No preview available
HomeMy WebLinkAbout8-95 RESOLUTION• RESOLUTION NO. 895 A RESOLUTION AWARDING BID NO. 94-102 IN THE E r AMOUNT OF $184,770.00, PLUS A 10% CONTINGENCY OF $18,477.00, AND AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CONSTRUCTION CONTRACT WITH TO FAYETTE TREE & TRENCH, INC. FOR THE PARK APARTMENTS WATER LINE REPLACEMENT PROJECT, AND APPROVAL OF A BUDGET ADJUSTMENT IN THE AMOUNT OF $203,247.00. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. The Council hereby awards Bid No. 94 102 in the amount of $184,770.00, plus a 10% contingency of $18,477.00, and authorizing the Mayor and City Clerk to execute a construction contract with Fayette Tree & Trench, Inc. for the Park Apartments Water Line Replacement Project. A copy of the bid tabulation and contract are attached hereto marked Exhibit "A" and made a part hereof. Section 2. The Council hereby approves a budget adjustment in the amount of $203,247.00 increasing Water Line Improvements, Acct. No. 4470 9470 5808 00, Project No. 94031 by decreasing Water Line Improvements, Acct. No. 4470 9470 5808 00, Project No. 95019 in the amount of $101,247.00 and Use of Fund Balance, Acct. No. 4470 0947 4999 99 in the amount of $102,000.00. A copy of the budget adjustment is attached hereto and made a part hereof. PASSED AND APPROVED this 17th day of January , 1995. ATTEST: `� By:. a .CLQ /�daX/f , Traci Paul, City Clerk _x�Y r• 3•azn. n APPROVED: s �• =w -7 "-=', St • • ed Hanna, Mayor City of Fayetteville, Arkansas Budget Adjustmlent Form Budget Year 1995 Department: Sales Tax Construction Fund Division: Program: Date Requested January 17, 1995 Adjustment # Project or Item Requested: Funding is requested for Park Apartments Water Line Replacement Project. Projec or Item Deleted: The proposed funding for this project is from 1994 Water Line Replacement — Rolling Hills and reallocation of 1995 funding of Wedington Road Water/Sewer Relocation Project. Justification of this Increase: The existing water line at Park Lake Apartment has extensive damage due to corrosion and is experiencing numerous water leaks due the damage. Justification of this Decrease: The Rolling Hills Water Line Replacement Project was moved to 1995 during 1995-1999 Capital Improvement Program process. 1994 funding for Rolling Hills Water Line Replacement Project reverted to fund balance at December 31, 1994. The highway department has postponed the Wedington Road widening project. Increase Account Name Amount Account Number Project Number Water Line Improvements Account Name Water Line Improvements 203,247 4470 9470 5808 00 94031 Amount Decrease Account Number Project Number 101,247 4470 9470 5808 00 95019 Use of Fund Balance 102,000 4470 0947 4999 99 Approval Signatures Reque ed B Departmen Dire—or Admin./fe ector /r1J//� May r is -01-9- 9,/ 12 - -94 3JANgC Budget Office Use Only Type: A BCD OF Date of Approval Posted to General Ledger Entered in Category Log Budget Office Copy bit6irai) Qv? • MICROFILMED. DETAILED SPECIFICATIONS AND CONTRACT DOCUMENTS FOR WATER SYSTEM IMPROVEMENTS PARK APARTMENTS - WATER LINE REPLACEMENTS BID NO. 94-102 CITY OF FAYETTEVILLE, ARKANSAS DECEMBER, 1994 ENGINEERING DIVISION OFFICE OF THE CITY ENGINEER 1 .1 -1 i 1 1 1 1 1 1 .1 1 1 1 1 �1 TABLE OF CONTENTS tem pages Advertisement for bids 1 Instructions to bidders 1-9 State Wage Determination 1-3 Bid Proposal 1-6 Contract Agreement 1-2 Performance Bond 1-2 Payment Bond 1-2 General Conditions 1-42 Supplement to the General Conditions 1-9 Detailed Technical Specifications Section 100 Section 110 General Project requirements Measurement and Payment Section 140 Schedules/Progress Meetings & Public Notice Section 150 Partial Payment Estimate for Construction Section 300 Crushed Stone Base Course Section 310 Pipe Bedding Material Section 400 Section 401 Section 411 Section Section Clearing Rights of Way, Cut & Repair Fence Surface Removal Pipe foir Water Line - General 412 Polyvinyl Chloride (PVC) Pipe & Fittings. 413 Polyethylene Encasement Section 450 Section 461 Gate Valves and Butterfly Valves 1-8 1-2 1 1 1-2 1 1-2 1-3 1-7 1-6 1 1-4 Placing Pipe Protection cover and compacted Backfill 1-3 1 1 1 1 1 1 1 11 1 1 1 1 1 1 1 1 1 Section 462 Flushing, Hydrostatic Testing, Disinfection 1-3 Section 487 Pipeline Cleanup and Seeding 1-3 Section 472 Fire Hydrants 1-3 Section 475 Blow -Off Assembly 1-2 Section 491 City Street Crossing 1-2 Section 495 Driving Surface Repair 1-3 Srction 502 Concrete 1-2 Section Standard Details 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ADVERTISEMENT FOR BIDS Water System Improvements • . Park Apartments - Water Line Replacements Bid Number 94-102 City of Fayetteville, Arkansas Sealed bids for the construction of Park Apartments • Water Line Replacements will be received by the City of Fayetteville, Arkansas, at the Purchasing Office, Room 306, City Administration Building, 113 West Mountain Street, Fayetteville, Arkansas, 72701, until 11:30 a.m. local time on December 28 1994 and then at said office publicly opened and read aloud. The proposed Work generally consists of replacement of approximately 3570 I.f. of 8", 515 I.f. of 6", and 250 I.f. of 4" existing water mains. Also re -connection of 7 fire hydrant, and approximately 135 service lines. The Contract Documents, consisting of the Advertisement for Bids, Instruction to Bidders, Bid Proposal, Contract, General Conditions, Supplementary Conditions, Payment Bond,'Performance Bond, Drawings, Specifications, and Addenda, may be examined and obtained at the City of Fayetteville Engineering Office, Room 004, City Administration Building, 113 West Mountain, Fayetteville, AR. Each contractor shall be responsible for the investigation, inspection, and studies of the project site as deemed necessary to familiarize themselves with all conditions encountered. Each contractor shall be responsible to read and comply with the Instructions to Bidders as contained in the Contract Documents. Each bid must be accompanied by a cashier's check or surety bond in an amount of five percent (5%) of the total whole bid. Said bond shall be issued by a resident local agent who is licensed by the Arkansas State Insurance Commissioner to represent the surety company executing said bonds, and filing with such bonds his power-of- attorney. The mere countersigning of the bonds by a resident agent shall not be sufficient. 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 in accordance with the Contract General and Supplemental Conditions, the Owner shall retain said check or bond as liquidated damages. Bids shall be made on the official bid sheets contained in the specifications, and such bid sheets ;;hall not be removed from the remainder of the Specifications and Contract Documents. All bids shall be sealed and the envelope addressed to the City of Fayetteville, Purchasing Office, Room 306, 113 West Mountain Street, Fayetteville, Arkansas 72701, and clearly marked on the lower left side of the bid envelope shall be the following information: The Bid number, The project name/title, the date of the bid opening, the time of the bid opening and the bidding contractors name and license number. All bidders shall be licensed under the terms of Act 150 of the 1965 Acts of the Arkansas Legislature. No bidder may withdraw his bid within sixty (60) days after the actual date of the bid opening. The City of Fayetteville reserves the right to reject any and all bids, and to waive any formalities as deemed to be in the best interest of the City of Fayetteville. To: NWA Times Please publish on 12/14/94 and 12/21/94 P.O. # 41901 1 INSTRUCTIONS FOR BIDDERS: 1. Defined Terms. Terms used in these Instructions to Bidders which are defined in the Standard General Conditions of the Construction Contract shall have the meanings assigned to them in the General and Supplementary Conditions. The term "Bidder" means one who submits a Bid directly to the Owner, as distinct from a sub -bidder who submits a bid to a Bidder. The term "Successful Bidder" shall mean the lowest, qualified, responsible and responsive Bidder to whom Owner (on the basis of Owner's evaluation as hereinafter provided) makes an award. The term "Bidding Documents" includes the Advertisement or Invitation to Bid, Instructions to Bidders, the Bid Proposal Form, and the proposed Specifications and Contract Documents (including all Addenda issued prior to the receipt of Bids). 2. Copies of the Bidding Documents. Complete sets of the Bidding Documents in the number and amount, in any, stated in the Advertisement to Invitation to Bid may be obtained from the Engineer upon request. Complete sets of Bidding Documents must be used in preparing Bids; neither the Owner nor Engineer assumes any responsibility for error or misunderstandings resulting from the use of incomplete sets of Bidding Documents. Owner and Engineer in making copies of Bidding Documents available on the above terms do so only for the purpose of obtaining Bids on the Work and do not confer a license or grant for any other use. 3. Oualifications of Bidders. When included with, and made a part of the Bid Proposal, the Bidder must submit a completed "Statement of Bidder's Qualifications" as part of the Bid Proposal. The "Statement of Bidder's Qualifications" is required to demonstrate qualifications to perform the Work and will be used in evaluating all bids as a basis for award 4. Examination of Contract Documents and Site. 4.1. It is the responsibility Of each Bidder before submitting a Bid, to : (a) examine the Contract Documents thoroughly, (b) visit the site to become familiar with local and specific conditions which may affect cost, progress, safety, performance or furnishing of the Work, (c) consider all Local, State and Federal Regulations and Laws which may affect cost, progress, safety, performance or furnishing of the Work, (d) study and carefully correlate Bidder's"observations with the Contract Documents and (e) notify Engineer of any and all conflicts, errors or discrepancies in the Contract Documents. 4.2 Information and data reflected in the Contract Documents with respect to Underground Facilities at or contiguous to the site is based upon information and data furnished to the Owner and Engineer by owners of such Underground Facilities or others, and Owner nor Engineer does not assume responsibility 1 for the accuracy or completeness thereof unless it is expressly provided otherwise in the Supplementary Conditions. 4.3 Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders on subsurface conditions, Underground Facilities and other physical conditions, and possible changes in the Contract Documents due to differing site conditions appear in Article 4 of the General Conditons and any associated Supplementary Conditions. 4.4 Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain any additional information, examinations, explorations, tests and studies which pertain to the physical conditions of the surface and subsurface at, or contiguous to the site or other wise which may affect cost, progress, safety, performance or furnishing of the Work and which the Bidder deems necessary to determine the Bid for performing and furnishing the Work in accordance with the time, price and other terms and conditions of the Contract Documents. 4.5 Upon request in advance, the Owner will provide each Bidder access to the site to conduct any observations, explorations and tests as each Bidder deems necessary for submission of a Bid. Bidder shall be required to fill in all holes and to restore all property to its former condition. 4.6 The lands upon the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by the Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary facilities or storage of materials and equipment are to be provided by the Contractor. Easements for permanent structures or permanent changes in existing structures are to be obtained in advance by the Owner unless specifically noted otherwise in the Contract Documents. 4.7 The Bidder must satisfy themselves of the accuracy to the estimated quantities in the Bid schedule by examination of the site and a review of the drawings and specifications including any Addenda. After bids have been submitted, the Bidder shall not assert that there was any misunderstanding concerning the quantities of Work or the nature of Work to be performed. 4.8 The submission of a Bid will constitute an irrevocable representation by Bidder that Bidder has complied with every provision and requirement of this paragraph 4, that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing the Work. 5. Interpretations and Addenda. All questions about the meaning or intent of the Contract Documents are to be directed to the Engineer. Interpretations or clarifications considered necessary by the Engineer in response to such questions, and/or any information deemed necessary by the Owner or Engineer, will be issued by 2 Addenda mailed or delivered to all parties recorded by the Engineer as having received the Bidding Documents..,,Only questions,answered and/or other information furnished by formal written Addenda will be binding. The Point of Contact for questions and clarifications for this specific project is Sid Norbash, City Engineering Office, (501) 575-8206. 6. Bid security. Each Bid must be accompanied amount od five percent (5%) form of.a certified or bank is prescribed and included) General by Bid security made payable to the Owner in an of the Bidder's. total maximum bid price and in the check or a Bid Bond (oh form attached, if a form issued by a surety meeting the requirements of the and Supplementary Conditions. The Bid security of the Successful Bidder will be retained until such Bidder has executed the Agreement and furnished the required contract security, whereupon the Bid security will be returned. If the Successful Bidder fails to execute and deliver the Agreement and furnish the required contract security within 15 days after the Notice of Award, Owner may annul the Notice of Award and the Bid security of that Bidder will be forfeited. The Bid security of other Bidders whom the Owner believes to have a reasonable chance of receiving award may be retained by Owner until the earlier of the seventh day after the Effective Date of Agreement or the 61st day after the Bid opening, whereupon the Bid security furnished by such Bidders will be returned. Bid security with Bids which are not competitive will be returned within 10 days of Bid opening. 7. Contract Time. The number of days within which, or the dates by which, the Work is to be substantially completed and also completed and ready for final payment (The Contract Time) are as set forth in the Bid Proposal, Contract Agreement and Technical Specification 100 - General' Project Requirements. 8. Liquidated Damages. Provisions for liquidated damages, if any, are set forth in the.Bid Proposal and/or the Contract Agreement. 9. Substitute or "Or -equal" items. The Contract, if awarded, will be on the basis of materials and equipment described in the Drawings or specified in the Specifications without consideration of possible substitute or "or -equal" items. Substitute or "or - equal" 'items of materials or equipment, unless it is specified that no substitute will be allowed, may be furnished or used by the Contractor if acceptable to the Engineer. Application for acceptance for possible substitute or "or -equal" items will not be considered by the Engineer until 3 • after the effective date of the Contract Agreement. The procedure for submission of any such application is set forth in Article 6.7 of the General Conditions and any associated Supplementary Conditions. 10. Subcontractors. suppliers and others. The Contractor shall not assign or sublet all or any part of this Contract without the prior written approval of the Owner and Engineer. Nor shall the Contractor allow any subcontractor to commence work until he has provided and obtained approval of such compensation and public liability insurance as required by the Contract Documents. The approval of each subcontract by the Owner will in no manner release the Contractor from any of his obligations as set forth in the Contract Documents including the Plans, Specifications, Contract and Bond(s). 11. Bid Proposal Form. 11.1 All bids must be made on the required Bid Proposal form contained in the Bidding Documents. Additional copies may be requested from the Engineer. 11.2 All blank spaces for Bid prices must be filled in, in ink or type written, and the Bid form must be fully completed and executed when submitted. Only one (1) copy of the Bid form is required. 11.3 Bids by corporations must be executed in the corporate name by the president or vice-president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal must be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation must be shown below the signature. 11.4 Bids by partnerships must be executed in the partnership name and signed by a partner, whose title must appear under the signature and the official address of the partnership must also be shown below the signature. 11.5 All names must be typed or clearly printed in ink below the signature. 11.6. The Bid shall contain an acknowledgement of receipt of all Addenda (the numbers of which must be filled in on the Bid form). 11.7. The address and telephone number for communications regarding the Bid must be shown. 12. Submission of Bids. Bids shall be submitted at the time and place indicated int eh Advertisement or Invitation to Bid and shall be enclosed in an opaque sealed envelope, marked in the lower left portion with the Project Title, Bid Number, Date of the bid opening, time of the bid opening, bidding contractor's name and license number. The Bid shall be accompanied with the Bid Security and other required forms and documents. 4 • If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate sealed envelope wit the notation "Bid Enclosed" on the face of the outer envelope. THE BID PROPOSAL FORM SHALL NOT BE REMOVED FROM THE BOUND SPECIFICATIONS AND CONTRACT DOCUMENTS. 13. Modification and Withdrawal of Bids Bids may be withdrawn or modified by an appropriate duly executed document (in the manner that a Bid must be executed) and delivered to the place.where Bids are to be submitted at anv time prior to the opening of Bids. If, within 24 hours after the opening of Bids, any Bidder files a duly signed, written notice with Owner and promptly thereafter demonstrates to the satisfaction of Owner that there is a material and substantial mistake in the preparation of its Bid, that Bidder may withdraw its Bid and the Bid security will be returned. Thereafter, that Bidder shall be disqualified from further Bidding on the Work provided under the Contract Documents. 14. Opening of Bids. Bids will be opened and publicly read aloud at the time and location as specified in the advertisement of invitation for bids. A tabulation of the amounts of the Bids will be made available to the Bidders after preparation by the Engineer. 15. Bids to remain subject to acceptance. All Bids shall remain subject to acceptance for 60 days after the day of the Bid opening, but Owner may, at its sole discretion, release any Bid and return the Bid security prior to that date. Additionally, if deemed necessary by the Owner, the Owner and the apparent Successful Bidder may enter negotiations to extend the time of acceptance beyond the 60 days, with no changes in the Bid Proposal or Contract Documents. • 16. Award of Contract. 16.1 Owner reserves the right to reject any and all Bids, to waive any and all informalities not involving price, time or changes to the Work, to negotiate contract terms with -the Successful Bidder, 'and the right to disregard all nonconforming, nonresponsive, unbalanced or conditional bids. The Owner further reserves the right to reject the Bid of any Bidder if the Owner believes that if would not be in thebest interest of the Project or Owner to make award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability, or of doubtful past performance, or falls to meet any other pertinent standard or criteria 5 established by the Owner. Discrepancies in the multiplication of units of Work and unit prices will be resolved in the favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 16.2 In evaluating the Bids, Owner will consider the qualifications of Bidders, whether or not Bids comply with the prescribed requirements, and such alternates, unit prices, and other data, as may be requested in the Bid Proposal Form or prior to Notice of Award. 16.3 Owner may consider the qualifications and experience of the subcontractors, suppliers and other persons and organizations proposed for those portions of the Work as to which the identity of subcontractors, suppliers and other persons and organizations must be submitted as provided for in the Contract Documents. Owner may also consider the operating costs, maintenance requirements, performance data and guarantees of major items of material and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 16.4 Owner may conduct such investigations as Owner deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability if Bidders, proposed subcontractors, suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to Owner's satisfaction within the prescribed time. 16.5 If the contract is to be awarded, it will be awarded to the lowest responsive, responsible, qualified Bidder whose evaluation by Engineer indicates to Owner that the award will be in the best interests of the Project and Owner. 16.6 If the contract is to be awarded, Owner will give the Successful Bidder a Notice of Award within 60 days after the date of the Bid opening. If deemed necessary by the Owner, the Owner and the apparent Successful Bidder may enter negotiations to extend the time of acceptance beyond the 60 days, with no changes in the Bid Proposal or Contract Documents. 17. Contract Security. Article 5 of the General Conditons, and the associated Supplementary Conditions set forth the Owner's requirements as to Performance and Payment Bonds. When the Successful Bidder delivers the executed Agreement to Owner, it must be accompanied by the required Performance and Payment Bonds. 18. Signing of Agreement. When Owner gives Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement with all other Contract Documents attached. Within 15 days thereafter, Contractor shall sign, execute and deliver the required number of counterparts of the Agreement and attached documents to the Owner with the required Bonds and insurance certificates. Upon City Council's approval of the contract, Within ten (10) days thereafter Owner shall deliver one fully signed and 6 executed copy of the contract to Contractor. 19. 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." Bidder who submit Bids in excess of $20,000.00 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 their Bid. 20. Labor Laws. The Contractor shall abide by all Federal, State and Local Laws and Regulations governing labor. The Contractor shall further agree to hold and 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 will make whatever contributions are required under and by virtue of the provisions of said Act. 21. Wages and Labor. Minimum wage rates shall be equal to the basic rates as established by common usage in the city and adjacent community for the various types of labor and skills performed. In cases where wage rate determinations are specified in the Contract Documents, the rates as specified shall be the minimum rates which apply to the Project. Whenever available, the Contractor shall make use of local common and/or skilled labor as is practical. The Contractor and each subcontractor, where the amount exceeds $75,000.00 shall comply with the provisions of Act 74, as amended by Act 275 of 1969 (Arkansas Stat. 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 of the Work, 3) 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 records shall be open at all reasonable hours to the inspection of the Department of Labor or the Owner, its officers and agents. A copy of the prevailing wage rates for this specific project, as established by the Arkansas Department of Labor, is attached in the Contract Documents 7 immediately following the Instructions to Bidders. 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 subcontractor has been, or is being paid a rate of wages less that the rate of wages required by this Contract, the Owner may by written notice to the Contractor, terminate the Contractor's 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 costs occasioned thereby. 22. Compliance with Act 125. Arkansas Acts of 1965. The attention of Bidders is called to the provisions of Act 125, Arkansas Acts of 1965. This act provides for the payment of certain taxes on materials and equipment brought into the State. It further provides for methods of collecting such taxes. All provisions of Act 125, Arkansas Acts of 1965 shall be complied with under this Contract. 23. Withholding State Income Taxes. The Contractor shall deduct and withhold Arkansas income taxes, as required by Arkansas law, from wages paid employees, whether such employees are residents or nonresidents of Arkansas. 24. Compliance with Rules and Regulations for the Enforcement and Administration of Act 162, Arkansas Acts of 1987. The attention of all nonresident Bidders is called to the provisions of Act 162, Arkansas Acts of 1987. This act provides for nonresident Contractors and subcontractors notice and bond regulations by the Commissioner of Revenues, Dept. of Finance and Administration, P.O.Box 1272, Little Rock, Arkansas 72203 prior to commencing work or undertaking to perform any duties under contract within the State of Arkansas. 25. Subcontractors Bonds - Act 190. Arkansas Acts of 1993. The attention of Bidders is called to the provisions of Act 190, Arkansas Acts of 1993. In general, 'this act provides for the subcontractors to provide to the General Contractor performance and payment bonds, with certain regulations on form and time, when the subcontractor's bid is in excess of $50,000.00. 26. Excavation Safety. The attention all Bidders is called to the requirements of Act 291, Arkansas 8 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 • Acts of 1993 - Excavation and Trench Safety. The current edition of Occupational Safety and Health Administration Standard for Excavation and Trench Safety Systems, 29 CFR 1926, Subpart P, is specifically incorporated and made a part of these specifications and contract documents as required by Arkansas Act 291 of the 79th General Assembly of 1993. The Contractor shall be solely responsible for the implementation of these requirements. A copy of the OSHA regulations is included in this set of specifications as Appendix A. End of the Instructions to Bidders 9 Page 1 of 2 ARKANSAS DEPARTMENT OF LABOR PREVAILING WAGE DETERMINATION - HEAVY RATE DATE: July 7, 1994 PROJECT: 36 -Inch Water Main Fayetteville, Arkansas CLASSIFICATION Bricklayer/Stonemason Carpenter Concrete Finisher/Cement Mason Electrician Laborer Mechanic Pipelayer Power Equipment Operators: Group II Group III Group IV DETERMINATION #: 94-003 COUNTY: Washington EXPIRATION DATE: 01-07-94 SURVEY #: AH05 BASIC HOURLY RATE 7.20 7.20 8.00 12.00 6.75 6.90 7.00 8.95 8.70 8.10 Welders --receive rate prescribed for craft performing operation to which welding is incidental. FRINGE BENEFITS .46 CERTIFIED JULY 1, 1994 1 1 fr 1 Det. # O°3 Page f of a Power Equipment Operators Group II Operators engaged in operating the following equipment or performing work relative to the engineer's jurisdiction: Hydraulic cranes, cherry pickers, backhoes, and derricks with a lifting capacity less than 50 tons, as specified by the manufacturer, backhoes, tractor or truck type, overhead & traveling cranes, or tractors with swinging boom attachments, gradealls above equipment irrespective of motive power, leverman (engineer), hydraulic or bucket dredges, irrespective of size. Group III Heavy Equipment Operators. Operators engaged in operating the following equipment: bulldozers, front end loaders, sidebooms, skytracks, push tractors, pull scrapers, motor graders, trenching machines, regardless of size or motive power, backfillers, central mixing plants, 10S and larger, finishing machines, boiler fireman high or low pressure, asphalt spreaders, hydro truck crane, multiple drum hoist, irrespective of motive power, rotary, cable tool, core drill or churn drill, water well and foundation drilling machines, regardless of size, regardless of motive power and dredge tender operator. Group IV Light Equipment Operators. Operators engaged in operating the following equipment: Oilerdriver motor crane, single drum hoists, winches and air tuggers, irrespective of motive power, winch or A frame trucks, forklifts, rollers of types and pull tractors, regardless of size, elevator operators inside and outside when used for carrying workmen from floor to floor and handling building material, Lad-A-Vator, conveyor, batch plant, and mortar or concrete mixers, below 10S, end dump euclid, pumperete, spray machine and pressure grout machine, air compressors, regardless of size. All light equipment, welding machines, light plants, pumps, well point system dewatering and portable pumps space heaters, irrespective of size, and motive power, equipment greaser, oiler, mechanic helper, drilling machine helper, asphalt distributor and like equipment, safety boat operator and deckhand. 1 (z) u `%-r b, ti h' Ix tnO yb. •t4 bil tcbi N „t rC t7 IL:::,:. -P-8: N Pbf$3. 3431 it yam: ti 111bt4 1 r'O CD M rt F•• rt a tr 0 0 rt 0 rt O • zo4oesquoogns Mechanical subcontract Electrical subcontractor m (D m n a 0 rt tart- 0.) 0 rt 0 a H co 1 11 0 0 N CD CD ti .C1 waxm- F+. 1-0t3 to Fs 9 HH(p N M C Fh rt tD to c1:1ct 0 N crF• mm°bI-ioft N 0 (0 N E ctN aD i rty brt rt 0 • () aD Yu. F -d - et • ▪ F,- a to >r • .DOtntQrt N • mmaa tok.byrt C00H•bE b O rtt V.h (D '' N � (DhOfDC rnrnb a� rt c t7• H fD rt 0 ti.H a 0 q 0 H Vai 0 x.ei �` H • y'oaao to Fn0 0 N .•. ta-L.,.DJ a a AOi �1 y W CrtrtbE ts- • N • O ato I-4. tiam • H to M- a C) C H O• m CD 010 DI Nayti C M d Ca N 0 F+• CD rt rt Nhabhh LL iC rt (D tD to rt 0 m CDD tr O M rt Fs N a 1:30J CI 2 M it et rt M• W h Ali O Ch 0 to 0 ,J F+•ID tF•hOAl 0 rrt tr (D(D 1 E t(D 0 bb•• y00h e CD ' t ° t a, 0 m r O ‘Sri ft E m N L..) Xr�r 0 hM hm tn C 171w N `< (D H. H. rt • rt 00 m rt < O FL c EL n 0- c rt SESUE)1Iy STATEMENT OF INTENT TO PAY PREVAILING WAGES 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BID PROPOSAL Place Fayetteville, Arkansas December 28, 1994 Date d9.acr,,, . f, wit Proposal of .fin die,. inn 4 oZ,.etrt, LQ.,.c,, a corporation organized and e !sting under the laws of the State of aP .,aAo- a partnership consisting of ; •an individual trading as To: City of Fayetteville City Administration Building 113 West Mountain Fayetteville, AR 72701 The undersigned hereby proposes to perform all work and furnish all materials required to be furnished for the construction of the Water System Improvements, Bid no. 94-102, replacement of existing water mains & service line re -connections, in accordance with the following bid schedule, plan drawings as shown, and the project specifications, for the b a sic lump s u m o f /s -,e. Alto,CL,,t f l4{�/ X 4-444,0, Lacaa,nIX s Dm - d F and ie " 4440ntJ 0• In& . - vv°Dollars($1Sq-1 T1o. 00 'Y.&4!tz L IOM It is understood that the lump sum proposals, in addition to all other work includes all variable quantities listed in the proposal in the amounts so listed. The variable quantities given in the proposal are for the purpose of comparing bids only, and the basic lump sum proposal will be adjusted in the final settlement for variation in the quantities at the prices indicated on the bid schedule. Bidders must bid the schedule in its entirety including all items, The City of Fayetteville reserves to right to reject any and all bids and waive any formalities as deemed in the best interest of the City of Fayetteville. 1 • BASE BID UNIT PRICE SCHEDULE FOR PARK APARTMENTS WATER LINE REPLACENETS Item Estimated Quantity No. and Description Unit Price Extended 1. 3570 L.F. 8" P.V.C., C-900, Class 200, Dollars complete in place $ 2. 515 L.F. 6" P.V.C., C-900, Class 200, Dollars complete in place $ 3 8 each 8" gate valve with box complete in place 2. 2 each 8"x8" tapping 4 Dollars sleeve and tapping valve Dollars complete in place $ 5. 2 each 6" gate val e with box, complete n Dollars place $ 6. 8 each install fire hydrant, co place 1 e in Dollars 7. 7 each remove top part of existing fire hydrants Dollars and deliver to the Op. Center. 8. 4500 lbs D.I. Fittings complete in place Dollars