Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
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