Loading...
HomeMy WebLinkAbout208-25 RESOLUTIONPage 1 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 208-25 File Number: 2025-1664 A RESOLUTION TO AWARD BID #25-43 AND AUTHORIZE A CONTRACT WITH KINCO CONSTRUCTORS IN THE AMOUNT OF $4,697,184.26 FOR WALKER PARK IMPROVEMENTS PHASE 1; TO RECOGNIZE SOUTH EAST QUADRANT PARK LAND DEDICATION FUNDS IN THE AMOUNT OF $613,685.00; TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $255,000.00; AND TO APPROVE A BUDGET ADJUSTMENT WHEREAS, a publicly driven master planning process for the 73-acre Walker Community Park was conducted in 2023 with the assistance of TSW consultants and approved by the Parks, Natural Resources, and Cultural Affairs Advisory Board on September 6, 2023; and WHEREAS, on December 19, 2023, City Council approved Resolution 287-23 that authorized a contract with TSW to prepare construction documents for the first phase of improvements based on the new master plan; and WHEREAS, on June 17, 2025, City Council approved Resolution 140-25 authorizing an agreement with the Arkansas Department of Parks, Heritage and Tourism for a grant through the Arkansas Outdoor Recreation program to assist in construction of the playground; and WHEREAS, this first phase of construction is focused on the south end of the park and includes lighted multipurpose fields, sand volleyball courts, horseshoe courts, yard game areas, playground, pickleball courts, rebuilt tennis courts, pavilions, landscaping, irrigation, and related park infrastructure. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #25-43 and authorizes a contract with Kinco Constructors in the amount of $4,697,184.26 Walker Park Improvements Phase 1, and further approves a project contingency in the amount of $255,000.00. Section 2: That the City Council of the City of Fayetteville, Arkansas recognizes south east quadrant park land dedication funds in the amount of $613,685.00. Section 3: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. PASSED and APPROVED on September 16, 2025 Resolution: 208-25 File Number: 2025-1664 Page 2 Approved: _______________________________ Molly Rawn, Mayor Attest: _______________________________ Kara Paxton, City Clerk Treasurer CONTRACT: Bid 25-43, Construction – Walker Park Improvements, Phase 1 Page 1 of 19 City of Fayetteville, AR Contract for Services Construction – Walker Park Improvements, Phase 1 Contractor: Kinco Constructors Term: Single Project THIS AGREEMENT is made this __________ day of , 2025, by and between City of Fayetteville, Arkansas, acting by and through its Mayor (hereinafter called CITY OF FAYETTEVILLE or CITY) and Kinco Constructors (hereinafter called KINCO). CITY OF FAYETTEVILLE from time to time requires professional construction services in connection with construction projects. Therefore, CITY OF FAYETTEVILLE and KINCO, in consideration of their mutual covenants, agree as follows: Work performed by KINCO shall be performed under a valid, active, current license with the Arkansas Contractor’s Licensing Board with the appropriate classification. KINCO shall follow all federal, state, and local laws at all times. 1.Contracted parties and relationship: a.This agreement shall be binding between all parties. Fees shall be provided as identified in appendices. i.KINCO’s Tax identification number (TIN) ending in 8789 ii.KINCO’s Arkansas Contractor License No. 0090280426 iii.KINCO’s Secretary of State Filing No. 100192097 2.Entire Agreement and Exhibits: This Agreement sets forth the entire agreement and understanding between the parties on the subject matter of this Agreement. Neither party shall be bound by any conditions, definitions, representations or warranties with respect to the subject matter of this Agreement other than those as expressly provided herein. a.Appendices included under this agreement include the following: i.Appendix A: Bid Tabulation ii.Appendix B: Bid package identified as Bid 25-43, Construction – Walker Park Improvements, Phase 1 with the specifications and conditions typed thereon inclusive of all bidding documents, plans and drawings, and issued addenda. iii.Appendix C: KINCO’s bid submittal iv.Appendix D: KINCO’s Certificate of Insurance v.Appendix E: KINCO’s 100% Performance and Payment Bonds 1.Appendix D and E shall be submitted to the City within the timeframe identified in the bid documents or 10 (ten) calendar days from approval by City Council. b.This agreement may be modified only by a duly executed written instrument signed by the CITY and KINCO. c.ORDER OF PRECEDENCE: In case of any inconsistency, conflict, or ambiguity among the Contract Documents, the documents shall govern in the following order: (a) Change Orders and written amendments to this Agreement which are executed by all parties; (b) the Agreement; (c) KINCO’s Bid Proposal (d) City’s published bid and associated Addenda. 16 September CONTRACT: Bid 25-43, Construction – Walker Park Improvements, Phase 1 Page 2 of 19 City of Fayetteville, AR 3.Notices: Any notice required under this Agreement shall be in writing, address to the appropriate party at the following addresses: a.City of Fayetteville: 113 W. Mountain, Fayetteville, AR 72701 b.Contractor: Kinco Constructors, 3803 Kelley Ave., Springdale, AR 72762 4.General Provisions: a.ETHICS: All parties shall perform with integrity. Each shall avoid conflicts of interest and promptly disclose to any other part any conflicts that may arise. All parties warrant that it has not and shall not pay or receive any contingent fees or gratuities to or from any other party, including agents, officer’s employers, Subcontractors, Sub subcontractors, Suppliers, Volunteers, Elected Officials, or Others to secure preferential treatment. b.Workmanship: The Work shall be executed in accordance with the Contract Documents. All materials used in the Work shall be furnished in sufficient quantities to facilitate the proper and expeditious execution of the Work and shall be new except as otherwise provided in the Contract Documents. c.MATERIALS FURNISHED BY CITY OR OTHERS: If the Work includes installation of materials or equipment furnished by City or Others, it shall be the responsibility of KINCO to examine the items so provided and thereupon handle, store, and install the items, unless otherwise provided in the Contract Documents, with such skill and care as to provide a satisfactory and proper installation. Loss or damage due to acts or omissions of KINCO shall be the responsibility of KINCO and may be deducted from any amounts due or to become due. Any defects discovered in such materials or equipment shall be reported at once to the City and the City’s contracted third-party Design Professional. Following receipt of written notice from KINCO of defects, City and Design Professional shall promptly inform the City what action, if any, KINCO shall take with regard to the defects. d.WORKSITE VISIT: KINCO acknowledges that it has visited, or has had the opportunity to visit, the Worksite to visually inspect the general and local conditions which could affect the Work. e.KINCO shall perform all duties and responsibilities necessary to coordinate the various parts of the Work and to prepare its Work for the work of City or Others. i. Cutting, patching, or altering the work of City or Others shall be done with the prior written approval of City and Design Professional. Such approval shall not be unreasonably withheld. f.COMPLIANCE WITH LAWS: KINCO shall comply with all the Law at its own cost. KINCO shall be liable to City for all loss, cost, or expense attributable to any acts or omissions by KINCO, its employees, subcontractors, suppliers, and agents for failure to comply with Laws, including fines, penalties, or corrective measures. g.COST OF CORRECTING DAMAGED OR DESTROYED WORK: With regard to damage or loss attributable to the acts or omissions of City or Others and not to KINCO, City may either (a) promptly remedy the damage or loss and assume affected warranty responsibilities, (b) accept the damage or loss, or (c) issue a Change Order to remedy the damage or loss. If KINCO incurs costs or is delayed due to such loss or damage, KINCO may seek an equitable adjustment in the Cost of the Work, Date of Substantial Completion or Date of Final Completion. Any equitable adjustment shall be approved by all parties. h.Taxes and Permits: KINCO shall give public authorities all notices required by law and shall obtain and pay for all necessary permits, licenses, and renewals pertaining to the Work. KINCO shall provide to City copies of all notices, permits, licenses, and renewals required under this Agreement. i.KINCO shall pay applicable taxes and permit fees associated with the entire project. CONTRACT: Bid 25-43, Construction – Walker Park Improvements, Phase 1 Page 3 of 19 City of Fayetteville, AR i.DISCOUNTS: All discounts for prompt payment shall accrue to City. All trade discounts, rebates, and refunds, and all returns from sale of surplus materials and equipment, shall be credited to the Cost of the Work, or directly to the City after final payment. j.City may occupy or use completed or partially completed portions of the Work when (a) the portion of the Work is designated in a Certificate of Substantial Completion, (b) appropriate insurer(s) consent to the occupancy or use, and (c) public authorities authorize the occupancy or use. KINCO shall not unreasonably withhold consent to partial occupancy or use. k.EXTENT OF AGREEMENT: Except as expressly provided, this Agreement is for the exclusive benefit of all Parties, and not the benefit of any third party. This Agreement represents the entire and integrated agreement between the Parties, and supersedes all prior negotiations, representations, or agreements, either written or oral. This Agreement and each and every provision is for the exclusive benefit of all Parties and not for the benefit of any third party. l.ASSIGNMENT: Except as to the assignment of proceeds, no Party shall assign their interest in this Agreement without the written consent of the other Party. The terms and conditions of this Agreement shall be binding upon all Parties, their partners, successors, assigns, and legal representatives. No Party shall assign the Agreement without written consent of the other. m.Where figures are given, they shall be preferred to scaled dimensions. n.The drawings and specifications are complementary. If Work is shown only on one but not on the other, KINCO shall perform the Work as though fully described on both. KINCO shall seek clarification from the City or the City’s third-party Design Professional for any discrepancies. o.In case of conflicts between the drawings and specifications, the specifications shall govern unless otherwise stated in the bidding documents. In any case of omissions or errors in figures, drawings, or specifications, KINCO shall immediately submit the matter to City and Design Professional for clarification. The City’s clarifications are final and binding, which may include third-party Design Professional content. p.DEBARMENT AND SUSPENSION: By execution of this agreement, KINCO certifies that to the best of its knowledge and belief that the KINCO and its principals: i.Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; ii.Have not within a three year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; iii.Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (2) of this certification; and iv.(d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. v.KINCO understands that a false statement on certification regarding debarment and suspension may be grounds for rejection of this proposal or termination of the award. In addition, under 18 USC Sec. 1001, a false statement may result in a fine. I further certify that I will obtain a similar certification for each subcontract awarded in excess of $50,000. CONTRACT: Bid 25-43, Construction – Walker Park Improvements, Phase 1 Page 4 of 19 City of Fayetteville, AR vi. Certifications for subcontracts or sub subcontracts executed under this agreement shall include all language in this section. 5.Definitions: Unless otherwise specifically defined in this Agreement, any terms that have well-known technical or trade meanings shall be interpreted in accordance with their well-known meanings. a.“Business Day” means all Days, except weekends and official federal or state holidays where the Project is located. b.A “Change Order” is a written order signed by all Parties after execution of this Agreement, indicating changes in the scope of the Work, and Date of Substantial Completion or Date of Final Completion. c.“Contract Time” is the period between the Date of Notice to Proceed and the total time authorized to achieve Final Completion. d.“Cost of the Work” means the total costs and discounts charged to the City. e. The “Vendor” is the person or entity identified in this contract and includes Vendor's Representative. f.“Day” means a calendar day unless otherwise specified. g.“Defective Work” is any portion of the Work that that does not conform with the requirements of the Contract Documents. h.“Design Professional” means the licensed architect retained by the City and its subconsultants, to perform design services for the Project. i.“Final Completion” occurs on the date when Vendor’s obligations under this Agreement are complete and accepted by City and final payment becomes due and payable. This date shall be confirmed by a Certificate of Final Completion signed by all Parties. j.“Hazardous Material” is any substance or material identified now or in the future as hazardous under the Law, or any other substance or material that may be considered hazardous or otherwise subject to statutory or regulatory requirement governing handling, disposal, or cleanup. k.“Interim Directive” is a written order containing change to the Work directed by and in consultation with City and Design Professional after execution of this Agreement and before Substantial Completion. Interim Directives shall be consolidated and formalized in a change order to be signed by all parties. l.“Law” means federal, state, or local laws, ordinances, codes, rules, and regulations applicable to the Work with which Vendor must comply that are enacted as of the Agreement date. m.“Others” means City’s other: (a) contractors/constructors, (b) suppliers, (c) subcontractors, sub subcontractors, or suppliers of (a) and (b); and others employed directly or indirectly by (a), (b), or (c) or any by any of them or for whose acts any of them may be liable. n.“Overhead” means (a) payroll costs, burden, and other compensation of Vendor’s employees in Vendor’s principal and branch offices for work associated with this project. o.“Owner” is the City of Fayetteville, Arkansas (City). p.The “Owner's Program” is an initial description of Owner's objectives, including budgetary and time criteria, space requirements and relationships, flexibility and expandability requirements, special equipment and systems, site requirements, and any requirements for phased occupancy. q.The “Parties” are collectively City and Vendor. r.The “Project,” is the building, facility, or other improvements for which Vendor is to perform Work under this Agreement. It may also include construction by Owner or Others. CONTRACT: Bid 25-43, Construction – Walker Park Improvements, Phase 1 Page 5 of 19 City of Fayetteville, AR s.The “Schedule of the Work” is the document prepared by Vendor that specifies the dates on which Vendor plans to begin and complete various parts of the Work, including dates on which information and approvals are required from City. t.“Subcontractor” is a person or entity retained by Vendor as an independent contractor to provide the labor, materials, equipment, or services necessary to complete a specific portion of the Work. The term Subcontractor does not include Design Professional or Others. u.“Substantial Completion” of the Work, or of a designated portion, occurs on the date when the Work is sufficiently complete in accordance with the Contract Documents so that City may occupy or utilize the Work, or a designated portion, for the use for which it is intended, without unapproved disruption. This date shall be confirmed by a certificate of Substantial Completion signed by all Parties. v.A “Sub subcontractor” is a person or entity who has an agreement with a Subcontractor or another sub subcontractor or Supplier to perform a portion of the Subcontractor’s Work or supply material or equipment. w.A “Supplier” is a person or entity retained by Vendor to provide material or equipment for the Work. x.“Terrorism” means a violent act, or an act that is dangerous to human life, property, or infrastructure, that is committed by an individual or individuals and that appears to be part of an effort to coerce a civilian population or to influence the policy or affect the conduct of any government by coercion. Terrorism includes, but is not limited to, any act certified by the United States government as an act of terrorism pursuant to the Terrorism Risk Insurance Act, as amended. y.“Work” means the construction services necessary or incidental to fulfill Vendor’s obligations for the Project in accordance with and reasonably inferable from the Contract Documents. The Work may refer to the whole Project or only a part of the Project if work is also being performed by Owner or Others. z.“Worksite” means the area of the Project where the Work is to be performed. aa. “Bi-monthly basis” means every fourteen to sixteen calendar days. 6.Contract Document Review and Administration a. Before commencing the Work, KINCO shall examine and compare the drawings and specifications with information furnished by the City and Design Professional that are considered Contract Documents, relevant field measurements made by KINCO, and any visible conditions at the Worksite affecting the Work. b. Should KINCO discover any errors, omissions, or inconsistencies in the Contract Documents, KINCO shall promptly report them to the City and Design Professional. Following receipt of written notice of defects, City shall promptly inform KINCO what action, if any, KINCO shall take with regard to the defect. c.Nothing in this section shall relieve KINCO of responsibility for its own errors, inconsistencies, or omissions. d.COST REPORTING: KINCO shall maintain complete, accurate, and current records that comply with generally accepted accounting principles and calculate the proper financial management under this Agreement. KINCO shall maintain a complete set of all books and records prepared or used by KINCO with respect to the Project. City shall be afforded access to all of KINCO's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to this Agreement. KINCO shall preserve all such records for a period of three years after the final payment or longer where required by Law. CONTRACT: Bid 25-43, Construction – Walker Park Improvements, Phase 1 Page 6 of 19 City of Fayetteville, AR 7.Warranty a.KINCO warrants all materials and equipment furnished under the Construction Phase of this Agreement will be new unless otherwise specified, of good quality, in conformance with the Contract Documents, and free from defective workmanship and materials. At City or Design Professional request, KINCO shall furnish satisfactory evidence of the quality and type of materials and equipment furnished. KINCO further warrants all Work shall be free from material defects not intrinsic in the design or materials required in the Contract Documents. KINCO's warranty does not include remedies for defects or damages caused by normal wear and tear during normal usage beyond the warranty period, use for a purpose for which the Project was not intended, improper or insufficient maintenance, modifications performed by the City or others, or abuse. KINCO 's warranty shall commence on the Date of Final Completion of the Project. b.To the extent products, equipment, systems, or materials incorporated in the Work are specified and purchased by the City, they shall be covered exclusively by the warranty of the manufacturer. There are no warranties which extend beyond the description on the face of any such warranty. For such incorporated items, ALL OTHER WARRANTIES EXPRESSED OR IMPLIED INCLUDING THE WARRANTY OF MERCHANTABILITY AND THE WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE ARE EXPRESSLY DISCLAIMED. c.KINCO shall obtain from its Subcontractors and Suppliers any special or extended warranties required by the Contract Documents. KINCO's liability for such warranties shall be limited to the one-year correction period, as further defined in this Agreement. After that period KINCO shall provide full and comprehensive assistance to the City in enforcing the obligations of Subcontractors or Suppliers for such extended warranties. d.Correction of Work: i.If before Substantial Completion or within two-years after the date of Final Completion of the Work any Defective Work is found, City shall promptly notify KINCO in writing. Unless City provides written acceptance of the condition, KINCO shall promptly correct the Defective Work at its own cost and time and bear the expense of additional services required for correction of any Defective Work for which it is responsible. If within the two-year correction period City discovers and does not promptly notify KINCO or give KINCO an opportunity to test or correct Defective Work as reasonably requested by KINCO, City waives KINCO 's obligation to correct that Defective Work as well as City’s right to claim a breach of the warranty with respect to that Defective Work. ii.If KINCO fails to correct Defective Work within a reasonable time after receipt of written notice from City before final payment, City may correct it in accordance with the City's right to carry out the Work. In such case, an appropriate Change Order shall be issued deducting the cost of correcting the Defective Work from payments then or thereafter due KINCO. If payments then or thereafter due KINCO are not sufficient to cover such amounts, KINCO shall pay the difference to City. iii.KINCO’s obligations and liability, if any, with respect to any Defective Work discovered after the two-year correction period shall be determined by the Law. If, after the two-year correction period but before the applicable limitation period has expired, City discovers any Work which City considers Defective Work, City shall, unless the Defective Work requires emergency correction, promptly notify KINCO and allow KINCO an opportunity to correct the Work if KINCO elects to do so. If KINCO elects to correct the Work, it shall provide written notice of such intent within fourteen (14) Days of its receipt of notice from City and shall complete the correction of Work within a mutually agreed timeframe. If KINCO does not elect to correct the Work, City may have the Work corrected by itself or Others, and, if City intends to seek recovery of those costs from KINCO, City shall promptly provide KINCO with an accounting of the actual correction costs. CONTRACT: Bid 25-43, Construction – Walker Park Improvements, Phase 1 Page 7 of 19 City of Fayetteville, AR iv.If KINCO's correction or removal of Defective Work causes damage to or destroys other completed or partially completed work or existing building, KINCO shall be responsible for the cost of correcting the destroyed or damaged property. v. The two-year period for correction of Defective Work does not constitute a limitation period with respect to the enforcement of KINCO's other obligations under the Contract Documents. vi.Before final payment, at City option and with KINCO's agreement, City may elect to accept Defective Work rather than require its removal and correction. In such cases the contract shall be equitably adjusted for any diminution in the value, as determined by City, of the Project caused by such Defective Work via formal written change order. 8.Safety of Persons and Property a.SAFETY PROGRAMS: KINCO holds overall responsibility for safety programs. However, such obligation does not relieve Subcontractors of their safety responsibilities and to comply with the Law. KINCO shall prevent against injury, loss, or damage to persons or property by taking reasonable steps to protect: (a) its employees and other persons at the Worksite; (b) materials and equipment stored at onsite or offsite locations for use in performing the Work; and (c) property located at the Worksite and adjacent to work areas, whether or not the property is part of the Worksite. b.KINCO'S SAFETY REPRESENTATIVE: KINCO shall designate an individual at the Worksite in its employ as its safety representative. Unless otherwise identified by KINCO in writing to City, KINCO’s project superintendent shall serve as its safety representative. KINCO shall report promptly in writing all recordable accidents and injuries occurring at the Worksite. When KINCO is required to file an accident report with a public authority, KINCO shall furnish a copy of the report to City. c.KINCO shall provide City with copies of all notices required of KINCO by the Law. KINCO's safety program shall comply with the requirements of governmental and quasi-governmental authorities having jurisdiction. i. Damage or loss not insured under property insurance that may arise from the Work, to the extent caused by negligent or intentionally wrongful acts or omissions of KINCO, or anyone for whose acts KINCO may be liable, shall be promptly remedied by KINCO. d.If City deems any part of the Work or Worksite unsafe, City, without assuming responsibility for KINCO's safety program, may require performance of the Work be stopped, and take corrective measures satisfactory to City. If KINCO does not adopt corrective measures, City may perform them and deduct their cost from the Contract amount KINCO agrees to make no claim for damages, an increase in the Contract amount, or for a change in the Dates of Substantial or Final Completion based on KINCO's compliance with City’s reasonable request. 9.Subcontracts: a. BINDING OF SUBCONTRACTORS AND SUPPLIERS: KINCO agrees to bind every Subcontractor and Supplier and require every Subcontractor to so bind its subcontractors and significant supplier, to the Contract Documents as they apply to the Subcontractor's or Supplier's applicable provisions to that portion of the Work. b.KINCO agrees not to subcontract at risk related services without prior written consent from the City. 10.Fees, Expenses, and Payments: a.KINCO, at its own cost and expense, shall furnish all labor, materials, supplies, machinery, equipment, tools, supervision, bonds, insurance, tax permits, and all other accessories and services necessary to CONTRACT: Bid 25-43, Construction – Walker Park Improvements, Phase 1 Page 8 of 19 City of Fayetteville, AR complete items bid per Bid 25-43 as stated in KINCO’s bid response, and in accordance with specifications attached hereto and made a part hereof under Bid 25-43, all included herein as if spelled out word for word. b.This turn-key project providing labor and materials shall be provided to the City for a not to exceed fee of $4,697,184.26 US Dollars, not including any City Council approved contingency. c.The City of Fayetteville shall pay KINCO for completion of the project based on a percentage of work completed. At no point shall payment exceed the percentage of work completed, as determined by the City. d.Payments will be made after approval and acceptance of work and submission of invoice Payments will be made approximately 30 days after approval of invoice. The City of Fayetteville reserves the right to request receipts for materials purchased for the City of Fayetteville from suppliers, subcontractors, or other sources. The City of Fayetteville does not agree to any interest or penalty for “untimely” payments. e.The City reserves the right to withhold five percent (5%) retainage from all payments until project is completed in full. f.Not to exceed pricing shall include but not be limited to: i.Labor wages directly employed by KINCO in performing of the Work. ii. Salaries of KINCO 's employees when stationed at the field office, in whatever capacity employed, employees engaged on the road expediting the production or transportation of material and equipment, and employees from the principal or branch office as mutually agreed by the Parties in writing. iii.Cost of all employee benefits and taxes, including but not limited to, workers' compensation, unemployment compensation, social security, health, welfare, retirement, and other fringe benefits as required by law, labor agreements, or paid under KINCO's standard personnel policy, insofar as such costs are paid to employees of KINCO who are included in the Cost of the Work. iv.Transportation, travel, hotel, and moving expenses KINCO's personnel incurred in connection with the Work. v.Cost of all materials, supplies, and equipment incorporated in the Work, including costs of inspection and testing if not provided by City, transportation, storage, and handling. vi. Payments made by KINCO to Subcontractors for work performed under this Agreement. vii.Cost, including transportation and maintenance of all materials, supplies, equipment, temporary facilities, and hand tools not owned by the workers that are used or consumed in the performance of the Work, less salvage value or residual value; and cost less salvage value on such items used, but not consumed that remain the property of KINCO. viii.Rental charges of all necessary machinery and equipment, exclusive of hand tools owned by workers, used at the Worksite, whether rented from KINCO or others, including installation, repair, and replacement, dismantling, removal, maintenance, transportation, and delivery costs at competitive market rates. ix.Cost of the premiums for all insurance and surety, performance, and payment bonds which KINCO is required to procure or deems necessary and approved by City. x.Sales, use, gross receipts, or other taxes, tariffs, or duties related to the Work for which KINCO is liable. xi.Permits, taxes, fees, licenses, tests, royalties. CONTRACT: Bid 25-43, Construction – Walker Park Improvements, Phase 1 Page 9 of 19 City of Fayetteville, AR xii.Losses, expenses, or damages to the extent not compensated by insurance or otherwise, and the cost of corrective work during the Construction Phase and for the warranty period. xiii. Costs associated with establishing, equipping, operating, maintaining, mobilizing and demobilizing the field office and site. xiv.Water, power, and fuel costs necessary for the Work. xv.Cost of removal of all nonhazardous substances, debris, and waste materials. xvi.Costs incurred due to an emergency affecting the safety of persons or property. xvii. Costs directly incurred in the performance of the Work or in connection with the Project, and not included in KINCO's Fee, which are reasonably inferable from the Contract Documents. g.STORED MATERIALS AND EQUIPMENT: Unless otherwise provided in the contract documents, applications for payment may include materials and equipment not yet incorporated into the Work but delivered to and suitably stored onsite or offsite including applicable insurance, storage, and costs incurred transporting the materials to an offsite storage facility. Approval of payment applications for stored materials and equipment stored offsite shall be conditioned on a submission by KINCO of bills of sale and proof of required insurance, or such other documentation satisfactory to City to establish the proper valuation of the stored materials and equipment, City’s title to such materials and equipment, and to otherwise protect City’s interests therein, including transportation to the Worksite. Materials and equipment stored offsite shall be in a bonded and insured secure facility. h.FINAL PAYMENT: Upon satisfactory completion of the work performed under this Agreement, as a condition before final payment under this Agreement, or as a termination settlement under this Agreement, KINCO shall execute and deliver to CITY OF FAYETTEVILLE a release of all claims against CITY OF FAYETTEVILLE arising under or by virtue of this Agreement, except claims which are specifically exempted by KINCO to be set forth therein. i.Unless otherwise provided in this Agreement or by State law or otherwise expressly agreed to by the parties to this Agreement, final payment under this Agreement or settlement upon termination of this Agreement shall not constitute a waiver of CITY OF FAYETTEVILLE’s claims against KINCO or sureties under this Agreement. 11.Project Bonding - Performance and payment bonding: After execution of this contract by all parties, KINCO shall provide 100% separate performance and payment bonds (inclusive of any approved contingency) from a bonding company, licensed to do business in the state of Arkansas. Bonds shall be recorded and stamped at the Washington County Circuit Clerk. Bonds shall be provided within ten (10) calendar days after this contract has been executed by all parties. If bonds are not inclusive of council approved contingency, bond rider(s) will be required for any change orders. a. All bonds shall be listed with the U.S. Treasury Department listing of approved surety’s (T-List) and shall be rated A+ minimum by A. M. Best. 12.Time: a.SUBSTANTIAL and FINAL COMPLETION: Date of Substantial Completion and the Date of Final Completion shall be established in the contract documents as a hard not-to-exceed date. If such dates are not established upon the execution of this Agreement, a Date of Substantial Completion and Date of Final Completion of the Work shall be established via Change Order. b.Time is of the essence with regard to the obligations of the Contract Documents. CONTRACT: Bid 25-43, Construction – Walker Park Improvements, Phase 1 Page 10 of 19 City of Fayetteville, AR c.Unless instructed by City in writing, KINCO shall not knowingly commence the Work before the effective date of KINCO’s required insurance, bonds, and formal written and signed Purchase Order issued by the City of Fayetteville Procurement Division. d.Schedule of Work: Before submitting its first application for payment, KINCO shall submit to City and, if directed, Design Professional, a Schedule of the Work showing the dates on which KINCO plans to begin and complete various parts of the Work, including dates on which information and approvals are required from City. Except as otherwise directed by City, KINCO shall comply with the approved Schedule of the Work. i. City may determine the sequence in which the Work shall be performed, provided it does not unreasonably interfere with the approved project schedule. City may require KINCO to make reasonable changes in the sequence at any time during the performance of the Work in order to facilitate the performance of work by City or Others. If KINCO consequently incurs costs or is delayed, the Dates of Substantial or Final Completion, or both KINCO may seek equitable adjustment. e.NOTICE OF DELAY CLAIMS: If KINCO requests an equitable extension of the Contract Time or an equitable adjustment contract as a result of a delay described, KINCO shall give City written notice of the claim. If KINCO causes delay in the completion of the Work, City shall be entitled to recover its additional costs. 13.Substantial Completion: a.The Work shall be Substantially Completed within 310 calendar days after the date when the Contract Times commence to run as provided in the GENERAL CONDITIONS. b.KINCO shall notify City and, if directed, Design Professional when it considers Substantial Completion of the Work or a designated portion to have been achieved. City, with the assistance of its Design Professional, shall promptly conduct an inspection to determine whether the Work or designated portion can be occupied or used for its intended use by City without excessive interference in completing any remaining unfinished Work. If City determines the Work or designated portion has not reached Substantial Completion, City, with the assistance of its Design Professional, shall promptly compile a list of items to be completed or corrected so City may occupy or use the Work or designated portion for its intended use. KINCO shall promptly and accurately complete all items on the list. c.When Substantial Completion of the Work or a designated portion is achieved, KINCO shall prepare a Certificate of Substantial Completion establishing the date of Substantial Completion and the respective responsibilities of each Party for interim items such as security, maintenance, utilities, insurance, and damage to the Work, and fixing the time for completion of all items on the list accompanying the Certificate. The Certificate of Substantial Completion shall be submitted by KINCO to City and, if directed, to Design Professional for written acceptance of responsibilities assigned in the Certificate of Substantial Completion. d.Unless otherwise provided in the Certificate of Substantial Completion, warranties required by the Contract Documents shall commence on the date of Substantial Completion of the Work or a designated portion. e.Upon City’s written acceptance of the Certificate of Substantial Completion, City shall pay to KINCO the remaining retainage held by City for the Work described in the Certificate of Substantial Completion less a sum equal to one hundred and fifty percent (150%) of the estimated cost of completing or correcting remaining items on that part of the Work, as agreed to by the Parties as necessary to achieve Final Completion, including all close outs. Uncompleted items shall be completed by KINCO in a mutually agreed upon timeframe. CONTRACT: Bid 25-43, Construction – Walker Park Improvements, Phase 1 Page 11 of 19 City of Fayetteville, AR 14.Final Completion: a.The Work shall be completed and ready for final payment in accordance with the GENERAL CONDITIONS within 340 calendar days after the date when the Contract Times commence to run. b.Upon notification from KINCO that the Work is complete and ready for final inspection and acceptance, City, with the assistance of its Design Professional shall promptly conduct an inspection to determine if the Work has been completed and is acceptable under the Contract Documents. c.When the Work is complete, KINCO shall prepare for City’s written acceptance a final application for payment stating that to the best of KINCO’s knowledge, and based on City’s inspections, the Work has reached Final Completion in accordance with the Contract Documents. d.Final payment shall be made to KINCO within thirty (30) Days of submitted application for final payment, pending the application has been approved by the City, including submissions required, and a Certificate of Final Completion has been executed by all Parties. e.Final payment shall be due on KINCO's submission of the following to the City: i.an affidavit declaring any indebtedness connected with the Work, to have been paid, satisfied, or to be paid with the proceeds of final payment, so as not to encumber City property; ii. as-built drawings, manuals, copies of warranties, and all other close-out documents required by the Contract Documents; iii.release of any liens, conditioned on final payment being received; iv.consent of any surety; and v.any outstanding known and unreported accidents or injuries experienced by KINCO or its Subcontractors at the Worksite. f.If, after Substantial Completion of the Work, the Final Completion of a portion of the Work is materially delayed through no fault of KINCO. If approved by City, they shall pay the balance due for any portion of the Work fully completed and accepted. If the remaining contract balance for Work not fully completed and accepted is less than the retained amount before payment, KINCO shall submit to City and, if directed, Design Professional the written consent of any surety to payment of the balance due for portions of the Work that are fully completed and accepted. Such payment shall not constitute a waiver of claims, but otherwise shall be governed by this section. g.ACCEPTANCE OF FINAL PAYMENT: Unless KINCO provides written identification of unsettled claims with an application for final payment, its acceptance of final payment constitutes a waiver of such claims. h.KINCO shall ensure that the City of Fayetteville receives lien waivers from all material suppliers, subcontractors and sub-subcontractors and KINCO work begins on the project. KINCO shall give written notice to the material suppliers, subcontractors and sub-subcontractors providing work on the project that states the following: i.‘According to Arkansas law, it is understood that no liens can be filed against public property if valid and enforceable payment and performance bond is in place. Regarding this Project and Agreement, the valid and enforceable bonds are with ( name of surety ).’ ii.KINCO shall have each subcontractor, sub-subcontractor and material supplier execute a written receipt evidencing acknowledgment of this statement prior to commencement of the work of the subcontractor or material supplier. CONTRACT: Bid 25-43, Construction – Walker Park Improvements, Phase 1 Page 12 of 19 City of Fayetteville, AR 15.Liquidated Damages: KINCO accepts the provisions as to liquidated damages in the event of failure to complete the Work within the total completion time. Liquidated damages in the sum of $450.00 USD for each consecutive calendar day thereafter will be assessed. 16.Notices: Any notice required to be given under this Agreement to either party to the other shall be sufficient if addressed and mailed, certified mail, postage paid, delivery, fax or e-mail (receipt confirmed), or overnight courier. 17.Jurisdiction: Legal jurisdiction to resolve any disputes shall be Arkansas with Arkansas law applying to the case. 18.Venue: Venue for all legal disputes shall be Washington County, Arkansas. 19.Freedom of Information Act: City of Fayetteville contracts and documents prepared while performing contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, KINCO shall do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. 25-19-101 et. Seq.). Only legally authorized photo coping costs pursuant to the FOIA may be assessed for this compliance. 20.Changes in Scope or Price: Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. 21.Insurance: a.Before starting the Work and as a condition precedent to payment, KINCO shall procure and maintain in force Workers’ Compensation Insurance, Employers' Liability Insurance, Business Automobile Liability Insurance, and Commercial General Liability Insurance (“CGL”). The CGL policy shall include coverage for liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, contractual liability, pollution coverage, and broad form property damage. KINCO shall maintain completed operations liability insurance for one year after Substantial Completion, or as required by the Contract Documents, whichever is longer. b.Employers' Liability, Business Automobile Liability, and CGL coverages required may be provided by a single policy for the full limits required or by a combination of underlying policies with the balance provided by excess or umbrella liability policies. c.KINCO shall maintain in effect all insurance coverage required with insurance companies lawfully authorized to do business in the jurisdiction in which the Project is located. If KINCO fails to obtain or maintain any insurance coverage required under this Agreement, City may purchase such coverage and charge the expense to KINCO or terminate this Agreement. d.To the extent commercially available to KINCO from its current insurance company, insurance policies required shall contain a provision that the insurance company or its designee shall give City written notice transmitted in paper and electronic format: (a) 30 Days before coverage is nonrenewed by the insurance company and (b) within 10 Business Days after cancelation of coverage by the insurance company. Before commencing the Work and upon renewal or replacement of the insurance policies, KINCO shall furnish City with certificates of insurance until one year after Substantial Completion or longer if required by the Contract Documents. In addition, if any insurance policy required is not to be immediately replaced without lapse in coverage when it expires, exhausts its limits, or is to be cancelled, KINCO shall give City prompt written notice upon actual or constructive knowledge of such condition. e.Certificates of Insurance shall list the City as Additional Insured Parties. CONTRACT: Bid 25-43, Construction – Walker Park Improvements, Phase 1 Page 13 of 19 City of Fayetteville, AR f.PROPERTY INSURANCE: i.At no time shall any policy be covered by self-insurance or in a self-insured format. All policies shall be covered by an approved commercial insurance professional properly licensed to do business in Arkansas. ii.Unless otherwise directed in writing by City, before starting the Work, KINCO shall obtain and maintain a Builder's Risk Policy upon the entire Project for the full cost of replacement at the time of loss, including existing structures. This insurance shall also (a) name KINCO, Subcontractors, Sub subcontractors, and Design Professional as named insureds; (b) be written in such form to cover all risks of physical loss except those specifically excluded by the policy; and (c)insure at least against and not exclude: 1.The perils of fire, lightning, explosion, windstorm, hail, smoke, aircraft (except aircraft, including helicopter, operated by or on behalf of KINCO) and vehicles, riot and civil commotion, theft, vandalism, malicious mischief, debris removal, flood, earthquake, earth movement, water damage, wind damage, testing if applicable, collapse, however caused; 2.Damage resulting from defective design, workmanship, or material; 3.Coverage extension for damage to existing buildings, plant, or other structures at the Worksite, when the Project is contained within or attached to such existing buildings, plant or structures. Coverage shall be to the extent loss or damage arises out of Constructor’s activities or operations at the Project. 4.Equipment breakdown, including mechanical breakdown, electrical injury to electrical devices, explosion of steam equipment, and damage to steam equipment caused by a condition within the equipment; 5.Testing coverage for running newly installed machinery and equipment at or beyond the specified limits of their capacity to determine whether they are fit for their intended use; and 6.Physical loss resulting from Terrorism. iii.The Party that is the primary cause of a Builder’s Risk Policy claim shall be responsible for any deductible amounts or coinsurance payments. If no Party is the primary cause of a claim, then the Party obtaining and maintaining the Builder’s Risk Policy shall be responsible for the deductible amounts or coinsurance payments. This policy shall provide for a waiver of subrogation. This insurance shall remain in effect until final payment has been made or until no person or entity other than City has an insurable interest in the property to be covered by this insurance, whichever is sooner. Partial occupancy or use of the Work shall not commence until City has secured the consent of the insurance company or companies providing the coverage required in this subsection. Before commencing the Work, City shall provide a copy of the property policy or policies obtained. iv.If City elects to purchase the property insurance required by this Agreement, including all of the coverages and deductibles for the same durations specified, City shall give written notice to KINCO before the Work is commenced and provide a copy of the property policy or policies obtained in compliance with this agreement. City may then provide insurance to protect its interests and the interests of the Constructor, Subcontractors, Suppliers, and Subsubcontractors. The cost of this insurance shall be paid by City in a Change Order. If City gives written notice of its intent to purchase property insurance required by this Agreement and fails to purchase or maintain such insurance, City shall be responsible for costs reasonably attributed to such failure. CONTRACT: Bid 25-43, Construction – Walker Park Improvements, Phase 1 Page 14 of 19 City of Fayetteville, AR v.The Parties each waive all rights against each other and their respective employees, agents, contractors, subcontractors, suppliers, sub subcontractors, and design professionals for damages caused by risks covered by the property insurance, except such rights as they may have to the proceeds of the insurance. 1.To the extent of the limits of KINCO's Commercial General Liability Insurance, KINCO shall indemnify and hold harmless City against any and all liability, claims, demands, damages, losses, and expenses, including attorneys' fees, in connection with or arising out of any damage or alleged damage to any of City’s existing adjacent property, including personal property, that may arise from the performance of the Work, to the extent caused by the negligent or intentionally wrongful acts or omissions of KINCO, Subcontractor, Supplier, Sub subcontractor, or anyone employed directly or indirectly by any of them or by anyone for whose acts any of them may be liable. g.RISK OF LOSS: Except to the extent a loss is covered by applicable insurance, risk of loss from damage to the Work shall be upon the Party obtaining and maintaining the Builder’s Risk until the Date of Final Completion. h. ADDITIONAL GENERAL LIABILITY COVERAGE: City shall require KINCO to purchase and maintain additional liability coverage. KINCO shall provide: i.Additional Insured. City shall be named as an additional insured on KINCO's Commercial General Liability (CGL) specified, for on-going operations and completed operations, excess/umbrella liability, commercial automobile liability, and any required pollution liability, but only with respect to liability for bodily injury, property damage, or personal and advertising injury to the extent caused by the negligent acts or omissions of KINCO, or those acting on KINCO's behalf, in the performance of KINCO's work for the City of Fayetteville at the Worksite. The insurance of the KINCO and its Subcontractors (both primary and excess) shall be primary to any insurance available to the Additional Insureds. Any insurance available to the Additional Insureds shall be excess and non-contributory. ii.OCP. KINCO shall provide an Owners' (City) and Contractors' Protective Liability Insurance (“OCP”) policy with limits equal to the limits on CGL specified, or limits as otherwise required by City. i.Any documented additional cost in the form of a surcharge associated with procuring the additional liability coverage in accordance with this subsection shall be paid by KINCO. Before commencing the Work, KINCO shall provide either a copy of the OCP policy, or a certificate and endorsement evidencing that City has been named as an additional insured, as applicable. i.ROYALTIES, PATENTS, AND COPYRIGHTS: KINCO shall pay all royalties and license fees which may be due on the inclusion of any patented or copyrighted materials, methods, or systems selected by KINCO and incorporated in the Work. KINCO shall defend, indemnify, and hold City harmless from all suits or claims for infringement of any patent rights or copyrights arising out of such selection. j.PROFESSIONAL LIABILITY INSURANCE: To the extent KINCO is required to procure design services, KINCO shall require its design professionals to obtain a commercial professional liability insurance for claims arising from the negligent performance of professional services under this Agreement, with a company reasonably satisfactory to City, including coverage for all professional liability caused by any consultants to KINCO’s design professional, written for not less than one million US dollars ($1,000,000) per claim and in the aggregate. KINCO’s design professional shall pay the deductible. The Professional Liability Insurance shall contain a retroactive date providing prior acts coverage sufficient to cover all Services performed by KINCO’s design professional for this Project. Coverage shall be continued in effect for the entire warranty period. CONTRACT: Bid 25-43, Construction – Walker Park Improvements, Phase 1 Page 15 of 19 City of Fayetteville, AR 22.Professional Responsibility: KINCO will exercise reasonable skill, care, and diligence in the performance of services and will carry out its responsibilities in accordance with customarily accepted professional practices. CITY OF FAYETTEVILLE will promptly report to KINCO any defects or suspected defects in services of which CITY OF FAYETTEVILLE becomes aware, so KINCO can take measures to minimize the consequences of such a defect. CITY OF FAYETTEVILLE retains all remedies to recover for its damages caused by any negligence of KINCO. 23.Responsibility of the City of Fayetteville a.CITY OF FAYETTEVILLE shall, within a reasonable time, so as not to delay the services of KINCO: i.Provide full information as to the requirements for the Project. ii.Assist KINCO by placing at KINCO’s disposal, all available information pertinent to the assignment including previous reports and any other data relative thereto. iii.Assist KINCO in obtaining access to property reasonably necessary for KINCO to perform its services. iv.Examine all studies, reports, sketches, cost opinions, proposals, and other documents presented by KINCO and render in writing decisions pertaining thereto. v.Review all documents and provide written comments to KINCO in a timely manner. vi.The City of Fayetteville’s Park Planning Superintendent is the project representative with respect to the services to be performed under this Agreement. The Park Planning Superintendent Representative shall have complete authority to transmit instructions, receive information, interpret and define policies and decisions with respect to materials, equipment, elements and systems to be used in the Project, and other matters pertinent to the services covered by this Agreement. 24.Cost Opinions and Projections: Cost opinions and projections prepared by the KINCO relating to construction costs and schedules, operation and maintenance costs, equipment characteristics and performance, cost estimating, and operating results are based on KINCO’s experience, qualifications, and judgment as a professional. 25.Period of Service: This Agreement will become effective upon the first written notice by CITY OF FAYETTEVILLE authorizing services hereunder. a.The provisions of this Agreement have been agreed to in anticipation of the orderly progress of the Project through completion of the services stated in the Agreement. KINCO shall proceed with providing the authorized services immediately upon receipt of written authorization from CITY OF FAYETTEVILLE. Said authorization shall include the scope of the services authorized and the time in which the services are to be completed. 26.Termination: a.This Agreement may be terminated in whole or in part in writing by either party in the event of substantial failure by the other party to fulfill its obligations under this Agreement through no fault of the terminating party, provided that no termination may be effected unless the other party is given: i.Not less than ten (10) calendar days written notice (delivered by certified mail, return receipt requested) of intent to terminate, ii.An opportunity for consultation with the terminating party prior to termination. b.This Agreement may be terminated in whole or in part in writing by CITY OF FAYETTEVILLE for its convenience, provided that KINCO is given: CONTRACT: Bid 25-43, Construction – Walker Park Improvements, Phase 1 Page 16 of 19 City of Fayetteville, AR i.Not less than ten (10) calendar days written notice (delivered by certified mail, return receipt requested) of intent to terminate, ii.An opportunity for consultation with the terminating party prior to termination. c.If termination for default is affected by CITY OF FAYETTEVILLE, an equitable adjustment in the price provided for in this Agreement shall be made, but i.No amount shall be allowed for anticipated profit on unperformed services or other work, ii.Any payment due to KINCO at the time of termination may be adjusted to cover any additional costs to CITY OF FAYETTEVILLE because of KINCO’s default. d.If termination for default is affected by KINCO, or if termination for convenience is affected by CITY OF FAYETTEVILLE, the equitable adjustment shall include a reasonable profit for services or other work performed. The equitable adjustment for any termination shall provide for payment to KINCO for services rendered and expenses incurred prior to the termination, in addition to termination settlement costs reasonably incurred by KINCO relating to commitments which had become firm prior to the termination. e.Upon receipt of a termination action under Paragraphs above, KINCO shall: i.Promptly discontinue all affected work (unless the notice directs otherwise), ii.Deliver or otherwise make available to CITY OF FAYETTEVILLE all data, drawings, specifications, reports, estimates, summaries and such other information and materials as may have been accumulated by KINCO in performing this Agreement, whether completed or in process. f. Upon termination under sections above CITY OF FAYETTEVILLE may take over the work and may award another party an agreement to complete the work under this Agreement. g.If, after termination for failure of KINCO to fulfill contractual obligations, it is determined that KINCO had not failed to fulfill contractual obligations, the termination shall be deemed to have been for the convenience of CITY OF FAYETTEVILLE. In such event, adjustments of the agreement price shall be made as provided in this agreement. 27.Delays a.In the event the services of KINCO are suspended or delayed by CITY OF FAYETTEVILLE, or by other events beyond KINCO’s reasonable control, KINCO shall be entitled to additional compensation and time for reasonable documented costs incurred by KINCO in temporarily closing down or delaying the Project. b.In the event the services are suspended or delayed by KINCO, CITY shall be entitled to compensation and time for reasonable costs incurred in temporarily closing down or delaying the Project. 28.Rights and Benefits: KINCO’s services shall be performed solely for the benefit of CITY OF FAYETTEVILLE and not for the benefit of any other persons or entities. 29.Dispute Resolution a.Scope of Paragraph: The procedures of this Paragraph shall apply to any and all disputes between CITY OF FAYETTEVILLE and KINCO which arise from, or in any way are related to, this Agreement, including, but not limited to the interpretation of this Agreement, the enforcement of its terms, any acts, errors, or omissions of CITY OF FAYETTEVILLE or KINCO in the performance of this Agreement, and disputes concerning payment. b.Exhaustion of Remedies Required: No action may be filed unless the parties first negotiate. If timely Notice is given as described in this agreement, but an action is initiated prior to exhaustion of these CONTRACT: Bid 25-43, Construction – Walker Park Improvements, Phase 1 Page 17 of 19 City of Fayetteville, AR procedures, such action shall be stayed, upon application by either party to a court of proper jurisdiction, until the procedures in this agreement have been complied with. c.Notice of Dispute i. For disputes arising prior to the making of final payment promptly after the occurrence of any incident, action, or failure to act upon which a claim is based, the party seeking relief shall serve the other party with a written Notice. ii. For disputes arising within one year after the making of final payment, CITY OF FAYETTEVILLE shall give KINCO written Notice at the address listed in this agreement within thirty (30) calendar days after occurrence of any incident, accident, or first observance of defect or damage. In both instances, the Notice shall specify the nature and amount of relief sought, the reason relief should be granted, and the appropriate portions of this Agreement that authorize the relief requested. iii.Negotiation: Within seven (7) calendar days of receipt of the Notice, the Project Managers for CITY OF FAYETTEVILLE and KINCO shall confer in an effort to resolve the dispute. If the dispute cannot be resolved at that level, then, upon written request of either side, the matter shall be referred to the President of KINCO, and the Mayor of CITY OF FAYETTEVILLE or their designee. These officers shall meet at the Project Site or such other location as is agreed upon within 30 calendar days of the written request to resolve the dispute. 30.Sufficient Funds: The CITY represents to have sufficient funds or the means of obtaining funds to remit payment to KINCO for services rendered by KINCO. All parties agree if funding should become insufficient to complete the project, KINCO shall be notified in a timely manner. 31.Indemnification: The CITY requires KINCO to indemnify, defend and hold harmless the CITY OF FAYETTEVILLE for any loss caused by negligence and from and against any and all loss where loss is caused or incurred or alleged to be caused or incurred in whole or in part as a result of the negligence or other actionable fault of the KINCO, or their employees, agents, Subcontractors, sub consultant and Suppliers of KINCO. 32.Publications: Recognizing the importance of professional services on the part of KINCO’s employees and the importance of KINCO’s public relations, KINCO may prepare publications, such as technical papers, articles for periodicals, promotional materials, and press releases, in electronic or other format, pertaining to KINCO’s services for the Project. Such publications will be provided to CITY OF FAYETTEVILLE in draft form for CITY OF FAYETTEVILLE’s advance review. CITY OF FAYETTEVILLE shall review such drafts promptly and provide CITY OF FAYETTEVILLE’s comments to KINCO, CITY OF FAYETTEVILLE may require deletion of proprietary data or confidential information from such publications, but otherwise CITY OF FAYETTEVILLE will not unreasonably withhold approval. Approved materials may be used in a variety of situations and do not require additional review or approval for each use. The cost of KINCO’s activities pertaining to any such publication shall be for KINCO’s account. 33.Ownership of Documents: a.All documents provided by CITY OF FAYETTEVILLE including original drawings, CAD drawings, estimates, field notes, and project data are and remain the property of CITY OF FAYETTEVILLE. KINCO may retain reproduced copies of drawings and copies of other documents. b.Engineering and architectural documents, computer models, drawings, specifications and other hard copy or electronic media prepared by KINCO as part of the Services shall become the property of CITY OF FAYETTEVILLE when KINCO has been compensated for all Services rendered, provided, however, KINCO shall have the unrestricted right to their use. KINCO shall, however, retain its rights in its standard drawings details, specifications, databases, computer software, and other proprietary property. Rights to CONTRACT: Bid 25-43, Construction – Walker Park Improvements, Phase 1 Page 18 of 19 City of Fayetteville, AR intellectual property developed, utilized, or modified in the performance of the Services shall remain the property of KINCO. c.Any files delivered in electronic medium may not work on systems and software different than those with which they were originally produced. KINCO makes no warranty as to the compatibility of these files with any other system or software. Because of the potential degradation of electronic medium over time, in the event of a conflict between the sealed original drawings/hard copies and the electronic files, the sealed drawings/hard copies will govern. 34.Additional Responsibilities of KINCO: a.Review, approval, or acceptance of design drawings, specifications, reports and other services furnished hereunder by CITY shall not in any way relieve KINCO of responsibility for the technical adequacy of the work. Review, approval or acceptance of, or payment for any of the services by CITY shall not be construed as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement. b.KINCO shall be and shall remain liable, in accordance with applicable law, for all damages to CITY OF FAYETTEVILLE caused by KINCO’s negligent performance, except beyond the KINCO’s normal standard of care, of any of the services furnished under this Agreement, and except for errors, omissions or other deficiencies to the extent attributable to CITY OF FAYETTEVILLE or CITY OF FAYETTEVILLE-furnished data. c.KINCO’s obligations under this clause are in addition to KINCO’s other express or implied assurances under this Agreement or State law and in no way diminish any other rights that CITY OF FAYETTEVILLE may have against KINCO for faulty materials, equipment, or work. 35.Audit and Access to Records: a.KINCO shall maintain books, records, documents and other evidence directly pertinent to performance on work under this Agreement in accordance with generally accepted accounting principles and practices consistently applied in effect on the date of execution of this Agreement. b.KINCO shall also maintain the financial information and data used by KINCO in the preparation of support of the cost submission required for any negotiated agreement or change order and send to CITY OF FAYETTEVILLE a copy of the cost summary submitted. CITY OF FAYETTEVILLE, the State or any of their authorized representatives shall have access to all such books, records, documents and other evidence for the purpose of inspection, audit and copying during normal business hours. KINCO will provide proper facilities for such access and inspection. c.Records shall be maintained and made available during performance on assisted work under this Agreement and until three years from the date of final payment for the project. In addition, those records which relate to any controversy arising out of such performance, or to costs or items to which an audit exception has been taken, shall be maintained and made available until three years after the date of resolution of such appeal, litigation, claim or exception. d.This right of access clause (with respect to financial records) applies to: i.Negotiated prime agreements ii.Negotiated change orders or agreement amendments affecting the price of any formally advertised, competitively awarded, fixed price agreement iii.Agreements or purchase orders under any agreement other than a formally advertised, competitively awarded, fixed price agreement. However, this right of access does not apply to a prime agreement, lower tier sub agreement or purchase order awarded after effective price competition, except: 1.With respect to record pertaining directly to sub agreement performance, excluding any financial records of KINCO; 2.If there is any indication that fraud, collusion, gross abuse or corrupt practices may be involved; 3.If the sub agreement is terminated for default or for convenience. 36.Covenant Against Contingent Fees: KINCO warrants that no person or selling agency has been employed or retained to solicit or secure this Agreement upon an agreement of understanding for a commission, percentage, brokerage or continent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by KINCO for the purpose of securing business. For breach or violation of this warranty, CITY OF FAYETTEVILLE shall have the right to annul this Agreement without liability or at its discretion, to deduct from the contract price or consideration, or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee. 37.Gratuities: a.If CITY OF FAYETTEVILLE finds after a notice and hearing that KINCO or any of KINCO agents or representatives, offered or gave gratuities (in the form of entertainment, gifts or otherwise) to any official, employee or agent of CITY OF FAYETTEVILLE or related third party contractor associated with this project, in an attempt to secure an agreement or favorable treatment in awarding, amending or making any determinations related to the performance of this Agreement, CITY OF FAYETTEVILLE may, by written notice to KINCO terminate this Agreement. CITY OF FAYETTEVILLE may also pursue other rights and remedies that the law or this Agreement provides. However, the existence of the facts on which CITY OF FAYETTEVILLE bases such finding shall be in issue and may be reviewed in proceedings under the Remedies clause of this Agreement. b.The CITY may pursue the same remedies against KINCO as it could pursue in the event of a breach of the Agreement by KINCO. As a penalty, in addition to any other damages to which it may be entitled by law, CITY OF FAYETTEVILLE may pursue exemplary damages in an amount, as determined by CITY, which shall be not less than three nor more than ten times the costs KINCO incurs in providing any such gratuities to any such officer or employee. C. IN WITNESS WHEREOF, CITY OF FAYITTEVILLE, ARKANSAS by and through its Mayor, and Kinco Constructors, by its authorized officer have made and executed this Agreement as of the day and year first above written. CITY OF FAYETTEVILLE, ARKANSAS By: ____________ _ Molly Rawn, Mayor KINCO C � NSTRUCTORS � By �L Gk5o Marc Dillara, Executive Vice President ATTEST: By: ____________ _ Kara Paxton, City Clerk -Treasurer Date Signed: ___________ _ Date Signed: ------------ CONTRACT: Bid 25-43, Construction -Walker Park Improvements, Phase 1 Page 19 of 19 City of Fayetteville, AR 9-16-2025 Mailing address: 113 W. Mountain Street Fayetteville, AR 72701 www.fayetteville-ar.gov CITY COUNCIL MEMO 2025-1664 MEETING OF SEPTEMBER 16, 2025 TO: Mayor Rawn and City Council THRU: Keith Macedo, Chief of Staff Alison Jumper, Director of Parks, Natural Resources and Cultural Affairs FROM: Ted Jack, Park Planning Superintendent SUBJECT: Approval of Bid 25-43 for Construction Contract for Walker Park RECOMMENDATION: A resolution to award Bid 25-43 to and authorize a contract with Kinco Constructors in the amount of $4,697,184.26 for Walker Park Improvements Phase 1, to recognize SE quadrant park land dedication funds in the amount of $613,685.00, to approve a project contingency in the amount of $255,000.00, and to approve a budget adjustment. BACKGROUND: A publicly driven master planning process for the 73-acre Walker Community Park was conducted in 2023 with the assistance of TSW consultants (RFQ 22-01, Selection 10) and approved by the Parks, Natural Resources, and Cultural Affairs Advisory Board on September 6th, 2023. Following the master plan approval, City Council approved a contract with TSW to prepare construction documents for the first phase of improvements based on the new master plan (Res 287-23 / 2023-1441). Additionally, staff secured a $150,000 matching grant from the Arkansas Outdoor Recreation grant program to assist in construction of the playground (Res 140-25). DISCUSSION: The work for this phase of construction is focused on the south end of the park and includes lighted multipurpose fields, sand volleyball courts, horseshoe courts, yard game areas, playground, pickleball courts, rebuilt tennis courts, pavilions, landscaping, irrigation, and related park infrastructure. BUDGET/STAFF IMPACT: Funding for this project is primarily from the Parks bond. The park area being redeveloped currently has maintenance requirements. The new improvements are expected to increase use of the park, including increased utilities and maintenance needs in 2027. Mailing address: 113 W. Mountain Street Fayetteville, AR 72701 www.fayetteville-ar.gov GL ACCOUNT PROJECT AMOUNT 4705.860.7550-5806.00 46050.7550.2000 $64,362 4805.860.7550-5806.00 46050.7550.2000 $2,795,638 4470.521.8520-5806.00 24010.7550.2000 $200,000 2250.520.9255-5806.00 46050.7550.2000 $978,500 2250.520.9256-5806.00 46050.7550.2000 $358,685 2250.520.9255-5806.00 46050.7550.2501 $300,000 Total $4,697,185 ATTACHMENTS: 3. Staff Review Form, 4. Budget Adjustment, 5. Bid 25-43 Contract - Walker Const Kinco Signed, 6. Bid 25-43, Bid Tab - Final, 7. Walker Park_Phase 1_100-CD_Partial Set, 8. Bid 25-43, Submittal - Kinco Constructors - E Page 1 City of Fayetteville, Arkansas Legislation Text 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 File #: 2025-1664 A RESOLUTION TO AWARD BID #25-43 AND AUTHORIZE A CONTRACT WITH KINCO CONSTRUCTORS IN THE AMOUNT OF $4,697,184.26 FOR WALKER PARK IMPROVEMENTS PHASE 1; TO RECOGNIZE SOUTH EAST QUADRANT PARK LAND DEDICATION FUNDS IN THE AMOUNT OF $613,685.00; TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $255,000.00; AND TO APPROVE A BUDGET ADJUSTMENT WHEREAS, a publicly driven master planning process for the 73-acre Walker Community Park was conducted in 2023 with the assistance of TSW consultants and approved by the Parks, Natural Resources, and Cultural Affairs Advisory Board on September 6, 2023; and WHEREAS, on December 19, 2023, City Council approved Resolution 287-23 that authorized a contract with TSW to prepare construction documents for the first phase of improvements based on the new master plan; and WHEREAS, on June 17, 2025, City Council approved Resolution 140-25 authorizing an agreement with the Arkansas Department of Parks, Heritage and Tourism for a grant through the Arkansas Outdoor Recreation program to assist in construction of the playground; and WHEREAS, this first phase of construction is focused on the south end of the park and includes lighted multipurpose fields, sand volleyball courts, horseshoe courts, yard game areas, playground, pickleball courts, rebuilt tennis courts, pavilions, landscaping, irrigation, and related park infrastructure. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #25-43 and authorizes a contract with Kinco Constructors in the amount of $4,697,184.26 Walker Park Improvements Phase 1, and further approves a project contingency in the amount of $255,000.00. Section 2: That the City Council of the City of Fayetteville, Arkansas recognizes south east quadrant park land dedication funds in the amount of $613,685.00. Section 3: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. Page 1 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 208-25 File Number: 2025-1664 A RESOLUTION TO AWARD BID #25-43 AND AUTHORIZE A CONTRACT WITH KINCO CONSTRUCTORS IN THE AMOUNT OF $4,697,184.26 FOR WALKER PARK IMPROVEMENTS PHASE 1; TO RECOGNIZE SOUTH EAST QUADRANT PARK LAND DEDICATION FUNDS IN THE AMOUNT OF $613,685.00; TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $255,000.00; AND TO APPROVE A BUDGET ADJUSTMENT WHEREAS, a publicly driven master planning process for the 73-acre Walker Community Park was conducted in 2023 with the assistance of TSW consultants and approved by the Parks, Natural Resources, and Cultural Affairs Advisory Board on September 6, 2023; and WHEREAS, on December 19, 2023, City Council approved Resolution 287-23 that authorized a contract with TSW to prepare construction documents for the first phase of improvements based on the new master plan; and WHEREAS, on June 17, 2025, City Council approved Resolution 140-25 authorizing an agreement with the Arkansas Department of Parks, Heritage and Tourism for a grant through the Arkansas Outdoor Recreation program to assist in construction of the playground; and WHEREAS, this first phase of construction is focused on the south end of the park and includes lighted multipurpose fields, sand volleyball courts, horseshoe courts, yard game areas, playground, pickleball courts, rebuilt tennis courts, pavilions, landscaping, irrigation, and related park infrastructure. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #25-43 and authorizes a contract with Kinco Constructors in the amount of $4,697,184.26 Walker Park Improvements Phase 1, and further approves a project contingency in the amount of $255,000.00. Section 2: That the City Council of the City of Fayetteville, Arkansas recognizes south east quadrant park land dedication funds in the amount of $613,685.00. Section 3: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. PASSED and APPROVED on September 16, 2025 Resolution: 208-25 File Number: 2025-1664 Page 2 Approved: _______________________________ Molly Rawn, Mayor Attest: _______________________________ Kara Paxton, City Clerk Treasurer City of Fayetteville Staff Review Form 2025-1664 Item ID 9/16/2025 City Council Meeting Date - Agenda Item Only N/A for Non-Agenda Item Ted Jack 8/25/2025 PARKS & RECREATION (520) Submitted By Submitted Date Division / Department Action Recommendation: A resolution to award Bid 25-43 to and authorize a contract with Kinco Constructors in the amount of $4,697,184.26 for Walker Park Improvements Phase 1, to recognize SE quadrant park land dedication funds in the amount of $613,685.00, to approve a project contingency in the amount of $255,000.00, and to approve a budget adjustment. Budget Impact: 4x05.860.7550-5806.00 4470.521.8520-5806.00 2250.520.925x-5806.00 Park Projects Bonds Sales Tax Capital Impr Parks Development Account Number Fund 46050.7550.2000 46050.7550.2501 24010.7550.2000 Park Projects (Bonds)-Walker Park Impr Park Projects (Bonds)-Walker Park Impr-Outdoor Rec Grant Parks Maint & Impr-Walker Park Project Number Project Title Budgeted Item?Yes Total Amended Budget $1,210,309.00 Expenses (Actual+Encum)$161,808.05 Available Budget $1,048,500.95 Does item have a direct cost?Yes Item Cost $4,952,184.26 Is a Budget Adjustment attached?Yes Budget Adjustment $3,903,685.00 $316.00 Remaining Budget $1.69 V20221130 Purchase Order Number:Previous Ordinance or Resolution # Change Order Number:Approval Date: Original Contract Number: Comments:Item Cost includes contingency. City of Fayetteville, Arkansas - Budget Adjustment (Agenda) Budget Year Division /Org2 PARKS & RECREATION (520) Adjustment Number 2025 Requestor:Alan Bearden BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: A resolution to award Bid 25-43 to and authorize a contract with Kinco Constructors in the amount of $4,697,184.26 for Walker Park Improvements Phase 1, to recognize SE quadrant park land dedication funds in the amount of $613,685.00, to approve a project contingency in the amount of $255,000.00, and to approve a budget adjustment. COUNCIL DATE:9/16/2025 ITEM ID#:2025-1664 Holly Black 8/28/2025 11:54 AM Budget Division Date TYPE:D - (City Council) JOURNAL #: GLDATE: RESOLUTION/ORDINANCE CHKD/POSTED:/ v.2025826TOTAL613,685 613,685 Increase / (Decrease)Project.Sub# Account Number Expense Revenue Project Sub.Detl AT Account NameGLACCOUNTEXPENSEREVENUEPROJECTSUBATDESCRIPTION X 4705.860.7550-5806.00 64,362 -46050 7550.2000 EX Improvements - Park 4705.860.7999-5899.00 (64,362)-46050 7999 EX Unallocated - Budget 4805.860.7550-5806.00 2,795,638 -46050 7550.2000 EX Improvements - Park 4805.860.7999-5899.00 (2,795,638)-46050 7999 EX Unallocated - Budget 4470.521.8520-5806.00 200,000 -24010 7550.2000 EX Improvements - Park 4470.521.8520-5400.00 (200,000)-24010 1 EX Building & Grounds - Maintenance 2250.520.9255-5806.00 230,000 -46050 7550.2000 EX Improvements - Park 2250.520.9255-5806.00 (230,000)-13001 1 EX Improvements - Park 2250.520.9256-4419.03 -613,685 46050 7550.2000 RE Greenspace Fees - SE 2250.520.9256-5806.00 358,685 -46050 7550.2000 EX Improvements - Park 2250.520.9256-5911.99 255,000 -46050 7550.2000 EX Contingency - Capital Project -- -- -- -- -- -- -- 1 of 1 CONTRACT: Bid 25-43, Construction – Walker Park Improvements, Phase 1 Page 1 of 19 City of Fayetteville, AR Contract for Services Construction – Walker Park Improvements, Phase 1 Contractor: Kinco Constructors Term: Single Project THIS AGREEMENT is made this __________ day of , 2025, by and between City of Fayetteville, Arkansas, acting by and through its Mayor (hereinafter called CITY OF FAYETTEVILLE or CITY) and Kinco Constructors (hereinafter called KINCO). CITY OF FAYETTEVILLE from time to time requires professional construction services in connection with construction projects. Therefore, CITY OF FAYETTEVILLE and KINCO, in consideration of their mutual covenants, agree as follows: Work performed by KINCO shall be performed under a valid, active, current license with the Arkansas Contractor’s Licensing Board with the appropriate classification. KINCO shall follow all federal, state, and local laws at all times. 1. Contracted parties and relationship: a. This agreement shall be binding between all parties. Fees shall be provided as identified in appendices. i. KINCO’s Tax identification number (TIN) ending in 8789 ii. KINCO’s Arkansas Contractor License No. 0090280426 iii. KINCO’s Secretary of State Filing No. 100192097 2. Entire Agreement and Exhibits: This Agreement sets forth the entire agreement and understanding between the parties on the subject matter of this Agreement. Neither party shall be bound by any conditions, definitions, representations or warranties with respect to the subject matter of this Agreement other than those as expressly provided herein. a. Appendices included under this agreement include the following: i. Appendix A: Bid Tabulation ii. Appendix B: Bid package identified as Bid 25-43, Construction – Walker Park Improvements, Phase 1 with the specifications and conditions typed thereon inclusive of all bidding documents, plans and drawings, and issued addenda. iii. Appendix C: KINCO’s bid submittal iv. Appendix D: KINCO’s Certificate of Insurance v. Appendix E: KINCO’s 100% Performance and Payment Bonds 1. Appendix D and E shall be submitted to the City within the timeframe identified in the bid documents or 10 (ten) calendar days from approval by City Council. b. This agreement may be modified only by a duly executed written instrument signed by the CITY and KINCO. c. ORDER OF PRECEDENCE: In case of any inconsistency, conflict, or ambiguity among the Contract Documents, the documents shall govern in the following order: (a) Change Orders and written amendments to this Agreement which are executed by all parties; (b) the Agreement; (c) KINCO’s Bid Proposal (d) City’s published bid and associated Addenda. CONTRACT: Bid 25-43, Construction – Walker Park Improvements, Phase 1 Page 2 of 19 City of Fayetteville, AR 3. Notices: Any notice required under this Agreement shall be in writing, address to the appropriate party at the following addresses: a. City of Fayetteville: 113 W. Mountain, Fayetteville, AR 72701 b. Contractor: Kinco Constructors, 3803 Kelley Ave., Springdale, AR 72762 4. General Provisions: a. ETHICS: All parties shall perform with integrity. Each shall avoid conflicts of interest and promptly disclose to any other part any conflicts that may arise. All parties warrant that it has not and shall not pay or receive any contingent fees or gratuities to or from any other party, including agents, officer’s employers, Subcontractors, Sub subcontractors, Suppliers, Volunteers, Elected Officials, or Others to secure preferential treatment. b. Workmanship: The Work shall be executed in accordance with the Contract Documents. All materials used in the Work shall be furnished in sufficient quantities to facilitate the proper and expeditious execution of the Work and shall be new except as otherwise provided in the Contract Documents. c. MATERIALS FURNISHED BY CITY OR OTHERS: If the Work includes installation of materials or equipment furnished by City or Others, it shall be the responsibility of KINCO to examine the items so provided and thereupon handle, store, and install the items, unless otherwise provided in the Contract Documents, with such skill and care as to provide a satisfactory and proper installation. Loss or damage due to acts or omissions of KINCO shall be the responsibility of KINCO and may be deducted from any amounts due or to become due. Any defects discovered in such materials or equipment shall be reported at once to the City and the City’s contracted third-party Design Professional. Following receipt of written notice from KINCO of defects, City and Design Professional shall promptly inform the City what action, if any, KINCO shall take with regard to the defects. d. WORKSITE VISIT: KINCO acknowledges that it has visited, or has had the opportunity to visit, the Worksite to visually inspect the general and local conditions which could affect the Work. e. KINCO shall perform all duties and responsibilities necessary to coordinate the various parts of the Work and to prepare its Work for the work of City or Others. i. Cutting, patching, or altering the work of City or Others shall be done with the prior written approval of City and Design Professional. Such approval shall not be unreasonably withheld. f. COMPLIANCE WITH LAWS: KINCO shall comply with all the Law at its own cost. KINCO shall be liable to City for all loss, cost, or expense attributable to any acts or omissions by KINCO, its employees, subcontractors, suppliers, and agents for failure to comply with Laws, including fines, penalties, or corrective measures. g. COST OF CORRECTING DAMAGED OR DESTROYED WORK: With regard to damage or loss attributable to the acts or omissions of City or Others and not to KINCO, City may either (a) promptly remedy the damage or loss and assume affected warranty responsibilities, (b) accept the damage or loss, or (c) issue a Change Order to remedy the damage or loss. If KINCO incurs costs or is delayed due to such loss or damage, KINCO may seek an equitable adjustment in the Cost of the Work, Date of Substantial Completion or Date of Final Completion. Any equitable adjustment shall be approved by all parties. h. Taxes and Permits: KINCO shall give public authorities all notices required by law and shall obtain and pay for all necessary permits, licenses, and renewals pertaining to the Work. KINCO shall provide to City copies of all notices, permits, licenses, and renewals required under this Agreement. i. KINCO shall pay applicable taxes and permit fees associated with the entire project. CONTRACT: Bid 25-43, Construction – Walker Park Improvements, Phase 1 Page 3 of 19 City of Fayetteville, AR i. DISCOUNTS: All discounts for prompt payment shall accrue to City. All trade discounts, rebates, and refunds, and all returns from sale of surplus materials and equipment, shall be credited to the Cost of the Work, or directly to the City after final payment. j. City may occupy or use completed or partially completed portions of the Work when (a) the portion of the Work is designated in a Certificate of Substantial Completion, (b) appropriate insurer(s) consent to the occupancy or use, and (c) public authorities authorize the occupancy or use. KINCO shall not unreasonably withhold consent to partial occupancy or use. k. EXTENT OF AGREEMENT: Except as expressly provided, this Agreement is for the exclusive benefit of all Parties, and not the benefit of any third party. This Agreement represents the entire and integrated agreement between the Parties, and supersedes all prior negotiations, representations, or agreements, either written or oral. This Agreement and each and every provision is for the exclusive benefit of all Parties and not for the benefit of any third party. l. ASSIGNMENT: Except as to the assignment of proceeds, no Party shall assign their interest in this Agreement without the written consent of the other Party. The terms and conditions of this Agreement shall be binding upon all Parties, their partners, successors, assigns, and legal representatives. No Party shall assign the Agreement without written consent of the other. m. Where figures are given, they shall be preferred to scaled dimensions. n. The drawings and specifications are complementary. If Work is shown only on one but not on the other, KINCO shall perform the Work as though fully described on both. KINCO shall seek clarification from the City or the City’s third-party Design Professional for any discrepancies. o. In case of conflicts between the drawings and specifications, the specifications shall govern unless otherwise stated in the bidding documents. In any case of omissions or errors in figures, drawings, or specifications, KINCO shall immediately submit the matter to City and Design Professional for clarification. The City’s clarifications are final and binding, which may include third-party Design Professional content. p. DEBARMENT AND SUSPENSION: By execution of this agreement, KINCO certifies that to the best of its knowledge and belief that the KINCO and its principals: i. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; ii. Have not within a three year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; iii. Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (2) of this certification; and iv. (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. v. KINCO understands that a false statement on certification regarding debarment and suspension may be grounds for rejection of this proposal or termination of the award. In addition, under 18 USC Sec. 1001, a false statement may result in a fine. I further certify that I will obtain a similar certification for each subcontract awarded in excess of $50,000. CONTRACT: Bid 25-43, Construction – Walker Park Improvements, Phase 1 Page 4 of 19 City of Fayetteville, AR vi. Certifications for subcontracts or sub subcontracts executed under this agreement shall include all language in this section. 5. Definitions: Unless otherwise specifically defined in this Agreement, any terms that have well-known technical or trade meanings shall be interpreted in accordance with their well-known meanings. a. “Business Day” means all Days, except weekends and official federal or state holidays where the Project is located. b. A “Change Order” is a written order signed by all Parties after execution of this Agreement, indicating changes in the scope of the Work, and Date of Substantial Completion or Date of Final Completion. c. “Contract Time” is the period between the Date of Notice to Proceed and the total time authorized to achieve Final Completion. d. “Cost of the Work” means the total costs and discounts charged to the City. e. The “Vendor” is the person or entity identified in this contract and includes Vendor's Representative. f. “Day” means a calendar day unless otherwise specified. g. “Defective Work” is any portion of the Work that that does not conform with the requirements of the Contract Documents. h. “Design Professional” means the licensed architect retained by the City and its subconsultants, to perform design services for the Project. i. “Final Completion” occurs on the date when Vendor’s obligations under this Agreement are complete and accepted by City and final payment becomes due and payable. This date shall be confirmed by a Certificate of Final Completion signed by all Parties. j. “Hazardous Material” is any substance or material identified now or in the future as hazardous under the Law, or any other substance or material that may be considered hazardous or otherwise subject to statutory or regulatory requirement governing handling, disposal, or cleanup. k. “Interim Directive” is a written order containing change to the Work directed by and in consultation with City and Design Professional after execution of this Agreement and before Substantial Completion. Interim Directives shall be consolidated and formalized in a change order to be signed by all parties. l. “Law” means federal, state, or local laws, ordinances, codes, rules, and regulations applicable to the Work with which Vendor must comply that are enacted as of the Agreement date. m. “Others” means City’s other: (a) contractors/constructors, (b) suppliers, (c) subcontractors, sub subcontractors, or suppliers of (a) and (b); and others employed directly or indirectly by (a), (b), or (c) or any by any of them or for whose acts any of them may be liable. n. “Overhead” means (a) payroll costs, burden, and other compensation of Vendor’s employees in Vendor’s principal and branch offices for work associated with this project. o. “Owner” is the City of Fayetteville, Arkansas (City). p. The “Owner's Program” is an initial description of Owner's objectives, including budgetary and time criteria, space requirements and relationships, flexibility and expandability requirements, special equipment and systems, site requirements, and any requirements for phased occupancy. q. The “Parties” are collectively City and Vendor. r. The “Project,” is the building, facility, or other improvements for which Vendor is to perform Work under this Agreement. It may also include construction by Owner or Others. CONTRACT: Bid 25-43, Construction – Walker Park Improvements, Phase 1 Page 5 of 19 City of Fayetteville, AR s. The “Schedule of the Work” is the document prepared by Vendor that specifies the dates on which Vendor plans to begin and complete various parts of the Work, including dates on which information and approvals are required from City. t. “Subcontractor” is a person or entity retained by Vendor as an independent contractor to provide the labor, materials, equipment, or services necessary to complete a specific portion of the Work. The term Subcontractor does not include Design Professional or Others. u. “Substantial Completion” of the Work, or of a designated portion, occurs on the date when the Work is sufficiently complete in accordance with the Contract Documents so that City may occupy or utilize the Work, or a designated portion, for the use for which it is intended, without unapproved disruption. This date shall be confirmed by a certificate of Substantial Completion signed by all Parties. v. A “Sub subcontractor” is a person or entity who has an agreement with a Subcontractor or another sub subcontractor or Supplier to perform a portion of the Subcontractor’s Work or supply material or equipment. w. A “Supplier” is a person or entity retained by Vendor to provide material or equipment for the Work. x. “Terrorism” means a violent act, or an act that is dangerous to human life, property, or infrastructure, that is committed by an individual or individuals and that appears to be part of an effort to coerce a civilian population or to influence the policy or affect the conduct of any government by coercion. Terrorism includes, but is not limited to, any act certified by the United States government as an act of terrorism pursuant to the Terrorism Risk Insurance Act, as amended. y. “Work” means the construction services necessary or incidental to fulfill Vendor’s obligations for the Project in accordance with and reasonably inferable from the Contract Documents. The Work may refer to the whole Project or only a part of the Project if work is also being performed by Owner or Others. z. “Worksite” means the area of the Project where the Work is to be performed. aa. “Bi-monthly basis” means every fourteen to sixteen calendar days. 6. Contract Document Review and Administration a. Before commencing the Work, KINCO shall examine and compare the drawings and specifications with information furnished by the City and Design Professional that are considered Contract Documents, relevant field measurements made by KINCO, and any visible conditions at the Worksite affecting the Work. b. Should KINCO discover any errors, omissions, or inconsistencies in the Contract Documents, KINCO shall promptly report them to the City and Design Professional. Following receipt of written notice of defects, City shall promptly inform KINCO what action, if any, KINCO shall take with regard to the defect. c. Nothing in this section shall relieve KINCO of responsibility for its own errors, inconsistencies, or omissions. d. COST REPORTING: KINCO shall maintain complete, accurate, and current records that comply with generally accepted accounting principles and calculate the proper financial management under this Agreement. KINCO shall maintain a complete set of all books and records prepared or used by KINCO with respect to the Project. City shall be afforded access to all of KINCO's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to this Agreement. KINCO shall preserve all such records for a period of three years after the final payment or longer where required by Law. CONTRACT: Bid 25-43, Construction – Walker Park Improvements, Phase 1 Page 6 of 19 City of Fayetteville, AR 7. Warranty a. KINCO warrants all materials and equipment furnished under the Construction Phase of this Agreement will be new unless otherwise specified, of good quality, in conformance with the Contract Documents, and free from defective workmanship and materials. At City or Design Professional request, KINCO shall furnish satisfactory evidence of the quality and type of materials and equipment furnished. KINCO further warrants all Work shall be free from material defects not intrinsic in the design or materials required in the Contract Documents. KINCO's warranty does not include remedies for defects or damages caused by normal wear and tear during normal usage beyond the warranty period, use for a purpose for which the Project was not intended, improper or insufficient maintenance, modifications performed by the City or others, or abuse. KINCO 's warranty shall commence on the Date of Final Completion of the Project. b. To the extent products, equipment, systems, or materials incorporated in the Work are specified and purchased by the City, they shall be covered exclusively by the warranty of the manufacturer. There are no warranties which extend beyond the description on the face of any such warranty. For such incorporated items, ALL OTHER WARRANTIES EXPRESSED OR IMPLIED INCLUDING THE WARRANTY OF MERCHANTABILITY AND THE WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE ARE EXPRESSLY DISCLAIMED. c. KINCO shall obtain from its Subcontractors and Suppliers any special or extended warranties required by the Contract Documents. KINCO's liability for such warranties shall be limited to the one-year correction period, as further defined in this Agreement. After that period KINCO shall provide full and comprehensive assistance to the City in enforcing the obligations of Subcontractors or Suppliers for such extended warranties. d. Correction of Work: i. If before Substantial Completion or within two-years after the date of Final Completion of the Work any Defective Work is found, City shall promptly notify KINCO in writing. Unless City provides written acceptance of the condition, KINCO shall promptly correct the Defective Work at its own cost and time and bear the expense of additional services required for correction of any Defective Work for which it is responsible. If within the two-year correction period City discovers and does not promptly notify KINCO or give KINCO an opportunity to test or correct Defective Work as reasonably requested by KINCO, City waives KINCO 's obligation to correct that Defective Work as well as City’s right to claim a breach of the warranty with respect to that Defective Work. ii. If KINCO fails to correct Defective Work within a reasonable time after receipt of written notice from City before final payment, City may correct it in accordance with the City's right to carry out the Work. In such case, an appropriate Change Order shall be issued deducting the cost of correcting the Defective Work from payments then or thereafter due KINCO. If payments then or thereafter due KINCO are not sufficient to cover such amounts, KINCO shall pay the difference to City. iii. KINCO’s obligations and liability, if any, with respect to any Defective Work discovered after the two-year correction period shall be determined by the Law. If, after the two-year correction period but before the applicable limitation period has expired, City discovers any Work which City considers Defective Work, City shall, unless the Defective Work requires emergency correction, promptly notify KINCO and allow KINCO an opportunity to correct the Work if KINCO elects to do so. If KINCO elects to correct the Work, it shall provide written notice of such intent within fourteen (14) Days of its receipt of notice from City and shall complete the correction of Work within a mutually agreed timeframe. If KINCO does not elect to correct the Work, City may have the Work corrected by itself or Others, and, if City intends to seek recovery of those costs from KINCO, City shall promptly provide KINCO with an accounting of the actual correction costs. CONTRACT: Bid 25-43, Construction – Walker Park Improvements, Phase 1 Page 7 of 19 City of Fayetteville, AR iv. If KINCO's correction or removal of Defective Work causes damage to or destroys other completed or partially completed work or existing building, KINCO shall be responsible for the cost of correcting the destroyed or damaged property. v. The two-year period for correction of Defective Work does not constitute a limitation period with respect to the enforcement of KINCO's other obligations under the Contract Documents. vi. Before final payment, at City option and with KINCO's agreement, City may elect to accept Defective Work rather than require its removal and correction. In such cases the contract shall be equitably adjusted for any diminution in the value, as determined by City, of the Project caused by such Defective Work via formal written change order. 8. Safety of Persons and Property a. SAFETY PROGRAMS: KINCO holds overall responsibility for safety programs. However, such obligation does not relieve Subcontractors of their safety responsibilities and to comply with the Law. KINCO shall prevent against injury, loss, or damage to persons or property by taking reasonable steps to protect: (a) its employees and other persons at the Worksite; (b) materials and equipment stored at onsite or offsite locations for use in performing the Work; and (c) property located at the Worksite and adjacent to work areas, whether or not the property is part of the Worksite. b. KINCO'S SAFETY REPRESENTATIVE: KINCO shall designate an individual at the Worksite in its employ as its safety representative. Unless otherwise identified by KINCO in writing to City, KINCO’s project superintendent shall serve as its safety representative. KINCO shall report promptly in writing all recordable accidents and injuries occurring at the Worksite. When KINCO is required to file an accident report with a public authority, KINCO shall furnish a copy of the report to City. c. KINCO shall provide City with copies of all notices required of KINCO by the Law. KINCO's safety program shall comply with the requirements of governmental and quasi-governmental authorities having jurisdiction. i. Damage or loss not insured under property insurance that may arise from the Work, to the extent caused by negligent or intentionally wrongful acts or omissions of KINCO, or anyone for whose acts KINCO may be liable, shall be promptly remedied by KINCO. d. If City deems any part of the Work or Worksite unsafe, City, without assuming responsibility for KINCO's safety program, may require performance of the Work be stopped, and take corrective measures satisfactory to City. If KINCO does not adopt corrective measures, City may perform them and deduct their cost from the Contract amount KINCO agrees to make no claim for damages, an increase in the Contract amount, or for a change in the Dates of Substantial or Final Completion based on KINCO's compliance with City’s reasonable request. 9. Subcontracts: a. BINDING OF SUBCONTRACTORS AND SUPPLIERS: KINCO agrees to bind every Subcontractor and Supplier and require every Subcontractor to so bind its subcontractors and significant supplier, to the Contract Documents as they apply to the Subcontractor's or Supplier's applicable provisions to that portion of the Work. b. KINCO agrees not to subcontract at risk related services without prior written consent from the City. 10. Fees, Expenses, and Payments: a. KINCO, at its own cost and expense, shall furnish all labor, materials, supplies, machinery, equipment, tools, supervision, bonds, insurance, tax permits, and all other accessories and services necessary to CONTRACT: Bid 25-43, Construction – Walker Park Improvements, Phase 1 Page 8 of 19 City of Fayetteville, AR complete items bid per Bid 25-43 as stated in KINCO’s bid response, and in accordance with specifications attached hereto and made a part hereof under Bid 25-43, all included herein as if spelled out word for word. b. This turn-key project providing labor and materials shall be provided to the City for a not to exceed fee of $4,697,184.26 US Dollars, not including any City Council approved contingency. c. The City of Fayetteville shall pay KINCO for completion of the project based on a percentage of work completed. At no point shall payment exceed the percentage of work completed, as determined by the City. d. Payments will be made after approval and acceptance of work and submission of invoice Payments will be made approximately 30 days after approval of invoice. The City of Fayetteville reserves the right to request receipts for materials purchased for the City of Fayetteville from suppliers, subcontractors, or other sources. The City of Fayetteville does not agree to any interest or penalty for “untimely” payments. e. The City reserves the right to withhold five percent (5%) retainage from all payments until project is completed in full. f. Not to exceed pricing shall include but not be limited to: i. Labor wages directly employed by KINCO in performing of the Work. ii. Salaries of KINCO 's employees when stationed at the field office, in whatever capacity employed, employees engaged on the road expediting the production or transportation of material and equipment, and employees from the principal or branch office as mutually agreed by the Parties in writing. iii. Cost of all employee benefits and taxes, including but not limited to, workers' compensation, unemployment compensation, social security, health, welfare, retirement, and other fringe benefits as required by law, labor agreements, or paid under KINCO's standard personnel policy, insofar as such costs are paid to employees of KINCO who are included in the Cost of the Work. iv. Transportation, travel, hotel, and moving expenses KINCO's personnel incurred in connection with the Work. v. Cost of all materials, supplies, and equipment incorporated in the Work, including costs of inspection and testing if not provided by City, transportation, storage, and handling. vi. Payments made by KINCO to Subcontractors for work performed under this Agreement. vii. Cost, including transportation and maintenance of all materials, supplies, equipment, temporary facilities, and hand tools not owned by the workers that are used or consumed in the performance of the Work, less salvage value or residual value; and cost less salvage value on such items used, but not consumed that remain the property of KINCO. viii. Rental charges of all necessary machinery and equipment, exclusive of hand tools owned by workers, used at the Worksite, whether rented from KINCO or others, including installation, repair, and replacement, dismantling, removal, maintenance, transportation, and delivery costs at competitive market rates. ix. Cost of the premiums for all insurance and surety, performance, and payment bonds which KINCO is required to procure or deems necessary and approved by City. x. Sales, use, gross receipts, or other taxes, tariffs, or duties related to the Work for which KINCO is liable. xi. Permits, taxes, fees, licenses, tests, royalties. CONTRACT: Bid 25-43, Construction – Walker Park Improvements, Phase 1 Page 9 of 19 City of Fayetteville, AR xii. Losses, expenses, or damages to the extent not compensated by insurance or otherwise, and the cost of corrective work during the Construction Phase and for the warranty period. xiii. Costs associated with establishing, equipping, operating, maintaining, mobilizing and demobilizing the field office and site. xiv. Water, power, and fuel costs necessary for the Work. xv. Cost of removal of all nonhazardous substances, debris, and waste materials. xvi. Costs incurred due to an emergency affecting the safety of persons or property. xvii. Costs directly incurred in the performance of the Work or in connection with the Project, and not included in KINCO's Fee, which are reasonably inferable from the Contract Documents. g. STORED MATERIALS AND EQUIPMENT: Unless otherwise provided in the contract documents, applications for payment may include materials and equipment not yet incorporated into the Work but delivered to and suitably stored onsite or offsite including applicable insurance, storage, and costs incurred transporting the materials to an offsite storage facility. Approval of payment applications for stored materials and equipment stored offsite shall be conditioned on a submission by KINCO of bills of sale and proof of required insurance, or such other documentation satisfactory to City to establish the proper valuation of the stored materials and equipment, City’s title to such materials and equipment, and to otherwise protect City’s interests therein, including transportation to the Worksite. Materials and equipment stored offsite shall be in a bonded and insured secure facility. h. FINAL PAYMENT: Upon satisfactory completion of the work performed under this Agreement, as a condition before final payment under this Agreement, or as a termination settlement under this Agreement, KINCO shall execute and deliver to CITY OF FAYETTEVILLE a release of all claims against CITY OF FAYETTEVILLE arising under or by virtue of this Agreement, except claims which are specifically exempted by KINCO to be set forth therein. i. Unless otherwise provided in this Agreement or by State law or otherwise expressly agreed to by the parties to this Agreement, final payment under this Agreement or settlement upon termination of this Agreement shall not constitute a waiver of CITY OF FAYETTEVILLE’s claims against KINCO or sureties under this Agreement. 11. Project Bonding - Performance and payment bonding: After execution of this contract by all parties, KINCO shall provide 100% separate performance and payment bonds (inclusive of any approved contingency) from a bonding company, licensed to do business in the state of Arkansas. Bonds shall be recorded and stamped at the Washington County Circuit Clerk. Bonds shall be provided within ten (10) calendar days after this contract has been executed by all parties. If bonds are not inclusive of council approved contingency, bond rider(s) will be required for any change orders. a. All bonds shall be listed with the U.S. Treasury Department listing of approved surety’s (T-List) and shall be rated A+ minimum by A. M. Best. 12. Time: a. SUBSTANTIAL and FINAL COMPLETION: Date of Substantial Completion and the Date of Final Completion shall be established in the contract documents as a hard not-to-exceed date. If such dates are not established upon the execution of this Agreement, a Date of Substantial Completion and Date of Final Completion of the Work shall be established via Change Order. b. Time is of the essence with regard to the obligations of the Contract Documents. CONTRACT: Bid 25-43, Construction – Walker Park Improvements, Phase 1 Page 10 of 19 City of Fayetteville, AR c. Unless instructed by City in writing, KINCO shall not knowingly commence the Work before the effective date of KINCO’s required insurance, bonds, and formal written and signed Purchase Order issued by the City of Fayetteville Procurement Division. d. Schedule of Work: Before submitting its first application for payment, KINCO shall submit to City and, if directed, Design Professional, a Schedule of the Work showing the dates on which KINCO plans to begin and complete various parts of the Work, including dates on which information and approvals are required from City. Except as otherwise directed by City, KINCO shall comply with the approved Schedule of the Work. i. City may determine the sequence in which the Work shall be performed, provided it does not unreasonably interfere with the approved project schedule. City may require KINCO to make reasonable changes in the sequence at any time during the performance of the Work in order to facilitate the performance of work by City or Others. If KINCO consequently incurs costs or is delayed, the Dates of Substantial or Final Completion, or both KINCO may seek equitable adjustment. e. NOTICE OF DELAY CLAIMS: If KINCO requests an equitable extension of the Contract Time or an equitable adjustment contract as a result of a delay described, KINCO shall give City written notice of the claim. If KINCO causes delay in the completion of the Work, City shall be entitled to recover its additional costs. 13. Substantial Completion: a. The Work shall be Substantially Completed within 310 calendar days after the date when the Contract Times commence to run as provided in the GENERAL CONDITIONS. b. KINCO shall notify City and, if directed, Design Professional when it considers Substantial Completion of the Work or a designated portion to have been achieved. City, with the assistance of its Design Professional, shall promptly conduct an inspection to determine whether the Work or designated portion can be occupied or used for its intended use by City without excessive interference in completing any remaining unfinished Work. If City determines the Work or designated portion has not reached Substantial Completion, City, with the assistance of its Design Professional, shall promptly compile a list of items to be completed or corrected so City may occupy or use the Work or designated portion for its intended use. KINCO shall promptly and accurately complete all items on the list. c. When Substantial Completion of the Work or a designated portion is achieved, KINCO shall prepare a Certificate of Substantial Completion establishing the date of Substantial Completion and the respective responsibilities of each Party for interim items such as security, maintenance, utilities, insurance, and damage to the Work, and fixing the time for completion of all items on the list accompanying the Certificate. The Certificate of Substantial Completion shall be submitted by KINCO to City and, if directed, to Design Professional for written acceptance of responsibilities assigned in the Certificate of Substantial Completion. d. Unless otherwise provided in the Certificate of Substantial Completion, warranties required by the Contract Documents shall commence on the date of Substantial Completion of the Work or a designated portion. e. Upon City’s written acceptance of the Certificate of Substantial Completion, City shall pay to KINCO the remaining retainage held by City for the Work described in the Certificate of Substantial Completion less a sum equal to one hundred and fifty percent (150%) of the estimated cost of completing or correcting remaining items on that part of the Work, as agreed to by the Parties as necessary to achieve Final Completion, including all close outs. Uncompleted items shall be completed by KINCO in a mutually agreed upon timeframe. CONTRACT: Bid 25-43, Construction – Walker Park Improvements, Phase 1 Page 11 of 19 City of Fayetteville, AR 14. Final Completion: a. The Work shall be completed and ready for final payment in accordance with the GENERAL CONDITIONS within 340 calendar days after the date when the Contract Times commence to run. b. Upon notification from KINCO that the Work is complete and ready for final inspection and acceptance, City, with the assistance of its Design Professional shall promptly conduct an inspection to determine if the Work has been completed and is acceptable under the Contract Documents. c. When the Work is complete, KINCO shall prepare for City’s written acceptance a final application for payment stating that to the best of KINCO’s knowledge, and based on City’s inspections, the Work has reached Final Completion in accordance with the Contract Documents. d. Final payment shall be made to KINCO within thirty (30) Days of submitted application for final payment, pending the application has been approved by the City, including submissions required, and a Certificate of Final Completion has been executed by all Parties. e. Final payment shall be due on KINCO's submission of the following to the City: i. an affidavit declaring any indebtedness connected with the Work, to have been paid, satisfied, or to be paid with the proceeds of final payment, so as not to encumber City property; ii. as-built drawings, manuals, copies of warranties, and all other close-out documents required by the Contract Documents; iii. release of any liens, conditioned on final payment being received; iv. consent of any surety; and v. any outstanding known and unreported accidents or injuries experienced by KINCO or its Subcontractors at the Worksite. f. If, after Substantial Completion of the Work, the Final Completion of a portion of the Work is materially delayed through no fault of KINCO. If approved by City, they shall pay the balance due for any portion of the Work fully completed and accepted. If the remaining contract balance for Work not fully completed and accepted is less than the retained amount before payment, KINCO shall submit to City and, if directed, Design Professional the written consent of any surety to payment of the balance due for portions of the Work that are fully completed and accepted. Such payment shall not constitute a waiver of claims, but otherwise shall be governed by this section. g. ACCEPTANCE OF FINAL PAYMENT: Unless KINCO provides written identification of unsettled claims with an application for final payment, its acceptance of final payment constitutes a waiver of such claims. h. KINCO shall ensure that the City of Fayetteville receives lien waivers from all material suppliers, subcontractors and sub-subcontractors and KINCO work begins on the project. KINCO shall give written notice to the material suppliers, subcontractors and sub-subcontractors providing work on the project that states the following: i. ‘According to Arkansas law, it is understood that no liens can be filed against public property if valid and enforceable payment and performance bond is in place. Regarding this Project and Agreement, the valid and enforceable bonds are with ( name of surety ).’ ii. KINCO shall have each subcontractor, sub-subcontractor and material supplier execute a written receipt evidencing acknowledgment of this statement prior to commencement of the work of the subcontractor or material supplier. CONTRACT: Bid 25-43, Construction – Walker Park Improvements, Phase 1 Page 12 of 19 City of Fayetteville, AR 15. Liquidated Damages: KINCO accepts the provisions as to liquidated damages in the event of failure to complete the Work within the total completion time. Liquidated damages in the sum of $450.00 USD for each consecutive calendar day thereafter will be assessed. 16. Notices: Any notice required to be given under this Agreement to either party to the other shall be sufficient if addressed and mailed, certified mail, postage paid, delivery, fax or e-mail (receipt confirmed), or overnight courier. 17. Jurisdiction: Legal jurisdiction to resolve any disputes shall be Arkansas with Arkansas law applying to the case. 18. Venue: Venue for all legal disputes shall be Washington County, Arkansas. 19. Freedom of Information Act: City of Fayetteville contracts and documents prepared while performing contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, KINCO shall do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. 25-19-101 et. Seq.). Only legally authorized photo coping costs pursuant to the FOIA may be assessed for this compliance. 20. Changes in Scope or Price: Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. 21. Insurance: a. Before starting the Work and as a condition precedent to payment, KINCO shall procure and maintain in force Workers’ Compensation Insurance, Employers' Liability Insurance, Business Automobile Liability Insurance, and Commercial General Liability Insurance (“CGL”). The CGL policy shall include coverage for liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, contractual liability, pollution coverage, and broad form property damage. KINCO shall maintain completed operations liability insurance for one year after Substantial Completion, or as required by the Contract Documents, whichever is longer. b. Employers' Liability, Business Automobile Liability, and CGL coverages required may be provided by a single policy for the full limits required or by a combination of underlying policies with the balance provided by excess or umbrella liability policies. c. KINCO shall maintain in effect all insurance coverage required with insurance companies lawfully authorized to do business in the jurisdiction in which the Project is located. If KINCO fails to obtain or maintain any insurance coverage required under this Agreement, City may purchase such coverage and charge the expense to KINCO or terminate this Agreement. d. To the extent commercially available to KINCO from its current insurance company, insurance policies required shall contain a provision that the insurance company or its designee shall give City written notice transmitted in paper and electronic format: (a) 30 Days before coverage is nonrenewed by the insurance company and (b) within 10 Business Days after cancelation of coverage by the insurance company. Before commencing the Work and upon renewal or replacement of the insurance policies, KINCO shall furnish City with certificates of insurance until one year after Substantial Completion or longer if required by the Contract Documents. In addition, if any insurance policy required is not to be immediately replaced without lapse in coverage when it expires, exhausts its limits, or is to be cancelled, KINCO shall give City prompt written notice upon actual or constructive knowledge of such condition. e. Certificates of Insurance shall list the City as Additional Insured Parties. CONTRACT: Bid 25-43, Construction – Walker Park Improvements, Phase 1 Page 13 of 19 City of Fayetteville, AR f. PROPERTY INSURANCE: i. At no time shall any policy be covered by self-insurance or in a self-insured format. All policies shall be covered by an approved commercial insurance professional properly licensed to do business in Arkansas. ii. Unless otherwise directed in writing by City, before starting the Work, KINCO shall obtain and maintain a Builder's Risk Policy upon the entire Project for the full cost of replacement at the time of loss, including existing structures. This insurance shall also (a) name KINCO, Subcontractors, Sub subcontractors, and Design Professional as named insureds; (b) be written in such form to cover all risks of physical loss except those specifically excluded by the policy; and (c) insure at least against and not exclude: 1. The perils of fire, lightning, explosion, windstorm, hail, smoke, aircraft (except aircraft, including helicopter, operated by or on behalf of KINCO) and vehicles, riot and civil commotion, theft, vandalism, malicious mischief, debris removal, flood, earthquake, earth movement, water damage, wind damage, testing if applicable, collapse, however caused; 2. Damage resulting from defective design, workmanship, or material; 3. Coverage extension for damage to existing buildings, plant, or other structures at the Worksite, when the Project is contained within or attached to such existing buildings, plant or structures. Coverage shall be to the extent loss or damage arises out of Constructor’s activities or operations at the Project. 4. Equipment breakdown, including mechanical breakdown, electrical injury to electrical devices, explosion of steam equipment, and damage to steam equipment caused by a condition within the equipment; 5. Testing coverage for running newly installed machinery and equipment at or beyond the specified limits of their capacity to determine whether they are fit for their intended use; and 6. Physical loss resulting from Terrorism. iii. The Party that is the primary cause of a Builder’s Risk Policy claim shall be responsible for any deductible amounts or coinsurance payments. If no Party is the primary cause of a claim, then the Party obtaining and maintaining the Builder’s Risk Policy shall be responsible for the deductible amounts or coinsurance payments. This policy shall provide for a waiver of subrogation. This insurance shall remain in effect until final payment has been made or until no person or entity other than City has an insurable interest in the property to be covered by this insurance, whichever is sooner. Partial occupancy or use of the Work shall not commence until City has secured the consent of the insurance company or companies providing the coverage required in this subsection. Before commencing the Work, City shall provide a copy of the property policy or policies obtained. iv. If City elects to purchase the property insurance required by this Agreement, including all of the coverages and deductibles for the same durations specified, City shall give written notice to KINCO before the Work is commenced and provide a copy of the property policy or policies obtained in compliance with this agreement. City may then provide insurance to protect its interests and the interests of the Constructor, Subcontractors, Suppliers, and Subsubcontractors. The cost of this insurance shall be paid by City in a Change Order. If City gives written notice of its intent to purchase property insurance required by this Agreement and fails to purchase or maintain such insurance, City shall be responsible for costs reasonably attributed to such failure. CONTRACT: Bid 25-43, Construction – Walker Park Improvements, Phase 1 Page 14 of 19 City of Fayetteville, AR v. The Parties each waive all rights against each other and their respective employees, agents, contractors, subcontractors, suppliers, sub subcontractors, and design professionals for damages caused by risks covered by the property insurance, except such rights as they may have to the proceeds of the insurance. 1. To the extent of the limits of KINCO's Commercial General Liability Insurance, KINCO shall indemnify and hold harmless City against any and all liability, claims, demands, damages, losses, and expenses, including attorneys' fees, in connection with or arising out of any damage or alleged damage to any of City’s existing adjacent property, including personal property, that may arise from the performance of the Work, to the extent caused by the negligent or intentionally wrongful acts or omissions of KINCO, Subcontractor, Supplier, Sub subcontractor, or anyone employed directly or indirectly by any of them or by anyone for whose acts any of them may be liable. g. RISK OF LOSS: Except to the extent a loss is covered by applicable insurance, risk of loss from damage to the Work shall be upon the Party obtaining and maintaining the Builder’s Risk until the Date of Final Completion. h. ADDITIONAL GENERAL LIABILITY COVERAGE: City shall require KINCO to purchase and maintain additional liability coverage. KINCO shall provide: i. Additional Insured. City shall be named as an additional insured on KINCO's Commercial General Liability (CGL) specified, for on-going operations and completed operations, excess/umbrella liability, commercial automobile liability, and any required pollution liability, but only with respect to liability for bodily injury, property damage, or personal and advertising injury to the extent caused by the negligent acts or omissions of KINCO, or those acting on KINCO's behalf, in the performance of KINCO's work for the City of Fayetteville at the Worksite. The insurance of the KINCO and its Subcontractors (both primary and excess) shall be primary to any insurance available to the Additional Insureds. Any insurance available to the Additional Insureds shall be excess and non-contributory. ii. OCP. KINCO shall provide an Owners' (City) and Contractors' Protective Liability Insurance (“OCP”) policy with limits equal to the limits on CGL specified, or limits as otherwise required by City. i. Any documented additional cost in the form of a surcharge associated with procuring the additional liability coverage in accordance with this subsection shall be paid by KINCO. Before commencing the Work, KINCO shall provide either a copy of the OCP policy, or a certificate and endorsement evidencing that City has been named as an additional insured, as applicable. i. ROYALTIES, PATENTS, AND COPYRIGHTS: KINCO shall pay all royalties and license fees which may be due on the inclusion of any patented or copyrighted materials, methods, or systems selected by KINCO and incorporated in the Work. KINCO shall defend, indemnify, and hold City harmless from all suits or claims for infringement of any patent rights or copyrights arising out of such selection. j. PROFESSIONAL LIABILITY INSURANCE: To the extent KINCO is required to procure design services, KINCO shall require its design professionals to obtain a commercial professional liability insurance for claims arising from the negligent performance of professional services under this Agreement, with a company reasonably satisfactory to City, including coverage for all professional liability caused by any consultants to KINCO’s design professional, written for not less than one million US dollars ($1,000,000) per claim and in the aggregate. KINCO’s design professional shall pay the deductible. The Professional Liability Insurance shall contain a retroactive date providing prior acts coverage sufficient to cover all Services performed by KINCO’s design professional for this Project. Coverage shall be continued in effect for the entire warranty period. CONTRACT: Bid 25-43, Construction – Walker Park Improvements, Phase 1 Page 15 of 19 City of Fayetteville, AR 22. Professional Responsibility: KINCO will exercise reasonable skill, care, and diligence in the performance of services and will carry out its responsibilities in accordance with customarily accepted professional practices. CITY OF FAYETTEVILLE will promptly report to KINCO any defects or suspected defects in services of which CITY OF FAYETTEVILLE becomes aware, so KINCO can take measures to minimize the consequences of such a defect. CITY OF FAYETTEVILLE retains all remedies to recover for its damages caused by any negligence of KINCO. 23. Responsibility of the City of Fayetteville a. CITY OF FAYETTEVILLE shall, within a reasonable time, so as not to delay the services of KINCO: i. Provide full information as to the requirements for the Project. ii. Assist KINCO by placing at KINCO’s disposal, all available information pertinent to the assignment including previous reports and any other data relative thereto. iii. Assist KINCO in obtaining access to property reasonably necessary for KINCO to perform its services. iv. Examine all studies, reports, sketches, cost opinions, proposals, and other documents presented by KINCO and render in writing decisions pertaining thereto. v. Review all documents and provide written comments to KINCO in a timely manner. vi. The City of Fayetteville’s Park Planning Superintendent is the project representative with respect to the services to be performed under this Agreement. The Park Planning Superintendent Representative shall have complete authority to transmit instructions, receive information, interpret and define policies and decisions with respect to materials, equipment, elements and systems to be used in the Project, and other matters pertinent to the services covered by this Agreement. 24. Cost Opinions and Projections: Cost opinions and projections prepared by the KINCO relating to construction costs and schedules, operation and maintenance costs, equipment characteristics and performance, cost estimating, and operating results are based on KINCO’s experience, qualifications, and judgment as a professional. 25. Period of Service: This Agreement will become effective upon the first written notice by CITY OF FAYETTEVILLE authorizing services hereunder. a. The provisions of this Agreement have been agreed to in anticipation of the orderly progress of the Project through completion of the services stated in the Agreement. KINCO shall proceed with providing the authorized services immediately upon receipt of written authorization from CITY OF FAYETTEVILLE. Said authorization shall include the scope of the services authorized and the time in which the services are to be completed. 26. Termination: a. This Agreement may be terminated in whole or in part in writing by either party in the event of substantial failure by the other party to fulfill its obligations under this Agreement through no fault of the terminating party, provided that no termination may be effected unless the other party is given: i. Not less than ten (10) calendar days written notice (delivered by certified mail, return receipt requested) of intent to terminate, ii. An opportunity for consultation with the terminating party prior to termination. b. This Agreement may be terminated in whole or in part in writing by CITY OF FAYETTEVILLE for its convenience, provided that KINCO is given: CONTRACT: Bid 25-43, Construction – Walker Park Improvements, Phase 1 Page 16 of 19 City of Fayetteville, AR i. Not less than ten (10) calendar days written notice (delivered by certified mail, return receipt requested) of intent to terminate, ii. An opportunity for consultation with the terminating party prior to termination. c. If termination for default is affected by CITY OF FAYETTEVILLE, an equitable adjustment in the price provided for in this Agreement shall be made, but i. No amount shall be allowed for anticipated profit on unperformed services or other work, ii. Any payment due to KINCO at the time of termination may be adjusted to cover any additional costs to CITY OF FAYETTEVILLE because of KINCO’s default. d. If termination for default is affected by KINCO, or if termination for convenience is affected by CITY OF FAYETTEVILLE, the equitable adjustment shall include a reasonable profit for services or other work performed. The equitable adjustment for any termination shall provide for payment to KINCO for services rendered and expenses incurred prior to the termination, in addition to termination settlement costs reasonably incurred by KINCO relating to commitments which had become firm prior to the termination. e. Upon receipt of a termination action under Paragraphs above, KINCO shall: i. Promptly discontinue all affected work (unless the notice directs otherwise), ii. Deliver or otherwise make available to CITY OF FAYETTEVILLE all data, drawings, specifications, reports, estimates, summaries and such other information and materials as may have been accumulated by KINCO in performing this Agreement, whether completed or in process. f. Upon termination under sections above CITY OF FAYETTEVILLE may take over the work and may award another party an agreement to complete the work under this Agreement. g. If, after termination for failure of KINCO to fulfill contractual obligations, it is determined that KINCO had not failed to fulfill contractual obligations, the termination shall be deemed to have been for the convenience of CITY OF FAYETTEVILLE. In such event, adjustments of the agreement price shall be made as provided in this agreement. 27. Delays a. In the event the services of KINCO are suspended or delayed by CITY OF FAYETTEVILLE, or by other events beyond KINCO’s reasonable control, KINCO shall be entitled to additional compensation and time for reasonable documented costs incurred by KINCO in temporarily closing down or delaying the Project. b. In the event the services are suspended or delayed by KINCO, CITY shall be entitled to compensation and time for reasonable costs incurred in temporarily closing down or delaying the Project. 28. Rights and Benefits: KINCO’s services shall be performed solely for the benefit of CITY OF FAYETTEVILLE and not for the benefit of any other persons or entities. 29. Dispute Resolution a. Scope of Paragraph: The procedures of this Paragraph shall apply to any and all disputes between CITY OF FAYETTEVILLE and KINCO which arise from, or in any way are related to, this Agreement, including, but not limited to the interpretation of this Agreement, the enforcement of its terms, any acts, errors, or omissions of CITY OF FAYETTEVILLE or KINCO in the performance of this Agreement, and disputes concerning payment. b. Exhaustion of Remedies Required: No action may be filed unless the parties first negotiate. If timely Notice is given as described in this agreement, but an action is initiated prior to exhaustion of these CONTRACT: Bid 25-43, Construction – Walker Park Improvements, Phase 1 Page 17 of 19 City of Fayetteville, AR procedures, such action shall be stayed, upon application by either party to a court of proper jurisdiction, until the procedures in this agreement have been complied with. c. Notice of Dispute i. For disputes arising prior to the making of final payment promptly after the occurrence of any incident, action, or failure to act upon which a claim is based, the party seeking relief shall serve the other party with a written Notice. ii. For disputes arising within one year after the making of final payment, CITY OF FAYETTEVILLE shall give KINCO written Notice at the address listed in this agreement within thirty (30) calendar days after occurrence of any incident, accident, or first observance of defect or damage. In both instances, the Notice shall specify the nature and amount of relief sought, the reason relief should be granted, and the appropriate portions of this Agreement that authorize the relief requested. iii. Negotiation: Within seven (7) calendar days of receipt of the Notice, the Project Managers for CITY OF FAYETTEVILLE and KINCO shall confer in an effort to resolve the dispute. If the dispute cannot be resolved at that level, then, upon written request of either side, the matter shall be referred to the President of KINCO, and the Mayor of CITY OF FAYETTEVILLE or their designee. These officers shall meet at the Project Site or such other location as is agreed upon within 30 calendar days of the written request to resolve the dispute. 30. Sufficient Funds: The CITY represents to have sufficient funds or the means of obtaining funds to remit payment to KINCO for services rendered by KINCO. All parties agree if funding should become insufficient to complete the project, KINCO shall be notified in a timely manner. 31. Indemnification: The CITY requires KINCO to indemnify, defend and hold harmless the CITY OF FAYETTEVILLE for any loss caused by negligence and from and against any and all loss where loss is caused or incurred or alleged to be caused or incurred in whole or in part as a result of the negligence or other actionable fault of the KINCO, or their employees, agents, Subcontractors, sub consultant and Suppliers of KINCO. 32. Publications: Recognizing the importance of professional services on the part of KINCO’s employees and the importance of KINCO’s public relations, KINCO may prepare publications, such as technical papers, articles for periodicals, promotional materials, and press releases, in electronic or other format, pertaining to KINCO’s services for the Project. Such publications will be provided to CITY OF FAYETTEVILLE in draft form for CITY OF FAYETTEVILLE’s advance review. CITY OF FAYETTEVILLE shall review such drafts promptly and provide CITY OF FAYETTEVILLE’s comments to KINCO, CITY OF FAYETTEVILLE may require deletion of proprietary data or confidential information from such publications, but otherwise CITY OF FAYETTEVILLE will not unreasonably withhold approval. Approved materials may be used in a variety of situations and do not require additional review or approval for each use. The cost of KINCO’s activities pertaining to any such publication shall be for KINCO’s account. 33. Ownership of Documents: a. All documents provided by CITY OF FAYETTEVILLE including original drawings, CAD drawings, estimates, field notes, and project data are and remain the property of CITY OF FAYETTEVILLE. KINCO may retain reproduced copies of drawings and copies of other documents. b. Engineering and architectural documents, computer models, drawings, specifications and other hard copy or electronic media prepared by KINCO as part of the Services shall become the property of CITY OF FAYETTEVILLE when KINCO has been compensated for all Services rendered, provided, however, KINCO shall have the unrestricted right to their use. KINCO shall, however, retain its rights in its standard drawings details, specifications, databases, computer software, and other proprietary property. Rights to CONTRACT: Bid 25-43, Construction – Walker Park Improvements, Phase 1 Page 18 of 19 City of Fayetteville, AR intellectual property developed, utilized, or modified in the performance of the Services shall remain the property of KINCO. c. Any files delivered in electronic medium may not work on systems and software different than those with which they were originally produced. KINCO makes no warranty as to the compatibility of these files with any other system or software. Because of the potential degradation of electronic medium over time, in the event of a conflict between the sealed original drawings/hard copies and the electronic files, the sealed drawings/hard copies will govern. 34. Additional Responsibilities of KINCO: a. Review, approval, or acceptance of design drawings, specifications, reports and other services furnished hereunder by CITY shall not in any way relieve KINCO of responsibility for the technical adequacy of the work. Review, approval or acceptance of, or payment for any of the services by CITY shall not be construed as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement. b. KINCO shall be and shall remain liable, in accordance with applicable law, for all damages to CITY OF FAYETTEVILLE caused by KINCO’s negligent performance, except beyond the KINCO’s normal standard of care, of any of the services furnished under this Agreement, and except for errors, omissions or other deficiencies to the extent attributable to CITY OF FAYETTEVILLE or CITY OF FAYETTEVILLE-furnished data. c. KINCO’s obligations under this clause are in addition to KINCO’s other express or implied assurances under this Agreement or State law and in no way diminish any other rights that CITY OF FAYETTEVILLE may have against KINCO for faulty materials, equipment, or work. 35. Audit and Access to Records: a. KINCO shall maintain books, records, documents and other evidence directly pertinent to performance on work under this Agreement in accordance with generally accepted accounting principles and practices consistently applied in effect on the date of execution of this Agreement. b. KINCO shall also maintain the financial information and data used by KINCO in the preparation of support of the cost submission required for any negotiated agreement or change order and send to CITY OF FAYETTEVILLE a copy of the cost summary submitted. CITY OF FAYETTEVILLE, the State or any of their authorized representatives shall have access to all such books, records, documents and other evidence for the purpose of inspection, audit and copying during normal business hours. KINCO will provide proper facilities for such access and inspection. c. Records shall be maintained and made available during performance on assisted work under this Agreement and until three years from the date of final payment for the project. In addition, those records which relate to any controversy arising out of such performance, or to costs or items to which an audit exception has been taken, shall be maintained and made available until three years after the date of resolution of such appeal, litigation, claim or exception. d. This right of access clause (with respect to financial records) applies to: i. Negotiated prime agreements ii. Negotiated change orders or agreement amendments affecting the price of any formally advertised, competitively awarded, fixed price agreement iii. Agreements or purchase orders under any agreement other than a formally advertised, competitively awarded, fixed price agreement. However, this right of access does not apply to a prime agreement, lower tier sub agreement or purchase order awarded after effective price competition, except: Line #Description QTY UOM Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended 1.1 Bonds and Insurance 1 LS $63,430.00 $63,430.00 $58,200.00 $58,200.00 $205,055.00 $205,055.00 $286,526.49 $286,526.49 $61,393.00 $61,393.00 $86,568.62 $86,568.62 1.2 Mobilization 1 LS $32,848.00 $32,848.00 $208,331.95 $208,331.95 $285,165.00 $285,165.00 $328,032.43 $328,032.43 $126,038.90 $126,038.90 $330,757.38 $330,757.38 1.3 Site Layout 1 LS $5,421.00 $5,421.00 $21,238.31 $21,238.31 $32,975.00 $32,975.00 $5,400.00 $5,400.00 $64,934.90 $64,934.90 $73,091.75 $73,091.75 1.4 Demolition East Side of Creek 1 LS $140,958.00 $140,958.00 $100,465.44 $100,465.44 $71,850.00 $71,850.00 $145,800.00 $145,800.00 $171,596.90 $171,596.90 $133,793.68 $133,793.68 1.5 Site Grading 1 LS $113,851.00 $113,851.00 $254,859.74 $254,859.74 $152,530.00 $152,530.00 $125,200.00 $125,200.00 $353,536.20 $353,536.20 $122,159.44 $122,159.44 1.6 Trench and Excavation Safety 1 LS $2,981.00 $2,981.00 $1,061.92 $1,061.92 $1,270.00 $1,270.00 $6,210.00 $6,210.00 $1,004.10 $1,004.10 $3,199.41 $3,199.41 1.7 Tree Protection Fencing 4814 LF $5.42 $26,091.88 $6.05 $29,124.70 $2.60 $12,516.40 $5.40 $25,995.60 $4.20 $20,218.80 $3.20 $15,404.80 1.8 Razorback Greenway Fencing 500 LF $81.30 $40,650.00 $37.54 $18,770.00 $2.60 $1,300.00 $38.18 $19,090.00 $41.70 $20,850.00 $52.35 $26,175.00 1.9 Demolition NW Side of Creek 1 LS $11,111.00 $11,111.00 $16,221.56 $16,221.56 $41,290.00 $41,290.00 $13,230.00 $13,230.00 $20,199.30 $20,199.30 $11,925.09 $11,925.09 1.10 12'x18' Pavilions - NW Side of Creek 2 EA $35,896.00 $71,792.00 $34,416.04 $68,832.08 $38,310.00 $76,620.00 $48,732.60 $97,465.20 $45,989.70 $91,979.40 $38,526.11 $77,052.22 1.11 Pedestrian Concrete (4") - NW Side of Creek 4200 SF $10.94 $45,948.00 $6.69 $28,098.00 $7.60 $31,920.00 $11.34 $47,628.00 $8.40 $35,280.00 $19.84 $83,328.00 1.12 Vehicle Concrete (6") - NW Side of Creek 2783 SF $13.15 $36,596.45 $9.34 $25,993.22 $11.50 $32,004.50 $14.04 $39,073.32 $13.60 $37,848.80 $25.73 $71,606.59 1.13 New Concrete Curb - NW Side of Creek 200 LF $19.67 $3,934.00 $28.89 $5,778.00 $30.20 $6,040.00 $32.40 $6,480.00 $33.50 $6,700.00 $109.22 $21,844.00 1.14 Demolition HC Parking & Bridge Wks 1 LS $6,265.00 $6,265.00 $8,495.32 $8,495.32 $14,650.00 $14,650.00 $8,920.80 $8,920.80 $4,035.40 $4,035.40 $6,724.58 $6,724.58 1.15 Pedestrian Concrete (4") - HC Parking and Bridge Walks 1340 SF $10.95 $14,673.00 $6.69 $8,964.60 $7.80 $10,452.00 $10.80 $14,472.00 $8.40 $11,256.00 $19.84 $26,585.60 1.16 Vehicle Concrete (6") - HC Parking and Bridge Walks 860 SF $12.16 $10,457.60 $9.34 $8,032.40 $11.90 $10,234.00 $14.15 $12,169.00 $13.60 $11,696.00 $25.73 $22,127.80 1.17 Stripping/Signage- HC Parking and Bridge Walks 1 LS $2,818.00 $2,818.00 $5,997.70 $5,997.70 $6,535.00 $6,535.00 $2,808.00 $2,808.00 $3,069.60 $3,069.60 $6,571.02 $6,571.02 1.18 Pedestrian Concrete (4") – Existing Parking Renovations 785 SF $10.95 $8,595.75 $6.69 $5,251.65 $7.30 $5,730.50 $10.80 $8,478.00 $8.50 $6,672.50 $19.84 $15,574.40 1.19 New Curb– Existing Parking Renovations 72 LF $27.10 $1,951.20 $28.89 $2,080.08 $30.30 $2,181.60 $43.20 $3,110.40 $35.00 $2,520.00 $109.22 $7,863.84 1.20 Asphalt patching / misc.– Existing Parking Renovations 1 LS $39,024.00 $39,024.00 $69,024.51 $69,024.51 $5,200.00 $5,200.00 $500.00 $500.00 $11,806.30 $11,806.30 $50,000.00 $50,000.00 1.21 Striping - Parking Lines– Existing Parking Renovations 1 LS $2,968.00 $2,968.00 $7,221.03 $7,221.03 $7,870.00 $7,870.00 $2,957.04 $2,957.04 $3,232.60 $3,232.60 $7,911.27 $7,911.27 1.22 4" Conc Scooter Parking Slab– Existing Parking Renovations 80 SF $10.95 $876.00 $6.90 $552.00 $16.85 $1,348.00 $41.63 $3,330.40 $25.90 $2,072.00 $120.81 $9,664.80 1.23 Horseshoes Perimeter 42" Fence 160 LF $54.20 $8,672.00 $48.22 $7,715.20 $52.50 $8,400.00 $49.04 $7,846.40 $53.60 $8,576.00 $38.39 $6,142.40 1.24 Horseshoes Artificial Turf 3875 SF $17.84 $69,130.00 $17.48 $67,735.00 $21.15 $81,956.25 $17.78 $68,897.50 $19.40 $75,175.00 $19.15 $74,206.25 1.25 Horseshoes Stairs (2x)2 EA $14,176.00 $28,352.00 $1,592.87 $3,185.74 $7,090.00 $14,180.00 $6,210.00 $12,420.00 $7,621.70 $15,243.40 $18,021.43 $36,042.86 1.26 Horseshoe Pits and backstops 20 EA $902.00 $18,040.00 $883.59 $17,671.80 $1,055.00 $21,100.00 $1,843.63 $36,872.60 $2,372.40 $47,448.00 $968.05 $19,361.00 1.27 Horseshoes Entry Ramp (north)1 LS $5,420.00 $5,420.00 $14,017.29 $14,017.29 $4,770.00 $4,770.00 $8,775.00 $8,775.00 $6,366.50 $6,366.50 $14,474.51 $14,474.51 1.28 20’x24’ Pavilions – NW Side of Creek 2 LS $65,660.00 $131,320.00 $57,539.76 $115,079.52 $70,080.00 $140,160.00 $78,377.88 $156,755.76 $80,975.50 $161,951.00 $70,471.01 $140,942.02 1.29 Pickleball Courts A&B 6500 SF $9.83 $63,895.00 $29.31 $190,515.00 $17.00 $110,500.00 $21.75 $141,375.00 $18.80 $122,200.00 $4.22 $27,430.00 1.30 Pickleball Courts A&B Fencing 360 LF $54.20 $19,512.00 $66.06 $23,781.60 $72.00 $25,920.00 $67.18 $24,184.80 $73.40 $26,424.00 $46.54 $16,754.40 1.31 Pickleball Court C 2200 SF $8.54 $18,788.00 $31.08 $68,376.00 $17.90 $39,380.00 $21.75 $47,850.00 $19.70 $43,340.00 $4.22 $9,284.00 Full Scope $4,930,619.86 $7,012,058.42 Certification of Funds: $3,850,000.00 ($4,812,500.00 maximum allowed) DEADLINE: Tuesday, August 19, 2025 at 2:00 PM Bid 25-43, Construction - Walker Park Improvements, Phase 1 BID TABULATION $7,012,058.42$6,288,630.02$5,717,018.64$5,466,372.47$4,930,619.86 Kinco Constructors Legacy Construction Management, Inc Crossland Heavy Contractors, Inc. CR Crawford Construction United Golf, LLC Full Scope Total w/ Deduct #1 w/ Deduct #1 & #2 w/ Deduct #1, #2 & #3 $6,399,472.48 $6,649,035.03 $6,850,671.69 $5,674,615.47 $6,043,197.72 $6,198,462.32 $5,242,037.39 $5,424,436.64 $5,613,072.64 $5,167,890.90 $5,286,019.27 $5,385,050.47 $4,697,184.26 $4,837,720.36 Milestone Construction Company, LLC $6,318,876.78 $6,240,082.00 $6,105,646.12 $5,939,875.45 $6,318,876.78$6,288,630.02$5,717,018.64$5,466,372.47 $4,561,514.16 Page 1 of 3 1.32 Pickleball Court C Fencing 200 LF $54.20 $10,840.00 $75.08 $15,016.00 $81.80 $16,360.00 $76.36 $15,272.00 $83.50 $16,700.00 $46.54 $9,308.00 1.33 Convert Batting Cage to Pickleball 1 LS $56,230.00 $56,230.00 $113,261.79 $113,261.79 $85,455.00 $85,455.00 $81,573.85 $81,573.85 $51,030.10 $51,030.10 $112,072.56 $112,072.56 1.34 Pickleball Stairs 1 EA $4,029.00 $4,029.00 $1,592.87 $1,592.87 $9,010.00 $9,010.00 $33,728.40 $33,728.40 $9,637.90 $9,637.90 $18,827.68 $18,827.68 1.35 Pedestrian Concrete (4”) – Horseshoes and Pickleball Area 10650 SF $10.95 $116,617.50 $6.90 $73,485.00 $7.50 $79,875.00 $10.80 $115,020.00 $8.30 $88,395.00 $19.84 $211,296.00 1.36 Cobble Border – Horseshoes and Pickleball Area 710 SF $4.61 $3,273.10 $0.98 $695.80 $26.40 $18,744.00 $7.63 $5,417.30 $27.40 $19,454.00 $3.71 $2,634.10 1.37 Concrete Walls – Horseshoes and Pickleball Area 545 LF $49.43 $26,939.35 $243.05 $132,462.25 $190.00 $103,550.00 $410.40 $223,668.00 $205.60 $112,052.00 $544.53 $296,768.85 1.38 Instructional signage – Horseshoes and Pickleball Area 1 LS $3,252.00 $3,252.00 $530.96 $530.96 $580.00 $580.00 $540.00 $540.00 $1,771.00 $1,771.00 $1,163.42 $1,163.42 1.39 Under Drainage – Horseshoes and Pickleball Area 1 LS $40,995.00 $40,995.00 $19,114.48 $19,114.48 $34,075.00 $34,075.00 $43,811.97 $43,811.97 $40,327.40 $40,327.40 $8,725.68 $8,725.68 1.40 20'x24' Pavilion – Large Plaza Area 1 LS $69,381.00 $69,381.00 $57,528.65 $57,528.65 $74,050.00 $74,050.00 $82,087.87 $82,087.87 $85,031.10 $85,031.10 $74,467.57 $74,467.57 1.41 Pedestrian Concrete (4") – Large Plaza Area 10920 SF $10.95 $119,574.00 $6.90 $75,348.00 $7.40 $80,808.00 $13.50 $147,420.00 $8.10 $88,452.00 $19.84 $216,652.80 1.42 Vehicular Concrete (6") – Large Plaza Area 5130 SF $13.15 $67,459.50 $9.45 $48,478.50 $11.00 $56,430.00 $14.04 $72,025.20 $12.90 $66,177.00 $25.73 $131,994.90 1.43 Concrete Staining – Large Plaza Area 8355 SF $5.42 $45,284.10 $4.18 $34,923.90 $6.40 $53,472.00 $21.33 $178,212.15 $6.50 $54,307.50 $19.21 $160,499.55 1.44 Seating Walls – Large Plaza Area 205 LF $162.66 $33,345.30 $243.05 $49,825.25 $160.00 $32,800.00 $307.80 $63,099.00 $188.40 $38,622.00 $638.49 $130,890.45 1.45 Boccie Courts 2 EA $15,665.00 $31,330.00 $16,354.93 $32,709.86 $16,710.00 $33,420.00 $29,317.51 $58,635.02 $23,192.40 $46,384.80 $16,806.63 $33,613.26 1.46 Corn Hole Courts 2 EA $10,443.00 $20,886.00 $10,238.45 $20,476.90 $11,140.00 $22,280.00 $19,127.41 $38,254.82 $11,370.20 $22,740.40 $11,204.42 $22,408.84 1.47 Excavation and Haul Off Dirt – Sand Volleyball 800 CY $41.21 $32,968.00 $23.00 $18,400.00 $17.50 $14,000.00 $41.04 $32,832.00 $24.80 $19,840.00 $44.21 $35,368.00 1.48 Volleyball Sand 700 TON $113.76 $79,632.00 $111.41 $77,987.00 $121.30 $84,910.00 $113.30 $79,310.00 $123.90 $86,730.00 $122.05 $85,435.00 1.49 Net and Posts – Sand Volleyball 4 EA $3,749.31 $14,997.24 $3,671.66 $14,686.64 $4,000.00 $16,000.00 $3,734.18 $14,936.72 $4,082.10 $16,328.40 $4,022.63 $16,090.52 1.50 Flush Curb Containment – Sand Volleyball 500 LF $27.11 $13,555.00 $25.70 $12,850.00 $22.10 $11,050.00 $36.18 $18,090.00 $25.60 $12,800.00 $127.87 $63,935.00 1.51 4' Conc with 48" Fence – Sand Volleyball 193.5 LF $103.67 $20,060.15 $50.99 $9,866.57 $252.00 $48,762.00 $150.68 $29,156.58 $273.70 $52,960.95 $59.33 $11,480.36 1.52 North 96" Fencing – Sand Volleyball 193.5 LF $75.91 $14,688.59 $73.17 $14,158.40 $80.00 $15,480.00 $74.42 $14,400.27 $81.40 $15,750.90 $86.09 $16,658.42 1.53 Foot Spray – Sand Volleyball 1 LS $4,427.00 $4,427.00 $4,335.22 $4,335.22 $4,725.00 $4,725.00 $4,409.05 $4,409.05 $12,612.10 $12,612.10 $9,403.31 $9,403.31 1.54 Under Drainage - Sand Volleyball 345 LF $37.77 $13,030.65 $72.92 $25,157.40 $40.30 $13,903.50 $37.62 $12,978.90 $41.10 $14,179.50 $40.52 $13,979.40 1.55 Vehicular Concrete (6") – Loop Walk 6415 SF $13.15 $84,357.25 $9.45 $60,621.75 $11.20 $71,848.00 $14.04 $90,066.60 $12.90 $82,753.50 $25.73 $165,057.95 1.56 Pedestrian Concrete (4") – Loop Walk 9320 SF $10.95 $102,054.00 $6.90 $64,308.00 $8.90 $82,948.00 $10.80 $100,656.00 $9.60 $89,472.00 $19.84 $184,908.80 1.57 Sand for Soil Enhancement – Sports Fields 1100 CY $65.06 $71,566.00 $58.41 $64,251.00 $75.90 $83,490.00 $70.20 $77,220.00 $77.40 $85,140.00 $63.99 $70,389.00 1.58 Tahoma Bermuda Turf – Sports Fields 33604 SY $8.34 $280,258.29 $8.72 $293,027.85 $8.90 $299,076.59 $8.31 $279,250.16 $8.40 $282,274.53 $8.25 $277,233.92 1.59 Irrigation – Sports Fields 1 LS $88,271.00 $88,271.00 $111,501.14 $111,501.14 $94,180.00 $94,180.00 $87,915.24 $87,915.24 $96,107.40 $96,107.40 $252,788.62 $252,788.62 1.60 Hose bib & Box – Sports Fields 12 EA $540.79 $6,489.48 $530.96 $6,371.52 $580.00 $6,960.00 $538.65 $6,463.80 $588.80 $7,065.60 $1,419.38 $17,032.56 1.61 Hose bib Pipe (3/4" CL200 PVC) – Sports Fields 2555 LF $2.10 $5,365.50 $3.19 $8,150.45 $2.25 $5,748.75 $2.10 $5,365.50 $2.30 $5,876.50 $12.33 $31,503.15 1.62 MP Fields French Drains 5900 LF $24.78 $146,202.00 $50.97 $300,723.00 $15.32 $90,388.00 $29.00 $171,100.00 $63.80 $376,420.00 $26.58 $156,822.00 1.63 18" Pipe – Sports Fields 1450 LF $61.05 $88,522.50 $92.94 $134,763.00 $90.00 $130,500.00 $65.12 $94,424.00 $108.60 $157,470.00 $65.50 $94,975.00 1.64 24" Pipe – Sports Fields 530 LF $77.06 $40,841.80 $185.84 $98,495.20 $98.00 $51,940.00 $81.07 $42,967.10 $138.50 $73,405.00 $82.67 $43,815.10 1.65 Catch Basin – Sports Fields 23 EA $6,143.00 $141,289.00 $4,778.62 $109,908.26 $5,680.00 $130,640.00 $6,226.20 $143,202.60 $4,996.00 $114,908.00 $6,590.79 $151,588.17 1.66 Backstops w Mow strip – Sports Fields 3 EA $9,977.22 $29,931.66 $12,331.67 $36,995.01 $10,645.00 $31,935.00 $11,070.98 $33,212.94 $10,862.90 $32,588.70 $10,704.55 $32,113.65 1.67 Playground Curb 250 LF $27.11 $6,777.50 $26.97 $6,742.50 $26.50 $6,625.00 $42.66 $10,665.00 $27.50 $6,875.00 $127.87 $31,967.50 1.68 Pedestrian Concrete (4") – Playground 995 SF $10.95 $10,895.25 $6.90 $6,865.50 $7.40 $7,363.00 $10.80 $10,746.00 $8.40 $8,358.00 $19.84 $19,740.80 1.69 Play Equipment 1 LS $149,964.00 $149,964.00 $146,858.07 $146,858.07 $160,000.00 $160,000.00 $149,359.06 $149,359.06 $163,276.30 $163,276.30 $160,896.12 $160,896.12 1.70 Play Equipment Installation 1 LS $42,113.00 $42,113.00 $41,241.08 $41,241.08 $44,930.00 $44,930.00 $41,943.42 $41,943.42 $45,851.70 $45,851.70 $45,183.29 $45,183.29 1.71 Bonded Rubber Mulch Surfacing – Playground 3680 SF $48.70 $179,216.00 $21.46 $78,972.80 $53.00 $195,040.00 $48.50 $178,480.00 $54.20 $199,456.00 $43.22 $159,049.60 1.73 Fence and Court Edge Demolition – Post Tension Tennis Courts 1 LS $5,720.00 $5,720.00 $3,674.23 $3,674.23 $31,000.00 $31,000.00 $2,376.00 $2,376.00 $5,879.90 $5,879.90 $6,137.05 $6,137.05 1.74 Post Tension 5" Slab/Resurfacing – Post Tension Tennis Courts 13813 SF $2.71 $37,433.23 $13.96 $192,829.48 $13.40 $185,094.20 $17.82 $246,147.66 $16.80 $232,058.40 $17.36 $239,793.68 1.75 New 8' Fencing – Post Tension Tennis Courts 455 LF $70.48 $32,068.40 $72.42 $32,951.10 $79.00 $35,945.00 $73.65 $33,510.75 $80.50 $36,627.50 $83.77 $38,115.35 1.76 Concrete Connector at Basketball 138 SF $10.95 $1,511.10 $9.45 $1,304.10 $12.00 $1,656.00 $14.04 $1,937.52 $837.00 $115,506.00 $96.16 $13,270.08 1.77 Lighting and Electrical – Multipurpose Sports Fields 1 LS $509,006.00 $509,006.00 $445,632.88 $445,632.88 $517,450.00 $517,450.00 $453,222.00 $453,222.00 $507,495.60 $507,495.60 $575,720.02 $575,720.02 1.78 Lighting and Electrical – Sand Volleyball 1 LS $81,020.00 $81,020.00 $79,346.33 $79,346.33 $86,450.00 $86,450.00 $80,697.60 $80,697.60 $88,217.00 $88,217.00 $86,930.99 $86,930.99 1.79 Lighting and Electrical – Large Plaza, Hshoes & Pickleball 1 LS $294,827.00 $294,827.00 $288,734.85 $288,734.85 $346,500.00 $346,500.00 $293,652.00 $293,652.00 $321,014.40 $321,014.40 $339,603.27 $339,603.27 1.80 Lighting and Electrical – West Side of Creek 1 LS $47,385.00 $47,385.00 $46,405.71 $46,405.71 $50,560.00 $50,560.00 $47,196.00 $47,196.00 $51,593.70 $51,593.70 $50,841.60 $50,841.60 1.81 Overstory Trees 78 EA $650.06 $50,704.68 $619.03 $48,284.34 $700.00 $54,600.00 $647.47 $50,502.66 $652.10 $50,863.80 $678.21 $52,900.38 1.82 Understory Trees 49 EA $487.46 $23,885.54 $280.20 $13,729.80 $520.00 $25,480.00 $485.52 $23,790.48 $497.80 $24,392.20 $306.98 $15,042.02 1.83 Shrub Three Gallon 261 EA $56.70 $14,798.70 $33.42 $8,722.62 $60.50 $15,790.50 $56.47 $14,738.67 $57.10 $14,903.10 $36.61 $9,555.21 Page 2 of 3 1.84 Shrub One Gallon 501 EA $24.01 $12,029.01 $12.63 $6,327.63 $25.60 $12,825.60 $23.91 $11,978.91 $24.50 $12,274.50 $13.83 $6,928.83 1.85 Perennials 4" Pots 95 EA $20.59 $1,956.05 $5.61 $532.95 $22.00 $2,090.00 $20.52 $1,949.40 $21.20 $2,014.00 $6.14 $583.30 1.86 6" Planning Bed Soil 17635 SF $1.25 $22,043.75 $0.57 $10,051.95 $1.35 $23,807.25 $1.26 $22,220.10 $1.40 $24,689.00 $0.63 $11,110.05 1.87 Grass Seed- Plain Bermuda 5000 CY $1.82 $9,100.00 $1.34 $6,700.00 $2.00 $10,000.00 $1.81 $9,050.00 $1.80 $9,000.00 $2.16 $10,800.00 1.88 Grass Sod - Tahoma 3800 SF $4.61 $17,518.00 $0.98 $3,724.00 $5.00 $19,000.00 $4.59 $17,442.00 $4.60 $17,480.00 $1.07 $4,066.00 1.89 Landscape Boulders (1-3 ton)17 EA $262.42 $4,461.14 $236.71 $4,024.07 $280.00 $4,760.00 $261.42 $4,444.14 $272.00 $4,624.00 $259.34 $4,408.78 1.90 Trash Receptacles 10 EA $1,589.01 $15,890.10 $1,556.17 $15,561.70 $1,695.00 $16,950.00 $1,582.68 $15,826.80 $1,730.20 $17,302.00 $1,704.93 $17,049.30 1.91 2 Person Table - Surface Mount 5 EA $2,360.10 $11,800.50 $2,311.33 $11,556.65 $2,520.00 $12,600.00 $2,350.70 $11,753.50 $2,569.70 $12,848.50 $2,532.27 $12,661.35 1.92 3 Person Table - Surface Mount 11 EA $2,660.66 $29,267.26 $2,605.69 $28,662.59 $2,840.00 $31,240.00 $2,650.06 $29,150.66 $2,897.00 $31,867.00 $2,854.76 $31,402.36 1.93 4 Person Table - Surface Mount 16 EA $3,123.11 $49,969.76 $3,058.58 $48,937.28 $3,330.00 $53,280.00 $3,110.67 $49,770.72 $3,400.50 $54,408.00 $3,350.95 $53,615.20 1.94 Caf Table & 4 Chairs 9 EA $3,396.46 $30,568.14 $3,326.28 $29,936.52 $3,625.00 $32,625.00 $3,382.93 $30,446.37 $3,698.20 $33,283.80 $1,927.93 $17,351.37 1.95 Bench 23 EA $2,966.46 $68,228.58 $2,905.17 $66,818.91 $3,165.00 $72,795.00 $1,926.94 $44,319.62 $2,106.50 $48,449.50 $3,182.87 $73,206.01 1.96 Bike Rack 23 EA $461.87 $10,623.01 $452.32 $10,403.36 $500.00 $11,500.00 $460.03 $10,580.69 $502.90 $11,566.70 $495.56 $11,397.88 1.97 Concrete Cornhole Set 4 EA $2,072.13 $8,288.52 $2,029.31 $8,117.24 $2,210.00 $8,840.00 $2,063.87 $8,255.48 $2,256.20 $9,024.80 $2,223.29 $8,893.16 1.98 Ping Pong Table 3 EA $4,506.88 $13,520.64 $4,413.76 $13,241.28 $4,800.00 $14,400.00 $4,488.93 $13,466.79 $4,907.20 $14,721.60 $4,835.67 $14,507.01 1.99 General Erosion Control 1 LS $27,650.17 $27,650.17 $25,485.97 $25,485.97 $26,900.00 $26,900.00 $30,780.00 $30,780.00 $13,065.80 $13,065.80 $26,667.29 $26,667.29 1.100 Site Protective Measures 1 LS $18,960.00 $18,960.00 $21,238.31 $21,238.31 $62,425.00 $62,425.00 $10,800.00 $10,800.00 $45,159.30 $45,159.30 $25,595.31 $25,595.31 1.101 Topsoil 1 LS $117,107.00 $117,107.00 $110,077.70 $110,077.70 $86,000.00 $86,000.00 $122,853.24 $122,853.24 $134,299.80 $134,299.80 $120,599.95 $120,599.95 2.1 Demo for HC Parking & Bridge Wks 1 LS -$6,267.00 -$6,267.00 -$9,827.00 -$9,827.00 -$14,500.00 -$14,500.00 -$8,260.00 -$8,260.00 -$3,417.96 -$3,417.96 -$6,725.00 -$6,725.00 2.2 Pedestrian Concrete (4") – HC Parking and Bridge Walks 1340 SF -$10.95 -$14,673.00 -$5.00 -$6,700.00 -$7.75 -$10,385.00 -$10.00 -$13,400.00 -$7.13 -$9,554.20 -$19.84 -$26,585.60 2.3 Vehicle Concrete (6") – HC Parking and Bridge Walks 860 SF -$13.15 -$11,309.00 -$5.50 -$4,730.00 -$11.75 -$10,105.00 -$13.10 -$11,266.00 -$11.49 -$9,881.40 -$25.73 -$22,127.80 2.4 Stripping/Signage – HC Parking and Bridge Walks 1 LS -$1,410.00 -$1,410.00 -$4,500.00 -$4,500.00 -$6,465.00 -$6,465.00 -$2,600.00 -$2,600.00 -$1,300.00 -$1,300.00 -$6,571.02 -$6,571.02 2.5 Hose bib & Box – Sports Fields 12 EA -$541.00 -$6,492.00 -$350.00 -$4,200.00 -$570.00 -$6,840.00 -$498.75 -$5,985.00 -$498.71 -$5,984.52 -$1,419.38 -$17,032.56 2.6 Hose bib Pipe (3/4" CL200 PVC) – Sports Fields 2555 LF -$2.10 -$5,365.50 -$3.00 -$7,665.00 -$2.20 -$5,621.00 -$1.94 -$4,956.70 -$1.94 -$4,956.70 -$12.33 -$31,503.15 2.7 Lighting and Electrical – West Side of Creek 1 LS -$47,383.00 -$47,383.00 -$43,700.00 -$43,700.00 -$50,030.00 -$50,030.00 -$43,700.00 -$43,700.00 -$43,700.00 -$43,700.00 -$50,841.60 -$50,841.60 3.1 Convert Batting Cage to Pickleball 1 LS -$56,245.00 -$56,245.00 -$23,658.00 -$23,658.00 -$84,560.00 -$84,560.00 -$75,532.00 -$75,532.00 -$43,222.58 -$43,222.58 -$112,072.56 -$112,072.56 3.2 Cobble Border – Horseshoes and Pickleball Area 710 SF -$4.61 -$3,273.10 -$0.92 -$653.20 -$26.10 -$18,531.00 -$7.06 -$5,012.60 -$23.23 -$16,493.30 -$3.71 -$2,634.10 3.3 Lighting and Electrical – Sand Volleyball 1 LS -$81,018.00 -$81,018.00 -$74,720.00 -$74,720.00 -$85,545.00 -$85,545.00 -$74,720.00 -$74,720.00 -$74,720.00 -$74,720.00 -$86,930.00 -$86,930.00 -$118,128.37 -$99,031.20 -$81,322.00 -$135,670.10 -$140,536.10 -$92,899.50 Deductive Alternate #3 - Pavilion and Pickleball Court C Scope (Not Used) Deductive Alternate #2 - Recreational Area Modifications Deductive Alternate #1 - West of Creek Scope and Site-Wide Adjustments -$249,562.55 -$201,636.66 -$161,386.73 -$368,582.25 -$155,264.60 -$90,167.70 -$182,399.25 -$188,636.00 -$103,946.00 -$165,770.67 * NOTICE: Bid award is contingent upon supplier meeting minimum specifications and formal authorization by City Officials. Kenny Fitch, Sr. Procurement Agent __________________________________________________________________________________ Trevel Young, Procurement Agent _________________________________________________________________________________ -$134,435.88 -$78,794.78 Page 3 of 3 LANDSCAPE DETAILSLP-400 PROJECT LOCATION MAP CLIENT City of Fayetteville 113 West Mountain St Fayetteville, AR 72701 Contact: Mr. Ted Jack, tjack@fayetteville-ar.gov P: 479.444.3469 LANDSCAPE ARCHITECTURE TSW 217 E. Archer Street, Unit H. Tulsa, Oklahoma 74103 Contact: PIC Mrs. Katy O'Meilia, komeilia@tsw-design.com P: 918.236.5468 PM: Mr. Vance Hall vhall@tsw-design.com P: 918.922.7620 SITE ELECTRICAL ENGINEER Covalent Consulting 5256 Peachtree Road, Suite 160 Atlanta, GA 30341 Contact: Mr. Christian Aybar, caybar@covalentconsulting.com P: 404.355.9334, ext. 106 CIVIL ENGINEER McLelland Consulting Engineers, Inc. 1580 E. Stearns Street Fayetteville, AR 72703 Contact: Mr. Chris Bakunas, cbakunas@mce.us.com P: 479.443.2377 PREPARED FOR: PREPARED BY: ALL EROSION AND SEDIMENTATION CONTROLS AND TREE PROTECTION MEASURES SHALL BE INSTALLED PRIOR TO GRADING. PRIOR TO LAND-DISTURBING ACTIVITIES, THE CONTRACTOR SHALL COMPLETE ALL EROSION CONTROL AND TREE FENCING WORK AND CALL INTO THE CITY FOR PRE-CONSTRUCTION INSPECTION. 217 E. Archer Street, Unit H Tulsa, OK 74103 404.873.6730 N P R O J E C T D I R E C T O R Y PROJECT No: 24013 FAYETTEVILLE, AR 72701 DATE: MAY 21, 2025 24013 WALKER PARK PHASE 1 FAYETTEVILLE, AR 100% CONSTRUCTION DOCUMENTS COVER SHEET G-000 NA VH KO 24013 CITY OF FAYETTEVILLE, AR 479.444.3469 FAYETTEVILLE, AR 72701 24013 WALKER PARK PHASE 1 MAY 21, 2025 100% CONSTRUCTION DOCUMENTS 10 W 15TH ST FAYETTEVILLE, AR 72701 LAND LOT N/A DISTRICT TAX PARCEL ID #765-14902-000 ZONING: P-1 INSTITUTIONAL FAYETTEVILLE, AR 72701 113 WEST MOUNTAIN ST 113 WEST MOUNTAIN ST CITY OF FAYETTEVILLE, AR 10 W 15TH ST \\ s e r v e r N A S 2 \ P R O J E C T S \ P R O J E C T S \ 2 4 0 1 3 _ C i t y o f F a y e t t e v i l l e - W a l k e r P a r k - P h a s e 1 C D s \ C A D \ S H E E T S \ L S - 0 0 0 - O p e n i n g S h e e t s . d w g ( G - 0 0 0 ) P l o t t e d o n : J u n 1 9 , 2 0 2 5 - 9 : 4 1 a m b y v h a l l s e a l r e v i s i o n s 217 E Archer Street, Unit H Tulsa, Oklahoma 74103 918.922.7620 www.tsw-design.com c o n s u l t a n t p r o j e c t i n f o r m a t i o n n o r t h a r r o w + s c a l e checked by: project number: contact: drawn by: s h e e t n u m b e r s h e e t t i t l e d r a w i n g d a t e d r a w i n g i n f o r m a t i o n c l i e n t i n f o r m a t i o n p r o j e c t a d d r e s s Copyright. All rights reserved. Reproduction in whole or in part is prohibited. This drawing as an instrument of service is the property of TSW and may not be used in any way without the written permission of this office. Katy O'Meilia 712060 Arka n s s s s a a A r n n L L i i c c c c e e e e a d d p h t t WALKER PARK PROJECT SITE LSD - 2025 - 0001 Sheet List Table Sheet Number Sheet Title G-000 COVER SHEET G-001 GENERAL NOTES G-002 ADA NOTES G-003 ADA NOTES G-006 TREE PRESERVATION TABLES, NOTES, AND DETAILS G-007 TREE PRESERVATION - CANOPY OVERVIEW G-008 TREE PRESERVATION PLAN - WEST G-009 TREE PRESERVATION PLAN - EAST LS-101 SITE KEY PLAN LS-102 LAYOUT PLAN - 1 LS-103 LAYOUT PLAN - 2 LS-104 LAYOUT PLAN - 3 LS-105 LAYOUT PLAN - 4 LS-106 LAYOUT PLAN - 5 LS-107 SCORE JOINT PLAN - 1 LS-108 SCORE JOINT PLAN - 2 LS-109 SCORE JOINT PLAN - 3 LS-110 SCORE JOINT PLAN - 4 LS-111 SCORE JOINT PLAN - 5 LS-300 PLAYGROUND ENLARGEMENT LS-400 HARDSCAPE PAVING DETAILS LS-401 HARDSCAPE PAVING DETAILS LS-402 HARDSCAPE PAVING DETAILS LS-403 HARDSCAPE PAVING DETAILS LS-404 HARDSCAPE PAVING DETAILS LS-405 HARDSCAPE PAVING DETAILS LS-406 WALL AND STEP DETAILS LS-407 FENCE DETAILS LS-408 STRUCTURE DETAILS LS-409 STRUCTURE DETAILS LS-411 C-000 OVERALL GRADING PLAN NORTHWEST GRADING PLAN NORTHEAST GRADING PLAN SOUTHWEST GRADING PLAN SOUTHEAST GRADING PLAN EAST GRADING PLAN GRADING PLAN NOTES & DETAILS EROSION CONTROL PLAN PHASE I EROSION CONTROL PLAN PHASE II EROSION CONTROL PLAN NOTES & DETAILS C-001 C-002 C-003 C-004 C-005 C-006 C-007 C-008 C-009 EROSION CONTROL PLAN CITY OF FAYETTEVILLE DETAILSC-010 FEMA MAP N 10 W 15TH ST FAYETTEVILLE, AR 72701 LAND LOT N/A DISTRICT TAX PARCEL ID #765-14902-000 WALKER PARK PROJECT SITE PERVIOUS VS IMPERVIOUS ANALYSISG-010 EXISTING Description Count CAR PARKING 198 BICYCLE PARKING 0 TOTAL 198 WALKER PARK - CAR AND BICYCLE PARKING PROPOSED Description Count CAR PARKING 158 BICYCLE PARKING 39 (2 PER RACK) TOTAL 201 SCOOTER PARKING 4 LP-100 LANDSCAPE PLAN - KEY LP-101 LANDSCAPE PLAN - 1 LP-102 LANDSCAPE PLAN - 2 LP-103 LANDSCAPE PLAN - 3 LP-104 LANDSCAPE PLAN - 4 LP-105 LANDSCAPE PLAN - 5 LP-500 LANDSCAPE SCHEDULE Sheet List Table Continued Sheet Number Sheet Title LS-301 LS-302 WALL SCHEDULE FENCING SCHEDULE LS-410 STAIR PROFILES LS-500 HARDSCAPE SCHEDULE STAIR PROFILES LS-501 FURNISHINGS SCHEDULE LS-502 FURNISHINGS SCHEDULE - PLAY AREA LS-503 FENCING AND FIXTURE SCHEDULE LS-303 INTEGRAL COLOR CONCRETE DIAGRAM IP-2.00 IP-1.00 IRRIGATION PLAN IRRIGATION DETAILS S-1/3 BOUNDARY AND TOPOGRAPHIC SURVEY S-2/3 BOUNDARY AND TOPOGRAPHIC SURVEY S-3/3 BOUNDARY AND TOPOGRAPHIC SURVEY DEMOLITION PLAN - WESTG-004 DEMOLITION PLAN - EASTG-005 E-100 ELECTRICAL SPECIFICATIONS E-101 SITE LIGHTING PLAN S101 FOUNDATION PLAN S501 FOUNDATION DETAILS S001 GENERAL NOTES IP-2.01 IRRIGATION DETAILS Partial Set for City Council © 2024 Microsoft Corporation © 2024 Maxar ©CNES (2024) D i s t r i b u t i o n A i r b u s D S © 2 0 2 4 T M A P M O B I L I T Y E a r t h s t a r G e o g r a p h i c s S I O S C O L L E G E A V E ( A S P H A L T W I T H CU R B A N D G U T T E R O N E A S T S I D E ) 52 ' R I G H T - O F - W A Y P E R M S P PER GIS, NOT FIELD LOCATED 13TH ST (ASPHALT WITH CURB AND GUTTER) 50' RIGHT-OF-WAY, 52' RIGHT-OF-WAY PER MSP W 15TH ST (ASPHALT WITH CURB AND GUTTER) VARIABLE WIDTH RIGHT-OF-WAY, 96' RIGHT-OF-WAY PER MSP 10' ESMT 534-459 20' ESMT 1408-946 PER GIS, NOT FIELD LOCATED 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100-YR 100-YR 100- Y R 100-YR 100-YR 100-YR 100-YR 100-YR 100- Y R 100-YR 100-YR 100-YR 100- Y R 100-YR 100-YR 100-YR 100-YR 100-YR 100- Y R 100-YR 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100-YR 100-YR 100-YR 100- Y R 100-YR 100-YR 100-YR 100-YR 100- Y R 100-YR 100-YR 100-YR 100-YR 100- Y R 100-YR 100-YR 100-YR 100- Y R 100-YR 100-YR 100-YR 100-YR 100- Y R 100-YR 100- Y R 100-YR 100-YR 100-YR 100-YR 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100-YR 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100-YR 100-YR 100-YR 100-YR 100-YR 100-Y R 100-YR 100-YR 100-YR 100-YR 100- Y R 100- Y R 100-Y R 100-Y R 100-YR 100- Y R 100-YR 100-Y R 100-YR 100-Y R 100-YR 100-Y R 100-Y R 100-YR 100-Y R 100-Y R 100- Y R 100- Y R 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100- Y R 100-YR 100-YR 100-YR 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100-YR 100- Y R 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100- Y R 100-YR 100-YR 100-YR 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100-YR 100-Y R 100-Y R 100-YR 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100-Y R 100-Y R 100-Y R 100-YR 100-YR 100- Y R 100- Y R 100- Y R 100-YR 100-YR 100-Y R 100-YR 100-YR 100-YR 100- Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-YR 100- Y R 100-YR 100-YR 100- Y R 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100-YR 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-Y R 100-YR 100-Y R 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100- Y R 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100- Y R 100- Y R100-YR100-YR100-YR100-YR100-YR100-YR100-YR100-YR 100-YR100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR100-YR100-YR100-YR100-YR100-YR100-YR100-YR100-YR100-YR100-YR100-YR100-YR100-YR100-YR100-YR100-YR100-YR100-YR100-YR100-YR100-YR100-YR100-YR100-YR100-YR100-YR100-YR100-YR100-YR100-YR100-YR100-YR100-YR100-YR100-YR100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-Y R 100-YR 100-YR 100-Y R 100-Y R 100-YR 100-Y R 100-YR 100-YR 100-Y R 100-YR 100-Y R 100-Y R 100-YR 100-Y R 100-YR 100-YR 100-Y R 100-YR 100-YR 100-Y R 100-YR 100-Y R 100-YR 100-YR 100-YR 100-YR 100-YR 100-Y R 100-Y R 100-YR 100-Y R 100-Y R 100-YR 100-YR 100-Y R 100-YR 100-YR 100-Y R 100-Y R 100-YR 100-Y R 100-Y R 100-Y R 100-YR 100- Y R 100-YR 100- Y R 100-YR 100- Y R 100-Y R 100-YR 100- Y R 100- Y R 100- Y R 100-YR 100-YR 100-YR 100-YR 100-YR 100- Y R 100- Y R 100- Y R 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100- Y R 100-YR 100-YR 100-YR 100-YR 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-Y R 100-Y R 100-YR 100-YR 100-YR 100-Y R 100-Y R 100-YR 100-YR 100-YR 100-Y R 100- Y R 100- Y R 100- Y R 100-YR 100-YR 100-YR 100- Y R 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100-YR 100- Y R 100-YR 100-YR 100-YR 100- Y R 100-YR 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100-YR 100- Y R 100- Y R 100- Y R 100-YR 100-YR 100-YR 100- Y R 100- Y R 100- Y R 100- Y R 100-YR 100-YR 100-YR 100- Y R 100-YR 100-Y R 100- Y R 100-YR 100-Y R 100-YR 100-Y R 100-Y R 100-YR 100- Y R 100-YR 100-YR 100-Y R 100-YR 100- Y R 100- Y R 100-YR 100-Y R 100-YR 100-Y R 100-Y R 100-YR 100- Y R 100-YR 100-YR 100-Y R 100-YR 100- Y R 100- Y R 100-YR 100-Y R 100-YR 100-Y R 100- Y R 100-YR 100-Y R 100-YR 100-YR 100-Y R 100-YR 100- Y R 100-Y R 100-YR 100-Y R 100-YR 100-YR 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100- Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100-Y R 100- Y R 100-YR 100-YR 100-YR 100-YR 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100- Y R 100-YR 100-YR 100-YR 100-YR 100-YR 100-Y R 100-Y R 100-Y R 100-YR 100-YR 100-YR 100-YR 100-Y R 100-Y R 100-Y R 100-Y R 100-YR 100-YR 100-YR 100-YR 100-YR 100-Y R 100-YR 100-Y R 100-Y R 100-YR 100-YR 100-YR 100-Y R 100-Y R 100-Y R 100-Y R 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100- Y R 100- Y R 100- Y R 100- Y R 100-YR 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100- Y R 100-YR 100-YR 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 0 4020 10060 scale:1" = 40'-0" TREE PRESERVATION - CANOPY OVERVIEW G-007 NA VH KO 24013 CITY OF FAYETTEVILLE, AR 479.444.3469 FAYETTEVILLE, AR 72701 24013 WALKER PARK PHASE 1 MAY 21, 2025 100% CONSTRUCTION DOCUMENTS FAYETTEVILLE, AR 72701 113 WEST MOUNTAIN ST 10 W 15TH ST \\ s e r v e r N A S 2 \ P R O J E C T S \ P R O J E C T S \ 2 4 0 1 3 _ C i t y o f F a y e t t e v i l l e - W a l k e r P a r k - P h a s e 1 C D s \ C A D \ S H E E T S \ L S - 0 0 0 - C o m p l i a n c e S h e e t s . d w g ( G - 0 0 7 ) P l o t t e d o n : J u n 1 9 , 2 0 2 5 - 9 : 5 7 a m b y v h a l l s e a l r e v i s i o n s 217 E Archer Street, Unit H Tulsa, Oklahoma 74103 918.922.7620 www.tsw-design.com c o n s u l t a n t p r o j e c t i n f o r m a t i o n n o r t h a r r o w + s c a l e checked by: project number: contact: drawn by: s h e e t n u m b e r s h e e t t i t l e d r a w i n g d a t e d r a w i n g i n f o r m a t i o n c l i e n t i n f o r m a t i o n p r o j e c t a d d r e s s Copyright. All rights reserved. Reproduction in whole or in part is prohibited. This drawing as an instrument of service is the property of TSW and may not be used in any way without the written permission of this office. Katy O'Meilia 712060 Arka n s s s s a a A r n n L L i i c c c c e e e e a d d p h t t N CANOPY TO REMAIN, TYP. CANOPY TO BE REMOVED, TYP. NOTE SHEET IS FOR VISUAL REFERENCE ONLY. SEE SHEETS G-004, G-006, AND G-007 FOR DETAILS OF PROPOSED DESIGN AND TREE PROTECTION/REMOVAL. TREE PROTECTION FENCE EXTENT OF DEMOLITION TREE PROTECTION FENCE DEMOLITION KEY EXISTING TREE TO BE REMOVED PARTIAL DEMOLITION BATTING CAGES TO BE REMOVED. SLAB AND WALL TO REMAIN. TPF CANOPY TO BE REMOVED, TYP. #192 #191 #193 #195#194 #196#197 #200#198 #201 #202 #203 #204 #205 #206 #208 #207 #209 #210 #211 #212 #213 #214 #215 #216 #217#218 #224 #223 #222 #221#220 #219 #225 #226#233 #234 #235 #236 #237 #232 #231 #230 #229 #228 #227 #240 #241#242 #244 #243 #245 #246 #247 #248 #249 #250 #251 #252 #253 #264 #265 #266 #267 #268#260 #259 #261 #262 #257 #255 #256 #254 #199 #239 #238 1 2 1 8 1217 12 1 9 12 2 0 12 2 1 1218 1216 1215 121 5 1 2 1 4 1 2 1 3 1 2 1 4 12 1 6 12 1 7 12 1 8 12 1 9 12 1 8 ......8)2 8)2 8)2 #192 #191 #193 #195#194 #196#197 #200#198 #201 #202 #203 #204 #205 #206 #208 #207 #209 #210 #211 #212 #213 #214 #215 #216 #217#218 #224 #223 #222 #221#220 #219 #225 #226#233 #234 #235 #236 #237 #232 #231 #230 #229 #228 #227 #240 #241 #242 #244 #243 #245 #246 #247 #248 #249 #250 #251 #252 #253 #264 #265 #266 #267 #268#260 #259 #261 #262 #257 #255 #256 #254 #199 #239 #238 1 2 1 8 1217 12 1 9 12 2 0 12 2 1 1218 1216 1215 121 5 1 2 1 4 1 2 1 3 1 2 1 4 12 1 6 12 1 7 12 1 8 12 1 9 12 1 8 3 ? 3 5 2 - ( & 7 6 ? 2 4 0 1 3 B & L W \  R I  ) D \ H W W H Y L O O H    : D O N H U  3 D U N    3 K D V H  1  & ' V ? & $ ' ? 6 + ( ( 7 6 ? / 6  0 0 0    3 ( 5 9 , 2 8 6  , 0 3 ( 5 9 , 2 8 6  6 K H H W V  G Z J  *  0 1 0  3 O R W W H G  R Q    - X Q  1 9   2 0 2 5    9  3 2 D P  E \  Y K D O O VHDO UHYLVLRQV 217($UFKHU6WUHHW8QLW+ 7XOVD2NODKRPD74103 9189227620 ZZZWVZGHVLJQFRP FRQVXOWDQW SURMHFWLQIRUPDWLRQ QRUWKDUURZVFDOH FKHFNHGE\ SURMHFWQXPEHU FRQWDFW GUDZQE\ VKHHWQXPEHU VKHHWWLWOH GUDZLQJGDWH GUDZLQJLQIRUPDWLRQ FOLHQWLQIRUPDWLRQ SURMHFWDGGUHVV &RS\ULJKW$OOULJKWVUHVHUYHG5HSURGXFWLRQLQZKROHRULQ SDUWLVSURKLELWHG7KLVGUDZLQJDVDQLQVWUXPHQWRI VHUYLFHLVWKHSURSHUW\RI76:DQGPD\QRWEHXVHGLQ DQ\ZD\ZLWKRXWWKHZULWWHQSHUPLVVLRQRIWKLVRIILFH Katy O'Meilia 712060 Arka n s s s s a a A r n n L L i i c c c c e e e e a d d p h t t 3(59,28696,03(59,286 $1$/<6,6 *010 1$ 9+ .2 24013 &,7<2))$<(77(9,//($5 4794443469 )$<(77(9,//($572701 24013:$/.(5 3$5.3+$6(1 0$<212025 100&216758&7,21'2&80(176 )$<(77(9,//($572701 113:(6702817$,167 10:157+67 3(59,286 .(< ,03(59,286 352326(' (;,67,1* UFO UFO SS SS SS SS SS SS SS SS HC HC R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W LOD LODLODLOD LOD LO D LO D LO D LOD LO D LO D L O D LO D LOD L O D L O D L O D LOD L O D LOD LOD LOD LOD LOD LOD LOD L O D LO D L O D LOD LO D LO D LO D LODLOD C B 10 0 - Y R 10 0 - Y R 10 0 - Y R 1 0 0 - Y R 1 0 0 - Y R 10 0 - Y R 1 0 0 - Y R 1 0 0 - Y R 1 0 0 - Y R 100-Y R 10 0 - Y R 100-YR 1 0 0 - Y R 1 0 0 - Y R 1 0 0 - Y R 1 0 0 - Y R 1 0 0 - Y R 1 0 0 - Y R 1 0 0 - Y R 1 0 0 - Y R 10 0 - Y R 1216 122 0 1217 1218 1219 122 1 1222 122 3 1214 1214 1 2 1 5 1 2 1 4 1 2 1 6 1 2 1 7 1217 1 2 1 0 1 2 1 1 1 2 1 2 1 2 1 3 1 2 0 9 1 2 0 8 1 2 0 7 1 2 0 6 1 2 0 5 1 2 1 5 122 0 12 1 6 12 1 7 1 2 1 8 12 1 9 1 2 2 1 1 2 2 2 1214 1 2 1 5 1 2 1 1 1 2 1 2 1 2 1 3 1 2 1 4 1 2 1 0 1 2 0 9 1 2 0 8 12 0 7 1 2 0 6 12 0 6 12 0 6 1 2 0 7 120 7 12 0 7 1 2 0 8 1208 12 2 0 12 1 9 12 1 8 12 1 7 12 1 0 12 0 9 12 1 1 12 1 2 1 2 2 5 123 0 1 2 3 5 1 2 2 3 1 2 2 4 1 2 2 6 1227 1228 122 9 12 3 1 1 2 3 2 12 3 3 1 2 3 4 1 2 3 6 1 2 3 7 12 3 8 12 3 9 1 2 2 2 1223 1224 12 2 0 1221 1225 12 2 2 122 3 1224 122 6 1226 12 2 7 122 5 122 5 12 2 4 1226 1227 1230 1 2 3 5 1 2 2 7 1228 12 2 9 1231 12 3 2 12 3 3 1 2 3 4 12 3 6 1237 1238 1239 1 2 2 7 1230 1 2 2 8 122 9 1231 1 2 2 0 1 2 2 1 12 2 3 1224 1224 1 2 2 2 1 2 2 3 1225 1226 1228 122 9 1 2 2 0 1 2 1 8 1 2 1 9 1 2 2 1 1 2 2 2 1 2 2 4 1224 121 7 121 8 1 2 1 3 1 2 1 4 1215 1 2 2 0 12 1 6 12 1 7 1 2 1 8 12 1 9 1 2 1 6 1217 12 1 5 1 2 1 6 1 2 1 7 1 2 1 8 12 2 0 12 1 9 12 2 1 12 2 2 12 2 3 12 1 0 12 1 5 12 0 8 12 0 9 12 1 1 12 1 2 12 1 3 12 1 4 U G T V U G T V U G T V U G T V UGTV W U G T V UG T V UG T V UG T V 1225 1222 1223 1224 1226 1227 1229 1225 12 2 2 1 2 2 3 1224 122 6 1227 1220 1225 1221 1222 1223 1224 1226 1 2 2 0 1 2 2 5 1 2 1 9 12 2 1 1 2 2 2 1 2 2 3 1 2 2 4 12 2 6 12 2 7 1 2 2 8 1226 1227 122 8 1 2 2 7 1 2 2 2 1 2 2 3 1220 1 2 1 9 1221 1222 1223 1224 1 2 1 6 12 1 7 1218 1219 1 2 2 5 12211221 1222 12 2 3 1 2 2 4 1 2 1 5 1 2 2 0 1220 0 25 50 10050 1 inch = 50ft. ( IN FEET ) PLAN SCALE X X EXISTING LEGEND SS UGT W GAS UGE UGTV OHE UFO PROPERTY LINE RIGHT OF WAY SANITARY SEWER LINE WATER LINE GAS LINE UNDERGROUND TELEPHONE UNDERGROUND ELECTRIC UNDERGROUND TELEVISION UNDERGROUND FIBER OVERHEAD ELECTRIC FENCE ROAD CENTERLINE DITCH FLOWLINE EASEMENT LINE GRAVEL LINE FIRE HYDRANT WATER METER WATER VALVE WATER FAUCET SANITARY SEWER MH CLEAN-OUT DRAINAGE MH POWER POLE GUY WIRE w/ ANCHOR GAS METER GAS RISER STREET LIGHT POLE TELEPHONE PEDESTAL CABLE TV PEDESTAL CABLE VAULT ELECTRIC VAULT FIBER VAULT GAS VAULT TELEPHONE VAULT WATER VAULT SIGN (AS NOTED) POST (AS NOTED) BENCHMARK FOUND IRON PIN (AS NOTED) CONTROL POINT RR SPIKE BUSH DECIDUOUS TREE CONIFEROUS TREE R/W PROPOSED LEGEND GRADE BREAK FLOWLINE CONTOUR ELEVATION STORM DRAIN PERFORATED PIPE CATCH BASIN SANITARY SEWER MANHOLE FLARED END SECTION FLOW ARROW SPOT ELEVATIONSFG = FINISHED GRADE G = NORMAL GUTTER INV = INVERTEG = EXISTING GRADE TW = FINISHED GRADE @THT = THROATFS = FINISHED PAVEMENT TOP OF WALL FL = FLOW LINE ELEVATION BW = FINISHED GRADEHP = HIGH POINTFFE = FINISHED FLOOR @ BOTTOM OF WALLLP = LOW POINT ELEVATION TS = TOP OF STAIRS SW = SIDEWALKTC = TOP OF CURB BS = BOTTOM OF STAIRS XXX X XXX.XX D S D W: \ 2 0 2 4 \ 2 4 - 2 1 0 5 - F a y e t t e v i l l e , A R - W a l k e r P a r k R e n o v a t i o n s \ D e s i g n D r a w i n g s \ 2 4 2 1 0 5 - G P . d w g ( G P - O V E R A L L ) P l o t t e d o n : J u n 0 2 , 2 0 2 5 - 4 : 1 4 p m b y j m c n e i l s e a l r e v i s i o n s 1447 Peachtree Street NE, Suite 850 Atlanta, Georgia 30309 404.873.6730 www.tsw-design.com c o n s u l t a n t p r o j e c t i n f o r m a t i o n n o r t h a r r o w + s c a l e checked by: project number: contact: drawn by: s h e e t n u m b e r s h e e t t i t l e d r a w i n g d a t e d r a w i n g i n f o r m a t i o n c l i e n t i n f o r m a t i o n p r o j e c t a d d r e s s Copyright. All rights reserved. Reproduction in whole or in part is prohibited. This drawing as an instrument of service is the property of TSW and may not be used in any way without the written permission of this office. OVERALL GRADING PLAN C-000 JCM PAD EB 24013 CITY OF FAYETTEVILLE, AR 479.444.3469 FAYETTEVILLE, AR 72701 24013 WALKER PARK PHASE 1 MAY 21, 2025 FAYETTEVILLE, AR 72701 113 WEST MOUNTAIN ST 10 W 15TH ST 22E PEDESTRIAN RAMP (PARALLEL) 30G RECTANGULAR JUNCTION BOX (SEE SIZE AT SYMBOL) 33B FRENCH DRAIN (NON SPORT FIELD AREAS) (SEE LENGTH AT SYMBOL) 33C FRENCH DRAIN (SPORT FIELD AREAS) (SEE LENGTH AT SYMBOL) GRADING/DRAINAGE DETAILS 320 INSERTA-TEE (OR ENGINEER APPROVED EQUAL) 321 NYLOPLAST DRAIN BASIN W/ DOME GRATE (SIZE OF STRUCTURE TO BE COORDINATED W/ ADS) (OR ENGINEER APPROVED EQUAL) 322 NYLOPLAST DRAIN BASIN W/ SOLID LID (SIZE OF STRUCTURE TO BE COORDINATED WITH ADS) (OR ENGINEER APPROVED EQUAL) GRADING/DRAINAGE KEYNOTES 100% CONSTRUCTION DOCUMENTS STREAMSIDE PROTECTION ZONES MANAGEMENT ZONE MANAGEMENT ZONE 100-YR FLOODPLAIN 100-YR FLOODPLAIN NOTE: THIS PLAN INCLUDES DEVELOPMENT IN ZONE AE AND THE REGULATORY FLOODWAY PER FIRM 05143C0216G DATED 1/25/2024. THE CITY OF FAYETTEVILLE SHALL BE RESPONSIBLE FOR ENSURING THE PROPOSED IMPROVEMENTS SHALL NOT RESULT IN AN ADVERSE IMPACT TO THE COMMUNITY AS A RESULT OF THE DEVELOPMENT WITHIN ZONE AE AND FOR ENSURING THE PROPOSED IMPROVEMENTS SHALL NOT RESULT IN ANY RISE IN BASE FLOOD ELEVATIONS AS A RESULT OF THE DEVELOPMENT WITHIN THE REGULATORY FLOODWAY. THE ENGINEER SHALL NOT BE RESPONSIBLE FOR PERFORMING SAID DETERMINATION. 06/03/2025 U F O U F O U F O U F O U F O UF O UF O UF O H C R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W C B 10 0 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 1 0 0 - Y R 10 0 - Y R 1 0 0 - Y R 10 0 - Y R 1 0 0 - Y R 1 0 0 - Y R 10 0 - Y R 1 0 0 - Y R 1 0 0 - Y R 1 0 0 - Y R 1 0 0 - Y R 1 0 0 - Y R 1 0 0 - Y R 1 0 0 - Y R 1 0 0 - Y R 1 0 0 - Y R 1 0 0 - Y R 1 0 0 - Y R 10 0 - Y R 10 0 - Y R 122 0 12 1 6 12 1 7 1 2 1 8 12 1 9 1 2 2 1 1 2 2 2 1 2 1 5 1 2 1 1 1 2 1 2 1 2 1 3 1 2 1 4 1 2 1 0 1 2 0 9 1 2 0 8 12 0 7 1 2 0 6 12 0 6 1 2 0 7 120 7 12 0 7 1 2 0 8 1208 12 2 0 12 1 9 12 1 8 12 1 7 12 1 0 12 0 9 12 1 1 12 1 2 1 2 2 5 1 2 2 3 1 2 2 4 1 2 2 6 1227 122 5 12 2 3 1224 1224 1 2 2 2 1 2 2 3 1 2 2 0 1 2 1 8 1 2 1 9 1 2 2 1 1 2 2 2 1 2 1 3 1 2 1 4 1215 12 1 6 12 1 7 1 2 1 8 1 2 1 6 1217 12 1 5 1 2 1 6 1 2 1 7 1 2 1 8 12 2 0 12 1 9 12 2 1 12 1 0 12 1 5 12 0 8 12 0 9 12 1 1 12 1 2 12 1 3 12 1 4 UGTV U G T V U G T V U G T V U G T V U G T V U G T V U G T V U G T V U G T V U G T V U G T V 5.0% 1.8% 1.0% 1.6 % 0.9 % 1.4 % 2. 3 % 1.7% 1.4% 2 . 8 % 2.9% 0.9% 1.1% 3 . 4 % 1.4 % 1.0% 1 2 2 0 1 2 2 5 1 2 1 9 12 2 1 1 2 2 2 1 2 2 3 1 2 2 4 1226 1227 1 2 2 2 1 2 2 3 1222 1223 1224 12 1 7 1 2 2 5 12211221 1222 12 2 3 1 2 2 4 FG 1226.03 FG 1226.55 FG 1225.82 FG 1225.59 3.2% FG 1224.28 FG 1224.00 FG 1222.00 FG 1223.00 FG 1223.00 FG 1224.00 FG 1220.49FG 1220.40 FG 1218.21 FG 1218.10 FG 1220.35 FG 1220.47 FG 1217.94 FG 1217.65 FG 1217.58 FG 1218.27 FG 1218.25 FG 1216.86 FG 1218.41 FG 1218.50 FG 1224.53 FG 1224.53 FG 1225.14 FG 1225.14 FG 1227.44 FG 1227.41 FG 1227.53 FG 1226.98 FG 1226.85FG 1226.79 FG 1222.00 TC 1220.75 G 1220.25 TC 1220.15 G 1219.65 TC 1219.90 G 1219.40TC 1219.82 G 1219.32 TC 1218.31 G 1217.81 TC 1218.40 G 1217.90 TC 1218.21 G 1217.71FG 1218.12 FG 1226.68 FG 1226.69 FG 1225.14 FG 1225.17 FG 1225.88 FG 1225.97 FG 1226.49 FG 1226.51 FG 1226.28 BW 1226.25 BW 1226.75 BW 1226.74 BW 1226.83 BW 1225.98 BW 1226.00 BW 1225.50 BW 1225.50 FG 1225.00 FG 1225.00 FG 1225.67 FG 1225.68FG 1225.81 FG 1225.30 FG 1225.30 BW 1220.24BW 1220.21 BW 1221.97 BW 1222.28 BW 1219.43 BW 1219.62 BW 1222.29 BW 1222.08 BW 1218.59 BW 1218.50 BW 1218.53 BW 1219.77 FG 1217.83 FG 1218.50 BW 1217.73 BW 1216.50 BW 1216.50 BW 1217.00 BW 1218.50 TW 1227.75 FG 1224.67 FG 1224.75 FG 1226.06 FG 1226.06 FG 1225.80 FG 1225.26 FG 1224.50 FG 1216.14 BW 1216.50 BW 1216.50 BW 1216.50 BW 1216.50 BW 1218.00 FG 1217.82 FG 1217.05 BW 1218.98 BW 1220.91 BW 1219.44 BW 1220.49 BW 1218.04 FG 1217.71 SDMH-13 RIM=1226.43 INV 18" OUT (SW)=1220.14 SDMH-11 (12" DOME) RIM=1220.00 INV 18" OUT (SE)=1218.00 SDMH-9 (12" DOME) RIM=1222.00 INV 18" IN (N)=1217.52 INV 18" IN (E)=1217.52 INV 24" OUT (S)=1217.42 SDMH-7 (12" DOME) RIM=1221.95 INV 24" IN (N)=1217.22 INV 18" IN (NW)=1217.70 INV 24" OUT (S)=1217.60 SDMH-2 (12" DOME) RIM=1216.67 INV 18" OUT (S)=1212.82 6 4 L F - 1 8 " P I P E @ 0 . 5 0 % 94 L F - 2 4 " P I P E @ 2 . 1 9 % 39 LF - 24" PIPE @ 0.50% 16 LF - 6" PIPE @ 0.50% MIN. 72 LF - 6" PIPE @ 0.50% MIN. 50 LF - 6" PIPE @ 0.50% MIN. 27 LF - 6" PIPE @ 0.50% MIN. 111 LF - 6" PIPE @ 0.50% MIN. 29 LF - 6" PIPE @ 0.50% MIN. 112 LF - 6" PIPE @ 0.50% MIN. 23 LF - 18" PIPE @ 0.64% 76 L F - 1 8 " P I P E @ 0 . 4 6 % SDMH-10 (12" DOME) RIM=1220.02 INV 18" IN (NW)=1217.65 INV 18" OUT (S)=1217.65 25 LF - 18" PIPE @ 0.52% 71 LF - 6" PIPE @ 0.50% MIN. SDMH-8 RIM=1220.06 INV 18" OUT (SE)=1217.85 SDMH-6 (12" DOME) RIM=1220.57 INV 24" IN (N)=1215.06 INV 24" OUT (S)=1214.96 11 6 L F - 2 4 " P I P E @ 2 . 1 9 % 43 LF - 18" PIPE @ 1.14% SDMH-14 (12" DOME) RIM=1224.05 INV 18" IN (E)=1221.81 INV 18" IN (N)=1218.98 INV 18" OUT (W)=1218.40 1 2 1 5 FG 1215.11 FG 1214.96 FG 1215.26 FG 1215.30 FG 1214.78 FG 1214.63 FG 1214.55 FG 1214.67 FG 1214.98 FG 1215.01 FG 1214.86* FG 1214.88* FG 1214.26* FG 1214.35* FG 1214.41*FG 1213.86* FG 1213.13* TC 1215.70* G 1215.20*TC 1213.94* G 1213.44*TC 1214.13* G 1213.63* TC 1213.74* G 1213.24* TC 1213.77* G 1213.27* TC 1214.93* G 1214.43*TC 1215.04* G 1214.54* TC 1215.06* G 1214.56* FG 1213.20* FG 1214.73* FG 1214.80* TC 1213.66* G 1213.16* FG 1214.82*FG 1214.28*FG 1214.22* BW 1220.95 FG 1227.49 FG 1227.66 FG 1227.44 FG 1227.46 FG 1227.48 FG 1227.50 321 321 321 33B 33B 33B 320 322 321 33B 320 322 321 321 STREAMSIDE PROTECTION ZONE SDMH-12 RIM=1224.11 INV 18" IN (NE)=1219.57 INV 18" OUT (S)=1219.47 1 2 2 0 1220 22E 1.6% IMPERVIOUS AREA LESS THAN 12' IN WIDTH WITHIN MANAGEMENT ZONE ALLOWED BY ORDINANCE IMPERVIOUS AREA LESS THAN 12' IN WIDTH WITHIN MANAGEMENT ZONE ALLOWED IN 168.12 MANAGEMENT ZONE MANAGEMENT ZONE EXISTING PARKING AREA TO REMAIN WITHIN STREAMSIDE ZONES. NO ADDITIONAL GRADING TO OCCUR IN THIS ZONE 321 HP 1222.47 FG 1214.08*FG 1214.65* 1.7% 1. 1 % 0. 8 % 0. 8 % 0.8 % BW 1226.00 322 FG 1224.27 3.9% 1 . 2 % 2. 5 % 0. 5 % 0. 5 % 1.4% 1 . 2 % FG 1218.64 FG 1219.26 FG 1219.24 REFER TO SHEETS L-301, L-302 FOR TW ELEVATIONS CONTRACTOR TO DETERMINE GRADES IN FIELD FG 1227.54FG 1227.56 FG 1227.58 FG 1227.60 CONTRACTOR TO DETERMINE GRADES IN FIELD FG 1215.29* FG 1215.17*BW 1218.00 0 10 20 4020 1 inch = 20ft. ( IN FEET ) PLAN SCALE X X EXISTING LEGEND SS UGT W GAS UGE UGTV OHE UFO PROPERTY LINE RIGHT OF WAY SANITARY SEWER LINE WATER LINE GAS LINE UNDERGROUND TELEPHONE UNDERGROUND ELECTRIC UNDERGROUND TELEVISION UNDERGROUND FIBER OVERHEAD ELECTRIC FENCE ROAD CENTERLINE DITCH FLOWLINE EASEMENT LINE GRAVEL LINE FIRE HYDRANT WATER METER WATER VALVE WATER FAUCET SANITARY SEWER MH CLEAN-OUT DRAINAGE MH POWER POLE GUY WIRE w/ ANCHOR GAS METER GAS RISER STREET LIGHT POLE TELEPHONE PEDESTAL CABLE TV PEDESTAL CABLE VAULT ELECTRIC VAULT FIBER VAULT GAS VAULT TELEPHONE VAULT WATER VAULT SIGN (AS NOTED) POST (AS NOTED) BENCHMARK FOUND IRON PIN (AS NOTED) CONTROL POINT RR SPIKE BUSH DECIDUOUS TREE CONIFEROUS TREE R/W PROPOSED LEGEND GRADE BREAK FLOWLINE CONTOUR ELEVATION STORM DRAIN PERFORATED PIPE CATCH BASIN SANITARY SEWER MANHOLE FLARED END SECTION FLOW ARROW SPOT ELEVATIONSFG = FINISHED GRADE G = NORMAL GUTTER INV = INVERTEG = EXISTING GRADE TW = FINISHED GRADE @THT = THROATFS = FINISHED PAVEMENT TOP OF WALL FL = FLOW LINE ELEVATION BW = FINISHED GRADEHP = HIGH POINTFFE = FINISHED FLOOR @ BOTTOM OF WALLLP = LOW POINT ELEVATION TS = TOP OF STAIRS SW = SIDEWALKTC = TOP OF CURB BS = BOTTOM OF STAIRS XXX X XXX.XX D S D s e a l r e v i s i o n s 1447 Peachtree Street NE, Suite 850 Atlanta, Georgia 30309 404.873.6730 www.tsw-design.com c o n s u l t a n t p r o j e c t i n f o r m a t i o n n o r t h a r r o w + s c a l e checked by: project number: contact: drawn by: s h e e t n u m b e r s h e e t t i t l e d r a w i n g d a t e d r a w i n g i n f o r m a t i o n c l i e n t i n f o r m a t i o n p r o j e c t a d d r e s s Copyright. All rights reserved. Reproduction in whole or in part is prohibited. This drawing as an instrument of service is the property of TSW and may not be used in any way without the written permission of this office. NORTHWEST GRADING PLAN C-001 JCM PAD EB 24013 CITY OF FAYETTEVILLE, AR 479.444.3469 FAYETTEVILLE, AR 72701 24013 WALKER PARK PHASE 1 FAYETTEVILLE, AR 72701 113 WEST MOUNTAIN ST 10 W 15TH ST 22E PEDESTRIAN RAMP (PARALLEL) 30G RECTANGULAR JUNCTION BOX (SEE SIZE AT SYMBOL) 33B FRENCH DRAIN (NON SPORT FIELD AREAS) (SEE LENGTH AT SYMBOL) 33C FRENCH DRAIN (SPORT FIELD AREAS) (SEE LENGTH AT SYMBOL) GRADING/DRAINAGE DETAILS 320 INSERTA-TEE (OR ENGINEER APPROVED EQUAL) 321 NYLOPLAST DRAIN BASIN W/ DOME GRATE (SIZE OF STRUCTURE TO BE COORDINATED W/ ADS) (OR ENGINEER APPROVED EQUAL) 322 NYLOPLAST DRAIN BASIN W/ SOLID LID (SIZE OF STRUCTURE TO BE COORDINATED WITH ADS) (OR ENGINEER APPROVED EQUAL) GRADING/DRAINAGE KEYNOTES 100% CONSTRUCTION DOCUMENTS MAY 21, 2025 NOTE: THIS PLAN INCLUDES DEVELOPMENT IN ZONE AE AND THE REGULATORY FLOODWAY PER FIRM 05143C0216G DATED 1/25/2024. THE CITY OF FAYETTEVILLE SHALL BE RESPONSIBLE FOR ENSURING THE PROPOSED IMPROVEMENTS SHALL NOT RESULT IN AN ADVERSE IMPACT TO THE COMMUNITY AS A RESULT OF THE DEVELOPMENT WITHIN ZONE AE AND FOR ENSURING THE PROPOSED IMPROVEMENTS SHALL NOT RESULT IN ANY RISE IN BASE FLOOD ELEVATIONS AS A RESULT OF THE DEVELOPMENT WITHIN THE REGULATORY FLOODWAY. THE ENGINEER SHALL NOT BE RESPONSIBLE FOR PERFORMING SAID DETERMINATION. * DENOTES APPROXIMATE ELEVATIONS IN AREAS WITH NO TOPOGRAPHIC DATA. CONTRACTOR TO FIELD VERIFY FEASIBILITY OF PROVIDED ELEVATIONS AND CONTACT MCE IF ANY DISCREPENCIES ARISE 06/03/2025 SS SS SS SS SS SS SS SS SS SS SS W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W 123 0 1 2 3 5 1228 122 9 12 3 1 1 2 3 2 12 3 3 1 2 3 4 1 2 3 6 1225 122 6 1226 12 2 7 1226 1227 1230 1 2 2 7 1228 12 2 9 1 2 2 7 1230 1 2 2 8 122 9 1231 1 2 2 4 1224 0.5%0.9 % 1. 0 % 0 . 6 % 0.6 % 1. 4 % 1. 3 % 1.5 % 2. 0 % 1. 2 % 1. 2 % 1. 0 % 1.0% 1.1% 0.8% 0.9% 1.5 % 1.5 % 1.5 % 2.0 % 1225 1226 1227 1229 1227 1225 1224 1226 12 2 6 12 2 7 1 2 2 8 122 8 1 2 2 7 FG 1225.43 FG 1225.58 FG 1226.05 FG 1225.68 FG 1225.00 FG 1225.71 FG 1226.22 FG 1226.21 FG 1226.11 FG 1226.10 FG 1226.06 FG 1226.80 FG 1226.68 FG 1226.95 FG 1227.13 FG 1227.24 FG 1227.46 FG 1227.35 FG 1227.58 FG 1228.38FG 1228.34 FG 1228.30 FG 1227.81 FG 1227.38 FG 1226.96 FG 1226.87 FG 1226.97 FG 1226.94 FG 1226.89 FG 1226.80 FG 1226.66 FG 1227.27 FG 1226.81 FG 1226.75 BW 1227.00 BW 1227.50 BW 1226.83 BW 1226.60 FG 1226.59BW 1226.00 TW 1229.00 EG 1227.14 EG 1227.17 EG 1227.23 EG 1227.25 EG 1227.33 EG 1226.93 FG 1226.19 FG 1227.01 FG 1227.01 FG 1228.55 FG 1228.55 FG 1228.74 FG 1228.74 FG 1228.26 FG 1228.26 FG 1227.54 FG 1227.54 FG 1226.96 FG 1227.01 FG 1226.84 FG 1226.89 FG 1227.42 181 LF - 6" PIPE @ 0.50% MIN. 181 LF - 6" PIPE @ 0.50% MIN. 124 L F - 1 8 " P I P E @ 0 . 5 0 % SDMH-15 RIM=1226.58 INV 18" OUT (N)=1223.10 INV 18" OUT (SW)=1223.00 20 LF - 6" PIPE @ 0.50% MIN. 20 LF - 6" PIPE @ 0.50% MIN. 33B 33B 322 22E SDMH-23 (12" DOME) RIM=1227.88 INV 18" IN (S)=1223.41 0.8 % 0.8 % FG 1226.92 FG 1227.85 FFE 1227.42 REFER TO SHEETS L-301, L-302 FOR TW ELEVATIONS FG 1227.91FG 1227.93 FG 1227.95FG 1227.97 FG 1227.87 FG 1227.85FG 1227.83 1.7 % 2.0 % 321 SDMH-24 (12" DOME) RIM=1226.92 INV 18" IN (NE)=1222.38 INV 18" OUT (W)=1222.38 321 CONTRACTOR TO FIELD VERIFY INVERT OF EXISTING SEWER MAIN & ENSURE 18" MIN. SEPARATION BETWEEN EXISTING SEWER MAIN & PROPOSED STORM SEWER EXISTING WATER VALVE AND LINE TO REMAIN. CONTRACTOR TO COORDINATE WITH CITY OF FAYETTEVILLE FOR LOCATION OF NEW IRRIGATION CONNECTION 0 10 20 4020 1 inch = 20ft. ( IN FEET ) PLAN SCALE X X EXISTING LEGEND SS UGT W GAS UGE UGTV OHE UFO PROPERTY LINE RIGHT OF WAY SANITARY SEWER LINE WATER LINE GAS LINE UNDERGROUND TELEPHONE UNDERGROUND ELECTRIC UNDERGROUND TELEVISION UNDERGROUND FIBER OVERHEAD ELECTRIC FENCE ROAD CENTERLINE DITCH FLOWLINE EASEMENT LINE GRAVEL LINE FIRE HYDRANT WATER METER WATER VALVE WATER FAUCET SANITARY SEWER MH CLEAN-OUT DRAINAGE MH POWER POLE GUY WIRE w/ ANCHOR GAS METER GAS RISER STREET LIGHT POLE TELEPHONE PEDESTAL CABLE TV PEDESTAL CABLE VAULT ELECTRIC VAULT FIBER VAULT GAS VAULT TELEPHONE VAULT WATER VAULT SIGN (AS NOTED) POST (AS NOTED) BENCHMARK FOUND IRON PIN (AS NOTED) CONTROL POINT RR SPIKE BUSH DECIDUOUS TREE CONIFEROUS TREE R/W PROPOSED LEGEND GRADE BREAK FLOWLINE CONTOUR ELEVATION STORM DRAIN PERFORATED PIPE CATCH BASIN SANITARY SEWER MANHOLE FLARED END SECTION FLOW ARROW SPOT ELEVATIONSFG = FINISHED GRADE G = NORMAL GUTTER INV = INVERTEG = EXISTING GRADE TW = FINISHED GRADE @THT = THROATFS = FINISHED PAVEMENT TOP OF WALL FL = FLOW LINE ELEVATION BW = FINISHED GRADEHP = HIGH POINTFFE = FINISHED FLOOR @ BOTTOM OF WALLLP = LOW POINT ELEVATION TS = TOP OF STAIRS SW = SIDEWALKTC = TOP OF CURB BS = BOTTOM OF STAIRS XXX X XXX.XX D S D s e a l r e v i s i o n s 1447 Peachtree Street NE, Suite 850 Atlanta, Georgia 30309 404.873.6730 www.tsw-design.com c o n s u l t a n t p r o j e c t i n f o r m a t i o n n o r t h a r r o w + s c a l e checked by: project number: contact: drawn by: s h e e t n u m b e r s h e e t t i t l e d r a w i n g d a t e d r a w i n g i n f o r m a t i o n c l i e n t i n f o r m a t i o n p r o j e c t a d d r e s s Copyright. All rights reserved. Reproduction in whole or in part is prohibited. This drawing as an instrument of service is the property of TSW and may not be used in any way without the written permission of this office. NORTHEAST GRADING PLAN C-002 JCM PAD EB 24013 CITY OF FAYETTEVILLE, AR 479.444.3469 FAYETTEVILLE, AR 72701 24013 WALKER PARK PHASE 1 FAYETTEVILLE, AR 72701 113 WEST MOUNTAIN ST 10 W 15TH ST 22E PEDESTRIAN RAMP (PARALLEL) 30G RECTANGULAR JUNCTION BOX (SEE SIZE AT SYMBOL) 33B FRENCH DRAIN (NON SPORT FIELD AREAS) (SEE LENGTH AT SYMBOL) 33C FRENCH DRAIN (SPORT FIELD AREAS) (SEE LENGTH AT SYMBOL) GRADING/DRAINAGE DETAILS 320 INSERTA-TEE (OR ENGINEER APPROVED EQUAL) 321 NYLOPLAST DRAIN BASIN W/ DOME GRATE (SIZE OF STRUCTURE TO BE COORDINATED W/ ADS) (OR ENGINEER APPROVED EQUAL) 322 NYLOPLAST DRAIN BASIN W/ SOLID LID (SIZE OF STRUCTURE TO BE COORDINATED WITH ADS) (OR ENGINEER APPROVED EQUAL) GRADING/DRAINAGE KEYNOTES 100% CONSTRUCTION DOCUMENTS MAY 21, 2025 06/03/2025 UF O U F O U F O U F O UF O UF O H C HC R/W R/W R/W R/W R/W R/W R/W R/W R/W C B 1 0 0 - Y R 1 0 0 - Y R 1 0 0 - Y R 10 0 - Y R 10 0 - Y R 1 0 0 - Y R 1 0 0 - Y R 1 0 0 - Y R 1 0 0 - Y R 10 0 - Y R 100-YR 100-Y R 1 0 0 - Y R 1 0 0 - Y R 1 0 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 1 0 0 - Y R 10 0 - Y R 10 0 - Y R 1 0 0 - Y R 121 4 1 2 1 5 1 2 1 4 1 2 1 6 1 2 1 7 1217 1 2 1 0 1 2 1 1 1 2 1 2 1 2 1 3 1 2 0 9 1 2 0 8 1 2 0 7 1 2 0 6 1 2 0 5 1 2 1 5 12 1 6 1214 1 2 1 5 1 2 1 1 1 2 1 2 1 2 1 3 1 2 1 4 1 2 1 0 1 2 0 9 12 0 6 12 0 6 1 2 2 0 1 2 2 1 121 7 121 8 U G T V U G T V U G T V UG T V UGTV UGTV U G T V U G T V U G T V UG T V UG T V 1.4 % 1.4 % 0.9% 1.0% 3.1% 3 . 2 % 1220 1220 1 2 1 9 1221 1222 1 2 1 6 12 1 7 1218 1219 FG 1215.73 FG 1215.79 FG 1216.64 FG 1215.73 FG 1215.74 FG 1213.08 FG 1213.10 FG 1212.85 FG 1212.83 FG 1214.63FG 1214.58 FG 1215.80 BW 1217.73 BW 1216.50 BW 1216.50 BW 1217.00 BW 1218.50 FG 1219.10 FG 1219.43 FG 1214.81 FG 1216.14 FG 1215.11 FG 1216.05 FG 1216.45 FG 1216.14 BW 1216.50 BW 1216.50 BW 1219.00 BW 1219.50 BW 1220.14 BW 1217.00 BW 1216.50 BW 1216.50 BW 1216.50 BW 1216.50 BW 1218.00 BW 1219.19 BW 1216.09 BW 1217.82 FG 1219.17 BW 1220.00 BW 1219.50BW 1216.50 BW 1215.43 BW 1217.02 SDMH-5 (12" DOME) RIM=1219.81 INV 24" IN (N)=1212.90 INV 30" OUT (W)=1212.81 SDMH-17 (12" DOME) RIM=1219.42 INV 18" IN (E)=1215.33 INV 24" OUT (W)=1215.23 SDMH-16 (12" DOME) RIM=1218.62 INV 24" IN (E)=1214.20 4' x 4' SDMH-1 RIM=1215.88 INV 18" IN (N)=1212.50 INV 30" IN (S)=1211.51 INV 36" OUT (W)=1211.41 SDMH-4 RIM=1216.35 INV 30" IN (E)=1212.38 INV 30" OUT (W)=1212.28 SDMH-3 RIM=1215.58 INV 30" IN (E)=1211.93 INV 30" OUT (N)=1211.83 SDMH-2 (12" DOME) RIM=1216.67 INV 18" OUT (S)=1212.82 51 LF - 36" PI P E @ 0 . 8 0 % 6 4 L F - 1 8 " P I P E @ 0 . 5 0 % 51 LF - 30" PIPE @ 0.62% 56 LF - 30" PIPE @ 0.62% 70 LF - 30" PIPE @ 0.62% 130 LF - 24" PIPE @ 0.79% 94 L F - 2 4 " P I P E @ 2 . 1 9 % 353 LF - 4" PIPE @ 1.37% MIN. 353 LF - 4" PIPE @ 1.37% MIN. 353 LF - 4" PIPE @ 1.37% MIN.353 LF - 4" PIPE @ 1.37% MIN. SDMH-6 (12" DOME) RIM=1220.57 INV 24" IN (N)=1215.06 INV 24" OUT (S)=1214.96 347 LF - 4" PIPE @ 1.37% FG 1213.13* TC 1215.70* G 1215.20*TC 1213.94* G 1213.44*TC 1214.13* G 1213.63* TC 1213.74* G 1213.24* TC 1213.77* G 1213.27* TC 1214.93* G 1214.43*TC 1215.04* G 1214.54* TC 1215.06* G 1214.56* FG 1213.20* TC 1213.66* G 1213.16* FG 1213.10* FG 1213.10* FG 1212.90* FG 1212.90* FG 1212.86* FG 1212.83* FG 1212.78* FG 1212.85* FG 1212.90* FG 1212.99* FG 1212.98* FG 1212.98* FG 1212.97* FG 1212.85* FG 1212.80* FG 1212.87* 321 33C 321 320 320 320 INV 36" IN (E)=1211.00 321 322 322 30G 321 320 33C 33C 33C 33C 321 SCOURSTOP FG 1214.08*FG 1214.65* 2.7%2.5% FG 1213.08* FG 1213.07* 1.0% 1.0% 0. 0 % 0.4 % FG 1214.34*FG 1213.77* 1.4% 0. 5 % 0. 5 % 1.4% 1 . 2 % 33C 320 11 LF - 6" PIPE @ 0.50% EXISTING WALL AND 8' FENCE TO REMAIN 1.0% EX. JBOX-1 CONTRACTOR TO FIELD VERIFY LOCATION OF EXISTING JUNCTION BOX AND OUTFLOW PIPE AND TO REPORT FINDINGS TO MCE FOR EVALUATION OF FURTHER DESIGN REFER TO SHEETS L-301, L-302 FOR TW ELEVATIONS CONTRACTOR TO DETERMINE GRADES IN FIELD FG 1215.17* FG 1212.88* FG 1212.88* 58 LF - 24" PIPE @ 5.69% BW 1218.00 0 10 20 4020 1 inch = 20ft. ( IN FEET ) PLAN SCALE X X EXISTING LEGEND SS UGT W GAS UGE UGTV OHE UFO PROPERTY LINE RIGHT OF WAY SANITARY SEWER LINE WATER LINE GAS LINE UNDERGROUND TELEPHONE UNDERGROUND ELECTRIC UNDERGROUND TELEVISION UNDERGROUND FIBER OVERHEAD ELECTRIC FENCE ROAD CENTERLINE DITCH FLOWLINE EASEMENT LINE GRAVEL LINE FIRE HYDRANT WATER METER WATER VALVE WATER FAUCET SANITARY SEWER MH CLEAN-OUT DRAINAGE MH POWER POLE GUY WIRE w/ ANCHOR GAS METER GAS RISER STREET LIGHT POLE TELEPHONE PEDESTAL CABLE TV PEDESTAL CABLE VAULT ELECTRIC VAULT FIBER VAULT GAS VAULT TELEPHONE VAULT WATER VAULT SIGN (AS NOTED) POST (AS NOTED) BENCHMARK FOUND IRON PIN (AS NOTED) CONTROL POINT RR SPIKE BUSH DECIDUOUS TREE CONIFEROUS TREE R/W PROPOSED LEGEND GRADE BREAK FLOWLINE CONTOUR ELEVATION STORM DRAIN PERFORATED PIPE CATCH BASIN SANITARY SEWER MANHOLE FLARED END SECTION FLOW ARROW SPOT ELEVATIONSFG = FINISHED GRADE G = NORMAL GUTTER INV = INVERTEG = EXISTING GRADE TW = FINISHED GRADE @THT = THROATFS = FINISHED PAVEMENT TOP OF WALL FL = FLOW LINE ELEVATION BW = FINISHED GRADEHP = HIGH POINTFFE = FINISHED FLOOR @ BOTTOM OF WALLLP = LOW POINT ELEVATION TS = TOP OF STAIRS SW = SIDEWALKTC = TOP OF CURB BS = BOTTOM OF STAIRS XXX X XXX.XX D S D s e a l r e v i s i o n s 1447 Peachtree Street NE, Suite 850 Atlanta, Georgia 30309 404.873.6730 www.tsw-design.com c o n s u l t a n t p r o j e c t i n f o r m a t i o n n o r t h a r r o w + s c a l e checked by: project number: contact: drawn by: s h e e t n u m b e r s h e e t t i t l e d r a w i n g d a t e d r a w i n g i n f o r m a t i o n c l i e n t i n f o r m a t i o n p r o j e c t a d d r e s s Copyright. All rights reserved. Reproduction in whole or in part is prohibited. This drawing as an instrument of service is the property of TSW and may not be used in any way without the written permission of this office. SOUTHWEST GRADING PLAN C-003 JCM PAD EB 24013 CITY OF FAYETTEVILLE, AR 479.444.3469 FAYETTEVILLE, AR 72701 24013 WALKER PARK PHASE 1 FAYETTEVILLE, AR 72701 113 WEST MOUNTAIN ST 10 W 15TH ST 22E PEDESTRIAN RAMP (PARALLEL) 30G RECTANGULAR JUNCTION BOX (SEE SIZE AT SYMBOL) 33B FRENCH DRAIN (NON SPORT FIELD AREAS) (SEE LENGTH AT SYMBOL) 33C FRENCH DRAIN (SPORT FIELD AREAS) (SEE LENGTH AT SYMBOL) GRADING/DRAINAGE DETAILS 320 INSERTA-TEE (OR ENGINEER APPROVED EQUAL) 321 NYLOPLAST DRAIN BASIN W/ DOME GRATE (SIZE OF STRUCTURE TO BE COORDINATED W/ ADS) (OR ENGINEER APPROVED EQUAL) 322 NYLOPLAST DRAIN BASIN W/ SOLID LID (SIZE OF STRUCTURE TO BE COORDINATED WITH ADS) (OR ENGINEER APPROVED EQUAL) GRADING/DRAINAGE KEYNOTES 100% CONSTRUCTION DOCUMENTS MAY 21, 2025 NOTE: THIS PLAN INCLUDES DEVELOPMENT IN ZONE AE AND THE REGULATORY FLOODWAY PER FIRM 05143C0216G DATED 1/25/2024. THE CITY OF FAYETTEVILLE SHALL BE RESPONSIBLE FOR ENSURING THE PROPOSED IMPROVEMENTS SHALL NOT RESULT IN AN ADVERSE IMPACT TO THE COMMUNITY AS A RESULT OF THE DEVELOPMENT WITHIN ZONE AE AND FOR ENSURING THE PROPOSED IMPROVEMENTS SHALL NOT RESULT IN ANY RISE IN BASE FLOOD ELEVATIONS AS A RESULT OF THE DEVELOPMENT WITHIN THE REGULATORY FLOODWAY. THE ENGINEER SHALL NOT BE RESPONSIBLE FOR PERFORMING SAID DETERMINATION. * DENOTES APPROXIMATE ELEVATIONS IN AREAS WITH NO TOPOGRAPHIC DATA. CONTRACTOR TO FIELD VERIFY FEASIBILITY OF PROVIDED ELEVATIONS AND CONTACT MCE IF ANY DISCREPENCIES ARISE 06/03/2025 UFOUFOUFOUFO UFOUFOUFOUFOUFOUFOUFO SS SS SS SS SS SS SS SS SS SS R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W 1216 122 0 1217 1218 1219 122 1 1222 122 3 1 2 2 2 12 2 0 1221 1225 12 2 2 122 3 1224 122 5 12 2 4 1224 UG T V UG T V UG T V UG T V UG T V UG T V 1.4 % 1.5 % 1. 3 % 1. 6 % 1.6 % 0.8 % 1.5 % 1.5 % 1.5 % 1.5 % 1.5 % 1.5 % 0 . 7 % 1. 0 % 2. 0 % 2. 0 % 2.6% 2. 0 % 2.0 % 1222 1223 1224 12 2 2 1 2 2 3 1224 122 6 1221 1222 1223 FG 1226.19 FG 1226.19 FG 1219.10 FG 1219.18 FG 1219.43 FG 1219.23 FG 1220.72FG 1220.72 FG 1222.80 FG 1222.82 FG 1222.86 FG 1222.86 FG 1222.92 FG 1222.92 FG 1223.23 FG 1223.23 FG 1224.36 FG 1225.16 FG 1225.21 FG 1225.44 FG 1224.85 FG 1224.45 FG 1224.60 FG 1224.52 FG 1224.86 FG 1225.56 FG 1219.17 FG 1219.57 SDMH-22 (12" DOME) RIM=1225.61 INV 18" OUT (S)=1219.83 SDMH-20 (12" DOME) RIM=1224.26 INV 18" IN (N)=1219.59 INV 12" IN (E)=1219.59 INV 18" OUT (S)=1219.49 SDMH-19 (12" DOME) RIM=1222.83 INV 18" IN (N)=1218.87 INV 18" OUT (W)=1218.78 SDMH-18 (12" DOME) RIM=1220.48 INV 18" IN (E)=1216.30 INV 18" OUT (W)=1216.20 382 LF - 18" PIPE @ 0.65% 12 4 L F - 1 8 " P I P E @ 0 . 5 0 % 81 L F - 1 8 " P I P E @ 0 . 3 0 % 337 LF - 4" PIPE @ 1.37% MIN. 337 LF - 4" PIPE @ 1.37% MIN. 337 LF - 4" PIPE @ 1.37% MIN. 337 LF - 4" PIPE @ 1.37% MIN. 337 LF - 4" PIPE @ 1.37% MIN.337 LF - 4" PIPE @ 1.37% MIN. 337 LF - 4" PIPE @ 1.37% MIN. 337 LF - 4" PIPE @ 1.37% MIN. 41 LF - 6" PIPE @ 0.50% MIN. 34 LF - 6" PIPE @ 0.50% MIN. 16 LF - 6" PIPE @ 0.50% MIN. 22 LF - 6" PIPE @ 0.50% MIN. 38 LF - 12" PIPE @ 0.50% SDMH-21 RIM=1224.51 INV 6" IN (N)=1219.78 INV 6" OUT (E)=1219.78 INV 12" OUT (W)=1219.78 133 LF - 18" PIPE @ 0 . 6 5 % 337 LF - 4" PIPE @ 1.37% 321 320320320320320 321 320 320 320 33C 33C 33C 33C 33C 33C 33C 33C 33C 321 321 0 10 20 4020 1 inch = 20ft. ( IN FEET ) PLAN SCALE X X EXISTING LEGEND SS UGT W GAS UGE UGTV OHE UFO PROPERTY LINE RIGHT OF WAY SANITARY SEWER LINE WATER LINE GAS LINE UNDERGROUND TELEPHONE UNDERGROUND ELECTRIC UNDERGROUND TELEVISION UNDERGROUND FIBER OVERHEAD ELECTRIC FENCE ROAD CENTERLINE DITCH FLOWLINE EASEMENT LINE GRAVEL LINE FIRE HYDRANT WATER METER WATER VALVE WATER FAUCET SANITARY SEWER MH CLEAN-OUT DRAINAGE MH POWER POLE GUY WIRE w/ ANCHOR GAS METER GAS RISER STREET LIGHT POLE TELEPHONE PEDESTAL CABLE TV PEDESTAL CABLE VAULT ELECTRIC VAULT FIBER VAULT GAS VAULT TELEPHONE VAULT WATER VAULT SIGN (AS NOTED) POST (AS NOTED) BENCHMARK FOUND IRON PIN (AS NOTED) CONTROL POINT RR SPIKE BUSH DECIDUOUS TREE CONIFEROUS TREE R/W PROPOSED LEGEND GRADE BREAK FLOWLINE CONTOUR ELEVATION STORM DRAIN PERFORATED PIPE CATCH BASIN SANITARY SEWER MANHOLE FLARED END SECTION FLOW ARROW SPOT ELEVATIONSFG = FINISHED GRADE G = NORMAL GUTTER INV = INVERTEG = EXISTING GRADE TW = FINISHED GRADE @THT = THROATFS = FINISHED PAVEMENT TOP OF WALL FL = FLOW LINE ELEVATION BW = FINISHED GRADEHP = HIGH POINTFFE = FINISHED FLOOR @ BOTTOM OF WALLLP = LOW POINT ELEVATION TS = TOP OF STAIRS SW = SIDEWALKTC = TOP OF CURB BS = BOTTOM OF STAIRS XXX X XXX.XX D S D s e a l r e v i s i o n s 1447 Peachtree Street NE, Suite 850 Atlanta, Georgia 30309 404.873.6730 www.tsw-design.com c o n s u l t a n t p r o j e c t i n f o r m a t i o n n o r t h a r r o w + s c a l e checked by: project number: contact: drawn by: s h e e t n u m b e r s h e e t t i t l e d r a w i n g d a t e d r a w i n g i n f o r m a t i o n c l i e n t i n f o r m a t i o n p r o j e c t a d d r e s s Copyright. All rights reserved. Reproduction in whole or in part is prohibited. This drawing as an instrument of service is the property of TSW and may not be used in any way without the written permission of this office. SOUTHEAST GRADING PLAN C-004 JCM PAD EB 24013 CITY OF FAYETTEVILLE, AR 479.444.3469 FAYETTEVILLE, AR 72701 24013 WALKER PARK PHASE 1 FAYETTEVILLE, AR 72701 113 WEST MOUNTAIN ST 10 W 15TH ST 22E PEDESTRIAN RAMP (PARALLEL) 30G RECTANGULAR JUNCTION BOX (SEE SIZE AT SYMBOL) 33B FRENCH DRAIN (NON SPORT FIELD AREAS) (SEE LENGTH AT SYMBOL) 33C FRENCH DRAIN (SPORT FIELD AREAS) (SEE LENGTH AT SYMBOL) GRADING/DRAINAGE DETAILS 320 INSERTA-TEE (OR ENGINEER APPROVED EQUAL) 321 NYLOPLAST DRAIN BASIN W/ DOME GRATE (SIZE OF STRUCTURE TO BE COORDINATED W/ ADS) (OR ENGINEER APPROVED EQUAL) 322 NYLOPLAST DRAIN BASIN W/ SOLID LID (SIZE OF STRUCTURE TO BE COORDINATED WITH ADS) (OR ENGINEER APPROVED EQUAL) GRADING/DRAINAGE KEYNOTES 100% CONSTRUCTION DOCUMENTS MAY 21, 2025 06/03/2025 UFOUFOUFOUFOUFO W W W R/W R/W R/W R/W R/W R/W R/W R/W 122 5 122 4 122 6 1 2 2 3 1 2 2 2 1223 1224 1225 1226 0. 7 % 1.5 % 1 . 3 % 3.2% 1.6 % 2.6% 2.0 % 1225 TYP. FG 1226.19 FG 1222.80 FG 1222.82 FG 1222.86 FG 1222.86 FG 1222.92 FG 1223.23 FG 1225.21 FG 1224.85 FG 1225.50 FG 1225.50 FG 1225.18 FG 1225.11 FG 1225.12 FG 1225.01 FG 1224.97 FG 1224.97 FG 1224.45 FG 1224.45FG 1224.45 FG 1224.60 FG 1224.86 FG 1226.66 FG 1224.95 SDMH-19 (12" DOME) RIM=1222.83 INV 18" IN (N)=1218.87 INV 18" OUT (W)=1218.78 41 LF - 6" PIPE @ 0.50% MIN.17 LF - 6" PIPE @ 0.50% MIN. 23 LF - 6" PIPE @ 0.50% MIN. 40 LF - 6" PIPE @ 0.50% MIN. 31 LF - 6" PIPE @ 0.50% MIN. 34 LF - 6" PIPE @ 0.50% MIN. 12 LF - 6" PIPE @ 0.50% MIN. 16 LF - 6" PIPE @ 0.50% MIN. 22 LF - 6" PIPE @ 0.50% MIN. SDMH-21 RIM=1224.51 INV 6" IN (N)=1219.78 INV 6" OUT (E)=1219.78 INV 12" OUT (W)=1219.78 FG 1224.97 FG 1224.71 FG 1224.66 FG 1224.53 FG 1224.59 320 322 33B 321 FG 1224.30 FG 1224.28 FG 1223.99 FG 1224.09 FG 1226.64 FG 1226.65 FLUSH FLUSH FLUSH 1 inch = 10ft. ( IN FEET ) PLAN SCALE 0 5 10 2010 X X EXISTING LEGEND SS UGT W GAS UGE UGTV OHE UFO PROPERTY LINE RIGHT OF WAY SANITARY SEWER LINE WATER LINE GAS LINE UNDERGROUND TELEPHONE UNDERGROUND ELECTRIC UNDERGROUND TELEVISION UNDERGROUND FIBER OVERHEAD ELECTRIC FENCE ROAD CENTERLINE DITCH FLOWLINE EASEMENT LINE GRAVEL LINE FIRE HYDRANT WATER METER WATER VALVE WATER FAUCET SANITARY SEWER MH CLEAN-OUT DRAINAGE MH POWER POLE GUY WIRE w/ ANCHOR GAS METER GAS RISER STREET LIGHT POLE TELEPHONE PEDESTAL CABLE TV PEDESTAL CABLE VAULT ELECTRIC VAULT FIBER VAULT GAS VAULT TELEPHONE VAULT WATER VAULT SIGN (AS NOTED) POST (AS NOTED) BENCHMARK FOUND IRON PIN (AS NOTED) CONTROL POINT RR SPIKE BUSH DECIDUOUS TREE CONIFEROUS TREE R/W PROPOSED LEGEND GRADE BREAK FLOWLINE CONTOUR ELEVATION STORM DRAIN PERFORATED PIPE CATCH BASIN SANITARY SEWER MANHOLE FLARED END SECTION FLOW ARROW SPOT ELEVATIONSFG = FINISHED GRADE G = NORMAL GUTTER INV = INVERTEG = EXISTING GRADE TW = FINISHED GRADE @THT = THROATFS = FINISHED PAVEMENT TOP OF WALL FL = FLOW LINE ELEVATION BW = FINISHED GRADEHP = HIGH POINTFFE = FINISHED FLOOR @ BOTTOM OF WALLLP = LOW POINT ELEVATION TS = TOP OF STAIRS SW = SIDEWALKTC = TOP OF CURB BS = BOTTOM OF STAIRS XXX X XXX.XX D S D s e a l r e v i s i o n s 1447 Peachtree Street NE, Suite 850 Atlanta, Georgia 30309 404.873.6730 www.tsw-design.com c o n s u l t a n t p r o j e c t i n f o r m a t i o n n o r t h a r r o w + s c a l e checked by: project number: contact: drawn by: s h e e t n u m b e r s h e e t t i t l e d r a w i n g d a t e d r a w i n g i n f o r m a t i o n c l i e n t i n f o r m a t i o n p r o j e c t a d d r e s s Copyright. All rights reserved. Reproduction in whole or in part is prohibited. This drawing as an instrument of service is the property of TSW and may not be used in any way without the written permission of this office. EAST GRADING PLAN C-005 JCM PAD EB 24013 CITY OF FAYETTEVILLE, AR 479.444.3469 FAYETTEVILLE, AR 72701 24013 WALKER PARK PHASE 1 FAYETTEVILLE, AR 72701 113 WEST MOUNTAIN ST 10 W 15TH ST 22E PEDESTRIAN RAMP (PARALLEL) 30G RECTANGULAR JUNCTION BOX (SEE SIZE AT SYMBOL) 33B FRENCH DRAIN (NON SPORT FIELD AREAS) (SEE LENGTH AT SYMBOL) 33C FRENCH DRAIN (SPORT FIELD AREAS) (SEE LENGTH AT SYMBOL) GRADING/DRAINAGE DETAILS 320 INSERTA-TEE (OR ENGINEER APPROVED EQUAL) 321 NYLOPLAST DRAIN BASIN W/ DOME GRATE (SIZE OF STRUCTURE TO BE COORDINATED W/ ADS) (OR ENGINEER APPROVED EQUAL) 322 NYLOPLAST DRAIN BASIN W/ SOLID LID (SIZE OF STRUCTURE TO BE COORDINATED WITH ADS) (OR ENGINEER APPROVED EQUAL) GRADING/DRAINAGE KEYNOTES 100% CONSTRUCTION DOCUMENTS MAY 21, 2025 06/03/2025 W W W W W W W W W W W W W W 15TH ST 13TH ST S C O L L E G E A V E SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE 1 2 1 8 1217 12 1 7 1 2 1 6 12 1 5 12 1 9 12 2 0 12 2 1 12 2 2 1218 1216 1215 12 1 5 1 2 1 4 1 2 1 3 1 2 1 4 12 1 6 12 1 7 12 1 8 12 1 9 12 1 8 HB HB HB HB HB HB HB HB HB HBHB HB HB C B A SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS 12" MAPLE 11" MA*NOLIA 10" MAPLE 55" BOIS DE ARC 14" PERSIMMON 30" HACKBERRY 14" PERSIMMON 32" OAK 36" OAK 15" PERSIMMON 26" OAK 34" OAK 12" OAK 20" SILVER MAPLE 36" PINE 32" WILLOW OAK 20" OAK 24" *UM 15" MAPLE 12" TWIN LINDEN 19" MAPLE 16" FLOWERIN* PEAR 26" OAK 24" OAK PA PLANTING AREA (PA) 0 5025 12575 scale:1" = 50'-0" SITE KEY PLAN LS-101 NA VH KO 24013 CITY OF FAYETTEVILLE, AR 479.444.3469 FAYETTEVILLE, AR 72701 24013 WALKER PARK PHASE 1 MAY 21, 2025 100% CONSTRUCTION DOCUMENTS FAYETTEVILLE, AR 72701 113 WEST MOUNTAIN ST 10 W 15TH ST \\ s e r v e r N A S 2 \ P R O J E C T S \ P R O J E C T S \ 2 4 0 1 3 _ C i t y o f F a y e t t e v i l l e - W a l k e r P a r k - P h a s e 1 C D s \ C A D \ S H E E T S \ L S - 1 0 0 - L a y o u t P l a n . d w g ( L S - 1 0 1 ) P l o t t e d o n : J u n 1 9 , 2 0 2 5 - 1 1 : 0 1 a m b y v h a l l s e a l r e v i s i o n s 217 E Archer Street, Unit H Tulsa, Oklahoma 74103 918.922.7620 www.tsw-design.com c o n s u l t a n t p r o j e c t i n f o r m a t i o n n o r t h a r r o w + s c a l e checked by: project number: contact: drawn by: s h e e t n u m b e r s h e e t t i t l e d r a w i n g d a t e d r a w i n g i n f o r m a t i o n c l i e n t i n f o r m a t i o n p r o j e c t a d d r e s s Copyright. All rights reserved. Reproduction in whole or in part is prohibited. This drawing as an instrument of service is the property of TSW and may not be used in any way without the written permission of this office. Katy O'Meilia 712060 Arka n s s s s a a A r n n L L i i c c c c e e e e a d d p h t t N REFER TO SHEETS LS-102, LS-107 N.I.C. REFER TO SHEETS LS-103, LS-108 REFER TO SHEETS LS-104, LS-109 REFER TO SHEETS LS-105, LS-110 REFER TO SHEETS LS-106, LS-111 E X I S T I N G R A Z O R B A C K G R E E N W A Y T R A I L EXISTING PARK TRAIL 50' SETBACK FROM STREET CENTERLINE SE T B A C K LS-102.2 SETBACK R.O.W. REFER TO SHEETS LS-102, LS-107 N.I.C. REFER TO SHEETS LS-103, LS-108 REFER TO SHEETS LS-104, LS-109 REFER TO SHEETS LS-105, LS-110 REFER TO SHEETS LS-106, LS-111 LS-102.2 SS 1 2 1 8 1217 12 1 9 12 2 0 12 2 1 12 2 2 1218 1216 1215 12 1 5 1 2 1 4 1 2 1 3 1 2 1 4 12 1 6 12 1 7 12 1 8 12 1 8 HB HB HB C B A 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100- Y R 10 0 - Y R 100 - Y R 100- Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100- Y R 100 - Y R 10 0 - Y R 100- Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R SS SS 1 0 ' - 0 " 8'-0" 6'-0" 8'-0" 10'-0" 5'-0" 10" MAPLE 36" PINE 32" WILLOW OAK 20" OAK 24" GUM 8 ' - 0 " 12'-0"12'-0"44'-0" 1 5 ' - 0 " 20'-0" 1 3 ' - 0 " PA N 0 2010 5030 scale:1" = 20'-0" LAYOUT PLAN - 1 LS-102 NA VH KO 24013 CITY OF FAYETTEVILLE, AR 479.444.3469 FAYETTEVILLE, AR 72701 24013 WALKER PARK PHASE 1 MAY 21, 2025 100% CONSTRUCTION DOCUMENTS FAYETTEVILLE, AR 72701 113 WEST MOUNTAIN ST 10 W 15TH ST \\ s e r v e r N A S 2 \ P R O J E C T S \ P R O J E C T S \ 2 4 0 1 3 _ C i t y o f F a y e t t e v i l l e - W a l k e r P a r k - P h a s e 1 C D s \ C A D \ S H E E T S \ L S - 1 0 0 - L a y o u t P l a n . d w g ( L S - 1 0 2 ) P l o t t e d o n : J u n 1 9 , 2 0 2 5 - 1 1 : 0 1 a m b y v h a l l s e a l r e v i s i o n s 217 E Archer Street, Unit H Tulsa, Oklahoma 74103 918.922.7620 www.tsw-design.com c o n s u l t a n t p r o j e c t i n f o r m a t i o n n o r t h a r r o w + s c a l e checked by: project number: contact: drawn by: s h e e t n u m b e r s h e e t t i t l e d r a w i n g d a t e d r a w i n g i n f o r m a t i o n c l i e n t i n f o r m a t i o n p r o j e c t a d d r e s s Copyright. All rights reserved. Reproduction in whole or in part is prohibited. This drawing as an instrument of service is the property of TSW and may not be used in any way without the written permission of this office. Katy O'Meilia 712060 Arka n s s s s a a A r n n L L i i c c c c e e e e a d d p h t t RE : S H E E T L S - 1 0 3 RE: SHEET LS-104 N.I.C.LS-102.2 LS-102.2 - NORTH SCOOTER PARKING PING PONG TABLE WASTE RECEPTACLE DUMPSTER LOCATION, DUMPSTER BY OTHERS BIKE RACK CORNHOLE HORSESHOES COURT LAYOUT 6" CONCRETE CURB,RE: CIVIL BOCCE BALL - LAYOUT 2-PERSON TABLE BIKE RACK CONCRETE SEAT WALL INTEGRAL COLOR CONCRETE - REINFORCED PLAIN CONCRETE - REINFORCED CONCRETE WALL WITH FENCE BENCH STAIRS `C` PICKLEBALL COURT LAYOUT CHAINLINK FENCE ON CURB TENNIS COURT CHAINLINK FENCE - 8FT HT. CHAINLINK FENCE 42" HT. BENCH CAFE TABLE CAFE CHAIR LIMITS OF DISTURBANCE, TYP. EXISTING PARKING LOT TO REMAIN E X I S T I N G R A Z O R B A C K G R E E N W A Y T R A I L AREA SPORTS LIGHTING, TYP. RE: ELECTRICAL. RETAINING WALL, RE: STRUCTURAL. TIE WALK INTO EXISTING WALK AND RAMP 25' WATERSIDE ZONE 25' MANAGEMENT ZONE 25' WATERSIDE ZONE 25' MANAGEMENT ZONE EXISTING PARKING STRIPING TO REMAIN NEW ADA VEHICULAR CONCRETE PAD AND PARKING STRIPING, RE: CIVIL ROLLED CURB, RE: CIVIL EXISTING CURB 6" CURB, RE: CIVIL INTEGRAL COLOR CONCRETE - REINFORCED HOSE BIB ADA RAMP, RE: CIVIL 2 LS-4062 LS-500 5 LS-407 7 LS-501 1 LS-411 1 LS-402 2 LS-407 1 LS-407 4 LS-407 10 LS-501 7 LS-501 9 LS-501 1 LS-408 10` X 20` PAVILION 1 LS-409 20` X 24` PAVILION 4-PERSON TABLE PLAIN CONCRETE - PEDESTRIAN 11 LS-501 1 LS-403 1 LS-404 1 LS-501 9 LS-501 4 LS-501 5 LS-501 6 LS-501 6 LS-401 3 LS-501 1 LS-500 EXISTING LIGHT POST TO REMAIN 3 LS-500 STAIN COLOR CONCRETE - PEDESTRIAN 2 LS-501 3-PERSON TABLE 12 LS-501 EQUIPMENT RENTAL EXISTING FLOODPLAIN, TYP. TREE PROTECTION FENCE, TYP. QTY. 5 QTY. 3 BIKE RACK 9 LS-501QTY. 4 WITH BACK WASTE RECEPTACLE6 LS-501 FL U S H F L U S H 2 LS-411 STAIRS `D` 100 YR FLOOD PLAIN EQUIPMENT RENTAL KIOSK REINFORCED CONCRETE, RE: CIVIL 3 LS-401 ARTIFICIAL TURF "B" 5/LS-500 3 LS-401 ARTIFICIAL TURF "B" 5/LS-500 1 LS-409 PICKLEBALL NET ARTIFICIAL TURF "A" 4/LS-500 3 LS-401 WASTE RECEPTACLE6 LS-501 13TH ST HB HB HB HB SS SS SS SS 15'-6" 10 ' - 0 " 6'-0" 12'-0" 7 ' - 0 " 1 5 ' - 0 " 1 2 ' - 0 " 10'-0" 10 ' - 0 " 10'-0" 1 0 ' - 0 " 12" MAPLE 11" MAGNOLIA 10" MAPLE 55" BOIS DE ARC 15" PERSIMMON 26" OAK 15" MAPLE 12" TWIN LINDEN 19" MAPLE 16" FLOWERING PEAR 26" OAK 24" OAK 87 ' - 1 " 12.6423 N 0 2010 5030 scale:1" = 20'-0" LAYOUT PLAN - 2 LS-103 NA VH KO 24013 CITY OF FAYETTEVILLE, AR 479.444.3469 FAYETTEVILLE, AR 72701 24013 WALKER PARK PHASE 1 MAY 21, 2025 100% CONSTRUCTION DOCUMENTS FAYETTEVILLE, AR 72701 113 WEST MOUNTAIN ST 10 W 15TH ST \\ s e r v e r N A S 2 \ P R O J E C T S \ P R O J E C T S \ 2 4 0 1 3 _ C i t y o f F a y e t t e v i l l e - W a l k e r P a r k - P h a s e 1 C D s \ C A D \ S H E E T S \ L S - 1 0 0 - L a y o u t P l a n . d w g ( L S - 1 0 3 ) P l o t t e d o n : J u n 1 9 , 2 0 2 5 - 1 1 : 0 1 a m b y v h a l l s e a l r e v i s i o n s 217 E Archer Street, Unit H Tulsa, Oklahoma 74103 918.922.7620 www.tsw-design.com c o n s u l t a n t p r o j e c t i n f o r m a t i o n n o r t h a r r o w + s c a l e checked by: project number: contact: drawn by: s h e e t n u m b e r s h e e t t i t l e d r a w i n g d a t e d r a w i n g i n f o r m a t i o n c l i e n t i n f o r m a t i o n p r o j e c t a d d r e s s Copyright. All rights reserved. Reproduction in whole or in part is prohibited. This drawing as an instrument of service is the property of TSW and may not be used in any way without the written permission of this office. Katy O'Meilia 712060 Arka n s s s s a a A r n n L L i i c c c c e e e e a d d p h t t RE : S H E E T L S - 1 0 2 RE: SHEET LS-105 N.I.C. EXISTING STORM SEWER LINE AND 10' EASEMENT EXISTING RESTROOM BUILDING TO REMAIN AREA SPORTS LIGHTING, TYP. REFER TO ELECTRICAL. EXISTING WATER LINE TO REMAIN LIMITS OF DISTURBANCE, TYP. EQUIPMENT RENTAL 3-PERSON TABLE 4-PERSON TABLE BIKE RACK CAFE TABLE PING PONG TABLE PLAIN CONCRETE - REINFORCED CONCRETE SEAT WALL WASTE RECEPTACLE PLAIN CONCRETE - PEDESTRIAN CHAINLINK FENCE 42" HT. SAND VOLLEYBALL COURT 8" CONCRETE CURB - FLUSH EXISTING WALKWAY TO REMAIN 1 LS-503 BASEBALL BACKSTOP BENCH BOUNDARY FOR MULTIPURPOSE FIELD CAFE CHAIR 50' SETBACK 2-PERSON TABLE AREA LIGHTING, TYP.; REFER TO ELECTRICAL ROCK COBBLE FLUSH AND GATE HOSE BIB CHAINLINK FENCE ON CURB STAIN COLOR CONCRETE - PEDESTRIAN 12 LS-501 2 LS-501 3 LS-501 9 LS-501 4 LS-501 11 LS-501 2 LS-500 2 LS-406 6 LS-501 1 LS-500 4 LS-407 7 LS-501 3 LS-401 1 LS-405 5 LS-501 1 LS-501 9 LS-500 6 LS-401 2 LS-407 3 LS-500 EXISTING SOD TO REMAIN, RE-SOD IN DISTURBED AREAS EXISTING TREE TO REMAIN, TYP. 4 LS-401 8" CONCRETE CURB AT TURN DOWN EDGE TREE PROTECTION FENCE, TYP. OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OH E OH E OH E OH E OH E OH E OH E OH E OH E OH E OH E OH E OH E OH E OH E OH E OH E OH E OH E OH E OH E OH E OH E OH E OH E HB HB HB C B 6'-0" PA PLANTING AREA (PA) N 0 2010 5030 scale:1" = 20'-0" LAYOUT PLAN - 3 LS-104 NA VH KO 24013 CITY OF FAYETTEVILLE, AR 479.444.3469 FAYETTEVILLE, AR 72701 24013 WALKER PARK PHASE 1 MAY 21, 2025 100% CONSTRUCTION DOCUMENTS FAYETTEVILLE, AR 72701 113 WEST MOUNTAIN ST 10 W 15TH ST \\ s e r v e r N A S 2 \ P R O J E C T S \ P R O J E C T S \ 2 4 0 1 3 _ C i t y o f F a y e t t e v i l l e - W a l k e r P a r k - P h a s e 1 C D s \ C A D \ S H E E T S \ L S - 1 0 0 - L a y o u t P l a n . d w g ( L S - 1 0 4 ) P l o t t e d o n : J u n 1 9 , 2 0 2 5 - 1 1 : 0 1 a m b y v h a l l s e a l r e v i s i o n s 217 E Archer Street, Unit H Tulsa, Oklahoma 74103 918.922.7620 www.tsw-design.com c o n s u l t a n t p r o j e c t i n f o r m a t i o n n o r t h a r r o w + s c a l e checked by: project number: contact: drawn by: s h e e t n u m b e r s h e e t t i t l e d r a w i n g d a t e d r a w i n g i n f o r m a t i o n c l i e n t i n f o r m a t i o n p r o j e c t a d d r e s s Copyright. All rights reserved. Reproduction in whole or in part is prohibited. This drawing as an instrument of service is the property of TSW and may not be used in any way without the written permission of this office. Katy O'Meilia 712060 Arka n s s s s a a A r n n L L i i c c c c e e e e a d d p h t t N. I . C . EX I S T I N G R A Z O R B A C K GR E E N W A Y T R A I L EXISTING PARK T R A I L AREA SPORTS LIGHTING, TYP. RE: ELECTRICAL. EXISTING FLAGSTONE WALL TO REMAIN EXISTING SIGN TO REMAIN EXISTING OUTER FENCE TO REMAIN & INNER FENCE AND NETTING TO BE DEMOED PRIOR TO COURT RESURFACING. NEW FENCE FABRIC TO BE INSTALLED, REFER TO 42" GAP IN FENCING LIMITS OF DISTURBANCE EXISTING STORMWATER LINE AND DRAIN INLET. LID HEIGHT TO ADJUST TO NEW FFE. REFER TO CIVIL. RE : S H E E T L S - 1 0 5 RE: SHEET LS-102 EXISTING STRIPING TO REMAIN EXISTING BRIDGE TO REMAIN 1 LS-402 PICKLEBALL COURT LAYOUT 9 LS-501 BIKE RACK 1 LS-500 PLAIN CONCRETE - PEDESTRIAN 1 LS-407 TENNIS COURT CHAINLINK FENCE - 8FT HT. 1 LS-402 PICKLEBALL COURT LAYOUT 12 LS-501 EQUIPMENT RENTAL 6 LS-501 WASTE RECEPTACLE 1 LS-410 STAIRS `A` 1 LS-402 PICKLEBALL COURT LAYOUT 4 LS-407 CHAINLINK FENCE 42" HT. 4 LS-407 CHAINLINK FENCE 42" HT. 3 LS-501 4-PERSON TABLE 3.5' WIDTH X 8' HEIGHT CHAIN LINK FENCE GATE EXISTING LIGHT TO REMAIN 9 LS-500 ROCK COBBLE SETBACK EXISTING PARKING LOT TO REMAIN FLUSHFLUSH 1 LS-409 20` X 24` PAVILION 1 LS-503 BASEBALL BACKSTOP 6 LS-401 HOSE BIB 7 LS-501 BENCH 5 LS-407 CONCRETE WALL WITH FENCE EXISTING TREE TO REMAIN, TYP. 1/LS-407 EXISTING FLOODPLAIN, TYP. TREE PROTECTION FENCE, TYP. FLUSH ADA RAMP, RE: CIVIL REINFORCED CONCRETE, RE: CIVIL QTY. 4 EXISTING TRAIL TO REMAIN, ANY DAMAGE MADE DURING CONSTRUCTION WILL BE REPAIRED AT THE CONTRACTORS EXPENSE. 2 LS-410 RAMP `B` 2 LS-501 3-PERSON TABLE HB HB 10'-0" N 0 2010 5030 scale:1" = 20'-0" LAYOUT PLAN - 5 LS-106 NA VH KO 24013 CITY OF FAYETTEVILLE, AR 479.444.3469 FAYETTEVILLE, AR 72701 24013 WALKER PARK PHASE 1 MAY 21, 2025 100% CONSTRUCTION DOCUMENTS FAYETTEVILLE, AR 72701 113 WEST MOUNTAIN ST 10 W 15TH ST \\ s e r v e r N A S 2 \ P R O J E C T S \ P R O J E C T S \ 2 4 0 1 3 _ C i t y o f F a y e t t e v i l l e - W a l k e r P a r k - P h a s e 1 C D s \ C A D \ S H E E T S \ L S - 1 0 0 - L a y o u t P l a n . d w g ( L S - 1 0 6 ) P l o t t e d o n : J u n 1 9 , 2 0 2 5 - 1 1 : 0 1 a m b y v h a l l s e a l r e v i s i o n s 217 E Archer Street, Unit H Tulsa, Oklahoma 74103 918.922.7620 www.tsw-design.com c o n s u l t a n t p r o j e c t i n f o r m a t i o n n o r t h a r r o w + s c a l e checked by: project number: contact: drawn by: s h e e t n u m b e r s h e e t t i t l e d r a w i n g d a t e d r a w i n g i n f o r m a t i o n c l i e n t i n f o r m a t i o n p r o j e c t a d d r e s s Copyright. All rights reserved. Reproduction in whole or in part is prohibited. This drawing as an instrument of service is the property of TSW and may not be used in any way without the written permission of this office. Katy O'Meilia 712060 Arka n s s s s a a A r n n L L i i c c c c e e e e a d d p h t t AREA SPORTS LIGHTING, TYP. RE: ELECTRICAL. EXISTING RESTROOM BUILDING TO REMAIN (OUTSIDE WORK AREA) RE: 1/LS-300 RE: SHEET LS-103 EXISTING TREE TO REMAIN, TYP. LIMITS OF DISTURBANCE, TYP. RE : 2 / L S 1 0 5 1 LS-500 PLAIN CONCRETE - PEDESTRIAN 6 LS-501 WASTE RECEPTACLE 9 LS-501 BIKE RACK3 LS-401 8" CONCRETE CURB - FLUSH RESURFACED COURT PLAN, RE: STRUCTURAL EXISTING GATE TO REMAIN NEW WALKWAY CENTERED ON EXISTING GAP BETWEEN COURTS, CONTRACTOR TO FIELD VERIFY LOCATION GAP FOR PATH ALIGNMENT. FINAL GRADES TO BE COORDINATED WITH PARKS DEPARTMENT IN THE FIELD FLUSH FLUSH TREE PROTECTION FENCE, TYP. FLUSH FL U S H EXISTING BASKETBALL COURT AND MURAL PLAYING SURFACE IS TO BE PROTECTED DURING THE CONSTRUCTION PROCESS OF THE ADJACENT TENNIS COURTS. FENCE AND GATE ARE TO BE DISMANTLED, QUALITY PRESERVED, AND SECURLY STORED PRIOR TO THE NEW PT SLAB CONSTRUCTION. AFTER THE SLAB CURES (28-30 DAYS AFTER INSTALLATION) THE FENCE CAN BE REINSTALLED PRIOR TO THE ACRYLIC SURFACING AND COLOR TREATMENT ARE APPLIED. 3 LS-401 RUBBER SURFACING FLUSH SS 1 2 1 8 1217 12 1 9 12 2 0 12 2 1 1218 1216 1215 12 1 5 1 2 1 4 1 2 1 3 1 2 1 4 12 1 6 12 1 7 12 1 8 12 1 8 C B A 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100- Y R 100 - Y R 10 0 - Y R 100- Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100- Y R 100 - Y R 10 0 - Y R 100- Y R 100 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R SS SS 1 0 ' - 0 " 8'-0" 6'-0" 8'-0" 10'-0" 5'-0" 10" MAPLE 36" PINE 32" WILLOW OAK 20" OAK 24" GUM 8 ' - 0 " 12'-0"12'-0"44'-0" 1 5 ' - 0 " 20'-0" 1 3 ' - 0 " PA \\ s e r v e r N A S 2 \ P R O J E C T S \ P R O J E C T S \ 2 4 0 1 3 _ C i t y o f F a y e t t e v i l l e - W a l k e r P a r k - P h a s e 1 C D s \ C A D \ S H E E T S \ L S - 1 0 0 - L a y o u t P l a n . d w g ( L S - 1 0 7 ) P l o t t e d o n : J u n 1 9 , 2 0 2 5 - 1 1 : 2 4 a m b y v h a l l s e a l r e v i s i o n s 217 E Archer Street, Unit H Tulsa, Oklahoma 74103 918.922.7620 www.tsw-design.com c o n s u l t a n t p r o j e c t i n f o r m a t i o n n o r t h a r r o w + s c a l e checked by: project number: contact: drawn by: s h e e t n u m b e r s h e e t t i t l e d r a w i n g d a t e d r a w i n g i n f o r m a t i o n c l i e n t i n f o r m a t i o n p r o j e c t a d d r e s s Copyright. All rights reserved. Reproduction in whole or in part is prohibited. This drawing as an instrument of service is the property of TSW and may not be used in any way without the written permission of this office. Katy O'Meilia 712060 Arka n s s s s a a A r n n L L i i c c c c e e e e a d d p h t t N 0 2010 5030 scale:1" = 20'-0" SCORE JOINT PLAN - 1 LS-107 NA VH KO 24013 CITY OF FAYETTEVILLE, AR 479.444.3469 FAYETTEVILLE, AR 72701 24013 WALKER PARK PHASE 1 MAY 21, 2025 100% CONSTRUCTION DOCUMENTS FAYETTEVILLE, AR 72701 113 WEST MOUNTAIN ST 10 W 15TH ST E X I S T I N G R A Z O R B A C K G R E E N W A Y T R A I L RE : S H E E T L S - 1 0 8 N.I.C.13TH ST AREA SPORTS LIGHTING, TYP. RE: ELECTRICAL. SCORE JOINT, TYP. RE: SHEET LS-109 LIMITS OF DISTURBANCE EXISTING PARKING LOT EXISTING CURB CURB, REFER TO CIVIL 50' SETBACK TREE PROTECTION FENCE, TYP. W W W W W W W W W W W W W 13TH STSS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS HB HB HB HB SS SS SS SS 15'-6" 10 ' - 0 " 6'-0" 12'-0" 7 ' - 0 " 1 5 ' - 0 " 1 2 ' - 0 " 10'-0" 10 ' - 0 " 10'-0" 1 0 ' - 0 " 12" MAPLE 11" MAGNOLIA 10" MAPLE 55" BOIS DE ARC 15" PERSIMMON 26" OAK 15" MAPLE 12" TWIN LINDEN 19" MAPLE 16" FLOWERING PEAR 26" OAK 24" OAK 87 ' - 1 " 12.6423 \\ s e r v e r N A S 2 \ P R O J E C T S \ P R O J E C T S \ 2 4 0 1 3 _ C i t y o f F a y e t t e v i l l e - W a l k e r P a r k - P h a s e 1 C D s \ C A D \ S H E E T S \ L S - 1 0 0 - L a y o u t P l a n . d w g ( L S - 1 0 8 ) P l o t t e d o n : J u n 1 9 , 2 0 2 5 - 1 1 : 2 4 a m b y v h a l l s e a l r e v i s i o n s 217 E Archer Street, Unit H Tulsa, Oklahoma 74103 918.922.7620 www.tsw-design.com c o n s u l t a n t p r o j e c t i n f o r m a t i o n n o r t h a r r o w + s c a l e checked by: project number: contact: drawn by: s h e e t n u m b e r s h e e t t i t l e d r a w i n g d a t e d r a w i n g i n f o r m a t i o n c l i e n t i n f o r m a t i o n p r o j e c t a d d r e s s Copyright. All rights reserved. Reproduction in whole or in part is prohibited. This drawing as an instrument of service is the property of TSW and may not be used in any way without the written permission of this office. Katy O'Meilia 712060 Arka n s s s s a a A r n n L L i i c c c c e e e e a d d p h t t N 0 2010 5030 scale:1" = 20'-0" SCORE JOINT PLAN - 2 LS-108 NA VH KO 24013 CITY OF FAYETTEVILLE, AR 479.444.3469 FAYETTEVILLE, AR 72701 24013 WALKER PARK PHASE 1 MAY 21, 2025 100% CONSTRUCTION DOCUMENTS FAYETTEVILLE, AR 72701 113 WEST MOUNTAIN ST 10 W 15TH ST RE : S H E E T L S - 1 0 7 RE: SHEET LS-110 N.I.C. STORM SEWER LINE AND 10' EASEMENT EXISTING RESTROOM BUILDING TO REMAIN AREA SPORTS LIGHTING, TYP. RE: ELECTRICAL. LIMITS OF DISTURBANCE EXISTING STORMWATER LINE EXISTING WATER LINE SCORE JOINT, TYP. TREE PROTECTION FENCE, TYP. OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OH E OH E OH E OH E OH E OH E OH E OH E OH E OH E OH E OH E OH E OH E OH E OH E OH E OH E OH E OHE OH E OH E OH E OH E OH E OH E C B 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100- Y R 100 - Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 100-YR 100 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 100-YR 100 - Y R 100 - Y R 100 - Y R 100- Y R 100- Y R 100- Y R 100- Y R 100 - Y R 100 - Y R 100 - Y R 100-Y R 100- Y R 100- Y R 100-Y R 100 - Y R 100 - Y R 100- Y R 100-YR 100- Y R 100-YR 100 - Y R 100- Y R 100-YR 100 - Y R 100- Y R 100 - Y R 100 - Y R 100- Y R 100 - Y R 100-YR 100-YR 100 - Y R 100-Y R 100-Y R 100- Y R 100-Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100- Y R 100-Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100-Y R 100-Y R 100- Y R 100-Y R 100-Y R 100-Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100-YR100-YR100-YR100-YR100-YR100-YR100-YR100-YR 100-YR 100-YR 100-YR 100-YR 100- Y R 100- Y R 100- Y R 100- Y R 100-YR 100-YR 100-YR 100-YR 100-YR 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100-YR100-YR 100-YR100-YR100-YR100-YR 100-YR100-YR100-YR100-YR100-YR100-YR100-YR100-YR100-YR100-YR100-YR100-YR100-YR100-YR100-YR100-YR100-YR100-YR100-YR100-YR100-YR100-YR100-YR100-YR100-YR100-YR100-YR100-YR100-YR100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100- Y R 100 - Y R 100-YR 100-YR 100 - Y R 100-YR 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100- Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 100-YR 100-YR 100-Y R 100-YR 100-YR 100-YR 100-Y R 100-YR 100-Y R 100-YR 100-YR 100-YR 100-Y R 100-YR 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-YR 10 0 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 100 - Y R 100 - Y R 10 0 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 100 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 10 0 - Y R 6'-0" \\ s e r v e r N A S 2 \ P R O J E C T S \ P R O J E C T S \ 2 4 0 1 3 _ C i t y o f F a y e t t e v i l l e - W a l k e r P a r k - P h a s e 1 C D s \ C A D \ S H E E T S \ L S - 1 0 0 - L a y o u t P l a n . d w g ( L S - 1 0 9 ) P l o t t e d o n : J u n 1 9 , 2 0 2 5 - 1 1 : 2 4 a m b y v h a l l s e a l r e v i s i o n s 217 E Archer Street, Unit H Tulsa, Oklahoma 74103 918.922.7620 www.tsw-design.com c o n s u l t a n t p r o j e c t i n f o r m a t i o n n o r t h a r r o w + s c a l e checked by: project number: contact: drawn by: s h e e t n u m b e r s h e e t t i t l e d r a w i n g d a t e d r a w i n g i n f o r m a t i o n c l i e n t i n f o r m a t i o n p r o j e c t a d d r e s s Copyright. All rights reserved. Reproduction in whole or in part is prohibited. This drawing as an instrument of service is the property of TSW and may not be used in any way without the written permission of this office. Katy O'Meilia 712060 Arka n s s s s a a A r n n L L i i c c c c e e e e a d d p h t t N 0 2010 5030 scale:1" = 20'-0" SCORE JOINT PLAN - 3 LS-109 NA VH KO 24013 CITY OF FAYETTEVILLE, AR 479.444.3469 FAYETTEVILLE, AR 72701 24013 WALKER PARK PHASE 1 MAY 21, 2025 100% CONSTRUCTION DOCUMENTS FAYETTEVILLE, AR 72701 113 WEST MOUNTAIN ST 10 W 15TH ST EX I S T I N G R A Z O R B A C K G R E E N W A Y T R A I L EXISTING PARK T R A I L AREA SPORTS LIGHTING, TYP. RE: ELECTRICAL. SCORE JOINT, TYP. EXISTING STORMWATER LINE AND DRAIN INLET LIMITS OF DISTURBANCE RE: SHEET LS-107 RE : S H E E T L S - 1 1 0 TREE PROTECTION FENCE, TYP. W 15TH ST SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE SS SS SS SS SS SS SS SS SS SS SS 10'-0" 10'-0" \\ s e r v e r N A S 2 \ P R O J E C T S \ P R O J E C T S \ 2 4 0 1 3 _ C i t y o f F a y e t t e v i l l e - W a l k e r P a r k - P h a s e 1 C D s \ C A D \ S H E E T S \ L S - 1 0 0 - L a y o u t P l a n . d w g ( L S - 1 1 0 ) P l o t t e d o n : J u n 1 9 , 2 0 2 5 - 1 1 : 2 4 a m b y v h a l l s e a l r e v i s i o n s 217 E Archer Street, Unit H Tulsa, Oklahoma 74103 918.922.7620 www.tsw-design.com c o n s u l t a n t p r o j e c t i n f o r m a t i o n n o r t h a r r o w + s c a l e checked by: project number: contact: drawn by: s h e e t n u m b e r s h e e t t i t l e d r a w i n g d a t e d r a w i n g i n f o r m a t i o n c l i e n t i n f o r m a t i o n p r o j e c t a d d r e s s Copyright. All rights reserved. Reproduction in whole or in part is prohibited. This drawing as an instrument of service is the property of TSW and may not be used in any way without the written permission of this office. Katy O'Meilia 712060 Arka n s s s s a a A r n n L L i i c c c c e e e e a d d p h t t N 0 2010 5030 scale:1" = 20'-0" SCORE JOINT PLAN - 4 LS-110 NA VH KO 24013 CITY OF FAYETTEVILLE, AR 479.444.3469 FAYETTEVILLE, AR 72701 24013 WALKER PARK PHASE 1 MAY 21, 2025 100% CONSTRUCTION DOCUMENTS FAYETTEVILLE, AR 72701 113 WEST MOUNTAIN ST 10 W 15TH ST N.I.C. RE : S H E E T L S - 1 0 9 RE: SHEET LS-108 RE : 1 / L S 1 1 1 AREA SPORTS LIGHTING, TYP. RE: ELECTRICAL. STORM SEWER LINE AND 10' EASEMENT EXISTING TREE TO REMAIN, TYP, EXISTING PARK TRAIL LIMITS OF DISTURBANCE EXISTING UTILITY LINES SCORE JOINT, TYP. TREE PROTECTION FENCE, TYP. HB HB 10'-0" N 0 2010 5030 scale:1" = 20'-0" SCORE JOINT PLAN - 5 LS-111 NA VH KO 24013 CITY OF FAYETTEVILLE, AR 479.444.3469 FAYETTEVILLE, AR 72701 24013 WALKER PARK PHASE 1 MAY 21, 2025 100% CONSTRUCTION DOCUMENTS FAYETTEVILLE, AR 72701 113 WEST MOUNTAIN ST 10 W 15TH ST \\ s e r v e r N A S 2 \ P R O J E C T S \ P R O J E C T S \ 2 4 0 1 3 _ C i t y o f F a y e t t e v i l l e - W a l k e r P a r k - P h a s e 1 C D s \ C A D \ S H E E T S \ L S - 1 0 0 - L a y o u t P l a n . d w g ( L S - 1 1 1 ) P l o t t e d o n : J u n 1 9 , 2 0 2 5 - 1 1 : 2 4 a m b y v h a l l s e a l r e v i s i o n s 217 E Archer Street, Unit H Tulsa, Oklahoma 74103 918.922.7620 www.tsw-design.com c o n s u l t a n t p r o j e c t i n f o r m a t i o n n o r t h a r r o w + s c a l e checked by: project number: contact: drawn by: s h e e t n u m b e r s h e e t t i t l e d r a w i n g d a t e d r a w i n g i n f o r m a t i o n c l i e n t i n f o r m a t i o n p r o j e c t a d d r e s s Copyright. All rights reserved. Reproduction in whole or in part is prohibited. This drawing as an instrument of service is the property of TSW and may not be used in any way without the written permission of this office. Katy O'Meilia 712060 Arka n s s s s a a A r n n L L i i c c c c e e e e a d d p h t t AREA SPORTS LIGHTING, TYP. RE: ELECTRICAL. SCORE JOINT, TYP. RE: SHEET LS-103 RE : 2 / L S 1 0 5 EXISTING RESTROOM BUILDING TO REMAIN (OUTSIDE OF WORK AREA) EXISTING TREE TO REMAIN, TYP. LIMITS OF DISTURBANCE TREE PROTECTION FENCE, TYP. TYP. 320 322 33B A C B D B E A C D F 33'-11" 24'-8" 17'-1 " 43'-5" 2 4 ' - 2 " 17'- 8 " 11'-11" 33'- 1 1 " 126 ° 13 7 ° 9 9 ° 139° 90° 1 1 6 ° 114° 4 2 ' - 9 " 151° 129° PLAYGROUND ENLARGEMENT LS-300 NA VH KO 24013 CITY OF FAYETTEVILLE, AR 479.444.3469 FAYETTEVILLE, AR 72701 24013 WALKER PARK PHASE 1 MAY 21, 2025 100% CONSTRUCTION DOCUMENTS FAYETTEVILLE, AR 72701 113 WEST MOUNTAIN ST 10 W 15TH ST \\ s e r v e r N A S 2 \ P R O J E C T S \ P R O J E C T S \ 2 4 0 1 3 _ C i t y o f F a y e t t e v i l l e - W a l k e r P a r k - P h a s e 1 C D s \ C A D \ S H E E T S \ L S - 3 0 0 - D e t a i l e d P l a n s . d w g ( L S - 3 0 0 ) P l o t t e d o n : J u n 1 9 , 2 0 2 5 - 1 1 : 2 5 a m b y v h a l l s e a l r e v i s i o n s 217 E Archer Street, Unit H Tulsa, Oklahoma 74103 918.922.7620 www.tsw-design.com c o n s u l t a n t p r o j e c t i n f o r m a t i o n n o r t h a r r o w + s c a l e checked by: project number: contact: drawn by: s h e e t n u m b e r s h e e t t i t l e d r a w i n g d a t e d r a w i n g i n f o r m a t i o n c l i e n t i n f o r m a t i o n p r o j e c t a d d r e s s Copyright. All rights reserved. Reproduction in whole or in part is prohibited. This drawing as an instrument of service is the property of TSW and may not be used in any way without the written permission of this office. Katy O'Meilia 712060 Arka n s s s s a a A r n n L L i i c c c c e e e e a d d p h t t 2 LS-502 SWING 3 LS-502 SPINNER 10 LS-502 SHADE - PLAY 4 LS-502 BALANCE BEAM 5 LS-502 STEPPERS 6 LS-502 MUSICAL PLAY `A` 7 LS-502MUSICAL PLAY `B` 8 LS-502 MUSICAL PLAY `C` 9 LS-502 BENCH - PLAY ZONE 8 LS-500 PLAYGROUND SURFACING 3 LS-401 8" CONCRETE CURB - FLUSH 1 LS-502 HEDRA SCOUT SLIDE FALL HEIGHT, TYP. UNDERDRAIN, TYP.; SEE CIVIL N 0 105 2515 scale:1" = 10'-0" INTEGRAL COLOR CONCRETE DIAGRAM LS-303 NA VH KO 24013 CITY OF FAYETTEVILLE, AR 479.444.3469 FAYETTEVILLE, AR 72701 24013 WALKER PARK PHASE 1 MAY 21, 2025 100% CONSTRUCTION DOCUMENTS FAYETTEVILLE, AR 72701 113 WEST MOUNTAIN ST 10 W 15TH ST \\ s e r v e r N A S 2 \ P R O J E C T S \ P R O J E C T S \ 2 4 0 1 3 _ C i t y o f F a y e t t e v i l l e - W a l k e r P a r k - P h a s e 1 C D s \ C A D \ S H E E T S \ L S - 3 0 0 - D e t a i l e d P l a n s . d w g ( L S - 3 0 3 ) P l o t t e d o n : J u n 1 9 , 2 0 2 5 - 1 1 : 2 5 a m b y v h a l l s e a l r e v i s i o n s 217 E Archer Street, Unit H Tulsa, Oklahoma 74103 918.922.7620 www.tsw-design.com c o n s u l t a n t p r o j e c t i n f o r m a t i o n n o r t h a r r o w + s c a l e checked by: project number: contact: drawn by: s h e e t n u m b e r s h e e t t i t l e d r a w i n g d a t e d r a w i n g i n f o r m a t i o n c l i e n t i n f o r m a t i o n p r o j e c t a d d r e s s Copyright. All rights reserved. Reproduction in whole or in part is prohibited. This drawing as an instrument of service is the property of TSW and may not be used in any way without the written permission of this office. Katy O'Meilia 712060 Arka n s s s s a a A r n n L L i i c c c c e e e e a d d p h t t NORTH PLAZA - GRAPHIC FOR DESIGN REFERENCE ONLY NOT TO BE USED FOR LAYOUT OF PAVING OR HARDSCAPE GREEN (TL) LIGHT BLUE BURNT ORANGE RED (TL) PURPLE KEY COLOR NAME PAVING FIELDS BURNT ORANGE LIGHT BLUE GREEN (TL) RED (TL) PURPLE NOTES: 1.SELECTED CONTRACTOR TO RECEIVE DIGITAL COPY OF LAYOUT FOR USE IN SET UP OF STAINED AREAS. 2. CONTRACTOR SHALL USE EZCHEM - ENVIRO CONCRETE STAINS OR APPROVED EQUAL, REFER HARDSCAPE SCHEDULE ON LS-500 FOR SPECIFICATIONS. FINAL PRODUCT APPROVAL AND COLOR SELECTION TO BE CHOSEN BY LANDSCAPE ARCHITECT FROM FULL RANGE OF COLORS OF THE CHOSEN PRODUCT PRIOR TO PURCHASE. 3. CONTRACTOR SHALL DEVELOP A PHYSICAL MOCK UP IN COLLABORATION WITH THE LANDSCAPE ARCHITECT TO MEET THE AESTHETIC REQUIREMENTS OF THE PROJECT. THIS WORK MAY REQUIRE MULTIPLE ITERATIONS OF THE MOCK UP. CONTRACTOR TO PROVIDE HALF PANEL MOCK-UP TO SHOW EDGE CONDITION AGAINST SECONDARY COLOR AND NON STAINED AREA. THE FINAL MOCK UP SHALL BE APPROVED BY THE LANDSCAPE ARCHITECT AND MAINTAINED ON SITE THROUGH THE COMPLETION OF THE PUNCH WALK AS A STANDARD FOR COMPARISON. HARDSCAPE PAVING DETAILS LS-400 NA VH KO 24013 CITY OF FAYETTEVILLE, AR 479.444.3469 FAYETTEVILLE, AR 72701 24013 WALKER PARK PHASE 1 MAY 21, 2025 100% CONSTRUCTION DOCUMENTS FAYETTEVILLE, AR 72701 113 WEST MOUNTAIN ST 10 W 15TH ST CONCRETE SCALE: AS NOTED d d CO N C . S L A B CO N C . S L A B d CO N C . S L A B d d SE E P L A N WI D T H V A R I E S 1/2" WIDE X d/4 DEPTH JOINT w/ 1/4" RADIUS 12" SMOOTH DOWEL BAR @d/2 DEPTH; SPACE 12" O.C. ELASTOMERIC JOINT SEALER BACKER ROD 12" DEPTH EXPANSION CAP WITH LUBRICATED DOWEL ASPHALT IMPREGNATED FIBERBOARD JOINT FILLER 1/8" WIDE X d/4" DEPTH SAW CUT JOINT; SAW CUT SHALL BE MADE WITHIN 6 HOURS OF POUR 1/2" WIDE X d/4 DEPTH JOINT w/ 1/4" RADIUS ELASTOMERIC JOINT SEALER BACKER ROD 12" DEPTH EXISTING/PROPOSED BUILDING, WALL, OR STRUCTURE ASPHALT IMPREGNATED FIBERBOARD JOINT FILLER CONTROL JOINT SEE PLANS FOR SPACING DOWEL AT COLD JOINT, TYP. MEDIUM BROOM FINISH PERPENDICULAR TO DIRECTION OF TRAVEL CONSTRUCTION JOINT DIRECTION OF TRAVEL EXPANSION JOINT WITH DOWEL AT PAVEMENT INTERSECTIONS TYP. CONCRETE THICKNESS AND PSI AS NOTED IN SCHEDULE @ 28 DAYS. FINISH/COLOR AS NOTED IN SCHEDULE. G.A.B THICKNESS AND COMPACTION AS NOTED IN SCHEDULE. COMPACTED SUBGRADE. 95% STD. PROCTOR EXPANSION JOINT NOT TO SCALE CONTROL JOINT NOT TO SCALE EXPANSION JOINT AT BUILDING, WALL OR STRUCTURE NOT TO SCALE CONCRETE SECTION ON GRADE SCALE: 1"=1'-0" NOTES: 1. FOR ALL CONCRETE FINISHES SEE HARDSCAPE SCHEDULE/LS-500 2. CONTRACTOR TO CONSTRUCT 5'x5' MOCKUPS ON SITE OF ALL CONCRETE FINISHES FOR OWNER & LANDSCAPE ARCHITECT TO REVIEW AND APPROVE. MOCKUPS ARE TO BE REMOVED FROM THE SITE BEFORE COMPLETION OF THE PROJECT. 3. CAULK JOINTS WITH LITHOSEAL (COLOR TO BE SELECTED BY LANDSCAPE ARCHITECT FROM MANUFACTURER'S FULL RANGE OF COLORS). 4. EXPANSION JOINT TRANSITION TO BE USED WHERE CONCRETE SIDEWALK ABUTS BUILDING, SITE WALLS, OR OTHER STRUCTURES. (SEE SECTIONS AND JOINTS DETAILS) 5. ALL CONCRETE PAVING SHALL HAVE EXPANSION JOINTS AND CONTROL (ALSO KNOWN AS ISOLATION OR CONSTRUCTION) JOINTS. WHERE JOINTING IS NOT SHOWN ON THE PLANS, THE CONTRACTOR SHALL SUBMIT A JOINTING PLAN FOR APPROVAL THAT MEETS THE REQUIREMENTS OF ACI 302.1R-15. 6. EXPANSION JOINTS SHALL BE PLACED A MAXIMUM OF 30' O.C. 7. TIE HORIZONTAL SURFACES TOGETHER WITH DOWELS WHERE SLABS AND ELEMENTS ADJOIN AT FLUSH TRANSITIONS. 8. MAXIMUM CROSS SLOPE TO BE 2%. 9. MICROMESH ADDITIVE TO BE USED IN ALL CONCRETE PAVEMENT AND INSTALLED PER MANUFACTURER'S SPECIFICATIONS. ENSURE NO MICROMESH FIBERS ARE VISIBLE UPON FINISHING CONCRETE. SLOPE TO DRAIN CONCRETE SIDEWALK PLAN VIEW SCALE: 1" = 1'-0" d CO N C . S L A B 1' - 4 " M I N . 1'-0" 1/2" WIDE X d/4 DEPTH TROWLED JOINT w/ 1/4" RADIUS 12" SMOOTH DOWEL BAR @d/2 DEPTH; SPACE 12" O.C. LUBRICATE ONE END ELASTOMERIC JOINT SEALER COLOR TO MATCH CONCRETE TURNDOWN EDGE. SEE PLANS FOR LOCATIONS CONSTRUCTION JOINT NOT TO SCALE TURNDOWN / THICKENED EDGE SCALE: 1"=1'-0" 4" 4" COMPACTED SUBGRADE. 95% STD. PROCTOR #3 @ 12" O.C. #4 CONT. TOP & BOTTOM 2" CLR. 3" C L R . OUTSIDE PAVING OR GRADE. SEE GRADING PLAN 1 \\ s e r v e r N A S 2 \ P R O J E C T S \ P R O J E C T S \ 2 4 0 1 3 _ C i t y o f F a y e t t e v i l l e - W a l k e r P a r k - P h a s e 1 C D s \ C A D \ S H E E T S \ L S - 4 0 0 - C o n s t r u c t i o n D e t a i l s . d w g ( L S - 4 0 0 ) P l o t t e d o n : J u n 1 9 , 2 0 2 5 - 8 : 5 9 a m b y v h a l l s e a l r e v i s i o n s 217 E Archer Street, Unit H Tulsa, Oklahoma 74103 918.922.7620 www.tsw-design.com c o n s u l t a n t p r o j e c t i n f o r m a t i o n n o r t h a r r o w + s c a l e checked by: project number: contact: drawn by: s h e e t n u m b e r s h e e t t i t l e d r a w i n g d a t e d r a w i n g i n f o r m a t i o n c l i e n t i n f o r m a t i o n p r o j e c t a d d r e s s Copyright. All rights reserved. Reproduction in whole or in part is prohibited. This drawing as an instrument of service is the property of TSW and may not be used in any way without the written permission of this office. Katy O'Meilia 712060 Arka n s s s s a a A r n n L L i i c c c c e e e e a d d p h t t ARTIFICIAL TURF 1" 1'-0"Ԁ NOTES: 1. SEE AND FOR SPECIFICATION 2. 6" SOCK PIPE LAYOUT PER LANDSCAPE ARCHITECTURE SUPPLEMENTAL GRADING AND DRAINAGE PLANS AND CIVIL DRAINAGE PLANS. INSTALL SOCK PIPE PER MANUFACTURER'S RECOMMENDATIONS AND TIE INTO CIVIL'S MAIN STORMWATER TRUNK LINES. 3. INSTALLATION TO BE COMPLETED IN ACCORDANCE WITH MANUFACTURER'S SPECIFICATION. 4. SYNTHETIC TURF SHALL COMPLY WITH ALL ADA LAWS AND BE FULLY ACCESSIBLE. 5. WHEN SYNTHETIC TURF ABUTS A CONCRETE CURB OR SIDEWALK, IT MUST ADHERE TO ADA THRESHOLD REQUIREMENTS AND BE INSTALLED WITH A FINISHED SURFACE NO MORE THAN 1/4" VERTICAL CHANGE. 6. CONTRACTOR'S EQUAL PRODUCT AND INSTALLATION DETAILS SUBMITTED TO LANDSCAPE ARCHITECT FOR SUBSTITUTION APPROVAL. PRIOR TO CONSTRUCTION AND ORDERING MATERIAL, THE CONTRACTOR SHALL SUBMIT A SAMPLE OF THE PREFERRED PRODUCT/SPECS. FOR APPROVAL BY LANDSCAPE ARCHITECT. 4/LS-500 5/LS-500 2 FLUSH CONCRETE CURB, 8" PER _______ PLAYGROUND SURFACING 1" 1'-0"Ԁ G.A.B. DEPTH PER MANUFACTURER SPECIFICATIONS CRITICAL FALL HEIGHT DEPENDANT THICKNESS CUSHION COURSE PER MANUFACTURER POURED IN PLACE BONDED RUBBER MULCH SBR CUSHION COURSE WITH THICKNESS BASED ON CRITICAL FALL HEIGHT G.A.B. DEPTH PER MANUFACTURER SPECIFICATIONS PERFORATED SOCK PIPE COMPACTED SUBGRADE 95% STANDARD PROCTOR NOTES: 1. ALL FALL HEIGHT REQUIREMENTS TO BE VERIFIED PER PLAYGROUND EQUIPMENT MANUFACTURER AND CUSHION THICKNESS PER MATERIAL MANUFACTURER. 2. 6" SOCK PIPE: RE:CIVIL LAYOUT, GRADING AND CIVIL DRAINAGE PLANS. INSTALL SOCK PIPE PER MANUFACTURER'S RECOMMENDATIONS AND TIE INTO CIVIL'S MAIN STORMWATER TRUNK LINES. 3/LS-401 LANDSCAPE AREA POURED IN PLACE BONDED RUBBER MULCH 3 HARDSCAPE PAVING DETAILS LS-401 NA VH KO 24013 CITY OF FAYETTEVILLE, AR 479.444.3469 FAYETTEVILLE, AR 72701 24013 WALKER PARK PHASE 1 MAY 21, 2025 100% CONSTRUCTION DOCUMENTS FAYETTEVILLE, AR 72701 113 WEST MOUNTAIN ST 10 W 15TH ST \\ s e r v e r N A S 2 \ P R O J E C T S \ P R O J E C T S \ 2 4 0 1 3 _ C i t y o f F a y e t t e v i l l e - W a l k e r P a r k - P h a s e 1 C D s \ C A D \ S H E E T S \ L S - 4 0 0 - C o n s t r u c t i o n D e t a i l s . d w g ( L S - 4 0 1 ) P l o t t e d o n : J u n 1 9 , 2 0 2 5 - 8 : 5 9 a m b y v h a l l s e a l r e v i s i o n s 217 E Archer Street, Unit H Tulsa, Oklahoma 74103 918.922.7620 www.tsw-design.com c o n s u l t a n t p r o j e c t i n f o r m a t i o n n o r t h a r r o w + s c a l e checked by: project number: contact: drawn by: s h e e t n u m b e r s h e e t t i t l e d r a w i n g d a t e d r a w i n g i n f o r m a t i o n c l i e n t i n f o r m a t i o n p r o j e c t a d d r e s s Copyright. All rights reserved. Reproduction in whole or in part is prohibited. This drawing as an instrument of service is the property of TSW and may not be used in any way without the written permission of this office. Katy O'Meilia 712060 Arka n s s s s a a A r n n L L i i c c c c e e e e a d d p h t t 6" CONCRETE HEADER CURB 12" EXP. JOINT SECTION A-A AA EXPANSION JOINTSIDEWALK SL O P E 1 2 : 1 MA X . 6" PLAN VIEW 6" SIDEWALK 5' MIN . SEE ADA TRUNCATED DOME PAVERS DETAIL ________ SEE ADA TRUNCATED DOME PAVERS DETAIL CURB RAMP 3/4" 1'-0"Ԁ 6/LS-500 VARIES, REFER TO PLAN 1/LS-401REFER TO PLAN FOR RAMP SURFACING. FOR PEDESTRIAN CONCRETE, REFER TO _______.1/LS-400 5 CURB BEHIND EXPANSION JOINT (TYP.) CONCRETE HEADER CURB CONSTRUCTION JOINT 1/8" X 1/4 DEPTH OF SLAB ADJACENT PEDESTRIAN RATED CONCRETE DETECTABLE WARNING PAVER WITH TRUNCATED DOMES COMPACTED SUBGRADE 95% STANDARD PROCTOR TEST EXPANSION JOINT (TYP.) 4'-0" 2'-0" DEPTH IN THE DIRECTION OF TRAVEL x SEE LAYOUT PLAN FOR WIDTH ASPHALT (SEE CIVIL) NOTES: 1. SEE FOR SPECIFICATION 2. INSTALL PER MANUFACTURER'S RECOMMENDATIONS. 3. PRIOR TO CONSTRUCTION AND ORDERING MATERIAL, THE CONTRACTOR SHALL SUBMIT A SAMPLE OF THE PREFERRED PRODUCT/SPECS FOR APPROVAL BY LANDSCAPE ARCHITECT. 4. COLOR TO BE COMPLIANT DARK GRAY, MORTAR TO MATCH SURROUNDING JOINTS 3/8" MORTAR SETTING BED 1/4" MORTAR JOINT MAXIMUM VEHICULAR RATED CONCERTE (PLAIN) SEE TYPICAL DETAIL TRUNCATED DOMES 1" 1'-0"Ԁ 3/8" MORTAR SETTING BED 2'-0" DEPTH IN THE DIRECTION OF TRAVEL x SEE LAYOUT PLAN FOR WIDTH 1/4" MAXIMUM LATEX MODIFIED MORTAR JOINT ADA TRUNCATED DOME PAVER EXPANSION JOINT COMPACTED SUBGRADE 95% STANDARD PROCTOR TEST 4" CONCRETE BASE, 4000 PSI 4" GAB - COMPACTED TO 95% STANDARD PROCTOR TEST ADA TRUNCATED DOMES AT PEDESTRIAN RAMPADA TRUNCATED DOMES PAVERS ADJACENT HARDSCAPE 12" SMOOTH DOWEL 12" O.C.; EMBED AND EPOXY 6" BOTH SIDES 6/LS-500 1/4" MAXIMUM LATEX MODIFIED MORTAR JOINT 1 12" 12 " 6" 2 - No. 4 REBAR ADJ. CONCRETE SIDEWALK OR HARDSCAPE MATERIAL. (SEE LAYOUT PLAN) CONCRETE CURB, 4000 PSI COMPACTED SUBGRADE 95% STANDARD PROCTOR TEST 4" 4"COMPACTED GAB 95% STANDARD PROCTOR TEST FIBERGLASS DOWEL #4 CURB INTO ADJACENT CONCRETE - 24" O.C. ADJACENT LANDSCAPE BED (SEE LAYOUT PLAN). NOTES: 1. SEE____ _ FOR FINISH AND MATERIAL SPECIFICATIONS. 2. CONTRACTOR TO REFERENCE LAYOUT PLAN FOR LOCATION OF LANDSCAPE ARCHITECTURE'S CONCRETE CURBS. CURBS ARE BEING USED TO CONTAIN SOIL BACKFILL/PLANTING AREAS. 12" CONCRETE CURB 1" 1'-0"Ԁ 2/LS-500 3" MI N . CL R . 1/2" CHAMFER 1/2" CHAMFER 2 12" CONCRETE CURB - FLUSH 1" 1'-0"Ԁ IMPORTANT! 1. SEE____ _ FOR FINISH AND MATERIAL SPECIFICATIONS. 2. CONCRETE TO HAVE A SMOOTH TROWEL FINISH ON VISIBLE/TOP SURFACE. 3. EXPANSION AND CONTROL JOINT SPACING PER SPECIFICATIONS. CONCRETE CURB - FLUSH 1' - 0 " 6" 12"ALL ADJACENT MATERIAL TO BE FLUSH, REFER TO PLANS TWO #4 REBAR, CONTINUOUS OVERLAP 18" 2/LS-500 3" MI N . CL R . 3" MIN. CLR. ALL ADJACENT MATERIAL TO BE FLUSH, REFER TO PLANS 12" CHAMFER ON LANDSCAPE SIDE1" CHAMFER ON AMENITY SIDE 3 HOSE BIB 1" 1'-0"Ԁ 3/4" MIN. SCHEDULE 40 PVC HOSE BIBB VALVE BOX WITH COVER: RAIN BIRD VB-STD OR EQUAL, SET APPROXIMATELY 3/4" ABOVE SURROUNDING GRADE. FINISH GRADE RISER FOR WINTERIZING BRICK (1 OF 4) TEE 3" MINIMUM DEPTH OF 3/4" WASHED GRAVEL BALL VALVE (ISOLATION VALVE) IF SPACE, SET IN VALVE BOX (OTHERWISE, SET IN ROUND PVB RAINBIRD VALVE BOX OR EQUAL) 6 12" CONCRETE CURB AT TURN DOWN EDGE 1" 1'-0"Ԁ 4,000 PSI CONCRETE FLUSH CURB NATIVE SOIL OR COMPACTED SUBGRADE 95% STANDARD PROCTOR TEST 6" GAB - COMPACTED TO 95% STANDARD PROCTOR TEST EXPANSION JOINT FLUSH CONDITION B/W TOP OF CURB & ADJ. CONC. SIDEWALK, PAVERS, & LANDSCAPE 1' - 0 " 6" 6" DOWEL CENTERED IN CONCRETE; 3" MIN. EMBED AND EPOXY DOWELS 12" O.C. CURB ABUTS ADJACENT CONCRETE SIDEWALK; TURNDOWN EDGE AT CURB OR HARDSCAPE CONDITIONS (SEE LAYOUT PLAN) ADJACENT MATERIAL REFER TO PLANS 12" IMPORTANT! 1. SEE____ _ FOR FINISH AND MATERIAL SPECIFICATIONS. 2. CONCRETE TO HAVE A SMOOTH TROWEL FINISH ON VISIBLE/TOP SURFACE. 3. EXPANSION AND CONTROL JOINT SPACING PER SPECIFICATIONS. 1/LS-500 1" 4 HARDSCAPE PAVING DETAILS LS-405 NA VH KO 24013 CITY OF FAYETTEVILLE, AR 479.444.3469 FAYETTEVILLE, AR 72701 24013 WALKER PARK PHASE 1 MAY 21, 2025 100% CONSTRUCTION DOCUMENTS FAYETTEVILLE, AR 72701 113 WEST MOUNTAIN ST 10 W 15TH ST \\ s e r v e r N A S 2 \ P R O J E C T S \ P R O J E C T S \ 2 4 0 1 3 _ C i t y o f F a y e t t e v i l l e - W a l k e r P a r k - P h a s e 1 C D s \ C A D \ S H E E T S \ L S - 4 0 0 - C o n s t r u c t i o n D e t a i l s . d w g ( L S - 4 0 5 ) P l o t t e d o n : J u n 1 9 , 2 0 2 5 - 8 : 5 9 a m b y v h a l l s e a l r e v i s i o n s 217 E Archer Street, Unit H Tulsa, Oklahoma 74103 918.922.7620 www.tsw-design.com c o n s u l t a n t p r o j e c t i n f o r m a t i o n n o r t h a r r o w + s c a l e checked by: project number: contact: drawn by: s h e e t n u m b e r s h e e t t i t l e d r a w i n g d a t e d r a w i n g i n f o r m a t i o n c l i e n t i n f o r m a t i o n p r o j e c t a d d r e s s Copyright. All rights reserved. Reproduction in whole or in part is prohibited. This drawing as an instrument of service is the property of TSW and may not be used in any way without the written permission of this office. Katy O'Meilia 712060 Arka n s s s s a a A r n n L L i i c c c c e e e e a d d p h t t SAND VOLLEYBALL COURT 1" 10' NOTES: 1. VOLLEYBALL NET, POSTS, AND BOUNDARY LINE STRAP TO BE NATIONAL SPORTS PRODUCTS - 3.5" SQ STEEL OUTDOOR IN-GROUND VOLLEYBALL SYSTEM OR EQUAL APPROVED BY LANDSCAPE ARCHITECT. POSTS:3.5 INCH O.D. BY 10-1/2' TO 12' LONG, THICK WALL GALVANIZED STEEL POSTS. INCLUDE 3.5" POST SLEEVES NO PADS, NO ANTENNAS NET: 4" PRO BEACH NET WITH STEEL CABLES. STANDARD 32' WIDTH WITH NO EXTRA SIDE TENSION COLOR: BLACK BOUNDARY LINES: 2" PRO ADJUSTABLE BOUNDARY LINES (WEBBING). COLOR: BLACK INSTALL PER MANUFACTURERS RECOMMENDATIONS. 190'-6" 87 ' - 0 " 60 ' - 0 " 13 ' - 6 " 13 ' - 6 " PLAY AREA PLAY AREA PLAY AREA PLAY AREA 32'-0", TYP. 30'-0", TYP.10'-6" TYP.,16'-6", TYP. FLUSH CURB. SEE SECTION VOLLEYBALL NET NET POST, TYP. BOUNDARY LINE STRAP REFER TO CIVIL FOR DRAINAGE LAYOUT FOOTING (BEYOND) PER MANUFACTURER'S RECOMMENDATIONS.CIRCULATION AREA 3 LS-405 VOLLEYBALL COURT - SECTION 30'-0", TYP.16'-6", TYP.30'-0", TYP.16'-6", TYP.30'-0", TYP. HB 2. SAND TO BE BEACH VOLLEY BALL SAND - RECREATIONAL GRADE. SAND TO BE WASHED AND CLEAN AND FREE OF COARSE AGGREGATE AND DUST. SAMPLE TO BE PROVIDED TO LANDSCAPE ARCHITECT FOR APPROVAL PRIOR TO PURCHASING. INSTALL PER MANUFACTURER'S RECOMMENDATIONS. VOLLEYBALL FENCE EDGE - SOUTH,RE: DTL 2/LS-405 3 LS-405 CL FOOTSPRAY , 4/LS-503 1 P-24013-PA-43 VOLLEYBALL COURT - SECTION 1/2" 1'-0"Ԁ FLUSH CURB. SEE DETAIL _______. VOLLEYBALL SAND PEA GRAVEL FILTER FABRIC. TURN DOWN AT EDGES UNDISTURBED SUBGRADE REFER TO CIVIL FOR DRAINAGE LAYOUT CIRCULATION AREAPLAY AREA ADJACENT LANDSCAPE 3/LS-401 SLOPE TO DRAIN 3" M I N . 9" 2' - 0 " SLOPE TO DRAIN 3 P-24013-PA-44 VOLLEYBALL FENCE EDGE - SOUTH AS NOTED 30 " 1'-0"3'-0" 42" CHAIN LINK FENCE EXPANSION JOINT EXPANSIOKN MATERIAL AROUND POST CONCRETE WITH DROP EDGE, 4,000 PSI PLAYGROUND SAND, RE: 1/LS-402 42 " NATIVE SOIL OR COMPACTED SUBGRADE 95% STANDARD PROCTOR TEST 10' WALK ADJACENT 6" 9" MIN 4" 4" 2 \\ s e r v e r N A S 2 \ P R O J E C T S \ P R O J E C T S \ 2 4 0 1 3 _ C i t y o f F a y e t t e v i l l e - W a l k e r P a r k - P h a s e 1 C D s \ C A D \ S H E E T S \ L S - 5 0 0 - H a r d s c a p e S c h e d u l e s . d w g ( L S - 5 0 2 ) P l o t t e d o n : J u n 1 9 , 2 0 2 5 - 9 : 1 9 a m b y v h a l l s e a l r e v i s i o n s 217 E Archer Street, Unit H Tulsa, Oklahoma 74103 918.922.7620 www.tsw-design.com c o n s u l t a n t p r o j e c t i n f o r m a t i o n n o r t h a r r o w + s c a l e checked by: project number: contact: drawn by: s h e e t n u m b e r s h e e t t i t l e d r a w i n g d a t e d r a w i n g i n f o r m a t i o n c l i e n t i n f o r m a t i o n p r o j e c t a d d r e s s Copyright. All rights reserved. Reproduction in whole or in part is prohibited. This drawing as an instrument of service is the property of TSW and may not be used in any way without the written permission of this office. Katy O'Meilia 712060 Arka n s s s s a a A r n n L L i i c c c c e e e e a d d p h t t FURNISHINGS SCHEDULE - PLAY AREA LS-502 NA VH KO 24013 CITY OF FAYETTEVILLE, AR 479.444.3469 FAYETTEVILLE, AR 72701 24013 WALKER PARK PHASE 1 MAY 21, 2025 100% CONSTRUCTION DOCUMENTS FAYETTEVILLE, AR 72701 113 WEST MOUNTAIN ST 10 W 15TH ST HE D R A S C O U T S L I D E HEDRA SCOUT MODEL NUMBER: 265929 GENERAL DIMENSIONS: 26' (L) X 22' (W) X 8' (H) WEIGHT: 3,570 LBS ALL PANELS TO HAVE TRANSPARENCY OF 50% OR MORE. COLOR AND FINISH TO BE SELECTED BY LANDSCAPE ARCHITECT FROM MANUFACTURER'S FULL RANGE OF CUSTOM COLORS AND FINISHES CONTRACTOR TO CONFIRM QUANTITIES PRIOR TO PURCHASING MANUFACTURER NAME: LANDSCAPE STRUCTURES WEBSITE: WWW.PLAYLSI.COM PRODUCT 1 SW I N G HEDRA SWING MODEL NUMBER: 278557 GENERAL DIMENSIONS: 16' (L) X 3' (W) X 8' (H) WEIGHT: 346 LBS COLOR AND FINISH TO BE SELECTED BY LANDSCAPE ARCHITECT FROM MANUFACTURER'S FULL RANGE OF CUSTOM COLORS AND FINISHES CONTRACTOR TO CONFIRM QUANTITIES PRIOR TO PURCHASING MANUFACTURER NAME: LANDSCAPE STRUCTURES WEBSITE: WWW.PLAYLSI.COM PRODUCT 2 SP I N N E R OMNISPIN SPINNER MODEL NUMBER: 173591 GENERAL DIMENSIONS: 7' (L) X 7' (W) X 18" (H) WEIGHT: 500 LBS COLOR AND FINISH TO BE SELECTED BY LANDSCAPE ARCHITECT FROM MANUFACTURER'S FULL RANGE OF CUSTOM COLORS AND FINISHES CONTRACTOR TO CONFIRM QUANTITIES PRIOR TO PURCHASING MANUFACTURER NAME: LANDSCAPE STRUCTURES WEBSITE: WWW.PLAYLSI.COM PRODUCT 3 BA L A N C E B E A M CURVED BALANCE BEAM MODEL NUMBER: 100041 GENERAL DIMENSIONS: 10' (L) X 1.5' (W) X 1' (H) WEIGHT: 70 LBS COLOR AND FINISH TO BE SELECTED BY LANDSCAPE ARCHITECT FROM MANUFACTURER'S FULL RANGE OF CUSTOM COLORS AND FINISHES CONTRACTOR TO CONFIRM QUANTITIES PRIOR TO PURCHASING MANUFACTURER NAME: LANDSCAPE STRUCTURES WEBSITE: WWW.PLAYLSI.COM PRODUCT 4 ST E P P E R S POD CLIMBERS MODEL NUMBER: 135346 GENERAL DIMENSIONS: 1' (DIA.) X VARYING HEIGHTS (8" - 16") WEIGHT: TBD COLOR AND FINISH TO BE SELECTED BY LANDSCAPE ARCHITECT FROM MANUFACTURER'S FULL RANGE OF CUSTOM COLORS AND FINISHES CONTRACTOR TO CONFIRM QUANTITIES PRIOR TO PURCHASING MANUFACTURER NAME: LANDSCAPE STRUCTURES WEBSITE: WWW.PLAYLSI.COM PRODUCT 5 MU S I C A L P L A Y ' A ' VIBRA CHIMES PENTATONIC SCALE MODEL NUMBER: 251574 GENERAL DIMENSIONS: 14' (L) X 2' (W) WEIGHT: 340 COLOR AND FINISH TO BE SELECTED BY LANDSCAPE ARCHITECT FROM MANUFACTURER'S FULL RANGE OF CUSTOM COLORS AND FINISHES CONTRACTOR TO CONFIRM QUANTITIES PRIOR TO PURCHASING MANUFACTURER NAME: LANDSCAPE STRUCTURES WEBSITE: WWW.PLAYLSI.COM PRODUCT 6 MU S I C A L P L A Y ' B ' GRANDIOSO CHIMES MODEL NUMBER: 214442 GENERAL DIMENSIONS: 9' (L) X 3' (W) WEIGHT: 425 LBS COLOR AND FINISH TO BE SELECTED BY LANDSCAPE ARCHITECT FROM MANUFACTURER'S FULL RANGE OF CUSTOM COLORS AND FINISHES CONTRACTOR TO CONFIRM QUANTITIES PRIOR TO PURCHASING MANUFACTURER NAME: LANDSCAPE STRUCTURES WEBSITE: WWW.PLAYLSI.COM PRODUCT 7 HARDSCAPE SCHEDULE NOTES: 1. SAMPLES ARE TO BE PROVIDED FOR ALL MATERIALS AND FINISHES FOR APPROVAL BY LANDSCAPE ARCHITECT 30 DAYS PRIOR TO PURCHASE. 2. PRODUCT SUBMITTALS AND SHOP DRAWINGS FOR ALL MATERIALS AND ALL FABRICATED ITEMS ARE REQUIRED FOR REVIEW AND APPROVAL FROM LANDSCAPE ARCHITECT PRIOR TO PURCHASE AND CONSTRUCTION. 3. PRODUCT TO BE AS SPECIFIED OR APPROVED EQUAL. SUBMITTAL TO LANDSCAPE ARCHITECT REQUIRED. 4. PRODUCTS ARE TO BE APPLIED/INSTALLED PER MANUFACTURER'S RECOMMENDATION. MU S I C A L P L A Y ' C ' ANIMATO METALLOPHONE MODEL NUMBER: 214438 GENERAL DIMENSIONS: 6' (L) X 2.5' (W) WEIGHT: 250 LBS COLOR AND FINISH TO BE SELECTED BY LANDSCAPE ARCHITECT FROM MANUFACTURER'S FULL RANGE OF CUSTOM COLORS AND FINISHES CONTRACTOR TO CONFIRM QUANTITIES PRIOR TO PURCHASING MANUFACTURER NAME: LANDSCAPE STRUCTURES WEBSITE: WWW.PLAYLSI.COM PRODUCT 8 BE N C H - P L A Y FACET BENCH MODEL #: 235526 GENERAL DIMENSIONS: 8' (L) X 2' (W) X 2' (H) WEIGHT: 1,200 LBS COLOR AND MATERIAL TO BE SELECTED FROM LANDSCAPE ARCHITECT FROM MANUFACTURER'S FULL RANGE OF COLORS AND FINISHES CONTRACTOR TO CONFIRM QUANTITIES PRIOR TO PURCHASING MANUFACTURER NAME: LANDSCAPE STRUCTURES WEBSITE: WWW.PLAYLSI.COM PRODUCT 9 SH A D E - P L A Y SKYWAYS SINGLE POST HYPAR SHADE MODEL #: 267726 GENERAL DIMENSIONS: 16' X 16' WEIGHT: 670 LBS COLOR AND MATERIAL TO BE SELECTED FROM LANDSCAPE ARCHITECT FROM MANUFACTURER'S FULL RANGE OF COLORS AND FINISHES CONTRACTOR TO CONFIRM QUANTITIES PRIOR TO PURCHASING MANUFACTURER NAME: HYPAR SHADE STRUCTURE WEBSITE: HTTPS://WWW.ICONSHELTERS.COM PRODUCT 10 R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X XX X X X X X X X X X X X X X X X X X X X X UG T V UG T V UG T V UG T V UG T V U G T V U G T V U G T V U G T V U G T V UG T V UG T V UG T V UG T V UG T V UG T V UG T V UG T V U G T V U G T V U G T V UG T V U G T V U G T V UG T V U G T V U G T V U G T V U G T V UG T V U G T V UG T V UGT V UGTVUGTVUGTV SW SW SW SW SW SW SW UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UFO UG T UG T UGT UGT UGT SA N SA N SA N SA N HC H C HB HB HB R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W R/W LO D LODLODLODLODLODLOD LO D LO D LO D LO D LO D LO D LO D LO D LO D LOD LO D LO D LOD LO D LO D LO D LOD LOD LO D LOD LOD LO D LOD LOD LO D LO D LO D LO D LO D LOD LO D LO D LO D LO D LO D LO D LO D LO D LO D LO D LOD LOD LOD LOD LOD LOD LOD LOD LO D LO D L O D L O D L O D L O D L O D L O D LO D LO D L O D L O D L O D L O D L O D LO D LO D LO D LO D LO D LO D LOD LOD LOD LOD LOD LOD L O D L O D L O D L O D L O D L O D L O D L O D LOD LO D LO D LO D LO D LO D LOD LOD LOD LOD LOD LOD LO D LO D LO D LO D LOD LO D LOD LOD L O D L O D L O D L O D LOD L O D L O D L O D L O D L O D LOD LOD LOD LOD LOD LOD LOD LO D LOD LOD LOD LOD LOD LOD LOD LOD TP F TP F TP F TP F TP F TP F TP F TP F TP F TP F TPF TPF TP F TPF T P F TP F TP F TP F TP F TPF TPF TP F TP F TP F TP F TP F TP F TP F TP F TPF TPF TPF TPF TPF TPF T P F T P F T P F T P F T P F T P F T P F T P F T P F T P F T P F T P F T P F T P F T P F TP F TP F TP F TP F TP F TP F TP F TP F TP F TP F TPF TPF TPF TPF TPF T P F T P F T P F TPFTPF TP F TPF TPF TPF TPF TPF T P F T P F T P F TPF TPF TPF TPF TPF TPF 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100-Y R 100-Y R 100-YR 100-YR 100-Y R 100-Y R 100-YR 100-Y R 100-Y R 100-YR 100- Y R 100-Y R 100-Y R 100-YR 100-Y R 100-Y R 100-YR 100-YR 100-Y R 100-Y R 100-YR 100-Y R 100-Y R 100- Y R 100-YR 100-Y R 100-Y R 100-YR 100-Y R 100-Y R 100-YR 100- Y R 100-Y R 100-Y R 100- Y R 100-Y R 100-Y R 100-YR 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100-YR 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100-YR 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-YR 100-YR 100-Y R 100-Y R 100-YR 100-YR 100-Y R 100-Y R 100-YR 100-YR 100-Y R 100-YR 100-YR 100-Y R 100-Y R 100-YR 100-YR 100-Y R 100-Y R 100-YR 100-YR 100-Y R 100-Y R 100-YR 100-YR 100-Y R 100-Y R 100-YR 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-YR 100-YR 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100-Y R 100- Y R 100-Y R 100- Y R 100-Y R 100- Y R 100-Y R 100- Y R 100- Y R 100-Y R 100- Y R 100-Y R 100- Y R 100-Y R 100- Y R 100-Y R 100-Y R 100- Y R 100-Y R 100- Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-YR 100-Y R 100- Y R 100-YR 100-YR 100-YR 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100-YR 100-YR 100-YR 100- Y R 100-Y R 100-YR 100-YR 100-YR 100-YR 100-YR 100-Y R 100-Y R 100- Y R 100-Y R 100- Y R 100-Y R 100- Y R 100-Y R 100-Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-YR 100-Y R 100-Y R 100-Y R 100- Y R 100-YR 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100-YR 100-YR 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100-YR 100-YR 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-YR 100-YR 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100-Y R 100-Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100- Y R 100- Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100-Y R 100-Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100- Y R 100-Y R 100- Y R 100-Y R 100- Y R 100- Y R 100-Y R 100- Y R 100-Y R 100- Y R 100-Y R 100- Y R 100- Y R 100-Y R 100- Y R 100-Y R 100- Y R 100-Y R 100- Y R 100- Y R 100-Y R 100- Y R 100-Y R 100- Y R 100-Y R 100- Y R 100- Y R 100-Y R 100- Y R 100-Y R 100- Y R 100-Y R 100- Y R 100- Y R 100-Y R 100- Y R 100-Y R 100- Y R 100-Y R 100- Y R 100- Y R 100-Y R 100- Y R 100-Y R 100- Y R 100-Y R 100- Y R 100- Y R 100-Y R 100- Y R 100-Y R 100- Y R 100-Y R 100- Y R 100- Y R 100-Y R 100- Y R 100-Y R 100- Y R 100-Y R 100- Y R 100-Y R 100- Y R 100-Y R 100-Y R 100- Y R 100-Y R 100- Y R 100-Y R 100-Y R 100- Y R 100-Y R 100- Y R 100-Y R 100-Y R 100- Y R 100-Y R 100- Y R 100-Y R 100-Y R 100- Y R 100-Y R 100- Y R 100-Y R 100-Y R 100- Y R 100-Y R 100- Y R 100-Y R 100- Y R 100- Y R 100-Y R 100- Y R 100-Y R 100- Y R 100- Y R 100-Y R 100- Y R 100-Y R 100- Y R 100- Y R 100-Y R 100- Y R 100-Y R 100- Y R 100- Y R 100-Y R 100- Y R 100-Y R 100- Y R 100- Y R 100-Y R 100- Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-YR 100-Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-YR 100-Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-Y R 100-Y R 100-YR 100-YR 100-YR 100-Y R 100-YR 100-YR 100-YR 100-YR 100-YR 100-YR 100-Y R 100-YR 100-Y R 100-YR 100-YR 100-YR 100-YR 100-Y R 100-YR 100-Y R 100-YR 100-YR 100-YR 100-YR 100-Y R 100-YR 100-Y R 100-YR 100-YR 100-YR 100-YR 100-Y R 100-Y R 100-Y R 100-YR 100-YR 100-YR 100-YR 100-Y R 100-Y R 100-Y R 100- Y R 100-YR 100-YR 100- Y R 100-YR 100-Y R 100-YR 100-Y R 100-Y R 100-YR 100- Y R 100-Y R 100-Y R 100-Y R 100-Y R 100- Y R 100-YR 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100-Y R 100-Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100- Y R 100- Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R C B A 100-Y R 100-Y R 100-YR 100-YR 100-YR 100-Y R 100-Y R 100-YR 100-YR 100-YR 100-Y R 100-Y R 100-Y R 100-YR 100-YR 100-YR 100-Y R 100-Y R 100-Y R 100 - Y R 100-YR 100-Y R 100-Y R 100-Y R 100 - Y R 100-YR 100-YR 100-Y R 100-Y R 100-Y R 100-YR 100-YR 100-Y R 100-Y R 100-Y R 100-YR 100-YR 100-YR 100-Y R 100-Y R 100-Y R 100-YR 100 - Y R 100-YR 100-Y R 100-Y R 100-YR 100 - Y R 100-YR 100-Y R 100-Y R 100-Y R 100 - Y R 100-YR 100-YR 100-Y R 100-Y R 100-Y R 100-YR 100-YR 100-Y R 100-Y R 100-Y R 100-YR 100-YR 100 - Y R 100-Y R 100-Y R 100-YR 100-Y R 100-Y R 100-YR 100-YR 100-Y R 100-Y R 100-YR 100-Y R 100-Y R 100-YR 100-YR 100-Y R 100-Y R 100-YR 100-Y R 100-Y R 100-YR 100-YR 100-Y R 100-Y R 100-YR 100-Y R 100-Y R 100-YR 100-YR 100-Y R 100-Y R 100-YR 100-Y R 100-Y R 100-YR 100-YR 100-Y R 100-Y R 100-YR 100-Y R 100-Y R 100-YR 100-YR 100-YR 100-Y R 100-Y R 100-Y R 100-YR 100-YR 100-Y R 100-Y R 100-Y R 100-YR 100-YR 100-YR 100-Y R 100-Y R 100-Y R 100-YR 100-YR 100-YR 100-Y R 100-Y R 100-Y R 100-YR 100-YR 100-Y R 100-Y R 100-Y R 100-YR 100-YR 100-YR 100-Y R 100-Y R 100-Y R 100-YR 100-YR 100-YR 100-Y R 100-Y R 100-Y R 100-YR 100-YR 100-Y R 100-Y R 100-Y R 100-YR 100-YR 100-YR 100-Y R 100-Y R 100-Y R 100-YR 100-YR 100-YR 100-Y R 100-Y R 100-Y R 100-YR 100-YR 100-Y R 100-Y R 100-Y R 100-YR 100-YR 100-YR 100-Y R 100-Y R 100-YR 100-YR 100-Y R 100-Y R 100-YR 100-YR 100-Y R 100-Y R 100-YR 100-YR 100-Y R 100-YR 100-YR 100-Y R 100-Y R 100-YR 100-YR 100-Y R 100-Y R 100-YR 100-YR 100-Y R 100-Y R 100-YR 100-YR 100-Y R 100-Y R 100-YR 100-Y R 100-Y R 100-YR 100-YR 100-Y R 100-Y R 100-YR 100-YR 100-Y R 100-Y R 100-YR 100-YR 100-Y R 100-Y R 100-YR 100-YR 100-Y R 100-YR 100-YR 100-YR 100-Y R 100-Y R 100-Y R 100-YR 100-YR 100-Y R 100-Y R 100-Y R 100-YR 100-YR 100-YR 100-Y R 100-Y R 100-YR 100-YR 100-YR 100-Y R 100-Y R 100-YR 100-YR 100-YR 100-Y R 100-Y R 100-Y R 100-YR 100-YR 100-Y R 100-Y R 100-Y R 100-YR 100-YR 100-YR 100-Y R 100-Y R 100-YR 100-YR 100-YR 100-Y R 100-Y R 100-Y R 100-YR 100-YR 100-Y R 100-Y R 100-Y R 100-YR 100-YR 100-YR 100-Y R 100-Y R 100-YR 100-YR 100-YR 100-Y R 100-Y R 100-YR 100-YR 100-YR 100-Y R 100-Y R 100-Y R 100-YR 100-YR 100-Y R 100-Y R 100-Y R 100-YR 100-YR 100-YR 100-Y R 100-Y R 100-YR 100-YR 100-YR 100-Y R 100-Y R 100-Y R 100-YR 100-YR 100-Y R 100-Y R 100-Y R 100-YR 100-YR 100-YR 100-Y R 100-Y R 100-YR 100-YR 100-YR 100-Y R 100-Y R 100 - Y R 100-YR 100-YR 100-Y R 100-Y R 100-Y R 100-YR 100-YR 100-Y R 100-Y R 100-Y R 100-YR 100-YR 100-YR 100-Y R 100-Y R 100 - Y R 100-YR 100-YR 100-Y R 100-Y R 100-Y R 100-YR 100-YR 100-Y R 100-Y R 100-Y R 100-YR 100-YR 100-YR 100-Y R 100-Y R 100 - Y R 100-YR 100-YR 100-Y R 100-Y R 100 - Y R 100-YR 100-YR 100-Y R 100-Y R 100-Y R 100-YR 100-YR 100-Y R 100-Y R 100-Y R 100-YR 100-YR 100-YR 100-Y R 100-Y R 100-YR 100-YR 100 - Y R 100-Y R 100-Y R 100-YR 100 - Y R 100 - Y R 100-Y R 100-Y R 100-Y R 100 - Y R 100-YR 100-Y R 100-Y R 100-Y R 100 - Y R 100-YR 100-Y R 100-Y R 100-YR 100 - Y R 100-Y R 100-Y R 100 - Y R 100 - Y R 100-Y R 100-Y R 100 - Y R 100-YR 100-Y R 100-Y R 100-YR 100 - Y R 100-Y R 100-Y R 100 - Y R 100 - Y R 100-YR 100-Y R 100-Y R 100-YR 100 - Y R 100-Y R 100-Y R 100 - Y R 100 - Y R 100-Y R 100-Y R 100 - Y R 100-Y R 100- Y R 100-Y R 100 - Y R 100-Y R 100- Y R 100-Y R 100 - Y R 100- Y R 100-Y R 100 - Y R 100-Y R 100 - Y R 100-Y R 100- Y R 100-Y R 100-Y R 100- Y R 100-Y R 100 - Y R 100-Y R 100- Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100-Y R 100-Y R 100-YR 100-YR 100- Y R 100-YR 100-YR 100- Y R 100-YR 100-YR 100- Y R 100-YR 100-YR 100- Y R 100-YR 100-YR 100- Y R 100-YR 100-YR 100- Y R 100-YR 100-YR 100- Y R 100- Y R 100-YR 100-Y R 100- Y R 100-Y R 100- Y R 100-Y R 100- Y R 100-Y R 100-Y R 100- Y R 100-Y R 100-Y R 100 - Y R 100-YR 100-YR 100-Y R 100-Y R 100-YR 100-Y R 100-Y R 100-Y R 100-YR 100-YR 100-Y R 100-Y R 100-Y R 100-YR 100-YR 100-Y R 100-Y R 100-YR 100-YR 100-YR 100-Y R 100-Y R 100-YR 100-YR 100-Y R 100-Y R 100-Y R 100-YR 100-YR 100-Y R 100-Y R 100-Y R 100-YR 100-YR 100-Y R 100-Y R 100-YR 100-YR 100-YR 100-Y R 100-Y R 100-YR 100-YR 100-Y R 100-Y R 100 - Y R 100-YR 100-Y R 100 - Y R 100 - Y R 100-Y R 100-Y R 100 - Y R 100-Y R 100-Y R 100 - Y R 100-Y R 100-Y R 100 - Y R 100 - Y R 100-Y R 100 - Y R 100 - Y R 100-Y R 100-YR 100 - Y R 100-Y R 100-Y R 100 - Y R 100-Y R 100-Y R 100 - Y R 100-Y R 100-Y R 100 - Y R 100-YR 100-Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100 - Y R 100-Y R 100- Y R 100-Y R 100- Y R 100- Y R 100-Y R 100- Y R 100-Y R 100 - Y R 100-Y R 100- Y R 100 - Y R 100-Y R 100- Y R 100-Y R 100 - Y R 100-Y R 100 - Y R 100 - Y R 100-Y R 100- Y R 100-Y R 100- Y R 100-Y R 100 - Y R 100- Y R 100-Y R 100 - Y R 100-Y R 100- Y R 100-Y R 100 - Y R 100- Y R 100-Y R 100 - Y R 100-Y R 100 - Y R 100-Y R 100- Y R 100 - Y R 100-Y R 100- Y R 100-Y R 100 - Y R 100-Y R 100- Y R 100 - Y R 100-Y R 100- Y R 100-Y R 100 - Y R 100-Y R 100 - Y R 100 - Y R 100-Y R 100 - Y R 100-Y R 100- Y R 100-Y R 100- Y R 100-Y R 100 - Y R 100-Y R 100-Y R 100 - Y R 100-Y R 100 - Y R 100-Y R 100-Y R 100 - Y R 100-Y R 100 - Y R 100-Y R 100-Y R 100 - Y R 100-Y R 100 - Y R 100-Y R 100-Y R 100 - Y R 100-Y R 100- Y R 100-Y R 100-Y R 100 - Y R 100-Y R 100- Y R 100-Y R 100 - Y R 100 - Y R 100-Y R 100 - Y R 100-Y R 100 - Y R 100 - Y R 100-Y R 100 - Y R 100-Y R 100 - Y R 100 - Y R 100-Y R 100 - Y R 100-Y R 100 - Y R 100 - Y R 100-Y R 100 - Y R 100-Y R 100- Y R 100 - Y R 100-Y R 100 - Y R 100-Y R 100- Y R 100 - Y R 100-Y R 100-Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100- Y R 100- Y R 100-YR 100-YR 100-YR 100- Y R 100-YR 100-Y R 100-YR 100-YR 100-YR 100-YR 100- Y R 100-YR 100-Y R 100-Y R 100-YR 100-YR 100-Y R 100-Y R 100-YR 100-Y R 100-Y R 100-YR 100-YR 100-Y R 100-Y R 100-YR 100- Y R 100-YR 100-YR 100-YR 100-Y R 100-Y R 100-YR 100- Y R 100-YR 100-YR 100-Y R 100-YR 100-Y R 100- Y R 100-Y R 100- Y R 100-Y R 100-Y R 100- Y R 100-Y R 100- Y R 100-Y R 100-Y R 100- Y R 100-Y R 100- Y R 100-Y R 100- Y R 100- Y R 100-Y R 100- Y R 100-Y R 100-Y R 100 - Y R 100 - Y R 100-Y R 100-Y R 100 - Y R 100-Y R 100-Y R 100 - Y R 100-Y R 100-Y R 100 - Y R 100 - Y R 100-Y R 100 - Y R 100 - Y R 100-Y R 100-Y R 100-YR 100-Y R 100-Y R 100 - Y R 100-YR 100-Y R 100-Y R 100 - Y R 100-YR 100-Y R 100-Y R 100 - Y R 100-YR 100-Y R 100-Y R 100 - Y R 100-YR 100-Y R 100-Y R 100-Y R 100-YR 100 - Y R 100-Y R 100-Y R 100 - Y R 100 - Y R 100-Y R 100-Y R 100-YR 100 - Y R 100-Y R 100-Y R 100-YR 100 - Y R 100-Y R 100-Y R 100-Y R 100 - Y R 100-YR 100-Y R 100-Y R 100 - Y R 100-YR 100-Y R 100-Y R 100 - Y R 100-YR 100-Y R 100-Y R 100 - Y R 100 - Y R 100-Y R 100-Y R 100-Y R 100 - Y R 100-YR 100-Y R 100-Y R 100 - Y R 100-YR 100-Y R 100-Y R 100 - Y R 100 - Y R 100-Y R 100-Y R 100-YR 100 - Y R 100-Y R 100-Y R 100 - Y R 100-Y R 100-Y R 100 - Y R 100 - Y R 100-Y R 100 - Y R 100 - Y R 100-Y R 100 - Y R 100-YR 100-Y R 100-Y R 100 - Y R 100-YR 100 - Y R 100-Y R 100-Y R 100-YR 100 - Y R 100-YR 100-Y R 100-Y R 100 - Y R 100-YR 100 - Y R 100-Y R 100-Y R 100-YR 100-YR 100-YR 100-Y R 100-Y R 100-YR 100-YR 100-YR 100-Y R 100-Y R 100-YR 100-YR 100-YR 100-Y R 100-Y R 100-Y R 100-YR 100-YR 100-Y R 100-Y R 100-Y R 100-YR 100-YR 100 - Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100- Y R 100- Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100- Y R 100-Y R 100- Y R 100- Y R 100-Y R 100- Y R 100- Y R 100-Y R 100- Y R 100- Y R 100-Y R 100- Y R 100- Y R 100-Y R 100- Y R 100- Y R 100-Y R 100- Y R 100- Y R 100-Y R 100- Y R 100- Y R 100-Y R 100- Y R 100- Y R 100-Y R 100- Y R 100- Y R 100-Y R 100- Y R 100- Y R 100-Y R 100- Y R 100- Y R 100-Y R 100-Y R 100- Y R 100-Y R 100-Y R 100- Y R 100-Y R 100-Y R 100- Y R 100-Y R 100-Y R 100- Y R 100-Y R 100-Y R 100- Y R 100-Y R 100-Y R 100- Y R 100-Y R 100-Y R 100- Y R CT 36,727 sf 1,699 sf CT CT 2,829 sf CT 17,403 sf 32 CL2 6 AA 63 CL2 AM 16 SH2 8 RH2 17 EP 13 CL 1 AM 6QS 1 SH2 6 PC 8 BC2 55 AM 5 N 0 2010 5030 scale:1" = 20'-0" LANDSCAPE PLAN - 1 LP-101 NA VH KO 24013 CITY OF FAYETTEVILLE, AR 479.444.3469 FAYETTEVILLE, AR 72701 24013 WALKER PARK PHASE 1 MAY 21, 2025 100% CONSTRUCTION DOCUMENTS FAYETTEVILLE, AR 72701 113 WEST MOUNTAIN ST 10 W 15TH ST \\ s e r v e r N A S 2 \ P R O J E C T S \ P R O J E C T S \ 2 4 0 1 3 _ C i t y o f F a y e t t e v i l l e - W a l k e r P a r k - P h a s e 1 C D s \ C A D \ S H E E T S \ L P - 1 0 0 - L a n d s c a p e P l a n . d w g ( L P - 1 0 1 ) P l o t t e d o n : J u n 1 9 , 2 0 2 5 - 8 : 4 0 a m b y v h a l l s e a l r e v i s i o n s 217 E Archer Street, Unit H Tulsa, Oklahoma 74103 918.922.7620 www.tsw-design.com c o n s u l t a n t p r o j e c t i n f o r m a t i o n n o r t h a r r o w + s c a l e checked by: project number: contact: drawn by: s h e e t n u m b e r s h e e t t i t l e d r a w i n g d a t e d r a w i n g i n f o r m a t i o n c l i e n t i n f o r m a t i o n p r o j e c t a d d r e s s Copyright. All rights reserved. Reproduction in whole or in part is prohibited. This drawing as an instrument of service is the property of TSW and may not be used in any way without the written permission of this office. Katy O'Meilia 712060 Arka n s s s s a a A r n n L L i i c c c c e e e e a d d p h t t IMPORTANT! ·CONTRACTOR TO VERIFY PLANT QUANTITIES BEFORE PURCHASING AND INSTALLING. ·CONTRACTOR TO RE-SEED ALL DISTURBED AREAS, TYP. ·CONTRACTOR TO ENSURE THE USE OF HAND TOOLS IN SENSITIVE ROOT ZONES TO REMOVE EXISTING AND INSTALL NEW PLANTS IN GROUNDCOVER/SHRUB AREAS OUTSIDE LIMITS OF DISTURBANCE. SE E S H E E T L P - 1 0 2 SEE SHEET LP-103 E X I S T I N G R A Z O R B A C K G R E E N W A Y T R A I L EXISTING PARKING LOT CONTRACTOR TO RE-SEED ALL DISTURBED AREAS, TYP. 164 sf CT 4 CV 177 sf CT 5,301 sf CT CT 2,242 sf CT 250 sf 132 sf CT 2 CV 2 CC 1,730 sf CT AM 14 YF 6 27 RH2 EXISTING TREES TO REMAIN, TYP. EXISTING TREES TO BE REMOVED, TYP. 4 YF 22 BC 78 EP 58 RH2 2 PO 1 CV UA 1 UA 8 1 UA 5 QS HC2 4 12AM 3PC 4BC2 CL 2 IV 3 HC2 20 26 HC2 25 SH2 LANDSCAPE BOULDERS, 3/LP-401 LANDSCAPE NOTES: 1. CONTRACTOR TO BE RESPONSIBLE FOR LOCATION OF UNDERGROUND UTILITIES PRIOR TO DIGGING OR INSTALLATION OF ANY PLANT MATERIAL. CALL LOCAL JURISDICTION UTILITY LOCATOR PRIOR TO COMMENCING WORK. 2. A 3" DEPTH OF EQUAL-MIX MINERAL TOPSOIL, AGED FINES, AND COMPOSTED COW MANURE SHALL BE ROTO-TILLED TO A DEPTH OF 6-8” IN LANDSCAPE PLANTING BEDS. SOIL MIXES APPROVED AS EQUALS MAY BE UTILIZED AT THE DISCRETION OF LANDSCAPE ARCHITECT OR OWNER'S REPRESENTATIVE. 3. ALL PLANTING BEDS ARE TO BE MULCHED TO A MINIMUM DEPTH OF 3". FREE-STANDING TREES ARE TO BE MULCHED IN A MIN. 5' DIAMETER UNLESS IMPEDED BY SITE HARDSCAPES. 4. IF STAKING OR EARTHEN TREE RINGS ARE TO BE UTILIZED, CONTRACTOR IS RESPONSIBLE TO REMOVE WITHIN 1-YEAR OF INSTALLATION. 5. ALL PLANT MATERIALS ARE TO CONFORM TO THE LATEST EDITION OF THE AMERICAN ASSOCIATION OF NURSERYMAN STANDARDS FOR NURSERY STOCK. 6. SUBSTITUTIONS OF PLANT SPECIES IS DISCOURAGED, UNLESS APPROVAL FROM LANDSCAPE ARCHITECT IS ACQUIRED. 7. WHERE ON-SITE CONDITIONS DO NOT ALLOW THE PLAN TO BE INSTALLED AS DRAWN, THUS REQUIRING SIGNIFICANT ALTERATIONS TO THE PLANS, CONTRACTOR IS TO CONTACT LANDSCAPE ARCHITECT UNLESS OTHERWISE DIRECTED BY OWNER'S REPRESENTATIVE. 8. CONTRACTOR IS RESPONSIBLE FOR WATERING PLANT MATERIAL UNTIL FINAL ACCEPTANCE BY OWNER. 9. LANDSCAPE CONTRACTOR IS TO GUARANTEE ALL PLANT MATERIAL FOR 1-YEAR FROM FINAL ACCEPTANCE OF OWNER. DEAD PLANTS AND PLANTS NOT MEETING MINIMUM STANDARDS AS SET FORTH IN NOTE #5 SHALL BE REPLACED BY CONTRACTOR AT THE EARLIEST TIME SEASONABLE AND PRACTICAL TO PLANT. 10. BURLAP IS TO BE PULLED BACK TO EXPOSE TOP OF ROOTBALL AND THE TOPS OF WIRE BASKETS ARE TO BE CUT OR BENT BACK INTO PLANTING HOLE. 11. TOPS OF ROOTBALLS FOR TREES ARE TO BE PLANTED APPROXIMATELY ONE INCH ABOVE SURROUNDING GRADE. 12. PLANTING HOLES FOR TREES AND SHRUBS NOT IN PLANTING BEDS SHOULD BE APPROXIMATELY TWICE THE DIAMETER OF THE ROOTBALL. 13. BACKFILL MIX SHALL BE A 50-50 MIX OF SUITABLE EXISTING SOIL, AND PLANTING MIX SPECIFIED IN NOTE #2. EXISTING SOIL IS TO BE FREE FROM DELETERIOUS MATERIALS AND STONES GREATER THAN 1/2" DIAMETER. IMPORTANT! CONTRACTOR TO VERIFY PLANT QUANTITIES BEFORE PURCHASING AND INSTALLING. LANDSCAPE DETAILS LP-400 NA VH KO 24013 CITY OF FAYETTEVILLE, AR 479.444.3469 FAYETTEVILLE, AR 72701 24013 WALKER PARK PHASE 1 MAY 21, 2025 100% CONSTRUCTION DOCUMENTS FAYETTEVILLE, AR 72701 113 WEST MOUNTAIN ST 10 W 15TH ST \\ s e r v e r N A S 2 \ P R O J E C T S \ P R O J E C T S \ 2 4 0 1 3 _ C i t y o f F a y e t t e v i l l e - W a l k e r P a r k - P h a s e 1 C D s \ C A D \ S H E E T S \ L P - 4 0 0 - L a n d s c a p e D e t a i l s . d w g ( L P - 4 0 0 ) P l o t t e d o n : J u n 1 9 , 2 0 2 5 - 8 : 4 4 a m b y v h a l l s e a l r e v i s i o n s 217 E Archer Street, Unit H Tulsa, Oklahoma 74103 918.922.7620 www.tsw-design.com c o n s u l t a n t p r o j e c t i n f o r m a t i o n n o r t h a r r o w + s c a l e checked by: project number: contact: drawn by: s h e e t n u m b e r s h e e t t i t l e d r a w i n g d a t e d r a w i n g i n f o r m a t i o n c l i e n t i n f o r m a t i o n p r o j e c t a d d r e s s Copyright. All rights reserved. Reproduction in whole or in part is prohibited. This drawing as an instrument of service is the property of TSW and may not be used in any way without the written permission of this office. Katy O'Meilia 712060 Arka n s s s s a a A r n n L L i i c c c c e e e e a d d p h t t 1 2 3 4 5 SAND VOLLEYBALL COURT LIMIT W 15TH ST 13TH ST S C O L L E G E A V E W W W W W W W W W W W W W W W W W W W AeccDbNetwork (AeccNetwork130) 12" MAPLE 11" MAGNOLIA 10" MAPLE 55" BOIS DE ARC 14" PERSIMMON 30" HACKBERRY 14" PERSIMMON 32" OAK 36" OAK 15" PERSIMMON 26" OAK 34" OAK 12" OAK 20" SILVER MAPLE 36" PINE 32" WILLOW OAK 20" OAK 24" GUM 15" MAPLE 12" TWIN LINDEN 19" MAPLE 16" FLOWERING PEAR 26" OAK 24" OAK Appro[imate Irrigation Controller Location. Owner's Representative Shall Pinpoint E[act Location at Site. Irrigation Contractor Shall Hardwire 120 VAC Power to Controller. (3) 1" Electrical Conduit for Irrigation 2" Irrigation Water Meter. System ReTuires 100 GPM @ 85 PSI. Irrigation Contractor shall Verify ReTuirements at Site Before Starting Construction. Coordinate with Civil Drawings and at site to determine actual meter location. Note: Field Location of Mainline routhing will be reTuired through E[isting Trees. Contractor shall flag proposed trenchlines for review/approval by Owner before any trenching activities may occur. Hand Digging May be reTuired. 6" IR Sleeve 6" IR Sleeve 6" IR Sleeve 8" IR Sleeve 6" IR Sleeve 6" IR Sleeve 6" IR Sleeve 6" IR Sleeve 6" IR Sleeve 6" IR Sleeve 6" IR Sleeve 6" IR Sleeve Irrigation Contractor shall Cap 3" Irrigation Mainline and Stub Up 36" Loop of Two-Wire Cable from Controller in 10" Carson Valve Bo[ for Future E[pansion. Irrigation Contractor shall Cap 3" Irrigation Mainline and Stub Up 36" Loop of Two-Wire Cable from Controller in 10" Carson Valve Bo[ for Future E[pansion. IRRIGATION PLAN IP-1.00 ICS VH & RKK AW 24013 CITY OF FAYETTEVILLE, AR 479.444.3469 FAYETTEVILLE, AR 72701 24013 WALKER PARK PHASE 1 MAY 21, 2025 100% CONSTRUCTION DOCUMENTS FAYETTEVILLE, AR 72701 113 WEST MOUNTAIN ST 10 W 15TH ST C: \ W o r k i n g \ W a l k e r P a r k \ W P - I r r - b a s e _ 6 - 2 0 2 5 . d w g ( I P - 1 . 0 0 ) P l o t t e d o n : J u n 1 7 , 2 0 2 5 - 9 : 0 2 a m b y c j u n e s e a l r e v i s i o n s 1447 Peachtree Street NE, Suite 850 Atlanta, Georgia 30309 404.873.6730 www.tsw-design.com c o n s u l t a n t p r o j e c t i n f o r m a t i o n n o r t h a r r o w + s c a l e checked by: project number: contact: drawn by: s h e e t n u m b e r s h e e t t i t l e d r a w i n g d a t e d r a w i n g i n f o r m a t i o n c l i e n t i n f o r m a t i o n p r o j e c t a d d r e s s Copyright. All rights reserved. Reproduction in whole or in part is prohibited. This drawing as an instrument of service is the property of TSW and may not be used in any way without the written permission of this office. N 0 5025 12575 scale:1" = 50'-0" GALLONS PER MIN. TYPICAL VALVE INDICATOR STATION NUMBER VALVE SIZE IRRIGATION LEGEND MANUAL DRAIN VALVE. SCH 80 PVC TRUE UNION BALL VALVE. DETAIL-E. WINTERIZATION ASSEMBLY. DETAIL-N. 2" WATER METER, SYSTEM REQUIRES 100 GPM @ 85 PSI. IRRIGATION CONTRACTOR SHALL BE RESPONSIBLE TO VERIFY THE SYSTEM REQUIREMENTS AT SITE BEFORE STARTING CONSTRUCTION. RAIN BIRD #5 QUICK COUPLING VALVE 1" SIZE. CONTRACTOR TO SUPPLY TWO QCV KEYS AND MATCHING HOSE SWIVELS. DETAIL-J. IRRIGATION SLEEVE: CLASS 200 PVC, SIZE NOTED ON PLAN. DETAIL-H. LATERAL LINE PIPE: CLASS 200 PVC SOLVENT WELD PIPE UTILIZING SCH 40 PVC SOLVENT WELD FITTINGS, SIZE NOTED. WILKINS 975XL2, 2" REDUCED PRESSURE ASSEMBLY BACKFLOW PREVENTER. DETAIL-F. CONTRACTOR SHALL ALSO INSTALL 75-125 PSI PRESSURE REGULATOR AT RPZ ASSEMBLY. MAINLINE ISOLATION GATE VALVE, DOMESTIC DUCTILE IRON GASKETED, DETAIL-C. MAINLINE PIPE: 3" SIZE IF NOT NOTED. CLASS 200 PVC SOLVENT WELD PIPE UTILIZING SCH 40 PVC SOLVENT WELD FITTINGS. THRUST BLOCK AS PER MANUFACTURER'S RECOMMENDATIONS FOR PIPE TYPE, PIPE SIZE, AND LOCAL ENVIRONMENTAL CONDITIONS. HUNTER I-25-06-SS, WITH #15 NOZZLE, SPORTS TURF CLOSED CASE ROTOR, FULL CIRCLE ARC, 57' RADIUS @ 14.3 GPM, 60 PSI, RUBBER COVER, STAINLESS STEEL RISER, UTILIZE LASCO 1" UNITIZED SWING JOINTS, DETAIL-B. HUNTER I-25-06-SS, WITH #15 NOZZLE, SPORTS TURF CLOSED CASE ROTOR, PART CIRCLE ARC, 57' RADIUS @ 14.3 GPM, 60 PSI, RUBBER COVER, STAINLESS STEEL RISER, UTILIZE LASCO 1" UNITIZED SWING JOINTS, DETAIL-B. AIR VENT VALVE, BERMAD #4420, 2" SIZE. INSTALLED AT HIGH POINTS OF THE IRRIGATION SYSTEM. DETAIL-D. 22. CONTROLLER GROUNDING MUST BE AS PER RAIN BIRD WIRE GROUNDING REQUIREMENTS 23. ALL MATERIAL TO BE SUPPLIED BY CONTRACTOR TO OWNER: A. TWO WRENCHES FOR DISASSEMBLING AND ADJUSTING EACH TYPE OF SPRINKLER HEADS AND VALVE SUPPLIED. B. TWO KEYS FOR EACH OF THE AUTOMATIC CONTROLLERS. C. TWO QUICK COUPLER KEYS WITH MATCHING HOSE SWIVELS. 24. SYSTEM IS DIAGRAMMATIC TO IMPROVE CLARITY. ALL MAINLINE PIPING ELECTRIC VALVES AND WIRING ARE TO BE INSTALLED IN LANDSCAPE AREAS AND WITHIN PROPERTY BOUNDARIES. CONTRACTOR SHALL REFERENCE THE LANDSCAPE PLAN PRIOR TO THE INSTALLATION OF PIPING TO AVOID CONTACT WITH PLANT MATERIALS EXISTING OR NEW. 25. CONTRACTOR TO ADD EXTENSION RISER TO POP-UP HEADS WHEN NEEDED FOR PROPER COVERAGE. 26. CONTRACTOR SHALL INSTALL SPRINKLER EQUIPMENT 12" FROM FOUNDATIONS. ALSO INSTALL SPRINKLERS 4" FROM CURB OR WALKS. 27. PRIOR TO BID IRRIGATION CONTRACTOR SHALL VERIFY RIGHT-OF-WAY AND BACKFLOW REQUIREMENTS. NO LATER THAN FIVE DAYS BEFORE BID SUBMITTALS CONTRACTOR SHALL NOTIFY CONSULTANT OF ANY CHANGES FROM PLANS AND SPECIFICATIONS. 28. IRRIGATION CONTRACTOR SHALL PROVIDE THE OWNER AND LANDSCAPE ARCHITECT WITH A REPRODUCIBLE CROSS MEASURED AS-BUILT DRAWING OF THE INSTALLED IRRIGATION SYSTEM IN AUTOCAD 2010 FORMAT BEFORE FINAL ACCEPTANCE. 29. A 1-YEAR WARRANTY PERIOD SHALL BE PROVIDED FOR SYSTEM AFTER SUBSTANTIAL COMPLETION IS ACCEPTED. START UP AND ADJUSTING OF SYSTEM IN SPRING TIME SHALL BE INCLUDED IN WARRANTY. 30. PRIOR TO BID, CONTRACTOR SHALL VERIFY THAT ALL MATERIALS, INSTALLATION PARAMETERS AND OPERATIONS CONFORM TO ALL APPLICABLE CODES AND ORDINANCES. NO LATER THAN FIVE DAYS BEFORE BID SUBMITTALS CONTRACTOR SHALL NOTIFY IRRIGATION CONSULTANT/DESIGNER OF ANY CHANGES REQUIRED DUE TO CURRENT CODE OR ORDINANCE DISCREPANCIES. IF CONTRACTOR DOES NOT COMPLY TO THIS NOTIFICATION, THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL NECESSARY INSTALLATION CHANGE AND REDESIGN COSTS FOR NON-COMPLIANCE. 31. UNLESS OTHERWISE NOTED, THE CONTRACTOR MUST COMPLETE 2 PRESSURE TESTS OF THE IRRIGATION SYSTEM MAINLINE (BOTH TO SHOW NO DROP IN PRESSURE DURING DURATION OF TEST. A. 2-HOUR PRESSURE TEST AT 1.5 TIMES THE SYSTEM STATIC PRESSURE B. 24-HOUR PRESSURE TEST AT THE SYSTEM STATIC PRESSURE 32. IRRIGATION INSTALLATION CONTRACTOR SHALL PROVIDE OWNER WITH A COLOR-CODED ZONES DIAGRAM PLAN, 8-1/2"X11" LAMINATED SHEET(S), TO IDENTIFY CONTROLLER STATION TO THE CONTROL VALVE NUMBER FOR EACH CONTROLLER. TO BE LOCATED IN ADHESIVE POUCH ATTACHED INSIDE OF CONTROLLER(S). 1. ALL MAINLINES TO HAVE A MINIMUM OF 18" OF COVER. (CLASS 200 PVC PIPE, CLASS 200 PVC FOR 4" AND LARGER). 2. ALL LATERAL AND SUB-MAIN PIPE TO HAVE A MINIMUM OF 12" OF COVER. (CLASS 200 PVC PIPE). 3. NO ROCKS, BOULDER, OR OTHER EXTRANEOUS MATERIALS TO BE USED IN BACKFILLING OF TRENCH. 4. ALL PIPE TO BE INSTALLED AS PER MANUFACTURERS' SPECIFICATIONS. 5. ALL THREADED JOINTS TO BE COATED WITH TEFLON TAPE OR LIQUID TEFLON. 6. ALL LINES TO BE THOROUGHLY FLUSHED BEFORE INSTALLATION OF SPRINKLER HEADS. 7. SPRINKLER AND RELATED EQUIPMENT TO BE INSTALLED AS PER DETAILS. 8. ALL ELECTRICAL JOINTS TO BE MADE USING WATERPROOF CONNECTIONS AS SHOWN ON DETAILS. 9. ALL EQUIPMENT NOT SPECIFIED IN THE LEGEND SHALL BE DETERMINED AND FURNISHED BY THE CONTRACTOR. 10. NO ELECTRICAL CONNECTIONS SHALL BE MADE IN THE FIELD EXCEPT AT A VALVE CONTROL BOX OR ANOTHER VALVE BOX SPECIFICALLY FOR CONNECTIONS. 11. ANY DISCREPANCY BETWEEN THIS SHEET AND OTHERS IN THIS SET MUST BE REFERRED TO THE IRRIGATION CONSULTANT BY THE CONTRACTOR FOR CLARIFICATION BEFORE PRECEEDING WITH THE WORK. 12. ALL TWO-WIRE CONTROL WIRES SHALL BE #14-2 HUNTER TWO-WIRE CABLE, INSTALLED IN 1" SCH 40 PVC ELECTRICAL CONDUIT (OR APPROVED EQUAL). 13. CONTRACTOR TO BE RESPONSIBLE FOR PROPER COVERAGE OF AREAS TO BE WATERED. I.E. ADJUST HEADS WITH INSUFFICIENT COVERAGE DUE TO BLOCKAGE BY EXISTING OR PROPOSED SITE FEATURES. 14. CONTRACTOR TO REFER TO LANDSCAPE PLAN TO KEEP SPRINKLER EQUIPMENT AND ACCESSORY MATERIAL FROM INTERFERING WITH PROPER PLANTING, i.e. VERIFY ROOT BALL SIZE FOR PLANTING. 15. CONTRACTOR SHALL PROVIDE EXPANSION COILS AT EACH WIRE CONNECTION IN VALVE BOX (WRAP AROUND 3/4" PIPE 12 TIMES). 16. CONTRACTOR TO UTILIZE APPROPRIATE AUTOMATIC DRAIN DEVICE WHERE LOW HEAD DRAINAGE MAY OCCUR. 17. ALL SPRINKLERS TO BE INSTALLED AS DETAILED ON PLANS. 18. CONTRACTOR SHALL UTILIZE VALVE I.D. TAGS ON ALL REMOTE CONTROL VALVES. 19. 24 VOLT WIRE SHALL BE COLOR CODED PER SEPARATE WIRE RUNS. 20. CONTRACTOR SHALL INSTALL MANUFACTURERS' RECOMMENDED GROUNDING EQUIPMENT FOR POWER SUPPLY AND VALVE OUTPUT WITH PAIGE WIRE GROUND PLATE ASSEMBLY. 21. CONTRACTOR SHALL INSTALL MANUFACTURERS' RECOMMENDATION ON FAULT GROUND AND LIGHTNING PROTECTION. GENERAL NOTES NOTES: 1. ALL SPRINKLER TO BE MOUNTED ON MARLEX ELLS OR UNITIZED SWING JOINTS (AS SPECIFIED ON DETAILS). 2. CONTRACTOR TO UTILIZE A AUTOMATIC DRAIN CHECK VALVE DEVICE WHERE LOW HEAD DRAINAGE MAY OCCUR. 3. ALL TWO-WIRE CABLE TO BE MINIMUM SIZE OF 14-2 HUNTER TWO-WIRE CABLE 4. ALL TWO-WIRE CABLE TO BE INSTALLED IN 1" SCH 40 PVC ELECTRICAL CONDUIT. 5. ALL ELECTRICAL CONDUITS OPENINGS TO BE FOAM SEALED. 6. ALL WIRE SPLICES TO BE MADE WITH 3M DBR/Y-6 CONNECTORS MOUNTED IN A MINIMUM OF 10" CARSON VALVE BOX 7. ALL PIPING AND WIRING UNDER HARDTOPS WILL BE IN CLASS 200 PVC PIPE SLEEVE. 8. TWO-WIRE CABLE SURGE ARRESTORS SHALL BE INSTALLED EVERY 300' OR EVERY 6 DECODERS (WHICHEVER IS SHORTER) ALONG TWO-WIRE PATH. LSP-1 SURGE ARRESTORS SHALL ALSO BE INSTALLED AT ALL TERMINAL ENDS OF TWO-WIRE CABLE PATHS (STAR CONFIGURATION). REFER TO DETAIL-P. 9. INSTALLATION CONTRACTOR SHALL ADHERE TO ALL MANUFACTURER SPECIFICATIONS FOR TWO-WIRE CONTROL SYSTEM INSTALLATION (WIRE SIZING, WIRE LENGTH OF RUNS, GROUNDING, ETC). 10. #16 TRACER WIRE TO BE INSTALLED ABOVE ALL MAINLINE, REFER TO DETAILS. HUNTER ICV-151G-AS OR HUNTER ICV-201G-AS PLASTIC ELECTRIC REMOTE CONTROL VALVE, 1-1/2" OR 2" SIZE, MOUNTED WITH SCH 80 PVC TRUE UNION BALL VALVE WITH PRESSURE REGULATION DEVICES, MOUNTED WITH HUNTER STATION DECODER (EZ-1). DETAIL-A. HUNTER ICV-101G-AS PLASTIC ELECTRIC REMOTE CONTROL VALVE, 1" SIZE, MOUNTED WITH SCH 80 PVC TRUE UNION BALL VALVE WITH PRESSURE REGULATION DEVICES, MOUNTED WITH HUNTERSTATION DECODER (EZ-1). DETAIL-A. HUNTER ICC2 CONTROLER WITH EZ-DM DECODER OUPUT MODULE. 54 TOTAL STATIONS, 2-WIRE/DECODER BASED MODULAR CONTROLLER, FOUR PROGRAMS, PLASTIC, WALL MOUNTED. DETAIL-L,M,Q. IRRIGATION CONTRACTOR SHALL ALSO INSTALL A WIRELESS RAIN/FREEZE SENSOR FOR EACH CONTROLLER. SCH 80 PVC TRUE UNION BALL VALVE, SIZED SAME AS MAINLINE, MOUNTED IN CARSON VALVE BOX, DETAIL-K. Bid 25-43 Addendum 4 Kinco Constructors Supplier Response Event Information Number:Bid 25-43 Addendum 4 Title:Construction - Walker Park Improvements, Phase 1 Type:Invitation to Bid Issue Date:7/13/2025 Deadline:8/19/2025 02:00 PM (CT) Notes:The City of Fayetteville is accepting sealed bids from properly licensed firms for the construction of Phase 1 improvements to Walker Park. Questions regarding this bid should be addressed to Kenny Fitch, Sr. Procurement Agent at kfitch@fayetteville-ar.gov. Contact Information Contact:Kenny Fitch - Sr Procurement Agent Address:Purchasing City Hall Room 306 113 W. Mountain St. Fayetteville, AR 72701 Phone:(479) 575-8258 Email:kfitch@fayetteville-ar.gov Vendor: Kinco Constructors Bid 25-43 Addendum 4Page 1 of 9 pages Kinco Constructors Information Address:3803 Kelley Ave Springdale, AR 72762 Phone:(479) 751-8606 By submitting your response, you certify that you are authorized to represent and bind your company. Tyson Reimer treimer@kinco.net Signature Email Submitted at 8/19/2025 01:47:41 PM (CT) Supplier Note Base Bid includes $50,000 allowance for utility company transformers, primary conduits and charges Requested Attachments Signature Forms for Bid 25-43 Bid Submission Form Signed.pdf Please attach your completed forms. These documents can be found in FILE #01 - Project Manual in the Attachments tab. Please be sure to include ALL required information stated in the Project Manual. Bid Bond for Bid 25-43 Bid Bond.pdf Please attach a signed and completed copy of your bid bond. Bid bonds in the form of a cashier's check shall be delivered to City Hall, Purchasing Division before bid deadline and have a copy of the cashier's check uploaded with submittal. Response Attachments Signatory Consent - Aug. 2025.pdf SIGNATURE FORM Bid Attributes 1 Arkansas Secretary of State Filing Number: 100192097 2 Arkansas Contractor License Number: Contractor's License must have a classification relating to the scope of this project. 0090280426 3 Check Yes or No: Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. Yes, I agree No, I don't agree Vendor: Kinco Constructors Bid 25-43 Addendum 4Page 2 of 9 pages 4 Check Yes or No: Pursuant Arkansas Code Annotated §25-1-1002, the Contractor agrees and certifies that they do not currently boycott Energy, Fossil Fuel, Firearms, and Ammunition Industries during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-1002. If at any time during the contract the contractor decides to boycott Energy, Fossil Fuel, Firearms, and/or Ammunition Industries, the contractor must notify the contracted public entity in writing. Yes, I agree No, I don't agree 5 Addendum Acknowledgement: By selecting "I agree", you acknowledge that you have read and understand any addendums that have been issued for this bid. I agree Bid Lines 1 Package Header Full Scope Quantity:1 UOM:EA Total:$4,930,619.86 Package Items 1.1 Bonds and Insurance Quantity:1 UOM:LS Price:$63,430.00 Total:$63,430.00 1.2 Mobilization (No more than 5% of bid, excluding Bonds and Insurance and Trench and Excavation Safety) Quantity:1 UOM:LS Price:$32,848.00 Total:$32,848.00 1.3 Site Layout Quantity:1 UOM:LS Price:$5,421.00 Total:$5,421.00 1.4 Demolition East Side of Creek (Except Tennis Court Demo, Batting Cadge Demo, or HC Demo at Bridge) Quantity:1 UOM:LS Price:$140,958.00 Total:$140,958.00 1.5 Site Grading Quantity:1 UOM:LS Price:$113,851.00 Total:$113,851.00 1.6 Trench and Excavation Safety Quantity:1 UOM:LS Price:$2,981.00 Total:$2,981.00 1.7 Tree Protection Fencing Quantity:4814 UOM:LF Price:$5.42 Total:$26,091.88 1.8 Razorback Greenway Fencing Quantity:500 UOM:LF Price:$81.30 Total:$40,650.00 1.9 Demolition NW Side of Creek Quantity:1 UOM:LS Price:$11,111.00 Total:$11,111.00 1.10 12'x18' Pavilions - NW Side of Creek Quantity:2 UOM:EA Price:$35,896.00 Total:$71,792.00 Vendor: Kinco Constructors Bid 25-43 Addendum 4Page 3 of 9 pages 1.11 Pedestrian Concrete (4") - NW Side of Creek Quantity:4200 UOM:SF Price:$10.94 Total:$45,948.00 1.12 Vehicle Concrete (6") - NW Side of Creek Quantity:2783 UOM:SF Price:$13.15 Total:$36,596.45 1.13 New Concrete Curb - NW Side of Creek Quantity:200 UOM:LF Price:$19.67 Total:$3,934.00 1.14 Demolition HC Parking & Bridge Wks Quantity:1 UOM:LS Price:$6,265.00 Total:$6,265.00 1.15 Pedestrian Concrete (4") - HC Parking and Bridge Walks Quantity:1340 UOM:SF Price:$10.95 Total:$14,673.00 1.16 Vehicle Concrete (6") - HC Parking and Bridge Walks Quantity:860 UOM:SF Price:$12.16 Total:$10,457.60 1.17 Stripping/Signage - HC Parking and Bridge Walks Quantity:1 UOM:LS Price:$2,818.00 Total:$2,818.00 1.18 Pedestrian Concrete (4") – Existing Parking Renovations Quantity:785 UOM:SF Price:$10.95 Total:$8,595.75 1.19 New Curb – Existing Parking Renovations Quantity:72 UOM:LF Price:$27.10 Total:$1,951.20 1.20 Asphalt patching / misc. – Existing Parking Renovations Quantity:1 UOM:LS Price:$39,024.00 Total:$39,024.00 1.21 Striping - Parking Lines – Existing Parking Renovations Quantity:1 UOM:LS Price:$2,968.00 Total:$2,968.00 1.22 4" Conc Scooter Parking Slab – Existing Parking Renovations Quantity:80 UOM:SF Price:$10.95 Total:$876.00 1.23 Horseshoes Perimeter 42" Fence Quantity:160 UOM:LF Price:$54.20 Total:$8,672.00 1.24 Horseshoes Artificial Turf Quantity:3875 UOM:SF Price:$17.84 Total:$69,130.00 1.25 Horseshoes Stairs (2x) Quantity:2 UOM:EA Price:$14,176.00 Total:$28,352.00 1.26 Horseshoe Pits and backstops Quantity:20 UOM:EA Price:$902.00 Total:$18,040.00 1.27 Horseshoes Entry Ramp (north) Quantity:1 UOM:LS Price:$5,420.00 Total:$5,420.00 1.28 20’x24’ Pavilions – NW Side of Creek Quantity:2 UOM:LS Price:$65,660.00 Total:$131,320.00 1.29 Pickleball Courts A&B Quantity:6500 UOM:SF Price:$9.83 Total:$63,895.00 Vendor: Kinco Constructors Bid 25-43 Addendum 4Page 4 of 9 pages 1.30 Pickleball Courts A&B Fencing Quantity:360 UOM:LF Price:$54.20 Total:$19,512.00 1.31 Pickleball Court C Quantity:2200 UOM:SF Price:$8.54 Total:$18,788.00 1.32 Pickleball Court C Fencing Quantity:200 UOM:LF Price:$54.20 Total:$10,840.00 1.33 Convert Batting Cage to Pickleball Quantity:1 UOM:LS Price:$56,230.00 Total:$56,230.00 1.34 Pickleball Stairs Quantity:1 UOM:EA Price:$4,029.00 Total:$4,029.00 1.35 Pedestrian Concrete (4”) – Horseshoes and Pickleball Area Quantity:10650 UOM:SF Price:$10.95 Total:$116,617.50 1.36 Cobble Border – Horseshoes and Pickleball Area Quantity:710 UOM:SF Price:$4.61 Total:$3,273.10 1.37 Concrete Walls – Horseshoes and Pickleball Area Quantity:545 UOM:LF Price:$49.43 Total:$26,939.35 1.38 Instructional signage – Horseshoes and Pickleball Area Quantity:1 UOM:LS Price:$3,252.00 Total:$3,252.00 1.39 Under Drainage – Horseshoes and Pickleball Area Quantity:1 UOM:LS Price:$40,995.00 Total:$40,995.00 1.40 20'x24' Pavilion – Large Plaza Area Quantity:1 UOM:LS Price:$69,381.00 Total:$69,381.00 1.41 Pedestrian Concrete (4") – Large Plaza Area Quantity:10920 UOM:SF Price:$10.95 Total:$119,574.00 1.42 Vehicular Concrete (6") – Large Plaza Area Quantity:5130 UOM:SF Price:$13.15 Total:$67,459.50 1.43 Concrete Staining – Large Plaza Area Quantity:8355 UOM:SF Price:$5.42 Total:$45,284.10 1.44 Seating Walls – Large Plaza Area Quantity:205 UOM:LF Price:$162.66 Total:$33,345.30 1.45 Boccie Courts Quantity:2 UOM:EA Price:$15,665.00 Total:$31,330.00 1.46 Corn Hole Courts Quantity:2 UOM:EA Price:$10,443.00 Total:$20,886.00 1.47 Excavation and Haul Off Dirt – Sand Volleyball Quantity:800 UOM:CY Price:$41.21 Total:$32,968.00 1.48 Volleyball Sand Quantity:700 UOM:TON Price:$113.76 Total:$79,632.00 Vendor: Kinco Constructors Bid 25-43 Addendum 4Page 5 of 9 pages 1.49 Net and Posts – Sand Volleyball Quantity:4 UOM:EA Price:$3,749.31 Total:$14,997.24 1.50 Flush Curb Containment – Sand Volleyball Quantity:500 UOM:LF Price:$27.11 Total:$13,555.00 1.51 4' Conc with 48" Fence – Sand Volleyball Quantity:193.5 UOM:LF Price:$103.67 Total:$20,060.15 1.52 North 96" Fencing – Sand Volleyball Quantity:193.5 UOM:LF Price:$75.91 Total:$14,688.59 1.53 Foot Spray – Sand Volleyball Quantity:1 UOM:LS Price:$4,427.00 Total:$4,427.00 1.54 Under Drainage - Sand Volleyball Quantity:345 UOM:LF Price:$37.77 Total:$13,030.65 1.55 Vehicular Concrete (6") – Loop Walk Quantity:6415 UOM:SF Price:$13.15 Total:$84,357.25 1.56 Pedestrian Concrete (4") – Loop Walk Quantity:9320 UOM:SF Price:$10.95 Total:$102,054.00 1.57 Sand for Soil Enhancement – Sports Fields Quantity:1100 UOM:CY Price:$65.06 Total:$71,566.00 1.58 Tahoma Bermuda Turf – Sports Fields Quantity:33604.1111 UOM:SY Price:$8.34 Total:$280,258.29 1.59 Irrigation – Sports Fields Quantity:1 UOM:LS Price:$88,271.00 Total:$88,271.00 1.60 Hose bib & Box – Sports Fields Quantity:12 UOM:EA Price:$540.79 Total:$6,489.48 1.61 Hose bib Pipe (3/4" CL200 PVC) – Sports Fields Quantity:2555 UOM:LF Price:$2.10 Total:$5,365.50 1.62 MP Fields French Drains Quantity:5900 UOM:LF Price:$24.78 Total:$146,202.00 1.63 18" Pipe – Sports Fields Quantity:1450 UOM:LF Price:$61.05 Total:$88,522.50 1.64 24" Pipe – Sports Fields Quantity:530 UOM:LF Price:$77.06 Total:$40,841.80 1.65 Catch Basin – Sports Fields Quantity:23 UOM:Each Price:$6,143.00 Total:$141,289.00 1.66 Backstops w Mow strip – Sports Fields Quantity:3 UOM:Each Price:$9,977.22 Total:$29,931.66 1.67 Playground Curb Quantity:250 UOM:LF Price:$27.11 Total:$6,777.50 Vendor: Kinco Constructors Bid 25-43 Addendum 4Page 6 of 9 pages 1.68 Pedestrian Concrete (4") – Playground Quantity:995 UOM:SF Price:$10.95 Total:$10,895.25 1.69 Play Equipment Quantity:1 UOM:LS Price:$149,964.00 Total:$149,964.00 1.70 Play Equipment Installation Quantity:1 UOM:LS Price:$42,113.00 Total:$42,113.00 1.71 Bonded Rubber Mulch Surfacing – Playground Quantity:3680 UOM:SF Price:$48.70 Total:$179,216.00 1.72 Line deleted as part of an Addendum 1.73 Fence and Court Edge Demolition – Post Tension Tennis Courts Quantity:1 UOM:LS Price:$5,720.00 Total:$5,720.00 1.74 Post Tension 5" Slab/Resurfacing – Post Tension Tennis Courts Quantity:13813 UOM:SF Price:$2.71 Total:$37,433.23 1.75 New 8' Fencing – Post Tension Tennis Courts Quantity:455 UOM:LF Price:$70.48 Total:$32,068.40 1.76 Concrete Connector at Basketball Quantity:138 UOM:SF Price:$10.95 Total:$1,511.10 1.77 Lighting and Electrical – Multipurpose Sports Fields Quantity:1 UOM:LS Price:$509,006.00 Total:$509,006.00 1.78 Lighting and Electrical – Sand Volleyball Quantity:1 UOM:LS Price:$81,020.00 Total:$81,020.00 1.79 Lighting and Electrical – Large Plaza, Hshoes & Pickleball Quantity:1 UOM:LS Price:$294,827.00 Total:$294,827.00 1.80 Lighting and Electrical – West Side of Creek Quantity:1 UOM:LS Price:$47,385.00 Total:$47,385.00 1.81 Overstory Trees Quantity:78 UOM:Each Price:$650.06 Total:$50,704.68 1.82 Understory Trees Quantity:49 UOM:Each Price:$487.46 Total:$23,885.54 1.83 Shrub Three Gallon Quantity:261 UOM:Each Price:$56.70 Total:$14,798.70 1.84 Shrub One Gallon Quantity:501 UOM:Each Price:$24.01 Total:$12,029.01 1.85 Perennials 4" Pots Quantity:95 UOM:Each Price:$20.59 Total:$1,956.05 1.86 6" Planning Bed Soil Quantity:17635 UOM:SF Price:$1.25 Total:$22,043.75 Vendor: Kinco Constructors Bid 25-43 Addendum 4Page 7 of 9 pages 1.87 Grass Seed- Plain Bermuda Quantity:5000 UOM:CY Price:$1.82 Total:$9,100.00 1.88 Grass Sod - Tahoma Quantity:3800 UOM:SF Price:$4.61 Total:$17,518.00 1.89 Landscape Boulders (1-3 ton) Quantity:17 UOM:Each Price:$262.42 Total:$4,461.14 1.90 Trash Receptacles Quantity:10 UOM:Each Price:$1,589.01 Total:$15,890.10 1.91 2 Person Table - Surface Mount Quantity:5 UOM:Each Price:$2,360.10 Total:$11,800.50 1.92 3 Person Table - Surface Mount Quantity:11 UOM:Each Price:$2,660.66 Total:$29,267.26 1.93 4 Person Table - Surface Mount Quantity:16 UOM:Each Price:$3,123.11 Total:$49,969.76 1.94 Café Table & 4 Chairs Quantity:9 UOM:Each Price:$3,396.46 Total:$30,568.14 1.95 Bench Quantity:23 UOM:Each Price:$2,966.46 Total:$68,228.58 1.96 Bike Rack Quantity:23 UOM:Each Price:$461.87 Total:$10,623.01 1.97 Concrete Cornhole Set Quantity:4 UOM:Each Price:$2,072.13 Total:$8,288.52 1.98 Ping Pong Table Quantity:3 UOM:Each Price:$4,506.88 Total:$13,520.64 1.99 General Erosion Control Quantity:1 UOM:Lump Sum Price:$27,650.17 Total:$27,650.17 1.100 Site Protective Measures Quantity:1 UOM:LS Price:$18,960.00 Total:$18,960.00 1.101 Topsoil Quantity:1 UOM:LS Price:$117,107.00 Total:$117,107.00 2 Package Header Deductive Alternate #1 West of Creek Scope and Site-Wide Adjustments Quantity:1 UOM:EA Total:$-92,899.50 Package Items 2.1 Demo for HC Parking & Bridge Wks Quantity:1 UOM:LS Price:$-6,267.00 Total:$-6,267.00 2.2 Pedestrian Concrete (4") – HC Parking and Bridge Walks Quantity:1340 UOM:SF Price:$-10.95 Total:$-14,673.00 Vendor: Kinco Constructors Bid 25-43 Addendum 4Page 8 of 9 pages 2.3 Vehicle Concrete (6") – HC Parking and Bridge Walks Quantity:860 UOM:SF Price:$-13.15 Total:$-11,309.00 2.4 Stripping/Signage – HC Parking and Bridge Walks Quantity:1 UOM:LS Price:$-1,410.00 Total:$-1,410.00 2.5 Hose bib & Box – Sports Fields Quantity:12 UOM:EA Price:$-541.00 Total:$-6,492.00 2.6 Hose bib Pipe (3/4" CL200 PVC) – Sports Fields Quantity:2555 UOM:LF Price:$-2.10 Total:$-5,365.50 2.7 Lighting and Electrical – West Side of Creek Quantity:1 UOM:LS Price:$-47,383.00 Total:$-47,383.00 3 Package Header Deductive Alternate #2 Recreational Area Modifications Quantity:1 UOM:EA Total:$-140,536.10 Package Items 3.1 Convert Batting Cage to Pickleball Quantity:1 UOM:LS Price:$-56,245.00 Total:$-56,245.00 3.2 Cobble Border – Horseshoes and Pickleball Area Quantity:710 UOM:SF Price:$-4.61 Total:$-3,273.10 3.3 Lighting and Electrical – Sand Volleyball Quantity:1 UOM:LS Price:$-81,018.00 Total:$-81,018.00 4 Package Header Deductive Alternate #3 Pavilion and Pickleball Court C Scope Quantity:1 UOM:EA Total:$-135,670.10 Package Items 4.1 20’x24’ Pavilion – NW Side of Creek Quantity:1 UOM:LS Price:$-69,402.00 Total:$-69,402.00 4.2 Pickleball Court C Quantity:2200 UOM:SF Price:$-4.61 Total:$-10,142.00 4.3 Pickleball Court C Fencing Quantity:200 UOM:LF Price:$-54.21 Total:$-10,842.00 4.4 Concrete Staining – Large Plaza Area Quantity:8355 UOM:SF Price:$-5.42 Total:$-45,284.10 5 Line deleted as part of an Addendum Response Total: $4,561,514.16 Vendor: Kinco Constructors Bid 25-43 Addendum 4Page 9 of 9 pages CONSENT MEMORANDUM OF ADOPTION OF RESOLUTION BY THE MEMBERS OF KINCO CONSTRUCTORS, LLC This Consent Memorandum is adopted by the Members of KINCO CONSTRUCTORS, LLC, an Arkansas limited liability company (the “Company”), effective the 18th day of August 2025. The persons signing this Consent Memorandum represent and warrant that they are all of the members of the Company and by their signatures hereto waive all notice of any meeting and give their unanimous consent to the following business transactions: RESOLVED, that the following persons are each hereby appointed as Authorized Signatories (individually, “Authorized Signatory”) for the Company until such time as his authorization is revoked in writing by a majority in interest of the Members: • Doug Wasson • Marc Dillard • William Fletcher • Clay Gordon FURTHER RESOLVED, that any Authorized Signatory may be added as signatory on any checking, savings, or other monetary accounts of the Company and place to the credit of the account of this Company funds, drafts, checks, and other like obligations endorsed with the name of the Company, either by rubber stamp, facsimile, mechanical, manual, or other signature; and FURTHER RESOLVED, that any Authorized Signatory is authorized to execute any contracts, agreements, bid forms, or other documents deemed necessary in the name of the Company to carry out the regular business of the Company. MEMBERS: ____________________________ ___________________________ DOUG WASSON MARC DILLARD ____________________________ ___________________________ WILLIAM FLETCHER CLAY GORDON Docusign Envelope ID: 0586DEBD-CADE-444B-BEA3-DCC47B3CA2EE 10/17/2025 Submitted Date Yes 2,301,491.54$ 81,018.00$ V20221130 Budgeted Item? Does item have a direct cost? Is a Budget Adjustment attached? Total Amended Budget Expenses (Actual+Encum) Available Budget Item Cost Budget Adjustment Remaining Budget 14,496,256.00$ 12,194,764.46$ Yes No -$ 2,220,473.54$ 46050.7550.2000 Project Number Budget Impact: Walker Park Improvements, Phase 1 Fund Park Development2250.520.9256-5806.00 Account Number Project Title City of Fayetteville Staff Review Form 2025-0826 Item ID n/a City Council Meeting Date - Agenda Item Only Staff recommends approving Change Order One for Walker Park Phase 1 Improvements for the contract with Kinco Constructors LLC in the amount of $81,018.00 for sport lighting for the four sand volleyball courts that are being constructed as part of the project. N/A for Non-Agenda Item Action Recommendation: Submitted By Ted Jack PARKS & RECREATION (520) Division / Department Comments: 2025-0907Purchase Order Number: Change Order Number:# 1 Previous Ordinance or Resolution #208-25 Approval Date:9/16/2025 Original Contract Number:2025-00000049 TO: Mayor Molly Rawn THRU: Keith Macedo, Chief of Staff Alison Jumper, Director of Parks, Natural Resources and Cultural Affairs FROM: Ted Jack, Park Planning Superintendent DATE: October 21, 2025 SUBJECT: Walker Park Improvements Phase 1 – Change Order One RECOMMENDATION: Staff recommends approving Change Order One in the amount of $81,018.00 for sport lighting for the four sand volleyball courts that are being constructed as part of the project. BACKGROUND: Bid 25-43 for improvements to Walker Park, was approved at City Council September 16, 2025 (2025-1664). Bids were higher than anticipated and two deductive alternates were taken to reduce the bid award. The sport lighting for the four sand volleyball courts was one of the items deducted from the contract. This change order adds the lighting back into the project at the bid line item value ($81,018) and following the project drawings and specifications. DISCUSSION: Sand Volleyball is a popular sport with a very well utilized facility on the north side of town at Lake Fayetteville – Veterans area. The courts at Walker will provide a high-quality facility for the south side of the city. Without lights the usability of the courts is diminished including reducing the possibility of league play. BUDGET/STAFF IMPACT: Funding for the change order is from the $255,000 Project Contingency. An administrative Budget Adjustment will move the funds into the project. Attachments: SRF and Change Order 1 10/31/2025