Loading...
HomeMy WebLinkAbout91-94 RESOLUTION• Ira f . d RESOLUTION NO. 91-94 A RESOLI.BON AWARDING BID NO. 94-238 IN THE AMOUNT 01: $218,381.10 TO JERRY D. SWEETSER, PLUS A CONTINGENCY AMOUNT OF $10,919.00 FOR THE CEDARWOOD DRAINAGE IMPROVEMENT PROJECT; AND APPROVAL OF BUDGET ADJUSTMENT IN THE AMOUNT OF $229,301.00. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. The City Council hereby authorizes the Mayor and City Clerk to execute a construction contract with Jerry D. Sweetser in the amount of $218,381.10 plus 5% contingency amount of $10,919.00 for the Cedarwood Drainage Improvements Project. A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof. Section 2. The City Council hereby approves a budget adjustment increasing Bridge & Drainage Improvements, Account No. 4470 9470 5817 00 in the amount of $229,301.00 and Transfer to Sales Tax Construction Fund, Account No. 1010 6600 7602 47 by decreasing Use of Fund Balance, Account No. 4470 0947 4999 99, in the amount of $64,301.00; Transfer from General Fund, Account No. 4470 0947 6602 01, in the amount of $165,000.00; Use of Fund Balance, Account No. 1010 0001 4999 99, in the amount of $165,000.00. A copy of the budget adjustment is attached hereto and made a part hereof. PASSED AND APPROVED this 16th day of August . 1994. ATTEST: By: J'Loa: 7- J Traci Paul, City Clerk APPROVED: By: ' G.' i Fred Hanna, Mayor • DEPARTMENT OF PUBL;.I'C WORKS CITY OF 'FAYEITEVILLE FAYETTE`IL.LE, ARKANSAS SPECIFICATION & CONTRACT DOCUMENTS FOR DRAINAGE IMPROVEMENT CEDARWOOD SUB.D.IVIS.ION FEBRUARY 1992 Prepared by: ETC Engineers and Scientist3 1510 South Broadway Little Rock, Arkansas 72202 and City of Favetteville Enaiaeeti:na Division 'gel an Yoi ItiNasEl i gt:illtcte Fi ,aoi/a/IojtiunT zzainiR bas :AO d7ia.5tT ai *gig guiv..I bus gnilbr2H •wa -ai2 :rbsg2 gubc.:gsM bat pint iktu ; a1S;rllt.3grtilzilzuel bat pizz0° ., i sgi'I to noatatiaaal uol gnrrutu +sumo -a2 br . T; ai3zsr310 tL ogasQ bas !svomsB a:alma-a r-4,1u1scrl2 pn i °13 oT u1-ot 1' sin -ac_) eo .d;IIItro baa rouizoquo0 - sss'.r!^C 1 tanaoD bn riM atstao3 La ban mauoO to ;".:ha° astuo$l tA.rrk i ,qi io 8n1 12 diu • Tau...') gaitaix3 tlgeSt basvurns2 i,nue br:. t3Yutatn12 etsnaoD tmairr733:tq qa qi$l !ifonoDzIffiziT qurts110 Erni' I • TAT UQ3 (BMSA 21AISI3TAM - [[I TSIKI tlr otsM usnoM bas Insmfl 1-111 tassW S-111 n:•. gs ttA tbraaoO a ,-:32 ',r:.=. _ _c vzsD -.!ort utM !� :D bssZ I�siIill-�l :3s:2 gabto3,kihM 8-111 slsnao3 AlsdcizA uM 3oH Q-111 sgrl zev✓s2 ano:2 01.111 gstgiSi ibo5i 1NTT Y 1.337 0 0 • • • t . • City of Fayetteville Advertisement for Bid # 94-23 Notice is hereby given that the City of Fayetteville, hereinafter called the owner, will receive sealed bids at the Purchasing Office, City Administration Building room 306, 113 W. Mountain St., Fayetteville, Arkansas 72701, until 10:30 a.m., local time, on the 27th day of July. 1994, for the furnishing of all tools, equipment, labor, and materials, and performing the necessary work to be done to complete the construction of CEDARWOOD DRAINAGE IMPROVEMENTS. The scope of this project is construction of approximately 1542 1.f. of 30" storm sewer, 2 curb inlets, 10 junction boxes and other related items. The location of the work is set out in the plans and specifications on file at the office of the city Engineer, Fayetteville, Arkansas. Said plans can be inspected or obtained without any fees, but must be returned by unsuccessful bidders. Each bid must be accompanied by a surety bond in the amount equal to five percent (5%) of the whole bid, said bond to be issued by a surety company licensed to do business in the State of Arkansas, said bond to be retained as liquidated damages in case successful bidder fails, neglects or refuses to enter into the contract for the construction of said works, and furnish the necessary bonds within ten (10) days from and after the date the award is made. The owner reserves the right to reject any or all bids, and to waive any informalities deemed to be in its best interest. The attention of all bidders is called to the fact that if this contract exceeds $20,000 they must be licensed under the terms of Act 150 of the 1965 Acts of the Arkansas Legislature, as amended. Pegxg)5s - Purchasing Manager To: N.W.A. Times Please publish this ad two times: July 13, 94 & July 20, 94 " 1" 4 .1 • • • • UNITED STATES HDEL KNOW ALL MEN BY THESE PRESENTS: Jerry J. Sweetser, Inc. THAT ......... • • `GUARANTY COMPANY •' to SOLI tvntpanyl BID BOND BOND NUMBER oe Fayetteville, Arkansas , as Principal , and UN'TED STATES ;ICELITY AND GUARANTY COMPANY, a Maryland corporal on. as Sdrety, are held and 1 rmly bound unto.......... City of Fayetteville Department of Public Works Five Percent (SZ) of Bid asCb igee. in the ful and lust sum of .................................................................................................................................... ............................................................................................................................................................................... .. Co tars, lawfu. ncney o' the Jnitec States. for the paymert of wh ch Sr, well and truly to be made. we bind cdrselves, our heirs, execdtcrs, adm n strators, sl.ccessors and assigns, Joint y and severally, firmly by these presents. WHEREAS, the said P•n:ipal s herewith submittng its proposal for furnishing, all labor and materials for the construction of the Cedarwood Drainage Improvement, Fayetteville, Arkansas. THE CONDITION OF THIS OBLIG4TIOh . ^ -hot i' t- acre.ari °rnnpa sha 1 to doirred I e l ah'rart t•c sa Pt r. ipa' ai' nil v' 'he time required erter into a forma contract and give a good and sd1iaent acnd to secure the perfnirrance of the te-ns and conditicns of the contract then Ih s cb igat oh to he Kid: otherwise the Pr raga' anc Suety w I pay Jrto the Ob'igee the difference h -grey between :he amont cf the tid ae he said P- nc aal and 11 a anoint far which the Oh igee legaily cortracts with another party to oerforn tie bo -k l' the 'site- ancuil be ii extess 01 tie '0 -mer. bd1 r ro inert shvl 'Ability hen Ohre- exceed the petal svn hereof. July 27, 1994 Signed. sea ed and ce iee-ed .............................. IDat& Secretary eurtrn t 11 :Revi'edl 11-741 Jerry D. Sweetser, inc. Robert M. ;SEAL] :SEAL] UNITED STATES FIDELITY AND GUARANTY COMPANY Afto•ner-'ndart Davis I • 4 • ! a d • N9 299352 UNITED STATES FIDELITY AND GUARANTY COMPANY POWER OF ATTORNEY NO. 106636 KNOW ALL MEN BY THESE PRESENTS: That UNITED STATES FIDELITY AND GUARANTY COMPANY. a corporation organized and existing under the laws of the Slate of Maryland and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint A.P. Eason, Jr. and Robert M. Davis of the City of Fayetteville , SWe of Arkansas its Inn and lawful Attorneyls)-in•Facl, each in their separate capacity if more than one 's named above, to sign its name as surety to. and to execute. sea. and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons. guaranteeing we performance of contracts: and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to be sealed with its corporate seal. duly attested by the signatures of its Senior Vice President and Assistant Secretary, This 22nd day of January , A.D. 1993 . SATE OF MARYLAND) BALTIMORE CITY ) UNITED STATES FIDELITY AND GUARANTY COMPANY 04. (Signed) By.. yn!f 1 f\ (Signed) By .. (/j74✓ Senior Vice President Assistant Secretary On this 22nd day of Jan.Jary .A.D.1993 ,beforemepersomilycame Robert J. Lamendo1a Senior Vice President of the UNITED STATES FIDELITY AND GUARANTY COMPANY and Paul D. Sims , Assistant Secretary of sand Company. wrtb both of whom 1 am get tally acquainted, who being by me severally duly sworn, mid, that they, the said Robe r t J. Lamendoia and Paul D. Sims were respectively the Senior Vice President and the Assistant Secretary of the said UNITED STATES FIDELITY AND GUARANTY COMPANY. the corporation described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation: that the seal affixed to said Power of Attorney was such corporals seal, that it was so affixed by order of the Board of Directors of said corporation, and that They signed their names thereto by like order as Senior Vice President and Assistant Secretary, respectively. of the Company. My Commission expires the lith day in�.March A.D. 1995 (Signed`, .. .. r's NOTARY PUBLIC ♦mar This Power of Attorney is granted under and by authonty of the following Resolutions adopted by the Board of Directors of the UNTIED STATES FIDELITY AND GUARANTY COMPANY on September 24. 1992: RESOLVED that in connection with the fidelity and surety insurance business of the Company. all bonds, undertakings. contracts and other instruments relaung to said budoess may be signed. executed. and scicriowlged by persons or entities api::eted as Atem_eyf s) -m -Fact ours!art to a Power of Attorney issued rn accordance with these resolutions. Said Power(,) of Attorney for and on behalf of the Company nay and shall be executed in Ibe name and on behalf of the Company, either by the Chairman, or the President, or an Executive Vice President. or a Senior Vice President, or a Vice President or an Assistant Vice President jointly with the Secretary or an Assistant Secretary. under then respective designations. The signature of such officers may be engraved. printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attorney(,) -in -Ful for purposes only of executing and attesting bonds and undertakings and other wntings obligatory in the nature thereof. and unless subsequently revoked and subject to any limitations set loth therein. any such Power of Attorney or cenrficate beanng such facsimile signature or facsimile sea: shall be valid and binding upon the Company and any such power so executed and certified by such tacsimnc signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which rt is validly attached RESOLVED. that Attornry(s).io-Fact shall have the power and authonty unless subsequently revoked and, in any case, subject to the terms and limitations of the Power of Attorney issued to them to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings. and other writings obligatory in the nature thereof, and any such instrument executed by such Attomey(s)-m-Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. L Paul D. Sims . an Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY. do hereby certify that the foregoing is a tn,e excerpt from the Resolution of the said Company as adopted by as Board of Directors on September 24. :992 and that this Resolution is in hill force and effect. 1, the undersigned Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY do hereby certify That the foregoing Power of Attorney us in full force and effect and has not been revoked. In Testimony Whereof, 1 have hereunto set my hand and the seal of ITE STATES FIDELITY AND GUARANTY COMPANY on this day of .19 . �amAsb_ ICJ . FS 3 (10-92) Assistant Secretary • • • • Place Cl popergas:� Date ji,/ 27 PROPOSAL Proposal of organized and existing under the laws . and qualified to do Arkansas; a Partnership* consisting of Individual* trading as FAYETTEVILLE, ARKANSAS: JERRY D. SWEETSER, INC • a corporation* of the State cf business in the State of an , TO THE CITY' OF The bidder to compliance with your invitation for bids for the construction of Drainage Improvements, Ceda-wood Subdivision, having examined the Plans and Specifications with related documents and the site of the proposed work, and being familiar with all the conditions surrounding the work, including the availability of materials and labor, hereby proposes to furnish all labor, mate, ials. and supplies required to be furnished. and at the prices stated below. These prices are to cover al] expenses incurred in performing the work required under the Contract Documents, offwhich this proposal is a part. Bidder hereby agrees to commence work under this contract on a date to be specified in a written "Work Order" of the Engineer, and to fully complete the project within 60 consecutive calendar days. Bidder acknowledges receipt of the following addenda: * Fill out applicable blank • i • • • . 1 4 BASE BID UNIT PRICE SCHEDULE FOR CEDARWOOD DRAINAGE IMPROVEMENTS Item Estimated Quantity No. and Description Unit Price • • Extended 1. 1124 L.F. 36" Class III concrete pipe per specs. complete in place Scvtec-1 �i �� avid ck° (� — Doll$rs 7 G $ 88,683.0 /82d 2. 665 L.F. 30" Class III concrete pipe per specs. complete in place ,SGA0,�Lci, �o /rs Dollars ��. 30 $ 96, 7q Se 3. 445 L.F. removal and disposal of existing concrete ditch paving Weetti Ck✓l.2 Dollars 60 o2Oiir— r�- $9(2:6.c _ 4. 2 each construct new junction box (5'x 8') I -2.Q Ylo4cU 2c1 CiinA. of/aft,- Doll$rsJ02 3 � • $ 4IZ /C.00 5. 14 each construct new standard junction box DollarsIf Id; fy- $CC. $ /141x2 DO 6. 50 L.F. remove & replace existing curb Q•��I /0o — Dollars $ aC: oC $ /6n0.° 7. L.S. relocating existing arch CMP sta 0+00 to +/- ata 0+45 Cij Q u - KA 'r, p•da e-cv ciA d. c t« Dollars s Q0 • • • 8. 2 each tie-in existing corrugated metal pipe(s) to new junction box • 4111 • V -2 I hu✓ A1-( a tsi Dollars $ SGb 9. 20 cubic yards rock riprap furnished and complete in place to4� a I ss: 0-c,ollars cO /006. D OG s 1:3 dace' 10. 1 each construct new junction box with field inlet oD ie c ku,ic! t-Cr1 and ,�� Dollars $ /760.-°- $ 11. 60 square yards cut & replace existing asphalt street bri II o� a✓tc1 ! oD Dollar smoc.' 12. 195 square yards cut & replace concrete street i DollaEs) �/off �p - $ `7 $ P 13. 30 square yards cut & replace existing sidewalk Dolla $ 14. Lump Sum fertilizing, mulching, seeding, sodding, etc )1x'- osarid-1')rite)1urnc]l.ec�-F Dolts/ 333 .00 32.— $ X333'00 q� 15. Lump Sum Mobilization / Demobilization er_ih3o,stvtA (lV 1AI C_ct aid 'lap Dollars SiiCi� $ 16. Lump Sum Trench Safety per OSHA's regulations II,JQxt- OAP nu tdrei tang/ -46D Dollars f smo, (OD • • • 17. 2 each concrete flared - end section for 30" pipe • • 1X huY+ Qsi /1 . s�C RatDollars /cc ��- "$��-/2C& 18. 1 each corrugated metal '\U -Q b(k\f-C.X anc °v(IL5� flared -end section for Dollars ob_— `//� existing arch pipe sta 0+00 $ sac • $ ,% (.�ca 19. 85 square yards cut and replace existing driveway Doll$rsJ ds=� $ b Ce) 20. 32 L.F. 24" Class III Concrete Pipe per specs. Complete in Place J.e Dollars 1 G'II v.d )00 $ X02 9G'. TOTAII W O hu4d42a JCL •ILealD'SSQAJ ✓--e IlUrbatated S I !/81 ` • J (numbers) (words) eljk%-one oi.nd l%oo • • • . . • The unit prices shall include all labor, materials, bailing, shoring, overhead, profit, insurance, etc, to cover the finished work of the several kinds called for. • • Bidder understands that the Owner reserves the right to reject any or all bids and to waive any informalities in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of sixty (60) calendar days after the scheduled closing time for receiving bids. Upon receipt of written notice of the acceptance of this bid, bidder will execute the forma] contract attached within ten (10) days and deliver the Surety Bond or Bonds as required by Paragraph 8 of the Genera] Conditions. The bid secunty attached in the sum of 5 Za is to become the property of the Owner in the event the contract and bond are not executed within the time above set forth, as liquidated damages for the delay and additional expenses to the Owner caused thereby. By JERRY D. SWEETSER, INC, (Svti75 rx SEAL - of bid is by a corporation 100 West Cen4ter Suite POI Fayetteville, AR /2702-421F Mc 501-521-22:4:4 IH.l1RED Jerry Uweetser, '.i')ID W. Poplar Fayetteville AR 12703 1 1 1 1 1 1 Put NUI URL Nu, tilt Nu uM In un On U'.In..0 POI Kid Balks' .. ICnIIU 01 lin COMPANIES AFIIUUDINU COVERAGE COMPANY LETTCR A Hituminuus Insurance Lo. UMMI LETTER 11 (AIIYWY LE TIER C LtRIANY LETTER U CTMFYTNY LEITER E COVERAGES 1 - 1HIS IS 10 URIIFY 1IV1 POLICIES O INSMANLE LISTED BLLLM HAVE BEEN ISSUED 1E1 THE INSURED WED ABOVE FOR THE POLICY PERIOD INDICATED. 110IWIR151ANDING ANY REOUIPOENT TERN OR CONDITION UF AMI CONTRACT OR OTHER OOLUk7(T WITH RESPECT TO WHICH 11119 CERTIFICATE M Y Bl ISSUED OR MAY PERinIh THE INSURAMl AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT 10 ALL TERMS, EXCLUSIONS, FIND CONDITIONS OF SWI POLICIES. LIMITS 9134N MY IIAVE BEEN REDUCED BY PAID CLAIMS. LIMI IS A A TYPE OF INSURANCE GENERAL LIABILITY (XI 11MMRRLII (411 LIABILITY I ] CLAIMS MADE IX ] ILC. (TO (MITERS'S 8 IXMIRRI.TDR'S PROTECTIVE I1 (1 AUTOMOBILE LIAR 61 IXC ANY AUTO ( 3 ALL OWED AUTOS 1 3 SU1EDIED AUTOS I 1 HIRED AUTOS I 1 NUN -OWED AUTOS L 1 GARAGE LIABILITY I1 A A A POLICY NUMBER EXCESS LIABILITY IXC UMBRELLA FOAM I 3 U1HER THAN LtMAIIELLA FORM WORKERS' COMP AND EMPLOYERS' Linn OMER EER Inland Marine CLP2131174 CAP 11313240 UUP1786039 WC122292 CLP? 131 1 71i POLICY EFF DATE 10/30/93 10/30/93 POLICY EXP DATE 10/30/93 10/30/93 10/30/11 DESCRIPTION W IIPFRATIONS/LOCATIONS/VEHICLES/SPLCIAL ITEMS $500,000 per person -41,000,000 General g 4 ��l] AR 72701 rayet)tevil]11� AR 72702 _ l CE�I�ILAt1tg Ih1LDEN e{— _— - SHIM , OF 1FE ABOVE DESCRIBED POLICIES BE (AICELLED BEFORE THE EX- = PIRATION DATE THEREOF THE ISSUING COFPYMIY WILL ENDEAVOR TO MAIL 30 = DAYS WRITTEN NOTICE 111 1lt CERTIFICATE HIDER NAMED 10 THE LEFT BUT = FAILURE 10 MAIL SUCH NUM SHALL IMPOSE NO OBLIGATION OR LIABILITY IF = ANY KIND UPON 111E COMPANY, 115 AMOS UR REPRESENTATIVES. City of Fayetteville, cL�e� a�ox r]�'Zt3 113 W. Fountain GwwERAL AGGREGATE 12,00281008 10/30/94 P14.11)-COM/OP AN. PERS. 1 ADV. INJURY 1, INN, 000 IAUI OLtURRENLt 1, 600,000 FIRE Walt IIMY ONE FIRE) 60, 000 MED. EIIVb IFtIY RE PERSON) 6, 000 OM1. SIMILE LIMIT 1000000 10/30/94 BODILY INJURY — -- !PEPOISON) BODILY INJURY (PER AttIDEN1) 10/30/94 10/30/94 10/30/94 PRGbLR1Y DW(R6E-_- EALIIOLCURREWS P2000000 A6UREGAIE e000000 XISTATUTORY LIMITS EACH ACCIDENT 1000000 015176E411. UNIT 6000000 DIstASE FAGI ETP. 1000000 1324149 Li.IL OLP Bituminous 6/6/94-6/6/95 Aggregate. Additional insured are Officers, Agents and Employees City Of Fayetetteville 113 W. Mountain Fayetteville AR 12/01 ACORD 25-5 (7/981_ AUTINRIIED REPHES}NIA1IVE Robert Michael Uavi45 4 aMMIM • UNITED STATES FIDEEI UARANTY COMPANY (A Stock Company) ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND We Jerry D. Sweetser, Inc. as Principal. he•e•rafler caled Prncipa. ard LNITED.STATES FIDELITY AND GUARANTY COMPANY a coroporation organized and exist rg under the laws of the State cf Maryand and authorized to do business in the State of Arkansas as Surety, nereina'ter cal ed Surety, are held anc firmly bound urtc ...... ...... City of Fayetteville Deaaclurent of Public idor.ss as Obligee. hereinafter cal ed Owner, in the amount of..'IW°. 11.4t4 -ed, Fi_chteet:_ T cusa id, Three.., Ilundrec Eighty -One dollars and 1 gig 00. ...... ...... Dollars (8. $218, 381.10) 'or the payment wiereof Principal and Surety bind themselves. their heirs. personal representatives. successors and assigns cintly ard severally. firmly by these preserls Pr ncipa las by written agreement dated KacTi-Istp. 16., 1994..,., ,.. ,., . entered Into a contact with Owner 'or furnishing al . labor an materials for the construction of the Cedarwood Drainage Trproverent, Fayetteville, Arkansas. whit', contract is by re'ererce mace a part hereof. and is hereinafter referred to as the Cortract. THE CONDITION OF THIS OBLIGATION is such that if the Principal shall falhfu ly perfo•m:he Contract on his part ard shall hi ly indemnity and save Harmless the Owner from al: cost and damage which he may surer by Feasor of fai ure sc to do and sha I 'ul y reimourse and repay the Owner al! outlay and expense which the Owner may rcur n making good any such default. ard. further. that if the Principal steal pay all persons all indebtedness for labor or mater als finished or per`ormed uncer said Corlract failing which such persons shall have a direct rignt o` actior against the P•inc:pal and Surety. jointly and severally, under this obligation, subject to the Owrer's priority. then this ob igatron shall be null and vo d: otnerw se it shall rema n in lull force anc effect No suit, action or proceed ng shall be brought on this bona outside the State of Arkansas. Nc suit, act cn or proceeding shall be brcugn: on this pord except by the Owner. Lrless it is brought in accordance wlh A.C.A. Section 22-9-403 (b) ard A.C.A. Seclior 18-44-503 (b) (Supp. 1987) as amended. No sul, action o• proceeding shat• be brought by the Owner after two years from the date on which final payment under the Contract falls due. Ary alterations which may be mace in the terms o' the Contract. or in the work to be done under i:. or the giving by the Owner of any extension of lime for the perfcrmance o` the Contract. or ary other torbetance on the Dart et either the Owner cr the Pr re pa to the ether snail no: in any way release the Principal ard the Surety or Sureties. or either or any of Them ter he rs, personal representatives successors or assigns from their liabi ity hereunder. notice to the Surely or Sureties of any such alte•at cn. extensior or forbearance being hereby wa ved. In no event shat the aggregate lability of :he Surety exceed the sum set out herein .. day of. 19 94 . Executed on this .....22nd.. 1 Coni•acl 158 (A•kansasl (11-89) Jerrryy D. Sweetser, y Pee s en - nrincioal UNITED STATES F DELITY AND GUARANTY COMPANY Surety Attorney -n -fact a•; I r • Robert M Davi s under the A.P. • • UNITED STATES FIDELITY AND GUARANTY COMPANY POWER OF ATTORNEY NO. 106636 936016 4PU$FG KNOW ALL MEN BY THESE PRESEiv :S: That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing laws of the State of Maryland and having Its principal office at the City of Baltimore. in the State of Maryland, does hereby constitute and appoint Eason, Jr. and Robert M. Davis ofthe City of Fayetteville , State of Arkansas its tine and lawful Attorney(s)-in-Fact. each in their separate capacity if mote than one is named above. to sign its name as surety to. and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other wntten instruments in the nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons; guaranteeing the performance of contracts; and executing or guaranteeing bonds and undertakings required or pemutted in any actions or proceedings allowed by law. In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to be sealed with its corporate seal. duly attested by the signatures of its Senior Vice President and Assistant Secretary. this 22nd day of January , A D. 1593 STATE OF MARYLAND) BALTIMORE CITY ) (Signed) (Signed) SS: UNITED STATES FIDELITY AND GUARANTY COMPANY BY /'246 / ZVI Senior Vice President Assistant Secretary onthis22nd dayof January ,A.D.1993 . before mepersoSlycame Robert J. Lamendola Senior Viet President of the UNITED STATES FIDELT Y Alda GUARANTY COMPANY and Paul D. Sims . Assistant Secretary of said Company, with both of whom I am peaonally acquainted, who being by me severally duly swam, said that they, the said Robert J. Lamendola and Paul D. Sims were respectiweythe Senior Vice President and the Assistant Secretary of the said UNITED STATES FIDELITY A' O GUARAN TY COMPANY, the aotporatioo descnbed in and which executed the foregoing Power of Attorney: that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such oorponce seal, that it was so affixed by order of the Board of Directors of said corporation, and that they signed their names thereto by like oiler as Senior Vice President and Assistant Secretary. respectively, of the Company. My Comnussion expires the lith day in —.March A.D.19 95. (Signed) NOTARY PUBLIC This Power of Attorney is granted under and by nutbonty of the following Resolutions adopted by the Board of Duecton of the UNITED STATES FIDELITY AND GUARANTY COMPANY on September 24. 1992: RESOLVED, that m connection with the fidelity and surety insurance business of the Company, all bonds. undertakings, contracts and other instruments relating to said business maybe signed, executed, and acknowledged by persons or entities appointed as Attomey(s)-in-Fact pursuant to a Power of Attorney issued in accordance with these resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman. it the President. or an Executive Vice President or a Semor Vice President, or a Vice President or an Assistant Vice President jointly with the Secretary or an Assistant Secretary, under thew respective designations The signature of such officers may be engraved, printed or hthogeaphed. The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Atlomey(s)-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and. unless subsequently revoked and subject to any limitations set forth thertxn, any such Power of Attorney or certificate beating such facsimile signature or facsimile sed shall be valid and binding upon the Company and any such power so executed and cert.fied by such facsimile signature and facsimile sed shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached. RESOLVED. that Attomey(s)-ri-Fact shall have the power and authonty, unless subsequently revoked and, in any case subject to the terms and limitations of the Power of Attorney issued to them. to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings. and other writings obligatory in the nature thereof. and any such instrument executed by such Attorney(s)-in-Fact shall be as binding upon the Commpaoy as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. 1. Paul D. Sims , an Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY, do hereby certify That the foregoing is a true excerpt from the Resolution of the said Company as adopted by its Board of Directors on September 24, 1992 and that this Resolution is in full force and effect L the undersigned Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY do hereby certify that the foregoing Power of Attorney is in full fora and effect and has not been revoked. In Testimony Whereof 1 have hereunto set my hand and the seal of r% I STATES FIDELITY AND GUARANTY COMPANY on this day of . 19 . FS 3 (10-92) Assistant Secretary • • CONTRACT AGREEMENT 1. THIS CONTRACT AND AGREEMENT, made and entered into this 16LIllay of Auast , 19 94 , by and between the City of Fayetteville, .Arkansas, :Pam the First Fart, acting through its duly authorized representative, and „erry D. Sireetser, Inc. 590 Poplar F.treet Th etteville, A? 72703 Party of the Second Part: WITNESSETH: That for and in consideration of the payments to be made as hereinafter set forth, the Party of the Second Part hereby agrees to furnish all tools, labor, equipment, materials, and applies required to be furnished and to construct the improvements designated as Drainage Improvements, Cedarwood Subdivision for the City of Fayetteville, Arkansas, in exact accordance with the Plans on file at the Office of the City Engineer, and Specifications, Proposals, Stipulations, and Special Provisions attached hereto and made a part hereof as fully as though copied herein, under the direction and to the entire satisfaction of the Party of the First Part and in accordance with the laws of the State of Arkansas. 2. It is further agreed and understood by and between the parties hereunto that the Party of the First Part agrees to pay and the Party of the Second Part a ees to accept as full and final compensation for all work done under this agreement, the Unit Prices and/or Lump Sum Price named in the Proposal which is hereto attached, such payment to be made in Iawful money of the United States, at the time and in the manner set forth in the Specifications. 3. The Party of the Second Part agrees, for the consideration above expressed, to begin and complete the work within the time specified in the Proposal. Time is expressly made of the essence of this Contract. If the Party of the Second Part shall fail to complete the work in the time specified he shall pay to the Party of the First Part, as liquidated damages, ascertained and agreed, and not in the nature of a penalty, the amount specified in the Proposal for each day delayed, for each Schedule delayed, which shall be deducted from the final amount to be paid under the Contract. Extensions of time may be granted with waiver of liquidated damages as provided for in the Specifications. 4. The Party of the Second Part agrees to furnish a Bond, with an approved Surety thereon, guaranteeing the performance of this Contract, as required by the laws of the 411thereon, of Arkansas, and for not less than one hundred (100) percent of the amount of this Contract. Said Bond shall be conditioned on full and complete performance of this Contract and acceptance by the City of Fayetteville for the payment of all labor and • • • • • • The Contractor shall furnish adequate sanitary facilities for workmen in the work area during the construction period. 33. CONSTRUCTION SAFETY. Throughout these specations, whenever engineering decisions are to be made to ensure adequate construction in accordance with the plans and specifications, such inspection and engineering decisions are not to be construed as supervision of the Constractors' work force, nor make the Engineer responsible for providing a safe place for the performance of the work by the Contractor or the Contractors' employees or those of the suppliers, his subcontractors, nor for access, visits, use, work, travel, or occupance by any person, as these responsibilities are covered under the provisions of the contract, the Contractors insurance and performance bond and cannot be the responsibility of the Engineer. The above provision does not prevent the Engineer or his personnel from requiring reasonable safety standards, if, in the course of their technical supervision, it comes to the attention of the Engineer that reasonable safety standards are not being carried out. GC -16 • • • • • The Contracting Authority may withhold or, on account of subsequently discovered evidence, nullify the whole or part of any certificates to such extent as may be necessary to protect the Contracting Authority from loss on account of: (a) Defective work not remedied, (b) Claims filed or reasonable evidence indicating probable filing of claims, (c) Failure of the Contractor to make payments properly to Sub - Contractor or for material or labor, (d) Damage to another Contractor, (e) Incomplete work. When the above grounds are removed, payment shall be made for amounts withheld because of them. SHOP AND ERECTION DRAWINGS' The Contractor shall furnish the Engineer with triplicate copies of all shop and erection drawings for approval. These drawings shall include the drawings prepared on structural and reinforcing steel, special layout drawings of equipment or machinery purchased under this Contract, and other supplementary drawings required in the prosecution of the work. One copy shall be returned to the Contractor and two copies retained by the Engineer for field and office reference. The approval of such drawings by the Engineer does not constitute an acceptance of responsibility of their accuracy. 31. LABORATORY TESTS' All material entering into the work is subject to various tests as may be required by the specifications. The cost of all such tests shall be the responsibility of the Contractor furnishing such material. The Contractor shall also bear the cost of any tests arising out of his desire to use materials which may be questionable in the opinion of the Engineer. 32. DRINKING WATER AND SANITARY FACILITIES - The Contractor shall provide safe drinking water for his workmen during the construction period. The water shall be delivered through a spigot, angle jet fountain, or other approved device. Common drinking cups will be prohibited. GC -15 • 10. EXCEPTIONS TO INSTRUCTIONS TO BIDDERS: If this contract is less than $20,000.00 the following exception applies: The Contractor is not required to he licensed under the terms of Act 150 or the 1965 Acts of the General Assembly. 11. TIME OF COMPLETION AND LIQUIDATED DAMAGES: Bidder must agrre to commence work on or before a date to be specified in a written "No:ice to Proceed" of the l ler and to fully complete the project within 60 consecutive calendar days thereafter. Liquidated damages are hereby set at $200 per calendar day. 12. NOTICE OF SPECIAL CONDITIONS: Attention is particularly called to those parts of the contract documents and specifications which deal with the following: (a) (b) (c) (d) Inspection, and testing of materials. Insurance requirements Wage rates. Special equipment which the Contractor must use on the job. 13. SAFETY STANDARDS AND ACCIDENT PREVENTION: With respect to all work performed under this contract, the Contractor shall: 1. Comply with the safety standards provisions of applicable laws, building and construction codes and the "Manual of Accident Preven:inn in Construction" published by the Associated General Contractors of America the requirements of :he Occupational Safety and Health Act of 1970 (Public Law 91-596), and the requirements of Title 29 of :he Code of Federal Regulations, Section 1518 as published in the "Federal Register", Volume 36. No. 75, Saturday, April 17, 1971. 2. Exercise every precaution al a:] times for the prevention of accidents and the protection of persons (including employees) and property. 3. Maintain at his office or other hell known place at the job site, all articles necessary for giving first aid to the injured, and shall make standing arrangements for the immediate removal to a hospital or a doctors care of persons (including emplo).ees), who may he injured on the job site. In no case shall emp. sees be permitted to work a: a joy site before the employer has made a .coding arrangement for the remoi.al of injured persons to a hospital or a doctors care ITB -4 • • • 5. MODIFICATION OF BIDS: No modification of bids already submitted will be considered unless such modifications are received prior to the hour set for opening. 6. BID BONDS, CONTRACT BONDS. AND INSURANCE: Attention of bidders is called to Act 82 of the 1935 Acts of the Arkansas General Assembly, which requires that all bid bonds, performance bonds, labor bonds, employer's liability insurance, public liability insurance, workmen's collective insurance, and property damage insurance must be secured through resident agents of Arkansas. CLARIFICATION OF CONTRACT DOCUMENTS: If any person contemplating submitting a bid for the proposed contract is in doubt as to the true meaning of any part of the Plans, Specifications, or other proposed Contract Documents, be may submit to the Engineer a written request for any interpretation thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation of the proposed Documents will be made only by an Addendum duly issued, and a copy of such Addendum will be mailed to each person who has previously secured or who subsequently secures a set of Documents. The Contracting Authority will not be responsible for any other explanations or interpretations of the proposed Documents. 8. EXECUTION OF CONTRACT DOCUMENTS; Following the award and within ten (10) days, provided for in the Proposal, the successful bidder shall properly execute five (5) counterparts of the Contract Documents. 9. BASIS OF AWARD: Bids will be considered on the basis of the total bid price or prices given in the Proposal. In the event Unit Prices are required they will not be considered except that evidence of serious unbalancing of the Unit Prices shall be considered cause for rejection of bids. The Contract(s) will be awarded to the bidder (or bidders in the case of more than one Schedule of Work) submitting the lowest and best bid (or combination of bids), considering the Contractor's experience and ability to do the work, and the character and quality of the equipment he proposes to furnish. The Contracting Authority reserves the right to select such bids or combination of bids which in its opinion would serve its interest best. The Contracting Authority reserves the right to select between any Alternatives in the Proposal. ITB -3 contract bond within ten 00) days after the prescribed contract and bond forms are presented for signature. Checks of unsuccessful bidders will be returned immediately after a contract has been executed. 4. PROPOSALS: (a) Proposals shall be strict!) in accord with the prescribed forms, furnished with the Specifications. Any modifications or deviations therefrom may be considered sufficient cause for rejection. (h) The bidder shall state in words and figures the Lump sum and unit prices for which he proposes to de each i;:• -i of work covered by the Proposal. In case words and figures do not agree, the words shall govern and ;he figures shall he disregarded. (c) It is to he understood that the lump sum _quired in the Proposal is for the furnishing of all materials required to be furnished and the doing of all work required under these Contract Documents, including items for which no quantities are given, and the quantities given in the 'List of Variable Quantities' at the end of the Proposal. The "Unit Prices for Variation of Quantities" required are for adjustment of the 'Basic Bid" bj reason of variation of actual variable quantities from the quantities given in the 'List of Variable Quantities". In case unit prices are not required, it is to be understood that the lump sum required in the Proposal is for the furnishing of all materials required to be furnished and the doing of all work required under these Contract Documents. (d) Proposals must he signed, in writing. by an individual authorized to bind the bidder. (e) Proposals must he submitted complete, with all other Contract Documents in their original bindings as furnished bs the Engineer. The} must he submitted at the place and on or before the time specified in the Advertis.ment for Bids. (f) Proposals must be submitted in sealed envelopes addressed to the Contracting Authority. and clearly marked on the outside of the envelope, 'Proposal for Construction Contract" to be opened at (date and time). The Bidder's current Arkansas Contractor's license number must be marked on the envelope. (g) The Contracting Authority wit] not consider bids covering only a portion of these Specifications. (h) The unbalancing of bids will not be tolerated. Evidence of materia! unbalancing will be considered cause for rejection. (i) The Owner reserves the right to reduce the amount of items at the unit price for each as shown in the Contractor's proposal to match budgeted funds. ITB - •