Loading...
HomeMy WebLinkAbout110-90 RESOLUTION 110A-90• I ink dr w7 RESOLUTION N0. 110P-90 A RESOLUTION AUTHORIZING A CONTRACT BETWEEN THE CITY OF FAYETTEVILLE AND MCCLINTON-ANCHER AS THE LOW -BIDDER, TO CONSTRUCT THE ASBELL SOCCER FIELDS. 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 in the amount of $14,869.00 with McClintion-Ancher as the low -bidder, to construct the Asbell Soccer Fields. A copy of the contract authorized for execution hereby is attacned hereto marked Exhibit "A" and made a part hereof. ,PASSED AND APPROVED this 3tCl._ day of July , 1990. APPROVED: B.y:i!' Asst. Mayor C ATTEST: 71—By • a • PEGGY BATES PURCHASING OFFICER (501) 575-8281 INVITATION TO BID CITY OF FAYETTEVILLE, ARKANSAS EXHIBIT "A" MAILING ADDRESS: PURCHASING DEPT. 113 W. MOUNTAIN CITY ADMININSTRATION BLD( ROOM 307 FAYETTEVILLE, ARKANSAS 72701 810 NUMBER: 90-34 I DATE ISSUED: June 22, 1990 DATE .1 TIME OF BID OPENING: July 91 1990 11)};30 a.m. COMMODITY CLASSIFICATION: I BUYER: Peggy Bates Rep CONTRACT PERIOD OR DATE DELIVERY REQUIRED: 30 days A.R.O. F.O.B.: BUYER'S PHONE P BIDDERS GUARANTEED Fayetteville, AR 1501/575 8289 DELIVERY DATE: ITEM NO. DESCRIPTION QUANTITY UNIT PRICE TOTAL PRICING 1 Sprinkler Systems for Soccer fields at Asbell School. 4 (see attached blueprint and specifications.) ADDENDUM #1: BID OPENING TIME CHANGED TO 10:30 * BIDDERS SHALL INCLUDE TAX AS A SEPARATE LINE ITEM. TAX AMOUNT WILL NOT BE CONSIDERED IN EVALUATION OF TOTAL BID PRICE. EXECUTION OF BID Upon signing this Bid, the bidder certifies that they have read and agree to the requirements set forth in this bid proposal including specifications, terms and standard conditions, and pertinent information regarding the articles being bid on, and agree to furnish these articles at the prices stated. UNSIGNED BIOS WILL BE REJECTED NAME OF FIRM: I PHONE NUMBER ARKANSAS TAX PERMIT NUMBER: BUSINESS ADDRESS STREET CITY STATE ZIP SIGNATURE OF AUTHORIZED PERSON I TITLE I DATE ARKANSAS PREFERENCE REQUESTED: YES ( ) NO ( ) CASH DISCOUNT 'b DAYS INVITATION TO BID CONTINUATION SHEET BID NO.: 90-34 EXHIBIT "A" PAGE 1 OF 1 1. All piping shall be 200 PSI PVC. 2. Zone valves shall be bronze gate valves' 3. Sprinkler heads shall be Hunter #I-25 or equal. 4. Provide 2" backflow preventor and 2" pressure reducing valve at new 2" meter. Meter is not in contract. 5. Use PVC: primer prior to applying cement at all PVC joints. 6. Provide heavy duty plastic valve boxes buried at all valves and accessories. Provide latching covers at each. 7. Provide drain valves at all branches and low spots. 8. All work shall be in accordance with the Arkansas State Plumbing code and local authorities. 9. All piping shall be buried a minimum of 12". 'Compact during backfill and smooth over surface, allowing for future settlement. 10. Backfill with. -pure soil where rocks are present. 11. A11 systems and components shall be completely warranted including full field coverage for a period of one year from date of completion. EXHIBIT "A" TERMS AND STANDARD CONDITIONS CITY OF FAYETTEVILLE, ARKANSAS 'PLEASE READ CAREFULLY' 1. When submittingan'InvitationtoBid; thebidderwarrantsthatthecommoditiescoveredbythebidshallbefreefromdefectsinmaterialandworkmanshipundernormaluse and service. In addition, bidder must deliver new commodities of the latest design and model, unless otherwise specified in the 'Invitation to Bid.' 2. Prices quoted are to be net prices, and when an error is made in extending total prices, the City may accept the bid for the lesser amount whether reflected by extension or by the correct multple of the unit price. 3. Discounts offered will be taken when the City qualifies for such. The beginning date for computing discounts will be the date of invoice or the date al delivery and acceptance, whichever is later. 4. When bidding other than the brand and/or model specified in the Invitation to Bid; the brand and/or model number must be stated by that item in the'Invitation to Bid, and descriptive literature be submitted with the bid. 5. The City reserves the right to reject any and all bids. 6. The Purchasing office reserves the right to award items, all or none, or by the fine item(s). 7. Quality, time and probability of performance may be factors in making an award. 8. Bid quotes submitted will remain firm for 30 calendar days from bid opening date; however, the pores may remain firm for a longer period of time if mutually agreeable between bidder and the City Purchasing Department. 9. Bidder must submit a completed, signed copy of the front page of the 'Invitation to Bid' and must submit any other information required in the 'Invitation to Bid.' 10. In the event a centrads entered into pursuant to the 'Invitation to Bid,' the bidder shall not discriminate against any qualified applicant for employment because of race sex, color, creed, national origin or ancestry. The bidder must include in any and all subcontracts a provision similar to the above. 11. Sales • tax is • to be included in the bid price. Although use tax is not to be included in this bid, vendors are to register and pay tax direct to the Arkansas State Revenue Department. 12. Prices quoted shall be 'Free on Board' (F.O.B.) to destination at designated City facility in Fayetteville. Charges may not be added after the bid is opened. 13. Arkansas Preference must be requested on the bid to be considered as a factor in awarding a contract. 14. In the event of two or more identical low bids, the contract may be awarded arbitrarily or for any reason to any of such bidders or split in any proportion between them at the discretion of the Purchasing Department. 15. Specifications furnished with this Invitation are intended to establish a desired quality or performance level, or other minimum dimensions and capacities, which will provide the best product available at the lowest possible price. Other than designated brands and/or models approved as equal to designated products shall receive equal considerat on. When an 'or equal' product is bid, the City shall be the sole arbiter as to whether that product is equal to the one specified. 16. Samples of items when required, must be furnished free, and, if not called for within 30 days from date of bid opening, will become property of the City. 17. Bids received after stated time for opening will not be considered. 18. Guarantees and warranties should be submitted with the bid, as they may be a consideration in making an award. 19. CONSTRUCTION A. When noted, the Contractor is to supply the City with evidence of having and maintaining proper and cornplete hsurance, specifically Workman's Compensation Insurance in accordance with the laws of the State of Arkansas, Public Liability and Property Damage. All premiums and cost shall be pad by the Contractor. In no way will the City be responsible in case of accident. B. When noted, a Certified check or bid bond in the amount of 5% of total bid shall accompany bid. C. A Performance Bond equalling the total amount of any bid exceeding $10,000.00 must be provided for any contrail for the repair, alteration or erection of any public building, public structure or public improvement (pursuant to Ad 351 of 1953 as amended by Ad 539 of 1979). 20. LIQUIDATED DAMAGES — Liquidated damages shall be assessed beginning on the first day following the maximum delivery or completion time entered on this bid form and/or provided for by the plans and specifications. 21. AMBIGUITY IN BID —Any ambiguity m any bid as the result of omission, error, lack of clarity or non-compliance by the bidder with specifications, instructions, and all conditions of bidding shall be construed in the light most favorable to the City. 22 The bid number should be stated on the lace of the sealed bid envelope. If ft is not, the envelope will have to be opened to identify. 23. Whenever a bid is sought seeking a source of supply for a specified period of time for materials and services, the quantities of usage shown are estimated ONLY. No guarantee or warranty is given or implied by the participants as to the total amount that may or may not be purchased from any resulting contracts. These quantities are for the bidders information ONLY and will be used for tabulation and presentation of bid and the participant reserves the right to increase or decease quantities as required. 24. The City of Fayetteville reserves the right to reed any and all bids, to accept in whole or in part, to waive any informalities in bids received, to accept bids on materials or equipment with minor variations from sped/ cations in those cases where efficiency of operation will not be imparted, and unless otherwise specified by the bidder, to accept any item in the bid. If unit prices and extensions thereof do not coincide, the City of Fayetteville may accept the bid for the lesser amount whether reelected by the extension or by the correct multiple of the unit price. 25. Additional information of bid forms may be obtained from: Purchasing Department City Administration Building Room 209 113 W. Mountain Fayetteville, AR 72701 (501) 575-8281 EXHIBIT NOTICE TO BIDDER BID NO. 90-34 COMMODITY:Sprinkler System Addition for Asbell Park The City of Fayetteville, Arkansas will receive sealed bids at the Purchasing Office, City Hall, 113 West Mountain Street, Fayetteville, Arkansas until 10:30, July 9, 1990 for the furnishing of Sprinkler System Addition for Asbell Park Bid forms and specifications may be obtained from the Purchasing Office, located in Room 307, 3rd floor of the City Administration Building. The City reserves the right to reject any and all bids and to waive any formalities deemed to be in the City's best interest. Peggy Bates Purchasing Manager Publish June 25, & July 2, 1990 1. Northwest Arkansas Times Billing refer to P.O. # 23979 CONTRACT DOCUMENTS AND CONSTRUCTION SPECIFICATIONS FOR SOCCER FIELD AT ASBELL SCHOOL FAYETTEVILLE, ARKANSAS PREPARED BY JORGENSEN & ASSOCIATES CONSULTING ENGINEERS FAYETTEVILLE, ARKANSAS JUNE, 1990 CONTRACT DOCUMENTS AND CONSTRUCTION SPECIFICATIONS FOR SOCCER FIELD AT ASBELL SCHOOL FAYETTEVILLE, ARKANSAS PREPARED BY JORGENSEN & ASSOCIATES CONSULTING ENGINEERS FAYETTEVILLE, ARKANSAS JUNE, 1990 1 1 1 1 1 1 1. i 1 1 1 1 1 1 1 1 1 • TABLE OF CONTENTS PROPOSAL (BID FORM) UNIT PRICE SCHEDULE CONTRACT PERFORMANCE AND PAYMENT BOND GENERAL CONDITIONS SPECIAL CONDITIONS TECHNICAL SPECIFICATIONS SECTION 1 - Soccer Field Construction PROPOSAL (BID FORM) Place CIIN 4iAu. -+ \'VtU.t; • Date Svtr`t 9,l190 -l4:oo p,M. Proposal of ftYftCi pCR.10045A,5, I NC.. - M.°GUnron►-AJC.kk t , DoitStorJ a corporation organized and existing under the laws of the State of IDCLAWARC or Proposal of a partnership consisting of or Proposal of an individual doing business as TO: City of Fayetteville 113 W. Mountain Fayetteville, Apk: 72/03 This bid results from your invitation for bids for Construction of a soccer field at Asbeli School. The undersigned bidder having visited the site of the work, having examined the Plans, Specifications, and other Contract Documents, including all Addenda, and being familiar with all of the conditions relating to the construction of the proposed project, hereby proposes to furnish all material, supplies, equipment, and appliances specified for incorporation into the project, and to furnish all labor, tools, equipment, and incidentals to complete the work in accordance with the Plans, Specifications, and other Contract Documents at the price stated herein. This price is to cover all expenses incurred in performing the work required under the Contract Documents of which this Proposal is a part. The undersigned bidder agrees to begin work within ten(10) calendar days after issuance by the Owner of a "Work Order" or "Notice to Proceed" and to complete the work within 30 calendar days thereafter. Should the work fail P-1 1 1 1 1 1 1 1 1 1 1 1. Bidder acknowledges receipt of the following addendum (addenda): Dated Dated Dated The undersigned Bidder agrees that this bid shall be good and shall not be withdrawn for a period of sixty (60) calendar days after the opening thereof. If written notice of the acceptance of this Proposal is mailed, telegraphed, or delivered to the undersigned within sixty (60) days after the opening thereof, or at any tisk thereafter before this Proposal is withdrawn, the undersigned agrees to execute and deliver an Agreement in the prescribed form, and furnish the required Performance and Payment Bond, within ten (10) days after the Agreement is presented to him for signature. It is understood by the undersigned Bidder that the Owner reserves the right to reject any and all bids. Accompanying this Proposal as bid security is certified check bid (Strike One) bond in the amount of -Not Requirea- Dollars ($ ), being not less than five per cent (5%) of the total of the bid. If the undersigned Bidder is the successful Bidder, but fails or refuses to execute the Contract and furnish the required bond within the prescribed ten (10) days of the notification of award, then this bid security is to become the property of the Owner as liquidated damages for the delay and additional expense to the Owner caused by such failure or refusal. (Witness) z4'oNOM lb SLOCaL_ E Zrit iLI.,I.'ri PJ- !.#' S&S 1z'1,o v. (Address SEAL (If Bidder is a corporation) NOTES: mu_ migs05061I))co-M=Ww b J>ao D�t�s`anl K:y✓�y� 47l (Name of Bidder)d dP� Is. SAMtS f.. c-OLC vtoe4, Pats�i gf.. (Print Name and Title) K" ZMO No4-il aoc.0 Fi``iellitVIAAA5 AQVPNSQs "it1ot- (Office Address of Bidder) Sign in ink. Do not detach. Items must be bid upon as specified in the Unit Price Schedule. P-2 1 1 1 1 1 i 1 1 1 1 1 1 1 1 SOCCER FIELD AT ASBELL SCHOOL FAYETTEVILLE, ARKANSAS UNIT PRICE SCHEDULE ITEM ESTIMATED ITEM NO. QUANTITY DESCRIPTION 1. 1050 C.Y. 2. 385 C.Y. 3. 1007. Fill Placed and Compacted Top Soil Placed & Graded Establish Grass TOTAL BID UNIT PRICE $ too./G.`I. $ IZ.ZD/Gy. $ 1,8.00 L.S. AMOUNT BID $ 1,35o.o0 $ L169l.oO $Z1BZZ.00 $ 4)061.00 1 1 CONTRACT THIS AGREEMENT made this lith- day of • by and between APAC Arkansas,Inc.-McClinton-Anchor ( organized and existing under the laws of the State partnership consisting of July 1990, a Corporation of Arkansas). (a (Strike out the two terms not applicable) hereinafter called the i"Contractor" and City of Fayetteville. hereinafter called the "Owner." WITNESSETH • That the Contractor and the Owner for the consideration stated "herein mutually agree as follows: ARTICLE 1. Statement of Work. The Contractor shall furnish all "supervision, technical personnel, labor, materials, machinery, tools, equipment, incidentals and services, including utility and transporta- tion service and perform and complete all work required for soccer field at Asbeli School in strict accordance with the plans and specifications attached herewith as prepared by the Engineer. ARTICLE 2. The Contract Price. The Owner will pay the Contrac- tor because of his performance of the Contract, for the total work performed the lump sum price and unit prices as stipulated in the Proposal attached herewith. Said lump sum price shall be full com- 1 pensation for all work performed as detailed by the plans and shall include all incidentals. Said price shall be subject to additions or deductions as follows. The owner may make alterations, may change the work or omit from the work covered by this Contract. Charges or 'lithe credits for this additional work (or ommtsion of work) shall be based on the unit prices stated in the Proposal provided the additional work (or ommision of work) is of a similar nature. It is agreed that this additional work (or ommision) shall not void this Contract). Completion of this project shall include a final inspection certification and certi- fication that all subcontractors and/or suppliers have been paid for all work or materials supplied on this project. ARTICLE 3. Contract Time. The Contractor agrees to begin work within ten(1O) calendar days after issuance by the Owner of a "Work "'within or "Notice to Proceed" and to complete the work within 30 calendar days there after. 1 1 1 1 1 • 1 1 1 1 ARTICLE 4. Contract. The executed Cotit act Documents shall consist _of the following: a. b. c. d. e. This Agreement and Proposal Drawings and Specifications Final Inspection Certifications Payment to subcontractors certification General Conditions & Special Conditions This Agreement, together with other documents enumerated in this ARTICLE 4, ,which said other documents are as fully a part of the Contract as if hereto attached or herein repeated, forth the Contract between the parties hereto. In the.event that any provisions in any component part of this Contract 'conflicts with any provision of any other component part, the conflict shall be resolved by the Engineer whose decision shall be final. ARTICLE 5. Surety. The Surety on the Performance -Payment Bond Lail be a surety company of financial resources satisfactory to the Owner and authorized to do business in the State of Arkansas. .1 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to `be executed in three (3) counterparts, each of which shall be considered an "original, on the day and year first above written. AOAe =.fit/a/Msa-.s, /17,e . Ale6/r --ASettin alai/ I-51 (Contractor) Jiff Wet/Was" 1 i. 1 1 .1 1 1 'City Clerk 4 By Title Fa. Si//367 (Street) !Q //tat ,A/z 7t70z. (city) (OwnerCity of Fdyetteville By: zee lezun1./ 6425 rtin (Mayor) William ARKANSAS STATuTORY'PERFORMANCE AND PAYMENT BOND 1 1 1 1 1 11 :1 1 We, or corporation) (State whether individual, partnership , as Principal, hereinafter called Principal, and as Surety, hereinafter called Surety, are held and firmly bound unto • Obligee, hereinafter called Owner, in the amount of ($ ), for the payment whereof Principal and Surety bind themselves, their heirs, personal representatives, successors and assigns, jointly and severally, firmly by these presents. Principal has by written agreement dated entered into a contract with Owner for - which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. The condition of this obligation is such that if Principal shall faith- fully perform the Contract on his part and shall fully indemnify and save harmless -Owner from all costs and damage which it may suffer by reason of failure so to do and shall fully reimburse and repay Owner all outlay and expense which Owner may incur in making good any such default and, further, that if Principal shall pay all persona all indebtedness for labor or materials furnished or performed under said Contract, failing which such persons shall have a direct right of action against Principal..and Surety, jointly and severally, under this obligation, subject to Owner's priority, then this obligation shall be null and void; otherwise, it shall remain in full force and effect. This Bond is given in accordance with the following laws of the State of Arkansas: Act 368 of 1929, as amended, and Act 351 of -1953, as amended. No suit shall be brought on this Bond outside the State of Arkansas -and no suit shall be brought on this Bond except by Owner after six (6) month` from the date final payment is made on the Contract. The six month period of limitation is waived with respect to Owner and it is agreed that Owner may bring suit on this Bond any time before suit against Principal would be barred. • Any alterations which may be•made in the terms of the Contract, or in the work to be done under it, or the giving by Owner of any extension of time for the performance of the Contract, or any other forebearance on the part of either Owner or Principal to the other shall not in any way release Principal and Surety or Sureties, or either or any of them, their heirs, personal repre- sentatives, successors or assigns, from their liability hereunder, notice to Surety or Sureties of any such alteration, extension or forebearance being hereby waived. PB -1 1 1 1 1 1 1 1 1 i 1 .1 1 1 1 1 1 In no event shall the aggregate liability of Surety exceed the sum set out herein. Executed this day of (Principal) BY (Surety) By NOTES: , 19 1. This bond form is mandatory. No other form mill be acceptable. 2. The date of the Bond meat not be prior to the date of the Contract. 3. Any surety executing this Bond must appear on the U. S. Treasury Department's most current list (Circular 570, as amended) and be authorized to transact business in the State of Arkansas. PB -2 1 1 GENERAL CONDITIONS GC.1 CONTRACT DOCUMENTS A11.Contract Documents including the following; Bid Form, General Conditions, Special Conditions, Construction or Detailed Specifications, Material Specifications, Contract Form, Performance and Payment Bond Form, all other documents bound herewith, Plans, bound herewith and separately, and all Addenda are essential parts of the Contract. GC.2 PERFORMANCE AND PAINT BOND Promptly upon execution of the Contract, the Contractor, at his expense shall furnish the Owner with a surety bond in the amount equal to one hundred percent (10014) of the Contract price; issued in quadruplicate by a corporate surety acceptable to the Owner and authorized to do business in the State of Arkansas, signed or countersigned by an agent of the surety resident in the State of Arkansas, with the issuing agent's power of attorney attached to each copy of the bond, which bond shall be conditioned for the faithful performance of the Contract and for the payment of all labor and material bills. The bond shall be in form and substance identical to the form which is made a part of these Contract Documents; that bond form is mandatory. However, the terminology expressed is the bond form is not exclusively determinative of the surety's responsibility; by the issuance of the bond, the surety shall be liable for any failure of the Contractor to perform in accordance with the Contract Documents, including initial or corrective performance and including payment.of liquidated and consequential damages of the Owner, if applicable. The liability of the surety for the Contractor's breach of any requirements of the Contract Documents shall continue as long as the Contractor's liability continues under the Arkansas Uniform Commercial Code and other applicable law. The date of the Performance Bond shall not be prior to the date of the Contract. • GC.3 AWARD OF CONTRACTS Bids will be considered on the basis of the total price given in the bid forms. The bidder to whom the Contract is to be awarded will be notified in writing within thirty (30) days after receiving bids of its acceptance of his Proposal. The Contractor shall complete the execution of the Required Bond and Contract within ten (10) days of such notice. GC.4 DEFINITIONS The following words, or pronouns used in their stead, wherever used in the Contract Documents shall have the following meanings• GC -1 1 11 1 "Contractor" - shall mean the individual, partnership or corporation entering. into an agreement with the Owner to perform the work covered by these specifications and his or their authorized agents or legal representatives, and pronouns he, his and him shall refer to the Contractor whether an individual, partnership or corporation. "Engineer" - shall mean the person designated to act as Engineer for the Owner or his duly authorized agents, such agents acting within the scope of the particular duties entrusted to them. The words "directed", "permitted", "otdered", "approved", or words of similar import shall be understood to refer to the direction, permission, orders, approval, etc., of the said Engineers. "Sub -Contractors" - shall mean the individual, partnership or corporation entering into an agreement with the Contractor to perform any portion of the work covered by these specifications. "Work" - shall mean the furnishing of all necessary labor, tools, equipment, appliances, supplies and material other than materials furnished by the Owner as specified to complete the construction covered by these specifica- tions. "Surety" - shall mean any person, firm or corporation that has executed, as Surety, the Contractor's Performance Bond securing the performance of the Contract. "Plan" - shall mean the Drawings whichare a part of the Contract. "Contract Documents" - shall mean all papers bound in this copy entitled Specifications and Contract Documents, together with the Plans which may be separately bound. GC.5 INSURANCE ficate of insurance • Before any work is commenced, the Contractor shall furnish a certi- insurance addressed to the Owner, showing that he carries the following which shall be maintained throughout the term of the Contract. Workmen's Compensation Statutory Amount Comprehensive General & Automobile Insurance Buddy Injury Liability Property Damage Liability GC -2 • $500,000 for each person injured $1,000,000 for each accident $250,000 for each accident $500,000 aggregate 1 If work includes pipelines or other underground structures, the Property Damage Liability (Comprehensive General Liability Insurance) shall be $250,000 each accident and $500,000 aggregate. The insurance shall include explosion, collapse and underground coverage. The -premiums for all insurance and the bond required herein shall be paid by the Contractor. It shall be the obligation of the Contractor to complete and deliver to the Owner the structure required by these Contract Documents regardless of any loss, damage to or destruction of the structure prior to delivery. See GC.29 for Owner's and Engineer's Protective Liability Insurance. GC.6 EXECUTION OF CONTRACT DOCUMENTS Within tea (10) days of receipt of copies of the Contract, the Contractor shall execute four (4) counterpart copies of the Contract Documents and return them to the Owner. After execution by the Owner, one (1) copy each shall be furnished the Contractor and his Surety. GC.7 INTENT OF CONTRACT DOCUMENTS The Contract Documents are complementary and what is called for by any one shall be as binding as if called for by all. The intention of the Contract Documents is to include all super- vision,_labor, tools, equipment, transportation and materials other than materials furnished by the Owner as specified necessary for the proper execution of the work. Materials or work described in words which so applied have a well known technical meaning shall be held to refer to such recognized standards. GC.8 DRAWINGS The Engineer shall furnish to the Contractor, free of charge, three (3) copies of Plans, Specifications and Contract Documents, in addition to the executed copies necessary for the completion of the work. Other copies will be furnished if requested by the Contractor at the cost of reproduction. The Contractor shall keep one (1) copy of all drawings and Contract Documents in good condition readily accessible at the site of the work available to the Engineer and his authorized representatives. GC.9 CONTRACTOR'S EMPLOYEES The Contractor shall employ only competent skillful men on the work and shall at all times enforce strict discipline and good order among his employees. The Contractor shall neither permit nor suffer the introduction or use of spiritous liquors or controlled substances upon or about the work embraced in this Contract. GC -3 1 The Contractor shall maintain a qualified superintendent on the job at all times, who shall be the Contractor's agent responsible for the faithful discharge of the Contractor's obligations under the Contract. The .Contractor shall notify the Owner in writing of the designation of the superintendent and his successors. GC.10 PAYMENT OF NATERIerc - EQUIPMENT Unless otherwise stipulated, the Contractor shall provide and pay for all materials, labor, tools, equipment, water, light, power, transportation, temporary construction of every nature and all other facilities necessary for the execution and completion of the work. GC.11 SANITARY PROVISIONS The Contractor shall provide necessary toilets for the workmen, properly secluded from public observation and shall comply with sanitary regulations of the Health Department or any other authority having juris- diction. GC.12 LAWS - ORDINANCES The Contractor shall keep himself fully informed of all existing and future Federal, State and local laws, ordinances and regulations which in any manner affect those engaged on the work or material or equipment used in or upon the work or in any way affecting the conduct of the work. Lack of knowled thereof is no defense to full performance of the Contract. • GC.13 PERMITS - LICENSES The Owner will secure easements across public or private property permanently required for the pipelines at no cost to the Contractor. The Contractor shall lease, buy, or otherwise make satisfactory provision, without obligating the Owner in any manner, for any land required outside the land provided by the Owner. State Highway and Railroad Crossing Permits will be secured by the Owner. All other permits and licenses necessary for the prosecution of the work shall be secured and paid for by the Contractor. GC.14 ROYALTIES AND PATENTS The Contractor shall pay all royalties and license fees and shall defend all suits or claims for infringement of any patent rights and shall save the Owner harmless from any loss on account thereof. • GC.15 PROTECTION OF WORK AND PROPERTY The Contractor shall continuously maintain adequate protection of all his work from damages and'shall protect the property of the Owner from damage or loss. GC -4 1 The Contractor shall protect adjacent or adjoining property or properties in any way encountered in the prosecution of the work from any damage or injury. The Contractor shill indemnify aid save harmless the Owner, its representatives and agents, from all claims, costs, expenses or liabilities accruing in consequence of any act on the part of the Contractor or from failure to properly guard the work in progress, the adjacent property or persons using the streets or from any other causes whereby injury to property or persons is caused. If damage or injury is done to private or public property, the Contractor shall restore or have restored at his expense such damaged property to a condition equal or better than that existing prior to the damage. The Contractor shall not interfere in any way with the work of any other contractor on this project. GC.16 QUALITY OF WORK AND PROPERTY A11 property, materials and equipment shall be new and free of defects upon completion of the Contractor's performance and unless different standards are specified elsewhere in the Contract Documents shall be of the best type and quality available for the purpose. All of the Contractor's work shall be performed with the highest degree of skill and completed free of defects and in accordance with the Contract Documents. Any work, property, materials, or equipment not in conformance with these standards shall be considered defective. If any work, property, materials or equipment is discovered to have been defective or not in conformance with the Contract Documents, whether said discovery is made before or after completion of performance, the Contractor, at his expense, after written notice from the Owner or Engineer, shall promptly replace or correct the deficiency and pay any engineering costs and consequential expense or damage incurred by the Owner in connection therewith If the Contractor fails to promptly correct all deficiencies, the Owner shall have the option of remedying the defects at the Contractor's cost. If the Contractor is required to furnish shop drawings or designs the above provisions shall apply to such drawings or designs. Neither the Owner's payment, acceptance, inspection or use of the work, property, materials, or equipment, nor any other provision of the Contract Documents shall constitute acceptance of work, property, materials, or equipment which is defective or not in accordance with the Contract Documents. If the Contractor breaches any provision of the Contract Documents with respect to the quality of the work, property, materials, equipment or performance, whether initial or corrective, its liability to the Owner shall continue until the statute of limitations with respect to such breach of contract has expired following discovery of the defect. All parts of Section 16 are cumulative to any other provisions of the Contract Documents and not in derogation thereof. If it is customary for a warranty to be issued for any of the property to be furnished hereunder, such warranty shall be furnished, but no limitations in any such warranty shall reduce the obligations imposed upon the Contractor in the Contract Documents or by Arkansas Law, but if any greater obligations than imposed in this Contract is specified in any such warranty or by Arkansas Law, those greater obligations shall be deemed a part of this Contract and enforce- able by the Owner. GC -5 GC.17 INSPECTION OF WORK The Engineer,. his authorized representative, and any Federal, State, County or local authorty representatives having jurisdiction over any part of the work or area through which.the work is located, shall at all times have access to the work in progress. The detailed manner and method of performing the work shall be under the direction and control of the Contractor, but all work performed shall at all times be subject to the inspection of the Engineer or his authorized representative to ascertain its conformance with the Contract Documents. The Contractor shall furnish all reasonable aid and assistance required by the Engineer for the proper inspection and examination of the work and all parts thereof. The Engineer is not responsible for the Contractor's means, methods, techniques, sequences or procedures of construction, or safety precautions and programs incident thereto. Inspectors may be appointed by the Engineer or Owner. Inspectors shall have no authority to permit any deviation from the Plans and Specifica- tions except on written order from the Engineer and the Contractor will be liable for any deviation except on such written order. 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 per- formed properly. The inspector shall in no case act as superintendent or 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 Contracto shall in no way be construed as binding to the Engineer in any way or releasin the Contractor from fulfilling all of the terms of the Contract. 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 pre- viously overlooked and estimated for payment and payment therefor made by the Owner. All condemned or rejected work shall be promptly taken out and replaced by satisfactory work. Should the Contractor fail or refuse to comply with the instructions in this respect, the Owner may, upon certification by the Engineer, withhold payment, proceed to terminate the Contract or perform work as provided herein. GC.18 TIM OF COr21ENCEMENT AND COMPLETION The Contractor shall commence work within the time specified and the rate of progress shall be such that the whole work will be performed in accor- dance with the Plans, Specifications, and Contract Documents within the time limit specified, unless an extension of time is made in the manner hereinafter specified. GC -6 GC.19 UNFORESEEN DIFFICULTIES All loss or damages arising out of the nature of the work to be performed under this Contract or from any unforeseen obstructions or difficul- ties which may be encountered in the prosecution of the same, or from weather, �' acts of God, strikes, work stoppages or slowdowns shall be sustained by the Contractor. GC.20 ALTERATIONS - OMISSIONS - EXTRA WORK The Owner may, when deemed necessary, make alterations and modifi- cations in the Specifications, or may change the work, or may omit from the work covered by this Contract, any portion thereof or may order extra work performed. Charges and credits for all work of a similar nature as bid upon shall be based on the unit prices stated in the Contract. It is expressly agreed and understood that such alterations, addition modifications or omissions shall not in any way violate or annul this Contract, and the Contractor hereby agrees not to claim or bring suit for any damages, whether for loss of profits or otherwise, on account of said changes. Whenever, during the progress of the work, any additional work, I. change, or modifications in the work contracted for is agreed upon as aforesaic such additional work, change or modifications shall be considered and treated as though originally contracted for, and shall be subject to all terms, condi- tions and provisions of the original contract except that no extension of time of completion shall be allowed owing to such additional work, change or modification, unless the same is approved by the Owner. In case extra work is encountered which is outside the scope of these specifications and upon which the Contractor and Owner fail to agree upon a price, the Contractor shall perform such work upon a basis of actual cost plus fifteen percent (15%) for overhead, profit, etc. The actual cost shall include the cost of labor, field supervision, equipment rental, material: insurance, payroll taxes and any other costs directly chargeable to this part of the work provided said costs are specified at the time of the change order. It shall not include any allowance for office overhead, general supervision, profit, etc., which are considered to be covered by the fifteen percent (15%) allowances. All such work shall be under the terms of the original contract without invalidating any of the terms thereof. GC.21 DELAYS - EXTENSION OF TIME - LIQUIDATED DAMAGES If the Contractor be delayed at any time in the progress of the work by any act or neglect of the Owner, the Owner's Engineer or employees, or by any separate contractor employed by the Owner, or by changes ordered in the work or by strikes, lock -outs, fire, unusual delay in transportation, unavoid- able casualty or any other cause beyond the Contractor's control, then the time of completion shall be extended for such reasonable time as the Owner may decide. Provided, however, said time of completion shall be extended upon. the following conditions and no other: ,1 GC -7 I' (a) Requests for extension of time shall be is writing. No extension of time shall be granted automatically. (b) The Contractor claiming an extension of time because of any of the contingencies hereinabove mentioned shall, within seven (7) days of the • occurrence of the contingency which justifies the delay, notify the Owner in writing of his claim and the reasons therefor: (c) In event of a continuing cause of delay only one claim is necessary. It is acknowledged between the parties to this Contract that the Iwork to be performed by the Contractor will result in a benefit to all customers . of the Owner and that a delay in completion of the work will be detrimental to many customers of the Owner. It is further acknowledged that, while work is in progress, the Owner shall incur an indeterminable amount of expense as a result of necessary supervision of the work and other overhead and administra- tive expenses. It is, therefore, agreed that if there is a delay in the work beyond the period elsewhere herein specified which has not been authorized as set forth above, then the Owner may deduct from the Contract price the amount stated in the Special Conditions, bound herewith, as liquidated damages. GC.22 OWNER'S RIGHT TO DO WORK If the Contractor should neglect to prosecute the work properly or fail to perform any provision of the Contract the Owner, after three (3) days' I. written notice to the Contractor, may without prejudice to any other right or remedy the Owner may have, correct such deficiencies and may deduct the cost thereof from any'paymenta then or thereafter due the Contractor. GC.23 SUSPENSION OF WORK Should contingencies arise to make such action necessary, the Owne: shall have the right to suspend the whole or any part of the work for a period not to exceed sixty (60) days by giving the Contractor notice in writing three (3) days prior to the suspension. The Contractor, after written notice to resume work shall begin within ten (10) days from the date of such notice. If the work or any part thereof shall be stopped by the Owner's notice and the Owner fails to notify the Contractor to resume work within sixty (60) days, the Contractor may abandon that portion of the work so suspended and the Contractor shall be paid for all work performed on the portion so suspended at unit prices quoted in the bid for completed work involved at agreed prices on any extra work involved and at a fair and equitable price for partially completed work involved. i GC -8 The Engineer may suspend work pending the settlement of any con- troversy. The Contractor shall' not be entitled to any claim for loss or damage by reason of such delay nor shall he be entitled to any extension of time but an extension may be granted by the Owner in his discretion. If the Contractor shall be adjudged a bankrupt or shall file a petition for an arrangement or reorganization under the Bankruptcy Act, 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 solvency, or if he should persistently or repeatedly refuse or should fail, except under conditions where extension of time is approved, to supply adequate workmen, equipment and material, or disregard laws, ordinances, or the instructions of the Engineer, or otherwise be guilty of a violation of any provisions of the Contract, then the Owner upon certification 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) days' written notice, terminate the employment of the Contractor. At the expiration of the said ten (10) days the Owner may immediatel; serve notice upon the Surety to complete the work. In case the Surety fails to comply with the notice within thirty (30) days after service of such notice, the Owner may complete the work and charge the expense of the completion, including labor, materials, tools, implements, machinery or apparatus to said Contractor and the expense so charged.shall be deducted and paid by the Owner out of such monies as may be due or that may thereafter at any time become due to the Contractor under and by virtue of this agreement. And in case such expense is less than the sum which would have been payable under this Contract, if the same bad been com- pleted by the Contractor, then said Contractor shall be entitled to receive the difference. And in case such expense is greater than the sum which would have been payable under this Contract, if the same had been completed by said Contractor, then the Contractor and his Surety shall pay the amount of such excess to the Owner on demand from said Owner or Engineer of the amount so due. GC. 25 PARTIAL PAYMENTS At the end of each calendar month the Engineer shall prepare a certificate estimating the total value of work done during the preceding month. The Owner shall thereafter pay to the Contractor on or about the tenth day of the current month the amount due as established by the engineer, including the value of submitted paid invoices covering construction materials which are required for the work which are stored at the job site or in a bonded warehouse, less retainage specified below, further less all previous payments, further less five percent (5%) until the requirements of Section GC.26 of the General Conditions have been satisfied, and further less all amounts due the Owner. GC -9 I•` Retainage shall be ten percent (10%) of the value of the work until the work is fifty percent (50%) complete, as determined by the Engineer. No I. further amounts will be withheld as retainage, as defined herein, after it has been determined that the work is fifty percent (50%) complete as described above. Retainage shall not apply to materials described above. GC.26 TAXES State Law requires the Owner to withhold five percent (5%) of any payment due a resident contractor until advised by the Commissioner of Revenues that all use tax due the State has been paid by the Contractor or that he has furnished bond to the State; five percent (5%) must also be withheld from a non-resident contractor until advised that the Contractor has registered with the State. The Contractor may avoid the five percent (5%) retainage by com- plying with the law in advance of commencing performance. The five percent (5%) retainage referred to in this paragraph shall be in addition to any other •retained percentage referred to in the Contract Documents. .' GC.27 PAYMENTS WIrnnKLD The Owner may withhold payment to the Contractor in the event of subsequently discovered evidence, nullify the whole or a part of any certificate or estimate for payment to such extent as may be necessary to protect the Owner from loss on account of: (a) Failure of the Contractor to remedy defective work or repair any pipeline leaks that may develop before or after any section of a pipeline is tested; before or after any section of a pipeline is placed in service; or at any time prior to the time that final payment is due. (b) Any unpaid claims or reasonable evidence indicating probable filing of such claims. (c) Failure of Contractor to make payments properly to subcon- tractors or for equipment, material or labor. (d) A reasonable doubt that the Contract can be completed for the balance then unpaid. (e) Damage to another contractor. (f) Failure to present proof of payment of applicable use taxes or failure to post bond with the Commission of Revenues as security. When the above grounds are removed, payment shall be made for amounts withheld because of them. GC. 28 FINAL PAYMENT AND ACCEPTANCE Within thirty (30) days after satisfactory completion of the work and the compliance by the Contractor with all provisions of the Specifications and Contract Documents, the Owner shall pay to the Contractor the entire amount due, less all previous payments. GC -10 i If the work includes pipelines; pumping facilities or other structures, the Contractor shall maintain the work for a period of ninety (90) days following its acceptance by the Owner. All prior payments shall be subject to correction in the final payment. Prior to final payment the Contractor shall furnish the Owner with satisfactory evidence that all persons who have done work or have furnished equipment or material have been fully paid or shall file statements showing balance due on all accounts. The Owner may withhold the amount of any liable claims against the Contractor pending the result of legal or other adjudication thereof. CC. 29 G::?.CR' S AND ENGINEER'S PROT"CTIVE LIABILITY I.\SL'° ? Section CC.15, PROTECTION OF W:CRK AND PRCPFRTY, recuires the Contractor to indemnify and save harmless the Cwner and the rn^in+�sr because of alleged liability of the Owner or the Engineer. The Contractor shall exercise proper precaution for the protcctt_on of persons and property. The Contractor shall obtain insurance rune fling for the construction period of the project naming as the insured theJorgensen & Associates, Consulting Engineers, 2863 CId Missouri Rd., Fayetteville, Arkansas. Such insurance shall be in form and substance similar to Railroad Protective Liability Policy es approved by Federal, State, and Railroad agency Limits of fihhillty shall be the following: Bodily Injury Liability (Including Death) $1,000,000 each occurrence Physical Damage Liability (Damage to or Destruction to ^ropert•. $250,000 each occurrence $500,00 each aggregate GC. 30 LINES AND GRADES The Engineer will set all points and stakes as necessary to control the work of the Contractor. Such control points and stakes :•._: be sufficient means of alignment and grade control (as required). The Contractor shall exercise diligence in the preservation .^,Z conLropoints and stakes. Should any such become displaced, or shook there be reason to believe that any such may have been displaced, t'E Contractor shall notify the Engineer thereof icmnediately. Any control point or stake requiring resetting because of the Contractor's negligence, will be reset by the Engineer but at the expense of the Contractor. GC. -11 SC.1 GENERAL In case of conflict between any of the Contract Documents, priority of interpretation shall be in the following order: Signed Agreement, Performance and Payment Bonds, Special Bonds (if any), Proposal, Special Conditions of Agreement; Notice•to Contractors, Technical Specifications, Plans, and General Conditions of Agreement. SC.2 ENGINEER The word "ENGINEER" in these Specifications shall be understood as referring to.Jorgensen & Associates, Consulting Engineers, Fayettevill Arkansas, ENGINEER of the OWNER, or such other representative as may be authorized by said OWNER to act in any particular position. SC.3 LOCATION OF PROJECT This project is located within the proximity of the City of Fdyetteville,.Arkansas. A map showing the general location is in- cluded in the Plans. SC.4 SCOPE OF WORK The work to be performed under this Contract consists of furnishing all materials, labor, supervision, tools and equipment necessary for construction of a soccer field at Asbell School. SC.5 TIME ALLOTTED FOR COMPLETION The time allotted for completion of the work shall be within ( 30) calendar days, which time shall begin within ten (1O) days of the work order or notice to proceed, or upon the date the Contractor moves on the site to begin the work, which- ever is the earliest date. After award of the Contract is made and the Contract Documents are complete, the Engineer shall issue a Work Order notifying the Contractor to proceed with the construction of the project, subject to the provisions of this paragraph. SC.6 FORMS, PLANS AND SPECIFICATIONS Forms of Proposal, Contract and Bonds, and Plans and specifications may be obtained from Jorgensen& Associates, Consulting Engineers, 2863 Old Missouri Rd , Fayetteville, Arkansas, upon payment of No refund will be made. SC -1 ,,. SC.7 PAY ITEM DESCRIPTION • The Proposal contains as list of unit price price payment payment items and some lump sum items. The components of the various pay items are discussed in the MEASUREMENT AND PAYMENT paragraph of these Specifications. Of necessity the items described as components are discussed in a general manner only, describing the major pieces of equipment and/or materials. Any item and/or appurtenance not specifically mentioned shall be considered a portion of the bid item to which, in the opinion of the Engineer, its functionis most directly related. Failure to list all• items and/or appurtenances does not relieve the Contractor from furnishing all apparatus, devices, labor or materials of whatever nature required for a complete and operating installation in accordance with the intent of the Drawings, approved Shop Drawings and these Specifications. ■ The successful Contractor shall, as soon as possible after award of the Contract, submit a list itemizing the components of each lump sum bid item and their respective costs to be used as an aid in the preparation of partial payments. SC.8 AWARD OF CONTRACT Y The Owner will notify the successful Bidder in writing within thirty • (30) days after the date of receiving bids of its acceptance of his Proposal. • The Contractor shall complete the execution of the required Bond and Contract within ten (10) days of such notice. 1. SC.9 LIQUIDATED DAMAGES FOR DELAY • The Contractor agrees that time is the essence of this Contract and • that for each day of delay beyond the number of calendar days herein agreed upon for the completion of the work herein specified and contracted for after due allowance for such extension of time as is provided for in. the General Conditions of Agreement, the Owner may withhold, permanently, from the Con- tractor's total compensation the sum of Two Hundred Fifty Dollars ($250.00) as stipulated damages for each day of such delay. SC.10 OF SITE OF PROJECT Prospective bidders shall make a careful examination of the site of the project, soil and water conditions to be encountered, improvements to be protected, disposal sites for surplus materials not designated to be salvaged materials, and as to method of providing ingress and egress to private pro- perties, and methods of handling traffic during construction of the entire project. ISC.11 SEQUENCE OF CONSTRUCTION No specific order or sequence of work is required. However, due to the urgency of the project, the Contractor will be expected to staff the • project as required in order to complete the work in the time allotted. The SC -2 I' 1 Contractor shall submit a detailed work schedule to the Engineer for approval as soon as possible after award of the Contract. SC.12 ADDENDA Bidders desiring further information or -interpretation of the Plans or Specifications must make request for such information to the Engineer prior to forty-eight (48) hours before the bid opening. Answers to all such requests will be given in writing to all bidders, in addendum fors, and all addenda will be bound with and made a part of the Contract Documents. No other explanation or interpretation will be considered official or binding. Should a bidder find discrepancies in, or omissions from, the Plans, Specifications, or other Contract Documents, or should he be in doubt as to their meaning, he should at once notify the Engineer in order that a written addendum may be sent to all bidders. Any addenda issued prior to twenty-four (24) hours of the opening of bids will be mailed or delivered to each Con- tractor contemplating the submission of a Proposal on this work. The Proposal as submitted by the Contractor will be constructed as to include any addenda if such are issued by the Engineer prior to twenty-four (24) hours of the opening of bids. SC.13 PERMITS AND RIGHTS -op -WAY All construction included herein is on public property or property or casements owned by the. City of 'Fayetteville. H The Contractor shall confine his operations to these properties and/or easements. SC.14 REFERENCE SPECIFICATIONS . Where reference is made in these Specifications to specifications compiled by other agencies, organizations or departments, such reference is made for expediency and standardization and such Specifications referred to are hereby made a part of these Specifications. SC.15 PUBLIC UTILITIES AND OTHER PROPERTY TO BE CHANGED In case it is necessary to change or move the property of any owner or of a public utility, such property shall not be moved or interfered with until ordered to do so by the Engineer. The right is reserved to the owner of public utilitieo to enter upon the limits of the project for the purpose of making such changes or repairs of their property that:may be made necessary by performance of this Contract. SC-,- -- __ SC.16 USED 11ATERIALS No material which has been used by the Contractor for any temporary purpose whatever is to be incorporated in the permanent structure without written consent of the Engineer. _- SC.17 EXISTING STRUCTURES The Plans show the locations of all known surface and subsurface structures. However, the Owner assumes no responsibility for failure to show any or all of these structures on the Plans or to show them in their exact location. It is mutually agreed that such failure shall not be considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever, unlessthe obstruction encountered is such as to necessitate changes in the lines or grades or requires the building of special work, provisions for which are not made in the Plans and Proposal, in which case the provisions in these Specifications for extra work shall apply. The Contractor shall be responsible for protection of all existing structures and any damage caused by his operations shall be repaired immediately without cost to the Owner. It shall be the responsibility of the prospective Contractor to examine the site completely before submitting his bid. SC.18 USE OF EXPLOSIVES No blasting or use of explosives will be permitted on this project. Where the work is carried on in or adjacent to any street, alley or public place, the Contractor shall, at his own cost and expense, furnish and erect such barricades, fences, lights and danger signals, shall provide such watchmen, and shall provide such other precautionary measures for the pro- tection of persons or property and of the work as are necessary. Pedestrian safety and vehicle safety are of utmost importance on this project. Barricades shall be painted in a color that will be visible at 1 night. From sunset to sunrise the Contractor shall furnish and maintain at least one light at each barricade and sufficient number of barricades shall be erected to keep vehicles from being driven on or into any work under construc- tion. The Contractor shall furnish watchmen in sufficient numbers to protect the work. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, lights, and watchmen to protect it and whenever evidence is found of such damage, the Engineer may order the damaged portion immediately removed and replaced by the Contractor at his cost and expense. The Contractor's responsibility for the maintenance of barricades, SC -4 signs and lights and for providing watchmen shall not cease until the project shall have been accepted by the Owner. SC.20 FENCES AND DRAINAGE CHANNELS • Boundary fences or other improvements removed to permit the instal- lation of the work shall be replaced in the same location and left in a condition as good or better than that in which they were found except as indicated on the Drawings. Such replacement or restoration shall be paid for as shown in the Unit Price Schedule. Where surface drainage channels are disturbed or blocked during construction they shall be restored to their original condition of grade and cross section after the work of construction is completed. SC.21 DISPOSAL OF WASTE MATERIALS All trees, stumps, slashings, brush or other debris removed from the sites as a preliminary to the construction work shall be removed from the property and disposed of in a manner approved by the Engineer. All excavated earth in excess of that required for backfilling shall be removed from the job site and disposed of in a satisfactory manner, except in locations where, in the judgment of the Engineer, it can be neatly spread over the adjacent area. SC.22 WATER FOR CONSTRUCTION Water used for the mixing of concrete testing or any other purpose incidental to this project will be furnished by the Contractor. The Contractor shall make the necessary arrangements for securing and transporting such water and shall take such water in a manner and at such times that will not produce a harmful drain or decrease of pressure in the City's water system. No separate payment will be made for water used but the cost thereof shall be included in the various items of the Proposal and Bid Schedule. SC.23 GUARANTY AGAINST DEFECTIVE WORK The Contractor shall indemnify the Owner against any repairs which may become necessary to any part of the work performed under this Contract arising from defective workmanship or materials used therein for a period of one (1) year from the date of final acceptance of the entire project. SC.24 COORDINATION WITH OTHERS The Contractor shall coordinate his activities with other Contractors that may be working on separate work in this area. SC.25 MATERIAL STORAGE Materials delivered to the site of the work in advance of their use shall be stored so as to cause the least inconvenience and in a manner satis- factory to the Engineer. I SC -5 TECHNICAL SPECIFICATION SECTION I: SOCCER FIELD CONSTRUCTION The general scope of this project shall be for the contractor to furnish all material and labor to install a soccer field at Asbell School as shown on the attached drawings. The Owner is interested in a lump sum price for the installation of this field. The soccer field to be constructed is refered to as soccer field No. 1 and presently exists at Asbell School. This field is presently uneven and periodically floods. Construction shall proceed with the removal of any top soil from the existing surface. Said top soil shall be stockpiled on the East and West side of the field. The contractor shall then install select fill "hillside gravel" within 4" of the plan finished grade. All fill material shall be placed in 6" lifts and com- pacted by sheeps foot to obtain a density of 90% (Standard Method). Following installation of select fill material the contractor shall then install 4" of top soil. Final grading shall include the installation of drainage swales as indicated on the plans to improve. drainage. Grass shall be established by the placement of sprigs: (tiff green) at approximately 16" on center. Sprigs shall be placed approximately 2"-3" deep and the root system shall be covered with top soil. The contractor shall water the field initially and the Fayetteville Parks will continue regular watering. It shall be noted that an underground sprinkler system shall be installed by a separate contractor. The contractor for this project shall coordinate his activities with underground piping activities. The piping contractor shall install his pipe after the soccer field contractor installs the top soil. The piping contractor shall be responsible for leveling and restoring the surface. The soccer field contractor can then commence place- ment of grass. SC.26 EXISTING UTILITIES AND SERVICE LINES The Contractor shall be responsible for the protection of all existing utilities or improvements crossed by or adjacent to his construction operations. Where existing utilities or service lines are cut, broken or damaged, the Contractor shall replace or repair immediately the utilities or service lines with the same type of original material and construction, or better, at his own cost and expense. SC.27 TESTING, INSPECTION AND CONTROL .Testing and control of all materials used in the work shall be done by an approved commercial laboratory employed and paid directly by the Owner unless otherwise specified in the Technical Specifications. The Contractor shall furnish, at his own expense, all necessary specimens for testing of the materials as required by the Engineer. $C.28 CLEAN-UP At the conclusion of the work all tools, temporary structures and materials belonging to the Contractor shall be promptly removed and all dirt, rubbish and other foreign substances shall be disposed of in a manner satis- factory to the Engineer. SC.29 BOND Coincident with the execution of the Contract, the Contractor shall furnish a good and sufficient surety bond in the full amount of the Contract sum guaranteeing the faithful performance of all covenants, stipulations and agreements of the Contract, the payment of all bids and obligations arising from the execution of the Contract, which bills or obligations might or will in any manner become a claim against the Owner, and guaranteeing the work included in this Contract against faulty materials or poor workmanship for one (1) year after the date of completion of Contract. All provisions of the bond shall be complete and in full accordance with statutory requirements. The bond shall be executed with the proper sureties through a company licensed and qualified to operate in the State and approved by the Owner. The issuing agent's power of attorney shall be attached to the bond and the bond shall be signed by an agent resident in the State and date of bond shall be the date of execution of the Contract. If at any time during the continuance of the Contract the surety on the Contractor's bond becomes irresponsible the Owner shall have the right to require additional and sufficient sureties which the Contractor shall furnish to the satisfaction of the Owner within ten (10) days after notice to do so. In default thereof, the Contract may be suspended and all payments or money due the Contractor withheld. SC.30 COPIES OF PLANS AND SPECIFICATIONS FURNISHED Three (3) sets of Plans and Specifications shall be furnished to the Contractor, at no charge, for construction purposes. Additional copies may be • obtained at cost of reproduction upon request. SC -6 RESOLUTION NO. 11011-90 A RESOLUTION AUTHORIZING A CONTRACT BETWEEN THE CITY OF FAYETTEVILLE AND MCCLINTON-ANCHER AS THE LOW -BIDDER, TO CONSTRUCT THE ASBELL SOCCER FIELDS. 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 in the amount of $14,869.00 with McClintion-Ancher as the low -bidder, to construct the Asbell Soccer Fields. A copy of the contract authorized for execution hereby is attac`ned hereto marked Exhibit "A" and made a part hereof. _ PASSED AND APPROVED this lyd _ day of July , 1990. APPROVED: By: &. t/ Asst. Mayor ATTEST: By: 4/111 4y cartu.�� City C rk EXHIBIT "A" INVITATION TO BID MU C A INGRE PURCHASING DEFT. PEGGY BATES () r, 113 W. MOUNTAIN PURCHASING OFFICER CITY OF FAYETTEEVILLEd, ARKANSAS CRYAQMININSTRATION BLCC (501) 575.8281 ROOM 307 FAYETTEVILLE. ARKANSAS 72701 BID NUMBER: 90-34 l DATE ISSUED: June 22, 1990 COMMODITY CLASSIFICATION: BUYER: Peggy Bates. r F.O.B.: I BUYER'S PHONE M: Fayetteville, AR 501/575-8289 ITEM NO. DESCRIPTION DATE & TIME OF BID OPENING: July 9, 1990 10:30 a.m. CONTRACT PERIOD OR DATE DELIVERY REQUIRED: 30 days A.R.O. BIDDERS GUARANTEED DELIVERY DATE: QUANTITY UNIT PRICE TOTAL PRICING 1 Sprinkler Systems for Soccer fields at Asbell School. (see attached blueprint and specifications.) ADDENDUM #1: BID OPENING TIME CHANGED TO 10:30 * BIDDERS SHALL INCLUDE TAX AS A SEPARATE LINE ITEM. TAX AMOUNT WILL NOT BE CONSIDERED IN EVALUATION OF TOTAL BID PRICE. EXECUTION OF BID P2 Upon signing this Bid, the bidder certifies that they have read and agree to the requirements set forth in this bid proposal including specifications, terms and standard conditions, and pertinent information regarding the articles being bid on, and agree to furnish these articles at the prices stated. NAME OF FIRM: I PHONE NUMBER ARKANSAS TAX PERMIT NUMBER: UNSIGNED If BIOS BUSINESS ADDRESS. STREET CITY STATE ZIP WILL BE REJECTED SIGNATURE OF AUTHORIZED PERSON TITLE DATE ARKANSAS PREFERENCE REQUESTED: YES ( ) NO( ) CASH DISCOUNT % DAYS BID NO.: INVITATION TO BID EXHIBIT "A" CONTINUATION SHEET 90-34a.Y PAGE 1 OF 1 1. All piping shall be 200 PSI PVC. 2. Zone valves shall be bronze gate valves. 3. Sprinkler heads shall be Hunter #I-25 or equal. 4. Provide 2" backflow preventor and 2" pressure reducing valve at new 2" meter. Meter is not in contract. 5. Use PVC primer prior to applying cement at all PVC joints. 6. Provide heavy duty plastic valve boxes buried at all valves and accessories. Provide latching covers at each. 7. Provide drain valves at all branches and low spots. 8. All work shall be in accordance with the Arkansas State Plumbing code and local authorities. 9. All piping shall be buried a minimum. of 12". 'Compact during backfill and smooth over surface, allowing for future settlement. 10. Backfill with pure soil where rocks are present. 11. All systems and components shall be completely warranted including full field coverage for a period of one year from date of completion. EXHIBIT "A" TERMS AND STANDARD CONDITIONS CITY OF FAYETTEVILLE, ARKANSAS 'PLEASE READ CAREFULLY' 1. When submitting an Invitation to aid, the bidderwartants that the commodities covered by the bid shall be free from defeds in material and workmanship under normal use and service. In addition, bidder must deliver new commodities of the latest design and model, unless otherwise specified in the'Invitation to Bid' 2. Prices quoted are to be net prices, and when an error is made in extending total prices, the City may accept the bid for the lesser amount whether reflected by extension or by the correct multiple of the unit price. 3. Discounts offered wilt be taken when the City qualifies for such. The beginning date for computing discounts will be the date of invoice or the date of delivery and acceptance, whichever is later. 4. When bidding other than the brand and/or model specified in the Invitation to Bid, the brand and/or model number must be stated by that dent in the invitation to Bid' and descriptive literature be submitted with the bid. 5. The City reserves the right to reject any and all bids. 6. The Purchasing office reserves the right to award items, all or none, or by the me item(s). 7. Quality, time and probability of performance may be factors in making an award. 8. Bid quotes submitted will remain firm for 30 calendar days from bid opening date; however, the prices may remain firm for a longer period of time it mutually agreeable between bidder and the City Purchasing Department 9. Bidder must submit a completed, signed copy of the front page of the 'Invitation to Bid' and must submit any other information required in the 'Invitation to Bid' 10. In the event a contrail is entered into pursuant to the invitation to Bid,the bidder shad not discriminate against any qualified applicant for employment because of race, sex, color, creed, national origin or ancestry. The bidder must include in any and all subcontracts a provision similar to the above. 11. Sales taxis to be included in the bid price. Although use tax s notto be included in thisbid, vendors are to register and pay tax direct to the Arkansas Slate Revenue Department. 12. Prices quoted shall be Tree on Board' (F.O.B.) to destination at designated City facility in Fayetteville. Charges may not be added after the bid is opened. 13. Arkansas Preference must be requested on the bid to be considered as a factor in awarding a contract. 14. In the event of two or more identical low bids, the contract may be awarded arbitrarily or for any reason to any of such bidders or split in any proportion between them at the discretion of the Purchasing Department. 15. Specifications furnished with this Invitation are intended to establish a desired quality or performance level, or other minimum dimensions and capacities, which will provide the best product available at the lowest possible price. Other than designated brands and/or models approved as equal to designated products shall receive equal consideration. When anon equal' product is bid, the City shall be the sole arbiter as to whether that product is equal to the one specified. 16. Samples of hems when required, must be furnished free, and, if not called for within 30 days from date of bid opening, will become property of the City. 17. Bids received after stated time for opening will not be considered. 18. Guarantees and warranties should be submitted with the bid, as they may be a consideration in making an award. 19. CONSTRUCTION A. When noted, the Contractor is to supply the City with evidence of having and maintaining proper and complete insurance, specifically Workman's Compensation Insurance in accordance with the laws of the Stale of Arkansas, Public Liability and Property Damage. All premiums and cost shall be paid by the Contractor. In no way will the City be responsible in case.of accident. B. When noted, a Certified check or bid bond in the amount of 5% of total bid shall accompany bid. C. A Performance Bond equalling the total amount of any bid exceeding $10,000.00 must be provided for any contract for the repair, alteration or erection of any public building, public structure or public improvement (pursuant to Ac 351 of 1953 as amended by Ad 539 of 1979). 20. LIQUIDATED DAMAGES — Liquidated damages shall be assessed beginning on the first day following the maximum delivery or completion time entered on this bid form and/or provided for by the plans and specifications. 21. AMBIGUITY IN BID —Any ambiguity in any bid as the result of omission, error, lack of clarity or noncompliance by the bidder with specifications, instructions, and all conditions of bidding shall be construed in the light most favorable to the City. 22. The bid number shouldbe stated on the face of the sealed bid envelope. If its not, the envelope will have to be opened to identity. 23. Whenever a bid is sought seeking a source of supply for a specified period of time for materials and services, the quantities of usage shown are estimated ONLY. No guarantee or warranty is given or implied by the parliapants as to the total amount that may or may not be purchased from any resulting contracts. These quantities are for the bidders information ONLY and will be used for tabulation and presentation of bid and the particpant reserves the right Co increase or decrease quantities as required. 24. The City of Fayetteville reserves the right to rated any and all bids, to accept in whole or in part, to waive any informalities in bids received, to accept bids on materials or equipment with minor variations from specifications in those cases where efficiency of operation will not be impaired, and unless otherwise speatied by the bidder, to accept any hem in the bid. If unit prices and extensions thereof do not aancide, the City of Fayetteville may accept the bid for the lesser amount whether reflected by the extension or by the correct multiple of the unit price. 25. Additional information of bid forms may be obtained from: Purchasing Department City Administration Building Room 209 113 W. Mountain Fayetteville, AR 72701 (501) 575.8281 EXHIBIT "A" NOTICE TO BIDDER BID NO. 90-34 COMMODITY: Sprinkler System Addition for Asbell Park The City of Fayetteville, Arkansas will receive sealed bids at the Purchasing Office, City Hall, 113 West Mountain Street, Fayetteville, Arkansas until 10:30, July 9, 1990 for the furnishing of Sprinkler System Addition for Asbell Park Bid forms and specifications may be obtained from the Purchasing Office, located in Room 3O7, 3rd floor of the City Administration Building. The City reserves the right to reject any and all bids and to waive any formalities deemed to be in the City's best interest. T� Peggy Bates Purchasing Manager Publish June 25, & July 2, 1990 1. Northwest Arkansas Times Billing refer to P.O. # 23979 CONTRACT DOCUMENTS AND CONSTRUCTION SPECIFICATIONS FOR SOCCER FIELD AT ASBELL SCHOOL FAYETTEVILLE, ARKANSAS PREPARED BY JORGENSEN & ASSOCIATES CONSULTING ENGINEERS FAYETTEVILLE, ARKANSAS TUNE, 1990 TABLE OF CONTENTS PROPOSAL (BID FORM) UNIT PRICE SCHEDULE CONTRACT PERFORMANCE AND PAYMENT BOND GENERAL CONDITIONS SPECIAL CONDITIONS TECHNICAL SPECIFICATIONS SECTION 1- Soccer Field Construction PROPOSAL (BID FORM) Place C(N FIAw l A`iE'�JIU� Date Svt>t 9, 090 - lt: o o A M . Proposal of k?KC, P.R.KANSFi5, 1NC- - MUJ�o 4-ArJckk tC DVSto 4 a corporation organized and existing under the laws of the State of iAvJMCC or Proposal of a partnership consisting of or Proposal of an individual doing business as TO: City of Fayetteville 113 W. Mountain Fayetteville, Ark. 72103 This bid results from your invitation for bids for Construction of a soccer field at Asbeli School. The undersigned bidder having visited the site of the work, having examined the Plans, Specifications, and other Contract Documents, including all Addenda, and being familiar with all of the conditions relating to the construction of the proposed project, hereby proposes to furnish all material, supplies, equipment, and appliances specified for incorporation into the project, and to furnish all labor, tools, equipment, and incidentals to complete the work in accordance with the Plans, Specifications, and other Contract Documents at the price stated herein. This price is to cover all expenses incurred in performing the work required under the Contract Documents of which this Proposal is a part. The undersigned bidder agrees to begin work within ten(10) calendar days after issuance by the Owner of a "Work Order" or "Notice to Proceed" and to complete the work within 30 calendar days thereafter. Should the work fail P-1 Bidder acknowledges receipt of the following addendum (addenda): Dated Dated Dated The undersigned Bidder agrees that this bid shall be good and shall not be withdrawn for a period of sixty (60) calendar days after the opening thereof. If written notice of the acceptance of this Proposal is mailed, telegraphed, or delivered to the undersigned within sixty (60) days after the opening thereof, or at any time thereafter before this Proposal is withdrawn, the undersigned agrees to execute and deliver an Agreement in the prescribed form, and furnish the required Performance and Payment Bond, within ten (10) days after the Agreement is presented to him for signature. It is understood by the undersigned Bidder that the Owner reserves the right to reject any and all bids. Accompanying this Proposal as bid security is certified check bid (Strike One) bond in the amount of -Not Required - Dollars ($ ), being not less than five per cent (5%) of the total of the bid. If the undersigned Bidder is the successful Bidder, but fails or refuses to execute the Contract and furnish the required bond within the prescribed ten (10) days of the notification of award, then this bid security is to become the property of the Owner as liquidated damages for the delay and additional expense to the Owner caused by such failure or refusal. L i ft I�NsAS �Nc, - M=cur+faN -ANcd<� (Witness) (Name of Bidder) tf-1'O No(L I i3LOCC • EaMSTty L LI E /iyLpN SAS 12 -tot" (Address _ SEAL (If Bidder is a corporation) By �Aii%Zr� C�dC v SgMfs A.GOLC) vIQ≤ PReskpe i (Print Name and Title) 7J40 No1z'[9t.o I'Aie"I��Ll1� AI4CANSQI` it -tot -- (Office Address of Bidder) NOTES: Sign in ink. Do not detach. Items must be bid upon as specified in the Unit Price Schedule. P-2 i I. SOCCER FIELD AT ASBELL SCHOOL FAYETTEVILLE, ARKANSAS UNIT PRICE SCHEDULE ITEM ESTIMATED ITEM UNIT AMOUNT NO. QUANTITY DESCRIPTION PRICE BID 1. 1050 C.Y. Fill Placed and Compacted $ 1I.o0 /c.N. . $ 1 ?.6°. 0O 2. 385 C.Y. Top Soil Placed & Graded $ 4/o91.00 3. 100% Establish Grass $ z18ZZ.00 L,5. $Z,BZZ.0 TOTAL BID $141869.0 0 CONTRACT THIS AGREEMENT made this llth• day of • July 1990, by and between APAC Arkansas.Inc.-McClinton-Anchor ( a Corporation organized and existing under the laws of the State of Arkansas.). (a partnership consisting of ) (Strike out the two terms not applicable) hereinafter called the "Contractor" and City of Fayetteville• hereinafter called the "Owner." W I T N E S S E T H That the Contractor and the Owner for the consideration stated herein mutually agree as follows: ARTICLE 1. Statement of Work. The Contractor shall furnish all supervision, technical personnel, labor, materials, machinery, tools, equipment, incidentals and services, including utility and transporta- tion service and perform and complete all work required for soccer field at Asbeli School in strict accordance with the plans and specifications attached herewith as prepared by the Engineer. ARTICLE 2. The Contract Price. The Owner will pay the Contrac- tor because of his performance of the Contract, for the total work performed the lump sum price and unit prices as stipulated in the Proposal attached herewith. Said lump sum price shall be full com- pensation for all work performed as detailed by the plans and shall include all incidentals. Said price shall be subject to additions or deductions as follows: The owner may make alterations, may change the work or omit from the work covered by this Contract. Charges or credits for this additional work (or ommision of work) shall be based on the unit prices stated in the Proposal provided the additional work (or ommision of work) is of a similar nature. It is agreed that this additional work (or ommision) shall not void this Contract). Completion of this project shall include a final inspection certification and certi- fication that all subcontractors and/or, suppliers have been paid for all work or materials supplied on this project. ARTICLE 3. Contract Time. The Contractor agrees to begin work within ten(10) calendar days after issuance by the Owner of a "Work Order" or "Notice to Proceed" and to complete the work within 30 calendar days there. after. . ARTICLr 4. Contract. The executed Contract Documents shall consist of the following: a. This Agreement and Proposal b. Drawings and Specifications. c. Final Inspection Certifications d. Payment to subcontractors certification e. General Conditions & Special Conditions This Agreement, together with other documents enumerated in this ARTICLE 4, which said other documents are as fully a part of the Contract as if hereto attached or herein repeated, form the Contract between the parties hereto. In theevent that any provisions in any component part of this Contract conflicts with any provision of any other component part, the conflict shall be resolved by the Engineer whose decision shall be final. ARTICLE 5. Surety. The Surety on the Performance -Payment Bond shall be a surety company of financial resources satisfactory to the Owner and authorized to do business in the State of Arkansas. IN WITNESS WHEREOF, the parties hereto have caused this be executed in three (.3) counterparts, each of which shall b original, on the day and year first above written. ATTEST: City C erk e Agreement to considered an Awe -.,�,i ✓(.;C4, //p,6' . 7V17 /� ri .t e,.lrr' (Contractor$ By ���� c'/ CSU2) 71 Ma, Title G f c,' /G,"? P.o.l3/31,-7 (Street) rq-ltt?/dlb ,Arz 7i7oz (City) (Owner City of F yetteville By: (Mayor) William trtin We, . (State whether individual, partnership or corporation) hereinafter called Principal, and , as Principal, , as Surety, hereinafter called Surety, are held and firmly bound unto • Obligee, hereinafter called Owner, in the amount of •($ ), for the payment whereof Principal and Surety bind themselves, their heirs, personal representatives, successors and assigns, jointly and severally, firmly by these presents. Principal has by written agreement dated entered into a contract with Owner for which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. • The condition of this obligation is such that if Principal shall faith- fully perform the Contract on his part and shall fully indemnify and save harmless -Owner from all costs and damage which it may suffer by reason of failure so to do and shall fully reimburse and repay Owner all outlay and expense which Owner may incur in making good any such default and, further, that if Principal shall pay all persons all indebtedness for labor or materials furnished or performed under said Contract, failing which such persons shall have a direct right of action against Principal and Surety, jointly and severally, under this obligation, subject to Owner's priority, then this obligation shall be null and void; otherwise, it shall remain in full force and effect. This Bond is given in accordance with the following laws of the State of Arkansas: Act 368 of 1929, as amended, and Act 351 of 1953, as amended. No suit shall be brought on this Bond outside the State of Arkansas and no suit shall be brought on this Bond except by Owner after six (6) months from the date final payment is made on the Contract. The six month period of limitation is waived with respect to Owner and it is agreed that Owner may bring suit on this Bond any time before suit against Principal would be barred. Any alterations which may be made in the terms of the Contract, or in the work to be done under it, or the giving by Owner of any extension of time for the performance of the Contract, or any other forebearance onthe part of either Owner or Principal to the other shall not in any way release Principal and Surety or Sureties, or either or any of them, their heirs, personal repre- sentatives, successors or assigns, from their liability hereunder, notice to Surety or Sureties of any such alteration, extension or forebearance being hereby waived. - In no event shall the aggregateliab'ility of Surety exceed the sum set out herein. Executed this day of (Principal) 0 (Surety) NOTES: 1. This bond form is mandatory. No other form will be acceptable. 2. The date of the Bond must not be prior to the date of the Contract. 3. Any surety executing this Bond must appear on the U. S. Treasury Department's most current list (Circular 570, as amended) and be authorized to transact business in the State of Arkansas. GENERAL CONDITIONS J AU. .Contract Documents including the following; Bid Form, General Conditions, Special Conditions, Construction or Detailed Specifications, Material Specifications, Contract Form, Performance and Payment Bond Form, all other documents bound herewith, Plans, bound herewith and separately, and all Addenda are essential parts of the Contract. Promptly upon execution of the Contract, the Contractor, at his expense shall furnish the Owner with a surety bond in the amount equal to one hundred percent (100X) of the Contract price, issued in quadruplicate by a corporate surety acceptable to the Owner and authorized to do business in the State of Arkansas, signed or countersigned by an agent of the surety resident in the State of Arkansas, with the issuing agent's power of attorney attached to each copy of the bond, which bond shall be conditioned for the faithful performance of the Contract and for the payment of all labor and material bills. The bond shall be in form and substance identical to the form which is made a part of these Contract Documents; that bond form is mandatory. However, the terminology expressed in the bond form is not exclusively determinative of the surety's responsibility; by the issuance of the bond, the surety shall be liable for any failure of the Contractor to perform in accordance with the Contract Documents, including initial or corrective performance and including payment.of liquidated and consequential damages of the Owner, if applicable. The liability of the surety for the Contractor's breach of any requirements of the Contract Documents shall continue as long as the Contractor's liability continues under the Arkansas Uniform Commercial Code and other applicable law. The date of the Performance Bond shall not be prior to the date of the Contract. GC.3 AWARD OF CONTRACTS Bids will be considered on the basis, of the total price given in the bid forms. The bidder to whom the Contract is to be awarded will be notified in writing within thirty. (30) days after receiving bids of its acceptance of his Proposal. The Contractor shall complete the execution of the Required Bond and Contract within ten (10) days of such notice. GC.4 DEFINITIONS The following words, or pronouns used in their stead, wherever used in. the Contract Documents shall have the following meanings: GC -1 "Contractor" - shall mein the individual, partnership or corporation entering into an agreement with the Owner to perform the work covered by these specifications and his or their authorized agents or legal representatives, and pronouns he, his and him shall refer to the Contractor whether an individual, partnership or corporation. "Engineer" - shall mean the person designated to act as Engineer for the Owner or his duly authorized agents, such agents acting within the scope of the particular duties entrusted to them. The words "directed", "permitted", "otdered", "approved", or words of similar import shall be understood to refer to the direction, permission, orders, approval, etc., of the said Engineers. "Sub -Contractors" - shall mean the individual, partnership or corporation entering into an agreement with the Contractor to perform any portion of the work covered by these specifications. "Work" - shall mean the furnishing of all necessary labor, tools, equipment, appliances, supplies. and material other than materials furnished by the Owner as specified to complete the construction covered by these specifica- tions. "Surety" - shall mean any person, firm or corporation that has executed, as Surety, the Contractor's Performance Bond securing the performance of the Contract. "Plan" - shall mean the Drawings which. are a part of the Contract. "Contract Documents" - shall mean all papers bound in this copy entitled Specifications and Contract Documents, together with the Plans which may be separately bound. GC.5 INSURANCE Before any work is commenced, the Contractor shall furnish a certi- ficate of insurance addressed to the Owner, showing .that he carries the following insurance which shall be maintained throughout the term of the Contract. Workmen's Compensation Comprehensive General fi Automobile Insurance Biedily Injury Liability Property Damage Liability GC -2 Statutory Amount $500,000 for each person injured $1,000,000 for each accident $250,000 for each accident $500,000 aggregate If work includes pipelines or other underground structures, the Property Damage Liability (Comprehensive General Liability Insurance) shall be $250,000 each accident and $500,000 aggregate. The insurance shall include explosion, collapse and underground coverage. - The premiums for all insurance and the bond required herein shall be paid by the Contractor. It shall be the obligation of the Contractor to complete and deliver to the Owner the structure required by these Contract Documents regardless of any loss, damage to or destruction of the structure prior to delivery. See GC.aq for Owner's and Engineer's Protective Liability Insurance. GC.6 EXECUTION OF CONTRACT DOCUMENTS Within ten (10) days of receipt of copies of the Contract, the Contractor shall execute four (4) counterpart copies of the Contract Documents and return them to the Owner. After execution by the Owner, one (1) copy each shall be furnished the Contractor and his Surety.. GC.7 INTENT OF CONTRACT DOCUMENTS The Contract Documents are complementary and what is called for by any one shall be as binding as if called for by all. The intention of the Contract Documents is to include all super- vision. -labor, tools, equipment, transportation and materials other than materials furnished by the Owner as specified necessary for the proper execution of the work. Materials or work described in words which so applied have a well known technical meaning shall be held to refer to such recognized standards. GC.8 DRAWINGS The Engineer shall furnish to the Contractor, free of charge, three (3) copies of Plans, Specifications and Contract Documents, in addition to the executed copies necessary for the completion of the work. Other copies will be furnished if requested by the Contractor at the cost of reproduction. The Contractor shall keep one (1) copy of all drawings and Contract Documents in good condition readily accessible at the site of the work available to the Engineer and his authorized representatives. GC.9 CONTRACTOR'S EMPLOYEES The Contractor shall employ only competent skillful men on the work and shall at all times enforce strict discipline and good order among his employees. The Contractor shall neither permit nor suffer the introduction or use of spiritous liquors or controlled substances upon or about the work embraced in this Contract. GC -3 The Contractor shall maintain a qualified superintendent on the job at all times, who shall be the Contractor's agent responsible for the faithful discharge of the Contractor's obligations under the Contract. The Contractor shall notify the Owner in writing "of the designation of the superintendent and his successors. GC. 10 PAYMENT OF MA RIATS - EQUIPMENT Unless otherwise stipulated, the Contractor shall provide and pay for all materials, labor, tools, equipment, water, light, power, transportation temporary construction of every nature and all other facilities necessary for the execution and completion of the work. GC.11 SANITARY PROVISIONS . The Contractor shall provide necessary toilets for the workmen, properly secluded from public observation and shall comply with sanitary regulations of the Health Department or any other authority having juris- diction. GC.12 LAWS - ORDINANCES The Contractor shall keep himself fully informed of all existing and future Federal, State and local laws, ordinances and regulations which in any manner affect those engaged on the work or material or equipment used in or upon the work or in any way affecting the conduct of the work. Lack of knowled thereof is no defense to full performance of the Contract. GC.13 PERMITS - LICENSES The Owner will secure easements across public or private property permanently required for the pipelines at no cost to the Contractor. The Contractor shall lease, buy, or otherwise make satisfactory provision, without obligating the Owner in any manner, for any land required outside the land provided by the Owner. State Righway and Railroad Crossing Permits will be secured by the Owner. All other permits and licenses necessary for the prosecution of the work shall be secured and paid for by the Contractor. GC.14 ROYALTIES AND PATENTS The Contractor. shall pay all royalties and license fees and shall defend all suits or claims for infringement of any patent rights and shall save the Owner harmless from any loss on account thereof. GC.15 PROTECTION OF WORK AND PROPERTY The Contractor shall continuously maintain adequate protection of all his work from damages and shall protect the property of the Owner from damage or loss. GC -4 The Contractor shall protect adjacent or adjoining property or properties in any way encountered.in tqe prosecution of the work from any damage or injury. The Contractor shall indemnify and save harmless the Owner, its representatives and agents, from all claims, costs, expenses or liabilities accruing in consequence of any act on the part of the Contractor or from failure to properly guard the work in progress, the adjacent property or persons using the streets or from any other causes whereby injury to property or persons is caused. If damage or injury is done to private or public property, the Contractor shall restore or have restored at his expense such damaged property to a condition equal or better than that existing prior to the damage. The Contractor shall not interfere in any way with the work of any other contractor on this project. GC.16 QUALITY OF WORK AND PROPERTY All property, materials and equipment shall be new and free of defects upon completion of the Contractor's performance and unless different standards are specified elsewhere in the Contract Documents shall be of the best type and quality available for the purpose. All of the Contractor's work shall be performed with the highest degree of skill and completed free of defects and in accordance with the Contract Documents. Any work, property, materials, or equipment not in conformance with these standards shall be considered defective. If any work, property, materials or equipment is discovered to have been defective or not in conformance with the Contract Documents, whether said discovery is made before or after completion of performance, the Contractor, at his expense, after written notice from the Owner or,Engiaeer, shall promptly replace or correct the deficiency and pay any engineering costs and consequential expense or damage incurred by the Owner in connection therewith. If the Contractor fails to promptly correct all deficiencies, the Owner shall have the option of remedying the defects at the Contractor's cost. If the Contractor is required to furnish shop drawings or designs the above provisions shall apply to such drawings or designs. Neither the Owner's payment, acceptance, inspection or use of the work, property, materials, or equipment, nor any other provision of the Contract Documents shall constitute acceptance of work, property, materials, or equipment which is defective or not in accordance with the Contract Documents. If the contractor breaches any provision of the Contract Documents with respect to the quality of the work, property, materials, equipment or performance, whether initial or corrective, its liability to the Owner shall continue until the statute of limitations with respect to such breach of contract has expired following discovery of the defect. All parts of Section 16 are cumulative to any other provisions of the Contract Documents and not in derogation thereof. If it is customary for a warranty to be issued for any of the property to be furnished hereunder, such warranty shall be furnished, but no limitations in any such warranty shall reduce the obligations imposed upon the Contractor in the Contract Documents or by Arkansas Law, but if any greater obligations than imposed in this Contract is specified in any such warranty or by Arkansas Law, those greater obligations shall be deemed a part of this Contract and enforce- able by the Owner. - GC -5 GC.17 INSPECTION OF WORK The Engineer,. his authorized representative, and any Federal, State, County or local authorty representatives having jurisdiction over any part of the work or area through which the work is located, shall at all times have access to the work in progress. The detailed manner and method of performing the work shall be under the direction and control of the Contractor, but all work performed shall at all times be subject to the inspection of the Engineer or his authorized representative to ascertain its conformance with the Contract Documents. The Contractor shall furnish all reasonable aid and assistance required by the Engineer for the proper inspection and exam nation of the work and all parts thereof. - The Engineer is not responsible for the Contractor's means, methods, techniques, sequences or procedures of construction, or safety precautions and programs incident thereto. Inspectors may be appointed by the Engineer or Owner. Inspectors shall have no authority to permit any deviation from the Plans and Specifica- tions except on written order from the Engineer and the Contractor will be liable for any deviation except on such written order. 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 per- formed properly. The inspector shall in no case act as superintendent or 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 Contracto shall in no way be construed as binding to the Engineer in any way or releasin the Contractor from fulfilling all of the terms of the Contract. 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 pre- viously overlooked and estimated for payment and payment therefor made by the Owner. All condemned or rejected work shall be promptly taken out and replaced by satisfactory work. Should the Contractor fail or refuse to comply with the instructions in this respect, the Owner may, upon certification by the Engineer, withhold payment, proceed to terminate the Contract or perform work as provided herein. GC.18 TINE OF COt NCEMENT AND COMPLETION The Contractor shall commence work within the time specified and tha rate of progress shall be such that the whole work will be performed in accor- dance with the Plans, Specifications, and Contract Documents within the time limit specified, unless an extension of time is made in the manner hereinafter specified. GC -6 GC.19 UNFORESEEN DIFFICULTIES J C C, All loss or damages arising out of the nature of the work to be performed under this Contract or from any unforeseen obstructions or difficul- ties which may be encountered in'the prosecution of the same, or from weather, acts of God, strikes, work stoppages or slowdowns shall be sustained by the Contractor. GC.20 ALTERATIONS - OMISSIONS - The Owner may, when deemed necessary, make alterations and modifi- cations in the Specifications, or may change the work, or may omit from the work covered by this Contract, any portion thereof or may order extra work performed. Charges and credits for all work of a similar nature as bid upon shall be based on the unit prices stated in the Contract. It is expressly agreed and understood that such alterations, additio: modifications or omissions shall not in any way violate or annul this Contract. and the Contractor hereby agrees not to claim or bring suit for any damages, whether for loss of profits or otherwise, on account of said changes. Whenever, during the progress of the work, any additional work, change, or modifications in the work contracted for is agreed upon as aforesaic such additional work, change or codifications shall be considered and treated as though originally contracted for, and shall be subject to all terms, condi- tions and provisions of the original contract except that no extension of time of completion shall be allowed owing to such additional work, change or modification, unless the same is approved by the Owner. In case extra work is encountered which is outside the scope of these specifications and upon which the Contractor and Owner fail to agree upon a price, the Contractor shall perform such work upon a basis of actual cost plus fifteen percent (15%) for overhead, profit, etc. The actual cost shall include the cost of labor, field supervision, equipment rental, materials insurance, payroll taxes and any other costs directly chargeable to this part of the work provided said costs are specified at the time of the change order. It shall not include any allowance for office overhead, general supervision, profit, etc., which are considered to be covered by the fifteen percent (15%) allowances. All such work shall be under the terms of the original contract without invalidating any of the terms thereof. GC.21 DELAYS - EXTENSION OF TIME - LIQUIDATED DAMAGES If the Cuatrcctor be delayed at any time in the progress of the work by any act or neglect of the Owner, the Owner's Engineer or employees, or by any separate contractor employed by the Owner, or by changes ordered in the work or by strikes, lock -outs, fire, unusual delay in transportation, unavoid- able casualty or any other cause beyond the Contractor's control, then the time of completion shall be extended for such reasonable time as the Owner may decide. Provided, however, said time of completion shall be extended upon. the following conditions and no other: GC -7 (a) Requests for extension of time shall be is writing. No extension of time shall be granted automapically. (b) The Contractor claiming an extension of time because of any of the contingencies hereinabove mentioned shall, within seven (7) days of the occurrence of the contingency which justifies the delay, notify the Owner in writing of his claim and the reasons therefor. (c) In event of a continuing cause of delay only one claim is necessary. It is acknowledged between the parties to this Contract that the work to be performed by the Contractor will result in a benefit to all customers of the Owner and that a delay in completion of the work will be detrimental tc many customers of the Owner. It is further acknowledged that, while work is in progress, the Owner shall incur an indeterminable amount of expense as a result of necessary supervision of the work and other overhead and administra- tive expenses. It is, therefore, agreed that if there is a delay in the work beyond the period elsewhere herein specified which has not been authorized as set forth above, then the Owner may deduct from the Contract price the amount stated in the Special Conditions, bound herewith, as liquidated damages. GC.22 OWNER'S RIGHT TO DO WORK If the Contractor should neglect to prosecute the work properly or fail to perform any provision of the Contract the Owner, after three (3) days' written notice to the Contractor, may without prejudice to any other right or remedy the Owner may have, correct such deficiencies and may deduct the cost thereof from anypaymentsthen or thereafter due the Contractor. GC.23 SUSPENSION OF WORK Should contingencies arise to make such action necessary, the owner shall have the right to suspend the whole or any part of the work for a period not to exceed sixty (60) days by giving the Contractor notice is writing three (3) days prior to the suspension. The Contractor, after written notice to resume work shall begin within ten (10) days from the date of such notice. If the work or any part thereof shall be stopped by the Owner's notice and the Owner fails to notify the Contractor to resume work within sixty (60) days, the Contractor may abandon that portion of the work so suspended and the Contractor shall be paid for all work performed on the portion so suspended at unit prices quoted in the bid for completed work involved at agreed prices on any extra work involved and at a fair and equitable price for partially completed work involved. GC -8 The Engineer may suspend wqrk pending the settlement of any con- troversy. The Contractor shall not be entitled to any claim for loss or damage by reason of such delay nor shall he be entitled to any extension of time but an extension may be granted by the Owner in his discretion. IX .24 OWNER'S RIGHT TO TERMINATE CONTRACT If the Contractor shall be adjudged a bankrupt or shall file a petition for an arrangement or reorganization under the Bankruptcy Act, 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 solvency, or if be should persistently or repeatedly refuse or should fail, except under conditions where extension of time is approved, to supply adequate workmen, equipment and material, or disregard laws, ordinances, or the instructions of the Engineer, or otherwise be guilty of a violation of any provisions of the Contract, then the Owner upon certification 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) days' written notice, terminate the employment of the Contractor. At the expiration of the said ten (10).days the Owner may i®ediatel: serve notice upon the Surety to complete the work. In case the Surety fails to comply with the notice within thirty (30) days after service of such notice, the Owner may complete the work and charge the expense of the completion, including labor, materials, tools, implements, machinery or apparatus to said Contractor and the expense so charged shall be deducted and paid by the Owner out of such monies as may be due or that may thereafter at any become due to the Contractor under and by virtue of this agreement. And in case such expense is less than the sum which would have been payable under this Contract, if the same had been com- pleted by the Contractor, then said Contractor shall be entitled to receive the difference. And in case such expense is greater than the sum which would have been payable under this Contract, if the same had been completed by said Contractor, then the Contractor and his Surety shall pay the amount of such excess to the Owner on demand from said Owner or Engineer of the amount so due. GC.25 PARTIAL PAYMENTS At the end of each calendar month the Engineer shall prepare a certificate estimating the total value of work done during the preceding month. The Owner shall thereafter pay to the Contractor on or about the tenth day of the current month the amount due as established by the Engineer, including the value of submitted paid invoices covering construction materials which are required for the work which are stored at the job site or in a bonded warehouse, less retainage specified below, further less all previous payments, further less five percent (5%) until the requirements of Section GC.26 of the General Conditions have been satisfied, and further less all amounts due the Owner. GC -9 Retainage shall be ten percent (10%) the work is fifty percent (50%) complete, as d further amounts will be withheld as retainage, been determined that the work is fifty percent above. Retainage shall not apply to materials GC.26 TAXES of the value of the work until etermined by the Engineer. No as defined herein, after it has (50%) complete as described described above. State Law requires the Owner to withhold five percent (5%) of any payment due a resident contractor until advised by the Commissioner of Revenues that all use tax due the State has been paid by the Contractor or that he has furnished bond to the State; five percent (5%) must also be withheld from a non-resident contractor until advised that the Contractor has registered with the State. The Contractor may avoid the five percent (5%) retainage by com- plying with the law in advance of commencing performance. The five percent (5%) retainage referred to in this paragraph shall be in addition to say other retained percentage referred to in the Contract Documents. GC.27 PAYMENTS WITMMLD The Owner may withhold payment to the Contractor in the event of subsequently discovered evidence, nullify the whole or a part of any certificate or estimate for payment to such extent as may be necessary to protect the Owner from loss on account of: (a) Failure of the Contractor to remedy defective work or repair any pipeline leaks that may develop before or after any section of a pipeline is tested; before or after any section of a pipeline is placed in service; or at any time prior to the time that final payment is due. (b) Any unpaid claims or reasonable evidence indicating probable filing of such claims. (c) Failure of Contractor to make payments properly to subcon- tractors or for equipment, material or labor. (d) A reasonable doubt that the Contract can be completed for the balance then unpaid. (e) Damage to another contractor. (f) Failure to present proof of payment of applicable use taxes or failure to post bond with the Commission of Revenues as security. When the above grounds are removed, payment shall be made for amounts withheld because of them. CC. 28 FINAL PAYMENT AND ACCEPTANCE Within thirty (30) days after satisfactory completion of the work and the compliance by the Contractor with all provisions of the Specifications and Contract Documents, the Owner shall pay to the Contractor the entire amount due, less all previous payments. GC -10 If the work includes pipelines, pumping facilities or other structures, the Contractor shall maintain the wd'rk fora period of ninety (90) days following .its acceptance by the Owner. All prior payments shall be subject to correction in the final payment. Prior to final payment the Contractor shall furnish the Owner with satisfactory evidence that all persons who have done work or have furnished equipment or material have been fully paid or shall file statements showing balance due on all accounts. The Owner may withhold the amount of any liable claims against the Contractor pending the result of legal or other adjudication thereof. CC. 29 O;;NLit' S AND ENGIK.E•R' S PROT"CTIVE LIABILITY I\ CTtt. y rt Section CC.15, PROTECTION OF WCRK AND PRCPERTY, renuires the Contractor to indemnify and save harmless the Cwner and the rnginear because of alleged liability of the Owner or the Engineer. The Contractor shall exercise proper precaution for the protection of persons and property. The Contractor shall obtain insurance run- ning for the construction period of the project naming as the insured theiorgensen & Associates, Consulting Engineers, 2863 CId hissouri Rd., Fayetteville, Arkansas. Such insurance shall be in ferm and substance similar cc Railroad Protective Liability Policy es approved by Federal, StaLe, and Railroad agency Limits of Iiebil?r_y shall Ue the following: Bodily Injury Liability (Including Death) $1,000,000 each occurrence Physical Damage Liability (Damage to or Destruction to Proper::. 5250,000 each occurrence $500,00 each aggregate GC.30 LINES AND GRADES The Engineer will set all points and stakes as necessary to control the work of the Contractor. Such control points and stakes :•._: be sufficient means of alignment and grade control (as recuired). The Contractor shall exercise diligence in the preservation c! control points and stakes. Should any such become displaced, or shcuic there be reason to believe that any such may have been displaced, t'.:c' Contractor shall notify the Engineer thereof irsnediately. Any control point or stake requiring resetting because of the Contractor's negligence, will be reset by the Engineer but at the expense of the Contractor. GC. -1.1 SC.]. GENERAL In case of conflict between any of the Contract Documents, priority of interpretation shall begin the following order: Signed Agreement, Performance and Payment Bonds, Special Bonds (if any), Proposal, Special Conditions of Agreement, Notice•to Contractors, Technical Specifications, Plans, and General Conditions of Agreement. SC.2 ENGINEER The word "ENGINEER" in these Specifications shall be understood as referring to. Jorgensen & Associates, Consulting Engineers, Fayettevill Arkansas, ENGINEER of the OWNER, or such other representative as may be authorized by said OWNER to act in any particular position. SC.3 LOCATION OF PROJECT This project is located within the proximity of the City of Feiyetteville,.Arkansas. A map showing the general location is in- cluded in the Plans. SC.4 SCOPE OF WORK The work to be performed under this Contract consists of furnishing all materials, labor, supervision, tools and equipment necessary for construction of a soccer field at Asbell School. SC.5 TIME ALLOTTED FOR COMPLETION The time allotted for completion of the work shall be within ( 30) calendar days, which time shall begin within ten (1O) days of the work order or notice to proceed, or upon the date the Contractor moves on the site to begin the work, which- ever is the earliest date. After award of the Contract is made and the Contract Documents are complete, the Engineer shall issue a Work Order notifying the Contractor to proceed with the construction of the project, subject to the provisions of this paragraph. SC.6 FORMS, PLANS AND SPECIFICATIONS Forms of Proposal, Contract and Bonds, and Plans and specifications may be obtained from Jorgensen& Associates, Consulting Engineers, 2863 Old Missouri Rd , Fayetteville, Arkansas, upon payment of No refund will be made. SC -1 SC.7 PAY ITEM DESCRIPTION The Proposal contains a list df unit price payment items and some lump sum price payment items. The components of the various pay items are discussed in the MEASUREMENT AND PAYMENT paragraph of these Specifications. Of necessity the items described as components are discussed in a general manner only, describing the major pieces of equipment and/or materials. Any item and/or appurtenance not specifically mentioned shall be considered a portion of the bid item to which, in the opinion of the Engineer, its function is most directly related.. Failure to list all items and/or appurtenances does not relieve the Contractor from furnishing all apparatus, devices, labor or materials of whatever nature required fop a complete and operating installation in accordance with the intent of the Drawings, approved Shop Drawings and these Specifications. The successful Contractor shall, as soon as possible after award of the Contract, submit a list itemizing the components of each lump sum bid item and their respective costs to be used as an aid in the preparation of partial payments. SC.B AWARD OF CONTRACT The Owner will notify the successful Bidder in writing within thirty (30) days after the date of receiving bids of its acceptance of his Proposal. The Contractor shall complete the execution of the required Bond and Contract within ten (10) days of such notice. SC.9 LIQUIDATED DAMAGES FOR DELAY The Contractor agrees that time is the essence of this Contract and that for each day of delay beyond the number of calendar days herein agreed upon for the completion of the work herein specified and contracted for after due allowance for such extension of time as is provided for in the General Conditions of Agreement, the Owner may withhold, permanently, from the Con- tractor's total compensation the sum of Two Hundred Fifty Dollars ($250.00) as stipulated damages for each day of such delay. SC.10 EXAMINATION OF SITE OF PROJECT Prospective bidders shall make a careful examination of the site of the project, soil and water conditions to be encountered, improvements to be protected, disposal sites for surplus materials not designated to be salvaged materials, and as to method of providing ingress and egress to private pro- perties, and methods of handling traffic during construction of the entire project. SC.11 SEQUENCE OF CONSTRUCTION No specific order or sequence of work is required. However, due to the urgency of the project, the Contractor will be expected to staff the project as required in order to complete the work in the time allotted. The SC -2 Contractor shall submit a detailed work schedule to the Engineer for approval as soon as possible after award of the Contract. i1I!an7.1 Bidders desiring further information or -interpretation of the Plans or Specifications must make. request for such information to the Engineer prior to forty-eight (48) hours before the bid opening. Answers to all such requests will be given in writing to all bidders, in addendum fom, and all addenda will be bound with and made a part of the Contract Documents. No other explanation or interpretation will be considered official or binding. Should a bidder find discrepancies in, or omissions from, the Plans, Specifications, or other Contract Documents, or should he be in doubt as to their .esniag, he should at once notify the Engineer ii order that a written addendum may be sent to all bidders. Any addenda issued prior to twenty-four (24) hours of the opening of bids will be mailed or delivered to each Con- tractor contemplating the submission of a Proposal on this work. The Proposal as submitted by the Contractor will be constructed as to include any addenda if such are issued by the Engineer prior to twenty-four (24) hours of the opening of bids. Sc. 13 PERMITS AND RIGHTS -OF -WAY All construction inciudeG herein is on public property or property or casements owned by the City of Fayetteville. The Contractor shall confine his operations to these properties and/or easements. SC.14 REFERENCE SPECIFICATIONS Where reference is made in these Specifications to specifications compiled by other agencies, organizations or departments, such reference is made for expediency and standardization and such Specifications referred to are hereby made a part of these Specifications. • as • a • w: n�i, In case it is necessary to change or grove the property of any owner or of a public utility, such property shall not be saved or interfered with until ordered to do so by the Engineer. The right is reserved to the owner of public utilities to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by performance of this Contract. SC-,- - SC.16 USED t1ATERIALS No material which has been used by the Contractor for any temporary purpose whatever is to be incorporated in the permanent structure without written consent of the Engineer. _ _- SC.17 EXISTING STRUCTURES The Plans show the locations of all known surface and subsurface structures. However, the Owner assumes no responsibility for failure to show any or all of these structures on the Plans or to show them in their exact location. It is mutually agreed that such failure shall not be considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever, unless. the obstruction encountered is such as to necessitate changes in the lines or grades or requires the building of special work, provisions for which are not made in the Plans and. Proposal, in which case the provisions in these Specifications for extra work shall apply. The Contractor shall be responsible for protection of all existing structures and any damage caused by his operations shall be repaired immediately without cost to the Owner. It shall be the responsibility of the prospective Contractor to examine the site completely before submitting his bid. SC.18 USE OF ERPLOSIVES No blasting or use of explosives will be permitted on this project. SC. i9 BARRICADES, LIGHTS AND WATCH!IEN Where the work is carried on in or adjacent to any street, alley or public place, the Contractor shall, at his own cost and expense, furnish and erect such barricades, fences, lights and danger signals, shall provide such watchmen, and shall provide such other precautionary measures for the pro- tection of persons or property and of the work as are necessary. Pedestrian safety and vehicle safety are of utmost importance on this project. Barricades shall be painted in a color that will be visible at night. From sunset to sunrise the Contractor shall furnish and maintain at least one light at each barricade and sufficient number of barricades shall be erected to keep vehicles from being driven on or into any work under construc- tion. The Contractor shall furnish watchmen in sufficient numbers to protect the work. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, lights, and watchmen to protect it and whenever evidence is found of such damage, the Engineer may order the damaged portion immediately removed and replaced by the Contractor at his cost and expense. The Contractor's responsibility for the maintenance of barricades, SC -4 signs and lights and for providing watchmen shall not cease until the project shall have been accepted by the Owner.:. SC.20 FENCES AND DRAINAGE CHANNELS Boundary fences or other improvements removed to permit the instal- lation of the work shall be replaced in the same location and left in a condition as good or better than that in which they were found except as indicated on the Drawings. Such.replacement or restoration shall be paid for as shown in the Unit Price Schedule. Where surface drainage channels are disturbed or blocked during construction they shall be restored to their original condition of grade and cross section after the work of construction is completed. SC.21 DISPOSAL OF WASTE MATERIALS Al]. trees, stumps, slashings, brush or other debris removed from the sites as a preliminary to the construction work shall be removed from the property and disposed of in a manner approved by the Engineer. All excavated earth in excess of that required for backfilling shall be removed from the job site and disposed of in a satisfactory manner, except in locations where, in the judgment of the Engineer, it can be neatly spread over the adjacent area. SC.22 WATER FOR CONSTRUCTION Water used for the mixing of concrete testing or any other purpose incidental to this project will be furnished by the Contractor. The Contractor shall make the necessary arrangements for securing and transporting such water and shall take such water in a manner and at such times that will not produce a harmful drain or decrease of pressure in the City's water system. No separate pay"nt will be made for water used but the, cost thereof shall be included in the various items of the Proposal and Bid Schedule. SC.23 GUARANTY AGAINST DEFECTIVE WORK The Contractor shall indemnify the Owner against any repairs which may become necessary to any part of the work performed under this Contract arising from defective workmanship or materials used therein for a period of one (1) year from the date of final acceptance of the entire project. SC.24 COORDINATION WITH OTHERS The Contractor shall coordinate his activities with other Contractors that may be working on separate work in this area. SC.25 MATERIAL STORAGE Materials delivered to the site of the work in advance of their use shall be stored so as to cause the least inconvenience and in a. manner satis- factory to the Engineer. SC -5 TECHNICAL SPECIFICATION SECTION I: SOCCER FIELD CONSTRUCTION The general scope of this project shall be for the contractor to furnish all material and labor to install a soccer field at Asbell School as shown on the attached drawings. The Owner is interested in a lump sum price for the installation of this field. The soccer field to be constructed is refered to as soccer field No. l and presently exists at Asbell School. This field is presently uneven and periodically floods. Construction shall proceed with the removal of any top soil from the existing surface. Said top soil shall be stockpiled on the East and West side of the field. The contractor shall then install select fill "hillside gravel" within 4" of the plan finished grade. All fill material shall be placed in 6" lifts and com- pacted by sheeps foot to obtain a density of 9O% (Standard Method). Following installation of select fill material the contractor shall then install 4" of top soil. Final grading shall include the installation of drainage swales as indicated on the plans to improve drainage. Grass shall be established by the placement of sprigs, (tiff green) at approximately 16" on center. Sprigs shall be placed approximately 2"-3" deep and the root system shall be covered with top soil. The contractor shall water the field initially and the Fayetteville Parks will continue regular watering. It shall be noted that an underground sprinkler system shall be installed by a separate contractor. The contractor for this project shall coordinate his activities with underground piping activities. The piping contractor shall install his pipe after the soccer field contractor installs the top soil. The piping contractor shall be responsible for leveling and restoring the surface. The soccer field contractor can then commence place- ment of grass. Sc .26 EXISTING UTILITIES AND SERVICE LINES The Contractor shall be responsible for the protection of all existing utilities or improvements crossed by or adjacent to his construction operations. Where existing utilities or service lines are cut, broken or damaged, the Contractor shall replace or repair immediately the utilities or service lines with the same type of original material and construction, or better, at his own cost and expense. SC.27 TESTING, INSPECTION AND CONTROL Testing and control of all materials used in the work shall be done by an approved commercial laboratory employed and paid directly by the Owner unless otherwise specified in the Technical Specifications. The Contractor shall furnish, at his own expense, all necessary specimens for testing of the materials as required by the Engineer. SC.28 CLEAN-UP At the conclusion of the work all tools, temporary structures and materials belonging to the Contractor shall be promptly removed and all dirt, rubbish and other foreign substances shall be disposed of in a manner satis- factory to the Engineer. SC.29 BOND Coincident with the execution of the Contract, the Contractor shall furnish a good and sufficient surety bond in the full amount of the Contract sum guaranteeing the faithful performance of all covenants, stipulations and agreements of the Contract, the payment of all bids and obligations arising from the execution of the Contract, which bills or obligations might or will in any manner become a claim against the Owner, and guaranteeing the work included in this Contract against faulty materials or poor workmanship for one (1) year after the date of completion of Contract. All provisions of the bond shall be complete and in full accordance with statutory requirements. The bond shall be executed with the proper sureties through a company licensed and qualified to operate in the State and approved by the Owner. The issuing agent's power of attorney shall be attached to the bond and the bond shall be signed by an agent resident in the State and date of bond shall be the date of execution of the Contract. If at any time during the continuance of the Contract the surety on the Contractor's bond becomes irresponsible the Owner shall have the right to require additional and sufficient sureties which the Contractor shall furnish to the satisfaction of the Owner within ten (10) days after notice to do so. In default thereof, the Contract may be suspended and all payments or money due the Contractor withheld. SC.30 COPIES OF PLANS AND SPECIFICATIONS FURNISHED Three (3) sets of Plans and Specifications shall be furnished to the Contractor, at no charge, for construction purposes. Additional copies may be obtained at cost of reproduction upon request. SC -6 RESOLUTION NO. A RESOLUTION AUTHORIZING A CONTRACT BETWEEN THE CITY OF FAYETTEVILLE AND MCCLINTON-ANCHER AS THE LOW -BIDDER, TO CONSTRUCT THE ASBELL SOCCER FIELDS. 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 in the amount of $14,869.00 with McClintion-Ancher as the low -bidder, to construct the Asbell Soccer Fields. A copy of the contract authorized for execution hereby is attadned hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this _-3rc1 _ day of July , 1990. 'APPROVED: BY: •Asst. Mayor ATTEST: BY: ��C1CJ� t�G�cexrrin� City Cl" rk a �rtn EXHIBIT "A" INVITATIOIV TO BID NUEST PEGGY BATES PURCHASINGCHASING DEPT. PURCHASING OFFICER ` 1MOUNTAIN CITY OF FAYEETTEVILLE, ARKANSAS CITY ADMININSTRATION BLD•: (501) 575.8281 ROOM 307 FAYETTEVILLE. ARKANSAS 72701 BID NUMBER: 90-34 I OATE ISSUED: June 22, 1990 COMMODITY CLASSIFICATION: I BUYER: /1 /1 Peggy Bates 1�J j4•J� F.O.B.: BUYER'S PHONE 0: - Fayetteville, AR 1501/575-8289 DATE & TIME OF BID OPENING: July 9, 1990 CONTRACT PERIOD OR DATE DELIVERY REQUIRED: BIDDERS GUARANTEED DELIVERY DATE: ITEM NO. DESCRIPTION I 1 Sprinkler Systems for Soccer fielc.s at Asbell School. (see attached blueprint and specifications.) ADDENDUM #1: BID OPENING TIME CHANGED TO 10:30 Y I * BIDDERS SHALL INCLUDE TAX AS A SEPARATE LINE ITEM. TAX AMOUNT WILL NOT BE CONSIDERED IN EVALUATION OF TOTAL BID PRICE. 10:30 a.m. 30 days A.R.O. QUANTITY UNIT PRICE 4 TOTAL PRICING EXECUTION OF: BID Upon signing this Bid, the bidder certifies that they have read and agree to the requirements set forth in this bid proposal including specifications, terms and standard conditions, and pertinent information regarding the articles being bid on, and agree to furnish these articles at the prices stated. NAME OF FIRM: PH')NE NUMBER I ARKANSAS TAX PERMIT NUMBER: UNSIGNED BIDS BUSINESS ADDRESS. STREET :1 CITY WILL BE REJECTED SIGNATURE OF AUTHORIZED PERSON TI i:LE STATE ZIP DATE ARKANSAS PREFERENCE REOUESTE:D: YES ( ) NO ( ) CASH DISCOUNT % DAYS BID NO.: • INVITATION TO BID CONTINUATION SHEET 90-34 EXHIBIT "A" PAGE 1 OF 1 1. All piping shall be 200 PSI PVC. 2. Zone valves shall be bronze gate valves. I 3. Sprinkler heads shall be HunterN#I-25 or equal. 4. Provide 2" backflow preventor and 2" pressure reducing valve at new 2" meter. Meter is not in contract. 5. Use PVC primer prior to applying cement at all PVC joints. 6. Provide heavy duty plastic valve boxes buried at all valves and accessories. Provide latching covers at each. 7. Provide drain valves •at all branches and low spots. 8. All work shall be in accordance with the Arkansas State Plumbing code and local authorities. 9. All piping shall be buried a minimum of 12". 'Compact during backfill and smooth over,isurface, allowing for future settlement. 10. Backfill with pure soil where rDcks are present. 11. All systems and components shall be completely warranted including full field coverage fDr a period of one year from date of completion. f r. EXHIBIT "A" TERMS AND STANDARD CONDITIONS CITY OF FAYETTEVII, LE, ARKANSAS 1, PLEASE READ CARPE I t p 1. When submitting an Imillatiort to Bid,'theBidihe bidder wairants that the commodifies covarel bythe bid shall be free from defects in material and wockmanship under normal use and service. In addition, bidder must deliver new commodities of the latest design am I model, unless otherwise specified in the 9nvitation to Bid' 2. Prices quoted are to be net prices, and when an errors made in extending total price: h, the City may accept the bid for the lesser amount whether reflected by extension or by the correct multiple of the unit price. 3. Discounts offered will be taken when the City quafdss for such. The beginning date fur computing discounts will be the date of invoice or the date of delivery and acceptance, whichever s later. 4. When bidding other than the brand and/or model specified in the invitation to Bid; IN' brand and/or model number must be stated by that dam in the 'Invitation to Bid, and descriptive literature be submitted with the bid. 5. The City reserves the right to reject any and all bids. 6. The Purchasing office reserves the right to award hems, all or none, or by the line 'tech (s). 7. Quality, time and probability of performance may be factors in making an award. I 8. Bid quotes submitted will remain firm for 30 calendar days from bid opening date; how aver, the prices may remain firm bra longer period of time it mutually agreeable between bidder and the City Purchasing Department. 9. Bidder must submit a completed, signed copy of the front page of the 'Invitation to Bid' and must submit any other information required in the invitation to Bid.' 10. In the event a contract is entered into pursuant to the invitation to Bid, the bidder she I not discriminate against any qualified applicant for employment because of race, sex, color, creed, national origin or ancestry. The bidder must include in any and all subcontracts a provision similar to the above. 11. Sales taxis to be inducted in the b d price l Although use tax s not to be included in this bid, vendors are to register and pay tax direct to the Arkansas State Revenue Department. 12. Prices quoted shall be 'Free on Board' (F.O.B.) to destination at designated City fadli y in Fayetteville. Charges may not be added after the bid is opened. 13. Arkansas Preference must be requested on the bid to be considered as a factor in awn uding a contract. 14. In the event of two or more identical low bids, the contract may be awarded arbitrarily kx for any reason to any of such bidders or split in any proportion between them at the discretion of the Purchasing Department. 15. Specifications furnished with this Invitation are intended to establish a desired quality cc performance level, or other minimum dimensions and capacities, which will provide the best product available at the lowest possible price. Other than designated brands and/or models approved as equal to designated products shall receive equal consideration. When an 'or equal product is bid, the City shall be the sole anbh. hr as to whether that product is equal to the one specified. 16. Samples of hems when required, must be furnished tree, and, if not Bled for within 3cdays from date of bid opening, will become property of the City. 17. Bids received after stated time for opening will not be considered. 18. Guarantees and warranties should be submitted with the bid, as they may be a consid 'ration in making an award. 19. CONSTRUCTION A. When noted, the Contractor is to supply the City with evidence of having and ma maining proper and complete insurance, specifically Workman's Compensation Insurance in accordance with the laws of the State of Arkansas, Public Liability aid Property Damage. All premiums and cost shall be pad by the Contractor. In no way will the City be responsible in case of accident. .1 B. When noted, a Certified check or bid bond in the amount of 5% of total bid shall : ocompany bid. C. A Performance Bond equaling the total amount of any bid exceeding $10,000.00 must be provided for any contract for the repair, alteration or erection of any public building, public structure or public improvement (pursuant to Ad 351 of 1953 as amended by Act 539 of 1979). 20. LIQUIDATED DAMAGES — Liquidated damages shall be assessed beginning on the first day following the maximum delivery or completion time entered on this bid form and/or provided for by the plans and specdroations. I j 21. AMBIGUITY IN BID —Any ambiguity in any bid as the result of omission, error, lack of clarity or noncompliance by the bidder with specifications, instructions, and all conditions of bidding shall be construed in the light most favorable to the City. 22. The bid number should be stated on the face of the sealed bid envelope. It it s not, thi h envelope will have to be opened to identity. 23. Whenever a bid is sought seeking a source of supply for a specified period of time for i naterials and services, the quantities of usage shown are estimated ONLY. No guarantee or warranty is given or implied by the participants as to the total amount that may or may not be purchased from any resulting contracts. These quantities are for the bidders information ONLY and will be used for tabulation and presentation of bid and the participant reserves the right to increase or decease quantities as required. 24. The City of FayetteviII reserves the right to reject any and all bids, to accept in whole or in part, to waive any informalities in bids received, to accept bids on materials or equipment with minor variations from specifications in those cases where efficiency if operation will not be impaired, and unless otherwise specified by the bidder, to accept any item in the bid. It unit prices and extensions thereof do not coincide, the Cry of Fayetteville may accept the bid for the lesser amount whether reflected by the extension or by the correct multiple of the unit price. 25. Additional information of bid forms may be obtained from: purchasing Department City Administration Building Room 209 113 W. Mountain Fayetteville, AR 72701 (501) 575-8281 EXHIBIT ,'A" NOTICE TO[BIDDER BID NO. 90`--34 I. COMMODITY:Sprinkler Sy:;tem Addition for Asbell Park The City of Fayetteville, Arkansans will receive sealed bids at the Purchasing Office, City Hal]., 113 West Mountain Street, Fayetteville, Arkansas until 10:30, July 9, 1990 for the furnishing of Sprinkler System Addition for Asbell Park Bid forms and specifications may Lie obtained from the Purchasing Office, located in Room 3O7, 3rd floor of the City Administration Building. The City reserves the right to reject any and all bids and to waive any formalities deemed to be"in the City's best interest. TAy�6 �I Peggy Bates Purchasing Manager Publish June 25, & July -2, 1990 1. Northwest Arkansas Times Billing refer to P.O. #23979 CONTRACT DOCUMENTS ANDI CONSTRUCTION SPECIFICATIONS FOR SOCCER FIELD AT AS BELL SCHOOL FAYETTEVILLE, ARKANSAS PREPARED BY JORGENSEN & ASSOCIATES CONSULTING ENG:[NEERS FAYETTEVILLE, ARKANSAS r ..TUNE; 199G TABLE OF CONTENTS PROPOSAL (BID FORM) UNIT PRICE SCHEDULE CONTRACT PERFORMANCE AND PAYMENT BOND GENERAL CONDITIONS SPECIAL CONDITIONS TECHNICAL SPECIFICATIONS SECTION 1- Soccer Field Construction PROPOSAL (BID TORI) . Place CIN KALL- -i A.iiE 541WE • Date Su- 9,1190 - 11: o o k m . I! Proposal of A PtC,- ftWCMSAS,tNC..-/`�°GlttJ�oN AtJCAk t>tVtSto,4 a corporation organized and existing 'DEt.Av�IAZE Proposal of a partnership consisting of Proposal of an individual doing business as TO: City of Fayetteville 113 W. Mountain Fayetteville, Apk: 72103 under.the or or laws of the State of This bid results from your invitation for bids for Construction of a soccer field at Asbell School. The undersigned bidder having visited, the site of the work, having examined the Plans, Specifications, and other Contract Documents, including all Addenda, and being familiar with all of the conditions relating to the construction of the proposed project, hereby proposes to furnish all material, supplies, equipment, and appliances specified for incorporation into the project, and to furnish all labor, tools, equipment, and incidentals to complete the work in accordance with the Plans, Specifications ,' and other Contract Documents at the price stated herein. This price is to cover all expenses incurred in performing the work required under the Contract Documents of which this Proposal is a part. The undersigned bidder agrees to begin work within ten(10) calendar days after issuance by the Owner of a "Work Order" or "Notice to Proceed" and to complete the work within 30 calendar days thereafter. Should the work fail P-1 '. .f• �, Bidder acknowledges receipt of the following addendum (addenda): is Dated Dated Dated The undersigned Bidder agrees that this bid shall be good and shall not be withdrawn for a period of sixty (60) calendar days after the opening thereof. If written notice of the acceptance of this Proposal is sailed, telegraphed, or delivered to the undersigned within sixty (60) days after the opening thereof, or at any time thereafter lefore this Proposal is withdrawn, the undersigned agrees to execute and deli'ier an Agreent in the prescribed form, and furnish the required Performance land Payment Bond, within ten (10) days after the Agreement is presented to him :For signature. It is understood by the undersigned Bidder that the Owner reserves the right to reject any and all.bids. Accompanying this Proposal as bid security is certified check bid (Strike One) bond in the amount of -Not Rec..'uired- Dollars ($ ), being not less than five per cent (5%) of the total of the bid. If the undersigned Bidder is the successful Bidder, but fails or refuses to execute the Contract and furnish the required bond within the prescribed ten (10) days of the notification of award, then this bid security is to become the property of the Omer as liquidated damages for the delay and additional expense to the Owner caused by such failure or refusal. 4 �' -�-� PPAC 1(Z 1CAr�sIS r k Nc, - MawwlbN IZN�He�De� e �l (Witness) !Iawe of Bidder) rl d ZLfo No a j UO SL ock. By C1S 4 1 ?� • &L_ FA, IAZ TSV t -1 e M -A' SAS t2 -l� (Address SEAL (If Bidder is a corporation) Sf,MA . C-OLvice @ spQ;s3 (i'rint Name and Title) Zoo Nov-, l,ocAC i lcvuat; AR4StJS5 it-tot- bUffice Address of Bidder) NOTES: Sign in ink. Do not detach. Items must be bid upon as specified in the Unit Price Schedule. P-2 SOCCER FIELD AT ASBELL SCHOOL FAYETTEVILLE, ARKANSAS UNIT PRICE SCHEDULE ITEM ESTIMATED ITEM I! UNIT AMOUNT NO. QUANTITY DESCRIPTION I PRICE BID 1. 1050 C.Y. Fill Placed and Compacted $ i•nO /c .`I. $ 11350.00 2. 385 C.Y. Top,Soil Placed & Graded $ IZ.ZDIG`j. $ C1' i.0O 3. 100% Establish Grass $ Z1SZZ_.OO L.S. $ZjBZZ..00 II TOTAL BID $ 1L�.�861, 0d 1 THIS AGREEMENT made this by and betweenAPAC Arkansas, Inc CONTRACT 11th - ! day of -McClinbnAnchor organized and existing under the laws of the State partnership consisting of July a Corporation of Arkansas.). 1990, (a (Strike out the two terms not applicable) hereinafter called the "Contractor" and City of Fayetteville• hereinafter called the "Owner." WITNESSETH That the Contractor and the Owner for the consideration stated herein mutually agree as follows: 1 ARTICLE 1. Statement of Work. The Contractor shall furnish all supervision, technical personnel, labor, materials, machinery, tools, equipment, incidentals and services, in:luding utility and transporta- tion service and perform and complete all work required for soccer field - at Asbell School in strict accordance with the plans and specifications attached herewith as prepared by the Engineer. ARTICLE 2. The Contract Price. The Owner will pay the Contrac- tor because of his performance of the Contract, for the total work performed the lump sum price and unit prices as stipulated in the Proposal attached herewith. Said lump :scan price shall be full com- pensation for all work performed as detailed by the plans and shall include all incidentals. Said price shall be subject to additions or deductions as follows: The owner may make alterations, may change the. work or omit from the work covered by this Contract. Charges or credits for this additional work (or oaaaision of work) shall be based on the unit prices stated in the Proposal provided the additional work (or oaunision of work) is of a similar nature. It is agreed that this additional work (or ommision) shall not,void this Contract). Completion of this project shall include a final inspection certification and certi- fication that all subcontractors and/or suppliers have been paid for all work or materials supplied on this project. 1,1 ARTICLE 3. Contract Time. The Contractor agrees to begin work within ten(10) calendar days after issuance by the Owner of a "Work Order" or "Notice to Proceed" and to complete the work within 30 calendar days there after. , ARTICL 4. Contract. The executed Contract Documents shall consist of the following: a. This Agreement and Proposal b. Drawings and Specifications c. Final Inspection Certifications d. Payment to subcontractors certification e. General Conditions & Special Conditions This Agreement, together with other documents enumerated in this ABTLCLE 4, which said other documents are as fullylla part of the Contract as if hereto attached or herein repeated, form the Contract between the parties hereto. In the.event that any provisions in any component part of this Contract conflicts with any provision of any other component part, the conflict shall be resolved by the Engineer whose decision shall be final. ARTICLE 5. Surety. The Surety on the Performance -Payment Bond shall be a surety company of financial resources satisfactory to the Owner and authorized to do business in the State of Arkansas. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed in three (3) counterparts, each of which shall be considered an original, on the day and year first above written. ATTEST: Iry r� r✓ City C erk (Contractor) Ely , S//�� ,i2 71 (keyTitle l'lLG GS%l/ P.o.ISX I.56-7 tStreet) 1qL�(/✓i/E ,,4z 71 70 Z (City) Towner City of F yetteville By:_'L�/Cl,�<�1/ (Mayor) William 5Artin ARKANSAS STATUTORY PERPOR_lANCE AND PAYMENT BOND we, or corporation) hereinafter called:Principal, (Sate whether I• and individual, partnership hereinafter called Surety, are held and f:Lrmly bound unto , as Principal, , as Surety, Obligee, hereinafter called Owner, in the; amount of payment whereof Principal and Surety bind themselves, their heirs, persona representatives, successors and assigns, ,jointly and severally, firmly by these presents. d Principal has by written agreement dieted entered into a contract with Owner forte which contract is by reference made a part hereof, and is hereinafter referred to as the Con',:ract. The condition of this obligation is ;such that if Principal shall faith- fully perform the Contract on his part ant shall fully indemnify and save harmless -Owner from all costs and damage 'which it may suffer by reason of failure so to do and shall fully reimbursie and repay Owner all outlay and expense which Owner may incur in making g'iod any such default and, further, that if Principal shall pay all persons all indebtedness for labor or materials furnished or performed under said Contract, failing which such persons shall have a direct right of action against Principal and Surety, jointly and severally, under this obligation, subject to Owner's priority, then this obligation shall be null and void; otherwise, it shall remain in full force and effect. +j This Bond is given in accordance with the following laws of the State of Arkansas: Act 368 of 1929, as amended, aid Act 351 of 1953, as amended. No suit shall be brought on this Bond outside the State of Arkansas and no suit shall be brought on this Bond except by Owner after six (6) months from the date final payment is made on the Contract. The six month period of limitation is waived with respect to Owner and it is agreed that Owner may bring suit on this Bond any time before suit against Principal would be barred. Any alterations which may be made in the terms of the Contract,. or in the work to be done under it, or the giving by Owner of any extension of time for the performance of the Contract, or any other forebearance on the part of either Owner or Principal to the other shall not in any way release Principal and Surety or Sureties) or either or any of them, their heirs, personal repre- sentatives, successors or assigns, from their liability hereunder, notice to Surety or Sureties of any such alteration, extension or forebearance being hereby waived. PB-1 Y II In no event shall the aggregate'liab`iaity of Surety exceed the sum set out herein. Executed this day of , 19 Fj (prcipal) .By- - (Surety) By -';I NOTES: 1. This bond form is mandatory. No other form will be acceptable. 2. The date of the Bond must not be,prior to the date of the Contract. 3. Any surety executing this Bond wist appear on the 0. S. Treasury Department's most current list (!:ircular 570, as amended) and be authorized to transact business La the State of Arkansas. 1 it GENERAL CONDITIONS a , u � GC.1 CONTRACT DOCUMENTS ALL ,Contract Documents incLuding the following; Bid Form, General Conditions, Special Conditions, Construction or Detailed Specifications, Material Specifications, Contract Form, Performance and Payment Bond Form, all other documents bound herewith, Plans, bound herewith and separately, and all Addenda are essential parts of the Contract. GC.2 PERFORMANCE AND PAYMEZPT BOND Promptly upon execution of the'Contract, the Contractor, at his expense shall furnish the Owner with a surety bond in the amount equal to one hundred percent (100%) of the Contract pe:ice, issued in quadruplicate by a corporate surety acceptable to the Owner.,Iand authorized to do business in the State of Arkansas, signed or countersigned by an agent of the surety resident in the State of Arkansas, with the issuing agent's power of attorney attached to each copy of the bond, which bond shall be conditioned for the faithful performance of the Contract and for the payment of all labor and material bills. The bond shall be in form and substance identical to the form which is made a part of these Contract Documents; that bond form is mandatory. However, the terminology expressed in the bond form is not exclusively determinative of the surety's responsibility; by the issuance of the bond, the surety shall be liable for any failure of the Contractor, to perform in accordance with the Contract Documents, including initial or corrective performance and including payment, of liquidated and consequential damages of the Owner, if applicable. The liability of the surety for the Contractor's breach of any requirents of the Contract Documents shall continue as long as the Contractor's liability continues under the Arkansas Uniform Commercial Code and other applicable law. The date of the Performance Bond shall not be prior to the date of the Contract. 1 GC.3 AWARD OF CONTRACTS Bids will be considered on the: basis of the total price given in the bid forms. The bidder to whom the Contract is to be awarded will be notified in writing within thirty (30) days after receiving bids of its acceptance of his Proposal. The Contractor shall completes the execution of the Required Bond and Contract within ten (10) days of such notice. GC.4 DEFINITIONS 1. The following words, or pronouns used in their stead, wherever used in the Contract Documents shall have the following meanings: GC -1 "Contractor" - shall meal the` individual, partnership or corporation entering into an agreement with the Owner to perform the work covered by these specifications and his or their authorized agents or legal representatives, and pronouns he, his and him shall refer to the Contractor whether an individual, partnership or corporation. "Engineer" - shall mean the person designated to act as Engineer for the Owner or his duly authorized agents, such agents acting within the scope of the particular duties entrusted to them. The words "directed", "permitted", "oidered", "approved", or words of similar import shall be understood to refer to the direction, permission, orders, approval, etc., of the said Engineers. "Sub -Contractors" - shall wean the individual, partnership or corporation entering into an agreement with the Contractor to perform any portion of the work covered by these specifications. "Work" - shall mean the furnishing of all necessary labor, tools, equipment, appliances, supplies and material other than materials furnished by the Owner as specified to complete the construction covered by these specifica- tions. "Surety" - shall mean any person, firm or corporation that has executed, as Surety, the Contractor's Performance Bond securing the performance of the Contract. "Plan" - shall mean the Drawings which. are a part of the Contract. "Contract Documents" - shall mean all papers bound in this copy entitled Specifications and Contract Documents, together with the Plans which may be separately bound. GC.5 INSURANCE Before any work is commenced, the Contractor shall furnish a certi- ficate of insurance addressed to the Owner, showing that he carries the following insurance which shall be maintained throughout the term of the Contract. Workmen's. Compensation Comprehensive General & Automobile Insurance Bu:di 1y Injury Liability Property Damage Liability GC -2 Statutory Amount 5500,000 for each person injured $1,000,000 for each accident $250,000 for each accident $500,000 aggregate If work includes pipelines or other underground structures, the Property Damage Liability (Comprehensive General Liability Insurance) shall be $250,000 each accident and $500,00daggregate. The insurance shall include explosion, collapse and underground coverage. The premiums for all insurance and the bond required herein shall be paid by the Contractor. It shall be the obligation of the Contractor to complete and deliver to the Owner the structure required by these Contract Documents regardless of any loss, damage to or destruction of the structure prior to delivery. See GC. 2 1 for Owner's and Engineer's Protective Liability Insurance. GC.6 EEECDTION OF CONTRACT DOCUMENTS Within ten (10) days of receipt of copies of the Contract, the Contractor shall execute four (4) counterpart copies of the Contract Documents and return them to the Owner. After execution by the Owner, one (1) copy each shall be furnished the Contractor and his Surety. GC.7 INTENT OF CONTRACT DOCMENTS The Contract Documents are complementary and what is called for by any one shall be as binding as if called for by all. The intention of the Contract Documents is to include all super— vision,., labor, tools, equipment, transportation and materials other than materials furnished by the Owner as specified necessary for the proper execution of the work. Materials or work described in words which so applied have a well known technical meaning shall be held to refer to such recognized standards. GC.S DRAWINGS The Engineer shall furnish to the Contractor, free of charge, three (3) copies of Plans, Specifications and Contract Documents, in addition to the executed copies necessary for the completion of the work. Other copies will be furnished if requested by the Contractor at the cost of reproduction. The Contractor shall keep one (1) copy of all drawings and Contract Documents in good condition readily accessible at the site of the work available to the Engineer and his authorized representatives. GC.9 CONTRACTOR'S EMPLOYEES The Contractor shall employ only competent skillful men on the work and shall at all times enforce strict discipline and good order among his employees. The Contractor shall neither permit nor suffer the introduction or use of spiritous liquors or controlled substances upon or about the work embraced in this Contract. GC -3 The Contractor shall maintain a qualified superintendent on the job at all times, who shall be the Contractor's agent responsible for the faithful discharge of the Contractor's obligations under the Contract. The Contractor shall notify the Owner in writing of the designation of the superintendent and his successors. GC.10 PAYMENT OF MATERIALS - EQUIPMENT Unless otherwise stipulated, the Contractor shall provide and pay for all materials, labor, tools, equipment, water, light, power, transportation temporary construction of every nature and all other facilities necessary for the execution and completion of the work. GC.11 SANITARY PROVISIONS The Contractor shall provide necessary toilets for the workmen, properly secluded from public observation and shall comply with sanitary regulations of the Health Department or any other authority having juris- diction. GC. 12 LAWS - ORDINANCES The Contractor shall keep himself fully informed of all existing and future Federal, State and local laws, ordinances and regulations which in any manner affect those engaged on the work or material or equipment used in or upon the work or in any way affecting the conduct of the work. Lack of knowled thereof is no defense to full performance of the Contract. GC.13 PERMITS - LICENSES The Owner will secure easements across public or private property permanently required for the pipelines at no cost to the Contractor. •The Contractor shall lease, buy, or otherwise make satisfactory provision, without obligating the Owner in any manner, for any land required outside the land provided by the Owner. State Highway and Railroad Crossing Permits will be secured by the Owner. All other permits and licenses necessary for the prosecution of the work shall be secured and paid for by the Contractor. GC.14 ROYALTIES AND PATENTS The Contractor shall pay all royalties and license fees and shall defend all suits or claims for infringement of any patent rights and shall save the Owner harmless from any loss on account thereof. GC.15 PROTECTION OF WORK AND PROPERTY The Contractor shall continuously maintain adequate protection of all his work from damages and'shall protect the property of the Owner from damage or loss. GC -4 The Contractor shall protect adjacent or adjoining property or properties in any way encountered in the prosecution of the work from any damage or injury. The Contractor shall indemnify and save harmless the Owner, its representatives and agents, from all claims, costs, expenses or liabilities accruing in consequence of any act on the part of the Contractor or from failure to properly guard the work in progress, the adjacent property or persons using the streets or from any other causes whereby injury to property or persons is caused. If damage or injury is done to private or public property, the Contractor shall restore or have restored at his expense such damaged property to a condition equal or better than that existing prior to the damage. • The Contractor shall not interfere in any way with the work of any other contractor on this project. CC. 16 QUALITY OF WORK AND PROPERTY • All property, materials and equipment shall be new and free of defects upon completion of the Contractor's performance and unless different standards are specified elsewhere in the Contract Documents shall be of the best type and quality available for the purpose. All of the Contractor's work shall be performed with the highest degree of skill and completed free of defects and in accordance with the Contract Documents. Any work, property, materials, or equipment not in conformance with these standards shall be considered defective. If any work, property, materials or equipment is discovered to have been defective or not in conformance with the Contract Documents, whether said discovery is made before or after completion of performance, the Contractor, at his expense, after written notice from the Owner or Engineer, shall promptly replace or correct the deficiency and pay any engineering costs and consequential expense or damage incurred by the Owner in connection therewith. If the Contractor fails to promptly correct all deficiencies, the Owner shall have the option of remedying the defects at the Contractor's cost. If the Contractor is required to furnish shop drawings or designs the above provisions shall apply to such drawings or designs. Neither the Owner's payment, acceptance, inspection or use of the work, property, materials, or equipment, nor any other provision of the Contract Documents shall constitute acceptance of work, property, materials, or equipment which is defective or not in accordance with the Contract Documents. If the Contractor breaches any provision of the Contract Documents with respect to the quality of the work, property, materials, equipment or performance, whether initial or corrective, its liability to the Owner shall continue until the statute of limitations with respect to such breach of contract has expired following discovery of the defect. All parts of Section 16 are cumulative to any other provisions of the Contract Documents and not in derogation thereof. If it is customary for a warranty to be issued for any of the property to be furnished hereunder, such warranty shall be furnished, but no limitations in any such warranty shall reduce the obligations imposed upon the Contractor in the Contract Documents or by Arkansas Law, but if any greater obligations than imposed in this Contract is specified in any such warranty or by Arkansas Law, those greater obligations shall be deemed a part of this Contract and enforce- able by the Owner. GC -5 GC.17 INSPECTION OF WORK The Engineer,, his authorized representative, and any Federal, State, County or local authorty representatives having jurisdiction over any part of the work or area through which the work is located, shall at all times have access to the work in progress. The detailed manner and method of performing the work shall be under the direction and control of the Contractor, but all work performed shall at all times be subject to the inspection of the Engineer or his authorized representative to ascertain its conformance with the Contract Documents. The Contractor shall furnish all reasonable aid and assistance required by the Engineer for the proper inspection and exam nation of the work and all parts thereof. The Engineer is not responsible for the Contractor's means, methods, techniques, sequences or procedures of construction, or safety precautions and programs incident thereto. Inspectors may be appointed by the Engineer or Owner. Inspectors shall have no authority to permit any deviation from the Plans and Specifica- tions except on written order from the Engineer and the Contractor will be liable for any deviation except on such written order. 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 per- formed properly. • The inspector shall in no case act as superintendent or 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 Contracto shall in no way be construed as binding to the Engineer in any way or releasin the Contractor from fulfilling all of the terms of the Contract. 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 pre- viously overlooked and estimated for payment and payment therefor made by the Owner. All condemned or rejected work shall be promptly taken out and replaced by satisfactory work. Should the Contractor fail or refuse to comply with the instructions in this respect, the Owner may, upon certification by the Engineer, withhold payment, proceed to terminate the Contract or perform work as provided herein. GC. 18 TIME OF COMMENCEMENT AND COMPLETION The Contractor shall commence work within the time specified and the rate of progress shall be such that the whole work will be performed in accor- dance with the Plans, Specifications, and Contract Documents within the time limit specified, unless an extension of time is made in the manner hereinafter specified. GC -6 GC.19 UNFORESEEN DIFFICULTIES J 1. f All loss or damages arising out of the nature of the work to be performed. under this Contract or from any unforeseen obstructions or difficul- ties which may be encountered in the prosecution of the same, or from weather, acts of God, strikes, work stoppages or slowdowns shall be sustained by the Contractor. GC.20 ALTERATIONS - OMISSIONS - EXTRA WORK The Owner may, when deemed necessary, make alterations and modifi- cations in the Specifications, or slay change the work, or may omit from the work covered by this Contract, any portion thereof or may order extra work performed. Charges and credits for all work of a similar nature as bid upon shall be based on the unit prices stated in the Contract. It is expressly agreed and understood, that such alterations, additioi modifications or omissions shall not in any way violate or annul this Contract. and the Contractor hereby agrees not to claim or bring suit for any damages, whether for loss of profits or otherwise, on account of said changes. - Whenever, during the progress of the work, any additional work, change, or modifications in the work contracted for is agreed upon as aforesaic such additional work, change or codifications shall be considered and treated as though originally contracted for, and shall be subject to all terms, condi- tions and provisions of the original contract except that no extension of time of completion shall be allowed owing to such additional work, change or modification, unless the same is approved by the Owner. In case extra work is encountered which is outside the scope of these specifications and upon which the Contractor and Owner fail to agree upon a price, the Contractor shall perform such work upon a basis of actual cost plus fifteen percent (15%) for overhead, profit, etc. The actual cost shall include the cost of labor, field supervision, equipment rental, materials insurance, payroll taxes and any other costs directly chargeable to this part of the work provided said costs are specified at the time of the change order. It shall not include any allowance for office overhead, general supervision, profit, etc., which are considered to be covered by the fifteen percent (15%) allowances. All such work shall be under the terms of the original contract without invalidating any of the terms thereof. GC.21 DELAYS - EXTENSION OF TIME - LIQUIDATED DAMAGES If the Cuatrnctor be delayed at any time in the progress of the work by any act or neglect of the Owner, the Owner's Engineer or employees, or by any separate contractor employed by the Owner, or by changes ordered in the work or by strikes, lock -outs, fire, unusual delay in transportation, unavoid- able casualty or any other cause beyond the Contractor's control, then the time of completion shall be extended for such reasonable time as the Owner may decide. Provided, however, said time of completion shall be extended upon. the following conditions and no other: GC -7 (a) Requests for extension of time shall be is writing. No extension of time shall be granted automatically. (b) The Contractor claiming an extension of time because of any of the contingencies hereinabove mentioned shall, within seven (7) days of the occurrence of the contingency which justifies the delay, notify the Owner in writing of his claim and the reasons therefor. (c) In event of a continuing cause of delay only one claim is necessary. It is acknowledged between the parties to this Contract that the work to be performed by the Contractor will result in a benefit to all customers of the Owner and that a delay in completion of the work will be detrimental to many customers of the Owner. It is further acknowledged that, while work is in progress, the Owner shill incur an indeterminable amount of expense as a result of necessary supervision of the work and other overhead and administra- tive expenses. It is, therefore, agreed that if there is a delay in the work beyond the period elsewhere herein specified which has not been authorized as set forth above, then the Owner may deduct from the Contract price the amount stated in the Special Conditions, bound herewith, as liquidated damages. GC.22 OWNER'S RIGHT TO DO WORK If the Contractor should neglect to prosecute the work properly or fail to perform any provision of the Contract the Owner, after three (3) days' written notice to the Contractor, may without prejudice to any other right or remedy the Owner may have, correct such deficiencies and may deduct the cost thereof from any payments then or thereafter due the Contractor. GC.23 SUSPENSION OF WORK Should contingencies arise to make such action necessary, the Owner shall have the right to suspend the whole or any part of the work for a period not to exceed sixty (60) days by giving the Contractor nutice is writing three (3) days prior to the suspension. The Contractor, after written notice to resume work shall begin within ten (10) days from the date of such notice. If the work or any part thereof shall be stopped by the Owner's notice and the owner fails to notify the Contractor to resume work within sixty (60) days, the Contractor may abandon that portion of the work so suspended and the Contractor shall be paid for all work performed on the portion so suspended at unit prices quoted in the bid for completed work involved at agreed prices on any extra work involved and at a fair and equitable price for partially completed work involved. GC -8 The Engineer may suspepd work pending the settlement of any con- troversy. The Contractor shall Act be entitled to any claim for loss or damage by reason of such delay nor shall he be entitled to any extension of time but an extension may be granted by the Owner in his discretion. GC.24 OWNER'S RIGUr TO TERMINATE CONTRACT If the Contractor shall be adjudged a bankrupt or shall file a petition for an arrangement or reorganization under the Bankruptcy Act, 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 solvency, or if he should persistently or repeatedly refuse or should fail, except under conditions where extension of time is approved, to supply adequate workmen, equipment and material, or disregard laws, ordinances, or the instructions of the Engineer, or otherwise be guilty of a violation of any provisions of the Contract, then the Owner upon certification 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) days' written notice, terminate the employment of the Contractor. At the expiration of the said ten (10) days the Owner may imediatel: serve notice upon the Surety to complete the work. In case the Surety fails to comply with the notice within thirty (30) days after service of such notice, the Owner may complete the work and charge the expense of the completion, including labor, materials, tools, implements, machinery or apparatus to said Contractor and the expense so charged_shall be deducted and paid by the Owner out of such monies as may be due or that may thereafter at any time become due to the Contractor under and by virtue of this agreement. And in case such expense is less than the sum which would have been payable under this Contract, if the same had been com- pleted by the Contractor, then said Contractor shall be entitled to receive the difference. And in case such expense is greater than the sum which would have been payable under this Contract, if the same had been completed by said Contractor, then the Contractor and his Surety shall pay the amount of such excess to the Owner on demand from said Owner or Engineer of the amount so due. At the end of each calendar month the Engineer shall prepare a certificate estimating the total value of work done during the preceding month. The Owner shall thereafter pay to the Contractor on or about the tenth day of the current month the amount due as established by the Engineer, including the value of submitted paid invoices covering construction materials which are required for the work which are stored at the job site or in a bonded warehouse, less retainage specified below, further less all previous payments, further less five percent (5%) until the requirements of Section GC.26 of the General Conditions have been satisfied, and further less all amounts due the Owner. GC -9 Retainage shall be ten percent (10%) the work is fifty percent (50%) complete, as d further amounts will be withheld as retainage, been determined that the work is fifty percent above. Retainage shall not apply to materials GC.26 TAXES of the value of the work until etermined by the Engineer. No as defined herein, after it has (50%) complete as described described above. State Law requires the Owner to withhold five percent (5%) of any payment due a resident contractor until advised by the Commissioner of Revenues that all use tax due the State has been paid by the Contractor or that he has furnished bond to the State; five percent (5%) must also be withheld from a non-resident contractor until advised that the Contractor has registered with the State. The Contractor may avoid the five percent (5%) retainage by com- plying with the law in advance of coaencing performance. The five percent (5%) retainage referred toin this paragraph shall be in addition to any other retained percentage referred to in the Contract Documents. GC . 27 PAYMENTS WITRwLD The Owner may withhold payment to the Contractor in the event of subsequently discovered evidence, nullify the whole or a part of any certificate or estimate for payment to such extent as may be necessary to protect the Owner from loss on account of: (a) Failure of the Contractor to remedy defective work or repair any pipeline leaks that may develop before or after any section of a pipeline is tested; before or after any section of a pipeline is placed in service; or at any time prior to the time that final payment is due. (b) Any unpaid claims or reasonable evidence indicating probable filing of such claims. (c) Failure of Contractor to make payments properly to subcon- tractors or for equipment, material or labor. (d) A reasonable doubt that the Contract can be completed for the balance then unpaid. (e) Damage to another contractor. (f) Failure to present proof of payment of applicable use taxes or failure to post bond with the Commission of Revenues as security. When the above grounds are removed, payment shall be made for amounts withheld because of them. GC.28 FINAL PAYMENT AND ACCEPTANCE Within thirty (30) days after satisfactory completion of the work and the compliance by the Contractor with all provisions of the Specifications and Contract Documents, the Owner shall pay to the Contractor the entire amount due, less all previous payments. GC -10 If the work includes pipelinet,, pumping facilities or other structures, the Contractor shall maintain the work for a period of ninety (90) days following its acceptance by the Owner. All prior payments shall be subject to correction in the final payment. Prior to final payment the Contractor shall furnish the Owner with satisfactory evidence that all persons who have done work or have furnished equipment or material have been fully paid or shall file statements showing balance due on all accounts. The Owner may withhold the amount of any liable claims against the Contractor pending the result of legal or other adjudication thereof. CC.29 Gt;:;C3' 5 ND ENGINUR' S PROT"CTIVE LIABILITY INSL'° y.%rt Section CC.15, PROTECTION CF WORK AND PPrPERTY, renuires the Contractor to indemnify and save harmless the Cwner and the rnz:nesr because of alleged liability of the Cwner or the Ergneer. The Contractor shall exercise proper precaution for the protectt_on of persons and property. The Contractor shall obtain insurance rur.- ning for the construction period of the project naming as the insured the .Jorgensen & Associates, Consulting Engineers, 2863 Cld Missouri Rd., Fayetteville, Arkansas. Such insurance shall be in form and substance similar to Railroad Protective Liability Policy .Ps approved by Federal, State, and Railroad agency Limits of lihil°_r_y shall be the following: Bodily Injury Liability (Including Death) $1,000,000 each occurrence Physical Damage Liability (Damage to or Destruction to ^roper:;. $250,000 each occurrence $500,00 each aggregate GC.30 LINES AND GRADES The Engineer will set all points and stakes as necessary to control the work of the Contractor. Such control points and stakes :•._: be sufficient means of alignment and grade control (as reruired). The Contractor shall exercise diligence in the preservation cj r conLrot points and stakes. Should any such become displaced, or shoulc there be reason to believe that any such may have been displaced, t.c Contractor shall notify the Engineer thereof immediately. Any control point or stake requiring resetting because of the Contractor's negligence, will be reset by the Engineer but at the expense of the Contractor. GC. -it SC.1 GENERAL In case of conflict between any of the Contract Documents, priority of interpretation shal'1 be' in the following order: Signed Agreement, Performance and Payment Bonds, Special Bonds (if any), Proposal, Special Conditions of Agreement, Notice .to Contractors, Technical Specifications, Plans, and General Conditions of Agreement. SC.2 ENGINEER The word "ENGINEER" in these Specifications shall be understood as referring to Jorgensen& Associates, Consulting Engineers, Fayettevill Arkansas, ENGINEER of the OWNER, or such other representative as may be authorized by said OWNER to act any particular position. SC.3 LOCATION OF PROJECT This project is located within the proximity of the City of Fdyetteville,.Arkansas. A map showing the general location is in- cluded in the Plans. SC.4 SCOPE OF WORK The work to be performed under this Contract consists of furnishing all materials, labor, supervision, tools and equipment necessary for construction of a soccer field at Asbell School. SC.5 TIME ALLOTTED FOR COMPLETION The time allotted for completion of the work shall be within ( 30) calendar days, which time shall begin within ten (1O) days. of the work order or notice to proceed, or upon the date the Contractor moves on the site to begin the work, which- ever is the earliest date. After award of the Contract is made and the Contract Documents are complete, the Engineer shall issue a Mork Order notifying the Contractor to proceed with the construction of the project, subject to the provisions of this paragraph. SC.6 FORMS, PLANS AND SPECIFICATIONS Forms of Proposal, Contract and Bonds, and Plans and specifications may be obtained from Jorgensen& Associates, Consulting Engineers, 2863 Old Missouri Rd , Fayetteville, Arkansas, upon payment of No refund will be made. _ SC -1 SC.7 PAY ITEM DESCRIPTION The Proposal contains a list'of unit price payment items and some lump sum price payment items. The components of the various pay items are discussed in the MEASUREMENT AND PAYMENT paragraph of these Specifications. Of necessity the items described as components are discussed in a general manner only, describing the major pieces of equipment and/or materials. Any item and/or appurtenance not specifically mentioned shall be considered a portion of the bid item to which, in the opinion of the Engineer, its function is most directly related. Failure to list all items and/or appurtenances does not relieve the Contractor from furnishing all apparatus, devices, labor or materials of whatever nature required fo; a complete and operating installation in accordance with the intent of the Drawings, approved Shop Drawings and these Specifications. The successful Contractor shall, as soon as possible after award of the. Contract, submit a list itemizing the components of each lump sum bid item and their respective costs to be used as an aid in the preparation of partial payments. SC.8 AWARD OF CONTRACT The Owner will notify the successful Bidder in writing within thirty (30) days after the date of receiving bids of its acceptance of his Proposal. The Contractor shall complete the execution of the required Bond and Contract within ten (10) days of such notice. SC.9 LIQUIDATED DAMAGES FOR DELAY The Contractor agrees that time is the essence of this Contract and that for each day of delay beyond the number of calendar days herein agreed upon for the completion of the work herein specified and contracted for after due allowance for such extension of time as is provided for in the General Conditions of Agreement, the Owner may withhold, permanently, from the Con- tractor's total compensation the sum of Two Hundred Fifty Dollars ($250.00) as stipulated damages for each day of such delay. SC.10 EXAMINATION OF SITE OF PROJECT Prospective bidders shall make a careful examination of the site of the project, soil and water conditions to be encountered, improvements to be protected, disposal sites for surplus materials not designated to be salvaged materials, and as to method of providing ingress and egress to private pro- perties, and methods of handling traffic during construction of the entire project. SC.11 SEQUENCE OF CONSTRUCTION No specific order or sequence of work is required. However, due to the urgency of the project, the Contractor will be expected to staff the project as required in order to complete the work in the time allotted. The SC -2 Contractor shall submit a detailed work schedule to the Engineer for approval as soon as possible after award of the Contract. ki VIP mins Bidders desiring further information or. interpretation of the Plans or Specifications swat sake request for such information to the Engineer prior to forty-eight (48) hours before the bid opening. Answers to all such requests will be given in writing to all bidders, in addendum form, and all addenda will be bound with and made a part of the Contract Documents. No other explanation or interpretation will be considered official or binding. • Should a bidder find discrepancies in, or omissions from, the Plans, Specifications, or other Contract Documents, or should he be in doubt as to their meaning, be should at once notify the Engineer in order that a written addendum may be sent to all bidders. Any addenda issued prior to twenty-four (24) hours of the opening of bids will be mailed or delivered to each Con- tractor contemplating the submission of a Proposal on this work. The Proposal as submitted by the Contractor will be constructed as to include any addenda if such are issued by the Engineer prior to twenty-four (24) hours of the opening of bids. SC.13 PERMITS AND RIGHTS -OF -WAY All construction included herein is on public property or property or easements owned by the City of Fayetteville. The Contractor shall confine his operations to these properties and/or easements. SC.14 REFERENCE SPECIFICATIONS . Where reference is made in these Specifications to specifications compiled by other agencies, organizations or departments, such reference is made for expediency and standardization and such Specifications referred to are hereby made a part of these Specifications. Fi fl In case it is necessary to change or move the property of any owner or of a public utility, such property shall not be moved or interfered with until ordered to do so by the Engineer. The right is reserved to the owner of public utilities to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by performance of this Contract. Sc-, . " -- SC.16 USED HATERIALS No material which has been used by the Contractor for any temporary purpose whatever is to be incorporated in the permanent structure without written consent of the Engineer. _ - SC. 17 EXISTING STRUCTURES The Plans show the locations of all known surface and subsurface structures. However, the Owner assumes no responsibility for failure to show any or all of these structures on the Plans or to show them in their exact location. It is mutually agreed that such failure shall not be considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever, unless the obstruction encountered is such as to necessitate changes in the lines or grades or . requires the building of special work, provisions for which are not made in the Plans and Proposal, in which case the provisions in these Specifications for extra work shall apply. The Contractor shall be responsible for protection of all existing structures and any damage caused by his operations shall be repaired immediately without cost to the Owner. It shall be the responsibility of the prospective Contractor to examine the site completely before submitting his bid. SC.18 USE OF EXPLOSIVES No blasting or use of explosives will be permitted on this project. SC.19 BARRICADES, LIGHTS AND WATCBNEN Where the work is carried on in or adjacent to any street, alley or public place, the Contractor shall, at his own cost and expense, furnish and erect such barricades, fences, lights and danger signals, shall provide such watchmen, and shall provide such other precautionary measures for the pro- tection of persons or property and of the work as are necessary. Pedestrian safety and vehicle safety are of utmost importance on this project. Barricades shall be painted in a color that will be visible at night. From sunset to sunrise the Contractor shall furnish and maintain at least one light at each barricade and sufficient number of barricades shall be eredted to keep vehicles from being driven on or into any work under construc- tion. The Contractor shall furnish watchmen in sufficient numbers to protect the work. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, lights, and watchmen to protect it and whenever evidence is found of such damage, the Engineer may order the damaged portion immediately removed and replaced by the Contractor at his cost and expense. The Contractor's responsibility for the maintenance of barricades, SC -4 signs and lights and for providing watchmen shall not cease until the project shall have been accepted by the Owper.. SC.20 FENCES AND DRAINAGE CHANNELS Boundary fences or other improvements removed to permit the instal- lation of the work shall be replaced in the same location and left in a condition as good or better than that in which they were found except as indicated on the Drawings. Such replacement or restoration shall be paid for as shown in the Unit Price Schedule. Where surface drainage channels are disturbed or blocked during construction they shall be restored to their original condition of grade and cross section after the work of construction is completed. SC.21 DISPOSAL OF WASTE MATERIALS All trees, stumps, slashings, brush or other debris removed from the sites as a preliminary to the construction work shall be removed from the property and disposed of in a manner approved by the Engineer. All excavated earth in excess of that required for backfilling shall be removed from the job site and disposed of in a satisfactory manner, except in locations where, in the judgment of the Engineer, it can be neatly spread over the adjacent area. CC.22 WATER FOR CONSTRUCTION Water used for the mixing of concrete testing or any other purpose incidental to this project will be furnished by the Contractor. The Contractor shall make the necessary arrangements for securing and transporting such water and shall take such water in a manner and at such times that will not produce a harmful drain or decrease of pressure in the City's water system. No separate payment will be made for water used but the, cost thereof shall be included in the various items of the Proposal and Bid Schedule. SC.23 GUARANTY AGAINST DEFECTIVE WORK The Contractor shall indemnify the Owner against any repairs which may become necessary to any part of the work performed under this Contract arising from defective workmanship or materials used therein for a period of one (1) year from the date of final acceptance of the entire project. SC.24 COORDINATION WITH OTHERS The Contractor shall coordinate his activities with other Contractors that may be working on separate work in this area. SC.25 MATERIAL STORAGE Materials delivered to the site of the work in advance of their use shall be stored so as to cause the least inconvenience and in a manner satis- factory to the Engineer. SC -5 TECHNICAL SPECIFICATION SECTION I: SOCCER FIELD CONSTRUCTION The general scope. of this project shall be for the contractor to furnish all material and labor to install a soccer field at Asbell School as shown on the attached drawings. The Owner is interested in a lump sum price for the installation of this field. The soccer field to be constructed is refered to as soccer field No. 1 and presently exists at Asbell School. This field is presently uneven and periodically floods. Construction shall proceed with the removal of any top soil from the existing surface. Said top soil shall be stockpiled on the East and West side of the field. The contractor shall then install select fill "hillside gravel" within 4" of the plan finished grade. All fill material shall be placed in 6" lifts and com- pacted by sheeps foot to obtain a density of 90% (Standard Method). Following installation of select fill material the contractor shall then install 4" of top soil. Final grading shall include the installation of drainage swales as indicated on the plans to improve drainage. Grass shall be established by the placement of sprigs, (tiff green) at approximately 16" on center. Sprigs shall be placed approximately 2"-3" deep and the root system shall be covered with top soil. The contractor shall water the field initially and the Fayetteville Parks will continue regular watering. It shall be noted that an underground sprinkler system shall be installed by a separate contractor. The contractor for this project shall coordinate his activities with underground piping activities. The piping contractor shall install his pipe after the soccer field contractor installs the top soil. The piping contractor shall be responsible for leveling and restoring the surface. The soccer field contractor can then commence place- ment of grass. SC.26 EXISTING UTILITIES AND SERVICE LINES The Contractor shall be responsible for the protection of all existing utilities or improvements crossed by or adjacent to his construction operations. Where existing utilities or service lines are cut, broken or damaged, the Contractor shall replace or repair immediately the utilities or service lines with the same type of original material and construction, or better, at his own cost and expense. SC.27 TESTING, INSPECTION AND CONTROL Testing and control of all materials used in the work shall be done by an approved commercial laboratory employed and paid directly by the Owner unless otherwise specified in the Technical Specifications. The Contractor shall furnish, at his own expense, all necessary specimens for testing of the materials as required by the Engineer. SC.28 CLEAN-UP At the conclusion of the work all tools, temporary structures and materials belonging to the Contractor shall be promptly removed and all dirt, rubbish and other foreign substances shall be disposed of in a manner satis- factory to the Engineer. SC.29 BOND Coincident with the execution of the Contract, the Contractor shall furnish a good and sufficient surety bond in the full amount of the Contract sum guaranteeing the faithful performance of all covenants, stipulations and agreements of the Contract, the payment of all bids and obligations arising from the execution of the Contract, which bills or obligations might or will in any manner become a claim against the Owner, and guaranteeing the work included in this Contract against faulty materials or poor workmanship for one (1) year after the date of completion of Contract. All provisions of the bond shall be complete and in full accordance with statutory requirements. The bond shall be executed with the proper sureties through a company licensed and qualified to operate in the State and approved by the Owner. The issuing agent's power of attorney shall be attached to the bond and the bond shall be signed by an agent resident in the State and date of bond shall be the date of execution of the Contract. If at any time during the continuance of the Contract the surety on the Contractor's bond becomes irresponsible the Owner shall have the right to require additional and sufficient sureties which the Contractor shall furnish to the satisfaction of the Owner within ten (10) days after notice to do so. In default thereof, the Contract may be suspended and all payments or money due the Contractor withheld. SC.30 COPIES OF PLANS AND SPECIFICATIONS FURNISHED Three (3) sets of Plans and Specifications shall be furnished to the Contractor, at no charge, for construction purposes. Additional copies may be obtained at cost of reproduction upon request. SC -6 RESOLUTION NO. 1) OP -90 A RESOLUTION AUTHORIZING A CONTRACT BETWEEN THE CITY OF FAYETTEVILLE AND MCCLINTON-ANCHER AS THE LOW -BIDDER, TO CONSTRUCT THE ASBELL SOCCER FIELDS. 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 in the amount of $14,869.00 with McClintion-Ancher as the low -bidder, to construct the Asbell Soccer Fields. A copy of the contract authorized for execution hereby is attadned hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this 1rd _ day of July , 1990. APPROVED: Asst. Mayor ATTEST: ClyCe l�/�tru✓ City rk EXHIBIT "A" PEGGY BATES m`r PURCHASING OFFICER (501) 575-8281 INVITATION TO BID CITY OF FAYETTEVILLE, ARKANSAS BID NUMBER: 90-34 I DATE ISSUED: June 22, 1990 COMMODITY CLASSIFICATION: BUYER: (�2 Peggy Bates { F.O.B.: BUYER'S PHONE 0: Fayetteville, AR I 501/575-8289 ITEM NO. DESCRIPTION MAILING ADDRESS: PURCHASING DEPT. 113 W. MOUNTAIN CITY ADMININSTRATION BLDi ROOM 307 FAYETTEVILLE. ARKANSAS 72701 DATE & TIME OF BID OPENING: July 9, 1990 10:30 a.m. CONTRACT PERIOD OR DATE DELIVERY REQUIRED: 30 days A. R .O. BIDDERS GUARANTEED DELIVERY DATE: Sprinkler Systems for Soccer fields at Asbell School. (see attached blueprint and specifications.) ADDENDUM #1: BID OPENING TIME CHANGED TO 10:30 * BIDDERS SHALL INCLUDE TAX AS A SEPARATE LINE ITEM. TAX AMOUNT WILL NOT BE CONSIDERED IN EVALUATION OF.TOTAL BID PRICE. EXECUTION OF BID QUANTITY UNIT PRICE TOTAL PRICING El Upon signing this Bid, the bidder certifies that they have read and agree to the requirements set forth in this bid proposal including specifications, terms and standard conditions, and pertinent information regarding the articles being bid on, and agree to furnish these articles at the prices stated. NAME OF FIRM: PHONE NUMBER I ARKANSAS TAX PERMIT NUMBER: UNSIGNED jl BIOS BUSINESS ADDRESS, STREET CITY STATE ZIP WILL BE REJECTED SIGNATURE OF AUTHORIZED PERSON I TITLE DATE ARKANSAS PREFERENCE REQUESTED: YES ( ) NO( CASH DISCOUNT % DAYS INVITATION TO BID EXHIBIT "A" CONTINUATION SHEET BID NO.: 90-34 1. All piping shall be 200 PSI PVC. 2. Zone valves shall be bronze gate valves. PAGE 1 OF 1 3. Sprinkler heads shall be Hunter #I-25 or equal. 4. Provide 2" backflow preventor and 2" pressure reducing valve at new 2" meter. Meter is not in contract. 5. Use PVC primer prior to applying cement at all PVC joints. 6. Provide heavy duty plastic valve boxes buried at all valves and accessories. Provide latching covers at each. 7. Provide drain valves at all branches and low spots. 8. All work shall be in accordance with the Arkansas State Plumbing code and local authorities. 9. All piping shall be buried a minimum of 12". Compact during backfill and smooth over surface, allowing for future settlement. 10. Backfill with pure soil where rocks are present. 11. All systems and components shall be completely warranted including full field coverage for a period of one year from date of completion. EXHIBIT "A" TERMS AND STANDARD CONDITIONS CITY OF FAyETTEVILLE, ARKANSAS 'PLEASE READ CAREFULLY' 1. When submitletgan'Invitation toBidathe bidderwarrants that the commodities covered bythe bid shall be freefrom defeds in material and workmanship under normal use and service. In addition, bidder mud deliver new commodities of the latest design and model, unless otherwise specified in the 'Imitation to Bid' 2. Prices quoted are to be net prices, and when an error's made in extending total prices, the City may accept the bid for the lesser amount whether reflected by extension or by the coned multiple of the unit price. 3. Discounts offered will be taken when the City qualifies for such. The beginning date for computing discounts wig be the date of invoice or the date of delivery and acceptance, whichever is later. 4. When bidding other than the brand and/or model specified in the 'Invitation to Bid,' the brand and/or model number must be stated by that gem in the 'Invitation to Bid; and descriptive literature be submitted with the bid. 5. The City reserves the right to reject any and all bids. 6. The Purchasing office reserves the right to award items, all or none, or by the line hem(s). 7. Quality, time and Probability of performance may be factors in making an award. 8.' Bid quotes submitted will remain firm for 30 calendar days from bid opening date; however, the prices may remain firm for a longer period of time ti mutually agreeable between bidder and the City Purchasing Deparlment. 9. Bidder must submit a completed, signed copy of the front page of the invitation to Bid' and must submit any other information required in the invitation to Bid.' 10. In the event a contract is entered into pursuant to the invitation to Bid; the bidder shag not dfsciminate against any qualified applicant for employment because of race, sex, color, creed, national origin or ancestry. The bidder must include in any and all subcontracts a provision similar to the above. 11. Sales tax is to be included in the bid price Although use tax is notto be included in this bid, vendors are to register and pay tax direct to the Arkansas State Revenue Department. 12. Prices quoted shall be 'Free on Board' (F.O.B.) to destination at designated City facility in Fayetteville. Charges may not be added after the bid is opened. 13. Arkansas Preference must be requested on the bid to be considered as a factor in awarding a contract. 14. In the event of Iwo or more identical low bids, the contract may be awarded arbitrarily or for any reason to any of such bidders or split in any proportion between them at the discretion of the Purchasing Department. 15. Specificationsfumished with this Invitation are intended to establish a desired quality or performance level, or other minimum dimensions and capacities, which will provide the best product available at the lowest possible price. Other than designated brands and/or models approved as equal to designated products shall receive equal consideration. When an 'or equal product is bid, the City shall be the sole arbiter as to whether that product is equal to the one specified. 16. Samples of items when required, must be furnished free, and, if not called for within 30 days from date of bid opening, will become property of the City. 17. Bids received after stated time for opening will not be considered. 18. Guarantees and warranties should be submitted with the bid, as they may be a consideration in making an award. 19. CONSTRUCTION A. When noted, the Contractor is to supply the City with evidence of having and maintaining proper and ate isurarnce, spedficaIly Workman's Compensation Insurance in accordance with the laws of the State of Arkansas, Public Liability and Property Damage. All premiums and cost shag be paid by the Contractor. In no way will the City be responsible in case of accident. B. When noted, a Certified check orbid bond in the amount of 5% of total bid shall accompany bid. C. A Performance Bond equalling the total amount of any bid exceeding $10,000.00 must be provided for any contract for the repair, alteration or erection of any public building, public structure or public improvement (pursuant to Ad 351 of 1953 as amended by Ad 539 of 1979). 20. LIQUIDATED DAMAGES —Liquidated damages shall be assessed beginning on the first day following the maximum delivery or completion time entered on this bid form and/or provided for by the plans and specrficatians. 21. AMBIGUITY IN BID — Any ambiguity in any bid as the result of omission, error, lack of clarity or noncompliance by the bidder with specications, instructions, and all conditions of bidding shall be construed in the light most favorable to the City. 22. The bid number shouldbe stated on the face of the sealed bid envelope. If itis not, the envelope will have to be opened to identify. 23. Whenever a bid is sought seeking a source of supply for a specified period of time for materials and services, the quantities of usage shown are estimated ONLY. No guarantee or warranty is given or implied by the participants as to the total amount that may or may not be purchased from any resuhng contracts. These quantities are for the bidders information ONLY and will be used for tabulation and presentation of bid and the participant reserves the right to increase or decease quantities as required. 24. The City of Fayetteville reserves the right to reject any and all bids, to accept in whole or in part, to waive any inlormafhies in bids received, to accept bids on materials or equipment with minor variations from spechications in those cases where efficiency of operation will not be impaired, and unless otherwise specified by the bidder, to accept any item in the bid. If unit prices and extensions thereof do not coincide, the City of Fayetteville may accept the bid for the lesser amount whether reflected by the extension or by the coned multiple of the unit price. 25. Additional information of bid forms may be obtained from: Purchasing Department City Administration Building Room 209 113 W. Mountain Fayetteville, AR 72701 (501) 575-8281 EXHIBIT 'A" NOTICE TO BIDDER BID NO. 90-34 COMMODITY:Sprinkler System Addition for Asbell Park The City of Fayetteville, Arkansas will receive sealed bids at the Purchasing Office, City Hall,. 113 West Mountain Street, Fayetteville, Arkansas until 10:30, July 9, 1990 for the furnishing of Sprinkler System Addition for Asbell Park Bid forms and specifications may be obtained from the Purchasing Office, located in Room 307, 3rd floor of the City Administration Building. The City reserves the right to reject any and all bids and to waive any formalities deemed to be in the City's best interest. Peggy Bates Purchasing Manager Publish June 25, & July 2, 1990 1. Northwest Arkansas Times Billing refer to P.O. # 23979 TABLE OF CONaNTS PROPOSAL (BID FORM) UNIT PRICE SCHEDULE CONTRACT PERFORMANCE AND PAYMENT BOND GENERAL CONDITIONS SPECIAL CONDITIONS TECHNICAL SPECIFICATIONS SECTION 1- Soccer Field Construction PROPOSAL (BID PpM) Place C rOq 1kPw i k'W\ SVtL1≤ Date - v5QLA 9,199a -ll:oo km. Proposal of APRCG P CCMSA5 INC.. -M°GUrToN-ArJC t Dtvtstosi a corporation organized and existing under the laws of the State of DELAvJP.RE Proposal of a partnership consisting of or Proposal of an individual doing business as TO: City of Fayetteville 113 W. Mountain Fayetteville, APk: 72103 This bid results from your invitation for bids for Construction of a soccer field at Asbell Sehool. The undersigned bidder having visited the site of the work, having examined the Plans, Specifications, and other Contract Documents, including all Addenda, and being familiar with all of the conditions relating to the construction of the proposed project, hereby proposes to furnish all material, supplies, equipment, and appliances specified for incorporation into the project, and to furnish all labor, tools, equipment, and incidentals to complete the work in accordance with the Plans, Specifications, and other Contract Documents at the price stated herein. This price is to cover all expenses incurred in performing the work required under the Contract Documents of which t 4s Proposal is a part. The undersigned bidder agrees to begin work within ten(10) calendar days after issuance by the Owner of a "Work Order" or "Notice to Proceed" and to complete the work within 30 calendar days thereafter. Should the work fail P-1 Bidder acknowledges receipt of the following addendum (addenda): Dated Dated Dated The undersigned Bidder agrees that this bid shall be good and shall not be withdrawn for a period of sixty (60) calendar days after the opening thereof. If written notice of the acceptance of this Proposal is mailed, telegraphed, or delivered to the undersigned within sixty (60) days after the opening thereof, or at any time thereafter before this Proposal is withdrawn, the undersigned agrees to execute and deliver an Agreement in the prescribed form, and furnish the required Performance and Payment Bond, within ten (10) days after the Agreement is presented to him for signature. It is understood by the undersigned Bidder that the Owner reserves the right to reject any and all bids. Accompanying this Proposal as bid security is certified check bid (Strike One) bond in the amount of -Not Required - Dollars ), being not less than five per cent (5%) of the total of the bid. If the undersigned Bidder is the successful Bidder, but fails or refuses to execute the Contract and furnish the required bond within the prescribed ten (10) days of the notification of award, then this bid security is to become the property of the Owner as liquidated damages for the delay and additional expense to the Owner caused by such failure or refusal. AiAC iftlj s $1tc-M ww1%N-l1NGfl 5tttJ (Witness) (Name of Bidder) tLfo No2.'O SLOC.SL By I ( .[-- l'a`iS7',NtL,.6�f�(�cANslv2zZav SAt \ C,OLC . vtcec e s1a�►Ji (Address (Print Name and Title) SEAL (If Bidder is a corporation) o p0ozV1 T2-,IAC4C �i�i�.NlUk /�(C1CJaNsp5 it -tot - (Office Address of Bidder) NOTES: Sign in ink. Do not detach. Items must be bid upon as specified in the Unit Price Schedule. P-2 SOCCER FIELD AT ASBELL SCHOOL FAYETTEVILLE, ARKANSAS UNIT PRICE SCHEDULE ITEM ESTIMATED ITEM UNIT AMOUNT NO. QUANTITY DESCRIPTION PRICE BID 1. 1050 C.Y. Fill Placed and Compacted $ 1.OO /c-.'i. $ 1350.00 2. 385 C.Y. Top Soil Placed & Graded $IZ.Z0/C.>4. $ 41Cbtl.OO 3. 100% Establish Grass $ Z18ZZ.Oo L$. $zI8zZ.0O TOTAL BID $ 1[.(%869.00 CONTRACT THIS AGREEMENT made this llth• day of • July 1990, by and between APAC Arkansas,Inc.-McClinton-Anchor ( a Corporation organized and existing under the laws of the State of Arkansas.). (a partnership consisting of (Strike out the two terms not applicable) hereinafter called the "Contractor" and City of Fayetteville. hereinafter called the "Owner." WITNESSETH That the Contractor and the Owner for the consideration stated herein mutually agree as follows: ARTICLE 1. Statement of Work. The Contractor shall furnish all supervision, technical personnel, labor, materials, machinery, tools, equipment,. incidentals and services, including utility and transporta- tion service and perform and complete all work required for soccer field at Asbell School in strict accordance with the plans and specifications attached herewith as prepared by the Engineer. ARTICLE 2. The Contract Price. The Owner will pay the Contrac- tor because of his performance of the Contract, for the total work performed the lump sum price and unit prices as stipulated in the Proposal attached herewith. Said lump sum price shall be full com- pensation for all work performed as detailed by the plans and shall include all incidentals. Said price shall be subject to additions or deductions as follows: The owner may make alterations, may change the work or omit from the work covered by this Contract. Charges or credits for this additional work (or ommision of work) shall be based on the unit prices stated in the Proposal provided the additional work (or ommision of work) is of a similar nature. It is agreed that this additional work (or ommision) shall not void this Contract). Completion of this project shall include a final inspection certification and certi- fication that all subcontractors and/or suppliers have been paid for all work or materials supplied on this project. ARTICLE 3. Contract Time. The Contractor.agrees to begin work within ten(10) calendar days after issuance by the Owner of a "Work Order" or "Notice to Proceed" and to complete the work within 30 calendar days there after. ARTICLE 4. Contract. The executed Contract Documents shall consist of the following: a. This Agreement and Proposal b. Drawings and Specifications c. Final Inspection Certifications d. Payment to subcontractors certification e. General Conditions & Special Conditions This Agreement, together with other documents enumerated in this ARTICLE 4, which said other documents are as fully a part of the Contract as if hereto attached or herein repeated, form the Contract between the parties hereto. In the event that any provisions in any component part of this Contract conflicts with any provision of any other component part, the conflict shall be resolved by the Engineer whose decision shall be final. ARTICLE 5. Surety. The Surety on the Performance -Payment Bond shall be a surety company of financial resources satisfactory to the Owner and authorized to do business in the State of Arkansas. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed in three. (.3) counterparts, each of which shall be considered an original, on the day and year first above written. time 7l rf3ad, /',t. /'/ ZY / ni -1w kci- /�1l rid (Contractor) ,p AS : By � iJI ) C e.1 Title Ylu' es --1,116/r 1 t^t ('0 r✓ Pa (Street) (City) City C erk (Owner City of F yetteville By: (Mayor) William Irtin ARKANSAS STATUTORY4ERFORMANCE AND PAYMENT BOND We, (State whether individual, partnership or corporation) hereinafter called Principal, and , as Principal, , as Surety, hereinafter called Surety, are held and firmly bound unto " Obligee, hereinafter called Owner, in the amount of O ), for the payment whereof Principal and Surety bind themselves, their heirs, personal representatives, successors and assigns, jointly and severally, firmly by these presents. Principal has by written agreement dated entered into a contract with Owner for - which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. The condition of this obligation is such that if Principal shall faith- fully perform the Contract an his part and shall fully indemnify and save harmless -Owner from all costs and damage which it may suffer by reason of failure so to do and shall fully reimburse and repay Owner all outlay and expense which Owner may incur in making good any such default and, further, that if Principal shall pay all persons all indebtedness for labor or materials furnished or performed under said Contract, failing which such persons shall have a direct right of action against Principal and Surety, jointly and severally, under this obligation, subject to Owner's priority, then this obligation shall be null and void; otherwise, it shall remain in full force and effect. This Bond is given in accordance with the following laws of the State of Arkansas: Act 368 of 1929, as amended, and Act 351 of 1953, as amended. No suit shall be brought on this Bond outside the State of Arkansas and no suit shall be brought on this Bond except by Owner after six (6) months from the date final payment is made on the Contract. The six month period of limitation is waived with respect to Owner and it is agreed that Owner may bring suit on this Bond any time before suit against Principal would be barred. Any alterations which may be made in the terms of the Contract, or in the work to be done under it, or the giving by Owner of any extension of time for the performance of the Contract, or any other forebearance on the part of either Owner or Principal to the other shall not in any way release Principal and Surety or Sureties, or either or any of them, their heirs, personal repre- sentatives, successors or assigns, from their liability hereunder, notice to Surety or Sureties of any such alteration, extension or forebearance being hereby waived. PB-1 j In no event shall the aggregate liability of Surety exceed the sum set out herein. Executed this day of ,19 (Principal) Un (Surety) NOTES: 1. This bond form is mandatory. No other form will be acceptable. 2. The date of the Bond must not be prior to the date of the Contract. 3. Any surety executing this Bond must appear on the U. S. Treasury Department's most current list (Circular 570, as amended) and be authorized to transact business in the State of Arkansas. PB-2 GENERAL CONDITIONS _ a l Y, GC. 1. CONTRACT DOCUMENTS All. .Contract Documents including the following; Bid Form, General Conditions, Special Conditions, Construction or Detailed Specifications, Material Specifications, Contract Form, Performance and Payment Bond Form, all other documents bound herewith, Plans, bound herewith and separately, and all Addenda are essential parts of the Contract. GC.a PERFORMANCE AND PAYMENT BOND Promptly upon execution of the Contract, the Contractor, at his expense shall furnish the Owner with a surety bond in the amount equal to one hundred percent (100%) of the Contract price, issued in quadruplicate by a corporate surety acceptable to the Owner and authorized to do business in the State of Arkansas, signed or countersigned by an agent of the surety resident in the State of Arkansas, with the issuing agent's power of attorney attached to each copy of the bond, which bond &hall be conditioned for the faithful performance of the Contract and for the payment of all labor and material bills. The bond shall be in form and substance identical to the form which is made a part of these Contract Documents; that bond form is mandatory. Rower, the terminology expressed in the bond form is not exclusively determinative of the surety's responsibility; by the issuance of the bond, the surety shall be liable for any failure of the Contractor to perform in accordance with the Contract Documents, including initial or corrective performance and including payment of liquidated and consequential damages of the Owner, if applicable. The liability of the surety for the Contractor's breach of any requirements of the Contract Documents shall continue as long as the Contractor's liability continues under the Arkansas Uniform Commercial Code and other applicable law. The date of the Performance Bond shall not be prior to the date of the Contract. . GC.3 AWARD OF CONTRACTS Bids will be considered on the basis of the total price given in the bid forms. The bidder to whom the Contract is to be awarded will be notified in writing within thirty (30) days after receiving bids of its acceptance of his Proposal. The Contractor shall complete the execution of the Required Bond and Contract within ten (10) days of such notice. GC.4 DEFINITIONS The following words, or pronouns used in their stead, wherever used in the Contract Documents shall have the following meanings: GC -1 "Contractor" - shall mean the individual, partnership or corporation entering into an agreement with the Owner to perform the work covered by these specifications and his or their authorized agents or legal representatives, and pronouns he, his and him shall refer to the Contractor whether an individual, partnership or corporation. "Engineer" - shall mean the person designated to act as Engineer for the Owner or his duly authorized agents, such agents acting within the scope of the particular duties entrusted to thm. The words "directed", "permitted", "otdered", "approved", or words of similar import shall be understood to refer to the direction, permission, orders, approval, etc., of the said Engineers. "Sub -Contractors" - shall mean the individual, partnership or corporation entering into an agreement with the Contractor to perform any portion of the work covered by these specifications. "Work" - shall mesa the furnishing of all necessary labor, tools, equipment, appliances, supplies and material other than materials furnished by the Owner as specified to complete the construction covered by these specifica- tions. "Surety" - shall mean any person, firm or corporation that has executed, as Surety, the Contractor's Performance Bond securing the performance of the Contract. "Plan" - shall mean the Drawings which. are a part of the Contract. "Contract Documents" - shall lean all papers bound in this copy entitled Specifications and Contract Documents, together with the Plans which may be separately bound. GC.5 INSURANCE Before any work is commenced, the Contractor shall furnish a certi- ficate of insurance addressed to the Owner, showing that he carries the following insurance which shall be maintained throughout the term of the Contract. Workmen's Compensation Comprehensive General fi Automobile Insurance Bc.dily Injury Liability Property Damage Liability GC -2 Statutory Amount $500,000 for each person injured $1,000,000 for each accident $250,000 for each accident $500,000 aggregate If work includes pipelines or other underground structures, the Property Damage Liability (Comprehensi4e General Liability Insurance) shall be $250,000 each accident and $500,000 aggregate. The insurance shall include explosion, collapse and underground coverage. The'premivas for all insurance and the bond required herein shall be paid by the Contractor. It shall be the obligation of the Contractor to complete and deliver to the Owner the structure required by these Contract Documents regardless of any loss, damage to or destruction of the structure prior to delivery. See GC.2q for Owner's and Engineer's Protective Liability Insurance. GC.6 EXECUTION OF CONTRACT DOCUMENTS Within ten (10) days of receipt of copies of the Contract, the Contractor shall execute four (4) counterpart copies of the Contract Documents and return them to the Owner. After execution by the Owner, one (1) copy each shall be furnished the Contractor and his Surety. The Contract Documents are complementary and what is called for by any one shall be.as binding as if called for by all. The intention of the Contract Documents is to include all super— vision,., labor, tools, equipment, transportation and materials other than materials furnished by the Owner as specified necessary for the proper execution of the work. Materials or work described in words which so applied have a well known technical meaning shall be held to refer to such recognized standards. GC.B DRAWINGS The Engineer shall furnish to the Contractor, free of charge, three (3) copies of Plans, Specifications and Contract Documents, in addition to the executed copies necessary for the completion of the work. Other copies will be furnished if requested by the Contractor at the cost of reproduction. The Contractor shall keep one (1) copy of all drawings and Contract Documents in good condition readily accessible at the site of the work available to the Engineer and his authorized representatives. GC.9 CONTRACTOR'S EMPLOYEES The Contractor shall employ only competent skillful men on the work and shall at all times enforce strict discipline and good order among his employees. The Contractor shall neither permit nor suffer the introduction or use of spiritous liquors or controlled substances upon or about the work embraced in this Contract. GC -3 The Contractor shall maintain a qualified superintendent on the job at all times, who shall be the Contractor's agent responsible for the faithful discharge of the Contractor's obligations under the Contract. The .Contractor shall notify the Owner in writing of the designation of the superintendent and his successors. GC.10 PAYMENT OF MATERIALS - EQUIPMENT Unless otherwise stipulated, the Contractor shall provide and pay for all materials, labor, tools, equipment, water, light, power, transportation. temporary construction of every nature and all other facilities necessary for the execution and completion of the work. The Contractor shall provide necessary toilets for the workmen, properly secluded from public observation and shall comply with sanitary regulations of the Health Department or any other authority having juris- diction. GC.12 LAWS - ORDINANCES The Contractor shall keep himself fully informed of all existing and future Federal, State and local laws, ordinances and regulations which in any manner affect those engaged on the work or material or equipment used in or upon the work or in any way affecting the conduct of the work. Lack of knowled thereof is no defense to full performance of the Contract. GC.13 PERMITS - LICENSES The Owner will secure easements across public or private property permanently required for the pipelines at no cost to the Contractor. The Contractor. shall lease, buy, or otherwise make satisfactory provision, without obligating the Owner in any manner, for any land required outside the land provided by the Owner. State Highway and Railroad Crossing Permits will be secured by the Owner. All other permits and licenses necessary for the prosecution of the work shall be secured and paid for by the Contractor. GC.14 ROYALTIES AND PATENTS The Contractor shall pay all royalties and license fees and shall defend all suits or claims for infringement of any patent rights and shall save the Owner harmless from any loss on account thereof. GC.15 PROTECTION OF WORK AND PROPERTY The Contractor shall continuously maintain adequate protection of all his work from damages and'shall protect the property of the Owner from damage or loss. GC -4 The Contractor shall protect adjacent or adjoining property or properties in any way encountered in�,,the prosecution of the work from any damage or injury. The Contractor shall indemnify and save harmless the Owner, its representatives and agents, from all claims, costs, expenses or liabilities accruing in consequence of any act on the part of the Contractor or from failure to properly guard the work in progress, the adjacent property or persons using the streets or from any other causes whereby injury to property or persons is caused. If damage or injury is done to private or public property, the Contractor shall restore or have restored at his expense such damaged property to a condition equal or better than that existing prior to the damage. The Contractor shall not interfere in any way with the work of any other contractor on this project. GC.16 QUALITY OF WORK AND PROPERTY All property, materials and equipment shall be new and free of defects upon completion of the Contractor's performance and unless different standards are specified elsewhere in the Contract Documents shall be of the best type and quality available for the purpose. All of the Contractor's work shall be performed with the highest degree of skill and completed free of defects and in accordance with the Contract Documents. Any work, property, materials, or equipment not in conformance with these standards shall be considered defective. If any work, property, materials or equipment is discovered to have been defective or not in conformance with the Contract Documents, whether said discovery is made before or after completion of performance, the Contractor, at his expense, after written notice from the Owner or Engineer, shall promptly replace or correct the deficiency and pay any engineering costs and consequential expense or damage incurred by the Owner in connection therewith. If the Contractor fails to promptly correct all deficiencies, the Owner shall have the option of remedying the defects at the Contractor's cost. If the Contractor is required to furnish shop drawings or designs the above provisions shall apply to such drawings or designs. Neither the Owner's payment, acceptance, inspection or use of the work, property, materials, or equipment, nor any other provision of the Contract Documents shall constitute acceptance of work, property, materials, or equipment which is defective or not in accordance with the Contract Documents. If the Contractor breaches any provision of the Contract Documents with respect to the quality of the work, property, materials, equipment or performance, whether initial or corrective, its liability to the Owner shall continue until the statute of limitations with respect to such breach of contract has expired following discovery of the defect. All parts of Section 16 are cumulative to any other provisions of the Contract Documents and not in derogation thereof. If it is customary for a warranty to be issued for any of the property to be furnished hereunder, such warranty shall be furnished, but no limitations in any such warranty shall reduce the obligations imposed upon the Contractor in the Contract Documents or by Arkansas Law, but if any greater obligations than imposed in this Contract is specified in any such warranty or by Arkansas Law, those greater obligations shall be deemed a part of this Contract and enforce- able by the Owner. GC -5 GC.17 INSPECTION OF WORK The Engineer,. his authorized representative, and any Federal, State, County or local authorty representatives having jurisdiction over any part of the work or area through which the work is located, shall at all times have. access to the work in progress. The detailed manner and method of performing the work shall be under the direction and control of the Contractor, but all work performed shall at all times be subject to the inspection of the Engineer or his authorized representative to ascertain its conformance with the Contract Documents. The Contractor shall furnish all reasonable aid and assistance required by the Engineer for the proper inspection and exam nation of the work and all parts thereof. - The Engineer is not responsible for the Contractor's means, methods, techniques, sequences or procedures of construction, or safety precautions and programs incident thereto. Inspectors may be appointed by the Engineer or Owner. Inspectors shall have no authority to permit any deviation from the Plans and Specifica- tions except on written order from the Engineer and the Contractor will be liable for any deviation except on such written order. 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 per- formed properly. The inspector shall in no case act as superintendent or 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 Contracto shall in no way be construed as binding to the Engineer in any way or releasin the Contractor from fulfilling all of the terms of the Contract. 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 pre- viously overlooked and estimated for payment and payment therefor made by the Owner. All condemned or rejected work shall be promptly taken out and replaced by satisfactory work. Should the Contractor fail or refuse to comply with the instructions in this respect, the Owner may, upon certification by the Engineer, withhold payment, proceed to terminate the Contract or perform work as provided herein. GC.18 TIME OF COMMENCEMENT AND COMPLETION The Contractor shall commence work within the time specified and the rate of progress shall be such that the whole work will be performed in accor- dance with the Plans, Specifications, and Contract Documents within the time limit specified, unless an extension of time is made in the manner hereinafter specified. GC -6 GC.19 UNFORESEEN DIFFICULTIES-„ Al]. loss or damages arising out of the nature of the work to be performed. under this Contract or from any unforeseen obstructions or difficul- ties which may be encountered in the prosecution of the same, or from weather, acts of God, strikes, work stoppages or slowdowns shall be sustained by the Contractor. GC.20 ALTERATIONS - OMISSIONS - EXTRA WORK The Owner may, when deemed necessary, make alterations and modifi- cations in the Specifications, or may change the work, or may omit from the work covered by this Contract, any portion thereof or may order extra work performed. Charges and credits for all work of a similar nature as bid upon shall be based on the unit prices stated in the Contract. It is expressly agreed and understood that such alterations, addition modifications or omissions shall not in any way violate or annul this Contract. and the Contractor hereby agrees not to claim or bring suit for any damages, whether for loss of profits or otherwise, on account of said changes. Whenever, during the progress of the work, any additional work, change, or modifications in the work contracted for is agreed upon as aforesaic such additional work, change or modifications shall be considered and treated as though originally contracted for, and shall be subject to all terms, condi- tions and provisions of the original contract except that no extension of time of completion shall be allowed owing to such additional work, change or modification, unless the same is approved by the Owner. In case extra work is encountered which is outside the scope of these specifications and upon which the Contractor and Owner fail to agree ,upon a price, the Contractor shall perform such work upon a basis of actual cost plus fifteen percent (15%) for overhead, profit, etc. The actual cost shall include the cost of labor, field supervision, equipment rental, materials insurance, payroll taxes and any other costs directly chargeable to this part of the work provided said costs are specified at the time of the change order. It shall not include any allowance for office overhead, general supervision, • profit, etc., which are considered to be covered by the fifteen percent (15%) allowances. All such work shall be under the terms of the -original contract without invalidating any of the terms thereof. GC.21 DELAYS - EXTENSION OF TIME - LIQUIDATED DAMAGES If the Cuatrnetor be delayed at any time in the progress of the work by any act or neglect of the Owner, the Owner's Engineer or employees, or by any separate contractor employed by the Owner, or by changes ordered in the work or by strikes, lock -outs, fire, unusual delay in transportation, unavoid- able casualty or any other cause beyond the Contractor's control, then the time of completion shall be extended for such reasonable time as the Owner may decide. Provided, however, said time of completion shall be extended upon. the following conditions and no other: GC -7 (a) Requests for exten of time shall be granted automati (b) The Contractor the contingencies hereinabove occurrence of the contingency writing of his claim and the (c) In event of a necessary. It is acknowledged betwei work to be performed by the Contra' of the Owner and that a delay in ci many customers of the Owner. It L in progress, the Owner shall incur result of necessary supervision of tive expenses. of time shall be is writing. No extension ng an extension of time because of any of ned shall, within seven (7) days of the justifies the delay, notify the Owner in therefor. cause of delay only one claim is the parties to this Contract that the or will result in a benefit to all customers pletion of the work will be detrimental tc further acknowledged that, while work is a indeterminable amount of expense as a he work and other overhead and administra- It is, therefore, agreed that if there is a delay in the work beyond the period elsewhere herein specifiied which has not been authorized as set forth above, then the Owner may deduct from the Contract price the amount stated in the Special Conditions, biound herewith, as liquidated damages. GC.22 OWNER'S RIGHT TO DO WORK If the Contractor should neglect to prosecute the work properly or fail to perform any provision of the Contract the Owner, after three (3) days' written notice to the Contractor, mAy without prejudice to any other right or remedy the Owner may have, correct :Iiuch deficiencies and may deduct the cost thereof from anypaymentsthen or thereafter due the Contractor. GC.23 SUSPENSION OF WORK Should contingencies arise to make such action necessary, the Owner shall have the right to suspend the jwhole or any part of the work for a period not to exceed sixty (60) days by giving the Contractor notice in writing three (3) days prior to the suspension. The Contractor, after wri within ten (10) days from the date If the work or any part t notice and the Owner fails to notif sixty (60) days, the Contractor may suspended and the Contractor shall portion so suspended at unit prices involved at agreed prices on any ex equitable price for partially compl n notice to resume work shall begin such notice. ereof shall be stopped by the Owner's the Contractor to resume work within abandon that portion of the work so e paid for all work performed on the quoted in the bid for completed work ra work involved and at a fair and ted work involved. GC -8 The Engineer may suspend -work pending the settlement of any con- troversy. The Contractor shall nat be entitled to any claim for loss or damage by reason of such delay nor shall he be entitled to any extension of time but an extension may be granted by the Owner in his discretion. GC.24 OWNER'S RIGflr TO If the Contractor shall petition for an arrangement or no he should make a general assignmea receiver should be appointed on ac persistently or repeatedly refuse where extension of time is approve material, or disregard laws, ordin or otherwise be guilty of a violat the Owner upon certification of th justify such action may, without p after giving the Contractor ten (1 employment of the Contractor. At the expiration of serve notice upon the Surety to 5[]iiii1Si e adjudged a bankrupt or shall file a ganization under the Bankruptcy Act, or if for the benefit of his creditors, or if a punt of his solvency, or if he should r should fail, except under conditions , to supply adequate workmen, equipment and aces, or the instructions of the Engineer, on of any provisions of the Contract, then Engineer that sufficient cause exists to ejudice to any other right or remedy and ) days' written notice, terminate the said ten (10) days the Owner may immediatel: plete the work. In case the Surety fails( to comply with the notice within thirty (30) days after service of such notice, the Owner may complete the work and charge the expense of the completion, including labor, materials, tools, implements, machinery or apparatus to said Contractor and the expense so charged_shall be deducted and paid by the Owner out of such monies as may be due or that may thereafter at any time become due to the Contractor under and by virtue of this agreement. And in case such expense is less than the sum which would have been payable unde,k this Contract, if the same had been com- pleted by the Contractor, then saiii Contractor shall be entitled to receive the difference. And in case such iexpense is greater than the sum which would have been payable under this Contract, if the same had been completed by said Contractor, then the Contractor an his Surety shall pay the amount of such excess to the Owner on demand from said Owner or Engineer of the amount so due. At the end of each calendar month the Engineer shall prepare a certificate estimating the total value of work done during the preceding th mon. The Owner shall thereaft tenth day of the current month the including the value of submitted 2 which are required for the work wh bonded warehouse, less.retainage s payments, further less five percen GC.26 of the General Conditions ha amounts due the Owner. r pay to the Contractor on or about the amount due as established -by the Engineer, id invoices covering construction materials ch are stored at the job site or in a ecified below, further less all previous (5%) until the requirements of Section e been satisfied, and further less all GC -9 Retainage shall be ten the work is fifty percent (50%) c further amounts will be withheld been determined that the work is above. Retainage• shall not apply GC.2b TAXES pertient (10%) of the value of the work until omplete, as determined by the Engineer. No as retainage, as defined herein, after it has fifty percent (50%) complete as described to materials described above. State Law requires the Owns payment due a resident contractor un that all use tax due the State has bi furnished bond to the State; five pe non-resident contractor until advise the State. The Contractor may avoid plying with the law in advance of coi (5%) retainage referred to in this p retained percentage referred to in t The Owner may withhold subsequently discovered evidence, or estimate for payment to such e Owner from loss on account of: (a) Failure of the Contr any pipeline leaks that may develop is tested; before or after any sect at any time prior to the time that (b) Any unpaid claims or filing of such claims. r to withhold five percent (5%) of any it advised by the Commissioner of Revenues en paid by the Contractor or that he has cent (5%) must also be withheld from a that the Contractor has registered with the five percent (5%) retainage by comes mencing performance. The five percent ragraph shall be in addition to any other e Contract Documents. t to the Contractor in the event of fy the whole or a part of any certificate as may be necessary to protect the r to remedy defective work or repair ore or after any section of a pipeline of a pipeline is placed in service; or 1 payment is due. evidence indicating probable (c) Failure of Contractor Ito make payments properly to subcon- tractors or for equipment, material or labor. (d) A reasonable doubt balance then unpaid. (e) Damage to another (f) Failure to present p failure to post bond with the Commi the Contract can be completed for the of of payment of applicable use taxes or ion of Revenues as security. When the above grounds arelremoved, payment shall be made for amounts withheld because of them. GC.28 FINAL PAYMENT AND Within thirty (30) days after satisfactory completion of the work and the compliance by the Contractorwith all provisions of the Specifications and Contract Documents, the Owner shall pay to the Contractor the entire amount due, less all previous payments. 10 If the work includes pipelines', pumping facilities or other structures, the Contractor shall maintain the work for a period of ninety (9O) days following its acceptance by the Owner. All prior payments shall be uubject to correction in the final payment. Prior to final payment the Contractor shall furnish the Owner with satisfactory evidence that all personsIwho have done work or have furnished equipment or material have been fully paid or shall file statements showing balance due on all accounts. The Owner may withhold the amount of any liable claims against the Contractor pending the result of legal or other adjudication thereof. CC. 29 0;'1;9ra's AND ENGI?::ER' S Section CC.15, PROTECTIO Contractor to indemnify and save because of alleged liability of Contractor shall exercise proper persons and property. The Contr ning for the construction period the Jorgensen F. Associates, Consu 3d., Fayetteville, Arkansas. Su substance similar to Railroad Pr approved by Federal, State, and shall be the following: CTIVE LIABILITY I:SU�° , CF YORK AND PRCPERfl, recui_es the harmless the Glarler and the !'nginer he Owner or the Engineer. The precaution for the protecttor, of ctor shall obtain insurance rur.- of the project naming as the insured ting engineers, 2863 Cld Missouri h insurance shall be in form and tective Liability Policy es ail road agency Limits of 41ihbiILr_y Bodily Injury Liability ((Including Death) $1,000,000 -each occurrence Physical Damage Liabili $250,000 each occurr $500,00 each aggrega GC. 30 LINES AND GRADES (Damage to or Destruction to Proper::. e The Engineer will set all points and stakes as necessary to control the work of the Contractor. Such control points and stakes be sufficientmeans of alignment and grade control (as reruired). The Contractor shall exercise diligence in the preservation :Z control points and stakes. Should any such become displaced, or shoull there be reason to believe that any such may have been displaced, t::c Contractor shall notify the Engineer thereof inrnediately. Any control point or stake requiring resetting because of the Contractor's negligence, will be reset by the Engineer but at the expense of the Contractor. SC.1 GENERAL In case of conflict bet priority of interpretation shall Agreement, Performance and Payne Proposal, Special Conditions of Technical Specifications, Plans, SC.2 ENGINEER een any of the Contract Documents, be in the following order: Signed t Bonds, Special Bonds (if any), greement, Notice to Contractors, and General Conditions of Agreement. The word "ENGINEER" in these Specifications shall be understood as referring to Jorgensen& Associates, Consulting Engineers, Fayettevill Arkansas, ENGINEER of the OWNER, or such other representative as may be authorized by said OWNER to act in any particular position. SC.3 LOCATION OF PROJECT This project is located within Fayetteville, .Arkansas. A map showing clude`d in the Plans. SC.4 SCOPE OF WORK the proximity of the City of the general location is in - The work to be performed under this Contract consists of furnishing all materials, labor, (supervision, tools and equipment necessary for construction of a soccer field at Asbell School. SC.5 TIME ALLOTTED FOR COMPLE'iTION The time allotted for completion of the work shall be within ( 30) calendar days, l which time shall begin within ten (1O) days of the work order or notice to proceed, or upon the date the Contractor moves on the site to begin the work, which- ever is the earliest date. After award of the Contract is made and the Contract Documents are complete, the Enginieer shall issue a Work Order notifying the Contractor to proceed with the construction of the project, subject to the provisions of this paragraph. SC.6 FORMS, PLANS AND SPECI Forms of Proposal, Cont specifications may be obtained f Consulting Engineers, 2863 Old M Arkansas, upon payment of No refund will be made. ONS ct and Bonds, and Plans and m Jorgensen& Associates, souri Rd , Fayetteville, SC -1 SC.7 PAY ITEM DESCRIPTION The Proposal contains a list of unit price payment items and some lump sum price payment items. The components of the various pay items are discussed in the MEASUREMENT AND PAYMENT paragraph of these Specifications. Of necessity the items de general manner only, describing the Any item and/or appurtenance not sp portion of the bid item to which, i is most directly related. Failure not relieve the Contractor from fur materials of whatever nature requir in accordance with the intent of th these Specifications. The successful Contractor the Contract, submit a list itemizi and their respective costs to be us payments. SC.B AWARD OF CONTRACT The Owner will notify the (30) days after the date of receivin The Contractor shall complete the er within ten (10) days of such notice. SC.9 LIQUIDATED DAMAGES FOR The Contractor agrees that that for each day of delay beyond th upon for the completion of the work due allowance for such extension of Conditions of Agreement, the Owner m tractor's total compensation the sum stipulated damages for each day of s SC.10 EXAMINATION OF SITE OF Prospective bidders shall the project, soil and water conditi protected, disposal sites for surpl materials, and as to method of prov perties, and methods of handling tr project. Sc. ii SEQUENCE OF CONSTRUCTION ribed as components are discussed in a ajor pieces of equipment and/or materials. ifically mentioned shall be considered a the opinion of the Engineer, its function list all items and/or appurtenances does thing all apparatus, devices, labor or fop a complete and operating installation Drawings, approved Shop Drawings and all, as soon as possible after award of the components of each lump sum bid item as an aid in the preparation of partial ccessful Bidder in writing within thirty bids of its acceptance of his Proposal. titian of the required Bond and Contract time is the essence of this Contract and number of calendar days herein agreed erein specified and contracted for after ime as is provided for in the General y withhold, permanently, from the Con - of Two Hundred Fifty Dollars ($250.00) as ,ch delay. ice a careful examination of the site of to be encountered, improvements to be materials not designated to be salvaged ng ingress and egress to private pro- ic during construction of the entire No specific order or sequence of work is required.• However, due to the urgency of the project, the Contractor will be expected to staff the project as required in order to complete the work in the time allotted. The SC -2 Contractor shall submit a detailed work schedule to the Engineer for approval as soon as possible after award of the Contract. RI fjt. sji) *Ji Bidders desiring further info or Specifications must sake request for to forty-eight (48) hours before the bi will be given in writing to all bidders will be bound with and made a part of t explanation or interpretation will be c Should a bidder find discrepai Specifications, or other Contract Does their meaning, he should at once notify addendum may be sent to all bidders. Ai (24) hours of the opening of bids will 1 tractor contemplating the submission of as submitted by the Contractor will be if such are issued by the Engineer prio. opening of bids. SC.13 PERMITS AND RIGHTS -OF -WAY • All construction inciudew; h or casements owned by the City o2 shall confine his operations to these SC.14 REFERENCE SPECIFICATIONS . Where reference is made in th compiled by other agencies, organizatio made for expediency and standardization are hereby made a part of these Specifi ation or interpretation of the Plans uch information to the Engineer prior opening. Answers to all such requests in addendum form, and all addenda Contract Docisents. No other sidered official or binding. in in, or omissions from, the Plans, ta, or should he be in doubt as to he Engineer in order that a written addenda issued prior to twenty-four mailed or delivered to each Con - Proposal on this work. The Proposal nstructed as to include any addenda to twenty-four (24) hours of the t is on public property or property tteville. The Contractor rerties and/or easements. e Specifications to specifications or departments, such reference is ad such Specifications referred to tins. In ease it is necessary to chringe or move the property of any owner or of a public utility, such property shall not be saved or interfered with until ordered to do so by the Engineer.( The right is reserved to the owner of public utilitieo to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be wade necessary by performance of this Contract. SC.16 USED HATERIALS No material which has been purpose whatever is to be incorporat written consent of the Engineer. . ' SC.17 EXISTING STRUCTURES V ed by the Contractor for any temporary in the permanent structure without The Plans show the locations of all known surface and subsurface structures. However, the Owner assumhs no responsibility for failure to show any or all of these structures on the Plans or to show them in their exact location. It is mutually, agreed that such failure shall not be considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any canner whatsoever, unless. the obstruction encountered is such as to necessitate changes in the lines or grades or requires the building of special work;, provisions for which are not made in the Plans and Proposal, in which case the provisions in these Specifications for extra work shall apply. The Contractor shall be re structures and any damage caused by without cost to the Owner. It shall Contractor to examine the site compl SC.1B. USE OF EXPLOSIVES No blasting or use of SC.19 BARRICADES, LIGHTS AND Where the work is carried o public place, the Contractor shall, a erect such barricades, fences, lights watchmen, and shall provide such othe tection of persons or property and of safety and vehicle safety are of utmo Barricades shall be painted night. From sunset to sunrise the Co least one light at each barricade and erected to keep vehicles from being d tion. The Contractor shall furnish w the work. The Contractor will be held due to failure of barricades, signs, whenever evidence is found of such da portion immediately removed and repla expense. The Contractor's responsibi sible for protection of all existing operations shall be repaired immediately the responsibility of the prospective y before submitting his bid. will be permitted on this project. • in or adjacent to any street, alley or • his own cost and expense, furnish and and danger signals, shall provide such precautionary measures for the pro - the work as are necessary. Pedestrian t importance on this project. in a color that will be visible at tractor shall furnish and maintain at sufficient number of barric.+des shall be iven on or into any work under construc- tchmen in sufficient numbers to protect responsible for all damage to the work ights, and watchmen to protect it and age, the Engineer may order the damaged ed by the Contractor at his cost and ity for the maintenance of barricades, SC -4 signs and lights and for providing watchmen shall not cease until the project shall have been accepted by the Owmer.= SC.20 FENCES AND DRAINAGE Boundary fences or other ii lation of the work shall be replaced as good or better than that in which the Drawings. Such replacement or r, the Unit Price Schedule. Where surface drainage ch construction they shall be restored cross section after the work of con SC.21 DISPOSAL OF WASTE All trees, stumps, slashin; sites as a preliminary to the constr property and disposed of in a manner All excavated earth in ex be removed from the job site and di in locations where, in the judgment over the adjacent area. SC.22 WATER FOR CONSTRUCTION Water used for the mixing o incidental to this project will be fu shall make the necessary arrangements and shall take such water in a manner a harmful drain or decrease of pressu paym'nt will be made for water used b the various items of the Proposal and SC.23 GUARANTY AGAINST DEFECTIVE I The Contractor shall indemn may become necessary to any part of t arising from defective workmanship or one (1) year from the date of final a SC.24 COORDINATION WITH OTHERS The Contractor shall c Contractors that may be working SC.25 MATERIAL STORAGE Materials delivered to the shall be stored so as to cause the 1 factory to the Engineer. cements removed to permit the instal - the same location and left in a condition y were found except as indicated on ration shall be paid for as shown in is are disturbed or blocked during their original condition of grade and ction is completed. , brush or other debris removed from the tion work shall be removed from the pp roved by the Engineer. of that required for backfilling shall ed of in a satisfactory manner, except the Engineer, it can be neatly spread concrete testing or any other purpose wished by the Contractor. The Contractor for securing and transporting such water and at such times that will not produce e in the City's water system. No separate t the cost thereof shall be included in Bid Schedule. the Owner against any repairs which work performed under this Contract ,terials used therein for a period of :prance of the entire project. rdinate his activities with other n separate work in this area. SC-5 to of the work in advance of their use t inconvenience and in a manner satis- TECHNICAL SECTION I: SOCCER FIELD CON The general scope of this proje to furnish all material and lab at Asbell School as shown on th is interested in a lump sum pri this field. The soccer field to be construc field No. 1 and presently exist is presently uneven and periodi shall proceed with the removal surface. Said top soil shall b West side of the field. The co select fill "hillside gravel" w grade. All fill material shall pacted by sheeps foot to obtain Method). Following installatio contractor shall then install 4 shall include the installation on the plans to improve drainag Grass shall be established by t green) at approximately 16" on approximately 2"-3" deep and th with top soil. The contractor and the Fayetteville Parks will It shall be noted that an underg be installed by a separate contr pro,ect shall coordinate his act activities. The piping contract the soccer field contractor inst contractor shall be responsible surface. The soccer field contr ment of grass. IFICATION ON t shall be for the contractor r to install a soccer field attached drawings. The Owner e for the installation of ed is refered to as soccer at Asbell School. This field ally floods. Construction f any top soil from the existing stockpiled on the East and tractor shall then install thin 4" of the plan finished be placed in 6" lifts and com- a density of 90% (Standard of select fill material the of top soil. Final grading f drainage swales as indicated placement of sprigs, (tiff nter. Sprigs shall be placed root system shall be covered all water the field initially ontinue regular watering. ound sprinkler system shall ctor. The contractor for this vities with underground piping r shall install his pipe after lls the top soil. The piping or leveling and restoring the ctor can then commence place- SC.26 EXISTING UTILITIES AND LINES The Contractor shall be re utilities or improvements crossed by Where existing utilities or service Contractor shall replace or repair i with the same type of original mater own cost and expense. SC.27 TESTING, INSPECTION AND Testing and control of all i by an approved commercial laboratory i unless otherwise specified in the Ted shall furnish, at his own expense, al. materials as required by the Engineer SC.28CLEAN-UP sible for the protection of all existing adjacent to his construction operations. s are cut, broken or damaged, the iately the utilities or service lines and construction, or better, at his terials used in the work shall be done ployed and paid directly by the Owner ical Specifications. The Contractor necessary specimens for testing of the At the conclusion of the work all tools, temporary structures and materials belonging to the Contractor shall be promptly removed and all dirt, rubbish and other foreign substances shall be disposed of in a manner satis- factory to the Engineer. SC.29 BOND Coincident with the executi, furnish a good and sufficient surety 1 sum guaranteeing the faithful perform agreements of the Contract, the payme: from the execution of the Contract, w in any manner become a claim against included in this Contract against fau (1) year after, the date of completion All provisions of the bond with statutory requirements. The bon sureties through a company licensed a approved by the Owner. The issuing a to the bond and the bond shall be sig date of bond shall be the date of exe during the continuance of the Contrac becomes irresponsible the Owner shall sufficient sureties which the Contrac the Owner within ten (10) days after Contract may be suspended and all pay SC.30 COPIES OF PLANS AND SPECIFI of the Contract, the Contractor shall d in the full amount of the Contract e of all covenants, stipulations and of all bids and obligations arising h bills or obligations might or will Owner, and guaranteeing the work materials or poor workmanship for one Contract. all be complete and in full accordance shall be executed with the proper qualified to operate in the State and at's power of attorney shall be attached d by an agent resident in the State and tion of the Contract. If at any time the surety on the Contractor's bond ave the right to require additional and r shall furnish to the satisfaction of itice to do so.. In default thereof, the nts or money due the Contractor withheld. Three (3) sets of Plans and jpecifications shall be furnished to the Contractor, at no charge, for construction purposes. Additional copies may be obtained at cost of reproduction upon request. SC -6