Loading...
HomeMy WebLinkAbout108-95 RESOLUTIONRESOLUTION NO. 108-95 A RESOLUTION AUTHORIZING A CONTRACT IN THE AMOUNT OF $40,482. PLUS A CONTINGENCY AMOUNT OF $2,000. WITH JERRY D. SWEETSER, INC. FOR THE WILSON PARK ASPHALT TRAIL AND APPROVAL OF A BUDGET ADJUSTMENT IN THE AMOUNT OF $12,682. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section I. That the Council hereby authorizes a contract in the amount of $40,482, plus a contingency amount of $2,000, with Jerry D. Sweetser, Inc. for the Wilson Park Asphalt Trail, and authorizes the Mayor and City Clerk to execute same. A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof. Section 2. The Council also approves a budget adjustment in the amount of $12,682 mcreasmg Parks Improvement, Acct. No. 4470 9470 5806 00, Project No. 95018 by decreasing Parks Improvements, Acct. No. 4470 9470 5806 00, Project No. 94026. A copy of the budget adjustment is attached hereto and made a partof. PASSED AND APPROVED this 15th day of August , 1995. APPROVED: By: /u /17,P,1-141•-- Fted Hanna, Mayor t City of Fayetteville, Arkansas ' Budget Adjustment Form Budget Year Department: Sales Tax Capital Improvement 1995 Division: Program: Project or Item Requested: Request funding be added to the Wilson Park Asphalt Trail Project. The additional funding is requested due to increases in materials cost, terrain slopes and the bid environment. Justification of this Increase: The additional funds requested to complete the Wilson Park Trail are due primarily to increased materials cost, increased difficulty due to terrain and the bid environment. Date Requested August 15, 1995 Adjustment # Project or Item Deleted: Reallocation of Sports Park Project funding is requested. Justification of this Decrease. Decrease in scope of project for Sports Park Project allows for the reduction in project funding. Account Name Amount Parks Improvements 12,682 Account Name Parks Improvements Amount Increase Account Number ProeJ ct Number 4470 9470 5806 00 95018 Decrease 12,682 Account Number 4470 Project Number 9470 .5806 00 94026 Approval Signatures Ma or Cfl2CCs r ,r 1//. L[ Z -"'h Siji �`,�Z•32v' � Budget Office Use Only Type: A BCD Date of Approval Posted to General Ledger Entered in Category Log F Budget Office Copy • • • 1 1 Office of the City Fngineer City Administration Building 113 W Mountain Street Fayetteville, Arkansas 7270] Plans and Specifications for Wilson Park Asphalt Trail (95) June 1995 Ras. /oB -YS • f t • • • 1 City of Fayetteville Advertisement for Bid # 95-46 Notice is hereby given that the City of Fayetteville, hereinafter called the owner, will receive sealed bids at the Purchasing Office, City Administration Building room 306, 113 W. Mountain St., Fayetteville, Arkansas 72701, until 9:CC a.m., local time, on the 16th day of June, 1995, for the furnishing of all tools, equipment, labor, and materials, and performing the necessary work to be done to complete the project known as: Wilson Park - Asphalt Trail. The scope of this project is construction of approximately 1940 linear feet of asphalt trail that is 6 feet wide per specifications. The location of the work is set out in the plans and specifications on file at the cffice of the city Engineer, Fayetteville, Arkansas. Said plans can be inspected or obtained without any fees, but must be returned by unsuccessful bidders. Each bid must be accompanied by a surety bend in the amount equal to five percent (5%) cf the whole bid, said bond to be issued by a surety company licensed to do business in the State of Arkansas, said bond to be retained as liquidated damages in case successful bidder fails, neglects or refuses to enter into the contract for the construction of said works, and furnish the necessary bonds within ten (10) days from and after the date the award is made. The owner reserves the right to reject any or all bids, and tc waive any informalities deemed to be in its best interest. The attention of all bidders is called to the fact that if this contract exceeds $20,000 they must be licensed under the terms of Act 150 of the 1965 Acts of the Arkansas Legislature, as amended. k xo Peggy ,61.),11/4“) c - Purchasing Manager Note to NWA Times: Please publish two times June 2, 1995 & June9ilir, 1995 1 ar.d tin - for t.1C '3'.71 .. 6r'rm111. sc:or.; an.' 11 -a . . car:a:.. .... ._ cent-- lot - CI 1 • • 1:; • admin: -1 1:at; ___ .. ev'n• , ex_ ,r : Cr a:: aC_ 1:. 4 r, 35 r. :6. ...:A 1... .....: ex2..2.1 ••• .3'. ,� ..:.. E, 1) .x::.. ....a 11 .. :: 71 Ce • ...... .1•:..... • y'r 22:3 ....a;: ..G way • x:1.'_.1 r•'i Tt • • `V—\L-9S Frsr,o: ; cr JS (3. J• Sip-Q_Ascr -lin --PthiNale.scts • .'rt:ansa'. a Pi • a. the la' of of tre State c` tnc..:., :-t con"; 7Si:r:'; a. lydi'Jl ;,;ii* tr•adir: aC _ - .v 1I'L C._iY LI FACTE;:. of U son?ark — Asphalt Trail +{ -.. Y. of 7 -F'-iii iratip..S 'itii:.'i r. . C".....: -o ...-d'.1:F S':e cr the '-c ..1. r.. :te: .i :ar ern: a i the C:' -''--- i., 5 Jrreur"::' .i '„`:e Lo'-::. inc.: Jci ny` the a'.a ila o: - ..ai : .r, ..:.. , berrty :r:',:cses to firlisnall labor, ' e a l aro 'fly L- r. C3„ '1 i. 5..��' i "P'•Jire. ,is', -Z, ar ' to l::]CS.r„_L -. pro,;e�t la ac...,, rce '.J-„'1 she �.on:r3:.." ....• . ari at t r t... , �_ - '.e fir'-ces S at?;, i]e�., 14. `hese or c;.s are to ocvcr all eY'_, inc.:rri•.] -n perior'mirg the w'orii re J1"ed `..- t'.. Contract. ��,.,4c c of rrr.i r :his prc:.;sal is d part. 9.4.d.'er Fere., antes to ccro.e.^,ce work under this conte ct on a date tc be Steel ied in a written uhi- • r" _ et t" ,-eCr, and to fully c .. , e:e the project within .—;n _ corsec.:'.i,;e calendar days. r.. "sr-, _ . er in, co—Hiance to c i • '1'. i -.. 4-.7'7 :o.. b: s '-I the Sttote r,,,. the con: B-'•ler acknowle..es rece-o.. * F 11 o;,t an: iicab'e b aok .. a,.aC„aa: 1 Bid Schedule for Wilson Park Asphalt Trail Item Description (1) 1940 L F Asphalt 'Frail 1 1/2" thick and 6' wide on 8" of hi::sidc fill materials, and 4' ofSB-2 anaxrig words **Unit Price (2) 80 C.Y hillside fill materials on as needed $ basis words Extended -t%WAti eikk k% 0usizej -Cour huInas tel {-watt J° words $ G'1oO.0-3 Nin.e hundred <5rxk wofs (3) L.S. ditch crossing with 12' of 30" CMP $,319Ira •C 3 5 ,3100.E with bituminous coatine (4) 10 each Standard Proctor density test TOTAL thrzchotdredsix-1-1 .1-hreekunst' eLb;�t� words words 5'7S,OO $ SO .0 5QV4ft}�- i t✓a ScJe/r[ ended 42r-1-1- wc ids words $4DJLIaa,DL) ior't�l �Du�tnd (huru�re� gh ei\w� I words *R•Cr,it r •iLes to ben s a oust .h.t,.r it words w=ll go... .. ;.crds and fig.:res. jrg case cf c:iscre;:acct' The ',sit prices srd l ln:.i 1'.4 al] let L", rater'als, L:• ir:, shcr-ru, overhaa::, .^.rofit, in:. ;..,i', etc., to cover the finished wot Ci the Se:eraA lords ca- ivi for. P.icder ur rrstar s that th2 Owner reserves tie right to r ec art' cr ali Jids and to waive ar; inforralit'es in the bidding. ire Bidder agrees that this bid s4a'1 be coo" asd rarct ne .NA-itcra- ,r a period of sixty (eD) cale':•'d, a,_ `ter the scnc.iuled cicsirg ti.,e for receiving bids. UDC"' rec,mipt or written notice thAl arceptarr-n o '.:s t1C b is r r wi eAecute the focal contract attached within tan (1.g) days and deliver the SJretV Bond or .ager:' as re:direct by ;gra:oraph 8 c` t eneral Ccr�i Tre bic security attached in urzr is to beccre tne property or the :%„^.f:� it i.^.e eve, the contract a',o i:old are not executed wito n tre ..iTi_ a:,_.e srt forth, as '. gi iaa:,ed da"'' es for the °Cad and additi;,',:, expense to the Nner ca Js•':l the'^ey. fids Ne___f Jl'•y cJhr.A.itted: SEAL - it bid is Jt' a corporation .44 d \1i 4 4444 4444 ;i_.. 124- _.. 1:114.hu. i , -3 1: 1 a as sun CC .r3, 1 44 3 may l 3Vr.... a:'.; a::;- ... _:. • re 3I:.., .. . 41.,11..3 4444, or _r. 4::: :]:•::1-. xnr:; a...... ., aa Aa Aa a.aa .. .. < ... =cc.: `.x _ .J. . 1..1.. iOrr., 1] 3 cul t.: 3.:a.: roni :3e`.-..._.. . : i1 , trr i>< • 1 . 'Lr• n .. _ 'v'..1•ii ..r]• .. 3. . _.. adC.. a. a of a::- i:eLC:: ..ar% viI=:T 2-1.v A'D4E . • t CI r..�m P .1Q i4 y X .. 4a _.._.® - 1. y . 6 _-.. 6... f d L N1TED STATES EIDEEI We L.ARANTY COMPANY (A Stcck Company) ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND Jerry D. Sweetser, Inc as Pr nape!. nereinafter called principal. and UNITED STA–ES FIDEL TY AND GUARANTY COMPANY, a coroporatio-i o'ganizec and existing under the aws o` the State of Marylanc and author zed to do ausiness in the State of Arkansas. as Sure: hereinafter ca led Surety. re he d and firms( bound unto.... City of Fayetteville, Fayetteville, An ansas as Obligee, hereinafter called Owner r :ne arcunt of..,F?urty Thousand Four Hundred Eighty Two Dollars and 00/103 Dollars ($49,1:3.2...99 f. for Ile oaymerl whereof Principal and Surety b pd lhemse ves. their heirs, persoral represerlatives, successors and assigns. )o ntly and severally. firm y by these presents. Principal has by writer agreement dated ... ... . . .. ... ......... entered into a contract with Owner for furnishing all labor and materials for Wilson Park Asphalt Trai' 'cr the City of Fayetteville, Fayetteville, Arkansas . wh ch contract is by reference rade a pal hereof. and 's hereinafter reserved to as :he Cortract THE CONDITION OF THIS OBLIGATION is such that 1 the Principal sha faithfully perform the Cortract on his part and shall fully indemnify and save narrless tie Owner from a'I cost and damage wh on ne may suffer by reasor o` failure sc :o do and shall luny reimburse and repay the Owner all outlay and expense which the Owner may noun in mak•rg good any such dctau 1. and. lurlhe•. that i' the Pr•rc pal shall pay a I persors all indebtedness for labor or materia:s furnished or performed order said Contract. fa I rg which such persons snail have a direct right e' actior against the Pr rc pa and Surety. ,cintly and several y. under th s obligation, sub,ect to the Owrer's priority, tier this obligalior sial' be nu I anc void: otherwise is sha I remain rn fu I force and effect No suit, action or proceed ng shall be brought on this boric outside the State of Arkansas. No suit action or proceeding shall pe breugh: on this nerd except by the Owner. unless t :s brought in accordance with A.C.A. Section 22-9-403 ft)) and A.0 A. Sectior 18-44-503 (b; ;Supp 1987) as amended. No suit, action or proceeding shah be brought by :he Owner atter two years from the date on which final payment under the Contract falls due. Any alterations which may be made in the terms of the Cortract or in the work to be done under it, or the giving by the Owner of any extension of time for the performance o' the Cortract. or any other fo•berance on the part of either the Owner or the Pr ncipa to the other sial no: ir any way release the Principal and the Surety cr Sureties. or either or any of them their heirs. persona representatives successors or assigrs from their liability hereuncer. not ce to the Surety or Suret es of any Such alteration, extension or forbearance being hereby wa ved In no event steal; the aggregate iability of :he Surety exceed the sum set out herein Executed on this ... ..st .... day of. August 1995 Terry Swee '` President' er Inc. ski UNITED STATES FIDELITY AND GUARANTY' COMPANY • ,'J-• Surety Rohert M. Davis Attorney-in-fact 2 P— a Con:rae 158 (Arkansas) (11-89) Pricl 1 • UNITED STATES FIDELITY AND GUARANTY COMPANY POWER OF ATTORNEY NO. 106636 1130764 %USF W KNOW ALL MEN BY THESE PRESENTS: That UNITED STATES F DELIIY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the State of Maryland and having its principal office at die City of Baltimore. in the State of Maryland, does hereby constitute and appoint A.P. Eason, Jr. and Robert M. Davis oftbe Cdy of Fayetteville salad' Arkansas its true and lawful Attoruey(s)-in-Fad, each is their separate capacity if more than one is named above. to sign its name as surety to, and to execute, seal and acknowledge any and ail bonds, undedaldngs, contracts and other written instruments io the nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons: guaranteeing the performance of contracts; and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY bac caused this instrument to be sealed with its corporate seal, duly attested by the signatures of its Senior Vice President and Assistant Secretary. this 22nd day of January . A.D. 1993 . STATE OF MARYLAND) BALTIMORE CITY ) UNITED STATES FIDELITY AND GUARANTY COMPANY (Sigma) By (Signed) By SS: Senior Vice President Assistant Secretary oothi322td dayof Jan;:ary ,A.111993 .beforemepersonaflyoame Robert J. Lamendola Senior Vice President of the UNITED STATES FIDELITY AND GUARANTY COMPANY and Paul D. Sims. Assistant Secretary of said Company, with both of whom I am personally acquainted. who being by me severally duly sworn, said, that they. the said Robert .T . Lamendola and Paul D. Sims were respectively the Senior Vice President and the Assistant Secretary of the said UNITED STATES FIDE IFY AND GUARANTY COMPANY. the corporation described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corpomtioa; that the seal affixed to said Power of Attorney was such corporate seal, that it was so affixed by order of the Board of Directors of said corporation. and that they signed their names (hereto by like order as Senior Vice President and Assistant Secretary, respectively, of the Company My Commission expires the 11th day in .:March A.D. 1995 Oj° +g,ma^, b L (Signed) ... .. !`!F--'.... (..i'.Plif-t L. NOTARY PUBLIC This Power of Attorney is granted under and by authority of the following Resolutions adopted by the Board of Directors of the L'NITED STATES FIDELITY AND GUARANTY COMPANY on September 24, 1992: RESOLVED, Wan in connection with the fidelity and surety insurance business of the Company, alt bonds, undertakings, contracts and other instruments relating to said business may be signed, executed. and acknowledged by persons or entities appointed as Attorney(s)-in-Fact pursuant to a Power of Attorney issued .o accordance with these resolutions. Said Power(s) of Attorney for and en behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman. or the President. or an Executive Vice President, or a Senior Via President ora Vice President or an Assistant Via President jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature co suck officers may ace engraved, primed or :nbogmpned. —sue signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any P we of Attorney or to any certificate relating thereto appointing Attomey(s)-m-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory m the nature thereof and, unless subsequently revoked and subject to any limitations set forth the rem. any such Power of Attorney or certificate beanng such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certifiedby such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undedalong to which it is validly attached. RESOLVED, that Attorney(s)-in-Fact sha:l have the power and authority, unless subsequently revoked and, in any case subject to the terms and limitations of the Power of Attorney issued to them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and other writings obhgatory in the nature thereof and any such instrument executed by such Attomey(s)-m-Fad shall be as binding upon the Ccrrnany as if signed by an Executive Officer and sealed and attested to by Ibe Secretary of the Company. 1. Paul D. Sims . an Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY. do hereby certify that the foregoing is a hue excerpt from the Resolution of the said Company as adopted by its Board of Directors on September 24, 1992 and That this Resolution is in full force and effect. L the undersigned Assistant Secretary of the UNTIED STATES FIDELITY AND GUARANTY COMPANY do hereby certify that the foregoing Power of Attorney is in full force and effect and has not been revoked. In Testimony Whereof, i have hereunto set my hand and the seal of TIED STATES FIDELITY AND GUARANTY COMPANY on this day of , 19 ^ p .dPvAbn. Lam FS 3 (10-92) Assistant Secretary SEP -12-9E TUE 13:26 • CERTIFICATE QF INSURANCE: PRODUCER Eason a Company. Inc. 100 West Center, Suite 201 Fayetteville, AR- PHONR501-521-2233 • I Derr Sweetser, Inc. • 59Y0 W. Poplar 7270 Leville AR INSURED • • • • P.02 CSR SE 08/31/95 IBIS cERTIp1CAIR I8 ISSUPD AS A NATTER 0R INPOREATICN ONLY AND CONFERS NO RIGHTS UPON THP CERTIFICATE HOLDER THIS CUPTIFICATB DOES NOT ARANO. EXTEND OR ALTER TNR COVBRAOE ARRORUWD By TRE POLI=ILS BELOW. COMPANIES AFFORDING COVERAGE COMPANY Lirmr A Bituminous Insurance Co. OOPPANY LBI:ER B C01:PA"N LEITER C COMPANY :.B?CR D CGMRAMY LETTERE rl TMI9 IS TD CERTIFY THAT POLICIES CP INSINANCE LIRTRD SEWN HAYS BEEN ISSUED TO THE INSURED NUM ABOVE PORTER POLICY PPR1OD INDICATED. tIOVITTROTANDING ANT RPQUIR!MSNT. TERM OR CONDITICN OP ANY CONIRACI OR OTHER DOCUMENT WITH RESPECT TO WHICH TEIE CERTIFICATE MAY BR 'SSUBD OR NAY PERTAIN Th6 INSURANCE APPOPTED BY THE POLICIES DESCRIABD RESEW Ib SUBJECT TO ALL TERMS RSCL'JSIONS AND CONDI:TORP OF SUCH POLICIBA LIMITS SHORN MAY NAVE BEEN RBUUCSD BY PAID cLLIMD TIp6 iP INSJRMICE Pol]1'I NURSER 1 (GENERAL LIABILITY , A X CONMBRCIAL GEN LIABILITY I 1 [ 1 CLAIMS MADE ,XC OCC I 1 ALX nen AUTC I: : ALL ONNEu AVmo++ 1' 1 OCNEDULRD AUTOS 11 1 MIRED AUTOS I1 : NDN -OWNED AUTOS 1 GARAGE LIm:LITT II f oMNERe•s B coerrRAe.^oR e PROTECTIVE CLP2131174 mAUTOMOBILE LIAR POLITY RPP I POLICY EXP :.WITS DAT% i BAIR I I I ICBNIRAL AC92RGATB I 63 000.000 II 10/30/94 110/30/95 IPPCD-cCNPIOP AOG I I I I 1 CAP1813240 • 1 :EXCESS LIABILITY AItXUMBRELLA PORN . t : OTHER MAN UMBRELLA PORM I I C0'P1850409 WORKERS: COMP WC122292 AND EMPLOYERS' LIAR 'OTHER , A, OCP COVERAGE 1 , BINDER DESCRIPTION CP OPERA 1, C9KTIpICATE ROLLER CNSILOcAl10Na:VEY/cLES•EPSCIAL ITSMa The City of Fayetteville, Arkansas 113West Mountain F3ayetteville AR ACOPD 25-9 11,901 ,PARA A ADv INSDRYhl, 000, 000 IEACH OCCUANENCE IIIRE DAMAGE PANT OPE FIRS' 1N5D [BREESE ;(ANY OM$ PERSON, 11,000,000 50,000 ;5,000 • MINGLE LIMIT 11P Del, 004 10/30/94 110/30/95 'BODILY IN'URY I :PER PERSON I I I IB.IDILL INJURY , I CPBR ACC]DET1 i I------------------ 1-.- .. -. 1 • IppOPElTY DARAGS I 'EACH OCCURRENCE �1. 000. 000 110/30/94 110/30/95 iAccR E '12,000,00d I 1 I ----, X ISTATUIORY LIMITS 10/30/94 110/30/95 ,EA ;DIEAn � LIMIT 1500, 000 I IDs SLAPS-NATI BMP. 1100. 000 I I I I I X08/09/95108/09/96 1,000,000 , CANCELLATION -- ---- SMOVID ANY or TH9 ABOP9 mummED POLICIES BB /ANGEL:SD BPPO9E THE EI- - P:PAT:ON PATE THEREOF, THE ISSUING COMPANY HILL P.ICBAVOR TO MAIL 30 ▪ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO -ML LEY-. BUT PAILUPI TO NAIL SUCH NGTICE SHALL INPOSE NO OBLIGATION OR LIABILITY OP - ANY KIND UPON THE COMPANY. ITS ROASTS OR REERESENT r • AUTHORIZED RRPRRABMTATIVE Robert Michael Davi • CCN. Ii Ai . A(,:2ET.' f .T 1. 1111S C cm. ," i AND Aijr.:"r; il.."_ , male and entered into th' s 15th dny of _F,uaust ., :3 by a. -x1 between the City of Fayetteville, Ar mnsas, Pary of the Firs t Fart, actin::; t nrcogh it's duly authorized representative, and Jerry D. Sweetser, :nc. 590 W. Poplar Fayetteville, AR 72703 Party of the Second Part irTIM.:-Sr.;:l : That for and in cosi•' t'icn o` the payments to be meide as hereinacte— set forth, the Party cf the Seccnd Part hereby agrees to furnish ail tnol , labor, equipnent, materials, and supplies require.: to the furnished and to construe- the improvements designated as Wilson Park Asphalt Trails A unit price Contract in the amount of 540,482.00 for the City of Fayetteville, Arkansas, in exart accordance with the Plus on filer at the Office of to City Engineer, and Specifications, Proposals, Stipulations, and Special Provisions attached hereto and male a part hereof as fully as two'gh copied herein, under the direction of and to the entire satisfaction of the Party of the First Part and in accordance with the laws of the State of Arkarsas 2. It is fu. tlrer agreed ani understood by and between the parties hereunto that the Party of the Firs., Part agrees to pay and the Party of the Second Part agrees to accept an full and final compensation for all work done under this agreement, the Unit Prices an?/;:r Lump SI -T. Price naris in the Proposal which in hereto a`tru•'-e', such payment to be made in lawful money of the United States, at the time and in the manner set forth in the Specifications. 3. The Party of the Secorxi Part agrees, for the consideration above expressed, to begin ad complete the work within the time specified in the Proposal. Time is expressly made of the essence of this Contrac' If the Party of the Second Part shall fail to complete the work in the time specified he s} -.all pay to the Party of the First Part, as liquidated damages, ascertained and agreed, and not in the nature of a penalty, the aflir•iflrt. :.peci fid in the Proposal fc•r each day do layed, for each Schedule delayiid, w1:_ch shall be ci�x'u-ited frau the final amount to be pal.: t:t.4ler the Ccntra^t. niter=.;.rs of time my be grant -1x1 with waiver of 1::lu:datf.' chi:In e:5 as prcvidei for in the cpecifcaticrs. 4. Tice Party of the Se-it:rid Part agrees to furnish a Bond, with an appr'wed Surety thereon, I~,ra an oeing the perfolnarce cf this Contract, roc rine l by the laws of the State. cf Arkansas, azdfor not 1eiss ti -.an one hundred (100) percent of the atount of this Contract. Said Bond skis t,e� c.;rditicned cr. full and cc p'e e perfo_--m.uxi_ of this Contract and a -reit -air -e b)- the City cf Fayetteville for t_he payment of all labor and materials entering .::to err tncicle n:. t:; the pro-,x:srd _cpmve a#ss alit i shall guarani_ CP. the work against faulty work unship cr nnitertals for a period of cre (1) year after eer-p_cticn. The Surety on said Bond shall be a Surety Coclxany cf financial rc•_:<:;r.':rs satirfat' tcry to the ?art-; cf t1 e First Part, anti aut.} ori: ed to do lEsiness in the State of Arkansas. 5. The Party of the second Part. agnies a.: so to carry Publi-' Iia-ility Insurance, F.vperty fk m age Insurance, and: Workman's Coc pens aticn Ir ;'rince in amounts as nyiluirev. by ,•se SIx-c:ificat_ons. w:T:\F S cicR HANDS T' -IIs 15th PAY CF A -v-5 { , 19`15 Attest by city Clerk Corporate Sea. (i any, CI.4 OF FA':::.i.nC=Lr? FAY I:_ARIIANSAS Mayor JERRY D. SWEETSER, INC. Name and Title 590 WEST POPLAR - FAYETTEVILLE, AR 72703 I3usiness A: lre l,5 • INSTRUCTIONS TO BIDDERS 1 QUAI�ZICAT IONS OF BIDDERS: Before submitting a bid, bidders :oust be licensed under the terms of Act 153 of the 1965 Acts of the Arkansas General Assembly, and the successful bidder must be legally qualified in all respects to do business in the State of Arkansas. 2. LOCAL CONDITIONS: Bidders shall read the Specifications, exanine the Plans, and make their own estimates of the existing facilities and the difficulties which will attend the execution of the work called for by the proposed Contract, including local conditions, uncertainty of weather, and all other contingencies. Bidders shall satisfy themselves by personal examination of the location of the proposed work, and by such means as they may choose, as to actual conditions and requirements. Information derived from the Plans and Specifications cr from the Engineer or his assistants shall not relieve the bidder of this responsibility. 3. PROPCSAL GUARANTEES: Proposals must be accompanied by either a certified or cashier's check, drawn cn a National Bank or a bank having membership ir. the Federal Reserve System, cr a Bid Bend executed by a satisfactory Surety. The proposal guarantee shall be ir. an amount not less than five (5) percent of the bid and made payable to the Contracting Authority tc whom the Proposal is made. A lesser amount will not be accepted. The proposal guarantee, or ether bid qualifications, shall be sealed in a separate envelope firmly attached to the outside cf the sealed Proposal. The outer envelope shall be opened first, and if the documents are not found to be in order, the sealed Proposal shall be returned tc the bidder unopened. The amount of any check or bond shall be retained by the Contracting Authority as liquidated damages in case the bidder neglects or refuses to enter into a contract and to furnish the required contract bend within ten (I0) days after the prescribed contract and bond forms are presented for signature. Checks of unsuccessful bidders will be returned immediately after a contract has been executed. 4. (a) Proposals shall be strictly in accordance with the prescribed forms, furnished with the Specifications. Any modifications or deviations therefrom may be considered sufficient ,rause for rejection. (b; :t is to be understood that the lump sum required in the Proposal is for the furnishing of all materials required to be furnished and the doing of all wcrk required under these Contract Documents, including itens for which no quantities are given. In case unit prices are not required, it is to be understood that the lump sum required in the Proposal is for the furnishing of all materials, tools, labor, etc, required to be furnished and the doing of all work required under these Contract Documents. (c) Proposals must be signed, in writing, by an individual authorized to hind the bidder. (d) Bids must be submitted at the place and on or before the time specified in the Advertisement for Bids. (e) Proposals must he submitted in sealed envelopes addressed tc the Contracting Authority, and clearly narked on the outside of the envelope, "Proposal for Construction Contract" to he opened at (date and time). The Bidder's current Arkansas Contractor's license number must be marked on the envelope. (f) The Contracting Author.ty will not consider bids covering only a portion of these specifications, unless otherwise stipulated in the bid specifications. (g) The unbalancing of bids will not be tolerated. Evidence of material unbalancing will he considered cause for rejection. 5. MODIFICATIONS OF BIDS: No modification of bids already submitted will be considered unless such modifications are received prior to the hour set for opening. 6. BID BONDS,CCNT.RACT BONDS, AND INSURANCE: Attention of bidders is called to Act 82 of the 1935 Acts of the Arkansas General Assembly, which requires that all bid bonds, performance bonds, labor bonds, employer's liability insurance public liability insurance, workmen's collective insurance, and property damage insurance must be secured through resident agents of Arkansas. 7. CLARIFICATION OF CONTRACT DOCUMENTS: If any person contemplating submitting a bid for the proposed contract is in doubt as to the true meaning of any part of the Plans, Specifications, or other proposed Contract Documents, he may submit to the Engineer a written request for any interpretaiton thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation for the proposed Documents will be made only by ar. Addendum duly issued, and a copy of such Addendum will be mailed to each person who has previously secured or who subsequently secures a set of Documents. The Contracting • • Authority will nct he responsible for any other interpretations of the proposed Documents. 8. EXECUTION O1 CONTRACT DOCUMENTS: Following the award and within ten (10) days, provided for in the proposal, the successful bidder shall properly execute the Contract Document. 9. BASIS CF AWARD: Bids will be considered on the basis of the total bid price or prices given in the Proposal. 10. EXCEPTIONS TO INSTRUCTIONS TO BIDDERS: If `.his contract is less than $20,000.00, the following exception appli'3s: The Contractor is not required to be licensed under the terns of Act 150 cf the 1965 Acts of the General Assembly. 11. TIME OF COMP:JET:ON AND LIOU:DA-FD DAMAGES: Bidder must agree to commence work on or before a date to be specified :n a written "Notice to Proceed" of the Owner and to fully complete the project within the time specified. -Jiro dated d el:r. s are hereby set SGf. ; , }' per day. . 12. SAFETY S1AN:;ARDS AND ACCI2ENT 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 the "Manual of Accident Prevention in Construction" published by the Associated General Contractors of America, the requirements of the Occupational Safety and Health Act of 1970 (Public Law 91-596), and the requirements of Title 29 of the Code of Federal Regulations, Section 1518 as published in the "Federal Register", Volume 36, No. 75, Saturday, April 17, 1971. (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 pace at the job site, all articles necessary for giving first aid to the injured, and shall make standing arrangements for the immediate removal to a hospital or a doctors care of persons (including employees), who may be injured on the job site. In no case shall employees be permitted to work at a job site before the employer has made a standing arrangement for the removal of injured persons to a hospital or a doctors care. • • • • GENERAL CONDITIONS OF THE SPECIFICATIONS 1. DEFINI'_ :ONS OF TERMS: Wherever in these Documents the following terms are used, they are understood tc have the following meanings: "OWNER" or "CCNTRACTINS AUTHORITY" shall :Wean the City of Fayetteville, Fayetteville, Arkansas. "CONTRACTOR" shall mean the individual, partnership, or corporation that may have entered into the contract with the Contracting Authority to perform the work specified herein. "WORK" shall mean the furnishing of all necessary tcols, labor, equipment, materials, and supplies required to be furnished by the Contractor under these Specifications. 2. LAWS AND RFG:;LATIONS: All work shall be done in conformity with the laws of the S tate of Arkansas, and any subdivision thereof, municipal and local laws and ordinances, and all applicable federal statutes, laws or ✓ egulations. No convict labor shall he employed on this project. 3. CCNTRACT DOCUMENTS: The "Advertisement for Bids", the "Proposal", the "Bond", the "Instructions to Bidders", the "General Conditions", the "Detailed Specifications", and the "Plans", are each and all of the Specifications component parts to the agreements governing the work to be done and the materials and equipment tc be furnished. The Contract Documents are complimentary, and what is called for by one shall be as binding as if called for by all. Tne intention of the Documents is to include al; tools, labor, equipment, materials, and supplies necessary for the proper execution of the work. Materials or work described in words which so applied have a well known Technical or Trade meaning shall be held to refer tc such recognized meaning. The following copies of the executed Contract Documents will be provided: One for the Contracting Authority, One for the sL....E.ssful Bidder, One for the Engineer, • • 4. SUBCONTRACTS: • The Contratcr shall, as soon as practicable after the signing of the Contract, submit to the Engineer, in writing, the names of any Sub -contractors he proposes for any part of the work. The City of Fayetteville Parks Department Project Manager's approval nust be secured, ir. writing, on all Sub -contracts before they are made and signed. The Contractor shall be held fully responsible tc the Contracting Authority for the acts and omissions of his Sub- contractors and of the persons directly or indirectly employed by his Sub -contractors. Nothing contained ir. these Specifications or in the Contract Documents shall create any contractual relation between any Sub- contractor and the Contracting Authority. 5. THE CONT RACTOR : It is understood and agreed that the Contractor has satisfied himself as to the nature and iocation of the work, the conformation of the ground, the character, quality, and quantity of the materials to be encountered, the character of the equipment and facilities needed preliminary to and during the prosecution of the work, the general "kcal conditions, and all ether :natters which can ,n any way affect the work under this Contract. No verbal agreement cr conversation with any officer, agent, or employee of the Contracting Authority, eitner betcre or after the execution of this Contract, shall affect cr modify any of the terms or obligations herein contained. 6. INSPECTION: The Contractor shall permit and nake possible a thorough inspection by the Contracting Authority of all work and materials furnished under the Contract Documents. No work shall be performed by the Contractor without the knowledge and approval of the Contracting Authority. The Contractor shall be an "independent contractor" with full power and authority to select the means, methods and manner of performing the work, being responsible to the Contracting Authority for all materials delivered and the results contracted for. The failure of any representative of the Contracting Authority to condemn cr reject work cr materials, or otherwise to exercise any function entrusted to him, shall not excuse the Contractor from the faithful performance of this Contract, nor shall such action imply any acceptance by the Contracting Authority of faulty work or materials.