HomeMy WebLinkAbout60-98 RESOLUTIONRESOLUTION NO. 60-98
A RESOLUTION AWARDING BID NO. 98-33 IN THE AMOUNT
OF $25,113 TO HECKATHORN CONSTRUCTION, PLUS A 15%
CONTINGENCY, FOR THE CONSTRUCTION OF A RESTROOM
FACILITY AT THE LAKE SEQUOYAH BAIT SHOP.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1. That the City Council hereby awards Bid No. 98-33 in the amount of $25,113
to Heckathom Construction, plus a 15% contingency, for the construction of a restroom facility at
the Lake Sequoyah Bait Shop; and authorizes the Mayor and City Clerk to execute a contract for said
amount. A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof.
PASSED AND APPROVED this 10 day ofMay , 1998.
APPROVE
By:
Fred Hanna, Mayor
ATTEST:
By: /Y/4& �/�lnei✓I�
Heather Woodruff, City C16rk
Cn
VAi.tiy
1 �.
'•,,+iurrrrr�a
11
INVITATION TO BID
BID # DATE ISSUED:
DATE AND TIME OF OPENING:
L 98-33 I April 9 1998
April 27 1998 at 3:00 p.m.
BUYER: DATE REQUIRED:
City of Fayetteville AR 30 DAYS ARO
F. O. B. BUYER'S PHONE # GUARANTEED # OF DAYS TO COMPLETIO I
Fayetteville AR (501) 575-8289 0 Calendar Days from Notice to Proceed
ITEM # r1F$('KIPTIQN QUANTITY I UNIT PRICE TOTAL I
Per Attached Specifications:
1
Restroom Facility
1
$25,113.00
2
Trench & Safety
1
$ 300.00
!i
I�
5% BID BOND REQUIRED
WITH BIDS SUBMITTED OVER $20,000.
CONTRACTOR'S LICENSE#
0023780499
Mandatory on bids $20,000 or more.
IF ADDITIONAL
ROCK IS ENCOUN
rERED ADD $300
PER .
100% Performance & Payment
Bond required on contracts of
$20,000 or more before notice to
proceed is given.
SUBCONTRACTORS:
Plumbing: North Star Plumbi_ne
Electrical: 7-12 Electric
Masonry: Stone & Webb Masonry
I'
Painting: Tipton
Constructio.
RESTRICTIONS OR EXCEPTIONS
TO THE BID MUST BE NOTED:
EXECUTION OF BID
signing this Bid, the bidder certifies that they have read and agree to the
;;Upon
lrequirements
set forth in this bid proposal, including specifications, terms and standard
conditions, and pertinent information regarding the articles being bid on, and agree to
furnish these articles at the prices stated
UNSIGNED
(NAME
OF FIRM: HECKATHORN
PHONE:
Federal ID#
;;BIDS
CONSTRUCTION COMPANY, INC.
501/442-5386
71-0448678
WILL BE
BUSINESS ADDRESS:
(CITY AND STATE:
ZIP:
I�RE,ECTED
I 1880 h Avenue
(Fayetteville, AR
72703
;II
CAU E
TITLE:
DATE:
President
April 27, 1998
o ec arnorn
r
11
ADVERTISEMENT FOR BIDS
City of Fayetteville, Arkansas
Separate sealed bids for construction of the Lake Sequoyah Restroom Facility (Bid# 98-33) located
at the Lake Sequoyah Bait Shop, 6608 East Lake Sequoyah Drive, will be received by the City of
Fayetteville, Arkansas, at the Office of the Purchasing Officer until 3:00 o'clock p.m., Monday, April
27, 1998, and then at said office publicly opened.
The Information for Bidders, Bid Form, Specifications, and other documents may be examined at
the following location:
City of Fayetteville, Purchasing Office
113 W. Mountain, Room 306
Fayetteville, Arkansas 72701
Any questions related to the construction of the Lake Sequoyah Restroom Facility should be directed
to the project manager. The project manger for the Lake Sequoyah Restroom Facility is as follows:
Willie Newman
1560 S. Happy Hollow Rd.
Fayetteville, Arkansas 72701
Tel: (501) 444-3497
Copies may be obtained from the Purchasing Office located at the above address. The City reserves
the right to waive any informalities or to reject any or all bids. No bidder may withdraw his bid
within sixty (60) days after the actual date of the opening thereof.
The City of Fayetteville is an Equal Opportunity Employer.
Date
2
Purchasing Manager
BID #98-33
City of Fayetteville, Arkansas
Lake Sequoyah Restroom Facility
The City of Fayetteville, Arkansas (herein called the "City"), invites bids for construction of the
Lake Sequoyah Restroom Facility located at the Lake Sequoyah Bait Shop, 6608 East Lake
Sequoyah Drive. Bids will be received by the City at the Purchasing Office until 3:00 o'clock p.m.,
Monday, April 27, 1998 and then at said office publicly opened. The envelopes containing the bid
must be sealed, addressed to Purchasing Officer, City of Fayetteville at 113 West Mountain Street,
Fayetteville, Arkansas 72701. The City may consider informal any bid not prepared and submitted
in accordance with the provisions hereof and may waive any informalities or minor defects or reject
any and all bids. Any bid may be withdrawn prior to the time scheduled for the bid opening or
authorized postponement thereof. Any bid received after the time and date specified will not be
considered. No bid may be withdrawn within sixty (60) days after the actual date of the opening
thereof.
Each bid must be submitted on the Bid Form attached hereto. All blank spaces for bid prices must
be filled in, in ink or typewritten, fully completed and executed when submitted. Each bid must be
submitted in a separate sealed envelope bearing on the outside the name of the Bidder, his address,
and the name of the project for which the bid is submitted. If forwarded by mail, the sealed envelope
containing the bid must be enclosed in another envelope addressed to the City.
Subcontract(s): The Bidder will
supply
the names and addresses
of all subcontractors to the City
for approval. Also, the phase(s)
of work
to be performed by each
subcontractor must be stated.
Qualifications of Bidder: The City may make such investigations as it deems necessary to determine
the ability of the Bidder to perform the work, and the Bidder will furnish to the City all such
information and data for this purpose as the City may request. The City reserves the right to reject
any bid if the evidence submitted by, or investigation of, such Bidder fails to satisfy the City that
such Bidder is properly qualified to carry out the obligations of the contract and to complete the
work contemplated therein.
Conditions of Work: Each Bidder must inform himself fully of the conditions relating to the
performance of the project and the employment of labor thereon. Failure to do so will not relieve
a successful Bidder of his obligation to furnish all material and labor necessary to carry out the
provisions of his contract.
Laws and Regulations: The Bidder's attention is directed to the fact that all applicable State Laws,
municipal ordinances, and the rules and regulations of all authorities having jurisdiction over the
performance of the project will apply to the contract throughout, and they will be deemed to be
included in the contract the same as though herein written out in full.
Obligation
of Bidder:
At the time of the opening of bids each
Bidder will
be presumed to have read
and to be thoroughly
familiar with the specifications and bid
documents.
The failure or omission
of any Bidder to examine any form, instrument or document will in no way relieve any bidder from
any obligation in respect of his bid.
GENERAL CONDITIONS
OF THE CONTRACT
1.0 Scone. These General Conditions will be a part of the Contract. The bid documents will
consist of the Advertisement for Bids, Information for Bidders, Bid Form, General Conditions of the
Contract, Specifications, Project Plan, Addenda, and Change Orders. The work will be performed
and completed in full compliance therewith.
2.0
Definitions.
will give all
The City referred
to herein
is the City of Fayetteville, Arkansas. The
Contractor is the firm
or corporation with
whom the
City has entered into the contract.
3.0 Intent of Bid Documents. The bid documents comprise the entire agreement between City
and Contractor concerning the work. They may be altered only by a Change Order that is executed
by both parties in writing.
4.0 Completion of Work. Completion of work will include acceptable performance of restroom
facility by City staff.
5.0 Contractor Liability Insurance. Prior to beginning any work, the Contractor shall post
with the City a general public liability insurance policy or a certificate of insurance evidencing the
following minimum coverage: $100,000 bodily injury per person; $300,000 each occurrence;
$50,000 property damage insurance; and evidence of compliance with the Arkansas Workers'
Compensation Law.
6.0 Site Investigation and Representations. The contractor assumes responsibility of all
investigations as to the nature and location of the work, the general local condition. Any failure by
the Contractor to acquaint himself with all the available information will not relieve him of
responsibility for estimating properly the difficulty or cost of successfully performing the work. The
City assumes no responsibility for understanding or representation made by any of its officers or
agents during or prior to the execution of this contract, unless (1) such understanding or
representations are expressly stated in the contract and (2) the contract expressly provides that the
responsibility thereof is assumed by the City.
7.0 Quality of Materials. All materials, supplies, or articles required for work which are not
covered by detailed specifications herein shall be standard products of reputable manufacturer and
entirely suitable for the purpose. They will be new and unused, and will be subject to the approval
of the City.
8.0 Laws and Re2ulations.
Contractor
will give all
notices and comply with
all laws,
ordinances, rules, and regulations
applicable
to the work.
If Contractor observes
that the
1l
Specifications are at variance therewith, Contractor will give City prompt written notice thereof, and
any necessary changes will be adjusted by an appropriate modification.
9.0 Safety and Protection. Contractor will be responsible for initiating and supervising
all safety precautions and prograrris in connection with the work. Contractor will take all necessary
precautions for the safety of, and will provide the necessary protection to prevent damage, injury or
loss to:
a. All employees on the work and other persons who may be affected thereby;
b. All the work and all materials to be incorporated therein, whether in storage on
or off the site;
c. Other
property at
the sites
or adjacent thereto, including trees, shrubs, lawns,
walks,
pavements,
roadways,
structures, and
utilities; and
d. Contractor will comply with all applicable laws, ordinances, rules, regulations,
and orders of any public body having jurisdiction for the safety of persons or
property or to protect them from damage, injury, or less; and will erect and
maintain all necessary safeguards for such safety and protection.
10.0 Indemnification. To the fullest extent permitted by law, Contractor will indemnify and
hold harmless City and its agents and employees from and against all claims, damages, losses and
expenses including but not limited to attorneys' fees arising out of or resulting from the performance
of work, provided that any such claim, damage, loss or expense (a) is attributable to bodily injury,
sickness, disease or death, or to injury to or destruction of tangible property (other than the work
itself) including the loss of use resulting therefrom and (b) is caused in whole or in part by any
negligent act or omission of Contractor. This clause is not to be construed in any form or manner
to wave that Tort Immunity set forth under Arkansas Law.
10.1 In any and all claims against City or any of its agents or employees by any employee of
Contractor, any Subcontractor, anyone directly or indirectly employed by any of them or anyone for
whose acts any of them may be liable, the indemnification obligation under paragraph 7.0 will not
be limited in any way by any limitation on the amount or type of damages, compensation or benefits
payable by or for Contractor or any Subcontractor under workers' or workmen's compensation acts,
disability benefit acts or other employee benefit acts.
11.0 WARRANTY AND GUARANTEE. Contractor warrants and guarantees to City that
all work will be in accordance with the bid documents and will not be defective. Prompt notice of
all defects will be given to Contractor. All defective work may be rejected, corrected or accepted
with an appropriate reduction in the contract price.
11.1
One
Year Correction
Period. If, within one year after the date of substantial completion or
such
longer
period of time as may be prescribed
by law or by the terms of any applicable special
5
guarantee required by the contract documents or by any specific provision of the contract documents,
any work is found to be defective, Contractor will promptly, without cost to City and in accordance
with City's written instructions correcting such defective work. If Contractor does not promptly
comply with the terms of such instructions, or in an emergency where delay would cause serious risk
of loss or damage, City may have the defective or rejected work replaced, and all direct and indirect
costs of such correction, removal and replacement, including compensation for additional
professional services, will be paid by Contractor.
16.0 Payment. The percentage of work on which payment is requested will coincide with the
actual work completed. The Contractor will submit pertinent data to support the pay request. The
City may request additional data to support the payment request and/or may visit the Contractor's
place of business to inspect the work product. City may refuse to pay in whole or any part of any
request for payment if, in the City's opinion, it would be incorrect to make such payment to the
Contractor because subsequently discovered evidence or the results of subsequent inspections
indicate that previous payments made were excessive and/or to protect City from loss because:
The work is defective, or completed work has been damaged requiring correction
or replacement,
Written claims have been made against City or liens have been filed in connection
with the work,
The contract price has been reduced because of modifications,
City has been required to correct defective work or complete the work,
Of Contractor's unsatisfactory
contract documents, or
subcontractors, or for labor, materials,
•
SCOPE OF SERVICES
Ste: The scope of this project consists of services to provide for the construction of the
Lake Sequoyah Restroom Facility, including septic system and waterline connection, located at the
Lake Sequoyah Bait Shop. The Contractor will provide all labor, materials, supplies, equipment,
transportation, plant, superintendence and other items as may be required to complete the project.
Construction Period: Construction of the Lake Sequoyah Restroom Facility shall be completed
within thirty (30) calendar days of the issuance of Notice to Proceed.
Responsibilities: Contractor will be responsible for the location and avoidance of any and all utility
lines. Should Contractor break, cut, or in any other way damage a utility line, it will be the
contractors responsibility to correct this problem.
General Information: It is the responsibility of each bidder to research and obtain personal
knowledge of the project's intended scope. All bids shall include all labor, materials, and overhead.
All subcontractors to be used on this project shall be listed on bid form. All City Ordinances shall
be complied with including any required permits and inspections.
7
CITY OF FAYETTEVILLE
Lake Sequoyah Restroom Facility
Bid # 98-33
For the total amount of $25, 113.00 ,Heckathorn Construction Comoany,Inc(Contractor) agrees to
provide the construction of the Lake Sequoyah Restroom Facility located at the Lake Sequoyah Bait Shop. The
terms and specifications of this agreement are set out in the bid document and made a part hereto. Heckathorn
Construction Comnanv.Inc (Contractor) further certifies possession of the equipment and tools required to
commence work on the Restroom Facility. This contract may be terminated by the City with 10 days written notice.
CONTRACTED SERVICES AND REQUIREMENTS
Scope: The scope of this project consists of services for the construction of the Lake Sequoyah Restroom Facility,
including septic system and waterline connection, located at the Lake Sequoyah Bait Shop. The Contractor will
provide all labor, materials, supplies, equipment, transportation, plant, superintendence and other items as may be
required to complete the project.
Construction Period:
Construction of the
Lake Sequoyah Restroom Facility
shall be completed within thirty (30)
calendar days of the
issuance of Notice to
Proceed.
Responsibilities: Contractor will be responsible for the location and avoidance of any and all utility lines. Should
Contractor break, cut, or in any other way damage a utility line, it will be the contractors responsibility to correct
this problem.
General Information: It is the responsibility of each bidder to research and obtain personal knowledge of the
project's intended scope. All bids shall include all labor, materials, and overhead. All subcontractors to be used
on this project shall be listed on bid form. All City Ordinances shall be complied with including any required
permits and inspections.
ATTEST:
4c CIS
5 5•
wefj 1500`'x'•
ii. Ii
A�
it i 1
CITY OF FAYETTEVILLE, ARKANSAS
(City)
By:
Tht vol.
(Tie)
HECKATHORN TRUCTION COMPANY, INC. \
By r.
Do L. c thorn
President?
(Title)
1880 Birch Avenue; Fayetteville, AR 72703
(Address and Zip Code)
r
T
A'
9,
prvISI•S GEr,'. �'. ANT yP5S 'l CES -
,. •. OF wtst .P...AM
v
4815 rTsrSS J867
LITTLE Roca, AR 72205- . €(i) S)QIV +!�`
APPLICATION FOR INDIVIDIIAL SEWAGE DISPOSAL PERlS1i��� �� n g
no! -RAPT NUtBER__
ress
1: Name of Owner
4. Location of p
' L.
vision Names APP
r
k+---__ Lot.Number
Date a Recorded Date vin _
5. county /A -
N _ --r 10. No. v� -room
Washington -"- q, Total Area
s
8. Lot D mi ension r 1�28!�•9�-------r Leiaa Het if e sary)
see ate h _face_ -_ctiptt- property (attach saps
11. Brief Legal Description of
T -16 -TI;' Washington Co.Arkansas ail
_---- Individuate—r___-� -
E , Section FR 29 W__ ___ ` )p -u is sYste_m_ . L _-
i- wat pyl� from ste ml t a
from'__ -- _r_r
public water system
rn{ le-------�—y
13, Distance to nearest public sewage system r—
14• Distance to nearest p ____�r-
-' it determination(refer to Rules
5 peccoletion test results (refer cv
pp.11-13 of Rules and Regulations)
ROLE 1 RATE (Min/In)
fir_ 26----r—
_ i-G--
6So
.
Regulations)
A. Depth to solid cock o�r/ other
impervious strata L 3_r_—_watet
Be Depth to seasonal (perched)
table_. L
C. General soil type (from Published
Soil Conservation Service survey)
J. P. Atypical conditions
E. Rasapks'
M
day•
Average rate �. ...,
of septic tansystems tion area tequiced_ ._ c
17. Design b.Absotp
s.
a•Size of septic tank 750 Gal. th of field _�_
c.Number of field • linee @50'_.r- d Leng
---r--gtea layouts ro rty lines, building
-- sketch showing P tion field • 18. Sketch of site end system 11 inch and
Attach a mir ni__ 8 1/2 ii
test, holesseptic tank and absocp • system, 'location of wells, driveway,
locations, alter on of percolation layout must be drawls
layout or alternate sewage disPO°°stem. Disposal system
information affecting location of system. line.
. Also indicate on the layou[o distance from
system to the neatest p p
to a minimum seal ofl"20'
from the arty line.
the system to mthe
eve tests. and the atton listed is
• dist_ce�T°!s ih_�ll=�_ a neatest p p to'Department of Health
—, I cacti_that t have conducted the sal systems.
_ uirementa of the Arkansas Dep
to Individual Sewage Dispo D. to 17272-1.
in eccocdance with the late t r
Rules & Reg at one per tai n9 Title�iui.y_fiagia� Phone $•72 1152] ll
Signnt)1 __ pate 7 9S
Typed Name�,,�...�1$ ..
_—____��---to et uirements of
0. Appro al of Health Authocit been reviewefof n 8ewaued aystesa and t aq PERMIT FOR
The information above has of Health g
the Arkansas Department
CONSTRUCTION is h reby iasu
•
Dates�'r�_
Sanitarian:. - (Continu
�. .. 7.- 7 v _ J
rAL 1+S Lt IIU 3 sUJl+ n frfl?e unccveie
( ) Correct field size ( )'Correct leaching line slope
( ) Correct setbacks ( ) 6' gravel"under line (minimum)
( ) Correct septic tank influent line slope ( ).2' gravel under line (minimum)
( ) Influent line not blocked by baffle ( ) Grade boards..orgrade stakes used
( ) Distribution box effluent lines level (-).Tank Size gallons
( ) Correct manholes over influent and ...(.)_Typerof tan
baffles ( ) Tank manufacturer
i ) Base of septic tahk and distribution' ()'Absorption trench on contour •
level () Installers number and name
Sanitarian: Date:
_ :a
The information contained in PART I''and PART II of this form has been reviewed ar
found to meet the requirements....of, the Arkansas Department of Health.' The PERMIT FCk
OPERATION of this system is hereby issued. _ ..
Sanitarian '"' •• 'W'-- Date:
I,
. -
Tq THE OWNER: The State Health Department requires a $30.00 fee to be paid by th
property owner to the State Health Department. Please attach payment to the Applicatic
and System layout and submit in triplicate to -your -local county- sanitarian at the locE
county health unit for approval.... •: : ::
If the design and installation of your individual' sewage disposal system is approved, a
permit for operation will be issued. .
This approval does not constitute a quarantee'that the system will function properly.
It states that the system was designed and installed -according to the Arkansas
Department of Health Rules and Regulations Pertaining to'Sewage-DisposalSystems and
Installers; unless there are exception or deviations 'noted lin the comments.
These Rules and Regulations were formulated in 'order'to prevent as many public health
problems as possible, particularly those created by improper design and. installation.
However, soil conditions can vary greatly, during different periods of the year; as such,
it is virtually impossible to design a system which can be assured of'working under all
conditions which may be encountered.
•
EHP:19 (rev. 11-91)
(5s- a 9)
11u
W g rz. rUC-UJL 71Na
(6e1) '5(L1 -Oc1I
�ED�quc
6¢t Kwe
a
F 1 N.
.r ryl -"0 Na.C
N.
4:$t 4t!C t?- .-
�Q 1
cyeo
iiHr as
C) � G 1
IolP �,
fL. 7..)
J
(� 48, cx
•� � D
9er • �' IU
I
�J EFL fo 6 f/
/0"
�.� I fNOr
Y�TiO " (ryi •r
I .
' o
,'
•
wf '
•
O
'. •.••. i: : :
. t If
• ' 1 4(7 tO
yMM�
Mn9' I • 1
• • .
..f
C,I •
SEQUOYPfr8
p
1
jj DO1uP
G TGac Hint
I
C,
W
0 rz.
ruGr�EFr?1Na
Cool)
'
s'Z'
-6411
F- Hot.C•
yO
/c q�. Jy flit "PIC �crvrt
A/Cf e \ q t,K� y1rT lu��i�
r,
ocPfDt 6I'
Ptr't\kl p
Vii. 9eiy I1
c,/' kf
100
� �/A� �. � rv�•ov
'
v ' yra (TV,)
• Tio" C/M! (�
/
Tt 99. vl_ic TRH •
'eli
1eq
SOLI 0 ai n cic
STAFF REVIEW FORM
f/17a6E 0 ROr72
AGENDA REQUEST
XXX CONTRACT REVIEW
GRANT REVIEW
For the Council meeting of
FROM:
Willie Newman
Solid Waste
Public Works
Name
Division
Department
ACTION REQUESTED:
Approval of change order #1 for the installation of a domestic water outlet inside
the existing Lake Sequoyah Bait Shop. Line will be connected to the new water service
line to the new restroom.
, .4abi•Z4iiia
Cost of this request
1010- -1505.01
4470-9470-5806.00
Account Number
94024-001
Project Number
BUDGET REVIEW:
$12,250
525.000 Lake Sequoyah Restroom
Category/Project Budget Category/Project Name
525.113
Funds Used to Date
Remaining balance
Budgeted Item
Budget coordinator
CONTRACT/GRANT/LEASE REVIEW:
Cit Attorney
vU"
Purchasing Officer
STAFF RECOMMENDATION:
Division Hea
1l
Department Director
Admin._fvices D cc
Mayor
9x23 -O
Date (/
Date
a59s
Date
(1 2Z �9a
Date
Z
Date
On
≤
41
Date
Parks
Improvement
Program
Program
Name
nil
Budget Adjustment Attached
Administrative Services Director
GRANT AGENCY:
inator Date C/yry
923 /0
Auditor /. Date-
a
New Item: Yes No
Prev Ord/Res #:
Orig Contract Date:
D
HECKATHORN
CONSTRUCTION CO., INC.
1880 Birch Avenue
FAYETTEVILLE, AR. 72703
CHANGE ORDER# 1
Date: June 29, 1998
----------------------------------------------------------------
To: City of Fayetteville Project: Lake Sequoyah
ATTN: Willie Newman I Restroom Facility
113 W. Mountain Fayetteville, AR
Fayetteville, AR 72701 Project#: 98323
------------------------------------------------------
This is our Change Order authorizing the following revisions to the
above cited Contract. Included shall be all labor, equipment, taxes
and materials to complete the following changes:
Install domestic water hydrant inside existing Office/Bait
Shop. Line shall be connected to new water line to new Restroom.
- ADD ---$580.00
----------------------------------------------------------------
WE AGREE hereby to make change specified ADD $ 580.00
----------------------------------------------------------------
Date: June 30, 1998 1 Previous contract Amt $ 25,113.00
---------- ------------------------------------
Authoriz y: ised contract Total $ 25,693.00
------------------------------------
Don L. Heckert rn, President
ACCEPTED - -The above prices and specifications
of this Change Order are satisfactory and are hereby
accepted. All work to be performed under same terms
and conditions as specified in original contract unless
otherwise stipulated.
Date of acceptance Signature
PLEASE SIGN AND RETURN ONE COPY
FAYETTEVILLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Fred Hanna, Mayor
Thru: Kevin Crosson, Public Works Director
Cheryl Zotti, Environmental Affairs Administrator
From: Willie Newman, Waste Reduction Coordinator
Date: September 18, 1998
Re: Approval of Change Order #1 for Construction of the Lake Sequoyah Restroom
Facility
Staff requests the approval of change order #1 for the construction of the Lake Sequoyah Restroom
Facility. This change order is for the installation of a domestic water hydrant inside the existing
Lake Sequoyah Bait Shop. This service line will be connected to the new water line being installed
to service the restroom facility.
Currently, there is no potable water available within the bait shop. This change order will enable
construction crews to install a water line to the bait shop while the water line to the restroom facility
is still exposed. Thus, making this change order a more economical use of funds as opposed to
waiting until a later date. Funding for this change order is already available with the $3,767
contingency approved with the original contract.
Please find attached a copy of the original contract and supporting documentation. If you have any
questions, please contact me at extension 497.
RESOLUTION NO. 60-98
A RESOLUTION AWARDING BID NO. 98-33 IN THE AMOUNT
OF $25,113 TO HECKATHORN CONSTRUCTION, PLUS A 15%
CONTINGENCY, FOR THE CONSTRUCTION OF A RESTROOM
FACILITY AT THE LAKE SEQUOYAH BAIT SHOP.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1. That the City Council hereby awards Bid No. 98-33 in the amount of $25,113
to Heckathorn Construction, plus a 15% contingency, for the construction of a restroom facility at
the Lake Sequoyah Bait Shop; and authorizes the Mayor and City Clerk to execute a contract for said
amount. A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof.
PASSED AND APPROVED this 1O day of May 1998.
APPROVE?: %/
By: /44kflnrn�
Fred Hanna, Mayor
ATTEST:
T Heather Woodruff, City Clerk
114':•
• '
CITY OF FAYETTEVILLE
Lake Sequoyah Restroom Facility
Bid # 98-33
For the total amount of $25, 113.00 ,Heckathorn Construction Company-Inc(Contractor) agrees to
provide the construction of the Lake Sequoyah Restroom Facility located at the Lake Sequoyah Bait Shop. The
terms and specifications of this agreement are set out in the bid document and made a part hereto. Heckathorn
Construction Comnanv.Inc (Contractor) further certifies possession of the equipment and tools required to
commence work on the Restroom Facility. This contract may be terminated by the City with 10 days written notice.
CONTRACTED SERVICES AND REQUIREMENTS
Scope: The scope of this project consists of services for the construction of the Lake Sequoyah Restroom Facility,
including septic system and waterline connection, located at the Lake Sequoyah Bait Shop. The Contractor will
provide all labor, materials, supplies, equipment, transportation, plant, superintendence and other items as may be
required to complete the project.
Construction Period: Construction of the Lake Sequoyah Restroom Facility shall be completed within thirty (30)
calendar days of the issuance of Notice to Proceed.
Responsibilities: Contractor will be responsible for the location and avoidance of any and all utility lines. Should
Contractor break, cut, or in any other way damage a utility line, it will be the contractors responsibility to correct
this problem.
General Information:
project's intended scope.
on this project shall be
permits and inspections.
ATTEST:
It is the responsibility of each bidder to research and obtain personal knowledge of the
All bids shall include all labor, materials, and overhead. All subcontractors to be used
listed on bid form. All City Ordinances shall be complied with including any required
C;' '(Citv.Clerk) /7'
T '
•
(Secretary) Janet S. Heckathorn
CGS-- -
(Witness)
CITY OF FAYETTEVILLE ARKANSAS
(City)
By:, /�/1yVcs�
(Tie)
HECKATHORN TRUCTION COMPANY, INC.
ontr or
By:
Do L. c athorn
President
(Title)
1880 Birch Avenue; Fayetteville, AR 72703
(Address and Zip Code)