HomeMy WebLinkAbout1980-737-R V
IN THE MATTER OF A CERTAIN STREET SYSTEM
KNOWN AS THE FEDERAL AID URBAN SYSTEM
JOB NO. 5735'
FEDERAL AID PROJECT NO. M-8020(8)
RESOLUTION NO. 7 3�
A RESOLUTION EXPRESSING THE WILLINGNESS
OF THE CITY OF BATESVILLE TO MATCH FEDERAL
AID AND URBAN SYSTEM MONIES FOR THE
INTERSECTION IMPROVEMENTS
WHEREAS, the City of Batesville understands additional Federal-Aid
Urban System Funds are available for improvements to the city streets;
and
WHEREAS, the City has determined that the top priority project is
(W Improvement of Street Intersection Radii; and
WHEREAS, the City understands that their matching portion of this
project will be 25% of the total cost;
NOW THEREFORE BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
BATESVILLE, ARKANSAS, THAT:
SECTION I: The City of Batesville will participate in accordance
with its designated responsibility in this project.
SECTION II: The Mayor is hereby authorized and directed to execute
all appropriate agreements and contracts necessary to expedite the con-
struction of the improvements on city streets.
SECTION III: The City of Batesville pledges its full support and
hereby authorizes the Arkansas State Highway and Transportation Department
to initiate action to construct this project.
THIS RESOLUTION adopted this L 2' day of 1980.
1980.
7A
AW OR
ATTEST: &J L
(W (SEAL)
• J
A10ANSAS STATE HI AY
AND
TRANSPORTATION DEPARTMENT
�Pl pND rR4�<
U� U�
Henry Gray,Director W s P.O. Box 2261
'1
Telephone(501) 569-2000 "s �o Little Rock, Arkansas 72203
s aD
a
ryb"�bb IN'��l
March 12, 1980
Honorable Peyton Golden
Mayor
City Hall
Batesville, Arkansas 72501
Re: Job 5735
Intersection Improvements
(W (IV) , Batesville
Dear Mayor Golden:
Relative to the subject project, we are in receipt of the Bond, the
Construction Agreement, and a check in the amount of $1,304.38 to
cover the City's portion of the engineering costs. Transmitted with
this letter is a copy of the fully executed Construction Agreement
for your files.
Mr. Jim Chaney, District Engineer at Batesville, will contact you in
the near future regarding a work order for this job.
Yours very truly,
J. D. Barnett
Engineer of Traffic Division
Enclosures
cc: Mr. Jim Chaney
Construction Division
ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT
(W URBAN SYSTEM PROJECT
SPECIFICATIONS FOR INTERSECTION IMPROVEMENTS
JOB 5735
FA NO. M-8020(8)
CITY Batesville
JOB NAME Intersection Improvements IV
4
Batesville
CONSTRUCTION AGREEMENT
1. This evidences an agreement between the City of Batesville and the
Arkansas State Highway and Transportation Department for the improving of
street intersection radii on the Federal Aid Urban System, which system is
part of the approved Federal Aid System of said City.
(W
2. Under the 1978 Surface Transportation Assistance Act, Federal funds are
made available which may be used for payment in part for the work contem-
plated by this agreement under condition that not less than twenty-five
percent of the cost of the construction and construction engineering, plus
the full cost of all nonparticipating items be borne by the City and/or
State and the work be performed in accordance with plans and specifications
approved by the Arkansas State Highway and Transportation Department and
the work supervised by the Arkansas State Highway and Transportation Depart-
ment.
3. The plans and specifications for the improvement of street radii on the
System have been approved by the Arkansas State Highway and Transportation
Department and are on file in its office in Little Rock and in the office of
the Mayor of the City of Batesville, and have been approved and accepted by
the City of Batesville.
4. The City of Batesville has elected to perform the proposed work with its
own forces, equipment, and materials which work is described as follows:
�r Improvement of street intersection radii.
5. In furtherance of this project, the City of Batesville, as Sponsor of this
project, has made a Performance Bond, executed by a Bonding Company authorized
to do business in this State, in the penal sum of $52,175.00 which is 100 per-
cent of the estimated cost of said work and the materials entering into said
improvement.
6. The City of Batesville, as Contractor, agrees to perform this work at the
unit prices shown on the proposal schedule.
As the work undertaken by the City of Batesville hereunder progresses, the
Arkansas State Highway and Transportation Department in its supervision thereof
will from time to time issue partial estimates, based on work performed at the
(W Negotiated Unit Prices until the work is completed and will credit to or pay to
the City of Batesville in accordance with paragraph No. 2 thereof, from Federal
funds received for account of this project, ninety percent of such estimates,
subject to the limitations and withholdings contained in Section 109 of the
Standard Specifications for Highway Construction, Arkansas Highway Commission,
Edition 1978, and final payment will be made upon the completion and acceptance
of said job, subject to correction for changes made in the final voucher as paid
by the Federal Highway Administration.
7. The City of Batesville agrees, for the consideration hereinafter expressed
to begin work within ten days after a Work Order is issued by the Chief Engineer
and to complete the work within two hundred seventy-five working days. Should
the said City of Batesville failto complete the work within the time limit
herein specified, said City shall pay to the State Highway Commission, as
liquidated damages, ascertained and agreed, and not in the nature of a penalty,
( the sum of twenty five dollars ($25.00) for each day delayed, which shall be
�r deducted from the final amount of estimate made the City.
Should the said City of Batesville fail to complete the work in an acceptable
manner, or default in any requirement of it hereunder, the Arkansas State Highway
and Transportation Department shall have the right to complete all or any portion
of the work with means at its command and pay for same from funds to be realized
from the Performance Bond set up in paragraph No. 5.
In no case can any portion of the construction cost of this project be borne
by the Arkansas State Highway and Transportation Department.
8. The City of Batesville agrees upon completion of the project to assume the
maintenance of the installation by City forces and/or others in accordance with
applicable federal and Arkansas State Highway Commission regulations.
(W 9. This agreement is executed by , Mayor of the
City of Batesville, duly entered on the /`y day of Z , 1980,
and recorded in Book No. _�, Page V , of the City Record.
WITNESS the hands of the parties hereto on this day of ,
1980.
ARKANSAS STATZ HIGHWAY AND OR T N DEPART
BY: BY:
Deputy Director arffl Chief erect fghways and
Engineer Transp rtation
CITY
BY:
(W Mayor
We4k4w A44
(W
3050 STEMMONS FREEWAY • P.O.BOX 225908,DALLAS,TEXAS 75265 PHONE 214/631-2020 • JOE KIRBY,PRESIDENT
EVERYTHING IS ANSWERED THE DAY WE RECEIVE IT
March 7, 1980
White River Insurance
Agency, Inc.
P.O. Box 3047
Batesville, AR 72501
ATI'N: Jim Edwards RE: Bond #1696774
City of Batesville, Arkansas
Contract Bond, Arkansas State
Highway Commission
Dear Mr. Edwards:
Per our phone conversation, please accept this letter as your authority
(W to attach one of your R series Power of Attorney to the captioned bond
in order that it will be acceptable to the State Highway Commission.
Please furnish us with the report of execution frcin this power of attorney
for the oompletion of our file.
If you need anything further please do not hesitate to contact us.
Yours very truly,
WESTERN SURETY COMPANY
Jim Fulton
Vice President
JF:rgg
114E
L
TRAFFIC DIV00
ARKANSAS STATE HIG"V41
aNp TRANSPORTATION 17EFT'
ARKANSAS STATE HIGHWAY COMMISSION
CONTRACT BOND
KNOW ALL MEN BY THESE PRESENTS: Bond # 1696774
That we, CITY OF BATESVILLE
as Principal, and ----WP2_tRxn,__Sur_t<y---CQMpAny----------------------------------------------------------------------------------------------
of -Sioux-Falls.,--Sou-th--Dakota----- as Surety, are held and firmly bound unto the State of Ar-
kansas for the use and benefit of the Arkansas State Highway Commission, and its successors and
assigns in the penal sum of FIFTY TWO THOUSAND ONE HUNDRED SEVENTY-FIVE DOLLARS
AND NO CENTS
Dollars ($52 , 175. 00 ), lawful money of the United States of America to be paid to
said Arkansas State Highway Commission, to which payment, well and truly to be made, we
bind ourselves, our heirs, executors, administrators, successors or assigns, jointly and severally
by these presents.
71f
Signed, sealed and delivered this ------- ___._-_ day of ------------------------------------ 19aa.
The condition of this Bond is as follows: That, whereas, said
, as principal,
has entered into a contract with the State Highway Commission of the State of Arkansas for the
construction of that certain project in INDEPENDENCE County,
designated as
Job 5735 Federal Aid Project M-8020 (8)
Job Name: INTERSECTION IMPROVEMENTS (IV) BATESVILLE
consisting of an improvement of State Highway , Section , more
specifically described in the Proposal Form attached hereto, such work to be performed in strict
accordance with the terms and conditions of said contract.
NOW, THEREFORE, if the above bounden CITY OF BATESVILLE
shall in all things stand and abide by and well
and truly observe, do keep and perform all and singular, the terms, covenants, guarantees and
agreements in said Contract to be observed, kept, done and performed, and each of them, at the
time and in the manner and form therein specified, and shall do and perform all the labor and work
and shall furnish all the material as specified in said Contract and in strict accordance with the
terms of said Contract and the Plans and Specifications thereto attached, and made a part thereof,
and shall indemnify and save harmless said Arkansas State Highway Commission against any
loss or damage of whatever kind and character, arising or occasioned by deeds of negligence of
said principal, his agents, servants, and employees, in the prosecution of the work, or by reason
of improper safeguards or incomplete protection to the work and shall pay all bills for material,
labor and supplies entered into contingent and incident to the construction of said work, or used
in the course of performance of the work, and shall complete said work-within the time specified
in said Contract, then this obligation shall be null and void: otherwise to remain in full force and
effect.
The surety hereon further agrees that lack of knowledge by the Surety of any delay in the
progress of the work by the Contractor shall not operate as a defense by the Surety to any clairri
or suit on this bond, it being understood that the Surety shall receive notice of all steps looking
4W to the cancellation of the Contract, and, or, the reletting of the work.
—6—
2M-7-7B-11-2-C877-0271 3-5 F2328-1 GI
d
Contract Bond (Coned)
Unpaid clailts for material, labor and supplies entered into contingent and incident to the
construction of said work or used in the course of performance of the work, shall have a right
of action on this bond, but payments thereon shall be postponed until all claims of the Arkansas
State Highway Commission hereon have been paid in full.
The Surety Company hereon further agrees to pay all claims for which the said Contractor
Is liable under the provisions of Act No. 82 of the Acts of 1935, and Acts amendatory thereof, ex-
cept that. nothing in this Bond shall be construed as assuming liability for the purchase price of
any major equipment under what is commonly called a Sales Rental Agreement.
Unpaid claims for all items as provided in the said Act 82 of the Acts of 1935, and Acts
amendatory thereof, excepting the purchase price or sales rental price of all major equipment,
shall have a right of action on this Bond, but payments thereon shall be postponed until all claims
of the Arkansas State Highway Commission have been paid in full.
WITNESS OUR HANDS, this the . __. ---------- day of
Western--Surety_Company------------------------- — .CITY OF BATESVILLE
- - - -- -
SuretyPrincipal
IC
— - -- 3' --------•-------------------------------------
ed out Agent State of Arkansas
E
(W S I EAL
F7r1iled with the Arkansas State Highway Commission for approval this .--_---fl-___-- -- _ day of
r
----------------------- 1962----•
Z/ f� `;
2M-7-78-It-2•C 8 77-027 t 3-S F2328-1 GI
POWER OF ATTORNEY
(Irrevocable)
Know All Men by These Presents: N° 1971683 R
That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed,but may be detached by the
approving officer if desired.
That Western Surety Company, a corporation, does hereby make, constitute and appoint
.Z �74
,- C t aAs
in the City oft State of with limited authority,its true and lawful
Attorney(s)in fact with full power and authority hereby conferred, to sign,execute,acknowledge and deliver for and on its behalf as Surety,
one of the following bonds.
An ORIGINAL bond required by Statute,Decree of Court or Ordinance for: MAXIMUM PENALTY
(A) ADMINISTRATOR
CONSERVATOR
CURATOR
EXECUTOR
PERSONAL REPRESENTATIVE
GUARDIAN
TRUSTEE-- (Testamentary Only)
SALE OF REAL OR PERSONAL PROPERTY $1,000,000.00
—When this company has qualifying bond or
when it is a separate bond for accounting of
proceeds of sale only
COMMISSIONER TO SELL REAL ESTATE
REFEREE IN PARTITION
TRUSTEE OR RECEIVER — In Bankruptcy(Excluding Chapter 11)
(B) NOTARY PUBLIC
PUBLIC OFFICIAL AND DEPUTIES $ 50,000.00
RECEIVER—(In State Court Only)
(C) PLAINTIFF'S COURT BOND, except bonds prohibited by"Note" Below $ 10,000.00
(D) COST ON APPEAL ) EXCLUDING OPEN PENALTY,
REMOVAL OF CAUSE) STAY,SUPERSEDEAS OR $ 500.00
GUARANTEE OF A JUDGMENT
(E) LICENSE
PERMIT
QUIET TITLE $ 10,000.00
Not including bonds where the state is Obligee, except special fuel users $ 1,000.00
(F) ANY BOND OR INDEMNITY provided there is attached to this Power of Attorney, written authority in the form of an
endorsement, letter or telegram, signed by the Chairman of the Board, President, Vice-President, Secretary, Treasurer or
Assistant Secretary of Western Surety Company specifically authorizing its execution.
NOTE: SUPERSEDEAS, OR OPEN PENALTY OR STAY BONDS ON APPEAL OR GUARANTEE OF JUDGMENT, OR BAIL
BONDS OR CONSTRUCTION BID OR CONTRACT BONDS,OR BONDS FOR DEFENDANTS ARE NOT AUTHORIZED
BY THIS POWER OF ATTORNEY, except as provided in Section (F).
WESTERN SURETY COMPANY further certifies that the following is a true and exact copy of Section 7 of the By-Laws of the
Western Surety Company, duly adopted and now in force, to-wit: "Section 7. All bonds, policies, undertakings or other obligations of the
corporation shall be executed in the corporate name of the Company by the Chairman of the Board, President, Secretary, any Assistant
Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The Chairman of the Board,
President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have
authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any
bonds,policies,undertakings or other obligations of the corporation."
Dated this 1st day of June,1977
ATTESTc: G, xL / WESTERN SURETY COMPANY
Assistant Secretary By
;41--
STATE OF SOUTH DAKOTA ) ss President
County of Minnehaha J
On this 1st day of June,1977, before me,a Notary Public,personally appeared JOE KIRBY,who being by me duly sworn,acknowledged
that he signed the above Power of Attorney as President of the said WESTERN SURETY COMPANY and-acknowledged said instrument to be
the voluntary act and deed of said corporation.
r
My commission expires /i ���✓�'�j r � i
My Cstii fission Expires 10-1.82 Notary Public,South Dakota
1, the undersigned officer of the western Surety Company, a stock corporationof'the State of South Dakota, do hereby certify that the
attached Power of Attorney is in full force and effect and is irrevocable.and furthermore,that Section 7 of the By-Laws of the company as set
forth in the Power of Attorney,is now in force. I E-L
In testimony whereof, I have hereunto set my hand and the seal of the Western Surety Company this * day of
f1 aP -(- 119 'FO WESTERN SURETY COMPANY
*IMPORTANT: This date must be filled in before it is B
attached to the bond and it must be the same date as y D� ,
the bond.
President
GO-_O9
SUI'. Y AGENT'S CERTIFICATE TO ACCO- tTY
SURETY'S POWER OF ATTORNEY
L
I� James R. Edwards, Jr. , do hereby .certify that I
am the duly appointed and authorized Resident Agent and
(Resident Agent)
Attorney - in - fact for the WESTERN SURETY COMPANY
(Attorney-in-Fact) (Surety Company)
of 305n STFMMnNS FREEWAY . DAHASA AS, TEAS
(Address)
and that the Power of Attorney hereby endorsed is in full force and effect
and applies specifically to the Construction Bond of CITY OF BATESVIL LE
(Contractor's
as Contractor for the construction of Arkansas
Name)
(Road, Bridge), designated as Job No. 5735 _, as evidence of the above
asserted authority to bind my said Principal, the WFSTFRN URFTY COMPANY
(Surety Company)
of SIOUX FALLS, SOUTH DAKOTA ,
as Surety on said Bond.
SIGNED this 22ND day of FEBRUARY 14 80
WHTTF. RTVFR INSURANCE AGENCY INC
By': r, 6-Are'sid,nr
J (Title)
Surety Seal
9-21-72 ARKANS ATE HIGHWAY AND TRANSPORTATI EPARTMENT
SUPPLEMENT TO PROPOSAL
C E R T I F I C A T I O N
THIS CERTIFICATION SHALL BE COMPLETED BY THE BIDDER AS PART OF THIS PROPOSAL
The bidder , proposed subcontractor , hereby certifies that he has 1_,
has not , participated in a previous contract or subcontract subject to the
equal opportunity clause, as required by Executive Orders 10925, 11114, or 11246,
and that he has L, has not , filed with the Joint Reporting Committee, the
Director of the Office of Federal Contract Compliance, a Federal Government con-
tracting or administering agency, or the former President's Committee on Equal
Employment Opportunity, all reports due under the applicable filing requirements.
(Currently, Standard Form 100 (EEO-1) is the only report required by the Executive
Orders or their implementing regulations. )
Job No.
(Co pany)
FAP No. _ �n (� �� By
(W
"J
Date 7 11 A
(Title)
NOTE: The above certification is required by the Equal Employment Opportunity
Regulations of the Secretary of Labor (41 CFR 60-1.7(b)(1)), and must be sub-
mitted by bidders and proposed subcontractors only in connection with contracts
and subcontracts which are subject to the equal opportunity clause. Contracts
and subcontracts which are exempt from the equal opportunity clause are set forth
in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under
are exempt. )
Proposed prime contractors and subcontractors who have participated in a previous
contract or subcontract subject to the Executive Orders and have not filed the re-
quired reports should note that 41 CFR 60.17(b) (1) prevents the award of contracts
and subcontracts unless such contractor submits a report covering the delinquent
period or such other period specified by the Federal Highway Administration or by
the Director, Office of Federal Contract Compliance, U. S. Department of Labor.
L