Loading...
HomeMy WebLinkAbout99-80 RESOLUTIONRESOLUTION NO. r 1 0 A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CHANGE ORDER IN THE CITY'S STREET CONSTRUCTION CONTRACT WITH McCLINTON ANCHOR CONSTRUCTION COMPANY TO PROVIDE FOR THE PAVING OF 7th STREET FROM CHURCH TO LOCUST. 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 change order in the City's street paving contract with McClinton Anchor Construction Company to provide for the paving of 7th Street from Church to Locust. A copy of the change order authorized for execution hereby is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this /i,i/ day of SpreAel 1980. ATTEST: Lit-WI/Yu 9WittLO, CITY CLERK APPROVED: MAYOR MICROFILMED CERTIFICATE Or RECORD State of Arkansas City of Fayetteville ( SS I, Bonnie -Goering, ;;y Cl.;,k a;.d Ex-Offici recorder for the City of F aycttevi:le, do here- by certify that the annexed er foregoing of record in my office and the same ap- pears in Ordinance el Resolution bool: at page.' _ Witness cep hand and seal this /9'1A- dew &' ,�2fs�°'' .II ClaJ 19 c70 U,1.cnC1n. �Qp��Q� City Clerk and E:;-Offi.i • • 4 /i9El • leD- a- /1 MICROFILMEO ACCEPfEDD-- above prices and specifications of this Change Order are satisfactory and are hereby accepted. All work to be performed under sar e terms and conditions as specified in original contract unless otherwise stipulated. Date 'chard Mason, 'rector H°ME oLi3o)C5 ... , ,.... Milholland Engineering &Surveying .• ':, 25 East Center Street .. `' • FAYETTEVILLE, ARKANSAS 72701 Phone 443-4724 TO _ McClinton -Anchor Company CHANGE ORDER NO - 3 - ADDRESS Fayetteville, Arkansas DATE 9-19-80 PHONE JOB NAME AND LOCATION. " 7th Street, Fayetteville, Arkansas - JOB NUMBER - - - Community Development Department : DATE OF EXISTING CONTRACT Incorporate into contract with the C -D Department,_City of FayetEevillerPfoject.Nd 7999_10,__that;portion_of 7th_ - Street itemized as "Alternate Deduct No. 1" in original. ect..proposal_a unit lump .sumlisted in __pro.] -and _prices said alternate deduct. Alsop construction time shall __remain the. same as stipulated tract • (Copy of "Alternate in_said__proposal_ and con- Deduct No. 1" attached).. Note: This revision becomes part of, and in conformance with, the existing contract WE AGREE hereby to make changes as specified above. at this price $ •7Gr 93s oc a� /n - Date �. — iv • .. . - PREVIOUS CONTRACT AMOUNT $ _ ` \ arr —.r PP--, .., REVISED CONTRACT TOTAL $ ( McC1' • qn-Anc horized gnature)l or company ACCEPfEDD-- above prices and specifications of this Change Order are satisfactory and are hereby accepted. All work to be performed under sar e terms and conditions as specified in original contract unless otherwise stipulated. Date 'chard Mason, 'rector • • I1111111111111111111fu Ji 1111110llllllUhIl11111l111111l1111111110lHilll1111l11111111111111111l11111ITU Community Development Project No. 7909-10 =_ "STREET & STORM DRAINAGE IMPROVEMENTS" (7th St" Sherman Ave., & 5th St.) =_ •City of Fayetteville, Arkansas EE • • • 517 MICROFILMED • INSURANCE COMPANY OF NORTH AMERICA PIIILADELPIIIA 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 21st day of May A. D. 19 80 WHEREAS, the said principal is herewith submitting proposal for PROJ. 7909-10 STREET & DRAINAGE IMPROVEMENTS, EAST 5TH STREET, WEST 7TH STREET AND SHERMAN AVENUE, FAYETTEVILLE, ARKANSAS 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 -WARREN, INC. -, BY: egilq& INSUR y( E COMPANYQ-F NORTH ERIC �. C=: G�-6C/ East, Jr., Attor-Fact RS -1946 PRINTED IN US.A. 111 j-(SFNotary Public. commission expires August 13, 1979 hundersigned, AssistarIl Secretary of INSURANCE COMPANY OF NORTH AMERICA, do hereby certify that OWER 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 Secreta »' an affixed the corporate seal ration, this 21St day of M { IIVJUKH[NLC Lt.Jsvlrnn 1 t,r IVVn 111 PHILADEUPHIA, PA. Know all men by these presents: Thai 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: (1) 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 thereto; and that the President or any Vice -President may appoint and authorize Resident Vice -Presidents, Resident Assistant Secretaries and Attorneys -in -fart 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. ;,r • (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 lo 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 Mlnrneys-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. (5) 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 PRANKS, all of the City of Little Rock, State of Arkansas a , each individually if there be more than one named, its true and lalvful 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.DBAXv 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..-..• (SEAL) INSURANCE COMPANY OF NORTH AMERICA by C. D.AN.IEL..DRAKE Vice -President S1ATE OF PENNSYLVANIA COUNTY OF PHILADELPHIA ss. .. On this 1st day of duly , A. D. 19 7fi before me, a Notary Public of the Commonwealth of Pennsylvania, in and for the County of Philadelphia, came G....DANIEL ..DRAKE - 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 ofPhiladelphia, the day and year first above written. . MUREEN...$CUEkL aa-tc 7/75 PtIntrd'- ssistanl Secretary Milholland & 205 West Cent Fayetteville, Gentlemen: GENERAL OFFICE 5714550 Associates, Inc. er Arkansas 72701 5011 1367. FAYETTEVAEE. ARKANSAS 12701 May 21, 1980 RE: Street & Drainage Improvements Community Development City of Fayetteville Project No. 7909-10 • Due to the longevity of our company which has been continuously in business since 1947 and because of our corporate experience, we make the following statement. In the past 32 years we have completed approximately 6,500 projects which includes federal, state, city and private work. Our volume is in excess of 10 million per year. As to equipment, we have available all necessary equip- ment for any size ,lob at any time. As to the laboratory engineers which will service this job, it will be Northwest Engineers and Laboratory, 505 W. Ash, Fayetteville, AR, phone 443-4535. If any further information is required or needed, please contact our office at P.O. Box 1367, Fayetteville, AR, phone 521-3550. Sincerely, • C.K. j6nes,/Vice President McCLINTONyANCHOR COMPANY DiviSlen' of Ashland -Warren, Inc. CKJ/csh JX JS# R. R.L.S. NO. 648 AR. P.E. NO. 3825 OKLA P E NO. 10740 OKLA R L S NO. 1038 1. 2-. 2" Hot mix with 6" SB -2 Aisth:ateds, S. 4vtheerthy andtfunicou:y 205 WEST CENTER FAVETTEVILLE. ARKANSAS 72701 (501) 443-4724 May 12,'1980 ALTERNATE DEDUCTIONS No. 1 - UNITS ITEMIZED: Curb and Cutter LI 90 lis • 0015dat % renlalgaiI6 AR. R.I.S. NO. 852 MO. R.L.S. NO. 1816 Earthwork Volume: 53 a. Cut 3.0� b. Fill • 4. Concrete reinforced drive ramps. 5. Concrete sidewalk 770° 1-V 6. Adjust sanitary sewer manhole 7. Adjust gate valve and box /Cs op S,S. 6C 8. Storm sewer: a. Concrete drop inlets AY 663-.0o b. 18" C.M.P. c. 15" R.C.P. d. Remove and dispose of 12" R.C.P. 2.o.00 CLEARIFICATION NOTE: 3 0° Asphalt prime of sub -base shall be incorporated into the bid 12 - .5th Street 12 - -Sherman.Avenue 13-b.:'-:7th;Street_. =: • 723.7 L.F. 3,)eY-22 1,120.87 s.Y. $,01Y.22 378.0 L_Y. ai ya3 S 743.0 Truck ards Oc 3 ea, cfi .23/.01 1,380.5 S.F. (, 6w.y, y95:00 3 each 1 each SS. 00 2 each 43.0 L.F. 16.0 L.F. 13.0 L.F. /,a10- 00 11 032 . 06 220. ou (Approx.) items numbered: VL)n5 is to ftertifn t0 CERTIFICATE OF INSURANCE Community Development City of Fayetteville Fayetteville, Arkansas Dept. 72701 that the following described policy or policies, providing insurance only for hazards checked by "X" below, have been issued to: Name and Address, of Insured— McClinton-Anchor Company P.O. Box 1367 Fayetteville, AR 72701 covering in accordance with the terms thereof, at the following location(s): TYPE OF POLICY HAZARDS POLICY,NUMBER POLICY PERIOD LIMITS OF LIABILITY (a) Standard Workmen's Compensation Employers' Liability & RSC—C14840953 • 12-1-79/80 & P.enewals thereof to 12-1-82 Statutory W. C. $ 500,000 One Accident and Aggregate Disease x :5 (b) c t General Premises "Incidental on reverse Elevators IndependentID Completed Contractual, scribed in - Liability Operations, Contracts" of this Contractors Operations/Products (Specific footnote • (Including as defined form) type as de- below) X❑ LAB 2 52 16 CAL 22 60 25 12-1-79/80 & Renewals thereof to 12-1-82 $ Each Person $ 1,000,000 Each ❑ Accident Occurrence • 82,000,000 A ate—Completed ggreg 'Operations/Products X x x X 0 Accident $ 1,000,000 Each ® Occurrence $ 2,000,000 Aggregate—Prem./Oiler. $ 2,000,000 Aggregate—Protective $ 2,000,000 Aggregate—Completed Operations/Products $ 2,000,000 Aggregate—Contractual 12-1-79/80 & Renewals thereof to 12-1-82 • LAB 2 52 16 CAL 22 60 25 re g 2 " o Q. Premises Operations, (Including "Incidental Contracts" as defined on reverse of this form) Elevators Independent Contractors Completed Operations/Products Contractual, (Specific type as de- scribed in footnote below) X x x x v3 oz 03 (c) Automobile Owned Automobiles Hired Automobiles Liability LAB 2 52 16 CAL 22 60 25 12-1-79/80 &Renewals thereof to 12-1-82 $ Each Person 000 Each ❑ Accident '. $ 1,000, ® Occurrence fi x X Non -owned Automobiles 0 Accident $ 1,000,000 Each ® Occurrence LAB 2 52 16 CAL 22 60 25 12-1-79/80 & Renewals thereof to 12 3 82 X Owned Automobiles ..).-4)0Il of Hired Automobiles ugNon-owned Automobiles X (d) Contractual Footnote: Subject to all the policy terms applicable, specific contractual liability coverage is provided as respects ❑ a contract / ❑ purchase order agreements / ❑ all contracts (check applicable blocks) between the Insured and: Name of Other Party' Dated (if applicable). Description (or Job). St Contract No (if any)• & Drainage Improvements - Project #7909-10 It is the intention of the company that in the event of cancelation of the policyorpolicies by the company, ten (10) days' written notice of such ij cancelation will be given to you at the address stated above. LC -354d 1. ORIGINAL ' (P7ISURANCfc COMPANY OF WEN AMERICA rl Authorized Representative (OVER] RESOLUTION NO. .;)04-41/6 A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT WITH McCLINTON ANCHOR COMPANY FOR THE CONSTRUCTION OF IMPROVEMENTS TO FIFTH STREET, SEVENTH STREET, AND SHERMAN AVENUE. 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 the construction of improvements to Fifth Street, Seventh Street and Sherman Avenue at a total contract price of $181,772.99. A copy of the contract authorized for execution hereby is attached hereto, marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this d --day of ATTEST: APPROVED: ASSISTANT MAYOR / ,1980. CERTIFICATE Oirm RECORD State of Arkansas ( SS City of Fayetteville I, 13onnie. Goering, City Clerk and ^«-Offici 1 recorder for the City of Fayatteviiie, do herr, by certify that the annexed cc f<._c oin,ti of record in my ofiica and the me pears in Ordinance C? Resolution busk (//// ..t page itncss r..r; hand and seal�this7"27419 day r,: I97 J� . City Clerk and Ex • "STREET AND DRAINAGE IMPROVEMENTS" For COMMUNITY DEVELOPMENT DEPARTMENT CITY OF FAYETTEVILLE, ARKANSAS PROJECT NO. 7909-10 PROJECT LOCATION: East 5th Street West 7th Street Sherman Avenue COMMUNITY DEVELOPMENT DEPARTMENT DIRECTOR: Mr. Richard Mason ADDRESS: 530 North College Avenue Building "B" Fayetteville, Arkansas 72701 TELEPHONE: 501-442-6657 MILHOLLAND COMPANY, ENGINEERING AND SURVEYING ENGINEER: Mr. Melvin L. Milholland, P.E. ADDRESS: 205 West Center Fayetteville, Arkansas 72701 TELEPHONE: 501-443-4724 • TABLE OE CONTENTS Advertisement for Bide Information for Bidders Bid Bond Bid for Unit Price or Lump Sum Contracts Certification of Bidder Regarding Equal Employment. Opportunity Certification by Proposed'Subcontractor Regarding Equal Employment Opportunity Certification of Bidcler, Concerning Labor Standards & Prevailing Wage Requirements Certification of Proposed Subcontractor Concerning Labor Standards and Prevailing Wage Requirements Contract Bonding and Insurance Requirements (For Recipient Information Only) Performance & Payment Bond (In Conformance with State Law) Certificate of Owner's Attorney General Conditions Supplemental General Conditions Form No. 4238-A 4238-B(R) 4238-E 4238-D 4238-C 4238 -CD -1 4238 -CD -2 1412 1422 4238-F FMC 74-7 (B) 4238-J 4238-S(R) 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 L Part 10 Federal Wage Decision, Minimum Wage Rates State Wage Determination, Minimum Wage Rates Technical Specifications HUD -4232-.. (- U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT • ADVERTISEMENT FOR BIDS roject No. 7909-10 City of Fayetteville, Arkansas --(Owner) Separate sealed bids for Street and Storm Drainage Improvements for 7634.42 S.Y. of Asphalt Street Surfacing, 6464.9 L.F. Concrete Curb and Gutter, 673.0 L.F. Storm Sewer Pipe, 15 each Drop Inlets and Junction Boxes, and other miscellaneous work. will be received by Community Development Director, Richard Mason, at the office of Community Development, 530 North College, Building "B", Fayetteville, Ar. until 10 o'clock (A.M.-XXX. . S.T. X D.S.T.) May 21. , 1980 and then at said office publicly 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 contract documents may be examined at the following: Engineer's Office: Milholland Engineering and Surveying, Consulting Engineer 205 West Center Fayetteville, Arkansas Copies may be obtained at the officeof the. Engineer .. ..• located at 205 West Center, Fayettevillei Arkansas upon payment of $225.00 for each set. Any unsuccessful bidder, upon returning such set promptly and in good condition, will be refunded his payment, 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 sub- ject 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 45 days after the actual date of the opening thereof. • Date Richard Mason, C -D Director i U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT • INFORMATION FOR BIDDERS 1. Receipt and Opening of Bids The City of Fayetteville, Arkansas HUD -4238-8(R) the "Owner"), invites, bids on the form (herein called attached hereto, all blanks of which must be appropiately filled in. Bids will be received by the Owner at the office of Community Development Department until 10:00 o'clock A.MXECFK, DST )04WDST May 21 , 19 80 , and then at said office publicly opened and read aloud. bids must be sealed, addressed t The envelopes containing the o Community Development Dept., City of Fayette - villeat 530 N. College, Fayetteville, Ar. 72701 and designated as Bid for "Street & Drainage Improvements" • The Owner may consider informal any bid not prepared and submitted in accordance with the provision 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 45 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 Certification by Bidder Regarding Equal Employment Opportunity, Form HUD - 4238 -CD -1, and Certification by Bidder (Contractor), concerning Labor Standards and Prevailing Wage Requirements, Form HUD -1421. All blank spaces for bid prices must be filled in, in ink or typewritten, in both words and figures, and the foregoing Certifications must be fully completed 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 to the Owner after verification by the HUD Area Office of the current eligibility status, and, b. Use submit Form HUD -4238 -CD -2, Certification by Proposed Subcontractor Regarding Equal Employment Opportunity and Certification by Proposed Subcontractor Concerning Labor Standards and Prevailing Wage Require- ments, Form HUD -1422. Approval of the proposed subcontract award can- not 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 requirements to which it is or was subject. Although the bidder is not required tq attach such Certifications by proposed subcontractors to his bid, the bidder is here advised of this. requirement so that the appropriate action can be taken to prevent subsequent delay tn'subcontract award's.' 4. Telegraphic Modification Any bidder may modify his bid by telegraphic communication at any time prior to the scheduled closing time 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 of 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)g' Street and Drainage Improvements 43. 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 submittted 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 57. 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 bide, and the remaining cash, checks, or bid bonds will be returned promptly after the Owner and the accepted bidder have executed • • igoim the contract, or, if no award has been made within41)days after the date of the opening of bide, 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 180 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. 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 out the 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 Engineering & Surveying at205 W. Center, Fayetteville, Ar. 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 speci- fications which, if issued, will be mailed by certified mail with return re- ceipt 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 material° in connection with this contract, as specified in the General Conditions 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 par.ts.of,,the,contract documents and specifications which deal with the following,:, I, i, . ; t, (a) (b) (c) (d) Inspection and testing of materials.,;., H;. Insurance requirements. Wage rates. , Stated allowances. 15. Laws and Regulation s .r. 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 Bidder If at the time this contract is to be awarded, the lowest base lid submitted by a responsible bidder does not exceed the 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 deductible 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 in-' spected 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. • • Supplement to Form,HUD-4238-B(R) INFORMATION FOR'ABIDDERS: 18. SAFETY STANDARDS AND.ACCIDENT.PREVENTION With respect to all work performed„uixder 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), and the requirements of Title 29 of the Code of Federal Regulations, Section 1518 as published in the "Federal Register", Volume 36, No. 75, 'Saturday, April 17, 1971. 11 N..1 .I ,ni 1. ,•i. :1,.. •.i' 2. Exercise every precaution at all times for the prevention of accidents and the protectionof persons:(including employees) and ptoperty. 3. Maintain at his•office or other well known place at thejob 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 doctorts care of persons•(including employees), who may be injured on the job site., In no case shall employees be permitted t000rk at ajob site before the employer has made a standing arrangement fop removal, of, injured persons to a hospital or a doctor's care. HUD -4238-E U.S DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT (2-66) (Formerly CFA -238-E) BID BOND"' • KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, held and firmly bound unto in the penalsum of as. Principal, and as Surety, are hereby • as owner 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 , 19' . The condition of the above obligation is such that whereas the Pringipal has submitted to a certain Bid, attached hereto and herehy,madeia part hereof,,to,enter into,a contract in writing, for the • . . . NOW, THEREFOR, (a) (b) If said Bid shall be rejected, or in the alternate, 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 lobor 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 this obligation as herein stated. • • • • • The Surety, for valuer 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. 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... . - !if ,.,• (LOS.) SEAL By: (Principal) . .1 Surety)1''' "' ry • • s. U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPM±NT • BID FOR UNIT PRICE CONTRACTS MrCLINTON-ANCHOp Cd. layh(Vn Of Ashland•Wercen, Inc Proposal of r Place FAtLnnVIGeF_, PAK .' Date . Mn'( 721, )9S'() Project No. !909'19 , (hereinafter called "Bidder")* a corporation, organized and existing under the lawn of the: t 0 >?TIo State of 1) E L A W A R. ,* a Go. orM an individual doing Business as ' "`T0:the CML oMkNirti VeF l. VELdpMNi � BDEP r (hereinafter called "Owner") ,+Gentlemen. 'The Bidder, in compliance with your. invitation for bids for the construction • of a SYR_;-irr fit.. r fid SS7. TN T_ having examined the plans and specifications with related documents and the site of the proposed, work, and being familiar with all of the conditions surrounding the construction of the proposed project including the availability of materials and labor, hereby proposes to furnish .ail labor, materials, and supplies, and to construct'the project in' accordance.with the contract documents, within the time set forth therein, and at the 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 or before a date to be.specified in written "Notice_ to Proceed" of the Owner and to fully . complete the project within 180 .' consecutive calendar days thereafter as stipulated in .the specifications,. :Bidder further agrees to pay as liquidated damages, the .sun of $ 100.00. ' for each consecutive calendar day thereafter as hereinafter provided'in Paragraph 19 of the General Conditions. Bidder -acknowledges receipt*"the: following addendum: • n ci . r. cGfcn Ict CRT/ eel" L111/1S10N 22 S/S' g0 Insert corporationpartnership 6* individual as applicable. ,UD -4238D (2-69) Replaces .Hes' CFA-238=Darhich ie. obsolete k • ♦.uu[� W,�12