HomeMy WebLinkAbout84-90 RESOLUTION•
i 9 ,
MICR FILMED
RESOLUTION,NO. -84-90 $ , .
, I
A RESOLUTION AUTHORIZING A CONTRACT BETWEEN
CITY OF FAYETTEVILLE, ARKANSAS AND BB&B
CONSTRUCTION FOR GROUP "A" WATERLINE
REPLACEMENTS AND AN APPROVAL OF A BUDGET
ADJUSTMENT.
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 between BB&B
Construction and the City of Fayetteville, Arkansas in the amount
of $297,975 for the Group "A" water line replacements. A copy of
the contract authorized for execution hereby is attached hereto
marked Exhibit "A" and made a part hereof.
Section 2.
budget adjustment
budget adjustment
hereof.
•
That the Board of Directors hereby approve a
in the amount of $109,800.00. A copy of the
for approval is attached hereto and made a part
PASSED AND APPROVED this 15th day of
APPROVED:
By:
r ` 1""
v
yr
04-
`%
.£ FATTEST:
jByhh�ld
-City
1
`•Y
erk
FN
L
May
, 1990.
Mayor
•
•
\
§
\
trl
o>
»&
• R k�g e\(M_
0 t§
\glrt a.
(
7
ƒe
"$ R§
t U1 p
£CD
riD
ƒ!
10- \
4 '10\
\o
\\\/
%¥ 6 23
\W
•
)wx
-.1
y\§
ID
mm
GG
t2
)\
/§ /
\j
\
a
(
;
-1
10
\
•
w
o
0
0
0
r
0
D
cs
W
U1
m
N
0
0
'L.5)7
0
0
6
0
W
N
0
O
0
N
J
8
0
0
J
O
0
N
E
0
0
O
0
0
0
N
-4
O
0
0
0
0
0
N
0
0
0
0
bo
O
0
0
0
0
0
0
0
00'OO$'01
N
0
0
9
0
0
0
0
00 0 u,
in o
p N 0 t
0
e
0
0
o to p> y D n
r
r
0
0
0
0
1p
0
n
n
r
- n
r
CO
,r
to
01
0
0
0
N
0
0
m
0
o�
8
0
0
0
0
0
0
0
0
O
0
9
0
0
0
0
0
3)1A2135 3lenoa
'4
0
O
0
0
0
N
0
0
0
0
31
A T
r Z
D n D
>
N a N
m 3m3
am m
r- x r
rt 't + .<
m
0
0
0
0
0
0
0•
0
0
0
O
0
0
O
0
_
0 0
0 0
0 0
9
0
0
0
0
0
00.000'01
0
0
9
0
0
to
8
0
O
0
0
J
N
(31
b
0
-.1
0
0
9
N
0
0
0
0
0
00•0001€2
O
0
O
0
J
0
to
0
0
0
0
4
O
0
O
0
0
0
0
O
0
0
8
e
0
0
0
0
w
0
O
8
N
N
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
w
9
0
0
N
0
0
•
0
0
W
0
0
1
W
0.
0
0
W
0
0
.D
VI
0
0
•
N
9'
0
0
N
N
0
0
N
0
0
0
0
0
0
0
0
0
Q
W
1t
0
0
0
0
N
0
0
O
0
0
0
8
8
0
0
0
N
u
8
0
0
0
W
N
9'
0
0
W
N
0
0
0
0
0
0
0
0
"Ad LI
0,
N
0
0
0
J1
0
O
0
0
0
0
0
O
9
m
3
O
v
0
0
0
0
0
0
0
0
0
N
0
0
0
0
O
to
O
0
0
0
N
0
6'
N
N
0
0
O
0
0
0
0
0
0
0
ul
0
0
0
0
O
0 -
0
0
W
6-
0
0
to
0
0
0
N
0
0
004009'82
oo •oo0921
N
W
0
00 • 080143£
O
0
c
10H
1
•
0
c
7
0
0
0
0
c
7
r0 0
0
Z-4
0•
mn
z
oS3
ro
• •0
w
' ZSNOD U3S,L33MS
n
n
0
z
N
H
• O
z
y
0
O
0
f'
c
9NI8W[PId 03S.INQ
' 1,LSNOD H8 E'8
n
1-4
H
K
0
ro
rrI IAaa.Laxva
v
23
c.O
—1
WATER MAIN REPLACEMENT
D
- 4
0bb1'91 1% 4V
SOI9 30 NOI.Lfl ays
r
9
1.`
11 fif 0 ()
LAI
w
W
W
0
0
U1
n0
,P
0
3
N
0
0
D
r
M
fir. In
> D
> >
co
r
0
0
m
x'
G
•1S hPia, 'in 8
fCO�
e
6
m
0
c
,v
a
z
D
r
n
r
-n
r
4)-
0 0
0
w
J
0
w
0
'0
OOMFb'25
V1
w
0
0
0
0
W
to
0
O
J
0
0
•P
O1
0
8
N
0
0
0
N
0
0
0
0
ti
to
0
0
0
0
w
0
0
6`
0
0
0
0
0
0.
0
0
la)
tnN
0
o
tit
0
O
0
0
0
O
0
O
0
0
0
w
N
0
9
8
0
9
8
cP
o
0 0
00 00
t
0
9
0
0
0
0
00.000'1
U1
co
0
0
0
a
0
0
8
0
0
0
O
0
J
0
O
0
0
V•
0
0
O
0
tn
0
00
P3
J
H
0
0
0
H
0
0
tit
N
0
8
O 0•005'L
0
0
0
0
0
0
0
0
O
0
O
0
00 •00 a)11
0
0
0
0
0
0
b
0
A
01
0
0
0
N
to
0
0
0
0
0
0
0
o.
to
0
0
0
0
to
0
O
0
0
1
0
D
0
0
0
0
W
N
9
0
0
0
0
0
0
0
0
0
0
O
0
O
0
CO1005'I
oo' 00 62.1 I
O 0.008'1
W
0
0
O
0
w
0
0
0
.n
U1
0
00
oo•oSb'OI
0
0
0
to
0
0
0
0
0
0
0
0
J
0
0
0
0
0
0
0
0
0
u)
6'
0
0
0
0
co
0
8
N
1t
0
0
J
91
0
-P
N
0
0
a
0
0
8
tn
0
0
0
0
0
0
o.
0
0
0
0
0
0
0
co' 00S'b
0
07
0
0
0
O
A
0
0
0
0
0
W
0
0
0
oo•o5 ori
N
0
0
J
0
0
0
0
W
0
0
0
N
0
0
0
J
0
0
0
0
3W -411n5 •b 1S •7no7
c
m
3
0
0
u•
N
0
0
c
s.
y
W
0
0
0
0
0
Ln
0
£
0
PO
r
6•
0
0
0
O
0
0
0
n
n
0
z
N
H
6`
0
6'
01
0
0
0
0
0
N
N
0
0
0
0
w
O
0
rn
(1)
N
3ZZIASfl3AV3 30 A1I3
3
O
c.
0m
WATER MAIN REPLACEMENT
D
to -1
m
z .
0
O bb1'91 1121dV
< Z
in rn m urn,
5a Go
L_
p -J
0
Z
0
Sd18 AO NOIlV•U18ttl.
'D
0
ni
n
9
INawaDV'Idau NIVW 213JXM
z
mR R13�
m2=
0c
am -pr.
%am c7
P4 4;; mc
1<
0 m
O
\C)
Obbl`' t 11?1dV
1
1
1
1 WATER MAIN REPLACEMENT
1,
1
1
1
1
1
BID No. 90-17
CITY OF FAYETTEVILLE
PROJECT NO. A189-2
E-239
OWNERS:
CITY OF FAYETTEVILLE
FAYETTEVILLE, ARKANSAS
March, 1990
MILHOLLAND COMPANY
ENGINEERING & SURVEYING
205 West Center
Fayetteville, Arkansas 72701
Telephone': (501);993-9729
ADVERTISEMENT FOR BIDS
Notice is hereby given that pursuant to an order by the CITY OF
FAYETTEVILLE, sealed bids will be received at the Purchasing
O ffice, City Hall, 113 West Mountain Street, Fayetteville,
Arkansas, until 2:00 p.m. Local Time, April 18, 1990, for the
furnishing of all tools, materials, and labor and the performance
o f all necessary work in Fayetteville, Arkansas, consisting of:
B ID No. 90-17
WATER MAIN REPLACEMENT
PROJECT No. A 89-2
All necessary work, materials, and every item of construction
shall be in accordance with the plans, profiles, and specifica-
tions as approved'by Public Works Department, City of Fayette-
✓ ille, and Health Department. Said plans and specifications are
on file in the office of the Engineer, MILHOLLAND COMPANY, Engi-
neering and Surveying, 205 West Center, Fayetteville, AR 72701.
Copies may be obtained from the office of said engineer upon the
payment of $125.00 dollars. Unsuccessful bidders or non -bidders
will be refunded $20.00'upon the return of undamaged plans and
specifications within ten (10) days after the date of receiving
bids.
Each contractor shall be responsible for the investigation,
inspection, and studies of the prosect site as deemed necessary
to familiarize themselves with all conditions to be encountered.
All bidders shall be licensed under the terms of Act 150 of the
1965 Acts of the Arkansas Legislature'.
Each bid must be accompanied by a cashier's check or surety bond
in an amount equal to five percent (5t) of the whole bid. Said
bond shall beissued by a surety company licensed to do business
in the State of Arkansas. In the event the successful bidder
fails, neglects, or refuses to enter into the contract for the
construction of said work and furnish the necessary bonds within
ten (10) days from and after the date the award is made, the
Owner shall retain saidicheck or bond as liquidated damages.
All bids shall be sealed and the envelope addressed to the Owner,
CITY OF FAYETTEVILLE, PURCHASING OFFICE, CITY HALL, 113 WEST
MOUNTAIN STREET, FAYETTEVILLE, ARKANSAS, and marked on the lower
left side of the bid envelope shall be the following information:
Prosect name, date of bid opening, time of bid opening, bidding
contractor's name and licensed number, and subcontractor's name
and license number, if any.
1
ADVERTISEMENT FOR BIDS
f
Bids will be opened and`read aloud at the City Hall, Room No.
111, and shall be considered by the Owner, as may be necessary.
The right to reject any and all bids,to waive any informalities,
and to negotiate with any qualified bidder after bid opening,
shall be reserved to the discretion of the Owner.
No bidder may withdraw his bid within`ninty (90) days after the
actual date of the bid opening.
INFORMATION FOR BIDDERS
1 Receipt and Opening of Bids: CITY OF FAYETTEVILLE, herein
called the "Owner", invites bids on the form attached here-
on, all blanks of which must be appropriately filled in.
B ids will be received by the Owner at the Purchasing Office,
City Hall, 113 West Mountain Street, Fayetteville, until
2:00 p.m. Local Time, April 18, 1990, and then be publicly
opened and read aloud in Room 111. The envelopes containing
the bids must be sealed, addressed to the Owner, and
designated as bid for:
BID No. 90-17
WATER MAIN REPLACEMENT
PROJECT No. A 89-2.
The Owner may consider informal any bid not prepared and
submitted in accordance with theprovisions hereof and may
waive an informalities or reject any and all bids. Any bid
may be withdrawn ptior to the above scheduled time for the
opening of bids or authorized postponement thereof. Any bid
✓ eceived after thetime and date'specified shall not be con-.
sidered. No bidder may withdraw a bid within 90 days after
the actual date ofFthe opening thereof. The Owner reserves
the right to decide which shall be deemed the lowest respon-
sive and responsible bid. The bidder's reputation, finan-
cial ability, experience, and equipment shall be given due
consideration.
2. Preparation of Bid: Each bid must be submitted on the pre-
scribed form and accompanied by a performance record of the
bidder regarding construction projects of similar nature
(minimum 3) and also include the proposed subcontractor.
All blank spaces for bid prices must be filled in, in ink or
typewritten, in both words and figures, and the foregoing
performance record must be fully completed and executed when
submitted.
Each bid must be submitted in a:sealed envelope bearing on
the outside the names and license numbers of the bidder and
the proposed subcontractor, addresses, and the name of the
project for which the bid is submitted. If forwarded by
mail, the sealed envelope containing the bid must be
e nclosed in another envelope addressed as specified in the
bid form.
1
•
INFORMATION FOR BIDDERS
The Engineer's estimate of quantities is approximate only,
and shall,be the basis for receiving unit price bids for
each item but shall not be construed by the bidders as act-
ual quantities required for the completion of the proposed
work. Such quantities, however, at the unit and lump sum
prices bid for each item, shall determine the amount of each
bid for comparison of bids and the evaluation of the best
bid for the purpose of awarding of the contract, and will be
used as a basis for fixing the amount of the required bonds.
A copy of the project's proposal forms may be obtained as
provided in the Advertisement for Bids. All papers bound
with or attached to the proposal forms are necessary parts
thereof and must not be detached.
Bids which are incomplete, unbalanced, conditional, or
obscure,: or whichcontain additions not called for, era-
sures, alterations or irregularities of any kind, or which
do not comply with the Information for Bidders may be rejec-
ted as informal at the option of the Owner. However, the
Owner reserves the right to waive technicalities as to
changes, alterations, or revisions and to make the award in
the best interest: of the Owner.
Unit Price Bids: Bidders shall insert a unit price for each
item of work listed in the Engineer's estimate of quantities
of work to be done. Unit prices shall include amounts suf-
ficient for the furnishing of all labor, materials, tools,
equipment, and apparatus of every description, to construct,
erect, and completely finish all of the work as called for
in the specifications and shown in the plans. Unit prices
bid and totals shown in the Proposal shall include all costs
of material testing, subgrade, base, paving materials, and
all other construction materials. The price bid for each
item must be stated in figures and in words on the bidding
forms. In case of a difference in the written words and
figures in a Proposal, the amount stated in the written
words shall govern.
All items in the Proposal shall bear a fair relationship to
the cost of the work to be done. Bids which appear unbal-
anced and deemed not to be in the best interest of the Owner
may be rejected at the discretion of the Engineer and/or the
Owner.
INFORMATION FOR BIDDERS
•
3. Subcontracts: The bidder is specifically advised that any
person, firm, or other party to whom it is proposed to award
a subcontract under this contract -
a. Must be acceptable to the Owner after verification by
the Engineer of a good current performance record;
b. Must be licensed in the State of Arkansas to do con-
struction work;
c Must have previously performed local projects of similar
nature and type as the proposed project in a profession-
al and satisfactory manner.
Approval of the proposed subcontract award cannot be given
by the Owner unless and until the proposed subcontractor has
submitted the evidence showing that it has fully complied
with all reporting requirements to which it is or was
subject.
The general contractor will be required to furnish the names
of subcontractors and the amounts of their subcontracts as
required by Act 183, Arkansas Acts of 1957. The subcontrac-
tor's name and license number shall appear on the outside of
the sealed envelope. Subcontractors must be licensed accor-
d ing to the laws of the State of Arkansas.
4. State Licensing Laws: Contractors must be licensed in
accordance with the requirements of Act 150, Arkansas Acts
of 1965, the "Arkansas State Licensing Law for Contractors".
B idders who submit proposals in excess of $10,000.00 must
submit evidence of their having a contractor's license
before their bids will be considered, and shall note their
license number on: the outside of the proposal.
5. 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 telegraphic
communication is received by the Owner prior to the closing
t ime, 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
t ime. The telegraphic communication should not reveal the
bidprice 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.
3
1
J
1
1
1
1
1
1
1
1
1
1
1
1
1
1
T1
JNPORMATIQN FOR BIDDERS
6. Method of Bidding: The Owner invites the following bid(s):
WATER MAIN REPLACEMENT
PROJECT No, A 89-2
7. Qualifications of Bidder: The Owner may make such investi-
gations as he deems necessary to determine the ability of
the bidder to perform the work, and the bidder shall furnish
to the Owner all such information and data for this purpose
as the Owner may request. The Owner reserves the right to
resect any bid if the evidence submitted by, or investiga-
tion 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 therein.
Conditional bids will not be accepted.
Each bidder, if requested to do so by either the Owner or
the Engineer, shall furnish satisfactory evidence of his
competency to perform the work contemplated. The Owner
reserves the right to reject a bid if the bidder has not
submitted, upon request, a statement of his qualifications
prior to the date of the opening of bids.
The Contractor shall not assign or sublet all or any part of
this contract without the prior written approval of the Own-
er nor shall the contractor allow such subcontractor to com-
mence work until he has provided and obtained approval of
such compensation and public liability insurance as may be
required. The approval of each subcontract by the Owner
will in no manner release the contractor from any of his
obligations as set out in the plans, specifications, con-
tract, and bonds.
Before any contract 1s awarded, the bidder may be required
to furnish a complete statement of the origin, composition,
or manufacture of any or all materials proposed to be used
in the construction of the work, together with samples,
which may be subjected to the tests provided for in these
specifications to determine their quality and fitness for
the work.
9
1
1
1
1
1
1
1
1
1,
1
1
1
1
1
1
1
1
1
1
INFORMATION FOR BIDDERS
8. Bid Security: Each bid must be accompanied by cash, certi-
fied check of the. bidder, or abid bond prepared on the form
of bid bond attached hereto duly executed by the bidder as
principal and having as surety thereon a surety company
approved by the Owner, in the amount of 5% 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 90 days after the date of the opening of bids, upon
demand of the bidder at anytime thereafter so long as he
has not been notified of the acceptance of his bid.
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.
10. Time of Completion and Liquidated Damages: B
agree to commence work on or before a date to
in a written "NOTICE TO PROCEED" of the Owner
complete the project within 90 consecutive ca
thereafter. Bidder must agree also to pay as
damages, the sum of 8250.00 for each consecut
day thereafter as hereinafter provided in the
tions.
idder must
be specified
and to fully
lender days
liquidated
ive calendar
General Condi-
11. Conditions of Work: Each bidder must inform himself fully
of the conditions relating to the construction of the pro-
ject and the employment of labor thereon. Failure to do so
will not relieve a successful bidder of his obligation to
furnish all materials and labor necessary to carry out the
provisions of his contract. Insofar as possible, the con-
tractor,.in carrying out his work, must employ such methods
or means as will not cause any interruption of or interfer-
ence with the work of any other contractor.
4F
12. Addenda and Interpretations: No interpretation of the mean-
ing of the plans, specifications or other pre-bid documents
will be made to any bidder orally.
5
INFORMATION FOR BIDDBRS
Every request for such interpretation should be in writing,
addressed to MILHOLLAND•COMPANY, Engineering & Surveying,
205 West Center, Fayetteville, AR 72701, and to be given
consideration, must be received at least five (5) 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 which, If
issued, will be mailed by certified mail with return receipt
requested to all prospective bidders (at the respective add-
resses furnished for such purposes), not later than three
(3) days prior tothe dated fined for the opening of bids.
Failure of any bidder to receive any such addendum or inter-
pretation 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 fur-
n ish a surety bond or bonds as security for faithful perfor-
mance of this contract and for the payment of all persons
performing labor on the prosect under this contract and fur-
n ishing materials in connections with this contract, as spe-
cified herein. The surety on such bond or bondsshall be
duly authorized by a surety company satisfactory to the
Owner.
14: Power of Attorney: Attorneys -in -Fact who sign Bid Bonds or
Contract Bonds must file a certified and effectively dated
copy of their Power of Attorney with each bond.
15. Notice.of Special Conditions: Attention is particularly
called to those parts of the contract documents and specifi-
cations which deal with the following:
a. Inspection and testing of materials,
b.. Insurance requirements,
c. Wage rates,
d. Stated allowances.
6
INFORMATIOIIFOR.BI'DDERS
16. Laws and Regulations: The bidder's attention is directed to
the fact that all applicable Federal and State laws, munici-
pal ordinances, and the rules and regulations of all author-
ities having jurisdiction over construction of the project
shall apply to the contract throughout, and they will be
deemed to be included in th'e contract the same as though
herein written out in full. Applicable laws and regulations
the contractor and subcontractor shall comply with and be
familiar with are as follows (but not limited to):
a. Wage and Labor laws,
b. State unemployment compensation,
Act 74 - Amend Act 275 of 1969 (Arkansas Statute
14-630), -
d . WithholdingtState and Federal Taxes,
e. Anti -kickback Act of June 13, 1934, 40 U.S.C. 276 (c),
f. Equal opportunity provisions,
q . Act 125 - Arkansas Acts 1965.
Thecontractorshall comply with all such laws and regula-
t ions and any amendments or modifications made thereto and
shall include all such provisions with all subcontracts.
The contractor shall abide by all Federal, State, and local
laws -governing labor. The contractor further agrees to save
the Owner.harmless from the payment of any contribution
under the State Unemployment Compensations Act, and the con-
tractor agrees that if he is subject to the Arkansas State
Unemployment Act, he will make whatever contributions are
required under and by virtue of the provisions of said Act.
Minimum wage rates shall be equal to basic rates as estab-
lished by common usage in the city and adjacent community
for the various types of labor and skills performed. In
case wage rates are specified in the contract documents, the
rates as specified shall be the minimum rates which apply to
the prosect. Whenever available, local common labor shall
be used, and whenever practical, skilled and semi -skilled
labor, if available, shall be used.
The contractor and each subcontractor, where the contract
amount exceeds 875,000.00, shall comply with the provisions
of Act 74, as amended by Act 275 cif 1969 (Arkansas Statute
14-630). The provisions are summarized below.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
i
1
INFORMATION FORBIDDERS
The contractor and subcontractor shall:
a. Pay the minimum prevailing wage rates for each craft or
type.of workman and the prevailing wage rate for holiday
and overtime work; as determined by the Arkansas Depart-
mentof Labor;
b. Post the scale of wages in a prominent and easily acces-
sible place at the site of. the work;
c. Keep an accurate record showing the names and occupation
and hours worked of all workmen employed by them, and
the actual wages paid to each of the workmen, which
record shall be open at all reasonable hours to the
inspection of the Department of Labor or the Owner, its
officers, and agents.
The Owner shall have the right to withhold.from amounts due
the contractor so much of accrued payments as may.be consi-
dered necessary to pay the workmen employed.by the contrac-
tor or any subcontractor, the difference between the rates
of wages required by this contract and the rates of wages
received by such workmen.
If it is found that any workman employed by the contractor
ora subcontractor has been or is being paid a rate of wages
less than the rate of wages required by this contract, the
Owner may, by written notice to the contractor, terminate
his right to proceed with the work or such part of the work
as to which there.has been a failure to pay the required
wages and to prosecute the work to completion by contract or
otherwise, and the contractor and his sureties shall be
liable for any excess costs occasioned thereby.
The contractor shall deduct and withhold Arkansas income
taxes, as required by Arkansas law, from wages paid to
employees, whether such employees are residents or nonresi-
dents of Arkansas.
When provided for in the specifications, the contractor
shall comply with the regulations of the Secretary of Labor
made pursuant to the Anti -kickback Act of June 13, 1934, 40
U.S.C. 276(c), and any amendments or modifications made
theretoand shall see that such provisions are included in
all subcontracts.. A copy of such provisions is included
hereinafter in these specifications.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
INFORMATION -FORBIDDERS
Where Federal funds are used to pay a portion of the cost of
a project, the prospective bidder will be required to comply
with the provisions of Title VI?of the Civil Rights Act of
1964 and Executive Orders 11246 and 11375, and, where appli-
cable, shall include such provisions in subcontracts or pur-
chase orders. Further, certain construction contracts are
subject to compliance with Minority Business Enterprise
requirements. Where provided for in the specifications, the
contractor, as a part of his bid, shall complete forms rela-
tive to compliance, or participation with the above.
The attention of all bidders is, called to the provisions of
Act 125, Arkansas Acts of 1965. This act provides for pay-
ment for certain taxes on materials and equipment brought
into the state. It further provides for methods of collect-
ing said taxes. All provisions of the act will be complied
with under this contract.
17. Insurance: During the life of this contract, the successful
bidder shall carry insurance as hereinafter set out. Also,
he shall require all of his subcontractors to carry insur-
ance as outlined below, in case they are not protected by
the policies carried by the prime contractor._.
Insurance companies underwriting the required insurance
shall be licensed in the State of Arkansas.
Insurance is to be approved by the Owner. If any insurance
contracted for becomes unsatisfactory or unacceptable to the
Owner after the acceptance and approval thereof, the con-
tractor shall promptly, upon being notified to that effect,
execute and furnish acceptable insurance in the amounts
herein specified. Upon presentation of acceptable insur-
ance, the unsatisfactory insurance may be canceled at the
discretion of the contractor.
The contractor shall have his resident insurance agent sub-
mit to the Owner, through the Engineer, a schedule of insur-
ance policies proposed to be furnished, which shall be
approved before certificates of insurance and/or policies
are issued. Once the Owner has concurred In the proposal of
insurance coverage, the contractor shall then furnish to the
Engineer, in the name of the Owner, certificates of insur-
ance for the following:
9
INFORMATION FOR BIDDERS
a. Workmen's Compensation: Workmen's Compensation, as
required by the laws of the state in which the work is
being done, shall be furnished. In case any hazardous
occupations are required for the execution of the work
which are not covered by the above insurance, special
employer's liability policies shall be obtained to cover
workmen engaged in such hazardous occupations.
b. Contractor's Public Liability Insurance and Property
Damage Insurance This insurance shall provide bodily
injury of $100,000.00 for each person and $500,000.00
for each accident, and property damage of $500,000.00
for each accident. This insurance shall be endorsed to
cover explosion, collapse and underground hazards, and
blasting.
Motor Vehicle Public Liability and Property Damage
Insurance This policy shall provide bodily injury of
$100,000.00 for each person and $500,000.00 for each
accident; and property damage of $500,000.00 for each
accident.
Owner's and Engineer's Contingent protective Liability
Insurance: The contractor shall indemnify and save
harmless the Owner and Engineer from and against all
losses and claims, demands, payments, suits, actions,
recoveries, and judgments of every nature and descrip-
tion brought or recovered against them by reason of the
work, in the guarding of It, and construction staking.
The contractor shall obtain in the name of the Owner and
Engineer (either as co-insured or by endorsement), and
shall maintain and pay the premiums for such insurance
in an amount not less than $500,000.00 property damage
and $100,000.00 bodily injury limits, and with such pro-
visions as will protect the Owner and Engineer from con-
tingent liability under this contract.
Builder's Risk Insurance: ( 1 Optional ( ) Required
The contractor shall procure and maintain, during the
life of the contract, builder's risk insurance (fire,
lightning, extended coverage, vandalism, and malicious
mischief) on the insurable portion of the project on a
100% completed value basis against damage to the equip-
ment, structure, or material. The contractor, his sub-
contractors, and the Owner shall (as their interests may
appear) be named as the insured.
10
INFORMATION FOR-BIDDRRS
f. All -Risk Floater Insurance: Until the project is com-
pleted and is accepted by the Owner, the contractor is
required to maintain an all-risk installation floater
policy.
The contractor shall submit to the Owner written evi-
dence of insurance upon the entire work at the site to
the full insurable value .thereof, including the inter-
ests of the Owner, the contractor, the subcontractors,
and any others with an insurable interest. The policy
shall insure against all risk of physical damage except
as modified by the contract documents and subject to the
normal all-risk exclusions., The policy, by its own
terms or by endorsement, shall specifically permit par-
tial or beneficial occupancy prior to the completion or
acceptance of the entire work.
q. Other Insurance: The contractor is to protect the Owner
against all loss during the course of the contract. If,
due to the nature of the project, insurance coverage
other than that specified above is needed by the con-
tractor to protect the Owner against all losses, the
contractor is responsible for determining the type of
insurance needed and purchasing same.
18. Performance Bond and Payment Bond: The contractor shall
furnish both a surety performance bond and a payment bond,
each equal to one hundred percent (100%) of the contract
price.• The performance bond and payment bond shall be two
totally separate bonds and shall bear two different bond
numbers.
The contractor is to pay all expenses In connection with the
obtaining of said bonds. The bonds shall. be conditioned
that the contractor shall faithfully perform the contract,
and shall pay all indebtedness for labor and materials fur-
•nished or performed in the construction and installation of
such alterations and additions as prescribed in this con-
-
tract; ••:
In Arkansas, prevailing law requires that performance and
payment'bonds on public works contracts shall be executed by
a resident local agent who is licensed by the Insurance Com-
missioner to represent the surety company executing said
bonds, and filing with such bonds his power of attorney as
his authority. The mere countersigning of the bonds will
not be sufficient. •
11
JEFORMATION FOR BIDDERS
The date of the bonds, and of the power of attorney, must
not be prior to the date of the'contract. At least six
copies of the bonds shall be furnished, each with power of
attorney attached.
19. Method of Award - Lowest Qualified Bidder: If at the time
this contract is to be awarded,'the lowest base bid submit-
ted by a responsible bidder does not exceed the amount of
funds then established by the Owner as available to finance
the contract, the contract will be awarded on the base bid
only. If such bid exceeds such amount, the Owner may reject
all bids or may award the contract on the base bid combined
with such deductible alternates applied in numerical order
in which they arellisted in the Form of Bid, as produces a
net amount which is within the available funds.
20. 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 obli-
gation in respect to his bid.
21. Safety Standardsand Accident Prevention: With respect to
all work performed under this contract, the contractor
shall:
a. Comply with the safety standards provisions of applica-
ble laws, building and construction codes, and the "Man-
ual 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),
b. Exercise every precaution at all times for the preven-
tion of accidents and the protection of persons (inclu-
ding employees) and property.
c 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 doctor's 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 removal of injured persons to a
hospital or a doctor's care.
12