HomeMy WebLinkAbout72-98 RESOLUTIONRESOLUTION NO 7 2 - 9 8
A RESOLUTION ACCEPTING THE RECOMMENDATION OF
RJN GROUP, INC. AND AWARDING BID NO. 98-34, UNIT 1,
CIPP, CONTRACT ENGINEERING DESIGN IN THE AMOUNT
OF $645,080.85, PLUS A CONTINGENCY AMOUNT OF $64,508,
TO JONES BROTHERS, INC. FOR SEWER LINING FOR THE
WHITE RIVER MINISYSTEM 15 SEWER REHABILITATION.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1. That the City Council hereby accepts the recommendation of RJN Group, Inc.
and awards Bid No. 98-34, Umt 1, CIPP, contract engineering design in the amount of $645,080.85,
plus a contingency amount of $64,508, to Jones Brothers, Inc., for sewer lining for the White River
Minisystem 15 sewer rehabilitation; and authorizes the Mayor and City Clerk to execute a
construction agreement for said amount. A copy of the agreement is attached hereto marked Exhibit
"A" and made a part hereof.
PASSED AND APPROVED this day of June , 1998.
.
•
•
. a By.
4.
,d
ATTEST:
Heather Woodruff, C Clerk
APPROVED:
By:
red Hanna, Mayor
13
Cin CCE&x eapy
•
April 1998
iVi1C1WWtr1Y. MED
EXHIBIT A
CONTRACT
DOCUMENTS
Sanitary Sewer Main Rehabilitation
White River Watershed and
Illinois River Watershed
Contract II
Minisystems 13B, 15, & 18B/C
Rasins10,12,20,&21
Prepared for the
City of Fayetteville
Fayetteville, Arkansas
prepared by
RJN Group, Inc.
Consulting Engineers
Dallas, Texas
in association with
FINAL
McClelland Consulting Engineers, Inc.
Fayetteville, Arkansas
City of Fayetteville, Arkansas
White River Watershed and Illinois River Watershed
Mini Systems 13B, 15, 18 B/C, Basins 10, 12, 20, & 21
Sanitary Sewer Main Rehabilitation
Contract II
ADDENDUM NO. 1
Release Date: April 27, 1998
Information to Bidders:
The Contract Documents for the above titled project are revised and amended as follows:
1. Instruction to Bidders, Paragraph G - Revise the second sentence to read as follows:
"Prequalification statements must be submitted to the Water and Sewer Superintendent
no later than seven (7) days prior to the bid opening".
2. Instruction to Bidders, Paragraph EE - Revise the first sentence to read as follows:
"Arkansas Prevailing Wage Determination Number 97-363 establishes the minimum
wage rates to be paid on this project."
Substitute the Prevailing Wage Determination No. 96-262, and Statement of Intent to
Pay Prevailing Wages in the Contract Documents with the Prevailing Wage
Determination No. 97-363, and Statement of Intent to Pay Prevailing Wages attached
to this addendum.
3. Replace Bid Schedule for Unit 3 with the revised Bid Schedule for Unit 3 attached to
this addendum. The changes are summarized as follows:
a. Add Item No. 3D1 - Standard Mobilization
b. Add Item No. 3D2 - Emergency Mobilization
4. Special Conditions, Paragraph SC.05 - Revise the paragraph to read as follows:
"...such decisions begin within the sole discretion of the City. It is the intent of this
Contract to supply the Contractor with work orders constituting the majority of the plan
quantity upon issuance of the Notice to Proceed. In the work order the City will
specify whether the Contractor will mobilize in accordance to standard conditions or
emergency conditions. Standard Mobilization will require the Contractor to begin
work within fifteen (15) working days from the issuance of the work order or orders.
Emergency Mobilization will require the Contractor to begin work within three (3)
working days from the issuance of the work order or orders. Payment shall be made at
the Contract Unit Price indicated on the Bid Schedule. Quantities stipulated in the Bid..
Schedule are approximate. The basis of payment for Mobilization will be the actual
number of Emergency and Regular Mobilizations performed. The Contractor agrees
that he will make no claim for damages, or anticipated profits, or otherwise on account
of any difference between the amounts of work actually performed and the estimated
amounts therefore."
A-1
Addendum No. 1
Wlute River Watershed and Illinois River Watershed
Mini Systems 13B, 15, 18 B/C, Basins 10, 12, 20, & 21
Sanitary Sewer Main Rehabilitation
Contract II
5. Section D2-12. Subsection A.2 - Revise the second sentence to read as follows:
"Approved methods include: TTS Northwest, the PIM Corporation (PIM System),
Poscata Way, New Jersey, ..."
6. Section D2-13. Subsection B.2.c - Revise the first sentence to read as follows: "The
cured pipe thickness shall be 3.5 mm thickness for pipe 6 inches in diameter, ..."
Bidders shall acknowledge receipt of this addendum on the Bid (page 1) and on the outside of the
sealed bid envelope.
Ken Matthews, P E
Project Manager
RJN Group, Inc.
A-2
SANITARY SEWER MAIN REHABILITATION
UNIT 3
LINING - TERM CONTRACT
PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT
ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID
3A1 2,000 LF Lining of 6" Dia. Sewer
Dollars &
Cents per LF $ $
3A2 2,000 LF Lining of 8" Dia. Sewer
Dollars &
Cents per LE $ $
3A3 500 LF Lining of 12" Dia. Sewer
Dollars &
Cents per LE $ $
3B1 15 EA Service Connection,
Internal, per Section D2-13
Dollars &
Cents per EA $ $
3C1 1,125 LF Cleaning and Pre -TV Inspection
Addendum No. 1
Dollars &
Cents per LE $ $
14 Bid
City of Fayetteville
Sanitary Sewer Improvements
UNIT 3
PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT
ITEM OUANTITY BID PRICES WRITTEN TN WORDS PRICE BID
3C2 4,500 LF Post -Construction TV Inspection
Dollars &
Cents per LE $ $
3D1 3 EA Standard Mobilization
Dollars &
Cents per EA $ $
3D2 1 EA Emergency Mobilization
Dollars &
Cents per EA $ $
TOTAL, UNIT 3
SANITARY SEWER REHABILITATION
LINING - TERM CONTRACT
(in writing)
CONTRACTORS MAY BID ON UNIT 1, UNIT 2, UNIT 3, OR ALL UNITS.
RECAPITULATION
TOTAL, UNIT 1
TOTAL, UNIT 2
TOTAL, UNIT 3
GRAND TOTAL
Addendum No. 1 15 Bid
City of Fayetteville
Sanitary Sewer Improvements
MON 14:49 RJR GROUP
Page 1 of 1 ARKANSAS DEPARTMENT OF LABOR
PREVAILING WAGE DETERMINATION - HEAVY RATE
DATE: April 21, 1998
PROJECT: Sanitary Sewer Rehabilitation
White & Illinois River
Watersheds, Contract II
Fayetteville, Arkansas
CLASSIFICATION
Bricklayer/Pointer, Cleaner, Caulker
Carpenter
Concrete Finisher/Cement Mason
Electrician/Alarm Installer
Ironworker
Laborer
Pipelayer
Truck Driver
DETERMINATION N: 97-363
COUNTY: Washington
EXPIRATION DATE: 10-21-98
SURVEY #: 797-AH05
BASIC
HOURLY
RATE
7.75
FRINGE
BENEFITS
10.35 1.90
9.40 .72
12.00 .46
15.50 5.87
7.75
8.90
9.20
Power Equipment Operators:
Bulldozer 12.55
Backhoe, Rubber tired 1 yd. or less 9.70
Crane, Derrick, Dragline,
Shovel & Backhoe, 1-1/2 yds. or less 11.90
Crane, Derrick, Dragline,
Shovel & Backhoe, over 1-1/2 yds. 14.00
Front End Loader 11.65
Mechanic 14.70
Motor Patrol, Finish 13.05
Motor Patrol, Rough 9.00
Roller 8.05
Scraper, Rough 11.25
1.65
.17
Welders --receive rate prescribed for craft performing operation
to which welding is incidental.
Certified July 1, 1997
CLASSIFICATIONS THAT ARE NOT LISTED, BUT THAT ARE GOING TO BE
WORKING ON THIS PROTECT, SHOULD BE REQUESTED FROM THE ARKANSAS
DEPARTMENT OF LABOR, PREVAILING WAGE DIVISION. THESE WRITTEN
REQUESTS SHOULD BE MADE AS SOON AS YOU NOTICE THAT A REQUIRED
CLASSIFICATION IS MISSING, NORMALLY THIS WOULD BE DURING THE BZD
PROCESS.
Addendum No. 1
P.04
PIUrl ;4:51i kJi4 GROUP
Contractor
Street Address
City & State
Telephone
CONTRACT DOCUMENTS
SANITARY SEWER MAIN REHABILITATION
WHITE RIVER WATERSHED
AND
ILLINOIS RIVER WATERSHED
CONTRACT II
MINISYSTEMS 13B, 15 & 18B/C
BASINS 10, 12, 20, & 21
CITY OF FAYETTEVILLE
FAYETTEVILLE, ARKANSAS
PREPARED BY
RJN GROUP INC.
CONSULTING ENGINEERS
DALLAS, TEXAS
IN ASSOCIATION WITH
McCLELLAND CONSULTING ENGINEERS, INC.
FAYETTEVILLE, ARKANSAS
APRIL 1998
1
1
1
1
1
1
1
1
1
1
1�
1
1
1
1
1
1
1
CONTRACT DOCUMENTS
SANITARY SEWER MAIN REHABILITATION
WHITE RIVER WATERSHED
AND
ILLINOIS RIVER WATERSHED
CONTRACT II
MINISYSTEMS 13B, 15 & 18B/C
BASINS 10, 12, 20, & 21
CITY OF FAYETTEVILLE
FAYETTEVILLE, ARKANSAS
APRIL 1998
I hereby state that these Contract Documents were prepared under
my direct supervision and that I am a duly Registered Professional
Engineer under the laws of the State of Arkansas.
Name P E No. Date
tO,11
opt
5TaTE �OF'''.•
ARIiA SAS
•
•
REGISTERED
�% PROFESSIONAL cot
tttn ENGINEER S��
.2 * * * /4'
TITL
CONTRACT DOCUMENTS
FOR THE
CITY OF FAYETTEVILLE
SEWER SYSTEM IMPROVEMENTS
TABLE OF CONTENTS
VOLUME I
SECTION Pages
BIDDING DOCUMENTS A
INVITATION TO BID 1-3
INSTRUCTIONS TO BIDDERS* 1-13
BID 1-19
BID BOND 1-2
SUBCONTRACTORS 1
STATEMENT OF EXPERIENCE OF BIDDER 1
STATEMENT OF COMMITMENT 1
CONTRACTUAL DOCUMENTS• B
AGREEMENT 1-T
ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND 1-2
MAINTENANCE BOND 1
CONDITIONS OF THE CONTRACT
GENERAL CONDITIONS* C 1-89
SUPPLEMENTARY CONDITIONS C1 1-3
SPECIAL CONDITIONS C2 1-2
CONSTRUCTION FORMS D
SUBMITTAL RECORD 1
PERIODIC PAYMENT FORMS 1-4
CHANGE ORDER 1-3
* Section has individual Table of Contents
TABLE OF CONTENTS (Cont.)
TITLE SECTION Pages
SPECIFICATIONS
DIVISION 1 - GENERAL REQUIREMENTS* D1 1
DIVISION 2 - SITE WORK* D2
INSURANCE FORMS E
CONSTRUCTION EASEMENTS AND CONDITIONS F 1
1
1
1
1
1
1
1
1
* Section has individual Table of Contents 1
1
i
1
CITY OF FAYETTEVILLE
TNVTTATION TO STD
SANITARY SEWER MAIN REHABILITATION
WHITE RIVER WATERSHED
AND
ILLINOIS RIVER WATERSHED
CONTRACT II
RA=PT OF Willa
Separate sealed bids for Sanitary Sewer Main Rehabilitation,
White River Watershed Minisystems 13B, 15 & 18B/C and Illinois
River Watershed, Basins 10, 12, 20 & 21, Contract II, in
Fayetteville, Arkansas are invited and will be received at the
office of the Purchasing Officer located at 113 W. Mountain,
Room 326, Fayetteville, Arkansas, 72701 on or before, but no
later than 2:00 PM, Local Time, on Tuesday, May 5, 1998 and
immediately thereafter or as soon thereafter as is practicable
all bids received from prequalified contractors will be publicly
opened and the bid prices read aloud.
The proposed work is divided into three units. Unit 1 consists
of the construction of approximately 9,236 linear feet of
sanitary sewer lining. Unit 2 consists of the construction of
approximately 1,674 linear feet of sanitary sewer pipe bursting,
545 linear feet of open cut construction, and replacement of 12
manholes. Unit 3 consists of approximately 4,500 linear feet of
sanitary sewer lining. Unit 3 will be a term contract. Actual
locations of the construction will be made known to the
Contractor on an as needed basis by the City of Fayetteville
throughout a six-month period.
Sealed envelopes or packages containing bids shall be marked or
endorsed "Sanitary Sewer Main Rehabilitation, White River
Watershed, and Illinois River Watershed, Contract II, in
Fayetteville, Arkansas." Bidders shall affix a copy of their
letter of prequalification to the outside of the sealed envelope.
Bidders shall mark or endorse the sealed envelope with their
Arkansas State Contractor's Licence Number.
CONTRACT DOCUMENTS
Copies of the Contract Documents are on file and are available
for inspection at the offices of McClelland Consulting Engineers,
Inc. 1810 N. College Avenue, Fayetteville, Arkansas.
A pre-bid meeting shall be held at 113 W. Mountain, Fayetteville,
Arkansas, on Thursday, April 23, 1998 at 1:30 p.m.
Said Contract Documents are by this reference incorporated into
and made a part of this Invitation to Bid and should be consulted
for full particulars.
1 Invitation to Bid
City of Fayetteville
Sanitary Sewer Improvements
Copies of the Contract Documents required for review or bidding
purposes may be obtained only from the Office of McClelland
Consulting Engineers, Inc., 1810 N. College Avenue, Fayetteville,
Arkansas, upon payment to McClelland Consulting Engineers, Inc.,
1810 N. College, Fayetteville, Arkansas, of $70.00 in check or
money order for each set of documents obtained. The Contract
Document fee is non-refundable.
BID SECURITY
Each bid shall be accompanied by a certified check or a cashier's
check or bid bond payable to the order of the City of
Fayetteville, Arkansas in an amount not less than five percent of
the bid as a guarantee that the bidder will, within ten (10) days
after the date of the award of contract, execute an agreement and
file bonds and insurance as required by the Contract Documents if
his bid is accepted.
RIGHT TO REJECT BTPS
The Owner reserves the right to reject all bids for failure to
comply with all requirements of this notice or any of the
Contract Documents; however, the Owner may waive any minor
defects or informalities at its discretion. The Owner reserves
the right to defer the acceptance of any bid and the execution of
a contract for a period not exceeding ninety (90) days after the
date of opening of bids. Extension of time beyond the ninety
(90) day period after the date of opening of bids may be made
only by mutual agreement between the Owner, the successful bidder
and the Surety for the successful bidder.
AWARD OF CONTRACT
This document is designed to include three separate bid proposals
and shall not be construed as being a package. The proposals are
arranged in Units to allow the Contractor to submit a bid on
each, or all Units.
Unless all bids are rejected the contract award will be made to
the lowest responsible, prequalified, responsive Bidder for each
Unit. If a Bidder only submits a bid on one Unit, and it is the
lowest proposed price total, the Bidder will be the apparent
successful bidder for the individual Unit.
Any bid may be modified or withdrawn prior to the above scheduled
time for the opening of bids. No bidder may withdraw a bid
within 90 days after the actual date of the opening thereof.
The successful bidder or bidders shall furnish a performance
bond, labor and material bond, and a maintenance bond each for
one hundred (100%) percent of the Contract amount and shall file
certificates with the Owner that he has obtained and will
continue to carry Workmen's Compensation Insurance, Owner's and
Engineer's Protective Insurance, public and private liability and
property damage insurance of an adequate amount and for the life
of the Contract.
Invitation to Bid
City of Fayetteville
Sanitary Sewer Improvements
2
All questions or correspondence concerning the plans and
specifications shall be directed to the Engineer, RJN Group,
Inc., 12160 Abrams Road, Suite 206, Dallas, Texas 75243,
phone no. (972)437-4300.
City of Fayetteville, Arkansas
Peggy Vice
Purchasing Officer
Publication: April 12 ,1998
April 19 ,1998
P. O. #
3 Invitation to Bid
City of Fayetteville
Sanitary Sewer Improvements
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
TABLE OF CONTENTS
FOR
INSTRUCTIONS TO BIDDERS
SUBJECT PAGE
A EXAMINATION OF SITE 1
B EASEMENTS 1
C EXAMINATION OF BIDDING DOCUMENTS 1
D INTERPRETATION OF CONTRACT DOCUMENTS 1
E MATERIAL SUBSTITUTION 2
F APPROXIMATE QUANTITIES 2
G PREPARATION OF BID 2
H SIGNING OF BID 3
I BID SECURITY 3
J RETURN OF BID SECURITIES 3
K AGREEMENT, BONDS, INSURANCE 4
L DESIGNATION OF SUBCONTRACTORS 4
M BID SUBMITTAL 4
N WITHDRAWAL OF BID 4
O QUALIFICATION OF BIDDERS 5
P DISQUALIFICATION OF BIDDERS 5
Q PENALTY FOR COLLUSION 6
R LICENSE 6
S PRECONSTRUCTION CONFERENCE 6
T BID OPENING 6
U AWARD OF CONTRACT 6
✓ EFFECTIVE DATE OF AWARD 7
W EXECUTION OF AGREEMENT 8
X FAILURE TO EXECUTE AGREEMENT AND FILE BONDS AND
INSURANCE 8
y PAYMENT FOR EXCESS COSTS AND LIQUIDATED DAMAGES 8
Z COMMENCEMENT AND COMPLETION OF WORK 8
AA INFORMATION NOT GUARANTEED 9
BB COVENANT AGAINST CONTINGENT FEES 9
CC GRATUITIES 10
DD SUBCONTRACTS UNDER CONSTRUCTION CONTRACTS. . . • 10
EE PREVAILING WAGE DETERMINATION 11
FF STATEMENT OF INTENT TO PAY PREVAILING WAGES . 13
INSTRUCTIONS TO BIDDERS
A. Examination of Site
Before submitting his Bid, each prospective Bidder shall
familiarize himself with the Work, the site where the Work
is to be performed, local labor conditions and all laws,
regulations, and other factors affecting performance of the
Work. He shall carefully correlate his observations with
the requirements of the Contract Documents and otherwise
satisfy himself of the expense and difficulties attending
performance of the Work. The submission of a Bid will
constitute a representation of compliance by the Bidder.
There will be no subsequent financial adjustment for lack of
familiarization.
B. Easements
Portions of the improvements under this project may involve
construction on private property for which easements have
been secured by the Owner. Work performed on, or use of
such easements, shall be subject to the provisions of the
easement agreements on file and open to inspection in the
office of the Owner.
C. Examination of Bidding Documents
Each Bidder by making his Bid represents that he has read
and understands the Bidding Documents. The Bidder shall
include in his bid prices any and all costs that may be
necessary to complete the work in accordance with the
requirements of the Contract Documents.
D. Interpretation of Contract Documents
Questions regarding documents, discrepancies, omissions, or
intent of the Specifications or drawings shall be submitted
in writing to the Owner through the Engineer, at least ten
days prior to opening of bids to provide time for issuing
and forwarding an addendum. Any interpretation of the
Contract Documents will be made only by addendum duly issued
or delivered by the Owner to each person receiving a set of
documents. The Owner will not be responsible for any other
explanations or interpretations of the Contract Documents.
1 Instructions to Bidders
City of Fayetteville
Sanitary Sewer Improvements
Material Substitution
Each Bidder shall base his Bid upon the materials and
equipment as described in the Bidding Documents. The
successful Contractor will not be allowed to make any
substitutions on his own initiative, but in each instance
will be required to obtain authorization from the Owner
before installing any work in variance with requirements of
the Contract Documents.
F. Approximate Quantities
On all items on which Bids are to be received on a unit
price basis the quantities stated in the Bid will not be
used in establishing final payment due the Contractor. The
quantities stated, on which unit prices are invited, are
approximate only. Bids will be compared on the basis of
number of units stated in the Bidding Schedule. Payment on
the Contract on unit price items will be based on the actual
number of units installed in the completed work.
G. preparation of Bid
All prospective bidders and proposed subcontractors on this
contract must be prequalified before they will be allowed to
bid or to be accepted as subcontractors. Prequalification -:
statements must be submitted to the Water and Sewer -
Superintendent no later than 14 days p for to the bid
opening. These forms are available from the Water and Sewer
Operations Division, 1475 Cato Springs Road, Fayetteville,
AR 72701, requested by mail from the Water and Sewer
Maintenance Superintendent at 113 West Mountain Street,
Fayetteville, AR 72701 or requested by phone from the Water
and Sewer Operations Center at (501)575-8386.
Bids submitted by prospective bidders who have not
prequalified will be retained by the City, but not opened.
Only bids which are made out on the Bid Form included in
this document will be considered. The Bid Form must not be
removed from this document. Amounts are to be shown in both
words and figures where indicated. In case of discrepancy
between words and figures the words shall prevail, unless it
clearly appears in Owner's opinion that the words rather
than the figures are in error. If any portion of the Bid is
required to be given in unit prices and totals and a
discrepancy exists between the unit price and totals, the
unit prices shall prevail, unless it clearly appears in
Owner's opinion that the unit prices rather than the total
Instructions to Bidders
City of Fayetteville
Sanitary Sewer Improvements 2
1
' are in error. If a discrepancy exists between the total
base Bid and the true sum of the individual Bid items, the
true sum shall prevail. A Bid will be rejected if it does
' not contain a price for each and every item named in the
bidding schedule. Bidders are warned against making any
erasures or alterations of any kind, and Bids which contain
omissions, erasures, conditions, alterations, or additions
' not called for may be rejected. If a deficiently prepared
bid is not rejected, the Owner may demand correction of any
deficiency and award the contract to the bidder upon
satisfactory compliance with the Instructions.
H. Signing of Bid
1
1
1
1 I Bid Security
If the Bidder is a corporation, the legal name of the
corporation shall be set forth together with the signature
of the officer or officers authorized to sign contracts on
behalf of the corporation. If Bidder is a co -partnership,
the true name of the firm shall be set forth together with
the signatures of all the partners. If Bidder is an
individual, his signature shall be inscribed. If signature
is by an agent, other than an officer of a corporation or a
member of a partnership, a power of attorney must be on file
with the Owner prior to opening Bids or submitting Bids;
otherwise, the Bid may be regarded as irregular.
1
1
1
1
No Bid will be considered unless accompanied by a Bid
security as defined in the Invitation to Bid, as a guarantee
that if the Bid is accepted the Bidder will execute the
Agreement and file bonds and insurance as required by the
Contract Documents within 10 days from the date of the award
of the Contract. For the bid bond to be acceptable, the
name of the surety company issuing said bond shall be
licensed to do business in the State of Arkansas and shall
be included on the current U.S. Treasury list of acceptable
sureties, and the amount of the bond written by any one
acceptable company shall not exceed the amount shown on the
Treasury list for that company.
1 J. RP*nrn of Bid Securities
1
1
1
1
The security of the two lowest Bidders will be returned
after the execution of the agreement with the successful
Bidder and the approval of his bonds and insurance. The -..
security of all other Bidders will be returned promptly
after the Bids have been opened and reviewed by the Owner.
If all Bids are rejected the securities will be returned at
the time of rejection.
3 Instructions to Bidders
City of Fayetteville
Sanitary Sewer Improvements
Agreement, Bonds Insurance
The attention of Bidders is specifically directed to the•
forms of agreement and bonds to be executed and types of
insurance to be taken out in the event a contract award is
made.
L. Designation of Subcontractors
Each bidder shall list on the form included in these
documents the names and addresses of all subcontractors who
will perform work or labor or render service to the Bidder
on or about the construction site in an amount in excess of
five percent of the Bidder's total base Bid. Each Bidder
shall show on the form the portion of the work to be done by
each subcontractor. The Contractor shall be required to
perform a minimum of thirty (30) percent of the contract
amount with his own crews.
M. Bid Submittal
1. Each Bid, properly signed, together with the Bid
security and• all documents bound herewith, shall be
enclosed in a sealed envelope addressed and entitled as
specified in the Invitation to Bid and delivered to the-_
office designated in the Invitation to Bid.
2. Each Bidder shall submit with his Bid one copy of
Volume I of the Contract Documents with all Addenda and
the "Subcontractors" form contained in this document.
All Subcontractors listed on this form who will perform
more than 30 percent of the work must be prequalified.
Withdrawal of Risi
Any Bid may be withdrawn at any time prior to the hour fixed
in the Invitation to Bid for the opening of Bids, provided
that a request in writing, executed by the Bidder, or his
duly authorized representative, for the withdrawal of such
Bid is filed with the Owner prior to the time specified for
opening of Bids. The withdrawal of a Bid will not prejudice
the right of a Bidder to file a new Bid.
Instructions to Bidders
City of Fayetteville
Sanitary Sewer Improvements 4