HomeMy WebLinkAbout123-01 RESOLUTION0
RESOLUTION NO, 123-01
A RESOLUTION AWARDING A CONSTRUCTION CONTRACT TO
McCLINTON-ANCHOR, INC. IN THE AMOUNT OF TWO MILLION
SEVEN HUNDRED THIRTEEN THOUSAND NINE HUNDRED
TWELVE DOLLARS AND SIXTY-FIVE CENTS ($2,713,912.65) FOR
AIRFIELD PAVEMENT REHABILITATION; APPROVING A
FIFTEEN PERCENT (15%) PROJECT CONTINGENCY OF ONE
HUNDRED THIRTY-FIVE THOUSAND SIX HUNDRED NINETY-
FIVE DOLLARS AND SIXTY-THREE CENTS ($135,695.63); AND
APPROVING A BUDGET ADJUSTMENT OF TWO MILLION ONE
HUNDRED ELEVEN THOUSAND TWO HUNDRED TWENTY-
EIGHT DOLLARS ($2,111,228.00) FOR SAME.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS•
Section 1. That the City Council hereby awards a construction contract to
McClinton -Anchor, Inc. in the amount of Two Million Seven Hundred Thirteen
Thousand Nine Hundred Twelve Dollars and Sixty -Five Cents ($2,713,912.65) for
airfield pavement rehabilitation.
Section 2. That the City Council hereby approves a Fifteen Percent (15%) project
contingency of One Hundred Thirty -Five Thousand Six Hundred Ninety -Five Dollars and
Sixty -Three Cents ($135,695.63).
Section 3. That the City Council hereby approves a budget adjustment of Two
Million One Hundred Eleven Thousand Two Hundred Twenty -Eight Dollars
($2,111,228) for same.
Section 4. That the City Council hereby authorizes the Mayor to sign such a
contract with McClinton -Anchor, Inc.
C c ' 1 l,.t PASSED AND APPROVED this 4th day of September, 2001.
tar • \ r APPROVED:
4. 1 I,
ATTEST:
By:
A
l/!/GYfi�.�-
ATHER WOODRUFF, City Clerk
By: j2z 's'( �001/
N COODY, Mayo
•
NAME OF FILE:
CROSS REFERENCE:
Resolution No. 123-01
•
09/04/01
Resolution No. 123-01
09/04/01
Contract with APAC-Arkansas, Inc. McClinton -Anchor Division
Airfield Pavement Rehabilitation Project (FAA AIP Grant #3-05-0020-
2901)
08/30/01
Certificate of Insurance
Performance Bond
Payment Bond
09/04/01
Staff Review Form
08/28/01
Memo to City Council Members thru Mayor Coody, from Gary Dumas,
Environmental Services Director, regarding FAA AIP Grant #3-05-0020-
2901, Airfield Pavement Rehabilitation Project
09/04/01
Copy of the Budget Adjustment Form
08/28/01
Copy of a letter to Dale Frederick from R. Wayne Jones
08/28/01
Bid Information
08/22/01
Estimated Construction Cost
08/28/01
Copy of the File Note to Dale Frederick and Wayne Jones from Donald
C. Harris, Senior Program Manager, ASW -631, Arkansas/Oklahoma
Airports Development Office
09/2001
Arkansas Dept. of Aeronautics Airport Aid Grant Classifications
09/13/01
Memo to Dale Frederick, Airport, from Heather Woodruff, City Clerk
09/04/01
Change Order No. 1
Staff Review Form regarding Change Order No. 1
12/06/01
Memo to Gary Dumas, Utilities Services, from Heather Woodruff, City
Clerk
NOTES:
•
�4terfr5
£g5 /,23-0
CONSTRUCTION S CIFICATIONS
FOR
AIRFIELD PAVEMENT REHABILITATION
and
TAXIWAY WIDENING & STRENGTHENING
TO
DRAKE FIELD
MUNICIPAL AIRPORT
FAYETTEVILLE, ARKANSAS
BID NO. 01-46
AIP PROJECT NO..,
3-05-0020-2901
FY002105
JUNE, 2001
Prepared By:
Oa s,Bn ad To sary d
,p\gtIUtt ter.,,,,
q,
qG ,.
McCLELLAND
FE °I CONSULTING
ENGINEERS, Ina E.
=_?f, Na 24 :.w
',�9rysq s . '
McClelland Consulting Engineers, Inc.
1810 North College, P.O. Box 1229
Fayetteville, Arkansas 72702-1229
(501) 443-2377, Fax (501) 443-9241
... matttttttt
ctrl T., .
i
ORIGINAL SIGNATURE ON FILE
MCEMcCLELLAND
CONSULTING
ENGINEERS, INC.
R. Wayne Jones, P.E.
Vice President
1810 N. College Avenue/P.O. Box 1229
Fayetteville, Arkansas 72702-1229
501-443-2377 ext. 20. FAX 501-443-9241
wiones@mcclelland-engrs.com
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
r
1
1
1
1
1
1
1
1
1
1
1
IMECR
ADDENDUM NO. 2
AIRFIELD PAVEMENT REHABILITATION &
TAXIWAY WIDENING & STRENGTHENING
DRAKE FIELD
Fayetteville, Arkansas
Project No. FY002105
August 24, 2001
EKED
The Project Manual and the Drawings dates June, 2001 for the project are amended as noted in this
Addendum. Receipt of this Addendum shall be acknowledged on the Bid Form. This Addendum
consists of 15 pages.
The Project
Item No. 1
Item No. 2
Item No. 3
Item No. 4
Manual is amended as follows:
Delete the Bid Form provided with Addendum NO. I and replace with the attached
revised Bid Form consisting of 12 pages. This revised Bid Form includes several bid
items and quantity revisions as discussed at the Pre -Bid Conference.
Delete page 5 of Section D-701 and replace with the attached revised page 5 which adds
a bid item for 12 -inch RCP.
Delete the second sentence of the Paragraph "Crack Control Fabric" of Section
"Pavement Stabilization Fabric" and replace with the revised Paragraph "The product
shall be "Petrotac" as manufactured by AMOCO Fabrics Company or "Paveprep"
as manufactured by Contech Construction Products, Inc."
Add the following as paragraph (d).3.d to page 6 of the SPECIAL PROVISIONS:
For displaced threshold condition during night time displacements, the Contractor shall
add four threshold lights to each displaced threshold marker and to connect to the
runway lighting circuit. The light bulbs in all runway lights between the displaced
threshold and the end of the runway shall be disconnected during the night time
displaced conditions."
The Project Drawings are amended as follows:
Item No. I
Item No. 2
Item No. 3
Item No. 4
Change note for Grate Inlet southeast of Old Fire Station Building on Plan Sheet 8 form
2 ft. by 2 ft. to read "3 ft by 3 ft Grate Inlet".
Change note for Junction Box north of the Bell -Aire Hangar on Plan Sheet 8 form a 4 ft.
by 4 ft. to read " 3 ft by 3 ft Junction Box".
Change the note for the "Runway Holding Position Marking" on Plan Sheet to read
"Seven Spaces at 12" = 7' 0" "
Add a note toTaxiway Overlay Plan on Plan Sheet 3 to indicate that the doubled hatched
area between Taxiways "D" & "E" and adjacent to the asphalt apron is to receive a
2 -inch overlay.
1:\2000\002105 \specs\Addendum No-2.wpd Addendum No. 2 1
(including crushed aggregate backfill) and for all preparation, excavation, spoilage of excavated
material, and installation of these materials, and for all labor, equipment, tools, and incidentals
necessary to complete the item.
Payment will be made under:
Bid Item No.
Bid Item No.
1:\2000\002105\SPECS\70I .DOC .
18 -inch (Reinforced Concrete Pipe), per linear foot
12 -inch (Reinforced Concrete Pipe), per linear foot
END ITEM D-701
Addendum No. 2 Section D-701 - 5
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
I11
PAVEMENT STABILIZATION FABRIC
DESCRIPTION
This item shall consist of furnishing and installing pavement stabilization fabric and
crack control fabric on the taxiway overlay and rehabilitation , as required. The pavement
stabilization fabric shall be placed on pavement areas which have become weakened from
aircraft traffic, as indicated on the Plans and as directed by the Engineer.
MATERIALS
Pavement Fabric: The pavement stabilization fabric shall be a non -woven needle
punched polypropylene fabric "Petromat" as manufactured by Amoco Fabric and Fibers
Company, meeting the following requirements:
Weight, Oz/Sq Yd 4.3
Tensile Strength, Lbs (1) 115
Elongations -at -Break, % (ASTM 0-1682) 65
Mullen Burst Strength, psi 235
Asphalt Retention, Gals/Sq Yd 0.20
Color Black Blend
Asphalt Bonding Agent: The agent for bonding the pavement fabric to the
underlying asphalt course shall be an asphalt cement meeting Viscosity grade AC -20 or
AC -30, as determined by AASHTO M-226. The asphalt cement shall be applied at the
rate of 0.20 to 0.25 gallons per square yard or as adjusted in the field by the Engineer.
Crack Control Fabric: The cracks within the taxiways shall be covered with a strip
of self-adhesive waterproof membrane 6 -inches to 12 -inches in width. The product shall
be "Petrotac" as manufactured by AMOCO Fabrics Company or "Paveprep" as
manufactured by Contech Construction Products, Inc.
Other fabrics may be used upon approval by the Engineer prior to bidding.
CONSTRUCTION METHODS
EQUIPMENT
Distributor: The asphalt distributor shall be suitably metered and capable of spraying
the asphalt cement at a prescnbed uniform application rate. No dulling or skipping
should be permitted. The distributor shall be equipped with a hand spray with single
nozzle and positive shut-off valve.
J:\2000\002105\spccs\Pave Fabric-a2.doc
Addendum No. 2 Pavement Fabric - 1
ADDENDUM NO. 1
AIRFIELD PAVEMENT REHABILITATION &
TAXIWAY WIDENING & STRENGTHENING
DRAKE FIELD
Fayetteville, Arkansas
Project No. FY002105
August 23, 2001
The Project Manual and the Drawings dates June, 2001 for the project are amended as noted in this
Addendum. Receipt of this Addendum shall be acknowledged on the Bid Form. This Addendum
consists of 13 pages.
The Project Manual is amended as follows:
Item No. I Delete the Bid Form provided and replace with the attached revised Bid Form consisting
of 12 pages.
Item No. 2
Item No. 3
Change the table in the third paragraph of Section 80-03, page 34, of the GENERAL
PROVISIONS to read "Frequency 121.8" and the Control Authority to read "Control
Tower"
The Contractor may provide, to the Engineer and Owner for approval a different Order
of Work under the Construction Procedures of the "Safety Requirements and
Construction Procedures" of the SPECIAL PROVISIONS for his projected schedule and
anticipated weathered related work conditions.
The Project Drawings are amended as follows:
Item No. 1 Add a note to Taxiway "F" Plan on Sheet 9 to read "Relocate 3 Taxiway Signs and
Cable along the south side of Taxiway "F"."
Item No. 2 Add a note to Taxiway "A" Plan on Sheet 12 to read "Relocate 1 Taxiway Signs and
Cable at the northeast corner of Taxiway "A" & "D"."
Item No. 3 Add notes to Taxiway "D" Plan on Sheet 13 to read "Extend the 2 way 4 -inch duct at
Sta.1+70", "Widen Taxiway 10 Feet to South", "100 Ft. Radius" to the southeast corner
of Taxiway D and the Runway, and "Mill 1 -inch at Sta. 10+00 and Transition 10 Feet to
0 -inches at Sta. 9+90 ."
Item No. 4
Item No. 5
Item No. 6
Change the note in the upper right of Plan on Sheet 8 to "Replace Headwall Install 6
ft. by 10 ft. solid sod." and note below to read " And Replace fence...".
Change the spot elevation to the right of the Apron Rehab. area at the east edge of the
apron form on Plan Sheet 8 to read "1256.00" to "1254.10."
Add a note to each side of the Taxiway form the Apron to Taxiway "B"of Plan on
Sheet 8 to read "Extend Grate Inlet a minimum of 6 -inches."
1:\2000\002105\specs\Addendum No-I.wpd Addendum No. 1 1
1
1
1 CONSTRUCTION SPECIFICATIONS
FOR
1 AIRFIELD PAVEMENT REHABILITATION
and
1 TAXIWAY WIDENING & STRENGTHENING
1 TO
DRAKE FIELD
1 MUNICIPAL AIRPORT
FAYETTEVILLE, ARKANSAS
BID NO. 01-46
AIP PROJECT NO.
1 3-05-0020-2901
FY002105
1 JUNE, 2001
Prepared By:
McClelland Consulting Engineers, Inc.
130a lane& 7b Sarva
1810 North College, P.O. Box 1229
'
Fayetteville, Arkansas 72702-1229
(501) 443-2377, Fax (501) 443-9241
1
1
TABLE OF CONTENTS
SECTION PAGE NO.
Notice to Contractor 1-3
Instructions to Bidders 1-6
Proposal 1-15
Bid Bond 1-2
Equal Opportunity Certification 1-2
Notice of Award 1
Contract 1-6
Federal Wage Decision 1-3
Notice to Proceed 1
Wage, Labor, EEO, & Safety Requirements 1-17
General Provisions (FAA Standards, as revised for this project) 1-61
Section 10. Definition of Terms 1-5
Section 20. Proposal Requirements and Conditions 6-9
Section 30. Award and Execution of Contract 10-11
Section 40. Scope of Work 12-15
Section 50. Control of Work 16-21
Section 60. Control of Materials 22-25
Section 70. Legal Relations and Responsibility to Public 26-32
Section 80. Prosecution and Progress 33-38
Section 90. Measurement and Payment 39-45
Section 100. Contractor Quality Control Program 46-54
Section 110. Method of Estimating Percentage of Material
Within Specification Limits (PWL) 55-61
Special Provisions 1-24
General 1
Description of the Project 1
Coordination of the Work 1
Safety Requirements and Construction Procedures 1-8
Identification of "Engineer" 8
Authority of Engineer 9-10
Limitations of the Engineers Responsibilities 10
Engineer's Visits to the Site 10
TABLE OF CONTENTS
(Continued)
SECTION PAGE NO.
Special Provisions (continued) 1-24
Contractor's Examination 10-11
Arrangement of Specifications and Plans 11
Workmen 11
Horseplay 11
Insurance 11-15
Subcontractors 15
Contractor's Routine Access to Site 15
Owner -Furnished Materials 15
Quality of Plans 15-16
Partial Acceptance 16
Progress Schedule 16
Contractor to Perform Construction Staking 16-17
Work Done Without Lines and Grades 17
Preservation of Monuments and Stakes 17
Other Contractors 17
Record Drawings 18
Publicity 18
Modifications and Waivers 18
Standards 18
Testing 18-19
Payment for Stored Materials 19
Cost of Plans and Specifications 19
Ownership of Engineering Data 19
Partial Sets of Plans and Specifications for Subcontractors 19
Damage to Existing Facilities 19
Reporting of Accidents 19
Pre -Construction Conference 20
Waterways 20
Safety and Security 20
Function of the Engineer and Relationship Between Engineer and Contractor 20-22
Contractor's Responsibility Regarding Special Application
Materials and Products 22
Temporary Facilities 22-23
Permits, Licenses, Laws, Ordinances Regulations and Taxes 24
Excavation Safety 24
FAA Standard Specifications
P-152 Excavation and Embankment 1-9
P-156 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control 1-5
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1!
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
i 1
TABLE OF CONTENTS
(Continued)
SECTION PAGE NO.
FAA Standard Specifications (Continued)
P-152 Excavation and Embankment
P-156 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control
P-209 Crushed Aggregate Base Course
P-401 Plant Mix Bituminous Pavements
P-602 Bituminous Prime Coat
P-603 Bituminous Tack Coat
P-605 Joint Sealing Filler
P-610 Structural Portland Cement Concrete
P-620 Runway and Taxiway Painting
P-625 Coal —Tar Sealer/Rejuvenator
D-701 Pipe for Storm Drains & Culverts
D-751 Manholes, Inlets and Headwalls
T-901 Seeding
T-904 Sodding
T-905 Topsoiling
T-908 Mulching
L-108 Installation of Underground Cable for Airports
L-110 Installation of Airport Underground Electrical Duct
L-125 Installation of Airport Lighting Systems
Soil Stabilization Fabric
Pavement Fabric
Section 02750
Section 02751
Section 02752
Section 02755
Appendices
Appendix A
Appendix B
Appendix C
Appendix D
Appendix E
Safety Requirements Order SW 5200.5
"Buy American" Exclusion Products
OSHA Standard for Excavation & Trenches Safety Program
Arkansas State Contractors Bond Licensing Law
Municipal Airport DBE Program
1-8
1-4
1-5
1-22
1-3
1-3
1-3
1-6
1-2
1-2
1-5
1-7
1-4
1-4
1-3
1-3
1-5
1-3
1-3
1-2
1-3
8
4
4
4
NOTICE TO CONTRACTORS
Bid No. 01-46
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 306 of the City Administration Building, 113 West
Mountain, Fayetteville, Arkansas, until 10:00 a.m., on the 28th day of August, 2001, for the
fumishing of all tools and labor, and the performance of work to be done in construction of
Airfield Pavement Rehabilitation and Taxiway Widening and Strengthening improvements at
Drake Field, Fayetteville Municipal Airport.
Work under this Contract shall include pavement, drainage, grading, lighting, sealing and seeding
improvements necessary to complete the project.
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 326 at the
City Administration Building, 113 West Mountain, Fayetteville, Arkansas at 10:05 a.m. local
time, on the 28th day of August , 2001, 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 One hundred and twenty five
dollars ($125.00), said payment not being refundable. Pertinent information and the detailed
specifications will be famished to suppliers at cost of reproduction.
A mandatory Pre -Bid Conference will be held at 2:00 p.m.. on August 22, 2001 at the
Conference Room in the Terminal Building, Drake Field, Fayetteville, Arkansas. The purpose of
this meeting is to review the project requirements with the prospective bidders and to tour the
project site.
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 is hereby given that the City of Fayetteville is an Equal Opportunity employer.
Section 00030 - 1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
I
Buy American Requirement. Unless otherwise approved by the FAA, the sponsor will not
acquire or permit any contractor or subcontractor to acquire any steel or manufactured products
produced outside the United States to be used for any project for airport development for which
funds are to be provided under the FAA grant.
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 five (5)
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.
All references to the policy of the Department of Transportation (DOT) rule concerning
disadvantaged business enterprises as defined in 49 CFR part 23 shall now mean the Fayettevtlle
Municipal Airport Disadvantaged Business Enterprise Program in compliance to 49 CFR part 26.
This program is a working document which will be submitted for final approval to the City
Council and the Department of Transportation. The document is subject to amendment by the
Federal Aviation Administration, the Department of Transportation, or the City of Fayetteville as
necessary to enforce current regulations. Federal DOT regulations mandate that this document be
effective as of October 1, 1999, and all provisions shall be applied to contractual obligation
concerning the above referenced DOT -assisted project. This document is included as an
Appendix.
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 Non -segregated 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
Section 00030 - 2
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 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 amount of the subcontract; estimated starting and completion dates of the subcontract; and
the geographical area in which the contract is to be performed.
"Pursuant to Ark. Cod Annotated 22-9-203, the City of Fayetteville encourages all qualified
small, minority and women services, and construction. Also, City of Fayetteville encourages all
general contractors to subcontract portions of their contract to qualified small, minority, and
women business enterprises."
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.
P.O. No.
Bid No. 01-46
Peggy Vice
Purchasing Officer
City of Fayetteville
Fayetteville, Arkansas
Section 00030 - 3
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
5. DOCUMENT INTERPRETATION
6. BIDDER'S UNDERSTANDING 2
7. PROJECT MANUAL & DRAWINGS 2
8. TYPE OF BID 3
9. PREPARATION OF BIDS 3
10. STATE AND LOCAL SALES AND USE TAXES 4
11. SUBMISSION OF BIDS 4
12. TELEGRAPHIC OR WRITTEN MODIFICATION OF BIDS 4
13. WITHDRAWAL OF BID 4
14. BID SECURITY 4
15. RETURN OF BID SECURITY 5
16. AWARD OF CONTRACT 5
17. BASIS OF AWARD 6
18. EXECUTION OF CONTRACT 6
19. PERFORMANCE AND PAYMENT BONDS 6
20. FAILURE TO EXECUTE CONTRACT AND FURNISH BOND 7
21. PERFORMANCE OF WORK BY CONTRACTOR 7
22. TIME OF COMPLETION 7
23. PROVIDING REQUIRED
INSURANCE
8
24. TRENCH AND EXCAVATION SAFETY
SYSTEM
8
25. SUBCONTRACTOR'S PERFORMANCE AND PAYMENT
BOND 8
26. PROPOSED SUBSTITUTION FOR SPECIFIED
ITEMS 8
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 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.
J: \2000\002 105\ S P EC S\00I OO. DOC
Section 00100 - 1
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 $125.00 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 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.
1: \2000\002105\S P EC S\00100. DOC
Section 00100 - 2
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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 Special Provisions 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 BIDS. Bids must be made on the Bid forms provided herein.
Each Bid must be submitted in a sealed envelope, so marked as to indicate its contents without being
opened, and addressed in conformance with the instructions in the ADVERTISEMENT FOR BIDS.
Bids may not be submitted by FAX machines.
12. TELEGRAPHIC OR WRITTEN MODIFICATION OF BID
Any Bidder may modify his bid by telegraphic or written communication at any time prior to the
scheduled closing time for receipt of bids, provided such communication is received by the Owner
prior to the closing time. The telegraphic or written communication should not reveal the bid price;
it shall, however, state the addition or subtraction or other modification so that the final prices or
terms will not be known by the Owner until the sealed bid is opened.
13. WITHDRAWAL OF BID
Any Bid may be withdrawn prior to the scheduled time for the opening of Bid either by telegraphic
or written request, or in person. No Bid may be withdrawn after the time scheduled for opening of
Bids, unless the time specified in Item, AWARD OF CONTRACT, of these INSTRUCTIONS TO
BIDDERS shall have elapsed.
14. BID SECURITY
Bids must be accompanied by cash, a certified check, or cashier's check drawn on a bank in good
standing, or a bid bond issued by a Surety authorized to issue such bonds in the State where the
Work is located, in the amount of 5 percent of the total amount of the Bids submitted. This bid
1:\2000\0021 05kSPECS\00I OO.DOC
Section 00100 - 3
security shall be given as a guarantee that the Bidder will not withdraw his Bid for a period of 60
days after bid opening, and that if awarded the Contract, the successful Bidder will execute the
attached Contract and furnish properly executed Performance and Payment Bonds, each in the full
amount of the Contract price within the time specified.
The Attorney -in -Fact (Resident Agent) who executes this bond in behalf of the Surety must attach a
notarized copy of his power-of-attorney as evidence of his authority to bind the Surety on the date of
execution of the bond.
All bid bonds and Contract bonds shall be executed by a LICENSED RESIDENT AGENT of the
surety having his place of business in the STATE OF ARKANSAS and in all ways complying with
the laws of the State of Arkansas. The mere countersigning of a bond will not be sufficient.
If the Bidder elects to famish a Bid Bond, he shall use the Bid Bond form bound herewith, or one
conforming substantially thereto in form and content.
15. RETURN OF BID SECURITY
Within 15 days after the award of the Contract, the Owner will return the bid securities to all Bidders
whose Bids are not to be further considered in awarding the Contract. Retained bid securities will be
held until the Contract has been finally executed, after which all bid securities, other than Bidders'
bonds and any guarantees which have been forfeited, will be returned to the respective Bidders
whose Proposals they accompanied.
16. AWARD OF CONTRACT
Within 90 calendar days after the opening of Bids, unless otherwise stated in the NOTICE TO
CONTRACTORS or SPECIAL PROVISIONS of these Documents, the Owner will accept one of the
Bids or will act in accordance with BASIS OF AWARD, below. The acceptance of the Bid will be
by written notice of award, marled or delivered to the office designated in the Bid. In the event of
failure of the lowest responsible and responsive qualified Bidder to sign and return the Contract with
acceptable Performance and Payment Bonds, as prescribed herein, the Owner may award the
Contract to the next lowest responsible and responsive qualified Bidder. Such award, if made, will
be made within 90 days after the opening of Bids.
17. BASIS OF AWARD
If, at the time this Contract is to be awarded, the total Base Bid of the lowest acceptable Proposal
exceeds the funds then estimated by the Owner as available, the Owner may reject all bids or take
such other action as best serves the Owner's interests, including consideration of selected Deductive
Alternates.
18. EXECUTION OF CONTRACT
The successful Bidder shall, within 15 consecutive days after receiving notice of award, sign and
deliver to the Owner the Contract hereto attached together with the acceptable bonds as required in
these Documents. Within 15 consecutive days after receiving the signed Contract with acceptable
bonds from the successful Bidder, the Owner's authorized agent will sign the Contract. Signature by
both parties constitutes execution of the Contract.
i:\z000wozmas\srecsiooioo.00c Section 00100 - 4
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1