Loading...
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-