the date of execution of the bond.
All Contracts, Performance and Payment Bonds, and respective
powers -of -attorney will have the same date.
20. FAILURE TO EXECUTE CONTRACT AND FURNISH BOND
The Bidder who has a Contract awarded to him and who fails to
properly execute the Contract and furnish the Performance Bond and
Payment Bond, within the time frame stipulated elsewhere in these
documents, shall forfeit the bid security that accompanied his bid,
and the bid security shall be retained as liquidated damages by the
Owner, and it is agreed that this sum is a fair estimate of the
amount of damages the Owner will sustain in case the Bidder fails
to enter into a Contract and furnish the bond as hereinbefore
provided. Bid security deposited in the form of cash, a certified
check, or cashier's check shall be subject to the same requirements
as a Bid Bond.
Section 00100 - 6
21. PERFORMANCE OF WORK BY CONTRACTOR
The Contractor shall perform on the site and with his own
organization, work equivalent to at least forty percent of the
total amount of the work to be performed under this Contract. If,
during the progress of the Work hereunder, the Contractor requests
a reduction of such percentage, and the Engineer determines that it
would be to the client's advantage, the percentage of the Work
required to be performed by the Contractor's own organization may
be reduced; PROVIDED prior written approval of such reduction is
obtained by the Contractor from the Engineer.
Each bidder must furnish with his bid a list of the items that he
will perform with his own forces and the estimated total cost of
these items.
22. TIME OF COMPLETION
The time of completion of the Work to be performed under this
Contract is of the essence of the Contract. Delays and extensions
of time may be allowed in accordance with the provisions stated in
Section GENERAL CONDITIONS. The time allowed for the completion of
the work is stated in the Proposal.
23. PROVIDING REOUIRED INSURANCE
The Bidder's attention is directed to the insurance requirements
set forth in the GENERAL CONDITIONS (amended in the SUPPLEMENTAL
CONDITIONS, if appropriate). Submittal of a bid indicates full
understanding and intent to comply with the insurance requirements
which are a condition of the contract.
24. TRENCH AND EXCAVATION SAFETY SYSTEM
In accordance with Act 291 of 1993 of the State of Arkansas, Bidders
must provide a separate price for trench and excavation safety
programs in the space provided on the bid form. Failure to do so
will subject the bidder to disqualifications.
25. SAFETY STANDARDS AND ACCIDENT PREVENTION
With respect to all work preformed under this contract, the
Contractor shall:
1. Comply with the safety standards provision of applicable laws,
building and construction codes and the "Manual of Accident
Prevention in Constuction" published by the Associated General
Contractors of America, the requirements of the Occupational
Safety and Health Act cf 1970 (Public Law 91-596).
Section 00100 - 7
2. Exercise every precaution at all times for the prevention of
accidents and the protection of persons (including employees)
and property.
3. Maintain, at this 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 doctor's care of person's
(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
26. SUBCONTRACTOR'S PERFORMANCE AND PAYMENT BOND
In accordance with Act 190 of 1993 of the State of Arkansas,
subcontractors shall provide to the General Contractor a
performance and payment bond if the conditions of Section 1 ofAct
190 are applicable to the project.
27. 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:
1. Must be acceptable to the OWNER after verification by the HUD
Area office of the current eligibility status, and
28. PROPOSED SUBSTITUTION FOR SPECIFIED ITEMS
The Bidder must comply with Article 50 of Section 00700 of this
Project Manual by submitting complete data for proposed items of
substitution with his Bid Proposal.
END OF SECTION
Section 0010C - 8
1
SECTION 00300
PROPOSAL
NOTE TO BIDDER: Please use BLACK ink for completing this Bid form.
To: City of Fayetteville
Address:
Project
Title:
Puchasing Department Office, Room 306
City Administration Building, 113 West Mountain
Fayetteville, Arkansas 72701
East Fayetteville CD Street Improvements
Engineer's
Project No.: FY932186
Arkansas Contractor's
Date: AP?)/ 02) ri License No.: 0.2 74117‘).571/
JERRY SWEETSER, INC
Bidder:
390 WEST POPLAR FAYETTEVILLE, AR 72703
Address:
Bidder's person to contact for additional information on this
Proposal:
Name:MAP% 6 Seveite7:5A 7a Me a).A4/7--
Telephone: isci; 'Iv3Sc-2t fe„tx.
1. BIDDER'S DECLARATION AND UNDERSTANDING
The undersigned, hereinafter called the Bidder, declares that the only
persons or parties interested in this Proposal are those named herein,
that this Proposal is, in all respects, fair and without fraud, that
it is made without collusion with any official of the Owner, and that
the Proposal is made without any connection or collusion with any
person submitting another Proposal on this Contract.
The Bidder further declares that he has carefully examined the
Contract Documents for the construction of the project, that he has
personally inspected the site, that he has satisfied himself as to the
quantities involved, including materials and equipment, and conditions
of work involved, including the fact that the description of the
quantities of work and materials, as included herein, is brief and is
intended only to indicate the general nature of the work and to
identify the said quantities with the detailed requirements of the
Contract Documents, and that this Proposal is made according to the
provisions and under the terms of the Contract Documents, which
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Documents are hereby made a part of this Proposal.
The Bidder states that he has experience in and is qualified to
perform the work herein specified and, if he does not have craftsmen
experienced and qualified in any phase of the work for which this
Proposal is offered, that he will subcontract the work under said
phase to a contractor who does have the necessary experience and
qualifications.
The Bidder further agrees that he has exercised his own judgement and
has utilized all data which he believes pertinent from the Engineer,
Owner, and other sources in arriving at his own conclusions.
2. CONTRACT EXECUTION AND BONDS
The Bidder agrees that if this Proposal is accepted: he will, within
15 days after notice of award, sign the Contract in the form annexed
hereto, and will at that tine, deliver to the Owner the Performance
Bond and Payment Bond required herein, and will, to the extent of his
Proposal, furnish all machinery, tools: apparatus, and other means of
construction and do the work and furnish all the materials necessary
to complete all work as specified or indicated in the Contract
Documents.
3. CERTIFICATES OF INSURANCE. PAYMENT BOND. AND PERFORMANCE BOND
The Bidder further agrees to furnish the Owner, before executing the
Contract, the certificates of insurance, Payment Bond, and Performance
Bond as specified in these Documents.
4. BID BOND
Enclosed herewith is a bid bond for S Z
dollars ($ ) which
we agree the Owner may cash and retain as liquidated damages in the
event of our failure to enter into contract for the work covered by
this Proposal, provided the Contract is awarded to us within ninety
(90) days from the date fixed for the opening of bids and we fail to
execute the required bonds as called for in the Specifications within
fifteen (15) days after the execution of the Contract.
5. START OF CONSTRUCTION AND CONTRACT COMPLETION TIME
The Bidder further agrees to begin work within 10 calendar days after
the time stated in the Notice to Proceed issued by the Owner to the
Contractor and shall complete the construction in all respects within
180 calendar days and shall comply with the schedule identified in
Section 01311 - Schedule and Sequence of Operations.
SECTICN 003CC - 2
NM-
A
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
6. LIOUIDATED DAMAGES
In the event the Bidder is awarded the Contract and shall fail to
complete the work within the time limit or extended time limit agreed
upon, as more particularly set forth in the Contract Documents,
liquidated damages shall be paid to the Owner for all work awarded
under the Contract until the work shall have been satisfactorily
completed as provided by the Contract Documents, plus any monies paid
by the Owner to the Engineer for additional engineering and
observation services associated with such delays.
Liquidated damages shall be based upon actual cost to be borne by the
Owner as a result of the work not being completed within the time
stipulated in the Contract and agreed to by the Contractor. Such
costs include but are not limited to loss of revenues and additional
Fees payable to the Engineer.
7. ADDENDA
The Bidder hereby acknowledges that he has received Addenda Nos.
to these
Specifications.
(Bidder insert No. of each Addendum received.)
8. UNIT PRICE BASE BID
The Bidder agrees to accept as full payment for the work proposed
herein the amount computed under the provisions of the Contract
Documents and based on the following unit price amounts, it being
expressly understood that the unit prices are independent of the exact
quantities involved. The Bidder agrees that the Unit Prices represent
a true measure of the labor and materials required to perform the
work, including all allowances for overhead and profit for each type
and unit of work called for in the Contract Documents. The amounts
shall be shown in both words and figures. In case of discrepancy, the
amount shown in words shall govern.
9. SALES AND USE TAXES
The Bidder agrees that all federal, state, and local sales and use
taxes are included in the stated bid prices for the work.
10. DEDUCTIVE ALTERNATES
In the event Deductive Alternates are required to meet existing
financing, they shall be in the following order:
1. Huntsville Avenue Sidewalk Improvements
2. Mill Avenue Sidewalk Improvements
SECTION 00300 - 3
EM-