Loading...
HomeMy WebLinkAbout174-10 RESOLUTIONRESOLUTION NO. 174-10 A RESOLUTION AWARDING BID #10-57 AND AUTHORIZING A CONTRACT WITH N.E.C. INC. IN THE AMOUNT OF $77,500.00 PLUS APPLICABLE SALES TAX FOR CONCRETE PAD CONSTRUCTION AT THE CITY COMPOST FACILITY, AND APPROVING A 10% PROJECT CONTINGENCY BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #10-57 and authorizes a contract, a copy of which is attached as Exhibit "A," with N.E.C. Inc. in the amount of $77,500.00 plus applicable sales tax for concrete pad construction at the city compost facility. Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a ten percent (10%) project contingency. PASSED and APPROVED this 5th day of October, 2010. APPROVED: ATTEST: City of Fayetteville Bid 10-57, Construction — Concrete Pad at Compost Facility Contract — Between City of Fayetteville and NEC Inc. This contract executed this 22'' day of 3 rirm86R., 2010, between the City of Fayetteville, Arkansas, and NEC Inc. In consideration of the mutual covenants contained herein, the parties agree as follows: 1. NEC Inc. at its own cost and expense shall fumish all labor, materials, supplies, machinery, equipment, tools, supervision, bonds, insurance, tax permits, and all other accessories and services necessary to complete items bid per Bid 10-57 as stated in NEC Inc.'s bid proposal, and in accordance with specifications attached hereto and made a part hereof under Bid 10-57, all included herein as if spelled out word for word. 2. The City of Fayetteville shall pay NEC Inc. based on their bid proposal in an amount not to exceed $77,500.00 plus applicable sales tax. Payments will be made after approval and acceptance of work and submission of invoice. Payments will be made approximately 30 days after receipt of invoice. 3. The Contract documents which comprise the contract between the City of Fayetteville and NEC Inc. consist of this Contract and the following documents attached hereto, and made a part hereof: A. Bid form identified as Invitation to Bid 10-57 with the specifications and conditions typed thereon. B. NEC Inc.'s bid proposal. C. The Notice to Prospective Bidders and the Bid Tabulation. 4. These Contract documents constitute the entire agreement between the City of Fayetteville and NEC Inc. and may be modified only by a duly executed written instrument signed by the City of Fayetteville and NEC Inc.. 5. NEC Inc. shall not assign its duties under the terms of this agreement. 6. NEC Inc. agrees to hold the City of Fayetteville harmless and indemnify the City of Fayetteville, against any and all claims for property damage, personal injury or death, arising from NEC Inc. performance of this contract. This clause shall not in any form or manner be construed to waive that tort immunity set forth under Arkansas Law. 7. NEC Inc. shall furnish a certificate of insurance addressed to the City of Fayetteville, showing that he carries the following insurance which shall be maintained throughout the term of the Contract. Any work sublet, the contractor shall require the subcontractor similarly to provide worker's compensation insurance. In case any employee engaged in work on the project under this contract is not protected under Worker's Compensation Insurance, NEC Inc. shall provide and shall cause each Subcontractor to provide adequate employer's liability insurance for the protection of such of his employees as are not otherwise protected. Workmen's Compensation Comprehensive General & Automobile Insurance Bodily Injury Liability Statutory Amount $500,000 for each person injured. $1,000,000 for each accident. Property Damage Liability $1,000,000 aggregate. The premiums for all insurance and the bond required herein shall be paid by NEC Inc.. 8. NEC Inc. to furnish proof of licensure as required by all local and state agencies. 9. This contract may be terminated by the City of Fayetteville or NEC Inc. with 10 days written notice. 10. Freedom of Information Act: City of Fayetteville contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. 25-19-101 et. Seq.). Only legally authorized photo coping costs pursuant to the FOIA may be assessed for this compliance. 11. Changes in Scope or Price: Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change(( in scope, cost or fees._ /(-b ,, ',. WITNESS OUR HANDS THIS ' 1 DAY OF Q,(1�Ci� -e, 2010. Attest: CITY OF FAYETTEVILLE, FAYETTEVILLE, ARKANSAS Dvt o / /31)1/1114•44 Sondra Smith, City Clerk • • NE :FAYETTEVILLE; • 9. °ye"11/ .,gym ATTEST: COMPANY SECRETARY M►c HA L �- —' _511 PI. o As A iz 727s-0 BUSINESS ADDRESS Alects_Sary NAME AND TITLE Tom Hubbard Submitted By City of Fayetteville Staff Review Form City Council Agenda Items and Contracts, Leases or Agreements Oct 52010 City Council Meeting Date Agenda Items Only Utilities Division Action Required: Utilities Department Captial Projects Department Approval of a construction contract with N.E.C. Inc for $77,500 + applical sales tax and approval of 10% contingency of $7,750 77,500 + applicable sales tax Cost of this request 5500.5070.5816.00 Account Number 10002/1 Project Number Budgeted Item X 242,000.00 Category / Project Budget Compost Site Slab Expansion Program Category / Project Name Solid Waste Improvements Funds Used to Date Program / Project Category Name 242,000.00 Solid Waste Remaining Balance Fund Name Budget Adjustment Attached Q-))- ID Date 4).20_/0 Date 0. .Pa.a, 9.20.26,0 Finance and Internal Services Director Date Jal -!a Date *te Previous Ordinance or Resolution # Original Contract Date: Original Contract Number: Received inCitb9_17-10P03 31 RCVD Clerk's Office �.n. Received in Mayor's Office SENT E ,9 Comments: Revised January 15, 2009 ave ev le THE CITY OF FAYETTEVILLE, ARKANSAS www.accessfayetteville.org To: Fayetteville City Council • Thru: Mayor Lioneld Jordan Don Marr, Chief of Staff David Jurgens, Utilities Director From: Tom Hubbard, Contracts & Projects Engineer Date: September 17, 2010 Subject: Construction contract with N.E.0 Inc for $77,500 + applicable sales tax, with a 10% contingency of $7,750 to construct a concrete pad for Solid Waste. RECOMMENDATION City Administration recommends approval of a construction contract with N.E.C. Inc for $77,500 + applicable sales tax, for the construction of a concrete pad, Bid 10-57, approval of a 10% contingency of $7,750. BACKGROUND The Contract is to construct the concrete pad and all related site work. The objective of this is to meet the ADEQ Stormwater run off requirements and improve operations efficiency. After significant discussion with solid waste staff and review of the city's stormwater and ADEQ's site requirements a design of the concrete pad was developed. DISCUSSION To keep costs to a minimum all engineering, design and inspection is being conducted internally by the Utilities Project Engineer; as an option, for possible additional savings bidders were asked to bid the project without concrete thus, utilizing the city concrete bid. On September 10, 2010 staff met onsite with perspective bidders to review the project. The City opened bids on September 17th, 2010. Construction will begin when all appropriate documents are final. The project time to complete is 30 days from the bid award date, below is a list of the bidders and bid amounts. Company Name Concrete Pad Contractor provide concrete Contractor with out concrete Benchmark Const $ 78,851.00 $ 48,475.00 Dean Crowder Const $ 110,000.00 $ 78,536.00 Fochtman Enterprises $ 167,975.00 $ 137,176.00 Ground Zero $ 84,726.00 $ 56,727.00 Kim Hoadley $ 93,496.00 $ 62,143.00 N.E.C. Inc $ 77,500.00 $ 52,255.00 RJR Enterprizes $ 98,973.00 $ 69,661.00 Seven Valleys Conc $ 90,850.00 $ 58,530.00 Engineer's Estimate $ 100,833.60 $ 69,966.00 City concrete cost for project 30,867 The bids were reviewed by purchasing and the design engineer with a recommendation to award the bid to N.E.0 Inc. BUDGET IMPACT Funds are available in the Solid Waste capitol budget. Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701 RESOLUTION NO. A RESOLUTION AWARDING BID #10-57 AND AUTHORIZING A CONTRACT WITH N.E.C. INC. IN THE AMOUNT OF $77,500.00 PLUS APPLICABLE SALES TAX FOR CONCRETE PAD CONSTRUCTION AT THE CITY COMPOST FACILITY, AND APPROVING A 10% PROJECT CONTINGENCY BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #10-57 and authorizes a contract, a copy of which is attached as Exhibit "A," with N.E.C. Inc. in the amount of $77,500.00 plus applicable sales tax for concrete pad construction at the city compost facility. Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a ten percent (10%) project contingency. PASSED and APPROVED this 5th day of October, 2010. APPROVED: ATTEST: By: By: LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer City of Fayetteville Bid 10-57, Construction — Concrete Pad at Compost Facility Advertisement: 09.03.10 & 09.10.10 The City of Fayetteville is accepting bids from properly licensed general contractors to bid on a project for the construction of a concrete pad at the Fayetteville Compost Facility Building, located at 1708 S. Armstrong, in Fayetteville, AR. Any questions shall be addressed to Andrea Foren, City of Fayetteville Purchasing Agent at aforenci.fayetteville.ar.us or by calling (479) 575-8220. Bids must be submitted in a sealed envelope or package labeled "Bid 10-57, Construction — Concrete Pad at Compost Facility". All bids shall be received before 2:00 PM, local time, on Friday, September 17, 2010 to the City of Fayetteville, Purchasing Division - Room 306, 113 W. Mountain, Fayetteville, Arkansas 72701. A non -mandatory pre-bid meeting will be held on Friday, September 10, 2010 at 10:00 AM, local time, located at the Fayetteville Compost Facility Building Bidding documents and plans must be obtained by contacting the City Purchasing Division. Documents are available via e-mail. Plans can also be reviewed at the Fayetteville Purchasing Division, as listed below. City of Fayetteville — City Hall Purchasing Division — Attention: Andrea Foren 113 W. Mountain, Suite 306 Fayetteville, AR 72701 Phone: 479.575.8220 E -Mail: aforenci.favetteville.ar.us All vendors intending on bidding SHALL register as a plan holder by notifying Andrea Foren, Purchasing Agent, via e-mail at aforenaci.fayetteville.ar.us. When registering as a plan holder, vendors shall submit primary contact information including name of contractor, primary contact, phone number, fax number, and physical address. FAILURE TO REGISTER AS A PLAN HOLDER CAN RESULT IN YOUR BID BEING REJECTED. Each bid must be accompanied by a certified check or bid bond, in an amount not less than five (5) percent of the amount bid. A one hundred percent (100%) performance and payment bond is required with a contract awarded amount of $20,000.00 or more. A State of Arkansas Contractor's License is required for any bid exceeding $20,000.00. "Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business enterprises." The City of Fayetteville reserves the right to waive irregularities, reject bids, and postpone the award of any Contract for a period of time which shall not exceed beyond ninety days from the bid opening date. CITY OF FAYETTEVILLE, ARKANSAS By: Andrea Foren, CPPB, City of Fayetteville, Purchasing Agent Ad Dates: 09/03/10 & 09/10/10 City of Fayetteville, AR Bid 10-57, Construction — Concrete Pad at Compost Facility Page 5 of 23 City of Fayetteville, Arkansas Invitation to Bid Bid 10-57, Construction — Concrete Pad at Compost Facility The City of Fayetteville is accepting bids from properly licensed general contractors to bid on a project for the construction of a concrete pad at the Fayetteville Compost Facility Building, located at 1708 S. Armstrong, in Fayetteville, AR. Any questions shall be addressed to Andrea Foren, City of Fayetteville Purchasing Agent at aforen(a)_ci.fayetteville.ar.us or by calling (479) 575-8220. Bids must be submitted in a sealed envelope or package labeled "Bid 10-57, Construction — Concrete Pad at Compost Facility". All bids shall be received before 2:00 PM, local time. on Friday. September 17. 2010 to the City of Fayetteville, Purchasing Division - Room 306, 113 W. Mountain, Fayetteville, Arkansas 72701. A non -mandatory pre-bid meeting will be held on Friday. September 10. 2010 at 10:00 AM. local time. located at the Fayetteville Compost Facility Building Bidding documents and plans must be obtained by contacting the City Purchasing Division. Documents are available via e-mail. Plans can also be reviewed at the Fayetteville Purchasing Division, as listed below. City of Fayetteville — City Hall Purchasing Division — Attention: Andrea Foren 113 W. Mountain, Suite 306 Fayetteville, AR 72701 Phone: 479.575.8220 E -Mail: aforenaci.fayetteville.ar.us All vendors intending on bidding SHALL register as a plan holder by notifying Andrea Foren, Purchasing Agent, via e-mail at aforenc ci.fayetteville.ar.us. When registering as a plan holder, vendors shall submit primary contact information including name of contractor, primary contact, phone number, fax number, and physical address. FAILURE TO REGISTER AS A PLAN HOLDER CAN RESULT IN YOUR BID BEING REJECTED. Each bid must be accompanied by a certified check or bid bond, in an amount not less than five (5) percent of the amount bid. A one hundred percent (100%) performance and payment bond is required with a contract awarded amount of $20,000.00 or more. A State of Arkansas Contractor's License is required for any bid exceeding $20,000.00. "Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business enterprises." The City of Fayetteville reserves the right to waive irregularities, reject bids, and postpone the award of any Contract for a period of time which shall not exceed beyond ninety days from the bid opening date. CITY OF FAYETTEVILLE, ARKANSAS By: Andrea Foren, CPPB, City of Fayetteville, Purchasing Agent Ad Dates: 09/03/10 & 09/10/10 City of Fayetteville Bid 10-57, Construction - Concrete Pad at Compost Faciltiy BID FORM (MUST BE COMPLETE SUBMITTED WITH BID) PLEASE NOTE: ALL ITEMS MARKED * ARE CONSIDERED MANDATORY REQUIREMENTS FOR CONSIDERATION OF BID. FAILURE TO COMPLETE THESE ITEMS MAY RESULT IN REJECTION OF BID. COPY OF ATTACHED VENDOR FORM MUST ALSO BE SUBMITTED WITH BID. Bidder Information: *CONTRACTORS NAME: IVEG, I,►c. *CONTRACTORS LICENSE NUMBER: ON8790//O *CONTACT NAME: "KC AJ cESSARy *TITLE: V, *BUSINESS ADDRESS: .24125 eSN+.ro " PL. *CITY: RoeeR S *STATE: A R *ZIP: *PHONE: 47% - 621 -632Y FAX: `7'71- 421-6328 *E-MAIL ADDRESS: rVs'SN ecesSmay •' NEC- CooviXdscPoie S .Ccs ***PLEASE PROVIDE COMPLETED ATTACHED "VENDOR FORM" WITH EACH BID*** Bid Amount (in US Dollars). Refer to "Terms and Conditions" for descriptions. A.) Total Turn -Key Bid Amount: 1 77 50 0. 00 *Total amount to complete project based on bidding documents provided, including plans (including contractor all materials, labor, bonds, insurance, etc). This figure shall INCLUDE 459 cubic yards of concrete. B.) Deductive Alternate #1: **$ 25, 24/5 (459 cubic yards of concrete) **Total amount to subtract from bid for the City of Fayetteville to supply ONLY the concrete. This figure shall be based on 459 cubic yards of concrete. 52 C.) Total Turn -Key Bid Amount - Deductive Alternate #1: **$ 2 5 5. o0 **Total amount to subtract from bid for the City of Fayetteville to furnish 629 cubic yards of concrete. A -B Total number of calendar days estimated to complete project: a o Shall not exceed 30 days This form continues on next page and MUST be signed in order for your bid to be acceptable for consideration. City of Fayetteville, AR Bid 10-57, Construction - Concrete Pad at Compost Facility Page 6 of 23 EXECUTION OF BID - Upon signing this Bid, the bidder certifies that he/she has read and agrees to the requirements set forth in this proposal, including specifications, terms, standard conditions, and any pertinent information regarding the articles being bid on. Bids must be submitted on this bid form in its entirety AND accompanied by descriptive literature on the products being bid, If specifications of item bid differ from provided literature, deviation must be documented and certified by the manufacturer as a regular production option. Unless otherwise noted and explained, the unit bid and listed meets or exceeds all of these requirements as specified by The City of Fayetteville. The Bidder can and will comply with all specifications and requirements for delivery, documentation and support as specified herein. Unsigned bids will be rejected. Items marked * are mandatory for consideration. /1114' Nxce-,55A-Ay *AUTHORIZED BY (PRINT D NAME) City of Fayetteville, AR Bid 10-57, Construction — Concrete Pad at Compost _...., Page 7 of 23 AZ4mititte.m.m.mmomillO° UTHORIZED SIGNATU 744 \%,c E Pge / VEA/7- *TITLE 9 , /7 , a©i o *DATE Acknowledge Addendums: Addenda No. % Dated: 9//o/fl Addenda No. Dated: Addenda No. /�Dated: ,� Printed Name: /u` Ai cESSAR. y Signature: Title: VP Company: NgG� ) uc. SILT BOND c nfour ne w;th The American Institute of Arehihrets, AIA. Dont No. A -i0 KNOW ALL BY TOM PRESENTS, That tic. N.E.0 Inc. ES Principal, hereinafter called the Principal, and the Em : lo rs Mut al Casual Com n of P.O. Box 712, Des Moines, Iowa the laws of the State uf • Iowa a corporation duly organized nada as Surety. hereinafter called the Surety, are hold and firmly bound unto City of Fayetteville.Arkansas as Obligee, bercina lter cathed the Obligee. in the sum of Five Percent of Amount of Bid Dollars #S • 5% of Bid ) for the payment of which sutra wdl and truly to be made. the said Principal and the said Safety. bind ourselves,.our hoc, executes, administrators, slut's and assigns, Jointly and severally, firmly by these presents. WHEREAS, the Principal bas submitted a bid for Bid 10-57 Construction - Concrete Pad at Compost Facility Fayetteville, Arkansas NOW. TBEREFORE. if the Obligee shall wept the bid of the Principal and the Principal shall enter into a Contract with the Oblige in accordance wish the teens of suck bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient snrdy far the faithfid paormance of such Contract and tor the prompt payment of labor and material furnished in die prosecution thereof. or in the Milt of the failure of the Principal to cuter such Contract and give such bond or bonds. if the Principal shall pay to the Obligee the differenceriot to Vaned the penalty hereof between the amount specified in said bid and suck larger a not for which the Obligee may in good faith contract with another party to perform the Walk covered by said bit then this obligation shalt be null and void. otherwise to remain in fust force and effect. Signed and scaled this 17th day of 2010 Witness Witness N.E.C., Inc. tSaal) Principal Title tual Casual Com an dy ::gen • 4E ACE o1 THituicilim EN H-As"A-COLPRErilitAcKGROV N ON.WH ITE PAPER • BACK OF THIS DOCUMENT HAS A SIMULATED WATERMARK - pc]) AT AN AMA Eto VIEW - KNoliii:Aii- kill*: ' ' ' • v • - - *.,;.-.*:;•:. I.; 44.01604.1.:::**k , _ po „OA* 0Otoration ' .. :: '::;• Dakota tireilftenreted_ ' .. , i?ta:6Diporation • - IC-411;... -4-tik,0-- on Xnwsit , on. , - aVorperation..... , t.::3V,10 " -Pr ••:' : *004. :P-taV; .40ai.*IT:Ar:tnian -.:: •::" ;. iriiiirtintferte*J"natingi:411104044- •,•itle$Aiii>iporaii6V ' • 4'i;:iii tifilO,A c0.,.'litelelne4.411PPtit', , ••'=-4-`'`-'??. W.::: s• . --;:•-• '',.--;)! -,, .-..: ' :,-.i. -i=.f - , : •-• '''': , : 't. '".!,::,.'" -.:0 '..1.':' s.4,.i '-,z';': ''..','.• :<1( :. :..- • . heiete0.0.00Qii.*#ati:is-**Iy" OciAle040Y as 't,ornParges", each dgmbslthesE'116,t***# an.4rP3-:10:'''.- •. • PAlgtA.K,0340,..0044pitAiowpw!tigneiy.x:CASHION, J11, JUDYgoVgpoemi. • . 'lq • Komi.); •••.-Intege'eAiPi..**ETERPMAIDOA10, tilltig:lioc,KiftRKANSAS 4;1' .'" • ::;'j. '4'.::','',.: ':::',.::,i, --.,' • s,,..,:,...":.`•:4',":' -s, •• . • ,,, • , : .,„ • •-‘,; ..,...:: 4b;i1ti:4 a `'`.ti66-i'lid-t4c6fliRttcifria-tiwict 'It'itti'M POO' 46-e4uthottyjoarikrreci 0 siOn, seal, and execute its rewiiiiibd Mire 503116,0712lk E AUTHORITY IHDrVIDUAL A: •••••:. .„ • ;,jr • • • " • : . • y, ANYANDALLBONDS• . . . and thCpaUeby Off:!. eath;.6)*t Wiftdstry#Rts were signed ber.cyy the4915"rif410..05niey'patU6111.194p*4a heiegiratified ScieLcOefifined. :• . : ,? • •• • & e , • Alift•Ut> Pctr.t. ' • • • :•••• unless soonerre HoRrryFQ11.F.crAiERR.,F AUY • 4003* • - -•; : • • • : • • • ::•••••%.1 • • `....1****-7kaptr"-rtie'cie 41.-.Re.qtPpJaThtP .vpd.iiy the autholitysof lie feil6Ninttirniotkifilt.;40'0'ikisf• • „pts' 0,•,.' 4th,. of the.Co nipa• tes• at a .4*..Ating.44 :OepfAnYf .0a*1 OA field in 1999: • ',:";', :I; • -, 4A• •4` .':: • ' . •V--1:(' " 'Z': "--',`:'•• . .:• : -,f,' ?:•:•• , • • • -: • • , . • li0140,54,461.1 .6114xeiiiiii'44gl'ix•Mcie Presi;dent;:the too:kit:4,d 4r)!.1.5t,471peit: t,.4s fv. shall hOs•Power . :•.--... -i. - f r'''': an. und . .. ... .AmAtkolnu:Auur.e)o:140t ct..*11-tqw. them execute on bell@if et: oh Cony at4 ... . .-. ..-pf.tbe . pany theieto, bonds and .„,,. — . - ' • ''• len*,..*Itect'.0`00:01(yOlit•Ottlek•INTIUnge;Otilig%ory inthe•natUre theteotin (2fti:femoyellikud • 4they-irOnot at.e.nylk*AnOevOo th9:901,Ver11:1.41i . ..0... ' ' •-rre,*---*Afitokey..4in '' siii'vilidltiej and authdrity;:iebjectAifiti. rm'Otaifint.fg-dgotthq-... •-•13:f4.' • ,i'spiels,5q:. ..'. s., . ... • o.-egislite.gincr..deity4(..dri hada0- dff id:00ft Company theretei.bds. tiiidait*:0-*4114a ' :GO : .(§i'46110*.nct oter miittlitSFelittOa --/n• '10.0,--tti,"ereg'.0.W.J•k:%CfRietiUMent ex•S'entiO by any suckettonr.y-o*VialfbeItiltOMIn alt li)e.*.. JD: #41066,11.6 c4.70grly: *. Ceillije-4**•:16., q!iiii!i ita ' Otir-44§0501a •604-Verein Oede: by .an, diner df-Einplc,411i • 1,A&ti41,O..,ami-4004.ilia.Wnqrnf8ilAs . , ., . •. . s• "" ' - ' icailfteptotiged•siratere of such officer,. wh " ' ..Infojimitiared*.OhoreltePppe.inV...upon.e - birA -r- • n'ttii6::" ceittti-496fiY•Of•a*P0054.010:0)?4ROaati50iii*wkhe•4(104riaing upon tha tarePPO VA' ' Rs 16*-alitnikOwitip.OrfOriiRly94,i- v . A 4. LqTN.'a,....16'..15104000.4r.r004. ih6N4Atos6d-aasso- prams •to lie. • edfb each b •theit -w,. la-. ."•':'...nasb:: ::. :•.' :.,...:: • -- f .• . .. . , ... : - , : ' ',..49117:".:.a6::cf -• :':'• -•$*) "'At/414W ''''•••• . - ''''''',7:•,:T-, ' '•.'• '-i .6151,,./. , 1 •1•!....ea '. y. -- - -,•.°--T -91k-. thePfOrgfkleata•Ptelller*-AllitucLthie , .. ..... • • .... • re, . Notary Putilkin.elid-fer.:thes.toteAlowar' 1011YatkV4.4.4•4 . P-.10?..... 0: Kelley 04:Mich:a& -g. ,...... . .:... Freef, who being.tiy Me dulySwom, dill. Clhe-I.-ete:,: an' di3Ote_. ....-knottin..# : e •to Ile the ":‘74..1.'-'.•!•-•"' 7- •.—Cbainnan, Pretident.V10,Vbetgrien-, gpi*grof1444tiofttoi-qw -ety,-of :.r.-:'-'i•-••••saih.of ilia ComPanies --.tifidve;;Ihef . fs*. . 4..110-0s foot - b - atitherity. of 'their - ' • ' - ith . , dis; shit Wie sem:, .dg 4; i<4 :W.::: *Orations; .that.sai4rien::OenK . • if.;:ioat00,n ..-of_ ,..,.0111ie.Qor 'Free!, as skle4.101641;:41*. : stfe:.. Ft* 00#110•1110., be the. ... . tiry act and deed of eabh•, OilificPaPiqret=',:: ' ;..',.?";*:- ,r.:;:::',.; •-• •••;-;:-. , ', ,-:',,,*- • ' Viy Commission ExpiresOcidber1100:11: - . . • -: . ?'. fs2. '.: : . : • -7:.'•i'... '`: f; -,.. ' . , ,:- • • • -•,•-••• Ist••.f.' -iq N%-ii•O'reatioyii,kooka- mb ,411iP001„.E'9:1,10•00:5iv.• • .. ' • Nd • .; '•:: • • • .,,-?y ;:' • k',.. A): ":: • tRTIFICATE ' ',.' . ..‘,..... - • 1,-Di/id L. Ifix0 , xicia pi:ditli§lit et rivanies sdo<bereby Wifyitiat the foretitthg nesor fref tle B9O*1 're • • 41114.1*Ci WIS 1:''' . . c....5.NtOrneyA,Veff pi,t,rnitlereto on . . • " : 741410 f lAt M....,.. :41;• - if oi,A, l'• etsef(:: ,.. • ., • . gpns,:• '4�n.1400i,v1C Cashisiliilti.Judita.44.114401frt . p, jtt ,._. ., > §%:-''' ..r , :trire*E.404301ii 4141, • 4 day:Wit-440f i10,4 i ,ribkl I.mil* .I.Ti:. dR(,..-ad the facsimile sseiof:eaor,;:zcliii'ply '-7paitgLy • , . ...... •,..' ..!'• i:e-:..,.,(Y ,,,,..„,,:•.?.. • .)....r..y, - i4.. :* ... • O e ....,. : . •>•.....r..,.... f>.1 -x-.3,..% !'' ,,,,,,: • _ ...z...............04..rm._ __„,.;,..... _....1-_,...._ _,.. : • : ' '",li•-i ---• s vice,President For ve'rifitfOrisotth:e.--e.C.4,tioitY of the Power ofAttorney you may calf (515) 345-2685 aye evi le ARKANSAS Project Check List Bid 10-51, Construction — Concrete Pad at Compost Facility This checklist is for the Bidder's use in preparing & submitting a bid. It is not intended to include all details necessary to prepare a bid and shall not be used as a substitute for the requirements of the bid documents. Information is shown below only as a matter of convenience. Use of this checklist does not relieve the Bidder from the responsibility of meeting all requirements of the Specifications conceming the preparation of an acceptable bid. Bidders are welcome to use this form as a coversheet for a sealed envelope; however, using this form itself is NOT a requirement. 1-7r 5% Bid Bond of the amount bid accompanied by required documentation (Power of Attorney, etc.) - In lieu of a bid bond, the bidder may submit a cashier's check for at least five percent (5%) of the amount bid (inclusive of any deductive alternates). Cashiers checks shall be made payable to the City of Fayetteville, AR. All addenda shall be signed, acknowledged, and submitted on the appropriate forms (submitting the actual addendums or marking acknowledgement on other bid pages). FRAll line items shall be appropriately filled out and extended to reveal the line item price as well as the total bid price. Total base bid should be calculated in the provided space. ril All bidders shall submit a "Statement of Disclosure" on such form provided with the bid documents. rarAll pages provided with signature lines shall be appropriately signed, dated accordingly, and included with submitted bid documents H' All bid documents shall be delivered in a sealed envelope to the address listed below before the stated deadline on the coversheet of the bid. All bids should be delivered with the name of the bidder (contractor) on the sealed envelope as well as the bidders Arkansas Contractors License Number. City of Fayetteville, AR Purchasing Division - Suite 306 113 W. Mountain Fayetteville, AR 72702 Alec; CONTRACTOR NAME: c//VC ARKANSAS CONTRACTORS LICENSE NUMBER: O/9876OWO City of Fayetteville, AR Bid 10-57, Construction - Concrete Pad at Compost Facility Page 3 of 23 ave ev! le THE CITY OF FAYETTEVILLE, ARKANSAS ARKANSAS www.accessfayetteviile.org Bid 10-57 Addendum 1 Bid 10-57, Construction - Concrete Pad at Compost Facility City of Fayetteville — Purchasing Division 113 W. Mountain — Room 306 Fayetteville, AR 72701 Phone: 479.575.8220 E -Mail: aforen@ci.fayetteville.ar.us Date: Friday, September 10, 2010 To: All interested parties From: Andrea Foren, CPPB, Purchasing Agent Notice: This addendum is hereby made a part of the bid documents to the same extent as though it were originally included therein. Bidders should indicate their receipt of same in the appropriate blank listed herein. Failure to do so may subject vendor to disqualification. Addendum should be attached to the inside cover of the bidding documents, signed, and dated. 1. Contractor shall be responsible for removing and properly disposing of all removed material needed to conduct the scope of work. No dumpsters other than ones obtained from the City of Fayetteville will be allowed. Contractors are allowed to use own equipment for disposal. City of Fayetteville Solid Waste and Recycling has a 20 yard box available for $240 per pull with a disposal fee of $45.75 per ton. 2. Public will be entering the Solid Waste Recycling Center on Tuesdays and Thursdays for pick up of compost materials. Contractors need to use back entrance to the job site in order to avoid disruption. 3. Reference Page 6, Bid Form, Item C: Replace shown quantity of 629 with the correct project quantity of 459 cubic yards. Page 1 of 1 Acknowledge Addendum #1: Printed Name: M I". It4fcES SSy Signature: Title: V P /, .. Date: 13- /ci Company: NEC1 IN a. Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701 City of Fayetteville Bid 10-57, Construction — Concrete Pad at Compost Facility Statement of Disclosure — To Be Submitted With ALL Bids This page does not count towards page limitations set forth in this request for proposal or bid. Proposer must disclose any possible conflict of interest with the City of Fayetteville, including, but not limited to, any relationship with any City of Fayetteville employee. Your response must disclose if a known relationship exists between any principal or employee of your firm and any City of Fayetteville employee or elected City of Fayetteville official. If, to your knowledge, no relationship exists, this should also be stated in your response. Failure to disclose such a relationship may result in cancellation of a purchase and/or contract as a result of your response. This form must be completed and returned in order for your bid/proposal to be eligible for consideration. PLEASE CHECK ONE OF THE FOLLOWING TWO OPTIONS, AS IT APPROPRIATELY APPLIES TO YOUR IRM: 1.) NO KNOWN RELATIONSHIP EXISTS 2.) RELATIONSHIP EXISTS (Please explain) PLEASE FILL OUT THE SECTION BELOW AND SUBMIT THIS FORM WITH YOUR BID OR PROPOSAL: 1.) I, as an officer of this organization, or per the attached letter of authorization, am duly authorized to certify the information provided herein are accurate and true; and 2.) My organization shall comply with alt State and Federal Equal Opportunity and Non -Discrimination requirements and conditions of employment. ft, KL. itiscE55 y Pfinte • Name Si • nature q_11-20Ib Date City of Fayetteville, AR Bid 10-57, Construction — Concrete Pad at Compost Facility Page 23 of 23 STATEMENT OF INTENT TO PAY PREVAILING WAGES PROJECT: 10-57 CONSTRUCTION - CONCRETE PAD COMPOST FACILITY FAYETTEVILLE, ARKANSAS WASHINGTON COUNTY This is to certify that we, the following listed contractors, are aware of the wage requirements of the Arkansas Prevailing Wage Law and by signature below indicate our intent to pay no less than the rates established by Arkansas Prevailing Wage Determination Number 10-102 for work performed on the above noted public project. I understand that contractors who violate prevailing wage laws, i.e., incorrect classification/scope of work of workers, improper payments of prevailing wages, etc., are subject to fines and will be required to pay back wages due to workers. Signature and Title Business Name Address Phone# of Business Official General/Prime Contractor NEC , JNcc. T -12s 5 5? Ft �or,EL$ AR- 727S8 ` 7.3 -bar- ,S2`1 Electrical Subcontractor NA Mechanical Subcontractor NA Plumbing Subcontractor NA Roofing/ Sheet Metal Subcontractor Nle THE GENERAUPRIME CONTRACTOR IS RESPONSIBLE FOR GETTING THIS FORM FILLED OUT AND RETURNING IT TO THE ARKANSAS DEPARTMENT OF LABOR WITHIN 30 DAYS OF THE NOTICE TO PROCEED FOR THIS PROJECT. RETURN COMPLETED FORM TO THE ARKANSAS DEPARTMENT OF LABOR, PREVAILING WAGE DIVISION, 10421 W. MARKHAM, LITTLE ROCK, ARKANSAS, 72205. Protect Manual CITY OF FAYETTEVILLE ARKANSAS CONSTRUCTION -CONCRETE PAD AT COMPOST FACIIITY BID # 10-57 Date: September 2010 City of Fayetteville, AR Bid 10-57, Construction — Concrete Pad at Compost Facility Page 2 of 23 City of Fayetteville, All Bid 10-57, Construction — Concrete Pad at Compost Facility Project Manual Index SECTION: PAGE NUMBER Advertisement 5 Bid Form 6 Terms & Conditions 8 Instructions to Bidders 11 Project Specifications 19 Draft Contract 21 Statement of No -Bid (If Applicable) 23 ATTACHMENTS: # OF PAGES A) Arkansas Department of Labor Prevailing Wages 4 Pages B) Drawings (11X17) —1 Page 1_ Page City of Fayetteville, AR Bid 10-57, Construction — Concrete Pad at Compost Facility Page 4 of 23 City of Fayetteville Bid 10-57, Construction - Concrete Pad at Compost Facility Terms and Conditions 1. All bids shall be submitted in a sealed envelope and must be submitted on forms acquired by the vendor from the City of Fayetteville Purchasing website (www.accessfavetteville.oro). Bids with missing pages or missing any requested attachment are subject to being deemed incomplete. 2. The item bid and the bid number shall be stated on the face of the sealed bid envelope. 3. Bids received after the date and time set for receiving bids will not be considered. 4. The City reserves the right to accept or reject any or all bids, waive formalities in the bidding and make a bid award deemed to be in the best interest of the City. 5. Bidder is presumed to be familiar with all federal, state, and city laws, ordinances, and regulations which in any manner affect those engaged or employed in the Work, or the materials or equipment used, or that in any way affect the Work and shall in all respects comply with said laws, ordinances, and regulations. No claim of misunderstanding or ignorance on the part of Bidder or Proposer will in any way serve to modify the provisions of the contract. No representations shall be binding unless embodied in the contract. 6. The quantities listed are based on the needs of the City and availability of funds at the time bids are posted. The City shall be able to purchase more or less than the quantity indicated subject to availability of funds or change in needs. 7. The bid price shall remain good and firm until project is completed. Payment to the vendor by the City will be made within 30 days following delivery and acceptance in accordance with these specifications and the City's Purchase Order to the vendor. Faster payment is offered through acceptance of Visa. 8. All products delivered shall comply with applicable standards of quality. 9. Any exceptions to the specification requirements of the City of Fayetteville must be noted on the Bid Form. 10. Prices shall include all labor, materials, overhead, profit, insurance, shipping, freight, etc., to cover the fumishing of the items bid. Sales tax is not to be included in the bid price. Applicable Arkansas sales tax laws will apply to this bid, but will not be considered in award of the bid. 11. Each bidder shall state on the face of the bid form the anticipated number of days from the date of receipt of an order for delivery of equipment and installation to the City of Fayetteville. Failure to deliver on or before the time specified in the contract may subject the contractor to payment of damages or other appropriate sanctions. 12. Copy of the warranty shall accompany the bid, and any exceptions to the warranty shall be clearly noted on the bid form. Written warranties shall specify the greater of the manufacturer's standard warranty or the minimum warranty specified herein by the City. 13. Bidders must provide the City with their bids signed by an employee having legal authority to submit bids on behalf of the bidder. The entire cost of preparing and providing responses shall be borne by the bidder. City of Fayetteville, AR Bid 10-57, Construction - Concrete Pad at Compost Facility Page 8 of 23 14. The City reserves the right to request any additional information it deems necessary from any or all bidders after the submission deadline. 15. The request for bid is not to be construed as an offer, a contract, or a commitment of any kind; nor does it commit the city to pay for any costs incurred by bidder in preparation of bid. 16. If products and/or components other than those described in this bid document are proposed, the bidder must include complete descriptive literature and technical specifications. All requests for additional information must be received within five working days following the request. Each apparent low bid will be reviewed line by line to ensure compliance with specifications prior to recommendation for award. 17. Bids must be received by mail or hand delivery in the Purchasing Office, Room 306, 113 W. Mountain St. Fayetteville, AR 72701, on or before the time of closing listed on the face of the bid. No bids shall be accepted via e-mail or fax. 18. The City will not be responsible for misdirected bids. Vendor should call the Purchasing Office at (479) 575-8220 to insure receipt of their bid documents prior to opening time and date listed on the bid form. 19. Items bid must be delivered FOB to each job site. Units must be fully assembled, serviced, and ready for operation as delivered unless otherwise specified. No dealer/distributor logo or other identification will be installed other than standard manufacturer name badges and specification plates. 20. Any discrepancy between the specifications and plans should be brought to attention immediately, in writing, to Andrea Foren at aforen(Mci.fayetteville.ar.us . 21. Any reference to a particular brand or manufacturer is done in an effort to establish an acceptable level of quality for this project. Brands or manufacturers that are included in bid that are of at least equal quality, size, design, and specification as to what has been specified, will be acceptable for consideration only if approved by the City of Fayetteville Purchasing Division. The City of Fayetteville reserves the right to accept or reject any requested equal. 22. Price bid shall include warranty, including but not limited to parts and labor, at no additional cost to the City of Fayetteville, as specified herein. 23. NOTE: Any uncertainties shall be brought to the attention to Andrea Foren Immediately via telephone (479.575.8220) or e-mail ( aforen(5 ci.fayetteville.ar.us ). It is the intent and goal of the City of Fayetteville Purchasing Division to provide bid packets that provide a clear and accurate understanding of the scope of work to be completed and/or goods to be provided. We encourage all interested parties to ask questions to enable all bidders to be on equal bidding terms & documents. 24. "Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business enterprises." 25. The City of Fayetteville shall take ownership of product when products bid arrive undamaged at the specified shipping location. 26. ANY EXCEPTION TAKEN TO THESE SPECIFICATIONS AND BID DOCUMENTS SHALL BE • NOTED ON THESE DOCUMENTS. BIDDERS SHALL NOTE THE DIFFERENCE NEXT TO THE City of Fayetteville, AR Bid 10-57, Construction — Concrete Pad at Compost Facility Page 9 of 23 RELATED SPECIFICATION. THE CITY RESERVES THE RIGHT TO ACCEPT OR REJECT EXCEPTIONS TO SPECIFICATIONS. 27. Bidder must conform to the requirements listed below and include appropriate evidence for each.. Proof of appropriate insurance as well as performance and payment bond shall be provided before work begins and is not required for bid opening. Five percent bid bond shall be submitted with ALL bids exceeding $20,000. a. Workers Compensation as required by Arkansas State Statutes b. Bidder shall have general liability insurance as required at a minimum of $500,000.00 c. A bid bond of five percent (5%) must be submitted with all bids. A cashier's check for five percent (5%) of the amount bid will also be acceptable as a replacement to a bid bond. In the event a cashiers check is submitted AND that vendor is awarded the bid, the bid bond will not be returned until the City of Fayetteville has a valid one hundred (100) percent performance and payment bond. d. A 100% performance and payment bond is required within ten (10) calendar days after a contract has been signed by all parties. The performance and payment bond shall be received by the City of Fayetteville BEFORE any work is done on the project. The performance and payment bond must be presented to the City AFTER it has been stamped by the Washington County Clerk's Office. e. A current valid State of Arkansas Contractor's License is required for all bids submitted that exceed $20,000.00. Contractor's License shall be valid at time of bid throughout project completion. Failure to justify a current Arkansas Contractor's License shall result in your bid being rejected. f. All costs noted in this bid shall be included with total bid price submitted. g. Insurance required — to be provided to City after contract award: Bidder shall furnish a certificate of insurance addressed to the City of Fayetteville, showing that he/she carries the following insurance which shall be maintained throughout the term of the Contract. Any work sublet, the contractor shall require the subcontractor similarly to provide worker's compensation insurance. In case any employee engaged in work on the project under this contract is not protected under Worker's Compensation Insurance, Bidder shall provide and shall cause each Subcontractor to provide adequate employer's liability insurance for the protection of such of his employees as are not otherwise protected. I. Workmen's Compensation — Statutory Amount ii. Comprehensive General & Automobile Insurance: 1. Bodily Injury Liability — $500,000 for each person injured. 2. Each Accident — $1,000,000 iii. Property Damage Liability — $1,000,000 aggregate. 28. Attachment A which consists of the Arkansas Department of Labor Prevailing Wage Determination, is included with this bid packet. 29. Attachment B which consists of a stamped drawing is included in this bid packet. City of Fayetteville, AR Bid 10-57, Construction — Concrete Pad at Compost Facility Page 10 of 23 City of Fayetteville Bid 10-57, Construction — Concrete Pad at Compost Facility Instructions to Bidders INSTRUCTIONS TO BIDDERS PART ONE - DEFINED TERMS 1.1 Terms used in these Instructions to Bidders which are defined in the General Conditions have the meanings assigned to them in the General Conditions. Certain additional terms used in these Instructions to Bidders have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2 Bidder - one who submits a Bid directly to City of Fayetteville as distinct from a sub -bidder, who submits a bid to a Bidder. 1.3 Issuing Office - the office from which the Bidding Documents are to be issued and where the bidding procedures are to be administered. 1.4 Successful Bidder - the lowest, responsible, and responsive Bidder to whom the City of Fayetteville (on the basis of the City of Fayetteville's evaluation as hereinafter provided) makes an award. 1.5 Local time — the time in Fayetteville, Arkansas on the due date of the deadline. Bids shall be received before 2:00:00 as shown by the atomic dock located in the Purchasing Division Office. PART TWO - COPIES OF BIDDING DOCUMENTS 2.1 Complete sets of the Bidding Documents in the number and for the deposit sum, if any, stated in the Advertisement for Bids may be obtained from the Issuing Office. 2.2 Complete sets of Bidding Documents must be used in preparing Bids. Neither City of Fayetteville nor Architect assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2.3 City of Fayetteville and Architect in making copies of Bidding Documents available on the above terms do so only for the purpose of obtaining Bids for the Work and do not confer a license or grant for any other use. PART THREE - EXAMINATION OF SITE AND CONTRACT DOCUMENTS 3.1 Bidders are advised that the Drawings and Specifications are on file at the City of Fayetteville Purchasing Division, and shall constitute all of the information which the City of Fayetteville shall furnish. No other information given or sounding made by the City of Fayetteville or any official thereof, prior to the execution of said contract, shall ever become a part of, or change the contract, drawings, specifications and estimates, or be binding on City of Fayetteville. Prior to submitting any Bid, Bidders are required to: read carefully the Specifications, contract, and Bonds; examine carefully all Drawings; visit the site of the Work to carefully examine local conditions; inform themselves by their independent research and sounding of the difficulties to be encountered, and all attending circumstances affecting the cost of doing the work, and the time specified for its completion; and obtain all information required to make an intelligent bid. City of Fayetteville, AR Bid 10-57, Construction — Concrete Pad at Compost Facility Page 11 of 23 3.2 Bidders shall rely exclusively upon their surveys, estimates, investigations, and other things which are necessary for full and complete information upon which the bid may be made and for which a contract is to be awarded. The Bid Form, providing for unit and lump sum prices bid by the Contractor, contains a statement that all bids are made with the full knowledge of the difficulties and conditions that may be encountered, the kind, quality and quantity of the plans, work to be done, excavation, and materials required and with full knowledge of the drawings, profiles, specifications, and estimates and all provisions of the contract and Bonds. 3.3 Bidders shall promptly notify Architect of all conflicts, errors, ambiguities, or discrepancies which Bidder has discovered in or between the Contract Documents and such other related documents. 3.4 Information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based upon information and data furnished to City of Fayetteville and Architect by City of Fayetteville's of such Underground Facilities or others, and City of Fayetteville and Architect do not assume responsibility for the accuracy or completeness thereof unless it is expressly provided otherwise in the Supplementary Conditions. 3.5 On request, City of Fayetteville will provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests, and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests, and studies. 3.6 Reference is made to the General Requirements for the identification of the general nature of work that is to be performed at the site by City of Fayetteville or others (such as utilities and other prime contractors) that relates to the work for which a Bid is to be submitted. On request, and as available, City of Fayetteville will provide to each Bidder, for examination, access to or copies of Contract Documents (other than portions thereof related to price) for such work. 3.7 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 3, that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences, or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, that Bidder has given Architect written notice of all conflicts, errors, ambiguities, and discrepancies that Bidder has discovered in the Contract Documents and that the written resolutions thereof by Architect are acceptable to Bidder, and that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. PART FOUR - AVAILABILITY OF LANDS FOR WORK AND WORK BY OTHERS 4.1 The lands upon which the Work is to be performed, rights -of -way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment, or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City of Fayetteville unless otherwise provided in the Contract Documents. PART FIVE - INTERPRETATION OF CONTRACT DOCUMENTS AND ADDENDA 5.1 If any person contemplating submitting a bid for construction of the Work is in doubt as to the true meaning of any part of the proposed Contract Documents or finds discrepancies in or omissions from any part of the proposed Contract Documents, he should submit a written request for interpretation City of Fayetteville, AR Bid 10-57, Construction — Concrete Pad at Compost Facility Page 12 of 23 thereof to the Architect not later than seven days before the date set for bid opening. The person submitting the request shall be responsible for its prompt delivery. 5.2 Interpretation or correction of proposed Contract Documents will be made only by Addendum to all holders of Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. City of Fayetteville will not be responsible for any other explanations or interpretations of the proposed Contract Documents. 5.3 Addenda may also be issued to modify the Bidding Documents as deemed advisable by City of Fayetteville or Architect. 5.4 Bidder assumes all responsibility for checking the City's website at www.accessfayetteville.org for updates and addenda issued to this project. PART SIX - APPROXIMATE ESTIMATE OF QUANTITIES 6.1 Architect's estimate of quantities is approximate only and shall be the basis for receiving unit price bids for each item but shall not be considered by Bidders as actual quantities that may be required for the completion of the proposed work. However, such quantities, at the unit and lump sum prices bid for each item, shall determine the amount of each bid for comparison of Bids and aid in determining the low and responsive Bidder for the purpose of awarding the contract, and will be used as basis for fixing the amount of the required Bonds. PART SEVEN - UNIT PRICES 7.1 Bidders must state a price for each item of work named in the Bid Form. Unit and Lump Sum prices shall include amounts sufficient for the furnishing of all labor, materials, tools, equipment, and apparatus of every description to construct, erect, and finish completely all of the work as called for in the Specifications or indicated on the Drawings. 7.2 Prices bid on the various items in the Bid Form shall bear a fair relationship to the cost of the work to be done. Bids which appear unbalanced and are deemed not to be in the best interest of City of Fayetteville may be rejected at the discretion of City of Fayetteville. 7.3 By submission of a Bid, Bidder represents that Bidder has considered the entire Project and the Work required, and has reviewed the Drawings and Specifications to verify the full scope of the Work. PART EIGHT - BID FORM 8.1 Bids are due as indicated in the Advertisement for Bids. 8.2 Bids must be made out in ink on the Bid Form included in these Bidding Documents. Bid Form shall not be removed from the bound Project Manual, nor shall bids be submitted on a photocopy of the Bid Form. The unit price or lump sum bid for each item must be stated In figures and in words in the appropriate blank spaces provided on the Bid Form. The figures must be clear and distinctly legible so that no question can arise as to their intent and meaning. In case of a difference in the written words and figures, the amount stated in written words shall govern. Discrepancies between the multiplication of units of Work and unit prices will be resolved in 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. 8.3 Bids which are incomplete, unbalanced, conditional, or obscure or which contain additions not called for, erasures, alterations, or irregularities of any kind or which do not comply with these Instructions to City of Fayetteville, AR Bid 10-57, Construction - Concrete Pad at Compost Facility Page 13 of 23 Bidders may be rejected as informal or non -responsive at the option of City of Fayetteville. However, City of Fayetteville reserves the right to waive technicalities as to changes, alterations, or revisions and to make the award in the best interest of City of Fayetteville. 8.4 Address bids to City of Fayetteville, and deliver to the address given in the Advertisement For Bids on or before the day and hour set for opening the bids. Enclose the completed Bid Form and Project Manual in a sealed envelope bearing the title of the project, the name of the Bidder, Bidder's Arkansas Contractor's License Number, and the date and hour of the bid opening. If this sealed envelope is delivered by a public carrier, it must be contained in another envelope addressed to City of Fayetteville and the attention of the project name. It is the sole responsibility of Bidder to see that the Bid is received on time. 8.5 Acceptance of Alternate Bids is at the City of Fayetteville's discretion, as best services the City of Fayetteville's interest. Each deductive alternate is provided for on the Bid Form. The price of the Bid for each alternate will be the amount to be deducted from the price of the Total Base Bid if the City of Fayetteville selects any of the alternates. The unit price amount for each alternate shall be the same as the unit price amount listed in the Bid. 8.6 No Bidder shall divulge the information in the Bid to any person whomsoever, except those having a partnership or other financial interest with him in the Bid, until after the bids have been opened. PART NINE - SIGNATURE ON BIDS 9.1 If the Bid is made by an individual, the firm name must be given, and the Bid Form signed by the individual or a duly authorized agent. If the Bid is made by a partnership, the firm name and the names of each member must be given, and the Bid signed by a member of the partnership, or a person duly authorized. If the Bid is made by a company or corporation, the company or corporate name must be given and the Bid signed by an officer or agent duly authorized. The corporate seal must be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation must be shown below the signature. 9.2 All names must be typed or printed in black ink below the signature. 9.3 The address and telephone number for communications regarding the Bid must be shown. 9.4 Powers of attorney, properly certified, for agents and others to sign Bids must be in writing and filed with City of Fayetteville. 9.5 The Bid shall also contain a signed acknowledgment of receipt of all Addenda. PART TEN - BID SECURITY 10.1 Bid security, in the form of a bid bond, certified check, or similar financial instrument, in the amount stated in the Advertisement For Bids, must accompany each bid. Bid bonds for the difference in price between low bidder and second low bidder will not be acceptable. The Successful Bidder's security will be retained until City of Fayetteville receives a signed Agreement and required Bonds and Certificates of Insurance. If the Successful Bidder fails to execute and deliver the Agreement and furnish the required contract security within fifteen days after the Notice of Selection, City of Fayetteville may annul the Notice of Selection and the Bid security of that Bidder will be forfeited. 10.2 The City of Fayetteville reserves the right to retain the security of the three low bidders until the Successful Bidder enters into the Contract or until sixty (60) days after bid opening, whichever is sooner. Cash equivalent security of the second and third low bidder may be exchanged for an City of Fayetteville, AR Bid 10-57, Construction — Concrete Pad at Compost Facility Page 14 of 23 equivalent bid bond after bid tabulations are complete or thirty (30) days after bid opening, whichever is sooner. If any Bidder refuses to enter into an Agreement, City of Fayetteville may retain Bidder's bid security as liquidated damages but not as a penalty. PART ELEVEN - PERFORMANCE BOND AND PAYMENT BOND 11.1 Prior to signing the Agreement, Contractor shall furnish a surety performance Bond and a payment Bond, equal to one hundred percent of the contract price. 11.2 Contractor shall pay all expenses in connection with the obtaining of said Bonds. The Bonds shall be conditioned that Contractor shall faithfully perform the contract and shall pay all indebtedness for labor and materials furnished or performed in the construction of such alterations and additions as prescribed in this contract. 11.3 The surety company issuing the Bonds must be a solvent company on the "Surety Companies Annual List" issued by the U.S. Department of the Treasury, and the Bonds are not to be issued in an amount greater than the underwriting limitations for the surety company as set out therein. 11.4 In Arkansas, prevailing law requires that performance and payment Bonds on public works contracts shall be executed by a resident local agent who is licensed by the Insurance Commissioner to represent the surety company executing said Bonds and filing with such Bonds his Power of Attorney as his authority. The mere countersigning of the Bonds will not be sufficient. 11.5 The date of the Bonds, and of the Power of Attorney must not be prior to the date of the contract. At least two originals of the Bonds shall be furnished, each with Power of Attorney attached. 11.6 Bonds are to be approved by City of Fayetteville. If any Bonds contracted for become unsatisfactory or unacceptable to City of Fayetteville after the acceptance and approval thereof, Contractor, upon being notified to that effect, shall promptly execute and furnish acceptable Bonds in the amounts herein specified. Upon presentation of acceptable Bonds, the unsatisfactory Bonds may be canceled at the discretion of Contractor. PART TWELVE - CONTRACT TIME 12.1 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 is outlined in the Bid Form. PART THIRTEEN - LIQUIDATED DAMAGES 13.1 Provisions for liquidated damages, if any, are set forth in the Bid Form. PART FOURTEEN - SUBCONTRACTORS SUPPLIERS AND OTHERS 14.1 Contractor shall not assign or sublet all or any part of this contract without the prior written approval of City of Fayetteville nor shall Contractor allow such subcontractor to commence work until approval of workman's compensation insurance and public liability insurance as may be required. Approval of each subcontract by City of Fayetteville will in no manner release Contractor from any obligations as set out in the Drawings, Specifications, contract, and Bonds. City of Fayetteville, AR Bid 10-57, Construction — Concrete Pad at Compost Facility Page 15 of 23 PART FIFTEEN - SUBSTITUTE AND "OR EQUAL" ITEMS 15.1 Any reference to a particular brand or manufacture is in an effort to establish an acceptable level of quality for this purchase. Brands or manufacturers that are included in a bid that are of at least equal quality, size and specification as to what has been specified, will be acceptable for consideration. PART SIXTEEN - COMPLIANCE WITH STATE LICENSING LAW 16.1 A Contractor's License is required to bid this project, however, prior to executing the agreement with the City of Fayetteville, the Contractor shall be licensed in accordance with the requirements of Act 150, Arkansas Acts of 1965, the "Arkansas State Licensing Law for Contractors" for bids in excess of $20,000. PART SEVENTEEN - QUALIFICATIONS AND RESPONSIBILITY OF BIDDERS 17.1 To demonstrate qualifications to perform the Work, each Bidder must be prepared to submit within five days after bid opening, upon City of Fayetteville's or Architect's request, detailed written evidence such as financial data, present commitments, and other such data as may be called for. Each Bid must contain evidence of Bidder's qualification to do business In the State of Arkansas. PART EIGHTEEN - DISQUALIFICATIONS OF BIDDERS 18.1 Any one or more of the following may be considered as sufficient for the disqualification of bidders and the rejection of Bids. 18.2 More than one Bid Form for the same work from an individual, firm, partnership, or corporation under the same or different names. 18.3 Evidence of collusion among bidders. Participants in such collusion may receive no recognition as bidders for any future work. 18.4 Unbalanced Bid Forms in which the prices for some items are out of proportion to the prices for other items, or changes written in, or amendments by letter, or failure to submit a unit price for each item of work for which a bid price is required by the Bid Form, or failure to include all required contract documents. 18.5 Lack of competency as revealed by the financial statement, experience, plant, and equipment statements submitted. Lack of responsibility as shown by past work judged from the standpoint of workmanship and progress. 18.6 Uncompleted work which, in the judgment of City of Fayetteville, might hinder or prevent the prompt completion of additional work if awarded. 18.7 Being in arrears on existing contracts, in litigation with City of Fayetteville, or having defaulted on a previous contract. PART NINETEEN - OPENING OF BIDS 19.1 Bids will be opened and read aloud publicly at the place where Bids are to be submitted in a room to be designated by City of Fayetteville the day of the bid opening. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. PART TWENTY - CONSIDERATION OF BIDS City of Fayetteville, AR Bid 10-57, Construction — Concrete Pad at Compost Facility Page 16 of 23 20.1 After the bids are opened and read, the quantities will be extended and totaled in accordance with the bid prices of the accepted Bids. This review of the Bids will confirm the low bidder. 20.2. In evaluating Bids, City of Fayetteville will consider the qualifications of Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices, and other data as may be requested in the Bid Form or prior to the Notice of Selection. 20.3 City of Fayetteville may consider the qualifications and experience of 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 in the Supplementary Conditions. City of Fayetteville also may consider the operating costs, maintenance requirements, performance data, and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Selection. PART TWENTY-ONE - RIGHT TO REJECT BIDS 21.1 City of Fayetteville reserves the right to reject any and all Bids, to waive technicalities, and to advertise for new bids. All Bids are subject to this reservation. City of Fayetteville reserves to itself the right to decide which shall be deemed the lowest responsive and responsible Bid. Due consideration will be given to the reputation, financial ability, experience and equipment of the Bidder. 21.2 City of Fayetteville also reserves the right to waive informalities not involving price, time or changes in the Work and to negotiate contract terms with the Successful Bidder. PART TWENTY-TWO - AWARDING OF CONTRACT 22.1 City of Fayetteville reserves the right to withhold the awarding of a contract a reasonable period of time from the date of opening bids, not to exceed sixty (60) days except with the consent of the Successful Bidder. The awarding of a contract upon a successful Bid shall give the Bidder no right to action or claim against City of Fayetteville upon the contract until the contract is reduced to writing and signed by the contracting parties. The letting of a contract shall not be complete until the contract is executed and the necessary Bonds approved. PART TWENTY-THREE - RETAINAGE 23.1 Provisions concerning retainage and Contractor's rights to deposit securities in lieu of retainage are set forth in the Agreement. PART TWENTY-FOUR - SIGNING OF AGREEMENT 24.1 When City of Fayetteville gives a Notice of Selection to the Successful Bidder, it will be accompanied by the number of unsigned counterparts of the Agreement as indicated in the Supplementary Conditions, with all other written Contract Documents attached. Within ten (10) days thereafter, Contractor shall sign and deliver the required number of counterparts of the Agreement and attached documents to City of Fayetteville with the required Bonds & Certificate of Insurance. Within ten (10) days thereafter City of Fayetteville shall deliver one fully signed counterpart to Contractor. PART TWENTY-FIVE - MATERIALS GUARANTY 25.1 Before any contract is awarded Bidder may be required to furnish a complete statement of the origin, composition, or manufacture of any or all materials proposed to be used in the construction of the City of Fayetteville, AR Bid 10-57, Construction - Concrete Pad at Compost Facility Page 17 of 23 Work, together with samples, which may be subjected to tests provided for in the Specifications to determine their quality and fitness for the Work. PART TWENTY-SIX - FAMILIARITY WITH LAWS 26.1 Bidder is presumed to be familiar with all federal, state, and city laws, ordinances, and regulations which in any manner affect those engaged or employed in the Work, or the materials or equipment used, or that in any way affect the Work and shall in all respects comply with said laws, ordinances, and regulations. No claim of misunderstanding or ignorance on the part of Contractor will in any way serve to modify the provisions of the contract. No representations shall be binding unless embodied in the contract. PART TWENTY-SEVEN - ADDITIONAL LAWS AND REGULATIONS Bidders' attention is called to the following laws and regulations which may have an impact on the Work and on the preparation of the Bid. 27.1 Americans With Disabilities Act 27.2 Storm water discharge regulations, enacted under the Clean Water Act and administered by the Arkansas Department of Environmental Quality (ADEQ) under a general permits program. Contractor may be required to obtain coverage under general permit ARR001000 prior to commencing work at the site. 27.3 Arkansas Act 291 of 1993, dealing with excavation safety, signed into law on March 1, 1993. 27.4 Davis Bacon Wage Rates apply to this project. The current wage rates as of 07.23.10 are provided with this bid; however, awarded contractor shall be responsible for paying the most current set of wage rates determined. 27.5 American Recovery and Reinvestment Act (ARRA) Provisions: Buy American Clause — Section 1605 of the Recovery Act requires that all iron, steel, and manufactured goods used in the project must be produced within the United States except as provided in the following: 27.5.1 The cost of the domestic iron, steel, and/or manufactured goods would be unreasonable. The cost of domestic iron, steel, or manufactured goods used in the project is unreasonable when the cumulative cost of such material will increase the cost of the overall project by more than 25 percent; 27.5.2 The iron, steel, and/or manufactured good is not produced, or manufactured in the United States in sufficient and reasonably available quantities and of a satisfactory quality; or 27.5.3 The application of the restriction of section 1605 of the Recovery Act would be inconsistent with the public interest. 27.5.4 If all received quotes do not meet the Section 1605 of the Recovery Act the City of Fayetteville is required to receive independent verification from the Federal Government to move forward. PART TWENTY-EIGHT — PAST EXPERIENCE REQUIRED 28.1 All bidders shall have past experience in providing similar work as described for this project. All bidders must have past experience of at least three (3) projects within the last three (3) years unless less experience is approved and granted by the City of Fayetteville. The City of Fayetteville reserves the right to reject for inadequate experience. City of Fayetteville, AR Bid 10-57, Construction — Concrete Pad at Compost Facility Page 18 of 23 City of Fayetteville Bid 10-57, Construction — Concrete Pad at Compost Facility Project Specifications 1) "Attachment B: Site Drawing" shall be made part of these bid documents. Bidders shall follow all instructions, elevations and notes listed on plans. 2) All concrete shall have a broom finish. 3) Concrete shall be 4000 psi and 8" thick. Mix of concrete shall be approved by the engineer. 4) Concrete shall be sprayed with concrete cure and seal after broom finish is applied. 5) Air entrainment shall be within a range of 5%-7%. 6) Finished concrete pad shall have no footing or curb. Finished product will be a floating pad. 7) Site shall be restored to original condition prior to contractor arriving to complete project. 8) At all times, site shall remain clean and organized of any construction debris and materials. 9) Any use of a dumpster shall be obtained through the City of Fayetteville, Solid Waste and Recycling Division. 10) Any materials that can be recycled shall be recycled. 11) All work or materials which are not directly noted in the Scope of Work but are necessary for the proper execution of the obvious intentions thereof are to be understood as implied work and will be provided for by the contractor as if specifically described or drawn. 12) All measurements are nominal measurements. It will be the responsibility of the contractor to construct the slab so that that the finished slab is level with the existing slabs as indicated on the plans. 13) All backfill grading shall be the responsibility of the City of Fayetteville. 14) All contraction joints shall be sealed with sonolastic material, such as Sonneborn NP -1 or equal. 15) Concrete testing is required in four (4) areas as indicated in the notes on the plans. 16) Joint sealer shall be installed on the Y2" expansion material installed against existing concrete slab. 17) All bidders are encouraged to visit the site by contacting Brian Pugh at 479-575-8398. 18) Wire mesh shall be 6x6xW4 gauge wire. Wire mesh shall be installed in the areas as designated on the plan. City of Fayetteville, AR Bid 10-57, Construction — Concrete Pad at Compost Facility Page 19 of 23 19) Contractor shall be responsible for saw cutting existing concrete in damaged areas to provide a straight clean edge for expansion joint material, and caulking. 20) All removed concrete debris from the existing pad as shown on plans, shall be left on site in a designated area as specified by the City of Fayetteville, Solid Waste Division. a. Deductive Alternate 1 shall be the price for the City paying for 459 cubic yards of concrete. Deductive Alternate I shall be used to figure a per unit price basis for cubic yards of concrete. b. In the event Deductive Alternate 1 is not exercised, contractor has the right to request a change order for additional square yards of concrete required to finish the project based on 8" thickness slab and as indicated on the plans. Change order will be considered if it is reasonable. The City will not pay for change orders resulting in contractor's error. 21) All bidders shall base bid amounts on pouring slab in 3 pours or sections, section 1 driveway section 2 Western half of the slab and section 3 Eastern half of the slab. Pour sections can be changed with prior approval from the Engineer. 12" long 3/4" diameter Dowel bars are to be installed at 18" on center where construction joints are constructed, with 6" in each slab. 22) Payment terms shall be Net 30 from the date of accepted invoice. Payments arrangements may be conducted faster if vendor accepts Visa Cards. 23) REMINDER: A valid State of Arkansas Contractors License is required for all bids. 24) REMINDER: A bid bond or cashier's check shall be submitted for at least five (5) percent of your "Maximum bid amount" (refer to "Item A" on Bid Form). 25) NOTICE: PRICE BID SHALL BE BASED ON THE QUANITITIES LISTED. IN THE EVENT "TOTAL ACTUAL CUBIC YARD QUANTITY" IS GREATER THAN 459 CUBIC YARDS, A CHANGE ORDER WILL BE PROCESSED. CUBIC YARD ITEM PRICING SHALL BE FIGURED BASED OFF OF DEDUCTIVE ALTERNATE I TO GET A PER CUBIC YARD PRICE. THE CITY WILL NOT PAY CHANGE ORDERS THAT RESULT FROM CONTRACTOR'S ERROR. 26) Contract time shall be thirty (30) calendar days from the Notice to Proceed. City of Fayetteville, AR Bid 10-57, Construction — Concrete Pad at Compost Facility Page 20 of 23 City of Fayetteville Bid 10-57, Construction — Concrete Pad at Compost Facility Draft Contract — Between City and Contractor This contract executed this day of , 2010, between the City of Fayetteville, Arkansas, and In consideration of the mutual covenants contained herein, the parties agree as follows: at its own cost and expense shall furnish all labor, materials, supplies, machinery, equipment, tools, supervision, bonds, insurance, tax permits, and all other accessories and services necessary to complete items bid per Bid 10-57 as stated in bid proposal, and in accordance with specifications attached hereto and made a part hereof under Bid 10-57, all included herein as if spelled out word for word. 2. The City of Fayetteville shall pay based on their bid proposal in an amount not to exceed $ . Payments will be made after approval and acceptance of work and submission of invoice. Payments will be made approximately 30 days after receipt of invoice. 3. The Contract documents which comprise the contract between the City of Fayetteville and consist of this Contract and the following documents attached hereto, and made a part hereof: A. Bid form identified as Invitation to Bid 10-57 with the specifications and conditions typed thereon. B. bid proposal. C. The Notice to Prospective Bidders and the Bid Tabulation. 4. These Contract documents constitute the entire agreement between the City of Fayetteville and and may be modified only by a duly executed written instrument signed by the City of Fayetteville and 5. shall not assign its duties under the terms of this agreement. 6. agrees to hold the City of Fayetteville harmless and indemnify the City of Fayetteville, against any and all claims for property damage, personal injury or death, arising from performance of this contract. This clause shall not in any form or manner be construed to waive that tort immunity set forth under Arkansas Law. 7. shall furnish a certificate of insurance addressed to the City of Fayetteville, showing that he carries the following insurance which shall be maintained throughout the term of the Contract. Any work sublet, the contractor shall require the subcontractor similarly to provide worker's compensation insurance. In case any employee engaged in work on the project under this contract is not protected under Worker's Compensation Insurance, shall provide and shall cause each Subcontractor to provide adequate employer's liability insurance for the protection of such of his employees as are not otherwise protected. Workmen's Compensation Statutory Amount Comprehensive General & City of Fayetteville, AR Bid 10-57, Construction — Concrete Pad at Compost Facility Page 21 of 23 Automobile Insurance Bodily Injury Liability $500,000 for each person injured. $1,000,000 for each accident. Property Damage Liability $1,000,000 aggregate. The premiums for all insurance and the bond required herein shall be paid by 8. to furnish proof of licensure as required by all local and state agencies. 9. This contract may be terminated by the City of Fayetteville or with 10 days written notice. 10. Freedom of Information Act: City of Fayetteville contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. 25-19-101 et. Seq.). Only legally authorized photo coping costs pursuant to the FOIA may be assessed for this compliance. 11. Changes in Scone or Price: Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. WITNESS OUR HANDS THIS DAY OF . 2010. CITY OF FAYETTEVILLE, FAYETTEVILLE, ARKANSAS LIONELD JORDAN, Mayor Attest: Sondra Smith, City Clerk CONTRACTOR BY NAME AND TITLE ATTEST: COMPANY SECRETARY BUSINESS ADDRESS City of Fayetteville, AR Bid 10-57, Construction — Concrete Pad at Compost Facility Page 22 of 23 MIKE BEEBE STATE OF ARKANSAS GOVERNOR 1 ARKANSAS DEPARTMENT OF LABOR PREVAILING WAGE DMSION 10421 WEST MARKHAM . LITTLE ROCK, AR 72205-2190 Phone: 501-682-4536 Fax: 501-682-4508 TRS: 800-285-1131 September 7, 2010 Andrea Foren City of Fayetteville 113 West Mountain Fayetteville, AR 72701 JAMES SALKELD DIRECTOR Re: 10-57 CONSTRUCTION - CONCRETE PAD COMPOST FACILITY FAYETTEVILLE, ARKANSAS WASHINGTON COUNTY Dear Ms. Foren: In response to your request, enclosed is Arkansas Prevailing Wage Determination Number 10-102 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. 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 Pay Prevailing 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. office. When you issue the Notice to Proceed for this project, please send a copy of the notice to my If you have any questions, please call me at (501) 682-4536 or fax (501) 682-4508. Sincerely, Lorna K. Smith Prevailing Wage Division Enclosures Arkansas Department of Labor Prevailing Wage Determination HEAVY RATES Date: 9/7/2010 Project: 10-57 Construction - Concrete Pad Site: Compost Facility City: Fayetteville, Arkansas Project County: Washington Determination #: 10-102 Expiration Date: 3/7/2011 Survey#: 710-AH05 CLASSIFICATION Basic Hourly Rate Fringe Benefits Bricklayer/Pointer, Cleaner, Caulker $11.45 $1.92 Carpenter $15.50 $0.40 Concrete Finisher/Cement Mason $11.45 $1.92 Electrician/Alarm Installer $21.30 $7.81 Ironworker (Including Reinforcing Work) $16.30 Laborer $12.00 $0.28 Pipelayer $11.80 $2.61 Truck Driver $14.10 $2.61 Asphalt Paving Machine $11.45 $1.92 Backhoe - Rubber Tired (1 yard or less) $13.65 $1.88 Bulldozer, finish $14.60 Bulldozer, rough $11.45 $1.92 Distributor $11.45 $1.92 Front End Loader, finish $13.70 Front End Loader, rough $11.45 $1.92 Mechanic $14.70 Motor Patrol, finish $11.45 $1.92 Motor Patrol, rough $11.45 $1.92 Roller $11.45 $1.92 Scraper, finish $11.45 $1.92 Scraper, rough $11.45 $1.92 Trackhoe $15.85 $2.61 Crane, Derrick, Shovel, Dragline & Backhoe $14.90 Welders -receive rate prescribed for craft performing operation to which welding is Incidental. Certified 7/13/2010 Classifications that are required, but not fisted above, must be requested in writing from the Arkansas Deparbnent of Labor, Prevailing Wage Division. Please call (501) 682-4536 fora request form. 9/7/2010 9:53 AM Page 1 of 1 ma ca —m O g .4;x. my 'i.';'• p� au S0 ~RI y cam r7 o I_ ao;. m z f i Y J m N 'U, oO�9ve'w.+���46'� moo,' alppz(nSv�2ya�_ ��5 Am dP1 O^J�K$m>2Sm I 2 m OOOk P `W� ii___ �y a ��'�ig job&S m� y fo Y / i _11mg o m CITY OF FAYETTEWLLE UTILITIES DEPARTMENT ::: SOLID WASTE DIVISION 113 W_ MOUNTAIN �,„ „,d. CONCRETE PAD LAYOUT 2 Dean Crowder Construction, Inc. $110,000.00 3 Fochtman Enterprises, Inc. $167,975.00 4 Ground Zero Construction, Inc. $84,726.90 5 Kim Hoadley Construction Co., Inc. $93,496.00 6 N.E.C., Inc. $77,500.00 7 RJR Enterprises, Inc. $98,973.00 8 Seven Valleys Concrete, LLC $90,850.00 *NOTICE: Bid award is contingent upon vendor meeting minimum specifications and formal authorization by City officials. CERTIFIEQ: (SLJIQ P. VICE, PURCH ti� C WITNESS iRo