HomeMy WebLinkAbout106-94 RESOLUTION•
•
RESOLUTION NO. 106-94
A RESOLUTION AWARDING BID NO. 94-50A TO SW EETSER
CONSTRUCTION IN THE AMOUNT OF $303,296.80 WITH A
CONTINGENCY AMOUNT OF $20,00.00; AUTHORIZING
THE MAYOR AND CITY CLERK TO EXECUTE A
CONTRACT FOR A NEW BRIDGE AND INTERSECTION
IMPROVEMENTS AT THE INTERSECTION OF
STUBBLEFIELD AND OLD MISSOURI ROADS; AND
APPROVAL OF A BUDGET ADJUSTMENT.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. The City Council hereby awards Bid No. 94-50A to Sweetser Construction
in the amount of $303.296.80 plus a contingency amount of $20,000.00, and authorizing the
Mayor and City Clerk to execute a contract for a new bridge and intersection improvements at
the intersection of Stubblefield and Old Missouri Roads. A copy of the contract is attached
hereto marked Exhibit "A" and made a part hereof.
Section 2. The City Council hereby approves a budget adjustment increasing Street
Improvements, Acct. No. 4470 9470 5809 00, in the amount of $323,297.00, and Transfer to
Sales Tax Construction Fund, Acct. No. 1010 6600 7602 47, in the amount of $145,000.00, by
decreasing Street Improvements, Acct. No. 4470 9470 5809 01, Project No. 94034, in the
amount of $178,297.00; Transfer from General Fund, Acct. No. 4470 0947 6602 01. in the
amount of $145,000.00; and Use of Fund Balance, Acct. No. 1010 0001 4999 99, in the amount
of $145,000.00. A copy of the budget adjustment is attached hereto and made a part hereof.
PASSED AND APPROVED this 20th day of September , 1994.
ATTEST:
By:
Traci Paul, City Clerk
APPROVED:
By:
/ 1'
(tq/
./111141 -14 -
Fred
/111'41^•,
Fred Hanna, Mayor
City of Fayetteville, Arkansas
Budget Adjustment Form
Budget Year
1994
Department. Sales Tax Construction Fund
Division:
Program:
Date Requested
September 20, 1994
Adjustment #
Project or Item Requested. Funding is requested for the
Stubblefield and Old Missouri Roads Project.
Project or Item Deleted: None
Justification of this Increase: During December 1993 the Council
Street Committee allocated the remaining City Sales Tax dollars to
several street and drainage projects. The allocation made at that
time for the Stubblefield and Old Missouri Project was $800,000.
The project has been seperated into intersection improvements and
dramage improvements. The intersection improvements and box
culverts have been bid and the total cost of this phase of the project
is $323,297 including contmgencies. Approval of this adjustment
will fully fund the project.
Justification of this Decrease: Funding proposed for this request is a
portion of funding remaining from the former City sales tax ($305,078).
Increase
Account Name Amount _ Account Number Project Number
Street Improvements 323,297 4470 9470 5809 00
Transfer to Sales Tax Construction Fund 145.000 1010 6600 7602 47
Account Name
Street Improvements
Transfer from General Fund
Use of Fund Ba . ce
Decrease
Amount Account Number
178 297 4470 9470
145,000 4470 0947
145 000 1010 0001
Project Number
5809 01
6602 01
4999 99
94034
royal Signatures Budget Office Use Only
Req
DbpSrtment ptrecmo
Heli
A4/9P9
Type: P B C D E F
Date of Approval
Posted to General Ledger
Entered in Category Log
Budget Office Copy
STAFF REVIEW1FORM
-S AGENDA REQUEST
x CONTRACT REVIEW (Change order)
GRANT REVIEW
For the Fayetteville City Council meeting of N/A
'PflM
Jim Beavers Engineering
hams Division
ACTION REQUIRED:
Mayor's execution of change order no. 1, Stubblefield Road Phase 1.
Public Works
Department
rnRT Tin MTTY_
- 2,675.00.
Cost of this Request
4470-9470-5809
Account Number
90014-0020
Project Number
$498,663
Categcry/Prcject Budget
$229,253
Funds Used Tc Date
$ 269,410
Remaining Balance
Stubblefield Road
Category/Project Name
Program Name
Sales Tax Consrt.
Fund
BUDGET. REVIEW:
BudgetCoordinator
x Budgeted Item
Budget Adjustment Attached
Administrative Services Director
CONTRACT/GRANT/LEASE REVIEW:
(..,
Accounting
1
y Att•rney
r
Purchasing Officer
n ••
GRANTING AGENCY:
Date ADA Coordinator
1 ,
I
Date Int rnal Auditor
3-a8-15
Date
•
Date
? .,i. 'j)
Date
STAFF RECOMMENDATION:
Mayo execuj6y3 of the proposed change order.
Department Director
Administrative ,Set'a ices Director
iete
//
Mayo
Date
Date
3. 11
Date
Date
Cross Reference
New Item: Yes (No
Imo.
r ,1.l
Prev Ord/Res #:
Ort/Res
051Orig Contract Date:•�:�
EsSETTEVI LLE
THE CITE OF E AYET'EVILLE ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Fred Hanna, Mayor
Thru: Kevin Crosson, PW Director
Charles Venable, Asst. PW Director
Don Bunn, City Engineer /0e0,0‘__
From: Jim Beavers, Engineering,
Date: 28 March 95
Re: Proposed change order no. 1 to the construction contract
with Sweetser Construction for the box culvert at Stubblefield
Road and Old Missouri Road.
The construction contract for the new box culvert and
intersections improvements at Stubblefield and Old Missouri Road,
was awarded to Sweetser Construction on 20 September 1994. The
estimated construction costs are $304,000.00.
The contractor has completed the box culvert and is proceeding
with the street and drainage improvements. The project should be
completed in late April.
During the course of the construction of the storm drainage
adjacent to the street, conflicts were discovered with the water
and sewer line crossing. Therefore it was necessary to change
from 36 inch round drainage pipe to 22.5 x 36 inch arch pipe to
resolve the elevation conflicts.
The arch pipe is not currently in the bid schedule and thus a
formal change -order is required to add the material into the job.
Additionally, some items of work, ditch grading and headwalls,
will be deleted from this project to be replaced in the summer
1995 Stubblefield Phase 2 project. The net effect of the change
order is a reduction in contract price of $2,675.00.
Please refer to the attached change order no. 1.
After the Mayor has signed the change -order, please have the City
Clerk retain one original and return two originals to
Engineering.
Enc: 3 original change orders, no. 1, Stubblefield Road Phase 1.
•
CHANGE ORDER
No.
1
PRCJECT:
OWNER:
(Name,
Address)
CCNTRACTOR:
STUBBLEFIELD ROAD, PH I DATE OF ISSUANCE:
CITY OF FAYETTEVILLE
113 WEST MOUNTAIN STREET
FAYETTEVILLE, ARKANSAS 72701
JERRY D. SWEFTSER OWNER's B d Nc. 94-5CA
CONSTRUCTION, INC.
ENGINEER: MILHOLLANL' CCMFANY
205 WEST CENTER ST.
FAYETTEV:LLE, AR 72701
ENGINEER's Project No. E-245
CONTRACT FOR: STREET AND DRAINAGE IMPROVEMENTS
You are directed to Hake the following quantity changes in the
Contract Documents.
Descr'.pt=cn:
ADDITIONS TO BASE BID ITEMS:
A. BID ITEM 4.D.3: CONSTRUCT 22.5r x 36" CLASS
III REI\FORCED CONCRETE ARCH STORM SEWER PIPE
CHANGE ORDER NO. : -. 95 L.F.@ $75.00/L.F. - -
TOTAL ADDITIONS TO BASE BID ITEMS
DELETIONS TO BASE BID ITEMS:
A.
BID ITEM 4.C.: CONSTUCT CONCRETE HEADWALL,
AT STATION 26+30 PER PLANS AND SPECIFICATIONS,
CHANGE ORDER NO. 1 - :,UM? SUM
B. BID ITEM 4.D.3.: CONSTUCT 36" CLASS III, RCP
STORM SEWER PIPE,
CHANGE ORDER NO. 1 - 9S :..F.,g 560.00/L.F. -
BID ITEM 4.H.: RECONSTRUCT EXISTING DRAINAGE
DITCH ALONG TEE NORTH SIDF. OF STUBBLEFIELD
ROAD FROM STATION 24+40 TO STATION 26+25,
CHANGE ORDER NO. 1 190 L.F..d $TS.00/L.F.
TOTAL DELETIONS TO BASE BID ITEMS
$ 7,125.00
$7,125.00
$ 1,250.00
$ 5,700.00
$ 2,850.00
$ 9,800.00
TOTAL NET COST DECREASE
FOR CHANGE ORDER NO. 1 $ 2,675.00
CHANGE IN CONTRACT PRICE:
Original Ccntract Price
$ 303,296.80
Previous Change Orders No.
to -0-
$ -0-
Contract Price prior to th.s
Change Order
$ 303,296.80
CHANGE IN CONTRACT TIME:
Original Contract Time
80 CONSECUTIVE CALENDAR DAYS
days or date
Net change from previous
Change Oraers
-3- CONSECUTIVE CALENDAR DAYS
days
Ccntract Time Prior to this
Change Order
80 CONSECUTIVE CALENDAR DAYS
days or date
Net Increase (decrease) of this
Chance Order
$ -2,675.00
Net Increase of this Change
Crder
Contract Price with all approved
Chance Orders
$ 3CC,621.80
RECOMMENDED:,
Engineer
APPROVED:
Contractor
as CONSECUTIVE CALENDAR DAYS
aays
Contract Time with al_
approved Change Orders
95 CCNSECUTIVE CALENDAR DAYS
days or nate
APPRC
Own r
STAFF REVIEW FORM
AGENDA REQUEST
x CONTRACT REVIEW (Change order)
GRANT REVIEW
For the Fayetteville City Council meeting of N/A
FROM•
•
Jim Beavers Engineering
Name Division
ACTION REQUIRED:
Public Works
Department
City Engineer's approval of change order no. 3, Stubblefield phase 1 -
reconcile final quantities.
rnsm mn rrTv•
$1,063.48
Cost of this Request
4470-9470-5809
Account Number
94014-0020
Project Number
* year to date budget
activity report
$894,770
Category/Project Budget
$668,955
Funds Used To Cate
$57,504
Mill Ave. ext.
Category/Project Name
Program Name
Sales Tax Consrt.
Remaining Balance Fund
for all phases of Stubblefield per Capital project
BUDGET REVIEW:
x Budgeted Item
Budget Coordinator
Budget Adjustment Attached
Administrative Services Director
CONTRACT/GRANT/LEASE REVIEW:
Accounting Manager
City Attorney
Purchasing Officer
GRANTING AGENCY:
Cate ADA Coordinator
Date internal Auditor
Date
Date
Date
STAFF RECOMMENDATION:
Department Director
Administrative Services Director
Mayor
nate
Date
Date
Date
Cross Reference
New Item: Yes
Pre Ord/Res #: IOL -14
Orig Contract Date:
20 st4 «
FAYETTE`1LLE
THE CI7Y OF FAYETTEVILLE ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Don Bunn, City Engineer
From: Jim Beavers, Engineering
Date: 25 July 95
Re: Proposed change order no. 3 to the construction contract
for Stubblefield phase 1 to reconcile quantity variations
and provide final payment.
The first phase of the Stubblefield project, the new box culvert
and intersection relocation has been completed.
The final quantities for certain bid items have varied from the
estimated contract amounts. Please refer to the attached change
order no. 3 for specific items. This is a normal event with
unit price contracts and variations were expected.
The current contract price is $300,621.80. The final price based
upon measured quantities is $301,685.28. The net is a contract
increase of $1,063.48.
In order to process the final payment it is necessary to execute
a change order to increase the contract amount to $301,685.28.
The Council approved contract plus contingency is $323,296.80.
Therefore funds are available for this request. (The unused
contingency needs to stay with the Stubblefield job for known
problems with phase 2 which is under construction.)
Current policy allows the City Engineer to process change orders
for variations in estimated quantities up to $10,000.00 (A new
policy is being reviewed which will allow delegation to the
project manager up to $20,000.00).
RECONCILIATION CHANGE ORDER
PROJECT: STUBBLEFIELD ROAD
PHASE I
OWNER: CITY OF FAYETTEVILLE
(Name, 113 WEST MOUNTAIN STREET
Address) FAYETTEVILLE, ARKANSAS 72701
CONTRACTOR: JERRY D. SWEETSER
CONSTRUCTION, INC.
590 WEST POPLAR STREET
FAYETTEVILLE AR 72703
ENGINEER: MILHOLLAND COMPANY
205 WEST CENTER ST
FAYETTEVILLE, AR 72701
No. __ .3 ___
DATE OF ISSUANCE: July 20, 1995
OWNER'S Bid No. 94-5
ENGINEER's Project No E-245
CONTRACT FOR: STREET AND DRAINAGE IMPROVEMENTS
You are directed to make the following quantity changes in the Contract
Documents.
Description:
OVER -RUNS TD_BASDBID_ITEMS:
1.B. COMPACTED HILLSIDE: 342 T.Y. @ $9.25/T.Y. - $ 3,163.50
1.D. SODDING: 29 S.Y. @ $3.50/S.Y. -- — $ 101.50
3.A.1 STANDARD CURB .& GUTTER: 61 LF @ 57.00/L.F. ---- $ 427.00
5. CONCRETE SIDEWALK: 22.5 LF @ $8.00/L.F. ------ $ 180.00
6. 4"_DRIVE RAMPS: 8 S.Y. @ $18.00/S.Y. --------- $ 144.00
10. ROCK_EXCAVATION: 1.59 C.Y. @ $95.00/C.Y.-------- S 151.05
TOTAL OVER -RUNS TO BASE BID ITEMS $ 4,167.05
UND_ERRUNS TO_BASE BIDITEMS'
1.C. LANDSCAPING' 37% of 1 ACRE @ $300.00/ACRE ---- $ 261.00
3.C. LIME STABILIZATION: 2000 S.Y. @ $0.01/S.Y. --- $ 20.00
4.E. COMPACTED SBIBASE: 86.9 TN @ $13.50/TN $ 1,173.15
4.K. STANDARD FRENCH_DBAINS' 100 LF @ $8.00/L.F. --- $ 800.00
4.L. FRENCH FILIER ROCK: 62.92 TN @ $13.50/TN — $ 849.42
TOTAL UNDERRUNS TO BASE BID ITEMS $ 3,103.57
TOTAL NET COST INCREASE FOR CHANGE ORDER NO. 3 - $ i.063.48.
CHANGE IN CONTRACT PRICE: CHANGE IN CONTRACT TIME:
Original Contract Price Original Contract Time
$ 303296 80 80 CONSECUTIVE CALENDAR DAYS_
days or date
Previous C. 0. No.t to -2-
$_ -2.675 00
Contract Price prior to this C.O.
$ 300,621 811
Net Increase of this Change Order
Net change from previous C.O.
t.61LCONSECUTIVE CALENDAR DAYS
days -
Contract Time Prior to this C.O.
156 CONSECUTIVE CALENDAR DAYS_
days or date
Net Increase of this Change Order
$ 1,063 48 -0- CONSECUTIVE CALENDAR DAYS
days
Contract Price with all approved CO Contract Time with all approved CO
$ 301,685 28
156 CONSECUTIVE CALENDAR DAYS
days or date
RECOMMENDED: APP VED:
APPROVE
i• 14145 Simke
Contractor
Engineer Cwner
STAFF REVIEW FORM
AGENDA REQUEST
x CONTRACT REVIEW (Change crder)
GRANT REVIEW
For the Fayetteville City Council meeting of N/A
FRfM_
Jim Beavers
Name
Engineering Public Works
ACTION REQUIRED:
Division Department
City Engineer's approval of change order no. 2
COST TO rTTv:
- 0
Cost of this Request
$894,770 Stubblefield
Category/Project Budget Category/Project Name
4470-9470-5809 $668,955
Account Number
Funds Used To Date Program Name
94014-0020 $57 504 Sales Tax Consrt.
Project Number Remaining Balance Fund
* year to date budget for all phases of Stubblefield per Capital project
activity report
BUDGET REVIEW: x Budgeted Item Budget Adjustment Attached
Budget Coordinator Administrative Services Director
CONTRACT/GRANT/LEASE REVIEW: GRANTING AGENCY:
Accounting Manager
City Attorney
Date ADA Coordinator Date
Date Internal Auditcr
Purchasing Officer Date
Date
STAFF RECOMMENDATION:
Approval.
Division Head
Date Cross Reference
Department Directcr Date
Administrative Services Director Date
Mayer Date
New Item: Yes
Pre Ord/Res #: ICAO -V-1
Orig Contract Date: Sett
l
CHANGE ORDER
2
PROJECT:
OWNER:
(Name,
Address;
CONTRACTOR:
ENGINEER:
STUBBLEFIELD ROA:
PHASE I
CITY CF FAYETTEVILLE
113 .WEST MOUNTAIN STREET
FAYETTEVILLE, AR 72701
JERRY D. S'rvEETSER
CONSTRUCTION, INC.
59C W. Poplar
Fayetteville, AR 72703
MILHOLLAND CCMPANY
2C5 WEST CENTER ST.
FAYETTEVILLE, AR 72701
DATE CF ISSUANCE: May :8, 1995
OWNER's Bid No. 94-50A
TGINEER's Project No. E-245
CONTRACT FOR: STREET AND DRAINAGE IMPROVEMENTS
You are directed to make the following quantity changes
Documents.
Description:
27, 1995, per
in the Contract
Time extended 30 days from May 1, 1995, per letter April
Inspectors Daily Log.
CHANGE IN CONTRACT PRICE:
Original. Contract Price
$ 303,296.80
Previous Change Crders
$(-)2,675.00
No. 1 to 1
Contract Price prior to this C.O.
$ 30C,621.80
Net Increase of this Change Order
$ 0.00
Contract Price with approved C.O.
$ 300 621.80
REYCPe ENDED: APPR(BVED: /
/!/ c Ac 021,=4e9 •/
Engineer Cwner
CHANGE IN CONTRACT TIME:
Original Contract Time
8C CONSECUTIVE CALENDAR DAYS
days or date
Net change from previous C.O.
+15 CONSECUTIVE CALENDAR DAYS
days
Con,,ract Time Prior to this C.C.
95 CONSECUTIVE CALENDAR DAYS
days or date
Net Increase this Change Order
61 CCNSECUTIVE CALENDAR DAYS
days
Contract Time with approved C.O.
156 CONSECUTIVE CALENDAR DAYS
days or ate
APPROVED:
IMPROVEMENTS
FOR
STUBBLEFIELD ROAD
PHASE I
A PUBLIC WORKS PROJECT
FOR
THE CITY OF FAYETTEVILLE
BID Nc.: 94-5CA
ENGINEER'S PROJECT NO.: E-245
Sep`ember, 1994
ENGINEER: MR. DON BUNN
STAFF ENGItiEER: MR. JIM BEAVERS
ADDRESS: CITY OF FAYETTEVILLE, ARKANSAS
113 WEST MOUNTAIN STREET
FAYETTEVILLE, ARKANSAS 727C1
TELEPHONE: (501) 575-8208
MILHOLLAND COMPANY
ENGINEERING & SURVEYING
205 West Center
Fayetteville, Arkansas 72701
Telephone: ;501) 443-4724
Fax: (501) 443-4707
ADVERTISEMENT FOR BIDS
Notice is hereby given that pursuant to an order by the CITY OF
FAYETTEVILLE, ARKANSAS, sealed bids will be received at the City of
Fayetteville, Purchasing Office, Room 306, 113 West Mountain_
Street, Fayetteville, Arkansas until 11:30 a.m., Septembe- 6 1994,
for the furnishing of all tools, materials, and labor and the
performance of all necessary work in Fayetteville, Arkansas,
consistirc of:
STL-BBLEFIELD ROAD IMPROVEMENTS, PHASE I
FAYETTEVILLE, ARKANSAS
BID NO. 94-50A
All necessary work, materials, and every item of construction shall
be in accordance with the plans, profiles, and specifications as
approved by Public Works Department, City of Fayetteville, and
Health Department. Said plans and specifications are on file in
the office of the Engineer, MILHOLLAND COMPANY, Engineering and
Surveying, 205 West Center, Fayetteville, AR 72701. Copies may be
obtained from the office of said engineer upon the payment of
$125.CC dollars. Unsuccessful bidders or non -bidders will be
refunded $20.00 upon, the return of undamaced plans and specifi-
cations within. ten ;10) days after the date of receiving bids.
,NOTE: Previous bidders of Bid 94-50 may exchange their plans for
no additional charge.;
Each contractor shall be responsible for the investigation_,
inspection, and studies of the project site as deemed necessary to
familiarize themselves with all conditions to be encountered.
All bidders shall be licensed under the terms of Act 150 of the
1965 Acts of the Arkansas Legislature.
Each bid must be accompanied by a cashier's check or surety bond in
an amount equal to five percent (50) of the whole bid. Said bond
shall be issued by a surety -company licensed to do business in the
State cf Arkansas. In the event the successful bidder fails,
neclects, or refuses tc enter into the contract for the
construction of said work and furnish the necessary bonds within
ten (10) days from and after the date the award is made, the Owner
shall retain said check cr bond as liquidated damaces.
All bids shall be sealed and the envelope addressed to the City of
Fayetteville, Purchasing Office, Room 306, 113 West Mountain
Street, Fayetteville, Arkansas 72701, and marked on the lower left
side of the bid envelope shall be the following information:
Project name, date of bid opening, time of bid opening, biddinc
contractor's narce and licensed number, and subcontractor's name and
license number, if any.
1
ADVERTISEMENT FOR BIDS
Bids will be opened and read aloud at the City of Fayetteville,
Purchasing Room 306 at 11:30 a.m. September 6, 1994, and shall be
considered by the Owner, as may be necessary. The right to reject
any and all bids, to waive any informalities, and to negotiate with
any qualified bidder after bid opening, shall be reserved to the
discretion of the Owner.
No bidder may withdraw his bid within sixty (60) days after the
actual date of the bid opening.
INFORMATION FOR BIDDERS
1. Receipt and Opening of Bids: the City of Fayetteville, Arkansas,
(herein ca -led the "Owner"), invites bids on the form. attached
hereon, all blanks of which must be appropriately filled in. Bids
will be received by the Owner at the City of Fayetteville, Room 305,
until 11:30 a.m. , September 6, 1994, and then be publicly opened and
read aloud. The envelopes containing the bids must be sealed,
addressed to the Cwner, and designated as bid for:
ST:BBLEFIELD ROAD IMPROVEMENTS, PHASE _
FAYETTEVILLE, ARKANSAS
BI: NO. 94-50A
The Owner may consider informal any bid not prepared and submitted
in accordance with the provisions hereof and may waive an
informalities or reject any and all bids. Any bid may be withdrawn
prior to the above scheduled time for the opening of bids or
authorized postponement thereof. Any bid received after the time
and date specified shall not be considered. No bidder may withdraw
a bid within 60 days after the actual date of the opening thereof.
The Cwner reserves the right to decide which shalt be deemed the
lowest responsive and responsible bid. The bidder's reputation,
financial ability, experience, and equipment shall be given due
consideration_.
2. Preparation of Bid: Each bid must be submitted on the prescribed
form and accompanied by a performar.,.e record of the bidder regarding
construction projects of similar nature (minimum 3) and also include
the proposed subcontractor. Al. blank spaces for bid prices must
be filled in, in ink or typewritten, in both words and figures, and
the foregoing performance record must be fully completed and
executed when submitted.
Each bid must be submitted in a sealed envelope bearing or. the
outside the names and license numbers cf the bidder and the proposed
subcontractor, addresses, and the name of the project for which the
bid is submitted. If forwarded by mail, thesealed envelope
containing the bid must be enclosed in another envelope addressed
as specified in the bid form.
The Engineer's estimate of quantities is approximate only, and shall
be the basis for receiving unit price bids for each item but shall
not be construed by the bidders as actual quantities required for
the completion of the proposed work. Such quantities, however, at
the unit and lump sum prices bid for each item, shall determlr_e the
amount of each bid for comparison of bids and the evaluation of the
best bid for the purpose of awarding of the contract, and will be
used as a basis for fixing the amount cf the required bonds.
A copy of the project's proposal for -ns may be obtained as provided
ir. the Advertisement for Bids. All papers bound with or attached
to the proposal forms are necessary parts thereof and must not be
detached.
INFORMATION FOR BIDDERS
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 the
Information for Bidders maybe rejected as informal at the option
of the Owner. However, th Owner reserves the right to waive
technicalities as to changes alterations, or revisions and to make
the award in the best inter4st of the Owner.
Unit Price Bids: Bidders shall insert a unit price for each item
of work listed in the Engineer's estimate of quantities of work to
be done. Unit prices shall include amounts sufficient for the
furnishing of all labor, materials, tools, equipment, and apparatus
of every description, to construct, erect, and completely finish all
of the work as called for in the specifications and shown in the
plans. Unit prices bid and totals shown in the Proposal shall
include all costs of material testing, subgrade, base, paving
materials, and all other construction materials. The price bid for
each item must be stated in figures and in words on the bidding
forms. In case of a difference in the written words and figures in
a Proposal, the amount stated in the written words shall govern.
All items in the Proposal shall bear a fair relationship to the cost
of the work to be done. Bids which appear unbalanced and deemed not
to be in the best interestlof the Owner may be rejected at the
discretion of the Engineer nd/or the Owner.
3 Subcontracts: The bidder is
firm, or other party to whom
under this contract -
specifically advised that any person,
it is proposed to award a subcontract
a. Must be acceptable to the Owner after verification by the
Engineer of a good current performance record;
b Must be licensed in the State of Arkansas to do construction
work;
c Must have previously performed local projects of similar
nature and type as the proposed project in a professional and
satisfactory manner.
Approval of the proposed -subcontract award cannot be given by the
Owner unless and until the proposed subcontractor has submitted the
evidence showing that it has fully complied with all reporting
requirements to which it is or was subject.
The general 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 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.
2
INFORMATION FOR BIDDERS
4. State Licensing Laws: Contractors must be licensed in accordance
with the requirements cf Act 150, Arkansas Acts of 1965, the
"Arkansas State Licensing Law for Contractors". Bidders who submit
proposals in excess of $10,00C•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 the proposal.
5. Telegraphic Modification: Any bidder may modify his bid by
telegraphic communication at any time prior to the scheduled closing
time for receipt of bids, provided such telegraphic communication
is received by the Owner prier to the closing time, and provided
further, the Owner is satisfied that a written confirmation of the
telegraphic modification over the signature of the bidder was mailed
prior to the closing time. The telegraphic communication should not
reveal the bid price but should provide the addition or subtraction
or other modification so that the final prices or terms will not be
known by the Owner until the sealed bid is opened. 7f written
confirmation is net received within twc days from the closing time,
no consideration will be given tc the telegraphic modification_.
6. Method of Bidding: The Owner invites the following bid(s):
STUBBLEFIELD ROAD IMPROVEMENTS, PHASE I
FAYETTEVILLE, ARKANSAS
BID NC. 94-50A
7. Oualificatiors of Bidder: The Owner may make such investigations
as he deems necessary to determine the ability cf the bidder to
perform the work, and the bidder shall furnish to the Owner all such
information and data for this purpose as the Owner may request. The
Owner reserves the right tc resect any bid if the evidence submitted
by, or investigation of, such bidder fails tc satisfy the Owner that
such bidder is properly qualified tc carry out the obligations of
the contract and to complete the work contemplated therein.
Conditional bids will nct be accepted.
Each bidder, if requested to do so by either the Owner or the
Engineer, shall furnish satisfactory evidence of his competency to
perform the work contemplated. The Owner reserves the right to
reject a bid if the bidder has not submitted, upon request, a
statement of his qualifications prior to the date of the opening of
bids.
The Contractor shall nct 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 cut in the plans, specifications,
contract, and bonds.
3
INFORMATION FOR BIDDERS
Before any contract is awarded, the 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 work, Eogether with samples, which may be
subjected to the tests proJided for in these specifications to
determine their quality and fitness for the work.
8. Bid Security: Each bid must be accompanied by cash, certified check
of the bidder, or a bid bond prepared on the form of bid bond
attached hereto duly executed by the bidder as principal and having
as surety thereon a surety company approved by the Owner, in the
amount of 5% of the bid. Such cash, checks, or bid bonds will be
returned to all except the three lowest bidders within three days
after the opening of bids, and the remaining cash, checks, or bid
bonds will be returned promptly after the Owner and the accepted
bidder have executed the contract, or if no award has been made
within 30 days after the date of the opening of bids, upon demand
of the bidder at any time. thereafter so long as he has not been
notified of the acceptance of his bid.
9. Liquidated Damages for Failure to Enter into Contract: The
successful bidder, upon his failure or refusal to execute and
deliver the contract and bonds required within 10 days after he has
received notice of the acceptance of his bid, shall forfeit to the
Owner, as liquidated damages for such failure or refusal, the
security deposited with his bid.
10. Time of Completion and Liquidated Damages: Bidder must agree to
commence work on or before a date to be specified in a written
"Notice to Proceed" of the Owner and to fully complete the project
with 80 consecutive calendar days thereafter. Bidder must agree
also to pay as liquidated damages, the sum of $250.00 for each
consecutive calendar day theieafter as hereinafter provided in the
General Conditions.
11. Conditions of Work: Each bidder must inform himself fully of the
conditions relating to the construction of the project and the
employment of labor thereon. Failure to do so will not relieve a
successful bidder of his -obligation to furnish all materials and
labor necessary to carry out the provisions of his contract.
Insofar as possible, the contractor, in carrying out his work, must
employ such methods or means as will not cause any interruption of
or interference with the wo k of any other contractor.
12. Addenda and Interpretations: No interpretation of the meaning of
the plans, specifications or other pre-bid documents will be made
to any bidder orally
4
INFORMATION FOR BIDDERS
Every request fcr such interpretation should be in writing,
addressed to MILHOLLANL COMPANY, Engineering & Surveying, 205 West
Center, Fayetteville, AR 72701, and to be given consideration, must
be received at least five (5) days prior to the date fixed for the
opening of bids. Any and all such interpretations and any
supplemental instructions will be in the form of written addenda to
the specifications which, if issued, will he mailed by certified
mail with return receipt requested to all prospective bidders (at
the respective addresses furnished for such purposes), not later
than three (3; days prior to the dated fixed for the opening of
bids. Failure of any bidder to receive any such addendum or
interpretation shall not relieve such bidder from any obligation
under his bid as submitted. All addenda so issued shall become part
of the contract documents.
Security for Faithful Performance: Simultaneously with his delivery
of the executed contract, the contractor shall furnish a surety bond
cr bonds as security for faithful performance Of this contract and
for the payment of all persons performing labor on the project under
this contract and furnishing materials in connections with this
contract, as specified herein. The surety on such bond or bonds
shall be duly authorized by a surety company satisfactory to the
Owner.
14. Power cf Attorney: Attorneys -in -Fact who sign bid bonds or contract
bonds must file with each bcnd a certified and effectively dated
copy cf their Power of Attorney.
15. Notice of Special Conditions: Attention is particularly called to
those parts of the contract documents and specifications which deal
with the following:
a. Inspection and testing of materials.
b. Insurance requirements.
c. Wage rates.
d . Stated allowances.
16. Laws and Regulations: The bidder's attention is directed to the
fact that all applicable Federal and State laws, municipal
ordinances, and the rules and regulations of all authorities having
jurisdiction over construction of the project shall apply to the
contract throughout, and they will be deemed to be included in the
contract the same as though herein written out in full. Applicable
laws and regulations the contractor and subcontractor shall comply
with and be familiar with are as fellows (but not limited to):
a. Wage and Labor laws.
.,. State unemployment compensation.
c. Act 74 - Amend Act 275 of 1969 (Arkansas Statute 14-63C).
d . Withholding State and Federal Taxes.
e. Anti -kickback Act of June 13, 1934, 40 J.S.C. 276 (c;.
f . Equal opportunity provisions.
g. Act 125 - Arkansas Acts 1965.
5