HomeMy WebLinkAbout55-98 RESOLUTION•
RESOLUTION NO 5 5 9 8
A RESOLUTION AWARDING BID NO. 98-25114 THE AMOUNT
OF $453,793.05 TO SWEETSER CONSTRUCTION, INC., FOR
IMPROVEMENTS TO STREETS, SIDEWALKS, AND STORM
DRAINAGE EN THE SOUTHEAST TARGET AREA; 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. 98-25 in the amount of
$453,793.05 to Sweetser Construction, Inc., for improvements to streets, sidewalks, and storm
drainage in the Southeast Target Area; 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 7 The City Council hereby approves a budget adjustment in the amount of
$106,022 increasing expense account, Public Improvement Target, Acct. No. 2180 4990 5390 17,
Project No. 97070 1 and decreasing expense account for Trans to Council on Aging, Acct. No. 2180
4990 5722 00, Project No. 96092 1. A copy of the budget adjustment is attached hereto and made
a part hereof.
PASSED AND APPROVED this „IL' day of May , 1998.
t tt,.N
N
APPROVE
ATILESTs
By
1M-• //SI
Heather Woodruff, City Cle
By.
red Hanna, Mayor
so •
•
City of Fayetteville, Arkansas
Budget Adjustment Form
Budget Year
1998
Department:
Division:
Program:
Administrative Services
Community Development
Public Facilities / Imps
Date Requested
March 31, 1998
Adjustment #
Project or Item Requested:
$106,022 in additional funding is
requested for the CDBG Street Improvements
Capital Project.
Project or Item Deleted:
$106,022 from the Walker Senior
Center Project.
Justification of this Increase:
The bids for this particular project came
in higher than what was budgeted.
Justification of this Decrease:
The Walker Senior Complex is not
expected to be under construction
until 1999. Additional funding
will be added if needed during the
1999 Budget Process.
Increase Expense (Decrease Revenue)
Account Name Amount
Public Improvement Target 106,022
Account Name
Account Number Project Number
2180 4990
5390 17 97070 1
•
Decrease Expense (Increase Revenue)
Amount Account Number
Trans to Council on Aging 106,022
2180 4990
Project Number
5722 00 96092 1
Approval Signatures
zarti fer•
Requested By
Date
---s'- 9 i
Date
Department Director Date
Admin. rvices Dir ctor
471,
Mayo
Date
3/Ioe!
P.:
TYPe: A
Date of Approval
Budget Office Use Only
Posted to General Ledger
Posted to Project Accounting
Entered in Category Log
Blue Copy: Budget & Research / Yellow Copy: Requester
DADATAVORMSB4-ADABADJF238.1VM
Agenda Request
X Contract Review
Grant Review
For the City Council Meeting of
STAFF REVIEW FORM
N/A
. .R675
a 7L424C7 lataY9
W 3/c?
MICROFILMED
From:
Jan Simco
Name
Community Development
Division
Admin Services
Department
ACTION REQUESTED:
Review request for change to engineering services contract.
COST TO THE CITY:
$1,182
Cost of this request
2180.4990.5390.17
Account Number
97070 10
Project Number
$710,788
Project Budget
$705,134
Funds used to date
$5,654
Remaining Budget
Public Improvement Target
Category/Project Name
Public Facilities / Improv
Program Name
Community Development
Fund
BUDGET REVIEW:
X Budgeted Item
Budget oordinator
Bu get Adjust
ent Attached
Administrative Services Director
CONTRACT/GRANT/LEASE REVIEW.
Accou
A / All2k
ci ttth tryyr fp Date
-P Cts1 ,3-10-99
/ *19
Date
Purchasing Manager Date
G antor Agency:
In rnal Auditor
Date
ADA Coordinator
Date
STAFF RECOMMENDATION:
Staff requests approval of change order
(
D ion Head Date
009
Svcs Director Date
,thA
Department Director Date Myor
Date
1-FAYETTEVILLE
•
THE CITY OF FAYETTEVILLE. ARKANSAS
DEPARTMENTAL CORRESPONDENCE
•
To: Staff Review Committee
From: Jan Simco, Community Development Coordina
Date: 3/9/99
Re: Change Order for Street Project; Addition to Engineer Contract
Northwest Engineers, also known as Crafton, Tull & Associates, Inc., has requested payment of
$1,181.79 over their original contract which is due to additional design work required for a
change in the scope of the Street Project construction work.
Community Development requests that the change be approved.
FAYETTEVILLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
fry cleAL
To: Jan Simco, Community Development
From: Heather Woodruff, City Clerk
Date: March 16, 1999
Attached is a copy of the completed staff review form and amendment for the contract with
Crafton, Tull and Associates for the South East Target area street improvements. The original
will be microfilmed and file with the city clerk.
cc. Internal Auditor
File
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
•
s c-yig °P'
CONSTRUCTION SPECIFICATIONS
AND BID DOCUMENTS
CURB & GUTTER, SIDEWALK AND STORM DRAINAGE
IMPROVEMENTS
FOR
FAYETTEVILLE COMMUNITY DEVELOPMENT STREET PROJECT
Fayetteville, Arkansas
NWE No. 97024.00
,tv, ,,,,,,,,, March 1998
,
so.TE or -rt.
0,444ts 0 F 4tig,se
Q••.
GRAFTON, TULL &
ASSOCIATES, INC
&10.109
'.AsAs EN5 ,,,
Prepared by:
NORTHWEST ENGINEERS
CIVIL ENGINEERING CONSULTANTS
A DIVISION OF GRAFTON, TULL & ASSOCIATES, INC.
P.O. Box 1173 /524 W. Sycamore
Fayetteville, Arkansas 72702-1173
1
1
1
1
1
1
1
1
1
?es, 55-9A
CURB & GUTTER, SIDEWALK AND STORM DRAINAGE
IMPROVEMENTS
FOR
FAYETTEVILLE COMMUNITY DEVELOPMENT STREET PROJECT
FAYETTEVILLE, ARKANSAS
NWE No. 96058.00
ADDENDUM NO 01
03/24/98
The contract documents for the above referenced project, dated March, 1998,
are hereby amended by this Addendum, dated March 24, 1998, consisting of 1
sheet.
REVISION TO THE BID PROPOSAL:
(1) The number of working days the Contractor has to complete this project is
ninety 90 working days, and not forty-five (45) as stated in the BID
PROPOSAL
•••--
INDEX
Advertisement for Bids
Instruction to Bidders
Bid Proposal
Statement of Bidder's Qualifications
Contract Agreement
Performance Bond
Payment Bond
General Conditions
Supplement to General Conditions
Technical Specifications
DIVISION 2
ITEM 202 Clearing and Grubbing
ITEM 203 Removal and Disposal
ITEM 216 Pipe Culverts
ITEM 217 Drop Inlets and Junction Boxes
ITEM 225 Seeding
ITEM 228 Rip Rap
ITEM 240 Excavation and Embankment
ITEM 241 Pipe Underdrain
ITEM 250 Temporary Erosion Control
ITEM 260 Maintenance of Traffic
ITEM 301
ITEM 304
ITEM 310
DIVISION 3
Portland Cement Concrete
Concrete Sidewalks
Reinforcing Steel for Structures
DIVISION 19
ITEM 1901 Concrete Curb and Gutter
ITEM 1904 Class 7 Stone Base Course
Appendix A - OSHA Safety Requirements for Excavation
Appendix B - Minimum Street Standards, City of Fayetteville
Appendix C - Sidewalk Ordinance, City of Fayetteville
ADVERTISEMENT FOR BIDS
CURB & GUTTER, SIDEWALK AND STORM DRAINAGE IMPROVEMENTS
FOR
FAYETTEVILLE COMMUNITY DEVELOPMENT STREET PROJECT
CITY OF FAYETTEVILLE, ARKANSAS
BID NO. 98-25
Sealed bids for the construction of curb & gutter, sidewalk and storm drainage
improvements for the Fayetteville Community Development Street Project, 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
1 30 p.m. local time on Monday. March 30. 1998, and then at said office publicly
opened and read aloud.
The proposed work generally consists of street curb & gutter and storm drainage
construction.
The attention of all Bidders is particularly called to the following:
• The requirements of the specifications that traffic be kept open to the public
during construction. A minimum of one lane of traffic shall be maintained at
all times.
• The requirements as to conditions of employment to be observed and
minimum wage rates to be paid under the contract.
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 office of Northwest Engineers, 524 West Sycamore,
Fayetteville, Arkansas.
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 Bidder 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 vino 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.
Adbid.wps
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 remainder of the Specifications and Contract
Documents.
The bidder shall attach any addenda issued to the front of the bid documents and
include them in the sealed bid submitted to the Owner.
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 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 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.
THE CITY OF FAYETTEVILLE IS AN EQUAL OPPORTUNITY EMPLOYER
Adbid.wps
am'
Federal Labor Standards Provisions
U S. Department of Housing
and Urban Development
air
Applicability
The Project or Program to which the construcfion work covered by this
contract pertains is being assisted by the United States of America and the
following Federal Labor Standards Provisions -are included in this Contract
pursuant to the provisions applicable to such Federal assistance.
A. 1. (1) Minimum Wages. All laborers and mechanics employed or work-
ing upon the site of the work (or under the United States Housing Act of
1937 or under the Housing Act of 1949 in the construction or development
of the project), will be paid unconditionally and not less often than once a
week, and without subsequent deduction or rebate on any account (except
such payroll deductions as are permitted by regulations issued by the
Secretary of Labor under the Copeland Act (29 CFR Part 3), the full amount
of wages and bona fide fringe benefits (or cash equivalents thereof) due at
time of payment computed at rates not less than those contained in the
wage determination of the Secretary of Labor which is attached hereto and
made a part hereof, regardless of any contractural relationship which may
be alleged to exist between the contractor and such laborers and
mechanics. Contributions made or costs reasonably anticipated for bona
fide fringe benefits under Section 1(b)(2) of the Davis -Bacon Act on behalf
of laborers or mechanics are considered wages paid to such laborers or
mechanics, subject to the provisions of 29 CFR-5.5(a)(1)(iv): also, regular
contributions made or costs incurred for more than a weekly period (but
not less often than quarterly) under plans, funds, or programs, which cover
the particular weekly period, are deemed to be constructively made or
incurred during such weekly period.
Such laborers and mechanics shall be paid the appropriate wage rate
and fringe benefits on the wage determination for the classificafion of work
actually performed, without regard to skill, except as provided in 29 CFR
Part 5.5(a)(4). Laborers or mechanics performing work in more than one
classification may be compensated at the rate specified for each classifica-
tion for the time actually worked therein: Provided, That the employer's pay-
roll records accurately set forth the time spent in each classification in
which work is performed. The wage determination (including any additional
classification and wage rates conformed under 29 CFR Part 5.5(a)(1)(ii) and
the Davis -Bacon poster (WH -1321) shall be posted at all times by the con-
tractor and its subcontractors at the site of the work in a prominent and
accessible, place where it can be easily seen by the workers.
(ii) (a) Any class of laborers or mechanics which is not listed in the
wage determination and which is to be employed under the contract shall
be classified in conformance with the wage determination. HUD shall
approve an additional classification and wage rate and fringe benefits
therefore only when the following criteria have been met
(1) The work to be performed by the classification requested is not
performed by a classification in the wage determination; and
(2) The classification is utilized in the area by the construction
industry, and
(3) The proposed wage rate, including any bona fide fringe bene-
fits, bears a reasonable relationship to the wage rates contained in the
wage determination.
(b) 11 the contractor and the laborers and mechanics to be employed
in the classification (if known), or their representatives, and HUD or as
designee agree on the classification and wage rate (including the amount
designated for fringe benefits where appropriate), a report of the action
taken shaft be sent by HUD or its designee to the Administrator of the Wage
and Hour Division, Employment Standards Administration, U.S. Department
of Labor, Washington, D.C. 20210. The Administrator, or an authorized
representative, will approve. modify, or disapprove every additional classifi-
cation action within 30 days of receipt and so advise HUD or its designee
or will notify HUD or its designee within the 30 -day period that additional
time is necessary. (Approved by the Office of Management and Budget
under OMB control number 1215-0140.)
(c) In the event the contractor, the laborers or mechanics to be
employed in the classification or their representatives, and HUD or as
designee do not agree on the proposed classification and wage rate
(including the amount designated for fringe benefits, where appropriate),
Previous Edition is Obsolete
HUD or its designee shall refer the questions, including the views of all
interested parties and the recommendation of HUD or its designee. to the
Administrator for determination. The Administrator, or an authorized repre-
sentative, will issue a determination within 30 days of receipt and so advise
HUD or its designee or will notify HUD or its designee within the 30 -day
period that additional time is necessary. (Approved by the Office of Man-
agement and Budget under OMB Control Number 1215-0140.)
(d) The wage rate (including fringe benefits where appropriate)
determined pursuant to subparagraphs (1)(b) or (c) of this paragraph, shall
be paid to all workers performing work in the classification under this con-
tract from the first day on which work is performed in the classification.
(iii) Whenever the minimum wage rate prescribed in the contract for a
class of laborers or mechanics includes a fringe benefit which is not
expressed as an hourly rate, the contractor shall either pay the benefit as
stated in the wage determination or shall pay another bona fide fringe
benefit or an hourly cash equivalent thereof.
(iv) If the contractor does not make payments to a trustee or other third
person, the contractor may consider as part of the wages of any laborer cr
mechanic the amount of any costs reasonably anticipated in providing
bona fide fringe benefits under a plan or program, Provided, That the
Secretary of Labor has found, upon the written request of the contractor,
that the applicable standards of the Davis -Bacon Act have been met. The
Secretary ol Labor may require the contractor to set aside in a separate
account assets for the meeting of obligations under the plan or program.
(Approved by the Office of Management and Budget under OMB Control
Number 1215-0140.)
2. Withholding. HUD or its designee shall upon its own action or upon
written request of an authorized representative of the Department of Labor
withhold or cause to be withheld from the contractor under this contract or
any other Federal contract with the same prime contractor, or any other
Federally -assisted contract subject to Davis -Bacon prevailing wage
requirements, which is held by the same prime contractor so much of the
accrued payments or advances as may be considered necessary to pay
laborers and mechanics, including apprentices. trainees and helpers,
employed by the contractor or any subcontractor the full amount of wages
required by the contract. h the event of failure to pay any laborer or
mechanic, including any apprentice, trainee or helper, employed or working
on the site of the work (or under the United States Housing Act of 1937 or
under the Housing Act of 1949 in the construction or development of the
project), all or part of the wages required by the contract HUD or its desig-
nee may, atter written notice to the contractor, sponsor, applicant, or owner,
lake such action as may be necessary to cause the suspension of any
further payment, advance, or guarantee of funds until such violations have
ceased. HUD or its designee may, after written notice to the contractor, dis-
burse such amounts withheld for and on account of the contractor or sub-
contractor to the respective employees to whom they are due. The Comp-
troller General shall make such disbursements in the case of direct
Davis -Bacon Act contracts.
3. (i) Payrolls and basic records. Payrolls and basic records relating
thereto shall be maintained by the contractor during the course of the work
preserved for a period of three years thereafter for all laborers and
mechanics working at the site of the work (or under the United States
Housing Act of 1937, or under the Housing Act of 1949, in the construction
or development of the project). Such records shall contain the name,
address, and social security number of each such worker, his or her cor-
rect classification, hourly rates of wages paid (including rates of contribu-
tions or costs anticipated for bona fide fringe benefits or cash equivalents
thereof of the types described in Section 1(b)(2)(B) of the Davis-b7con Act),
daily and weekly number of hours worked, deductions made and actual
wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5
(a)(1)(iv) that the wages of any laborer or mechanic include the amount of
any costs reasonably anticipated in providing benefits under a plan or pro-
gram described in Section 1(b)(2)(B) of the Davis -Bacon Act. the contractor
shall maintain records which show that the commitment to provide such
HUD -4010 (2-84)
(HB 1344.1)
benefits is enforceable, that the plan or program is financially responsible,
and that the plan or program has been comrnunicaled in writing to the
laborers or mechanics affected, and records which show the costs antici-
pated or the actual cost incurred in providing such benefits. Contractors
employing apprentices or trainees under approved programs shall maintain
written evidence of the registration of apprenticeship programs and certifi-
cation of trainee programs, the registration of the apprentices and trainees,
and the ratios and wage rates prescribed in the applicable programs.
(ApProved by the Office of Management and Budget under OMB Control
Numbers 1215-0140 and 1215-0017.)
(ii) (a) The contractor shall submit weekly for each week in which any
contract work is performed a copy of all payrolls to HUD or its designee if
the agency is a party to the contract but if the agency is not such a party,
the contractor will submit the payrolls to the applicant, sponsor, or owner,
as the case may be, for transmission to HUD or its designee. The payrolls
submitted shall set out accurately and completely all of the information
required to be maintained under 29 CFR Part 5.5(a)(3)(1). This information
may be submitted in any form desired. Optional Form WH -347 is available
for this purpose and may be purchased from the Superintendent of Docu-
ments (Federal Stock Number 029-005-00014-1), U.S. Government Printing
Office, Washington. DC. 20402. The prime contractor is responsible for the
submission of copies of payrolls by all subcontractors. (Approved by the
Office of Management and Budget under OMB Control Number
1215-0149.)
(b) Each payroll submitted shall be accompanied by a "Statement of
Compliance," signed by the contractor or subcontractor or his or her agent
who pays or supervises the payment of the persons employed under the
contract and shall certify the following:
(1) That the payroll for the payroll period contains the information
required to be maintained under 29 CFR Part 5.5 (a)(3)(i) and that such
information is correct and complete;
(2) That each laborer or mechanic (including each helper,
apprentice, and trainee) employed on the contract during the payroll period
has been paid the full weekly wages earned; without rebate, either directly
or indirectly, and that no deductions have been made either directly or indi-
rectly from the full wages earned other than permissable deductions asset
forth in 29 CFR Part3,
(3) That each laborer or mechanic has been paid not less than the
applicable wage rates and fringe benefits or cash equivalents for the clas-
sication-of work performed, as specified in the applicable wage determina-
tion incorporated into the contract
(c) The weekly submission of a properly executed certification set
forth on the reverse side of Optional Form WH -347 shall satisfy the
requirement for submission of the "Statement of Compfiance" required by
paragraph A.3.(ii)(b) of this section.
(d) The falsification of any of the above certifications may subject the
contractor or subcontractor to civil or criminal prosecution under Section
1001 of Title 18 and Section 231 of Title 31 of the United States Code.
. . .
(iii) The contractor or subcontractor shall make the records required
under paragraph A.3.(i) of this section available for inspection, copying, or
transcription by authorized representatives of HUD or its designee or the
Department of Labor, and shall permit such representatives to interview
employees during working hours on the job. If the contractor or subcon-
tractor fails to submit the required records or to make them available, HUD
or its designee may, atter written notice to the contractor, sponsor, appli-
cant, or owner, take such action as may be hecessary to cause the sus-
pension of any further payment, advance, or guarantee of funds. Further-
more, failure to submit the required records upon request or to make such
records available may be grounds for debarment action pursuant to 29
CFR Part 5.12.
4. (i) Apprentices and Trainees. Apprentices. Apprentices will be per-
mitted to work at less than the predetermined rate for the work they per-
formed when they are employed pursuant to and individually registered in a
bona fide apprenticeship program registered with the U.S. Department of
Labor, Employment and Training Administration, Bureau of Apprenticeship
and Training. or with a State Apprenticeship Agency recognized by the
Bureau. or if a person is employed in his or her first 90 days of probationary
employment as an apprentice in such an apprenticeship program, who is
not individually registered in the program, but who has been certified by the
Bureau of Apprenticeship and Training or a State Apprenticeship Agency
(where appropriate) to be eligible for probationary employment 25 an
apprentice. The allowable ratio of apprentices to journeymen on the job site
in any craft classification shall not be greater than the ratio permitted to the
contractor as to the entire work force under the registered prooram. Any
worker -listed on a payroll at an apprentice wage rate, who is not registered
or otherwise employed as stated above, shall be paid not less than the
applicable wage rate on the wage determination for the classification of
work actually performed. In addition, any apprentice performing work on
the job site in excess of the ratio permitted under the registered program
shall be paid not less than the applicable wage rate on the wage determi-
nation for the work actually performed. Where a contractor is performing
construction on a project in a locality other than that in which its program is
registered, the ratios and wage rates (expressed in percentages of the jour-
neyman's hourly rate) specified in the contractor's or subcontractor's regis-
tered program shall be observed Every apprenctice must be paid at not
less than the rate specified in the registered program for the apprentice's
level of progress, expressed as a percentage of the journeymen hourly rate
specified in the applicable wage determination. Apprentices shall be paid
fringe benefits in accordance with the provisions at the apprenticeship
program. If the apprenticeship program does not specify fringe benefits,
apprentices must be paid the full amount of fringe benefits listed on the
wage determination for the applicable classification. 11 the Administrator
determines that a different practice prevails for the applicable apprentice
classification, fringes shall be paid in accordance with that determination. In
the event the Bureau of Apprenticeship and Training, or a Slate Appren-
ticeship Agency recognized by the Bureau, withdraws approval of an
apprenticeship program, the contractor will no longer be permitted to utilize
apprentices at less than the applicable predetermined rate for the work
performed until an acceptable program is approved.
(ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be
permitted to work at less than the predetermined rate for the work per-
formed unless they are employed pursuant to and individually registered in
a program which has •received prior approval, evidenced by formal certifi-
cation by the U.S. Department of Labor, Employment and Training Admini-
stration. The ratio of trainees to journeymen on the job site shall not be
greater than permitted under the plan approved by the Employment and
Training Administration. Every trainee must be paid at not less than the rate
specified in the approved program for the trainee's level of progress,
expressed as a percentage of the journeyman hourly rate specified in the
applicable wage determination. Trainees shall be paid fringe benefits in
accordance with the provisions of the trainee program. If the trainee pro-
gram does not mention fringe benefits, trainees shall be paid the full
amount of fringe benefits fisted on the wage determination unless the
Administrator of the Wage and Hour Division determines that there is an
apprenticeship program associated with the corresponding journeyman
wage rate on the wage determination Which provides for less than full
fringe benefits for apprentices. Any employee listed on the payroll at a
trainee rate who is not registered and participating in a training plan
approved by the Employment and Training Administration shall be paid not
less than the applicable wage rate on the wage determination for the work
actually performed. In addition, any trainee performing work on the job site
in excess of the ratio permitted under the registered program shall be paid
not less than the applicable wage rate on the wage determination for the
work actually performed. In the event the Employment and Training Admin-
istration withdraws approval of a training program, the contractor will no
longer be permitted to utilize trainees at less than the applicable predeter-
mined rate for the work performed until an acceptable program is
approved.
(Hi) Equal employment opportunity. The utilization of apprentices,
trainees and journeymen under this part shall be in conformity with the
equal employment opportunity requirements of Executive Order 11246, as
amended, and 29 CFR Part 30.
5. Compliance with Copeland Act requirements. The contractor shall
comply with the -requirements of 29 CFR Part 3 which are incorporated by
reference in this contract
.6. Subcontracts. The contractor or subcontractor will insert in any sub-
contracts the clauses contained in 29 CFR 5.5(a)(1) through (10) and such
other clauses as HUD or its designee may by appropriate instructions
require, and also a clause requiring the subcontractors to include these
clauses in any lower tier subcontracts. The prime contractor shall be
responsible for -the compliance by any subcontractor or lower tier subcon-
tractor with all the contract clauses in 29 CFR Pail 5.5.
7. Contrade termination; debarment. A breach of the contra= clauses in
29 CFR 5.5 may be grounds for terminon of the contract and or debar-
ment as a contactor and a subcontractor as provided in 29 CFR 5.12.
8. Compliance with Davis -Bacon and Related Act Requirements. Al! rul-
ings and interpretations of the Davis -Bacon and Related Acts conained in
29 CFR Parts 1. 3, and 5 are herein incorporated by reference in this
contract
9. Disputes concerning labor standards. Disputes arising out of the labor
standards provisions of this contract stall not be subject to the oeneral
disputes clause of this contract. Such caputes shall be resolvc-c in accor-
dance with the procedures of the Depa-rnent of Labor set forth in 29 CFR
Parts 5,6, and 7. Disputes within the meaning of this clause inGude dis-
putes behveen the contractor (or any of its subcontractors) and HUD or its
designee, the U S. Department of Labor. or the employees or their
representativ.
10. @Certification of Eligibility. By snaring into this contract the con-
tractor cerlifis that neither it (nor he G she) nor any person or brm who
has an inleresz in the contractor's firm is a person or firm ineligible to be
awarded Gove-nment contracts by vinare of Section 3(a) of the Davis -
Bacon Act or 22 CFR 5.12(a)(1) or to be awarded HUD contra or partici-
pate in HUD programs pursuant 10 24 CFR Part 24.
(11) No pan of this contract shall be subcontracted to any person or firm
ineligible for a ward of a Government contract by vinue of Section 3(a) of
the Davis -Bacon Act or 29 CFR 5.12(01) or to be awarded HUD contracts
or participate in HUD programs pursuant to 24 CFR Part 24.
(iII) The penalty for making false stements is prescribed in the U.S.
Criminal Code. 18 U.S.C. 1001. Additionally, U.S. Crimnal Code, Section
1010, Title 16. *-1.S.C.. "Federal Housirc Administrafion transactions", pro-
vides in part 'teilhoever, for the purpose. of. . influencing in arry way the
action of such rdministration. . . maks utters or publishes ay statement,
knowing the sane to be false. shag be fined not more than S5.000 or
imprisoned not more than two years, or both."
11. Complaints, Proceedings, or TesErnony by Employees. rib laborer or
mechanic to %einem the wage, salary, rx- other labor standards provisions of
this Contract the applicable shall be cd'harged or in any other manner
discriminated ap,ainst by the Contractor or any subcontractor because such
employee has bled any complaint or i .situted or caused to be ansttuted
any proceedin; or has testified or is about to testify in any proceed, ing
under or relettig to the labor standar G applicable under this Contract to
his employer.
13 Contract Work Hours and Safety Standards Act. As used tri this para-
graph, the tens laborers and "mechanics" include watchmen and
guards.
(1) Overate requirements. No Girt -actor or subcontractor contracting
for any part of the contract work whidn may require or involve the employ-
ment of laborers or mechanics shall repute or permit any such laborer or
mechanic in any workweek in which he or she is employed on such work
to work in excess of eight hours in any calendar day or in excess of forty
hours in suth workweek unless such Laborer or mechanic receives corn-
pensaton at a rate not less than one and one-half times the basic rale of
pay for all hours worked in excess, of eight hours in any calendar day or in
excess of forty hours in such workweek, whichever is greater.
(2) Violation; liability for unpaid wages; liquidated damages. In the
event of any violation of the cIai.e set fonh in subparagraph (1) of this
paragraph, the contractor and any subcontractor resporsibe therefor shall
be liable for the unpaid wages. In addition, such contractor and subcon-
tractor shall be liable to the Uniad States (in the case of work done under
contraG for the District of Columbia or a territory, to such Distict or to such
territory), for liquidated damages. Such liquidated damages shall be com-
puted with respect to each individual laborer or mechanic. including
watchmen and guards, employed in violation of the clause set forth in sub-
paragraph (1) of this paragraph. in the sum of $10 for each calendar day on
which such individual was required or permitted to work in excess of eight
hours or in excess of the standard workweek of forty hours without pay-
ment of the overtime wages rewired by the clause set fo-th in subpara-
graph (1) of this paragraph.
(3) Wrthholding for unpaid wages and liquidated damages. HUD or its
designee shall upon its Own aGon or upon written requeG of an autho-
rized representative of the Deparrnent of labor withhold or- cause to be
withhekt from any moneys payable on account of work performed by the
contractor or subcontractor unoer any such contract or any other Federal
contract with the same prime contract or any other Fede -ally -assisted con-
tract subject to the Contract Work Hours and Safety Standards Act, which
is held by the same prime contactor such sums as may be determined to
be necessary to satisfy any liabbites of such contractor or subcontractor
for unpaid wages and liquidated damages as provided in the clause set
forth in subparagraph (2) of this paragraph.
(4) Subcontracts. The corrra. ctor or subcontractor Gall insert in any
subcorroacts the clauses set forth in subparagraph (1)through (4) of this
paragraph and also a clause reduiring the subcontractors to include these
clauses in any lower tier subcontracts. The prime contrador shall be
responsible for compliance by any subcontractor or lower t er subcontrac-
tor with the clauses set forth in subparagraphs (1) through (4) of this
paragraph
C. Hearth and Safety
(1) No laborer or mechanic shall be required to work in surroundings
or under working conditions which are unsanitary, hazn-dous, or danger-
ous to his health and safety as detemfined under consrudion safety and
health standards promulgated by the Secretary of Labor by regulation.
(2) The Contractor shall comply with all regulations issued by the
Secretary of Labor pursuant to Trtre 29 Part 1926 (formthiy part 1518) and
failure to comply may result in imposition of sanctions priirsuant to the Con-
tract Work Hours and Safety Sandards Act (Public Law 91-54, 83 Stet 96).
(3) The Contractor shall include the provisions of this Anicle in every
subcontract so that such firth/Sipes will be binding on eath subcontractor.
The Cont -actor shall take such action with respect to any subcontract as
the Sectary of Housing and Urban Development or the Secretary of Labor
shall direct as a means of enfordno such provisions.
HUD -4010 (2-84)
1
1
INSTRUCTIONS FOR BIDDERS:
1.- Defined Terme. • Terms used in these.Instructions to Bidders which are
defined in the Standard General Conditions of the Construgtion Contract shall
have the meanings assigned to them in the General and Supplementary
Conditions. The term "Bidder" means one who submits a Bid directly td 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
Presponsive 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
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
Conditions and any associated Supplementary Conditions.
1
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
site, to conduct any observations,
nedessary for submission of a Bid.
holes and to restore all property
Owner will provide each Bidder access
explorations and tests as each Bidder
Bidder shall be required to fill in
to its former condition
to the
deems
all
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 P
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
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 Engineer, (501) 575-8206.
6. Bid security.
Each Bid must be accompanied by Bid security made payable to the Owner in an
amount od five percent (5%) of the Bidder's total maximum bid price and in the
form of a certified or bank check or a Bid Bond (on form attached, if a form
is prescribed and included) issued by a surety meeting the requirements of the
General and Supplementary Conditions.
2
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 bk returned; ,Lf the Successful Bidder fails
to execute and deliver the. -Agreement and furni4h the required contract
sediliiiy 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 ProposalAContract Agreement
_
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
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
Bidding Documents.
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.
be made on the required Bid Proposal form contained in the
Additional copies may be requested from the Engineer.
3
h
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 corporatel seal -must be affixed<and--
attested by the secretary or an assistant secretary. The corporateraddress-
-and-state of incorporation must be shown below the signature. -
. . . _
bypartnerships: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 typedor 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. PSubmission of Bids.
BidsIshall 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.portionwith 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.
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 notatiom"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 any 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. Openino 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.
1
IH
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
15. Bids to remain subiect 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 the best 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 fails to meet any.other.pertinent standard.or criteria
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.figuremend,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 Conditions, and the associated supplementary
'Conditions set forth the owner's%requireMents as to Performance and PaYment
WhentherSuccessful Bidder:delivers the executed Agreement to OWner,'
'it7Must: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.
Within ten (10) days thereafter Owner shall deliver one fully signed and
executed to Contractor.
19.w Compliance with State Licensing Law.
Contractors must be licensed in accordance with the requirements of ACT 150,
Arkansas Acts of 1965, the "Arkansas State Lidensing•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
notetheir 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,
6
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 houi-s tra 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
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 workmentemployed by-theContractor -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
oh form and time, when the subcontractor's bid is in excess of $50,000.00.
7