Loading...
HomeMy WebLinkAbout74-92 RESOLUTION• b a.. • • • RESOLUTION NO. 74-92 A RESOLUTION AUTHORIZING A CONSTRUCTION CONTRACT IN THE AMOUNT OF $105,657.00 PLUS $5,282,000 FOR CONTINGENCIES WITH JERRY D. SWEETSER, INC., FOR SEWER LINE REPLACEMENTS AS NEEDED ON HALL AVENUE, OLIVE AVENUE, SOUTH COLLEGE AVENUE AND CHURCH STREET. i h BE IT RESOLVED HY THE BOARD OF DIRECTORS OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1, That the Mayor and City Clerk are hereby authorized and directed to execute a construction contract in the amount of $105.657.00 plus $5,282.Oo for contingencies with Jerry D. Sweetser, Inc., for sewer line replacements as needed on Hall Avenue, Olive Avenue, South College Avenue and Church Street. A copy of the contract authorized for execution hereby is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this 5th day of May, 1992. APPROVED: i'-r-ff' � By : ATTEST: By: ,lG X �tiJfll City erk Mayor sr CHANGE ORDER I 1 "aO$78.410 OWNER 0 ENGINEER CONTRACTOR OTHER 0 PROJECT: South College St. Box Cu'vert (Name, Address) Fayetteville, Arkansas TO CONTRACTOR: Jerry D. Sweetser, Inc. (Name, Address) 590 W. Poplar Fayetteville, AR 72703 The Contract is changed as follows: SEE ATTACHES SHEET CHANGE ORDER NO: ONE (1) DATE: July 2, 1993 ENGINEER'S PROJECT NO: CONTRACT DATE: Septerber 23, 1992 CONTRACT FOR: 92088.00 NOT VALID UNTIL SIGNED BY TNF OWNER, ENGINEER AND CONTRACTOR The original (Contract Sum) EEkttia0OlanOtOMBletbamoilltrteml was Net change by previously authorized Change Orders The (Contract Suss) (tn zramtmedxMorthatxraBolie,et) prior to this Change Order was $ The (Contract Sum) OGBIMmtl®itmetxtanamotiocrieditl,7t)C will be (increased) (ZUNEBSUWEWORthWhWIS by this Change Order in the amount of $ The new (Contract Sum) including this Change Order will be $ The Contract Time will he Odexcommixt ltda:ama gedO (unchanged) by The date of Substantial Completion as of the date of the Change Order therefore is $ $ :79,745.00 C.00 129,745.00 4,018.00 133,763.00 0 ) days. NOTE: This summary does not reflect changes in the Contract Sum, Contract Tine or Guaranteed Maximum Price which have been authorized by Construction Change Directive. Crafton, Tull & Assoc., Inc. .len-y D. Sweetser, Inc. The City of Fayetteville ENGINEER P.O. Drawer 549 ADDRESS Rogers, AR 72757-0549 BY sord2v>a, Apr/ DATE ?/6/ r/ CONTRACTOR OWNER 590 W. Poplar :13 West Mountain ADDRESS ADDRESS Fayetteville AR -27 3 Fayettt Slle, AR/ 72701 7- 7- f3 7--A2- 93 CHANGE ORDER N0. 1 SOUTH COLLEGE STREET•BOX CULVERT FAYETTEVILLE,,ARKANSAS July 2, 1993 CTA No. 92088.00 The following items are expenses'incurred in addition to the Contract price and as shown on the Plans: December 8, 1992 Track Hoe - 4 hrs. @ $65 Add Back Hoe - 3.5 hrs. @ $40 Add Foreman - 12 hrs. @ $20 Add Operator - 9.5 hrs. @ $18 Add Truck Driver - 9.5 hrs @ $16 Add Laboror - 12 hrs. @ $14 Add Laboror - 2 hrs. @ $14 Add December 10, 1992 Track Hoe - 3 hrs. @ $65 Add Foreman - 8 hrs. @ $20 Add Operator - 8 hrs. @ $18 Add Laboror - 8 hrs. @ $14 Add Laboror - 8 hrs. @ $14 Add December 25, 1992 Superintendent - 6 hrs. @ $25 Add Operator - 6 hrs. @ $18 Add Laboror - 6 hrs. @ $14 Add Laboror - 6 hrs. @ $14 Add Back Hoe - 6 hrs. @ $40 Add One Fence - Lump Sum Add $ 770.00 $ 260.00 140.00 240.00 171.00 152.00 168.00 28.00 $ 195.00 160.00 144.00 112.00 112.00 $ 150.00 108.00 84.00 84.00 240.00 French Drain - 100 1.f. @ $7 Add $ 700.00. TOTAL ADD THIS CHANGE ORDER $4,018.00 The hourly costs shown are labor and equipment costs required to adjust individual water and sewer service lines and to adjust the main line sewerline south of the bridge between the existing waterlines and sewerlines to fit conditions found upon excavation of the new sewer ditch which were not and could not be anticipated by the Contractor or Engineer based upon available information at the time of bidding. r 1 1 1 1 1 1 1 1 1 1 1 f 1 I 1 1 1 1 s SPECIFICATIONS FOR SEWER REHABILITATION AND RECONSTRUCTION For Hall Ave., Olive Ave., S. College Ave., and Church Street Fayetteville, Arkansas Job 491-190 NORTHWEST ENGINEERS, INC. 524 W. Sycamore Fayetteville, Arkansas March 1992 • • • ADVERTISEMENT FOR BIDS BID NO. 92-12 Notice is hereby given that sealed bids will be received by the City of Fayetteville Purchasing Office until 11:00 A.M. on the 13th day of April , 1992, for furnishing all tools, materials, and labor and performing the necessary work for the sewer rehabilitation and reconstrudtion for portions of Hall Ave., Olive Ave., South College Ave., and Church Street in the city of Fayetteville, Arkansas. The work involved consists of the installation or re- placement of approximately 1800 linear feet of 8" PVC sewer main, 675 linear feet of 4" PVC sewer service lines, the construction of 4 manholes, 950 square yards of street pave- ment repair due to the sewer construction work, and miscella- neous items which are incidental to the construction of the project. All work, material, and construction shall be in accor- dance with the plana and specifications. Said plans and specifications are on file in the office of Northwest Engi- neers, Inc. at 524 west Sycamore Street in Fayetteville, Arkansas. These documents may be obtained from the office of Northwest Engineers upon the payment of $50.00 which will not be refunded. Contractors shall make such inspection and studies of the site of the work as to familiarize themselves thoroughly with all conditions to be encountered. Each bid must be accompanied by a cashiers check or surety bond in the amount of 5% of the whole bid, said bond to be issued by a surety company licensed to do business in the State of Arkansas. Said bond or check shall be retained as liquidated damages in the event the successful bidder fails, neglects, or refuses to enter into a contract for the construction of said work and furnishing the necessary bonds within 10 days from or after the date the award is made. A 1008 performance bond will be required to be posted with the City within 10 days after the date of bid award. Bids must tatned in this not be removed All bids shall be made upon the official proposal sheets con - specification and such proposal sheets shall from the remainder of the contract documents. be sealed and the envelopes addressed to: Purchasing Manager City of Fayetteville 113 West Mountain Street Fayetteville, Arkansas 72701 • I or bids may be delivered to the Purchasing Office located on the Third Floor of the City Administration Building at 113 west Mountain Street, Room 306. All bids shall be clearly 'marked on the outside of the bid envelope that it is a bid for sewer rehabilitation and reconstruction for Hall, Olive, South College, and Church Street. The City of Fayetteville ' reserves the right to reject any and all bids, and to waive any formalities deemed to be in the best interest of the City. Also, the information on the outside of the envelope shall contain the time and date for the opening of bids. The I name of the bidder shall also be shown on the outside of the envelope. Bids will be opened at the above specified time at Room 111. City Administration Building, 113 West Mountain Street. 1 1 1 -Pp,* 31(0(01 Purchas,ng Manager 1 1 1 1 1 1 1 1 1 1 To Northwest Ark. Tures: Please publish on 3-30-92 & 4-6-92 • INFORMATION FOR BIDDERS SEWER REHABILITATION AND RECONSTRUCTION For Iia.] Ave., Olive Ave., S. College Ave., and Church Street Fayetteville, Arkansas March 1992 1. Instructions to Bidders: The City of Fayetteville (hereinafter called the Owner) is requesting dibs for work on the above caption- ed sewer project. 2. Receipt, Opening and Acceptance of Bids: The Owner invites bids on the forms attached here- to. Bids will be received at the office of the City of Fayetteville Purchasing Officer located on the Third Floor of the City Admini$tration Building, at 113 west Mountain Street, Room 3047, until 10:00 A.M. on the day of 4,001AA._ , 1992. All bids will be clearly hark- ed on the outside of the bid envelope that :t is a bid for Sewer Rehabilitation and Reconstruction for Hall Ave., Olive Ave., S. College Ave., and Church Street. Also, the information on the outside of the envelope shall contain the time and date for the opening of bids, and the name of the bidder. Each bid must be accompa- nied by a cashiers check or surety bond in the amount of 5% of the whole bid. Said bond or check shall be placed in an envelope and attached to the outside of the bid envelope. The Owner may reject any and all bids. Any bid submitted by a Contractor and not accepted by the Owner within a period of 60 days of submission of the bid may, at the option of the contractor, be withdrawn from consideration for the proposed work. This bid is subject to the availability of funds. 3. Estimated Quantities: The Engineer's estimate of quantities is approxi- mate only and shall be used for the basis for receiving unit price bids, and shall not be considered as the actual quantities that may be required for the comple- tion of the proposed work. The quantities, at the unit and lump sum prices bid for each item shall be used to determine the amount of bid for comparison with other bidders to aid in determining the lowest and best bidder for the purpose of awarding the contract, and will be used as a basis for fixing the amount of the required bond. 4. Completion of Bidding Forms: The bidders must state a unit price for each item as shown on the proposal schedule. The price must be stated in figures and in words on the blanks provided for on the schedule and must be clear, legible, and in ink. Unit prices shall include amounts sufficient for the furnishing of all labor, materials, too's, and equipment in order to construct and completely finish all of the work as called for in the Specifications and as shown on the Plans. The proposal schedule has been separated into four different sections, (1 through 4), for clarity. This project is composed of one contract only which includes Sections 1, 2, 3 and 4 as a single project. 5. Balanced Bids: The prices bid on the various items of work shall bear a fair relationship to the cost of the work to be done. Any bids appearing unbalanced and deemed not to be in the best interest of the Owner may he rejected at the discretion of the Owner. 6 qualifications of Bidders: =f requested by the Owner or Engineer, the bidders must submit satisfactory evidence of his ability and competency to perform the proposed work. The Owner re- serves the right to reject a bid if the bidder has not submitted upon request, a statement of his qualifica- tions prior to the date of the bid opening. 7. Subcontractor: The Contractor must obtain written approval from the Cwner before assigning or subletting all or any part of this contract. The Contractor shall not allow an approved subcontractor to commence work until he has provided and obtained approval of such compensation and public liability insurance as may be required. The approval of each subcontract by the Owner will not release the Contractor from any of his obligations set out in the plans, specifications, contract, and bonds. 8. Contract Time: The number of working days for completion of the work under this Contract (for Sections 1 through 4) shall be 60 working days. r • CONTRACT STATE OF ARKANSAS COUNTY OF WASHINGTON THIS AGREEMENT made and entered into on this s - day of , 1992, by and between the City of Fayette- ville, Ark nsas, hereinafter called the OWNER, and J.D. Sweetser, nc., hereinafter called the CONTRACTOR. WITNESSETH: That Whereas, the OWNER has called for bids for sewer rehabilitation and reconstruction in a certain area of Fayetteville, Arkansas as set out in these Plans and Spec- fications and, WHEREAS, the CONTRACTOR has submitted the best bid for the work set out in these Plans and Specifications, NOW, THEREFORE, the CONTRACTOR agrees with the OWNER to furnish all materials, labor, equipment, tools, supervision, insurance, and other accessories and services necessary to complete the work in accordance with the Plans and Specifi- cations for the unit and lump sum prices bid in the Proposal, said Proposal, Plans and Specifications which are attached hereto and made a part of this Contract. The CONTRACTOR agrees to commence work on or before a date to be specified in a written "Notice to Proceed" from the OWNER and to fully complete the project within 60 working days thereafter. The CONTRACTOR also agrees to pay as liqui- dated damages the sum of S100.00 for each consecutive calen- dar day thereafter that is required to complete the project, plus attorney's fees and an amount to be set by the court, court costs, and all other costs of collection if said liqui- dated damages are not paid to the OWNER within 10 days of de- mand for payment by certified mail, return receipt requested. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the Contract in accordance with the accepted Proposal therefore, subject to additions and deductions, as provided in the Standard and Detailed Specifications, and to make payment on account there as provided below: As soon as is practicable after the first of each calendar month, the OWNER will make partial payments to the CONTRACTOR for work performed during the preceding calendar month, based upon the Engineer's estimate of work completed, said estimate being certified by the CONTRACTOR and accepted by the OWNER. Upon completion of work and final acceptance by the OWNER and Engineer, the Engineer shall issue a Final Estimate of work done based upon the original Contract and subsequent changes made and agreed upon, if any. Time is hereby expressly declared to be of the essence on this Contract, and the time of beginning, manner of progress and time of completion of the work hereunder, shall be, and are essential conditions hereof. If the CONTRACTOR be delayed at any time in the progress of the work by any act or neglect of the OWNER or of his employees, or by any other Contractor employed by the OWNER, or by changes ordered in the work, or by strikes, lockouts, fire, unusual delay in transportation, unavoidable casualties or any causes beyond the CONTRACTOR'S control, or by delay authorized by the Engineer pending arbitration, or by any cause which the Engineer shall decide to justify the delay, then the time of completion shall be extended for such reasonable time as the Engineer may decide. Similarly, should the CONTRACTOR he unable to complete the work due to persistent inclement weather or because of delays in delivery of necessary construction components, allowances shall be made in the completion time. No such extension shall be made for delay occurring more than seven days before claim therefore is made in writing to the Engineer. In the case of a continuing cause of delay, only one claim is necessary. In the event the CONTRACTOR abandons the work hereunder or fails, neglects or refuses to continue the work after ten (10) days written notice, given CONTRACTOR by OWNER or by the Engineer, then the OWNER shall have the option of declaring this Contract at an end, in which event, the OWNER shall not be liable to the CONTRACTOR for any work theretofore performed hereunder, said OWNER may complete the said Contract at his own expense, and maintain an action against the CONTRACTOR for the actual cost of same. The waiving of any one or more of the covenants of this Contract on the part of any party thereto shall be limited to that particular instance, and shall not be deemed a waiver of any other breaches or covenants at any time. In the event any part of this Contract is found to be unenforceable for any reason, all other parts of this Contract shall remain in full force and effect. This Contract shall be binding upon the heirs, representatives, successors, or assigns of the parties hereto. 1 1 1 1 IN WITNESS WHEREOF, the OWNER and CONTRACTOR have hereto set their hands and seals, respectively. 14,1)%)I W TNESS 1 1 AnOr agtOm64‘Y WITNESS 1 By: Title: By: Title: 1 1 1 1 1 1 1 1 1 1 )57,05 rsa7— City of Fayetteville OWNFiR fir `� Zf ar :J PRCPOSAL FOR SEWER REHABILITATTCN AND RECONSTRUCTION For Hal: Ave., Clive Ave., S. College Ave., and Church Street Fayetteville, Arkansas March 1992 TO: Purchasing Officer City of Fayetteville 113 West Mountain Fayetteville, AR 72701 The undersigned, states that he has carefully examined the plans, profiles, and specifications on file in the office of Northwest Engi- neers, Inc., Fayetteville, Arkansas, relative to the proposed construction, as set out in the title of this Proposal; that he is familiar with the same and understands each and all; has examined the location and site; that all bids are made w ith the full knowledge of the difficulties and conditions that may be encountered, work to be done, equipment and mate- ✓ ials required, and with the full knowledge of the plans, profiles, specifications, and estimates; that this Proposal is made without collusion on the part of any person, firm or corporation. He further states that he will enter into a contract to construct said improvements in accordance with the specifications, and have same completed within the con- tract time as stated on the "Information for Bidders" sheet from the date of the execution of the contract for the unit and lump sum prices set out below. Bidder hereby agrees to commence work under this con- tract on or before a date to be specified in written "Notice to "Proceed" of the Owner and to fully complete the project within 60 working days thereafter as stipulated in the speci- fications. Bidder further agrees to pay as liquidated dam- ages, the sum of $100.00 for each consecutive working day thereafter as hereinafter provided :n Paragraph 19 of the General Conditions. * Bidder acknowledges receipt of the following addendum: * Insert Addendum number(sl or the work "None" as applicable. By: Contractor Bidder agrees to perform all the construction work described in the Specifications and shown on the Plans for the following unit and lump sum prices: ITEM NO. ITEM SECTION 1: HALL AVENUE 1 8" PVC Sewer Main Twenty -Two Dollars/LF (WORDS) 2 4" PVC Service Line Twelve Dollars/LF (WORDS) 3 8" x 4" Service Wyes Fifty Dollars/EA (WORDS) 4 Connect to Exist. Manholes Two Hundred Dollars/EA (WORDS) 5 SB -2 Base Backfill Twelve Dollars/CY (WORDS) 6 Rock Excavation Cne Hundred Dollars/CY (WORDS) 7 Street Pavement Repair Twenty -Eight Dollars/SY (WORDS) EST. UNIT EXTENDED QUANT. PRICE 1,250 LF $ 22.00/LF $27,500.00 250 LF $ 12.00/LF $ 3,000.00 16 EA $ 50.00/EA $ 800.00 5 EA $ 200.00/EA $ 1,000.00 850 CY $ 12.00/CY $10,200.00 10 CY $ 100.00/CY $ 1,000.00 710 SY $ 28.00/SY $19,880.00 SUBTOTAL (SECTION 1): $63,380.00 Sixty -Three Thousand Three Hundred Eighty Dollars (WORDS) SECTION 2: OLIVE AVENUE ITEM !TEM EST. UNIT EXTENDED NO. QUANT. PRICE 1 8" PVC Sewer Main355 LF $ 23.40/LF $ 8,307.00 Twenty -Three Dollars and Forty Cents/LF (WORDS) 2 4" PVC Service Line 60 LF $ 12.00/LF $ 720.00 Twelve Dollars/LF (WORDS) 3 Std. Manholes (4'-8') 1 EA $1000.00/EA $ 1,000.00 One Thousand Dollars/EA (WORDS) 4 Shallow Manhole 2 EA $ 900.00/EA $ 1,800.00 Nine Hundred Dollars/EA (WORDS) 5 Connect to Exist. Manhole 1 EA $ 200.00/EA $ 200.00 Two Hundred Dollars/EA (WORDS) 6 Install 4" Cleanouts 2 EA $ 50.00/F.A $ 100.00 Fifty Dollars/EA (WORDS) 7 Concrete Encasement 50 LF $ 10.00/LF $ 500.00 Ten Dollars/LF (WORDS) 8 SB -2 Base Backfill 50 CY S 12.00/CY $ 600.00 Twelve Dollars/CY (WORDS) 9 Rock Excavation 35 CY $ 100.00/CY $ 3,500.00 One Hundred Dollars/CY (WORDS) ITEM NO. 10 ITEM Street Pavement Repair Twenty -Eight Dollars/SY (WORDS) EST. QUANT. UNIT PRICE EXTENDED 40 SY $ 28.00/SY $ 1,120.00 SUBTOTAL (SECTION 21: $17,847.00 Seventeen Thousand Eight Hundred Forty -Seven Dollars (WORDS) 1 1 SECTION 3: SOUTH COLLEGE AVENUE I ITEM ITEM EST.UNIT EXTENDED NO. QUANT. PRICE ' 1 8" PVC Sewer Main 220 LF $ 22.00/LF S 4,840.00 Twenty -Two Dollars/LF I(WORDS) 2 4" PVC Service Line 115 LF $ 12.00/LF S 1,380.00 I Twelve Dollars/LF (WORDS) I3 Std. Manholes (4'-8') 1 EA $1000.00/EA $ 1,000.00 One Thousand Dollars/EA (WORDS) I 4 Connect to Exist. Manhole 1 EA $ 200.00/EA S 200.00 Two Hundred Dollars/EA (WORDS) I5 8" x 4" Service Wyes 5 EA S 50.00/EA S 250.00 Fifty_Dollars/EA (WORDS)1 '- E SR -2 Rase Backfill 200 CY $ 12.00/CY $ 2,400.00 1 Twelve Dollars/CY (WORDS) 7 Rock Excavation 10 CY $ 100.00/CY $1,000.00 ' One Hundred Dollars/CY (WORDS) 1 8 Sidewalk Repair 125 SF S 2.00/SF $ 250.00 ' Two Dollars/SF (WORDS) 9 Gravel Driveway Repair 1 EA S 200.00/EA S 200.00 ITwo hundred Dollars/EA (WORDS) ITEM NO. ITEM EST. QUANT. UNIT PRICE EXTENDED 10 Concrete Driveway Repair 15 SY $ 30.00/SY $ 450.00 Thirty Dollars/SY (WORDS) 11 Street Pavement Repair 180 SY $ 28.00/SY $ 5,040.00 Twenty -Eight Dollars/SY (WORDS) Seventeen Thousand and Ten Dollars SUBTOTAL (SECTION 31: $17,010.00 (WORDS) ITEM NO. ITEM SECTION 4: CHURCH STREET EST. QUANT. UNIT PRICE EXTENDED 1 6" X 4" Service Taps 3 EA $ 500.00/EA $ I,500.00 Five Hundred Dollars/EA (WORDS) 2 4" PVC Service Line 250 LF $ 15.00/LF $3,750.00 Fifteen Dollars/LF (WORDS) 3 4" Cleanouts Fifty Dollars/EA (WORDS) 4 SB -2 Base Backfill Twelve Dollars/CY (WORDS) 5 EA $ 50.00/EA $ 250.00 30 CY $ 12.00/CY $ 360.00 5 Rock Excavation 5 CY $ 100.00/CY $ 500.00 One Hundred Dollars/CY (WORDS) 6 Sidewalk Repair 60 SF $ 2.00/SF $ 120.00 Two Dollars/SF (WORDS) 7 Gravel Driveway Repair 2 EA $ 200.00/EA $ 400.00 Two Hundred Dollars/EA (WORDS) 8 Street Pavement Repair 45 SY $ 12.00/SY $ 540.00 Twelve Dollars/SY (WORDS) SUBTOTAL (SECTION 4): $__7,420.00 Seven Thousand Four Hundred Twenty Dollars (WORDS) • SUBTOTALS: SECTION 1 (HALL AVENUE) SECTION 2 (OLIVE AVENUE) SECTION 3 (S. COLLEGE) SECTION 4 (CHURCH STREET) TOTAL (SUCTIONS 1-4) s 63,380 s /1,8`17 $ 11,010 $ 7t4a0— s 105, &s7`-' C►VG IWr464sk C,06-- t'&ou9 *JA 8 )M kvtiidwd (WORDS) Respectf lly Subm t By: ( TLE) Arkansas License No. 7/ 08 7 • Abstrote (SEAL - if bid is by a corporation) SEoesal /Dollars �.... q _ ...i ��.p, . _ 8 v m v •%). >+ .. _._ M _ 1.414. 1 ._ lei 'i UNITED STATES FIDELI ` .a ny UARANTY COMPANY (A Stock Company) ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND We...JcrrY. ?. Swee.tSCr r..Tnc... .. .. ... .. .. . .. .. ... ...... ... ... .. ... ... . ................. .. as Pr ncipa'. hereinafter caller Principal, and UNITED STA -ES FIDE_ -Y AND GUARANTY COMPANY, a coroporation organizer and existing under the aws o' tie Slate of Marylanc and author zed to do ousrress in tie State cI Arkansas as Suroy hereinafter ca led Surety. are he d and firmly bound unto .. City cf-ayetevil... e as Obligee hereinafter called Owner. n :he amount of .one hundred „f Avg,tnousand.six ,hundred a..nd fifty-seven and 00/100. Dollars ($ 105,657.OJ . ), fcr the payment whereof Principal and Surely b nd themseves. their hers, personal representatives. successors and assigns, )o ntly and severally. firm y by these presents. Principal has by written agreement dated .... entered into a contract with Owner for furnishing all materials and labor for sewer rehab:litat:on and re- construction, Hall Avenue, Olive Avenue, South College Avenue and Church Street, Fayetteville, Arkansas, in accordance with plans and specifications by North- west Engineers which contract is by reference made a part hereof. and s hereinafter re`erred to as the Contract THE CONDITION OF THIS OBLIGATION is such that .1 the Principal sha I'atttully person the Cortract cn his pari and snail sully indcmn ty and save harmless :he Owner from a I cost and damage witch ne -nay surfer by reason o' lailure so :o do and shall fully reimburse and repay the Owner all outlay and expense which the Owner may incur it mak ng good any such celau'I. and. further. that is the Pr ncipa sha I pay all persors all indebtedness for labor or materia s'urnished or performed under said Contract. fa I ng which such persors shal have a direct right of action against the Pr ncipa and Surety. )oirtIy and several y. under th s obligation. sub,ec: to the Owner's priority, then this obligation shal be null arc void; otherwise i: shall remain in full force and effect. No su 1. action or proceeding sha I be brought or this bord outside the Slate of Arkarsas No suit. action or proceeding shall be brought on this bond except by the Owner. unless 1 s brought in accordance with A.C.A. Section 22-9-403 (b) and A C.A. Section ' 8-44-503 (b) (Supp. 1987) as amenced. No suit. aclior or proceeding shall be brought by the Owner after twc years from the date on wh cn firal payment under the Contract sails due. Any ateratiors which may be made in the terms of :he Contract or in the work to be done under t, or the giving by tie Owner of any extension of time for tie performance of the Cortract or any other forberance on the par of either the Owner or the Pr ncipa to the other shal not r ary way release the Principal and the Surety or Sureties, or either or any of them. their heirs, persona representatives, successors or assigns from their I ability hereunder. not ce tc the Surety or Suet es of any such alteration. exters on or forbearance being hereby waiver. . A , 11 1:.. In no even: shall the aggregate liabr ity of the Suety exceed the sum set out hereir. Executed on this .. ..) 3th ... cay o'... MAY Rs:7 4 • CcnI-ad 158 (A-Mansas1 (11-89) Principal i'resident UNITED STATES FIDELITY AND QUARANTY COMPANY ✓. ▪ (( Surety Hobert M. Bay' a Attorney-in-fact . i • COPY OF RESOLUTION Thal W Meas, h ie aeeemarr fa the e!eetoa: transaction of bovinely chat this Company appoint "penis and simmers Mill power and autbonty to act fur it and in its zone M States other thea Mary:enc. and in the Territories of the United Stains and in :he Prar..nces and termories of Canada: T/oere%re. be It Resolves, that ibis Company do. and is hereby does, authorize and empower it. President or ether of its Vice. Presidents in conjunction with its Secretary � see of its Aims:ant Secretanes. under its corporate aesL to appoint any person or persona as attorney or attoeneys-m4fact, or agent or agents of said Compsay. a' it. none and a its act. to execute mud deliver any and all contracts guaranteeing the fidelity of persons holding positions of public or private trust. guaranteeing the performances of cantrams other than insurance policies and ezewtmg or guamteeing bands and undertakings, required or permitted in all orations er preiaedinga, or by ]aw allowed, and Alas, in its name and al its Mersey or attorneys -in -fact. cr agent or agents tr untrue and minute the condinoo. o! any and at bonds. recognizance', ob:igatioas. repulsions. unaenakiag• or anything in the nusrr of either of the same. which ars or may by law, manicipal or otherwise, or by any Statute or the United Stun or of any State or Territory of the United Stater or of :rue PRnvincn er territories of Canada, or by the rules. regulatima order. customs. practice or discretion of any board. body. orpaisation. rare or of.cer. IoaL municipal or otherwise. he allowed, nquind a permitted to be executed. made. taken. given. tendered. accepted hied or rerordee for the .seamy er protection of. by or for any person or persons. corporation. boa), offer, inierer_ municipality or other neoeiuian or organization whatsoever, in any and all capacities whatsoever. conditioned for the acing or nes doing of anything or any conditions whirl, may be prcvidec for in any Inch bond. recognisance, obligation. stipulation, or undertaking. or anything in the nature of either of the rami. Janes M. Carroll , an Amrsant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY. do hereby certify that the foregoing is a hill. true and correct copy of the original power of attorney given by said Company to ROSIEt M. Davis o+, Fayetteville, Ar sas, authorising and empowering him to sign bonds as therein se: forth. which power of attorney has never been revoked and is still m fill force and effect. And I do further certify that said Power of Attorney was green in pursuance of a resolution adopted st a regmier meeting of for Board of Directory of said Company, duly aced and held u the office of the Company it the Gey of &htmore. on the 25th day of November. 1981. at which meeting a guarani of the Board of Threw. was present and that the foregoing is a trt* and correct copy of said respaction. and the whole thereof as recorded in the mina es cf raid meeting in Testimony Whereof. I base hereunto se my hand dna the sea: of the CN:':ED STATES FIDELr n AND GUARANTY COMPA.11 on April 26, 1992. (Date) Assistant Secretary. ! at Ll t to Ona lS1 I1V31.11 06 Ionian') alt Jo'AJaalpadiai'Arntwao5 la111lat% pur 11fp1n licoHA n copra af!1 Aq coat?/; .aura .1,091 peals 19th 1141 pot 'umluodroa pm Jo uulaaa!Q ;o p1ro9 aqi }o otpau .q pass oil iram 1! 1t41 '1lea1 atuodaoa qunle ran Aaorolly ;o Jawad p!n of pasW1 Jra1 aql 191 tuan.1fd.1aa p!n }o ;tar cel maul gala Aagi 1191 Awuouv Jo is..o,J Itnflwsj a91 pfiaaasa ga!ia pm a! Paqua.ip uoltuodao' aql 'ANV•dP OO A.L'cYBF 19 QLV A111301.3 S31VIS 03111:1 P11• 041 ;o Arr1a1a05 71n11wy a11 PP!' -13!A aqi Alau1aadAu wax 1.3901011 •l SETS IXQ pun •%j' a 9TnAtwtDS •a•r•M p!n agl'Aagl trgt pin. -Ulna 1 .!np yJualn aw Aq Imaq o4A -palonnb3. Arruo•sad un J mooA Ju yiO4 y1!w'Aurdma j Mr. 10 Alliw3a5 Menai); . name 11 SV1& CQ Pan M, va}O] A1kV}IY(1:1 QtiY A11131111 S31VIS c3Zlhk.'1 ail 10 luap!ratdaxA •�, 1G�'1r61>Al1D$ .Q.L.. aura Arllaoraad am wain/' Le61 0 'Y' W Arp 7•SLE 1!91 a0 61 '0 Y 'Harm Ara mug fan .Duds. avinpuwaa AJC •AatuJaS Tatin •7uaplraadwt,J "H ?1 OL&pa au JOthAhatiE a�•ralt! (Poul1S) Air IPDoItS; A\Ydi%00 A.LA'VHY'10 13\V A111301.4 S31YIS (33.12C1 :n J 'OI:Y1AHYH 40 31V1S 'A.LD 31101ILL1Y8 11Y3S) Le 610'Y' 331141/301213 Ju Alp WIE r!q1 •Anivax oniony put loapiraad.w!A an 1. u+ntrul!r aql Aq Inman irtp 'rS" aM aim, it: ars Meal aq 01 loawrJlaoi r!ql para" " ASVd1COJ A1.C111Vzu UKv 1111309.3 531V15 03.LIS:1 a!h ail 1.1141/M "JM r! •muagad atagl;o x.:as. Sc a.!xwd all u! op A!-n.w I naw Vial l •1i lipgo2I PM all Ja.algn1.1 Pale 1T' 1WJy1203 pot %g:lla Agaaay 1-10l3u!0 1° Pace n! 'ra gSafryl 'AKVdNOO A1\VHV:10 OAY A1113(113 S11V.LF 031TA1 0!11 f/1 put 1AaluonW Jo »A°d •!p ;o urd 1 John pm Dfsaoal orwaq 11 quoin }u (don oayilaaa ■ 'AICV'dpiOO AIKV11VO9 0\V 11113013 S31Y1S 0311101 P!1* all 30 saapaalQ 30 pJt09 211110 ua.7nIo/aa D91 u! quOJ lar d0i11 pun rin };r pail 1.111 Dao}cad pule op Aiauluadnat of pal Ypuoq 1!T pun Aut atpapioo11ar pun 1n' 'anuna co pot 1/4,1 Aiwas n awn '1! alta oil :UA o; '1alodmd Iumsor of aqi Jai 1u ainS' ants 2111 Xi; pm a! Aatsolir Fyn: pur Dual n' arnanarai Jo AID ail 10 SFARl •k 3-tagte 1i!0.3.3? pan ainllnan, nalaq raop tue•Are1V lc anic all u! .aamnRB Jo Ali? all n oast° rtdpmad 1:1 Itis/ put 'panAarli ;a ainS nil 10 •011 aql aallva 1‘‘ 0141110 Pur paaiaat.10 00IWJO4JO, 1 '.IJ:YdsVU.7.) AIS V'NV10 (INF Alf13Uld S31Y1S 031110 1191 : yauud nap a4 rax' IP story LTLOOT •oH flMUOda1l11 30 E13MOd 1YUU3N3O Adan aa1nniaa 1 MM.. CERTIFICATE OF INSURANCE PRODUCER 1 1 Eason a Co., Inc. P.O. Bos 4217 Fayetteville, AB 72702 INSURED Jerry D. SNeetser, loc. I590 N. Poplar Fayetteville, AB 72703 'COVERAGES THIS IS TO CEPTIF`I THAT THE POLICIES OF INSJPANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMLD ABOVE FOR THE POLICY PE ROOD NDICATED, NOTWITHSTANDING ANY REOLIRFMFNT. TERM OR CONDITION OF ANY CONTRACT OR 0 -HER DOCUME41 W TH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO AL.. THE 1ERMS, EXCLUSIONS MID CONDI-IONS CF SUCH P01 ICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS ISSUE DATE ;Mw7DIYYl 5/13/92 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANY A 1 ETTFR COMPANY s LEI IEN COMPANY C LEI 1ER COMPANY D LEITER COMPANY E LET'ER COMPANIES AFFORDING COVERAGE USF&G IO LTR 1 1 1 1 1 1 1 TYPE OF INSURANCE GENERAL LIABILITY x COMMERCIAL GENERAL LIABILITY CLAIMS MADE x OCCUR OWNER S a CONTRACTOR'S PROT POLICY RUNNER 1CP30001039201 AUTOMOBILE LIABILITY X ANY AUTO 1CP30001039201 ALL OWNED AUTOS SCHEDULED AUTOS x HIRED AUTOS x NCA -OWNED AUTOS GARAGE L ABILITY EXCESS UABIUTY x UMBRELLA FORM OTHER THAN UMBRELLA FORM WORKER'S COMPENSATION AND EMPLOYERS LIABILITY OTHER POLICY EFFECTIVE POLICY EXPIRATION DATE DAWDOIYY) DATE (MMIDOIYY) 10/30/91 10/30/92 10/30/91 1CP30001039201 10/30/91 3902052917 10/30/91 /ESCRIPTION OF OPERATIQNNLOCATIOMSIVEICLESISPECIAL ITEMS 1 CERTIFICATE HOLDER 1 City of Fayetteville 1.13 N. Maintain St. Fayetteville, AR 72701 1 LORD 21•S (710) CANCELLATION 10/30/92 10/30/92 10/30/92 UNITS GENERAL AGGREGATE PNODuC'SCOMP'OP A313 PERSONAL ADV INJURY EACH OCCURRENCE FIRE DAMAGE ;Any ane An; S S S S S MED EXPENSE (A-ry ono Person' S COMBINED 9 NGLE LIMIT BODILY INJURY (Pee Penn) BODILY INJURY (Pr =Wvq S S S PROPERTY DAMAGE S EACH OCCURRENCE MIGREGAIE STATUTORY L MITS EACH ACCIDENT DISEASE—POLICY LIM DISEASE -EACH EMPLOYEE 2.000,000 1,000,000 1,000,000 50,000 5,000 1,000,000 B 2,000,000 S 2,000,000 A 100,000 $ 500,000 B 100,000 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE ISSUING COMPANY Wll. ENDEAVOR TO MA•L _ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEI 1 BUT FAIT URF TO MAIL SUCH NOTICE SHALL IMPOSE NO O8L CATION OR 1 IABI. ITV OF ANY KIND UPON THE COMPANY. ITS AGENTS OR REPRESENTATIVES AUTHORIZED REPRESENTATIVE Bob Davie cACORD CORPORATION Ino 1 1 1 1 1 1 1 1 1 1 1, 1 1 1 1 1 1 1 1 GENERAL CCNDITIONS 1. Contract and Contract Documents The project to be constructed pursuant to this Contract and is subject to all applicable City, State and Federal laws and regulations. The Plans, Specifications and Addenda for this project shall form part of this Contract and the provisions thereof shall be as binding upon the parties hereto as if they were herein fully set forth. The table of contents, titles, headings, running headlines and marginal notes contained herein and in said Documents are solely to facilitate reference to various provisions of the Contract Documents and in no way affect, limit or cast light on the interpretation of the provisions to which they refer. Contents a. Contract and Contract Documents 2. Definitions 3. Additional Instructions and Detail Drawings 4. Scope and Intent of Specifications and Plans 5. Materials, Services, and Facilities 6. Contractor's Title to Materials 7. inspection and Testing of Materials 8. "Or Equal" Clause 9. Patents 10. Surveys, Permits and Regulations 11. Contractor's Obligations 12. Weather Conditions 13. Protection of Work and Property --Emergency 14. Inspection 15. Reports, Records and Data 16. Superintendence by Contractor 17. Changes in Work 18. Extras 19. Time for Completion and Liquidated Damages 20. Correction of Work 21. Subsurface Conditions Found Different 22. Claims for Extra Cost 23. Right of Owner to Terminate Contract 24. Construction Schedule and Periodic Estimates 25. Payments to Contractor 26. Acceptance of Project and Final Payment 27. Payments by Contractor 28. Insurance 29. Contract Security 30. Additional or Substitute Bond 31. Assignments 32. Mutual Responsibility of Contractors 33. Separate Contracts 34. Subcontracting 35. Engineer's Authority 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 36. Use of Premises and Removal of Debris 37. Quantities of Estimate 38. Lands and Riyhts-of-Way 39. General Guaranty 40. Ccnflictiny Conditions 4:. Notice and Service Thereof 42. Required Provisions Deemed Inserted 43. Other Prohibited Interests 44. Suspension of Work 45. Fiyured Di:"ensions 46. Diverting and Blocking Traffic 47. Danyer Signals and Safety Devices 48. Privileges of Contractor in Streets 49. waterways 50. Location of Facilities 5:. Work Done Without Lines or Grades 52. Preservation of Monuments and Stakes 53. Sanitary Conveniences 54. Sunday, Holiday and Night Work 2. Definitions The following terms as used :n this Contract are respectively defined as follows: (a) "Owner": City of Fayetteville, also referred to as City." Ib) "Contractor": A person, firm or corporation with whom the Contract is made by the Owner. (c) "Subcontractor": A person, firm or corporation supplying labor and materials or only labor for work at the site of the project for, and under separate Contract or agreement with the Contractor. (d) "Work on (at) the Project": Work to be performed at the location of the project, includiny the transportation of materials and supplies to or from the location of the project by employees of the Contractor and any Subcontractor. (e) "Engineers": Enyineers spall mean the firm of Northwest Enyineers, Inc., who have been employed by the Owner for this work, or their duly authorized agents, such ayents acting severally witnin the scope of the particular duties entrusted to them, whose decisions shall, in all cases, be subject to final approval by the Engineers. In all matters pertaining to the status or amount of the Contract, orders issued by the Engineers and signed by the representative of the Owner shall be valid. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 3. Additional Instructions and Detail Drawings The Contractor will be furnished additional instructions and detail drawings as necessary to carry out the work included ir. the Contract. The additional drawings and instructions thus supplied to the Contractor will coordinate with the Contract Documents and will be so prepared that they can be reasonably interpreted as part thereof. The Contractor shall carry out the work ir. accordance with the additional detail drawings and instructions. The Contractor and the Engineer will prepare jointly (a) a . schedule, fixing the dates at which special detail drawings will be required, such drawings, if any, to be furnished by the Engineer in accordance with said schedule, and (b) a schedule fixing the respective dates for the submission of shop drawings, the beginning of manufacture, testing and installation of materials, supplies and equipment, and the completion of the various parts of the work; each such schedule to be subject to change from time to time in accordance with the progress of the work. 4. Scope and Intent of Specifications and Plans The Specifications and Plans are intended to supplement but not necessarily duplicate each other, and together constitute a complete set cf Specifications and Plans; so that any work exhibited in one and not the other, shat: be executed just as it had been set forth in both, in order that the work shall be completed according to the complete design or designs as decided and determined by the Engineers. Should anything be omitted from the Specifications and Plans which is necessary to a clear understanding of the work, or should it appear various instructions are in conflict, then the Contractor shall secure written instructions from the Engineers before proceeding with construction affected by such omissions or discrepancies. It is understood and agreed that the work shall be performed and completed according to the true spirit, meaning and intent of the Contract, Specifications and Plans. 5. Materials, Services, and Facilities (a) It is understood that except as otherwise specifically stated in the Contract Documents, the Contractor shall provide and pay for all materials, labor, tools, equipment, water, light, power, transportation, superintendence, temporary construction of every nature, and all other services and facilities of every nature whatsoever necessary to execute, complete, and deliver the work within the specified time. (b) Any work necessary to be performed after regular working hours, on Sundays or Legal Holidays, shall be performed without additional expense to the Owner. 1 1 1 1 1 1 11 1 1 1 1 1 1 1 1 1 1 1 6. Contractor's Title to Materials No materials or supplies for the work shall be purchased by the Contractor cr by any Subcontractor subject to any chattel mortgage or under a conditional sale contract or other agreement by which an interest is retained by the seller. The Contractor warrants that he has good title to all materials and supplies used by him in the work, free from all liens, claims or encumbrances. 7. Inspection and Testing of Materials (a) All materials and equipment used in the construction of the project shall be subject to adequate inspecticn and testing in accordance with accepted standards. The laboratory or inspection agency shall be approved by the Owner. (b) Materials of construction, particularly those upon which the strength and durability of the structure may depend, shall be subject to inspection and testing to establish conformance with Specifications and suitability for uses intended. 8. "Or Equal" Clause 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 Engineer, or equal substance and function. It shall not be purchased or installed by the Contractor without the Engineer's written approval. 9. Patents (a) The Contractor shall hold and save the Owner and its offices, agents, servants, and employees harmless from liability of any nature or kind, including cost and expenses for, or on account of, any patented or unpatented invention, process, article, or appliance manufactured or used in the performance of the Contract, including its use by the Owner, unless otherwise specifically stipulated in the Contract Documents. (b) License or Royalty Fees: License and/or Royalty Fees for the use of a process which is authorized by the Owner of the project must be reasonable, and paid to the holder of the patent, or his authorized licensee, direct by the Owner and not by or through the Contractor. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (c) If the Contractor uses any design, device or materials covered by letters, patent or copyright, he shall provide for such use by suitable agreement witn the Owner of such patented or copyrighted design, device or material. It is mutually agreed and understood, that, without exception, the Contract prices shall include all royalties or costs arising from the use of such design, device or materials, in any way involved in the work. The Contractor and/or his Sureties shall indemnify and save harmless the Owner of the project from any and all claims for infringement by reason of the use of such patented or copyrighted design, device or materials or any trademark or copyright in connection with work agreed to be performed under this Contract, and shall indemnify the Owner for any cost, expense or damage which it may be obliged to pay by reason of such infringement at any time during the prosecution of the work or after completion of the work. 10. Surveys, Permits, and Regulations Unless otherwise expressly provided for in the Specifications, the Owner will furnish to the Contractor all surveys necessary fcr the execution of the work. The Contractor shall procure and pay all permits, licenses and approvals necessary for the execution of his Contract. The Contractor shall comply with all laws, ordinances, rules, orders, and regulations relating to performance of the work, the protection of adjacent property, and the maintenance of passageways, guard fences or other protective facilities. 11. Contractor's Obligations The Contractor shall and will, in good workmanlike :manner, do and perform all work and furnish all supplies and materials, machinery, equipment, facilities and means, except as herein otherwise expressly specified necessary or proper to perform and complete all the work required by this Contract, within the time herein specified, in accordance with the provisions of this Contract and said Specifications and in accordance with the Plans and drawings covered by this Contract, any and all supplemental Plans and drawings, and in accordance with the directions of the Engineer as given from time to time during the progress of the work. The Contractor shall observe, comply with, and be subject to all terms, conditions, requirements, and limitations of the Contract and Specifications, and shall do, carry on, and complete the entire wcrk to the satisfaction of the Engineer and the Owner. 11 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 12. Weather Conditions In the event of temporary suspension of work, or during inclement weather, or whenever the Engineer shall direct, the Contractor will, and will cause his Subcontractors to protect carefully his and their work and materials against damage or injury from the weather. If, in the opinion of the Engineer, any work or materials shall have been damaged or injured by reason of failure on the part of the Contractor or any of his Subcontractors sc to protect his work, such :materials shall be removed and replaced at the expense of the Contractor. 13. Protection of Work and Property --Emergency The Contractor shall at all times safely guard the Owner's property from injury or loss in connection with this Contract. He shall at all tines safely guard and protect his own work, and that of adjacent property from damage. The Contractor shall replace or make good any such damage, less or injury unless such be caused directly by errors contained in the Contract or by the Owner, or his duly authorized representatives. In case of an emergency which threatens loss or injury of property, and/or safety of life, the Contractor will be allowed to act, without previous instructions from the Engineer, in a diligent manner. He shall notify the Engineer immediately thereafter. Any claim for compensation by the Contractor due to such extra work shall be promptly submitted to the Engineer for approval. Where the Contractor has not taken action but has notified the Engineer of an emergency threatening injury to persons or damage to the work of any adjoining property, he shall act as instructed or authorized by the Engineer. The amount of reimbursement claimed by the Contractor on account of any emergency action shall be determined in the manner provided in Paragraph 17 of the General Conditions. 14. Inspection This project shall at all times be subject to inspections by representatives of the City, the Owner, and/or the Engineer. Unless otherwise directed by the Engineer, all work of a permanent nature which cannot be inspected after completion shall be done in the presence of ar. inspector. NO CONCRETE SHALL BE PLACED UNLESS AN INSPECTOR IS PRESENT. NC SEWER LINE SHALL BE BACKFILLED UNTIL AN INSPECTION HAS BEEN MADE BY THE ENGINEER. The Contractor shall notify the Engineer at least 24 hours in advance before concrete is to be poured. It shall be the duty of the Contractor to notify the Engineer in advance of the beginning of work after delays, shutdowns, change of work progress or change of location. The failure or neglect on the part of the Engineer or the inspector to inspect, condemn or reject inferior materials or work shall not be construed to imply an acceptance of the same should inferiority become evident at any time prior to the final acceptance of the work by the Owner, or within the time limit of one year as set out in the Detail Specifications. The Engineer does not guarantee the performance of the Contract by the Contractor, nor shall his inspection be construed as supervision of actual construction, nor make him responsible for providing a safe place for the performance of the work by the Contractor, or the Contractor's employees, or those of the suppliers, his Subcontractors, nor for access, visits, use, work, travel or occupance by any person, as these responsibilities are covered under the provisions of this Contract, the Contractcr's insurance and Performance Bond, and are not the responsibility of the Engineer. Where the provisions of safety, in any of its categories, are not being observed, and this condition comes to the attention of the Engineer or his representative, the Engineer may require standard safety procedure to be initiated, but the requirement of these procedures does not constitute a guarantee by the Engineer as to their adequacy or the safety of the public. Where plants, buildings, or mass movement of earth is being undertaken, the Engineer will set such control lines and basic elevations as are required for the Contractor to make such unit or plant layouts as are required. When work is undertaken which requires a constant or generally intermittent checking of lines and elevations, the Contractor shall maintain such equipment and personnel as are essential to the actual prosecution of the work. In these instances, the final grades, alignment and dimensions are subject to the checking of the Engineer. 15. Reports, Records, and Data The Contractor shall submit to the Owner such schedule of quantities and costs, progress schedules, payrolls, reports, estimates, records and other data as the Owner may request concerning work performed or to be performed under this Contract. 16. Superintendence by Contractor At the site of the work the Contractor shall employ a construction superintendent or foreman who shall have full authority to act for the Contractor. It is understood that such representative shall be acceptable to the Engineer and shall be one who can be continued in that capacity for the particular job involved unless he ceases to be on the Contractor's payroll.