HomeMy WebLinkAbout62-90 RESOLUTIONi
•
RESOLUTION NO. 62-90
A RESOLUTION AUTHORIZING THE MAYOR AND CITY
CLERK TO EXECUTE A CONTRACT WITH BB & B
CONSTRUCTION, INC. IN THE AMOUNT OF
$247,500.00 FOR THE MANHOLE REHABILITATION
PROJECT.
BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the Mayor and City Clerk are hereby
authorized and directed to execute a contract with BB & B
Construction, Inc. in the amount of $247,500.00 for the Manhnole
Rehabilitation Project. A copy of the contract authorized for
execution hereby is attached hereto marked Exhibit "A" and made a
part hereof.
PASSED AND APPROVED this 17th day of April , 1990.
APPROVED:
By:
ATTEST:
YN
City C
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
CITY OF FAYETTEVILLE
FAYETTEVILLE, ARKANSAS
uno
PROJECT BOOK
(CONTRACT DOCUMENTS, SPECIFICATIONS
AND DETAILED DRAWINGS)
FOR
FAYETTEVILLE MANHOLE REHABILITATION
AND REPAIR
MINI -SYSTEM 17
FEBRUARY 1990
ETC ENGINEERS, INC.
Consulting Engineers & Scientists
1510 South Broadway
Little Rock, Arkansas 72202
•
•
•
•
ADDENDfl4.L 1
February 28, lilt
Fayetteville Manhole Rehabilitation and Repair, Mini -System
17, Fayetteville, Arkansas.
Replace Page P-3 of the Proposal section with the attached
Page. This will include a separate bid item, for type three
(3) Repairs.
ETC Engineering, Inc.
71/2:
By:
Joodi` a.
•
•
•
AD-DZIMILECLL.2
Fayetteville Manhole Rehabilitation and Repair, Mini -System
17, Fayetteville, Arkansas.
Replace the first paragraph of section 6.2, page 6-1 with
the following paragraph.
Materials shall consist of the Brush Bond Concrete system as
manufactured by Fosroc Precon Industries Ltd., Plainview,
New York, Drycon, Manhole Rehabilitaion System, as
manufactured by IPA Systems, Inc., Philadelphia, Pa.,
Strong -Seal MS -2 as manufactured by Strong Manufacturing
Co., Inc., Pine Bluff, Ar. or equal. The Contractor shall
submit 2 copies of manufacturers data to the Engineer for
each product to be used. The material must have a prior
approval of the Engineer.
ETC Engineering, Inc.
By:
Hamid • flood ei
1•i f-0, N _ - ti r ,
•
1 S t H r k: 0. r1 c Z
1 r-, S u r CL r -, ,_ .y
A.I.A, Document No. A,-811) (February on Ed.)
FIREMAN'S PUNb INSURANCE COMPANY
THE AMERICAN INSURANCE COMPANY
NATIONAL SURETY CORPORATION
ASSOCIATSb INDEMNITY CORPORATION
AMERICAN AUTOMOBILE INSURANCE COMPANY
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, BB&B Construction Company, Inc.
as Principal, hereinafter called the Principal, and Fireman's Fund Insurance Company
a corporation duly organized under the laws of the State of California
ae Surety, hereinafter called the Surety, aro hold and firmly bound unto City of Fayetteville
as Obligee, hereinafter called the Obligee, In the sum of Five Parc ant (5%) of amount bid
Dallas is5% of amt bid)
for the payment of which sum well and truly to be mode, the said Principal and the said Surety bind ourselves, our hairs, executors,
administrators, successors and assigns jointly and severally, firmly by thee presents.
•WHEREAS, the Principal has submitted a bid for
Fayetteville Manhole Rehab
Repair Nini System #17
NOW, THEREFORE. if the Obligee shall accept tno hid al the Principe: and the Principe: shall en'er into a contract wi:h the Obligee
in accordance with the terms of such kid, andivo such bonseethedd or bonds as may be sethed In :he btdd ng or contract cocumerts with
good and sullictent surety for the lalthlul performance of such contract aryl for the prompt payment of labor and material furntshod
in the prosecution thereof, or In the event of tho failure of the Principal In enter such contract and give such bond or bonds, if the
Principal shall pay to the Obligee the difference not to exceed the penalty horoul between the amount specified :n said hid and
such larger amount kr which the Obligee may to good faith contract with another party to perform the work covered by scud bid,
then this obligation shall bo null and void, otherwise to remain in lull force and effect,
Signed and sealed this
2nd
day of
I
March
BB&B Construction Company, Inc.
A.D. 19 90
LPrinelpal)
21e�b'i1/
• .•"..r, -
Fireman's Fund Insurance C6rnpaav
(Surety:
Seal)^ . V
P c
rr Ea 'tore FafE AI emar.�n-leei
T
•
41 A R —
2 — 9 0
F R 1
1 1 a 02 1 s t A r k o la s ec s I r, s tar- u. r-,ce
GENERAL
town or FIREMAN'S FUND INSURANCE COMPANY
KNOW ALL MEN EY THESE PRESENTS: That FIREMAN'S FUND INSURANCE COMPAN Y, a t'ni pqi e'ivrt only ormini ted and existing under the int of
the State of C&Jirornle, and having Its principal race In the County of Marin, Slate of CAlllol1110, has 11104, constituted and appointed, and does by these
presents make, constitute and appoint
• RAYMOND HAYNIE. BARBARA MOREIIAR'T, UALEIIA )IUUR'I'UN and RItLL•N RUTII BALL
Jointly or severally
ROT SPRINGS, AR
Its true end lawful Attorney(s)-In•FId, with full power and authotItyhereby roofer red In IR name, pine and stead. to execute, seal. acknowledge and dcOver soy
and ail bonds, undertaking, work/nets or other written obligations Id die nature (hereof
and to bind the Corporation thereby 11 fully and to the same extent nm if sortie hoods were signed by the Pie Went, sealed with the corporate seal of the
Cotporadon and duly attested by Its Secretary, hereby radfylna and conrlrtniog all that the mid Attorney(e)•In-Fael may do In the premises.
Tids power orattotnty ll(trawled pursuant to Article/II, Sections 46 and 46 of By-laws of FIREMAN'S FUND INSURANCE COMPANY now 1n full force and
effect.
"Article VII. Appoint meed and Ant6orlty of Resident Secrulottes, Altos nrydd-Fad and Agents to rrc•epf Legs) rrtoceae and Make Appearances,
Stetlon 45, Apeetntmfdf. the Chdrman of (he Board of Merlon, theident Fre.ldrnt, .lay VIt.•renImm Or nor nlher person authorised by the Beard of
I/hectors, the ARernere-In•Feetntorreptaf the Bond of ttnt Ind set for sad as behalf of the the CorporatlunVtrr N4411440 and Agents to ara,phlegal process and tlit NMI, In lime, make types reacts foroint 'trident etant Secretaries mod
and on behalf o! the
Corporation.
Section 46. A fhordir. The authority of such Resides' Malkin' Sferef ria, Attar In•Fnel end Aeene dhnn be es prescribed In the Instrument evidencing
their Ippointmeal.Aey such appointment and ell aaiboilty granted thereby may be crake(' at any dmc by the !Wald of Weed NI or by any omen empowered l9
mks
inch appointment" d and sealed under end 9 y
of the INSURANCE COMPAIs NY at s meeting duly called and lithe
on the day 01 Aucgust 19R4w log ,t and 4Md Rceolutlunthas nott been amen rd of Directors
Of repealed:edFUND
"RESOLVED, that the signature of any Ylce•rrcsldenl, Aedmlmtt Srrtrl nr v, and Rr+IJrnt MshldnI err, ei nay of 11,14 en, pnratlon, and Ilse stat of this
and npowmay be attorney,
a printnn ed
any tabby power of attorney, orwer of attorney, on any reeltltieale ben Ing such fee simile signature or faceel simile sealskillbelvalidband binding
and any power of attorney, Y
upon the Corporation'.'
. IN WITNESS WHEREOF, FIREMAN'S FUND INSURANCE COMPANY has caused these presents to be signed by Ira Vice-president, and lu corporate
sal to be hereon tide 2I141 dayat
••
n ,••'4'
rnci co+
STATE OF CALIFORNIA
COONTY OF MARIN'
Jutle
t
M.
19 89
FIRE% 'S FUND INSURANCE COMPANY
B vier ern
to mels own. �e9 or SU ne . .19 Vice
..1 fore int yenonnlly some
R. D. Par rlswarL')t
_ta
to me known, who being bymeduly sworn, did dcposeand411y:lltnlhell VlcerrediJet'tofPIREMAN"S FUND Iv<UttANc:P.COMPANY, the Corporation
described lA nd which executed the above Instrument: that he knows the seal of said Corporation: mics the seal Rinsed to the meld Instrument is such corporate
rah that it was so affixed by order of the Board of Directors of sold Corporation and that he signed his name 'hetero by like order.
IN W TNESSWHEREOF I have hereunto set my hand and affixed my official teal, the day and year herein fifsl above written.
NI NII uteennl alalalM/
�
r�:• �s.': • NOTARY PUBLIC • CALIFORNIA
mintiestOffice In Merl* County
My Criminate Iapbw bg. 211.(02
IIHstemem NININWNaNINn1ungeaIMMMINM111I
STATE OF CALIFORNIA
COUNTY OF MARIN Assistant
Secretory
o_f FIREMAN'S FUND INsoRANCI3 n :reCorporation,
I,
the foregoing and attached PCQWEROFTIDRNEY remains hill rocand has of+r inert evokrdn l Nnberrtweht Article
the By-laws of the C•otpSratlon, and the Resolution of the Saud of Directors; set forth In the rower Of Attorney. are now hi force.
Ma-
Slotted and sealed at the County of,Mad__21:1L,
n. Dated the day of rro
••
•
OFFICIAL SEAL
1 M. YANDEYOAT
t
CERTIUICAI P.
N,
C4/11.11. ce -v`'ylett....
Noun ruGM
SWrli—FP—It-ti�:
nialSoiretAril
DO HEREBY CERTIFY
V (I, Sections 47 and 46 of
• 19 SC_.
City of Fayetteville
Fayetteville, Arkansas
FAYETTEVILLE MANHOLE REHABILITATION AND REPAIR
MINI -SYSTEM 17
CONTRACT DOCUMENTS, SPECIFICATIONS
AND DETAILED DRAWINGS
FEBRUARY 1990
ETC ENGINEERS, INC.
Consulting Engineers & Scientists
1519 South Broadway
Little Rock, AR 72202
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
TABLE OF CONTENTS
Invitation to Bid
Instruction to Bidders
Proposal
Bid Bond
Statement of Bidder's Qualifications
Arkansas Performance and Payment Bond
Contract
General Conditions
DETAILED SPECIFICATIONS - SECTION
1.1 Summary of Work
1.2 Water Use
1.3 Removal of Debris
1.4 Cleaning Precautions
1.5 Pumping and Bypassing
1.6 Flow Control Precautions
1.7 Testing of Manholes
1.8 Clean up
I-1
I.T.B.-1
P-1
B .B.-1
S .Q.B.-1
P .P.B.-1
C-1
G .C.-1
1 - GENERAL REQUIREMENTS
1-1
1-2
1-3
1-3
1-3
1-3
1-4
1-4
DETAILED SPECIFICATIONS - SECTION 2 - SITE WORK, EXCAVATING,
BACKFILL AND SURFACE REPLACEMENT
2.1
2.2
2.3
General
Products
Execution
2.3.1
2.3.2
of
2.3.3
2.3.4
2.3.5
2.3.6
2.3.7
Excavation for Replacements
Trench Excavations for Repairs
Service Connection
Existing Utilities
Pavement Removal for Repairs
Backfilling Excavations
Surface Restoration
Pavement Replacement
2-1
2-1
2-1
2-2
2-2
2-2
2-3
2-4
2-5
DETAILED SPECIFICATIONS - SECTION 3 - CONCRETE AND
REINFORCING STEEL
3.1 General
3.2 Products
3.2.1
3.2.2
3.2.3
3.2.4
3.2.5
Cement
Fine Aggregate
Coarse Aggregate
Water
Reinforcing Steel
3-1
3-1
3-2
3-2
3-2
3-2
3.3
Execution
3.3.1
3.3.2
3.3.3
3.3.4
3.3.5
3.3.6
3.3.7
3.3.8
3.3.9
3.3.10
3.3.11
3.3.12
3.3.13
Samples ar
Storage or
Concrete
Reinforcir.
Compositic
Use of Cor.
Mixing of
Preparatic
Reinforcin
Placing Cc
Curing
Pipe Found:
Manholes
:ests
Aerials
Cylinders
iteel Bar Lists
and Strength of
=_te
ncrete
for Placing
Steel
rete
ions
3-3
3-3
3-3
3-4
Conc. 3-4
3-5
3-5
Concrete 3-6
3-6
3-7
3-8
3-8
3-8
DETAILED SPECIFICATIONS - SECTION 4 - MANHOLE REHABILIATION
- CLASS A MANHOLES
4.1
4.2
4.3
General
Products
Execution
4-1
4-1
4-1
DETAILED SPECIFICATIONS - SECTION 5 - MANHOLE REHABILITATION
- REPAIR FOR CLASS B MANHOLES
5.1 General
5.2 Products
5.2.1
5.2.2
5.2.3
5.2.4
5.3 Execution
5.3.1
and
5-1
Replace.Rings, Covers and Gaskets 5-2
Patch and Grout Compounds 5-2
Plug Materials 5-2
Watertight Manhole Insert 5-2
Replacement/Reseating of manholes 5-3
Covers
5.3.2 Revisions of Producing Service 5-3
Connections
5.3.3 Raising Existing Manhole Ring 5-3
5.3.4 Patch of Fill Holes and/or 5-4
Cracks, Voids
5.3.5 Installation of Water Tight 5-4
Manhole Seal Insert
DETAILED SPECIFICATIONS - SECTION 6 - MANHOLE REHABILITATION
- MULTIPLE COMPONENT SEALING SYSTEM REPAIR FOR CLASS C
MANHOLES
6.1
6.2
6.3
General
Products
Execution
6-1
6-1
6-2
DETAILED SPECIFICATIONS - SECTION 7 - MANHOLE REHABILITATION
- FIBLERGALSS STRUCTURAL INSERT FOR CLASS D MANHOLES
7.1 General
7.2 Products
7.2.1 Structural Fiberglass Liners
7.2.2 Brick or Concrete Grade Rings
7.2.3 Bottom Grout Seal
7.2.4. Manhole Rings and Covers
7.3 Execution
7-1
7-1
7-2
7-2
7-2
7-2
DETAILED SPECIFICATIONS - SECTION 8 - MANHOLE RECONSTRUCTION
- RECONSTRUCTION OF MANHOLE FOR CLASS E MANHOLES
8.1 General
8.2 Products
8.2.1
8.2.2
8.2.3
8.2.4
8.2.5
Concrete
Lime and Mortar
Brick
Manhole Rings and Coves
Manhole Steps
8.3 Execution
8.3.1 Demolition
8.3.2 Manhole Base
8.3.3 Manhole Forms
8.3.4 Brick work and Masonry
8.3.5 Manhole Rings
8.3.6 Manhole Steps
8.3.7 Invert
8-1
8-2
8-2
8-2
8-3
8-3
8-3
8-3
8-3
8-4
8-4
8-5
8-5
DETAILED SPECIFICATIONS - SECTION 9 - MEASUREMENT AND
PAYMENT FOR REHABILITATION WORK
9.1 General
9.2 Mobilization
9.3 Vertical Foot Items
9.4 Square Yard Hems
9.5 Complete Items (Each)
9.6 Video Tape, per cassette
9.7 Subsidiary Items
SCHEDULE
DETAILED
OF WORK (Page 1-9)
DRAWINGS
9-1
9-1
9-1
9-2
9-2
9-2
9-2
CITY OF FAYETTEVILLE
INVITATION TO BID # 90-5
The City of Fayetteville, Arkansas, will receive bids
for Manhole Rehabilitation Mini -System 17 for the City of
Fayetteville, until 2:00 p.m. Central Time on the 2nd day of
March, 1990 in Room 307, Purchasing Office on the third
floor at City Hall, 113 West Mountain Street, Fayetteville,
Arkansas 72701 at which time and place all bids will be
publicly opened and read aloud.
The work shall consist of, but not necessarily be limited
to, performing the following tasks:
a) Preparatory cleaning of manholes
b) Flow control and/or bypass pumping
c) Structural restoration (patching and filling holes) of
manhole walls and flow channels
d) Manhole testing
e) Repair/regrout of service lines into manholes
f) Replace entire manhole
g) Raise manhole frame and/or cover
h) Replace manhole frame or install new cover with gasket
i) Seal existing cover
j) Chemical grout seal entire manhole
k) Installation of fiberglass manhole structural insert
The Information for Bidders, Form of Bid, Form of Contract,
Plans, Specifications, and Forms of Bid Bonds, Performance
and Payment Bonds and other contract documents may be
examined at the following locations:
(1) City of Fayetteville
Public Works Department
113 West Mountain
Fayetteville, AR 72701
Construction News
715 West Second Street
Little Rock, AR 72201
F.W. Dodge Company
1100 North University, Suite 102
Little Rock, AR 72205
Copies of the contract documents may be obtained from the
office of the engineer: ETC Engineers Inc., 1510 South
Broadway, Little Rock, Arkansas 72202, at the cost of $50.00
for each set, check or money order (no cash) payable to the
ENGINEER. NO REFUNDS will be made.
I-1
All envelopes containing the bid document must be sealed and
designated as "Bid for Manhole Rehabilitation Mini -System
17, Bid #90-5".
A certified check or bank draft, payable to the order of the
City of Fayetteville, Arkansas, negotiable U.S. Government
bonds (at par value), or satisfactory Bid Bond executed by
the Bidder and an acceptable surety in an amount equal to
five percent (5%) of the total of the bid shall be submitted
with each bid
Attention is called to the fact that not less than the
minimum salaries and wages as set forth in the Contract
Documents must be paid on this project, and that the
Contractor must ensure that employees and applicants for
employment are not discriminated against because of their
race, color, religion, sex, or national origin.
Each Bidder must be in compliance with the requirements of
Act 150 of 1965, effective June 9, 1965, subject to any
subsequent amendments, which is the current Arkansas State
Licensing Law for Contractors.
The City reserves the right to reject any or all bids or to
waive any formalities in the bidding.
Bids may be held by the City for a period not to exceed
thirty (30) days from the date of the opening of bids for
the purpose of reviewing the bids and investigating the
qualifications of Bidders, prior to awarding of the
contract.
The City of Fayetteville does not discriminate based on
race, religion, creed, color or national origin and
encourages participation by minorities and female -owned and
operated businesses and local firms.
DATE:
CITY OF FAYETTEVILLE, ARKANSAS
Purchasing Officer
Peggy Bates
I-2
INSTRUCTION TO BIDDERS
1. GENERAL DESCRIPTION OF THE PROJECT:
A general description of the work to be done is contained in
the INVITATION TO BID. The scope is indicated on the
accompanying Drawings and Detailed Specifications and in
applicable parts of these Contract Documents.
2. RECEIPT AND OPENING OF BIDS
The City of Fayetteville, Arkansas (herein called the
"Owner) invites bids on the form attached hereto, all blanks
of which must be appropriately filled in. Bids will be
received by the Owner at the Board of Directors Room (or
Conference Room if the Directors Room is in use) on the 2nd
Floor at the City Hall, Fayetteville, Arkansas, at the time
shown on the "Invitation to Bid," and then at said place
publicly opened and read aloud. The envelope containing the
bid will be prepared as indicated below.
The Owner may consider informal any bid not prepared and
submitted in accordance with the provisions hereof and may
waive any informalities or reject any and all bids. Any bid
may be withdrawn prior to the above scheduled time for the
opening of bids or authorized postponement thereof. Any bid
received after the time and date specified shall not be
considered. No bidder may withdraw a bid within 30 days
after the actual date of the opening thereof.
3. PREPARATION OF BID
These contract documents include a complete set of bidding
and contract forms which are for the convenience of bidders.
All blank spaces for bid prices must be filled in, in ink or
typewritten, in both words and figures, and the foregoing
certifications must be fully completed and executed when
submitted. The Bidder shall sign his Proposal in the blank
space provided therefor. If Bidder is a corporation, the
legal name of the corporation shall be set forth above,
together with the signature of the officer or officers
authorized to sign Contracts on behalf of the corporation.
If Bidder is a partnership, the true name of the firm shall
be set forth above, together with the signature of the
partner or partners authorized to sign Contracts in behalf
of the partnership. If signature is by an agent, other than
an officer of a corporation or a member of a partnership, a
notarized power-of-attorney must be on file with the Owner
prior to opening of proposals or submitted with the
I.T.B. - 1
Proposal. Each bid must be submitted in a sealed envelopes
to be furnished by the Bidder and designated as shown. At
the time of bid opening the envelope containing the bid and
bid bond, will be opened and read aloud for the purpose of
acknowledging the low bidder. After all bids and required
contract documents have been thoroughly checked by the City,
the successful bidder will be announced and personally
informed. Should a low bidder fail to execute all required
documentation qualifying his bid, the bid may be rejected
and the next lowest bidder awarded the work if he has
qualified.
The envelope shall include (1) Bid and (2) Bid Guarantee and
be marked as follows:
ENVELOPE FROM:
ADDRESS:
TO:
(Name of Concern)
(Street or P.O. Box)
(City, State, Zip Code)
City of Fayetteville
Purchasing Officer
Room 326, City Hall
Fayetteville, AR 72701
Manhole Rehabilitation Mini -System #17 Bid Documents
Bid No.:
To Be Opened:
(Date and Time)
4. TELEGRAPHIC MODIFICATION
Any bidder may modify his bid by telegraphic communication
at any time prior to the scheduled closing time for receipt
of bids, provided such telecommunication is received by the
Owner prior to the closing time, and provided further, the
Owner is satisfied that a written confirmation of the
telegraphic modification over the signature of the bidder
was mailed prior to the closing time. The telegraphic
communication should not reveal the bid price but should
provide the addition or subtraction or other modification so
that the final prices or terms will not be known by the
Owner until the sealed bid is opened. If written
confirmation is not received within two days from the
closing time, no consideration will be given to the
telegraphic modification.
I.T.B. - 2
5. METHOD OF BIDDING
Unit Cost.
No alternate bids will be considered unless alternate
bids are specifically required by the contract documents.
6. QUALIFICATIONS OF BIDDER
The Owner may make such investigations as he deems necessary
to determine the ability of the bidder to perform the work,
and the bidder shall furnish the Owner all such information
and data for this purpose as the Owner requests. The Owner
reserves the right to reject any bid if the evidence
submitted by, or investigation of, such bidder fails to
satisfy the Owner that such bidder is properly qualified to
carry out the obligations of the contract and to complete
the work contemplated herein. Conditional bids will not be
accepted. The bidder must submit with his bid the
"Statement of Bidder's Qualifications" as furnished with
these contract documents.
7. BID SECURITY
Each bid must be accompanied by cash, certified check of the
bidder, or a bid bond prepared on the form of bid bond
attached hereto, issued by a Surety or Licensed Agent,
Licensed to issue such bonds in the State of Arkansas duly
executed by the bidder as principal and having as surety
thereon a surety company approved by the Owner, in the
amount of five percent of the bid. Such cash, checks or bid
bonds will be returned to all except the three lowest
bidders within three days after the opening of bids, and the
remaining cash, checks, or bid bonds will be returned
promptly after the Owner and the accepted bidder have
executed the contract or if no award has been made within 30
days after the date of the opening of bids, upon demand of
the bidder at any tine thereafter, so long as he has not
been notified of the acceptance of his bid.
8. LIQUIDATED DAMAGES FOR FAILURE TO ENTER INTO CONTRACT
The successful bidder, upon his failure or refusal to
execute and deliver the contract and bonds required within
10 days after he has received notice of the acceptance of
his bid, shall forfeit to the Owner, as liquidated damages
for such failure or refusal, the security deposited with his
bid.
I.T.B. - 3
9. TIME FOR COMPLETION
The Contract will require the Contractor to begin the work
to be performed within ten (10) calendar days after the date
of receipt of the Notice to Proceed, and to complete that
work within 180 consecutive calendar days after receipt of
said notice. NOTE: The City may exercise its option of
delay of issuing the "Notice to proceed," not to exceed
thirty (30) days after the date of entering into the
Contract.
10. LIQUIDATED DAMAGES FOR DELAY IN COMPLETION
As actual damages for any delay in completion of the work
which the Contractor will be required to perform under the
Contract are impossible to determine, the Contractor and his
Sureties will be liable for and shall pay to the City the
sum of One Hundred Dollars per day ($100.00 per day) as
fixed, agreed and liquidated damages for each calendar day
of delay from the date stipulated pursuant to the preceding
paragraph, or as it may be modified in accordance with
Section 19 of the General Conditions, until such work is
satisfactorily completed.
11. CONDITIONS OF WORK
Each bidder must inform himself fully of the conditions
relating to the construction of the project and the
employment of labor thereon. Failure to do so will not
relieve a successful bidder of his obligation to furnish all
material and labor necessary to carry out the provisions of
his contract. Insofar as possible the Contractor, in
carrying out his work, must employ such methods or means as
will not cause any interruption of or interference with the
work of any other contractor.
12. ADDENDA AND INTERPRETATIONS
An interpretation of the meaning of the plans,
specifications or other pre-bid documents will be made to
any bidder in writing. Every request for such
interpretation should be in writing addressed to the Design
Engineer who prepared these contract documents and to be
given consideration must be received at least five days
prior to the date fixed for the opening of bids. Any and
all such interpretations and any supplemental instructions
will be in the form of written addenda to the specifications
I.T.B. - 4
which, if issued, will be mailed by certified mail with
return receipt required to all prospective bidders (at the
respective addresses furnished for such purposes), not later
than three days prior to the date fixed for the opening of
bids. Failure of any bidder to receive any such addendum or
interpretation shall not relieve such bidder from any
obligation under his bid as submitted. All addenda so
issued shall become part of the contract documents.
13. SECURITY FOR FAITHFUL PERFORMANCE
Simultaneously with his delivery of the executed contract,
the Contractor shall furnish a surety bond or bonds as
security for faithful performance of this contract and for
the payment of all persons performing labor on the project
under contract and furnishing materials in connection with
this contract as specified in the general conditions
included herein. The surety on such bond or bonds shall be
Licensed Agent, Licensed to issue such bonds in the State of
Arkansas and shall be satisfactory to the Owner shall. The
use of Arkansas Performance and Payment Bond (14-604
Arkansas Statutes, Rev. 1/76) is mandatory. A copy is
included in these documents.
14. POWER OF ATTORNEY
Attorneys -in -fact who sign bid bonds or contract bonds must
file with each bond a certified and effectively dated copy
of their power of attorney.
15. NOTICE OF SPECIAL CONDITIONS
Not applicable.
16. LAWS AND REGULATIONS
The bidder's attention is directed to the fact that all
applicable state laws, municipal ordinances, and the rules
and regulations of all authorities have jurisdiction over
construction of the project shall apply to the contract
throughout, and they will be deemed to be included in the
contract the same as though herein written out in full.
17. METHOD OF AWARD - LOWEST QUALIFIED BIDDER
If additive alternates are requested, they will be selected
on the basis of funds available and may vary from none to
all requested. Selections may not be in the order of the
listings. The contract will be awarded to a single
responsible bidder submitting the lowest total price for the
I.T.B. - 5
base bid and/or the base bid in combination with the
additive alternate, or alternates selected; provided, the
low total bid is reasonable and it is to the interest of the
Owner to accept it. The Owner may disqualify a bidder if,
on checking references and records of his performance under
other contracts, the Owner concludes that he is not
qualified to execute the work according to specifications.
18. OBLIGATION OF BIDDER
At the time of the opening of bids, each bidder will be
presumed to have inspected the site and to have read and to
be thoroughly familiar with the plans and contract documents
(including all addenda). The failure or omission of any
bidder to examine any form, instrument or document shall in
no way relieve any bidder from any obligation in respect of
his bid.
19. SAFETY STANDARDS AND ACCIDENT PREVENTION
With respect to all work performed under this contract, the
contractor shall:
a. Comply with the safety standards provisions of
applicable laws, building and construction codes, and in
addition to specific safety and health regulations described
by Chapter XVII, Occupational Safety and Health
Administration, Department of Labor, Part 1926, Occupations
Safety and Health Regulations for Construction, as outlined
in the Federal Register Volume 39, No. 122, Part II, Monday,
June 24, 1974, Title 29 -LABOR.
b. Exercise every precaution at all times for the
prevention of accidents and the protection of persons
(including employees) and property.
c. Maintain at his office or other well-known place at the
jobsite, all articles necessary for giving first aid to the
injured, and shall make standing arrangements for the
immediate removal to a hospital or a doctor's care of
persons (including employees), who may be injured on the
jobsite. In no case shall employees be permitted to work at
a jobsite before the employer has made a standing
arrangement for removal of injured persons to a hospital or
a doctor's care.
20. ARKANSAS STATE LICENSING LAW
a. Attention of bidders is particularly called to the
requirement that all bidders must be in compliance with the
requirements of Act 150 of 1965 of the State of Arkansas,
effective June 3, 1965, which is the current Arkansas State
I.T.B. - 6
Licensing Law for Contractors.
b. Each bidder submitting a bid to the Owner for any
portion of the work contemplated by the documents on which
bidding is based shall execute and include in the submission
of the bid, a certification substantially in the form herein
poprovided to the effect that he has a current Arkansas
State Contractor's License in compliance with the
requirements of the aforementioned law.
21. SCHEDULE OF WORK
Following the detailed specifications and preceding the
drawings is the schedule of work (9 sheets) listing the
manholes, indentification, location, repair class, depth and
misc. information for the Rehabilitation project.
22. SCHEDULE OF DRAWINGS
The following drawings are specified:
Manhole Locaticns , Fig. 1
Class
nB"
Repair Type 2 Raise Manhole Collar Ring, Fig. 2
Class "B" Repair Type 3 Groat in and/or cut service or
sewer line correctly, Fig. 3
Class
"B"
Repair Type 4 Patch crack or fill hole, Fig. 4
Class "B" Repair Type 5 Installation of water tight
manhole insert, Fig. 5
Class "C" Repair multiple component chemical sealing of
manhole, Fig. 6
Class "D" Repair structural fiberglass linear for
existing masonry manhole, Fig. 7
Class "E" Repair Reconstruction of manhole, Fig. 8
23. APPLICABLE EDITION, CONTRACT CONDITIONS AND
SPECIFICATIONS
The following amendments to it also apply:
Number Date
1/ 2 21( 7l
I.T.B. - 7
TO:
ADDRESS:
PROJECT TITLE•
Project No.
Bidder:
Address:
Date:
Bidder's person
this Proposal:
Name:
Telephone:
J 7 7
Proposal of ca:)...) J1 . �i;�<,v r&
PROPOSAL
City of Fayetteville
113 W. Mountain, Fayetteville, AR
Manhole Rehabilitation Mini -System
#17
to contact for additional information on
(hereinafter
called "Bidder") a corporation, organized and existing under
the laws of the State of Kt.-:"....- , a partnership,
or an individual doing business as
the City of Fayetteville. City Hall. Fayetteville, Arkansas
(hereinafter called "Owner").
To
Gentlemen:
The Bidder, in compliance with your invitation for bids for
the performance of Manhole Rehabilitation Mini -System # 17
having examined the Plans and Specifications with related
documents and the site of the proposed work, and being
familiar with all of the conditions surrounding the
construction of the proposed project including the
availability of materials and labor, hereby proposes to
furnish all labor, materials, and supplies, and to construct
the project in accordance with the contract documents,
within the time set forth therein, and at the 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
within ten (10) calendar days after he receives the written
"Notice to Proceed" of the Owner and to fully complete the
project within 120 consecutive calendar days thereafter as
stipulated in the specifications. Bidder further agrees to
pay as liquidated damages, the sum of $100.00 for each
consecutive calendar day thereafter as hereinafter provided
in the special conditions.
Bidder acknowledges receipt of the following addendum:
No. Jif / Date
No. Date
No. Date
�'.-r,ff_ `it7
No.
2 . 2Y --(lit No.
No.
Date
Date
Date