Loading...
HomeMy WebLinkAbout155-02 RESOLUTIONRESOLUTION NO. 155-02 A RESOLUTION TO APPROVE A CONSTRUCTION CONTRACT IN THE AMOUNT OF $1,090,270.00, PLUS A PROJECT CONTINGENCY OF $109,027.00 WITH TOWNSHIP BUILDERS, INC. FOR THE CLEVELAND STREET IMPROVEMENTS 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 of the City of Fayetteville, Arkansas hereby approves the construction contract attached as Exhibit A with Township Builders, Inc. in the amount of $1,090,270.00, plus a project contingency of $109,027.00 for the Cleveland Street Improvements Project. Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment in the amount of $532,181.00 attached as Exhibit B to fund this project PASSED and APPROVED this 15th day of October, 2002. ATTEST: By: /ice IE{eather Woodruff, City C e k APPROVED: By: /1 ./_/'% DAN COODY, Mayopr i NAME OF FILE: CROSS REFERENCE. Item # Date Resolution No.155-02 Document 1 10/15/02 Resolution # 155-02 2 09/30/02 Staff Review Form 3 11/01/02 Contract 4 11/01/02 Performance Bond 5 11/01/02 Payment Bond 6 11/25/02 Budget adjustment 7 12/09/02 Memo from Heather Woodruff, City Clerk to Sid Norbash, Engineering NOTES: STAFF REVIEW FORM ___ AGENDA REQUEST ____ CONTRACT REVIEW GRANT REVIEW For the Fayetteville City Council meeting of October 15, 2002 FROM: Sid Norbash ►�/Engineering Public Works Name Division Department ACTION REQUIRED: Approval of: (1)The construction contract in the amount of $1,090,270.00, with Township Builders, Inc. for Cleveland Street Improvements Project (Hall to Leverett). (2)A 10% Project Contingency in the amount of $109,027.00 (3) The related budget adjustment. This is a CIP project scheduled for 2002 construction. COST TO CITY: $1.299,297.00 $768,339 Cleveland St. Improvements _Cost of this Request Category/Project Budget Category/Project Name 4470-9470-5809-00 Account Number 01011-20 Project Number $14,269 Capital Street Imprvts. Funds Used To Date Program Name $754,070 Sales Tax Remaining Balance Fund B_ T/ X Budgeted Item X Budget Adjustment Attached BudgetCoord' ator Administrative Services Director CO/ L:• T/GR T E REVIEW �= GRANTING AGENCY: o ng_Manag� at•2 02 A� CoordinatorDace qUifor City Att rney Date Internal Audi r Date Purchasing Officer Date STAFF RECOMMENDATION: Approval of the contract, contingency, and the related budget adjustment. D �roonf)'ea j/ De rtmement Director ay Z9•a2 Date q 27-0Z dministrative Services Director Mayor Date 9- 2'I -o2 Date Cross Reference New Item: Yesj No Prev Ord/Res #: Orig Contract Date: Orig Contract Staff Review Form Description/ Cleveland Street Impvts. Meeting Date 10-15-2002 Project Name Construction Contract Comments: Reference Comments: Budget Director Accounting Manager City Attorney Purchasing Officer ADA Coordinator Internal Auditor FAYETTEVIL4,E THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE • To: Fayetteville City Council Thru: Dan Coody, Mayor Greg Boettcher, PWD Jim Beavers, City Engineer From: Sid Norbash, Staff Engin&er Date: September 26, 2002 Re: Cleveland Street Improvements (Hall to Leverett) Award of Construction Contract Background: The above referenced project is a Capital Improvement Project which is scheduled for construction in 2002, as part of City's Streets Capital Improvement Program. Scope: The existing Cleveland Street will be improved with the installation of curb and gutter, drainage system and street reconstruction. The limits of this project are Hall Ave. And Leverett, for a distance of 2000 feet. Status: Crafton,Tull & Associates, Inc. has designed this project. There were seven plan holders, and four contractors responded with official bids. Bids were received on September 25, 2002„ and the results are as follows: Contractor Total Bid Township Builders, Inc. Jerry D. Sweetser, Inc. Mobley Contractors, Inc. APAC-Arkansas, Inc. Engineer's Estimate For additional information please tabulation sheet. $1,090,270.00 $1,099,429.50 $1,237,966.89 $1,433,868.40 $1,065,040.35 refer to the attached bid • • City Council Page 2 Recommendations: Crafton, Tull & Associates has recommended to award the bid to the low bidder Township. Staff is requesting the following approvals: (1) Award of the contract to Township Builders, Inc. In the amount of $1,090,270.00. (2) A project contingency in the amount of $109,027.00 (3) Approval of the related budget adjustment. Funding: The CIP funding for this project uses Sales Tax fund. The project has had an overall funding of $768,339, and to date land acquisitions and Engineering and other expenses have been charged to this project; resulting a balance of $754,070, necessitating the attached budget adjustment. SN/sn attachments: Vicinity Map Copy of Contract Budget Adjustment Bid Tabulation 0) z x a Q�. r R, JAMES C \ OAK PLAZA SHOPPING CENTER HOLLY C. J BECK DR HOLLY HAZEL ROAD 0 0 ct N0 FIRE STA. NO. 2 LEVERETT i ELEM. SCH. CLEVELAND CARD tVELL LN L.1 0 0 ❑ w n HUG4: S SITE BERRY EAGLE UNIVERSITY 111 RAZORBACK STADIUM OF w 0 z CA' 0 \00 ARKANSAS 0 1 0 Lai w TH w PATRICIA LN L w 0 z ADAMS HAWTHORN w TAYLOR DC U LAS J r MAPLE w 0) 0) z 0 W w z 0 J PI WIL5 ILA z w D � Z R GAN L WATSON c w WILLIAM DICKSON ARTS CENTER VICINITY IN • � T f� • • • • • • CONTRACT THIS AGREEMENT, made and entered into the 15th day of October 9t,y,QQ?, by and between the City of Fayetteville, County of Washington, State of Arkansas, Party of the First Part, hereinafter called the Owner, and Township Builders, Inc. of the City of Little Rock, Arkansas the Second Part, hereinafter called the Contractor. Party of WITNESSETH THAT: MN - WHEREAS, the Owner has called for bids for Cleveland Street Improvements as setout in the Plans and Specifications and approved by the City of Fayetteville, Arkansas; and WHEREAS, pursuant to the published calls for bids under said Plans and Specifications, the Contractor is the lowest and best qualified bidder for the construction of said Improvements NOW THEREFORE, the Contractor agrees with the Owner to commence and complete the construction of. Cleveland Street Bid No. 02-15 which shall be the 'portion of Cleveland Street between Hall and Leverett in Fayetteville, Arkansas; including all Work required for a complete and acceptable installation, for the unit and lump sum prices bid in the Bid Proposal, all of which become and are a part of this Contract, the total sum thus being One Million Ninety Thousand Two Hundred Seventy and 00/100 dollars ($1,090,270.00), such sum being the agreed amount upon which bonds and liabilities are based, and at his own cost• andexpense furnish all materials, supplies, labor, machinery, equipment,' tools, supervision, bonds, insurance and other -accessories and services necessary to complete the said construction in accordance with the conditions and prices stated in the Bid attached hereto and made a part hereof, and in accordance with the Technical Specifications„ the General Conditions; the Supplementary. Conditions, and in accordance with the Plans, which include all maps, plats, blueprints, and other drawings, and written or printed explanatory matter thereof. The Contractor agrees to commence work under this contract within ten days of the issuance of the Notice to Proceed and totally complete all work within Three Hundred (300) calendar days. CD -32 Copyright ® 2002 Crafton Tull & Associates, Inc. The Owner agrees to pay the Contractor in current funds for the performance of the contract in accordance with the accepted Bid therefor, subject to additions and deductions, as provided in the Specifications, and to make payment on account thereof as provided below. As soon as is practicable afterthe first of each calendar month, and in accordance with the Contract Specifications, the Owner will make partial payments to the Contractor for work performed during the preceding calendar month, based upon the Engineer's estimate of work completed, said estimate being certified by the Contractor and accepted by the Owner. Retainage shall •be withheld from the partial payments as provided by Arkansas state laws by the Owner until final completion and acceptance by the Owner and Engineer. The Engineer shall then issue a Final Estimate of work done based. upon the original contract and subsequent changes made and agreed upon, it any. Time is hereby expressly declared to be of the essence of this contract, and the time of beginning, manner of progress and time of completion of the work hereunder shall be and are. essential conditions hereof. The Contractor agrees to .commence work within ten (10) calendar days from the date of the Notice to Proceed and to proceed with the \ construction of the work and to prosecute the work with an adequate force and in a'manner so as to complete the work within the time stipulated herein. If the Contractor fails in completing the. contract within the time stipulated herein, the Contractor agrees • to pay the Owner, as liquidated damages the sum, of five hundred dollars ($500.00) per day for each calendar day of delay in completion, said amounts being fixed and agreed upon by and between the parties hereto. Because_of the impracticability and extreme difficulty in' fixing and ascertaining the actual damages Owner would in such event sustain, said amounts are to be presumed by the parties•to this contract to be the amounts of.damage Owner would sustain. Said amounts of liquidated damages shall be deductible from any amount due Contractor under the Final Estimate of said work, after the completion thereof, and Contractor shall be entitled any to, the Final Estimate less such amounts of liquidated damages. If the Contractor be delayed at any time in the progress of the work by any act or neglect of the Owner orof the Owner's employees, or by any other. Contractor employed by the Owner, or by changes ordered in the work, or by strikes, lockouts, fire, unusual delay in transportation, unavoidable casualties or any causes beyond the Contractor's control, or by delay .authorized by the CD -33 Copyright ® 2002 Crafton Tull & Associates, Inc. Engineer pending arbitration, or by any cause which the Engineer 1 shall decide to justify the delay, then the time of completion shall be extended for such reasonable time as the Engineer may decide. No such extension shall be made for days before claim therefor is made the case of a continuing cause necessary. delay occurring more than seven in writing to the Engineer. In for delay, only one claim is In the event the Contractor abandons the work hereunder or fails, neglects or refuses to continue 'the work after ten (10) days written notice, given Contractor by the Owner or by the Engineer, then the Owner shall have the option of 1) declaring this contract at an end, in which event the Owner shall not be liable to the Contractor for any work theretofore performed, or 2) requiring the surety hereto,:upon ten (10) days notice, to complete and carry out the contract of Contractor; and in that event, should be surety fail, neglect or refuse to carry out said contract, 3) said Owner may complete the contract as its own expense and maintain an action against the Contractor and the surety hereto for the actual cost of same, together with any damages or other expense sustained or incurred by Owner in completing this contract, less :the total amount provided for hereunder to be paid Contractorupon the completion of this contract. This contract shall be binding upon the heirs, representatives, successors or assigns of the parties hereto, including the surety. IN WITNESS WHEREOF, the Owner and Contractor have hereto set their hands and seals, respectively. Witnesses* • Firm Name By :*If corporation,. secretary should attest. Attest: CITY OF FAYETTEVILLE, ARKANSAS Dan Coody, Mayor CD -34 Copyright C 2002 Crafton Tull & Associates, Inc. • Ge Gftn, &A, . P.O. Boxra549 oRogersTull, AR 72757 479.636.48ssociates38 Fax 479.631.6224 wIncww.crattull.com September 25, 2002 Mr. Sid Norbash P E City of Fayetteville Engineering 125 W. Mountain Fayetteville, AR 72701 RE: Cleveland Street Improvements CTA No. 98073.01 Dear Sid, Bids received during the September 25, 2002 bid opening for the above referenced project are listed below. The bids were tabulated by our staff and were all found to be correct. A copy of the tabulation is attached for your use. Township Builders, Inc. Sweetser Construction Mobley Contractors, Inc. APAC-Arkansas Inc Engineer's Estimate TOTAL BID $1,090,270.00 $1,099,429.50 $1,237,966.89 $1,433,868.40 $1,065,040.35 We recommend acceptance of the low bid of $1,090,270.00 given by Township Builders, Inc. If you have any questions prior to the City Council Meeting, please call us at your convenience. Sincerely, CRAFTON, TULL & ASSOCIATES, INC. a- Bill Burnett, P.E. Enclosure (1) F:VOBFILES\98073-0IkconsfCort\Bid Recommendation.doc A r c hit e c t s Eng in e e r s & S u r v e y or s • • m bb N A O 41 0 N+ 0 0 L20.0 tO 0 CO 0 V 0 W 0 01 O a b Lb N b b b 0 b 0 0 CO 0 V 0 CO 0 L 5.0 1 A 0000 CO N+ Z0 M 3 !EXTRA INLET DEPTH [TYPE D CURB INLET W/ CAST IRON GRATE PE B 4%4' CURB INLET W/ GRATE -STD. 5' DEPTH [TYPE A 4k4' CURB INLET -STD. 5' DEPTH 114- x 23' RCHE FLARED END SECTION 124' RC FLARED END SECTION T — _— 114' x 23' RCHEP WI GRANULAR BACKFILL 6' THICK CONCRETE DRIVEWAY W/ 6' CL. 7 BASE 18' RCP CLASS 111 18' RCP CLASS 111 W/ GRANULAR BACKFILL 24' RCP CLASS III 8k4' THICK CONC. SIDEWALK W/ 4' CL. 7 BASE ACHM SURFACE COURSE TYPE 2 CONCRETE CURB 8 GUTTER 7' ACHM BINDER COURSE TYPE 2 (3'+4' COURSES) UNDERCUT 8 DISPOSAL COMP. EMBANK. - IMPORTED HILLSIDE MATERIAL ROCK EXCAVATION !COMMON EXCAVATION [CLEARING 8 GRUBBING 2 2 [TREE PROTECTION FENCING [MAINTENANCE OF TRAFFIC [CONSTRUCTION STAKING IT (NOT TO EXCEED 5% OF THE OTAL CONTRACT PRICE DESCRIPTION OF ITEMS DDt•rnTTgT- AS r 0 < 0 < n < -4r 01 r CO r 91 r CO r N r CO cGt z 25.2 + o W++ 355 102 1 230 1 5q % C.3 757 4,128 0 8 S Sg'++•48i++ 0F + On D 1 A S 0 O 1n w O 0 O $2,500.00 $2,000.00 A 0 bb O A 0 O $30.00 0 CS O �/Iq W C/101 O O EA O O a Ol O O O EA V 0 O �q ON 0 0 O O 61 CO O 0 69 i n 0 W N 0 69 O 0 000 C t ll N 0 O 0 510,000.00 $10.00', A 0 b 0 O O A 41 0 0 S $5,000.00 UNIT PRICE Engineer Estimate $2,520.00 $3,000.00 W OI O S O O (N 43 W O���l 0 o cocoa AAO O 0 O 0 69 aA O 0 $5,100.00 532,725.00 $38,970.00 $10,350.00 A N10 + O O O $43,821.00 $31,794.00 $37,152.00 $113,220.00 A N CA 0 O 0 (n O (WA 0 O 0 W 0.131.00§ 0000 O 00000 64 NOON O 49 10 O _ N0 O V! § O ,00'0000t$ 1 H W O 0 G O N 0 O O O TOTAL $150.00 69 0 0 W 0 0 $1,700.001 AA 0 0 0 0 V 0 VV O W S Ap Oo 0 64 N 0 CO S $28.00 �pq A+ N 0 0 N 0 $14.00 W 0 O V S 69 O bb o 0 A W S 0 (p A 0 N W bb p S O AAS O S 0 W b S IUNIT PRICE Township Builders. Inc. CO 0 O 00 N O O 330,000.00 $30,600.00 $700.00 00.009$ EA W <Wi l o 00 g 0 S b 539,270.00 541,568.00 $12,190.00 $31,191.00 0. A $31,794.00 545,408.00 5128,520.00 $1,400.00 $92,300.00 (0 A O bb o0 EA V 10 1 $10,000.00 0 0 b o000S SN 0 o 49 0 o EA 0 0 b 69 t0� A b O 100'002$ $2,500.001 (N� 0 0 O A+ 0 0 SSSS 0 0 O 0 ( A� 0 o $65.00 $38.00 $45.00 A O OS A 10 W 0 OO (p A A W N 0 0 0 0 A (p O 0 0 A+ O 0 0 A O 0 0 O O 0 0 A CO 0 1 $15,000.00; ;00'000'9$ 1 A N 000 0 IpV O 0 0 « 0 0 0 518,000.00 IUNIT PRICE Sweetser Const 55,040.00 N 0 N W S S $28,800.00 A pS O $500.00 a 00tO0 O 0 A O 0 -W O 0 tpM co 0 N CI O 0 N CI N O A 01 A g 331,794.00 $33,024.00 EA N N 0 O 1 31,000.001 W 0 0 O 00'000'02$ 1 V 0l 0 0000 UA to 0 to 0 A pps 0 W pNN +Do 0 A 0 0 AA W in 0 0 V Q .1 V O �OM L^ CO N W N EA N co t0 N $488.831 +1 N 041 OVI �n 0101 $48.29 $51.01 00) 0 0 t+ N p V O OWO m $19.03 $15.08 Ca thin -I 0 326,000.09 A+ 00 O+ S A O 69 t0� t0 ...CL W N $25,947.27 $53,722.58 UNIT PRICE Mobley Contractors 31,953.00 $4 318.72 t0) A N CO 0 $32,902.92 $549.72 5488.831 V COV 0 $7,013.521 $44,174.661 $12,318.4 Ay(0 A NW 0 EA ttNpO W b tWp 1_ 350,507.761 1530,287.571 571,703.361 61 O> 0 W o $1,903.00 101 V 001 m 0 N W 0 69 p O 0 O 0 mA+jl 0 O 0 l0n 0 IN N W W m Wo N tr 0 V y q 4Nf N N W Vo TOTAL 63 A OJ S AAA W W 0 O in W 0 0 S CO W N o A W 0 O a co O S {p aW A (Vl O W 0 o 0 Nl O {EA p 0 0 69 0 A o EA W (�( pp�� tO CA COt+ S 0 01 EA A N O O p A W te CO V 69 fon O es N p A F0- 0 0 pp0� 0 S W p, O 0) CA CO 0 CO 0 O W 0 O UNIT PRICE IAPAC $8,013.60 A W W 0 0 b 0 N o 0 0 b 0 W N N 0 0 O 0 A CO 0 O O o A W CO O O O 69 + 0 CO CO N W 0 A SO V tO 0 O 0 A+ 91 O W we O- 0 W + V O 0 N .f° W A O O o $32,615.671 69 O � W 0 O 69 4 w V O O EA N W N o W 40 a N V 0) 000 O A A W O 69 CO N O O $8,500.00'. CA a6969 f0 A A.00.9.00 O 000000O 10 CD O a p EAn fn b WM COO W O N W O N CC) O b TOTAL w• ocoo w C 0 C e• m � a 9 0 0a7 31.1017° • 0 3 C v m <0. Sys co co a CO o a• W CO w "' 3 a N n W 0 O a 5 - CO .13 C 3 a • 0 CO CO.79 O g O co m N E. m • • • CONTRACT THIS AGREEMENT, made and entered into the t day of NoVQ.vn'w r 2002 , by and between the City of Fayetteville, County of Washington, State of Arkansas, Party of the First Part, hereinafter called the Owner, and Township Builders, Inc. of the City of Little Rock, Arkansas , Party of the Second Part, hereinafter called the Contractor. WITNESSETH THAT: WHEREAS, the Owner has called for bids for the' construction of Cleveland Street Improvements (Hall Ave. to Leverett) as set out in the P ans and Specifications and approved by the City of Fayetteville, Arkansas; and WHEREAS, pursuant to the published calls for bids under said Plans and Specifications, the Contractor is the lowest and best qualified bidder for the construction of said Improvements; NOW, THEREFORE, the Contractor agrees with the Owner to commence and complete the construction of: the construction of Cleveland Street Improvements (Hall Ave. to Leverett) Bid No. which shall be the • Fayetteville, Arkansas; including all Work required for a complete and acceptable installation, for the unit and lump sum prices bid in the Bid Proposal, all of which become and are a part of this Contract, the total sum thus being. ONE MILLION NINETY THOUSAND TWO HUNDRED SEVENTY DOLLARS AND NO CENTS dollars($1,090,270.00), such sum being the agreed amount upon which bonds 'and liabilities are based, and at his own cost and expense furnish all materials, supplies, labor, machinery, equipment, tools, supervision, bonds, insurance and other accessories and services necessary to complete the said construction in accordance with the conditions and prices stated in the Bid attached.hereto and made a part hereof; and in accordance with the Technical Specifications, the General Conditions, the Supplementary Conditions, and in accordance with the Plans; which include all maps, plats, blueprints, and other drawings, and written or printed explanatory matter thereof. The Contractor agrees to commence work under this contract within ten days of the issuance of the Notice to Proceed and totally complete all work within Three Hundred (300) calendar days. CD -32 Copyright O 2002 Crafton Tull & Associates, Inc. i i • • • The Owner agrees to pay the Contractor .in current funds for the performance of the contract in accordance with the accepted Bid therefor., subject to additions and deductions, as provided in the Specifications, and to make payment on account thereof as provided below. As soon as is practicable after the first of each calendar month, and in accordance with the Contract Specifications, the Owner will make partial payments to the Contractor for 'work performed during the preceding calendar month, based upon the Engineer's estimate of work completed, said estimate being certified by the Contractor and accepted by the Owner. Retainage shall be withheld from the partial payments as provided by Arkansas sate laws by the Owner until final completion and acceptance by the Owner and Engineer. The Engineer shall then issue a Final Estimate of work done based upon the original contract and subsequent changes made and agreed upon, if any. Time is hereby expressly declared to be of the essence of this contract, and the timeof beginning, manner of progress and time of completion of the work hereunder shall be and are essential conditions hereof. The Contractor agrees to commence work within ten (10) calendar days from the date of the Notice to Proceed and to proceed with the construction of the work and to prosecute the work with an adequate force and in a manner so as to complete the work within the time stipulated herein. If the Contractor fails in completing the contract within the. time stipulated herein, the Contractor 'agrees to pay the Owner, as liquidated damages the sum of five hundred dollars ($500.00) per day for each calendar day of delay in completion, said amounts being fixed and agreed upon by and between the parties hereto.. Because of the impracticability and extreme difficulty in fixing and ascertaining the actual damages Owner would in such event sustain, said amounts are to be presumed by the parties to this contract to be the amounts of damage Owner would sustain. Said amounts of liquidated damages shall be deductiblefrom any'amount due Contractor under the Final Estimate of said work, after the completion thereof, and Contractor shall be entitled any to the Final Estimate less such amounts of liquidated damages. If the Contractor be delayed at any time in the progress of the work by any act or neglect of the Owner or of the Owner's employees, or by any other Contractor employed by the Owner, or by changes ordered in the work; or by strikes, lockouts, fire, unusual delay in transportation,. unavoidable casualties or any causes beyond the Contractor's control, or by delay authorized by the Engineer pending CD -33 Copyright O 2002 Crafton Tull & Associates, Inc. • • • • • • arbitration, or by any cause which the Engineer shall decide to justify the delay, then the time of completion shall be extended for such reasonable time as the Engineer may decide. In. the event the Contractor abandons the work hereunder or fails, neglects or refuses to continue the work after ten (10) days written notice, given Contractor by the Owner or by the Engineer, then the Owner shall have the option of 1) declaring this contract at an end, in which event the Owner shall not be liable to the Contractor for any work theretofore performed, or 2) requiring the surety hereto, upon ten (10) days notice, to complete and carry out the contract of Contractor; and in that event, should be surety fail, neglect or refuse to carry out said contract, 3) said Owner may complete the contract at its own expense and maintain an action 'against the Contractor and the surety hereto for the actual cost of same, together with any damages or other expense sustained or incurred by Owner in completing this contract, less the total amount provided for hereunder to be paid Contractor upon the completion of this contract. This contract shall be binding upon the heirs, representatives, successors or assigns of the parties hereto, including the surety. IN WITNESS WHEREOF, the Owner and Contractor have hereto set their hands and seals, respectively. Township Builders, Inc. Firm Na1w By if corporation, secretary should attest. Attest: taw CITY OF FAYETTEVILLE, ARKANSAS CD -34 Copyright 0 2002 Grafton Tull & Associates, Inc. /EMCEmpicoersMutual Home Office • KNOW ALL MEN Little Rock, AR Casualty Company Des Moines, IowaMisr PERFORMANCE BY THESE PRESENTS: That Bond BOND We, Township Builders, No. S293839 Inc. (hereinafter called "Principal"), as Principal, and the organized and existing under the laws of the State and authorized to transact business in the State EMPLOYERS MUTUAL CASUALTY COMPANY, a corporation of Iowa with its principal office in the CITY OF DES MOINES, IOWA, of Arkansas as Surety, are held and firmly bound unto City of Fayetteville 113 West Mountain Street, Fayetteville, AR 72701 (hereinafter & No/100 called "Obligee"), in the penal sum of One Million Ninety Thousand Two Hundred Seventy DOLLARS payment and assigns, SEALED, WHEREAS, dated the Cleveland ($ of 1,090,270.00 ), good and lawful money of the United States of America, for the bind ourselves, our heirs, administrators, executors, successors presents. day of N0V9Arnbrn , 20 Q,2 . which, well and truly jointly and severalty with our seals and the above bounden 1 day of to be made, firmly by these dated we Principal has Not/ film entered into a certain written bM , 20 00 , providing contract with the above named Obligee, for the construction or supply of, Street Improvements (Hall to Leverett) which contract is hereby referred to and made a herein for the purpose of explaining but not of varying NOW, THEREFORE, THE CONDITION OF THE Principal shall well and truly keep, do and perform, contract set forth and specified to be by the said Principal in said contract specified, and shall pay over, make damage which said Obligee may sustain by reason obligation shall be void; otherwise, to be and remain PROVIDED, HOWEVER, this bond is executed action shall accrue upon or by reason hereof, to or herein; and the obligation of the Surety is and shall WITNESS: part hereof as fully and to the same extent as if copied at length or enlarging the obligation. ABOVE OBLIGATION IS SUCH, That if the above bounden each and every, all and singular, the matters and things in said kept, done and performed at the time and in the manner good and reimburse to the above named Obligee, all loss and of failure or default on the part of said Principal, then this in full force and effect. by the Surety, upon the express condition that no right of for the use or benefit of any one other than the Obligee named be construed strictly as one of suretyship only. Township Builders, Inc. Principal (Seal) By. ./// l� 744 ATT ST: (If Individual or Finn) /A/1i . Emp yers Mutual Casualty Company &At 7066(3-02) (If Corporadon rpo Traci Hankins Attomey4n•Fact r A/ EMC I Empts Mutual Casualty Compare Home Office Des Moines, Iowa Bond No. S293839 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: That We, Township Builders, Inc. Little Rock, AR (hereinafter called "Principal"), as Principal, and the EMPLOYERS MUTUAL CASUALTY COMPANY, a corporation organized and existing under the laws of the State of Iowa and authorized to transact business in the State of Arkansas (hereinafter called "Surety"), as Surety, are held and firmly bound unto the City of Fayetteville 113 West Mountain Street, Fayetteville, AR 72701 (hereinafter called "Obligee'), in the penal sum of One Million Ninety Thousand Two Hundred Seventy & No/100 DOLLARS, ($ 1,090,270.00 ), good and lawful money of the United States of America for the payment of which, well and truly to be made, we bind ourselves, our heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents SEALED with our seals and dated this day of MOVpll1'kB1v, , 20 ()a WHEREAS, the above bounden Principal has entered into a certain written contract with the above named Obligee, dated the / day of Novi niAaA 120 Az , providing for the construction or supply of, Cleveland Street Improvements (Hall to Leverett) Which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, IF the Principal shall promptly make payment to all persons supplying labor and material in the prosecution of the work provided for in said contract, then this obligation to be void; otherwise to remain in full force and virtue. SIGNED and sealed this day of AJO VQ.main , 20 Off . WITNESS: Township Builders, Inc. Principal ISeall 444it (If Individual or Firm) 410 ATTE T: Em ; loyers Mutual Casualty Company �T�Cc attilotC/ taws ,4 age AA_I�I /1 (Ir corporation) / Traci Hankins A, . - n -Fact 7067(3-02) THE FACE OF THIS DOCUMENT HAS A COLORED BACKGROUND - WHITE PAPER • BACK OF THIS DOCUMENT HAS A SIMUL/ WATERMARK - HOLD AT AN ANGLE TO VIEW. �'EM � Insura ttM. Companies &s . : V;k• .P.O Bos.7i2 i Des-Moipea,`lowa.50303 CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY-IN=FACT %. O1N'ALLM MEN'BY THESE PRESENTS, that • 1 ; pigs:Kra Mutual Casuafty;Company, an Iowa Corporation 5. Dakota Fire Insurance Company, a North Dakota Corporation EMCASCtO Insurance Company, an•lowa Corporation A. 6. EMC Property & Casualty Company, an I wa Corporation 'Un os (ns rgrEta �otynp8n rot&rpvklence, an Iowa Corporation 7;,, The Hamilton Mutual Insurance l ompa an U orpo J rinrd °' 1 il9 CAs'! r'tt a0 E 4COtinnn.12 A�a``nce C pairY, an Illinois Corporation h 1 r� ; x �'� • s Overetty as nparryN and collectively as "Companies ; eatlrdoeg, by the presents, make, constitute and"appoint TIMOTHY P.' FARRELL, CARQLYN HUNTER, MICHAEL D. HALTER; TRACI HANKINS, KEVIN BRUICK, RANDY IRVIN, ALFRED L WILUAMS, CARLA SUE HOLLIS, MARION THOMPSON, CHARLES M. ALLEN, G. ROBERT.SMITH, DALE E TEMPLE, INDIVIDUALLY, LITTLE ROCK ARKANSAS its; tnre and !Shut attoniey-in•faoq with full power and authority conferred to sign, seal, and execute its lawful bonds, undertakings, and other obligatory instruments of a : skitbr nature as Mows 4:v Y . th`akt 3 ever*. . iN AN;AMOQI MNy�,DT,EXCEEDING TEN MILLION DOLLARS £ - c ($1D,OOQ;ObO og)"� 3* 1 k{• aF b iN _@ a.. ',..rt sa '2;'9Z::( k`ca itinobtnt eas t,'U�ompany tf�ereby a*'fully and to the same extent as.d guch insirun nta were signedby the duly authorized officers of each Suds Corepanh apd l MY4/ gi isai of sald:ettaiiey orsuant;to_ttie authority hereby given are hereby ratifled'and corifumed^ <.t tfr..R "-" %z • • The authority hereby granted shag expire April 1, 2005 unless sooner revoked. • AUTHORITY FOR POWER OF ATTORNEY his Rower meydwediond executed pursuant to and by the autonryo the$(ollrnxing resolution of the Boards of Directors of cad of theCom anies at , pta3�ys Sling (f Occompany duly called and held to 19951 , s ; s , q i v yE'SFQIyElivlh�pi�es�r jer andg9hJ Executive Officer, any Vice President, the Treasurecand the Secretary of Employers Mutu Casualrripapy,shei hav2moviere andyeiltihhoor044,4Th appaktt ak0»neyS-iM3Ct and authorize the te.execute=on,behaltof. each Company and attach the seal of«therCogyiihareto,ibonQg,�,nd . • undertaldngs, reoognaanbes, contracts of indemnity and other writings obligatory in the nature thereof, and (2) to remove any such attomey-indact at any time and revoke . :. the power end authoritygivento him or her. Attomeys-in-fact shall have power and authority, subject to the terms and limitations of the Power-of-attorney issued to thorn, acute and'deliver on.behalf of the Company, and to attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and r writings obligatory in the nature thereof, and any such instrument executed by any such attomey-in-fact shall be fully and in all respects binding upon the Company: unation.aSto the validity Many power-of-attomey authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects 40.tediriBeePonkleACOmpeny.,ThelfacsJmile or mechanically repredeced,signature,,of such ofFEer whether made heretofore or hereafter whereverrappearitrg uponn"a etUt dAcnpy otanis. fir1poweriof�ett1. tan y of the Company, shall be'yai d and bind g upo �tP Cofnpany vtt the same force and affe& asthaegfi rifilutabeixed: ro?.�3 S 1NHEI EO mpamtes have caused these preserjts toibe gagnedfor each by tt e�rsofcers as shown, and the Co rrategsealszalistir, ip be�,therato'ath , y, fisw t S •X .. ' ryes 2002 :::4" •, ,, rt 1A« r - •c•: t* w • tt4x ,&:. J ffrey S. Birdsley Assistant Secretary • Seals •.`• 5�p INSUp'• .q��p, J,POP4 yce,�''•• • 4,otti NQS .1.9, % Y n:.,,;� . , „ ,. a11PNK, `%" ,` UR4NC n' 2 ;,P fl co. 0/.4' J: y,Y,t Y,6,,CAS.. 2 A%P 0/4.;y 9J•: O4p"VOgge �� c-•@ 1953 =" 2 J: O, t ; SEAL .! Tel SEAL O IIWP Nrx O0101 00 aetti Bruce G. Kelley, Chairman of Companies 2, 3, 4, 5 & 6'President of Company 1; Vice Chairman and .,CEO ofCompany ,7 ....,' OnOds)st day of #. •=: 'February pyo AD «>a2O02> ce a yand 'ibfolre pte a •SS ;:o',' f o • S. Bird 851 y Public being by me duly swoState of rn Iowa, say that theyy are and d Nare known to me to be the "° =:: Chairman, President, Vice Chairman and CEO and/or Assistant Secretary: respectively, of SEAL o each of The Companies above; that the seals affixed to this instrument are the seals of said 'bf�'401NES p ies by authorittryy of their tions; that Idrespective nBoards t was i of Directors: and that the ned and seated on behalf osaid Bruce G. Kelf each • Of the ley nand ""'4. ;Jeffre}riS. irdsley, astsucth.offibers, acknowledge the execution rf saidInstlumedt tobsothey, voluntary act and deed ofeach of the Companies. p a r3 `'s , _ Y 1 u>i; rut; My Commission E ,xpiires September 30, 2003. `t X - tom..+,.:✓ RUTA KRUMINS Commission Number 176255 lay Comm. Exp. Seot. 302003 CERTIFICATE I, David L. Hixenbaugh, Vice President of the Companies, do hereby certify that the foregoing resolution of the Boards of Directors by each of the pantos and this Power of Agway issued pursuant thereto on February 1. 2002. ooeitah TIM thy P FArne'� Carolyn Hunter, Michael D Hailer, TracnHarikins =Kevin":Buick, Randy Irvin, Alf e¢,L,VIIiilliams, ra !Aida" shim full terce and effect. Carla Sue Hollis Manori,Thompsen, Charles M. Allen, G. Robert S ale E TeMple4 In Fes mctif Y'�y}y}.,, f 1 h'a've subscribed my •name and affixed the facsimile heal of each•Companythis _L day of A/n1/u,wt {.'1 WtV*) r Notary Public in and for the State of Iowa Vice -President Form7832 (4.on "For verification of the authenticity of the Power of Attorney you may call (515) 280-2689." PAYMENT BOND mow ALL MEN 8Y THESE PRESENTS: that Township Builders, Inc. (Name of Contractor) P.O. Box 7252, Little Rock AR 72217 (Address of Contractor) a Corporation (Corporation), (Partnership), or (Individual), Principal, and hereinafter called (Name of Surety) (Address of Surety) hereinafter called Surety,. are held and firmly bound unto City cif Fayetteville, Arkansas (Name of Owner) 113 W. Mountain Street, Fayetteville, AR 72701 (Address of Owner) hereinafter called OWNER, in the penal sum of Dollars, ($ ) in lawful money of the United States, for payment of which sum well and truly to. be made, we bind ourselves, and successors, and assigns, jointly and severally, firmly by these presents. TBE CONDITION OP THIS OBLIGATION is such that whereas, the Principal entered into a certain Contract with the Owner, dated the t day of N UIfgxrjacn, 2002 , a copy of which is hereto attached and made a part hereof for the construction of: Cleveland Street Improvements (Hall Ave. to Leverett) CD -35 Copyright a 2002 Crafton Tull & Associates, Inc.