Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
18-83 RESOLUTION
RESOLUTION NO. i• r A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT WITH GINTONIO CONCRETE CONSTRUCTION, INC., TO PERFORM CONCRETE CONSTRUCTION ON AN AS NEEDED BASIS, TO SPECIFICATIONS CONTAINED IN BID #510, AND GINTONIO CONCRETE CONSTRUCTION, INC. PROPOSAL, ATTACHED HERETO AND MADE A PART HEREOF. BE IT RESOLVED BY THE BOARD OF DORECTORS OF THE CITY OF FAYETTEVILLE, ARKANSAS: That the Mayor and City Clerk are hereby authorized and directed to execute the above -referenced contract with Gintonio Concrete Construction, Inc., for concrete construction on an as needed basis. A copy of the contract authorized for execution hereby is attached hereto, and marked "Exhibit "A", and made a part hereof. Also included are attendant Exhibits "B" and "C". t AYE/ �' .4-' ✓r By ` 7tt''` fl_ `m ti MAYOR -:i• �. I 1 ., - Y -.....,•......,.ATTEST: PASSED AND APPROVED this /571 -day of feign/ /, 1983. APPROVED: By_ Y. a ea4 CITY CLERK 170 CONTRACT THIS CONTRACT, executed this day of r�L� , 1983, by and between the City of Fayetteville, Arkansas,a municipal corporation, hereinafter called the "City" and Gintonio Concrete Construction, Inc., 1531 E. Ford, Springdale, Arkansas, 72764, hereinafter called the "Contractor." WHEREAS, the City has advertised for competitive bids for a concrete construction contract containing the special terms and conditions and minimum specifications prescribed in Bid No. 510 attached hereto, marked Exhibits "A" and "B" and made a part hereof; and WHEREAS, Gintonio Concrete Construction, Inc. has submitted the low bid for said contract. NOW, THEREFORE, in consideration of the mutual covenants contained herein, it is. hereby mutually agreed by and between the City of Fayetteville, Arkansas and Gintonio Concrete Construction, Inc as follow: 1. The Contractor agrees to provide all necessary labor and materials necessary for concrete construction ordered by the City of Fayetteville by work order issued to the Contractor during the period beginning February 2, 1983 and ending February 2, 1984 in accordance with the special terms and conditions and minimum specifications,.prescribed in Bid No. 510 attached hereto, marked Exhibits "A" and "B" respectively, and made a part hereof. 2. For labor performed and materials supplied by the Contractor pursuant to this contract, the City agrees to pay the Contractor in accordance with the unit prices set forth in the Contractor's bid proposal for Bid No. 510 attached hereto, marked Exhibit "C", and made a part hereof. Th si contract executed on the date first above written. ATTEST' IL-GE;By a City Clerk CITY OF FAYETTEVILLE, ARKANSAS A Mu al Corpow io By o Mayor GINTONIO CONCRETE CONSTRUCTION, INC. By sident O) O W CL cn >- I- CC W • CC UJ W 3 Z '7 N ' 0 0 Ln O 0 0 0 0 Ln O 0 0 in 0 N O Ln O O O n O Ln O Ln O - in O cr O - LD O Ln O LO O ' O r V 110 r -in N cY r r- = Z - 0 0 N O 0 O to O Ln co Ln O 0 - ' .00 . 1�0 aro IN N.O F -O N 1- � JQ 1000 V 0o .d'00 - inn 100 I0N un in CNJ J Z • 1 O Ol O . . " to n 0_ U^ ^ 0 L n Z • N r a' r r • Z O_ O 0 M 0 F-- - O O Ln O 1 U Z = OO LO N CD CD r - Z � - ^ 0 LO Z 0 N W > Z V N CC O O ) 0 COU • Ln 01 O ✓ N 0 -' COO r 0 r 0 r 0 - '' 0 0 N 0 r O 1.0 V n W VD 0.1 LOCO CO 0 a' M L n - - n N CO al r r ' O O O O - O O IN O 1.41 CD MO • Ln O Ln O Ln O N. O Ol Ln LO N Q Z M YW - Z Ol Q o ^ F-• N. U r - .- W Co 0 x J r CC >- !. .-I 1.0 F- CC .. to Q • W O0Z -to I— Z U Q M IS W O W'7 O O I` I Cil Q CC • W r W LL CC • N V O' 0 OLn 0 Ln U Q W r. 0: 0 lc) . n- Lf) N II Li Z OI CC O 0 O C- Ln cr -10 10 Ln 0 o L a) +) 4-+ ' i L O N a1 L t - .0 0) 4 Y 4-) -. Y O A-) +-) • 4-) • •r r O •r Oa' 44-.. • m W 01 4- 4-1 3 4 3 N 4-- 4-3 3 0 44-- .O - Y Y 1 Y N L i- .o25 So25 i- i' r i r i 3'! I t b b L4 - R) N- IQ (CS L )o U ' Or .-0 a) r-- .0 0.1 1— 3 L7) r 30 Nr 3 Cl Nr 'cro S.. Cn) s Cro CI) Cm uoCro 0>C(a CU - r +) = r 4-) > r +) a r +) -0 r •r +) -0 0 •r +) +-I r 0 0 r o u r o • r o r o •r r 0 0) F- H 1- Ln .0. F- N -O I- N .O F- S- L 01 L CI) i i '' L Si S- S- U U N -0 Y W '9 4-1 N V N r' N 'O N fl C) O N O C) •O C d N (1) 0 C) Il) 0. 4) V 0 LA CL N V U 0_C) "O U d (U Z 0 V) V l- - •O L V r N V r. -0 •r V 0 uNvc '.V O -oC U vC 3U NvC 3U"0C 3UaC ell •r 4) C 0 •r LV C- r N - r r •r 0) r N r a) O F- 4- r .0 4-) O N -0 4-) 0 0 . 4-' - - .0 4-) - L .O V - L d +-1 - o_ 0 X . U - X U O X ct +) L X le Y X cS +) X Q I -I L+) W- 1 +-W Ni) W •r• .04) W r+) W •r+) W CC • 0 03 • N d - -0 ir N : N (1) I- V 4- - Z 4- - Z 4- i Z 4- O Z 4- O Z ✓ to O O N C 0 C C Z W • 0 O •> • 0 0 • 0 • O 0 CO r . r r 0 r E r r E r E >- I- Z 00 0 0 0 0 0 F--• Q V V N r ., N (1.1 00 100 00 00 O0 00 0 W 00 - COO 100 r--. cm OO OO N 0) Y F- to 0 c- 0 V N r CO 47 to LO LO d C'W • O 41' dh L1) Nn NN W • 3 Z LO Ol CO N NCO N l0 '7 fn ti r r CO r LD In N r Z O O 0 0 0 0 In 0 0 O 0 0' 0 - 0 O-'. 4) O In O - n O O O O O N I- Z J u) 0 ' - ; V O V' In r LC) LO L) 47 47 -Q 0 0 - CFI N I. N N J 2 • I n - CO N N N W NLD Z CLU ^ ., • e O(nZ r - .r CO r t0 L17 I- Q I- 4 N r • Z • co .. tno COO W0 '00 00 00 1-- - NO .MO Nt0 00 00 00 I U = tO Ln '. Ln N to Ln Cr)4 al 0 ) O O 0 C r--..IIn co t0 O N Cn In Z F- W l0 Cr) t\ N N Z 0 N W } Z r N Cr) t O N N. C O O M N CO COU z O 1-4 O U 0 0 • M • O to 0 - 0 0 0 0 0 0 .. =}- CO O n O V 117 - In co O O O O z C Z . O F- Q CYO - - a N V r r- O In 10 41 In F- NCL -� 01 0 - O I. O N ZZi a' W 01 NM Nr .. 0 0 . . (n 00 U r ^ r 10 In Q N r N Z M Q CO Y Z 0) C O •-- QIC ^ I— V r W O 0 J r C >- J 1.17 F- CC >) N Q • Z 0 O W W 0 0 Z 4) F- Z U Q ro I- 7 M "L i W O W CO ro 0) 0. Q CO W • I N - . - - O >> , W C• W ' u) U Q N U LO 4) O. '+1 0 0 O 00 01 CL' r ro UO rCt. V. V V m r 41 IIf >- N N I- 0 N N V sidewalk only C rds- >, T S- - O O . C C O ro i •0 .0 Y. OO • _O 0. 01 C i V 4- - 4-' 4-) ' Q . O. r rp C i S - 4- Y 4- r: VI - 0. • >, 0 ro i ) r 0 4-) d >, co ro i ml i .ro N:- • 0 4- 0 (.1 4-) 01 r 3 ro 3 fa -C C • tn. r L •r r 0 0 C ro 01 O r O 0 r- 'J) O-0• ro -O (0C N O- C CO '0 C r ' O VI O'44 0 4-) 0 _0 It ✓ 0r •r r O 4.1 . C 4- .0 ++ 1.11n O '0 0 0 04-1 F- .N r 0 v) r 0 r 0- O E F- S. F- 0 0 S- N I— ro' L 0 L co L V I— O CLI -C3 O' i O 1 3 0LL:1- • U r O"0 -0 S- O V i S- -0 V 0 0. O V. O 21 "0 O •0 O 0 C4- 0. O C O Cl O ro i O-0 Z •r rn - 0_ O .r . 0. 0) 10 •r .0 O L 00 > 77 V 01 0. 0) 301vC 3 C 03 'o•rrno 000C 4-'0vC C> -o .. r •r O - 0 -0 C -0 C V) C tri . C •r O 0 U .r O LO O O C 0I- - .0+) - N •r O- 0•r O O O • r0 d +) .0 Y 4-1 O • O Z0. C i X V .04-1 V O.O4•) O+1 Y X •+- X 0 1]+) Q ti 0 4-) W - '1 X N X V X O 4- u) 4-1 W "0 0 4-) W +) X C • O • 4 -)LI • 4-)W r O4-) O (11 >,0 0) • 0i-) W F-0 4- - Z 4- - 0) 4- i 01 3 r Z .0 Z V 0 0) .. N. O 0 z a) z a)• ro - • +1 >, C z Z W • 0 • 0 • > - .0 4- 0- 3 = •r N 0 0 r r 0 Ill +1 4- N V) U. 3 0' . U 3 .. F- O O N. O - In 0) •• Z O O CN.J X C N. N ▪ ef M - ci co 0) 0- CO CO 0) 1— CD O r� rr` U r W O O JrCC J LC) F- r C > n Q U •Z= W O O Z r Z U Q I— 7 W O W CC CC) CC CC) WE C• U Q 1.L Z O O O V O 1— O >- O O co O r O F- CD 0 >- Z Z C o r z DE O O O CD O7 1 N W N CO O) CC C r CL Inc O O II*. O LD r p r O O O O LO CO 01 ' COCD O rtO N 1.11 0 LO r • 0 0 0 O o CO 0) 01 m 4-11 V0 v1 O a) 1-4 O I— z Cl. Q CC Y C 4- 1— v rr In • W O T r r O O O 4- 4' 1 . T C L 111 N+) CU CE) 3 • s 1-, 4-) W)1-• (0 r +) b ✓ +1 .' ro'a).0- 4-1 v V) 0 '4-- i• ut 0 41 ~ ' L i r C :" S- -0 • V ,• a) 0 a) '0 w V CL a) -• E u a 0 O- O) L E a)-0 v -0C O •O O i C V C .0 4-).) -) �f• U QJ 3 .0 401 x v x a) x Y -W d-) •r 4) }) W W (1) ' W i. a) 3 O) •r z • z 0 z 3 v) ro O O O O O O r N N CONCRETE REINFORCED WAL • U OCD O Cr) O M CO N I � eZt O C O C OC CO C C O C O C O C O C N C U• U 0 -0 7. 0 S- • -0 C Q V) •r a) • 0 3 +)w 3 0 U .0 0 'O S. i a) - ro r00 L v 0- 4 T N T i v) T ✓ r 0 4- L) . rU. U 4- C U Ni re - . r r Fj r C • •r nra aro r4- n Es 3 +) 9 3 Y a) '1.O U r 1.0 U I-0 1 ro U 1 4F' i 9k i C E i 4.1 -0 —. O1 a 0•.- a)' 3. aa, 3 aa) C C a •C C • a • E i V CO V) •r N U VI •r a) CO \ 3 .r T +-) T_0+) 0)0.0- >< • ro x • +1 a v3+)W -3+)W 0a) +1I T T N -0>., 11) a) tZ▪ 41:1(1. _z Lc)uz + • +) 3 0 3 0 =05- 0.0 U- U U+ O N 00 00 0 0 w - 0 0 10 0 0 V) 0 0 r- O 0 ce • w• r LA O Cr) N 0_ w U La 3 Z _ - N N 01 '"O In rti CO 0- N Q M N CO Z O1 Q Z r - Y CC Z O 0 0 O 0 0 N F- '. O O - LOCI O Z J - ., Q U1 O r 0 0 Jr• 0 O1 E d C-) N Cr) O N Z CO N Z 0 i -i F- O 0 10 O I 0 00 ID CD Z = O CC d' O r N Z F- r In Cr) Z O N - l0 M w >Z CO CO U 290,248.60 00 00 0 00 NO to Ln O • r O • Ln V N In n N Q F- N. U r . r. O = W ra'> +i J in F -a U r U J N Q N 10 r--4 • Z= i - s.- 0 O O Z V I•l -0 4-3 w Z UQ O)•C:r. - O) C F- f] a o-.• . -0 O I -0w M 7 u; 7 U W H F. W r r > COWE U4 -i Q CC • i In C W C N w U Q W r RY t •r m Z N U r Li 00 COQ O U O • ^� O C ." - O C O- Z •r Z •r H O U ra U a 0- 6 . >1 0 al • t• 4 - In N O) i' i' C r6 CII . 7 r0 4-) • O'r Y ' OI O' in 0 O N 4- F- U F .- 0) r i 0 i 4-1 CU Ol "O'b O. OI U d0 Z i C OI '0 - "0 O U IO C V C v C Ol s cY r 0) irfl4 d X U.. O/ X X 0: fl Ol' . . ..4- C N F-- U 4- 1 -•r - I -4 I--4 In -0 •> • W Q 0 =0 _-I .CI -N O. LAI IAL AGGREGATE BID • T -o C M C CO CO N 0.01 E r- v O C U 'D N N CM o O O CO • CL 01 +1 Or -- S- 7 i7 O. ^ S- N +1 N O <O U C Cv 0) 0 C L- O C C 10.•r CO C N 0.O U SA 0 0) 4-3 +) • r 0 O IO C i • nC O i O r 0) U r• 0- r-- r t0 L N i > 10 O E L V O O) i) t +l N -o •r Ol C L r. V OF• S. 0. NOTICE TO PROSPECTIVE BIDDERS CITY OF FAYETTEVILLE The City of Fayetteville,Arkansas will accept sealed bids until 10:00 A.M. on January 17, 1983 for a one-year concrete construction contract. Bid forms, specifications, and other information may be acquired at the Purchasing Office in the Interim,City Hall, 115 S. Church in Fayetteville, Arkansas. The City reserves the right to accept or reject any or all bids, waive formalities in the bidding and to make a bid award deemed to be in the best interest of the City.. Bids will .be opened at the time and date specified above at the Purchasing Office, 115 S. Church Ave. The present concrete construction contract expires on February 1, 1983 Any proposed new contract would extend for a period of 365 calendar days after date of execution of the awarded csntract. Sturman Mackey Purchasing Officer (PUBLISH IN NORTHWEST ARKANSAS TIMES ON DECEMBER 22, and 29, 1982) GINTONIO CONCRETE CONSTRUCTION, INC. 1531- East Ford Ave. Springdale, Ar 72764 To City of Fayetteville: Classification of workers: Four (4) Cement Finishers Six (6) Laborer's Two (2) Equipment Operators Two (2) Foreman or Supervisor's Other employees on layoff, ready for immediate recall. Types of Equipment: Dump Trucks Pick Up Trucks Flat Bed Trucks Back Hoe Vibrating Screed Trowel Machine Compactors Air Compressors Water Pumps Concrete Conveyor System Transits A11 Types of Misc. Small Concrete tools etc. All types of Smooth and Brick faced concrete forms Steel sidewalk and curb forms. 'FROM: City Purthasi0g Office BID NO. , 510, City of Fayetteville AN INVITATION TO BID P.O. Box F ISSUE DATE December 20, 1982 Fayetteville, Arkansas 7270'1 TO: h►aG 11 A.M. BIDS WILL BE OPENED:10:0072E0n January 17, 1983 QUANTITY UNIT 400 L.F. 400 L.F. 3,200 - L.F. 100 DESCRIPTION You are invited to bid on the following items subject to the terms and conditions set forth herewith. Discount Terms Delivery Concrete curb & gutter (100' or less). NET BID PER LINEAR FOOT Concrete curb & gutter (100' - 200') NET BID PER LINEAR FOOT Concrete curb & gutter (over 200') NET BID PER LINEAR FOOT UNIT PRICE EXTENSION sthwr yJ '�Lfiy°I L.F. 4' wide sidewalk with monolithic curb (100 or less) NET BID PER LINEAR FOOT 4'J-'470 200 L.F. 4' wide sidewalk with monolithic curb (100'-200') NET BID PER LINEAR FOOT 300 L.F. 4wide sidewalk with monolithic curb (over 200') 47 Q - NET BID PER LINEAR FOOT 300 L.F. 4' wide sidewalk only (100' or less) ,�� 8_o» NET BID PER LINEAR FOOT' 400 L.F.' 4' wide sidewalk only (100'-200') NET BID PER LINEARFT 6,270 L.F. 4' wide sidewalk only (over 200') NET BID PER LINEAR FOOT 1 `/473 Olt PAC GENERAL TERMS AND INS1RUCIIONS 1. The City reserves the right to reject any and all bids or parts. 2. Prices must'be itemized. The City reserves the right to award by item. 3. All bids must be FOB Fayetteville and include all costs of delivery and packaging. 4. All bids must be signed by hand. 5. Indicate bid item and number on outside of envelope. 6. For further information, contact Sturman Mackey, Purchasing Officer (501) City of. Fayetteville, Arkansas PO Drawer F, 115 S. Church, Fayetteville, AR 72701 521-77C /S3/ 1= Poi?" Company Name �j/A/rot.ve o CO/PIC Co,vSt ep Address 4A14 City cci/Ji7 e-2z7L6' State p tor r3.a tom: City Purchasing Office City of Fayetteville P.O. Box`MF Fayetteville, Arkansas 72701 TO: AN INVITATION TO BID A.M. BIDS WILL BE OPENED:10:00 FXXX. on January 17, 1983 QUANTITY 740 75 25 2,000 60,000 UNIT Sq.Ft. CY CY Sq. Ft. Sq.Ft. DESCRIPTION PAGE 2 BID NO. 510 ISSUE DATEDecember 20, 198. You are invited to bid on the following items subject to the terms and conditions set forth herewith. Discount Terms Delivery 5' wide sidewalk shall be the extension of one foot to each 4' bid Concrete Standard Standard Junction Box (without cover) NET BID PER CUBIC YARD UNIT PRICE EXTENSIO` square scupper drains, swales and flumes .1' 1J_ NET BID PER SQUARE FOOT drop inlet (without cover) 11/4 NET BID PER CUBIC YARD 10.4-.001 Residential- driveway NET BID PER SQUARE FOOT Lae Commercial.driveway & rigid concrete pavement ,q NET BID PER SQUARE FOOT WITHOUT WIRE—J-4-4-'1e 20 CY A. NET BID PER SQUARE FOOT WITH WIRE CONCRETE REINFORCED WALLS & FOOTINGS W/#4 p @ 12" 0.C. Both ways NET BID PER CUBIC YARD 20 CY B. W/#5 d @ 12" O.C. Both ways NET BID PER CUBIC YARD GENERAL TEIL\IS :\ND INSTRUCF'IONS AP MO' OP 1. The City reserves the right to reject any and all bids or parts. 2. Prices must be itemized. The City reserves the right to award by item. 3. All bids must be FOB Fayetteville and include all costs of delivery and packaging. 4. All bids must be signed by hand. S. Indicate bid item and number on outside of envelope. 6. For further information, contact Sturman Mackey, Purchasing Officer, City of Fayetteville, Arkansas, P.O. Drawer F, 115 S. Church, (501) 521-7700 • Company Name G/N/ d N/ O 4:71°4'c. L.1:0A'J t -�"L`t �(J".. ten. Y 6 -e/4- , City Address d-73 — E Of State yip/{ TO: City Purchasing Office City of Fayetteville P.O. Box'F . - Fayetteville, Arkansas 72701 AN INVITATION TO BID .Ex h; b; f `G A.M. BIDS WILL BE OPENED:10:00 on January 17, 1983 A QUANTITY UNIT 20 50 CY CY 250 L.F. BID NO.,. 510 ISSUE DATEDecember 20, 198: You are invited to bid on the following items subject to the terms and conditions set forth herewith. Discount Terms Delivery DESCRIPTION PAGE 3 C. W/#6 0 @ 12" O.C. Both Ways NET BID PER CUBIC YARD D. Non -reinforced concrete/minimal .finish -truck NET BID PER CUBIC YARD UNIT PRICE pour.", e oes Concrete steps - Typical 6" riser & 12" tread -to be bid by Linear foot of tread NET BID PER LINEAR FOOT 200 Sq.Ft. 4" Concrete ditch paving NET BID PER SQUARE FOOT NOTE #1 NOTE #2 EYTENSIO; Rigid pavement & concrete curb & gutter shall be placed by slip form methods where quantity and lack of physical obstructions are both present. All bid items are from Public Works Operating -Budget • and are related to existing improvements and maintenance projects only. Ne construction shall be. bid by separate document. GENERAL TERMS. AND INSTRUCTIONS leak 1. The City reserves the right to reject any and all bids or parts. 2. Prices must be itemized. The City reserves the right to award by item. 3. All bids -must be FOB Fayetteville and include all costs of delivery and packaging. 4. All bids must be signed by hand. 5. Indicate bid .item and number on outside of envelope. 6. For further information, contact Fayetteville, Fayetteville, AR 72701 Company Name G7/44Zein By /Lt /hr, �iDfa • Sturman Mackey. Purchasing Offirpr, fify of PO Drawer F. 115 S. Church (501)521-77nn jyj7 .Address City A5-3)— t5 /=o/nc/ State Hirt" r,.a.. '74 '7/ ZY t BID'510j� Special Terms and .Conditions All work performed under this bid shall conform in every respect to all City ordinances pertaining to the work proposed to be performed, except that all fees and/or permits required shall be waived. 2. The successful bidder shall furnish a performance bond in the amount of $10,000.00 payable to the City of Fayetteville, Arkansas, as a guarantee that the work proposed to be performed by the winning bidder will be performed. andin a satisfactory manner as called for by the minimum specifications, diagrams, and applicable City ordinances. Said perfor- mance bond shall be submitted to the City Controller within five (5) - days after the date of bid award and shall be furnished by a surety company licensed to do business in the State of Arkansas, and acceptable to the City. Said performance bond shall be held by the City of Fay- etteville, Arkansas, until all work is completed and accepted for final payment. 3. The City Street Superintendent or his designated representative shall inspect all work performed and shall accept or reject any work performed and shall see that all work performed meets the minimum specifications and applicable ordinances. The City Manager shall have the final auth- ority to release the performance bond. 4. Awarded bid prices shall be firm. The firm prices awarded under this invitation to bid shall be firm and good for 365 calendar days from date of 5. All bidders shall furnish on a separate sheet of paper a listing of the classification and number of workmen and the different types of equip- ment available for work under this proposed contract. 6. The past performance of bidders on similar work contemplated by this con- tract will be consideredin making a determination as to the lowest and best bid. 7. Payments will be made under this contract at the awarded unit prices for actual work performer; and accepted by the Street Department. 8. For ease in administering the -contract and to help assure that all work performed under this contract will be fully compatible with each separate component part, the bid will be awarded on an all -or -none basis. A bid must be submitted on each item. 9. Do not include sales tax in the bid. 10. Bids MUST be sumbitted on the Invitation to Bid forms provided by the City. Bids received after the date and time set for receiving bids will be re- turned unopened. BID #ia9.9 City of Fayetteville Minimum Specifications 1. All concrete street structures described on the attached diagrams and included in this invitation shall be constructed of portland-cement concrete with a 5-1/2 bag setting strength of 4,200 psi in 28 days. Concrete shall be trowled and shall have a light broom finish with application of white pigment curing compound to serve as a method of curing. No structures will be accepted with a honeycomb surface. 2. All subgrades shall be prepared by the City to a grade + 1" within the finished grade. 3. Property lines are the responsibility of the owner when replacing driveways and sidewalks. The City is responsible for surveying when reconstruction of streets are involved. If the property owner disagrees with the Street Department surveyor, he will be responsible for employing a Registered Land Surveyor at his own expense. 4. Minimum thickness of sidewalks shall be four (4) inches. Residential driveways shall be a minimum of four (4) inches with either four (4) inches of compacted SB -2 or 6" X 6" six gauge reinforcing web. Commercial driveways shall be a minimum of six (6) inches with either six (6) inches of compacted SB -2 or 6" X 6" six -gauge reinforcing web. 5. Minimum width of residential sidewalks shall be four (4) feet. All others shall be not le than five (5) feet wide. 6. Concrete pavement shall be six (6) inches thick with curbs on each side. The pavement sha be reinforced with 6" X 6" six -gauge wire mesh. 7. Expansion ,joints shall be placed at intervals no greater than thirty-five (35') feet, and points of curvature in the pavement. 8. Two number 4 (#4) reinforcing bars shall be placed horizontally in all turn radii. Turn radii will be bid at the same price as curb and gutter when the curb and gutter is 100 lin feet or longer. A separate price for turn radii curb and gutter will be bid for turn radi jobs only, which are less than 100 feet in length. 9. Pozzilet additive shall be added when directed by the Street Superintendent for better workability. 10. The temperature shall be 35• and rising before any type of concrete pouring will take place Methods of heating and materials for covering the surface of the concrete shall also be provided by the contractor when adverse weather conditions prevail. 11. A vibrator shall be used on all formed concrete structures and at the direction of the Street Superintendent when pouring concrete of any type. 12. Bid prices will be adjusted for special projects (not specifically covered in these specifications) to the satisfaction of the successful bidder and the Street Superintendent 13. The successful bidder shall be responsible for supervision of his crews. The Street Superintendent or his designated representative will only perform an inspection after the grade is established on all jobs. BID #510_, City of Fayetteville Minimum Specifications (Continued Page 2) `�� r( /f ) T 6 14. All structures under the roadway, as well as all retaining walls, will have a minimum reinforcement of number 4 (#4) bars on 12" centers. This requirement may be increased at the direction of the Street Superintendent. 15. When tying on to existing structures (concrete or rock) the steel will be doweled into the existing structure a minimum of 5". '6. After the City has prepared the sub -base, the contractor shall have 48 hours to start construction on the job unless delayed by inclement weather. The contractor shall be in daily contact with the Street Superintendent. NOTICE TO CONTRACTORS COMPLIANCE WITH TITLE VI OF THE CIVIL RIGHTS ACT OF 1964 APPENDIX "A" During the performance of this contract, the contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "con- tractor"), agrees as follows: (1) Compliance with Regulations: The contractor will comply with the Regulations of the Department of Coun:ierce relative to nondiscrimination in Federally -assisted programs of the Department of Commerce (Title 15, Code of Federal Regulations, Part 8, hereinafter referred to as the Reg- ulations), which are herein incorporated by reference and made a part of this contract. (2) Nondiscrimination: The contractor, with regard to the work performed by it after award and prior to completion of the contract work, will not discriminate on the ground of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate either directly or indirectly in the discrimination prohibited by Section 8 4 of the Regulations, including employment practices when the contract covers a program set forth in Appendix A-11 of the Regulations. (3) Solicitations for Subcontractors, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding or _ negotiation made by the contractor for work to be performed under a sub- contract, including procurements of materials or equipment, each potential subcontractor's obligation under this contract and the Regulations relative to nondiscrimination en the ground of race, color, or national origin. (4) Information and Reports: The contractor will provide all information and reports required by the Regulations, or orders and instructions issued pursuant thereto, and will permit access to its books, records, accounts, and other sources of information, and its facilities as may be determined by the City of Fayetteville to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information, the contractor shall so certify to the City of Fayetteville, and shall set forth what efforts it has made to obtain information. (5) Sanctions for Noncompliance: In the event of the contractor's non- compliance with the nondiscrimination provisions of this contract, the City of Fayetteville shall impose such contract sanctions, as it may determine to be appropriate, including, but not limited to: (a) withholding of payments to thecontractor under the contract until the contractor complies, and /or (b) Cancellation, termination or suspension of the contract, in whole or in part. (6) Incorporation of Provisions: The contractor will include the provisions 1 n of paragraph El) through (6)Tin every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations, order or instructions issued pursuant thereto. The Contractor will take such action with respect to any subcontract or procurement as the City of Fay- etteville may direct as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that, in the event a con- tractor becomes involved in, or is threatened with litigation with a subcontractor or supplier as a result of such direction, the contractor may request the City to enter into such litigation to protect the interest of the City. • z O ID 0 cn • m n z 6(2) 'LZ -81 cn r r r VNZJOJNO0 30NVNI0t10 01 z O -i m THE CEMENT -CONCRETE SNOIIVOIdI03dS I• oil P• py V . el a ni iyi' Yy . VOA itT. \A1 ti tea • 7•0y dt t :11 aye: �1 yy��r Ln. .: - rtlinj • 1 i 1. 0 6 3 4 Q A :0 O Dr rz m m • E 1 J�J3NO3 /of 1— ..a • ut z o a 77 m m o �1 7J r C = fT1 0 c go • >I1VM3OIS cn m J0 0 z 6" /2 } y 2 NI NN k "1 • s . ...L =. -•r`. nevi iiaT:7 3lene a:: -" t 1 Side:a?_1 Ramp Contraction Joint (Trp) 5. H t Variable Lt • :2vecc^:� `. 7.. r1V' Curb and , Gutter�� 1 • _ ..cion joint ?einforcer:ent as in Adjacent Curb & Gutter • Full .4th s-� c,•, t-otrin r-enins . 101 . "-n-,n Lt 1 Section G ---G Variable Section H—H 5 L • PAV/• N� \ • tJxlisb..i.t <—C UL Vc 2 r, . 5/Z 6i r / PUS/ 770A./ TO su/r j j", SLOPE SLOPE TU ih:„. /DROP /NLE7`. EnItSiMaric • PLAN G ot eibPEN/Nc PLACED AS SJ -/UW N 2-4" c. /. COVER - 4 6„ 1 co /2" U. c. /5.P/.' ;5ELT . nF. /NV C OA. /C/2 ?IA" i9.Q CP /A/LFT cAaT /71 ;S/N aamm— CERTIFICATE CE NAME AND ADDRESS OF AGENCY W..1.111.1.1.15-• tt$11111'1f Visa IS ISSUED AS A MATTER OF INOT AM INFORMATION ER , THE MCKINNEY AGENCY 1' 0 BOX 1069 FAYETTEVILLE , AR. , 72 70 2 NAME AND ADDRESS OF INSURED ONLY AND CONFERS 0 BY RIGHTS UPON THEC BTIFICTE COMPANIES AFFORDING COVERAGES COMPANY LETTER TRANSAMERICA INSURANCE SERVICES • OLDER. COMPANY B LETTER COMPANY C LETTER GINT ONTO CONCRETE CONSTRUCTI 3 Hca 1525 E. FORD LETTER •D SPRINGDALE, AR. , 72764 COMPANY E LETTER This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies. COMPANY LETTER TYPE OF INSURANCE POLICY NUMBER GENERAL LIABILITY • ❑ COMPREHENSIVE FORM ❑ PREMISES -OPERATIONS ❑ EXPLOSION AND COLLAPSE HAZARD ❑ UNDERGROUND HAZARD ❑ PRODUCTS/COMPLETED OPERATIONS HAZARD ❑ CONTRACTUAL INSURANCE ❑ BROAD FORM PROPERTY DAMAGE ❑ INDEPENDENT CONTRACTORS ❑ PERSONAL INJURY AUTOMOBILE LIABILITY ❑ COMPREHENSIVE FORM ❑ OWNED ❑ HIRED ❑ NON -OWNED I�I EXCESS LIABILITY I 1 UMBRELLA FORM ❑ OTHER THAN UMBRELLA FORM . WORKERS' COMPENSATION and EMPLOYERS' LIABILITY OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES Cancellation: POLICY EXPIRATION DATE Limits of Liability in Thousands 1000) EACH AGGREGATE OCCURRENCE BODILY INJURY . E .$ PROPERTY DAMAGE $ BODILY INJURY AND PROPERTY DAMAGE COMBINED PERSONAL INJURY BODILY INJURY (EACH PERSON) BODILY INJURY (EACH ACCIDENT)' PROPERTY DAMAGE BODILY INJURY AND PROPERTY DAMAGE COMBINED BODILY INJURY AND PROPERTY DAMAGE COMBINED STATUTORY $ 1 $100. JOB : CITY CONTRACT 11 510 City Concrete Location: Various within City Limits of Fayetteville, AR (EACH ACCIDENT) Should any of the above described policies be cancelled before the expiration date thereof, the issuing com- pany will endeavor to mail 10- 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, P 0 DRAWER F FAYETTEVILE, AR. 72 70 2 2/10/83 DATE ISSUED: AUTH Robert S. Ne PRESENTATIVE ney/jr C orq I THIS CERTIFIC E C TE NAME AND ADDRESS OF AGENCY Tiso IS ISSUED _ Rt• •‘L&,I.1}—i�J uI► r.1'' 1 RE.• F►►i•i AS A MATTER OF INFORMATION ONLY AND CONFERS !EMEND OR!♦ALTERjTHE COVERAGE AFFORDED NO BY THE MCRINNEY AGENCY P 0 BOX 1069 FAYETTEVILLE, AR. , 72 70 2 NAME AND ADDRESS OF INSURED GIRT ONI0 CONCRETE RIGHTS UPON COMPANIES AFFORDING COVERAGES r71:17G1A HOLDER. COMPANY LETTERA TRANSAMERICA INSURANCE SERVICES COMPANY B LETTER COMPANY C LETTER CONSTRUCTI 311JM,CAQr.D LETTER 1525 E. FORD _ SPRINGDALE, AR. , 72 76 4 COMPANY E LETTER This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time. Notwithstanding any requirement, term or condition of any Contract or other document with respect to which this certificate may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms; exclusions and conditions of such policies. - COMPANY LETTER TYPE OF INSURANCE A GENERAL LIABILITY ❑ COMPREHENSIVE FORM ❑ PREMISES -OPERATIONS ❑ EXPLOSION AND COLLAPSE HAZARD ❑ UNDERGROUND HAZARD O PRODUCTS/COMPLETED OPERATIONS HAZARD ❑ CONTRACTUAL INSURANCE ❑ BROAD FORM PROPERTY DAMAGE ❑ INDEPENDENT CONTRACTORS ❑ PERSONAL INJURY AUTOMOBILE LIABILITY ❑ COMPREHENSIVE FORM O OWNED O HIRED ❑ NON -OWNED EXCESS LIABILITY O UMBRELLA FORM O OTHER THAN UMBRELLA �. :f FOF WORKERS' COMPENSATION and EMPLOYERS' LIABILITY OTHER DESCRIPTION OF OPERATIONS/EOCATIONSNEHICLES POLICY NUMBER POLICY EXPIRATION DATE Limits of Liability in Thousands (000) EACH AGGREGATE :OCCURRENCE BODILY INJURY $ $ PROPERTY DAMAGE E $ BODILY INJURY AND PROPERTY DAMAGE COMBINED S $ PERSONAL INJURY S BODILY INJURY (EACH PERSON) BODILY INJURY (EACH ACCIDENT) PROPERTY DAMAGE BODILY INJURY AND PROPERTY DAMAGE . COMBINED BODILY INJURY AND • PROPERTY DAMAGE COMBINED STATUTORY S S $ E (EACH ACCIDENT). JOB: CITY CONTRACT 0 510 City Concrete Location: Various within City Limits of Fayetteville., AR Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing com- pany will endeavor to mail 4g___ 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 FAYETTEVI P 0 DRAWER F FAYETTEVILE, Alt. LLE, 72 70 2 DATE ISSUED: 2 /10 /83 AUTH RIZED EPRESENTATIVE Robert S. 14 ney/1r CERTIFICA E IS I SSUED CERTIFICAT DOES NAME AND ADDRESS OF AGENCY 1/4na .LLLVr a kw/ LIJAMIKaMad AS A MATTER OF T Walker Brothers Insurance, Inc. P.O. Drawer J Springdale, Ar. 72764 INFORMATION NAME AND ADDRESS OF INSURED Gintonio Concrete Construction Co., Inc. and/or En'Hank" Gintonio 1531 E. Ford Ave. Springdale, Ar. 72764 ONLY AND CONFERS NO RIGHTS UPON DED BY THEPPO WAN COMPANIES AFFORDING COVERAGES COMPANY LETTER A State COMPANY B LETTER /� COMPANY ■ LETTER V COMPANY D LEITER COMPANY C LETTER G Auto Mutual Ins. Co. This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies. POLICY Limits of Liability in Thousands (000) POLICY NUMBER EXPIRATION DATE EACH AGGREGATE OCCURRENCE . PBP7 606 662 7/11/82-83 eoDlLVIwuR S100 t+ 100 COMPANY LETTER TY PE OF INSURANCE GENERAL LIABILITY. A ® COMPREHENSIVE FORM ® PREMISES -OPERATIONS 9 E%PLOSION AND COLLAPSE HAZARD In UNDERGROUND HAZARD 0 PRODUCTS/COMPLETED OPERATIONS HAZARD ❑ CONTRACTUAL INSURANCE ❑ BROAD FORM PROPERTY DAMAGE INDEPENDENT CONTRACTORS ❑ PERSONAL INJURY A AUTOMOBILE LIABILITY Basic I&.la._-cu-ark-LTICSIVE FORM O OWNED © HIRED O NON -OWNED EXCESS LIABILITY ❑ UMBRELLA FORM. ❑ OTHER THAN UMBRELLA FORM WORKERS' COMPENSATION and ' 'EMPLOYERS' LIABILITY OTHER • PBP7 606 662 DESCRIPTION OF OPERATIONS&OCATIONSNEHICLES 7/11/82-83 PROPERTY DAMAGE BODILY INJURY AND PROPERTY DAMAGE COMBINED $ 100 100 PERSONAL INJURY 8001LY INJURY (EACH PERSON) BODILY INJURY (EACH ACCIDENT) PROPERTY DAMAGE BODILY INJURY AND PROPERTY DAMAGE COMBINED BODILY INJURY AND PROPERTY DAMAGE COMBINED STATUTORY 0 $ 100 $ 300 $ 59 3 $ $ (EACH ACCIDENT) 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: Fayetteville - City of Fayetteville, Ar. 72701 DATE ISSUED: {nA/JJD,2 // 4 / 83 I b AUTHORIZED' REPRES TATIVE FIREMAN'S FUND INSURANCE COMPANIES We, THE AMERICAN INSURANCE COMPANY NATIONAL SURETY CORPORATION ASSOCIATED INDEMNITY CORPORATION AMERICAN AUTOMOBILE INSURANCE COMPANY Gintonio Concrete Construction Co., Inc. as Principal, hereinafter called Principal, and hereinafter called Surety, are held and firmly bound unto as Obligee, hereinafter called Owner, in the amount of ARKANSAS STATUTORY PERFORMANCE ANA PAYMENT BONI Bond 41522 8956 Fireman's Fund Insurance Company City of Fayetteville, Arkansas Ten thousand & no/100 , as Surety, Dollars ($ 10, 000. ) for the payment whereof Principal and Surety bind themselves, their heirs, personal representatives, successors and assigns, jointly and severally, firmly by these presents. Principal has by written agreement dated entered into a contract with Owner for February 2, 1983 Providing all necessary labor and materials necessary for concrete construction ordered by the City of Fayetteville, Arkansas which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. The• condition of this obligation is such that if the Principal shall faithfully perform the Contract on his part and shall fully indemnify and save harmless :the Owner from all cost and damage which he may suffer by reason of failure so to do and shall fully reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any such default, and, further, that if the Principal shall pay all persons all indebtedness for labor or materials furnished or performed under said contract failing which such persons shall have a direct right of action against the Principal and Surety jointly and severally under this obligation, subject to the Owner's priority, then this obligation shall be null and void; otherwise it shall remain in full force and effect. No suit, action or proceeding shall be brought on this bond outside the State of Arkansas. No suit, action or proceeding shall be brought on this bond except by the Owner after six months from the date final payment is made on the Contract, nor shall any suit, action or proceeding be brought by the Owner after two years from the date on which the•final payment under the Contract falls due. Any alterations which may be made in the terms of the Contract, or in the work to be done under it, or the giving .by the Owner of any extension of time for the performance of the Contract, or any other forbearance on the part of either the Owner or the Principal to the other shall not in any way release the Principal and the Surety or Sureties, or either or any of them, their heirs, personal repre- sentatives, successors or assigns from their liability hereunder, notice to the Surety or Sureties of any such alteration, extension or forbearance being hereby waived. _ In no eventshall the aggregate liability of the Surety exceed the sum set out herein. Executed on this 2nd day of Rebruary , 19. , Gintonio Concrete Construction Co., Inc.' a, 9Principal 14. - -- I4, ,r,' g =Fireman's Fund Insurance,Company , a' t7, .t- ti _ Surety ly. �_ n /gyp . ` , fid,?` Karen . Blissit, Attorney -in- act AI-IUKNLY IKr.MAIN'S FUND INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS: That FIREMAN'S FUND INSURANCE COMPANY. a Corporation a laws of the State of Califdrnia.nd'havin$ its principal office in the City and County of San Francisco. in Said State. and does by^these presents make constitute and appoint KAREN S. BLISSIT duly organized and existing under the has made. constituted and appointed. Little Rock, AR its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred in its name. place and stead. to execute. seal. acknowledge and deliver any and all bonds. undertakings. recognizances or other written obligations in the nature thereof and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President. sealed with the corporate seal of the Corporation and duly attested by its Secretary. hereby ratifying and confirming all that the said Attorneyfs}-in-Fact may do in the premises. This power of attorney is granted pursuant to Article VIII. Section 30 and 31 of Bylaws of FIREMAN'S FUND INSURANCE COMPANY now in full force and effect. "Article VIII, Appointment and Aufhorio Assistant secretaries. and Attorney -in -Fact and Agents to accept Legal Process and,VaLe Appearances. Section 30, Appointment. The Chairman of the Board of Directors, the President. any Vice - Directors, the Chairman of the Board of Directors. the President or any Vice -President, may, and Attorneys -in -Fact to represent and act for and on behalf of the Corporation and Agents behalf of the Corporation. President or any other person authorized by. the Board of From time to lime, appoint' ResidentAsststant Secretaries to accept legal process and make appearances for and on Section 31. Authority. The Authority of such Resident Assistant Secretaries. Attorneys -in -Fact. and .Agents shall be as prescribed in the instrument evidencing their appointment, and any such appointment and all authority granted thereby may be re'iked at any time by the Board of Director. or by any person empowered to make such appointment.': This power of attorney is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors of FIREMAN'S FUND INSURANCE COMPANY at a meeting duly called and held on the 15th day of July. 1966. and said Resolution has not been amended or repealed: "RESOLVED. that the signature of any Vice -President. Assistant Secretary. and Resident Assistant Secretary of this Corporation. and the seal of this Corporation may be affixed or printed on any power of attorney. on any revocation of any power of attorney. 01 on am certificate relating thereto. h facsimile, and any power of attorney. any revocation of any power of attorney. or certificate hearing such facsimile signature or facsimile seal shall he valid and binding upon the Corporation." IN WITNESS WHEREOF. FIREMAN'S FUND INSURANCE COMPANY has caused these presents to he signed by its Vice -President. and its corporate seal to be hereunto affixed this STATE OF CALIFORNIA. CITY AND COUNTY OF SAN FRANCISCO On this 31st day of August . 19 81 before me personally came Richard Williams to me known, who, being by me duly sworn. did depose and say: that he is Vice -President of FIRENI.AN'S FUND INSURANCE COMPANY. the Cor- poration -described orporation-described. in and which executed the above instrument: that -he knows the seal of said Corporation: that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Corporation and that he signed his name thereto by like order. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal. the day and year herein first above written. 31st day of August 1981 FIREMAN'S FUND INSURANCE COMPANY vi.r.Pra.denl tan OFFICIAL SEAL • SUSIE K. GILBERT NOTARY PUELK • CALIFORNIA uu t COOMtT OF SAM FRANCISCO My Commission Expires Nov. 17, 1984 iSIIMOSSISIONISMINNIMNIONSIPINIIMISISIMPINM STATE OF CALIFORNIA. • CITY AND COUNTY OF SAN FRANCISCO CERTIFICATE '.oisn Punl'. I. the undersigned, Resident Assistant Secretary of FIREMAN'S FUND INSURANCE COMPANY, a CALIFORNIA Corporatism. DO HEREBY CERTIFY that the foregoinc and attached POWER.OF ATTORNEY remain, in full force and ha' not been rexoked: and furthermore that Article VIII. Sections 30 and 31 of the Bp -laws of the Corporation. and the Resolution �off the Board of Direct n. set forth in the Power of Attorney, armee now in Signed and sealed at the City and County -of San Francisco. Dated the 62t1'^ day of . 19 a. force. (///J .„. i/ �% • FAfTTEVILLE, ARKANSAS P.O. DRAWER F DEPARTMENT OF FINANCE moi tson 521.7700 February 2, 1983 Mr. Hank Gintonio President Gintonio Concrete Construction Co. 1531 E. Ford Springdale, Arkansas 72764 Dear Hank: When you were in the office today to sign the construction contract I forgot to advise -you that even though the bid speci- fications did not require certain minimum standards of insurance coverage, it has been the City's practice to have the winning bidder on this contract submit to the City Clerk evidence of actual coverage in the following types and amounts: General Public Liability in the minimum amounts of $300,000, $300,000, and $100,000; Automobile liability coverage in the minimum amounts of $100,000, $100,000, and $50,000; Property damage insurance in the amounts of $100,000, $100,000, and $50,000; and Workmen's Compensation, as required by Arkansas Statute. If these minimums do not meet your present coverage, please call me. If they do meet your present coverage, please have an insurance agent submit a certificate to the City Clerk evidencing said coverage. Sincerely, Sturman Mackey Purchasing Agent SM/oak THIS T CERTIFICATE CERTIFICATE NAME AND ADDRESS OF AGENCY IS ISSUED m lj-s 111[.1• EfiE•IlL[1� AS A MATTER OF A Geary -Cooksey Ins. Agency P.O. Box 886 Mt. Vernon, Illinois 62864 INFORMATION NAME AND ADDRESS OF INSURED Gintonio Concrete Construction Co. 1525 E. Ford Springdale, AR 72764 ONLY AND CONFERS NO RAGE AFF.:. I BY COMPANIES COMPANY A LETTER COMPANY B LETTER /� COMPANY ■ LETTER V COMPANY D LETTER COMPANY C LETTER L This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies. RIGHTS UPON AFFORDING COVERAGES Transamerica •I(uiI : HOLDER. • COMPANY LETTER TYPE OF INSURANCE —» M GENERAL LIABILITY ❑ COMPREHENSIVE FORM ❑ PREMISES -OPERATIONS ❑ EXPLOSION AND COLLAPSE HAZARD 0 UNDERGROUND HAZARD O PRODUCTS/COMPLETED OPERATIONS HAZARD 0 CONTRACTUAL INSURANCE O BROAD FORM PROPERTY DAMAGE ❑ INDEPENDENT CONTRACTORS ❑ PERSONAL INJURY AUTOMOBILE LIABILITY O COMPREHENSIVE FORM O OWNED O HIRED ❑ NON -OWNED EXCESS LIABILITY ❑ UMBRELLA FORM ❑ OTHER THAN UMBRELLA FORM - A WORKERS' COMPENSATION and• EMPLOYERS' LIABILITY OTHER POLICY NUMBER • WC 109. 27 51 RA -2 DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES POLICY Limits of Liability in Thousands (000) EXPIRATION DATE EACH AGGREGATE OCCURRENCE - - -- - BODILY INJURY $ $ PROPERTY DAMAGE BODILY INJURY AND PROPERTY DAMAGE COMBINED PERSONAL INJURY BODILY INJURY (EACH PERSON) BODILY INJURY (EACH ACCIDENT) $ PROPERTY DAMAGE $ BODILY INJURY AND PROPERTY DAMAGE COMBINED BODILY INJURY AND PROPERTY DAMAGE COMBINED STATUTORY $100, 000. IFrY Cancellation: Should any of the above descriikd 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 ' P.O. Drawer F Fayetteville, AR. 72702 DATE ISSUED: April 12, 1983 AUTHORIZED REPN� AT CID