HomeMy WebLinkAbout24-08 RESOLUTIONRESOLUTION NO. 24-08
A RESOLUTION APPROVING A COST -SHARE WITH THE CITY OF
FARMINGTON PURSUANT TO THE FAYETTEVILLE-
FARMINGTON WASTEWATER AGREEMENT OF APRIL 3, 2007, IN
THE AMOUNT OF $66,296.34 TO CONTRACT WITH REDFORD
CONSTRUCTION, INC. AS FAYETTEVILLE'S SHARE OF
CONSTRUCTION OF THE FARMINGTON GRAVITY SEWER LINE,
WSIP SUBPROJECT WL -10, BID #08-01; AND APPROVING A 10%
CONTINGENCY IN THE AMOUNT OF $7,000.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS•
Section 1: That the City Council of the City of Fayetteville, Arkansas, hereby
approves a cost -share with the City of Farmington pursuant to the Fayetteville -
Farmington Wastewater Agreement of April 3, 2007, in the amount of $66,296.34 to
contract with Redford Construction, Inc as Fayetteville's share of construction of the
Farmington Gravity Sewer Line, WSIP Subproject WL -10, Bid #08-01.
Section 2: That the City Council of the City of Fayetteville, Arkansas, hereby
approves a 10% contingency in the amount of $7,000.
PASSED and APPROVED this 19th day of February, 2008.
APPROVED:
By:
ATTEST
DA COODY, Mayor
By: C)0Val.. -/ cP kvc
SONDRA E. SMITH, City Clerk/Treasurer
cs,AG.•c\1Y C3.61/451&#''&
David Jurgens
Submitted By
City of Fayetteville
Staff Review Form
City Council Agenda Items
or
Contracts
19 -Feb -08
City Council Meeting Date
Wastewater System Impry Project
Division
Action Required:
Water/Wastewater
Department
Approval of a cost -share with Farmington in the amount of $66,296.34 for a contract with Redford Construction, Inc.
for Fayetteville's share of construction of the Farmington Gravity Sewer Line, WSIP Subproject WL -10, Bid 08-01,
and approve a 10% contingency of $7,000.
73,296
Cost of this request
4520-9520-5801.00
Account Number
02133.0410
Project Number
Budgeted Item
XX
113,086,082
Category / Project Budget
Wastewater System Imp Project
Program Category / Project Name
89,150,585 Water and Wastewater
Funds Used to Date Program / Project Category Name
$ 23,935,497
Remaining Balance
Budget Adjustment Attached
Water/Sewer
Fund Name
Depart
nt Di
I
City Attorne
ctor
Finance and Internal Service Director
Mayor
ger//
2)Csavo
Date
I -7t -oz
Date
Date
Previous Ordinance or Resolution #
Original Contract Date:
Original Contract Number:
Received in City Clerk's Office
Comments:
�y�e le
CITY COUNCIL AGENDA MEMO
City Council Meeting of 19 February 2008
To: Fayetteville City Council
Thru: Mayor Dan Coody
Fayetteville Sewer Committee
From: David Jurgens, Water and Wastewater Director
Date: 19 January 2008
Subject: Approval of a cost -share with Farmington in the amount of $66,296.34 for a contract with
Redford Construction, Inc. for Fayetteville's share of construction of the Farmington Gravity Sewer
Line, WSIP Subproject WL -10, Bid 08-01, and approve a 10% contingency of $7,000.
RECOMMENDATION
City Administration recommends approval of a cost -share with Farmington in the amount of
$66,296.34 for a contract with Redford Construction, Inc for construction of the Farmington Gravity
Sewer Line, WSIP Subproject WL -10, Bid 08-01, and approve a 10% contingency of $7,000.
BACKGROUND
This project involves constructing roughly 2,000 feet of 21 inch gravity sewer main and eight
manholes in Farmington between the existing Lift Station 12 on Double Springs Rd and the future
Lift Station 12 near the intersection of Double Springs and Goose Creek Rd. This project excludes
the upper section of the Farmington transmission line, which will be installed when the other
portions of the Farmington system are placed in service. Splitting this construction significantly
reduces costs and the potential for sewer overflows caused by the construction.
This cost share and the percentage of the cost to be paid by Fayetteville was agreed to and
established in the Fayetteville -Farmington Wastewater Agreement of April 3, 2007 which included
the projected population in the basin served by this sewer line. Each city bears their portion of the
cost based on their respective populations.
DISCUSSION
The Cities received bids on 16 January, 2008 for this project:
Contractor
Redford Const (low bid)
Edwards Design & Const
S&J Construction
Seven Valleys Construction
W. N. Couch
Engineer's Estimate
Total Bid
$335,967.00
$429,829.30
$614,874.03
$533,858.00
$558,798.00
$594,193.00
Fayetteville Share
$66,296.34
$84,818.18
$121,333.05
$105,346.16
$110,267.57
$117,252.06
The bid has been reviewed by RJN, the Engineers and the Arkansas Natural Resources Commission
who is providing Farmington RLF funding for the project; both recommend award. RJN thoroughly
checked Redford Construction references, all were positive. RJN's letter of recommendation is
attached.
BUDGET IMPACT
Funds are available in the WSIP project budget.
WL -IO CCMemo
RESOLUTION NO.
A RESOLUTION APPROVING A COST -SHARE WITH THE CITY OF
FARMINGTON PURSUANT TO THE FAYETTEVILLE-
FARMINGTON WASTEWATER AGREEMENT OF APRIL 3, 2007, IN
THE AMOUNT OF $66,296.34 TO CONTRACT WITH REDFORD
CONSTRUCTION, INC. AS FAYETTEVILLE'S SHARE OF
CONSTRUCTION OF THE FARMINGTON GRAVITY SEWER LINE,
WSIP SUBPROJECT WL -10, BID #08-01; AND APPROVING A 10%
CONTINGENCY IN THE AMOUNT OF $7,000.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS*
Section 1: That the City Council of the City of Fayetteville, Arkansas, hereby
approves a cost -share with the City of Farmington pursuant to the Fayetteville -
Farmington Wastewater Agreement of April 3, 2007, in the amount of $66,296.34 to
contract with Redford Construction, Inc as Fayetteville's share of construction of the
Farmington Gravity Sewer Line, WSIP Subproject WL -10, Bid #08-01.
Section 2: That the City Council of the City of Fayetteville, Arkansas, hereby
approves a 10% contingency in the amount of $7,000.
PASSED and APPROVED this 19th day of February, 2008.
APPROVED: Al I EST:
By: By:
DAN COODY, Mayor SONDRA E. SMITH, City Clerk/Treasurer
rj ngroup
rxcollencc through Ownership
January 18, 2008
Mr. David Jurgens, P.E.
City of Fayetteville
113 W. Mountain Street
Fayetteville, AR 72701
Subject: Bid #08-01 Unit 1 WSIP WL -10 and Unit 2 WL -11
Cities of Farmington and Fayetteville, Arkansas
Dear Mr. Jurgens:
www.rin.com
Five contractors submitted bids for Unit 1 (WL -10) and seven contractors submitted bids for
Unit 2 (WL -111). Attached please find the bid tabulations for both units Redford Construction,
Inc. is the low bidder for Unit 1 for a total construction cost of $335,967. Gamey Companies,
Inc. is the low bidder for Unit 2 for a total construction cost of $1,324,485.35. We have checked
their references and find that they have performed well in the past on similar projects.
We recommend the Cities of Farmington and Fayetteville enter into a contract with Redford
Construction, Inc. and Gamey Companies, Inc. for the construction of the above referenced
projects.
Should you have any questions, please call me at (972) 437-4300.
Very truly yours,
RJN Group, Inc.
Peter Z Lai, P.E.
Project Manager
Project File: 18-1875-02
12160 Abrams Road, Suite 400 •Dallas, TX 75243 • 972.437.4300 • fax 972.437.2707
CITY OF FAYETTEVILLE
Z
W
U
re
0
u_
Z
0
F
o
N
F
LL
J 7
a FWF
a 2 i --
c> a E
7Nm
N
d 0 CO
O m
_- 0 LL
O Z O
co a
o
oar
>-�
F N
5
Z
0
H
0
Z
a
LL
All bidders acknowledged Addendums 1-5 and submitted bid bonds.
Errors on Proposal
None
None
None
None
None
Error on unit price for Unit 1 item 3. They treated it like
a Lump Sum item instead of LF. They showed $8,000
per LF which would have made it $15,600,000.
Added up to $2,942,100.30 - $0.50 off on total amount.
Item 25 Unit 2 - written out amount shown as $200
instead of $2
Amount of Bid
Unit 2
$1,900,625.15
$2,121,432.46
M
W
a
V
M
$1,743,674.00
$1,718,552.52
No Bid
0
a)
o
N
'Cl
69
top
a)
C
O
w
t
j
60
Z
O
CO
ai N
ai
a
5
Z
$335,967.00
CO
0
n
1-
co
0
O
in
Ci
L
5
o
Z
$558,798.00
ea
vi
Contractor
Construction & Engineering Solutions, LLC
Edwards Design & Construction, Inc.
Garney Construction
Redford Construction, Inc.
S & J Construction, Co., Inc.
Seven Valleys Construction
Sweetser Construction, Inc.
W.N. Couch, Inc.
All bidders acknowledged Addendums 1-5 and submitted bid bonds.
L
0
0
•
i
•
CO/LI/9 PaNsay
Approvals:
Mayor: Department Director:
'O f0 CO V 01 01 a W Na -S
0
Requester: -- _- ---
David Jurgens
City: State:
Farmington AR
Address:
P O Box 150
Vendor Number:
3112
City Of Fayetteville
(Not a Purchase Order)
N
7
v'
v
S
1
GI
D
o.
S
CO
WSIP, WL -10, Farmington
Gray Line
Description
a
0
C
CI
7
C.
..
Vendor Name:
City of Farmington, Arkansas
Lot
m
D
Unit of Issue
at
M
O
(0
W
W
A
!Unit Cost
N
O
O
O
80.00
80.00
80.00
80.00
M
O
O
co
$0.00
N
O
0
O
80.00
N
O
O
co
H
co
01
N
(0
01
41
a
!Extended Cost
4520-9520-5801-00
Account Numbers
Requester's Employee #:
490
Zip Code: Ship to code:
72730-0150
Fob Point: 2065 N Sunshine Rd
Fayetteville, AR
02133-0410
Project/Subbroject #
Extension: II
330
{ y
0 m
1
N
!Mail—
Yes: i No: _X_:
'a
O
C
3
c
m
z
0
c
N
a
o
o
o
JAPproval: — —
S..„
Z
9
Inventory #
'Quotes Attached —
Yes: No:
rxpected Delivery Date:
N N_
m
O
O
co
!Fixed Asset #
DOCUMENT 00400 —BED FORM
Project Name: Wastewater System Improvement Project
Contract Name: Farmington Gravity Main and Double Springs Lift Station Force Main
Contract No.: UNIT 1, WL -l0
RLF Project No.: 00584-CWRLF-L
BID TO:
Owner: The City of Farmington, Arkansas
324 West Main Street
Farmington, Arkansas 72730
BID FROM: /J
Bidder: �F1lFoi4D ataC•
4'. 4,- /04s
/%/ zn0 65
ARTICLE 1- INTENT
1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an
agreement with Owner in the form included in the Contract Documents to perform and
fumish all Work as specified or indicated in the Contract Documents for the Bid price and
within the Bid time indicated in this Bid and in accordance with the other terms and
conditions of the Contract Documents.
ARTICLE 2 - TERMS AND CONDITIONS
2.01 Bidder accepts all of the terms and conditions of the Invitation to Bid and Instructions to
Bidders, including without limitation those dealing with the disposition of Bid security. This
Bid will remain subject to acceptance for 90 days after the day of Bid opening. Bidder will
sign and deliver the required number of counterparts of the Agreement with the Bonds and
other documents required by the Bidding Requirements within 15 days after the date of
Owner's Notice of Award.
00400 -Bid Fomt.doc Addendum 5
00400- I UNIT I
DOCUMENT 00400 —BID FORM
ARTICLE 3 - BIDDER'S REPRESENTATIONS
3.01 In submitting this Bid, Bidder represents, as more fully set forth in the Agreement,
that:
Bidder has examined and carefully studied the Bid Documents, and the
following Addenda, receipt of all which is hereby acknowledged:
Number Date
W.% 4e, see. -2; 7
SIX *2467
#3 fezeit'V 3.-2606
dq ;may g2a6
B. Bidder has visited the Site and become familiar with and is satisfied as to the
general, local, and Site conditions that may affect cost, progress,
performance, and furnishing of the Work.
C. Bidder is familiar with and is satisfied as to all federal, state, and local Laws
and Regulations that may affect cost, progress, performance, and furnishing
of the Work.
Bidder has carefully studied all: (1) reports of explorations and tests of
subsurface conditions at or contiguous to the Site and all drawings of
physical conditions in or relating to existing surface or subsurface structures
at or contiguous to the Site; and (2) reports and drawings of a hazardous
environmental condition, if any, at the Site. Bidder acknowledges that such
reports and drawings are not Contract Documents and may not be complete
for Bidder's purposes. Bidder acknowledges that Owner and Engineer do
not assume responsibility for the accuracy or completeness of information
and data shown or indicated in the Bid Documents with respect to -
Underground Facilities at or contiguous to the Site.
00400 -Bid Form.doc Addendum 5
00400-2 UNIT 1
DOCUMENT 00400 -BID FORM (continued)
E. Bidder has obtained and carefully studied (or assumes responsibility for
having done so) all such additional or supplementary examinations,
investigations, explorations, tests, studies, and data concerning conditions
(surface, subsurface, and Underground Facilities) at or contiguous to the Site
or otherwise which may affect cost, progress, performance, or furnishing of
the Work or which relate to any aspect of the means, methods, techniques,
sequences, and procedures of construction to be employed by Bidder and
safety precautions and programs incident thereto.
F. Bidder does not consider that any additional examinations, investigations,
explorations, tests, studies, or data are necessary for the determination of this
Bid for performing and furnishing of the Work in accordance with the times,
price, and other terms and conditions of the Contract Documents.
G. Bidder is aware of the general nature of work to be performed by Owner and
others at the Site that relates to Work for which this Bid is submitted as
indicated in the Contract Documents.
H. Bidder has correlated the information known to Bidder, information and
observations obtained from visits to the Site, reports, and drawings identified
in the Contract Documents, and all additional examinations, investigations,
explorations, tests, studies, and data with the Contract Documents.
I. Bidder has given Engineer written notice of all conflicts, errors, ambiguities,
or discrepancies that Bidder has discovered in the Contract Documents, and
the written resolution thereof by the Engineer is acceptable to Bidder.
The Contract Documents are generally sufficient to indicate and convey
understanding of all terms and conditions for performing and furnishing the
Work for which this Bid is submitted.
This Bid is genuine and not made in the interest of or on behalf of any
undisclosed person, firm, or corporation and is not submitted in conformity
with any agreement or rules of any group, association, organization, or
corporation; Bidder has not directly or indirectly induced or solicited any
00400 -Bid Fonn.doc Addendum 5
00400 - 3 UNIT I
DOCUMENT 00400 -BID FORM (continued)
other Bidder to submit a false or sham bid; Bidder has not solicited or
induced any person, fum, or a corporation to refrain from bidding; and
Bidder has not sought by collusion to obtain for himself any advantage over
any other Bidder or over Owner.
L. Bidder will perform the Work in compliance with all applicable trench safety
standards set forth in Occupational Safety and Health Administration
(OSHA) Part 1926 - Subpart P - Excavations.
ARTICLE 4 - BID PRICE
4.01 Bidder will complete the Work in accordance with the Contract Documents for the
following prices:
Unit 1 Price Schedule:
00400 -Bid Form.doc Addendum 5 00400-4
UNIT 1
\UMTI
(WL
IO)
IIID
FARMINGTON
SCHEDULE..
GRAVITY. MAIN
'
N>CJigit
R
2� QT Y '
, UNIT]
, : :DESCRIE'TLON
.
,UNIT
PRICE
TOTAL
1 .
1
LS
Mobilization (Not to Exceed 2% of All
Other Contract Items)
��
($ SSI )
4
4-S
($ r )
SV73 64-/fil ftWi llars/LS
Words
2.
1,950
LF
Site Preparation, Clearing and Grubbing
omg.,i "%
/)
�lo
eVfa)
. Dollars/LF
($ )
($
Words
3.
1,950
LF
Construction Staking
•
71;2% Dollars/LF•
($ .-4 . )
($ .3%f)
Words
00400 -Bid Form.doc Addendum 5 00400-4
UNIT 1
DOCUMENT 00400 –BID FORM (continued)
5.,} `
,,
UNIT
I (WI. -10)
FARMNOTON
BID
;SCHEDULE
GRAVITY
MAIN
.UMBER
1IE�VI
EST
QTY
,;`
..
DESCRIPTION
. ,.
UNIT
PRICE
TOTAL/ r
vsr
4.
7
EA
48 -Inch
Dia Std. Manhole, 0-6 Ft. Deep
+ //,— Dollars/EA
($
o
�St'"� )
($ /1,07:57:6":49)
%✓44.-{,E
Words
5.
32
VF
48 -Inch Dia. Manhole Extra Depth, Over
6 Ft. Deep
/s 0
z
i. ,Yv+-- Dollars/VF
Words
6.
1
EA
48 -Inch
f/ TY
Dia.
Drop
Manhole, 0-6 Ft. Deep
/7 sJ "4 Dollars/EA
($
($ J"syr))
1
41.-37)°•449
7.37)°•449)
Words
7.
1,950
LF
21 -Inch
Gravity
Sewer
%r
and
Embedment
DollarsLF
($
rr
•-•>•--1 )
3%S)Fr y
($./�'
xrr slaael
Words
8.
25
LF
8 -Inch Gravity Sewererand
/z 7Y-Tr� ; /lam
Embedment
Dollars/LF
($
62 . )
($ lj3ce )
—
Words
9.
78
LF
Trench Excavation and Backfill, 0-8 Ft.
Depth �q�
/G i /f 2D Dollars/LF
($
)
($ ..362. )
Words
10.
1,307
LF
Trench Excavation
Depth
�
/o0
and Backfill,
8-12 Ft.
($
+-O
h • )
av
($ 7,6Wa.- )
-Dollars/LF
Words
00400 -Bid Form.doc Addendum 5
00400— 5
UNIT 1
DOCUMENT 00400 —BID FORM (continued)
rsi
R UNIT:1 "(W1-10). FARMINGTON
,. BID
SCHEDULE
GRAVITY MAIN
-;I
*AMR
E11�.
EST.
on.
UNIT
:'DESC121PT10N
.
UNIT
PRICE
TOTAL
11
500
LF
Trench Excavation and Backfill, 12-16 Ft.
Deep
h
($ 0. )
($c
'r )
r 1 1 %00
Dollars/LF
Words
12.
426
CY
Rock Excavations
ryq"J
c4:Eay.I Dollars/CY
-7
($ /Q— )
($-2q 820 )
Words
13.
95
LF
36 -Inch Steel Encasement by Open Cut
6/44-11,05.7,0,) /S--Dollars/LF
($ ,60�)
co
--
/c
($ -C22
Words
14.
75
LF
36 -Inch Steel Encasement by Bore and
Jack
""
6P°)
($ sASO
/)($
2�-Dollars/LF
.SZ(-iivihn.�htn/r
Words
15.
2
EA
Concrete Anchorshorrs on Casings
4eccE�+r /o3'%'—Dollars/EA
($ /200 )
($ lid )
Words
16.
1
LS
Tree Protection and Pruning
a�
co
C9i9/ ‘449,:Yiyy
ollars/LS
($ 7 )
($ . )
Words
17.
2
EA
Connect Service Lateral
r#oJ
��
bitty / Dollars/EA
($ •V `y�. )
($ AW - )
Words
00400 -Bid Form.doc Addendum 5
00400 — 6
UNIT 1
DOCUMENT 00400 -BID FORM (continued)
00400 -Bid Form.doc Addendum 5 00400 - 7
UNIT 1
A
c ;-nhl
I,
x t 3 ,
`.;. . .:;'
UN�1.1
`
(WI10)
BID
FARMINGTON
:SCHEDU.ILE>'
GRAVITY MAIN •
,
ITE)�J
NUMBER
EST
Q
'X ,s
,
L71VIT
DESCRIPTION
UNIT
PRICE
TOTAL
18.
50
LF
Extension fof Serviiet Lateral
¶)
A
I) ----Dollars/LF//c
Dollars/LF
($ ice'
($ 2,23-4-e)
Words
19.
2
EA
Installation of ServiceLateral Cleanout
o
Va9• 59
a77:7-76,40 1 lirpollars/EA
($ • )
($ )
020"
Words
20.
3
EA
Temporary Plug in New Sewer
Zo4J& i 14) r-Dollars/EA
($ C2(�)
($ b ' )
Words
21.
50
CY
Trench`FoundationactipMaterial
FTFf'�Ir) nt. Dollars/CY
($ 00. )
../196,92)
($ T,' ' )
Words
22.
7
EA
Trench Compaction Test
r Si Z#.--Dollats/EA
($ Z� )
7SO•T/
($ / )
Words
23.
215
CY
Rock Riprap ��g��
S
%o •
AS -2- 2) )
Dollars/CY
($
,flv
)
($
Words
24.
2
EA
Clay Dam
1,4 4toleig ; %v—Dollars/EA
($ OP )
CO
($ 6C2C% )
Words
00400 -Bid Form.doc Addendum 5 00400 - 7
UNIT 1
DOCUMENT 00400 —BID FORM (continued)
00400 -Bid Form.doc Addendum 5 00400 — 8
UNIT 1
UNLT
a;
1(,WL IO)
FARMINGTONGRAVITY MAIN
BID SCHEDULF.
{TEM<
NUMBER
v EST ,
H�, Y ys
}
UNIT
DESCRIPTION
j
.
UNIT
PRICE
TOTAL.
25.
400
SY .
Replace Gravel Surfaces
1 n �
/! fry.,,,
Dollars/SY
($ /V • )
($ )
Words
26.
456
SY
Seedingeeand Mulching -
j�,R i n��Urs/SY
($ V:49 )
($ /.2K-)
Words
27.
304
SY
Sod Replacement
cifY! la/Po---'Dollars/SY
6 -
/� �o
(8 19C
($ )
($ )
Words
28.
1
LS
Erosion
gControl
4 4t .^O 1 d%)—'--bollars/LS
S te)
S(
($
($
Words
29.
1,900
LF
Trench Excavation and Safety System
62 ^/,:2.- / tiUDollars/LF
($ /C )
W)
($ (( o
Words
30. -
1
LS
Traffic Control
jc,0Tr�/ c %070/ Dollars/LS
($» 0 . )
($ ‘�)
Words
31.
1,950
LF
Surface Video Documentation 't
1 r° ---Dollars/LF
($1U5
)
($ `•O)
.7640
Words
00400 -Bid Form.doc Addendum 5 00400 — 8
UNIT 1
DOCUMENT 00400 —BID FORM (continued)
1001/4Ar.
RMP/GTON GRAVITY MAI
BID.S00giLE.
NUMBER
32.
330
LF
2 -Inch PVC D2241 Water Line by Open
Cut, 4' Deep, Complete in Place
«i` Dollars/LF
Words
UMT PRICE
33.
1
EA
Sewer Backflow Prevention Device
, > �x2 " ,Zr--Dollars/EA
Words
($7:)
($7e)
TOTAL PRICE - UNIT 1: %&E /77 a 47,Q7Y�/.ZGE ,,%4E % v4 7
`54 & - ; Zo - Dollars ($ 335/ 9,67P ).
1. Bidder acknowledges that quantities are not guaranteed and final
payment will be based on actual quantities determined as provided in
the Contract Documents.
2. Bidder must indicate, by checking a box below, the type of pipe
material to be used for this project. Pipe material must be the same
for all pipe, unless specifically indicated in the contract documents.
l� Polyvinylchloride 8"-15" Polyvinylchloride 18"-36"
0
Fiberglas Reinforced Polymer 18"-36"
ARTICLE 5 - CONTRACT TIMES
5.01 Bidder agrees that the Work will be substantially completed and completed and ready
for final payment within the number of calendar days indicated in the Agreement.
5.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event
of failure to complete the Work within the times specified in the Agreement.
00400 -Bid Form.doc Addendum 5
00400-9 UNIT 1
DOCUMENT 00400 —BID FORM (continued)
ARTICLE 6 - BID CONTENT
6.01 The following documents are attached to and made a condition of this Bid:
Required Bid security, not Tess than 5% of the Bid total, in the form of a
certified or bank cashier's check or a Bid Bond and in the amount of
/Cog 4ccs17 Dollars ($ .S90
B. Required Bidder's Qualification Statement with supporting data
(DOCUMENT 00140).
C. List of Subcontractors (DOCUMENT 00430)
D. Contractor's Act of Assurance Form, RLF-52.
E. MBE / WBE Compliance Evaluation Form, RLF-96.
ARTICLE 7 - COMMUNICATIONS
7.01 Communications concerning this Bid shall be addressed to the Bidder as follows:
A Age /os
.ry / O 64°B3
Phone No. 876 33A- 9-36
FAX No.
5/6- 33/- 94<2 7
ARTICLE 8- TERMINOLOGY
8.01 The terms used in this Bid which are defined in the GENERAL CONDITIONS or
Instructions to Bidders will have the meanings assigned to them.
SUBMITTED on ///6/ , 20ee.
Arkansas State Contractor License No. lr'cee227en
00400 -Bid Form.doc Addendum 5
00400 -10 UNIT 1
DOCUMENT 00400 —BID FORM (continued)
If Bidder is:
An Individual
Name (type or printed):
By: (SEAL)
(Individual's Signature)
Doing business as:
Business address:
Phone No.: FAX No.:
A Partnership
Partnership Name: (SEAL)
By:
(Signature of general partner — attach evidence of authority to sign)
Name (type or printed):
Business address:
Phone No.: FAX No.:
00400 -Bid Form.doc Addendum 5
00400 — 11 UNIT 1
DOCUMENT 00400 -BID FORM (continued)
A Corporation /
Corporation Name: /`l�✓✓Ai/R/J Ge67if�i-97- . fi(SEAL)
State of Incorporation: ///Tss-y,21
Type (General Business, Professional, Service, Limited Liability):
By:
(Signature - attach evidence of authority to sign)
Name (type or printed): S%/ri/
Title:
Attest:
Business address:
Phone No.:
(CORPORATE SEAL)
4ss45mr11" .fccrrny
(Signature of Corporate Secretary)
A At- /eKr
ziii E/ `ieo ‘'fora
e6 33/-9ss FAXNo.: e4-3?/- 9927
END OF DOCUMENT 00400 - UNIT
00400 -Bid Form.doc Addendum 5
00400 —12 UNIT 1