HomeMy WebLinkAbout123-83 RESOLUTION•
•
RESOLUTION �1_A 3-ov
rar
A RESOLUJTION AUTHORIZING THE MAYOR AND CITY CLERK
TO EXECUTE A CONTRACT WITH DECCO CONTRACTORS, INC.
FOR THE CONSTRUCTION OF SEWER MAINS IN THE INDUSTRIAL
PARK AT A TOTAL CONTRACT PRICE OF $55,355.00.
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 Decco Contractors, Inc.
for the construction of sewer mains in the industrial park
at a total contract price of $55,355.00. A copy of the
contract authorized for construction hereby is attached hereto,
marked Exhibit "A", and made a part hereof.
f2 ‘45
f i&%ty C
PASSED AND APPROVED this
grtliLday of October, 1983.
APPROVED:
By
.44N M1M1:
TATE OF ARKANSAS
COUNTY OF WASHINGTON
THIS AGREEMENT is made
1983, by and between
hereinafter call dthe
ofcaRJLJ
CONTRACT
and entered into on this ,Lp+UL day of Od-.
the City of Fayetteville,`Fctc ville, Arkansas,
Owner, .and k.�e-C co �.a�xk„c_ktn,0
hereinafter called the Contractor. '
,WITNESSETH: That Whereas, the Owner has called for bids for the
construction of sewer improvements, to Andrew Corporation in the
Fayetteville Industrial Park, Fayetteville, Arkansas, as set out in these
Specifications and approved by the Owner, and, -
WHEREAS, the Contractor is the best bidder for the Work hereinafter set
out, pursuant to the published call for bids under said Plans and
Specifications,
NOW, THEREFORE, the Contractor agrees with the Owner to furnish all
material and labor necessary to complete the construction of the sewer
'improvements including all related work as shown on the Plans and described
in. the Specifications pertaining thereto, for the unit prices bid in the
Proposal, said Proposal being a part of this Contract, and at his own cost
and: expense furnish all supplies, labor, machinery, equipment, tools,
supervision, insurance, and other accessories and services necessary to
complete the said construction in accordance with the conditions and prices
stated in the Proposal attached hereto and made a part hereof, and in
accordance with the General and Detailed Specifications, and in accordance
with the plans, which includes all blueprints and other drawings, and
writtep. or _printed explanatory matter thereof, total sum being:
The Contractor e
agrees to complete all work pertaining to said construction
60 calendar days from the date of the Notice to Proceed.
:The Owner agrees to pay the Contractor in current funds for the performance
of the Contract in accordance -with the accepted Proposal therefore, subject
to• additions and deductions, as provided in the General and Detailed
,:._%.Specifications, and make payment on account thereas provided below:
"As soon as is practicable after the first day of each calendar month, the
Owner will make partial payments to the Contractor for work performed
during the preceding calendar month, based upon the Engineer's estimate of
'work completed, said estimate being certified by the Contractor and
accepted by the Owner. Upon completion of the work and final acceptance by
Nre
•
.I•
`� the Owner and Engineer, the Engineer shall issue a final Estimate of work
t j core based upon the original and subsequent changes made and agreed upon,
;11 if any.
T ii'e is hereby expressly declared to be of the essence of this contract,
," I • and the time of beginning, manner of progress and time of completion of the
1: Mark hereunder, shall be, and are essential conditions hereof. Failure of
the Contractor to complete the work hereunder within the time heretofore
r'^-• :" stipulated will result in the assessment of liquidated damages in the
• :•f• a• -cunt of $50 per calendar day, except as specifically provided for
I hereafter.
5.7
•
•
if the Contractor be delayed at any time in the progress of the work by any
ac: or neglect of the Owner or of his employees, or by any other Contractor
e-::loyed by the Owner, or by changes ordered in the work, or by strikes,
1ccicouts, fire, unusual delay in transportation, unavoidable casualties,
abnormal weather conditions, or by delay authorized by the Engineer pending
arbitration, or by any causes which the Engineer shall decide to justify.
th_+ delay, then the time of completion shall be extended for such
re:.sonable time as the Engineer may decide. No such extensions shall be
rare for delays occurring for more than seven days before a claim therefore
is made in writing to the Engineer. In the case of a continuing cause of
cc:ay, only one claim is necessary.
;n the event the Contractor abandons the work hereunder or fails, neglects
or refuses to continue the work after ten (10) dayswritten notice, given
Coetractor by the Owner or by the Engineer, then the Owner shall have the
oc•tioh of declaring this contract at an end, in which event, the Owner
s�:ll not be liable to the Contractor for anj worktheretofore performed
? r;under; said Owner may complete the said contract at its own expense,
ar:: maintain an action against the Contractor for the actual cost of same.
This contract shall be binding upon the heirs, representatives, successors,
or assigns of the parties hereto, including the surety.
NP
mita POCK
:MCINCN SII`RLNG
1 CONNNRFFA,RRRRATEILD
LE
Contract - 2
J
•
ry;.� :AN WITNESS. WHEREOF, the Owner and Contractor have hereto set their hands -
t; :.,. rnd seal, respectively.
:1 7/1
!•" ••I. G7",ESS
+; v C<
•
Go�/�Ygc7�Oir�
Contractor
BY anvJ.��%,
TITLE
., •
•
.1
•f•
• - ,
•
MG
TITLE
CO HATED
Contract - 3
1
SPECIFICATIONS
FOR
SEWER IMPROVEMENTS
CITY OF FAYETTEVILLE
FAYETTEVILLE, ARKANSAS
Project No. 83-6Q7
June, 1983
Prepared by:
McCLELLAND CONSULTING ENGINEERS, INC.
1810 N. College Avenue
Fayetteville, Arkansas
IY ®ERVP8
i
TABLE OF CONTENTS
SECTION PAGE
Notice to Contractors 1-2
Instructions to Bidders 1-5
Proposal 1-4
Contract 1-3
Arkansas Performance and Payment Bond 1-2
General Provisions 1-39
General Specifications
Concrete 1-9
Pipe and Pipe Fittings 1-5
Water and Sewer Pipe Laying 1-21
Detailed Specifications 1-8
Appendices
Typical Details Al -A5
Plan Sheets B1-82
CM;C L$EII Lt A�Nyp
fNrIN ei8
. IhCLELLANDCONSULTINGe ENGINEERS INC.
Environmental and Materials Testing
Civil, Environmental and Chemical Engineering Consulting
IJTTLE ROCK FAYETTEVILLE
JAMES E. McCLELLAND, P.E.
FRED NIELSEN, R.L.S.
J.E. McCLELLAND, P.E.
VERNON D. ROWE, P.E.
September 26, 1983 83-607
Mr. Don Bunn
City Engineer
P.O. Drawer F
Fayetteville, Arkansas 72702
Re: Bid Tabulation
Sewer Main to Andrew Corporation
Dear Mr. Bunn:
Attached please find a bid tabulation for the referenced project.
The three low bidders are listed on the first page of the tabulation.
We have verified that these three bidders are currently properly
licensed. Please note that Decco Contractors, Inc. listed their
expired license number (82-2061). This company's current license
number is 83-2365. The third low bidder, Fayette Tree and Trench,
Inc., filled in the bid form improperly, listing the total bid price
in words on the Proposal line items instead of the unit bid price
in words. If their bid is to be used, an attorney's opinion should
be obtained before their bid is utilized.
Seven of the bidders submitted proper bid bonds. The eighth bidder,
North Side Construction submitted a Cashier's Check for bid security.
We are returning this check, in accordance with page 4 of the
Instructions to Bidders, which provides for returning all but the
three low bidder's bonds. North Side Construction Company was the
fifth low bidder, so the need for their bid security check is not
anticipated.
We would recommend award of a contract to the low bidder, Decco
Contractors., Inc. of Rogers, Arkansas, in the amount of $55,355.00.
This price is for a vitrified clay sewer pipe material. If the
City wishes to have truss pipe utilized, the low bidder is Tanda,
Inc., of Fort Smith, in the amount of $59,639.75.
We are working with Burlington Railroad concerning a crossing permit.
Otherwise, it is our understanding that submission of this bid review,
Continued -
1810 N. COLLEGE AVE. P.O. BOX 1229 . FAYETTEVILLE, ARKANSAS 72702-176
TELEPHONES 15011443-4271/443-2377
Mr. Don Bunn September 26, 1983
City Engineer Page 2
letter ends our involvement in this project. If additional assistance
on this project is desired from our firm,please advise. The eight
bids are beingreturnedfor your utilization.
Very truly yours,
Robert W. White, P.E.
Enclosure: Bid Tabulation
Bids
cc: Dale Christy w/Bid Tabulation
0
O 1r 0
(0a m a
• r 3
En▪ CO W
CO a
IV Lel NN
Z .. z
W CI O
AA' Ar
0 - a
N K
Cr VI 0
-
• v
-0
O .. CFI -0
• v - m
V V
01 (P A W
✓ N N .O
C_ C 0
V
a rn 'O • 0 N
0 0 0 01 - (n ti
(A n N
C `G C n n1 r r r -I
2 3 -< d -< N CO
▪ T T T (0 O W
73 2 1
M CI 01
(0 -. co
3 m
Cr n
n) -1
CI n W N A T 3 1-' 1+ 3 Z
O -O CD Cu O Co N N N
3= and- - O = (0 '20 r N .T. N
d O VI F (O N N J
O CD rt IT n-1 o Z O <➢ F c
2 O Cu (OO d O m(p C N W tO —I
o H. O CO V1 d X N s O "5 V1 s rt - m
m -n ¢ n 1n H. -5 3 1.0
(0 O 3 n 0= d A _. '9 H a+ CO
= NO Z0- - < a•s �.M CO.
3= d M 'O C a( v
(-1.n IT 1-• d o ro Io ID v1 IO (0
O N NCL v1 O = LT• -5
O Q.
0
m rt 0 0
X N N O = O
03 0 d O
(JI E `c
ID P
s 3
L
0NIN3d0 010
'0N 133C0Nd..
ee C
A
s
W O 0 0 3 C
O V O A 0 V IDF.
0 O 0 VI O V A (.0 S n C) = C
• O O r+
0 0 0 0 O 0 Y 0 O O 2 N -
O 0 O 0 O 0 0 ID n -1 3
A
3-7;4
r
rt C
r
n
n 0
a -
iN O 0 T 3
_ CO W m s A a
A A 0 N a0 V1 X N Z C_
W- O • V• 1 - • 0 • 0 N IO ' E
O Ni O O O A W 0 =
0 O 0 0 0 0 V 01 4 =n
N O 0
0 0 0 0 0 0 CT VI 0 le.-
a
t
s
Cu
v. c k
CO j
0
N V V M.
01 CO 0 N A N
O O O V O CO V1 A • a
1 ti n 3
O 0 0 ▪ 0 0 0 01 N Cu
O 0 0 0 0 0 CT 01 O = Z T
O a Or
d A «
• 0
rt
M
• O n5
A W m 0A <
CO N 01 N Na W X
f
N 0 V ▪ O1 -V A O1 N-.1
CO O O rn 01 0 W = N
0 O 0 0 OW a 1-4b
O O 0 0 O V V OL =
O O O O O 01 V1 C
to
n T rt
J d Z
CO
T Cu
A O -
01 O CO O1 ..-. 1"' r-' T
O O 0 O O1 A W J N n T
Cr d
O O ▪ O ▪ O N W W O y 2 s
O O O O N N V rD s -1 F
A
7
. n
M P -1
CO C.0 I' O
CO W- 41 CO01 y A r rt
N O A V1 CO 10 0 N IO
0 A O O (T 0 01 0 3
O O O O O O O 0 CL
N
O O ▪ O ▪ O C▪ l N IT CL
O O O O O 0 0
-ST n
CO
• t
01 V CO
O 0 m A CO .+ .• v r'1
O 0 Cn O 0 0 O1 A s_ 3 Z
O O O O O A V 0 O rf -1
O O O O O 0 0 O m C1 n
C7
01
V1
N 01
1
4
0
A A m - A
W A V N 01 O X
t
01 0 V • 0 • 0 • CO A A M
O CO CO O CT N V rT
0 0 rn o 0 CO CT w 0.
o o 0 ▪ O ▪ 0 o m
n5 (n 0.
CD 0 O 0 o 0 (n
01 01 A w N .- m
WI1 la
CO a z
^-, x-.-11 r r N N .O
^+O .-.O' C._ C + + =
ID a N a -0 01 O O N ▪ V V 2
3 r 3 r o to o ca (▪ n y
to a L., n to
co co 0 -< C "n rl r r r y• .
0 0 ➢ O 3 3 -< w . -< in co
•
T T T ro v CO
+ c o a A
N co N Calro O O1
N rnO
2 .-1 00 V
LO 0 W G V n
N
+ + CI '-I n O - O O 03 O N N IA
N - - S
AA •Ar 30 rw -
4. C + a 0> > F S (D N (D V
VI K O (D n 0 = n. O £ O a £ J
.. • -cc O e+ N 00 cn n, X co % n Z CO S rF r
• -0 0 M -.O. n N ch. - S � 10
01 +r 01V - 00 3n 00 N A-. A-1 Tom. co
-o + r = N o Z co n < ... �. S �. J w
r O J l ci 'o 0 0 c -o +
PG PG r. r+ n .• o(0 r. 0 0 Wn 0 0 I -.V V 0 0 n- 0. to O Z O 6 0
a .... r H. - - o O 0
X (D (n O 3 0
10 F 0 1< 0
n 0 - a
= 3
t0 •
ONIN3d0 CIO
'ON 103PONd
Vs
10
COCcc
LIDV
V1
bi C
=
A -
*
LO 0 to
O V 0 a 0 1-' — V
O O 0 O 0 V a w J O 0
O 0
O O O 0 0 0 V ▪ 0 n 0 2
O .0 0 0 0 O — 0 (0 r. -I
.-.
n 0
-ia
v. 0 0 0
w w r S A 0.
A a N N 10
01 - X N Z
r. 0
0 (n - 0 ▪ 1.0 N CD
N O 0 0 A Co 0 =
O O 0 0 0 V 01 a
0
O O ▪ 0 ▪ 0 0 0• 1 0 0_
0 0 0 0 0 m 0
s;uawanoadwl Jamas
0
y
-409. c k rfr
w o
N 01 .T
(n OD 0 Ni a • N
O 0 0 V 0 w (n A r
s -1
O 0 0 0 0 0 01 N 0)
0 0 0 0 0 0 01 V1 n =
O d
03
bi M J
01 A 0 T n
In w N 01 N N 00 X •
(4
0• 0 N N 01 V 0▪ 1 V. A co (D
co 1n a o 0 01 O1 w 00
00 O O O O O O to 00 0_
V O O 0 0 • 0 0 V V 0-
01 O O 0 0 0 0 (n N
01
tR _C
O
t 0 d
a 01 r.
01 0 w 01 .. .. .-. A
01 0 01 0 O1 A w ' Z 0 0 -o
O N
o O O 0 N W w n y r -s
O 0 O O N N V 0 Z -1 2k -
JO A
➢
C1
. 0
c--._ 00 w O
CO CO O . (1
0 A V1 01 CO ▪ 10 N N
A 0 0 Vl r cn tp
O co co O O O 10 O_
N
0 O 0 ▪ 0 0 N Vl a
CO 0 0 0 0 (T (n
N010Va1NO0
-a
0
b+ C
w
cc -
01
01 CO
0 (n O ▪ ▪ A O
O 01 01 0 (n0 • • Orn a A
Z
0 0 . 0 0 a'o 0
0 0 0 0 0 0 01 o 0
w
A A r
C....1 A V N 01 0 X
M
V 0 • O w A A 0
01 0 (n CO O1 (J O.
0
O • 'O ▪ O O N 01 0_
0 0 0 O (n O
4
'IIaga;iN uo0
O
n
a010Va1NO3
,r
NOI1Vl08V1 OIa
a
-Fidelity and Deposit Company
HOME OFFICE OF MARYLAND BALTIMORE, MD. 21203
BID BOND
KNOW ALL MEN BY THESE PRESENTS:
That we, Decoct Contractors, Inc.
, as Principal, (hereinafter called the "Principal"), and
the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, of Baltimore, Maryland, a corporation duly organized
under the laws of the State of Maryland, as Surety, (hereinafter called the "Surety"), are held and firmly bound
unto City of Fayetteville: Fayetteville, Arkansas
as Obligee, (hereinafter called the "Obligee"),
in the sum of Five Percent (57.) of Amount Bid Dollars ($ ),
for the payment of which sum well and truly to be made, the saki Principal and the said Surety, bind ourselves,
our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid for-..furn.shif...ahs,.-labox->..C.00ls,...m...tet.ia1s.,-.
and equipment and performing all work necessary for sewer improvements as
per plana and .sP.€ci.fjcations of McClelland. Cenaaltimg .Engiieerrs....prniect
#83607
•
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into
a contract with the Obligee in accordance with the terms of such bid and give such bond or bonds as may be
specified in the bidding or contract documents with good and sufficient surety for the faithful performance of
such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the
event of the failure of the Principal to enter into such contract and give such bond or bonds, if the Principal
shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said
bid and such larger amount for which the Obligee may in good faith contract with another party to perform
the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect.
, Signed and sealed this
23rd
day of .. -.September
e
Decco Contractors , Inc:
Dave Covington, Presid
:`'.Title
FIDELITY AND DEPOSIT COMPANY OF MARYLAND,,"""
Surety,S j
Witness
C325d-13011, 6-76 200926
Approved by The American Institute of Architects.
A.I.A. Document No, A-310 February 1970 Edition.
B
1.
`41:-N(Sia
ohcNair, Attorney-ini*t
TT.-
usoPH
z
I--1
a
W
Fri
OF MARYLAND
COMPANY
Hosni OFFICE: BALTIMORE, bin. 21203
01
30 SIVH3H XO W
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
HOME OFFICE: BALTIMORE, MD.
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corpora-
tion of the State of Maryland, by S. R. M]NSIOR , Vice -President, and V. F. TOOMEY
Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Com-
pany, which reads as follows:
SEC. 2. The President, or any Executive Vice -President, or any of the Senior Vice -Presidents or Vice -Presidents specially author-
ized so to do by the Board of Directors or by the Executive Committee, shall have power by and with the concurrence of the Secre-
tary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact
as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds,
undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgments, decrees,
mortgages and instruments in the nature of mortgages, and also all other instruments and documents which the business of the Com-
pany may require, and to affix the seal of the Company thereto.
does hereby nominate, constitute and appoint Ernest H. Geurin, John A. McNair and Mark McNair,
all of Fayetteville, Arkansas, EACH
Its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as -
surety, and as its act and deed: any and all bonds and undertakings, each in a penalty not
to exceed the sum of ONE HUNDRED THOUSAND DOLLARS 91009000)
And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said.
Company, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged
by the regularly elected officers of the Company at its office in Baltimore, Md., in their own proper persons.
This power of attorney- revokes those issued, on behalf of Ernest H. Geurin, dated
April 3, 1978 and on 13 -:half of' John A. McNair and Mark McNair, dated January 12,
1978,
The said Assistant Secretary does hereby certify that the aforegoing is a true copy of Article VI, Section 2, of the By -Laws of -
said Company, and is now in force.
IN WITNESS WHEREOF, the said Vice -President and Assistant Secretary have hereunto subscribed
their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this-
19.th day of April , A.D. 19 -_79_ --
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
ATTEST:
By
A ssistanl cret¢ry
STATE OF MARYLAND ``
CITY OF BALTIMORE 1 SS:
e -President
On this 1 9th day of April A.D. 19 79 , before the subscriber, a Notary P of the State of
Maryland, in and for the City of. Baltimore, duly commissioned and qualified, came the above-named Vice -President and Assistant
Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described.
- in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn,
severally and each for himself deposeth and saith; that they are the said officers of the Company aforesaid, and that the seal affixed -
to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such
officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the City of Baltimore, the day and year
first above written.
Notary Public Co
CERTIFICATE
mission E
ires)
4_-1982_.
I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify tliat the original
Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I
do further certify that the Vice -President who executed the said Power of Attorney was one of the additional Vice -Presidents spe-
cially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2 of the By -Laws of
the FIDELITY AND DEPOSIT COMPANY OF MARYLAND.
This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the.
FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969.
RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether
made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be-
valid
evalid and binding upon the Company with the same force and effect as though manually affixed."
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this.
.23rd_____ day of September
NOTICE TO CONTRACTORS
04
NWT.
PATEO
L
NOTICE TO CONTRACTORS
Notice is hereby given that the City of Fayetteville
Fayetteville, Arkansas, hereinafter called the Owner, will receive sealed
bids at the Board Room of the Chamber of Commerce, 123 W.
Mountain , Fayetteville, Arkansas, until 10:00 a.m., on the 27th
day of September , 1983, for the furnishing of all tools, labor, and
materials, and performing the necessary work to be done in constructing
sewer improvements to Andrew Corporation, in the Industrial Park of
Fayetteville, Arkansas.
The location of the work is set out in the Plans and Specifications on
file in the office of McClelland Consulting Engineers, Inc., Fayetteville,
Arkansas. Work to be performed includes approximately 2,835 linear feet of
12" sewer line construction, one railroad crossing, nine manholes and the
necessary appurtenances.
All necessary work, materials, and every item of construction shall be
in accordance with the Plans and Specifications as prepared by the
Engineer. Copies of the documents may be obtained from the office of the
Engineer upon the payment of the sum of $20.00, said payment being
non-refundable. Pertinent information and the Detailed Specifications will
be furnished to suppliers at cost of reproduction.
The Contractors shall make such inspection and studies of the site of
the work as to thoroughly familiarize themselves with all conditions to be
encountered.
Each bid must be accompanied by a surety bond in the amount equal to
five percent (5%) of the whole bid, said bond to be issued by a surety
company licensed to do business in the State of Arkansas, said bond to be
retained as liquidated damages in case successful bidder fails, neglects or
refuses to enter into the contract for the construction of said works, and
furnish the necessary bonds within ten (10) days from and after the date
the award is made.
The 4successful bidder will be required to furnish a performance and
payment bond, in favor of the Owner, in an amount equal to one hundred
percent (100%) of the contract amount, at the time of the award of the
particular contract section.
The Owner reserves the right to reject any and all bids, and to waive
any formalities deemed to be in its best interest.
The attention of all bidders is called to the fact that they must be
licensed under the terms of Act 150 of the 1965 Acts of the Arkansas.
Legislature, as amended.
Notice is hereby given that the City of -Fayetteville is an Equal
Opportunity Employer.
The proposed contract is under and subject to Executive Order 11246 of
September 24, 1965, and to the Equal Opportunity Clause contained in the
Specifications.
The successful bidder will be required to submit a Certification of
Non -segregated Facilities prior to award of the Contract, and to notify
prospective subcontractors of the requirement for such a Certification
where the subcontract. exceeds $10,000.
Neither contractor nor subcontractor shall exclude from participation
in, deny the benefits of, or subject to discrimination under any program or
activity, any person in the U. S. on the grounds of race, color, national
origin or sex, nor discriminate on the basis of age under the Age
Discrimination Act of 1975, or with respect to an otherwise qualified
handicapped individual as provided in Section 504 of the Rehabilitation Act
of 1973, or religion except that any exemption from such prohibition
against. discrimination on the basis of religion as provided in the Civil
Rights Act of 1964, or Title VIII of the Act of April 11, 1968, shall also
apply.
The Construction Contract will stipulate a time for completion,
expressed in calendar days. Since time is of essence, liquidated damages
will be assessed the Contractor at the rate of $50 per calendar day should
the Contractor fail to complete the work on schedule, except where project
specifications provide for time extensions.
•
Sturman Mackey
Purchasing Agent
Notice to Contractors - 2
INSTRUCTIONS TO BIDDERS
17A gW ap OED
r
•
INSTRUCTIONS TO BIDDERS
1. EXAMINATION OF SITE AND DOCUMENTS. Bidders are advised that the plans,
profiles, specificationsand estimates of the Engineer on file in the
office of the official as set out in the "Notice to Contractors," shall
constitute all of the information which the Owner shall furnish. No other
information given or sendings made by the Owner or any official thereof,
prior to the execution of said contract, shall ever become a part of, or
change the contract, plans, profiles, specifications and estimates, or be
binding to the Owner. But bidders are required, prior to submitting any
bid, to read carefully the specifications, contract and bonds, to examine
carefully all plans, profiles, and estimates on file with the official as
set out in the "Notice to Contractors," to visit the site of the work to
examine carefully local conditions, to inform themselves by their
independent research and soundings of the difficulties to be encountered,
and to judge for themselves the accessibility of the work and the
quantities and character of the materials to be encountered and all
attending circumstances affecting the cost of doing the work and the time
specified for its completion; and to obtain all information required to
make an intelligent bid.
2. BIDS AND BIDDING FORMS. Bids must be made out in ink on the PROPOSAL
SCHEDULE included in Section III of these plans and specifications. All
bids shall be sealed and filed as provided in the "Notice to Contractors".
No bidder shall divulge the information in said sealed bid to any person
whomsoever, except those having a partnership or other financial interest
with him in said bid, until after the sealed bids have been opened.
Bids which are incomplete, unbalanced, conditional, or obscure, or which
contain additions not called for, erasures, alterations or irregularities
of any kind, or which do not comply with the "Instructions to Bidders" may
be rejected as informal at the option of the Owner. However, the Owner
reserves the right to waive technicalities as to changes, alterations or
revisions and to make the award in the best interest of the Owner.
All papers bound with or attached to the Proposal Schedule are necessary
parts thereof, and must not be detached.
A copy of the plans, profiles, specifications, and bid forms may be
obtained as provided in the "Notice to Contractors."
3. LUMP SUM AND UNIT PRICES AND FILLING IN BIDDING FORMS. Bidders must
state a lump sum or unit price for every item of work named in the
Engineer's estimate of quantities of work to be done, approved by the Owner
and on file in the office of the official as set out in the "Notice to
Contractors." Each bidder shall include in the prices named in his bid the
furnishing of all labor, materials, tools, equipment and apparatus of every
[NEW
description to construct, erect and finish completely all the work as
called for in the specifications or shown in the plans.
The price bid for the items must be stated in figures and in words in the
appropriate blank spaces provided on the bidding forms. Such figures must
be clear and distinctly legible so that no question can arise as to their
intent or meaning. In case of a difference in the written words and
figures in a proposal, the amount stated in written words shall govern.
Unit prices bid and totals shown in the proposal shall not include any of
the costs of engineering, advertising, printing, and appraising.
4. PRICES BID TO BEAR RELATIONSHIP TO COST OF WORK. Prices bid on the.
various items in the proposal shall bear a fair relationship to the cost of
the work to be done. Bids which appear unbalanced and deemed not to be in
the best interest of the Owner may be rejected at the discretion of the
Owner.
5. SIGNATURE ON BIDS. If the bid is made by an individual, his name must
be signed by him or his duly authorized agent, and his post office address
given. If the bid is made by a firm or partnership, the name and post
office address of each member must be given, and the bid signed by a member
of the firm or partnership, or a person duly authorized. If the bid is
made by a company or corporation, the company or corporate name and the
state under the laws of which said company or corporation is chartered, and
the business address must be given, and the bid signed by an officer or
agent duly authorized.
Power of attorney, properly certified, for agents and others to sign bids
must be in writing and filed with the Owner.
6. QUALIFICATIONS AND RESPONSIBILITY OF BIDDERS. The bidder may be
required to furnish the Owner with satisfactory evidence of his competence
to perform the work contemplated. The Owner reserves the right to reject a
bid if the bidder does not provide evidence of financial, past experience,
personnel or facilities with which to perform the proposed work in a
timely, efficient and competent manner. The Owner reserves the right to
make such investigations of information submitted as is deemed necessary,
before a rating is given and to disqualify any contractor from bidding if.
deemed in the best interest of the Owner.
Where required by state laws, the bidders shall be licensed according to
the requirements of such laws. In case contractors are required to be
licensed, they shall note their license number on the outside of their
Proposal.
7. BIDDING BONDS. Each bid must be accompanied by a bidder's surety bond
issued by a company licensed to do business in the State in the sum of five
per cent (5%) of the amount of the bid, made payable to the Owner as a
guarantee that a contract will be entered into and the required bonds
Instructions to Bidders - 2
L►��d €;F
furnished within the required time, in the event of the award of a
contract.
8. WITHDRAWAL OF BIDS. Permission will not be granted to withdraw or
modify any bid after it has been filed. Requests for non -consideration of
bids must be made in writing, addressed to the governing body of the Owner
and filed with the representative of the Owner designated to receive the
bids before the expiration of the time limit for opening bids. After other
bids are opened and read, the bid for which withdrawal is requested will be
returned unopened.
9. DISQUALIFICATION. OF BIDDERS. Any one or more of the following causes
may be considered as sufficient for the disqualification of bidders and the
refection of their bid or bids:
More than one proposal for the same work from an individual firm,
partnership, or corporation under the same or different names.
Evidence of collusion among bidders. Participants in such
collusion may receive no recognition as bidders for any future
work.
Unbalanced proposals in which the prices for some items are out
of proportion to the prices for other items.
Failure to submit a unit price for each item of work for which a
bid price is required by the Proposal.
Lack of competency as revealed by the financial statement,
experience, plant and equipment statements submitted.
Lack of responsibility as shown by past work ,judged from the
standpoint of workmanship and progress.
Uncompleted work, which in the judgment of the Owner, might
hinder or prevent the prompt completion of additional work if
awarded.
For being in arrears on existing contracts, in litigation with
the owner, or having defaulted on a previous contract.
10. CONSIDERATION OF PROPOSALS. After the proposals are opened and read,
the quantities will be extended and totaled in accordance with the bid
prices of the accepted proposals, and the results of the prices will be
made public. Until the final award of the contract, the Owner reserves the
right to reject any or all proposals, to waive technicalities and to
advertise for new proposals, or to proceed to do the work otherwise when
the best interests of the Owner will be promoted thereby.
Instructions to Bidders - 3
VIE giAtt,E,
•