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