Loading...
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,