HomeMy WebLinkAbout71-12 RESOLUTIONRESOLUTION NO. 71-12
A RESOLUTION AWARDING BID #12-23 AND AUTHORIZING A
CONTRACT WITH PRIME CONTRACTING, INC. IN A TOTAL AMOUNT
OF $168,772.75 FOR THE REPAIR OF FLOOD DAMAGE TO A SECTION
OF FRISCO TRAIL, APPROVING A TEN PERCENT (10%) PROJECT
CONTINGENCY, AND APPROVING A BUDGET ADJUSTMENT
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council of the City of Fayetteville, Arkansas hereby awards Bid
#12-23 and authorizing a contract with Prime Contracting, Inc. in a total amount of $168,772.75
for the repair of flood damage to a section of Frisco Trail.
Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a
ten percent (10%) project contingency.
Section 3. That the City Council of the City of Fayetteville, Arkansas hereby approves a
budget adjustment, a copy of which is attached to this Resolution as Exhibit "A".
PASSED and APPROVED this 17th day of April, 2012.
APPROVED:
B
O ELD JO . i Mayor
ATTEST:
By: A/ta. 6114.6tt)
SONDRA E. SMITH, City Clerk/Treasurer
r� +•a��� 7 �F
•
• ��p
r �•P 3
FAY
AYETl.-EViLLE
9s�•9• (CANS .%°:#
City of Fayetteville, Arkansas
Budget Adjustment Form
V11.0425
Budget Year
2012
Division: Transportation Services
Department: Transportation Services
Request Date
4/17/2012
Adjustment Number
BUDGET ADJUSTMENT DESCRIPTION 1 JUSTIFICATION
This budget adjustment recognizes FEMA reimbursement per Project Worksheet RFJ160G for flood -related repairs
to Frisco Trail.
Division Hea
Budget Dir-ctor
Departmen Director
Date
Date
Date
. 94') t ",
Finance irector Date
Chief • Staff
M-yor
Account Name
V -a/) -
Date
0/61—
Date
Prepared By: John Nelson
Reference:
jnelson
Budget & Research Use Only
Type: A BCD EP
General Ledger Date
Posted to General Ledger
Checked / Verified
TOTAL BUDGET ADJUSTMENT
Trail Maintenance
Trans from Replacement
Account Number
4470.9470.5420.00
4470.0947.6602.27
72,920
Initial
Date
Initial
72,920
Increase / (Decrease)
Date
Project.Sub
Expense Revenue Number
72,920 02016 . 1103
72,920 02016 . 1103
K:101_Financial Services\Budget12012 Budget\TransportationlBudget Adjustments1BA Form 2012_02016.1103F 1 of 1
Matt Mihalevich
Submitted By
City of Fayetteville Staff Review Form
City Council Agenda Items
and
Contracts, Leases or Agreements
4/17/2012
City Council Meeting Date
Agenda Items Only
Engineering
Division
Action Required:
Development Services
Department
A resolution awarding Bid #12-23 and authorizing a contract with Prime Contracting, Inc. in the amount of
$168,772.75 for the repair of flood damage to a section of Frisco Trail, and approving a ten percent (10%) project
contingency, and approving a budget adjustment.
185,650.00
Cost of this request
137,108.00
4470.9470.5420.00 $
Account Number
02016.1103
Project Number
Budgeted Item
X
Category / Project Budget
3,450.00
Frisco Trail Repair
Program Category / Project Name
Trail Development
Funds Used to Date Program / Project Category Name
133,658.00
Sales Tax Cap Imp
Remaining Balance Fund Name
Budget Adjustment Attached
Department Director
3/3oIfz.
Date
Finance and Internal Services Director
Chief .f S
Date
Date
)14-01
Date
/
.�/i�
Date
Previous Ordinance or Resolution #
Original Contract Date:
Original Contract Number:
Received in Cily3-30-1 2 A08:28 RCVD
Clerk's Office
Received in
Mayor's Office
Comments:
Revised January 15, 2009
v' a�el gle
www.accessfayetteville.org
CITY COUNCIL AGENDA MEMO
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENT CORRESPONDENCE
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: March 30a', 2012
Subject: Frisco Trail Repair Award
RECOMMENDATION:
Staff recommends a resolution awarding Bid #12-23 and authorizing a contract with Prime Contracting, Inc. in
the amount of S168,772.75 for the repair of flood damage to a section of Frisco Trail, and approving a ten
percent (10%) project contingency, and approving a budget adjustment.
PROPOSAL:
In April of 2011, historic rains caused major flooding that resulted in the sliding of the hillside below a section
of Frisco Trail just south of Center Street. The slope failure caused a large tree to fall along with a retaining
wall and 6 feet of the 12 foot wide asphalt trail. Fortunately, half of the trail has remained opened to public
during the time necessary for FEMA reimbursement, geotechnical engineering and design of a long lasting and
cost effective solution.
The design solution includes removing the fallen vegetation and compromised soil from the trail down to
Tanglewood Creek. The contractor will then construct gabion baskets with native brown sandstone along the
east edge of the creek to establish a solid base to reconstruct the hillside above. A new retaining wall matching
the existing wall will then be constructed above the new structural hillside and new asphalt trail will be placed
above the wall. A new drainage swale and storm drainage inlet will also be installed on the east side of the trail
to prevent the water from crossing the trail and wall.
The flooding that caused the slope failure was declared a natural disaster causing the failure, this project is
eligible for reimbursement as a large project through the Federal Emergency Management Agency (FEMA).
Upon completion of the project, FEMA will reimburse 75% of eligible expenses. The Arkansas Department of
Energy Management will then reimburse 12.5%, leaving the City's portion at 12.5% of eligible expenses.
THE CITY OF FAYETTEVILLE, ARKANSAS
BUDGET IMPACT:
Funds for the Frisco Trail Repair have been budgeted as part of the transportation capital improvement project
for trail development. As mentioned, State and Federal disaster funds are expected to reimburse 87.5% of the
eligible project cost, therefore the cost to the trails development program will be reduced substantially.
Six bidders responded to the request for formal bids and Prime Construction, Inc. was the lowest responsive
bidder - See attached bid tab. Second Nature Property Management, LLC had the lowest bid, however their bid
was rejected due to submittal of incomplete bid documents.
RESOLUTION NO.
A RESOLUTION AWARDING BID #12-23 AND AUTHORIZING A
CONTRACT WITH PRIME CONTRACTING, INC. IN A TOTAL AMOUNT
OF $168,772.75 FOR THE REPAIR OF FLOOD DAMAGE TO A SECTION
OF FRISCO TRAIL, APPROVING A TEN PERCENT (10%) PROJECT
CONTINGENCY, AND APPROVING A BUDGET ADJUSTMENT
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council of the City of Fayetteville, Arkansas hereby awards Bid
#12-23 and authorizing a contract with Prime Contracting, Inc. in a total amount of $168,772.75
for the repair of flood damage to a section of Frisco Trail.
Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a
ten percent (10%) project contingency.
Section 3. That the City Council of the City of Fayetteville, Arkansas hereby approves a
budget adjustment, a copy of which is attached to this Resolution as Exhibit "A".
PASSED and APPROVED this 17th day of April, 2012.
APPROVED: ATTEST:
By: By:
LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer
a evii1e
ARKANSAS
Bid 12-23, Construction - Frisco Trail Repair
DER.
1 Boulder Construction, Inc.
BID: 12-23
DATE: 03/23/12
TIME: 2:00 PM
CITY OF FAYETrEVILLE
1.4,W.CO
.CO
$ 197,160.00
2 Fotchman Enterprises, Inc.
$ 221,371.00
3 Prime Construction, Inc.
$ 188,772.75
4 Second Nature Property Management, LLC
$ 158,444.00
5 Sweetser Construction
$ 249,795.50
6 Township Builders, Inc.
$ 220,706.00
'NOTICE: Bid award Is contingent upon vendor meeting minimum speciOcations and formai authorization by City officials.
CERTIFIED:
FOREN RAS O. PURCH AGENT
pari.6400-
/142
DA rt
City Of Fayetteville
Requisition No.:
Date:
4/17/2012
Vii.
Expected Delivery Date: •
Vendor #: 2.7_02.1
New Vendor
Vendor Name:
Prime Contractors Inc
Mall
Yes:Z, No:_,••_
Address'
Foes Paint.
Taxable
Yes_ No:_
Quotes Attached
Yes: Nu: X
City:
Stats
Zip Code:
Ship to coda:
104
DM p}!e ah,
ZbileeT.......
Requester:
Jahn Nelson
Requesters Employee
1003
Extension:
gx
Wm
Description
Quantity
Line of Issue
Unit Cost
Extended Cost
Account Numbers
Project/Subproject #
Inventory#
Fixed Asset #
1
2
3
4
5
6
7
8
9
10
Frisco Trail Repair1
J08
$165,772.75
5109,772.75
4470.0470.5420.00
02016.1103
Contract #
Ed 012-23: Res. No.
Special Instructions:
Subtotal:
Tax:
Total:
$168,772.75
$0.00
¢'168.772.75
Approvals:
Mayor:
Finance
Dispatch
DeparIment Director:
Budget Manager.
Utilities Manager:
Purchasing Manager.
& Interval Services Director:
Manager
17 Manager.
Other
Revised 8117103
ttv1lleRKM$A5 THE CITY OF FAYETTEVILLE, ARKANSAS
A
CONTRACT
Reference: Bid 12-23, Construction — Frisco Trail Repair
Owner: City of Fayetteville, Arkansas
Contractor: Prime Contracting, Inc.
Term: Single Project
Contract Name/Title: FRISCO TRAIL REPAIR
Contract No.:
THIS AGREEMENT is dated as of thea?j day of /l4(C IN in the year 2012 by and between The City of
Fayetteville, Arkansas and Prime Contracting, Inc. (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:
Clearing & Grubbing of the damaged area, removal of unsuitable soil and rock to install rock gabion
baskets and replace a section of the modular block retaining wall, replacement of the trail surface, and
site restoration. More specifically, the project will require the following:
1. Mobilization/Demobilization
2. Clearing & Grubbing of vegetation in the damaged area.
3. Excavation of unsuitable soil down to rock or unyielding subgrade.
4. Rock excavation as necessary to install rock gabion baskets and fill with native sandstone.
5. Select Fill installation behind gabion walls and under the replacement section of modular block wall.
6. Installation of a storm drainage pipe and inlet.
7. Installation of a modular block wall including foundation rock, wall rock, drain pipes, geogrid, select
backfill, fence foundation system, fence posts and wall cap.
S. Placement of the concrete strip between the back of the modular block wall and the trail.
City of Fayetteville 00500 - 1
Frisco Trail Repair
DOCUMENT 00500 — AGREEMENT (continued)
9. Trail subgrade preparation and asphalt paving.
10. Site restoration including removal of temporary creek crossing, temporary trail detour, topsoil, select
grading, sod and wildflower seed.
11. Fence reinstallation and repair.
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.
3.02 DATES FOR SUBSTANTIAL COMPLETION AND FINAL PAYMENT:
A. The Work will be Substantially Completed within 90 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 120 calendar days after the
date when the Contract Times commence to run.
3.03 LIOUIDATED 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 proof, The City of Fayetteville and Contractor agree that as liquidated damages for
City of Fayetteville
Bid 12-23, Construction — Frisco Trail Repair
Page 2 of
DOCUMENT 00500 — AGREEMENT (continued)
delay (but not as a penalty) Contractor shall pay The City of Fayetteville Two Hundred Dollars
($200.00) 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 Two Hundred
Dollars ($200.00) 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 FAYE 1 IEVILLE 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.
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.
City of Fayetteville
Bid 12-23, Construction — Frisco Trail Repair
Page 3 of 9
DOCUMENT 00500 — AGREEMENT (continued)
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.
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
less 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
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.
City of Fayetteville
Bid 12-23, Construction — Frisco Trail Repair
Page 4 of 9
DOCUMENT 00500 — AGREEMENT (continued)
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.
D. Contractor has carefully studied all:
(1) 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
City of Fayetteville
Bid 12-23, Construction — Frisco Trail Repair
Page 5 of 9
DOCUMENT 00500 — AGREEMENT (continued)
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 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.
City of Fayetteville
Bid 12-23, Construction --- Frisco Trail Repair
Page 6 of 9
DOCUMENT 00500 — AGREEMENT (continued)
b. Contractor's Bid.
e. Documentation submitted by Contractor prior to Notice of Award.
3. Performance, Payment, and other Bonds.
4. General Conditions.
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 beating the following general title:
FRISCO TRAIL REPAIR
8. 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
Bid 12-23, Construction — Frisco Trail Repair
Page 7 of 9
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 shall 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
Bid 12-23, Construction — Frisco Trail Repair
Page 8 of 9
DOCUMENT 00500 — AGREEMENT (continued)
This Agreement will be effective on
Agreement.
PRIME CONTRACTING, INC.
Name Written: Q iSbn
Signature: �C•0 . C/
Title: ilte5;derk
Attest P14
(SEAL)
Address for giving notices
`-?D Box 71!°t
e u�1�c Mn, (06731`
License No. (gc°$ C¢ Igo q
Agent for Service of process
(If Contractor is a corporation,
attach evidence of authority to
sign.)
END OF DOCUMENT 00500
City of Fayetteville
Bid 12-23, Construction — Frisco Trail Repair
Page 9 of 9
, 20 j which is the Effective Date of the
CITY OF FAYETTEVILLE, ARKANSAS
Name Written: oneld Jord
Signa
Title: Ma
(SEAL)
Attestlanatux..,
Address for giving notices
113 W. Mountain Street
``1„p1' I I u,,varr
••&q..;
V� ¢ ¢ ° ¢ d•
l3/�ppp
o • ;23
FE FAYETfEVILLE
Fayetteville AR. 72701
(attach evidence of authority to
sign and resolution or other documents
authorizing execution of Agreement)
Approved o ' orm•,
By:
Attorney For:
CORPORATE AUTHORIZATION RESOLUTION
Liberty Bank By:PRIME CONTRACTORS INC
National PO BOX 84
4625 S. National CLEVER,MO 65631
Springfield,M0 65804
Referred to in this document as "Financial Institution"
Referred to in this document as "Corporation"
I, SCOTT OLSON , certify that I am Secretary (clerk) of the above named corporation organized under the laws of
MISSOURI Federal Employer I.D. Number 43-1733294 , engaged in business under the trade name of
PRIME CONTRACTORS INC , and that the resolutions on this document are a correct copy of the resolutions
adopted at a meeting of the Board of Directors of the Corporation duly and properly called and held on 9/21/2007 (date).
These resolutions appear in the minutes of this meeting and have not been rescinded or modified.
AGENTS Any Agent listed below, subject to any written limitations, is authorized to exercise the powers granted as indicated below:
Name and Title or Position Signature Facsimile Signature
(if used)
A. SCOTT OLSON X4:Vv 41,6"...._ x
B. X X
C. X X
D. X X
E. X X
F. X X
POWERS GRANTED (Attach one or more Agents to each power by placing the letter corresponding to their name in the area before each power.
Following each power indicate the number of Agent signatures required to exercise the power.)
Indicate A, B, C,
D, E, and/or F
Description of Power
(1) Exercise all of the powers listed in this resolution.
A (2) Open any deposit or share accounts) in the name of the Corporation.
A (3) Endorse checks and orders for the payment of money or otherwise withdraw or transfer funds on deposit
with this Financial Institution.
A (4) Borrow money on behalf and in the name of the Corporation, sign, execute and deliver promissory notes 1
or other evidences of indebtedness.
(5) Endorse, assign, transfer, mortgage or pledge bills receivable, warehouse receipts, bills of lading, stocks,
bonds, real estate or other property now owned or hereafter owned or acquired by the Corporation as
security for surns borrowed, and to discount the same, unconditionally guarantee payment of all bills
received, negotiated or discounted and to waive demand, presentment, protest, notice of protest and
notice of non-payment.
(6) Enter into a written lease for the purpose of renting, maintaining, accessing and terminating a Safe
Deposit Box in this Financial Institution.
(7) Other
indicate number of
signatures required
1
1
LIMITATIONS ON POWERS The following are the Corporation's express limitations on the powers granted under this resolution.
EFFECT ON PREVIOUS RESOLUTIONS This resolution supersedes resolution dated
CERTIFICATION OF AUTHORITY
I further certify that the Board of Directors of the Corporation has, and at the time of adoption of this
adopt the resolutions on page 2 and to confer the powers granted above to the persons named who
the same. (Apply seal below where appropriate.)
0 if checked, the Corporation is a non-profit corporation. In Witness Whereof, 1 have subscribed
of the Corporation on
If not completed, all resolutions remain in effect.
resolution had, full power and lawful authority to
have full power and lawful authority to exercise
my name to this document and affixed the seal
Attest by One Other Officer
M 1ee5, 1997 Bankers Systems, Inc., St. Cloud, MN Form CA•1 5/1/2003
9[211
(page 1 of 2)
I111YWIVIVMMMI011111111111111IllYINWI111
Doc ID 014820380005 Type LIE
Kind PERFORMANCE BOND
Recorded: 06/04/2012 at 09:41:05 AM
Fee Amt: $35.00 Paae 1 of 5
Washington County. AR
Bette Stamps Circuit Clerk
FileB031-00000228
PERFORMANCE BOND
Conforms with The American Institute of Architects
AI.A document No. A-311
KNOW ALL BY THESE PRESENTS: that Prime Contracting, Inc.
P.O. Box 744
Republic, MO. 65738
11-12
Bond No. S413138
(Here insert full name and address or legal title of Contractor)
as Principal, hereinafter called Contractor, and, Employers Mutual Casualty Company
(Here insert full name and address or legal title of Surety)
P.O. Box 712
Des Moines, IA. 50303-0712
(515) 280-2511
as Surety, hereinafter called Surety, are held and firmly bound unto City of Fayetteville, Arkansas
(Here insert full name and address or legal title of Owner)
113 W. Mountain Street
Fayetteville, AR. 72701
as Obligee, hereinafter called Owner, in the amount of One Hundred Sixty Eight Thousand Seven Hundred Seventy Two and
751100 ' Dollars ($ 168,772.75 ' •)•
for the payment whereof Contractor 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
with Owner for Frisco Trail Repair
Fayetteville, Arkansas
April 17 , 2012 , entered into a contract
in accordance with Drawings and Specifications prepared by NIA
(Here insert full name, address and description of project)
(Here insert full name and address or legal title of Architect)
which contract is by reference made a part hereof, and is hereinafter referred to as the Contract
S-12191GEEF 10!99 Page 1 of 2