Loading...
HomeMy WebLinkAbout114-94 RESOLUTIONa • • • • 4 RESOLUTION NO. 114-94 A RESOLUTION AWARDING 131D NO. 94-52 IN THE AMOUNT OF $1,817,867.00 'fO SEFCO, INC.. AND AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE. A CONTRACT FOR CONSTRUCTION OF SECTION II OF THE WATER TRANSMISSION LINE PROJECT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council hereby awards Bid No 94-52 in the amount of 51,817,867 00 to Sefco, Inc., and authorizing the Mayor and City Clerk to execute a contract for construction of Section I1 of the Water Transmission Line Project. A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this 20th day of September , 1994. ATTEST: By: C7�a cc. X6IJL Traci Paul, City Clerk APPROVED:: By:I. / A Vis(. Fred Hanna, Mayor • EXHIBIT A • SECTION 00500 CONTRACT - THIS AGREEMENT, made and entered into on the 20th September, 1994, by and between Sefcc, Inc., 7274 West 81st Tulsa, Oklahoma 74131 herein called the Contractor, and the Fayetteville, Arkansas, hereinafter called the Owner: WITNESSETH: day of Street, City of 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, Contract Section II, Twc 6 Million Gallon Water Storage Tanks, dated March, 1992, 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. TITLE Sheet No. 1 Sheet No. 2 Sheet Sheet Sheet Sheet Sheet Sheet Sheet Sheet Sheet Sheet No. No. 4 No. 5 No. 6 No. 7 No. 8 No. 9 No. 1C No. 11 No. 12 Cover Sheet, Lccation Map, Sheet Index Kessler Mountain Tanks, Site and Grading Plan Kessler Mountain Tanks, Cross Kessler Mountain Tanks, Cross Plan and Profile, Tank Access Plar. and Profile, Tank Access Plan and Profile, Tank Access Plan and Profile, Tank Access Tank and Piping Laycut Plans Tank and Piping Details Miscellaneous Details Electrical Plans and Details Sections Sections Road Road Road Road 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 work hereunder in a total of 300 calendar days. Section 005CC - 1 M. Clelland fl O M Coisuit ng [fprs oar H M'Oal roflr•.% Pe, Ai ,gnu, • That the Owner hereby agrees to pay to the Contractor for the faithful nerformarcc of this Agreement, subject to additions and deductions as provided in the Specifications or Proposal, in ]awful money of the United States, the amount of: One Million Eight Hundred Seventeen Thousand, Eight Hundred Sixty Seven Dollars $1,8]7,867 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 bibs, 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. mccienoeul SI o rwJ Gooa'r r•ng Erpina.rr Inarfacernd Fayenew9., Ar.onrcr Section 00500 - 2 • • 8 No additional work or extras shall be done unless the sane shall be duly authorized by appropriate action by the Owner ir. writing. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the day and date first above written, in six (6) counterparts, each of which shall, without proof or accounting for the other counterpart be deemed an original Contract. ATTEST: Apprved as to e G. Attor Tor Owner Sefco Inc. Contractor President Title CITY OF FAYETTEVILLE Owner By f`6:4s .ir.-- Mayer Title Section 00500 - 3 • Mtpe ba rd Lite' L eve C�wlli rte ews'° Wed Fayette Wile, Arxarrar • • 1 • STAFF REVIEW FORM AGENDA REQUEST x CONTRACT REVIEW (change order) GRANT REVIEW For the Fayetteville City FROM: did Norbash Name ACTION REQUIRED: Council meeting of N/A 7 led • • Enaineerina Divisicn Public Works Department Approval of change order #1 for Water Storage tanks contract section II COST TO CITY: -eductior. of S3.000.00 Cost of this Request 5400-5600-5808-00 Account Number 90007.3020 Project Number 51,817,867,00 BUDGET REVIEW: Category/Project Budget S384,616.01 Funds Used To Date S1,433,251.00 Remaining Balance Water Storaae Tanks X Budgeted Item Budged Coordinator Category/Project Name Capital Water Mains Program Name w&s Fund Budget Adjustment Attached Administrative Services Director CONTRACT/GRANT/LEASE REVIEW: /:ex Cc ln. 1 !c Accourti a MAn-.er Ci motto rey Purchasing Officer STAPP RECODDIENDATION: //. Date /6 Date GRANTING AGENCY: dine Or Date nal Auditcr Late Date Department Director 1 Administratidj Services Director Mayor G/ -if -9S Date Date i- Ib aC Date Date Cross Refererce New Item: Yes_ No Prev Ord/Res *: Orig Contract Date: \ \ 111: 1);: Pi:O J l CHANGE ORDER Order' Nn 1/oto Agt mul , Fayetteville Contract Secticr !1 .wo 6 Million Callon Water Stcrage hanks Oi\ \1:12' City of Fayetteville F]902:03 1 October 21, 1994 September 2C,:994 CON i'RA(;'11 )i2 Sefco, Inc. • fullF,;wir)t f.}'angos .,: r h, rehw mad., 11, •Ile 1:0\'1 ::.\; :.' 1)f Jc; l "''.11:\' I h• Change interior paint specifications from three-3mil coats to two .1 mil coats (1Qmilm'nimum dry fila t:ick;ess). Reducing the number of paint applications will speed up the construction process and reduce the project costs. Cho Egli ;o CONTRACT l'Rl(:F: • Original CONTRA(:': P121( 1,817,8 -67.0C Curren) CONTRAC1 1'Rll;:1 alllasted ltt previous (:ii:\\l:E I )R:)ER S 11,817,867,00 _ The (:ON'IR\(;J' PRICE due, to This CHANGE 1' ORI)LR trill he Itttrrrttetil fdec:retied) by: $ 3,000.00 'The new CONTRACT PRI(:}: including this (.}iA\(,E ()EWER NP,. Pi !;,' s 1,814,867.00 Change to CONTRACT '1•I\1E: 'Cite CONTRACT 1'IA".:: will beIi increased decreased hy I (decreased] . unchanged r,aendar '1 -he dale for co,aalelioa of al. itnrk will be July 29, 1995 (Da tin. Approvals Required: To he effec:,t-e this ()rde1 most he approted by the Federal agency if is changes the scope or objective n: the PROJECT, or as may otherwise be required by the SIJPPLE- MENTAI. (GENERA1.Sy(✓1\1)11' ��� Reques:ed hy: z `.��._A �t t` ' (,Sefco, _ c } Recommended hy: ;�� f �L (McClelland Consulting Engineers, Inc.) Orderer hv: (City o Fayetteville) Mayer Accepted k:w nn -in IVA ./a Federal Agenra Approval (where applicable) N/A CON -RAC- COCUMt N-`. ' OR CONSTRl.CT CN CF :lox u„en' Ni, 10 11 61 RAL v A$SIS:10 WATT P ANI: •il WI = Ph,. 1 CTS 1 ilei y' Ole e- Pageof' • -ter. _ .._ ti Y .1•�. A _j. r. 1.. y" ya . •:, 1 A.- eft' _ %�.•t .f ...r t. .• v `' eft' r .�j�•{; •L r •�yl r, •J•I ,Lf ,ti k:+a..- ,4. s r.. ,•mac •• :k• • ew .• T •/ • c .�-: • .. _ - _ •.r _ _ . r. _ _ _•v• m 1 . wATER systEm .•:.,•. . . m mr •• • . r..• . • ••• .. • • • •In POR 1.l.•'4 .} ;; ': �••..�: . • ..v • • • -..•r 1 •. • • • 1.f s sr••^ = •f$• �s 1.. �r .��_-� .. •:. • • 1 • _ II t • • • .•r• •_ 1PIMA.117m IlliYYi77l��7. ie.1• • } - • • 4- _. • - _ r. _• - - • • �y r::.i*'�:* t"``_Y,.%�•• _ • • • • • •r • 1' •i • •— 7 • • em 'ems - ..'t: i �..�. • • f •! +ra y'• - • ••Yy. n. 41. . - _• .l• • • I. • # r• • slv4.apuq�w w..a�auy� �tlLDQ�} •�..•:}r dr._ :1' • - •�� • :.•• r�•�'..:i• •.Y..a810.� cocege';?cp Box •I3$• ••• • ...1.2•••••11•• • • 1 •'.•.• • #` aLCFlt • l!SI /Virmm . • ••• '• • L,. r, • : ' a;•, :. ti' • .• .i.ti •' 'y •M1 •.. .. • •• 1 ter- li ^�;'{.i.••. ter••• - ' - - - • .' _.• ' 'i • 11 • • •• 1. . • • • v • l' ...... a. — . . .�• ..1r. . .Y.... _. *� + •ar-.,s_ ••rg-•}•':"N... . •'S:A`a• y • .Y. 1::' - •.4.1:710... +Tt4c 1, 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 • ADDENDUM NO. 1 To the Contract Documents for Water System Improvements Contract Section II Two 6 Million Gallon Water Storage Tanks City of Fayetteville Fayetteville, Arkansas FY 902103(2) July 27, 1994 To All Planholders: Gentlemen: The project pans and specifications are hereby revised in accordance with the following items: 1. The polyurethane enamel paint specified on Specification page 13210-4 for the tank exterior top coat shall be Tnemec acrylic polyurethane, semigloss Series 73, or approved equal. The polyurethane coating thickness shall be a minimum of 2.0 mil dry film thickness. The !.5 mil dry film thickness listed cn Specification page 13210-4 for polyurethane tcp coat is no longer correct. 2 Steel plates used in fabricating the tanks may be cleaned and primed after erection, in addition to shop cleaning and priming as listed in Paragraph 5.01 B. on specification page 13210-3. However, areas that cannot be painted after erection, such as the area between roof plates and rafters, shall be cleaned and primed pricr to erection. 3. Paragraph 2.01 A.1. or, Specification page 15001-2-1 is revised to allow Pressure Class 250 ductile iron pipe as the minimum thickness, instead of the currently specified minimum thickness of Class 51. 4 Plan Sheet 3 indicates that the tank bottom is to he flat. This is incorrect. Slope the bottom from elevation 1546.75 at the tank centers to elevation 1546.00 at the perimeter wails, to provide 9 inches of crown at the tank center. 5. Vote 7 on the left side of Sheet 12 indicates that the J - Mac Company is to be used to install the SCADA system at the tank site. J -Mac no longer operates in the Fayetteville area. The existing SCADA system in Fayetteville is maintained and expanded by a former J -Mac employee, and he shall be used tc install th_s SCADA equipment. His name and phone number are: Dave Loenneke, (501) 443-3292. 6 Paragraph 3.C9 A. on Specification page 02200-9, Farthwork, Trench Excavation and Backfill indicates that upon the comp_et_on of excavation, the excavation surface w.:] be proofrolled. If unsound naterial :s detectrd, the -r.nir.eer 1 1 1 1 1 1 '9-1 ;`_ _'_LEL L_}P 1 --H`'• G. ADDENDUM NO. 2 To the Contract Documents for Water System Improvements Contract Section II Two 6 Million Gallon Water Storage Tanks City of Fayetteville Fayetteville, Arkansas FY 902103(2) August 1, 1994 ' To All Planholders: Gentlemen: 1 1 1 1 1 1 1 1 1 1 1 1 i F.:, c The project plans and specifications are hereby revised in accordance with the following items: 1. The SCADA radio equipment referenced in Addendum No. 1 under Item No. 5, and illustrated on Plan Sheet 12 is hereby deleted from the project. The Owner will contract directly with a SCADA supplier/installer after completion of the tank project. Item 7 on the Riser Diagram on Sheet 12 will not be installed under this project (the Motorola MRTU level transmitter) however, the 11/2" conduit for this item will be stubbed through the vault wall. The SCADA tower and antenna will also not be installed on this project. Very truly yours, McCLELLAND CONSULTING ENGINEERS, INC. / Robert W. White, P.E. Project Manager RWW/md Receipt is acknowledge and conditions agreed to this August , 1994. Bidder: pfco, Inc. 4th day of By:- 4, -ti�tl/i • • c . T • "al.;..• tj1 t: PART/SECTION NO. PART I 00030 00100 O 0300 00350 00360 PART II 00500 O 0550 PART III O 0700 O 0800 PART IV DIVISION I O 1000 O 1009 O 1011 O 1014 01016 01027 01028 01070 01210 01300 01311 01400 01500 01600 01700 O 1710 O 1720 DIVISION 2 02102 02200 02218 02444 02485 02601 TABLE OF CONTENTS SUBJECT BIDDING RLOUIREMENTS Advertisement for Bids Instructions to Bidders Proposal B id Bond Notice cf Award State Wage Rates CONTRACT FORMS Contract Notice to Proceed CONDITIONS OF fll E CONTRACT General Conditions Supplementary Conditions SPECIFICATIONS PAGE NO. GENERAI. REQUIREMENTS Abbreviations Summary of Work S ite Conditions Protection of the Environment Safety Requirements and Protection of Property Applications for Payment Change Order Procedures Cutting and Patching Preconstruction Conference Submittals During Construction Schedule and Sequence of Operations Quality Control Temporary Construction Facilities and Utilities Material and Equipment Shipment, Handling, Storage, and Protection Contract Closeout Final Cleaning Project Record Documents S ITE WORE Clearing, Grubbing, and Stripping Earthwork, 'lrench Excavation and Backfill Landscape Grading Chain Link Fence and Gates Finish Grading and Grass Access Road, Drainage and Base 1-5 1 1-36 1-7 1-3 1-2 1-4 1-2 1-4 1-2 1-3 1-2 1 1-8 1-3 1-3 1-5 1-4 1-3 1-2 1-3 1-3 1 TABLE OF CONTENTS PART/SECTION NO. SUBJECT PAGE NO. DIVISION 3 03210 03300 DIVISION 13 13210 13310 DIVISION 15 15001 15001-2 15012 15013 15080 DIVISION 16 16010 16050 16111 16120 16141 16130 16190 16195 16421 16430 16440 16450 16470 16500 16921 16922 16924 CONCRETE Reinforcing Steel Concrete 1-4 1-16 SPECIAL, CONSTRUCTION Welded Steel Water Storage Reservoir 1-7 Automatically Controlled Impressed Current Cathcdic Protection for Interior of Steel Water Tank 1-6 MECHANICAL Piping - Genera] Cement -Lined Ductile Iron Pipe and Fittings Miscellaneous Tubing Miscellaneous Piping Specialities Manually Operated Valves and Check Valves ELECTRICAL General Electrical Work Basic Electrical Materials and Methods Conduit W_re and Cable Wir_ng Devices Boxes Supporting Devices Electrica: Identification Service Entrance Metering Disconnect Switches Seccndary Crourding Panelbcards :._ghting Mechanical Equipment Controls Level '_ransmittcr and Asscciated Equ.pment SCADA System (Radio Transmitter) APPENDIX Occupational Safety and Health Administration (OSHA) Standard for Excavation ana Trenches Safety System. 29 CFR 1926, Subpart P. Drawings - (Hound Separately) 1-9 1-5 1-2 1-2 1-5 1-10 1-6 1-3 1-3 1-3 1-2 1 1-2 1 1 1-2 1-2 1-3 1 1 1-3 1-2 r• ' + :. r .• • �. Sb; • ri • �i••}I • • dam f• . r ••••• ^ • . , • s4'=r i! • _. • 1 1 t f• • •{• • a. •• • , • •1 • •"� .x: • • •Ii. k . • • •e • :;rpr s .' a ;'�L .•.: +�i' 'm y sm. ._ •%• i �• ^••Y`ti er J • ,.•„ 'rm •+•`•i; % err r'• �•• •-•;,;41.9311.•' ° (1.:%,.>-.:. i...••• { •'. .y•r•:.• r- . .,w - - • ' .•1.•::•••••!...2`"•f:� - = • +. 1•' 2• y j/ ,• • .4 •• :p• ...r•. :4 •+ :17:Z(5; •: iY. err•• •• i•• :r .• • •r'• . a . ' ' .. e . r • • • .e• 411. i •• •— /• ' •e• - ••.- - -•- • • •I. •'....:....L5•1 :r• • ••'4^ '• ..• •r .yy 1.0 • •• •r:lr r. y.. • •• •• ••y •v le%1:•.•• :,1i.• ter: • ••• •y:r •M• !^ [. 'r • i • •'• •.,-.�•. ••. . • mmm • S• .-.1•:.. � •• r • �:,13 n •••"....1 .:tr • •x. . �. { •• • r '• •1 ti ...Ili.. . ••i,• -S. -•a• '• I. S 1• :� l r • +r• .: • 'i,`- •rS'•{:{xT ..r.s r •`�T'•'. �•_. •iLr •.• : • ••� •:••; ' • .. 'ti•). e• e. • L•• ! • ii•S:••••;.4....... %li• 4•.•r':i ••i 4.� ri 1 f ca 4+ I. J r •L'K }`• .•er. ;- - - is -,. -r - .. • e. • • .' +: rn rye•_:. - •'!:• +r:i: ... •}: i..• • ^. • •{l••• 1:..• .[ •:. f•M1' •I: Y •' _ I. .L•i _ ••• ......•^ !....j.•• _ r• 'i.. a..• :CV' Y• + • tier'•+ ;R _ •'.r •v •.? SQA •. 't`•� �i. •....' :..• Af • • .'!• i• •. �} n • •. . •. 9 • t••! • • iq' •. • • .4• ••.' r •1 •••Y '4• 1„5.4 1. •* • •i•.ti. •} •. ��.• ; q:• ..: . _• + •. .• •'.r.•.• - • ••_�•• • •, •� :•.t... 3!" .11.••• i • 1 S• .. .. •• x • . •.••..••t• •>1•52..1%•:e•••1.I lir}•. ;ra ti .i. 'c. ,,. •.r. (... •.• +:; a•.•;... .: •• �. •. •-i'1' '•w•• •f• r• •••• J • ' ‘• ; • 1 , . . . .'1 .1: . i :• .1 • ••; •• •• • 6. • •-r • i • • • • • • 1• •:• ` i�•x : L i M1Y 1• •Gr F . .... ",l4-• ..• ••%• r • r f ••. _i.'.. {• r 7'. •• . r • of . .T • a :y. ,n• s'•#, 1 .:1 ••.esti . ... ;.• • ti•.:=tii:r.y•'. •'.l-_ sti.iq•.•. • ... .rSr++ • •.i nti. . ,•••:' %•:rM. • '.r• • • e. ` N •. • i • !. • 1 r •4+• .. • • 1 m a .i la rr:. ••+ • .:r mak:::.,::•^. r.. ='�• .:• •1 • • •1. • 1. .. • f• •1•M1 . rJ••.. . • _ ? i? • .4. o •. 7• •• :'i• 7 4_• .. •7• .t. _ •••ir• •+'ti:%n r• ';•ai•} p• •F •'Liy .:�i Y •r .� . •..a 'r.:4. -•- •r: ••• ...et. i+' %.1 4 are]i-'f "•+r .. •r:;. T.:• :FL 1/4 :'.:~ '1',,'�.r_{.dl'rr:.: iL �`•' • is •_;Y::rpc: ..•.•y _ r - dm •{. •ti: �tiy 4•.••if _^r• • M1.y. 4•�••}f % 1t•!•i• ir�,• ' • Yy ,�• •YL•11.4.1.m.......s•i• :6 :.•+•: L: r '•i J•. - I. ••,'i` } �._C'• it i• .'. :A •..• .. _ • .1. 14 1! ita- %.1 ref:y•r ••. f ti ,+ -e• • • i • •fC-F. • .l •ie.' 1171'. l•riA S ref • •.••• .. • •.•..0 ••i: ji • :•1 ..1 t•' r -M •••' • .•i • * m • ..1 •� ratan h • •• •4•• ti•i ' • i , • r[. fir. • ::• • me. s1 • i• • • 11 • • • ti a • ' •••1 • 1 SE.CTICN 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.: FY902]03Contract Section II The City of Fayetteville will receive sealed bids for construction of two (2) 6-mil]—ion gallon ground storage reservoirs, related yard piping, access road and related work. Bids shall be on a lump sum and unit price basis. The City of Fayetteville will receive bids until 1:00 P.M. local time on Thursday , August 4 , 1994 at the office of the Purchasing Officer. Bids received after this tine will not be accepted. Bids will be opened and publicly read aloud immediately after specified closing tine. All interested parties are invited to attend. Bidding Documents nay be examined at the Fayetteville and Little Rock offices of the Engineer and at: ABC Plans Room Ozark Floor Co. 928 N. College Fayetteville, AR Construction Market Data P.O. Box 1109 (72203) 15C1 N. Pierce, Ste 101 Little Rock, AR 72207 F.W. Dodge Reports 5100 E. Skelly Suite 1010 Tulsa, OK 74135 Copies of the Bidding Documents may be obtained through the Engineer's office upon payment of $80.00 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 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 wage rates to be paid under this contract. Each Bid must be submitted cn the prescribed form and accompanied by a certified check or bid bond executed on the prescribed form, payable to the City of FavetteviIle, 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 day of _._ 1994. City of Fayetteville, Arkansas Publish: Purchasing Officer P.C. # Section 00030 -2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 00100 INSTRUCTIONS 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 2 2 3 3 3 4 4 4 5 5 5 5 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 Mane land Q :or pll f Ong Engmn.e•s Inpprpo•Wird sayelarIF. Arhonsau 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 :natter 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. 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 ntnM [count. cou it c M CanWlf.n Eng i nccv par cited Foyeff1 •inc A/Yc naaa 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 naps, 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 $80.00 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 MCCMIland Consult. ng a -Pm, Enamors 'mea aerated Fayette vrW, A r kamaa 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 noWend Corso �fi'p Eo n.r, Iroorpu•a•.0 FaralMva.a. Araoisas BIDS. Bids must be made cn 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 cf 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 Engineers w CannPnp Eo&joroa InaaGoraleJ soys.?evOm, Arxoneas