HomeMy WebLinkAbout72-83 RESOLUTIONRESOLUT7om-u5.
7014.3-
A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK
TO EXECUTE A CONTRACT WITH BRAUN EXCAVATING COMPANY
FOR THE REHABILITATION OF PORTIONS OF THE CITY'S
SEWER SYSTEM AT A TOTAL CONTRACT PRICE OF�198,428.60.
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 Braun Excavating Company
for the rehabilitation of portions of the City's sewer system
at a total contract .price of $198,428.60. A copy of the
contract authorized for execution hereby is attached hereto,
marked Exhibit "A" and made a part hereof.
PASSED AND APPROVED this 7 " day of
bF, `tYf'f�
44 A
A. r
t4711
r•-•
{ 4
Actin g`....;;C ty,. Clerk
ter..
APPROVED:
Mayor
, 1983.
Change Order No. 4
SANITARY SEWER SYSTEM REHABILITATION
AND RECONSTRUCTION
Minisystems 2, 4, 7, 8, 11 and 16
City of Fayetteville, Arkansas
Plans No. Fy-116
Dated April, 1983
/�J L -V' �
The contract/dated June 29, 1983, between the City of Fayetteville,
Arkansas, and Braun Excavating Company of Seymour, Missouri, is hereby
changed as follows:
1. Line Segments 2-7 and 2-8 shall be sliplined in accordance with the
specifications below, instead of being replaced as originally shown on
the plans. Payment for sliplining will be made at the unit price set
forth under new item No. 29 of this change order.
The sewer liner pipe shall be polyethylene and shall be
Type III C5P34 in conformance to ASTM D-1248, and shall
have recommended designation values of 3-3-5-4-3-3-C as
referenced in ASTM D-3350.
The liner outside diameter shall be 6.625 inches and
shall have a minimum wall thickness of 0.204 inch. The
pipe shall be installed in accordance with the National
Association of Sewer Service Companies Recommended
Specifications for Sewer Collection System
Rehabilitation, Section XI - Slip -Lining of Sewers.
At the junction of the manhole and liner, the annular
space between the polyethylene liner and existing sewer
line shall be filled with a quick settling, non -shrink
grout mixture. This fill shall extend 12 inches into the
annular space.
The Contractor shall be responsible for locating and
reconnecting all service lines on the segments to be
sliplined.
During insertion,if the liner is refused and a complete
liner from existing manhole to existing manhole cannot be
obtained, there will be no payment made under this item.
Otherwise, payment will be made per linear foot of liner
installed, and shall include all bypass pumping, removal
of line obstructions, insertion pit excavation, pipe
joining, insertion of the liner and sealing the
polyethylene pipe in the manhole.
2. The contract shall be extended sixty (60) calendar days, changing the
date of completion of construction to December 31, 1983.
3. Change estimated quantities for Bid Items No. 3, 22 and 29 as follows:
Bid
Item
No.
3. DEDUCT
22. DEDUCT
29. ADD
612 L.F. 8" ABS Composite Pipe Sewer
@ $13.81/L.F. $( 8,451.72)
205 S.Y. Topsoiling, Fertilizing, Seeding
and Mulching @ $1.80/S.Y. ( 369.00)
612 L.F. 6" Sliplining @ $16.00/L.F. 9,792.00
Net Addition, This Change Order $ 971.28
Total Contract Price, Including Change Orders No. 1, 2,
3 and 4 $204,016.99
All other provisions of the contract remain in force.
Approved this
day of , 19
ENGINEER: McGoodwin, Williams and Yates, Inc.
rc�c�
i L./iic aids, Project Manager
CONTRACTOR:
Braun Excavating Company, Inc.
' 'e
Braun, President
APPROVED: City of Fayetteville, Arkansas
Donald R. Bunn, C ti y ngin
•
MICROFILMED
Change Order No. 5
(Reconciliation Change Order)
SANITARY SEWER SYSTEM REHABILITATION
AND RECONSTRUCTION
Minisystems 2, 4, 7, 8, ll and 16
City of Fayetteville, Arkansas
Plans No. Fy-116
Dated April, 1983
This change order reconciles the difference between the quantities set out in the
contract and the work done during construction. The following items are hereby
changed.
Contract Amount as shown on Change Order No. 4 $204,016.99
Deduct $350.00 for error of unit times price extension
on Bid Item No. 19 on Change Order No. 3 -350.00
Total Contract Price, Change Orders 1 through 4 $203,666.99
Bid
Item Quantity* Description Deduct Add
1. 2,800 DEDUCT 230 L.F. 6" VCP Sewer @ $10.52 $ 2,419.60 $
2. 237 ADD 411 L.F. 6" DIP Sewer @ $21.58 8,869.38
588 DEDUCT 588 L.F. 8" ABS Truss Pipe Sewer
@ $13.81 8,120.28
4. 700 DEDUCT 76 L.F. 8" DIP Sewer @ $22.00 1,672.00
5. 200 DEDUCT 62 L.F. 10" ABS Truss Pipe Sewer
@ $16.20 1,004.40
6. 700 ADD 235 L.F. Extra Depth Trench
(6-8') @ $0.80 .188.00
7. 200 ADD 25 L.F. Extra Depth Trench
(8-10') @ $2.00 50.00
8. 175 DEDUCT 25 L.F. Extra Depth Trench
(10-12') @ $6.50 162.50
*Quantities as set out in Proposal and Change Orders No. 1 through 4.
r.
Bid
Item Quantity*' Description Deduct Add
9. 275 DEDUCT 275 L.F. Extra Depth Trench
(over 12') @ $10.80 $ 2,970.00
11. 9 DEDUCT 2 Each Main Line Tap Repairs
@ $394.00 788.00
12. 22 DEDUCT 3 Each MH Adjustment/Grouting
@ $232.00 696.00
13. 46 DEDUCT 2 Each MH Patching/Filling
Cracks @ $600.00 1,200.00
14. DEDUCT 1 Each MH/Sewer Line Repair
@ $390.00 390.00
15. 55 DEDUCT 1 Each Raising Manholes
@ $238.00 238.00
16. 1 DEDUCT 1 Each Raise MH and Plug
Lid'@ $280.00 280.00
17. 1 DEDUCT 1 Each Manhole Replacement
@ $2,080.00 2,080.00
18. 1,515 DEDUCT 263.07 Tons SB -2 @ $9.00 2,367.63
19. 672 DEDUCT 313.70 S.Y. Hot -Mix Asphalt
@ $27.00 8,469.90
20. 75 DEDUCT 13 S.Y. Nonreinforced
Concrete Drive @ $15.00 195.00
21. 30 DEDUCT 13.5•C.Y. Concrete Pipe
Encasement @ $100.00 1,350.00
22. 1,880 DEDUCT 93.62 S.Y. Topsoiling, Fertili-
zing, Seeding @ $1.80 168.52
23. 2 ADD 2 Each Abandonment of Tap
,Repair @ $260.00 520.00
24. 72 DEDUCT 8 Each Sewer Service
Connections @ $248.00 1,984.00
25. 2 ADD 1 Each Manhole @ $700.00 700.00
26. 90 DEDUCT 37 S.Y. Native Stone Riprap
@ $13.50 499.50
*Quantities as set out in Proposal and Change Orders No. 1 through 4.
Bid
Item Quantity* Description Deduct Add
27. 500 DEDUCT 83.22 S.Y. Reinforced Concrete
Repair @ $21.25 $ 1,768.43 $
29. .612 ADD 14 L.F. Sliplining @ $16.00 224.00
Total Decrease $38,823.76
Total Increase
Contract Price (Change Orders No. 1. through 4)
Net Deduction, This Change Order
$10,551.38
$203,666.99
28,272.38
Adjusted Total Contract Price,
Including Change Orders No. 1, 2, 3, 4 and 5 $175,394.61
*Quantities as set out in Proposal and Change Orders No. 1 through 4.
All other provisions of the contract remain in force.
Approved this
day of , 1984.
ENGINEER: McGoodwin, Williams and Yates, Inc.
e L %Richards, Proj42
ect Manager
CONTRACTOR: Braun Excavating Company, Inc.
(kart/
rid Braun, President
APPROVED. City of Fayetteville, Arkansas
Donald R. Bunn, City Engineer
�•t
SPECIFICATIONS
CONTRACT -
FAY ETTEVILLE
SANITARY SEWER SYSTEM REHABILITATION
1 �'-_ AND.- RECONSTRUCTION
If
1
1
1�
MINI -SYSTEMS 2, 4, 7, 8, 11, AND =16
__
••
OR -„THE
_ -
+-
-FAYET TEVI LLE
an -
R.
.ITY5OF. T . s
ARKANSAS
PLANS NO. FY -116
APRIL, 1983 -
1
1
•
- •McGOODWIN,. WILLIAMS, AND YATES, INC.
CONSULTING ENGINEERS_
. FAYETTEVILLE;` ARKANSAS
- ---s-
_ _
.:_
•
1
INSURANCE
TYPE
EXPIRES RENEWED TO
GENERAL LIABILITY 7/1/84
AUTO LIABILITY 7/1/84
EXCESS LIABILITY 7/1/84
WORKERS' COMPENSATION 7/1/84
INSTALLATION FLOATER 7/1/84
OWNERS AND CONTRACTORS
4bO'AD
PROTECTIVE
CHANGEtORDERS
4...
NO; AMOUNT (+ OR -) ADJUSTED CONTRACT AMOUNT
1
1
1
1
1
1
.1�
ADJUSTED
COMPLETION
DATE
SPECIFICATIONS
SANITARY SEWER SYSTEM REHABILITATION
AND RECONSTRUCTION
MINI -SYSTEMS 2,4, 7, 8, 11, AND 16
FOR THE CITY OF
FAYETTEVILLE ARKANSAS
PLANS NO. FY -116
APRIL, 1983
McGOODWIN,WILLIAMS, AND YATES, INC.
CONSULTING ENGINEERS
FAYETTEVILLE, ARKANSAS
1�
1
1
1.
1
1
1
1
1
1
1
1
1
1
1
1
1.
1
Advertisement for Bids
Instructions to Bidders
Wage Rates
Proposal
Contract
TABLE OF CONTENTS
Performance Bond
Payment Bond
Section 009
Section 010-A
B
C
D
E
F
G
H
I
J
K
L
M
N
Section 011.
Section 040
Section 050
Section 090
Section 095
Section 099
Section 100
General Conditions
Scope of the Work
Completion Date and Liquidated Damages
Sequence of the Work
Special Provisions of the Contract
Safety and Health Regulations
Quality of the Plans
Elevation Data
Lands and Rights of Way
Protecting and Replacing Utility Services
Traffic Control
Open Specifications
Notice to Proceed
Payment for Extra Work
Continuing Responsibility of Contractor
General
Clearing Rights of Way, Cutting
and Repairing Fences
Storage and Handling of Materials
Bypass Pumping
Surface Removal
Replacement of Line Segments
Vitrified Clay Sewer Pipe and Vitrified Clay
Sewer Pipe Fittings
A General
B Materials
C Vitrified Clay Pipe Sewer Line Construction
Page No.
1-1
2-1
4-1
5-1
6-1
7-1
7-3
009-1
010-1
010-1
010-1
010-2
010-2
010-3
010-4
010-4
010-4
010-4
010-4
010-7
010-7
010-7
011-1
040-1
050-1
090-1
095-1
099-1
100-1
100-1
100-2
1
I
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Page No.
Section 110 Ductile Iron Sewer Pipe and Ductile Iron
Sewer Pipe Fittings
A General 110-1
B Materials 110-1
C Ductile Iron Pipe Sewer Line Construction 110-2
Section 140 Acrylonitrile -Butadiene -Styrene (ABS)
Section 145
Composite Sewer Pipe
A General 140-1
B Materials 140-1
C ABS Composite Pipe Sewer Line Construction 140-2
Manhole Rehabilitation
A General 145-1
B Classification of Manhole Rehabilitation 145-1
C Materials 145-1
D Construction 145-3
Section 146 Placing Pipe Protection Cover and Backfill
A General 146-1
B Materials 146-1
C Construction 146-1
Section 150 Cast -In -Place Manholes
A General 150-1
B Materials 150-1
C Manhole Construction 150-1
Section 160 Classification of Excavated Materials 160-1
Section 180 Mandrel Test 180-1
Section 190 Low Pressure Air Testing for Sewer Lines 190-1
Section 300 Street Overlay, Driving Surface, Sidewalk,
and Curb and Gutter
A General 300-1
B Materials 300-1
C Materials and Construction 300-1
D Construction 300-2
Section 500 Point Repairs
A General 500-1
B Classification of Point Repairs 500-1
ii
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Page No.
C Materials 500-1
D Construction 500-1
Section 800 Concrete 800-1
Section 810 Reinforcing Steel 810-1
Section 900 Pipeline Cleanup 900-1
Section 995 Final Inspection 995-1
Section 1000 Methods of Measurement and Payment 1000-1
iii
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
ADVERTISEMENT FOR BIDS
Notice is hereby given that, pursuant to an order of the City Board of
Directors of the City of Fayetteville, Arkansas, sealed bids will be
received at the office of McGoodwin, Williams and Yates, Consulting
Engineers, until 10:00 a.m. on the 26th day of May, 1983, for the furnishing
of all tools, materials and labor, and performing the necessary work in
performing Sanitary Sewer System Rehabilitation and Reconstruction,.
consisting of:
The plugging of sewer overflow lines, the construction
of approximately 8 main line .tap repairs, rehabilitation
of approximately 215 manholes, and the construction
and/or repair of asphaltic pavement, concrete curb and
gutter, and concrete sidewalk. Also included is the
replacement of approximately 5,125 linear feet of
6 inch, 8 inch and 10 inch sewer lines.
All necessary work, materials and every item of construction shall be in
accordance with the plans and specifications as approved by the City Board.
Said plans and specifications are on file in the office of the consulting
engineer, McGoodwin, Williams and Yates, Inc., Consulting Engineers,
909 Rolling Hills Drive, Fayetteville, Arkansas 72701. Copies of these
documents may be obtained from the office of said engineers upon the payment
of $50.00. Payments for plans and specifications are not refundable.
Contractors shall make such inspection and studies of the site of the work
as to familiarize themselveswith all conditions to be encountered.
Each bid must be accompanied by a certified or cashier's check-, or surety
bond, in the amount equal to five percent of the whole bid, said bond to be
issued by a surety company licensed to do business in the state of Arkansas.
In the event successful .bidder fails, neglects or refuses to enter into
contract for the construction of said work, and furnish the necessary bonds
within ten days from and after the date the award is made, said bid bond or
check shall be retained as liquidated damages.
Bids must be made upon the official proposal sheets contained in the
specifications, and such proposal sheets shall not be removed from the
remainder of the contract documents. All bids shall be sealed and the
envelopes addressed to McGoodwin, Williams and Yates, Inc., 909 Rolling
Hills Drive, Fayetteville, Arkansas 72701. All bids shall be plainly marked
on the outside of the envelope specifying that it is a proposal or bid for
Sanitary Sewer System Rehabilitation and Reconstruction, and the time for
opening of bids.
Bids will be opened and read aloud at the office of McGoodwin, Williams and
Yates, Inc., and considered at a scheduled meeting of the City Board.
All bidders must be licensed under the terms of Act 150 of the 1965 Acts of
the Arkansas Legislature.
1-1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
The City Board reserves the right to reject all bids and
informalities in the proposal. .The Board further reserves
award the contract to the lowest responsive, responsible
Board further reserves the right to withhold the awarding of
for a period not to exceed sixty days after receipt of bids.
Dated this 6th day of May, 1983.
to waive any
the right to
bidder. The
the contract
/s/ Sturman Mackey
Sturman Mackey, Purchasing Agent
1-2
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
,INSTRUCTIONS TO BIDDERS
1. EXAMINATION OF SITE AND DOCUMENTS. Bidders are advised that the plans,
profiles, specifications and 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 soundings 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 on
the Owner. Prior to submitting any bid, bidders are required to read
carefully the specifications, contract and bonds, to examine carefully all
plans, profiles, and estimates, to visit the site of the work to examine
carefully local conditions, to inform themselves by their independent
research and sounding of the difficulties to be encountered, and to judge
for themselves of 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.
Bidders shall rely exclusively upon their surveys, estimates,
investigations, soundings and other things which are necessary for full and
complete information upon which the bid may be made and for which a contract
is to be awarded. The Proposal, providing for unit and lump sum prices bid
by the Contractor, contains a statement that all bids are made with the full
knowledge of the difficulties and conditions that may be encountered, the
kinds, quality and quantity of the plans, work to be done, excavation, and
materials required and withfull knowledge of the plans, profiles,
specifications and estimates and all provisions of the contract and bonds.
The submission of a bid shall constitute the acceptance of these provisions.
2. APPROXIMATE ESTIMATE OF QUANTITIES. The Engineer's estimate of
quantities, approved by the Owner and on file in the office of the official
as set out in the Notice to Contractors, is approximate only, and shall be
the basis for receiving unit price bids for each item, but shall not be
considered by the bidders as the actual quantities that may be required for
the completion of the proposed work. Such quantities, however, at the unit
and lump sum .prices bid for each item, shall determine the amount of each
bid for comparison of bids and aid in determining the lowest and best bidder
for the purpose of awarding the contract, and will be used as a basis for
fixing the amount of the required bonds.
3. BIDS AND BIDDING FORMS. A copy of the plans, profiles, specifications,
Engineer's estimate and bidding forms may be obtained as provided in the
Advertisement for Bids.
All papers bound with or attached to the Proposal forms are necessary parts
thereof and must not be detached.
Bids must be made out in ink on bidding
specifications. Bids shall be sealed and
in the advertisement, and the title of
•
forms included as part of these
addressed to the Owner, as given
the project, the name of the
Instructions to Bidders
2-1
•
contractor submitting the bid and the time and date for receipt of bids
written on the envelope.
No bidder shall divulge the information in the sealed bid to any person
whomsoever, except those having a partnership or other financial interest
with him in the 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.
4. UNIT PRICES AND FILLING IN BIDDING FORMS. Bidders must state a unit
price for each item or work named in the Engineer's estimate of quantities
or work to be done. Unit prices shall include amounts sufficient for the
furnishing of all labor, materials, tools, equipment and apparatus of every
description, to construct, erect, and finish completely all of the work as
called for in the specifications or shown in the plans. Unit prices bid and
totals shown in the proposal shall not include any of the costs of
engineering, advertising, appraising, or printing.
The price bid for each item must be stated in figures and in words in the
appropriate blank spaces provided on the bidding forms. The figures must be
clear and distinctly legible so that no question can arise as to their
intent and meaning. In case of a difference in the written words and
figures in a Proposal, the amount stated in the written words shall govern.
5. 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
6. SIGNATURE ON BIDS. If the bid is made by an individual, his firm name
must be given, and the Proposal signed by him or his duly authorized agent.
If the bid is made by a partnership, the firm name and the names of each
member must be given, and the bid signed by a member of the partnership, or
a person duly authorized. If the bid is made by a company or corporation,
the company or corporate name must be given, and the bid signed by an
officer or agent duly authorized.
Powers of attorney, properly certified, for agents and others to sign bids
must be in writing and filed with the Owner.
7. BIDS OF SUBCONTRACTORS. The general contractor will be required to
furnish the names of subcontractors and the amounts of their subcontracts as
required by Act 183, Arkansas Acts of 1957. The subcontracts may be for
mechanical, electrical, roofing, and sheet metal work. Subcontract amounts
must be submitted on a separate list in a sealed envelope and must accompany
the bid Proposal. The subcontractor's name and license number shall appear
Instructions to Bidders
2-2
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
on the outside of .the sealed envelope._x:‘Subcontractors must be licensed
according to the laws of the -State of. Arkansas. -t.
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 bids
before .the expiration of the time limit for opening of bids. After other
bids are opened and read, the bid for which withdrawal is requested will be
returned unopened.
9. COMPLIANCE WITH STATE LICENSING LAW. Contractors must be licensed in
accordance- with the requirements of Act 150, Arkansas Acts of 1965, the
"Arkansas State Licensing Law for Contractors." Bidders who submit
proposals in excess of $20,000 must submit evidence of their having a
contractor's licence before their bids will be considered, andshall note
their license number on the outside of their Proposal.
10. QUALIFICATIONS AND RESPONSIBILITY . OF BIDDERS. Each bidder, if
requested to do so by either .the Owner or the Engineer, shall furnish
satisfactory evidence of his competency to perform the work contemplated.
The Owner reserves the right to reject a bid if the bidder has not
submitted, upon request, a statement of his qualifications prior to the date
of the opening of bids.
•
11. DISQUALIFICATION OF BIDDERS. Any one or more of the following causes
may be considered as sufficient for the disqualification of bidders and the
rejection of 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. 1
Unbalanced proposals in which the prices for some items are out of
proportion to the prices for other items, or changes written in,
or amendments by letter. Failure to submit a unit price for each
item of work for which a bid price is required by the Proposal, or
failure to include all required contract documents.
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.
A bid by an unlicensed contractor bidding under a licensed
contractor's name.
Uncomplete work which, in the judgment of the Owner, might hinder
or prevent the prompt completion of additional work if awarded.
Instructions to Bidders
2-3
Being in arrears on existing contracts, in litigation with the
Owner, or having defaulted on a previous contract.
12. 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 proceed to do the work otherwise when the best
interests of the Owner will be promoted thereby.
13. RIGHT TO REJECT BIDS. The owner reserves the right to reject any and
all bids. All bids are subject to this reservation, and the Owner reserves
to itself the right to decide which shall be deemed the lowest responsive
and responsible bid. Due consideration will be given to the reputation,
financial ability, experience and equipment of the bidder.
14. AWARDING OF CONTRACT. The Owner reserves the right to withhold the
awarding of a contract a reasonable period of time from the date of opening
of bids, said length of time not to exceed sixty (60) days except with the
consent of the bidder. The awarding of a contract upon a successful bid
shall give the bidder no right to action or claim against the Owner upon the
contract until the contract is reduced to writing and signed by the
contracting parties. The letting of a contract shall not be complete until
the contract is executed and the necessary bonds approved.
15. BIDDING CHECKS OR BONDS. Each bid must be accompanied by a certified
check, or a surety bond issued by a company licensed to do business in the
state of the Owner, in the sum of five percent (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 furnished within the required time, in
the event a contract is awarded.
16. SEPARATE ENVELOPE FOR BID BOND OR CERTIFIED CHECK. If provided for in
the Advertisement for Bids, the bidder shall submit a bid bond or certified
check enclosed in a separate sealed envelope firmly attached to the outside
of the sealed bid envelope. At official bid opening, the envelope
containing the bid bond or certified check shall be opened first, and if the
documents are not found in order, the bid shall be returned unopened.
17. FORFEITURE OF BIDDING BOND. The person or persons, partnership,
company, firm or corporation to which the contract is awarded shall within
ten (10) days after such contract is awarded, execute and deliver the
contract and bonds as required; such bonds to be executed and approved (but
not dated) prior to the execution of the contract by the Owner. Any
applications for extension of time shall be made by the Contractor in
writing and signed by proper officials. The inclusion of this provision,
whereby extension of time in signing the contract and submission of bonds
may be granted, in no way obligates the Owner to act upon any application
unless it sees fit to do so.
Upon failure of the bidder to execute the contract and bonds within the
specified time after the award of the contract, he will be considered to
Instructions to Bidders
2-4
■
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1.
1
1
1
1
1
1
1
1
1
1
1
1
1
•
have abandoned said bid, and the Owner may_ relet same. By reason of the
uncertainty of the marketprices of materials#and of damages and expenses
which the Owner might sustain by reason of said bidder's failure to execute
said bond and contract within the specified time, the bid bond or certified
check accompanying the bid shall be the agreed amount of damages which the
Owner will suffer by reason of such failure upon the part of the bidder, and
shall thereupon immediately be forfeited to the Owner. The filing of a bid
under these instructions shall be considered as acceptance of this
provision.
18. RETURN OF BIDDER'S CHECK OR BOND. Checks and bonds deposited with bids
will be returned to the bidders as soon as the contract is awarded, except
the bond or check of the successful bidder, which will be returned after the
contract is executed and the bonds approved. Unless the Owner has a good
reason to hold bidding bonds or checks, the bonds or checks of all except
the three low bidders will be returned as soon as the bids have been
considered.
19. SUBCONTRACTOR. The Contractor shall not assign or sublet all or any
part of this contract without the prior written approval of the Owner nor
shall the Contractor allow such subcontractor to commence work until he has
provided .and obtained approval of such compensation and public liability
insurance as may be required. The approval of each subcontract by the Owner
will in no manner release the Contractor from any of his obligations as set
out in the plans, specifications, contract and bonds.
20. MATERIAL GUARANTY. Before any contract is awarded the bidder may be
required to furnish a complete statementof the origin, composition, or
manufacture of ..any or all materials proposed to be used in the construction
of the work, together with samples, which may be subjected to the tests
provided for in these specifications to determine their quality and fitness
for the work.
21. FAMILIARITY WITH LAWS. The bidder is presumed to be familiar with all
federal, state and city laws, ordinances and regulations which in any manner
affect those engaged or employed in the work, or the materials or equipment
used, or in any way affecting the work, and shall in all respects comply
with said laws, ordinances and regulations. No claim of misunderstanding or
ignorance on the part of the Contractor will in any way serve to modify the
provisions of the contract. No representations shall be binding unless
embodied in the contract.
22. LABOR LAWS. The Contractor shall abide by all federal, state, and
local laws governing labor. The Contractor further agrees to save the Owner
harmless from the payment of any contribution under the State Unemployment
Compensation Act, and the Contractor agrees that if he is subject to the
Arkansas State Unemployment Act, he will make whatever contributions are
required under and by virtue of the provisions of said Act.
23. WAGES AND LABOR. Minimum wage rates shall be equal to basic rates as
established by common usage in the city and adjacent community for the
various types of labor and skills performed. In case wage rates are
specified in the contract documents, the rates as specified shall be the
Instructions to Bidders
2-5