Loading...
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