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 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)