Loading...
HomeMy WebLinkAbout158-16 RESOLUTIONrj 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 158-16 File Number: 2016-0373 BID NO. 16-36 DONELSON CONSTRUCTION CO., LLC: A RESOLUTION TO AWARD BID NO. 16-36 AND APPROVE A CONTRACT WITH DONELSON CONSTRUCTION CO., LLC IN THE AMOUNT OF $217,855.00 FOR ASPHALT MICRO -SURFACING OF CITY STREETS AT A COST OF $2.33 PER SQUARE YARD, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $21,786.00. 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 Bid No. 16-36 and approves a contract with Donelson Construction Co., LLC in the amount of $217,855.00 for asphalt micro - surfacing of city streets at a cost of $2.33 per square yard, and further approves a project contingency in the amount of $21,786.00. PASSED and APPROVED on 9/6/2016 Page I Attest: lve" . 4,&.— Sondra E. Smith, City Clerk T fit/! f , A� GSI Y -c'); FAYETTEVILLE'�= on 917116 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 '�. (479) 575-8323 it d a Text File File Number: 2016-0373 Agenda Date: 9/6/2016 Version: 1 Status: Passed In Control: City Council Meeting File Type: Resolution Agenda Number: A. 6 BID NO. 16-36 DONELSON CONSTRUCTION CO., LLC: A RESOLUTION TO AWARD BID NO. 16-36 AND APPROVE A CONTRACT WITH DONELSON CONSTRUCTION CO., LLC IN THE AMOUNT OF $217,855.00 FOR ASPHALT MICRO -SURFACING OF CITY STREETS AT A COST OF $2.33 PER SQUARE YARD, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $21,786.00 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 Bid No. 16-36 and approves a contract with Donelson Construction Co., LLC in the amount of $217,855.00 for asphalt micro -surfacing of city streets at a cost of $2.33 per square yard, and further approves a project contingency in the amount of $21,786.00. City of Fayetteville, Arkansas Page 1 Printed on 9/7/2016 City of Fayetteville Staff Review Form 2016-0373 Legistar File ID 9/6/2016 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item John Nelson 8/8/2016 Transportation Services / Transportation Services Department Submitted By Submitted Date Division / Department Action Recommendation: A resolution to award Bid No. 16-36 and authorize a contract with Donelson Construction Co., LLC in the amountof $217,855.00 for asphalt microsurfacing of city streets at a cost of $2.33 per square yard, and to approve a project contingency in the amount of $21,786.00. 2100.410.5520.5417.00 Account Number 02052.1 Project Number Budget Impact: Street Fund In -House Pavement Improvements Project Title Budgeted Item? Yes Current Budget $ 500,000.00 Funds Obligated $ 170,145.00 Current Balance `, 329,855.Q0 Does item have a cost? Yes Item Cost $ 217,855.00 Budget Adjustment Attached? No Budget Adjustment Remaining Budget 112,000.00 V20140710 Previous Ordinance or Resolution # Original Contract Number: Approval Date: Comments: CITY OF ttvtI1e ARKANSAS TO: Mayor and City Council THRU: Don Marr, Chief of Staff FROM: Terry Gulley, Transportation Services Director DATE: August 8, 2016 SUBJECT: Bid 16-36 — 2016 Microsurfacing STAFF MEMO RECOMMENDATION: A resolution to award Bid No. 16-36 and authorize a contract with Donelson Construction Co., LLC in the amount of $217,855.00 for asphalt microsurfacing of city streets at a cost of $2.33 per square yard, and to approve a project contingency in the amount of $21,786.00. BACKGROUND: Sealed formal bids were obtained and certified and are attached to this memo. DISCUSSION: The use of microsurfacing for preventive asphalt maintenance began in 2012. Since then the life of nearly 230,000 square yards of city streets have been significantly extended utilizing this method. Microsurfacing minimizes aging, reduces water infiltration, corrects raveling and weathering, provides a skid resistance surface, and improves overall aesthetics. BUDGET/STAFF IMPACT: Funds for the purchase of asphalt microsurfacing have been budgeted in the In -House Pavement Improvements capital project. Attachments: Bid Tabulation Contract 2016 Microsurfacing Project Plan Purchase Order Request Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 CITY OF Bid 16-36 • Date: 4/28/2016 TIME: 2:00 PM a e e 1 e CITY OF FAYETTEVILLE ARKANSAS Bid 16-36, Const - 2016 Microsurfacing Donelson Construction Vance Brothers Inc. Item I Description QTY Price Per Unit Price Per Unit 1 Microsurfacing (18-22 Ibs/SY) 93,500 $ 2.33 $ 2.55 TOTAL BID BASED ON ESTIMATE $ 217,855.00 $ 238,425.00 "*OFFICIAL BID TABULATION"* *NOTICE Bid award is contingent upon vendor meeting minimum specifications and formal authorization by City officials. CERTIFIED: A. Rennie, Purchasing Agent Witness CITY OF City of Fayetteville Bid 16-36, Construction — 2016 Asphalt Microsurfacing le Contract —Asphalt Microsurfacing ARKANSAS Terms: Single project with unit pricing This contract executed this 6 day of _ Sept , 2016, between the City of Fayetteville, Arkansas, and Donelson Construction Co., LLC. In consideration of the mutual covenants contained herein, the parties agree as follows: 1. Donelson Construction Co., LLC at its own cost and expense shall furnish all labor, materials, supplies, machinery, equipment, tools, supervision, bonds, insurance, tax permits, and all other accessories and services necessary to complete items bid per Bid 16-36 as stated in Donelson Construction Co., bid proposal, and in accordance with specifications attached hereto and made a part hereof under Bid 16-36, all included herein as if spelled out word for word. 2. The City of Fayetteville shall pay Donelson Construction Co. LLC based on their bid proposal in an amount not to exceed $217,855 for the initial scope of work and $2.33 per s uare yard for changes necessa based gp Pric conditions. Payments will be made after approval and acceptance of work and submission of invoice. Payments will be made approximately 30 days after acceptance of invoice. 3. The Contract documents which comprise the contract between the City of Fayetteville and Donelson Construction Co.. LLC consist of this Contract and the following documents attached hereto, and made a part hereof: A. Bid form identified as Invitation to Bid 16-36 with the specifications and conditions typed thereon B. Donelson Construction Co., LLC bid proposal. C. The Notice to Prospective Bidders and the Bid Tabulation. 4. These Contract documents constitute the entire agreement between the City of Fayetteville and Donelson Construction Co., LLC and may be modified only by a duly executed written instrument signed by the City of Fayetteville and Donelson Construction Co., LLC. S. Donelson Construction Co. LLC shall not assign its duties under the terms of this agreement. 6. Donelson Construction Co. LLC agrees to hold the City of Fayetteville harmless and indemnify the City of Fayetteville, against any and all claims for property damage, personal injury or death, arising from Donelson Construction Co. LLC performance of this contract. This clause shall not in any form or manner be construed to waive that tort immunity set forth under Arkansas Law. 7. Donelson Construction Co., LLC shall furnish a certificate of insurance addressed to the City of Fayetteville, showing that he carries the following insurance which shall be maintained throughout the term of the Con=tract. Any work sublet, the contractor shall require the subcontractor similarly to provide worker's compensation insurance. In case any employee engaged in work on the project under this contract is not protected under Worker's Compensation Insurance, Donelson Construction Co, LLC shall provide and shall cause each Subcontractor to provide adequate employer's liability insurance for the protection of such of his employees as are not otherwise protected. Workmen's Compensation Statutory Amount City of I ayettevilre, AR Bid 3b -3G, COnS;tr;crio —2016 Asphalt Mieroslirfac ntig Page 1 of 2 Comprehensive General & Automobile Insurance Bodily Injury Liability Property Damage Liability $500,000 for each person injured. $1,000,000 for each accident. $1,000,000 aggregate, The premiums for all insurance and the bond required herein shall be paid by Donelson Construction Co.LLC. 8, Donelson Construction Co., LLC to furnish proof of licensure as required by all local and state agencies. 9. This contract may be terminated by the City of Fayetteville or Donelson Construction Co., LLC with 30 days written notice. 10. This project shall be completed within 30 calendar days from issue date of Notice to Proceed. 11. Liquidated Damages_ N/A 12. Freedom of Information Act: City of Fayetteville contracts and cocuments 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 photo coping costs pursuant to the FOIA may be assessed for this compliance. 13. Changes in Scope or Price: 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. WITNESS OUR HANDS THIS 3 DAY OF August 2016. Donelson Construction Co. LLC CITY OFrAYETT VIXE, ARKA By_ By: Signature LIONS J DAN, Mayor Printed Contractor Name & Title i'4 ATTEST (Signature) _(7 Company Secretary tr�'c Nome) Business Address �cyei City, State & Zip Code (B 5-(, Date Signed: — G City of Fayettevffle, AR Bid 16-36, Construction —2016 Asphalt Microsarfacing Page 2 of 2 67 ATTEST: (Signature) Sondra Smith, City Clerk ��-�,•' c,li Y O,�.•�s'G�.� ' F y� EVILLp q Date Signed: PATE (1AMIDDNYYY) acv CERTIFICATE OF LIABILITY INSURANCE 8/3/2016 TH�ERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. y WAIVED, IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the polio ties) must be endorsed. If SUBROGATION IS ...... _D, sr,h}act to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this ca. Boat does not confer rights to the certificate holder In lieu of such endorsernont(s). Coll,ACT PRODUCER NAM Angie White PON HE (417) 887-3550 r . 1ax71-32sz Barker Phillips Jackson 1 637 S Enterprise Ave EMAIL awhiteLbpj . cam PO Box 4207 INSURERS AFFORUINGGOVERAGE NAICM Springfield MO 65804-4207 INsuRERA-United Fire & Casualty Co 13021 INSURED INsuRSR B Midwest Builders Casualty 13126 Clever Stone Company Inc INSURERC: Donelson Construction Company LLC INSURER D : 1075 Wise Hill Rd INSURERE: Clever MO 65631 INSURERF; COVERAGES CERTIFICATE NUMBER CL15122 19073 REVISION NUMBER: THIS IS TO CERTIFY THAT T iE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO R INSURED REO NAMED VATHBOVE ES 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS POLICY EFF IPOLICY E%PI LIMITS L TYPE DF INSURANCE ABIUTY ERC1AL GENERAL LIABILITY TAct-AiMS-MADEI X . OCCUR 110342: GEN'L AGGREGATE LIMIT APPLIES PER POLICY X PRO- LOC AUTOMOBILE LIABIUTY A X ANY AUTO ALL CANED SCHEDULED 150342 AUTOS AUTOS NON-OVNED x HIRED AUTOS AUTOS X L25J OCCUR A CLAIMS-TAADE 5FRETENTION' 60342 B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YlP1 ANY PROPR/ETOR/PARTNER'EXECUTi'VE I I OFFICER/MEMBER EXCLUDED" u N A 15BWC (Mandatory in NH) EI yyns. descriQ0 snde' o DESCRIPTION OF OPERATIONS be'ow _ A LEASED/RENTED EQUIP 6034, 1'VUT nu, n r' ... EACH OCCURRENCE S 1,000,000 DASULDE TO RENTEDs 1QO, Q00 PREMISES/En CCurence L86 [/1/2016 1/1/2017 MEDEXPIAn oneperscnl S 5,000 PERSONALBAOVINJURY S 1,000,000 GENERAL AGGREGATE S 2, 000, 000 PRODUCTS-COMPIOPAGG S 2,000,00C S COMBINED SINGLE LIMIT 1 000 00C rt". awr,.yr?r�t BODILY INJURY fPe1 Pelson] S 186A 11/1/2016 1/1/2017 BODILYINJURY(Peraccident) 5 PROP RTY DAMAGE $ P wend S EACH OCCURRENCE S 5,000,001 AGGREGATE S 5,000,001 1,86U 1/1/2016 1/1/2017 5 WC STATU• I lolti- E L EACH ACCIDENT S 1 000 00.. :0655 1/1/2016 1/1/2017 E.L DISEASE-EAEMPLOYE 5 1 000 00 EL DISEASE • POLICY LIMfT S 1.000 00 /1/2016 1/112017 AGGREGATE.LGAIT 500,00 ?166 DEDUCTIBLE 1, 00 DESCRIPTION OF OPERATIONS I LOCATIONS ( VEHICLES (Attach ACORD 101, Additional Remarks Schedule, it mare speco Is roqulred) AR. Ref: Bid 13-36, Construction - 2016 Asphalt Microsurfacing, Fayetteville, an additional insured for General Liability when required by written contract. CERTIFICATE City of Fayetteville, Arkansas 113 W. Mountain Street Fayetteville, AR 72701 The Certificate Holder is NNCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Angie White/AW ACORD 25 (2010/05) INS025[201005)01 / 11988.2010 ACORD CORPORATION. API rights reserved. The ACORD name and logo are registered marks of ACORD 2016 MICROSURFACING PROJECT for the City of Fayetteville BID No. 16-36 May 2016 PLAN INDEX SYERSND Cc5.viPmn BARRIWOTON PARK BUCKLEYDRIVE, BARRINGTON DRIVE, 1) HARTFORD DRIVE, CHADWICK DRIVE, AND BRJGHAMDRIVE 2) CASTOR DRIVE QUAIL CREEK ADDITION QUAIL CREEKDRIVE, DORCHESTER DRIVE, 31 JOHN WAYNE DRIVE, PRINCE WILLIAM DRIVE, AND RIPPLE CREEK DRIVE BIRD HAVEN TERRACE RAVEN LANE, WOODLARK LANE, MEADOWLARK DRIVE, DOVEDRIVE, 4) AND QUAIL DRIVE BRIDGEPORTADDITION AMERICAN DRIVE, FREEDOM PLACE ANDBRIDGEPORTDRIVE 51 TRIWUM LANE, NEWBRIDGE ROAD, H) SANDINGHAM STREET. HIGH AVENUE, AND CASTLEBURYLANE ". -i' _ L._i+-1 ' per yx4% pp$j! �esatwr JJ�� it YFFip1 TFIIgAf.E � /" Diw.i CRtGt �.'�.} may.+ . • - '+-.—+cw,,.orK;.3� �, `/ -7 l ' j I f [! 1uJ I 1 - �_ w� LI.•Ir`Lj/•�!' i 4 ;.�� �� eAbwrsraN i �' II VICINITY MAPS G9N-U& NOTES I. THE CONTRACTOR SHALL PROVIDE A TRAFFIC CONTROL PLAN THAT INDICATES TYPE OF SIGNING, SPACING OF SIGNING, FLAGGERS, CHANNELIZERS AND OTHER TRAFFIC CONTROL ITEMS IN ACCORDANCE WITH THE CURRENT EDITION OF THE MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD). 2. I7 SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO PROVIDE, INSTALL AND MAINTAIN SUCH SIGNS, CONES, LANE DELINEATORS, AND OTHER FACILITIES THAT MAYBE NECESSARY TO PROTECT THE WORK AND PROVIDE FOR SAFE TRAVEL THROUGH THE CONSTRUCTION AREA ALL SIGNING SHALL CONFORM TO THE LATEST EDITION OF THE MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES. 3. UTILITY COVERS, MANHOLES, GRATED INLETS, CURB INLETS AND TRAFFIC DEVICE COVERS LOCATED IN THE ROADWAY TO BE PAVED SHALL BE PROTECTED FROM COVERAGE BY THE MICROSURFACING AND REFERENCED FOR PROMPT LOCATION AND CLEANING FOLLOWING APPLICATION. THE ABOVE ITEMS SHALL BE CLEANED TO THEIR PRESURFACING CONDITION OR AS DIRECTED BY THE CITY, 4. WORK AT INTERSECTIONS SHALL BE DONE IN STAGES. OR BLOTTER MATERIALS SHALL REUSED, TO ALLOW CROSSING AND TURNING MOVEMENTS. 5. WHEN CONSTRUCTION IS BEING PERFORMED UNDER TRAFFIC, ALL EQUIPMENT INCLUDING LOADING VEHICLES AND SUPPLY TRUCKS WILL BE REQUIRED TO OPERATE IN A SINGLE LANE ON WHICH THE MICROSURFACING IS BEING APPLIED, UNLESS OTHERWISE. APPROVED. S. THE CONTRACTOR SHALL PROVIDE NOTICE TO THE CITY AND AFFECTED RESIDENTS A MINIMUM OF 3 BUSINESS DAYS PRIOR TO COMMENCEMENT OF THE PROJECT. Y } .....,� nr yu CITY OF r R G :S RED i • f- / q i� PROFESSIONAL zi Tay ENGINEERe ev le g 1 'i'r ARKANSAS NAER ENGINEERING DIVISION 9FAX aZo 1 t . - - a r•. .. Ste+' i��'_• y �'' • �_ .� r ^..�' t. { �., _. -rte a �i' + • b ' v ;,rya '.�' ��i �•r'��` � .r - .+4 __?LJ STREET AREA Vd. LENGTH L.F. ����YYYYp + BUCKLEY DRIVE 6.530 2.160 BARRINGTON DRIVE 6,521 2,141 �' `N '+�� HARTFORD DRIVE 6.101 2,142 e E1 _� �. BUCKLEY DRIVE, BARRINGTON DRIVE, CHADWICK DRIVE 2,261 713 ri PR(3FE5514I�AL�,' HARTFORD DRIVE, CHADWICK DRIVE, r' r ENGINEER I' ` ', * * • AND BRIGHAM DRIVE BRIGHAM DRIVE 1,417 277 , rO, Ha Dees �w pp ]1 y } 3 7,be e ills TOTAL 22;83{3 7.433 `•'•'• r MICROSURFACING 2016 /IIIG 1 y ¢ Y r ARAPAHQ 1 ( ' '+. ' ' 9t .• - r-' ,t rs ' �R, ! u `Sl i' � �\. i �. 1,, l ;l /��y1j�y T' � `�'�f Y i► °5 � � p � F y * a � '�.+i. `.=.r___Ma Wiz. ____ � � Ji1'! a s ,. � . •}rte +� �' . � � + � � ° `_� �.� ° � � Lp� .-fe`; Y 1 - f4 i ! } + �/�-± k A •�,• - t`.. a .^RJ F ti "•�4 r+� , , •s :,J. y' r JY. � K' ° ,'fir i "`,f t �, i +p +�t.. �. �.. �4't � i° �y y ,sF��w +• ,� '{ �.. �.- F�f'r .ql�F ,.., f i„Yk �� 7.A. f��• � k i 1 ���I^ `a1 f� - $r �? `' -uk+A t _�l'4 ++ _ r 1°r$ a �.+.�� .' t� rim ..+ L { y.} '„ +•e� + .i FR f SiUNAL if C l 7 Y 4 F .. — - - i!4 STREET AREA ESq. Yd.) LENGTH �s� ,i ® ; p e CASTON DRIVE MICROSURFACING 2016 2 CASTON DRIVE 5,347 1,675 . _ * '_ - ":. ` ; :'t - ✓� / Ir_ 2016 MICROSURFACING PROJECT for the City of Fayetteville BID No. 16-36 May 2016 PLAN INDEX SYERSND Cc5.viPmn BARRIWOTON PARK BUCKLEYDRIVE, BARRINGTON DRIVE, 1) HARTFORD DRIVE, CHADWICK DRIVE, AND BRJGHAMDRIVE 2) CASTOR DRIVE QUAIL CREEK ADDITION QUAIL CREEKDRIVE, DORCHESTER DRIVE, 31 JOHN WAYNE DRIVE, PRINCE WILLIAM DRIVE, AND RIPPLE CREEK DRIVE BIRD HAVEN TERRACE RAVEN LANE, WOODLARK LANE, MEADOWLARK DRIVE, DOVEDRIVE, 4) AND QUAIL DRIVE BRIDGEPORTADDITION AMERICAN DRIVE, FREEDOM PLACE ANDBRIDGEPORTDRIVE 51 TRIWUM LANE, NEWBRIDGE ROAD, H) SANDINGHAM STREET. HIGH AVENUE, AND CASTLEBURYLANE ". -i' _ L._i+-1 ' per yx4% pp$j! �esatwr JJ�� it YFFip1 TFIIgAf.E � /" Diw.i CRtGt �.'�.} may.+ . • - '+-.—+cw,,.orK;.3� �, `/ -7 l ' j I f [! 1uJ I 1 - �_ w� LI.•Ir`Lj/•�!' i 4 ;.�� �� eAbwrsraN i �' II VICINITY MAPS G9N-U& NOTES I. THE CONTRACTOR SHALL PROVIDE A TRAFFIC CONTROL PLAN THAT INDICATES TYPE OF SIGNING, SPACING OF SIGNING, FLAGGERS, CHANNELIZERS AND OTHER TRAFFIC CONTROL ITEMS IN ACCORDANCE WITH THE CURRENT EDITION OF THE MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD). 2. I7 SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO PROVIDE, INSTALL AND MAINTAIN SUCH SIGNS, CONES, LANE DELINEATORS, AND OTHER FACILITIES THAT MAYBE NECESSARY TO PROTECT THE WORK AND PROVIDE FOR SAFE TRAVEL THROUGH THE CONSTRUCTION AREA ALL SIGNING SHALL CONFORM TO THE LATEST EDITION OF THE MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES. 3. UTILITY COVERS, MANHOLES, GRATED INLETS, CURB INLETS AND TRAFFIC DEVICE COVERS LOCATED IN THE ROADWAY TO BE PAVED SHALL BE PROTECTED FROM COVERAGE BY THE MICROSURFACING AND REFERENCED FOR PROMPT LOCATION AND CLEANING FOLLOWING APPLICATION. THE ABOVE ITEMS SHALL BE CLEANED TO THEIR PRESURFACING CONDITION OR AS DIRECTED BY THE CITY, 4. WORK AT INTERSECTIONS SHALL BE DONE IN STAGES. OR BLOTTER MATERIALS SHALL REUSED, TO ALLOW CROSSING AND TURNING MOVEMENTS. 5. WHEN CONSTRUCTION IS BEING PERFORMED UNDER TRAFFIC, ALL EQUIPMENT INCLUDING LOADING VEHICLES AND SUPPLY TRUCKS WILL BE REQUIRED TO OPERATE IN A SINGLE LANE ON WHICH THE MICROSURFACING IS BEING APPLIED, UNLESS OTHERWISE. APPROVED. S. THE CONTRACTOR SHALL PROVIDE NOTICE TO THE CITY AND AFFECTED RESIDENTS A MINIMUM OF 3 BUSINESS DAYS PRIOR TO COMMENCEMENT OF THE PROJECT. Y } .....,� nr yu CITY OF r R G :S RED i • f- / q i� PROFESSIONAL zi Tay ENGINEERe ev le g 1 'i'r ARKANSAS NAER ENGINEERING DIVISION 9FAX aZo 1 t . - - a r•. .. Ste+' i��'_• y �'' • �_ .� r ^..�' t. { �., _. -rte a �i' + • b ' v ;,rya '.�' ��i �•r'��` � .r - .+4 __?LJ STREET AREA Vd. LENGTH L.F. ����YYYYp + BUCKLEY DRIVE 6.530 2.160 BARRINGTON DRIVE 6,521 2,141 �' `N '+�� HARTFORD DRIVE 6.101 2,142 e E1 _� �. BUCKLEY DRIVE, BARRINGTON DRIVE, CHADWICK DRIVE 2,261 713 ri PR(3FE5514I�AL�,' HARTFORD DRIVE, CHADWICK DRIVE, r' r ENGINEER I' ` ', * * • AND BRIGHAM DRIVE BRIGHAM DRIVE 1,417 277 , rO, Ha Dees �w pp ]1 y } 3 7,be e ills TOTAL 22;83{3 7.433 `•'•'• r MICROSURFACING 2016 /IIIG 1 y ¢ Y r ARAPAHQ 1 ( ' '+. ' ' 9t .• - r-' ,t rs ' �R, ! u `Sl i' � �\. i �. 1,, l ;l /��y1j�y T' � `�'�f Y i► °5 � � p � F y * a � '�.+i. `.=.r___Ma Wiz. ____ � � Ji1'! a s ,. � . •}rte +� �' . � � + � � ° `_� �.� ° � � Lp� .-fe`; Y 1 - f4 i ! } + �/�-± k A •�,• - t`.. a .^RJ F ti "•�4 r+� , , •s :,J. y' r JY. � K' ° ,'fir i "`,f t �, i +p +�t.. �. �.. �4't � i° �y y ,sF��w +• ,� '{ �.. �.- F�f'r .ql�F ,.., f i„Yk �� 7.A. f��• � k i 1 ���I^ `a1 f� - $r �? `' -uk+A t _�l'4 ++ _ r 1°r$ a �.+.�� .' t� rim ..+ L { y.} '„ +•e� + .i FR f SiUNAL if C l 7 Y 4 F .. — - - i!4 STREET AREA ESq. Yd.) LENGTH �s� ,i ® ; p e CASTON DRIVE MICROSURFACING 2016 2 CASTON DRIVE 5,347 1,675 . _ * '_ - ":. ` ; :'t - ✓� / Ir_ SCALE 1-EQ f i t 1� yp fT . .•f( .; •" y�� ter- { y� �I l ., � Y��, . �, - - ., �. ♦ .. ; • It r r �3F` „hLa' ..'iC�. .^�, .r � -. Any - t _.. _wh .• _ $ t P - - - -'• F L• W =I ___________ - Ar S?BEET AREA (Sq. Yd) LENGTH {L F} r QUAIL CREEK DRIVE 7,734 2,324 r4 ,, , �+•"+ EF r h DORCHESTER DRIVE 5141 1.830 ' ►` r,.t ttLL w - � - -- ..- "' JOHN WAYNE DRIVE 3,$2$ 975I.Y i STERF.1 Lr QUAIL CREEK DRIVE, DORCHESTER DRIVE, PRINCE WILLIAM DRIVE 1,892 47S _� C i r r O F JOHN WAYNE DRIVE, PRINCE WILLIAM DRIVE, RIPPLE CREEK DRIVE 887 304 R r +Lit+nt ems`„'+' t AND RIPPLE CREEK DRIVE C am' I ; TOTAL 19,480 5,909 - • - r`� rc a r� s n s MICROSURFACING 2016 7"'� !� v •-c v ,.tJ «Y yam}""•• �`4�'y �, .� .��" �'_-_.__Y____�___ �_� ,pro•• t �y< » t� ,�' . .. -- ' � ��.y • i. i Fw VYYt f�. _ r � TAG { h V�`. }>≤f HIS x "a oV r try i + S +� i^ — 9 -may .� . r rwSF• r `' - `, J AREA(SqYd.) LENGTH[iT) RAVEN LANE 3,857 1,142 +t y. %p$:1 WOODLARKLANE 3,853 1,139 k—Y/aF��Yx.. 1 i y� fRl AN�SyS 1� ; i MEADOWLARK DRIVE I 3,160 1,7 /`" kf RAVEN LANE, WOODLARK LANE, %EsS1Q AL z; MEADOWLARK DRIVE, DOVE DRIVE, DOVE DRIVE 3,160 1,047 ' SEER c l T Y G r QUAIL DRIVE 3,150 1,D47 � a Q � = Vie R�K AND QUAIL DRIVETOTAL 17,190 5,222 kill/if.AS MICROSURFACING 2016 f�, r , _;_ '1 - ; STREET AREA (Sq. Yd,) LENGTH (L F) AMERICAN DRIVE 2,9343 •4 r mod� y r a# a r �;— ;': MJJ:J 'L t - I :- ___ ''- / :?i rr x --�"LNS \. • —: --- . -- _ STREET AREA (5q. Yd.) LENGTH (L F) S t r. fi ;<,NAL BRIDGEPORT DRIVE 4,887 1,542 ' T , r ,'� c r r o F AMERICAN DRIVE, FREEDOM PLACE, PLACE 2,582 750 '� �6 " �s �= AND BRIDGEPORTDRIVE llE FREEbONi, n A ARKANSAS MICROSURFACING 2016 TOTAL 7,4ss 2 292 . ; a, ------ 2016 MICROSURFACING PROJECT for the City of Fayetteville BID No. 16-36 May 2016 PLAN INDEX SYERSND Cc5.viPmn BARRIWOTON PARK BUCKLEYDRIVE, BARRINGTON DRIVE, 1) HARTFORD DRIVE, CHADWICK DRIVE, AND BRJGHAMDRIVE 2) CASTOR DRIVE QUAIL CREEK ADDITION QUAIL CREEKDRIVE, DORCHESTER DRIVE, 31 JOHN WAYNE DRIVE, PRINCE WILLIAM DRIVE, AND RIPPLE CREEK DRIVE BIRD HAVEN TERRACE RAVEN LANE, WOODLARK LANE, MEADOWLARK DRIVE, DOVEDRIVE, 4) AND QUAIL DRIVE BRIDGEPORTADDITION AMERICAN DRIVE, FREEDOM PLACE ANDBRIDGEPORTDRIVE 51 TRIWUM LANE, NEWBRIDGE ROAD, H) SANDINGHAM STREET. HIGH AVENUE, AND CASTLEBURYLANE ". -i' _ L._i+-1 ' per yx4% pp$j! �esatwr JJ�� it YFFip1 TFIIgAf.E � /" Diw.i CRtGt �.'�.} may.+ . • - '+-.—+cw,,.orK;.3� �, `/ -7 l ' j I f [! 1uJ I 1 - �_ w� LI.•Ir`Lj/•�!' i 4 ;.�� �� eAbwrsraN i �' II VICINITY MAPS G9N-U& NOTES I. THE CONTRACTOR SHALL PROVIDE A TRAFFIC CONTROL PLAN THAT INDICATES TYPE OF SIGNING, SPACING OF SIGNING, FLAGGERS, CHANNELIZERS AND OTHER TRAFFIC CONTROL ITEMS IN ACCORDANCE WITH THE CURRENT EDITION OF THE MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD). 2. I7 SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO PROVIDE, INSTALL AND MAINTAIN SUCH SIGNS, CONES, LANE DELINEATORS, AND OTHER FACILITIES THAT MAYBE NECESSARY TO PROTECT THE WORK AND PROVIDE FOR SAFE TRAVEL THROUGH THE CONSTRUCTION AREA ALL SIGNING SHALL CONFORM TO THE LATEST EDITION OF THE MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES. 3. UTILITY COVERS, MANHOLES, GRATED INLETS, CURB INLETS AND TRAFFIC DEVICE COVERS LOCATED IN THE ROADWAY TO BE PAVED SHALL BE PROTECTED FROM COVERAGE BY THE MICROSURFACING AND REFERENCED FOR PROMPT LOCATION AND CLEANING FOLLOWING APPLICATION. THE ABOVE ITEMS SHALL BE CLEANED TO THEIR PRESURFACING CONDITION OR AS DIRECTED BY THE CITY, 4. WORK AT INTERSECTIONS SHALL BE DONE IN STAGES. OR BLOTTER MATERIALS SHALL REUSED, TO ALLOW CROSSING AND TURNING MOVEMENTS. 5. WHEN CONSTRUCTION IS BEING PERFORMED UNDER TRAFFIC, ALL EQUIPMENT INCLUDING LOADING VEHICLES AND SUPPLY TRUCKS WILL BE REQUIRED TO OPERATE IN A SINGLE LANE ON WHICH THE MICROSURFACING IS BEING APPLIED, UNLESS OTHERWISE. APPROVED. S. THE CONTRACTOR SHALL PROVIDE NOTICE TO THE CITY AND AFFECTED RESIDENTS A MINIMUM OF 3 BUSINESS DAYS PRIOR TO COMMENCEMENT OF THE PROJECT. Y } .....,� nr yu CITY OF r R G :S RED i • f- / q i� PROFESSIONAL zi Tay ENGINEERe ev le g 1 'i'r ARKANSAS NAER ENGINEERING DIVISION 9FAX aZo 1 t . - - a r•. .. Ste+' i��'_• y �'' • �_ .� r ^..�' t. { �., _. -rte a �i' + • b ' v ;,rya '.�' ��i �•r'��` � .r - .+4 __?LJ STREET AREA Vd. LENGTH L.F. ����YYYYp + BUCKLEY DRIVE 6.530 2.160 BARRINGTON DRIVE 6,521 2,141 �' `N '+�� HARTFORD DRIVE 6.101 2,142 e E1 _� �. BUCKLEY DRIVE, BARRINGTON DRIVE, CHADWICK DRIVE 2,261 713 ri PR(3FE5514I�AL�,' HARTFORD DRIVE, CHADWICK DRIVE, r' r ENGINEER I' ` ', * * • AND BRIGHAM DRIVE BRIGHAM DRIVE 1,417 277 , rO, Ha Dees �w pp ]1 y } 3 7,be e ills TOTAL 22;83{3 7.433 `•'•'• r MICROSURFACING 2016 /IIIG (7 Z LL Cl) 0 U (0 O N 5 4w a) CD N O C CCU' Z � O II m II - 0 >1 U oLL 2w3$� adz I w w ij p z6 KW VOZ mz F zoaoo- p �i ¢ % a5zo "i�uz' o�w�� z-wa-.o z M. rca�N vv _ Cr] o LL z -o Ug000 rarc w;um Uw z- w0¢iOw 0230 R Vy �q �Y (7 Z Nj vipVw zKVp 4zcoi ���i wo w`y'wxWW wig wztizQ¢ `aom��� w3 mo a= ? zy ouzi W I4!3_)< `+`W UJ o - zwgo oyEwmo o-wawo ow �'-zz c N.oW� w g�o �Fy jp ¢mz � �z�m Eic�N .E H — U 4 Z W �ww o.�w�rcwc�i w� of ,. ow�w,�LL� a��wo�o�w I _Z �I ._I -0Z D11 ~rco ?ci3c�i c.?oaw� mrraa 4�I „iw¢'M W g� `ii ui x w a :o pp4 g ZcI - li o� X36 ma =z :u y k h co rE 'r t 4 j �7 S. M rrwy �• i+ mac._ j•P till .u..M',' h. r £L4 / S � tFY �• { yl; 1' a t k Ij � y § 1xti U u�e� ui 9 cmv -t I► dT 6J�4 . �+ir 1;' j• S ¢ 1174 r _ ____________ ii Ji `* ci -- '' ! w U _________ __ _11111! - '• .... e...�••!E sue'. �. ii - '�+� .. [fl m x C7 1 �rPla� rarz5-n L ii _ + n �� � x3,• �i wt a r .I`+SZ +�. " r ,s j �+ r ,�• f" ",err r +... A #'*4#Y' +# 1.. i: i I ' I , f .. [ w e 1• LL �...y f •Is t. a Y` r 43 Op co v I1r! syp�y E 1 • P•5� �. t ':M, �� .;,. }, � � � fir' 'S y 1 � ,�- �• f r � -s �� w w w � { arPusw R.0 'd' w F J w CLU Sn a fY r Ui YA .cy7j r.:L�!_.'1. 1• `l�if +Fz �� c7 C7 a er 3J4IIkb J1J, M - r4 i J b- �, ex 1 a. � L S r is ��.'*✓�"i �� aim 4.� 5 , ___ .k ': i • 1. .,+.� � �.� . •, e '^mss Nx * '�!". � � t Y c`3 ; , F '�°yP'�' / •� -r eJ tti r� N7 2J ti ��w„••` i�• W 'tf •- al 'ads,, •.. , o cs City of Fayetteville - Purchase Order Request (PO) cequisloon No. "e" (Not d Purchase Order) 8!8!2016 P.O Number: All P0Requests shall be scanned to the Purchasing e-mail: Purchasing@@fayettevilte-ar.gov. Purchase shall not be made until an actual PO has been issued. Vendor Vendor 23562 DONELSON CONSTRUCTION CO LLC Mail Legistar#-. E7,Es #: Name: D.c 2016-0373 Address: 1075 WISE HELL RD >=iOB Point- Taxable t-�. Expected Delivery Date: Quotes Attached C. CLEVER State: MO State: Zip Code: Ship to code: 65631 104 Es 0"v° Requester: JOEY SMITH Requester's Employee #: Extension: 126 8209 Item Description Quantity Unit of Issue Unit Cost Extended Cost Account Number Project.Sub# Inventory # Fixed Asset # ASPHALT MICROSURFACING PIER EJID #16-36 RES # 93500 SY 2.33 $217,855.00 2100.410.5520-5417.00 02052.1 2 $0.00 3 $0.00 4 $0.00 5 $0.00 6 $0.00 7 50.00 8 S0.00 9 $0.00 10 $0.00 Shipping) Ha rid ling Lot $0.00 ,pecsai nstructrons: Subtotal: $217,855.00 Tax: $0.00 Total: $217,855.00 Approvals: lvlayor: Department Director. Purchasing Manager: Chief Financial Officer: Budget Director: IT Director: Dispatch Manager: Utilities Manager: Other: iCvased ;,21,20 - 1111111111111 III IIIII IIIII IIIII IIIII IIIII IIIII IIIII IIIII IIIII IIIII IIIII 1111 iiil Doc ID: 017004680005 Type: LIE Kind: PERFORMANCE BOND Recorded: 08/09/2016 at 11:12:45 AM Fee Amt: $35.00 Paqe I of 5 Washington County, AR Kyle Sylvester Circuit Clerk FileB034-00000096 Bond No. 54211841 PERFORMANCE BOND Conforms with The American Institute of Architects A.I.A. document No. A-311 KNOW ALL BY THESE PRESENTS: that Donelson Construction Company, LLC. (Here insert full name and address or legal title of Contractor) 1075 Wise Hill Road Clever, MO. 65631 as Principal, hereinafter called Contractor, and, United Fire & Casualty Company (Here insert full name and address or legal title of Surety) P.O. Box 73909 Cedar Rapids, IA. 52407 (319) 399-5700 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 Fayetteville, AR. 72701 as Obligee, hereinafter called Owner, in the amount of Two Hundred Seventeen Thousand Eight Hundred Fifty-five Dollars And Zero Cents Dollars ( $217,855.00 ). 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 Bid 16-36, Construction - 2016 Asphalt Microsurfacing Fayetteville, Arkansas in accordance with Drawings and Specifications prepared by N/A , entered into a contract (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. Page 1 of 2 LMS-11219 10/99 PERFORMANCE BOND 54211841 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform said Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever Contractor shall be, and declared by Owner to be in default under the Contract, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly 1) Complete the Contract in accordance with its terms and conditions, or 2) Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the lowest responsible bidder, or, if the Owner elects, upon determination by the Owner and the Surety jointly of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available as Work progresses (even though there should be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the contract price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Contract and any amendments thereto, less the amount properly paid by Owner to Contractor. Any suit under this bond must be instituted before the expiration of two (2) years from the date on which final payment under the Contract falls due. No right of action shall accrue on this bond to or for the use of any person or corporation other than the Owner named herein or the heirs, executors, administrators or successors of the Owner. Signed and sealed this day of (Witness) (Witness) , z O i% Donelson Construction Company, LLC. (Seal) (Principal) (Title) United Fire & Casualty Company (Seal) Page 2 of 2 LMS-11219 10/99 LABOR AND MATERIAL PAYMENT BOND Bond No. 54211841 Conforms with The American Institute of Architects A.I.A. Document No. A-311 THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND IN FAVOR OF THE OWNER CONDITIONED ON THE FULL AND FAITHFUL PERFORMANCE OF THE CONTRACT KNOW ALL BY THESE PRESENTS: that Donelson Construction Company, LLC. (Here insert full name and address or legal title of Contractor) 1075 Wise Hill Road Clever, MO. 65631 as Principal, hereinafter called Principal, and, United Fire & Casualty Company (Here insert full name and address or legal title of Surety) P.O. Box 73909 Cedar Rapids, A. 52407 (319) 399-5700 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 Fayetteville, AR. 72701 as Obligee, hereinafter called Owner, for the use and benefit of claimants as hereinbelow defined, in the amount of Two Hundred Seventeen Thousand Eight Hundred Fifty-five Dollars And Zero Cents Dollars ( $217,855.00 ). for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has by written agreement dated with Owner for Bid 16-36, Construction - 2016 Asphalt Microsurfacing Fayetteville, Arkansas in accordance with Drawings and Specifications prepared by N/A , entered into a contract (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. Page 1 of 2 LMS-1122010/99 LABOR AND MATERIAL PAYMENT BOND 54211841 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Principal shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or 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: 1. A claimant is defined as one having a direct contract with the Principal or with a Subcontractor of the Principal 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. 2. The above named Principal 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 ninety (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. 3. No suit or action shall be commenced hereunder by any claimant: a) Unless claimant, other than one having a direct contract with the Principal, shall have given written notice to any two of the following: the Principal, the Owner, or the Surety above named, within ninety (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 Signed and sealed this 4 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 the Principal, 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. b) After the expiration of one (1) year following the date on which Principal ceased Work on said Contract, it being understood, however, that if any limitation embodied in this 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. c) 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. 4. 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. day of 3 4. * , 2 D 14 (Witness) (Witness) Page 2 of 2 Donelson Construction Company, LLC. (Seal) (Principal) iiQ4r (Title) United Fire & Casualty Company (Seal) LMS-1122010/99 UNITED FIRE & CASUALTY COMPANYI, CEDAR RAPIDS, IA Ig UNITED FIRE & INDEMNITY COMPANY. WEBSTER TX FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN, CA CERTIFIED COPY OF POWER OF ATTORNEY ;!(original on file at Home: Office of Company — See Certification) State ,a au u v,Liwlrnmua . Ya.,, v� ,.y Fj ......b • •,•'» ?••• .yKJ lNV 5;/vv. vv. .: and to bind the Companies thereby as fully and to the same extent as if such instruments were signed; by the duly.authonzed officers of. the Companies and all of the acts of said Attorney; pursuant to the authority hereby; given and hereby ratified and confirmed. The Authority hereby granted shall expire the 14th day of 0ctbber>; 2017 un 1 es . sooner revoked by UNITED`:FIRE &> CASUALTY COMPANY, UNITED FIRE &.INDEMNITY COMPANY, AND FINANCIAL PACIFIC INSURANCE COMPANY< ........flhis Power of.Attorizeey is made and; executed pursuant to and,by authority of the following bylaw duly adopted on May 15, 2013; .lay the Boards of Directors of UNITED FIRE & CASUALTY COMPANY, UNITED 'FIRE "'& INDEMNITYCOMPANY, and FINANCIAL'` PACIFIC INSURANCE COMPANY "Article VI — Surety Bonds and Undertakings" Section 2, Appointment of Attorney -in -Fact. "The President or any Vice President, or any other officer of the Companiesmay, from time to time, ;appoint by written certificates attorneys -in -fact to act in behalf of the Companies in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Corporate"seal, may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal, when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies to be valid and;: binding upon the Companies with the same force and effect as though manually affixed. Such attorneys -in -fact, subject tothe limitations set' forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such instruments and to attach the seal of the Companies thereto. The President or any Vice President, the Board of Directors or any other officer of: the Companies may at any time revoke all power and authority previously given to any attorney -in -fact. IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its qsf' oo qti Qp; • OPPOgq�?per.; vice president and its corporate seal to be hereto affixed this 14th day of October , 2015 CORPORATE CORPORATE p= = Q'= o: ,�Lv 2� i _ UNITED FIRE & CASUALTY COMPANY x= +ses SEAa'€ UNITED FIRE & INDEMNITY COMPANY L ,y ````/�. •.4�/FOP �P.• _' FINANCIAL PACIFIC INSURANCE COMPANY By: Qr , State of Iowa County of Linn, ss: Vice President On.14th day of October, 2015, before me personally came Dennis J. Richmann to me knownwho betriu by me duly sworn, did de,e and saY., that :he resides ma Cedar Rapids, State of Iowa, that he is a Vice President of UNITED d affixed to the said:ins.. is such corporat 'se$I; that it runs so aflxed pursuant to auttionty, given bythe Board of Directors otsaid corporations d that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations 1'.OAQ045' 0115 W A -J- Q® �(``_(/,.R CERTIFICATE OF LIABILITY INSURANCE DATE (/DD/YYYY) 8/3/2MM016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. 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). PRODUCER Barker Phillips Jackson 1637 S Enterprise Ave PO Box 4207 Springfield MO 65804-4207 NAMECONTACTAngie White rAlg.N . (417) 887-3550 IA/C No: (417)887-3252 EMAIL Oawhite@bpj.com INSURERS AFFORDING COVERAGE NAIC # INSURERA:United Fire & Casualty Co 13021 INSURED Clever Stone Company Inc Donelson Construction Company LLC 1075 Wise Hill Rd Clever MO 65631 INSURERB:Midwest Builders Casualty 13126 -INSURER-C : INSURERD: INSURERE: INSURERF: : COVERAGES CERTIFICATE NUMBER:CL15122919073 REVISION NUMBER: THIS IS TO CERTIFY THAT 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR •INSR TYPE OF INSURANCE ADDL UBR POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD/YYYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE T RENTED PREMISES Ea occurrence $ 100,000 MED EXP (Any one person) $ 5, 000 A CLAIMS -MADE a OCCUR 60342186 1/1/2016 1/1/2017 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GE 'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2 , 000, 000 $ POLICY X PRO LOC LIABILITY i SINGLE LIMIT COMAUTOMOBILE Ea accident) 1 000 000 BODILY INJURY (Per person) $ A X ANY AUTO ALL OWNED 11 SCHEDULED 60342186A 1/1/2016 1/1/2017 BODILY INJURY (Per accident) $ AUTOS AUTOS X X NON -OWNED HIRED AUTOS AUTOSr PROP PERTYDAMAGE $ X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5, 000, 000 A EXCESS LIAB CLAIMS -MADE 60342186U 1/1/2016 1/1/2017 DED I RETENTIONS $ B WORKERS COMPENSATION X WC STATUS OTH- E.L. EACH ACCIDENT $ 1 000 000 AND EMPLOYERSLIABILITYY/N ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. DISEASE - EA EMPLOYE $ 1 000,000 OFFICER/MEMBER EXCLUDED? (Mandatory in NH) N/A 15BWC0885 1/1/2016 1/1/2017 E.L. DISEASE - POLICY LIMIT $ 1 000 000 If yes, describe under DESCRIPTION OF OPERATIONS below A LEASED/RENTED EQUIP 60342186 1/1/2016 1/1/2017 AGGREGATE LIMIT 500,000 DEDUCTIBLE 1, 000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space is required) Ref: Bid 13-36, Construction - 2016 Asphalt Microsurfacing, Fayetteville, AR. The Certificate Holder is an additional insured for General Liability when required by written contract. I+CMTI LIP`ATC IJl11 noD CANCFI_LATION VGrl i IFIVMIL IIVlvl-1S ---------'-.--- - SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Fayetteville, Arkansas 113 W. Mountain Street Fayetteville, AR 72701 AUTHORIZED REPRESENTATIVE can Angie White/AW ACORD 25 (2010/05) INS025 (201005).01 () 19 $S-ZU1U At. OKL) CORPORA I Ivry. All rIgIIIb reserveu. The ACORD name and logo are registered marks of ACORD