Loading...
HomeMy WebLinkAbout70-80 RESOLUTION• 1 RESOLUTION NO. 7o 8 A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT WITH PENNINGTON CONSTRUCTION COMPANY FOR THE RESTORATION OF RIDGE HOUSE. 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 Pennington Construction Company for the restoration of Ridge House. A copy of the contract authorized for execution hereby is attached hereto, marked Exhibit "A" and made a part hereof. Sr PASSED AND APPROVED this / day of ATTEST: -. -4"5 rF_}4 34: 74k CTTYtOLERK j^ APPROVED: • 1980. CERTIFICATE OF RECORD State of Arkansas City of Fayetteville SS 1, Bonnie Goering, City Clerk and Ex -Officio recorder for the City of Fayetteville, do here- by certify that the annexed or •forcgoin t of record in my office and the same ap- pears in Ordinance & Resolution book • Vitness my hand an. seal day of City Clerk and Ex -Officio l: MICROFILMED r t'o ,U. S. DEPARTMENT OF HOUSING AND URDAN DEVELOPMENT CONTRACT CHANGE ORDER Dote July 1, 1980 HUD -42M (3-69) Project No. Ridge House, Phase III • Location Center Street ctor) Pennington Construction, 14 West Township Rod., Fayetteville, AR. y requested to comply with the following changes from the co.,tract plone and apecifications: DESCRIPTION OF CHANGES—QUANTITIES, UNITS, UNIT PRICES, CHANGE IN CO:IPLETION SCHEDULE, ETC (2) DECREASE IN CONTRACT PRICE (3) INCREASE 1N CONTRACT PRICE (4) Omit entire back: porch as shown on drawings. and substitute three (3) 5' x,L' wood platforms on brick piers with wood steps. Omit all wetplaster surfaces and all wood paneled surfaces. as speci- fied (except wood dados on south walls of Rooms #10 and #12) and sub- stitute 2"gypsum board (walls and ceilings) in accordance with speci- fications. Change in contract pricc due to this Change Order: Total decrease Total increase ----_- Difference between Col. (3) and (4): Hct Oit cM>fe�(decrease) contract price $4,000.00 $ 17,975.00 21,975.00 S 0.00 • s $ 21,975.00 $ A 21 7 , 00 is hereby added to, deducted from, the total contract price, and thea -o4 -2I contract price to date thereby is S 52,018. 00 ded for completion in the contract is unehanged,r,#r} XX40( decreased, by 15 calendar dGS naen! shall become an amendment to the contract and all provisions of the contract will apply hereto Ccn a.r r.r AO Lta-Sawdricate •c ,/L,., 41*er 4L i y D•r. p. /0 r -�--L • D•t. 0.1. YO .. • M • 1 • is ., ::_;:.: • • Restoration & Renovation of: THE SARA N. RIDGE HOUSE Fayetteville, Arkansas ( 0 �, PROJECT RH-1 GENERAL SPECIFICATIONS • • ) • c 9- Kcariuyki,y . r • • • • • • • ,''RESOLUTION .NO, �V —SO A :RESOLDTION Aunt°R1LINU rut NA1UR AND .LIT.Y fL.RR `.,"9O_-F.xFCu1't,:A CONTRACT WEPHPENNiNGTON-_CONSTRUCTION COMPANYFORTHE RESTORATION OF RIDGE 'HOUSE. BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF FAYET.TEVILLE, ARKANSAS: .: ha-t'.the:_ 1ayor nd..0 -ty'Cier are `hereby -.authorized and 'directed -to -execut-e :a� contract -with Pennington 'Construction- . __,:Company.. fbrJ a :restoration mi _Midge .Route -- A '.cupy._oI :the ti contract _anthnri zed _jet texeaution bQT.eby'd s :.:attached '.hereto, ' ,nar7ced Feltlf-rt '?r :and de a 'part -hereof_ -':PASSED -AND • APPROVJM :tilis -day of APPROVED: 11980 Preserving The Past Por The Future WASHINGTON CUNT! HISTORICAL SCCESTT Addendum #3 A 118 Fast Dickson Fayetteville. Arkansas 72701 SARA N. RIDGE ADDITIONS & ALTERATIONS 26 February 1980 The following items will constitute changes or additions in plans or specifications of this project, and will become a part of the contract conditions of Phase III. Division 15 --Mechanical 1. Provide and install in the utility space (below first floor, with other mechanical equipment) one (1) gas fired hot water heater. Rheemglas Fury, 30 gal., 38 M BHI, will meet the requirements. 2 1SB-02 Materials r:: a. Sanitary sewer service: Add "or standard weight cast iron." b. Gas piping: change "standard weight black steel pipe, wrapped," to read: "approved plastic yard line." c. Water piping. (h.& c): change "galvanized steel" to "approved standard .copper piping." d. Frost proof hose bibs: Woodford style 8" or 9 3/4". Location of hose bib (one only) shall be on the north wall of the house 10" above the floor of the "back porch," projecting from "wet wall" between downstairs toilet and kitchen. 15E-02 Fixtures Shower: Omit from this contract "Bronini" shower as specified. Stub off plumbing to accomodate a future shower installation, but do not supply or install shower under this contract. • Preserving The Past For The Future WASHINGTON .COUNTY HISTORICAL SOCIETY 118 East Dickson Fayetteville, Arkansas 72701 SARA B. N. RIDGE HOUSE--Restoration/Renovation--Phase III ADDENDUM#3 Page 1 of/pages 27 December 1979 4 This addendum describes and limits the aorl: of PHASE III of this project. Phase III will he accomplished in accordance with the Technical Specifications and the Contract Drawings, sheets 1 through 20, previously issued for Phases I and II. This is a phased work concept and the contractor is permitted to work on more than one segment or phase of work if he•should find it desirable in order to expedite the work. The Contractor is cautioned that this project involves largely restoration work. Therefore the maintaining of the building! in its original form (as documented by the Contract Drataings)'t. is of utmost importance. The Contractor shall use constructton4:' procedures calculated to protect the building from workmen or the elements. Any damage due to Contractor's neglect shall be, repaired or replaced to original condition or better at no cost to the owner. Scope of the work: Phase III shall include the following work, described in detail below by Specification Division and paragraph 1. Construction A. Insulation, walls, second floor ceiling, crawl spaces 3. Finish ceilings --wood and plaster. C. Interior walls --wood and plaster D. Flooring--sub-floor and finish flooring; removal and replacement of existing flooring in accord with specifications E. Windows and exterior doors --fabrication and installation of all exterior doors and windows to accomplish total enclosure of building. F. Construction of back porch • Preserving The Past Por The Future WASHINGTON COUNTY HISTORICAL SOCIETY 118 East Dickson Fayetteville, Arkansas 72701 Addendum # 3 page 2 of/pages 2. Masonry work A. Rebuild chimney and fireplace in NE room, (Room ?6) B. Top out chimneys and restore to original appearance in accord with drawings and specifications. (New brick is on the job, supplied under Phase I). C. Entrance porch brick paving D. Back porch brick piers 3. Plumbing: rough -in and finish plumbing 4• Heating and air-conditioning: Rough -in and finish work for complete system 5. Electrical; Complete electrical system. PHASE III --Description of Work Contractor's attention is directed to all notes on architectural drawings, particularly to drawing No. 17 -- Finish Schdule, which shall prevail for all finish surfaces. Any deviations from the Finish Schedule shall be performed only with the written approval of the Architect. The following Specifications are cited as pertaining directly to the work of Phase T_II. Division 4 --Masonry, Stone, Brick, Concrete block All provisions of this Division pertaining to brick and stone work shall govern work on chimneys, entrance porch paving, and foundation piers of the back porch: paras. 4A-01 thru 4A-10. Contractor shall comply with all drawings for design, dimensions, and construction details of masonry wore. Note that the goal of this project is to match original or existing conditions with brick and stone masonry. Division 6 --Carpentry Section 6A -rough carpentry Section 6B --finish carpentry as pertains to interior wall boarding, ceiling boarding, finish flooring, and interior stairway (treads, risers, handrail and balusters, Newell Post, --see drawings and architect for details. • • Preserving The Past For The Future YJASXINOTON COUNTY HISTORICAL SOCIETY 118 East Dickson Fayetteville, Arkansas 72701 4 Addendum # 3 Page 3 of/pages NOTE: Interior door and window trim, cabinet work, doors and finish hardware are excluded from Phase III contract. Restoring and reinstalling existing wood fireplace trim and mantels Division 7 --Insulation Section 7a --building insulation, paras. 7A-01 thru 7B-02 Division 8 Doors, Windows and Glass The work of Phase III will include total enclosure of .the building, including all windows exterior glazing and all exterior doors. All provisions of this division pertain to the .wrk of Phase III except interior doors, screen doors, window screens, and finish hardware. Division 9 -Finishes S ection 9A -Lathing and Plaster, paras.9A-Q11 thru 9A-07 Exception to finish schedule: logs of west wall of Room u1 and of east wall of Room #3 will be plastered similar to the other three walls of these rooms, instead of being left exposed as presently indicated on finish schedule. Sheet #17. Small "windows" of exposed logs shall be provided as directed by the Architect. All other areas will be plastered in compliance with specifications. S ara. 9B-01 Log Chinking only to one small area of approximately 18'" square, Mortar shall therefore pertain texnosure window" in Room # 2 as directed by the Architect. Division 15 -Mechanical All of this division shall be a part of Phase III contract including S ection A -General Provisions Section B --Basic Materials and Methods Section O --Tater supply system S ection D -Plumbing Fixtures and trim S ection F --Forced Air Heating and cooling system These specifications are supplementary to Medhanical Drawings #1, 13, 14 and all architectural drawings which may supply information pertaining to mechanical and plumbing installations. • Preserving The Past For The Future • WASHINGTON COUNTY HISTORICAL SOCIETY 118 East Dickson Fayetteville, Arkansas 72701 Addendum # 3 Page 4 of 4 pages Division 16 -Electrical All electrical work in accordance with plans and specifications will be accomplished under this contract. SPECIFICATIONS RESTORATION & RENOVATION OF THE SARA N. RIDGE HOUSE 230 W. Center Street Fayetteville, Arkansas 72701 CONTRACTS: GENERAL CONTRACTOR SUB -CONTRACTS: MECHANICAL ELECTRICAL PLUMBING HUD GRANT NO. : B -75 -MC -05-0001 B -76 -MC -05-0001 B -77 -MC -05-0001 CONSULTANT: Cyrus A. Sutherland, Architect Washington County Historical Society 118 E. Dickson Street Fayetteville, Arkansas 72701 Telephone: (501) 521-2970 • • 11 TABLE OF CONTENTS Page No. Advertisement for Bids GS -1 Information for Bidders GS -2 Bid Bond GS -6 Bid for Unit Price or Lump Sum Contracts GS -8 Certification of Bidder Regarding Equal Employment Opportunity GS -12 Certification by Proposed Subcontractor Regarding Equal Employment Opportunity GS -13 Certification of Bidder Concerning Labor Standards & Prevailing Wage Requirements GS -14 Contract GS -19 Bonding and Insurance Requirements (For Recipient Information Only) GS -20 Performance & Payment Bond (In Conformance with State Law) Certificate of Owner's Attorney GS -21 General Conditions GS -22 Supplement General Conditions GS -44 Federal Wage Decision, Minimum Wage Rates GS -47 State Wage Determination, Minimum Wage Rates Supplemental General Conditions - Special Equal Opportunity Provisions GS -48 Supplemental General Conditions - Certification of Compliance with Air and Water Acts GS -54 Supplemental General Conditions - Special Conditions Pertaining to Hazards GS -55 • Technical Specifications GS -72 Protect No. RH-1 • U.S. DEPARTMENT nr ,r11'INr. AND UPRAN DEVELOPMENT ADVERTISEMENT FOR BIDS • WASHINGTON COUNTY HISTORICAL SOCIETY (Owner) Separate sealed bids for Restoration $ Renovation of the Sara N. Ridge House, Phase III HUD•4238-A (5-66) for will be received by Community Development Office at the office of 171/2 East Center, Room 204, Fayetteville, Arkansas 72701 until 2:00 o'clock (A.M. — P.M.. XX C S.T office publicly opened and read aloud. D • T.) March 7, 9 80, and then at said The Information for Bidders. Form of Bid, Form of Contract, Plans, Specifications, and Forms of Bid Bond, Performance and Payment Bond, and other contract documents may be examined at the following: Smith Fi-Russell, Architects 103 North College Fayetteville, Arkansas 72701 Copies may be obtained at the office of Smith $Russell, Architects located at 103 N. College, Fayetteville, Arkansas upon payment of $ 25.00 for each set. Any unsuccessful bidder, upon returning such set promptly and in good condition, will be refunded his payment, and any non -bidder upon so returning such a set will be refunded $ 15.00 • The owner reserves the right to waive any informalilies or to reject any or all bids. Each bidder must deposit with his bid, security in the amount, form and subject to the conditions provided in the Information for Bidders. Attention of bidders is particularly called 1n the requirements as to conditions of employment to be observed and minimum wage rates to he paid under the contract. No bidder may withdraw his bid within 30 days after the actual date of the opening thereof. February 7, 1980 • (!late) RICHARD E. MASON, Director Community Development Department City of Fayetteville, Arkansas 72701 GPO 669.156 1 • • U. S. DEPARTMLNT OF HOUSING AND URBAN DEVELOPMENT INFORMATION FOR BIDDERS 1. Receipt arid Opening of Rids The Washington County Historical Society HUD h238-B(R) (herein called the "Owner"), invites bids oh the form attached hereto, all blanks of which must be appropriately filled in. Bids will be received by the Owner at the office of Community Development Department until 2:00 o'clock k. . -P. M. , _CST/DST Mari•h 7, , 19[? and then at said office puhlicly opened and read aloud. The envelopes containing the bids must be sealed, addressed to Community Development Department at 174 East Center, Fayetteville, Arkansas and designated as Bid for Restoration and Renovation of The Sara N. Ridgt House, Phase IIL.. The Owner may consider informal any bid not prepared and submitted in accord- ance with the provisions hereof and may waive any informalities or reject any and all bids. Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No bidder may withdraw a bid within 30 days 'after the ectual date of the opening thereof. 2. Preparation of Bid Each bid must be submitted on the prescribed form and accompanied by Certification by Bidder Regarding Equal Employment Opportunity, Form HUD -11238 -CD -1, and Certification by Bidder (Contractor), concerning Labor Standards and Prevailing Wage Requirements, Form HUD -11121. All blank spaces for bid prices must be filled in, in ink or typewritten, in both words and figures, and the foregoing Certifications must be fully completed and executed when submitted. Each bid must be submitted in a sealed envelope bearing on the outside the' name ft of the bidder,. his address, end the name of the project for which the bid is submitted. If forwarded by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed as specified in the bid form. 3.Subcontracts The bidder is specifically advised that any person, firm, or other party to whom it is proposed to award a subcontract under this contract -- a. Must be acceptable to the Owner after verification by the HUD Area Office of the current eligibility status, and, b Must submit Form HUD -11238 -CD -2, Certification by Proposed Subcontractor Regarding Equal Employment Opportunity and Certification by Proposed Sub- Contractor Concerning Labor Standards and Prevailing Wage Requirements, Form HUD -11122. Approval of the proposed subcontract award cannot be given by the Owner unless and until the proposed subcontractor has submitted the Certifications and/or other evidence showing that it has fully complied with any reporting requirements to which it is or was subject. • 1Previous Editions ObsoleteI Although the bidder is not required to attach such Certifications by proposed subcontractors to his bid, the bidder Is here advised of this requirement so that appropriate action can be taken to prevent subsequent delay In. subcontract awards. Telegraphic Modification Any bidder may modify his bid by telegraphic communication at any time prior to the scheduled closing time for receipt of bids, provided such telegraphic commu- nication is received by the Owner prior to the closing time, and, provided further, the Owner is satisfied that a written confirmation of the telegraphic modification over the signature of the bidder was mailed prior to the closing time. The telegraphic communication should not reveal the bid price but should provide the addition or subtraction or other modification so that the final prices or terms will not be known by the Owner until the sealed bid is opened. If written confirmation is not received within two days from the closing time, no consideration will be given to the telegraphic modification. 5. Method of Bidding The Owner invites the following bid(s): 6. Qualifications of Bidder The Owner may make such investigations as he deems necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request. The Owner reserves the right to reject any bid If the evidence submitted by, or investigation of, such bidder fails to satisfy the Owner that such bidder is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. Con- ditional bids will not be accepted. 7. Bid Security Each bid must be accompanied by cash, certified check of the bidder, or a bid bond prepared on the form of bid bond attached hereto, duly executed by the bidder as principal and having as surety thereon a surety company approved by the Owner. in the amount of 5%, of the bid. Such cash, checks or hid bonds will be returned to all ex- cept the three lowest bidders within three days after the opening of bids, and the remaining cash, checks. or bid bonds will be returned promptly after the Owner and the accepted bidder have executed the contract, or, 1f no award has been made within 30 days after the date of the opening of bids, upon demand of the bidder at any time thereafter, .so long as he has not been notified of the acceptance of his bid. j! 8. Liquidated Dosages for Failure to Enter into Contract The successful bidder. upon his failure or refusal to execute and deliver the con tract and bonds required within 10 days after he has received notice of the accept- ance of his bid, shall forfeit to the Owner. as liquidated damages for such failure or refusal, the security deposited with his bid. • • • 3 • 9. Time of Completion and Liquidated Damage's Bidder must agree to commence work on or before a date to be specified in a 'written "Notice to Proceed" of the Owner and to fully complete the project within 150 consecutive calendar days thereafter. Bidder must agree also to pay as liquidated damages, the sum of $ 25.00 for each consecutive calendar day thereafter as hereinafter provided in the General Conditions. • 10. Conditions of Work Each bidder must inform himself fully of the conditions relating to the con- struction of the project and the employment of labor thereon. Failure to do so will not relieve a successful bidder of his obligation to furnish all material and labor necessary to carry out the provisions of his contract. Insofar as possible the contractor, in carrying out his work, must employ such mrttods or means as will not cause any interruption of or interference with the von of any other contractor. 11. Addenda and Interpretations No interpretation of the meaning of the plans, specifications or other pre-bid documents will be made to any bidder orally. .Every request for such interpretation should be In writing addressed to Cyrus A. Sutherland, Architectat The Washington County Historical Society and to be given consideration must be received at least five days prior to the date fixed for the opening of bids. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the speci- fications which, if issued, will be mailed by certified mail with return re- ceipt requested to all prospective bidders (at the respective addresses fur- nished for such purposes), not later than three days prior to the date fixed for the opening of bids. Failure of any bidder to receive any such addendum or interpretation shall notrelieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the contract documents. 12. Security for Faithful Performance Simultaneously with his delivery of the executed contract, the Contractor shall furnish a surety bond or bonds as security for faithful performance of this contract and for the payment of all persons performing labor on the project under this contract and furnishing materials in connection with this contract, as specified in the General Conditions included herein. The surety on such bond or bonds shall be a duly authorized surety company satisfactory to the Owner. 13. Power of Attorney Attorneys -in -fact who sign. bid bonds or contract bonds must file with each bond a certified and effectively dated copy of their power of attorney. • • • 1 • 14. Notice of Special Conditions etion is particularl• At y called to those specifications which deal with the parts of the contract following: Attndocuments and (a) Inspection and testing of materials. (b) Insurance reeuire;en`s. (c) Wage rates. (d) Stated allowances. .(e) Reuse of existing nst hitt existing.; .0 �e:'i al and ai ,n c.�C[::in(> of new: nlate.rial 15• Laws and flegulations The bidder's attention the idd o, is directed to the fa ordinances, and the rules fact that Jurisdiction over an t all applicable State jurisdiction construction of the -project of laws, and theyall authorities having though Ject shall apply to the tcontract same 6 herein written will be gelled to be included in out in full, the contract the 16. Method sane as of Award - Lowest Qualified Bidder • If at the time this contract is a responsible Ds conder to be awarded, the byhe Owner as available tones not exceed the t lowestubase bid amount of funds then il estimatedaedy all on the baseobidaonly. If.suchnce bidthe exceeds such the contract ct Wi.1 be awarded ect le bids o rmay award the contract on the baseidocom the with: may re' bi. Of gid applied in numerical bid they are with d in as produces a order in ,in t they are listed in net amount which deducti- ble is within the available the Form Obligation of Bidder funds. At the time of the seethed the ite opening of bids etch bidder will be and to have read and familiar to and contract documents (including to be t}:oro.u;;; have in - and contract g all addenda), ly familiar with the Afars to examine any form, instrument or document fail any bidder failure or omission of from any obligationdocument shall in respect of his bid. in ''o way relieve Supplement to Form IIUD-h238-g(R) INFORMATION FOR BIDDERS - 18. SAFETY STANDARDS AND ACCIDE?.T PRE\TENTIO?? With respect to all*a shall: oririOTG'dIdol- this contract, t contractor 1. Comply with the safety codesuandJ provisions of applicable laws, Construction" and° conpubstruction the "Manual of Accident Prevention they the Associated Cone- tiri in requirements of the Occupational andal Contractors tO1970 America, I'e ll a Law 91-596) , and the requirements nof Titty HealthC Act of e Regulations, Section 1"18 l• Titlef 29 "ofF the Coda of Federal Spr as published in the "Federal Register", Volume 36, No. 75, Saturday, April 17, 1971. . 2. Exercise every precaution at all times for the prevention and the protection of Pang grope ofy accidents persons (including employees) and property. 3. Maintain at his office or other well known place at the job site, all 'articles necessary for giving first air, to the injured, and shall make standing arrangements for the immediate removal to a hospital or a doctor's cera of parsonsirc' ( �uding employees), who may be injured on the job site. In no case shall employees be permitted to work at a removalof site before the a hospital or a doctor's care, employer has made a standing arra.,gement for reinjured personto • • • • • • FIREMAN'S FUND INSURANCE COMPANIES FIREMAN'S IUND INSURANCE COMPANY THE AMERICAN INSURANCL COMOANA NATIONAL SURETY CORPORATION ASSOCIATED I NDEMNIIY CORPORATION AMERICAN AUTOMODILr INSURANCE COMPANY .e, Pennington Construction Co.. Inc. as Principal, hereinafter called Principal and ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND Fireman's Fund Insurance Company as Surety, hereinafter called Surety, are held and firmly bound unto Washing ton County Historical Society, Fayetteville, AR as Obligee, hereinafter called Owner, in the amount of Seventy six thousand seventy seven dollars and 29 cents Dollars ($ 76,077.29 ). for the payment whereof Principal and Surety bind themselves, their heirs, personal representatives, successors and assigns, jointly and severally, firmly by these presents. Principal has by written agreement dated entered into a contract with Owner for furnishing all labor, tools, materials and equipment and performing all work necessary for restoration and renovation of Sara N. Ridge House, Phase III per plans and specifications of Cyrus Sutherland, Architect. hich contract is by reference made apart hereof, and is hereinalter referred to as the Contract. 0 The condition of this obligation is such that if the Principal shall faithfully perform the Contract on his part and shall fully indemnify and save harmless the Owner from all cost and damage which he may suffer by reason of failure so to do and shall fully reimburse and repay the Owner all outlay and expense which the Owner may incur in •making good any such default, and, further, that if the Principal shall pay all persons all indebtedness for labor or materials furnished or performed under said contract failing which such persons shall have a direct right of action against the Principal and Surety jointly and severally under this obligation, subject to the Owner's priority, then this obligation shall be null and void; otherwise it shall remain in full force and effect. No suit, action or proceeding shall be brought on this bond outside the State of Arkansas. No suit, action or proceeding shall be brought on this bond except by the Owner after six months from the date final payment is made on the Contract, nor shall any suit, action or proceeding be brought by the Owner after two years from the date on which the final payment under the Contract falls due. Any alterations which may be made in the terms of the Contract, or in the work to be done under it, or the giving by the Owner of any extension of time for the performance of the Contract, or any other forbearance on the part of either the Owner or the Principal to the other shall not in any way release the Principal and the Surety or Sureties, or either or any of them, their heirs, personal repre- sentatives, successors or assigns from their liability hereunder, notice to the Surety or Sureties of any such alteration, extension or forbearance being hereby waived. In no event shall the aggregate liability of the Surety exceed the sum set out herein. Executed on this 1st day of• July • 360308-2-67 Ig 80 Pennington Construction Co., Inc. Principal ame A. Pennington, Preent Fireman's Fund Insurance Company rely B71� Ernest Geurin, Attorney-in-fact 1 GENERAL POWER OF ATTORNEY FIREMAN'S FUND INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS: That FIREMAN'S FUND INSURANCE COMPANY. a Corporation duly organized and existing under the laws of the State of California, and Navin$ its principal office in the City and County of San Francisco. in said State. has made. constituted and appointed. and does by these presents make, constitute and appoint • W. R. McNAIR, ERNEST GEURIN, JOHN A. McNAIR and MARK R. McNAIR j od.n tty 04 e est enaitJ FAYETTEVILLE, AR its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, seal, acknowledge and deliver any and all bonds. undertakings, recognizances or other written obligations in the nature thereof and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Corporation and duly attested by its Secretary. hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. This power of attorney is granted pursuant to Article VIII. Section 30 and 31 of By-laws of FIREMAN'S FUND INSURANCE COMPANY now in full force and effect. "Ankle VIII. Appointment and Asrhnriry of Resident Assistant Secretories. and Attorney -in -Farr and Attnra w unapt Legal Rums and Make Appearances. Section 30. Appointment. The Chairman of the Board of Directors. the Resident. any Vice.President or any other person authorized by the Board of Directors. the Chairman of the Board of Directors. the President or any Vice -President. may. from time to time. appoint Resident Assistant Secretaries and Attorneys -in -Fan to represent and act for and on behalf of the Corporation and Agents to accept legal process and make appearances for and on behalf of the Corporation. Section 31. Authority. The Authority of such Resident Assistant Secretaries. Attorneys-in.Fact. and Agents shall be as prescribed in n¢ instrument evidencing their appointment. and any such appointment and all authority granted thereby may be revoked al any tame by the Board of Directors or by any person empowered to make such appointment." This power of attorney is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors of FIREMAN'S FUND INSURANCE COMPANY at a meeting duly called and held on the 15th day of July. 1966. and said Resolution has not been amended or repealed: "RESOLVED, that the signature of any Vice -President. Assistant Secretary. and -Resident Assistant Secretary of this Corporation. and the seal of this Corporation may be affixed or printed on any power of attorney. on any revocation of any power of attorney. or on any certificate relating thereto. by facsimile. and any power of attorney. any revocation of any power of attorney. or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Corporation. IN WITNESS WHEREOF. FIREMAN'S FUND INSURANCE COMPANY has caused these presents to be signed by its Vice -President. 1978 0d its corporate seal to be hereunto affixed this 24.tkay or Janu.tvly By ,^FIR4444:4H•010 EMAAN'S FUNDINSURANCE COMPANY • 1.0444 I W_g c . Otal V cc-mes,den STATE OF CALIFORNIA, CITY AND COUNTY OF SAN FRANCISCO — s On this24_thday of Jan(utny 19 78 before me personally came WWALIm W. Lauben. to me known. who. being by me duly sworn. did depose and say: that he is Vice -President of FIREMAN'S FUND INSURANCE COMPANY. the Corporation described in and which executed the above instrument: that he knows the seal of said Corporation: that the seal affixed to the said instrument is such corporate seal: that it was so affixed by order of the Board of Directors of said Corporation and that he signed his name thereto by like order. IN WITNESS WHEREOF. I have hereunto set my hand and affixed my official seal, the day and year herein first above written. OFFICIAL SEAL 2 SUSIE K. GILBERT E NOTARY PUBLIC - CALIFORNIA E CRY II COUNTY OF SAN FRANCISCO My Commission Expires No,. 17, 1980 11111..MMISSIMMM OIMggSMIMWU STATE OF CALIFORNIA, CITY AND COUNTY OF SAN FRANCISCO CERTIFICATE Vntary Puhlic I. the undersigned. Assistant Secretary of FIREMAN'S FUND INSURANCE COMPANY. a CALIFORNIA Corporation. DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked: and furthermore that Article VIII. Sections 30 and 31 of the By-laws of the Corporation. and the Resolution of the Board of Directors, set forth in the Power of Attorney. are now in force. 19 80 tined and sealed at the City and County of San Francisco. Dated the 1 st day of .TtiT y 360711 (Hoy—FF—a-7e uv` Assistant A.I.A. Docuinenl No. A-310 (February 1970 Ed.) FIREMAN'S'FUNo INSURANCE COMPANY (HE AMERICAN INSURANCE COMPANY NATIONAL SURETY CORPORATION ASSOCIATED INDEMNITY CORPORATION AMERICAN AUTOMOBILE INSURANCE COMPANY • BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Pennington Construction Company, Inc. as Principal, hereinaller called the Principal, and Fireman's Fund Insurance Company a corporation duly organized under the laws of the Stale of California as Surety, hereinafter called the Surety, are held and ,firmly bound unto Washington County Historical Society, Fayetteville, AR as Obligee, hereinafter called the Obligee, in the sum of Five percent (5%) of Amount Bid Dollars ($ for the payment of which sum well and truly to be made, the said Principal and the said Surety. bind ourselves. our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. EAS, the Principal has submitted a bid for furnishing all labor,tools, materials and equipment l performing all work necessary for restoration and renovation of Sara N. Ridge House, Phase III per plans and specifications of Cyrus Sutherland, Architect. NOW, THEREFORE, if the Obligee shall accept the hid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor andmaterial furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, it the Principal shall pay to the Obligee the difference not lo exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, .$hen this obligation shall be null and void, otherwise to remain in lull force and effect. Signed and sealed this 7th day of March A.D. 19 80 SPennington Constinction Company,Tnr. (Principal) (Seal) (witness) 360541-4-75 (Witness) James A. PenningtUfll,°) President Fireman's Fund Insurance (Surety) Company n(11- ie -0 24 Ernest Geurin, (Sea)) Allomey in fact • •