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