Loading...
HomeMy WebLinkAbout78-87 RESOLUTIONt RESOLUTION NO. 78-87 / • • 4 A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT WITH SWEETSER CONSTRUCTION COMPANY FOR WATER LINE RELOCATION ON THE BLACK OAK ROAD BRIDGE AND APPROVING A BUDGET ADJUSTMENT FOR SAID PROJECT. BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the Mayor and City Clerk are hereby authorized and directed to execute a contract with Sweetser Construction Company for water line relocation on the Black Oak Road Bridge. A copy of the contract authorized for execution hereby is attached hereto marked Exhibit "A" and made a part hereof. Section 2 That the Board of Directors hereby approves the budget adjustment reflected in Exhibit "B", attached hereto and made a part hereof, to appropriate funds for said project. .c.',.. r..rt PASSED AND APPROVED this 6th day of rij . .r••°a18'.�ss 1 \ ,• / C I sae Lf APPROVED October , 1987. By: A/AjuZ ) Mayor 0 • r • H 1.11 • ▪ i • • • • • i ADMIN SERVICES DIRECTOR DEPARTMENT HEAD :An U3ZS3na371 ` > > > H H H H ▪ m m • ..r • •::drr.i4:_fr • ▪ • ' i . z z H g k W (Drt .O0 CD rS (D (D Ci) rt rt ro P• n N O O (D rt • O O rr (D H- O N rt 0. 0 rt rr O N N 07 Co a N xa O HIw 0 O trkn tn• r o CO 0 O • fD (00'ZLS'T£S) NOILVDIdI.ISnf 3SV321030 SIHZ dO 0 c H o ro < 0 (D73 rf r N r- ri N H .. CI) • rt 40 N rt W n r• a m N O ro 01 J 0 N O 00'ST£-S-09S-OtS N2UURN ZNn000V 1O .L03f0Nd U31313U W3.LI ;oaz;uo0 saoTAza5 31111 INno00V En H (D (D (D (D A) 0-o o rt w 0 Ort (D ar• N co O• 0h.- -' a P• Cr r• a W r• rim N 0 11 a r• ro 0 O m 0 tt rt N • JUSTIFICATION OF THIS INCREASE: OFF SETTING ADJUSTMENT 00'ZLS'TES Il 9 C1.• I--" r• a P- 4 rt CD P- 0 a ✓ a N PROJECT OR ITEM REQUESTED to > a n 0 n z OI c H O� H 0 1 Lit= • • m O saoTAzas ;oaznuoj N 0 J •O 0 not;anz;suop n n c c z H H r H r NOISIAIO z w rt m n RV3A i30Una 1NUIIL21VdUU sxzoM oTTgnd DATE REQUESTED z n m 15.05. H z i < H H K N o c r r INC n m H m H H m H < > r r r m c n > m z H pc • 9 C to 71'>I7 CITY OF FAYETTEVILLE, ARKANSAS 113 W. MOUNTAIN ST. 72701 ,BLACK OAK..ROAD BRIDGE, WATER.LINE.RELOCATION" September, 1987 MICROFOEMED x• • • • • INDEX ADVERTISEMENT FOR BIDS BID.BOND PROPOSAL 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 i T t ADVERTISEMENT FOR BID #838 • BLACK OAK ROAD - WATER LINE RELOCATION - Notice is hereby given that the City of Fayetteville, Fayette- ville, Arkansas, hereinafter called the Owner, will receive sealed bids at the Purchasing Agent's Office, City Hall, 113 West Mountain Street, Fayetteville, Arkansas, until in nn a.m., on the. 17th day of September , 1987, for the furnishing of all tools, labor, and materials, and performing the necessary work to be done The location of the work is set out in the Plans and Specifications on file in the office of the City Engineer, Fayetteville, Arkansas. Work to be performed includes the construction of: Approximately 2200 feet of 8" water line, including a river crossing and concrete encasement, valves etc. All necessary work, materials, and every item of construction shall be in accordance with the Plans and Specifications as prepared by the Engineer. Copies of the documents may be obtained from the o ffice of the City Engineer. The Contractors shall make such inspection and studies of the site o f the work as to thoroughly familiarize themselves with all conditions to be encountered. Each bid must be accompanied by a surety bond in the amount equal to five percent (5%) of the whole bid, said bond to be issued by a surety company licensed to do business in the State of Arkansas, said bond to be retained as liquidated damages in case successful bidder fails, neglects or refuses to enter into the contract for the construc- t ion of said works, and furnish the necessary bonds within ten (10) days from and after the date the award is made. The successful bidder will be required to furnish a performance and payment bond, in favor of the Owner, in an amount equal to one h undred percent (100%) of the contract amount, at the time of the award o f the particular contract section. The Owner reserves the right to reject any and all bids, and to waive any formalities deemed to be in its best interest. The attention of all bidders is called to the fact that they must be licensed under the terms of Act 150 of the 1965 Acts of the Arkansas Legislature, as amended if this contract exceeds $20,000.00. Notice is hereby given that the City of Fayetteville is an Equal Opportunity Employer. The proposed contract is under .and subject to Executive Order 11246 of September 24, 1965. The successful bidder will be required to submit a Certification o f Non -segregated Facilities prior to award of the Contract, and to notify prospective subcontractors of the requirement for such a Certifi- cation where the subcontract exceeds $10,000.00. (TO BE RUN SEPTEMBER 3rd AND 10th) 1 'Ieither contractor nor subcontractor shall exclude from participa- tion in, deny the benefits of, or subject to discrimination under any program or activity, any person in the U.S. on the grounds of race, color, national origin or sex, nor discriminate on the basis of age under the Age Discrimination Act of 1975, or with respect to an other- wise qualified handicapped individual as provided in Section 504 of the Rehabilitation Act of 1973, or religion except that any exemption from such prohibition against discrimination on the basis of religion as provided in the Civil Rights Act of 1964, or Title VIII of the Act of April 11, 1968, shall also apply. This advertisement is hereby made a part of the specifications and a part of any subsequent contract. (TO BE RUN SEPTEMBER 3rd AND 10th) PurchaL ng Agent t • BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, as Principal, and as Surety, are hereby held as owner and firmly bound unto 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 Principal 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 Bid; 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 Place Date a corporation* organized 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 TO THE CITY OF FAYETTEVILLE, ARKANSAS: The bidder in compliance with your invitation for bids for the construction of Black Oak Road Bridge, Water Line Relocation having examined the Plans and Specifications with related documents and the site of the proposed 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 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 "Work 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 4 • ITEM NO. (1) 1950 L.F Complete Cal D.I.P. b) P.V.C. BLACK OAK ROAD BRIDGE Water Line Relocation "Alternate Bid" ESTIMATED. QUANTITY AND DESCRIPTION . of 8" Water Main in Place Class "5J7 Class C-900 Circle (a) or (b) (2) 1 Each 8" Tapping Sleeve and Valve with Box, Complete in Place (3) 1 Each 6" Tapping Sleeve and Valve with Box, Complete in Place (4) 1 Each 3"Tee and with Box, 3" gate valve Complete in Place UNIT** PRICE TOTAL Dollars $/3,"° $aGI5O, lertz-c47-41714 SkAnotid Dollars $ /Hoo,GC vi Dollars 9 I. p_.1 ` {.Oz $ la53a,Ce $ (5) 200 L.F. of D.I.P. Class 51 (140' Section of this Pipe shall be encased in Concrete at river crossing) (6) 1 Each Air Release Valve Assembly with Box, Complete in Place (7) 2 Each 8" Gate Valve with Box, Complete in Place ,S.ate,o 6,ylt“ro44, Dollars 70 0.00 $ 7 oaf() $ 7Q,ao $ Woo, cre a44,- iitendozo/ Dollars $ 3 00,00 Words 5-a Dollars Figure r • ITEM NO. (1) BLACK OAK ROAD BRIDGE Water Line Relocation "Base Bid" ESTIMATED QUANTITY UNIT** AND DESCRIPTION PRICE 1160 L.F. of 8" Water Main complete in pl 6D.I.P. Class 5 or b) P.V.C. Class C-900 Circle (a) or (b) (2) 200 L.F. of D.I.P. Class 51 (140' Section of this pipe shall be encased in concrete at river crossing) (3) 2 Each 8" Tapping Sleeve and Valve with Box, Complete in Place (4) 2 Each 8" Gate Valve with Box, Complete in Place (5) 1 Each Air Release Valve Assembly with Box, Complete in Place (6) 1 Each 8" x 4" Tapping Sleeve and Valve with Box, Complete in Place • Total Dollars TOTAL s 01,Aq $ IG4707, Uo $ 701°0 $ IJ4000,ao • Dollars $ t Hoo, co s a goo, ca ilSehei ^�i Dollars $ yro,pO s_ 5/60; Dollars $ L300,Oct $ 300, oo Dollars s /300,00 $ l3oo.°6' ords 5 dar $ (351•347. 00 Figures • ** Unit Prices to be shown in words and figures. In case of discrepancy amount shown in words will govern. The 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 Paragraph 8 of the General Conditions. The bid security attached in the sum of 5 %a 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 liquidated damages for the delay and additionalexpenseto the Owner caused thereby. `'tSEAL--`` if bid is by a corporation Respectfully Submitted: 6 of jp a -4I% 72 705 ARKANSAS PERFORMANCE AND PAYMENT BOND (14-604 Arkansas Statutes) KNOW ALL MEN BY THESE PRESENTS: That we (1) Jerry D. Swoctser, Inca a (2) Corporation , hereinafter called "Principal" and United States Fidelity (3) & Guaranty Company of Little Rock , State of Arkansas hereinafter called the "Surety", are held and firmly bound unto (4) City Of Fayetteville Fourty four thousand seven "Owner" in the penal sum of hundred seventy two. dollars ($ 44,772 ), 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. hereinafter called THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with the Owner, dated the 17th day of September , 19$7 , a copy of which is attached and made a part hereof for the construction of: Water Relocation- Black Oak Road Bridge, Fayetteville. Arkansas. 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 principal of not less than the prevailing hourly determined by the Arkansas Department of Labor or U. the payment by rate of wages as 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 October ATTEST: this instrument is executed in six (6) counterparts, be deemed an original, this 12th day of 1987. Jerry D. Sweetser, Inc. (PRINCIPAL) BY SECRETARY (PRINCIPAL) (TITLE) President (SEAL) WITNESS AS TO PRINCIPAL ADDRESS ATTEST: --SECRETARY (SURETY) (SEAL) WITNESS AS TO ATTORNEY-IN-FACT ADDRESS Fayetteville, Ar. 72701 (ADDRESS) United States Fidelity & Guaranty Company (SURETY) NV%• _ BY T ATTORNEY-IN-FACT o A.P._Eason; Jr— Fayetteville, Ar ADDRESS 72701 CERTIFIED COPY GENERAL POWER OF ATTORNEY No 84805 Know all Men by these Presents: That UNITED STATES FIDELITY AND GUARANTY COMPANY. a corporation organized and existing under the laws of the State of Maryland, and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint A. P. Eason, Jr. of the City of its true and lawful attorney - in and for the State of Arkansas Fayetteville , State of Arkansas for the following purposes, to wit: . To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectivelyido and perform any and all acts and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY COMPANY: a certified'copy of which is hereto annexed and made a pan of this Power of Attorney; and the said UNITED STATES FIDELITY k1I1D GUARANTY COMPANY, through us, its Board of Directors, hereby ratifies and confirms all and whatsoever the said A. P. Eason, Jr. may lawfully doif the premises by virtue of these presents. In Wrtn'eSS Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to be sealed with its corporate seal, duly attested by the signatures of its Vice -President and Assistant Secretary, this 17th day of May - ,A. D.1974 UNITED STATES FIDELITY AND GUARANTY COMPANY. (SEAL) 1 STATE OF MARYLAND, ) BALTIMORE CITY, 1> ss. (Signed) By Charles W. Boone (Signed) W. G. Halyard Vice -President. Assistant Secretary. 1 On this 17th' day of May , A. D. 1474 , before me personally came Charles W. Boone , Vice -President of the UNITED STATES FIDELITY AND GUARANTY COMPANY and W. G. H1lyard - , Assistant Secretary of said Company, with both of I whom I am personally acquainted, who being by me severally duly swum, said that they resided in the City of Baltimore, Maryland; I that they, the said Charles W. Boone and W. G. Hilyard were respectively I - the Vice -President and the Assistant Secretary of the said UNITED STATES .FIDELITY AND GUARANTY COMPANY, the cor- poration described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal. that it was so fixed by order of the Board of Directors of said corpora- tion, and that theysignedtheir names thereto by like order as Vice•President and Assistant Secretary, respectively, of the Company. My commission expires the first day in July, A. D. 19.. /A... (SEAL) STATE OF MARYLAND BALTIMORE CITY, 1, Robert H. Bouse , Clerk of the Superior Court of Baltimore City, which Court is a Court of Record, and has a seal, do hereby certify that - Herbert J. Aull - , Esquire, before whom the annexed affidavits were made, and who has thereto subscribed his name, was at the time of so doing a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and sworn and authorized by law to administer oaths and take acknowledgments, or proof of deeds to be recorded therein. I further certify that I am acquainted with the handwriting of the said Notary, and verily believe the signature to be his genuine signature. In Testimony Whereof, I hereto set my hand and affix the seal of the Superior Court of Baltimore �4 the same being a Court of Record, this 17th day of May , A. D. 19 Robert H. Bouse Sct (Signed) Herbert J. Aull Notary Public. (SEAL) (Signed) FS 3 (947) Clerk of the Superior Court of Baltimore City. •[JmazzaS tummy AINYHVQ9 QNY ]LII'I3QI3 SUYIS gum (ntQ) L861 'Z,i zagQ4OO 110MJVdHO� 142 3o An ayl pus pUeq [w us omnany wig 1 arwaayr [s1o1r1paj "1 9npam ppm 10 anulm aql u} paprosol n }oasagl rows up p111 UOpola l p!sc 30 [doa 1aaii00 pus anal 8 1I fmofalo3 top n41 pus huaaad rut uolaaa!Q 3o pasog 0141 to mnaonb s fmtaam trips is '0161 '$of }o Asp tilt/ 0q1 uo •mompleg 30 ityp 2141 u! [uadwo3 alp 3o arglo agt n ppq Pus pasta yup '[usdmo3 pin 3o Yolaata 30 Pnog 5141 3o fullaaw aunties a 11 paadope uopnpsat t 3o aaumsand uy usslf net [amouy 3o autod ppm Imp yluao aaguanJ op 1 PW •taopa pas our na3 m U!1' n pus papaw 110011 10AaU 1114 [amours 10 aasod trlyt 'quo; las ramp f spuoq 11911 o1 mFg fuuaaodma pus nappotlnssssufl.Zy s a rtTAa faaLIA 30 •lr '1084 •d •l1 01 [nedmoo wit [9 wasp [amour 3o aaaod Isulfuo ayl 10 [dor 1aanoa putt 01112 '1In1 1 13 fulofalol 5141 11g2 (114133 "Waif °P 'LNVdWOD LLNVNVQO QNV A1113Q1.0 SILVIS Q3IINn ay110 [auaaaas tummy ut' jTeti sJIM tin 4z1111 •.L 'any sg110 aaglla 30 wont sqt n! Suplt[111 ao lu ppluapun Jo 'uopelndlle uopsfggo 'sauezlufoaaa 'puny Erns [wt m Jot papuoad aq [sm gaiga suoplpuoa [m ao fmgt[us yo Prop lou ao Prop 2p1 Jo3 pauop!puoa •Janousya carman nt put 6n1 u! 'aaeaonsya uopsnUflaO ao uopnaatn aaglo ao ylpdpnnm Isamu! •sow° '[poq 'aopslodaoo •suosaad Jo Uosaad 1111 101 Jo [q '3o uopaamzd 10 [lu11aas atp Jot papiooal Jo pals 'poldaaat •pampaal • uanlH 'pallet 'arm •pamaaxa aq al partway! Jo paambaa `putout aq as!aaa4lo ao ledp!mm '!Pao! 'asag!o 10 tour 'uopnlutelo •[poq • pasoq [us }o uonaaasap 10 0anasad •swolna 'saw 'suoptlnfal 'ulna sql [q 10 'PutlpunolaGN yo [oology up 3o ao wino 3o uolulmoQ apt 10 sauuoad apt 3o ao sups pallun 0141 10 Annual 10 ants [us 1a 10 ants pallufl 541 10 nuns [ue [q ao 'away* Jo Ipdplmm 'asl [q hew 10 ale gabs 'awn ayl 3o aura 3o amnu alp u! Hwgl[ue ao dupenapun 'suolnlndln 'suopsflplo `soon: learn 'spuoq !Is pus hut 30:1 suop!puoa alp aalusnn2 put saloon 01 twat JO turfs ao yael•a!-s[amoln 10 [am0ur 11! et pin awns st! u! 'owe pus °poaons ss} [q Jo rofalpaaaoad 10 1UOga1 lis u! patrons! ao palm}31 'dugsuapun pus spuoq insomnia ao fupnaaxa pus sappod aaunJnsu! usgl aa420 natnuoa 30 sautuuopad 541 Hu!aaluennf Issas *mud ao allgnd 10 suminod fu!ppt suouad 30 [lgapg 242 fmalueaenf now onto Ile pus [ue Jaalpp put atnaaxa 01 los 11! 1s put surto sl! m •[uedwoD p!a 3o nUaSe a0 rat ao •laeput-s[amoue Jo [autolls n suosnd 10 uosaad hue lu!odds o2 '1121 snoodaoa sl! Japun wunalaas 1Utl$lcsV sty 3o auo Jo Amazon sl! 4Js uopauntuoa u! uwplsaad 40!A sl! 3o aay2p 10 luap!saJd ca aaaodwa put anaoylns 'stop [gaaq 2! put 'op [usdmop spj nyl'praposu Il .q'asofaasgj puelpunolsaK 10 [uo1o3 541 u1 put spsn•q 3o umwpuoQ 09110 saam-wd 242 uy put snug pauu.-1 0142 3o sauoluaal 242 w pus •pus!h11 k U142 haw cants u! 2011U u! 113 pU1 1! J03 131 01 [tuogme pus hated yips ;Lauaoltt put duals lmodde [uedmoD 1141 1141 nouns! 3o umlaau*Jt 1%232$2 2141101 [anaaau 111! 'nays agj NOLL17OS 11 30 AdOQ 1 NOTE: Date of Bond must not be prior to date of Contract. (1) (2) (3) (4) (5) (6) (7) • Correct name of Contractor A Corporation, a•Partnership, or an individual, as case may be Correct name of Surety Correct name of Owner If Contractor is Partnership, all partners shall execute bond 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 Must be executed by Arkansas Local Resident Agency for Surety 9 1. THIS day of Party of the and CONTRACTAGREEMENT CONTRACT AND AGREEMENT, made and entered into this , 19_, by and between the City of Fayetteville, Arkansas, First Part, acting through it's duly authorized representative, JERRY D. SWEETSER, INC. 590 WFST POPLAR FAYETTEVILLE, AR 72703 Party of the Second Part: 9 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, equipment, materials, and supplies required to the furnished and to construct the improvements designated as fa/AC} t k Qi d a. .&e -Lo for the City of Fayetteville, Arkansas, in exact accordance with the Plans on file at the Office of the City Engineer, and Specifications, Proposals, Stipulations, and Special Provisions attached hereto and made a part hereof as fully as though copied herein, under the direction of 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 and/or Lump Sum Price 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. Time is expressly made of the essence of this Contract. 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 10 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. Extensions of time may be granted with waiver of liquidated damages 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 lows 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 City of Fayetteville 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 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 Workman's Compensation Insurance in amounts as required by these Specifications. WITNESS OUR HANDS THIS t_" Attest by City Clerk WITNESS Z�, ^'5 -/ eik. A(it-Ave w Corporate Seal •(if any) 11 DAY OF (904/er.47 , 1987 CITY OF FAYEITEVILLE FAYEITEVILLE, ARKANSAS RYMa r n ntractor • F! �, ntDr By/9LG4l—f Name :i% Title £ ?6;16 e� Add ss a c:ifir 72703 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 opinionof 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: ui_-. 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 Contratct, including'Alocal conditions, uncertainty of weather, and all other:= contingencies. Bidders shall satisfy themselves by personal examination 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 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`r•1�,; The outer envelope Shall be opened first, and if the documents are not found4;., 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. 12 • 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 V. 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. 11 • (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. 8. 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. 14 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 LIOUIDATED 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 employees), who may be injured on the job site. In no case shall employees be permitted to work at a job site before the employer has made a standing arrangement for the removal of injured persons to a hospital or a doctors care. 15 GENERAL CONDITIONS OF THE SPECIFICATIONS 1. GENERAL DESCRIPTION: The work embraced in these Contract Documents consists of the following: Construction of water lines and appurtenances 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, 107 West Mountain 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. 16 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 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. 17 0 PRODUCER L-]. Eason 5 Co., Inc. P.O.. Boxi4217 Alt �7 �/ «� Fayetteville, !2102 • INSURED Jerry D. Sw.eket9Br, Inc. 590 West R:plar 'Yam=7 AR 72701 0 0 0 0 IED_Ilaaaq ISSUE DATE (MM/DDNY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. - COMPANY LETTER COMPANY LETTER COMPANY LETTER. COMPANY LETTER COMPANY LETTER COMPANIES AFFORDING COVERAGE A United States Fidelity & Gaaranty Co. B C D E !WA 1:UN 444 THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUEDTO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. 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 CONDI- TIONS OF SUCH POLICIES. CO LTR TYPE OF INSURANCE GENERAL LIABILITY j{ COMPREHENSIVE FORM PREMISES/OPERATIONS UNDERGROUND _ EXPLOSION & COLLAPSE HAZARD• PRODUCTS/COMPLETED OPERATIONS CONTRACTUAL INDEPENDENT CONTRACTORS _ BROAD FORM PROPERTY DAMAGE PERSONAL INJURY POLICY NUMBER POLICY EFFECTIVE DATE (MMNINYY) DRRATION DATE Y(MM(00/YY) 1=86687282 10/30/87 10/30/88 AUTOMOBILE LIABILITY r ANY AUTO " BAP9 173690 ALL' OWNED AUTOS (PRM. PASS.) ALL OWNED AUTOS /OTHER THAN l PRN. PASS. I HIRED AUTOS NON -OWNED AUTOS GARAGE LIABILITY EXCESS LIABILITY X UMBRELLA FORM OTHER THAN UMBRELLA FORM WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY OTHER 007338244 3902852861. DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS Re: Black Oak Road Bridge ;iZETINaU41:P1414:1 City of Fayetteville P.R. Drawer F Fayetteville, AR. 72702 10/30/87 10/30/87 10/30/17 i 10/30/ 10/30/88 10/30/08 LIABILITY 'LIMITS IN THOUSANDS EACH AGGREGATE OCCURRENCE _ BODILY INJURY $ 1.000 $17000 - PROPERTY DAMAGE $ HOOPn $ 1• �/�, 000 BI 8 PD COMBINED . PERSONAL INJURY $ BODLY INJURY IRA PE NOOLY INJURY (PER ATDOEND PROPERTY DAMAGE Ell 8 PD COMBINED $ 1,000 $110.0 $ 1,000 $ EU PD COMBINED $ 1,000 ' STATUTORY 1,000 (EACH ACCIDENT) (DISEASE -POLICY LIMIT) (DISEASE -EACH EMPLOYEE) ratiM4KM3ge121 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL DAYS WRITTEN NOTICE TO THECERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO MAIL SUCH NOTICE SHALE NO OBLIGATION OR LIABILITY AUTHORIZED REeRESE Y COMPANITS AG glia REPRESENTATIVES. OF ANY KIND UPON THE C. -9.Q9 P9 -1984 • 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. 18 9. INSURANCE• The Contractor shall maintain such insurance as will protect him from claims under workmen's compensation 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; 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 PATEN'S: 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. 19 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 SUPERINTENDENCE: 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 ALIGN?LENT: 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. 20 The Contractor shall provide and maintain all passageways, guard fences, lights or other facilities for 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- tained 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 PERPIITS: 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 Contractina 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 ail 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 shall afford 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. 21