Loading...
HomeMy WebLinkAbout40-80 RESOLUTION• RESOLUTION NO. 4o -SD • A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE CONTRACTS WITH FRASER CONSTRUCTION COMPANY AND SWEETSER CONSTRUCTION COMPANY FOR THE RELOCATION OF WATER AND SEWER LINES ALONG U.S. HIGHWAY 71 AND PORTER ROAD. BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF FAYETTEVILLE, ARKANSAS: That the Mayor and City Clerk are hereby authorized and directed to execute contracts with Fraser Construction Company and Sweetser Construction Company for the relocation of water and sewer lines along U.S. Highway 71 and Porter Road. A copy of the contracts authorized for execution hereby are attached hereto, marked Exhibits "A" and "B" and made a part hereof. PASSED AND APPROVED this Le — day of CITY'.CLERK APPROVED: , 1980. MICROFILMED CERTIFICATE OF RECORD State of Arkansas City of Fayetteville SS 1, Bonnie Goering, City Clerk and Ex -Officio recorder for the City of Fayetteville, do here- by certify that the annexed or foregoing is of record i:t my office and the same ap- pears in Ordinance f.4 Resolution book hast page— Witness my cj sc 1 this L 1 -----C4— =—day of ]9 GP Ci 4 SPECIFICATIONS FOR HWY 71 BYPASS & PORTER RD INTERCHANGE - SEWER RELOCATION • WORK ORDER # 2633 MARCH 1980 CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSk CITY ENGINEERS' OFFIC.' 5 cs—'7o w/s /- • r • i INDEX ADVERTISEMENT FOR BIDS BID BOND PROPOSAL FOR SCHEDULE I ARKANSAS PERFORMANCE AND PAYMENT BOND CONTRACT AGREEMENT INSTRUCTIONS TO BIDDERS GENERAL CONDITIONS OF THE SPECIFICATIONS DETAILED SPECIFICATIONS PART I CONTRACT STIPULATIONS DETAILED SPECIFICATIONS PART II CONSTRUCTION SPECIFICATIONS DETAILED SPECIFICATIONS PART III MATERIALS • PAGE N^. PAGE NO. 1 2 4 7 10 12 16 31 33 46 r • l at - !i UNITED STATES FIDELV-`�: ARANTY COMPANY We o, _;ae t (A Stec Company) ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND Jerry D. Sweetser, Inc.r FaxettevilleA AR as Principal, hereinafter called Principal, and UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the State of Maryland and authorized to do business in the State of Arkansas, as Surety, hereinafter called Surety, are held and firmly bound unto pity of as Obligee, hereinafter called Owner, in +he amount of....hlitte,...T.b.Q.U.Santh.sQfe...buxu zad....t fl ty... .S.eL..eXl...1 IQp L,�.�27 ...4Fl, 5....r5.Q.l:�,.Q.Q.r.n..e..a.A.r..r..r..r. Dollars jb..../..6..[..r.Q..........), for the payment whereof Principal and Surety bind themselves, their heirs, personal representatives, successors and assigns, jointly and severally, firmly by these presents. Principal has by written agreement dated May 20, 198 entered into a contract withOwnerfor furnishing all labor and material for the construction of Highway 71 Bypass &Porter Road Interchange sewer relocation for the City of Fayetteville, AR in accordance with plans and specifications prepared by City Engineer. , which contract h by reference made a part hereof, and h hereinafter referred to as the Contract. THE CONDITION OF THIS OBLIGATION is such that 0 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 +he 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 all indebtedness for labor or materials furnished or performed under said Contract, failing which such persons shall have a direct right of action against the Principal and Surety, jointly and severally, 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 +he Surety exceed the sum set out herein. Executed on this 29th day of May 19 80 etarys, . .�%�- i' : ` 3 ;? J:.r..Y 1.. U By rescie STATES FI cipal ELITY AND GUARANTY COMPANY, Surety —,1 AttoTh n-fccf' Ix" - By. .. Neil Danner icca tc Czal Contract 158 (Arkansas) (1047) • •1113 aaou ntvg fo lano3 aouadng ay/ /0 1/aat0 aenog •H ;sego» EL 61 '0 'V ` RePl jo Asp Inst s143 'p1o3911 3o ;moj a 8upq auras aql AID aa0mpleg 30 mm00 a0uadnS a41 30 leas ay; xgpe pus putty Am las olaaaq I '/oaaayy ,Cuowp;eal uj •ammsu8!s aulnua2 s!q aq of animals atp anagaq Aluan pas '/smoN Nes a41 30 SuppMpueq atp t M palu!nnbas ate 3 flg1 A3paa0 aaqun3 1 -u!aaayt papaoaaa aq ox spaap 3o pseud ao 'slvam2paJMompe asp put sgmeo 1ams!unupe 01 MEI Aq pazyolpnt pue u1OMs put pauolss!mm0a hpnp 'a1Ompleg 3o Apo a41 103 pat u! 'putt/selq 3o ale1S am 30 aggnd Aat20N t Supp °s p amp atp 1e sem 'amtu sty pagtnsgns olaaayl sty INA put 'apem aaaM n Aepg3e paxauue am motile auopaq `as nbs3 ` jjnV • r ;aegaaH ;rn1 Apuaa Agaaaq op lease set; pus 'pm3ag I° U"0O e s! unop 4a!4.% `M O auomp1Eg 1° amo0 aopadns am 30 mato ` annoy •H ;aagou 41 (pauSls) (L9.6) £ 93 K' a (YYas) C •ottgnd Aamopr `AID 3g0I1II IVs QM4V7A11VIQ 40 31VIS jjnV •r ;zagzaf (pau8tg) (RV3s) •• Ili •61 '0 'V 'Ain' ux step ;sag amp sandxa vo!senumoa AIN •Ausdmoj aq; 30 'AlaAlpadsaa '•(as;aaaaS me16!ssy pUE luap!saad-aa!A sa Japes mpg Aq o1aaag1 sameu nay; pau9!s Lay; ;nap pus 'Ilan • modtoo pies go mopaal0 j0 pimp ay; 3o lapao Aq paxg os sent ;! Imp 'leas a;caodaoa vans sem Aauaouy 30 aaMod pies 01 paxgge leas ay; ley; : uopeaodaoa pies 30 leas ay; Maui! ;pea hay; ley; :Aauaony 3o aaMod Suloea/0j atp paumaxa ga!4M pue a! paquasap uopeaod • aoa 94; 4ANVdI40O A.LNVIIV00 ONV A1,113013 S9LVIS 03.LINfl p199 a41 3° Aae;aaaas Iue;s!ssy am pull Iuaplsaad-aa!A ay; dlaAlaadsaa aaaM .zaR011 •1 PTAeg pue •Sr •iijrag •At meals -tag P!us me magi 1291 !punk/TR 'anompleg 30 Ano atp u! papal day; ;mp plan 'uloM6 Ajnp hg Eaanas am Aq Ru!aq mist 'palulenboe Agtuosaad me 3 1110411 p° Toy glpM'AusdmoD plus 30 Aaalaaaas Iuelslssy' zaROg •'j PTAEU Put ANVdNIOO AINVIUV00 (INV AII'I301d S3LV.S G31.11111 asp 10 luap!saad-aa!A' •Jr •gjeas 'At u1ei;Sag amen Agauosaad am aaopaq ' £161 •0 'y ' Rey, I° Asp 113 SZ 9141 110 •Am;anas lumrmry ze.Cog •Z pTAeg -luaprraad-a33A •zr 'Rjeag •A1 mez;zag .cg 'xNVd1110O AINViIVnn ONV AItI30I3 S3LVIS 031IN0 :ss 'ALIO 31101fLL'IV!I 'UNV'IAUVN JO 3LVIS (!Ivas ) EL61 '0 V ' Rey( y;1/4 etz.1.-- `a,( � 30 hap 11:SZ s!y1 'Aae;aaoas Iue1s!ssy pus luap!saad-aa!A sl! 30 samltu9!s a41 Aq pa;sans Alnp 'leas a;ei9Ado3js; j2TMtt 9 j aq 0 luaumt;su! ;gmpasnea sett ANN/d1103 AINVI1V11O QNV ALI130I1 S3LVLS 03IIN0 P!29 941 799:191/41:4.199u0211 uj- v. •swasaad asayl 3o anuli Aq saspuaadagty u! ogjh ijroy< Aau 9 i4 zauueg IT9g //rte 'oma pies 941 1anaos1E4M put ge suuguOa put sagnea Agway '5101aan0 10 pxeog sl! 'sn 42noayl •ANVdIQOO ALNVIIVOO 0NV ALI130I3 SILVIS 03IIN0 P1H6 941 puE :haulm)! 30 aaMod s!1I1 30 Iced a apeur pue paroling °aata4 s! ga!gle jo Adoa pag!uaa a 'ANVd1NOO ALNVIIVOO QNV ALI130I3 S3IVLS 03LIN0 Ms 941 go saomaan0 30 Frog am go uonnlosaa alp u! 41ao3 las amt; pua mar pe pus Ave uuopaad pue op AlaApaadsaz ox pue 'spuoq ge pue Aue a5palleomgaa put Seas 'amoaxa 01 pue `01 A;ams se aunts slg tags oI :$M ox 'sasodmd Su!Mogo3 aql aoa ee3ue)lzV gee Ue71.IV 3o 21E1g am aoa pua m Annus 1n3Ma1 put anal s•1! 30 aluxg0jlTA01.1.aRe,3 3o Alp °p 30 ,zauueg ITaN lu!odds pue alnlpsuoa Agaaaq scop `pue3Aaa3% go alms atp u! `atotuppg jo MD a4; le aag3o Iedpupd s1! Suuey puts •pue!daeL4 10 alms ayI 30 sleep ay; aapun 9unslxa pue pazluasiao uoputodtoa e • ANVdNVOO ALNVIIV00 0NV AIPI30L1 S3LVIS 03IIN0 1941 seas °M ASNF!OLLid 30 HSM0d 'IVUSMHD .IdOD CI3I3ILI137 :e;uasatd Bray; .4 uaf4' 1p many ss 1 1 - COPY OF RESOLUTION 1 That Whereas, it is necessary for the effectual transaction of business that this Company appoint agents and attorneys with power and authority to act for it and in its name in States other than Maryland, and in the Territories of the United States and in the Provinces of the Dominion of Canada and in the Colony of Newfoundland. Therefore, lie it Resolved, that this Company do, and it hereby does, authorize and empower its President or either of its Vice. Presidents in conjunction with its Secretary or one of its Assistant Secretaries, under its corporate seal. to appoint any person or persona as attorney or attorneys -in -fact, or agent or agents of said Company, in its name and as its act. to execute and deliver any and all con• tracts guaranteeing the fidelity of persons holding positions of public or private trust, guaranteeing the performances of contracts other than insurance policies and executing or guaranteeing bonds and undertakings. required or permitted in all actions or proceedings, or by law allowed, and Also, in its name and as its attorney or attorneys•in-fact, or agent or agents to execute and guarantee the conditions of any and all bonds, recognizances, obligations, stipulations, undertakings or anything in the nature of either of the same, which are or may by Lw, municipal or otherwise, or by any Statute of the United States or of any State or Territory of the United States or of the Provinces of the Dominion of Canada or of the Colony of Newfoundland, or by the rules, regulations, orders, customs, practice or discretion of any board, body, organization, office or officer, local, municipal or otherwise, be allowed, required or permitted to be executed, made, taken, given, tendered, accepted, filed or recorded for the security or protection of, by or for any person or persons, corporation, body, office, interest, municipality or other association or organization whatsoever, in any and all capacities whatsoever, conditioned for the doing or not doing of anything or any conditions which may be provided for in any such bond, recognizance, obligation, stipulation, or undertaking, or anything in the nature of either of the same. I, David M. Engler , an Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY, do hereby certify that the foregoing is • fall, true and correct copy of the original power of attorney given by said Company to Neil Danner of Fayetteville, Arkansas , authorizing and empowering hits to sign bonds as therein set forth, which power of attorney has never been revoked and is still in full force and effect. And I do further certify that said Power of Attorney was given in pursuance of a resolution adopted at a regular meeting of the Board of Directon of said Company, duly called and held at the office of the Company in the City of Baltimore, on the lith day of July, 1910, at which meeting a quorum of the Board of Directors was present, and that the foregoing is a true and correct copy of said resolution, and the whole thereof as recorded in the minutes of said meeting. In Testimony Whereof, I have hereunto set my hand and the seal of the UNITED STATES FIDELITY AND GUARANTY COMPANY -on (Date) May 20, 1980 Assistant Secretary. tE- ADVERTISEMENT FOR BIDS Project No. W.O 2633 City of Fayetteville, Arkansas (Owner) Separate sealed bids for Hwy 71 Bypass & Porter Rd Interchange - Sewer Relocation will be received by Sturman Mackey at the office of Purchasing and Budgeting until 10.00 o'clock (A.M.-RRA g' S.T. D.S.T.) April 15 19 80, and then at said office publicly opened and read aloud The Information for Bidders, Form of Bid, Form of Contract, Plans, Specifications, and Forms of Bid Bond, Performance and Payment Bond, and other contract documents may be examined at the fol -lowing: City Engineer's Office, City Administration Building, 109 West Mountain Street, Fayetteville, Arkansas Copies may be obtained at the office of City Engineer located at City Admininstration Bldg. upon payment of $ 10.00 for each set. The owner reserves the right to waive any informalities or to reject any or all bids. Each bidder must deposit with his bid, security in the amount, form and subject to the conditions provided in the Information for Bidders. Attention of bidders is particularly called to the requirements as to conditions of employment to be observed and minimum wage rates to be paid under the contract. No bidder may withdraw his bid within 30 days after the actual date of the opening thereof. (Date) 1 Sturman Mackey, Purchasing & d ge ting Officer • • L BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, as Principal, and as Surety, are hereby held and firmly bound unto as owner in the penal sum of for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. Signed this day of 19 The condition of the above obligation is such that whereas the Principal has submitted to certain bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the a NOW THEREFOR, (a) If said Bid shall be rejected, or in the alternate. (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid. then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of the obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid; and said Surety does hereby waive notice of any such extension. 2 • • • L • IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. Principal Surety SEAL BY: 3 • PROPOSAL FOR SCHEDULE I (A UNIT PRICE CONTRACT) Place Date 1i9 7etre vi IIP P, Proposal of e .Q D Sw P P S ,e e a corporation* organized and existing under the laws of the State of , and qualified to do business in the State of Arkansas; a Partnership* consisting of - an Individual* trading as TO THE CITY OF FAYETTEVIT.T.F, ARKANSAS: • The bidder in compliance with your invitation for bids for the construction of Hwy 71 Bypass & Porter Rd Interchange - Sewer Relocation having examined the Plans and Specifications with related documents and the site of the pro- posed work, and being familiar with all the conditions surrounding the work, including the availability of materials and labor, hereby proposes to furnish all labor, material, and supplies required to be furnished, and to construct the project in accordance with the Contract Documents, and at the unit prices stated below. These prices are to cover all expenses incurred in performing the work required under the Contract Documents, of which this proposal is a part. Bidder hereby agrees to commence work under this contract on a date to be specified in a written "Word Order" of the Engineer, and to fully complete the project within 20 consecutive calendar days. Bidder acknowledges receipt of the following addenda: * Fill out applicable blank 4 • MIE ITEM NO. ESTIMATED QUANTITY AND DESCRIPTION *(1) 485 L.F.'of 10" D.I.P. Class 50 (2) 130 Tons SB2 UNIT** PRICE Q/J TOTAL didozfrt Dolla Ou /LC 57J s S/ Ye) o. (3) 4 C.Y. Class A Concrete Dollars s /d"O d $ /3040,6 $ g•c/D $ 3 a,Ud 9%.ce>, JS • TOTAL $ ottaAL iZ;M te.,„S) y`40414:11 :r l Zo 1-. - �'- V tot *NOTE: Fittings, bedding SB -2, and solid rock excavation shall ail je�fluined in the unit price of pipe. E.= "':1- =. **Unit prices to be shown in words and figures. In case o61disc2epan�cey/amount shown in words will govern. �'�yt)i i1:..13% �� ' • • J ** Unit prices to be shown in words and figures. shown in words will govern. The above unit prices shall overhead, profit, insurance, etc kinds called for. In case of discrepancy amount include all labor, materials, bailing, shoring, ., to cover the finished work of the several Bidder understands that the Owner reserves the right to reject any or all bids and to waive any informalities in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of Sixty (60) calendar days after the scheduled closing time for receiving bids. Upon receipt of written notice of the acceptance of this bid, bidder will execute the formal contract attached within ten (10) days and deliver the Surety Bond or Bonds as required by Paragraph 8 of t Geral Conditions. The bid security attached in the sum of Sp is to become the property of the Owner in th�even the contract and bond are not executed within the time above set forth, as liquidated damages for the delay and additional expense to the Owner caused thereby. Respectfully Submitted: E tY D , set"ed By SEAL - -if bid is by a corporation p 86)7),? 1;49'er-re✓1/I( (Busine s Address and zip ode) 6 Am- 77 7o) • • • ARKANSAS PERFORMANCE AND PAYMENT BOND (14-604 Arkansas Statutes) KNOW ALL MEN BY THESE, PRESENTS: • That we (1) a (2) , hereinafter called "Principal" and (3) of , State of hereinafter called the "Surety", are held and firmly bound unto (4) , hereinafter called "Owner" in the penal sum of dollars ($ in lawful money of the United States, for the payment of which sum well and truly to be made, said principals and Surety bind themselves, their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with the Owner, daCed the day of , 19 , a copy of which is attached and made a part hereof for the construction of: NOW, THEREOFRE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions, and agree- ment of said contract during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, and shall promptly make payment to all persons, firms, subcontractors and corporations furnishing material for or performing labor in the prosecution of the work provided for in such contract, any any authorized extension or modification thereof, all amounts due for, but not limited to, materials, lubricants, oil, gasoline, coal and coke, repair on machinery, equipment and tools consumed or used in connection with the construction of said work, fuel oil, camp equipment, food for men, feed for animals, premium for bonds and liability and workmen's compensation insurance, rentals on machinery, equipment and draft animals; also for taxes or payments due the State of Arkansas or any political subdivisions thereof which shall have arisen on account of, or in connection with, the wages earned by workmen covered by the bond; and for all labor performed in such work whether by subcontractor or otherwise, then this obligation shall be void, otherwise to remain in full force and effect. 7 The -Eurety` agrees the terms of this bond shall cover the payment by the principal of not less than the prevailing hourly rate of wages as determined by the Arkansas Department of Labor or U. S. Secretary of Labor, whichever is greater, to all workmen performing work under the contract. PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alternation, or addition to the terms of the contract or to the work to be performed thereunder of the specifications accompanying the same, shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract as to the work or to the specifications. PROVIDED FURTHER, that no final settlement between the Owner and the contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in six (6) counterparts, each of which shall be deemed an original, this day of , 19 . ATTEST: • (PRINCIPAL) BY SECRETARY (PRINCIPAL) (TITLE) (SEAL) (ADDRESS) WITNESS AS TO PRINCIPAL (SURETY) BY ADDRESS ATTORNEY-IN-FACT ATTEST: SECRETARY (SURETY) (SEAL) WITNESS AS TO ATTORNEY-IN-FACT ADDRESS ADDRESS NOTE: Date of Bond must not be prior to date of Contract. (1) Correct name of Contractor (2) A Corporation, a Partnership, or an individual, as case may be (3) Correct name of Surety (4) Correct name of Owner (5) If Contractor is Partnership, all partners shall execute bond (6) This bond must be filed with the Circuit Court of the County where the work is to be performed, prior to the start of const- ruction - (7) Must be executed by Arkansas Local Resident Agency for Surety • • CONTRACT AGREEMENT 1. This Contract and Agreement, made and entered into this 20th day of May , 19 80, by and between the City of Fayetteville, Arkansas, Party of the First Part, acting through its' duly authorized representative, and Jerry D. Sweetser, Inc. Party of the Second Part: WITNESSETH: That for and in consideration of the payments to be made as hereinafter set forth, the Party of the Second Part hereby agrees to furnish all tools, labor, equipment, materials, and supplies required to be furnished and to construct the improvements designated as Hwy 71 Bypass and Porter Road Sewer Relocation for the City of Fayetteville, Arkansas, in exact accordance the Plans on file at the office of the Party of the First Part, and Specifications, Proposals, Stipulations, and Special Provisions attached hereto and made a part hereof as fully as though copied herein, under the direct supervision and to the entire satisfaction of the Party of the First Part and in accordance with the laws of the State of Arkansas. 2. It is further agreed and understood by and between the parties hereunto that the Party of the First Part agrees to pay and the Party of the Second Part agrees to accept as full and final compensation for all work done under this agreement, the unit prices named in the Proposal which is hereto attached, such payment to be made in lawful money of the United States, at the time and in the manner set forth in the Specifications. 3. The Party of the Second Part agrees, for the consideration above expressed, to begin and complete the work within the time specified in the Proposal. If the Party of the Second Part shall fail to complete the work in the time specified, he shall pay to the Party of the First Part, as liquidated damages, ascertained and agreed, and not in the nature of apenalty, the amount specified in the Proposal for each day delayed, for each Schedule delayed, which shall be deducted from the final amount to be paid under the contract, provided that extensions of time with waiver of liquidated damages may be granted as provided for in the Specifications. 4. The Party of the Second Part agrees to furnish a Bond, with an approved Surety thereon, guaranteeing the performance of this Contract, as required by the laws of the State of Arkansas, and for not less than one hundred (100) percent of the amount of this contract. Said Bond shall be conditioned on full and complete performance of this Contract and acceptance by the Water and Sewer Department for the payment of all labor and materials entering into or incident to the proposed improvements and shall guarantee the work against faulty workmanship or materials for a period of one (1) year after completion. The Surety on said Bond shall 10 • } i .? be a Surety Company of financial resources satisfactory to the Party of the First Part, and authorized to do business in the State of Arkansas. 5. The Party of the Second Part agrees also to carry Public Liability Insurance, Property Damage Insurance, and Workmen's Compensation Insurance in amounts as required bythese Specifications. 0 WITNESS OUR HANDS THIS ,7S -ri-'‘ DAY OF AP 42, �Q� ItilIT S. I.v z 3iflat SEAA�AL4-- :anY.) �t i . i CITY OF FAYETTEVILLE ,FAYETTEVILL RKANSAS By )tar WITNESS: ,a/ea/ cc 77 �. BUSINESS ADDRESS • Or or Affix; Corporate Se a+Lll 2(if any) 11 7c2 70 / • • EIMME INSTRUCTIONS TO BIDDERS 1. 9UALIFICATIONS OF CONTRACTORS: Before submitting a bid, bidders must be licensed under the terms of Act 150 of the 1965 Acts of the Arkansas General Assembly, and the successful bidder must be legally qualified in all respects to do business in the State of Arkansas. When called upon to do so after receipt of Proposals, bidder shall prepare a Financial Statement, Experience Record, and Equipment Schedule. These statements shall reflect the current status of the bidder. The statements of each bidder must show net liquid assets or credit facilities in an amount of not less than fifteen (15) percent of the total amount bid. Each bidder must ha -e had at least three (3) year's experience in construction of similar improvements and must have successfully completed at least three (3) such projects. Each bidder must have equipment available which, in the opinion of the Engineer, is adequate to complete the work under these Specifications in the time allowed for completion. Should any bids be received from bidders whose statement, when filed, fail to show that the bidder's qualifications meet the minimum requirements above -enumerated, such bids may be rejected. 2. LOCAL CONDITIONS: Bidders shall read the Specifications, examine the Plans, and make their own estimates of the existing facilities and the difficulties which will attend the execution of the work called for by the proposed Contract, including local conditions, uncertainty of weather, and all other contingencies. Bidders shall satisfy themselves by personal examination of the location of the proposed work, and by such means as they may choose, as to actual conditions and requirements. Information derived from the Plans and Specifications or from the Engineer or his assistants shall not relieve the bidder of this responsibility. 3. PROPOSAL GUARANTEES: Proposals must be accompanied by either a certified or cashier's check, drawn on a National Bank or a bank having membership in the Federal Reserve System, or a Bid Bond executed by a satisfactory Surety. The proposal guarantee shall be in an amount not less than five (5) percent of the bid and made payable to the Contracting Authority to whom the Proposal is made. A lesser amount will not be accepted. The proposal guarantee, or other bid qualifications, shall be sealed in a separate envelope firmly attached to the outside of the sealed Proposal. The outer envelope shall be opened first, and if the documents are not found to be in order, the sealed Proposal shall be returned to the bidder unopened. The amount of any check or bond shall be retained by the Contracting Authority as liquidated damages in case the bidder neglects or refuses to enter into a contract and to furnish the required contract bond within ten (10) days after the prescribed contract and bond forms are presented for signature. 12 • • • Checks of unsuccessful bidders will be returned immediately after • a contract has been executed. PROPOSALS: (a) Proposals shall be strictly in'accord with the prescribed forms, furnished with the Specifications. Any modifications or deviations therefrom may be considered sufficient cause for rejection. (b) The bidder shall state in words and figures the lump sum and unit prices for which he proposes to do each item of work covered by the Proposal. In case words and figures do not agree, the words shall govern and the figures shall be disregarded. (c) It is to be understood that the lump sum required in the Proposal is for the furnishing of all materials required to be furnished and the doing of all work required under these Contract Documents, including items for which no quantities are given, and the quantities given in the "List of Variable Quantities" at the end of the Proposal. The "Unit Prices for Variation of Quantities" required are for adjustment of the "Basic Bid" by reason of variation of actual variable quantities from the quantities given in the "List of Variable Quantities". In case unit prices are not required, it is to be understood that the lump sum required in the Proposal is for the furnishing of all materials required to be furnished and the doing of all work required under these Contract Documents. (d) Proposals may be submitted for any or all Schedules, if more than one Schedule is included in the work, but bidders submitting a proposal for a "construction" Schedule must submit a proposal for any other Schedule of work incident thereto, such as "Electrical" and "Plumbing". Where a bidder bids on more than one Schedule and desires to accept the proposal, but any reservation on the part of the bidder to make a decision on what Schedules he will accept after bids are opened will render the bid null and void. - (e) Proposals must be signed, in writing, by an individual authorized to bind the bidder. (f) Proposals must be submitted complete, with all other Contract Documents in their original binding as furnished by the Engineer. They must be submitted at the place and on or before the time specified in the Advertisement for Bids. (g) Proposals must be submitted in sealed envelopes addressed to the Contracting authority, and clearly marked on the outside of the envelope, "Proposal for Construction Contract" to be opened at (date and time). The Bidder's current Arkansas Contractor's license number must be marked on the envelope. (h) The Contracting Authority will not consider bids covering only a portion of these Specifications. 13 J (i) The unbalancing of bids will not be tolerated. Evidence of material unbalancing will be considered cause for rejection. 5. MODIFICATION OF BIDS: No modification of bids already submitted will be considered unless such modifications are received prior to the hour set for opening. 6. BID BONDS, CONTRACT BONDS, AND INSURANCE: Attention of bidders is called to Act 82 of the 1935 Acts of the Arkansas General Assembly, which requires that all bid bonds, performance bonds, labor bonds, employer's liability insurance, public liability insurance, workmen's collective insurance, and property damage insurance must be secured through resident agents of Arkansas. 7. CLARIFICATION OF CONTRACT DOCUMENTS: If any person contemplating submitting a bid for the proposed contract is in doubt as to the true meaning of any part of the Plans, Specifications, or other proposed Contract Documents, he may submit to the Engineer a written request for any interpretation thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation of the proposed Documents will be made only by an Addendum duly issued, and a copy of such Addendum will be mailed to each person who has previously secured or who subsequently secures a set of Documents The Contracting Authority will not be responsible for any other explanations or interpretations of the proposed Documents. 8. EXECUTION OF CONTRACT DOCUMENTS: Following the award and within ten (10) days, provided for in the Proposal, the successful bidder shall properly execute five (5) counterparts of the Contract Documents • 9. BASIS OF AWARD: Bids will be considered on the basis of the total bid price or prices given in the Proposal. In the event Unit Prices are required they will not be considered except that evidence of serious unbalancing of the Unit Prices shall be considered cause for rejection of bids. The Contract(s) will be awarded to the bidder (or bidders in the case of more than one Schedule of Work) submitting the lowest and best bid (or combination of bids), considering the contractor's experience and ability to do the work, and the character and quality of the equipment he proposes to furnish. The Contracting Authority reserves the right to select such bids or combination of bids which in its opinion would serve its interest best. The Contracting Authority reserves the right to select between any Alternatives in the Proposal. 14 • •