Page 1 of 18
INVITATION TO BID
Arkansas Tech University Bid No. B019120
Procurement Services
Young Building East End Tel: (479) 968-0269
203 West O Street
Russellville, Arkansas 72801-2222 Fax: (479) 968-0633
Arkansas Tech University will receive sealed bids for construction described as follows: PROVIDE ALL
LABOR, MATERIALS AND EQUIPMENT NECESSARY TO PERFORM RE-WIRING THE NETWORK
CABLE IN THE UNIVERSITY COMMONS PHASE I BUILDINGS WHICH CONSISTS OF BUILDINGS
A, B, C, AND D.
Arkansas Tech University will receive sealed bids until 10 a.m. local time, December 6, 2019 in
Procurement Services; Young Building East End; 203 West O Street; Russellville, Arkansas. Mandatory
site visit to be conducted November 26 at 10 a.m. University Commons A entry way.
There shall be only one bid for the entire project. Bid shall be submitted on the form provided by the
University and shall be delivered in a clearly identified, sealed, opaque envelope.
THE OWNER RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS AND WAIVE ANY
FORMALITIES.
Bona Fide Bidders may obtain documents at the ATU Procurement Services; Young Building East End;
203 West O Street; Russellville, AR on the following basis:
Prime contractor shall receive ONE free set of bid documents, and shall be responsible for any
cost of duplication of specifications/plans during all construction phases.
Act 2157 of 2005 of the Arkansas Regular Legislative Session requires that any business or person
responding to a Request for Quotation (Bid) submit their most current equal opportunity policy (EEO). The
EEO Policy form is included with this bid package. Failure to submit an EEO Policy or response may
result in rejection of your bid response.
Pursuant to Arkansas Code Annotated § 22-9-203, the University encourages all small, minority, and
women business enterprises to submit bids for capital improvements. Encouragement is also made to all
general contractors that in the event they subcontract portions of their work, consideration is given to the
identified groups.
IF THE BASE BID IS IN EXCESS OF $20,000
Bid security in the amount of 5% of the Base Bid must accompany each proposal in accordance
with the INSTRUCTION TO BIDDERS.
All bidders shall conform to the requirements of the Arkansas Code Annotated 17-25-101 et seq.,
Arkansas State Licensing Law for Contractors. Contractors must be licensed on the day of the bid
submittal. There shall be only one (1) bid submitted per State Contractor’s License, and each bid
received shall have the license for that bidder.
Page 2 of 18
IF THE BASE BID IS IN EXCESS OF $10,000
In accordance with the Governor’s Executive Order 98-04, all bidders are herein notified that included with
this bid package is theContract and Grant Disclosure and Certification Form. If the base bid exceeds
$25,000, the successful bidder shall complete and return the disclosure form when notified and as
instructed.
Act 157 of 2007 of the Arkansas Regular Legislative Session requires that any business or person
responding to an Invitation for Bid with a total dollar value of $25,000 or more MUST CERTIFY, prior to the
award of the contract, that they do not employ or contract with any illegal immigrants. The Certification
Form is included with this bid package. Failure to certify will result in reject of bid, and no award will
be made to a vendor who has not so certified.
Invoice to: Arkansas Tech University
Accounts Payable
1505 N Boulder Ave
Russellville, AR 72801
INSTRUCTIONS
TO
BIDDERS
SECURING CONSTRUCTION BID DOCUMENTS
Copies of the drawing and/or specifications are on file and may be obtained from the ATU Procurement
Services; Young Building East End; 203 West O Street; Russellville, AR 72801-2222.
BID SUBMISSION
Each bid must be submitted in a sealed, opaque envelope, bearing on the outside the name of the bidder,
name and number of the project and Arkansas Contractors License Number (if applicable). Only those
bids submitted on the University’s forms and received prior to the time and date for receipt of bids will be
considered.
All blanks on the form should be filled out in ink or be typewritten. Only original ink signature shall be
acceptable. Unsigned bids shall be disqualified.
Erroneous entries shall be lined out, initialed by the bidder, and the corrected entry inserted on the bid
form.
LATE BIDS AND MODIFICATIONS TO BIDS
Oral modifications to bids and telegraphic or facsimile bids will not be considered.
Bidders may submit written modifications to their bid in writing, telegraph or facsimile at any time prior
to the expiration of the bidding time and date and shall be so worded as not to reveal the amount of the
original bid.
Telegraph or facsimile shall require written confirmation over the signature of the bidder within twenty-four
hours after the bid opening date and time.
ALTERNATIVE BIDS
Alternative bids other than those listed in the bid form shall not be considered.
BID GUARANTEE FOR BASE BIDS OVER $20,000
If the base bid is in excess of $20,000.00, each bid shall include a bid security in the amount of 5% of the
total bid offered. The bidder is required to submit a bidder’s deposit, either a cashier’s check payable to
Page 3 of 18
the order of ARKANSAS TECH UNIVERSITY drawn upon a bank or trust company doing business in
Arkansas or a corporate bid bond in an amount equal to 5% of the bid.
DISCLOSURE REQUIREMENTS FOR CONTRACTS OVER $ 25,000.00
Failure to make any disclosure required by Governor’s Executive order 98-04, or any violation of any rule,
regulation, or policy adopted pursuant to that Order, shall be a material breach of terms of this contract.
Any contractor, whether an individual or entity, who fails to make the required disclosure or who violates
any rule, regulation or policy shall be subject to all legal remedies available to the agency.
a) The contractor shall, prior to entering any agreement with any subcontractor for which the total
consideration is greater than $25,000, require the subcontractor to complete a Contract and Grant
Disclosure and Certification Form. The contractor shall ensure that any agreement, current or
future between the contractor and a subcontractor for which the total consideration is greater than
$25,000 shall contain the following statement:
Failure to make any disclosure required by Governor Executive Order 98-04, or any
violation of any rule, regulation or policy adopted pursuant to that Order, shall be a
material breach of the term of this subcontract. The party who fails to make the
required disclosure or who violates the rule, regulation, or policy shall be subject to
all legal remedies available to the contractor.
b) The contractor shall, within ten (10) days of entering into any agreement with a subcontractor,
transmit to the ATU Purchasing Department, a copy of the Contract and Grant Disclosure and
Certification Form completed and signed by the subcontractor and a statement containing the
dollar amount of the subcontractor.
c) The terms and conditions regarding the failure to disclose and conditions which constitutes
material breach of contract and rights of termination and remedies under the Executive Order
98-04 are hereby incorporated within.
PERFORMANCE & PAYMENT BOND FOR CONTRACTS OVER $35,000.00
(Arkansas Code Annotated 18-44-503, 18-44-506, 18-44-507 and Arkansas Code Annotated 22-9-401,
22-9-402, 22-9-403)
The successful bidder shall furnish a Performance and Payment bond within 10 days after receipt of the
University’s Notice of Intent to Award. Use the proper Arkansas Statutory Performance and Payment
Bond Form, provided by the University or by the Arkansas Building Authority. Failure to furnish the
required bonds may cause forfeiture of bid guarantee to the Owner as liquidated damages.
The Contractor shall furnish a “Performance and Payment Bond” in the amount equal to 100% of the
contract price as security for the faithful performance of this contract and for payment of all indebtedness
for labor and materials furnished or performed in connection with this contract. The bond shall be written
by a surety company that is qualified and is authorized to do business in the State of Arkansas. The bond
must be executed by a resident local agent who shall be entitled to the full commission paid local agents,
who is licensed by the Insurance Commissioner to represent the surety company executing said bond and
who files with said bond his Power of Attorney as his authority. The mere countersigning of a bond will not
be sufficient.
The bond shall be written in favor of Arkansas Tech University and executed. An original and two (2)
copies of the bond must be furnished, with Power of Attorney attached to each. The contractor shall file
(not record) the original with the Clerk in the Circuit Court of Pope County. The contractor is to pay all
expenses incident to the filing of the bond. The remaining two copies should be certified by the Clerk to
evidence the filing of the original and these two copies submitted to ATU Procurement Services.
Page 4 of 18
SUBCONTRACTORS
All prime contractors, as a condition to perform construction work for and in the State of Arkansas, shall
use no other subcontractors when the subcontractors’ portion of the project is $20,000 or more, except
those qualified and licensed by the Contractors Licensing Board in Mechanical (HVAC-R), Plumbing,
Electrical and Roofing/Sheet Metal.
For those bids where the listed work is $20,000 or more, the prime contractor must make a definite
decision as to which subcontractor he intends to use. The prime contractor shall place the names,
licenses of each subcontractor and indicate on the space provided on the Bid Form that the amount of the
listed work is $20,000 or more.
The prime contractor may use his own forces to do the listed work; however if the listed work is $20,000 or
more, the prime contractor must be qualified and licensed by the Arkansas Contractors Licensing Board to
perform the listed work. Once the prime contractor determines his own forces will be used, he shall place
his name, license number and indicate on the space provided on the Bid Form that the amount of listed
work is $20,000 or more.
In the event the amount of the listed work is below $20,000, the Prime Contractor shall place the names
of the person or firm performing the work and indicate on the space provided on the Form of Proposal that
the listed work is under $20,000.
Failure to complete the bid form correctly shall cause the bid to be declared non-responsive and
the bid will not receive consideration.
In the event that one (1) or more of the subcontractors named by the prime contractor in his successful bid
thereafter refuse to perform his contract or offered contract, the prime contractor may substitute another
subcontractor, after having obtained prior approval from the architect or engineer and the University.
It shall be mandatory that any subcontractors listed in (A) – (D) on the Bid Form by the prime contractor be
awarded a contract under Arkansas Code Annotated § 22-9-204. Prime Contractors who submit a bid
listing unlicensed contractors or who use unlicensed contractors on a state project or any subcontractor
not licensed by the Contractors Licensing Board who perform work on a state project are subject to a civil
penalty, after notice and hearing, of not less than $250 or more than $500 and may be suspended from
bidding on state projects.
CONTRACTORS INSURANCE REQUIREMENTS
The contractor shall purchase and maintain such insurance as will protect him from claims set forth that
may arise out of or result from the contractor’s operations under the contract, whether such operations be
by himself or by anyone directly or indirectly employed by any of them, or by anyone for whose acts they
may be liable;
a) Claims under Workmen’s Compensation, Disability Benefit and other similar benefit act:
b) Claims for damages because of bodily injury, occupational sickness or disease, or death of
his employees;
c) Claims for damages because of bodily injury, sickness or disease, or death of any person
other than his employees;
d) Claims for damage insured by usual personal injury liability coverage, which are sustained.
(1) by any person as a result of an offense directly or indirectly related to the employment of
such person by the Contractor, or
(2) by any person; and
e) The contractor shall provide and maintain during the term of this contract, at the contractors’
expense, Comprehensive Automobile Liability Insurance at limits no less than the statutory
requirements and it shall be shown on the certificate in per person, per accident for bodily
injury and per accident for property damages.
Page 5 of 18
f) Claims under comprehensive general liability for damages because of injury to or destruction
of tangible property including loss of use resulting therefrom. Coverage for “completed
operation” shall be required under this comprehensive liability section.
The policy shall be written by Casualty Company authorized to do business in the State of Arkansas. The
Certificate of Insurance shall show the agent’s signature, business name, address and telephone number
and must be submitted to the ATU Purchasing Department prior to the Contract Award. The certificate
shall stipulate 15 days written notice be given prior to policy coverage cancellation.
EXAMINATION OF DRAWINGS, SPECIFICATIONS, AND SITE OF WORK
Before submitting a bid, each bidder shall carefully examine the drawings, read the specifications and all
other documents and visit the site of work. (See page 12) Each bidder shall fully inform himself - prior
bidding - as to all existing conditions and limitations under which the work is to be performed, and he shall
include in his bid a sum to cover the cost of all items necessary to perform the work as set forth in the
Contract Documents. No allowance will be made to any bidder due to lack of such examination or
knowledge. The submission of a bid will be construed as evidence that the bidder has made such
examination.
INTERPRETATION OF CONTRACT DOCUMENTS PRIOR TO BIDDING
All references to the Owner shall be interpreted to mean the State of Arkansas and Arkansas Tech
University.
If any person contemplating submitting a bid is in doubt as to the true meaning of any part of the bid
documents or finds discrepancies or omissions, he may submit to the ATU Procurement Services a written
request for an interpretation or correction thereof not later than five (5) days before the bids will be
opened. Address all communications regarding the bid documents to:
Arkansas Tech University
Procurement Services
203 West O Street Email: jholloway@atu.edu
Russellville, AR 72801-2222 Fax: 479-968-0633
The person submitting the request will be responsible for its prompt delivery.
Any interpretation or correction of the bid documents will be made only by addendum and will be mailed or
delivered to each bidder of record. The University will not be responsible for any oral explanations or
interpretations of the bid documents.
All addenda issued during the bidding period will be incorporated into the resultant contract.
PROOF OF COMPETENCY OF BIDDER
Attention is called to the fact that the bidder, in signing the Bid Form, represents that he has the financial
ability and experience to carry the work through its several stages within the time specified.
A bidder whose bid is under consideration shall, upon request, promptly furnish satisfactory evidence of
his financial resources, his experience and the equipment he has available for the performance of the
contract.
TAXES
The bidder shall include in his bid ALL State Sales Tax, Social Security Taxes, State Unemployment
Insurance and all other items of like nature. It is the intent that the bid shall represent the total cost to the
University of all work included in the contract. The local tax rate is 9%.
Page 6 of 18
PAYMENT TO CONTRACTOR
The University shall make final payment within 30 days after the contract has been substantially
completed [ACA 22-9-604]. In the event the project extends beyond 30 days, periodic payments shall be
made.
Arkansas Code 19-4-1411 allows a maximum processing time for Contractor payment requests:
Five (5) working days for the University
Five (5) working days for the Department of Finance and Administration
Transmittal times are not included in processing. Failure of any of the above to complete processing
within the time allowed can result in a penalty being assessed against the responsible agency.
FINAL PAYMENT REQUEST
The contractor shall complete and submit Contractor’s Affidavit and Consent of Surety for final payment
form with final payment request. Failure to do so will result in a delay of payment.
Upon receipt of payment from the University, the contractor shall promptly pay each subcontractor for the
subcontractor’s work. The contractor shall require each subcontractor to make payments to his sub-
contractors in similar manner. Failure to promptly pay subcontractors shall be cause to call upon the
contractors payment bond for relief. Also see “Payment Withheld Item (a).
PAYMENT WITHHELD
The University may nullify the whole or any part of any Certificate for Payment previously issued, to such
extent as may be necessary in its opinion to protect the University from loss due to:
a) When periodic payments are made, ten percent (10%) will be withheld in accordance with
Arkansas Code Annotated 22-9-601 et.seq.;
b) Defective work not remedied;
c) Third party claims filed or reasonable evidence indicating problem filing to such claims;
d) Failure of the contractor make payments properly to subcontractors or for labor, materials or
equipment, also see “Final Payment Request”
e) Reasonable evidence that the work cannot be completed for the unpaid balance of the
contract sum;
f) Damage to the University or another contractor;
g) Reasonable evidence that the work will not be completed within the contract time; or
h) Persistent failure to carry out the work in accordance with the contract documents.
CHANGE ORDERS
All requests for changes, additions or deductions, shall be submitted in a complete, itemized breakdown
acceptable to the University.
If unit prices are stated in the contract, submit an itemized breakdown showing each unit price and its
quantities.
The contractor shall present an itemized accounting, together with appropriate supporting data, for the
purposes of considering additions or deductions. Supporting data shall include but is not limited to the
following:
a) costs of labor, including social security, old age and unemployment insurance, fringe
benefits required by agreement or custom, and worker or workmen’s compensation
insurance;
b) costs of materials, supplies and equipment, including cost of transportation, whether
incorporated or consumed;
c) rental costs of machinery and equipment, exclusive of hand tools, whether rented from the
contractor or others;
Page 7 of 18
d) costs of premiums for all bonds and insurance, permit fees, and sales, use or similar
taxes related to the project; and
e) additional costs of supervision and field office personnel directly attributable to the
change.
f) the value of all such additions and deductions shall then be computed as set forth in
below.
The burden of proof of cost rests upon the contractor. Contractor agrees that University’s Representative
shall have the right, at reasonable times, to inspect and audit the books and records of contractor to verify
the propriety and granting of such cost.
Compute requests for changes, either additions or deductions, as follows:
(1) For work performed by the Contractor:
Net cost of material a
State Sales Tax b
Net Placing cost c
W.C. Insurance Premium and FICA Tax d
a+b+c+d
Overhead and profit, 12% X (a+b+c+d) e
Allowable Bond Premium f
TOTAL COST a+b+c+d+e+f
(2) Credit for work omitted shall be computed as outlined in (1) “a through e” except the
contractor’s share of overhead and profit percentage is 7%.
(3) For work performed by Subcontractors:
Subcontractors shall compute their work as outlined in (1) a through e”.
To the cost of that portion of the work (change) that is performed by the subcontractor,
the general contractor shall add an overhead and profit change of five (5%) percent plus
the allowable bond premium.
TIME FOR COMPLETION
The contractor agrees to start work within 5 days after issuance of “Notice to Proceed” and said work shall
be prosecuted regularly, diligently, and uninterruptedly to completion. No architect or engineering
observation will be furnished on legal holidays, Saturdays and Sundays and no work shall be performed
on these days except with prior written approval from the University.
LEGAL HOLIDAYS: New Year’s Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day and Christmas Day.
No other days will be considered.
PROJECT & SITE CLEAN UP
The contractor shall, at all times, keep the premises free from accumulation of waste materials or rubbish
caused by his operation. At the completion of the work, he shall remove all his waste materials and
rubbish from and about the project as well as all his tools, construction equipment, machinery and surplus
materials, shall clean all glass surfaces and leave the work “broom-clean” or its equivalent, except as
otherwise specified.
If the contractor fails to clean up, the University may do so and the cost thereof shall be charged to the
contractor.
SUBSTITUTIONS (OR EQUAL”
Page 8 of 18
These specifications are intended to establish a minimum desired quality or performance level or other
minimum dimensions and capacities that will provide the best product available at the best price. When a
brand and/or model is designated and a bidder offers other than the designated brand and/or model, the
other than designated brand and/or model must be listed, specifications and descriptive literature provided
and, if required, a sample made available for testing. Other than designated brands and/or models
approved as equal to designated products shall receive equal consideration.
a) When proofs of compliance for materials and equipment are requested in the technical
specifications or requested by the University, such proofs of compliance shall be furnished by
the contractor by supplying the following:
(1) Certificates of Compliance from the manufacturer
(2) Mill Certificates
(3) Testing laboratory certificates
(4) Report of actual laboratory test
b) In some cases, prior approval of materials and/or equipment must be obtained from the
University in order to obtain the desired color, size, visual appearance, etc. VERIFY this
requirement in the technical specifications.
TIE BIDS
If two or more sealed bids are equal in amount, meet specifications and are the lowest received at the bid
opening, the apparent low bidder will be determined by lot (placing the name of the tie bidders into a
container and drawing one name). The drawing shall be done by ATU personnel or another person so
designated by ATU in the presence of a witness and tie bidders. The witness shall be an employee of the
State of Arkansas. Documentation of the drawing must be included on the bid tabulation and be signed by
those present. Nothing in the above and foregoing will diminish the State’s reserved right to reject any
and all bids and to waive formalities.
ANTIDISCRIMINATION CLAUSE REQUIRED IN CONTRACTS
The contractor shall not discriminate against any employee, applicant for employment or subcontractor as
provided by law. In addition, a contractor shall be responsible for ensuring that all subcontractors comply
with all federal and state laws and regulations related to discrimination. Upon a final determination by a
court or administrative body having proper jurisdiction that the contractor has violated state or federal laws
or regulations, the University may impose a range for appropriate remedies up to and including termination
of the contract.
Page 9 of 18
BID
FORM
for
ATU
BID
NO.
B019120
BID OPENING LOCATION BID OPENING DATE & TIME
Arkansas Tech University Date: December 6, 2019
Procurement Services
Young Building East End Time: 10:00 a.m.
203 West O Street
Russellville, Arkansas 72801-2222
Proposal of a corporation organized and
existing under the law of the State of , or
A partnership consisting of , or
An individual trading as
(Strike out inapplicable provisions)
This page must be signed and returned to bid.
TO: Arkansas Tech University
Procurement Services
Young Building East End
203 West O Street
Russellville, AR 72801-2222
The undersigned in compliance with your Invitation to PROVIDE ALL LABOR, MATERIALS AND
EQUIPMENT NECESSARY FOR RE-WIRING THE NETWORK CABLE IN THE UNIVERSITY COMMONS
PHASE I BUILDINGS WHICH CONSISTS OF BUILDINGS A, B, C, AND D. BUILDINGS E, F, G, AND THE
CLUBHOUSE ARE NOT PART OF THIS PROJECT. BUILDINGS A, B, AND C ARE FOUR-BEDROOM
APARTMENT SUITES WITH FOUR SUITES PER FLOOR AND THREE FLOORS EACH TOTALING 48
BEDROOMS PER BUILDING. BUILDING D CONSISTS OF TWO-BEDROOM APARTMENT SUITES
WITH FOUR SUITES PER FLOOR AND THREE FLOORS TOTALING 24 BEDROOMS.
Bid to and having examined the location(s), specifications/drawings and related documents and being
familiar with all the conditions surrounding the project including the availability of labor, hereby propose to
furnish all labor, materials, supplies and equipment as described above in accordance with the bid
documents at the price stated below. This price is to cover all expenses of any nature incurred in
performing the work required under the bid documents, of which this bid is a part. In submitting this bid, it
is understood that the right is reserved by the University to reject any or all bids and to waive any
formalities.
Bidder acknowledges receipt of the following addenda:
Base Bid: The following is a scope of work for re-wiring the network cable in the University
Commons Phase I buildings which consists of buildings A, B, C, and D. Buildings E, F, G, and the
Clubhouse are NOT part of this project. Buildings A, B, and C are four-bedroom apartment suites
with four suites per floor and three floors each totaling 48 bedrooms per building. Building D
consists of two-bedroom apartment suites with four suites per floor and three floors totaling 24
bedrooms.
$
BID PRICES FIRM
Page 10 of 18
No bid shall be withdrawn for a period of thirty (30) days subsequent to the opening of the bids without the
consent of the University.
CONTRACT AGREEMENT AND PERFORMANCE & PAYMENT BOND:
Upon receipt of notice of the acceptance of the above base bid, the bidder will execute the formal contract/
agreement, if required, within five (5) days and deliver a Performance and Payment Bond in the amount of
100% of the accepted bid as security for faithful performance of this contract and payment of all person
performing labor, or furnishing equipment in connection with this contract.
CONSTRUCTION PERIOD
If awarded the contract, the undersigned agrees to commence work within five (5) days of the issuance of
a “Notice to Proceed” and complete Building A no later than January 8, 2020. Other buildings to be
scheduled with the Office of Residence Life, William Lacava, wlacava@atu.edu.
Further, the undersigned agrees to pay as liquidated damages the sum of seven-hundred fifty dollars
($750) for each day the project exceeds the above allotment of time.
INSPECTION: If awarded the contract, the undersigned agrees to allow any Federal or State inspector,
acting in their official capacity, access to the project site.
SUBSTITUTE PRODUCTS: Bidders are advised that they may bid other than specified products. If
bidder takes no exception to specifications, they will be required to furnish material and/or equipment
according to the brand names etc. as specified.
Check if bidding brand(s) specified
Check if bidding substitute(s)
Brand(s) substituted
Carpet:
Tile:
RESPECTFULLY SUBMITTED,
SIGNATURE
(TITLE)
FIRM:
(PRINT OR TYPE)
BUSINESS ADDRESS:
(PRINT OR TYPE)
CITY, STATE, ZIP:
(PRINT OR TYPE)
FEDERAL ID NUMBER or SSN
TELEPHONE NUMBER ( )
FAX NUMBER ( )
ARKANSAS CONTRACTOR’S LICENSE NUMBER:
DATE:
Page 11 of 18
MECHANICAL, PLUMBING, ELECTRICAL AND ROOFING WORK
All mechanical, plumbing, electrical and roofing work shall be listed regardless of qualifications, licensures
or work amount. Failure to fill out this form correctly shall cause the bid to be declared non-responsive
and the bid will NOT receive consideration.
Indicate the Name(s), License Number(s) of each entity performing the listed work and the amount:
HVAC:
Sub-Contractor:
Is the amount of work $20,000 or over? Yes
No
If over $20,000, Arkansas Contractors License No:
ELECTRICAL (Indicative of wiring and illuminating fixtures):
Sub-Contractor:
Is the amount of work $20,000 or over? Yes_
No
If over $20,000, Arkansas Contractors License No:
Page 12 of 18
SPECIFICATIONS
INSPECTION:
Bidders are responsible for accurate measurements.
Examine the areas and conditions under which work of this section will be performed. Correct conditions
detrimental to the proper and timely completion of the work. Do not proceed until unsatisfactory conditions
have been corrected. Proceeding with the work will constitute acceptance of all existing conditions.
COORDINATION WITH OWNER & PRE-EXECUTION CONFERENCE:
Prior to actually beginning work, there will be a conference involving the Contractor and the University’s
representative, Sande Mabry. The primary purpose of this conference will be to coordinate the following
issues:
a. access to the site and building
b. parking
c. scheduling work
Before any work is started at the project site, representatives of the Contractor and the University shall
inspect the interior and exterior finishes of the building. A list of any obvious flaws will be made and
signed by both representatives, who will each receive a copy. This list will also note the condition of the
lawns, sidewalks, landscaping and any roof surfaces that might be damaged by the Contractor’s
operations.
Prior to final inspection, the list will be reviewed by both representatives and any damage to the building
finishes, lawns, landscaping, sidewalks or roofs caused by the Contractor will be repaired at the
Contractor’s expense.
Bidders are cautioned that the building may be occupied during the project. The Contractor will be
expected to make a reasonable effort to keep noise to a minimum. All walkways are to be kept clear of
tools, debris, power cords, etc. to the extent feasible.
Furniture in the vicinity of the work area is to be relocated and covered with drop cloths or plastic sheets.
Floor finishes are to be protected.
At completion of the work in any area, the Contractor shall sweep up dust and debris, dust off furniture,
and return any relocated furniture to its original location.
SITE SAFETY AND SECURITY:
Contractor shall obtain temporary parking permits from the University’s Public Safety Office for each
company vehicle parked on campus during the project.
Contractor shall be required to sign out and return project area keys from the University’s representative.
No final project acceptance or payment shall be approved until all keys are returned. All exterior openings
are to be made secure at nights, on holidays and weekends.
Special Terms and Conditions:
Page 13 of 18
1. Notify Brian Lasey or Sandy Mabry 479-968-0261 at least five (5) working days prior to
commencing the work.
2. The Contractor will be responsible for erecting any necessary barricades adjacent to or
around the work area.
3. The Contractor, at all time, shall keep the premise free from unnecessary accumulation
of waste materials or rubbish.
4. All quantities are approximate, the Contractor is responsible for own measurements
and quantities.
SCOPE OF WORK
The following is a scope of work for re-wiring the network cable in the University Commons Phase I buildings which
consists of buildings A, B, C, and D. Buildings E, F, G, and the Clubhouse are not part of this project. Buildings A, B,
and C are four-bedroom apartment suites with four suites per floor and three floors each totaling 48 bedrooms per
building. Building D consists of two-bedroom apartment suites with four suites per floor and three floors totaling 24
bedrooms.
Materials
The contractor will provide the following:
All labor to complete the project
Any tools necessary to run, terminate, label, and certify network cable
Any tools necessary to penetrate walls, ceilings, and floors
Any materials to weatherproof added penetrations
Cat6 network cable Comcable model # BC-C6EPL-BL plenum rated, unshielded, twisted pair, blue sheathing.
No substitutions.
Any ceiling access panels that need to be added to run cabling (these should be able to be locked)
Any outdoor conduit and associated pieces that needs to be added to provide cable access between floors
and into and out of the data closet
Any paint necessary for outdoor conduit elements
Patch Panels Contractor provided and installed. Comcable model #PPK48FMC, no substitutions
o Jacks for patch panels Comcable model #CN-C6CHD-GN, no substitutions.
Materials for outlets in rooms:
o Jacks Comcable model #CN-C6C-OR
o Faceplates Comcable model #FP-1WHT-ID
o Any recessed or surface mount boxes required. Color: White
o Any wire molding or conduit required. Color: White or painted white
Arkansas Tech University will provide the following:
Building maps to show room layouts and data closet locations
Access to the data closet, apartment suites, and rooms
As these are living spaces that will have residents during most of the year, ATU will provide student workers
to chaperone contractors in the living spaces and help provide the access previously mentioned
Standard 19” wall-mounted rack in each data closet (pleases note, there is active network equipment
currently in each rack which will still need to be active during this project)
Work Expected
The following work is expected to be completed by the contractor as part of this project:
Page 14 of 18
Drill and puncture pathways for installation in floors, walls, and ceilings
Install any conduit and raceway to completely hide new cabling end-to-end and meeting building
construction codes (for raceway, screwing to walls will be necessary as we don’t want to rely on the sticky
tape)
Painting any installed conduit and raceway
Running new Cat6 cable between each room and the building’s data closet in the 1
st
floor breezeway
Terminating the new Cat6 network drops on each end
Installation of any recessed or surface boxes in the rooms being sure to secure them to the wall (if surface
mounted do not use the sticky tape) and installing the faceplate with the terminated keystone inserted
Labeling the new Cat6 network drops on each end… labeling should include the following:
o Label should consist of the apartment suite number and the room ID (to be provided by ATU).
Example: 101A, 101B, 101C, etc.
o Labeling should be the same on both ends
o Labels should be printed so they are easily read
o Label should be applied to:
Patch panel
Faceplate via inserting the label into the label window area
On the cable itself (room side only) within 2” of the keystone
Certify each network drop to Cat6 1-gigabit standard and provide the results to ATU
Description
This project’s purpose is to have a new Cat6 network cable pulled, terminated, labeled, and certified to each
bedroom in each of the buildings A, B, C, and D. Buildings A, B, and C will need 48 network drops each and Building D
will need 24.
There are two sets of existing network drops. The first set is the original and is no longer active. This cable is an
older spec and was originally installed with the construction of the building. Unfortunately, the work done at the
time was to residential standards and the network cable and telephone lines were stapled to the studs. This had two
effects: First, it damaged some of the network cable and, second, it makes pulling the old cable out or repairing it
almost impossible without taking out parts of the drywall.
The second set of network drops was installed several years ago and consists of new Cat6 cable. Each of these
network drops is going to one of the hallways adjoining the living room and bedroom spaces in each suite and
currently has an active wireless access point plugged in to each. It is important to not damage or remove this cable
as it will need to remain active during and after this project’s completion.
Each building has a breezeway in the middle the provides access to the stairwells and each apartment suite. The
breezeway floor is made of concrete and previous installations have punctured the breezeway flooring off to the side
to provide holes for conduit installation.
The data closet is in the middle of the breezeway on the 1
st
floor.
Punctures from the breezeway into the apartment suites will need to be weather proofed after conduit installation.
Previous cable installations in the apartment suites have used a drop-down area in the hallways which contain some
air ventilation.
It may be necessary to install new ceiling access panels and the contractors will need to work with ATU before
installation to get confirmation on locations.
Page 15 of 18
Preferably, network cables will be in-wall in the rooms themselves and any boxes recessed into the wall. If
necessary, the old network faceplate and box can be removed to provide a location for this as the old cabling is not
active. If recessed and in-wall is not an option, surface mounted conduit/raceway and surface mounted boxes can be
used but they must be well secured to the wall and the box must be low-profile (with the understanding that it must
still fit a network termination with keystone/faceplate). Network cabling should never be exposed until it reaches
the data closet.
Performance Based Standards:
Arkansas Code 19-11-267 requires the use of performance based standards on any resultant contract by the
university.
Milestone Payment Contracts
Standards
Remedies
Milestone deadlines are met
Vendor must provide an acceptable
remediation plan
Work products are professional &
comprehensive
Payment may be withheld in part or in whole
until milestones are met or acceptable work
products are produced
Replacement resources acceptable to Arkansas
Tech University may be required
Contract may be cancelled
Time & Materials Contracts
Standards
Remedies
Services are provided in a timely and
professional manner
Vendor must provide an acceptable remediation
plan
Work products are professional, comprehensive
and consistent with the contracted skill level
Payment may be withheld in part or in whole
until acceptable work products are produced
Replacement resources acceptable to Arkansas
Tech University may be required
Contract may be cancelled
Arkansas Tech University is a Tobacco Free Campus.
The use of tobacco products
is prohibited anywhere on Arkansas Tech Property.
Page 16 of 18
ARKANSAS TECH UNIVERSITY
Procurement Services
203 West O Street
Russellville, AR 72801-2222
Act 2157 of 2005 of the Arkansas Regular Legislative Session requires that any business or person
responding to a Request for Quotation (Bid) submit their most current Equal Employment Opportunity policy
(EEO Policy).
Although bidders are encouraged to have a viable equal opportunity policy, a written response stating that
the bidder does not have an EEO Policy will be considered that bidder’s response and will comply with the
requirement of Act 2157.
Submitting your EEO Policy is a one-time requirement. The Arkansas Tech University Purchasing
Department will maintain a file of the EEO Policies or written responses received.
This is a mandatory requirement when submitting a bid response. Failure to submit an EEO Policy
or response may result in rejection of your bid.
If you have any questions, please call the Procurement Services at 479-968-0269.
Thank you.
Jessica Holloway, APO
************************************************************************************************************
TO BE COMPLETED BY BUSINESS OR PERSON SUBMITTING BID RESPONSE
EEO Policy attached
EEO Policy previously submitted to ATU Purchasing Department
EEO Policy is not available
Name of Company or Person
Signature
Name (printed or typed)
Title
Date
click to sign
signature
click to edit
Page 17 of 18
ARKANSAS TECH UNIVERSITY
Procurement Services
203 West O Street
Russellville, AR 72801-2222
Tel: 479-968-0269
Fax: 479-968-0633
Act 157 of 2007 of the Arkansas Regular Legislative Session requires that any business or person responding to a
Request for Proposal (RFP) for professional services, technical and general services or any category of construction
in which the total dollar value is $25,000 or greater certify, prior to the award of the contract, that they do not employ
or contract with any illegal immigrants. Bidders are to certify online at:
https://www.ark.org/dfa/immigrant/index.php/user/login
This is a mandatory requirement. Failure to certify may result in rejection of your proposal, and no award will
be made to a vendor who has not so certified. If you have any questions, please contact the Purchasing
Department.
Thank you.
Jessica Holloway, APO
*********************************************************************************************************
TO BE COMPLETED BY BUSINESS OR PERSON SUBMITTING RESPONSE:
Please check the appropriate statement below:
We have certified on-line that we do not employ or contract with any
illegal immigrants
Date
on-line
certification
completed:
We have NOT certified on-line at this time, and we understand that
no contract can awarded to our firm until we have done so.
Reason
for
non-certification:
Name of Company
Mailing Address
City, State & Zip
Signature
Name & Title
(printed or typed)
Date