Loading...
HomeMy WebLinkAbout31-83 RESOLUTIONRESOLUTION NO. &A Y3 1 t A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT WITH KAN-ARK INDUSTRIES, INC. FOR THE RENOVATION OF THE SWIMMING POOL AND APPUR- TENANCES AT AT WILSON PARK. 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 Kan -Ark Industries, Inc. for the renovation of the swimming pool and appurtenances at a total contract price of $344,031.00 for the base bid and alternates 12 and 15. A copy ofTthe contract authorized for execution hereby is attached hereto, marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this /Sf day ofBry , 1983. ATTE S"I' , By: AL - a City Clerk APPROVED: By: VaaMayor CONTRACT This contract executed this; ,.`day of February, 1983, between the City of .Fayetteville, Arkansas,. hereinafter. called "the City", and Kan -Ark Industries;. Inc.-, hereinafter called "the Contractor". In consideration of the mutual covenants contained herein, the parties agree as follows: 1. The Contractor shall renovate the City's Wilson Park swimming pool and its appurtenances in accordance with the plans and detailed specifications prepared by Gary Carnahan, P. E. Said plans consist of sheets 1 through 21 and said detail specifications consist of sheets 1 -DS through 16 -EL. Said plans and specifications are incorporated herein by reference thereto. The Contractor shall commence work on or before March 1, 1983 and shall complete construction in accordance with the aforesaid plans and specifications by June 1, 1983. Time is expressly made of the essence of this contract. If the Contractor fails to complete the work by June 1, 1983, or any agreed extension thereof, he shall pay to the City as liquidated damages, fixed and agreed, and not as a penalty, the sum of $300.00 for each calendar day beyond June 1, 1983 construction is not completed. Said liquidated damages shall be withheld by the City from payments due to be made to the Contractor by the City under the terms of this contract. If the Contractor completes the work before June 1, 1983 in accordance with the aforesaid plans and.specifications, the City shall pay the Contractor an amount equivalent to $300.00 per day for each day prior to June 1, 1983, that the work is completed. The`‘Contractor shall be entitled to one day of extra work time for each -.day lost due to inclement weather. 2. The City agrees to pay the Contractor-, for the work described, the total. price of $344,031.00. Said work shall consist of,the Base 13i4, Alternate Bid Stem No. 12, and • Alternate Bid Item No. 15, as :reflected in the Bid of the Contractor: dated February: 14, 1983 which is incorporated herein by reference thereto. 3. The City shall make progresspayments on the basis of applications for paymexi.t submitted to, and approved by, the City's designated representative.. On or about the 10th day of each month, the City shall make progress payments in the amount of•90%d-of therproportion of the contract sum properly allocable to. labor, materials and equipment incorporated in the work -and 100% of the portion of the contractsum properly allocable to materials and equipment suitable -stored at the site or at some other location agreed upon in writing by the parties, up to the first day of that month, less."the aggregate of previous payments in each case.. At any time after 50% of the work las .been completed, if the City's designated representative finds that satifictory progress is being made, and with the written consent of the Contractor's surety, the remaining partial payments shall be made in full and the payment upon substantial completion shall be increased from 90% to 95`/0. Progress payments may be withheld if: (a) Work is found defective and not remedied; (b) The Contractor does not make prompt and proper payments to subcontractors; (c) The Contractor does not make prompt and proper .payments for labor, materials, or equipment furnished him; (d) Another Contractor is damaged'by an act for which the Contractor.is responsible;- (e) Claims or liens are filed on the job; or (f) In the opinion of the City's. designated representative the Contractor's:work is not.:progressing satisfactorily. ',4. The City shall make final -payment to the..Contractor within ten (10) -days after the work is coinple.ted, if the Contract be at that time. fully performed, andsubject to the condition that final payment shall not be. due until the Contractor has .delivered to the City a complete -release 'of all liens arising out of the contract herein, or.re.ceipts In full covering -all labor, materials, and equipment for which a lien could be, filed,. or in the alternative a bond'satisfactory to the City indemnifying it against such liens. The City by making payment waives all claims except those arising out of: (a) Faulty work appearing after substantial. completion has been granted; (b) Work that does not comply.:twith the:contract documents; (c) Outstanding claims of lien; or .(d) Failure of the Contractor to cbmplytwith any special guarantees required by the -contract documents. The Contractor, by accepting final payment, waives all claims except those which he has previously made in writing, and which remain unsettled at the time of acceptance. 5. The contract documents on which the agreement between the City and the Contractor is'..based are as follows: (a) This contract; (b) The plans and specifications, with addenda attached thereto, issued before execution of this agreement, and any amendments hereafter to be made; and, the Contractor's bid; (c) Written interpretations of the contract documents and directives to be made from time to time by the City's designated representative; (d) Work change ordersissued, or to be issued. The'contract,.documents together. form.the contract for the work herein::described. .The.parties intend that the documents include provisions for all labor, materials,equipment, supplies and other iteris.necessary for. the execution and completion of the.work, and all .terms, and conditions..of payment. The documents also include all work` an&pro.cedures not: expressly • -4- indicated therein necessaryfor proper execution of this project. -6: The primary function of..the, City's.designated representative shall be to provide the general administration of the contract Heshal1T.hafr.ee access:.to thework at all times during itsHpreparation.and,progress._ The City's designated representative shall.be.the interpreter of the contract.document requirements. He shall have the authority to reject work which in his opinion does not conform to the contract documents, and in this connection to stop the work or aportion thereofwhen necessary. .The City's designated representative will determine the amounts owing to the Contractor as the work progresses, based on. the Contractor's applications and his.inspections and observations, and will issuecertificates for progress payments and final payment in accordance with the termsof the contract documents. 7. The Contractor's duties and rights in connection with the project herein are follows: (a) Responsibility for and Supervision of Construction. Contractor shall be -solely responsible for all construction under this contract, including the techniques, sequences, procedures, and means, and for coordination of all work. He shall supervise and direct the work to the best of his ability, and give it all attention necessary for such proper supervision and direction. (b) Discipline and Employment. Contractor shall maintain at all times strick discipline among his employees, and he agrees:not to employ for work on the project any person unfit or without sufficient.skill to perform the job for which he was employed. (c) Furnishing of Labor, Materials,. etc. Contractor shall provide and pay for all .1abor,:-materials, end equipment, including tools,. cons.truction.equipment, and iiachinery, utilities, including water, transportation, and all .other facilities and •.services necessary for the proper completion of work on.the project in accbrdance with the contract documents. (d) Payment of Taxes;: Procurement. of Licenses and Permits. Contractor shall pay all taxes -,required by law in connection with work on the project in accordance with this contract including sales,' use, and similar taxes, and shall secure all licenses and permits necessary for proper completion of the work, paying the fees therefor. (e) Compliance with Construction'Laws and Regulations. Contractor shall comply with all laws -and ordinances, and the rules, regulations, or orders of all public authorities- relating uthoritiesrelating to the'performance of the work herein. If any of the contract documents are at. variance therewith, he shall notify the City's designated representative promptly on discovery of such variance. _(f) Responsibility for Negligence of Employees and Subcontractors. Contractor assumes full responsibility for acts, negligence, -or omissions bf all his employees on the project,for those of his subcontractors and their employees, and for those -of all other persons doing work under a contract with him. - (g) Warranty of Fitness of -Equipment and Materials. Contractor represents and warrants to owner and to the City's designated:representative that all equipment and materials used in the work, and made a part of the structures thereon, or placed permanently in connection therewith, will be new unless otherwise specified in the contract documents, of good quality, free of defects,. and in conformity with the contract documents. It is understood between the parties hereto thatall equipment-and.materi:als.. not. so in .conformity are defective. • .(h) Furnishing of,Samples and Shop Drawings. Contractor agrees to furnish. at City's designated representative's. direction all samples and.shop:drawings -for his consideration and approval aa to Conformance-with.the specifications of the contract documents :and his concepts of design called for therein. Clean -=up. Contractor agrees to keep the work premises and'adjoining:ways free of waste material and rubbish caused by his work or'that of his subcontractors. He further agrees- to' grees to remove all' such waste material and rubbishon termination of the project, together with all --:his tools, equipment, machinery, and surplus. materials. He agrees, on terminating his work at the site; to conduct general clean-up operations, including the cleaning of all glass surfaces, paved streets and walks, steps, and interior floors and walls. (j) Indemnity and Hold Harmless Agreement. Contractor agrees.. to indemnify and hold harmless owner and City's designated representative, and their agents and employees, from and against all claims, damages, losses, and expenses, including reasonable attorneys' fees in case it shall be necessary to file an action, arising out of performance of the work herein, which is (1) for bodily injury, illness, or death, or for property damage, including loss of use, and (2) caused in whole or in part by contractor's negligent act or omission; or that of a subcontractor, or that of anyone employed by them or for whose acts contractor or subcontractor may be liable. This agreement to indemnify and hold harmless is not applicable to liability of City's designated representative., or that of his agents.or employees, arising out of preparation or appr.oval.ofreports; opinions, surveys, maps, drawings, designs,. or, specifications, or out of their,.giving or' failure to give instructions.,, which.giving or: failure to give is: the primary:cause.of the injury or: damage. • (k) Payment of Royalties and License Tees:.;..Bold.Rarmless Agreement Contractor agrees; to. pay. all royaltiesi..and license fees necessary for the work,: and to. .defend .ail .Iacti.ons and settleall claims: for infringement of copyright or -patent rights, and to saveowner harmless therein. (1) Safety Precautions Nand Programs.. .Contractor has. the duty of providing for and overseeing all safety orders, precautions, and programs necessary to the reasonab.le'safety of. the work. • In .this connection, he shall take,reasonable precautions for the safety of all work employees and other persons whom the work might affect, all work and -materials :incorporated in the project, and allproperty and improvements on the construction site and adjacent- thereto, complying with all applicable laws, ordinances, rules,T-r-egulations and orders. 8. Contractor agrees to furnish the City's designated representative, prior to the execution of this contract, a list of names of subcontractors to whom he proposes to award the principal portionsof the work -to beSubcontracted by him. A subcontractor; for the purposes of this contract, shall be a person with whom contractor has a direct contract for work at the -project site. Contractor agrees not to employ a subcontractor to whose employment the City's designated representative or owner reasonably objects, nor shall he be required to hire a subcontractor to whose employment he reasonably objects. All contracts between Contractor and subcontractors shall conform to the provisions of the contract documents, and shall incorporate in them the relevant provisions of this contract. 9. The Contractor agrees to keep in force at his own expense during the entire period of construction on the project such.liability insurance as will protect him from claims, under workmen' s,compens.ation laws.: The minimum liability limits. of such insurance shall b.etot less than the limits specified by Arkansas law. 10. .Contractor agrees to keep in force. athisown expense -during the entire .period of construction on the project the :following insurance with:=minimum liability limits as.specif.ied below: Employer' s. liability insurance- $100;000each accident. Contractor"s. liability-cuup.rehensive:• General Liability Form. Includes: (a) Premises and operations; (b) Independent contractors; '(c) Completed operations and products; (d) Elevator liability; .(e) Contractural liability; (f) Explosion and collapse hazard; (g) Underground hazard; and (h) Broad form property damage. Bodily Injury -'$500,000 each occurrence, $500,000 aggregate. Property Damage $100,000 each occurrence, $200,000 aggregate. Comprehensive` Automobile Liability Insurance. Includes owned, non -owned and hired vehicles. Bodily Injury - $300,000 each person, $500,000 each accident. Property Damage - $100,000 each occurrence. The aforesaid insurance polices shall be carried by the Contractor with a company or companies licensed to do business in the State.of Arkansas. The Contractor shall file with the City certificates reflecting that the above insurance is in full force or effect. 11. The City agrees to maintain at itsexpense during construction of the project property damage insurance on the work at the site to its:full insurable value, including interests of the City, the Contractor, and subcontractors, against fire, vandalism,- and other per'ilsordinarily included in extended coverages. Losses under' such insurance will.he adjusted with and -mane :payable to the City as trustee for the parties insured as their interests appear. The City :and the £ontr.actot-hereby waive .all. claims- - • against ech1.1other .for fire damage Or damages. from :other perils covered by insurance provided in this paragraph_ The Contractor agrees to obtain: waivers of such claims by all subcontractors. 12. When -.it appears to Contractor during the course of construction that any work does not conform to the provisions of the contract documents, he shall make necessary, corrections so that such work will so conform, and in addition will correct any:defects caused by faulty materials, equipment, or workmanship in work supervised by him or by .a subcontractor, appearing within one year from the date of issuance of a certificate of substantial completion, or within such longer period as may be prescribed by law or as may be provided for by applicable special guaranties in the contract documents. 13: Owner reserves the right to order work changes in the nature of additions, deletions, or modifications, without invalidating the contract, and agrees to make corresponding adjustments in the contract price and time for completion. All changes will be authorized by a written change order signed by owner or by the City's designated representative as his agent. Thechange order will include conforming changes in the contract and completion time. Work shall be changed, and the contract price and comple- tion time shall be modified only as set out in the written change' order. Any adjustment in the contract price resulting in a credit or a charge to owner shall be determined by mutual agreement of:the parties,before starting. the work involved in the change. 14. (4)• Contractor's.. Termination. Contractor' may,. on seven days written notice to owner. and the. City's. ideeignated representative-, terminate this contract before the.coinpletion date hereof,when..for a period. .of .thirty: days after a progress payment is: due.through no fault of:.contractor,..the City's. designated representative fails to issue a .certificate :of payment therefor,or owner fails to make the payment. On such termination, contractor may reeover from owner payment for all work completed and for any loss sustained by him for materials, eq=uipment, tools, or"macihery to the extent of actual loss thereon plus loss of a reasonable profit, provided he'canrprove such.loss and damages. (b) Owner's Termination. Owner may, on seven .days notice to contractor, terminate this contract before the completion date hereof, and without prejudice to any other remedy he may have, when contractor defaults in performance of any provision herein, or fails to carry out the construction in accordance with the provisions of the contract documents. On such termination, owner may take possession of the work site and all materials, equipment, tools,and machinery thereon, and finish the work in whatever way he deems expedient. If the unpaid balance on the contract price at the time of such termination exceeds the expense of finishing the work, owner will pay such excess to contractor. If the expense of finishing the work exceeds the unpaid balance at the time of termination, contractor agrees to pay the difference to owner. 15. The Contractor agrees to abide by the requirements under Executive Order No. 11246, as amended, including specifically the provisions of the Equal. Opportunity Clause. 16. Not less than the prevailing hourly rate of wages as by found by the Arkansas Department a court on appeal, shall be paid of Labor, or determined to all workmen performing work under this contract. 17. Material Designations and Substitutions_: (a) Where a material is mentioned in the §pecifications by trade name -or manufacturer's.name, the same is not a preference for said material, but the'intention of using said name'is to establish a type -or qualityof material. Material of othertrade namea or. of other manufacturers, which. is the equivalent or better in type or quality, will be accepted by the City 's..designated representative' -11- (b) Within thirty days. after award of the contract. the Contractor shall submit in writing to the City's. designated • representative a list of allmaterials which be proposea to • Substitute for materials- specified. :This list shall be- accompanied;by, Such technical.data.as. .the City'.s. designated representative may need in order to compare. the proposed material with..the material which was specified No substitutions shall be :made. :until written permission is given.by the City's designated representative. .(c) Before submitting material or: equipment for approval, the Contractor shall ascertain that it can be installed in ,the manner indicated and in the -space` available, and that it complies with the requirements of the contract. Failure of -the Contractor so to do shall not relieve him of responsibility for furnishing suitableinaterials and equipment. (d) Should a substitution be permitted and should the -substitute material prove defective 'or otherwise -unsatis- factory for the -service intended, and within the guaranty period, the Contractor shall replace this material or equip- ment with the material or equipment specified by name. 18. This contract may be executed in several counterparts each of which shall be considered an original. IN WITNESS WHEREOF, the parties have executed this agreement on the 'date first above written. 'CITY OF.FAYETTEVILLE, ARKANSAS City Clerk ATTEST: By: > zenyL•L i i'. ' C By:C2ae-€4 Mayor- uP/ KAN-ARK INDUSTRIES, INC. � 4 teA ' .. f" A .7 27 %4. :rte +� - . �' p:�' f y(�Aer o'f f BYJLfi"i ° r y T Title ff _� FAYETTEVILLE, ARKANSAS P. 0. DRAWER F SUBCONTRACTORS OFFICE OF CITY CLERK 72701 RE: Renovation of Wilson Park Pool 1501 521.7700 1. Northwest Electrical, John Lindsey -. 521-4595 2. Fayetteville Plumbing & Heating, John Wyles, 521-4215 3. Masonry - John Stanley, 442-5898 4. Concrete - Slabco, Gary Langham, reach at Fayetteville Plumbing, 521-4215 5. Roofing - Richardson Roofing, 442-7708 6. Wrought Iron - Amric-Tals, Inc., Preston Sappington, 756-1291 7. Plaster - Wortman Plasterers, Marvin Wilson (Rogers), 636-3398 8. Painting - Paul Price, 442-5165 9. Fencing - To be furnished Richard Naylor Post Office Box 1061 Fayetteville, Arkansas 72702 Telephone: 443-7665 'S 555 • • Date TO: KAN-ARK INDUSTRIES, INC. GENERAL CONTRACTOR P. 0. Box 277 Telephone (5011636-5380 ROGERS, ARKANSAS 72756 3301 North Second February 28, 1983 City Clerk City Administration Bldg. Fayettville, AR. 72701 RE Renovation -of Wilson Park Siaurming Pool Fayettville, 'Arkansas Gentlemen: We are sending you today, E herewith, ❑ under separate cover, prints each of Bonds and Insurance Certificates covering These drawings are being submitted: For approval and/or correction ❑ Approved rl For final approval ❑ Approved as noted ❑ For correction and resubmission ❑ File and distribution 1(one) _on the above subject job. ❑ Remarks: C. C. Yours very truly KAN-AR ES, INC. President Fidelity and Deposit Company HOME OFFICE OF MARYLAND BALTIMORE, MD. 21103 ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND We. Kan -Ark Industries, Inc., P. 0. Box 2772 Rogers, AR 72756 as Principal, hereinafter called Principal, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, as Surety, hereinafter called Surety, are held and firmly bound unto.._.. City of Fayetteville, Fayetteville, Arkansas as Obligee, hereinafter called Owner, in the amount of Three Hundred Forty -Four Thousand Thirty -One and no/100 • -Dollars ($3442031.00 for the payment whereof Principal and Surety bind themselves, their heirs, personal representatives, suc- cessors and assigns, jointly and severally, firmly by these presents. Principal has by written agreement dated. February 212 1983 entered into a contract with Owner for renovation of Wilson Park Swimming Pool 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 forbear- ance 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 representatives, 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 event shall the aggregate liability of the Surety exceed the sum set out herein Executed on this 21st day of February KAN-ARK INDUSTRIES. INC If FIDELITY AND DEPOSIT COMPANY OF MAR AND Surety 1983 Principal w57N1$IS�USASS LDEN I' GENT' C5134(AR)-250 12-77 2046 - L. KLINEATTORNEY-INSFAGT.,._ '._✓3 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND HOME OFFICE; BALTIMO E, MD... KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corpora- tion of the State of Maryland, by C. M. PECOT, JR. , Vice -President, and C. W. ROBBINS Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Com pany, which reads as follows: "The President, or any one of the Executive Vice -Presidents, or any one of the additional Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shallhave power, by and with the concurrence of the Sec- retary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents, Resident Assistant Secretaries and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgments, decrees, mortgages and instruments in the nature of mortgages, and also all other instruments and docu- ments which the business of the Company may require, and to affix the seal of the Company thereto." does hereby nominate, constitute and appointWilliam L. Kline, Norval N. Kline, Jr., John R. Kline, W. Michael Kline and Stephen K. Kline, all of Hutchinson, Kansas,`EACH,_ its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings n. the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its office in Baltimore, Md., in their own proper persons. This power of attorney revokes that issued on behalf of William L. Kline, etal, dated May 24, 1974•. The said Assistant Secretary does hereby certify that the aforegoing is a true copy of Article VI, Section 2, of the By -Laws of said Company, and is now in force. IN WITNESS WHEREOF, the said Vice -President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 15th day of June , A.D. 19__=(6"-""" FIDELITY AND DEPOSIT COMPANY OF MARYL TTEST: e A ssistant Secretary STATE OF MARYLAND l SS: CITY OF BALTIMO f• On this 1 th day of June , A.D. 19 76 before the subscriber, a Notary Public of the State of Maryland, in an for the City of Baltimore, duly commissioned and qualified, came the above-named Vice -President and Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by -me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, 1 have hereunto set my hand and affixed my Official Seal, at the City of Baltimore, the day and year first above written. #177. _ Pi ;E i;% w ,aA_ Notary Public Commission Expires___AU-1-Y._1.,"._1978 4'6147 G y CERTIFICATE • I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice -President who executed the said Power of Attorney was one of the additional Vice -Presidents spe- cially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2 of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969 RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company; shall -be valid and binding upon the Company with the same force and effect as though manually affixed " w''y� l IN TESTIMONY WHEREOF, 1 have hereunto subscribed my name and affixed the corporate seal of the said=Company, this ---: 4. F 21st _ day of February.__ , 1983 ' ! ,i �%' I �. 74/4 ...__..._......_.__._.. -it • r/!. �I "le.. • - By Vice -President • aoro n:y<--`'i `fir .',. ;.! =:. F+ 1 _ •Qr•. p .-Z�� 'I_". .T• 1. d• • . lLAI .Y. 'i -'f. • , moi' t' �- i. NAME AND ADD. ESS OF AGENCY KLINE INSURANCE AGENCY, INC. 100 South Walnut Hutchinson, Ks. 67501 NAME Ave ADDRESS OF INSURED . KAN-ARK INDUSTRIES, INC. P.O. BOX 277 ROGERS, AR 72756 r ;•$/••.- F . o ff... MII ."? • • K A. Le COMPANIES AFFORDING COVERAGES A THE -TRAVELERS INSURANCE COMPANY OF AMERICA COMPANY LETTER y� el • _ • ' , -$ ..J COMPANY B LETTER [HE TRAVELERS INDEMNITY COMPANY COMPANY C LETTER PACIFICLOYERS INSURANCE COMPANY D LETTER COMPANY E LETTER L. This is to certify that policies of insurano tis'ed below have been issued to the insured named above and are in force at this time. Notwithstanding any requirement. term or onditio 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 th terms. e:dusions and onditions of such policies. - • COMPANY COMPANY LETTER Ty PE OF INSURANCE A A B � GENERAL LIABILITY E i 2 COMPREHENSIVE FORM ® PREMISES -OPERATIONS EXPLOSION AND COLLAPSE HAZARD ® UNDERGROUND HAZARD • PRODUCTS/COMPLETED - ' OPERATIONS HAZARD I al CONTRACTUAL INSURANCE - FA BROAD FORM PROPERTY ' DAMAGE INDEPENDENT CONTRACTORS ® PERSONAL INJURY Q AUTOMOBILE LIABILITY 13 33 COMPREHENSNE FORM OWNED HIRED NONOWNED EXCESS LIABILITY UMBRELLA FORM ❑ OTHER THAN UM BRELLA FORM WORKERS' COMPENSATION and EMPLOYERS' LIABILITY OTHER • POLIO.' NUMBER 650-146A005-8-TIA-82 650-146A005-8-TIA-82 MO 00'92 09 A . DKUB-146A315-8-82 POLICY EXPIRATION DATE 7-1-83 7-1-83 7-1-83 7-1-83 %_?-•*tect. s agris .cd i -A ....r .--•=ctits XxL-kG=..tel gam.' 'Y.Lx!iYa ESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES Limits of Liability in Thousands (000) EACH AGGREGAT OCCURRENCE BODILY INJURY s 500 s 500 PROPERTYOAMAGE s 250 BODILY INJURY AND PROPERTY DAMAGE COMBINED PERSONAL INJURY BODILY INJURY (EACH PERSON) BODILY INJURY (EACH ACCIDENT) PROPERTY DAMAGE BODILY INJURY AND PROPERTY DAMAGE COMBINED $ $ s $ 500 BODILY INJURY AND. PROPERTY DAMAGE " $ 1 , 000 COMBINED s 250 s 500 Cancellation: Should any of the above descr d policies be cancelled before the expiration date thereof. the issuing corn- - 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, FAYETTEVILLE ARKANSAS 72701 ARKANSAS DATE ISSUED 2-25-83 IN, INSURANCE AGENCY, INC. AUTHORITED RESENT A T NE RICHARD A. NAYLOR Route 4, Box 416 Fayetteville, Ark. May 4, 1983 Mr. Don Grimes City Manager City of Fayetteville; Interim City Hall Fayetteville, Arkansas 72701 Dear'Mr. Grimes: • p This letter is to advise you of a change that needs to be made in the height of the bathhouse at Wilson Park. I am concerned that we will not have enough height between the bathhouse roof overhang and the ramps to facilitate easy access to the pool by someone pushing a wheelchair up the ramp. The wheelchair will clear alright, but the person pushing it will have to stoop some to get under the overhang at the pool. It would be my recommendation that we raise the height of the walls on the bathhouse and the outer breezeway walls by sixteen (16) inches or two blocks. I have talked to Kan Ark Industries about this possible change and they have given me a price of 31800.00 to raise the wall height as indicated above. After walking around the decks and continuously looking at the bathhouse, I feel this change would enhance the project and it's access. If the wall heights are to be raised, it will need to be done immediately and the City's approval of the change needs to be forwarded to Kan Ark Industries as quickly as possible. Please advise me on this matter as soon as you can. Sincerely, Richard Naylor RAN/tk Copy to File February 28, 1983 i X3 PAYETTEVILLE, ARKANSAS P. 0. DRAWER F Mr. Kenneth B. Ewing, President Kan -Ark Industries, Inc. P. 0. Box 2777 Rogers, Arkansas 72756 OFFICE OF CITY MANAGER P2702 - (501) 521-7700 Dear Mr. Ewing: This letter shall constitute your formal notice to commence work on the Swimming Pool Renovation Project for the City of Fayetteville, Arkansas. The contract has been signed and your bonds and insurance certificates have been received. We look forward to working with you on this project. Please feel free to contact me if you have any questions or if there is any. way I might be of assistance to you Sincerely yours """ Donald L. Grimes City Manager DLG/tm cc City Clerk Richard Naylor 1 SPECIFICATION RENOVATION OF THE SWIMMING . POOL AND IT'S APPURTANCE AT WILSON PARK FAYETTEVILLE, ARKANSAS Richard A. Naylor - Design Consultant Gary L. Carnahan - Consulting Engineer 0 SCANNED