Loading...
HomeMy WebLinkAbout72-83 RESOLUTIONRESOLUT7om-u5. 7014.3- A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT WITH BRAUN EXCAVATING COMPANY FOR THE REHABILITATION OF PORTIONS OF THE CITY'S SEWER SYSTEM AT A TOTAL CONTRACT PRICE OF�198,428.60. BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF FAYETTEVILLE, ARKANSAS: That the Mayor and City Clerk are hereby authorized and directed to execute a contract with Braun Excavating Company for the rehabilitation of portions of the City's sewer system at a total contract .price of $198,428.60. A copy of the contract authorized for execution hereby is attached hereto, marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this 7 " day of bF, `tYf'f� 44 A A. r t4711 r•-• { 4 Actin g`....;;C ty,. Clerk ter.. APPROVED: Mayor , 1983. Change Order No. 4 SANITARY SEWER SYSTEM REHABILITATION AND RECONSTRUCTION Minisystems 2, 4, 7, 8, 11 and 16 City of Fayetteville, Arkansas Plans No. Fy-116 Dated April, 1983 /�J L -V' � The contract/dated June 29, 1983, between the City of Fayetteville, Arkansas, and Braun Excavating Company of Seymour, Missouri, is hereby changed as follows: 1. Line Segments 2-7 and 2-8 shall be sliplined in accordance with the specifications below, instead of being replaced as originally shown on the plans. Payment for sliplining will be made at the unit price set forth under new item No. 29 of this change order. The sewer liner pipe shall be polyethylene and shall be Type III C5P34 in conformance to ASTM D-1248, and shall have recommended designation values of 3-3-5-4-3-3-C as referenced in ASTM D-3350. The liner outside diameter shall be 6.625 inches and shall have a minimum wall thickness of 0.204 inch. The pipe shall be installed in accordance with the National Association of Sewer Service Companies Recommended Specifications for Sewer Collection System Rehabilitation, Section XI - Slip -Lining of Sewers. At the junction of the manhole and liner, the annular space between the polyethylene liner and existing sewer line shall be filled with a quick settling, non -shrink grout mixture. This fill shall extend 12 inches into the annular space. The Contractor shall be responsible for locating and reconnecting all service lines on the segments to be sliplined. During insertion,if the liner is refused and a complete liner from existing manhole to existing manhole cannot be obtained, there will be no payment made under this item. Otherwise, payment will be made per linear foot of liner installed, and shall include all bypass pumping, removal of line obstructions, insertion pit excavation, pipe joining, insertion of the liner and sealing the polyethylene pipe in the manhole. 2. The contract shall be extended sixty (60) calendar days, changing the date of completion of construction to December 31, 1983. 3. Change estimated quantities for Bid Items No. 3, 22 and 29 as follows: Bid Item No. 3. DEDUCT 22. DEDUCT 29. ADD 612 L.F. 8" ABS Composite Pipe Sewer @ $13.81/L.F. $( 8,451.72) 205 S.Y. Topsoiling, Fertilizing, Seeding and Mulching @ $1.80/S.Y. ( 369.00) 612 L.F. 6" Sliplining @ $16.00/L.F. 9,792.00 Net Addition, This Change Order $ 971.28 Total Contract Price, Including Change Orders No. 1, 2, 3 and 4 $204,016.99 All other provisions of the contract remain in force. Approved this day of , 19 ENGINEER: McGoodwin, Williams and Yates, Inc. rc�c� i L./iic aids, Project Manager CONTRACTOR: Braun Excavating Company, Inc. ' 'e Braun, President APPROVED: City of Fayetteville, Arkansas Donald R. Bunn, C ti y ngin • MICROFILMED Change Order No. 5 (Reconciliation Change Order) SANITARY SEWER SYSTEM REHABILITATION AND RECONSTRUCTION Minisystems 2, 4, 7, 8, ll and 16 City of Fayetteville, Arkansas Plans No. Fy-116 Dated April, 1983 This change order reconciles the difference between the quantities set out in the contract and the work done during construction. The following items are hereby changed. Contract Amount as shown on Change Order No. 4 $204,016.99 Deduct $350.00 for error of unit times price extension on Bid Item No. 19 on Change Order No. 3 -350.00 Total Contract Price, Change Orders 1 through 4 $203,666.99 Bid Item Quantity* Description Deduct Add 1. 2,800 DEDUCT 230 L.F. 6" VCP Sewer @ $10.52 $ 2,419.60 $ 2. 237 ADD 411 L.F. 6" DIP Sewer @ $21.58 8,869.38 588 DEDUCT 588 L.F. 8" ABS Truss Pipe Sewer @ $13.81 8,120.28 4. 700 DEDUCT 76 L.F. 8" DIP Sewer @ $22.00 1,672.00 5. 200 DEDUCT 62 L.F. 10" ABS Truss Pipe Sewer @ $16.20 1,004.40 6. 700 ADD 235 L.F. Extra Depth Trench (6-8') @ $0.80 .188.00 7. 200 ADD 25 L.F. Extra Depth Trench (8-10') @ $2.00 50.00 8. 175 DEDUCT 25 L.F. Extra Depth Trench (10-12') @ $6.50 162.50 *Quantities as set out in Proposal and Change Orders No. 1 through 4. r. Bid Item Quantity*' Description Deduct Add 9. 275 DEDUCT 275 L.F. Extra Depth Trench (over 12') @ $10.80 $ 2,970.00 11. 9 DEDUCT 2 Each Main Line Tap Repairs @ $394.00 788.00 12. 22 DEDUCT 3 Each MH Adjustment/Grouting @ $232.00 696.00 13. 46 DEDUCT 2 Each MH Patching/Filling Cracks @ $600.00 1,200.00 14. DEDUCT 1 Each MH/Sewer Line Repair @ $390.00 390.00 15. 55 DEDUCT 1 Each Raising Manholes @ $238.00 238.00 16. 1 DEDUCT 1 Each Raise MH and Plug Lid'@ $280.00 280.00 17. 1 DEDUCT 1 Each Manhole Replacement @ $2,080.00 2,080.00 18. 1,515 DEDUCT 263.07 Tons SB -2 @ $9.00 2,367.63 19. 672 DEDUCT 313.70 S.Y. Hot -Mix Asphalt @ $27.00 8,469.90 20. 75 DEDUCT 13 S.Y. Nonreinforced Concrete Drive @ $15.00 195.00 21. 30 DEDUCT 13.5•C.Y. Concrete Pipe Encasement @ $100.00 1,350.00 22. 1,880 DEDUCT 93.62 S.Y. Topsoiling, Fertili- zing, Seeding @ $1.80 168.52 23. 2 ADD 2 Each Abandonment of Tap ,Repair @ $260.00 520.00 24. 72 DEDUCT 8 Each Sewer Service Connections @ $248.00 1,984.00 25. 2 ADD 1 Each Manhole @ $700.00 700.00 26. 90 DEDUCT 37 S.Y. Native Stone Riprap @ $13.50 499.50 *Quantities as set out in Proposal and Change Orders No. 1 through 4. Bid Item Quantity* Description Deduct Add 27. 500 DEDUCT 83.22 S.Y. Reinforced Concrete Repair @ $21.25 $ 1,768.43 $ 29. .612 ADD 14 L.F. Sliplining @ $16.00 224.00 Total Decrease $38,823.76 Total Increase Contract Price (Change Orders No. 1. through 4) Net Deduction, This Change Order $10,551.38 $203,666.99 28,272.38 Adjusted Total Contract Price, Including Change Orders No. 1, 2, 3, 4 and 5 $175,394.61 *Quantities as set out in Proposal and Change Orders No. 1 through 4. All other provisions of the contract remain in force. Approved this day of , 1984. ENGINEER: McGoodwin, Williams and Yates, Inc. e L %Richards, Proj42 ect Manager CONTRACTOR: Braun Excavating Company, Inc. (kart/ rid Braun, President APPROVED. City of Fayetteville, Arkansas Donald R. Bunn, City Engineer �•t SPECIFICATIONS CONTRACT - FAY ETTEVILLE SANITARY SEWER SYSTEM REHABILITATION 1 �'-_ AND.- RECONSTRUCTION If 1 1 1� MINI -SYSTEMS 2, 4, 7, 8, 11, AND =16 __ •• OR -„THE _ - +- -FAYET TEVI LLE an - R. .ITY5OF. T . s ARKANSAS PLANS NO. FY -116 APRIL, 1983 - 1 1 • - •McGOODWIN,. WILLIAMS, AND YATES, INC. CONSULTING ENGINEERS_ . FAYETTEVILLE;` ARKANSAS - ---s- _ _ .:_ • 1 INSURANCE TYPE EXPIRES RENEWED TO GENERAL LIABILITY 7/1/84 AUTO LIABILITY 7/1/84 EXCESS LIABILITY 7/1/84 WORKERS' COMPENSATION 7/1/84 INSTALLATION FLOATER 7/1/84 OWNERS AND CONTRACTORS 4bO'AD PROTECTIVE CHANGEtORDERS 4... NO; AMOUNT (+ OR -) ADJUSTED CONTRACT AMOUNT 1 1 1 1 1 1 .1� ADJUSTED COMPLETION DATE SPECIFICATIONS SANITARY SEWER SYSTEM REHABILITATION AND RECONSTRUCTION MINI -SYSTEMS 2,4, 7, 8, 11, AND 16 FOR THE CITY OF FAYETTEVILLE ARKANSAS PLANS NO. FY -116 APRIL, 1983 McGOODWIN,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 Advertisement for Bids Instructions to Bidders Wage Rates Proposal Contract TABLE OF CONTENTS Performance Bond Payment Bond Section 009 Section 010-A B C D E F G H I J K L M N Section 011. Section 040 Section 050 Section 090 Section 095 Section 099 Section 100 General Conditions Scope of the Work Completion Date and Liquidated Damages Sequence of the Work Special Provisions of the Contract Safety and Health Regulations Quality of the Plans Elevation Data Lands and Rights of Way Protecting and Replacing Utility Services Traffic Control Open Specifications Notice to Proceed Payment for Extra Work Continuing Responsibility of Contractor General Clearing Rights of Way, Cutting and Repairing Fences Storage and Handling of Materials Bypass Pumping Surface Removal Replacement of Line Segments Vitrified Clay Sewer Pipe and Vitrified Clay Sewer Pipe Fittings A General B Materials C Vitrified Clay Pipe Sewer Line Construction Page No. 1-1 2-1 4-1 5-1 6-1 7-1 7-3 009-1 010-1 010-1 010-1 010-2 010-2 010-3 010-4 010-4 010-4 010-4 010-4 010-7 010-7 010-7 011-1 040-1 050-1 090-1 095-1 099-1 100-1 100-1 100-2 1 I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Page No. Section 110 Ductile Iron Sewer Pipe and Ductile Iron Sewer Pipe Fittings A General 110-1 B Materials 110-1 C Ductile Iron Pipe Sewer Line Construction 110-2 Section 140 Acrylonitrile -Butadiene -Styrene (ABS) Section 145 Composite Sewer Pipe A General 140-1 B Materials 140-1 C ABS Composite Pipe Sewer Line Construction 140-2 Manhole Rehabilitation A General 145-1 B Classification of Manhole Rehabilitation 145-1 C Materials 145-1 D Construction 145-3 Section 146 Placing Pipe Protection Cover and Backfill A General 146-1 B Materials 146-1 C Construction 146-1 Section 150 Cast -In -Place Manholes A General 150-1 B Materials 150-1 C Manhole Construction 150-1 Section 160 Classification of Excavated Materials 160-1 Section 180 Mandrel Test 180-1 Section 190 Low Pressure Air Testing for Sewer Lines 190-1 Section 300 Street Overlay, Driving Surface, Sidewalk, and Curb and Gutter A General 300-1 B Materials 300-1 C Materials and Construction 300-1 D Construction 300-2 Section 500 Point Repairs A General 500-1 B Classification of Point Repairs 500-1 ii 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Page No. C Materials 500-1 D Construction 500-1 Section 800 Concrete 800-1 Section 810 Reinforcing Steel 810-1 Section 900 Pipeline Cleanup 900-1 Section 995 Final Inspection 995-1 Section 1000 Methods of Measurement and Payment 1000-1 iii 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ADVERTISEMENT FOR BIDS Notice is hereby given that, pursuant to an order of the City Board of Directors of the City of Fayetteville, Arkansas, sealed bids will be received at the office of McGoodwin, Williams and Yates, Consulting Engineers, until 10:00 a.m. on the 26th day of May, 1983, for the furnishing of all tools, materials and labor, and performing the necessary work in performing Sanitary Sewer System Rehabilitation and Reconstruction,. consisting of: The plugging of sewer overflow lines, the construction of approximately 8 main line .tap repairs, rehabilitation of approximately 215 manholes, and the construction and/or repair of asphaltic pavement, concrete curb and gutter, and concrete sidewalk. Also included is the replacement of approximately 5,125 linear feet of 6 inch, 8 inch and 10 inch sewer lines. All necessary work, materials and every item of construction shall be in accordance with the plans and specifications as approved by the City Board. Said plans and specifications are on file in the office of the consulting engineer, McGoodwin, Williams and Yates, Inc., Consulting Engineers, 909 Rolling Hills Drive, Fayetteville, Arkansas 72701. Copies of these documents may be obtained from the office of said engineers upon the payment of $50.00. Payments for plans and specifications are not refundable. Contractors shall make such inspection and studies of the site of the work as to familiarize themselveswith all conditions to be encountered. Each bid must be accompanied by a certified or cashier's check-, or surety bond, in the amount equal to five percent of the whole bid, said bond to be issued by a surety company licensed to do business in the state of Arkansas. In the event successful .bidder fails, neglects or refuses to enter into contract for the construction of said work, and furnish the necessary bonds within ten days from and after the date the award is made, said bid bond or check shall be retained as liquidated damages. Bids must be made upon the official proposal sheets contained in the specifications, and such proposal sheets shall not be removed from the remainder of the contract documents. All bids shall be sealed and the envelopes addressed to McGoodwin, Williams and Yates, Inc., 909 Rolling Hills Drive, Fayetteville, Arkansas 72701. All bids shall be plainly marked on the outside of the envelope specifying that it is a proposal or bid for Sanitary Sewer System Rehabilitation and Reconstruction, and the time for opening of bids. Bids will be opened and read aloud at the office of McGoodwin, Williams and Yates, Inc., and considered at a scheduled meeting of the City Board. All bidders must be licensed under the terms of Act 150 of the 1965 Acts of the Arkansas Legislature. 1-1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 The City Board reserves the right to reject all bids and informalities in the proposal. .The Board further reserves award the contract to the lowest responsive, responsible Board further reserves the right to withhold the awarding of for a period not to exceed sixty days after receipt of bids. Dated this 6th day of May, 1983. to waive any the right to bidder. The the contract /s/ Sturman Mackey Sturman Mackey, Purchasing Agent 1-2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ,INSTRUCTIONS TO BIDDERS 1. EXAMINATION OF SITE AND DOCUMENTS. Bidders are advised that the plans, profiles, specifications and estimates of the Engineer on file in the office of the official as set out 'in the Notice to Contractors shall constitute all of the information which the Owner shall furnish. No other information given, or soundings made by the Owner or any official thereof, prior to the execution of said contract, shall ever become a part of, or change the contract, plans, profiles,specifications and estimates, or be binding on the Owner. Prior to submitting any bid, bidders are required to read carefully the specifications, contract and bonds, to examine carefully all plans, profiles, and estimates, to visit the site of the work to examine carefully local conditions, to inform themselves by their independent research and sounding of the difficulties to be encountered, and to judge for themselves of the accessibility of the work and the quantities and character of the materials to be encountered, and all attending circumstances affecting the cost of doing the work and the time specified for its completion; and to obtain all information required to make an intelligent bid. Bidders shall rely exclusively upon their surveys, estimates, investigations, soundings and other things which are necessary for full and complete information upon which the bid may be made and for which a contract is to be awarded. The Proposal, providing for unit and lump sum prices bid by the Contractor, contains a statement that all bids are made with the full knowledge of the difficulties and conditions that may be encountered, the kinds, quality and quantity of the plans, work to be done, excavation, and materials required and withfull knowledge of the plans, profiles, specifications and estimates and all provisions of the contract and bonds. The submission of a bid shall constitute the acceptance of these provisions. 2. APPROXIMATE ESTIMATE OF QUANTITIES. The Engineer's estimate of quantities, approved by the Owner and on file in the office of the official as set out in the Notice to Contractors, is approximate only, and shall be the basis for receiving unit price bids for each item, but shall not be considered by the bidders as the actual quantities that may be required for the completion of the proposed work. Such quantities, however, at the unit and lump sum .prices bid for each item, shall determine the amount of each bid for comparison of bids and aid in determining the lowest and best bidder for the purpose of awarding the contract, and will be used as a basis for fixing the amount of the required bonds. 3. BIDS AND BIDDING FORMS. A copy of the plans, profiles, specifications, Engineer's estimate and bidding forms may be obtained as provided in the Advertisement for Bids. All papers bound with or attached to the Proposal forms are necessary parts thereof and must not be detached. Bids must be made out in ink on bidding specifications. Bids shall be sealed and in the advertisement, and the title of • forms included as part of these addressed to the Owner, as given the project, the name of the Instructions to Bidders 2-1 • contractor submitting the bid and the time and date for receipt of bids written on the envelope. No bidder shall divulge the information in the sealed bid to any person whomsoever, except those having a partnership or other financial interest with him in the bid, until after the sealed bids have been opened. Bids which are incomplete, unbalanced, conditional, or obscure, or which contain additions not called for, erasures, alterations or irregularities of any kind, or which do not comply with the Instructions to Bidders may be rejected as informal at the option of the Owner. However, the Owner reserves the right to waive technicalities as to changes, alterations or revisions and to make the award in the best interest of the Owner. 4. UNIT PRICES AND FILLING IN BIDDING FORMS. Bidders must state a unit price for each item or work named in the Engineer's estimate of quantities or work to be done. Unit prices shall include amounts sufficient for the furnishing of all labor, materials, tools, equipment and apparatus of every description, to construct, erect, and finish completely all of the work as called for in the specifications or shown in the plans. Unit prices bid and totals shown in the proposal shall not include any of the costs of engineering, advertising, appraising, or printing. The price bid for each item must be stated in figures and in words in the appropriate blank spaces provided on the bidding forms. The figures must be clear and distinctly legible so that no question can arise as to their intent and meaning. In case of a difference in the written words and figures in a Proposal, the amount stated in the written words shall govern. 5. PRICES BID TO BEAR RELATIONSHIP TO COST OF WORK. Prices bid on the various items in the Proposal shall bear a fair relationship to the cost of the work to be done. Bids which appear unbalanced and deemed not to be in the best interest of the Owner may be rejected at the discretion of the Owner 6. SIGNATURE ON BIDS. If the bid is made by an individual, his firm name must be given, and the Proposal signed by him or his duly authorized agent. If the bid is made by a partnership, the firm name and the names of each member must be given, and the bid signed by a member of the partnership, or a person duly authorized. If the bid is made by a company or corporation, the company or corporate name must be given, and the bid signed by an officer or agent duly authorized. Powers of attorney, properly certified, for agents and others to sign bids must be in writing and filed with the Owner. 7. BIDS OF SUBCONTRACTORS. The general contractor will be required to furnish the names of subcontractors and the amounts of their subcontracts as required by Act 183, Arkansas Acts of 1957. The subcontracts may be for mechanical, electrical, roofing, and sheet metal work. Subcontract amounts must be submitted on a separate list in a sealed envelope and must accompany the bid Proposal. The subcontractor's name and license number shall appear Instructions to Bidders 2-2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 on the outside of .the sealed envelope._x:‘Subcontractors must be licensed according to the laws of the -State of. Arkansas. -t. 8. WITHDRAWAL OF BIDS.- Permission will not be granted to withdraw or modify any bid after it has been filed. Requests for non -consideration of bids must be made in writing, addressed to the governing body of the Owner; and filed with the representative of the Owner designated to receive bids before .the expiration of the time limit for opening of bids. After other bids are opened and read, the bid for which withdrawal is requested will be returned unopened. 9. COMPLIANCE WITH STATE LICENSING LAW. Contractors must be licensed in accordance- with the requirements of Act 150, Arkansas Acts of 1965, the "Arkansas State Licensing Law for Contractors." Bidders who submit proposals in excess of $20,000 must submit evidence of their having a contractor's licence before their bids will be considered, andshall note their license number on the outside of their Proposal. 10. QUALIFICATIONS AND RESPONSIBILITY . OF BIDDERS. Each bidder, if requested to do so by either .the Owner or the Engineer, shall furnish satisfactory evidence of his competency to perform the work contemplated. The Owner reserves the right to reject a bid if the bidder has not submitted, upon request, a statement of his qualifications prior to the date of the opening of bids. • 11. DISQUALIFICATION OF BIDDERS. Any one or more of the following causes may be considered as sufficient for the disqualification of bidders and the rejection of bids: - More than one Proposal for the same work from an individual, firm, partnership, or corporation under the same or different names. Evidence of collusion among bidders. Participants in such collusion may receive no recognition as bidders for any future work. 1 Unbalanced proposals in which the prices for some items are out of proportion to the prices for other items, or changes written in, or amendments by letter. Failure to submit a unit price for each item of work for which a bid price is required by the Proposal, or failure to include all required contract documents. Lack of competency as revealed by the financial statement, experience, plant and equipment statements submitted Lack of responsibility as shown by past work judged from the standpoint of workmanship and progress. A bid by an unlicensed contractor bidding under a licensed contractor's name. Uncomplete work which, in the judgment of the Owner, might hinder or prevent the prompt completion of additional work if awarded. Instructions to Bidders 2-3 Being in arrears on existing contracts, in litigation with the Owner, or having defaulted on a previous contract. 12. CONSIDERATION OF PROPOSALS. After the Proposals are opened and read, the quantities will be extended and totaled in accordance with the bid prices of the accepted Proposals, and the results of the prices will be made public. Until the final award of the contract, the Owner reserves the right to reject any or all Proposals, to waive technicalities, and to advertise for new Proposals, or proceed to do the work otherwise when the best interests of the Owner will be promoted thereby. 13. RIGHT TO REJECT BIDS. The owner reserves the right to reject any and all bids. All bids are subject to this reservation, and the Owner reserves to itself the right to decide which shall be deemed the lowest responsive and responsible bid. Due consideration will be given to the reputation, financial ability, experience and equipment of the bidder. 14. AWARDING OF CONTRACT. The Owner reserves the right to withhold the awarding of a contract a reasonable period of time from the date of opening of bids, said length of time not to exceed sixty (60) days except with the consent of the bidder. The awarding of a contract upon a successful bid shall give the bidder no right to action or claim against the Owner upon the contract until the contract is reduced to writing and signed by the contracting parties. The letting of a contract shall not be complete until the contract is executed and the necessary bonds approved. 15. BIDDING CHECKS OR BONDS. Each bid must be accompanied by a certified check, or a surety bond issued by a company licensed to do business in the state of the Owner, in the sum of five percent (5%) of the amount of the bid, made payable to the Owner as a guarantee that a contract will be entered into and the required bonds furnished within the required time, in the event a contract is awarded. 16. SEPARATE ENVELOPE FOR BID BOND OR CERTIFIED CHECK. If provided for in the Advertisement for Bids, the bidder shall submit a bid bond or certified check enclosed in a separate sealed envelope firmly attached to the outside of the sealed bid envelope. At official bid opening, the envelope containing the bid bond or certified check shall be opened first, and if the documents are not found in order, the bid shall be returned unopened. 17. FORFEITURE OF BIDDING BOND. The person or persons, partnership, company, firm or corporation to which the contract is awarded shall within ten (10) days after such contract is awarded, execute and deliver the contract and bonds as required; such bonds to be executed and approved (but not dated) prior to the execution of the contract by the Owner. Any applications for extension of time shall be made by the Contractor in writing and signed by proper officials. The inclusion of this provision, whereby extension of time in signing the contract and submission of bonds may be granted, in no way obligates the Owner to act upon any application unless it sees fit to do so. Upon failure of the bidder to execute the contract and bonds within the specified time after the award of the contract, he will be considered to Instructions to Bidders 2-4 ■ 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1. 1 1 1 1 1 1 1 1 1 1 1 1 1 • have abandoned said bid, and the Owner may_ relet same. By reason of the uncertainty of the marketprices of materials#and of damages and expenses which the Owner might sustain by reason of said bidder's failure to execute said bond and contract within the specified time, the bid bond or certified check accompanying the bid shall be the agreed amount of damages which the Owner will suffer by reason of such failure upon the part of the bidder, and shall thereupon immediately be forfeited to the Owner. The filing of a bid under these instructions shall be considered as acceptance of this provision. 18. RETURN OF BIDDER'S CHECK OR BOND. Checks and bonds deposited with bids will be returned to the bidders as soon as the contract is awarded, except the bond or check of the successful bidder, which will be returned after the contract is executed and the bonds approved. Unless the Owner has a good reason to hold bidding bonds or checks, the bonds or checks of all except the three low bidders will be returned as soon as the bids have been considered. 19. SUBCONTRACTOR. The Contractor shall not assign or sublet all or any part of this contract without the prior written approval of the Owner nor shall the Contractor allow such subcontractor to commence work until he has provided .and obtained approval of such compensation and public liability insurance as may be required. The approval of each subcontract by the Owner will in no manner release the Contractor from any of his obligations as set out in the plans, specifications, contract and bonds. 20. MATERIAL GUARANTY. Before any contract is awarded the bidder may be required to furnish a complete statementof the origin, composition, or manufacture of ..any or all materials proposed to be used in the construction of the work, together with samples, which may be subjected to the tests provided for in these specifications to determine their quality and fitness for the work. 21. FAMILIARITY WITH LAWS. The bidder is presumed to be familiar with all federal, state and city laws, ordinances and regulations which in any manner affect those engaged or employed in the work, or the materials or equipment used, or in any way affecting the work, and shall in all respects comply with said laws, ordinances and regulations. No claim of misunderstanding or ignorance on the part of the Contractor will in any way serve to modify the provisions of the contract. No representations shall be binding unless embodied in the contract. 22. LABOR LAWS. The Contractor shall abide by all federal, state, and local laws governing labor. The Contractor further agrees to save the Owner harmless from the payment of any contribution under the State Unemployment Compensation Act, and the Contractor agrees that if he is subject to the Arkansas State Unemployment Act, he will make whatever contributions are required under and by virtue of the provisions of said Act. 23. WAGES AND LABOR. Minimum wage rates shall be equal to basic rates as established by common usage in the city and adjacent community for the various types of labor and skills performed. In case wage rates are specified in the contract documents, the rates as specified shall be the Instructions to Bidders 2-5