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