HomeMy WebLinkAbout30-98 RESOLUTION•
•
RESOLUTION NO 30-98
A RESOLUTION AWARDING BID NO. 98-6, IN THE AMOUNT
OF $56,395, TO FAYETTE TREE AND TRENCH; APPROVING
A PROJECT CONTINGENCY OF $20,000; APPROVING THE
COMBINATION OF PROJECT NOS. 95039 AND 97021; AND
APPROVAL OF A BUDGET ADJUSTMENT.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS*
Section 1 That the City Council hereby awards Bid No. 98-6, in the amount of $56,395,
to Fayette Tree and Trench; approves a project contingency of $20,000, for the water line extension
on Salem Road; and authorizes the Mayor and City Clerk to execute a contract for said amount.
A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof.
Section 9 That the City Council approves the combination of Project No. 95039 and
Project No. 07021 and authorizes a budget adjustment in the amount of $11,980 increasing expense,
Capital Water Mains, Acct. No. 5400 5600 5808 00, Project No. 97021 by decreasing Capital Water
Mains, Acct. No. 5400 5600 5808 00, Project No. 95038. A copy of the budget adjustment is
attached hereto and made part hereof.
PASSED AND APPROVED this 17`s day of March , 1998.
ATTEST:
By:
Heather Woodruff, City Clerk
APPROVED:
By.
Fred Hanna, Mayor
City of Fayetteville, Arkansas
Budget Adjustment Form
Budget Year
1998
Department: Public Works
Division: Water & Sewer
Program: Capital Water Mains
Date Requested
March 17, 1998
Adjustment #
Project or Item Requested:
Additional funding is requested for the
Water & Sewer Cost Sharing Project.
Project or Item Deleted:
None. A portion of Rolling Hills Water Line
Replacement project funding is proposed for
.this adjustment. Funding remaining for this
.is $267,814.
•
.p,
Justification of this Increase:
Provide addtional funding to extend a 8"
water line along Salem Road.
Justification of this Decrease:
The project is .scheduled to
iniphases•
• ,_
accomplished
-Account Name
-'ks.i. rw',�L4' i‘
`Capital Water Mains
;Increase Expen e (Decrease Revenue)
Amountr`?1•7==4 Z i.Aicount Number
NtAr
5400 .-5600
.11;980 .
;rgltt
n;,Project Number
97021
tv
Account Name
Decrease Expense (Increase Revenue)
Amount
": •,., =. Account Number
Capital Water Mains
- -5400 5600
5808 00
•
Approval Signatures
•
Budget Office Use Only
Requested By
Budget Codrdinator
Department Director
Admin. Se
ces Dire
41)
LeAl
Mayor
ate
�.
27
Date
500/
Date
:Type:
Date of Approval -
Posted to General Ledger
Posted to Project Accounting
Entered in Category Log
Blue Copy: Budget & Research / Yellow Copy: Requester
1
1
1
4t
1
�1
1
1
1
1
1
1
1
s
tor: ;-C,`li C e c
MICROFILMED
•
•
DETAILED SPECIFICATIONS
AND
CONTRACT DOCUMENTS
BID NO. 98 - 06
WATER SYSTEM IMPROVEMENTS
SALEM ROAD WATER LINE EXTENSION
(aka SALEM VILLAGE OFF-SITE WATER)
CITY OF FAYETTEVILLE, ARKANSAS
February 1998
•
•
1--
,, A OkDCERTIFICATE(afN
tTUArN>
.-!..;:s7;;;;;;;;" w. wilotak "- --
RCiE ,
:mo-
DATE 040$100/$Y)
Y)
4/25/97,'
,aw44e-6,
PRODUCER
Renner b Company, Inc.
1'.0. Box 427
THIS CERTIFICATE
ONLY AND CONFERS
HOLDER. THIS CERTIFICATE
ALTER THE COVERAGE
IS ISSUED ASA MATER OF INFORMATION,-
NO RIGHTS, UPON. THE CERTIFICATE•-.
DOES NOT AMEND, EXTEND OR,
AFFORDED BY. THE POLICIES BELOW.;
Fayetteville, Ar. 72702
COMPANIES AFFORDING COVERAGE-:..'.
COMPANY
A Tri-State Insurance Company '
INSURED
layette Tree & Trench, Inc.
COMPANY
8 American States Insurance Company
P.O. Box 471
Fayetteville, Arkansas 72702
COMPANY
C Federal Insurance Company
COMPANY
D
COvEAAGES av .,_ .: � + 4,
xs,«.'4nrPR; h: �`s.£hi�r� 1�L,.�z,d-_. , z
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE
EXCLUSIONS AND CONDITIONS OF SUCH POUCIES. LIMITS SHOWN MAY HAVE BEEN
x �-zt's��;:,x;'df,
ISSUED TO THE INSURED
CONTRACTOR OTHER DOCUMENT
POLICIES DESCRIBED
REDUCED BY PAID CLAIMS.
NAMED ABOVE
WITH
HEREIN IS. SUBJECT
; 4
FOR THE POLICY
RESPECT TO WHICH
TO ALL THE
PERIOD, •
THIS. ..
TERMS,
COTYPE OF INSURANCE '
LTR
POLICY NUMBER
POLICY EFFECTIVE
DATE (MM/DD/YY)
POLICY EXPIRATION
DATE (MWDO/YY)
LIMITS
GENERAL LIABILITY
M 01 03 90
•
4/30/97
4/30/98
GENERAL AGGREGATE
$ 2,000,000
A X
COMMERCIAL GENERAL LIABILITY
PRODUCTS-COMP/OP AGO
$ 2,000,000
_•J
CLAIMS MADE
X
OCCUR
PERSONAL IS ADV INJURY
$ 1,000,000
OWNER'S 6 CONTRACTOR'S PROT
EACH OCCURRENCE
S 1,000,000
FIRE DAMAGE (AM ane S(e)
S 50,000
MEDEXP (Any one person)
$ 5,000
'
AUTOMOBILE
UABILITY
01—CD596945
r
4/30/97.
4/30/98
COMBINED SINGLE LIMIT
-
-
S •
--1,0007000--
$
B
ANY AUTO
ALL OWNED AUTOS '
BODILY INJURY
(PM pew)
SCHEDULED AUTOS
HIRED AUTOS
BODILY INJURY
(Per accident)
---
ti.
NON -OWNED AUTOS
PROPERTY DAMAGE ' "
S
GARAGE
LIABILITY
AUTO ONLY - EA ACCIDENT
$
ANY AUTO
OTHER THAN AUTO ONLY:
EACH ACCIDENT
S
AGGREGATE
S
EXCESSUABILITY
(97)79402376
4/30/97
4/30/98
EACH OCCURRENCE
S 2,000,000,
C
X
UMBRELLA FORM
AGGREGATE
$ 2,090,000
OTHER THAN UMBRELLA FORM
• $
WORKERS COMPENSATION AND
EMPLOYERS• LIABILTY
-
01-WC731211-40
4/30/97
4/30/98
X
TORY LIMTS1
NA
-'-.e*/ ..•;,+T.�:._;:4 1
+�
EL EACH ACCIDENT
$ 500.000
D
PARTNERSIEXECUTIVE
OFFICERS ARE:
__X,INCL
EXCL
EL DISEASE -POLICY LIMIT
$ 5003000
EL DISEASE - EA EMPLOYEE
$ 500.000
OTHER
DESCRIPTION
OF OPERATIONS/LOCATIONSNEMICLESISPECIAL ITEMS -
Excavation, Trenching, Water & Sewer Projects
,CBRT}FICATl
cl.ty
HO
of
Fayetteville,
aaa
Arkansas
CANCS
SHOULD
EXPIRATION
1T
ANY
30 DAYS
93
OF
DATE
WRITTEN
_,. - ,;`_ " .., � _.-:;.,.. L ... - .+ � t a :?'s. s
THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE TNG • .
THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, '
113 West Mountain Street
Ar. 72701
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR UABILITYFayetteville,
OF Y KIND UPON THE C ANY, ITS AGENTS OR REPRESENTATIVES.
AUTM RISE REPRESENTATTIIV,E.
- -.
•
ACOR0294t1796)
p;rxx a(
a':'
4PAG SR¢GbRt1Mt10F1f9911^
•
1--
•
t,
'] NA SURANCESTATES AMERICAN STATES INSURANCE
r
COMPANY
46204-1275
BOND
TRENCH, INC.
. WO LINCOLN NATIONAL CORPORATION INDIANAPOLIS, INDIANA
PERFORMANCE AND PAYMENT
KNOW ALL MEN BY THESE PRESENTS, That we FAYETTE TREE &
P .0. BOX 471, FAYETTEVILLE, AR 72702 as Principal, (hereinafter
called Principal) and AMERICAN
STATES INSURANCE COMPANY, an Indiana corporation, with principal
offices in Indianapolis, Indiana, as
Surety, (hereinafter called Surety), are held and firmly bound unto CITY OF FAYETTEVILLE, ARKANSAS
as
Obligee, (here-
inafter called the Obligee) in the amount of FIFTY -SIX -THOUSAND
THREE
HUNDRED
NINETY
FIVE
&
00/100 Dollars ($
56.395.00* )
for the payment of which sum well and truly to be made, we bind ourselves,
successors and assigns firmly by these presents.
our heirs, executors, administrators,
WHEREAS, the Principal did on the day of 19 enter
into a
,
written contract with said Obligee for WATER SYSTEM IMPROVEMENTS - SALEM ROAD WATER LINE
EXTENSION (BID 1/98-06)
which Contract is by reference made a part hereof, and is hereinafter referred to as the Contract.
•
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, That if the Principal shall
indemnify the Obligee against any loss or damage directly arising by reason of the failure of the Principal to
(a) faithfully perform said contract and (b) pay all just claims for labor and material furnished in the com-
pletion of said Contract by persons, firms or corporations having direct contracts with the Principal, then this
obligation shall be null and void; otherwise to remain in full force and effect.
This bond is executed and accepted subject to the following conditions:
(1) That the Obligee shall faithfully and punctually perform all the terms and conditions of said Contract
to be performed by the Obligee.
(2) That the Obligee shall notify the Surety by registered letter, addressed and mailed to it at its Home
Office, of any breach of said Contract within a reasonable time after such breach shall have come to
the knowledge of the Obligee.
.•"r-
(3) All suits at law or proceedings in equity to recover on this bond must be instituted within six months
after the completion of said contract, and in any event within twelve months
said contract for its completion.
from theda-tefixed
�;r
in.
.� rl 7
/ i: . ,
�
SIGNED, SEALED AND DATED this ,:-day of ' -
.•
,�.
19 `
ik
FAYETTE' TREE &rI TRENCH, INCC. ffry'•"-4•`'''(�Sffea�lj
�
(f"/, {�
'
U p .C. Principal 0.
.. s•."-- --'.. 3
AMERICAN STATES INSURANCE COMPANY r '
d .it. 1•'-t
T.
•
Form 9-1041 (12-71) KEVIN RENNER %xlttorney-in-tact. r•
y
S
°nAMERICAN STATES
INSURANCE
A own LINCOLN NATIONAL CORPORATION
LL
w
z
Z W
• 2
ZZ
—w
w
W —
2—
ZZ
Q 1-
¢Z
W W
a
aw
w
�a
O I"
ZO
Z
w
W0
ol
I- W
z
wZ
w• �
ZFQ-Z_
Z�
CC W
�tc
FF
lL
YZ
W Q
z
cc E
O W
F 2
¢ Q
WI
O
CC
W
O a
0 J
J Q
Q Z
>O
Q Q
O• �
Z�
to W
(n W
H ~
GENERAL POWER OF ATTORNEY
American States Insurance Company
INDIANAPOLIS, INDIANA
KNOW ALL MEN BY THESE PRESENTS, that American States Insurance Company, a Corporation duly organized and existing under the laws of the State
of Indiana, and having its principal office in the City of Indianapolis, Indiana, hath made, constituted and appointed, and does by these presents make,
constitute and appoint
ROBERT M. RENNER OR KEVIN RENNER
or F-yetteville and State of Arkansas
CO
its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and
deliver any and all bonds recognizances, contracts of indemnity and other conditional or obligatory undertakings provided, however,
that the penal sum of any one such instrument executed hereunder shall not exceed N
TWO MILLION FIVE HUNDRED THOUSAND AND NO/100 ($2,500,000.00) DOLLARS N
and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the common seal of the Corporation 1V
and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorneys) -in -Fact may do in the premises. This Power of Attorney is executed
and may be revoked pursuant to and by authority granted by Section 7.07 of the By -Laws o1 the American States Insurance Company, which reads as follows.
"The Chairman, the President or any Vice -President (including any Executive Vice -President, Senior Vice -President, Second Vice -President
or Assistant Vice -President) shall have power, by and with the concurrence with any other officer of the Corporation, to appoint Attorneys -in -tact
as the business of the Corporation may require and to authorize any such person to execute, on behalf of the Corporation, any bonds,
recognizances, stipulations and undertakings, whether by way of surety or otherwise"
IN WITNESS WHEREOF, American States Insurance Company has caused these presents to be signed by its Second Vice -President, attested by its
1
Assistant Vice -President and its corporate seal to be hereto affixed this
29th day of __Anust
A D 19 94 . AMERICAN STATES INSURANCE COMPANY
ATTEST
•
By
Assistant Vice -President ' econd ce--resident
STATE OF INDIANA
COUNTY OF MARION SS
On this 29th
day of
August A D 19 94 . before me personally came
Joseph F. Heim to me known, who
being by me duly sworn, acknowledged the execution of the above instrument and did depose and say: that he is a Second Vice -President of
American States Insurance Company; that he knows the seal of said Corporation; that the seal affixed to the said instrument is such corporate
seal; that it was so affixed by authority of the Board of Directors of said Corporation; and that he signed his name thereto under like authority. And said
Joseph F. Heim further said that he is acquainted with John J. Rosich and knows him to be the
Assistant Vice -President of said Corporation; and that he executed the above instrument.
MARGO L. THAYER, NOTARY -PUBLIC
HENDRICKS COUNTY, STATE OF INDIANA
MY COMMISSION EXPIRES: 12/3196
STATE OF INDIANA
COUNTY OF MARION SS
StaryPublic
I, John J. Rosich the Assistant Vice -President of AMERICAN STATES INSURANCE COMPANY, do hereby certify that
the above and foregoing is a true and correct copy of a Power of Attorney, executed by said AMERICAN STATES INSURANCE COMPANY, which
is still in force and effect.
This Certificate may be signed and sealed by facsimile under and by the authority of Section 6.03 of the By -Laws of AMERICAN STATES
INSURANCE COMPANY which reads as follows:
"All policies and other instruments of insurance issued by the Corporation shall be signed on behalf of the Corporation by the Chairman,
the president or any vice-president (including any Executive Vice -President, Senior Vice -President, Vice -President, Second Vice -President,
or Assistant Vice -President) and the secretary, assistant secretary, or other officer, whose signatures, if the instrument is duly countersigned
by an authorized representative of the Corporation, may be facsimilies. Such signatures and facsimiles thereof shall be authorized and
binding upon the Corporation notwithstand ng the fact that any such officer shall have ceased to be such officer at the time such policy
or other instrument of insurance shall have been actually issued by the Corporation."
In witness whereof, I have hereunto set my hand and affixed the seal of said Corporation, this '31ST dayyof-MARl-I4.%;
A.D., 19 tEd.
I. it 1,
ZT ft N\ f J
Assistant Vice-Prea`IdMIt1
i
f� or,
r4
v - ^ Co
J1`•
THIS POWER OF ATTORNEY MUST CONTAIN A VALIDATING STATEMENT PRINTED IN THE MkIGIN HTREOFIN
RED INK, WITH A RED DIAGONAL IMPRINT — AMERICAN STATES INSURANCE — PRESENT IN ITS'ENTIHETY. IF
9-1459 YOU HAVE ANY QUESTIONS REGARDING THE VALIDITY OF THIS POWER OF ATTORNEY, CALL 317-262-6262 OR
'(2-92) WRITE US AT P.O. BOX 1636, INDIANAPOLIS, IN 46206-1636.
•
r:
4
ilk Nio.e.MatraSS
American States Insurance
Company
Presents
�-a
INDIANAPOLIS, INDIANA
Bid Bond
Know all Men by these
That we, FAYETTE TREE & TRENCH INC.
P 0, BOX 471
of FAYETTEVILLE AR 72702 (hereinafter
called the Principal),
the Surety), as Surety, are
- -as Principal, and AMERICAN STATES INSURANCE COMPANY (hereinafter called
held and firmly bound unto CITY OF FAYETTEVILLE, ARKANSAS
113 WEST MOUNTAIN, FAYETTEVILLE, AR
72701
(hereinafter called the Obligee) in the penal sum of 5% OF BID AMOUNT
Dollars ($5% OF BID AMT) for the payment
of which the Principal
assigns, jointly and severally,
—
SALEM ROAD
and the Surety bind themselves, their heirs, executors, administrators,
firmly by these presents.
WHEREAS, the Principal has submitted a bid for WATER
successors and
,7.
SYSTEM IMPROVEMENTS
WATER EXTENSION (BID #98-06)
_LINE
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the
a Contract with the Obligee in accordance with the terms of such bid, and give, such
be specified in the bidding or Contract Documents with good and sufficient surety for
of such Contract, or in the event of the failure of the Principal to enter such Contract
bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty
amount specified in said bid and such larger amount for which the Obligee may in
another party to perform the Work covered by said bid, then this obligation shall be
to remain in full force and effect.
and Sealed this 30TH day of JANUARY
Principal shall enter into
bond or bonds as may
the faithful performance
and give such bond or
hereof between the
good faith contract with
null and void, otherwise
.erSigned S. -1.99S; _ -
FAYETTE TREE &
TRENCH``INC,4•
'
dWitney
mess
//
AMERI-TES INS
tr (�, TdlejV�j�/
COMPANYs to.,
C
Cyd �" By
Witness
9-1027
(10'39)
/1.ttor`ney-in=F}afct,
' *
+ h :
in -1
i. :%jam. "Cs,"
' .._ 7 .
.w.w.\.:..
en AMERICAN STATES
!INSURANCE
• LINGO! LINN NA ,NALL CORPORATION
LL
w
ZW
¢ CC
� w
WH
W
LL —
ZZ
LL
¢
W W
.0- co
d W
CC
a
O - ~
ZO
Z
U U
W
Op I ATTEST:
� W
Z
W
W D
Z�z
CC -W-2
gra
LL
WZ
Z¢
U
LLO W MARGO L. THAYER, NOTARY PUBLIC
HENDRICKS COUNTY, STATE OF INDIANA
MY COMMISSION EXPIRES: 12(3(96
¢ ¢
LL
STATE OF INDIANA
Q Z COUNTY OF MARION SS
W
O°-
0
—
Z
>
Q
1—
O 3
Z0
w
GENERAL POWER OF ATTORNEr
American States Insurance Company
INDIANAPOLIS, INDIANA
KNOW ALL MEN BY THESE PRESENTS, that American States Insurance Company. a Corporation duly organized and existing under the laws of the Stale
of Indiana, and having its principal office in the City of Indianapolis, Indiana, hath made, constituted and appointed, and does by these presents make,
constitute and appoint
ROBERT M. RENNER OR KEVIN RENNER
•
of Fayetteville and State of Arkansas CO
its true and lawful Attomey(s)-in-Fad, with lull power and authority hereby conferred in its name, place and stead, to execute, acknowledge and
deliver any and all bonds recognizances, contracts of indemnity and other conditional or obligatory undertakings provided, however,
that the penal sum of any one such instrument executed hereunder shall not exceed 1
TWO MILLION FIVE HUNDRED THOUSAND AND NO/100 ($2,500,000.00) DOLLARS N
and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the common seal of the Corporation N
and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorneys) -in -Fact may do in the premises. This Power of Attorney is executed
and may be revoked pursuant to and by authority granted by Section 7.07 of the By -Laws o1 the American States Insurance Company, which reads as follows.
"The Chairman, the President or any Vice -President (including any Executive Vice -President, Senior Vice -President, Second Vice -President
or Assistant Vice -President) shall have power, by and with the concurrence with any other officer of the Corporation. to appoint Attorneys -in -fact
as the business of the Corporation may require and to authorize any such person to execute, on behalf of the Corporation, any bonds,
recognizances, stipulations and undertakings, whether by way of surety or otherwise"
- IN WITt'ESS' VHEREOF; American States Insurance Company has caused these presents to be signed by its Second Vice-Piesident, attested by its
Assistant Vice -President and its corporate seal to be hereto affixed this
A.D. 19 Q4 .
Assistant Vice -President
STATE OF INDIANA
COUNTY OF MARION SS
On this 29th
day of
August
29th day of August
AMERICAN STATES INSURANCE COMPANY
By
•
resident
A D 19 94 , before me personally came
Joseph F. Heim to me known, who
being by me duly sworn, acknowledged the execution of the above instrument and did depose and say; that he is a Second Vice -President of
American States Insurance Company; that he knows the seal of said Corporation; that the seal affixed to the said instrument is such corporate
seal; that it was so affixed by authority of the Board of Directors of said Corporation; and that he signed his name thereto under like authority. And said
Joseph F Heim further said that he is acquainted with John J. RosiCh and knows him to be the
Assistant Vice -President of said Corporation; and that he executed the above instrument.
5tary.Public
1, John J . Rosich the Assistant Vice -President of AMERICAN STATES INSURANCE COMPANY, do hereby certify that
the above and foregoing is a true and correct copy of a Power of Attorney, executed by said AMERICAN STATES INSURANCE COMPANY, which
is still in force and effect.
This Certificate may be signed and sealed by facsimile under and by the authority of Section 8.03 of the By -Laws of AMERICAN STATES
INSURANCE COMPANY which reads as follows:
"All policies and other instruments of insurance issued by the Corporation shall be signed on behalf of the Corporation by the Chairman,
the president or any vice-president (including any Executive Vice -President, Senior Vice -President, Vice -President, Second Vice -President,
or Assistant Vice -President) and the secretary, assistant secretary, or other officer, whose signatures, if the instrument is duly countersigned
by an authorized representative of the Corporation, may be facsimilies. Such signatures and facsimiles thereof shall be authorized and
binding upon the Corporation notwithstanding the fact that any such officer shall have ceased to be such officer at the time such policy
or other instrument of insurance shall have been actually issued by the Corporation." \
In witness whereof, I have hereunto set my hand and affixed the seal of said Corporation, this 3O Tf-May oofft`_ ,3A,J "Pres_ ,
= A.D., 19 tc �•
_ : n.
1— ., ^ 'fe•-•
q C
ti,
Assistant Vice-Presiaeat a;V `.,
t A .: t.•
,. R`C
i•
THIS POWER OF ATTORNEY MUST CONTAIN A VALIDATING STATEMENT PRINTED IN THE MA'RGIN'd-rer 1�F.,OFINAde c.,.
RED INK, WITH A RED DIAGONAL IMPRINT — AMERICAN STATES INSURANCE — PRESENT IN I1' .ENYIRETY `IF
9-1459 YOU HAVE ANY QUESTIONS REGARDING THE VALIDITY OF THIS POWER OF ATTORNEY, CALL 317-262-6262 OR
(2-92) WRITE US AT P.O. BOX 1636, INDIANAPOLIS, IN 46206-1636.
01/15/1998" e3rS4
— Mike Huckabee
Go1.m•.
5016824508
Jim Beavers, P E
The City of Fayetteville
113 West Mountain
Fayetteville, AR 72701
Dear Mr. Beavers:
ARDEPTLAHO
STATE OF ARKANSAS
ARKANSAS DEPARTMENT OF LABOR
10421 WEST MARKHAM • LITTLE ROCK ARKANSAS 72205-2190
(5011 682-4500 • FAX (501) 682-4535 • TDD: (800) 285-1131
January 13, 1998
I LECEIIVED
JAN 1 5 98
Re: Water System Improvements
Salem M. Water 'Line Extension
Fayetteville, Arkansas
Washington County
i
PAGE 01
James L. Salkeld
V flavor
In response to your request, enclosed is Arkansas Prevailing Wage Determination Number 91-241
establishing the minimum wage rates to be paid on the above -referenced project, provided the cost of all
labor and materials exceeds 575,000. Sbould the project cost not reach that amount, there is no
obligation to use this wage determination. These rates were established pursuant to the Arkansas
Prevailing Wage Law, Ark. Code Ann- §§ 22-9-301 to 22-9-315 and the administrative regulations
promulgated thereunder.
If the work is subject to the Arkansas Prevailing Wage Law, every 'specification shall include
mirdmum prevailing wage rates for each craft or type of worker as determined by the Arkansas Department
of Labor Ark. Code Ann.§§22-9-308(b)(2). Also, the public body awarding the contract shall cause to he
inserted in the contract a stipulation to the effect that not less than the prevailing hourly rate of wages shall
be paid to all workers performing work under the contract. Ark. Code Ann. §22-9-308(c).
Additionally, the scale of wages shall be posted by the contractor in a prominent and easily
accessible place at the work site. Ark. Code Ann. §22-9-309(a).
Also cjclooed h a "Statement of Intent to2ay Prevailing Wages" form that should be put m
•r1•'V1. •• 01!
h
•• • K , : .11 The General\Pnme Contractor is resppnalas.for
t 1 18 1 1 111 1 ' • 1 • nit 11
•
1 S• ht' • i.
1/11 1 14t •I Ii '!\•
1 •
• (1
•• i ...Y 1,r1.• i • u...1 1 .1 • 1i '1
If you have any questions, please call me at (501) 682-4536.
Sincerely,
Don Cash
Prevailing Wage Investigator
enclosure
JAN -15-1998 08:10 5016824508
P.01
ski
01/15/1998 08:34 5016824508
•
ARDEPTLABOR
Page 1 of 1 ARKANSAS DEPARTMENT OF LABOR
PREVAILING WAGE DETERMINATION - HEAVY RATE
r
DATE: January 13, 1998
PROJECT: Water System Improvements
Salem Rd. Water Line Extension
Fayetteville, Arkansas •
CLASSIFICATION
Bricklayer/Pointer, Cleaner, Caulker
Carpenter
Concrete Finisher/Cement Mason
Electrician/Alarm Installer
Ironworker
Laborer
Pipelayer
Truck Driver
Power Equipment Operators:
Bulldozer
Backhoe, Rubber tired 1 yd. or less'
Crane, Derrick, Dragline,
Shovel & Backhoe, 1-1/2 yds. or less 11.90
Crane, Derrick, Dragline,
Shovel & Backhoe, over 1-1/2 yds. 14.00
Front End Loader 11.85
Mechanic 14.70
Motor Patrol, Finish 13.05
Motor Patrol, Rough - 9.00
Roller 8.05
Scraper, Rough 11.25
Welders --receive rate prescribed for craft performing
to which welding is incidental.
PAGE 02
DETERMINATION 4: 97-241
COUNTY: Washington
EXPIRATION DATE: 7-13-98
SURVEY 4: 797-A1i05
BASIC
HOURLY
RATE
7.75
10.35
9.40
12.00
15.50
7.75
8.90
9.20
12.55
9.70
Certified July 1, 1997
FRINGE
BENEFITS
1.90
. 72
. 46
5.87
1.65
.17
operation
CLASSIFICATIONS THAT ARE NOT LISTED, BUT THAT ARE GOING TO HE
WORKING ON THIS PROTECT, SHOULD Rb" REQUESTED faq TEE ARKANSAS
DEPARTMENT OF LABOR, PREVAILING WAGE DIVISION. THESE WRITTEN
REQUESTS SHOULD BE MAMAS SOON AS YOU NOTICE THAT A REQUIRED
CLASSIFICATION IS MISSING, NORMALLY- THIS WOULD BE DURING TIS BID
PROCESS.
JRN 15-1998 06:10
5016824508
P.02
1�
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
01/15/1998 08:34. 5016824508
* p, N
.'4J
44 4� 0 W "
.0 u
W4JN 0 Q -C3
3 Oi a 0
•0om3E,3
u
04 h -H aC
o CJ 44 fa A
2 W •.s G U H
HTS O m W >,
m c •H H as m
$•� u q H Q
G 3 0
V, W O *r1 U u
Mro '7 Ii 44 O C
N O •4+'•Cat H
1••1 0 0 0 +J H -•1
1 in
.0 U m bi m w 44 44 0 a
j� 030 m u o
is W u -tr L2 4 0 -coO
W
N 00
a H q U •~i
TtA•~-1 n\ 3
43h 0 0 ~ ••O -i q
u 0
. 01 NA 0 W -M 0
w q m-nw
° a taG ° "mw
-moi 3 LI R o
i I
tis
w�a-0�0
E1 y1 •WC •moi A A, 4.)
n
H yJ 44 5. N 71 IH•1 a
.0c 0 00
m 4 W H 0 L1 U
o}p p L m-0 G ~ 0
(aN 74 4! 4..) G m O W •
1'i
010.0 0
>1.34 -m41
VA 0
jWU .T W W •
Pi rom"mr
03 -PI o
m � s.,(1)i
ii
U u G •--1 CI
03 tl p 0 O m
la 4J •.1 a0., O a4J'O b� 3
43 �De •Gri 0 J C is 3
0 0 u W 0 -H
ry E H -m m •
HmU h H VI EL 4
0 ry k } 1:14 AC
ccy 4 C 2 q, O 3
JAN -15-1998 08:11
ARDEPTL \ OR
5016824508
•
lb
•
•
•
•
•
•
•
•
•
•
•
•
t
0 0
O
•
•
PAGE 03
P.03
Contract Documents and Bid Specifications Salem Village Off-site Water
(A) ADVERTISEMENT FOR BIDS
Bid No. 98 - 06
Water system improvements -Salem Road Water Line Extension
(aka Salem Village Off-site Water)
Fayetteville, Arkansas
Sealed bids for the construction of water system improvements along Salem Road,
Fayetteville, Arkansas, will be received by the City of Fayetteville, Arkansas,
at the Purchasing Division, Room 306, City Administration Building, 113 West
Mountain Street, Fayetteville, Arkansas, 72701, until 2:00 p.m.(CST) February 2,
1998, and then at said office, or Room 326, publicly opened and read aloud.
The proposed Work generally consists of water line construction including
pipeline, fittings and valves, service connections and fire hydrants in
accordance with the contract documents.
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 shall not be removed from the remainderof the Specifications
and Contract Documents.
CA11 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 contractor's 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 silty (60) days after
the bid opening.
The City of Fayetteville reserves the right
waive any formalities as deemed to be in
Fayetteville.
the actual date of
to reject any and all
the best interest of
bids, and to
the City of
(B) INFORMATION FOR BIDDERS
BIDS will be received by WBR Engineering (herein called the " ENGINEER''), at 111 E. Maple, Fayetteville, AR
72701 until 12:00 noon on August 22, 1997.
Each BID must be submitted in a sealed envelope addressed to WBR Engineering, at 111 E. Maple, Fayetteville, AR
72701 Each sealed envelope containing a BID must be plainly marked on the outside as BID for ,Salem Village Off -
Site Water project #97-46, and the envelope on the outside the name of the BIDDER, his address, his license
number if applicable, and the name of the project for which the BID is submitted. If forwarded by mail, the sealed
envelope containing the BID must be enclosed in another envelope addressed to the ENGINEER at 111. E. Maple,
Fayetteville, AR. 72701.
AII.BIDS must be made on the required BID form enclosed with these CONTRACT DOCUMENTS. All blank
spaces for BID prices must be filled in, in ink or typewritten, and the BID form -must be fully completed and executed
when submitted. Only one copy of the BID form is required.
The OWNER may waive any formalities or minor defects or reject any and all BIDS. Any BID may be withdrawn
prior to the above scheduled time for the opening of BIDS or authorized postponement thereof. Any BIDreceived
after the time and date specified shall not be considered. No BIDDER may withdraw a BID within 60 days after the
actual opening thereof. Should there be any reasons why the contract cannot be awarded within the specified period,
the time may be extended by mutual agreement between the OWNER and the BIDDER(S).
BIDDERS must satisfy themselves of the accuracy of the estimated quantities M the BID Schedule by examination
Of the site and a review of the drawings and specifications including ADDENDA. After BIDS have been submitted,
the BIDDER shall not assert that there was a misunderstanding concerning the quantities of WORK or of the nature
.of the WORK to be done.
The OWNER shall not provide to BIDDERS prior to BIDDING all information that is pertinent to, and delineates
and describes, the land owned and rights-of-way acquired or to be acquired.
The CONTRACT DOCUMENTS contain the provisions for the construction of the PROJECT. Information
obtained from an officer, agent, or employee of the OWNER or any other person shall not affect the risks or
obligations assumed by the CONTRACTOR or relieve him from fulfilling any of the conditions of the contract.
Each BID must be accompanied by a BID BOND (if applicable) payable to the OWNER for five percent (5%) of
the total amount of the BID. When the BID prices have been compared, the OWNER will retum the BONDS of all
except the -three lowest, qualified, responsible BIDDERS. When the Agreement is executed, the bonds of the two
remaining unsuccessful BIDDERS will be returned. The BID BOND of the successful BIDDER will be retained
until the PERFORMANCE AND PAYMENT BOND has been executed and approved, after which it will be
returned. A certified check maybe used in lieu of a BID BOND.
The successful bidder, at their expense, shall furnish the OWNER with a SURETY BOND (if applicable) in the
amount equal to one hundred percent (100%u) of the contract price issued in quadruplicate by a corporate surety
acceptable to the OWNER and authorized to do business in the State of Arkansas.
Attorneys -in -fact who sign BID BONDS or PERFORMANCE AND PAYMENT BONDS must file with each
BOND a certified and effective -dated copy of their power of attorney.
2
The party to whom the contract is awarded will be required to execute the Agreement and obtain the
PERFORMANCE AND PAYMENT BOND within ten (10) calendar days from the date when NOTICE OF.
AWARD is delivered to the BIDDER The NOTICE OF AWARD shall be accompanied by the necessary Agreement
forms signed by the OWNER and the BOND forms. In case of failure of the BIDDER to execute the Agreement,
the OWNER may at this option consider the BIDDER in default, in which case the BID BOND accompanying the
proposal shall become the property of the OWNER
The OWNER within ten (10) days of receipt of acceptable PERFORMANCE AND PAYMENT BOND, and
Agreement signed by the party to whom the Agreement was awarded shall issue the NOTICE TO PROCEED.
Should the OWNER not execute the NOTICE TO PROCEED within such period, the time may be extended by
mutual agreement between the OWNER and the CONTRACTOR. If the NOTICE TO PROCEED has not been
issued prior to 60 days after the actual date of bid opening, or within the period mutually agreed upon, the
CONTRACTOR may terminate the Agreement without further liability on the part of either party.
CONTRACTOR shall begin work within ten (10) calendar days after issuance by the OWNER of the NOTICE TO
PROCEED.
The OWNER may make such investigations as he deems necessary to determine the ability of the BIDDER to
perform the WORK, and the BIDDER shall furnish to the OWNER all such information and data for this purpose
as the OWNER may request. The OWNER reserves the right to reject any BID if the evidence submitted by, or
investigation of, such BIDDER fails to satisfy the OWNER that the BIDDER is properly qualified to carry out the
obligations of the Agreement and to complete the WORK contemplated within.
A conditional or qualified BID will not be accepted. Award will be made to the lowest, qualified, responsible
BIDDER All applicable laws, ordinances, and the rules and regulations of all authorities which have jurisdiction
over construction of the PROJECT shall apply throughout the contract.
Each BIDDER is responsible for inspecting the site and for reading and being thoroughly familiar with the
CONTRACT DOCUMENTS. The failure or omission of any BIDDER to do any of the foregoing shall in no way
relieve BIDDER from any obligation in respect to his BID.
Further, the BIDDER agrees to abide by the requirements under Executive Order No 11246, as amended; including
specifically the provisions of the .equal opportunity clause set forth in the SUPPLEMENTAL GENERAL
CONDITIONS.
The qualified, low BIDDER shall supply the names and address of major material SUPPLIERS and
SUBCONTRACTORS when requested to do so by the OWNER or Owner's Representative.
_,_pre-bid information inspection meeting for prospective BIDDERS will be held at 111 E. Mapl , w e, AR
72701 on at. The . 1. _ • . - available at said time and place to
answer questions from . ros r.= : : ! °w .. o :� . _. , .• , a be arranged by contacting thy
WBR Engineering
111 E. Maple
Fayetteville, AR 72701.
(501)521-0611
FAX (501) 521-4328
3
1.
1
1
1
1
1
1
1
1
1
1
1
1
1.
1
1
(C) BID BOND
KNOWN ALL MEN BY THESE PRESENTS, that we, the undersigned,
as Principal, and , as Surety, are hereby held and firmly bound unto
• , as OWNER in the penal sum of
($ ) for the payment of which, well and truly to be made, we hereby jointly and severally bind
ourselves, successors, and assigns.
Signed, this
day of ,19
•
The condition of the above obligation is such that whereas the Principal has submitted to
, a certain BID, attached hereto made a part hereof to enter into a contract in writing,
for the construction of Salem Village Off -Site Water as defined in the CONTRACT DOCUMENTS and BID
SPECIFICATIONS.
NOW, THEREFORE,
If said BID shall be rejected, cc if said BID shall be accepted the Principal shall execute and deliver a contract in the
Form of Contract attached hereto (properly completed in accordance with said BID) and shall furnish a BOND for
his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials
in connection herewith, and shall in all other respects perform the agreement created by the acceptance of said BID,
then this obligation shall be void., otherwise the same shall remain in force and effect; it being expressly understood
and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount
of this obligation as herein stated.
The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its BOND shall
be in no way impaired or affected by any extension of the time within which the OWNER may accept such BID; and
said Surety does hereby waive notice of any such extension.
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals and such of them
as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their
proper officers, the day and year set forth above.
(L.S.)
Principal -
Surety.
By:..
IMPORTANT: Surety companies executing BONDS must appear on the Treasury Department's most current list
(Circular 570 as amended) and be authorized to transact business in the state where the project is located.
4
::(D) BID PROPOSAL
Salon Village Off -Site Water
Construction of Off -Site Water
Bidder hereby agrees to perform the work described in the bid specifications, construction plans, and contract
documents in accordance with the attached lump sum price. All bid item quantities (attached) that include the
initials. "Est." are considered estimates for the purpose of comparing bids. It should be noted that the actual
quantity/quantities of material/materials provided will be verified by the ENGINEER and the CONTRACTOR will
be reimbursed at the "Unit Price" specified on this Bid Proposal. 4 - -
The attached unit prices shall include all labor, materials, bailing, shoring, removal, overhead, profrtT surance, etc.
to cover the finished work as called for in the Contract Documents. -7 -
The Bidder understands that the OWNER reserves the right .to reject any or all bids and to waive any formalities in
the bidding. The bidder agees tat hhis bid shall be good and may not be withdrawn fora period of 60 c"aleddar days
after opening of bids.
Upon receipt of written notice of the acceptance of this bid, Bidder will execute the formal contract attached within
5. days and deliver a Surety Bond of Bonds as required by article 5 of the General Conditions. The bid security
attached in the sum of S% 84- Zan et ($ ) is to become the property
of the OWNER in the event the contract and bond are not executed within the time above set forth, as liquidated
damages for the delay and additional expense to the OWNER caused thereby as required by Article 5 of the General
Conditions.
PRINCIPAL SUB -CONTRACTORS (if applicable):
Company Name:
Address:
`feet -;
: ;
••'w. -
. ..•
M '- rd t.
tee!: ,s 6 7. a
rrpst„_.
: 1 .
Telephone Number.
2. .. Company Name:
Address:
Telephone Number:
5
A
0
Respectfully Submitted:
Title /,A,e4 -
Business Telephone:
(50/j 502/- .561
:Seal (if llid by Corporation):
V,ar
4 `*.4 i
l rA'M'Ge I`y v."-
1
.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
.1.
1
1
1
1
1
1
1
i
1
1
1
1
1
1
1
1
1
(E) CONTRACT AGREEMENT
THIS AGREEMENT, made this / 7#A day of March , 19,yjj , by and between C.O. F
herein after called "OWNER" and fdjtkke.. V tt j "Cc doing business as (amoindivideaft, or (a kig), or (a
corporation) hereinafter called "CONTRACTOR".
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned:
1. _ The CONTRACTOR will commence and complete the Off -Site water defined in the CONTRACT
DOCUMENTS and BID SPECIFICATIONS.
2. The CONTRACTOR will furnish all of the material, supplies, tools, equipment, labor, and other services
necessary for the construction and completion of the PROJECT described herein.
3, .The. CONTRACTOR will commence the.work required by the CONTRACT DOCUMENTS by
1991, (after the NOTICE TO PROCEED is given) and will complete the same by 1927, unless the
period for completion is extended otherwise by the CONTRACT DOCUMENTS.
4. The CONTRACTOR agrees to perform all of the WORK described in the CONTRACT DOCUMENTS and
comply with the terms therein for the sum of F inc--Mogul tbrw 4u.JJ 4%At4 f ✓c ($ (6 395, �)
or as shown in the BID schedule.
5. The term "CONTRACT DOCUMENTS" MEANS AND INCLUDES THE FOLLOWING:
. (A) INVITATION TO BID 'fir
(B) INSTRUCTION TO BIDDERS
(C) BID BOND "e:
(D) BID PROPOSAL
(E) CONTRACT AGREEMENt
(F) SPECIAUCONDITIONS ,=``
(G) ARKANSAS STATUTOR-Y; ERFORMANCE AND PAYMENT BOND
(11) NOTICE OF'AWARD l ::F,'
(I). .NOTICE TO PROCEED'''
(J) CHANGE ORDER
(K) ADDENDA:
No. , dated ,19
No. , dated ,19
Na , dated 19
No. dated , 19
(L) GENERAL CONDITIONS
(M) SPECIFICATIONS
(N) CONSTRUCTION DRAWINGS (Included as part of Specifications) prepared or issued
by: WBR Engineering on 192. •
6. The OWNER will pay to the CONTRACTOR in the manner and at such times as set forth in the . General
Conditions such amounts as required by the CONTRACT DOCUMENTS.
7. This agreement shall be binding upon all parties hereto and their respectiveheirs, executors, administrators,
successors, and assigns. ✓; �g
IN WITNESS WHEREOF, the parties hereto have executed, or'caiised to be executed by their duly authorized
officials, this Agreement in three (3) copies, each of which shall be'deemed an original_on the date first above
.written.
i
f
C •D f S\ zkk be. the.
f ckW\€.
7
•
State of NY'ic4hSas
OWNER:
BY:
NAME
TITLE:
County of v,/e{„ray fon
ACKNOWLEDGEMENT
Gof Fay elle cam, !/e
iiu
Frees 1-/4)2n4
(PLEASE TYPE)
On this day came before me, the undersigned, a Notary Public within and for the County aforesaid, duly
commissioned and acting, Fred !/a 4 n 4 , and stated that he had executed this contract agreement
for the purposes and considerations therein set forth.
WITNESS MY HAND AND SEAL as Notary Public this/7b4 . day of .. /gie, r,' / . 19 9) .
"
NOTARY PUBLI
3 -/-loos
Commission Expires:
CONTRACTOR:
1111111,
72
t
NAME
(Please Type)
ADDRESS:
1
1
1
1
1
1
1
1
1
1
1
1
1
l 1
%ot 700
1
1
1
1
tuiC
•
v,. �..
•
State of
Comity of
ACKNOWLEDGEMENT
On this day came before me a undersigned, a Notary Public within and for the County aforesaid, duly
commissioned and acting, titre
a/ and stated that he had executed this contract agreement
for the purposes and considerations therein set forth. n
WITNESS MY HAND AND SEAL as Notary Public this / day of CJ
•
/D
.044i
ssion Expires:
NOTARY PUBLI
9