Loading...
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.