HomeMy WebLinkAbout144-06 RESOLUTION•
RESOLUTION NO. 144-06
A RESOLUTION APPROVING A CONTRACT WITH UTILITY
SERVICE COMPANY, INC. IN THE AMOUNT OF $89,800.00 FOR
REPAINTING THE SURGE TANK ON FITZGERALD
MOUNTAIN; AND ,APPROVING A PROJECT CONTINGENCY
IN THE AMOUNT OF $4,490.00.
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 a contract with Utility Service Company, Inc. in the amount of
$89,800.00 for repainting the surge tank on Fitzgerald Mountain. A copy of the
contract, marked Exhibit "A," is attached hereto and made a part hereof.
Section 2. That the City Council of the City of Fayetteville, Arkansas
hereby approves a Project Contingency in the amount of $4,490.00.
PASSED and APPROVED this 5th day of September, 2006.
APPROVED:
ATTEST:
By
`�...................
G\Q'iY
`h• •(r`a
• 0
FAYEUEVILLE;
A
: •
s._
s'9;QKAN5.:cL.
"tj;yG �ON.�Go�``
/YVIU
SONDRA SMITH, City Clerk
SECTION 00500
AGREEMENT BETWEEN
CITY OF FAYETTEVILLE AND UTILITY SERVICE COMPANY, INC.
THIS AGREEMENT is dated as of the 5—f 4, day of St obrit RCP" in the
year 20O6) by and between the CITY OF FAYETTEVILLE and UTILITY
SERVICE COMPANY, INC.
1. UTILITY SERVICE COMPANY, INC. shall commence and complete all
Work as specified or indicated in the Contract Documents. The WORK is
generally described as follows:
SURGE TANK REPAINTING
•
2. UTILITY SERVICE COMPANY, INC. shall furnish all materials, supplies,
tools, equipment, labor and other service necessary for the completion of the
WORK described herein.
3. UTILITY SERVICE COMPANY, INC. shall commence the WORK required
by the CONTRACT DOCUMENTS on or before a date to be specified in the
NOTICE TO PROCEED and completed and ready for final payment within 90
calendar days. UTILITY SERVICE COMPANY, INC. shall pay the CITY OF
FAYETTEVILLE, as liquidated damages, the sum of $200 for each calendar day
thereafter that the WORK is not complete.
4. The UTILITY SERVICE COMPANY, INC. agrees to perform all of the
WORK described in the CONTRACT DOCUMENTS and comply with the
terms therein as shown in the BID PROPOSAL.
The term CONTRACT DOCUMENTS shall mean and include the following:
5.1 Invitation to Bid
5.2 Information for Bidders
5.3 Supplemental Information for Bidders
5.4 Bid Proposal
" 5.5 Bid Bond
5.6 Agreement Between Owner and Utility Service Company, Inc.
5.7 Performance and Payment Bond
5.10 General Conditions
5.13 Prevailing Wage Rates
5.14 Notice of Award
5.15 Notice to Proceed
5.16 Project Manual for Surge Tank Repainting Consisting of 106 pages.
5.18 Addenda Numbers N/A to N/A .
5.19 Change Orders
00500.doc - 1
The CITY OF FAYETTEVILLE shall pay UTILITY SERVICE COMPANY,
INC. in the manner and at such times as set forth in the General Conditions such
amounts as required by the CONTRACT DOCUMENTS.
7. This Agreement shall be binding upon all parties hereto and their respective heirs,
executors, administrators, successors, and assigns.
8. MISCELLANEOUS
•
8.1. Terms used in the Agreement which are defined in Article 1 of the General
Conditions will have the meanings indicated in the General Conditions.
8.2. No assignment by a party hereto of any rights under or interests in the
Contract Documents will be binding on another party hereto without the
written consent of the party sought to be bound; and, specifically but
without limitation, moneys that may become due and moneys that are due
may not be assigned without such consent (except to the extent that the
effect of this restriction may be limited by law), and unless specifically
stated to the contrary in any written consent to an assignment no assignment
will release or discharge the assignor from any duty or responsibility under
the Contract Documents.
8.3. City of Fayetteville and Utility Service Company, Inc. each binds itself, it
partners, successors, assigns, and legal representatives to the other party
hereto, its partners, successors, assigns, and legal representatives in respect
to all covenants, agreements and obligations contained in the Contract
Documents.
8.4. Any provision or part of the Contract Documents held to be void or
unenforceable under any Law or Regulation shall be deemed stricken and all
remaining provisions shall continue to be valid and binding upon stricken
provision or part thereof with a valid and enforceable provision that comes
as close as possible expressing the intention of the stricken provision.
8.5. Changes, modifications, or amendments in scope, price or fees to this
contract shall not be allowed without a prior formal contract amendment
approved by the Mayor and the City Council in advance of the change in
scope, cost or fees.
8.6. Freedom of Information Act. City of Fayetteville contracts and
documents prepared while performing city contractual work are subject to
the Arkansas Freedom of Information Act. If a Freedom of Information Act
request is presented to the City of Fayetteville, Utility Service Company,
Inc. will do everything possible to provide the documents in a prompt and
timely manner as prescribed in the Arkansas Freedom of Information Act
00500.doo 2
,.0-ciYJ IRfgS''.
• (Y • 0 .
.\ F .� ;per [CORPORATE S
" '
FAYETTEVILLE: It
.ysyi .9�KANSP � 'EST 7!Z
'GTON %%%%
Li/wino %%%
Address for giving notices:
113 W. Mountain
Fayetteville, AR 72701
(A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs
pursuant to the FOIA may be assessed for this compliance.
8.7. This contract must be interpreted under Arkansas Law.
IN WITNESS WHEREOF, CITY OF FAYETTEVILLE and UTILITY SERVICE
COMPANY, INC. have signed this Agreement in quadruplicate. One counterpart each
has been delivered to City of Fayetteville and Engineer, and two counterparts have been
delivered to Utility Service Company, Inc. All portions of the Contract Documents have
been signed, initialed, or identified by City of Fayetteville and Utility Service Company,
Inc. or identified by Engineer on their behalf.
OWNER
CITY OF F ETTEVILLE
BY
Mayor Dan Coody
00500.doc
CONTRACTOR
UTILITY SERVICE COMPANY, INC.
BY
[CORPORATE SEAL]
rhv ATTEST
Address for giving notices:
535 Courtney Hodges Blvd.
Penn, GA 31069
License No. 0091660407
Agent for service of process:
(If UTILITY SERVICE COMPANY, INC. is
a corporation, attach evidence of authority to
sign.)
.41
.
Shannon Jones
Submitted By
City of Fayetteville
Staff Review Form
City Council Agenda Items
or
Contracts
5 -Sep -06
City Council Meeting Date
Engineering
Division
Action Required:
Operations
Department
Approval of a contract with Utility Service Company, Inc., in the amount of $89,800.00, for the repainting of the surge
tank located on Fitzgerald Mountain, and approve a 5% contingency of $4,490.00.
•
$94,290.00
Cost of this request
5400.5600.5808.00
Account Number
03018.21
Project Number
Budgeted Item
01
Depa
XX
962, 326.00
Category/Project Budget
308,846.00
Funds Used to Date
653,480.00
Remaining Balance
Budget Adjustment Attached
36" Waterline Improvements
Program Category / Project Name
Water and Wastewater
Program / Project Category Name
Water/Sewer
Fund Name
nt D ector
71114,
City Attorney r
Finance and Internal Service Director
Mayor
Comments:
4
Dat§I
.112
8 -z►-64,
Date
Date
Previous Ordinance or Resolution #
Original Contract Date.
Original Contract Number:
•
City Council Meeting of September 5, 2006
CITY COUNCIL AGENDA MEMO
To: Fayetteville City Council
Thru: Mayor Dan Coody
David Jurgens, Water & Wastewater Director
Fayetteville Sewer Committee -
From: Shannon Jones, Water & Wastewater Staff Engi eer
stoS
Date: August 16, 2006
Subject: Approval of a contract with Utility Service Company, Inc., in the amount of $89,800.00,
for the repainting of the surge tank located on Fitzgeral Mountain, and approve a 5% contingency of
$4,490.00.
•
RECOMMENDATION
City Administration recommends approval of a contract with Utility Service Company, Inc., in the
amount of $89,800.00, for the repainting of the surge tank located on Fitzgerald Mountain, and
approve a 5% contingency of $4,490.00.
BACKGROUND
The City received five bids for this project, as follows:
Utility Service Company, Inc.
Miles Tank Works, Inc
Leher Painting Enterprises, Inc
TMI Coatings, Inc.
Classic Protective Coatings
Engineer's Estimate
$ 89,800.00 (low bid)
$ 96,000.00
$ 99,777.00
$ 168,400.00
$ 178,118.00
$ 100,000.00
The surge tank is located on the main transmission lines from the Beaver Water District (BWD) to
the City of Fayetteville. The purpose of the tank is to relieve any surges in water pressure that may
result in an abrupt shut off of the high service pumps from BWD. The surge tank was constructed
in 1971, and has not been repainted since its installation.
DISCUSSION
Engineering Staff performed the engineering services for this project. Specifications were
completed this spring and the project was advertised for construction. The bids have been reviewed
by the Engineering Staff. The low bidder, Utility Service Company, Inc., has completed numerous
tank repainting projects within the state to the satisfaction of the respective owners.
BUDGET IMPACT
Funds are available in the Fiscal Year 2006 budget for this project.
SurgeTankRepaintingCCM emoAug06.doc
t
•
RESOLUTION NO.
A RESOLUTION APPROVING A CONTRACT WITH UTILITY
SERVICE COMPANY, INC. IN THE AMOUNT OF $89,800.00 FOR
REPAINTING THE SURGE TANK ON FITZGERALD
MOUNTAIN; AND APPROVING A PROJECT CONTINGENCY
IN THE AMOUNT OF $4,490.00.
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 a contract with Utility Service Company, Inc. in the amount of
$89,800.00 for repainting the surge tank on Fitzgerald Mountain. A copy of the
contract, marked Exhibit "A," is attached hereto and made a part hereof.
Section 2. That the City Council of the City of FayyeT Arkansas
hereby approves a Project Contingency in the amount of $4;49! 0
PASSED and APPROVED this 15th day of Au
SONDIei SMITH, City Clerk
:€tThDY, Mayor
Clarice Pearman - Utility Service Co. Page 11
From: Clarice Pearman
To: Jones, Shannon
Date: 9.6.06 1:07PM
Subject: Utility Service Co
Shannon,
The City Council passed your item last night and upon review of the agreement is just a copy of a signed
agreement. Please get a signed agreement to me to continue the processing of this item.
Thanks.
Clarice
Clarice Buffalohead-Pearman
City Clerk Division
113 West Mountain
Fayetteville AR 72701
479-575-8309
cpearman@ci.fayetteville.ar.us
•
Finance & Internal Services Director: Budget Manager: IT Manager:
Dispatch Manager: Utilities Manager: Other:
'o tD co V W N A (J N
3
Requester: ,..: - .. �.�. .
ShannonJones
m
Address: u --{{ q
QK /441 535 Courtney Hodges Blvd.
Vendor #:
10823
City Of Fayetteville
(Not a Perdu's° Order)
Special Instructions:
Per Bid 06-48
(/)
S
p'
a
3
m
m
0
n
n
Surge Tank Repainting
O
CD
N
O
9
O
J
O
m
<
D
o
• Z
Am
3
m
e.0
n
m..
0
a,
3,:
v ..
m
0
a
- o
m
D
Unit of Issue
State:
GA
89,800.00
[Unit Cost
50.00
M
0
0
0
H
0
0
0
$0.00
M
0
0
0
M
0
0
0
M
0
0
0
M
0
o
0
$0.00
50.00
$89,800.00
Extended Cost
5400.5600.5808.00
Account Numbers
Requesters- Employee #:
2689
Zip Code:
31069
Fob Point:
Ship to code:
00'008'68$ :16101
00'0$ :sal
00'008'685 :Ie7olgn$
03018.21
o
m
to
Q
a
'o
Extension:,,
DivisoHt pproval:
VVl1Yl vlN—
m m%
N W
i Q1
)m
m m
N _
O
•
C
z
C
3
m
n
Requisition No.:
>
m
0
it
t
a
N
g
m
0
2
#
Quotes Attached
Yes: No:
m
o
a
C
m
m
Q
C
m
m
ate:
811612006
1Fixed Asset # 1
1
i
1
1
1
1
1
Is
1
aye;
PROJECT MANUAL
SURGE TANK REPAINTING
1
1
1
1
1
1
1
0000! dog
eville
ARKANSAS
FAYETTEVILLE, ARKANSAS
PROJECT NO. 03018
MARCH, 2006
�(ff st AT �f�L
/00ARKANSAS
**
EGIS
FE
*
* * *
No.11053
-4CN W .
00001.doc
PROJECT MANUAL
SURGE TANK REPAINTING
evi e
ARKANSAS
FAYETTEVILLE, ARKANSAS
PROJECT NO. 03018
MARCH, 2006
�Sj F
l
1 ARKANSAS
II
EGIS
WI OFE
•
,I
No.11053 v I
'0 /
...-21/470N Vi��/ 3/ 06
1
TABLE OF CONTENTS
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SECTION
TITLE NO. OF PAGES
00001 Title Pages 2
00010 Table of Contents 2
00020 Invitation to Bid 2
00100 Information For Bidders 8
00212 Supplemental Information for Bidders 2
00310 Bid Proposal 6
00311 Bidder's Statement of Subcontractors 2
00312 Bid Bond 2
00420 Statement of Bidder's Qualifications 2
00500 Agreement Between City of Fayetteville and Contractor 4
00600 Arkansas Statutory Performance and Payment Bond 2
00640 Warranty Bond 2
00700 4 General Conditions 24
00830 Prevailing Wage Rates 6
00840 Notice of Award 2
00845 Notice to Proceed 2
00900 Description of Unit Price Schedule Items 2
01000 General Requirements and Procedures 2
01005 Water Tank Repainting 8
01010 Water Tank Disinfection 2
Appendix A - Area Map and Tank Photos 10
Appendix B — Paint Samples Analysis Results 8
Appendix C — Health Department Approval 4
00010.doc
SECTION 00020
CITY OF FAYETTEVILLE
NOTICE TO BIDDERS
BID 06-48, Surge Tank Repainting
The City of Fayetteville is accepting bids for the repainting of a surge tank. Any questions
concerning the bidding process should be addressed to Andrea Foren, City of Fayetteville Buyer
at aforen@ci.fayetteville.ar.us or by calling (479)575-8220.
Bids must be submitted in a sealed envelope or package labeled "Bid 06-48, Surge Tank
Repainting". All bids must be received on or before 2:00 PM on July 25th, 2006 to the address
listed below.
City of Fayetteville
Andrea Foren, Buyer — Room 306
113 West Mountain Street
Fayetteville, AR 72701
Bid Documents must obtained by contacting Shannon Jones at (479) 575-8206 or
shjones@ci.fayetteville.ar.us
Bid documents must be obtained from Shannon Jones. No bid documents will be e-mailed or
posted on the website.
Each bid must be submitted on the prescribed form and accompanied by a certified check or bid
bond executed on the prescribed form, in an amount not less than 5 percent of the amount bid.
A one hundred percent (100%) performance and payment bond is required with a contract
awarded amount of $20,000.00 or more.
A valid State of Arkansas Contractor's License is required for any bid exceeding $20,000.00.
"Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all
qualified small, minority and women business enterprises to bid on and receive contracts for
goods, 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." '
The City of Fayetteville reserves the right to waive irregularities and to reject proposals and to
postpone the award of the Contract for a period of time which shall not exceed beyond ninety
days from the bid opening date.
- CITY OF FAYETTEVILLE, ARKANSAS
By: Peggy Vice, Purchasing Manager
00020.doc
1
1. DEFINED TERMS
1.1
SECTION 00100
INFORMATION FOR BIDDERS
Terms used in these Information for Bidders which are defined in the Standard
General Conditions of the Construction Contract have the meanings assigned to
them in the General Conditions. The term "Bidder" means one who submits a Bid
directly to City of Fayetteville, as distinct from Sub -Bidder, who submits a Bid to a
Bidder. The term "Successful Bidder" means the lowest, qualified, responsible and
responsive Bidder to whom City of Fayetteville (on . the basis of City of
Fayetteville's evaluation as hereinafter provided) makes an award. The term
"Bidding Documents" included the Advertisement or Invitation to Bid, Information
for Bidders, the Bid Form, and the proposed Contract Documents (including all
Addenda issued prior to receipt of Bids).
COPIES OF BIDDING DOCUMENTS
2.1 Complete sets of Bidding Documents in the number and for the deposit sum, if any,
stated in the Advertisement or Invitation to Bid may be obtained from the Engineer.
Deposit for Bidding Documents are non refundable.
•
2.2 Complete sets of Bidding Documents shall be used in preparing Bids; the City of
Fayetteville does not assume any responsibility for errors or misinterpretations
resulting from the use of the incomplete sets of Bidding Documents.
2.3 The City of Fayetteville in making copies of Bidding Documents available on the
above terms do so only for the purpose of obtaining Bids on the Work and do not
confer a license or grant for any other use.
3. QUALIFICATIONS OF BIDDERS
3.1 Each Bid must contain evidence of Bidder's qualifications to do business in the state
where the Project is located or covenant to obtain such qualification prior to award
of the Contract.
3.2 Qualifications shall be submitted in a separate sealed envelope at the date and time
listed on the Bid Proposal. Refer to Section 00420 Statement of Bidder's
Qualifications.
4. EXAMINATION OF CONTRACT DOCUMENTS AND SITE
4.1 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
00100,doc
1
conditions that may affect cost, progress, performance or furnishing of the Work, (c)
consider Federal, State and local Laws and Regulations that may affect cost,
progress, performance or furnishing of the Work, (d) study and carefully correlate
Bidder's observations with the Contract Documents, and (e) notify Engineer of all
conflicts, errors or discrepancies in the Contract Documents.
4.2 In the preparation of Contract Documents, the Engineer has relied on the report of
soil and subsurface investigation listed in the Supplemental Information For
Bidders. A copy of this report is appended (If Provided). The report is not a part of
the Contract Documents and is provided for informational purposes only. Neither
the City of Fayetteville nor the engineer guarantees the accuracy of the report. The
Bidder shall make further investigations and tests as the Bidder deems necessary in
order to provide the Work at the Contract Price, within Contract Time, and in
accordance with the teens and conditions of the Contract Documents.
4.3 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 furnished to the City of Fayetteville by owners of such Underground Facilities
or others, and City of Fayetteville does not assume responsibility for the accuracy or
completeness thereof, unless it is expressly provided otherwise in the
Supplementary Conditions.
4.4 Provisions concerning responsibilities for the adequacy of data furnished to the
prospective Bidders on subsurface conditions, Underground Facilities and other
physical conditions, and possible changes in the Contract Documents due to
differing conditions appear in Paragraph 4.2 and 4.3 of the General Conditions.
4.5 Before submitting a Bid, each Bidder will be responsible to make or obtain such
explorations, tests and data concerning 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 in accordance with the time,
price and other terms and conditions of the Contract Documents.
4.6 On request in advance, City of Fayetteville 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. A representative of the
City of Fayetteville shall be present during all tests.
4.7 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
00100.doc 2
permanent changes in existing structures are to be obtained and paid for by City of
Fayetteville.
5. INTERPRETATIONS AND ADDENDA
5.1 All questions about the meaning or intent of the Contract Documents are to be
directed in writing to Engineer. Interpretations or clarifications considered
necessary by Engineer in response to such questions will be issued by Addenda
mailed or delivered to all parties recorded by Engineer as having received the
Bidding Documents. Questions received less than ten (10) days prior to the data for
opening of Bids may not be answered. Only questions answered by formal, written
Addenda will be binding. Oral and other interpretations or clarifications will be
without legal effect.
5.2 Prior to the deadline for receiving Bids, Addenda may also be issued to modify the
Bidding Documents as deemed advisable by City of Fayetteville or Engineer.
6. BID SECURITY
6.1
Each Bid must be accompanied by Bid security made payable to City of Fayetteville
in an amount of five (5) percent of the Bidder's maximum Bid price and in the form
of a certified or bank check or a Bid Bond (on form attached, if a form is
prescribed), issued by a surety.
6.2 The Bid security of the Successful Bidder will be retained until 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 ten (10) days after the
Notice of Award, City of Fayetteville may annul the Notice of Award, and the Bid
security of that Bidder will be forfeited. The Bid security of other Bidders whom
City of Fayetteville believes to have a reasonable chance of receiving the award may
be retained by City of Fayetteville until the earlier of the seventh (7th) day after the
Effective Date of the Agreement or the sixty-first (61st) day after the Bid opening,
whereupon Bid security furnished by such Bidders will be returned. Bid security
with Bids which are not competitive will be returned within seven (7) days after the
Bid opening.
7. CONTRACT TIME
7.1 The number of days within which the Work is to be substantially completed and
also completed and ready for final payment (the Contract Time) are set forth in the
Agreement and these Contract Documents.
001 OO.doc
3
8. LIQUIDATED DAMAGES
8.1 Provisions for liquidated damages, if any, are set forth in the Agreement.
9. SUBSTITUTE OR "OR EQUAL" ITEMS
9.1 The Bid shall be based on the specified products or their approved equal described
on the Drawings or written in the Specifications. Any product may be used which is
specified by the referenced standards (such as ASTM) and which meets those
standards. For products which are specified by naming one or more manufacturers
preceded by "equal to" or followed by "or equal," a written request for substitution
shall be submitted for approval by the Engineer. Such written requests will be
considered up to ten (10) days prior to the scheduled Bid opening.
10. SUBCONTRACTORS, SUPPLIERS AND OTHERS
10.1 Subcontractors and suppliers shall be listed, if required, on the Bid Form.
11. BID FORM
11.1 The Bid Form is included with the Bidding Documents; additional copies may be
obtained from Engineer.
11.2 All blanks on the Bid Form must be completed in ink or by typewriter.
1
1
1
1
1
1
1
1
11.3 Unit prices and lump sum amounts shall be shown in both words and figures. In
case of discrepancy, the amount shown in words will govern and the unit price will
govem over the extended amount.
11.4 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
assistance secretary. The corporate address and state of incorporation must be
shown below the signature.
11,5 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.
11.6 Al] names must be typed or printed below the signature.
11.7 The Bid shall contain an acknowledgment of receipt of all Addenda (the numbers of
which must be filled in on the Bid Fonn).
001 oo.doo 4
1
1
1
1
1
1
1
1
1
1
11.8 The address, telephone number, and fax number if applicable for communications
regarding the Bid must be shown.
12. SUBMISSION OF BIDS
12.1 Bids shall be submitted at the time and place indicated in the Advertisement or
Invitation to Bid. Bids shall be bound in the original project manual and shall be
enclosed in an opaque sealed envelope, marked with the Project Title (and, if
applicable; the designated position of the Project for which the Bid is submitted) and
name, address, and contractor's license number 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.
13. MODIFICATION AND WITHDRAWAL OF BIDS
13.1 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 time prior to the opening of Bids.
13.2 If, within twenty-four (24) hours after Bids are opened, any Bidder files a duly -
signed, written notice with the City of Fayetteville and promptly thereafter
demonstrates to the reasonable satisfaction of City of Fayetteville that there was a
material and substantial mistake in the preparation of its Bids, that Bidder may
withdraw its Bid and the Bid security will be returned. Thereafter, that Bidder will
be disqualified from further bidding on the Work to be provided under the Contract
Documents.
14. OPENING OF BIDS
14.1 Bids will be opened and (unless obviously non -responsible) read aloud publicly An
abstract of the amounts of the base Bids and major alternates (if any) will be made
available to the Bidders after the opening of Bids. Bids will be returned without
being read aloud if all applicable portions of the Contract Documents are not met by
the Bidder.
15. BIDS TO REMAIN SUBJECT TO ACCEPTANCE
15.1 All Bids will remain subject to acceptance for sixty (60) days after the day of the
Bid opening, but City of Fayetteville may, in its sole discretion, release any Bid and
return the Bid security prior to that date.
00100.doc
5
16. AWARD OF CONTRACT
16.1 City of Fayetteville reserves the right to reject any and all Bids, to waive any and all
informalities and to negotiate Contract terms with the Successful Bidder, and the
right to disregard all nonconforming, nonresponsive, unbalanced or conditional
Bids. Also, City of Fayetteville reserves the right to reject the Bid of any Bidder if
City of Fayetteville believes that it would not be in the best interest of the Project to
make an award to that Bidder, whether 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 City of Fayetteville. Discrepancies in
the multiplication of units of Work and unit prices will 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.
16.2 In evaluating Bids, City of Fayetteville 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. City of Fayetteville may accept any such alternatives in any
order or combination, whether in the order in which they are listed in the Bid Form
or not.
16.3 City of Fayetteville 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. City of Fayetteville 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.
16.4 City of Fayetteville may conduct such investigations as City of Fayetteville deems
necessary to assist in the evaluation of any Bid and to establish the responsibility,
qualifications and financial ability of Bidders, proposed Subcontractors, Suppliers
and other persons and organizations to perform and furnish the Work in accordance
with the Contract Documents to City of Fayetteville's satisfaction within the
prescribed time.
16.5 If the Contract is to be awarded, it will be awarded to the lowest Bidder whose
evaluation by City of Fayetteville indicates to City of Fayetteville that the award will
be in the best interest of the Project.
16.6 If the Contract is to be awarded, City of Fayetteville will give the successful Bidder
a Notice of Award within sixty (60) days after the day of the Bid opening.
00100.doc 6