HomeMy WebLinkAbout61-99 RESOLUTION•
•
RESOLUTION NO. 61- 9 9
A RESOLUTION AWARDING BID NO. 99-46 IN THE AMOUNT
OF S64,618, PLUS A PROJECT CONTINGENCY AMOUNT OF
$3,500, TO HECKATHORN CONSTRUCTION, FOR THE
WALKER PARK PAVILION PROJECT.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1 That the City Council hereby awards Bid No. 99-46, in the amount of
S64,618, plus a project contingency amount of $3,500, to Heckathom Construction Company, for
the Walker Park Pavilion Project. A copy of the bid tabulation is attached hereto marked Exhibit
"A" and made a part hereof.
PASSED AND APPROVED this AL day of May , 1999.
�� , �* - (�
t. • - f �.
•
A1TES7'.
/
B
Heather Woodruff, City erk
DESCRIPTION: WALKER PARK PAVILION & SITE IMPROVEMENTS
W
J
J
5W
F
W
,,apQ
V m O LL
u.
cr,w
motto
O O
O O 9
m N G
W. G
Q O 0
w w
HECKATHORN CONST
MIDLAND CONST
VICTOR STANLEY INC
T&T CONST
EXHIBIT A
EXHIBIT B
AGREEMENT FOR PAVILION & SITE IMPROVEMENTS
This AGREEMENT executed this 1 ttf day of
APPA/
1999, between the City of Fayetteville, Arkansas, hereinafter
called the "City" and Heckathorn Construction Inc., hereinafter
called the "Contractor", and having an address at 1880 Birch
Avenue, Fayetteville, AR 72703.
IN CONSIDERATION OF THE FOLLOWING COVENANTS contained herein
the parties agree as follows:
1. The Contractor shall at the written request of the City
provide material, labor and equipment for the work as outlined in
the specifications.
2. City shall pay Contractor for services rendered as set
out in Contractor's Bid.
Charges will be invoiced to City at the end of each
Contractor's monthly accounting periods based upon the fee
outlined in Contractor's Bid. All invoices are due upon receipt
and shall be paid by the City unless disputed within thirty (30)
days of their receipt. The maximum amount billed under this
agreement shall not exceed $64,618.00.
3. The contract documents which comprise the contract
between City and the Contractor consist of this contract and the
following documents:
a. Bid form identified as Invitation to Bid 99-46 with the
specifications, conditions, and requirements typed
thereon;
b. The Contractor's proposal and all supporting documents
and correspondence submitted by the Contractor in
response to Bid 99-46.
4. These contract documents constitute the entire
agreement between the City and the Contractor and may be modified
only by a duly executed written instrument signed by the City and
the Contractor.
5. Contractor shall not assign his duties under the terms
of this contract.
6. Contractor agrees to hold the City harmless and
indemnify the City against any and all claims for property
damage, personal injury or death, arising from Contractor's
performance of this contract.
7. The Contractor shall furnish a 100% performance
and payment bond guaranteeing the full completion of the project
and a certificate of insurance addressed to the City, showing
that he carries the following insurance which shall be maintained
throughout the term of the contract.
Workers Compensation Statutory Amount
Comprehensive General and
Automobile Insurance
Bodily Injury Liability $ 300,000 for each
person injured.
$ 500,000 for each
accident.
Property Damage Liability $ 250,000 for each
accident.
$ 500,000 aggregate
The premiums for all insurance and the bond required herein
shall be paid by the Contractor.
8. Contractor agrees to begin work within ten (10) days
after issuance by the City of a "work order" or "Notice to
Proceed" and to complete the project within 90 days.
9. All work called for herein shall be coordinated
directly with the Project Manager.
10. City shall have the right to terminate this Agreement
for City's convenience upon written notice to Contractor, and
Contractor shall terminate performance of services on a schedule
acceptable to City. In the event of termination for City's
convenience City shall pay Contractor for all services performed
to date of termination.
11. Nothing in this agreement shall be construed to give
any rights or benefits to anyone other than Contractor and City.
IN WITNESS WHEREOF, City and Contractor have executed this
agreement, the effective date of which shall be ,1gy 1,149?
CITY OF F ETTEV LLE
By
ATTEST:
By: f.,. /I4 i
eather Woodruff, ty Clerk
ATTEST:
By
Fre
Hanna, Mayor
Heckathorn Construction Company, Inc.
ntraFtor rC9fipany Name
By:
L. ifeckathoin
Title: President
�`-d`--"
Janet S. Heckathorn, Secretary
•
•
Bid_Schedule
Bid items will include all applicable taxes.
I . Removal and demolition of existing shelter and concrete base.
2. Six (6) custom columns of Arkansas Native Stone. Must be .5-.75 inch
joint, type S mortar (2'x2'x5'H) Costs will include stone, mortar and labor.
area.
3. One (1) Ironwood series G/W 36 S Gazebo Shelter with vented cupola in
Evergreen and light Stone- Porter/Poligon park Architecture or equal.
4. Site preparation, provide and install concrete base and footings for shelter,
concrete sidewalk around shelter and connecting concrete sidewalk to
existing sidewalk (to be approximately 35 ` long) as described in
specifications.
5. Provide and install 3 electrical outlets and light fixture with timer in shelter.
6. Installation of shelter listed above by licensed contractor including finish
paint on frame and any touch up paint.
7. Freight costs F.O.B. Fayetteville, AR 72701
Total Bid including all deductive alternates listed and any applicable tax:
$ (oy)tot 4 Ya (*)
Please show deductive costs for each item: 1. S" Li 5
2. k1 Li -1 ..-D--1•37,, o
3. 33 °I %at om
Y -y
4. »I2caea a
oa
5. 23� 4-1 rir
6.pm
-1�to02 r7c
7. l ,b3S
The Bidder understands the Owner reserves the right to reject any or all bids and
to waive any formalities in the bidding.
Bidder agrees that this bid shall be good and niay not be withdrawn for a period of
•
(60) sixty calendar days after the scheduled closing time for receiving bids.
Company Name:
Name (Type or Print)
Title:
Address:
Telephone:
BID MUST BE SIGNED
CONSIDERED:
SIGNATURE•
HECKATHORN CONSTRUCTION COMPANY, INC.
Don L. Heckathorn
President
1880 Birch Avenue
Fayetteville, AR 72703
501/442-5386 Fax: 501/442-7385
K. UN E BID WILL NOT BE
Acknowledgment of Addendums:
Arkansas License No. 0023780499
(*)Per Terms and Conditions, Item 10: Anticipated number of days from the date
of receipt of an order for delivery of equipment and installation q e)
calendar days
61
Arkansas StatutoryPerformance and Payment Bond
HECKATHORN CONSTRUCTION COMPANY, INC. FILED FOR RECORD
as Principal, hereinafter called Principal, apo fiRY 9 PM 3 30
NATIONAL FIRE INSURANCE COMPANY OF HARTFO{�
as Surety, hereinafter called Surety, are heldiegliNijott4vampd unto
CITY OF FAYETTEVILLE, ARKANSAS NESS
as Obligee, hereinafter called Owner, in the amour t �ft
SIXTY FOUR THOUSAND SIX HUNDRED EIGHTEEN DOLLARS AND NO/100
($64,618.00)
for the payment whereof Principal and Surety bind themselves, their
heirs, personal representatives, successors and assigns, jointly and
severally, firmly by these presents.
Principal has by written agreement dated APRIL 19, 1999..
entered into a contract with the Owner for:
BID NO. 99-46 WALKER PARK PAVILION & SITE IIMPROVEMENTS
FAYETTEVILLE, ARKANSAS
which contract is by reference made a
referred to as the Contract.
The condition of this obligation is
shall faithfully perform the Contract
indemnify and save harmless the Owner
he may suffer by reason of failure so
and repay the Owner all outlay and expense which the Owner may incur
in making good any such default, and further, that if the Principal
shall pay all persons all indebtedness for labor or materials
furnished or performed under said Contract, failing which such persons
shall have a direct right of action against the Principal and Surety,
jointly and severally, under this obligation, subject to the Owner's
priority, then this obligation shall be null and void; otherwise it
shall remain in full force and effect.
No suit, action or proceeding shall be brought on this bond outside
the State of Arkansas. No suit, action or proceeding shall be brought
on this bond except by Owner, unless it is brought in accordance with
A.C.A. Section 22-9-403(b) and A.C.A. Section 18-44-503(b) (Supp.1987)
as amended. No suit, action or proceeding shall be brought by the
Owner after two years from the date on which the final payment under
the Contract falls due.
Any alterations which may be made in the terms of the Contract, or
in the work to be done under it, or the giving by the Owner of any
extension of time for the performance of the Contract, or any other
forbearance on the part of either the Owner or the Principal to the
other shall not in any way release the Principal and the Surety
or Sureties, or either or any of them, their heirs, personal
representatives, successors or assigns from their liability hereunder,
notice to the Surety or Sureties of any such alteration, extension or
forbearance being hereby waived. In no event shall the aggregate
liability of the Surety exceed the sum set out herein.
This bond given in compliance with Act 351 of 1953 as amended.
Executed APRIL 21, 1999
HECKATHORN CONSTRUCTION COMPANY, INC.
part hereof, and is hereinafter
such that if the Principal
on his part and shall fully
from all cost and damage which
to do and shall fully reimburse
NATIONAL FIRE INSURANCE COMPANY OF HARTFORD
By:
WILLIAM H. GRIFFIN
Attorney-in-fact
99
•
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT
•
I re
Know All Men By These Presents, That CONTINENTAL CASUALTY COMPANY, an Illinois corporation, NATIONAL FIRE INSURANCE
COMPANY OF HARTFORD, a Connecticut corporation, AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA, a Pennsylvania
corporation (herein collectively called 'the CCC Surety Companies'), are duly organized and existing corporations having their principal offices in
the City of Chicago. and State of Illinois, and that they do by virtue of the signature and seals herein affixed hereby make, constitute and appoint
Knight Cashion. Benson A. Cashion, Matthew Knight Cashion, Jr., Wiliam R. Plegge. William H. Griffin. Judy Schogagen. Sheilla J. Smith.
Individually
of Little Rock, Arkansas
their true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds,
undertakings and other obligatory instruments of similar nature
- In Unlimited Amounts -
and to bind them thereby as fully and to the same extent as 1 such instruments were signed by a duly authorized officer of their corporations and
all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority at the By -Laws and Resolutions. primed on the reverse hereof,
duly adopted, as indicated, by the Boards of Directors of the corporations.
In Witness Whereof, the CCC Surety Companies have caused these presents to be signed by their Group Vice President and their
corporate seals to be hereto affixed on this 29th day of September 1998 .
CONTINENTAL CASUALTY COMPANY
NATIONAL FIRE INSURANCE COMPANY OF (HARTFORD
AMERICAN CASUALTY COMPANY OF READING. PENNSYLVANIA
gal detted06\
Marvin J. Cashion Group Vice President
State of Illinois, County of Cook. ss.
On this 29th day of September , 1998 , before me personally came
Marvin J. Cashion, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Chicago, State of Illinois; that
he is a Group Vice President of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD. and
AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA described in and which executed the above instrument that he knows the
seals of said corporations; that the seals affixed to the said instrument are such corporate seals: that they were so affixed pursuant to authority
given by the Boards of Directors of said corporations and that he signed his name thereto pursuant to like authority. and acknowledges same to
be the act and deed of said corporations.
My Commission Expires March 6, 2000
CERTIFICATE
"Mt? ale' -
Mary Jo Abel Notary Public
I, Mary A. Ribikawskis, Assistant Secretary of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF
HARTFORD, and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA do hereby certify that the Power of Atomey herein
above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of each corporation printed on the
reverse hereof are still in force. In testimony w?ereof I have hereunto subscribed my name and affixed the seals of the said corporations
this 21stdayof April 1qqq •
(Rev.10/1/97)
CONTINENTAL CASUALTY COMPANY
NATIONAL FIRE INSURANCE COMPANY OF HARTFORD
AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA
Mary A. Ribikawskis Assistant Secretary
•
Authorizing By -Laws and Resolutions
ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY:
This Power of Attomey is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of
the Company.
"Article IX—Execution of Documents
Section 3. Appointment of Attomey-in-fact. The Chairman of the Board of Directors, the President or any Executive, Senior or Group
Vice President may, from time to time, appoint by written certificates attomeys-in-fact to act in behalf of the Company in the execution of
policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations
set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such
instruments and to attach the seal of the Company thereto. The Chairman of the Board of Directors, the President or any Executive, Senior
or Group Vice President or the Board of Directors, may, at any time, revoke all power and authority previously given to any attomey-in-fact."
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of
Directors of the Company at a meeting duly called and held on the 17th day of February, 1993
"Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be
affixed by facsimile on any power of attorney granted pursuant to Section 3 of Article IX of the By -Laws, and the signature of the Secretary or
an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or
certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and
certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and
binding on the Company."
ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA:
This Power of Attomey is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of
the Company.
"Article VI—Execution of Obligations and Appointment of Attorney -in -Fact
Section 2. Appointment of Attorney-in-fact. The Chairman of the Board of Directors, the President or any Executive, Senior or Group
Vice President may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of
policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations
set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such
instruments and to attach the seal of the Company thereto The President or any Executive, Senior or Group Vice President may at any time
revoke all power and authority previously given to any attorney-in-fact."
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of
Directors of the Company at a meeting duly called and held on the 17th day of February, 1993.
rResolved, thatthe signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be
affixed by facsimile on any power of attorney granted pursuant to Section 2 of Article VI of the By -Laws, and the signature of the Secretary or
an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or
certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and
certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and
binding on the Company."
ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD:
This Power of Attomey is made and executed pursuant to and by authority of the following Resolution duly adopted on February 17 1993 by
the Board of Directors of the Company.
"RESOLVED: That the President, an Executive Vice President, or any Senior or Group Vice President of the Corporation may, from time
to time, appoint, by written certificates, Attomeys-in-Fact to act in behalf of the Corporation in the execution of policies of insurance, bonds,
undertakings and other obligatory instruments of like nature. Such Attorney -in -Fact, subject to the limitations set forth in their respective
certificates of authority, shall have full power to bind the Corporation by their signature and execution of any such instrument and to attach
the seal of the Corporation thereto. The President, an Executive Vice President, any Senior or Group Vice President or the Board of Directors
may at any time revoke all power and authority previously given to any Attorney -in -Fact."
This Power of Attomey is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of
Directors of the Company at a meeting duly called and held on the 17th day of February, 1993.
"RESOLVED: That the signature of the President, an Executive Vice President or any Senior or Group Vice President and the seal of
the Corporation may be affixed by facsimile on any power of attorney granted pursuant to the Resolution adopted by this Board of Directors
on February 17, 1993 and the signature of a Secretary or an Assistant Secretary and the seal of the Corporation may be affixed by facsimile
to any certificate of any such power, and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the
Corporation. Any such power so executed and sealed and certified by certificate so executed and sealed, shall'with respect to any bond or
undertaking to which it is attached, continue to be valid and binding on the Corporation."
•
•
i-
CERTIFICATE' OF INSURANCE
E MSIMO/YY)
DATE
PRODUCER 501-3760716
The Cashion Company, Inc.
P.O. Box 550
Little Rock, AR 72203
THIS CERTIFICATE IS ISSUED AS A SHATTER OF INFORMATION ONLY ANI)
CONFERS NO RIGHTS UPON TIE CERTIFICATE HOLDER. TITS CERTIFICATE
DOLS NOT AMEND. EXTEND OR ALTER THE COVERAGE AFTORDED BY THE
POI.ICIFS BELOW.
COMPANIES AFFORDING COVERAGE
COMPANY
A General Accident
INSURED
Heckathorn Construction
Company, Inc.
1880 Birch Avenue
Fayetteville AR 72703
COMPANY
B
COMPANY
C
COMPANY
D
THIS LS TO CERTIFY THAT TICE POUCIFS OF DiSURA.NCE LISTED BELOW HAVE BF.F_N ISSUED TO THE IiSURF.D NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCVMENT WT1 RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTA LN. THE INSLRANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO
LTR
TYPE OF INSURANCE
POLICY NEMBER
POLICY EFF.
DATE (MM/DD/YY)
PRICY EXT.
DATE DIM MD/TIO
LIMITS
A
GENERAL LIABILITY
CGL501150303
3/19/99
3/19/00
GENERAL AGGREGATE
2000000
2000000
X
COMM. GENERAL LIABILITY
PROD-COMP/OP AGC.
ICLAI.MS MADE
X
OCCUR
PERS. R ADV. INJURY
1000000
OWNERS & CONTRACTS PROT
EACH OCCURRENCE
1000000
5t1F1F1fl
FIRE DAMAGEIOee Ebel
MED EXPIAe1 me penin)
5000
A
AUTOMOBILE
LIABILITY
8A017767005
3/19/99
3/19/00
COMBINED SINGLE
LIMIT
1000000
x
ANY AUTO
ALL OWNED AUTOS
BODILY INJURY
)Per Pram)
SCHEDULED AUTOS
X
X
HIRED AUTOS
NON OWNED AUTOS
BODILY INJURY
(Per deem)
PROPERTY DAMAGE
GARAGE LIABILITY
AUTO ONLY -EA ACCIDENT
ANY AUTO
OTTER THAN AUTO ONLY:
EACH ACCIDENT
AGGREGATE
A
EXCESS LIABILITY
XCO10130604
3/19/99
3/19/00
EACH OCCURRENCE
5000000
X UMBRELLA FORM
AGGREGATE
5000000
OTHER THAN UMBRELLA FORM
A
WORKERS COMPENSATION AND
EMPLOYERS' UABILITY
WC015227504
3/19/99
3/19/00
STATUTORY UMITS
EACH ACCIDENT
500000
THEPROPRIETOR/
PARTNERS/EXECUTIVE
—
INCE
DISEASE -POLICY LIMIT
500000
OFTICERS ARE:
EXCL
DISEASE -EACH EMPL
500000
OTHER
DESCRIPTION OF OPERATIONSILOCATIONS(VEIOCLESISPECIAL ITEMS
JOB: CITY OF FAYETTEVILLE; WALKER PARK-PAVILLION & SITE IMPROVEMENTS
FAYETTEVILLE, AR
CERTIFICATE HOLDER '.:
CITY OF FAYETTEVILLE
MS. PEGGY VICE -PURCHASING MGR
113 WEST MOUNTAIN STREET
FAYETTEVILLE, AR 77701
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF. THE ISSUING COMPANY WILL ENDEAVOR TO
MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IM PIM NO OBLIGATION OR
LIABILITY OF ANY KLND UPON TIff COMPANY ITS AGENTS OR REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE
'/�/J� ,
7
GL✓R/'
_.... C
;':ACORD25.5-(3/93)
_ _,
2 22-.-: .--. ,
kid -nt -fp
0,4°i
City of Fayetteville MI CROP
I LMED
Pavilion Shelter & Site Improvements
Bid Specifications
Bid 99-46
All inclusive bids must be submitted no later than 11:00 a.m. on April 19, 1999,
to City of Fayetteville, Purchasing Office, Room 306, 113 West Mountain St.,
Fayetteville, Arkansas, 72701 in a sealed envelope marked "Pavilion & Site
Improvements" "Bid 99-46". Equipment listed is from Porter/Poligon park
Architecture, Inc. catalog with numbers provided for reference only. Each bidder
will be required to meet, or exceed the specifications attached. Any deviations
must be noted with specifications of the equipment and must be attached with
submitted bid. In addition to the bid and specifications on the shelter and site
furnishings, each bidder must furnish the following:
Bidder to provide bid price FOB -Fayetteville, Arkansas 72701.
Bidder will include all guarantees and manufacturer's warranties.
3. Bidder must provide standard 5 year warranty..
4. Bidder must have a State of Arkansas Contractors License, Workmen's
compensation as required by Arkansas State Statutes and general liability
insurance in a minimum amount of 5500,000.
Bidder must provide specifications for concrete & paint equal or greater to
those listed in specifications.
6. Bidder must provide specifications of materials equal or greater to those
listed in specifications.
7. Bidders shall include all applicable taxes on items bid.
Bidder must provide 3-D color picture of shelter and include all color
options.
Bidder will provide quality assurance in supplier qualifications and
certifications as listed in specifications.
•
•
•
10. Bidder will include a set of shop drawings (and 2 sets of structural
calculations) signed and sealed by a Professional engineer licensed in the
State of Arkansas showing structural calculations as listed in specifications.
11. Bidder must obtain City of Fayetteville Building Permit. (Fee is waived).
12. Site preparation and installation shall be included in the bid.
14. The City of Fayetteville reserves the right to accept and/or reject any and/or
all bids.
15. Questions should be addressed to Connie Edmonston at 501/444-3473.
v.
Bid_Schedulc
Bid items will include all applicable taxes.
•
1. Removal and demolition of existing shelter and concrete base.
2. Six (6) custom columns of Arkansas Native Stone. Must be .5-.75 inch
joint, type S mortar (21x21x5'H) Costs will include stone, mortar and labor.
area.
3. One (1) Ironwood series GIW 36 S Gazebo Shelter with vented cupola in
Evergreen and light Stone- Porter/Poligon park Architecture or equal.
4. Site preparation, provide and install concrete base and footings for shelter,
concrete sidewalk around shelter and connecting concrete sidewalk to
existing sidewalk (to be approximately 35 ` long) as described in
specifications.
5. Provide and install 3 electrical outlets and light fixture with timer in shelter.
6. Installation of shelter listed above by licensed contractor including finish
paint on frame and any touch up paint.
7. Freight costs F.O.B. Fayetteville, AR 72701
Total Bid including all deductive altemates listed and any applicable tax:
S
Please show deductive costs for each item: 1.
3.
4.
6.
The Bidder understands the Owner reserves the right to reject any or all bids and
to waive any formalities in the bidding.
Bidder agrees that this bid shall be good and may not be withdrawn for a period of
(60) sixty calendar days after the scheduled closing time for receiving bids.
Company Name:
Name (Type or Print)
Title:
Address:
Telephone: Fax:
BID MUST BE SIGNED IN INK. UNSIGNED BIDS WILL NOT BE
CONSIDERED•
SIGNATURE.
Acknowledgment of Addendums:
•
I
l
•
•
•
•
•
•
•
SI
•
•
I'x. i-ree
WALKER PARK
'=4
1:4000 TCPOGRAPHI C DATA : 1994
b
•
•
•
4
CITY OF FAYETTEVILLE, ARKANSAS
Terms and Conditions
All bids shall be submitted in a sealed envelope and must be submitted on forms
provided by the City.
The item bid and the bid number shall be stated on the face of the scaled bid envelope.
3. Bidders shall include all applicable local, state, and federal sales tax in bid. The
responsibility of payment shall remain with the successful bidder.
4. Bids received after the date and time set for receiving bids will not be considered.
5. The City reserves the right to accept or rejcct any or all bids, waive formalities in the
bidding and make a bid award deemed to be in the best interest of the City. The City
shall be able to purchase more or Icss than the quantity indicated subject to availability
of funds.
The bid price shall remain good and firm until project is completed.
All products delivered shall comply with applicable standards of quality.
Any exceptions to the requirements of the City of Fayetteville must be noted on the
Bid Fort.
Prices shall include all labor, materials, overhead, profit, insurance, etc., to cover the
fumishing of the items bid.
10. Each bidder shall state on the face of the bid form the anticipated number of days from
the date of receipt of an order for delivery of equipment and installation to the City of
Fayetteville.
Copy of the warranty shall accompany the bid, and any exceptions to the warranty
shall be clearly noted on the bid form.
I2. Bidders must provide the City with their bids signed by an employee having legal
authority to submit bids on behalf of the bidder. The entire cost of preparing and
providing responses shall be borne by the bidder.
13. The City reserves the right to request any additional information it deems necessary
from any or all bidders after the submission deadline.
4. The request for bid is not to be construed as an offer, a contract, or a commitment of
any kind; nor does it commit the city to pay for any costs incurred by bidder in
preparation of bid.
•
•
15. The City will not be responsible for misdirected bids. Vendor should call the
Purchasing Office at (501) 575-8289 to insure receipt of their bid documents prior to
opening time and date listed on the bid form.
16. If products and/or components other than those described in this bid document are
proposed, the bidder must include complete descriptive literature and technical
specifications. All requests for additional information must be received within five
working days following the request.
17. Bids must be hand delivered or received by mail in the Purchasing Office, Room 306,
113 W. Mountain Si Fayetteville, AR 7270!, on or before the time of closing listed
on the facc of the bid.
•13. Public improvement bids with a total of S20,000 or more shall submit certificates of
insurance within 10 days of notice of bid award. Certificates of insurance are to be
addressed to the City of Fayetteville, showing that the contractor carries the following
insurance which shall be maintained throughout the term of the bid. Any work sublet,
the contractor shall require the subcontractor similarly to provide the same insurance
coverage. In case any employee engaged in work on the project is not protected under
Workers' Compensation, the Contractor shall provide, and shall cause each
subcontractor to provide, adequate employer's liability insurance for the protection of
such of his employees as arc not otherwise protected.
Workers' Compensation:
Comprehensive General & Automotive Liability:
Property Damage Liability:
Statutory Amount
S250,000 each person.
S500,000 aggregate.
S100,000 aggregate.
*19. Public improvement bids with a total of 320,000 or more require a 5% bid bond and if
awarded, a 100% performance and payment bond to be submitted before notice to
proceed is given.
*21.
• 22
Public improvement bids exceeding 520,000 or more require a contractor's license.
The City shall pay Contractor based on unit prices indicated in contractor's bid
proposal. Progress payments will be made after approval and acceptance of work and
submission of invoice. Payments will be made approximately 30 days after receipt of
invoice.
Contractor shall not assign his duties under the terms of this agreement. All work
shall be coordinated directly with the Project Manager, or their designee.
* Applies to construction public improvement projects only, unless otherwise noted.
•
•
•
SECTION 02875
SITE AND STREET SHELTERS
PART1.GENERAL
1.1 SECTION INCLUDES: Prefabricated metal shelter/gazebo/pavillon.
1.2 RELATED SECTIONS
Earthwork, Section 02200.
Cast -In -Place Concrete, Section 03300.
1.3 REFERENCES
American Institute of Steel Construction (AISC)
American Iron and Steel Institute (AISI) Specifications for Cold Formed Members.
Arperican Society of Testing of Materials (ASTM)
Athertcan Welding Society (AWS)
Steel Structures Painting Council (SSPC•SP2) as outlined in AISC 8.5
National Evaluation Report (NER) "FOR USE WITH BUILDINGS WITH SANDWICH
PANECROOF ONLY"
1.4 SYSTEM DESCRIPTION
Design Loads: UBC (1994 edition) 30 pounds per square foot snow load, 90 mile per
hour wind speed, seismic zone 4.
Design Method: per applicable building code. (Note: PCLIGON uses three dimensional
structural analysis to determine member load and forces )
The pre-englneered package shell be shipped as a pre-cut and pre -fabricated package
that shall Include the structural frame members, roof materiel. fasteners, trim and
inetallalion instructions. The structure shall be shipped in knocked down for minimum
atiipping charges. Field labor will be kept to a minimum by pre -manufactured parts. No
onsite welding will be required. Connection bolts shall be concealed within the tubing
where possible.
115 SUBMITTALS
Submit.1 set shop drawings [end 2 sets structural calculations] signed and sealed by o
Professlonal Engineer licensed in the State of Arkansas. Structural calculations shall
show the following code information: SBCI Building Code [1991 edition], [20) psi snow
ground load, 70 mph wind speed, seismic zone 1.
1.8 QUALITY ASSURANCE: Provide evidence of commitment of quality
craftsmanship es
demonstrated by the following;
A. SUPPLIER QUAUFICATIONS:
The product shall be designed and produced at a fadllty owned and directly supervised
14 the supplier. The product shall be shipped from a single source.
The supplier shall have been making steel frame pre -manufactured shelters for a
minimum of five years and list three similar projects in the territory
Membership In American Institute of Steel Construction.
Membership In American Welding Society.
Full time on -staff licensed engineer.
Full time on -staff quality control manager.
Prblished quality assurance manual.
Full time on -staff AWS certified welding Inspectors.
Continued certification by an Independent Inspection agency.
Maintain quality control program equivalent to U.S. military's Mil I.
•Bi CERTIFICATIONS (OR EQUAL)
Cry of Los Angeles (Calif.) fabricator approval number.
City of Houston (Texas) fabricator approval number.
F6orida stets approval number.
National Evaluation Report No. 497 for structural insulated panels. FOR USE WITH
BUILDINGS WITH SANDWICH PANEL ROOF ONLY"
Weider certificates and AWS welding inspector certificates.
i
1 7 DELIVERY AND STORAGE: Unload materials with necessary equipment (no
hand unloading), store covered out of weather, end keep out of direct sun. Inspect
parts within 48 hours of delivery compare with manufacturer's bill of material, and
report any missing or non -conforming parts to manufacturer within thls time.
1:8 WARRANTY: Supply manufacturer's standard five year warranty.
•
PART 2. PRODUCTS
2I1 MODEL NUMBER: GIW 38 S with accessories
22 ,ACCEPTABLE MANUFACTURER
POLIOON, a Division of W.H. Porter, Inc., Holland, Michigan, (818) 399-1983. Receive
pricing from local sales office at 501-362-9988.
Substitutions must be approved a minimum of five (5) days prior to bid. All approved
manufacturers shall be notified In writing before the bid date and shell not be allowed to
bid without written notification,
•