HomeMy WebLinkAbout59-83 RESOLUTIONI i
1 <
-1‘....21
A RESOLUTION AUTHORIZING THE MAYOR.AND CITY CLERK TO
EXECUTE A CONTRACT WITH JOHN MILLER CONSTRUCTION COMPANY
FOR AN EXTENSION OF THE BRIDGEWATER LANE WATER LINE AT
A TOTAL CONTRACT PRICE OF $15,127.80.
RESOLUTION NO. 47183
•
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 John Miller Construction
Company for an extension of the Bridgewater Lane Water Line
at a total contract price of $15,127.80. A copy of the contract
authorized for execution hereby is attached hereto marked
Exhibit "A" and made a part hereof.
PASSED AND APPROVED this dlet) day of
1983.
•&1; i242 1'
e
CITY CLERK
,APPROVED.
By:
MAYOR
r
SPECIFICATIONS
FOR
Bridgewater Lane - Water Extension
WORK ORDER # 2705
March, 1983
CITY OF FAYETTEVILLE
FAYETTEVILLE, ARKANSAS
CITY ENGINEERS' OFFICE
INDEX
ADVERTISEMENT FOR BIDS
BID BOND
PROPOSAL FOR SCHEDULE I
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 111 MATERIALS
ADVERTISEMENT FOR BIDS
Project No. W.O. 2705
City of Fayetteville
(Owner)
•
Separate sealed bids for Bridgewater Lane - Water Extension
. will be received by Sturman Mackey
at the office of the Purchasing Officer, Interim City Admin. Bldg.
until 10:30 o'clock (A.M.-nM. C.S.T. 6XXX9P.) April 7,
19 83, 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 examinedand/or Obtained at the following;
City Engineers Office; Interim City Administration Building
115 South Church Street, 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)
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned,
as Principal, and
as Surety, are hereby held
and firmly bound unto as owner
in the penal sum of
for the payment of which, well and truly to be made, we hereby jointly
and severally bind ourselves, our heirs, executors, administrators,
successors and assigns. Signed this day of
19
The condition of the above obligation is such that whereas the Princisal
has submitted to
certain bid, attached hereto and hereby made a part hereof to enter into a
contract in writing, for the
NOW THEREFOR,
(a) If said Bid shall be rejected, or in the alternate.
(b) If said Bid shall be accepted and the Principal shall execute
and deliver a contract in the Form of Contract attached hereto
(properly completed in accordance with said Bid) and shall
furnish a bond for his faithful performance of said contract,
and for the payment of all persons performing labor or
furnishing materials in connection therewith, and shall in
all other respects perform the agreement created by the
acceptance of said Bid.
then this obligation shall be void, otherwise the same shall remain in
force and effect; it being expressly understood and agreed that the
liability of the Surety for any and all claims hereunder shall, in no
event, exceed the penal amount of the obligation as herein stated.
The Surety, for value received, hereby stipulates and agrees that
the obligations of said Surety and its bond shall be in no way impaired
or affected by any extension of the time within which the Owner may
accept such Sid; and said Surety does hereby waive notice of any such
extension.
a
IN WITNESS WHEREOF, the Principal and the Surety have hereunto
set their hands and seals, and such of them as are corporations have
caused their corporate seals to be hereto affixed and these Presents
to be signed by their proper officers, the day and year first set
forth above.
Principal
Surety
SEAL BY:
•
Proposal of
PROPOSAL FOR SCHEDULE I
(A UNIT PRICE CONTRACT)
Place
Date
7-y3.
a corporation* orga zed and existing under the laws of the State of
, and qualified to do business in the State of Arkansas;
a Partnership* consisting of
an Individual* trading as )911011.A. k444.4144-11.4114..Ad1/teriLl
TO THE CITY OF FAYEITEVIELF, ARKANSAS:
The bidder in compliance with your invitation for bids for the
construction of Bridgewater Lane Water 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:
* Fill out applicable blank
ITEM
NO.
Bridgewater Lane - Water Extension
Base Bid
ESTIMATED QUANTITY
AND DESCRIPTION
1. 2160 L.F. 6" A.C. Water Line
Class 200
Complete in Place
2. 2 Each 6" Gate Valve with Box
Complete in Place
3. 1 Each
UNIT**
PRICE
Dollars
4vudAvidisat
Dollars
0
TOTAL
ia 960 • 00
$ alltagazp
-442-Ati ,;4100
a
$34Yr‘o $ 6 97,•zo
Blow -off Assembly ita-nad1411-da,
Complete in Place Dollars
85-C.Y. SB -2 .6kx44
100
Do lars
5. 70 L.F. 12" Steel Encasement Pipe aoti 7"
Minimum le Wall Thickness
•
TOTAL
Dollars
$ /O. S-9 $ 141/430
Dollars
Dollars
$ 7,47,80
ITEM
NO.
43ridgewater Lane 7 Water Extensitn
Alternate Bid "A"
ESTIMATED QUANTITY
AND DESCRIPTION
1) 2160 L.F. 2" P.V.C.
Class 200 (SDR -21)
Waterline
Complete in Place
2) 2 Ea. 2" Gate Valve with Box
Complete in Place
3) 1 Ea. Complete Blow -off
Assembly
4) 60 C.Y. of SB -2
70 L.F. 6" Steel Encasement Pipe
(Min. 1/4" Wall Thickness)
2 go° Bonito 7e 422444 drnim.sic Qee20043/42W
UNIT**
PRICE
317
me/
Dollars
TOTAL
$ 5074loo
tOcellaftearditA5-1144A-
Dollars
$ /36/o0 $ ..??Of a°
4c,444.441/44441
Dollars
$ /70,00 /70.00
Dollars
$ •sli $ 3 99. go
jcitcrei 7'00
Dollars
$ 2,63 $ /15.00
40.0 tiawe
Dollars
$.200. 00
Dollars
TOTAL $ 0183 00
$ 4200..90
ITEM
NO.
jBridgewater Lane,- Water ExtensiolP
Alternate Bid
II B
ESTIMATED QUANTITY
AND DESCRIPTION
UNIT**
PRICE
1) 2160 L.F. 6" D.I.P.
Class 51 1614141inwo
Complete in Place Dollars
TOTAL
$ 1;00 s /5120' od
Dollars•
$ 697-20
Dollars
$ /70.co
Dollars
$ 559.30
Dollars
$ '741/30
Dollars
Dollars
TOTAL $
** Unit prices to be shown in words and figures. In case of discrepancy =mount
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 reauired by Paraaraph 8 of the General Conditions.
The bid security attached in the sum of
is to become the property of the Owner in the event the contract and bond are
not executed within the time above set forth, as liauidated damages for the
delay and additional expense to the Ownet caused thereby.
'Respectfully Submitted:
SEAL - if bid is by a corporation
Yy/04
42,-4( ievr c/437;)701
(Business Address and Code)
CONTRACT AGREEMENT
1. This Contract and Agreement, made and entered into this
3rd. day of May , 19 83, by and.between the City or
Fayetteville, Arkansas, Party of the First Part, acting through its'
duly authorized representative, and John Miller, Rt. 4, Box 483,
Fayetteville, Arkansas 72701
Party of the Second Part:
WITNESSETH:
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, eauipment, materials, and supplies required
to be furnished and to construct -the improvements designated as Work Order 2705
Bridgewater Lane Water 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. Base Bid
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 Partv'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 pallment 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 affiount 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 reauired by the laws pf 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 pament of all
labor and materials entering into or incident to the proposed improvements
and shall guarantee the work against faulty workmanshio or materials for
a period of one (1) year after completion. The Surety on said Bond shall
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'.5 Compensation
Insurance in amounts as required by these Specifiations.
WITNESS OUR HANDS THIS.
WITNESS:
,orr
SEAL (if any)
WITNESS.
3rd
DAY OF
May
CITY OF FAYETTEVILLE
FAYpTtVjILLE,
By
Affix Cor orate Seal here (if anti)
1983
dett4&
flavor of F yetrteville
JOHN MILLER BACKHOE AND DUMP TRUCK SERVICE
CONTRACTOR
NAME AND TITLE
Rt. 4, Box 483, Fayetteville, Arkansas 72701
BUSINESS ADDRESS
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 tp 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. Thesestatements shall reflect the current status of the bidder.
The statements of each bidder must show net liauid assets or credit
facilities in an amount of not less than fifteen (15) percent of the total
amount bid.. Each bidder must have 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 adeguate 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 Contradting
Authority as licuidated damages in case the bidder neglects or refuses to
enter into a contract and to furnish the required contract bond within ton
(10) days- after the presc ihed contract and bond forms are presented for
signature.
'Checks of unsuccessful bidders will be returned immediatcay afte
a contract has been executed.
4. PROPOSALS:
(a) Proposals shall be strictly in accord ';,ith 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 lumo 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" reauired are for adlist.enL of the "Easic
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 reauired in the Prcoosal
is for the furnishing of all materials reauired 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 "Plumbina".
Where a bidder bids on more than one Schedule and desires to accept the
proposal, but anv 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 Szecifications.
(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 donsidered
unless such modifications are received prior to the hour set for oPenina.
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 reauires that all bid bonds, nerformance
bonds, labor bonds, employer's liability insurance, public liability
insurance, workmen's collective insurance, and property damage insurance
must he secured through resident agents of Arkansas.
7. CLARIFICATION OF CONTRACT COCUNENTS:
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 reauest for any interpretation thereof. The person
submiti-ing 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 subseauently secures a set of Documents. The
Contracting Authority will not be responsible for any other explanations
or interpretations of the proposed Cocunents.
EXECUTION OF CONTRACT DOC=ENTS:
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 Prorcsal.
•
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 L OUIDATED 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
pronerty.
3. :Caintain 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 employees), who may be injured on
the cb site. r- no (rase shall employees be permitted to work at a jcb
site ;efore rhe employer has made a standing arrangement for the removal
or injured rx2rsons to a hospital or a doctors care.
GENERAL CONDITIONS OF THE SPECIFICATIONS
1. GENERAL DESCRIDTION:
The work embraced in these Contract Documents cons sts of
the following:
Bridgewater Lane Water 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, Favetret,ille,
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, materialE; and supplies required to be furnished bv 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 t
Specifications",
component
materials
o Bidders", the "General Conditions", the "Detailed
and the "Plans", are each and all of the Specifications
parts to the agreements governing the work to be done and the
and ecuipment to be furnished.
The Contract Documents are complimentary, and what is called for
by one shall be as binding as if called for by all. The intention of the
Documents is to include all tools, labor, equipment, materials and sucplies
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.
provided:
The following copies of the executed Contract Documents will be
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 t
Work is to be performed.
5. SUBCONTRACTS:
The Contractor shall, as soon as practicable after the sianing cf
the Contract, submit to the Enaineer, in writina, the names of any Sub-
contractors he pronoses for any part of the work.
The Engineer's approval must be secured, in writing, on all
contracts before they are made and signed.
The Contractor shall be held fully responsible to the Contractinc
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 auantity 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. :aa
verbal agreement or conversation with an': officer, agent, or employee of
the Contracting Authority or Engineer, either before or after the execution
of this Contract, shall affact or modify any of the terms or obligations
herein contained.
7. THE ENGINEER;
The Contracting Authbrity 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 aperoval 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.
BOND:
CoincidentHwith 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 perforance 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 anoroyed by the Con-
tracting Authority. If at any time during the continuance of the Contractr
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.
form of this bond is attached hereto and made a part of these
SpeciatIons.