Loading...
HomeMy WebLinkAbout144-90 RESOLUTIONRESOLUTION NO. 144-90 A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT WITH MCCLINTON- ANCHOR DIVISION OF APAC-ARKANSAS FOR STREET CONSTRUCTION AND APPROVAL OF A BUDGET ADJUSTMENT TO COMPLETE THE PROJECT. BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That. the Mayor and City Clerk are hereby authorized ands directed to execute a contract in the amount of $166,325.50 with McClinton -Anchor Division of APAC-Arkansas for street construction on Armstrong Avenue to the end of city limits. Approximately. 42% of cost will be reimbursed Oto the City by Arkansas Western Gas Company for a bill of assurance agreement. A copy of the contract authorized for execution hereby is attached hereto marked Exhibit "A" and made apart hereof. Section 2'. That the Board of Directors hereby approves the budget adjustment in the amount of $69,684.00 for completion of the project. A copy of the budget adjustment authorized for execution hereby is attached hereto marked Exhibit "B" and made a part hereof. sem PASSED AND APPROVED this 18th day of September -1/4:":y 41/4 4` - . 4ATTEST sy �'ir� .:C i . » T fi/u�=�"u.612r 44� ty CIerke. APPROVED: By: Mayor , 1990. VICJNL T'Y MAP N.T.S. ELAND • • 0 C RT AREA COVERED EY MAP OP CENTRAL FAYETTEVILLE SHOWN AT UTTER LEFT WYMAII NGC nuroaV ILLY Hr Gen . Neal Shopping ET CmaP sm st _ Sourhgare Shopprg . enter T NAMAKER Ta I • a! 11 • • 1'AvLI R VILL! CCS9gRT E:Lu9 ;\ pb'D :IDL$ faRSL pyr ow. El NI a• l profec f Area FIVE CITY OF FAYETTEVILLE, ARKANSAS IN -YEAR SUPPLEMENTAL BUDGET_,REQUEST ACCOUNT INFORMATION REQUIRING BOARD APPROVAL DATE REQUESTED ACCOUNT TITLE BUDGET YEAR Capital Improvements 0 C a 0 N m u u C > 6 > o Po 4 +1 o a >• M M a of u a o w 0 0 ▪ M U ca w w A cn tl rl d .. u owe boe w 'O O 0) • u A CO N 0 u 3 u CO N u N G .Oi a w PROJECT OR ITEM 1 provide the line item with enough funds to complete z o w U F C N ] Z41 0 ta � 6 w U Z .•I rl •w u G W r 40 O 0 u u 0. +O•I ax u Payments by Property 6 0 PROJECT OR .ITEM ACCOUNT NUMBER 0 0 z 447-947-4-420.00 JUSTIFICATION OF THIS DECREASE BUDGET OFFICE USE ONLY w w w w w 0000 1 REQUESTED BY: 0 U 0 BUDGET COORDINATOR ASSISTANT CITY BILL OF ASSURANCE This declaration of a Bill of Assurance day of October , 1982, by l/lJ F '�g1 �R ti RFS, �y made this �/✓C a Arkansas Western Gas Compa y<<./F .. s c4,15,9 tr owner of the following described real estate located in the r City of Fayetteville, Washington County, Arkansas, and more particularly described as follows, to -wit: A part of Section 26, Township 16 North, Range 30 West, Fayetteville, Washington County, Arkansas, being more particularly described as follows: Beginning at a point that is South 2674.43 feet and East 1768.44 feet from the Northwest corner of said Section 26; thence S 2° 46' E 978.84 feet to the North right-of-way of Armstrong Avenue; thence N 70° 42' W 220.68 feet along said right-of-way; thence Northwesterly along a circular curve on said right-of-way, the length of said curve being 194.18 feet and the radius of said curve being 198.73 feet; thence N 14° 43' W 406.52 feet along said right-of-way; thence Northerly along a circular curve on said right-of-way, the length of said curve being 171.69 feet and the radius of said curve being 614.81 feet; thence N 1° 17' E 162.76 feet along said right- of-way; thence Northeasterly 78.41 feet along a circular curve with a radius of 50.00 feet; thence S 88° 52' E 356.30 feet to the point of beginning, containing 7.98 acres, more or less. WHEREAS, the aforesaid owner of the real property described above has secured from the Fayetteville City Board of Directors a temporary waiver of the requirement prescribed by Appendix C, Sec. A(4)(b) of the Fayetteville Code of Ordinances to pay one-half the cost of installing a street adjacent to the above described property; and WHEREAS, the owner has promised and agreed to pay one- half the cost of constructing a street adjacent to said property at the call of the City; and WHEREAS, the owner is desirous of making a declaration of the same in the form of this Bill of Assurance with the intention of guaranteeing the preservation of certainvalues and amenities in the communityand to bind itself; its successors and assigns and the aforedescribed real estate and its subsequent owners with the obligations and restrictions hereinafter set forth for all present and future development and use of said property. r:;4839 .656 NOW, THEREFORE, the owner declares that the above described real property shall be held, developed, transferred, sold, conveyed and occupied subject to the covenants and restrictions herein set forth. I. Upon receipt of written notice from the City of Fayetteville, owner shall pay to the City one-half the estimated cost of constructing to City specifications a street across the entire West and South boundaries of the above described property. Said estimated cost shall be determined by the Fayetteville Street Superintendent. Should owner fail to pay said amount to the City within 30 days from receipt of said written notice, the City shall have a lien on the above described property for such amount, and the City shall have the right of foreclosure by public sale without the necessity of court proceedings. WITNESS my hand this 14th day of October 1982. ;'. 578 ecretary j StATtnii• ARKANSAS ) ) ss. COUNTY OF WASHINGTON ) ARKANSAS WESTERN GAS COrMANY By ACKNOWLEDGMENT BE IT REMEMBERED, that on this day came before the undersigned, a Notary Public, duly qualified, commissioned and acting within and for the aforesaid County and State, Charles E. Scharlau and. William V. Martin personally known to be the President and Secretary of Arkansas Western Gas Company, and stated that they had executed the foregoing Bill of Assurance pursuant to duly adopted authorization resolution for the consideration and purposes therein mentioned and set forth. i59 657 • • WITNESS my hand and seal as such Notary Public on this 14th day of "October 1982. `,:.. f ` Y commission expires: ►RBS ` 7 • t4,fre- Notary ubl� GSZ sr •xsicold - =?i69 658 • ORDER NUMBER: DATE: 1/8/91 AGREEMENT DATE: NAME OF PROJECT: Armstrong Ave. - Street Reconstruction OWNER: City of Fayetteville CONTRACTOR: APAC Arkansas McClinton Anchor Division The following changes are hereby made to the CONTRACT DOCUMENTS: 01 CHANGE ORDER /if ti Justification: Extending project approximately 150 LF to serve Superior Wheel in the Fayetteville Industrial Park. Change to CONTRACT PRICE: Original CONTRACT PRICE: $ 166,325.50 Current CONTRACT PRICE adjusted by previous The CONTRACT PRICE due to this CHANGE ORDER by: $ 14, 298.36 The new CONTRACT PRICE due Change to CONTRACT TINE: The CONTRACT TIME will be (increased) pd2cnV.RtI(a) by 12 The date for completion of all work will be CHANGE ORDER $ 166,325.50 will be (increased) (bi EMIQUESIKI:) to this CHANGE ORDER will be $ 180,623.86 Approvals Required: To be effective this Change Order changes the scope or objective of required. Requested by: Mr. Richard Shewmaker calendar days. (Date). must be approved by the OWNER if it the PROJECT, or as may otherwise be Recommended by: Mr. Sid Norbash, City of Fayetteville Ordered by: Mr. Mark Johnson, P.E. CEI Engineering Associates, Inc. Accepted by: Mr. Jim Cole APAC Arkansas McCli,top,Anchor Division z Owner: Mr. Fred Vorsanger, Mayor K-1 ;�CEl Engineering Associates, Engineers • Planners • Surveyors Mr. Sid Norbash Assistant City Engineer City of Fayetteville 113 W. Mountain Fayetteville, AR 72701 nc. January 8, 1991 Re: Armstrong Ave. Street Reconstruction Sir: 110 West Central Bentonville, AR 72712 (501) 273-9472 FAX (501) 273-0844 Enclosed please find Change Order No. 1 for the above referenced project. We are adding approximately 150 LF of street reconstruction to this project to serve the Superior Wheel entrance off of Armstrong Avenue. We are adding the following approximate quantities to this project. ITEM 4 DESCRIPTION 1 Asphalt 2 Curb & Gutter 3 Fabric Underseal 4 Topsoil & Hydromulch 5 Excavation 6 Clearing & Grubbing 7 Class 7 Crushed Stone 9 Asphalt Removal Original Contract Change Order 01 Total Contract Enclosed also, please Engineering Services. If you QUANTITY UNIT PRICE AMOUNT 122.0 TONS $35.25/TON $ 4,300.50 330 LF 6.10/LF 2,013.00 500 SY 1.20/SY 600.00 317 SY 2.00/SY 634.00 300 CY 10.95/CY 3,285.00 500 SY 2.70/SY 1,350.00 146 TONS 13.75/TON 2,007.50 16.67 SY 6.50/SY 108.36 TOTAL $14.298.36 $166,325.50 14,298.36 180,623.86 find the Amendment to the Agreement have any questions, feel free to call. Sincerely, David Sbanotto Inspector c: Mr. Jim Cole - APAC Arkansas McClinton Anchor Division REH/MCJ/File • Offices; Fresno, California for Bentonville, Arkansas '1 P S PEC I F 1 CAT 1 ONSAND B I D DOCUMENTS FOR THE C I TY OF FAYETTEV I LLE , ARKANSAS STREET RECONSTRUCT 1 ON ARMSTRONG AVENUE FROM COMMERCE I DRIVE TO CITY L I M I TS { Prepared By CEI ENGINEERING ASSOCIATES Consulting Engineers Bentonville, Arkansas INC. 41.0 t`a i 0 I rZ F v 41Q1 ARK w PAGE 1 ADVERTISEMENT FOR BIDS A-1 IINSTRUCTIONS TO BIDDERS B-1 BID BOND D-1 - D-2. BID E-1 - E-5 II AGREEMENT F-1 - F-3 I PAYMENT BOND G-1'- G-3 IPERFORMANCE. BOND H-1 - H-3 NOTICE OF AWARD NOTICE TO PROCEED CHANGE ORDER GENERAL CONDITIONS SPECIAL CONDITIONS SPECIAL INSTRUCTIONS TECHNICAL SPECIFICATIONS - SITE PREPARATION CRUSHED STONE BASE COURSE CONCRETE CURB AND GUTTER PRIME AND TACK COATS HMAC LEVELING/FILLER COURSE POLYPROPYLENE FABRIC UNDERSEAL HMAC SURFACE COURSE TOPSOIL, SEEDING AND MULCHING STORM DRAINAGE METHOD OF MEASUREMENT AND BASIS OF PAYMENT I-1 J-1 K-1 L-1 - L-20 SC -1 - SC -4 SI -1 - SI -2 30-1 - 30-3 31-1 32-1 33-1 34-1 35-1 - 35-4 36-1 37-1 38-1 - 38-4 MP -1 - MP -2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 • CITY OF FAYETTEVILLE BID 90-39. City Administration Building 113 West Mountain Fayetteville, Arkansas 72701. Separate and sealed BIDS for Armstrong Avenue Street Reconstruction from. Commerce" Drive to City Limits in and for the City of Fayetteville, Arkansas, will be received at the Purchasing Office, Room 307, City Administration Building Fayetteville, Arkansas, until 2:00 p.m., lOCal"_. time on August.• 15,1990,. and 'then at said office publicly opened and read. aloud. The REPLACEMENT PROJECT will include the furnishing of all the necessary -materials, supplies, tools, labor, and other services required for the complete construction of the'following: Approximately 1450 linear feet of street widening,.HMAC overlay of existing pavement, concrete curb and gutter, grading, drainage relocation, and all 'incidental work necessary for a complete installation. The CONTRACT DOCUMENTS consisting of .Advertisement for Bids, Instructions to. Bidders, Bid Bond, Bid, Agreement, Payment Bond, Performance Bond, General Conditions, Special Conditions, Special Instructions, Detailed Specifications, Attachments, Drawings and Addenda, may be examined in the office of the City Engineer, City Administration. Building, Fayetteville, Arkansas, 72701, and the office of CEI Engineering Associates, Inc., 110 West Central, Bentonville, Arkansas, 72712." (501)273-9472. Copies of the contract documents may .be obtained from the offices of CEI Engineering Associates, Inc., upon payment of $50.00, non-refundable. All bidders must be licensed under the terms of Act 150, Arkansas Acts of 1965. The City of Fayetteville reserves the right to reject any or all bids and to waive any formalities in the bids. The City also reserves the right to withhold the awarding of the contracts for a period of not to exceed sixty days after opening of bids. Dated the al day at --Saco 15..i_0.?4.0 allk L'Ct,bZ-S,. a CCCis5 I v"\ t en o Ci Pst . P o. ad -3-73 , 1990. /s/ L�.�q..�LJ Purcha 14; - nicer, City of Fayetteville, Arkansas INSTRUCTIONS TO BIDDERS 1. EXAMINATION OF SITE AND DOCUMENTS: Bidders are advised that the plans, profiles, specifications and estimates of the Engineer o n file in the office of CEI Engineering Associates, Inc., shall constitute all of the information which the. Owner shall furnish. No other information given, or sounding made by the Owner or any o fficial'thereof, prior to the execution of said contract, shall ever become a part of, or change the contract, plans, profiles, specifications and estimates, or be binding on the Owner. Prior to submitting any bid, bidders are required to read carefully the specifications, contract and bonds, to examine carefully all plans, profiles, and estimates, to visit the site of the work to examine carefully local conditions, to inform themselves by their independent 'research and sounding of the difficulties to be encountered, and all attending circumstances affecting the cost of doing the work, and the time specified for its completion; and to o btain all information required to make an intelligent bid. B idders shall rely exclusively upon their surveys, estimates, investigations, surroundings and other things which are necessary tor full and complete information upon which the bid may be made and for which a contract is'to be awarded. The Proposal, providing for unit and lump sum prices bid by the Contractor, contains a statement that all bids are made with the full knowledge of the difficulties and conditionsthat may be encountered, the kind, quality and quantity of the plans, work to be done, excavation, and materials required and with,full knowledge of the plans, profiles, specifications and estimates and all provisions of the contract and bonds. The submissions of a bid shall constitute the acceptance o f these provisions. 2. APPROXIMATE ESTIMATE OF QUANTITIES. The Engineer's estimate o f quantities, approved by the Owner and on file in the offices of CEI Engineering Associates, Inc., is approximate only, and shall be the basis for receiving unit price bids for each item, but shall n ot be considered by the bidders as the actual quantities that may be required for the completion of the proposed work. Such quantities, however, at the unit and lump sum prices bid for each item, shall determine the amount of each bid for comparison of bids and aid in determining the lowest and best bidder for the purpose o f awarding the contract, and will be used as basis for fixing the amount of the required bonds. 3. BIDS AND BIDDING FORMS. Bids must be made out in ink on bidding forms included as part of these specifications. Bids shall be sealed and addressed City of Fayetteville, Arkansas, and the title of the project, the name of the contractor submitting the bid and the time and date for receipt of bids written on the envelope. B-1 1 1 1 1 1 1 1 1 �1 1 1 1 1 1 11 1 1 1 1 B ids are due at the Purchasing Office, Room 307, Administration Building, 113 West Mountain, Fayetteville, Arkansas, 72701, no later than 2:00 P.M., on August 15, 1990 No bidder shall divulge the information in the sealed bid to any person whomsoever, except those having a partnership or other financial interest with him in the bid, until after the sealed bids have been opened. B ids which are incomplete, unbalanced, conditional, or obscure, or which contain additions not called for, erasures, alterations or irregularities of any kind, or which do not comply with the Instruction to Bidders may be rejected as informal at the option o f the Owner. However, the Owner reserves the right to waive technicalities as to changes, alterations or revisions and to make the award in the best interest of the Owner. 4. UNIT PRICES AND FILLING IN BIDDING FORMS. Bidders must state a unit price for each item or work named in the Engineer's estimate o f quantities of work to be done. Unit prices shall include amounts sufficient for the furnishing of all labor, materials, tools, equipment and apparatus of every description, to construct, e rect, and finish completely all of the work as called for in the specifications or shown in the plans. Unit prices bid and totals shown in the Proposal shall not include any of the costs of e ngineering, advertising, appraising, or printing. The price bid for each item must be stated in figures and in words in the appropriate blank spaces provided on the bidding forms. The figures must be clear and distinctly legible so that no question can arise as to their intent and meaning. In case of a difference in the written words and figures in a Proposal, the amount state in written words shall govern. 5. PRICES BID TO BEAR RELATIONSHIP TO COST OF WORK. Prices bid o n the various items in the Proposal shall bear a fair relationship to the cost of the work to be done. Bids which appear unbalanced and deemed not to be in the best interest of the Owner may be rejected at the discretion of the Owner. 6. SIGNATURE ON BIDS. If the bid is made by an individual, his firm name must be given, and the Proposal signed by him or his duly authorized agent. If the bid is made by a partnership, the firm n ame and the names of each member must be given, and the bid signed by a member of the partnership, or a person duly authorized. If the bid is made by a company or corporation, the company or corporate name must be given, and the bid signed by an officer or agent duly authorized. P owers of attorney, properly certified, for agents and others to sign bids must be in writing and filed with the Owner. B-2 • 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 7. COMPLIANCE WITH STATE LICENSING LAW. Contractors must be licensed In accordance with the requirements of Act 150, Arkansas Acts of 1965, the "Arkansas;State.Licensing Law for Contractors". Bidders who submit proposals in excess of $20,000 must submit e vidence cif their having a contractor's license before their bids w ill be considered, and shall note their license number on the outside --of their Proposal. 8. QUALIFICATIONS AND RESPONSIBILITY OF BIDDERS. .Each bidder, if requested to do 'so by either the Owner or the Engineer, shall furnish satisfactory evidence of his competency to perform the work contemplated. The Owner reserves the right to reject a bid if .the bidder has not submitted, upon request, a statement of his qualifications prior to the date of the opening of bids. 9. DISQUALIFICATIONS OF BIDDERS. Any one or more of the following may be considered as sufficient for the disqualification of bidders and the rejection of bids: More than one Proposal for the same work from an individual, firm, partnerships, or corporation under the same or different n ames. Evidence of collusion among bidders. Participants in such collusion may receive no recognition as bidders for any future work. Unbalanced Proposals in which the prices for some items are o ut of proportion to the prices for other items, or changes written in, or amendments by letter. Failure to submit a unit price for each item of work for which a bid price is required by the Proposal, or failure to include all required contract documents. Lack of competency as revealed by the financial statement, e xpedience, plant and equipment statements submitted. Lack o f responsibility as shown by past work judged from the standpoint of workmanship and progress. A bid by an unlicensed contractor bidding under a licensed contractor's name. Uncompleted work which, in the judgement of the Owner, might hinder or prevent the prompt completion of additional work if awarded. Being in arrears on existing contracts, in litigation with the Owner, or having defaulted on a previous contract. B-3 1 1 1 1 1. 1 1 1 1 1 1 1 1 1 1 1 1 1 1. 1 10. CONSIDERATION OF PROPOSALS. After the Proposals are opened and read, the quantities willbe extended and totaled in accordance w ith the bid prices of the accepted. Proposals. Until the final award of the contract, the Owner reserves the right to reject any and all Proposals, to waive technicalities, and to advertise for new Proposals, or proceed to do the work otherwise when the best interests of the Owner will be promoted thereby. 11. RIGHT'TO REJECT BIDS. The Owner reserves the right to reject any and all bids. Ali bids are subject to this reservation, and. the Owner reserves to itself the right to decide which shall be deemed tate lowest responsive and responsible bid. Due consideration will be given to the reputation, financial ability, e xperience and equipment of the bidder. 12. AWARDING OF CONTRACT. The Owner reserves the right to withhold the awarding of a contract a reasonable period of time from the date of Opening bids, said length of time not to exceed thirty•(30) days except with lhe consent of the bidder. The awarding of a contract upon a successful bid shall give the bidder n o right to action or claim against the Owner upon the .contract until the contract is reduced to writing and signed by the contracting parties. The letting of a contract shall not be complete until the contract is executed and the necessary bonds approved. 13. SUBCONTRACTOR. The Contractor shall not assign or sublet all o r any part of this contract without the prior written approval of the Owner ;nor shall the Contractor allow such subcontractor to commence work until he has provided and obtained approval of such compensation and public liability insurance as may be required. The approval of each subcontract by the Owner will in no manner release the Contractor from any of his obligations as set out in the plans, specifications, contract and bonds. 14. MATERIALS GUARANTY. Before any contract is awarded the bidder may be required to furnish a complete statement of the origin, composition, or manufacture of any or all materials proposed to be u sed in the construction of the work, together with samples, which may be subjected to tests provided for in these specifications to determine their quality and fitness for the work. 15. FAMILIARITY WITH LAWS. The bidder is presumed to be familiar with all federal, state and city laws, ordinances and regulations which in any manner affect those engaged or employed in the work, o r the materials or equipment used, or in any way affecting the work, and shall in all respects comply with said laws, ordinances and regulations. No claim of misunderstanding or ignorance on the part of the Contractor will in any way serve to modify the provisions of the contract. No representations shall be binding unless embodied in the contract. B-4 16. LABOR,LAWS, The Contractor shall abide by all federal, state and local laws _governing labor. The Contractor further agrees to save the Owner harmless from the payment of any contribution under the State Unemployment Compensation Act, and the Contractor agrees that if he is subject to the Arkansas State Unemployment Act, he w ill make whatever contributions are required under 2nd by virtue o f the provisions of said Act. 17. WAGES :AND LABOR. Minimum wage rates shall be equal to baste rates as established by common usage in the city and adjacent community for the various types of labor and skills performed. In case wage rates are specified in the contract documents, the rates as specified shall be the minimum rates which apply to the project. Whenever available, local common Labor shall be used and whenever practical, skilled and semi -skilled labor, if available, shall be used. The Contractor and each subcontractor, where the contract amount e xceeds $75,000.00 shall comply with the provisions of Act 74, as amended byr Ac.t 275 of 1969 (Arkansas. Statute 14-630). The provisions 'are summarized below The Contractor and subcontractor shall: (1) pay the minimum. prevailing wage rates for each craft or type of workman and the prevailing wage rate for holiday and overtime work, as determined by the Arkansas Department of Labor. post the scale of,;wages in a prominent and easily accessible placeat the site of the work. (2) (3) keep an accurate record showing the name and occupation and hours worked of all workmen employed by them, and the actual wages paid to each of the workmen, which record shall be open at all reasonable hours to the inspection of the. Department of Labor or the Owner, its officers and agents. The Owner shall have the right to withhold from amounts due the Contractor so much of accrued payments as may be considered n ecessary to pay the workmen employed by the Contractor or any su4contractor, the difference between the rates of wages required by this contract and the rates of wages received by such workmen. If it is found that any workmen employed by the Contractor or a subcontractor has been or is being paid a rate of wages less than the rate of wages' required by this contract, the Owner may be written notice to the Contractor, terminate his right to proceed with the work or such part of the work and to prosecute thework to completion by contract or otherwise, and the Contractor and his sureties shall be liable for any excess costs occasioned thereby. B-5 1 . 1 1 1 1 1 1 1 i 1 1 1 1 1 1 11 1 1. 1 • 18. WITHHOLDING STATE INCOME TAXES. The Contractor shall deduct and withhold Arkansas income taxes, as required by Arkansas law, from wages paid to employees, whether such employees are residents or non-residents. of Arkansas. 19. ANTI -;KICKBACK PROVISION (WHERE APPLICABLE). When provided for in the specifications, the Contractor shall comply With the regulations of. the Secretary of Labor made pursuant to the Anti - K ickback Act o.t June 13, 1934, 40 U.S.C. 276 (c), and any amendments or modifications made thereto and shall see that such provisions, are included in all subcontracts. 20. COMPLIANCE WITH ACT 125, ARKANSAS ACTS OF 1965. The attention o f all bidders is called to the provisions of Act 125, Arkansas Acts of 1965: This act provides for payment for certain taxes on materials and equipment brought into the state. It further provides for methods of collecting said taxes. All provisions of t his act will be complied with under this contract. 21. INSURANCE. During the life of this contract, the successful bidder sha'il carry insurance as hereinafter set out. Also, he shall require all of his subcontractors to carry insurance as outlined below, in case they are not protected by the policies carried by the prime Contractor. Insurance companies underwriting the required insurance shall :be licensed in Arkansas. Licensed companies are listed in the State Insurance Department's Annual Report of the Insurance Commissioner. In Arkansas, the prevailing law requires that insurance on public works contracts be issued by and through a duly licensed agent resident in the State of Arkansas. The mere countersigning by a resident agent is not acceptable.. Insurance is to be approved by the Owner. If any insurance contracted for becomes unsatisfactory or unacceptable to the Owner after the ,acceptance and approval thereof, the Contractor shall promptly, upon being notified to the effect, execute and furnish acceptable. insurance in the amounts herein specified. Upon presentation of acceptable insurance, the unsatisfactory insurance may be canceled at the discretion of the Contractor. The Contractor shall have his resident insurance agent submit to the Owner, through the Engineer, a schedule of insurance policies proposed to be furnished, which shall be approved before certificates of insurance and/or policies are issued. Once the Owner has concurred in the proposal of insurance coverages, the Contractor shall then furnish to the Engineer, in the name of the Owner, certificates of insurance for the following: B-6 Workmen'-s Compensation. Workmen's compensation,- as required bythe laws of the state in which the work is -to be done,, shail,be furnished. In case anyhazardous occupations are required for the execution of the work which are not covered by the above insurance, special employer's liability policies shall be obtained to cover workmen engaged in such hazardous o ccupations. B Contractor's.Public Liability Insurance and.Property Damage Insurance. This insurance shall provide bodily' injury of 5200,000.00 for each person and $500,000.00 for each accident; and property damage of 5200,000.00 for each accident. This insurance shall be endorsed to cover explosion collapse and u nderground hazards., and blasting. Motor Vehicle Public Liability and Property Damage Insurance. This policy shall provide bodily injury of $200;000.00 for e ach person and 500,000.00 for each accident; and property damage of $2001000.00 for each accident. Owner's and. Engineer's Contingent Protective Liability Insurance. The Contractor shall indemnify and save harmless the demands, payments, suits, actions, recoveries and judgments of every nature and description brought or recovered against them by reason of any omission or act of the Contractor, his agent or employees in the execution of the work of in the guarding of it. The Contractor shall obtain in the name of the Owner and Engineer (either as co-insured o r by endorsement), and shall maintain and pay the premiums for such insurance in an amount not less than $200,000.00 property damage and $500,000.00 bodily injury limits, and with such provisions as will protect the Owner and Engineer from contingent liability under this contract. E . Builder's Risk Insurance. The Contractor shall procure and maintain during the life of the contract builder's risk insurance (fire, lightning, extended coverage, vandalism and malicious mischief) on the insurable portion on a 100 percent completed value basis, against damage to the equipment, structure or material. The Contractor, his subcontractors, and the Owner as their interest may appear shall be named as the insured. All -Risk Floater Insurance. Until the project is completed and is accepted by the Owner, the Contractor is required to maintain an all-risk installation floater policy. B-7 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 The Contractor shall submit to the Owner written evidence of insurance upon the entire work at the site to the full insurable value thereof including .the interest of the Owner, the Contractor, .the subcontractors, and any others with an -insurable interest. The policy shall insure against all risk. o f physical damage except as modified by the contract documents and subject to the normal all-risk exclusions. The policy by its own terms or by endorsement shall specifically. permit partial or beneficial occupancy prior to completion or acceptance of entire work. O ther Insurance. The Contractor is to protect the Owner against all loss during the course of the contract. If, due to the nature of the project, insurance coverage other than that specified above is needed by the Contractor to protect the Owner against all losses, the Contractor is responsible for determining the type of insurance needed and purchasing same. E ach insurance certificate and/or policy shall contain a clause providing that it shall not be canceled by the insurance company without fifteen (15) days written notice to the Owner of intention of cancel. It shall be the responsibility of the Contractor to maintain insurance as set o ut above, and to furnish current certificates and/or policies. 22. PERFORMANCE BOND AND PAYMENT BOND. The Contractor shalt furnish both a surety performance bond and a payment bond, each equal to one hundred percent (100%) of the contract price. The performance bond and the payment bond shall be two totally separate bonds and shall bear two different bond numbers. The Contractor is to pay all expense in connection with the' obtaining of said bonds. The bonds shall be conditioned that the Contractor shall faithfully perform the contract, and shall pay all indebtedness for labor and materials furnished or performed in the construction of such alterations and additions as prescribed in this contract. The surety company issuing the bonds must be a solvent company on the "Surety Companies Annual List" issued by the U.S. Department of the Treasury, and the bonds are not to be issued in an amount greater than the underwriting limitations for the surety company as set out therein. Resident Agent Required. In Arkansas, prevailing law requires that performance and payment bonds on public works contracts shall be executed by a resident local agent who is licensed by the Insurance Commissioner to represent the surety company executing said bonds, and filing. with such bonds his Power of Attorney as his authority. The mere countersigning of the bonds will not be sufficient.. 8-8 The date of the bonds, and of the. Power of Attorney. must not be prior to the date of the contract. At least six copies of the bonds shall be furnished, each with Power of Attorney attached. Bonds are to be approved by the Owner If any bonds contracted for become! unsatisfactory or unacceptable to the Owner after the acceptances and approval thereof, the Contractor, upon being notified to that effect, shall promptly execute and furnish acceptablel bonds in the amounts herein specified. • Upon presentation of acceptable bonds, the unsatisfactory bonds may be canceled at the discretion of the Contractor. 8-9 ' ` A.I.A. Document No. A-310 (February 1970 Ed.) i u Jaffws `° FREDSJAMES&CQOFARKANSASIIVG "" 900•S Shackleford Rd Suite 600 P.O. Box 511 Little Rock, Arkansas 72203-0511 BID BOND I KNOW ALL MEN BY THESE PRESENTS, that we, APAC—ARKANSAS, INC. , McCLINTON-ANCHOR DIVISION as Principal, hereinafter called the Principal, and INSURANCE COMPANY OF NORTH AMERICA a corporation duly organized under the laws of the State of PENNSYLVANIA as Surety, hereinafter called the Surety, are held and firmly bound unto City- of -Fayetteville---. • y Y City Administration Building, 113 West Mountain Fayetteville, Arkansas 72701 as Obligee, hereinafter called the Obligee, in the sum of Five Percent of amount of Bi Bid te,., . a Dollars ($ 5% for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Armstrong Avenue Street Reconstruction from Cannerce Drive to City Limits NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and mateial furnished in the ' prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. ' il' V / ,. Signed and sealed this 15th — . _. , day of. r_ » _ August ,� �..d ..,,A. D.:1990.._ r• I ` I 1. 4 APAC-ARKANSAS, INC., McCLINTON-ANCHOR DIVISION .............":;•: I (Principal) (Seal) ' ( fitness) SJl BY : �iliZGQ/ Vice President (Title) • /lir am/ ` A._V — a 'INSURANCE COMPANY OF NORTH `AMERICA. (Witness) J)l East, Jr. Attorney in fact FSJ-1316- - r \ T J _ • • `.. '\.�. r' '!/i Y%/r\ •r, fir\ .00 iir:'f/ %\\I O's I.:!., `. Y .. 00 0 n / ON nr \,.%„.,1 , Ifl.il.lf711ce CO'i17C9b .d0nn'I',`\\%i• n \r".. \\J:o C, Ip W/r \ \ /r' II\ \\ . ' . -I \ • . // r r I \ r n v / • InI/r \toj r'1'%I i•\..//�..\./r,\' ; \I•/n \I'. %'�\n '! rr.•\ 0.•..0 /.1/i\\r. Ii\n:,/q\r0 !\ �iri`\.I \iir 0 ,0 r 11 •'III/\\ • 0,, !. •/.\\.� /, n\ \.:/r. l Jl► i \'' i\�'/ 00 \I % \1.100 i\'�r' lL.. �,;\ /i `'. 1 jI\\,.r,'\•\"00•\00 1. r rn .Ir r\ I/ / \n n-I•r J ''/ \ I r\L/' �,/�\\qI ./'In 1''/.•\/..,1 .n �I 1, •0,',%,0# •\ Know>'11 rnenoby lthe'se presents... II' ul INSURANCE COMPANY/ FI ''/ \' '•••••'i• • I, \ 4 o ••.¼%.0/•S,♦I • q O NORTH AMERICA /r ' i ,. •1.1 .\ 1'. ` 1':':6. .. . ."•......• •..! rl "PY•I:I a�' '.. .�� 'O' r. .I• \ L � N..� V 1 '• r �� .�\ \•'1, I/:\: r ..IJ• L.. r, n\'/•' I • Vi r .•, 'I• LEI u'll",• 1 • 'r"11 iAl', •1 i'•,'• ••11 �.•.1 1/•:1.1:•'071.11 1411:1 1 I! /,I.\ / 1 \ ''' \1./. / 7.1\ '1 N. " 1 do I'r 1 I, 1 ✓//n.\I^\//n\'\,,'\'/I'.\��/\', L•n'./.Ir%nV /.'1"/\'� ri\ 'r\�\i /r u\ 0''.; 1\•/ 00 ''.0/ '/ '\ • /' nI \ /' 0 /\\• . In 1•. '• •r' • is 1,1 •I 1111 • I• \• 0 i.. \�'r /I/• Ii• \n/ .• •%.\\rr ' • ••nn 1100• •p n •' • 1 01 '''\i! Iyn• !r•1.• !r•. /, r\1/I ''0 .%1 1 / I••\ n •/u 0.,,!,,/i'\ \.'Ir 1 rI I/,` %'/ x••111/ r\,.•, 1 /n\n 1 �••! ••� q'i • �••1./�. In\. . .. r In �1\,I ,N_LI; rri•1/ r �/ \ \\. • • • •' ¼##001' VI'1`/�/'(\,.//1\\i,\ • yn.nu • yYn• •nI••II.. •r • • 1.n• • f• 4J! •• •/ • •!• i. n.. •! 1 '•:• :' % /• I/\ 00, :il..': %'1 1 a ••ir . 1 ' I f••' .n I . .n. . .. 11!11•.... nln. . n . r• .. n .IY•p • !. • •. 'f• • • . Y1. .r 9',,''' \,i !�1%I�1 .:... Y.Mw M. 1111'r:i • .. 1111 ..n .. --.0 I .! a.. . 1111. . .. .. ... P. •• • I '. "1'1 /• 'n• /\ �I�\'r I�\ ' ?<%',,N'# \. \I 'r \�' I. \I \ 0 1 ri1. ..�\'•i • 0\%0•0%'!;00f • I ! 114• !1I• •.. q.I •�•.'n\ \\/ ...\ / Y' ....\\r', V\iy\nor•\ I ON \ . 1100• 1. ,�,. \(.•1.C .I � I 'I: \�0 i/' I/' //, .\\/ \O%,0o, \' \ n •/ ✓ I\ \. Ion I / .. r�\. • 0%, /I%\0`o NO 1 .'y:\L.Ir•IIr I•L'n!•IIr,0 `II•ln lw.way+•\finMl0000 \4ti\/I.1w• .\�•••• 0000 ,\fir !` .�/r\yoi\/ /�i\�•i' Ji�!(1.. rr'\ '� i,\I • \ •.1 •V • Y ..•/1 I.• .a. / . ..r 1. \.. .. / 1100 i. V /\ .r i"\\1/r; V'.q 1. u•••'r. aV I•N •d#.•%\ nII\\/i\ / \'/" iT••00,�,,/ r• ..0 /; .11\ ON 10 t. r/!\\r%r \; r /• J/ r \, I I '\ r \.1. L /�•.,`,. • \,#0 `�'.•'• ¼ 0'00 N, '50 05%;, 00.!', ': 00.i• Y it. • 'I•I.�•. q • • • .I . • . •I f •p . /:' I x. \:/p•=,'. / Ir \ �/ \\. // •\ .//' II/�.' jjr\ iI.I...J I //n\ II \ \ I�'\ _ '/ n\• \� / .'!¼0','*.... n torn . / n.' .n,. . II' I'i i a..i: i ui I''\ .1 .I .I •I�'✓Y•''•r y • •'1 . .'.�1 .Li. ,. i.11. i. \1 •/; ., ,// / 0, • , / V,n.. 'rli Y\ •1111• y\. /r. n /n' . I \. • ..� %1\/I \/ 1 n /I\'/__.. \1.I ..r '.r \br �r•'II %S%%! . / •\%.. 1•00• /0 \ 11 1 • ' '.•i 1 . ,.I''i; •• • K, 11•• \ .I ' ....\ /__ _I• n__ _ •_ I/,n r\n'/.r\\.Y. /\ .. ,\ ':'•!.!%.•! ''1 nI 'i• . 1\001 \ r' I/'. a•,•I/, .V I.'/•Ir \'Ir r.v. ,.' 1' 1 •\'\. .\\', I. •,1 1 \ ,�\ , 1100 \. I I-/A.0 ./Y 'r\ ... N, ^ N0 n'/ nn .r. /•\\' \•'r \n'I rni\' /'.1 y I 1\,.'ni ll. \.'1 IIr i.. r/ \\ 001', r.\ I. \ r n, \i0 \ \✓•r r \ • 0!\J \ .P\•1• 0 0 ... it I /i.n\i./, Ii 5000,< 00. i:`.Il ii .r ,\. %. ''I /, .\sir. I. / \. '\1' \ ,I ', 1111 i ,r ir\ L'P 1\.. 0 .. 000!!%:.., \\ / i.1 '%.• r/\ %r\ ./0 \i 1,. r'.: _ .1... .. i.. ',\1I 'I\ •5, \/,/\ .\ , I r 1.1. .11. r.\/ '/L�\,/1 .'r\I i1' 1. I. _\\. 1// rJ,\\. \1\�O':\J/1\./\\ ;1'i/\ .............................................................-r ,1�•./r\•1: .. . ,:111 1' /•'� r /' Ir I/i. N..\ �'.00. ' .\; 1\'r '\ 1' r.1.. .r',\ J,,.•\i r, \. /,`//'\ r /n ., rn\1 011' Ir ri r •/. .\i •I r n 1\.. .I 1JIi \'y/ /a . \\,/.\ / \ ''\r/.\\.r•\. //' „•I p.. r 'r y1 .\ 'r. I\ •Yi I n I \I /. n 1✓ !j\ /11//n\i :...: i... •I•\iI \. 'Ii / I' .♦ 'ri� \.'1 .0 /'., \ , I. .�/1\: /\\i/r/ 1/.p , \. 1• 11 1 \ \a % i \ r 1\/1/ \ 1I %\ 'I � /r \ 1I ` ' •1 i \ • q\' : „ . r . \, 1/i 1 \ i \ ,/o 1 %.1 I. ; /1,1 \' 1. / .'.. 1. .i '1.1,1"• p '1 I r• .:: a1 111 .1 1 1• . fl' .\\ r• '\ y ^ : 0, 1 . 0 ! ,. r „1' • r . . u. • I. r 1 . . • \ •' I ' \ • 0 \ I • .# • ' . 1 i i 1 r 0011 .bl / i . • I H •'1 r .1• I �. : a: • I.•i 1 \i.r.• •• 1.1 �' • 1'• •A1, lnl' 11 1 1 1111• ir'I. r ••1. .1 'i •..r • 1 / ' 'II rI' %\, r \//11 101 ON • •5' .1, .I•\Y I,', 1/'• N '1\ ',r '\i. I, nI \ / iI \rr /.i\./i\.\/. .i .'/I,/% r .\ \\. /\1 \1 i ; \ I'i ;; Elk \./I 1.'/1•i. 1/\• . 1 •/\iI . i11 a\\.I" 1/ 1..y. \!.!!! `r 1/,� L:1\.I Ir/ I, 1 r.:r .1'11 I'•.\/.1�\ray\• "•: i• :.I / .' ..I,, 1• I 1• i• 1" I\. / / \.r ! r•.� �I1\1 i,1,'/,\1 rli\\.%,'ri\.'✓I♦\1 p\ . ./'I.1 /' /• \r •\ / I i. I, 1.,O .\ r \ ..I 1 • • . • \a/ \ 0 % •' , 1. ... • •1 '• . 1 :.INStaRANCF C: M41ANY1O1• hOP Th'AM11111; r1 • • 11.1 \ 't..•1 . \'' \"' ON 1.11 , , '';1'; #U 50 v\ '.\., 0% i10, 1•,. I1 .1 ;,:c I• \. ,. ¼,;. / 1\II .. I.\. 0 0 •/i.\// .../ "I\. / 1001... \/\i 'I./ 1 • • .• J1 . r/.. 1 ' 1 ' n \ rI 11 • / 1 .r 1/1 \\.. /'ii• \/ \0\\'/I. \.r/\. I \I/• q'i\ r n rn.••Ir \.i1I /\ ./ \/r "r\1 I ' .I .11 I.N. ,• \ ' 1 'P; " 'J •'�•',•'•' r I,\.', • '1•• INSII19ANCI COMPANY. OF' NOItT4 AMFII.C t. ''N •0''o¼%;, ', •� .• I'.' 0000, • # . , . . iI ,r 0 11. ` . I , .1 I ' ri \.e / E\ , .. I r.. 000/%• ♦r 1'/.1 I' I \'I 0• / r \\. ./.'/I /1. n I.1 r 11•/\ \ •/ /I \.1. i•1 :I j \/ \II \. • .\' .I .. /'\ yq' r` "/.ri, / \/•I ./ /\' •r 1 �A\ n.1 V .1.1 . . ,1 iliq 11/ .I. . . Ir 1.'r/ : /r\'i'\1 I, 0 .' r' ti •'\, \lI NO .i �/� \`tool\//\1„/\1100 /\Ir 1., / . i/ i.r 1\//r1 yi. ./1.L./.i'i \'i' I'\. ' 1 i, r\II r"i\ ,r / ./\1i r. .r. II '. i• ,.r\i///.\/i1 1111 PO\\\I. rn I, • /J \' I00!0 ;11\r^`1 0001` \ rIr ..1 \ , \\/ :1\..I' r \ % �/ l 0 % \I/ \I. 0 10 \.r a '�\%i \ r .0. r 00, ':01' Ir.1 • 11Vr '�1•':\:1• ' 'I. .il .l•'•i•.: ,�.:. .: \'p. ;#,'s'# .'e.""'•�'girl'. /t \•I. r.i1\ /• 114''.\r t•• • ;'r . ,.1'i \. /i\1•/I'' \to '1 r, 1 r 1e. ' ,i %•' 1../\i/,I r. \' 1\i., O/ .\.'I r I// \0 r, \t u• \ / . L. r 1 r• ' r I . . . r• J J 1 , 1 '.\1 .r \ \ y , °°°N 1 i1 /i' ` Iri, r.'1 •.i•i• 1I •, \\,/\ /ION 1 0 •. ;' ,1/\ I \ I' ' , I`;�Ii \\% \ 'n,'\%' ,ir/ \I /11 r/ \ .. .1,. 1•, 'In, / 1001 ,r, r\.,! \i•1 o4,\' \ 1 \\ir I% ,In, 1I/1.ir\ \ //.\�'\ / 1 ./ W ,1\\r/ • 1i i' . /\\ 1 \• \, Iv \,/• Yi, / 1100'/I/'\ \•'1 /. r \ ''\• / \ \ I i\ 00 \\i �n NI;/'\\' I' N!o0!\ •\'\ 'I 50,00 0 1 : No r • \ /'\\ r r� .0%0 •'I r\,'/I/\ , 11\, • • n ' 5, I,it II,\ \//\1 I/i i. / .\/ ' ' \./ 1 \ ,111,0;,\\.r ,\.i,\\, MI Sr .I S.. l'•�1i AMI F11CA 'I" ' p. • .n .. 1: I • .� 1 .'1, • . L •. ' A 1. •'•. I J� 0. I \ /o¼ i; r \1I 1• \i \rr ,'''# 00. 1i r' 11 /I1 . /\•1 \ 1 111., I, " I ,1 .I,• ', 1.. •` .. .. • I • f i I. •1 1100 r' .1 i. • TI e.\1, .\1 ,r ,. •,i . \1 101/1 I. 11„ ',1/1I �. \i 'I \//i'. r 1III.\:o i•./ a/ • ,\ \\; .1 i •'.'r'-. •i ,\ n1 I'\ / ✓ ,, r/.' \' \.•/\\ r Ir 11 . rr • ' • �1. II, i..1u' • 1' n • '•1.. i 1. ,• 1.1i Li . 1.• • 1' ii ' • 1 r� 1. '. '. J. r 1 II. % I 11 ,r \•I T1' 1! . . r'1\,i ... 0/11 r I \ . \✓• \ 1'n\/11 ,/i 1 r \1%.1 1Ir o••,, ,0`' .\ 1.. '.1 .. 1 ♦ '• •I• .1.1 ,.1 i1nq .lip 1.11 ,'•. • 1...1111 r a, '•.1 141.\./r'/401/\.. ,•1 ', ,\ ✓" .l. (.•' ' I' • 1. .1 •1 L'•" • • 1' 1••11'• 1'.": r 111 • • ' :•• •1• .1 1,r I•• rr. r 1 .I• �'• r r1 /I'1\' r1 i1 /' 1;0/,1 1(\'. Y1/• t \n '110^ ,.\ /\\1%^ y\\1 ./�/)•/1 q/"\,',•1 h /, 1' \. / \ I \/ N ' /, / \ r0014 ,i. i I,; r • 1 I1 n \ I I \ ♦.r 1 r r \ \ . 1 • • \\ p '•I'1. 1• r\\ ,I '\`%I/\ \ /1\.1•\i' \ 0000\\\ 1 \ a \0001 •/p/ "\i /\\;Iy1 I\' \00.\\r, •�.1J. \I�,1 .\• : I 1 • \% \ n1 �1\. 'I \nI/,i ./,, •0 \iI/.1\ „\\r••\' 1,r \1 No J .!o'\I 1 \.I \i 0011 . i,I '•/ .ii.. . rm \"i1 .: -. /0\1 • \\ l �4 1 1 /r/ 0 'r 1 10 1 1I•, „ 1 „ \ /'\♦ ,1J, 1 0011,\. r •1 ,. i/1 '•,a.\ / 1. V' \ I \' 1r �% 11\,ir 11 \ I . 1•:I I\'% /1.1\• Iit\\I �,,, y/r• •I /\y r'. ;!/! \ •� • Y I1 i.t Iii\ / \'�\ / // /' • 1 Yi t!\,,0/!%! /. . i \110' /11 \,1 I • ,%0o\!!# •\ Ir r I /".. Nt'/1 11., 1 /� •'�' 141 y \\ \ , I\ /i r,I• .1I . `%� \ �}A • L,) 'I .1 1\� .• \i./ 1'1 ru \' /0,i i.\'I'1 i\ •. n\` I1 ,' 1 \\ ,\ '' : :1.1 INSURANCE COMPANY jr NORTH AMFRICA' • •• I •1 . /'1'•' ••y.• ••u • 001'1:, :•I '• <: ' .� .r^•:•yoP'•l.. irL•Yr l . \I 1\'I .' 11., r, No nIa\�.0..,•, 0 \ I%1\/,.•\\1..1 .'r1\ ii//i 1/,�1\i'/5• , I 'I. r 11 •1 '.r '1 '• ! .0000\\ r 'i I/".''/I\\.I L\1•// 1% I •\ / 1' 1 .'\1 a/'1 / 1 ' J \ \ I \i, '1 r' 1 " •\'1 /\ 1 i 1ir. i\ /,1 \ 1/i i1 . \ '1- ,1\' 1/.,\ o!i!11 I'41\, •01%% " rt\'I 11'IM 1'1 rii'd '•.1i •i' .iJn'1\.. •! •• �•, •'.• -1 •• 14. .1 d, ^ aII 1011•04 nl: n. •.11...11, i1I • 01n, I,;i •1 \ 0000 / 11 , \1i•\' . \ r 11i .\r •, \n .\n 1 Iii 1/ 1 •. i i 0#!S.,;# 1 u 0 . 1, e, 11.00 r 1 1'\ ' r \,r. '. 11.1.• . /1r \.,Ip..i ., ^ . n '1. •.11.1 I. r \ .1, r/1 00 • \I,• , 00 0000 55. \•I ,\ 1/ \ ,0 ,/\1"I'•1!,i\,,Ii1 /, \ Ii r ,1\1'.,'11 /\i•,! , I�1ii, �''\/I/..i„i No. ' I \'%r \ I % .1\ '/I \y 11 N i \ 0. 1 /1 ! ' I.;. /11\., ii /J\IN •., ° ,1 Ip`,/p 1 r............................................................/ •I\.\I•' -/ r n r•1i/• 'i\. 0011/ / r,\ r /1 ., I1 \ 0 . 6!,.Ii'i i\', 1 eI •/\. r \i1 ,i 0 1 'I0 ., No i1p� OI ia,1, // 00 1111 r'� 1,\ \� r \'• • r, \\0 'I•'„I' 1.'./ 1:I 0 1r 1 / 0001 I 4. 11• "/ 1/111\' I • /• \ • , 00 , \ 0 \'1 1 '11 "„ \' 1 • 1 / • I .• I' •1 0, 1 --------II 1, 1 ` . ri ,0/1/I . .Ito I\ \• '\ ,.\1000\ 00,.1 1 I, I1 0 1;/\1 •,%;0 II%i'il Li\/1.1'/1 1I/a" 1. ." .1 \ '. 0000, • 1 • n I• 501 /. , \' /,\ ,1 1, 1 Ir\ ,\ /1\ i1; 1. 1,I/\ I'1\ !•' I 1"I,\1! 1:, 0.\ '/. I5 00 \\ 001,/\\ /\\/i 1'� 1./,\. I'1'' I 00': /t 00 /. Y\ 0 I•No No%, \I rL 1„/,�\`1100.' 1\; ION \1100• / 1 '/' 0 \// 1 1 \\\ #0¼¼P:.#/\.�,, .•,\ 11' 0% No• 1 I1 / .'••0 ,,n • , II `•''\ .1%, 0 /\ '00055!.005 . ..• 114//1 ,'• ,i1 .1.I Si r,Ir1 ,n11 n 1001,\ \1.I '1. \ / %i1 ✓'5., � \ \" ,,.1• I11i I'/ 110 1\I/ `n'I!\!/ 10'/111. ., •;\'•,,,1\ j,1\�1 Ir I'`1\i J\1; 4 000 •\\u `\, •.\ \1111'\ P\ /i 1 r\•;,.a r/1 01'11 •� b01 1 ', \,I, . 1 : 0 • 1i'�1L• I 'r y 0?!, /I r I i' N. !!\� ".1• \'t•, i .\ 1./'.\,;I %1Yyy\\ F•,\,0 i\ 0 Y001\/•1 0, 0 P'v/r. �0O r'\.'. yI1 n'�"\.011 1 •.r .\1 ./ r.r \,r . \1./11/•1 :'\"I:\1 \ 1I \.//., \ u \';'o00 e' /11 00 ./ 1\� 1 1 / I \�,J\. 10,1 ,r„1 �. ,•^ 'I' \I/ • • 1i . •11,\.• 1/ 1I\\I \/; �r \!I; I,,S%!00 \1/ \ /\\1 ,1\ /•1i I1 1 1 1\,/ •#;/• 110�•'.\•,11,1:1 1i ii. 1 1 i1 •• \ 00/11\1, iii /,'\ In 0• /• I \.� r \ '•\ /•n \' • 0 1\ . . 1 \1100 0 , . • , 1. I, I rr H P 11 r . 1 • I \ •' , I 1 •' . 1 / V 1I0 . ,- 00! . n\ 1' IT. BID ' STREET RECONSTRUCTION ARMSTRONG AVENUE FROM COMMERCE DRIVE ' TO CITYLIM/IT ' Proposal of f1 ofd L�-.¢i/� wi5a s/hC. /��'CGa�orr-tineh&W �%GYGS10'Iq, (hereinafter called "Bidder"), a corporation, organized and existing under the laws of the State of a partnership, or an individual doing business as 1 1 1 I 1 1 1 1 To the City ofFayetteville, Arkansas, (hereinafter called the "Owner"): Gentlemen: The Bidder, in compliance with your invitation for bids on the reconstruction of Armstrong Avenue in and for the City of Fayetteville, Arkansas, having examined the pliians and specifications with related documents and the site of the proposed work, and being familiar with all of the conditions surrounding the construction of the proposed project including the availability of materials and labor, hereby proposes to furnish all labor, materials, and supplies, and to construct the project in accordance with the contract documents, within the time set forth therein, and at the prices stated below. These prices atresto cover all expenses incurred, in performing the work required under the contract documents, of which this proposal is a part. Bidder hereby agrees to commence work under this contract on or before a date to be agreed up'on by the Contractor and the Owner and to fully complete the project within 60 consecutive calendar days thereafter as stipulated in the specifications., Bidder further agrees to pay as punitive damages, the sum of $ 300.00 L for each consecutive calendar day thereafter. Bidder acknowledges �V6i2G I' receipt of the following addendum: E-1 Bidder agreeslto supply all necessary materials, supplies, tools, and equipment and provide all labor, supervision, and other services required ' for the complete construction of the project as described in the specifications and shown on the plans for the following unit prices. I I I I 1 I. 1 1 1 1 1 I The costs of (miscellaneous material items not listed below that are required for a[complete job shall be included in_.the unit prices below and shall not be alcause for an extra. Item `Estimated Unit, Description of Item -Total No. Quantity and Unit Price Bid .Amount 1. 12291 TON TON, AHTD TYPE 2 HOT -MIX ASPHALTIC CONCRETE: INCLUDING 2" SURFACE COURSE AND LEVEL- ING/FILLER COURSE FOR THE SUM OF dollars ($ 35.z5 )TON 2. 2794 LF 3000 P.S.1. CONCRETE CURB AND GUTTER FOR THE SUM OF dollars ($ &•lo )L.F.$ I%DI3•¢p 3. 4500 SY 6tc 14 z% 4. 3083 SY H IIG e AMOPAVE 4599 POLYPROPYLENE FABRIC UNDERSEAL (OR APPROVED EQUAL) FOR THE SUM OF dollars ($ /.zo )S..Y.$ 6.h iTh 4" TOPSOIL; HYDROMULCHED, FERTILIZED, AND SEEDED WITHe50% PENNFINE PERENNIAL RYE AND 50% REBEL FINELEAF FESCUE FOR THE SUM OF dollars ($ E-2 2.00 )S.Y.$ lo�1�OGtoo }Estimated Unit, Description of Item Total Quantity and Unit Price Bid •Amount ,2143 CY SIDESLOPE AND SUBGRADE COMMON EXCAVATION FOR THE SUM OF •dollars ($ /0.45 )C.Y.$Z34 7' -465 4050 .5? CLEARING AND GRUBBING INCLUDING FENCE REMOVAL FOR THE SUM OF L 7w �r 7%v dollars ($ `L.%O 1236 TON CLASS 7 CRUSHED STONE BASE, COMPACTED TO 95% MODIFIED PROCTOR DENSITY FOR THE SUM OF 7bA 7/8 dollars ($ /3.75 )Ton$ A 445 60 ,128 SF 12" RIP RAP PLACED FLUSH WITH SURROUNDING SURFACE FOR THE SUM OF • l�ULL1 54av dollars ($ ¢ SO )S.F.$ .fl • 251 SY REMOVE EXISTING PAVEMENT I FOR THE SUM OF ' 45% dollars($ �.5c )S.Y $ •I1 LS REMOVE AND REINSTALL 15' // ``� yj�dOF 24" C.M.P. FOR THE SUM OF ThehGtYl-t5/il/JytGy �oI lars($ S7D'�O )L.S.$ D. i LS / REMOVE 15' OF 12" RCP; INSTALL 0' OF 24" CSP FOR THE SUM OF r [ . l rMi1ll w1illdl/�1y YOdoIIars($ E-3 Item Estimated Unit, Description of Item Total No. Quantity and Unit Price Bid Amount 12. h2 EACH FLUMES OF 3000 P.S.I. CONCRETE COMPLETE WITH SIDES > CURBS F R THE SUM OF •51Y,ehlfiYJLI�ILL/ wu/;w do -I Tars{$ 575.p� }EA $ D 13. 1 LS REMOVE AND REINSTALL 80 LF ncOF 15" CMP FOR THE SUM OF ICy Jl//�jJrav�� doI Iars($ • 14. 5 CV ROCK EXCAVATION FOR THE SUM OF NLLL6f1tsQ41tt dollars ($ %%TD )C.Y.$ 35.97) .. G E-4' i l L,•.- G f���� TOTAL BID $/�`j(i/{LIHL�Nf�/�/ �lX �f�QLVY�I i $ f((p,3zr9.6n (Amount Written In Words)7t q(In Figures) The Bidder shall state the price bid in words and figures (written in ink or typed) for each pay item, and the total bid. In case of conflict between words and figures, the words, unless obviously incorrect, shall govern. Bidder understands tha.t the Onwer reserves the, right to award the total project, •or to; reject any or all bids and to waive any formalities in the bidding. Bidder agrees 'it hat this proposal shall be good and may not be withdrawn for a period of 30 dalendar days after the scheduled closing time for receiving ._bFds.. Respectfully submitted APAC-Mk ui s, lnc.) f'1CClinlax _ o&n- j)!y%slnr Firm Name r4. .k.- 1 R 7_ .., Address •Gc�fit/�e FGLttS�J `1Z70Z_ City State 9a-zoz Arkansas State License Number a I UNIT PRICE AGREEMENT ' THIS AGREEMENT„ made this day of between City of Fayetteville , hereinafter (name of Owner), (an Individual) ' APAC-Arkansas„ McClinton -Anchor Division doing individual,).o'r (a partnership,) or (a corporation) "CONTRACTOR". , 19 , by and called "OWNER" and business as (an hereinafter called ' WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned: II 11 1. The CONTRACTOR will commence and complete the construction of Armstrong Avenue Street Reconstruction 2. The CONTRACTOR will furnish all of the materials, supplies, tools, equipment, labor, and other services necessary for the construction and completion of the PROJECT described herein. 3. The CONTRACTOR will commence the work required by the CONTRACT DOCUMENTS within 7 calendar days after the date of the NOTICE TO PROCEED and will complete the same within 60 calendar days unless the period for completion is extended otherwise by the CONTRACT DOCUMENTS. 4. The CONTRACTOR agrees CONTRACT DOCUMENTS and $ 166,325.50 dollar amount to be quantities at bid unit 5. The term "CONTRACT DOC Advertisement Instructions to perform all of the WORK described in the comply with the terms therein for the sum of or as shown in the BID schedule. The actual adjusted according to actual constructed prices. JMENTS" means and includes the following: for BIDS to Bidders Bid Bond Bid Agreement Payment Bond Performance Bond F-1 (H) Notice of Award (I) Notice to Proceed (J) Change Order (K) General Conditions (L) Special Conditions (M) Special Instructions (N) SPECFICATIONS prepared by CEI Engineering Associates dated March 1990. (O) ATTACHMENTS: (P) Addenda: C 7 No. dated ,19_ 19_ ,9_. (Q) Drawings prepared by CEI Engineering Associates including cover sheet and sheets numbered 1 through 6, and dated March 1990. The OWNER will pay to the CONTRACTOR in the manner and at such times as set forth in the General Conditions such amounts as required by the CONTRACT DOCUMENTS. This agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors, and assigns. F-2 IN WITNESS WHEREOF, the parties hereto have executed or caused to be executed by their authorized officials, this Agreement in five copies each of I (number of copies) which shall berdeemed an original on the date first above written. OWNER: City o Favettevil.le BY ( NAME William V. M4rtun (Please type) ' (SEAL) ATTEST: -a/ 4 NAME vl e it�{ ak. fL am4, (Ple'5se type) e�g TITLE (� L&st (SEAL) ATTEST: %,4r NAME '&4c l G6KC1 J/� ����ea(Please type) � TITLE k € //auilHJ TITLE Mayor CONTRACTOR: APAC-Arkansas, Inc. McClin on -Anchor Division BY <O�i1l.1% COCCJ NAME James A- 61 (Please type) ADDRESS 204 N.Block, PO Box 1367 FaVettevi lie, AR 727.01 T } titi 4.bh.1•_�. e F-3 United Service Agency, Inc. Post Office Box 11765 Lexington, Kentucky 40577 NAME AND ADDRESS OF INSURED APAC-Arkansas, Inc. McClinton -Anchor Division 240 North Block P. 0. Box 1367 Fayetteville, Arkansas 72702 DMPANY LETTER A B C D E F COMPANIES AFFORDING COVERAGES Insurance Company of North America CIGNA Insurance Company of Texas CIGNA Insurance Company of Illinois Atlantic Employers Insurance Company This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time. COMPANY POLICY Limits of Liability in Thousands 10001 LETTER TYPE OF INSURANCE POLICY NUMBER EXPIRATION DATE EACH POLICY ' OCCURRENCE. AGGREGATE GENERAL LIABILITY PERSONAL INJURY INCLUDING $ $ A ® COMPREHENSIVE FORM LAB 26606 12-1-92 ( BODILY INJURY) PREMISES -OPERATIONS II PROPERTY DAMAGE $ $ EXPLOSION AND COLLAPSE ® HAZARD I UNDERGROUND HAZARD ® PRODUCTS/COMPLETED OPERATIONS HAZARD ® PERSONAL INJURY, CONTRACTUALINSURANCE BODILY INJURY AND $ 500 $ 500 BROAD FORM PROPERTY PROPERTY DAMAGE DAMAGE _ COMBINED INDEPENDENT CONTRACTORS PERSONAL INJURY AUTOMOBILE LIABILITY BODILY INJURY $ • (EACH PERSON) ® COMPREHENSIVE FORM BODILY INJURY $ A LAB 26606 12-1-92 EACH OCCURRENCE) OWNED PROPERTY DAMAGE $ HIRED BODILY INJURY AND NON -OWNED PROPERTY DAMAGE $ 500 - COMBINED ' EXCESS LIABILITY) BODILY INJURY AND ❑ UMBRELLA FORM I PROPERTY DAMAGE $ $ ❑ OTHER THAN UMBRELLA - COMBINED FORM ' A RSCC20578142 CC20578142 12-1-90 B WORKERSCOMPENSATION RSCC18146939 and renewals STATUTORY and ' C EMPLOYERS' LIABILITY RSCC1814704A thereof until D RSCC18146836 12-1-92 $ 1,000 (EACH ACCIDENT) 1 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES ' Street reconstruction - Armstrong Avenue I Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing company will endeavor to mail 30 days written notice to the below named certificate holder, but failure to mail such notice shall impose no obligation or liability of any kind upon the company. 1 NAME AND ADORES S OF CERTIFICATE HOLDER: City of Fayetteville DATE ISSUED: October 1, 1990� 113 West Mountain -?-� _ �1�2/Yt�� ' Fayetteville; Arkansas 72703 _ \ AUTHORIZED REPRESENTATIVE I993432(08189, PAYMENT BOND KNOW ALL PERSONS BY THESE PRESENTS:. that APAC-ARKANSAS, INC., McCLINTON-ANCHOR DIVISION (Name of Contractor) P. O. BOX 1367, FAYETTEVILLE, AR 72701 (Address of Contractor) a CORPORATION , hereinafter called PRINCIPAL and (Corporation, Partnership or Individual) INSURANCE COMPANY OF NORTH AMERICA (Name of Surety) hereinafter called SURETY, are held and firmly bound unto CITY OF FAYETTEVILLE, ARKANSAS (Name of Owner) FAYETTEVILLE, AR (Address of Owner) hereinafter called OWNER, and unto all persons, firms, and corporations who or which may furnish materials to perform as described under the contract and to there successors and assigns in the total a gregate sum ofONE HUNDRED SIXTY SIX THOUSAND THREE HUNDRED TWENTY FIVHoAffa�gI1(t $166,325.50 )in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heir executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the PRINCIPAL entered into a certaincontractwith the OWNER, dated the day 4 , 19 , a copy of which is hereto attached and made a part hereof for, the construction of: STREET RECONSTRUCTION - i ARMSTRONG AVENUE NOW, THEREFORE,Cif the PRINCIPAL shall promptly make payment to all persons, firms, and corporations furnishing materials for or performing labor in the prosecution oflthe WORK provided for in such contract, and any authorized extensions or modification thereof, including all amounts due for materials, lubricants, oil, gasoline, fuels, repairs on machinery, equipment and tools, consumed or use,d in connection with the construction of such WORK including that by a SUBCONTRACTOR, and to any mechanic or materialman I len holder whether it acqulires its lien by operation of State or Federal law; then this obligation shalil be void, otherwise to remain in full force and effect. G-1 PROVIDED, that beneficiaries or claimants hereunder shall be limited to the SUBCONTRACTORS, and persons, firms, and corporations having a direct contract with the PRINCIPAL or its SUBCONTRACTORS. PROVIDED, FURTHER, that the said SURETY for value received hereby stipulates and agrees thaltt no change, extension of time, alteration or addition to the terms of the contract or to the WORK to be performed thereunder or the SPECIFICATIONSlaccompanying the same shall in any way affect its obligation on this BOND, and it does hereby waive notice of any such change, extension of time, alterltation or addition to the terms of this contract or to WORK or to the SPECIFICATIONS. PROVIDE, FURTHER, that no suit or action shall be commenced hereunder by any claimant: (a),Unless claimant, other than one having a direct contract with the PRINCIPAL shall have given written notice to any two of the following: The PRINC days after or furnisl stating wi party to labor was the same envelope where an o or served state in v need not I (t) year CONTRACT, in the B hereof, s to the mi PAL, the OWNER, or the SURETY above named within ninety (90 such claimant did or performed the last of the work or labor, ed the last of the materials for which said claim is made, th substantial accuracy the amount claimed and the name of the whom the materials were furnished, or for whom the work or done or performed. Such notice shall be serviced by mailing y registered mail or certified mail, postage prepaid, in an Lddressed to the PRINCIPAL, OWNER, or SURETY, at any place 'fice is regularly maintained for the transaction of business, in any manner in which legal process may be served in the hich the aforesaid project is located, save that such service e made by a public officer. (b) After the expiration of one PROVIDED, amended FURTHI automat) hereto, than 20 upon amc percent faithful perfor, wherever used i or the 'loan Doc modification of PROVIDED, FURT} CONTRACTOR shal may be unsatisf ollowing the date of which PRINCIPAL ceased work on said s being understood, however, that it any limitation embodied ID is prohibited by any law controlling the construction •h limitation shall be deemed to be amended so as to be equal mum period of limitation permitted by such law. R, that it is expressly agreed that this BOND shai,l be.deemed cally and immediately, without formal and separate amendments ndment to the Contract not increasing the contract price more so as to bind the PRINCIPAL and the SURETY to the full and iance of the Contract as so amended. The term "Amendment", i this BOND and whether referring to this BOND, the contract invents shall include any alteration, addition, extension or any character whatsoever. that no final settlement between the OWNER and the abridge the right of any beneficiary hereunder, whose claim ed. G-2 WITNESS WHEREOF, of which shall be i this instrument is executed in deemed an original, this the ATTEST: 4; 1Q n23 as, Inc. chor Div. Address P.O. BOX 1367 City State ATTEST: Witness to Surety Address Box 511 counterparts, each Number day of APAC-ARKANSAS. INC.. McCLINT0N-ANCHOR DIV. PrincipaI By da-� /Q . && P.O. BOX 1367 -FAYETTCVILLE, AR 72.702 Address APAC-Arkansas, Inc. McClinton -Anchor Div. City State (s) INSURANCE COMPANY OF NORTH AMERICA Surety rt By r Judy ranks 'But1ef: , s,'J: Attorne i -.Fact. �?s Address Box 511 Little Rock, AR 172203 Tittle Rock, AR 72203 City State City State NOTE: Date of BOND must not be prior to date of Contract. If CONTRACTOR is partnership, all partners should execute BOND. IMPORTANT: Surety companies executing BONDS must appear on the Treasury Depairtment's most current list (Circular 570 as amended) and be aluthor.ized to transact business in the State where the Project is located. Em G-3 J PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: that APAC-ARKANSAS, INC., McCLINTON-ANCHOR DIVISION (Name of Contractor) It P. 0. BOX 1367, FAYETTEVILLE, AR 72701 (Address of Contractor) a CORPORATION .hereinafter called Principal, (Corporation} Partnership, or Individual) I and INSURANCE COMPANY OF NORTH AMERICA (Name of Surety) •P.I 0. BOX 511, LITTLE ROCK, AR 32203 t r (Address of Surety) I hereinafter called Surety, are held and firmly bound unto CITY OF FAYETTEVILLE, ARKANSAS Name of Owner FAYETTEVILLE, ARKANSAS (Address of Owner) hereinafter called OWNER in the total aggregate penal sum of ONE HUNDRED SIXTY SIX THOUSAND THREE HUNDRED TWENTY FIVE & 50/Q)®Qlars ($ 166;325.50 in lawful money of the United States, for the payment which sum well and truly to be made, we bind ourselves, our heirs,. executors, admi'nistrators, successors, and assigns, jointly and severally, firml-y-by theserpresents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certainlcontract with the OWNER, dated the day of 19 , a copy of which is hereto attached and made a part hereof for the construction of: STREET RECONSTRUCTION - ARMSTRONG AVENUE H-1 I NOW, THEREFORE,' if the Principal shall well, truly and faithfully perform its duties, alll the undertakings, covenants, terms, conditions, and agreements of said contract during the original term thereof, and any extensions thereof which may be granted by the OWNER, with or without notice to the SURETY and during the one year guaranty period and if the PRINCIPAL shall satisfy al claims and demands incurred under such contract, and shall fully indemnify and save harmless the OWNER from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the OWNER all oltlay and expense which the OWNER may incur in making good any default, then this obligations shall be void, otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said SURETY, for value received hereby stipulates and agrees thatFno change, extension of time, alteration or addition to the terms of the ,contract or to WORK to be performed thereunder or the SPECIFICATIONS accompanying same shall in any way affect its obligation on this BOND, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the WORK or to the SPECIFICATIONS. PROVIDED, FURTH amended automat hereto, upon am' than 20 percent faithfully of Documents shall of any characte R, that it is expressly agreed that the BOND shall be deemed cally and immediately, without formal and separate amendments ndment to the Contract not increasing the contract price more so as to bind the PRINCIPAL and the SURETY to the full and he CONTRACT amended. The terms "Amendment", or the Loan include any alteration, addition, extension, or modification whatsoever. PROVIDED, FURTHER, that no final settlement between the OWNER and the PRINCIPAL shallHabridgethe right of the other beneficiary hereunder, whose claim may be unsatisfied. The OWNER is the only beneficiary hereunder. H-2 hi I I IN WITNESS WHEREOF, this instrument is executed in (Number) each one of which shall be deemed an original, this the • , 19 1 ATTEST: II �cretary (Princ )gy Q � ' Wi:t.ne'ss Q.to;ParrIncipa tiy .; , APAC-Arkansas, Inc. """~>'McClinton -Anchor Div. Address P.O. BOX 1367 FA4 ETTEVILLE, AR 72702 City State ATTEST: Witness to Surety P. 0. Box 511 Address Little City NOTE:' counterparts, day of APAC-ARKANSAS, INC., McCLINTON-ANCHOR DIVISION Principal By tiyYytL/J 7;t. Ww{s) • APAC-Arkansas, Inc. MCCllnl.un-Anchor Div. Address P.O. BOX 1367 FAYETTEVILLE, AR 72702 City State INSURANCE COMPANY OF NORTHZAMERICA Judy ranks Bu.tle "^"-'t Attorney -in -Fact, K� fl P. 0. B off_ 511 >� Address Rock, AR172203 Little Rock, AR 72203 rState City State Date of BOND must not be prior to date of Contract. If CONTRACTOR is partnership, all partners should execute BOND. IMPORTANT: Surety companies executing BONDS must appear on • Depar`,tment's most current list (Circular 570 as • be authorized to transact business in the state Project is located. H-3 the Treasury amended) and where the fir- F..`�. - ._ .. %1/ P�OWER,OF.,I ;N, , // \ 07,11/ ''I: \1 •Paa: f. 1 .• �F.• /'C/ \CI' �•"•'illl r \.\I�\, I" 4irO\,.i l//, `:! I\ %I ! \/ nL' - • dodo n .' •„r. .ATTORNE.V. ,..1.O11 I, I„% sI'11,,;I•�A: A �; / J.I\• r / r/ /i\`II• i I \/ \•r..,ur/. I , //1\\I Ii\• \. 1/ `^{ I % /.\ iI II./n .'�^I .\ r'\\/ /r /r / \V \/ YV'/\✓1/ 1/r •r/ /1/\ /i 3' /r \•'i\/ rn \I,.\\,, / .'r% \ii \,N0001 I//\1 /.,Ntgl 11 /1./I• %%,\I00 �'/ 1 \//i\ rI\ r.I \. / • \ /. •`\I/ 01 Ir\ I \r / I\ /I` / .0, •,, \\'/ \�I•`�'/"/ %/\ /^• i.^ 'r\\u , \. 1 ' dodo/ 1/r'r \ '0 'L \I / ' 1 .V U r I '\ I \i •Ir/. 1\, a •I " Y ..1 / /\ I ' '• '00 /, I• // •,\/ 'Y rIl\ dodo 1 \ \ \':0''% 1. 1/,' •'s:i/.\.r •,�/I.\' , ///110,1. I rI 'dodo/ %r.' n, 0% .0.':1'•1/ i'.r\\/1.1 ,N,dodo \/./\\ ` q .II rn` ry. / .I \ I• r / Ii.1 Ir 1••.. /`' \ dodo "/' dodo r \1 n •\ % %,dodo' I/ \\' %r /\' III; \ "M.' Idodo': • 1�• I, Know all.men•by, ttleeelpresent8:. 1 '1• INSURANCE COMPANY :)F N ,.•T•1 r "I • �• •• • • ' '•. ; M. %\•\I/' n ; I. ' / , / \ 1 1 , • • /I, 11\11 C1'I 1MFRICA .'.q '..1 'r //,\, \ ..1 ..1 •.I• 1 .1. i.•1 .11 .: 11 :••1; • y,', 1. I. .,, .:•1.1 I .• •1\. 1 • 11•.A: 1•• ,1 I . r\.n.• ,'on do '•.!\ .,!:: .•,, ..'1 :1'. LnF f•'//1. Ii\\dodo ,�/ 'rInl ,'r/ \dodo•,\/1 \1/0\III\\.% •. n\. I.•0••I u. 1 �. n J 0 0.,\`I !e/I, .n '.\'' ...1 I 1, dodo%•I, •%r ri' I..,,,\nII •\,0 \rn1'rI •I u r 1/' .P II \r%.\•i dodo /�,\1�!\ I \\\. 1 '1' .n I' 00,',,0 /' 1% r .\ ��•� r.:%/n \,. \dodo' r'\ 1• \�:\/ 1�: / A l. I.11 i'\ii I.r\ • .•• 11'•A • •I . • .I doa • •.• '• . • • • • .. • ..• .,• •: • • • • ! I \I/i • .•1 •�•'• I 1 II/`\•I0!\J. •`I I,N /•1`/r I.I�IO,y\•11 \ o0,%l0 i\ r •1'/,% 11/r , \\/'0 '\/i dodo/.'/ II 10, './1 J�\ /'I\.J\\ a'\\ Y \ I 'N 'I\ r \/1 \II/ .I I'i dodo ` .�' .^11•rI .Ir "I ,'/n\\� II dodo\I ` 11\ : • • . I. 11 IiI In% .'1` •' I/ • /I0. :� /N•I\ ! \ •1/n\,,/\ //� %/\ I y �. • • • •'• •q A• I .. • u • IN •u•, / • u • dodo ! • • ! • • I • . . • 0 .i/11,0/,111;; •.•.•1• .1 .8 " 1. •'.1 .•.•d Ia !doI •, dopy •u! 1 . •••• • n F• 11 dodo; Y!• doll•! 1•Y•• •, ! \\.1 I• 1' 1.0/1,!•• In . .1 . !n dodo! • 1 dodo ! dodo.•' .I'•• •• ! . . I... - .I • • • .. • • '• !• 1 ''1"\o P I• ., I '•\.0 /I•' 1/ • . .. • or . !.. .. ., ... do •• . . . •.. .\ •. !..! P !. •- I0.go .• • do1. / Y•1 •M •• .•:I... Y•IYa•v.....I • • • do•!.' dodo. • .' • i\\V ./rn '1..1..\• .I, •\ 1'u`��/ 1\' 1/, ,,% .\V0 .1 ,. . 0 „r\ •.,. 1.. r//.'101/1\rr., /\L.1\ I' ` /do" • •. • • ..l. •u • ••1•• Y • !M•••. ' . . • dodo•1 ! ••• •• I • • dodo . • dodo • do • • • dodo ,1 1 „\`./ 11.1/.•1' dodo •1 I 1.•• ! ! • • • -. ' 1• I. • •. . I-' 1 • •1 ••! • • % /IN % , \\ / I r / •, • • dodo ,• • • •. • f • •..• • • I • • . I \' ., ' 1/r \./i,`� 11 .� 1 r r\ 1 `/ n rdodo\ .1\0 it I ... ,IIII,I. • / I%••5\11.11\'' 1\ V' 1/ / \.. L• • ', N. 111, • % • • • • • • • • dodo Y• • !. . 11 n . : • 1 !dodo . .. .• I/\/1. `\/I i'. of• • • • !•' I• \'o" ,//II 1 "V 1. 1. ;dodo . n 1• \ . / /' . 0 \. No /1, •,, \\,I 1 • dodo \I`. 1/\ •r1 `\u I ` \ . \o,0'"'. //� 1/ 1\yil . 0\• ,;/'••'• dodo • F. I,• •i • I. • .. ! • 1 • • •I .1 dodo • n• n 0% / \, I 1 I I 1 1 11 '0%. I . /, . I, r/ \ / I •1; • ,% ,%.,0 \ . •0 do I. • • 1 r `•• I • .1 n , • dodo•u•• , •1 1 :Y 1 / 1 • • ' do 1 • / ' 'I /r\\e /n'I' .,'\"1, 1,•\•{, n• " '�:\',/q • \. �I 1\./. ..,, . 1/I.'//n\\.!i•,r /I\r 1'1 /` /; V• •, 1,.0I • 1 Mw IV •. he . .,I. .•1 .00, 1 . r.N/,1 .II\. ( \I r, 1,. .I. I/.\\dodo, V"IN\ .I./Ir\1 00% 0I\\/, • rI 1 /\ I,11.1/1\iM.R., %I \..;II• 11• .• .ME „\ dodo ME _ •. ME-• .•••.ME • 1 .. • .- dodo. • dodo• _ - '//I •J 0/ 'I \ n q ' .I 1 1 1 \ /../ 0\N; .1, II 1, •'i,, II \ / \N0 01.1111 ' . ,\/'\`'01/\\Ii \II .\ .\i1/'\\/r' \,/.\\y \/I/ 1101 I .1 INI1\/ i\I r, 1/ e/ 1 \ 0\.dodo. rL .1111 , I, .11 1//\ r'`\ r\\. .In'/\//1.\11/I. O'I" \./r.I I,'I 1''I/\./r.\//1' .r.fi. \\I \',', \'r 1,/ N i1\1 \� .\J' III �,,. 1 1 r I\I\,'I rI'; 1/ /1 i 1,/ \\dodo 1\ 1„ 1' 1 1,//1'1'/II\1/. 1''/1i `i' ''•,`!'/1,.1/11'//1,/1• 'I. r /• 1 /0" dodo. 11 \ I. \ \Ir.I 1 / . /' 1 0.11 �'\\ 1 I / \. • 'r, \ I 1 1 • . 1 / 0. \I' .' r. 1,\.',•.\.. .r i1„\ . .1' n 0 1! 01l��'r`/ /`i1i.:`\\ //.Y./ .(u II.'I II'\Of, 11'/ .,•' 1 . '0 %0 '( /, .'•. r/ .. „ J •I,n 000 \' ./,,�11\11\11,/. ::r,. . .1\.. RON 1 \•./r'1 0 .11' \. \ '1..1 0 dodo• •• ,1' • i;'I\Ir '."1111' •0,'%• .I IIdodo . I\1.I '11, ./'i 1,' • '. 1 I'•. •'I' i •,\ I/, I .( I\. `a:\• ' n.•0 . 1 0 • I. •\ \ • • f ` •v '_/X1 % • • •.. i •.. : •.11 . r • •1 . • I• • I .u'f ". 1••• V )'I \ , .\I ',� r,i r1•\'I� ; r I1,\ r'rI \" '' . • . •\ / 1\1•/I '',0' 0 1 , ' ,, /\r '.Y • r n.• : ,�. 01• \. ` / %,'o° //NI ,1.0 W I 1I '/11'/"• ",/1• 1 %, I „'. 0.11 \I1., ,,.11 rr''% / ^'\1/. , • • • \'% I•n •- •, I. • 1 \ I / I•I 'II ' I ,,, J , . I Ir I',Ir .r .• ,'I' ' • , 111 ..I ; Ir • u•• ••I ;.1' • . , '• ` . \I,.. .1..I 11'/ "0•'„•/I • I'\�••r•I,',%. ./ 0/1.•1'1, •I,./••'r, ,w' ' • /1 . '.0 .Ir/ \H.n I . 000 /•f �t • •• ': \. I r' i Y dodo i I n1. 'i• 1, 1. i .1 .1 • •• 1 , • • 1'. •, ..1 111. ., I; • 0 • • •1 • II. ...I 0_ • ..1 /M,,I11 n r \i'0 111•/ 1 I'' r1'/,• 11 / 1 dodo / • /'1 ,T `,I :L'' 1';' I'n • 1/. .hS11Rf.hCf CUMahh Y.Cr YC'll• AML•:/ C . 1 '/'\ Il vv J' I 1 •,'•/O. ,L ,' /..\ r,'ru dodo 1 0 1, I' •' 0 Ir'' • 'l r.I\/ `•!'/•1..•110/ e..\, ,I ., n1 1, \\r '•.I IME / I r / / \ J \ . I, r . . \ /r.. \0'MINN.. „Ii.0 / / I, I.I Ir/ \\\r/rn\\'01.1\r r. '•II I '. ,= /. ' •1 •/'\ • ., I', y'/\'.0111 I10I\•0%l• I'. II 1//I 1 I 'I, I 1, I .\191 \.' 1 I -- 0 , /' / \. { I 1\' ''' No1` \ hSl �'\^L C.OMNI:NY OF Nf 11'h dMF4 :••',r II\ I 1 '1 1 I dodo Y , . •.dodo. I, ' 00 nII /,.�„-1 rr . ':J 0 1 I 0 . '/r /i,,l , 1 / /I I: / •III•. • r I . \I/ "/' '1.\ /H , i1, Ir'• '�\••0q ` I I / •0r dodo, 1 '1 dodo '/ /0 % 1 ,.' N. /'1� �\,.,: .o' \ / '\r/.., 'II0 ,III 1I% :/ •'•'.III ,\ , 1 dodo m 1/ ••!u I,1, �\ , 0„1, , .11. 0 .. / 0 �•• I •II /1' \ ' . 1 00 1 r0 '0. • /` ' n.\.. '1 . r..a. •+1 • \, i\. r.\u1I II Ion 10 1\/, Lr{i\, rr1, /0., ,.,. 0..I„I'I / .n %0&'''%•, \J#01' ! 1.\\,. 1.: '� I V•do • I „/. r r,. .I r. \. r ` n I/ 1.I1A/O 1 .. I• 'r /\ 1 V,/r\ In..�./.I . ''i ,.',i.` ,. .dodo, // I/ .Ir J„I% '.1,,;., '.,rr,Ib `1/111.• \ /\.: • I ,,/ .I\\� \ r. '/ /. ,I % 1. 1 r, /. 1• ', r0 I.l1 0\1 % r \\ -/ do:r /. . dory \ r.u0r\:,r /.I, ;r/r1\I/' I` I•/I\ 0'1 0•'\1 /' a /,\" \,•'r . 1 '1 1 0 \ dodo•• '•i• •1 • •. Ill •�•• i!. .I '/ I. r/.. V r\'/'/ . ' \r/ /.,\\'.In '/ ./ '\"./ 1 1101 'it 1.�••.'I,\ 1 011 .•\ 0110/\ I I r II ;n. I Ir%\\• 'I.,/1 ,/I%1\I''r//\ 0\1 ,1111 II• % 0 tit00/0'•I1 ,I•0 •l % I e . • '., „ / / .I . 1 I `I, i,". /i . ,\ 0 I,1 Ir r'I ' ,II, /` ~II „ Ion• • \\,Iv \\ii1�•/ 1„I I, /\. /\1 \`dodo ,I„ •1 \u'•/1 n i\rl.i\' 1.1 \ -�• :••r IUNo �Y4 r•_ • • • , 011,, 1 r% 1..1';11 i1 /0 '\i. •r, .'I. " •I .I /, I I' ,.. .I. '1., /.1\''10. / •' ._. .1 . A dodo • .. 1 ./01\1/1:�,r i1 %'I,'/ •I%1I ' I nI,'0 01 / \ •'\/ 1 .'0I, I.IO' I•.\. .. %''', I !1 'don hSIJRANCC 11•/MPANY Cf %Of TI. AYFH' C1 'I •I I • No . • 1 ,• ' � :NI '\ r ,n1 0; u./,1 I I'' /n :' 0%, ,%1'o 1I. 11,00 �/ iP\',i\'II, I•.J „1',P ,1 •., .Y,. ..II •', .,.•,. ..•, •, r •••1 \ 1. 1 . AL "1• Y,1 '•I I I ^,. •.. .. 1'• nn a••.' ,q •1• 4 • i' 0. • 1 '1 x . W /1• / . r e / '/n \ ',I Ir•I I I ',1%, 1 \' •\ 0 �0%I00 ,I 1\n ' .III r.I r.1 \ r , r ., r.,,1, .,/I I , \ • •\' dodo 1 F �./ ./.f•. , •'• „0 '1\ \' •r 1 /LI r c rn' . ., ' • . 1 . I • •1• •• • . I. 1 . 1, • . . . 1 • I 11 . I. ' . I, • . . I 1 1 .. I : • 0n'\• \i /'VIA•, \' 1110 r\ '0 , 1 00 ' \ \ •,%VII,\\. •\II,,. 0/. ,, 1„rl. Ix'I, 1•\ I F • 11•, .f. 11 1 „ 1 JI /. n 1 • .. 11,, ,•, •• ..• • , • '. ! . •.,'• .� 00 ,I , \rI•V 1.\,,1.1. \ .1 ...• 'I "iIr 1\/I '•\\/. I'\iI \/I^ ". 0,1 ..1%/1 • / ............................................................... i i/1I \I / i/ \ r%:\0'I In ., II••In I I\/11, 1 I \ Ir\,i •r\ /I 'tdodo ry • ','. • , •i. •'' I\%dodo \ , dodo1/ ., dodo/'\ /'. 1 r0 .11 rr„\\', %1 r• • '•• •• .do • ,do•' 1 r, • 1 • ,' 1\ .r, / I' / \ 1 r JI r1 •0' y . \q, 1 1 1., .rr 1 11,11\•�, • I• ( dodo r\I/,1\/n/0\ IN 1•,/., 0 . NIll,o,'.6.•%•0' .\'i I/ 1.,, ',0 ,, .I/., / 0 r, 1.1\'I'I. �I /I 1\. i\ r.. I \idodo' \.1, / n/ 1dodo,� 1\' •.`I. i.. �IIJ — • ,• .,I. • 0, r'. i ' II//.I /. %0•\I„1, /\%.r.\ . '. /\'/,/�. ''0 . • 0,, 1/ r Ylf�• r, r ',I 1.'. r„\ • i' I0\Ir/ 1 r.. I//,\\ .1 , •II\ \\1.1'1 r/,I/, ,. ,1 .r. ., I /,n 'r • Iw I .. " i .n J'. , 111 , .,\ \ 1 r .0 . I / i.\ dodo 1\.'r'\ •I I, \' " .\. I, J I. . .000,' ....s ,.0. 100111 \.0I \.. \.I 0•.1 ./ '• I . 1 '0 ' /'.I, r/`\I. 1/ II .1•. /.1I :•1s. \/1\ /\ I0I'N''';''' ,\ 1.. /I I•.J/ :, t,•e X -h I I�,I •1./'r\' 11011.1"„ I 1 './i`.r,, Ir\1 -•.'I,'', iry1` ,/,/ 0,•'0 1\r \.0 %1 '1••�•/ I. /1 ,III Ii/i, / •1 :,/I0/11\11.\. r.,,\ • II„ 1\, I/' I•II L.J 1. ., 000, i .•,0.\\; 1\ \1///1%11 \\�, �il. ;,\•'1 /r'1`• I /\ ,'''I\ L \,1 \.` i\11 ri 1�0/ •\ •/,,� 0011, `.,dodo/ n i, `,0 i//1 • _. • ri\ :1 I /I• 1 I ' I I• 11 .. \I/ I. \'1/ /1 r, 1 y'\1\ • , ,%,'.0I,.,'00,, 1 ,1. '' • y' . _ 1.1 • I n• / , /IIr I"• I 1\I '• •9•ai1 / ►SL RANCE f:OMI-YY I.1 h3I I I AMF 4•CA 1. "I I •. '. •1' 1 \I N. 1 n.' • . I r r r 0,,%% I I r. . I • .1 �/ \/. •\ \ Lir l` • \ //.\ o,% \'0 I. r.\,. . 0�\ 1/„\ / . , }1L'1 i'; ' /', I•i .'/\\1/i /i\J/.` \\% `1 IN .......II .' I'C1. ,dodo . .1 '•i' . IIF, .• /, • :, . ,1 1011,0\',i 1, i, ;•//1. Io. .r,o \I, /;;',.,,r i, /\`/ , . / I •—I`•1.\\ O'III,, I/1\nI0 ''.I, n ..\ /.r\. \" \ ;11,1.1 1,./I\1/. \Ir � , I , I, •/ff!� 'in �IJ••'•il�� •\11 1. 1 . I. • I „ III, • , .' dodo •r ' 'I • • 11 . : ' ' ` I \„ I,1 0.1` I, 0 .r 1.1 i r . •, u'1 .\ ./ .'u\• "11 ., /1 e;r; y \�\ ,01.0•/00%,'do. ,I/ I'//1` 00, .r/\ 0 ` .' /,• I' • r I1\,1'.\ ru . ,. , • . `,."\'r 1 '/ 'u .. /,\\r 1. •. \ II .dodo' 'M1 \ 'r •I .1�.J a,1 1 1 / „ 1 /, • 'rrn /'\. I . . 1• J/\\, 1 .n,., 11. 0. r •\/ \•. 1' 1\ •0 011 II' •J . I / .1 ',• \ • . ./0,1 I 1 ,, 1, .. ''I o%l 0 I'I• ' Ir 0'.,0 .1`,' ,0 •/,1. r• , ••1• \\� 11 \ 11 .'I 1,1111/,: /,1„/I \`,, .L1 /I I,\ \'1/jl lilr• /,1\ \/ : ..�. /\ I / 0 ' •. II\. \\ • . \.�, •• . 1I n\ e'dodo. 11 • '/, • 100 •,1 /.'\ •0/ /',,•' I ` ,/'r •I 1• . •. 1•' . .. 11 II 1•/,n `• \ •/' `, ,I0 i�/• \ , \ /// —.I ,' .'. \ ', . 1• -• I. ,•I r.'i/ 1 /11,:/r'.li r\.., I/' •:N •,' � /✓/dory '\IO 0 \ • _ I /I\ •••• .r . . 1 0' .,. /, .0,\''I: ft I,,; n�I% •.: 1 • /'n I• #1 r,• • I I ,'0 '%,'o 'r' 1 . r '1.r \•" 1 I. •1 i' 0t•. .. '.0 ' 0n dodo • in' Ii1I,\\ •J 110 a'.0/ 00.'11.''00 / ,1. \„I\ %11•' ' I dodo. . •�••, i ,• n . 0• .I' . . .'• 1 „ • ' ',I L'. /I 0' \ . . . .1 / 'I . •I % .. . \. \I\ .I ' • 1, / 1 ,;, 000%. ,. . 11;11\/. `./'. 1 /.. .1„ 'i°, .00% 1,11 '/ ;r \ 1 .i 0 •% • ,Ji,n/ . 'I/% .1 �1 !; �, J�q I••1 01 ON 11! 11 rI\.I,\\ / \ 1L/�\, II\u//.I /I I 0, I,' P•,, r/ �.,1� \y,/\ Ir,\ dodo; .1• r \ \1 '•, .' ' 1 .\ .. r r\'/ \'. '',o I,P I \ \/ II ,.1 'IV , y .r'r r. \O .. I\. •r I 11oe1, 1 0 . \r1 . '1 • .. .. .I ❑• •: •Iv 10.1"1 • . 01.• : 11 . • . Ii „dodo •.. ..l • 1 •I, •I .I . • , 'dodo • \. 1. \/ri \• •I,• . .r / 1'• 1. r' r ,11, dodo %I 0/ y,1 • dodo `..I •1 \1 rV Y. • •,0' . 'I •,\, r. ,, . . , '1 / .r .1• r I .J. / r / 1 1 1 . '.,0 '0 0I.•,/ \• I\ \, .,\..n,\/ „ .n. • 11 r 1//"\ /, / \ N. .1\•,''•I0 V , I, /1 11 111\. • • .II, rrr , •, r f,,,'. / r % ' r' "a J' / /1% ! \n i %: L q'0, 1• 1111 I 1\% ./ .' I 11 .,0' '•' I 1•\•.I / '• v /1 y1 \�: , .1 1. • '\ Iu • 1` ,u\ / •','% . i\ 1. .1 . /1.11.1 1 1 \ I, r .\'I / ,\ ''dodo;, ' •1/. 11 \.. .'1 . /\.. 1.1 ..,\I r\..1 ,1' ' • y IJ,♦• 0%0 /r1 I\ .0 \I �'�.I„\ , \11, %'I �11./ ,'• I I\/0I \• .1• i \ /\'.I, I./�1',i',/,'\I 1 In I. \ NOTICE OF AWARD TO: APAC-AR, Inc., McClinton Anchor Division 240 N. Block Fayetteville, AR 72701 PROJECT Description: Street Reconstruction - Armstronq Avenue The OWNER has considered the BID submitted by you for the above described WORK in response to its Advertisement for Bids dated August 15 , 1990._ You are hereby, notified that your BID has be.en accepted for items in the amount of $ 166,325.50 You are required by'the information for Bidders to execute the Agreement and furnish the required CONTRACTOR'S Performance BOND, Payment BOND and certificates of insurance within ten (10) calendar days from the date of this Notice to you.! If you fail to execute said Agreement and to furnish said BONDS within ten (10) days from the date of this Notice, said OWNER will be entitled to consider all your rights arising out of the OWNER'S acceptance of your BID as abandoned and as a forfeiture of your BID BOND. The OWNER will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this NOTICE OF AWARD to the OWNER. Dated this '3rdTday of October , 19 90. City of Favettevi e Owner By G Mar C. Jo son Title Project Eno neer ACCEPTANCE OF NOTICE Receipt of the, above NOTICE OF AWARD is hereby acknowledged: By APAc' %.'nsua, /.ZtLc., ��Gl.��e�r-,�yi�lar Dbi'�,�i this -.5="d a y of 19 90 By c27F.4t2 A- (.Oct Ti t I ej'- NOTICE TO PROCEED TO: APAC-AR, IInc. McClinton -Anchor Date: 9/3/90 240 N. Block Project: Armstrong Avenue Fayettevillle, AR 72701 Street Reconstruction You are hereby notified to commence WORK •in accordance with the Agreement dated October 3 , 19 90 , on or before October 10 , 19 90, you are to complete. the WORK within 60 consecutive calendar days thereafter. The date of completion of all WORK is therefore December 10, 1990. City of Fayetteville Owner By Mark C. Joh son Title Project Engineer ACCEPTANCE OF NOTICE Receipt of the above NOTICE TO PROCEED Li,s hereby acknowledged: ���//�/� B y APi e-AMwil l ,,�',,CS!!�/I f�Y/ %a6 - I�I'IJI UA this the 3&diy(&0boi 19AC By ;l' & Title i<s:lfilGli� J-1 CHANGE ORDER ORDER NUMBER: DATE: AGREEMENT DATE: NAME OF PROJECT: OWNER: CONTRACTOR: The following changes are hereby made to the CONTRACT DOCUMENTS: Justification: Change to CONTRACT PRICE: Original CONTRACT PRICE: $ Current CONTRACT PRICE adjusted by previous CHANGE ORDER $ The CONTRACT PRICE due to this CHANGE ORDER will be (increased) (decreased) by: $ The new CONTRACT PRICE due to this CHANGE ORDER will be $ Change to CONTRACT TIME: The CONTRACT TIME will be (increased) (decreased) by calendar days. The date for completion of all work will be (Date). Approvals Required: To be effective This Change Order must be approved by the OWNER if it changes the scope or objective of the -PROJECT, or as may otherwise be required. Requested by: Recommended by: Ordered by: Accepted by: Owner: K -t I GENERAL CONDITIONS . '1. Definitions' 17. Subsurface Conditions 2. Additional Instructions and Detail 18. Suspension of Work, Termin-. Drawings H nation, and. Delay '3. Schedules, Reports, and Records 19. Payments to Contractor 4. Drawings and Specifications 20. Acceptance of Final Payment 5. Shop Drawings as Release • 6. Materials, Services, and Facilities 21. Insurance • .7. Inspection And. Testing 22. Contract Security. 8. Substitutions 23. Assignments '9. Patents 24. Indemnification 10. Surveys, Permits,.Regulations 25. Separate Contracts 11. Protection of Work, Property, Persons 26. Subcontracting 'Subcontracting 12. Supervision;by Contractor 27. Engineer's Authority 13. Changes in -the. Work 28. Land and Right -of -Way 1 14. Changes in Contract Price 29. Guaranty 15. Time for Completion and Liquidated 30. Arbitration Damages 31. Taxes ' 16. Correction of Work 1. DEFINITIONS ' 1.1 Wherever used in the CONTRACT DOCUMENTS, the following terms shall.have the meanings indicated and shall be applicable to both the singular and plural thereof: 1.2 ADDENDA- Written or graphic instruments issued prior to the execution ' of the Agreement which modify or interpret the CONTRACT DOCUMENTS, DRAWINGS and SPECIFICATIONS, by additions, deletions, clarifications, or corrections. ' 1.3 BID - The offer or. proposal of the BIDDER submitted on.the prescribed form setting forth the prices for the WORK to be performed. ' 1.4 BIDDER - Any person, firm or corporation submitting a BID for the WORK.. 1.5 BONDS - Bid; Performance, and Payment Bonds and other instruments of surety, furnished by the CONTRACTOR authorizing an addition, deletion, or revision in the WORK within the general scope of the CONTRACT ' DOCUMENTS, or authorizing an adjustment in the CONTRACT PRICE or CONTRACT TIME. ' 1.6 CHANGE ORDER - A written order to the CONTRACTOR authorizing an addition, deletion, or revision in the WORK within the general scope of the CONTRACT DOCUMENTS, or authorizing an adjustment in the CONTRACT I. PRICE or CONTRACT TIME. 1.7 CONTRACT DOCUMENTS - The. contract, including Advertisement for Bids, instructions to BIDDERS, BID BOND, BID, Agreement, Payment BOND, NOTICE OF AWARD, NOTICE TO PROCEED; CHANGE ORDER, GENERAL CONDITIONS, SPECIAL CONDITIONS; SPECIAL INSTRUCTIONS, TECHNICAL SPECIFICATIONS, ATTACHMENTS, DRAWINGS AND ADDENDA. 1.8 CONTRACT PRICE- the total monies payable to the CONTRACTOR under the I. terms and conditions of the CONTRACT DOCUMENTS. 1.9 CONTRACT TIME - The number of calendar days stated in. the CONTRACT DOCUMENTS for the completion of the WORK. 1.10 CONTRACTOR'The person, firm, or corporation with whom the OWNER has executed the Agreement. 1.11 DRAWINGS The parts of the CONTRACT DOCUMENTS which show the characteristics and scope of the WORK to be performed and which have been prepared or approved by the ENGINEER. 1.12 ENGINEER The person, firm, or corporation named as such in the CONTRACT DOCUMENTS. 1.13 FIELD ORDER A written order effecting a change in the WORK not involving an adjustment in the CONTRACT PRICE or an extension of the CONTRACT TIME, issued by the ENGINEER to the CONTRACTOR during • construction. ' 1.14 NOTICE OF AWARD - The written notice of the acceptance of the BID from 'the OWNER to the successful BIDDER. 1.15 NOTICE TO PROCEED - Written communication issued by the OWNER to the CONTRACTOR authorizing him/her to proceed with the WORK and establishing the date for commencement of the WORK. 1.16 OWNER - Al public or quasi -public body or authority, corporation, association, partnership, or an individual for whom the WORK is to be • performed, 1.17 PROJECT - the undertaking to be performed as provided in the CONTRACT DOCUMENTS. 1.18 RESIDENT PROJECT ENGINEER - The authorized representative of the OWNER who is assigned to the PROJECT site or any part thereof. 1.19 SHOP DRAWINGS All drawings, diagrams, illustrations, brochures, schedules, and other data which are prepared by the CONTRACTOR, a SUBCONTRACTOR, manufacturer, supplier, or distributor, which illustrate how specific portions of the WORK shall be fabricated or installed. L-2 I 1 H 1 1.20 SPECIFICATfIONS - A part. of the CONTRACT, DOCUMENTS consisting of writteni descriptions of a technical nature of materials, equipment, construction systems, standards and workmanship: 1.21 SUBCONTRACTOR An individual, firm, or corporation having a direct. contract with CONTRACTOR or with any other SUBCONTRACTOR :for the performance.of a part of the WORK at the: site. 1 1.22 SUBSTANTIAL COMPLETION.- That date certified by the.ENGINEER when the construction of the PROJECT or a specified part thereof is sufficiently. completed,I.in accordance with the CONTRACT DOCUMENTS, so that the ' PROJECT orrspecified part can be utilized for the purposes for which it is intended. 1.23 SUPPLEMENT required t approved b 1 DOCUMENTS, laws. L GENERAL CONDITIONS - Modifications to General Conditions a Federal. agency for participation in the PROJECT and • the agency in writing prior to inclusion in the CONTRACT or such requirements that may be imposed by applicable state 1.24 SUPPLIER 'F Any person or• organization• who supplies materials or equipment for the WORK, including that fabricated to a special design, but who does not perform labor at the site. 1.25 WORK - Allilabor necessary to produce the construction required by the CONTRACT DOCUMENTS, and all materials and equipment incorporated or to be incorporated in the PROJECT. 1.26 WRITTEN NOTICE - Any notice to any party of the Agreement relative to any part of this Agreement in writing and considered delivered and the service thereof completed, when posted by certified or registered mail to the said. party at their last given address, or delivered in person to said party or their authorized representative on the WORK. 2. ADDITIONAL 't INSTRUCTIONS AND DETAIL DRAWINGS I 2.1 The CONTRACTOR may be furnished additional instructions and detail drawings, by the ENGINEER, as necessary to carry out the WORK required by the CONTRACT DOCUMENTS. 2.2 The additional drawings and instructions thus supplied will become a 1 part of the] CONTRACT DOCUMENTS. The CONTRACTOR shall carry out the WORK in accordance with the additional detail drawings and instructions. 3. SCHEDULES', REPORTS, AND RECORDS 3.1 the CONTRACTOR shall submit to the OWNER such schedule of quantities I. and costs, progress schedules, payrolls, reports, estimates, records and other data where applicable, as are required by the CONTRACT DOCUMENTS for the WORK to be performed. I I . L-3 1 I 3.2 Prior to the first partial payment estimate the CONTRACTOR shall submit construction progress schedules showings the order in which the CONTRACTOR: proposes to carry on the WORK, including dates at which the various parts of the WORK will be started, estimated date of completion of each part and, as applicable: 3.2.1 The dates' at which special detail drawings will be required; and '3.2.2 Respective dates for• submission of SHOP DRAWINGS, the beginning of manufacture,. the testing and the installation of material, supplies and equipment 3.3 The•CONTRACTOR shall also submit a schedule of payments that the CONTRACTOR anticipates will be earned during the course of the WORK. 4. DRAWINGS AND SPECIFICATIONS ' 4.1 The intenth of the DRAWINGS and SPECIFICATIONS is that the CONTRACTOR shall furnish all labor, materials, tools,•equipment, and transportation necessary for the proper execution of the WORK in accordance with the I. CONTRACT DOCUMENTS and all incidental work necessary to complete the PROJECT in an acceptable manner, ready for use, occupancy or operation 'by the OWNER. 4.2 In case olf conflict between the DRAWINGSand SPECIFICATIONS, the SPECIFICATIONS shall govern., Figure dimensions on DRAWINGS shall govern over general DRAWINGS. 4.3 Any discrepancies found between the DRAWINGS and SPECIFICATIONS and site ' conditionsV.or any inconsistencies or ambiguities in the DRAWINGS or SPECIFICATIONS shall be immediately reported to the ENGINEER, in writing, who shall promptly correct such inconsistencies or ambiguities ' in writing. WORK done by the CONTRACTOR after discovery of such discrepancies, inconsistencies or ambiguities shall be done at the CONTRACTOR's risk. 5. SHOP DRAWINGS 5.1 The CONTRACTOR shall provide SHOP. DRAWINGS as may be necessary for the prosecution of the WORK as required by the CONTRACT DOCUMENTS. The ENGINEER shall promptly review all SHOP DRAWINGS. The ENGINEER'S ' approval of any SHOP DRAWING shall not release the CONTRACTOR from responsibility for deviations from the CONTRACT DOCUMENTS. The approval of any SHOP DRAWING which substantially deviates from the requirements of the CONTRACT DOCUMENTS shall be evidenced by a CHANGE ORDER. . 1 H. H . L-4 • 5.2• When submitted for the ENGINEER'S review, SHOP DRAWINGS shall bear.the CONTRACTORS'S certification that he has reviewed, checked and approved the SHOP DRAWINGS and that they are in conformance with the requirements of the CONTRACT. DOCUMENTS. 5.3 Portions of the WORK requiring aSHOP DRAWING or sample submission shall not begin until the SHOP DRAWING or submission has been approved by.the, ENGINEER. IA copy of each approved SHOP DRAWING and each approved sample ' shall be kept in good order. by the CONTRACTOR at the site and shall be available to the ENGINEER. . 6. MATERIALS,SERVICES AND FACILITIES 6.1.• It is undeIrstoo.d that, except as otherwise specifically stated in the • CONTRACT DOCUMENTS, the CONTRACTOR shall provide the pay for all materials, Tabor, tools, equipment, water, light, power, transportation,jsupervision, temporary construction of any nature, and all other, services a'nd facilities of any nature whatsoever necessary to execute, 'complete,.and deliver the WORK within the specified. time. 6.2 Materials and equipment shall be so stored as to insure the preservation. of their' quality and fitness for the WORK. Stored materials and equipment lo be incorporated in the WORK shall:be located so as to faciIItater,prompt inspection. 6.3. Manufactured articles, materials, and equipments shall be applied, .installed,fconnected, erected, used, cleaned and conditioned as directed 'by the manufacturer. . 6.4 Materials,Ifsupplies, and equipment shall be in accordance with samples submitted by the CONTRACTOR and approved:by the ENGINEER. 6.5 .Materials,suppiies, or equipment to be incorporated into the WORK shall not be purchased by the CONTRACTOR or the SUBCONTRACTOR subject to a chattel moritgage or under a conditional sale contract or other agreement by which an interest is retained by the Seller. INSPECTION AND TESTING 7.1 All materials and equipment used in. the construction of the PROJECT shall be subject to adequate inspection and testing in accordance with generally accepted standards, as required and defined in the CONTRACT DOCUMENTS . 1 • 7.2 The OWNER shalt provide all inspection and testing services not required 'by the CONTRACT DOCUMENTS. 7.3 The CONTRACTOR shall provide at the CONTRACTOR'S expense the testing and inspection services required by the CONTRACT DOCUMENTS. { I ' ' L-5 7.4 If the CONTRACT. DOCUMENTS, laws, ordinances, rules, regulations or: • orders of any public authority having jurisdiction.requi-re any WORK to • specifically be inspected, tested, or approved by someone other than the CONTRACTOR, the CONTRACTOR will give the ENGINEER timely notice of readiness.', the CONTRACTOR will then furnish the ENGINEER the required certificates of inspection, testing or approval. 7.5 Inspections, tests, or approvals by the. engineer or others shall not • relieve th'e CONTRACTOR from the obligations to perform thel WORK in - • accordance with the requirements of the CONTRACT DOCUMENTS.. 7.6 The ENGINEER and the ENGINEER'S representatives will at all times have • access :t0 the WORK. In addition, authorized representatives and agents of any participating Federal or State agency shall be permitted to inspect all work, materials, payrolls, records of personnel, invoices of materials, and other relevant data. and records of• personnel., invoices of materials, and other relevant data and ,records. The CONTRACTOR will provide proper facilities for such access and observation of the WORK and also for any inspection or•testing thereof. 7.7 It any WORK is covered contrary to the written instructions of .the ENGINEER it must, if requested by the ENGINEER, be uncovered for the ENGINEER'S, observation and replaced at the CONTRACTOR'S expense. 7.8 If the ENGINEER considers it necessary or advisable that covered WORK be inspected or tested by other, the CONTRACTOR, at the ENGINEER'S request, will uncover, expose or otherwise make available for observation, inspection or testing as the ENGINEER may require, that portion of the WORK in question, furnishing all necessary. labor, materials, 'tools, and equipment. If it is found that such WORK is defective, the CONTRACTOR will bear all the expenses of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction, if however, such WORK is not found to be defective, the CONTRACTORIwill be allowed an increase in the CONTRACT PRICE or an .extension of the CONTRACT TIME, or both, directly attributable to such uncovering,, exposure, observation, inspection, testing and reconstruction and an appropriate CHANGE ORDER shall be issued. 8. SUBSTITUTIONS 8.1 Whenever a`material, article, or piece of equipment is identified on the DRAWINGS or SPECIFICATIONS by reference to brand name or catalogue numbers, it shall be understood that this is referenced for the purpose of defining the performance or other salient requirements and that other producers o'f equal capacities, quality and fu• nction shall be considered.. The CONTRACTOR may recommend the substitution of a L-6 material, article, or piece of equipment of equal substance and function • for those referred to in the CONTRACT DOCUMENTS by reference to brand. name or catalogue number, and if, in the opinion of the ENGINEER, such material, (,article, or "piece of equipment is of equal substance and function to that specified, the ENGINEER may approve its substitution. and use by: the CONTRACTOR. Any cost differential shall be deductible from the CONTRACT PRICE and the CONTRACT DOCUMENTS shall be appropriately modified by CHANGE ORDER. The CONTRACTOR warrants that is substitutes are approved, no major changes in the function or general • design of the PROJECT will result. Incidental changes or extra component parts required to accommodate the substitute will be made by the CONTRACTOR without a change in the CONTRACT PRICE or CONTRACT TIME. 9. PATENTS 9.1 The CONTRACTOR shall pay all applicable royalties and license fees, and shall defend all suits or claims for infringement of any patent rights and save the OWNER harmless from loss on account thereof, except that the OWNER (shall be responsible for any such loss when a particular manufacturer or manufacturers is specified, however, if the CONTRACTOR has reason;to believe that the design, process or product specified is an infringement of a patent, the CONTRACTOR shall be responsible for. such loss unless the CONTRACTOR. promptly gives such information to the • ENGINEER. 10. SURVEYS,. PERMITS, REGULATIONS 10.1 The OWNER shall furnish all boundary surveys and establish all base lines:for locating the principal component parts of the WORK together. with a suitable number of bench marks adjacent to the WORK as shown in• the CONTRACT DOCUMENTS. From the information provided by the OWNER, unless otherwise specified in the CONTRACT DOCUMENTS, the CONTRACTOR shall develop and make all detail surveys needed for construction such as slope stakes, batter boards, stakes for pipe locations and other Working points, lines, elevations and cut sheets. 10.2 The CONTRACTOR shall carefully preserve bench marks, reference points and stakes'and, in case of willful or careless destruction, shall be charged with the resulting expense and shall be responsible for any mistake that may be caused by their unnecessary loss or disturbance. 10.3 Permits and licenses of a temporary nature necessary for the prosecution of the WORK shall be secured and paid for by the CONTRACTOR unless otherwise stated in the SUPPLEMENTAL GENERAL CONDITIONS. Permits, licenses and easements for permanent structures or permanent changes •in existing facilities shall be secured and paid L-7 • for by.the,OWNER, unless otherwise specified. The CONTRACTOR shall give all notices and comply with all laws, ordinances, rules and regulations bearing on .the conduct of the -WORK as drawn and .specified. If the CONTRACTOR observes that the CONTRACT DOCUMENTS are at. variance therewith,' the CONTRACTOR shall promptly notify the ENGINEER in writing, t and any necessary changes shall be adjusted as. provided in Section 13,. CHANGES INITHE WORK. . 11. PROTECTIONIOR WORK, PROPERTY, AND PERSONS 11.1 The CONTRACTOR will be responsible for initiating, maintaining and '• supervising all safety precautions and programs in connection with the WORK. -Thel CONTRACTOR will take all necessary precautions for safety of, will provide the necessary precautions for the safety of, and will provide the necessary protection to prevent damage, injury or -loss to all employees on the WORK and other persons who may be affected thereby, all the WORK and all materials or equipment to be incorporated therein, I. whether in'storage or off the site, and other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadway,s Iiistructures and utilities not designated for removal, relocation.or replacement in the course of construction. 11.2 The CONTRACTOR will comply with all applicable laws, ordinances, rules, regulations and orders of any public body having jurisdiction. The CONTRACTOR i will erect and maintain, as required by the conditions and progress of the WORK, all necessary safeguards for. safety and. protection'... The CONTRACTOR will notify owners of adjacent utilities when prosecution of the WORK may affect them. The owners of adjacent utilities when prosecution of the WORK may affect them. The CONTRACTOR will remedy all damage, injury or loss to any property caused, directly or indirectly employed by any of them or anyone of whose acts any of them be liable, except damage or loss attributable to the fault of. the CONTRACT DOCUMENTS or to the acts or omissions of the OWNER, of the ENGINEER or anyone employed by either of them or anyone for whose acts either of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of the CONTRACTOR: 11.3 In emergencies affecting the safety of persons or the WORK or property at the site or adjacent thereto, the CONTRACTOR, without special instructions or authorization from the ENGINEER or OWNER, shall act.to prevent threatened damage, injury, or loss. The CONTRACTOR will give the ENGINEER prompt WRITTEN NOTICE of any significant changes in the WORK or. deviations from the CONTRACT DOCUMENTS caused thereby, and a CHANGE ORDER shall thereupon be issued covering the changes and deviations involved. 12. SUPERVISION BY CONTRACTOR L-8 CIF . • 12.1 The CONTRACTOR wilI supervise and direct the WORK. He will be solely responsible for the means, methods, techniques, sequences and procedures ' of construction. The. CONTRACTOR will employ and. maintain on. the WORK a qualified supervisor or superintendent who shall have beendesignated in writinglby the CONTRACTOR as the CONTRACTOR'S representative at the site. The supervisor shall have full authority to act on behalf of the fl •CONTRACTOR'Iand all communications given to the supervisor shall be as binding asif given to the CONTRACTOR. The supervisor shall be present I. on the site at all time as required to perform adequate supervisionand coordination of the WORK. 13. CHANGES INIIWORK 13.1 The OWNER may at. •any time, as the need arises, order changes, within the ' scope of the WORK without invalidating the Agreement. If such changes increase or decrease the amount due under the CONTRACT DOCUMENTS, or in the time required for performance of the WORK, an equitable adjustment shall be authorized by CHANGE ORDER. 13.2 The ENGINEER, also, may at any time, by issuing a FIELD ORDER, make I. changes inthe details of the WORK. The CONTRACTOR shall proceed with the performance of any changes in the WORK so ordered by the ENGINEER. unless thek CONTRACTOR believes that such FIELD ORDER entitles the .' CONTRACTOR to a change in CONTRACT PRICE or TIME, or both, in which event the (CONTRACTOR shall give the ENGINEER WRITTEN NOTICE thereof. within seven l (7) days after the receipt of the ordered change. ' Thereafter the CONTRACTOR shall document the basis for the change in CONTRACT PRICE or TIME within thirty (30) days. The CONTRACTOR shall not executesuchchanges pending the receipt of an executed CHANGE ORDER or furtherjinstruction from the OWNER. 14. CHANGES IN CONTRACT PRICE 14.1 The CONTRACT PRICE may be changed only by a CHANGE ORDER. The value of any WORK covered by a CHANGE ORDER or of any claim for increase or decrease in the CONTRACT Price shall be determined by one or more of the following methods in the order of precedence listed below: ' (a) Unit prices previously approved. (b) An agreed lump sum. Hi 1 I 15. TIME FOR.COMPLETION AND LIQUIDATED DAMAGES I15.1 The date of beginning and the time for completion of the WORK are essenitial conditions of the CONTRACT DOCUMENTS and the WORK embraced shall be commenced on a date specified in a written NOTICE. TO PROCEED. ' 15.2 The CONTRACTOR wilI proceed with the WORK at such a rate of. progress to insure full completion within the.:CONTRACT TIME. It is. expressly understood and agreed, by and between the CONTRACTOR ' and the OWNER, that the CONTRACT TIME for the completion of the WORK � described herein is a reasonable time, taking into consideration the average climatic and economic conditions' and ' otherifactors prevailing in the locality of the WORK. 15.3 If thIe CONTRACTOR shall fail to complete the WORK within the ' CONTACT TIME,. or extension of time granted by the OWNER, then the CONTRACTOR will pay to the OWNER the amount, for liquidated damages as specified in the BID for each calendar day that the CONTRACTOR. .shallR be in default after the time stipulated in the CONTRACT DOCUMENTS. I. 15.4 The CONTRACTOR shall not be charged with Liquidated damages or any excess cost when the delay in completion of the WORK is due to the following and the CONTRACTOR has promptly given WRITTEN NOTICE of ' suchdelay to the OWNER or ENGINEER. 15.4.1 To any preference, priority or allocation order duly issued by • the OWNER, 15.4.2 To unforeseeable causes beyond the control and without the fault or negligence of the CONTRACTOR, including but not restricted to, acts of God, or of the public enemy, acts of the OWNER, acts of another CONTRACTOR in their performance of a contract with the owNER:H fires, floods, epidemics, quarantine restrictions, • strikes, freight embargoes, and abnormal and. unforeseeable '• weather; and 15.4.3 To any delays of SUBCONTRACTORs occasioned by any of the causes ' specified in paragraphs 15.4.1 and 15.4.2 of this article. 16. CORRECTIONOF WORK 16.1 The CONTRACTOR shall promptly remove from the premises all WORK rejected by the ENGINEER for failure to comply with the CONTRACT I. DOCUMENTS, whether incorporated in the construction or not, and the CONTRACTOR shall promptly replace and reexecute the WORK in accordance with the CONTRACT DOCUMENTS and without expense to the ' OWNER [and ..shall bear the expense of making good all WORK of other CONTRACTORS destroyed or damaged by such removal or replacement. ' 16.2 All removal and replacement WORK shall be done at the CONTRACTOR'S expense. .If the CONTRACTOR does not take action to remove such I. L-10. 1 .H i rejected WORK within ten (10) days after receipt of WRITTEN NOTICE,. 1. the OWNER may remove such• WORK and store the materials at the expense of, the CONTRACTOR. 17. SUBSURFACE CONDITIONS 17.1 The CONTRACTOR shall promptly, and before such conditions are 'disturbed, except in the event of any emergency, notify' the OWNER by WRITTEN NOTICE of: 17.1.1 Subsurface or latent physical conditions at the site differing materially. from those indicated in the CONTRACT DOCUMENTS; or I. 17.1.2 Unknown physical conditions at the site, of an unusual nature, differing materially from those ordinarily encounteredand generally recognized as inherent in WORK of the character provided for in the CONTRACT DOCUMENTS. 17.2 The OWNER shall promptly investigate the conditions, and if it found that such conditions do so materially differ and cause an. I. increase or decrease in the cost of, or in the time required for, performance of the WORK, an equitable adjustment shall be made and the CONTRACT DOCUMENTS shall be modified by,a CHANGE ORDER. Any claim of the CONTRACTOR for adjustment hereunder shall not, be allowed unless the required WRITTEN NOTICE has been given; provided that the OWNER may, if the OWNER determines the facts so justify, consider and adjust any such claims. asserted before the date of final 'payment. 18. SUSPENSIONOF WORK, TERMINATION, AND DELAY 18.1 The OWNER may suspend the WORK or any portion thereof for a period of not more than ninety days or such further time as agreed upon by the CONTRACTOR, by WRITTEN NOTICE to the CONTRACTOR and the • ENGINEER which shall fix the date on which WORK shall be resumed. The CONTRACTOR will resume that WORK on the date so fixed. The CONTRACTOR will be allowed an increase in the CONTRACT PRICE or an extension of the CONTRACT TIME, or both, directly attributable to any suspension. 18.2 If the CONTRACTOR is adjudged a bankrupt or insolvent, or makes a general assignment for the benefit of its creditors, or if a ' trustee or receiver is appointed for the CONTRACTOR or for any of its property, or if CONTRACTOR files a petition to take advantage of any debtor's act, or to reorganize under the bankruptcy or t applicable laws, or repeatedly fails to supply sufficient skilled workmen or suitable materials or equipment, or repeatedly fails to make prompt payments to SUBCONTRACTOR or for labor, materials or equipment or disregards laws, ordinances, rules, regulations or orders of any public body having jurisdiction of the WORK or disregards the authority of the ENGINEER, or otherwise violates any ' provision of the CONTRACT DOCUMENTS, then the OWNER may, without prejudice to any other right or remedy and after giving the CONTRACTOR and its surety a minimum of ten (10) days from delivery of a WRITTEN NOTICE, terminate L-11 1 the services of the CONTRACTOR and take possession of the PROJECT. and of all materials, equipment, tools, construction equipment and machinery thereon owned by the CONTRACTOR, and finish the.WORK by whatever method the OWNER may deem expedient. In such case the CONTRACTOR shall not be entitled to receive any further payment until the WORK is finished. If the unpaid balance of the CONTRACT PRICE exceeds the direct and indirect costs of completing the PROJECT, including compensation for additional services, such excess SHALL BE PAID TO THE CONTRACTOR. If such costs exceed such unpaid balance, the CONTRACTOR will pay the difference to the OWNER. Such costs incurred by the OWNER will be. determined by the ENGINEER and. incorporated in a CHANGE ORDER. 18.3 Where the CONTRACTOR'S OWNER; said termination; against the CONTRACTOR accrue. Any retention CONTRACTOR will not re DOCUMENTS. services have been so shall not affect any then existing or whi payment of monies by lease from compliance terminated by the right of the OWNER ch may thereafter the OWNER due the with the. CONTRACT 18.4 After, ten (10) days from delivery of a WRITTEN NOTICE to the CONTRACTOR and the ENGINEER, the OWNER may, without cause and without prejudice to any.other right or remedy, elect to abandon the PROJECT and terminate the CONTRACT. In such case the CONTRACTOR shall be paid for all WORK executed and any expense sustained plus reasonable profit. 18.5 If, through no act or fault of the CONTRACTOR, the WORK is suspended for a period of more than ninety (90) days by the OWNER or under an order of court or other. public authority, or the ENGINEER fails to act on any request for payment within thirty (30), days after it is submitted, or the OWNER fails to payS the CONTRACTOR substantially the sum approved by the ENGINEER or .awarded by arbitrators within thirty (30) days of its approval and presentation, then the CONTRACTOR may, after ten (10) days from delivery of a WRITTEN NOTICE to the OWNER and the ENGINEER terminate the CONTRACT and recover from the OWNER payment for all WORK executed and all expenses sustained. In addition and in lieu of terminating the CONTRACT, if the ENGINEER has failed to act on a request for payment or if the OWNER has failed to make any payment as aforesaid, the CONTRACTOR may upon ten (10) days written notice to the OWNER and the ENGINEER stop the.WORK until paid all amounts then due, in which event and upon resumption of the WORK CHANGE ORDERS shall be issued for adjusting the CONTRACT PRICE or extending the CONTRACT TIME or both to compensate for the costs and delays attributable to the stoppage of the WORK. 18.6 If the performance of a delayed, or interrupted ENGINEER to act within • CONTRACT PRICE or an ext • be made by CHANGE ORDER and delays necessarily ENGINEER. I or any portion of the WORK is suspended, as a result of a failure of the OWNER or a reasonable time, an adjustment in the ension of the CONTRACT TIME, or both, shall to compensate the. CONTRACTOR for the costs caused . by the failure of the OWNER or L-12 I 19. PAYMENT TO CONTRACTOR •19.1 At least ten (10) days before each progress payment falls due (but not more often than once a month), the CONTRACTOR will submit to the ENGINEER a partial payment estimate filled out and signed by• the CONTRACTOR covering the WORK performed during the period covered by the partial payment estimated and supported by such data M as the ENGINEER may reasonably require. If payment is requested on the basis of materials and equipment not incorporated in the - WORK 'but delivered and suitably stored at or near the site, the partial payment estimate shall also be accompanied by such, ' supporting data, satisfactory to the OWNER, as will establish the OWNER'S title to the material and equipment and protect the OWNER'S interest therein, including applicable insurance. The ENGINEER will, within ten (10) days after receipt of each partial payment estimate, either indicate in writing approval of payment, and present the partial payment estimate to the OWNER, or return the partial payment estimate to the CONTRACTOR indicating in writing. the reasons for refusing to approve payment. In the latter case, ' the CONTRACTOR may make the necessary corrections an resubmit the partial payment estimate. The OWNER will, within ten(1O)days of presentation of an approved partial payment estimate, pay the ' CONTRACTOR a progress payment on the basis of the approved partial. payment estimate less the retainage. The retainage shall be an amount equal to 10% of said estimate until 50% of the work has been completed. At 50% completion, further partial payments shall be made in full to the CONTRACTOR and no additional amounts may be. retained unless the ENGINEER certified that the job is not ' proceeding satisfactorily, but amounts previously retained shall not be paid to the CONTRACTOR. When the WORK has been substantially completed except for WORK which cannot be completed ' because of weather conditions, lack of materials, or other reasons which in the judgement of the OWNER are valid reasons for noncompletion, the OWNER may make additional payments, retaining ' at all time an amount sufficient to cover the estimated cost of the WORK still to be completed. 19.2 The request for payment may also include an allowance for the cost of such major materials and equipment which are suitably stored either at or near the site. 19.3 Prior to SUBSTANTIAL COMPLETION, the OWNER, with the approval of the ENGINEER and with the concurrence of the CONTRACTOR, may use. any completed or substantially completed portions of the WORK. ' Such use shall not constitute an acceptance of such portions of the WORK. ' 19.4 The. OWNER shall' have the right to. enter .the premises for the - purpose of doing work not covered by the CONTRACT DOCUMENTS. This U. provision shall not be construed as relieving the CONTRACTOR of the.• sole responsibility for the care and protection of the WORK, or the restoration of any damaged WORK except such as may be caused by agents or employees of the OWNER. ' L-13 19.5 Upon •completion and acceptance. of the WORK, the ENGINEER shalt• issue'a certificate attached to the final payment request that the WORK has been accepted under the conditions of the CONTRACT • DOCUMENTS. The entire balance found to. be due the CONTRACTOR,. including the retained percentages, but except such sums as maybe lawfully retained by the OWNER, .shaII be paid. to the CONTRACTOR. within thirty (30) days o.f completion and acceptance of the WORK. 19.8 The CONTRACTOR will indemnify and save the OWNER or the OWNER'S agents harmless from all claims growing out of the lawful demand of SUBCONTRACTORS, laborers, workmen, mechanics, materialmen, and .furnishers of machinery and parts thereof, equipment, tools, and all supplies, incurred in the furtherance of, the performance of the WORK. The CONTRACTOR shall, atthe OWNER'S request, furnish. satisfactory evidence that all obligations of the nature designated • above have been paid, discharged; or waived. If the CONTRACTOR fails to do so the OWNER may, after having notified the CONTRACTOR, either pay unpaid bills or withhold from the CONTRACTOR'S unpaid compensation a sum of money deemed reasonably sufficient to pay any and all such lawful claims until satisfactory evidence is furnished that all liabilities, have been fully discharged whereupon payment to the CONTRACTOR shall be resumed in accordance with the terms of• the CONTRACT DOCUMENTS, but in no event shall the provisions of this sentence be construed to impose any obligations upon the OWNER. to either the CONTRACTOR, the CONTRACTOR'S Surety, or any third party. In paying any unpaid bills of the CONTRACTOR, any payment so made by the OWNER shall be considered as a payment made under the CONTRACT DOCUMENTS by the OWNER to the CONTRACTOR and the OWNER shall not be liable to the CONTRACTOR for any such payments made in good faith. 19.7 If the OWNER fails to make payment thirty (30) days after approval by the ENGINEER, in addition to other remedies available to the CONTRACTOR, there shall be added to each such payment interest at the maximum legal rate commencing on the first day after said payment is due and continuing until the payment is received by the CONTRACTOR. 20. ACCEPTANCE OF FINAL PAYMENT AS RELEASE 20.1 The acceptance by the CONTRACTOR of final payment shall be and shall 'operate as a release to the OWNER of all claims and all liability to the CONTRACTOR other than claims in stated amounts as, may be specifically expected by the CONTRACTOR for all things done or furnished in connection with this WORK and for every act and neglect of the Owner and other related to arising out of this WORK. Any payment, however, final or otherwise, shall not release the CONTRACTOR or its sureties from any obligations under the CONTRACT DOCUMENTS or the Performance and Payment BONDS. 21. INSURANCE 21.1 the CONTRACTOR shall purchase and maintain such insurance as will protect it from claims set forth below which may arise out of, or L-14 1 - - - - -. - -. -. result from, the CONTRACTOR'S execution of the WORK, whether such ' execution by the CONTRACTOR, any SUBCONTRACTOR, or. by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable. 21.1.1 Claims under workmen's compensation, disability benefit and other similar employee benefit acts; 21.1.2 Claims for damages because of bodily injury, occupational' sickness or disease., or death of employees; ' 21.1.3 Claims for damages because of bodily injury, sickness or disease, or death of any person other than employees; ' 21.1.4. Claims for damages insured by usual personal injury.liab-ility. coverage which are sustained (1) by any person as a result of an ' offense directly or indirectly related to the employment of such. person by the CONTRACTOR, or (2) by any other person; and • ' 21.1.5 Claims for damages because of injury to or destruction of tangible property, including loss of use resulting therefrom. I. 21.2 Certificates of Insurance acceptable to the OWNER shall be filed with the OWNER prior to commencement of the WORK. .These Certificates shall contain a provision that coverages afforded ' under the policies will not be cancelled unless at least fifteen (15) days prior WRITTEN NOTICE has been given to the OWNER. 21.3 the CONTRACTOR shall procure and maintain, at the CONTRACTOR'S own expense during the CONTRACT TIME; liability insurance as hereinafter specified: 21.3.1 CONTRACTOR'S General Public Liability and Property Damage Insurance including vehicle coverage issued to the CONTRACTOR and protecting the CONTRACTOR from all claims for personal injury, including death, and all claims for destruction of or damage to property, arising out of or in connection with any operations under. the CONTRACT DOCUMENTS, whether such operations be by the CONTRACTOR or by any SUBCONTRACTOR employed by the CONTRACTOR or•. anyone directly or indirectly employed by the CONTRACTOR or by a SUBCONTRACTOR employed by the CONTRACTOR. Insurance shall be written with a limit of liability of not less than $500,000.00 for all damages arising out of bodily injury, including death, at any time resulting therefrom, sustained by any one person in any one accident; and a limit of liability of not less than $500,000 aggregate for any such damages sustained by two or more persons in any one accident. Insurance shall be written with a. limit of liability of not less the $200,000.00 for all property damage sustained by two or more -persons in any -one accident. 21.3.2 The CONTRACTOR shall acquire and maintain,•if applicable, Fire and Extended Coverage insurance upon the PROJECT to the full L-15 ' insurable value thereof for the benefit of the .OWNER, the CONTRACTOR, and SUBCONTRACTORS as their interest may appear. This provision shall in no way release the CONTRACTORor CONTRACTOR'S �. surety from obligations under the CONTRACT DOCUMENTS to fully •complete the PROJECT. 21.4 The CONTRACTOR shall procure and maintain, at the CONTRACTOR'S own • expense, during the CONTRACT TIME, in accordance with the provisions of the laws of the state in which the WORK is performed,. ' Workmen's Compensation Insurance, including occupational disease. provisions, for all of the CONTRACTOR'S employees at the site of the PROJECT and in case any WORK is sublet, the CONTRACTOR shall require such SUBCONTRACTOR similarly to provide Workmen's Compensation Insurance, including occupational disease. provisions for all of the latter's employees unless such employees are covered by the protection afforded by the CONTRACTOR.. In case any class of employees engaged in hazardous work under this .contract at the • site bf the PROJECT, is not protected under Workmen's Compensation ' statue, the CONTRACTOR shalI provide, and shalI cause .each. SUBCONTRACTOR to provide, adequate and suitable insurance for the • protection of its employees not. otherwise protected. ' 21.5 The CONTRACTOR shall. secure, if applicable, "all Risk' type Builder's Insurance for WORK to be performed. Unless specifically: authorized by the OWNER, the amount of such insurance shall not be :• less than the CONTRACT PRICE totaled in the BID. The policy shall • cover" not less than the losses due to fire,. explosion, hail, • lightning, vandalism, malicious mischief wind, collapse, riot, • aircraft, and smoke during the CONTRACT TIME, and until the WORK. is accepted by the OWNER. The policy shall name as the insured the I. CONTRACTOR, and the OWNER. • 22. CONTRACT SECURITY 22.1 The CONTRACTOR shall within ten (10) days after the receipt of a written NOTICE OF AWARD furnish the OWNER with a Performance BOND. I. and a payment BOND. in penal sums equal to the amount of the CONTRACT PRICE, conditioned upon the performance by the CONTRACTOR of all undertakings, covenants, terms, conditions and agreements ' of the CONTRACT DOCUMENTS, and upon the prompt payment by the • CONTRACTOR to all persons supplying labor and materials in the prosecution of the WORK provided by the CONTRACT DOCUMENTS. Such ' BONDS, shall be executed by the CONTRACTOR and a corporate bonding company licensed to transact such business in the sta-te in which the WORK is to be performed and named on the current list of "Surety Companies Acceptable on Federal Bonds" as published in the Treasury Department Circular Number 570. The expense of these BONDS shall be borne by the CONTRACTOR. It any time a surety on t any such BOND is declared a bankrupt or loses its right to do business in the state in which the WORK is to be performed or is removed from the list of "Surety Companies Acceptable on Federal ' Bonds", the CONTRACTOR shall within ten (10) days after notice from the OWNER to do so, substitute an acceptable BOND (or BONDS) in such form and sum and signed by such other surety or sureties as ' L-16 Ii 23 24. may be satisfactory to as may be satisfactory to the OWNER. The premiums on such BOND .shall be paid by the CONTRACTOR. No further payment shall be deemed due nor shall be made until the new surety or sureties shall have furnished an acceptable BOND to the OWNER. ASSIGNMENTS' 23..1 Neither the CONTRACTOR nor the OWNER shall sell, transfer, assign, or otherwise dispose of. the CONTRACT.or any portion thereof, or of any right, title or interest therein, or any obligation thereunder, without written consent of the other party. INDEMNIFICATION 24.1 The CONTRACTOR will indemnify and hold harmless the.OWNER and the ENGINEER and their agents and employees from and against all claims, ,damages, losses and expenses including attorney's fees arising out of or resulting from the performance of the WORK; provided that any such claims, damage, loss or expense is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property including the loss of use resulting therefrom; and is caused in whole or in part by any negligent or willful act or omission of the CONTRACTOR, and SUBCONTRACTOR, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. 24.2 In any and all claims against the OWNER or the ENGINEER, or any of their agents or employees, by any employee of the CONTRACTOR, any • SUBCONTRACTOR, anyone directly or indirectly employed by any of. them, or anyone for whose acts any of them may be liable, the indemnification obligation shall not be limited in any way by any I imitation on the amount or type of damages, compensation or benefits payable by or for the CONTRACTOR or any SUBCONTRACTOR under workmen's compensation acts, disability benefit acts or other employee benefits acts. 24.3 The obligation of the CONTRACTOR under this paragraph shall not exceed to the liability of the ENGINEER, its agents or employees arising out of the preparation or approval of maps, DRAWINGS, opinions, reports, surveys, CHANGE ORDERS, designs or SPECIFICATIONS. 25. SEPARATE CONTRACTS 25.1 The OWNER reserves the right to let other contracts in connection with this PROJECT. The CONTRACTOR shall afford other CONTRACTORS reasonable opportunity for the introduction and storage of their materials and the execution of their WORK, and shall properly ' connect and coordinate the WORK with theirs. If the proper execution or results of any part of the CONTRACTOR'S WORK depends upon' the WORK of any other CONTRACTOR, the CONTRACTOR shall inspect and promptly report to the ENGINEER any defects in such WORK that render it unsuitable for such proper execution and results. L-17 I 25.2 The.OWNER may perform additional WORK related to the PROJECT or the OWNER may let other contracts containing provisions similar to these. ..The CONTRACTOR willafford the other CONTRACTORS who are parties to such Contracts (or the OWNER if the OWNER it performing f , the additional WORK) reasonable opportunity for the introduction and storage of materials and equipment and the execution of WORK, and shall properly connect and coordinate the WORK with others. 25.3 If-the,.performance of additional WORK by other CONTRACTOR or the. OWNER is not noted in the CONTRACT DOCUMENTS prior to the execution ' of the CONTRACT, written notice thereof shall be given to the CONTRACTOR prior to starting any such additional WORK. If the CONTRACTOR believes that the performance of such additional WORK ' .by the OWNER or other involves in it, additional expense or entitles it to an extension of the CONTRACT TIME, the CONTRACTOR may make a claim thereof as provided in Section, 14 and 15. - i 26. SUBCONTRACTING 26.1 The CONTRACTOR may utilize the services of specialty SUBCONTRACTS on those parts of the• WORK which, under normal contracting practices, are performed by specialty SUBCONTRACTORS. 26.2 The CONTRACTOR shall not award WORK to SUBCONTRACTOR(S), in excess of fifty (50%) percent of the CONTRACT PRICE, without prior written approval of the OWNER. •26.3 The CONTRACTOR shall be fully responsible to the OWNER for the acts and omissions of its SUBCONTRACTORS, and of persons either directly or indirectly employed by the, as the CONTRACTOR is for the acts and omissions of persons directly employed by it. 26.4 The CONTRACTOR shall cause appropriate provisions to be inserted in all subcontracts relative to the WORK to. bind SUBCONTRACTORS to: the CONTRACTOR by the terms of the CONTRACT DOCUMENTS insofar as applicable to the WORK of SUBCONTRACTORS and give the CONTRACTOR the same power as regards terminating any subcontract that. the owner may exercise over the CONTRACTOR under any provision of the CONTRACT DOCUMENTS. 26.5 Nothing containing in this CONTRACT shall create any contractual relation between any SUBCONTRACTOR and the OWNER. • 27. ENGINEER'S. AUTHORITY 27.1 The ENGINEER shall act as the OWNER'S representative during, the construction period, shall decide questions which may arise as to quality .and acceptability of materials furnished and WORK performed, and shall interpret the intent of the CONTRACT DOCUMENTS ' in a ''fair and unbiased manner. The ENGINEER will make visits to. the site and determine if the WORK is proceeding in accordance with the CONTRACT DOCUMENTS: L-18 P: 27.2 the CONTRACTOR will be held strictly to the intent of the CONTRACT ' DOCUMENTS in regard to the quality of materials, workmanship, and execution of the WORK. Inspections may be at the factory or • fabrication plant of the source .0? material supply. • i 27.3 The ENGINEER will not be responsible for the construction means, controls, techniques, sequences, procedures, or construction 'safety. 27.4 the _ENGINEER shall promptly make decisions relative to ' interpretation of the CONTRACT DOCUMENTS. 28. LAND AND RIGHTS -OF -WAY . 28.1 Prior to issuance of NOTICE TO PROCEED, the OWNER shall obtain all. land and rights -of -way necessary for carrying out and for the completion of the WORK to be performed pursuant to the. CONTRACT DOCUMENTS, unless otherwise mutually. agreed. 28.2 The OWNER. shall provide to the CONTRACTOR • .information which delineates and describes the lands owned and rights -of -way acquired.. 28.3 The CONTRACTOR shall provide at its own expense and .without liability to the OWNER any additional land and access thereto that the CONTRACTOR may desire for temporary construction facilities, or for storage of materials. 29. GUARANTEE 29.1 The CONTRACTOR shall guarantee all materials and equipment furnished and WORK performed for a period of one (1) year from the date of SUBSTANTIAL COMPLETION. The CONTRACTOR warrants and guarantees for a period of one (1) year from the date of SUBSTANTIAL COMPLETION of the system that the completed system is free from all defects due to faulty materials or workmanship and the CONTRACTOR shall promptly make such corrections as may be necessary. by reason of such defects including the repairs of the damage of other parts of the system resulting from such defects. The OWNER will give notice of observed defects with reasonable promptness. In the event that the CONTRACTOR should fail to make such repairs, adjustments, or other WORK that•may be made necessary by such defects, the OWNER may do so and charge the CONTRACTOR the cost thereby incurred. The Performance BOND shall remain in full force, and effect through, the guarantee period. 30. ARBITRATION 30.1 All claims, disputes, and other matters in question arising out of, or relating to, the CONTRACT DOCUMENTS or the breach. thereof, except for claims which have been waived by the making an. acceptance of final payment as provided by Section 20, shall be decided by arbitration in accordance with the Construction: Industry. Arbitration Rules of the American Arbitration Association. This agreement to arbitrate shall I I I I I be specifically enforceable under the prevailing arbitration law. The award rendered by the arbitrators shall be final, and judgment may be entered upon it in any court having jurisdiction thereof. 30.2 Notice of the demand for arbitration shall be filed in writing with the owner party to the CONTRACT DOCUMENTS and with the American Arbitration Association, and a copy shall be filed with ENGINEER. Demand for arbitration shall in no event be made on any claim, dispute, or other matter in question which would be barred by the applicable statute, of limitations. 30.3 The CONTRACTOR will carry on the WORK and maintain the progress schedule during any arbitration proceedings, unless otherwise mutually agreed in writing. TAXES 31.1 The CONTRACTOR will pay all sales, consumer, use, and other similar taxes required by the laws of the place where the WORK: is performed. L-20 SPECIAL CONDITIONS GENERAL DESCRIPTION OF WORK. The work to be performed under this Contract consists of the furnishing of. all materials, equipment, .tools, supplies, and the performance of all necessary labor required to construct the work as follows: Clearing and grubbing of area to be affected; excavation and. backfill for curband gutter construction; excavation and filling to shape ditches and back slopes; curb, and gutter • construction; HMAC leveling/filler course construction; polyproplyene. fabric laydown; HMAC surface course • construction; backfilling and finalshaping of unpaved areas; • and application of topsoil with seeding and mulch. SEQUENCE OF. THE WORK. The work shall be carried, on as desired by the Contractor, subject to the approval of the Engineer and Owner. Immediately after execution and delivery of the. contract, and before the; first partial payment is made, the Contractor shall deliver.to'the Engineer an estimated construction progress schedule. .in form sa'Itisfactory to the Engineer,. showing the proposed dates of commencement and completion of each of the various subdivisions • of work required under the' Contract Documents. • MAINTENANCE OF TRAFFIC.. Unless otherwise provided, the road while undergoing improvements shall be kept open to all traffic by the Contractor. When approved by the Engineer and Owner, the Contractor may bypasstraffic over an approved detour route. The Contractor shall keep the, portion of the project being used by public traffic, whether it�is through• or local traffic, in such condition that will permit the safe, continuous flow of two-way traffic at all times. When approved by the Engineer, areas where the nature of the work ,restricts or prohibits two-way flow, one-way operation may be maintained', by the use of flagmen or timed signalization; The Contractor, shall also provide and maintain in a safe condition temporary approaches or crossings and intersections with trails, • roads, streets, businesses, parking lots, residences garages, and farms. The Contractor shall bear all expense of maintaining traffic over the section of road undergoing improvement and of constructing and maintaining such approaches, crossings, intersections, and other features as may be necessary, without direct compensation. LIMITATION,OF OPERATIONS. The Contractor shall conduct the work at all times in such a manner and in such sequence as will assure the least interference with traffic. He shall have due regard to the location of detours and to the provisions for handling traffic. He shall not open up work to the prejudice or detriment of work already. started. The Engineer may require the Contractor to finish a section on which work is in progress before work is started on any additional sections if the opening of such section is essential •to public convenience. 4 SC -t 1 1 1. UTILITY SERVICES. Throughout the area to be improved there are located utility services, some of which may require possible • relocation;. It. shall be the Contractor's responsibility to assist the owners, of the various utilities in the locating of water mains I. and service lines and meters, gas mains and service lines and meters, and telephone andpower lines that may require relocation. If in the opinion of the utility owner any of these facilities need ' relocation then the relocation of the same will be done by the owner of the utility. The Contractor shall cooperate with the = owners ofI. the various utilities during the relocation of the ' facilities ' so that the owners of the utilities will have adequate time and working room to relocate the facilities. The Contractor will be responsible for the repairs or cost of repairs to any and all types Lot utility improvements that may be damaged by the Contractor's. actions. VERIFICATION OF CONDITIONS. Data concerning surface features, present obstructions on or near the construction site, and locations of pipes, wires, etc. has been obtained from sources the Engineer believes reliable, but accuracy of such data is not guaranteed,°and is furnished solely for the accommodation of the = Contractor. Use of•such data is made at the Contractor's risk and I. no additional allowance will be granted because of the Contractor's lack of knowledge of existing conditions. The Contractor shall be responsible for the verification of all measurements shown on the drawings and/or the new construction on the premises. FIELD OFFICE AND SANITARY FACILITIES. The Contractor will not be • ' required to maintain a field office for himself or the Engineer; however, the Contractor or the person authorized to represent him, = shall have available at all times copies of the Contract Documents. ' Sanitary facilities will be required as necessary to conform with City, County, and State ordinances and regulations. EMERGENCY WORK.. The Contractor shall have an authorized representative available during all periods, day or night, when normal work operations are not in progress, who will be responsible for any emergency repairs due to settlement, barricades, lights, etc. The Contractor shall provide the name, address, and telephone number of this authorized representative in writing to the Engineer and City Street Superintendent of the City of Fayetteville prior to beginning any work on the project. PAVEMENT REMOVAL AND REPLACEMENT. Where surfaced streets, walks, drives, orparking areas are cut, removed, or damaged in the execution of the work, the Contractor shall replace all pavements or other surfaces so removed or damaged to their original, or better, state and condition, to the satisfaction and approval of the Engineer. SC -2 I EASEMENTS ON PRIVATE PROPERTY. The necessary permanent sand .temporary easements for the construction will. be provided by the •Owner. The Contractor shall be responsible for all damage to property outside of the boundaries of the easements and. shall make. satisfactory settlement for the damage directly with the property owner and/or tenant involved, as their interests ma.y require. If it_ is necessary or desirable that the Contractor use or occupy land outside of the Owner's easements, the Contractor shall obtain consent from and shall execute a written agreement with, the owner and tenant. of the land. Each owner and tenant of land to other .property so occupied shall be notified by the Contractor not less than five (5) days prior to such occupation. REMOVAL. AND DISPOSAL OF STRUCTURES. The work shall consist of the removal and satisfactory disposal of curb and curb and gutter; Portland cement or asphaltic concrete driveways, parking areas, sidewalks •and steps, and concrete. pavement; existing fence, retaining walls, manholes, catch basins, and underground storage tanks; all', of which are not designated or permitted to remain and are not designated to be removed and disposed of under other sections of the specifications. Salvaged materials will become the :property of the Contractor. All surface items such as curb or curb and gutter, driveways, parking areas, walks, steps, pavement, and walls shall be separated or broken away from the adjacent part of the structure designated to remain in place, by a vertical cut along the line designated by the Engineer. The edge of the structure left in place shall be approximately vertical with no abrupt changes in alignment. Any damage or removal of the structure designated to remain in place shall be repaired or replaced by the Contractor at his expense. IThe method lot the units of plans. If the Form for a subsidiary to I measurement of each item will be in accordance with measure hereinafter specified or as shown on the re is no contract unit price provided in the Proposal particular item of work, it shall be considered other contract items. REMOVING OLD CULVERTS. This item shall consist of removing, in whole or iin part, all old culverts, including bridge length culverts, encountered on the project not designated on the plans or directed by the Engineer to remain, or the filling of old culverts as called for; together with the salvaging, storing, and. disposing ;of all materials removed, and the backfilling and compacting'of all resulting trenches in conformity with the plans and in accordance with these specifications.: Salvaged materials will become the property of the Contractor. SC -3 1 t When the item "Removing Old Culverts". is not included in the Proposal Form, no direct payment will be made, but such work shall be considered subsidiary to other contract items. REMOVAL AND REPLACEMENT. OF SIGN, MAILBOXES, ETC. All signs, mailboxes, etc. which are in the street construction limits shall ' be removed and replaced behind the proposed cub and gutter by the Owner so as not to interfere with the work. Temporary movable supports shall. be furnished for mailboxes that cannot be placed in I,I ' their final locations. UNDERCUTS. If unstable or unacceptable material is encountered during the preparation of the subgrade, the designated grade will , be undercut as directed by the Engineer and suitable material placed in the undercut area.. If suitable materials does not exist Ion the site, then borrow or AHTD Class 7 base material may be directed to be placed in the undercut area by the Engineer. MANHOLES AND VALVE BOXES ADJUSTED TO GRADE. The Contractor shall adjust the top elevation of existing manholes and valve boxes to coincide with the finished grade as established after the placement of the asphalt concrete hot mix overlay. CONSTRUCTION STAKES. Any stakes removed, destroyed, or lost by and ' through fault of the Contractor or any of his agents, employees, or subcontractors shall be replaced by the Engineer upon request of the Contractor at the expense of the Contractor. ' CLEANUP. All work within the construction area shall be cleaned up to the satisfaction of the Owner and the Engineer. In general,all rocks, trash, or rubbish of any nature shall be removed from the site of the work. The new streets shall be swept clean of mud, dirt, and other materials. I Special attention shall be given to the cleanup, smooth grading of the areas behind the curbing and sidewalks, and replacing driveways Ito fit the new pavement grades. FINAL INSPECTION AND PAYMENT. Upon completion of the work, a Final ' Partial Payment Estimate will be preapred and approved for final payment after a final inspection of the work has been made. This inspection shall be made by the Engineer, the Contractor or one of t the principal owners of the contracting. firm, and a representative of the City of Fayetteville. The final acceptance of the job and the payment of the Contractor in full will not reduce the continuing responsibility of the Contractor as set out in these t specifications. 'H SC -4 J I I I I I I I I I. 4 SPECIAL INSTRUCTIONS. 1. WATER. The Contractor shall furnish, at his own expense, all water•'required in connection with the construction of this project. The Contractor shall furnish all facilities for securing, transporting and storing the water required by him. The Contractor shall provide temporary drinking water facilities for the convenient use of his employees. These facilities shall be in accordance with the Board of Health requirements and subject to the Engineer's approval. 2. WATCHMEN AND FLAGMEN. The Contractor shall, at all times from the start of the work to the completion and acceptance o:f same, furnish and maintain efficient watchmen to fully protect the premises, work, materials, tools, workmen, etc., during working hours and after working hours. The Contractor shall maintain one lane of traffic at all times • with barricades, signage and flagmen as required by the City or Engineer. 3. REMOVAL OF UTILITIES. Temporary utilities of all kinds shall • be removed promptly after their use has been discontinued. 4. STORAGE AND USE OF PREMISES. Materials shall be stored so as to insure the preservation of their quality and fitness for the work. When considered necessary, they shall be placed on • wood platforms and covered, or stored in a suitable building. Stored materials shall be located so as to facilitate prompt. inspection. 5. EXPLOSIVES AND BLASTING. Explosives required for blasting shall be of a suitable and acceptable character and the quantity kept on the job and the storage of same shall be in accordance with the State laws and the City ordinances. The magazine or locker shall be so constructed as to be secure from theft and kept locked at all times with the key in possession of the Contractor or foreman. No explosives or caps shall be stored in the common tool box or within two thunder (200) feet of the nearest point of blasting. Proper appliances and equipment shall be used for thawing frozen dynamite and this shall not be done within two hundred (200) feet of.work or any occupied building. All blasting operations shall be conducted with the greatest care and adequate means shalI be taken to prevent damage or injury to property or persons. When working near dwellings, the Contractor shall provide suitable covering of heavy timbers to prevent the throwing of pieces of rock. No blasting shall take place until the City, the Engineer and all regulatory authorities have been notified. SI-1 I I 6. FIGURED DIMENSIONS. Figured dimensions given in the plans take precedence over scaled measurements and shall be accurately followed. The Contractor shall verify such dimensions and be responsible for the correctness of same. Where dimensions are not figured, no work shall be performed until instructions are obtained from the Engineer as to dimensions to be used. Large scale and full size drawings shall be followed in preference U. to small scale drawings. No extra charge or compensation will be allowed on account of differences between, figured dimensions and scaled measurements indicated 'in the plans. 7. USE OF COMPLETED WORK PRIOR TO FINAL ACCEPTANCE. The Owner shall have the right to take possession of and use any completed or partially completed portions of the work, notwithstanding that the time for completing the entire work = or such portions may not have expired; but such taking possession and use shall not be deemed as acceptance of any work not completed in accordance with contract documents. If such prior use increases the cost of or delays the completion of unfinished work or causes refinishing of completed work the Contractor shall be entitled to such extra compensation, or extension of time, or both, as the. Engineer may determine. When such possession and use is deemed necessary by the Owner, written notice shall be given the Contractor ten (10) days prior to such action by the Owner, subject to the approval of the Engineer. I SI-2 IJ I I • i I SITE PREPARATION CLEARING. This item shall consist of clearing, grubbing, removing, and disposing of all trees, shrubs, culverts, curb and gutter, sidewalks, driveways, parking area, signs, mailboxes, debris and incidentals necessary for the construction of the drainage, sidewalks, driveways and/or roadway and incidentals to the grades and/or cross sections shown on the plans.. This work shall include the preservation of vegetation and objects outside of the clearing limits. Paint required for cut or scarred surfaces of trees or shrubs to remain shall be furnished and applied in such a manner as to avoid injury to other things or persons. A vertical cut shall be made at the point where driveways, curb and gutters or other structures are removed under this item. The Contractor shall be responsible for all damage to private or publ ic.property outside of City right-of-way or easements. Mail boxes and signs shall be both temporarily and permanently relocated by contractor as directed by Owner and/or Engineer. All driveways .and parking lots shall be replaced with equal or better materials to the grade required to create a uniform transition between the existing drive and the new street grade. EXCAVATION. AND EMBANKMENT. This item shall consist of excavation, construction of embankment, and disposal of excess material. The roadway shall be constructed in accordance with the specifications and in reasonably close conformity with .the lines and grades shown on the cross. sections. Common Excavation: Common: excavation shall consist of all: excavation not included as rock excavation. Rock Excavation: Rock excavation shall consist of rock which cannot be excavated without blasting and all boulders having a volume of one cubic yard or more. Construction Requirements: Excavation and embankment for the roadway shall be finished to reasonably smooth and uniform grades. No material shall be wasted without permission of the Engineer. Prior to beginning of excavation, grading and embankment operations, all necessary clearing and grubbing in the area shall have been per.formed to the satisfaction of the Engineer. Unless otherwise directed, rock excavation shall be to a minimum of six inches below the sub -grade or slopes of unsuitable material. The Engineer may require the Contractor to remove the unsuitable materials and backfill to the finished grade section with approved material. All excess or unsuitable mater.ial that cannot be used in embankments shall be disposed of as directed by the Engineer. Embankment construction shall consist of preparation of the areas for embankment location and placing and compacting the embankment. 30-1 • Only approved material shall be used in the construction of embankments.. All sod and vegetable matter shall be removed from the surface from which the embankment is. to be constructed prior to. placing any embankment. The, cleared • surface shall then be completely broken, up by plowing or scarifying prior to placing the embankment. Each layer of embankment shall be compacted and stable before the preceding layer![is placed.. Compaction equipment used shall be suitable to accomplish the required compaction in an efficient manner. Embankment material shall be compacted to not less than 95% of the maximum modified proctor density. If it is necessary. to. adjust the moisture of the material, either by addition of water or by drying, this shall be done at the Contractor's expense at theprice bid. SURFACE PREPARATION. All roadway surfaces to be overlaid shall. .receive preparation as follows: All weak areas shall be repaired with proper patches. The extent of weak areas, those with excessive deflection, alligator cracks, chuckholes, etc., shall be determined in the field by the Engineer and marked. Those areas which are marked shall be repaired. The Contractor shall remove the surfacing ar alligatored area to the depth at which occurred. In some instances, this will mean grade under the .base will also have to frequently°be noted at this stage of. the contributing to the failure. If such is the be made to remove the water. id base material in the the base fai lure has that some of the sub - be removed. It will repair that water is case, provision should .In removing the base and surfacing, the excavation should be made at least one foot outside of the perimeter of the cracked area. This is in, order that the patch will be tied into solid material all around the perimeter. If this is not done, alligator cracking will appear again, later on, around the perimeter of the patch, usually in an area about 6 inches to a foot wide all the way around. ` In excavating material from the area to be patched, the cut faces should be straight and vertical. The hole should be shaped so that a square shoulder in the direction of traffic is provided against which the patch can be placed. Backfill the excavated area with a good granular base material, compacted In layers if necessary. If a graded base material is not -readily available, the backfill should be made with the most suitable local material available. In some cases, where the area to be patched is not too deep, the entire backfill can be done with the mix material that will be used for the surfacing. The Contractor shall prime the surface of the granular base that ' has been placed. 30-2 H •.H ' ' ' ' H H ' H 'H I Replace the surfacing with an asphalt mixture. It is preferable that this be the hot -mix material, but if none.•is available, cold - mix can be used satisfactoriIy.Regardless of the material used, each layer should be thoroughly compacted.ln repairing chuckholes, �. the Contractor shall clear the chuckholes thoroughly by.brooming. •.Shape the hole, if necessary, in order to provide a square shoulder in the direction of traffic against which the patch can be placed. The sides of the hole should be nearly vertical.Prime the chuckhole with emulsion. Fill the hole with a mixed material. If the hole is deep, the mix should be placed in layers and compacted. Upon completion, the compacted patch in the pothole should be approximately 1/8 inch to 1/4 inch above the level of the adjacent pavement.. The compaction. • can be obtained by tamping or, where possible, by wheel -rolling the • mix with the wheel of the truck from which the mix is taken. After the 'Contractor has completed all patching required, the surface shall be thoroughly cleaned and swept with •power brooms. When the surface is distorted, construction of leveling/filling courses •or' level ing wedges is required to restore proper line and .cross section. Leveling courses are overlays of asphalt hot -mix used to level sags and depressions in existing old pavement prior to the surface overlay operation. 1 I I I i i 1 • CRUSHED STONE BASE COURSE SCOPE. This item shall consist of a foundation course for surface • courses, :fFor other base courses, or for pavements. It shall be constructed on the prepared sub -grade or other completed, base course in accordance with these specifications and Section 306 of the Standard Specifi.cations for Highway Construction, Arkansas • State Highway Commission, Edition of 1988, and in substantial conformity'with the lines, grades, compacted thickness, and typical cross section shown on the plans. MATERIALS.Crushed stone base material shall be Class• 7 in . •conformitywith the gradation and hardness requirements as set forth under Section 303 of the 1988 Edition of the Arkansas State Highway Department Standard Specifications. CONSTRUCTION METHODS. When base material is required and after the sub -grade has. been accepted and approved by the Engineer; compacted base material shall be installed at varying depths and widths. A typical section for each street is shown on the plans. Crushed I. stone base' material shall be compacted to 95% modified Proctor 'density. Compaction tests shall be conducted at reasonable .intervals as determined by the Engineer and at the Contractor's ' expense. During the placement of the base material, the crushed. stone shall be bladed and rolled to insure complete and proper mixing and water shall be added as required to establish optimum moisture for compaction of the material. Water needed for mixing and compaction of the sub -grade and base • will be made available by the City at the established bulk rate of the City. I 1 1 H ' H: ' I. 1 H ' H •• ' • H : H 31-1 1 ' _CONCRETE CURB AND GUTTER Concrete Curb and Gutter. Concrete curb. and• gutter shall be ' constructed, on suitable sub -grade material as shown on the plans. 3000 psi PC concrete with 6% entrained air shall be used. Expansion joints shall be made at drop inlets, radius points and at intervals not greater than 6.0 feet along the curb line. The joint shall not be less than one-half inch thick and shall be ' filled with joint filler neatly trimmed to match the cross section of the curb and gutter. Control joints shall be sawn at 20' intervals and sealed wtih an elastomeric sealant. Before construction starts, the Contractor shall furnish the Engineer a certified batching schedule from his concrete supplier. ' This schedule will show the type and gradation of aggregate to be used, the total pounds of aggregate, sand and cement1 and the proposed gallons of water for each cubic yard of concrete to be delivered. The concrete shall be placed on sub -grade that has been watered down, and shall be vibrated and spaded until the mortar is evenly spread. The surface shall be finished smooth with rounded corners. The curing of. the concrete shall be controlled in accordance with the prevailing weather conditions at the time of the pour.Wet burlap shall be placed and kept moist it so required by the Engineer. Concrete will not be poured when the outside temperature ' is below 400 F. within four hours after the last batch is poured. 1 1 1 1 32-1 1 i Ii PRIME AND TACK COATS • MATERIALS. Prime coat material shall be Grade MC -30 or approved• equal and tack coat material shall be Grade SS -1 or approved equal. ' Both materials shall meet the requirements of 1988 AHTD specifications. I CONSTRUCTION METHODS. The plans show the location of asphalt overlays and new construction. Tack coat shall be applied to old pavement at the rate of 0.10 gallons per square yard or more, as directed by the Engineer. The prime coat shall be applied to prepared base material at the rate of 0.25 gallons. per. square yard. •I H 1 U • I 33-1 • I. HMAC LEVELING/FILLER COURSE • SCOPE. This item shall consist of a leveling/filler course composed I of hot -mixed asphaltic concrete conforming to the requirements for a Type 2 surface course, Section 406, AHTD 1988 Specifications. The leveling course shall be placed. in •a single lift with minimum I compacted thickness of one inch over existing pavements. The finish • grade of the leveling course shall not extend above two inches below finished grade. The areas of new construction between inside I. face of gutter and existing pavement (2.5 feet minimum) shall be filled with the same HMAC material from top of compacted crushed stone base course to three inches below inside edge of gutter finish grade. This material may be placed before or as a part of • the leveling course. I. CONSTRUCTION METHODS. The HMAC shall be placed by a self-propelled asphalt Ia;ydown machine equipped with an adjustable vibrating screed, and of such size as will permit the laying of one-half street width during each pass of the machine. Prior to placement of the asphalt, the area shall be tacked with one application of tack coat as previously specified. Asphalt placement shall be in accordance with the General Specifications for that item. Core samples shall be taken at such locations as the Engineer may direct for the purpose of determining compacted density. The cost of cutting the core samples, repairing the removed area, conducting the laboratory tests to determine the compacted density, and all other costs shall be at the expense of the Contractor. The finished bituminous course shall be compacted to not less than .I 92 percent of theoretical density. A mix design shall be submitted to the Engineer for approval prior to use of any materials. I I I I 34-1 HI I J POLYPROPYLENE FABRIC UNDERSEAL SCOPE. This item shall consist of furnishing and placing a fabric .underseal.;The fabric wit be placed over the entire project from. inside edge of gutter to inside edge of gutter. Thefabric shall •be AMOPAVE'4599 or approved equal. MATERIALS. Thisprotective membrane system shall consist of a .nonwoven polypropylene fabric sealed with asphalt cement as specified below: The fabric:shall be a needle punched, nonwoven polypropylene fabric having thelfollowing minimum roll average properties: • PROPERTY TEST METHOD UNITS • Grab Tensile ASTM-D-4632 90 lbs. Grab Elongation ASTM-D-4632 55% • Mullen Burst ASTM 3786 215 psi • Puncture ASTM-D-4833 60 lbs. • Trapezoidal Tear .ASTM-D-4533 35 lbs. • UV Resistance ASTM-D-4355* 70%** • Asphalt Retention, TX DOT 3099 .25 gal/y92 3.5 oz/ft *Fabric conditioned as per ASTM-D-4355 **Percent of minimum grab tensile after conditioning. The manufacturer of the fabric shall certify that the material supplied to the project meets the specified material requirements:. TACK COAT) Tack coat for polypropylene fabric shall meet the .following requirements:. MATERIAL GRADE AMBIENT TEMP 550 F- AMBIENT TEMP 550 F+ Asphalt Viscosity Grade AC -5 AC -20 or AC -40 Cement AC -10 AGGREGATE. Small quantities of washed concrete sand may be needed to blot excess asphalt, or facilitate movement of construciton equipment over the fabric during overlay. Small quantities of hot - mixed asphalt concrete spread over the fabric will also seve this purpose. EQUIPMENT.r A. Asphalt Distributor. The distributor must be suitable • metered and capable of spraying the asphalt sealant..at a • prescribed uniform application rate. No drilling or skipping should be permitted. the Contractor is required to install a, satisfactory test application at an off -site area to insure proper equipment performance. The distributor should be equipped with a hand spray with single nozzle and positive shutoff valve. B. Fabric Lavdown Equipment. Mechanical laydown equipment must be capable of handling full rolls of fabric,,and shall be capable of laying the fabric smoothly, without excessive wrinkles and/or folds. When manual laydown is required, a length •of standard one inch pipe, together with suitable roll tension devices, are required for property roll handling. The supplier of the fabric shall provide such mechanical laydown equipment and personnel to operate said equipment, along with. the supervision necessary to insure adequate placement of the materials. C. Miscellaneous Equipment. Stiff bristle brooms to smooth the fabric and scissors (or blades) to cut the fabric should be provided. Under some conditions a pneumatic roller to imbed the fabric into the asphalt sealant may be needed. 'CONSTRUCTION METHODS. The methods employed in performing the work .and all equipment, tools, and machinery used for handling materials and executing the work whall be subject to the' approval of the Engineer. Equipment, tools, and machinery used shall be maintained in a satisfactory working condition. Sufficient equipment shall be available "so that the work may proceed in proper sequence to completion without unnecessary delay. A. Surface Preparation. The surface on which the fabric is'to. be placed should be free of dirt, water and vegetation. Cracks between 1/8 inch and 1/4 inch must be filled with a suitable I. filler as directed by the Engineer. Larger cracks or holes are to be repaired with slurry, cold or hot mix. In all cases a -- leveling course is specified prior to placing the fabric. B. Application of Sealant. The asphaltic sealant must be uniformly spray applied at the specified rate. Quantity specified will vary with surface condition of the existing pavement (degree of porosity, for example) but will normally be applied to the rate of 0.25 to 0.30 gallons per square yard ' (gsy).residual asphalt. At least 0.20 gsy residual asphalt, under heat of the applied overlay, is absorbed by the fabric alone': Within street intersections or other zones where vehicle speed change is commonplace, it is good practice to reduce the prescribed application rate by about 20 percent. 35-2 Application will be by distributor equipment wherever ' possible, with hand spraying kept to a minimum. Temperature of the asphalt must be sufficiently high to permit a uniform spray! pattern. For asphalt cements, the minimum recommended ' temperature. is 290° F. (NOTE: If the fabric is oversprayed, distributor tank temperatures should not exceed 325° F. to avoiddamage to the fabric). The target width of the asphalt sealant application should be fabric width, plus 2 to 6 inches. Asphalt drools or spills should be cleaned from the road surface to avoid flushing and possible fabric movement at these asphalt -rich areas. The quantity of asphalt applied to the fabric is extremely ' important. The object is to fully seal the membrane, but not to use an excessive quantity which might cause a slippage plane: C. Fabric Placement. The fabric shall be placed into the asphalt sealant with a minimum of wrinkles prior to the time the asphalt has cooled and lost tackiness. The fabric, is unrolled so that the bearded (fuzzy) side is unwound into the sealant, "thus providing optimum bond between fabric and pavement during the construction process. .As directed by the Engineer, wrinkles severe enough to. cause "folds" shall be slit and laid flat. Brooming will maximize .fabric contact with the pavement surface. Small wrinkles which flatten under compaction are not detrimental to performance. Overlay of fabric joints should be minimal, although an I. overlap of 1 to 3 inches is recommended to insure full closure of the joint. Transverse joints should be "shingled" in the direction of paving to prevent edge pick-up by the paver. As directed by the Engineer, additional sealant of about 0.20 gsy should be applied to fabric joints.. U D. Hot -Mix Overlay. Placement of the hot -mix overlay should ' closely follow fabric laydown. In the event that the sealant bleeds through the fabric before the hot -mix is placed, it may be necessary to blot the sealant by spreading sand or.hot-mix over the affected areas. This will prevent any tendency for construction equipment to pick up the fabric when driving over it. Most satisfactory laydown of the hot -mix can be accomplished at temperatures. below 300° F. Temperature of the mix in. no case should exceed 325° F. Turning of the paver and other vehicles must be gradual to avoid movement or damage to the membrane, Ii. 1 SPECIAL CONSIDERATIONS. Ambient Temperatures. Air temperaturesI. . during fabric installation should be warm enough to allow adequate "tack" from the asphalt sealant to hold the fabric in place. The minimum temperature for most asphalt cements will be approximately 500 F. 1 1 ' I. H.. ... H I. H. 1 1 . . .: . . I 35-4 H. j .: . .. . HMAC SURFACE COURSE SCOPE. Thilsitem shall consist of a surface course composed of a compacted mixture of mineral .aggregate and.., asphalt cement conformingto the requirements of Section 409. of the Standard Specifications for Highway Construction, Arkansas State Highway Commission;, Edition of 1988 for "Type 2". The surface. course shall be constructed on the completed and accepted base. course or used for building up or shaping the existing base course in accordance with these specifications and in conformity with the lines, grades, compacted ,thickness, and typical cross section shown on the plans. The area shall be either primed or tacked prior to placement of the. surface course. •Work completed under this item shall be measured by the ton.in place. MATERIALS.' The hot -mix asphalt surface course shall conform in composition to the weights and gradation of "Type 2" asphalt as set forth under Section 406 of the 1988 Edition of the Arkansas State Highway Department Standard. Specifications, using asphalt cement, viscosity grade AC -30 or appropriate substitute meeting the requirements of AASHTO M 226. CONSTRUCTION METHODS. After placement of leveling/filler course and polypropylene fabric, a two inch compacted thickness layer of HMAC shall be. placed. The finish grade of the HMAC shall match inside edge of gutter elevation. The asphalt shall be placed by a. self - propel led lasphalt laydown machine equipped with an adjustable • vibrating screed, and. of such size as will permit the laying of one-half street width during each pass of the machine. Prior to placement iiof the asphalt, the area shall be tacked with one application of tack coat as previously specified. Asphalt placement shall be in. accordance with the General Specifications for that item. Core samples shall be taken at such locations as the Engineer may •direct for the purpose of determining compacted density. The cost of cutting'the core samples, repairing the removed area, conducting the laboratory tests to determine the compacted density, and all other costs shall be at the expense of the Contractor. The finished bituminous course shall be compacted to not less than 92 percent of theoretical density. A mix design shall be submitted to the Engineer for approval prior to use of any material. 36-1 TOPSOIL. Topsoil shall consist of. material stripped and stockpiled from the limits of roadway construction, if available, or of satisfactoy material furnished by the Contractor. Topsoil shall be free of all large rocks, excessive vegetative material, or other • debris which would cause the topsoil to be unsuitable. SEED. Seed shall be in conformance with Group I (based on the time of application) as set out in Section 620 of the 1988 Edition of • the Arkansas State Highway Department Standard Specifications. STRAW MULCH. Straw mulch shall consist of good grade, weed -seed • free, clean straw of a quality approved by the Engineer prior to • use. I: • CONSTRUCTION METHODS. Before the placement of topsoil is commenced, the area to be covered shall be bladed smooth and all rock.2 inches and larger removed. The area shall then be lightly disked and the. .topsoil placed to a thickness of approximately 4 inches. The topsoil shall then be machine or hand raked to provide a uniform surface. Seeding and fertilizing shall be 620 of the Arkansas State Specifications. done in accordance with Section Highway Department Standard Straw mulch shall then be placed over areas as directed by the Engineer and shall be uniformly spread as to provide a thickness of approximately 2 inches when first spread over the area. The straw mulch shall be held in placeS by the appl.icat ion of an emulsified asphalt applied with a pressure sprayer at the rate of approximately .05 gallon per square yard. The Contractor should note that all areas disturbed by the construction behind the curb and gutter and drainage ditches are to be topsoiled, seeded, fertilized and straw mulched. WATERING. The specifications on seeding and sodding call for certain regular applications of water. The City of Fayetteville has available fire hydrants through which water may be purchased near the individual streets. There is no direct pay item for water. It shall be considered subsidiary' to other items. I •1 1 Li I STORM DRAINAGE SCOPE. This specification shall consist'of the construction of all storm sewers, pipe culverts, manholes, drop inlets, junction boxes, and other appurtenances complete with all jointing materials. PIPE: a. Reinforced Concrete Pi.pe. The pipe may be either bell and., spigot, tongue and groove, or as specified on the plans. The strength class shall be determined by. the D -load which produces a0;01 -inch crack, and the ultimate load shall be that specified for the appropriateclass of pipe. (1) Circular pipe shall conform to ASTM C76. (2) Arch shaped pipe shall conform to ASTM C506. (3) Joints shall be composed of either cement mortar (3 parts concrete sand to 1 part Portland cement) or, cold applied preformed rubber gaskets unless one type is specified on the plans. Cold applied preformed rubber gaskets.shall conform to ASTM C443. When a primer is recommended by the manufacturer to be used in connection with the rubber gasket, the material in the primer shallcomply with the require- ments as specified by the manufacturer. b. Nonreinforced Concrete Pipe. The pipe may be either bell and spigot, tongue and groove, or as specified on the plans. The. pipe shall:conform to ASTM O14. Joints shall conform to those above for reinforced concrete pipe. c. Corrugated. Steel Pipe. The manufacture and furnishing of. corrugated steel pipe shall be in accordance with AASHTO M 36 for galvanized pipe and AASHTO M 190 for coated pipe. The pipe shall be formed from sheet conforming to AASHTO M 218, and the kind of base metal shall be designated on the pipe. Coupling bands shall be single -piece or two-piece corrugated bands with bolts and angles. Neoprene gaskets shall be used when designated on the plans. HANDLING. Pipe, fittings, and accessories shall. be handled in a manner that will insure their. installation in the work in sound, undamaged condition. Hooks inserted in ends of pipe shall have broad, well padded contact surfaces. Pipe and fittings shall not be bumped or dropped. Pipe having premolded joint rings shall be handled insuch a manner that no weight, including the weight. of the pipe itself, will bear on or be supported by the spigot rings 38-1 at any time. Care shall be taken to avoid dragging the spigot ring on the ground or allowing it to come in contact with gravel., ' crushed stone, rocks or other hard objects. Joint rings which have been damaged in any way will not be accepted and shall not be incorporated in the work. CLEANING. The interior of all pipe and fittings shall be thoroughly cleaned of•all foreign matter before being installed and shall be kept clean until the pipe has been jointed. Every precaution shall be to prevent foreign material from entering the pipe while it is being installed. No debris, tools, • clothing, or other materials shall be placed in the pipe. No hooks of any kind will be allowed to come in contact with the premolded joint or interior of the pipe. INSPECTION. Each piece of pipe shall be tested for defects, after its delivery alongside the trench near the point of installation. I. All defective, damaged, or unsound pipe and fittings shall be rejected and removed from the site of the work. All accepted pipe and fittings shall be suitably marked so that the acceptance marks will be plainly visible after installation in the trench and will not become effaced by weather or handling. ALIGNMENT AND GRADE. Unless otherwise shown on the plans, all pipe shall be laid straight between changes in alignment and at a uniform grade between changes in grade. All lines shall be laid so _ that each section between manholes will lamp. The Contractor may use laser equipment to determine and check pipe grades and alignment or shall erect substantial batter boards at intervals of not more than fifty (50) feet. Batter boards and "topline" shall be used to determine and check pipe subgrades. Not less than three batter boards shall be maintained in proper position at all times when trench grading is in progress. Each pipe as laid shall be plumbed for line with a plumb bob and graded with a grade tod for elevation. ■ FORMING BED FOR PIPE. Where the pipe is to be laid below the ground line, a trench shall be excavated to the required depth and to the minimum width shown on the plans. When bell and spigot pipe is used, recesses shall be excavated at the be.Ils.•Unsuitable material in the bottom of the trench shall be removed and replaced with ' bedding material as shown on the plans and compacted with mechanical equipment. In rock, the trench shall be excavated below grade to the.depth as shown on the plans, backfiIled with suitable material, and compacted with mechanical equipment. Where pipe is not laid in a trench, a bed of suitable material shall be formed and thoroughly compacted in order to insure a firm foundation for the pipe. 38-2 H1 •1 1 . . LAYING PIPE. Pipe shall be protected from lateral displacement by means of pipe embedment material installed as. provided in the I. trench backfill specification. Under no circumstances shall pipe be laid in water, and no pipe shall be laid under unsuitable weather or trench conditions. ' When jointed in the trench, the pipe shall form a true and smooth line. Pipe shall not be trimmed except for closures, and pipe not making a good fit shall be removed. The laying of pipe shall begin at the.lowest point, and. the pipe ' shall be. instal led so that the bell or groove ends of concrete pipe and outside circumferential laps of corrugated metal pipe shall be placed facing upstream. BACKFILLING. Trench backfill above pipe embedment shall conform to the following requirements: . . "Compacted Backfill" shall be finely divided material free of debris and organic material, but may contain rubble and I. detritus from rock excavation at certain levels of the trench depth: This material, with a sufficient moisture content, may be placed in lifts and mechanically tamped at substantially optimum moisture for that particular soil to a density of not less than 95 percent of the maximum density as. obtained by AASHTO T-99. Granular bedding material may be used as I. compacted'backfill at the option of the Contractor. Compacted backfill shall be required. beneath pavements, surfacing, ' driveways, curbs, gutters, walks; other surface construction .or structures; or in road or highway shoulders or beneath areas where sod is to be replaced. Placement of trench backfill material will proceed in such a manner, as approved by the Engineer, that no excessive loads, shock, or impact will be imposed on the installed pipe which would result in pipe injury or displacement. I. Compact masses of stiff muck clay, gumbo, other consolidated material, or stone more than one (1) cubic foot in volume shall not be permitted to fall more than five (5) feet into the trench unless ' cushioned by at least two (2) feet of loose backfill above the pipe embedment. ' No hard rock, stone, or boulder larger than eight (8) inches in its greatest dimension shall be placed within eighteen (18) inches of the top of the pipe. Large stones may be placed in the remainder ' of the trench backfill only in well separated and so arranged that no interference with backfill compaction or settlement will result. No rock greater than eight (8) inches in its greater dimension I. shall be placed on the surface of the backfill except with the specific permission of the Engineer in each case. 38-3 1 . I 1 . I ' Additional backfilling may be necessary at a later date before paving or :the surfacing is installed or completed. Trenches to. receive sod or seeding shall be topped with 12 inches of topsoil or material equal to that adjacent to the trench at the ground surface. • 1 1 . H . .. 1 1 1 1 Y . 1 1 38-4 ■ • METHODS OF MEASUREMENT AND BASIS OF PAYMENT GENERAL This section will specify the method of ineasurethent and basis of payment for each item as presented in the bid form. Any incidental materials or work required to complete project construction not listed in the bid form, will not be cause for extra charges and will be included in the prices given in the bid. Measurement will be made for all bid Items when they are constructed complete in place in accordance with the plans and specifications and accepted by the Engineer. METHOD OF MEASUREMENT BIDITEM 1. HMAC-AHTD Type 2. -.Tons by Scale tickets initialed .by Engineer. 2. 3000 PSI concrete curb and gutter -. Lineal feet as measured by the Engineer. 3. Polypropylene Fabric Undersea I.- square yards as measured by the Engineer. Overlaps are excluded. 4. 4" Topsoil, Hydromulch, Fertilizer, and Seed - square yards U. as measured by the Engineer. 5. Common Excavation - cubic, yards as measured by the Engineer. 6. Clearing and Grubbing - square yards as measured by the Engineer. ' 7. Class 7 Crushed Stone - tons by scale tickets initialed by the Engineer compared to volume placed as measured by the - Engineer. 8. Rip -Rap - square feet as measured by the Engineer. 9. Removal of Existing Pavement - square yards as measured by the Engineer. 10. Removal and reinstallation of.12" RCP - lump sum. 1 11. Removal of 12" RCP and installation of 24" CSP - lump sum. 12. Concrete Flumes - lump sum per each. 13. Removal and reinstallation of 15",CMP - lump sum ' 14. Rock Excavating - cubic yards as measured by the Engineer. MP -1 I: BASIS OF PAYMENT Work completed, accepted and. measured as provided above shall be • paid for at the contract unit price bid, per unit described, for each item described, complete in place, which price shall be full compensation for furnishing and installation of the item, for all 1 special tools, equipment, labor and supervision to complete work. 1 1 1 1 • 1 F H I. 1 I u.. 1 1 1 MP -2 1 1 CITY OF FAYETTEVILLE BID 90 - City Administration Building ' 113 West Mountain • Fayetteville Arka.nsas.72701 • Separate and sealed BIDS for Armstrong Avenue Street Reconstruction from •Commerce Drive to City Limits in and for the City of Fayetteville,: Arkansas, will be received•at the Purchasing Office, Room 307, City Administration Building, Fayetteville, Arkansas, until 2:00p.m.,. and then at said office publicly opened and read aloud. The REPLACEMENT PROJECT will include the furnishing of all the necessary. materials, supplies, tools, labor, and other services required for the: complete construction of the following: ' Approximately 1450 linear feet of street widening, HMAC overlay of • existing pavement, concrete curb and, gutter, grading, drainage relocation, and all incidental work necessary for..a complete. installation. ' The CONTRACT DOCUMENTS consisting of Advertisement for Bids, Instructions to Bidders,. Bid Bond, Bid, Agreement, Payment Bond, Performance Bond, General Conditions, Special Conditions, Special ' Instructions, Detailed Specifications, Attachments, Drawings and Addenda, may be examined in the. off ice of the City Engineer, City Administration Building, Fayetteville, Arkansas, 72701, and the office of CEI Engineering I Associates, Inc., 110 West Central, Bentonville, Arkansas, 72712. (501)273-9472. Copies of the contract documents may be obtained from the offices of CEI Engineering Associates, Inc., upon payment of $50.00, non-refundable. I I I All bidders must be licensed under the terms of Act 1501 Arkansas Acts of 1965. • The City of Fayetteville reserves the right to reject any or all bids and to.waive any formalities in the bids. The City also reserves the right to withhold the awarding of the contracts for a period of not to exceed sixty days after opening of bids. Dated the day of , 1990: /s/ Purchasing Officer, City of Fayetteville, Arkansas A-1'