Loading...
HomeMy WebLinkAbout123-86 RESOLUTIONRESOLUTION In.)23-s6 A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT WITH McCLIIdTDN-ANCHOR COMPANY FOR DRAINAGE REHABILITATICN AT DRAKE FIELD. BE IT RESOLVED BY TER; BOARD OF DIRECTORS OF THE CITY OF FAYE1TEVILLE, ARKANSAS: That the Mayor and City Clerk are hereby authorized and directed to execute a contract with McClinton Anchor Conpany for drainage rehabili- tation at Drake Field. A copy of the contract authorized for execution hereby is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this 16 day of December , 1986. APPROVED Ma or MICROFIL.MI01 CONSTRUCTION SPECIFICATIONS DRAINAGE REHABILITATION TO DRAKE FIELD FAYETTEVILLE MUNICIPAL AIRPORT FOR CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS Project No. FY862152 November, 1986 11 I UCCUiInnO 1 CCn!WRI TABLE OF CONTENTS SECTION 00050 Notice to Contractors 00100 Instructions to Bidders 00300 Proposal 00410 Notice of Award 00420 Notice to Proceed 00500 Construction Contract 00610 Arkansas Statutory Performance and Payment Bond 00615 State Wage Rate 00700 General Conditions 00800 Supplementary Conditions Specifications Division 1 - General Requirements 01005 Administrative Provisions 01200 Project Meetings 01400 Quality Control 01500 Construction Facilities and Temporary Controls 01600 Material and Equipment 01700 Contract Closeout Divisions 2 - 4 02218 02225 02720 02936 04100 Appendix Plans Landscape Grading Trenching Storm Drainage Systems Seeding Mortar MCCIelland At�enadT MCCZ/iny PAGE NO. 1-2 1-5 1-3 1-2 1 1-3 1-2 1-2 1-39 1-10 1-3 1 1-3 1-3 1-3 1-2 1-2 1-3 1-4 1-4 1-3 Sheets 1 & 2 NOTICE TO CONTRACTORS l 7'a ax._IzE«.>, r SECTION 00050 NOTICE TO CONTRACTORS Notice is hereby given that the City of Fayetteville, Fayetteville, Arkansas, will receive sealed bids in the Airport Manager's Office in the Terminal Building at Drake Field, Fayetteville, Arkansas, until 2:00 P.M. on the 25th day of November , 1986, for furnishing of albs and labor, and the performance of work to be done in constructing Drainage Rehabilitation to Drake Field, Fayetteville Municipal Airport. Work under this Contract shall include excavation, joint repair, installation of underdrain and filter fabric, backfilling and seeding. The location of the work is set out in the Plans and Specifications to be on file in the offices of McClelland Consulting Engineers, Inc.: P.O. Box 1229, 1810 N. College Avenue, Fayetteville, Arkansas. All bids will be opened and considered at a meeting, to be held in the Airport Managers office in the Terminal Building at Drake Field, Fayetteville, Arkansas at 2:00 P.M. local time, on the 25th day of November , 1986, and at such adjourned meetings thereafter as may be necessary. 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 from the Engineer. Pertinent information and the detailed specifications will be furnished to suppliers at cost of reproduction. Bidders 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 (proposal guaranty) 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 the 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 of the Notice of Award. The successful bidder will be required to furnish a Performance and Payment Bond, in favor of the City of Fayetteville, Arkansas, in an amount equal to one hundred percent (100%) of the Contract amount, at the time of the award of the contract. Notice is hereby given that the City of Fayetteville is an Equal Opportunity employer. Mca.uand aft rve Lonw„ np Section 00050 - 1 The Board of Directors reserve the right to reject any and all bids, and to waive any formalities deemed to be in the best interest of the City. The Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein. The Bidder (proposer) must supply all the information required by the bid or proposal form. 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. Attention is called to the fact that no less than the minimum salaries and wages as set forth in the Contract Documents must be paid on this project. Sturman Mackey Purchasing Agent City of Fayetteville Fayetteville, Arkansas Section 00050 = 2 iik'aL7 Con,111Cnd � ,yMl fpiWl/lnp - INSTRUCTIONS TO BIDDERS V§, WE SECTION 00100 INSTRUCTIONS TO BIDDERS 1. EXAMINATION OF SITE AND DOCUMENTS. Bidders are advised that the plans, 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. Bidders are required, prior to submitting any bid, to read carefully the specifications, contract and bonds, to examine carefully all plans, 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, 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 description to construct, erect and finish completely all the work as called for in the specifications or shown in the plans. Section 00100 - 1 i � Mccbuane 1�� R T_, finsuP: to 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 various items in the proposal shall bear the work to be done. Bids which appear the best interest of the Owner may be Owner. COST OF WORK. Prices bid on the a fair relationship to the cost of unbalanced and deemed not to be in rejected at the discretion of the 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 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 Section 00100 : 2 �.� MCc11IIAQ i 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 rejection 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. 11. 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 bid shall be deemed the lowest and best. Due consideration will be given to the reputation, financial ability, experience and equipment of the bidder. Section 00100 - 3 —:=ZrUnw .floe No bids received in the office of the official as set out in the "Notice to Contractors" after the time for filing, as advertised, will be considered. However, bids mailed from a post office other than that of the Owner and arriving in the Owner's post office before the time for receiving of bids and actually delivered to the office designated to receive the bids, before the hour for opening of bids, shall be ,judged to have been received in time for filing and shall be considered. 12. 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 as required, such bonds to be executed and approved prior to the execution of the contract by the Owner. The Owner reserves the right to grant the Contractor such extension of time in executing the contract as it deems necessary in the interest of the Owner. Any application 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 said bonds and contract within the specified time after the contract is awarded, the bid by the Contractor will be considered to have been abandoned and the Owner may ask for new bids. By reason of the uncertainty of the market prices of materials and of damages and expenses which the Owner might incur by reason of said Bidder's failure to execute said bonds and contracts within said specified time, the bid bond 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 instruction shall be considered as acceptance of this provision. 13. RETURN OF BIDDER'S BOND. Bonds deposited with bids will be returned to the bidders as soon as the contract is awarded, except the bond 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, the bonds of all except the three low bidders will be returned as soon as the bids have been considered. 14. AWARDING OF CONTRACT. The Owner reserves the right to withhold the awarding of a contract for a reasonable period of time from the date of opening bids, said length of time to be stated in the Proposal. The awarding of a contract upon a successful bid shall give the bidder no right of action or claim against the Owner upon such contract until the same shall have been reduced to writing and duly signed by the contracting parties. The lettering of a contract shall not be complete until the contract is duly executed and the necessary bonds approved. 15. SUBCONTRACTORS. The Contractor shall not assign nor sublet all or any part of the Contract without the prior written approval of the Owner, nor shall the Contractor allow such subcontractor to commence work until he has Section 00100 - 4 J ®Aer:17-7.11.1 MCCIIIIOM _ _ f aultIne provided and obtained approval of such compensation and public liability insurance as may be required under the laws of the state. The approval of such 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. • Section 00100 - 5 L AISTiiirt,`.11;:fit PROPOSAL ►vii s�..4.5.gk £x8 SECTION 00300 PROPOSAL FOR DRAINAGE REHABILITATION TO DRAKE FIELD FAYETTEVILLE MUNICIPAL AIRPORT FAYETTEVILLE, ARKANSAS Project No. FY862152 Dated: November, 1986 City of Fayetteville Fayetteville, Arkansas Gentlemen: The undersigned Mc.tLtN-rot A►JCHOR Ca Ow. of gppc;NC_ , states that he has carefully examined the Plans, Specifications, maps, and drawings, relative to the proposed drainage rehabilitation as set out in the title of this Proposal; that he is familiar with the same and understands each and all; has examined the location and site; that all bids are made with the full knowledge of the difficulties and conditions that may be encountered, the kind, quantity and quality of the Plans, work to be done, equipment, and materials required, and with the full knowledge of the Plans, Specifications, estimates and all provisions of the Contract and Bonds; that this Proposal is made without collusion on the part of any person, firm or corporation, and that he has not divulged the information contained in the Proposal to any person whomsoever, except those having a partnership or other financial interest with him in the Proposal. The undersigned states that he has experience in and is qualified to perform the work herein specified, and that if he does not have craftsmen experienced and qualified in any phase of the work for which this Proposal is offered, he will sub -contract the work under said phase to a Contractor who does have the necessary experience and qualifications. He further states that he will execute promptly the Construction Contract included in these Specifications, to construct said improvements in accordance with the Plans and Specifications. All costs for Federal, State, and local taxes, permits, and required insurance are included in this Proposal. The Bidder hereby agrees to complete the Contract within 20 working days. Section 00300 - 1 MCC,. flood ConwlAnp miprnd o rn� vim.___._ BID SCHEDULE NOTE: BIDS shall include sales tax and all other applicable taxes and fees. Item Approx. Unit No. Quantity Item Price Extended 1 4 Hr. Standby Time $ (08 CS /hr. ONE Hu NorteAND EIGHT dollars/hour $ y3a,00 N6 CENTS (words) 2 1345 LF Drainage Rehabilitation with Underdrain $ 3a.75 /LF 771//—'Jwo dollars/Linear Feet $ lit 0yeds. ANQ SEvtNC6N777-Fae (WoSra s ) 3 285 LF Drainage Rehabilitation without Underdrain $ ay. 60 /LF T EN7y—Fou2 dollars/Linear Feet $ 7 0/% 00 /4N0 Star's/ GENrs (Words) 4 1.2 Acre Seeding $ 3000 Q°/AC T#RlE rNDasRNA dollars/Acre $3 6C00.00 He CENTS (Words) TOTAL BASE BID $ 55,09(•7S Section 00300 - 2 MCCleSIon0 aye Cnnwltiny The Bidder hereby acknowledges receipt of the following Addenda prior to submitting this Proposal: Addenda No. Dated NGNE In submitting this bid it is understood that the Owner reserves the right to reject any/all bids and waive any formalities deemed to be in the best interest of the Owner. Enclosed herewith is a bid bond for $ 0/0 AMnam j' .1a dollars ($ ) which we agree the Owner may cash and retain as liquidated damages in the event of our failure to enter into a contract for the work covered by this Proposal, provided the contract is awarded to us within thirty (30) days from the date fixed for the opening of bids and we fail to execute the required bonds and insurance as called for in the Specifications within ten (10) days after the execution of the Contract. Dated at F41Larnvua, Ri21467NSAt NoveanaER • 198(. (SEAL, IF CORPORATION) , this day of Respectfully submit:ted,fi D V inion= .C\rS :APAC=Ai4s'. 40040* 14. --_'a4rlits) Arkansa icee N'Kid ! # _j • ; p by7��f/qt! Qe—21:0;1%i Signat e V1 CE-PIUStoEAtT Title Section 00300 - 3 l / MCCl/Iland Mean, I C ,.oltfnc JamEs FREDS.JAMES& CQOF ARKANSAS, ING 900 S Shackleford Rd Suite 400 P.O. Box 511 Little Rock, Arkansas 72203-0511 KNOW ALL MEN BY THESE PRESENTS, that we, as Principal, hereinafter called the Principal, and JO BID BOND McCLINTON-ANCHOR COMPANY, DIVISION OF APAC-ARKANSAS, INC. INSURANCE COMPANY OF NORTH AMERICA a corporation duly organized under the laws of the State of PENNSYLVANIA as Surety, hereinafter called the Surety, are held and firmly bound unto --City of Fayetteville P.O. Drawer F Fayetteville, Arkansas 72702 as Obligee, hereinafter called the Obligee, in the sum of FIVE PERCENT (5%) Dollars (S for the payment of which sum well and truly to be made, the said 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 Drainage Rehabilitation - Drake Field Fayetteville Municipal Airport 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 mateial furnished in the prosecution thereof, or in the event of the failure of the Principal to enter 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 25th 6-4 jab— (Witness) day of November a r^ c -E McCLINTON-ANCHOR COMPANY --DIVISION OF 19 86 APAC-ARKANSAS, INC ( / A -rincipal) (Jc ��/���ILL/•..��!ll..J�//// le) (Seal) VICE .PR/ESIDENT. INSU[tANCE COMPANY OF NORTH,AMERICA Surety) r JAdy Franks (Seal) 1 • F Attorney in fact I. 1 �\/� ..n'\H N �/,�i .4, r,'rs.r::rce ^,'nn :rr �C' 4:r^h •A%-10� ^9„ + , %; \/ .. ;/., /\all\men% y/lhese'!presenls. '1;, INSURAN•CF COMPANY•Or, NO'ssR?N AMERICA' '•. •I I•, ••• i �Gorn nalt �.P�nsylvanla�havmc " • 1.r& e;l0•• ,t'+••• \ ? �tlo tea+b J\h/��/\B\oard`\`of//Qirectors'of-'1 .r •:1•:.11#(;•. s;\\'>,! ✓ \�, ESOL4ED\V/i_U ,�%1\\\//�\/,:\ 'ri • ,C _• .. _ .• • `5•••\\'/, • ig1'`'i,.N N. ��in• Vii,': -i/• '/,�, '•' . "•'d, • \ .\' /\\ • •'''n1,bMeNe8.1 • • „ e Asn •/\ natae'IPaeef: \v • y,• • • v, : \ / , ,L` • . yhtio uliC ekirlp4i•COpTkm�ee,4ur - .. �.. .. _ ,�. -•• •. •. , �•!• • •• •! • ... . . e• -. .. .•,i `', %\• neAaaOgeth MnC•'9;1; Er ,. .• ' . • • •• •- • • • • e if . . •• • ,' • P • • ••••• ` •/• • • 1.i, \, • • . / r f • 1 . • ...e e caener eof ne v.ee �bd3MFl,.u%iE •e • •- e - ,•• •� r •.• •,"Y+. • : .- •.e .•`�•.' •y't, . ' • a .�.�..- , +•. 'J : e ' , iVtineettr • �d' se' `.. , i •;1 /3A)\\• ptni�d'idnoMGlbtl••. •' eiiafnrieNmi NOTICE OF AWARD rkVIE Daigle SECTION 00410 NOTICE OF AWARD To: PROJECT DESCRIPTION: Drainage Rehabilitation to Drake Field, Fayetteville Municipal Airport, Fayetteville, Arkansas. The OWNER has considered the PROPOSAL submitted by you for the above described WORK in response to its NOTICE TO CONTRACTORS. You are hereby notified that your PROPOSAL has been accepted in the amount of $ You are required by the INSTRUCTIONS TO BIDDERS to execute the CONSTRUCTION, CONTRACT in its entirety and furnish the required PERFORMANCE AND PAYMENT BOND and certificates of insurance within ten (10) calendar days from the date of this NOTICE OF AWARD. If you fail to execute said Contract and to furnish said bonds within ten (10) days from the date of this NOTICE OF AWARD, said OWNER will be entitled to consider all your rights arising out of the OWNER'S acceptance of your PROPOSAL as abandoned and as, a forfeiture of your BID BOND. The OWNER will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this NOTICE OF AWARD to the OWNER. Dated this day of By ' 19 City of Fayetteville Paul Noland Title Mayor Section 00410-- 1 MCClollond iti Consulting