Loading...
HomeMy WebLinkAbout33-98 RESOLUTION• 4 RESOLUTION NO 33-98 A RESOLUTION AWARDING A CONSTRUCTION CONTRACT IN THE AMOUNT OF $195,509.16, PLUS A CONTINGENCY AMOUNT OF $30,000, TO MOBLEY CONSTRUCTION FOR THE ARLINGTON TERRACE RECONSTRUCTION PROJECT; AND APPROVAL OF A BUDGET ADJUSTMENT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS* Section 1. That the City Council hereby awards a construction contract in the amount of $195,509.16, plus a contingency amount of $30,000, to Mobley Construction for the Arlington Terrace Reconstruction Project, and authorizes the Mayor and City Clerk to execute said contract A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof. Section 9 The City Council hereby approves a budget adjustment in the amount of $226,00 increasing Street Improvements, Acct. No. 4470 9470 5809 00 Project 98072 decreasing Bridge & Drainage Improvements, Acct. No. 4470 9470 5817 00, Project 97042. r1' 4, cifigSED 7 s D APPROVED this 1day of March , 1998. • "c"--..) (/ t;t:�: r FAPPROVE D- ?F'�,r, ��e��- I • • 1 j. 6 N 1. ATTEST: By: Y'IGG az, Heather Woodruff, City By: Fred Hanna, Mayor City of Fayetteville, Arkansai Budget. Adjastrfhent Form Budget Year :L998 Department: Sales Tax Capital Improvement Fund Division: Program: Date Requested 02/19/98 Adjustment # Project or Item Requested: Funding is requested for Arlington Terrace Street Reconstruction project. • Project or Item Deleted: • Funding proposed for this adju tment is from the Vista -Holly Drainage Improvement project. • • • • • Justification of this Increase: Arlington Terrace Street Reconstruction Project was originally budgeted with Trust Street. Trust Street was bid and constructed in 1997, however, all funding for the combined project was utilized on Trust Street. Justification of this Decrease: 3 olt.t The Vista -Holly Drainage project will be reviewed for priority ranking during 1999-2003 Capital Improvement Program process. Increase Expen e (Decrease Revenue) Amount ". t =q' Acco u ntNumber ',ri Street Improvements Account Name Decrease Expense (Increase Revenue) Amount .. Account Number Bridge & Drainage Improvement 226,000 • 4470 9470 5817 00 Project Number 97042 Budget Office Use Only rdinator Date Department Director n Admin. Se ices Director Mayor Date Date Date ,Type: .A. %13 c 7 ri: Date of Approval E. Posted to General Ledger Posted to Project Accounting Entered in Category Log Blue Copy: Budget & Research / Yellow Copy: Requester CERTIFICATE OF NSURANCE DATF. (MMAIHIYY) 02/27/98 PRODUCER 501-376-Q716 The Cashion Company, Inc. P.O. Box 550 Little Rock, AR 72203 THIS CER'I'IF'ICA'E IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIM'S UPON TIIE CEWI'I FI CATE IIOIMER. TIIIS CERTIFICATE DOES NOT AMEN ), EXTEND OR ALTER TIIE COVERAGE AFFORDED BY TIIE POLIC 1•S BELO%'. COMPANIES AFFORDING COVERAGE COMPANY A United Capitol (Crump) INSURED Mobley Contractors, Inc. P.O. Box 150 Morrilton AR 72110 COMPANY B General Accident COMPANY C Hartford (Crump) COMPANY D GRE Insurance Group COVERAGES THIS IS TO CERTIFY TIIAT TIIE POLICIES OF INSURANCE LASTED BELOW IIAVE B .EN ISSUED TO TIIE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANYREQUIREMENT. TERM OR CONDITION OF ANY coNrRACr OR OTHER DOCUMENT WITH RES ECT TO WIIICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, TIIE INSURANCE AFFORDED BY TIIE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL TIIE TERMS, EXCLUSIONS AND CONDITIONS OF SIJCII POLICIES. LIMITS SIIOWN MAY HAVE B .EN REDUCED BY PAID CLAIMS. CO TYPE 01' INSURANCE POLICY NUMBER POLICY ELY. DATE IMMB)DIYV) 1'OLICI'NXP. DATE (11M/DDIYY) LIMITS LTR A GENERAL LIABILITY GLA1001817 4/23/97 4/23/98 GENERAL AGGREGATE 2000000 PROD-COMP/OPACC. 1000000 x COMM. GENERAL LIABI I,IT\ PERS. & ADV. INJURY 1000000 CLAIMS MADE X OCCUR EACII OCCURRENCE 1000000 OWNER'S & CONI "ACT S I ROT FIRE DAMACE(One We) MD) EXP(My one person) 5000 B AUTOMOBILE LIABILITY 8A017770902 4/23/97 4/23/98 COMBINED SINGLE L1M° 1000000 X AM'At" BODILY INJURY (Per pmron) ALL OWNED AUroS X SCHEDULED AUTOS BODILY INJURY (Per nocIdenl X HIRED AUTOS X NON -OWNED AUTOS PROPERTY DAMAGE GAVAGE LIABILITY AUTO OST V-F.A ACCIDENT OTIIERTIIAN AUTO ONLY: ANY AUTO EACII ACCIDENT -----ILII AGGREGATE C EXCESS LIABILITY 20HUSL5086 4/23/97 4/23/98 EACH OCCURRENCE 4000000 AGGREGATE 4000000 X UMBRELLA FORM OTHER TItAN UMBRELLA FORM B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY WC015237302 4/23/97 4/23/98 STATUTORY LIMITS '"'---- ---- EACII ACCIDENT 500000 DISEASE -POLICY LIMIT 500000 THE PROPRIETOR/ PARTNERS/EXECUTIVE INC!, OFFICERS ARE: EXCI, DISEASE-EACII EMIL. 500000 D °'""" Installation Floater Binder 2-27-98 4-23-98 Special W/Theft Subject to Normal Exclusions. $500,000. Each Jobsite $500. Deductible DESCRIPTION OF OI'ERATI ONSB,OCAI'I ONSNEIII CLEsrS PIM I A I. ITEMS THE CERTIFICATE HOLDER IS NAMED AS ADDITIONAL INSURED AS RESPECTS TO GENERAL LIABILITY AND A WAIVER IS APPLICABLE TO WORK COMP, IN REGARDS TO THE ARLINGTON TERRACE RECONSTRUCTION JOB. IN FAYETTEVILLE, AR. CERTIFICATE HOLDER CANCELLATION' CITY OF FAYETTEVILLE CITY ENGINEERING DIVISION CITY HALL, 113 W. MOUNTAIN ST. FAYETTEVILLE, AR 72701 SHOULD ANY OF TIIE ABOVE DESCRIBED POI,ICIES RE CANCELLED BEFORE THE EXPIRATION DATF. THEREOF, THE ISSUING COMPANY unmonmet MAI I. 30 DAYS WRIYI'KN NOTICE TO TIIE CERTIFICATE HOLDER NAMED TO TIM I,E:FI',.o'rs•lo;•+on u.l e'E•Fuo's; .l•:SN Sg.c,w.v.lcu Fenu'a•o,:- 'o -t le::ove'o.�o':uot•'rir:o•o•ra Fuen o'o-'rrl•V•ra•r3.e462' AUr11 t '17.F • "'PRESENTATIVE / i de ACORI> 254 (3193) 2- 28 ? • r Res, 3d-98.. FORM OF ARKANSAS PERFORMANCE AND PAYMENT BOND (14-604 Arkansas Statutes) KNOW ALL MEN BY THESE PRESENTS: That we Upbe Ctxitxac s a(n) c orpnra r; nn herein called °Principal" and Unnea balm - hereinafter Fernsylvania called the "Surety," are held and firmly bound unto e ity o Fayetteville, Arkansas, hereinafter called "Owner" in the sum of One Hundred Ninety Five Thousand Five Hundred Nine and 16/100 $ dollars (V.95,509.16 ) in lawful money of the United Stated, for the pavment of which sum well and truly made, said pnncipals and Surety bind themselves, their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas the Principal entered into a certain contract with the Owner for the construction of Arli Ttrn Teri rp Peen -1st -11 rtion NOW, Tl-I)FORE if the Principal will well, truly and faithfully perform its duties all the undertakings, covenants, terms, conditions, and agreements of said contract during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, and shall promptly make payment to all persons, firms, subcontractors and corporations furnishing mcrtenal for or performing labor in the prosecution of the work provided for in such Contract and any extension or modification thereof, all amounts due for, but not limited to materials, lubricants, oil, gasoline, repair on machinery, equipment and tools consumed or used in connection with the work, fuel oil, insurance, rentals on machinery; also for taxes or payments due to the State of Arkansas or any political subdivision thereof which shall have arisen on account of, or in connection with, the wages earned by workmen covered by the bond, and for all labor performed in such work whether by subcontractor or otherwise, then this obligation shall be void, otherwise to remain in full force and effect. The Surety agrees that the terms of this bond shall cover the payment by the principal of not less than the prevailing hourly rate of wages as determined by the Arkansas Department of Labor or U.S. Secretary of Labor, whichever is greater, to all workmen performing work under the contract. PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the contract or to the work to be performed thereunder of the specifications accompanying the same, shall in any wise affect it's obligations on this bond, and it does hereby waive notice of any such change, extension of time, or alteration or addition to the terms of the contract as to the work or to the specifications. 19 PROVIDED FURTHER that no final settlement between the Owner and the contractor shall abridge the nght of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in six counterparts, each of which shall be deemed on original, this _ day of 19 . AI 'EST: Mobley Contractors, Inc. (PRINCIPAL) SECRETARY (PRINCIPAL) (TITLE) (SEAL) P. 0. Box 150 Morrilton, AR 72110 WITNESS AS TO PRINCIPAL (ADDRESS) AI 1EST: United Pacific Insurance Company (SURETY) 6.0c3 WITNE'i AS TO ATTORNEY IN FACT (ADDRESS) greeny JA, ee -\ rr; % G -.ri. 4111. r‘or'777• _ "' .^ ^=�1 ;hireIC 4r William H. Griffin (ATTORNEY IN FACT) P. 0. Box 550 Little Rock, AR 72203 Date of Bond must not be prior to Contract Date and must include: 1. Correct name of Contractor 2. Whether Corporation, Partnership, or Individual 3. Correct name of Surety and correct name of Owner 5. Execution of bond by all Partners, if Partnership 6. Execution by Arkansas Local Resident Agency for Surety BOND MUST BE FILED WITH THE CIRCUIT COURT OF WASHINGTON COUNTY 20 M31A 01 31ONV NV led OlOH - )111VWU31VM 'VIJIJIl/V NV SNIV11103 1N3Wl000 SIHl dO NOVB 3H1 RELIANCE SURETY COMPANY UNITED PACIFIC INSURANCE COMPANY • RELIANCE INSURANCE COMPANY RELIANCE NATIONAL INDEMNITY COMPANY f 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, end that RELIANCE INSURANCE COMPANY and UNITED PACIFIC INSURANCE COMPANY, are corporation duly organized under the laws of the Commonwealth of Pennsylvania end that RELIANCE NATIONAL INDEMNITY COMPANY is a corporation duly organized under the laws of the State of Wisconsin therein collectively called -the Companies") and that the Companies by virtue of signature and seals do hereby make, constitute and appoint Knight Cashion. Benson A. Cashion, Matthew Knight Cashion, Jt., Judy Schoggsn, William H. GHHM, William R. Plaggo, Cynthia L. Wadley., of Little Rock, Arkansas their true and lawful Attorneyfs)-in-Fact, to maks, execute, seal and deliver for and on their behalf, and as their act and deed any and all bonds and undertakings of suretyship and to bind the Companies thereby as fully end to the same extent es if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the Companies and sealed and attested by one other of such officers, and hereby ratifies and confirms all that their said Attorney(s)-in-Fact may do in pursuance hereof. This Power of Attorney is granted under and by the authority of Article VII of the Sy -Laws of RELIANCE SURETY COMPANY, RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMPANY, and RELIANCE NATIONAL INDEMNITY COMPANY which provisions are now in full force and effect, reading as follows: ARTICLE bbl • EXECUTION OF tONOS AND UNOERTAKINOS 1. The toed of Director., the Preede nit, the Channel of the Board. my Sala Vico President, are We President a Aae No Preidee or other officer dmgnaed by ter cord of Oberon shad haee pewee rd rahenhy 10 (a) open Anemevlelinfect at to adheres them to .acute . bairn of the Company, bonds and utlrts/irp, receauame,, convects of rummy and other whop obligatory in the nate thereof. and (bite remove arty such Atte reylhbKect at any Uma and revoke the power and aahairy even to them. 1. Ananybl-inEea NW have pewee and authority. sera to the tame ed !theatre el are Power of Attorney heed to them. to .ease deliver on bathed el the Company, bonds amid vdatairps. recograne.. contracts of bdenrxty and aha writings *acetone in the news Mares. The coronets raw not ncerry for the vsidity of any bone ad urdrtakup, recogrzames, co mecca of indemnity' and pale *entree ebdueoy in the nava thereof. 3. Attonn ysHn nett shell her pane and authority to .acute affidavits rodeo! to be enacted te bards. recognizance,. contracts a indemnity oe other candidate a obligatory vdanadnse ani they snail dee have power and a treity to certify the financial eater. a of the Compare and to cope, ef the aylave at the Company or ley aocie is section thereof. This Pewee of Attorney inbred and sealed by facsimile under ed by seaway of the followed resolution adopted by the Executive and Finance Committees of the Boatde of Director of Wheats Insurance Compere, United Pacific Inatome Company and Reliance National hdaedy Conva y by Unarmed Career dated a a February 19. 1994 and by the Erasion and Financial Committee of the Board of Director of Reliance Surety Compare by Unfmod Caw.. dated . of Mach 31, 1004. "Resolved the the signature, of such *octan and officers and the seal of the Compere may be sffxed to any such Power on Attorney or eery certificate, related thereto by Iaeamile.sd any such Pews a Attorney a certificate berld such facsimile senate, or femme, sea Mull be valid aril bindid Won In Company ad are such Power se executed and Mined by herr signature, and facsimile sea stud bo valid ed binding Wal the Company, in tie Mus with respect to eery bond ce undertaking to Larch it is attached.' IN WITNESS WHEREOF, the Companies have caused these presents to be signed and their corporate seals to be hereto affixed, this February 1, 1998. STATE OF Pennsylvania COUNTY OF Philadelphia se. On this, February 1, 1998, before me, Valencia Worthen, personally appeared David T. Akers, who acknowledged himself to be the Senior Vice 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 for the purpose therein contained by signing the name of the corporation by himself as its duly authorized officer. RELIANCE SURETY COMPANY RELIANCE INSURANCE COMPANY UNITED PACIFIC INSURANCE COMPANY RELIANCE NATIONAL INDEMNITY COMPANY Cidat- In witness whereof, 1 hereunto set my hand and official seal. Notarial Seal Public Valencia Wortham, Notary ty My Commlisnia,sionPExpiresPNov. B 2000 Notary Public in and for the State of Pennsylvania Residing at Philadelphia 1, Anita Zippsrt, Secretary of RELIANCE SURETY COMPANY, RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMPANY, and RELIANCE NATIONAL INDEMNITY COMPANY do hereby certify that the above end foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this _ day of m ash os rCuts SGL i fernt, °FloWA/ Secretary 19 eta 1:13dVd 311HM NO ON1108ONOVB 03H0100 V SVH 1N3LNf1300 81141. 30 33V3 9111 ZWYo25 5/6P/i-rugs STAFF REVIEW X `AGENDA REQUEST, City Council meeting of March 17, 1998 4'eS• 33- 98 Ghny omit / /rood /e/ ICROFILMED 6-S'9i FROM: Don Bunn Name Engineering Division Public Works Department ACTION REWIRED: The Mayor's signature on Change Order No. 1 for $24,246.60 in connection with the Arlington Terrace Reconstruction. COST TO CITY: $ 24,246.60 Cost -This Request 4470 9470 5809 00 Account Number 98072 Project Number $ 226,000.00 Category/Project Budget IRS,1lot 00 Funds Used To Date ? c %3S. 06 $ J0. -0-00.0o Funds Remaining Street Construction Category/Project Name Program Name Sales Tax Fund Category B G T,CONTRACT REVIEW: udget Coordinator 4 v Purchasing Officer X /Budgeted Item 7/98 ate Date Date CMQ 62-3 Date Budget Adj. Attached Administrative Services Director Internal Au Date 4 Date 6'-1/ 4 itor Cn2. Date STAFF RECOMMENDATION: It is the recommendation of the Staff that the Mayor execute Change Order No. 1 in the amount of $24,246.60. Admii42is D441 ctor Ma or 2/18/98 Date Date )a e 44/9 Date Y Cross Reference New Item: Yes Prev Ord/Res #: ✓ -d Orig Contract Date: 3 /l v/�f) • ARLINGTON TERRACE RECONSTRUCTION CHANGE ORDER NO. 1 Description of Change Order No. 1 This change involves the re -working of the intersection at the north intersection of Arlington Terrace and Kings Drive and the installation of a french drain in the same intersection. The work is detailed on a plan sheet entitled "Change Order No. 1". Cost of Change Order No. 1 Existing Unit Prices Items: 1. Curb and Gutter L.F. 170 @ 9.66 2. Concrete Paving S.Y. 270 @ 33.40 4. Gravel (Hillside) T.Y. 220 @ 19.27 Subtotal New Prices: 1. Four (4) Inch PVC L.F. 2. Washed Gravel C Y. 3. Disposal of Waste L S 4. Landscape Res. L S Subtotal 75 @ 19.00 7 @ 18.00 Total Price, Change Order No. 1 Original Contract Price Change Order No. 1 Revised Contract Price $195,509.16 24, 246.60 $219,755.76 Approvals City of Fayetteville Mobley Const. Mayor Fred Hanna N Ronald n U V/Y $ 1,642.20 9,018.00 4.239.40 $14,889.60 $ 1,425.00 126.00 4,125.00 3, 681.00 $ 9,357.00 $24,246.60 9 ate Date FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Mcryor Fred Hanna From: Don Bunn, City Engineer Thru: Kevin Crosson, Public Works Director Charles Venable, Asst PW Director Subject: Change Order No. 1 Arlington Terrace Reconstruction Date: June 2, 1998 Attached for your review and approval is Change Order No. 1 in connection with the Arlington Terrace Reconstruction project. The change being requested involves the improvement of the north intersection of Arlington and Kings Drive. Subsurface water at that location and the generally poor condition of the Kings Drive have combined with the contractor's equipment usage at that point has caused a failure of most of the intersection. Also, we are installing a french drain in an attempt to protect the intersection in the future. The estimated cost of the work is $24,246.00, making the total contract price $219,755.76. A total of $225,509.16 was approved by the Council for the project. • RESOLUTION NO 33-98 A RESOLUTION AWARDING A CONSTRUCTION CONTRACT IN THE AMOUNT OF $195,509.16, PLUS A CONTINGENCY AMOUNT OF $30,000, TO MOBLEY CONSTRUCTION FOR THE ARLINGTON TERRACE RECONSTRUCTION PROJECT; AND APPROVAL OF A BUDGET ADJUSTMENT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1 That the City Council hereby awards a construction contract in the amount of $195,509.16, plus a contingency amount of $30,000, to Mobley Construction for the Arlington Terrace Reconstruction Project; and authorizes the Mayor and City Clerk to execute said contract. A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof. Section 7 The City Council hereby approves a budget adjustment in the amount of $226,00 increasing Street Improvements, Acct. No. 4470 9470 5809 00, Project 98072 decreasing Bridge & Drainage Improvements, Acct. No. 4470 9470 5817 00, Project 97042. PASSED AND APPROVED this 17`" day of March 1998. ATTEST: By. • /24% Heather Woodruff, City rk APPROVED: • • By •: j/— % Fred Hanna, Mayor • • • • EXHIBIT. A DETAILED SPECIFICATIONS AND CONTRACT DOCUMENTS MICROFILMED ARLINGTON TERRACE RECONSTRUCTION BID NO. 98-4 January 1998 CITY ENGINEERING DIVISION CITY OF FAYETTEVILLE CITY HALL, 113 WEST MOUNTAIN STREET FAYETTEVILLE, ARKANSAS • UNITED PACIFIC INSURANCE COMPANY _ r 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 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. WHEREAS, the Principal has submitted a bid for: ARLINGTON TERRACE RECONSTRUCTION FAYETTEVILLE, 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" t "- r.6">> Signed and sealed FEBRUARY 10, 1998 `, 4? - '� 4 E c � ^s_ c' MOBLEY CS1N'$RACTORS, INC. y:/� . 4 MA less UNITED PACIFIC INSURA By: /(Yd7,7[X WILLIAM H. GRIFFIN Attorney-in-fact COMPANY :A' O. M3IA 01 31ONV NV 1V 01014 - )IUVW831VM 1VI31dIIHV NV SNIVINO3 1N341f1300 SIHI dO N3V8 3HI RELIANCE SURETY COMPANY UNITED PACIFIC INSURANCE COMPANY RELIANCE INSURANCE COMPANY RELIANCE NATIONAL INDEMNITY COMPANY ADMINISTRATIVE OFFICE, PHILADELPHIA, PENNSYLVANIA POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, that RELIANCE 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 Commonwealth of Pennsylvania and that RELIANCE NATIONAL INDEMNITY COMPANY is a corporation duly organized under the laws of the State of Wisconsin (herein collectively celled *the Companies') and that the Companies by virtue of signature and seals do hereby make, constitute and appoint Knight Cashion, Benson A. Cashion, Matthew Knight Cashion, Jr.. Judy Schoggen, William H. Griffin, William R. Plegge, Cynthia L. Wadley., of Little Rock, Arkansas their true end lawful Attorney(sl-in•Fect, to make, execute, seal and deliver for and on their behalf, and as their act end deed any and all bonds and undertakings of suretyship and to bind the Companies thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the Companies and sealed and attested by one other of such officers, and hereby ratifies and confines all that their said Attorney(s)-in-Fact may do in pursuance hereof. This Power of Attorney is granted under and by the authority of Article VII of the By -Laws of RELIANCE SURETY COMPANY, RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMPANY, and RELIANCE NATIONAL INDEMNITY COMPANY which provisions are now in hill force and effect, reading as follows: ARTICLE NI • EXECUTION OF BONOS 1,4140 UNOERTAXINOS 1. The gag of Diatom. the President the Channon el the Sora, any Serve hip PnwdoM, env Nes Pea -are et Arima a Vin Prelude* w otter eMlcr dseicmed by the Seed of Diree:en V S h..n oewr end tshety to la; appoint Atenryts` a.F t and to ev wiz• Mom to execute en behalf or the Camyay, baits arnd vWnnWryd. recogwia tee. connects of indemnity and other VI/MM. obgnery in the nouns thereof. and Ibl to remove any such AttenrybHmFeet et New tome N evoke deo power mg snthety per to them. 2. Attorney.I-inFect shall have pews rhe euthonty, subject to the terms and Iimitlone of the Power of Attorney Surd to them, to execute deliver an behalf af the Camp n , bonds end undertakings, recognizance., contracts of indemnity ad other vintage *gigaton in the body* tfreef. The capers Md is not heceesry fa the vea}ty et any bonds and undertaking*, reogiyiaheae, contacts a indemnity ity and ether writing* oblgray in the neve thereof. 3. AttorpeyleNnFct shell have power and authority 10 execute affidavits r.gw.d to be method to band*, rnogrdianeM, contracts of indemnity et other conditional et obligatory undertakings rub they sole is. have pear end authority to certify the financial reement of the Gewgaw ere te copes of the Illy -Len of the Company to ow rues or section torso. Tlie Pews s Attorney is waned and *seed by Iaoknn under ed by authority of IM foarw,rr resolution Waxed by the Executive and Henna. Commmen of the aero of Directors s Rskao. Inflame. Cantoem, Urged Pudic (rrxa cal Compare/ and Reliance National Indemnity Cemprly by Unwmad Consent del ea of February 211, 1904 end by We Executive red Financial Committee of the Saud al 0*Men Of Reliance Surety Camper by Unanimous Crest del as of Mrt 31, 1994. 'Resolved that the sienna. s such dinette*, and officers and the nal Of the Company may be affixed to any such Power of Attorney or any certificate relating thereto by faaimM,rnd ay such Fewer of Attorney or certificate bong such fame .ywvee et lecsmile ass she be valid end binding upon Mei Canpahy and rry such Power se executed and artfied by facsimile Spnsuw and lace rnlle net Nal be valid and binding open the Company. n to fuse with respect to MY IUM undertaking to wlvch n le attached.' IN WITNESS WHEREOF, the Companies have caused these presents to be signed and their corporate seals to be hereto affixed, this February 1, 1998. STATE OF Pennsylvania COUNTY OF Philadelphia RELIANCE SURETY COMPANY RELIANCE INSURANCE COMPANY UNITED PACIFIC INSURANCE COMPANY RELIANCE NATIONAL INDEMNITY COMPANY On this, February 1, 1998, before me, Valencia Wortham, personally appeared David T. Akan, who acknowledged himself to be the Senior Vice President of the Reliance Surety C.ompeny, and the Vice Freskient u( Reliance insurance Company, United Pacific Insurance -Company, end Reliance National Indemnity Company and that as such, being authorized to do so, executed the foregoing instrument for the purpose therein contained by signing the name of the corporation by himself es its duly authorized officer. In witness whereof, I hereunto set my hand and official seal. Notarial SeatpPuWio Valencia Wonham, Notaryty MyCommisnsionPExpi es Now. 8 20W Notary Public in and for the State of Pennsylvania Residing at Philadelphia 1, Anita Zappert, Secretary of RELIANCE SURETY COMPANY, RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMPANY, and RELIANCE NATIONAL INDEMNITY COMPANY do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in hill force and effect. IN WITNESS WHEREOF, I have hereunto set my hand anu affixed the seals of said Companies this 1 Otaey of February 19 98 Secretary 83dVd 31114M NO ONfOHO)13V8 0380103 V SVH 1N3Wf1000 SIH1 d0 30Vd 3111 ADDENDUM NO. 1 Bid Opening Time cmd Date Revision The time and date set for opening Bids is hereby changed 1 FROM: 2:00 P.M. on February 3, 1998 1 TO: 2:00 P.M. on February 10, 1998 1 1 1 1 r City of Fayetteville Engineering Division Monday, January 26, 1998 DETAILED SPECIFICATIONS AND CONTRACT DOCUMENTS ARLINGTON IU -(RACE RECONSTRUCTION BID NO. 98- 4 January 1998 OPENING: FEBRUARY 3, 2:00 PM, ROOM 326 CITY HALL, 113 WEST MOUNTAIN STREET FAYEITEVIII F, ARKANSAS Table of Contents 1. Advertisement for Bids 3 2. Instructions to Bidders 4 3. Statement of Bidder's Qualifications 13 4. Bid Proposal 15 5. Contract 17 6. Form of Arkansas Performance and Payment Bond 19 8. Standard General Conditions of the Contract 22 9. Supplement to the General Conditions 23 10. Detailed Specifications 26 10 (a) Part I, Contract Stipulations 27 10 (b) Part II, Material Specifications 34 10 (c) Part III, Construction Specifications 35 10 (d) Part N, Minimum Street Standards 38 2 ADVERTISEMENT FOR BIDS Arlington Terrace Reconstruction, Bid No. 98-4 City of Fayetteville, Arkansas Sealed bids for the construction of improvements to Arlington Terrace will be received by the City of Fayetteville, Arkansas in Room 326, City Administration Building, 113 West Mountain Street, Fayetteville, Arkansas 72701, until 2:00 p.m. local time on Tuesday, February 3, 1998 and then at said office publicly opened and read aloud. The proposed work generally consists of the reconstruction of the existing Arlington Terrace in place. The Contract Documents, including detailed plans and specifications for the work may be examined and obtained at the City of Fayetteville Engineering Office, Room 004, City Administration Building, 113 West Mountain Street, Fayetteville, Arkansas. Each bid must be accompanied by a cashier's check or surety bond in an amount of five (5) percent of the whole bid. Said bond shall be issued by a resident local agent who is licensed by the Arkansas State Insurance Commissioner to represent the surety company executing scud bonds, and filing with such bonds his power of attorney. The mere countersigning of the bonds by a resident agent shall not be sufficient. In the event the successful bidder fails, neglects, or refuses to enter into the contract for the construction of said work and furnish the necessary bonds in accordance with the Contract, the owner will retain scud check or bond as liquidated damages. All bids shall be sealed and the envelope addressed to the City of Fayetteville, Purchasing Office, Room 306, 113 West Mountain Street, Fayetteville, Arkansas 72701, and clearly marked on the bid envelope shall be the following mformation: The Bid Number, the project title, the date of the bid opening, the time of the bid opening, and the bidding contractors' name and license number. All bidders shall be licensed under the terms of Act 150 of the 1995 Acts of the Arkansas Legislature. No bidder may withdraw his bid within sixty (60) days after the actual date of bid opening. The City of Fayetteville reserves the right to reject any and all bids and to waive any formalities as deemed to be in the best interest of the City of Fayetteville. 3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I� INSTRUCTIONS TO BIDDERS• 1. Defined Terms. Terms used in these Instructions to Bidders which are defined in the Standard General Conditions of the Construction Contract shall have the meanings assigned to them m the General and Supplementary Conditions. The term "Bidder" means one who submits a Bid directly to the Owner, as distinct from a sub -bidder who submits a bid to a Bidder. The term "Successful Bidder" will mean the lowest, qualified responsible and responsive Bidder to whom Owner (on the basis of Owner's evaluation as hereinafter provided) makes an award. The term "Bidding Documents" includes the Advertisement or Invitation to Bid, Instructions to Bidders, the Bid Proposal Form, and the proposed Specifications and Contract Documents (including all Addenda issued prior to the receipt of Bids). 2. Copies of the Bidding Documents. Complete sets of the Bidding Documents in the number and amount, in any, stated in the Advertisement to Invitation to Bid may be obtained from the Engineer upon request. Complete sets of Biddmg Documents must be used in preparing Bids. Neither the Owner nor Engineer assumes any responsibility for error or misunderstandings resulting from the use of incomplete sets of Bidding Documents. Owner and Engineer in making copies of Bidding Documents available on the above terms do so only for the purpose of obtaining Bids on the Work and do not confer a license or grant for any other use. 3. Oualifications of Bidders. When included with, and made a part of the Bid Proposal, the Bidder must submit a completed "Statement of Bidder's Qualifications" as part of the Bid Proposal The "Statement of Bidder's Qualifications" is required to demonstrate qualifications to perform the Work and will be used in evaluating all bids as a basis for award. 4. Examination of Contract Documents and Site. 4.1. It is the responsibility of each Bidder before submitting a Bid, to: (a) examine the Contract Documents thoroughly, (b) visit the site to become familiar with local and specific conditions which may affect cost, progress, safety, performance or furnishing of the Work, (c) consider all Local, State and Federal Regulations and Laws which may affect cost, progress, safety, performcmce or furnishing of the Work, (d) study and carefully correlate Bidder's observations with the Contract Documents, and 4 (e) notify Engineer of any and all conflicts, errors or discrepancies in the Contract Documents. 4.2 Information and data reflected in the Contract Documents with respect to Underground Facilities at or contiguous to the site is based upon information and data furnished to the Owner and Engineer by owners of such Underground Facilities or others, and Owner nor Engineer does not assume responsibility for the accuracy or completeness thereof unless it is expressly provided otherwise in the Supplementary Conditions. 4.3 Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders on subsurface conditions, Underground Facilities and other physical conditions, and possible changes in the Contract Documents due to differing site conditions appear in Article 4 of the General . Conditions and any associated Supplementary Conditions. 4.4 Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain any additional information, examinations, explorations, tests and studies which pertain to the physical conditions of the surface and subsurface at, or contiguous to the site or otherwise which may affect cost, progress, safety, performance or furnishing of the Work and which the Bidder deems necessary to determine the Bid for performing and furnishmg the Work in accordance with the time, price and other terms and conditions of the Contract Documents. 4.5 Upon request in advance, the Owner will provide each Bidder access to the site to conduct any observations, explorations and tests as each Bidder deems necessary for submission of a Bid. Bidder shall be required to fill in all holes and to restore all property to its former condition. 4.6 The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by the Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary facilities or storage of materials and equipment are to be provided by the Contractor. Easements for permanent structures or permanent changes in existing structures are to be obtained in advance by the Owner unless specifically noted otherwise in the Contract Documents. 4.7 The Bidder must satisfy themselves of the accuracy of the estimated quantities in the Bid schedule by examination of the site and a review of the drawings and specifications including any Addenda. After bids have been submitted, the Bidder shall not assert that there was any misunderstanding concerning the quantities of Work or the nature of Work to be performed. 4.8 The submission of a Bid will constitute an irrevocable representation by Bidder that he has complied with every provision and requirement of this paragraph four, that without exception the Bid is premised upon performing and furnishing the Work required by the 5 Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing the Work. 4.9 The AHTD Standard Specifications contained in the "Standard Specifications for Highway Construction," Edition of 1993, published by the Arkansas State Highway Commission are referenced cmd made a part of the Specifications and will apply to specific instances and projects as noted on the Plans and within the Specifications. These Standard Specifications are available for inspection in the Engineer's Office or may be obtained from the Arkansas State Highway Department, Little Rock, Arkansas. 5. Interpretations and Addenda. All questions about the meaning or intent of the Contract Documents are to be directed to the Engineer. Interpretations or clarifications considered necessary by the Engineer in response to such questions, and/or any information deemed necessary by the Owner or Engineer, will be issued by Addenda mailed or delivered to all parties recorded by the Engineer as having received the Bidding Documents Only questions answered and/or other information furnished by formal written Addenda will be binding. The Point of Contact for questions and clarifications for this specific project is Don Bunn, P E , City Engineer (501) 575-8206. 6. Bid security. Each Bid must be accompanied by Bid security made payable to the Owner in cm amount of five percent (5%) of the Bidder's total maximum bid price and in the form of a certified or bank check or a Bid Bond (on form attached, if a form is prescribed and included) issued by a surety meeting the requirements of the General and Supplementary Conditions. The Bid security of the Successful Bidder will be retained until such Bidder has executed the Agreement and furnished the required contract security, whereupon the Bid security will be returned. If the Successful Bidder fails to execute and deliver the Agreement and furnish the required contract security within 15 days after the Notice of Award, Owner may annul the Notice of Award and the Bid secunty of that Bidder will be forfeited. The Bid security of other Bidders whom the Owner believes to have a reasonable chance of receiving the award may be retained by Owner until the earlier of the seventh day after the Effective Date of Agreement or the 61st day after the Bid opening, whereupon the Bid security furnished by such Bidders will be returned. Bid security with Bids which are not competitive will be returned within 10 days of Bid opening. 7. Contract Time. The number of days within which, or the dates by which, the Work is to be substantially completed are as set forth in the Bid Proposal Contract Agreement and Technical Specifications. 6