Loading...
HomeMy WebLinkAbout80-75 RESOLUTIONV RESOLUTION NO. go-16- A o-1s A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT WITH FAYETTEVILLE PLUMBING AND HEATING COMPANY FOR INSTALLATION OF SEWER CONNECTIONS AND SEWER SERVICE AS A PART OF THE COMMUNITY DEVELOPMENT PROGRAM. BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF FAYETTEVILLE, ARKANSAS: That the Mayor and City Clerk be, and they hereby are, authorized and directed to execute a contract with Fayetteville Plumbing and Heating Company at a total contract price of $6,079.05 for installation of sewer connections and sewer service lines of a part of the community development program, said con- tract price to be paid from Community Development Block Grant Funds. A copy of said contract, marked Exhibit "A", is attached hereto and made a part hereof. PASSED AND APPROVED THIS" &/DAY OF - ATTEST: «- -fit l/ 1/2,(14.Y U ALA-4�t 'CITY CLERK APPROVED: y , 1975. MAYOR Gc., o c,. ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND BABB & ASSOCIATES, INC KNOW All MEN BY THESE PRESENTS: 000024 1015 LOUISIANA FILE IN MY OFFI DAY OF Orv.�.. ThIS SUITE 204A _ SIJjkL'EROCK. ARK. 72202 ��f y/i{ -k..-) City Cork That we, FAYETTEVILLF PLBG. & HTG. CO., INC. FAYETTEVILLE, ARKANSAS as Principal, hereinafter called Contractor or Principal, and AMERICAN FIDELITY FIRE INSURANCE COMPANY NEW YORK corporation, authorized to do business in the State of Arkansas, as Surety, hereinafter called Surety, are held and firmly bound unto CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS as Obligee, hereinafter called Owner, in the amount of SIX THOUSAND SEVENTY NINE AND NO/100 Dollars ($ 6,079.00 ), for the payment whereof Contractor and Surety bind themselves, their heirs, personal representatives, successors and assigns, jointly and severally, firmly by these presents. Contractor has by written agreement dated SEPTEMBER 17, 1975 entered into a contract with Owner for SEWER LINE INSTALLATION which. contract is by reference made a part hereof, and is hereinafter referred to as the Contract. The condition of this obligation is such that if the Principal shall faithfully perform the Contract on his part and shall fully indemnify and save harmless the Owner from all cost and damage which he may suffer by reason of failure so to do and shall fully reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any such default, and, further, that if the Principal shall pay all persons who have contracts directly with the Principal for labor or materials, failing which such persons shall have a direct right of action against the Principal and Surety under this obligation, subject to the Owner's priority, then this obligation shall be null and void; otherwise it shall remain in full force and effect. No suit, action or proceeding shall be brought on this bond outside the State of Arkansas. No suit, action or proceeding shall be brought on this bond except by the Owner after six months from the date final payment is made on the Contract, nor shall any suit, action or proceeding be brought by the Owner after two years from the date on which the final payment under the Contract falls due. Any alterations which may be made in the terms of the Contract, or In the work to be done under it, or the giving by the Owner of any extension of time for the performance of the Contract, or any other forbearance on the part of either the Owner or the Principal to the other shall not in any way release the Principal and the Surety or. Sureties, or either or any of them, their heirs, personal representatives, successors or assigns from their liability hereunder, notice to the Surety or Sureties of any such alteration, extension or forbearance being hereby waived. In no event shall the aggregate liability of the Surety exceed the sum set out herein. Executed on this 29 day of SEPTEMBER , 19 75 FAYETTEVILLE PLBG. & HTG. CO..INC. By n41:49 -- G J By G 60523 CDEelSZOMMMI AMZRTyN' Principal TY VIBE INSNRANCE COMPANY Surety •eliAEL-9A ° Attorney in fact 10-69 rah k NOTICE TO_BIDDERS OWNER City of Fayetteville c/o Mr. Sturman Mackey City Purchasing Agent P. 0. Box Drawer "F" Fayetteville, Arkansas 72701 PROJECT Job #1 Sewer Line Installation Fayetteville, Arkansas PROJECT COORDINATOR Mr. Stephen E. Brown P. 0. Box Drawer "F" Fayetteville, Arkansas (501) 521-7700, Ext. 2.63 RECEIPT OF BIDS Receipt of Bids 2:00 p.m. August 291 1975 Board of Directors Room Administration Building, City of Fayetteville 124 West Mountain Fayetteville, Arkansas 72701 SCOPE Single contract for complete installation of sewer line and all other work on site and off site. BIDDING DOCUMENTS Obtained from owner GENERAL All bids will be publiically opened and read aloud. Any hid received after the time 'indicated will be returner' unopened. Any bid faille; to comply with any bidding requirements wi11 be rejected. Alli.' S are subject to approval of the Board of Directors of the City of Fayetteville, Arkansas. Tho Board of Direci:r I':; reser"v"s the I'i.t.^.` reject any or all bids and waive formalities. INFORMATION TO BIDDERS INTERPRETATION OF DOCUMENTS Any person submitting a bid, in doubt of the specifications, or any other proposed contract documents, should submit interpretation requests to the Project Coordinator one week prior to opening of bids. Interpretation will be made by Addendum only. 1. General The contract work includes furnishing all material, equipment, tools, labor, and services necessary for completion of the project. 2. Scope All materials or equipment mentioned implies that they will be finished and installed, unless noted. Specification's and/or Description of the Work tell the finished work desired. 3. Documents Furnished The owner will furnish copies, as needed, of Specifications and/or Description of Work. 4. Examination of Site Bidders are required to inform themselves of all conditions relating to construction and labor under which the work will be performed. 5. Telegraphic Modification Bidder may modify his bid by telegraphic communication provided such telegraphic communication is received by the owner prior to closing time. A written confirmation is to be mailed prior to closing time and received two (2) days after closing time. 6. Method of Bidding The method of bidding will be a Unit Price per linear foot of sewer line installed, including all on site work. A separate unit price for rock excavation will be included. 7. Bid Security Each bid will be accompanied by cash, certified check, or bid bond equal to 5% of the proposal as a guarantee that the contract will be entered into and the required bonds furnished, in the event of the award of a contract. B. Performance Bond Contractor deliver to owner, within ten (10) days after award and before signing the contract, a surety bond for ninety-five (95) percent of total contract amount for the faithful performance of this contract. 9. Contract The successful bidder will be required to enter into a contract between owner and contractor, within five (5) days of approval by City of Fayette- ville Board of Directors. 10. Qualification of Bidders The bidder, in signing the contract, represents that they have the ability to perform all work and shall furnish the owner with all data and information for this purpose that the owner may request. The owner reserves the right to award the contract to such person whose statements may reveal that they are qualified by experience and finances to success- fully carry out the work. 11. Changes in Work No changes in work covered by the approved Contract Documents shall be made without prior written approval of the owner. 12. Time of Completion/Liquidation Damages Bidder will agree to start work by the date specified in a written Werk Order from the owner, and fully complete the project within Servef1r Ne (75.) consecutive calendar days. If the project is not c mpleted in the specified time, the contractor will pay, as liquidated damages, twenty-five dollars ($25.00) for each consecutive calendar day thereafter. 13. Insurance Contractor shall carry (1) Workmen's Compensation and Employers Liabiljty Insurance in accordance with laws of State of Arkansas and City of Fayette- ville; (2) Contractors' Public Liability and Property Damage Insurance in an amount not less than $10,000 for injuries to one person, subject to a limit of $20,000 for one accident and $10,000 property damage; (3) corn- prehensive automobile liability in accordance with State of Arkansas and City of Fayetteville. 14. Method of Compensation Unless otherwise agreed to in writing, signed by the owner and contractor, payment for the work performed shall be made in one lump sum and shall be paid to the contractor within five (5) days after final inspection and after the Project Coordinator receives the contractors' invoice and satis- factory release of liens or claims for liens by subcontractors, laborers, and material suppliers for completed work and installed materials. 1f progress payments are made as the work progresses, these payr,ants shall not exceed 80"; of the value of the work completed. 15. Guarantee/Warranty Guarantee the work performed fora period or one (1) year from the date of final acceptance. Furnish the homeowner with all manufacturer's and supplier's written guarantees and warranties covering materials and equipment furnished under this contract. • • • 16. Permits and Local Codes Contractor shall procure and pay for all necessary building permits and inspection services of local authorities. The laws in force at the building location shall govern. 17. Utilities Contractor provide temporary electricity, water service, and toilet facilities if such services are not available on the construction site. Contractor shall use the home owners existing utilities such as light, heat, power, water as necessary to carry out and complete the work. 18. Labor and Workmanship Dismiss from work on notice from project coordinator, persons whose work is unsatisfactory. Prepare, as specified by manufacturer, all materials and equipment. Coordinate all work and trades to help general progress on the work. 19. Materials When one material is specified by trade name, the Contractor will base his bid on that material only. When several trade names are mentioned, he may use any of those selected, "or equal," he may use material other than that named. The Project Coordinator will be the judge of quality and suitability. 20. Weather Conditions In the event of temporary suspension of work due to inclement weather, contractor is to cover all work and materials. If unprotected work or material is damaged, contractor will remove and repair at own expense. 21. Inspection The project coordinator shall be permitted to inspect all work, material, payrolls, records of personnel, invoices of materials, and other relevant data and records. 22. Resident Preference In all work made possible by this contract, action will be taken to ensure that residents of Fayetteville are given maximum opportunity for employment and training and that business concerns in Fayetteville are, to the greatest extent possible, awarded contracts. 23. Hiring the Unemployed Contractors are urged to hire unemployed persons through the Employment Security Division, 218 N. Church, whenever help is needed on a project. 24. Non Discrimination Clause If the contract for the work is more than $10,000.00, such contract must include the following additional section: During the performance of this contract, the Contractor agrees as follor•;s: • 23. Nondiscrimination Clause (Continued) (a) The contract will not disciminate against any employee or applicant for employment because of race, creed, color, or national origin. The contractor will take affirmative action to insure that applicants are employed; and that employees are treated during employment, without regard to their race, creed, color, or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employ- ment, notices to be provided by the municipality setting forth the provi- sions of this nondiscrimination clause. (b) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, creed, color or national origin. (c) The contractor will send to each labor union or representative or workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided, advising the labor union or worker's representative of the contractor's commitments under Section 202 of Executive Order 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (d) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (e) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor or the Secretary of Housing and Urban Development pursuant thereto, and will permit access to his books, records, and accounts by the Secretary of Housing and Urban Development, or his designee, and the Secretary of Labor for purposes of investigation to ascer- tain compliance with such rules, regulations and order. (f) in the event of the contractor's noncompliance with the nondiscrimination clause of this contract or with any of such rules, regulations, or orders, this contract may be cancelled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts of federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (g) The contractor will include the provisions of paragraphs (a) through (g) in every subcontract or purchase order unless exempted by rules, regula- tions, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the property ovmer may direct as a means of enforcing such provisions, including sanctions r. 23. Nondiscrimination Clause (Continued) for noncompliance; Provided however, that in the event the contractor becomes involved in, or is threatened with, litigation with a sub- contractor or vendor as a result of such direction by the property owner, the contractor may request the United States to enter into such litigation -to protect the interest of the United States. BASE PROPOSAL FOR JOB .§1 • The CONTRACTOR, having examined the Specifications and the sites of various work and being familiar with all the conditions surrounding the project, agrees to perform all theinstallation of sewer yard lines at the following houses: 827 East Township 2481 Old Wire Road 935 N. Oakland 107 Bertha 2327 Old Wire Road 1931 Old Wire Road • • for the total sum of $ per linear foot. If rock is encountered as defined in the Specifications, the CONTRACTOR will excavate for the total sum of $ per cubic yard. r • __. 70Wt'ISf-//P ri0 EXIST%NG &Wee HF//✓ Ajl IJ.%Y✓ 5`YJeR 4fivic. To RF /VSTALLEJ (!•.?�?-to . /20') l i ri i _' LI q l I_ . L. 527 E, My/ NGHIP N J f=UGHES --/NS%ALL NEW SEWER L//IE 1f' (Ani, GX I30 ). COOQO/NA-12, WORK. W/ cONi erk.roZ Guess /%//, Th 935 N. QA'LA/./u 1 i✓ffW SEWER LINE rp ae INSTALLLED %%P=rox. :25) s 5E P/r2T cU44RLY AB -144e or 3LISJEs, PLAV DSE ' � €Es I t—S t'T/AG• .ss/✓:2 MALN 2¢6/ CLo Wipe PO BERTHA sr > ______C -7S �- S-- '�F,XIsn,VG q SEWE2 M4IN 1 --NEW SEWER LIN, }f' to 3E INS'TA:-cED °{ co (APP�ox /Da') II //.. , c ``__. COLE /07 TW1 TOW,VSP/P RD S44/Th NEW ./r SEWER \l -/Ale TO ,cc i4P('nox, #°',)j I, '2-527 CLD /'VQC o N 1 n cis sm\ NEvY' S."NJck LINE 70 ,$ 6'JS7-ALLE:7 (4PP.Qox. 170' 1"35 AWARE o= %PEES WALL f(y OeA2 G LOT VVA /a3/ OLI,7 W'RE RC. eti J T • 1. GENERAL Conditions a. SEINER LINE INSTALLATION All materials comply with and be installed in accordance with Standard Plumbing Code as amended by the City of Fayetteville. b. Procure and pay for all necessary plumbing permits. c. Inspection and approval of the sewer tap installation must be obtained from the plumbing inspector before acceptance of the work. d. All work done under this contract will be bid in a Unit Price per linear foot of sewer line installed. Price includes all excavation, materials, labor, equipment, and services necessary to complete this project. A separate unit price will be bid for solid rock excavation. Scope a. The extent of work shall meet the requirements of the specifications. b. The work covered by this section of specifications following: consists of the 1. Installation of sewer line from house to property line. PRODUCTS Materials a. Pipe and pipe fittings will comply with and City of Fayetteville requirements. b. Unless otherwise directed in writing by following types of piping may be used: the Standard Plumbing Code the job coordinator, the 1. Cast iron pipe - 4" minimum 2. VCP Vitrified Clay Pipe - 4" minimum 3. ABS plastic pipe, Type 1, Schedule 40 - 3. EXECUTION General 4" minimum All work shall be installed by experienced mechanics and according to the rules of the trade. b. Contractor verify dimensions in the field. c. All sewer service lines are brought to the property .lint by Sewer and (Vater Department of the City of Fayetteville. • • 3. EXECU'1°ION (Continued) General d. Coordinate installation of sewer line with installation of sewer tap by city crews. Excavation a. Do all excavating regardless of material encountered. Kidders familiarize themselves with conditions at the various sites. b. Carry out all excavation as shown in sketches accompanying the specifica- tions. c. In order to avoid excessive earth loads and provide sufficient rocnn for installation, the minimum trench width is to be 24" and maximum '6" d. If bottom of trench is too mucky or soft to support pipe, excavate below grade line and fill with compacted gravel. Backfilling u. Irunediately backfill trench after pipe is laid and inspected. 'Arterial used is to be the excavation or a borrow of sand, gravel or other material approved by job coordinator. Material is to he free of trash, lumber, and other debris. b. After sewer lino has been inspected, backfill trenches with fine, loose earth free of clods or stoats larger than two (2) inches in cny diilnnr.sicn. Deposit by hand this scleaterl material in a four (4) inch thickness around the sides of the pipe and carefully compact the material around the pipe until the backfill has been brought up to the springlinc of the pipe. Con- tinue backfill by hand without tamping until twelve (12) inches above top of pipe. Pill remaining trench with clean earth, free of woad, cinders, and debris. c. Grade trenches slightly overfull to allow for settlement. Pill and re 11 trench as necessary to leave a smooth, voll-graded appearance. d. Backfill all roadways and driveways with 5R-2, compacted in en;l.t inch lifts. Replace roadway or driveway with existing nateci1s, e. Remove from the site all unsuitable and excess excav;:tic:r. Clean ,n 11 piles of dirt and debris to leave area Heat. f. Include in the unit price, the cost of all work described in this sectio Nn work wi11 be paid foe separately. (8) Rack Excavation: Rock excavation .is defined a_: solid roc1: in fornction which excavated at a lower cost 1,.•r cubic yard by drilling, blast or wedging. A13 mater,a' cxcaM.^tCLI nT( d. fined as L:I Eo;1 0AcfA'.: in:." 1 1r hart -i'1 • • • • • rtr Rock Excavation (Continued) h. prices are asked and bids arc taken for "solid rock excavation." Crossing Existing Utilities a. In the construction of the sewer lines, existing utilities (water, telephone, gas, electric) will probably be encountered. It is the responsibility of the contractor to locate these utilities and notify the company before crossing the line. b. Immediately inform any utility if any lines are broken are damaged. Any broken or damaged utility lines are the responsibility of the contractor. Crossing Lawns a. After settlement of trenches across lawns, finish out disturbed areas with three (3) inches of top soil. Seed areas with appro- priate grass seed or grass seed mixture. b. If shrubs, bushes, or small trees are likely to be damaged by the work, they are to be taken up ahead of time. Properly protect until they can be replanted. c. Restore all lawns as closely as possible to their original condition. d. Include in the Unit Price the cost of all work in this section. No work will be paid for separately. Crossing Fences a. Repair all fences to a condition equal to or better than original fencing. b. Include in the Unit Price the cost of all work in this section. • • SEWER LINE INSTALLATION CONTRACT THIS AGREEMENT is made this 17th daY of September , 1975 between the City of Fayetteville, hereafter known as "OWNER," and1 Fayetteville Plumbing and Heating Co. as "CONTRACTOR." of Fayetteville, Arkansas , hereafter known For payments and agreements mentioned, the CONTRACTOR agrees with the OWNER to commence and complete the installation addresses hereafter known as the "PROJECT:" of sewer lines at the following The CONTRACTOR agrees to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other items necessary to complete said "PROJECT" for the total sum of per linear $4._33 foot of sewer line installed. If rock is encountered the CONTRACTOR agrees to excavate, furnishing all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other necessary items for the total sum of $FR nn per cubic yard. The CONTRACTOR agrees to commence work under the CONTRACT within five (5) consecutive calendar days of "Notice to Proceed" from OWNER. To insure coordina- tion between the CONTRACTOR and City of Fayetteville Sewer and Water Department crews, the CONTRACTOR further agrees to fully complete the PROJECT within sixty (60) consecutive calendar days. CONTRACTOR agrees to pay, as liquidated damages, the sum of TWENTY-FIVE DOLLARS ($25.00) per each consecutive calendar day after date of completion. The OWNER agrees to pay CONTRACTOR in current funds for performam:c of the CONTRACT subject to additions and deductions, and to make payments jraccordance with "Specifications." • In the event the CONTRACTOR abandons the work, or fails, neglects or refuses to continue work after TEN (10) days written notice, given to the CONTRACTOR by the DINNER, then the OIVNER shall have the opt:on (1) to declare this CONTRACT at an end, in which event, the OWNER shall not be liable to the CONTRACTOR for any work or (2) to require the performance bond to he surrendered and carry out CONTRACT of CONTRACTOR. The CONTRACTOR shall be paid for that portion of work completed only after PROJECT is completed. This CONTRACT shall he binding upon the heirs, representatives, su:cessors or assigns of the parties hereto, including the surety. IN WITNESS MIERPOF, the O'wN51: and CONTRACTOR have hereto set their hands and seals, respectively. ATI CST: CITY CLERK Fayetteville Plumbing and Heatinj Company CON'IRAC;1'0 CI'T'Y OF FAYEVILCILL}: FAYE7"C1:1'1LLE, ARKANSAS 2'b47s'! S /-' u)- (T itic) • • • CITY OF FAYETTEVILIE Base Proposal for Job #1 Sewer Line Installation Fayetteville, Arkansas • Fayetteville Plumbing & Heating Co., Inc., having examined the specifications and the sites of various work and being familiar with all the conditions surround- ing the project, agrees to perform all the installations of sewer yard lines at the following houses: 827 East Township 935 N. Oakland 2327 Old Wire Road 2481 Old Wire Road 1931 Old Wire Road 107 Bertha for the total sum of $4.33 per linear foot. If rock is encountered as defined in the specifications, Fayetteville Plumbing & Heating Co., Inc. will excavate for the total sum of $55.00 per cubic yard. RECEIVED A440 decid•-c AUG 2 9 1975 CITY OF FAYETTEVILLE PIJRCHASING DEPT Bill Kisor Fayetteville Plumbing & Heating Co., Inc.