HomeMy WebLinkAbout171-91 RESOLUTION•
RESOLUTION NO. 171_91
•
A RESOLUTION AUTHORIZING A CONTRACT WITH C.W.
COMBS CONSTRUCTION COMPANY FOR THE SUNRISE
MOUNTAIN WATER SYSTEM IMPROVEMENTS.
BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the Mayor and City Clerk are hereby
authorized and directed to execute a contract with C.W. Combs
Construction Company for the Sunrise Water System Improvements in
the amount of $123,140.00 plus a contingency of $4,150.00. The
residents of Sunrise Mountain have agreed to reimburse the City an
amount not to exceed $20,000.00 upon completion of project. A copy
of the contract authorized for execution hereby is attached hereto
marked Exhibit "A" and made a part hereof.
PASSED AND APPROVED this 17th day of September , 1991.
APPROVED:
By:ga
Mayor t��/�i1
ATTEST:
•
•0 8O Ny`� OO 8 8 8. 8 O 8. OO 8. O O 8.888
p8
Op8
O
4 S i 15 NM N 8 N§ 11 i 8§ 1 '18N O 8
N 3
N 6 NNN N M N - �MM
Mp 8CyO8
8
8
8888
p8
8
8NN8
9 M In MN s 8 CONg 3 O OM J N
in
N MNo4M idS M M M
N
11
• ▪ W.O
="isIII
N W■FY
I■_■A
y - Y
y11
N
Z640 W
—
6•T
8A 88 j818
42
A N
6N
8
O
MN
�=YK
WNiY-
8 O S 8 8 8 8 8888
s
8
1
8 8 8 O O O O O NIC 8 8 0 8 8
«« Esti' =x1«"x»3
• N
M
S129.511.85
8 O O O 8.8.8. 8 8 8 8 8 O 8 SSS 8 8 8 8 8 8 8 8
Es k 1 co
in
IM
N N 111
GM Mp M M C G p N Np p G p N O NC M G p 11G1 N
8 8 8 O 1 Ny $ 8p 8 8 p8 8 8 1/8� o8 8 8 8 8 8 oO p 8 8 Op 8 iM
M M M M N `�i P IOI1 Ldp . hod N E 3 N N O O i 9 M J 1i P51 1
N N N 111 111 1�1 N M N YYY111 N N M M YYYIII rrr111 II1 Y1
M 11
g8
O
■ Y
OF
■ F
IN
H H F H m t t i < t t<< M < Mt i i i Y Y H M
IL W W LL J YI W W IY Yl la W W W p 0- p� U N N Ia. W
O O O O A M J N J J O �O O • O S N O A O
N
$ $ 8
1�ea�45
� OF F - W y y0. _ <�� K V pHA
• 1 ��pypyp�� yyyppp+��1 yyyUILI
J��� xp xp 3 ' O 2S 2 a Ca `. i
i■ Y• i § ■per( 6 ; _ ` ` A 2 :y K zt : ` O Z ■yyyWyN[��� Y
6-
§
.p
U M urn., 11]yy 1N ] i N _ J �Wy yW1 ` w W N
�y • 1y M yy > > SIL ••• P i FZ Ui• f = G NN ■W� 111-1
f■�� ��1.••FFF
.6pp .p6pp W y�OS�11 i i i O� ~ num( W I C c - >> i Ir G W J d. H
N N J 8 > >NNW p YIi Fiygl �.y� - d IN. t I- W IA W Y11 OF �' I�
Luc::
W i W N< .1 Mi p■� ppb 2171,
Mal
II- <H yf1 L ■N
■Y ��++�� �+,� Stlll r 3� �■( tlai la pU¢y GYl OYl X yppW ■WIC U S U <
• .{ �i M S3 .o Ni 'Yil i 1A' Ndo�.l NNWM i FQ § < § j Wo ■r
iEppIiiisiallu
3■3.3� . : Jc ■if {- o
101.3 NU SOLI
N
:3 ■
•-0
N
M
N •0 A O P
O
- - ,
O 04
R N N N N N N
8 8 8 88 888 8 8 888 8 8 888 88 8888 88
r N M 'a' M YI !I'M!!
W1�y
-"
S N � 8 8M Nry NryHyry� Mryg pHp 8H 8 8 �Q8 8.8. 8 8 y8�� 8 8 82 8.8. 8
« a N M M N N M .. M S M M N N M M M M M 8
MM« MM « NN �«1 « M N
5
Y
"218 8 8 8 SS SHS 8 8 SSH 8 8 SSH 88 SSHH H 8
§N 0x E.M g 1 �NyM yE� i x M k 1 1 �i §.§.1112. �y '4 LI
g. W i M N M N M S« N M M 2
31 N188YY8 H H H HM 888 8 H HP.
• GH
IV N 2 M N~ all x M 3.1 « 3
■rp
=:M88M«««3 M
GG':
:'W'8 8 H H 88 SSH 8 8 SSH 8 8 HHS 88 8888 H
Mgr$ 'I .1F yril11 111 x a 113 �sy$p 511 'rz ��pi
I"'3 M «x «N « 1M Ma M« 8 M1
_iii
_ YYY111
0
gel Mp 2 H M IC 8.1
H 8 8 88 88$ 8 88 8 8 G88 8 SA H H3 8 H ry8
N M M ~« 5 i 28 M r1 kis M « M M« M N S M« 3 N «
iliN Y�
888 88888 8
N M N
it 5333 LI
W Yf
W W W t`3" Ill W • zW W W H f F U N N V•
le
• 0 H A M . M. a a §g 1 8 M o M o
O 14 a $ E d
M H
z
3411 I
IR 2 '- o
_ g
8
" & IN i-nrInn4.W,EM r_z; LaW 11+
OY� 1 r- Y Y W ` W W i W W' W J W
• 1 F
N M C M a A N P
0
✓ r - 4 - 1 ' O P N N N N N N
•
•
NI
I
0
•
8N
g•
8
pis 8
.4.8
ligh
»1 if
o1— 0
r
ps 8
H
r1 .,
3 1
818
3
8
g
8 8
8 8
3 12
8 8
88
NM
M C
888
is I
8. 2 MO
M M N
8 88 888
54 E. 1 1
gg
8 88 8
x 8 &
8
1
8
a
x
8 GN 0M0
Q8 511.8
a
4
8
x
x
8
s
x
M
888
111
888 8 8 888
§.11 1 1 41","1.3
88 8888 8
$ 88N$
88 8G �2 oM22 8
M M 8« M M
88 8888 8
x«fit§
8 8 8 O O O O O O O
$8M R 8 2x5 ss
M M M
NN
GC
W
H F
M.
a R F8
m 226
N J
1.1 oI I pu ppa
•O 'd O N
o $ 8
M a
a 9 9
« J J Y f
8
3
I g i $ s$31 =8� u8s
NxN,JmNr~ 4
z -.ii Yd E% K
El s Is Nal 11 11 W
Na0`E5 0Nu -lctiiOYKFyi
N M J N C NOM
O
u a a
M O M M
1«
N
N
■
NM. r ' O' P N N N N N N N
•
•
•
•
•
•
SECTION 00500
CONTRACT
THIS AGREEMENT, made and -_entered -into on the /7,4-4 day of
irrai..�.1..) , 1914, by and between C. W. Construction.
gavetteville. Arkansas
herein called the Contractor, and the City of Fayetteville,
Arkansas, hereinafter called the Owner:
WITNESSETH:
That the Contractor, for the consideration hereinafter fully set
out, hereby agrees with the Owner as follows:
1. That the Contractor shall furnish all the materials, and
perform all of the work in manner and form as provided by
the following enumerated Drawings, Specifications, and
Documents, which are attached hereto and made a part
hereof, as if fully contained herein and are entitled
WATER SYSTEM IMPROVEMENTS, Sunrise Mountain Water Pump
Station and Pipelines, dated July, 1991, including:
Advertisements for Bids; Addenda; Instructions to
Bidders; General Conditions; Supplementary Conditions;
Performance and Payment Bonds; Specifications; the
Proposal and acceptance thereof; and the Drawings.
Sheet No. 1 Cover
Sheet No. 2 Sunrise Mountain Water System Plan
Sheet No. 3 Pump Station - Site Plan
Sheet No. 4 Details
Sheet No. 5 Details
Sheet No. 6 Structural
Sheet No. 7 Mechanical
Sheet ME 1 Electrical and Gas - Site Plan
Sheet M 1 Heating and Ventilation Plan and Details
Sheet E 1 Electrical Plan and Details
2. That the Contractor shall commence the work to be
performed under this Agreement on a date to be specified
in a written order of the Owner and shall fully complete
installation of all pipelines and service lines in 60
calendar days and shall fully complete all work hereunder
in a total of 150 calendar days.
Section 00500 - 1 1
AREIKCnllanl
ulling
.qlnrn
s
or
Innerond
Fayetteville, Arlmros
•
•
•
3. That the Owner hereby agrees to pay to the Contractor for
the faithful performance of this Agreement, subject to
additions and deductions as provided in the
Specifications or Proposal, in lawful money of the United
States, the amount of:
One hundred twentv-three thousand. two hundred forty
and 00/100 Dollars ($123,240.00), based on the Base
Bid Price contained herein.
4. That within 30 days of receipt of an approved payment
request, the Owner shall make partial payments to the
Contractor on the basis of a duly certified and approved
estimate of work performed during the preceding calendar
month by the Contractor, LESS the retainage provided in
the General Conditions, which is to be withheld by the
Owner until all work within a particular part has been
performed strictly in accordance with this Agreement and
until such work has been accepted by the Owner.
5. That upon submission by the Contractor of evidence
satisfactory to the Owner that all payrolls, material
bills, and other costs incurred by the Contractor in
connection with the construction of the work have been
paid in full, final payment on account of this Agreement
shall be made within 60 days after the completion by the
Contractor of all work covered by this Agreement and the
acceptance of such work by the Owner.
6. In the event that the Contractor shall fail to complete
the work within the time limit or the extended time limit
agreed upon, as more particularly set forth in the
Contract Documents, liquidated damages shall be paid at
the rates designated in the Proposal.
7 It is further mutually agreed between the parties hereto
that if, at any time after the execution of this
Agreement and the Surety Bond hereto attached for its
faithful performance and payment, the Owner shall deem
the Surety or Sureties upon such bond to be
unsatisfactory or if, for any reason such bond ceases to
be adequate to cover the performance of the work, the
Contractor shall, at his expense, within 5 days after the
receipt of notice from the Owner, furnish an additional
bond or bonds in such form and amount and with such
Surety or Sureties as shall be satisfactory to the Owner.
In such event, no further payment to the Contractor shall
be deemed to be due under this Agreement until such new
or additional security for the faithful performance of
the work shall be furnished in manner and form
satisfactory to the Owner.
Section 00500 - 2
MKl.11.na
Consulting
from.M.
IMVCM.NO
F.F.A.vilp, Artiness
•
•
•
•
8. No additional work or extras shall be done unless the
same shall be duly authorized by appropriate action by
the Owner in writing.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement—
on -the day_and date first above written, in.
( 1
counterparts, each of which shall, without proof or accounting for
the other counterpart be deemed an original Contract.
WITNESSES:
C. W. Construction
Contractor
�Xr�CI� By Zv CJ
ATTEST:
Approved as to form:
Attorney for Owner
Title
$ayor
Title
Section 00500 - 3
nCI. IoM
Conwnlnp
fnp.nesn
P1corp.rotHE
Forsf W111, Arkansas
•
P.dgc /7/ a q
WATER SYSTEMS
IMPROVEMENTS
FOR
FAYETTE\/I LLE
SUNRISE MOUNTAIN
WATER PUMP STATION
AND PIPELINES
FAYETTEVILLE, ARKANSAS
PROJECT NO. FY912116
JULY, 1991
Prepared By:
McClelland Consulting Engineers, Inc.
1810 North College, P.O. Box 1229
Fayetteville, Arkansas 72702
i
•
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
WATER SYSTEMS
IMPROVEMENTS
FOR
F—AYETTE\/I LLE
SUNRISE MOUNTAIN
WATER PUMP STATION
AND PIPELINES
FAYETTEVILLE, ARKANSAS
PROJECT NO. FY912116
JULY, 1991
Prepared By:
McClelland Consulting Engineers, Inc.
1810 North College, P.O. Box 1229
Fayetteville, Arkansas 72702
•
1
1
1
1
1
'1
1
1
1
1
1
1
1
1
f
PART/SECTION NO,
TABLE OF CONTENTS
SUBJECT PAGE NO.
PART I DIDDING REOUIREMENTS
00030 Advertisement for Bids 1-2
00100 Instructions to Bidders 1-7
00300 Proposal 1-9
00350 Bid Bond 1-2
00360 Notice of Award 1
PART I1 CONTRACT FORMS
00500 Contract
00550 Notice to Proceed
PART III CONDITIONS OF THE CONTRACT
00700 General Conditions
00800 Supplementary Conditions 1-7
PART IV SPECIFICATIONS
DIVISION I GENERAL REQUIREMENTS
01000 Abbreviations 1-3
01009 Summary of Work 1-2
01011 Site Conditions 1-4
01014 Protection of the Environment 1-2
01016 Safety Requirements and
Protection of Property 1-4
01027 Applications for Payment 1-2
01028 Change Order Procedures 1-3
01070 Cutting and Patching 1-2
01210 Preconstruction Conference 1
01300 Submittals During Construction 1-8
01311 Schedule and Sequence
of Operations 1-3
01400 Quality Control 1-3
01500 Temporary Construction Facilities
and Utilities 1-4
01600 Material and Equipment Shipment,
Handling, Storage, and Protection 1-4
01700 Contract Closeout 1-3
01710 Final Cleaning 1-2
01720 Project Record Documents 1-3
1-5
1
1-38
DIVISION 2 SITE WORK
02102 Clearing, Grubbing, and Stripping 1-3
02200 Earthwork, Trench Excavation and
Backfill 1-13
02218 Landscape Grading 1-3
02223 Railroad Undercrossing 1-5
02485 Finish Grading and Grass 1-3
02601 Asphalt and Concrete Restoration 1-10
MacNli na
CM s
IsgAlksrn
Inlakkra/N
Font1.00I1• Arkansas
FART/SECTION NO.
DIVISION 3
03210
03215
03300
DIVISION 4
04230
DIVISION 5
DIVISION 6
DIVISION 7
07210
07510
07600
DIVISION.8
08100
08712
DIVISION 9
09900
DIVISION 10
10520
DIVISION 11
11002
11002-1
11503
DIVISION 12
DIVISION 13
TABLE OF CONTENTS
SUBJECT
PAGE NO.
CONCRETE
Reinforcing Steel
Expansion, Construction and
Contraction Joints
Concrete
MASONRY
Reinforced Concrete Masonry Units
METALS
- Not Used
WOOD AND PLASTICS
- Not Used -
THERMAL AND MOISTURE PROTECTION
Building Insulation
Built -Up Bituminous Roofing
Flashing and Sheet Metal
DOORS AND WINDOWS
Metal Doors and Frames
Door Hardware
FINISHES
Painting
SPECIALTIES
Portable Fire Equipment
EQUIPMENT
Multi -Stage Vertical
Centrifugal Pumps - General
Detailed Pump Specifications,
Multi -stage Vertical
Centrifugal Pumps
Hydropneumatic Tank
FURNISHINGS
- Not Used -
SPECIAL CONSTRUCTION
- Not Used -
1-4
1-5
1-16
1-12
1-2
1-6
1-5
1-5
1-6
1-18
1-3
1-6
1-3
1-2
hicadalanEngler/
EngineersIncorDwaMd
renviIN, AI /WAS
FART/SECTION NO.
DIVISION
15001
15001-2
15001-14
15001-31
15010
15012
15013
15014
15080
15082
15111
15421
15463
TABLE OF CONTENTS
SUBJECT
PAGE NO.
15 MECHANICAL
Piping - General
Cement -Lined Ductile
Iron Pipe and Fittings
Polyvinyl Chloride (PVC)
Pipe and Fittings
Miscellaneous Building
Drainage Systems (Gravity)
General Mechanical Work
Miscellaneous Tubing
Miscellaneous Piping Specialities
Miscellaneous Metering and
Measuring Devices
Manually Operated Valves
and Check Valves
Self -Contained Automatic
Process Valves
Balancing and Testing of
Air and Water Systems
Roof Exhaust Fan Centrifugal
Direct Drive
Door Grilles - Intake
DIVISION 16
16010
16050
16111
16120
16130
16141
16190
16195
16401
16421
16430
16440
16470
16500
16510
16601
16921
ELECTRICAL
Basic Electrical Requirements
Basic Electrical Materials
and Methods
Conduit
Wire and Cable
Boxes
Wire Devices
Supporting Devices
Electrical Identification
Motor Starters
Service Entrance
Metering
Disconnect Switches
Panelboards
Lighting
Lighting Fixtures
Standby Engine Generator
Mechanical Equipment Controls
Drawings - (Bound Separately)
1-9
1-5
1-3
1-3
1-9
1-2
1-4
1-3
1-6
1-2
1-3
1-2
1
1-2
1-7
1-4
1-3
1-2
1-4
1-2
1-2
1-2
1
1
1-2
1-3
1
1-2
1-6
1
YKNIIend
CoEintivenlinIns
incerperated
Fa)arievilI., Athos
t -
PART I
BIDDING REQUIREMENTS
MKNI/end
a CMN/IIn/
EIgtM/n
fo}ItttvW, Alton/
gly
SECTION 00030
ADVERTISEMENT FOR BIDS
BID NO.
OWNER: City of Fayetteville
113 West Mountain
Fayetteville. AR 72701
ENGINEER: McClelland Consulting Engineers, Inc.
1810 North College
Fayetteville, AR 72703
(501) 443-2377
PROJECT NO.: FY912116
The City of Fayetteville will receive sealed bids for construction
of Sunrise Mountain Water System Improvements consisting of
Approximately 3070 feet of 8 -inch water main. 1940 feet of 2 -inch
water line. a =MD station, a bored railroad crossing and related
items.
Bids shall be on a unit price basis.
The City of Fayetteville will receive bids until 2:00 P.M. local
time on Thursday, August 22, 1991 at the office of the Purchasing
Officer. Bids received after this time will not be accepted. Bids
will be opened and publicly read aloud immediately after specified
closing time. All interested parties are invited to attend.
Bidding Documents may be examined at the offices of the Engineers
and at:
ABC Plans Room
Ozark Floor Co.
928 N. College
Fayetteville, AR
Copies of the Bidding Documents may be obtained through the
Engineers office upon payment of $70.00 for each set of documents.
Return of documents is not required, and amount paid for documents
is not refundable. Partial sets are not available.
For information concerning the proposed work or for an appointment
to visit the site of the work, contact Mr. Robert White at the
Engineer's office.
Section 00030 - 1
MGCNIIaS
Ca, ,IAna
inalMrs
MoorOrati
Fontana% Arkansan
In order to perform public work, the successful Bidder shall, as
Applicable, hold or obtain such Contractor's and Business Licenses
as required by State statutes and the Rules and Regulations of the
Arkansas Contractor's Licensing Board. The attention of the Bidder
is directed to the applicable federal and wage rates to be paid
under this contract.
Each Bid must be submitted on the prescribed form and accompanied
by a certified check or bid bond executed on the prescribed form,
payable to the City of Fayetteville, in an amount not less than 5
percent of the amount bid.
The right is reserved to reject all Bids or any Bid not conforming
to the intent and purpose of the Contract Documents, and to
postpone the award of the Contract for a period of time which shall
not exceed beyond 90 days from the bid opening date.
Dated this 6th day of Auaust, 1991.
City of Fayetteville, Arkansas Publish:
peau Bates P.O. #
Purchasing Officer
Section 00030 - 2
MKNINIK
OoasulMrI
Enpnasrt
higElnosantod
Fo ttnISM, Arkansas
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SECTION 00100
fNSTRUCTIONS TO BIDDER
PARAGRAPH NO./TITLE PAGE NO.
1. FORMAT 1
2. SPECIFICATION LANGUAGE 1
3. GENERAL DESCRIPTION OF THE PROJECT 1
4. QUALIFICATION OF BIDDERS 1
5. DOCUMENT INTERPRETATION 1
6. BIDDER'S UNDERSTANDING 2
7. PROJECT MANUAL & DRAWINGS 2
8. TYPE OF BID 2
9. PREPARATION OF BIDS 3
10. STATE AND LOCAL SALES AND USE TAXES 3
11. SUBMISSION OF BIDS 3
12. TELEGRAPHIC OR WRITTEN MODIFICATION OF BIDS 4
13. WITHDRAWAL OF BID 4
14. BID SECURITY 4
15. RETURN OF BID SECURITY 5
16. AWARD OF CONTRACT 5
17. BASIS OF AWARD 5
18. EXECUTION OF CONTRACT 5
19. PERFORMANCE AND PAYMENT BONDS 6
20. FAILURE TO EXECUTE CONTRACT AND FURNISH BOND 6
21. PERFORMANCE OF WORK BY CONTRACTOR 6
22. TIME OF COMPLETION 7
23. PROVIDING REQUIRED INSURANCE 7
lia:McClellandnginee ns
Engineers
Fayetteville, Arkansas
SECTION 00100
INSTRUCTIONS TO BIDDERS
1. =BEAT
The Contract Documents are divided into parts, divisions, and
sections in keeping with accepted industry practice in order to
separate categories of subject matter for convenient reference
thereto. Generally, there has been no attempt to divide the
Specification sections into work performed by the various building
trades, work by separate subcontractors, or work required for
separate facilities in the project.
2. SPECIFICATION LANGUAGE
"Command" type sentences are used in Contract Documents. These
refer to and are directed to the Contractor.
3. GENERAL DESCRIPTION OF THE PROJECT
A general description of the work to be done is contained in the
ADVERTISEMENT FOR BIDS. The scope is indicated on the accompanying
Drawings and specified in applicable parts of these Contract
Documents.
4. OUALIFICATION OF BIDDERS
The prospective bidders must meet the statutorily prescribed
requirements before Award of Contract by the Owner.
Before a Contract will be awarded for the work contemplated herein,
the Owner will conduct such investigation as is necessary to
determine the performance record and ability of the apparent low
Bidder to perform the size and type of work specified under this
Contract. Upon request, the Bidder shall submit such information
as deemed necessary by the Owner to evaluate the Bidder's
qualifications.
5. DOCUMENT INTERPRETATION
The Contract Documents governing the work proposed herein consist
of the Drawings and all material bound herewith. These Contract
Documents are intended to be mutually cooperative and to provide
all details reasonably required for the execution of the proposed
work. Any person contemplating the submission of a Bid shall have
thoroughly examined all of the various parts of these Documents,
and should there be any doubt as to the meaning or intent of said
Contract Documents, the Bidder should request of the Engineer, in
writing (received by the Engineer at least 5 working days prior to
bid opening) an interpretation thereof. Any interpretation or
Section 00100 - 1
kaClel.n
s
Can
ting
Engineers Inaarnraaa
Fo,.11avills, Arkansas
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
change in said Contract Documents will be made only in writing, in
the form of Addenda to the Documents which will be furnished to all
Bidders receiving a set of the Documents. Bidders shall submit
with their Proposals, or indicate receipt, of all Addenda. The
Owner or Engineer will not be responsible for any other
explanation or interpretations of said Documents not issued in
writing by Addendum.
6. BIDDER'S UNDERSTANDING
Each Bidder must inform himself of the conditions relating to the
execution of the Work, and it is assumed that he will inspect the
site and make himself thoroughly familiar with all the Contract
Documents. Failure to do so will not relieve the successful Bidder
of his obligation to enter into a Contract and complete the
contemplated Work in strict accordance with the Contract Documents.
It shall be the Bidder's obligation to verify for himself and to
his complete satisfaction all information concerning site and
subsurface conditions.
Information derived from topographic maps, or from Drawings showing
location of utilities and structures will not in any way relieve
the Contractor from any risk, or from properly examining the site
and making such additional investigations as he may elect, or from
properly fulfilling all the terms of the Contract Documents.
Each Bidder shall inform himself of, and the Bidder awarded a
Contract shall comply with, federal, state, and local laws,
statutes, and ordinances relative to the execution of the Work.
This requirement includes, but is not limited to, applicable
regulations concerning minimum wage rates, nondiscrimination in
the employment of labor, protection of public and employee safety
and health, environmental protection, the protection of natural
resources, fire protection, burning and nonburning requirements,
permits, fees, and similar subjects.
7. PROJECT MANUAL AND DRAWINGS
No return of Project Manual or Drawings is required and no refund
will be made.
The successful Bidder will be furnished three sets of Documents
without charge. Any additional copies required will be furnished
to the Contractor at $70.00 per set. Partial sets will not be
available.
8. TYPE OF BID
Unit prices shall be submitted in the appropriate places on the
Bid. The total amount to be paid the Contractor shall be the total
amount of the unit price items as adjusted based on quantities
Section 00100 - 2
nmoCiviand
Coniumn
Enamors
Inwporora
ny.r.Hlln. Arkoma
installed and/or any adjustment for additions or deletions
resulting from additive or deductive alternates or change orders
during construction.
9. PREPARATION OF BIDS
All blank spaces in the Bid form must be filled in, preferably in
BLACK ink, in both words and figures where required. No changes
shall be made in the phraseology of the forms. Written amounts
shall govern in cases of discrepancy between the amounts stated in
writing and the amounts stated in figures. In case of discrepancy
between unit prices and totals, unit prices will prevail.
Any Bid shall be deemed informal which contains material omissions,
or irregularities, or in which any of the prices are obviously
unbalanced, or which in any manner shall fail to conform to the
conditions of the published ADVERTISEMENT FOR BIDS.
Only one bid from any individual, firm, partnership, or
corporation, under the same or different names, will be considered.
Should it appear to the Owner that any Bidder is interested in more
than one bid for work contemplated, all bids in which such Bidder
is interested will be rejected.
The Bidder shall sign his Bid in the blank space provided therefor.
If Bidder is a corporation, the legal name of the corporation shall
be set forth above, together with the signature of the officer or
officers authorized to sign Contracts on behalf of the corporation.
If Bidder is a partnership or sole proprietorship, the true name of
the firm shall be set forth above, together with the signature of
the partner or partners authorized to sign Contracts in behalf of
the firm. If signature is by an agent, other than an officer of a
corporation or a member of a partnership or sole proprietorship, a
notarized power-of-attorney must be on file with the Owner prior to
opening of bids or submitted with the Bid.
10. STATE AND LOCAL SALES AND USE TAXES
Unless the Supplementary Conditions contains a statement that the
Owner is exempt from state sales tax on materials incorporated into
the Work due to the qualification of the Work under this Contract,
all state and local sales and use taxes, as required by the laws
and statutes of the state and its political subdivisions, shall be
paid by the Contractor. Prices quoted in the Bid shall include all
nonexempt sales and use taxes, unless provision is made in the Bid
form to separately itemize the tax.
11. SUBMISSION OF BIDS
All Bids must be submitted, not later than the time prescribed, at
the place, and in the manner set forth in the ADVERTISEMENT FOR
Section 00100 - 3
WE McCMnM
CanIsuffing
EMw
Ina010araMa
FayeWilli, Arkansas
BIDS. Bids must be made on the Bid forms provided herein. Each
Bid must be submitted in a sealed envelope, so marked as to
indicate its contents without being opened, and addressed in
conformance with the instructions in the ADVERTISEMENT FOR BIDS.
Bids may not be submitted by FAX machines.
12. TELEGRAPHIC OR WRITTEN MODIFICATION OF BID
Any Bidder may modify his bid by telegraphic or written
communication at any time prior to the scheduled closing time for
receipt of bids, provided such communication is received by the
Owner prior to the closing time. The telegraphic or written
communication should not reveal the bid price; it shall, however,
state 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.
13. WITHDRAWAL OF BID
Any Bid may be withdrawn prior to the scheduled time for the
opening of Bid either by telegraphic or written request, or in
person. No Bid may be withdrawn after the time scheduled for
opening of Bids, unless the time specified in Item, AWARD OF
CONTRACT, of these INSTRUCTIONS TO BIDDERS shall have elapsed.
14. BID SECURITY
Bids must be accompanied by cash, a certified check, or cashier's
check drawn on a bank in good standing, or a bid bond issued by a
Surety authorized to issue such bonds in the State where the Work
is located, in the amount of 5 percent of the total amount of the
Bids submitted. This bid security shall be given as a guarantee
that the Bidder will not withdraw his Bid for a period of 90. days
after bid opening, and that if awarded the Contract, the successful
Bidder will execute the attached Contract and furnish properly
executed Performance and Payment Bonds, each in the full amount of
the Contract price within the time specified.
The Attorney -in -Fact (Resident Agent) who executes this bond in
behalf of the Surety must attach a notarized copy of his
power-of-attorney as evidence of his authority to bind the Surety
on the date of execution of the bond.
All bid bonds and Contract bonds shall be executed by a licensed
resident agent of the surety having his place of business in the
State of Arkansas and in all ways complying with the laws of the
State of Arkansas. The mere countersigning of a bond will not be
sufficient.
Section 00100 - 4
APE ACMHNM
Ceitrya
in y
N
n pn
FOHfhWla, Ailment