HomeMy WebLinkAbout169-91 RESOLUTIONaCI
•
•
RESOLUTION NO. 169-91
A RESOLUTION AWARDING BID 91-44 TO TOMLINSON
ASPHALT FOR A ASPHALT TRAIL IN GULLEY PARK AND
TO MCCLINTON ANCHOR FOR A SAND VOLLEYBALL
COURT AND BRIDGE RAILINGS.
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 to award contracts to Tomlinson Asphalt for the asphalt
trial in the amount of $37,820; and to McClinton Anchor for a sand
volleyball court and bridge railings in the amount of $20,945.
These projects are in Gulley Park and will be funded from the
greenspace account and the sales tax bond money. A copy of the bid
tabulations are attached hereto marked Exhibit "A" and made a part
hereof.
PASSED AND APPROVED this 17th day of September , 1991.
APPROVED:
By 2�i////�
Mayor r
ATTEST:
By:
r
M
City C(brk
•
•
•
CONTRACT
This contract executed this 17th day of September
1991, between the City of Fayetteville, Arkansas, hereinafter
called the City, and Tomlinson Asphalt Company, Inc., hereinafter
called the Contractor, and having an address at 1411 W. Van Asche,
Fayetteville, AR 72703, and telephone number 501/521-3179.
In consideration of the mutual covenants contained herein, the
parties agree as follows:
1. The Contractor at his own cost and expense shall furnish all
labor, materials, supplies, machinery, equipment, tools,
supervision, bonds, insurance, tax permits, and all other
accessories and services necessary to complete the Gulley Park
improvements, Contract Section I, in accordance with plans and
specifications attached hereto and made a part hereof, as
stated in CONTRACTOR'S PROPOSAL, and in accordance with plans
and specifications attached hereto and made a part hereof
under Bid #91-44, all included herein as if spelled out word
for word.
2. The City shall pay the Contractor based on a per unit price as
indicated in CONTRACTOR'S PROPOSAL, Contract Section I, upon
completion of work called for in the plans and specifications.
Said consideration shall be payable to the Contractor on a per
unit basis as invoiced and accepted by the City. Contract
amount is not to exceed $37,820.00.
3. The Contract documents which comprise the contract between the
City and the Contractor consist of this Contract and the
following documents attached hereto, and made a part hereof:
A. Bid form identified as Invitation to Bid 91-44 with the
specifications and conditions typed thereon.
B. The Contractor's proposal.
C. The Notice to Prospective Bidders.
D. Plans for said improvements.
4. These Contract documents constitute the entire agreement
between the City and the Contractor and may be modified only
by a duly executed written instrument signed by the City and
the Contractor.
5. Contractor shall not assign his duties under the terms of this
agreement.
•
•
•
6. Contractor agrees to hold the City harmless and indemnify the
City, against any and all claims for property damage, personal
injury or death, arising from Contractor's performance of this
contract. This paragraph will in no way affect or waive the
City's Tort Immunity.
7. The Contractor shall furnish a certificate of insurance
addressed to the Owner, showing that he carries the following
insurance which shall be maintained throughout the term of the
Contract.
Workmen's Compensation Statutory Amount
Comprehensive General &
Automobile Insurance
Bodily Injury Liability
$500,000 for each person
injured.
$1,000,000 for each
accident.
Property Damage Liability $250,000 for each
accident.
$500,000 aggregate
Contractural Liability $1,000,000 for bodily
injury limits and property
damage limits
The insurance shall include explosion, collapse and
underground coverage. The premiums for all insurance.and the bond
required herein shall be paid by the Contractor.
8. Contractor agrees to furnish a Performance Bond, approved by
the City, guaranteeing the performance of this contract, for
not less than one hundred percent of the amount of this
contract. Said performance bond shall be conditioned on full
and complete performance of this contract and acceptance by
the CITY of Fayetteville for the payment of all labor and
materials entering into or incident to the proposed
improvements and shall guarantee the work against faulty
workmanship or materials for a period of one (1) year after
completion. The Contractor agrees to furnish proof of
licensure as required under the terms of Act 150 of the 1965
Acts of the Arkansas Legislature.
9. The actual notice to proceed will be in writing and will be
issued byte City of Fayetteville Parks Division.
10. Contractor agrees to begin work within ten (10) days after
issuance by the City of a "Work Order" or "Notice to Proceed"
and to complete the work within 60 calendar days thereafter.
1
•
•
•
•
•
•
•
11. All work called for herein shall be coordinated directly with
Mr. Dale Clark, Parks and Recreation Director.
A Coi-
WITNESS OUR HANDS THIS 17th DAY OF September
ITY CLERK
APPROVED AS TO
JERRY 11SE,CITY
ATTORNEY
BY
1 1991.
CITY OF FAYETTEVILLE,
FAYETTEVILLE, ARKANSAS
TeCt-
CITY MANAGER/MAyoR
,i-NlinSe)
NAME
BY IC ca:erh id
NAME AND TLE
/j/// it/ ,an e e
70770.3
BUSINESS ADDRESS
10- 91
-4 A.I.A. Document No. A-310 (February 1970 Ed )
am
`\1r�
Sedgwick James
Sedgwick James of A kansas, Inc.
900 S Snacklelord Road, S.1 le 600 °O Box 51 , Little Rock. ArKansas 72203-0511
Telephone (501) 223.3111 Telex 536249 Facsimile (501)223-8461
KNOW AL.L MEN BY THESE PRESENTS, that we,
as Principal, hereinafter called the Principal. and
BID BOND
APAC-ARKANSAS, INC., McCLINTON-ANCHOR DIVISION
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
113 West Mountain
Fayetteville, Arkansas 72701
as Obligee, hereinafter called the Obligee in the sum of
Five Percent of the Amount of Bid
Dollars I$
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
Gulley Park Improvenents, consisting of Asphalt Trails, Culverts, Volleyball
Court and Protective Berm and Bridge Rails
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 Prnc.pai 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 shah be null
and void. otherwise to remain in full force and effect
Signed and sealed this 30th day of August
S —1316-B
(Witness)
c gC
(Wtness) - )
�• RY•
(Title)
A.D. 19 91
APAC-ARKANSAS, INC.,
McCLTNTON-ANCHOR DIVLSIOt
(Principal) (Seal)
66_ Vice Preside
INSURANCE
COMPANY OF NORTH AMERICA
/A(Surety)
;Judy Fr Butler
(Seal)
Attorney in fact
ORNEY
Insurance Company of North America
c CIGNA company
253922
Know ail men by these presents: That INSURANCE COMPANY OF NORTH AMERICA, a corporation of the Commonwealth
of Penneylvenia, having ha principal office in the City of Philadelphia, Pennsylvania, pursuant to the following Resolution adopted by the Board of
Directors of the said Company on December 5. 1983, to wit:
'MSOWlO. let nun se Articles ale and 5.1 ol Wee M•Lww 1M Wong aunt .MN inn M nano* kw 1M Conpasy of beenn, uM.MLaes, recogniint omincic end other
Mien le Nis amnia Rase
(1)
(2)
alga4Ms of the Pendent. or a ends Vk. PIsiMM, or a Vies Pre dere. or M Relent Vim Pisani and the seal of the CrpenY nay M haat by Main on as power el intros
yarned pumas Is gen Resolution. ren the Spa i n h a mains Officer ane the nal ed the Company my M .Mew by Ise..- to any ardent al ant sun pelm sen any soh power Of
cwlflbhp Marty non Sane aplMre an Rel Moll be renis en biding on 1M Campsy.
(4) Sun other Mien os int Coepen. end Anom.yawPnt MW Ma tdholy 10 cMify me redly copes of In Resalutbe, the Byars of the Company. aM say .Nal or mord a no Conan
necessary a Ma MClfsege of Mar dulled
Se nsssg. et Was Resolution does nal suns ant urger midway rained by Resolution of the Hotel of Directors .pooled on June S. 1941 Msy 21 Zara .M Morn S. 111177:'
hereby nominate, constitute and appoint DONALD R. HENDERSON, JUDY FRANKS BUTLER, and MARY GARDNER,
of the City of Little Rock, State of Arkansas
Thew IM ►IiWS, .p SMW Wks Penlarlf, ally vee Paearn. MY A.ntst Wee Prosiest, or soy Anon.y.whet. m .anut. lee and on behalf h de Company any ad ell bons.
an.rtMMge. rKO9114110 . Gannet, ant OW slag. in 111a RW. Mnen the urns lo be .Nwl.d when money by the CoipaMN r en A..ntest Canna S.a.IM'. ead M.
Mw efSts Cee ray abed 1M1.be: ma Mel fele Prsh-fel..n Sear Vico Pasant, qy Vic. Praaldenl or wry esslatere Vk. Preeleerd self anon and .uMiMz. ny other Officer (anted r
appealed) ol s. Canny, rut MpMys-P-Feet to n amnia or ass to the execution of all mush saran On Shelf MIM Colman' ad to ad M. mil of M. Cana It*.mo-
My We tress ea.eMad le scendanC4 nth nee Rales MM bees beds poll the Cryan in a y GN Mt nosh .,need by el. Penned and attested to by Me Cnprale 6.crelery.
w
does
all
its true and lawful agent and attorney-in-fact, to make, execute. seal and deliver tor and on its behalf, and es its act and deed any
and all Bonds and Undertakings, LIMITED in amounts, TWENTY FIVE MILLION 025,000,000.)
on behalf of APAC-Arkansas, Inc. and APAC-Mississippi, Inc., and APAC-Tennessee.
Said Bonds and Undertakings to be signed for the Company and the Seal of the Company
attached thereto by any one of the said Donald R. Henderson, Judy Franks Butler, and
Mary Gardner, individually.
And the execution of such writings in pursuance of these presents shall be as binding upon said Company, ea fully and amply as it they had
been duly executed and acknowledged by the regularly elected officers of the Company at its principal office.
IN WITNESS WHEREOF. the said R. E. Giveane, Vice -President, has hereunto subscribed his name and affixed the
day of
corporate seal of the said INSURANCE COMPANY OF NORTH AMERICA this 19th
August 1g 90
COMMONWEALTH OF PENNSYLVANIA
COUNTY OF PHILADELPHIA
On this 19th day of August
53.
INSURANCE COMPANY OF NORTH AMERICA
by
'• `r•
•r ionic.. A .� <��
R. E. GIVEANS, Vice President
A D 1994._ before the subscriber, a Notary Public of
the Commonwealth of Pennsylvania in and for the County of Philadelphia duly commissioned and qualified, came R. E. Gtveans Vice -
President of the INSURANCE COMPANY OF NORTH AMERICA to me personally known to be the individual end officer described in. and
who executed the preceding instrument, and he acknowledged the execution of the same. and, being by me duly sworn, deposeth and
seith, that he is the officer of the Company aforesaid, and that the seal affixed to the preceding instrument h the corporate seal of said
Company. and the said corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority
and directip111Wwj$corporation, and that Resolution, adopted by the Board of Directors of said Company. referred to in the preceding
instrun t�'� OA_ �G�
`•ab • 1• 9EOF. 1 has • - seal at the City of Philadelphia the day and year
firapaD _ flan, jti; • NOTARIAL SEAL
OF 5- JULIA ANNA ROHANA, Notary Public
_ c* Philadelphia, Philadelphia County
(S41.) -• — My Commission Expires August 20, 1 an Plane
,',p�C,,1a,,,,,,a gyp•'' P.
1. the 6p�eralgfiliS? asc(PFary o�NSURANCE COMPANY OF NORTH AMERICA, do hereby certify that Me original POWER OF ATTORNEY. of
which the forego, *. y teeorrect Dopy, is in full force and effect.
In witness 1afitMpf%$ l've hereunto subscribed my name as Secretary, and/adixed Mt corporate seal of the Corporation, thie
3Othday or August 19 91
T,r
il
Jona 8. wrier) Secretary
THIS POWER OF ATTORNEY MAY NOT BE USED TO EXECUTE ANY BOND WITH AN INCEPTION [RITE AFT
efaugstata9S
ai4199e411 Pw. w uiw
08/28/91 14:44 121 575 8257 City Ot Fay'vlle 111002
•
•
•
MEMM
GULLRY PARK - PHASE II
Addendum No. 1
an
The following changes are made a part of the Gulley Park Phase II
project, City of Fayetteville Bid no. 91-44.
General scope of the addendum:
The time of performance is changed from 30 days to 60 days.
specific Changes:
1. Instructions to bidders - paragraph 11, "Time of completion
and liquidated damages" is revised to read as follows:
"Bidder must agree to commence work on or before a date to be
specified in a written "Work Order" or "Notice to Proceed" from the
City and to fully complete the project within sixty (60) calendar
days thereafter. Liquidated damages will be assessed for all
delays beyond the contract sixty (60) calendar day period which are
assessable to the contractor. If the construction process is
delayed by events beyond the control of the contractor, the City of
Fayetteville may grant an excusable time extension. The charge for
liquidated damages shall be $250.00 per day."
2. Contract clause 10. is revised to read as follows:
"Contractor agrees to begin work within ten (10) calendar days
after issuance by the city of a "Work Order" or "Notice to Proceed"
and to complete the work within sixty (60) calendar days
thereafter."
Acknowledgement by the bidder:
AP,Ar- ketots ts, hct . neCliaint Abler QvvISc+rkr—
Bidder Date
•
•
NOTICE TO BIDDERS
BID NO. 91-44
GULLEY PARK IMPROVEMENTS
Consisting of Asphalt Trails, Culverts, Volleyball Court &
Protective Berm and Bridge Rails
The City of Fayetteville, Arkansas, will receive sealed bids at the
Purchasing Office, City Hall, 113 West Mountain Street,
Fayett:-vilie, Arkansas until August 30, 1991, 10:30 a.m. for the
furnishing of Asphalt Trails, Culverts, Volleyball Court &
Protective Berm and Bridge Rails.
Bid forms, specifications and plans may be obtained from the
Purchasing Office, located in Room 307, 3rd Floor of the City
Administration Building.
For information concerning the proposed wcc]L or for an appointment
to visit the site of the work, contact. M.r. Dale Clark at the
Fayetteville Youth Center, 501/442-9242.
The City reserves the right to reject any and all bids, and to
waive any formalities deemed to be in th• City's best interest.
Bids received after the time specified above will not be accepted.
Peggy A. Bates
Purchasing Manager
Publish August 18th and 25th, 1991
Billing refer to P.O. 28991.
•
si
•
PROJECT MANUAL
TABLE OF CONTENTS
Bid/Contract Sections I - Asphalt Jogging Trail
II - Volleyball court and protective berm
III - Bridge Rails
Instructions to Bidders
General Conditions of the Specifications
Contract Form
List of Drawings
Technical Specifications
Section 101 - Scope of Work
Section 102 - Materials and equipment
Section 201 - Site Grading
Section 202 - Asphaltic Concrete Paving
Section 301 - Volleyball Court
Section 401 - Carpentry
1 k
PEGGY BATES
PURCHASING OFFICER
(501) 575-8281
INVITATION TO BID
CRY OF FAYETTEVILLE, ARKANSAS
MAILING ADDRESS:
PURCHASING DEPT.
113 W. MOUNTAIN
CITY ADMININSTRATION BLDG
ROOM 307
FAYETTEVILLE. ARKANSAS
72701
BID NUMBER:
91-44
DATE ISSUED:
8/18/91
DATE & TIME OF BID OPENING:
10:30, August 30, 1991
COMMODITY CLASSIFICATION:
BUYER:
Peggy Bates
CONTRACT PERIOD OR DATE notice to
DELIVERY REQUIRED: 30 days after proceed.
F O.B.:
Fayetteville, AR
BUYER'S PHONE 0:
501/575-8289
BIDDERS GUARANTEED
DELIVERY GATE:
ITEM NO.
DESCRIPTION
QUANTITY
UNIT PRICE
TOTAL PRICING
la.
lb.
2.
CONTRACT SECTION I -
and
2,000
1,200
2
if
if
ea
AF/Z.S.i
0/Z. Cc
as0270.00
�a.6-,/00.OU
i S 060.00
4 698.00
Additional asphalt jogging trail
Asphalt trail - first (estimated)
Asphalt trail - second (estimated)
24 inch dia. by 12 feet RC culverts
Notes:
1. The appropriate cover for trail
construction over the two- 12 feet
by 24 inch reinforced concrete
culverts, as well as the ramping
construction to match the existing
trail/bridge connections, are
incidental to the asphalt trail
unit price.
2. The estimated quantities are not
guaranteed. The actual length of
trail constructed shall be dependent
upon the specific trail layout and
funds availability.
�b'CO
EXECUTION OF BID
Upon signing this Bid, the bidder certifies that they have read and agree to the requirements set forth in this bid proposal
including specifications, terms and standard conditions, and pertinent information regarding the articles being bid on, and
agree to furnish these articles at the prices stated.
UNSIGNED
BIDS
WILL BE
REJECTED
NAME OF FIRM:
EPA& ArkaNaos Isjc.,101/41tni», Ambo. _Diu.
BUSINESS ADDRESS. STREET
p. 0. Qox 1307
PHONE NUMBER
(Sol) 52/-3SS-O
ARKANSAS TAX PERMIT NUMBER:
/-72 -03/S7
SIGNATUR AUTHORIZED PER N
4. &tSd 519 .91
CITY
fayif VI/1
.
! s
TITLE •�J
l GC, r,CR l f "
ARKANSAS PREFERENCE REQUESTED: YES ( 7) NO )
CASH DISCOUNT % DAYS
STATE ZIP
/9,-. 742702.
DATE
•
•
MONO. 91-44
INVITATION TO BID
CONTINUATION SHEET
•
PAGE 3 OF
Item No.
1.
Item No.
1.
CONTRACT SECTION II -
Volleyball court and protective berm
Description
Volleyball court and protective
berm, including all items of
work as shown in the plans or
indicated in the specifications.
Estimated
Quantity
lump sum
Total
Price
'F'/3, 5.95: do
CONTRACT SECTION III -
Handrails for the 2 existing bridges
Description
Bridge rails for the 48 ft. +/-
existing bridge.
2. Bridge rails for the 50 ft. +/-
existing bridge.
Estimated
Quantity
lump sum
lump sum
Total
Price
'93, 600, o0
'(3, 75-0. °0
•
INSTRUCTIONS TO BIDDERS
1. OUALIFICATIONS OF BIDDERS:
Before submitting a bid, bidders must be licensed under the
terms of Act 150 of the 1965 Acts of the Arkansas General Assembly,
and the successful bidder must be legally qualified in all respects
to do business in the State of Arkansas.
2. LOCAL CONDITIONS:
Bidders shall read the Specifications, examine the Plans, and
make their own estimates of the existing facilities and the
difficulties which will attend the execution of the work called for
by the proposed Contract, including local conditions, uncertainty
of weather, and all other contingencies. Bidders shall satisfy
themselves by personal examination of the location of the proposed
work, and by such means as they may choose, as to actual conditions
and requirements. Information derived from the Plans and
Specifications or from the Engineer or his assistants shall not
relieve the bidder of this responsibility.
3. PROPOSAL GUARANTEES:
Proposals must be accompanied by either a certified or
cashier's check, drawn on a National Bank or a bank having
membership in the Federal Reserve System, or a Bid Bond executed by
a satisfactory Surety. The proposal guarantee shall be in an
amount not less than five (5) percent of the bid and made payable
to the Contracting Authority to whom the Proposal is made. A
lesser amount will not be accepted.
The proposal guarantee, or other bid qualifications, shall be
sealed in a separate envelope firmly attached to the outside of the
sealed Proposal. The outer envelope shall be opened first, and if
the documents are not found to be in order, the sealed Proposal
shall be returned to the bidder unopened.
The amount of any check or bond shall be retained by the
Contracting Authority as liquidated damages in case the bidder
neglects or refuses to enter into a contract and to furnish the
required contract bond within ten (10) days after the prescribed
contract and bond forms are presented for signature.
Checks of unsuccessful bidders will be returned immediately
after a contract has been executed.
4. (a) Proposals shall be strictly in accordance with the
prescribed forms, furnished with the Specifications. Any
modifications or deviations therefrom may be considered sufficient
cause for rejection.
•
,1 .
•
(b) It is to be understood that the lump sum required in the
Proposal is for the furnishing of all materials required to be
furnished and the doing of all work required under these Contract
Documents, including items for which no quantities are given. In
case unit prices are not required, it is to be understood that the
lump sum required in the Proposal is for the furnishing of all
materials, tools, labor, etc. required to be furnished and the
doing of all work required under these Contract Documents.
(c) Proposals must be signed, in writing, by an individual
authorized to bind the bidder.
(d) Bids must be submitted at the place and on or before the
time specified in the Advertisement for Bids.
(e) Proposals must be submitted in sealed envelopes addressed
to the Contracting Authority, and clearly marked on the outside of
the envelope, "Proposal for Construction Contract" to be opened at
(date and time). The Bidder's current Arkansas Contractor's
license number must be marked on the envelope.
(f) The Contracting Authority will not consider bids covering
only a portion of these specifications, unless otherwise stipulated
in the bid specifications.
(g) The unbalancing of bids will not be tolerated. Evidence
of material unbalancing will be considered cause for rejection.
5. MODIFICATIONS OF BIDS:
No modification of bids already submitted will be considered
unless such modifications are received prior to the hour set for
opening.
6. DID BONDS. CONTRACT BONDS. AND INSURANCE:
Attention of bidders is called to Act 82 of the 1935 Acts of
the Arkansas General Assembly, which requires that all bid bonds,
performance bonds, labor bonds, employer's liability insurance
public liability insurance, workmen's collective insurance, and
property damage insurance must be secured through resident agents
of Arkansas.
7. CLARIFICATION OF CONTRACT DOCUMENTS:
If any person contemplating submitting a bid for the proposed
contract is in doubt as to the true meaning of any part of the
Plans, Specifications, or other proposed Contract Documents, he may
submit to the Engineer a written request for any interpretaiton
thereof. The person submitting the request will be responsible for
its prompt delivery. Any interpretation for the proposed Documents
will be made only by an Addendum duly issued, and a copy of such
Addendum will be mailed to each person who has previously secured
or who subsequently secures a set of Documents. The Contracting
• 1•
•
Authority will not be responsible for any other interpretations of
the proposed Documents.
8. EXECUTION OF CONTRACT DOCUMENTS:
Following the award and within ten (10) days, provided for in
the proposal, the successful bidder shall properly execute the
Contract Document.
9. $ASIS OF AWARD:
Bids will be considered on the basis of the total bid price or
prices given in the Proposal.
10. EXCEPTIONS TO INSTRUCTIONS TO BIDDERS:
If this contract is less than $20,000.00, the following
exception applies:
The Contractor is not required to be licensed under the terms
of Act 150 of the 1965 Acts of the General Assembly.
11. TIME OF COMPLETION AND LIOUIDATED DAMAGES:
Bidder must agree to commence work on or before a date to be
specified in a written "Notice to Proceed" of the Owner and to
fully complete the project within the time specified.
12. SAFETY STANDARDS AND ACCIDENT PREVENTION:
With respect to all work performed under this contract, the
Contractor shall:
(a) Comply with the safety standards provisions of applicable
laws, building and construction codes and the "Manual of Accident
Prevention in Construction" published by the Associated General
Contractors of America, the requirements of the Occupational Safety
and Health Act of 1970 (Public Law 91-596), and the requirements of
Title 29 of the Code of Federal Regulations, Section 1518 as
published in the "Federal Register", Volume 36, No. 75, Saturday,
April 17, 1971.
(b) Exercise every precaution at all times for the prevention
of accidents and the protection of persons (including employees)
and property.
(c) Maintain at his office or other well known place at the
job site, all articles necessary for giving first aid to the
injured, and shall make standing arrangements for the immediate
removal to a hospital or a doctors care of persons (including
employees), who may be injured on the job site. In no case shall
employees be permitted to work at a job site before the employer
has made a standing arrangement for the removal of injured persons
to a hospital or a doctors care.
•
•
•
GENERAL CONDITIONS OF THE SPECIFICATIONS
1. DEFINITIONS OF TERMS:
Wherever in these Documents the following terms are used, they
are understood to have the following meanings:
"OWNER" or "CONTRACTING AUTHORITY" shall mean the City of
Fayetteville, Fayetteville, Arkansas.
"CONTRACTOR" shall mean the individual, partnership, or
corporation that may have entered into the contract with the
Contracting Authority to perform the work specified herein.
"WORK" shall mean the furnishing of all necessary tools,
labor, equipment, materials, and supplies required to be furnished
by the Contractor under these Specifications.
2. LAWS AND REGULATIONS:
All work shall be done in conformity with the laws of the
State of Arkansas, and any subdivision thereof, municipal and local
laws and ordinances, and all applicable federal statutes, laws or
regulations.
No convict labor shall be employed on this project.
3. CONTRACT DOCUMENTS:
The "Advertisement for Bids", the "Proposal", the "Bond", the
"Instructions to Bidders", the "General Conditions", the "Detailed
Specifications", and the "Plans", are each and all of the
Specifications component parts to the agreements governing the work
to be done and the materials and equipment to be furnished.
The Contract Documents are complimentary, and what is called
for by one shall be as binding as if called for by all. The
intention of the Documents is to include all tools, labor,
equipment, materials, and supplies necessary for the proper
execution of the work. Materials or work described in words which
so applied have a well known Technical or Trade meaning shall be
held to refer to such recognized meaning.
The following
be provided:
One
One
One
copies of the executed Contract
for
for
for
the
the
the
Contracting Authority,
successful Bidder,
Engineer,
Documents will
4. SUBCONTRACTS:
The Contractor shall, as soon as practicable after the signing
of the Contract, submit to the Engineer, in writing, the names of
any Sub -contractors he proposes for any part of the work.
The City of Fayetteville Parks Department Project Manager's
approval must be secured, in writing, on all Sub -contracts before
they are made and signed.
The Contractor shall be held fully responsible to the
Contracting Authority for the acts and omissions of his Sub-
contractors and of the persons directly or indirectly employed by
his Sub -contractors.
Nothing contained in these Specifications or in the Contract
Documents shall create any contractual relation between any Sub-
contractor and the Contracting Authority.
5. THE CONTRACTOR:
It is understood and agreed that the Contractor has satisfied
himself as to the nature and location of the work, the conformation
of the ground, the character, quality, and quantity of the
materials to be encountered, the character of the equipment and
facilities needed preliminary to and during the prosecution of the
work, the general local conditions, and all other matters which can
in any way affect the work under this Contract. No verbal
agreement or conversation with any officer, agent, or employee of
the Contracting Authority, either before or after the execution of
this Contract, shall affect or modify any of the terms or
obligations herein contained.
6. INSPECTION:
The Contractor shall permit and make possible a thorough
inspection by the Contracting Authority of all work and materials
furnished under the Contract Documents. No work shall be performed
by the Contractor without the knowledge and approval of the
Contracting Authority.
The Contractor shall be an "independent contractor" with full
power and authority to select the means, methods and manner of
performing the work, being responsible to the Contracting Authority
for all materials delivered and the results contracted for.
The failure of any representative of the Contracting Authority
to condemn or reject work or materials, or otherwise to exercise
any function entrusted to him, shall not excuse the Contractor from
the faithful performance of this Contract, nor shall such action
imply any acceptance by the Contracting Authority of faulty work or
materials.
•
7. BOND:
Coincident with the execution of the Contract, the Contractor
shall furnish a good and sufficient surety bond in the amount of
One -Hundred (100) percent of the contract sum, guaranteeing the
faithful performance of all covenants, stipulations, and agreements
of the Contract, the payment of all bills and obligations arising
from the execution and performance of the Contract, and
guaranteeing the work against faulty workmanship and materials
during construction and for one year after completion, all
revisions of the bond to be complete and in full accordance with
the statutory requirements.
The bond shall be executed with the proper Sureties through a
company licensed and qualified to operate in the State and approved
by the Contracting Authority. If at any time during the
continuance of the Contract, the Surety on the Contractor's bond
becomes irresponsible, the Contracting Authority shall have the
right to require additional sufficient Sureties which the
Contractor shall furnish to the satisfaction of the Contracting
Authority within ten (10) days after the notice to do so. In
default, thereof, the Contract may be suspended, and all payments
or money due the Contractor withheld.
8. INSURANCE:
The Contractor shall maintain such insurance as will protect
him from claims under workmen's compensation acts and other
employee benefits and from claims for damages because of bodily
injury, including death, and from claims for damages to property
which may arise out of operations or the work, whether such
operations be by himself or by any subcontractor or anyone directly
or indirectly employed by either of them. The insurance shall be
written in companies authorized to do and doing business in
Arkansas and for not less than the following limits:
Comprehensive General Public Liability, $1,000,000
Comprehensive Automobile Liability (owned, hired
and non -owned Vehicles) with bodily injury limits
of $500,000 and $1,000,000 and property damage limit
of $250,000 for each accident, $500,000 aggregate;
Standard Workmen's Compensation and Employer's
Liability covering with statutory limits;
Contractual Liability Insurance with bodily injury
limits and property damage limits of $1,000,000.
Certificates of such insurance shall be filed with the
Engineer before work commences under any contract or subcontract.
•
•
•
9. ROYALTIES AND PATENTS:
The Contractor shall pay all royalties and license fees. He
shall defend all suits or claims for infringement of any patent
rights, and shall save the Contracting Authority from loss on
account thereof.
10. INSPECTION:
The detailed manner and method of performing the work shall be
under the direction and control of the Contractor, but all work
done shall at all times be subject to the inspection of the City of
Fayetteville Parks Department Project Manager or his authorized
representative to see that it is done in accordance with the
Contract Documents.
Inspectors may be appointed by the Contracting Authority and
their duty shall be to guard the Contracting Authority against
defects and deficiencies in the work and to see that the work is
done in accordance with the Contract Documents. Inspectors shall
have authority, subject to the final decision of the Contracting
Authority, to condemn and reject any defective work and to suspend
the work when it is not being done properly, but the responsibility
for the work and compliance with the Contract Documents shall be
the Contractor's.
Inspectors shall have no authority to permit any deviation
from the Plans and Specifications except on written order from the
Contracting Authority, and the Contractor will be liable for any
deviation except on such written order.
The inspector shall in no case act as foreman or perform other
duties for the Contractor, nor interfere with the management of the
work by the latter. Any advice which the inspector may give the
Contractor shall in no wise be construed as binding to the
Contracting Authority in any way or releasing the Contractor from
fulfilling all the terms of the Contract.
All condemned work shall be promptly taken out and replaced by
satisfactory work. Should the Contractor fail or refuse to comply
with instructions in this respect, the Contracting Authority may,
withhold payment or proceed to terminate the contract as provided
herein.
Any defective work may
Authority at any time before
though the same may have been
for payment.
be rejected by the Contracting
final acceptance of the work, even
previously overlooked and estimated
4
11. WORKMANSHIP AND SUPERINTENDENCE:
The Contractor shall keep on this work, during progress, a
competent superintendent and any necessary assistants. The
superintendent shall represent the Contractor in his absence and
all directions given to him shall be as binding as if given to the
Contractor.
The Contractor shall provide proper tools and equipment and
the service of all workmen, mechanics, tradesmen, and other
employees necessary in the execution of the work contemplated
herein. The employees of the Contractor shall be competent and
willing to perform satisfactorily the work required of them. Any
employee who is disorderly, intemperate, or incompetent, or who
neglects or refuses to perform his work in a satisfactory manner,
shall be promptly discharged.
The Contractor shall carefully preserve bench marks, reference
points, and stakes, and in case of willful or careless destruction,
he shall be charged with the resulting expense and shall be
responsible for any mistakes that may be caused by their
unnecessary disturbance or loss.
12. PROTECTION OF WORK. PROPERTY. AND PERSONS. AND
CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS:
The Contractor shall adequately protect the work, the
Contracting Authority's property, and adjacent property and the
public from injury, damage, or loss arising in connection with the
contract or the work.
The Contractor shall provide and maintain all passageways,
guard fences, lights or other facilities for safety and protection
required by any public authority or local conditions.
The Contractor assumes entire responsibility and liability for
any third party claims and actions based upon or arising out of
injuries, including death to persons or damage to or destruction of
property, sustained or alleged to have been sustained in connection
with or to have arisen out of or incidental to the performance of
this contract by the Contractor, his agents and employees and his
subcontractor, their agents and employees, regardless of whether
such claims or actions are founded in whole or in part upon alleged
negligence of the Contracting Authority, Contracting Authority's
representatives, or the employees, agents or licenses thereof. The
Contractor shall indemnify and hold harmless the Contracting
Authority and its representatives and the Engineer and his
representatives in respect to any such matters.
•
•
13. LEGAL RESTRICTIONS AND PERMITS:
The Contractor shall procure at his own expense all necessary
licenses and permits of a temporary nature, and shall give due and
adequate notices to those in control of all properties which may be
affected by his operations. Permits, licenses, and easements for
permanent structures or permanent changes in existing facilities
will be provided by the Contracting Authority unless otherwise
specified. The Contractor must obtain permission from the
Contracting Authority or other proper authority before blockading
any roads or highways, and shall furnish all necessary barricades
and detour signs. The Contractor shall give all notices and comply
with all laws, ordinances, rules, and regulations bearing on the
conduct of the work as drawn or specified.
14. ASSIGNMENTS:
No assignment by the Contractor of the contract, or any part
thereof, or of the funds to be received thereunder by the
Contractor, will be recognized unless such assignment has had the
written approval of the Contracting Authority, and the Surety has
been given due notice of the assignment in writing.
No assignment, transfer, or subletting, even though consented
to, shall relieve the Contractor of his liabilities under the
Contract. Should any Assignee fail to perform the work undertaken
by him in a satisfactory manner, the Contracting Authority may, at
its option, annul and terminate Assignee's contract.
15. OTHER CONTRACTS:
The Contracting Authority reserves the right to let other
contracts in connection with this work. The Contractor shall
afford other Contractors reasonable opportunity for the
introduction and storage of their materials and the execution of
their work, and shall properly connect and coordinate his work with
theirs.
Whatever work being done by the Contracting Authority's forces
or by any other Contractor is contiguous to work covered by this
Contract, the respective rights of the various interest involved
shall be established by the Engineer, in order to secure the
completion of the various portions of the work in general harmony.
16. SUSPENSION OF WORK:
The Contracting Authority
any part thereof by giving ten
in writing; the work shall be
days after the date fixed in a
Authority to the Contractor to
may at any time suspend the work or
(10) day's notice to the Contractor
resumed by the Contractor ten (10)
written notice from the Contracting
do so.
If the work, or any part thereof, shall be stopped by the
notice in writing aforesaid, and if the Contracting Authority does
not give notice in writing to the Contractor to resume work at a
date within twenty (20) days of the date fixed in the written
notice to suspend, except in the case of litigation, then the
Contractor may abandon that portion of the work so suspended, and
he will be entitled to the estimates and payments for all work done
on the portions so abandoned, if any.
If the Contractor should neglect to prosecute the work
properly or fail to perform any provision of this Contract, the
Contracting Authority after three (3) day's written notice to the
Contractor may without prejudice to any other remedy it may have,
make good such deficiencies, and may deduct the cost thereof from
payments then or thereafter due the Contractor.
If the Contractor should be adjudged a bankrupt, or if he
should make a general assignment for the benefit of his creditors,
or if a receiver should be appointed on account of his insolvency,
or if he should refuse or should fail, except in case for which
extension of time is provided to supply enough properly skilled
workmen or proper materials, or if he should fail to make prompt
payment to Subcontractors or for materials or labor, or disregard
laws, ordinances, or otherwise be guilty of a substantial violation
of any provision of the Contract, then the Contracting Authority,
may, without prejudice to any other right or remedy and after
giving the Contractor ten (10) day's written notice, terminate the
employment of the Contractor.
In such case, the Contractor shall not be entitled to receive
any further payment until the work is finished. If the unpaid
balance of the contract price shall exceed the expense of finishing
the work, including compensation for additional managerial and
administrative services, such excess shall be paid to the
Contractor. If such expenses shall exceed such unpaid balance, the
Contractor shall pay the difference to the Contracting Authority.
Pending settlement of disputes on any point of controversy,
the Contracting Authority may suspend action on all or any part of
the work. The Contractor shall not be entitled to any claim for
loss or damage by reason of such delay, nor shall he be entitled to
extension of time, although such extension of time may be granted
by the Contracting Authority if he deems it in the interest of the
work.
In the event that any of the provisions of this Contract are
violated by the Contractor or by any of his Subcontractors, the
Contracting Authority may serve written notice upon the Contractor
and the Surety of its intention to terminate such Contract, such
notices to contain the reasons for such intentions to terminate the
Contract, and unless within ten (10) days after the serving of such
notice upon the Contractor such violation shall cease and
satisfactory arrangements for correction be made, the Contract
shall, upon the expiration of said ten (10) days, cease and
terminate. In the event of any such termination, the Contracting
Authority shall immediately serve notice thereof upon the Surety
and the Contractor, and the Surety shall have the right to take
over and perform the Contract.
If the Surety does not commence performance thereof within
thirty (30) days from the date of the mailing to such Surety of
notice of termination, the Contracting Authority may take over the
work and prosecute the same to completion by contract for the
account and at the expense of the Contractor, and the Contractor
and his Surety shall be liable to the Contracting Authority for any
excess cost occasioned the Contracting Authority thereby, and in
such event the Contracting Authority may take possession of and
utilize in completing the work, such materials, appliances, and
plant as may be on the site of the work and necessary therefor.
The Contracting Authority may withhold or, on account of
subsequently discovered evidence, nullify the whole or part of any
certificate to such extent as may be necessary to protect the
Contracting Authority from loss on account of:
(a) Defective work not remedied,
(b) Claims filed or reasonable evidence
indicating probable filing of claims,
(c) Failure of the Contractor to make payments
properly to Subcontractor or for material or
labor,
(d) Damage to another Contractor,
(e) Incomplete work
When the above grounds are removed, payment shall be made for
amounts withheld because of them.
If, at any time, the Contractor considers he is being delayed
by an act or neglect of the Contracting Authority or its employees,
or by any other Contractor employed by the Contracting Authority,
or by any changes or additions ordered in the work, or for any
reason beyond his control, he shall within ten (10) days from the
beginning of such delay notify the Contracting Authority in writing
of the causes of any such delay. Extensions of time, with relief
from responsibility for liquidated damages incurred by the
Contracting Authority on account of such delay, will be granted the
Contractor, when the causes so called to his attention warrant such
extensions of time. No claims for delay will be considered unless
such notice has been filed with the Contracting Authority within
the time specified above.
The Contractor will be required to furnish the Contracting
Authority two copies of each purchase order for materials and
equipment as they are issued. If the Contractor shall seek an
extension of time because of delay in receiving delivery of
critical materials, such extension of time may be granted when, in
the opinion of the Contracting Authority, the extension is
warranted and the delay is in no way caused by the Contractor's
financial status or by any act or failure to act on the part of the
Contractor.
Extensions of time, without relief from responsibility for
liquidated damages incurred by the Contracting Authority on account
of delays, may be granted the Contractor on account of his failure
to complete the work within the time specified.
The Contracting Authority, without invalidating the Contract
may order additional work to be done in connection with the
Contract or may alter or deduct from the work, the Contract Sum to
be adjusted accordingly. Such changes shall be done only with a
change order to the original contract, approved through proper
channels. (If under $10,000 -City Manager approval. If over
$10,000 -Board approval.)
Additional work shall be done as ordered in writing by the
Contracting Authority, which order shall state the location,
character, and amount of extra work. All such work shall be
executed under the conditions of the original contract and subject
to the same inspection and tests as though therein
included. Compensation for additional, omitted, or changed work
shall be adjusted as follows:
Any changes in quantities of work for which unit prices are
required in the Proposal shall be at and for the price bid. Work
for which prices are not required shall be paid for or deducted, as
the case may be, upon the basis of an estimate prepared by the
Contractor and approved by the Contracting Authority, prior to the
written order changing the quantity of work.
The Contracting Authority reserves the right to contract with
any person or firm other than the Contractor for any or all extra
work. The Contractor's attention is especially called to the fact
that he shall be entitled to no claim for damages for anticipated
profits on any portion of the work to be omitted.
Whenever a material, article or piece of equipment is
identified on the plans or in the specifications by reference to
manufacturers' or vendors' names, trade names, catalogue numbers,
etc., it is intended merely to establish a standard; and, any
material, article, or equipment of other manufacturers and vendors
which will perform adequately the duties imposed by the general
design will be considered equally acceptable provided the material,
article, or equipment so proposed, is, in the opinion of the
Contracting Authority, of equal substance and function. It shall
not be purchased or installed by the contractor without the
Contracting Authority's written approval.
The Contracting Authority shall have the right to take
possession of and use any completed or partially completed portions
of the work, notwithstanding that the time for completing the
entire work on such portions may not have expired; but such taking
possession and use shall not be deemed an acceptance of any work
not completed in accordance with the Contract Documents. If such
prior use of completed portions increases the cost of, or delays
the work, the Contractor shall be entitled to such extra
compensation or extension of time, or both, as the Contracting
Authority may determine.
As soon as the work has been substantially and satisfactorily
completed, the City of Fayetteville Parks Department will make a
final estimate stating that the work provided for under this
Contract has been completed and is accepted by him under the terms
and conditions thereof, with qualifications, if any, as stated. If
certain parts of the work are not completed or if certain
corrections must be made in the work even though the work is
substantially completed, the Contracting Authority is authorized to
determine the amount which in his opinion is required for
completion and/or correction of the work, and such amount may be
withheld from the final payment to the Contractor, pending the
completion and correction as required.
The balance found to be due the Contractor shall be paid by
the contracting authority within forty (40) days after the date of
the final estimate. Prior to filing for final estimates, the
Contractor shall file with the Contracting Authority a receipt in
full from each manufacturer, subcontractor, dealer and supplier for
all equipment and material used on the work and a complete release
of all liens which may have arisen from this Contract. In lieu
thereof, the Contractor shall file statements showing balance due
or claimed on all accounts and the Contracting Authority shall have
the right, if it so elects, to withhold sufficient money to pay
such balances until receipts in full or satisfactory evidence of
final determination are filed with the Contracting Authority who
may then make the final estimate.
The making and acceptance of the final payment shall
constitute a waiver of all claims by the Contracting Authority,
other than those arising from incomplete or uncorrected work,
unsettled liens, or from faulty workmanship or materials, and of
all claims by the Contractor, except those previously made and
still unsettled.
If the work has been partially, but substantially completed to
the extent that all adjustments in the Contract sum may be made,
the Contracting Authority may, if material delay in completion is
anticipated or if otherwise deemed in the interest of the work,
make the final estimate, retaining, in addition to other
requirements which may be specified under payments, an amount
representing the cost of unfinished work. Such payment shall be
under the terms and conditions governing final payment.
Neither the making of the final estimate, or final payment,
shall relieve the Contractor of his responsibility for faulty
materials or workmanship, and he shall remedy any defects and pay
for any damage resulting therefrom which shall appear within a
period of one (1) year from the date of substantial completion.
The Owner shall give notice of observed defects with reasonable
promptness.
The Contractor shall bear full responsibility for safety
during the execution of this Contract.
This contract executed this day of ,
1991, between the City of Fayetteville, Arkansas, hereinafter
called the City, and
hereinafter called the Contractor, and having an address
at - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -
and telephone number .
In consideration of the mutual covenants contained herein, the
parties agree as follows:
1. The Contractor at his own cost and expense shall furnish all
labor, materials, supplies, machinery, equipment, tools,
supervision, bonds, insurance, tax permits, and all other
accessories and services necessary to complete the Gulley Park
improvements in accordance with plans and specifications
attached hereto and made a part hereof, as stated in
CONTRACTOR'S PROPOSAL, and in accordance with plans and
specifications attached hereto and made a part hereof under
Bid #91-44, all included herein as if spelled out word for
word.
2. The City shall pay the Contractor the total lump sum of
upon completion of all work called for in the plans and
specifications. Said consideration shall be payable to the
Contractor upon job completion and acceptance by the City.
3. The Contract documents which comprise the contract between the
City and the Contractor consist of this Contract and the
following documents attached hereto, and made a part hereof:
A. Bid form identified as Invitation to Bid 91-44 with the
specifications and conditions typed thereon.
B. The Contractor's proposal.
C. The Notice to Prospective Bidders.
D. Plans for said improvements.
4. These Contract documents constitute the entire agreement
between the City and the Contractor and may be modified only
by a duly executed written instrument signed by the City and
the Contractor.
5
7.
Contractor shall not assign his duties under the terms of this
agreement.
Contractor agrees to hold the City harmless and indemnify the
City, against any and all claims for property damage, personal
injury or death, arising from Contractor's performance of this
contract.
The Contractor shall furnish a certificate of insurance
addressed to the Owner, showing that he carries the following
insurance which shall be maintained throughout the term of the
Contract.
.• .I -o ••-I- •.
Bodily Injury Liability
Property Damage Liability
Contractural Liability
Statutory Amount
$500,000 for each person
injured.
$1,000,000 for each
accident.
$250,000 for each
accident.
$500,000 aggregate
$1,000,000 for bodily
injury limits and property
damage limits
The insurance shall include explosion, collapse and
underground coverage. The premiums for all insurance and the bond
required herein shall be paid by the Contractor.
Contractor agrees to furnish a Performance Bond, approved by
the City, guaranteeing the performance of this contract, for
not less than one hundred percent of the amount of this
contract. Said performance bond shall be conditioned on full
and complete performance of this contract and acceptance by
the CITY of Fayetteville for the payment of all labor and
materials entering into or incident to the proposed
improvements and shall guarantee the work against faulty
workmanship or materials for a period of one (1) year after
completion. The Contractor agrees to furnish proof of
licensure as required under the terms of Act 150 of the 1965
Acts of the Arkansas Legislature.
9. The actual
notice
to
proceed will
be in
writing and will be
issued by
the City
of
Fayetteville
Parks
Division.
10. Contractor agrees to begin work within ten (10) days after
issuance by the City of a "Work Order" or "Notice to Proceed"
and to complete the work within 30 calendar days thereafter.
11. All work called for herein shall be coordinated directly with
Mr. Dale Clark, Parks and Recreation Director.
WITNESS OUR HANDS THIS DAY OF
1991.
ATTEST: CITY CLERK
JERRY ROSE, CITY ATTORNEY
BY
CITY MANAGER
'
i' r•
I
SECTION 101
SCOPE OF WORK
General Scope of the Gulley Park Phase II (revised) project.
A. The contractor shall provide all labor, materials, plant,
services, temporary construction, facilities and incidentals
necessary to execute the phase II improvements of Gulley Park. The
three specific work and contract sections of this phase shall be:
1. Additional asphalt jogging trail. (Contract section I)
Construction of approximately 3000 linear feet of 6 feet wide, 1
1/2 inch thick asphalt jogging trail.
This asphalt trail shall be constructed upon 4 inches of compacted
SB-2; upon 9 inches (final dimension) of compacted "hillside" fill
material; upon compacted subgrade.
The general layout of the asphalt trail shall be staked by the
Fayetteville Parks Department and verified by the contractor prior
to construction.
The appropriate cover for trail construction over the two - 12 feet
by 24 inch reinforced concrete culverts, as well as the ramping and
construction to match the existing trail/bridge connections, are
incidental to the asphalt trail unit price.
2. Volleyball court and protective berm. (Contract Section II)
Construction of a 50 feet by 80 feet sand volleyball court and
protective berm.
The protective berm shall be 4 feet +/- in height and field
adjusted to match the specific site as selected by the Fayetteville
Parks Department. All side and end slopes shall be 1V to 3H with
the top of the berm 6 feet as shown on sheet two. A shallow swale,
approximately 4 feet by 6 inches, shall be constructed as indicated
on sheet 2 to provide positive drainage.
The lump sum price for the volleyball court includes excavation,
grading, compaction, filter fabric, french drain system, 12
inches+/- of clean sand, 6x6 timbers with #4 rebar/stakes and all
other items required to complete the volleyball court as shown on
sheet two. (The only items not included are the volleyball net,
poles, pole footings and turfing.)
Handrails for the 2 existing bridges. (Contract Section III)
Two bridges, one approximately 48 feet and the other approximately
50 feet in length have been previously constructed by volunteer
labor. The scope of contract section III shall be to provide an
arched and horizontal rail system as shown on sheet two. This work
includes the assembly/construction and finish of 6x6 posts, 2x6 and
2x4 rails and field fabrication of a double 2x6 arched top railing.
The contract price shall be based upon lump sum per bridge.
B. Contract sections.
contract sections I (trail), II (volleyball court and berm) and
III (bridge rails) are individually separate, complete and self
supporting. Contractors may bid on any or all of the three
contract sections. Contract award will be based upon the low bid
of each contract section, funds availability and priority as
established by the city of Fayetteville Parks Department. The low
bidder of each contract section may be awarded that specific
contract section. Award shall not be based upon the total sum of
all three contract sections.
C. General Guidance.
The basis for the Gulley Park Phase II revised project includes
work previous completed, both documents (plans and specifications)
and work within Gulley Park. The term contractor shall include
the individuals performing the work, whether City crews, licensed
contractors, volunteers or others, and all work must comply with
the provisions of the plans and specifications.
Due to the previously completed work, there may be discrepancies
between the contract documents• and the field conditions and
possible discrepancies within the specifications. It is the
contractor's responsibility to carefully examine all information
shown or indicated within the contract documents and to visit
Gulley Park prior to submission of bids. The Bidder shall give
written notice, prior to the date of bid opening, of any conflicts,
errors or discrepancies that are discovered so that an addendum may
be prepared.
SECTION 102
MATERIAL AND EQUIPMENT
PART 1 GENERAL
1.01 REQUIREMENTS INCLUDED
A. Material and equipment incorporated into the work:
1. Provide ancillary items required to insure that
material and equipment will be complete, properly installed,
and will serve the intended purpose.
2. Meet the requirements of the manufacturers
instructions.
3. Meet the requirements of applicable
specifications, and standards.
4. Comply with size, make, type, and quantity
specified, or as specifically approved by Landscape
Architect in writing.
5. Manufactured and fabricated products:
a. Design, fabricate, and assemble in accord
with the best engineering and shop practice.
b. Two or more products of the same kind
shall be identical, by the same manufacturer.
c. Products shall be suitable for service
conditions.
6. Do not use material or equipment for any
purpose other than that for which it is designed.
SECTION 201
SITE GRADING
PART 1 GENERAL
1.01 WORK INCLUDED
A. Preparation of subgrade under paved areas.
B. Stripping of topsoil under paved areas.
C. Excavating, grading and shaping other areas of the
site as required to install the play equipment, volleyball
court, Picnic Tables, fit core and other facilities and to
insure positive drainage.
1.02 RELATED WORK
A. Section 101 - Summary of Work
B. Section 202 - Asphaltic Concrete Paving
C. Section 301 - Concrete Work
1.03 QUALITY ASSURANCE
A. Testing Agency
1. Soil compaction tests to be performed by an
independent testing laboratory acceptable to the owner.
2. Soil compaction tests are to be performed at
locations required by the city representative.
1.04 REFERENCE STANDARDS
A. American Society for Testing Materials (ASTM):
1. ASTM D 2487-69, classification of soils for
engineering purposes.
2. ASTM D 424-59, Method of test for plastic limit
and plasticity limit of soils.
3. ASTM D 698, Moisture density relationships of
soils using 5.5 lb. rammer and 12 inch drop.
4. ASTM D 2922-71, Methods of determining the
density of soil and soil aggregate by nuclear methods
(shallow depth).
1.05 SITE CONDITIONS
A. Establish proper surface drainage during and
following clearing and site grading by proper ditching or
sloping.
B. Protect trees, shrubs, turf and other features
which are to remain intact.
C. Protect bench marks, existing structures, fences,
roads, sidewalks, paving and curbs against damage from
equipment and vehicular traffic.
D. Protect aerial, surface, or underground utility
lines or apurtances which are to remain.
E. Repair any and all damage which should occur to any
of these site features as a result of the contractor's work.
PART 2 PRODUCTS
2.01 BORROW MATERIAL
A. Borrow material for the asphalt trail shall be "hillside"
subgrade material from a site proposed by the contractor and
accepted by the City.
B. Other - free from roots, building debris, and
rocks larger than three inches in greatest dimension.
3.01 EXECUTION
3.01 PREPARATION AND LAYOUT
A. Establish and identify required lines, levels,
contours and datum.
B. Contact City representative for the detailed layout
of the trails.
C. Maintain bench marks, monuments, and other
reference points. Reestablish if disturbed or lost, at no
cost to the owner.
D. Before starting grading establish the extent and
location of utilities in the area.
E. Plan site grading work so that positive drainage is
maintained at all times.
3.02 STRIPPING
A. Strip surface layer of topsoil and organic material
under all areas to be paved or serve as the location for
park structures.
B. Stockpile material which is clean and usable as
topsoil on site at a location directed by the City
representative, and remove unsuitable soils, excess organic
material, rocks over three inches in any dimension, or other
foreign material from the site to a suitable dumping
facility.
3.03 EXCAVATING AND GRADING
A. Excavate and grade site to required levels ready
for structure excavation, final subgrade preparation, and
final grading for drainage.
B. Compact the top 8 inches of existing subgrade to 95%
standard proctor.
�- • V0
C.
Compact the
"hillside"
fill under the asphalt jogging
trail to
90% standard
proctor at
optimum moisture.
D. Grade all cut of fill slopes to a neat smooth condition
with no loose materials or scars left on the surface.
E. Topsoil for the volleyball court protective berm shall be
placed in a 4 to 6 inch lift and left uncompacted.
SECTION 202
ASPHALTIC CONCRETE PAVING
PART 1 - GENERAL
1.01 WORK INCLUDED
A. Prepare subgrade to receive base course.
B. Prepare compacted base course.
C. Prime base course and install asphaltic concrete
hot mix surface course.
1.02 RELATED WORK
A. Section 101 - Summary of Work.
B. Section 201 - Site Grading.
1.03 REFERENCE STANDARDS
A. Arkansas Highway and Transportation Dept. (AHTD):
1. Standard Specification for Highway Construction
B. American Society for Testing Materials (ASTM):
1. ASTM D1557-70, Tests for Moisture - Density
relationship of soils using a 10 lb rammer and an 18" drop.
2. ASTM D2922-78, Methods for determining the
density of soils and aggregate in place by nuclear methods
(shallow depth).
3. ASTM 3515-76, Specifications for hot mixed, hot
laid, bituminous paving mixtures.
4. ASTM D1074-76, Test for compressive strength of
bituminous mixtures.
PART 2 PRODUCTS
2.01 BASE COURSE MATERIALS
A. Crushed stone: SB-2, meeting the requirements of
sub -section 306.02 of the AHTD Standard Specifications, or
approved equal.
2.02 PRIME COAT MATERIALS
A. Prime Coat: Medium curing liquid asphalt, MC -30, or
approved equal, meeting the requirements of sub -section
403.03 of the AHTD Standard Specifications.
2.03 ASPHALT PAVEMENT MATERIALS
A. ACHM: Type 2 surface course mix as described in
section 408 of the AHTD standard Specifications.
B. The surface course shall be composed of a mixture
of mineral aggregate and asphalt cement in the correct
proportions by weight for the type of mixture designated.
It
c
PART 3 EXECUTION
3.01 SUBGRADE PREPARATION, GENERAL
A. Ensure that grading of the subgrade to the required
grades and sections is successfully completed.
B. Compact the existing subgrade and the 9 inches (finished
dimension) of "hillside" fill in accordance with section 201 - Site
Grading, paragraph 3.03.
3.02 PLACEMENT OF BASE COURSE
A. Place the crushed stone base material over the
prepared subgrade in accordance with the construction
methods described in sub -section 306.03 of the AHTD Standard
Specifications.
B. Add water during compaction to bring the base
course material to optimum moisture content. When an excess
of moisture exists, rework the base course materials until
optimum moisture content is obtained.
C. Compact the base course to 100% of the maximum dry
density as determined by ASTM D 1557-70.
3.03 PLACING PRIME COAT
A. Apply the bituminous prime coat to the prepared
base course at a rate of 0.3 to 0.4 gallons/sq. yard.
B. Clean the base course surface and place prime coat
in accordance with the requirements of sub -sections 401.03a
and b of the AHTD Standard Specifications.
3.04 PLACING SURFACE COURSE
A. Construction methods: section 410, AHTD Standard
Specifications.
B. Temperature range of mix:
1. When discharged from mixer: 285 to 325 deg. F.
2. When placed on base course: 275 to 325 deg. F.
C. Temperature of air: Do not place ACHM when air
temp. is below 40 deg. F in the shade.
D. Place asphalt pavement to the compacted depth shown
on the drawings for each type of paving.
E. Compact to required density with approved rolling
equipment. Start compaction as soon as pavement will bear
equipment without checking or undue displacement.
F. Required density: 92% of maximum theoretical
density.
G. Carry out compaction in three operations in pass
sequence. Ensure that each pass of the roller overlaps
previous passes to ensure a smooth surface free of roller
cIt. ft
marks. Keep roller wheels sufficiently moist so as to not
pick up material.
H. Perform hand tamping in areas not accessible to
rolling equipment.
I. Ensure that joints made during paving operations,
and at connections to existing paving are straight, clean,
vertical and free of broken or loose material. Prime
vertical surfaces of joints to ensure a tight bond.
J. Ensure that the surface of the completed asphalt is
true to lines, profiles, and elevations indicated, and that
it is free from depressions exceeding 1/4 inch when measured
with a 10 foot straight edge.
K. Do not allow vehicular traffic on newly paved areas
until surface has cooled to atmospheric temperature.
SECTION 301
VOLLEYBALL COURT AND PROTECTIVE BERM
1. General Scope - Volleyball court and protective berm.
(Contract Section II)
A. Construction of a 50 feet by 80 feet sand volleyball court and
protective berm.
The volleyball court shall be constructed upon the specific site
selected by the Fayetteville Parks Department. The volleyball
court shall include approximately 12 inches of clean sand upon a
filter fabric, upon compacted subgrade. The court shall have a
border consisting of two - 6x6 treated timbers. The court shall be
protected by a three sided berm as indicated on sheet two.
The protective berm shall be 4 feet +/- in height and field
adjusted by the contractor to match the specific site as selected
by the Fayetteville Parks Department. All side and end slopes
shall be 1V to 3H with the top of the berm 6 feet as shown on sheet
two. A shallow swale, approximately 4 feet by 6 inches, shall be
constructed as indicated on sheet 2 to provide positive drainage.
B. The lump sum price for the volleyball court includes
excavation, grading, compaction, filter fabric, french drain
system, 12 inches+/- of clean sand, 6x6 timbers with #4
rebar/stakes and all other items required to complete the
volleyball court as shown on sheet two. (The only items not
included are the volleyball net, poles, pole footings and turfing.)
2. site Work.
A. Excavation, fill and site preparation shall be in accordance
with contract section 201 - Site Grading.
B. Filter Fabric. The filter fabric shall be a nonwoven synthetic
geotextile fabric meeting the requirements, and installed in
accordance with, the current Standard Specifications for Highway
construction, Arkansas State Highway and Transportation Department.
C. French Drain System. The perforated pipe, granular fill and
filter fabric shall meet the requirements, and be installed in
accordance with, the current Standard Specifications for Highway
Construction, Arkansas State Highway and Transportation Department.
D. The "clean" sand shall be clean, free from any dirt, rocks or
other debris. The contractor shall provide a sample of the sand
and/or documentation of the source to the Fayetteville Parks
Department. The contractor shall secure written approval from the
Fayetteville Parks Department prior to procurement of the sand.
SECTION 401
CARPENTRY
1.01 WORK INCLUDED
A. Carpentry work for bridges, fit core, edging,
walls, bridges, etc.
1.03 QUALITY
A. Wood Materials:
1. Southern Pine Inspection Bureau (SPIB)
2. Douglas Fir Plywood Association (DFPA)
3. American Wood Preservers Association (AWPA)
4. American Inst. of Timber Const. (AITC)
1.04 DELIVERY, STORAGE & HANDLING
A. Lumber:
- 1. Pile all lumber off of the ground to insure
proper ventilation and drainage.
2. Cover lumber with an opaque moisture resistant
membrane.
PART 2 PRODUCTS
2.01 LUMBER MATERIALS
A. General Requirements:
1. Graded and grade marked in compliance with
standard grading rules of the association under whose rules
it is produced.
2. Marked with mill identification.
3. Kiln dried to a moisture content of 15% or
less.
4. Unless otherwise specified lumber shall be No.
2 common southern yellow pine full and square to the
dimensions indicated. All lumber is to be .40 CCA treated
unless otherwise specified.
B. Exterior Grade Plywood:
1. Concealed face: DFPA Exterior C -C Grade fir
plywood CCA treated.
2. All plywood: Conform to product standard ps-i
of the U.S. Dept. of Commerce.
C. Pressure Treated Wood: Sized framing lumber and
poles.
1. Preservative: Wolman .40 CCA preservative by
the Koppers Co. or equal.
2. Process: Pressure impregnated in accordance
with AWPA Standard C-2.
2.02 ROUGH HARDWARE
A. Nails spikes and staples: Galvanized for all
locations, size and type to suit application.
B. Bolts for the bridge rail shall be ASTM A307 or A325. All
bolts, nuts, washers, lags, pins, screws and plates shall be
galvanized in accordance with ASTM A 153.
PART 3 EXECUTION
3.01 INSTALLATION, GENERAL
A. Fit work neatly with smooth sharp cuts and uniform
joints. Round all corners by sanding or routing and remove
all splinters.
B. Set all nails and fasteners flush or below flush
with the surface of surrounding lumber.
C. Leave no hammer marks or other disfigurement in
finished surfaces. Torn grain and tool marked exposed
surfaces will not be accepted.
D. Install necessary hardware to provide safe, sturdy
and completely operational facilities.
E. Verify all measurements on the site before making
installations.
F. Workmanship: All workmanship shall be of the best
quality, performed by skilled craftsmen of their trade.
Loose, damaged, or poorly fitted materials shall be removed
and replaced at the contractor's expense.
G. The double 2x6 top rail for the bridge shall be field
fabricated using adhesives and wood screws. All side rails shall
be attached to the posts using #8 x 4 inch wood screws.
4
R
This contract
1991, between the
called the City,
Division, hereinafl
at P.O. Box 1367,
501/521-3550.
executed this /77Z day of
City of Fayetteville, Arkac
and APAC-Arkansas, Inc.,
:er called the Contractor, and
Fayetteville, AR 72702, and
Asa , hereinafter
McClinton -Anchor
having an address
telephone number
In consideration of the mutual covenants contained herein, the
parties agree as follows:
1. The Contractor at his own cost and expense shall furnish all
labor, materials, supplies, machinery, equipment, tools,
supervision, bonds, insurance, tax permits, and all other
accessories and services necessary to complete the Gulley Park
improvements as indicated in Contract Section II and III, in
accordance with plans and specifications attached hereto and
made a part hereof, as stated in CONTRACTOR'S PROPOSAL, and
in accordance with plans and specifications attached hereto
and made a part hereof under Bid #91-44, all included herein
as if spelled out word for word.
2. The City shall pay the Contractor based on a lump sum price as
indicated in CONTRACTOR'S PROPOSAL, Contract Sections II and
III, upon completion of all work called for in the plans and
specifications. Said consideration shall be payable to the
Contractor upon job completion and acceptance by the City.
Contract amount is not to exceed $20,945.00.
3. The Contract documents which comprise the contract between the
City and the Contractor consist of this Contract and the
following documents attached hereto, and made a part hereof:
A. Bid form identified as Invitation to Bid 91-44 with the
specifications and conditions typed thereon.
B. The Contractor's proposal.
C. The Notice to Prospective Bidders.
D. Plans for said improvements.
4. These Contract documents constitute the entire agreement
between the City and the Contractor and may be modified only
by a duly executed written instrument signed by the City and
the Contractor.
5. Contractor shall not assign his duties under the terms of this
agreement.
6. Contractor agrees to hold the City harmless and indemnify the
City, against any and all claims for property damage, personal
injury or death, arising from Contractor's performance of this
contract. This paragraph will in no way affect or waive the
City's Tort Immunity.
7. The Contractor shall furnish a certificate of insurance
addressed to the Owner, showing that he carries the following
insurance which shall be maintained throughout the term of the
Contract.
Statutory Amount
Bodily Injury Liability
Property Damage Liability
$500,000 for each person
injured.
$1,000,000 for each
accident.
$250,000 for each
accident.
$500,000 aggregate
Contractural Liability $1,000,000 for bodily
injury limits and property
damage limits
The insurance shall include explosion, collapse and
underground coverage. The premiums for all insurance and the bond
required herein shall be paid by the Contractor.
Contractor agrees to furnish a Performance Bond, approved by
the City, guaranteeing the performance of this contract, for
not less than one hundred percent of the amount of this
contract. Said performance bond shall be conditioned on full
and complete performance of this contract and acceptance by
the CITY of Fayetteville for the payment of all labor and
materials entering into or incident to the proposed
improvements and shall guarantee the work against faulty
workmanship or materials for a period of one (1) year after
completion. The Contractor agrees to furnish proof of
licensure as required under the terms of Act 150 of the 1965
Acts of the Arkansas Legislature.
9. The actual
notice
to
proceed will
be in
writing and will be
issued by
the City
of
Fayetteville
Parks
Division.
10. Contractor agrees to begin work within ten (10) days after
issuance by the City of a "Work Order" or "Notice to Proceed"
and to complete the work within 60 calendar days thereafter.
11. All work called for herein shall be coordinated directly with
Mr. Dale Clark, Parks and Recreation Director.
WITNESS OUR HANDS THISJ% DAY OF , 1991.
CITY OF FAYETTEVILLE,
FAYETTEVILLE, ARKANSAS
BY T /v "
TY MANAGER mrc
i
A.I.A. Document No. A-310 (February 1970 Ed.)
Sedgwick James
Sedgwick James of Arkansas, Inc.
900 S Shackleford Road Suite 600. PO Box 511. Little Rock. Arkansas 722030511
Telephone (501) 223.3111 Telex 536249. Facsimile (501) 223-8461
BID BOND
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 Slate of PENNSYLVANIA
as Surety, hereinafter called the Surety, are held and firmly bound unto
City of Fayetteville
113 West Mountain
Fayetteville, Arkansas 72701
as Obligee. hereinafter called the Obligee, in the sum of
Five Percent of the Amount of Bid Dollars (5 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
Gulley Park Improvements, consisting of Asphalt Trails, Culverts, Volleyball
Court and Protective Beni and Bridge Rails
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 penally 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.
Signed and sealed this 30th day of August AD. 19 91
APAC-ARKANSAS, INC.,
(Principal) (Seal)
(Witness) Av Shy Vice President
(Title)
INSURANCE COMPANY OF NORTH AMERICA
I / r _ i ( ( (surety)
l 'rl�X
ccSS
a.t
.Judy Fr
n
s Butler
Attorney in
S1-1316-8
253922
R OF- ktaurance Company of North AnwlcO
- POWER OF-
_ a CI6NA corrpany
,- Know -alt. mien by these presents: That N/suRANCE cotnAtry OF NORTH AMERICA,. corporation of the Commonwealth
of Peidlaylvaniar Mvisp.itI 06"V A offic , in the City of Philadelphia. Pennsylvania, pursuant to the following Resolution adopted by the hoard of ..
DkecCdre of the atilOCo ii out. December 9, 1983, to wit:
•n1Oay0;T eptarMltp7NNut. SIt sea t a Wit 574.I III. folo" lwRena Shea eayw me .a.aNbn Wee Cal- a..Aea. aean.Awea. c.coliou ewe ca.tea. Wee9r.
(I) 111.1 dl. r. -Nla. ale $ey.a VW Preset. as Via. Pr.a"M. M Maubr Vice Pr .eat or any Aeaa.yda♦ W.. m.r sa.oee W and a beMR of the Carq.lry aM a.d Y .a.aa
..a.nMMIM geaAl(..WM� tyseea as ..a, easea a tfl.MM. 1Meof,S...alt to 0e taealea pout.p.C.na, by the CoiP..l.a.anWx. r .ay Ames.. Cortoorsi. Mroay. W Ile"
as a McCepuq MlMyerue: .fl tout the F. . say caul Yk. ►r..ow..M Vice Pr..Moo r say Aeooae Vic. heaae I M.%.o.l .S Mhars• say oilier O(11w (uleota s
.000W.C a ms Coign/. sad Anaaeys-Niaa to .o M.ael. a aunt to the .RKale. a sit oath wdl f. on bow a the doe peal' and, sob me NN of If.. CMIPYry IMtelo.
(2) - Mt sgca option .aeaoea it taerC.oC. wM Me.. AMee shalt M as badut9 a' the Co.Mb a a, mule a nest a1911M by ve PHYMa aM .W.1W to by Me Crpr.I. S.roty
(J) The aq.ear. at We Pr..idr4 r a e.wor Yee P..IMmr s Via P .sd . a an AuiYM Vice fly .aWsl site se seal. of as Co esy aW M amasd ov I.cwPW an asy poopr a otorwy
9tr,ted pora„e a Iv. R..RUMa, and the test'.. a a movies tinker and the an' of me C..Isre My be alto" by r.c..Ms it ay crlaaets a an, .troll po.er. ad au, aura pew- a
anma.m b.ay9 Such taay,pe .eMlws .M meal n,W be tad .ad biadm9 a " C.Way.
(41 - au0a odic Qua,. albs Colllp.py. had AI orrwlw .-Fsa aa" ha. aaho lly to entry r Verity co-. _ a this Maosta the.b4 w of me Co..Paa. as ay affidavit or record aim. Compaq
Mea.aay to tie dial. t%. at meE MW.
(4 The a...M 0 tout R.S.W. do.. at mole cry View aMaty granted by Rs.ebhae Gill,. Bouts a Dfeely. .dope! on Jae t la$ car M We sad IMrc 23. 197?
does hereby nominate, conatdvte and appoint DONALD R. HENDERSON, JUDY FRANKS BUTLER, and MARY GARDNER,
all of the City of Little Rock, State of Arkansas -----------------..______-
its into and lawful agent and attorney -in -fee, to make. execute, seal and deliver for and on its behalf, and as its act and deed any
and all Bonds and Undertakings, LIMITED in amounts, TWENTY FIVE MILLION ($25,000,000.)
on behalf of APAC-Arkansas, Inc. and APAC-Mississippi, Inc., and APAC-Tennessee. -
Said Bonds and Undertakings to be signed for the Company and the Seal of the Company
attached thereto by any one of the said Donald R. Henderson, Judy Franks Butler, and
Mary Gardner, individually.
And the execution of such writings in pursuance of these presents shall be as binding upon said Cordpaayl as fully and amply as it they had"
been duly executed and acknowledged by the regularly elected officers of In. Company at its principal office.
IN WITNESS WHEREOF, the said R. E. Giveans, Vice -President has hereunto subscribed his name and affixed the
corporate seal of the said INSURANCE COMPANY OF NORTH AMERICA this 19th day of
August 1g 90
INSURANCE COMPANY OF NORTH AMERICA
... by
COMMONWEALTH OF PENNSYLVANIA A E. GIVEANS Vce Presdenl
as.
COUNTY OF PHILADELPHIA
On this 19th day of August A.D. 1999:_ , before the subscriber, a Notary Public of
the Commonwealth of Pennsylvania in and for the County of Philadelphia duly commissioned and qualified, came R. E. Giveans, Vice -
President of the INSURANCE COMPANY OF NORTH AMERICA to me personally known to be the individual and officer described in, and
who executed the preceding instrument, and he acknowledged the execution of the same, and, being by me duly sworn. deposeth and
saith, that he is the officer of the Company aforesaid, and that the seal affixed to the preceding instrument Is the corporate seal of said
Company, and the saidcarporate seal and his signature as officer were duly: affixed and subscribed to the said instrument by the authority
and dirschgpalf$US Mporporation, and that Resolution, adopted by the Board of Directors -of said Company, referred to in the preceding
en--`rY!>:'s NOTARIAL SEAL
- JULIA ANNA ROHANA, Notary Pubic
OF *_ Philadelphia, Philadelphia County
My Commission Expires August 20. 1
lest at the City of Philadelphia the day and year
Public
I, the 6pflere,(fgar�t� �"re�;llt3ry SURANCE COMPANY OF NORTH AMERICA, do hereby eertilyftataheonginal POWER OF ATTORNEY. of
which the foreooi�4./aly),atr`tiK.l�torrect copy, is in full force and effect. In witness ��v ltftnWfl%&tl�ve hereunto subscribed my name as Secretary, aadA,71
atl�lae(Y, AS cory-orats seat of the Corporation, this
30th day of E%1 13 19
$t. : '>Ettz,
THIS POWER OF UT
ATTORNEY MAY NOT BE USED TQ EXECE ANY BOND YifT�`� A IIFTfR+�Su-fit 19 ` 1942 -.
GULLEY PARK - PHASE II
Addendum No. 1
The following changes are made a part of the Gulley Park Phase II
project, City of Fayetteville Bid no. 91-44.
General scope of the addendum:
The time of performance is changed from 30 days to 60 days.
Specific Changes:
1. Instructions to bidders - paragraph 11, "Time of completion
and liquidated damages" is revised to read as follows:
"Bidder must agree to commence work on or before a date to be
specified in a written "Work Order" or "Notice to Proceed" from the
City and to fully complete the project within sixty (60) calendar
days thereafter. Liquidated damages will be assessed for all
delays beyond the contract sixty (60) calendar day period which are
assessable to the contractor. If the construction process is
delayed by events beyond the control of the contractor, the City of
Fayetteville may grant an excusable time extension. The charge for
liquidated damages shall be $250.00 per day."
2. Contract clause 10. is revised to read as follows:
"Contractor agrees to begin work within ten (10) calendar days
after issuance by the City of a "Work order" or "Notice to Proceed"
and to complete the work within sixty (60) calendar days
thereafter."
Acknowledgement by the bidder:
BID NO. 91-44
GULLEY PARK IMPROVEMENTS
Consisting of Asphalt Trails, Culverts, volleyball Court &
Protective Berm and Bridge Rails
Thu City of Fayetteville, Arkansas, will receive sealed bids at the
Purchasing Office, City Hall, 113 Was Mountain Street,
Fayetteville, Arkansas until August 30, 1991, 10:30 a.m. for the
furnishing of Asphalt Trails, Culverts, Volleyball Court &
Protective Berm and Bridge Rails.
Bid forms, specifications and plans may be obtained from the
Purchasing Office, located in Room 307, 3rd Floor of the City
Administration Building.
For information concerning the proposed wcc;L or for an appointment
to visit the site of the work, contact Mr. Dale Clark at the
Fayetteville Youth Center, 501/442-9242.
The City reserves the right to reject any and all bids, and to
waive any formalities deemed to be in the City's best interest.
Bids received after the time specified above will not be accepted.
Peggy A. Bates
Purchasing Manager
Publish August 18th and 25th, 1991
Billing refer to P.O. 28991.
i
PROJECT MANUAL
TABLE OF CONTENTS
Bid/Contract Sections I - Asphalt Jogging Trail
II - Volleyball court and protective berm
III - Bridge Rails
Instructions to
Bidders
General
Conditions
of the Specifications
Contract Form
List of
Drawings
Technical Specifications
Section
101 -
Scope of Work
Section
102 -
Materials and equipment
Section
201 -
Site Grading
Section
202 -
Asphaltic Concrete Paving
Section
301 -
Volleyball Court
Section
401 -
Carpentry
PEGGY BATES
PURCHASING OFFICER
(501) 575-8281
J r
MAILING ADDRESS.
PURCHASING DEPT.
113W, MOUNTAIN
CITY ADMININSTRATION BLDG
ROOM 307
FAYETTEVILLE, ARKANSAS
72701
BID NUMBER:
DATE ISSUED:
DATE & TIME OF BID OPENING:
91-44
8/18/91
10:30, August 30, 1991
COMMODITY CLASSIFICATION:
BUYER:
CONTRACT PERIOD OR DATE notice to
Peggy Bates
DELIVERY REQUIRED: 30 days after proceed.
F.O.B.:
BUYER'S PHONE 0:
BIDDERS GUARANTEED
Fayetteville, AR
501/575-8289
DELIVERY DATE:
ITEM NO.
DESCRIPTION
QUANTITY
UNIT PRICE
TOTAL PRICING
CONTRACT SECTION I -
Additional asphalt jogging trail
�a
Ia.
Asphalt trail - first (estimated)
2,000 if/Z.ss
s,/00,00
/s 06 0.00
lb.
Asphalt trail - second (estimated)
1,200 if
2
$
S SyO'0U
2.
24 inch dia. by 12 feet RC culverts
ea
c27000
Notes:
b�
q ,'
1. The appropriate cover for trail
construction over the two- 12 feet
by 24 inch reinforced concrete
culverts, as well as the ramping and
construction to match the existing
trail/bridge connections, are
incidental to -the asphalt trail
unit price.
2. The estimated quantities are not
guaranteed. The actual length of
trail constructed shall be dependent
upon the specific trail layout and
funds availability.
EXECUTION OF BID
Upon signing this Bid, the bidder certifies that they have read and agree to the requirements set forth in this bid proposal
including specifications, terms and standard conditions, and pertinent information regarding the articles being bid on, and
agree to furnish these articles*t the prices stated.
NAME OF FIRM: /� PHONE NUMBER ARKANSAS TAX PERMIT NUMBER:
UNSIGNED A,. ('Cii m A,4n Diu. SO/ 2/-3550 I /- 7Z - 03 / S8
BIDS BUSINESS ADDRESS, STREET CITY STATE ZIP
WILL BE P.o. Qex 1347 �a rt;A Ar, 7P?7OZ
!
REJECTED SIGNATUR AUTHORII ZE PER N TITLE DATE
1IS„�. u �ruId -f fj'30,91
ARKANSAS PREFERENCE REOUESTED: YES (/ ) NO ( I
CASH DISCOUNT °A DAYS
INVITATION TO BID
CONTINUATION SHEET
BID NO.: 91-44
PAGE 3 OF
1
CONTRACT SECTION II -
Volleyball court and
protective berm
Item No. Description
Estimated
Total
Quantity
Price
1. Volleyball court
and protective
lump sum/3,
595,00
berm, including
all items of
work as shown in
the plans or
indicated in the
specifications.
CONTRACT SECTION III -
Handrails for the 2 existing bridges
Item No. Description Estimated _ Total
Quantity Price
1. Bridge rails for the 48 ft. +/- lump sum �j.6 00.00
existing bridge.
2. Bridge rails for the 50 ft. +/- lump sum 6'5 7 60.00
existing bridge.
t t
INSTRUCTIONS TO BIDDERS
L.
o+ • : �� :
Before submitting a bid, bidders must be licensed under the
terms of Act 150 of the 1965 Acts of the Arkansas General Assembly,
and the successful bidder must be legally qualified in all respects
to do business in the State of Arkansas.
Bidders shall read the Specifications, examine the Plans, and
make their own estimates of the existing facilities and the
difficulties which will attend the execution of the work called for
by the proposed Contract, including local conditions, uncertainty
of weather, and all other contingencies. Bidders shall satisfy
themselves by personal examination of the location of the proposed
work, and by such means as they may choose, as to actual conditions
and requirements. Information derived from the Plans and
Specifications or from the Engineer or his assistants shall not
relieve the bidder of this responsibility.
3. PROPOSAL GUARANTEES:
Proposals must be accompanied by either a certified or
cashier's check, drawn on a National Bank or a bank having
membership in the Federal Reserve System, or a Bid Bond executed by
a satisfactory Surety. The proposal guarantee shall be in an
amount not less than five (5) percent of the bid and made payable
to the Contracting Authority to whom the Proposal -is made. A
lesser amount will not be accepted.
The proposal guarantee, or other bid qualifications, shall be
sealed in a separate envelope firmly attached to the outside of the
sealed Proposal. The outer envelope shall be opened first, and if
the documents are not found to be in order, the sealed Proposal
shall be returned to the bidder unopened.
The amount of any check or bond shall be retained by the
contracting Authority as liquidated damages in case the bidder
neglects or refuses to enter into a contract and to furnish the
required contract bond within ten (10) days after the prescribed
contract and bond forms are presented for signature.
Checks of unsuccessful bidders will be returned immediately
after a contract has been executed.
4. (a) Proposals shall be strictly in accordance with the
prescribed forms, furnished with the Specifications. Any
modifications or deviations therefrom may be considered sufficient
cause for rejection.
(b) It is to be understood that the lump sum required in the
Proposal is for the furnishing of all materials required to be
furnished and the doing of all work required under these Contract
Documents, including items for which no quantities are given. In
case unit prices are not required, it is to be understood that the
lump sum required in the Proposal is for the furnishing of all
materials, tools, labor, etc. required to be furnished and the
doing of all work required under these Contract Documents.
(c) Proposals must be signed, in writing, by an individual
authorized to bind the bidder.
(d) Bids must be submitted at the place and on or before the
time specified in the Advertisement for Bids.
(e) Proposals must be submitted in sealed envelopes addressed
to the Contracting Authority, and clearly marked on the outside of
the envelope, "Proposal for Construction Contract" to be opened at
(date and time). The Bidder's current Arkansas Contractor's
license number must be marked on the envelope.
(f) The Contracting Authority will not consider bids covering
only a portion of these specifications, unless otherwise stipulated
in the bid specifications.
(g) The unbalancing of bids will not be tolerated. Evidence
of material unbalancing will be considered cause for rejection.
MODIFICATIONS OF BIDS:
No modification of bids already submitted will be considered
unless such modifications are received prior to the hour set for
opening.
6. BID BONDS CONTRACT BONDS AND INSURANCE:
Attention of bidders is called to Act 82 of the 1935 Acts of
the Arkansas General Assembly, which requires that all bid bonds,
performance bonds, labor bonds, employer's liability insurance
public liability insurance, workmen's collective insurance, and
property damage insurance must be secured through resident agents
of Arkansas.
7. CLARIFICATION OF CONTRACT DOCUMENTS:
If any person contemplating submitting a bid for the proposed
contract is in doubt as to the true meaning of any part of the
Plans, specifications, or other proposed Contract Documents, he may
submit to the Engineer a written request for any interpretaiton
thereof. The person submitting the request will be responsible for
its prompt delivery. Any interpretation for the proposed Documents
will be made only by an Addendum duly issued, and a copy of such
Addendum will be mailed to each person who has previously secured
or who subsequently secures a set of Documents. The Contracting
t
Authority will not be responsible fdr any other interpretations of
the proposed Documents.
8. EXECUTION OF CONTRACT DOCUMENTS:
Following the award and within ten (10) days, provided for in
the proposal, the successful bidder shall properly execute the
Contract Document.
9. BASIS OF AWARD:
Bids will be considered on the basis of the total bid price or
prices given in the Proposal.
10. EXCEPTIONS TO INSTRUCTIONS TO BIDDERS•
If this contract is less than $20,000.00, the following
exception applies:
The Contractor is not required to be licensed under the terms
of Act 150 of the 1965 Acts of the General Assembly.
11. TIME OE COMPLETION AND LIQUIDATED DAMAGES:
Bidder must agree to commence work on or before a date to be
specified in a written "Notice to Proceed" of the Owner and to
fully complete the project within the time specified.
12. SAFETY STANDARDS AND ACCIDENT PREVENTION•
With respect to all work performed under this contract, the
Contractor shall:
(a) Comply with the safety standards provisions of applicable
laws, building and construction codes and the "Manual of Accident
Prevention in construction" published by the Associated General
Contractors of America, the requirements of the Occupational Safety
and Health Act of 1970 (Public Law 91-596), and the requirements of
Title 29 of the Code of Federal Regulations, Section 1518 as
published in the "Federal Register", volume 36, No. 75, Saturday,
April 17, 1971.
(b) Exercise every precaution at all times for the prevention
of accidents and the protection of persons (including employees)
and property.
(c) Maintain at his office or other well known place at the
job site, all -articles necessary for giving first aid to the
injured, and shall make standing arrangements for the immediate
removal to a hospital or a doctors care of persons (including
employees), who may be injured on the job site. In no case shall
employees be permitted to work at a job site before the employer
has made a standing arrangement for the removal of injured persons
to a hospital or a doctors care.
Wherever in these Documents the following terms are used, they
are understood to have the following meanings:
"OWNER" or "CONTRACTING AUTHORITY" shall mean the City of
Fayetteville, Fayetteville, Arkansas.
"CONTRACTOR" shall mean the individual, partnership, or
corporation that may have entered into the contract with the
Contracting Authority to perform the work specified herein.
"WORK" shall mean the furnishing of all necessary tools,
labor, equipment, materials, and supplies required to be furnished
by the Contractor under these Specifications.
All work shall be done in conformity with the laws of the
State of Arkansas, and any subdivision thereof, municipal and local
laws and ordinances, and all applicable federal statutes, laws or
regulations.
No convict labor shall be employed on this project.
The "Advertisement for Bids", the "Proposal", the "Bond", the
"Instructions to Bidders", the "General Conditions", the "Detailed
specifications", and the "Plans", are each and all of the
specifications component parts to the agreements governing the work
to be done and the materials and equipment to be furnished.
The Contract Documents are complimentary, and what is called
for by one shall be as binding as if called for by all. The
intention of the Documents is to include all tools, labor,
equipment, materials, and supplies necessary for the proper
execution of the work. Materials or work described in words which
so applied have a well known Technical or Trade meaning shall be
held to refer to such recognized meaning.
The following copies of the executed Contract Documents will
be provided:
One for the Contracting Authority,
One for the successful Bidder,
One for the Engineer,
The Contractor shall, as soon as practicable after the signing
of the Contract, submit to the Engineer, in writing, the names of
any Sub -contractors he proposes for any part of the work.
The City of Fayetteville Parks Department Project Manager's
approval must be secured, in writing, on all Sub -contracts before
they are made and signed.
The Contractor shall be held fully responsible to the
Contracting Authority for the acts and omissions of his sub-
contractors and of the persons directly or indirectly employed by
his Sub -contractors.
Nothing contained in these Specifications or in the Contract
Documents shall create any contractual relation between any sub-
contractor and the Contracting Authority.
It is understood and agreed that the Contractor has satisfied
himself as to the nature and location of the work, the conformation
of the ground, the character, quality, and quantity of the
materials to be encountered, the character of the equipment and
facilities needed preliminary to and during the prosecution of the
work, the general local conditions, and all other matters which can
in any way affect the work under this Contract. No verbal
agreement or conversation with any officer, agent, or employee of
the Contracting Authority, either before or after the execution of
this Contract, shall affect or modify any of the terms or
obligations herein contained.
The Contractor shall permit and make possible a thorough
inspection by the Contracting Authority of all work and materials
furnished under the Contract Documents. No work shall be performed
by the Contractor without the knowledge and approval of the
Contracting Authority.
The Contractor shall be an "independent contractor" with full
power and authority to select the means, methods and manner of
performing the work, being responsible to the Contracting Authority
for all materials delivered and the results contracted for.
The failure of any representative of the Contracting Authority
to condemn or feject work or materials, or otherwise to exercise
any function entrusted to him, shall not excuse the contractor from
the faithful performance of this Contract, nor shall such action
imply any acceptance by the Contracting Authority of faulty work or
materials.
=h]ZID
coincident with the execution of the Contract, the Contractor
shall furnish a good and sufficient surety bond in the amount of
One -Hundred (100) percent of the contract sum, guaranteeing the
faithful performance of all covenants, stipulations, and agreements
of the Contract, the payment of all bills and obligations arising
from the execution and performance of the Contract, and
guaranteeing the work against faulty workmanship and materials
during construction and for one year after completion, all
revisions of the bond to be complete and in full accordance with
the statutory requirements.
The bond shall be executed with the proper Sureties through a
company licensed and qualified to operate in the State and approved
by the Contracting Authority. If at any time during the
continuance of the contract, the Surety on the Contractor's bond
becomes irresponsible, the Contracting Authority shall have the
right to require additional sufficient Sureties which the
Contractor shall furnish to the satisfaction of the Contracting
Authority within ten (10) days after the notice to do so. In
default, thereof, the Contract may be suspended, and all payments
or money due the Contractor withheld.
M"`a4o:i:`Y4PF#
The Contractor shall maintain such insurance as will protect
him from claims under workmen's compensation acts and other
employee benefits and from claims for damages because of bodily
injury, including death, and from claims for damages to property
which may arise out of operations or the work, whether such
operations be by himself or by any subcontractor or anyone directly
or indirectly employed by either of them. The insurance shall be
written in companies authorized to do and doing business in
Arkansas and for not less than the following limits:
Comprehensive General Public Liability, $1,000,000
Comprehensive Automobile Liability (owned, hired
and non -owned Vehicles) with bodily injury limits
of $500,000 and $1,000,000 and property damage limit
of $250,000 for each accident, $500,000 aggregate;
Standard Workmen's Compensation and Employer's
Liability covering with statutory limits;
Contractual Liability insurance with bodily injury
limits and property damage limits of $1,000,000.
Certificates of such insurance shall be filed with the
Engineer before work commences under any contract or subcontract.
The contractor shall pay all royalties and license fees. He
shall defend all suits or claims for infringement of any patent
rights, and shall save the Contracting Authority from loss on
account thereof.
The detailed manner and method of performing the work shall be
under the direction and control of the Contractor, but all work
done shall at all times be subject to the inspection of the City of
Fayetteville Parks Department Project Manager or his authorized
representative to see that it is done in accordance with the
Contract Documents.
Inspectors may be appointed by the Contracting Authority and
their duty shall be to guard the Contracting Authority against
defects and deficiencies in the work and to see that the work is
done in accordance with the Contract Documents. Inspectors shall
have authority, subject to the final decision of the Contracting
Authority, to condemn and reject any defective work and to suspend
the work when it is not being done properly, but the responsibility
for the work and compliance with the Contract Documents shall be
the Contractor's.
Inspectors shall have no authority to permit any deviation
from the Plans and specifications except on written order from the
Contracting Authority, and the contractor will be liable for any
deviation except on such written order.
The inspector shall in no case act as foreman or perform other
duties for the Contractor, nor interfere with the management of the
work by the latter. Any advice which the inspector may give the
Contractor shall in no wise be construed as binding to the
Contracting Authority in any way or releasing the Contractor from
fulfilling all the terms of the Contract.
All condemned work shall be promptly taken out and replaced by
satisfactory work. Should the contractor fail or refuse to comply
with instructions in this respect, the Contracting Authority may,
withhold payment or proceed to terminate the contract as provided
herein.
Any defective work may be rejected by the Contracting
Authority at any time before final acceptance of the work, even
though the same may have been previously overlooked and estimated
for payment.
11. WORKMANSHIP AND SUPERINTENDENCE:_
The Contractor shall keep on this work, during progress, a
competent superintendent and any necessary assistants. The
superintendent shall represent the Contractor in his absence and
all directions given to him shall be as binding as if given to the
Contractor.
The Contractor shall provide proper tools and equipment and
the service of all workmen, mechanics, tradesmen, and other
employees necessary in the execution of the work contemplated
herein. The employees of the Contractor shall be competent and
willing to perform satisfactorily the work required of them. Any
employee who is disorderly, intemperate, or incompetent, or who
neglects or refuses to perform his work in a satisfactory manner,
shall be promptly discharged.
The Contractor shall carefully preserve bench marks, reference
points, and stakes, and in case of willful or careless destruction,
he shall be charged with the resulting expense and shall be
responsible for any mistakes that may be caused by their
unnecessary disturbance or loss.
12. PROT CTlON OF WORKS PROPERTY AND PERSONS. AND
v 'CTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS:
The Contractor shall adequately protect the work, the
Contracting Authority's property, and adjacent property and the
public from injury, damage, or loss arising in connection with the
contract or the work.
The Contractor shall provide and maintain all passageways,
guard fences, lights or other facilities for safety and protection
required by any public authority or local conditions.
The Contractor assumes entire responsibility and liability for
any third party claims and actions based upon or arising out of
injuries, including death to persons or damage to or destruction of
property, sustained or alleged to have been sustained in connection
with or to have arisen out of or incidental to the performance of
this contract by the Contractor, his agents and employees and his
subcontractor, their agents and employees, regardless of whether
such claims or actions are founded in whole or in part upon alleged
negligence of the Contracting Authority, Contracting Authority's
representatives, or the employees, agents or licenses thereof. The
Contractor shall indemnify and hold harmless the Contracting
Authority and its representatives and the Engineer and his
representatives in respect to any such matters.
The contractor shall procure at his own expense all necessary
licenses and permits of a temporary nature, and shall give due and
adequate notices to those in control of all properties which may be
affected by his operations. Permits, licenses, and easements for
permanent structures or permanent changes in existing facilities
will be provided by the Contracting Authority unless otherwise
specified. The Contractor must obtain permission from the
Contracting Authority or other proper authority before blockading
any roads or highways, and shall furnish all necessary barricades
and detour signs. The Contractor shall give all notices and comply
with all laws, ordinances, rules, and regulations bearing on the
conduct of the work as drawn or specified.
No assignment by the contractor of the contract, or any part
thereof, or of the funds to be received thereunder by the
Contractor, will be recognized unless such assignment has had the
written approval of the Contracting Authority, and the Surety has
been given due notice of the assignment in writing.
No assignment, transfer, or subletting, even though consented
to, shall relieve the Contractor of his liabilities under the
Contract. Should any Assignee fail to perform the work undertaken
by him in a satisfactory manner, the Contracting Authority may, at
its option, annul and terminate Assignee's contract.
The Contracting Authority reserves the right to let other
contracts in connection with this work. The Contractor shall
afford other Contractors reasonable opportunity for the
introduction and storage of their materials and the execution of
their work, and shall properly connect and coordinate his work with
theirs.
Whatever work being done by the Contracting Authority's forces
or by any other Contractor is contiguous to work covered by this
contract, the respective rights of the various interest involved
shall be established by the Engineer, in order to secure the
completion of the various portions of the work in general harmony.
16. SUSPENSION OF WORK:_
The Contracting Authority may at any time suspend the work or
any part thereof by giving ten (10) day's notice to the Contractor
in writing; the work shall be resumed by the contractor ten (10)
days after the date fixed in a written notice from the Contracting
Authority to the Contractor to do so.
If the work, or any part thereof, shall be stopped by the
notice in writing aforesaid, and if the Contracting Authority does
a
not give notice in writing to the Contractor to resume work at a
date within twenty (20) days of the date fixed in the written
notice to suspend, except in the case of litigation, then the
Contractor may abandon that portion of the work so suspended, and
he will be entitled to the estimates and payments for all work done
on the portions so abandoned, if any.
If the Contractor should neglect to prosecute the work
properly or fail to perform any provision of this Contract, the
Contracting Authority after three (3) day's written notice to the
Contractor may without prejudice to any other remedy it may have,
make good such deficiencies, and may deduct the cost thereof from
payments then or thereafter due the Contractor.
If the Contractor should be adjudged a bankrupt, or if he
should make a general assignment for the benefit of his creditors,
or if a receiver should be appointed on account of his insolvency,
or if he should refuse or should fail, except in case for which
extension of time is provided to supply enough properly skilled
workmen or proper materials, or if he should fail to make prompt
payment to Subcontractors or for materials or labor, or disregard
laws, ordinances, or otherwise be guilty of a substantial violation
of any provision of the Contract, then the Contracting Authority,
may, without prejudice to any other right or remedy and after
giving the Contractor ten (10) day's written notice, terminate the
employment of the Contractor.
In such case, the Contractor shall not be entitled to receive
any further payment until the work is finished. If the unpaid
balance of the contract price shall exceed the expense of finishing
the work, including compensation for additional managerial and
administrative services, such excess shall be paid to the
Contractor. If such expenses shall exceed such unpaid balance, the
Contractor shall pay the difference to the Contracting Authority.
Pending settlement of disputes on any point of controversy,
the Contracting Authority may suspend action on all or any part of
the work. The Contractor shall not be entitled to any claim for
loss or damage by reason of such delay, nor shall he be entitled to
extension of time, although such extension of time may be granted
by the Contracting Authority if he deems it in the interest of the
work.
In the event that any of the provisions of this Contract are
violated by the Contractor or by any of his Subcontractors, the
Contracting Authority may serve written notice upon the Contractor
and the Surety of its intention to terminate such Contract, such
notices to contain the reasons for such intentions to terminate the
Contract, and unless within ten (10) days after the serving of such
notice upon the Contractor such violation shall cease and
satisfactory arrangements for correction be made, the Contract
shall, upon the expiration of said ten (10) days, cease and
terminate. In the event of any such termination, the Contracting
Authority shall immediately serve notice thereof upon the Surety
and the Contractor, and the Surety shall have the right to take
over and perform the Contract.
If the Surety does not commence performance thereof within
thirty (30) days from the date of the mailing to such Surety of
notice of termination, the Contracting Authority may take over the
work and prosecute the same to completion by contract for the
account and at the expense of the Contractor, and the Contractor
and his Surety shall be liable to the Contracting Authority for any
excess cost occasioned the Contracting Authority thereby, and in
such event the Contracting Authority may take possession of and
utilize in completing the work, such materials, appliances, and
plant as may be on the site of the work and necessary therefor.
The Contracting Authority may withhold or, on account of
subsequently discovered evidence, nullify the whole or part of any
certificate to such extent as may be necessary to protect the
Contracting Authority from loss on account of:
(a) Defective work not remedied,
(b) Claims filed or reasonable evidence
indicating probable filing of claims,
(c) Failure of the Contractor to make payments
properly to Subcontractor or for material or
labor,
(d) Damage to another Contractor,
(e) Incomplete work
When the above grounds are removed, payment shall be made for
amounts withheld because of them.
1
If, at any time, the contractor considers he is being delayed
by an act or neglect of the Contracting Authority or its employees,
or by any other Contractor employed by the Contracting Authority,
or by any changes or additions ordered in the work, or for any
reason beyond his control, he shall within ten (10) days from the
beginning of such delay notify the Contracting Authority in writing
of the causes of any such delay. Extensions of time, with relief
from responsibility for liquidated damages incurred by the
Contracting Authority on account of such delay, will be granted the
Contractor, when the causes so called to his attention warrant such
extensions of time. No claims for delay will be considered unless
such notice has been filed with the Contracting Authority within
the time specified above.
The Contractor will be required to furnish the Contracting
Authority two copies of each purchase order for materials and
equipment as they are issued. If the Contractor shall seek an
extension of time because of delay in receiving delivery of
critical materials, such extension of time may be granted when, in
the opinion of the Contracting Authority, the extension is
warranted and the delay is in no way caused by the Contractor's
financial status or by any act or failure to act on the part of the
Contractor.
Extensions of time, without relief from responsibility for
liquidated damages incurred by the Contracting Authority on account
of delays, may be granted the Contractor on account of his failure
to complete the work within the time specified.
The Contracting Authority, without invalidating the Contract
may order additional work to be done in connection with the
Contract or may alter or deduct from the work, the Contract Sum to
be adjusted accordingly. Such changes shall be done only with a
change order to the original contract, approved through proper
channels. (If under $10,000 -City Manager approval. If over
$10,000 -Board approval.)
Additional work shall be done as ordered in writing by the
Contracting Authority, which order shall state the location,
character, and amount of extra work. All such work shall be
executed under the conditions of the original contract and subject
to the same inspection and tests as though therein
included. Compeisation for additional, omitted, or changed work
shall be adjusted as follows:
Any changes in quantities of work for which unit prices are
required in the Proposal shall be at and for the price bid. Work
for which prices are not required shall be paid for or deducted, as
the case may be, upon the basis of an estimate prepared by the
Contractor and approved by the Contracting Authority, prior to the
written order changing the quantity of work.
The Contracting Authority reserves the right to contract with
any person or firm other than the Contractor for any or all extra
work. The Contractor's attention is especially called to the fact
that he shall be entitled to no claim for damages for anticipated
profits on any portion of the work to be omitted.
Whenever a material, article or piece of equipment is
identified on the plans or in the specifications by reference to
manufacturers' or vendors' names, trade names, catalogue numbers,
etc., it is intended merely to establish a standard; and, any
material, article, or equipment of other manufacturers and vendors
which will perform adequately the duties imposed by the general
design will be considered equally acceptable provided the material,
article, or equipment so proposed, is, in the opinion of the
Contracting Authority, of equal substance and function. It shall
not be purchased or installed by the contractor without the
Contracting Authority's written approval.
The Contracting Authority shall have the right to take
possession of and use any completed or partially completed portions
of the work, notwithstanding that the time for completing the
entire work on such portions may not have expired; but such taking
possession and use. shall not be deemed an acceptance of any work
not completed in accordance with the Contract Documents. If such
prior use of completed portions increases the cost of, or delays
the work, the Contractor shall be entitled to such extra
compensation or extension of time, or both, as the Contracting
Authority may determine.
As soon as the work has been substantially and satisfactorily
completed, the City of Fayetteville Parks Department will make a
final estimate stating that the work provided for under this
Contract has been completed and is accepted by him under the terms
and conditions thereof, with qualifications, if any, as stated. If
certain parts of the work are not completed or if certain
corrections must be made in the work even though the work is
substantially completed, the Contracting Authority is authorized to
determine the amount which in his opinion is required for
completion andtor correction of the work, and such amount
untinay
be
withheld from the final payment to the Contractor, pending the
completion and correction as required.
The balance found to be due the Contractor shall be paid by
the contracting authority within forty (40) days after the date of
the final estimate. Prior to filing for final estimates, the
Contractor shall file with the Contracting Authority a receipt in
full from each manufacturer, subcontractor, dealer and supplier for
all equipment and material used on the work and a complete release
of all liens which may have arisen from this contract. In lieu
thereof, the Contractor shall file statements showing balance due
or claimed on all accounts and the Contracting Authority shall have
the right, if it so elects, to withhold sufficient money to pay
such balances until receipts in full or satisfactory evidence of
final determination are filed with the Contracting Authority who
may then make the final estimate.
The making and acceptance of the final payment shall
constitute a waiver of all claims by the Contracting Authority,
other than those arising from incomplete or uncorrected work,
unsettled liens, or from faulty workmanship or materials, and of
all claims by the Contractor, except those previously made and
still unsettled.
If the work has been partially, but substantially completed to
the extent that all adjustments in the contract sum may be made,
the Contracting Authority may, if material delay in completion is
anticipated or if otherwise deemed in the interest of the work,
make the final estimate, retaining, in addition to other
requirements which may be specified under payments, an amount
representing the cost of unfinished work. Such payment shall be
under the terms and conditions governing final payment.
Neither the making of the final estimate, or final payment,
shall relieve the contractor of his responsibility for faulty
materials or workmanship, and he shall remedy any defects and pay
for any damage resulting therefrom which shall appear within a
period of one (1)yearfrom the date of substantial completion.
The Owner shall give notice of observed defects with reasonable
promptness.
The Contractor shall bear full responsibility for safety
during the execution of this contract.
This contract executed this day of
1991, between the City of Fayetteville, Arkansas, hereinafter
called the City, and
hereinafter called the Contractor, and having an address
at - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -
and telephone number
In consideration of the mutual covenants contained herein, the
parties agree as follows:
1. The Contractor at his own cost and expense shall furnish all
labor, materials, supplies, machinery, equipment, tools,
supervision, bonds, insurance, tax permits, and all other
accessories and services necessary to complete the Gulley Park
improvements in accordance with plans and specifications
attached hereto and made a part hereof, as stated in
CONTRACTOR'S PROPOSAL, and in accordance with plans and
specifications attached hereto and made a part hereof under
Bid #91-44, all included herein as if spelled out word for
word.
2. The City shall pay the Contractor the total lump sum of
upon completion of all work called for in the plans and
specifications. Said consideration shall be payable to the
Contractor upon job completion and acceptance by the City.
3. The Contract documents which comprise the contract between the
City and the Contractor consist of this Contract and the
following documents attached hereto, and made a part hereof:
A. Bid form identified as Invitation to Bid 91-44 with the
specifications and conditions typed thereon.
B. The Contractor's proposal.
C. The Notice to Prospective Bidders.
D. Plans for said improvements.
4. These Contract documents constitute the entire agreement
between the City and the Contractor and may be modified only
by a duly executed written instrument signed by the City and
the Contractor.
5.
7.
Contractor shall not assign his duties under the terms of this
agreement.
Contractor agrees to hold the City harmless and indemnify the
City, against any and all claims for property damage, personal
injury or death, arising from Contractor's performance of this
contract.
The Contractor shall furnish a certificate of insurance
addressed to the Owner, showing that he carries the following
insurance which shall be maintained throughout the term of the
Contract.
Bodily Injury Liability
Property Damage Liability
contractural Liability
Statutory Amount
$500,000 for each person
injured.
$1,000,000 for each
accident.
$250,000 for each
accident.
$500,000 aggregate
$1,000,000 for bodily
injury limits and property
damage limits
The insurance shall include explosion, collapse and
underground coverage. The premiums for all insurance and the bond
required herein shall be paid by the Contractor.
8. Contractor agrees to furnish a Performance Bond, approved by
the city, guaranteeing the performance of this contract, for
not less than one hundred percent of the amount of this
contract. Said performance bond shall be conditioned on full
and complete performance of this contract and acceptance by
the CITY of Fayetteville for the payment of all labor and
materials entering into or incident to the proposed
improvements and shall guarantee the work against faulty
workmanship or materials for a period of one (1) year after
completion. The Contractor agrees to furnish proof of
licensure as required under the terms of Act 150 of the 1965
Acts of the Arkansas Legislature.
9. The actual
notice
to
proceed will
be in
writing and will be
issued by
the City
of
Fayetteville
Parks
Division.
10. Contractor agrees to begin work within ten (10) days after
issuance by the City of a "Work order" or "Notice to Proceed"
and to complete the work within 30 calendar days thereafter.
Ii. All work called for herein shall be coordinated directly with
Mr. Dale Clark, Parks and Recreation Director.
WITNESS OUR HANDS THIS DAY OF
1991.
ATTEST: CITY CLERK
JERRY ROSE, CITY ATTORNEY
CITY OF FAYETTEVILLE,
FAYETTEVILLE, ARKANSAS
BUSINESS ADDRESS
I
SECTION 101
SCOPE OF WORK
General Scope of the Gulley Park Phase II (revised) project.
A. The contractor shall provide all labor, materials, plant,
services, temporary construction, facilities and incidentals
necessary to execute the phase II improvements of Gulley Park. The
three specific work and contract sections of this phase shall be:
1. Additional asphalt jogging trail. (Contract section I)
Construction of approximately 3000 linear feet of 6 feet wide, 1
1/2 inch thick asphalt jogging trail.
This asphalt trail shall be constructed upon 4 inches of compacted
SB-2; upon 9 inches (final dimension) of compacted "hillside" fill
material: upon compacted subgrade.
The general layout of the asphalt trail shall be staked by the
Fayetteville Parks Department and verified by the contractor prior
to construction.
The appropriate cover for trail construction over the two - 12 feet
by 24 inch reinforced concrete culverts, as well as the ramping and
construction to match the existing trail/bridge connections, are
incidental to the asphalt trail unit price.
Volleyball court and protective berm. (Contract Section II)
Construction of a 50 feet by 80 feet sand volleyball court and
protective berm.
The protective berm shall be 4 feet +/- in height and field
adjusted to match the specific site as selected by the Fayetteville
Parks Department. All side and end slopes shall be 1V to 3H with
the top of the berm 6 feet as shown on sheet two. A shallow swale,
approximately 4 feet by 6 inches, shall be constructed as indicated
on sheet 2 to provide positive drainage.
The lump sum price for the volleyball court includes excavation,
grading, compaction, filter fabric, french drain system, 12
inches+/- of clean sand, 6x6 timbers with 14 rebar/stakes and all
other items required to complete the volleyball court as shown on
sheet two. (The only items not included are the volleyball net,
poles, pole footings and turfing.)
C.
3. Handrails for the 2 existing bridges. (Contract Section III)
Two bridges, one approximately 48 feet and the other approximately
50 feet in length have been previously constructed by volunteer
labor. The scope of contract section III shall be to provide an
arched and horizontal rail system as shown on sheet two. This work
includes the assembly/construction and finish of 6x6 posts, 2x6 and
2x4 rails and field fabrication of a double 2x6 arched top railing.
The contract price shall be based upon lump sum per bridge.
B. Contract sections.
Contract sections I (trail), II (volleyball court and berm) and
III (bridge rails) are individually separate, complete and self
supporting. Contractors may bid on any or all of the three
contract sections. Contract award will be based upon the low bid
of each contract section, funds availability and priority as
established by the city of Fayetteville Parks Department. The low
bidder of each contract section may be awarded that specific
contract section. Award shall not be based upon the total sum of
all three contract sections.
C. General Guidance.
The basis for the Gulley Park Phase II revised project includes
work previous completed, both documents (plans and specifications)
and work within Gulley Park. The term contractor shall include
the individuals performing the wprk, whether City crews, licensed
contractors, volunteers or others, and all work must comply with
the provisions of the plans and specifications.
Due to the previously completed work, there may be discrepancies
between the contract documents and the field conditions and
possible discrepancies within the specifications. It is the
contractor's responsibility to carefully examine all information
shown or indicated within the contract documents and to visit
Gulley Park prior to submission of bids. The Bidder shall give
written notice, prior to the date of bid opening, of any conflicts,
errors or discrepancies that are discovered so that an addendum may
be prepared.
SECTION 102
MATERIAL AND EQUIPMENT
PART 1 GENERAL
1.01 REQUIREMENTS INCLUDED
A. Material and equipment incorporated into the work:
1. Provide ancillary items required to insure that
material and equipment will be complete, properly installed,
and will serve the intended purpose.
2. Meet the requirements of the manufacturers
instructions.
3. Meet the requirements of applicable
specifications, and standards.
4. Comply with size, make, type, and quantity
specified, or as specifically approved by Landscape
Architect in writing.
5. Manufactured and fabricated products:
a. Design, fabricate, and assemble in accord
with the best engineering and shop practice.
b. Two or more products of the same kind
shall be identical, by the same manufacturer.
c. Products shall be suitable for service
conditions.
6. Do not use material or equipment for any
purpose other than that for which it is designed.
SECTION 201
SITE GRADING
PART 1 GENERAL
1.01 WORK INCLUDED
A. Preparation of subgrade under paved areas.
B. Stripping of topsoil under paved areas.
C. Excavating, grading and shaping other areas of the
site as required to install the play equipment, volleyball
court, Picnic Tables, fit core and other facilities and to
insure positive drainage.
1.02 RELATED WORK
A. section 101 -
B. Section 202 -
C. Section 301 -
1.03 QUALITY
Summary of Work
Asphaltic Concrete Paving
Concrete Work
A. Testing Agency
1. Soil compaction tests to be performed by an
independent testing laboratory acceptable to the owner.
2. Soil compaction tests are to be performed at
locations required by the City representative.
1.04 REFERENCE STANDARDS
A. American
Society for
Testing Materials
(ASTM):
1. ASTM
D 2487-69,
classification
of
soils
for
engineering purposes.
2. ASTM D 424-59, Method of test for plastic limit
and plasticity limit of soils.
3. ASTM D 698, Moisture density relationships of
soils using 5.5 lb. rammer and 12 inch drop.
4. ASTM D 2922-71, Methods of determining the
density of soil and soil aggregate by nuclear methods
(shallow depth).
1.05 SITE CONDITIONS
A. Establish proper surface drainage during and
following Clearing and site grading by proper ditching or
sloping.
B. Protect trees, shrubs, turf and other features
which are to remain intact.
C. Protect bench marks, existing structures, fences,
roads, sidewalks, paving and curbs against damage from
equipment and vehicular traffic.
4.
D. Protect aerial, surface, or underground utility
lines or apurtances which are to remain.
E. Repair any and all damage which should occur to any
of these site features as a result of the contractor's work.
PART 2 PRODUCTS
2.01 BORROW MATERIAL
A. Borrow material for the asphalt trail shall be "hillside"
subgrade material from a site proposed by the contractor and
accepted by the city.
B. Other - free from roots, building debris, and
rocks larger than three inches in greatest dimension.
3.01 EXECUTION
3.01 PREPARATION AND LAYOUT
A. Establish and identify required lines, levels,
contours and datum.
B. Contact City representative for the detailed layout
of the trails.
C. Maintain bench marks, monuments, and other
reference points. Reestablish if disturbed or lost, at no
cost to the owner.
D. Before starting grading establish the extent and
location of utilities in the area.
E. Plan site grading work so that positive drainage is
maintained at all times.
3.02 STRIPPING
A. Strip surface layer of topsoil and organic material
under all areas to be paved or serve as the location for
park structures.
B. Stockpile material which is clean and usable as
topsoil on site at a location directed by the city
representative, and remove unsuitable soils, excess organic
material, rocks over three inches in any dimension, or other
foreign material from the site to a suitable dumping
facility.
3.03 EXCAVATING AND GRADING
A. Excavate and grade site to required levels ready
for structure excavation, final subgrade preparation, and
final grading for drainage.
B. Compact the top 8 inches of existing subgrade to 95%
standard proctor.
C. Compact the "hillside" fill under the asphalt jogging
trail to 90% standard proctor at optimum moisture.
D. Grade all cut of fill slopes to a neat smooth condition
with no loose materials or scars left on the surface.
E. Topsoil for the volleyball court protective berm shall be
placed in a 4 to 6 inch lift and left uncompacted.
SECTION 202
ASPHALTIC CONCRETE PAVING
PART 1 - GENERAL
1.01 WORK INCLUDED
A. Prepare subgrade
B. Prepare compacted
C. Prime base course
hot mix surface course.
1.02 RELATED WORK
to receive base course.
base course.
and install asphaltic concrete
A.
Section
101
- Summary of Work.
B.
Section
201
- Site
Grading.
1.03 REFERENCE STANDARDS
A. Arkansas Highway and Transportation Dept. (AHTD):
1. Standard Specification for Highway Construction
B. American Society for Testing Materials (ASTM):
1. ASTM D1557-70, Tests for Moisture - Density
relationship of soils using a 10 lb rammer and an 18" drop.
2. ASTM D2922-78, Methods for determining the
density of soils and aggregate in place by nuclear methods
(shallow depth).
3. ASTM 3515-76, Specifications for hot mixed, hot
laid, bituminous paving mixtures.
4. ASTM D1074-76, Test for compressive strength of
bituminous mixtures.
PART 2 PRODUCTS
2.01 BASE COURSE MATERIALS
A. Crushed stone: SB-2, meeting the requirements of
sub -section 306.02 of the AHTD Standard Specifications, or
approved equal.
2.02 PRIME COAT MATERIALS
A. Prime Coat: Medium curing liquid asphalt, MC -30, or
approved equal, meeting the requirements of sub -section
403.03 of the AHTD Standard Specifications.
2.03 ASPHALT PAVEMENT MATERIALS
A. ACHM: Type 2 surface course mix as described in
section 408 of the AHTD Standard Specifications.
B. The surface course shall be composed of a mixture
of mineral aggregate and asphalt cement in the correct
proportions by weight for the type of mixture designated.
• 6
PART 3 EXECUTION
3.01 SUBGRADE PREPARATION, GENERAL
A. Ensure that grading of the subgrade to the required
grades and sections is successfully completed.
B. Compact the existing subgrade and the 9 inches (finished
dimension) of "hillside" fill in accordance with section 201 - Site
Grading, paragraph 3.03.
3.02 PLACEMENT OF BASE COURSE
A. Place the crushed stone base material over the
prepared subgrade in accordance with the construction
methods described in sub -section 306.03 of the AHTD Standard
Specifications.
B. Add water during compaction to bring the base
course material to optimum moisture content. When an excess
of moisture exists, rework the base course materials until
optimum moisture content is obtained.
C. Compact the base course to 100% of the maximum dry
density as determined by ASTM D 1557-70.
3.03 PLACING PRIME COAT
A. Apply the bituminous prime coat to the prepared
base course at a rate of 0.3 to 0.4 gallons/sq. yard.
B. Clean the base course surface and place prime coat
in accordance with the requirements of sub -sections 401.03a
and b of the AHTD Standard Specifications.
3.04 PLACING SURFACE COURSE
A. Construction methods: section 410, AHTD Standard
Specifications.
B. Temperature range of mix:
1. When discharged from mixer: 285 to 325 deg. F.
2. When placed on base course: 275 to 325 deg. F.
C. Temperature of air: Do not place ACHM when air
temp. is below 40 deg. F in the shade.
D. Place asphalt pavement to the compacted depth shown
on the drawings for each type of paving.
E. Compact to required density with approved rolling
equipment. Start compaction as soon as pavement will bear
equipment without checking or undue displacement.
F. Required density: 92% of maximum theoretical
density.
G. Carry out compaction in three operations in pass
sequence. Ensure that each pass of the roller overlaps
previous passes to ensure a smooth surface free of roller
marks. Keep roller wheels sufficiently moist so as to not
pick up material.
H. Perform hand tamping in areas not accessible to
rolling equipment.
Z. Ensure that joints made during paving operations,
and at connections to existing paving are straight, clean,
vertical and free of broken or loose material. Prime
vertical surfaces of joints to ensure a tight bond.
J. Ensure that the surface of the completed asphalt is
true to lines, profiles, and elevations indicated, and that
it is free from depressions exceeding 1/4 inch when measured
with a 10 foot straight edge.
K. Do not allow vehicular traffic on newly paved areas
until surface has cooled to atmospheric temperature.
SECTION 301
VOLLEYBALL COURT AND PROTECTIVE BERM
1. General Scope - Volleyball court and protective berm.
(Contract Section II)
A. Construction of a 50 feet by 80 feet sand volleyball court and
protective berm.
The volleyball court shall be constructed upon the specific site
selected by the Fayetteville Parks Department. The volleyball
court shall include approximately 12 inches of clean sand upon a
filter fabric, upon compacted subgrade. The court shall have a
border consisting of two - 6x6 treated timbers. The court shall be
protected by a three sided berm as indicated on sheet two.
The protective berm shall be 4 feet +/- in height and field
adjusted by the contractor to match the specific site as selected
by the Fayetteville Parks Department. All side and end slopes
shall be 1V to 3H with the top of the berm 6 feet as shown on sheet
two. A shallow swale, approximately 4 feet by 6 inches, shall be
constructed as indicated on sheet 2 to provide positive drainage.
B. The lump sum price for the volleyball court includes
excavation, grading, compaction, filter fabric, french drain
system, 12 inches+/- of clean sand, 6x6 timbers with #4
rebar/stakes and . all other items required to complete the
volleyball court as shown on sheet two. (The only items not
included are the volleyball net, poles, pole footings and turfing. )
2. Site Work.
A. Excavation, fill and site preparation shall be in accordance
with contract section 201 - Site Grading.
B. Filter Fabric. The filter fabric shall be a nonwoven synthetic
geotextile fabric meeting the requirements, and installed in
accordance with, the current Standard Specifications for Highway
Construction, Arkansas State Highway and Transportation Department.
C. French Drain System. The perforated pipe, granular fill and
filter fabric shall meet the requirements, and be installed in
accordance with, the current standard Specifications for Highway
Construction, Arkansas State Highway and Transportation Department.
D. The "clean" sand shall be clean, free from any dirt, rocks or
other debris. The contractor shall provide a sample of the sand
and/or documentation of the source to the Fayetteville Parks
Department. The contractor shall secure written approval from the
Favetteville Parks Department prior to procurement of the sand.
SECTION 401
CARPENTRY
PART 1 GENERAL
1.01 WORK INCLUDED
A. Carpentry work for bridges, fit core, edging,
walls, bridges, etc.
1.03 QUALITY ASSURANCE
A. Wood Materials:
1. Southern Pine Inspection Bureau (SPIB)
2. Douglas Fir Plywood Association (DFPA)
3. American Wood Preservers Association (AWPA)
4. American Inst. of Timber Const. (AITC)
1.04 DELIVERY, STORAGE & HANDLING
A. Lumber:
- 1. Pile all lumber off of the ground to insure
proper ventilation and drainage.
2. Cover lumber with an opaque moisture resistant
membrane.
PART 2 PRODUCTS
2.01 LUMBER MATERIALS
A. General Requirements:
1. Graded and grade marked in compliance with
standard grading rules of the association under whose rules
it is produced.
2. Marked with mill identification.
3. Kiln dried to a moisture content of 15% or
less.
4. Unless otherwise specified lumber shall be No.
2 common southern yellow pine full and square to the
dimensions indicated. All lumber is to be .40 CCA treated
unless otherwise specified.
B. Exterior Grade Plywood:
1. Concealed face: DFPA Exterior C -C Grade fir
plywood CCA treated.
p. i
2. All plywood: Conform to product standard ps-i
of the U.S. Dept. of Commerce.
C. Pressure Treated Wood: sized framing lumber and
poles.
1. Preservative: Wolman .40 CCA preservative by
the Koppers Co. or equal.
2. Process: Pressure impregnated in accordance
with AWPA Standard C-2.
2.02 ROUGH HARDWARE
A. Nails spikes and staples: Galvanized for all
locations, size and type to suit application.
B. Bolts for the bridge rail shall be ASTM A307 or A325. All
bolts, nuts, washers, lags, pins, screws and plates shall be
galvanized in accordance with ASTM A 153.
PART 3 EXECUTION
3.01 INSTALLATION, GENERAL
A. Fit work neatly with smooth sharp cuts and uniform
joints. Round all corners by sanding or routing and remove
all splinters.
B. Set all nails and fasteners flush or below flush
with the surface of surrounding lumber.
C. Leave no hammer marks or other disfigurement in
finished surfaces. Torn grain and tool marked, exposed
surfaces will not be accepted.
D. Install necessary hardware to provide safe, sturdy
and completely operational facilities.
E. Verify all measurements on the site before making
installations.
F. Workmanship: All workmanship shall be of the best
quality, performed by skilled craftsmen of their trade.
Loose, damaged, or poorly fitted materials shall be removed
and replaced at the contractor's expense.
G. The double 2x6 top rail for the bridge shall be field
fabricated using adhesives and wood screws. All side rails shall
be attached to the posts using #8 x 4 inch wood screws.
a
0NO9 AIINV430NI S3HIf1D]H IN3W33Vld3H )133H3
ii
S
I
I
GULLEY PARK - PHASE II
Addendum No. 1
The following changes are made a part of the Gulley Park Phase II
project, City of Fayetteville Bid no. 91-44.
General scope of the addendum:
The time of performance is changed from 30 days to 60 days.
Specific Changes:
1. Instructions to bidders - paragraph 11, "Time of completion
and liquidated damages" is revised to read as follows:
"Bidder must agree to commence work on or before a date to be
specified in a written "Work Order" or "Notice to Proceed" from the
City and to fully complete the project within sixty (60) calendar
days thereafter. Liquidated damages will be assessed for all
delays beyond the contract sixty (60) calendar day period which are
assessable to the contractor. If the construction process is
delayed by events beyond the control of the contractor, the City of
Fayetteville may grant an excusable time extension. The charge for
liquidated damages shall be $250.00 per day."
2. Contract clause 10. is revised to read as follows:
"Contractor agrees to begin work within ten (10) calendar days
after issuance by the City of a "Work Order" or "Notice to Proceed"
and to complete the work within sixty (60) calendar days
thereafter."
Acknowledgement b7 the bidder:
,S;
Bidder Date
ra
BID NO. 91-44
GULLEY PARK IMPROVEMENTS
Consisting of Asphalt Trails, Culverts, Volleyball Court &
Protective Berm and Bridge Rails
The City of Fayetteville, Arkansas, will receive sealed bids at the
Purchasing Office, City Hall, 113 West Mountain Street,
Fayetteville, Arkansas until August 30, 1991, 10:30 a.m. for the
furnishing of Asphalt Trails, Culverts, Volleyball Court &
Protective Berm and Bridge Rails.
Bid forms, specifications and plans may be obtained from the
Purchasing Office, located in Room 307, 3rd Floor of the City
Administration Building.
For information concerning
the proposed work or
for an appointment
to visit the
site of the
work, contact Mr.
Dale Clark at the
Fayetteville
Youth Center,
501/442-9242.
The City reserves the right to reject any and all bids, and to
waive any formalities deemed to be in the City's best interest.
Bids received after the time specified above will not be accepted.
Peggy A. Bates
Purchasing Manager
Publish August 18th and 25th, 1991
Billing refe2'-to P.O. 28991.
/
I ISM , /
I
4••
t
PROJECT MANUAL
TABLE OF CONTENTS
Bid/Contract Sections I - Asphalt Jogging Trail
II - Volleyball court and protective berm
III - Bridge Rails
Instructions to Bidders
General Conditions of the Specifications
Contract
Form
List of
Drawings
Technical
Specifications
Section
101 -
Scope of Work
Section
102 -
Materials and equipment
Section
201 -
Site Grading
Section
202 -
Asphaltic Concrete Paving
Section
301 -
Volleyball Court
Section
401 -
Carpentry
MAILING ADDRESS:
INVITATION TO BID PURCHASING DEPT.
113 W. MOUNTAIN
PEGGY' BATES /' CITY OF FAYETTEVIILLE, ARKANSAS CITY ADMININSTRATION BLDG.
PURCHASING OFFICER ROOM 307
(501) 575-8281 FAYETTEVILLE, ARKANSAS
72701
BID NUMBER:
91-44
DATE ISSUED:
8/18/91
DATE & TIME OF BID OPENING:
10:30, August 30, 1991
COMMODITY CLASSIFICATION:
BUYER:
Peggy Bates
CONTRACT PERIOD OR DATE notice to
DELIVERY REQUIRED: 30 days after proceed.
F.O.B.:
Fayetteville, AR
BUYER'S PHONE 4:
501/575-8289
BIDDERS GUARANTEED
DELIVERY DATE:
DESCRIPTION
QUANTITY
UNIT PRICE
TOTAL PRICING
ITEM NO.
CONTRACT SECTION I -
Additional asphalt jogging trail
la.
Asphalt trail - first (estimated)
2,000 if
//SO
Z361a7,ly0
lb.
2.
Asphalt trail - second (estimated)
24 inch dia. by 12 feet RC culverts
1,200 if
2 ea
//,SO
$14. Od
/dam
Notes:
1. The appropriate cover for trail
construction over the two- 12 feet
by 24 inch reinforced concrete
culverts, as well as the ramping and
construction to match the existing
trail/bridge connections, are
incidental to the asphalt trail
unit price.
2. The estimated quantities are not
.guaranteed. The actual length of
trail constructed shall be dependent
upon the specific trail layout and
funds availability.
EXECUTION OF BID
Upon signing this Bid, the bidder certifies that they have read and agree to the requirements set forth in this bid proposal
including specifications, terms and standard conditions, and pertinent Information regarding the articles being bid on. and
agree to furnish these articles at the prices stated.
NAME OF FIRM: PHONE NUMBER
UNSIGNED/447/I d✓C SO/ 5Z
BIDS BUSINESS ADDRESS. STRE CITY
WILL BE /4, 6!/ ASV
REJECTED sIrIATI ,RP nc AumfRI7 f RERSnu I TITLE
ARKANSAS TAX PERMIT NUMBER:
ZIP
ARKANSAS PREFERENCE REQUESTED: YES ( ) NO ('�)
CASH DISCOUNT % DAYS
INVITATION TO BID
CONTINUATION SHEET
BID NO.: 91-44
PAGE 3 OF
CONTRACT SECTION II -
Volleyball court and
protective berm
Item No. Description
Estimated
Total
Quantity
Price
1. Volleyball court
and protective
lump sum
fzJ
berm, including
all items of
work as shown in
the plans or
indicated in the
specifications.
CONTRACT SECTION III -
Handrails for the 2 existing bridges
Item No. Description
1. Bridge rails for the 48 ft. +/-
existing bridge.
Estimated
Quantity
lump sum
Total
Price
/'✓n 7Y/O
2. Bridge rails for the 50 ft. +/- lump sum j,',
existing bridge.
INSTRUCTIONS TO BIDDERS
Before submitting a bid, bidders must be licensed under the
terms of Act 150 of the 1965 Acts of the Arkansas General Assembly,
and the successful bidder must be legally qualified in all respects
to do business in the State of Arkansas.
Bidders shall read the Specifications, examine the Plans, and
make their own estimates of the existing facilities and the
difficulties which will attend the execution of the work called for
by the proposed Contract, including local conditions, uncertainty
of weather, and all other contingencies. Bidders shall satisfy
themselves by personal examination of the location of the proposed
work, and by such means as they may choose, as to actual conditions
and requirements. Information derived from the Plans and
Specifications or from the Engineer or his assistants shall not
relieve the bidder of this responsibility.
3. PROPOSAL GUARANTEES:
Proposals must be accom vied by either a certified or
cashier's check, drawn on National Bank or a bank having
membership in the Federal Re a System, or a Bid Bond executed by
a satisfactory Surety, 7proposal guarantee shall be in an
amount not less than fivt(( )•percent of the bid and made payable
to the Contracting AuthSit4 to whom the Proposal is made. A
lesser amount will not be ac�epted.
The proposal guarantee, or other bid qualifications, shall be
sealed in a separate envelope firmly attached to the outside of the
sealed Proposal. The outer envelope shall be opened first, and if
the documents are not found to be in order, the sealed Proposal
shall be returned to the bidder unopened.
The amount of any check or bond shall be retained by the
Contracting Authority as liquidated damages in case the bidder
neglects or refuses to enter into a contract and to furnish the
required contract bond within ten (10) days after the prescribed
contract and bond forms are presented for signature.
Checks of unsuccessful bidders will be returned immediately
after a. contract has been executed..
4. (a) Proposals shall be strictly in accordance with the
prescribed forms, furnished with the Specifications. Any
modifications or deviations therefrom may be considered sufficient
cause for rejection.
(b) It is to be understood that the lump sum required in the
Proposal is for the furnishing of all materials required to be
furnished and the doing of all work required under these Contract
Documents, including items for which no quantities are given. In
case unit prices are not required, it is to be understood that the
lump sum required in the Proposal is for the furnishing of all
materials, tools, labor, etc. required to be furnished and the
doing of all work required under these Contract Documents.
(c) Proposals must be signed, in writing, by an individual
authorized to bind the bidder.
(d) Bids must be submitted at the place and on or before the
time specified in the Advertisement for Bids.
(e) Proposals must be submitted in sealed envelopes addressed
to the Contracting Authority, and clearly marked on the outside of
the envelope, "Proposal for Construction Contract" to be opened at
(date and time). The Bidder's current Arkansas Contractor's
license number must be marked on the envelope.
(f) The Contracting Authority will not consider bids covering
only a portion of these specifications, unless otherwise stipulated
in the bid specifications.
(g) The unbalancing of bids will not be tolerated. Evidence
of material unbalancing will be considered cause for rejection.
5. MODIFICATIONS OF BIDS:
No modification of bids already submitted will be considered
unless such modifications are received prior to the hour set for
opening.
6, BID BONDS CONTRACT BONDS. AND INSURANCE:
Attention of bidders is called to Act 82 of the 1935 Acts of
the Arkansas General Assembly, which requires that all bid bonds,
performance bonds, labor bonds, employer's liability insurance
public liability insurance, workmen's collective insurance, and
property damage insurance must be secured through resident agents
of Arkansas.
7. CLARIFICATION OF CONTRACT DOCUMENTS:
If any person contemplating submitting a bid for the proposed
contract is in doubt as to the true meaning of any part of the
Plans, Specifications, or other proposed Contract Documents, he may
submit to the Engineer a written request for any interpretaiton
thereof. The person submitting the request will be responsible for
its prompt delivery. Any interpretation for the proposed Documents
will be made only by an Addendum duly issued, and a copy of such
Addendum will be mailed to each person who has previously secured
or who subsequently secures a set of Documents. The Contracting
Authority will not be responsible for any other interpretations of
the proposed Documents.
8, EXECUTION OF CONTRACT DOCUMENTS:
Following the award and within ten (10) days, provided for in
the proposal, the successful bidder shall properly execute the
Contract Document.
9. BASIS OF AWARD:
Bids will be considered on the basis of the total bid price or
prices given in the Proposal.
10. EXCEPTIONS TO INSTRUCTIONS TO BIDDERS:
If this contract is less than $20,000.00, the following
exception applies:
The Contractor is not required to be licensed under the terms
of Act 150 of the 1965 Acts of the General Assembly.
11. TIME OF COMPLETION AND LIOUIDATED DAMAGES:
Bidder must agree to commence work on or before a date to be
specified in a written "Notice to Proceed" of the Owner and to
fully complete the project within the time specified.
12. SAFETY STANDARDS AND ACCIDENT PREVENTION:
With respect to all work performed under this contract, the
Contractor shall:
(a) Comply with the safety standards provisions of applicable
laws, building and construction codes and the "Manual of Accident
Prevention in Construction" published by the Associated General
Contractors of America, the requirements of the Occupational Safety
and Health Act of 1970 (Public Law 91-596), and the requirements of
Title 29 of the Code of Federal Regulations, section 1518 as
published in the "Federal Register", Volume 36, No. 75, Saturday,
April 17, 1971.
(b) Exercise every precaution at all times for the prevention
of accidents and the protection of persons (including employees)
and property.
(c) Maintain at his office or other well known place at the
job site, all articles necessary for giving first aid to the
injured, and shall make standing arrangements for the immediate
removal to a hospital or a doctors care of persons (including
employees), who may be injured on the job site. in no case shall
employees be permitted to work at a job site before the employer
has made a standing arrangement for the removal of injured persons
to a hospital or a doctors care.
Wherever in these Documents the following terms are used, they
are understood to have the following meanings:
"OWNER" or "CONTRACTING AUTHORITY" shall mean the City of
Fayetteville, Fayetteville, Arkansas.
"CONTRACTOR" shall mean the individual, partnership, or
corporation that may have entered into the contract with the
Contracting Authority to perform the work specified herein.
"WORK" shall mean the furnishing of all necessary tools,
labor, equipment, materials, and supplies required to be furnished
by the Contractor under these Specifications.
All work shall be done in conformity with the laws of the
State of Arkansas, and any subdivision thereof, municipal and local
laws and ordinances, and all applicable federal statutes, laws or
regulations.
No convict labor shall be employed on this project.
I. .L.Mfl1KspI1.I4t3$II*:fl
The "Advertisement for Bids", the "Proposal", the "Bond", the
"Instructions to Bidders", the "General Conditions", the "Detailed
Specifications", and the "Plans", are each and all of the
Specifications component parts to the agreements governing the work
to be done and the materials and equipment to be furnished.
The Contract Documents are complimentary, and what is called
for by one shall be as binding as if called for by all. The
intention of the Documents is to include all tools, labor,
equipment, materials, and supplies necessary for the proper
execution of the work. Materials or work described in words which
so applied have a well known Technical or Trade meaning shall be
held to refer to such recognized meaning.
The following copies of the executed Contract Documents will
be provided:
One for the Contracting Authority,
One for the successful Bidder,
One for the Engineer,
The Contractor shall, as soon as practicable after the signing
of the Contract, submit to the Engineer, in writing, the names of
any Sub -contractors he proposes for any part of the work.
The City of Fayetteville Parks Department Project Manager's
approval must be secured, in writing, on all Sub -contracts before
they are made and signed.
The Contractor shall be held fully responsible to the
Contracting Authority for the acts and omissions of his Sub-
contractors and of the persons directly or indirectly employed by
his Sub -contractors.
Nothing contained in these Specifications or in the Contract
Documents shall create any contractual relation between any Sub-
contractor and the Contracting Authority.
It is understood and agreed that the Contractor has satisfied
himself as to the nature and location of the work, the conformation
of the ground, the character, quality, and quantity of the
materials to be encountered, the character of the equipment and
facilities needed preliminary to and during the prosecution of the
work, the general local conditions, and all other matters which can
in any way affect the work under this Contract. No verbal
agreement or conversation with any officer, agent, or employee of
the Contracting Authority, either before or after the execution of
this Contract, shall affect or modify any of the terms or
obligations herein contained.
The Contractor shall permit and make possible a thorough
inspection by the Contracting Authority of all work and materials
furnished under the Contract Documents. No work shall be performed
by the Contractor without the knowledge and approval of the
Contracting Authority.
The Contractor shall be an "independent contractor" with full
power and authority to select the means, methods and manner of
performing the work, being responsible to the Contracting Authority
for all materials delivered and the results contracted for.
The failure of any representative of the Contracting Authority
to condemn or reject work or materials, or otherwise to exercise
any function entrusted to him, shall not excuse the Contractor from
the faithful performance of this Contract, nor shall such action
imply any acceptance by the Contracting Authority of faulty work or
materials.
Coincident with the execution of the Contract, the Contractor
shall furnish a good and sufficient surety bond in the amount of
One -Hundred (100) percent of the contract sum, guaranteeing the
faithful performance of all covenants, stipulations, and agreements
of the Contract, the payment of all bills and obligations arising
from the execution and performance of the Contract, and
guaranteeing the work against faulty workmanship and materials
during construction and for one year after completion, all
revisions of the bond to be complete and in full accordance with
the statutory requirements.
The bond shall be executed with the proper Sureties through a
company licensed and qualified to operate in the State and approved
by the Contracting Authority. If at any time during the
continuance of the Contract, the Surety on the Contractor's bond
becomes irresponsible, the Contracting Authority shall have the
right to require additional sufficient Sureties which the
Contractor shall furnish to the satisfaction of the Contracting
Authority within ten (10) days after the notice to do so. In
default, thereof, the Contract may be suspended, and all payments
or money due the Contractor withheld.
The Contractor shall maintain such insurance as will protect
him from claims under workmen's compensation acts and other
employee benefits and from claims for damages because of bodily
injury, including death, and from claims for damages to property
which may arise out of operations or the work, whether such
operations be by himself or by any subcontractor or anyone directly
or indirectly employed by either of them. The insurance shall be
written in companies authorized to do and doing business in
Arkansas and for not less than the following limits:
Comprehensive General Public Liability, $1,000,000
Comprehensive Automobile Liability (owned, hired
and non -owned Vehicles) with bodily injury limits
of $500,000 and $1,000,000 and property damage limit
of $250,000 for each accident, $500,000 aggregate;
Standard Workmen's Compensation and Employer's
Liability covering with statutory limits;
Contractual Liability Insurance with bodily injury
limits and property damage limits of $1,000,000.
Certificates of such insurance shall be filed with the
Engineer before work commences under any contract or subcontract.
The Contractor shall pay all royalties and license fees. He
shall defend all suits or claims for infringement of any patent
rights, and shall save the Contracting Authority from loss on
account thereof.
The detailed manner and method of performing the work shall be
under the direction and control of the Contractor, but all work
done shall at all times be subject to the inspection of the City of
FFyyattayille Parks Deyaxtme,nt Pr�jact.Manager or his authorized
representative to see that it is done in accordance with the
Contract Documents.
Inspectors may be appointed by the Contracting Authority and
their duty shall be to guard the Contracting Authority against
defects and deficiencies in the work and to see that the work is
done in accordance with the Contract Documents. Inspectors shall
have authority, subject to the final decision of the Contracting
Authority, to condemn and reject any defective work and to suspend
the work when it is not being done properly, but the responsibility
for the work and compliance with the Contract Documents shall be
the Contractor's.
Inspectors shall have no authority to permit any deviation
from the Plans and Specifications except on written order from the
Contracting Authority, and the Contractor will be liable for any
deviation except on such written order.
The inspector shall in no case act as foreman or perform other
duties for the Contractor, nor interfere with the management of the
work by the latter. Any advice which the inspector may give the
Contractor shall in no wise be construed as binding to the
Contracting Authority in any way or releasing the Contractor from
fulfilling all the terms of the Contract.
All condemned work shall be promptly taken out and replaced by
satisfactory work. Should the Contractor fail or refuse to comply
with instructions in this respect, the Contracting Authority may,
withhold payment or proceed to terminate the contract as provided
herein.
Any defective work may be rejected by the Contracting
Authority at any time before final acceptance of the work, even
though the same may have been previously overlooked and estimated
for payment.
11. WORKMANSHIP AND SUPERINTENDENCE:
The Contractor shall keep on this work, during progress, a
competent superintendent and any necessary assistants. The
superintendent shall represent the Contractor in his absence and
all directions given to him shall be as binding as if given to the
Contractor.
The Contractor shall provide proper tools and equipment and
the service of all workmen, mechanics, tradesmen, and other
employees necessary in the execution of the work contemplated
herein. The employees of the Contractor shall be competent and
willing to perform satisfactorily the work required of them. Any
employee who is disorderly, intemperate, or incompetent, or who
neglects or refuses to perform his work in a satisfactory manner,
shall be promptly discharged.
The Contractor shall carefully preserve bench marks, reference
points, and stakes, and in case of willful or careless destruction,
he shall be charged with the resulting expense and shall be
responsible for any mistakes that may be caused by their
unnecessary disturbance or loss.
12. PROTECTION OF WORK. PROPERTY. AND PERSONS, AND
CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS•
The Contractor shall adequately protect the work, the
Contracting Authority's property, and adjacent property and the
public from injury, damage, or loss arising in connection with the
contract or the work.
The Contractor shall provide and maintain all passageways,
guard fences, lights or other facilities for safety and protection
required by any public authority or local conditions.
The Contractor assumes entire responsibility and liability for
any third party claims and actions based upon or arising out of
injuries, including death to persons or damage to or destruction of
property, sustained or alleged to have been sustained in connection
with or to have arisen out of or incidental to the performance of
this contract by the Contractor, his agents and employees and his
subcontractor, their agents and employees, regardless of whether
such claims or actions are founded in whole or in part upon alleged
negligence of the Contracting Authority, Contracting Authority's
representatives, or the employees, agents or licenses thereof. The
Contractor shall indemnify and hold harmless the Contracting
Authority and its representatives and the Engineer and his
representatives in respect to any such matters.
•. \ 41 4 •\
The Contractor shall procure at his own expense all necessary
licenses and permits of a temporary nature, and shall give due and
adequate notices to those in control of all properties which may be
affected by his operations. Permits, licenses, and easements for
permanent structures or permanent changes in existing facilities
will be provided by the Contracting Authority unless otherwise
specified. The Contractor must obtain permission from the
Contracting Authority or other proper authority before blockading
any roads or highways, and shall furnish all necessary barricades
and detour signs. The Contractor shall give all notices and comply
with all laws, ordinances, rules, and regulations bearing on the
conduct of the work as drawn or specified.
No assignment by the Contractor of the contract, or any part
thereof, or of the funds to be received thereunder by the
Contractor, will be recognized unless such assignment has had the
written approval of the Contracting Authority, and the Surety has
been given due notice of the assignment in writing.
No assignment, transfer, or subletting, even though consented
to, shall relieve the Contractor of his liabilities under the
Contract. Should any Assignee fail to perform the work undertaken
by him in a satisfactory manner, the Contracting Authority may, at
its option, annul and terminate Assignee's contract.
The Contracting Authority reserves
contracts in connection with this work.
afford other Contractors reasonable
introduction and storage of their materii
their work, and shall properly connect and
theirs.
the right to let other
The Contractor shall
opportunity for the
tls and the execution of
coordinate his work with
Whatever work being done by the Contracting Authority's forces
or by any other Contractor is contiguous to work covered by this
Contract, the respective rights of the various interest involved
shall be established by the Engineer, in order to secure the
completion of the various portions of the work in general harmony.
it.. $IJp.JS2LSJ1U
The Contracting Authority may at any time suspend the work or
any part thereof by giving ten (10) day's notice to the Contractor
in writing; the work shall be resumed by the Contractor ten (10)
days after the date fixed in a written notice from the Contracting
Authority to the Contractor to do so.
If the work, or any part thereof, shall be stopped by the
notice in writing aforesaid, and if the Contracting Authority does
not give notice in writing to the Contractor to resume work at a
date within twenty (20) days of the date fixed in the written
notice to suspend, except in the case of litigation, then the
Contractor may abandon that portion of the work so suspended, and
he will be entitled to the estimates and payments for all work done
on the portions so abandoned, if any.
If the Contractor should neglect to prosecute the work
properly or fail to perform any provision of this Contract, the
Contracting Authority after three (3) day's written notice to the
Contractor may without prejudice to any other remedy it may have,
make good such deficiencies, and may deduct the cost thereof from
payments then or thereafter due the Contractor.
If the Contractor should be adjudged a bankrupt, or if he
should make a general assignment for the benefit of his creditors,
or if a receiver should be appointed on account of his insolvency,
or if he should refuse or should fail, except in case for which
extension of time is provided to supply enough properly skilled
workmen or proper materials, or if he should fail to make prompt
payment to Subcontractors or for materials or labor, or disregard
laws, ordinances, or otherwise be guilty of a substantial violation
of any provision of the Contract, then the Contracting Authority,
may, without prejudice to any other right or remedy and after
giving the Contractor ten (10) day's written notice, terminate the
employment of the Contractor.
In such case, the Contractor shall not be entitled to receive
any further payment until the work is finished. If the unpaid
balance of the contract price shall exceed the expense of finishing
the work, including compensation for additional managerial and
administrative services, such excess shall be paid to the
Contractor. If such expenses shall exceed such unpaid balance, the
Contractor shall pay the difference to the Contracting Authority.
Pending settlement of disputes on any point of controversy,
the Contracting Authority may suspend action on all or any part of
the work. The Contractor shall not be entitled to any claim for
loss or damage by reason of such delay, nor shall he be entitled to
extension of time, although such extension of time may be granted
by the Contracting Authority if he deems it in the interest of the
work.
In the event that any of the provisions of this Contract are
violated by the Contractor or by any of his Subcontractors, the
Contracting Authority may serve written notice upon the Contractor
and the Surety of its intention to terminate such Contract, such
notices to contain the reasons for such intentions to terminate the
Contract, and unless within ten (10) days after the serving of such
notice upon the Contractor such violation shall cease and
satisfactory arrangements for correction be made, the Contract
shall, upon the expiration of said ten (10) days, cease and
terminate. In the event of any such termination, the Contracting
Authority shall immediately serve notice thereof upon the Surety
and the Contractor, and the Surety shall have the right to take
over and perform the Contract.
If the Surety does not commence performance thereof within
thirty (30) days from the date of the mailing to such Surety of
notice of termination, the Contracting Authority may take over the
work and prosecute the same to completion by contract for the
account and at the expense of the Contractor, and the Contractor
and his Surety shall be liable to the Contracting Authority for any
excess cost occasioned the Contracting Authority thereby, and in
such event the Contracting Authority may take possession of and
utilize in completing the work, such materials, appliances, and
plant as may be on the site of the work and necessary therefor.
The Contracting Authority may withhold or, on account of
subsequently discovered evidence, nullify the whole or part of any
certificate to such extent as may be necessary to protect the
Contracting Authority from loss on account of:
(a) Defective work not remedied,
(b) Claims filed or reasonable evidence
indicating probable filing of claims,
(c) Failure of the Contractor to make payments
properly to Subcontractor or for material or
labor,
(d) Damage to another Contractor,
(e) Incomplete work
When the above grounds are removed, payment shall be made for
amounts withheld because of them.
I.
21. DELAYS AND EXTENSIONS OF TIME: {�
If, at any time, the Contractor considers he is being delayed
by an act or neglect of the Contracting Authority or its employees,
or by any other Contractor employed by the Contracting Authority,
or by any changes or additions ordered in the work, or for any
reason beyond his control, he shall within ten (10) days from the
beginning of such delay notify the Contracting Autfiori y in writing
of the causes of any such delay. Extensions of time, with relief
from responsibility for liquidated damages incurred by the
Contracting Authority on account of such delay, will be granted the
Contractor, when the causes so called to his attention warrant such
extensions of time. No claims for delay will be considered unless
such notice has been filed with the Contracting Authority within
the time specified above.
The Contractor will be required to furnish the Contracting
Authority two copies of each purchase order for materials and
equipment as they are issued. If the Contractor shall seek an
extension of time because of delay in receiving delivery of
critical materials, such extension of time may be granted when, in
the opinion of the Contracting Authority, the extension is
warranted and the delay is in no way caused by the Contractor's
financial status or by any act or failure to act on the part of the
Contractor.
Extensions of time, without relief from responsibility for
liquidated damages incurred by the Contracting Authority on account
of delays, may be granted the Contractor on account of his failure
to complete the work within the time specified.
The Contracting Authority, without invalidating the Contract
may order additional work to be done in connection with the
Contract or may alter or deduct from the work, the Contract Sum to
be adjusted accordingly. Such changes shall be done only with a
Change order to the original contract, approved through proper
channels. (If under $10,000 -City Manager approval. If over
$10,000 -Board approval.)
Additional work shall be done as ordered in writing by the
Contracting Authority, which order shall state the location,
character, and amount of extra work. All such work shall be
executed under the conditions of the original contract and subject
to4 the same inspection and tests as though therein
included. Compensation for additional, omitted, or changed work
shall be adjusted as follows:
Any changes in quantities of work for which unit prices are
required in the Proposal shall be at and for the price bid. Work
for which prices are not required shall be paid for or deducted, as
the case may be, upon the basis of an estimate prepared by the
Contractor and approved by the Contracting Authority, prior to the
written order changing the quantity of work.
The Contracting Authority reserves the right to contract with
any person or firm other than the Contractor for any or all extra
work. The Contractor's attention is especially called to the fact
that he shall be entitled to no claim for damages for anticipated
profits on any portion of the work to be omitted.
Whenever a material, article or piece of equipment is
identified on the plans or in the specifications by reference to
manufacturers' or vendors' names, trade names, catalogue numbers,
etc., it is intended merely to establish a standard; and, any
material, article, or equipment of other manufacturers and vendors
which will perform adequately the duties imposed by the general
design will be considered equally acceptable provided the material,
article, or equipment so proposed, is, in the opinion of the
Contracting Authority, of equal substance and function. It shall
not be purchased or installed by the contractor without the
Contracting Authority's written approval.
The Contracting Authority shall have the right to take
possession of and use any completed or partially completed portions
of the work, notwithstanding that the time for completing the
entire work on such portions may not have expired; but such taking
possession and use shall not be deemed an acceptance of any work
not completed in accordance with the Contract Documents. If such
prior use of completed portions increases the cost of, or delays
the work, the Contractor shall be entitled to such extra
compensation or extension of time, or both, as the Contracting
Authority may determine.
As soon as the work has been substantially and satisfactorily
completed, the City of Fayetteville Parks Department will make a
final estimate stating that the work provided for under this
Contract has been completed and is accepted by him under the terms
and conditions thereof, with qualifications, if any, as stated. If
certain parts of the work are not completed or if certain
corrections must be made in the work even though the work is
substantially completed, the Contracting Authority is authorized to
determine the amount which in his opinion is required for
completion and/or correction of the work, and such amount may be
withheld from the final payment to the Contractor, pending the
completion and correction as required.
The balance found to be due the Contractor shall be paid by
the Contracting authority within forty (40) days after the date of
the final estimate. Prior to filing for final estimates, the
Contractor shall file with the Contracting Authority a receipt in
full from each manufacturer, subcontractor, dealer and supplier for
all equipment and material used on the work and a complete release
of all liens which may have arisen from this Contract. In lieu
thereof, the Contractor shall file statements showing balance due
or claimed on all accounts and the Contracting Authority shall have
the right, if it so elects, to withhold sufficient money to pay
such balances until receipts in full or satisfactory evidence of
final determination are filed with the Contracting Authority who
may then make the final estimate.
The making and acceptance of the final payment shall
constitute a waiver of all claims by the Contracting Authority,
other than those arising from incomplete or uncorrected work,
unsettled liens, or from faulty workmanship or materials, and of
all claims by the Contractor, except those previously made and
still unsettled.
If the work has been partially, but substantially completed to
the extent that all adjustments in the Contract sum may be made,
the Contracting Authority may, if material delay in completion is
anticipated or if otherwise deemed in the interest of the work,
make the final estimate, retaining, in addition to other
requirements which may be specified under payments, an amount
representing the cost of unfinished work. Such payment shall be
under the terms and conditions governing final payment.
Neither the making of the final estimate, or final payment,
shall relieve the Contractor of his responsibility for faulty
materials or workmanship, and he shall remedy any defects and pay
for any damage resulting therefrom which shall appear within a
period of one (1) year from the date of substantial completion.
The owner shall give notice of observed defects with reasonable
promptness.
The Contractor shall bear full responsibility for safety
during the execution of this Contract.
This contract executed this day of ,
1991, between the City of Fayetteville, Arkansas, hereinafter
called the City, and ,
hereinafter called the contractor, and having an address
at - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -
and telephone number
In consideration of the mutual covenants contained herein, the
parties agree as follows:
1. The Contractor at his own cost and expense shall furnish all
labor, materials, supplies, machinery, equipment, tools,
supervision, bonds, insurance, tax permits, and all other
accessories and services necessary to complete the Gulley Park
improvements in accordance with plans and specifications
attached hereto and made a part hereof, as stated in
CONTRACTOR'S PROPOSAL, and in accordance with plans and
specifications attached hereto and made a part hereof under
Bid #91-44, all included herein as if spelled out word for
word.
2. The City shall pay the Contractor the total lump sum of
upon completion of all work called for in the plans and
specifications. Said consideration shall be payable to the
Contractor upon job completion and acceptance by the City.
3. The Contract documents which comprise the contract between the
City and the Contractor consist of this Contract and the
following documents attached hereto, and made a part hereof:
A. Bid form identified as Invitation to Bid 91-44 with the
specifications and conditions typed thereon.
B. The Contractor's proposal.
C. The Notice to Prospective Bidders.
D. Plans for said improvements.
4. These Contract documents constitute the entire agreement
between the City and the Contractor and may be modified only
by a duly executed written instrument signed by the City and
the Contractor.
,
5. Contractor shall not assign his duties under the terms of this
agreement.
6. Contractor agrees to hold the City harmless and indemnify the
City, against any and all claims for property damage, personal
injury or death, arising from Contractor's performance of this
contract.
7. The Contractor shall furnish a certificate of insurance
addressed to the Owner, showing that he carries the following
insurance which shall be maintained throughout the term of the
Contract.
Bodily Injury Liability
Property Damage Liability
Contractura
The insurance
underground coverage.
required herein shall
Statutory Amount
$500,000 for each person
injured.
$1,000,000 for each
accident.
$250,000 for each
accident.
$500,000 aggregate
1 Liability $1,000,000 for bodily
injury limits and property
damage limits
shall include explosion, collapse and
The premiums for all insurance and the bond
be paid by the Contractor.
8. Contractor agrees to furnish a Performance Bond, approved by
the city, guaranteeing the performance of this contract, for
not less than one hundred percent of the amount of this
contract. Said performance bond shall be conditioned on full
and complete performance of this contract and acceptance by
the CITY of Fayetteville for the payment of all labor and
materials entering into or incident to the proposed
improvements and shall guarantee the work against faulty
workmanship or materials for a period of one (1) year after
completion. The Contractor agrees to furnish proof of
licensure as required under the terms of Act 150 of the 1965
Acts of the Arkansas Legislature.
9. The actual notice to proceed will be in writing and will be
issued by the City of Fayetteville Parks Division.
10. Contractor agrees to begin work within ten (10) days after
issuance by the City of a "Work Ojder" or "Notice to Proceed"
and to complete the work within 30 calendar days thereafter.
11. All work called for herein shall be coordinated directly with
Mr. Dale Clark, Parks and Recreation Director.
WITNESS OUR HANDS THIS DAY OF
1991.
CITY OF FAYETTEVILLE,
FAYETTEVILLE, ARKANSAS
BY
CITY MANAGER
ATTEST: CITY CLERK
' T;t• /al 'a cu)
JERRY ROSE, CITY ATTORNEY
NAME AND TITLE
BUSINESS ADDRESS
SECTION 101
SCOPE OF WORK
General Scope of the Gulley Park Phase II (revised) project.
A. The contractor shall provide all labor, materials, plant,
services, temporary construction, facilities and incidentals
necessary to execute the phase II improvements of Gulley Park. The
three specific work and contract sections of this phase shall be:
1. Additional asphalt jogging trail. (Contract section I
Construction of approximately 3000 linear feet of 6 feet wide, 1
1/2 inch thick asphalt jogging trail.
This asphalt trail shall be constructed upon 4 inches of compacted
SB-2; upon 9 inches (final dimension) of compacted "hillside" fill
material; upon compacted subgrade.
The general layout of the asphalt trail shall be staked by the
Fayetteville Parks Department and verified by the contractor prior
to construction.
The appropriate cover for trail construction over the two - 12 feet
by 24 inch reinforced concrete culverts, as well as the ramping and
construction to match the existing trail/bridge connections, are
incidental to the asphalt trail unit price.
2. Volleyball court and protective berm. (Contract Section II)
Construction of a 50 feet by 80 feet sand volleyball court and
protective berm.
The protective berm shall be 4 feet +/- in height and field
adjusted to match the specific site as selected by the Fayetteville
Parks Department. All side and end slopes shall be 1V to 3H with
the top of the berm 6 feet as shown on sheet two. A shallow swale,
approximately 4 feet by 6 inches, shall be constructed as indicated
on sheet 2 to provide positive drainage.
The lump sum price for the volleyball court includes excavation,
grading, compaction, filter fabric, french drain system, 12
inches+/- of clean sand, 6x6 timbers with #4 rebar/stakes and all
other items required to complete the volleyball court as shown on
sheet two. (The only items not included are the volleyball net,
poles, pole footings and turfing.)
3. Handrails for the 2 existing bridges. (Contract Section III)
Two bridges, one approximately 48 feet and the other approximately
50 feet in length have been previously constructed by volunteer
labor. The scope of contract section III shall be to provide an
arched and horizontal rail system as shown on sheet two. This work
includes the assembly/construction and finish of 6x6 posts, 2x6 and
2x4 rails and field fabrication of a double 2x6 arched top railing.
The contract price shall be based upon lump sum per bridge.
B. Contract sections.
Contract sections I (trail), II (volleyball court and berm) and
III (bridge rails) are individually separate, complete and self
supporting. Contnctora may bid vfr-'any •vr-all of the three
contract�aQtions. Contract award will be based upon the low bid
oreach contract section, funds availability and priority as
established by the City of Fayetteville Parks Department. The low
bidder of each contract section may be awarded that specific
contract section. Award shall not be based upon the total sum of
all three contract sections.
C. General Guidance.
The basis for the Gulley Park Phase II revised project includes
work previous completed, both documents (plans and specifications)
and work within Gulley Park. The term contractor shall include
the individuals performing the work, whether City crews, licensed
contractors, volunteers or others, and all work must comply with
the provisions of the plans and specifications.
Due to the previously completed work, there may be discrepancies
between the contract documents and the field conditions and
possible discrepancies within the specifications. It is the
contractor's responsibility to carefully examine all information
shown or indicated within the contract documents and to visit
Gulley Park prior to submission of bids. The Bidder shall give
written notice, prior to the date of bid opening, of any conflicts,
errors or discrepancies that are discovered so that an addendum may
be prepared.
SECTION 102
MATERIAL AND EQUIPMENT
PART 1 GENERAL
1.01 REQUIREMENTS INCLUDED
A. Material and equipment incorporated into the work:
1. Provide ancillary items required to insure that
material and equipment will be complete, properly installed,
and will serve the intended purpose.
2. Meet the requirements of the manufacturers
instructions.
3. Meet the requirements of applicable
specifications, and standards.
4. Comply with size, make, type, and quantity
specified, or as specifically approved by Landscape
Architect in writing.
5. Manufactured and fabricated products:
a. Design, fabricate, and assemble in accord
with the best engineering and shop practice.
b. Two or more products of the same kind
shall be identical, by the same manufacturer.
c. Products shall be suitable for service
conditions.
6. Do not use material or equipment for any
purpose other than that for which it is designed.
SECTION 201
SITE GRADING
PART 1 GENERAL
1.01 WORK INCLUDED
A. Preparation of subgrade under paved areas.
Be Stripping of topsoil under paved areas.
C. Excavating, grading and shaping other areas of the
site as required to install the play equipment, volleyball
court, Picnic Tables, fit core and other facilities and to
insure positive drainage.
1.02 RELATED WORK
A. Section 101 - Summary of Work
B. Section 202 - Asphaltic Concrete Paving
C. Section 301 - Concrete Work
1.03 QUALITY ASSURANCE
A. Testing Agency
1. Soil compaction tests to be performed by an
independent testing laboratory acceptable to the owner.
2. Soil compaction tests are to be performed at
locations required by the city representative.
1.04 REFERENCE
A. American
Society
for
Testing Materials
(ASTM):
1. ASTM
D 2487-69,
classification
of
soils
for
engineering purposes.
2. ASTM D 424-59, Method of test for plastic limit
and plasticity limit of soils.
3. ASTM D 698, Moisture density relationships of
soils using 5.5 lb. rammer and 12 inch drop.
4. ASTM D 2922-71, Methods of determining the
density of soil and soil aggregate by nuclear methods
(shallow depth).
1.05 SITE CONDITIONS
A. Establish proper surface drainage during and
following clearing and site grading by proper ditching or
sloping.
B. Protect trees, shrubs, turf and other features
which are to remain intact.
C. Protect bench marks, existing structures, fences,
roads, sidewalks, paving and curbs against damage from
equipment and vehicular traffic.
D. Protect aerial, surface, or underground utility
lines or apurtances which are to remain.
E. Repair any and all damage which should occur to any
of these site features as a result of the contractor's work.
PART 2 PRODUCTS
2.01 BORROW MATERIAL
A. Borrow material for the asphalt trail shall be "hillside"'
subgrade material from a site proposed by the contractor and!
\_ accepted by the City.
B. Other - free from roots, building debris, and
rocks larger than three inches in greatest dimension.
3.01 EXECUTION
3.01 PREPARATION AND LAYOUT
A. Establish and identify required lines, levels,
contours and datum.
B. Contact City representative for the detailed layout
of the trails.
C. Maintain bench marks, monuments, and other
reference points. Reestablish if disturbed or lost, at no
cost to the owner.
D. Before starting grading establish the extent and
location of utilities in the area.
E. Plan site grading work so that positive drainage is
maintained at all times.
•' Z 3.02 STRIPPING
A. stri,p surface layer of topsoil and organic material
under all areas to be paved or serve as the location for
park structures.
B. Stockpile �Ymaterial which is clean and usable as
tppsee,;„1_ Qii sh _et • l oca t i n+. A i rnct dA tb.
representative, and remove unsuitable soils, excess organic
material, rocks over three inches in any dimension, or other
foreign material from the site to a suitable dumping
facility.
3.03 EXCAVATING AND GRADING
A. Excavate and grade site to required levels ready
for strucEu`re excavation, final subgrade preparation, and
final grading for drainage.
I. , .
B. Compact the top__inches of existing subgrade t' Q5%
standard proctor.
9
C. Compact the "hillside" fill under the asphalt jogging
trail to Qfl%rtn.aaprioetor at optimum moisture.
D. Grade all cut of fill slopes to a neat smooth condition
with no loose materials or scars left on the surface.
E. Topsoil for the volleyball court protective berm shall be
placed in a 4 to 6 inch lift and left uncompacted.
SECTION 202
ASPHALTIC CONCRETE PAVING
PART 1 - GENERAL
1.01 WORK INCLUDED
A. Prepare subgrade to receive base course.
B. Prepare compacted base course.
C. PvJMA jasa course and install asphaltic concrete
hot mix surface course.
1.02 RELATED WORK
A.
Section
101
- Summary of Work.
B.
Section
201
- Site Grading.
1.03 REFERENCE STANDARDS
A. Arkansas Highway and Transportation Dept. (AHTD):
1. Standard Specification for Highway Construction
B. American Society for Testing Materials (ASTM):
1. ASTM D1557-70, Tests for Moisture - Density
relationship of soils using a 10 lb rammer and an 18" drop.
2. ASTM D2922-78, Methods for determining the
density of soils and aggregate in place by nuclear methods
(shallow depth).
3. ASTM 3515-76, Specifications for hot mixed, hot
laid, bituminous paving mixtures.
4. ASTM D1074-76, Test for compressive strength of
bituminous mixtures.
PART 2 PRODUCTS
2.01 BASE COURSE MATERIALS
A. Cni.shgd qne: S$.l, meeting the requirements of
sub -section 306.02 of the AHTD Standard Specifications, or
approved equal.
2.02 PRIME COAT MATERIALS
A. Prime Coat: Medium curing liquid asphalt, MC -30, or
approved equal, meeting the requirements of sub -section
403.03 of the AHTD Standard Specifications.
2.03 ASPHALT PAVEMENT MATERIALS
A. gcJgt: T aszaxtaasgse mjx.. as described in
section 408 of the AHTD Standard Specifications.
B. The surface course shall be composed of a mixture
of mineral aggregate and asphalt cement in the correct
proportions by weight for the type of mixture designated.
PART 3 EXECUTION
3.01 SUBGRADE PREPARATION, GENERAL
A. Ensure that grading of the subgrade to the required
grades and sections is successfully completed.
B. Compact tho.existing subgrade end••the•9 inches (finished
dimension) of "hillside" fill in accordance with section 201 - Site
Grading, paragraph 3_03.
3.02 PLACEMENT OF BASE COURSE
11
A. Place the crushed stone base material over the
prepared subgrade in accordance with the construction
methods described in sub -section 306.03 of the AHTD Standard
Specifications.
B. Add water during compaction to bri
material to optimum moisture content
of moisture exists, rework the base course
optimum moisture content is obtained
C. Compact the base course to OQ rof
density as determined by ASTM D 1557-70.
3.03 PLACING PRIME COAT
ing the base
When an excess
materials until
the maximum dry
A. Apply the bituminous prime coat to the prepared
base course at a rate of Q.3to gallons/sq. yard.
B. Clean the base course surface and place prime coat
in accordance with the requirements of sub -sections 401.03a
and b of the AHTD Standard Specifications.
3.04 PLACING SURFACE COURSE
A. Construction methods: section 410, AHTD Standard
Specifications.
B. Temperature range of mix:
1. When discharged from mixer: 285 to 325 deg. F.
2. When placed on base course: 275 to 325 deg. F.
C. Temperature of air: Do not place ACHM when air
temp. is below 40 deg. F in the shade.
D. Place asphalt pavement to the compacted depth shown
on the drawings for each type of paving.
E. Compact to required density with approved rolling
equipment. Start compaction as soon as pavement will bear
equipment without checking ue displacement.
Required density 92% o ►maximum theoretical
density. If
G. Carry out compaction in three operations in pass
sequence. Ensure that each pass of the roller overlaps
previous passes to ensure a smooth surface free of roller
marks. Keep roller wheels sufficiently moist so as to not
pick up material.
H. Perform hand tamping in areas not accessible to
rolling equipment.
I. Ensure that joints made during paving operations,
and at connections to existing paving are straight, clean,
vertical and free of broken or loose material. Prime
vertical surfaces of joints to ensure a tight bond.
J. Ensure that the surface of the completed asphalt is
true to lines, profiles, and elevations indicated, and that
it is free from depressions exceeding 1/4 inch when measured
with a 10 foot straight edge.
K. Do not allow vehicular traffic on newly paved areas
until surface has cooled to atmospheric temperature.
SECTION 301
VOLLEYBALL COURT AND PROTECTIVE BERM
1. General Scope - Volleyball court and protective berm.
(Contract Section II)
A. Construction of a 50 feet by 80 feet sand volleyball court and
protective berm.
The volleyball court shall be constructed upon the snna.;+ite
selected by the Fayetteville Parks Department. The volleyball
court shall include approximately 12 inches of clean sap�,Upon a
.yxnr_fabrlv, upon compacted subgrade. _ The court shall have a
border consisttng of two - sxs treat6d timbers. The court shall be
protected by a three sided berm as indicated on sheet two.
The protective berm shall be 4 feet +/- in height and field
adjusted by the contractor to match the specific site as selected
by the Fayetteville Parks Department. All side and end slopes
shall be 1V to 3H with the top of the berm 6 feet as shown on sheet
two. A shallow swale, approximately 4 feet by 6 inches, shall be
constructed as indicated on sheet 2 to provide positive drainage.
B. The lump sum price for the volleyball court includes
excavation, grading, compaction, f ,fns, french drain
system, 12 inches+/- of clean s nd, 6x6 timbers with #4
rebar/stakes and all other items required to complete the
volleyball court as shown on sheet two. (The only items not
included are the volleyball net, poles, pole footings and turfing.)
2. Site Work.
A. Excavation, fill and site preparation shall be in accordance
with contract section 201 - Site Grading.
B. Filter Fabric. The filter fabric shall be a nonwoven synthetic
geotextile faiiric meeting the requirements, and installed in
accordance with, the current Standard Specifications for Highway
Construction, Arkansas State Highway and Transportation Department.
C. French Drain System. The perforated pipe, granular fill and
filter fabric shall meet the requirements, and be installed in
accordance with, the current Standard Specifications for Highway
Construction, Arkansas State Highway and Transportation Department.
D. The "clean" sand shall be clean, free from any dirt, rocks or
other debris. The contractor shall provide a sample of the sand
and/or documentation of the source to the Fayetteville Parks
Department. The contractor shall secure written approval from the
Fayetteville Parks Department prior to procurement of the sand.
c
SECTION 401
CARPENTRY
PART 1 GENERAL
1.01 WORK INCLUDED
A. Carpentry work for bridges, fit core, edging,
walls, bridges, etc.
1.03 QUALITY
A. Wood Materials:
1. Southern Pine Inspection Bureau (SPIB)
2. Douglas Fir Plywood Association (DFPA)
3. American Wood Preservers Association (AWPA)
4. American Inst. of Timber Const. (AITC)
1.04 DELIVERY, STORAGE & HANDLING
A. Lumber:
- 1. Pile all lumber off of the ground to insure
proper ventilation and drainage.
2. Cover lumber with an opaque moisture resistant
membrane.
PART 2 PRODUCTS
2.01 LUMBER MATERIALS
A. General Requirements:
1. Graded and grade marked in compliance with
standard grading rules of the association under whose rules
it is produced.
2. Marked with mill identification.
3. Kiln dried to a moisture content of 15% or
less.
4. Unless otherwise specified lumber shall be No.
tsommon southern yellow pine full and square to the
dimensions indicated. All inmber,js to be .40 CCA treated
salaam otherwise specified.
B. Exterior Grade Plywood:
1. Concealed face: DFPA Exterior C -C Grade fir
plywood CCA treated.
2. All plywood: Conform to product standard ps-i
of the U.S. Dept. of Commerce.
C. Pressure Treated Wood: Sized framing lumber and
poles.
1. Preservative: Wolman .40 CCA preservative by
the Koppers Co. or equal.
2. Process: Pressure impregnated in accordance
with AWPA Standard C-2.
2.02 ROUGH HARDWARE
A. Nails spikes and staples: Galvanized for all
locations, size and type to suit application.
B. Bolts for the bridge rail shall be ASTM A307 or A325. All
bolts, nuts, washers, lags, pins, screws and plates shall be
galvanized in accordance with ASTM A 153.
PART 3 EXECUTION
3.01 INSTALLATION, GENERAL
A. Fit work neatly with smooth sharp cuts and uniform
joints. Round all corners by sanding or routing and remove
all splinters.
B. Set all nails and fasteners flush or below flush
with the surface of surrounding lumber.
C. Leave no hammer marks or other disfigurement in
finished surfaces. Torn grain and tool marked exposed
surfaces will not be accepted.
D. Install necessary hardware to provide safe, sturdy
and completely operational facilities.
E. Verify all measurements on the site before making
installations.
F. Workmanship: All workmanship shall be of the best
quality, performed by skilled craftsmen of their trade.
Loose, damaged, or poorly fitted materials shall be removed
and replaced at the contractor's expense.
G. The double 2x6 top rail for the bridge shall be field
fabricated using adhesives and wood screws. All side rails shall
be attached to the posts using #8 x 4 inch wood screws.