Loading...
HomeMy WebLinkAbout98-79 RESOLUTION3 RESOLUTION NO. atg-`]9 A RESOLUTION AUTHORIZING THE AWARD OF CONSTRUCTION CONTRACTS FOR THE PAVING OF SLIGO, SYCAMORE, AND KENWOOD ADDITION STREETS, AND THE INSTALLATION OF SIDEWALKS ON GARLAND AVENUE AND ON SIXTH AND SEVENTH STREETS. BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF FAYETTEVILLE, ARKANSAS: C EC' L`1I fin4 That the Mayor and City Clerk are hereby authorized and directed to execute constracts with Jerry D. Sweetser, Inc. and McClinton -Anchor, Inc. for the paving of Sligo, Sycamore, and Kenwood Addition Streets and the installation of sidewalks on Garland Avenue and on Sixth and Seventh Streets. A copy of the contracts authorized for execution hereby are attached hereto, marked Exhibits "A" and "B", and made a part hereof. PASSED AND APPROVED this 1979. ATTEST `GIT LERK =c /(PT`' day of C5/C t JI_ APPROVED: 5ee t(11 WIS /DN -v MAYOR MICROFILMED DATE FEB 2 5 1980 REEL MICROFILMED r � Z DA T4 PN 3 AO O. T. WILLIAMS. JR. 1. CARL YATES Re: REEL MCGOODWIN, WILLIAMS AND YATES, INC. CONSULTING ENGINEERS FAYETTEVILLE. ARKANSAS November 29, 1979 Insurance Certificate McClinton -Anchor Contract Plans No. Fy-70 Mr. Donald L. Grimes City Manager City of Fayetteville Drawer F Fayetteville, Arkansas Dear Mr. Grimes: 'I1 J..‘12.-- 10EVCj 909 ROLLING HILLS DRIVE FAYETTEVILLE. ARK. 72701 TELEPHONE 4433404 The insurance listed on the Certificates of Insurance furnished by McClinton -Anchor for the Street and Drainage Improvements project will expire December 1, 1979. Enclosed is the city's copy of a new certificate listing policies to expire December 1, 1982. This certificate may be inserted in the insurance pocket just inside the front cover of the contract specifications. By copy of this letter we are forwarding two copies of this certificate to Mr. Mason, Community Development and Housing, for his contract copies. CRN:jr cc/enc: Mr. Richard E. Mason Cdially, Charles R. Nickle Tiflis is to «Lcrfift, to INSURANCE COMPANY OF NORTH AMERICA CERTIFICATE OF INSURANCE [City of Fayetteville & P.O. Drawer F Fayetteville, AR 72701 Goodwin, Williams Yates 909 Rolling Hills Dr. Fayetteville, AR 72701 J that the following described policy or policies, providing insurance only for hazards checked by "X" below, have been issued to: McClinton -Anchor Co, P.O. Box 1367 Fayetteville, AR 72701 covering in accordance with the terms thereof, at the following location(s): Name and Address of Insured— Contractual Footnote: Subject to all the policy terms applicable, specific contractual liability coverage is provided as respects 0 a contract / 0 purchase order agreements /. ❑ all contracts (check applicable .blocks) between the Insured and: - Name of Other Party' Dated (if applicable): Contract No (if any) Description for Job)- DHUD #7701 -ST - Street & Drainage Improvement It is the intention of the company that in the event of cancelation of the ' policy or policies by the company, ten (10) days' written notice of such cancelation will be given to you at the address stated above. LC -354d Ik,//1,,SURANC,E ,CO^MPPANY OF RTH AMERICA -:-"Lc ( `� W " .-- 1. ORIGINAL • A thorized Representative (OVER) TYPE OF POLICY HAZARDS POLICY HUMBER POLICY PERIOD LIMITS OF LIABILITY (a) Standard Compensation Employers Workmen's Liability & RSC -C14840953 12-1-79/80 & Renewals thereof to 12-1-82 Statutory W. C. $ 500,000 One Accident and Aggregate Disease © - (b) 2 > m Independent scribed General Premises "Incidental on reverse Elevators Completed Contractual, in - Liability Operations, Contracts" of this Contractors Operations/Products (Specific footnote (Including as defined form) type as de- below) - LAB 2 52 16 CAL 22 60 25 12-1-79/80 & Renewals thereof to 12-1-82 $ Each Person $ 1,000,000 Each 0 Accident El Occurrence $2,000,000 Aggregate—Completed Operations/Products x X x X Q $ 1,000,000 Each R $ 2,000,000 Aggregate—Prem./Oper. $ 2,000,000 Aggregate—Protective S2,000,000 Aggregate—Completed Operations/Products $ 2,000,000 . -Aggregate--Contractual Accident Occurrence 12-1-79/80 & Renewals thereof to 12-1-82 LAB 2 52 16 CAL 22 60 25 Premises Operations, (Including "Incidental Contracts" as defined 0 on reverse of this form) EElevators o` > Independent Contractors GI o Completed Operations/Productsx i Contractual, (Specific type as de- scribed in footnote below) ., X X X c� m (c) Automobile -Liability. Owned Automobiles Hired Automobiles . 2 52 16 CAL 22 60 25 12-1=79/80' & Renewals thereof to 12-1-82 $ Each -Person ---- ❑ Accident $ 1,000,000 Each ® Occurrence rilLAB — x x Non -owned Automobiles $ 1,000,000 Each Q Accident 1 Occurrence LAB 2 52 16 CAL 22 60 25 12-1-79/80 & Renewals thereof • to 12 182 Owned Automobiles `o of Hired Automobiles aBNon-owned Automobiles M x (d) Contractual Footnote: Subject to all the policy terms applicable, specific contractual liability coverage is provided as respects 0 a contract / 0 purchase order agreements /. ❑ all contracts (check applicable .blocks) between the Insured and: - Name of Other Party' Dated (if applicable): Contract No (if any) Description for Job)- DHUD #7701 -ST - Street & Drainage Improvement It is the intention of the company that in the event of cancelation of the ' policy or policies by the company, ten (10) days' written notice of such cancelation will be given to you at the address stated above. LC -354d Ik,//1,,SURANC,E ,CO^MPPANY OF RTH AMERICA -:-"Lc ( `� W " .-- 1. ORIGINAL • A thorized Representative (OVER) 133M1S 1 1 1 1 1 1 1 1 G 1 1 1 1 1 1 1 1 j CONTRACT - CITY ALL CONTRACT SECTIONS MICROFILMtD SPECIFICATIONS DATE OECJb19;3 REEL STREET AND DRAINAGE IMPROVEMENTS Community Development Block Grant Program City of Fayetteville, Arkansas DHUD Project No. 7701 -ST Plans Na Fy-70 Dated September 1979 McGoodwin, Williams and Yates, Inc. Consulting Engineers Fayetteville, Arkansas 33 of paMauab 01 patauaa X08 -ZZ -OI 6L-1-zl 6L -t -Z1 6L -1 -Zi ale0 uolleutdx3 1 Alltlgel-1 saaaut6u3/s,aauMO Al!llger' teuaua0 Alltlgell attgowolnV uotlesuadwo3 s,uawjuoM adAl (NOH3NV-N0INI13OW).111 DIV 11 SI101133S 13tl211NO3 08-hZ-0I 08-0£-0l 08-0£-01 08-47Z-01 ale0 uotleildx3 Allttget-I s,iaaul6u3/s,uauMO Alltigenl leiaua0 Antigen atigowo3nV uo!lesuadwo3 s,uaw)uoM adAl (1t3S133MS).Al.ONV I SNO1133S 13Vl1NO3 1 33NVU(ISN1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1, 1 1 PaPPV sAea lunowV.42? 1P03. palsnfpv IL lunowV,loealuo3 ul uolloas -oN aseaJoa0 JO aseauoul loealuo3 S W3 611.0..3.9:N.V.H 3 ADDENDUM NO. 1 STREET AND DRAINAGE IMPROVEMENTS COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM FAYETTEVILLE, ARKANSAS DHUD Project No. 7701 -ST - Plans No. Fy-70 The specifications on the Street and Drainage Improvements project are changed as follows. A. Contract Section I: The Garland Street sidewalk portion of this Contract Section is hereby declared to be a Deductive Alternate. If the Owner elects to accept the Deductive Alternate (thereby deleting the Garland Street sidewalk from the project), then the Bid items shall be adjusted as follows. (The Engineer will complete this calculation by inserting the bidders' quotationsfor each of the various items of work.) Item Amount of No. Description, Quantity and Price Bid Deduction 1. Omit Site Preparation, Garland Street Sidewalk $ 4. Deduct 775 Square Yards Nonreinforced Portland Cement Concrete Sidewalks @ $ per S.Y. $ 10. Deduct 1,200 Square Yards Topsoil, Seeding, Fertilizing and Mulching @ $ per S.Y. $ Total Amount to Be Deducted from Bid $ Total Bid price of $ , less value of Deductive Alternate of $ , equals adjusted Bid amount of $ B. Contract Section III: 1 On page 5-2b of the Contract Section III portion of the Bid, Item No. 8 as described is deleted and redescribed as follows. Item Estimated No. Quantity Description of Item 8. 325 Square Yards Nonreinforced Portland Cement Concrete for the construction of sidewalks and driveway turnouts and repair, complete in place Page 1 of 2 pages B. Contract Section 111 (Continued): 2. On page 17-23, the first sentence of Item No. 8 is deleted and replaced with the following. "Item No. 8 - Nonreinforced Portland Cement Concrete for the Construction of Sidewalks and Driveway Turnouts and Repair. Payment will be made for the furnishing and placement of nonreinforced Portland cement concrete for the construction of sidewalks and driveway turnouts and repair, a min- imum of 4 inches or 6 inches as required by the plans, in accordance with the price bid per square yard, complete in place." Bidders shall acknowledge receipt of this addendum on pages 5-1 (Contract Section 1) and 5 -lb (Contract Section III) of the Bid documents. October 3, 1979 McGoodwin, Williams and Yates, Inc. Consulting Engineers Fayetteville, Arkansas Page 2 of 2 pages SPECIFICATIONS STREET AND DRAINAGE IMPROVEMENTS Community Development Block Grant Program City of Fayetteville, Arkansas DHUD Project No. 7701 -ST Plans No. Fy-70 Dated September 1979 McGoodv in, Williams and Yates, Inc Consulting Engineers Fayetteville, Arkansas 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TABLE OF CONTENTS Page No. Advertisement for Bids 1-1 Information for Bidders -- 2-1 Supplement to Information for Bidders 2-5 Department of Housing and Urban Development Forms *Certification of Bidder Regarding Equal Employment Opportunity - 3-1 Certification of Proposed Subcontractor Regarding Equal Employment Opportunity 3-2 *Contractor's Certification Concerning Labor Standards and Prevailing Wage Requirements - 3-3 Subcontractor's Certification Concerning Labor Standards and Prevailing Wage Requirements 3-5 Certificate of Owner's Attorney 3-7 **Bid Bond 3-8 Minimum Wage Rates, Federal and State 4-1 Bids for Unit Price Contracts Contract Section I - Sidewalks 5-1 Contract Section II - Street Construction - Kenwood Addition 5 -la Contract Section III - Street Construction - Sligo Street 5 -lb Contract Section IV - Street Construction - Sycamore Street 5 -lc Contract 6-1 Performance Bond Payment Bond 7-1 7-3 General Conditions 8-1 Index to General Conditions 8-27 Supplemental General Conditions 8-28 Special Conditions 8-35 Federal Labor Standard Provisions 8-40 General Specifications Street and Drainage Improvements 16-1 Detailed Specifications 1. Scope of the Work 17-1 2. General Specifications 17-2 *Pages 3-1, 3-3 and 3-4 are to be filled in and submitted with bid. **Bid bond to be used if bond is submitted as bid security rather than cash or certified check. Extra copy provided. Table of Contents - 1 Page No. 3. Completion Time and Liquidated Damages 17-2 4. Safety and Health Regulations and Contract Requirements 17-2 5. Quality of the Plans 17-3 6. Elevation Data 17-3 7. Lands and Rights of Way 17-3 8. Continuing Responsibility of Contractor 17-3 9. Payment 17-3 10. Payment for Extra Work 17-3 11. Notice to Proceed 17-4 12. Provisions for Competitive Bidding 17-4 13. Utility Services 17-4 14. Source of Supply 17-4 15. Samples and Tests 17-4 16. Sequence of the Work 17-5 17. Materials of Construction A. General 17-6 B . Crushed Stone Base 17-6 C. Prime and Tack Coats 17-6 D . Asphaltic Concrete Hot -Mix Surface Course 17-6 E . Portland Cement Concrete 17-6 F. Reinforcing Steel 17-6 G . Fencing 17-6 H. Reinforced Concrete Pipe 17-6 I. Topsoil 17-6 J . Seed 17-7 K. Straw Mulch 17-7 L . Subgrade Material 17-7 M. Cast Iron Castings 17-7 N . Rock Riprap 17-7 O . Pipe Underdrain and Special Bedding 17-7 P . Solid Sod 17-7 Q. Storm Inlet Grating 17-7 R. Expansion Joint Material 17-8 S. Handrails 17-8 T. Paint for Handrails, Grating & Storm Sewer Manhole Covers 17-8 18. Street and Drainage Structure Construction A. General 17-9 B . Sequence of the Work 17-9 C. Site Preparation (1) Contract Section I - Sidewalks 17-9 (2) Contract Section II - Street Construction - Kenwood Addition 17-10 (3) Contract Section III - Street Construction - Sligo Street 17-11 (4) Contract Section IV - Street Construction - Sycamore Street 17-11 D . Clearing and Grubbing 17-11 E . Stripping 17-11 F. Excavation and Embankment 17-12 G . Soil Testing 17-12 Table of Contents - 2 Page No. H. Removal and Disposal of Structures 17-12 I. Removing Old Culverts 17-12 J . Fence Removed and Reconstructed 17-12 K. Shaping and Widening Roadway Section 17-13 L . Removal and Replacement of Signs, Mailboxes, Etc. 17-13 M. Undercuts 17-13 N. Crushed Stone Base Material 17-13 O . Prime and Tack Coats 17-13 P . Asphaltic Concrete Hot -Mix Surface Course 17-13 Q. Concrete Drive Repair 17-14 R. Concrete Curb and Gutter - 17-14 S. Portland Cement Concrete Pavement 17-15 T. Drainage Structures and Ditches 17-16 U . Topsoiling, Seeding and Straw Mulching 17-16 V. Rock Riprap 17-16 W. Pipe Culverts and Storm Drains 17-16 X. Manholes, Valve Boxes Adjusted to Grade 17-16 Y. Cleanup 17-17 Z. Miscellaneous Items 1. Detours and Access to Homes 17-17 2. Construction Staking 17-17 AA. Concrete Testing 17-17 BB. Overseeding and Fertilizing of Sod 17-17 CC. Watering 17-18 DD. Compaction of Subgrade Under Sidewalks 17-18 EE. Sidewalks 17-18 19. Methods of Measurement and Payment 17-19 20. Final Inspection and Establishment of Warranty Period 17-26 Table of Contents - 3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ADVERTISEMENT FOR BIDS Project No. 7701 -ST City of Fayetteville, Arkansas Separate sealed bids for Street and Drainage Improvements and Sidewalk Construction in four contract sections as follows: CONTRACT SECTION I - SIDEWALK CONSTRUCTION: Construction of approxi- mately 2,075 square yards of sidewalk along with 1,250 linear feet of concrete curb and gutter and other miscellaneous work at the following locations: 1. Sidewalk along the west side of Garland Street. 2. Sidewalk along the north side of East Sixth Street from Wood Avenue to a point approximately 140 feet west of South Washington. 3. Sidewalk and curb along the north side of East Seventh Street from Wood Avenue to South College. CONTRACT SECTION II - STREET CONSTRUCTION: The following streets in the Kenwood Addition to the city of Fayetteville: 1. Montgomery Street, including access road 2. Alta Street 3. Greenwood Street 4. Irene Street CONTRACT SECTION III - STREET CONSTRUCTION: Sligo Street from Ashwood Avenue to Vail Avenue. CONTRACT SECTION IV - STREET CONSTRUCTION: Sycamore Street from Gregg to Woolsey. will be received by Community Development, City of Fayetteville, Arkansas, at the office of the City Clerk, City of Fayetteville, Drawer F, Fayetteville, Arkansas 72701 until 10:00 a.m., October 9, 1979, and then at said office publicly opened and read aloud. The Information for Bidders, Form of Bid, Form of Contract, Plans, Specifi- cations, and Forms of Bid Bond, Performance and Payment Bond, and other contract documents may be examined at the Community Development office, 17 East Center, Fayetteville, and at McGoodwin, Williams and Yates, Inc., Consulting Engineers, 909 Rolling Hills Drive, Fayetteville, Arkansas 72701. Copies may be obtained at the office of McGoodwin, Williams and Yates, Inc., located at the above address upon payment of $25.00 for each set. Any unsuccessful bidder, upon returning such set promptly and in good condition, will be refunded his payment, and any nonbidder upon so returning such a set will be refunded • 1-1 The owner reserves the right to waive any informalities or to reject any or all bids. Each bidder must deposit with his bid, security in the amount, form and subject to the conditions provided in the Information for Bidders. Attention of bidders is particularly called to the requirements as to conditions of employment to be observed and minimum wage rates to be paid under the contract. No bidder may withdraw his bid within 60 days after the actual date of the opening thereof. (Date) Angela R. Medlock, City Clerk 1-2 U. 5, DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT INFORMATION FOR BIDDERS 1. Receipt and Opening of Bids The City of Fayetteville, Arkansas HUD L238 -B('; (herein called the "Owner"), invites bids on the form attached hereto, all blanks of which must be appropriately filled in. Bids will be received by the Owner at the until 10:00 office of the City Clerk o'clock A.M.,C.D.S.T. October 9 ,1979 , The bids will be publicly opened and read aloud at 10:00 a.m. on this date at the City Hall, Fayetteville, Arkansas. The envelope containing the bid must be sealed, addressed to the Community Development Program, City of Fayetteville, Arkansas and designated as a bid for construction of Street and Drainage Improvements. The Owner may consider informal any bid not prepared and submitted in accord- ance with the provisions hereof and may waive any informalities or reject any and all bids. Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized postpbr.ement thereof. Any bid received after the time and date specified shall not be considered. No bidder may withdraw a bid within 60 days after the tctual date of the opening thereof. 2. Preparation of Bid Each bid must be submitted on the prescribed form and accompanied by Certification by Bidder Regarding Equal Employment Opportunity, Form HUD -11238 -CD -1, and Certification by Bidder (Contractor), concerning Labor Standards and Prevailing Wage Requirements, Form HUD -1121. All blank spaces for bid prices must be filled in, in ink or typewritten, in both words and figures, and the foregoing Certifications must be fully completed and executed when submitted. These forms are not to be detached from the remainder of the bound set of specifications. Each bid must be submitted in a sealed envelope bearing on the outside the name of the bidder, his address, and the name of the project for which the bid is submitted. If forwarded by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed as specified in the bid form. 3.Sutcontracts The bidder is specifically advised that any person, firm, or other party to whom it is proposed to award a subcontract under this contract -- a. Must be acceptable to the Owner after verification by the HUD Area Office of the current eligibility status, and, b. Must submit Form HUD -h238 -CD -2, Certification by Proposed Subcontractor Regarding Equal Employment Opportunity and Certification by Proposed Sub - Contractor Concerning Labor Standards and PrevailinglWage Requirements, Form HUD -1h22. Approval of the proposed subcontract award cannot be given by the Owner unless and until the proposed subcontractor has submitted the Certifications and/or oth9r evidence showing that it has fully complied wit any reporting requirements to which it is or was subject. 2-1 Previous Editions Obsolete 2 Although the bidder is not required to attach such Certifications by proposed subcontractors to his bid, the bidder is here advised of this requirement so that appropriate action can be taken to prevent subsequent delay in subcontract awards. 4. Telegraphic Modification Any bidder may modify his bid by telegraphic communication, at any time prior to the scheduled closing time for receipt of bids. provided such telegraphic commu- nication is received by the Owner prior to the closing time. and, provided further, the Owner is satisfied that a written confirmation of the -telegraphic modification over the signature of the bidder was mailed prior to the closing time. The telegraphic communication should not reveal the bid price but should provide the addition or subtraction or other modification so that the final prices or terms will not be known by the Owner until the sealed bid is opened. If written confirmation Is not received within two days from the closing time, no consideration will be given to the telegraphic modification. 5. Method of Bidding The Owner invites the following bid(s): Street and Drainage Improvements 6. Qualifications of Bidder The Owner may make such investigations as he deems necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request. The Owner reserves the right to reject any bid if the evidence submitted by, or investigation of, such bidder fails to satisfy the Owner that such bidder is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. Con- ditional bids will not be accepted. 7. Bid Security Each bid must be accompanied by cash, certified check of the bidder, or a bid bond prepared on the form of bid bond attached hereto, duly executed by the bidder as principal and having as surety thereon a surety company approved by the Owner, in the amount of 5% of the bid. Such cash, checks or bid bonds w111 be returned to all ex- cept the three lowest bidders within three days after the opening of bids, and the remaining cash, checks, or bid bonds will be returned promptly after the Owner and the accepted bidder have executed the contract, or, if no award has been made within 60 days after the date of the opening of bids, upon demand of the bidder at any time thereafter, so long as he has not been notified of the acceptance of his bid. 8. Liquidated Damages for Failure to Enter into Contract The successful bidder, upon his failure or refusal to execute and deliver the con- tract and bonds required within 10 days after he has received notice of the accept- ance of his bid, shall forfeit to the Owner. as liquidated damages for such failure or refusal, the security deposited with his bid. 2-2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 r 9. Time of Completion and Liquidated Damages Bidder must agree to commence work an or before a date to be specified in a 'written "Notice to Proceed" of the Owner and to fully complete the project within 180 consecutive calendar days thereafter. Bidder must agree also to pay as liquidated damages. the sum of $ 100.00 for each consecutive calendar day thereafter as hereinafter provided in the General Conditions. 10. Conditions of Work Each bidder must Inform himself fully of the conditions relating to the con- struction of the project and the employment of labor thereon. Failure to do so will not relieve a successful bidder of his obligation to furnish all material and labor necessary to carry out the provisions of his contract. Insofar as possible the contractor. in carrying out his work, must employ such methods or means as will not cause any interruption of or interference with the Vora of any other contractor. 11. Addenda and Interpretations No interpretation of the meaning of the plans, specifications or other pre-bid documents will be made to any bidder orally. Every request for such interpretation should be in writing addressed to 909 Rolling Hills Drive at Fayetteville, Ark. 72701 McGoodwin, Williams and Yates, Inc. and to be given consideration must be received at least five days prior to the date fixed for the opening of bids. Any and all such interpretations and any supplemental instructions will be in the fore of written addenda to the speci- fications which, if issued, will be mailed by certified mail With return re- ceipt requested to all prospective bidders Qat the respective addresses fur- nished for such purposes), not later than three days prior to the date fixed for the opening of bids. Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the contract documents 12. Security for Faithful Performance Simultaneously with his delivery of the executed contract, the Contractor shall furnish a surety bond or bonds as security for faithful performance of this contract and for the payment of all persons performing labor on the protect under this contract and furnishing materials in connection with this contract, as specified in the General Conditions included herein. The surety on such bond or bonds shall be a duly authorized surety company satisfactory to the Owner. 13. Power of Attorney Attorneys -in -fact who sign bid bonds or contract bonds must file with each bond a certified and effectively dateL copy of their power of attorney. 2-3 2-4 4 14. Notice of Special Conditions Attention is particularly called to those parts of the contract documents and specifications which deal with the following: (a) Inspection and testing of materials. (b) Insurance requirements. (c) Wage rates. (d) Stated allowances. 15. Laws and Regulations The bidder's attention is directed to the fact that all applicable State laws, municipal ordinances, and the rules anti regulations of all authorities having jurisdiction over construction of the project shall apply to the contract throughout, and they will be deemed to be included in the contract the same as though herein written out in full. 16. Method of Award - Lowest Qualified Bidder If at the time this contract is to be awarded, the lowest base bid submitted by a responsible bidder does not exceed the amount of funds then estimated by the Owner as available to finance the contract, the contract will be awarded on the base bid only. If such bid exceeds such amount, the Owner may reject all bids or may award the contract on the base bid combined with such deducti- ble alternates applied in numerical order in which they are listed in the Form of Bid, as produces a net amount which is within the available funds. 17. Obligation of Bidder At the time of the opening of bids each bidder will be presumed to have in- spected the site and to have read and to be thoroughly familiar with the plans and contract documents (including all addenda). The failure or omission of any bidder to examine any form, instrument or document shall in no way relieve any bidder from any obligation in respect of his bid. Supplement to Form HID -11238-3(r) INFURIIATIOn FOR BIDDER 18. SAFETY: STANDARD AND ACCIDENT P3=-iNTInii With respect t0 all work _ rc'orm9d radar ti contract, t e contractor shall: 1. Comply with the safety standards provisions of applicable laws, building and construction -codes and the "Manual of Accident Prevention in Construction" published by the Associated General Contractors of America, the requirements of the Occupational Safety and Health Act of 1970 (Public Law 91-596), and th= recuirements of Title 29 of the Code of Federal Regulations, Section 1518 as published in the "Federal Register", Volume 36, No. 75, Sa`urday, April 17, 1971. 2. Exercise every precaution at all times for the prevention of accidents and the protection of persons (including employees) and property. 3. Maintain at his office or other well known place at the job site, all articles necessary for giving first aid to the injured, and shall make standing arrangements for the iirnediate removal to a hospital or a doctor's care of persons (including employees), who may be injured on the job site. In no case shall employees be permitted to work at a job site before the employer has made a standing arrangement for removal of injured persons to a hospital or a doctor's care. 2-5