Loading...
HomeMy WebLinkAbout150-92 RESOLUTIONRESOLUTION NO. 150-99 A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO ENTER INTO A CONTRACT WITH MCCLINTON ANCHOR AND APPROVING A BID OF $173,743 PLUS A 5% CONTINGENCY OF $8,687 FOR THE REMOVAL OF TREES, CLEARING, GRUBBING, RESEEDING AND INSTALLING OBSTRUCTION LIGHT POLES FOR THE AIRPORT'S NORTH AND SOUTH AIRCRAFT APPROACHES, SUCH WORK BEING FUNDED BY FEDERAL GRANT AIP #11. BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the Mayor and City Clerk are hereby authorized and directed to execute a contract with Mcclinton Anchor and approving a bid of $173,743 plus a 5% contingency of $8,687 for the removal of trees, clearing, grubbing, reseeding and installing obstruction light poles for the Airport's north and south aircraft approaches, such work being funded by Federal Grant AIP #11. A copy of the contract authorized for execution hereby is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this 6th day of October , 1992. ATTEST: By APPROVED: By Three CONTRACT STATE OF ARKANSAS CITY OF FAYETTEVILLE THIS AGREEMENT, made and entered into this day of (P� .1.�..) , 1992 by and between the City of Fayetteville, Party of the First Part, hereinafter called the OWNER and APAC-Arkansas, Inc. McClinton - Anchor Division Party of the Second Part, hereinafter called the CONTRACTOR. WITNESSETH THAT: WHEREAS, the OWNER has called for bids for the construction of Obstruction Lighting at Drake Field as set out in the Specifications and Plans No. FY882138 and, WHEREAS, the CONTRACTOR agrees with the Owner to commence and complete the clearing, grading, obstruction lighting, access roads, fencing, topsoil, seeding, and other tasks as designated in the project Plans and Specifications for the unit prices bid in the Proposal for the estimated quantities in Items 1 through 12 of the Base Bid included on the Bid Proposal Sheet, made part of this Contract, and a 5% contingency the total being One Hundred)( pe' Thousand. ,s:ttat$te ►crW:•$,4A:.e.e.ia440Osia: 4OftrAt11 4C►01400..0t.r.; Seven Hundred and Forty Three and 00/100. Such sum being the agreed amount upon which bonds and liabilities are based, and at his own cost and expense furnish all materials, supplies, labor, machinery, equipment, tools, supervision, bonds, insurance, taxes, permits, and other accessories and services necessary to complete the said construction in accordance with the conditions and prices stated in the Proposal attached hereto and made a part hereof, and in accordance with the General Provisions and Specifications, and in accordance with the Plans, which include all maps, plats, blueprints, and other drawings, and written or printed explanatory matter hereof. The CONTRACTOR agrees to fully complete all work under this Contract within 90 calendar days. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the Contract in accordance with the accepted Proposal therefore, subject to additions and deductions, as provided in the Specifications, and to make payment on account thereof as provided below: Contract - 1 Seven McClelland Consulting Engineers Incorporated Fayetteville, Arkansas • As soon as is practicable after the first of each calendar month, the OWNER will make partial payments to the CONTRACTOR for work performed during the preceding calendar month, based upon the Engineer's estimate of work completed, said estimate being certified by the CONTRACTOR and accepted by the OWNER. Except as otherwise provided by law, ten percent (10%) of each approved estimate shall be retained by the OWNER until 50 percent project completion at which time no additional retainage will be retained without reasonable justification by the OWNER or his representative. Upon final completion and acceptance by the OWNER and ENGINEER, the ENGINEER shall then issue a Final Estimate of work done based upon the original contract and subsequent changes made and agreed upon, if any. Time is hereby expressly declared to be of the essence of this contract, and the time of beginning, manner of progress and time of completion of the work hereunder, shall be and are essential conditions hereof. The CONTRACTOR agrees to commence the work within ten (10) calendar days from the date of the issuance of the Notice to Proceed, and to proceed with the construction of the work and to prosecute the work with an adequate force and in a manner so as to complete the work within the time stipulated herein. If the Contractor fails to complete the contract within the time stipulated herein, the CONTRACTOR agrees to pay the OWNER, as liquidated damages, the sum of three hundred fifty dollars ($350.00) per day for each calendar day of delay in completion, said amounts being fixed and agreed upon by and between the parties hereto. The Liquidated Damages shall apply to the total construction time stated in the Proposal. Said amounts of liquidated damages shall be deductible from any amount due the CONTRACTOR under Final Estimate of said work, after the completion thereof, and CONTRACTOR shall be entitled only to the Final Estimate, less such amounts of liquidated damages. If the CONTRACTOR is delayed at any time in the progress of the work by any act or neglect of the OWNER or of his employees, or by any other CONTRACTOR employed by the OWNER, or by changes ordered in the work, or by strikes, lockouts, fire, unusual delay in transportation, unavoidable casualties or any causes beyond the CONTRACTOR's control, or by delay authorized by the Engineer pending arbitration, or by any cause which the Engineer shall decide to justify the delay, then the time of completion may be extended for such reasonable time as the Engineer may decide in concurrence with the FAA. No such extension shall be made for delay occurring more than seven (7) days before a claim therefore is made in writing to the Engineer. In the case of a continuing cause of delay, only one claim is necessary. Contract - 2 inMcClelland Contemning Incorporated Fayetteville. Arkansas • In the event the CONTRACTOR abandons the work hereunder or fails, neglects or refuses to continue the work after ten (10) days written notice, given the CONTRACTOR by the OWNER or by the ENGINEER, then the OWNER shall have the option of declaring this contract at an end, in which event, the OWNER shall not be liable to the CONTRACTOR for any work theretofore performed hereunder; or requiring the surety hereto, upon ten (10) days notice, to complete and carry out the contract of the CONTRACTOR, and in that event, should the surety fail, neglect or refuse to carry out said contract, said OWNER may complete the contract at its own expense, and maintain an action against the CONTRACTOR and the surety hereto for the actual cost of same; together with any damages or other expense sustained or incurred by the OWNER in completing this contract less the total amount provided for hereunder to be paid the CONTRACTOR, upon the completion of this Contract. This Contract shall be binding upon the heirs, representatives, successors, or assigns of the parties hereto, including the surety. IN WITNESS WHEREOF, the OWNER and CONTRACTOR have hereto set their hands and seals respectively. (SEAL) WITNESSES: (SEAL) ATTEST: APAC - Arkansas, Inc., McClinton - Anchor�Division BY: /INCL, 4. && «!t (TITLE) City of Fayetteville Fayet -vly k- -as BY: (Mayor) Contract - 3 gCl.rland o ConsultingEn ginoors Incorporated Fay rr.vil1., Arkansas 4 • lNI 200 / • OF FAYETTEVILLE REVIEW FORM PROJECT: OBSTRUCTION LIGHTING PROJECT (AIP #17) PROJECT MANAGER: Dale Frederick DEPARTMENT/DIVISION: AIRPORT e f4 A- G'-4 , ` c (�(r �tJ" a c A u2 DOA ,AAc,�� Please review the attached contract and/or change order between the City of Fayetteville and APAC-Arkansas, Inc, McClinton -Anchor, Div. Authorizing Signature Date Comments City Attorney 1' Nom_ 93 4 v titan ` tearjev "/ /LLA:yripit //—/6 -93 Purchasing Manager \ z6 II-Ica-93 Budget Coordinator/ lL/ 1 17— 53 Internal Auditor ADA Coordinator 911(/ ' ( 1 / / e / q3 RETURN TO PROJECT MANAGER WHEN REVIEW PROCESS HAS BEEN COMPLETED Please keep one copy for records and return three copies to the airport. 'en Administrativeces Director IFAYETTEVI LLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE TO: Contract Review Personnel FROM: Dale Frederick, Airport Manag DATE: November 16, 1993 SUBJECT: REVIEW AND SIGNATURE OF CHANGE ORDER #1 FOR CONSTRUCTION OF THE OBSTRUCTION LIGHTING PROJECP(AIPl17). Change Order 11 will Increase the contract time by 30 -calendar days. This will account for the easement acquisition delay on this project and will extend the total contract time to 120 calendar days. Some delays were experienced in the acquisition of Avigation and Obstruction Lighting Easements needed for the installation of the obstruction lighting for Runways 16 and 34. Staff concurs with the engineer's recommendation to make this amendment to the contract. FAA has verbally concurred with this amendment and a letter of concurrence is forthcoming. Staff recommends approval. Attachment: Contract review form Change Order (4 originals) • OWNER: PROJECT: • City of Fayetteville 113 West Mountain Street Fayetteville, AR 72701 Obstruction Lighting Drake Field, Fayetteville, AR AIP 3-05-0020-11 CONTRACTOR: APAC-Arkansas, Inc. McClinton -Anchor, Div. P.O. Box 1367 Fayetteville, AR 72702 Change Order No 1 Date: Sept. 20, 1993 Project No. FY882138 Contract Date: Oct. 6, 1992 The following changes to the Contract are hereby ordered: The Owner has experienced delays in the acquisition of Avigation and Obstruction Lighting Easements needed for the installation of the obstruction lighting for Runways 16 and 34. The Owner wishes to increase the contract time by 30 -calendar days to account for the easement acquisition delay on this project, for a contract time of 120 calendar days. Original Contract Amount Previous Change Order Amount Change Order Will Increase Contract Amount By $173,743.00 0.00 0.00 Revised Contract Amount $173,743.00 MMI • Contract Time Increase in Contract Time Revised Contract Time 90 calendar days 30 calendar days 120 calendar days CONTRACTOR: APAC Arkansas, Inc. McClinton -Anchor, Div. By : 4 (24.4 9/z/45 James Cole Date ENGINEER: McClelland Consulting Engineers, Inc. By: OWNER: City of Fayetteville By: Hanna, Mayor Date l/V243 Date McClelland Consulting Engineers, Inc. P. 0. Box 1229, Fayetteville, Arkansas 72702-1 22 9 (501) 443-2377 FAX (501) 443-9241 October 23, 1992 FY882138 Ms. Sherry Thomas City of Fayetteville 113 West Mountain Fayetteville, Arkansas 72701 Re: Obstruction Lighting Drake Field Dear Ms. Thomas: Enclosed please find the original set of Contract Documents on the above referenced project for the City's files, as per your request. If there are any questions regarding these Contract Documents please contact us. Sincerely, McCLELLAND CONSULTING ENGINEERS, INC. WayneiJonos, P. E. roject Manager RWJ/rw Enclosures: Contract Documents cc: Mr. Dale Frederick TABLE OF CONTENTS SECTION Notice to Contractors Instructions to Bidders Proposal Notice of Award Equal Opportunity Certification Contract Notice to Proceed Performance Bond Payment Bond Federal Wage Decision State Wage Decision Wage, Labor, EEO, & Safety Requirements General Provisions Section Section Section Section Section Section Section Section Section (FAA Standards, as revised for this project) 10. Definition of Terms 20. Proposal Requirements and Conditions 30. Award and Execution of Contract 40. Scope of Work 50. Control of Work 60. Control of Materials 70. Legal Relations and Responsibility to Public 80. Prosecution and Progress 90. Measurement and Payment Special Provisions General Description of the Project Safety Requirements and Construction Procedures Identification of "Engineer" Authority of Engineer Limitations of the Engineers Responsibilities Engineer's Visits to the Site PAGE NO. 1-4 1-7 1-8 1-2 1-3 1-3 1 1-2 1-2 1-3 1-3 1-21 1-53 1-5 6-9 10-11 12-16 17-23 24-27 28-36 37-44 45-53 1 1 1-2 2 3 3 4 noMcClelland Cowlle Engineers rs Inaerpora/W Fayetteville, Arkansas TABLE OF CONTENTS (Continued) SECTION PAGE NO. Special Provisions (Continued) Contractor's Examination 4 Arrangement of Specifications and Plans 5 Workmen 5 Horseplay 5 Insurance 5-10 Subcontractors 10 Contractor's Routine Access to Site 10 Owner -Furnished Materials 10 Quality of Plans 11 Partial Acceptance 11 Progress Schedule 11 Contractor to Perform Construction Staking 12 Work Done Without Lines and Grades 12 Preservation of Monuments and Stakes 12 Other Contractors 13 Record Drawings 13 Publicity 13 Modifications and Waivers 14 Standards 14 Testing 14 Payment for Stored Materials 15 Cost of Plans and Specifications 15 Ownership of Engineering Data 15 Partial Sets of Plans and Specifications for Subcontractors 15 Damage to Existing Facilities 15 Reporting of Accidents 16 Pre -Construction Conference 16 Waterways 16 Safety and Security 16 Function of the Engineer and Relationship Between Engineer and Contractor 16-18 Contractor's Responsibility Regarding Special Application Materials and Products 18-19 Temporary Facilities 19-21 Permits, Licenses, Laws, Ordinances Regulations and Taxes 21 Mobilization and Demobilization 22 Mland ECOnailling Cl eAl.,. INGalnanaaraNO Fa)+Ihvlllq Arkansas TABLE OF CONTENTS (Continued) SECTION PAGE NO. FAA Standard Specifications (As Revised for this Project) P-151 Clearing and Grubbing 1-3 P-152 Excavation and Embankment 1-7 P-156 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control 1-3 P-209 Crushed Aggregate Base Course 1-5 P-610 Structural Portland Cement Concrete 1-8 D-701 Pipe for Storm Drains and Culverts 1-3 F-160 Wire Fence with Wood Posts 1-6 T-901 Seeding 1-4 T-905 Topsoiling 1-3 T-908 Mulching 1-3 L-119 Installation of Airport Obstruction Lights 1-3 Electrical Specifications 16010 General Electrical Work 1-9 16050 Basic Electrical Materials and Methods 1-4 16421 Service Entrance 1 16430 Metering 1 16440 Disconnect Switches 1-2 16485 Contactors 1 16510 Lighting Fixtures 1-2 ISEMc.Iingd Consulting InMcClellandoaro.ral.E Fayetteville, Arkon.a. $OTICE TO CONTRACTOR Notice is hereby given that in pursuance to an order of the City of Fayetteville, sealed bids will be received at the Purchasing Office or Room 111 of the City Administration Building, 113 West Mountain, Fayetteville, Arkansas, until 2:00 P.M., on the 17th day of September, 1992, for the furnishing of all tools and labor, and the performance of work to be done in installation of Obstruction Lights on the mountain sides around Drake Field, Fayetteville Municipal Airport. Work under this Contract shall include clearing, grading, fencing, access roads, obstruction lighting, topsoil, seeding, other tasks required for a complete job. The location of the work is set out in the Plans and Specifications to be on file in the offices of McClelland Consulting Engineers, Inc.: P.O. Box 1229, 1810 N. College Avenue, Fayetteville, Arkansas. All bids will be opened and considered at a meeting, to be held in Room 111 at the City Administration Building, 113 West Mountain, Fayetteville, Arkansas at 2:05 P.M, local time, on the 17th day of September, 1992, and at such adjourned meetings thereafter as may be necessary. All necessary work, materials, and every item of construction shall be in accordance with the Plans and Specifications as prepared by the Engineer. Copies of the documents may be obtained from the office of the Engineer upon the payment of the sum of Fifty dollars ( $50.00 ), said payment not being refundable. Pertinent information and the detailed specifications will be furnished to suppliers at cost of reproduction. Bidders shall make such inspection and studies of the site of the work as to thoroughly familiarize themselves with all conditions to be encountered. Each bid must be accompanied by a surety bond (proposal guaranty) in the amount equal to five percent (5%) of the whole bid, said bond to be issued by a surety company licensed to do business in the State of Arkansas, said bond to be retained as liquidated damages in case the successful bidder fails, neglects, or refuses to enter into the contract for the construction of said works, and furnish the necessary bonds within fifteen (15) days from and after the date of the Notice of Award. The successful bidder will be required to furnish separate performance and payment bonds, in favor of the City of Fayetteville, Fayetteville, Arkansas, in an amount equal to one hundred percent (100%) of the contract amount, at the time of the award of the contract, if said contract exceeds $100,000. Notice to Contractors - 1 keCC1.ltand ,y ,.�� �..� Consulting Engln..rs Incvp.ratd Fayetteville, Arkansas P+ n 6.. Notice is hereby given that the City of Fayetteville is an Equal Opportunity employer. 1) Compliance Reports. Within 30 days after award of this contract, the contractor shall file a compliance report (Standard Form 100) if: a) The contractor has not submitted a complete compliance report within 12 month preceding the date of award; and b) The contractor is within the definition of "employer" in Paragraphs 2e(3) of the instructions included in Standard Form 100. The contractor shall require the subcontractor on all -tier subcontracts, irrespective of dollar amount, to file Standard Form 100 within 30 days after award of the subcontract if the above two conditions apply. Standard Form 100 will be furnished upon request. It is the policy of the Department of Transportation (DOT) that disadvantaged business enterprises as defined in 49 CFR Part 23 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds. All bidders and proposers shall make good faith efforts, as defined in Appendix A of 49 CFR Part 23, Regulations of the Office of the Secretary of Transportation, to Subcontract ten (10) percent of the dollar value of the prime contract to small business concerns owned and controlled by socially and economically disadvantaged individuals (DBE). In the event that the bidder of this solicitation qualifies as a DBE, the contract goal shall be deemed to have been met. Individuals who are rebuttable presumed to be socially and economically disadvantaged include women, Blacks, Hispanics, Native Americans, Asian -Pacific Americans and Asian - Indian Americans. The apparent successful bidder will be required to submit its information concerning the DBE's that will participate in this contract. The information will include the name and address for each DBE, a description of the work to be performed by each named firm, and the dollar value of the contract (subcontract) and shall be submitted with the proposal. If the bidder fails to achieve the contract goal as stated herein, it will be required to provide documentation demonstrating that it made good faith efforts in attempting to do so. A bid that fails to meet these requirements will be considered non-responsive. Notice to Contractors - 2 McClelland o Consulting Engineers Incorporated Fayetteville, Arkansas The City of Fayetteville reserves the right to reject any and all bids, and to waive any formalities deemed to be in the best interest of the Commission. The proposed contract is under and subject to Executive Order 11246 of September 24, 1965, and to the Equal Opportunity Clause contained in the Specifications. The successful bidder will be required to submit a Certification of Nonsegregated Facilities prior to award of the contract, and to notify prospective subcontractors of the requirement for such a Certification where the subcontract exceeds $10,000. Samples of the Certification and the Notice to Subcontractors appears in the Specifications. The attention of all bidders is called to the fact that any contractor or subcontractor on this project having 50 or more employees and who may be awarded a contract or subcontract of $50,000 or more will be required to maintain an Affirmative Action Program within 120 days of commencement of the contract. Women will be afforded equal opportunity in all areas of employment. However, the employment of women shall not diminish the standards or requirements for employment of minorities. The Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein. The goals and timetables for minority and female participation, expressed in percentage terms for the contractor's aggregate work force in each trade on all construction work in the covered area, are as follows: Goals for Females Participation in each trade is 6.9% Goals for Minority Participation in each trade is 3.3% These goals are applicable to all the Contractor's construction work (whether or not it is Federal or federally assisted) performed in the coverage area. The coverage area for female participation is nationwide. The coverage area for minority participation is Baxter, Benton, Boone, Carroll, Madison, Marion, Newton, Searcy, and Washington counties in Arkansas and Adair and Delaware counties in Oklahoma. The Contractor shall provide written notification to the Director, OFCCP, within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address, and telephone number of the subcontractor; employee identification number; estimated dollar Notice to Contractors - 3 MCClpllaM Gonsalling Engineers Inaorperalsa Formosans, Arkansas J amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. Attention is called to the fact that no less than the minimum salaries and wages as set forth in the Contract Documents must be paid on this Project. The Bidder must supply all the information required by the proposal form. The attention of all bidders is called to the fact that they must be licensed under the terms of Act 150 of the 1965 Acts of the Arkansas Legislature, as amended. Peggy Bates Purchasing Officer City of Fayetteville Fayetteville, Arkansas Notice to Contractors - 4 MCCIelland a Consulting Engineers Incorporated Fayetteville, Arkansas J SECTION 00100 INSTRUCTIONS TO BIDDERS PARAGRAPH NO./TITLE PAGE NO. 1. FORMAT 1 2. SPECIFICATION LANGUAGE 1 3. GENERAL DESCRIPTION OF THE PROJECT 1 4. QUALIFICATION OF BIDDERS 1 5. DOCUMENT INTERPRETATION 1 6. BIDDER'S UNDERSTANDING 2 2 2 3 3 3 4 4 4 5 5 5 6 6 6 6 7 7 7. PROJECT MANUAL & DRAWINGS 8. TYPE OF BID 9. PREPARATION OF BIDS 10. STATE AND LOCAL SALES AND USE TAXES 11. SUBMISSION OF BIDS 12. TELEGRAPHIC OR WRITTEN MODIFICATION OF BIDS 13. WITHDRAWAL OF BID 14. BID SECURITY 15. RETURN OF BID SECURITY 16. AWARD OF CONTRACT 17. BASIS OF AWARD 18. EXECUTION OF CONTRACT 19. PERFORMANCE AND PAYMENT BONDS 20. FAILURE TO EXECUTE CONTRACT AND FURNISH BOND 21. PERFORMANCE OF WORK BY CONTRACTOR 22. TIME OF COMPLETION 23. PROVIDING REQUIRED INSURANCE noMcClelland Consplling Emblems Ino>porossd Foyssbvdls, Arkonws SECTION 00100 INSTRUCTIONS TO BIDDERS 1. FORMAT The Contract Documents are divided into parts, divisions, and sections in keeping with accepted industry practice in order to separate categories of subject matter for convenient reference thereto. Generally, there has been no attempt to divide the Specification sections into work performed by the various building trades, work by separate subcontractors, or work required for separate facilities in the project. 2. SPECIFICATION LANGUAGE "Command" type sentences are used in Contract Documents. These refer to and are directed to the Contractor. 3. GENERAL DESCRIPTION OF THE PROJECT A general description of the work to be done is contained in the NOTICE TO CONTRACTORS. The scope is indicated on the accompanying Drawings and specified in applicable parts of these Contract Documents. 4. QUALIFICATION OF BIDDERS The prospective bidders must meet the statutorily prescribed requirements before Award of Contract by the Owner. Before a Contract will be awarded for the work contemplated herein, the Owner will conduct such investigation as is necessary to determine the performance record and ability of the apparent low Bidder to perform the size and type of work specified under this Contract. Upon request, the Bidder shall submit such information as deemed necessary by the Owner to evaluate the Bidder's qualifications. 5. DOCUMENT INTERPRETATION The Contract Documents governing the work proposed herein consist of the Drawings and all material bound herewith. These Contract Documents are intended to be mutually cooperative and to provide all details reasonably required for the execution of the proposed work. Any person contemplating the submission of a Bid shall have thoroughly examined all of the various parts of these Documents, and should there be any doubt as to the meaning or intent of said Contract Documents, the Bidder should request of the Engineer, in writing (received by the Engineer at least 5 working days prior to bid opening) an interpretation thereof. Any interpretation or Section 00100 - 1 inMCCIelland Consulting EngineersIncorporated FnrtMollls, Arkansas change in said Contract Documents will be made only in writing, in the form of Addenda to the Documents which will be furnished to all Bidders receiving a set of the Documents. Bidders shall submit with their Proposals, or indicate receipt, of all Addenda. The Owner or Engineer will not be responsible for any other explanation or interpretations of said Documents not issued in writing by Addendum. 6. BIDDER'S UNDERSTANDING Each Bidder must inform himself of the conditions relating to the execution of the Work, and it is assumed that he will inspect the site and make himself thoroughly familiar with all the Contract Documents. Failure to do so will not relieve the successful Bidder of his obligation to enter into a Contract and complete the contemplated Work in strict accordance with the Contract Documents. It shall be the Bidder's obligation to verify for himself and to his complete satisfaction all information concerning site and subsurface conditions. Information derived from topographic maps, or from Drawings showing location of utilities and structures will not in any way relieve the Contractor from any risk, or from properly examining the site and making such additional investigations as he may elect, or from properly fulfilling all the terms of the Contract Documents. Each Bidder shall inform himself of, and the Bidder awarded a Contract shall comply with, federal, state, and local laws, statutes, and ordinances relative to the execution of the Work. This requirement includes, but is not limited to, applicable regulations concerning minimum wage rates, nondiscrimination in the employment of labor, protection of public and employee safety and health, environmental protection, the protection of natural resources, fire protection, burning and nonburning requirements, permits, fees, and similar subjects. 7. PROJECT MANUAL AND DRAWINGS No return of Project Manual or Drawings is required and no refund will be made. The successful Bidder will be furnished three sets of Documents without charge. Any additional copies required will be furnished to the Contractor at $ 50.00 per set. Partial sets will not be available. 8. TYPE OF BID Unit prices shall be submitted in the appropriate places on the Bid. The total amount to be paid the Contractor shall be the total amount of the unit price items as adjusted based on quantities Section 00100 - 2 j 1,14EIMnClarland Consulting Env CMnears a Inwraorarad Fayetteville, Arkansas installed and/or any adjustment for additions or deletions resulting from additive or deductive alternates or change orders during construction. 9. PREPARATION OF BIDS All blank spaces in the Bid form must be filled in, preferably in BLACK ink, in both words and figures where required. No changes shall be made in the phraseology of the forms. Written amounts shall govern in cases of discrepancy between the amounts stated in writing and the amounts stated in figures. In case of discrepancy between unit prices and totals, unit prices will prevail. Any Bid shall be deemed informal which contains material omissions, or irregularities, or in which any of the prices are obviously unbalanced, or which in any manner shall fail to conform to the conditions of the published NOTICE TO CONTRACTORS. Only one bid from any individual, firm, partnership, or corporation, under the same or different names, will be considered. Should it appear to the Owner that any Bidder is interested in more than one bid for work contemplated, all bids in which such Bidder is interested will be rejected. The Bidder shall sign his Bid in the blank space provided therefor. If Bidder is a corporation, the legal name of the corporation shall be set forth above, together with the signature of the officer or officers authorized to sign Contracts on behalf of the corporation. If Bidder is a partnership or sole proprietorship, the true name of the firm shall be set forth above, together with the signature of the partner or partners authorized to sign Contracts in behalf of the firm. If signature is by an agent, other than an officer of a corporation or a member of a partnership or sole proprietorship, a notarized power-of-attorney must be on file with the Owner prior to opening of bids or submitted with the Bid. 10. STATE AND LOCAL SALES AND USE TAXES Unless the Supplementary Conditions contains a statement that the Owner is exempt from state sales tax on materials incorporated into the Work due to the qualification of the Work under this Contract, all state and local sales and use taxes, as required by the laws and statutes of the state and its political subdivisions, shall be paid by the Contractor. Prices quoted in the Bid shall include all nonexempt sales and use taxes, unless provision is made in the Bid form to separately itemize the tax. 11. SUBMISSION OF BIDS All Bids must be submitted, not later than the the place, and in the manner set forth time prescribed, at in the NOTICE TO Section 00100 - 3 0) McClellando CenwlNny Commons Inoorpsrulsd Forllsvllls, Arwnws