Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
123-98 RESOLUTION
- • RESOLUTION Na t 7 3- 9 8 A RESOLUTION AWARDING BID NO. 98-68 IN THE AMOUNT OF $152,983, PLUS A PROJECT CONTINGENCY AMOUNT OF $15,298, TO JOHN P. MARINONI CONSTRUCTION COMPANY, INC., FOR CONSTRUCTION OF AN OFF-LOADING FACILITY FOR THE SOLID WASTE DIVISION; AND APPROVAL OF A BUDGET ADJUSTMENT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS - Section L That the City Council hereby Bid No. 98-68, in the amount of $152,983, plus a project contingency of $15,298, to John P. Mannon Construction Company, Inc., for construction of a off-loading facility, for the solid waste division; and authorizes the Mayor and City Clerk to execute said contract. A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof. Section 9 The City Council hereby approves a budget adjustment in the amount of $127,500 increasing Solid Waste Improvements, Acct. No. 5500 5060 5816 00, Project 98053 1, in the amount $97,500; Transfer to Solid Waste Fund, Acct. No. 4470 9470 7602 50, in the amount of $30,000; and Transfer from Sales Tax Cap., Acct. No. 550 0950 6602 47, in the amount of $30,000 by decreasing Solid Waste Improvements, Acct. No. 4470 9470 5816 00, Project No. 97083 1, in the amount of $57,130; Solid Waste Improvements, Acct. No. 4470 9470 5816 00, Project 97034 1, in the amount of $30,000; and Use of Fund Balance, Acct. No. 5500 0950 4999, in the amount of $40,370. A copy of the budget adjustment is attached hereto and made a part hereof. er.•P.ASSED AND APPROVED this 1:52L day of September , 1998. �.. • .• 4,r 4. ncc: 'tr, °�7kT�;,1' By: i Heather Woodruff, City APPROVE By: Fed Hanna, Mayor 4') STAFF REVIEW FORM XX AGENDA REQUEST CONTRACT REVIEW GRANT REVIEW For the Council meeting of September 15. 1998 t FROM: Cheryl Zotti Name Solid Waste Public Works Division Department ACTION REQUESTED: Staff request approval of the lowest qualified bidder for the construction of aq off-loading f'ac}'li y for the golid,Waste Division. Please see attached memorandum. ��ut4 r+%j 4 SCf 04411:6404 is 4M4d uflo COST TO CITY: AWS)) 1 Cost of this request S 98.000 Solid waste Improvements Category/Project Budget Category/Project NAME 5500-5060-5816.00 0 Account Number 98053 Project Number BUDGET REVIEW: X j r, Budgeted Item Recycling Funds Used to Date Program Name 98,000* Solid Waste Remaining balance Fund *A budget adjustment will increase this amount after the bid closes. Bud et , ust nt 1,t ac ed �� �, .� Lct lid n l''�� ckgr A. h 5:>Lstvtc.¢w: �o (A Aistrative Services Director CONTRACT/GRANT/LEASE REVIEW: i. a ?vLI Acountingan Ci C y Atibrney Purchasing Officer SW 14 Date Date 3DA Coordinator ate ee + r E� Ce t �O� GRANT AGENCY: 13-v R8 Date STAFF RECOMMENDATION: 8 t8--,$ Date Zoete Dae x/gp4tao 19% Date Cross Reference New Item: Yes No Prev Ord/Res #: Orig Contract Date: t4 CITY OF FAYET:EVILLE BID ATTENDANCE SHEET BID NO. ?I, 7 f COMMODITY CA--7r� et/SC/-72 2. v2-, ✓Li ter, Air DATE: TIME: ?OMPANY 5l'cE/.7 Fe CoA 3.7- iti,2:6 3 )74 td 6 �mla3 I 11. 12. VA kJ T 1 TITL$ fi�Zyi1 .t's Y K?� C._ e• -LI rc5! • CITY OF FAYETTEVILLE BID ATTENDANCE SHEET BID NO. 91h COflIOD I TY tiaStZ 1.E//i4S6sE 2. sir ✓11 i 4 Ch u OIL. --A& 62 m04 C Ma - 7 - J 11 8. 1 l`A-Z lc t bi4 ", 9. U V� 10. 11. 12. (Li�Ci Cc c -7-2L se DATE: ///cf/ //,1901 TIME: 5ilcE�SF� CCA d7S r(1( - TITLE - 7 CL,. 1.< W 7 n m -g fo m 5 N 7 — 4-4 10 11 0 N 3 0CI N 90 d H :P01.100 pOIMI90 'Mathematical Error Corrected by Engineer TOTAL BID, Accepting Ded. Alt. No. 1 40 A O O • co go a O m a_ 3 s0 o 0 A 5 c n N a a. 9 d CD Q Qs m Q 0 d R 2- & a u0 0 Cf N H 2 0 Co 0 0 0 alb 1Hlol ✓ r- e '0'V C c 3 3 -iQ N 0 • o o a Co m • mco4 cn 3 0 0 0 a 1 a t -I m po a D0 r v 3 w Qa • p o 0 o coco C - J 9 0 m O C ✓ n a m co. a • di 5, • § d Z a a O a m '- m o R N C N 4, ✓ O N J O 8 V w 0 W 0 ala ivlol M OI N CO O w 0 N o O 0 CO o w O o 0 8 O N O N O O 0 0 1 Q 1¢ g :E A g @ g a- 1 Y c C z O 0 Z 71 71 O A o -i rap ET1M-I Z1 1a F==m zreZO mnGa�$m cn D n§< ✓ �'� D rn m r<cn z M N Nim O W CO CO CO CO CO r. 7oa11o0 pa1.1i1190 'Mathematical Error Corrected by Engineer TOTAL BID, Accepting Ded. Alt. No. 1 k k 0 40 COfan0 93 • CO u3 \o k} k\ §/ kk co/ Ole id101 U \ 8a co C4 0 cn ) §8 E 2 TOTAL BID, Accepting Ded. Alt. No. 1 & 0 E 018 lt/lol 23. F, A co 40 ea CO ( -a -00 0 CO 00 EE E2 • 'ON SNVld 4110 la co cn 44 % 0 (13 6-4 o co {E 44 $ C 0o 1 PLANS DATED: AUGUST, 1998 (0 ■ $ • i AGREEMENT THIS AGREEMENT is dated as of the "A:r/it tee i4 day of 01 in the year 19 c.5 by and between the City of Fayetteville, Arkansas (hereinafter called OWNER) and John P. Marinoni Construction Company, Inc., of Springdale, AR (hereinafter called CONTRACTOR). Owner and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: Recycling Center Improvements; Off -Loading Facilities, and all associated items, which consists of all items as set out in the Bid (City of Fayetteville Bid No. 98-68), and these Plans and Specifications No. Fy-280, dated August, 1998, including all work required for a complete installation. Article 2. ENGINEER The Project has been designed by McGoodwin, Williams and Yates, Inc., who is hereinafter called Engineer and who is to act as Owner's representative, assume all duties and responsibilities and have the rights and authority assigned to Engineer in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents Article 3. CONTRACT TIMES 3.1 The Work will be substantially completed and in service within seventy-five (75) days after the date when the Contract Times commence to run as provided in paragraph 2.3 of the General Conditions, and completed and ready for final payment in accordance with paragraph 14.13 of the General Conditions within ninety (90) days after the date when the Contract Times commence to run. These Contract Times include delays for normal (average) weather-related events, such as rain, snow, and freezing temperatures which may affect the progress of the construction in the following amounts on a per -month basis as hereinafter set out. Only weather-related delays in excess of these amounts will be considered for time extensions, if requested by the Contractor. 6-1 a CT N N 0 um 0 0 1 The Contractor shall include within the Contract Times the respective number of days (as shown above for each month during the Contract) for normal weather-related events which may cause delays in the progress of the Work, and place a sufficient work force on the project to ensure completion of the Work within the Contract Times. Days Included in Contract Times for Normal Weather -Related Events (On A Monthly Basis) January 11 February 9 March 8 April 8 May 8 June 8 July 5 August 6 September 6 October 6 November 6 December 9 q 3 2 Liquidated Damages. Owner and Contractor recognize that time is of the essence of this Agreement and that Owner will suffer financial loss if the Work is not completed within the times specified in paragraph 31 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. They also recognize the delays, expense and difficulties involved in proving the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay Owner two hundred fifty dollars ($250.00) for each day that expires after the time specified in paragraph 3 1 for Substantial Completion until the Work is substantially complete After Substantial Completion, if Contractor shall neglect, refuse or fail to complete the remaining Work within the time specified in paragraph 3.1 for completion and readiness for final payment or any proper extension thereof granted by Owner, Contractor shall pay Owner two hundred fifty dollars ($250.00) for each day that expires after the time specified in paragraph 3.1 for completion and readiness for final payment. Article 4. CONTRACT PRICE Owner shall pay Contractor for completion of the Work in accordance with the Contract Documents an amount 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, for unit and lump sum prices in the Bid, the total sum being One Hundred Fifty -Two Thousand Nine Hundred Eighty -Three and no/100 ($152,983.00 ). (use words) (figures) As provided in paragraph 11.9 of the General Conditions estimated quantities are not guaranteed, and determinations of actual quantities and classification are to be made by 6-2 m 1 r a a 1 1 1 1 a a 1 a a 1 a 1 1 • 1 Engineer as provided in paragraph 9.10 of the General Conditions. Unit prices have been computed as provided in paragraph 11 9.2 of the General Conditions. Article 5. PAYMENT PROCEDURES Contractor shall submit Applications for Payment in accordance with Article 14 of the General Conditions Applications for Payment will be processed by Engineer as provided in the General Conditions. 5.1 Progress Payments; Retainage. Owner shall make progress payments on account of the Contract Price on the basis of Contractor's Applications for Payment as recommended by Engineer, on the last Friday of each month during construction as provided in paragraphs 5.1 1 and 5.1.2 below. All such payments will be measured by the schedule of values established in paragraph 2.9 of the General Conditions (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements. 5.1.1 Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in each case, Tess the aggregate of payments previously made and less such amounts as Engineer shall determine, or Owner may withhold, in accordance with paragraph 14.7 of the General Conditions. 90% of Work completed (with the balance being retainage). If Work has been 50% completed as determined by Engineer, and if the character and progress of the Work have been satisfactory to Owner and Engineer, Owner, on recommendation of Engineer, may determine that as long as the character and progress of the Work remain satisfactory to them, there will be no additional retainage on account of Work completed, in which case the remaining progress payments prior to Substantial Completion will be in an amount equal to 95% of the Work completed. 100% of materials and equipment not incorporated in the Work (but delivered, suitably stored and accompanied by documentation satisfactory to Owner as provided in paragraph 14.2 of the General Conditions). 5.1.2 Upon Substantial Completion, in an amount sufficient to increase total payments to Contractor to 95% of the Contract Price (with the balance being retainage), less such amounts as Engineer shall determine, or Owner may withhold, in accordance with paragraph 14.7 of the General Conditions. 5.2 Final Payment. Upon final completion and acceptance of the Work in accordance with paragraph 14.13 of the General Conditions, Owner shall pay the remainder of the Contract Price as recommended by Engineer as provided in said paragraph 14.13. Article 6. CONTRACTOR'S REPRESENTATIONS In order to induce Owner to enter into this Agreement, Contractor makes the following representations: 6-3 0 11111 6.1 Contractor has examined and carefully studied the Contract Documents (including the Addenda listed in paragraph 7) and the other related data identified in the Bidding illDocuments including "technical data." 6.2 Contractor has visited the site and become familiar with and is satisfied as to the PI general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. rn 6.3 Contractor is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress, performance and furnishing of the Work. PIN 6.4 Contractor has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (except N Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.21 of the General Conditions. Contractor accepts the determination set forth in paragraph SC -4.2 of the Supplementary Conditions of the extent of the "technical data" contained in such reports and drawings upon which 11111 Contractor is entitled to rely as provided in paragraph 4.2 of the General Conditions. Contractor acknowledges that such reports and drawings are not Contract Documents and may not be complete for Contractor's purposes. Contractor acknowledges that 1111 Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the site. Contractor has obtained and carefully 11111 studied (or assumes responsibility for having done so) all such additional supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise OM which may affect cost, progress, performance or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor and safety precautions and programs incident us thereto. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the performance and furnishing of the Work at the Contract Price, within the Contract Times and in accordance with the 1 other terms and conditions of the Contract Documents 6.5 Contractor is aware of the general nature of Work to be performed by Owner and MIothers at the site that relates to the Work as indicated in the Contract Documents. 6.6 Contractor has correlated the information known to Contractor, information and 11.1 observations obtained from visits to the site, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and data with the Contract Documents. IIII 6 7 Contractor has given Engineer written notice of all conflicts, errors, ambiguities or discrepancies that Contractor has discovered in the Contract Documents and the written • resolution thereof by Engineer is acceptable to Contractor, and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 11111 111111 6-4 • 1 • • 1 u 1 1 • 1 Article 7. CONTRACT DOCUMENTS • The Contract Documents which comprise the entire agreement between Owner and Contractor concerning the Work consist of the following: 7.1 This Agreement. 7.2 Exhibits to this Agreement. 7.3 Performance, Payment and other Bonds. 7.4 Notice to Proceed. 7.5 General Conditions. 7.6 Supplementary Conditions. 7.7 Specifications consisting of divisions and sections as listed in the Table of Contents. 7.8 Drawings consisting of three sheets. 7.9 Addenda numbers 1 to 2 , inclusive. 7.10 Contractor's bid. 7.11 Documentation submitted by Contractor prior to Notice of Award. 7.12 The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying or supplementing the Contract Documents pursuant to paragraphs 3.5 and 3.6 of the General Conditions. The documents listed in paragraphs 7.2 et seq. above are attached to this Agreement (except as expressly noted otherwise above). There are no Contract Documents other than those listed above in this Article 7. The Contract Documents may only be amended, modified or supplemented as provided in paragraphs 3.5 and 3.6 of the General Conditions Article 8. MISCELLANEOUS 8.1 Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 8.2 The Contractor and all Subcontractors shall pay not Tess than the minimum prevailing hourly wage rates as found by the Arkansas Department of Labor or as determined by the Court on appeal to all workmen performing work under the Contract. 6-5 r - 2 1 } 8.3 No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.4 Owner and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect to all covenants, agreements and obligations contained in the Contract Documents. 8.5 Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon Owner and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. IN WITNESS WHEREOF, Owner and Contractor have signed this Agreement. One counterpart each has been delivered to Owner, Contractor and Engineer. All portions of the Contract Documents have been signed, initialed or identified by Owner and Contractor or identified by Engineer on their behalf. This Agreement will be effective on nit /ST , 19 52 (which is the Effective Date of the Agreement). OWNER: CONTRACTOR: City of Fayetteville, Arkansas John P. Marinoni Construction Co. By: tvid Attest Fr'ed Hanna, Mayor [Corporate Seal] H -ether Inman Woodruff, Address for Giving Notices 113 West Mountain Street !- "'erk Fayetteville, Arkansas 72701 6-6 Inc. By (%LI John P. Marinoni, �^h r an of the Board [Corporate Seal] Attes • pora e ecre ary Address for Giving Notices 5204 S. Thompson, Unit F Springdale, Arkansas 72764 BID Recycling Center Improvements OFF-LOADING FACILITIES For the City of Fayetteville, Arkansas Plans No. Fy-280 Dated August, 1998 City of Fayetteville Purchasing Office, City Hall 113 West Mountain Street Fayetteville, Arkansas 72701 To Mayor Hanna and the City Council: 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement with Owner in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for sixty days after the day of Bid opening. Bidder will sign and submit the Contract Agreement with the Bonds and other documents required by the bidding requirements within fifteen days after the date of Owner's Notice of Award. 3. In submitting this Bid, Bidder represents, as more fully set forth in the Contract Agreement, that: a) Bidder has examined copies of all the Bidding Documents and of the following addenda (receipt of which is hereby acknowledged) Date Number August 28, 1998 1 August 31, 1998 2 and such addenda are attached to the Bid. 5-1 r• 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 • • r-.,,..,_:,-+ b) Bidder has visited the site and become familiar with and is satisfied as to the general, local and site conditions that may affect cost, progress, performance and furnishing of the Work. c) Bidder is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress, performance and furnishing of the Work d) Bidder has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.21 of the General Conditions. Bidder accepts the determination set forth in paragraph SC -4.2 of the Supplementary Conditions of the extent of the "technical data" contained in such reports and drawings upon which Bidder is entitled to rely as provided in paragraph 4.2 of the General Conditions. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bidding Documents with respect to Underground Facilities at or contiguous to the site. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations, explorations, tests, studies and data concerning 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 or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto Bidder does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the determination of this Bid for performance and furnishing of the Work in accordance with the times, price and other terms and conditions of the Contract Documents. e) Bidder is aware of the general nature of Work to be performed by Owner and others at the site that relates to Work for which this Bid is submitted as indicated in the Contract Documents. f) Bidder has correlated the information known to Bidder, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and data with the Contract Documents. Bidder has given Engineer written notice of all conflicts, errors, ambiguities or discrepancies that Bidder has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Bidder, and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. h) This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not g) 5-2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 • directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. 4. The following documents are attached to and made a condition of this Bid. Required Bid Security in the form of bid bond or certified or cashier's check for 5 percent of amount bid �$ 5% 5. The Bidder will complete the Work for the following unit and lump sum prices: Item Estimated Total No. Quantity Description of Item and Unit or Lump Sum Price Bid Amount 1. Lump Sum Off -Loading Facility, including reinforced concrete, concrete paving, earthwork, cleanup and seeding, and all other work, complete in place One Hundred Fifty -Two Thousand 152,883.00 Eight Hundred Eighty -Three ani no/100 dollars $ Dollar Amountwritten in Word* fin Figured 2. Lump Sum Trench or Safety Excavation System, as required by Act 291 of the 1993 Arkansas General Assembly One Hundred and no/100 dollars 100.00 TOTAL BID $ 152,983.00 DEDUCTIVE ALTERNATE NO. 1 The Owner reserves the right to accept the following Deductive Alternate if found necessary to reduce the Contract Amount so as to be within the monies available for the project or for other reasons found to be in the Owner's best interest. Bid Item 1. Deduct the Guardrail and Guardrail Posts, and Cable and Post Assemblies including the Galvanized Cable. Total, Deductive Alternate No. 1 $ 7,374.00 TOTAL BID, ACCEPTING DEDUCTIVE ALTERNATE NO. 1 $ 5-3 NOT ACCEPTED • 5. (continued) The contract, if awarded, will be based on the lowest bid accepted by the City of Fayetteville, Arkansas. Unit prices have been computed in accordance with paragraph 11.9.2 of the General Conditions. Bidder acknowledges that quantities are not guaranteed and final payment will be based on actual quantities determined as provided in the Contract Documents. Amounts are to be shown in both words and figures. In case of discrepancy, the amount shown in words, unless obviously incorrect, will govern. The above unit and lump sum prices shall include all labor, materials, bailing, shoring, removal, overhead, profit, insurance, etc., to cover the finished work of the several kinds called for. The Bidder understands that the Owner reserves the right to reject any or all bids and to waive any informalities in the bidding. 6. The Bidder agrees that the Work will be substantially complete within 75 calendar days after the date when the Contract Times commence to run as provided in paragraph 2.3 of the General Conditions, and completed and ready for final payment in accordance with paragraph 14.13 of the General Conditions within 90 calendar days after the date when the Contract Times commence to run. Bidder accepts the provisions of the Contract Agreement as to liquidated damages in the event of failure to complete the Work within the times specified in the Agreement. 7. Communications concerning this Bid shall be addressed to the address of Bidder indicatec below. 8. Terms used in this Bid which are defined in the General Conditions or Instructions wil have the meanings indicated in the General Conditions or Instructions. Submitted this 1st day of September Attest /s/ Betty F. Marinoni (Seal, if bid is by corporation.) Arkansas License No. 0033500498 5-4 19 98 Respectfully submitted, John P. Marinoni Construction Co.,Ir (Firm Name) By /s/ John P. Marinoni Title Chairman of the Board 5204 S. Thompson, Unit F Springdale, Arkansas 72764 (Business Address & Zip Code) Pi • INFORMATION REQUIRED OF BIDDER LIST OF SUBCONTRACTORS: The Bidder shall list below the name and the location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvement, or a subcontractor licensed by the state who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the Plans and Specifications, in an amount in excess of one-half of one percent of the prime contractor's total Bid. The Bidder shall also list below the portion of the work which will be done by each subcontractor under this Contract. Failure to comply with this requirement will render the Bid nonresponsive and may cause its rejection. Subcontractor Percent License of Total Work to be Performed Number Contract Subcontractor's Name & Address 1 Dirt Work 0036050699 10% Don Brick Excavation 2520 Perry Road Rogers, Arkansas 72756 2. 3. 4. 5. 6. 7. Note: Attach additional sheets if required. 5-5 1 1 1 1 1 1 1 1 1 1 { 1 1 1 4 1 Instructions to Bidders nlIG3/4111 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. Sim. Ktt-p-IC RED 2) Permanent main office address. 52 Oq .S. Y 0Aw•fis+ , , Sp -:.1d. tc, 074 7zl(oY 3) When organized. 7€4 H e It7G 4) If a corporation, where incorporated. 4'6<a -43a+ 5) How many years have you been engaged in the contracting business under your present firm or trade name? Z Z yep 6) Contracts on hand. (Schedule these, showing amount of each contract and the appropriate anticipated dates of completion.) Se r 4 rr4 t a. e 7) General character of work performed by your company. ire Q7'°c4' 8) Have you ever failed to complete any work awarded to you? N ° 9) Have you ever defaulted on a contract? If so, where and why? '" u 10) List the more important projects recently completed by your company, stating the approximate cost for each, and the month and year completed.,lee a rra 4e1 11) List your major equipment available for this contract)/ "i-inc u Ne e , d.3 : e the s/J Y..- cc s , t1149. -cola -te ,Q.f&-, , etc. Lena Nein, 12) Experience in construction similar in size to this project, along with project owners and engineers. Qom -4 34 S4-rQyy a•vo, este .,s:.., -60-4x? 8 olro:na�e i„vale. e�t�✓as�•�ic0OLi/oe a/eLway.rcu ee We1 tale C:f,. Fa e7° a, /e— ) 13) Ba2kground and experience of the principal members of your organization, including the officers. See affa,ke.1 14) Credit available: $ Set) K 15) Give bank reference: M e n -f// L7n. c G, 16) Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the Owner? Dated at Fa-iCite LIHIes se this day of. t/ la 10c� , 19�. 2-2 • Name of Organization: c.)0F.0J *• O t iii NOS i CO NS Instructions to Bidders By JH ^1 iiil(` iNio Mi 11/11 Title PkR'(tl(tf T� t`D State ofR�r`}1�SS ) NMCounty of (j>R%-4111))1/41 ) tEN —P, iY1R-t_NIonF t being duly sworn deposes and says 1.1 that he (she) is the C ham\ 62.ACC*).1 be 1*,E cf t of fu _I` ontractor(s), and that answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn before me this ( day ofc�t=tl`zl ` be r 19t? dr 517 r IIIII Notary Pu My commission expires �` 1.1 (Seal) 111.1 4. EXAMINATION OF CONTRACT DOCUMENTS AND SITE 4.1 It is the responsibility of each Bidder before submitting a Bid: 1111 4.1.1 to examine thoroughly the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to below), la 4.1.2 to visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work, 1.11 4.1.3 to consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work; IS4.1.4 to study and carefully correlate Bidder's knowledge and observations with the Contract Documents and such other related data; 1111 4.1.5 to promptly notify Engineer of all conflicts, errors, ambiguities or discrepancies which Bidder has discovered in or between the Contract Documents and such other 111111 related documents. 2-3 • THE • AMERICAN INSTITUTE OF ARCHITECTS • AIA Document A305 Contractor's Qualification Statement 1986 EDITION This form is approved and recommended by The American Institute of Architects (AIA) and The Associated General Contractors of America (AGC) for use in evaluat- ing the qualifications of contractors. No endorsement of the submitting party or verification of the information is made by the AIA or AGC. The Undersigned certifies under oath that the information provided herein is true and suffi- ciently complete so as not to be misleading. SUBMITTED TO: City of Fayetteville ADDRESS: Fayetteville, Arkansas SUBMITTED BY: JOHN P. MARINONI CONSTRUCTION CCMPANY1 INC. Corporation X) NAME: John P. Marinoni, Chairman of the Board Partnership ADDRESS: 5204 S. Thompson, Unit F Individual 0 Springdale, Arkansas 72764 JointVenture PRINCIPAL OFFICE: Same Other 0 NAME OF PROJECT (if applicable): RECYCLING CENTER IMPROVEMENTS TYPE OF WORK (file separate form for each Classification of Work): General Construction x General Construction HVAC Plumbing Electrical Other (please specify) Copyright 1964. 1969. 1979, ©1986 by The Amcrican Institute of Architects. 1735 New York Avenue. N.W., Washing of the AIA violites the copyright laws of the United States and herein or substantial wilquotation bc subject its to legal prosecution.rovisions without written permission AIA DOCUMENT A305 • CONTRACTOR'S QUALIFICATION STATEMENT • 1916 EDITION • AIM • ©1986 THE AMERICAN INSTITUTE OF ARCHITECTS. 17IS NEW YORK AVENUE. N W . WASHINGTON, U.C. 2I0XK, WAnasa: Unnamed pfmfoou0/It g NotatM LL& oapOrt Iww and Is wgKt to legal prommution. A305-1986 1