HomeMy WebLinkAbout106-91 RESOLUTION•
RESOLUTION NO. 106-91
A RESOLUTION APPROVING A CONTRACT WITH
MCCLINTON-ANCHOR FOR THE CONSTRUCTION OF
BRIDGE AND ROADWAY IMPROVEMENTS OF THE
EXISTING MUD CREEK BRIDGE.
BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the Mayor and City Clerk are hereby
authorized and directed to execute a contract in the amount of
$197,890.00 for the construction- of bridge and roadway
improvements to the existing Mud Creek bridge. A copy of the
contract authorized for execution hereby is attached hereto marked
Exhibit "A" and made a part hereof.
PASSED AND APPROVED this 4th day of
APPROVED:
B
C'4n
= ATTEST:
j
vs. By'
`r''-City'Cerk
• sx
June , 1991.
Mayor
CONTRACT
City
SPECIFICATIONS AND CONTRACT DOCUMENTS
MICROFILMED
OLD WIRE ROAD - MUD CREEK
1 BRIDGE REPLACEMENT
�1
1
P
1
j
FAYETTEVILLE, ARKANSAS
PLANS. NO. Fy-206
April 1991
McGoodwin, Williams and Yates, Inc.
Consulting Engineers
Fayetteville, Arkansas
991 McGoodwln, Williams and Yates
1
1
1
1.
1
1.
1.
1
1
1
1
1
1
1
1
1
1
1
ADDENDUM NO. 2
OLD WIRE ROAD - MUD CREEK
BRIDGE REPLACEMENT
FAYETTEVILLE, ARKANSAS
Plans No. Fy-206
Dated April 1991
The Specifications and Contract Documents and Plans for the above
project are hereby changed, amended or.clarified in the following
particulars:
PLANE
SHEET 3
Sheet 3 is revised by reducing the temporary turn lane and
driving surface detour from 110 feet in length to 55 feet in
length, as shown on the attached drawing.
May 9, 1991
McGoodwin, williams and Yates, Inc.
Consulting Engineers
909 Rolling Hills Drive
Fayetteville, Arkansas 72703
(501)443-3404
\,e40.0icc
EXISTING BT SHOULDER
EXISTING 12"
WATER LINE I
o
r
•
°SECOPHASE OF CONSTRUCTION A\\
clND ID BEGIN £PIER CONTRACTOR INSTALLS
INSTALL APPROX. 30
SO. YDS. ROCK
RIP -RAP AS DIRECTED
OI
1 ADEQUATE DETOUR SONS AND TEMPORARY\�
DRIVING SHRFACE SEE SPECIFICATIONS
CON -ACTOR 15 TI
SHORING AND SUP
STRUCTURE AND C
PHASE OF CONSTF
STRUCTURAL INTEC
EXISTING WATER
LINE
cL
0
N
.�-�a.oao
116' '1 a it - a ass:
st
•
i�aayya��a.°oO�
�• �/t I ANDOAPPuPTEHANCESGNECESSARY
..�.♦.♦.♦A \ FOR NEW CONSTRUCTION
,...O•a'W I
:a:., GAL _ \
I7TEDGE CIF LAST 1
I t i
EXISTING
ATER VALVES
—Ext—
EXISTING BT SHOULDER
EXISTING
WATER VALVES
CONSTRUCT TENPORMY TURN UNE
MD DRIVING SURFACE DETOUR
MTH R' COMPACTED ...B.C. TO
BE REMOVED TO uM115 AS SET
OUT ON SHEET 2.
•
PLAN
SCALE: 1..•20'
II
?
CONSTRUCT TB
TO INSTALL 5
CuMD RAILS
FOR ME SECC
\ EXISTING FORGE
MAIN SEWER
b
INSTALL
50. YDS.
RIP -RM
DATED: MAY 9, 1991
ADDENDUM NO. 2
REVISION TO SHEET 3 OF THE ORIGINAL PLANS
SHEET
FY206AD2.DWG 05/09/91
1 OLD WIRE ROAD -MUD CREEK BRIDGE REPLACEMENT
FAYETTENLLE, ARKANSAS
PLAN -INITIAL CONSTRUCTION PHASE
C LMH Ye0000M, =non ANG ma, inc.Iw., el n w,n
coIIAOL1me 1NGm�f-r1WW1.1W1. AIR. S -AK. FY -206
3
ADDENDUM NO. 1
OLD WIRE ROAD - MUD CREEK
BRIDGE REPLACEMENT
FAYETTEVILLE, ARKANSAS
• Plans No. Fy-206
Dated April 1991
The Specifications and Contract. Documents and Plans for the above
project are hereby changed, amended or clarified in the following
particulars:
SPECIFICATIONS AND CONTRACT DOCUMENTS
SECTION 100 - PROJECT REQUIREMENTS
On page 100-2, under paragraph F. Security, add the following
sentence:
The Contractor shall establish and maintain tem-
porary fencing, as required, to contain livestock
on adjacent properties during construction of the
project.
SECTION 170-.ASHTD STANDARD SPECIFICATIONS REFERENCE
Page 170-2 under paragraph G. STRUCTURES (Division 800), the
page numbers for Item No. 1 should be 543-548.
SECTION 920 - ALUMINUM HANDRAILS
On page 920-1, under paragraph B. SIZES, add the following
sentence:
The handrail should be 18" high with vertical
supports no greater than 6' apart.
Under paragraph C. INSTALLATION, delete the last sentence of
the first. paragraph and add the following:
Mountings shall be drilled stainless steel
expansion anchors of adequate size and number as
approved by the Engineer.
2
SECTION 930 - STONE RIPRAP
Under paragraph B. MATERIALS, add the sentence:
•
SHEET 3
Native stone abutments (to be demolished) may be
used as material for stone riprap if they meet the
dimensional requirements listed above.
PLANS
Add general note to the plan sheet:
The Contractor shall provide necessary shoring,
sheeting, etc. to protect the structural integrity
of the existing bridge and driving surface during
construction of the temporary bridge.
SHEET 4
On the abutment section detail omit the 3" x 3" x 1/4" steel
angle in the nonreinforced concrete paving at both abutment
walls and reduce the expansion joint width from 1" to 1/2".
May 7, 1991
McGoodwin, williams and Yates, Inc.
Consulting Engineers
909 Rolling Hills Drive
Fayetteville, Arkansas 72703
(501)443-3404
1
SPECIFICATIONS AND CONTRACT DOCUMENTS
1
1 OLD WIRE ROAD - MUD CREEK
1 BRIDGE REPLACEMENT
1
FAYETTEVILLE ARKANSAS
1
1
1
1
PLANS NO. Fy-206
1 April 1991
1
1 McGoodwin, Williams and Yates, Inc.
1 Consulting Engineers
Fayetteville, Arkansas
1
1
01991 McGoodwin, Williams and Yates
TABLE OF CONTENTS
Section
Advertisement for Bids 1
Instructions to Bidders 2
Bid 5
Contract Agreement 6
Performance Bond and Payment Bond 7
Standard General Conditions of the Construction Contract (numbered 1-33)
Supplementary Conditions (numbered SC -1 - SC -10)
TECHNICAL SPECIFICATIONS
Division 1
General Requirements
Project Requirements 100
Testing 120
Schedules 140
Use of Explosives 150
Storage and Handling of Materials 160
ASHTD Standard Specifications Reference 170
Division 2
Sitework
Site Preparation 210
Division 3
Roads and Drives
Aggregate Base Course, Class 6 300
Asphalt Street Surfacing 330
Concrete Approach 340
Street Cleanup and Seeding 387
i
Section
Division 5
Concrete and Reinforcing Steel
Concrete 500
Appurtenant Concrete Materials, Joint Fillers and Waterstops 502
Reinforcing Steel 590
Division 9
Special or Miscellaneous Items of Construction
Precast Bridge, Bridge Abutments and Removal of Existing Bridge 900
Guard Rail 910
Aluminum Handrails 920
Stone Riprap 930
Division 12
Payment
Methods of Measurement and Payment 1200
ii
ADVERTISEMENT FOR BIDS
NO. 91-24
City of Fayetteville, Arkansas
Notice is hereby given that, in pursuance to an order of the Board of
Directors of the City of Fayetteville, Arkansas, sealed bids will be received
until 11:00 a.m. on May 14, 1991, for furnishing all tools, materials and
labor and performing the necessary work for construction of Old Wire Road -
Mud Creek Bridge Replacement. At this time the bids received will be
publicly opened and read aloud in Room 111 of the City Administration
Building. The work generally consists of:
Demolition and disposal of old bridge, construction of new
bridge, concrete approach slabs and guard rail, reconstruction
of Old Wire Road and all other items of work as shown on the
Plans and in accordance with the Specifications.
Plans and specifications are on file in the office of McGoodwin, Williams and
Yates, Inc., Consulting Engineers, 909 Rolling Hills Drive, Fayetteville,
Arkansas 72703. Copies of these documents may be obtained from the office of
said engineers upon the payment of $25.00 for plans and $25.00 for
specifications, a total of $50.00, which is not refundable.
The contractors shall make such inspection and studies of the site of the
work as to familiarize themselves with all conditions to be encountered.
Each bid must be accompanied by an acceptable statement of bidder's
qualifications. The requirements of the bidder's statement of qualifications
will be furnished to prospective bidders with plans and specifications.
Each bid must be accompanied by an acceptable form of proposal guaranty in
the amount equal to at least five percent of the whole bid, and such bid bond
or cashier's check shall be subject to the conditions provided in the
Instructions to Bidders.
Bids must be made upon the official proposal sheets contained in the
specifications, and such proposal sheets shall not be removed from the
remainder of the contract documents. All bids shall be sealed and the
envelopes addressed to and delivered to the Purchasing Officer, City of
Fayetteville, 113 West Mountain, Room 307, Fayetteville, Arkansas 72701. All
bids shall be plainly marked on the outside of the envelope specifying that
it is Bid No. 91-24 for construction of Old Wire Road - Mud Creek Bridge
Replacement, the time for opening of bids, and the name and current
contractor's license number of the bidder..
All bidders must be licensed under the terms of Act 150, Arkansas Acts of
1965, as amended.
The Board of Directors reserves the right to reject any and all bids and to
waive any informalities in the proposal deemed to he in the best interests of
1-1
the Board. The Board further reserves the right to withhold the awarding of
the contract for a period not to exceed 60 days after the receipt of bids.
Dated this 17th day of April , 1991.
Northwest Arkansas Times:
Publish April 29 and May 6, 1991.
1-2
/s/ Peggy Bates
Peggy Bates, Purchasing Officer
r
1
1
1
1
1
1
1
1
1
1
1
1
1
Instructions
to Bidders
INSTRUCTIONS TO BIDDERS
1. DEFINED TERMS. Terms used in these Instructions to Bidders which are
defined in the Standard General Conditions of the Construction Contract
(No. 1910-8, 1983 ed.) have the meanings assigned to them in the General
Conditions. The term "Bidder" means one who submits a Bid directly to Owner,
as distinct from a sub -bidder, who submits a bid to a Bidder. The term
"Successful Bidder" means 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 Form,
and the proposed Contract Documents (including all Addenda issued prior to
receipt of Bids).
2. COPIES OF BIDDING DOCUMENTS
2.1 Complete sets of the Bidding Documents in the number and for the amount,
if any, stated in the Advertisement or Invitation to Bid may be obtained from
the Engineer.
2.2 Complete sets of Bidding Documents must be used in preparing Bids;
neither Owner nor Engineer assume any responsibility for errors or
misinterpretations resulting from the use of incomplete sets of Bidding
Documents.
2.3 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. To demonstrate qualifications to perform the
Work, each Bidder must submit with his Bid the following statement of
Bidder's qualifications:
STATEMENT OF BIDDER'S QUALIFICATIONS
(To be submitted with and attached to Bid.)
All questions must be answered and the data given must be clear and
comprehensive. This statement must be notarized. If necessary, questions
may be answered on separate attached sheets. The Bidder may submit any
additional information he desires.
1) Name of Bidder.
2) Permanent main office address.
3) When organized.
4) If a corporation, where incorporated.
2-1
Instructions
to Bidders
5) How many years have you been engaged in the contracting business under
your present firm or trade name?
6) Contracts on hand. (Schedule these, showing amount of each contract and
the appropriate anticipated dates of completion.)
7) General character of work performed by your company.
8) Have you ever failed to complete any work awarded to you?
9) Have you ever defaulted on a contract? If so, where and why?
10) List the more important projects recently completed by your company,
stating the approximate cost for each, and the month and year completed.
11) List your major equipment available for this contract.
12) Experience in construction of bridge replacement similar in size to this
project, along with project owners and engineers.
13) Background and experience of the principal members of your organization,
including the officers.
14) Credit available: $
15) Give bank reference:
16) Will you, upon. request, fill out a detailed financial statement and
furnish any other information that may be required by the Owner?
Dated at this
day of , 19
Name of Organization:
State of
County of
says that he (she) is the
By
Title
)
)
•
being duly sworn deposes and
of
, Contractor(s), and that answers to the foregoing
2-2
Instructions
to Bidders
questions and all statements therein contained are true and correct.
•
Subscribed and sworn before me this day of
19 •
My commission expires
(Seal)
Notary Public
Each Bidmust contain evidence of Bidder's qualifications to do business in
the state where the project is located or covenant to obtain such
qualification prior to award of the contract.
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 conditions that may affect cost, progress, performance or
furnishing of the Work, c) consider federal, state and local Laws and
Regulations that may affect cost, progress, performance or furnishing of the
Work, d) study and carefully correlate Bidder's observations with the
Contract Documents, and e) notify Engineer of all conflicts, errors or
discrepancies in the Contract Documents.
4.2 Reference is made to the Supplementary Conditions for identification of:
4.2.1 those reports of explorations and tests of subsurface conditions at
the site which have been utilized by Engineer in preparation of the Contract
Documents. Bidder may rely upon the accuracy of the technical data contained
in such reports but not upon non-technical data, interpretations or opinions
contained therein or for the completeness thereof for the purposes of bidding
or construction.
4
4.2.2 those drawings of physical conditions in or relating to existing
surface and subsurface conditions (except Underground Facilities) which are
at or contiguous to the site which have been utilized by Engineer in
preparation of the Contract Documents. Bidder may rely upon the accuracy of
the technical data contained in such drawings but not upon the completeness
thereof for the purposes of bidding or construction.
Copies of such reports and drawings will be made available by Owner to any
Bidder on request. Those reports and drawings are not part of the Contract
Documents, but the technical data contained therein upon which Bidder is
entitled to rely as provided in paragraphs 4.2.1 and 4.2.2 are incorporated
therein by reference. Such technical data has been identified and
established in the Supplementary Conditions.
4.3 Information and data reflected in the Contract Documents with respect to
Underground Facilities at or contiguous to the site is based upon information
2-3
Instructions
to Bidders
and data furnished to Owner and Engineer by owners of such Underground
Facilities or others, and Owner does not assume responsibility for the
accuracy or completeness thereof unless it is expressly provided otherwise in
the Supplementary Conditions.
4.4 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 conditions appear in paragraphs 4.2 and
4.3 of the General Conditions.
4.5 Before submitting a Bid, each Bidder will, at Bidder's own expense, make
or obtain any additional examinations, investigations, explorations, tests
and studies and obtain any additional information and data which pertain to
the physical conditions (surface, subsurface and Underground Facilities) at
or contiguous to the site or otherwise which may affect cost, progress,
performance or furnishing of the Work and which Bidder deems necessary to
determine its Bid for performing and furnishing the Work in accordance with
the time, price and other terms and conditions of the Contract Documents.
4.6 On request in advance, Owner will provide each Bidder access to the site
to conduct such explorations and tests as each Bidder deems necessary for
submission of a Bid. Bidder shall fill all holes, clean up and restore the
site to its former condition upon completion of such explorations.
4.7 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 or storage of materials and equipment are to be provided by
Contractor. Easements for permanent structures or permanent changes in
existing structures are to be obtained and paid for by Owner unless otherwise
provided in the Contract Documents.
4.8 The submission of a Bid will constitute an incontrovertible
representation by Bidder that Bidder has complied with every requirement of
this Article 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 any convey
understanding of all terms and conditions for performance and furnishing of
the Work.
5. INTERPRETATIONS AND ADDENDA
5.1 All questions about the meaning or intent of the Contract Documents are
to be directed to Engineer. Interpretations or clarifications considered
necessary by Engineer in response to such questions will be issued by Addenda
mailed or delivered to all parties recorded by Engineer as having received
the Bidding Documents. Questions received less than ten days prior to the
date for opening of Bids may not be answered. Only questions answered by
2-4
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
r
1
1
1
1
1
formal written Addenda •.wi.IP» be binding.- =Oral
clarifications will be without legal effect.
5.2 Addenda may also be issued to modify the
advisable by Owner or Engineer.
6. BID SECURITY
Instructions
to Bidders
and other interpretations or
Bidding Documents as deemed
6.1 Each Bid must be accompanied by Bid security made payable to Owner in an
amount of five percent of the Bidder's 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) issued by a surety meeting the requirements of paragraph 5.1 of
the General Conditions. THE BID SECURITY SHALL BE PLACED IN A MARKED, SEALED
ENVELOPE AND SECURELY FASTENED TO THE OUTSIDE OF THE SEALED BID.
6.2 The Bid security of the Successful Bidder will be retained until such
Bidder has executed the Agreement and furnished the required contract
security, whereupon the Bid security will 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 Owner believes to have a reasonable
chance of receiving the award may be retained by Owner until the earlier of
the seventh day after the Effective Date of the Agreement or the 61st day
after the Bid opening, whereupon Bid security furnished by such Bidders will
be returned. Bid security with Bids which are not competitive will be
returned within seven days after the Bid opening.
7. CONTRACT TIME. The numbers 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 set forth in the Bid Form and the
Agreement.
8. LIQUIDATED DAMAGES. Provisions for liquidated damages, if any, are set
forth in the 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 of 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 by Contractor and
consideration by Engineer is set forth in paragraphs 6.7.1, 6.7.2 and 6.7.3
of the General Conditions and may be supplemented in the Project
Requirements.
10. SUBCONTRACTORS, SUPPLIERS AND OTHERS
10.1 The Contractor shall not assign or sublet all or any part of this
Contract without the prior written approval of the Owner nor shall the
2-5
Instructions
to Bidders
Contractor allow such Subcontractor to commence Work until he has provided
and obtained approval of such compensation and public liability insurance as
may be required. The approval of each subcontract by the Owner will in no
manner release the Contractor from any of his obligations as set out in the
Plans, Specifications, Contract and Bonds.
10.2 The Contractor will be required to furnish the names of Subcontractors
and the amounts of their subcontracts as required by Act 183, Arkansas Acts
of 1957. The subcontracts may be for mechanical, electrical, roofing and
sheet metal work. Subcontract amounts must be submitted on a separate list
in a sealed envelope and must accompany the Bid Form. The Subcontractor's
name and license number shall appear on the outside of the sealed envelope.
Subcontractors must be licensed according to the laws of the State of
Arkansas.
11. BID FORM
11.1 The Bid Form is included with the Bidding Documents; additional copies
may be obtained from Engineer (or the issuing office).
11.2 All blanks on the Bid Form must be completed in ink or by typewriter.
11.3 Bids by corporations must be executed in the corporate name by the
president or a 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 an assistant 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 be shown below the signature.
11.5 All names must be typed or printed below the signature.
11.6 The Bid shall contain an acknowledgment 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 in the Advertisement or Invitation to Bid and shall be enclosed in
an opaque sealed envelope, marked with the Project title (and, if applicable,
the designated portion of the Project for which the Bid is submitted) and
name and address of the Bidder and accompanied by the BID SECURITY IN A
MARKED, SEALED ENVELOPE AND SECURELY FASTENED TO THE OUTSIDE OF THE SEALED
BID and other required documents. If the Bid is sent through the mail or
other delivery system, the sealed envelope shall be enclosed in a separate
envelope with the notation "BID ENCLOSED" on the face of it.
13. MODIFICATION AND WITHDRAWAL OF BIDS
13.1 Bids may be modified or withdrawn by an appropriate document duly
2-6
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
$
1
1
1
1
Instructions
to Bidders
executed (in the manner that a Bid mustt'b&1 executed) and delivered to the
place where Bids are to be submitted at any time prior to the opening of
Bids.
13.2 If, within 24 hours after Bids are opened, any Bidder files a duly
signed, written notice with Owner and promptly thereafter demonstrates to the
reasonable satisfaction of Owner that there was 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 will be
disqualified from further bidding on the Work to be provided under the
Contract Documents.
14. OPENING OF BIDS. Bids will be opened and (unless obviously
non-responsive) read aloud publicly. A tabulation of the amounts of the base
Bids and major alternates (if any) will be made available to Bidders after
preparation by the Engineer.
15. BIDS TO REMAIN SUBJECT TO ACCEPTANCE. All bids will remain subject to
acceptance for 60 days after the day of the Bid opening, but Owner may, in
its sole discretion, release any Bid and return the Bid security prior to
that date.
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 in the Work and to
negotiate contract terms with the Successful Bidder, and the right to
disregard all nonconforming, nonresponsive, unbalanced or conditional Bids.
Also, Owner reserves the right to reject the Bid of any Bidder if Owner
believes that it would not be in the best interest of the Project to make an
award to that Bidder, whether because the Bid is not responsive or the Bidder
is unqualified or of doubtful financial ability or fails to meet any other
pertinent standard or criteria established by Owner. Discrepancies in 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.
16.2 In evaluating Bids, Owner will consider the qualifications of the
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 Award.
16.3 Owner 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. Owner also may consider the operating casts, 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 Award.
16.4 Owner may conduct such investigations as Owner deems necessary to
2-7
Instructions
to Bidders
assist in the evaluation of any Bid and to establish the responsibility,
qualifications and financial ability of 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 Bidder whose evaluation by Owner indicates to Owner
that the award will be in the best interests of the Project.
16.6 If the contract is to be awarded, Owner will give the Successful Bidder
a Notice of Award within 60 days after the day of the Bid opening.
17. CONTRACT SECURITY. Paragraph 5.1 of the General Conditions and the
Supplementary Conditions set forth 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 a Notice of Award to the
Successful Bidder, it will be accompanied by the required number of unsigned
counterparts of the Agreement with all other written Contract Documents
attached. Within 15 days thereafter Contractor shall sign and deliver the
required number of counterparts of the Agreement and attached documents to
Owner with the required Bonds. Within ten days thereafter Owner shall
deliver one fully signed counterpart to Contractor. Each counterpart is to
be accompanied by a complete set of the Drawings with appropriate
identification.
19. COMPLIANCE WITH STATE LICENSING LAW. Contractors must be licensed in
accordance with the requirements of Act 150, Arkansas Acts of 1965, the
"Arkansas State Licensing Law for Contractors." Bidders who submit Bids in
excess of $20,000 must submit evidence of their having a contractor's license
before their bids will be considered, and shall note their license number on
the outside of their Bid.
20. LABOR LAWS. The Contractor shall abide by all federal, state and local
laws governing labor. The Contractor further agrees to save the Owner
harmless from the payment of any contribution under the State Unemployment
Compensation Act, and the Contractor agrees that if he is subject to the
Arkansas State Unemployment Act, he will make whatever contributions are
required under and by virtue of the provisions of said Act.
21. WAGES AND LABOR. Minimum wage rates shall be equal to basic rates as
established by common usage in the city and adjacent community for the
various types of labor and skills performed. In case wage rates are
specified in the Contract Documents, the rates as specified shall be the
minimum rates which apply to the Project. Whenever available, local common
labor shall be used and whenever practical, skilled and semi -skilled labor,
if available, shall be used.
The Contractor and each Subcontractor,
$75,000, shall comply with the provision
1969 (Ark. Stat. 14-630). The provisions
2-8
where the contract amount exceeds
of Act 74, as amended by Act 275 of
are summarized below.
Instructions
to Bidders
The Contractor and Subcontractor shall:
1) pay the minimum prevailing wage rates for each craft or type of
workman and the prevailing wage rate for holiday and overtime work,
as determined by the Arkansas Department of Labor.
2) - post the scale of wages in a prominent and easily accessible place
at the site of the Work.
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 record shall be open at all
reasonable hours to the inspection of the Department of Labor or
the Owner, its officers and agents.
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 a Subcontractor
has been or is being paid a rate of wages less than the rate of wages
required by this Contract, the Owner may by written notice to the Contractor,
terminate his right to proceed with the Work or such party 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 excess costs occasioned thereby.
22. COMPLIANCE WITH ACT 125, ARKANSAS ACTS OF 1965. The attention of all
Bidders is called to the provisions of Act 125, Arkansas Acts of 1965. This
act provides for payment for certain taxes on materials and equipment brought
into the state. It further provides for methods of collecting said taxes.
All provisions of this Act will 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
to 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
NON-RESIDENT BIDDERS is called to the provisions of Act 162, Arkansas Acts of
1987. This act provides for non-resident contractors and subcontractors
notice and bond regulations by the Commissioner of Revenues, Department of
Finance and Administration, Post Office Box 1272, Little Rock, Arkansas 72203
prior to commencing work or undertaking to perform any duties under any
contract within the State of Arkansas.
2-9