Loading...
HomeMy WebLinkAbout108-95 RESOLUTIONRESOLUTION NO. 108-95 A RESOLUTION AUTHORIZING A CONTRACT IN THE AMOUNT OF $40,482. PLUS A CONTINGENCY AMOUNT OF $2,000. WITH JERRY D. SWEETSER, INC. FOR THE WILSON PARK ASPHALT TRAIL AND APPROVAL OF A BUDGET ADJUSTMENT IN THE AMOUNT OF $12,682. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section I. That the Council hereby authorizes a contract in the amount of $40,482, plus a contingency amount of $2,000, with Jerry D. Sweetser, Inc. for the Wilson Park Asphalt Trail, and authorizes the Mayor and City Clerk to execute same. A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof. Section 2. The Council also approves a budget adjustment in the amount of $12,682 mcreasmg Parks Improvement, Acct. No. 4470 9470 5806 00, Project No. 95018 by decreasing Parks Improvements, Acct. No. 4470 9470 5806 00, Project No. 94026. A copy of the budget adjustment is attached hereto and made a partof. PASSED AND APPROVED this 15th day of August , 1995. APPROVED: By: /u /17,P,1-141•-- Fted Hanna, Mayor t City of Fayetteville, Arkansas ' Budget Adjustment Form Budget Year Department: Sales Tax Capital Improvement 1995 Division: Program: Project or Item Requested: Request funding be added to the Wilson Park Asphalt Trail Project. The additional funding is requested due to increases in materials cost, terrain slopes and the bid environment. Justification of this Increase: The additional funds requested to complete the Wilson Park Trail are due primarily to increased materials cost, increased difficulty due to terrain and the bid environment. Date Requested August 15, 1995 Adjustment # Project or Item Deleted: Reallocation of Sports Park Project funding is requested. Justification of this Decrease. Decrease in scope of project for Sports Park Project allows for the reduction in project funding. Account Name Amount Parks Improvements 12,682 Account Name Parks Improvements Amount Increase Account Number ProeJ ct Number 4470 9470 5806 00 95018 Decrease 12,682 Account Number 4470 Project Number 9470 .5806 00 94026 Approval Signatures Ma or Cfl2CCs r ,r 1//. L[ Z -"'h Siji �`,�Z•32v' � Budget Office Use Only Type: A BCD Date of Approval Posted to General Ledger Entered in Category Log F Budget Office Copy • • • 1 1 Office of the City Fngineer City Administration Building 113 W Mountain Street Fayetteville, Arkansas 7270] Plans and Specifications for Wilson Park Asphalt Trail (95) June 1995 Ras. /oB -YS • f t • • • 1 City of Fayetteville Advertisement for Bid # 95-46 Notice is hereby given that the City of Fayetteville, hereinafter called the owner, will receive sealed bids at the Purchasing Office, City Administration Building room 306, 113 W. Mountain St., Fayetteville, Arkansas 72701, until 9:CC a.m., local time, on the 16th day of June, 1995, for the furnishing of all tools, equipment, labor, and materials, and performing the necessary work to be done to complete the project known as: Wilson Park - Asphalt Trail. The scope of this project is construction of approximately 1940 linear feet of asphalt trail that is 6 feet wide per specifications. The location of the work is set out in the plans and specifications on file at the cffice of the city Engineer, Fayetteville, Arkansas. Said plans can be inspected or obtained without any fees, but must be returned by unsuccessful bidders. Each bid must be accompanied by a surety bend in the amount equal to five percent (5%) cf the whole bid, said bond to be issued by a surety company licensed to do business in the State of Arkansas, said bond to be retained as liquidated damages in case successful bidder fails, neglects or refuses to enter into the contract for the construction of said works, and furnish the necessary bonds within ten (10) days from and after the date the award is made. The owner reserves the right to reject any or all bids, and tc waive any informalities deemed to be in its best interest. The attention of all bidders is called to the fact that if this contract exceeds $20,000 they must be licensed under the terms of Act 150 of the 1965 Acts of the Arkansas Legislature, as amended. k xo Peggy ,61.),11/4“) c - Purchasing Manager Note to NWA Times: Please publish two times June 2, 1995 & June9ilir, 1995 1 ar.d tin - for t.1C '3'.71 .. 6r'rm111. sc:or.; an.' 11 -a . . car:a:.. .... ._ cent-- lot - CI 1 • • 1:; • admin: -1 1:at; ___ .. ev'n• , ex_ ,r : Cr a:: aC_ 1:. 4 r, 35 r. :6. ...:A 1... .....: ex2..2.1 ••• .3'. ,� ..:.. E, 1) .x::.. ....a 11 .. :: 71 Ce • ...... .1•:..... • y'r 22:3 ....a;: ..G way • x:1.'_.1 r•'i Tt • • `V—\L-9S Frsr,o: ; cr JS (3. J• Sip-Q_Ascr -lin --PthiNale.scts • .'rt:ansa'. a Pi • a. the la' of of tre State c` tnc..:., :-t con"; 7Si:r:'; a. lydi'Jl ;,;ii* tr•adir: aC _ - .v 1I'L C._iY LI FACTE;:. of U son?ark — Asphalt Trail +{ -.. Y. of 7 -F'-iii iratip..S 'itii:.'i r. . C".....: -o ...-d'.1:F S':e cr the '-c ..1. r.. :te: .i :ar ern: a i the C:' -''--- i., 5 Jrreur"::' .i '„`:e Lo'-::. inc.: Jci ny` the a'.a ila o: - ..ai : .r, ..:.. , berrty :r:',:cses to firlisnall labor, ' e a l aro 'fly L- r. C3„ '1 i. 5..��' i "P'•Jire. ,is', -Z, ar ' to l::]CS.r„_L -. pro,;e�t la ac...,, rce '.J-„'1 she �.on:r3:.." ....• . ari at t r t... , �_ - '.e fir'-ces S at?;, i]e�., 14. `hese or c;.s are to ocvcr all eY'_, inc.:rri•.] -n perior'mirg the w'orii re J1"ed `..- t'.. Contract. ��,.,4c c of rrr.i r :his prc:.;sal is d part. 9.4.d.'er Fere., antes to ccro.e.^,ce work under this conte ct on a date tc be Steel ied in a written uhi- • r" _ et t" ,-eCr, and to fully c .. , e:e the project within .—;n _ corsec.:'.i,;e calendar days. r.. "sr-, _ . er in, co—Hiance to c i • '1'. i -.. 4-.7'7 :o.. b: s '-I the Sttote r,,,. the con: B-'•ler acknowle..es rece-o.. * F 11 o;,t an: iicab'e b aok .. a,.aC„aa: 1 Bid Schedule for Wilson Park Asphalt Trail Item Description (1) 1940 L F Asphalt 'Frail 1 1/2" thick and 6' wide on 8" of hi::sidc fill materials, and 4' ofSB-2 anaxrig words **Unit Price (2) 80 C.Y hillside fill materials on as needed $ basis words Extended -t%WAti eikk k% 0usizej -Cour huInas tel {-watt J° words $ G'1oO.0-3 Nin.e hundred <5rxk wofs (3) L.S. ditch crossing with 12' of 30" CMP $,319Ira •C 3 5 ,3100.E with bituminous coatine (4) 10 each Standard Proctor density test TOTAL thrzchotdredsix-1-1 .1-hreekunst' eLb;�t� words words 5'7S,OO $ SO .0 5QV4ft}�- i t✓a ScJe/r[ ended 42r-1-1- wc ids words $4DJLIaa,DL) ior't�l �Du�tnd (huru�re� gh ei\w� I words *R•Cr,it r •iLes to ben s a oust .h.t,.r it words w=ll go... .. ;.crds and fig.:res. jrg case cf c:iscre;:acct' The ',sit prices srd l ln:.i 1'.4 al] let L", rater'als, L:• ir:, shcr-ru, overhaa::, .^.rofit, in:. ;..,i', etc., to cover the finished wot Ci the Se:eraA lords ca- ivi for. P.icder ur rrstar s that th2 Owner reserves tie right to r ec art' cr ali Jids and to waive ar; inforralit'es in the bidding. ire Bidder agrees that this bid s4a'1 be coo" asd rarct ne .NA-itcra- ,r a period of sixty (eD) cale':•'d, a,_ `ter the scnc.iuled cicsirg ti.,e for receiving bids. UDC"' rec,mipt or written notice thAl arceptarr-n o '.:s t1C b is r r wi eAecute the focal contract attached within tan (1.g) days and deliver the SJretV Bond or .ager:' as re:direct by ;gra:oraph 8 c` t eneral Ccr�i Tre bic security attached in urzr is to beccre tne property or the :%„^.f:� it i.^.e eve, the contract a',o i:old are not executed wito n tre ..iTi_ a:,_.e srt forth, as '. gi iaa:,ed da"'' es for the °Cad and additi;,',:, expense to the Nner ca Js•':l the'^ey. fids Ne___f Jl'•y cJhr.A.itted: SEAL - it bid is Jt' a corporation .44 d \1i 4 4444 4444 ;i_.. 124- _.. 1:114.hu. i , -3 1: 1 a as sun CC .r3, 1 44 3 may l 3Vr.... a:'.; a::;- ... _:. • re 3I:.., .. . 41.,11..3 4444, or _r. 4::: :]:•::1-. xnr:; a...... ., aa Aa Aa a.aa .. .. < ... =cc.: `.x _ .J. . 1..1.. iOrr., 1] 3 cul t.: 3.:a.: roni :3e`.-..._.. . : i1 , trr i>< • 1 . 'Lr• n .. _ 'v'..1•ii ..r]• .. 3. . _.. adC.. a. a of a::- i:eLC:: ..ar% viI=:T 2-1.v A'D4E . • t CI r..�m P .1Q i4 y X .. 4a _.._.® - 1. y . 6 _-.. 6... f d L N1TED STATES EIDEEI We L.ARANTY COMPANY (A Stcck Company) ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND Jerry D. Sweetser, Inc as Pr nape!. nereinafter called principal. and UNITED STA–ES FIDEL TY AND GUARANTY COMPANY, a coroporatio-i o'ganizec and existing under the aws o` the State of Marylanc and author zed to do ausiness in the State of Arkansas. as Sure: hereinafter ca led Surety. re he d and firms( bound unto.... City of Fayetteville, Fayetteville, An ansas as Obligee, hereinafter called Owner r :ne arcunt of..,F?urty Thousand Four Hundred Eighty Two Dollars and 00/103 Dollars ($49,1:3.2...99 f. for Ile oaymerl whereof Principal and Surety b pd lhemse ves. their heirs, persoral represerlatives, successors and assigns. )o ntly and severally. firm y by these presents. Principal has by writer agreement dated ... ... . . .. ... ......... entered into a contract with Owner for furnishing all labor and materials for Wilson Park Asphalt Trai' 'cr the City of Fayetteville, Fayetteville, Arkansas . wh ch contract is by reference rade a pal hereof. and 's hereinafter reserved to as :he Cortract THE CONDITION OF THIS OBLIGATION is such that 1 the Principal sha faithfully perform the Cortract on his part and shall fully indemnify and save narrless tie Owner from a'I cost and damage wh on ne may suffer by reasor o` failure sc :o do and shall luny reimburse and repay the Owner all outlay and expense which the Owner may noun in mak•rg good any such dctau 1. and. lurlhe•. that i' the Pr•rc pal shall pay a I persors all indebtedness for labor or materia:s furnished or performed order said Contract. fa I rg which such persons snail have a direct right e' actior against the Pr rc pa and Surety. ,cintly and several y. under th s obligation, sub,ect to the Owrer's priority, tier this obligalior sial' be nu I anc void: otherwise is sha I remain rn fu I force and effect No suit, action or proceed ng shall be brought on this boric outside the State of Arkansas. No suit action or proceeding shall pe breugh: on this nerd except by the Owner. unless t :s brought in accordance with A.C.A. Section 22-9-403 ft)) and A.0 A. Sectior 18-44-503 (b; ;Supp 1987) as amended. No suit, action or proceeding shah be brought by :he Owner atter two years from the date on which final payment under the Contract falls due. Any alterations which may be made in the terms of the Cortract or in the work to be done under it, or the giving by the Owner of any extension of time for the performance o' the Cortract. or any other fo•berance on the part of either the Owner or the Pr ncipa to the other sial no: ir any way release the Principal and the Surety cr Sureties. or either or any of them their heirs. persona representatives successors or assigrs from their liability hereuncer. not ce to the Surety or Suret es of any Such alteration, extension or forbearance being hereby wa ved In no event steal; the aggregate iability of :he Surety exceed the sum set out herein Executed on this ... ..st .... day of. August 1995 Terry Swee '` President' er Inc. ski UNITED STATES FIDELITY AND GUARANTY' COMPANY • ,'J-• Surety Rohert M. Davis Attorney-in-fact 2 P— a Con:rae 158 (Arkansas) (11-89) Pricl 1 • UNITED STATES FIDELITY AND GUARANTY COMPANY POWER OF ATTORNEY NO. 106636 1130764 %USF W KNOW ALL MEN BY THESE PRESENTS: That UNITED STATES F DELIIY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the State of Maryland and having its principal office at die City of Baltimore. in the State of Maryland, does hereby constitute and appoint A.P. Eason, Jr. and Robert M. Davis oftbe Cdy of Fayetteville salad' Arkansas its true and lawful Attoruey(s)-in-Fad, each is their separate capacity if more than one is named above. to sign its name as surety to, and to execute, seal and acknowledge any and ail bonds, undedaldngs, contracts and other written instruments io the nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons: guaranteeing the performance of contracts; and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY bac caused this instrument to be sealed with its corporate seal, duly attested by the signatures of its Senior Vice President and Assistant Secretary. this 22nd day of January . A.D. 1993 . STATE OF MARYLAND) BALTIMORE CITY ) UNITED STATES FIDELITY AND GUARANTY COMPANY (Sigma) By (Signed) By SS: Senior Vice President Assistant Secretary oothi322td dayof Jan;:ary ,A.111993 .beforemepersonaflyoame Robert J. Lamendola Senior Vice President of the UNITED STATES FIDELITY AND GUARANTY COMPANY and Paul D. Sims. Assistant Secretary of said Company, with both of whom I am personally acquainted. who being by me severally duly sworn, said, that they. the said Robert .T . Lamendola and Paul D. Sims were respectively the Senior Vice President and the Assistant Secretary of the said UNITED STATES FIDE IFY AND GUARANTY COMPANY. the corporation described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corpomtioa; that the seal affixed to said Power of Attorney was such corporate seal, that it was so affixed by order of the Board of Directors of said corporation. and that they signed their names (hereto by like order as Senior Vice President and Assistant Secretary, respectively, of the Company My Commission expires the 11th day in .:March A.D. 1995 Oj° +g,ma^, b L (Signed) ... .. !`!F--'.... (..i'.Plif-t L. NOTARY PUBLIC This Power of Attorney is granted under and by authority of the following Resolutions adopted by the Board of Directors of the L'NITED STATES FIDELITY AND GUARANTY COMPANY on September 24, 1992: RESOLVED, Wan in connection with the fidelity and surety insurance business of the Company, alt bonds, undertakings, contracts and other instruments relating to said business may be signed, executed. and acknowledged by persons or entities appointed as Attorney(s)-in-Fact pursuant to a Power of Attorney issued .o accordance with these resolutions. Said Power(s) of Attorney for and en behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman. or the President. or an Executive Vice President, or a Senior Via President ora Vice President or an Assistant Via President jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature co suck officers may ace engraved, primed or :nbogmpned. —sue signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any P we of Attorney or to any certificate relating thereto appointing Attomey(s)-m-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory m the nature thereof and, unless subsequently revoked and subject to any limitations set forth the rem. any such Power of Attorney or certificate beanng such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certifiedby such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undedalong to which it is validly attached. RESOLVED, that Attorney(s)-in-Fact sha:l have the power and authority, unless subsequently revoked and, in any case subject to the terms and limitations of the Power of Attorney issued to them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and other writings obhgatory in the nature thereof and any such instrument executed by such Attomey(s)-m-Fad shall be as binding upon the Ccrrnany as if signed by an Executive Officer and sealed and attested to by Ibe Secretary of the Company. 1. Paul D. Sims . an Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY. do hereby certify that the foregoing is a hue excerpt from the Resolution of the said Company as adopted by its Board of Directors on September 24, 1992 and That this Resolution is in full force and effect. L the undersigned Assistant Secretary of the UNTIED STATES FIDELITY AND GUARANTY COMPANY do hereby certify that the foregoing Power of Attorney is in full force and effect and has not been revoked. In Testimony Whereof, i have hereunto set my hand and the seal of TIED STATES FIDELITY AND GUARANTY COMPANY on this day of , 19 ^ p .dPvAbn. Lam FS 3 (10-92) Assistant Secretary SEP -12-9E TUE 13:26 • CERTIFICATE QF INSURANCE: PRODUCER Eason a Company. Inc. 100 West Center, Suite 201 Fayetteville, AR- PHONR501-521-2233 • I Derr Sweetser, Inc. • 59Y0 W. Poplar 7270 Leville AR INSURED • • • • P.02 CSR SE 08/31/95 IBIS cERTIp1CAIR I8 ISSUPD AS A NATTER 0R INPOREATICN ONLY AND CONFERS NO RIGHTS UPON THP CERTIFICATE HOLDER THIS CUPTIFICATB DOES NOT ARANO. EXTEND OR ALTER TNR COVBRAOE ARRORUWD By TRE POLI=ILS BELOW. COMPANIES AFFORDING COVERAGE COMPANY Lirmr A Bituminous Insurance Co. OOPPANY LBI:ER B C01:PA"N LEITER C COMPANY :.B?CR D CGMRAMY LETTERE rl TMI9 IS TD CERTIFY THAT POLICIES CP INSINANCE LIRTRD SEWN HAYS BEEN ISSUED TO THE INSURED NUM ABOVE PORTER POLICY PPR1OD INDICATED. tIOVITTROTANDING ANT RPQUIR!MSNT. TERM OR CONDITICN OP ANY CONIRACI OR OTHER DOCUMENT WITH RESPECT TO WHICH TEIE CERTIFICATE MAY BR 'SSUBD OR NAY PERTAIN Th6 INSURANCE APPOPTED BY THE POLICIES DESCRIABD RESEW Ib SUBJECT TO ALL TERMS RSCL'JSIONS AND CONDI:TORP OF SUCH POLICIBA LIMITS SHORN MAY NAVE BEEN RBUUCSD BY PAID cLLIMD TIp6 iP INSJRMICE Pol]1'I NURSER 1 (GENERAL LIABILITY , A X CONMBRCIAL GEN LIABILITY I 1 [ 1 CLAIMS MADE ,XC OCC I 1 ALX nen AUTC I: : ALL ONNEu AVmo++ 1' 1 OCNEDULRD AUTOS 11 1 MIRED AUTOS I1 : NDN -OWNED AUTOS 1 GARAGE LIm:LITT II f oMNERe•s B coerrRAe.^oR e PROTECTIVE CLP2131174 mAUTOMOBILE LIAR POLITY RPP I POLICY EXP :.WITS DAT% i BAIR I I I ICBNIRAL AC92RGATB I 63 000.000 II 10/30/94 110/30/95 IPPCD-cCNPIOP AOG I I I I 1 CAP1813240 • 1 :EXCESS LIABILITY AItXUMBRELLA PORN . t : OTHER MAN UMBRELLA PORM I I C0'P1850409 WORKERS: COMP WC122292 AND EMPLOYERS' LIAR 'OTHER , A, OCP COVERAGE 1 , BINDER DESCRIPTION CP OPERA 1, C9KTIpICATE ROLLER CNSILOcAl10Na:VEY/cLES•EPSCIAL ITSMa The City of Fayetteville, Arkansas 113West Mountain F3ayetteville AR ACOPD 25-9 11,901 ,PARA A ADv INSDRYhl, 000, 000 IEACH OCCUANENCE IIIRE DAMAGE PANT OPE FIRS' 1N5D [BREESE ;(ANY OM$ PERSON, 11,000,000 50,000 ;5,000 • MINGLE LIMIT 11P Del, 004 10/30/94 110/30/95 'BODILY IN'URY I :PER PERSON I I I IB.IDILL INJURY , I CPBR ACC]DET1 i I------------------ 1-.- .. -. 1 • IppOPElTY DARAGS I 'EACH OCCURRENCE �1. 000. 000 110/30/94 110/30/95 iAccR E '12,000,00d I 1 I ----, X ISTATUIORY LIMITS 10/30/94 110/30/95 ,EA ;DIEAn � LIMIT 1500, 000 I IDs SLAPS-NATI BMP. 1100. 000 I I I I I X08/09/95108/09/96 1,000,000 , CANCELLATION -- ---- SMOVID ANY or TH9 ABOP9 mummED POLICIES BB /ANGEL:SD BPPO9E THE EI- - P:PAT:ON PATE THEREOF, THE ISSUING COMPANY HILL P.ICBAVOR TO MAIL 30 ▪ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO -ML LEY-. BUT PAILUPI TO NAIL SUCH NGTICE SHALL INPOSE NO OBLIGATION OR LIABILITY OP - ANY KIND UPON THE COMPANY. ITS ROASTS OR REERESENT r • AUTHORIZED RRPRRABMTATIVE Robert Michael Davi • CCN. Ii Ai . A(,:2ET.' f .T 1. 1111S C cm. ," i AND Aijr.:"r; il.."_ , male and entered into th' s 15th dny of _F,uaust ., :3 by a. -x1 between the City of Fayetteville, Ar mnsas, Pary of the Firs t Fart, actin::; t nrcogh it's duly authorized representative, and Jerry D. Sweetser, :nc. 590 W. Poplar Fayetteville, AR 72703 Party of the Second Part irTIM.:-Sr.;:l : That for and in cosi•' t'icn o` the payments to be meide as hereinacte— set forth, the Party cf the Seccnd Part hereby agrees to furnish ail tnol , labor, equipnent, materials, and supplies require.: to the furnished and to construe- the improvements designated as Wilson Park Asphalt Trails A unit price Contract in the amount of 540,482.00 for the City of Fayetteville, Arkansas, in exart accordance with the Plus on filer at the Office of to City Engineer, and Specifications, Proposals, Stipulations, and Special Provisions attached hereto and male a part hereof as fully as two'gh copied herein, under the direction of and to the entire satisfaction of the Party of the First Part and in accordance with the laws of the State of Arkarsas 2. It is fu. tlrer agreed ani understood by and between the parties hereunto that the Party of the Firs., Part agrees to pay and the Party of the Second Part agrees to accept an full and final compensation for all work done under this agreement, the Unit Prices an?/;:r Lump SI -T. Price naris in the Proposal which in hereto a`tru•'-e', such payment to be made in lawful money of the United States, at the time and in the manner set forth in the Specifications. 3. The Party of the Secorxi Part agrees, for the consideration above expressed, to begin ad complete the work within the time specified in the Proposal. Time is expressly made of the essence of this Contrac' If the Party of the Second Part shall fail to complete the work in the time specified he s} -.all pay to the Party of the First Part, as liquidated damages, ascertained and agreed, and not in the nature of a penalty, the aflir•iflrt. :.peci fid in the Proposal fc•r each day do layed, for each Schedule delayiid, w1:_ch shall be ci�x'u-ited frau the final amount to be pal.: t:t.4ler the Ccntra^t. niter=.;.rs of time my be grant -1x1 with waiver of 1::lu:datf.' chi:In e:5 as prcvidei for in the cpecifcaticrs. 4. Tice Party of the Se-it:rid Part agrees to furnish a Bond, with an appr'wed Surety thereon, I~,ra an oeing the perfolnarce cf this Contract, roc rine l by the laws of the State. cf Arkansas, azdfor not 1eiss ti -.an one hundred (100) percent of the atount of this Contract. Said Bond skis t,e� c.;rditicned cr. full and cc p'e e perfo_--m.uxi_ of this Contract and a -reit -air -e b)- the City cf Fayetteville for t_he payment of all labor and materials entering .::to err tncicle n:. t:; the pro-,x:srd _cpmve a#ss alit i shall guarani_ CP. the work against faulty work unship cr nnitertals for a period of cre (1) year after eer-p_cticn. The Surety on said Bond shall be a Surety Coclxany cf financial rc•_:<:;r.':rs satirfat' tcry to the ?art-; cf t1 e First Part, anti aut.} ori: ed to do lEsiness in the State of Arkansas. 5. The Party of the second Part. agnies a.: so to carry Publi-' Iia-ility Insurance, F.vperty fk m age Insurance, and: Workman's Coc pens aticn Ir ;'rince in amounts as nyiluirev. by ,•se SIx-c:ificat_ons. w:T:\F S cicR HANDS T' -IIs 15th PAY CF A -v-5 { , 19`15 Attest by city Clerk Corporate Sea. (i any, CI.4 OF FA':::.i.nC=Lr? FAY I:_ARIIANSAS Mayor JERRY D. SWEETSER, INC. Name and Title 590 WEST POPLAR - FAYETTEVILLE, AR 72703 I3usiness A: lre l,5 • INSTRUCTIONS TO BIDDERS 1 QUAI�ZICAT IONS OF BIDDERS: Before submitting a bid, bidders :oust be licensed under the terms of Act 153 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, exanine 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 cr from the Engineer or his assistants shall not relieve the bidder of this responsibility. 3. PROPCSAL GUARANTEES: Proposals must be accompanied by either a certified or cashier's check, drawn cn a National Bank or a bank having membership ir. the Federal Reserve System, cr a Bid Bend executed by a satisfactory Surety. The proposal guarantee shall be ir. an amount not less than five (5) percent of the bid and made payable to the Contracting Authority tc whom the Proposal is made. A lesser amount will not be accepted. The proposal guarantee, or ether bid qualifications, shall be sealed in a separate envelope firmly attached to the outside cf 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 tc 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 bend within ten (I0) 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 ,rause for rejection. (b; :t 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 wcrk required under these Contract Documents, including itens 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 hind 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 he submitted in sealed envelopes addressed tc the Contracting Authority, and clearly narked on the outside of the envelope, "Proposal for Construction Contract" to he opened at (date and time). The Bidder's current Arkansas Contractor's license number must be marked on the envelope. (f) The Contracting Author.ty 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 he 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,CCNT.RACT 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 ar. 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 nct he responsible for any other interpretations of the proposed Documents. 8. EXECUTION O1 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 CF 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 `.his contract is less than $20,000.00, the following exception appli'3s: The Contractor is not required to be licensed under the terns of Act 150 cf the 1965 Acts of the General Assembly. 11. TIME OF COMP:JET:ON AND LIOU:DA-FD DAMAGES: Bidder must agree to commence work on or before a date to be specified :n a written "Notice to Proceed" of the Owner and to fully complete the project within the time specified. -Jiro dated d el:r. s are hereby set SGf. ; , }' per day. . 12. SAFETY S1AN:;ARDS AND ACCI2ENT 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 pace 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. DEFINI'_ :ONS OF TERMS: Wherever in these Documents the following terms are used, they are understood tc have the following meanings: "OWNER" or "CCNTRACTINS AUTHORITY" shall :Wean 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 tcols, labor, equipment, materials, and supplies required to be furnished by the Contractor under these Specifications. 2. LAWS AND RFG:;LATIONS: All work shall be done in conformity with the laws of the S tate of Arkansas, and any subdivision thereof, municipal and local laws and ordinances, and all applicable federal statutes, laws or ✓ egulations. No convict labor shall he employed on this project. 3. CCNTRACT 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 tc be furnished. The Contract Documents are complimentary, and what is called for by one shall be as binding as if called for by all. Tne intention of the Documents is to include al; 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 tc such recognized meaning. The following copies of the executed Contract Documents will be provided: One for the Contracting Authority, One for the sL....E.ssful Bidder, One for the Engineer, • • 4. SUBCONTRACTS: • The Contratcr 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 nust be secured, ir. writing, on all Sub -contracts before they are made and signed. The Contractor shall be held fully responsible tc 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 ir. these Specifications or in the Contract Documents shall create any contractual relation between any Sub- contractor and the Contracting Authority. 5. THE CONT RACTOR : It is understood and agreed that the Contractor has satisfied himself as to the nature and iocation 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 "kcal conditions, and all ether :natters which can ,n any way affect the work under this Contract. No verbal agreement cr conversation with any officer, agent, or employee of the Contracting Authority, eitner betcre or after the execution of this Contract, shall affect cr modify any of the terms or obligations herein contained. 6. INSPECTION: The Contractor shall permit and nake 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 cr reject work cr 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. BOND: Coincident with the execution of the Contract, the Contractor shall furnish a good and sufficient surety bond :n the amount of One -Hundred ( 100) percent of the contract sum, guara n-.eeing 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, d�l 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 m,ay be suspended, and all payments or money due the Contractor withheld. 8. ;NSL-\ANCE: The Contractor shall maintain such insurance as will protect him from claims under workmen's compensation acts and other employee benefits and frost claims for damages because of bodily injury, including death, and from claims for damages to property which may arise cut of operations or the work, whether such operations be by himself or by any subcontractor or anyone directly or indirectly empicyed by either of then. 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, S,000,OC0 Comprehensive Autc.�.cbile Liability (owned, hired and non -owned Vehicles) with bodily injury limits of $500,00C and $1,000,000 and property damage limit of $250,C00 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,CCC,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 clams for infringement of any patent rights, and shall save the Contracting Authority from loss on account thereof. in INSPECTICN:_ The detailed nanner 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 cf Fayetteville Parks Department Project Manager or his authorized representative to see that it is done in accordance with the Contract Documents. Inspectors tay 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 shat_ be prcmptly taker. 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 . WOPKM_a,NSKIP AND SUPERINTENDENCE: The Contractor competent superinte; superintendent shall all directions given Contractor. shall kcep ident and represent to hi:: sha on this work, during progress, a any necessary assistants. The the Contractor ,n his absence and I be as binding as if given to the The Contractor sha:l prcvide proper tools and equipment and the service of all worknen, mechanics, tradesten., and other employees necessary in the execution of the work contetplated herein. The employees of the Contractor shall be competent and willing to pe:form 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 CONTRACTCR'S RESPONSIBILITY FOR DAMAGF,CLAIMS; The Contractor shall adequately protect the work, the Contracting Authority's property, and adjacent property and the public from injury, carnage, or loss arising in connection with the contract or the worx. 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 cf 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 nrocure at his own expense all necessary licenses and permits cf a temporary nature, and shall give due and adequate notices to those in control of all properties which may be affected by his operations. Per:^i.ts, 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 pxoper 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 hearing 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 ass:gnment in writing. No assignment, transfer, or subletting, even though consented to, shall relieve the Contractor of his liabilities under the Contract. Should any Assignee fai] to perform the work undertaken by him in a satLsfactory manner, the Contracting Authority ::ay, at its option, annul and terminate Assignee's contract. 15. OTHER CONTRACTS: The Contracting Authority reserves contracts in connection with this work. afford other Contractors reasonable introduction and storage of their materi< their work, and shall properly connect and theirs. the right to let other The Contractor shall opportunity for the ils and the execution cf 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 var:.cus L.crticns cf the work in general harmony. 16. SUSPENSION CF 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 (10) day's resumed by written not do so. time suspend the work or notice to the Contractor the Contractor ten (10) :ice fron the Contracting 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 Contractcr 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 portacn 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. 17. TIlE cQTBACTJ NG A THORIs Y `S I tdIIT T'O DO WORK: If the Contractor should neglect to prosecute the work properly or fail to perform any prevision 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. 18. THE _OWNER'S _RI H; TO TER I1_rAT� CCONT. CT: if the Contractor should be adjudged a bankrupt, cr if he should make a general assignment for the benefit of His creditors, or if a receiver should be appointed on account of has 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, cr disregard laws, ordinances, cr otherwise he guilty of a substantial violation of any provision of the Contract, then the Contracting Author_ty, 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 Ccntractor. In such case, the Contractor shall not be entitled to receive any further payment until the work :s 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 tine, although such extension of tine may be granted by the Contracting Authority if he deems ;t in the interest of the work. 19. ERMINATION FOR BREACH: 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 nay serve written notice upon the Contractor and the Surety of its intention to terminate such Contract, such notices to conta:r. the reasons for such intentions to terminate the Contract, and unless within ten ;10) days after the ser✓:nq of such notice upon the Contractor such violation shall cease and satisfactory arrangctents 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 nay 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 pant as may be on the site of the work and necessary therefor. 20. PAYMENTS WITHHELD: The Contracting Authority nay withhold or, on account of subsequently discovered evidence, nullify the whole or part cf any certificate to such extent as nay 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. 21. DELAYS AND EXTENS =CNS OF T =MF_:_ If, at any time, the Contractor considers he is being delaycd 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 cr 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 tine, 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 un:ess such notice has been filed with the Contracting Authority within the tine 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 tine nay 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 Contract:nq Authority on account of delays, ::ay be granted the Contractor on account of his fai]ure to complete the work within the time specified. 22. ADDC_CNAL, OMITTEDOR CHANCED WORK: 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. (L�it7—rtIar- -) 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 nay he, upon the basis of an estimate prepared by the Contractor and approved by the Contracting Authority, prior to the written order chang:nq the quantity of work. The Contractinq Authority reserves the right to contract with any person or firm other than the Contractor for any cr 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. 23. REFERENCE TO MANUFAC';LEER OR TRADE NAMES: 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 win 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. 24. ti5_r._OF_COMPLETED PORTIONS: 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 wcrk 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. 25. ACCEPTANCE AND FINAL_PAYMEN : As soon as the work has been substantially and satisfactorily cozpleted, 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 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 conpletion 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 cctplete release of all liens which may have arisen from this Contract. In lieu thereof, the Contractor shall f:le statements showing balance due or claimed on all accounts and the Contracting Authority shat; have the right, if it so elects, to withhold sufficient money tc pay such balances until receipts in full or satisfactory evidence of final determination are filed with the Contracting Authority whc nay then make the final estimate. The naking and acceptance of the final payment sha_: constitute a waiver of al_ claims by the Contracting Authority, other than those arising from inconplete or uncorrected work, unsettled liens, or from faulty workmanship or materials, and of all claims by the Contractor, except those previously :lade and still unsettled. If the work has been partially, but substantially completed to the extent that all adjustments in the Contract sum nay be made, the Ccr.tractir.q Authority nay, :f material delay in conpleticn is anticipated or if otherwise deemed in the interest of the work, make the final estimate, retaining, in addition to cther requirements which may he sF•�cified under payments, an amount representing the cost of unfinished work. Such payment shall be under the terns and ccnditions 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. 26. CONSTRUCTICN SAFETY: The Contractor shall bear full responsibility for safety during the executicn of this Contract. :;Dtir:,: c:cnt r. :) II: this Article shall be construed to :t r:c:, the right., hereby reserved, tc reject the w):olu ur ar4 pr or the alcrc..ai;: Work, should such Rork to )3tur : ound riot to comp]y with the provisions of the n-\.\.ot L. curor.ts. A estimated quantities ri of 'wurk for wl::ch partial payments have been made are revic::1' and ccrre\a ion on the final eat.is-ae. r..ent oy the Caner and acceptance by the Cent: t T of nart:al paytents based on periodic e::ti-._ltnc of quantities of Work performed shall not, n any way, ccr.ctitute acceptance of the estimated euar.t:t:es used as the basis for computing the azounts o` t)le partia: _.alnents. For public works projects, cad; part:, l paycnt request and final payment request sha:. cc:,ta_:: an affidavit by the Contractor that all ;, _-n . s.::..: o: the ap1- .:cable f edera i and state equ.l '.- e ar ing app:-enticej and payr.ert cf r. re: i'.::r a,.is h:avu been \.o:,p;.ed with by h1t and by I. a UM\ .... \ I .. }3. .. .1::.1' 13„r;,; -e f : rst wcr king c.ay of each ca endar month, ''.:e Contract: r ch,-: it sub:n:: to tha 'naineer a detailed ;; tl;n a'X..oula earned for the separate tcrticr: cf t:.e work, an:. request payt.er.\,. As used in rtii thc-- cw.crds .vd-Lount earned'' :jeans the dal.::r, r n :he :iatn o_ tl:e cstbate for par 1�tial 1yr.,:::; , t tt.0 : k uo-nplet"c-d it: accordance V it.l the • ," . •, .�-�' - and�t;� v.31 to cf approved . L II.a._ j`� .. ♦... ... at . dali , :'r u tably :vre,] -r t.I Cjccz .�,te s stcrc'u ar.d ]:r ::e a .: . rior to incorporaticn. into the ii T.: the Cc,:.t ra:.t: is estimate of amount earned contors with the Lng'. neer 's evaluaticn, the Engineer will caiculate ti:e a::c+unt due the Contractor and make rracrm-.. r.dat_on tc t (: Her fcr pay.-,.ent. An est:-Life of r:o:a] 1}• prcgress payr.ents shall be prav:de.] `cr tc cr. •t:: e job urior to the first patentyent realest. :.r. 'JpJ 3t(. of the estimate of progress payments st:,:l, ne updated if the actual progress diff(!r:; 's:.; -ore than 2U percent in any given month. Eact' :.thl} payrent request shall include the required dale sche-i:fl e. :f the Lpdt.ted s::r.edule is not subr, i tted, the Owner na} wi:l:Lo d p:;-:.ent ant=: uh`s item :s completed. shall ,within s The .-..(,.. •�ctcr �..u, : be paid wi _hi.. 0 day., cf approval of the r•ayr..t' it request. in t:: ^.e S'':.'pienentary Conditions, deduct i : r c:: t::e estinate will be as described The Cwrcr '.:'. ii deduct fron the estimate, and retain as part Secur'.ty, iC petcer.t cf the amount earned for lticrk sat:sfactori]y c'r..pleted- However, no deduction cr retainaot- w`.:. DC rade on the approved items of m..ateri_' ::e.:vered to and properly stored at the 'oks:tce nct inccrvoratel into the Work. S4hen the tvoT}, s. ',.. cr en.. cc...nlete, the Owner may "freeze" the i uta:page at ::urcent of the dollar value cf the totes c('^:_Tact creviced that the Contractcr is making actor_ nr crcqress and there is no specific cause for :3 r greater retairage. The Owner may reinstate the re'ta. naylc: un tc IL; percent of the dollar value of r:: (.c-.n'etc t0 date" if the Owner determines, at his d ' scret ici:, that the contractor i s nct r..aking sat'. sf ac_ t o.', ]regress or' where there is cth(,r speci f c CdUSt ;:': ::L: •.1: ;:,t:;.`1:1]:t: nq. I SECTION 101 SCOPE OF WORK General Scope of the:Wilson Park Asphalt Trail (95) project. The contractor shall provide all labor, materials, plant, services, temporary construction, facilities and incidentals necessary to execute the Wilson Park project. Specific work shall be: Additional asphalt jogging trail. Construction of approximately 1940 linear feet of 6 feet wide, 1- 1/2 inch thick asphalt jogging trail. This asphalt trait shall be constructed upon 4 inches of compacted 533-2; upon 8 inches (final dimension) of compacted "hillside" fill material; upon compacted suhgr<ade. The general layout of the asphalt trail shall be staked by the Fayetteville Parks Department and verified by the contractor prior to construction. 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. SI sECTroN 201 C "' 1. GRADING •. 11. 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 2C2 - C. Section 301 - 1.03 QUALITY ASSURANCE 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. ASTMS 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. ramner 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.CS 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. Prctect 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 sha_1 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 corner. 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 drainaqe. B. Compact the top 8 inches of existing subgrade to 95% standard proctcr. ., 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 6 inches ;finished dimension) of "hillside" fi11 in. accordance with section 201 - Site Grading, paragrapn 3.03. 3.02 PLACEMENT OF BASE COC7RSE 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 ioisture 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 bitunincus 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.C3a and b of the AHTD Standard Specifications. 3.04 PLACING SUR1'ACE 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. rAT.en placed or. base course: 275 to 325 deg. F. C. Temperature of air: Do not place ACrnt1 when air temp. is belcw 40 deg. F in the shade. D. Place asphalt pavement to the compacted depth shcwn 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 V !� w .4 marks. Keep roller wheels sufficiently moist so as to not pick up material. H. Perform hand tamping in areas nct 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 fcot straight edge. K. Do not allow vehicular traffic on newly paved areas until surface has cooled to atmospheric temperature. STAFF REVIEW FORM AGENDA REQUEST X CONTRACT REVIEW GRANT REVIEW For the Fayetteville City Council meeting of N/A for Mayor's sip, only FROM: Sid Norbash Engineering Public Works Name Division Department ACTION REQUIRED: Approval of C.O.#1 to the construction contract with Jerry D. Sweetser, Inc. for Wilson Park Asphalt Trail in the amount of $9,300.00. Funds for this change order are from Green Space Funds. COST TO CITY: 53.300.30 Cost of this Request 1010- -1505-02 Account Number 95018 Project Number Wilscn Park Asphalt Trailx Category/Project Budget Category/Project Name Funds Used To Date Remaining Balance Program Name Fund BUDGET REVIEW: �"{�u Item Budget Adjustment Attached A. Bu ge Coordinator 1 Administrative Services Director CONTRACT/GRANT/LEASE REVIEW: % ein1 Acco i g M gex ..i y At rney GRANTING AGENCY: Date ADA Coordinator I 2 -/-5,� , Date Ink rnal Auditor J Purchasing Officer Date STAFF RECOMMENDATION: Date /z -I-- 5\ Date D v'sion Head Date Cross Reference New Item: Yes_ NO_ Department Director Cate Prev Crd/Res 4t: /O8 — gs� nistrativ rvices D: rector Ca e MOr:g Contract Date: Mayor Date CHANGE ORDER NO. 1 Project Title: Wilson Park Asphalt Trail Project No.: 95018 Consultant/Contractor: Jerry D. Sweetser, Inc. The following changes are hereby made to the Contract Documents: Justification: Origina4ly a bridge was planned over the creek to join the two sections of the asphalt trail. Due to the complexity of instling a bridge, which should satisfy all the floodway requirements, the construction of a bridge has been delayed. Decision has been made to extend the trail to the existing bridge in order to make the trail usable. ------------------------------------------------------------------------------- CHANGE TO THE CONTRACT PRICE Original Contract Price: $ 40,482.00 Current contract price, as adjusted by previous change orders: $ 40,482.10 the contract price due to tins change order will be increased by: $ 9,3G0.0C New Contract Price Due to this Change Order will be: $ 49,782.O0 CHANGE TO CONTRACT TIME The contract time will be increased/decreased by 20 days. The date for completion of all work will under contract will be 20 days beyond the completion day after deduction for bad weather days. Approvals required, this order must be approved by the owner if it changes the scope or objective of the project, or as may otnerwise be required under the terms of the supplementary General Conditions of the Contract. A kegested by ac,'. -1) t•> -.•' - Date: /, 1 /II I =ate: 1 I ,/ 1�+ Annroved by Ihayorl /; 1 K_ .f�•r"L 3n� Date: 1 �J —_ Accented by ;Contractor! Ca -e: