Loading...
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