Loading...
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.