Loading...
HomeMy WebLinkAbout84-97 RESOLUTIONRESOLUTION NO. 84-97 A RESOLUTION AWARDING A CONSTRUCTION CONTRACT IN THE AMOUNT OF $944,300, PLUS A CONTINGENCY AMOUNT OF $94,430, TO THE A TEAM CONSTRUCTION COMPANY; AND APPROVAL OF A BUDGET ADJUSTMENT IN THE AMOUNT TO $375,044. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council hereby awards a construction contract in the amount of $944,300, plus a contingency amount of $94,430, to the A Team Construction Company and authorizes the Mayor and City Clerk to execute said contract. A copy of the contact is attached hereto marked Exhibit "A" and made a part hereof. Section 2. The City Council hereby approves a budget adjustment in the amount of $375,044 increasing Capital Water Mains, Acct. No. 5400 5600 5808 00, Project No. 96055 by decreasing Capital Water Mains, Acct. No. 5400 5600 5808 00, Project No. 97045. A copy of the budget adjustment is attached hereto marked Exhibit "B" and made a part hereof. .. PASSED AND APPROVED this 2nd day of September , 1997. . .}_ APPROVED: By: �. red Hanna, Mayor ATTEST: By. Traci Paul, City Clerk AGREEMENT THIS AGREEMENT is dated as of the c n d day of S p fe m 6 eY in theyear192Z-byandbetween the City of Fayetteville, Arkansas (hereinafter called OWNER) and A -Team Construction Company of Fayetteville, Arkansas (hereinafter called CONTRACTOR). Owner and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: Approximately 22,650 linear feet of 12 inch and 10,000 linear feet of 6 inch water pipe, with associated connections to existing lines, appurtenances, and other related items of work, which consists of all items as set out in the Bid (City of Fayetteville Bid No. 97-40), and these Plans and Specifications No. Fy-265, dated May, 1997, for the unit and lump sum prices bid in the Bid, including all work required for a complete installation. Article 2. ENGINEER The Project has been designed by McGoodwin, Williams and Yates, Inc., who is hereinafter called Engineer and who is to act as Owner's representative, assume all duties and responsibilities and have the rights and authority assigned to Engineer in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. Article 3. CONTRACT TIMES 3.1 The Work will be substantially completed and the line in service within one hundred twenty (120) days after the date when the Contract Times commence to run as provided in paragraph 2.3 of the General Conditions, and completed and ready for final payment in accordance with paragraph 14.13 of the General Conditions within one hundred fifty (150) days after the date when the Contract Times commence to run. 3.2 Liquidated Damages. Owner and Contractor recognize that time is of the essence of this Agreement and that Owner will suffer financial loss if the Work is not completed within the times specified in paragraph 3.1 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. They also recognize the delays, expense and difficulties involved in proving the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay Owner five hundred dollars ($500.00) for each day that expires after the time specified in paragraph 3.1 for Substantial Completion until the Work is substantially complete. After Substantial Completion, if Contractor shall neglect, refuse or fail to complete the remaining Work within the time specified in paragraph 3.1 for completion and readiness for final payment or any proper extension thereof granted by Owner, Contractor shall pay Owner five hundred dollars ($500.00) for each day that expires after the time specified in paragraph 3.1 for completion and readiness for final payment. Article 4. CONTRACT PRICE Owner shall pay Contractor for completion of the Work in accordance with the Contract Documents an amount in current funds for the performance of the Contract in accordance with the accepted Bid therefor, subject to additions and deductions, as provided in the Specifications, for unit and lump sum prices in the Bid, the total sum being Nine Hundred Forty -Four Thousand Three Hundred and no/100----------------------($_944,300.00 ), (use words) (figures) As provided in paragraph 11.9 of the General Conditions estimated quantities are not guaranteed, and determinations of actual quantities and classification are to be made by Engineer as provided in paragraph 9.10 of the General Conditions. Unit prices have been computed as provided in paragraph 11.9.2 of the General Conditions. Article 5. PAYMENT PROCEDURES Contractor shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by Engineer as provided in the General Conditions. 5.1 Progress Payments; Retainage. Owner shall make progress payments on account of the Contract Price on the basis of Contractor's Applications for Payment as recommended by Engineer, on the last Friday of each month during construction as provided in paragraphs 5.1.1 and 5.1.2 below. All such payments will be measured by the schedule of values established in paragraph 2.9 of the General Conditions (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements. 5.1.1 Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as Engineer shall determine, or Owner may withhold, in accordance with paragraph 14.7 of the General Conditions. 90% of Work completed (with the balance being retainage). If Work has been 50% completed as determined by Engineer, and if the character and progress of the Work have been satisfactory to Owner and Engineer, Owner, on recommendation of Engineer, may determine that as long as the character and 6-2 progress of the Work remain satisfactory to them, there will be no additional retainage on account of Work completed, in which case the remaining progress payments prior to Substantial Completion will be in an amount equal to 95% of the Work completed. 100% of materials and equipment not incorporated in the Work (but delivered, suitably stored and accompanied by documentation satisfactory to Owner as provided in paragraph 14.2 of the General Conditions). 5.1.2 Upon Substantial Completion, in an amount sufficient to increase total payments to Contractor to 95% of the Contract Price (with the balance being retainage), less such amounts as Engineer shall determine, or Owner may withhold, in accordance with paragraph 14.7 of the General Conditions. 5.2 Final Payment. Upon final completion and acceptance of the Work in accordance with paragraph 14.13 of the General Conditions, Owner shall pay the remainder of the Contract Price as recommended by Engineer as provided in said paragraph 14.13. Article 6. CONTRACTOR'S REPRESENTATIONS In order to induce Owner to enter into this Agreement, Contractor makes the following representations: 6.1 Contractor has examined and carefully studied the Contract Documents (including the Addenda listed in paragraph 7) and the other related data identified in the Bidding Documents including "technical data.' 6.2 Contractor has visited the site and become familiar with and Is satisfied as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 6.3 Contractor is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress, performance and furnishing of the Work. 6.4 Contractor has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.2.1 of the General Conditions. Contractor accepts the determination set forth in paragraph SC -4.2 of the Supplementary Conditions of the extent of the "technical data' contained in such reports and drawings upon which Contractor is entitled to rely as provided in paragraph 4.2 of the General Conditions. Contractor acknowledges that such reports and drawings are not Contract Documents and may not be complete for Contractor's purposes. Contractor acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the site. Contractor has obtained and carefully studied (or assumes responsibility for having done so) all such additional supplementary examinations, investigations, explorations, tests, studies and data concerning conditions 6-3 (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the performance and furnishing of the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents. 6.5 Contractor is aware of the general nature of Work to be performed by Owner and others at the site that relates to the Work as indicated in the Contract Documents. 6.6 Contractor has correlated the information known to Contractor, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and data with the Contract Documents. 6.7 Contractor has given Engineer written notice of all conflicts, errors, ambiguities or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Contractor, and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Article 7. CONTRACT DOCUMENTS The Contract Documents which comprise the entire agreement between Owner and Contractor concerning the Work consist of the following: 7.1 7.2 7.3 7.4 7.5 7.6 7.7 7.8 7.9 7.10 This Agreement. Exhibits to this Agreement. Performance, Payment and other Bonds. Notice to Proceed. General Conditions. Supplementary Conditions. Specifications consisting of divisions and sections as listed in the Table of Contents. Drawings consisting of a cover sheet and 18 sheets. Addenda numbers Contractor's bid. L. to 3 , inclusive. 6-4 a7.11 Documentation submitted by Contractor prior to Notice of Award. 7.12 The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying or supplementing the Contract Documents pursuant to paragraphs 3.5 and 3.6 of the General Conditions. The documents listed in paragraphs 7.2 et seq. above are attached to this Agreement (except as expressly noted otherwise above). There are no Contract Documents other than those listed above in this Article 7. The Contract Documents may only be amended, modified or supplemented as provided in paragraphs 3.5 and 3.6 of the General Conditions. Article 8. MISCELLANEOUS 8.1 Terms used in this Agreement which are defined in Article I of the General Conditions will have the meanings indicated in the General Conditions. 8.2 No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.3 Owner and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect to all covenants, agreements and obligations contained in the Contract Documents. 8.4 Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon Owner and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. IN WITNESS WHEREOF, Owner and Contractor have signed this Agreement. One counterpart each has been delivered to Owner, Contractor and Engineer. All portions of the Contract Documents have been signed, initialed or identified by Owner and Contractor or identified by Engineer on their behalf. 6-5 This Agreement will be effective on 5 e - P t e - m 6 e r ) ,19_97 (which is the Effective Date of the Agreement). I OWNER: CITY OF FAYETTEVILLE, ARKANSAS By: /4414 Fred Hanna, Mayor [Corporate Seal] Attest Traci Paul, 1 y Clerk Address for Giving Notices 113 West Mountain Street CONTRACTOR: A -TEAM CONSTRUCTION COMPANY By' J. . Selph, 0 ner [Corporate Seal] Address for Giving Notices 2145 N. Center Street Fayetteville, Arkansas 72701 Fayetteville, Arkansas 72701 6-6 9.13.2. ENGINEER will not supervise, direct, control or have authority over or be responsible for CONTRAC- TOR's means, methods, techniques, sequences or proce- dures of construction, or the safety precautions and pro- grams incident thereto, or for any failure of CONTRACTOR to comply with Laws . and Regulations applicable to the furnishing or performance of the Work. ENGINEER will not be responsible for CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Docu- ments: 19.13.3. ENGINEER will not be responsible for the acts or omissions of CONTRACTOR or of any Subcontractor, any Supplier, or of any other person or organization perform- ing or furnishing any of the Work. 9.13.4. ENGINEER's review of the final Application for Payment and accompanying documentation and all mainte- nance and operating instructions, schedules, guarantees, bonds and certificates of inspection, tests and approvals and Other documentation required to be delivered by paragraph 14.12 will only be to determine generally that their content complies with the requirements of, and in the case 'of certificates of inspections, tests and approvals that the results certified indicate compliance with, the Contract Doc- uments. 9.13.5. The limitations upon authority and responsibility set forth in this paragraph 9.13 shall also apply to ENGI- NEER's Consultants, Resident Project Representative and assistants. ARTICLE 10 -CHANGES IN THE WORK 10.1. Without invalidating the Agreement and without notice to any surety, OWNER may, at any time or from time to time, order additions, deletions or revisions in the Work. Such additions, deletions or revisions'will be authorized by a Written Amendment, a Change Order, or a Work Change Directive. Upon receipt of any such document, CONTRAC- TOR shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically pro- vided). 10.2. If OWNER and CONTRACTOR are unable to agree as to the extent, if any, of an adjustment in the Contract Price or an adjustment of the Contract Times that should be allowed as a result of a Work Change Directive, a claim may be made therefor as provided in Article II or Article 12. 10.3. CONTRACTOR shall not be entitled to an increase in the Contract Price or an extension of the Contract Times with respect to any Work performed that is not required by the Contract Documents as amended, modified and supplemented as provided in paragraphs 3.5 and 3.6 except in the case of an emergency as provided in paragraph 6.23 or in the case of uncovering Work as provided in paragraph 13.9. 10.4. OWNER and CONTRACTOR shall execute appro- priate Change Orders recommended by ENGINEER (or Writ- ,, ten Amendments) covering: 10.4.1. changes in the Work which are (i) ordered by. .� OWNER pursuant to paragraph 10.1, (ii) required because of-• , acceptance of defective Work under paragraph 13.13 or correcting defective Work under paragraph 13.14, or (iii) agreed to by the parties; • 10.4.2. changes in the Contract Price or Contract Times which are agreed to by the parties; and 10.4.3., changes in the Contract Price or Contract Times which embody the substance of any written decision ren dered by ENGINEERpursuant to paragraph ;:. provided that, in lieu of executing any such Change Order, an, appeal may be taken from any such decision in accordance'« with the provisions of the Contract Documents and applicable Laws and Regulations, but during any such appeal, CON- TRACTOR shall carry on the Work and adhere to the progress schedule as provided in paragraph 6.29. 10.5. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (includ- ing, but not limited to, Contract Price or Contract Times) 'is required by the provisions of any Bond to be given to a surety, the giving of any such notice will be CONTRACTOR's respon- sibility, and the amount of each applicable Bond will be adjusted accordingly. ARTICLE 11 --CHANGE OF CONTRACT PRICE 11.1. The Contract Price constitutes the total compensa- tion (subject to authorized adjustments) payable to CON- TRACTOR for performing the Work. All duties, responsibili- ties and obligations assigned to or undertaken by CONTRACTOR shall be at CONTRACTOR's expense without change in the Contract Price. 11.2. The Contract Price may only be changed by a Change Order or by a Written Amendment. Any claim for an adjust- ment in the Contract Price shall be based on written notice delivered by the party making the claim to the other party and to ENGINEER promptly (but in no event later than' thirty days) after the start of the occurrence or event giving rise to the claim and stating the general nature of the claim. Notice of the amount of the claim with supporting data shall be delivered within sixty days after the start of such occurrence or event (unless ENGINEER allows additional time for claimant to submit additional or more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the adjustment claimed covers all known amounts to which the claimant is entitled as a result of said occurrence or event. All claims for adjustment in the Contract Price shall be determined by ENGINEER in accordance with paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree on the amount involved. No claim for an adjustment in the Contract Price will 32 be valid if not submitted in accor ' - - - : with this paragraph 11.2. 11.3. The value of any Work covered by a Change Order or of any claim for an adjustment in the Contract Price will be determined as follows: 11.3.1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities • of the items involved (subject to the provisions of paragraphs 11.9.1 through 11.9.3, inclusive); 11.3.2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum (which may include an allowance for overhead and profit not necessarily in accordance with paragraph 11.6.2); 11.3.3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum is not reached under paragraph 11.3.2, on the basis of the Cost of the Work (determined as provided in paragraphs 11.4 and 11.5) plus a CONTRACTOR's fee for overhead and profit (determined as provided in paragraph 11.6). Cost of the Work: 11.4. The term Cost of the Work means the sum of all costs necessarily incurred and paid by CONTRACTOR in the prcper performance of the Work. Except as otherwise may be agreed to in writing by OWNER, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items and shall not include any of the costs itemized in paragraph 11.5: 11.4.1. Payroll costs for employees in the direct employ of CONTRACTOR in the performance of the Work under schedules of job classifications agreed upon by OWNER and CONTRACTOR. Such employees shall include without lim- itation superintendents, foremen and other personnel em- ployed full- time at the site. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, work- ers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work after regular working hours, on Saturday, Sunday or legal holidays, shall be included in the above to the extent authorized by OWNER. 11.4.2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. All cash discounts shall accrue to CONTRACTOR unless OWNER deposits funds with CON- TRACTOR with which to make payments, in which case the 33 cash discounts s►. -u accrue to OWNER. All trade discounts, rebates and refu Lnd returns from sale of surplus materi- als and equipment shall accrue to OWNER, and CON- TRACTOR shall make provisions so that they may be obtained. 11:4.3. ' Payments made by CONTRACTOR to the Sub- contractors for Work performed or furnished by Subcontrac- tors. If required by OWNER, CONTRACTOR shall obtain competitive bids from subcontractors acceptable to OWNER and CONTRACTOR and shall deliver such bids to OWNER who will then determine, with the advice of ENGINEER, which bids, if any, will be accepted. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work Plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as CONTRACTOR's Cost of the Work and fee as provided in paragraphs 11.4, 11.5, 11.6 and 11.7. All subcontracts shall be subject to the other provisions of the Contract Documents insofar as applicable. 11.4.4. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, survey- ors, attorneys and accountants) employed for services spe- cifically related to the Work. 11.4.5. Supplemental costs including the following: 11.4.5.1. The proportion of necessary transportation, travel and subsistence expenses of CONTRACTOR's em- ployees incurred in discharge of duties connected with the Work. 11.4.5.2. Cost, including transportation and mainte- nance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hand tools not owned by the workers, which are con- sumed in the performance of the Work, and cost less market value of such items used but not consumed which remain the property of CONTRACTOR. 11.4.5.3. Rentals of all construction equipment and machinery and the parts thereof whether rented from CONTRACTOR or others in accordance with rental agree- ments approved by OWNER with the advice of ENGI- NEER, and the costs of transportation, loading, unload- ing, installation, dismantling and removal thereof —all in accordance with the terms of said rental agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the Work. 11.4.5.4. Sales, consumer, use or similar taxes related to the Work, and for which CONTRACTOR is liable, imposed by Laws and Regulations. 11.4.5.5. Deposits lost for causes other than negli- gence of CONTRACTOR, any Subcontractor or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. 11.4.5.6. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by CONTRACTOR in connection with the performance and furnishing of the Work (except losses and damages within the deductible amounts of property insurance established by OWNER in accordance with paragraph 5.9), provided they have re- sulted from causes other than the negligence of CON- TRACTOR,any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settle- ments made with the written consent and approval of OWNER. No such losses, damages and expenses shall be included in the Cost of the Work for the purpose of determining CONTRACTOR's fee. If, however, any such loss or damage requires reconstruction and CONTRAC- TOR is placed in charge thereof, CONTRACTOR shall be paid for services a fee proportionate to that stated in paragraph 11.6.2. 11.4.5.7. The cost of utilities, fuel and sanitary facili- ties at the site. 11.4.5.8. Minor expenses such as telegrams, long dis- tance telephone calls, telephone service at the site, ex- pressage and similar petty cash items in connection with the Work. 11.4.5.9. Cost of premiums for additional Bonds and insurance required because of changes in the Work. 11.5. The term Cost of the Work shall not include any of the following: 11.5.1. Payroll costs and other compensation of CON- TRACTOR's officers, executives, principals (of partnership and sole proprietorships), general managers, engineers, ar- chitects, estimators, attorneys, auditors, accountants, pur- chasing and contracting agents, expediters, timekeepers, clerks and other personnel employed by CONTRACTOR whether at the site or in CONTRACTOR's principal or a branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in paragraph 11.4.1 or specifically covered by paragraph 11.4.4 —all of which are to be consid- ered administrative costs covered by the CONTRACTOR's fee. 11.5.2. Expenses of CONTRACTOR's principal and branch offices other than CONTRACTOR's office at the site. 11.5.3. Any part of CONTRACTOR's capital expenses, including interest on CONTRACTOR's capital employed for the Work and charges against CONTRACTOR for delin- quent payments.. 11.5.4. Cost of premiums for all Bonds and for all insurance whether or not CONTRACTOR is required by the Contract Documents to purchase and maintain the same (except for the cost of premiums covered by subparagraph 11.4.5.9 above). 11.5.5. Costs due to the negligence of CONTRAC- TOR, any Subcontractor, or anyone directly or indi- rectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the. correction -of defective Work, disposal of materials or' - equipment wrongly supplied and making good any damage to property. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in paragraph 11.4. 11.6. The CONTRACTOR's fee allowed to CONTRAC- TOR for overhead and profit shall be determined as follows: 11.6.1. a mutually acceptable fixed fee; or 11.6.2. if a fixed fee is not agreed upon, then a fee based on the following - percentages of the various portions of the Cost of the Work: 11.6.2.1. for costs incurred under paragraphs 11.4.1 and 11.4.2, the CONTRACTOR's fee shall be fifteen percent; 11.6.2.2. for costs incurred -under paragraph 11.4.3, the CONTRACTOR's fee shall be five percent; 11.6.2.3. where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of paragraphs 11.4.1, 11.4.2, 11.4.3 and 11.6.2 is that the Subcontractor who actually performs or furnishes the Work, at whatever tier, will be paid a fee of fifteen percent of the costs incurred by such Subcontractor under paragraphs 11.4.1 and 11.4.2 and that any higher tier Subcontractor and CONTRACTOR will each be paid a fee of five percent of the amount paid to the next lower tier Subcontractor; 11.6.2.4. no fee shall be payable on the basis of costs itemized under paragraphs 11.4.4, 11.4.5 and 11.5; 11.6.2.5. the amount of credit to be allowed by CON- TRACTOR to OWNER for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in CONTRACTOR's fee by an amount equal to five percent of such net decrease; and 11.6.2.6. when both additions and credits are involved in any one change, the adjustment in CONTRACTOR's fee shall be computed on the basis of the net change in accordance with paragraphs 11.6.2.1 through 11.6.2.5, inclusive. 11.7. Whenever the cost of any Work is to be determined pursuant to paragraphs 11.4 and 11.5, CONTRACTOR will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in form acceptable to ENGINEER an itemized cost breakdown to- gether with supporting data. 34 Cash Allowances: 11.8. It is understood that CONTRACTOR has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be fur- nished and performed for such sums as may be acceptable to OWNER and ENGINEER. CONTRACTOR agrees that: 11.8.1. the allowances include the cost to CONTRAC- TOR (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the site, and all applicable taxes; and 11.8.2. CONTRACTOR's costs for unloading and han- dling on the site, labor, installation costs, overhead, profit and other expenses contemplated for the allowances have been included in the Contract Price and not in the allowances and no demand for additional payment on account of any of the foregoing will be valid. Prior to final payment, an appropriate Change Order will be issued as recommended by ENGINEER to reflect actual amounts due CONTRACTOR on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.9. Unit Price Work: 11.9.1. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the established unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifica- tions of Unit Price Work performed by CONTRACTOR will be made by ENGINEER in accordance with paragraph 9.10. 11.9.2. Each unit price will be deemed to include an amount considered by CONTRACTOR to be adequate to cover CONTRACTOR's overhead and profit for each sepa- rately identified item. 11.9.3. OWNER or CONTRACTOR may make a claim for an adjustment in the Contract Price in accordance with Article II if: 11.9.3.1. the quantity of any item of Unit Price Work performed by CONTRACTOR differs materially and sig- nificantly from the estimated quantity of such item indi- cated in the Agreement; and 11.9.3.2. there is no corresponding adjustment with respect to any other item of Work; and 11.9.3.3. if CONTRACTOR believes that CONTRAC- TOR is entitled to an increase in Contract Price as a result of having incurred additional expense or OWNER be- lieves that OWNER is entitled to a decrease in Contract Price and the parties are unable to agree as to the amount of any such increase or decrease. ARTICLE 12 —CHANGE OF CONTRACT TIMES 12.1. The Contract Times (or Milestones) may only be changed by a Change Order or a Written Amendment. Any claim for an adjustment of the Contract Times (or Milestones) shall be based on written notice delivered by the party making the claim to the other party and to ENGINEER promptly (but in no event later than thirty days) after the occurrence of the event giving rise.to the claim and stating the general nature of the claim. Notice of the extent of the claim with supporting data shall be delivered within sixty days after such occurrence (unless ENGINEER allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by the claimant's written statement that the adjustment claimed is the entire adjustment to which the claimant has reason to believe it is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract Times (or Milestones) shall be determined by ENGI- NEER in accordance with paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree. No claim for an adjustment in the Contract Times (or Milestones) will be valid if not submitted in accordance with the requirements of this paragraph 12.1. 12.2. All time limits stated in the Contract Documents are of the essence of the Agreement. 12.3. Where CONTRACTOR is prevented from complet- ing any part of the Work within the Contract Times (or Milestones) due to delay beyond the control of CONTRAC- TOR, the Contract Times (or Milestones) will be extended in an amount equal to the time lost due to such delay if a claim is made therefor as provided in paragraph 12.1. Delays beyond the control of CONTRACTOR shall include, but not be limited to, acts or neglect by OWNER, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather condi- tions or acts of God. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of CONTRACTOR. 12.4. Where CONTRACTOR is prevented from complet- ing any part of the Work within the Contract Times (or Milestones) due to delay beyond the control of both OWNER and CONTRACTOR, an extension of the Contract Times (or Milestones) in an amount equal to the time lost due to such delay shall be CONTRACTOR's sole and exclusive remedy for such delay. In no event shall OWNER be liable to CONTRAC- TOR, any Subcontractor, any Supplier, any other person or organization, or to any surety for or employee or agent of any of them, for damages arising out of or resulting from (i) delays caused by or within the control of CONTRACTOR, or (ii) 35 delays beyond the control of both parties including but not limited to fires, floods, epidemics, abnormal weather condi- tions, acts of God or acts or neglect by utility owners or other contractors performing other work as contemplated by Article 7. ARTICLE 13 —TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.1. Notice of Defects: Prompt notice of all defective Work of which OWNER or ENGINEER have actual knowl- edge will be given to CONTRACTOR. All defective Work may be rejected, corrected or accepted as provided in this Article 13. Access to Work 13.2. OWNER, ENGINEER, ENGINEER's Consultants, other representatives and personnel of OWNER, independent testing laboratories and governmental agencies with jurisdic- tional interests will have access to the Work at reasonable times for their observation, inspecting and testing. CONTRACTOR shall provide them proper and safe conditions for such access and advise them of CONTRACTOR's site safety procedures and programs so that they may comply therewith as applicable. Tests and Inspections: 13.3. CONTRACTOR shall give ENGINEER timely no- tice of readiness of the Work for all required inspections, tests or approvals, and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. 13.4. OWNER shall employ and pay for the services of an independent testing laboratory to perform all inspections, tests, or approvals required by the Contract Documents except: 13.4.1. for inspections, tests or approvals covered by paragraph 13.5 below; 13.4.2. that costs incurred in connection with tests or inspections conducted pursuant to paragraph 13.9 below shall be paid as provided in said paragraph 13.9; and 13.4.3. as otherwise specifically provided in the Con- tract Documents. 13.5. If Laws .or Regulations of any public body having jurisdiction require any Work (or part thereof) specifically to be inspected, tested or approved by an employee or other repre- sentative of such public body, CONTRACTOR shall assume full responsibility for arranging and obtaining such inspections, tests or approvals, pay all costs in connection therewith, and furnish ENGINEER the required certificates of inspection, or 36 approval. CONTRACTOR shall also be responsible for arrang- ing and obtaining and shall pay all costs in connection with any inspections, tests or approvals required for OWNER's and ENGINEER's acceptance of. materials or equipment to be, incorporated in the Work, or of materials, mix designs, or equipment submitted for approval prior to CONTRACTOR's' purchase thereof for incorporation in the Work. 13.6. If any Work (or the work of others) that is to be inspected, tested or approved is covered by CONTRACTOR without written concurrence of ENGINEER, it must, if re- quested by ENGINEER, be uncovered for observation. 13.7. Uncovering Work as provided in paragraph 13.6 shall be at CONTRACTOR's expense unless CONTRACTOR has given ENGINEER timely notice of CONTRACTOR's inten- tion to cover the same and ENGINEER has not acted with reasonable promptness in response to such notice. Uncovering Work: 13.8. If any Work is covered contrary to the written request of ENGINEER, it must, if requested by ENGINEER, be uncovered for ENGINEER's observation and replaced at CONTRACTOR's expense. 13.9. If ENGINEER considers it necessary or advisable that covered Work be observed by ENGINEER or inspected or tested by others, CONTRACTOR, at ENGINEER's re- quest, shall uncover, expose or.otherwise make available for observation, inspection or testing as ENGINEER may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, CONTRACTOR shall pay all claims, costs, losses and damages caused by, arising out of or resulting from such uncovering, exposure, observation, inspection and testing and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, may make a claim therefor as provided in Article 11. If, however, such Work is not found to be defective, CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Times (or Milestones), or both, directly attributable to such uncovering, exposure, ob- servation, inspection, testing, replacement and reconstruction; and, if the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may make a claim therefor as pro- vided in Articles 11 and 12. OWNER May Stop the Work: 13.10. If the Work is defective, or CONTRACTOR fails to supply sufficient skilled workers or suitable materials or equip- ment, or fails to furnish or perform the Work in such a way that the completed Work will conform to the Contract Documents, OWNER may order CONTRACTOR to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of OWNER to stop the Work shall not give rise to any . duty on the �,�, . of OWNER to exercise this right for the benefit of CONTRACTOR or any surety or other party. Correction or Removal of Defective Work. - 13.11. If required by ENGINEER, CONTRACTOR shall promptly, as directed, either correct all defective Work, whether or not fabricated, installed or completed, or, if the Work has been rejected by ENGINEER, remove it from the site and replace it with Work that is not defective. CONTRACTOR shall pay all claims, costs, losses and damages caused by or resulting from such correction or removal (including but not limited to all costs of repair or replacement of work of others). 13.12. Correction Period 13.12.1. If within one year after the date of Substantial Completion or such longer period of time as may be pre- scribed by Laws or Regulations or by the terms of any applicable special guarantee required by the Contract Doc- uments or by any specific provision of the Contract Docu- ments, any Work is found to be defective, CONTRACTOR shall promptly, without cost to OWNER and in accordance with OWNER's written instructions: (i) correct such defec- tive Work, or, if it has been rejected by OWNER, remove it from the site and replace it with Work that is not defective, and (ii) satisfactorily correct or remove and replace any damage to other Work or the workof others resulting therefrom. If CONTRACTOR does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, OWNER may have the defective Work corrected or the rejected Work removed and replaced, and all claims, costs, losses and damages caused by or resulting from such re- moval and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by CONTRACTOR. 13.12.2. In special circumstances where a particular item of equipment is placed in continuous service before Substan- tial Completion of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Specifications or by Written Amendment. 13.12.3. Where defective Work (and damage to other Work resulting therefrom) has been corrected, removed or replaced under this paragraph 13.12, the correction period hereunder with respect to such Work will be extended for an additional period of one year after such correction or re- moval and replacement has been satisfactorily completed. Acceptance of Defective Work: 13.13. If, instead of requiring correction or removal and replacement of defective Work, OWNER (and, prior to ENGI- NEER's recommendation of final payment, also ENGINEER) prefers to accept it, OWNER may do so. CONTRACTOR shall 37 pay all claims, costs, losses and damages attributable to OWNER's evaluation of and determination to accept such defective Work (such costs to be approved by ENGINEER as to reasonableness). If any such acceptance occurs prior to ENGINEER's recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 11. If the acceptance occurs after such recommenda- tion, an appropriate amount will be paid by CONTRACTOR to OWNER. OWNER May Correct Defective Work. - 13.14. If CONTRACTOR fails within a reasonable time after written notice from ENGINEER to correct defective Work or to remove and replace rejected Work as required by ENGINEER in accordance with paragraph 13.11, or if CON- TRACTOR fails to perform the Work in accordance with the Contract Documents, or if CONTRACTOR fails to comply with any other provision of the Contract Documents, OWNER may, after seven days' written notice to CONTRACTOR, correct and remedy any such deficiency. In exercising the rights and remedies under this paragraph OWNER shall pro- ceed expeditiously. In connection with such corrective and remedial action, OWNER may exclude CONTRACTOR from all or part of the site, take possession of all or part of the Work, and suspend CONTRACTOR's services related thereto, take possession of CONTRACTOR's tools, appliances, construc- tion equipment and machinery at the site and incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow OWNER, OWNER's representatives, agents and employees, OWNER's other con- tractors.and ENGINEER and ENGINEER's Consultants ac- cess to the site to enable OWNER to exercise the rights and remedies under this paragraph. All claims, costs, losses and damages incurred or sustained by OWNER in exercising such rights and remedies will be charged against CONTRACTOR and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 11. Such claims, costs, losses and damages will include but not be limited to all costs of repair or replace- ment of work of others destroyed or damaged by correction, removal or replacement of CONTRACTOR's defective Work. CONTRACTOR shall not be allowed an extension of the Contract Times (or Milestones) because of any delay in the performance of the Work attributable to the exercise by OWNER of OWNER's rights and remedies hereunder. ARTICLE 14 —PAYMENTS TO CONTRACTOR AND COMPLETION Schedule of Values: 14.1. The schedule of values established as provided in paragraph 2.9 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to ENGINEER. Progress payments on account of Unit Price Work will be based on the number of units com- pleted. Application for Progress Payment: 14.2. At least twenty days before the date established for each, progress payment (but not more often than once a month), CONTRACTOR shall submit to ENGINEER for review an Application for Payment filled out and signed by CONTRACTOR covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. If payment is requested on the basis of materials and equip- ment not incorporated in the Work but delivered and suitably stored at the site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice or other documentation warranting that OWNER has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect OWNER's interest therein, all of which will be satisfactory to OWNER. The amount of retainage with respect to progress payments will be as stipulated in the Agreement. CONTRACTOR's Warranty of Title: 14.3. CONTRACTOR warrants and guarantees that title to all Work, materials and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to OWNER no later than the time of payment free and clear of all Liens. Review of Applications for Progress Payment: 14.4. ENGINEER will, within ten days after receipt of each Application for Payment, either indicate in writing a recommendation of payment and present the Application to OWNER, or return the Application to CONTRACTOR indi- cating in writing ENGINEER's reasons for refusing to recom- mend paymc:tt. In the latter case, CONTRACTOR may make the necessary corrections and resubmit the Application. Ten days after presentation of the Application for Payment to OWNER with ENGINEER's recommendation, the amount recommended will (subject to the provisions of the last sen- tence of paragraph 14.7) become due and when due will be paid by OWNER to CONTRACTOR. 14.5. ENGINEER's recommendation of any payment re- quested in an Application for Payment will constitute a repre- sentation by ENGINEER to OWNER, based on ENGINEER's on -site observations of the executed Work as an experienced and qualified design professional and on ENGINEER's review of the Application for Payment and the accompanying data and schedules, that to the best of ENGINEER's knowledge, infor- mation and belief: 14.5.1. the Work has progressed to the point indicated 14.5.2. the quality of the Work is generally in accor- dance with the Contract Documents (subject to an evalu- ation of the Work as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents, to a final determination of quantities and classifications for Unit Price Work under paragraph 9.10, and to any other quali- fications stated in the recommendation), and ' 14.5.3. the conditions precedent to CONTRACTOR's being entitled to such payment appear to have been fulfilled in so far as it is ENGINEER's responsibility to observe the Work. However, by recommending any such payment ENGINEER will not thereby be deemed to have represented that: (i) exhaustive or continuous on -site inspections have been made to check the quality or the quantity of the Work beyond the responsibilities specifically assigned to ENGINEER in the Contract Documents or (ii) that there may not be other matters or issues between the parties that might entitle CONTRAC- TOR to be paid additionally by OWNER or entitle OWNER to withhold payment to CONTRACTOR. 14.6. ENGINEER's recommendation of any payment, in- cluding final payment, shall not mean that ENGINEER is responsible for CONTRACTOR's means, methods, techniques, - sequences or procedures of construction, or the safety precau- tions and programs incident thereto, or for any failure of. CONTRACTOR to comply with Laws and Regulations appli- cable to the furnishing or performance of Work, or for any failure of CONTRACTOR to perform or furnish Work in accordance with the Contract Documents. 14.7. ENGINEER may refuse to recommend the whole or• any part of any payment if, in ENGINEER's opinion, it would be incorrect to make the representations to OWNER referred to in paragraph 14.5. ENGINEER may also refuse to recom- mend any such payment, or, because of subsequently discov- ered evidence or the results of subsequent inspections or tests, nullify any such payment previously recommended, to such extent as may be necessary in ENGINEER's opinion to protect OWNER from loss because: 14.7.1. the Work is defective, or completed Work has been damaged requiring correction or replacement, 14.7.2. the Contract Price has been reduced by Writ- ten Amendment or Change Order, 14.7.3. OWNER has been required to correct defec- tive Work or complete Work in accordance with paragraph 13.14, or 14.7.4. ENGINEER has actual knowledge of the oc- currence of any of the events enumerated in paragraphs 15.2.1 through 15.2.4 inclusive. OWNER may refuse to make payment of the full amount recommended by ENGINEER because: 14.7.5. claims have been made against OWNER on account of CONTRACTORs performance or furnishing of the Work, 38 14.7.6. Liens have been fill connection with the Work, except where CONTRACTOR has delivered a specific Bond satisfactory to OWNER to secure the satisfaction and discharge of such Liens, 14.7.7. there are other items entitling OWNER to a set-off against the amount recommended, or 14.7.8. OWNER has actual knowledge of the occur- rence of any of the events enumerated in paragraphs 14.7.1 through. 14.7.3 or paragraphs 15.2.1 through 15.2.4 inclusive; but OWNER must .give CONTRACTOR immediate written notice (with a copy to ENGINEER) stating the reasons for such action and promptly pay CONTRACTOR the amount so withheld, or any adjustment thereto agreed to by OWNER and CONTRACTOR, when CONTRACTOR corrects to OWN - ER's satisfaction the reasons for such action. Substantial Completion: 14.8. When CONTRACTOR considers the entire Work ready for its intended use CONTRACTOR shall notify OWNER and ENGINEER in writing that the entire Work is substantially complete (except for items specifically listed by CONTRAC- TOR as incomplete) and request that ENGINEER issue a certificate of Substantial Completion. Within a reasonable time thereafter, OWNER, CONTRACTOR and ENGINEER shall make an inspection of the Work to determine the status c,f completion. If ENGINEER does not consider the Work sub- stantially complete, ENGINEER will notify CONTRACTOR in writing giving the reasons therefor. If ENGINEER considers the Work substantially complete, ENGINEER will prepare and deliver to OWNER a tentative certificate of Substantial Com- pletion which shall fix the date of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected before final payment. OWNER shall have seven days after receipt of the tentative certificate during which to make written objection to ENGINEER as to any provisions of the certificate or attached list. If, after considering such objections, ENGINEER concludes that the Work is not substantially complete, ENGINEER will within fourteen days after submission of the tentative certificate to OWNER notify CONTRACTOR in writing, stating the reasons therefor. If, after consideration of OWNER's objections, EN- GINEER considers the Work substantially complete, ENGI- NEER will within said fourteen days execute and deliver to OWNER and CONTRACTOR a definitive certificate of Sub- stantial Completion (with a revised tentative list of items to be completed or corrected) reflecting such changes from the tentative certificate as ENGINEER believes justified after consideration of any objections from OWNER. At the time of delivery of the tentative certificate of Substantial Completion ENGINEER willdeliver to OWNER and CONTRACTOR a written recommendation as to division of responsibilities pend- ing final payment between OWNER and CONTRACTOR with respect to security, operation, safety, maintenance, heat, utili- ties, insurance and warranties and guarantees. Unless OWNER and CONTRACTOR agree otherwise in writing and so inform 39 ENGINEER in w..,,,,a prior to ENGINEER's, issuing the definitive certificate of Substantial Completion, ENGINEER's aforesaid recommendation will be binding on OWNER and CONTRACTOR until final payment. 14.9. OWNER shall have the right to exclude CONTRAC- TOR from the Work after the date of Substantial Completion, but OWNER shall allow CONTRACTOR reasonable access to complete or correct items on the tentative list. Partial Utilization: 14.10. Use by OWNER at OWNER's option of any sub- stantially completed part of the Work which: (i) has specifically been identified in the Contract Documents, or (ii) OWNER, ENGINEER and CONTRACTOR agree constitutes a sepa- rately functioning and usable part of the Work that can be used by OWNER for its intended purpose without significant inter- ference with CONTRACTOR's performance of the remainder of the Work, may be accomplished prior to Substantial Com- pletion of all the Work subject to the following: 14.10.1. OWNER at any time may request CON- TRACTOR in writing to permit OWNER to use any such part of the Work which OWNER believes to be ready for its intended use and substantially complete. If CON- TRACTOR agrees that such part of the Work is substan- tially complete, CONTRACTOR will certify to OWNER and ENGINEER that such part of the Work is substan- tially complete and request ENGINEER to issue a certif- icate of Substantial Completion for that part of the Work. CONTRACTOR at any time may notify OWNER and ENGINEER in writing that CONTRACTOR considers any such part of the Work ready for its intended use and substantially complete and request ENGINEER to issue a certificate of Substantial Completion for that part of the Work. Within a reasonable time after either such request, OWNER, CONTRACTOR and ENGINEER shall make an inspection of that part of the Work to determine its status of completion. If ENGINEER does not consider that part of the Work to be substantially complete, ENGI- NEER will notify OWNER and CONTRACTOR in writ- ing giving the reasons therefor. If ENGINEER considers that part of the Work to be substantially complete, the provisions of paragraphs 14.8 and 14.9 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 14.10.2. No occupancy or separate operation of part of the Work will be accomplished prior to compliance with the requirements of paragraph 5.15 in respect of property insurance. Final Inspection: 14.11. Upon written notice from CONTRACTOR that the entire Work or an agreed portion thereof is complete, ENGI- NEER will make a final inspection with OWNER and CON- TRACTOR and will notify CONTRACTOR in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. CONTRACTOR shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. Final Application for Payment: • 14.12. After CONTRACTOR has completed all such cor- rections to the- satisfaction of ENGINEER and delivered in accordance with the Contract Documents all maintenance and operating instructions, schedules, guarantees, Bonds, certifi- cates or other evidence of insurance required by paragraph 5.4, certificates of inspection, marked -up record documents (as provided in paragraph 6.19) and other documents, CONTRAC- TOR may make application for final payment following the procedure for progress payments. The final. Application for Payment shall be accompanied (except as previously delivered) by: (i) all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by subparagraph 5.4.13, (ii) consent of the surety, if any, to final payment, and (iii) complete and legally effective releases or waivers (satisfactory to OWNER) of all Liens arising out of or filed in connection with the Work. In lieu of such releases or waivers of Liens and as approved by OWNER, CONTRAC- TOR may furnish receipts or releases in full and an affidavit of CONTRACTOR that: (i) the releases and receipts include all labor, services, material and equipment for which a Lien could be filed, and (ii) all payrolls, material and equipment bills and other indebtedness connected with the Work for which OWNER or OWNER's property might in any way be responsible have been paid or otherwise satisfied. If any Subcontractor or Supplier fails to furnish such a release or receipt in full, CONTRACTOR may furnish a Bond or other collateral satis- factory to OWNER to indemnify OWNER against any Lien. Final Payment and Acceptance: 14.13. If, on the basis of ENGINEER's observation of the Work during construction and final inspection, and ENGI- NEER's review of the final Application for Payment and accompanying documentation as required by the Contract Documents, ENGINEER is satisfied that the Work has been completed and CONTRACTOR's other obligations under the Contract Documents have been fulfilled, ENGINEER will, within ten days after receipt of the final Application for Payment, indicate in writing ENGINEER's recommendation of payment and present the Application to OWNER for pay- ment. At the same time ENGINEER will also give written notice to OWNER and CONTRACTOR that the Work is acceptable subject to the provisions of paragraph 14.15. Oth- erwise, ENGINEER will return the Application to CON- TRACTOR, indicating in writing the reasons for refusing to recommend final payment, in which case CONTRACTOR shall make the necessary corrections and resubmit the Application. Thirty days after the presentation to OWNER of the Applica- tion and accompanying documentation, in appropriate form and substance and with ENGINEER's recommendation and notice of acceptability, the amount recommended by ENGI- NEER will become due and will be paid by OWNER to CONTRACTOR. t :`# 14.14. If, through no fault of CONTRACTOR, final com- pletion of the Work is significantly delayed and if ENGINEER. .so confirms, OWNER shall, upon receipt of CONTRACTOR's final Application for Payment and recommendation of ENGI- NEER, and without terminating the Agreement, make pay- ment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by OWNER for Work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if Bonds have been furnished as required in paragraph 5.1, the written con- sent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by CONTRACTOR to ENGINEER with the cation for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. Waiver of Claims: 14.15. The making and acceptance of final payment will constitute: 14.15.1. a waiver of all claims by OWNER against CONTRACTOR, except claims arising from unsettled Liens, from defective Work appearing after final inspection pursu- ant to paragraph 14.11. from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, or from CONTRACTOR's continuing ob= ligations under the Contract Documents; and 14.15.2. a waiver of all claims by CONTRACTOR against OWNER other than those previously made in writing -and still unsettled. ARTICLE 15 —SUSPENSION OF WORK AND TERMINATION OWNER May Suspend Work: 15.1. At any time and without cause, OWNER may sus- pend the Work or any portion thereof for a period of not more than ninety days by notice in writing to CONTRACTOR and ENGINEER which will fix the date on which Work will be resumed. CONTRACTOR shall resume the Work on the date so fixed. CONTRACTOR shall be allowed an adjustment in the Contract Price or an extension of the Contract Times, or both. directly attributable to any such suspension if CONTRACTOR makes an approved claim therefor as provided in Articles 11 and 12. OWNER May Terminate: 15.2. Upon the occurrence of any one or more of the following events: 40 /() 537/( CHANGE ORDER (Instructions on reverse side) No. 1 PROJECT Water System Improvements_- Hwy. 45 East and White*River Connections DATE OF ISSUANCE ..October 25, 1997 EFFECTIVE DATE ...... October 25, 1997 OWNER ...... City of Fayetteville, Arkansas ......................................................................... OWNER's Contract No. ...... -265 ..................... CONTRACTOR A -Team Construction CompanyENGINEER .McGoodwin, Williams and Yates, Inc. •.................................. You are directed to make the following changes in the Contract Documents. Description: 1) Install Megalugs at 6" and 12" fittings and valves. 2) Extend road crossing encasements as directed. Reason for Change Order: 1)Provide more positive restraint for fittings and valves. 2)Provide encasement lengths as required. Attachments: (List documents supporting change) Work Change Directive No. 1 including Quotes from A -Team Construction Company. CHANGE IN CONTRACT PRICE: CHANGE IN CONTRACT TIMES: Original Contract Price 0 ' 'nal Contract Times NO CHANC 944, 300.00 Subs tial Completion: $ Ready f)\l payment: days or dates Net changes from previous Change Orders No. = to No. = Net change from\revious Change Orders No. _ to No. $ N/A days Contract Price prior to this Change Order Contract Times prior to this ange Order 944 300.00 , Substantial Completion: $ Ready for final payment: days or dat Net Increase ( of this Change Order Net Increase (decrease) of this Change Ord\ $ 8,575.00 days Contract Price with all approved Change Orders Contract Times with all approved Change Orders 952 875.00 , Substantial Completion: $ Ready for final payment: days or dates McGoodwin, Williams and Z NDED:°plJ.a`n ignaturel Date: 6 -% 2 . 9 2 City of ayettev' le, AR APPROVE By: ner (&uthotit:ed Sigqututel F ec Hanna, Mayor Date: A -Team Construction Company ACCEPTED: By: L _ J. C. e�p il; ut iZ eS alurel Date: /O ^ o? 9 99 7 EJCDC No. 1910-8-B (1990 Edition) Prepared by the Engineers Joint Contract Documents Committee and endorsed by The Associated General Contractors of America. WORK CHANGE DIRECTIVE (Instructions on reverse side) No. 1 PROJECT Water System Improvements - Hwy. ..S East & White River Connections DATE OF ISSUANCE ..Pt........ EFFECTIVE DATE OWNER ......City„of, Fayetteville,,,Arlansas................................................ OWNER's Contract No. ...... Fy- 2 6 5.......................................................................... CONTRACTOR A -Team. C_onstructionENGINEER Mc Goodwin,,, Williams„anal ,Pate= Company Inc. You are directed to proceed promptly with the following change(s): Description: 1) Install Megalugs at 6" and 12" fittings and valves. 2)Extend road crossing encasements as directed. Purpose of Work Change Directive: 1) Obtain secure installation of fittings and valves on PVC pipe. 2 Obtain encasements of length satisfactory to Attachments: (List document zv supporting change the County. A-µ T.D 1)Quote from A -Team for Megalug. 2)Quote from A -Team for bore and encasement. If a claim is made that the above change(s) have affected Contract price or Contract Times any claim for a Change Order based thereon will involve one or more of the following methods of determining the effect of the change(s). Method of determining change in Contract Price: Ca Unit Prices 0 Lump Sum 0 Other B�1SKL. Esti nc e (�e6A e) in Contract Price: $ .00 t e change involves an increase, the estimated amount is not to be exceeded without further authorization. RECOMMENDED: Method of determining change in Contract Times: 0 Contractor's records ® Engineer's records 0 Other Estimated increase (decrease) in Contract Times: Substantial Completion: 0 days; Ready for final payment: 0 days. If the change involves an increase, the estimated times are not to be exceeded without further authorization. AUTHORIZED: McGoodwin, Williams and Yates,Inc. City of Fayetteville, Arkansas ENGINEER OWNER By: Tom Webb t"uthumed Sig iuict By: (Aw SiWii* e) EJCDC No. 1910-8-F (1990 Edition) Prepared by the Engineers Joint Cori ^ ct Documents Comm4tee and endorsed by The A.',ne algid r..... -d ('t."'". .' '--a-- Quote A -TEAM CONSTRUCTION 2146 N. CENTER FAY TTEViLLE, AR 72701 PHONE 603-233Q ! TV ' F _ Ei d LLB PttrchaselOr+er Terms Viral Info...... : < ► ' Q108 Date ;::: 10/02/97 A -TEAM CONSTRUCTION i 2145 N. CENTER F YETTEWLLE, AR 72701 PHONE 043.2330 City of Fayetteville Favetteville. Ark. P ase:t3r+d r: Teter C3eneral lnfotmation Req.# Quote CHANGE ORDER (Instructions on reverse side) No. 2 PROJECT Water System Improvements - Hwy. 45 East .............. and White River Connections DATE OF ISSUANCE ,DeceTber.l,..1997...... EFFECTIVE DATE .....October 25, 1997 .......................... OWNER .......X. , City of Fayetteville, Arkansas ................................................................................................... OWNER's Contract No. ....., '-265 .................... CONTRACTOR A -Team Construction Company ENGINEER �ood . Williams and Yates ..Inc. .................................................... You are directed to make the following changes in the Contract Documents. 1) Extend Gulley Road encasement; 2) Install water line in restricted Description: right-of-way; 3) Construct Sequoyah Pump Station at relocated site. Reason for Change Order: 1) Extend encasement beyond ditch line; 2) Avoid damage to private property; 3) Move pump station and improve lay -out. Attachments: (List documents supporting change) Layout Drawing of Pump Station. CHANGE IN CONTRACT PRICE: CHANGE IN CONTRACT TIMES: Original Contract Price Original Contract Times Substantial Completion: 120 calendar days $ 944,300.00 Ready for final payment: 150 calendar days days or dale Net changes from previous Change Order No. J.. t'/{6 /.Lt Net change from previous Change Orders No. _ to No. _ $ + 8,575.00 N/A days Contract Price prior to this Change Order Contract Times prior to this Change Order 120 calendar days Substantial Completion: $ 952, 875.00 Ready for final payment:150_ ca en ays days or dates Net Increase (/�6/�) of this Change Order Net Increase (OV ) of this Change Order 14,951.00 20 calendar days $ days Contract Price with all approved Change Orders Contract Times with all approved Change Orders 140 calendar days $ 967, 826.00 Substantial Completion: Ready for final payment: 170 calendar days days or dates McGoodwin, Williams and RECOMMENDED: YaS, Inc. By: C �t �CL _ _�fg�pe�il p7iQ�ignaturcl Date: ildL , � '. City of Fa tteville, AR A -Team Construction company APPROVED• ACCEPTED: By: By: C " Fred ann, a J. C. �'ei`plit;ut izpeignsuurcl Date: �a�� 9 7 Date: / `/ EJCDC No. 1910-8-B (1990 Edition) Prepared by the Engineers Joint Contract Documents Committee and endorsed by The Associated General Contractors of America. Y'6 d 537i STAFF REVIEW FORM N/A AGENDA REQUEST, FROM: Don Bunn Name ACTION REOUIRED: COST TO CITY: $ 14,951.00 Cost -This Request 5400 5600 5808 00 Account Number 96055 Project Number For Mayors Signature Engineering Division Public Works Department Approval of Change Order No. 2, White River Water Improvements, Phase 1. BUDGE ONTRACT REVIEW: Bu g Coordinator $1.038.730 Category/Project Budget $ 952,870 (Contract + C.O. 1) Funds Used To Date $ 85,860 Funds Remaining W/S Construction Category/Project Name Program Name Water and Sewer Fund Category X Budgeted Item Budget Adj. Attached Date Administrative Services Director Date X97 Date Date Purchasing Officer Date ADA Coordinat rD4'n l lILa2 nternal Auditor &I) - Date /2. 17 Date STAFF RECOMMENDATION: Staff Recommends approval of Change Order No. 2 Department Director Admin Services i ector Mayor 12-9-97 DateP Cross Reference 1zbL_ 'I-7 New Item: Yes No Date _ Prev Ord/Res #:84-97 Date Date Orig Contract Date: 9 - 2 - 97 STAFF REVIEW FORM N/A AGENDA REQUEST, FROM: Don Bunn Name City Council meeting of N/A Engineering Division Public Works Department ACTION REQUIRED: Mayor's signature on Change Order No. 1, Water System Improvements, White River Connections, Phase 1 COST TO CITY: $ 8,570.00 Cost -This Request 5400 5600 5808 00 Account Number 96055 Project Number UDG T CONTRACT REVIEW: Budget Coordinator $1, 038,730 Category/Project Budget $944,300 (Contract Amt) Funds Used To Date $ 94,430 (Approved Cont.) Funds Remaining W/S Construction Category/Project Name Program Name Water and Sewer Fund Category X Budgeted Item Budget Adj. Attached Date Administrative Services Director Date ccountin 6 Mager Date A Coo r Date Y' Cit Attorney Date Internal Auditor IL Date /C3 \ -c\ Purchasing Officer Date STAFF RECOMMENDATION: Approval of Change Order No. 1 vis' ad Date Cross Reference New Item: Yes No Department Director Date Prev Ord/Res #: 84-97 Admin vi es it or Da e Y A 7 Orig Contract Date: 9 - 2 - 97 May r Date t'E1� j9 CHANGE ORDER I (Instructions on reverse side) QM 3 PROJECT, Water System Improvements - Hwy. 45 East ........................... and White River Connections January 23, 1998 DATE OF ISSUANCE February 31 „1998 , , ..... EFFECTIVE DATE ............... ....................... OWNER ........ City . of Fayetteville, Arkansas ...................................................................................................... OWNER's Contract No. ......F'y.-�65 CONTRACTOR A ;Team. Construction, ,company ENGINEER i" cC 9O Wd • Xate�...IC You are directed to make the following changes in the Contract Documents. Description: Install septic system lateral lines on Hissom property on east side of residence at Station 158+00, Line 1. Reason for Change Order: To replace septic system lateral lines on west side of the residence removed in the course of water line construction. Attachments: (List documents supporting change) N/A CHANGE IN CONTRACT PRICE: CHANGE IN CONTRACT TIMES: Original Contract Price Original Contract Times 120 calendar days $ 944, 300.00 Substantial Completion: Ready for final payment: calendar ys days or dates Net changes from previous Change Orders No. 1 to No. ? Net change from previous Change Orders No. to No. �_ +23,526.00 $ +20 calendar days days Contract Price prior to this Change Order Contract Times prior to this Change Order Substantial Completion: 140 calendar days 967, 826.00 $ Ready for final payment: 170 calendar days days or dates Net Increase (d4'h�) of this Change Order Net Increase (decrease) of this Change Order 1,450.00 0 $ days Contract Price with all approved Change Orders Contract Times with all approved Change Orders Substantial Completion: 140 calendar days $ 969, 276.00 Ready for final payment: 170 calendar days days or dates McGoodwin, Williams RECOMMENDED: & tes, Inc. By: %C hnar e{ 1 thon{ _ _etpa(u11rct Date: ?e.h. q, g8 City of Fayetteville, AR APPROVED By: ,IZZ 0pwn&4Aulhgrized $jlan4lyrel ?red Hanna, Mayor Date: A -Team Construction Company ACCEPTED: By: J. C. uneT6C 1 r1z e_gnalurct Date: Z/ 7,/ 9R EJCDC No. 1910-8-B (1990 Edition) Prepared by the Engineers Joint Contract Documents Committee and endorsed by The Associated General Contractors of America. ISTATEMETII TO It - Le -'T-..-4' - I TERMS IN ACCOUNT WITH Harley Estes Construction ' eNltir4 ESTES ' 16767 Lake Sequoyah -Drive °9�yro: Fayetteville, AR 72701 I �� � it � • _ / �I .j�r s. I- I ■ 0 CHANGE ORDER (Instructions on reverse side) water system roveittt w - PROJECT . and . White . River . Connections ............................... Im 4 DATE OF ISSUANCE ......June 12 1998 EFFECTIVE DATE ............7une 12, 1998 ........ OWNER ...... City of Fayetteville, Arkansas ...................................................................................... OWNER's Contract No. ...... '.-265 .......... . . . ...... . CONTRACTOR . A -Team Construction Co. ENGINEER mcG°°Cw..' Williams and Yates, Inc. ct-i ............................................. You are directed to make the following changes in the Contract Documents. Extend contract time and provide payment for additional work on Metering Description:Station and Line 1 tie-ins, change pipe at Pressure Reducing Station, add fill at Pump Station, and install PRV boxes. Reason for Change Order. Inclement weather, redesign of Meter Station, unanticipated field conditions, and other changes shown on the Attachment 1. Attachments: (List documents supporting change) 1) Summary of changes, costs and supporting rkx-t mients . 2) Supnortinct documents. CHANGE IN CONTRACT PRICE: CHANGE IN CONTRACT TIMES: Original Contract Price Original Contract Times Substantial Completion: 120 calendar days $ 944, 300.00 Ready for final payment: 150 calendar days days or dates Net changes from previous Change Orders No. 1 to No. 3 Net change from previous Change Orders No.. 1 to No. 3 $ +24,976.00 +20 calendar days days Contract Price prior to this Change Order Contract Times prior to this Change Order Substantial Completion: 140 calendar days $ 969, 276.00 Ready for final payment: 170 calendar days days or dates Net Increase (4'c44) of this Change Order Net Increase WA6i4 t44 of this Change Order 21,370.60 +20 calendar days $ days Contract Price with all approved Change Orders Contract Times with all approved Change Orders Substantial Completion: 160 calendar days 990 646.60 , $ Ready for final payment: 190 calendar days days or dates McGoodwin, Williams and RECOMMENDED: Yates, Inc. By: Date: / J I City of Fayetteville, AR APPROVED• By. Owner IAuthyild Si Fren ji /or1 a Date: A -Team Construction eonpany ACCEPTED: By: Q L J . . `temp ; hositat$ ware) Date: EJCDC No. 1910-8-B (1990 Edition) Prepared by the Engineers Joint Contract Documents Committee and endorsed by The Associated General Contractors of America. Feb 4, 1998 McGoodwin, Williams and Yates, Inc. Richard Cantrell Project Manager 909 Rolling Hills Drive Fayetteville, AR 72703 Dear Mr. Cantrell, I am writing in regard to our time limit on the Highway 45 water extension. As you are aware, we have been making every effort to stay on schedule so as to provide water service to Fayetteville's customers as soon as possible. In spite of the limited work space, the unmarked utility lines, and unusual weather conditions, we have continued to make substantial progress. However, in the period of the first half of January, due to the excessive rainfall and extremely wet ground conditions, our work for the most part came to a standstill. As shown in the Resident Project Representative Reports for that period, we had 2" inches of snow on Dec. 28, light rain or drizzle on Jan. 2,3,7,12, and 14, 5" inches of rain on Jan. 4 and light snow on Jan. 8. The result of this unusual precipitation was that we were unable to work on the job site on the following dates: January 5,6,7,8,9, and 10. A total of 6 days. Work was slowed on other days during this period due to remobilizing in very muddy conditions. Another day was lost by one crew when we cut a telephone cable that was not marked and the following day was lost by both crews so that a missed telephone cable could be marked that paralelled our water line. We were also slowed down considerably by therestricted space we had to work on the Odom property and an unanticipated reroute on that property. While we do not want to delay this project and cause any hardship for Fayetteville, we request that the time limit be extended for an additional fifteen (15) days so that we can overcome the time we have lost due to the unusual weather and site conditions that we have encountered. We will continue to use every available day to it's best advantage and complete this project at the earliest possible time so as to get Fayetteville's customers a good water system. Thank you and the City of Fayetteville for your consideration of this matter. Sincerely, J.C. Selph JUN -09-98 05:55 PM A TEAM CONSTRUCTION P.02 A TEAM CONSTRUCTIC Q. 2145 N. CENTER FAYETTEVIL,LE, AR 72701 PHONE 843-2330 ORIGINAL METER STATION Quote Quote # Q102 %ate 02/18/98 ax 2 4X4'0" MJ X FLG WALL PIPE 207.74 415.48 1 4 TURBO METER W/STR. 2,355.82 2,355.82 1 4" CLA VALVE 1,520.26 1,520.26 2 4X2'6" PLO XFLG DIP 179.88 359.76 1 4X3'6" FLG XFLG DIP 198.40 198.40 7 4" B7G SET 10.80 75.60 1 CONCRETE VAULT W/HATCH 650.00 650.00 1 ELECTRICAL MATERIALS/LABOR 2,861.00 2,861.00 1 SB-2 DRIVEWAY 800.00 800.00 Subtotal 9,23 Tax@0.00% 0.00% .00 Total 9,236.32 JUN -09-98 05:56 PM A TEAM CONSTRUCTION P.03 A -TEAM CONSTRUCTIOP. _J. 2145 N. CENTER FAYETTEVILLE, AR 72701 PHONE 643-2330 [—Bill To: City of Fayetteville A 72701 Quote Quote.# Q145 ........... . Date. 02/14/98 Unit cost Tax Amount 1 12x8 MJ CROSS 241.00 241.00 1 12XS MJ TEE 178.00 178.00 2 8 MJ RW GATE VALVE 408.00 816.00 2 8X4MJTEE 101.00 202.00 2 8X6 PEXPE REDUCER 54.00 108.00 2 8 MJ 90 BEND 89.00 178.00 4 8 MI S/P SLEEVE 65.00 260.00 2 6" FXP 2'0" WITH WALL RING 8" FROM FLG 117.00 234.00 2 6 FLO RW GATE VALVE 282.00 564.00 2 4 MJ S/P SLEEVE 47.00 94.00 2 4" FXP 2'0" WITH WALL 8" FROM FLG 98.00 196.00 1 6 FLO X FLO DI PIPE 2'S" 145.00 145.00 2 4X3 FLO REDUCER 77.00 154.00 2 3 FLO RW GATE VALVE 197.00 394.00 1 3"X10" FXF FAB PIPE 62.00 62.00 1 3" W350 DRS -E W/HSPR 1100 DN-ACK-PAK IND. 2,009.68 2,009.68 20 8 TJ PR350 DI PIPE C/L 9.29 185.80 20 6 Ti PR350 DI PIPE C/L 8.03 160.60 14 8" MEGALUG MJ RESTRAINER 1108 48.00 672.00 8 6" MEGALUG MJ RESTRAINER 1106 27.00 216.00 6 4" MEGALUG MJ RESTRAINER 1104 21.00 126.00 2 4FLGFF1/8RRACC 8.06 16.12 6 3 FLG FF 1/8 RR ACC 5.26 31.56 5 6 FLG FF 1/8 RR ACC 11.88 59.40 1 3" #5801 BACK PRESSURE & SOL. 1,352.06 1,352.06 1 6" #9001 PRESSURE RED. VALVE 1,936.70 1,936.70 1 ELECTRICAL MATERIALS/LABOR 2,861.00 2,861.00 1 CONCRETE METER VAULT W/SB-2 BASE 3,400.00 3,400.00 1 ALUMINUM HALLIDAY H2R TOP FOR VAULT W/HATCH 2,050.00 2,050.00 1 S -B2 DRIVEWAY 1,000.00 1,000.00 1 METER STATION INSTALLATION 3,200.00 3,200.00 A ME Subtotal 23,102.92 Tax@0.00% 0.00% 0.00 Total 23,102.92 Feb. 23, 1998 McGoodwin, Williams and Yates, Inc. Richard Cantrell Project Manager 909 Rolling Hills Drive Fayetteville, AR 72703 Dear Mr Cantrell, In regard to the major price change for the metering station I would like to point out a few things that might not be obvious without closer examination. (1) The concrete vault on the new bid is considerably larger than the original bid and the top has to be formed to fit the new aluninum top that is now requested. Also the old vault could have been pre -cast and set in place at a much better cost. The new vault will have to be poured in place and considerable more work put into forming it. CMA,s will also need to be put into it when pouring. (2) The installation of the new valves and fittings will take several days longer to install than the old one. The old one would have been preassembled at the factory. The new ones will have to be assembled inside the vault. sincerely, Johnny Selph JUN -02-98 01:33 PM A TEAM CONSTRUCTION P.02 A -TEAM CONSTRUCTION CO. 2145 N. CENTER FYI17TEVILt.E, AR 72701 MiONE 843.2330 o: City of Fayetteville A 72701 General Information Quote Quote # Q406 Date 06/01/98 Quantity Description Unit Cost Tax Amount Benson Mtn -Change Galvanized Pipe to Brass 12 Ft. Brass 2" Pipe instead of Galvanized 30.00 360.00 Subtotal 360.00 Tax @ 0.00% 0.00 Total 360.00 JUN -02-98 01:35 PM A --AM CONSTRUCTION P. 07 April 2, 1998 QUOTE A -Team Construction Co. 2145 N. Center Fayetteville, AR 72701 To: City of Fayetteville Fayetteville, AR 72701 1 12"x6" Tapping Sleeve, Tap and 6" valve 1875.00 1 Meter Box, Yoke and PRV for yard lines 300.00 e -'"ti cc: McGoodwin, Williams & Yates S& 5oG . , o ; 24D0 • �o Johnny Selph ®�� JUN -02-98 01:34 PM CONSTRUCTION A -TEAM CONSTRUCTION CO. 2146. N. CENTER PAYETTEVILLE, AR 72701 PHONE 843-2330 i o: City of Fayetteville A 72701 Terms General Information P.03 Quote quote if Q405 Date 06/01/98 Quantity Description Unit Cost Tax Amount Sequoyah Pump Station- Add'l Hillside Fill 5 Loads hillside Fill 100.00 500.00 20 Additional Man Hours 20.00 400.00 2 Hrs Bulldozer/Operator 55.00 110.00 2 Hrs Roller/Operator 50.00 100.00 Subtotal 1,110.00 Tax @ 0.00% 0.00 Total 1,110.00 CHANGE ORDER 4 BORDEAUX VILLAGE DRIVE CROSSING A -TEAM CONSTRUCTION ADDITIONAL MATERIALS INSTALLED AND ITEMS OF WORK PERFORMED: (1.) Provide 3' fire hydrant extension.................................$495.00 (2.) Provide 18' of 5/8" allthread.......................................$36.00 (3.) Provide 2 cubic yd. Additional concrete reaction backing... .S130.00 (4.) 4 hours additional backhoe work .................................$200.00 $200.00 (5) 35.5 manhours of additional work x $16 (4, hr ...........568.00 TOTAL $1429.00 Note: The project engineers, McGoodwin, Williams, and Yates, prepared this summary of materials submitted by the contractor. JUN -02-98 01:35 PM A TEAM CONSTRUCTION P.07 April 2, 1998 QUOTE A -Team Construction Co. 2145 N. Center Fayetteville, AR 727O1 To: City of Fayetteville Fayetteville, AR 727O1 1 12"x6" Tapping Sleeve, Tap and 6" valve 1875.00 1 Meter Box, 4 P'"%& -Plt lInes 300.00 cc: McGoodwin, Williams & Yates Johnny Selph JUN -02-98 01:36 PM A TEAM CONSTRUCTION P. 09 A -TEAM CONSTRUCTION CO. 2145 N. CENTER FAYETTEVILLE, AR 72701 PHONE 643-2330 1l To: City of Fayetteville Ii A 72701 General Information Quote Quqte#I Q408 Date j 06/02/98 Quantity Lscription nitost ax Amount Relocate & Move Tie-in Hwy 45 3 Hrs Backhoe/operator 50.00 150.00 9 Man hours labor 20.00 180.00 Subtotal 330.00 Tax ® 0.00% 0.00 Total 330.00 Yo STAFF REVIEW FORM _ AGENDA REQUEST, a ores A rov FROM: Don Bunn Engineering Public Works Name Division Department ACTION REQUIRED: Approval of Change Order No.3,9, White River Water Improvements, Phase 1. COST TO CITY: S 1,450.00 Cost -This Request 5400 5600 58613 00 Account Number 96055 Project Number B GE' RACT REVIEW: � q Budget Coordinator S 1,038,730 Category/Project Budget S 967,821 Funds Used To Date 70,909 Funds Remaining W/S Construction Category/Project Name Program Name Water and Sewer Fund Category Budgeted Item Budget Adj. Attached Date Administrative Services Director Date Accountin' Ma`f ger Date ADA Coordinator Date —/7_, rte Ci y Attorney Date Internal Auditor Date Purchasing Officer Date STAFF RECOMMENDATION: Approval of Change Order No. 3. 2/16/98 Cross Reference j�Date _ New Item: Yes No Date Prev Ord/Res #: 84-97 ate Orig Contract Date: 9/2/97 Date CHANGE ORDER (Instructions on reverse side) No. 5 Water System Improvements - Hwy. 45 East PROJECT.and „White River„Connections DATE OF ISSUANCE ......y July 6 , 19 9 8 .. EFFECTIVE DATE ........July 6 , ..99. OWNER ...... ....................................................... .... ... .... ............... OWNER's Contract No..... 2 6 5 CONTRACTOR ,A -Team Construction COENGINEER ., McGoodwin, Williams and Yates, Inc. You are directed to make the following changes in the Contract Documents. Description: Provide payment to Contractor to reimburse him for purchase of 16 -foot gate. Reason for Change Order: Replace gate on Haley pt'operty, Sta. 117+10, Line 1, removed by unknown parties during construction. Attachments: (List documents supporting change) Receipt for "gate. CHANGE IN CONTRACT PRICE: CHANGE IN CONTRACT TIMES: Original Contract Price 0 nal Contract Times NO CHANGE Subst tial Completion: 9 4 4, 3 0 0. 0 0 $ Ready f final payment: days or dates Net changes from previous Change Orders No. 1 to No. Net change from revious Change Orders No. _ to No. $ 46,346.60 days Contract Price prior to this Change Order Contract Times prior to this ange Order 990, 646. 6 0 Substantial Completion: $Ready for final payment: days or dal Net Increase (4g(cfe,4) of this Change Order Net Increase (decrease) of this Change Orde 93.82 $ days Contract Price with all approved Change Orders Contract Times with all approved Change Orders 9 9 0, 7 4 0. 4 2 Substantial Completion: $ Ready for final payment: days or dates McGoodwin, Williams City of Fayetteville,AR A -Team Construction.uo. RECOMMENDED: & Yates / APPROVE ACCEPTED: P By: ��'l rJ.✓A By: /� � By:9)rl.. .J Engt er uthoriud Sig • t 1 Owner IAuthori Si nalurel o act IA horiz i n • are) icharc antpvre�ti Fred Ha or J. C.eiph, w&ner Date: O Date: Date: 7/9/9? EJCDC No. 1910-8-B (1990 Edition) Prepared by the Engineers Joint Contract Documents Committee and endorsed by The Associated General Contractors of America. Tractor Supply Company 2312 West 6th Street Fayetteville,AR 72703 (501) 582-2444 371 371000053 2 121475 06/29/98 08:45' 3603132 GATE TUBE 1166FT 2 IN 9 87.99 1.00 @ 87.99 Subtotal 5.83 6.63% Tax 93.82 Total 93.82 Check 8764 Chk#: 0.00 Change STAFF REVIEW FORM X REQUEST, Mayor's Approval FROM: Don Bunn Engineering Public Works Name Division Department ACTION REOUIRED: Approval of Change Order No. 4, White River Water Improvements, Phase 1. COST TO CITY: $21,370.60 Cost -This Request 5400 5600 5808 00 Account Number 96055 Project Number B GE ONTRACT REVIEW: udge Coordinator $ 702,396 Category/Project Budget $ 603,200 Funds Used To Date $ 99,196 Funds Remaining W/S Construction Category/Project Name Program Name Water and Sewer Fund Category X Budgeted Item Budget Adj. Attached G -ts -ye Date A ounting P1g r Date Administrative Services Director Date ADA Coo in t Date -/G - did Citt Attorney Date _—Internal Auditor Date ____________ (-j98 (_j9_98 Purchasing Officer Date STAFF RECOMMENDATION: Approval of Change Order No. 4. 6/18/98 DiiItsio He DateY1 Cross Reference U1J _ JWIIL _______ New Item: Yes No D artmZt Director Date / q Prev Ord/Res #: 84-97 Admin erv,,ices Dir cto Date GLt /`34'2` Orig Contract Date: 9/2/97 May r Date CHANGE ORDER (Instructions on reverse side) 6 No. Reconciliation Water System Improvements - Hwy. 45 East PROJECT .and..White..R.i3zer.. Connections DATE OF ISSUANCE •••' ....................EFFECTIVE DATE .......... July .................... OWNER .....City of Fayetteville, Arkansas .................................................................................... OWNER's Contract No. F — 2 6 5 .............. . CONTRACTOR c91zv.co.D ENGINEER N Gao.dwin,.. Williams.. and..Yates , Company Inc. You are directed to make the following changes in the Contract Documents. Description: Change bid quantities to final quantities. Reason for Change Order: Project accounts reconciliation. Attachments: (List documents supporting change) Estimate form with additions and deductions. CHANGE IN CONTRACT PRICE: CHANGE IN CONTRACT TIMES: NO CHANGE Original Contract Price O ' 'nal Contract Times 944,300.00 Subs tial Completion: $Ready f final payment: days or dates Net changes from previous Change Orders No. J.. to No. 5 Net change from revious Change Orders No.. —to No. $ 46,440.42 days Contract Price prior to this Change Order Contract Times prior to th3&iange Order Substantial Completion: 990, 740. 4 2 $Ready for final payment: days or dat Net Increase ,4I te) of this Change Order Net Increase (decrease) of this Change Orde 2,465.00 $ days Contract Price with all approved Change Orders Contract Times with all approved Change Orders 9 93 , 205. 42 Substantial Completion: $ Ready for final payment: days or dates McGoodwin, Williams City of Fayetteville, A -Team Construction Co. RECOMMENDED: and tes APPROVED: Ar ansas ACCEPTED: By: G/ By: By: turn)Owner (Authorir,d Si nature) J . C Co¢I e r ( thorized Si arum) Ri a 'neC�Yt!' ft§ Fred Hann i b `ipri Owner Date: Date:_________________ Date: I21' EJC C No. 1910-8-B (1990 Edition) Prepared by the Engineers Joint Contract Documents Committee and endorsed by The Associated General Contractors of America. ATTACHMENT TO CHANGE ORDER NO.6 (Reconciliation) . WATER SYSTEM IMPROVEMENTS HIGHWAY 45 EAST and WHITE RIVER CONNECTIONS PHASE I - INITIAL WHITE RIVER CONNECTIONS CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS PROJECT NO. Fy-265 this 1.12' Diameter Water Una Pipe 22,650 L.F. 22,678 21.00 28 588.00 - 2. 6' Diameter Water Une Pipe 10,000 L.F. 9,001 12.00 999 - 11,988.00 3. Compact Ductile Iron Fittings with Reaction Backing 5,000 Lbs. 5,501 3.00 501 1,503.00 - 4. 12' Butterfly Valves 17 Ea. 19 1,500.00 2 3,000.00 - 5. 6' Gate Valves 13 Ea 20 500.00 7 3,500.00 - 6. Fire Hydrant Assemblies 14 Ea. 13 1.500.00 1 1,500.00 7. Crossings for Paved Street, Driveway or Parking Lots 1,000 L.F. 965 25.00 35 - 875.00 8. Crossings for Unpaved Street, Driveway or Parking Lots 500 L.F 826 15.00 328 4,890.00 - 9. 8' Tapping Sleeve and Valve 2 Ea. 2 1,500.00 - - 10. Tie-in to Existing 6' Water Une 4 Ea. 6 500.00 2 1,000.00 - 11. Tie-in to Existing 4" Water Une 2 Ea. 2 400.00 - - 12. Tie-in to Existing 3' or 2' Water Una 7 Ea. 6 300.00 1 - 300.00 13. Plug Existing 2' Water Una 3 Ea. 1 100.00 2 - 200.00 14. Thrust Anchor 2 Ea. 2 600.00 - 15. Water Meter Settings 35 Ea. 44 300.00 9 2,700.00 - 16. Service Connection to Existing Water Meters 15 Ea. 16 250.00 1 250.00 - 17. Abandon Service Une from Existing Water Una 10 Ea. 21 150.00 11 1,650.00 - 18. Water Service Una 800 L.F. 507 6.00 293 - 1,758.00 19. Water Service Yard Une 850 L.F. 82 8.00 768 - 6,144.00 20. Hot-Mbced. Hot -Laid Asphalt Concrete 200 Tons 202 42.00 2 84.00 - 21. Nonreinforced Concrete Encasement 100 L.F. 100 50.00 - - 22. Highway 45 Bore 1 L.S. 1 9,500.00 - 23. Gulley Road Bore (WC 345) 1 L.S. 1 4,000.00 - - 23A. Rock Wall Bore 1 L.S. 1 2,500.00 - - 24. Fox Trail Bore (INC 2022) 1 L.S. 1 7,500.00 - 25. Rivercrest Road Bore (WC 4202) 1 L.S. 1 4,000.00 - - 26. Bordeaux Village road Bore (within Goshen city limits) 1 L.S. 1 7,500.00 - - 27. Lake Sequoyah Drive Bore (INC 50) 1 L.S. 1 3,500.00. - 28. WC 2117 Bore 1 L.S. 1 4,000.00 - - 29. Lake Sequoyah Drive Bore (WC 50) 1 L.S. 1 6,000.00 - - 30. Sequoyah Lake Bridge Crossing 1 L.S. 1 25,000.00 - - 31. Sequoyah Booster Pump Station 1 L.S. 1 73,651.00 - 32. Sequoyah Generator 1 L.S. 1 20,000.00 - - 33. Benson Generator I L.S. 1 18,000.00 - - 34. Control Valve and Water Meter Station 1 L.S. 1 21,366.80 - - 35. Crushed Stone Pipe Bedding 100 C.Y. 101 20.00 1 20.00 - 36. Trench or Safety Excavation System I L.S. 1 2,000.00 - - 37. Modify Existing Pump Station 1 L.S. 1 3,500.00 - - 38. County Road Bore (Typical) 1 L.S. - 1,500.00 1 - 1,500.00 39. 6' Megalugs 50 Ea. 171 25.00 121 3,025.00 40. 12" Megalugs 60 Ea. 102 80.00 42 3,360.00 - 41. Extend 12" Road Crossing Encasements 27 L.F. 27 75.00 - - 42. Extend 24" Road Crossing Encasement 5 L.F. - 100.00 5 500.00 43. Extend 20' Road Crossing Encasements 15 L.F. 19 90.00 4 360.00 - 44. 12" Diameter Water Una Pipe in restricted RAN 995 L.F. 1,125 10.00 130 1,300.00 45. Lump Sum, Septic System Repair 1 L.F. 1 1,450.00 - - 46. Pressure Relief Valve Box Installations 8 Ea. 8 300.00 - - 47. Install Copper Pipe at Existing Pump Station 1 1 360.00 - - 48. Additional Red Clay Fill at Sequoyah Pump Station 1 1 1,110.00 - - 49. Relocate Tie-in on Una 1, St 73+00 1 1 2,205.00 - - 50. Additional Work Bordeaux Village Tie-in, Una 1 1 1 1,429.00 - - 51. Provide Gate, Haley Property 1 1 93.82 SUB -TOTAL CONSTRUCTION >> $27,230.00 $24,765.00 Net Lnange iL,4W.uu OCT-03-1997 17 04 FIRST AR INS - SPRDL 5017501684 P.02.'i2 INSURANCE COVERAGE Water System Improvements Highway 45 East and White River Connections Phase I - Initial White River Connections Fayetteville, Arkansas Plans No. Fy-265 in addition to furnishing Insurance Certificates or binders which list the types, amounts, and expiration dates of the insurance for the project during the construction period, the Contractor's insurance agent shall provide the following information in order to assist the Owner in evaluating compliance with the insurance requirements. This completed form is to be forwarded to the Engineer along with the Insurance Certificate(s). A copy of this form is to be completed and signed by each insurance agent providing insurance coverage on the project. Types of Insurance Required by Policy Number which Covers the General Conditions and the Required Insurance: amended by the Supplementary conditions, pages SC -3 through SC -5, to be in effect during construction: SC -5.4.1 & SC -5.4.2: Workers Compensation SC -5.4.3, SC -5.4.4 and SC -5.4.5: Comprehensive General Liability SC -5.4.6: Comprehensive Automobile Liability SC -5.5: Owner's Liability Insurance SC -5.6: Property Insurance SC -5.7: Other Insurance (As Needed) Specify Need: Installation Floater TC885835396 100,000 Employer Liab/Staturtory WC ECA 25709693 1,000,000 w/1,000,000 Umbrella ECA 25709693 1.000.000 w/1.00n,000 Umbrella, Pending C)012., np0 nrp Eric;, N/A CNA Policy #Pending Limit $944.000 The above information provided by First Arkansas Insurance. Inc. (Agent's company name) P.O. Box 6070 (Agent's Address) (City) (State) (Zip Code) as insurance for TOTAL P.02 T-07-1997 11:25 FIRST AR INS - SPRDL 5017501684 P. 01/01 AcaRv CERT1FICA OF LIACSIL� i Iri J',' ••r-ATFa�a-1 1� THIS CERTIFICATE IS 1 D AS A MATTER Of INFORMATION RODUCER ONLY AND CONFERS N GUTS UPON THE CERTIFICATE ?isst ArknaenH Sasurance HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ?at Girard Ynsurance • ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. O . BOX 6070 COMPANIES AFFORDING COVERAGE 3psiugdale AR 72766- COMPANY S & P EatexpriHea, Inc. A Maryland Caasialty Companies 5 1-756-86x2 FCOMPANY CNA INSURED COMPANY A-TECONSTRUCTION C JOB 7OCOMPANY 2145 N. CIWTER D FAYETTEVILLE AR 72701 COVERAGESTO THE INSUREDTHIS IS TO CERTIFY ThAT ThEINDICATED. OTWIT STANDING POLICIES F INSURANCE REQUIREMENT, TERM ORDCONDIT N OF BELOW HAVE BEEN Y CONTTRACT OR OTHER DOCUMENT WITH FOR TO HICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES- LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLANS. POLICY NUMBER POUCY EFFECTIVE POUCY RATE EX IDDITYINom LIMITS coflT TYPE OF INSURANCE DATE (MMIDDIW) GENEATE E 1, 0 0 0, 0 0 0 GENERAL LU►BILTry 0 0 0, 0 0 0 A X COMMERCIAL GENERAL�IASILITY SCA2 57 0 9 6 9 3 05/22/97 05/22/ 5/22/ 98 PROD/OP AGG 1, { f PERSINJURY t $ 500, 000 CLAIMS MADE CXJ OCCUR EACHCE 5 500, 000 OWNER'S & CONTRACTOR'S PROT FIRE one 5e) j S 300,000 MEo an°^l $ 10,000 AUTOMOBILE UA9ILITY COMBNED SINGLE LIMIT I$ J., 0 0 0, 0 0 0 gCA25709693 05/22/97 05/22/98 A X ANY AUTO BODILY INJURY ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS X NON -OWNED AUTOS GARAGE LIABILITY 7 ANY AUTO OFM LIABILITY RELLA FORM URA6 9 0 91313ER THAN UMBRELLA FORM S COMPENSATION AND ERS' LIABILITY A ITHE PROPRIETOR/ INCL TC7 85835396 PARTNERS/EXECUTNE OFFICERS ARE! X EXCL AIEQUIPMENT COVERAGE I ZCJL2S709693 B Iastallata Floater PENDING ?u--;0t0ah:0ti1u�1Ox 265. Waiver o lo CERTIFICATE HOLDER Hpv 45 East & ctiOns, Fayette isms City of Fayetteville and DdcGoodmin Williams a Yates Inc 909 Rolling Willa Drive Fayetteville AR 72702 (Per person) BOOBY INJURY i (Per exldent) PROPERTY DAMAGE $ AUTO ONLY- EA ACCIDENT $ OTHER THAN AUTO ONLY; EACH ACCIDENT S AGGREGATE $ EACH OCCURRENCE $1,000,000 05/22/97 05/22/98 AGGREGATE I $1,000,0 EL EACH ACCIDENT 05/22/97 05/22/98 EL DISEASE -POLICY LIMIT s 500,000 EL DISEASE - -A EMPLOYEE $ 100,000 05/22/971 05/22/98 09/29/97 09/29/98 $1000 Ded 944,0000 to River Comieecctsions,Phase I, OCPpolicy auredCaass Hp ctto Yates is a d1 insured as to C CITY -FA SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL iLL.. DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR UABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES• s S. r 8ati.rprila.d, Inc. ®ACORD CORPORATION 1988 ACORD 25-S (1 TOTAL P.01