Loading...
HomeMy WebLinkAbout64-86 RESOLUTIONc Olt RESOLUTION NO. 64-86 • A RESOLUTION AUTHORIZING THE MAYOR, CITY riFRK AND CITY MANAGER TO EXECUTE A SEWER RELOCATION AGREEMENT BETWEEN THE CITY OF FAYETTEVILLE AND THE FAYhwIEVILLE SEWER DEPARTMENT FOR REIMB[JRSEMENT OF EXPENSES INCURRED IN RELOCATING SEWER LINES AT OLD MISSOURI ROAD AND MUD CREEK. . BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF FAME TEVIILE, ARKANSAS: That the Mayor, City and directed to execute a of expenses incurred in and Mud Creek. A copy of is attached hereto marked Clerk and City Manager are hereby authorized sewer relocation agreement for reimbursement relocating sewer lines at Old Missouri Road the agreement authorized for execution hereby Exhibit "A" and made a part hereof. PASSED AND APPROVED this 3rd day of June , 1986. STATE OF ARKANSAS CITY OF FAYETTEVILLE CONTRACT ,ynv THIS AGREEMENT, made and entered into this day of , 1986 by and between the City of Fayetteville, Arkansas, Parties of the First Part, hereinafter called the OWNER and McClinton -Anchor 7M, a Division of APAC-Arkansas Inc. Party of the Second Part, hereinafter called the CONTRACTOR. WITNESSETH THAT: WHEREAS, the OWNER has called for bids for the construction of a New Access Road to the V. A. Medical Center as set out in the Specifications and Plans No. 85-149 and; WHEREAS, the CONTRACTOR is the lowest and best bidder for the construction of said improvements hereinafter set out, pursuant to the published calls for bids under said Plans and Specifications. NOW THEREFORE, the CONTRACTOR agrees with the Owner to commence and complete the construction of the the revised scope of said road improvements, including site grading, drainage, earth embankment, pavement, landscaping, and other tasks as designated in the project Plans and.Specifications for the unit prices bid in the Proposal, based upon the estimated quantities for the Total Base Bid Items 1 through 13 and 15 through 34, the total being, Ninety Eight Thousand, Two Dollars and Seventy Five Cents ($ 98,002.75 ) such sum being the agreed amount upon which bonds and liabilities are based, and at his own cost and expense furnish all materials, supplies, labor, machinery, equipment, tools, supervision, bonds, insurance, taxes, permits, 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 Provisions and Specifications, and in accordance with the Plans, which include all maps, plats, blueprints, and other drawings, and written or printed explanatory matter hereof. The CONTRACTOR agrees to fully complete all work under this Contract within 90 calendar days. 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 Specifications, and to make payment on account thereof as provided below. MKle lland Mt -0716.417, >ervel Consuuing As soon as is practicable after the first 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. Except as otherwise provided by law, ten percent (10%) of each approved estimate shall be retained by the OWNER until 50 percent project completion at which time no additional retainage will be retained without reasonable justification by the OWNER or his representative. Upon final completion and acceptance by the OWNER and ENGINEER, the ENGINEER shall then issue a Final Estimate of work done based upon the original contract and subsequent changes made and agreed upon, if any. Time is hereby expressly declared to be of the essence of this contract, and the time of beginning, manner of progress and time of completion of the work hereunder, shall be and are essential conditions hereof. The CONTRACTOR agrees to commence the work within ten (10) calendar days from the date of the issuance of the Notice to Proceed, and to proceed with the construction of the work and to prosecute the work with an adequate force and in a manner so as to complete the work within the time stipulated herein. if the Contractor fails to complete the contract within the time stipulated herein, the CONTRACTOR agrees to pay the OWNER, as liquidated damages, the sum of one hundred fifty dollars ($150.00) per day for each calendar day of delay in completion, said amounts being fixed and agreed upon by and between the parties hereto. Because of the impracticability and extreme difficulty in fixing and ascertaining the actual damages the OWNER would in such event sustain, said amounts are to be presumed by the parties to this contract to be the amounts of damage the OWNER would sustain. Said amounts of liquidated damages shall be deductible from any amount due the CONTRACTOR under Final Estimate of said work, after the completion thereof, and CONTRACTOR shall be entitled only to the Final Estimate, less such amounts of liquidated damages. If the CONTRACTOR is delayed at any time in the progress of the work by any act or neglect of the OWNER or of his employees, or by any other CONTRACTOR employed by the OWNER, or by changes ordered in the work, or by strikes, lockouts, fire, unusual delay in transportation, unavoidable casualties or any causes beyond the CONTRACTOR's control, or by delay authorized by the Engineer pending arbitration, or by any cause which the Engineer shall decide to justify the delay, then the time of completion may be extended for such reasonable time as the Engineer may decide, subject to agreement by the OWNER. No such extension shall be made for delay occurring more than seven (7) days before a claim therefore is made in writing to the Engineer. In the case of a continuing cause of delay, only one claim is necessary. In the event the CONTRACTOR abandons the work hereunder or fails, neglects or refuses to continue the work after ten (10) days written notice, given the CONTRACTOR by the OWNER or by the ENGINEER, then the OWNER shall Contract - 2 J wares, have the option of declaring this contract at an end, in which event, the OWNER shall not be liable to the CONTRACTOR for any work theretofore performed hereunder; or requiring the surety hereto, upon ten (10) days notice, to complete and carry out the contract of the CONTRACTOR, and in that event, should the surety fail, neglect or refuse to carry out said contract, said OWNER may complete the contract at its own expense, and maintain an action against the CONTRACTOR and the surety hereto for the actual cost of same; together with any damages or other expense sustained or incurred by the OWNER in completing this contract less the total amount provided for hereunder to be paid the CONTRACTOR, upon the completion of this Contract. This Contract shall be binding upon the heirs, representatives, successors, or assigns of the parties hereto, including the surety. IN WITNESS WHEREOF, the OWNER and CONTRACTOR have hereto set their hands and seals respectively. '. Seal -`C; tit t L lir ' ,2., AN WITNESSES: WOJNTON-ANCHOg PMsion 9f APAC-Arkaisai" h% cL eal;`; . 1 # FIRM NAME: McClinton -Anchor C BY: ADivision (�oofggAPAC-Ark1t. oiansas Inc nn 4 . l g- Vle rk ((((((TTitlle)))))) City of Fayetteville Fayetteville, Arkansas BY: ATTEST.:' City Cler r IP MCCIelland Consulting .Engineers_, May Contract - 3 LJ WM Project No. FAUS tk- MICR' itegle CITY -UTILITY RELOCATION AGREEMENT Between City of Fayetteville And City of Fayetteville Sewer Department _ 4928 (Utilities) BRO-0072(8) AC x LU Location _-NucLcreek (Old Llissouri Road) THIS .AGREEMENT, ma_'I and entered into this _day of _ , 19 by and between the City of Fayetteville _ , Arkansas, acting by and through its duly nuthori ed officials, hereinafter referred to as the City", and the City of Fayetteville Sewer Department , of Fayetteville, Arkansas _ __ acting by and through its duly authorized representatives, herei.naft.er referred to as the "Owner", WI TNESSiET1l : WHEREAS, Section 106 of the Federal -Aid Act of 1970 and Section 109 of the Federal -Aid Highway Act of 1973, authorized the establishment of a Federal -Aid Urban System in urban areas over 5,000 population, and WHEREAS, the "City" in the interest of public safety, convenience, and welfare proposes to make certain city street improvments under the aforesaid Federal -Aid Urban System at: the location specified herein, and in accordance with the plans and specification for this project, and WHEREAS, the "City" has applied and received approval for federal aid under the Federal -Aid Urban System for this project; and WHEREAS, in order for the "City" to be eligible for federal aid for utility adjustments, the utility adjustments must be performed and reimbursement made in accordance with the Arkansas State Highway Commission's "Statement of Policy on the Accommodation and Adjustment of Utilities on Arkansas State highway Right of Way and Property" incorporating Federal Law and Regulations, applicable to Federal Aid Projects, including Federal -Aid Highway Manual 6-6-3-1 and 6-6-3-2 issued by the United States Department of Tr anspnrta t ion, Federal Highway Administration, September 6, 1985, as amended and supplemented and by which this reference is hereby made a part of this agreement with the same force and effect as if attached hereto or recited heroin; and WHEREAS, in order to assure implementation of these Federal Regulations, whereby the "City" may qualify for Participating Federal. Funds, the "City" has requested that the Arkansas State Highway and Transportation Department, hereinafter referred to as the "Department" assist the "City" by providing technical assistance for cost estimate and plan approval, and for making the contractual arrangements between "City" and "Owner" for processing billing for reimbursement to "Owner" from, "City' and Federal funds. Any reference to the "Department" shall mean that the "Department" is acting for or on behalf of: the "City". WHEREAS, the proposed street improvement necessitates the adjustment, relocation, and/or approval of the proposed locations of certain facilities of "Owner" as described in the following description of work. Adjust sewer facili- ties to clear construction by abandoning in place approximately 690 feet of sewer line. Restore service by installing approximately 770 feet of sewer line. This is apublicly owned utility and ; therefore, is 100% reimbursable; and such adjustment, relocation or construction heing shown in detail in "Owner's" plans, sketches, estimate of cost, and specifications (when applicable) -which are attached hereto and made a part hereof; and WHEREAS, the "City" desires to implement the herein described utility adjustments or relocation, .after appropriate approval by the "Department", for the proposed utility construction of "Owner" by entering into an agreement with said "Owner'.'. NOW, THEREFORE, IT IS (HEREBY AGREED 1. "Owner" shall perform the work with "Owner's" forces and/or with contract forces in the manner as set forth in the attached and approved estimate of cost or as set out in an approved supplement or modification of this agreement. The work shall he performed with "Owner's" forces unless it is stated in the attached statement of work or a subsequent change request that "Owner" is not adequately staffed or equipped to perforin the work with its own forces at the time the relocation work is required, in which case, the work shall be performed with contract forces in accordance with the requirements of FHPN 6-6-3-1 as approved by the "Department" and determined to be in the best interest of the project. "Owner" shall maintain adequate records and accounts on contracts let, and work performed by contract forces to be in a position at the actual cost billing stage to support all charges incurred in connection therewith. Any subsequent . major change in the plan or scope of work, the method of performing the work, or in the quantities of major items of material to be installed or removed, shall have prior approval of the "Department" and "City" before any such change is initiated if any additional costs of such changes are to be eligible for reimbursement. • 2. "Owner" hereby certifies, and "City" concurs therein, that "Owner" possesses a real property interest at law in the locations of its existing facilities on which reimbursement for the functional replacement of all or a pro rata part thereof is to be paid by "City" by reason of "Owner's" holding a compensable property interest. 3. "Owner" has determined; and "City" concurs, that a credit for accured depreciation of the existing facilities being replaced is: x (a) Not dun the project as only a sn„meat or segments of the utility's service, distribution or transmission lines are involved. (h) Due the project and has been allowed in the estimate of cost. 4. The "Owner" and "City" have determined that the utility adjustment and/or construction provided for hereunder is 100% eligible for reimbursement to "Owner" for the actual cost, less applicable credits (including but not limited in an audit to those credit items as set out in the attached estimate of cost), and which net actual cost (or representative net actual cost if payment to be "lump sum") is' estimated in the amount of $ 33,747.50 of which $33.747 50 (1) is estimated to be the eligible reimbursable amount and $ Q is the estimated nonreimbursable amount (proportionate share of the cost to be borne by "Owner"); and the basis for such cost proration or allocation between "!honer" and "City" to be followed in billing and payment stages is as set out in the attached cost estimate. 5. "Owner" shall accept as full reimbursement for work hereunder the amount developed or accumulated as eligible actual and related indirect cost in accordance with the following designated accounting procedure: A. A Work Order System prescribed by the applicable Regulatory Agency for actual cost payment. B. x A system developed and used by "Owner" and accepted by. "Department" for actaal cost payment. C. The estimated lump sum reimbursable amount_ (not over $25,000) as a firm commitment agreed as representative of the actual and - reasonable total. reimbursable costs for: all required adjustment work. "Owner" further agrees to retain said cost records and accounts for inspection and audit for a period of not less than three (3) years from the date of final payment. 6. "City", 49 thereafter to the "Owner" shall not begin the adjustment work until and shall exercise due diligence Lo begin days and to complete such wort: within and in a manner as will result in no avoidable construction work or in the adjustment of "Owner's" authorized the work 40 working interference or facilities. by the within days delay 7. "Owner" shall he responsible for any and all hazards to persons, property and traffic, and shall save the "Department" and "City" harmless in all respects from any and all. losses, damages, or injuries caused by any negligent act or omission by "Owner'., employees or agent performing work under this agreement or future maintenance of servicing work on facilities constructed under this agreement; and "(.honer" shall, in completing said work, perform clean up and restoration of appearances of the work area, including disposal of surplus materials and debris, so as not to Leave the work area in an unsafe or unsightly condition. (1) FI1WA PORTION $26,998.00 CITY PORTION $6,749.50 • -4- 8. Unless reimbursement is to be according to lump sum procedure (5.C), "Owner" shall collect and hold in reserve all unreusable material which is not to be returned to stock and is to be credited to the job at less than the salvage value of reusable materials for inspection by the 'Department's" designated Engineer. Failure to furnish written notice to said Engineer of the time and place for inspection of such material shall make "Owner" accountable for the reusable salvage value of all material disposed of without notice. Credit shall be given for the reusable salvage value of all removed material returned to reusable materials stores. 9. If requested by "Owner" in writing, "Department" on behalf of "City" shall make intermediate progress payments of 90 percent of eligible billed costs for utility work hereunder, at no more than monthly intervals, upon receipt of certified statements in four (4) copies for periodic unpaid costs, provided the intermediate billed amount is $5,000 or more (except that no intermediate payments shall be made on "Lump Sum" agreements). No such intermediate payment shall be construed as final settlement for any item included in any intermediate billing. 10. "Owner" shall, upon completion of the adjustment and acceptance by the "Department", on behalf of the "City", submit to "Department" a complete and final bill with supporting detail in four (4) copies covering all billed amounts, including intermediate billing, (except that no detail is required under a "Lump Sum" agreeement). Such final billing shall be certified correct by "Owner" and shall cover the total cost and applicable credits for the adjustment of "Owner's" facilities; and "Owner" shall submit two (2) sets of "as -built" plans representing the adjustment as completed by "Owner" for acceptance by "Department" on behalf of the "City" upon being certified correct by "Department's" Engineer. 11. The "Department", upon receiving from "Owner" the final billing documents complete as listed next above, shall reimburse "Owner" on behalf of the "City" for the eligible actual cost, less all applicable credits and prior payments, if any, for making the adjustments in "Owner's" facilities as agreed herein; and in reimbursing "Owner", the "Department" shall. make initial or semifinal payment Lo "Owner" for the work in the amount of 90 percent of the eligible reimbursable amount billed. The retained eligible amount (final settlement) shall be paid "Owner" (allowing time for normal processing) after audit of "Owner's" cost records and accounts. "Owner" agrees to refund any and all amounts paid in initial or partial payments found in the audit to exceed the total amount eligible for reimbursement for work hereunder. Total reimbursement to the "Owner" shall not exceed the total amount found eligible for reimbursement as reflected by an audit of the cost records and accounts of the "Owner" applicable to subject project, except that if the lump sum payment procedure (5.C) is indicated herein then initial and final payment shall be made for 100 percent of such .agreed lump sum without site audit and without intermediate progress payments; and final payment of said total eligible amount shall satisfy and discharge the "City';" reimbursement obligations hereunder. 12. Notwithstanding anything hereinbefore written, neither, the "Owner" nor the "City" by execution of this agreement waives or relinquishes any rights which either may legally have within the limits of the Law or Constitution, either State or Federal. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed in triplicate by their duly authorized representatives the date herein above written. CITY OF FAYETTEVILLE SEWER DEPARTMENT CI FAYETTEV Title Pir«-ror Public Works Title /72.09149e SEWER RELOCATION OLD MISSOURI ROAD FAYETTEVILLE, ARKANSAS BID OPENING DATE: OCTOBER .14, 1986 ADDENDUM #1 SEPTEMBER 29, 1986' Time is hereby declared to be of the essence in this contract. The winning 'bidder shall begin construction within 10 days of the execution of a construction contract. The contractor shall pay to the City, as liquidated damages, the sum of $200.00 per day for each day construction goes over the 30 day time limit. The liquidated damages shall be -deducted from retainage held by the City. 7 Donald R. Bunn, City Engineer eft DETAILED PLANS AND SPECIFICATIONS SEWER RELOCATION, OLD MISSOURI ROAD FAYETTEVILLE, ARKANSAS SEPTEMBER, 1986 CITY ENGINEER'S OFFICE FAYETTEVILLE, ARKANSAS TABLE OF CONTENTS Advertisement 1 Federal Wage Rate Determination Form of Bid Bond 3 Proposal 5 Form of Arkansas Performance and Payment Bond 7 Contract Agreement 10 Instructions to Bidders 12 General Conditions of the Specifications 16 Detailed Specifications Part I - Contract Stipulations 31 Part II - Construction Specifications II -1 Part III - Material Specifications III -1 .r ADVERTISEMENT Notice is hereby given that the City of Fayetteville, Fayette- ville, Arkansas, hereinafter called the Owner, will receive sealed bids at the Purchasing Agents Office, City Hall, 113 West Mountain, Fayetteville, Arkansas, until /0:00 a.m., on the /414 day of O C ro B EP, , 1986, for the furnishing of all tools, labor, and materials, and performing the necessary work to be done in constructing a Sewer Relocation, Fayetteville, Arkansas. The location of the work is set out in the Plans and Specifica- tions on file in the office of the City Engineer, Fayetteville, Ark- ansas. All necessary work, material, 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 City Engineer. The Contractors shall make such inspections and studies of the site of the work as tothoroughly familiarize themselves with all conditions to be encu e d. Each bid m st be accom.anied by a surety bond in the amount equal to five p rcent (5%) o the whole bid, said bond to be issued by a surety com any licensed to do business in the State of Arkansas., said bond to be tained as iquidated damages in case successful bidder fails, negle or ."fuses to enter into the contract for the construction of said works, and furnish the necessary bonds with- in construction of said works, and furnish the necessary bonds within (10) days from and after the date the award is made. The successful bidder will be required to and payment bond, in favor of the Owner, in an hundred percent (100%). of the contract amount, award of the particular contract section. The Owner reserves the right to refect any and all bids, and to waive any formalities deemed to be in its best interest. The attention of a this contract exce of Act 150 of the 19 furnish a performance amount equal to one at the time of the Notice is hereby given Equal Opportunity.:Empioyer. The proposed contract is 11246 of September 24, 1965. s is called to the fact that if ey must be licensed under the terms of the Arkansas Legislature as amended. that the Ci.ty.of.Fayetteville is,an under and subject to Executive Order The successful bidder will be required to submit a Certifica- tion 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. 1 Neither contractor nor subcontractor shall exclude from participation in, deny the benefits of, or subject to discrimina- tion 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 of 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 wages paid on this job shall be in accordance with the Federal Wage Rate Determination which is attached to the Detailed Specifications. Certified payrolls shall be submitted to the City on a monthly basis. This advertisement is hereby made a part of these specifications and a part of any subsequent contract. Sturman Mackey Purchasing Agent GENERAL DECISION NO. AR86-7 Supersedes General Wage Decision No. AR84-4053 State: ARKANSAS County(les): Statewide Construction Type. Water, Sewer Lines, Streets, Runways & Highway • Construction Description: Construction, alteration, and/or repair of streets, highways, runways and water & sewer utilities, (but does not include structures on highway rest areas). Modification Record: No. Publication Date Page No.(s) 1 Feb. 7, 1986 22 2 May 23, 1986 21 3 June 6, 1986 21 • 20 • BRICKLAYERS CARPENTERS CONCRETE FINISHERS ELECTRICIANS IRONWORKERS: Structural Reinforcing LABORERS: Air Tool Operator Asphalt heater operator Asphalt raker Carpenter Helper Chain saw Operator Checker grade Concrete finisher helper Concrete Joint sealer Concrete saw operator Formsetter Laborer P tpelayer Powderman ✓ 1bratorman PAINTER PILE DRIVER LEADMAN POWER EQUIPMENT OPERATORS: Aggregate spreader oper. Asphalt plant fireman Asphalt plantdrier oper. Batch plant oper. Bulldozer Operators: Finish Rough Bull float operator Concrete curing machine operator Concrete mixer operator: Less than 5 sacks 5 sacks and over Backhoe op. - rubber tired (1 yard or less)--- - Cherry picker operator Concrete paver operator Concrete spreader oper. Crane, derrick, dragllne, shovel, backhoe, opers.: •1-1/2 yards or less rover -1-'1/2 yards Crusher Operator D istributor operator Drill Operator wagon or truck) Elevating grader oper. Euclid or like equipment operator 21 (June 6. 1986) Basic Fringe Hourly Benefits Rates 7.00 7.00 "N 7.00 8.50 6.10 5.30 5.00 5.00 5.70✓ 5.00 5.00 5.30-' 5.00 5.00 5.001 5.30 3.80 5.30' 6.20 5.00 6.00 6.00 5.60 4.70 4.70 5.60 \6.70 5.50 5.50 5.50 5.00 6.00 5.90 5.90 6.50 6.50 AL50 7.:00 5.50 5.50 5.50 6.50 'AR86-7 (bottom or end dump) 5.10 Finishing machine oper 5.90 Forklift operator 4.90 Form grader operator 4.90 Front end loader oper. Finish 6.50 Rough 5.50 Hydro seeder operator 5.00 Mechanic 6.70 Mechanic Helper 5.10 Motor patrol operator: Finish 6.70 Rough 5.50 Mulching machine oper. 5.00 O iler and greaser 5.30 P ile driver operator 6,00 Pug M111 Operator 5,00 Roller operator (self propelled) 5.10 Scraper operator: Finish - 6.70 Rough 5.50 Sod slicing machine op. 4.80 Stabilizer mixing machine operator 5.50 Tractor operator (crawler type) 5.00 Tractor operator (farm and wheel) 5.00 Tractor operator wheel type (with attachments 1 yd. or under) 5.40 Trenching machine oper. 5.40 STONEMASONS 7.00 TRUCK DRIVERS: D istributor truck driver 5.30 Semi -trailer 5.30 Lowboy driver 5.50 Transit mix truck driver 5.30 Truck driver (heavy -maximum pay load in excess of 3,000 lbs.) 5.00 Truck driver (light -maximum pay load 3,000 lbs.) 4.70 Well drillers 6.70 WELDERS: Receive rate prescribed for craft performing operation to which_welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR, 5.5 (a) (1) (ii)). 22 (Feb. 7, 1986) BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, as Principal, and as Surety, are hereby held and firmly bound unto as owner in the penal sum of for the payment of which, well and truly to be made, we hereby jointly and severally 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 Principal has submitted to certain bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the NOW THEREFOR, (a) If said Bid shall be rejected, or in the alternate. (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all ether 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 the obligation as herein stated. The Surety, for value 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. a 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. Principal Surety SEAL BY: • - PROPOSAL (A UNIT PRICE CONTRACT) Place Ci4 Na / �/ irk, DGS leer i4 / /9/6 Date Proposal of °/%%L%/V.5o 40/ /96t e%. /YC a corporation* organized and existing under the laws of the State of Ode, ah $as , and qualified to do business in the State of Arkansas; a Partnership* consisting of an Individual* trading as . TO THE CITY OF FAYErrt.VIT.TY, ARKANSAS: The bidder in compliance with your invitation for bids for the construction of Sewer Relocation, Old Missouri Road having examined the Plans and Specifications with related documents and the site of the pro- posed work, and being familiar with all the conditions surrounding the work, including the availability of materials and labor, hereby proposes to furnish all labor, material, and supplies required to be furnished, and to construct the project in accordance with the Contract Documents, and at the unit 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 a date to be specified--in_a written "Word Order" of the Engineer, and to fully complete the project within 30 consecutive calendar days. Bidder acknowledges receipt of the following addenda: Siena/0m * Fill out applicable blank ��ll ha „✓/e ie1474