Loading...
HomeMy WebLinkAbout111-84 RESOLUTIONRESOLUTION NO. 111-84 14 A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT WITH NORTHWEST ENGINEERS, INC., FOR PREPARATION OF PLANS AND SPECIFICATIONS FOR A PARKING LOT 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 Northwest Engineers, Inc., for the preparation of plans and specifications for a parking lot at Wilson Park. A copy of the contract authorized for execution hereby is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this '!"t `. r• rri ATTEST ::. - •1 18th day Of .Septemher APPROVED: , 1984. BY: ,07,2,„6et/e„,,,,, Mayor • • AGREEMENT FOR ENGINEERING SERVICES THIS AGREEMENT, made this 10th day of October 1984, by and between The City of Fayetteville, Arkansas, hereinafter called the OWNER, and Northwest Engineers, Inc. of Fayetteville, Arkansas, hereinafter called the ENGINEER. WHEREAS, the OWNER desires to construct a parking lot at Wilson Park, Fayetteville, said parking lot to be approx- imately 75 feet..x 200 feet in plan dimension with curb and gutter, paved surface, storm drain, and planter island in the longitudinal center. and the ENGINEER agrees to perform the engineering services to accomplish same. WITNESSETH: That for and in consideration of the mutual covenants between the parties hereto, it is hereby agreed: The ENGINEER will: Perform a topographic survey of the site. Prepare a preliminary layout of the proposed improvements for the OWNER's approval and public hearing, and after approval, prepare drawings and specifications for construction of the improvements. • Assist the OWNER in receiving bids from contractors for the construction of improvements, and providing advice rel- ative to the award of contracts for same. Provide construction observation during the construction of said improvements to insure compliance with the approved plans. However, this provision shall not relieve any contrac- tor of his obligation to perform the work in conformity with the Plans and Specifications and in a workmanlike manner, nor shall it make the ENGINEER an insuror of the contractor's performance, nor shall it impose any bbligation upon the ENGINEER to see that the contractor performs his work in a safe manner. Prepare monthly estimates of work completed to establish a basis for monies owed by the OWNER to the contractor. Prepare "As -Built" plans and furnish two sets thereof to the OWNER or to whomever the OWNER may designate. The OWNER will: Provide right -of -entry to the site of the work. Provide legal description of the property to be improved. Review the work of the ENGINEER and approve same as each phase is developed. Compensate the ENGINEER for services rendered, in amounts and according to the time schedule below: For the topographic surveys, preparation of preliminary plans, the sumuof $ 900.00, payable upon submittal of, same • For preparation of construction plans and specifications, the sum of $900.00, payable upon completion of same. For construction observation, the sum of $950.00, payable in monthly increments in proportion to the amount of construc- tion performed in the same period. THIS AGREEMENT, shall be binding upon the legal represen- tatives and successors ofi.-thepat.ties'hereto and shall become effective upon execution. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this AGREEMENT in duplicate on the date heretofore stated. ATTEST:. SUZANNE r KENNEDY (typed name) Title CITY CLERK Lou Ann Westerfield (typed name) Title ACCOUNTANT II OWNER: CITY QF FAYVTTEVTTS,F by\» PAUL R. NOLAND. MAYO((((((R (typed name) Title MAYOR NORTHWEST ENGINEERS, INC. by F. Ervan Wimberly (typed name) Title PRESIDENT • INSURANCE United States Fidelity and Guaranty Company • Fidelity and Guaranty Insurance Underwriters, Inc. Fidelity and Guaranty Insurance Company The following form your policy: Policy Jacket containing Definitions. Supplementary Payments. Conditions and the Nuclear Energy Liability Exclusion: Declarations designating issuing Company, indicating coverage and limits of liability afforded; Coverage Parts expressing coverage and limitations thereon: Endorsements, if any. Gault, 1 11.81) usao-an Cal 1 tcN:".santee°.rha. • $1,1 r"--.:_ This endorsement modifies such insuranceas.isaltorde G''--iky's ruteS, % . -T' ^s el a COMPREHENSIVE • 0..tE., a :" s ' MANUFACTURERS .-AND eefaa OWNERS AND CONTRACTORS .OWNERS, LANDLORDS '; 8 X1(1' Pre'Rd r+ GENER 'm CONTF P AND _T SLIABILI3; ____ . ' ._ SMP INSURANCE United States Fidelity and Guaranty Company • Fidelity and Guaranty Insurance Underwriters, Inc. Fidelity and Guaranty Insurance Company The following form your policy: Policy Jacket containing Definitions. Supplementary Payments. Conditions and the Nuclear Energy Liability Exclusion: Declarations designating issuing Company, indicating coverage and limits of liability afforded; Coverage Parts expressing coverage and limitations thereon: Endorsements, if any. Gault, 1 11.81) usao-an 02000 (tt-I-I 'OM O 110eo ) qui 141(!se'i ,A}Atl13803S en -'V w?rrf4\ ANVdINOO 3O'NVIf1SNI AINV2IVf10 ONV AII130I3 ONI iseni 21MdBGNf1 3ONV&1SNI AlNVHVf10 ONV ALI130I3 ANVdW00 AINVdVfD 0NV AlIl30I3 SIMS 0311N11 iA!leluasaidae pazuoglne Alnp a Aq pafH!slalonod pue 'pueiAlep aJw!glee le Animas sp We wap!saud sl! Aq pulp aq Iq .40(1 spp pasnes seg Auedwo3 an liaazagm ssaul!M a! 'A;ladaid;0 uonewweluoo an!weo!pei;o 5W10; Ile sepnpw „aHewep Apadoid„ geualew algeuoissg qo slew Iea!lu° a weluw of 10 uo! seal u!eya 8u4uoddns-;las e w uossy Jeapnu welsns'ol pasn 10 pau8!sap snlejedde Aue sueaw „1o10eaJ ieapnu„ !suo!leJado vans io; pasn saslwaid Ile pue alis vans uo papnpuoa suo!sejado pe 'paleao! s! 8u!oHaiol alp to Aue y4ym uo aps 841 sapnpw pue 'mem ;o lesodsip Jo a8eiols aq; Jo; pasn io paiedaid 9080 10 sas!waid 'none/10)(a 'u!seq 'ainpnils Aue (p) 'sCZ wn!uem ;o swej2 osz ueyl aiw Jo';0awel uopewgwoa Aue 10 Ea wnwem Jo wwuo;nld 10 sweJ8 se ueyl aiow eu!ewoa 10 40 slsisuOD paleaoi 5! awnap JO luawd!nba flans aJagm sasiwaid an se pamsu! ayl 10 Apolsna au) w leual -ew flans 10 lunowe lelo) aq1 awls Ave le p leualew ieapnu !muds ;o 8u!Ao;e io Hu13e0!jge; '8u!ssaaoJd 9141 Ao; pasn aoinap Jo luawd!nba hue ,p! 1 `alseM'8u18eg0ed 10 8u!ssa5oJd "Bungee)) (f) 10 len; loads 8wzggn m Hwssaooin (31 'wnluolold J0 wn!uem ;0 sadolos! 941 aupeiedas (p Jo) pasn 10 pau2isap ulna() 10 luawdinba Aue iq) 'NOM ieapnu Aue iel sueaw ,;Alp!nel ieapnu, !A4!!pel ieapnu;0 u0!l!u -pap ay; ;o sgdelaeied owl isiq ay; ;spun papnpu! Anne; Jeapnu Aue 40 uopez!ueaJo Jo uosiad ,he Aq uo!lelado ay; wog HupIns8J !ql pue 'pawn !eyelet's aolnos sl! 10) Aluewud passamJd WO he W0J; wnuogl 10 wn!uew 10 uopelluaauo3 10 uo;aeJlxa 9141 Aq poanpojd salsem Jo duffle; 941 ueyl Jayso maim pnpoid-Aq 8u!u!eluo3 (e) leualew alsem Aue sueaw „Kum" Ualaeal ieapnu a u! uo!le!peJ of pasodxa 10 pasn uaaq seq owns *iamb!: 10 p!os'luauodwoo Ian; 10 luawala Ian; Aue sueaw „Jany luads„ !pang; Awwpuawe mel Aue w JO 456[ Jo lop XHJau3 3!wo17 941 u! ulatl uani8 s8u!ueaw aq; any „leualew l3npwdAq„ pue'„leualew ieapnu !e!0ads„ '„leualew a311105„ leualew pup PA -Aq Jo leualew lealanu le!aads 'leualew alines sueaw „leualew ieapnu„ :sagwdad amsoJdxa 10 91x01 'an!laeo!peJ apnpu! „sa!uadoid snopiezey„ quawasJopua si41 u! pasn sy (allgowOynyi Aywod 'I leaiail Aliadoud Aue pue &p!Ipey ieapnu Bans of aHewep Auadoid o! Aluc sagdde IE) uo!snpaa 5!144 'epeueo 10 suoissassod 10 sauoluaal s4! 'ea!fawy 10 salels papun 941 wylIM paleaol s! Algae; 40ns 1! lnq !Appel maim •Aue ;o asn Jo uo!leiado 'ameualu!ew "uo!lonilsuda'8u!uuejd rayl 45!M uoileauuoa u! luawd!nba Jo sued 'sleua;ew 'sa0!'nias 90 painsui ue Aq 8wysiwn} aq; }e ;no sas!Je aHewep Apadoid io'AJn!w'Appoq ayl (E) JO!pamsu! ue;o ylegaq 110 io.Aq';o pasodsip 10 paiodsueJ! 'pawls 'passaaad 'pasn ',palpueq 'passassod awn Aue le 01seM 10 ani )wads u! pau!eluoa s! leualew ieapnu 941 (Z) twoJ}aia4l pasiadsip 10 paaJeyasip uaaq ley (q) JO pamsu! ue 10 •;le4aq uo Jo Aq paleJado Jo 'Aq pauMo Alpee; ieapnu Aue le si (e) leualew mapnu aql 11) ;!'leualew ieapnu 40 sa!Uadoid snoplezeq a41 moi} 8w11nsaj aHewep Apadaid 10 Amlu! Al!poq of 'aHeJanoo Al!I!ge1l he Japu; suo!iezwcHlo Jo uosiad Aue Ag Agpoe; ieapnu a ;0 uogelado 9114 je no 8wsuie pue leualew walenu ;o sa!padwd snopieiey au] moi} 8uglnsaJ AJfu! Appoq of loadsai qpm palmaei sasuadxa of 'P!e wig 01 Hu!leIai uo!sMoid s;uaw .Aed Aleluawalddns Aue iapun 10 'a8eaeoa slaawhed ;papaw Aue Japan '8 •uwlenue2jo 10 uosiad Ave 4UM '4081942 Aoua2e Aue 10 'eailawy;0 salp4S pawn all Aq ole! pawlua luawaaj2e Aue iapun 'paw)); AauaBe he 10 leapiawV 10 salels palm; 9q1 Www1,A1!uwapu! of pap!lua "aq Won; ipanss! uaaq Jou Aagod 5!41 pet; 10 's! pansy! 9141 (q) 10 '4081941 Ailepuawe mel An 10 '0961 yo 43V A81au3 o!wa4V 943 0J luensmd uogaalaJd lepueup u!elwew 01 paJ!nbaJ s! uo!lez!ue2jo 10 uosiad .he (e) 431ym of loadsOJ aim pue leualew ieapnu ;o sa!padajd snoplezeq alit wo1; 8upinsw (Z) 10 'Al!pgeg 10 limp sli 40 uogsneyxa uodn uoyeu!wwl sl1 1o; ;n4 Amlod ons Aue Japun painsw ue aq pinom JO epeueo 10 u0peJoossy aauewsul Jeapnp 10 sJa4iMJapu; Al!I!ge!1 %8iau3 alwoIV len;nlg 'uwlepossy mensal ((Niger) A8iau3 leapnp Aq panes! Aagod A1gge!I ABJaua ieapnu a Japan palosw ue osw s! h3I0d sun Japun pawsui ue 43!gm 0l ;aadsaJ 4l1M (1) aHewep Apadold 10 Ajnlw Appoq 01 'a8elanoo A1!I!ge!1 Aue iapun 'y 'Aldde lou saop Aa!lod ski. -I 9¢111 peai8e si ;I OUP IDDos-lad ae!suaga.idwoo 3,40414.1144 1000140J ae!suegeJdwop Sane sa6Daemoo HHD 04 olgnal!ddy} NOISf113X3 A1I1IBVI1 A9113N3 1V31Of1N Item 1 UNITED STATES FIDELITY AND/GUAkANI-Y COMPANY Rake), n,v, ,�1a74ud OWNERS'- AND CONTRACTORS' PROTECTIVE LIABILITY INSURANCE COVERAGE FOR OPERATIONS OF DESIGNATED CONTRACTOR DECLARATIONS NAMED INSURED and Address (No. & Street, City, County, State, Zip Code) RI TY OF FAYETTEVILLE FAYETTEVILLE, WASHINGTON, Item 2. Policy Period From MARCH 1, 1985 to MARCH ARKANSAS 72701 1, 1986 T J 12:01 A.M. standard time at the address of .the Named Insured as stated herein. Policy Number 3CC 0 3 8 0 7 3 8 9 3 Renews NEW The Named Insured is: ❑ Individual ❑ Partnership 0 Corporation IN Other (specify) CITY Business of Named Insured CITY Agent or Broker and Address EASON & COMPANY, INC. FAYETTEVILLE, 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 liabil- ity against 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 A. Bodily Injury Liability $ B. Property Damage Liability $ Audit Period: Annual, unless otherwise designated below. ❑ Semi-annually 0 Quarterly 0 Monthly 500 , 000 each occurrence 10 0 , 000 each occurrence 5 00 , 000 aggregate $ 50. $ 50. Total Advance Premium $ 100. 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 $ Description of Hazards (Subline 315). Code No. The rating classifications below do not modify the exclusions or other terms of this insurance.- Premium Basis Rates Advance Premiums Bodily Injury Property Damage Bodily Injury Property Damage _ CONSTRUCTION OPERATIONS --OWNER (NOT RAILROADS) --EXCLUDING OPERATIONS ON BOARD SHIPS 416292 Cost 34,458. Per $100 .047 of Cost .022 50. 'OLICY WR MINIMUM PREMIUMS 50. TING Increased Limits Basic Charge (Subline 325) ggggp Endorsement Nos. END. 416 GL 9897L, #1, GL0019(7-78), #2 6L00125(381); 43. GL0032(4-84): #4 GLn21nf5-R2)• CIS ADDITIONAL INSURED y Advance Premiums 11AflR(Tn-84°f8 INCL. $ 5n INCL. $ 5n Designation of Contractor: JERRY D. SWEETSER, INC. Mailing Address: P. 0. BOX 579, FAYETTEVILLE, ARKANSAS 72701 Location of Covered Operations: SITE GRADING, DRAINAGE WORK, PARKING LOT CONSTRUCTION AT WILSON PARK, FAYETTEVILLE, ARKANSAS EX Check here if the following provision is applicable: The person or organization designated above as the Contractor 'has undertaken to pay the premium for this policy and shall be entitled to receive any return premiums, if any, which may become payable under the terms of this policy. Casualty 39 (1142) 101•1.T -E- -a- - (SEE REVERSE SIDE FOR COVERAGE PROVISIONS) Countersigned by /SIC a epres`e ta`five (Rev. 1-1-73) (CA -t t 'Aim) a t Lioiji al A0!lod ay; mum sinaao ga!gm a8ewep Apadad po Awful Aping; 01 A;uo sagdde Ovid c!4j A11011111131 A01104 A .41!Maa41 u0113auu0a u! pags!wnj..Hpawd!naa pue sped 'sIe!palew sapnpu! „ypoM„ •anp Jo pied 'newsuoIss!wwoa Jo sasnuoq 'saoueMope 'saaj pe 2weepu! 9opaluoagns J0 Japeiluoa '1801A0 ay1 /,q pays!wni Jaylagm 'ypoM vans jo uognoaxa aye w asn poi paannap Jo pasn 'pays!anj luawdpnba pUeslenOew 9ogel Ile io ism aqj HU!ppu! 'laalad ag!aads pea gl!M uo!laauuoa ui papgns Jo jai y20M He to sioloejuoa juapuadapui Aq pouad Agi(od all Huunp pamsu; paweN a-41 101 pawoi -lad suonendo of padsai, q4 M pansul paweN 841 01 !sou !alai ayi sueaw „1500„ . _ .-. .. :(Aayod 841 jo ped e auwpoi alaawasiopua .Hwpnjaup aauensu! s!tj :1 aaaaiaja a! pasn Daum SNOISINId30 1VNOI1100V AI 'aamaipna00 auo l0 100 bwsue se paap!suoa aq Heys suoq!puoa laaua8 awes a41 AHenuepsgns o) amsodxa paleadap Jo snonuquoa !o lno Hu!sue abewep Apadad pue anlu! ANpoq He 'ApH!geu-s,Auedwo3 ate to pwi; En su!u!walap jo asoand aqj Joj—g pue V saHenna3 'loalatl yaea o; loadsai 41;m Alalaedas AIdde pegs 1!WU aleH -aJBH( guns 'suogaepap age u; papeuH!sap si haloid an new aow 11 ale8a8ae„ se suopepepap aye u! pawls AjH!ge!l a8ewep tinkle 10 NMI all paaaxa jou Ileus sagdde aaepaAoa sun ya!4M of a8ewep Apadad pe jo asneaaq sa8ewep He Jo! Auedwoo ow ;d Ap;lgeq lejol aye ', aauann3aa pea„ Hugaadsa uo!s!Aad anoge aql 01 jaa!gns •„a3uamdaa yaea„ 01 algeaydde se suogaepap aye u! palels Anne!! a8ewep Almdopd io ;pp ael paaaxa jou ileus manna° an Aue ;o ipso] a4!• se.,suogenue8m JO suospad °Jew p0 auo Aq pau!elsns a8ewep Apadad He jo asneaaq sa8ewep pe poi Auedwo0 alp p0 Anima!! leloj aqu—g 9 !19Aa3 „;aoualmaaa yaea„ of a;geagdde se sue eieloap ayp u! palels kw* Amlu! ANpoq la j!w; age paaaxa len Ileus aauann33o auo Aue to pinsai an -se suospad aiow io auo Aq pawejsns Alnfnl ANpoq ;o asneaaq `SaalmaS 40 ss°I pue aea Jo; sa8ewep Hu!pnlau! 'sa8ewep pe ioj Auedwo3 age io AHpgen ICIo1 ayj—V akuano3 smopol se pip!' Si A111!9e11 6Auedwo3 aqp 'a8ewep Apadad Jo ante! AHpaqjo_lunoaae up'1'gHnaq sips Jo apewsfu!ejo (E) Jo saBewep.Apadoid'io Apn!u! Appoq, u!elsns oyM' suogei!uewo-pJo-siospad (g), -/,/god win papun spansu! (I) jo iagwnu ay1 io ssalppeHag - ” A11lISVnl i0 S11WIl 111 ,'pamsu; paweN 844! °I paHeuew,alelsa.!ea se eugae • ap4M um;enue8m JO (palest'. paweN aye l0 aaAopwa ue uebj mina; eosin An (p) " - pue Sydns se sa!lnp sly 10- Moos ate unarm lupe apgM laalad iaplogpols Jo pojoa!p 'paa!No angnaaxa Aue pue paleu8!sap os uopet!ueSlo a4j 'anuan lwol po d!yaauped lenp!A!put ue uegl la410 se suonempap aye u! paleuH!sap s! pansul paweN aij 1! (3) 'lions se Afpge!I s!4 01 laadsap 41!M Ain lnq ioaa41 pagwaw po gauped Aue pue paleu8!sap os anion ju!o( io d!gsmuped aql 'amen Opt JO d!ysiauped e se suo!leiepap 8141 u! paleu8!sap s! paposal•p640!1-a4-11 (q)- !asnods s!4 pue paleu2;sap os uospad ay; ';enp!npu! ue se suogaepap ay1 m paleu8!sap,srpaQsul paweN.agl 1p (e)• :moiaq um las 1ualxa aye of Aapod sly; papun pansy( ue s! Hu!mofoi 841 io y39, 0311ASN1 SNOSt134 11 'pansul ue ueg; Jayl0 uogezwe8po Jo uospad Aue Aq asn 01 Ind uaaq 8A04 y10M 10 spanpad pans Jape pansul paweN 841 to jle4aq uo Jo Aq pawpoipad ypoM ,o sponpad s,pansuj paweN 841 10 uo!loalsap JO 01 Amfu! ;oinked leluappo2 pue naps all W324 au!Hnsa Apadad a!q!Huel J8410 ja asn to ssol o; )(Ode lou scop uo!snpxa s!q1 Incl !pansul paweN aql Aq paluasamap pn palueneM-Awn -amp Je ssauj,j 'Apgenn 'eauewnpad is !anal aql laaw 01 pineal paweN 0141 ie jlegaq uu po Aq •pawn;pad y,oM JO wanpad s,painsw paweN atm 10 anoe; a tn. Ig) a ;u.Be .0 ;ae,;,ra i...2 ;a panne! paweN eu?' c .le4oq u^- p w;; , d a•Wxa;o gat• ;c s! Ae;ap ' F. wN; Hu,li^.alp paAussap io mama, uaaq Fu .014 43!4M Apadad alq!Huel to 351 !o ssi.l n; ;l) (apes) 6E 141101163 • • 4eluap!aoe pue uappns s! neon JO neaps 'lespadsp 'aepelas!p vans j! Ajdde jou sacp uorsnloxa s!qj Jog :JajeM jo Apoq 10 asmoaajeM Aue Jo aagdscwle aqj 'pue; uodn 10 opu! slue1n11od 10 slueu!weluoa 'sweep! ,alta JO slepalew aIseM 'saseH Jo sp!nng's1ea!wayo a!xoj'sge9Ie rsp,ale'saun('Eroas'sladen-ayows;jq-atfeasy JO neap.] yesmds!p 'aalegasp ay) jo jno8wsue amp L padad JO IAN! Appoq o1 (g -�yj!Mapayl asn poi pea !sap Js art m- a! Aue • pi asn-ro- oo!laado aq1 (Z) Jo Apagie pn lsalu0o'ydns Auer JOJ'Ldejaedafd10fla¢ptlu; AD Alugae 81.qunjs Aue- ul po.1501UO3 uonpowap Jo paads paziueapo Jo paHueipeapd Aue pasn 8u!aq a;.qM luewdmba al!gow Aue jo ba!peo;un 10 8wpeol 'asn 'uonendo 'aaueualu!ew 'diyspauMo aql (j) jo jno Hu!sue a8ewep Apadad ,o /Ale! AHpaq of (q) 'El 40d all io uo!sp,opd sluawAed Apeluawalddns. 941 papun pie lsii} pan-sasuad¢a (g) 10 4113e.qUen leluap!0u! ue papun' pansul -all Aq pawnsse Aj4!ge?I (1) til 105dsap y1!M '8u!ogaq a4l io ADE. a1 juaplau! uol!puua pc 130 4U0 01 JO UOpn;oAap JO 11;)! lap) 'ur,!laannsu! 'Jam l!n!0 'papepap lou Jo Jaylaym 'peM o1 anp a8ewep Alpadopd io Amfu! Appoq 01 (8) 4OI3C1003 paleu8isap aq; Aq pamsu( 841 poi pawoyad Nam (p) po '!oauoa ;ea!A4d Hmspiaxa asodind Aue 1124 s! 01 se JO pamsui aqi io ;011000 10 Apo3Sno '0123 aye u! 'Spaniel (e) 'pamsu; 841 Aq pasn Alpadopd (Z) 'pamsu! au 01 pajuap JO Aq pa!dnaao JO paumo Alpadopd {1) 01 a8ewep Almdopd el (j)' yaajuaa !mama! ue• papun purism! 841 Aq pawasse A4H!geN of Aldde lou saop uo!snpxa s!ql lnq !Amin, lions jo ino 8u!spe sa8ewep jo asneaaq Jayloue AHuwapu! 01 pamsu! a4l 40 uogeaggo Aue of JO panne; 841 Agjuawdoldwa 514 io aanoa aq) u! pue io pno 5u!sue ;annul ayi io-aa/,oldwa An of Anita! Appoq o; (a) +Mel pepw!s Ane •papun JO 'me; spauaq Ajppes p JO uogesuadwo3 luawdo;dwaun 'uo!lesuadwo3 s uanpom Aue papun alga!, pray aq Aew awn! sly se lawn Aue JD pansul alp 4a!4M 10! uogeHHgo Aue 01 (p) !1013e11103 paleu8!sap aq1 Aq pamsu; paweN ag1 pof pawpoipad ypoM !o uwsinpadns lepaua8 uemann;_'seaaoldwa,s!g.iwAue,10.pansul.,,, paweN 841 l0 uo!ss!we JO 138 AOFjo 100 8urs!pe a8ewep Awadad4o Amlu! Appall of (0) — k' ', R, aalord-awesJ a ped a s: edtauud e7 1 41"N'1 L. suowmdo 8urw`mjiad y! plan aopeluomps. JO .topenun. ikon. uiyj pa - - uwlez!ueHm pe uosmd Aue Aq asn papualw sl! 01 Ind uaaq seq sasue a8ewep JO Amfu! 8ql ga!yM jo 100 spam S1013811003 pajeuH!sap aqj p0 uogmd jegj (Z) JO 'palaIdw03 uaaq seq • suonendo paanoa aye l0 a1!s aq1 je palinal paweN 941 la Hegaq uo JO Aq paunoi. -iad;aq:01' (sf!eda yo,aPueup;u!ew"aa!npas ue_gl. Jaylo) laalad aql uo vont He (1) - — • f _ , palej.Huuineao' a8ewepApadoirpo •AmA! 0 .. .. � -fu! IP 9 0 3 (W Uauuew • ayyuewymM a u! auop aq two Jolaeiluo0 paleub!sap age ft; pawpoipad ypoM leg; /,weneM.e o1 Aldde„1pu scop ujsnpxa swung yoaluoo feluap -pw ue jdaexa luawaaiSe lo'paluw Aue aapdn painsul•041 Aq pawnsWA,Hj!gen 01 (0) :Altlde lou scop plod situ _ suo!Snlox3 pamsu! 841 48!4 0 1 'Mammas 10 sluawapnf !o pinged Aq palsnegxa 0aaq seq A11Hgei E;AuedUO3 all 40 l! Wil 'a!q'e5!ldde aqj 411E.1!@-prig-iue.SLI ))31 po juawapnl _Jo w!ela Aue Aeb op papaHygo-aq-sou Heys 'Auedwoa aye 'pua!padxa swan 1! se -vs po w!elo All i0inawaines pue uoneaiSaAu! ons /yew dew pue 'pawpaw; JO usual 'ssalpunUH ale Nu 841 io suoyeaalle 841 10 An 11 uana '98ewep Apadad JO Amfu! AI!peq flans !o' jun0aoe uo sa8ewep Hu!yaae pamsul a4l jsu!eae pins Aue puajap'01 Ajnp pue 142p aql Ong Heys Auedwo8 041 pue 'sualaado yaps io uois!Andns iaauaH sly yj!M uo!jaauuoa w pamsu) paweN 941 to suwss!wo JO spa (Z) Jo alanyl paleasap opal)! 014j It suogaepap all u! paleu8!sap Jop elld0a alp Aq pansij paweN agp poi pawmpad suonendo (p jo Ina. Swipe pue 03aan1laaa ue Aq pogo 'sagdde Asyod sun go!4M op a8ewep Apadoid 'a JO Ainru! Appeal .y ;u asneaaq saaeW'ep se Fcd of poie2a4e Foe al:ing !CO papnsu! e;l 401 1m sc^s a Rinse! ,e . c.:aq c: An i'M Aued.:33 94a A11112,11 39Vp1V0 A1113d010-9 39V113A00 A11112Vi1 AgffNI &iiaoo—V 39V113AO3 1 • 4 r e. This endorsement forms a part of the policy to which attached, effective on the inception date of the'policy unless otherwise stated herein. (The following information is required only when this endorsement is issued subsequent to preparation of policy.) Policy No. Endorsement No. 9 1 GL00190778 ' Endorsement Effective Named Insured • • • Countersigned by (Authorized Representative) 1— - • This endorsement modifies such insurance as is afforded by the pro'isions of the policy relating to the following: -� ,. • Ai {j .- !nr(!'Y ., 'C rifll' r;TS` Y I "ten rL:. ."" "4. - GENERAL LIABILITY INSURANCE • a SMP LIABILITY INSURANCE emr ,BUSINESSOWNERS POLICY admen - AMENDATORY ENDORSEMENT—ADDITIONAL DEFINITION • f It is agreed that the following definition is added: "loading or unloading", with respect to an automobile, means the handling of property after it is moved from the place where it is accepted for movement into or onto an automobile or while it is in or on an automobile or while it is being moved from an automobile to the place where it is finally delivered, but "loading or unloading" does not include the movement of property by means of a mechanical device (other than a hand truck) not attached to the automobile. GL 00 19 07 78 GL -00"25-03-81 t. n GL 00 25 (Ed. 03 81) This endorsement forms a part of the policy to which attached, effective on the inception date of the policy unless otherwise stated herein. (The following information is required only when this endorsement is issued subsequent to preparation of policy.) Endorsement effective Policy No. Endorsement No. Named Insured Countersigned by (Authorized Representative) This endorsement modifies such insurance as is afforded by the provisions of the policy relating to the following: OWNERS AND CONTRACTORS PROTECTIVE LIABILITY INSURANCE AMENDATORY ENDORSEMENT Exclusion (h) is amended as follows: (h) to bodily injury or property damage arising out of the ownership, maintenance, operation, use, loading or unloading of any mobile equipment while being used in any prearranged or organized racing, speed or demolition contest or in any stunting activity or in practice or preparation ' for any such"contest or activity; GLOO25O381 GL 00 32 (Ed. 4-84) This endorsement forms a part of the policy to which attached, effective on the inception date of the policy unless otherwise stated herein. (The following information is required only when this endorsement is issued subsequent to preparation of policy.) Endorsement effective Named Insured Additional Premium $ NOT APPLICABLE Policy No. Endorsement No. 3 Countersigned by (Authorized Representative) 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, LANDLORDS AND TENANTS LIABILITY INSURANCE OWNERS AND CONTRACTORS PROTECTIVE LIABILITY INSURANCE STOREKEEPERS INSURANCE SMP LIABILITY INSURANCE Amendatory Endorsement It is agreed that the exclusion relating to bodily injury to any employee of the insured is deleted and replaced by the following: This insurance does not apply: (i) to bodily injury to any employee of the insured arising out of and in the course of his employment by the insured for which the insured may be held liable as an employer or in any other capacity; (ii) to any obligation of the insured to indemnify or contribute with another because of damages arising out of the bodily injury; or (iii) to bodily injury sustained by the spouse, child, parent, brother or sister of an employee of the insured as a consequence of bodily injury to such employee arising out of and in the course of his employment by the insured; This exclusion applies to all claims and suits by any person or organization for damages because of such bodily injury inciuding damages for care and loss of services. This exclusion does not apply to liability assumed by the insured under an incidental contract. GL 00 32 04 84 Copyright, Insurance Services Office, Inc., 1983 This endorsement forms a part of the policy to which attached effective on the inception date of the policy unless otherwise stated herein. (The following information is required only when this endorsement is issuied subsequent to preparation of policy.) Endorsement effective Policy No. Endorsement No. 4 Named Insured GL0210 (Ed. 05 82) Countersigned by (Authorized Representative) AMENDMENT OF CANCELLATION CONDITION (Arkansas) The following is added to the Cancellation Condition: In the event of cancellation by the named insured: 1. the Premises-Operctions premium developed for any annual policy period for the classifications listed below, if any, shall be retained by the Company: • • - 2. The minimum premium for any annual policy period for Contractual Liability or Owners or Contractors Protective Liability coverage listed below, if any, shall be retained by the company: • 3. In no event, shall the premium retained by the company be less than $100. GL 02 10 05 82 • • IL0018 (Ed. 10 84) AMENDATORY ENDORSEMENT #5 PREJUDGMENT INTEREST The following is added to the Supplementary Payments provision in this policy: The Company will pay, in addition to the applicable limit of liability, prejudgment interest awarded against the Insured on that part of the judgment the Company pays. If the Company makes an offer to pay the applicable limit of its liability, the Company will not pay any prejudgment interest based on that period of time after the offer. IL 00 18 10 84 Copyright, Insurance Services Office, Inc., 1984 Copyright, ISO Commercial Risk Services, Inc., 1984 ay a VjFCROFILMwD UNITED STATES FIDE= GUARANTY COMPANY (A Stock,- Company) ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND We Je,>;Xy...P.a....S.weetzgz...cpn,s,txugxivtz...Co.a.A....�z�c., as Principal, hereinafter called Principal, and UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the State of Maryland and authorized to do business in the State of Arkansas, as Surety, hereinafter called Surety, are held and firmly bound unto City of Fayettevilltig� Fayetteville AR !7 as Obligee, hereinafter called Owner, in the amount of....Thirty....Tlwusand..F.ausH7underd Fifty Seven and Seventy Five Cents Dollars ($ ), for the payment whereof Principal and Surety bind themselves, their heirs, personal representatives, successors and assignsFebruary and sevlerally,lfirmly by these presents. Principal has by written agreement dated eppYruary r entered into a contract with Owner for furnishing all labor and materials for the construction of Site Grading, Storm Drainage and Parking Lot Construction, for Wilson Park, City of Fayetteville, AR Job# 84-604 , which contract h by reference made a part hereof, and h 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 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 +he aggregate liability of the Surety exceed the sum set out herein. Executed on this 15thday of February Ig 85 Contract 158 (Arkansas) (10.67) Jerzy D. Sweets.er Principal By . A<u UNITED STATES FIDELITY AND GUARANTY COMPANY_^ ' — 'Surefj _ ^ By Neil Danns '- Attonfey in•fdct ki yme CERTIFIED COPY GENERAL POWER OF ATTORNEY No 84805 Know all Men by these Presents: That UNITED STATES FIDELITY AND GUARANTY COMPANY. a corporation organized and existing under the laws of the State of Maryland, and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint A. P. Eason, Jr. of the City of Fayetteville , State of Arkansas its true and lawful attorney in and for the State of Arkansas for the following purposes, to wit: To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and all acts and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said UNITED STATES FIDELITY AND GUARANTY COMPANY, through us, its Board of Directors, hereby ratifies and confirms all and whatsoever the said ti may lawfully;do in.the,premises by virtue of these presents. mein,Wrt esWhereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to be • sea`leedow'i_ hvits--aryorate seal, duly attested by the signatures of its Vice -President and Assistant Secretary, this 17th dayof v-° ' May A. D.1974 UNITED STATES FIDELITY AND GUARANTY COMPANY. A. P. Eason, Jr. (SEAL) STATE OF MARYLAND, BALTIMORE CITY, } W: (Signed) (Signed) By Charles W. Boone W. G. Hilyard Vice•Presfdent. Assistant Secretary. On this 17th day of May , A. D. 1474 , before me personally came Charles W. Boone , Vice•President of the UNITED STATES FIDELITY AND GUARANTY COMPANY and W. G. Hilyard , Assistant Secretary of said Company, with both of whom I am personally acquainted, who being by me severally duly sworn, said that they resided in the City of Baltimore, Maryland; that they, the said Charles W. Boone and ' W. G. Hilyard were respectively the Vice -President and the Assistant Secretary of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, the cor- poration described in and which executed the foregoing Power of Attorney: that they each knew the seal of said corporation: that the seal affixed to said Power of Attorney was such corporate seal, that it was so fixed by order of the Board of Directors of said corpora. tion, and that they signed their names thereto by like order as Vice -President and Assistant Secretary, respectively, of the Company. My commission expires the first day in July, A. D.19...74... (SEAL) STATE OF MARYLAND BALTIMORE CITY, Sct. (Signed) Herbert J. Aull Notary Public. 1, Robert H. Bouse , Clerk of the Superior Court of Baltimore City, which Court is a Court of Record, and has a seal, do hereby certify that Herbert J. Aull ' , Esquire, before whom the annexed affidavits were made, and who has thereto subscribed his name, was at the time of so doing a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and sworn and authorized by law to administer oaths and take acknowledgments, or proof of deeds to be recorded therein. I further certify that I am acquainted with the handwriting of the said Notary, and verily believe the signature to be his genuine signature. In Testimony Whereof, I hereto set my hand and affix the seal of the Superior Court of Baltimore City, the same being a Court of Record, this 17th day of May , A. D. 19 74 (SEAL) FS 3 (9-67) (Signed) Robert H. Bouse Clerk of the Superior Court of Baltimore City. -Ale»lass' $UVItyrj✓ A,LNVI:VRO QNV A.PI3QI3 S3LVIS anima ‘s8 -6T 'ST Ln nigag uo ANVdIYOD aq1 ;o leas atp pup Nati Aw ta5 ()mum] aneI ; '(oalagm £uompray yl •Sunaaw pars;O salnulw alp ul paploau sr ;oangl aloq* atp put 'uopnlosai pies 30 Adoa 7392103 pue 31111 a sl auloaalo; aql acyl pue yuasald sum SlolauiQ ;o patog atp 30 wnionb p aunaaw 113t9M It '0161 'API! ;o hep qui atp uo •alowpleg Jo Aub atp p Auedwoo 091 pa aaglo ayl le play pup pallea Atop 'Auedwo3 plus ;o sl%aal1Q pa pleog all 30 Sutlaaw ]elnaal E It paldopE uolln(0sal E 30 aauunslnd ut uania sem AaUlolld 30 laMOd pies imp A;iliac ample; op I pUV •7331)3 pue aa1o; jjn; ul lids st pue pallonal uaaq 1013U say Aouiouu;0 laMod gauj 'quo; las tpalayl se spuoq uals o1 WTtl SuuaModwa pue aulzpogine • SB SIIe S[Sy ' attTna gated 10 •ap 'uoseg •d •y of AuedwoD pies Aq uanla Aauloue 30 lawod pup* atp 30 Adoa laaalo3 per anal •(ln;est 3 paw.); atp ;°'p A;luaa Agway op 'XNYd1YOD A.LNVEId110 QNd AZI'I3QLi S3•LXLS Q3.LINn aqi Al¢130as 1UV)SISS ue • TTetgS.zBH £et .vu • Z '� 'awes atp 30 laylla;0 alnleu aql w aulgmiue ]0 'aupiniapun 10 'uotlEjndps -UoiIoSggo 'a0unzruaoaal 'puoq yaps Atte ut l0; papinold aq Auw pupa su0gipuoa Atm .10 BUtgiAue;o autop lou 10 Swop ay 105 pauoulpuoa •ianOsle4M satpardea ire pue Aue ut •lanaosteyM uopwrue2lo 10 uopelaosst 73470 l0 Algedia!UUtu 'lsalalul •aaglo 'Apoq •uopelodloa •suoslad 10 uoslad .(ue lo; 20 Aq ';o uoiaatold l0 Auanaas atp 10; paploau to pap -j 'paidaaat 'pwapuai 'uant2 •uaJjr1 •apew •palnaaxa aq 01 palUwlad 10 paltnbaa 'paMo[IE aq 'as1Mlayl0 l0 (Edlalunw '1E001 •1940 l0 Gaga° 'UUtlezlueal0 'Apoq 'ping Aum 30 uopalaslp .10 aopoaad 'swolsns 'slap° •suoprin8a1 'Sa]n1 atp Aq 10 •puElpuno;MaN pa AuojoD all 30 l0 epeue3 50 uolpwo0 ay] 30 saaUIDOld °q1 30 10 cam: 03221.1 gip ;O Anpalaj l0 DIMS Aum 30 l0 80181s pallufl alp ;O GInlrlc AIM Aq 1° 'asIMlay2O JO ledia!Unw 'Mal Aq Attu 10 an, yolg.M 'avers atp ;o latpla 30 alnleu 041 ul Sultphue 30 saupleuapun 'suopelndps •suopmaggo 'saaueztuaoaal 'spuoq lit pug Aue;O suotllpuoa atp aalutlenS put alnaaxa 01 stuaae 10 war l0 '23113-ul-sAaulolww 10 Aatuopt St! sr puE awtU Sal w 'of;// puE 'poMogm MEQ .(q 10 'SSulpaaaold SO suo11ae ale ul paltlwlad to pannbal 'sSupupapun pue spuoq awaaluelena 10 Sptnaaxa puE saia!TOd aaumlgsul'teyl 13420 stamlluoa 30 saauriuopad 042 2uiaaiutien2 'snit alenud to atlgnd ;O suoptsOd eulploq suosiad ;o Apapg all $ulaalumlena shell -uos lir put Aur Ja.Ulap put alnaaxa of 'lar Sp st pup awtu si! ui 'Auadw0D riles ;o sluaat JO luau 10 •laE;-ui-shaulol1E JO Aauloum Sr suOslad 10 uoslad Aue 1u!odde 01 'pas alelodioa sat lapun •Sapelaaaas IUElstssy SI! pO Guo 10 Almanac ell g11M UOpaunluOa Ut stuap)sald -aatA SI! 30 layna 10 luaptsald sn laatodwa pue az1loipne 'saop .(galaq it pue 'op Aumdwo3 slyi amyl 'pan;orae al eq 'a1o(alay j •pLIBWuno;MOK;o MiojoD alp Ul puE Ep011EJ;o U01uwCQ alp JO SaaulAold atp U1 put SalEIC palpin alp JO Sau0n1laj alt ul pue •puri.11e11 Ue1111ayto salols ut aWEU sal U! put 7l 103 tat 01 Altl0ylne put laMod ppm s.Aau10UE put sluGSt tuwddt Auedwo3 sly) 1Eyt ssaulsnq 50 uot2OEsue11 1entaaB° ay 103 A-Essaaau st 11 'realaym 702/2 NOLL117OS38 30 AdOD 0 THIS HI CER�jJTIFICATE ERtIFI ATE TAB 15 ISSUED DOES NOT AS A MATTER OF AMEND. EXTEND STOPS of INFORMAT N OR ALTER THE AT 0 ONLY AND COVERAGE CONFERS AFFORDED NO BY 0 RIGHTS UPON THE POLICIES 0 THE CERTIFICATE LISTED BELOW. HOLDER. 0 NAME AND ADDRESS OF AGENCY Eason Ci Co:, Inc. P.O. Box 4217 Fayettevillke AR 72701 COMPANIES AFFORDING COVERAGES LETTCOMPANY A United Stated Fidelity & Guarnatj ER COMPANY B LETTER NAME AND ADDRESS OF INSURED Jerry 0. Sveetser, Inc. P.O. Sox 579 Fayetteville, AR 7278® • 4 • COMPANY ■ LETTER V COMPANY D LETTER COMPANY E LETTER L This is to certify that policies of insurance lis ed below have been Issued to the insured named above and are in force at thistime. 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 POLICY EXPIRATION DATE Limits of Liabifty In Thousands (000) EACH OCCURRENCE AGGREGATE GENERAL LIABILITY 29 COMPREHENSIVE FORM ® PREMISES -OPERATIONS EXPLOSION AND COLLAPSE HAZARD UNDERGROUND HAZARD g PRODUCTS/COMPLETED Ir''' �'OPERATIONS HAZARD GOCONTRACTUAL INSURANCE rROAD FORM PROPERTY DAMAGE INDEPENDENT CONTRACTORS nGill PERSONAL INJURY 0 10001734159P 2/15/86 BODILY INJURY PROPERTY DAMAGE E E 1,000 1,0oo E BODILY INJURY AND PROPERTY DAMAGE COMBINED E PERSONAL INJURY AUTOMOBILE LIABILITY ® COMPREHENSIVE FORM O OWNED O HIRED O NON -OWNED BAP570963 2/15/86 BODILY INJURY (EACH PERSON) BODILY INJURY (EACH ACCIDENT) E E 1,000 PROPERTY DAMAGE BODILY INJURY AND PROPERTY DAMAGE COMBINED $ 1,000 $ WORKERS' COMPENSATION and EMPLOYERS' LIABILITY 3902852525 2/15/86 STATUTORY $ 1.00 (EAcH ACCIDENT) Owners Prltective Libility Bib dladeExpaP2/1'6J86 Engineer named as additonal insured. 100,00/500,000 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. ACORD 25 (1.79) NAME AND ADDRESS OF CERTIFICATE HOLDER: City of Fayetteville, Fayetteville, AR 72701 DATE ISSUED: February 15, 1985. AUTHORIZED REPRESENTATIV Neil Danner EXCESS LIABILITY BODILY INJURY AND UMBRELLA FORM PROPERTY DAMAGE $ $ 0 OTHER THAN UMBRELLA COMBINED FORM WORKERS' COMPENSATION and EMPLOYERS' LIABILITY 3902852525 2/15/86 STATUTORY $ 1.00 (EAcH ACCIDENT) Owners Prltective Libility Bib dladeExpaP2/1'6J86 Engineer named as additonal insured. 100,00/500,000 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. ACORD 25 (1.79) NAME AND ADDRESS OF CERTIFICATE HOLDER: City of Fayetteville, Fayetteville, AR 72701 DATE ISSUED: February 15, 1985. AUTHORIZED REPRESENTATIV Neil Danner '1 3 NORTHWEST ENGINEERS, INC. 5t le 9 -4 - MICROFILMED F. ERVAN WIMBERLY, P.E. ALVIN G. HARRIS, R.L.S. Jan. 16,..3985 Paul Tunstill rrJerry Sweetser Const. CO., Inc. 590 W. Poplar Fayetteville, Ar. 72701 RE: Addendum #1, Wilson Park Parking Lot Constriction Fayetteville, Arkansas Dear Paul; Attached is a revised Site and Grading Plan (sheet 1 of 3) fir the above referenced project. The original sheet 1 of 3 in your set of plans should be removed and this revised sheet inserted in its place. The attached Addendum sheet should be signed by you and stapled tD the Proposal Section in your set of Specifications for this Project. The additions to the revised Plan will not affect the original design, but rare will need to be ekei ised when working near the sanitary sewer lines and underground electric line which have been added to the revised Plan. Contact me if you have any questions on this Addendum. Sincerely, & te "Waraj Alvin G. Harris, RIS AGH/ae 505 WEST ASH ST. P. O. BOX 1173 • FAYETTEVILLE, ARKANSAS 72702 (501) 443-4535 JOB NAME: JOB NUMBER: DESCRIPTION OF CHANGE: REASON FOR CHANGE: NORTHWEST ENGINEERS, INC. ADDENDUM NO. 1 January 16, 1985 Wilson Park Parking Lot Construction 84-604 Sheet 1 of 3 of the Engineering Plans (Site and Grading Plan) has been revised: The original sheet 1 should be removed and this revised sheet inserted in its place. Two sanitary sewer lines, a manhble, and an underground electric line have been added to the plan that had not been previously shown. Contractor shall attach this addenda to the Specifications, and it shall be considered a part thereof. Recommended NORTHWEST ENGINEERS, INC. RECEIPT ACKNOWLEDGED DATE: / 2!�"_ C' TOR (J /1' T " AGREEMENT FOR ENGINEERING SERVICES P4q-l4 MCROFtt.t THIS AGREEMENT, made this 10th day of October 1984, by and between The City of Fayetteville, Arkansas, hereinafter called the OWNER, and Northwest Engineers, Inc. of Fayetteville, Arkansas, hereinafter called the ENGINEER. WHEREAS, the OWNER desires to construct a parking lot at Wilson Park, Fayetteville, said parking lot to be approx- imately 75 feet x 200 feet in plan dimension with curb and gutter, paved surface, storm drain, and planter island in the longitudinal centerand the ENGINEER agrees to perform the engineering services to accomplish same. WITNESSETH: That for and in consideration of the mutual covenants between the partieshereto, it is hereby agreed: The ENGINEER will: Perform a topographic survey of the site. Prepaie a preliminary layout of the proposed improvements for the OWNER's approval and public hearing, and after approval, prepare drawings and specifications for construction of the improvements. • h Assist the OWNER in receiving bids from contractors for the construction of improvements, and providing advice rel- ative to the award of contracts for same. Provide construction observation during the. construction of said improvements to insure compliance with the approved plans. However, this provision shall not relieve any contrac- tor of his obligation to perform the work in conformity with the Plans and Specifications and in a workmanlike manner, nor. shall it make the ENGINEER an insuror of the contractor's performance, nor shall it impose any obligation upon the ENGINEER to see that the contractor performs his work in a safe manner. Prepare monthly estimates of work completed to establish a basis. for monies owed by the OWNER to the contractor. Prepare "As -Built" plans and furnish two sets thereof to the OWNER or to whomever the OWNER may designate. The OWNER will: Provide righ..t-of-entry to the site of the work. Provide legal description gf the Property to be improved. Review the work of the ENc₹NEED and approve same as each phase.is developed, Compensate the ENGINEER for services rendered, in amounts and according to the time schedule below: For the topographic surveys, pr@paration o€ preliminary plans, the sum of $ 900,00, payable upon submittal of same. For preparation of construction plans and specifications, the sum of $900.00, payable upon completion of same. For construction observation, the sum of $950.00, payable in monthly increments in proportion to the amount of construc- tion performed in the same period. THIS AGREEMENT, shall be binding upon the legal represen- tatives and successors of;the ,-parties hereto and shall become effective upon execution. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this AGREEMENT in duplicate on the date heretofore stated. OWNER: k_ 1 :1 t / ' P / 0 U. 111 1 11 •-• Title I •-. Title ACCOUNTANT II Title MAYOR NORTHWEST. ENGINEERS, INC. by 0. F. Ervan Wimb lv (typed name) Title PRESIDENT 4 'q` 1 } , V SPECIFICATIONS FOR SITE GRADING, STORM DRAINAGE, AND PARKING LOT CONSTRUCTION FOR: WILSON PARK CITY OF FAYETTEVILLE, ARKANSAS JOB NO. 84-604 JANUARY 1985 NORTHWEST ENGINEERS, INC. 505 WEST ASH STREET FAYETTEVILLE, ARKANSAS SPECIFICATIONS FOR SITE GRADING, STORM DRAINAGE, AND PARKING LOT CONSTRUCTION FOR: WILSON PARK CITY OF FAYETTEVILLE, ARKANSAS JOB NO. 84-604 JANUARY 1985 ca o NORTHWEST ENGINEERS, INC. 505 WEST ASH STREET FAYETTEVILLE, ARKANSAS T ADVERTISMENT FOR BIDS Notice is hereby given that sealed bids will be received by the City on the materials, of Fayetteville 29th day and Purchasing Office until 10:00 of January, 1985, for furnishing all labor and performing the necessary A.M. tools, work in constructing City of a Fayetteville, parking lot located at Wilson Arkansas. Park in the All work:, material, and construction shall be in accordance with the plans, profiles, and specifications. Said plans, profiles, and specifications are on file in the office of Northwest Engineers, Inc. at 505 West Ash Street in Fayettevile, Arkansas. These documents may be obtained from the office of Northwest Engineers upon the payment of $15.00 which will not be refunded. Contractors shall make such inspection and studies of the site of the work as to familiarize themselves thoroughly with all conditions to be encountered. Each bid must be accompanied by a cashiers check or surety bond in the amount of 5% of the whole bid, said bond to be issued by a surety company licensed to do business in the State of Arkansas. Said bond or check shall be retained as liquidated damages in the event the successful bidder fails, neglects, or refuses to enter into a contract for the construction of said work and furnishing the necessary bonds within 10 days from or after the date the award is made. A 100% performance bond will be required to be posted with the City within 10 days after the date of bid award. Bids must be made upon the official proposal sheets contained in this specification and such proposal sheets shall not be removed from the remainder of the contract documents. All bids shall be sealed and the envelopes addressed to: Sturman Mackey, Purchasing Officer City of Fayetteville P.O. Drawer F Fayetteville, Arkansas 72702 or bids may be delivered to the Purchasing Office located on the Second Floor of the City Administration Building at 113 West Mountain Street, Room 209. All bids shall be clearly marked on the outside of the bid envelope that it is a bid for the construction of a parking lot at Wilson Park. Also, the information on the outside of the envelope shall contain the time and date for the opening of bids. The name of the bidder shall alsa be shown on the outside of the envelope. Bids will be opened at the above specified time at Room 326, 2j City Administration Building, 113 West Mountain Street. The attention of all bidders is called to the fact that they must be licensed under the terms of Act 105 of the 1965 Acts of the Arkansas legislature. The City Board of Directors reserves the right to accept or reject any or all bids, waive formalities in the bidding and make. a bid award deemed to be in the best interest of the City. The City Board further reserves the right to withhold the awarding of the contract for a period not to exceed 60 days afer the receipt of bids. This bid is subject to the availability of funds. Dated this 10th day of January, 1985. Sturman Mackey Purchasing Officer INFORMATION FOR BIDDERS WILSON PARK PARKING LOT FAYETTEVILLE, ARKANSAS JANUARY, 1985 1. Instructions to Bidders: The City of Fayetteville (hereinafter called the Owner is requesting bids for work on the above captioned parking lot project. Bidders may submit a bid for the parking lot pavement to be either 2" of hot -mixed asphaltic concrete with 6" of 58 -2 base, or 4" of non -reinforced concrete with a 2" drainage blanket, as an alternate. 2. Receipt, Opening and Acceptance of Bids: The Owner invites bids on the forms attached hereto. Bids will be received at the Office of the City of Fayetteville Purchasing Officer located on the Second Floor of the City Administration Building, at 113 West Mountain Street, Room 209, until 10:00 A.M. on the 29th day of January, 1985. All bids will be clearly marked on the outside of the bid envelope that it is a bid for the construction of a parking lot at Wilson Park. Also, the information on the outside of the envelope shall contain the time and date for the opening of bids, and the name of the bidder. Each bid must be accompanied by a cashiers check or surety bond in the amount of 5% of the whole bid. Said bond or check shall be placed in an envelope and attached to the outside of the bid envelope. The Owner may reject any and all bids. Any bid submitted by a Contractor and not accepted by the Owner within a period of 60 days of submission of the bid may, at the option of the Contractor, be withdrawn from consideration for the proposed work. This bid is subject to the availability of funds. I II PROPOSAL FOR SITE GRADING, STORM DRAINAGE, AND PARKING LOT CONSTRUCTION FOR: WILSON PARK FAYETTEVILLE, ARKANSAS JANUARY, 1985 TO: Sturman Mackey, Purchasing Officer City of Fayetteville L,• P.O. Drawer F Fayetteville, Ar. 72702 The undersigned ✓n% states that he ha caretly~examined the plans, profiles, and specifications on file in the office of Northwest Engineers, Inc., Fayetteville, Arkansas, relative to the proposed construction, as set out in the title of this Proposal; that he is familiar with the same and understands each and all; has examined the location and site; that all bids are made with the full knowledge of the difficulties and conditions that may be encountered, work to be done, • equipment and materials required, and with the full knowledge of the plans, profiles, specifications, and ' estimates; that this Proposal is made without collusion on the part of any person, firm or corporation. He further states that he will enter into a contract to construct said improvements in accordance with the specifications, and have same completed within 60 calendar days from the date of the execution of the contract for the unit and lump sum prices set out below. Bidder acknowledges receipt of the, following addendum: / ' ,.7n� vCONTRACTOR I I I I K I II PROPOSAL SCHEDULE FOR SITE GRADING, STORM DRAINAGE, AND PARKING LOT CONSTRUCTION FOR: WILSON PARK CITY OF FAYETTEVILLE, ARKANSAS ITEM ESTI. UNIT NO ITEM QUANTITY PRICE EXTENDED o0 1. SITE PREPARATION LUMP SUM $ 0Ot/L.S (WORDS) oa 2. EARTHWORK & GRADING LUMP SUM $ /L.S (1n 1 ) p ace 1� 4!�: e fBDLLARS/L. S. 3. SELECT FILL (in place) 3@0 C.Y. ______ /DOLLARS/C.Y. (WORDS) 4. 17"X13" CMPA 110 L.F. ____ /DOLLARS/L. F. (WORDS) OO ______lot",. ___/C.Y. cC $ /L.F $ /J,it0oepO✓ $ �a00, d° 5. FRENCH DRAIN 340 L.F. $2, 3 /L.F. $ /30 oa' (WORDS 6. CURB INLET I EA. /DOLLARS/EA. (WO DS) ao 900 d6' $ 00 /EA. $ n U0 7. JUNCTION BOX 1 EA. $ 00' /EA. $ 7OO. o0 1/!ti/ /DOLLARS/EA. (WORDS) ' B. CONCRETE HEADWALL 1 EA. $ '/EA. _ /DOLLARS/EA. Cf (WORDSI J 4. CONCRETE CURB & GUTTER 700 L.F. $ /L.F. $3g Qr oo ✓ DOLLARS/L. F. (WORDS) 10. 6" SB-2 BASE COURSE, 1,585 S.Y. $ IS.'?. $ PRIME & 2" ACHM (in place) /DOLLARS/S.Y. (WORDS) 11. FABRICATE & INSTALL GATE LUMP SUM AND POSTS kt le /DOLLARS/L. S. (WORDS) 12. PARKING LOT STRIPING /, LUMP SUM ''�G[t u�(�L�F�( 1Lt,, ARS/L. S. (WORDS) 13. TOPSOIL, SEEDING, MULCHING 825 S.Y. .�.AA�ND FERTILIZING G I/L< c.-,�,e/ 12 /DOLLARS/S.Y. (WORDS) $____________ o0 $ ALTERNATE BID ITEMS 10a. 4° CONCRETE PAVING 1,585 S.Y. $ /O, KG'S. Y. $�CHR, c6 / W/2" DRAINAGE BLANKET `tt4A '°% (j /DOLLARS/S.Y. (WORDS) I. TOTAL BID (ITEMS 1-13): $ TOTAL BID (ITEMS 1-13) WITH ALTERNATE #10a 33, #S7..-%3 ✓ IRespectfully Submitted this o�9 day of \SAJU Q - Y 1985. ( c By: �F F2 JQ. Vc attk-ksaz, i+LC I I 1. I. • CONTRACT STATE OF ARKANSAS COUNTY OF WASHINGTON THIS AGREEMENT made and entered into on this ay of 1985, by and between the City of Fayettevi le, Arkansas, hereinafter called the OWNER, and ,jam L".Q( hereinafter called the CONTRACTOR. WITHNESSETH: That Whereas, the OWNER has called for bids on the construction of a parking lot including site grading, and storm drainage at Wilson Park, in the City of Fayetteville, Arkansas, set out in these Plans and Specifications and WHEREAS, the CONTRACTOR has submitted the best bid for the work set out in these Plans and Specifications, NOW, THEREFORE, the CONTRACTOR agrees with the OWNER to furnish all materials, labor, equipment, tools, supervision, insurance, and other accessories and services F necessary to complete the said construction in accordance with the Plans and Specifications for the prices bid in the Proposal, said Proposal being a part of this Contract. The CONTRACTOR agrees to complete all work pertaining to said construction 60 calendar days from the date of the executon of this Contract. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the Contract in accordance with the accepted Proposal therefore, subject to additions and deductions, as provided in the General and Detailed Specifications, and to make payment on account there 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. Upon completion of work and final acceptance by the OWNER and Engineer, the Engineer shall issue a Final Estimate of work done based upon the original Contract and subsequent changes made and agreed upon, if any. Time is hereby expressly declared to be of the essence on this Contract, and the time of beginning, manner of progress and time of completion of the work: hereunder, shall be, and are essential conditions hereof. 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, lockouts, fire, unusual delay in transportation, 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. Similarly, should the CONTRACTOR be unable to complete the work due to persistent inclement weather or because of delays in delivery of necessary construction components, allowances shall be made in the completion time. 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 OWNER or by the Engineer, then the OWNER shall have the option of declaring this Contract at an end, in which event, the OWNER shall not be liable to the CONTRACTOR for any work theretofore performed hereunder, said OWNER may complete the said Contract at his own expense, and maintain an action against the CONTRACTOR for the actual cost of same. This Contract shall be binding upon the heirs, representatives, successors, or assigns of the parties hereto. IN WITNESS WHEREOF, the OWNER and CONTRACTOR have hereto set their hands and seals, respectively. Contractor Bv' L Witness ,t7' NS1k7� • Owner _. c .0 E .1� n y r Wit ss I I I GENERAL CONDITIONS SCOPE AND INTENT OF SPECIFICATIONS AND PLANS The specifications and plans are intended to supplement but not necessarily duplicate each other, and together constitute one complete, set of specifications and plans, so that any work exhibited in one and not the other, shall be excuted just as it had been set forth in both, in order that the work shall be completed according to the complete design or designs as decided and determined by the Engineers. Should anything be omitted from the specifications and plans which is necessary to a clear understanding of the work, or should it appear various instructions are in conflict, then the Contractor shall secure written instructions from the Engineers before proceeding with construction affected by such omissions or discripancies. It is understood and agreed that the work shall be performed and completed according to the true spirit, meaning and intent of the contract, specifications and plans. ENGINEERS Engineers shall mean the firm of Northwest Engineers, Inc., who have been employed by the Owner for this work, or their duly authorized agents, such agents acting severally within the scope of the particular duties entrusted to them, whose decisions shall, in all cases, be subject to final approval by the Engineers. In all matters pertaining to the status or amount of the contract, orders issued by the Engineers and signed by the representative of the Owner shall be valid. OWNER The word "owner" shall mean the City of Fayetteville, Arkansas, also referred to as the "City". FIGURED DIMENSIONS Figured dimensions, when given in the plans, shall be accurately followed, even though they differ from scaled measurements. No work shown on the plans the dimensions of which are not figured, shall be executed, until instructions have been obtained from the Engineers as to the dimensions ₹o be used. Large scale and full size drawings shall be followed in preference to small scale drawings. 1 LINES AND GRADES All work done under this contract shall be done to the lines U, and grades shown on the plans. The Contractor shall keep the Engineer informed, a reasonable time in advance, of the times and places at which he wishes to do work, in order that lines and grades may be furnished and necessary measurements for record and payment may be made with minimum I,. of inconvenience to the Engineer and of delay to the Contractor. PROTECTION OF PUBLIC UTILITIES The Contractor shall give reasonable notice to the owners of steam, gas, water, sewer and other pipe lines or conduits, overhead and underground wires or other structures, either public or private, railroads and other owners of property, when such property is liable to injury or damage by reasons of the execution of the work, in order that the owner or owners of such utility or other property may remove or protect the same. If any owner or owners of public utilities liable to be affected, endangered or damaged by the construction of the work does not protect its or their property, then the Contractor must do so. The Contractor shall receive no compensation over the unit and lump sum prices specified in the bid for the completion of this contract, which prices shall cover every item of additional cost for all the material and labor necessary to support, protect, or remove such tracks, pipes, conduits, overhead and underground wires, and structures, and other improvements, during the construction of said work across, under, over, along or near the same. The Contractor shall satisfactorily shore, support, and protect any and all pipes, sewers and other structures, and shall be responsible for any damage resulting thereto. The Contractor shall not be entitled to any damages or extra pay on account of any postponement, interference, or delay caused by such structures being on the line of the work, whether or not such structures are shown on the plans. DANGER SIGNALS AND SAFETY DEVICES The Contractor shall take all necessary precautions to guard against damages to property and injury to persons. He shall put up and maintain in good condition sufficient red or ', warning lights at night, suitable barricades and other devices necessary to protect the public. In case the Contractor fails or neglects to take such precautions, the Owner may have such lights and barricades installed and charge the cost of this work to the Contractor. Such action by the Owner does not relieve the Contractor of any liability incurred under these specifications or contract. DIVERTING AND BLOCKING TRAFFIC The Contractor may close streets to traffic as may be necessary for the expeditious handling of the work, but only where traffic may be conveniently routed over other open streets and public ways; provided, however, that no street or public way shall be closed to traffic for a longer period of time that is necessary for the construction of the work involved and then only upon the approval of the Engineer and the City. Proper signs shall be erected to facilitate the flow of traffic over the detour route. When excavation work is carried on in the highway right-of-way, the Contractor shall make provisions for handling and re-routing traffic as required by the Highway Department. WORK DONE WITHOUT LINES OR GRADES Any work done without lines, grades or levels being given by the Engineer, or done without the supervision of any inspector or other representative of the Engineer, may be ordered removed and replaced at the Contractor's cost and expense. PRESERVATION OF MONUMENTS AND STAKES The Contractor shall carefully preserve all monuments, benchmarks, and reference points, and in case of willful or careless destruction of the same, he will be charged with the resulting expense of replacement, and shall be responsible for any mistakes or loss of time that may be caused by their unnecessary loss or disturbance. The Engineer will set the construction stakes one time only. All construction stakes destroyed shall be replaced by the Contractor at his expense. The Engineer wi11 require 2 working days notice prior to. setting or resetting the Construction Stakes. SANITARY CONVENIENCES Sanitary conveniences, consistent with good health standards and decency shall be provided for the workmen. Such conveniences shall be approved by the local officials 1 responsible for such standards. Such conveniences shall be maintained in good order and waste disposed of regularly and . s to the staisfaction of said official. The Contractor shall provide a safe drinking water for all workmen. The water shall come from a safe source approved by the Arkansas Department to workmen through an fountain, and the use of Health. approved of a Water shall water spigot .common drinking be delivered or angle jet cup will be prohibited. WATERWAYS Present natural and artificial waterways shall be left open to flow freely. Temporary dams or by-passes shall be provided only when found necessary or ordered by the Engineer. LOCATIONS OF FACILITIES The locations of a-ny proposed pipelines, valves, curb inlets, crossings, etc., as shown on the drawings are for general information only unless otherwise marked on the drawing. The exact location of each shall be designated by the Engineer at the time work is started, after giving due consideration to the local conditions. The Engineer shall set stakes accordingly, and. the Contractor shall install the work at the designated locations. PRIVILEGES OF CONTRACTORS IN STREETS The Contractor will be entitled to use such streets, alleys, roadways, or parts of the streets and alleys as are necessary for the prosecution of the work. The use of such public thoroughfares shall be at the direction of the Engineer and in accordance with the provisions as expressed by him. The Contractor will take care to keep, streets open for use whenever practicable; cross street will be kept open wherever possible. The Contractor will notify the Fire Chief of the locality when a street is closed and shall again notify him when it is opened for traffic. In case no adequate detour can be provided, the Contractor will stand in readiness to provide a crossing in case of any emergency. SUNDAY, HOLIDAY AND NIGHT WORK No work shall be done between the hours of 6:00 p.m. and 7:00 a.m., nor on Sundays or legal holidays, except work as F' may be necessary for the proper care and protection of work alrady performed, or in case of any emergency, and in any case only with the written permission of the Engineer. It is understood, however, that night work may be established as a regular procedure by the Contractor if he first obtains the that such permiss Engineer if the C adequate force and supervision of the written permission of the Engineer, and ion may be revoked at any time by the ontractor fails to maintain at night an equipment for reasonable prosecution and work. OWNER'S AND ENGINEER'S PROTECTIVE LIABILITY INSURANCE The Contractor shall indemnify and save harmless the Owner and the Engineer from and against all losses and claims, demands, payments, suits, actions, recoveries and judgments of every mature and description brought or recovered against him by reason of any omission or act of the Contractor, his agent or employees in the execution of the work or in the guarding of it. The Contractor shall obtain in the name of the Owner and. Engineer and shall maintain and pay the premiums for such insurance in an amount not less that $100,000/$500,000 limits, and with such provisions as will protect the Owner and Engineer from contingent liability under this contract. The cost of this insurance is not an item whose cost will be participated in by the Federal Government. Therefore, if required, the Contractor shall furnish the Owner a cost breakdown, INSPECTION This project shall at all times be subject to inspections by reresentatives of the City of Fayetteville, the Engineer, or his authorized representative. Unless otherwise directed by the Engineer, all work: of a permanent nature which cannot be inspected after completion shall be done in the presence of an Inspector. NO CONCRETE OR ASPHALT SHALL BE PLACED UNLESS AN INSPECTOR IS PRESENT. The Contractor shall notify the Engineer at least 24 hour=_ in advance before concrete is to be poured. It shall be the duty of the Contractor to notify the Engineer in advance of the beginning of work after delays, shutdowns, change of work progress or change of location. The failure or neglect on the part of the Engineerorthe Inspector to inspect, condemn or reject inferior materials or work shall not be construed to imply an acceptance of the same should inferiority become evident at any time prior to the final acceptance of the work by the Owner, or within the time limit of one year as set out in the General Technical r specifications. li Ii The Engineer does not guarantee the performance of the contract by the Contractor, nor shall his inspection be construed as supervision of actual construction, nor make him responsible for providing a safe place for the performance of the work. by the Contractor, or the Contractor's employees, or those of the suppliers, his subcontrctors, nor for access, visits, use, work, travel or occupance by any person, as these responsibilities are covered under the provisions of this contract, the Contractor's insurance and performance bond, and are not the responsiblity of the Engineer. Where the provisions of safety, in any of its categories, are not being observed, and this safety, in any of its categories, are not being observed, and this condition comes to the attention of the Engineer or his representatives, the Engineer may require standard safety procedures to be initiated, but the requirement of these procedures does not constitute a guarantee by the Engines as to their adequacy or the safety of the public. Where plans, buildings, or mass movement of earth is being undertaken, the Engineer wi11 set such control lines and basic elevations as are required for the Contractor to make such unit or plant layouts as are required. When work is undertaken which requires a constant or generally intermittent checking of lines and elevations, the Contractor shall maintain such equipment and personnel as are essential to the actual prosecution of the work. In these instances, the final grades, alignment and dimensions are subject to the checking of the Engineer. GENERAL TECHNICAL SPECIFICATIONS CITY OF FAYETTEVILLE, ARKANSAS ' PARKING LOT CONSTRUCTION AT WILSON PARK , 1. Scope of Work. The work to be done under this contract shall be the furnishing of all materials, labor, equipment, tools, supervision, insurance, and other accessories and services necessary to complete the following described construction in accordance with the Plans and .i Specifications. 2. General Guaranty. The Contractor shall guarantee all materials and workmanship for a period of one year from date of completion and shall correct, at his own expense, any defects that may occur within that period. F 5. ' Continuing Responsibility of Contractor. The Contractor J shall be responsible for faulty materials and 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 (1) year from date of completion. The Owner shall give notice of observed defects within reasonable promptness. All questions arising under this article shall be decided by the Engineer, subject to arbitration. 4. Materials of Construction. A. General. The materials hereinafter described and specified shall be for the construction of -the various items of this project. The "Standard Specifications for Highway Construction", 1978 Edition, published by the Arkansas State Highway Commission are, by reference, hereby made a part of these specifications and are hereinafter referred to as the "Standard Specifications". B. hillside shall Select Fill. Select with of fill a min. organic shall be cherty clay of 60% rock, and matter and large material be free boulders. To be approved by Engineer. C. Crushed Stone Base. Crushed stone base material shall be Class SB-2 in conformance with Section 306 of the Standard Specifications. SB-2 shall be used for bedding and backfill as directed by the Engineer. II 0. Concrete. All concrete used in the construction of the various items rthis project shall be Portland Cement Concrete with a minimum of 5.5 bags of cement per cubic yard of concrete, and shall attain at least 3,000 p.s.i. (4,000 �- p.s.i. for pavement) compressive strength at 28 1 days. Aggregate gradation, mixing, placing and curing shall be in accordance with Section 802, Class A (AE) of the Standard Specifications. All concrete shall have a minimum of 5%+1% air Ii Ii: entrainment. E. Reinforcing Steel. Reinforcing Steel shall be in accordance with Section 804 of the Standard Specifcations. F. Fabricated Gates & Posts. All fabricated gates and posts shall be of Standard or extra Strong grade steel pipe, as shown on the Plans, and may be of all welded construction. Pipe, fittings and welds shall be ground smooth, cleaned and shop -primed. G. Fabrication Paint. All fabricated gates and posts shall be cleaned and shop -primed with Rust-oleum 1069 Heavy -Duty Rust -Inhibitive Red Primer followed with two coats of Heavy duty "caution yellow" paint. Any field cuts and/or welds shall be coated by brush, H. of Topsoil. Topsoil shall be large stones, roots, of humus loam, limbs and free other objectionable material. I. Seed. Seed shall be sowed in accordance with Section 620 of the Standard Specifications, and shall be a mixture of Kentucl::y Bluegrass and Perennial Rye grass applied at the rate of five (5) pounds/1000 S.F. J. Straw Mulch. Straw mulch shall consist of a good grade, weedseed free, clean straw and shall be approved by the Engineer prior to use. Liquid asphalt shall not be applied to the mulch. K. Fertilizer. Fertilizer shall be commercial grade 10-20-10 applied at the rate of 10 pounds/100 square yards. L. Cast Iron Castings. Cast iron castings used in the construction of curb inlets shall be according to Specifications shown on the Plans,. and shall be "Neenah" or equivalent. M. Corrugated Metal Pipe. Ail CMP shall be Armco Copper steel riveted or Hel-Cor pipe`" or equal. The pipe shall be 16 gage. • Materials used for the construction of storm drains shall be in accordance with Section 606 of the Arkansas State Highway Department Standard Specifications. N. Pipe Underdrains (French Drain). All pipe for underdrain shall have a minimum diameter of 4" and I. shall be Corrugated Polyethylene Tubing (heavy duty type), ABS Pipe which meet the requirements { of Section 611 of the Standard Specifications, or U PVC pipe. Fittings shall, be of the same composition and have the same physical properties as the pipe and shall not restrict the flow. Granular filter .material shall meet the requirements of sub -sections 403.01 and 403.02 for Class 10 Mineral Aggregate. The pipe ,shall material with sections joine fittings. The plugged with a of soil materia II: be. embedded firmly in the bedding perforations down and the pipe d securely with the appropriate upgrade end of the pipe shall be suitable fitting to prevent entry is. Il DETAIL TECHNICAL SPECIFICATIONS CITY OF FAYETTEVILLE, ARKANSAS PARKING LOT CONSTRUCTION AT WILSON PARK 1 Scope of Wort.:. The work to be done shall consist of the construction of a parking lot approximately 68' wide by � 210' long with a 15' wide driveway leading from an existing asphalt service drive. Other incidental items of construction will include curb and gutter, french drain, storm drainage, fabrication and installation of a security gate, and topsoil, seeding, and mulching. The proposed parking lot will be constructed at the City of r� Fayetteville's Wilson Park, immediately north of the softball field and west of the Fantasy Castle playground (Prospect Street and Park Avenue). J= � The base bid for the parking lot paving is 2" of hot -mixed Asphalt w/6" SB-2 Base. An alternate bid of 4" of non -reinforced concrete with a 2" gravel drainage blanket may be accepted. I 1 The area trees that marked on Contractor the Parks on site. for the parking lot is will be removed by the the Plans. No Tree without the explicit and Recreation Departrn' heavily wooded. The only Contractor are the ones as shall be trimmed by the approval of Patti Reid of ant whose office is located 2. Site Preparation. Shall consist of preparing the area within this project for the construction of a parking lot plus the obliteration of the existing driveways as shown on the Plans. The existing 15' by 20asphalt driveway leading from Prospect Street at the Northeast corner of the proposed parking lot shall be saw -cut to a neat straight line along the extension of Prospect Street and all asphalt pavement removed and disposed of b; the Contract off -site. The existing reinforced concrete culvert (approx. 12" RCP) shall be carefully removed and will remain the property of the Parks and Recreation Department. There are four (4) large trees within the limits of this parking lot that are to be removed and disposed of by the Contractor (off -site). No trees shall be cut until they are clearly marked by the Engineer. All trees within 10 feet of the construction limits shall be protected by the Contractor to insure that no damage to the trees will occur. This protection will consist of the Contractor erecting 6 foot high vertical 2x4's completely around the trunk of the tree. Li Fir These 2x4's shall be secured by at least three strands of #9 wire or woven wire mesh. This protection system shall stay in place or' the trees and shall not be removed until after the completion of the parking lot and the Final Inspection by the Engineer and Owner has been made (approx. 13 trees). The Contractor is not to trim any r shall exercise care *when working a the large Magnolia tree near the • lot. The Contractor should conta Li questions and Recreation Department, whose questions regarding the trimming within the City Park. Ii It �w tree within this area, and around the low branches of S.W. corner of the parking ict Patti Reid of the Parks office is on -site, for any or protection of the trees 3. Topsoil Stripping will consist of removing the topsoil from within the construction area to a depth of approximately 6 inches. Any suitable topsoil can be stockpiled on -site for re -use in applying topsoil to the site at the completion of construction. The area for stockpiling topsoil will be at the S.E. corner of the proposed parking lot, placed so as not to endanger any buildings, fences or trees. Topsoil..stripping is not a separate pay item but is subsidiary to site preparation. 4. Earthwork and Grading shall include all necessary excavation and grading for the parking lot to achieve the required subgrade elevation as shown on the Plans. All suitable excavated material can be used as fill in the lower portion of the parking lot if approved by the Engineer. All unsuitable excavated material can be used on -site for grading out the, existing gravel driveways which are to be obliterated and on the slopes behind the curb. As shown on the Grading Plan, the existing gravel driveways within this area are to_ be graded and reshaped to allow a smooth cross -slope transition. All excess excavated material or topsoil can be used for this purpose. The intent is to obliterate and blend in those driveways with the surrounding topography while creating as little damage to the surrounding terrain as possible. These driveway areas should be compacted so as to be non -yielding to the grading equipment. As soon as the RCP culvert has been removed, the Contractor shall regrade the existing ditch to provide positive flow. All fill material within the parking lot shall be laid in maximum of 9" lift. Each lift shall be compacted to 95% of Standard Proctor Density before proceeding with the next lift. Payment for the on -site earthwork and all grading !except hi :A IT haul -in) will be made at the price bid per Lump Sum. 5. Select Fill. All fill areas within the parking lot shall be cherty clay hillside material with a minimum of 60% rock, and shall be approved by the Engineer prior to use. It is estimated that from 200-400 c.y. of material (in place) will be required to be hauled -in. This will depend on the quality of the material that is excavated from the parking lot. Prior to placing the select fill material, the top 6" of the subgrade shall be compacted to 95% of Standard Proctor. , The select material will then be placed on the compacted subgrade in maximum of 9 lifts. Each lift shall be compacted to 95% of Standard Proctor Density before � preceeding with the next lift. Aeration or watering will be done as necessary to maintain optimum moisture content. The finished earthwork shall be shaped and graded to within plus or minus 0.1 foot of the plahned subgrade elevation as shown on the Plans. Payment for select fill will be made at the unit price bid per cubic yard (in place) for the parking lot. The limits of payment will only extend to the back of the curb. 6. Storm Drain Culvert is required at the S.E. corner of the parking lot and shall. be a 17" by 13" corrugated metal arch pipe (CMPA) and shall be laid to true and straight grade as staked by the Engineer. The culvert shall be backfilled and compacted to approximately 95% Standard Proctor Density to prevent slumping of the backfill. Payment for the culvert will be made at the unit pril`e bid per foot of culvert installed and shall include all clost of material and labor necessary to complete instali�ation. Payment for backfill, compaction and clean-up i1rll be included in the bid price paid for culvert installation. 7. French Drain is to be constructed along the North and East perimeters of the parking lot. This underdrain will serve to prevent sub -surface water from entering the base of the parking lot. The 4" perforated pipe will be laid on a 4" bed of filter gravel and shall be backfilled with .a minimum of 24" of filter gravel. The pipe will be laid with the perforation holes down. Payment for the French Drain will be made at the unit price I. bid per linear foot of drain installed and shall include all cost of material and labor necessary to complete the • installation. No separate payment will be made for Filter Material but shall be included with the unit price paid for I the French Drain installation, 8. Curb Inlet, Junction Box and Headwalls are to be constructed in the Southeast corner of the parking lot construction area. These items shall be of the size as shown on the Plans and shall be constructed of Portland Cement Concrete with reinforcing as depicted. All exposed edges shall be chamfered and all exposed surfaces shall be rubbed as necessary to produce a neat, clean finish. Payment for curb inlets, ;unction box and headwalls will be made at. unit price bid per item and shall include all material, labor, and forms necessary to complete the installation. No separate payment will be made for cast iron rings, lids or grates but shall be included with the cost of the inlet, 9, Concrete Curb and Cutter is to be placed on the perimeters and driveway entrance for the parking lot at Wilson Park. This curb and gutter shall be of the standard size and shape as currently specified by the City of Fayetteville for street construction. The curb and gutter shall be placed to the horizontal and vertical alignment as 11 staked by the Engineer. Two inches of SB-2 material is required under the curb and gutter. Payment for Concrete Curb and Gutter wi11 be made at the unit price bid per foot of curb and gutter installed. 10. Base Material shall be crushed rock. meeting the Standard Specification of the Arkansas Highway Department for SB-2 and shall be placed in a maximum of one 6" lift, rolled, watered, and compacted to 95% of Modified Proctor Density. After completion of base work and before proceeding with pavement, an inspection will be made by the Engineer andior City representative. } Payment for base will not be a separate pay item but will be included in the unit price for pavement. 11, Hot Mix Asphaltic Concrete. Two (2) inches of hot mix asphaltic concrete with SB-2 base material is to be placed on both the parking lot and the driveway for Wilson Park. ' The finished and accepted base course shall be primed with 0.30 gal/sq.yd. of MC -0 asphalt and surfaced with 2" Type II ACHM. All materials, transporting and placement of these materials shall be in compliance with the Standard Specifications of the Arkansas State Highway and Transportation Department. Placing of the bituminous paving shall be as continuous as possible. Transverse joints shall be formed by cutting back on the previous run to expose the full depth of the course. I, Payment for this work will be at the unit price bid per square yard for 6" SS -2 Base, Prime and 2" ACHM (in place). ' 12. Portland Cement Concrete Pavement, As an alternate bid the parking lot and driveway shall be surfaced with a minimum of 4" of 4,000 psi (2$ day compressive strength) non -reinforced Portland Cement Concrete conforming to the Standard Specifications for concrete pavement. Control joints or contraction joints shall be formed by one of the following methods: sawing, forming by hand, forming by premoIded filler, or using full -depth construction joints. Joint depth shall be minimum of one-fourth the slab , thickness. Sawing of joints shall begin as soon as the concrete has hardened sufficiently to permit sawing without excssive raveling. All joints shall be completed before °'- uncontrolled shrinkage cracking occurs. Joints shall be continuous across the slab and curb, and the joint spacing in feet should not exceed twice the slab thickness in inches, with the extreme maximum spacing not to exceed 15 feet. The joints should be laid out to form square, panels wherever possible. Joint openings 1/4 inch or wider shall be cleaned and sealed before opening parking lot to traffic. Concrete shall be float finished followed by coarse brush strokes perpendicular to the direction of traffic. After placing and finishing the concrete shall be cured by covering with wet sand or burlap or an approved curing compound. As part of the concrete pavement alternate a drainage blanket with a minimum thickness of 2" shall be placed on the prepared subgrade prior to placing concrete. This base course shall extend at least 6" behind the curb. This `: material shall be SS -2, SB-3 or coarse limestone screenings. Payment for drainage base course is not a separate pay item and shall be included in the price for the alternate concrete payment. I. I Li A Payment for concrete pavement will be made at the unit price I bid finished {or "alternate concrete surface. This price pavement" shall per square include all yard of labor, material, and equipment necessary to fine grade the 2" SE -3 or SB-2 base course, and supply and lay the concrete surface. 13.Gate and Posts will be fabricated and installed by the Contractor at the driveway entrance to the parking lot. The gate is to be capable of swinging 360 degrees (if needed) and will serve to close off the existing service drive or the parking lot. A 4" steel pipe post will be erected on the opposite side of the driveway and service road from the gate. Each post will have a horizontal 2" steel ring welded to the post which will match with the 2" ring on the end of the gate to serve as a padlocking device. A 4" steel post shall also be installed on the south side of the parking lot driveway to serve as a place to secure the gate during the day when the driveways are to be open. This post shall have a self-locking device to hold the gate securely in place without the need for chains or wire. This device should also have a provision for padlocking the gate in the open position. The gate and posts shall be fabricated of welded steel pipe and shall be given two coats of red -primer and two coats of heay-duty yellow paint, as shown in the General Technical Specifications. Payment for the gate and posts will be made at the lump sum prie bid per contract. 14. Parking Lot Striping. All parking spaces and Handicapped Symbols for the parking lot shall be painted with a "Traffic Yellow" paint manufactured for this specific purpose. The width of the yellow striping shall be approximately four inches (4"). The Contractor should insure that the pavement is dry and free from dust and debris prior to painting, and that the weather will be favorable for drying conditions to insure a satisfactory finished product. The payment far this item will be made at the lump sum price bid per each Contract Section. 15. Topsoil inches on all shall be areas placed to disturbed a minimum by thickness of the construction, 4 in particular, the back slopes and front slopes of the parking lot. The existing driveways that are to be obliterated and I:i II A,0 I' re -graded by t h s contract shall also receive 411 of topsoil. All topsoil shall be placed, spread, raked and roiled or tamped to a uniform density and stability. After placement and compaction, topsoil shall be seeded and fertilized with an approved mixture of seed and fertilizer as specified in the General Speci₹ications. All topsoiled areas shall be uniformly and completely covered with straw mulch. All such areas shall be watered and maintained by the Contractor until a good stand of grass is achieved. Payment for topsoil, seeding, fertilizing, mulching and watering will be made at the unit price bid per square yard for the same and shall include all material and labor necessary to complete an acceptable stand of grass. 16. Clean -Up. During construction, the entire construction area shall be kept in a neat and workmanlike manner. After the completion of construction and backfilling, the area shall be cleaned of all types of debris, rock, and all excessive excavated material and shall be graded and raked to conform to the surrounding terrain. All debris from the parking lot at Wilson Park must be hauled away and disposed of by the Contractor at his expense. Payment for clean-up is not a separate pay item and shall be included in the various items of work in the proposal. Tv 17. Density Testing for the finished sub -grade and SB-2 • base course (for the parking lot) will be paid for by the Owners, except, any re -testing because of failing densities will be paid for by the Contractor. I