Loading...
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