HomeMy WebLinkAbout54-83 RESOLUTION•
RESOLUT.ION NO.
r
•
A RESOLUTION AUTHORIZING THE MAYOR AND CITY 'CLERK TO
EXECUTE A CONTRACT WITH DON MITCHELL, INC. FOR
CONSTRUCTION OF A SEWER LINE TO SERVE MILLER ADDITION.
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 Don Mitchell, Inc.
for the construction of a sewer line to serve Miller Addition
at a total contract price of $19,478.00. A copy of the contract
authorized for execution hereby is•attached hereto, marked
•
Exhibit "A" and made a part hereof:
PASSED AND APPROVED this /* day of /29,lie/L, , 1983.
Govai-s; 0° -
\ATTEST:
CITY CLERK
APPROVED:
BygaSMAYOR
CCorc I ilitiERERRIVB‘-s-Cliggfe
NAME AND ADDRESS OF AGENCY
Babb & Associates, Inc.
P.& Prima 15430
cry attic Ruck, AR
NAME AND ADDRESS OF INSURED
Don ttltelsollw 1st.
883 Matte tisk Dr.
•*agars, At 72/36
1-4
Nana ••••••11MAMMair..•••1•Pne1;1011Sr
INFORMATION
ONLY AND
RIGHTS/UPON THE CERTIFICATE
LI
COMitiESTAFORDING COVERAGES
COMPANY
LETTER
A Continent/al Casualty
COMPANY
LETTER
COMPANY C
LETTER
COMPANY D
LEITER
HOLDER.
COMPANY E
LETTER
This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time. Notwithstanding any requirement term or condition
of any contract or other document with respect to which this certificate may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the
terms, exclusions and conditions of such policies.
COMPANY
LETTER
A
A
TYPE OF INSURANCE POLICY NUMBER
GENERAL LIABILITY
KI COMPREHENSIVE FORMCCPfl92213199
C PREMISES -OPERATIONS
• EXPLOSION AND COLLAPSE
HAZARD
UNDERGROUND HAZARD
PRODUCTS/COMPLETED
OPERATIONS HAZARD
CONTRACTUAL INSURANCE
CI BROAD FORM PROPERTY
DAMAGE
C INDEPENDENT CONTRACTORS
11 PERSONAL INJURY
AUTOMOBILE LIABILITY
ni COMPREHENSIVE FORM
OWNED
• HIRED
NON -OWNED
EXCESS LIABILITY
• UMBRELLA FORM
• OTHER THAN UMBRELLA
FORM
WORKERSCOMPENSATION
and
EMPLOYERS' LIABILITY
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES
622!
2213
•Millet AdditionSow •tstssaton
POLICY
EXPIRATION DATE
5/6/4
5/6/64
Limits of Liability in Thousands (000)
EACH AGGREGATE
OCCURRENCE
BODILY INJURY $ 300 300
PROPERTY DAMAGE $ 100 s 100
BODILY INJURY AND
PROPERTY DAMAGE
COMBINED
PERSONAL INJURY
BODILY INJURY
(EACH PERSON)
BODILY INJURY
(EACH ACCIDENT)
PROPERTY DAMAGE $
BODILY INJURY AND
PROPERTY DAMAGE
COMBINED
BODILY INJURY AND
PROPERTY DAMAGE
COMBINED
STATUTORY
$
300
(EAC H ACCMCNT)
Cancellation: Should any of the above descciked policies be cancelled before the expiration date thereof, the issuing com-
pany will endeavor to mail St days written notice to the below namecrcertificate holder, but failure to
mail such notice shall impose no obligation or liability of any kind upon the company.
NAtteraniffiCkiiikarti!
lb 80. Chunk
7474ttevills, AR 72/01
ATI -It Strauss DocUay
DATE ISSUED:
5/6/83
DADS t ASSOCIATB02 /NC.
AUTHORIZED REPRESENTATIVE
CERTIFICATE
4
ICATE
19 ISSUED
74;014;seJ•att?A;A:• )Z-zr Lit.r.othAPCIAAALAO
54NWERVIRA?
NAME AND ADDRESS OF AGENCY
Babb & Associates, Inc.
P.O. Drawer 15430
WE Little Rock, AR 72231-5430
NAME AND ADDRESS OF INSURED
Don Mitchell, Inc..
883 White Oak Dr.
Rogers, AR 72756
INFORMATION
THE
ONLY AND CONFERS
NO
RIGHTS UPON THE CERTIFICATE
COMPANIES AFFORDING COVERAGES
cos,.
un. A Continential Casualty
COMPANY B
LETTER
COMPANY C
LETTER
COMPANY D
LETTER
HOLDER.
COMPANY E
LETTER
This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time. Notwithstanding any requirement, term or condition
of any contract or other document with respect to which this certificate may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the
terms, exclusions and conditions of such policies.
COMPANY
LETTER
A
A
TYPE OF INSURANCE POLICY NUMBER
GENERAL LIABILITY
COMPREHENSIVE FORM
E PREMISES -OPERATIONS
O EXPLOSION AND COLLAPSE
HAZARD
lit] UNDERGROUND HAZARD
• El
PRODUCTS/COMPLETED
OPERATIONS HAZARD
CONTRACTUAL INSURANCE
O BROAD FORM PROPERTY
DAMAGE
INDEPENDENT CONTRACTORS
El PERSONAL INJURY
AUTOMOBILE LIABILITY
Et COMPREHENSIVE FORM
• OWNED
O HIRED
O NON -OWNED
EXCESS LIABILITY
• UMBRELLA FORM
Ell
OTHER THAN UMBRELLA
FORM
WORKERS' COMPENSATION
. and
EMPLOYERS' LIABILITY
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES
CCP092213799
8114062213800
W0002213798
Miller Addition Sewer Extension
Project #W.O. 2706
POLICY
EXPIRATION DATE
5/6/84
5/6/84
5/6/84
Limits of Liability in Thousands (000)
EACH AGGREGATE
OCCURRENCE
BODILY INJURY 300 300
PROPERTY DAMAGE
BODILY INJURY AND
PROPERTY DAMAGE
COMBINED
$ 100 $ 100
$
PERSONAL INJURY
BODILY INJURY
• (EACH PERSON)
BODILY INJURY
(EACH ACCIDENT)
PROPERTY DAMAGE $
BODILY INJURY AND
PROPERTY DAMAGE $ 500
COMBINED
BODILY INJURY AND
PROPERTY DAMAGE
COMBINED
STATUTORY
$
$ 300
(EAC H ACCIDENT)
Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing com-
pany will endeavor to mail _IA_ days written notice to the below named certificate holder, but failure to
mail such notice shall impose no obligation or liability of any kind upon the company.
NAME AND ADDRESS OF CERTIFICATE HOLDER:
City of Fayettevilld''
115 So. Church
Fayetteville, AR 72701
ATTN: Struman Mackey
DATE ISSUED:
5/6/83
ccor41 SR
CERTIFICATE
ICATE
IS ISSUED
Nal " V%Si ii11.1 1ar,..4aLIVenasit0
lid • 1 ei ONLY AND
•I BY
NO
NAME AND ADDRESS OF AGENCY
Babb & Associates, Inc,
P.O. Drawer 15430
GMF Little Rock, AR 72231-5430
NAME AND ADDRESS OF INSURED
Don Mitchell, Inc.
883 White Oak Dr.
Rogers, AR 72756
COMPANIES AFFORDING COVERAGES
COMPANY
LETTER
COMPANY
LETTER
Continential Casualty
El
COMPANY C
LETTER
COMPANY D
LETTER
HOLDER.
COMPANY E
LEITER
•
This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time. Notwithstanding any requirement, term or condihon
of any contract or other document with respect to which this certificate may be Issued or may pertain, the insurance afforded by the policies described herein is subject to all the
terms, exclusions and conditions of such policies.
COMPANY
LETTER
A
A
TYPE OF INSURANCE
GENERAL LIABILITY
COMPREHENSIVE FORM
IE PREMISES -OPERATIONS,
Fj EXPLOSION AND COLLAPSE
HAZARD
UNDERGROUND HAZARD
EPRODUCTS/COMPLETED
OPERATIONS HAZARD
El CONTRACTUAL INSURANCE
El BROAD FORM PROPERTY
DAMAGE
El INDEPENDENT CONTRACTORS
PERSONAL INJURY
AUTOMOBILE LIABILITY
COMPREHENSIVE FORM
Ell
OWNED
HIRED
NON -OWNED
EXCESS LIABILITY
LJ UMBRELLA FORM
Eli
OTHER THAN UMBRELLA
FORM
WORKERS' COMPENSATION
and
EMPLOYERSLIABILITY
• OTHER
I DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES
POLICY NUMBER
POLICY
EXPIRATION DATE
CCP092213799 5/6/84
BUA062213800
WC002213798
Miller Addition Sewer Extension Project MO. 2706
5/6/84
5/6/84
Limits of Liability In Thousands (000)
EACH AGGREGATE
OCCURRENCE
BODILY INJURY $ 300 $ 300
PROPERTY DAMAGE $ 100 100
BODILY INJURY AND
PROPERTY DAMAGE
COMBINED
PERSONAL INJURY $ 300
BODILY INJURY
(EACH PERSON)
BODILY INJURY
(EACH ACCIDENT)
PROPERTY DAMAGE
BODILY INJURY AND
PROPERTY DAMAGE
COMBINED
BODILY INJURY AND
PROPERTY DAMAGE
COMBINED
STATUTORY
s 500
s• 100
a< H ACCIDENT
• Cancellation: Should any of the above described policies. be cancelled before the expiration date thereof, the issuing com-
pany will endeavor to mail —la— days written notice to the below named certificate holder, but failure to '
mail such notice shall impose no obligation or liability of any kind upon the company.
NAME AND ADDRESS OF CERTIFICATE HOLDER
City of Fayetteville
115 So. Church
Fayetteville, AR 72701
ATTN: Struman Mackey
.DATE ISSUED -
5/6/83
—INC
AUTHORI D REPR SENTATIV
ARKANSAS PERFORMANCE AND PAYMENT BOND
(14-604 Arkansas Statutes)
KNOW ALL MEN BY THESE PRESENTS: That we (1) Don Mitchell, Inc.
a (2) corporation r hereinafter called Principal" and
(3) Heritage Ins. Co. of Am. of Lincolnwood , State of
Illinois hereinafter called the "Surety", are held and
firmly bound unto (4) City of Fayetteville , hereinafter called
Nineteen Thousand Four
"Owner" in the penal sum ofHundred Seventy-eight and nd(6100rs ($ 19,478.00),
in lawful money of the United States, for the payment of which sum well
and truly to be made, said prpals and surety bind themselves, their
heirs, administrators, executors, successors and assigns, jointly and
severally, by these presents.
THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal
entered into a certain contract with the Owner, dated the 21st
day of April , 13__, a copy of which is attached and made a part
hereof for the construction of:
Miller Addition Sewer Extension
NOW, THEREOFRE, if thePrincipalshall well, truly and faithfully perform
its duties, all the undertakings, covenants, terms, conditions, and agree-
ment of said contract during the original term thereof, and any extensions
thereof which may be granted by the Owner, with or without notice to the
Surety, and if he shall satisfy all claims and demands incurred under such
contract, and shall fully indemnify and save harmless the Owner from all
costs and damages which it may suffer by reason of failure to do so, and
shall reimburse and repay the Owner all outlay and expense which the Owner
may incur in making good any default, and shall promptly make payment to all
persons, firms, subcontractors and corporations furnishing material for or
performing labor in the prosecution of the work provided for in such contract,
any any authorized extension or modification thereof, all amounts due for,
but not limited to, materials, lubricants, oil, gasoline, coal and coke,
repair on machinery, equipment and tools consumed or used in connection with
the construction of said work, fuel oil, camp equipment, food for men, feed
for animals, premium for bonds and liability and workmen's compensation
insurance, rentals on machinery, equipment and draft animals: also for taxes
or payments due the State of Arkansas or any political subdivisions thereof
which shall have arisen on account of, or in connection with, the wages
earned by workmen covered by the bond; and for all -labor performed in such
work whether by subcontractor or otherwise, then. this obligation shall be
void, otherwise to remain in full force and effect.
The Surety agrees the terms of this bond shall cover the payment by
the principal of not less than the prevailing hourly rate of wages as
determined by the Arkansas Department of Labor or U. S. Secretary of
Labor, whichever is greater, to all workmen performing work under the
contract.
PROVIDED FURTHER, that the said Surety, for value received, hereby
stipulates and agrees that no change, extension of time, alternation,
or addition to the terms of the contract or to the work to be performed
thereunder of the specifications accompanying the same, shall in any wise
affect its obligation on this bond, and it does hereby waive notice of any
such change, extension of time, alteration or addition to the terms of the
contract as to the work or to the specifications
PROVIDED FURTHER, that no final settlement between the Owner and the
contractor shall abridge the right of any beneficiary hereunder, whose
claim may be unsatisfied:
IN WITNESS WHEREOF,
each of which shall
May
ATTEST:
S-ACtst
satif4iiiitty
r.; Z., 4.R lr't4r.
C=-•• STZ4V1.5%
`A%-r.°.‘,1"-ii.*171
4E:4 74" t
this instrument is executed in six (6) counterparts,
be deemed an original, this 6 day of
, 19 83.
(PRINCIPAL)
WITNESS
ADDRESS
44.47
AS TO PRINCIPAL
.•4 SURETY)
ields
Do Mitchel • Inc
(PRIN I
BY .4:4L4.4F44:11
(TIT013 ta-ita4 Cal 4.Q.
7a 7 7,"4!
carp-a7a
(ADDRESS)tami
).
WITNESS AS -'TO ATTORNEY -IN -PAC -T.'
Marilyn Williams
Babb & Associates, Inc.
ADDRESS
P.O. Drawer 15430
GMF Little Rock, AR 72231
ORI
D. Michael Babb
Babb & Associates, Inc.
ADDRESS
P.O. Drawer 15430
GMT' Little Rock, AR 72231
erica
rf71-:
ll .
i I, HERITAGE
!
---1' •.__,r I I III
A41
-±:',i(pRINcIPAL- i'i•-•• DOTI Mitcheil
. ,..! 1 . ..
,
;HD
r '
thICNOW:ALL MEN BY THESE PRESENTS:
principal office in LincOlnwood, IllillOiS, pursuant
the 9th day of Msrch;•1979, to Wit: .‘
INSURANCE .COMPANY OF
.!, LINCOLNWOOD, ILLINOIS
, •
• Power of Attorney
:1;
APAERICA143.*Js:711:k111;;'; :7^
I .1' MI ..,111.67..it111.‘E:..1/LL:77• 1.11 if) 111'2"1 • 1%11
t 1• • I i
• I 11E:1
t: 111 ir1.0;131..• ..S.; •:1
5•17-:
EFFECTIVE pfkl'E.'44MaY 53... 1983:
"•• '12.1
AMOUNT OF BONO." ".!:119,•41•8'•...00.
H -:
2 $
POWER NO. 1-:71'19 6.nL.g iEa"
That the Heritage Insurance Company, a COrporation in the S ate of IllindiS,Kavineiti
to the following resolution, adopted by the Board of Directors of the said Company on
•
p • 3. • • •
• : .:...7. ) :1'116 :President,' or. SnY, Vice -President, or other officer designated by the Board of Executive Commit de hall have authoritS,;-
-Severally, to. make, execute and deliver a power of attorney constituting as Attorney -in -Fact such pers'ons, firms or corporations 'as Such
. • •
• officers niay select from time to time." . , ' . !'.'. 1, •,..z.:7 1j:n. n > '.'''' ;:l L; 11! -:-Hi!-;
:does herebymake", constitute and appoint D. Michael Babb, of North Little Rock, in the State of Arkansas, its true and lawful ittOrney(S)
: 'in feetc2withjull power :land authority hereby conferred in its naine, place and stead, to sign, execute, acknowledge and deliver in its
(_ behalf,-Sild 'its act and deed as follows:
. . •4
. •
:.• I ti ..:-.:.11; L.: .:I=7 iii :C.: (tr.:: •:1, . p
••••Aq••••• . 1:: .' •• . %:.'1111
A • • . • • .7- • 4 I I
..%'4.. , 4 'The obligation-Of:the Company shall not exceed the sum of one hundred thousand ($100,0•06:60)!clolla7s1.1,;F::1`:-: !"1.'L.i' "7-.1-.)1;;E:
,
1 i -_,, : ; ; ,-.--..
:,- ..
1
and ioLbind Heritage Insurance Company thereby as fully and to the same extent as if such bond or unneriaking wa's signed b, jthe' duli
'authorized officers of the Heritage Insurance Company, and all the acts of said Attorney(s) pursuant to the' authority herein given, are
• hereby' ratified and confirmed. • • •
mi WITNESS 'WHEREOF, the Heritage Insurance Company has caused these presents to be signed by its President' and/M.:lb
i 'Vice -President and its Corporate Seal to be hereto affixed, •
/II -.:Ej; . .t
HERITAGE INSURANCE -COMPANY:OEAMERICA' •
•
• •
• •.
•
Vincent M. Giacinto; President :."
•
...
•
. • .
•
• • •
•
:
•
- State of Illinois ) •111,:•:-- •
, County:DE Cook )tz:
•
7..••III 'EH I ; it il 31!
•
,; . '72.7•111;e111-11,1;T:CiPtr: .-.÷:,11):::;•'
• • • • • • • 4 •
• 1,14•FE.;On !thic 9i,h'dajr,',61 March; 1979, before the subscriber, a Notary Public of the State Of Illinois' ui and feethe County,of Cook
and qualifiedycame V. M. Giacinto of the Heritage Insurance Company;•to me personally kitonto.bethe individual
• • •and1o(flder,describedherein, and who executed the preceding instrument, and acknowledged the:exectitioircif ,the same, and being by me
• • ,12dtily, sr:Torn:deposed dndsaid; that he is the officer of said Company aforesaid, and that .the seal .affixidro theTpreeeding instrument b
•••,tlitipoTi5oiate.Seal`Dfisaid Company; and the said Corporate Seal and signature as an officer were. dulY, affixed aiid 'subicribed toithe said
• - 71.11initrtilant,h-y, the "anthOrity_iind direction 'of the said.Corporation, arid. that the resolution Of -saidtomparty; referiedd the 'preceding
•• ninertuilencisrfoW '1,1- •• ';' - • • : -1. • . ,"1; • - • .11.tr."1"--7.111; -7.111 •rni• HS); 111.1: -*7 '1
in • vi ‘riTh • - ti• • ". "' : • ; • 11" "2_ sifi 2.74.
• ' IN TESTIMONY WHEREOF,' have hereunto Set my; hand; and affixed my official Mal. • OlinDiscthe day .arid•year
• .• . ?lit; ili•=.1i1::::rdiliit:74411,•C7"'.!;• *•..;• !L.. • :?,-... 45.I
„ ... 91.1..M. „ .. 4 ••
•
-; 414r: ill le 111.7S.10.e.1114E)11::::7:1i IsIE'lltHI.LIII: ;i1:11
....la ![16:::::)1t ....IjI 7 111:.-i7.:11 :::::.III :.-"Alj
s!;11.E.4.I1122:1:11-ASE7.111-:::::.1119,-E.11/f7ft, 7.:-.I1;-',.
,-:-Ar...1j1?.-.77.I0.-7I1I-E.: 1j1::::•.1;II -E-A*.;-:;;;j,-',j111:::_
.• ..'I;7.;:Ir;I5[:;li:.-1;ll•A,1...:A.t7;14f.;:=-.-.42:':-C27,d-.-.O1I-ii1:Etf.UtIi;F7l•.=-l_7;Ft.-.32y;.-.-:,,/k.111:Oi1111A.1f.-.-:_n-C..•L.O11..AOA:11C1'4l-1-. .-.1;7....1I4oTI" :1421:-:'..I,•--.•i4•-1i1I - - i :.-11-i-:7-1...;::'-')iC:"-7;-: l.,I-. -
.•,::::•1 -•0
1:1l1:..;."11a.-011::11-1
...1C_..1.1.4.:1.;N,-:
:. _• -..
.:
7irF7:1::.=-
-.3-::1-00::11N..1:1;I•
;
lili 11:;It i:rIA:'.eit'EMI':: - •;-: . l:.
- , t 1 -9'. -
... ;4.,.: -0
1+111:EIAiE11±71 ,.i.1::..1,1t2:Th.,
III111(1'H ▪ '
• ---Stateof Illinois7);;ei':.:i..,0__
e;
•
.- I•1 • l31•Iit..,..'..zi'7. •.10 ;.P:4 P,
EI;:
:1: I
• •I- '.: .;;:; e , jI4 :I
I7
'
•.
"•
" "
I
7
••44•14
1±N4
I:I•;I:
• -41-41_1 4
1
i7
1{ T 111.37 41
l troi
Notary publicttli =.'!,' t' 1111n
•77• I
-JOSEPH1) IX)N11:i
NOTARY PUBIdC, Siai• .' r
1 -• P
)Sifted ••
4'•'4:
.
M
I•I"
•
•
COmmibion ExM" ;
1; • • •
H1•4 1
•
.),I •,' ''
"°
•I-; '
.4 "-•• -•%; I • •• ••4
I•••
"
.
•oIf•,% t•
••
• 1i
IP:
l!
•
740•,.-•,•-4,
-I
'•
„i4 : : • .4• f I • •• • •
I :Iil!•:• •::I:Z ;•
•_•• .:.• .4 0
.77 11710.11i1 2:. ; CERTIFICATE,- , .•:• I •n'•
'"7' 1 1 H=I-:IIyrI
.
:•:•:1114=4;•1:4ttie. iimderligned,: Secretary of HERITAGE INSURANCE CO. a stock corporation"pf ;the :Stati;of :Illimais; DO HEREBY:
pl'XiliTIFY, :that the, foregoineand attached Power of Attorney and Certificate of AuthdritY remarns 'if) hill force and hairier; beeh
aas•orrevolced;aricItfuithermorerkihaftthe Li • Resoltition tol• the-, fioard,of,Directors forth. in •the _Certificate ;Of ,.!AuthoritY,:are: now in
, i - , • ----....., • .,.....-w...-,. ,.._. ,i • .4....11 ;144•.•••••404- ••••••4 0-•4•44t ; • ••••• .4-.7.4
J•......1, '• Ht• -,.7t.10 2-:::-.. Ili a ili -.7 ;11, - io, 7- AI -... 11..."- VN ...:•
1)i .... 1,1 .1 - ' •' :C Iti.i'HilPtotit. iii 4E11 t .a:. 0I1C?:711 4i -elk -4:7:? 01••••;F: i
- 4:i ';-SignedSealed -a;Home. Offtce of 'the CoMpany, at Lincolnwood, Illinois: Dated ,-thil"111.„..:-.'1,./ it- • ; l' 5 • -...•i)iirlat. 'of
7,:iiiiii;i:•_-)ii.-:::: • 41.77-:1ADI,1119..." ` 1 1. 1 " i'. ;V • -.1 ,%1;ilitt-i l•-•,:ii-llielliciHjiy.: i',i ,. icl ......lif,,t.:%1
• itti::iT,i0..f:7:411?.114.3f,7-7)14.-..:::t.tf'HI 2- 8 .5 1 .
• '
•
4 • lb • • • 4
••
•I •,:.• F "%il! n1 • ."
I --•:;" tii CZPS *?..;•.';!!
• . • '• ••
• • • •
II.:4.: III; :410 -. -j 4:4-...i41•44.74.4.111•••• 4•114.
.4 d.14.4=.1 (IC 10.7•1131•44t..041•47•411 r't
I It:CI?: 7_ !1'. Tr -.7
!liz..E;11 i114171 :T..:
CEL4)11.e•.1111:4-:-.7::::4-E;
7.1 .1' •• •
,fl • ,•
:• I
• • • •
•••:477. 11. ;EY-
r:t-A1',A7
•
111
•
• /6124)e\di
It • ,
•
SEAL 1',1
-4.‘gger •• g.111":€1 1.11:571"
e. ---)11_•1-7-11t1
• 14..
I :1--
"
I •
ni •-••• 1!: rt i
ARKANSAS PERFORMANCE AND PAYMENT BOND
(14-604 Arkansas Statutes)
KNOW ALL MEN BY THESE PRESENTS: That we (1) Don Mitchell, Inc.
a (2) corporation , hereinafter called "Principal" and
(3) Heritage Ins. Co. of Am. of Lincolnwood ,,State of
Illinois hereinafter called the "Surety", are held and
firmly bound unto (4) City of Fayetteville , hereinafter called
Nineteen Thousand Four
"Owner" in the penal sum ofilundred Seventy-eight and ndaairs ($ 19,478.00),
in lawful money of the United States, for the payment of which sum well
and truly to be made, said principals and Surety bind themselves, their
heirs, administrators, executors, successors and assigns, jointly and
severally, by these presents
THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal
entered into a certain contract with the Owner, dated the 21st
day of April , 1983 , a copy of which is attached and made a part
hereof for the construction of:
Miller Addition Sewer Extension
NOW, THEREOFRE, if the Principal shall well, truly and faithfully perform
its duties, all the undertakings, covenants, terms, conditions, and agree-
ment of said contract during the original term thereof, and any extensions
thereof which may be granted by the Owner, with or without notice to the
Surety, and if he shall satisfy all claims and demands incurred under such
contract, and shall fully indemnify and save harmless the Owner from all
costs and damages which it may suffer by reason of failure to do so, and
shall reimburse and repay the Owner all outlay and expense which the Owner
may incur in making good any default, and shall promptly make payment to alt
persons, firms, subcontractors and corporations furnishing material for or
performing labor in the prosecution of the work provided for in such contract,
any any authorized extension or modification thereof, all amounts due for,
but not limited to, materials, lubricants, oil, gasoline, coal and coke,
repair on machinery, equipment and tools consumed or used in connection with
the construction of said work, fuel oil, camp equipment, food for men, feed
for animals, premium for bonds and liability and workmen's compensation
insurance, rentals on machinery, equipment and draft animals; also for taxes
or payments due the State of Arkansas or any political subdivisions thereof
which shall have arisen on abcount of, or in connection with, the wages
earned by workmen covered by •the bond; and for alllaborperformed in such
work whether by subcontractor or otherwise, then this obligation shall be
void, otherwise to remain in full force and effect.
The Surety agrees the terms of this bond shall cover the payment by
the principal!of not less than the prevailing hourly rate of wages as
determined by the Arkansas Department of Labor or U. S. Secretary of
Labor, whichever is greater, to all workmen performing work under the
contract.
PROVIDED FURTHER, that the said Surety, for value received, hereby
stipulates and agrees that no change, extension of time, alternation,
or addition to the terms of the contract or to the work to be performed
thereunder of the specifications accompanying the same, shall in any wise
affect its obligation on this bond, and it does hereby waive notice of any
such change, extension of time, alteration or addition to the terms of the
contract as to the work or to the specification's.
PROVIDED FURTHER, that no final settlement between the Owner and the
contractor shall abridge the right of any beneficiary hereunder, whose
claim may be unsatisfied.
IN WITNESS WHEREOF, this instrument is executed in six (6) counterparts,
each of which shall be deemed an original, this 6 day of
May , 19 83.
ATTEST:
.4
.415TelgC1PE RY (PRINCIPAL)
..; .g. ...r, 4.4 i.i.st7,- :,..
v. --7:e k,rat 7:4-....
vuo (srabl..7.2c)
ie.. •The% --'1, ‘ '1,,„ '11_1
irt'41diNid;C:.-,.. .7:3 i
\
4.1kr.‘ Crit.g.; ::\ •
. ::. -:ird;e) :A
.41- e..:Th
r:.
4C4
witsss TO PRINCIPAL ,
ADDRESS
ATTEST:
ma
dolteef—rfri.
Sfr 1AR URETY)
e ad's:** Bh5T11is Fields
Lite8F.A14
, dee
WITNESS TO ATTORNEY-IN-FACT
Marilyn Williams
Babb & Associates, Inc.
ADDRESS
P.O. Drawer 15430
GMF Little Rock, AR 72231
(PRI
BY
(T
Mitchell
AL)
(ADDRE)triC)
Ogne. -Pr• •
7
RNEY-IN-F4CT
D. Michael Babb
Babb & Associates, Inc.
ADDRESS
P.O. Drawer 15430
GMF Little Rock, AR 72231
ica
..6
144:-:111.e. ;II
ai.:•:-..111.7_::.t•;527:724ircE:1-11ii,e:.111.HERITAGE.INSURANCE-.COMPANY OF
. .
1• 14'41.01•
e
; t
' 111-752111ell.
''
Er'l • ''•''''ILINCOLNWOOD• ILLINOIS I 7-''IVEE;lif.7=•11i.:n.1::"7.
Ill :I;
110•5•111 1;i:11175.•ffi (rower of Attorney "2-2;01:ii,t11, ff.
. . . ,•
;isr?RiNCIP/IaL.;" $ Don Mitchell, Inc. - EFFECTIVE DATE
, ,
$
1;1 DBA
AMOUNT OFIEOND:r..il .9Titja*:.•0.61
. •
, .,1.01.::--I1-7 W. ', • . I!!.. -":- . ill , E• ".-. L I
,' if1'1 -.E .- 1 '1 ' )
6POWERNOH 0 4 6- 61
•,
: -
. .
.1•.:%.t•-11/ r.:-.. / /-;-.7.• l'ils:F • . • *2 11 i :•
l• 0 t d • d . • •
.• ; -..1CNOW:ALL MEN By THESE PRESENTS: That the Heritage Insurance Company, a Corporation in the S ate of Illinois, haVing iti
, principal office in LincbInWobd, lllinois, pursuant td the following resolution, adopted by the Board of Directors -of the said Company on
the 9th day of March, 19'79, to wit: ;: . • - : - '. - ' ; . s:. . ,,i ':/:
....7 t, ,t ThePresident,' or. any .Vice -President, or other officer designated by the Board of ExecutiVe. Commi tee hall have authority:.
,
- severally, to make; execute and deliver a power of attorney constituting as Attorney -in -Fact such personi; firms Of corporations as such
. • • . A .
• officers may select from time to lime." - ,
.
_does herebymake, constitute and appoint D. Michael Babb, of North Little Rock, in the State of A.rkankas,:iti trim -and lawful attorney()
. .
, in -fact, yith full pbWer and authority hereby conferred in its naine, place and stead, to sign, execute; acknowledge and delivefiridts
.behalf, -and its act and deed as follows: . - . "•
.
. • . . . •
• • • •
. .
....-.... : The obligatirmiof the Company shall not eXceed the sum of one hundred thousand ($106,000.00) dollarts1.L.y.':/i::.: - ,...... ...
.:. - ./
, . . 1• 4 4' • I r r•
and tobind Heritage InSurance Company thereby as fully and to the same extent as if such bond'or- undertaking was signed bY!thi duly -
authorized officers of ,the Heritage Insurance Company, and all the acts of said Attorney(s) pursuant to the authority herein given, are
hereby' ratified and confirmed. ,-:
I I
0
IN WITNESS1WH. EREOF, the Heritage Insurance Company has caused these presents' to be:Signed by 'lis President and/or- its
Vice -President, and its Corporate Seal to be hereto affixed. .•.• .
. .• ..4.....
V: t;!.... 7 1:N1 IC" ill ft: . HERITAGE INSURANCE COMPANY.:0Fj AMERICA /I •••••••• //' --
" /14•:,.7.•/;-•:.:..111:-...r./I1... , ./.01;Cr;sos __jai 14;•,
L • l • $ • 41: ril'at."1;;t: eit .1 1, 1 II :: : l!; :Ut .,.' J
U; .•
#... 7.1
!il .:- ,. • SEAL LEI
%,-
V;Vitino-"Za
4""..„ t•,
...
z
• I•' a , •
11 ! !
Vincent M. Giacinto, President • 'I ...... I' 4 Id
State Of Illinois ... :i .);::::2 lit; :
'SS: 1.I.: „ • , •
County,: of !Cook - ii....:710•11,1;., .....-Hti7.1I'FICI.-IiHT
:.::•.,, !II :3:- III t . • . t :.:•51.11.L:.'i} Ili F:F: iti ''.-7-%1201---1- 1111-7-7:11
• • I • • imi • t l bmd • •
•
) %It • „On ihiS-96i-a4y!Of March, 1979, before the Subscriber; a Notary Public of the State Of Illinois' iri and foe the CountY;Of.C.dific
„duly dortimissiOned; and qualified; came V. M. Giacinto of the Heritage Insurance Company, to me personally known to be'the individual
• ind, offider. described ,hereiniand who executed the preceding instrument, and acknowledged theaxeCtition Of Itheaame, and being by me
' duly' ornidepOsed' and' said, that he is the officer of said Company aforesaid, and that the seal affnced,ro.thCiprecedinghistruthent b
the CorpOrite. Sear:51)f rsaid•Conipany, and the said Cott/orate Seal and signature as an officer were duly affiited and Subscribed roithe said
_Insti-iiiiient:by, the 'authorityind direction of the said torpOration, and that the resolution Of said Complity7rifirred to in' ifieiniceding
,
=instrument:isMit iii force.- . I'..-,-- ,"i .. -. • ;,-:•:, • I i: , 1 --. • •..t --: ..;.-...rip-..-.70,17z..-ir tl. i,l....: 111-.....ath'...7 ,
1 " a $ an._ .1!1 " li ; 1 • 0. : :c, • •'• 1,
1 •..... 0 ,...!. IN TESTIMONY WHEREOF,'I have hereunto set my hand; and anted my official sell at :thiColnwood;Illinois; the day ,an -d yesi
' '7'elsine written.'---.10:-t"..,:i.•:-.. • ., . ,..•-•,,;...- . . . .
.1:11
11 . .$14 .
7111i._1117-:I,1.7V1•7ii1I.
•1...*:E..
. 1 . , . , , „ 1..:.i LI.
1 %a- 11!-E11
!It _.
-- - •
"•'(• .". • • •-:
▪ . . . .
.01 .-- a -r/1
'114• -.-7111::::;)$:
'
a. I 1::•••: i - . /• 7eI • I.I. E• CIs H.S i.:E-.6
.74:
1
r `' .." 1!._r1!-
el NPIaTYP..
O.lies 5:111:÷::!1 12)11 • .CeLli 1,-E. 1 1,-E.-il•
• •f1 -.'`'n7 11{.7:10 -='11/•:'i.11.1/2::- '± -7:11t.e,,111;':
.„ ,JOSEPH D.-.UDONli,•-•hc---11;,'.1-.., lAr.11,1 -...-- r
;.• .. . ._ 1 .4. a • h_.:" ... NOTARY PUBLIC State",of-Minoili a ',„:',/ " • = gill:2.; 1 r i .
::::-The,lb::-.-.1$•,,tt.liii:••.:-7tAT.L
:61li4:11I:i' III: II: ':. ili:77.:.-14.:-2„1,1.11- r
, 1 •:,•••t -y.-:1• L:. Qualified
:Iri•4. ':".7.1t'.e:-.7.it I )k.*, .§. +s:..11.$.4.l._ 711-r. ‘:., 3 .-•'.-•-
r.7e7e".:11E011-.J.".R.-1
•
iiI t111.:.'.i i EiI1-71KE. ;. -711i tCommisSionEkpliei.Miichc1984:I2?.
01::=:li:;%I:1i7717 4 I L : . I • '7fil::11-1i---tI+ii1i -:,•• $' ia-4Mi-.DL
; .. . :.:..7ei5:ii1 :.
i:„•staofmmois), 1. • . 1 -:•• . . . •'. - `r:
,_ ._t,11-Ify•Rrl 11-2
,:;H..die
• •
.iirli=mi.._:.III:.:-....,,•0• t•I4,1,:_. ., . ',.. , „I . :.• 4-7 11,,F$-7;11!-"1-:-.11414-.."7,10:::2-fit. j,;:71 -::•:-,.i
''''' IBC iiii•-- II; :7-111 7:77:111 L::111--E'IL•-: ii• --if: ;21- 10 •Ct-'' 0 •CERTIFICATE• -
, . i
• ...." • • • • • 1 • • • •• , I I • • IP ir r .1. '
• l'it 7, 1$17:. t $ :-..... : ::. , '.:-.: .1 ...,:. ;P. ••.:- q." • . -' "F',-1,1 .":: ;O.:: ta! .7 ' 1.;, 1 ' . a f ' ..-.." ija:: a:' 1 ..- I i Jac_riallivain.a.1-aalt..,. il. •
-ft
'e . •=• , t.
-"•••• •119 -the /undersigned- Secretary of HERITAGE 'INSURANCE CO." a stock corporation: of i the • State ',,of$BlindisaWHEREBY
."til'..:CEILTIFY;that•Ihe foregoing and attached. Power. Of Attorney and Certificate of Authority% romaini7iri: fulltfciii.e"", aricf.ihatiinVcbeen
irievOlceeiird'rfiritherrnoterfthaecthe• Resoliition 'of tlie'loard: of Direcicirsr-Thasaet forth'inrtherCeltifit.-iteTorAilthiiiiiiit aie dow.0 •
•
• , ..,;-,---.....-- i 147 i'CI:b;:41.,--w.t4.1'46-'• 1.•1
. . (•i -' V,....ill.,..,Ea..„,•-•-:,/iHrt, ::/4.1„;, li, : .. •.
4
_`:1;* -.---",Signed and Sealed 'at'the 'Home Office of the Company, at .linColnwood, Miriois: ',crated ▪ ,
. - -
l•iI fl[be -1i•.q-.•.:•1:
AD:;119
I •
•7.-`,
4:-
" •.`11iienr3:4A)T.11:7k'i2--_• l7;ar.7
11 II
I "7-
•.
•l ; I:at:t r •
:
177 !•!77:;1.7),I,
7 .
..•
c t 1: •
f.:g
Ili nv
f•-w-.'. .I 9 27-r. if
I 4'''.-•114"4-...11.t... Ili Zr...tldtaar.-
.![........., ,......,••w 1 1 1 • . J. .1
. . . ,•., , . ,, ...
- 111 1 1 • ?y •--•%.,1 • •
..1:1..2-'-'1111-:.-`.. '‘....,•••• • • ' i
ir-11•174•111.:$7-; .t.' -'•t•-111-'=.#71
a . ,
. ,
'IV ,
t -*E:,11il-Ssijk...S.Ff,t..1.1-1•5%i L'-',--111 e•sli:••••
, ill :7:1:1 $
ilICt --hr:qp -7-7; Pal I
th4nt.• 104-C1:;
•
•• ••
•m11-1'-:27 !L1 GEI •-•• ' G 111rIE- .11 •111::--•• ▪ 14_WE•V I Pa. -••-•••11-
I •4I; • • i•ifIl...75•Itid HERITAGUINSURANCE:COMPANY.c0E- AMERICAki:@,.? 4
'11
e 41,e- d - itf - :ft 4- ; 44..11 4-4' 1.1 ';I t11 'Ft [I;
:110 115 i 11,:p i LINCOLNWOOD, „ ILLINOIS 7. '▪ L.- -.' •
.77., A:l ;trr-Z 'FL
• 11 d'POWer%.0f 'AttorneyI IT-- • 7 . r -r.- • • -ra. 9 . ;GU
- • •
,2,1!i)!if: :11 I 0
41 -a: 11 j." _ 111.7; '11 c_ 1111 _= 7..tt[r.; -:-./.1t(„-.:2,1=.
i.. Ir,4•
71i ,Ii.'.: iii• -r- Lb -7?-_E ,i, -t---.111m- ir,r •-a.• t. -.•`-_.14 J=„,..11.1.&:ir-7j_Isibr.--•.; In; • eqi.4_• 4 in -.5.-- ID ilz-s= j:• _..-.,.- ij: -.:,..7-1 -=.. •: rt . --• • 1--, I; -7- .i. --:
1:11 I (PRINCIPAL irlil.-4-741)-6n-kitCheils:7ItiC 4L... 11 e7G- - 4 "S 1 t--7.1 i I 4:4- - 1114. 6FECTIVE D.ATE _ ,May_ 5,' 1983 ,i, ,
. . . . . . . .
ni..4i1 t--- rui ....i, .11; ni .1i 7.' F:. -F; '-1-;"•i'....tv.)i.l.Z 111•1----yt-s T.L1 .11.:f-tor.4-;,_-:-,0 _7=--.: 71 yr..= ifid::::.- if. ,.-7,- .r,i! ti: Id ...;:e 4! ,.- n ,e di ,-•,.. I; F- ri ,
= kI'ld I II ;7:7- ..c a7 I. I 4;... . V 1.14 il r III I gl= !I '7I.I1‘117= III.: *IL's -ft -AMOUNT OP,FIOND'S '19,478.00 -7- rt";---. ..ir : i;:l.
--- ,1;▪ !--.+ 1!:• s;i ... 01 . 11; rr Thi .-: ill 14= ii:i ".;:C :II -,-. li 1-‘ ;II i.-- , 11:-I.. :ie=-7.:P57-.7)1i::=7,11.7.,T.Th.77-1 III C--4 ' ,4I-; 2 6 (I 6 6 r: ;-.4 41 1.=..:.&11
•
Ii; : ' a 44:r ill .;powERlll H= . ll'
.117r = 4 Ei.1 Ey !A :4, =._- 1I. ;27 - I A .!
KNOW ALL MEN BY -THESE PPESENTS: „That the Herita_ge COrripany, a CorpnratiOn in the S ate -Of Lllthoii; hating its
±. 3mincipal office in Lincolnwood,'Illinoi.s,' Pursuant to the.follOwmg reolutionraddpted by the Boardpf Directnr of the sa.4.Company on trt
the 9th day of March, 157,9, to Wit: -4; :; if 11 !11,!, 1 4% i%-r•si ••••• 7i .11 to. ,:j -- ; ; d 41
▪ '1,"The‘Presidenti or -any •VicelPieSident:' oifotherThffie-er 'designate -di by7the BoairEOf :Executive Camnii tee shall have authorityr
';severally, to make, ekecine :and:deliver a power of;attorney constituting as Attorney -in -Pict such persons, firms or corporations as Such ,••
officers may select from time to tinie.''ll; • 1.1. !IIPrL-7II 1'777 1111-Hlr-7_'''jt'e-7. lit 2= 114=_---. =7.• .11 II • -* tor: 4111 7
••••V• does hereby make, constitute and -atipoint D:Mich'ael B▪ abb: of North Little Rock in the State Of Arkansas; its t im and lawful ittorney(s)-
• ,in-fact,•witrifull phvier and authority theieby conferred tinzits 'lathe; plaCe andStead,•to• sign, execute, acknowledge and deliverinitsL
behalf, and its act arid deed asfollows: • r: • • • ;IL 2 115 r • :•• , 4 4: : ir " •
. 11 .= .;= ;
, -4---. i The obligatiori ofthe CoinpanFshalliiot exceed the sum- Of one hundred thodiand ($100D00.00)dollar• S.:•' ul. -'.. 11;
- :a 1; :, ? :.ir
-
If.er e: 'i; "2%, .1 Ti- .; =•;:.-../.1.--.T., kil• tn.- i-rr, .!,- -r.,.],i .T....- t j -= ‘.' .7 ...1 .. -7 Wm.; JI '„77. IJI ... t -7' -
• 1.- • 4.
a - •
..-., .;. and to .:. bind Heritage ;Insurance Compinyfthereby"as fully and to the. sIme extent is if siich b•Und'orThndertaking was signed by.the clulY 7.
I.Ii 7authorized officers of. the Heritage Insurance Company, and all the acts of §aid:Attorney(s) pursuant to the authority •herein given, are.
r' ihereby ratified and confirnied:, it, .4.-:.- . • 1H---;[,:4--: ;1 :.= ,,-.: 'iv': :,r.--‘• l'i..:-.11, t;-,..,1 .-..: IF. •.-1,1 ,7: ,• .4-, - 7 t: • ii 11 -:-.-7- ri -;-1-•
• - I• - . . .
• •• 1 • • . •
• 1 e '-:'1 .7 :IN...WITNESS:W. 11E12E0E%. thei Heritage ; InsUranCe • Corhp-a4/ h -ass' Caused these -preients I tobel signed . by itiPiesidenit.' and/Or iti
. - .
if Vice -President; and its Corporate Seal Uzi be hereto affixed.' ll: 4 ;;I• Jth '1';Ie ll :--7 h, '..-=.--; :''r „i:- yr.'. , ---' ..• - rr• P1. t t_,--- :1 ...- a
. .
”.;;--- •11,-2-- 41.. -..ii, .. ii., -LLE. Li . L'. -±•: 114 ',:: 'T - -.11 ':-• 4, - .1 ,E-•-•.- '. -AI . i: il'i t7--- z-`,..10 ‘-:: '1 ;-: 1!1 , _ ;1., !7 ril. E :I:: ... :1 ,-. r ki
, • • . . • •
:--- RI , -: .i '••-•-• '(- F. itrl - ;I •,-7.-- 'I' TT- -. 72--..;;;;;,, %mi.,. .-..!....HERITAGE7INSURANCE 'COMPANY `OF AMERICA."
: rtv.ilk :Tr: !, ...syii.-±-,..: 0 f., 11re 511.1L tht••• Stlect014-d.it; Pi\ . Ft - •;', 'Ile 01.-.7 IO e 111 :r7.• 11 I irrr.d 1 tr ;mi.- .10 rea .:1 .,ar, , ii . ..:.21'f:J.-erqi,t-,.
:---= qi L 10 -::!• .•II:- a t:r .. Efl. -2-- "; :II: r 6 :;II: ---r7 11 : i•- :11:r7'I.!Ir•-:1-• •)1.1:•• 'l• Ie I ;• 1r1r • 7 • 11 ' =- ° : lie :
;m... r ,I.,,,,, , , 4„, , . 11-..-... I -7 ..1 t-d....et 12-.4.D.I'II:60/ II!..4-7 1111475;1117272-`77107.4" 41' • 7 7 •
r• IR 41 •.11. 10 •±.-. m! I 1=w- % 111. 11.- .11 .1 11 ; .11‘.. t :id - It •-. .1 I -e qi 7.. i -_ 44 Th' !II Thr
S
.. 4
.. .. I • • '
t • •
11.1 ‘7;• 11 =; : iH •71.... •71 -e•21 L 1-'jr ;FL. 11 377 11 1-•;••7 Lit.• ll'..;=!.`1::a!, ... , ...!••!. p .YinCeni.M. Giacinto, President ,- = 1,. _:-. ,,..-‘,..-•
.. ._
.. . I•6 . .rl- 4.°•-• 11 I.L.U..• . .4=U / 141 4;.. 11 . 1! -.. - 11 i rr Eir 7 III- = 7 ' 4 1 1 -Ln- 1 4 4 -_„- .; 1 . - • 1 , . 1 1 - •. r .. 1 • .... . 1;
El itltate-of :Illinois ) /r..Eil,,a_77-1l.:-E..ill L'i 11.7-ir..11[4-7-.:ill -.7--. Vt.t..72:1.;;.EILa.ill.F., ia ----,:, !l.c..-- ..!4 •-t-_; 'll t. !E t., ill ::..)i 7-7.:Lii f. -7,11L •.T`
L:1‘.!::C011ittY : Of I Cook )L1_1'1.1, ae:!'ir `, Ici '..:. 2:1.7 11.;_--.!:';.--5 Iri!--Lajlir .f.."-.716.-a,r11,-Thil...-77:•.'!;i --:t ili 7-7.---..-- ko -.1!•?';.'11:,' 7 'I : ------.1 iE: I -- II
III ;-7-II .1? ST. I 1r r• 1, .-..- t -••_,..1.-„,-.n.elli 4:,--;:i1.)v,-;-,:il,e7., qt .=. 4 .L..4‘..141 _•_-.-e .: -Z-7 11 7.-4,1 -7-- '.I.- 4---7.1fl...-Eft 4._=" , &_. 0 J:.,, -70•, .. [I , 11 •trI1.-- 11.:
1•77 0 i -.7, l• On this 9th -day, of March,"19791beiniU the subicriberii nOtklic Publia -Of,the State of lllinois'ilt andfor:the County of.Coolt::-•
• .• . . . • i
171 a•-' dulyoonitnissiOned and qualified; canie L.V.. M: Giacinto of the Heritage InSurance Ccimpany; tO the personallY known to be the individual,
-
_..;71.ind officer:described •herein, and who -executed the Preeeding-inatniment; and acknowledged the execution of the'same; and being by mei
J. _ .. . _
, 4 : duly -sworn.; depbsed int said:that lie js the Pffiter �f said CoMpany aforesaid, and that the seal affixed to the preceding instillment h ••
= ....
'the Corporate Seal said CompanY;ancl•the said CorPnrate-Sial and. signature as an officer were dulY affixed and subscribed to the said!
.._ . . .
...E_Instrument.by. the authority'and direction of the said Cdipbration; and that the ieSolution of said Company, referred to in the preceding
il 7- hutruthent, is no-cv in force--. "'.--.:-Jr-g. 07'7 .1.7. 4'7; 'I mil -f7:11 trill...7.14117-7, 111.• 1 .--...- • • 2C- 1.1.1'•11 r • • •• • • a-7; J"=. 'Pr -., ll.1 -
-.;-.. :k! - •!! - r" - I I •'..- II ir e- 'III 11 - IP 1.7.- 111 -t 1•14 at..ljta :HTL - /11•"; iiri t--- ;L. - 121 -; M Irr I; -.- 1“ ...= Hi .. 111 r.. ri 'I . w. :.„•:,
:,,- .: L _ IN TESTIMONY.WHEREOF," I have hereunto set mY, hand; anctiffixed my'oftiCial seal at Liriaolnwood; Illinois; the day and yew ,
abion written.' -0," W,.:4-. 41.. ;Li': rs.i!op,-...;.c.,..,-i-pAl!.. 1!.......! yi!!-- !Fp.- :IF ...- if • n. • •t; • , - ; a: . :41.- . dl. - •ii
.. {r: -.- :El. 4.",; .1 7 - .,:!.4rt In -_-_-.. ill [1.••=t1.' cm -HI i..7.--. *dem eti!, ti4.- t ia_ r. f' .4 t. ill: 7...; .11 ff !I..i L, se.t ::":"
H▪ i- •e--_":1:11:1=- I il.F-- II -.77..:. al (74--H-01114, lk.--;. --:.!V- 111.if ! IP" Ilr-72--11.1 - 'Ii - 41 :t 4 -1 11 2.L, !P ;:-. il , ':;1 :.- t 41 __ li I;
E-,-,1ii.:.4- J.• ;--a,41,4,-.-.:...41• , ii.÷ -•.-.,41-7,7 ill '1-.• I;iii-.; i • -- :::,;='a414 e•til 2.'- ;L.- iY -_- PI:: t.t:..„11,4 .7_ l':' r_ 3[1..-;. 41 .E.1 Ii!1„ 'II -i-7„
• • • • • a • . • • • • e • • •
l -111;m4-2•11. i.1/2 al!....: ;!:1-.7-7. r ITT. 4:S -314'E.= 1 •••,74 ii-1;..Tqj rit irl 7 i -3- l'• f-, :i• J.L-- ;1, ,'_-: Itr:
6; 4.:.,-, .lil c,:„ -li: ..... ili 7,- llpil !"-• CO, l-=‘!- t' , . litA•
• • • • • - •-•-, • 417. PUSLit• , • • • • • .
- ' • • • • • • • • . • , .• I. •• •
OLE il ,..e.- li .a• Ill .i -:.it r7-,•,.:-.-.1b.r..,L1 -.. 1. iv: - , .4 .4: LIV.i.4;• Hi riri • • •--.- IV -4 ;NetarY Public t. a T - II lg re ill d.. IL ;-;ll.7-.!°il
.w.r lil .4 iii :-.•. .1! .4...j4 ill. ,.! • li.i :1.4! • ,!1!-- llik dirt! 41-44 (bele° ll 4-7 111•7;11F•••• =thrr;11 :-- •11. - • $I 7T -II ••-• II e '•-• '11r • .1 •n. Ir. -. I11 - - 111' :-tr;r
:1! ‘• 14; t-_,.; ;Ii: _, it.r.i,113:fr.;!.li : ...1,,_:,_:_ ii . 721,.....721,%.-:)1,,±.:r „. ,, JOSEPH ,O.2.UDONI .4.• .= 1,, .7.-,.. 4. ,,.. :i._,...- I, '‘-.,:i;:iiI
: 11C7---- ill e- rr ::-..---./17". It"; if4:i: iitil47---.7.•=r- Q. -k..: 'i i -7= -1:11.--7:![;4.4:i[i'= !IC; NOTA$Y, P1-93.uct.;*!ti of Mir's. 1 = ... =_si, . i -
P,7 ---t ;ir.$ 4,4r....- .41 r?...‘. 1.11.4.4 11 -7-C:61114 h :•ir 4,•.%. li i !I i -;,r1+:arr..,111,11.1-:, ,11.r-±. Qualified in!State of:Illinois ,i. =E; l'' '-,- ' - -4..ii
7- 11.7 illi F..• --; 11."-.‘. Jr-7-_€:!liF.-:zt- .-t----. 1• ::•-•- .1 .e; IF .1.--.P.:410 .7.-• El -c -• ' - ExpiresMarch 4-1984 El r - - %--- El' 1.
•r:•_: ''' -- '''' '
•
----n-.r.-
•- "--- o111 .--1 ' •• i .• -:-. •o• •f, r._Iili•°!"• ...-. 4 • I..=I v• • :, ..I..H1P7..:-. '• .'•t1: •,Ii. •.-
•i•,•it ?.2..• 1li •d;irt;• d•-tI•-7:• . l7 ll 4rI1!.t = L' r2=t • '1 li
StateofIliho.,7*, I • ...i ; _. . 1.y. . ; •
is :,. _ 1.„.=J::1=11i0 • i . L • 1 , 1, 41t. 1 „...• ll_41 L_!l•j•=-_: • t) ,.. . :!
•Cunty of,Cook )a•.7•.. ' { •1.=77-aF;.
-- gi 1;.ill 41-:4jl = •4[1_II IL 7ril;;H••.;11.7.-. 1 .;
1I,
1.
•
Mk • •
V.: .1111t.Lrn• -11.1:: 11 rr :II Hi - 40 Rwr-Ii....1citim•ak. : . .--t1 11 - 111 ri 111 CERTIFICATEl,7111.7=-7 Erlf71,Erl -4-3z,ElaYtslE1 .-4-1-Asatml .`,7),•a 7-7 EJ: 7 E....--=
laj:t,,,,ilta- Ell P
• -: tet':t-',-k4-1 - l.' .
T -" r; 1.1•
ll;Ett!"a -,,hlrllCilI-Pv.-41v
-,, 2 _-- - Ji? if- :.▪ l__I..4.,1_
•
• , . i,theu• ndirsigndgecretaryofBERTTAGE
INSURANCE% 03.7i a !Estock i corporation .. of-.4the .Sta1e I of, film iss,AcCoi,HEREBY7,
ii;:CERTIF.Y .that the foregoing and attached • Poiver of •AttomeY and Certificate • of Authority remainein. full:Throe andhairlikit been:;
.-± • revoked;.; and , furthermore-, that the :.Resoliition ..of the Board, of . Direetairs, as set . forth .in the Ceititteite.pf:Authori, 'aternow in,
lr, -_,, . _ w rii Ai ..e: ili! ± ill 't li)l 1;11 4r--- • jj ""•(=. 1 •••` l. :::f li '7- ,i: '•e.- .,..ir 7 l'. -4-_. 111 --•_, Ill 11 -__- 11.,••-a•11;4t nr?1,..:1"--- t..--1' ='- !,1
&Ir.; . Signed ind "Sealed 'at dr .,Eitime Office,iof di Contpany, at thicolnviood, illinois: Datedithislyrt:s-7:-11.z.• ..ti ..).,.t.: :;;;I1/4 -dakTotail
• 'a .':t".:. ir =-...1E ay77.1A 12 .1-.1E' •-• 11•11- 417:21 /1:1-•.14.L*111ke--. 11*-iI:1111•17•-•111 irre;•111*t :6-•7:161117: -7-72 1111711% •Itliel.tlIrri•11 r* r-1"r•Sr.r:r 41I Zr 1111
1 tt :; 19 '../Iay -,_:_. ,.; .._. lir = pi“,_.83 ..,-.._‘ oi 14;7; fili et[t :._ 'It t. 4:t -t it%! ...-:,. ii,,La;-.-Iiv --74* -_--4.:Lci-rWl"-k-1, IP
k - • r
• • !,-.+ylli 4=1; ill:yr.. ill :-.. lil L- iii ;.g.i14 !!!--4' ill ;.=.4.-L'...- V:1 -4N 'ILA. -.1 ! ! ! 4' I “..,- llll --:: ! it, • - I!!
1' .1--- •PI:‘= -.11." ,,i •:t.-;-- 74-cz-gir,e:-±11:. tr./t.',-ai.11•!•;-1. :1 S I= 4 .1 I =51• .1 :11 4*7--:thr 114 ot:1•
• 7 • . •
III "‘1.-. rIl -1-7.: 1 •-• t I.-=- .11: Zrr• 111
• G
!•••• :•I III" I r! 1.1 :11 ••••: • . I. - 17 6.; •It
Gm : 1 =.- w ••••• 111 - • i 111 •-•It II": I
fif 7---- ill.±.L,,r,-- iv:. ,1,-Ep L., -..1r 7:::.[Ir
7-. :. II =,...: I" :f :.:
- 7 ; .
E.E.7 Irl .e. ill n..- ;Ii •:= iL TT: _ .
:111:171; 11111 -• !]1., .TGL-‘.I r:‘1:111‘..t4:1 1:"I•G: • ri.:3"-".•11.1:'t • 11
•11 ;1*.t .11 irf:1••;:7,11 ±„ir te I!`lr 4m. lit ▪ =_t•,.qi J.1 e*1:111 • F
C-1!..&.111/ 4 I= --tc -.• 11-1.E- • SEAL. y,
•
7 !I k P. ...tit; ed.:: ••111.1...-±: .111.1e 74,
•4.. 4:: fir -2f 11.:4, !I!, •
.1r1 I `5-27.111.1.• 1. :'11 11 a:1 -. r:11
ij:Tft J11 1 .▪ 11
ARKANSAS PERFORMANCE AND PAYMENT BOND
(14-604 Arkansas Statutes)
KNOW ALL MEN BY THESE PRESENTS: That we (1)
a (2)
corporation hereinafter
(3) Heritage Ins. Co. of Am. of Lincolnwood
Illinois hereinafter called
Don Mitchell, Inc.
called "Principal" and
, State of
the "Surety", are held and
firmly bound unto (4) City of Fayetteville , hereinafter called
Nineteen Thousand Four
"Owner" in the penal sum ofHundred Seventy-eight and ndilOars ($ 19,478.00),
in lawful money of the United States, for the payment of which sum well
and truly to be made, said principals and Surety bind themselves, their
heirs, administrators, executors, successors and assigns, jointly and
severally, by these presents.
THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal
entered into a certain contract with the Owner, dated the 21st
day of April , 13__, a copy of which is attached and made a part
hereof for the construction of:
Miller Addition Sewer Extension
NOW, THEREOFRE, if the Principal shall well, truly and faithfully perform
its duties, all the undertakings, covenants, terms, conditions, and agree-
ment of said contract during the original term thereof, and any extensions
thereof which may be granted by the Owner, with or without notice to the
.Surety, and if he shall satisfy all claims and demands incurred under such
contract, and shall fully indemnify and save harmless the Owner from all
costs and damages which it may suffer by reason of failure to do so, and
shall reimburse and repay the Owner all outlay and expense which the Owner
may incur in making good any default, and shall promptly make payment to all
persons, firms, subcontractors and corporations furnishing material for or .
performing labor in the prosecution of the work provided for in such contract,
any any authorized extension or modification thereof, all amounts due for,
but not limited to, materials, lubricants, oil, gasoline, coal and coke',
repair on machinery, equipment and tools consumed or used in connection with
the construction of said work, fuel oil, camp equipment, food for men, feed
for animals, premium for bonds and liability and workmen's compensation
insurance, rentals on machinery, equipment and draft animals; also for taxes
or payments due the State of Arkansas or any political subdivisions thereof
which shall have arisen on account of, or in connection with, the wages
earned by workmen covered by the bond; and for all labor performed in such
work whether by subcontractor or otherwise, then this obligation shall be
void, otherwise to remain in full force and effect.
.;)
The Surety agrees the terms of this bond shall cover the payment by
the principal of not less than the prevailing hourly rate of wages as
determined by the Arkansas Department of Labor or U. S. Secretary of
Labor, whichever is greater, to all workmen performing work under the
contract.
PROVIDED FURTHER, that the said Surety, for value received, hereby
stipulates and agrees that no change, extension of time, -alternation,
or addition to the terms of the contract or to the work to be performed
thereunder of the specifications accompanying the same, shall in any wise
affect its obligation on this bond, •and it does hereby waive notice of any
such change, extension of time, alteration or addition to the terms df the
contract as to the work or to the specifications.
PROVIDED FURTHER, that no final settlement between the Owner and the
contractor shall abridge the right of any beneficiary hereunder, whose
claim may be unsatisfied.
IN WITNESS WHEREOF, this instrument is executed in six (6) counterparts,
each of which shall be deemed an original, this 6 day of
May , 19 83.
ATTEST:
_SECRETARY
4c,entrgi.040.
_.47StAtIS);.
-
41"%•;012;
= rt -ori -RA -•,4x
C2,072.
‘-•e,
(PRINCIPAL)
(PRI
BY
(TITArt?
Dept Mitchel).
nc.
rdL
(ADDRES
cal hci
ade
----age-Nnsur
America
S TO PRINCIPAL
••••
SE tR SURETY)
WIAXis Fields
•-
'5"
WITNESS AT TO ATTORNEY-IN-FACT
Marilyn Williams
. Babb & Associates, Inc
ADDRESS
P.O. Drawer 15430
GMF Little Rock, AR 72231
G
tEY-IN-FAC
D. Michael Babb
Babb & Associates. Inc.
ADDRESS
P.O. Drawer 15430
GMF Little Rock, AR 72231
SPECIFICATIONS
FOR
MILLER ADDITION SEWER EXTENSION
WORK ORDER # 2706
CITY OF FAYETTEVILLE
FAYETTEVILLE, ARKANSAS
March 1983
CITY ENGINEERS' OFFICE
x3/107flw 4/.‘4212c:
‘9,45424/k awe D• n t/
iteriZeonst 727,47
•.011:111e e/20
31
INDEX
ADVERTISEMENT FOR BIDS
BID BOND
PROPOSAL FOR SCHEDULE I
0
ARKANSAS PERFORMANCE AND PAYMENT BOND
CONTRACT AGREEMENT
INSTRUCTIONS TO BIDDERS
GENERAL CONDITIONS OF THE SPECIFICATIONS
DETAILED SPECIFICATIONS PART I CONTRACT STIPULATIONS
DETAILED SPECIFICATIONS PART II CONSTRUCTION SPECIFICATIONS
DETAILED SPECIFICATIONS PART III MATERIALS
ADVERTISEMENT FOR BIDS
Project No. W.O. 2706
City of Fayetteville
(Owner)
Separate sealed bids for Miller Addition Sewer Extension
will be received by . Sturman Mackey
at the office of the Purchasing Officer, Interim City Admin. Bldg.
until 10 o'clock (A.MMUI. C. S.T. =M.) April 7.
1983`, and then at said office publicly opened and read aloud.
The Information for Bidders, Form of Bid, Form of Contract, Plans,
Specifications, and Forms of Bid Bond, Performance and Payment Bond, and
other contract documents may be examined and/or obtained at the following:
City Engineers Office; Interim City Administration Building
115 South• Church; Fayetteville, Arkansas
Copies may be obtained
upon payment of $ 10.00
for each set. Any unsuccessful bidder, upon returning such set promptly
and in good condition, will be refunded his payment, and any non -bidder
upon so returning such a set will be refunded $ 5.00 .
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 30 days after the actual date
of the opening thereof.
(Date)
navaa c.-are”wka v, v, cJwr."51-33-.C.-43\De,"
Bond # 1121064
HERITAGE INSURANCE COMPANY OF AMERICA
ILLINOIS
GENERAL AGENT
P.O. DRAWER 15430
BABB & ASSOCIATES INC. GMF LITTLE ROCK, AR 72231-5430
(501) 753-0555
BID BOND 1400-482-8841
KNOW ALL MEN BY THESE PRESENTS, That we Don Mitchell, Incorporated
R.Pget s AR
as Principal,
AND HERITAGE INSURANCE COMPANY, a corporation organized and existing under the laws of
the State of Illinois, and authorized to transact surety business in the State of Arkansas as Surety,
---- are held_and-firmly bound
unto City of Fayetteville, Aricaneas
as Obligee,
In the penal sum of Five Percent of Amount Bid DOLLARS, ($ 5%
lawful money of the United States of America, for the payment of which, well and truly to be made,
we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and sev-
erally, firmly by these presents.
April 4, 1983
SIGNED, sealed and dated
WHEREAS, the said Principal is herewith submitting proposal for
Miller Addition Sewer Extension
Fayetteville, AR
and the principal desires to file this Bid Bond in lieu of making the cash deposit as required by G. S.
143-129 as amended by Chapter 1104 of the Public Laws of 1951.
' •
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract
with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding
or Contract Documents with goodand sufficient surety for the faithful performance of such Contract and for the prompt
_payment of labor and material furnished in the prosecution thereof„or inthe event of the,fallure of the Principal to enter
...such Contract and give stich bond br bonds, if the Principal shell pay to the Obligee the difference not to ex-Ceed the
penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith
contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to
remain in full force and effect. All obligations imposed upon surety by this instrument shall become null andiioid;cand
all right to make claim in connection therewith shall expire, 30 days from the date of the bid letting for theliforenienlioned
construction project, unless, prior to the elapsing of said 30 day period, the obligee makes formal wriitin,regGe,st for an
extension of same to surety's attorney.in-fact, and said attorney-in-fact responds with written approval theitt
BY:
= -;L- if -t‘-- .-----
Don chell, corpot.p.ted---
l,-,;:- Neel 7;2
• ••:.- '7:. -v -f '0 -;.• -
r>\
6 ................. .eb
Sfr5f)% ...V.It. ..,
COMPANY OF AMERICA .-
_A
•I= 0 t.
-.;[Seal
, it= Attorney -In -Fur 4
4.74: ,.., - -•,, -re :-.4;
., , .., -.... .,
• 4.,-, + ....;,..„.7 N N1/4 aw
• ••••31 a
..+
alil• r•
a .•''
D. Michael Babb
HERITAGE INSURANCE COMPANY OF AMERICA
•
- LINCOLNWOOD ILLINOIS- . 1'1 't -
. . , . • • __ •
._
.
... , .
,
4- • - • - I
_ c.- , Power of Attorney r
_ --
- I •,,-
••• 1, 'nu; 4 NE: I
• •
7_ t47;-... 1,' - . -• -
- . •• •
r :at. • .::_ :1 .
rhe -- " I -
• I PRINEIPALDon -Mitchell , Incorporated r•--EFFECTRiE DATE Apr11;4', 1983
LfT _ 4Pr 31
•
k •
DBA 11 - - 1 -AmouN-r OF BOND $
1: 000 • od
- bi = • 44 Fr F k •1 '1 - = - 21 064'
•
• POWER NO. H
-
• • • .
11, ' - I. - i: • -- . 'i W --7- ! . C•- ,I. k1 4: j -.- 1 -
• .' • 7 KNOW ALL MEN BY THESE PRESENTS: -That the Hernagelnsurance CoMpany, a Corporation in the State of Illinois,haiing its 7;
_ principal offiee in .LincOlnWood;.111inois;piirsuant to the folloWifig reabliitiOif;adOPted by the Board of DirectOrs'of the said Company on :
I "r• thi.9th day cif Mareh;1979;to- wit: 'I = -74 , ,
. ., ,•IL_ 'The:President, 'or-. any Vice•President,. or 'otheT.Offiter 'designated br the •Board 7 -of Executive Committee slcill have authority, .
. r I .. ,• V I .. . I
'1, severally, to make, execute 'and -deliver a power 'of attarney constituting.as Attorney -in -Fact such persons, firms br corporations as such ..-7.
i'4 officers maY, select Chain tithe -to time.7iii-2=-: k4i ... i4 = in , .,. iti il t 'ft al 111i ___ 14 _ ;14 Te.: XII 7 _ ,414.:-._.0. .;_ •
ctdries'hereby Make, constitute and appoint Mike Chresienan, D. Michael Babb, Gail Brouillette, and orPhylli-e Fields of IslOah Liille Rock ‘ r
- .I; inithe-,Statejf Arkaneasc‘its ft -he -and liwfullattorney(s)-in-fact; :With:IMPpower and authority herebyconferred •in 'its name', Place-andl.
's
=stead, to sign, exeCute;acknowledge and deliver in its behalf, and its act and deed as follows .f_ t, 7-7 It., i.t-,7 !. - ,..1: _ .ii .-;,:, 0
...- ••••••••• . • 9 .• r p . p • •
='; qf 7 .•ii Th..... ”I 42:::: !" ...L I•I 1;: ;H 7 IFI ;%-=7 -•111 7 ;:rf .-1= ;I .7X. ni :11 NM.; ::-I.: 7 ..; •:: H... I•L; -. Al 'J •
Itt.E- C;1 I-1 111 ::: r: TP -L---a •Tp: 7 .
-The obligation of theCoMpany shall not exceed the 'sum of ren thousand (810,000.00i:dollars ,,,,v - • 4'4.--..i. . ..4,•-_.
1.11•••• •••• • • p. • • • . • :'•.: . • •.• . 4 . . • . I-
- .Hand tO :bind 'Heritage InsuraficT Conipany- thereby ai:fully and to the same extent 'jiff such bond orTiindirlaking was•signed b the- duly..
1I,iaiithoriZed-officersl of. thelHeritage Insurance CompariY,-and 'all -the' acts of .aid Attorney(S) pintuant: t� the -audio -lily herein given, are '
riherelirratified and confirrned.r.--2•1_a or r --.- 1; •_•:e ,f4 .t.• ::....e.. It 4... ;11..7_ .4....1-_--.411 4_,- 14 _ .: -..v. ¶j 19 ,11, . it...- Lip
i -- t.1 - Du: ,. '41- _ . .ii ?rn ..4 ;*„. 34 .?..-.. ik.3 -•Ill I .-- ]..4 ' -7.•• 111:•if 1171'. i!' •-1-: If; 7 Ai = 1717 'J."- 11.11.- 7- /11 -7 n?• 14. 4-r--:
.•L •oi IN' WITNESS WHEREOF, the „Heritage i Insurance- Company lias caused -these-presents to be_ signed by,:its :Pres 'dent, and/or its -,
7."Viae-Priiidint, iiid its COrpoiate Seal t� be hereto affixed .' '
4..11 - i -' 2 :217-7_1:•17',. . l- l.i1e-l--l-'1--. i -i.'' -•.j;i vl A --: 1 .• f i -M-.i.'i. .1 -L -.., - 1I
41II.7;ii17=:3'TI/''-II-2 - -,atIeri-t-iL-t!Lt r=; 3 7• I .qc;1:‘_. _ 1 i :
• •
•••••••
i. II , ..' XI:4 '1.. tl g •••:i it: .•..m ..:17 :-.. Ph ,...; A' ..-7= i 1 .7._.: •ri..7...... ,• 1 ,, „±---- t: .1.7 1 -v••• It :2 "1:5 7 '•-. :. 7 7 7•:1: 1.- ' - -f-lh._ It• _
1 - - • • • • •••••••lx.cosoN,- • - •r- ..,...r.HERITAGE-.INSURANCE _COMPANY OF_AMERICA • ,: • . •
:I ---1 (.1•L'=-- 'II 7-7.2 ili l' 147,ill•-.7••,11,--i6„-44 \r• 'I• r li a - •J? '-'•• •- i .--- 'il I -? 'II- 1 11 "I ;I ,: 1-,r .fl in "I.i •
..- -
• • • 3 • • •
LP : In ••-::; Ill T_ 4• 1:1 7.7 lir :-. :1 i.---- 11-7 11 il•,7,#1,77SEAL-'-' ::t .4 ir- lir.-7 11 t- tli :=;.:. hill.• Irlf.-,-- 11, 7 11 7- 1•,1,1 T 11.4.,•_ illl l':. 41,1_ ri• i ril ---
lye* . VI fe :!1!-- i ir f i:ELI•,- 0 -„; 44; , 0 r. Ilit•-••= . -4 - " - r 1 !-. ..w 11 :1 7 7 - 7:/ 7 Pi: .7, t ..ij • ..- 11 - AI :,
•v 1'n ql it" ;II 9'17 ti 4 Ft` 4=-.- it" mi.7.• :II - iii -Ln 1.$ • '"°. e- i 3 -7 •:.' .:- It 7-11 : - - 7 ':•P "1 - - =. 11:jil.
••. • • p 1., 1 7 47b.. g ij • ..... at
11 11'.= :th•- '. IIII W r • : • . ?
iiim•• = ••.-
M. -: .• -ill ,Nincent Mr.Giacinto,' President 7, -,, ••1, '•;_•.: ,I1L-.= 1 - -
• :, • .
•
'HEI 4';‘'‘ di '7- '1.•1 : el = i!la.± Iry •-1I•-'--: :P.':•,111‘e_.•711:-14; 'II 7- ' 7 - II; = :11 -- ' ' -- i • •••• ? • ••• ' • I.. .11 - - - • • i I 'mil- I ••= • . -
i r ' 1.-• '''''a • it -6-- IIIIli "'n '1:1.- 'I :471.11I. 711 4I Tr:67ifit:1 f.r2111. 41ft .1 '-' 4114. '‘.1: :I r k. .1
• •
' Stat;of unnois-).1' . _ -•, ,-- ._ - . '.- 1 I• •- . 7 P• •••.- .. :4= I. 2•-• : I mom. ...•;- . :13 :P.= • dr -P.- el !ip
7 I; COillity:Of C001)=SS.7eli:1•===.1[4:17,4111•7=7 il • :-; di t '11 . It *ft-` I ii' -77 j': 7: III•':7 !' • 'Ili - :-7 1 . ==- 111 tu••=-• ch --
!:. .e---_.• 4,:,•;:i. ;13 1 ' r.t. 11:: -'.. th -:-
j] ,I,--.•• •1._ '' --_-_ : :111.= .•I'l;-3..i• !.t=...[(1 - :Ii.-ru: Lt1 7 1 if 2-7 i din 1! i ,...- II: -;=;:t'• .c•..., i.---?- ;11.-=..41,:. :•:
•
II•7 !III 6n his 9thrcl• ay.- of :11/a-rch;'1.579 -;:befaeTtlile.S-ubScribei; a' NOtirry'itiblic474 Ilie.• -Itate --of Illinoilin a•nd'for1 ill; dor-I-etc, 'ol" Crreic- .
_• _._
.i duly cOmmisSioied and qualified; ea-Me:WM: Giacinto of the Heritage Insurance Company; to Me Personally- known to be the -individual ,
.A11 and officer .described.herein, and who. executed the *ceding instrument ; and acknowledged the execution of the same; and being by nie •
duly ilgratt, deposed and Said,lthat he is the officer of said Company 'aforesaid, and that the seal -affixed to the Preceding:instrument is 7
-4 ;Haw:Corporate Seal of said Company, and•the said Corporate Seal and signature as an officer were duly affixed and subscribed to'the said '
[,, .,,,„ instrument by theluthOrity and 'direction of: the said Corporation, and that the resolution Of Iaid COmparTy, -referred to in the 'preceding -
. 4,1 - :, .. -. . - i •-=- ,•,ii .... 41-- 41 '-.., . ]....:- ii;)-. :i• .. lit -L.-. rtr - V a.:.[ :It Z:n -,ft .''' ,I -..n.. ,4,, .4--- ' • - . r s '' - 1,- - n 1 -
,:..,-.1.N TESTIMONY WHEREOF, I •
'haVe hereunto set my, hand, and affixed my official seal at Lincolnwood, Illinois, the day and year
, .... 1.117!I -r i!•• --i v -7 1 • •7:-.----- i: --• Ill.' 7 1I7:--"F!l •VP , l
▪ -- 1%1„.?1,i:11 1, 1.7ZnE;17
Iii ..- .-r:. ir.-7 vir :1-r• al -lfl- 11.1.1eliitifill -F... III`E;Lt-72:107-7 4j1...C.7 411 r: HI: L-..•1 7 in : II. r-- . I:- Z!!:2•2.. I', E- :41 ---i-_- v1"4_-_Killit.il P.:1••.e•rd.±r- ii::
•- • • • • • .
E. ni :±7.k :::f ::.±. 4ii•-4.-1.-Iire--- •11 :---•ti:,;_;_. ,I, r..L.•int.: 0 , a fi, ,it K...0, :-._•,q, - 0 7 1. i • -;_--- ir.:1 F-- if i"4,-,- 11 ..L.- 111•4 ;S'-' Ill• •77'. Ill :_. 11 li =
. . . . . . - sr 24„ 7 . . • ., . • a 3 • • 3
i:IVI-,--7 _--_-&1 ' f• '7-7=it-T. "It 1'; if' dfl, - '0.9. ._ 41•• 7 e j... 1 I It ."...;-- . 7 . . • 77 k.Ir. il n 11
•T ijk '=.7-1 ilil ...... !H 27 4;/ 7-77 it', 7: L: :-. E71 ."7 irt f °. Inn,hfr.E.- 7. i7I 77 ;: :,k I .15
. .
I .
11. -_41-,:, .:,' T :14 T II eac:Latiloi?"‘ -40: 7. .'` p : ' a ' .
.ed - . . Isiotary. Public_tf'- • :11 •.:. 1 1.:-- !I E__
l• --*-- • 11.
-...itlei.-•,-.11•It. rIJIE-j, tiiii. 1 C.:: •1.-`. 11 = I: ••77... teii,;;;4 N II ," LY. -Le- SVI: 't e '.*I.V't •il?•:::.:TIJ -=4;E:: :II EP. Iiii °flkqi-r±•111:E=.1Z 1.7
::
fli Iti-‘" in ..-- n• ;II": Ile ial ::: II ‘r• J.: 'IL- ql :-.• 11• 11-._ riff •'-,,77 .i i- '' -.:-.. 1--- .t.:, i' i. .T pl-JOSEPH!P•-,uPoN1 i'? -;.;11.1,: 41• 1-, ;p .P.- i::-.-77 ":•
...... • •:.
If -.7:- •1 -7- f It= tr ..€- Er 7:‘•-, It's 47,- ilk :7 11,7:: it L- 'i 1---- /11..."-:jri 4: ,111 NO. TARy.Pupuc, Siate .of Illinois. k ::... ...i.':_-,- ,21 _--;• ,74/ e.
11▪ .T-1 l'r "1":111=1' -:‘:- '•" •:--7- .1 -" 11 •=:- 4' ••••:- '1: I'l 'IL ';'-'-' 1 : T• • ,-; '•7 Quied'in!Siate rif:•Blinoisrll i.r.r .vr -_--411, -€7.-• 111
. . . •
.• 0 • • . • • • . • • • •
•
•
. ....• • • - .11.--•••
-:: 711 4= II:1 7-:::-` '0 --et ":1 7-7-111e:111-1.-- '14:1 iii i-= CI -E- n.....t :1, = C1 .-"-= .1 .z- -11 ';COMm. atin EZpireeMa• rcli EiT1984 '1'1 -:.--7‘.'/' 47 ' - ". -
II.. e ,, 'I: -- .111-- ;Lit.: 1 il ..y..- 111i 2.., • W Z.7, ;i r '77." ;11 .-:--: j) -. .it -7" !IjI -7-' i a I'V • 7.-.z•rt-I-Ir.-.,:i?-:-:::.11• .±:- • ,H:; --)ti ..:•:-..:.:±::1141:::!....± 11.
r- :, State of Illinois ) ss„ -..t.i.ap.,:.,:i.ir _-;; g4i1"..r- 11 4-7,7.131t-IL3.= it ...;:' Pa" ;II= ,J41.==.1:;-7. •,-j •=li 441 I:. Irl - ,.11 1_ 43i -T I.1 73 Ill E 04 _..-.
In - tY (3f. ''C°•°k ) 'PI r.- cl=f1:1----.;. tit. •!•• It l'it! Irr- VI' Tr- r --LA. P. ;.-*" :,1 - i'r;.-..!5;--•• ,:-I=.:11 -- it •-•• i]; -...- :I., .7.; b 7.7 ii €.- !!!
i . .....: • • • . .
•
3 • •
rr.P;L :II ;;P:: 'II 7- k ht:7; -•II 1:111k :4"7-1 :It .7--;7: kif ;----÷ '11,.t 1,T-Hru, I:. 40.tERtIFICATE • LI •': Ili 1; ,i --II VI :-; IL; • FL- v1 ,-"I-' '11 r: • I'771“r---- 11l•
t al _ fli-r_i't:1 E-7.1!! it,- r0.;;;;III ',T I:i •_ u'Ll a •!!1=7=ip :.-; ii r.:; . 4: ••,;:tii-c,- ,ilikt,-.:t•Is7Hai! .-__.• it,• _-_" L.!A-L Aizr.(1,1-afrot-a•;:i.-,--;
_ .
•
•
• • { • • .• 4 • - • - • . g • • . I. A • ••• • r
11. -:-:t..' r I,: the 1 iiiidersignech,rl Secretary, of, HERITAGE ..11VSURANCE CO/t a , stock'. corPoratiOn of ;the State : ofAllinois; :DO . HEREBY,
1 : !CERTIFY...that the .foregoing and• attached Power: of, Attorney .atid:Certifieite !Of AutholitY remains " in • full force and:has net , been i
k- revo ed„ and:furthermore, that the Ikesolution ' of ithe Board .of;Direetors;:-as •set, forth in the Certificate of Authority,H are now in
.......----1 force- . . . . . . .. .
•
re • :4 .--- Signed 'and ' Sealed •at the •Hinne Office of the Company, at . LincolnwoOd;Illinois. Dated this I, ' :1 .-_-
_ .
, __. L . -•..
• • .1. Id .
. II
. . . : . ... -
4 = .! ". = .1= 1. -.- ::. : r -it -:•••t" 7.: " !I- 2.!
. _ ! 4t.grcdaY tar
Li t:' li _ [ , ,=_ 3 4J et._ ill ;._ 'i4 i'44.3.- i'...rj- b..-- : 1.-•- '3-- •.jr. 7 I:k•J •'. ILI - :t• - 7 4
• ._ _
•
...-.- 1.H t. --j- 11 April 1- 4; ' •r• & r ::• : " 83 .., tilt „._ rit-2-7, qi a Iii -r-:,..- ils a iii -F irk -.=-2 kile-iti .•-a- 7 Pr. - -44-•
• I. • ' ' 411."0:11 rf.
. • • • • . . • ,
11; k --. '::11 •1‘1. 4. -=; t -;:; .:I I .1717i 10 :t VI t 41 il ;11 :::: I i 1 t-....= 0 :- 14 -at- II; '‘...t. IP .;: J.V.: -7- •e:)1 =t- /V.-..: • :AI 7- IL F. '
. . . ''E Ikvi7 I. (i::e *
r 1.,..:r: -7-II'D ...:.4 1',:,.„ tp .7' it e tIr In- litelit7 ili 7- t it- • t!'. :-.-- '11(.47-. Ow -L_; !It= -11O=1-11." 4f1.--- 9r '''' 743_,:-‘71tr,:::
Iii:1„......41.17.2.,.col.......10..nryli:...1:1:4..1H..._.. =.40 "a4.."444.4'.:tt t
• r • ' 4 a • • . . <
:.: "T'ilm.Y.11: 7 ' 1711..C7t‘'..7‘
..3!3,. - -_ .14t]...7±±__Ii.4!'.i1-.'4?-..-4h.7-- VII •;.-- ifeia-7,_,,a. 1 ,.
hie 14 4-7-----''' .7•7- Ile -.- F 7 It li .1:-T.- 9; = kite• . tit .--.. IP '-;•,-. 'i/ z-.V1.=.11q: t / -' - -1'w
• • - • . , . ..........•..„. . .. . ., . I. SEAL I re 1 1 =1 : ..;:ai 1 !Sec!le.Srietit14..--ctill:17-"1.
Ill da ill -::.-..- {II F-- III t-`7- tit = iiiii.77 al4-2- lit l'.: ill tor.. iii --tr--- fi. '7r !!". !Ii. r,i- ,Lje••
Wv.;.. it E: WIt--1::".L:114.::Irgt.1...:•11 --t"11.-7-TtiA":•-rif-=,-sli "rig*, -411 •:-", .i'i&_ Ili ii-- T. L.• ;0 ."-± ilt-....1._ f :. ...
. ,. . • • . . - , . • • •
717 t_.7 P,t- A! !,r7. HI, -7-7- :41.771 ••4 --: ,P,-:....0,ra.=.111-rillf.-7.11.f.tt_t!LI.-;...1 1, .= .4 r t ,;: : - .13 7z.7 fi-r=-_-:4L,-;:. ::;.• ;..-..11.7._ 4-_. i.
tit - tr. 77 7 lit " ,V1 ' 111 ' • 4L4-7-7 rr
"
111-9 ENCASEMENT PIPE:
Encasement pipe shall be one-quarter (1/4) inch thickness,
sixteen (16) inches diameter, spiral -weld bituministic coated encasement
pipe, or approved equal.
III -10 MATERIALS FOR SEWER SERVICE CONNECTIONS:
All tapping saddles, 4" C
specified on the Standard Details sheet
will not be allowed without the written
•
.I.S.P., and fittings shall be as
of the plans. Alternate materials
approval of the engineer.
•
4
injurious amounts of oil, acids, alkalies, salt, organic matter, or
other deleterious substances. Test specimens of mortar made from the
materials and the water to be used shall develop not less than ninety-
five (95) percent of the seven (7) day tensile or compressive strength
of the same materials and distilled water.
III -7 GRAVEL FOR SUBGRADE AND GRAVEL STREET REPAIR:
Gravel for subgrade shall be S13-2 and shall conform to the
following specifications:
SIZE OF SIEVE PERCENT BY WEIGHT
112"
1"
3/4"
#4
TOTAL RETAINED
0
0
10 to 50
50 to 75
#40 10 to 30
#200 TOTAL PASSING 3 to 10
The fraction passing the #200 sieve shall not be greater
than two-thirds (2/3) the fraction passing the 440 sieve. The fraction
passing the #40 sieve shall have a liquid limit not greater than twenty-
five (25) and a plasticity index not greater than six.
III -8 DUCTILE IRON PIPE:
Ductile -iron pipe 3 in. (7.6 cm) in diameter and larger shall
conform to the current American National Standard Specification for Ductile -
Iron Pipe, Centerifugally Cast in Metal Molds or Sand -Lined Molds, for
Water or Other Liauids, AWWA C 151 (ANSI A21.51).
Ductile iron thickness shall conform in all respects to the
current American National Standard for Thickness Design or Ductile Iron
Pipe based on a minimum of 200 PSI (1379.0 )(Pa) working pressure, laying
condition "Type 2" with 8 ft. (2.4m) of cover. Pipe 4 in. (10.2 cm) and
under shall be thickness Class 51; pipe 6 in. (15.2 cm) thru 12 in. (30.5
cm) shall be thickness Class 50. For larger diameters or deeper cover,
special design will be provided.
All ductile -iron pipe shall be push -on joint.
All ductile -iron pipe shall be bituminous coated outside
and cement -mortar lined inside with seal coat all in accordance with AWWA
Standard C 104.
All ductile -iron pipe and fittings shall be tested in accord-
ance with the applicable provisions of the specifications relating thereto.
t r R
rings and covers shall be as manufactured by Bass & Hayes, Neenah, or
approved equal.
Cast iron manhol& steps shall be 8 inches wide.
III -4 CONCRETE AGGREGATES:
Fine aggregate shall consist of sand or other approved inert
material with similar characteristics, having hard, strong, durable particles
with not more than one (1).percent by weight of clay lumps or three (3) per-
cent by weight of material removed by decantation. Mortar specimens made
with the fine aggregate.shallhave a compressive strength at twenty-eight (28)
days of not less than ninety (90) percent of the strength of similar specimens
made with Ottawa sand having a fineness modulus of 2.40 + 0.10. Fine
aggregate shall have a fineness. modulus of not less than 2.40 and not more
than 3.00 and the variation in modulus shall be limited to +0.20 from the
average of all tests. Gradation shall fall within the following requirements:
,TOTAL PASSING PERCENT BY WEIGHT
No.
4 Sieve
95-100
No.
16 Sieve
35-75
No.
50 Sieve
10-25
No.
100 Sieve -
2-8.
Coarse aggregate shall consist of crushed stone, gravel, or
other inert material of similar characteristics, having clean, hard, strong,
durable, uncoated particles with not more than five (5) percent by weight
of soft fragments, one-fourth($) percent by weight of clay lumps, and one
(1) percent by weight of material removed by decantation, except that when
the material removed by decantation consists essentially of crushed dirt the
maximum amount permitted may be increased to one and one-half (1 1/2) inch
and smaller or three-quarter (3/4) inch and smaller, and shall be graded
within the following requirements:
PERCENT PASSING
BY WEIGHT
Maximum size mesh screen (sq. mesh) 97-100
Half maximum sizemesh screen (sq. Mesh) 40-70
No. 4 Sieve 0-6
III -5 CEMENT:
Portland cement shall conform to the requirements of the
Standard Specifications for Portland Cement, ASTM Designation C0150, Type I.
Masonry cement shall conform to the requirements of the Standard
Specifications for Masonry Cement., ASTM Designation C 91.
III -6 WATER:
Water for mixing concrete shall be clean and free from
DETAILED SPECIFICATIONS
PART III - MATERIALS
III -1 GENERAL:
The work to be done under this contract as shown on the
Plans and provided for in the Specifications includes the furnishing of all
equipment, labor, tools, supplies, and materials required for the construction
of a sewer collection system and related work as provided for in the Proposal.
III -2 VITRIFIED CLAY SEWER PIPE:
Vitrified clay pipe used in this contract shall conform to
ASTM C -200-65T, "extra strength clay pipe".
All pipe shall be subject to tests as prescribed in Section II -7.
Pipe joints shall have factory -applied joints or coupling on the
spigot and bell ends of the pipe meeting A.S.T.M. designation C425 or latest
revision, and compounded of a high quality polyurethane elastomer applied
to the pipe and properly manufactured to a desired hardness and compressi-
bility to form a tight compression joint.
The resilient polyurethane should have the following
physical characteristics:
1. A minimum tear strength of 50 psi (A.S.T.M. D624).
2. Percent elongation of not less then 80 percent and shall return to
original volume and shape upon release of elongating force
(A.S.T.M. D412).
3. A compression set value of less than 5 percent (A.S.T.M. D395A).
4. A minimum resistance to deflection of 165 psi at 10 percent
deflection.
5. A minimum (Shore "A" durometer) hardness of 70 from a temperature
range of 20 degrees to 100 degrees F.
I1I-3 MANHOLE CASTINGS:
All castings shall be made of clean, even grain, tough gray cast
iron. The castings shall be smooth, true to pattern and free from pro-
jections, sand holes, warp and other defects which would interfere with
use of, or impair the serviceability of the castings.
Circular manhole rings and covers for sewer manholes shall be
250 pound standard in dirt or 300 pound in roadways with solid cover. Cover
shall have two pick holes, on opposite sides at the edges. Manhole
Y .r. J r R , c
+,r
3. Tapping saddles in place shall be inspected prior to installation
of service lines to determine that the saddle'is properly aligned over the
drilled hole in the sewer main.
4. All holes in V.C.P. sewer mains for service connections shall be
drilled with a 4.5" O.D. to 4.8" O.D. drill bit suitably powered, driven,
and designed for tapping sanitary sewers.
5. Holes in D.I. sewer mains for service connections shall be drilled
as outlined in Item #4 or may be drilled out as follows:
a. The tapping saddle shall be placed on the main and the inside
circle of the tee off shall be marked with chalk.
b. The tapping saddle shall then be removed and the outline of
the service hole shall be hand drilled with 1/4" diameter or
smaller drill bits.
C. The metal saucer removed from. the pipe must not be allowed
to fall into the sewer and proof that it is not in the sewer
must be shown the inspector.
d. Once the rough outline of the service hole has been cut out, a
suitable saw must be used to cut a smooth circular hole out of
the sewer main of the correct size for the tap.
e. The tapping saddle may then be installed and inspected.
6. No taps shall be made in manholes unless specifically directed by
the engineer. In the event taps are allowed in manholes they shall be
paid for at the unit price given in the proposal for bid item # 24. 1
7. 4" C.I.S.P. service lines shall be installed to the property lines
of the individual owners of the tap, unless otherwise directed by the engineer,
and at that point the contractor shall reconnect to whatever type of service
line is encountered as shown on the standard details sheet of the plans.
8. , No sewer service shall be deemed necessary to reconnect until it has
been smoked by the Water and Sewer Department to determine which house it
serves,. unless otherwise directed by the engineer.
9. It shall be the contractors responsibility to locate all sewer
services which must be reconnected to the new sewer mains.
The pavement and base shall then be removed for a distance of 18 inches
from each side of the trench. The Contractor shall then replace the base
with 8 inches of reinforced concrete pavement using high early strength
cement. The concrete shall have a 28 -day strength of 3,500 pounds per
square inch. Steel reinforcing shall consist of No. 6 rods placed on 12
inch centers both ways.
If the original payement is concrete, the concrete base
as set out above shall be constructed flush with the top of the existing
pavement which will require a total concrete thickness of 12 inches
rather than 8 inches as shown.
The finished grade of the driving surface shall be uniform
with the existing adjacent driving surface. A finished top grade tolerance
of plus or minus 1/4 inch will be allowed. The tolerance will be measured
by use of a 16 foot straight edge placed parallel to the roadway centerline.
The plans show repair detail as set out above.
The shoulders of the highway which have been disturbed shall
be backfilled with SB-2, thoroughly compacted, and the surface shall be
replaced to equal or better than the original condition.
It should be noted that it is the responsibility of the
Contractor to provide sufficient flagmen, signs, barricades, lights and
other items required to insure complete safety of the public and the work-
men at all times.
Since the return of the deposit required by the Arkansas
Highway Department (the cost of which will be borne by the Owner) depends
upon returning the roadbed to its original or better condition, the
Contractor will be required to complete this item of construction to the
satisfaction of the Highway Department.
II -18 EXCEPTIONS TO CONSTRUCTION SPECIFICATIONS WHEN LAYING 4"
C.I.S.P. SERVICE LINES
All of the provisions for laying sewer pipe, as outlined
elsewhere in these specifications shall hold true when laying service lines
with the exception of the following:
1. A hand level may be used to establish grade.
2. All 4" C.I.S.P. in place shall be inspected prior to backfill.
II -19 ADDITIONS TO CONSTRUCTION SPECIFICATIONS WHEN LAYING 4"
C.I.S.P. SERVICE LINES:
1. The minimum grade to be used when laying service lines shall be
¼"/ft. unless otherwise directed by the engineer.
2. No bends shall be used anywhere on service lines unless specifically
directed by the engineer.
Y
II -16 CLEANING UP:
After the construction work is completed, all refuse and
debris resulting from the work shall be cleaned up and disposed of to
the satisfaction of the Engineer. All excess excavation, waste concrete,
piping, lumber, and other refuse shall be removed from the site of the
work and the site leveled, graded, and dressed up until it is neat,
smooth, and workmanlike.
It shall be specifically understood that the clean up
operation, shall be maintained as closely as possible to the pipe laying
operation. If, in the opinion of. the Engineer, the clean up operation is
not being maintained satisfactorily, he may suspend the pipe laying
operation until such clean up is completed to his satisfaction.
The cost of all work under this section shall be included
in the appropriate unit price and will not be paid for separately.
II -17 HIGHWAY CROSSINGS (STATE OR U.S.):
The plans show the location of lines where crossings of
highways are required.
The crossings shall be accomplished by boring and the
insertion of an encasement pipe of the length, type and size as shown at
each location on the plans. In the event rock conditions prohibit boring
of the road crossing, the Contractor shall contact highway department
officials and point out to them that an attempt has been made to bore the
crossing and secure permission to make an open cut. Unless an open cut
is made, the trench shall not be opened closer than 10 feet from the edge
of the driving surface.
If an open cut is required, then the following procedure
shall be followed:
The highway must be kept. open to traffic at all times.
Consequently, the Contractor will be required to complete the crossing
in two stages, keeping at least one-half of the roadway open at all times.
The crossing shall be made in the following manner. The
pavement shall be removed the minimum width required for installation of
the encasing pipe. All pavement cuts shall be made to line with the use of an
air spade, line drilling, sawing or such other equipment as is required
to form a true line for removal and replacement.
The Contractor shall then excavate the
earth from the site and install the encasement pipe.
then be made by using Arkansas State Highway Departm
compacting to a minimum of 95% of maximum A.A.S.H.O.
shall be made according to the latest specifications
backfill shall be brought to the top of the subgrade
trench, remove all
The backfill shall
ant SB-2 aggregate,
density. Tests
of A.A.S.H.O. The
in the above manner.
unit price for pipe, and shall not be paid for separately.
II -13 CROSSING FENCES:
The installation of lines may necessitate crossing several
fences as shown on the Plans.
Prior to clearing the right of way, the Contractor shall
install a braced post assembly on each side of the right of way so that
when the fence is cut, the tension on the fence is not reduced. He
shall then construct temporary gates so as to maintain livestock in the
original pasture during construction.
After all construction, including cleanup, is complete, the
fences shall be rebuilt to equal or better than original condition, using
new posts and wire. The wire used in rebuilding of the openings shall be
of the same general type as the existing fences. Posts shall be pressure -
treated pine, having a minimum top diameter of 4 inches.
Where removal, replacement, or repair, of chain link fences
is required, the Contractor shall retain a professional fence company
to perform the work. The cost of all work done under this Section will be
included in the Contract unit prices and none will be paid for separately.
1I-14 GARDEN CROSSINGS:
In the event of a garden crossing extreme care will be taken
to damage as little of the garden as is possible. After completion of
the pipe laying operation within the garden area the garden shall be dressed
with a minimum of 12 inches of topsoil and hand raked smooth.
II -15 CONCRETE:
All concrete shall be composed of the materials described
in paragraphs 5, 6, and 7, Part III, and shall be proportioned by weight
in such manner as to obtain a plastic workable mix. All concrete shall
have a 28 day compressive strength of 3000 PSE and a slump of approximately
4 inches.
In placing concrete, care shall be taken that the freshly
placed mass is so placed and vibrated that there is no tendency for the
coarse aggregate to segregate from the mortar.
All concrete shall be properly protected from too ,rapid
curing or from freezing while green.
The cost of all work in this section shall be included in the
unit contract price for Class "B" concrete and shall not be paid for sepa-
rately.
multiplied by a width of.thirty-six (36) inches, except that where a width
greater than thirty-six (36) inches is required and authorized by the Engineer,
the actual width of pavement cut and replaced shall be used in determining
the quantity of pavement cut and. replaced.
In gravel surfaced streets or parking areas the gravel will be
disturbed in excavating for sewer trench. After the backfill has been so
placed that no further appreciable settlement will occur, gravel surfacing
shall be replaced to the same compacted thickness as the original surfacing.
During construction operations, the gravel on the remainder of the street
not occupied by the trench may be disturbed and covered with dirt from
excavation. After completion of the backfill, such dirt shall be removed
as completely as possible and additional gravel placed on the street as
directed by the Engineer until the street is satisfactorily restored to
its original condition.
The Contractor will be responsible for maintaining flagmen
while working within or near city streets. In the event a closed street
is required, the Contractor shall carefully mark a detour route. The
Contractor will be responsible for providing and maintaining barricades,
warning lights, signs, washing equipment, labor, and every other item re-
quired to maintain roadways safe and comfortable to travel and reduce the
inconvenience and discomfort of adjacent residents as much as possible.
It will also be the Contractor's responsibility to replace signs,
mailboxes, posts, retainer walls, and other obstructions which were removed
by him during construction of this project.
Gravel surfacing cut and replaced will be measured and paid for
as the cubic yards of gravel actually used in replacing such surfacing.
Special surfacing cut and replaced will be paid for at the
appropriate contract unit price as given in the Proposal. Contract unit
prices shall be inclusive of materials, placement, and all work incidental
thereto.
II -12 CROSSING LAWNS:
The following shall apply to all lines crossing lawns, as desig-
nated on the Plans. After settlement has occurred, the disturbed area shall
be dressed out with three (3) inches of top soil and hand raked. The dressed
out areas shall then be seeded or sprigged with the appropriate grass or grass
mixture, as directed by the Engineer.
If lawns, bushes and small trees are likely to be damaged by
the work, they shall be taken up ahead of construction. They shall be
properly protected until such time as they can be reset.
It is the intention of this Specification that lawn areas be
restored as closely as possible to their original condition. The cost
of all work under this section shall be included in the appropriate Contract
outlet invert of the manhole and the top of the manhole ring.
Manholes will be measured and paid for at the appropriate contract
unit price as given in the Proposal. Unit prices for manholes
shall include materials, excavation, masonry work, and all work
incidental thereto.
II -10 CONNECTION TO EXISTING MANHOLES:
Where required on the Plans to connect to an existing manhole,
and where no stub exists in such manholes, an opening shall be cut in the
wall of the existing manhole of sufficient size to permit the proper
installation of the new pipe at the designated line and grade. After new
pipe has been installed, extending entirely through the wall of the manhole,
the opening around the new pipe shall be refilled with concrete, or brick and
concrete, and properly plastered inside and outside with mortar so that no
leakage can occur. Bottoms of existing manholes shall be trenched out and
refinished to the proper invert as previously specified.
The
cost
of all
work done under this
section shall
be included
in the Contract
unit
price
for pipe and shall not
be paid for
separately.
II -11 CUTTING AND REPLACING SPECIAL SURFACES:
Whenever it becomes necessary in excavating for trench to disturb
special surfaces, such as paved or gravel streets, drives, walks or parking
areas, the original surface shall be restored after completion of the
backfill operation. In these instances, special care shall be used in making
the backfill to eliminate future settlement. The surface shall be restored
using the same type of surfacing materials that were used in the original
surfacing, except that asphalt streets and highways shall be replaced with
concrete as shown on the miscellaneous details sheet in the Plans.
Backfill of trench lying within roadways shall be in strict
accordance with the applicable provisions as stated in Section II of these
Specifications. The condition of the backfill, with special regard to the degree
of compaction, shall be checked and approved by the Engineer before any
surfacing is placed over the backfill.
The replacement of special surfacing shall follow as soon as
practical after the completion of the backfilling operation so as to restore
the roadway to its original condition and traffic capacity. If in the opinion
of the Engineer the replacement of surfacing is lagging, he may, at his
discretion, suspend the pipe laying operation until the replacement of sur-
facing proceeds in a satisfactory manner.
Immediately prior to replacing asphalt or concrete pavement or
surfacing, a chalk line shall be made along both sides of the trench
at the proper width, and the pavement trimmed along a straight and vertical
line. No claims will be allowed for additional width of pavement cut and
replaced occasioned by this requirement. The quantity of asphalt and concrete
pavement cut and replaced will be determined by the horizontal length of
pavement actually cut and replaced measured along the centerline of the trench
Cu
diameter of each pipe entering the manhole barrel shall be cut
smooth with the inside. edge of the, manhole barrel and the invert
shaped throughout from all inlet pipes to the outlet pipe.
3. Manhole Barrel. The barrel, forms may be set as soon as the con-
crete base has cured enough to.support the forms. The manhole
barrel shall be of such construction that the finished manhole
will have an inside diameter of 4 feet 0 inches, plus or minus
one-half inch. Concrete used to pour the manhole barrel shall
be 3,000.pound per square inch test with a slump of approximately
4 inches.
Before the forms are set in place, any water that may have
accumulated in the excavated area shall be pumped out and, if
required, the concrete base throughly cleaned of dirt and debris.
Before pouring of the concrete begins a two inch layer of grout
mixture, as set out under "Invert" above, shall be placed in the
bottom of the forms.
The forms shall be removed after the initial set of the concrete
so that holes may be cut in the manhole barrel for the installation
of pipes that are to enter the manhole at points other than adjacent
to the manhole base. After these pipes have been put in place,
the barrel shall be repaired using a grout mixture as set out under
"Invert" above. If honeycombing of the barrel is found to be pre-
sent after removal of the forms, they shall be repaired as directed
by the Engineer.
The top of the poured manhole shall be left at such an elevation
so that two rings of standard bricks are required to bring the man-
hole ring to the finished elevation. A three inch wide by two
inch deep keyway shall be left in the top of the poured manhole to
hold the mortar for the first ring of bricks.
4. Curing. Curing compounds or covers may or may not be used at the
option of the Contractor. However, it will be the responsibility
of the Contractor to protect the concrete to prevent cracking
during the curing process and to protect the manhole during freezing
temperatures. The Engineer shall, at his discretion, prohibit
pouring concrete during the periods of extreme cold or inclement
weather.
5. Backfilling. The manhole shall not be backfilled less than 12
hours after the forms have been removed. Extra care shall be taken
to. compact all backfill to the top of the highest pipe entering
the manhole.
6. Payment. Manholes will be measured by the distance between the
various utility owners: City (Water and Sewer), Warner Cable (Cable),
Swepco (Electrical Power Lines), Arkansas Western Gas Company (Natural
Gas Lines), Southwestern Bell (Telephone Company) will cooperate with
the contractor in helping locate the underground services, and must be
notified before construction proceeds in the vicinity of utility lines.
Where the Contractor cannot make adequate repairs, the various utilities
will make repairs to all services, and such costs will be charged to
the Contractor. The Contractor shall make arrangements for this service
with the various utilities either before the bid is presented or before
construction starts.
Although not anticipated, septic tank disposal fields and
related piping may be damaged during construction. If so, the Contractor
shall make the repairs necessary to put the septic tank system into
operation.
Where the plans show a portion of the line to be laid adjacent to
power lines, it shall be the responsibility of the Contractor to make any
arrangements with the power company for "tying off" poles. It also
shall be the responsibility of the Contractor to take whatever steps are
necessary to provide for the safety of the workmen and equipment when
working in the vicinity of these power lines.
II -9 MANHOLES:
The construction of manholes shall follow closely the progress of
pipe laying. If at any time pipe is laid as much as 1500 linear feet
ahead of completed manhole construction, then pipe laying shall be
discontinued.
Manholes shall be constructed in accordance with the details
shown on the drawings. Manhole bottoms shall be of concrete poured to
dimensions and grade indicated.
1. Base. The concrete base shall have a minimum thickness of 12
inches and shall be poured on undisturbed earth. The base shall
be poured so that the top of the base is a minimum of 2 inches and
a maximum of 4 inches below the lowest pipe inside the manhole.
except when lowest pipe can be laid continuously through the man-
hole, the base may be poured to a point 2 inches below the center-
line of the pipe, providing this point is not above the invert of
other pipes entering the manhole. The base shall have a minimum
diameter of 8 inches greater than the outside diameter of the
finished manhole barrel.
2. Invert. The invert of the manhole shall be hand placed and shaped
using a grout mixture consisting of two parts masonry sand and one
part Portland cement. The base and barrel of the manhole shall be
thoroughly cleaned prior to placement of the invert. The invert
shall be shaped and smoothed so that the manhole will be self-
cleaning and free of areas where solids may be deposited as sewage
flows through the manhole. In all cases, except where the sewer
pipe can be laid continuously through the manhole, the entire
a
The low pressure air test shall be conducted by plugging each
opening in the reach of pipe to be tested. All plugs shall be braced
against slippage due to internal pressure': ,One of the plugs provided
must have an inlet tap or other provision for connecting an air hose.
After the air control equipment is connected to the air hose, the air
pressure shall be monitored so that the internal pressure does not ex-
ceed 5.0 psig. After reaching 4.0 psig, the air supply shall,.be throttled
to maintain between 4.0 and 3.5 psig for at least two minutes in order
to allow -equilibrium between air temperature and the pipe walls.
During this time, all plugs shall be checked to detect any leakage. If
plugs are found to. leak, the air shall be bled off, the plugs tightened,
and air supplied again. After the temperature has stabilized, the
pressure should be allowed to decrease from 3.5 psig to 2.5 psig. If
the time required for the pressure drop is greater than that shown in
the table below, the pipe shall be presumed free of defects.
PIPE SIZE MINIMUM TIME (MINUTES)
6
Inch
3.0
8
Inch
4.0
10
Inch
5.0
12
Inch
5.5
15
Inch
7.5
18
Inch
8.5
21
Inch
10.0
24
Inch
11.5
30
Inch
14.5
If by use of the above procedure a faulty section of line is
found, that section of line shall be. tested at 20 foot intervals to
determine the exact location of the leakage.
If a section of piping is found to be leaking the exact source
of the leak shall be determined, a repair made, and the entire section
re -tested.
The Contractor shall make the necessary arrangements and pro-
vide necessary pipe plugs and equipment required for testing.
All sewer pipe as shown on the Plans will be measured and paid
for as pipe. The quantity of sewer pipe shall be determined by
measurement along the top of the pipe as laid from center -to -center of
manholes. Depth of pipe will be measured from flow line of pipe to
existing ground elevation.
II -8 CROSSING AND PARALLELING EXISTING UTILITY LINES:
In some instances the pipe will be installed under, alongside and
over existing utility services. Much of the time these will be difficult
to locate, and in some instances impractical to locate. The Contractor
shall be responsible for locating and protecting such services. The
Trenches shall be backfilled with fine, loose earth free from
clods or stones larger than two (2) inches in any dimension, and of
proper moisture content. This selected material shall be carefully
deposited by hand in layers not to exceed four (4) inches in thickness
on both sides of the pipe and thoroughly and carefully rammed around
the pipe until the backfill has been brought up to the springline of
the pipe. The backfill shall then continue without tamping but with
same material, placed by hand, to a point at least twelve (12) inches
above the top of the pipe. If the excavation is not suitable for this
purpose, as determined by the Engineer, then SB-2 shall be used for
this operation. The remainder of the backfill may then be backfilled
by any approved method which will not injure or disturb the pipe.
Trenches outside the public right of way will be neatly graded
up and left slightly "over -full" so that subsequent settlement will
leave the route level with the surrounding terrain. Trench on public
property shall be filled and refilled as necessary to provide a smooth,
well graded appearance.
All backfill shall be settled and consolidated until further
settlement will not occur. It is the intent of this Specification that
the Contractor shall be responsible for settlement of backfill in all work
covered herein. He shall refill trenches as often as necessary to bring
them back to original grade, and during that period settlement is occuring
shall refill them often enough to avoid hazardous conditions or inconven-
ience.
All excavated material which is unsuitable, or not needed for
backfill shall be wasted or disposed of to the satisfaction of the
Engineer. Surfaces shall be cleaned up, all hummocks and piles smoothed
down and the surface left neat and workmanlike. Where existing drainage
ditches are disturbed or obstructed with excavated material, such material
shall be entirely removed and the ditch left true to original line and
grade. Street shoulders shall be restored to their original contours.
All roadways and driveways shall be backfilled with SB-2 and
temporarily repaved with cold mix asphalt. The roadway or driveway
shall then be replaced as called for elsewhere in these specifications.
The attention of the Contractor is called to a separate Section
in these Specifications concerning crossing lawns.
SB-2 shall be measured and paid for as subgrade material at the
unit contract price given in the Proposal.
The cost of all other work described in this section shall be
included in the unit contract price for the installation of pipe and
shall not be paid for separately.
Water for flooding trenches shall be furnished free of charge
by the City of Fayetteville.
,. G
bottom of pipe to top of fill; length of fill will be as directed by
the Engineer. The volume "occupied by<th'e pipe will be subtracted from
the toal volume of the ditch filled with SB-2. No payment will be
made for SB-2 used as bedding.
Excavation for manholes and other accessories shall be sufficient
to leave at least twelve (12) inches in the clear between their outer
surfaces and the embankment or timber which may be used to•protect them.
The excavation of trenches shall not advance more than four
hundred (400) feet ahead of the completed pipe work and backfill, except
by permission of the Engineer.
II -4 EXCAVATION - CLASSIFICATION AND PAYMENT:
All excavation shall be classed as common excavation.
The cost of common excavation is included in the unit prices
for handling and installation of sewer pipe at the various depths.
II -5 BLASTING:
Blasting will be permitted only when proper precautions are taken
for the protection of persons, the work, and adjacent property; and
any damage done to the work or property by blasting shall be repaired
by the Contractor at the Contractor's expense.
All operations involving the procurement, handling, use, and
storage of explosives shall be in full compliance with applicable State
and Federal statutes and regulations.
Blasting will be done only after securing written permission
from the City Engineers' office. Proof of blasting insurance will be
required before written permission is given the Contractor.
The Contractor shall be liable for all injuries or deaths to
persons or damage to property caused by blasts or explosions.
The attention of the Contractor is called to Section 9 of the
General Conditions of the Specifications entitled "Insurance".
The cost of all work under this Section shall be included in
the Contract unit price for laying sewer pipe and will not be paid for
separately.
I1-6 BACKFILLING:
All trenches shall be backfilled immediately after the pipe is
laid using methods that will not disturb the pipe. Material used for
backfilling shall consist of the excavation or borrow of sand, gravel or
other material approved by the Engineer, and shall be free of trash,
lumber and other debris.
and the remainder of the excavation shall be done by the pipe layer
immediately prior to installing the pipe, using the final excavation to
firm up on each side of the pipe previously laid. The bottom of the
trench shall be generally shaped to fit the outside surface of the pipe
in such a manner that the pipe will be in continuous contact with and
have a longitudinal bearing on soil for the full length of the pipe
except for such distance as it is necessary for bell holes and the proper
sealing of the pipe joints. The pipe subgrade shall be accurately
graded prior to excavating bell holes. The accuracy of the finished
grade of the pipe shall be obtained in preparation of the subgrade. A
bell hole for each joint shall be excavated by the pipe layer immediately
prior to placing the pipe in the trench. Bell holes shall be of such
depth that the pipe bell will not come in contact with the bottom of the
bell hole. All trenches shall be so graded that the spigot end of the
pipe will be accurately centered in the adjacent pipe bell when laid,
without raising or lowering the pipe after installation in the trench.
If the soil at the bottom of the trench is mucky or in such
condition that it cannot be properly shaped and graded, or if the sub -
grade material is too soft to properly support the pipe, the Contractor
shall excavate below the normal subgrade elevation as directed by the
Engineer. Wherever excavation is carried below the specified subgrade,
at the direction of the Engineer, the Contractor shall provide and install
a fill of gravel thoroughly tamped into place up to an elevation sufficient
to prepare the subgrade as specified in the preceding paragraph.
Where water occurs in trenches, they shall be excavated to a
depth of approximately four (4) inches below grade and backfilled with
SB-2 to a point approximately 1/10 of the internal pipe diameter or two
inches, whichever is the greater, below grade. Pumps shall then be kept
operating, taking suction out of a sump below the gravel so as to hold
the water level well below the bottoms of all bells until the joints have
been placed and allowed to set sufficiently so that water will not injure
them.
Where rock or other hard material occurs in the trench at the
planned grade of the bottom of the pipe in such way that any portion of
the pipe would rest on rock or hard material or where in the opinion of
the Engineer it is necessary, all rock shall be removed to provide a
clearance of at least 6 inches below and on each side of all pipe, valves,
and fittings for pipe sizes 24 inches or smaller and 9 inches for pipe
sizes 30 inches and larger. The trench shall then be refilled with gravel,
thoroughly compacted to a point approximately 1/10 the nominal pipe diameter,
or two inches, whichever is the greater, above grade and the bottom of the
trench shall be graded as previously specified.
The Contractor will be required to keep the sides of the
excavation vertical, unless otherwise directed by the Engineer.
Payment for SB-2 Used as Subgrade:
When SB-2 must be used as backfill material, the width of trench
to be used for payment will be 24". An average depth will be measured from
DETAILED SPECIFICATIONS
PART II - CONSTRUCTION SPECIFICATIONS
II -1 PLANNING AND EXECUTION OF THE WORK:
The construction work included under these specifications shall
be so planned and executed that the various portions of the work will
be carried on concurrently and the whole completed within the time
allowed.
I1-2 EXCAVATION - GENERAL:
All excavation shall be carried accurately to the line and
grade shown on the Plans and/or established by the Engineer. When excavation
is carried below or beyond that required, the space shall be filled
with compacted SB-2. No claim for additional compensation shall be
made for such backfilling of excess excavation unless the Contracting
Authority or its agent is responsible for the error.
When necessary to protect the laborers, the work, or adjacent
property, the Contractor shall provide and install shoring. Such shoring
shall remain in place until the backfill has proceded to the point where
it can be safely removed, except that if in the opinion of the City
Engineer damage is liable to result from withdrawing shoring, it shall
remain in place.
1I-3 EXCAVATION - TRENCH FOR SEWER LINES:
All excavation for sewer lines shall be carried accurately to line
and grade. The bottom must be flat and smooth to receive pipe to provide
support for full length of pipe, except for bell holes. Any or all undercut
must be filled to a smooth grade with SB-2 compacted in place.
Shoring shall be installed as required to protect laborers or ad-
jacent property. Shoring must remain, in place until ditch is backfilled
to a point to relieve danger which required shoring. The Contractor is
to leave shoring in place as directed by the Engineer.
Trenches for the sanitary sewer must be excavated to the depth,
line and grade as set by the Engineer, wide enough to properly install
pipe, but not to exceed diameter of pipe plus two (2) feet.
Except where special bedding is required and except as specified
herein, rough excavation for sewer and drains shall not be carried lower
than a distance equal to 1/10 of the nominal pipe diameter or two inches,
whichever is the greater, above the specified trench grade elevation,
I-5 STAKING OUT WORK:
The Engineer for each Schedule will furnish labor to act
as rodmen, chainmen, and to perform all other duties required to
assist the Engineer in staking out the work for construction and for
measurements to determine quantities of pipe installed. The Contrac-
tor shall not be required to furnish any labor for this purpose.
I-6 QUALITY OF THE PLANS:
The plans have been made with care but cannot be assumed to
be correct in every detail when many of the conditions to be encountered
are not shown on existing maps and are underground.
The approximate location of existing underground water,
gas, and telephone lines are shown. The placing of this information
on the plans in no way obligates the Owner as to its correctness, as
it is indicative only and is placed there for the information and
assistance of the Contractor. It is the expressed intent of these Plans
and Specifications that the Contractor is to make his own investigation
of conditions to be encountered, including rock and underground water,
and the submission of the Proposal by the Contractor for the work
constitutes his compliance with this requirement.
DETAILED SPECIFICATIONS
PART I- CONTRACT STIPULATIONS
I-1 SPECIFICATIONS:
These detailed specifications are drawn with the -object of
securing first class workmanship and materials throughout the work
embraced in this contract, and of securing completed structures properly
and well constructed with regard to all local conditions.
1-2 EXTENT OF WORK:
It is mutually agreed and understood that the contractor will
furnish all tools, labor, equipment, materials, and supplies required
to be furnished, and will construct complete all work shown on the Plans
and in these Specifications.
. Work consists of: Approximately 2120 feet of 6" V.C.P.
sewerline and 7 manholes
Furnish all labor and materials required to be furnished to
construct the sewerline being bid.
1-3 LIST OF PLANS:
The Plans are bound separate from the specifications and are
generally titled MILLER ADDITION SEWER EXTENSION
DESCRIPTION
SHEET NO.
Vicinity Map I
Plans 2
Standard Details 3
I-4 LANDS AND RIGHTS -OF -WAY:
The Owner will provide all permanent easements or permits
actually required for the construction of. the work in all Schedules..
The Contractor shall lease, buy, or make satisfactory provisions,
without obligation to the Owner, for all other temporary land easements
or rights -of -way which he may require for access or storage of materials
or equipment.
r.
personnel from requiring reasonable safety standards, if, in the
course of their technical supervision, it comes to the attention of
the Engineer that reasonable safety standards are not being carried
out.
When the above grounds are removed, payment shall be made for amounts
withheld because of them.
3O. SHOP AND ERECTION DRAWINGS:,
The Contractor shall furnish the Engineer with triplicate
copies of all shop and erection drawings for approval. These drawings
shall include the drawings prepared on structural and reinforcing steel,
special layout drawings of equipment or machinery purchased under this
Contract, and other supplementary drawings required in the prosecution
of the work. One copy shall be returned to the Contractor and two
copies retained by the Engineer for field and office reference. The
approval of such drawings by the Engineer does not constitute an
acceptance of responsibility of their accuracy.
31. LABORATORY TESTS:
All material entering into the work is subject to various
tests as may be required by the specifications. The cost of all such
tests shall be the responsibility of the Contractor furnishing such
material.
The Contractor shall also bear the cost of any tests arising
out of his desire to use materials which may be questionable in the
opinion of the Engineer.
32. DRINKING WATER AND SANITARY FACILITIES:
The Contractor shall provide safe drinking water for his
workmen during the construction period. The water shall be delivered
through a spigot, angle jet fountain, or other approved device. Common
drinking cups will be prohibited..
The Contractor shall furnish adequate sanitary facilities
for workmen in the work area during the construction period.
33. CONSTRUCTION SAFETY:
Throughout these specifications, whenever engineering
decisions are to be made to ensure adequate construction in accordance
with the plans and specifications, such inspection and engineering
decisions are not to be construed as supervision of the Contractors'
work force, nor make the Engineer responsible for providing a safe place
for the performance of the work by the Contractor or the Contractors'
employees or those of the suppliers, his subcontractors, nor for access,
visits, use., work, travel, or occupance by any person, as these responsi-
bilities are covered under the provisions of the contract, the
Contractors insurance and performance bond and cannot be the responsi-
bility of the Engineer.
The above provision does not prevent the Engineer or his
The making and acceptance of the final payment shall
constitute a waiver of all claims by the Contracting Authority, other than
those arising from incomplete or uncorrected work, unsettled liens, or
from faulty workmanship or materials, and of all claims by the Contractor,
except those previously made and still unsettled.
If the work has been partially but substantially completed
to the extent that all adjustments in the Contract sum may be made, the
Engineer may, if material delay in completion is anticipated or if
otherwise deemed in the interest of the work, make the final estimate,
retaining, in addition to other requirements which may be specified
under payments, an amount representing the cost of unfinished work.
Such payment shall be under the terms and conditions governing final
payment.
Neither the making of the final estimate, or final payment,
shall relieve the Contractor of his responsibility for faulty materials
or workmanship, and he shall remedy any defects and pay for any damage
resulting therefrom which shall appear within a period of one (1) year
from the date of substantial completion. The Owner shall give notice of
observed defects with reasonable promptness, and all questions arising
under this paragraph shall be decided by the Engineer.
29. PAYMENTS TO CONTRACTOR:
The Engineer will on or about the Twentieth (20th) day of
each month make an estimate of the work done. As soon thereafter as
possible, and as soon as the Contractor has filed receipted bills showing
that he has paid the previous month's bills, the Contractor will be paid
seventy (70) percent of the value of work in place, plus ten (10) percent
for that portion of the work accepted for beneficial occupancy, plus (20)
percent of the value of work that has been properly cleaned up, plus
fifty (50) percent of the value of the materials on the job site but
not in place (figured from the Contractors paid invoices), minus amounts
previously paid. A final estimate will be made following the final
inspection as provided under paragraph 28, after which time and within a
period of forty (40) days, the Contractor will be paid the full amount of
the contract price, less amounts previously paid. Payment will be made
only for the actual quantities installed.
The Contracting Authority may withhold or, on account of sub-
sequently discovered evidence, nullify the whole or part of any certificates
to such extent as may be necessary to protect the Contracting Authority
from loss on account of:
(a)
Defective work
not remedied,
(b)
Claims filed or
reasonable evidence
indicating probable
filing of
claims,
(c) Failure of the Contractor to make payments properly to sub-
contractor or for material or labor,
(d) Damage to another Contractor,
(e) Incomplete work.
26. REFERENCE TO MANUFACTURER OR TRADE NAMES:
Whenever a:material, article or'piece of equipment is
identified on the plans or in the specifications by reference to
manufacturers' or vendors' names, trade names, catalogue numbers, etc.,
it is intended merely to establish a standard; and, any material,
article, or equipment of other manufacturers and vendors which will perform
adequately the duties imposed by the general design will be considered
equally acceptable provided the material, article, or equipment so proposed,
is, in. the opinion of the Engineer, of equal substance and function. It
shall not be purchased or installed by the contractor without the Engineers'
written approval.
27. USE OF COMPLETED PORTIONS:
The Contracting Authority shall have the right to take
possession of and use any completed or partially completed portions
of the work, notwithstanding that the time for completing the entire work
on such portions may not have expired; but such taking possession and use
shall not be deemed an acceptance of any work not completed in accordance
with the Contract Documents. If such prior use of completed portions
increases the cost of, or delays the work, the Contractor shall be entitled
to such extra compensation or extension of time, or both, as the Engineer
may determine.
The Contracting Authority, in taking possession of completed
portions, shall agree to accept the decision of the Engineer, on matters
relating to responsibility for damages that may occur to any portion of
the work during the period of possession preceding acceptance and final
payment.
28. ACCEPTANCE AND FINAL PAYMENT:
As soon as the work has been substantially and satisfactorily
completed, the Engineer will make a final estimate stating that the work
provided for under this Contract has been completed and is accepted by
him under the terms and conditions thereof, with qualifications, if any,
as stated. If certain parts of the work are not completed or if certain
corrections must be made in the work even though the work is substantially
completed, the Engineer is authorized to determine the amount which in his
opinion is required for completion and/or correction of the work, and such
amount may be withheld from the final payment to the Contractor, pending
the completion and correction as required. The balance found to be due the
Contractor shall be paid by the Contracting authority within forty (40)
days after the date of the final estimate. Prior to filing for final
estimates, the Contractor shall file with the Engineer a receipt in full
from each manufacturer, subcontractor, dealer and supplier for all equipment
and material used on the work and a complete release of all liens which may
have arisen from this Contract. In lieu thereof, the Contractor shall file
statements showing balance due or claimed on all accounts and the Contracting
Authority shall have the right, if it so elects, to withhold sufficient
money to pay such balances until receipts in full or satisfactory evidence
of final determination are filed with the Engineer who may then make
the final estimate.
Each party may submit to the arbitrators such evidence and arguments as he
may desire and the arbitrators may consider pertinent. The arbitrators
shall, however, be the judges of all matters of law and fact relating to
both the subject matters of and the procedure during arbitration and shall
not be bound by technical rules of law or procedure. They may hear
evidence in whatever form they desire. The parties may be represented
before them by such persons as each may select, subject to the discipli-
nary power of the arbitrators if such representative shall interfere with
the orderly or speedy conduct of the proceedings.
Each party, and the Engineer, shall supply the arbitrators with
such papers and information as they demand, or with any witness whose move-
ments are subject to their respective control, and upon refusal or neglect
to comply with such demands, the arbitrator may render their decision
without the evidence which might have been solicited therefrom, and the
absence of such evidence shall afford no ground for challenge of the award
by the party refusing or neglecting to comply with such demand.
The submission to arbitration (the statement of the matters in
dispute between the parties to be passed upon by the arbitrators) shall be
writing duly acknowledged before a notary. Unless waived in writing by
both parties to the arbitration, the arbitrators, before hearing testimony,
shall be sworn by an officer authorized by law to administer an oath,
faithfully and fairly to hear and examine the matters in controversy and to
make a just award according to the best of their understanding.
The arbitrators, if they deem the case demands it, are authorized
to award to the party whose contention is sustained such sums as they
shall consider proper for the time, expense, and trouble incident to the
arbitration, and if the arbitration was demanded without reasonable cause,
damages for delay, and other losses.
The award of the arbitrators shall be in writing and acknowledged
like a deed to be recorded, and a duplicate shall be delivered personally
or by registered mail forthwith upon its rendition, to each of the parties
to the controversy and to the Engineer. Judgement may be rendered upon
the award by the Federal Court or by the highest State Court having juris-
diction to render same.
The award of the arbitrators shall not be open to obiection on
account of the form of the oroceedinas or the award, unless otherwise
provided by the controlling statutes. In the event of such statutes pro-
viding on any matter covered by this Article otherwise than as herein -
before specified, the method of procedure throughout and the legal effect
of the award shall be wholly in accord with said statutes, it being the
intention hereby to lay down a principle of action to be followed, leaving
its local application to be adapted to the legal requirements of the
jurisdiction having authority over the arbitration.
The Engineer shall not be deemed a party to the dispute. He is
given the right to appear before the arbitrators to explain the basis of
his decision and give evidence as they may require.
which statement shall be in the hands of the Engineer within such time as
will allow a full consideration of the'basisfor such claim, and in no
case later than fifteen (15) days after the work has been completed or
damages sustained. The Contractor shall furnish, if required, any accounts,
bills, or vouchers relating thereto. Unless such claims are made as re-
wired, they shall be considered forfeited and invalid.
The Contracting Authority reserves the right to contract with any
person or firm other than the Contractor for any or all extra work. The
Contractor's attention is especially called to the fact that he shall be
entitled to no claim for damages for anticipated profits on any portion of
the work to be omitted.
25. ARBITRATION:
(a) Demand for Arbitration. Any decision of the Engineer which
is subject to arbitration shall be submitted to arbitration upon the demand
of either party to the dispute.
The Contractor shall not cause a delay of the work because of the
pendency of arbitration proceedings, except with the written permission -of
the Engineer, and then only until the arbitrators shall have any oppor-
tunity to determine whether or not the work shall continue until they decide
the matters in dispute.
The demand for arbitration shall be delivered
Engineer and the adverse party, either personally or by
the last known address of each, within ten (10) days of
Engineer's decision, and in no case after final payment
If the Engineer fails to make a decision within a reaso
for arbitration may be made as if his decision had been
the demanding party.
in writing to the
registered mail to.
the receipt of the
has been accepted.
fable time, a demand
rendered against
(b) Arbitrators. No one shall be nominated or act as an arbitra-
tor who is in any way financially interested in this Contract or in the
business affairs of the Contracting Authority, or the Contractor, or the
Engineer, or otherwise connected with any of them. Each Arbitrator shall
be a person in general familiar with the work or the problem involved in
the dispute submitted to arbitration.
Unless otherwise provided by controlling statutes, the parties may
agree upon one arbitrator; otherwise there shall be three, one named in
writing by each party to this Contract, to the other party, and the third
chosen by those two arbitrators.
If there be one arbitrator, his decision shall be binding; if
three, the decision of any two shall be binding in respect to both the
matter submitted to and the procedure followed during the arbitration.
Such decision shall be a condition precedent to any right of legal action.
(c) Arbitration Procedure. The arbitrators shall deliver a
written notice to each of the parties and to the Engineer, either personally
or by registered mail to the last known address of each, of the time and
place for the beginning of the hearing of the matters submitted to them.
he shall within ten (10) days from the beginning of such delay notify the
Engineer in writing of the causes of any such delay. Extensions of time,
with relief from responsibility for liquidated damages incurred by the
Contracting Authority on account of such delay, will be granted the
Contractor, when, in the opinion of the Engineer, the causes so called to
his attention warrant such extensions of time. No claims for delay will
be considered unless such notice has been filed with the Engineer within
the time specified above.
The Contractor will be required to furnish the Engineer two copies
of each purchase order for materials and equipment as they are issued. If
the Contractor shall seek an extension of time because of delay in receiving
delivery of critical materials, such extension of time may be granted when,
in the opinion of the Engineer, the extension is warranted and the delay is
in no way caused by the Contractor's financial status or by any act or
failure to act on the part of the Contractor. Failure to get items of
material or equipment not essential to the completion of those portions of
the work, which, in the opinion of the Engineer requires supervision by an
Engineer, shall not be deemed justification for waiver of liquidated damages,
however, even though such delays are beyond the Contractor's control, and
even though such items of material or equipment may be essential to the
actual placing in operation of a portion of all of the project. When such
items of materials or equipment are delayed for reasons beyond the Contractor's
control, he shall complete all other work within the specified construction
period.
Extensions of time, without relief from responsibility for liqui-
dated damages incurred by the Contracting Authority on account of delays,
may be granted the Contractor on account of his failure to complete the work
within the time specified.
24. ADDITIONAL, OMITTED, OR CHANGED WORK:
The Contracting Authority, without invalidating the Contract may
order additional work to be done in connection with the Contract or may alter
or deduct from the work, the Contract sum to be adjusted accordingly.
Additional work shall be done as ordered in writing by the Engineer,
which order shall state the location, character, and amount of extra
work. All such work shall be executed under the conditions of the original
contract and subject to the same inspection and tests as though therein
included.
Compensation for additional, omitted, or changed work shall be
adjusted as follows:
Any changes in quantities of work for which unit prices are required
in the Proposal shall be at and for the price bid. Work for which prices
are not required shall be paid for or deducted, as the case may be, upon
the basis of an estimate prepared by the Contractor and approved by the
Engineer, prior to the written order changing the quantity of work.
If the Contractor claims compensation for additional work not
ordered as aforesaid, or for claims of damages sustained, he shall make a
written statement of claims for compensation or damages to the Engineer,
Pending settlement of
the Engineer may suspend action
Contractor shall not be..entitle
reason of such delay, nor shall
although such extension of time
deems it in the interest of the
disputes on any point of controversy,
on all or any'part of the work. The
I to any claim for loss or damage by
he be entitled to extension of time,
may be granted by the Engineer if he
work.
21. TERMINATION FOR BREACH:
In the event that any of the provisions of this Contract
are violated by the Contractor or by any of his Subcontractors, the
Contracting Authority may serve written notice upon the Contractor and
the Surety of its intention to terminate such Contract, such notices to
contain the reasons for such intentions to terminate the Contract, and
unless within ten (10) days after the serving of such notice upon the
Contractor such violation shall cease and satisfactory. arrangements for
correction by made, the Contract shall, upon the expiration of said ten
(10) days, cease and terminate. In the event of any such termination,
the Contracting Authority shall immediately serve notice thereof upon
the Surety and the Contractor, and the Surety shall have the right to
take over and perform the Contract, provided, however, that if the
Surety does not commence performance thereof within thirty (30) days
from the date of the mailing to such Surety of notice of termination,
the Contracting Authority may take over the work and prosecute the
samet:to'completion by contract for the account and at the expense. of
the Contractor, and the Contractor and his Surety shall be liable to the
Contracting Authority for any excess cost occasioned the Contracting
Authority thereby, and in such event the Contracting Authority may
take possession of and utilize in completing the work, such materials,
appliances, and plant as may be on the site of the work and necessary
therefor.
22. PAYMENTS WITHHELD:
The Contracting Authority may withhold or, on accout of
subsequently discovered evidence, nullify the whole or part of any
certificate to such extent as may be necessary to protect the Contract-
ing Authority from loss on account of:
(a) Defective work not remedied,
(b) Claims filed or reasonable evidence indicating
probable filing of claims,
(c) Failure of the Contractor to make payments properly
to Subcontractor or for material or labor,
(d) Damage to another Contractor,
(e) Incomplete work
When the above grounds are removed, payment shall be made for amounts
withheld because of them.
23. DELAYS AND EXTENSIONS OF TIME:
If, at any time, the Contractor considers he is being delayed
by an act or neglect of the Contracting Authority or its employees, or
by any other Contractor employed by the Contracting Authority, or by any
changes or additions ordered in the work, or for any reason beyond his control,
Whatever work being done by the Contracting Authority's forces or
by any other Contractor is contiguous to work covered by this Contract, the
respective rights of the various interest involved shall be established
by the Engineer, in order to secure the completion of the various portions
of the work in general harmony.
18. SUSPENSION OF WORK:
The Contracting Authority may at any time suspend the work or any
part thereof by civina ten (10) day's notice to the Contractor in writing;
the work shall be resumed by the Contractor ten (10) days after the date
fixed in a written notice from the Contracting Authority to the Contractor
to do so.
If the work, or any part thereof, shall be stopped by the notice
in writing aforesaid, and if the Contracting Authority does not give notice
in writing to the Contractor to resume work at a date within twenty (20)
days of the date fixed in the written notice to suspend, except in the
case of litigation, then the Contractor may abandon that portion of the
work so suspended, and he will be entitled to the estimates and payments for
all work done on the portions so abandoned, if any.
19. THE CONTRACTING AUTHORITY'S RIGHT TO DO WORK:
If the Contractor should neglect to presecute the work properly or
fail to perform any provision of this Contract, the Contracting Authority
after three (3) day's written notice to the Contractor may without prejudice
to any other remedy it may have, make good such deficiencies, and may de-
duct the cost thereof from payments then or thereafter due the Contractor.
20. THE CONTRACTING AUTHORITY'S RIGHT TO TERMINATE CONTRACT:
If the Contractor should be adjudged a bankrupt, or if he should
make a general assignment for the benefit of his creditors, or if a receiver
should be appointed on account of his insolvency, or if he should refuse or
should fail, except in case for which extension of time is provided to
supply enough properly skilled workmen or proper materials, or if he should
fail to make prompt payment to Subcontractors or for material or labor, or
desregard laws, ordinances, or the instructions of the Engineer, or other-
wise be guilty of a substantial violation of any provision of the Contract,
then the Contracting Authority, upon the certificate of the Engineer that
sufficient cause exists to justify such action, may, without prejudice to
any other right or remedy and after giving the Contractor ten (10) day's
written notice, terminate the employment of the Contractor as provided under
Paragraph 21, immediately following. In such case, the Contractor shall
not be entitled to receive any further payment until the work is finished.
If the unpaid balance of the contract price shall exceed the expense of
finishing the work, including compensation for additional managerial and
administrative services, such excess shall be paid to the Contractor. If
such expenses shall exceed such unpaid balance, the Contractor shall pay
the difference to the Contracting Authority. The expense incurred by the
Contracting Authority as herein provided and the damage incurred through
the Contractor's default, shall be certified by the Engineer.
The Contractor shall provide and maintain all passageways, guard
fences, lights or other.- facilitiesfor safety and protection required by
any public authority or local conditions.
The Contractor assumes entire responsibility and liability for
any third party claims and actions based upon or arising out of injuries,
including death to persons or damage to or destruction of property, sus -
tamed or alleged to have been sustained in connection with or to have
arisen out of or incidental to the performance of this contract by the
Contractor, his agents and employees and his subcontractor, their agents
and employees, regardless of whether such claims or actions are founded in
whole or in part upon alleged negligence of the Contracting Authority,
Contracting Authority's representatives or the Engineer, or the employees,
agents or licensees thereof. The Contractor shall indemnify and hold
harmless the Contracting Authority and its representatives and the Engineer
and his representatives in respect to any such matters.
15. LEGAL RESTRICTIONS AND PERMITS:
The Contractor shall procure at his own expense all necessary
licenses and permits of a temporary nature, and shall give due and adequate
notices to those in control of all properties which may be affected by his
operations. Permits, licenses, and easements for permanent structures or
permanent changes in existing facilities will be provided by the Contracting
Authority unless otherwise specified. The Contractor must obtain per-
mission from the Contracting Authority or other proper authority before
blockading any roads or highways, and shall furnish all necessary barricades
and detour signs. The Contractor shall give all notices and comply with all
laws, ordinances, rules, and regulations bearing on the conduct of the
work as drawn or specified.
16, ASSIGNMENTS:
No assignment by the Contractor of the contract, or any part there-
of, or of the funds to be received thereunder by the Contractor, will be
recognized unless such assignment has had the written approval of the Con-
tracting Authority, and the Surety has been given due notice of the assign-
ment in writing.
No assignment, transfer, or subletting, even though consented to,
shall relieve the Contractor of his liabilities under this Contract. Should
any Assignee fail to perform the work undertaken by him in a satisfactory
manner, the Contracting Authority may, at its option, annul and terminate
Assignee's contract.
17. OTHER CONTRACTS:
The Contracting Authority reserves the right to let other contracts
in connection with this work. The Contractor shallafford other Contractors
reasonable opportunity for the introduction and storage of their materials
and the execution of their work, and shall properly connect and coordinate
his work with theirs. .
The inspector shall in no case act as foreman or perform other
duties for the Contractor, nor interfere with the management of the work
by the latter. Any advice which the inspector may give the Contractor
shall in no wise be construed as binding to the Engineer in any way or
releasing the Contractor from fulfilling all the terms of the Contract.
All condemned work shall be promptly taken out and replaced by
satisfactory work. Should the Contractor fail or refuse to comply with
instructions in this respect, the Contracting Authority may, upon certifi-
cation by the Engineer, withhold payment or proceed to terminate the contract
as provided herein.
Any defective work may be rejected by the Engineer at any time
before final acceptance of the work, even though the same may have been
previously overlooked and estimated for payment.
12. WORKMANSHIP AND
The Contractor shall keep on this work, during progress, a competent
superintendent and any necessary assistants. The superintendent shall
represent the Contractor in his absence and all directions given to him
shall be as binding as if given to the Contractor.
The Contractor shall provide proper tools and equipment and the
service of all workmen, mechanics, tradesmen, and other employees necessary
in the execution of the work contemplated herein. The employees of the
Contractor shall be competent and willing to perform satisfactorily the
work required of them. Any employee who is disorderly, intemperate, or in-
competent, or who neglects. or refuses to perform his work in a satisfactory
manner, shall be promptly discharged.
It is particularly called to the Contractor's attention that only
first-class workmanship will be acceptable.
13. POSITION, GRADIENT, AND ALIGNMENT:
The Engineer shall set such stakes to proper line and grade as may
be necessary for guidance of the Contractor in the proper performance of
the work, and all work must conform closely to the lines and grades given.
It shall be the duty of the Contractor and his employees to call
the Engineer's attention to any stakes which may have been disturbed or
which seem to be off line or grade.
The Contractor shall carefully preserve bench marks, reference
points, and stakes, and in case of willful or careless desruction, he shall
be charged with the resulting expense and shall be responsible for any mis-
takes that may be caused by their unnecessary disturbance or loss.
14. PROTECTION OF WORK, PROPERTY, AND PERSONS AND CONTRACTOR'S
RESPONSIBILITY FOR DAMAGE CLAIMS:
The Contractor shall adequately protect the work, the Contracting
Authority's property, adjacent property and the public from injury, damage
or loss arising in connection with the contract or the work.
9. INSURANCE:
The Contractor shall maintain"such insurance as will protect him
from claims under workmen'scompensation acts and other employee benefits
and from claims for damages because of bodily injury, including death, and
from claims for damages to property which may arise out of operations or the
work, whether such operations be by himself or by any subcontractor or any-
one directly or indirectly employed by either of them. The insurance shall
be written in companies authorized to do and doing business in Arkansas and
for not less than the following limits:
Comprehensive General Public Liability with bodily
injury limits of $ 100,000 and $ 300,000 and property
damage limits of $ 50,000;
A
Comprehensive Automobile Liability (owned, hired
and non -owned Vehicles) with bodily injury limits
of $ 100,000 and $ 300,000 and property damage limit
of $ 50,000 for each accident;
Standard Workmen's Compensation and Employer's
Liability covering with statutory limits;
Contractual liability insurance with bodily injury
limits of $ 100,000 and $ 300,000 and property damage
limits of $ 50,000.
Certificates of such insurance shall be filed with the Engineer
before work commences under any contract or subcontract.
10. ROYALTIES AND PATENTS:
The Contractor shall pay all royalties and license fees. He shall
defend all suits or claims for infringement of any patent rights, and shall
save the Contracting Authority from loss on account thereof.
11. INSPECTION:
The detailed manner and method of performing the work shall be
under the direction and control of the Contractor, but all work done shall
at all times be subject to the inspection of the Engineer or his authorized
representative to see that it is done in accordance with the Contract
Documents.
Inspectors may be appointed by the Engineer or Contracting
Authority and their duty shall be to guard the Contracting Authority against
defects and deficiencies in the work and to see that the work is done in
accordance with the Contract Documents. Inspectors shall have authority,
subject to the final decision of the Engineer, to condemn and reject any
defective work and to suspend the work when it is not being done properly,
but the responsibility for the work and compliance with the Contract Documents
and all applicable laws, rules and regulations shall be the Contractor's.
Inspectors shall have no authority to permit any deviation from
the Plans and Specifications except on written order from the Engineer, and
the Contractor will be liable for any deviation except on such written order.
7. THE ENGINEER:
The Contracting Authority contemplates and the Contractor shall
permit and make possible a thorough inspection by the Engineer of all work
and materials furnished under the Contract Documents. The Contractor shall
perform the work to the satisfaction of the Engineer. No work shall be
performed by the Contractor without the knowledge and approval of the Engineer.
The Contractor shall be an "independent contractor" with full
power and authority to select the means, methods and manner of performing
the work, being responsible to the Contracting Authority for all materials
delivered and the results contracted for. The authority of any represen-
tative of the Contracting Authority of the Engineer is limited to such
determinations concerning the interpretation and performance of the Contract
Documents. The failure of any representative of the Contracting Authority
or of the Engineer to condemn or reject work or materials, or otherwise to
exercise any function entrusted to him, shall not excuse the Contractor
from the faithful performance of this Contract, nor shall such action imply
any acceptance by the Contracting Authority or by the Engineer of faulty
work or materials.
The Engineer shall, within a reasonable time after presentation,
make decisions in writing on claims arising between the Contracting
Authority and the Contractor and shall make interpretations of plans and
specifications.
8. BOND:
Coincident with the execution of the Contract, the Contractor shall
furnish a good and sufficient surety bond in the amount of ninety-five (95)
percent of the contract -sum, guaranteeing the faithful performance of all
covenants, stipulations, and agreements of the Contract, the payment of
all bills and obligations arising from the execution and performance of the
Contract, and guaranteeing the work against faulty workmanship and materils
during construction and for one year after completion, all provisions of
the bond to be complete and in full accordance with the statutory require-
ments. The bond shall be executed with the proper Sureties through a company
licensed and qualified to operate in the State and approved by the Con-
tracting Authority. If at any time during the continuance of the Contract,
the Surety on the Contractor's bond becomes irresponsible, the Contracting
Authority shall have the right to require additional sufficient Sureties
which the Contractor shall furnish to the satisfaction of the Contracting
Authority within ten (10) days after the notice to do so. In default, thereof,
the Contract may be suspended, and all payments or money due the Contractor
withheld.
The bond must be filed with the Circuit Clerk of the County in
which the work is to be performed before any work under the Contract is
performed.
A form of this bond is attached hereto and made a part of these
Specifications.
The Contract Documents are complimentary, and what is called for
by one shall be as binding as if called forty all. The intention of the
Documents is to include all tools, labor, equipment, materials and supplies
necessary for the proper execution of the work. Materials or work described
in words which so applied have a well-known Technical or Trade meaning shall
be held to refer to such recognized meaning. _
The following copies of the executed Contract Documents will be
provided:
One for the Contracting Authority,
One for the successful Bidder,
One for the Engineer,
One for the Surety,
One for filing with the Circuit Clerk in the County where the
Work is to be performed.
5. SUBCONTRACTS:
The Contractor shall, as soon as practicable after the signing of
the Contract, submit to the Engineer, in writing, the names of any Sub-
contractors he proposes for any part of the work.
The Engineer's approval must be secured, in writing, on all Sub-
contracts before they are made and signed.
The Contractor shall be held fully responsible to the Contracting
Authority and the Engineer for the acts and Omissions of his Subcontractors
and of the persons directly or indirectly employed by his Subcontractors.
Nothing contained in these Specifications or in the Contract
Documents shall create any contractual relation between any Subcontractor
and the Contracting Authority. .
6. THE CONTRACTOR:
It is understood and agreed that the Contractor has satisfied him' -
self as to the nature and location of the work, the conformation of the
ground, the character, quality, and quantity of the materials to be encountered,
the character of the equipment and facilities needed preliminary to and
during the prosecution of the work, the general local conditions, and all
other matters which can in any way affect the work under this Contract. No
verbal agreement or conversation with any officer, agent, or employee of
the Contracting Authority or Engineer, either before or after the execution
of this Contract, shall affect or modify any of the terms or obligations
herein contained.
GENERAL CONDITIONS OF THE SPECIFICATIONS
1. GENERAL DESCRIPTION:
The work embraced in these Contract Documents consists of
the following:
MILLER ADDITION SEWER EXTENSION
2. DEFINITION OF TERMS:
Wherever in these Documents the following terms are used,
they are understood to have the following meanings:
"OWNER" or "CONTRACTING AUTHORITY" shall mean the City of
Fayetteville, Arkansas.
"ENGINEERS" or "ENGINEER" shall mean the City Engineer, Fayetteville,
Arkansas, City Administration Building, 115 South Church Street (P.O.
Drawer "F"), Fayetteville, Arkansas.
"CONTRACTOR" shall mean the individual, partnership, or corporation
that may have entered into the contract with the Contracting Authority
to perform the work specified herein.
"WORK" shall mean the furnishing of all necessary tools, labor,
equipment, materials, and supplies required to be furnished by the
Contractor under these Specifications.
3. LAWS AND REGULATIONS:
All work shall be done in conformity with the laws of the
State of Arkansas, and any subdivision thereof, municipal and local laws
and ordinances, and all applicable federal statutes, laws or regulations.
No convict labor shall be employed on this project.
4. CONTRACT DOCUMENTS:
The "Advertisement for Bids", the "Proposal", the "Bond"
the "Instructions to Bidders", the "General Conditions", the "Detailed
Specifications", and the "Plans", are each and all of the Specifications
component parts to the agreements governing the work to be done and the
materials and equipment to be furnished.
ii
10. EXCEPTIONS TO INSTRUCTIONS TO BIDDERS:
If this contract is less than,$,,20,000.00 the following
exception applies:
The Contract or is not required to be licensed under the
terms of Act 150 or the 1965 Acts of the General Assembly.
11. TIME OF COMPLETION AND . LIQUIDATED DAMAGES:
Bidder must agree to commence work on or before a date to
be specified in a written "Notice to Proceed" of the Owner and to fully
complete the project within 30 consecutive calendar days thereafter.
12. 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) Special equipment which the Contractor must use on. the job.
13. SAFETY STANDARDS AND ACCIDENT PREVENTION:
With respect to all work performed under this contract, the
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 the requirements of Title 29 of the
Code of Federal Regulations, Section 1518 as published in the "Federal
Register", Volume 36,. No. 75, Saturday, 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 immediate removal to a hospital or
a doctors care of persons (including employyees), 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 the removal
of injured persons to a hospital or a doctors care.
(i) The unbalancing of bids will not be tolerated. Evidence of
material unbalancing will be considered cause for rejection.
5. MODIFICATION OF BIDS:
No modification of bids already submitted will be considered
unless such modifications are received prior to the hour set for opening.
6. BID BONDS, CONTRACT BONDS, AND INSURANCE:
Attention of bidders is called to Act 82 of the 1935 Acts of the
Arkansas General Assembly, which requires that all bid bonds, performance
bonds, labor bonds, employer's liability insurance, public liability
insurance, workmen's collective insurance, and property damage insurance
must be secured through resident agents of Arkansas.
7. CLARIFICATION OF CONTRACT DOCUMENTS:
If any person contemplating submitting a bid for the proposed
contract is in doubt as to the true meaning of any part of the Plans,
Specifications, or other proposed Contract Documents, he may submit to the
Engineer a written request for any interpretation thereof. The person
submitting the request will be responsible for its prompt delivery. Any
interpretation of the proposed Documents will be made only by an Addendum
duly issued, and a copy of such Addendum will be mailed to each person who
has previously secured or who subsequently secures a set of Documents. The
Contracting Authority will not be responsible for any other explanations
or interpretations of the proposed Documents.
S. EXECUTION OF CONTRACT DOCUMENTS:
Following the award and within ten (10) days, provided for in the
Proposal, the successful bidder shall properly execute five (5) counterparts
of the Contract Documents.
9. BASIS OF AWARD:
Bids will be considered on the basis of the total bid price or
prices given in the Proposal. In the event Unit Prices are required they
will not be considered except that evidence of serious unbalancing of the
Unit Prices shall be considered cause for rejection of bids.
The Contract(s) will be awarded to the bidder (or bidders in the
case of more than one Schedule of Work) submitting the lowest and best bid
(or combination of bids), considering the contractor's experience and
ability to do the work, and the character and quality of the equipment
he proposes to furnish. The Contracting Authority reserves the right to
select such bids or combination of bids which in its opinion would serve
its interest best.
The Contracting Authority reserves the right to select between
any Alternatives in the Proposal.
i3 T
Checks of unsuccessful bidders will be returned immediately after
a contract has been executed.
4. PROPOSALS:
(a) Proposals shall be strictly in accord with the prescribed
forms, furnished with the Specifications. Any modifications or deviations
therefrom may be considered sufficient cause for rejection.
(b) The bidder shall state in words and figures the lump sum and
unit prices for which he proposes to do each item of work covered by the
Proposal. In case words and figures do not agree, the words shall govern
and the figures shall be disregarded.
(c) It is to be understood that the lump sum required in the
Proposal is for the furnishing of all materials required to be furnished
and the doing of all work required under these Contract Documents, including
items for which no quantities are given, and the quantities given in the
"List of Variable Quantities" at the end of the Proposal. The "Unit Prices
for Variation of Quantities" required are for adjustment of the "Basic
Bid" by reason of variation of actual variable quantities from the quantities
given in the "List of Variable Quantities". In case unit prices are not
required, it is to be understood that the lump sum required in the Proposal
is for the furnishing of all materials required to be furnished and the
doing of all work required under these Contract Documents.
(d) Proposals may be submitted for any or all Schedules, if
more than one Schedule is included in the work, but bidders submitting a
proposal for a "construction" Schedule must submit a proposal •for any other
Schedule of work incident thereto, such as "Electrical" and "Plumbing".
Where a bidder bids on more than one Schedule and desires to accept the
proposal, but any reservation on the part of the bidder to make a decision
on what Schedules he will accept after bids are opened will render the bid
null and void.
(e)
Proposals must be
signed,
in writing,
by an individual
authorized to
bind the bidder.
(f) Proposals must be submitted complete, with all other Contract
Documents in their original binding as furnished by the Engineer. They
must be submitted at the place and on or before the time specified in the
Advertisement for Bids.
(g) Proposals must be submitted in sealed envelopes addressed
to the Contracting authority, and clearly marked on the outside of the
envelope, "Proposal for Construction Contract" to be opened at (date and
time). The Bidder's current Arkansas Contractor's license number must be
marked on the envelope.
(h) The Contracting Authority will not consider bids covering
only a portion of these Specifications.
INSTRUCTIONS TO BIDDERS
1. QUALIFICATIONS OF CONTRACTORS:
Before submitting a bid, bidders must be licensed under the
terms of Act 150 of the 1965 Acts of the Arkansas General Assembly, and the
successful bidder must be legally qualified in all respects to do business
in the State of Arkansas.
When called upon to do so after receipt of Proposals, bidder
shall prepare a Financial Statement, Experience Record, and Equipment
Schedule. These statements shall reflect the current status of the bidder.
The statements of each bidder must show net liquid assets or credit
facilities in an amount of not less than fifteen (15) percent of the total
amount bid. Each bidder must ha -e had at least three (3) year's experience
in construction of similar improvements and must have successfully completed
at least three (3) such projects. Each bidder must have equipment available
which, in the opinion of the Engineer, is adequate to complete the work under
these Specifications in the time allowed for completion. Should any bids
be received from bidders whose statement, when filed, fail to show that the
bidder's qualifications meet the minimum requirements above -enumerated,
such bids may be rejected.
2. LOCAL CONDITIONS:
Bidders shall read the Specifications, examine the Plans, and
make their own estimates of the existing facilities and the difficulties
which will attend the execution of the work called for by the proposed
Contract, including local conditions, uncertainty of weather, and all other
contingencies. Bidders shall satisfy themselves by personal examination of
the location of the proposed work, and by such means as they may choose, as
to actual conditions and requirements. Information derived from the Plans
and Specifications or from the Engineer or his assistants shall not relieve
the bidder of this responsibility.
3. PROPOSAL GUARANTEES:
Proposals must be accompanied by either a certified or cashier's
check, drawn on a National Bank or a bank having membership in the Federal
Reserve System, or a Bid Bond executed by a satisfactory Surety. The proposal
guarantee shall be in an amount not less than five (5) percent of the bid
and made payable to the Contracting Authority to whom the Proposal is made.
A lesser amount will not be accepted.
The proposal guarantee, or other bid qualifications, shall be sealed
in a separate envelope firmly attached to the outside of the sealed Proposal.
The outer envelope shall be opened first, and if the documents are not found
to be in order, the sealed Proposal shall be returned to the bidder unopened.
The amount of any check or bond shall be retained by the Contracting
Authority as liquidated damages in case the bidder neglects or refuses to
enter into a contract and to furnish the required contract bond within ten
(10) days after the prescribed contract and bond forms are presented for
signature.
be a Surety Company of financial resources satisfactory to the Party
of the First Part, and authorized to do business in the State of
Arkansas.
5. The Party of the Second Part agrees also to carry Public
Liability Insurance, Property Damage Insurance, and Workmen's, Compensation
Insurance in amounts as required by these Specifications.
WITNESS OUR HANDS THIS 4 / DAY OF G112;1 / , l%.
CITY OF FAYETTEVILLE
Mayor of Fayette ille, Arkansas
WITNESS: (l2�Laei 2
SEAL (if any)
DON MITCHELL, INCORPORATED
fj�
CONNT RRA CCCTORBy YI[yG6( (�� r /N'��% L&t
NAME AND TITLE
883 White Oak Drive, Roaers, Arkansas 72756
BUSINESS ADDRESS
Affix Corporate Seal here (if any)
CONTRACT AGREEMENT
1. This Contract and Agreement, mz
21st day of April , 19 83 ,
Fayetteville, Arkansas, Party of the First
duly authorized representative, and Don
883 White Oak Drive, Roqers, Arkansas
License No. 82-3120
Party of the Second Part:
WITNESSETH:
ide and entered into this
by and between the City of
Part, acting through its'
Mitchell, Incorporated
72756
That for and in consideration of the payments to be made as
hereinafter set forth, the Party of the Second Part hereby agrees to
furnish all tools, labor, equipment, materials, and supplies required
to be furnished and to construct the improvements designated as
Miller Addition Sewer Extension for the City of Fayetteville,
Arkansas, in exact accordance with the Plans on file at the office of
the Party of the First Part, and Specifications, Proposals, Stipulations,
and Special Provisions attached hereto and made a part hereof as fully
as though copied herein, under the direct supervision and to the entire
satisfaction of the Party of the First Part and in accordance with the
laws of the State of Arkansas.
2. It is further agreed and understood by and between the parties
hereunto that the Party of the First Part agrees to pay and the Party of
the Second Part agrees to accept as full and final compensation for all
work done under this agreement, the unit prices named in the Proposal
which is hereto attached, such payment to be made in lawful money of the
United States, at the time and in the manner set forth in the Specifications.
3. The Party of the Second Part agrees, for the consideration
above expressed, to begin and complete the work within the time specified
in the Proposal. if the Party of the Second Part shall fail to complete
the work in the time specified, he shall pay to the Party of the First
Part, as liquidated damages, ascertained and agreed, and not in the
nature of a penalty, the amount specified in the Proposal for each day
delayed, for each Schedule delayed, which shall be deducted from the
final amount to be paid under the contract, provided that extensions of
time with waiver of liquidated damages may be granted as provided for in
the Specifications.
4. The Party of the Second Part agrees to furnish a Bond, with
an approved Surety thereon, guaranteeing the performance of this Contract,
as required by the laws of the State of Arkansas, and for not less than
one hundred (100) percent of the amount of this contract. Said Bond
shall be conditioned on full and complete performance of this Contract
and acceptance by the Water and Sewer Department for the payment of all
labor and materials entering into or incident to the proposed improvements
and shall guarantee the work against faulty workmanship or materials for
a period of one (1) year after completion. The Surety on said Bond shall
NOTE: Date of Bond must not be prior to date of Contract.
(1) Correct name of Contractor
(2) A Corporation, a Partnership, or an individual, as case may be
(3) Correct name of Surety
(4) Correct name of Owner
(5) If Contractor is Partnership, all partners shall execute bond
(6) This bond must be filed with the Circuit Court of the County
where the work is to be performed, prior to the start of const-
ruction
(7) Must be executed by Arkansas Local Resident Agency for Surety
The Surety agrees the terms of this bond shall cover the payment by
the principal of not less than the prevailing hourly rate of wages as
determined by the Arkansas Department of Labor or U. S. Secretary of
Labor, whichever is greater, to all workmen performing work under the
contract.
PROVIDED FURTHER, that the said Surety, for value received, hereby
stipulates and agrees that no change, extension of time, alternation,
or addition to the terms of the contract or to the work to be performed
thereunder of the specifications accompanying the same, shall in any wise
affect its obligation on this bond, and it does hereby waive notice of any
such change, extension of time, alteration or addition to the terms of the
contract as to the work or to the specifications.
PROVIDED FURTHER, that no final settlement between the Owner and the
contractor shall abridge the right of any beneficiary hereunder, whose
claim may be unsatisfied.
IN WITNESS WHEREOF, this instrument is executed in six (6) counterparts,
each of which shall be deemed an original, this day of
19
ATTEST:
(PRINCIPAL)
SECRETARY (PRINCIPAL) (TITLE)
(SEAL)
(ADDRESS)
WITNESS AS TO PRINCIPAL (SURETY)
BY
ADDRESS
ATTEST:
SECRETARY (SURETY)
(SEAL)
WITNESS AS TO ATTORNEY -IN -FACT
ADDRESS
ATTORNEY -IN -FACT
ADDRESS
ARKANSAS PERFORMANCE AND PAYMENT BOND
(14-604 Arkansas Statutes)
KNOW ALL MEN BY THESE PRESENTS: That we (1)
a (2) , hereinafter called "Principal" and
(3)
firmly bound unto (4)
of
, State of
hereinafter called the "Surety", are held and
hereinafter called
"Owner" in the penal sum of dollars ($ ),
in lawful money of the United States, for the payment of which sum well
and truly to be made, said principals and Surety bind themselves, their
heirs, administrators, executors, successors and assigns, jointly and
severally, by these presents.
THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal
entered into a certain contract with the Owner, dated the
day of , 19 , a copy of which is attached and made a part
hereof for the construction of:
NOW, THEREOFRE, if the Principal shall well, truly and faithfully perform
its duties, all the undertakings, covenants, terms, conditions, and agree-
ment of said contract during the original term thereof, and any extensions
thereof which may be granted by the Owner, with or without notice to the
Surety, and if he shall satisfy all claims and demands incurred under such
contract, and shall fully indemnify and save harmless the Owner from all
costs and damages which it may suffer by reason of failure to do so, and
shall reimburse and repay the Owner all outlay and expense which the Owner
may incur in making good any default, and shall promptly make payment to all
persons, firms, subcontractors and corporations furnishing material for or
performing labor in the prosecution of the work provided for in such contract,
any any authorized extension or modification thereof, all amounts due for,
but not limited to, materials, lubricants, oil, gasoline, coal and coke,
repair on machinery, equipment and tools consumed or used in connection with
the construction of said work, fuel oil, camp equipment, food for men, feed
for animals, premium for bonds and liability and workmen's compensation
insurance, rentals on machinery, equipment and draft animals; also for taxes
or payments due the State of Arkansas or any political subdivisions thereof
which shall have arisen on account of, or in connection with, the wages
earned by workmen covered by the bond; and for all labor performed in such
work whether by subcontractor or otherwise, then this obligation shall be
void, otherwise to remain in full force and effect.
** Unit prices
to be
shown in words
and figures.
In case of discrepancy amount
shown in words
will
govern.
The above unit prices shall include all labor, materials, bailing, shoring,
overhead, profit, insurance, etc., to cover the finished work of the several
kinds called for.
Bidder understands that the Owner reserves the right to reject any or all
bids and to waive any informalities in the bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for
a period of Sixty (60) calendar days after the scheduled closing time for
receiving bids.
Upon receipt of written notice of the acceptance of this bid, bidder
will execute the formal contract attached within ten (10) days and deliver
the Surety Bond or Bonds as required by Pa�T•agraph 8 of the General Cond}tions./
The bid security attached in the sum of 4 ,, YA4f1L_ t 95h pp,&
is to become the property of the Owner in the event the contr t and bond are
not executed within the time above set forth, as liquidated damages for the
delay and additional expense to the Owner caused thereby.
Respe tfully Submitte
t� Ear
By DO Aa1O /;;:.
SEAL - if bid is by a corporation
D, vt
(Bu4iAess Address and Zip Code)
ITEM ESTIMATED QUANTITY UNIT**
NO. AND DESCRIPTION PRICE TOTAL
1) 1425 L.F. of 6" V.L.P. . c≤ ? f
; I
0-6' depth Dollars
$
2) 565 L.F. of 6" V.C.P. 4.4+11 soao
6'-8'depth Dollars
$ 7 s° $
i
3) 40 L.F. o" 6" V.C.P.
8'-10' depth Dollars
S 72q- $ J/� P°
4) 90 L.F. of 6" V.C.P. f ht< 3°iao
10'-12' depth DO'lars
$ 717°°
5) 40 vertical feet of manhole oSe.�L.T �e.iV
(5 manholes 0-6', Dolla
(2 manholes 6'-8'
$ 7S $
6) 75 C.Y. of SB-2 /Vim f ioP
for Roadway Backfill & Bedding if needed Dollars
$ 9OO
$ -V 60
7) 2 C.Y. of Class "B" Concrete c,1r4 f/ice
for pipe encasement Dol rs
$
TOTAL $
PROPOSAL FOR SCHEDULE I
(A UNIT PRICE CONTRACT)
Place e///e��P✓J�/e �� /L
Date 7,4n/)
,¢�(/>/ 7 / ) /983
Proposal of n� 7 , %At4' /4 c
a corporation* organized and existing under the laws of the State of
Hn�an5s and qualified to do business in the State of Arkansas;
a Partnership* consisting of
an Individual* trading as
TO THE CITY OF FAYETTEVILLE, ARKANSAS:
The bidder
in compliance
with
your
invitation for bids for the
construction of
Miller Addition
Sewer
Extension
having examined
the Plans and Specifications with related documents and the site of the pro-
posed work, and being familiar with all the conditions surrounding the work,
including the availability of materials and labor, hereby proposes to furnish
all labor, material, and supplies required to be furnished, and to construct
the project in accordance with the Contract Documents, and at the unit prices
stated below. These prices are to cover all expenses incurred in performing
the work required under the Contract Documents, of which this proposal is a
part.
Bidder hereby agrees to commence work under this contract on a date to
be specified in a written "Word Order" of the Engineer, and to fully complete
the project within 30 consecutive calendar days.
Bidder acknowledges receipt of the following addenda:
/4O17
* Fill out applicable blank
I