HomeMy WebLinkAbout143-92 RESOLUTION1
•
1
•
RESOLUTION NO. 141-92
A RESOLUTION AWARDING BID NO. 92-35 TO
TOMLINSON ASPHALT AND AUTHORIZING THE MAYOR
AND CITY CLERK TO EXECUTE A CONTRACT IN THE
AMOUNT OF $98,350 PLUS A 5% CONTINGENCY OF
$4,917 FOR ASPHALT OVERLAY OF THE WEST SIDE
GENERAL AVIATION RAMP AT DRAKE FIELD MUNICIPAL
AIRPORT.
BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the Board of Directors awards Bid No. 92-
35 to Tomlinson Asphalt and authorizes and directs the Mayor and
City Clerk to execute a contract in the amount of $98,350 plus a 5%
contingency of $4,917 for asphalt overlay of the west side general
aviation ramp at Drake Field Municipal Airport. A copy of the
contract and bid tabulation for execution are attached hereto and
made a part hereof.
PASSED AND APPROVED this 15th day of September , 1992.
APPROVED:
By : e-rA,S
Mayor
ATTEST:
By
•
• • , C4.1'
•
SPECIFICATIONS AND BID
DOCUMENTS
FOR
WEST SIDE GENERAL AVIATION RAMP
OVERLAY PROJECT AT
DRAKE FIELD
OFFICE OF THE CITY ENGINEER
FAYETTEVILLE. ARKANSAS
AUGUST. 1992
44
• 4
•
1
•
PAGE
' c
•
•
ADVERTISEMENT FOR BIDS A-1
INSTRUCTIONS TO BIDDERS B-1 8-9
B ID BOND D-1 D-2
B ID E-1 E-$
AGREEMENT F-1 - F-3
PAYMENT BOND G-1 - G-3
PERFORMANCE BOND H-1 H-3
NOTICE OF AWARD 1-1
NOTICE TO PROCEED J-1
CHANGE ORDER K-1
GENERAL CONDITIONS L-1 L-20
SPECIAL CONDITIONS SC -1 - SC -4
SPECIAL INSTRUCTIONS SI -1 - SI -2
TECHNICAL SPECIFICATIONS
SITE PREPARATION 30-1 - 30-3
CRUSHED STONE BASE COURSE 31-1
CONCRETE CURB AND GUTTER 32-1
PRIME AND TACK COATS 33-1
HMAC LEVELING/FILLER COURSE 34-1
POLYPROPYLENE FABRIC UNDERSEAL 35-1 - 35-4
HMAC SURFACE COURSE 36-1
TOPSOIL, SEEDING AND MULCHING 37-1
STORM DRAINAGE
STRIPING
METHOD OF MEASUREMENT AND BASIS OF PAYMENT
38-1
39
MP -1
- 38-4
- MP -2
4 . . •
•
•
CITY OF FAYETTEVILLE
BID qa -55
City Administration Building
113 West Mountain
Fayetteville, AR 72701
4 4
•
Separate and sealed BIDS for West Side General Aviation Ramp
Overlay at Fayetteville Municipal Airport (Drake Field) in and for
the City of Fayetteville, Arkansas, will be received at the
Purchasing Office, Room 304, City Administration Building,
Fayetteville, Arkansas, until 10:30,a.a., local time on Auaust 18,
1992, and then at said office publicly opened and read aloud.
The REPLACEMENT PROJECT will include the furnishing of all the
necessary materials, supplies, tools, labor, and other services
required for the complete construction of the following:
Approximately 21,000 square yards of HMAC overlay of
existing pavement.
The CONTRACT DOCUMENTS consisting of Advertisement for Bids,
instructions to Bidders, Bid Bond, Bid, Agreement, Payment Bond,
Performance Bond, General Conditions, Special Conditions, Special
Instructions, Detailed Specifications, Attachments, Drawings and
Addenda, may be examined in the office of the City Engineer, City
Administration Building, 113 West Mountain, Fayetteville, Arkansas,
72701.
Copies of the contract documents may be obtained from the
office of the City Engineer.
All bidders must be licensed under the terms of Act 150,
Arkansas Acts of 1965.
The City of Fayetteville reserves the right to reject any or
all bids and to waive any formalities in the bids. The City also
reserves the right to withhold the awarding of the contracts for a
period of not to exceed sixty days after opening of bids.
Dated the (c7P day of , 192,.
/s/
TO NWA TIMES:
Purcg Officer, City of
Fayetteville, Arkansas
Publish once on August 14, 1992, and
once on August 21, 1992
Qo k33►oa..
A -i
Post -It" brand fax transmittal memo 7671
@ S mea r
To
`° 'Nut
Q
lures
a
Dept/.
44a 'a1
Fai•
o
Fang -15' O a5 7
•
•
•
• •
•
•
: 44
.
INSTRUCTIONS TO BIDDERS
1. EXAMINATION OF SITE AND DOCUMENTS. Bidders are advised that
the plans, profiles, specifications and estimates of the Engineer
o n file in the office of the City Engineer., City Aditn. Bldg. aha l l
constitute all of the information which the Owner shall furnish.
No other information given, or sounding made by the Owner or any
o fficial thereof, prior to the execution of said contract, shall
e ver become a part of, or change the contract, plans, profiles,
specifications and estimates, or be binding on the Owner. Prior
to submitting any bid, bidders are required to read carefully the
specifications, contract and bonds, to examine carefully all plans,
profiles, and estimates, to visit the site of the work to examine
carefully local conditions, to inform themselves by their
independent research and sounding of the difficulties to be
encountered, and all attending circumstances affecting the cost of
doing the work, and the time specified for its completion; and to
o btain all information required to make an intelligent bid.
Bidders shall rely exclusively upon their surveys, estimates,
investigations, surroundings and other things which are necessary
for full and complete information upon which the bid may be made
and for which a contract is to be awarded. The Proposal, providing
for unit and lump sum prices bid by the Contractor, contains a
statement that all bids are made with the full knowledge of the
difficulties and conditions that may be encountered, the kind,
quality and quantity of the plans, work to be done, excavation, and
materials required and with full knowledge of the plans, profiles,
specifications and estimates and all provisions of the contract and
bonds. The submissions of a bid shall constitute the acceptance
o f these provisions.
2. APPROXIMATE ESTIMATE OF QUANTITIES. The Engineer's estimate
o f quantities, approved by the Owner and on tile in the offices of
the City Engineer , is approximate only, and shall
be the basis for receiving unit price bids for each item, but shall
n ot be considered by the bidders as the actual quantities that may
be 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 aid in determining the lowest and best bidder for the purpose
o f awarding the contract, and will be used as basis for fixing the
amount of the required bonds.
3. BIDS AND BIDDING FORMS. Bids must be made out in ink on
bidding forms included as part of these specifications. Bids shall
be sealed and addressed City of Fayetteville, Arkansas, and the
title of the pro4ect, the name of the contractor submitting the bid
and the time and date for receipt of bids written on the envelope.
B-1
•
•
• •
'
. .
B ids are due at the Purchasing Office, Room 307, Administration
Building, 113 West Mountain, Fayetteville, Arkansas, 72701, no
later than 10:30•a.m, on August 28. 199 2
No bidder shall divulge the information in the sealed bid to any
person whomsoever, except those having a partnership or other
financial interest with him in the bid, until after the sealed bids
have been opened.
B ids which are incomplete, unbalanced, conditional, or obscure, or
which contain additions not called for, erasures, alterations or
irregularities of any kind, or which do not comply with the
Instruction to Bidders may be rejected as informal at the option
o f 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.
4. UNIT PRICES AND FILLING IN BIDDING FORMS. Bidders must state
a unit price for each item or work named in the Engineer's estimate
o f quantities of work to be done. Unit prices shall include
amounts sufficient for the furnishing of all labor, materials,
tools, equipment and apparatus of every description, to construct,
e rect, and finish completely all of the work as called for in the
specifications or shown in the plans. Unit prices bid and totals
shown in the Proposal shall not include any of the costs of
engineering, advertising, appraising, or printing.
The price bid for each item must be stated in figures and in words
in the appropriate blank spaces provided on the bidding forms. The
figures must be clear and distinctly legible so that no question
can arise as to their intent and meaning. In case of a difference
in the written words and figures in a Proposal, the amount state
in written words shall govern.
5. PRICES BID TO BEAR RELATIONSHIP TO COST OF WORK. Prices bid
o n the various items in the Proposal shall bear a fair relationship
to the cost of the work to be done. Bids which appear unbalanced
and deemed not to be in the best interest of the Owner may be
rejected at the discretion of the Owner.
6. SIGNATURE ON BIDS. If the bid is made by an individual, his
firm name must be given, and the Proposal signed by him or his duly
authorized agent. If the bid is made by a partnership, the firm
n ame and the names of each member must be given, and the bid signed
by a member of the partnership, or a person duly authorized. If
the bid is made by a company or corporation, the company or
corporate name must be given, and the bid signed by an officer or
agent duly authorized.
Powers of attorney, properly certified, for agents and others to
sign bids must be in writing and filed with the Owner.
8-2
•
•
•
•
. 4
'
7. COMPLIANCE WITH STATE LICENSING LAW. Contractors must be
licensed in accordance with the requirements of Act 150, Arkansas
Acts of 1965, the "Arkansas State Licensing Law for Contractors".
Bidders who submit proposals in excess of $20,000 must submit
evidence of their having a contractor's license before their bids
w ill be considered, and shall note their license number on the
o utside of their Proposal.
8. QUALIFICATIONS AND RESPONSIBILITY OF BIDDERS. Each bidder, it
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.
9. DISQUALIFICATIONS OF BIDDERS. Any one or more of the following
may be considered as sufficient for the disqualification of bidders
and the rejection of bids:
More than one Proposal for the same work from an individual,
firm, partnerships, or corporation under the same or different
names.
Evidence of collusion among bidders. Participants in such
collusion may receive no recognition as bidders for any future
work.
Unbalanced Proposals in which the prices tor some items are
out of proportion to the prices for other items, or changes
written in, or amendments by letter. Failure to submit a unit
price for each item of work tor which a bid price is required
by the Proposal, or failure to include all required contract
documents.
•
Lack of competency as revealed by the financial statement,
experience, plant and equipment statements submitted. Lack
of responsibility as shown by past work judged from the
standpoint of workmanship and progress.
A bid by an unlicensed contractor bidding under a licensed
contractor's name.
Uncompleted work which, in the judgement of the Owner, might
hinder or prevent the prompt completion of additional work if
awarded.
Being in arrears on existing contracts, in litigation with
the Owner, or having defaulted on a previous contract.
B-3
•
•
•
•
•
• •
•
•
•
q
•
•
•
10. CONSIDERATION OF PROPOSALS. After the Proposals are opened
and read, the quantities will be extended and totaled in accordance
w ith the bid prices of the accepted Proposals. Until the final
award of the contract, the Owner reserves the right to reject any
and all Proposals, to waive technicalities, and to advertise for
new Proposals, or proceed to do the work otherwise when the best
interests of the Owner will be promoted thereby.
11. RIGHT TO REJECT BIDS. The Owner reserves the right to reject
any and all bids. All bids are subject to this reservation, and
the Owner reserves to itself the right to decide which shall be
deemed the lowest responsive and responsible bid. Due
consideration will be given to the reputation, financial ability,
experience and equipment of the bidder.
12. AWARDING OF CONTRACT. The Owner reserves the right to
w ithhold the awarding of a contract a reasonable period of time
from the date of opening bids, said length of time not to exceed
thirty (30) days except with the consent of the bidder. The
awarding of a contract upon a successful bid shall give the bidder
no right to action or claim against the Owner upon the contract
until the contract is reduced to writing and signed by the
contracting parties. The letting of a contract shall not be
complete until the contract is executed and the necessary bonds
approved.
13. SUBCONTRACTOR. The Contractor shall not assign or sublet all
o r any part.of this contract without the prior written approval of
the Owner nor shall the Contractor allow such subcontractor to
commence 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, contract and bonds.
14. MATERIALS GUARANTY. Before any contract is 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 tests provided for in these specifications to
determine their quality and fitness for the work.
15. FAMILIARITY WITH LAWS. The bidder is presumed to be familiar
with all federal, state and city laws, ordinances and regulations
which in any manner affect those engaged or employed in the work,
o r the materials or equipment used, or in any way affecting the
work, and shall in all respects comply with said laws, ordinances
and regulations. No claim of misunderstanding or ignorance on the
part of the Contractor will in any way serve to modify the
provisions of the contract. No representations shall be binding
unless embodied in the contract.
B-4
•
•
•
•
•
•
•
•
•
•
•
18. LABOR LAWS. 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 Compensation Act, and the Contractor agrees
that if he is subject to the Arkansas State Unemployment Act, he
w ill make whatever contributions are required under and by virtue
o f the provisions of said Act.
17. WAGES AND LABOR. Minimum wage rates shall be equal to basic
rates as established 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 project.
Whenever available, local common labor shall be used and whenever
practical, skilled and semi -skilled labor, if available, shall be
u sed.
The Contractor and each subcontractor, where the contract amount
e xceeds $75,000.00 shall comply with the provisions of Act 74, as
amended by Act 275 of 1969 (Arkansas Statute 14-630). The
provisions are summarized below
The Contractor and subcontractor shall:
(1) 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
Department of Labor.
(2) post the scale of wages In a prominent and easily
accessible place at the site ot the work.
(3) keep an accurate record showing the name and occupation
and hours worked ot 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 considered
necessary to pay the workmen employed by the Contractor 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 workmen employed by the Contractor or a
subcontractor has been or is being paid a rate of wages less than
the rate of wages required by this contract, the Owner may be
written notice to the Contractor, terminate his right to proceed
with the work or such part of the work 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.
8-5
•
•
•
•
•
•
•
.
•
•
•
•
18. WITHHOLDING STATE INCOME TAXES. The Contractor shall deduct
and withhold Arkansas income taxes, as required by Arkansas law,
from wages paid to employees, whether such employees are residents
o r non-residents of Arkansas.
19. ANTI -KICKBACK PROVISION (WHERE APPLICABLE). When provided
for in the specifications, the Contractor shall comply with the
regulations of the Secretary of Labor made pursuant to the Anti -
K ickback Act of June 13, 1934, 40 U.S.C. 278 (c), and any
amendments or modifications made thereto and shall see that such
provisions are included in all subcontracts.
20. COMPLIANCE WITH ACT 125, ARKANSAS ACTS OF 1985. The attention
o f all bidders is called to the provisions of Act 125, Arkansas
Acts of 1985. This act provides tor payment for certain taxes on
materials and equipment brought into the state. It further
provides for methods of collecting said taxes. All provisions of
this act will be complied with under this contract.
21. 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 insurance 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 Arkansas. Licensed companies are listed in the State
Insurance Department's Annual Report of the Insurance Commissioner.
In Arkansas, the prevailing law requires that insurance on public
works contracts be issued by and through a duly licensed agent
resident in the State of Arkansas. The mere countersigning by a
resident agent is not acceptable.
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 Contractor shall
promptly, upon being notified to the effect, execute and furnish
acceptable insurance In the amounts herein specified. Upon
presentation of acceptable insurance, the unsatisfactory insurance
may be canceled at the discretion of the Contractor.
The Contractor shall have his resident insurance agent submit to
the Owner, through the Engineer, a schedule of insurance policies
proposed to be furnished, which shalt be approved before
certificates of insurance and/or policies are issued. Once the
Owner has concurred in the proposal of insurance coverages, the
Contractor shall then furnish to the Engineer, in the name of the
Owner, certificates of insurance for the following:
B-8
•
•
•
•
•
•
•
•
• . •
A. Workmen's Compensation. Workmen's compensation, as required
by the laws of the state in which the work is to be 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
$200,000.00 for each person and $500,000.00 for each accident;
and property damage of $200,000.00 for each accident. This
insurance shall be endorsed to cover explosion collapse and
underground hazards, and blasting.
C. Motor Vehicle Public Liability and Property Damage Insurance.
This policy shall provide bodily injury of $200,000.00 for
each person and 500,000.00 for each accident; and property
damage of $200,000.00 for each accident.
0. Owner's and Engineer's Continaent Protective Liability
Insurance. The Contractor shall indemnify and save harmless
the demands, payments, suits, actions, recoveries and
judgments of every nature and description brought or recovered
against them by reason of any omission or act of the
Contractor, his agent or employees in the execution of the
work of in the guarding of it. 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 $200,000 00
property damage and $500,000.00 bodily injury limits, and with
such provisions as will protect the Owner and Engineer from
contingent liability under this contract.
E. Builder's Risk Insurance. 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 on a 100 percent
completed value basis, against damage to the equipment,
structure or material. The Contractor, his subcontractors,
and the Owner as their interest may appear shall be named as
the insured.
F All -Risk Floater Insurance. Until the project is completed
and is accepted by the Owner, the Contractor is required to
maintain an all-risk installation floater policy.
8-7
•
•
•
• • •
•
•
•
•
The Contractor shall submit to the Owner written evidence of
insurance upon the entire work at the site to the full
insurable value thereof including the interest 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 partial or beneficial occupancy prior to completion or
acceptance of entire work.
G. 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 Contractor to protect
the Owner against all losses, the Contractor is responsible
for determining the type of insurance needed and purchasing
same.
Each insurance certificate and/or policy shall contain a
clause providing that it shall not be canceled by the
insurance company without fifteen (15) days written notice to
the Owner of Intention of cancel. It shall be the
responsibility of the Contractor to maintain insurance as set
out above and to furnish current certificates and/or
policies.
22. 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 the payment bond shall be two totally separate
bonds and shall bear two different bond numbers.
The Contractor is to pay all expense 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 furnished or performed to
the construction of such alterations and additions as prescribed
in this contract.
The surety company issuing the bonds must be a solvent company on
the "Surety Companies Annual List" issued by the U.S. Department
of the Treasury, and the bonds are not to be issued to an amount
greater than the underwriting limitations for the surety company
as set out therein.
Resident Aaent Reauired. 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
Commissioner to represent the surety company executing said bonds,
and filing with such bonds his Power of Attorney as his authority.
The mere countersianina of the bonds will not be sufficient.
B-8
•
1
•
•
•
•
•
•
•
•
•
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.
Bonds are to be approved by the Owner. If any bonds contracted
for become unsatisfactory or unacceptable to the Owner after the
acceptance and approval thereof, the Contractor, upon being
notified to that effect, shall promptly execute and furnish
acceptable bonds in the amounts herein specified. Upon
presentation of acceptable bonds, the unsatisfactory bonds may be
canceled at the discretion of the Contractor.
Pk a
•
•
•
•
•
•
•
•
• •
BID BOND
•
•
•
•
•
•
KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned,
as Principal, and
as Surety, are hereby held
and firmly bound unto as owner
in the penal sum of
for the payment of which, well and truly to be made, we hereby jointly
and severally bind ourselves, our heirs, executors, administrators,
successors and assigns. Signed this day of
19
The condition of the above obligation is such that whereas the Principal
has submitted to s
certain bid, attached hereto and hereby made a part hereof to enter into a
contract in writing, for the
NOW THEREFOR,
(a) If said Bid shall be rejected, or in the alternate.
(b) If said Bid shall be accepted and the Principal shall execute
and deliver a contract in the Form of Contract attached hereto
(properly completed in accordance with said Bid) and shall
furnish a bond for his faithful performance of said contract,
and for the payment of all persons performing labor or
furnishing materials in connection therewith, and shall in
all other respects perform the agreement created by the
acceptance of said Bid.
then this obligation shall be void, otherwise the same shall remain in
force and effect; it being expressly understood and agreed that the
liability of the Surety for any and all claims hereunder shall, in no
event, exceed the penal amount of the obligation as herein stated.
The Surety, for value received, hereby stipulates and agrees that
the obligations of said Surety and its bond shall be in no way impaired
or affected by any extension of the time within which the Owner may
accept such Bid; and said Surety does hereby waive notice of any such
extension.
0-1
•
•
•
•
• •
•
•
•
•
•
•
IN WITNESS WHEREOF, the Principal and the Surety have hereunto
set their hands and seals, and such of them as are corporations have
caused their corporate seals to be hereto affixed and these presents
to be signed by their proper officers, the day and year first set
forth above.
Principal
Surety
SEAL BY:
0- 2
•
•
•
•
• • j •
ADDENDUM NO. 1
BID
WEST SIDE GENERAL AVIATION RAMP
OVIRL:Y PROJECT PT DRAKE FIELD
•
•
•
•
Proposal of si., 'AS.r' �� (/t/ ! (hereinafter
called "Bidder") a corpora ion, organized and existing under the laws of the
State of r,Pje,r3,dt , a partnership, or an individual doin_
business as
To the City of Fayetteville, Arkansas, (hereinafter called the "Owner"):
Gentlemen:
The Bidder, in compliance with your invitation for bids on the reconstruction
o f Armstrong Avenue in and for the City of Fayetteville, Arkansas, having
e xamined 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.
B idder hereby agrees to commence work under this contract on or before a date
to be agreed upon by the Contractor and the Owner and to fully complete the
project within 30 consecutive calendar days thereafter as stipulated in the
specifications. Bidder further agrees to pay as punitive damages, the sum
of $ 300.00 for each consecutive calendar day thereafter.
B idder acknowledges receipt of the following addendum:
1
•
I/'
•
•
•
•
•
•
• ADDENDUM NO. 1 •
IS
• • •
•
•
•
•
Bidder agrees to supply all necessary materials, supplies, tools, and
equipment and provide all labor, supervision, and other services required
for the complete construction of the project as described in the
specifications and shown on the plans for the following unit prices.
The costs of miscellaneous material items not listed below that are
required for a complete job shall be included in the unit prices below and
shall not be a cause for an extra.
Item
No.
1.
Estimated Unit, Description of Item
Quantity and Unit Price Bid
* 1,800 ton AHTD TYPE 3 HOT MIX
**Asphaltic concrete:
compacted to an avero.
depth of 111"
F7-61/
Total
Amount
Ma dollars ($ 30.9e )TON s790?f 6
2
Lump Sum
Striping of the aviation
ramp as described on the
plans
a 1
.L/n 7$r4 dollars ($ ��l/� ere
f,.s..$ 73e dot
3. 21,700 s.y. AMOPAVE 4599, POLYPROPYLENE
fabric underseal (or approved
equal) fox the sum of
/td dollars ($ /24 )S.Y.S e‘a 40
4.
2,600 1.f.
I 1J
HOT CRACK SEALING
with NEYRA Industries
Sealer or approved equal
Cracks to be cleaned out by
air pressured devices prior
to sealing
dollars ($ l%e d
L F .$ /Sed.Gd
Pf`3 -, od
G
rotal:
(words)
*Quantities may be reduced if project is over budget. Areas designated as
alternative 1, 2 & 3 to be deleted in the same order.
**Unit price shall include all required milling to provide a smooth surface
transition of new surface with the boundary lines cif the existing naverent.
F-2
•
•
•
TOTAL BID $
•
ADDENDUM NO. 1 •
C Q4
(Amo,Gnt W�
ritten In Word
•
••
•
/fit' o6
(Ini4igures)
The Bidder shall state the price bid in words and figures (written in
or typed) for each pay item, and the total bid. In case of conflict betty
words and figures, the words, unless obviously incorrect, shall c verr
Bidder understands that the Onwer reserves the right to award the to
project, or to reject any or all bids and to waive any formalities in
bidding.
Bidder agrees that this proposal shall be good and may not be withdr
for a period of 30 dalendar days after the scheduled closing time
receiving bids.
Respectfully submitted
o2i/t/rtsm AM 4 2L
Firm a
B/q!/ GrtJ Sit
Address
7t7/.P
City
State
Arkansas State License Number
•
•
•
•
•
•
•
•
UNIT PRICE
AGREEMENT
•
•
•
•
•
3.34
THIS AGREEMENT, made this day of 19 , by and
between City of Fayetteville hereinafter called "OWNER" and
(name of Owner), (an Individual)
Tomlinson Asphalt doing business as (an
individual,) or (a partnership,) or (a corporation) hereinafter called
"CONTRACTOR".
WITNESSETH: That for and in consideration of the payments and agreements
hereinafter mentioned:
1 The CONTRACTOR will commence and complete the construction of
West side general aviation ramp overlay at the Fayetteville Municipal Airport
2. The CONTRACTOR will furnish all of the materials, supplies, tools,
equipment, labor, and other services necessary for the construction
and completion of the PROJECT described herein.
3. The CONTRACTOR will commence the work required by the CONTRACT
DOCUMENTS within 30 calendar days after the date of the NOTICE
TO PROCEED and will complete the same within 30 calendar days
unless the period for completion is extended otherwise by the CONTRACT
DOCUMENTS.
4. The CONTRACTOR agrees to perform all of the WORK described in the
CONTRACT DOCUMENTS and comply with the terms therein for the sum of
$ 98,350.00 or as shown in the BID schedule. The actual
dollar amount to be adjusted according to actual constructed
quantities at bid unit prices.
5 The term "CONTRACT DOCUMENTS" means and includes the following:
(A) Advertisement for BIDS
(B) Instructions to Bidders
(C) Bid Bond
(D) Bid
(E) Agreement
(F) Payment Bond
(G) Performance Bond
F-1
•
•
•
•
•
• 3.35
•
•
•
•
•
•
•
(H) Notice of Award
(I) Notice to Proceed
(J) Change Order
(K) General Conditions
(L) Special Conditions
(M) Special Instructions
(N) SPECIFICATIONS prepared bythe office of the City Engineer
(0) ATTACHMENTS:
(P) Addenda:
No. dated 119
19
,19
•
•
•
(0) Drawings prepared bythe office of the City Engineer.
6. The OWNER will pay to the CONTRACTOR in the manner and at such times
as set forth in the General Conditions such amounts as required by the
CONTRACT DOCUMENTS.
7. This agreement shall be binding upon all parties hereto and their
respective heirs, executors, administrators, successors, and assigns.
F-2