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