Loading...
HomeMy WebLinkAbout206-09 RESOLUTIONRESOLUTION NO. 206-09 A RESOLUTION AWARDING BID #09-57 AND APPROVING A CONTRACT WITH DANNY ROBINSON CONSTRUCTION, LLC IN THE AMOUNT OF $91,044.00 FOR THE COMPLETE INSTALLATION OF TWO (2) TRAIL BRIDGES FOR THE THIRD PHASE OF LAKE FAYETTEVILLE TRAIL; AND APPROVING A 15% PROJECT CONTINGENCY IN THE AMOUNT OF $13,656.60. 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 Bid #09-57 and approves a contract with Danny Robinson Construction, LLC in the amount of $91,044.00 for the complete installation of two (2) trail bridges for the Third Phase of Lake Fayetteville Trail. A copy of the contract, marked Exhibit "A," is attached hereto and made a part hereof. Section 2. That the City Council of the City of Fayetteville, Arkansas, hereby approves a 15% project contingency in the amount of $13,656.60. PASSED and APPROVED this 6th day of October, 2009. APPROVED: ATTEST: By:v�d4i &4M, SOND E. SMITH, City Clerk/Treasurer ,„Alii ru,,y,„ $.-1C,. • GST Y OA, •• P :U••�= . : FAYETTEVI LLE : °•••,,-/41G, Gro `.,, ldka Matt Mihalevich Submitted By City of Fayetteville Staff Review Form City Council Agenda Items and Contracts, Leases or Agreements 10/6/2009 City Council Meeting Date Agenda Items Only Engineering Division Action Required: Development Services Department Staff requests approval of a resolution awarding Bid #09-57 and approving a contract with Danny Robinson Construction, LLC. in the amount of $91,044.00 for the complete installation of the 2 trail bridges for the third phase of Lake Fayetteville Trail; and approving a 15% project contingency in the amount of $13,656.60. M $ 1r1J 'tit 6.0$ 63 54,.0.)68 ost of this request 4470-9470-5814.05 4520.9520.5814.05 Account Number 02016/4 06036 / 1 Project Number Budgeted Item X 1,434,381.00 129, 285.00 Category / Project Budget $ 700,717.62 60,035.11 Funds Used to Date 733,663.38 69, 249.89 Remaining Balance Budget Adjustment Attached L 1 Trail Development Transportation Bond Trail Improvements Program Category / Project Name Transportation Improvements Trail Improvements Program / Project Category Name Sales Tax Capital Improvements Sales Tax 2006A Construction Fund Fund Name Dep rrtment DtYector City Attorne ttnc.k.„, Fiance'and Internal ervices irector 0111:U01 Date 9147TAL 9-073-09 Date rtp09 Previous Ordinance or Resolution # Original Contract Date: Original Contract Number: Received in City Clerk's Office Comments: Revised January 15, 2009 City Council Meeting of October 6, 2009 CITY COUNCIL AGENDA MEMO To: Mayor and City Council Thru: Don Marr, Chief of Staff Jeremy Pate, Development Services Director Chris Brown, City Engineer From: Matt Mihalevich, Trails Coordinator Date: September 18ih, 2009 Subject: Lake Fayetteville Trail Bridges Installation RECOMMENDATION: Staff -requests approval of a resolution awarding Bid #09-57 and approving a contract with Danny Robinson Construction, LLC. in the amount of $91,044.00 for the complete installation of the 2 trail bridges for the third phase of Lake Fayetteville Trail; and approving a 15% project contingency in the amount of $13,656.60. BACKGROUND: Construction of phase!!! of the Lake Fayetteville Trail is underway to extend the 10 foot wide paved trail from the current end at the northeast corner of the park near Highway 265 south to the Botanical Gardens. This 1.6 mile trail extension will cross Clear Creek with a 140 foot single span bridge and the trail will also cross a small tributary near the Botanical Gardens with a 35 foot single span bridge. DISCUSSION: In an effort to reduce cost, the bridges have been purchased directly by the City from Wheeler Lumber LLC and approved through resolution #131-09. The bridges will be delivered to the bridge sites and installed by Danny Robinson Construction, LLC. The project scope of work will also include the construction of concrete foundations and abutments, pouring of the concrete bridge deck and installation of concrete approach slabs. The installation of the bridges was advertised on August 28`'' and September 4`1i 2009 as bid number 09-57 with official bids received on September 18', 2009. Six bids were received and Danny Robinson Construction Co. was low bid. The official bid tab is attached. BUDGET IMPACT: Funds for the installation of the Lake Fayetteville Bridges have been budgeted as part of the Transportation Bond Trail Development Program and Transportation Trail Improvements Program Sales Tax Capital. 1 RESOLUTION NO. A RESOLUTION AWARDING BID #09-57 AND APPROVING A CONTRACT WITH DANNY ROBINSON CONSTRUCTION, LLC IN THE AMOUNT OF $91,044.00 FOR THE COMPLETE INSTALLATION OF TWO (2) TRAIL BRIDGES FOR THE THIRD PHASE OF LAKE FAYETTEVILLE TRAIL; AND APPROVING A 15% PROJECT CONTINGENCY IN THE AMOUNT OF $13,656.60. 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 Bid #09-57 and approves a contract with Danny Robinson Construction, LLC in the amount of $91,044.00 for the complete installation of two (2) trail bridges for the Third Phase of Lake Fayetteville Trail. A copy of the contract, marked Exhibit "A," is attached hereto and made a part hereof. Section 2. That the City Council of the City of Fayetteville, Arkansas, hereby approves a 15% project contingency in the amount of $13,656.60. PASSED and APPROVED this 6th day of October, 2009. APPROVED: ATTEST: By: By: LIONELD JORDON, Mayor SONDRA E. SMITH, City Clerk/Treasurer 'TEVILLE tii�,i�ll#}l 0 Y [o J M 0) OD 0 0 .0.A ,Y/ W ti EFk Benchmark Construction 0 O Danny Robinson Construction, LLC N Fochtman Enterprises, Inc c`7 0 0 0 0 r Kinco Constructors, LLC ti' O 0 W N O Sweetser Construction I0 Tomlinson Asphalt Co., Inc. ;E: Bid award is contingent upon vendor meeting minimum specifications and formai authorization by City of CERTIFIED: 0 N m so 0 e- N Z' N } 7 ❑ o u aa ¢ uJ CO Quotes Attached No: X Divison Head ApprgXal: /, „] (7//f Is N N Q v x x it O 0 3 w p TO— n Vi 0 0 x H 0 0 3 w .. I— Approvals: Mayor: Department Director: Purchasing Manager: Finance & Internal Services Director: Budget Manager: IT Manager: Dispatch Manager: Utilities Manager: Other: ik Z'' m C O Z C O 4-5X1 R Ce P.O Number: 0 Z —io M } I' z S a Z I x 4.9 F } Extension: At' 489 Project/Subproject # w n t0 0 v to N 0 L-- City Of Fayetteville Vendor Name. Danny Robinson Construction, LLC ::;:d 0 a a 0 LL Ship to code: 104 Requester's Employee #: 2283 Account Numbers 4520.9520.5814.05 4470.9470.5814.05 Special Instructions: Per Bld 09-57 and Res -09 (Zip Code: N E QU w ITI 0) Requester: Ginny Gundlach l Matt Mihalevich Extended Cost O O N M .p w O O O A A N w Iii ooa U - O O M N +o w O O O r- r 1.9. w 3 N N IS Z- D Lot Lot Quantity Vendor #: 19353 C 0 .Q ._ u N d O Lake Fayetteville Trail Bridge Installation Lake Fayetteville Trail Bridge Installation y .- N [7 C Le) tO A ao rn DOCUMENT 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR Contract Name/Title: LAKE FAYETTEVILLE TRAIL BRIDGES Contract No.: N/A THIS AGREEMENT is dated as of the 6 -.11 ---day of ,ej t JL in the year 2009 by and between The City of Fayetteville, Arkansas and Danny Robinson Construction, LLC. (hereinafter called Contractor). ARTICLE 1 - WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The work under this Contract includes, but is not limited to: Installation of a 140 LF and 35 LF prefabricated bridge, including foundation and abutment construction, bridge deck and approach slabs and miscellaneous related items. More specifically, the project will require the following: 1. Mobilization/Demobilization 2. Stormwater & Erosion Protection 3. Clearing and Grubbing of project areas 4. Earthwork for bridge abutments 5. Foundation and concrete abutment construction for the two bridges 6. Accept delivery of the bridges and install bridges on abutments. Includes installation of the splice for the 140' bridge. 7. Place concrete bridge deck on the two bridges. 8. Install riprap stone protection at the bridge locations 9. Construct approach slabs at each end of the bridge locations. 10. Provide topsoil and seed disturbed areas at each bridge. City of Fayetteville 00500 - 1 Lake Fayetteville Trail Bridges Installation DOCUMENT 00500 — AGREEMENT (continued) 1 1. Clean bridges of any concrete debris or markings from the supplier. ARTICLE 2 - ENGINEER 2.01 The Project has been designed by the City of Fayetteville, Engineering Division, who is hereinafter called Engineer. The Engineer assumes all duties and responsibilities, and has the rights and authority assigned to Engineer in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3 - CONTRACT TIME 3.01 TIME OF THE ESSENCE: A. All time limits for milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 102 DATES FOR SUBSTANTIAL COMPLETION AND FINAL PAYMENT: A. The Work will be Substantially Completed within 60 calendar days after the date when the Contract Times commence to run as provided in the GENERAL CONDITIONS, and completed and ready for final payment in accordance with the GENERAL CONDITIONS within 90 calendar days after the date when the Contract Times commence to run. 3.03 LIQUIDATED DAMAGES: A. Owner and Contractor recognize that time is of the essence of this Agreement and that The City of Fayetteville will suffer financial loss if the Work is not completed within the time specified above, plus any extensions thereof allowed in accordance with the GENERAL CONDITIONS. The parties also recognize the delays, expense, and difficulties involved in proving the actual loss suffered by The City of Fayetteville if the Work is not Substantially Completed on time. Accordingly, instead of requiring any such City of Fayetteville 00500 - 2 Lake Fayetteville Trail Bridges Installation DOCUMENT 00500 — AGREEMENT (continued) proof, The City of Fayetteville and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay The City of Fayetteville One Hundred Fifty Dollars ($150.00) for each calendar day that expires after the time specified above in Paragraph 3.02 for Substantial Completion until the Work is Substantially Complete. After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the time specified in Paragraph 3.02 for completion and readiness for final payment or any proper extension thereof granted by The City of Fayetteville, Contractor shall pay The City of Fayetteville Seven Hundred Fifty Dollars ($750.00) for each calendar day that expires after the time specified for completion and readiness for final payment. ARTICLE 4 - CONTRACT PRICE 4.01 The CITY OF FAYETTEVILLE agrees to pay, and the CONTRACTOR agrees to accept, as full and final compensation for all work done under this agreement, the amount based on the prices bid in the Proposal (BID FORM) which is hereto attached, for the actual amount accomplished under each pay item, said payments to be made in lawful money of the United States at the time and in the manner set forth in the Specifications. 4.02 As provided in the General Conditions estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by ENGINEER as provided in the General Conditions. Unit prices have been computed as provided in the General Conditions. 4.03 Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. City of Fayetteville 00500 - 3 Lake Fayetteville Trail Bridges Installation DOCUMENT 00500 — AGREEMENT (continued) ARTICLE 5 - PAYMENT PROCEDURES 5.01 SUBMITTAL AND PROCESSING OF PAYMENTS: A. Contractor shall submit Applications for Payment in accordance with the GENERAL CONDITIONS. Applications for Payment will be processed by Engineer as provided in the GENERAL CONDITIONS. 5.02 PROGRESS PAYMENTS, RETAINAGE: A. The City of Fayetteville shall make progress payments on account of the Contract Price on the basis of Contractor's Applications for Payment as recommended by Engineer, on or about the 15th day of each month during construction. All such payments will be measured by the schedule of values established in the GENERAL CONDITIONS (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements. 1 Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and Tess such amounts as Engineer shall determine, or The City of Fayetteville may withhold, in accordance with the GENERAL CONDITIONS. a. 90% of Work Completed (with the balance being retainage). If Work has been 50% completed as determined by Engineer, and if the character and progress of the Work have been satisfactory to The City of Fayetteville and Engineer, The City of Fayetteville on recommendation of Engineer, may determine that as long as the character and progress of the Work subsequently remain satisfactory to them, there will be no additional retainage on account of Work subsequently completed, in which case the remaining progress payments prior to Substantial Completion will be an amount equal to 100% of the Work Completed less the aggregate of payments previously made; and City of Fayetteville 00500 - 4 Lake Fayetteville Trail Bridges Installation DOCUMENT 00500 — AGREEMENT (continued) b. 100% of Equipment and Materials not incorporated in the Work but delivered, suitably stored, and accompanied by documentation satisfactory to The City of Fayetteville as provided in the GENERAL CONDITIONS. 2. Upon Substantial Completion, The City of Fayetteville shall pay an amount sufficient to increase total payments to Contractor to 95% of the Contract Price (with the balance being retainage), less such amounts as Engineer shall determine, or The City of Fayetteville may withhold, in accordance with the GENERAL CONDITIONS. 5.03 FINAL PAYMENT: A. Upon final completion and acceptance of the Work in accordance with the GENERAL CONDITIONS, The City of Fayetteville shall pay the remainder of the Contract Price as recommended by Engineer and as provided in the GENERAL CONDITIONS. ARTICLE 6 - CONTRACTOR'S REPRESENTATIONS 6.01 In order to induce The City of Fayetteville to enter into this Agreement, Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents including the Addenda and other related data identified in the Bid Documents. B. Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. City of Fayetteville 00500 - 5 Lake Fayetteville Trail Bridges Installation DOCUMENT 00500 — AGREEMENT (continued) D. Contractor has carefully studied all: (l) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Contractor acknowledges that The City of Fayetteville and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the Site. E. Contractor has obtained and carefully studied (or assumes responsibility of having done so) all such additional supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost, progress, performance, and furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. F. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the performing and furnishing of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. G. Contractor is aware of the general nature of work to be performed by The City of Fayetteville and others at the Site that relates to the Work as indicated in the Contract Documents. H. Contractor has correlated the information known to Contractor, information and observations obtained from visits to the Site, reports and drawings City of Fayetteville 00500 - 6 Lake Fayetteville Trail Bridges Installation DOCUMENT 00500 — AGREEMENT (continued) identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. I. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Contractor. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. ARTICLE 7 - CONTRACT DOCUMENTS 7.01 CONTENTS: A. The Contract Documents which comprise the entire Agreement between The City of Fayetteville and Contractor concerning the Work consist of the following and may only be amended, modified, or supplemented as provided in the GENERAL CONDITIONS: 1. This Agreement. 2. Exhibits to this Agreement (enumerated as follows): a. Notice to Proceed. b. Contractor's Bid. c. Documentation submitted by Contractor prior to Notice of Award. 3. Performance, Payment, and other Bonds. 4. General Conditions. City of Fayetteville 00500 - 7 Lake Fayetteville Trail Bridges Installation DOCUMENT 00500 -- AGREEMENT (continued) 5. Supplementary Conditions. 6. Specifications consisting of divisions and sections as listed in table of contents of Project Manual. 7. Drawings consisting of a cover sheet and sheets as listed in the table of contents thereof, with each sheet bearing the following general title: LAKE FAYETTEVILLE TRAIL BRIDGES 8. Addendum number one (1) to (3) of (3). 9. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to the GENERAL CONDITIONS. ARTICLE 8 - MISCELLANEOUS 8.01 TERMS: A. Terms used in this Agreement which are defined in the GENERAL CONDITIONS shall have the meanings stated in the GENERAL CONDITIONS. 8.02 ASSIGNMENT OF CONTRACT: A. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by Law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. City of Fayetteville 00500 - 8 Lake Fayetteville Trail Bridges Installation DOCUMENT 00500 — AGREEMENT (continued) 8.03 SUCCESSORS AND ASSIGNS: A. The City of Fayetteville and Contractor each binds himself, his partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 8.04 SEVERABILITY: A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shalt continue to be valid and binding upon The City of Fayetteville and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 8.05 FREEDOM OF INFORMATION ACT: A. City contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. OTHER PROVISIONS: Not Applicable. IN WITNESS WHEREOF, The City of Fayetteville and Contractor have signed this Agreement in quadruplicate. One counterpart each has been delivered to Contractor and Engineer. Two counterparts each has been delivered to The City of Fayetteville. All portions of the Contract Documents have been signed, initialed, or identified by The City of Fayetteville and Contractor or identified by Engineer on their behalf. City of Fayetteville 00500 - 9 Lake Fayetteville Trail Bridges installation DOCUMENT 00500 — AGREEMENT (continued) This Agreement will be effective on Effective Date of the Agreement. DANNY ROBINSON CONSTRUCTION Name Written: ,y VoL,a/slA/ Signature: hich is the CITY OF FAYETTEVILLE Name Written: Lioneld Jorda Signatur r Title: Title: Mayor (SEAL) OFFICIAL SEAL -7i. ICARA D. NEES 8@IYON COUNTY NICTIARY PURic - ARKANSAS YY COMMISEIC.41 EXP. FEB. 1 0, 291 5 Attest City of Fayetteville 00500 - 10 Lake Fayetteville Trail Bridges Installation (SEAL) `llllli nlrrry�ry F :FAYETTEVILLE: ,,,,y,NG TON 9.,,o% DOCUMENT 00500 — AGREEMENT (continued) Address for giving notices Address for giving notices 14965 Wilkerson Rd. 113 W. Mountain Street Garfield, AR 72732 Fayetteville AR, 72701 License No. 0152690310 Agent for Service of process (If Contractor is a corporation, attach evidence of authority to sign.) END OF DOCUMENT 00500 (attach evidence of authority to sign and resolution or other documents authorizing execution of Agreement) Approved As to Form: By: Attorney For: ► dc-44-"e�{ (( c City of Fayetteville 00500 - 1 1 Lake Fayetteville Trail Bridges Installation • ' THE AMERICAN INSTITUTE OF ARCHITECTS Premium Amount Based on Final Contract Amount Bond No. GRAR13672 AIA Document A312 Performance Bond Any singular reference to Contractor. Surety. Owner or other party shall t>e considered dura where applicable. CONTRACTOR (Name and Address): DANNY ROBINSON CONSTRUCTION LLC 14965 WILKERSON RD GARFIELD, AR 72732 OWNER (Name and Address): CITY OF FAYETTEVILLE 113 WEST MOUNTAIN, ROOM 372 SURETY (Name and Principle Place of Business): GRANITE RE, INC. 14001 QUAILBROOK DRIVE OKLAHOMA CITY, OK 73134 FAYETTEVILLE, AR 72701 CONSTRUCTION CONTRACT Date: , Amount: $ 91,044.00 Description (Name and Location): INSTALLATION OF 140 LF AND 35 LF TWO PREFABRICATED BRIDGE, INCLUDING FOUNDATION AND ABUTMENT CONSTRUCTION, BRIDGE DECK & APPROACH SLABS & MISC. ITEMS BOND Date (Not earlier than Construction Contract Date): Amount: $ 91,044.00 Modifications to this Bond: [X] None CONTRACTOR AS PRINCIPAL SURETY COMPANY: - . (Corporate Seal) COMPANY: (VSTRUCTION LLC DANNY ROBINSON Signature: Name and Title: (Any additional signatures appear on page 3) GRANITE RE, INC Signatvg: Name and Kimberly L. 1j See Page 3 (Corporate al) 1194„..--" abb , Attomey-in-Fact FOR INFORMATION ONLY -Name, Address and Telephone OWNERS REPRESENTATIVE (Architect, AGENT OR BROKER: or Engineer or other party): Babb Bonding, Inc P.O. Box 6255 Sherwood, AR 72124 City of Fayetteville 113 W. Mountain Street Fayetteville, AR 72701, ??, ?? AIA DOCUMENT A312 PERFORMANCE BOND AND PAYMENT BOND DECEMBER 1984 ED., AIA o THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON D.C. 20966 THIRD PRINTING - MARCH 1987 A 312-1984 1 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 Owners 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 Owners 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 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- 4.4 Waive its rights to perform and complete, arrange curs first. If the provisions of this Paragraph are void or for completion, or obtain a new contractor and with prohibited by law, the minimum period of limitation avail - AIA DOCUMENT A312 PERFORMANCE BOND AND PAYMENT BOND DECEMBER 1984 ED., AIA o A 312-1984 2 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON D.C. 20008 THIRD PRINTING - MARCH 1987 aote to sureties as a aetense in the lurlsalction 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 - MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: tractor or any amounts received or to oe received ny 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 Company: (Corporate Seal) DANNY ROBINSON CONSTRUCTION LLC GRANITE RE, INC. Signature: Address: SURETY Company: Signatur Address: (Corporate Seal) Ki • berly L. Ba ey-in-Fact Name and Title: AIA DOCUMENT A312 PERFORMANE BOND AN PAYMENT BOND DECEMBER 1984 3D., MA O THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20008 THIRD PRINTING • MARCH 1487 A312-1984 3 DOCUMENT 00611 — LABOR AND MATERIAL PAYMENT BOND: This Bond is issued simultaneously with Performance Bond in favor of Owner conditioned on the full and faithful performance of the Contract. KNOW ALL MEN BY THESE PRESENTS: that as Principal, hereinafter called Contractor, and as Surety, hereinafter called Surety, are held and firmly bound unto City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 as Obligee, hereinafter called Owner, for the use and benefit of claimants as hereinbelow defined, in the amount of Dollars ($ ), for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written Agreement dated , 20, entered into a contract with Owner for Lake Fayetteville Trail Bridges Installation which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly make payment to all claimants as hereinafter defined, for ail labor and materia] used or City of Fayetteville 00611 - 1 Lake Fayetteville Trail Bridges Installation DOCUMENT 00611 — LABOR AND MATERIAL PAYMENT BOND: (continued) reasonably required for use in the performance of the Contract, then this obligation shall be void; otherwise it shall remain in full force and effect, subject, however, to the following conditions: A. A claimant is defined as one having a direct contract with the Contractor or with a Subcontractor of the Contractor for labor, material, or both, used or reasonably required for use in the performance of the Contract, labor and material being construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service, or rental of equipment directly applicable to the Contract. B. The above named Contractor and Surety hereby jointly and severally agree with the Owner that every claimant as herein defined, who has not been paid in full before the expiration of a period of 90 days after the date on which the last of such claimant's work or labor was done or performed, or materials were furnished by such claimant, may sue on this Bond for the use of such claimant, prosecute the suit to final judgment for such sum or sums as may be justly due claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs or expenses of any such suit. C. No suit or action shall be commenced hereunder by any claimant: 1. Unless claimant other than one having a direct contract with Principal, shall have given written notice to any two of the following: the Contractor, the Owner, or the Surety within 90 days after such claimant did or performed the last of the work or labor, or furnished the last of the materials for which said claim is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were furnished, or for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to Contractor, Owner or Surety, at any place where an office is regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the state in which the aforesaid Project is located, save that such service need not be made by a public officer. 2. After the expiration of one year following the date on which Contractor ceased Work on the Contract, it being understood, however, that if any licnitation embodied in this City of Fayetteville 00611 - 2 Lake Fayetteville Trail Bridges Installation DOCUMENT 00611-- LABOR AND MATERIAL PAYMENT BOND: (continued) Bond is prohibited by any Law controlling the construction hereof, such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such Law. 3. Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the Project, or any part thereof, is situated, or in the United States District Court for the district in which the Project, or any part thereof, is situated, and not elsewhere. D. The amount of this Bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of mechanics' liens which may be filed of record against said improvement, whether or not claim for the amount of such lien be presented under and against this Bond. Signed and sealed this day of 20_ CONTRACTOR (CORPORATE SEAL) By SURETY COUNTERSIGNED: Resident Agent City of Fayetteville 00611 - 3 Lake Fayetteville Trail Bridges Installation State of Arkansas DOCUMENT 00611— LABOR AND MATERIAL PAYMENT BOND: (continued) ATTORNEY-IN-FACT (CORPORATE SEAL) (This Bond shall be accompanied with Attorney -in -Fact's authority from Surety) Approved as to Form: Attorney for END OF DOCUMENT 00611 City of Fayetteville 00611 - 4 Lake Fayetteville Trail Bridges Installation THE AMERICAN INSTITUTE OF ARCHITECTS Bond No. GRAR13672 AIA Document A312 Payment Bond Any singular reference to Contractor, Surety, Owner or other party snarl be considered plural where applicable. CONTRACTOR (Name and Address): DANNY ROBINSON CONSTRUCTION LLC 14965 WILKERSON RD GARFIELD, AR 72732 OWNER (Name and Address): CITY OF FAYETTEVILLE 113 WEST MOUNTAIN, ROOM 372 SURETY (Name and Principle Place of Business): GRANITE RE, INC. 14001 QUAILBROOK DRIVE OKLAHOMA CITY, OK 73134 FAYETTEVILLE, AR 72701 CONSTRUCTION CONTRACT Date: , Amount: $ 91,044.00 Description (Name and Location): INSTALLATION OF 140 LF AND 35 LF TWO PREFABRICATED BRIDGE, INCLUDING FOUNDATION AND ABUTMENT CONSTRUCTION, BRIDGE DECK & APPROACH SLABS & MISC. ITEMS BOND Date (Not earlier than Construction Contract Date): Amount: $ 91,044.00 Modifications to this Bond: CONTRACTOR AS PRINCIPAL COMPANY DANNY ROBINSON Signature: Name and (Corporate Seal) iS T RUCTION LLC None (Any additional signatures appear on page 6) SURETY See Page 6 XX COMPANY: (Corpor. e S- -t GRANITE RE, IN Signatu Name and Title: Kimberly L. Babb, Attorney -in -Fact FOR INFORMATION ONLY -Name, Address and Telephone AGENT OR BROKER: Babb Bonding, Inc P.O. Box 6255 Sherwood, AR 72124 OWNER'S REPRESENTATIVE (Architect, Engineer or other party): City of Fayetteville 113 W. Mountain Street Fayetteville, AR 72701, ??, ?? ALA DOCUMENT A312 PERFORMANCE BONG AND PAYMENT BOND DECEMBER 1984 ED., MAO THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 THIRD PRINTING • MARCH 1987 A312-1984 4 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 fumished 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. 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 fumished 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 5. If a notice required by Paragraph 4 is gven by the Owner to the Contractor or to the Surety, that is sufficient compliance. AIA DOCUMENT A312 PERFORMANCE BOND AND PAYMENT BOND DECEMBER 1984 ED., AIAO THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 THIRD PRINTING - MARCH 1987 A312-1984 5 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. Paragraph 6 of this Bond is deleted in its entirety and replaced with the following provision: Within a reasonable time (1) after the claimant has satisfied the conditions of Paragraph 4 and (2) after the Surety has reviewed all supporting documentation it requested to substantiate the amount of the claim, the Surety shall pay or arrange for payment of any undisputed amounts. Failure of the Surety to satisfy the above requirements shall not be deemed a forfeiture or waiver of the Surety's or the Contractor's defenses under this Bond or their right to dispute such claim. However, in such event the Claimant may bring suit against the Surety as provided under this Bond. (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: DANNY ROBINSON CONSTRUCTION LLC GRANITE RE, INC. Signature: Signature: Name and Title: Name and Title: Address: 14965 WILKERSON RD Address: GARFIELD, AR 72732 C. porate Seal) utterly . Babb, ' orney-in-Fact 14001 QUAILBRSOK DRIVE OKLAHOMA CITY, OK 73134 AIA DOCUMENT A312 PERFORMANCE BOND AND PAYMENT BOND DECEMBER 1984 ED. AIAO THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 THIRD PRINTING - MARCH 1987 A312-1984 6 GRANITE RE, INC. GENERAL POWER OF ATTORNEY Know all Men by these Presents: That GRANITE RE, INC., a corporation organized and existing under the laws of the State of OKLAHOMA and having its principal office at the City of OKLAHOMA CITY in the State of OKLAHOMA does hereby constitute and appoint: KIMBERLY L. BABB, J. ALAN ROGERS, MIKI J. ROGERS its true and lawful Attorney-in-Fact(s) for the following purposes, to wit: To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and all ▪ acts and things set forth in the resolution of the Board of Directors of the said GRANITE RE, INC. a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said GRANITE RE, INC. through us, its Board of Directors, hereby ratifies and confirms all and whatsoever the said: Hai KIMBERLY L. BABB, J. ALAN ROGERS, MIKI J. ROGERS may lawfully do in the premises by virtue of these presents. In Witness Whereof, the said GRANITE RE, INC. has caused this instrument to be sealed with its corporate seal, duly attested by the ▪ signatures of its President and Secretary/Treasurer, this 29th day of June, 2007. 1 1 1 1 STATE OF OKLAHOMA ) 5S: COUNTY OF OKLAHOMA ) Kenneth D. Whittin on, President Rodman A. Frates, Secretary/Treasurer On this 29`h day of June, 2007, before me personally came Kenneth D. Whittington, President of the GRANITE RE, INC. Company and Rodman A. Frates, SecretaryfTreasurer of said Company, with both of whom I am personally acquainted, who being by me severally duly sworn, said, that they, the said Kenneth D. Whittington and Rodman A. Frates were respectively the President and the Secretary/Treasurer of the GRANITE RE, INC., the corporation described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was so fixed by order of the Board of Directors of said corporation, and that they signed their name thereto by like order as President and Secretary/Treasurer, respectively, of the Company. My Commission Expires: May 9, 2012 Commission #: 00005708 Notary Publi GRANITE RE, INC. Certificate THE UNDERSIGNED, being the duly elected and acting Secretary/Treasurer of Granite Re, Inc., an Oklahoma Corporation, HEREBY CERTIFIES that the following resolution is a true and correct excerpt from the July 15, 1987, minutes of the meeting of the Board of Directors of Granite Re, Inc. and that said Power of Attorney has not been revoked and is now in full force and effect. "RESOLVED, that the President, any Vice President, the Secretary, and any Assistant Vice President shall each have authority to appoint individuals as attorneys -in, -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the Company in the course of its business. On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the Company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." IN6pSS WHE 1 F, the u 'dersigned hasj bscribed this Certificate and affixed the corporate seal of the Corporation this day of � , 20 /. GRO800-1 odman A. Frates, Secretary/Treasurer - 10/06/2009 23:33 Ank E lmo N OM _a 1 1 1 1 1 1 1 4797560177 JBIAGENCYINC PAGE 01 4LCORD CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDIYWYI 10/6/2009 PRODUCER JOE BROM INSURANCE AGENCY, INC. 1177 West Sunset #4 Springdale, AR 72764 (479) 756-6799 INSURED DANNY ROBINSON CONSTRUCTION,LLC 14965 WILISERSON RD GARFIELD, AR. 72732 COVERAGES THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED PY THE POLICIES J,UELOW. INSURERS AFFORDING COVERAGE INSURER A TRAVELERS NAIC O INSURER D WESTERN HERTIAGE INSURrP C. PROGRESSIVE INSURER INSURER E: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER MAY PERTAIN, THE INSURANCE AFFORDED BY TirE POLICIES DESCRIBED HEREIN POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. NAMED ABOVE DOCUMENT WITH RESPECT IS SUBJECT TO POLICY EFFIs�T(11F-OILC um I U 1 FOR THE POLICY TO WHICH ALL THE TERMS, tXPIRATIVN D_ATElAwCIVYY) 09/22/10 PERIOD INDICATED, NOTWITHSTANDING THIS CERTIFICATE LMY EXCLUSIONS AND CONDITIONS LIMITS 91.04 OCCURRFNC9 BE ISSUE'S OR OF SUCH 3 1 , 000, 000 I LTA iwo'L .MRD TYuF $URANCE POLICY NUMBER B X GENERAL X LIABILITY COMMERCIAL GENERAL L#ABILITY TBA 692256 09/22/09 THD DAMAGE I.. RI: eeur PRFMI9ES,IEa CCCuroM1GO) MED EXPIAny owl pawn; 1 100,000 CL.A M3MAOE yOCCUR S 5.000 PERSONALBADV INJURY ] 1 , 000 , 000 GENERAL AGGREGATE S 2,000,000 �GEN L AGGREGATE LIMIT APPLIEJS PER: x l POLICY TIC I JEC �I LOC PRODUCTS • COMP/DP AGG S 2 000. 000 AUTOMOBILELIABILiTY x _MIRED 1 ANYAUTO AI.I_ OWNEDAUTOS SCHEDULED AUTOS AUTOS NON -OWNED AUTOS 05481712 09/25/09 09/25/10 COMBINED$INGI.EI.IMTT (E4 eccION1 l 000 000 r r BODILY INJURY (Par person} S BDDILYINJURY (Pore cCnnl) PROPERTY DAMAGE (Pnr. c .nj) A GARAGELIADILITY ANYAUTo ALITOONI.Y•EAACCIDENT $ OTHER THAN EAACC 5 AUTO ONLY: AGG S EXCESS /UMBRELLA LIABrLITY OCCUR 7 CLn11NSMAPF. DEDUCTIBLE RETENTION S EACH OCCURRENCE 5 ` AGGREGATE IM H_ 9 A WORKERSCOMPENBATION AND EMPLOYERS' LIABu.IT , ANY PROPRICTORrPARTN£R/ExECUTIVE OFr10ER IEYBEA EXCLUGErn Eyae.ae,GlDeuAcke SPECIAL PROVISIONS Onlay 6KUB-9871M09-8-09 08/06/09 08/06/10 M. XITOC LIMITS 10ER G L, EACH ACCIDENT s 100,000 E.L DISEASE •EA ERAFLoTel s 100,000 E L OISEASE • POLICY LIMB I 500 000 OTHER RATIONS / LOCATIONS /VEHICLES 1 EXCLUSIONS ADDED BY ENDOR$EVIENTI BPECIALPROVES ONS CERTIFICATE HOLDER CANCELLATION } CITY OF FAYETTEVI LLE 113 W. MOUNTAIN FAYETTEVI LLE , AR. lwvai V ACORD25(2001108) SHOULD ANY OF TNG ABOVE DESCRIBED POLICIES RE CANCELLED BEFORE THE ExPIRATION DATE, THEREOF. TME ISSUING INSURER WILL ENDEAVOR TO MAIL 30 GAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. BUT FAILURE TO 00 S0 SHALL IMPOSE NO OBLIGATION OR LrABILITV OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES AUTHORIZED REPRE ATIVG �7ACORD CORPORATION 1888 10/06/2969 23:33 4797569177 JBIAGENCYINC PAGE 02 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 This Certificate of Insurance does not constitute a contract between the issuing insu rer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend. extend oratterthe coverage afforded by the policies listed thereon. ACORD 25 (2009101)