Loading...
HomeMy WebLinkAbout9-92 RESOLUTION• RESOLUTION NO. 9-92 A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT WITH MCCLINTON- ANCHOR IN THE AMOUNT OF $612,514.00 FOR CONSTRUCTION OF THE ARTS CENTER PARKING LOT ON WEST AVENUE. 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 with McClinton -Anchor an the amount of $612,514.00 for construction of the Arts Center Parking Lot on West Avenue. A copy of the contract authorized for execution hereby is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this 7th day of January , 1992. ATTEST: By: C "-Cit e . rk APPROVED: By:: 4/q Ma or • • CQNTRACT State of Arkansas ) County of Washington ) THIS AGREEMENT, made and entered into this 71-2 day of 19 94- , by and between the City of Fayetteville, Countyfb Wash ngton, State of Arkansas, Party of the First Part, hereinafter called the Owner, and APAC-Arkansas, Inc., McClinton -Anchor Division of the City of Fayetteville, Arkansas Party of the Second Part, hereinafter called the Contractor. WITNESSETH THAT: WHEREAS, the Owner has called for bids for Walton Arts Center Parking Lot, Phase 2: Construction - West Avenue Site, as set out in the Plans and Specifications and approved by the City of Fayetteville, Arkansas; and WHEREAS, pursuant to the published calls for bids under said Plans and Specifications, the Contractor is the lowest and best bidder for the construction of said Phase 2 Construction; NOW THEREFORE, the Contractor agrees with the Owner to commence and complete the construction of: Clearing and grubbing, removal and disposal of structures, undercut, excavation and compacted embankment, borrow material and haul, subgrade preparation, removal and replacement of base course and asphatt surfacing, furnishing and placement of aggregate base course, prime and tack coats, asphaltic concrete surface course OR Portland cement concrete pavement (except where specifically shown on the Plans to be concrete), reinforcing steel, pavement marking, reinforced concrete, retaining walls, handrails, concrete approach slabs and gutters, pipe culverts, underdrains, drop inlets with covers and frames, cast -in- place reinforced concrete box culvert OR pre -cast reinforced concrete box culvert (except where specifically shown on the Plans to be cast -in-place), connections to existing drainage structures, all testing, furnishing and placement of topsoil and solid sodding, landscaping, irrigation system, lighting and electrical work, and all items as set out In the Bid, these Specifications and Plans No. Fy-212 dated December 1991, including all work required for a complete and acceptable installation, for the lump sum price bid in the Bid, all of which become and are a part of this contract, the total sum being Six Hundred Twelve Thousand Five Hundred Fourteen and no/100 dollars ($ 612,514.00 ), such sum being the agreed amount upon which bonds and 6-1 liabilities are based, and at his own cost and expense furnish all materials, supplies, labor, machinery, equipment, tools, supervision, bonds, insurance and other accessories and services necessary to complete the said construction In accordance with the conditions and prices stated in the Bid attached hereto and made a part hereof, and in accordance with the Technical Specifications, the General Conditions, the Supplementary Conditions, and in accordance with the Plans, which include all maps, plats, blueprints, and other drawings, and written or printed explanatory matter thereof. The Contractor agrees to commence work under this contract within ten days of the Issuance of the Notice to Proceed and complete all work necessary to place the Phase 2 Construction - West Avenue Site in operation within one hundred (100) calendar days from the date of the issuance of the Notice to Proceed. The Owner agrees to pay the Contractor in current funds for the performance of the contract in accordance with the accepted Bid therefor, subject to additions and deductions, as provided in the Specifications, and to make payment on account thereof as provided below. As soon as Is practicable after the first of each calendar month, the Owner will make partial payments to the Contractor for work performed during the preceding calendar month, based upon the Engineer's estimate of work completed, said estimate being certified by the Contractor and accepted by the Owner. Retainage shall be withheld from the partial payments as provided by Arkansas state laws by the Owner until final completion and acceptance by the Owner and Engineer. The Engineer shall then issue a Final Estimate of work done based upon the original contract and subsequent changes made and agreed upon, if any. Time is hereby expressly declared to be of the essence of this contract, and the time of beginning, manner of progress and time of completion of the work hereunder shall be and are essential conditions hereof. The Contractor agrees to commence work within ten (10) calendar days from the date of the Notice to Proceed and to proceed with the construction of the work and to prosecute the work with an adequate force and in a manner so as to complete the work within the time stipulated herein If the Contractor fails in completing the contract within the time stipulated herein, the Contractor agrees to pay the Owner, as liquidated damages, the sum of five hundred dollars ($500.00) per day for each calendar day of delay in completion, said amounts being fixed and agreed upon by and between the parties hereto Because of the impracticability and extreme difficulty in fixing and ascertaining the actual damages Owner would in such event sustain, said amounts are to be presumed by the parties to this contract to be the amounts of damage Owner would sustain. Said amounts of liquidated damages shall be deductible from any amount due Contractor under the Final Estimate of said work, after the completion thereof, and Contractor shall be entitled only to the Final Estimate less such amounts of liquidated damages. If the Contractor be delayed at any time in the progress of the work by any act or neglect of the Owner or of the Owner's employees, or by any other Contractor employed by the Owner, or by changes ordered in the work, or by strikes, lockouts, fire, unusual delay in 6-2 transportation, unavoidable casualties or any causes beyond the Contractor's control, or by delay authorized by the Engineer pending arbitration, or by any cause which the Engineer shall decide to justify the delay, then the time of completion shall be extended for such reasonable time as the Engineer may decide. No such extension shall be made for delay occurring more than seven days before claim therefor is made in writing to the Engineer. In the case of a continuing cause for delay, only one claim is necessary. In the event the Contractor abandons the work hereunder or fails, neglects or refuses to continue the work after ten (10) days written notice, given Contractor by the Owner or by the Engineer, then the Owner shall have the option of 1) declaring this contract at an end, in which event the Owner shall not be liable to the Contractor for any work theretofore performed hereunder, or 2) requiring the surety hereto, upon ten (10) days notice, to complete and carry out the contract of Contractor; and in that event, should the surety fall, neglect or refuse to carry out said contract, 3) said Owner may complete the contract as its own expense and maintain an action against the Contractor and the surety hereto for the actual cost of same, together with any damages or other expense sustained or incurred by Owner in completing this contract, less the total amount provided for hereunder to be paid Contractor upon the completion of this contract. This contract shall be binding upon the heirs, representatives, successors or assigns of the parties hereto, including the surety. IN WITNESS WHEREOF, the Owner and Contractor have hereto set their hands and seals, respectively. eLiai Witnesses' APAC-Arkansas, Inc. McClinton -Anchor Division Firm Name By A1441 Ja es ole, Vice- resident if corporation. secretary should attest. Attest: herry L. ' omas, City Clerk CITY OF FAVETTEVILLE, ARKANSAS • Fred orsanger, Mayor 6-3 • • Telephone 501 /443.3404 McGoodwin, Williams and Yates, Inc. Consulting Engineers 909 Rolling Hills Drive Fayetteville, Arkansas 72703 January 6, 1992 Re: Walton Arts Center Parking Lot Phase 2 - Construction of West Avenue Site Fayetteville, Arkansas MWY Project No. Fy-212 Bid No. 91-71 Mr. David Cox City of Fayetteville 113 West Mountain Fayetteville, Arkansas 72701 Dear Mr. Cox: As you are aware, bids were received January 6, the above referenced project. Three firms submitted listed below: McClinton -Anchor Company Jerry D. Sweetser, Inc. Marinoni Construction Co., Inc. FAX 501/443-4340 1992, for bids, as $612,514.00 $647,925.00 $773,000.00 A list of persons attending the bid opening is included for your reference. Our "opinion of probable cost" prior to receipt of bids was $690,000. We have reviewed the Statement of Bidder Qualifications submitted by McClinton -Anchor Company, and based on previous work we believe them to be well qualified for this project. McClinton -Anchor Company has completed the Phase 1 Demolition contract for this same project site. We have no way of knowing McClinton -Anchor's present financial condition. However, the contract requires that 100 percent performance and 100 percent payment bonds be provided prior to the start of construction. Therefore, we recommend that the city award this contract to the low bidder, McClinton -Anchor Company, in the amount of $612,514.00. The contract provided that all work be completed within 100 calendar days after the issuance of the Notice to Proceed. Furthermore, the contract provides that all drives, entrances, curb and gutter, drainage conduits, pavement, lighting and pavement marking must be completed on or before April 21, 1992, to provide for parking for the Walton Arts Center's first Mr. David Cox January 6, 1992 Page 2 • scheduled performance. We trust the Board will concur in this recommendation. If you have any questions or need additional information prior to the City Board meeting, please let me know. CRN:sc Enclosure Charles R. Nickle, P. E. Vice -President State of Arkansas County of Washington • CONTRACT THIS AGREEMENT, made and entered into this 7i, day of 19 9 2 by and between the City of Fayetteville, County' of Washington, State of Arkansas, Party of the First Part, hereinafter called the Owner, and APAC-Arkansas, Inc., McClinton -Anchor Division of the City of Fayetteville, Arkansas Part, hereinafter called the Contractor. WITNESSETH THAT: Party of the Second WHEREAS, the Owner has called for bids for Walton Arts Center Parking Lot, Phase 2: Construction - West Avenue Site, as set out in the Plans and Specifications and approved by the City of Fayetteville, Arkansas; and WHEREAS, pursuant to the published calls for bids under said Plans and Specifications, the Contractor is the lowest and best bidder for the construction of said Phase 2 Construction; NOW THEREFORE, the Contractor agrees with the Owner to commence and complete the construction of: Clearing and grubbing, removal and disposal of structures, undercut, excavation and compacted embankment, borrow material and haul, subgrade preparation, removal and replacement of base course and asphalt surfacing, furnishing and placement of aggregate base course, prime and tack coats, asphaltic concrete surface course OR Portland cement concrete pavement (except where specifically shown on the Plans to be concrete), reinforcing steel, pavement marking, reinforced concrete, retaining walls, handrails, concrete approach slabs and gutters, pipe culverts, underdrains, drop inlets with covers and frames, cast -in- place reinforced concrete box culvert QB. pre -cast reinforced concrete box culvert (except where specifically shown on the Plans to be cast -in-place), connections to existing drainage structures, all testing, furnishing and placement of topsoil and solid sodding, landscaping, irrigation system, lighting and electrical work, and all items as set out in the Bid, these Specifications and Plans No. Fy-212 dated December 1991, including all work required for a complete and acceptable installation, for the lump sum price bid in the Bid, all of which become and are a part of this contract, the total sum being Six Hundred Twelve Thcusand Five Hundred Fourteen and no/100 dollars ($ 612, 514.00 ), such sum being the agreed amount upon which bonds and 6-1 • • liabilities are based, and at his own cost and expense furnish all materials, supplies, labor, machinery, equipment, tools, supervision, bonds, insurance and other accessories and services necessary to complete the said construction in accordance with the conditions and prices stated In the Bid attached hereto and made a part hereof, and in accordance with the Technical Specifications, the General Conditions, the Supplementary Conditions, and in accordance with the Plans, which include all maps, plats, blueprints, and other drawings, and written or printed explanatory matter thereof. The Contractor agrees to commence work under this contract within ten days of the Issuance of the Notice to Proceed and complete all work necessary to place the Phase 2 Construction - West Avenue Site in operation within one hundred (100) calendar days from the date of the issuance of the Notice to Proceed. The Owner agrees to pay the Contractor in current funds for the performance of the contract In accordance with the accepted Bid therefor, subject to additions and deductions, as provided in the Specifications, and to make payment on account thereof as provided below. As soon as is practicable after the first of each calendar month, the Owner will make partial payments to the Contractor for work performed during the preceding calendar month, based upon the Engineer's estimate of work completed, said estimate being certified by the Contractor and accepted by the Owner Retainage shall be withheld from the partial payments as provided by Arkansas state laws by the Owner until final completion and acceptance by the Owner and Engineer. The Engineer shall then issue a Final Estimate of work done based upon the original contract and subsequent changes made and agreed upon, if any. Time Is hereby expressly declared to be of the essence of this contract, and the time of beginning, manner of progress and time of completion of the work hereunder shall be and are essential conditions hereof. The Contractor agrees to commence work within ten (10) calendar days from the date of the Notice to Proceed and to proceed with the construction of the work and to prosecute the work with an adequate force and in a manner so as to complete the work within the time stipulated herein. It the Contractor fails in completing the contract within the time stipulated herein, the Contractor agrees to pay the Owner, as liquidated damages, the sum of five hundred dollars ($500.00) per day for each calendar day of delay in completion, said amounts being fixed and agreed upon by and between the parties hereto Because of the impracticability and extreme difficulty in fixing and ascertaining the actual damages Owner would in such event sustain, said amounts are to be presumed by the parties to this contract to be the amounts of damage Owner would sustain. Said amounts of liquidated damages shall be deductible from any amount due Contractor under the Final Estimate of said work, after the completion thereof, and Contractor shall be entitled only to the Final Estimate less such amounts of liquidated damages. If the Contractor be delayed at any time in the progress of the work by any act or neglect of the Owner or of the Owner's employees, or by any other Contractor employed by the Owner, or by changes ordered in the work, or by strikes, lockouts, fire, unusual delay in 6-2 • • • • • • • transportation, unavoidable casualties or any causes beyond the Contractor's control, or by delay authorized by the Engineer pending arbitration, or by any cause which the Engineer shall decide to justify the delay, then the time of completion shall be extended for such reasonable time as the Engineer may decide. No such extension shall be made for delay occurring more than seven days before claim therefor is made In writing to the Engineer. In the case of a continuing cause for delay, only one claim is necessary. In the event the Contractor abandons the work hereunder or fails, neglects or refuses to continue the work after ten (10) days written notice, given Contractor by the Owner or by the Engineer, then the Owner shall have the option of 1) declaring this contract at an end, in which event the Owner shall not be liable to the Contractor for any work theretofore performed hereunder, or 2) requiring the surety hereto, upon ten (10) days notice, to complete and carry out the contract of Contractor; and in that event, should the surety fail, neglect or refuse to carry out said contract, 3) said Owner may complete the contract as its own expense and maintain an action against the Contractor and the surety hereto for the actual cost of same, together with any damages or other expense sustained or incurred by Owner in completing this contract, less the total amount provided for hereunder to be paid Contractor upon the completion of this contract. This contract shall be binding upon the heirs, representatives, successors or assigns of the parties hereto, including the surety. IN WITNESS WHEREOF, the Owner and Contractor have hereto set their hands and seals, respectively. 04,4A 42, k1 >,fdi Witnesses' APAC-Arkansas, Inc. McClintOn-Anchor Division Firm Name /J By (tismes A. James A. Cole, Vice -President If corporation, secretary should attest. Attest: CITY OF FAYETTEVILLE, ARKANSAS ��// N�qqtantra---- Fred Vorsanger, Mayor SlSerry L. Th as, City Clerk 6-3 • • • CHANGE ORDER (Instructions on reverse side) No. 4 PROJECT: OWNER: IName, Address) Walton Arts Center Parking Lot PHASE 2 - Construction, West Avenue Site City of Fayetteville 113 West Mountain Street Fayetteville, Arkansas 72701 CONTRACTOR: APAC-Arkansas, Inc. McClinton -Anchor Division P. 0. Box 1367 Fayetteville, Arkansas CONTRACT FOR• Parking Lot Construction DATIi OI' ISSUANCE: June 28, 1993 OWNER's Project No I N(i1NEER: Fy-212 McGoodwin, Williams and vates. Inc. 909 Rolling Hills Drive Fayetteville, Arkansas 72703 ENGINEER'S Project No. _Ey-212C You are directed lo make the following changes in the Conlrncl Documents. Description: Delete replacement of two Golden Raintrees. is $525.00. Purpose of Change Order: To final project the two trees. Attachments: (List documents supporting change) The total decrease in cost for this item and allow the City of Fayetteville to purchase and replace the CHANCE IN CONTRACT PRICE: Original Contract Price $ 612.514.00 Previous Change Orders Nu $ 148 711.73 1 CHANGE IN CONTRACT EINE. Original Contract Time April 21, 1992 Imre M dale to No. __ 3_ _ Net change from previous Change Orders 28 Days Contract Price prior In this Change Order $ 760_727.13 days Contract Time Prior to this Change Order 129 Days Net 1pgorgsg(decrease) of Ihis Change Order f 525.00 daps M Mr Net Increase (decrease) of this Change Order 0 Days drys Contract Price with all approved Change Orders S 760.702.73 Contract Time with nil approved Change Orders May 20 del I ea dale McGocdwin, Williams & Yates City of Fayetteville, AR RIiC0MM1iN1)EI): by C}ez1_,1/4,i,c( APPROVED: by 4 ;l Charles R. Nickle, P.E. EJCDC No. 1910 8 II (1983 Edition) Preens 1 y rhr Enainerri Joni rnnrrnn I%.amenra r'mmadnee and endnracd by The Awn -laird 1 iener I Cnnrr..Jma.4 Ainerid• McClinton -Anchor Company AI'I'R(1VI:D: by.rditMr aainona James A. Cole. Vice President • Telephone 501/443.3404 McGoodwin, Williams and Yates, Inc. Consulting Engineers 909 Rolling Hills Drive Fayetteville. Arkansas 72703 January 13, 1992 Re: Bid Documents Walton Arts Center Parking Lot Phase 2: Construction - West Avenue Site Fayetteville, Arkansas Project No. Fy-212 Ms. Sherry Thomas, City Clerk City of Fayetteville 113 West Mountain Fayetteville, Arkansas 72701 Dear Ms. Thomas: Enclosed for the city' bound bid of APAC-Arkansas, submitted January 6, 1992, Also enclosed for the city' documents submitted by the CRN:sc Enclosures FAX 501/443.4340 s permanent files is the original Inc., McClinton -Anchor Division, for the above referenced project. s files are pertinent unbound bid two other bidders on this job. Cordially, • Charles R. Nic le, P. E. Vice -President McGoodwin, Williams and Yates, Inc. Consulting Engineers 909 Rolling Hills Drive Fayetteville, Arkansas 72703 Telephone 501/443-3404 FAX 501/4434340 January 23, 1992 Re: Insurance Endorsement Owner's/Engineer's Protective Liability Policy GLP GO 61 17 56 9 Walton Arts Center Parking Lot Phase 2: Construction - West Avenue Site Fayetteville, Arkansas Project No. Fy-212 Ms. Sherry Thomas, City Clerk City of Fayetteville 113 West Mountain Fayetteville, Arkansas 72701 Dear Ms. Thomas: Enclosed for the city's files is an owner's/engineer's protective liability policy countersignature endorsement for the state of Arkansas for the above referenced project. This endorsement should be filed in the city's copy of the Contract Documents inside the "insurance" envelope which is inside the front cover of the document. Please call if you have questions. CRN:sc Enclosures Cgrgiftly, 1 arles R. Nickle, P. E. Vice -President vtL TO REMOVE CARBONS GRIP HERE ... AND BELOW CARBONS AT BOTTOM Countersignature Endorsement Request Insurance Company of North America ❑ Pacific Employers Insurance Company ❑ CIGNA Insurance Company TO: Countersigning Service Office PRODUCING S/O r Insurance Company of North America Special Risk Facilities 525 West Monroe Street Chicago, IL 60606 L J PRODUCER CIGNA Date r United Service Agency, Inch P. 0. Box 11765 Lexington, KY 40577 L J COUNTERSIGNING AGENT — Please sign Copy #1, prepare a bill to Producer, {shown above) for fee and forward to Countersigning Service Office. Retain Copy #3 for your records. PRODUCER — Detach Endorsement on bottom of this sheet and forward to Insured. Remit countersigning fee to Countersigning Agent per attached bill. COVERAGES Non -Resident License No Non -Residence License PREMIUM COUNTERSIGNING COMMISSION RATE AMOUNT % $ License 1 COUNTERSIGNATURE ENDORSEMENT FOR THE STATE OF ARKANSAS This is to certify that the policy of insurance to which this endorsement is attached represents business in the above State transacted through the below named resident agent licensed by the Insurance Department of said State, and that such agent, whose name is signed below this certificate, is duly licensed to act as such for this Company in said State. GLP GO 61 17 56 9 Attached to Policy No. City of Fayetteville and McGoodwin, Williams & Yates issued to Inc Name of Insured Authorized Agent • 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 Specifications and 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, 11 any, stated in the Advertisement or Invitation to Bid may be obtained from the Engineer upon request. 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 the following statement of Bidder's qualifications: STATEMENT OF BIDDER'S QUALIFICATIONS 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. JERRY D SWEETSER, INC 2) Permanent main office address. 3) When organiz190 WEST POPLAR . FAYETTEVILLE, AR 72703 fg5a 4) If a corporation, where incorporated. Ar VoNnta.t 5) How many years have you been engaged in the contracting business under your present firm or trade name? 1 9 in _ a5 y ear 5 2-1 Instructions to Bidders 6) Contracts on hand. (Schedule these, showing amount of each contract and the appropriate anticipated dates of completion.) Avc..,1„tole. Pon re ue+ 7) general character of work performed by your company. .1J1r4 wCenCreie cavm-1-; LA.c. -Len/FesInt 8) Have you ever failed to complete any work awarded to you? No 9) Have you ever defaulted on a contract? If so, where and why? No 10) List the more important projects recently completed by your company, stating the approximate cost for each, and the month and year completed. Avoolc..ole Pon retke5* 11) List your major equipment available for this contract. Rd 4 . / uPCr re4 a%+ 12) Experience in construction similar in size to this project, along with project owners and engineers. W e h,," .e. wo r eta. a^ rte... L r ti e r 13) Background arrd experience nce of the principal members of your organization, including the officers A(AA le uP�r` re `"eat 14) Credit available: $ \ • 3 m ; ; i nr\ 9L5 15) Give bank reference: est Nc - t,rc.\ Ij3 krOC of i(e 16) Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the Owner? y e 3 Datedat S°10 COVI Ra' -c7 Acct'-.isxl of 1-AnauP.2q Name of Organization: S •'t . Siad c BY /41 State of County of , 19�� this + -N day Title //74- e Azki1/4,_L5°rC. w 4SN�N G. TV rJ l W 'I Lo co.r-. C, . S w c-e?scrri. being dulysworn deposes and says that he (she) is the c ti P a a c r e--., r of 3 tD swccRsaa,4&4. Contractor(s), and that answers to the foregoing questions and all statements therein contained are true and correct. 2-2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 • 1 1 • • Subscribed and swom before me this Coll* 1 1997 1 ' My commission expires MA -r 1(0 2 o oa (Seal) Instructions to Bidders -day of 'ka KZ'. a. y • 1 Each Bid must 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 1 1 1 1 1 1 1 1 1 1 1 1 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 fumishing 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 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 and data furnished to Owner and Engineer by owners of such Underground Facilities or others, 2-3 • Instructions to Bidders 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 tor 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 and 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 formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 2-4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 • • • 1 Instructions to Bidders 5.2 Addenda may also be issued to modify the Bidding Documents as deemed advisable by Owner or Engineer. 6. BID SECURITY 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 ora 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. 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 fumished 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 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. 2-5 9 Instructions to Bidders 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 titre 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, 11 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 and other required documents. If the Bid is sent through the mail or other delivery system, the sealed envelope sharl be enclosed in a separate envelope with the notation "BID ENCLOSED' on the face of it. THE BID FORM SHALL NOT BE REMOVED FROM THE SPECIFICATIONS AND CONTRACT DOCUMENTS. 13. MODIFICATION AND WITHDRAWAL OF BIDS 13.1 Bids may be modified or withdrawn try an appropriate document duly executed (in the manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any lime prior to the opening of Bids. 2-6 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 • • • • Instructions to Bidders 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 retumed. 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 nonresponsive) 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 retum 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 fads 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 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 Award. 16 4 Owner may conduct such investigations as Owner deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and fumish the Work in accordance with the Contract Documents to Owner's satisfaction within the prescribed time 2-7