Loading...
HomeMy WebLinkAbout52-02 RESOLUTIONRESOLUTION NO, 52-02 A RESOLUTION TO AWARD THE CONTRACT FOR THE DOWNTOWN DICKSON ENHANCEMENT PROJECT TO TOWNSHIP BUILDERS, INC. IN THE AMOUNT OF $2,948,590.30 PLUS A CONTINGENCY OF $120,273.70 WHEREAS, Township Builders, Inc was the lowest qualified bidder on this project; and WHEREAS, after deducting alternates 1 and 2, Township Builders', Inc. bid price totals $2,948,590.30, which is less than the $3,068,864.00 in available funding. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayetteville, Arkansas hereby approves and awards the contract for the Downtown Dickson Enhancement Project to Township Builders, Inc. in the amount of $2,948,590.30 (after deducting alternates 1 and 2), plus a contingency of $120,273 70 Section 2. That the City Council of the City of Fayetteville, Arkansas hereby authorizes the Mayor to execute the construction contract with Township Builders, Inc. PASSED and APPROVED this the 19th day of March, 2002. APPROVED: By: DAN COODY, Mayor NAME OF FILE: CROSS REFERENCE: Item # Date • Resolution No. 52-02 Document 1 07/25/02 Change Order # 1 - Dickson Street Enhancement $60,000.00 - Project Township Builders, Inc. - 2 09/03/02 Change Order # 2 - Dickson Street Enhancement $13,224.00 - Project Township Builders, Inc. - 3 09/26/02 Change Order #3 -Decrease in the amount of Township Builders, Inc. - Dickson Street Enhancement $26,385.00 - Project • NOTES: • NAME OF FILE: CROSS REFERENCE. Resolution No. 52-02 03/19/02 Resolution No. 52-02 03/19/02 Contract Agreement for the Downtown Dickson Enhancement Project to Township Builders, Inc. 02/27/02 Addendum Three 03/01/02 • Letter to Randy Ritchie, Benham Group, from 0. Michael Green, P E President, Green Anderson, Engineers, Inc.regarding Dickson Street Improvements Feb. 2002 Addendum Two Feb. 2002 Addendum One 04/25/02 Certificate of Liability Insurance 02/22/02 Memo to Mayor Coody, thru Greg Boettcher, Public Works Director, and Contract Review Committee, from Jim Beavers, City Engineer 03/19/01 StaffReview Form 04/29/02 Memo to Jim Beavers, Engineering Division, from Heather Woodruff, City Clerk 03/21/02 Memo to Jim Beavers, City Engineer, from Heather Woodruff, City Clerk NOTES: a 1 1 1 1 •1 1 1 1 1 1 1 1 • 4 DOWNTOWN DICKSON ENHANCEMENT PROJECT alasstak FAYE-Ts-TEN/ILLS The City of Fayetteville, Arkansas Project Manual Bid Documents and Technical Specifications for Drainage, Surfacing, Curb, Sidewalk and Landscaping May 2001 Prepared for: City of Fayetteville, Arkansas FAP #14PP-1093(1) Washington County AHTD Job Number 040291 Prepared by: The Benham Group architects - engineers - planners 117 S. Parkwood Street Lowell, Arkansas 72745 (501) 770-5800 TBG Project #119.804300 nhl 03 1 •1 1 1 1 I 1 1 1 1 1 1 1 1 1 1 1 1 \I -4. • • • DOWNTOWN DICKSON ENHANCEMENT PROJECT • Fayetteville, Arkansas Washington County Project Manual May 2001 Prepared for City of Fayetteville, Arkansas FAP #HPP-1093(1) AHTD Job Number 040291 Prepared by The Benham Group 117 S. Parlcwood Lowell, Arkansas 72745 (501) 770-5800 TBG Project #119804300 1 1 1 1 1 1 1 1 Downtown Dickson Enhancement Pr, DOCUMENT 00020 00112 00200 00310 00510 00610 00620 00640 00702 00812 00813 00814 00815 00822 FHWA-1273 SS100-3 SECTION 01001 SECTION • • DOCUMENT 00002 INDEX DIVISION 0 - CONTRACT DOCUMENTS TITLE Invitation to Bid Instructions to Bidders lnforrnation Available to Bidders Bid Form Agreement Performance Bond Statutory Bond Defect Bond General Conditions Supplementary Conditions General Project Requirements Schedules, Progress Meetings, Public Notice Special Provisions Certification of Wage Rates Required Contract Provisions Federal -Aid Construction Contracts Disadvantaged Business Enterpnse in Highway Construcbon DIVISION 1 - GENERAL REQUIREMENTS TITLE Basic Requirements DIVISION 2 - SITEWORK SPECIFICATIONS TITLE 02051 Site Demolition 02052 Utility Demolition 02053 Removal of Traffic Signal Equipment 02210 Site Grading 02221 Trench Excavation and Backfill 02222 Structural Soil 02250 Compaction Control and Testing 02430 Inlets and Headwalls 02452 18° Street Name Marker 00002-1 5/2000 • Downtown Dickson Enhancement Project 02501 Portland Cement Concrete Sidewalk 02513 Asphaltic Concrete Paving 02514 Portland Cement Concrete Surfacing 02516 Pavement Markings 02517 Pattemed Cold Plastic Pavement Markings 02518 Interlocking Concrete Pavers 02528 Concrete Curbs 02612 Reinforced Concrete Pipe 02644 Fire Hydrants 02670 Gate Valves 02678 Thrust Restraints 02701 Leakage Tests 02713 Domestic Water System 02715 Water Services 02810 Irrigation System 02950 Trees, Shrubs, and Ground Covers 02960 Staking SECTION 03301 DIVISION 3 — CONCRETE TITLE Cast -in -Place Concrete DIVISION 16 — ELECTRICAL SECTION TITLE 16010 General Electrical Requirements 16110 Raceways 16120 Wires and Cables 16130 Boxes and Enclosures 16140 Winng Devices 16190 Supporting Devices 16195 Electrical Identification 16421 Underground Electrical Services 16450 Grounding 16470 Service Point Assembly 16471 Circuit Breaker Lighting Panelboards, 240 VAC Max 16485 Contactors 16510 Lighting Fixtures 16511 Electrical Conductors in Conduit 16600 L E.D Traffic Signal Lights 00002-2 5/2000 Downtown Dickson Enhancement Proje. MISCELLANEOUS SPECIFICATIONS AND ATTACHMENTS SECTION TITLE 20000 Measurement and Payment 29CFR1926P OSHA Trench Safety Standards 00002-3 5/2000 Downtown Dickson Enhancement Project 5/2000 DOCUMENT 00020 INVITATION TO BID BID NUMBER 02-14 Owner City of Fayetteville, Arkansas; Purchasing Division, Room 306; 113 W. Mountain; Fayetteville, Arkansas 72701 Engineer Atkins Benham; 117 S. Parkwood; Lowell, Arkansas 72745 (479) 770-5800 Publication dates: February 3,10, and 17, 2002 General Contractors are invited to submit an offer under seal to the Owner, located at the above address before 11:30 AM CST on March 5, 2002, for the Downtown Dickson Enhancement Project. Bids received after this time will not be accepted. Bids will be opened and publicly read aloud immediately after the specified closing time in a room to be announced. All interested parties are invited to attend. Bidders of record must attend a mandatory pre-bid conference to be held on February 19, 2002 at 10.00 am. in the City of Fayetteville Engineering Department Conference Room at 125 W. Mountain; Fayetteville, Arkansas 72701. Attendance is required for all bidders of record. Bidders of record are also required to include with their bid a signed copy of the Anti -Collusion and Debarrnent Certification included in the bid documents. The project consists of removal and replacement of existing sidewalks and curbs along Dickson Street from College Avenue to Arkansas Avenue, approximately 0.75 miles. The work includes pavement milling and overlays storm sewers and inlets, concrete curbs and sidewalks, brick crosswalks and intersection paving, street lights, traffic signals, traffic control, pavement markings, construction of islands, landscaping, irrigation, and special items. The project is to be completed by January 2003. General Contractors may obtain bid documents from the office of the Engineer for a printing fee of $200.00. Others may view the Bid Documents at the office of the Fayetteville City Engineer, 125 W. Mountain, Fayetteville, Arkansas 72701. A Bid Bond in the amount of 5 percent of the Bid Price will be required. Refer to other Bidding requirements described in the Project Manual. Submit your offer on the Bid Form provided. Bid documents may also viewed at the following locations: ABC Plans Room CIO Southem Reprographics 2905 Point Circle Fayetteville, AR 72704 F.W. Dodge Reports 5100 E. Skelly Suite 110 Tulsa, OK 74135 The attention of the bidder is directed to the applicable federal and state requirements and conditions of employment to be observed and minimum wage rates to be paid under this contract. 00020-1 Downtown Dickson Enhancement Project 5/2000 Pursuant to Arkansas Code Annotated 22-9-203, the City of Fayetteville, Arkansas encourages all qualified, small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, the City of Fayetteville, Arkansas encourages all general contractors to subcontract portions of their contract to qualified, small, minority, and women business enterprises.' The Owner reserves the right to waive irregularities and to reject any and all bids and to postpone the award of the Contract for a period of time which shall not exceed beyond 90 days from the bid opening date. "END OF DOCUMENT 00020' 00020-2 Downtown Dickson Enhancement Project 5/2000 DOCUMENT 00112 INSTRUCTIONS TO BIDDERS 1. DEFINED TERMS Terms used in these Instructions to Bidders which are defined in the Standard General Conditions of the Construction Contract (EJCDC Document No. 1910-8, 1983 ed.) have the meanings assigned to them in the General Conditions. The term 'Bidder' means one who submits a Bid directly to Owner, as distinct from a sub -bidder, who submits a bid to a Bidder. The term "Successful Bidder means the lowest, qualified, responsible and responsive Bidder to whom Owner (on the basis of Owners evaluation as hereinafter provided) makes an award. The term "Bidding Documents' includes the Advertisement or Invitation to Bid, Instructions to Bidders, the Bid Form, and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). 2. BIDDER'S REPRESENTATIONS 2.1 By submitting a Bid, the Bidder represents that 1. Bidder has read and understands the Bidding Documents, and the Bid is made in accordance therewith; 2. Bidder has read and understands the Bidding Documents and contract documents, to the extent that such documentation relates to the Work for which the Bid is submitted, for other portions of the Project, if any, being bid concurrently or presently under construction; 3. Bidder has visited the site, become familiar with local conditions under which the Work is to be performed, has correlated the Bidder's personal observations with the requirements of the proposed Contract Documents, and has attended the pre bid conference; 4. Bid is based upon the materials, equipment, and systems required by the Bidding Documents without exception. 5. Bid is based on the contractor's compliance with the Davis -Bacon predetermined minimum wage rates. 6. Bidder has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action, in restraint of free competitive bidding in connection with the submitted bid. 7. Bid is based on compliance with 49CFR Part 23 and the bidder hereby agrees to ensure that MBE's have the maximum opportunity to participate in the performance of this project. Bidder certifies that he shall not discriminate on the basis of race, color, national origin, or sex in the bidding or performance of this project. 3. COPIES OF BIDDING DOCUMENTS 3.1 Complete sets of the Bidding Documents may be obtained from Engineer. 00112-1 Downtown Dickson Enhancement Project 5/2000 3.2 Bidding Documents will not be issued directly to Sub -bidders or others. 3.3 Complete sets of Bidding Documents must be used in preparing Bids; neither Owner nor Engineer assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 3.4 In making copies of Bidding Documents available on the above terms, the Owner and Engineer do so only for the purpose of obtaining Bids on the Work and do not confer a license or grant permission for any other use. 4. QUALIFICATION OF BIDDERS No prequalification is required The Owner does, however, retain the right to request qualifications statements from the apparent low bidder or other bidders if needed to determine Contractors ability to complete the project successfully. General Contractor must be licensed by the State of Arkansas before the contract is executed. 5. MINIMUM WAGE DETERMINATION The Project is subject to a minimum wage determination. A copy of the determination is included in the Project Manual. 6. EXAMINATION OF CONTRACT DOCUMENTS AND SITE 6.1 It is the responsibility of each Bidder before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the site to become familiar with local conditions that may affect cost, progress performance or fumishing of the Work, (c) consider federal, state and local Laws and Regulations that may affect cost, progress, performance or fumishing of the Work, (d) study and carefully correlate Bidder's observations with the Contract Documents, and (e) notify Engineer of errors, inconsistencies, or ambiguities discovered. 6 2 Reference is made to the Supplementary Conditions for identification of. 1. those reports of explorations and tests of subsurface conditions at the site which have been utilized by Engineer in preparation of the Contract Documents. Bidder may rely upon the accuracy of the technical data contained in such reports but not upon non-technical data, interpretations or opinions contained therein or for the completeness thereof for the purposes of bidding or construction. 2. those drawings of physical conditions in or relating to existing surface and subsurface conditions (except Underground Facilities) which are at or contiguous to the site which have been utilized by Engineer in preparation of the Contract Documents. Bidder may rely upon the accuracy of the technical data contained in such drawings but not upon the completeness thereof for the purposes of bidding or construction. Copies of such reports and drawings will be made available by Owner to any Bidder on request. Those reports and drawings are not part of the Contract Documents, but the technical data contained therein upon which Bidder is entitled to rely as provided in Paragraphs 6.2.1 and 6.2.2 are incorporated therein by reference. Such technical data has been identified and established in Document 00200. 00112-2 a 1 1 Downtown Dickson Enhancement Project 5/2000 6.3 Information and data reflected in the Contract Documents with respect to Underground Facilities at or contiguous to the site is based upon information and data fumished to Owner and Engineer by owners of such Underground Facilities or others, and Owner does not assume responsibility for the accuracy or completeness thereof unless it is expressly provided otherwise in the Supplementary Conditions. 6.4 Provisions conceming responsibilities for the adequacy of data furnished to prospective Bidders on subsurface conditions, Underground Facilities and other physical conditions, and possible changes in the Contract Documents due to differing conditions appear in EJCDC Document 1910-8, 1983 Ed., General Conditions and Section 00812, Supplementary Conditions. 6.5 Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain any additional examinations, investigations, explorations, tests and studies and obtain any additional information and data which pertain to the physical conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing the Work and which Bidder deems necessary to determine its Bid for performing and fumishing of the Work in accordance with the time, price, and other terms and conditions of the Contract Documents. 6.6 On request in advance, Owner will provide each Bidder access to the site to conduct such explorations and tests as each Bidder deems necessary for submission of a Bid. Bidder shall fill all holes, clean up and restore the site to its former condition upon completion of such explorations. 6.7 The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities or storage of materials and equipment are to be provided by Contractor. Easements for permanent structures or permanent changes in existing structures are to be obtained and paid for by Owner unless otherwise provided in the Contract Documents. 6.8 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 6, that without exception, the Bid is premised upon performing and furnishing the Work required by the Contract Documents and such means, methods, techniques, sequences, or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and fumishing of the Work. 7. INTERPRETATIONS AND ADDENDA 7.1 Bidders and Sub -bidders requiring clarification or interpretation of the Bidding Documents shall make a written request which shall reach the Engineer at least seven days prior to the date for receipt of Bids. 7.2 Interpretations, clarifications, and changes of the Bidding Documents will be issued by Addenda mailed or delivered to all parties recorded by Engineer as having received the Bidding Documents. Requests received less than seven days prior to the date for opening of Bids may not be answered. Only requests answered by formal written Addenda will be binding Interpretations, clarifications, and changes made in any other manner will not be binding and Bidders shall not rely upon them. 00112-3 c't • • Downtown Dickson Enhancement Project 5/2000 7.3 Addenda may also be issued to modify the Bidding Documents as deemed advisable by Owner or Engineer. 7.4 No addenda will be issued later than three days prior to the date for receipt of Bids, except an Addendum withdrawing the request for Bids or one which includes postponement of the date for receipt of Bids. 7.5 Each Bidder shall ascertain prior to submitting a Bid that the Bidder has received all Addenda 111 issued, and the Bidder shall acknowledge their receipt in the Bid. 8. BID SECURITY 8.1 Each Bid must be accompanied by Bid security made payable to Owner in an amount of five (5) percent of the Bidders maximum Bid price and in the form of a Bid Bond issued by a surety meeting the requirements of the General Conditions. A letter of credit will not be acceptable in lieu of a Surety Bond. 8 2 The Bid security of the Successful Bidder will be retained until such Bidder has executed the Agreement and furnished the required contract security, whereupon the Bid security will be returned. If the Successful Bidder fails to execute and deliver the Agreement and furnish the required contract security within fifteen (15) days after the Notice of Award, Owner may annul the Notice of Award and the Bid security of that Bidder will be forfeited as provided by law. The Owner will have the right to retain the bid security of Bidders to whom an award is being 111 considered until either (a) the Contract has been executed and bonds, if required, have been fumished, or (b) the specified time has elapsed so that Bids may be withdrawn, or (c) all Bids have been rejected. Bid security with Bids which are not competitive will be returned within seven days after the Bid opening. 9. CONTRACT TIME 1 The numbers of days within which, or the dates by which, the Work is to be substantially completed and also completed and ready for final payment (the Contract Time) are set forth in the Bid Form and the Agreement 10. LIQUIDATED DAMAGES Provisions for liquidated damages, if any, are set forth in the Agreement. 11. SUBSTITUTE OR "OR -EQUAL" ITEMS The Contract, if awarded, will be on the basis of materials and equipment described in the Drawings or specified in the Specifications without consideration of possible substitute or 'or -equal' items. Whenever it is indicated in the Drawings or specified in the Specifications that a substitute or "or -equal' item of material or equipment may be furnished or used by Contractor, if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by Engineer is set forth in the General Conditions and may be supplemented in the General Requirements (Division 1). 1 00112-4 1 Downtown Dickson Enhancement Project 5/2000 12. SUBCONTRACTORS, SUPPLIERS AND OTHERS 12.1 If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers and other persons and organizations (including those who are to fumish the principal items of material and equipment) to be submitted to Owner prior to the Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so requested, shall within seven days after the Bid opening submit to Owner a list of all such Subcontractors, Suppliers and other persons and organizations proposed for those portions of the Work for which such identification is required. Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, Supplier, person or organization if requested by Owner. If Owner or Engineer, after due investigation, has reasonable objection to any proposed Subcontractor, Supplier, other person, or organization, either may, before the Notice of Award is given, request the apparent Successful Bidder to submit an acceptable substitute without an increase in Bid price. If apparent Successful Bidder declines to make any such substitution, Owner may award the contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers and other persons and organizations. The declining to make requested substitutions will not constitute grounds for sacrificing the Bid security of any Bidder. Any Subcontractor, Supplier, other person or organization listed and to whom Owner or Engineer does not make written objection prior to the giving of the Notice of Award will be deemed acceptable to Owner and Engineer subject to revocation of such acceptance after the Effective Date of the Agreement as provided in the General Conditions. 12.2 Contractor will not be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor has reasonable objection. 13. BID FORM 13.1 Bids shall be submitted on forms identical to the form included with the Bidding Documents; additional conformed copies may be made by the Bidder. 13 2 All blanks on the Bid Form must be completed in ink or by typewriter. 133 Where so indicated by the makeup of the bid form, sums shall be expressed in both words and figures, and in case of discrepancy between the two, the amount written in words shall govem. 13.4 Intertineations, alterations, and erasures must be initialed by the signer of the Bid. 13.5 Bids by corporations must be executed in the corporate name by the president or a vice-president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal must be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation must be shown below the signature. 13.6 Bids by partnerships must be executed in the partnership name and signed by a partner, whose title must appear under the signature and the official address of the partnership must be shown below the signature. 13.7 All names must be typed or printed below the signature. 00112-5 Downtown Dickson Enhancement Project 5/2000 13.8 The Bid shall contain an acknowledgement of receipt of all Addenda (the numbers of which must be filled in on the Bid Form). 13.9 The address and telephone number for communications regarding the Bid must be shown. 13.10 Bids must be priced on a unit price basis for the base contract and include a separate price for each alternative described in the specifications as provided for in the bid forrn. 13.11 The bid price shall include such amounts as the bidder deems proper for overhead and profit on account of cash allowances named in the contract documents. 14. SUBMISSION OF BIDS 14.1 Bids shall be submitted at the time and place indicated in the Advertisement or Invitation to Bid and shall be enclosed in an opaque sealed envelope, marked with the Project title (and, if applicable, the designated portion of the Project for which the Bid is submitted) and name and address of the Bidder and accompanied by the Bid security and other required documents. If the Bid is sent through the mail or other delivery system the sealed envelope shall be enclosed in a separate envelope with the notation 'BID ENCLOSED" on the face of it. 14.2 The Bid Form and required attachments shall be submitted in the number of copies stated in the Advertisement or Invitation to Bid (Notice to Bidders). All copies shall be conformed copies made by the Bidder (at his expense) from the Bidding Documents furnished to Bidder. of Bids. 14.3 The Bidder shall assume full responsibility for timely delivery at the location designated for receipt 14.4 Oral, telephonic, or telegraphic Bids are invalid and will not receive consideration. 14.5 Any Bid received more than 96 hours (excluding Saturdays, Sundays, and holidays) before the time set for opening of bids, or any bid so received after the time set for opening of bids shall not be considered and shall be returned unopened 14.6 The Bid Bond shall be completed, executed, notarized (if required), and attached to and accompany the Bid Form. 15. MODIFICATION AND WITHDRAWAL OF BIDS 15.1 Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any fime prior to the opening of Bids. 152 Withdrawn Bids may be resubmitted up to the date and time designated for the receipt of Bids provided they are then fully in conformance with these Instructions to Bidders. 00112-6 1 1 1 • Downtown Dickson Enhancement Project 5/2000 15.3 Bid security shall be in an amount sufficient for the Bid as modified or resubmitted. 15.4 lf, within twenty-four (24) hours after Bids are opened, any Bidder files a duly signed, written notice with Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner there was a material and substantial mistake in the preparation of its Bid, that Bidder may withdraw its Bid and the Bid security will be retumed. Thereafter, that Bidder will be disqualified from further bidding on the Work to be provided under the Contract Documents. 16. OPENING OF BIDS Bids will be opened and (unless obviously non-responsive) read aloud publicly. An abstract of the amounts of the base Bids will be made available to Bidders after the opening of Bids. 17. BIDS TO REMAIN SUBJECT TO ACCEPTANCE All bids will remain subject to acceptance for ninety days after the day of the Bid opening, but Owner may, in its sole discretion, release any Bid and retum the Bid security prior to that date. 18. AWARD OF CONTRACT 18.1 Owner reserves the right to reject any and all Bids, to waive any and all informalities not involving price, time or changes in the Work and to negotiate contract terms with the Successful Bidder, and the right to disregard all nonconforming, nonresponsive, unbalanced or conditional Bids. Also, Owner reserves the right to reject the Bid of any Bidder if Owner believes that it would not be in the best interest of the Project to make an award to that Bidder, because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by Owner. Discrepancies in the multiplication of units of Work and unit prices wiU be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 18.2 In evaluating the Bids, Owner will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award. The Owner may (1) award the Base Bid; (2) await' the Alternate Bid or Bids (if aftemate bids are requested or permitted); or (3) reject all bids and no award will be made. 18.3 Owner may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Supplementary Conditions. Owner also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 18.4 Owner may conduct such investigations as Owner deems necessary to assist in the evaluation of any Bid to establish the responsibility, qualifications and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and fumish the Work in accordance with the Contract Documents to Owner's satisfaction within the prescribed time. 00112-7 r • • Downtown Dickson Enhancement Project 5/2000 18.5 If the contract is awarded, the intent is that it be awarded to the lowest responsive Bidder whose evaluation by Owner indicates to Owner that the award will be in the best interests of the Project. 18.6 If the contract is awarded, Owner will give the Successful Bidder a Notice of Award within sixty days after the day of the Bid opening. 19. CONTRACT SECURITY The General Conditions and the Supplementary Conditions set forth Owners requirements as to performance and payment Bonds. When the Successful Bidder delivers the executed Agreement to Owner, it must be accompanied by the required performance and payment Bonds. 20. SIGNING OF AGREEMENT When Owner gives a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement with all other written Contract Documents attached Within fifteen (15) days thereafter Contractor shall sign and deliver the required number of counterparts of the Agreement and attached documents to Owner with the required Bonds. Within ten (10) days thereafter Owner shall deliver one fully signed counterpart to Contractor. Each counterpart is to be accompanied by a complete set of the Drawings with appropriate identification. 21. PREBID CONFERENCE A prebid conference will be held at 10:00 a.m. on the day of — at the office of the Owner at 113 W. Mountain in Fayetteville, Arkansas. Representatives of Ovmer and The Benham Group will be present to discuss the Project. Bidders are required to attend and participate in the conference. The Benham Group will transmit to all prospective Bidders of record such Addenda as The Benham Group considers necessary in response to questions arising at the conference. 22. NOT USED 23. RETAINAGE Provisions conceming retainage and Contractors' rights to deposit securities in lieu of retainage (if permitted) are set forth in the Agreement. 'END OF DOCUMENT 00112' 00112-8 1 • 1 1 1 • . Downtown Dickson Enhancement Project 5/2000 1 1 1 1 1 1 DOCUMENT 00200 INFORMATION AVAILABLE TO BIDDERS PART 1 -GENERAL 1.1 TOPOGRAPHIC SURVEY A. The existing topography, features and level data shown on the Contract Drawings are from a ground survey performed in 1999 by Milholland Company. B. This survey identifies grade elevations prepared primarily for the use of the Engineer in establishing new grades and identifying natural drainage patterns. C. Contours should be accurate to within one-half the contour interval for 90% of the contours and the remainder should be accurate within the contour interval. However, this statement shall not be construed to constitute a warranty of any type to the Contractor. D. A copy of a topographic survey with respect to the project site is available for viewing at the office of the Engineer. 1.2 SUBSURFACE INVESTIGATION REPORT A. No subsurface investigation has been conducted. "END OF DOCUMENT 00200" 00200-1