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