HomeMy WebLinkAbout80-86 RESOLUTIONFEW
RESOLUTION NO. 80-86
•
A RESOLUTION AUTHORIZING THE MAYOR AND CITY ('T.FRK
TO EXECUTE A CONTRACT WITH JERRY D. SWEETSER,
INC. FOR THE CONSTRUCTION OF A WATER LINE EXTENSION
ON LETITIA LANE IN THE CITY OF GREENLAND.
BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF F1VIT TF,
ARKANSAS:
That the Mayor and City Clerk are hereby authorized and directed
to execute a contract with Jerry D. Sweetser, Inc. for the construction
of a water line extension on Letitia Lane in the City of Greenland.
A copy of the contract authorized for execution hereby is attached
hereto marked Exhibit "A" and made a part hereof.
PASSED AND APPROVED this
▪ •
• • •1.
5th' day of
APPROVED
By:
Auguste
, 1986.
. dep
ayor ��/
// day of ` r`a- , 19
Fayetteville, Arkansas, Party of the Firstrt, acting
duly authorized representative, and
CONTRACT AGREEMENT
1. This Contract and Agreement, made and entered
by and between
Party of the Second Part:
WITNESSETH:
1)4
into this
the City of
rough
��its'
That for and in consideration of the payments to be made as
hereinafter set forth, the Party of the Second Part hereby agrees to
furnish all tools, labor, equipment, materials, and supplies requ red
Oto b`L�p"�'' o-jefurnished and to construct the imp ovewent� designated as 1 .
0 W a -n,0. L of / 7 J -I t SL
City of Fayetteville,
Arkansas, in exact accordance with the Plans on file at the office of
the Party of the First Part, and Specifications, Proposals, Stipulations,
and Special Provisions attached hereto and made a part hereof as fully
as though copied herein, under the direct supervision and to the entire
satisfaction of the Party of -the First Part and in accordance with the
laws of the State of Arkansas. -
2. It is further agreed and understood by and between the parties
hereunto that the Party of the First Part agrees to pay and the Party of
the Second Part agrees to accept as full and final compensation for all
work done under this agreement, the unit prices named in the Proposal
which is hereto attached, such payment to be made in lawful money of the
United States, at the time and in the manner set forth in the Specifications.
3. The Party of the Second Part agrees, for the consideration
above expressed, to begin and complete the work within the time specified
in the Proposal. If the Party of the Second Part shall fail to complete
the work in the time specified, he shall pay to the Party of the First
Part, as liquidated damages, ascertained and agreed, and not in the
nature of a penalty, the amount specified in the Proposal for each day
delayed, for each Schedule delayed, which shall be deducted from the
final amount to be paid under the contract, provided that extensions of
time with waiver of liquidated damages may be granted as provided for in
the Specifications.- Time is expressly made of the essence of this agreement.
4. The Party of the Second Part agrees to furnish a Bond, with
an approved Surety thereon, guaranteeing the performance of this Contract,
as required by the laws of the State of Arkansas, and for not less than
one hundred (100) percent of the amount of this contract. Said Bond
shall be conditioned on full and complete performance of this Contract
and acceptance by the Water and Sewer Department for the payment of all
labor and materials entering into or incident to the proposed improvements
and shall guarantee the work against faulty workmanship or materials for
a period of one (1) year after completion. The Surety on said Bond shall
be a Surety Company of financial resources satisfactory to the Party of the
First Part, and authorized to do business in the State of Arkansas.
5. The Party of the Second Part agrees also to carry Public Liability
Insurance, Property Damage Insurance, and Workmen's Compensation Insurance
in amounts as required by these Specifications.
WITNESS OUR HANDS THIS //o? ‘74,` DAY OF
a ,�,
.,_,,;•
•
WITNESS:
SEAL ,IF r a
A , 19ff�
CITYFAYETTE LE
FA TTE ILLE
B
MAYOR
WITNESS
Affixo;r_porate Seal here (if any)
11
64,2
AME AND TIT'
a
U INES ADDR SS
CERTIFIED COPY
GENERAL POWER OF ATTORNEY
No 83788
Know an Men by these Presents:
That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the
State of Maryland, and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint
Neil Danner
of the City of Fayetteville . , State of Arkansas ,
its true and lawful attorney in and for the State of Arkansas
for the following purposes, to wit:
To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and
all acts and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY
COMPANY, a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said UNITED STATES
FIDELITY AND GUARANTY COMPANY, through us, its Board of Directors, hereby ratifies and confirms all and whatsoever the said
j-s-s‘A
eill
rrmay lwfully`do in iii premises by virtue of these presents.
(n Witnui Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to be
sealer . 25th
d with ttsecorporrate seal, duly attested by the signatures of its Vice -President and Assistant Secretary, this day of
Neil Danner
May ,A -D.1973
(SEAL)
STATE OF MARYLAND,
BALTIMORE CITY I)
ss:
UNITED STATES FIDELITY AND GUARANTY COMPANY.
(Signed) By
(Signed)
Bertram W. Sealy, Jr.
David L. Royer
Vice -President.
Assistant Secretary.
on this 25th day of May , A. D. 1973 , before me personally came
Bertram W. Sealy, Jr. , Vice -President of the UNITED STATES FIDELITY AND GUARANTY
COMPANY and David L. Royer , Assistant Secretary of said Company, with both of
whom I am personally acquainted, who being by me severally duly sworn, said that they resided in the City of Baltimore, Maryland;
that_they, the said. . Bertram W. Sealy, Jr. and David L. Royer were respectively
the' Vice -President and the Assistant Secretary of the said' UNITED STATES FIDELITY -AND GUARANTY COMPANY,the-cor-
poration described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the
seal affixed to said Power of Attorney was such corporate seal, that it was so fixed by order of the Board of Directors of said corpora.
tion, and that they signed their names thereto by like order as Vice -President and Assistant Secretary, respectively, of the Company.
My commission expires the first day in July, A. D. 19. 71 ....
(SEAL)
STATE OF MARYLAND )
BALTIMORE CITY, 1} Set.
(Signed) Herbert J. Aull
Notary Public.
I, Robert H. Rouse , Clerk of the Superior Court of Baltimore City, which Court is a
Court of Record, and has a seal, do hereby certify that Herbert J. Aull , Esquire, before
whom the annexed affidavits were made, and who has thereto subscribed his name, was at the time of so doing a Notary Public of the
State of Maryland, in and for the City of Baltimore, duly commissioned and sworn and authorized by law to administer oaths and take
acknowledgments, or proof of deeds to be recorded therein. I further certify that I am acquainted with the handwriting of the said
Notary, and verily believe the signature to be his genuine signature.
In Testimony Whereof, I hereto set my hand and affix the seal of the Superior Court of Baltimore City, the same being a Court
of Record, this 25th . day of May , A. D. 19 73
Robert H. Bouse
(SEAL) (Signed)
.
Clerk a1 the Superior Court of Baltimore Calf.
•Laetaaaagynwns v
1147j: r
('WWQ)
986T 'ZZ AZnPoANV cb
dsNVuvno cow Alliaum s3.LvLS Qum a4t to leas ay pue pueq hw las olunaaaq aseq I 'foaaaym duouinnz,urf
•8u!taaw pies yo satnww 3141 u! papioaaa se'yoaaayt alo4M ay pus 'uopupsaa
Nes yo Moo patio, pus anal a s! su!oSaaoy ayt ley pue 'luasaid sem saataai!a yo moll ay yo wnaonb a su!laaw (PRA le '0161 `API
yo Lep y1II ay uo 'aaompieg yo huh ay u! huadwop ay yo °og!o ail Is play pus papa hlnp 'huedwo3 pies yo siopal!Q yo paa0g
ayi 10 Su!aaw 10 ns31 a 1e paidopa uo0n1Osaa a yo aouensand u! uaAIS sem Lauto1y yo aamod pies lays Lgua3 aayuny op 1 puy
'taaya pue aaaoy un; u! ups s! pug portal uaaq 13s311 seq hauaoue yo laMod yawn 'quo;
Witt EuuaModwapue Su!zpoytneSssus$ay 4atTTAal4aatsd 10
tae ulaaayi se spuoq u8!s of
aauuea TTau
of huedwo3 ppm hq
uan!S Amnon? 10 aamod leui2po ay yo Moo taan03 pue anal `llny a e! su!osaaoy ayt ley hy!ua3 hgany op 'ANVdWOD A.LNVIIVIIO
QNV A1H3QU S3.LVIS anima aql yo haulanaS tuele!sey ice ' TT9 gsasw a(aTlang 'y .y
.awes ay yo nytp yo aanteu a14l u! supphue
to 'Sugeaapun ao "uopalndus 'uoues!Igo 'aauez!uSo3aa 'puoq vans hum u! ao; papmoad aq Lew ya!yM suo!npuoa hue ao su!gthus yo
• Stipp lou ao suiop_ay1 aoy. pauo 2 puoa_'ianosleyM-sappede3 lle_pue hua,u! 'aanaoswgM uopeziuesao-ao uo!tepossa J31410 10 huledpiunul
%Swatu!-'33140 'Lpoq 'uoneaodaoa 'suosaad ao uosaad Atte ioy ao he! 'yo uo!taawad ao Alinas ay ao; papao3aa ao palg 'patdaaae 'paaapual
'uatp 'uatlgt 'apew •pam3axa aq o1 pannuaad ao pannbaa 'pa*olle aq •as!Maaylo ao ledp!unw 'le3ol 'aa3ylo a0 aayio •uonez!uesao 'hpoq
'pasoq hue yo uopaa3s!p ao ',pond 'swolsn3 'slapao 'suonelnsaa 'salsa ayi hq JO 'pusipunolMaN yo Luolop ail yo ao epeue3 to uolu!woa
aqt yo saauuoad 341 yo ao saleIS Papua 3141 30 Laounay ao awls hue !n a0 saletS payun ayi yo atoms hue hq ao 'as!Maaglo ao led!3!unw
•MII1 hq hew ao aae 143!4* 'awes alp yo aa14ua yo aanleu ail u! suiyshue ao $Supleuapun suogeindns 'eu0nee!lgo 'saouez!u2o3ae 'spuoq
Its pue Luo ;o suoy!puoa ail aaweaen8 pue amaze 01 swase 10 way a0 ' pey-ui.sLauzoua a0 hauaoile sp ee pue aweu ell 11! 'osyy
put 'pastolle MEI -Lq
ao 'duipaaaoad ao suonae !le u! pan!waad ao paalnbaa 's2unleuapun pue spuoq 2u!aatueaen8 ao su!tn3axa pue sap!lod a3ueansu! twit
13470 813¢awo3 yo saaueuuoyad ayi su!aaauwen8 'twat alenud ao 3!Ignd yo suon!sod Su!ppy suosaad yo hulapy 3142 2u!aalueaen2 spell
-uoa Ile pue hue aanlap pue airman of •lae SI! se pue aweu sl! ui 'huedwoD pies yo sluase ao wase ao •a3ey-u!-shaulolle ao hauaoite se
suosaad ao uosaad hue iu!oddw at 'leas ateaodao3 s*i aapun •sa!ae1aaaas weis!ssy su yo auo ao (18131338 Si! yiM uo!l3unfuoa u! sluap!saad
-ao!A sn yo 33141!3 ao luap!saad sl! 1aModwa pue azuoylna •scop hgaaaq a pue 'op huedwoj s!y1 ley 'paayosau i! aq 'aao(aaayy
.puelpunoJMaN to huolo3 ay1 u! pue epeueD 30 uo!u!wo( alp )o
saauuoad ayi u! pue seams pauun aqi yo sauo1Way ay1 u! pue •puelhaoyy amp law saIet8 u! aweu et! u! pue 3! 103 Pe 01 Lluoging pue
1a*od truss shauaoue pue swat tu!odde huedwop s!y1 1041 souping yo ton3esuwat lenlaayp 242 101 Lawssaoau s! a 'eoaaagy Iota
NOLLI IOS3H d0 AdO3
DETAILED SPECIFICATIONS
LETITIA STREET
WATER LINE
GREENLAND, ARKANSAS
JULY 1986
ADVERTISEMENT
Notice is hereby given that the City of Fayetteville,
Fayetteville, Arkansas, hereinafter called the Owner, will receive
sealed bids at the Purchasing Agents Office, City Hall, 113 West
Mountain, Fayetteville, Arkansas, until 10:00 a.m., on
the 22nd day of JulY , 1986, for the furnishing
of all tools, labor, and materials, and performing the necessary
work to be done in constructing 1480 feet of 6 -inch water line
on Letitia Street, Greenland, Arkansas.
The location of the work is set out in the Plans and
Specifications on file in the office of the City Engineer,
Fayetteville, Arkansas. Work to be performed includes the placement
of approximately 2450 feet of 6 -inch water line and 2 fire hydrants.
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 to thoroughly familiarize themselves with
all conditions to be encountered.
Each bid must be accompanied by a surety bond in the amount
equal to five percent (5%) of the whole bid, said bond to be issued
by a surety company licensed to do business in the State of
Arkansas, said bond to be retained as liquidated damages in case
successful bidder fails, neglects or refuses to enter into the
contract for the construction of said works, and furnish the
necessary bonds within ten (10) days from and after the date the
award is made.
The successful bidder will be required to furnish a performance
and payment bond, in favor of the Owner, in an amount equal to
one hundred percent (100%) of the contract amount, at the time
of the award of the particular contract section.
The Owner reserves the right to reject any and all bids,
and to waive any formalities deemed to be in its best interest.
The attention of all bidders is called to the fact that if
this contract exceeds $20,000 they must be licensed under the
terms of Act 150 of the 1965 Acts of the Arkansas Legislature,
as amended.
Notice is hereby given that the City of Fayetteville is an
Equal Opportunity Employer.
The proposed contract is under and subject to Executive Order
11246 of September 24, 1965.
The successful bidder will be required to submit a
Certification of Non -segregated Facilities prior to award of the
Contract, and to notify prospective subcontractors of the
requirement for such a Certification where the subcontract exceeds
$10,000.
Neither contractor nor subcontractor shall exclude from
participation in, deny the benefits of, or subject to discrimination
under any program or activity, any person in the U.S. on the grounds
of race, color, national origin, or sex, nor discriminate on the
basis of age under the Age Discrimination Act of 1975, or with
respect to an otherwise qualified handicapped individual as provided
in Section 504 of the Rehabilitation Act of 1973, or religion
except that any exemption from such prohibition against
discrimination 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.
This advertisement is hereby made a part of this specifications
and a part of any subsequent contract.
Sturman Mackey
Purchasing Agent
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 other 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:
Place
Date
PROPOSAL
(A UNIT PRICE CONTRACT)
7 -
012 X'C
Proposal of
organized
corporation*
and existing under the laws of the State of
, and qualified to do business in the
State of Arkansas; a Partnership* consisting of
, an Individual* trading
as
TO THE CITY OF FAYETTEVILLE, ARKANSAS:
The bidder in compliance with your invitation for bids for
the construction of 6 -inch water line, Letitia Lane, Greenland,
Arkansas, having examined the Plans and Specifications with related
documents and the site of the proposed 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 rpices 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 consecutive
calendar days
Bidder acknowledges receipt of the following addenda:
*Fill out applicable blank
•
ITEM
NO.
ESTIMATED QUANTITY
AND DESCRIPTION
1. 1480 feet of 6 incl pipe,
ductile iron o
(circle one)
2. 4 each, 6 inch gate valves
- 2 -each, fire hydrants,
installed complete
4. 5 yards Class "B" concrete
5. Connections to existing
2/ inch line, lump sum
UNIT**
PRICE TOTAL
Dollars
$ 7 g $ /f, /oo,°0
thy, Si
Dollars
s320,06 $ 1,2ga.oO
.-hteclu,e 144.4"41
Dollars
S/200.no $ 21400.pO
6. 200 tons, SB2
7. 30 linear feet, concrete encasement
TOTAL BID
0
17
ollars
$ /co, e. $ 3 0a. 00
ollars
Dollars
$ a poo. °°
$ la.°0' $ 3‘o."
** Unit prices to be shown in words and figures. In case of discrepancy amount
shown in words will govern.
The above unit prices shall include all labor, materials, bailing, shoring,
overhead, profit, insurance, etc , to cover the finished work of the several
kinds called for.
Bidder understands that the Owner reserves the right to reject any or all
bids and to waive any informalities in the bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for
a period of Sixty (60) calendar days after the scheduled closing time for
receiving bids.
Upon receipt of written notice of the acceptance of this bid, bidder
will execute the formal contract attached within ten (10) days and deliver
the Surety Bond or Bonds as required by Paragraph 8 of the General Conditions.
The bid security attached in the sum of 52
is to become the property of the Owner in the event the contract and bond are
not executed within the time above set forth, as liquidated damages for the
delay and additional expense to the Owner caused thereby.
SEAL - if bid is by a corporation
Respectfully Submitted:
By A aJr,,/ 1,v.%?
i ?o
a-L1� ;72 7o /
(Business Address and Zip Code)
ARKANSAS PERFORMANCE AND PAYMENT BOND
(14-604 Arkansas Statutes)
KNOW ALL MEN BY THESE PRESENTS: That we (1)
a (2) , hereinafter called "Principal" and
(3) of , State of
hereinafter called the "Surety", are held and
firmly bound unto (4) , hereinafter called
"Owner" in the penal sum of dollars ($
in lawful money of the United States, for the payment of which sum well
and truly to be made, said principals and Surety bind themselves, their
heirs, administrators, executors, successors and assigns, jointly and
severally, by these presents.
THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal
entered into a certain contract with the Owner, dated the
day of , 19 , a copy of which is attached and made a part
hereof for the construction of:
NOW, THEREOFRE, if the Principal shall well, truly and faithfully perform
its duties, all the undertakings, covenants, terms, conditions, and agree-
ment of said contract during the original term thereof, and any extensions
thereof which may be granted by the Owner, with or without notice to the
Surety, and if he shall satisfy all claims and demands incurred under such
contract, and shall fully indemnify and save harmless the Owner from all
costs and damages which it may suffer by reason of failure to do so, and
shall reimburse and repay the Owner all outlay and expense which the Owner
may incur in making good any default, and shall promptly make payment to all
persons, firms, subcontractors and corporations furnishing material for or
performing labor in the prosecution of the work provided for in such contract,
any any authorized extension or modification thereof, all amounts due for,
but not limited to, materials, lubricants, oil, gasoline, coal and coke,
repair on machinery, equipment and tools consumed or used in connection with
the construction of said work, fuel oil, camp equipment, food for men, feed
for animals, premium for bonds and liability and workmen's compensation
insurance, rentals on machinery, equipment and draft animals; also for taxes
or payments due the State of Arkansas or any political subdivisions thereof
which shall have arisen on account of, or in connection with, the wages
earned by workmen covered by the bond; and for all labor performed in such
work whether by subcontractor or otherwise, then this obligation shall be
void, otherwise to remain in full force and effect.
5
•
The Surety agrees the terms of this bond shall cover the payment by
the principal of not less than the prevailing hourly rate of wages as
determined by the Arkansas Department of Labor or U. S. Secretary of
Labor, whichever is greater, to all workmen performing work under the
contract.
PROVIDED FURTHER, that the said Surety, for value received, hereby
stipulates and agrees that no change, extension of time, alternation,
or addition to the terms of the contract or to the work to be performed
thereunder of the specifications accompanying the same, shall in any wise
affect its obligation on this bond, and it does hereby waive notice of any
such change, extension of time, alteration or addition to the terms of the
contract as to the work or to the specifications.
PROVIDED FURTHER, that no final settlement between the Owner and the
contractor shall abridge the right of any beneficiary hereunder, whose
claim may be unsatisfied.
IN WITNESS WHEREOF, this instrument is executed in six (6) counterparts,
each of which shall be deemed an original, this day of
, 19 .
ATTEST:
SECRETARY (PRINCIPAL)
(SEAL)
(PRINCIPAL)
BY
(TITLE)
(ADDRESS)
WITNESS AS TO PRINCIPAL (SURETY)
ADDRESS
ATTEST:
SECRETARY (SURETY)
(SEAL)
WITNESS AS TO ATTORNEY-IN-FACT
ADDRESS
BY
ATTORNEY-IN-FACT
ADDRESS
NOTE: Date of Bond must not be prior to date of Contract.
(1)
(2)
(3)
(4)
(5)
(6)
(7)
Correct name of Contractor
A Corporation, a Partnership, or an individual, as case may be
Correct name of Surety
Correct name of Owner
If Contractor is Partnership, all partners shall execute bond
This bond must be filed with the Circuit Court of the County
where the work is to be performed, prior to the start of const-
ruction
Must be executed by Arkansas Local Resident Agency for Surety
•
INSTRUCTIONS TO BIDDERS
1. QUALIFICATIONS OF CONTRACTORS:
Before submitting a bid, bidders must be licensed under the
terms of Act 150 of the 1965 Acts of the Arkansas General Assembly, and the
successful bidder must be legally qualified in all respects to do business
in the State of Arkansas.
When called upon to do so after receipt of Proposals, bidder
shall prepare a Financial Statement, Experience Record, and Equipment
Schedule. These statements shall reflect the current status of the bidder.
The statements of each bidder, must show net liquid assets or credit
facilities in an amount of not less than fifteen (15) percent of the total
amount bid. Each bidder must ha -e had at least three (3) year's experience
in construction of similar improvements and must have successfully completed
at least three (3) such projects Each bidder must have equipment available
which, in the opinion of the Engineer, is adequate to complete the work under
these Specifications in the time allowed for completion. Should any bids
be received from bidders whose statement, when filed, fail to show that the
bidder's qualifications meet the minimum requirements above -enumerated,
such bids may be rejected.
2. LOCAL CONDITIONS:
Bidders shall read the Specifications, examine the Plans, and
make their own estimates of the existing facilities and the difficulties
which will attend the execution of the work called for by the proposed
Contract, including local conditions, uncertainty of weather, and all other
contingencies. Bidders shall satisfy themselves by personal examination of
the location of the proposed work, and by such means as they may choose, as
to actual conditions and requirements. Information derived from the Plans
and Specifications or from the Engineer or his assistants shall not relieve
the bidder of this responsibility.
3. PROPOSAL GUARANTEES:
Proposals must be accompanied by either a certified or cashier's
check, drawn on a National Bank or a bank having membership in the Federal
Reserve System, or a Bid Bond executed by a satisfactory Surety. The proposal
guarantee shall be in an amount not less than five (5) percent of the bid
and made payable to the Contracting Authority to whom the Proposal is made.
A lesser amount will not be accepted.
The proposal guarantee, or other bid qualifications, shall be sealed
in a separate envelope firmly attached to the outside of the sealed Proposal.
The outer envelope shall be opened first, and if the documents are not found
to be in order, the sealed Proposal shall be returned to the bidder unopened.
The amount of any check or bond shall be retained by the Contracting
Authority as liquidated damages in case the bidder neglects or refuses to
enter into a contract and to furnish the required contract bond within ten
(10) days after the prescribed contract and bond forms are presented for
signature.
•
Checks of unsuccessful bidders will be returned immediately after
a contract has been executed.
4. PROPOSALS:
(a) Proposals shall be strictly in accord with the prescribed
forms, furnished with the Specifications. Any modifications or deviations
therefrom may be considered sufficient cause for rejection.
(b) The bidder shall state in words and figures the lump sum and
unit prices for which he proposes to do each item of work covered by the
Proposal. In case words and figures do not agree, the words shall govern
and the figures shall be disregarded.
(c) It is to be understood that the lump sum required in the
Proposal is for the furnishing of all materials required to be furnished
and the doing of all work required under these Contract Documents, including
items for which no quantities are given, and the quantities given in the
"List of Variable Quantities" at the end of the Proposal. The "Unit Prices
for Variation of Quantities" required are for adjustment of the "Basic
Bid" by reason of variation of actual variable quantities from the quantities
given in the "List of Variable Quantities". In case unit prices are not
required, it is to be understood that the lump sum required in the Proposal
is for the furnishingof all materials required to be furnished and the
doing of all work required under these Contract Documents.
(d) Proposals may be submitted for any or all Schedules, if
more than one Schedule is included in the work, but bidders submitting a
proposal for a "construction" Schedule must submit a proposal for any other
Schedule of work incident thereto, such as "Electrical" and "Plumbing".
Where a bidder bids on more than one Schedule and desires to accept the
proposal, but any reservation on the part of the bidder to make a decision
on what Schedules he will accept after bids are opened will render the bid
null and void.
(e) Proposals must be signed, in writing, by an individual
authorized to bind the bidder.
(f) Proposals must be submitted complete, with all other Contract
Documents in their original binding as furnished by the Engineer. They
must be submitted at the place and on or before the time specified in the
Advertisement for Bids.
(g) Proposals must be submitted in sealed envelopes addressed
o the Contracting authority, and clearly marked on the outside of the
envelope, "Proposal for Construction Contract" to be opened at (date and
time). The Bidder's current Arkansas Contractor's license number mus
arked on the envelope.
(h) The Contracting Authority will not consider bids covering
only a portion of these specifications.
•
(i) The unbalancing of bids will not be tolerated. Evidence of
material unbalancing will be considered cause for rejection
5. MODIFICATION OF BIDS:
No modification of bids already submitted will be considered
unless such modifications are received prior to the hour set for opening.
6. BID BONDS, CONTRACT BONDS, AND INSURANCE -
Attention of bidders is called to Act 82 of the 1935 Acts of the
Arkansas General Assembly, which requires that all bid bonds, performance
bonds, labor bonds, employer's liability insurance, public liability
insurance, workmen's collective insurance, and property damage insurance
must be secured through resident agents of Arkansas.
7. CLARIFICATION OF CONTRACT DOCUMENTS:
If any person contemplating submitting a bid for the proposed
contract is in doubt as to the true meaning of any part of the Plans,
Specifications, or other proposed Contract Documents, he may submit to the
Engineer a written request for any interpretation thereof. The person
submitting the request will be responsible for its prompt delivery. Any
interpretation of the proposed Documents will be made only by an Addendum
duly issued, and a copy of such Addendum will be mailed to each person who
has previously secured or who subsequently secures a set of Documents. The
Contracting Authority will not be responsible for any other explanations
or interpretations of the proposed Documents
8. EXECUTION OF CONTRACT DOCUMENTS:
Following the award and within ten (10) days, provided for in the
Proposal, the successful bidder shall properly execute five (5) counterparts
of the Contract Documents.
9. BASIS OF AWARD:
Bids will be considered on the basis of the total bid price or
prices given in the Proposal. In the event Unit Prices are required they
will not be considered except that evidence of serious unbalancing of the
Unit Prices shall be considered cause for rejection of bids.
The Contract(s) will be awarded to the bidder (or bidders in the
case of more than one Schedule of Work) submitting the lowest and best bid
(or combination of bids), considering the contractor's experience and
ability to do the work, and the character and quality of the equipment
he proposes to furnish. The Contracting Authority reserves the right to
select such bids or combination of bids which in its opinion would serve
its interest best.
The Contracting Authority reserves the right to select between
any Alternatives in the Proposal.
1A
10. EXCEPTIONS TO INSTRUCTIONS TO BIDDERS:
If this contract is less than $ 20,000.00 the following
exception applies:
The Contract or is not required to be licensed under the
terms of Act 150 or the 1965 Acts of the General Assembly.
11. TIME OF COMPLETION AND LIQUIDATED DAMAGES:
Bidder must agree to commence work on or before a date to
be specified in a written "Notice to Proceed" of the Owner and to fully
complete the project within consecutive calendar days thereafter.
12. NOTICE OF SPECIAL CONDITIONS:
Attention is particularly called to those parts of the contract
documents and specifications which deal with the following:
(a) Inspection and testing of materials.
(b) Insurance requirements
(c) Wage rates.
(d) Special equipment which the Contractor must use on the job.
13. SAFETY STANDARDS AND ACCIDENT PREVENTION:
With respect to all work performed under this contract, the
Contractor shall:
1. Comply with the safety standards provisions of applicable laws,
building and construction codes and the "Manual of Accident Prevention
in Construction" published by the Associated General Contractors of
America, the requirements of the Occupational Safety and Health Act of
1970 (Public Law 91-596), and the requirements of Title 29 of the
Code of Federal Regulations, Section 1518 as published in the "Federal
-Register", Volume 36, No. 75, Saturday, April 17, 1971.
2. Exercise every precaution at all times for the prevention of
accidents and the protection of persons (including employees) and
property.
3. Maintain at his office or other well known place at the job site,
all articles necessary for giving first aid to the injured, and shall
make standing arrangements for the immediate removal to a hospital or
a doctors care of persons (including employees), who may be injured on
the job site. In no case shall employees be permitted to work at a job
site before the employer has made a standing arrangement for the removal
of injured persons to a hospital or a doctors care.