Loading...
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