Loading...
HomeMy WebLinkAbout45-80 RESOLUTION• • RESOLUTION NO p0c)-7126 A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH JERRY D. SWEETSER, INC. FOR THE RELOCATION OF WATER AND SEWER LINES ALONG U.S. HIGHWAY 62 FROM U.S. HIGHWAY 71 BY-PASS TO GARLAND AVENUE. BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF FAYETTEVILLE, ARKANSAS: That the Mayor and City Clerk are hereby authorized and directed to execute a contract with Jerry D. Sweetser, Inc. for the relocation of water and sewer lines along U.S. Highway 62 from U.S. Highway 71 By—Pass to Garland Avenue at a total contract price of $313,323.05. A copy of the contract authorized for execution hereby is attached hereto, marked Exhibit "A" and made a part hereof. nA*6 PASSED AND APPROVED this c<0 day of 1980. t 0:- C I TX:5C LEAK aP • "1 • 4c417 c Hrgc APPROVED: MICROFILMED CERTIFICATE OF RECORD State of Arkansas City of Fayetteville ( SS I, Bonnie Goering. City Clerk and Ex -Officio recorder for the City of Fayetteville, do here- by certify that the annexed or foregoing is of record in my office and the same ap- pears in Ordinance C.9. Resolution book Witness my hand and seal, cc 19 LP City aerk find Ex -Officio Rec. State of Arkansas ) County of Washington) CONTRACT THIS AGREEMENT, made and entered into this 0? — day of 1980, by and betheen the City of Fayetteville, Arkansas, Party o the First Part, hereinafter called the Owner, and Jerry D. Sweetser, Inc. of the city of Fayetteville, Arkansas , Party of the Second Part, hereinafter called the Contractor, WITNESSETH: Whereas, the Owner has called for bids for the Relocation and Adjust- ment of Water and Sewer Facilities, Fayetteville, Arkansas, as set out in the plans and specifications; and WHEREAS, pursuant to the call for bids under said plans and specifications, the Contractor is the lowest and best bidder for the construction of said Relocation and Adjustment of Water and Sewer Facilities; NOW THEREFORE, the Contractor agrees with the Owner to commence and complete the construction of: Relocation and Adjustment of Water and Sewer Facilities relative to reconstruction of Highway 62 from the Highway 71 Bypass to Garland Avenue, Arkansas Highway Commission Job No. 4835, including all work for a complete installation as set out in plans and specifications Fy-73, for the unit and lump sum prices bid in the Proposal, all of which become and are a part of this contract, the total sum being Three hundred thirteen thousand Three hundred Twenty-three and 05/100 dollars ($ 313,323.05 ), such sum being the agreed amount upon which bonds and liabilities are based, and at his own expense and cost furnish all labor, materials, machinery, equipment, tools, supervision, bonds, insurance and other accessories and services necessary to complete the installation of said facilities in accord- ance with the conditions and prices stated in.the Proposal attached hereto and made a part hereof, and in accordance with the plans, which include all maps, plans, blue prints and other drawings, and written or printed explanatory matter thereof. The Contractor agrees to commence work under this contract within ten days of the effective date of the Notice to Proceed, and fully complete all work within one hundred twenty (120) calendar days thereafter. 6-1 • 4 0] TheOwne agrees to pay the Contractor in current funds for the performance of the contract in accordance with the accepted Proposal therefor, subject to additions and deductions as provided in the General Conditions and in Methods of Measurement and Payment, as provided hereafter in the specifications, and to make payment on account thereof as provided below. As soon as is practicable after the first of each calendar month, the Owner will make partial payments to the Contractor for work performed during the preceding calendar month, based upon the Engineer's estimate of work completed, said estimate being certified by the Contractor and accepted by the Owner. Except as otherwise provided by law, ten percent (10%) of each approved estimate shall be retained by the Owner until final completion and acceptance by the Owner and Engineer. The Engineer shall then issue a Final Estimate of work done based upon the original contract and subsequent changes made and agreed upon, if any. If the Contractor fails in completing the contract within the time stipulated herein, the Contractor agrees to pay the Owner, as liquidated damages, the sum of one hundred dollars (100.00) per day for each calendar day of delay in completion, said amount being fixed and agreed upon by and between the parties hereto because of the impracticability and extreme difficulty in fixing amounts of damage Owner would sustain. Said amounts of liquidated damages shall• be deductible from any amount due the Contractor under the Final Estimate of said work, after the completion thereof, and the Contractor shall be entitled only to the Final Estimate less such amounts of liquidated damages. If the Contractor be delayed at any time in the progress of the work by any act or neglect of the Owner or of his employees, or by any other contractor employed by the Owner, or by changes ordered in the work, or by strikes, lock -outs, fire, unusual delay in transportation, extremely abnormal weather, unavoidable casualties or any causes beyond the Contractor's control, or by delay authorized by the Engineer pending arbitration, or by any cause which the Engineer shall decide to justify the delay, then the time of completion shall be extended for such reasonable time as the Engineer may decide. No such extension shall be made for delay occurring more than seven days before claim therefor is made in writing to the Engineer. In the case of a continuing cause of delay, only one claim is necessary. In the event the Contractor abandons the work hereunder or fails, neglects or refuses to continue the work after ten (10) days written notice, given Contractor by the Owner or by the Engineer, then the Owner shall have the option of (1) declaring this contract at an end, in which event the Owner shall not be liable to the Contractor for any work theretofore performed hereunder, or (2) requiring the surety hereto, upon ten (10) days notice, to complete and carry out the contract of Contractor; and in that event, should the surety fail, neglect or refuse to carry out said contract, (3) said Owner may complete the contract at its own expense, and maintain an action against the Contractor and the surety hereto for the actual expense of same, together with any damages or other expense sustained or incurred by Owner in completing this contract, less the total amount provided for hereunder to be paid Contractor upon the completion of this contract. 6-2 gi; • zl,F,..- 1 , ;HIV • • I A‘ .0 -• Neither the final certificate nor payment nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship; and, unless otherwise specified, he shall remedy any defects due thereto and pay for any damage to other work resulting therefrom which shall appear within a period of one year from the date of substantial completion. The Owner shall give notice of observed defects with reasonable promptness. All questions arising under this article shall be decided by the Engineer, subject to arbitration. This contract shall be binding upon the heirs, representatives, successors or assigns of the parties hereto, including the surety. IN WITNESS WHEREOF, the Owner and seals, respectively. Contractor have hereto Jerry D. S set "uh"0 their hands and • eetser, Inc. tnes es Attest onnie J. Goring, City Cl CITY OF FAYETTEVILLE, ARKANSAS ......... John Todd, Mayor 6-3 1 1 1 I 1. 1 1 1 MtCRO DATt REEL IMO SPECIFICATIONS Relocation and Adjustment of Water and Sewer Facilities Fayetteville, Arkansas CONTRACT CITY OF FAYETTEVILLE Relative to Reconstruction of Highway 62 from Highway 71 Bypass to Garland Avenue Arkansas Highway Commission Job No. 4835 • Plans No. Fy-73 Dated April, 1980 McGoodwin, Williams and Yates, Inc. Consulting Engineers Fayetteville, Arkansas • 0. T. WILLIAMS. JR. L. CARL YATES Re: MCGOODWIN, WILLIAMS AND YATES, INC. CONSULTING ENGINEERS FAYETTEVILLE. ARKANSAS May 16, 1980 Tabulation of Bids Relocation and Adjustment of Water and Sewer Facilities Fayetteville, Arkansas Our Plans No. Fy-73 Ms. Angela R. Medlock City Clerk City of Fayetteville Drawer F Fayetteville, Arkansas Dear Ms. Me4dlock:,; • 4 4. MIN 909 ROLLING HILLS DRIVE FAYETTEVILLE. ARK. 72701 TELEPHONE 443-3404 Enclosed for your files are three copies of the •-•- Tabulation of Bids received May 15, 1980, for the city's Highway 62 Relocation and Adjustment of Water and Sewer Facilities project. If you should need additional copies, just let us know. JET:jr Enclosures Cordially, Joe E. Tarvin 13. 8 8" Gate Valves 12. 8 12" Butterfly Valves 11. 3 24" Butterfly Valves 10. 885 L.F. 6" Water Line 9. 1,455 L.F. 8" Water Line 8. 2,805 L.F. 12" Water Line 7. 10 L.F. 6" CA Pipe 6. 100 L.F. 8" CA Pipe 5. 320 L.F. 12" CA Pipe 4. 170 L.F. 6" DI Pipe 3. 45 L.F. 8" DI Pipe 2. 130 L.F. 12" DI Pipe 1. 1,190 L.F. 24" DI Pipe Contractor, License No. Address Item No. Quantity, Unit and Item -------1 0 (3 • 0 0 - -4 cs • 0 . 136voi•g 1 03 •.c. -4 TS •:•••, ‘. 1 4, •ta d= ,-, -4--) ---- LI) *4. 0 VN p) pia . Unit n 0 I. x g 172 Cn. 'a 4 C:3 *03 -- 0 1 •Lo . . M. -Z *-,:. . 1 .• lb r ..... SO o Os lo 0 k),) d 0 •0 0 ...- az '''Z ,t,... 5L, co Co *es 0 --• 94 ••0 V. Q. ,o <A g "J '3 - if, iz . - +6 P '• Ito .... _A til • ,e0 strt z --- , -S) -4Z '6. 0 ' "I 0 , "t--- u•I •r• A o .4- -•• c)•' .•rt th 01 x3 "P- 1 s- 0 •0 0 ss St 34 kri -1 . C h o 7.-i 0 0 12 c.).) • 0 01012 00 5; Ae% 0 it, cal -3/4 fa; v% 0 0 00 Unit I 4> tn kr •8 1 0 •g :4) u):: 0 1 r_ 5•••• ...0 oa ..,_ F..) . ° SA X> * *8 - %to-% -1 ''' t'' 1 1? a A,„ 31")=it 1 4--Z1 zi 1 Ell s'es f• r--- 4..)) --. Zry, 1 r _ -, t. ri 't -.. --) 1 0 1 0ti`-- tR 9 u,s cot cbc, LA 00 6" o --- c, 0 ---- rut) lin -- al , ----- )1/4.) ,t.. 2,..) ,8 .9,,, 453 %vs •-- 04 fig Unit C70 K et- lw It 2 — ._. €- nit) - 21::PIMAniaJ co an — oe. 12 ---, n IS 6 4 •- 6" 5L., 4\ 0 rt i 3; (./,GL '6 i:-•:, 'g c-- t8 aks)...0 tg i% 49 ig tg ‘4o‘ it t 0 k)4 It. id% 43 111) i 0 jg 12 . I% Unit I I% It It 93 1 -- 0 it (8 ,...1 teg Total I - .3 im IR td .0 it? IR 1 13 10 Ig 48 SCo R) el vg •---- ILA) ‘fz? ---. 0 IR 9...,, tip ig 0 ‘t, 6' 18 --.. R) f‘R -- 0 --) it F 7; :3,_ 0 0 • g t .tc- 4- • x en LP. '1- --- ed0 IR 4-- 18 ._ r 1 7:‘ 18 o ,8 -.z St-> ° ° 10 th pa 0 n is 0 0 10 0 00 7., 0 10 c) 0 ,91% lo r: 0 bet"°0 i° O -q-• lia sp 12 tp f- Zit — 5 di a Z 6% , A- p b tn ultatitb 0 10 o oh.) ig 0 •-- 0 0 to 0 .. it g2111A3113AVJ SVSNVNNV NOI1V30138 0 1N3W1SOrOV JO moiivinevi 1 n) %.o • N.) NJ CO r• :'1 a. CA CD Z ID n 28. 39 L.F. 6" DI Sewer 27. 90 L.F. 24" DI Sewer n) a• la 0 r :c 0 CO 0 0 = 0 -1 (D rt CD 25. 1,955 S.Y. Asphalt Repair 24. 15 S.Y. Asphalt Repair 23. 198 S.Y. Concrete Repair 22. 14 Ties to Exist. Lines 21. 1,575 Tons SB -2 Backfill 20. 430 L.F. 3/4" Cop. Line 19. 15 L.F. P' Copper Line 18. 30 Water Services 17. 8 Fire Hydrants 16. 20,000 Lbs. CI Fittings 15. 1 2-1/4" Gate Valve 14. 7 6" Gate Valves e., s2 --- 98 9t; 1 013 ctx' . -15 00 ic)..4802/J-cak Arai 70.402A (bernS-1-• bcp• I 0 ilh' 0 1 '8 LA iR *ce) 'IS •Z'.6.... -)•s 9.) 0 6 00 sn . 0 52..> ._. pl c--- r N.)k)4301Z-_,Oki" 6 g ......... . ..4en cm oo • % c> • g 3_, . g -- _r_ — 7.--a fs51 .... c• -.Z 6 g ,-.3 . Cel) • g CADIS' 4 0 500 • 8 6 % --ai •‘Stj %tit su ' CA kiJ 0 \SI it.N)(1) 1 --' 0 --- .11.) 0 9.....) 6.-- 0 18 ' 6 kfal‘) c, bi --,&,. 1 g 1 ‘(' ‘<gtI% 0 ' 8 NS) Lx) - SI-- --.1. .4j 1,fi -...... ,.....z. •L__ -L..- • 0 11% -.. 4- ° 11-x) -4) - 0-o- '0 4--. ___. ---...„ t .0 •,-_-Z : So 9s- 0) - 3-3 1g i 0 1ttns ',7: `18 It. 41 IT) g i•co-isi--- oat, c".v(N) i, 0\ ‘%, G '' ‘13 Unit c *)8 18 ,LS kiN St-) --c- 0 ---- LSI 6-b..% - •--- ---t) 00 --I g S ----a A ‘)• $:)c) 7CS -Z --- tin \ S.-% c,„ y€ o e SO co r o 10 tA 18 C5 $., 16 c., tv,A 1(?) 12, c E. 0 o ID 7.51 C) 0 10 cic i 2 ' --- o 10 .._.1 CM 0 10 0 o 10 18 • •A 10 51-_, -0 --3 --I SA -P.- R..) -_-_-_ 101 z--- ---1 L-> .7-- _.----' cPifr S•5 \---- ---)- - kj 6' 5, Zoo/ 103 0 )7, e) Ii! aL,) o dync-Libio. cn 0 0 0 18 u) _cm, --6, 0 12 CO lg s_3 CO' _ 8 118 \ig 11‘;‘) 18 Is '15 a) Unit I 0 f8 ••••) 12 0 18 12 18 18 U.1 n 16 Us n gl) 1.: " 'c' -1 re, - ra 0 leg oo IO ig .1) 0 i° 0 t og IR o is 18 Ig • 45. L.S. Highway Crossing 6 44. L.S. Highway Crossing 5 43. L.S. Highway Crossing 4 42. L.S. Highway Crossing 3 41. L.S. Highway Crossing 2 40. L.S. Highway Crossing 1 39. 250 C.Y. Rock Excavation 38. 205 L.F. 4" Service Line 37. 20 6" x 4" Wyes 36. 20 Service Installins. 35. 1 Manhole Adjustment 34. 11 Abandon Manholes 4) co.) . 00 r . m . m X • 0 CD -a rt 7' tat N3 • . 2 al 0 , r 0 -- CD Lc) 31. 310 L.F. Depth 8-10' 30. 730 L.F. Depth 6-8' Contractor Item No. Quantity, Unit and Item <A oto .S) c-- .0 cs\ 0\ 0 0 " 2--) 6o •63 (51 -.-_--1 g-' •--) o ., 9.). cr1.4 10 . 90 ° a8 E. rt .0 o *8 .8 *2 Total -.1 su (-B 0 .0, ?-, --. ,-) 0 c) .8 ...57 (J 0 0.. -e; -S30 03 0 1 :— -0 k-1\ .8 Lt. E. c>c c)c) .0 0 g3 •g ..,-• .sn ---1 b —1 -.CJ 51-. <SA 0 •0 CD 4-L- 0 o 63-• .40 •c) yos c-.) •8 ..„ i2 '8 ‘kil . it a rib L \ ) 0 ,1 t, ‘t, art p '0 ) o C> ,2 % 9c -s• %,) o 6-.-- 3i_r _..) c. „C)0.• 7;7- 1--) it% ce 3 9-> :Ik)- (J1 04.1:— -"kn TO- its 2-.) . no4 : 1/4-r-.3 9-) t- CP. "..., 0 - e r\--- Do 0 :-.9->-- c>c o c-...,-- m -•-• c3 ..3.:-- .0,--- • r--.,. 9- 1:::. cT. — \s‘ , 0 ..n , 18 o oi° o o CD ...._ \ 6 \e; ig 06) g +8 g \B Unit ‘s A r stm 18 51._,....._.)t.., \g 0 18 ; co L>i •i -- :1.5\e:._\\3....7..._ \ZI :roc) VI 2 0 \ci \c8 al z skr„ ti"1 ig ,g - • :2, VB \-6 ‘g Ag ,g ,8 2 12 10 10 18 k% It 10 '2 Unit E I:, 10 crog ig Is rt a' Li' :4-- pra ; 1$ 0 0 istc; ° R 0 19 ‘ g8 o 0 o 0 to R cis C5 ,2 g ice) 8 1Z 0 ,R 0 18 . ,2 ro --1-) ---0 •-f 18 40 N-,,, Unit t- ? - -t- C.) uy 0 kil \A ig q ig ..) oo c.51 g 18 u, 5 IS; t 1? 1c.• ig Total LP W C ,n ..0 ig —3 10 pc. ocs 18 Itc3 G--, vg 12 o l'%) ii ig ig 18 12 a 'saleA Flue DE7 3tD, TOTALS, ACCEPTING DEDUCTIVE ALTERNATE NO. 1 im TOTALS 47. L.S. Highway Crossing 8 46. L.S. Highway Crossing 7 Contractor Item No. Quantity, Unit and Item 0 0 Unit Total U4 tri c) • (04 •$- ..:— "`10‘ 'IN Unit -7- 0 0 S ‘b W D Unit •-•Z ID iu --..-. VI Poo 0 la G --- a Unit -- .9 1; p •-•P U3 vi ig a : --c- 0 0 18 n io Ykr- t•N •Nr- •• • • 0. T. WILLIAMS. JR. L. CARL YATES Re: MICROFIlAitO MCGOODWIN, WILIATIIS AND YATES, INC. CONSULTING ENGINEERS FAYETTEVILLE. ARKANSAS October 6, I980 Owner's/Engineer's Protective Liability Policy Relocation and Adjustment of Water and Sewer Facilities Project Fy-73 er t dm- gar, %I Li 1 ' • ms...vrCtigii!o; Koettel City Clerk City Of Fayettettille. • Drawer F Fayetteville, Arkansas • - - ar 0*. =won 4 • • S Ay/ 7 66-6? 909 ROLLING HILLS DRIVE FAYETTEVILLE, ARK. 72701 TELEPHONE 443-3404 Dear Ms. Koettel: We have only now received the certificate of insurance for the Owner's/Engineer's Protective Liability insurance for the above project. However, this policy has been in effect since May 29. This certificate of insurance is enclosed, and should be inserted in the insurance folder just inside the front cover of the contract speci- fications. CRN:jr Enclosure !QM Cordially, alit/464A Charles R. Nickle LINITEDVAITIES FIDEL' 1 Y \ND GUARA\-TY COMPANY ; r • OWNERSAND CONTRACTORS' PROTECTIVE LIABILITY INSURANCE COVERAGE FOR OPERATIONS OF DESIGNATED CONTRACTOR DECLARATIONS Item I. NAMED INSURES and Address (No. & Street, City, County, State, bp Code) CO Cr;ITY OF FAYETTEVILLE 4-1 CV FAYE TTEV I LLE, WASHINGTON, ARKANSAS c.3 . Item 2. Policy Period From MAY 29 1980' to MAY 29, 1981 .12:01 A.M. standard time at the address of the Named Insured as stated herein. Policy Number 3CC 121906 Renews NEW • , The Named Insured is: D Individual p Partnership D Corporation r Other (specify) C I TY, Business of Named Insured CITY Agent or Broker and Address EASON & COMPANY, I NC . FAYE TTEV I LLE, ARKANSAS Item 3. The insurance afforded is only with respect to such of the following Coverages as are indicated by 'specific premium charge or charges. The limit of the Company's Habil. ity iagainst each such Coverage shall be as stated herein, subject to all the terms of this policy having reference thereto. COVERAGES -- " LIMITS OF LIABILITY ADVANCE PREMIUMS I A. Bodily Injury Liability , _ . 500 , 000 each occurrence I B. Property Damage 'Liability . $ 100 , 000 each occurrence. Audit Period: Annual, unless otherwise designated below. 0 Semi-annually D Quarterly 0 Monthly • If the policy period is more than one year and the premium is to be paid in installments, premium installments are payable as follows: Effective Date $ .. . ; 1st Anniversary $ ; 2nd Anniversary $ 162. • $ 300 , 000 aggregate $ 76 Total Advance Premium $ 238 JERRY D. SWEETSER, INC. Av.= Mailing Address: P. O. BOX 579, FAYE TTEV I LLE, ARKANSAS 1.0CltiOrl of Covered Operations: I; ;. • RELOCATION & ADJUSTMENT OF Hwy. 62 WATER & SEWER TREATMENT . X Check here if the following provision is 2pplicable: The person or organization designated above as the Contractor has undertaken to pay the premiiim for this pelicy and slIal I he "entitled In receive any r eturn premiums, if any. which may become payable under the terms of this policy. , CstuAlli n (1-74) • (SEE REVERSE SIDE FOR COVERAGE PROVISIONS) Countersigned by AGENT'S COPY rraleAl uthorized Representative (Rev. I-1-73) Description of Hazards (PE The rating the exclusions 51) Code No. classifications below do not modify or other terms of this insurance. N. Premium Basis Rates - Advance Premiums Bodily Injury Property Damage Bodily Injury . , t Property Damage CONSTRUCTION RA I LROADS)-0:EXCLUDING 'BOARD OPERATIONS --OWNER (NOT OPERATIONS ON SHIPS ••••• . . . . 4116292 Cost 31.3, 323 . Per 3100 .O'+7 of Cost .022 • 1'+7. 69. Increased Endorsement #1 Limits Basic Charge (PE 48) 99901 Nt3. 42, • GL 2007, ADDITIONAL INSURED GL onig Total Advance Premiums . 15. $ , ' 7• $ Ilee;nn can Af r.... •••••• JERRY D. SWEETSER, INC. Av.= Mailing Address: P. O. BOX 579, FAYE TTEV I LLE, ARKANSAS 1.0CltiOrl of Covered Operations: I; ;. • RELOCATION & ADJUSTMENT OF Hwy. 62 WATER & SEWER TREATMENT . X Check here if the following provision is 2pplicable: The person or organization designated above as the Contractor has undertaken to pay the premiiim for this pelicy and slIal I he "entitled In receive any r eturn premiums, if any. which may become payable under the terms of this policy. , CstuAlli n (1-74) • (SEE REVERSE SIDE FOR COVERAGE PROVISIONS) Countersigned by AGENT'S COPY rraleAl uthorized Representative (Rev. I-1-73) .) This endorsement forms a part of the policy to which attached. effective on the inception date of the policy unless otherwise. stated herein. Endorsement effective (The following information is required only when this endorsement is issued subsequent to preparation of policy.) Policy No. • Endorsement No. Named insured Additional Premium s 22,1 ( INCLUDED) Countersigned by ADD' TIONAL INSURED: MCGOODWINJ, WILLIAMS & YATES, INC. 909 ROLLING HILLS DRIVE 'FAYETTEVILLE, ARKANSAS This endorsement modifies such insurance as is afforded by the,provisions of the policy relating to the following: COMPREHENSIVE GENERAL LIABILITY INSURANCE • MANUFACTURERS AND. CONTRACTORS LIABILITY INSURANCE • OWNERS AND CONTRACTORS 'PROTECTIVE LIABILITY INSURANCE OWNERS, LANDLORDS AND TENANTS LIABILITY INSURANCE SMP LIABILITY INSURANCE . -A • (Ed. 0173) (Authorized Rep entative) ••••••••••• ••••••• , ADDITIONAL INSURED (Engineers, Architects or Surveyors) provisions: It is agreed that such insurance as is afforded by the Bodily Injury Liability Coverage and Property Damage liability Coverage applies. subject to the following • • ' 1. The word "insured" also includes any architect, engineer or surveyor engaged by the named insured but only with respect to liability arising out of the premises of the named insured or operations pertormed by or for the named insured. . ,i 2. The insurance with respect to such architectsengineers or surveyors does not apply to bodily injury or property damage arising out of the rendering of or the failure to render any professional services by or for the named insured, including• • . (a) the .preparation or approval of maps, plans, opinions, reports, surveys, designs or specifications and , (b) supervisory, inspection or engineering services. . GL 2007 01 73 ": • • tr• t • • 1. • m •./i • NME-.1 " • ' .4ajtv,:yrd);:.L • re ;0:*•d;ilt.r. cr • C;"V A ▪ , ;; „. • I"; .4 . -; •SYrk • .• - • j.r.•-•-"te • 744 r -I • • •. °1‘ 1444.117.Th • .9 4. - The contract and bonds have not been dated. If you will date the city's copy, and return the remaining copies to me I will date and make dis- tribution. Insurance certificates are in an envelope inside the front cover. Also, an envelope is provided for change orders, if any should be needed. All bids are returned, with the low bid being intact in a complete set of specifications. Jackie Ross 0. T. WILLIAMS. JR. L. CARL YATES Re: MCGOODWIN, WILLIAMS AND YATES, INC. CONSULTING ENGINEERS FAYETTEVILLE. ARKANSAS November 6, 1980 Insurance Certificate Relocation and Adjustment Water and Sewer Facilities Plans No. Fy-73 Fayetteville, Arkansas MN. Mrs. Vivian D. Koettel City Clerk City of Fayetteville Fayetteville, Arkansas Dear Mrs. Koettel: 909 ROLLING HILLS DRIVE FAYETTEVILLE. ARK, 72701 TELEPHONE 443-3404 Enclosed is a Certificate of Insurance on the above referred to project. Except for the Owner's/Engineer's protective liability policy, the original insurance policies have expired, and this certificate lists the newly issued policies now in effect. This may be inserted in the insurance envelope in the inside cover of the contract specifications. FWB:jr Enclosure -MO Sincerely, Frank W. Blew 0 0 citora,1 0 THIS THI CERTIFICATE .ERTIFI ATE CL3/10219WPI*JUJ"MO 0 @GM:Kap IS ISSUED DOES FAST AS A ATTER OF AMEND, EXTEND of INFORMATION OR ArTER THE ONLY AND COVERAGE CONFERS AFFORDED NO BY RIGHTS UPON TH POLICIES THE CERTIFICATE LISTED BELOW. OLDER. NAME AND ADDRESS OF AGENCY Eason & Co., Inc. P.O. Box 4217 Fayetteville, AR 72701 • COMPANIES AFFORDING COVERAGES COMPANY LETTER A United States Fidelity & Guaran COMPANY B LETTER NAME AND ADDRESS OF INSURED Jerry D. Sweetser, Inc. P.O. Box 579 Fayetteville, AR 72701 COMPANY C LETTER COMPANY D LETTER COMPANY E LETTER This is o certify that policies of insurance listed below have been issued to the insured named above and are in force at this time. COMPANY LETTER TYPE OF INSURANCE POLICY NUMBER POLICY EXPIRATION DATE Limits of Liability in Thousands (000) EACH OCCURRENCE AGGREGATE A GENERAL LIABILITY a COMPREHENSIVE FORM O PREMISES—OPERATIONS ▪ EXPLOSION AND COLLAPSE HAZARD 0 UNDERGROUND HAZARD Ei PRODUCTS/COMPLETED OPERATIONS HAZARD 0 CONTRACTUAL INSURANCE LI BROAD FORM PROPERTY DAMAGE 0 INDEPENDENT CONTRACTORS O PERSONAL INJURY 1CCD70874 10/30/81 BODILY INJURY PROPERTY DAMAGE '500 $500 300 BODILY INJURY AND PROPERTY DAMAGE COMBINED $ PERSONAL INJURY A AUTOMOBILE LIABILITY COMPREHENSIVE FORM O OVVNED El HIRED O NON -OWNED BAP346202 10/30/81 BODILY INJURY (EACH PERSON) BODILY INJURY (EACH ACCIDENT) $ PROPERTY DAMAGE BODILY INJURY AND PROPERTY DAMAGE COMBINED $500 WORKERS' COMPENSATION A and EMPLOYERS' LIABILITY 1393900765007— -- 10/30/81 STATUTORY $100 • IL/CH ACCIDENT, OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing com- pany will endeavor to mail ... days written notice to the below named certificate holder, but failure to mail such notice shall impose no obligation or liability of any kind upon the company. NAME AND ADDRESS OF CERTIFICATE HOLDER: City of Fayetteville Relocation & Ad3ustment of Water & Sewer Service • ACORD 25 (Ed. 11-77) =-1 October 28 1980 DATE ISSUED - AUTHORIZED REPRES • AT VE EXCESS LIABILITY BODILY INJURY AND UMBRELLA FORM PROPERTY DAMAGE $ OTHER THAN UMBRELLA COMBINED FORM WORKERS' COMPENSATION A and EMPLOYERS' LIABILITY 1393900765007— -- 10/30/81 STATUTORY $100 • IL/CH ACCIDENT, OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing com- pany will endeavor to mail ... days written notice to the below named certificate holder, but failure to mail such notice shall impose no obligation or liability of any kind upon the company. NAME AND ADDRESS OF CERTIFICATE HOLDER: City of Fayetteville Relocation & Ad3ustment of Water & Sewer Service • ACORD 25 (Ed. 11-77) =-1 October 28 1980 DATE ISSUED - AUTHORIZED REPRES • AT VE MICROntivia CHANGE ORDER ORDER NO. 1 OAT E Sept. 16, 1980 STATE Arkansas CONTRACT FOR Water and Sewer Facilities - Plans No. Py -73 k COUNTY Washington OWNER City of Fayetteville, Arkansas To Jerry D. Sweetser, Inc. You are hereby requested to comply with Post Office Box 579, Fayetteville, Arkansas 72701 • (Contractor) the following changes from the contract plans and specifications: Description of Changes (Supplemental Plans and Specifications Attached) DECREASE in Contract Price - INCREASE in Contract Price Item 1. 3,290 L.F. 24" Ductile Iron Pipe Class 51 @ $33.25 L.F. Item 16. 5,320 Lbs. Ductile Iron Fittings @ $1.25 Lb. 4 - 24" 450 Bends 2 - 24" 22-1/2° Bends 1 - 24" 11-1/4° Bends TOTALS NET CHANGE IN CONTRACT PRICE 5 109,392.50 6,650.00 116,042.50 116,042.50 JUSTIFICATION:. To complete 30" and 24" water supply loop around city. The amount of the Contract will be (DZIalelPkyd) (Increased) By The Sum Of: Thousand Forty-two and 50/100 One hundred Sixteen 116,042.50 The Contract Total Including this and previous Change Orders Will Br Thousand Three hundred Sixty-five and 55/100 Dollars (S 429,365.55 Dollars (S Four hundred Twenty -Nine The Contract Period Provided for Completion Will Be (Increased) (OrdiFactwaiuSaagargU)• This document 'II become a supplement to the contract and all provisions will apply hereto. /in Requested "7-74/ AVViae4-'* Donald B. Bunn, City -En ineer Recommended ...12 t i‘ Frank W.231ew --4o..;miceis A rchitactr En pm 0o0 A t d ccep e - / I P Jerry D1 St.leetser-,- //4-7/4 Approved By e John d, Ma/or (Centracier) (Name arid Title) 51 ?–/ - 5/ (Dare) (I) a re) P f5Z \ .Th Day& (ID are) 17 — CtTh (Date) 1 1 1 //1 It, 1. 4Workmen's Compensation ‘'Compreheasive.Aute. Liability r:Comprehensive General_flab. ..-Owner's/Engineer's 1? Protective Liability Type of Policy. INSURANCE 4 • ••••- 04 • Expiration Date 10/30/80 10/30/80 10/30/80 Bound Renewed to 1 1 1 1 1 1 1 1 1 1 CHANGE ORDERS Increase of DeCrjiase Adjusted Days lidded No. in Contract Amount Contract Price to Contract .1.=•=1 1 1 1 1 1 1 1 1 1 1 SPECIFICATIONS Relocation and Adjustment of Water and Sewer Facilities Fayetteville, Arkansas Relative to Reconstruction of Highway 62 from Highway 71 Bypass to Garland Avenue Arkansas Highway Commission Job No. 4835 Plans No. Fy-73 Dated April, 1980 McGoodwin, Williams and Yates, Inc. Consulting Engineers Fayetteville, Arkansas