HomeMy WebLinkAbout92-12 RESOLUTIONRESOLUTION NO. 92-12
A RESOLUTION AWARDING BID #12-33 AND AUTHORIZING A
CONTRACT WITH CENTER POINT CONTRACTORS, INC. IN THE
AMOUNT OF $37,410.00 FOR THE CONSTRUCTION OF ST. JOSEPH
PARK, .APPROVING A TEN PERCENT (10%) PROJECT CONTINGENCY,
AND APPROVING A BUDGET ADJUSTMENT OF $14,361.00
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
#12-33 and authorizes a contract with Center Point Contractors, Inc. in the amount of $37,410.00
for the construction of St. Joseph Park.
Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a
ten percent (10%) project contingency.
Section 3. That the City Council of the City of Fayetteville, Arkansas hereby approves a
budget adjustment in the amount of $14,361.00, a copy of which is attached to this Resolution as
Exhibit "A".
PASSED and APPROVED this 15th day of May, 2012.
APPROVED:
LI 1 ELD ,IOC, Mayor
ATTEST:
By:
5140
SONDRA E. SMITH, City Clerk/Treasurer
RWT��'%
• 01 Y OA -
r
;FAYETTEVILLE;
City of Fayetteville, Arkansas
Budget Adjustment Form
V11.0425
Budget Year
2012
Division: Parks & Recreation
Department: Parks & Recreation
Request Date Adjustment Number
4/19/2012
BUDGET ADJUSTMENT DESCRIPTION 1 JUSTIFICATION
Partial funds that will not be utilized in the Mt. Sequoyah Pavilion project are requested to be transferred to St.
Joseph Park for park improvements.
Division Head Date
Budget Director
epartment �' or
Fi : nce Director
l%A
Ch -f of S,.
41
/J11�;��
OL,
•
Ma
or
y 2
Date
Prepared By:
Reference:
kspringer
Budget & Research Use Only
fir/g 2- Type: A BCD E P
Date
`t - 23-241-L General Ledger Date
Date
23 /3- Posted to General Ledger
Date Initial Date
/ Checked / Verified
Date
Initial Date
TOTAL BUDGET ADJUSTMENT
Account Name
Park improvements
Park improvements
Increase / (Decrease) Project.Sub
Account Number Expense Revenue Number
2250.9255.5806.00 (14,361) ._02045 , 0901
2250.9255.5806.00 14,361 • 02013 . 0002
K:IFinancial Services&BA's 2012102013 St. Joseph 4-19-2012
1 of 1
c
Alison Jumper cA
Submitted By
City of Fayetteville Staff Review Form
City Council Agenda Items
and
Contracts, Leases or Agreements
5/15/2012
City Council Meeting Date
Agenda Items Only
Park Planning
Division
Action Required:
Parks and Recreation
Department
Approval of a resolution awarding Bid #12-33 and approval of a contract with Center Point Contractors, Inc. in the
amount of $37,410 with a 10% project contingency of $3,741 for a total project cost of $41,151 for the Construction of
St. Joseph Park and approval of a budget adjustment in the amount of $14,361 from Parks Development Funds.
41,151.00
Cost of this request
2250.9255.5806.00
Account Number
02013.2
Project Number
Budgeted Item
X
27,165.00
Category / Project Budget
Parks Development
Program Category / Project Name
375.00 Neighborhood Park Development
Funds Used to Date Program / Project Category Name
$ 26, 790.00
Parks Development Capital
Remaining Balance Fund Name
Budget Adjustment Attached
X
e4..,l
partment Director
Finance and Internal Services Director
4/:qt- ,
-Date
4423-42—
Date
1-73.2oi2,*
Date
Date
Dte
Previous Ordinance or Resolution #
Original Contract Date:
Original Contract Number:
u4 -20-12p04:07 RCVD
Received in City
Clerk's Office
Received in
Mayors Office
Comments:
Revised January 15, 2009
av'�`re. evLle
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENT CORRESPONDENCE
ARKANSAS
www.accessfayetteville.org
CITY COUNCIL AGENDA MEMO
To: Mayor Lioneld Jordan and City Council
Thru: Don Marr, Chief of Staff
Connie Edmonston, Parks and Recreation Director
From: Alison Jumper, Park Planning Superintendent j
Date: April 25, 2012
Subject: Bid #12-33, Construction of St. Joseph Park
Agenda Request for May 15, 2012 Meeting
PROPOSAL:
St. Joseph Park was received through the Park Land Dedication Ordinance in 2004 and is approximately 0.18
acres. The park is located at 311 E. Lafayette in the Washington Willow neighborhood adjacent to the former
St. Joseph Church. The park master plan concept was created by the Washington Willow Neighborhood
Association who also raised approximately $10,000 to contribute to the construction costs of the park. The
project includes the construction of a block retaining wall, three brick and concrete terraces, entry sign, seating
area and landscaping. If approved, construction will begin in June and be complete August.
Four bids were received including Benchmark Construction Co., Center Point Contractors, Inc., General
Construction Solutions, Inc. and SSI, Inc. of NWA with Center Point Contractors, Inc. being the low bidder in
the amount of $37,410. If approved, the project will begin in June and is anticipated to be complete in August.
RECOMMENDATION:
Staff recommends approval of a resolution awarding Bid #12-33 and approval of a contract with Center Point
Contractors, Inc. in the amount of $37,410 with a 10% project contingency of $3,741 for a total project cost of
$41,151 for the Construction of St. Joseph Park and approval of a budget adjustment in the amount of $14,361
from Parks Development Funds.
BUDGET IMPACT:
This project is funded with Park Development Funds. Total project cost including a 10% project contingency is
$45,151.
Attachments:
Bid Submittal — Center Point Construction
Bid Tabulation
Budget Adjustment
RESOLUTION NO.
A RESOLUTION AWARDING BID #12-33 AND AUTHORIZING A
CONTRACT WITH CENTER POINT CONTRACTORS, INC. IN THE
AMOUNT OF $37,410.00 FOR THE CONSTRUCTION OF ST. JOSEPH
PARK, APPROVING A TEN PERCENT (10%) PROJECT CONTINGENCY,
AND APPROVING A BUDGET ADJUSTMENT OF $14,361.00
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
#12-33 and authorizes a contract with Center Point Contractors, Inc. in the amount of $37,410.00
for the construction of St. Joseph Park.
Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a
ten percent (10%) project contingency.
Section 3. That the City Council of the City of Fayetteville, Arkansas hereby approves a
budget adjustment in the amount of $14,361.00, a copy of which is attached to this Resolution as
Exhibit "A".
PASSED and APPROVED this 15th day of May, 2012.
APPROVED: ATTEST:
By: By:
LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer ,
•
AGREEMENT
BETWEEN CITY OF FAYETTEVILLEcAND CONTRACTOR
THIS AGREEMENT is dated as of the I5- day of t i in the year 2012 by and
between the City of Fayetteville, Arkansas (hereinafter called CITY OF FAYETTEVILLE)
and Center Point Contractors, 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 construction of terraced seatwalls, entry sign,
concrete sidewalks and plaza, minor irrigation work and associated site work at St.
Joseph Park 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
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 St. Joseph Park shall be substantially
completed within 45 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.E & C of the General Conditions within 60 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 Toss 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 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.
PAYMENT ITEMS
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.B 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 lst 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
Center Point Contractors,
Inc.
ITEM#
DESCRIPTION
UNIT
EST.OTY.
UNIT PRICE
TOTAL
1
Mobilization (not to expead 5% ofproject bid) (1)
LS.
1
81,450.00
81,450.00
2
Bonds and insurance
L.S.
1
51,135.00
51,13500
3
Site preparation - including tree protection fencing, straw wattles and relocation of speed limit
sign (3)
LS.
1
51,375.00
51,375.00
4
Sakaga and replete Iwo existing tike racks
LS.
1
5475.00
8475.00
5
Brick entry sign • compete in place per details (5) (7) (6)
LS.
1
58,150.00
56,150.00
8
Brick seatwalls - compete In Pete per details (5) (7) (e)
S.F. FACE
175
530.00
85,250.00
7
Unclassified excavation (2) (5)
C.Y.
20
535.00
5700.00
8
Modular dock retaining wall 0 to 5.5 foot tag crchrding wall, gravel, geogrid, drainage pipe and
footings - compete in place per details and manufacturer's ktstrtrckns (5) (7) (8)
S.F. FACE
290
530.00
58,700,00
9
Benches - complete it place per detals (5) (8) (7)
EA.
1
51,110.00
51,110.00
10
Ornamental steel fence - complete in pace (5) (6) (7)
LF.
16
872.00
51,152.00
11
Film reinforced concrete area (4 -inch thickness) - compete In pace per details (5) (7)
S.Y.
32
538.00
51,216.00
12
plaza
Fiber reirnforced concrete sidewalk with steps (4 -inch thickness -complete in pace per details
(5)(7)
S.Y.
38
585.00
53,060.00
13
Lave ddb augustitofia hidcote - 3 gat.mrnplele in place (5)
EA.
10
522.50
822500
14
Calamagrotis x acutilbra'Kark Foerster - 3 gaL' complete in piece (5)
FA
15
827.50
5412.50
15
Irrigation ad'pa n.nta
LS.
1
$2,500.00
52,500.00
15
Landscaping rock 3/4-- chocolate river gravel
C.Y.
2
515000
8300.00
17
Sale restoration - including 44nth depi topsoil, fescue sad and water (9) (10)
AC.
0.04
555,00000
52,2013.00
TOTAL BID AMOUNT
537,410.50
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.B 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 lst 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, less the
aggregate of payments previously made and Tess 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.
95 percent of Work completed (with the balance of 5 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 14.02.8.5 & 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 14.07.6 & 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 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 7, inclusive).
7.2. Performance and Payment Bonds, (Exhibits A and B respectively).
7.3. Certificates of Insurance, (Exhibit C).
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. Addenda numbers 1-2, inclusive.
7.9. One set of drawings (not attached hereto) consisting of: a cover sheet and
additional sheets numbered two through ten with each sheet bearing the
following general title: Construction of St. Joseph Park.
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.
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.
8.7. No liens against this construction project are allowed. Arkansas law (A.C.A.
§§ 18-44-501 through 508) prohibits the filing of any mechanics' or materiaimen's
liens in relation to this public construction project. Arkansas law requires and the
Contractor promises to provide and file with the Circuit Clerk of Washington County a
bond in a sum equal to the amount of this contract. Any subcontractor or materials
supplier may bring an action for non-payment of labor or materials on the bond. The
Contractor promises to notify every subcontractor and materials supplier for this
project of this paragraph and obtain their written acknowledgement of such notice
prior to commencement of the work of the subcontractor or materials supplier.
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 Tall IC
Effective Date of The Agreement). 0
CITY OF FAY �- EVILLE.
By:
M- or
[CORPORATE SEAL]
�1111111111lff7/��,
....wTRE.....
GX1 Y Op
•• ar
FAYETTEVILLE•
1
',.h1.gRKANSQfie
,,yING'....,,,,
Secretary.
Address for giving notices
, 2012 (which is the
CONTRACTOR
[CORPORATE SEAL]
* If a Corporation, attest by the
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.)
Wttvi1ee
Project Check List
Bid 12-33, Construction of St. Joseph Park
This checklist is for the Bidder's use in preparing & submitting a bid. It is not intended to include
all details necessary to prepare a bid and shall not be used as a substitute for the requirements of
the bid documents. Information is shown below only as a matter of convenience. Use of this
checklist does not relieve the Bidder from the responsibility of meeting all requirements of the
Specifications concerning the preparation of an acceptable bid. Bidders are welcome to use this
form as a coversheet for a sealed envelope; however, using this form itself is NOT a requirement.
pi5% Bid Bond of the amount bid accompanied by required documentation (Power
of Attorney, etc.)
- In lieu of a bid bond, the bidder may submit a cashier's check for at least
five percent (5%) of the amount bid (inclusive of any deductive alternates).
Cashiers checks shall be made payable to the City of Fayetteville, AR.
KA All addenda shall be signed, acknowledged, and submitted on the appropriate
forms (submitting the actual addendums or marking acknowledgement on other
bid pages).
All line items shall be appropriately filled out and extended to reveal the line item
price as well as the total bid price. Total base bid should be calculated in the
provided space.
All bidders shall submit the following forms with each bid: Bid Form, Debarment
Certification Form, & Statement of Disclosure.
[----
All Danes provided with signature lines shall be appropriately signed, dated
accordingly, and included with submitted bid documents.
H4 -
II bid documents shall be delivered in a sealed envelope to the address listed
below before the stated deadline on the coversheet of the bid. All bids should be
delivered with the name of the bidder (contractor) on the sealed envelope as well
as the bidders Arkansas Contractors License Number.
City of Fayetteville, AR
Purchasing Division — Suite 306
113 W. Mountain
Fayetteville, AR 72702
CONTRACTOR NAME: G 4N. i-er Pin Prti- S
ARKANSAS CONTRACTOR'S LICENSE #: 019' LGO 3 S
City of Fayetteville
Bid 12-33, Construction of St Joseph Park April 2, 2012
Bid 12-33, Addendum 1
Date: Thursday, April 12, 2012
To: All Prospective Vendors
From: Andrea Foren Rasco, CPPB, CPPO - 479.575.8220 - aforenaci.fayetteviiie.ar.us
RE: Bid 12-33, Construction of St. Joseph Park
aye ev!
This addendum is hereby made a part of the contract documents to the same extent as though it were
originally included therein. Bidders should indicate their receipt of same in the appropriate blank of the Form of
Proposal. Failure to do so may subject bidder to disqualification. Addendum should be attached to the inside
cover of the bidding documents, signed, and dated.
Bid 12-33, has the following modifications and clarifications:
1.) Sheet 12 of 12 of the Drawings is replaced with the revised sheet.
2.) Minutes from the pre-bid meeting that was held on Tuesday, April 10, 2012 are
attached as well as the sign in sheet and plan holders list.
City of Fayetteville, Arkansas
Bid 12-33, Addendum 1
Page 1 of 1
Acknowledge Addendum #1:
Printed Name: R;e,Larci ur i.Q. y
Signature:
Title: Es/4.14;6r / PM Date: Y/!16/ 2.ot 1
Company: Gr.%44- P # Gdwi4'4z10r3,14ir
Bid 12-33, Addendum 2
Date: Monday, April 16, 2012
To: All Prospective Vendors
From: Andrea Foren Rasco, CPPB, CPPO – 479.575.8220 – aforen aci.fayetteville.ar.us
RE: Bid 12-33, Construction of St. Joseph Park
aye ev le
This addendum is hereby made a part of the contract documents to the same extent as though it were
originally included therein. Bidders should indicate their receipt of same in the appropriate blank of the Form of
Proposal. Failure to do so may subject bidder to disqualification. Addendum shall be attached to the inside
cover of the bidding documents, signed, and dated.
Bid 12-33, has the following modifications and clarifications:
1.) Bid item number 11, 32 SY of fiber reinforced concrete plaza refers to the area above
the modular block retaining wall on the east side of the.property.
2.) The City will provide 111 engraved pavers for the seatwalls. All other bricks and pavers
and labor for installing ALL bricks and pavers including the pavers provided by the City
shall be included in the bid price.
City of Fayetteville, Arkansas
Bid 12-33, Addendum 2
Page 1 of 1
Acknowledge Addendum # 2:
Printed Name: R;ch. i1 -
Signature: .e,*
Title: Ph Date: Ai- I$ -2o,2
Company: Can f er Po »>} Go.4r'citctrS, I„r.
Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville. AR 72701
I
City of Fayetteville
Bid 12-33, Construction of St. Joseph Park
Statement of Disclosure (please submit with Bid)
ATTENTION: Please submit this form with your bid
DISCLOSURE STATEMENT:
Bidder must disclose any possible conflict of interest with the City of Fayetteville, including,
but not limited to, any relationship with any City of Fayetteville employee. Your response
must disclose if a known relationship exists between any principal or employee of your firm
and any City of Fayetteville employee or elected City of Fayetteville official.
If, to your knowledge, no relationship exists, this should also be stated in your response.
Failure to disclose such a relationship may result in cancellation of a purchase and/or
contract as a result of your response.
This form must be completed and returned in order for your bid/proposal to be eligible for
consideration.
PLEASE CHECK ONE OF THE FOLLOWING TWO OPTIONS, AS IT APPROPRIATELY
APPLIES TO YOUR FIRM:
X 1.) NO KNOWN RELATIONSHIP EXISTS
2.) RELATIONSHIP EXISTS (Please explain)
PLEASE FILL OUT THE SECTION BELOW AND SUBMIT THIS FORM WITH YOUR BID:
1.) I, as an officer of this organization, or per the attached letter of authorization, am duty
authorized to certify the information provided herein are accurate and true; and
2.) My organization shall comply with all State and Federal Equal Opportunity and Non -
Discrimination requirements and conditions of employment
R.; e.Ld,-d 6 4+,r1 �.r J
Printed Name
_..,���
Signed
City of Fayetteville
Bid 12-33, Construction of St. Joseph Park
Page 00 21 17-1 April 2, 2012
City of Fayetteville
Bid 12-33, Construction of St. Joseph Park
Certification of Debarment — THIS FORM NEEDS TO BE SUBMITTED WITH EVERY BID
ATTENTION: Please submit this form with your bid.
As A BIDDER on this project, you are required to provide debarment/suspension certification
indicating that you are in compliance with the below Federal Executive Order. Certification can
be done by completing and signing this form.
Debarment:
Federal Executive Order (E.O.) 12549 "Debarment and Suspension" requires that all
contractors receiving individual awards, using federal funds, and all sub -recipients certify that
the organization and its principals are not debarred, suspended, proposed for debarment,
declared ineligible, or voluntarily excluded by any Federal department or agency from doing
business with the Federal Government.
Your signature certifies that neither you nor your principal is presently debarred, suspended,
proposed for debarment, declared ineligible, or voluntarily excluded from participation in this
transaction by any federal department or agency.
Questions regarding this form should be directed to the City of Fayetteville Purchasing Division.
NAME: D.,i (AL 0,-1 13c. r : y
COMPANY: C. s4 f C r- Pe); I- / lie.
PHYSICAL ADDRESS: IO .5! (o E s !- Via y. 71 Q evvilpri O(I dR 72T12
MAILING ADDRESS: 1O3Ito Ems4,1 7 2 1 0t) 111 / ! 12 7%71'
PHONE: 475- k210 ` 7_373 FAX: t{74` 1{51- $O3c7
EMAIL ( bur 1e:yln..0C.6.4+6 pe:.1f C.ow.fre..cf-erS. eOw+.
SIGNATURE:
DATE: q`�--
City of Fayetteville
Bid 12-33, Construction of St. Joseph Park
Page 00 21 19-1 April 2, 2012
1
Bid # 12-33, Construction of St. Joseph Park
Total Base bid - $37,410.00
` $-- 2or2,