HomeMy WebLinkAbout150-92 RESOLUTIONRESOLUTION NO. 150-99
A RESOLUTION AUTHORIZING THE MAYOR AND CITY
CLERK TO ENTER INTO A CONTRACT WITH MCCLINTON
ANCHOR AND APPROVING A BID OF $173,743 PLUS A
5% CONTINGENCY OF $8,687 FOR THE REMOVAL OF
TREES, CLEARING, GRUBBING, RESEEDING AND
INSTALLING OBSTRUCTION LIGHT POLES FOR THE
AIRPORT'S NORTH AND SOUTH AIRCRAFT APPROACHES,
SUCH WORK BEING FUNDED BY FEDERAL GRANT AIP
#11.
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 Mcclinton Anchor
and approving a bid of $173,743 plus a 5% contingency of $8,687 for
the removal of trees, clearing, grubbing, reseeding and installing
obstruction light poles for the Airport's north and south aircraft
approaches, such work being funded by Federal Grant AIP #11. A
copy of the contract authorized for execution hereby is attached
hereto marked Exhibit "A" and made a part hereof.
PASSED AND APPROVED this 6th day of October , 1992.
ATTEST:
By
APPROVED:
By
Three
CONTRACT
STATE OF ARKANSAS
CITY OF FAYETTEVILLE
THIS AGREEMENT, made and entered into this day of
(P� .1.�..) , 1992 by and between the City of Fayetteville, Party
of the First Part, hereinafter called the OWNER and APAC-Arkansas,
Inc. McClinton - Anchor Division Party of the Second Part,
hereinafter called the CONTRACTOR.
WITNESSETH THAT:
WHEREAS, the OWNER has called for bids for the construction of
Obstruction Lighting at Drake Field as set out in the
Specifications and Plans No. FY882138 and,
WHEREAS, the CONTRACTOR agrees with the Owner to commence and
complete the clearing, grading, obstruction lighting, access roads,
fencing, topsoil, seeding, and other tasks as designated in the
project Plans and Specifications for the unit prices bid in the
Proposal for the estimated quantities in Items 1 through 12 of the
Base Bid included on the Bid Proposal Sheet, made part of this
Contract, and a 5% contingency the total being One Hundred)(
pe'
Thousand.
,s:ttat$te ►crW:•$,4A:.e.e.ia440Osia: 4OftrAt11 4C►01400..0t.r.;
Seven Hundred and Forty Three and 00/100.
Such sum being the agreed amount upon which bonds and liabilities
are based, and at his own cost and expense furnish all materials,
supplies, labor, machinery, equipment, tools, supervision, bonds,
insurance, taxes, permits, and other accessories and services
necessary to complete the said construction in accordance with the
conditions and prices stated in the Proposal attached hereto and
made a part hereof, and in accordance with the General Provisions
and Specifications, and in accordance with the Plans, which include
all maps, plats, blueprints, and other drawings, and written or
printed explanatory matter hereof.
The CONTRACTOR agrees to fully complete all work under this
Contract within 90 calendar days. The OWNER agrees to pay the
CONTRACTOR in current funds for the performance of the Contract in
accordance with the accepted Proposal therefore, subject to
additions and deductions, as provided in the Specifications, and to
make payment on account thereof as provided below:
Contract - 1
Seven
McClelland
Consulting
Engineers
Incorporated
Fayetteville, Arkansas
•
As soon as is practicable after the first of each calendar
month, the OWNER will make partial payments to the CONTRACTOR for
work performed during the preceding calendar month, based upon the
Engineer's estimate of work completed, said estimate being
certified by the CONTRACTOR and accepted by the OWNER. Except as
otherwise provided by law, ten percent (10%) of each approved
estimate shall be retained by the OWNER until 50 percent project
completion at which time no additional retainage will be retained
without reasonable justification by the OWNER or his
representative. Upon final completion and acceptance by the OWNER
and ENGINEER, the ENGINEER shall then issue a Final Estimate of
work done based upon the original contract and subsequent changes
made and agreed upon, if any.
Time is hereby expressly declared to be of the essence of this
contract, and the time of beginning, manner of progress and time of
completion of the work hereunder, shall be and are essential
conditions hereof.
The CONTRACTOR agrees to commence the work within ten (10)
calendar days from the date of the issuance of the Notice to
Proceed, and to proceed with the construction of the work and to
prosecute the work with an adequate force and in a manner so as to
complete the work within the time stipulated herein. If the
Contractor fails to complete the contract within the time
stipulated herein, the CONTRACTOR agrees to pay the OWNER, as
liquidated damages, the sum of three hundred fifty dollars
($350.00) per day for each calendar day of delay in completion,
said amounts being fixed and agreed upon by and between the parties
hereto. The Liquidated Damages shall apply to the total
construction time stated in the Proposal. Said amounts of
liquidated damages shall be deductible from any amount due the
CONTRACTOR under Final Estimate of said work, after the completion
thereof, and CONTRACTOR shall be entitled only to the Final
Estimate, less such amounts of liquidated damages.
If the CONTRACTOR is delayed at any time in the progress of
the work by any act or neglect of the OWNER or of his employees, or
by any other CONTRACTOR employed by the OWNER, or by changes
ordered in the work, or by strikes, lockouts, fire, unusual delay
in transportation, unavoidable casualties or any causes beyond the
CONTRACTOR's control, or by delay authorized by the Engineer
pending arbitration, or by any cause which the Engineer shall
decide to justify the delay, then the time of completion may be
extended for such reasonable time as the Engineer may decide in
concurrence with the FAA.
No such extension shall be made for delay occurring more than
seven (7) days before a claim therefore is made in writing to the
Engineer. In the case of a continuing cause of delay, only one
claim is necessary.
Contract - 2
inMcClelland
Contemning Incorporated
Fayetteville. Arkansas
•
In the event the CONTRACTOR abandons the work hereunder or
fails, neglects or refuses to continue the work after ten (10) days
written notice, given the CONTRACTOR by the OWNER or by the
ENGINEER, then the OWNER shall have the option of declaring this
contract at an end, in which event, the OWNER shall not be liable
to the CONTRACTOR for any work theretofore performed hereunder; or
requiring the surety hereto, upon ten (10) days notice, to complete
and carry out the contract of the CONTRACTOR, and in that event,
should the surety fail, neglect or refuse to carry out said
contract, said OWNER may complete the contract at its own expense,
and maintain an action against the CONTRACTOR and the surety hereto
for the actual cost of same; together with any damages or other
expense sustained or incurred by the OWNER in completing this
contract less the total amount provided for hereunder to be paid
the CONTRACTOR, upon the completion of this Contract.
This Contract shall be binding upon the heirs,
representatives, successors, or assigns of the parties hereto,
including the surety.
IN WITNESS WHEREOF, the OWNER and CONTRACTOR have hereto set
their hands and seals respectively.
(SEAL)
WITNESSES:
(SEAL)
ATTEST:
APAC - Arkansas, Inc.,
McClinton - Anchor�Division
BY: /INCL, 4. && «!t
(TITLE)
City of Fayetteville
Fayet -vly k- -as
BY:
(Mayor)
Contract - 3
gCl.rland
o ConsultingEn
ginoors
Incorporated
Fay rr.vil1., Arkansas
4
•
lNI 200 / •
OF FAYETTEVILLE
REVIEW FORM
PROJECT: OBSTRUCTION LIGHTING PROJECT (AIP #17)
PROJECT MANAGER: Dale Frederick
DEPARTMENT/DIVISION: AIRPORT
e
f4
A- G'-4 ,
` c (�(r �tJ" a c A u2
DOA ,AAc,��
Please review the attached contract and/or change order between the City of Fayetteville and
APAC-Arkansas, Inc, McClinton -Anchor, Div.
Authorizing Signature Date
Comments
City Attorney
1' Nom_ 93
4 v titan ` tearjev "/ /LLA:yripit //—/6 -93
Purchasing Manager \ z6
II-Ica-93
Budget Coordinator/ lL/ 1 17— 53
Internal Auditor
ADA Coordinator 911(/ ' ( 1 / / e / q3
RETURN TO PROJECT MANAGER WHEN REVIEW PROCESS HAS BEEN COMPLETED
Please keep one copy for records and return three copies to the airport.
'en
Administrativeces Director
IFAYETTEVI LLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
TO: Contract Review Personnel
FROM: Dale Frederick, Airport Manag
DATE: November 16, 1993
SUBJECT: REVIEW AND SIGNATURE OF CHANGE ORDER #1 FOR CONSTRUCTION
OF THE OBSTRUCTION LIGHTING PROJECP(AIPl17).
Change Order 11 will Increase the contract time by 30 -calendar
days. This will account for the easement acquisition delay on this
project and will extend the total contract time to 120 calendar
days. Some delays were experienced in the acquisition of Avigation
and Obstruction Lighting Easements needed for the installation of
the obstruction lighting for Runways 16 and 34.
Staff concurs with the engineer's recommendation to make this
amendment to the contract. FAA has verbally concurred with this
amendment and a letter of concurrence is forthcoming.
Staff recommends approval.
Attachment: Contract review form
Change Order (4 originals)
•
OWNER:
PROJECT:
•
City of Fayetteville
113 West Mountain Street
Fayetteville, AR 72701
Obstruction Lighting
Drake Field,
Fayetteville, AR
AIP 3-05-0020-11
CONTRACTOR: APAC-Arkansas, Inc.
McClinton -Anchor, Div.
P.O. Box 1367
Fayetteville, AR 72702
Change Order No 1
Date: Sept. 20, 1993
Project No. FY882138
Contract
Date: Oct. 6, 1992
The following changes to the Contract are hereby ordered:
The Owner has experienced delays in the acquisition of
Avigation and Obstruction Lighting Easements needed for
the installation of the obstruction lighting for Runways
16 and 34. The Owner wishes to increase the contract
time by 30 -calendar days to account for the easement
acquisition delay on this project, for a contract time of
120 calendar days.
Original Contract Amount
Previous Change Order Amount
Change Order Will Increase
Contract Amount By
$173,743.00
0.00
0.00
Revised Contract Amount $173,743.00
MMI
•
Contract Time
Increase in Contract Time
Revised Contract Time
90 calendar days
30 calendar days
120 calendar days
CONTRACTOR:
APAC Arkansas, Inc.
McClinton -Anchor, Div.
By : 4 (24.4 9/z/45
James Cole Date
ENGINEER:
McClelland Consulting Engineers, Inc.
By:
OWNER:
City of Fayetteville
By:
Hanna, Mayor
Date
l/V243
Date
McClelland Consulting Engineers, Inc.
P. 0. Box 1229, Fayetteville, Arkansas 72702-1 22 9
(501) 443-2377 FAX (501) 443-9241
October 23, 1992 FY882138
Ms. Sherry Thomas
City of Fayetteville
113 West Mountain
Fayetteville, Arkansas 72701
Re: Obstruction Lighting
Drake Field
Dear Ms. Thomas:
Enclosed please find the original set of Contract Documents on the
above referenced project for the City's files, as per your request.
If there are any questions regarding these Contract Documents
please contact us.
Sincerely,
McCLELLAND CONSULTING ENGINEERS, INC.
WayneiJonos, P. E.
roject Manager
RWJ/rw
Enclosures: Contract Documents
cc: Mr. Dale Frederick
TABLE OF CONTENTS
SECTION
Notice to Contractors
Instructions to Bidders
Proposal
Notice of Award
Equal Opportunity Certification
Contract
Notice to Proceed
Performance Bond
Payment Bond
Federal Wage Decision
State Wage Decision
Wage, Labor, EEO, & Safety Requirements
General Provisions
Section
Section
Section
Section
Section
Section
Section
Section
Section
(FAA Standards, as revised
for this project)
10. Definition of Terms
20. Proposal Requirements and Conditions
30. Award and Execution of Contract
40. Scope of Work
50. Control of Work
60. Control of Materials
70. Legal Relations and
Responsibility to Public
80. Prosecution and Progress
90. Measurement and Payment
Special Provisions
General
Description of the Project
Safety Requirements and Construction Procedures
Identification of "Engineer"
Authority of Engineer
Limitations of the Engineers Responsibilities
Engineer's Visits to the Site
PAGE NO.
1-4
1-7
1-8
1-2
1-3
1-3
1
1-2
1-2
1-3
1-3
1-21
1-53
1-5
6-9
10-11
12-16
17-23
24-27
28-36
37-44
45-53
1
1
1-2
2
3
3
4
noMcClelland
Cowlle
Engineers rs
Inaerpora/W
Fayetteville, Arkansas
TABLE OF CONTENTS
(Continued)
SECTION PAGE NO.
Special Provisions (Continued)
Contractor's Examination 4
Arrangement of Specifications and Plans 5
Workmen 5
Horseplay 5
Insurance 5-10
Subcontractors 10
Contractor's Routine Access to Site 10
Owner -Furnished Materials 10
Quality of Plans 11
Partial Acceptance 11
Progress Schedule 11
Contractor to Perform Construction Staking 12
Work Done Without Lines and Grades 12
Preservation of Monuments and Stakes 12
Other Contractors 13
Record Drawings 13
Publicity 13
Modifications and Waivers 14
Standards 14
Testing 14
Payment for Stored Materials 15
Cost of Plans and Specifications 15
Ownership of Engineering Data 15
Partial Sets of Plans and Specifications
for Subcontractors 15
Damage to Existing Facilities 15
Reporting of Accidents 16
Pre -Construction Conference 16
Waterways 16
Safety and Security 16
Function of the Engineer and Relationship
Between Engineer and Contractor 16-18
Contractor's Responsibility Regarding
Special Application Materials and Products 18-19
Temporary Facilities 19-21
Permits, Licenses, Laws, Ordinances
Regulations and Taxes 21
Mobilization and Demobilization 22
Mland
ECOnailling
Cl eAl.,.
INGalnanaaraNO
Fa)+Ihvlllq Arkansas
TABLE OF CONTENTS
(Continued)
SECTION PAGE NO.
FAA Standard Specifications (As Revised for this Project)
P-151 Clearing and Grubbing 1-3
P-152 Excavation and Embankment 1-7
P-156 Temporary Air and Water Pollution,
Soil Erosion, and Siltation Control 1-3
P-209 Crushed Aggregate Base Course 1-5
P-610 Structural Portland Cement Concrete 1-8
D-701 Pipe for Storm Drains and Culverts 1-3
F-160 Wire Fence with Wood Posts 1-6
T-901 Seeding 1-4
T-905 Topsoiling 1-3
T-908 Mulching 1-3
L-119 Installation of Airport Obstruction Lights 1-3
Electrical Specifications
16010 General Electrical Work 1-9
16050 Basic Electrical Materials and Methods 1-4
16421 Service Entrance 1
16430 Metering 1
16440 Disconnect Switches 1-2
16485 Contactors 1
16510 Lighting Fixtures 1-2
ISEMc.Iingd
Consulting InMcClellandoaro.ral.E
Fayetteville, Arkon.a.
$OTICE TO CONTRACTOR
Notice is hereby given that in pursuance to an order of the City of
Fayetteville, sealed bids will be received at the Purchasing Office
or Room 111 of the City Administration Building, 113 West Mountain,
Fayetteville, Arkansas, until 2:00 P.M., on the 17th day of
September, 1992, for the furnishing of all tools and labor, and the
performance of work to be done in installation of Obstruction
Lights on the mountain sides around Drake Field, Fayetteville
Municipal Airport.
Work under this Contract shall include clearing, grading, fencing,
access roads, obstruction lighting, topsoil, seeding, other tasks
required for a complete job.
The location of the work is set out in the Plans and Specifications
to be on file in the offices of McClelland Consulting Engineers,
Inc.: P.O. Box 1229, 1810 N. College Avenue, Fayetteville,
Arkansas. All bids will be opened and considered at a meeting, to
be held in Room 111 at the City Administration Building, 113 West
Mountain, Fayetteville, Arkansas at 2:05 P.M, local time, on the
17th day of September, 1992, and at such adjourned meetings
thereafter as may be necessary.
All necessary work, materials, and every item of construction shall
be in accordance with the Plans and Specifications as prepared by
the Engineer. Copies of the documents may be obtained from the
office of the Engineer upon the payment of the sum of Fifty dollars
( $50.00 ), said payment not being refundable. Pertinent
information and the detailed specifications will be furnished to
suppliers at cost of reproduction.
Bidders shall make such inspection and studies of the site of the
work as to thoroughly familiarize themselves with all conditions to
be encountered.
Each bid must be accompanied by a surety bond (proposal guaranty)
in the amount equal to five percent (5%) of the whole bid, said
bond to be issued by a surety company licensed to do business in
the State of Arkansas, said bond to be retained as liquidated
damages in case the successful bidder fails, neglects, or refuses
to enter into the contract for the construction of said works, and
furnish the necessary bonds within fifteen (15) days from and after
the date of the Notice of Award.
The successful bidder will be required to furnish separate
performance and payment bonds, in favor of the City of
Fayetteville, Fayetteville, Arkansas, in an amount equal to one
hundred percent (100%) of the contract amount, at the time of the
award of the contract, if said contract exceeds $100,000.
Notice to Contractors - 1
keCC1.ltand
,y ,.�� �..� Consulting
Engln..rs
Incvp.ratd
Fayetteville, Arkansas
P+
n
6..
Notice is hereby given that the City of Fayetteville is an Equal
Opportunity employer.
1) Compliance Reports. Within 30 days after award of
this contract, the contractor shall file a
compliance report (Standard Form 100) if:
a) The contractor has not submitted a complete
compliance report within 12 month preceding
the date of award; and
b) The contractor is within the definition of
"employer" in Paragraphs 2e(3) of the
instructions included in Standard Form 100.
The contractor shall require the subcontractor on
all -tier subcontracts, irrespective of dollar
amount, to file Standard Form 100 within 30 days
after award of the subcontract if the above two
conditions apply. Standard Form 100 will be
furnished upon request.
It is the policy of the Department of Transportation (DOT) that
disadvantaged business enterprises as defined in 49 CFR Part 23
shall have the maximum opportunity to participate in the
performance of contracts financed in whole or in part with Federal
funds.
All bidders and proposers shall make good faith efforts, as defined
in Appendix A of 49 CFR Part 23, Regulations of the Office of the
Secretary of Transportation, to Subcontract ten (10) percent of the
dollar value of the prime contract to small business concerns owned
and controlled by socially and economically disadvantaged
individuals (DBE). In the event that the bidder of this
solicitation qualifies as a DBE, the contract goal shall be deemed
to have been met. Individuals who are rebuttable presumed to be
socially and economically disadvantaged include women, Blacks,
Hispanics, Native Americans, Asian -Pacific Americans and Asian -
Indian Americans. The apparent successful bidder will be required
to submit its information concerning the DBE's that will
participate in this contract. The information will include the
name and address for each DBE, a description of the work to be
performed by each named firm, and the dollar value of the contract
(subcontract) and shall be submitted with the proposal. If the
bidder fails to achieve the contract goal as stated herein, it will
be required to provide documentation demonstrating that it made
good faith efforts in attempting to do so. A bid that fails to
meet these requirements will be considered non-responsive.
Notice to Contractors - 2
McClelland
o Consulting
Engineers
Incorporated
Fayetteville, Arkansas
The City of Fayetteville reserves the right to reject any and all
bids, and to waive any formalities deemed to be in the best
interest of the Commission.
The proposed contract is under and subject to Executive Order 11246
of September 24, 1965, and to the Equal Opportunity Clause
contained in the Specifications.
The successful bidder will be required to submit a Certification of
Nonsegregated Facilities prior to award of the contract, and to
notify prospective subcontractors of the requirement for such a
Certification where the subcontract exceeds $10,000. Samples of
the Certification and the Notice to Subcontractors appears in the
Specifications.
The attention of all bidders is called to the fact that any
contractor or subcontractor on this project having 50 or more
employees and who may be awarded a contract or subcontract of
$50,000 or more will be required to maintain an Affirmative Action
Program within 120 days of commencement of the contract.
Women will be afforded equal opportunity in all areas of
employment. However, the employment of women shall not diminish
the standards or requirements for employment of minorities.
The Bidder's attention is called to the "Equal Opportunity Clause"
and the "Standard Federal Equal Employment Opportunity Construction
Contract Specifications" set forth herein.
The goals and timetables for minority and female participation,
expressed in percentage terms for the contractor's aggregate work
force in each trade on all construction work in the covered area,
are as follows:
Goals for Females Participation in each trade is 6.9%
Goals for Minority Participation in each trade is 3.3%
These goals are applicable to all the Contractor's construction
work (whether or not it is Federal or federally assisted) performed
in the coverage area. The coverage area for female participation
is nationwide. The coverage area for minority participation is
Baxter, Benton, Boone, Carroll, Madison, Marion, Newton, Searcy,
and Washington counties in Arkansas and Adair and Delaware counties
in Oklahoma.
The Contractor shall provide written notification to the Director,
OFCCP, within 10 working days of award of any construction
subcontract in excess of $10,000 at any tier for construction work
under the contract resulting from this solicitation. The
notification shall list the name, address, and telephone number of
the subcontractor; employee identification number; estimated dollar
Notice to Contractors - 3
MCClpllaM
Gonsalling
Engineers
Inaorperalsa
Formosans, Arkansas
J
amount of the subcontract; estimated starting and completion dates
of the subcontract; and the geographical area in which the contract
is to be performed.
Attention is called to the fact that no less than the minimum
salaries and wages as set forth in the Contract Documents must be
paid on this Project.
The Bidder must supply all the information required by the proposal
form.
The attention of all bidders is called to the fact that they must
be licensed under the terms of Act 150 of the 1965 Acts of the
Arkansas Legislature, as amended.
Peggy Bates
Purchasing Officer
City of Fayetteville
Fayetteville, Arkansas
Notice to Contractors - 4
MCCIelland
a Consulting
Engineers
Incorporated
Fayetteville, Arkansas
J
SECTION 00100
INSTRUCTIONS TO BIDDERS
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
2
2
3
3
3
4
4
4
5
5
5
6
6
6
6
7
7
7. PROJECT MANUAL & DRAWINGS
8. TYPE OF BID
9. PREPARATION OF BIDS
10. STATE AND LOCAL SALES AND USE TAXES
11. SUBMISSION OF BIDS
12. TELEGRAPHIC OR WRITTEN MODIFICATION OF BIDS
13. WITHDRAWAL OF BID
14. BID SECURITY
15. RETURN OF BID SECURITY
16. AWARD OF CONTRACT
17. BASIS OF AWARD
18. EXECUTION OF CONTRACT
19. PERFORMANCE AND PAYMENT BONDS
20. FAILURE TO EXECUTE CONTRACT AND FURNISH BOND
21. PERFORMANCE OF WORK BY CONTRACTOR
22. TIME OF COMPLETION
23. PROVIDING REQUIRED INSURANCE
noMcClelland
Consplling
Emblems
Ino>porossd
Foyssbvdls, Arkonws
SECTION 00100
INSTRUCTIONS TO BIDDERS
1. FORMAT
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
NOTICE TO CONTRACTORS. The scope is indicated on the accompanying
Drawings and specified in applicable parts of these Contract
Documents.
4. QUALIFICATION 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
inMCCIelland
Consulting
EngineersIncorporated
FnrtMollls, Arkansas
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 $ 50.00 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
j
1,14EIMnClarland
Consulting
Env CMnears
a
Inwraorarad
Fayetteville, Arkansas
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 NOTICE TO CONTRACTORS.
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
the place, and in the manner set forth
time prescribed, at
in the NOTICE TO
Section 00100 - 3
0)
McClellando CenwlNny
Commons
Inoorpsrulsd
Forllsvllls, Arwnws