HomeMy WebLinkAbout56-99 RESOLUTION•
•
•
RESOLUTION NO. 56-99
A RESOLUTION AWARDING BID NO. 99-47 IN THE AMOUNT
OF $410,579 TO MULTI CRAFT CONTRACTORS, INC. FOR
THE INSTALLATION OF THE ULTRAVIOLET DISINFECTION
SYSTEM FOR THE PAUL R. NOLAND WASTEWATER
TREATMENT FACILITY.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1 That the City Council herebY awards Bid No. 99-47 in the amount of
$410,579 to Multi Craft Contractors, Inc.; and authorizes the Mayor and City Clerk to execute an
agreement for the installation of the ultraviolet disinfection system for the Paul R. Noland
Wastewater Treatment Facility. A copy of the agreement is attached hereto marked Exhibit "A"
and made a part hereof.
PASSED AND APPROVED this _2.1)L' day of _ApnL, 1999.
( 'nu if.
N _...----•- ‘;
• "0-- •• r'' \
• •
1 • r . . „
.,... A . .
, _ , By
. - .% .
(., :
''''•
k ; . .r c
14‘ V• *. , i ..
•
• 111: .
APPROVE
B
Y/4S 4y
Heather
Heather Woodruff, City Clerk
ALICALe
red Hanna, Mayor
1
•
CONTRACT
This contract executed this _2116,_ day of 1999,
between the City of Fayetteville, Arkansas, hereina er called the
City, and Multi Craft Contractors, Inc., hereinafter called the
Contractor, and having an address at 2300
Lowell Road, Springdale, AR 72764.
In consideration of the mutual covenants contained herein, the
parties agree as follows:
1. The Contractor at his own cost and expense shall furnish all
labor, materials, supplies, machinery, equipment, tools,
supervision, bonds, insurance, tax permits, and all other
accessories and services necessary to complete items bid per
bid 99-47 as stated in CONTRACTOR'S PROPOSAL, and in
accordance with specifications attached hereto and made a part
hereof under Bid #99-47 all included herein as if spelled out
word for word.
2 The City shall pay the Contractor based on prices indicated in
Contractor's Proposal. Progress payments will be made 30 days
submission of invoice and after approval and acceptance of
work by project manager. Amount of contract not to exceed
$ 410,579.00
3 The Contract documents which comprise the contract between the
City and the Contractor consist of this Contract and the
following documents attached hereto, and made a part hereof:
A. Bid form identified as Invitation to Bid 99-47 with the
specifications and conditions typed thereon.
B. The Contractor's proposal.
C. The Notice to Prospective Bidders and the Bid Tabulation.
4 These Contract documents constitute the entire agreement
between the City and the Contractor and may be modified only
by a duly executed written instrument signed by the City and
the Contractor.
5. Contractor shall not assign his duties under the terms of this
agreement.
6. Contractor agrees to hold the City harmless and indemnify the
City, against any and all claims for property damage, personal
injury or death, arising from Contractor's performance of this
contract. This clause shall not in any form or manner be
construed to waive that tort immunity set forth under Arkansas
1
Law.
The Contractor shall furnish a certificate of insurance addressed
to the Owner, showing that he carries the following insurance which
shall be maintained throughout the term of the Contract. Any work
sublet, the contractor shall require the subcontractor similarly to
provide worker's compensation insurance. In case any employee
engaged in work on the project under this contract is not protected
under Worker's Compensation Insurance, the Contractor shall provide
and shall cause each Subcontractor to provide adequate employer's
liability insurance for the protection of such of his employees as
are not otherwise protected.
WorkersCompensation Statutory Amount
Comprehensive General &
Automobile Insurance
Bodily Injury Liability $1,000,000 aggregate.
Property Damage Liability $250,000 for each
accident.
$1,000,000 aggregate.
The premiums for all insurance and the bond required herein shall
be paid by the Contractor.
8. If contract exceeds $20,000, Contractor agrees to furnish a
Performance Bond, approved by the City, guaranteeing the
performance of this contract, for not less than one hundred
percent of the amount of this contract. Said performance bond
shall be conditioned on full and complete performance of this
contract and acceptance by the City of Fayetteville for the
payment of all labor and materials entering into or incident
to the proposed improvements. The Contractor agrees to
furnish proof of licensure as required under the terms of Act
150 of the 1965 Acts of the Arkansas Legislature.
9 Contractor agrees to begin work within ten (10) days of notice
to proceed and complete the work within 140 calendar days
thereafter. Liquidated damages of $100 per day shall be
assessed at the option of the City, not as a penalty,
beginning on the first day following the completion time to
cover additional costs.
10. All work called for herein shall be coordinated directly with
Project Manager at 443-3292.
11. This contract may be terminated by the City with 10 days
written notice.
12. Contractor shall be responsible for meeting compliance with
ADA regulations.
WITNESS OUR HANDS THIS AO DAY OF Apeide... , 1999.
ATTEST: CITY CLERK
Act Aat
ATTEST: SECRETARY
BY
BY
CITY OF FAYETTEVILLE,
FAYETTEVILLE, ARKANSAS
MAYOR
Contructor5 Luc_
FIRM NAME
Exec. Vice PreS.
TITLE
Po t307( /7Z0
aLltad 727Of
USINESS ADDRESS
•
CONTRACT
This contract executed this A2 day of 1999, 4ag/t.
between the City of Fayetteville, Arkansas, hereinafter called the
City, and Multi Craft Contractors, Inc., hereinafter called the
Contractor, and having an address at 2300
Lowell Road, Springdale, AR 72764.
In consideration of the mutual covenants contained herein, the
parties agree as follows:
1. The Contractor at his own cost and expense shall furnish all
labor, materials, supplies, machinery, equipment, tools,
supervision, bonds, insurance, tax permits, and all other
accessories and services necessary to complete items bid per
bid 99-47 as stated in CONTRACTOR'S PROPOSAL, and in
accordance with specifications attached hereto and made a part
hereof under Bid #99-47 all included herein as if spelled out
word for word.
2. The City shall pay the Contractor based on prices indicated in
Contractor's Proposal. Progress payments will be made 30 days
submission of invoice and after approval and acceptance of
work by project manager. Amount of contract not to exceed
$ 410,579.00
3. The Contract documents which comprise the contract between the
City and the Contractor consist of this Contract and the
following documents attached hereto, and made a part hereof:
A. Bid form identified as Invitation to Bid 99-47 with the
specifications and conditions typed thereon.
B. The Contractor's proposal.
C. The Notice to Prospective Bidders and the Bid Tabulation.
4. These Contract documents constitute the entire agreement
between the City and the Contractor and may be modified only
by a duly executed written instrument signed by the City and
the Contractor.
5. Contractor shall not assign his duties under the terms of this
agreement.
6. Contractor agrees to hold the City harmless and indemnify the
City, against any and all claims for property damage, personal
injury or death, arising from Contractor's performance of this
contract. This clause shall not in any form or manner be
construed to waive that tort immunity set forth under Arkansas
•
•
Law.
r
The Contractor shall furnish a certificate of insurance addressed
to the Owner, showing that he carries the following insurance which
shall be maintained throughout the term of the Contract. Any work
sublet, the contractor shall require the subcontractor similarly to
provide worker's compensation insurance. In case any employee
engaged in work on the project under this contract is not protected
under Worker's Compensation Insurance, the Contractor shall provide
and shall cause each Subcontractor to provide adequate employer's
liability insurance for the protection of such of his employees as
are not otherwise protected.
WorkersCompensation Statutory Amount
Comprehensive General &
Automobile Insurance
Bodily Injury Liability $1,000,000 aggregate.
Property Damage Liability $250,000 for each
accident.
$1,000,000 aggregate.
The premiums for all insurance and the bond required herein shall
be paid by the Contractor.
8. If contract exceeds $20,000, Contractor agrees to furnish a
Performance Bond, approved by the City, guaranteeing the
performance of this contract, for not less than one hundred
percent of the amount of this contract. Said performance bond
shall be conditioned on full and complete performance of this
contract and acceptance by the City of Fayetteville for the
payment of all labor and materials entering into or incident
to the proposed improvements. The Contractor agrees to
furnish proof of licensure as required under the terms of Act
150 of the 1965 Acts of the Arkansas Legislature.
9 Contractor agrees to begin work within ten (10) days of notice
to proceed and complete the work within 140 calendar days
thereafter. Liquidated damages of $100 per day shall be
assessed at the option of the City, not as a penalty,
beginning on the first day following the completion time to
cover additional costs.
10. Al]. work called for herein shall be coordinated directly with
Project Manager at 443-3292.
•
11. This contract may be terminated by the City with 10 days
written notice.
12. Contractor shall be responsible for meeting compliance with
ADA regulations.
WITNESS OUR HANDS THIS /720 DAY OF..<1,4•Zzt. 1999.
ATTEST: CITY CLERK
/4„..Z.#
ATTEST: SECRETARY
CITY OF FAYETTEVILLE,
FAYETTEVILLE, ARKANSAS
BY
MAYOR
pcuLti,' -CiNke* Contract04$ irJC,
FIRM NAME
BY IkL4kL k'_t4 e P 5,
NAME TITLE
Eforiels44 -/fr 12.79O5
PO 6OX 1760
BUSINESS ADDRESS
PPR -19-11991i b3:@8
SO
MULT1-CRFFT CONTRACTORS 504 751 4399 R.01/02
Multi -Craft Contractors, Inc.
DATE.
ATTENTCN:
COMPANY.
FROM dk./1/4../v14.0
FAX TRANSMITTAL
COVER SHEET
st-ad
Phone: 501-751-4330
Fax 501-751-4399
Post Office Box 1760
2300 Lowell Road
Springdale, AR 72765
TIME: 44000
FAX #: 413 -562(5
MESSAGE
NUMBER OF PAGES INCLUDING COVER SHEET: C-3
APR -19-1999 16:08
4 •
•
MULTI -CRAFT CONTRACTORS
501 751 4399 P.02/02
Multi -Craft Contractors, Inc.
April 19, 1999
City of Fayetteville
ATTN: Peggy Vice, Purchasing Manager
RE: Ultra -Violet Disinfection System Installation
Bid 99-47
Phone: 501-751-4330
Foie 501-7514399
Post Office Box 1760
2300 Lowell Road
Springdale. AR 72765
This notice is to inform you that if the TIME OF COMFLET/ON for the above
referenced project is extended to 140 days, then MCC will allow a deduction
of:
014,409.00>
from our submitted bid price. This reflects the amount of our bond, less
the cost, and assumes that it will not be forfeited.
NOTE: This deduction is contingent upon submittals, if not waived, being
reviewed and returned vithin 14 - 20 calendar days after deliverance.
Our revised bid price would then be: $410,579.00
If you have any questions, please don't hesitate to call me
Thank you,
ALA: /(111:2:cc';
Dennis Kelly
Executive vice President
DK:pap
2.91.57
cc: Billy Ammons
Pollution Control Plant
0
TOTAL P.02
•
DATE.
•
1
PROPOSAL FOR LUMP SUM CONTRACT
April 19, 1999
•
PROPOSAL OF: Multi Craft Contrarrm-4_, Tnr
BUSINESS ADDRESS: 2300 Lowell Road. Springdale Arkansac 72764
( ) a partnership consisting of:
( ) an individual trading as.
•
(c) a corporation organized under the laws of the state of: Ark:Incas
Arkansas Contractor's License Number: 0025810300
TO:
Gentlemen,
City of Fayetteville
113 West Mountain Street, Room 326
Fayetteville, AR 72701
Attn: Peggy Vice, Purchasing Manager
The undersigned, in compliance with your notice for bids for construction of:
Bid 99-47
Ultra -violet Disinfection System Installation
Having examined the specifications with related documents and the site of the proposed
work, and being familiar with all conditions surrounding construction of the proposed
project, including the availability of labor, hereby propose to furnish all labor, materials,
and supplies and to construct the project in accordance with the Contract Documents,
with the time as stated, at prices as stated below. These prices are to cover all expenses
incurred in performing the work required under the Contract Documents, of with this
Proposal is a part.
I understand that this project shall be awarded to those parties whose bid will give the
Owner the most advantageous price for the project to be built.
I (we) acknowledge the following addenda:
( ) ADDENDUM NO 1., Dated: N/A
( ) ADDENDUM NO 2 Dated: N/A
( ) ADDENDUM NO 3., Dated: N/A
1
1
1
1
1
1
1
•
•
( ) ADDENDUM NO 4., Dated: N/A
For all work described in the Specifications, I (we) agree to perform this work for the
sums set forth as follows:
BASE BID.
Ftwe-hstlred twenty -fax thwart', nire inurei. eighty-eight at C0/1C0 Dollars
(s 424,988.00
CATEGORY A - CONTACT BASIN COVERING
ALTERNATE BID NO. I: <Deduct>
Installation of pre -stressed concrete panels per specifications.
moventy-theize thaisErtl, hrtired ten axl C0/1C0-- Dollars
($ 73,710.00
CATEGORY B - ULTRAVIOLET EQUIPMENT INSTALLATION
ALTERNATE BID NO I • <Deduct>
Concrete structure to support equipment, steps, necessary handrail, and solid aluminum
deckplate covering equipment use area per specifications.
(s 118,493.00
Dollars
ALTERNATE BID NO 2 <Deduct>
Effluent weir modification per specifications.
Che mrd, epven h rrirrti piebry-the arcl COACO Dollars
(s 1,785.00
CATEGORY C - ELECTRICAL SERVICE
ALTERNATE BID NO I. <Deduct>
Purchase and install two (2) 500 KVA transformers per specifications. Installation of
wiring, conduit, raceways, switches, junction boxes, etc. to bring high voltage electrical
service to the 500 KVA transformers and 480 volt electrical sernce from the
transformers to the power distribution centers (PDC's) of the disinfection system
a -ME
•
•
•
equipment per specifications. (NOT LNCLUDNG connecting the actual high-voltage
wires to the switch -gear, which will be performed by the Utility.)
11..o hrdred thirty-cre thcusani ard 03/1C0
(s 231,000.00
Dollars
CONSECUTIVE CALENDAR DAYS FOR TOTAL PROJECT COMPLETION
One hundred forty
( 140 ) Days
AMOUNT INCLUDED IN BASE BID FOR TRENCHING SAFETY PROVISIONS
UNDER ARKANSAS ACT 291 OF 1993 (IF TRENCHING 5' OR OVER EN DEPTH IS
REQUIRED).
1111 N/A
Dollars
111 (S
In submitting this bid, it is understood that the bid will not be withdrawn for a period of
111 sixty (60) days from the time fixed for opening.
111• Upon receipt of notice of acceptance of this bid, Contractor will execute the formal
1 contract within five (5) days and deliver bonds required by this contract within ten (10)
days of notice to proceed. Bid bond submitted ‘vith the bid is to become property of the
Owner in the event the contract and bond are rot executed within the time above set
forth, as liquidated damages for the delay and additional work caused thereby.
• If awarded the Contract, the undersigned agrees to complete the project in accordInce
with the schedule set forth in the instructions to bidders, Time for Completion.
The undersigned hereby certifies that proposal from the following subcontractors were
included in the bid submitted:
AREA OF WORK SUBCONTRACTOR LICENSE NO.
Plumbing
Mechanical
Multi Craft Contractors, Inc 0025810300
Multi Craft Contractors. Inc 0025810300
r N; • 46.
••:".. ;
•ce i ;.;
•
Electrical
Roofing & Sheet Metal
MUlti Craft Contractors, Inc 0025810300
N/A
It is agreed that, if selected as the successful bidder and if the above subcontractors are
approved, the undersigned will not enter into contract with other for these divisions of the
work without written approval of the Owner. It is understood that the Owner has the
right of refusal of any subcontractor listed above.
Respectfully Submitted:
Contractor.
By:
...........
••• .4
.•• .......
". c % •
e?).%.:*
re,
(rEvcooration)
1 • s d.
%•• ................
Multi Craft Contractors, Inc.
Tide: Executive Vice President
Business Address: 2300 Lowell Rd., P.O. box 1760
Springdale, Arkansas /2 /65-1 /6U
Arkansas License Number. 0025810300
•
•
Multi -Craft Contractors, Inc
April 19, 1999
City of Fayetteville
RE: Ultra -Violet Disinfection System Installation
Bid # 99-47
•
Phone: 501-7514330
Fax: 501-751-4399
Post Office Box 1760
2300 Lowell Road
Springdale, AR 72765
Thank you for allowing Multi Craft Contractors the opportunity to bid
this project.
With our proposal, we must qualify the following:
1) TIMING:
The proposed time frame in the specifications can not be met by our firm,
due to three issues:
1.1 Electrical gear delivery is 12 to 14 weeks after approval and order;
1.2 Specified hand rail is as much as 14 weeks after approval;
1.3 Twenty-one calendar days on formed concrete (Category 8) can only
be met if submittals are waived. (See attachments)
2) PRE -CAST CONCRE1E COVERS (Category A):
All vendors which proposed prestress to us, do not manufacture hollow
core; our proposal is based on the following:
8" thick semi -light weight.
Design: 80 lbs. per square foot in lieu of 50 lbs; widths of 8'-0 in
lieu of 4'-0. Note: Will have minimal tension in the bottom.
3) BOND:
Due to timing of gear, the bond will be included in our price. If the
City can extend the schedule to accommodate the equipment deliveries, then all
parties will benefit.
Thank you,
Dennis Kelly
Executive Vice President
DK:pap
2.91.57
attachments
ten•
c7. •
•
• • -
AlumaGuard Corp.
. 2250 South Lipan Street Denver, CO 80223 303-935-7245 Fax: 303-937-0323
: Visit our ‘‘ cb site at WWW AIIIMaGLIZId.00111 EIT•1311: Sa1CSR3111:TlagUald.COM
April 16, 1999
_Proposal for Alunzinunz Railing
Project: Wastewater Treatment Plant — Fayetteville, AR.
Specific Inclusions:
1. 348 linear feet of 3-12a il handrail system.
2. Freight:f.o.b. our plant Denver, CO., f.f.a to job site,
3. Stainless Steel Expandon Anchors: 1.12"x 3"
4. Stainless Steel Nlachine Belts: 1i2"
5. Toeboard type: Angle Top Teardrop Bonorn
6. All pipe will be 1-1/2" IPS Sch. 40/80 6061-T6 or 6105-T5. as required to meet structural criteria
as determined by Alumaguard, %%jib an AA-\I10/1032C22A41
r7. Submittal drawings %ill require 4-6 \ VCCk.5. Shipment of materiel will require 6-8 weeks after
receipt of approval drawings, steel drawings and field dimensions.
8. Calculations by Colorado licensed engineer.
Specific Exclusions:
1. Sales tax, field measurements, installation.
2. Attachment of kickplate on panel assemblies.
3. Calculations stamped by .Arkansas engineer.
• Indicates more assembly than specified. Posts are pte•manufactured, line rail and toebotrd are shipped in stock
lensths.
Terms: Net 30 days from shipment, no retention (wa c.). 54 Invoice upon completion of submiral drawings.
This proposal is good for acceptance and delive:y within 30 & 120 days Please contact us for an emersion.
Sincerely,
Carl Ritchie
• • Saks NianageriEstimator
AlumaGuard Corp.
fax crimpiayar.aviiia.wwmFax
APR -16-1993 16:22
The Aluminum Handrail System"
733-9
4:
:
..1
• REXEL
1 SUMMERS
: ELECTRIC
Date: 04/16/99
To: DAVE JOHNSON
From: Jim Mi!cheIl
Subject: OW
Number cf Pages 4
PRICES FOR OMI
• •.• A. • • •
• •
FAX Transrnitial
•
ICC) S io-comb
c-rensle AR 72764
Ph 501-751-7123 / Fax !AM -760-2425
PLEASE NOTE SHIPPING INFORMATION:
HIGH VOLTAGE TRANSFORMERS - •Al:LOW 12 -14 -WEEKS TO SHIP AFTER
RECEIPT OF ORDER
S &.0 SWITCHES reNLLOW11ICki-EE.r-rb:i:ITP.AETER
_RECEIPT OF ORDER
SW BOARD, PANELBOARDS, XFMER-ALLOW—&;.
8•WEEKS,TO.SHIP-AFTER'
RECEIPT OF ORDER
REMAINING ITEMS- ALLOW 2-4 WEEKS TO SHIP AFTER
_ RECEIPT OF ORDER
ALSO NOTE: SW BOARD, PANELBOARDS, & TRANSFORMERS ARE
NEMA 3R CONSTRUCTION. -
- . .
4.:
= t
-
752 245:- 57::
Ss.
•
( Project Completion 140 days)
•
0
0
0
0
-C
>.
0
04
DESCRIPTION: ULTRA -VIOLET DISINFECTION SYSTEM INSTLLATION
X AGENDA REQUEST
CONTRACT REVIEW
GRANT REVIEW
STAFF REVIEW FORM
For the Fayetteville City Council meeting of April 20, 1999
FROM:
Billy L. Ammons
Name
?cs S -/i'-97
MICROFILMED
WWTP Public Works
Divinon Departnnot
ACTION REQUIRED:
Approval of a resolution awarding bid number 99-47 to Multi -Craft Contractors in the amount of 5.410,579
for the installation of the ultraviolet disinfection system for the Paul R. Noland wastewater treatment facility.
(Recommendation memo attached)
COST TO CITY:
5410,579.00
Cost of this Request
5400.5800.5801.00
Account Nuridier
99035.01
Project Number
S1,100,000.00
Category/Project Budget
S. ,632,100
Funds Used To Date
S A69.400
Remaining Balance
UV Disinfection System
Category/Project Name
WITVIT Captial
Program Nine
Water & Sewer
Fund
BUDGET REVIEW: X Budgeted Item
Budget -oonfinater
CONTRACT/GRANT/LEASE REVIEW:
*
Arjr
MAIM/ a••••
?Vier V
Purchasing Officer
STAFF RECO
IA -45-40
Date
Date
4 -ao-19
Date
/ \ Budget Adjustment Anached
.UrttiC
Acfministrative Services Director
(1,NTIN AGENCY:
rda,eyidaAuditor DCe
ADA Coordinator
Date
MENDATION: To approve award of bid 99-47 to Multi -Craft Contractors in the amount of S410,579.00.
Mayor
6201//e it
Date
Date
21
Date
New !tan:
Prev Ord/Res 0:
Orig Contnict Date:
VIS
No
DADATAMP-DATMAGENDA.FRM
•
FAYETTEVI LLE
THE CITY OF FAYETTEVILLE. ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Fayetteville City Council
From: Donald R. Bunn, Assistant Public Works Directort2'
Thru: Charles Venable, Public Works Director
Fred Hanna, Mayor
Subject: Award of Bid
Installation of Ultraviolet System
Paul Noland Wastewater Treatment Plant
April 20, 1999
Bids were opened on April 19, 1999 on the installation of the ultraviolet system for the Paul
Noland Wastewater Treatment Facility. Multi -Craft Contractors, Inc. of Springdale was the
only bidder on the job. The bid was in the amount of $424,988.00. A copy of the bid
tabulation is attached.
Multi -Craft Contractors agreed to deduct a total of $14,409.00 from the bid price provided
the time for completion was changed to 140 days. The lengthened time for completion is
due to the time needed to have certain electrical components manufactured. We are in
agreement with the time extension, therefore the Construction Contract the memorandum
from OMI reflects the adjusted bid price of $410,579.00.
It is the recommendation of the Staff that the bid be awarded to Multi -Craft Contractors in
the amount of $410,579.00 with a time of completion of 140 days from the time of a notice
to proceed. The budget is sufficient to cover these costs.
4110 CO MI
Memorandum
To: Mayor Hanna and Fayetteville City Council Members
Thru: Charles Venable, Public Works Director
From: Billy L. Ammons (PCP) Project Manager ta
Paul Hawkins (PCP) Maintenance Manager
Date. April 20, 1999
Re: Bid Recommendation for Bid # 99-47
Please reference the attached agenda request for bid # 99-47.
We recommend awarding the bid to the low bidder, Multi -Craft Contractors (MCC) in the
amount of $410,579. MCC's bid does not meet the specifications in regard to the time of
completion, but is apparently the best that can be done under the circumstances. Certain
components of the electrical system needed for this installation are not 'off-the-shelf items
and must be custom manufactured. The proposed time frame for project completion of 140
calendar days is not desirable, but will be acceptable.
Bid # 99-47 deals with the installation of the new ultraviolet disinfection (UV) system for the
wastewater treatment facility (WWTF). The equipment needed for this disinfection system
has already been purchased and will be delivered in the next few months. Approval of this
contract will allow work to go forward in preparing for the eventual installation of the UV
equipment.
WWTF personnel will work closely with the contractor in an attempt to expedite the project
in whatever ways may be possible. We appreciate your assistance in this important project.