Loading...
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