HomeMy WebLinkAbout6-98 RESOLUTION•
RESOLUTION NO. 6-98
A RESOLUTION APPROVING A CONSTRUCTION CONTRACT
IN THE AMOUNT OF $115,489.50, PLUS A PROJECT
CONTINGENCY OF $20,000, WITH FAYETTE TREE AND
TRENCH, FOR WATER AND SANITARY SEWER SYSTEM
IMPROVEMENTS ON SHERMAN AVENUE AND FIFTH
STREET; AND APPROVAL OF A BUDGET ADJUSTMENT
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS*
Section l That the City Council hereby approves a construction contract, in the amount
of $115,489 50, plus a project contingency of $20,000, with Fayette Tree and Trench, for water arid
sanitary sewer system improvements on Sherman Avenue and 5th Street; and authorizes the mayor
and city clerk to execute same. A copy of the contract is attached hereto marked Exhibit "A" and
made a part hereof.
Section2 The City Council hereby approves a budget adjustment in the amount of
$31,960 increasing Water Line Improvements, Acct. No. 5400 5600 5808 00 by decreasing
Payments by Property Owners, Acct. No. 5400 0940 4420. A copy of the budget adjustment is
attached hereto and made a part hereof.
PASSED AND APPROVED this _6th day of January , 1998.
APPROVED:
/JC ,('// /%
1 ~ \` t:� //n ten J
i�/fit^B%%
Y'
is
•
r -
ATTEST.i
By
/1/243
Traci Smith, City Clerk
red Hanna, Mayor
City of Fayetteville, Arkansas
Budget Adjustment Form
Budget Year
1998
Department: Public Works
Division: Water & Sewer Capital
Program: Capital Water Mains
Date Requested
12/10/97
Adjustment #
Project or Item Requested:
Increase in the Wa er & Sewer Cost Share Project budget and
recognition of Payments by Property Owners for a cost share water &
sewer project is requested.
Project or Item Deleted:
None. Recognition of contribution from a property owner is proposed to fund
this request.
Justification of this Increase:
The property owner - Habitat for Humanity - has committed funding
from a grant to cost share the water & sewer line cost.
Justification of this Decrease:
No decrease is proposed. Additional funds are from contributions by a property
:+c -Account Name Aminmt 9« ' . . tkAccount Number
Water Line hnmovements
31,960 .5400 5600
5808 00 -=w 9702
Increase
mount Name
Payments by Property Owners
•
-A unt Ntimber
r; 31,960 .5400 0940 +Esq.+_ 414420 00
t iidgctQfce Use r
Bu Coordi ,
DCparnnent `r irector
Admin. Se ces Di
Mayor
C:APP \98BUD\BUDGET\HABITAT. WK3
Date of Appro
Posted to General Ledger:;'"'
Entered in Category Log
.-Midget Office Copy
1
1
1
1
1
1.
1
1
1
1
1
1
1
1
1
fog: G;1 %L x K MICROFILMED
DETAILED SPECIFICATIONS
AND
CONTRACT DOCUMENTS
WATER AND SEWER SYSTEM IMPROVEMENTS
SHERMAN AVENUE AND FIFTH STREET
BID NO. 97-35
CITY OF FAYETTEVILLE, ARKANSAS
NOVEMBER 1997
CITY OF FAYETTEVILLE ENGINEERING DIVISION
CAPITAL IMPROVEMENT PROGRAM
/�lSt A T E'p
ARKANAS
FEGIS*T RED
PE F i!t ^ AL k
0o No.6646
-c1). BES,
•
t
-
u M1
.
^AINMERISURANCECANSTATES
Al l
•,..e
KNOW
AMERICAN
INDIANAPOLIS,
That
AR 72
STATES INSURANCE COMPANY .
INDIANA 46204-1275
AND PAYMENT BOND
we FAYETTE TREE & TRENCH, INC.
LINCOLN NATIONALCOW'ORATION
PERFORMANCE
ALL MEN BY THESE PRESENTS,
P.O. BOX 471, FAYETTEVILLE,
?-.Vb Principal, (hereinafter
called Principal) and AMERICAN
offices in Indianapolis, Indiana, as
CITY OF FAYETTEVILLE,
STATES INSURANCE COMPANY, an Indiana corporation, with principal
Surety, (hereinafter called Surety), are held and firmly bound unto
FAYETTEVILLE, ARKANSAS 72701
, as Obligee,
(here-
inafter called the Obligee) in the amount
EIGHTY-N,INE & 50/100
of ONE HUNDRED FIFTEEN THOUSAND, FOUR HUNDRED
Dollars
($ 115,489.50* )
for the payment of which sum well and
successors and assigns firmly by these
WHEREAS, the Principal did on
written contract with said Obligee
AND FIRTH STREET, FAYETTEVILLE,
truly to
presents.
the
for WATER
be made, we bind ourselves,
(v day of Sawa"(
our heirs, executors, administrators,
19�, enter
into a
& SEWER SYSTEM IMPROVEMENTS, SHERMAN AVENUE
AR -(BID 11 97-35)
which Contract is by reference made
NOW, THEREFORE, THE CONDITION
indemnify the Obligee against any
(a) faithfully perform said contract
pletion of said Contract by persons
obligation shall be null and void; otherwise
This bond is executed and accepted
(1) That the Obligee shall faithfully
to be performed by the Obligee.
(2) That the Obligee shall notify
Office, of any breach of said
the knowledge of the Obligee.
(3) All suits at law or proceedings
after the completion of said
said contract for its completion.
SIGNED, SEALED AND DATED this
a part hereof, and is hereinafter referred
OF THIS OBLIGATION IS SUCH,
loss or damage directly arising by reason of
and (b) pay all just claims for labor and material
firms or corporations having direct contracts
to remain in full force and effect.
subject to the following conditions:
and punctually perform all the terms and
the Surety by registered letter, addressed
Contract within a reasonable time after such
in equity to recover on this bond must
contract, and in any event within twelve
day of
to as the Contract.
That if the Principal
the failure of the
furnished in
with the Principal,
conditions of said
and mailed to tt
breach shall have
�:
shall
Principal to
the com-
then this
Contract
.- •. ..J
at its Home"
come to
_
„,
w
be instituted witkin
months from th�xdate
4-44•0179"-,-:-.N`.
six months S
fixed int
19
ja (Seal)
Form 9-1041 (12-71)
FAYETTE
TREE &
TRENCH, INC.
n
,
.
AMERICAN STATES INSURANCE COMPANY:;.-.-
BY• = `BCM^.._
`FPrincipa
1� T`Y 4.Fwr-C4
y
A3fornoy-in-fact. --,�
-
-
AINSUMERRICANNAESTATES
C
• we UNCOIN NA710NFLCOaPOfiATP0N
LL
o1—
ZW
< W
I—
ZZ
—w
o u)
W
CC —
ZZ
aCC
W W
a - w
aw
aw
d
O~
z
Z
W
o I
1- W
ZU
w Z
W
Z FZ_
Z
cc w
LL
W O
ZCC tr.U
O W
I—
< a
WI
0
M
WIT
0
0—
of
• Z
0
>
QQ
1-
O 3
Zo
CO CC
(n
H ~
GENERAL POWER OFAtTORNEY
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
of Fayetteville and State of Arkansas CD
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 01 indemnity and other conditional or obligatory undertakings provided, however, N
that the penal sum of any one such instrument executed hereunder shall not exceed I
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 1
and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-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 of 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 WITNESS WHEREOF, American States Insurance Company has caused these presents to be signed by its Second Vice -President, attested by its
Assistant Vice -President and its corporate seal to be hereto affixed this 2 9th day of Aug1a. t
Assistant Vice -President
STATE OF INDIANA SS
COUNTY OF MARION
On this 29th
day of
August
AMERICAN STATES INSURANCE COMPANY
By
� L
ecorid ce- 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.
MARGO L. THAYER, NOTARY PUBLIC
HENDRICKS COUNTY, STATE OF INDIANA
MY COMMISSION EXPIRES: 12/3/96
STATE OF INDIANA1
COUNTY OF MARION
SS
lacy ublic
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 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 lime such policy
or other instrument of insurance shall have been actually issued by the Corporation." !�1 IIS
✓
In witness whereof, I have hereunto set my hand and affixed the seal of said Corporation, this U ` { tt day -of CCQM QV'
A.D., 19 47 et,.. tE'rNs
Ct.▪ " + . i
Fr•: now
Assistanj fke-Presiders
_
11 s� G
r Y\ ^ok
-
THIS POWER OF ATTORNEY MUST CONTAIN A VALIDATING STATEMENT PRINTE2• /IN.ET,FiEE-MARGINHFREOF IN
RED INK, WITH A RED DIAGONAL IMPRINT — AMERICAN STATES INSURANCE — PFI[SS1VIN TS E/ ITIRETY. IF
9-1459 YOU HAVE ANY QUESTIONS REGARDING THE VALIDITY OF THIS POWER OF ATTORNEY7CALLl13I7-262-6262 OR
(2-92) WRITE US AT P.O. BOX 1636, INDIANAPOLIS, IN 46206-1636.
•
Ilri
•
" spry '
/.
I 1 A eoF LIABILITY'INSURANCE" ). 4iTE(MWD Y)
5/97
.,
1 .
30,«:5 _.. m9 >.....
., ,•
Renner & Company, Iris.
Pfar:A$ox 427'44.' t '.. ' .
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Fayetteville, ' Ar 72702
COMPANIES AFFORDING COVERAGE
- F sep..S. .'1 `+E.i$. L.
':
COMPANY
A Tri-State Insurance Company
,INSURED
-
Fayette Tree & Trench, Inc.
COMPANY
B American States Insurance Company
P.O. lox 471 .1
Fayetteville, Arkansas 72702
COMPANY
C Federal Insurance Company
• T. i L Flisf'° •., F
r
COMPANY
D
'--
9 k;,,,,/; .. ..
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
THAT
•- -. INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
-CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED. BY THE POLICIES DESCRIBED HEREIN 15 SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO
LIR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE (MMIDD/YV)
POLICY EXPIRATION
DATE (MM/DD/YY)
LIMITS
GENERAL LIABILITY •
GENERAL AGOR60ATE
6 2 s
000
, 6 J0
.'A
X
COMMERCIAL GENERAL LIABILITY
•
PRODUCTS - COMP/OP AGG
$ 2,0002000
CLAIMS MADE
X
OCCUR
M 01 03 90
4/30/97
4/30/98
PERSONAL AADV INJURY
$
1,000.00/0
OWNER'S & CONTRACTOR'S PROT
EACH OCCURRENCE
S
1 , 000 , 000
FIRE DAMAGE (My one fire)
$ 50,(/00
MED EXP (Any one person)
$ 5,{)00
AUTOMOBILE
LIABILITY
COMBINED SINGLE LIMIT
S
B
ANY AUTO
01-CD596945
4/30/97
4/30/98
ALL OWNED AUTOS
BODILY INJURY
S
SCHEDULED AUTOS
(Per person)
vHIRED
AUTOS
-OWNED AUTOS -
BODILY INJURY
(Per eeddenl)
S
,NON
PROPERTY DAMAGE
S
GAAAGEUABILITY
-
AUTO ONLY - EA ACCIDENT
S '
-
ANY AUTO -
OTHER THAN AUTO ONLY:
EACH ACCIDENT
$
AGGREGATE
S
EXCESS
UABIUTY
EACH OCCURRENCE
$ 21000,000
UMBRELLA FORM
4/30/97
4/30/98
AGGREGATE
S 2,000,1100
C
X
(97)79402376
OTHER THAN UMBRELLA FORM
S ..
COMPENSATION AND'
X
WLSIA10-
TORY LIMITS
UM
ER
' ...
• WORKERS
EMPLOYERS' LIABILITY
EL EACH ACCIDENT
S 500,000
�.B
THE PROPRIETOWEL
INCL
01=WC731211-40
4/30/97
4/30/98
DISEASE - POLICY LIMIT
S 5001000
PARTNERS/EXECUTIVE
•
OFFICERS ARE:
EXCL
-
EL DISEASE - EA EMPLOYEE
S 500,
1
RY
OTHER
f
-
L�
DESCRIPTION
OF OPERATIONS&OCATIONSNEHICLESSPECIAL ITEMS
Excavation, Trenching, Water & Sewer Projects
OlAti.ta.:
CAisiCKLAT1oN
1! .F•
1
j ;,-,� ` ;.., •:
.. i . X Fee; ; e...ti ' -
�, :' City',ofkFayatteville,^Arkansas
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION GATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEO,
113,West4.14ountain Street
Y4...� ,1 -
Fayetteville, Ar. 72701
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
OF Y KIND UPON THE OQMPANY, ITS AGENTS OR REPRESENTATIVES.
AUTH RIZE REPRESENTATIVE
•..
'' 45ACORDCORPORATIONi$88'.
,,.a
c .
DETAILED SPECIFICATIONS
AND
CONTRACT DOCUMENTS
WATER AND SEWER SYSTEM IMPROVEMENTS
SHERMAN AVENUE AND FIFTH STREET
BID NO. 97-35
CITY OF FAYETTEVILLE, ARKANSAS
NOVEMBER 1997
CITY OF FAYETTEVILLE ENGINEERING DIVISION
CAPITAL IMPROVEMENT PROGRAM
TABLE OF CONTENTS
Item pages
Advertisement for bids 1-2
Instructions to bidders 1-8
State Wage Determination 1-3
Bid Proposal 1-10
Statement of Bidder's Qualifications 1
Contract Agreement 1-3
Performance Bond 1-2
Payment Bond 1-2
General Conditions 1-42
Supplement to the General Conditions 1-9
Detailed Technical Specifications
Section 100 General Project requirements 1-10
Section 110 Measurement and Payment 1-9
Section 120 Testing 1
Section 140 Schedules, Progress Meetings,
Public Notice 1
Section 300 Crushed Stone Base Course 1
Section 310 Pipe Bedding Material 1
Section 320 Rock Excavation 1
Section 400 Clearing Rights of way, Cutting
and repairing fences 1-4
Section 401 Surface Removal 1-3
Section 406 Pipe for water lines General 1
Section 411 Ductile iron pipe and ductile iron
pipe fittings for water lines 1-6
Section 412 Polyvinyl chloride (PVC) pipe and
fittings for water lines 1-6
Section 413 Polyethylene encasement 1
Section 414 Pipe detection tape 1
Section 419 Polyvinyl chloride (PVC) pipe and
fittings for sewer lines 1-5
Section 420
Section
Section
Section
Ductile iron pipe and ductile iron
pipe fittings for sewer lines 1-5
428 Low pressure air testing for sewer lines 1-2
429 Mandrel testing of PVC sewer lines 1
450. Gate valves and butterfly valves 1-4
Placing pipe protection cover and
compacted backfill sewer and water 1-3
462 Flushing, hydrostatic testing, disinfection
and dynamic testing of water lines 1-2
Fire hydrants 1-2
475 Two inch flushing/blowoff assemblies 1
' Section 461
•
Section
Section 472
Section
Section
Section 479
Section
477. Main line encasement
•
1
Service connections 1
482 Cast -in-place Manholes 1-3
Section 487 Pipeline cleanup and seeding
Section 488 Tie-in of sewer line to existing
Section 491 Street and County Road Crossings
Section 495 Driving Surface Repair
Section 499 Sidewalk replacment/repair 1
•
1-3
1-2
1-3
Section 502 Concrete
Section 611 Pipe underdrains (a.k.a. "French drains"). 1
1-2
Appendix A - OSHA Safety requirements for excavation
218-256
•
1
1
1
1
-1
1
1
1
1
1
1
1
1
1
1
1
1
ADVERTISEMENT FOR BIDS
Bid No. 97-35
Water and Sewer System Improvements
Sherman Avenue and Fifth Street
Fayetteville Arkansas
The City of Fayetteville will receive sealed bids for the construction of water and sewer system
improvements at Sherman Avenue and Fifth Street in Fayetteville. Bids will be received at the Purchasing
Division, Room 306, in the City Administration Building at 113 West Mountain Street, Fayetteville until
10:00 am November 24, 1997. The bids will be publicly opened and read aloud in Room 326 at that time.
The proposed project is funded by the City and Habitat for Humanity of Fayetteville, Inc. The purpose of the
project is to provide water and sewer utilities for 4 residences built by Habitat for Humanity and to provide
fire protection for the adjacent neighborhood.
The proposed work generally consists of water line and sewer line construction including pipeline, fittings
and valves, service connections, fire hydrants, manholes, clean-up, and street repairs in accordance with the
contract documents. The attention of all Bidders is called to the requirements of the specifications that work
is generally limited to the paved surface of the street on Sherman and the utility easements on Fifth Street
and north of Fifth Street. A minimum of one lane of traffic shall be maintained at all times. The attention all
Bidders is called to the fact that street repairs are included in this contract. No area of the street or City
right-of-way can be used for general material storage. Refer to the contract specifications, including the bid
proposal, measurement and payment and technical specifications for detailed requirements.
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.
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 (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 remainder of the Specifications and Contract Documents.
All bids shall be sealed and the envelope addressed to the City of Fayetteville, Purchasing Office, Room 306,
113 West Mountain Street, Fayetteville, Arkansas 72701 and clearly marked on the lower left side of the bid
envelope shall be the following information: The bid number, the project name/title, the date of the bid
opening, the time of the bid opening, and the bidding 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.
•
•
•
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
INSTRUCTIONS FOR BIDDERS:
1. Defined Terms. Terms used in these Instructions to Bidders which are
defined in the Standard General Conditions of the Construction Contract shall
have the meanings assigned to them in the General and Supplementary
Conditions. The term "Bidder" means one who submits a Bid directly to the
Owner, as distinct from a sub -bidder who submits a bid to a Bidder. The term
"Successful Bidder" shall mean the lowest, qualified, responsible and
responsive Bidder to whom Owner (on the basis of Owner's evaluation as
hereinafter provided) makes an award. The term "Bidding Documents" includes
the Advertisement or Invitation to Bid, Instructions to Bidders, the Bid
Proposal Form, and the proposed Specifications and Contract Documents
(including all Addenda issued prior to the receipt of Bids).
2. Copies of the Bidding Documents. Complete sets of the Bidding Documents
in the number and amount, in any, stated in the Advertisement to Invitation to
Bid may be obtained from the Engineer upon request.
Complete sets of Bidding Documents must be used in preparing Bids; neither
the Owner nor Engineer assumes any responsibility for error or
misunderstandings resulting from the use of incomplete sets of Bidding
Documents.
Owner and Engineer in making copies of Bidding Documents available on the
above terms do so only for the purpose of obtaining Bids on the Work and do
not confer a license or grant for any other use.
3. Qualifications 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 Owner will provide each Bidder accessto the
site to conduct any observations,. explorations and tests as each Bidder deems
necessary for submission of a Bid. Bidder shall be required to fill in all
holes and to restore all property to its former condition. -
4.6 The lands upon the Work is to be performed, rights-of-way and easements
for access thereto and other lands designated for use by the Contractor in
performing the Work are identified in the Contract Documents. All additional
lands and access thereto required for temporary facilities or storage of
materials and equipment are to be provided by the Contractor. Easements for
permanent structures or permanent changes in existing structures are to be
obtained in advance by the Owner unless specifically noted otherwise in the
Contract Documents.
•
4.7 The Bidder must satisfy themselves of the accuracy to the estimated
quantities in the Bid schedule by examination of the site and a review of the
drawings and specifications including any Addenda. After bids have been
submitted, the Bidder shall not assert that there was any misunderstanding
concerning the quantities of Work or the nature of Work to be performed.
4.8 The submission of a Bid will constitute an irrevocable representation by
Bidder that Bidder has complied with every provision and requirement of this
paragraph 4, that without exception the Bid is premised upon performing and
furnishing the Work required by the Contract Documents and such means,
methods, techniques, sequences or procedures of construction as may be
indicated in or required by the Contract Documents, and that the Contract
Documents are sufficient in scope and detail to indicate and convey
understanding of all terms and conditions for performance and furnishing the
Work.
5. Interpretations and Addenda.
All questions about the meaning or intent of the Contract Documents are to be
directed to the Engineer. Interpretations or clarifications considered
necessary by the Engineer in response to such questions, and/or any
information deemed necessary by the Owner or Engineer, will be issued by
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 Jim Beavers, P.E.•, City Engineering (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
1
1
1
1
1
1
1
1
1
1
1
i
1
1
1
1
1
1
The Bid security of the Successful Bidder will be retained until such Bidder
has executed the Agreement and furnished the required contract security,
whereupon the Bid security will be returned. If the Successful Bidder fails
to execute and deliver the Agreement and furnish the required contract
security within 15 days after the Notice of Award, Owner may annul the Notice
of Award and the Bid security of that Bidder will be forfeited. The Bid
security of other Bidders whom the Owner believes to have a reasonable chance
of receiving award may be retained by Owner until the earlier of the seventh
day after the Effective Date of Agreement or the 61st day after the Bid
opening, whereupon the Bid security furnished by such Bidders will be
returned. Bid security with Bids which are not competitive will be returned
within 10 days of Bid opening.
7. Contract Time.
The number of days within which, or the dates by which, the Work is to be
substantially completed and also completed and ready for final payment (The
Contract Time) are as set forth in the Bid Proposal, Contract Agreement and
Technical Specification 100 - General Project Requirements.
8. Liquidated Damages.
Provisions for liquidated damages, if any, are set forth in the Bid Proposal
and/or the Contract Agreement.
9. Substitute or "Or -equal" items.
The Contract, if awarded, will be on the basis of materials and equipment
described in the Drawings or specified in the Specifications without
consideration of possible substitute or "or -equal" items. Substitute or "or -
equal" items of materials or equipment, unless it is specified that no
substitute will be allowed, may be furnished or used by the Contractor if
acceptable to the Engineer. Application for acceptance for possible
substitute or "or -equal" items will not be considered by the Engineer until
after the effective date of the Contract Agreement. The procedure for
submission of any such application is set forth in Article 6.7 of the General
Conditions and any associated Supplementary Conditions.
10. Subcontractors, suppliers and others.
The Contractor shall not assign or sublet all or any part of this Contract
without the prior written approval of the Owner and Engineer. Nor shall the
Contractor allow any subcontractor to commence work until he has provided and
obtained approval of such compensation and public liability insurance as
required by the Contract Documents. The approval of each subcontract by the
Owner will in no manner release the Contractor from any of his obligations as
set forth in the Contract Documents including the Plans, Specifications,
Contract and Bond(s).
11. Bid Proposal Form.
11.1 All bids must be made on the required Bid Proposal form contained in the
Bidding Documents. Additional copies may be requested from the Engineer.
11.2 All blank spaces for Bid prices must be filled in, in ink or type
written, and the Bid form must be fully completed and executed when submitted.
Only one (1) copy of the Bid form is required.
3
11.3 Bids by corporations must be executed in the corporate name by the
president or vice-president (or other corporate officer accompanied by
evidence of authority to sign) and the corporate seal must be affixed and
attested by the secretary or anassistant secretary. The corporate address
and state of incorporation must be shown below the signature.
11.4 Bids by partnerships must be executed in the partnership name and signed
by a partner, whose title,must appear under the signature and the official
address of the partnership must also be shown below the signature.
11.5 All names must be typed or clearly printed in ink below the signature.
11.6. The Bid shall contain an acknowledgement of receipt of all Addenda (the
numbers of which must be filled in on the Bid form).
11.7. The address and telephone number for communications regarding the Bid
must be shown..
12. Submission of Bids.
Bids shall be submitted at the time and place indicated int eh Advertisement
or Invitation to Bid and shall be enclosed in an opaque sealed envelope,
marked in the lower left portion with the Project Title, ,Bid Number, Date of
the bid opening, time of the bid opening, bidding contractor's name and
license number. The Bid shall be accompanied with the Bid Security and other
required forms and documents.
If the Bid is sent through the mail or other delivery system, the sealed
envelope shall be enclosed,in a separate sealed envelope wit the notation "Bid
Enclosed" on the face of the outer envelope.
THE BID PROPOSAL FORM SHALL NOT BE REMOVED FROM THE BOUND SPECIFICATIONS AND
CONTRACT DOCUMENTS.
13. Modification and Withdrawal of Bids.
Bids may be withdrawn or modified by an appropriate duly executed document (in
the manner that a Bid must be executed) and delivered to the place where Bids
are to be submitted at 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. Opening of Bids.
Bids will be opened and publicly read aloud at the time and location as
specified in the advertisement of invitation for bids. A tabulation of the
amounts of the Bids will be made available to the Bidders after preparation by
the Engineer.
4
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
15. Bids to remain sublect 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 figures and the
correct sum thereof will be resolved in favor of the correct sum
16.2 In evaluating the Bids, Owner will consider the qualifications of
Bidders, whether or not Bids comply with the prescribed requirements, and such
alternates, unit prices, and other data, as may be requested in the Bid
Proposal Form or prior to Notice of Award.
16.3 Owner may consider the qualifications and experience of the
subcontractors, suppliers and other persons and organizations proposed for
those portions of the Work as to which the identity of subcontractors,
suppliers and other persons and organizations must be submitted as provided
for in the Contract Documents. Owner may also consider the operating costs,
maintenance requirements, performance data and guarantees of major items of
material and equipment proposed for incorporation in the Work when such data
is required to be submitted prior to the Notice of Award.
16.4 Owner may conduct such investigations as Owner deems necessary to assist
in the evaluation of any Bid and to establish the responsibility,
qualifications and financial ability if Bidders, proposed subcontractors,
suppliers and other persons and organizations to perform and furnish the Work
in accordance with the Contract Documents to Owner's satisfaction within the
prescribed time.
16.5 If the contract is to be awarded, it will be awarded to the lowest
responsive, responsible, qualified Bidder whose evaluation by Engineer
indicates to Owner that the award will be in the best interests of the Project
and Owner.
16.6 If the contract is to be awarded, Owner will give the Successful Bidder
a Notice of Award within 60 days after the date of the Bid opening. If deemed
necessary by the Owner, the Owner and the apparent Successful Bidder may enter
negotiations to extend the time of acceptance beyond the 60 days, with no
changes in the Bid Proposal or Contract Documents.
5
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
Bonds. When the Successful Bidder delivers the executed Agreement to Owner,
it must be accompanied by the required Performance and Payment Bonds.
18. Signing of Agreement.
When Owner gives Notice of Award to the Successful Bidder, it will be
accompanied by the required number of unsigned counterparts of the Agreement
with all other Contract Documents attached. Within 15 days thereafter,
Contractor shall sign, execute and deliver the required number of counterparts
of the Agreement and attached documents to the Owner with the required Bonds.
Within ten (10) days thereafter Owner shall deliver one fully signed and
executed to Contractor.
19. Compliance with State Licensing Law.
Contractors must be licensed inaccordance with therequirements of ACT 150,
Arkansas Acts of 1965, the "Arkansas State Licensing Law for Contractors."
Bidder who submit Bids in excess of $20,000.00 must submit evidence of their
having a contractor's license before their Bidswillbe considered, and shall
note their licensenumber 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 Contractoragrees 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 Contractorand 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 ratesfor 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,
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
3) keep an accurate record showing the names and occupation and
hours worked of all workmen employed by them, and the
actual wages paid to each of the workmen, which records
shall be open at all reasonable hours to the inspection of
the Department of Labor or the Owner, its officers and
agents.
A copy of the prevailing wage rates for this specific project, as established
by the Arkansas Department of Labor, is attached in the Contract Documents
immediately following the Instructions to Bidders.
The Owner shall have the right to withhold from amounts due the Contractor so
much of accrued payments as may be considered necessary to pay the workmen
employed by the Contractor or any subcontractor, the difference between the
rates of wages required by this Contract and the rates of wages received by
such workmen.
If it is found that any workmen employed by the Contractor or subcontractor
has been, or is being paid a rate of wages less that the rate of wages
required by this Contract, the Owner may by written notice to the Contractor,
terminate the Contractor's right to proceed with the Work or such part of the
Work as to which there has been a failure to pay the required wages and to
prosecute the Work to completion by Contract or otherwise, and the Contractor
and his sureties shall be liable for any costs occasioned thereby.
22. Compliance with Act 125, Arkansas Acts of 1965.
The attention of Bidders is called to the provisions of Act 125, Arkansas Acts
of 1965. This act provides for the payment of certain taxes on materials and
equipment brought into the State. It further provides for methods of
collecting such taxes. All provisions of Act 125, Arkansas Acts of 1965 shall
be complied with under this Contract.
23. Withholding State Income Taxes.
The Contractor shall deduct and withhold Arkansas income taxes, as required by
Arkansas law, from wages paid employees, whether such employees are residents
or nonresidents of Arkansas.
24. Compliance with Rules and Regulations for the Enforcement and
Administration of Act 162, Arkansas Acts of 1987.
The attention of all nonresident Bidders is called to the provisions of Act
162, Arkansas Acts of 1987. This act provides for nonresident Contractors and
subcontractors notice and bond regulations by the Commissioner of Revenues,
Dept. of Finance and Administration, P.O.Box 1272, Little Rock, Arkansas
72203 prior to commencing work or undertaking to perform any duties under
contract within the State of Arkansas.
25. Subcontractors Bonds - Act 190, Arkansas Acts of 1993.
The attention of Bidders is called to the provisions of Act 190, Arkansas Acts
of 1993. In general, this act provides for the subcontractors to provide to
the General Contractor performance and payment bonds, with certain regulations
on form and time, when the subcontractor's bid is in excess of $50,000.00.
7
26. Excavation Safety.
•
The attention all Bidders is called to the requirements of Act 291, Arkansas
Acts of 1993 - Excavation and Trench Safety. The current edition of
Occupational Safety and Health Administration Standard for Excavation and
Trench Safety Systems, 29 CFR 1926, Subpart P, is specifically incorporated
and made a part of these specifications and contract documents as required by
Arkansas Act 291 of the 79th General Assembly of 1993. The Contractor shall be
solely responsible for the implementation of these requirements.
A copy of the OSHA regulations is included in this set of specifications as
Appendix A.
27. Special conditions in the specifications.
Please carefully read section 100 GENERAL PROJECT REQUIREMENTS, 110
.MEASUREMENT AND PAYMENT and all of the specifications, for the conditions
unique to this project. The special conditions include, among others:
a. The required sequence of construction: (1) sanitary sewer, (2) water
line in Sherman, (3) water line on. Fifth and (4) all other work.
b. No area of City streets or City right-of-way can be used for material
storage.
c. Open trenches shall not be. allowed overnight. The contractor shall limit
the trenching and pipe laying to the work which can be installed and inspected
during the working day.
d. A minimum of one lane of traffic shall be safely maintained at all times.
•
End of the Instructions to Bidders
8
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Mike Huckabee
' Governor
Jim Beavers, P E
The City of Fayetteville
113 West Mountain
Fayetteville, AR 72701
Dear Mr. Beavers:
STATE OF ARKANSAS
NOV p 7 19
'GGu�
ARKANSAS DEPARTMENT OF LABOR
10421 WEST MARKHAM • LITTLE ROCK, ARKANSAS 72205-2190
(501) 682-4500 • FAX: (501) 682-4535 • TDD: (800) 285-1131
November 5, 1997
Re: Water & Sewer Improvements
Sherman Avenue & Fifth Street
Fayetteville,_Arkansas
Washington County
James L. Salkeld
Director
In response to your request, enclosed is Arkansas Prevailing Wage Determination Number 97-184
establishing the minimum wage rates to be paid on the above -referenced project. 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. Please be advised that this determination
supersedes #96-228 issued February 13, 1997.
If the work is subject to the Arkansas Prevailing Wage Law, every specification shall include
minimum 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 be
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 enclosed is a "Statement of Intent to PyPrevailing Wages" form that should be put in
your specifications along with the wage determination. The General\Prime Contractor is responsible for
getting this form filled out and returned to this office within 30 days of the Notice to Proceed for this
project.
Please notify me when you issue your Notice to Proceed for this project.
If you have any questions, please call me at (501) 682-4536.
Sincerely,
enclosure
Don Cash
Prevailing Wage Investigator