Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
40-07 RESOLUTION
• • RESOLUTION NO. 40-07 A RESOLUTION AWARDING BIDS #07-12 - #07-18 FOR, AND APPROVING THE PURCHASE OF BULK CONSTRUCTION MATERIALS AND SERVICES UTILIZED BY VARIOUS DIVISIONS OF THE CITY OF FAYETTEVILLE IN THE ESTIMATED AMOUNT OF $3,599,547.98. 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 awards Bids #07-12 - #07-18 for, and approves the purchase of bulk construction materials and services utilized by various divisions of the City of Fayetteville in the estimated amount of $3,599,547.98. PASSED and APPROVED this 6th day of March, 2007. APPROVED: ATTEST: By: DAN COODY, Mayor � G OF '. � s ' ° U: FAYETTEVILLE: s(ANS?. Jam``: "414/ SON �CI°o'' By:n mix -#-(0 SO DRA E. SMITH, City Clerk/Treasurer Perry Franklin / Ginny Apperson Submitted By City of Fayetteville Staff Review Form City Council Agenda Items March 6:2007 City Council Meeting Date Transportation Division Action Required: Operations Department Staff requests a resolution approving Bid #07-12 - Bid #07-18 for the purchase of bulk construction materials and services utilized by various divisions of the City of Fayetteville in the estimated amount of $3,599,547.98. $ 1,477,871.42 $ . 1,512,351.45 $ 509,325.11 $ 100,000.00 $ 3,599,547.98 Cost of this request 4470.9470.5814.05 4470.9470.5417.00 4470.9470.5814.00 4470.9470.5814.05 Multiple Account Number 02016/1 02052 / 1 02053/1 05039 / 1 Multiple Project Number Budgeted Item X $ 2,201,498.45 $ 2,118,612.52 $ 851,888.52 $ 260,133.00 $ 5,432,132.49 Category/Project Budget $ 266,200.03 $ 81,888.07 $ 88,362.41 $ 5,000.00 $ 441,450.51 Funds Used to Date $ , 1,935,298.42 $ 2,036,724.45 $ 763,526.11 $ 255,133.00 $ 4,990,681.98 Remaining Balance Budget Adjustment Attached Trail Development In -House Pavement Improvements Sidewalk Improvements Scull Creek Trail Corridor Multiple Program Category / Project Name Transportation Improvements Transportation Improvements Transportation Improvements Transportation Improvements Transportation Improvements Program / Project Category Name Sales Tax Capital Improvements Sales Tax Capital Improvements Sales Tax Capital Improvements Sales Tax Capital Improvements Sales Tax Capital Improvements Fund Name Depa ment D '-ct City Atto del +. ;Wire fie Date Z//4a 7 Date -7-4‘012— Previous Previous Ordinance or Resolution # Original Contract Date: Original Contract Number: N/A N/A N/A Comments: aye e NSAS ARKANSAS City Council Agenda Item To: Mayor and City Council Thru: Gary Dumas, Director of Operations From: Perry Franklin, Transportation Superintendent Ginny Apperson, Financial Coordinator Date: March 6, 2007 Subject: Request for a resolution approving Bids #07-12 - #07-18 for and approving the purchase of bulk construction materials and services utilized by various divisions of the City of Fayetteville. . Recommendation: Transportation Division staff recommends a resolution approving Bid #07-12 - Bid #07-18 for and approving the purchase of bulk construction materials and services, utilized by various divisions of the City of Fayetteville, in the estimated amount of $3,599,547.98. Background: The purchase of bulk construction materials and services is necessary to maintain the City's current infrastructure and to implement the Capital Improvement Projects outlined in the 2007 Annual Budget & Work Program. Discussion: Sealed formal bids for thermal striping, reflectorized paint marking, curb and gutter, topsoil, hillside gravel, concrete, and asphalt and aggregate materials were publicly read and the results are attached to this memo. Staff recommends awarding the thermal stnping bid to Time Striping, Inc., the reflectorized paint marking bid to Anderson Striping, the curb and gutter bid to Sweetser Construction, Inc , the topsoil bid to B Brothers Enterprises, the hillside gravel bid to Les Rogers, Inc., and the concrete bid to Beaver Lake Concrete, Inc., as the pnmary supplier, with Tune Concrete Company as a secondary supplier, for use on an "as needed" basis, in the event that Beaver Lake Concrete cannot supply the necessary materials within the time frame required to complete a project. Staff recommends awarding the asphalt and aggregate materials bid to Kiewit Southern Co. (asphalt) and Northwest Arkansas Quarries, LLC. (aggregate) as pnmary suppliers, with Hutchens Construction as the secondary supplier, for use on an "as needed" basis, in the event that Kiewit Southem Co. cannot supply the necessary materials in the time frame required to complete a project. Budget Impact: Funds for the acquisition of these materials and services have been budgeted in the Trail Development, In -House Pavement Improvements, Sidewalk Improvements, and Scull Creek Trail Corridor Capital Projects. Sufficient funding is available for the 2007 purchases. Attached: Bid 07-12 Thermal Striping Bid 07-13 Reflectorized Paint Marking Bid 07-14 Curb and Gutter Bid 07-15 Topsoil Bid 07-16 Hillside Gravel Bid 07-17 Concrete Specifications and Conditions Bid 07-18 Asphalt and Aggregate RESOLUTION NO. A RESOLUTION AWARDING BIDS #07-12 - #07-18 FOR, AND APPROVING THE PURCHASE OF BULK CONSTRUCTION MATERIALS AND SERVICES UTILIZED BY VARIOUS DIVISIONS OF. THE CITY OF FAYETTEVILLE IN THE ESTIMATED AMOUNT OF $3,599,547.98. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of ette i lle, Arkansaso hereby awards Bids #07-12 - #07-18 for, and appr ,ves e p rchase bulk construction materials and services utilized by various divisio" of th•ifrCity of Fayetteville in the estimated amount of $3,5'9, 47.98. PASSED and APP,RO Vtthis 6th APPROVED: SONDRA SMITH, City Clerk/Treasurer :031d1183O *NOTICE: Bid award is contingent upon vendor meeting minimum specifications and formal authorization by City officials. Total Bid Based on Estimates = 01 N r 2 v 2 2 o m o 0° o y N r A 0 D o x 011 m W a 0 G1 -I p F CO 7 m o. co p- 0. p D o• v c m .0 T'p J va 3ci- 0. Q. -.V 1 0 r co 3 ro 3 o " 2 0 v m m 0 0 a 0 a m°1 (n -n 3m •op y 3 CO F 3 21 'y mN -13 m CD N 0 N N O O r m O O r T N m Hot Applied Thermoplastic Railroad Emblems - Each W Hot Applied Thermoplastic Words - Each 0) m D N Hot Applied Thermoplastic Arrows - Each m ox r -I 3 c co p d o o -13 0 0. 3 0 v m 0 3- m 0 N 0 di 000'9t 0) 0) O O Ofa 0 O O O C 3 0 H1 cri O 0 0 P0 0 0 0 0 69 (r O 0 0 (n (D O 0 0 0 69 J CD 0 0 0 0 0 r 0 1 0 CO M m O N •N r O � D O A •N or M 3 1 m r r m _ CO O n D E v 5 R 0 re3 5.ill N 3 Cr n nem Description Est Qty (linear toot) 1 Reflectorized Paint Marking White (4") 44,000 2 Reflectorized Paint Marking Yellow (4") 501,000 Per each 3 Reflectorized Paint Marking Arrows 170 4 Reflectorized Paint Marking (Words only: Lane, etc.) 25 5 Reflectorized Paint Marking (Symbols only: Bike, ADA, etc.) 30 6 Reflectorized Paint Marking Yellow (4" Walk -Behind Trail) 21,120 y.. H!. ai^ 4y- yyjt TOTAL BID $79,935.00 61 W O N O O Oj O O O O Per Item *4_ ff,O. [ a'"� .. '( 8el awm, g g g 0 IA as x:H p O a TOTAL BID $40,491.00 44 0 T V N O O 0 O N O O O ID 0 0 i O •O 1011 N 3 �TY 9 fj i '14:. !4�''3;. ...i. a:NJa �)y,rI. i wwm A 0p800 64 N m Y (: N.0 g a gg Q 5LDW 10OWO 3(V• 1 TOTAL BID $46,444.60 O O O coO 0 000 O 69 O O O -- 001'03 Asphalt Stripingerviee.eV eYs,x'.t`.e _•Rh' .i5ef5i tl al .. 3 w w 4, ecn coW O WIQ .O 9,000 g' g g g d' w ml. NV1 aM.y�Zy, WC Q.$. 00 0 Q.'Vc9 TOTAL BID $54,999.00 41. w W (MO�1 O VI U O 0 g g S 3el 6 0 0 .1 m �`!h4TLy 3-. .�y- �'. 4,3 rax. ]'.% nr� -. s ,Y p aN 49 ICO N .4.1 W N A O W 0 g O g g « W xVLy�- Q O q.l 0. O O Qo- CD Og Q'yyYp��i( O. n H O Ol 3 y O m•m O e o m 3 a ti m r m 03 0 J m 0 n 0 0 0 N N 0 • TI a . 3. to N a W N -+ CD <' m - m a y a m a .Z7 y w T 1 T m �c as -ca N A m •a ti Q c, O CDt am CD (n - c) c x cc- m a Dl G) m z -1 D M N ca a O N i, (A W Z N m O O O O O m 0 0 A) m 0 0 0 Cl) a m- oN.3 m m m c 3 J. ?' 0 m N y p. 11 C C CD CD CD CD m (A (A (A (A 3 O) (n - a 3 (gyp N a N N d N O o t N T O 0 fA (A (A (A (A N N N) -I N O N O 0 O O O 0 0 0 r 0 0 0-40W Emma fl ..N). N A D A -4 1 m r m a 0 v 1 C a a 0. CD EA CV N 71 c CD 'moo`s N St AO -; NW - N' N $21,800.00 -1 oear C 4s n� Centra, EA :-.Im mi. T COcn (0 o o -I gcn Z1 TOO �a k` e . t'Z tyfi EA IV-rry'.; CO W O ot. O 0 On EQ Nm CO N 0 0 Unit Price ytt Sweetser ; * Construction " r Ferg -. egegfo.trg.giklr EA CO0 O O 0 0 O O Total Total Bid Based on Estimates = 2 Red Hillside Gravel Per Cubic Yard (Delivery Price) 5,000.00 1 Red Hillside Gravel Per Cubic Yard (Pickup) 5,000.00 4 \ � . � } gia } ill { } 69 � a ER a , Price \ 0 $17,200.00 CD\ 'tii 1 TOTAL _ e in EA _ic. Price } in I / $27,500.00 / o so f 01 0 TOTAL o 69 o e 0 ati ( i 7/m§ \ 0. \ 00'009.3£$ \ o 6 0 I-751.171 0 0 1 n m 0 a W a 0 0 0 7 10 0 c 0 O 0.0 O 3 3 0 3 3 3 3 0 0 0 0 m 2 0. ati 33 5 0 O 0 Q 0 u' N u a CO N• + O b CO V Of N A W N 3 0 1 r a m al SDN + u u 0 `� 08"4.19..0 3 : e 2' 0 om T O 3 0 0 10 m A- 0 0 0(0 aa9 —a9" F0H A 0 O m F 0 3. L C+ atm v c Ti t 3 3 �' 6 6 0 0 O S S A Z • 0 a C 0 3 III a m 3. a n x 3 0 R co 0 3a. D0. D0. > b % 3 b cc dCO N N 0 A 3 3 4000 PSI 1/1/4" Max. Aggregate Size, 4" Slump 9+ 0 N m CO N N + N 0 C C C O 00000 0 00 O 0 0 00 Z.Z 3500 PSI 111/4" Max. Aggregate Size, 4" Slump 3000 PSI 1/1/4" Max. Aggregate Size, 4" Slump O O O ce 3 0 N 1 0 0 n • m A .co to Bid 07-17, Concrete Specifications and Conditions O 10 0 ▪ ca • m 0 0 N N > j a 0 M$ V r m $28.00 $28.00 TOTAL BID Per Item v. Na ffia mm 8m 0 0 n oo 0 00 0 0. « N N oath 00 N W N> T T L T ? T 0 8 S 0 o O. O'< 0< 3 to 3« 3 0. 3 i er rt- co toa am� 0" 0':0 3'.01 S N 6- ry s' J x o a to a No Bid No Bld $18.75 $1,875.00 $19.25 4962.50 TOTAL BID $2,837.50 Per Item ZZZZZZZZZZ 0 0 0 0 0 0 0 0 0 0 W O CO CO CO CO W CO Ell 03 a a a a a a a a o: a Z 0 . W a Z 0 W a Z 0 0 a (00:1 1 .... 3 rW H, '4 Ni yl �ipn' N o a , 0 0 0 0 0 0 0 0 0 0 .....00030. - aaaaaaaaa 2 0 a 2 0 a Z 0 a T^' 0 o „, a N/A N/A $21.00 $2,100.00 $24.00 81,200.00 TOTAL BID $244,016.00 Per Item H H H y' H N aq H °> W Z p� N J . 0 0 0 0 O 0 0 H N 0 V b b 0 0 '0 0 mwy,' q. rA 'Ya O..'x �, ek, 0` f1 <m rn 0 a Q . 69 69H d N H pN .11 11I H N N O O n 0 8 8 8 0 mN H 0 0 8 b Q_ 0p0 b 0i • $ H p0 o m k rt7 0 p Per Item Extended N/A N/A $20.00 $2,000.00 N/A N/A TOTAL BID $258,310.00 69 61 VI a m v. N es 0 0 0 m 88888>88g N 8 N 8 b 8 m a. tmi4,Cont nihtt(iCCpnc 4(e`� ri.. ;;�i' �Cymppny��dy..;� r Ca H 8 m N N H P fp 8 8 8 8 53698 8 s s s 8 8 0 b N g e H N 0 8 (04 b nt a a ID I AL HIO 4255,165.00 I b H« N 8803 M 1 H b b b g b 999‘40 0 O 4) W 0O 08 88888 66_.: 8 H 8 69 8 Per Item _; , .1 :R ;.A a O. bZi ' N G .1 0 00 ; 800 889a N N b .' b b H .0 O O 0 O OI 0 8 0 8888Gbo. o0 8 •a N 0 8 0 0 o O 0 0 OEC a'�O�q', Bid 07-17, Concrete Specifications and Conditions O 10 0 ▪ ca • m 0 0 N N > j a 0 M$ V r m l031311833 430 S. *Lrr ;nil; NNHo Sano DDD D x' N o o Nn 8 u u '^«8« on00 n,0';11 C8°o 3, C 8 g 0 8 if 3f 0 a Bid 01-18, Asphalt and Aggregate Amman r.oncrere not AIA QV -raw %.aurae IYPM A talc !MLA MOHO) Asphalt Concrete Hot Mix Surface Course Type 3 (1)3- max stone) 18000 Asphalt Concrete Superpose Surface Course (12.5mm max stone) 5,000 Asphalt Concrete Hot Mix sinter (1.5- max stone) 1,000 Asphalt Concrete Cold Plant Mix Orr max stood) - 250 Delivery of Asphalt materials to job sde(within Fay. city limits) 25.000 Class 7 Base (58-2)— includes wet and dry 10,000 Concrete Aggregate • is- 500 Concrete Aggregate - 3/47 500 0 137 Stone 2500 1 Abraslves l Grit (1M- chips, washed) 500 .h'r. . l8; Fk„ t 44 2 o a 0 aN888� a8sass� 9 e 41 as, :5-- 44-4, eatv I11 8 rrtiosst, mgg$mg gaamgEa.'�� 888888 Scan gill a 8 � °� o ii o o m«.. r r ogRrn8B8$88 ni1D R yyy p8 a zm go11«... N gsAm�8 88888 $`n8 88888 Extended total Zne 5 8 000000 ���g'E+ sssas8 $SooB r v e a D . xr r. -i ° "g at 242 wr2F s�osss §§gg8 88888 a ° <a4 (4(4 ;88888 'Price per ton 8.1, y gr ; pT dt.'ar 00'018.L81.15 '8€8 g o 8 8 8 8 !Extended Wall mi"gym'„;v F i z£ z4 F F 8 s N N 0000000 8 0 reKIO ns u 8$800$$08 MUM; N��-rv_0 finp8888 8888°a1 ! pp %g $88o$oag '” S 3 FESS Fz 11 1g '8B lPrice per ton Extendedtotal 2 ,'t. «,t'NrM $8888888folococacaoP1 (4 u3gggE gg g g N g$ g 888U888;;e 1 Pried per ton Tot 5. 888g88g. Extended I total Bid 01-18, Asphalt and Aggregate Bait. ctts-7,s ;“-- ':wu.a . 4,7 , RESOLUTION NO. 52-06 A RESOLUTION AWARDING BIDS #06-21 - #06-27 FOR AND APPROVING THE PURCHASE OF BULK CONSTRUCTION MATERIALS AND SERVICES UTILIZED BY VARIOUS DIVISIONS OF THE CITY OF FAYEI"IEVILLE IN THE ESTIMATED AMOUNT OF $2,307,054.00. 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 awards Bids #06-21 - #06-27 for and approves the purchase of bulk construction materials and services utilized by various divisions of the City of Fayetteville in the estimated amount of $2,307,054.00. c� NTfi "a, �nK/TR�S 'eSY Qc••G�' �y V ° • :FAYETTEVILLE: 5. %9sy /CAN?>n .� ell"�G ° 00`‘ PASSED and APPROVED this 21st day of March, 2006. APPROVE. ATTEST: ;t ,����4_0") By: AN GOODY, M• • r RA SNIITH, City Clerk By: SO • V OI N a W N -• m 3 HOT 12" HAND APPLIED THERMOPLASTIC STOP BARS - per linear foot HOT 4" HAND APPLIED THERMOPLASTIC FOR PARKING SPACES - per linear foot HOT APPLIED THERMOPLASTIC HANDICAP EMBLEMS - EACH (BLUE BACKGROUND WITH WHITE EMBLEM) HOT APPLIED THERMOPLASTIC RAILROAD EMBLEMS - EACH IHOT APPLIED THERMOPLASTIC WORDS - (EACH HOT APPLIED THERMOPLASTIC ARROWS EACH HOT TRUCK APPLIED THERMOPLASTIC WHITE OR YELLOW (4") - per linear foot Description M pW O M O O $ 100.00 $ 750.00 $ 150.00 $ 125.00 dl WO�J A [2006 UNIT PRICE W W b O M O in O d/ J O O b O $ 750.00 $ 150.00 $ 126.00 M O W en 2007 UNIT PRICE 6uIdp;9 lewie41 0) 01 A W N + w m 3 u REFLECTORIZED PAINT MARKING YELLOW (4" WALK -BEHIND TRAIL STRIPING) - PRICE PER LINEAR FOOT REFLECTORIZED PAINT MARKING (WORDS ONLY: LANE, ETC.) - PRICED PER EACH REFLECTORIZED PAINT MARKING ARROWS - PRICE PER EACH REFLECTORIZED PAINT MARKIN (4") - PRICE PER LINEAR FOOT REFLECTORIZED PAINT MARKIN (4") -- PRICE PER LINEAR FOOT 0 0 0 n v` LECTORIZED PAINT MARKING ABOLS ONLY: BIKE, ADA, ETC.) -- ;ED PER EACH 0 R 2 g N/A $ 2 3 $ 110.00 Per each $ 100.00 $ so Per linear foot d+ 0 o 4469 L p0 0) 2006 Unit Price fA 2c o 1 --Per eah-1 fA Per each i $ 150.00 $v , : fA S fA S EA 2007 Unit Price fA oogNa07o Reflectorized Paint Marking tT A w N I Item # Street Repair - 8" Thick Driveway Approach - 6" Thick Sidewalk - 4" Thick Hand Formed "Type A" Curb and Gutter (per attached specifications) O: n a o, o 4 attached J "Type.D" Curb and Gutter specifications) Per square foot Ew O E9 O Per linear foot $ 12.00 Per linear foot 2006 UNIT PRICE to IA CO CCT 0 Per square foot ' EA UAI !, Per square foot Efl A L__ Per linear foot to Per linear foot [2007. UNIT PRICE EN U. O N i EA t0 (NT 3 a TOP SOIL - PER CUBIC YARD FOR TOP DRESSING AND LANDSCAPING PROJECTS. ALL TOPSOIL TO BE SCREENED TO REMOVE LARGE ROCKS, ROOTS, AND OTHER DEBRIS. Descripl Q $8.09 per cubic yard 2006 UNIT PRICE .4 $8.72 per cubic yard 2007 UNIT PRICE N _1, 3= gt u RED HILLSIDE GRAVEL - PER CUBIC YARD (DELIVERY PRICE) OF I e`- 3 w O- 7 :TRAVEL - PER CUBIC 1 a A G 0 40 N 0 2006 Unit Price s a b N a .a N 2007 Unit Price] i • N A W N y O CO C O V O l O's A W N Item # 0 • Aggreg ▪ Aggreg . Aggreg . Aggreg Chloride Chloride ining Ad of Watei l4" Rock ed Aggn owable F ,Ight Col ortland < crete Sa ;onry Sa 0 0 a 9 C 0 3 M N No Bid M M M N 44 M N M M M M Z 0 C 7 CS N 9 O O 01 O A V N+ N{ N N V W N + 2 00 00000m0000ino NM No Bid MEAAN 4440 No Charge 444444000000 2007 Unit Price A+ NA to 0DI V N+m —14 N- 00 O O in 00000 in O COO in 000000 be in fA0O Concrete Specifications & Conditions e;e6ei66y pue;�eydsy J to../.(O cov N A coN W N O ! i I 3 Delivery of Aggregate materials to job site (as needed within Fayetteville City Limits) Shot Rock Abrasives / Grit (1/4" chips, washed) Di co Concrete Aggregate - 3/4" Concrete Aggregate - 1.5" _ Class 7 Base (SB -2) — Includes wet and dry Delivery of Asphalt materials to Job site (as needed within Fayetteville City Limits) Asphalt Concrete Cold Plant M& (12" max stone) Asphalt Concrete Hot Mix Binder (1.5" max stone) LAsphalt Concrete Superpave Surface Course (12.5mm max stone) Asphalt Concrete Hot Mix Surface Course Type 3 (1/2" max stone) Asphalt Concrete Hot Mix Surface Course Type 2 (3/4" max stone) DESCRIPTION 0 m tl! H $ 5.00 (A (A Y! M 411 No Bid YI $ 33.201 $ 30.25 $ 30.25 c r. N O 9 O 3, W 0 fJ A 0) A OND m N N 0l O 01 W�.DI N pN O co 0 M L$ _ 6.20J H H M H H 2007 Unit Price N H 03 H M 2 0 m S M Ca 41 CO (f N J N 0 CD N CO W O N N (Q74 1 O O N O + C41 A kJ K1 (3.13.07) _ Clarice Pearman - Res. 40-07—&---- Page 1 From: To: Date: Subject: Attachments: Clarice Pearman Apperson, Ginny; Franklin, Perry 3 13 07 3:59 PM Res. 40-07 Res40-07 Bulk Materials-2007.doc CC: Audit Perry & Ginny: Attached is the above resolution passed by City Council, March 6, 2007 regarding bulk construction materials for 2007 and awarding of various bids If anything else is needed please let me know. Thanks. Clarice Clarice Buffalohead-Pearman, CMC City Clerk/Treasurer Division 113 West Mountain Fayetteville, AR 72701 479-575-8309 cpearman@cilayettevillear.us THE AMERICAN INSTITUTE OF ARCHITECTSIN t"'I ml May f c FAY�,DI (WI<F FINAL CONTRACT AMOUNTS THAT EXCEED THE ORIGINAL CONTRACT AMOUNT WILL BE CHARGED AN ADDITIONAL PREMIUM. INCLUDE Z I NV Wd THESE PREMIUM CHARGES IN YOUR CHANGE ORDER. Bond No. 322028 AIA Document A312 Performance Bond Any singular reference to Convector, Surety, Owner or other perry shall be considered plural where applicable. CONTRACTOR (Name and Address): MIKE ANDERSON DBA ANDERSON STRIPING 4218 HWY 70 EAST, CARLISLE, AR 72024 OWNER (Name and Address): CITY OF FAYETTEVILLE 113 WEST MOUNTAIN STREET FAYETTEVILLE, AR 72701 SURETY (Name and Principal Place of Business): AMERICAN CONTRACTORS INDEMNITY COMPANY 9841 AIRPORT BLVD., 9TH FLOOR LOS ANGELES, CA 90045 CONSTRUCTION CONTRACT Date: March 6th, 2007 Amount: $ 40,481.00 Description (Name and Location): ASPHALT STRIPING, CITY OF FAYETTEVILLE, FAYETTEVILLE, ARKANSAS BOND Date (Not earlier than Construction Contract Date): May 22nd, 2007 Amount: $ 40,481.00 Modifications to this Bond: [X] None CONTRACTOR AS PRINCIPAL COMPANY: (Corporate Seal) MIKE ANDERSON DBA ANDERSON STRIPING Signature: 1.. I / Name and Title: C. MICHAEL ANDERSON, OWNER U See Page 3 COMPANY: (Corporate Seal) AMERICAN CONTRACTORS WDE Y COMPANY Signs a and Title: JEREMY CRAWFORD , Attorney -in -Fact (Any additional signatures appear on page 3) FOR INFORMATION ONLY -Name, Address and Telephone OWNER'S REPRESENTATIVE (Architect, AGENT OR BROKER: or Engineer or other party): AIA DOCUMENT A312 PERFORMANCE BOND AND PAYMENT BOND DECEMBER 1984 ED., ALA® A 312-1984 THE AMERICAN INSTITUTE OF ARCHITECTS. 1735 NEW YORK AVE., N.W., WASHINGTON D.C. 20008 THIRD PRINTING - MARCH 1987 1. The Contractor and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to the Owner for the performance of the Construction Contract, which is incorporated herein by reference. 2. If the Contractor performs the Construction Contract, the Surety and the Contractor shall have no obligation under this Bond, except to participate in conferences as provided in Subparagraph 3.1. 3. If there is no Owner Default, the Surety's obligation under this Bond shall arise after: 3.1 The Owner has notified the Contractor and the Surety at its address described in Paragraph 10 below that the Owner is considering declaring a Contractor Default and has requested and attempted to arrange a conference with the Contractor and the Surety to be held not later than fifteen days after receipt of such notice to discuss methods of performing the Construc- tion Contract. If the Owner, the Contractor and the Surety agree, the Contractor shall be allowed a reason- able time to perform the Construction Contract, but such an agreement shall not waive the Owner's right, if any, subsequently to declare a Contractor Default; and 3.2 The Owner has declared a Contractor Default and formally terminated the Contractor's right to complete the contract. Such Contractor Default shall not be de- clared earlier than twenty days after the Contractor and the Surety have received notice as provided in Sub- paragraph 3.1; and 3.3 The Owner has agreed to pay the Balance of the Contract Price to the Surety in accordance with the terms of the Construction Contract or to a contractor selected to perform the Construction Contract in accor- dance with the terms of the contract with the Owner. 4. When the Owner has satisfied the conditions of Para- graph 3, the Surety shall promptly and at the Surety's ex- pense take one of the following actions: 4.1 Arrange for the Contractor, with consent of the Owner, to perform and complete the Construction Contract; or 4.2 Undertake to perform and complete the Construc- tion Contract itself, through its agents or through inde- pendent contractors; or 4.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Con- struction Contract, arrange for a contract to be pre- pared for execution by the Owner and the contractor selected with the Owner's concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract, and pay to the Owner the amount of damages as described in Paragraph 6 in ex- cess of the Balance of the Contract Price incurred by the Owner resulting from the Contractor's default; or 4.4 Waive its rights to perform and complete, arrange for completion, or obtain a new contractor and with reasonable promptness under the circumstances: reasonable promptness under the circumstances: .1 After investigation, determine the amount for which it may be liable to the Owner and, as soon as practicable after the amount is determined, tender payment therefor to the Owner; or .2 Deny liability in whole or in part and notify the Owner citing reasons therefor. 5. If the Surety does not proceed as provided in Paragraph 4 with reasonable promptness, the Surety shall be deemed to be in default on this Bond fifteen days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond, and the Owner shall be entitled to enforce any remedy available to the Owner. If the Surety proceeds as provided in Subparagraph 4.4, and the Owner refuses the payment tendered or the Surety has denied liability, in whole or in part, without further notice the Owner shall be entitled to enforce any remedy available to the Owner. 6. After the Owner has terminated the Contractor's right to complete the Construction Contract, and if the Surety elects to act under Subparagraph 4.1, 4.2, or 4.3 above, then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the Construction Contract. To the limit of the amount of this Bond, but subject to commitment by the Owner of the Balance of the Contract Price to mitigation of costs and damages on the Construction Contract, the Sure- ty is obligated without duplication for: 6.1 The responsibilities of the Contractor for correc- tion of defective work and completion of the Construc- tion Contract; 6.2 Additional legal, design professional and delay costs resulting from the Contractor's Default, and re- sulting from the actions or failure to act of the Surety under Paragraph 4; and 6.3 Liquidated damages, or if no liquidated damages are specified in the Construction Contract, actual dam- ages caused by delayed performance or non-perfor- mance of the Contractor. 7. The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Con- struction Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than the Owner or its heirs, executors, administrators, or successors. 8. The Surety hereby waives notice of any change, includ- ing changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obliga- tions. 9. Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two years after Contractor Default or within two years after the Contractor ceased working or within two years aftter the Surety refuses or fails to perform its obligations under this Bond, whichever oc- curs first. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available AIA DOCUMENT A312 PERFORMANCE BOND AND PAYMENT BOND DECEMBER 1984 ED., AIA ® A 312-1984 THE AMERICAN INSTITUTE OF ARCHITECTS. 1735 NEW YORK AVE., N.W., WASHINGTON D.C. 20006 THIRD PRINTING • MARCH 1987 able to sureties as a defense in the jurisdiction of the suit shall be applicable. 10. Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the sig- nature page. 11. When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions con- forming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory bond and not as a common law bond. 12 DEFINITIONS 12.1 Balance of the Contract Price: The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made, including allowance to the Con- `Z.j[:NEiI'I`I'l_l4 fl'IRXOTY&A tractor of any amounts received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled, re- duced by all valid and proper payments made to or on behalf of the Contractor under the Construction Con- tract. 12.2 Construction Contract: The agreement between the Owner and the Contractor identified on the sig- nature page, including all Contract Documents and changes thereto. 12.3 Contractor Default: Failure of the Contractor, which has neither been remedied nor waived, to per- form or otherwise to comply with the terms of the Construction Contract. 12.4 Owner Default: Failure of the Owner, which has neither been remedied nor waived, to pay the Con- tractor as required by the Construction Contract or to perform and complete or comply with the other terms thereof. (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company:MIKE ANDERSON DBA ANDERSON STRIPING Company:AMERICAN CONTRACTORS INDEMNITY COMPANY (Corporate Seal) (Corporate Seal) Signature: Signature: Name and Title: Name and Address: Address: AIA DOCUMENT A312 PERFORMANE BOND AND PAYMENT BOND DECEMBER 1984 3D., AIA O THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 THIRD PRINTING • MARCH 1987 title: THE AMERICAN INSTITUTE OF ARCHITECTS Bond No. 322028 AIA Document A312 Payment Bond My singular ralarenea to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): MIKE ANDERSON DBA ANDERSON STRIPING 4218 HWY 70 EAST, CARLISLE, AR 72024 OWNER (Name and Address): CITY OF FAYETTEVILLE 113 WEST MOUNTAIN STREET FAYETTEVILLE, AR 72701 SURETY (Name and Principal Place of Business): AMERICAN CONTRACTORS INDEMNITY COMPANY 9841 AIRPORT BLVD., 9TH FLOOR LOS ANGELES, CA 90045 CONSTRUCTION CONTRACT Date: March 6th, 2007 Amount: $ 40,481.00 Description (Name and Location): ASPHALT STRIPING, CITY OF FAYETTEVILLE, FAYETTEVILLE, ARKANSAS BOND Date (Not earlier than Construction Contract Date): May 22nd, 2007 Amount: $ 40,481.00 Modifications to this Bond: x None See Page 6 CONTRACTOR AS PRINCIPAL SURETY COMPANY: (Corporate Seal) COMPANY: (Corporate Seal) MIKE ANDERSON DBA ANDERSON TRIPING AMERICAN CONTRACTORS INMN Y COMPANY Signature: ` - f 1 /rif7il Signatur Name and Title: Name and ' e: C. MICHAEL ANDERSON OWNER JEREMY CRAWFORD, Attor ey-in-Fact (Any additional signatures appear on page 6) FOR INFORMATION ONLY -Name, Address and Telephone OWNER'S REPRESENTATIVE (Architect, AGENT OR BROKER: Engineer or other party): AIA DOCUMENT A312 PERFORMANCE BOND AND PAYMENT BOND DECEMBER 1994 ED., MA® THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 A312.1984 4 THIRD PRINTING - MARCH 1081 1. The Contractor and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to the Owner to pay for labor, materials and equipment furnished for use in the perfor- mance of the Construction Contract, which is incorpo- rated herein by reference. 2. With respect to the Owner, this obligation shall be null and void if the Contractor: 2.1 Promptly makes payment, directly, or indirectly, for all sums due Claimants, and 2.2 Defends, indemnifies and holds harmless the Owner from claims, demands, liens or suits by any person or entity whose claim, demand, lien or suit is for the payment for labor, materials, or equipment fur- nished for use in the performance of the Construction Contract, provided the Owner has promptly notified the Contractor and the Surety (at the address described in Paragraph 12) of any claims, demands, liens, or suits and tendered defense of such claims, demands, liens or suits to the Contractor and the Surety, and provided there is no Owner Default. 3. With respect to Claimants, this obligation shall be null and void if the Contractor promptly makes pay- ment, directly or indirectly, for all sums due. 4. The Surety shall have no obligation to Claimants under this Bond until: 4.1 Claimants who are employed by or have a direct contract with the Contractor have given notice to the Surety (at the addres described in Paragraph 12) and sent a copy, or notice thereof, to the Owner, stating that a claim is being made under this Bond and, with substantial accuracy, the amount of the claim. 4.2 Claimants who do not have a direct contract with the Contractor: .1 Have furnished written notice to the Con- tractor and sent a copy, or notice thereof, to the Owner, within 90 days after having last performed labor or last furnished materials or equipment included in the claim stating, with substantial accuracy, the amount of the claim and the name of the party to whom the materials were furnished or supplied or for whom the labor was done or performed; and .2 Have either received a rejection in whole or in part from the Contractor, or not received within 30 days of furnishing the above no- tice any communication from the Contractor by which the Contractor has indicated the claim will be paid directly or indirectly; and .3 Not having been paid within the above 30 days, have sent a written notice to the Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to the Owner, stating that a claim is being made under this Bond and enclosing a copy of the previous written notice furnished to the Contractor. 5. If a notice required by Paragraph 4 is given by the Owner to the Contractor or to the Surety, that is sufficient compliance. 6. When the Claimant has satisfied the conditions of Paragraph 4, the Surety shall promptly and at the Surety's expense take the following actions: 6.1 Send an answer to the Claimant, with a copy to the Owner, within 45 days after receipt of the claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed. 6.2 Pay or arrange for payment of any undisputed amounts. 7. The Surety's total obligation shall not exceed the amount of this Bond, and the amount of this Bond shall be credited for any payments made in good faith by the Surety. 8. Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the perfor- mance of the Construction Contract and to satisfy claims, if any, under any Construction Performance Bond. By the Contractor furnishing and the Owner accepting this Bond, they agree that all funds earned by the Contractor in the performance of the Construction Contract are dedicated to satisfy obligations of the Contractor and the Surety under this Bond, subject to the Owner's prior- ity to use the funds for the completion of the work. 9. The Surety shall not be liable to the Owner, Claimants or others for obligations of the Contractor that are unrelat- ed to the Construction Contract. The Owner shall not be liable for payment of any costs or expenses of any Claim- ant under this Bond, and shall have under this Bond no obli- gations to make payments to, give notices on behalf of, or otherwise have obligations to Claimants under this Bond. 10. The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations. 11. No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent juris- diction in the location in which the work or part of the work is located or after the expiration of one year from the date (1) on which the Claimant gave the notice required by Subparagraph 4.1 or Clause 4.2.3, or (2) on which the last labor or service was performed by anyone or the last mate- rials or equipment were furnished by anyone under the Con- struction Contract, whichever of (1) or (2) first occurs. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 12. Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the signature page. Actual receipt of notice by Surety, the Owner or the Contractor, however accomplished, shall be sufficient compliance as of the date received at the address shown on the signature page. 13. When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions con- forming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is that this AIA DOCUMENT A312 PERFORMANCE BOND AND PAYMENT BOND DECEMBER 1994 ED., ANA® A312-1984 5 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 THIRD PRINTING - MARCH 1987 Bond shall be construed as a statutory bond and not as a common law bond. 14. Upon request by any person or entity appearing to be a potential beneficiary of this Bond, the Contractor shall promptly furnish a copy of this Bond or shall permit a copy to be made. 15. DEFINITIONS 15.1 Claimant: An individual or entity having a direct contract with the Contractor or with a subcontractor of the Contractor to furnish labor, materials or equip- ment for use in the performance of the Contract. The intent of this Bond shall be to include without limita- tion in the terms "labor, materials or equipment" that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental equipment used in the MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: Construction Contract, architectural and engineering services required for performance of the work of the Contractor and the Contractor's subcontractors, and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor, materials or equipment were furnished. 15.2 Construction Contract: The agreement between the Owner and the Contractor identified on the sig- nature page, including all Contract Documents and changes thereto. 15.3 Owner Default: Failure of the Owner, which has neither been remedied nor waived, to pay the Con- tractor as required by the Construction Contract or to perform and complete or comply with the other terms thereof. (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL Company: (Corporate Seal) MIKE ANDERSON DBA ANDERSON STRIPING Signature: Name and Title: Address:4218 HWY 70 EAST CARLISLE, AR 72024 SURETY Company: (Corporate Seal) AMERICAN CONTRACTORS INDEMNITY COMPANY Signature: Name and Title: JEREMY CRAWFORD, Attorney -in -Fact Address:9841 AIRPORT BLVD., 9TH FLOOR LOS ANGELES, CA 90045 AIA DOCUMENT A312 PERFORMANCE BOND AND PAYMENT BOND DECEMBER 1984 ED. AIA® A312-1984 6 THE AMERICAN INSTITUTE OF ARCHITECTS. 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 THIRD PRINTING -MARCH 1987 A2994 American Contractors Inny �G 9841 Airport Blvd.,9'° Floor Los Angeles, California 90045- POWSF ATTORNEY Z NOW ALL MEN BY THESE PRESENTS That Ame Cofac ludemnity Company of the State of California, a California corporation, does hereby appsriiit Jeremy£raw?wA Michael D. Williams, William & Ne te, Tanya Fukushima, or Andres J. Michael ofSold t Valley, Minnesota its true and lawful Attomey(s)_in-Fact, with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in thicou of iw business _to bind the Company thereby, in an Amount not to exceed $ , 'a 3,000,000.00 """ This l wiSo€ tttjey ahaW1e re without further action on June 24,2009. This Power of Attorney is granted and is steed and sealed by facsimile under and by the authority of the following Resolution adopted by e Board of Directors of AMERIC C T$AL'TOgj gS4NrFYCOMPANY at a meeting duly called and held on the 6th day of December, 1990. "RESOLVED that the Chief Executive QffiETPreifitnor am- Vi fl'resident, Executive Vice President, Secretary or Assistant Secretary, shall have the power and authority t Ta ap mt or (s) -in -Fact and to authorize them to execute on behalf of the Company, and attach the-se-d--iflhe Company thereto - booms and m er ings, contracts of indemnity and other writings obligatory in the nature thereof and, 2. To remove, at any time, any such Attorney -in -Fact and revoke the authority given. RESOLVED FURTHER, that the signatures of such officers and the seal of the tarty -may be a ream y such Power of Attorney or certificate relating thereto by facsimile, and any such Power ofAttorney or certificate bearinvsarth feztiimiksignature orjacsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile sigru ¢s and facstmile-seafs tl be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached" TN WITNESS WHEREOF, American£ontmgt& shudwmif is pany has caused its seal to be affixed hereto and executed by its Executive Vice Frw;ident on the 9" day oJaney,B7 lVatf AMERICAN CONTRACTORS INDEMNITY COMPANY 5j ::HtL1LiH: By. STATE OF ,%I RNF= S § Adam S. Pessin, Executive Vice President - COUNTY OF L -OS ANGEEES § On this 9th day of January, 2007, before me, Steve Fedunak , a notary Sli�4cr nmly appea Adam S. Pessin, Executive Vice President of Ameriean£ontiractors Indemnity Company , personally known to {oi proved ttheonthe basis of satisfactory evidence) to ha the person(s) whose name(s) is/are subscribed to the within instrument a acknawledgedto meihat he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. STEVE FtDtJNA!( C Conlin. No, 15=78 NOTARYt u-cetsaru+w toat+arnaES CCunrr Sign a lorary wrcmam.tv.,iune2Lm MyCnnr siontxpires —29.2009 I, Jeannie J. Kim, Corporate Secretary of American Contractors Indemnit resolution adopted by the Board of Directors of said Company as set for the said Power of Attorney nor the resolution have been revoked and they IN WITNESS HEREOF, I have hereunto set my hand this 22nd day S ndNo. '32;Q2,8 y certify that the Power of Attorney and the I correct transcripts thereof and that neither and erect. 20O. - Kim, Acknowledgment of Surety State of Minnesota County of Dakota On this 22nd day of May, 2007 before me personally appeared JEREMY CRAWFORD who acknowledged that he/she is the attorney in fact who is authorized to sign on behalf of AMERICAN CONTRACTORS INDEMNITY COMPANY (surety company), the foregoing instrument, and he/she thereupon duly acknowledged to me that she executed the same. 1,CTANYA, Nota Public rY Expnss Jan.009 ACORD. CERTIFICATE OF LIABILITY INSURANCE CSR LT DATE(MM/DD/YYYY) RAVSC-1 01 03 08 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Brown -Hiller -Clark & Assoc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 5500 Euper Lane HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P. O. Box 3529 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Fort Smith AR 72913-3529 Phone:479-452-4000 Fax:479-484-5185 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A: Cincinnati Insurance Company 10677 INSURER B:_ 'INSURERC: Rausch- Coleman HOmea; LLC - - INSURERD: P. O. Box 10178 Fort Smith AR 72917 INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. NW LTR WL]L NSRE TYPE OF INSURANCE POLICY NUMBER I POLICY EFFECTIVE I DATE MMIDDm POLICY EXPIRATION DATE MM/DD/YY LIMITS A GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS MADE O OCCUR CPP0826853 01/01/08 01/01/09 EACH OCCURRENCE $1,000,000 X DflAAt PREMISES(Eaor irenre) $ 500,000 MEDEXP(Anyoneperson) $10,000 PERSONAL & ADV INJURY $1,000,000 GENERAL AGGREGATE s2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY X JECT LOC PRODUCTS - COMP/OP AGG S 2,000,000 A AUTOMOBILE LIABILITY ANYAUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS CPA0826853 01/01/08 01/01/09 COMBINED SINGLE LIMIT (Eaactldent) $1,000,000 X BODILY INJURY (Per person) $ X BODILY INJURY (Per accident) $ X PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY ANY AUTO AUTO ONLY -EA ACCIDENT $ OTHERTHAN EAACC AUTO ONLY: AGG $ $ EXCESSJUMBRELLA LIABILITY OCCUR CLAIMS MADE DEDUCTIBLE RETENTION $ EACH OCCURRENCE $ AGGREGATE $ $ $ $ A WORKERS COMPENSATION AND EMPLOYERS'PROIET0R CITY ANY R/EXECUTNE OFFICERIMEMBEREXCLUDED? If yes. describe under SPECIAL PROVISIONS below WC1849709 01/01/08 01/01/09 X TORY LIMITS I ER E.L. EACH ACCIDENT $500,000 E.L. DISEASE - EA£MPLOYEE ^ a 500, 000" E.L. DISEASE - POLICY LIMIT $500,000 OTHER DESCRIPTION OF OPERATIONS! LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Named Insured Includes: Rausch Coleman Homes of Tulsa, LLC CERTIFICATE HOLDER CANCELLATION CITY -12 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN City of Fayetteville NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL Attn: Andrea Foren IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER ITS AGENTS OR 113 West Mountain Street Room 306 REPRESENTATIV S. AUT DR E TVE Fayetteville AR 72701 ACORD 25(2001/08) ©ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER - 'The Oertificate of Insurance on -the reverse side of this forrn does not constitute ca ontrac between_ the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. 1. (2001100)