HomeMy WebLinkAbout86-11 RESOLUTIONRESOLUTION NO. 86-11
A RESOLUTION AWARDING BID #11-38 AND AUTHORIZING A
CONTRACT WITH RJR ENTERPRISES, INC. IN THE AMOUNT OF
$67,739.00 FOR CONSTRUCTION OF RECREATIONAL SWINGS AT LAKE
FAYETTEVILLE PARK, AND AUTHORIZING A TEN PERCENT (10%)
PROJECT CONTINGENCY
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 awards Bid
#11-38 and authorizes a contract with RJR Enterprises, Inc. in the amount of $67,739.00 for
construction of recreational swings at Lake Fayetteville Park.
Section 2: That the City Council of the City of Fayetteville, Arkansas hereby authorizes
a ten percent (10%) project contingency.
PASSED and APPROVED this 7th day of June, 2011.
APPROVED: ATTEST:
B
AiLtAzAlitr.
P 0 ! ELD JO Or, Mayor
By:
SOND E. SMITH, City C1er reasurer
Carole Jones A--
SubmittetBy
City of Fayetteville Staff Review Form
City Council Agenda Items
and
Contracts, Leases or Agreements
6/7/2011
City Council Meeting Date
Agenda Items Only
Park Planning
Division
Action Required:
Parks and Recreation
Department
A resolution awarding Bid tt11-38 and approval of a contract with RJR Enterprises, Inc. in the amount of $67,739
with a 10% project contingency of $6,774 for a total project cost of $74,513 for the Construction of North Shore
Swing Improvements.
74,513.00
Cost of this request
2250.9255.5806.00 ,
Account Number
02043.1001
$
125,000.00 Lake Fayetteville North Playground
Program Category / Project Name
Category 1 Project Budget
Lake Fayetteville Improvements
Funds Used to Date Program 1 Project Category Name
125,000.00
Project Number Remaining Balance
Budgeted Item ® Budget Adjustment Attached
Parks Development
Fund Name
Dent Dirctor.
,o
City Attorney
Finance and Internal Services Director
I7-te
Lo-- t
Date
S-13.11
Date
Previous Ordinance or Resolution #
Original Contract Date:
Original Contract Number:
amfigoolosiserosqralraigema
Received in City 05-20-11 P03:02 RCVE
Clerk's Office
Received in
Mayor's Office
ENTERED'
Arao
Comments:
Revised January 15, 2009
ftvlle
www.accessfayettevil[e.org
CITY COUNCIL AGENDA MEMO
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENT CORRESPONDENCE
To: Mayor Lioneld Jordan and City Council
Thru: Don Marr, Chief of Staff G,,
Connie Edmonston, Parks and Recreation Director �' �-P'
Alison Jumper, Park Planning Superintendent tVj
From: Carole Jones, Park Planner
Date: May 19, 2011
Subject: Bid #11-38, Construction of North Shore Swing Improvements
Agenda Request for June 7, 2011 Meeting
PROPOSAL:
Lake Fayetteville Park, consisting of 590 acres, is a community park serving the entire city as well as the
adjacent neighborhoods and communities. Approximately 3,300 homes within the city limits of Fayetteville are
located in a one mile radius of the park ultimately serving an estimated 8,250 Fayetteville residents. The park is
situated in the northeast quadrant of town east of College Avenue (U.S. Highway 71B), west of Crossover Road
(Arkansas Highway 265) and north of Zion Road.
The existing swing structure was custom built before 1982 and is not in compliance with current ADA,
CPSC and ASTM guidelines. The project includes the demolition of the existing swing structure,
construction of an ADA -accessible concrete pad with safety surface tiles, construction of an ADA -
accessible sidewalk, and associated site work. The number of existing swings has recently been reduced in
order to meet clearance requirements. This project includes installing four belt swings for ages 5 and up.
Additionally, in an effort to accommodate numerous citizen requests, a toddler swing for ages 2-5 and one
fully ADA accessible swing will also be installed. The project was approved as part of the 2010 CIP.
The project was advertised on May 4 and 11, and bids were opened on May 18, 2011. Three vendors including
RJR Enterprises, Inc., Sweetser Construction, Inc. and General Construction Solutions, Inc. submitted bids. RJR
Enterprises, Inc. was the low bid in the amount of $67,739. (See attached bid tabulation sheet.) If approved, the
construction of the project is anticipated to begin in July 2011 and be completed in fall 2011.
RECOMMENDATION:
A resolution awarding Bid #11-38 and approval of a contract with RJR Enterprises, Inc. in the amount of
$67,739 with a 10% project contingency of $6,774 for a total project cost of $74,513 for the Construction of
North Shore Swing Improvements.
THE CITY OF FAYETTEVILLE, ARKANSAS
BUDGET IMPACT:
This project is funded with Parks Development funds ($125,000). Total project cost including a 10% project
contingency is $74,513.
Attachments:
Bid Tabulation Sheet
RJR Enterprises, Inc. Bid Submittal
Contract Agreement Signed by Contractor
Purchase Requisition
RESOLUTION NO.
A RESOLUTION AWARDING BID #11-38 AND AUTHORIZING A
CONTRACT WITH RJR ENTERPRISES, INC. IN THE AMOUNT OF
$67,739.00 FOR CONSTRUCTION OF RECREATIONAL SWINGS AT LAKE
FAYETTEVILLE PARK, AND AUTHORIZING A TEN PERCENT (10%)
PROJECT CONTINGENCY
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 awards Bid
#11-38 and authorizes a contract with RJR Enterprises, Inc. in the amount of $67,739.00 for
construction of recreational swings at Lake Fayetteville Park.
Section 2: That the City Council of the City of Fayetteville, Arkansas hereby authorizes
a ten percent (10%) project contingency.
PASSED and APPROVED this 7`1 day of June, 2011.
APPROVED: ATTEST:
By: By:
LIONELD JORDAN, Mayor SONDRA E. SYNTH, City Clerk/Treasurer
Section 00 52 13
AGREEMENT
BETWEEN CITY OF FAYETTEVILLE AND CONTRACTOR
THIS AGREEMENT is dated as of the 114±/ day of itU'L in the year 2011 by and between
the City of Fayetteville, Arkansas (hereinafter called CITY OF FAYETTEVILLE) and RJR
Enterprises, Inc. (herein after called CONTRACTOR).
CITY OF FAYETTEVILLE and CONTRACTOR, in consideration of the mutual covenants
hereinafter set forth, agree as follows:
Article 1. WORK.
CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents.
The work generally consists of the demolition, removal and disposal of the existing swing set
and two benches and construction of new swings with ADA accessible surfacing, sidewalks and
associated site work at Lake Fayetteville Park North Shore and all items indicated in the
Drawings and Specifications.
Article 2. PROJECT MANAGER.
The Project has been designed by
City of Fayetteville Parks and Recreation Department
1455 South Happy Hollow Road
Fayetteville, Arkansas 72701
and will be hereinafter called PARKS AND RECREATION DEPARTMENT PROJECT
MANAGER and who is to act as CITY OF FAYETTEVILLE's representative, assume all duties
and responsibilities, and have the rights and authority assigned to PROJECT MANAGER in the
Contract Documents in connection with completion of the Work in accordance with the Contract
documents.
Article 3. CONTRACT TIME.
3.1. The Work for Construction of North Shore Swing Improvements at Lake Fayetteville
shall be substantially completed within 90 consecutive calendar days after the date when
the Contract Time commences to run as provided in paragraph 2.03 of the General
Conditions, and completed and ready for final payment in accordance with paragraphs
14.07. B & C of the General Conditions within 120 consecutive calendar days after the
date when the Contract Time commences to run.
3.2. Liquidated Damages. CITY OF FAYETTEVILLE and CONTRACTOR recognize that
time is of the essence of the Agreement and that CITY OF FAYETTEVILLE will suffer
financial loss if the Work is not completed within the times specified in paragraph 3.1
above, plus and extensions thereof allowed in accordance with Article 12 of the General
Conditions. They also recognize the delays, expense and difficulties involved in proving
the actual loss suffered by CITY OF FAYETTEVILLE if the Work is not completed on
City of Fayetteville
Bid 11-38, Construction of
North Shore Swing Improvements
Page 1 of 8 May 18, 2011
time. Accordingly, instead of requiring any such proof, City of Fayetteville and
CONTRACTOR agree that as liquidated damages for delay (but not as a penalty)
CONTRACTOR shall pay CITY OF FAYETTEVILLE Two hundred and fifty dollars
($250.00) for each day that expires after the time specified in paragraph 3.1 for
Substantial Completion until the Work is substantially complete. After Substantial
Completion, if CONTRACTOR shall neglect, refuse or fail to complete the remaining
Work within the time specified in paragraph 3.1 for completion and readiness for final
payment or any proper extension thereof granted by CITY OF FAYETTEVILLE,
CONTRACTOR shall pay CITY OF FAYETTEVILLE Two hundred and fifty dollars
($250.00) for each day that expires after the time specified in paragraph 3.1 for
completion and readiness for final payment.
Article 4. CONTRACT PRICE.
CITY OF FAYETTEVILLE shall pay CONTRACTOR for completion of the Work in
accordance with the Contract Documents an amount in current funds equal to the sum of
the amounts determined from the following Schedule of Values pursuant to paragraphs
4.1 and 4.2 below:
4.1. For all Work other than Unit Price Work, an amount equal to the sum of the
established lump sums for each separately identified item of Lump Sum Work; and
4.2. For all Unit Price Work, an amount equal to the sum of the established unit price for
each separately identified item of Unit Price Work times the estimated quantity of that
item as indicated in this paragraph 4.2.
City of Fayetteville
Bid 11-38, Construction of
North Shore Swing Improvements
Page2of8 May18,2011
PAYMENT ITEMS
RJR Enterprises, Inc.
ITE
DESCRIPTION
UNIT
EST. QTY.
UNIT PRICE
TOTAL
1
Mobilization (not 10 exceed 5% of project bid)
L.S.
1.00
$3,300.00
$5,300.00
2
Bonds and insurance
L.S.
1.00
$3,225.27
$3,225.27
3
Demolition, removal and disposal of existing swing structure and two benches
L.S.
1.00
5300.00
$300.00
4
Site preparation - including tree slump removal, tree protection fencing and protection of
existing sidewalk
L.S.
1.00
81,800.00
$1.800.00
5
Erosion control - including silt fence, construction entrance/exit and concrete waste
management
L.S.
1.00
$4,500.00
$4.500.00
6
Unclassified excavation
C.Y.
160.00
$25.00
$4,000.00
7
Select fill {hillside} - complete in place per details
C.Y.
110.00
$16.00
$1,760.00
8
Concrete sub -base for swing surface tiles (4 -inch thickness) - complete in place per details
S.Y.
215.00
$45.00
$9,675.00
9
5 -inch O.D., 8 -fool height arch swings with four belt seats, one full -bucket toddler seat and one
ADA accessible molded seat with yoke - complete in place per details and manufacturer's
instructions
L.S.
1.00
$6,983.76
$6,983.76
10
Surface tiles (approx. 185 SY} - complete in place per details
L.S.
1.00
$25,320.00
825,320.00
11
Benches - complete in place per details
F -A.
2,00
$600.00
$1,200.00
12
Five-foot wide fiber reinforced concrete sidewalk and two 8 -fool x 4 -foot bench slabs (flinch
thickness} - complete in place per details
S.Y.
35,00
$45.00
$1,575.00
13
Sile restoration - including 4 -inch depth topsoil, fescue sod and water
AC.
0.05
$10,000.00
$500.00
14
Sile restoration - including 4 -inch depth topsoil, fescue seed, straw and water
AC.
0.60
$6,000.00
$3,600.00
TOTAL CONTRACT AMOUNT $67,739.03
As provided in paragraph 11.03 of the General Conditions estimated quantities are not
guaranteed, and determinations of actual quantities and classifications are to be made by
PARKS AND RECREATION DEPARTMENT PROJECT MANAGER as provided in paragraph
9.08 of the General Conditions. Unit prices have been computed as provided in paragraph
11.03.8 of the General Conditions.
Article 5. PAYMENT PROCEDURES
CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the
General Conditions or as modified in the Supplementary Conditions. Applications for Payment
will be processed by PARKS AND RECREATION DEPARTMENT PROJECT MANAGER as
provided in the General Conditions.
5.1. Progress Payments. CITY OF FAYETTEVILLE shall make progress payments on
account of the Contract Price on the basis of CONTRACTOR's Applications for Payment
as recommended by PARKS AND RECREATION DEPARTMENT PROJECT MANAGER,
on or about the 1st day of each month during construction as provided in paragraphs 5.1.1
and 5.1.2 below and SC -14.02 . All such payments will be measured by the schedule of
values established in paragraph 2.07 of the General Conditions and based on the number
of units completed in the case of Unit Price Work or, in the event there is no schedule of
values, as provided in the General Requirements.
5.1.1. Prior to Substantial Completion, progress payments will be made in an
amount equal to the percentage indicated below, but, in case, Tess the aggregate
of payments previously made and less such amounts as PARKS AND
RECREATION DEPARTMENT PROJECT MANAGER shall determine, or CITY OF
FAYETTEVILLE may withhold, in accordance with paragraphs 14.02.B.5 & 14.02.D
of the General Conditions.
City of Fayetteville
Bid 11-38, Construction of
North Shore Swing Improvements
Page 3 of 8 May 18, 2011
90 percent of Work completed (with the balance of 10 percent being
retainage), If Work has been 50 percent completed as determined by the
PARKS AND RECREATION DEPARTMENT PROJECT MANAGER, and if
the character and progress of the Work have been satisfactory to CITY OF
FAYETTEVILLE and PARKS AND RECREATION DEPARTMENT
PROJECT MANAGER, CITY OF FAYETTEVILLE, on recommendation of
PARKS AND RECREATION DEPARTMENT PROJECT MANAGER, may
determine that as long as the character and progress of the Work remain
satisfactory to them, there will be no additional retainage on account of
work completed, in which case the remaining progress payments prior to
Substantial Completion will be in an amount equal to 100 percent of the
Work completed.
100 percent of materials and equipment not incorporated in the Work but
delivered, suitably stored, and accompanied by documentation satisfactory
to CITY OF FAYETTEVILLE as provided in paragraphs 14.02.B.5 &
14.02.D of the General Conditions. That is, if any such items are setup for
that type payment in the Specifications.
5.1.2. Upon Substantial Completion, in an amount sufficient to increase total
payments to CONTRACTOR to 98 percent of the Contract Price (with the balance
of 2 percent being retainage), less such amounts as PARKS AND RECREATION
DEPARTMENT PROJECT MANAGER shall determine, or CITY OF
FAYETTEVILLE may withhold, in accordance with paragraphs 14.02.B.5 & 14.02.D
of the General Conditions.
5.2 Final Payment. Upon final completion and acceptance of the Work in accordance with
paragraphs 14.07.8 & C of the General Conditions, CITY OF FAYETTEVILLE shall pay
the remainder of the Contract Price as recommended by PARKS AND RECREATION
DEPARTMENT PROJECT MANAGER as provided in said paragraphs 14.07.B & C.
Article 6. CONTRACTOR'S REPRESENTATIONS.
In order to induce CITY OF FAYETTEVILLE to enter into this Agreement CONTRACTOR
makes the following representations:
6.1. CONTRACTOR has examined and carefully studied the Contract Documents
(including the Addenda listed in Article 7) and the other related data identified in the
Bidding Documents including "technical data."
6.2. CONTRACTOR 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, or
furnishing of the Work.
6.3. CONTRACTOR 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.
6.4. CONTRACTOR has carefully studied all 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 which
have been identified in the Supplementary Conditions as provided in paragraph 4.02.A of
City of Fayetteville
Bid 11-38, Construction of
North Shore Swing Improvements Page 4 of 8 May 18, 2011
the General Conditions. CONTRACTOR accepts the determination set forth in paragraph
SC -4.02 of the Supplementary Conditions of the extent of the "technical data" contained in
such reports and drawings upon which CONTRACTOR is entitled to rely as provided in
paragraph 4.02 of the General Conditions.
CONTRACTOR acknowledges that such reports and drawings are not Contract
Documents and may not be complete for CONTRACTOR's purposes. CONTRACTOR
acknowledges that CITY OF FAYETTEVILLE and PARKS AND RECREATION
DEPARTMENT PROJECT MANAGER do not assume responsibility for the accuracy or
completeness of information and data shown or indicated in the Contract Documents with
respect to Underground Facilities at or contiguous to the site. CONTRACTOR has
obtained and carefully studied (or assumes responsibility for having done so) all such
additional 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 the employed by CONTRACTOR and safety
precautions and programs incident thereto. CONTRACTOR does not consider that any
additional examinations, investigations, explorations, tests, studies, or data are necessary
for the performance and furnishing of the Work at the Contract Price, within the Contract
Times, and in accordance with the other terms and conditions of the Contract Documents.
6.5. CONTRACTOR is aware of the general nature of work to be performed by CITY OF
FAYETTEVILLE and others at the site that relates to the Work as indicated in the Contract
Documents.
6.6. CONTRACTOR has correlated the information known to CONTRACTOR, 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.
6.7. CONTRACTOR has given PARKS AND RECREATION DEPARTMENT PROJECT
MANAGER written notice of all conflicts, errors, ambiguities, or discrepancies that
CONTRACTOR has discovered in the Contract Documents and the written resolution
thereof by PARKS AND RECREATION DEPARTMENT PROJECT MANAGER is
acceptable to CONTRACTOR and the Contract Documents are generally sufficient to
indicate and convey understanding of all terms and conditions for performance and
furnishing of the Work.
Article 7. CONTRACT DOCUMENTS
The Contract Documents which comprise the entire agreement between CITY OF
FAYETTEVILLE and CONTRACTOR concerning the Work consist of the following:
7.1. This Agreement (pages 1 to 8, inclusive).
7.2. Performance and Payment Bonds, (Exhibits A and B respectively).
7.3. Certificates of Insurance, (Exhibit C).
City of Fayetteville
Bid 11-38, Construction of
North Shore Swing Improvements
Page 5 of 8 May 18, 2011
7.4. Documentation submitted by CONTRACTOR prior to Notice of Selection (Exhibit
0).
7.5. General Conditions (pages 1 to 42, inclusive).
7.6. Supplementary Conditions (pages 1 to 13 inclusive).
7.7. Specifications consisting of Divisions 1 through 32 as listed in table of contents
thereof.
7.8. Addendum number 1, inclusive.
7.9. One set of drawings (not attached hereto) consisting of: a cover sheet and
additional sheets numbered two through eight with each sheet bearing the
following general title: Construction of North Shore Swing Improvements.
7.10. The following which may be delivered or issued after the Effective Date of the
Agreement and are not attached hereto:
7.10.1. Notice to Proceed
7.10.2 All Written Amendments and other documents amending, modifying or
supplementing the Contract Documents pursuant to paragraph 3.04 of the
General Conditions.
The documents listed in paragraphs 7.2 et seq. above are attached to this Agreement (except
as expressly noted otherwise above).
There are no Contract Documents other than those listed above in this Article 7. The Contract
Documents may only be amended, modified or supplemented as provided in paragraph 3.04 of
the General Conditions.
Article,8. MISCELLANEOUS.
8.1. Terms used in the Agreement which are defined in Article 1 of the General Conditions
will have the meanings indicated in the General Conditions.
8.2. No assignment by a party hereto of any rights under or interests in the Contract
Documents will be binding on another party hereto without the written consent of the party
sought to be bound; and, specifically but without limitation, moneys that may become due
and moneys that are due may not be assigned without such consent (except to the extent
that the effect of this restriction may be limited by law), and unless specifically stated to the
contrary in any written consent to an assignment no assignment will release or discharge
the assignor from any duty or responsibility under the Contract Documents.
8.3. CITY OF FAYETTEVILLE and CONTRACTOR each binds itself, it partners,
successors, assigns, and legal representatives to the other party hereto, its partners,
successors, assigns, and legal representatives in respect to all covenants, agreements and
obligations contained in the Contract Documents.
City of Fayetteville
Bid 11-38, Construction of
North Shore Swing Improvements
Page 6 of 8 May 18, 2011
8.4. Any provision or part of the Contract Documents held to be void or unenforceable
under any Law or Regulation shall be deemed stricken and all remaining provisions shall
continue to be valid and binding upon stricken provision or part thereof with a valid and
enforceable provision that comes as close as possible expressing the intention of the
stricken provision.
8.5. Changes, modifications, or amendments in scope, price or fees to this contract shall not
be allowed without a prior formal contract amendment approved by the Mayor and the City
Council in advance of the change in scope, cost or fees.
8.6. Freedom of Information Act. City contract and documents prepared while performing
city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom
of Information Act request is presented to the City of Fayetteville, CONTRACTOR will do
everything possible to provide the documents in a prompt and timely manner as prescribed
in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.) Only legally
authorized photocopying costs pursuant to the FOIA may be assessed for this compliance.
City of Fayetteville
Bid 11-38, Construction of
North Shore Swing Improvements
Page7of8 May 18,2011
IN WITNESS WHEREOF, CITY OF FAYETTEVILLE and CONTRACTOR have signed this
Agreement in duplicate. One counterpart each has been delivered to CITY OF FAYETTEVILLE
and PARKS AND RECREATION DEPARTMENT PROJECT MANAGER, and one counterpart
has been delivered to CONTRACTOR. All portions of the Contract Documents have been
signed, initialed, or identified by CITY OF FAYETTEVILLE and CONTRACTOR or identified by
PARKS AND RECREATION DEPARTMENT PROJECT MANAGER on their behalf.
This Agreement will be effective on
Date of The Agreement).
CITY OF FAYEVILLE:
B
°Pk° 1
ayor
[CORPORATE SEAL]
..01111lf!!1r►/►fr'''i
U •-P
FAYETTEViLLE
: � • n c,
y.RKANS40.2"ad., ..
PpJ���
B
, 2011 (which is the Effective
CONTRACTOR
[CORPORATE SEAL]
Attestallivh.o,),NOL Attest
* If a Corporation, attest by the Secretary.
Address for giving notices Address for giving notices
(If CITY OF FAYETTEVILLE is a public body, attach License No.
evidence of authority to sign and resolution or other documents Agent for service of
process: authorizing execution of Agreement.)
(If CONTRACTOR is a corporation, attach evidence of authority to sign.)
City of Fayetteville
Bid 11-38, Construction of
North Shore Swing improvements
Page 8 of 8 May 18, 2011
Tifjttcyille
BID: 11-38
DATE: 05/18/11
TIME: 2:00 PM
CITY OF FAYETTEVILLE
Bid 11-38, Construction of North Shore Swing Improvements
1 General Construction Solutions, Inc.
$88,937.00
2 RJR Enterprises, Inc.
$67,739.03
3 Sweetser Construction, Inc.
$78,796.00
`NOTICE: Bid award is contingent upon vendor meeting minimum specifications and formai authorization by City officials.
CERTIFIED:
P. VICE, PORCH MGR -' WITN S
• ,
aye eV1
ARKANSAS
Project Check List
Bid 11-38, Construction of North Shore Swing I
Section 00 41 13
BID FORM
Item Estimated Unit Description of item
No. Quantity
Unit Price
Total Amount
1 1 Lump Sum Mobilization - (not to exceed 5% of Mal bid)
ih ' 0"qay are e`i%t•Ct.c. 14Y4pCc . ar.e\D%toc. dollars
amount written in words
2 1 Lump Sum Bonds and insurance
:leVC-.e li11ewy ivo I.:44 dollars
amount written in words
Demolition, removal and disposal of existing swing
3 1 Lump Sian structure and two benches
1.VNoc•t -c tilYINtNr "C- c..w t1.44 (luta dollars
antotmt written in words
Site preparation- Including tree stump removal,
tree protection fendng and protection o€esisting
4 1 Lump Sum sidewalk
r
t!t *r \v,t>i,ra o„a\t ' fkre-cs, cct d w4' %n — dollars
amount written in words
Erosion control - including silt fence, construction
5 1 Lump Sum entrance/exit and concrete waste management
t��/
treat �l•<OJ` i ��ti!! ' swkc c4r.\ 11,00 dollars
amount written in words
6 169 Cubic Yards Unclassified excavation
i tie..."1" 1111.la4ejeanr0\ I ertba dollars
amount written in words
7 110 Cubic Yards Select fill (hillside) -complete in place per details
Qv,e.C:KtaerovKtlk 40, vl. LISuV•p cteV .Ock $ llara
amount written in words
Concrete sub -base for awing surface tiles (flinch
M8 215 Square Yards , thickness) - complete in place per details
l Y ihr.e �rl�t7' x#Cou4cestot4evacNc n_"o dollars
amount written in words
5 -inch O.D., Sfoot height arch swings with four
belt seats, one fail-bncket toddler seat and one
ADA accessible molded seat with yoke- complete in
9 1 Lsonp Sum place per details and manufacturer's instructions
elNu lmu rout•Aanetkurrg5tgefA .:4Wt+rib+Ce.cita tot, dollars
amount written in words
Surface tiles (approx.185 SY) - complete in place
"
10 ss
crfu' `) 1 Lump Sum per details
- � 1aem' t{tyKkea l \1 tsOhri 0:10dollars
amount written in wads
$( Viers.m )LS.
in figures
m figuaS:`Al "S
$ 3lee.C:10
in figures
$( 300.0o)R--s. $ ' 3O•c)c�
in figures in figures
8( 1 t boo. tats )IL.S.
in figures
$(M,Soo- oo)/L.S.
lir figures
$ I SOO.0 66
m figures
$ -;�oca.t
m figures
$( ` 5- tw yc.Y. 1 000 . t7C]
in figures in fgutrs
$( I G- yC.Y. s 1/160 -43o
In figures ux figures
$( yl,'.00 ys.Y. $4,,(91140
le
figures in figures
$(4,01.14. )/L.s. $ Ct,)4\13 Z
in figures in figures
s(74, 390.40 yt.,s. $ 31ic3. o
in figures in llgnres
This bid form continues on the next page...
City of Fayetteville
Bid 11-38, Construction of
North Shore Swing Improvements
Page 00 41 13-1 May 18, 2011
0
1
1
1
1
1
1
i
1
f'
s
1
BID FORM Continued
Item Estimated Unit Description of Item
No. Quantity
Unit Price
Total Amount
11 2 Each II Benches - complete is place per details
/
-TvJ b ViNit .rt c\a*'*cx /too dollars
amount written in words
Five-foot wide fiber reinforced concrete sidewalk
and two 0 -foot x 4 -foot bench slabs (4 -inch
12 35 Square Yards thickness) - complete in place per details
0v4t. �weg u'oaa+ e f ktsrA.,N+0 ` 1 Iva dors
amount written in words
Slte restoration - including 4 -inch depth topsoil,
13 0.05 Acres fescue sod and water
c4 GaNk. LOno
amount written in words
dollars
Site restoration - including 44nch depth topsoil,
14 0.60 Acres fescue seed, straw and water �t�r
Vkr-44 ie- S.cosos aur` 42 Jr IN e re to s. 0.i " /tou dolga
amount written in words
TOTAL B/D
$(Gt.1O.caty ).
in figures
1('1 5.00 )Is.Y.
in figures
$(14000 .06 )/AC.
m figures
$((9)bcoo . $/AC.
in figures
$ Io_oc�
1 rillinen
$ 1f'ES.at�
m figures
$ 5oc . c o
in figures
$ Gt'ilo.t
in figures
S 05Nik Tut r $11101.�°3%te , $ G-1)1 \ octr2>
amountwritten in words m figures
The Bidder shall state the price bid in words and figures (written in ink or typed) for each pay item, and the total bid. In ease of conflict between
words and figures, the words, unless obviously incorrect, shall govern.
Bidder understands that the Owner reserves the right to award the total project, or to reject any or all bids and to waive any informalities in the
bidding.
Bidder agrees that this Bid shall be good and will not be withdrawn for a period of 60 calendar days after the scheduled closing time for
receiving bids.
Respectfully submitted,
Firm Name (� 1i11�r,C. ,,.(142-'1,".
.
By G\tit. /".- � yam\ «7��C3ti.�iV\ //l �' — I V .j
Address p� i \ \rOe A
city
ikbst.Z S
+• Arkansas State Contractor's License Number
State
ootl acecy-'111
•* A Contractor's Licence is required to bid this project. This project requires a five (5) percent bid bond
at time of bid opening. After contract award, a one hundred (100) percent performance and payment
Nails required along with proof of insurance before construction begins.
City of Fayetteville
Bid 11-38, Constriction of
North Shore Swing Improvements
End of Section 00 41 13
Page 00 41 13-2 May 18, 2011
Bond No, 61063144
BID BOND
(Percentage)
KNOW ALL PERSONS BY THESE PRESENTS, That we R J R Enterprises, Inc.
of 804 N. 42ND ST., ROGERS, AR 72756
WESTERN SURETY COMPANY
, hereinafter referred to as the Principal, and
as Surety, are held and firmly bound unto City of City of Fayetteville
xt
, hereinafter referred to as the Obligee, in the amount of
Five Percent of the Amount Bid
( 5% ), for the payment of which we bind ourselves, our legal representatives,
successors and assigns, jointly and severalty, firmly by these presents.
WHEREAS, Principal has submitted or is about to submit a proposal to Obligee on a contract for
Northshore Swing Improvements
NOW, THEREFORE, if the said contract be awarded to Principal and Principal shall, within such time as may be
specified, enter into the contract in writing and give such bond or bonds as may be specified in the bidding or
contract documents with surety acceptable to Obligee; or if Principal shall fail to do so, pay to Obligee the
damages which Obligee may suffer by reason of such failure not exceeding the penalty of this bond, then this
obligation shall be void; otherwise to remain in full force and effect.
SIGNED, SEALED AND DATED this 18th day of
Form F4595-8-2001
May 2011
Principal
R J R Enterprises, Inc.
BY:
Surety
BY:
WESTERN SURETY OM Y'' NY
Christine" Piker,Aitorney-in-Fact
Western Surety Cornpany
POWER OF ATTORNEY - CERTIFIED COPY
Bond No 61063144
Know All Men By These Presents, that WESTERN SURETY COMPANY, a corporation duly organized and existing under the
laws of the State of South Dakota, and having its principal office in Sioux Falls, South Dakota (the "Company"), does by these presents
make, eonatitute and appoint Christine Piker
its true and lawful attorneys) -in -fact, with full power and authority hereby conferred, to execute, acknowledge and deliver for and on
its behalf as Surety, bonds for:
Principal: R J R Enterprises, Inc.
Obligee: City of City of Fayetteville
Amount: $500,000.00
and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the Senior Vice President, sealed
with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said
attorney(s)-in-fact may do within the above stated limitations. Said appointment is made under and by authority of the following
bylaw of Western Surety Company which remains in full force and effect.
"Section 7. All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the
corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President or by such
other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the
Treasurer may appoint Attorneys in Fact or agents who shall have authority to, issue bonds, policies, or undertakings in the name of
the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other
obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile."
All authority hereby conferred shall expire and terminate, without notice, unless used before midnight of August 18th
2011 , but until such time shall be irrevocable and in full force and effect.
In Witness Whereof, Western Surety Company has caused these presents to be signed by its Senior Vice President, Paul T.
Bruflat, anclitaserporate seal to be affixed this 18th day of Mav 2011
47t/ 110P "fel'
7,07 ei111,11
et 1 .,
ss
S .SOU - A
co
WESV M SUR i,Y COMPANY
Paul T. Br i • , Senior Vice President
On this 18th day of Mav , in the year 2011 , before me, a notary public, personally appeared
Paul T. Bruflat, who being to me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of
WESTERN SURETY COMPANY and acknowledged said instrument to be the voluntary act and deed of laid corporation.
+ 44544 ,44444h444444
$ D. KRELL s
NOTARY PUBLIC�t
SOUTH DAKOTAi
+4544444
My Commission Expires November 30, 2012
I the undersigned officer of Western Surety Company, a stock corporation of the State of South Dakota, do hereby certify that the
attached Power of Attorney is in full force and effect and is irrevocable, and furthermore, that Section 7 of the bylaws of the Company
as set forth in the Power of Attorney is now in force.
In testimony whereof, I have hereunto set my hand and seal of Western Surety Company this 18th day of
May 2011
Notary Public - South Dakota
Foran F5306-9-2006
WES SURETY COMPANY
Paul T. Brufls(Senior Vice President
vale .,.,.,le
THECI YDF.FAYETTEVILLE,ARKANSAS
www.accessfayetteville.org
Bid 11-38, Addendum 1
Bid 11-38, Construction of North Shore Swing Improvements
City of Fayetteville— Purchasing Division
113 W. Mountain — Room 306
Fayetteville, AR 72701
Phone: 479.575.8220
E -Mail: aforen@ci.fayetteville.ar.us
Date: Wednesday, May 11, 2011
To: All interested parties
From: Andrea Foren, CPPB, Purchasing Agent
Notice: This addendum is hereby made a part of the bid documents to the same extent as though it were
originally included therein. Bidders should indicate their receipt of same in the appropriate blank listed herein.
Failure to do so may subject vendor to disqualification. Addendum should be attached to the inside cover of the
bidding documents, signed, and dated.
1.) Webcoat bench model number B6WBWINGLINESM is approved as an equal. Webcoat
Products; P.O. Box 3160; McAlester, OK 74501; 1-800-505-5101; www.webcoat.com.
2.) There are no slabs under the existing benches as indicated on Sheet 4 of the drawings.
3.) Attached are the minutes and. sign -in sheet from the pre-bid meeting that was held on
May 11,2011
Page 1 of 4
Acknowledge Addendum #1:
Printed Name: c..wd\ 1 Jiowek
Signature:
Title: V iG-e.- n�Ct2. Date: 4Jln j .6Lx
Company: '(c.jt\
TeleCommunkationsDevic,afort eleaf T(479)521.-1316
113.West-Mountain - Fayettevlll, SIR 72701