HomeMy WebLinkAbout84-94 RESOLUTION•
RESOLUTION NO. 84-94
A RESOLUTION AWARDING BID NO. 94-43 TO MOBLEY
CONTRACTORS. INC., AIJTHORIZING THE MAYOR AND
CITY CLERK TO EXECUTE A CONTRACT 1N THE AMOIJNT
OF $86,098.00 WITH A CONTINGENCY AMOUNT OF
$4.300.00 FOR SIDEWALK AND STREET CURB CUTS AND
PARKING IMPROVEMENTS TO COMPLY WITH
AMERICANS WITH DISABILITIES ACT REQUIREMENTS
AND APPROVAL. OF A BUDGET ADJUSTMENT.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. The Council hereby awards Bid No. 94 43 to Mobley Contractors, Inc.,
and authorizes the Mayor and City Clerk to execute a contract in the amount of $86,098.00 with
a contingency amount of $4.300.00 for sidewalk and street curb cuts and parking improvements
to comply with Americans with Disabilities Act requirements. A copy of the contract is attached
hereto marked Exhibit "A" and made a part hereof.
Section 2. The Council also approves a budget adjustment m the amount of
590,398.00 to increase Street Improvement, Acct. No. 4470 9470 5809 00 by decreasing Use
of Fund Balance. Acct. No. 4470 0947 4999 99. A copy of the budget adjustment is attached
hereto and made a part hereof.
PASSED AND APPROVED this _11h_ day of July._. 1994.
ATTEST:
By:
Sherry I,VThomas, City Clerk
APPROVED:
By: l.Ft�, lrw.
Fred Hanna, Mayor
•
•
This contract
between the City of
City, and
hero after&,4a-1'ed
/ F
•
CONTRACT
executed this /9.011Z day of , 1994,
Fa ettevillleeixArkans`aas, herei'aft r called the azei
he Contr and having an address at
an -7:11 0.71,
and telephone number 50/ /44s-aass
•
In consideration of the mutual covenants contained herein, the
parties agree as follows:
1. The Contractor at his own cost and expense shall furnish all
labor, materials, supplies, machinery, equipment, tools,
supervision, bonds, insurance, tax permits, and all other
accessories and services necessary to complete items bid per
bid 94-43 as stated in CONTRACTOR'S PROPOSAL, and in
accordance with specifications attached hereto and made a part
hereof under Bid #94-43, all included herein as if spelled out
word for word.
2. The City shall pay the Contractor based on unit prices as
indicated in Contractor's Proposal upon completion of all work
called for in the specifications. Amount of contract not to
exceed .$ 84 16413. ca Said consideration shall be
payable to the Contractor within 30 days of receipt of invoice
upon job completion and acceptance by the Cit
3. The Contract documents which comprise the cont_ict between the
City and the Contractor consist of this Contract and the
following documents attached hereto, and made a part hereof:
A. Bid form identified as Invitation to Bid 94-43 with
specifications and conditions typed thereon.
The Contractor's proposal.
The Notice to Prospective Bidders and the Bid Tabulation.
B.
C.
the
4 These Contract documents constitute the entire agreement
between the City and the Contractor and may be modified only
by a duly executed written instrument signed by the City and
the Contractor.
5 Contractor shall not assign his duties under the terms of this
agreement.
6. Contractor agrees to hold the City harmless and indemnify the
City, against any and all claims for property damage, personal
injury or death, arising from Contractor's performance of this
contract. This clause shall not in any form or manner be
construed to waive that tort immunity set forth under Arkansas
Law.
BID #
94-43_
BUYER.
4-43_BUYER.
INVITATION TO BID
CITY OF FAYETTEVILLE, ARKANSAS
DATE ISSUED:
June 13 __
DATE AND TIME OF OPENING.
_June 28th 1994 at 1.30 pm __
DATE REQUIRED
_ City of Fayetteville, AR__ 30 DAYS ARO
F 0 B BUYER'S PHONE # GUARANTEED DELIVERY DATE.
Fayetteville AR _ (501) 575-8289 _
ITEM # DESCRIPTION _ _ __ QUANTITY UNIT PRICE - TOTAL
Per Attached Specifications:
Administration Building:
1 75' of sidewalk on E. side of
Church Avenue. (Rock to Center)
Central Fire Station:
2 Front Door Entrance
3 NW Comer of Locust & Center
4 SE Corner of School & Center
5 75' of sidewalk on W side of Locust
(Mountain to Center)
Downtown Square:
6 Handicap accessible parking space
Police Department:
7 NW Comer of Rock & Church
8 Driveway at 105 S. Church
9 N. side of Rock on Church
10 100' of sidewalk on S side of
Rock Street (Church to Block)
11 15' of sidewalk into City Prosecutor':
Office (NW Comer of Building)
Public Library:
12 Dickson & Washington
13 Willow & Dickson
14 Rear Entrance
15 Front Entrance
Youth Center Facility
16 Lower Center Facility 1 Ramp
17 _ 'Ramps Pedestrian Crosswalks 80 Ramps
-- EXECUTION OF BID
Upon signing this Bid, the bidder certifies that they have read and agree to the
requirements set forth in this bid proposal, including specifications, terms and standard
conditions and pertinent information regarding the articles being bid on. and agree to
furnish these articles at the prices stated.
UNSIGNED N E OF FIRM PHONE --TAX PERMIT:
'BIDS Q LCL1 Cay ado*-s����-LI43-a,�53I
WILL BE B INE ADDRESS: CITY AND STATE: ' ZIP:
REJECTED ?a 11097 F iii/c A r 1 77.76a
A RIZED SI AT E: TITL •DATE:
75' 54' /ft "
1 Ramp 'l4 (s. /ea `144
1 Ramp
1 Ramp '751.4k lea
75'
4 ea
1 Ramp
1 Ramp
1 Ramp
100'
15'
1 Ramp
1 Ramp
1 Ramp
1 Ramp-
Si+4 c2.515.-±1
s
Ramp-
/ea.
/ea 7441
/ea 7H4
L /eal
'
Q X600' -'
5o r ml 7505c'
'1.14'_
744 sat
146 c-
94/6 Is leaf 57 68cs+i
.I
▪ •
•
• 1
• INVITATION TO BID
CITY OF FAYETTEVILLE ARKANSAS
BID # DATE ISSUED: DATE AND TIME OF OPENING.
94-43 June 13, 1994 June 28th; 1994 at 1:30 p.m.
BUYER. DATE REQUIRED.
City of Fayetteville, AR 30 DAYS ARO
F. O. B. BUYER'S PHONE # GUARANTEED DELIVERY DATE
Fayetteville AR R (501) 575-8289
ITEM # DESCRIPTION QUANTITY UNIT PRICE TOTAL
TOTAL: t _.
SALES TAX: ._ . .
GRAND TOTAL:
A Curb Ramps shall be constructed
with concrete meeting 3500 PSI and
finished with a broorr finish
B Curb Ramps must meet all ADAAG
requirements of American Disabilities
Accessibility Guidelines (Appendix B)
C It is the responsibility of the
bidder to inspect each site and
prepare a bid based on guidelines
attached (Appendix B)
Per Attached List of Locations
Items #10 & #11 are new construction
Items #1 and #5 are for removal of
old sidewalk and replacement
according to guidelines. (Appendix B)
EXECUTION OF BID
Upon signing this Bid, the bidder certifies that they have read and agree to the
requirements set forth in this bid proposal, including specifications, terms and standard
conditions, and pertinent information regarding the articles being bid on, and agree to
furnish these articles at the prices stated. _
UNSIGNED NAME OF FIRM. PHONE TAX PERMIT:
BIDS (pe+radia$ =o�fc 443-2A53
WILL BE BUSINESS ADDRESS CITY AND STATE ZIP:
REJECTED P° &x 1/p47• FAydfcur fit A� 7 Xic Z.
IZED SI T1, -:TITLE: , DATE
praid, . ..29 ..5
UNITED PACIFIC INSURANCE COMPANY
HOME OFFICE, PHILADELPHIA, PENNSYLVANIA
BID BOND
KNOW ALL MEN BY THESE PRESENTS, THAT WE
MOBLEY CONTRACTORS, INC.
as Principal, hereinafter called the Principal, and the UNITED PACIFIC
INSURANCE COMPANY of Philadelphia, Pennsylvania, a corporation duly
organized under the laws of the State of Pennsylvania, as Surety,
hereinafter called the Surety, are held and firmly bound unto
CITY OF FAYETTEVILLE, ARKANSAS
as Obligee, hereinafter called the Obligee, in the sum of FIVE PERCENT
OF THE TOTAL AMOUNT BID (5% of Bid), for the payment of which sun 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.
WHEREAS, the Principal has submitted a bid for:
Handicap Curb Ramps - Parking Spaces and Sidewalks (Alterations)
Various Locations, Fayetteville, Washington County, Arkansas
NOW THEREFORE, if the Obligee shall accept the bid 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 and material 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, if the Principal
shall pay to the Obligee the difference not to 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, then this obligation shall be
null and void, otherwise to remain in full force and effect.
Signed and sealed June 28, 1994
MOBLEY CONTRACTORS, INC.
By:
119011
UNITED PACIFIC INSURANCE COMPANY
By: CQ,lS_S..- HaSitt
Carla Sue Hollis
Attorney -in fact
•
CITY OF FAYETTEVILLE, ARKANSAS
Special Terms and Conditions
BID NO. 94-43
1. All bids shall be submitted on forms provided by the City.
2. Bidders shall include all applicable local, state, and
federal sales tax in bid. The responsibility of payment
shall remain with the successful bidder. Tax amount shall
show as a separate item.
3. Bids received after the date and time set for receiving
bids will not be considered.
4. The City reserves the right to accept or reject any or all
bids, waive informalities in the bidding and make a bid
award deemed to be in the best interest of the City. The
City shall be able to purchase more or less than the
quantity indicated subject to availability of funds.
5. The awarded bid price shall remain good and firm for a
period of 90 days.
6. All products delivered shall comply with applicable
standards of quality.
7. Any exceptions to the requirements of the City of
Fayetteville must be noted on the Bid Form.
8. Quantities estimated are for bidding purposes only. The
City reserves the right to purchase more or less than the
quantities indicated subject to budgeted amount.
9. The unit prices shall include all labor, materials,
overhead, profit, insurance, etc., to cover the furnishing
of the items bid.
LOCATION OF PEDESTRIAN CROSSWALKS
Joyce at Butterfield Retirement
O ld Missouri at Eton
Loxley North of Eton
O ld Miss-'uri North of Rolling Hills
Rul_rng dills west cf Old Missouri
O ld Wire at 2anch
Raneh West of Mission
(8 ) Lunsford South of Carolyn
(9 ) Green Acres North of Poplar
(1C) Green Acres South of Poplar
(11) Poplar Wnst o` Green Acres
( 121 Poplar .n front 'n' woodland Ir. High
(131 Woct]lary Ave. South of Poplar
(14) Leverett. South of Taylor
115) Leverett South of Douglas
(16) Cleveland at Leverett School
(17) Cleveland East of Razorback
(18) Razorhac:c South cf Cleveland
(19) Sang at Hatfield
(201 Sang at I{o]ly
(21) Sang at. 13wson
(22) Lawson East of Sang
(23) Sang at Ashell School
(24) Slone at East Entrance of High School
125) Stone at West Entrance of High School
•
WHEELCHAIR
RAMPS
2
1
2
•
Page 2
•
LOCATION OF PEDESTRIAN CROSSWALKS WREELLIIAIR
RAMPS
(26) Stone hast of Buchanan 2
(27) Stone )'est of Duncan 2
(28) Buchanan South of Stone 2
(29) Buchanan in Trent of grade school 2
;30) Buchanan West of 5th 2
( 31) Garland test of 6th 1
(32) Sang Ncr(h at Mitchell 1
(33) Sang uth of Stone 1
(34) Sang North of Phillip 1
(35) 6th East of College 2
(36) College North of 6th 2
(37) college i•outh of 6th 2
(38) College North of 7th 2
(39) 7th East of College 1
(40) 7th West of Washington 1
(41) 6th West. of Washington 2
(42) Huntsville West of Willow 0
(43) Dickson at Library 2
(14) Dickson at Block 2
(45) Dickson at Locust 1
(46) Dickson at Shipley Bakery 1
(47) Dickson at Rogers Rec 1
(48) Dickson at Railroad tracks 2
(49) Dickson at Campus Book Store 1
(50) Dickson at University Ave. 2
IADAAQJ
Appendix 8 f
•
4.7 Curb Ramps
accessible routs
n
.-,
1
l
pea
96n...60 60 min or 96 min for VANS
jj 2410
2440 r�saf
252m.a
1400
Fig. 9
Dimensions of Parking Spaces
surface stapes not exceeding 1:50 (2961 in all
directions.
4.7 Curb Ramps.
4.7.1 Location. Curb ramps complying with
4.7 shall be provided wherever an accessible
route crosses a curb.
4.7.2 Slope. Slopes of curb ramps shall
comply with 4.8.2. The slope shall be measured
as shown in Fig. 11. Itansltforts f►orn ramps to
walks. gutters. or streets shall be flush and free
of abrupt changes. Maadmrun slopes of &Vatrting
gutters road surface Unmedtately a4tacett to
the curb romp. or accessible route shall not
exceed 1:20.
4.7.3 Width. The minimum width of a curb
ramp shall be 36 in (915 mat). exclusive of
flared sides.
4.7.4 Surface. Surfaces of curb ramps shall
comply with 4.5.
4.7.5 Sides of Curb Ramps. If a curb ramp
is located where pedestrians must walk across
the ramp. or where it is not protected by hand -
rags or guardrails. It shall have flared sides: the
maximum slope of the flare shall be 1:10 (see
Fig. 12fail. Curb ramps with returned curbs
may be used where pedestrians would not
normally walk across the ramp (see Fig. 12(b)).
4.7.6 Hunt -up Curb Ramps. Built-up curb
ramps shall be located so that they do not
project into vehicular traffic lanes (see Fig. 13).
4.7.7 Detectable Warnings. A curb ramp
shall have a detectable warning complying with
4.29.2. The delectable warning shall extend the
full width and depth of the curb ramp.
4.7.8 Obstructions. Curb ramps shall be
located or protected to prevent their obstruc-
tion by parked vehicles.
4.7.9 Location at Marked Crossings.
Curb ramps at marked crossings shall be
wholly contained within the markings. exclud-
ing any flared sides (see Fig. 151.
4.7.10 Diagonal Curb Ramps. if diagonal
(or corner type) curb ramps have returned
curbs or other well-defined edges. such edges
shall be parallel to the direction of pedestrian
flow. The bottom of diagonal curb ramps shall
have 48 in (1220 rnml minimum clear space as
shown in Fig. 15(c) and (d). If diagonal curb
ramps are provided at marked crossings. the
48 in (1220 mm) dear space shall be within the
markings (see Fig. 15(c) and (d)). If diagonal
curb ramps have flared sides. they shall also
have at least a 24 In (610 mull long segment
of straight curb located on each side of the
curb ramp and within the marked crossing
(see Fig. 15(c8.
8-
240 Ma
6600
•
•
Flo. 10
Access Aisle at Passenger Loading Zones
26 ADA Handbook
1
4.8 Ramps
1ADAAG1
Adjoining slope shod
not exceed h20
x
Y
flop, S Y • X
wawa X is a level p lane
walk
Mg. 11
Measurement of Curb Ramp Slopes
street
(1)
Flared Sides
If Er ins than 4a Ins
than the slope of the /tared side
shall not exceed 1:12
Fig. 12
Sides of Curb Ramps
(b)
Returned Curb
4.7.11 Islands. Any raised islands In cross-
ings shall be cut through level with the street
or have curb ramps at both sides and a level
area at least 48 in (1220 nun) long between the
curb ramps in the part of the island intersected
by the crossings (see Fig. 15(a) and (b)l.
4.8 Ramps.
4.8.1• General. Any part of an accessible
route with a slope greater than 1:20 shall be
considered a ramp and shall comply with 4.8.
4.8.26 Slope and R1se. The least possible
slope shall be used for any ramp. The maxi-
mum slope of a ramp in new construction shall
be 1:12. The maximum rise for any run shall
be 30 in (760 mm) (see Fig. 16). Curb ramps
Fig. 13
Built -Up Curb Ramp
and ramps to be constructed on existing sites
or to existing buildings or facilities may have
slopes and rises as allowed in 4. 1.60/431 if
space limitations prohibit the use of a 1:12
slope or Tess.
ADA Handbook 27
l
•
•
Appendix1i
4.8 Ramps
IADAAGI
Maximum Rut Maximum Hoummal P.0144044
Slope m mm
ft
m
1:12 to < 1:16 30 760
1:16 to < 1:20 30 760
30
40
9
12
Flg. 16
Components of a Single Ramp Run and Sample Ramp Dimensions
4.8.3 Clear Width. The minimum clear width
of a ramp shall be 36 In (915 mm).
4.8.4• Landings. Ramps shall have level
landings at bottom and top of each ramp and
each ramp run. Landings shall have the follow-
ing features:
(11 The landing shall be at least as wide as
the ramp run leading to It.
(2) The landing length shall be a minimum of
601n (1525 mml dear.
(3) If ramps change direction at landings. the
minimum landing size shall be 60 in by 60 in
(1525 mm by 1525 min).
(4) It a doorway Is Located at a landing. then
the area in front of the doorway shall comply
with 4.13.6.
4.8.5• Handrails. If a ramp run has a rise
greater than 6 in (150 mrn) or a horizontal
proJectlon greater than 72 in (1830 mrnl. then
it shall have handrails on both sides. Handrails
are not required on curb ramps or adjacent to
seating to assembly areas. Handrails shall
comply with 4.26 and shall have the following
features:
(1) Handrails shall be provided along both
sides of ramp segments. The inside handrail
on switchback or dogleg ramps shall always
be continuous.
(2) If handrails are not continuous. they
shall extend at least 12 In (305 mm) beyond the
top and bottom of the ramp segment and shall
be parallel with the floor or ground surface
(see Fig. 17).
(3) The clear space between the handrail and
the wall shall bel - 1/2 in (38 mm).
(4) Gripping surfaces shall be continuous.
(51 Top of handrail gr(pping surfaces shall be
mounted between 34 In and 38 In (865 mm and
965 mrN above ramp surfaces.
(6) &s of handrails shall be elder rounded
or retuned smoothly to floor. wail. or post.
(7) Handrails shall not rotate within their
fillings.
4.8.6 Cross Slope and Surfaces. The cross
slope of ramp surfaces shall be no greater than
1:50. Ramp surfaces shall comply with 4.5.
ADA Haadboot
29
psi
1
1
•
•
fADAAGI
4,9 Stairs
4.8.7 Edge Protection. Ramps and landings
with drop-offs shall have curbs. walls. railings.
or projecting surfaces that prevent people from
slipping off the ramp. Curbs shall be a mini-
mum of 2 in (50 mm) high (see Fig. 17).
4.8.8 Outdoor Conditions. Outdoor ramps
and their approaches shall be designed so that
water will not accumulate on walking surfaces.
4.9 Stairs
4.9.1• Minimum Number. Stairs required to
be accessible by 4.I shall comply with 4.9.
4.9.2 'heads and Risen. On any given
flight of stairs. all steps shall have uniform
riser heights and uniform tread widths. Stair
treads shall be no less than 11 in (280 nun)
wide, measured from riser to riser (see Fig.
181a1). Open risers are not pennutted.
4.9.3 Nosing,. The undersides of nosings
shall not be abrupt. The radius of curvature at
the leading edge of the tread shall be no greater
than 1/2 in (13 mm). Risers shall be sloped or
the underside of the nosing shall have an angle
not less than 60 degrees from the horizontal.
Nosings shall project no more than 1-1/2 in
(38 mm) (see Fig. 18).
4.9.4 Handrails. Stairways shall have hand-
rails at both sides M all stairs. Handrails shall
comply with 4.26 and shall have the following
features:
(1) Handrails shall be continuous along
both sides of stairs. The Inside handrail on
switchback or dogleg stairs shall always be
continuous (see Fig. 19(a) and (bp.
(2) If handrails are not continuous. they
shall extend at least 12 in 1305 mail beyond the
top riser and at least 12 In (305 mm) plus the
width of one tread beyond the bottom riser. At
the top. the extension shall be parallel with the
floor or ground surface. At the bottom. the
handrail shall continue to slope for a distance
of the width of one tread from the bottom riser.
the remainder of the extension shall be hori-
zontal (see Fig. 19(c) and (d)l. Handrail exten-
sions shall comply with 4.4.
13) The clear space between handrails and
wall shall be 1-1/2 !n (38 mm).
(4) Gripping surfaces shall be uninterrupted
by newel posts, other construction elements, or
obstructions.
(5) Top of handrail gripping surface shall be
mounted between 34 in and 38 in (863 mm and
965 mm) above star nosings.
(6) Ends of handrails shall be either rounded
or returned srnoothly tofoc ., wall orpost.
(7) ilandratls shall not rotate within their
fittings
4.9.5 Detectable Warnings at Stairs.
(lteservedl.
4.9.8 Outdoor Conditions. Outdoor stairs
and their approaches shall be designed so that
water will not accumulate on walking surfaces.
4.10 Elevators.
4.10.1 General. Aocesshle elevators shall
be on an accessible route and shall comply
with 4.10 and with the ASAfZA17.1-1990,
Safety Code for Elevates and Es srors.
&eight elevators shall not be considered as
meeting the requirements of this sentare unless
the only elect= provided are used as comb( -
natal passenger arid, rebltt elevators fcr the
public and empbyees.
4.10.2 Automatic Operation. Elevator
operation shall be automatic. Each car shall
be equipped with a self -leveling feature that
will automatically bring the car to floor land-
ings within a tolerance of 1/2 in (13 mm)
under rated loading to zero loading conditions.
This self -leveling feature shall be automauc
and Independent of the operating device and
shall correct the overtravel or undertravel.
4.10.9 Hall Call Buttons. Call buttons in
elevator lobbies and hails shall be centered at
42 in (1065 nun) above the door. Such call
buttons shall have visual signals to indicate
when each call Is registered and when each
call Is answered. Call buttons shall be a mini-
mum of 3/4 in (19 mail In the smallest dimen-
sion. The button destgealing the up direction
shall be on top. (See Fig. 20.) Buttons shall be
raised or flush Objects mounted beneath hall
call buttons shall not project Viw the eleuarar
lobby more than 4 In (100 mm).
ADA Haab
1
1
•
City of Fayetteville, Arkansas
Budget Adjustmen Form
Budget Year
1994
Department: Sales Tax Construction
Division:
Program:
Date Requested .
July 11, 1994
Adjustment #
Projector Item Requested: A budget adjustment is requested to
add funding for sidewalk, curb and crosswalk improvements in
compliance with ADA regulations.
Project or Item Deleted: Proposed funding is from growth in City
sales tax revenue.
Justification: The sidewalk, curb and crosswalk improvements
identified need to be completed in 1994 to meet the January 1, 1995
requirements stipulated in ADA legislation.
Justification: City sales tax collections have exceeded projections
sufficiently to fund this request.
Increase
Account Name _ Amount Account Number Project Number
Street Improvements _ _ 90,398 4470 9470 5809 00
Decrease
Account Name _ Amount Account Number Project Number
Use of Fund Balance
90,398 4470 0947 4999 99
Requested By
Budget C dinator
Approval Signatures
Department Director
Q
Admin Services DireciW
Mayor
07/1:194
07/11/94
07/11/94
Budget Office Use Only
Type: A B C D F
Date of Approval
Posted to General Ledger
Entered in Category Log
Budget Office Cop
•
RELIANCE SURETY COMPANY
RELIANCE INSURANCE COMPANY
UNITED PACIFIC INSURANCE COMPANY
RELIANCE NATIONAL INDEMNITY COMPANY
ADMINISTRATIVE OFFICE, PHILADELPHIA, PENNSYLVANIA
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, that REUANCE SURETY COMPANY is a corporation duly organized under the laws of the State of Del-
aware, and that RELIANCE INSURANCE COMPANY and UNITED PACIFIC INSURANCE COMPANY. are corporations duly organized under the laws
of the Comntonwesith of Pennsylvania and that RELIANCE NATIONAL INDEMNITY COMPANY is a corporation duly organized under the laws of
the State of Wisconsin therein collectively celled 'the Companies') and that the Companies by virtue of signature end seals do hereby make,
constitute and appoint Knight Crhion, Berson A. Cashion, Matthew Knight Cashion. Jr.. Carla Sue Hollis. Shkisy StaIn, William R. Paeggs., of
Little Rook. Arkansas their true and lawful Attorneyls}-in-Fact. to make. execute, nal and deliver for and on their behalf, and as their act and
deed any and a9 bonds and undertakings of suretyship and to bind the Convenes thereby as fully and to the same extent as if such bonds and
undertakings end other writings obligatory in the nature thereof were signed by an Executive Officer of the Companies end sealed and emoted by
one other of such officers, end hereby ratifies and confirms ell that their said Attomeylel-In-Fact may do on pursuance hereof.
This Power of Attorney is granted under and by the autnority of Article VII of the Bylaws of RELIANCE SURETY COMPANY.
RELIANCE INSURANCE COMPANY. UNITED PACIFIC INSURANCE COMPANY. end RELIANCE NATIONAL INDEMNITY COMPANY which
provisions are now in till force and affect, reading as follows:
ARTICLE VII - EXECUTION OF BONDS AND UNDERTAKINGS
1. TM Board of Directors, the President, the Chairman of the Board, any Senor Vice President, any Vice President or Assistant Vice
President or other officer designated by the Board of Directors shalt have power and euthonty to (a) appoint Attomey(s)-u'Fact and to authorize
them to execute on behalf of the Company. bonds and undertakings. recognizance's, contracts of indemnity and other wntings obligatory in the
nature thereof, and (b) to remove any such Attomeyls)-in-Fact at any time and revoke the power and authority given to them.
2. Attorneys) -in -Fact shall have power and authonty, subject to the terms end limitations of the Power of Attorney issued to them, to
execute deliver on behalf of the Company, bonds and undertakings, recognizance's, contracts of indemnity and other writings obligatory in the
nature thereof. The corporate seal is not necessary for the validity of any bonds and undertakings, recognizance's. contracts of indemnity end
other writings obligatory in the nature thereof.
3. Attorneys) -in -Fact shall have power and authonty to execute affidavits required to be attached to bonds, recognizences, contracts
of indemnity or other conditional or obligatory undertakings and they shall also have Dower and authority to certify the financial statement of the
Company and to Dopes of the By-Lawe of the Company or any article or section thereo•
This Power of Attorney is signed and sealed by facsimile under and by authority of the following resolution adopted by the Executive and Finance
Committees of the Boards of Directors of Reliance Insurance Company, United Pacific Insurance Comtisny and Reliance National Indemnity
Company by Unanimous Consent dated es of February 28, 1994 and by the Executive and Financial Comarxttee at the Board of Directors of
Reliance Surety Company by Unanimous Consent dated es of March 31, 1994.
'Resolved that the signatures of such directors and officers end the seal o• the Company may be affixed to any such Power of
Attorney or any certificates relating thereto by facsimile, and any such Power of Attorrev cr certificate bearing such facsimile
signatures or fecpnale seal shall be valid and binding upon the Company end any such Power so executed and certified by fac-
simile signatures and facsimile seal shall be valid and binding upon the Company, it the figure with respect to any bond CI
undertaking to which i1 .e attached.'
IN WITNESS WHEREOF, the Companies have caused these presents to be signed and their corporate seals to be hereto alleged, this April 1, 1994.
STATE OF Pennsylvania
COUNTY OF PSladelphia
) as.
RELIANCE SURETY COMPANY
RELIANCE INSURANCE COMPANY
UNITED PACIFIC INSURANCE COMPANY
RELIANCE NATIONAL INDEMNITY COMPANY
Y
On this. April 1, 1994, before me, Valencia Wonham, personally appeared Charles B. Schmalz, who acknowledged hrmsert to be the Executive
Vies President of the Reliance Surety Company, and the Vice President of Reliance insurance Company. United Pacific Insurance Company, and
Reliance National Indemnity Company and that es such, being authorized to do so. executed the foregoing instrument (or the purpose therein
contained by signing the name of the corporation by himself as its dury authorized officer.
In witness whereof, 1 hereunto set my hand and official seal.
NOTARIAL SEAL
VALENCIA WORTHAM Notary Public
City of Milnean Phila. My Commission Expires Nov. County998
Nth/flea, YVvloicurf--i
Notary Public in and for the State of Pennsylvania_
Residing et Phiiedelphia
1. Anita 2ippert, Secretary of RELIANCE SURETY COMPANY. RELIANCE INSURANCE COMPANY. UNITED PACIFIC INSURANCE COMPANY, and
RELIANCE NATIONAL INDEMNITY COMPANY do hereon certify that the above and foregoing is a true and correct cony of the power of Attorney
executed by seid Companies, which is still in full force and ettec:
IN WITNESS WHEREOF, I have hereunto set my nand and affixed the seals of said Companies thi29th day of Tnnn
19 94
77 e
Secrelry
•
AGENDA REQUEST
CONTRACT REVIEW
GRANT REVIEW
STAFF REVIEW FORM
RES. 94-G4
MOBLEY CoNrRACTORS
CHANGE ORPFR
,i -7- q4
MICROFILMED
For the Fayetteville City Council meeting of
FROM: `I) A
Na - Division
Department
ACTION REQUIRED:
AptroYal DIE N CWJAy vu i IA 1kJ(
C.,15 -Q/.{-mcf wptR 011cb)e1
awa..,'N .4 %Ir3 %0 jot iS> ADA Cw6
COST TO CITY:
$ 1.31 o
Cost of this Request
Account Number
Project Number
s 9l,"lLI
Category/Project Budget
S
Funds Used To Date
Remaining Balance
•
Category/Project Name
Program Name
5JL44 i Cart; FuNd
Fund
BUDET REVIEW:
Budgeted Item
Bu et Coor ator
Budget Adjustment Attached
Administrative Services Director
CONTRACT/GRANT/LEASE REVIEW:
Accou ing ager
JJJ
tf Attof ey .
PT JIJ�-JAW
Purchasing Officer
//-4'4V
Date
GRANTING AGENCY:
Date rnal Auditor
1/ -3 -qt
Date
Date
//-Dat(-c/
e
STAFF RECOMMENDATION:
Division Head
Department Director
Administrati- S-�r ices Director
Mayor
Date
Date
Date
Cross Reference
New Item: Ye8 No
Prev Ord/Res #:
Orig Contract Date:
AMENDMENT TO THE
AGREEMENT FOR SDA Cur& CL'n
AMENDMENT t
This is an amendment to the Agreement for
executed on the //eL day of 73,4.4
R- Curb(As
19?! between the City of
Fayetteville, Arkansas and ✓?1oWl (orMucturs , for
TA Cw 6 (tits
•
Additional services required due -ED wc✓r needeJJ be and \.4
Oficy lal SCos* d; acirk, CoAtbrac{
The charge for the additional services shall not exceed
$ G7D 619
•
CITY OF FAYETTEVILLE:
Mayor
Title I' P
•
•
Date
Date
//%4c(
Oct.31 '94 16:40 FLEET MPINT DIU.
•
P.O. Box 1647
Elmo /*s, AR 72702
Ott (501) 443-2253
TEL 501-444-3425 P. 2
TO: City of Fayetteville
Phyllis Rice, ADA Coordinator
FROM: Ron Mobley, Jr.
DATE: October 31, 1994
RE: Work requested by City in addition to completed curb
ramp contract
WORK TO BE COMPLETED:
1) Fayetteville High School. 1 block east of school
Everything back to original.
2) Willow & Dickson. Northwest corner, one block
east of Library. Return to original.
3) Rock & Church. Northwest corner.
Return to original
4) Dickson & Arkansas. Return to original.
5) Additional sidewalk at Library.
6) Additional approach to ramp at Lafayette.
Ron ley, Jr.
$1,540.00
$810.00
$810.00
$810.00
$800.00
5900.00
TOTAL $5,670.00
A ILL
PURCHASE ORDER
VENDOR NO. 02570
MOOLEY CONTRACTORS
ATTN RONALD F MOBLEY
PO BOX 150
MORRILTON
AR 72110
Each Package Must Be Marked
Exacty As Shown Here
City of Fayetteville, Arkansas
. PURCHASE ORDER#
0040096
DATE 9 /02
ECD 1'-AYEi:TTF:'l:f.l._L.F.i:
TERMS&
)/00 NET 3O DAYS
Item No.
1
SHIP TO:
City. Unit
of
Issue
LT
1.00
Description and
Account Number
HANDICAP CURB RAMPS, PARKING SPACED
SIDEWALKS PER BID 194-43 (NTE)
( 4470 9470 5009 00 94076
h 5, to70
Pcu'K irctrGCSt '~y�w4u�f I
a aw w'r c`c. $911703,
CITY OF FAYETTEVILLE
PURCHASE DEPT RM 306
113 W MOUNTAIN
FAYETTEVILLE AR 7
P BATES
01.
Unit Price
TOTALS
36093.000 35093.00
,023,00
DEPARTMENT VERIFICATION
RECENED
DEPT HEAD APPROVAL
AMOUNT TO PAY
AT VERIFICATION
BY
DATE
S
PURCHASING VERIFICATION
PRICE CHANGE VERIFICATION
RETURN CHECK TO
SEND COPY TO
ADDITIONAL APPROVAL
CHECK#
DOES NOT MEET PURCHASING POLICY
CONTRACT PAYMENT
OTHER
APPROVED BY
PROJE.T
THIS P IY
PREVI
TOTAL Y
BALANCE $
••.
FAYETTEVILLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
•
TO: Peggy Bates, Purchasing Manager
FROM: Brian Swain, Asst. to the Adm. Services Director B is
DATE• October 31, 1994
RE• ADA Curb Cuts Contract Amendment
At the July 19, 1994 City Council meeting resolution #84-94 was approved This resolution
awarded a contract to Mobley Contractors for curb cuts to be done in Fayetteville to obtain
compliance with the Americans with Disabilities Act (ADA) The contract is funded through
the Sales Tax Capital Improvement Fund. The resolution awarding the contract provided for
a base contract of $86,093 plus a contingency of $4,300 The contract is currently encumbered
as purchase order #40896. A few subsequent events have occurred which have resulted in the
following actions or request for actions.
1) $1,492 has been spent to do work requested by two merchants in the Dickson Street area.
This work has been billed at cost to the merchants and will result in no net project
expense.
2) Additional work is required above the original contract amount of $86,093 in the amount
of $5,670 resulting in a new total contract of $91,763. The project contingency will
reduce the excess cost to $1,370.
3) A budget adjustment in the amount of $1,370 has been requested to cover the project
costs not covered by the original contract and contingency.
Should you have any further questions concerning this contract amendment, please contact either
myself or Randy Allen, Street Superintendent. Thank you.