Loading...
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