Loading...
HomeMy WebLinkAbout80-80 RESOLUTION1 1110 .. .. 1 7 - ♦A RESOLUTION NO. J6-37() A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT WITH MCCLINTON ANCHOR COMPANY FOR IMPROVEMENTS TO SOUTH BLOCK AVENUE AND 13th STREET UNDER THE CITY'S COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM. 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 a contract with McClinton Anchor Company for improvements to South Block Avenue and 13th Street under the City's Community Development Block Grant Program. A copy of the contract authorized for execution hereby is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this day of APPROVED: *-er 7°4 synt,e TTE Z t ry i T A =4✓J -_ CIT Y:GLERK 444 'cy 1980. MICROFILMED CERTIFICATE OF RECORD State of Arkansas ( SS City of Fayetteville ( I, Bonnie Goering, City Clerk and Ex -Officio recorder for the City of Fayetteville, do here- by certify that the annexed cr foregoing i5 of record in my office and the same ap- pears in Ordinance et Resolution book t page Witness my hand and sea thiss � --day of 19_10„ City Clerk and Ex -O -f 11f111111III(IIIIhlIIiIIIIIIln1111111Nl11111111 "STREET, DRAINAGE, AND P IMPROVEMENTS" COMMUNITY DEVELOPMENT DEPARTMENT City of Fayetteville, Arkansas PROJECT NO. 7802 -WP IUIIIIIIIIIUIIIIIIIIIIIIIIIIIl iIIIUIIUllII IITUIIJIIIiIIIIUIllUIUIN • FRED. S. JAMES & CO. OF ARKANSAS, INC. 1220 West Third Street Little Rock, Arkansas 72203 5011376-6651 We, ARKANSAS STATUTORY PERFORMANCE & PAYMENT BOND - MCCLINTON—ANCHOR CO. DIVISION OF ASHLAND—WARREN, INC. as Principal, hereinafter called Principal, and INSURANCE COMPANY OF NORTH AMERICA as Surety, hereinafter called Surety, are held and firmly bound unto CITY OF FAYETTEVILLE, ARKANSAS as Obligee, hereinafter called Owner, in the amount of TWO HUNDRED EIGHT THOUSAND NINE HUNDRED FORTY TWO AND 85/100 Dollars($ 208,942.85 ), 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 entered into a contract with Owner for STREET, DRAINAGE & PARKING LOT -IMPROVEMENTS COMMUNITY DEVELOPMENT PROJECT #78-02—WP, BLOCK AVENUE, 13TH STREET, AND WALKER PARK PARKING LOT 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 all indebtedness for labor or materials furnished or performed under said contract falling 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 representa- tives, 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. This bond is given in compliance with act 351 of 1953 as amended. 18th day of Executed on this August 19 80 :47 '(�! let,(� 1-war'C_ +Fj_ MCCLINTON-ANCHOR=.CO_zY: DIVISION OF ASHLAND -WA rincip 1 REN: n 5 z. Y N`7i `1 1:r "ati .i JCOMPANY OF. NORTHi.3AM RICA,, INSURAN y Attorney-in-fact Jack East, Jr. • eie.iai:11•178 • r q I' POWER OF ATTORNEY INSURANCE COMPANY OF NORTH AMERICA PHILADELPHIA, PA. Know all men by these presents: That INSURANCE COMPANY OF NORTH AMERICA, a corporation of the Commonwealth of Pennsylvania, having its principal office in the City of Philadelphia, Pennsylvania, pursuant to the following Resolution adopted by the Board of Directors 'of the said Company on May 28, 1975, to wit: • "RESOLVED, pursuant to Articles 3.6 and 5.1 of the By -Laws, the following Rules shall govern the execution for the Company of bonds, undertakings, recognizances, contracts and other writings in the nature thereof: (11 That the President, or any Vice -President, Assistant Vice -President, Resident Vice -President or Attorney -in -Fact, may execute fot and in behalf of the Company any and all bonds, undertakings, recognizances, contracts and other writings in the nature thereof, the same to be attested when necessary by the Secretary, an Assistant Secretary or a Resident Assistant Secretary and the seal of the Company affixed thereto; and that the President or any Vice -President may appoint and authorize Resident Vice -Presidents, Resident Assistant Secretaries and Attorneys -in -Face to so execute or attest to the execution of all such writings on behalf of the Company and to affix the seal of the Company thereto. (2) Any such writing executed in accordance with these Rules shall be as binding upon the Company in any case as though signed by the President and attested by the Secretary. (31 The signature of the President or a Vice -President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to this Resolution, and the signature of a certifying officer and the seal of the Company may be affixed by. facsimile to any certificate of any such power, and any such power or certificate hearing such facsimile signature and seal shall be valid and binding on the Company. (4) Such Resident Officers and Attorneys -in -Fact shall have authority to certify or verify copies of this Resolution, the By -Laws of the Company. and any affidavit or record of the Company necessary to the discharge of their duties. . 15) The passage of this Resolution does not revoke any earlier authority granted by Resolution of the Board of Directors on lune 9, 1953." does hereby nominate, constitute and appoint JACK EAST, JACK EAST, JR. JAMES E. DANIEL, DONALD R. HENDERSON and JUDY FRANKS, all of the City of Little Rock, State of Arkansas , each individually if there be more than one named, its true and lawful attorney-in-fact, to make, execute, seal and deliver on its behalf, and as its act and deed any and all bonds, undertakings, recognizances, contracts and other writings in the nature thereof. And the' execution of such writings in pursuance of these presents, shall be as binding upon said Company, as fully and amply as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office. IN WITNESS WHEREOF, the said C.,..DANIEL.DRAKE , Vice -President, has hereunto subscribed his name and affixed the corporate seal of the said INSURANCE COMPANY OF NORTH AMERICA this let day of July 19 7fi INSURANCE COMPANY OF NORTH AMERICA (SEAL) STATE OF PENNSYLVANIA COUNTY OF PHILADELPHIA ss. by CP. DANIEL..DRUZ Vice -President On this lac day of JtaY , A. D. 19 76 , before me, a Notary Public of the Commonwealth of Pennsylvania, in and for the County of Philadelphia, came C.....DANIEL..D.M , Vice -President of the INSURANCE COMPANY OF NORTH AMERICA to me personally known to be the individual and officer who executed the preceding instrument, and he acknowledged that he executed the same; that the seal affixed to the preceding instrument is the corporate seal of said Company; that the said corporate seal and his signature were duly affixed by the authority and direction of the said corporation, and that Resolution, adopted by the Board of Directors of said Company, referred to in the preceding instrument, is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my official seal at the City of Philadelphia, the day and year first above written. 19AURZEN SCHELI �y Pes'u` i Notary:P.blic. AMERICAdo hereby certify that w, ii in' full force and effect. affixecPthekoiporate seal commission expires Auml1stt 13 11979 undersigned, Assistant Secretary of INSURANCE COMPANY OF NORTH OWER OF ATTORNEY, of which the foregoing is a full, true and correct ness whereof, I have hereunto subscribed my name as Assistant Secreta ation, this day of II SEI -IC 7/75 Printed In U.S.A. r-- ssistant Secretary t 1 C`lIhis is 1n (Clet-tifn to INSURANCE COMPANY OF NORTH AMERICA CERTIFICATE OF INSURANCE Community Development Department City of Fayetteville' Fayetteville, AR 72701 that •the following described policy or policies, providing insurance only for hazards checked by "X" below, have been issued to: McClinton -Anchor Co. P.O. Box 1367 Fayetteville, AR 72701 covering in accordance with the terms thereof, at the following location(s): Name and Address of Insured— Contractual Footnote: Subject to all the policy terms applicable, specific contractual liability coverage order agreements / ❑ all contracts (check applicable blocks) between the Insured and: s provided as respects ❑ a contract / ❑ purchase Name of Other Party' Dated (if applicable): Contract No. (if any)' Description (or Job). Block Ave., 13th St . , Walker Park Parking Lot ,T1»SURANCN COMPANOF AIORTH AMERICA ` E. 01 It is the intention of the company that in the event of cancelation of the policy or policies by the company, ten (10) days' written notice of such cancelation will be given to you at the address stated above. LC -354d 1. ORIGINAL A thorized Representative (OVER) TYPE OF POLICY HAZARDS POLICY NUMBER POLICY PERIOD LIMITS OF LIABILITY (al Standard Workmen's 12-1-79/80 6 Renewals Statutory W. C. Compensation & x RSC–C14840953 thereof to $ 500,000 One Accident and Employers' Liability - 12-1-82 Aggregate Disease (b) General Premises - Liability Operations, (Including $ Each Person ) "Incidental Contracts" as defined X on reverse of this form) ' Elevators 2 X LAB 2 52 16 12-1-79/80 $ 1,000,000 Each ❑Accident El Occurrence p Independent Contractors X & Renewals oCAL m Completed Operations/Products x 22 60 25 thereof to de- 12-1-82 $ 2,000,000 Aggregate–Completed Contractual, (Specific type as scribed in footnote below) Operations/Products Premises Operations, (Including "Incidental Contracts" as defined a, on reverse of this form) F x ❑ $ 1,000,000 Each 0 Accident 2 Occurrence o` Elevators X LAB 2 52 16 12-1-79/80 $ 2,000,000 Aggregate—Prem./Oper. 2 Independent Contractors & Renewals $ 2,000,000 Aggregate—Protective 22 60 25 to $ 2,000,000 Aggregate—Completed a Completed Operat ions/ProductsCAL x thereof Operations/Products L 12-1-82' Contractual, (Specific type as de- scribed in footnote below) X $ 2,000,000 Aggregate—Contractual (c) Automobile Owned Automobiles Liability n LAB 2 52 16 12-1-79/80 $Each Person 09 •Hired Automobiles & Renewals ❑ Accident $ 1,000,000 Each ® Occurrence thereof to co x 22 60 25 Non -owned Automobiles CAL 12-1-82 Owned Automobiles X LAB 2 52 16 12-1-79/80 0 Accident $ 1,000,000 Each t o of Hired Automobiles ❑ & Renewals ® Occurrence noNon-owned Automobiles X CAL 22 60 25 thereof to 12 1 82 (d) Contractual Footnote: Subject to all the policy terms applicable, specific contractual liability coverage order agreements / ❑ all contracts (check applicable blocks) between the Insured and: s provided as respects ❑ a contract / ❑ purchase Name of Other Party' Dated (if applicable): Contract No. (if any)' Description (or Job). Block Ave., 13th St . , Walker Park Parking Lot ,T1»SURANCN COMPANOF AIORTH AMERICA ` E. 01 It is the intention of the company that in the event of cancelation of the policy or policies by the company, ten (10) days' written notice of such cancelation will be given to you at the address stated above. LC -354d 1. ORIGINAL A thorized Representative (OVER) • INSURANCE COMPANY OF NORTH AMERICA PHILADELPHIA PENNSYLVANIA Proposal or Bid Bond KNOW ALL MEN BY THESE PRESENTS, THAT WE MCCLINTON—ANCHOR COMPANY, DIVISION OF ASHLAND—WARREN, INC. as principal, and the INSURANCE COMPANY OF NORTH AMERICA, a corporation organized and existing under the laws of the Commonwealth of Pennsylvania, having its principal place of business at Philadelphia, Pa., as surety, are held and firmly bound unto CITY OF FAYETTEVILLE, ARKANSAS as obligee, in the penal sum of FIVE PER CENT OF AMOUNT BID DOLLARS, lawful money of the United States of America, for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. SIGNED, sealed and dated this 29th day of July A. D 19 80 WHEREAS, the said principal is herewith submitting proposal for STREET, DRAINAGE & PARKING LOT IMPROVEMENTS, COMMUNITY DEVELOPMENT PROJECT #78 -02 -WP, BLOCK AVENUE, 13TH STREET & WALKER PARK PARKING LOT ' THE CONDITION OF THE ABOVE OBLIGATION IS SUCH, that if the aforesaid principal shall be awarded the contract, the said principal will within the period specified Therefor, or, if no period be specified, within ten (10) days after the notice of such award enter into a contract and give bond for the faithful performance of the contract, then this obligation shall be null and void, otherwise the principal and the surety will pay unto the obligee the difference in money between the amount of the bid of the said principal and the amount for which the obligee may legally contract with another party to perform the work if the latter amount be in excess of the former; in no event shall the liability hereunder exceed the penal sum hereof. PROVIDED AND SUBJECT TO THE CONDITION PRECEDENT, that any suits at law or proceedings in equity brought or to be brought against the Surety to recover any claim hereunder must be instituted and service had upon the Surety within ninety (90) days after the acceptance of said bid of the Principal by the Obligee. McCLINTON—ANCHOR COMPANY, DIVISION OF ASHLAND—WARRENS INC. • SS -1946 PRINTED IN USA. BY: )effia. I URANCE COMPANY OF NORTH AMERICA S Attorney -in -Fact • • POWER OF ATTORNEY • anti INSURANCE COMPANY OF NORTH AMERICA PHILADELPHIA, PA. Know all men by these presents: That INSURANCE COMPANY OF NORTH AMERICA, a corporation of the Commonwealth o Pennsylvania, having its principal office in the City of Philadelphia, Pennsylvania, pursuant to the following Resolution adopted by the Board of Directors bf the said Company on May 28, 1975, to wit: "RESOLVED, pursuant to Articles 3.6 and 5.1 of the By -Laws, the following Rules shall govern the execution for the Company of bonds, undertakings, recognizences, contracts and other writings in the nature thereof: 111 that the President, or any Vice -President, Assistant Vice -President, Resident Vice -President or Attorney -in -Fact, may execute for and in behalf of the Company any and all bonds, undertakings, recognizances, contracts and other writings in the nature thereof, the same to be attested when necessary by the Secretary, an Assistant Secretary or a Resident Assistant Secretary and the seal of the Company affixed (hereto; and that the President or any Vice -President may appoint and authorize Resident Vice -Presidents, Resident Assistant Secretaries and Attorneys -in -fact to so execute or attest to the execution of all such writings on behalf of the Company and lo affix the seal of the Company thereto. (2) Any such writing executed in accordance with these Rules shall be as binding upon the Company in any case as though signed • by the President and attested by the Secretary. (3) The signature of the President or a Vice -President and the seal of the Cornpany may be affixed by facsimile on any power of attorney granted pursuant to this Resolution, •and the signature of a certifying officer and the seal of the Company may be affixed by, facsimile to any certificate of any such power, and any such power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. (4) 'Such Resident Officers and Attorneys -in -Fact shall have authority to certify or verify copies of this Resolution, the By -Laws of the Company, and any affidavit or record of the Company necessary to the discharge of their duties. ISI The passage of this Resolution does not revoke any earlier authority granted by Resolution of the Board of Directors on June 9, 1953." • does hereby nominate, constitute and appoint JACK EAST, JACK EAST, JR. JAMES E. DANIEL, DONALD R. HENDERSON and JUDY FRANKS, all of the City of Little Rock, State of Arkansas • , each individually if there"be more than one named, its true and lawful attorney-in-fact, to make, execute, seal and deliver on its behalf, and as its act and deed any and all bonds. undertakings, recognizances, contracts and other writings in the nature thereof. And the execution of such writings in pursuance of these presents, shall be as binding upon said Company, as fully and amply as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office. IN WITNESS WHEREOF, the said C....DANIEL._DRAKE , Vice -President, has hereunto subscribed his name and affixed the corporate seal of the said INSURANCE COMPANY OF NORTH AMERICA this lat day of July 19 76 INSURANCE COMPANY OF NORTH AMERICA !SEAL by.......C.....DANIEL ..DRAKE STATE Of PENNSYLVANIA COUNTY OF PHILADELPHIA [ ss. On this 18.t• day of Joky A. D. 19 76 , before me, a Notary Public of the Commonwealth of Pennsylvania, in and for the County of Philadelphia, came CA. ..DANIEL ..DRAKE , Vice -President of the INSURANCE COMPANY or NORTH AMERICA to me personally known to be the individual and officer who executed the preceding instrument, and he acknowledged that he executed the same; that the seal affixed to the preceding instrument is the corporate seal of said Company; that the said corporate seal and his signature were duly affixed by the authority and direction of the said corporation, and that Resolution, adopted by the Board of Directors of said Company, referred to in the preceding instrument, is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my official seal at the City of Philadelphia, the day and year first above written. Vice -President j�rESTA• Jam\ Notary Public. commission expires August 13 19 7.9 undersigned, Assistant 5ecretar? of INSURANCE COMPANY OF NORTH AMERICA, do hereby certify that al� 11OWER OF ATTORNEY, of which the foregoing' is a full, true and correct is in full force and effect. tness whereof, I have hereunto subscribed my name as Assistant Secretafy an affixed the corporate seal ration; this 29th day of r NAUREEN. _S CIIET�I. sa It 7n5 Printed In U.S.A. ssistsnt Secretary • ..14/0th ' ..//f&iauid AR. R.L.S. NO. 649 AR. P.E. NO. 3825 OKLA. P.E. NO. 10740 OKLA. R.L.S. NO. 1038 .A.Mo7/a,w< c . Ars soc .e, Ste: c0izythar/i5 and tkini fyily 205 WEST CENTER FAYETTEVILLE. ARKANSAS 72701 (501) 4434724 • • 00u✓r/aSC 5ifli5Ioui. AR. R.I.S. NO. 852 MO. R.L.S. NO. 1816 July 25, 1980 AMENDMENT TO PLANS & SPECIFICATIONS For COMMUNITY DEVELOPMENT DEPARTMENT PROJECT NO. 780244P Re: Storm Sewer Secifications To All Bidders: All plans and specifications for said project shall be changed and/or amended to requirethe following specifications for storm drainage pipe: 1. Corrugated metal pipe up thorugh 2411 shall be 16 ga. under streets and 18 ga. other places. 2. Corrugated metal pipe over 2411 shall be 14 ga. under streets and 16 ga. other places. 3. All corrugated metal pipe shall be asphalt (bituminous) coated. • /� t C, �) `%/i Melvin L. Milholland, P.E. Project Engineer cc: Mr. Richard Mason, Director C -D Department MLM/cdw • • • Akkih..r J1d404601 AR. R.L.S. NO. 648 AR. P.E. NO. 3825 OKLA P E NO. 10740 OKLA. R.L.S. NO. 1038 Number Two Re: ✓11i/luo/111/1 / 8c ✓tsrrialrs,�icG viyarec wy and JwvJ Jii/9 205 WEST CENTER FAYETTEVILLE. ARKANSAS 72701 (501) 443-4724 July 28, 1980 AMENDMENT TO SPECIFICATIONS For COMMUNITY DEVELOPMENT DEPARTMENT PROJECT NO. 7802 -WP "ALTERNATE PROPOSALS" Summary Page and "SUMMARY OF BID" Page • :ogyhJ 47 malwW AR. R.I.S. NO. 852 MO. R.L.S. NO. 1816 To All Bidders: All specifications for said project shall be changed and/or amended on said pages as follows: ALTERNATE PROPOSALS - (Paragraph 4) "The bidder agrees that this bid shall be good and may not be withdrawn for a period of 30 calendar days after the scheduled closing time for receiving bids." SUMMARY OF BID - (Paragraph 3) "The bidder agrees that this bid shall be good and may not be withdrawn for a period of 30 calendar days after the scheduled closing time for receiving bide." • Melvin L. Milholland, P.E. Project Engineer cc: Mr. Richard Mason, Director C -D Department MLM/cdw • • itaiwz1 AR. R:L.S. NO. 648 AR. P.E. NO. 3825 OKLA. P.E. NO. 10740 OKLA. R.L.S. NO. 1038 ✓iitizo// nd (Co Assockutee, ?& '. &ytureew y andjiww ij»y 205 WEST CENTER FAYETTEVILLE. ARKANSAS 72701 (501) 443-4724 July 28, 1980 ADDENDUM NO. 1 TO SPECIFICATIONS For COMMUNITY DEVELOPMENT DEPARTMENT PROJECT NO..7802-WP Mmol Re: 'Page 10 "Bid For Unit Price Contracts" • • Qouy/ae' ✓ %fila y AR. R.L.S. NO. 852 MO. R.L.S. NO. 1816 To All Bidders: All specifications for said project shall have the following amounts added and/or addended to the described sentences: • "in the written "Notice to Proceed" of the Owner and to fully complete project within 180 consecutive calendar days thereafter..." "Bidder further agrees to pay as liquidated damages, the sum of $ 100.00 for each consecutive calendar day thereafter..." cc: Mr. Richard Mason, Director C -D Department • MLM/cdw • Kelvin L. Milholland, P.E. Project Engineer • • • • "STREET, DRAINAGE, AND PARKING LOT IMPROVEMENTS" For COMMUNITY. DEVELOPMENT DEPARTMENT CITY OF.FAYETTEVILLE, ARKANSAS PROJECT NO. 7802 -WP • PROJECT LOCATION: Block Avenue 13th Street "Walker Park" Parking Lot COMMUNITY DEVELOPMENT DEPARTMENT DIRECTOR: Mr. Richard Mason. ADDRESS: P.O. Drawer "F" 530 North College Avenue Building "B" Fayetteville, Arkansas 72701 TELEPHONE: 501-442-6657 MILHOLLAND ENGINEERING AND SURVEYING COMPANY ENGINEER: Mr'. Melvin L. Milholland, P.E. ADDRESS: 205 West Center Street Fayetteville, Arkansas 72701 TELEPHONE: 501-443-4724 • • T A BLE OF CON T' E N TS L. Form No. Advertisement for Bids 4238-A Information for Bidders 4238-8(R) Bid Bond 4238-E Bid for Unit Price or Lump Sum Contracts 4238-D 4238-C Certification of Bidder Regarding Equal Employment Opportunity 4238 -CD -1 Certification by Proposed Subcontractor Regarding Equal Employment Opportunity • Certification of Bidder Concerning Labor Standards & Prevailing Wage Requirements Certification of Proposed Subcontractor Concerning Labor Standards and Prevailing Wage Requirements 4238 -CD -2 1412 1422 Contract 4238-F Bonding and Insurance Requirements (For Recipient Information Only) FMC 74-7 (B) Performance & Payment Bond (In Conformance with State Law) Certificate of Owner's Attorney 4238-J General Conditions 4238-S(R) Supplemental General Conditions 4238-N(R) Supplemental General Conditions - Special Equal Opportunity Provisions --Part 8 Supplemental General Conditions - Certification of Compliance with Air and Water Acts Part 9 Supplemental General Conditions - Special Conditions Pertaining to Hazards Part 10 Federal Wage Decision, Minimum Wage Rates State Wage Determination, Minimum Wage Rates Technical Specifications F U.S. DEPARINENI' OF HOUSING AND URBAN DEVELOPMENT • ADVERTISEMENT FOR BIDS IltD-4238-A (5-6G) Project No. 7802 -WP City of Fayetteville, Arkansas (Owner) Separate sealed bids for Street Drainage, & Parking Lot Improvements for City of Fayettcville,_Arkansas will be received by Community Development Department, City of Fayetteville, Ar. at the office of Cpmmunity Development Department, 530 N. Collue, Fayetteville until 10:00 o'clock A.M. D.S.T., July 30, 1980, and then at said office pub- licly opened and read aloud. The Information for Bidders, Form of Bid, Form of Contract, Plans, Speci- fications, and Forms of Bid Bond, Performance and Payment Bond, and other con- tract documents may be examined at the following: Milholland Engineering and Surveying Compeny, 205 West Center Street, Fayetteville, Arkansas. • Copies may be obtained at the office of Milholland Engineering &.Surveyin8 located at 205 West Center Street, Fayetteville, Arkansas upon payment of $30.00 for each set. Any unsuccessful bidder, upon returning such set promptly and in good condition, will be refunded $00.00 , and any non -bidder upon so returning such a set will be refunded $00.00 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 con- ditions 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. -2- (Richard Mason, C -D Director) • U.S. DEPARiM7•:N'I' OF IIOUSJN'I ANI) URIAN DEVELOPMENT HUD -4238-11(R) INFORMATION FOR BIDDERS 1. Receipt and Opening of Bids The City of Fayetteville, Arkansas (herein called the "Owner"), invites bids on the form attached hereto, all blanks of which must be appropriately filled in. Bids will be received by the Owner at the office of Community Development Department until 10:00 o'clock (A.M. er,7ugy )OQWQ4D.S.T.) July 30 ,1980 , and then at said office publicly opened and read aloud. The be sealed, addressed to Mr. Richard Mason, (530 N. College, Fayetteville) at P.O. Drawer "F," Fayetteville, Arkansas envelopes containing the bids must Director, Community Development Dept, 72701 and designated as Bid for "Streeti,Drainage, & Parking Lot Improvements" The Owner may consider informal any bid not prepared and submitted in accord- ance with the provisions hereof and may waive any informalities or reject any and all bids. Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No bidder may withdraw a bid within 30 days after the actual date of the opening thereof. 2. Preparation of Bid Each bid must be submitted on the prescribed form and accompanied by Cert- ification by Bidder Regarding Equal Employment Opportunity. Form HUD -4238 -CD -1. All blank spaces for bid prices must be filled in, in ink or typewritten, in both words and figures, and the foregoing Certification must be fully com- pleted and executed when submitted. Each bid must be submitted in a sealed envelope bearing on the outside the name of the bidder, his address, and the name of the project for which the bid is submitted. If forwarded by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed as specified in the bid form. 3. Subcontracts The bidder is specifically advised that any person, firm, or other party to whom it is proposed to award a subcontract under this contract -- a. Must be acceptable Lo the Owner after verification by the IIUD Area Office of the current eligibility status, and, b. Must submit Form HUD -4238 -CD -2, Certification by Proposed Subcon- tractor Regarding Equal Employment Opportunity. Approval of the proposed subcontract award cannot be given by the Owner unless and until the proposed subcontractor has submitted the Certifications and/or other evidence showing that it has fully complied with any reporting require- ments to which it is or was subject. IF Telegraphic Modification Any bidder may modify his bid by telegraphic communication at any time prior to the scheduled closing Lime for receipt of bids, provided such telegraphic communication is received by the Owner prior to the closing time, and, provided further, the Owner is satisfied that a written confirmation fo the telegraphic modification over the signature of the bidder was mailed prior to the closing time. The telegraphic communication should not reveal the bid price but should provide the addition or subtraction or other modification so that the final prices or terms will not be known by the Owner until the sealed bid is opened. If written confirmation is not received within two days from the closing time, no consideration will be given to the telegraphic modification. 5. Method of Bidding The Owner invites the following bid(s): "Street, Drainage, and Parking Lot Improvements" • 6. Qualifications of Bidder The Owner may make such investigations as he deems necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request. The Owner reserves 'the right to reject any bid if the evidence submitted by, or investigation of, such bidder fails to satisfy the Owner that such bidder is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. Conditional bids will not be accepted. 7. Bid Security Each bid must be accompanied by cash, certified check of the bidder, or a bid bond prepared on the form of bid bond attached hereto, duly executed by the bidder as principal and having as surety thereon a surety company approved by the Owner, in the amount of 5% of the bid. Such cash, checks or bid bonds will be returned to all except the three lowest bidders within three days after the opening of bids, and the remaining cash, checks, or bid bonds will be returned promptly after the Owner and the accepted bidder have executed the contract, or, if no award has been made within 30 days after the date of the opening of bids, upon demand of the bidder at any time thereafter so long as he has not been notified of the acceptance of his bid. 8. Liquidated Damages for Failure to Enter into Contract The successful bidder, upon his failure or refusal to execute and deliver the contract and bonds required within 10 days after he has received notice of the acceptance of his bid, shall forfeit to the Owner, as liquidated damages for such failure or refusal, the security deposited with his bid. 9. Time of Completion and Liquidated Damages Bidder must agree to commence work on or before a date to be specified in a written "Notice to Proceed" of the Owner and to fully complete the project within 780 consecutive calendar days thereafter. Bidder must agree also to pay as liquidated damages, the sum of $ 100.00 for each consecutive calendar day thereafter as hereinafter provided in the General Conditions. r • • 10. Conditions of Work Each bidder must inform himself fully of the conditions relating to the con- struction of the project and the employment of labor thereon. Failure to do so will not relieve a -successful bidder of his obligation to,furnish all material and labor necessary to carry outthe provisions of his contract. Insofar as possible the.contractor, in carrying out his work, must employ such methods or means as will not cause any interruption of or interference with the work of any other contractor. 11. Addenda and Interpretations No interpretation of the meaning of the plans, -specifications or other pre- bid documents will be made to any bidder orally. Every request for such interpretation should be in writing addressed to Milholland Engr.. & Surv. Co. at 205 W. Center, Fayetteville, Ar. 72701 and to be given consideration must be received at least five days prior to the date fixed for the opening of bids. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the specifications which, if issued, will be mailed by certified mail with return receipt requested to all prospective bidders (at the respective addresses fur- nished for such purposes), not later than three days prior to the date fixed for the opening of bids. Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the contract documents. 12. Security for Faithful Performance Simultaneously with his delivery of the executed contract, the Contractor shall furnish a surety bond or bonds as security for faithful performance of this contract and for the payment of all persons performing. labor on the project under this contract and furnishing materials in connection with this contract, as specified in the Gerneral Conditione,included herein. The surety on such bond or bonds shall be a duly authorized surety company satisfactory to the Owner. 13. Power of Attorney Attorneys -in -fact who sign bid bonds or contract bonds must file with each bond a certified and effectively dated copy of their power of attorney.. 14. Notice of Special Conditions Attention is particularly called to those parts of the contract documents and specifications which deal -with the following: (a) '(b) (c) (d) Inspection and testing of materials. Insurance requirements. Wage rates. Stated allowances. 15. Laws and Regulations The bidder's attention is directed to the fact that all applicable State laws, municipal ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the contract throughout, and they will be deemed to be included in the contract the same as though herein written out in full. 16. Method of Award - Lowest Qualified Ridder If at the time this contract 18 Lo be awarded, the lowest base bid submitted by a responsible bidder docs not exceed Lite amount of funds then estimated by the Owner as available to finance the contract, the contract will be awarded on the base bid only. If such bid exceeds such amount, the Owner may reject all bids or may award the contract on the base bid combined with such deducti- ble alternates applied in numerical order in which they are listed in the Form of Bid, as produces a net amount which is within the available funds. 17. Obligation of Bidder At the time of the opening of bids each bidder will be presumed to have inspected the site and to have read and to be thoroughly familiar with the plans and contract documents (including all addenda). The failure or omission of any bidder to examine any form, instrument or document shall in no way relieve .any bidder from any obligation in respect of his bid. • • -6- • • 1 • Supplement to Form HUD-4238-B(R) INFORMATION FOR BIDDERS 18. SAFETY STANDARDS AND ACCIDENT PREVENTION With respect to all work performed under this contract, the contractor shall: • 1. Comply with the safety standards provisions of applicable laws, building and construction codes and the "Manual of Accident Prevention in Construction" published by the Associated General Contractors of America, the requirements of the Occupational Safety and health Act of 1970 (Public Law 91-596). 2. Exercise every precaution at all times for the prevention of accidents and the protection of persons (including employees) and property. 3. Maintain at his office or other well known place at the job site, all articles necessary for giving first aid to the injured, and shall make standing arrangements for the immediate removal to a hospital or a doctor's care of persons (including employees), who may be injured on the job site. In no case shall employees be permitted to work at a job site before the employer has made a standing arrangement for removal of injured persons to a hospital or a doctor's care. • • • -7- • • • 1 { 111111-i,j 1:{-1. U.S DEBAI{TNIEN'1' OF IIOIISiNC AND URBAN DEVIiLOI'NENT (2_hG) (Formerly CFA -238-E) B1D 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 sever- ally bind ourselves, our heirs, executors, administrators, successors and assigns. Signed, this day of The condition of the above obligation is such that whereas the Pringipal has submitted to a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the • 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 perform- ing labor or furnishing materials in connection therewith, and shall in all other respects perform ttie 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 this obligation as herein stated. • • • The Surety, for value received, Hereby stipulates and agrees that the obligations of said Surety and its bond shill 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. 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 Le hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. • SEAL By: (Principal) (Surety) • •