Loading...
HomeMy WebLinkAbout153-04 RESOLUTION• • RESOLUTION NO. 15 3- 04 A RESOLUTION APPROVING A CONTRACT WITH MULTI - CRAFT CONTRACTORS, INC. FOR EMERGENCY REPAIRS TO SECONDARY CLARIFIER NO. 1 AT THE NOLAND WASTEWATER TREATMENT PLANT IN THE AMOUNT OF $42,120.00. 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 approves a contract with Multi -Craft Contractors, Inc. for emergency repairs to Secondary Clarifier No. 1 at the Noland Wastewater Treatment Plant in the amount of $42,120.00 PASSED and APPROVED this 5th day of October 2004. ATTEST. By: APPROVED: By ... E ``„PRj f1 �g ,,' �GS�0'°. .U� As E--- :FAYETTEVILLE: CONTRACT This contract executed this 6441 day of OCitohll/ , 2004, between the City of Fayetteville, Arkansas, and Multi -Craft Contractors Inc. at PO Box 1760, Springdale, AR 72765-1760. In consideration of the mutual covenants contained herein, the parties agree as follows: 1. Multi -Craft Contractors Inc. 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 04-69 as stated in Multi - Craft Contractors Inc bid proposal, and in accordance with specifications attached hereto and made a part hereof under Bid #04-69, all included herein as if spelled out word for word. 2. The City of Fayetteville shall pay Multi -Craft Contractors Inc. based on their bid proposal in an amount not to exceed $42,120.00. Payments will be made after approval and acceptance of work and submission of invoice. Payments will be made approximately 30 days after receipt of invoice. 3. The Contract documents which comprise the contract between. the City of Fayetteville and Multi -Craft Contractors Inc. consist of this Contract and the following documents attached hereto, and made a part hereof: A. Bid form identified as Invitation to Bid 04-69 with the specifications and conditions typed thereon. B. Multi -Craft Contractors Inc. 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 Multi -Craft Contractors Inc. and may be modified only by a duly executed written instrument signed by the City of Fayetteville and Multi -Craft Contractors Inc. • • 5 Multi -Craft Contractors Inc. shall not assign it's duties under the terms of this agreement. 6. Multi -Craft Contractors Inc. 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 Multi -Craft Contractors Inc. 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. Multi -Craft Contractors Inc. 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 Contract. 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, Multi -Craft Contractors Inc. 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 Comprehensive General & Automobile Insurance Bodily Injury Liability Property Damage Liability $250,000 for each person injured. $500,000 for each accident. $100,000 aggregate. The premiums for all insurance and the bond required herein shall be paid by Multi -Craft Contractors Inc. 8. Multi -Craft Contractors Inc. 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 Multi -Craft Contractors Inc. with 10 days written notice. 10. Freedom of Information Act: City of Fayetteville contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. 25-19-101 et. Seq.). Only legally authorized photo coping costs pursuant to the FOIA may be assessed for this compliance. BY WITNESS OUR HANDS THIS 541 DAY OF Oclofier MAYOR ATTEST CLE MULTI -CRAFT CONTRACTORS INC. ATTEST: iF SECRETARY 4/1 sated 2004. CITY OF FAYETTEVILLE, FAYETTEVILLE, ARKANSAS �.. ?YJTR ''�.,, ��':•-• Y R,r SG'P'a � �P' ;FAYETTEVILLE' W.111,4? SI;I'Veseiel uumu %% Pb. goy. (7W- SPt;N6OftLE /1 -12 - BUSINESS ADDRESS 72745_(7b00 City of Fayetteville Bid 04-69 INVITATION TO BID DATE ISSUED: September 3, 2004 DATE & TIME OF OPENING: September 17, 2004 — 3:00 P.M. BUYER: Peggy Vice, Purchasing Manager, Room 306 - (479) 575-8289 F.O.B. Fayetteville, AR Part I- General 1.1 • Specification for the Clarifier Drive Replacement and Inspection of Clarifier Drive Number 1 The Contractor shall provide all labor, tools, equipment, cranes, lubricants, new turntable assembly, weather seal and supervision required to completely remove, replace, test and place into satisfactory operation the clarifier turntable drive unit on clarifier drive 111. Inspections of another clarifier drive to be selected by owner. These clarifier drives are located at the Paul R. Noland Wastewater Treatment Plant, 1400 N. Fox Hunter Rd., Fayetteville, Alt 72701. 1.2 Work in this section shall be performed by a qualified Contractor who has experience in - the repairing of wastewater treatment plant equipment. 1.3 Contractor will disconnect the electrical and mechanical equipment from the existing turntable unit The sweep mechanism will be blocked and secured so that it will not be damaged when the [amiable unit is removed and the new turntable is installed. The sweep mechanism will be re -installed to the new turntable and leveled and set so it will rotate around the entire clarifier with out rubbing the walls or the floor. The contractor is responsible for adjusting the sweep so it operates properly. The. contractor is responsible . for adjusting the scum rakes so they work properly. The Contractor will test the turntable overload mechanism to insure it is set correctly and functions properly. 1.4 The contractor is responsible for the reinstallation of all electrical, water lines, walkways and any other items removed in order to remove and install the clarifier drive. 1.5 The contractor will be responsible for the replacement of any fasteners that are not in good condition. 1.6 Any electrical wiring that is damaged or worn will be replaced from existing junction to the nearest junction toward the supply panel. 1.7, The primary drive unit will be removed from the existing turntable base drive and installed on the new turntable base drive after the oil seals have been replaced in this unit. 1.8 All equipment and parts removed and or not reused will stay the property of the City and will be turned over to the City upon the completion of the work. 1.9 Remove weather seal assembly and install new seal, after Dorr Oliver Representative inspects additional clarifier drive. Owner will select this drive during the time the contractor is on site. 1.10 Disassemble the old turntable for inspection, by the Dorr Oliver representative. Part II- Parts and Products 2.1 The Contractor shall famish the Dorr-Oliver EIMCO clarifier turntable base drive unit (T/T ASSY 4851 standard) , weather seal assembly (48S1, 04C11266 rev. 6 D/O ref. 04A1081401) and any other parts needed to be installed to make the clarifier drive complete and functional. 2.2 All other parts, fasteners, sealant, gaskets and miscellaneous items are the responsibility of the Contractor. Part III- Execution 3.1 Completion 3.1.1 The Contractor has 14 continuous workdays to complete the work, after the delivery of the turntable to the plant site. 3.2 Warranty 3.2.1 The Contractor shall release and convey all manufactures warranties to the City of Fayetteville, AR 33 Testing 33.1 The Clarifier drive system and all components shall be reassembled on site and tested on site and front of plant personnel. During the Contractor's test period the clarifier drive system shall be adjusted as required to assure proper operation. - Proposals must conform to the following specification and include appropriate evidence for each: • Bidder shall have a state of Arkansas Contractors License if Bid amounts are 20,000 or greater. • Bidder shall have workers' compensation as required by Arkansas State statutes. • Bidder shall have general liability insurance as required at minimum of $500,000.00 • A bid bond of 5% and 100% performance/payment bond are required if bid amounts are $20,000 or more. • EXECUTION OF BID - Upon signing thls Bid, the bidder certifies that they have read and agree to the requirements set forth in this bid proposal, including specifications, terms and standard conditions, and pertinent information regarding the articles being bid on, and agree to fumish these articles at the prices stated. Unsigned bids will be rejected. Items marked * are mandatory for consideration. *NAME OF FIRM: Multi -Craft Contractors, Inc. Arkansas Contractor's License #0025810305 'BUSINESS ADDRESS: P.O. Box 1760 •CITY: Springdale *STATE: AR *ZIP: 72765-1760 *PHONE: 479-751-4330 *FAX: 479-751-4399 *AHORIZED SIG UR `PRINTED NAME: Dennis Kelly *TITLE: Executive Vice President PLEASE NOTE: ALL ITEMS MARKED • ARE CONSIDERED MANDATORY REQUIREMENT FOR CONSIDERATION OF BID. FAILURE TO COMPLETETHESEITEMS MAY RESULT IN REJECTION OF BID. THIS REQUEST FOR BID IS NOT TO BE CONSTRUED AS AN OFFER, A CONTRACT, OR A COMMITMENT OF ANY KIND; NOR DOES IT COMMIT THE CITY TO PAY ANY COSTS INCURRED BY THE BIDDER IN THE PREPARATION OF THIS BID. 1. All bids shall be submitted on forms provided by the City with the item bid and the bid number stated on the face of the sealed envelope. Bidders MUST provide the City with their bids signed by an employee or officer having legal authority to submit bids on behalf of the bidder. The entire cost of preparing and providing responses shall be borne by the bidder. 2. Bids received after the date and time set for receiving bids will NOT be considered. The City will NOT be responsible for misdirected bids. Vendor should call or e-mail the Purchasing Office at (479) 575-8289 or purchasingtaci.favetteville.ar.us to insure receipt of their bid documents prior to opening date and time listed on the bid form. The City reserves the right to accept or reject any or all bids, waive formalities in the bidding and make a bid award deemed to be in the best interest of the City. 4. The City assumes no responsibility for the safety of the Bidder during inspection of the item listed herein. 5. Arrangements for inspection may be made by appointment with Stanley Williams OMI Construction Coordinator 1400 N. Fox Hunter Rd, Fayetteville, Alt 72701. Phone: 479-443-3292, Fax 479-443-5613, Cell: 479-530-2074 6. The item bld and the bid number shall be stated on the face of the sealed bid envelope. Bids must be mailed to: City of Fayetteville Purchasing Office 113 W. Mountain St. Fayetteville, AR 72701 t �► Multi -Craft Contractors, Inc. City of Fayetteville Bid # 04-69 Clarifier Drive Replacement And Inspection of Clarifier Drive Number Phone: 501-751-4330 Fax 501-751-4399 Post Office Box 1760 2300 Lowell Road Springdale, AR 72765 Base Bid, including Bond: $35,084.00 Sales tax: 2,236 00 Total Base Bid: $37,320.00 Alternate adder: The specifications indicate that a Dorr Oliver Representative must inspect the additional clarifier drive. When contacted, they indicated that they usually do not find this necessary. However if required, please add the following value for travel and fees for the Dorr Oliver Representative: 1 day & travel: $2,400 00 Each additional day: $1,200.00 Thank you, i) Dennis Kelly Executive Vice President DK:pap NN\Ke11y.City.Faye. W WTP.o4-69.Sept-i7.o4 The&Pain Surety BID BOND • St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company United Stales Fidelity and Guaranty Company Fidelity and Guaranty Insurance Underwriter, Inc. Fidelity and Guaranty Insurance Company Principal Office; 385 Washington Street St. Paul, Minnesota 55102 Seaboard Surety Company Principal Office: 5801 Smith Avenue Baltimore, Maryland 21209 KNOW ALL MEN BY TII ESE PRESENTS, that Multi Craft Contractors Inc. of Springdale, AR as Principal, and United States Fidelity & Guaranty Comp. a Maryland bound unto City of Fayetteville corporation, as Surety, arc hold and firmly as Obligee, in the MI and just sum of 5% of Bid Dollars '«""""""""""""'«««" Dollars, lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the said Principal is herewith submitting its proposal Clarifier Drive Replacement and Inspection of Clarifier Drive #1 04-69 THE CONDITION OF THIS OBLIGATION is such that if the aforesaid Principal shall be awarded the contract the said Principal will, within the time required, enter into a formol contract and give a good and sufficient bond to secure the performance of the terms and conditions of the contract, then this obligation to be void; otherwise the Principal and Surety will pay unto the Obligee the difference in money between the amount of the bid of thc said Principal and thc amount for which thc Obligee legally contracts with another party to perform the work if the latter amount be in excess of the former. but in no event shall liability hereunder exceed the penal sum hereof Signed, scaled and delivered 16th , day of September Multi Craft Contractors Inc. 85274 Rev. 9-2000 Printed in LISA 411/7Jt+a.w... 2004 (Seal) (Seal) Artorney-m Tabatha Moody StPaVl Surety St. Paul Fin and Marine Insurance Company S. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Seaboard Surely Company United States Fidelity and Guaranty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. 5r. Pool Medical Liability lnsaraace Company Bond No- Bid Bond RIDER CONTAINING DISCLOSURE NOTICE OF TERRORISM COVERAGE This disclosure notice is required by the Terrorism Risk Insurance Act of 2002 (the "Act"). No action is required on your part. This Disclosure Notice is incorporated in and a part of the attached bond, and is effective the date of the bond. You should know that, effective November 26, 2002, any losses covered by the attached bond that are caused by certified acts of terrorism would be partially reimbursed by the United States under a formula established by the Act. Under this formula, the United States reimburses 90% of covered terrorism losses exceeding the statutorily established deductible paid by the insurance company providing the coverage. Under the Act, there is a cap on our liability to pay for covered terrorism losses if the aggregate amount of insured losses under the Act exceeds $100,000,000,000 during the applicable period for all insureds and all insurers combined. In that case, we will not be liable for the payment of any amount which exceeds that aggregate amount of $100,000,000,000. The portion of your premium that is attributable to coverage for acts of terrorism is 50.00. IMPORTANT NOTE: THE COST OF TERRORISM COVERAGE IS SUBJECT TO CHANGE ON ANY BONDS THAT PREMIUM IS CHARGED ANNUALLY. • • This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company, SI. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United Stales Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. on September 2, 1998, which resolutions are now in full force and effect, reading as follows: RESOLVED, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments relating to said business may be signed, executed, and acknowledged by persons or entities appointed as Attorney(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, or the President, or any Vice President, or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their 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 Attomey or to any certificate relating thereto appointing Attomey(s)-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and subject to any limitations set forth therein, any such Power of Anomey or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company, and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached; and RESOLVED FURTHER, that Attomey(s)-in-Fact shall have the power and authority, and, in any case, subject to the terms and limitations of the Power of Attomey issued 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)-in-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. I, Thomas E. Huibregtse, Assistant Secretary of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked IN TESTIMONY WHEREOF, 1 hereunto set my hand this /(e day of • R.a}8'°,. 7b verify the authenticity of this Power of Attorney, call /.800.{2.1`)880 oath !r or rhg`•ver of the above-named individuals and the details of the bond to wh A hepai?e�si � p�sd � y g �33BBVV�" �b ict �sa,O �b� Thomas E. Huibregtse, Assistant Secretary. Attorney clerk Please refer to the Power of Attorney number, • • NORTHWEST ARKANSAS EDITION Arkansas Democrat° Gazette RECEIVED SEP 1 52004 AFFIDAVIT OF PUBLICATION'RCHASING 1 , .1. Il do solemnly swear that I am Lega I -r • he .;.> Demo rat-Gazette/Northwest Arkansas Times n: wspaper, printed and published in Lowell, Arkansas, and that from my own personal knowledge and reference to the files of said publication, that advertisement of: b'rd was inserted in the .regular editions on ¶ fl$ . -1 ar 1412014 PO# ** Publication Charge: $ 145 . 00 Subscribed and sworn tp before me this 14 day of Stet , 2004. Notary Public My Commission Expires: o713S/.013 ** Please do not pay from Affidavit. An invoice will be sent. Official Seal SEAN-N'tOHAEt. ARGO NOtaty pubiic-Arkansa vWASrHiNGTONCOUNNs _3 Pf:Y C mission Expires 07-2_ �X 212 NORTH EAST AVENUE • P.O. BOX 1607 • FAYETTEVILLE, ARKANSAS 72702 • (501) 442-1700 HALM CITY. OF FAYETTEVILLE BID ATTENDANCE SHEET BID NO. 4'CO COMMODITY. 2 � DATE: TIME: c?: ad /9/77 TITLE. 7. 8. fl a a w m u m v Iii ® =« ≥ oev m U) o m w O °v' z F- 00 Q do d' c0 J U w w Z O G p m o a o a q U F n y PfI CO) W a U z N a H w ry J m W F z 0 U 'aQ LLOf O)oLL o MLL O U owes I- _c_ m U 2 I NAME OF FILE: CROSS REFERENCE: Item # Date • Resolution No. 153-04 w/Contract Document • 1 09/17/04 memo to mayor & City Council 2 Staff Review Form 3 memo to City Council 4 memo to Greg Boettcher from Burns & McDonnell 5 copy of Forcasted Cash Flow 6 copy of Expected Construction Period 7 copy of Design Contracts - September Progression on Wastewater Design 2004 8 draft resolution g copy of Invitation to Bid, Bid 04-69 10 copy of Multi -Craft Contractors bid 11 copy of St Paul Insurance bid bond 12 copy of St. Paul Insurance Rider 13 email to Greg Boettcher 14 memo to Greg Boettcher 15 16 NOTES: es //53V aye vI leAo °u Gi P `Y City Council Meeting of October 5, 2004 CITY COUNCIL AGENDA MEMO To: Mayor and City Council Thru: Hugh Earnest From: Greg Boettcher Chief Administrative Officer Water/Wastewater Director Date: September 17, 2004 Subject: Resolution authorizing award of a contract to Multi -Craft Contracts, Inc. for the emergency repairs of Secondary Clarifier No. 1 at the Noland Wastewater Treatment Plant. The funds for the repairs will be secured from the Plant Pumps & Equipment Account. RECOMMENDATION Fayetteville City Administration recommends approval of resolution authorizing the Mayor to execute a contract with Multi -Craft Contractors, Inc. in the amount of $42,120.00 (base bid plus 3 days of technical field services). This contract relates to emergency repairs on Clarifier No. 1 at the Noland Wastewater Plant. the rebuilding of the Wiese -Flow Screens at the Noland Wastewater Plant for $72,514.00 including approval of an associated budget adjustment. BACKGROUND Secondary clarifier no. 1 was installed as part of the last major upgrading project and has been in service for approximately 18 years. The large clarifier mechanism's bearing support system recently failed without notice causing damages to the steel scaper system and rupturing the bearing turntable. Since this unit is to be continued in service as part of the upgrading plan and is needed to handle peak flows, the repair of the mechanism is a necessary and prudent activity. A new mechanism will be installed and the scope of work includes inspection of an adjacent mechanism for signs of wear and impending failure. Due to the need to use a crane to remove and install the clarifier no. 1 mechanism, the scope of this contract includes inspection and repairs to a second unit to capture mobilization cost savings. DISCUSSION This work was advertised with sealed bids being opened on September 17, 2004, the sole and low bid being submitted by Multi -Craft Contrators, Inc. Review of the.bid finds the prices to be competitive and the expenditure justified. The funding for this activity will be secured from the 2004 budget for wastewater treatment plant capital. BUDGET IMPACT The approval of the resolution will have no adverse budget impact; the wastewater treatment plant capital budget for 2004 has adequate capital improvement funds to enable the completion of the proposed improvements. X AGENDA REQUEST CONTRACT REVIEW GRANT REVIEW STAFFIEW FORM - FINANCIAL OBLIGATION For the Fayetteville City Council Meeting of: October 5, 2004 FROM: Greg Boettcher Name Water & Wastewater Division Wastewater Treatment Plant Department ACTION REQUIRED: Approval of an emergency repairs contract for secondary clarifier no. 1 with Multi -Craft Contractors, Inc., referencing bid number 0469. The sole and low bid is $42,120.00 (base bid with 3 days of technical field support). Funds for this work are available in the Plant Pumps & Equipment account. COST TO CITY: 92/120, Da Cost of this request 5400-5800-5414-00 Account Number 02069.1 Project Number $ /�z,ls9 Category/Project Budget $ /02/663 Funds Used to Date $ 561, c/016 Remaining Balance Plant Pumps & Equipment Program Category / Project Name Wastewater Treatment Improvements Program / Project Category Name Water & Sewer Fund Name BUDGET REVIEW: Budget Manager X Budgeted 2- Zg'e Date Item Budget Adjustment Attached CONTRACT/GRANT/LEASE REVIEW: 'l2/S/4o coo nntinngg Manager City City Attor$ey Date -MAL: r t,rccntirtt^ Internal 4y¢iitor Purchasing Manager 9/20/ort Date 9iaa10+ Date STAFF RECOMMENDATION: Division Head Department Director Finan e & Internal Services Dir. Ch of : fl 'ni Officer trative Mayor Date Date Date 2t Date Date Received in Mayor's Office Cross Reference: Previous Ord/Res#: Orig. Contract Date: Orig. Contract Number - New Item. Staff Review Form - Page 2 Date Yes No • • Wetta MEMORANDUM Water and Wastewater Department September 30, 2004 TO: Fayetteville City Council COPY TO: Hugh Earnest, David Jurgens FROM: Greg Boettcher, Water and Wastewater SUBJECT: October Agenda Items -Summary Information Being unable to attend the City Council Agenda Session on September 28, 2004 (Farmington Mediation Meeting in Bentonville), the Sewer Committee suggested that the attached information be shared with all of the City Council. In an abbreviated form, I offer the following for your further awareness and information: McClelland Engineering Contract -The contract covers planning, design and bidding . phases of the Mount Sequoyah Pressure Plane Improvements Project. These services were included in the project's 2004 budget. Multi -Craft Contract Awards -These bids relate to the rebuilding of the Wiese -Flow Screens and the replacement of a secondary clarifier mechanism at the Noland Wastewater Plant. These activities are funded by the 2004 capital improvements budget for the treatment plant. Wiese -Flow Screen at Noland Wastewater Plant -To be rebuilt • Wee 1e • MEMORANDUM Water and Wastewater Department September 30, 2004 Clarifier No. 1 Mechanism -To be replaced Sales and Use Bond for Wastewater System Improvements Project -Sale of the additional private market sales tax bonds has been coordinated with the Arkansas Soil and Water Conservation Commission and is to be accomplished with equivalent financing costs. Favorable tax receipts have retired the initial issue more rapidly than predicted necessitating issuance of the second issue to protect the city's right to continue collection of the approved %-cent sales tax for debt retirement purposes. The wastewater improvements project continues to advance on schedule and will be expedited by the expanded use of the private placement bonds. It is planned to construct all of the east side pipelines and plant work using only city funds, removing the approvals by ASWCC from the east projects' requirements and streamlining these portions of the project. An updated project split, a predicted project schedule and the anticipated cash flows from the various sources are included for reference It is expected that the Department of Health approval of Contract EL -1 will be forthcoming in the next few weeks allowing this work to be released for bids. The design of the west side treatment plant has been completed and is not under review by the various state agencies. If there are questions on any of the current agenda items, please do not hesitate to contact me at 575-8302. 0 FAYETTEVILLE ARKANSAS WASTEWATER SYSTEM IMPROVEMENT PROGRAM BURNS & MCDONNELL PROGRAM MANAGEMENT TEAM To: GREG BOETTCHER FROM: JERRY SONDEREGGER DATE: SEPTEMBER 28, 2004 SUBJECT. PROJECT SPLIT/FUNDING STRATEGY BMcD FILE No.: ILM EXECUTIVE SUMMARY In response to your request of September 24, 2004, Burns & McDonnell is providing our recommendation on the allocation of funding sources for the Fayetteville Wastewater System Improvement Project. Burns & McDonnell proposes that the following project elements be funded from City funds: • All Design and Bidding Phase Professional Services • All Construction Phase Professional Services • Construction of Projects EL -1, EL -2, EL -3, EP -1, and EP -2 • All funds allocated to project contingencies • All land acquisition Under this distribution, the City -funded portion of the Project would total approximately $55.8 million and the RLF-funded projects would total approximately $69.2 million. Five Tables and Figures are attached to illustrate our recommendation: • Table 1. Proposed Project Split • Figure 1. Expected Construction Periods • Table 2. Cash Flow Chart - City Funded Projects • Table 3. Cash Flow Chart - RLF Funded Projects • Table 4. Cash Flow Chart - Combined City and RLF Funded Projects. DISCUSSION The goal of the project distribution was to be able to identify a group of projects that could be advertised quickly, generally not be dependent on initiation of other projects, and be less than or equal to the City's bond issues of $55 million to $60 million. The project split should not require reimbursement from the RLF for land acquisition or professional services. Using these criteria, the recommended FAYETTEVILLE ARKANSAS WASTEWATER SYSTEM IMPROVEMENT PROJECT PAGE 2 allocation of projects between the two funding sources is shown in Table 1. Although using private funds will allow the City to act more quickly in advertising these projects for bid, the East collection system projects and the Noland Solids Handling project selected for funding by the City will still be required to be reviewed and approved by the Arkansas Department of Health. Additionally, the Solids Handling project must also go to ADEQ for approval before construction. Even though the selected projects are not required to be reviewed by ASWCC, it is recommended that all projects be sent to ASWCC for information and to demonstrate how the City is proceeding with the overall program. STATUS OF INITIALLY SELECTED PROJECTS EL EL=1. The Pump Station 13, 14, 16, and 19 project has reached the 99 percent level of completion and is now at Burns & McDonnell, ASWCC, and the Arkansas Department of Health for final review and approval to advertise. All right-of-way and land procurement has been completed for this project. The Corps of Engineers Nationwide 12 Permit has not been received, but the City may proceed with advertisement when appropriate notice of your intent is given to the Corps. The FONSI has not been received from ADEQ, but is not a requirement for privately funded projects. The Work formerly known as Project EL -4 has been incorporated into EL -1 by addendum. Work remaining for Garver Engineers to accomplish before advertisement includes final edits to the Project Manual such as entering the date Bids will be received; the Pre -bid Conference date; addressing the final editorial comments of ADH, the City, and BMcD; and preparing an additional addendum addressing the changes effected by the modified funding strategy. This will include deleting certain ASWCC contract conditions and requirements. EL EL=2. The Line 7 Project has also undergone the initial review of the final design by BMcD, ASWCC, and the ADH. It is expected that it will be ready for the second and final submittal within two weeks. The status comments provided for EL -1 above also apply to Line 7. EL EL=3. The Line 4 project lags the other two Garver projects by about four months and is not scheduled to be submitted for the initial review of the final design until November 15, 2004. FAYETTEVILLE ARKANSAS WASTEWATER SYSTEM IMPROVEMENT PROJECT PAGE 3 EP EP1. The Wet Weather Improvements project probably has the lowest overall priority and is not recommended for advertisement until the City has received sufficient bids for other work to judge whether enough funds will remain for construction of this project. For this reason, among the other criteria cited, it is suggested that EP -1 be funded by the City portion of the funds and held until the first or second quarter of 2005 before making a decision on whether to proceed with this work. EP EP2. The Solids Handling and Headworks Improvements project is scheduled for the first review of the final design on October 19, 2004. Under this plan for separating the East and West Projects, it is possible that EP -2 may be available to advertise before the West Side plant, and as such, will establish the brand of perforated screens to be specified at the West plant as well as the Noland plant. The belt filter press negotiation will be completed shortly and the price for the one new press at Noland can be entered in the Bid Form CASH FLOW PROJECTIONS Three cash flow charts are provided. Table 2 indicates the projected costs for that portion of the program paid for using City funds. Table 3 shows only the portion of the program paid for using RLF-provided funds, and Table 4 combines the two into one cash flow projection. In order to correctly sum project expenditures to date and extend the cash flow projections into the future, the attached graphs begin in the month of July 2003, the initiation of the project, and end in the first quarter of 2007. The monthly amount of funds expended from July 2003 through August 2004 date are comprised of the actual payments made to the four design consultants, ECO, CH2M Hill, and Bums & McDonnell for Design and Bidding Phase Professional Services. Beginning in September 2004, the amount remaining in each Professional Service Agreement is prorated over the next four to seven months, depending on when the construction phase of each firm is initiated. Estimated construction periods are shown on Figure 1. Using the latest opinions of probable construction costs received from the Consultants, the projected construction expenditures are distributed across the construction period. Added to FAYETTEVILLE ARKANSAS WASTEWATER SYSTEM IMPROVEMENT PROJECT PAGE 4 this value each month are Construction Phase Professional Services, estimated to be four percent of the respective construction contracts for that month. Lacking any better method of allocating the land acquisition costs, the original estimate of $1,676,000 has been distributed uniformly over 16 months beginning in September 2004 and ending in December 2005. TABLE 1 PROPOSED PROJECT SPLIT PROJECT OR SERVICE CITY FUNDED, $ RLF FUNDED,$ All Design and Bid Phase Professional Services 13,581,211 0 All Land Acquisition 1,676,000 0 Construction of EL -1 1,242,397 0 Construction of EL -2 10,105,590 0 Construction of EL -3 4,160,125 0 Construction of EP -1 982,288 0 Construction of EP -2 13,726,596 0 Construction Contingencies 4,606,630 0 All Construction Phase Professional Services 5,716,624 0 Construction of WP -2 0 250,000 Construction of WP -3 0 41,217,962 Construction of WL-1 0 2,719,807 Construction of WL-2 0 3,157,891 Construction of WL-3 0 2,008,879 Construction of WL-4 0 9,776,779 Construction of WL-5 0 5,435,870 Construction of WL-6 0 3,722,027 Construction of WL-7 0 913,333 TOTAL $55,797,461 $69,202,548 The referenced Tables 2, 3, and 4 are appended on the following pages. We hope this report accomplishes what you needed and if we may further explain our assumptions or if you desire the information to be in a different format, please call me. s o n n T A C. a 'a Ii eeee• re i s:aysE££s£3 y t I- -7 E et p , '• p• -- I :t' a :31 e3'' ;S` et �' ;t ;S S• e!� S" "i. etti :1t U"..' t"1 eta :t eta :` e3� :t " ;S e3 :S ti ,! ti 1. ♦ 1 et £t tti `S` ;ti eta je!1' '!i e tta W a O 2 I. C1 • H 4 m A ;t_ F ]J y a a 2 �r C � • f 1 { a i. a ... m m - C r N r O — m m e . iIr,a nali .. �..-f+' r ee u "p. � t T y a k m _ 1 fi " +z J N N , O hG JIt L ♦e • a 1 L rf �I µ` 4,:. p$f"• : iNY }ir 1 , •- } 3 r/ . ci r Y Y.. yl' Y T y♦ . {w v 'nt 1} 1� he pafl�ia�i ♦ s �t`' 4 ` 1+ L L Y .TP . n 1'e •d l g ✓ : GYP i, .PQ1=r lY 2 DESIGN PRO( tESS1ON,ON WASTE AThR DESIGN OONTRACIS ASTE EA"k SEFTEMSEFU2006 RESOLUTION NO. A RESOLUTION APPROVING A CONTRACT WITH MULTI - CRAFT CONTRACTORS, INC. FOR EMERGENCY REPAIRS TO SECONDARY CLARIFIER NO. 1 AT THE NOLAND WASTEWATER TREATMENT PLANT IN THE AMOUNT OF $42,120.00. 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 approves a contract with Multi -Craft Contractors, Inc. for emergency repairs to Secondary Clarifier No. 1 at the Noland Wastewater Treatiienttjant in the amount of $42,120.00 PASSED and APPROVED this 5th day of October 2904.E APPROVED:' y: DANtCOOD) By. SOND A SMITH, City Clerk , Mayor City of Fayetteville Bid 04-69 INVITATION TO BID DATE ISSUED: September 3, 2004 DATE & TIME OF OPENING: September 17, 2004- 3:00 P.M. BUYER: Peggy Vice, Purchasing Manager, Room 306 - (479) 575-8289 F.O.B. Fayetteville, AR Specification for the Clarifier Drive Replacement and Inspection of Clarifier Drive Number i Part I- General 1.1 The Contractor shall provide all labor, tools, equipment, cranes, lubricants, new 'turntable assembly, weather seal and supervision required to completely remove, replace, test and place into satisfactory operation the clarifier turntable drive unit on clarifier drive #1. Inspections of another clarifier drive to be selected by owner. These clarifier drives are located at the Paul R. Noland Wastewater Treatment Plant, 1400 N. Fox Hunter Rd., Fayetteville, AR 72701. 1.2 Work in this section shall be performed by a qualified Contractor who has experience in the repairing of wastewater treatment plant equipment. 1.3 Contractor will disconnect the electrical and mechanical equipment from the existing turntable unit. The sweep mechanism will be blocked and secured so that it will not be damaged when the turntable unit is removed and the new turntable is installed. The sweep mechanism will be re -installed to the new turntable and leveled and set so it will rotate around the entire clarifier with out rubbing the walls or the floor. The contractor is responsible for adjusting the sweep so it operates properly. The. contractor is responsible for adjusting the scum rakes so they work properly. The Contractor will test the turntable overload mechanism to insure it is set correctly and functions properly. 1.4 The contractor is responsible for the reinstallation of all electrical, water lines, walkways and any other items removed in order to remove and install the clarifier drive. 1.5 The contractor will be responsible for the replacement of any fasteners that are not in good condition. 1.6 Any electrical wiring that is damaged or worn will be replaced from existing junction to the nearest junction toward the supply panel. 1.7 The primary drive unit will be removed from the existing turntable base drive and installed on the new turntable base drive after the oil seals have been replaced in this unit. 1.8 All equipment and parts removed and or not reused will stay the property of the City and will be turned over to the City upon the completion of the work. 1.9 Remove weather seal assembly and install new seal, after Dort Oliver Representative inspects additional clarifier drive. Owner will select this drive during the time the contractor is on site. 1.10 Disassemble the old turntable for inspection, by the Dorr Oliver representative. Part H- Parts and Products 2.1 The Contractor shall furnish the Dorr-Oliver EIMCO clarifier turntable base drive unit (TIT ASSY 48S1 standard) ,weather seal assembly (48S 1, 04C11266 rev. 6 D/O ref. 04A1081401) and any other parts needed to be installed to make the clarifier drive complete and functional. 2.2 Ali other parts, fasteners, sealant, gaskets and miscellaneous items are the responsibility of the Contractor. Part III- Execution 3.1 Completion ' 3.1.1 The Contractor has 14 continuous workdays to complete the work, after the delivery of the turntable to the plant site. 3.2 Warranty 3.2.1 The Contractor shall release -and convey all manufactures warranties to the City of Fayetteville, AR 3.3 Testing 3.3.1 The Clarifier drive system and all components shall be reassembled on site and tested on site and front of plant personnel. During the Contractor's test period the clarifier drive system shall be adjusted as required to assure proper operation. Proposals must conform to the following specification and include appropriate evidence for each: • Bidder shall have a state of Arkansas Contractors License if Bid amounts are 20,000 or greater. • Bidder shall have workers'. compensation as required by Arkansas State statutes. • Bidder shall have general liability -insurance as required at minimum of $500,000.00 • A bid bond of 5% and 100% performance/payment bond are required if bid amounts are $20,000 or more. EXECUTION OF BID - Upon signing this Bid, the bidder certifies that they have read and agree to the requirements set forth in this bid proposal, including specifications, terms and standard conditions, and pertinent information regarding the articles being bid on, and agree to furnish these articles at the prices stated. Unsigned bids will be rejected. Items marked * are mandatory for consideration. *NAME OF FIRM: Multi -Craft Contractors, Inc. Arkansas Contractor's License #0025810305 *BUSINESS ADDRESS: P.O. Box 1760 *CITY: Springdale *STATE: AR *ZIP: 72765-1760 *PHONE: 479-751-4330 *FAX: 479-751-4399 *AJHORIZED sIGNA4 *PRINTED NAME: Dennis *TITLE: Executive Vice President PLEASE NOTE: ALL ITEMS MARKED * ARE CONSIDERED MANDATORY. REQUIREMENT FOR CONSIDERATION OF BID. FAILURE TO COMPLETE THESE ITEMS MAY RESULT IN REJECTION OF BID. THIS REQUEST FOR BID IS NOT TO BE CONSTRUED AS AN OFFER, A CONTRACT, OR A COMMITMENT OF ANY KIND; NOR DOES IT COMMIT THE CITY TO PAY ANY COSTS INCURRED BY THE BIDDER IN THE PREPARATION OF THIS BID. 1. All bids shall be submitted on forms provided by the City with the item bid and the bid number stated on the face of the sealed envelope. Bidders MUST provide the City with their bids signed by an employee or officer having legal authority to submit bids on behalf of the bidder. The entire cost of preparing and providing responses shall be borne by the bidder. 2. Bids received after the date and time set for receiving bids will NOT be considered. The City will NOT be responsible for misdirected bids. Vendor should call or e-mail the Purchasing Office at (479) 575-8289 or purchasing�ci.favetteville.ar.us .to insure receipt of their bid documents prior to opening date and time listed on the bid form. 3. The City reserves the right to accept or reject any or all bids, waive formalities in the bidding and make a bid award deemed to be in the best interest of the City. 4. The City assumes no responsibility for the safety of the Bidder during inspection of the item listed herein. .5. Arrangements for inspection may be made by appointment with Stanley Williams OMI Construction Coordinator 1400 N. Fox Hunter Rd, Fayetteville, AR 72701. Phone: 479-443-3292, Fax479-443-5613, Cell: 479-530-2074 6. The item bid and the bid number shall be stated on the face of the sealed bid envelope. Bids must be mailed to: City of Fayetteville Purchasing Office 113 W. Mountain St. Fayetteville, AR 72701 Multi -Craft Contractors, Inc. Phone: 501-751-4330 Fax: 501-751-4399 Post Office Box 1760 2300 Lowell Road Springdale, AR 72765 City of Fayetteville Bid # 04-69 Clarifier Drive Replacement And Inspection of Clarifier Drive Number i Base Bid, including Bond: $35,084.00 Sales tax: 2,236.00 Total Base Bid: $37,320.00 Alternate adder: the specifications indicate that a Dorr Oliver Representative must inspect the additional clarifier drive. When contacted, they indicated that they usually do not find this necessary. However, if required, please add the following value for travel and fees for the Dorr Oliver Representative: 1 day & travel: $2,400.00 Each additional day: $1,200.00 Thank you; Dennis Kelly Executive Vice President DK:pap NN\Kelly.City.Faye. W WTP.04-69.Septa7.04 ne �u' St. Paul The and Marine Insurance Company St. Paul Guardian Insurance Company Surety St. Paul Mercury Insurance Company United States Fidelity and Guaranty Company Fidelity and Guaranty Insurance Underwriters, Inc Fidelity and Guaranty Insurance Company Principal Office. 385 Washington Street St. Paul, Minnesota 55102 Seaboard Surety Company — Principal Office: 5801 Smith Avenue BID BOND Baltimore, Maryland 21209 KNOW ALL MEN BY THESE PRESENTS, that Multi Craft Contractors Inc. of Springdale, AR as Principal, and United States Fidelity & Guaranty Comp. a Maryland corporation, as Surety, arc held and firmly bound unto City of Fayetteville as Obligee, in the full and just sum of 5% of Bid Dollars Dollars, lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severalty, firmly by these presents. WHEREAS, the said Principal is herewith submitting. its proposal Clarifier Drive Replacement and Inspection of Clarifier Drive #1 04-69 THE CONDITION OF THIS OBLIGATION is such that if the aforesaid Principal shall be awarded the contract the said Principal will, within the time required, enter into a formal contract and give a good and sufficient bond to secure the performance of the terms and conditions of the contract, then this obligation to be void; otherwise the Principal and Surety will pay unto the Obligee the difference in money between the amount of the bid of the said Principal and the amount for which the Obligcc legally contacts with another party to perform the work if the latter amount be in excess of the former, but in no event shall liability hereunder exceed the penal stmt hereof. Signed, scaled and delivered 16th day of September 2004 _ Multi Craft Contractors Inc. 1Yl II (Seal) (Seal) Surety Company: United j%etoi Fitjelit) c uri$Company Tabatha Moody 85274 Rev. 9-2000 Printed in USA E I typau' �idy SL Paul Fire and Marine Insurance Company United State, Fidelity and Guaranty Company aa77�d �C�� St. Paul Guardian Insurance Company Fidelity and Guaranty losannce Company St. Paul Mercury Insannce Company Flddlty and Guaranty Insurance Underwriter, Inc. Seaboard Surety Company Si. Paul Medical Liability Insurance Company Bond No. Bid Bond RIDER CONTAINING DISCLOSURE NOTICE OF TERRORISM COVERAGE This disclosure notice is required by the Terrorism Risk Insurance Act of 2002 (the "Act"). No action is required on your part. This Disclosure Notice is incorporated in and a part of the attached bond, and is effective the date of the bond. You should know that, effective November 26, 2002, any losses covered by the attached bond that are caused by certified acts of terrorism would be partially reimbursed by the United States under a formula established by the Act. Under this formula, the United States reimburses 90% of covered terrorism losses exceeding the statutorily established deductible paid by the insurance company providing the coverage. Under the Act, there is a cap on our liability to pay for covered terrorism losses if the aggregate amount of insured losses under the Act exceeds $100,000,000,000 during the applicable period for all insureds and all insurers combined. In that case, we will not be liable for the payment of any amount which exceeds that aggregate amount of $100,000,000,000. The portion of your premium that is attributable to coverage for acts of terrorism is 0.00. IMPORTANT NOTE: THE COST OF TERRORISM COVERAGE IS SUBJECT TO CHANGE ON ANY BONDS THAT PREMIUM IS CHARGED ANNUALLY. This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. on September 2, 1998, which resolutions are now in full force and effect, reading as follows: RESOLVED, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments relating to said business may be 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, or the President, or any Vice President, or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under theft 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(s)-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and subject to any limitations set forth therein, any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company, and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached; and RESOLVED FURTHER, that Attorney(s)-in-Fact shall have the power and authority, and, in any case, subject to the terms and limitations of the Power of Attorney issued 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 Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. I, Thomas E. Huibregtse, Assistant Secretary of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I hereunto set my hand this _ fT day of t c 's 1927*6�n �,...,..r:AS�%eii SEAL 1�f Q.\M 7b verify the authenticity of this Power of Attorney, call I-! the above -named individuals and the details of the bond to TLA Thomas E. Huibregtse, Assistant Secretary clerk. Please refer to the Power of Attorney number, From: Clarice Pearman To: Boettcher, Greg Subject: Multicraft Contractors Greg, The Council passed three resolutions regarding Noland Wastewater Treatment Plant. Two of the items do not have signed contracts to attach to the resolution. Please let me know when I might expect a contract for the repairs to Secondary Clarifier No. 1 and the resbuilding of the Wiese -flow screens. Thanks. Clarice FAYETTEILLE • THE CITY OF FAYETTEVILLE, ARKANSAS City Clerk Division 113 West Mountain Fayetteville, AR 72701 Telephone: (479) 575-8323 Fax: (479) 718-7695 city_clerk@ci.fayetteville.ar.us DEPARTMENTAL CORRESPONDENCE To: Greg Boettcher WaterNVastewater Director From: Clarice Buffalohead-Pearman City Clerk Division Date: October 19, 2004 Re: Resolution No. 153-04 The City Council passed the above resolution October 5, 2004, approving a contract with Multi -Craft Contractors for secondary clarifier number 1 at the Noland WWTP. I have attached a copy of the resolution and a copy of contract. This resolution will be recorded in the city clerk's office and microfilmed. If anything else is needed please let the clerk's office know. Attachment(s) cc: Nancy Smith, Internal Auditor Peggy Vice, Purchasing Manager Duyen Tran, WWTP Multi -Craft Contractors, Inc. Custtuner Address: ATTN: COY HURD, 113 WEST MOUNTAIN STREET, P 479 5758281 F 479 575-8257 FAYETTEVILLE, AR 72701.6083 ' bMne AdNess: ORIVE AT WWIF, 1400 N. FOX HUNTER ROAD, D /j/� FAYETTEVILLE, AR 72701 / �' �. TRANSMITTAL FAYECI-RPL CLARIFIER (7 z/J ts.3 -at-- 1 Job: 45224 FAYECI-RPL CLARIFIER Customer: FAYECI CITY OF FAYETTEVILLE Issued To: CITY OF FAYETTEVILLE Date Issued: 10/25/04 113 W MOUNTAIN ST dN o'7 FAYETTEVILLE, AR 72701 01vrticr /L 6lp pl4lo (1Q� Attention: PEGGY VICE Fax No: 7O/5570'/ Subject. JOBS 04-69 & 04-70 We Are Sending You: BONDS Copies Date Description 1 10/25/04 EACH PERFORMANCE AND PAYMENT BONDS FOR PO 04-0003387-001 AND 04-0003388-001 These are transmitted: Remarks: Fik: CITY OF FAYETTEVILLE cc: JOB FILE FOR YOUR RECORD Signed: PAT PEACHEY.CIT Printed by PAP as or 10/25/04 3:48:37PM UNITED STATES FIDELI ' UARANTY COMPANY BOND# 400TC2135 ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND Multi Craft Contractors, Inc. .................................. ............................... ...... .............. ....._ _...................................................._................................ as Principal, hereinafter called Principal, and UNITED STATES FIDELITY AND GUARANTY COMAPANY, a coroporation organized and existing under the laws of the State of Maryland and authorized to do business in the State of Arkansas, as Surety, hereinafter called Surety, are held and firmly bound unto ................ .. Cityof Fayetteville, City Hall, Fayetteville, AR 72701 ................ .................... ... . . as Obligee, hereinafter called Owner, in the amount of.. ...... ... .... Forty,One Thousand Five Hundred.Twenty Two.B no/100 """""""""""" """"" .................................................. Dollars ($41.522.04 ...... ), for the payment whereof Principal and Surety bind themselves. their heirs, personal representatives, successors and assigns, ointly and severally, firmly by these presents. Principal has by written agreement dated ..Oc�ober 5, 2004 ......................entered into a contract with Owner for Bid #04-69 Clarifier Drive Replacement and Inspection of Clarifier Drive #1 . which contract is by reference made a part hereof, and is hereinafter referred to as the Contract THE CONDITION OF THIS OBLIGATION is such that N the Principal shall failhfuNy perform the Contract on his part and shall fully indemnify and save harmless the Owner from all cost and damage which he may suffer by reason of failure so to do and shall fully reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any such default, and, further, that it the Principal shall pay all persons all indebtedness for labor or materials furnished or performed under said Contract, failing which such persons shall have a direct right of action against the Principal and Surety, jointly and severally, under this obligation, subject to the Owner's priority, then this obligation shall be null and void; otherwise it shall remain in full force end effect. No suit, action or proceeding shall be brought on [his bond outside the State of Arkansas. No suit, action or proceeding shall be brought on this bond except by the Owner, unless it is brought in accordance with A.C A Section 22-9-403 (b) and A.C.A. Section 18.44-503 (b) (Supp. 1987) as amended No suit, action or proceeding shall be brought by the Owner after two years from the date on which final payment under the Contract falls due. Any alterations which may be made in the terms of the Contract, or in the work to be done under it, or the giving by the Owner of any extension of time for the porformance of the Contract, or any other torberanco on the part of either the Owner or the Principal to the other shall not in any way release the Principal and the Surety or Sureties, or either or any of them, their heirs, personal representatives, successors or assigns from their liability hereunder. notice to the Surety or Sureties of any such alteration, extension or forbearance being hereby waived. In no event shall the aggregate liability of the Surety exceed the sum sot out herein. Executed on this day of. October., 2004.. Multi Craft Contractors Inc. Q Q ................ Principal UNITED ST WSE ND G ARANTYY COMPANY Tabatha Moody SlibpSt. Pad Fire and M. lne IMoraote Company United Statn Fidelity and G�leaaty Company lul Surety St. Paul Guardian Insurance Company Fidelity and Goanoty Insurance Company St. Paul Mercury insurance Company Fidelity sad Guaranty Innnnee Underwrilen. Inn. Seaboard Surety Company St. Pool Medkal liability Insurance Compaac Bond No. 400TC2135 RIDER CONTAINING DISCLOSURE NOTICE OF TERRORISM COVERAGE This disclosure notice is required by the Terrorism Risk Insurance Act of 2002 (the "Act'). No action is required on your part. This Disclosure Notice is incorporated in and a part of the attached bond, and is effective the date of the bond. You should know that, effective November 26, 2002, any losses covered by the attached bond that are caused by certified acts of terrorism would be partially reimbursed by the United States under a formula established by the Act. Under this formula, the United States reimburses 90% of covered terrorism losses exceeding the statutorily established deductible paid by the insurance company providing the coverage. Under the Act, there is a cap on our liability to pay for covered terrorism losses if the aggregate amount of insured losses under the Act exceeds $100,000,000,000 during the applicable period for all insureds and all insurers combined. In that case, we will not be liable for the payment of any amount which exceeds that aggregate amount of $100,000,000,000. The portion of your premium that is attributable to coverage for acts of terrorism is 0.00. IMPORTANT NOTE: THE COST OF TERRORISM COVERAGE IS SUBJECT TO CHANGE ON ANY BONDS THAT PREMIUM IS CHARGED ANNUALLY. 7tiesubVl POWER OF ATTORNEY Power or Attorney No. Seaboard Surety Company St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company 22554 United Slates Fidelity and Guaranty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriter. Inc. Certificate No. 2003518 KNOW ALL MEN BY THESE PRESENTS: Thai Seaboard Surely Company is a corporation duly organized under the laws of the State of New York. and that St. Paul Fire and Marine Insurance Company. Si. Paul Guardian Insurance Company and Sc. Paul Mercury Insurance Company are corporations duly organized under the laws of the Stale of Minnesota. and that United States Fidelity and Guaranty Company a a corporation duly organized under the laws of the State of Maryland. and that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa. and that Fidelity and Guaranty Insurance Underwriters. Inc. is a corporation duly organized under the laws of the State of Wisconsin therein ro8ry iivrly culled the ' Companies' ), and that the Companies do hereby make, constitute and appoint Fred Stone, Warren T. Baldwin, Jr., William Brookshire, Tabatha Moody, Debbie Kelm and Beth Richardson Springdale Arkansas of the City of . State , their true and lawful Attorney(s)-in-Fact. each in their separate capacity if more than one is named above. to sign its name as surely to. and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written mstrumems in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons. guaaameeing the performance of contracts and executing orguaranteeingbonds and undenaki g `uiied orguaranteeingulled in -any actions or proceedings allowed by law. �V V . 12th December 2003 IN WITNESS WHEREOF, the Companies have caused this inst`r`uun en�o be signediand scaled ibis bis� _ day of _ _ , 4t N'Seaboard Surely Company �f. ♦United States Fidelity and Guaranty Company St. Paul Fire and Marine Ins` once Commpa y rf Fidelity and Guaranty Insurance Company St. Paul Guardian Insurance Compariy tr OO �Q Fidelity and Guaranty Insurance Underwriters. Inc. St. Paul MercuryInsurance Co v P RRII ,III.` ,.'I yr ••.nVI, ��' �� ���� , C •T >>>1927 ;,sE aL to faxLj B�g r9$i State of Maryland City of Baltimore I'EILR W. ('ARMAN. Vice President 'I'I IOM AS Ii. IIU IBREGTSE. As'isum Secretary On this _.. -- 12th day of December 2003 before me, the undersigned otlicer. personally appeared Peter W. Carman and Thomas E Htubegise. who acknowledged themselves to he the Vice President and Assistant Secretary. respectively, of Seaboard Surety Company. Sr Paul Fire and Marine Insurance Company. Sr Paul Guardian Insurance Company. Si. Paul Mercury Insurance Company. United States Fidelity and Guaranty Company. Fidelity and Guaranty Insurance Company. and Fidelity and Guaranty Insurance Underwriters. Inc.: and that the seals affixed to the foregoing instrument are the corporate seals of said Companies: and that they, as such, being authorized so to do. executed the foregoing instrument for the purposes therein contained by signing the names of the corporations by themselves as duly authorized officers In Witness Whercor. I hereunto set my hand and official seal. My Commission expires the Ist day of July. 2006. S REBECCA EASLEY-ONOKAIA, Notary Public 86203 Rev, 7-2002 Printed in U.S.A. This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. on September 2, 1998, which resolutions are now in full force and effect, reading as follows: RESOLVED, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments relating to said business may be signed, executed, and acknowledged by persons or entities appointed as Attorney(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, or the President, or any Vice President, or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their 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(s)-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and subject to any limitations set forth therein, any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company, and any such power so executed and certified by such facsimile signature and facsimile seal shall he valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached; and RESOLVED FURTHER, that Attomey(s)-in-Fact shall have the power and authority, and, in any case, subject to the terms and limitations of the Power of Attorney issued 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)-in-Fact shall be as binding upon the Company as if signed by an Executive Officer and scaled and attested to by the Secretary of the Company. I, Thomas E. Huibregtse, Assistant Secretary of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I hereunto set my hand thi&arof r r,� a nx ••r o• i.. < r e �£ ol�onayrf'A /6r'rei4f in r01fA@ X) e rO q�E. >,SEAL+.s.'en 3jl$BAy.e 1896 ( 1877 g r ,I85i V r p r Y .„c. a"r+ M! AMS". l�sA 1A } Thomas E. Huibregtse. Assistant Secretary To verify the authenticity of this Power of Attorney, call 1-800-411'-3880 andask for me`Power of Attorney clerk. Please refer to the Power of Attorney number, the above -named individuals and the details of the bond to which the power is attached. ACORP_. CERTIFICATE OF LIABILITY INSURANCE OPID 8 DATE(MAYDDM YY) MULTI -2 I 10/25/04 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Rebsamen Ins/Springdale Inc HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 1465 E. Joyce Blvd, Suite 205 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Fayetteville AR 72703 Phone: 479-684-5250 Fax:479-684-5252 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURER A. National Fire Insurance INSURER B'. National Surety Co Multi -Craft Contractors, Inc. P. O. Box 1760 INSURERC. Transcontinental Ins Co I 20486 2300 Lowell Rd. INSURERD Springdale AR 72765-1760 INSURER E' COVERAGES 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, AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS TNSWADut LTR INSR TYPE OF INSURANCE POLICY EFFECTTQr POLICY NUMBER DATE MMIDD"/Y POLICY EXPIRATION DATE MIND UNITS GENERALUABILJTY EACH OCCURRENCE $1000000 A X I COMMERCIAL GENERAL LIABILITY TCP2072512957 09/01/04 09/01/05 .-.._ �AMAGETDRENTEO— PREMISES Ead¢vi I $50000 I CLAIMS MADE a OCCUR MEDEXP(My oneoecw) s5000 PERSONALAADV INJURY $1000000 X Contractual Liab X $2,000 Ded /Occ GENERAL AGGREGATE s2000000 GENL AGGREGATE LIMIT APPLIES PER PRODUCTS.COMP/OPAGG $2000000 POLICY X JPE& LOCPmp Ben. 1000000 AUTOMOBILE LABILITY CO BIKED) $1000000 A X ANY AUTO BUA2072512960 09/01/04 09/01/05 2 C' "sINGLELIMIT ALL OWNED AUTOS -- BODILY INJURY - - $ SCHEDULED AUTOS (PePenon) X BODILY INJURY $ HIRED AUTOS X NON -OWNED AUTOS (Pn°dem) PROPERTY DAMAGE S __ (Per ameenl) GARAGELABILITY AUTO ONLY . EA ACCIDENT $ OTHERTHAN EA ACC $ I ANY AUTO -- AUTO ONLY. AGO $ EXCESSIUMBRELLAUABILITY I EACH OCCURRENCE -$1000000 B X . OCCUR L CLAIMS MADE ; XYM68937275 09/01/04 1 09/01/05 AGGREGATE :1000000_ f $ DEDUCTIBLE I RETENTION $ Is WORKERS COMPENSATION AND TORY LIMITS X ER I C AMPLOYER TYARTNER/EXECUTNE WC2072512974 09/01/04 09/01/05 _ E.L. EACH ACCIDENT $ 1000000 ANY PROPRIETOR/PETOR,P _ EL DISEASE . EA EMPLOYEE $1000000 OFFICERMEMBER EXCLUDED? tl yes deaaloe w,Eer SPECAL PROVISIONS Debw EL DISEASE - POLICY LIMB $1000000 OTHER A (Installation TCP2072512957 09/01/04 09/01/05 1 DESCRIPTION OF OPERATIONS/ LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Installation $50,000 per job location/$10,000 in transit/$10,000 temporary site with $1,000 Ded JOBA04-69 CLARIFIER DRIVE REPLACEMENT AND INSPECTION OF CLARIFIER DRIVE #1 •e NcV[N�B�dIIFli CIOFFAI SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATON DATE THEREOF. THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN City of Fayetteville NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. BUT FAILURE TO DO SO SMALL Building Safety Division 113 West Mountain IMPOSE N00BUGATON OR IIAdUTY OF ANY KIND UPON THE INSURER ITS AGENTS OR Fayettevile AR 72701 REPRESENTATIVES. AI1DIPED REPRESENTATIVE AGUNU Z5(ZU01/US) - "� - " F --'r%"- RD CORPORATION 1988 4 UNITED STATES IIDELI ' UARANTY COMPANY BOND# 400TC2136 ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND We....MY.M Craft Contractors, Inc. ..... .. ...... .I..................I........................... _.. .......I................... as Principal, hereinafter called Principal, and UNITED STATES FIDELITY AND GUARANTY COMPANY, a coroporation o•ganized and existing under the laws of the State of Maryland and authorized to do business in the State of Arkansas, as Surety, hereinafter called Surety, are held and firmly bound unto ........... City of Fayetteville, C!ty Hall, Fayetteville, AR 72701 as Obli000, herernaher called Owner, in the amount of... Seventy One thousand Four Hu.ndredEighty Five,B no/100 """""""""""""""""" ................................................. Dollars ($71,485.0Q ..... ), for the payment whereof Principal and Surety bind themselves, their heirs. personal representatives, successors and assigns, jointly and severally, firmly by these presents. Principal has by written agreement dated ..October 5, 2004 .... entered into a contract with Owner for Bid #04-70 Complete Remanufacture of WIESE-FLO 36 Screens . which contract is by reference made a part hereof, and is hereinafter referred to as the Contract THE CONDITION OF THIS OBLIGATION is such that if the Principal shall faithfully perform the Contract on his part and shall fully indemnity and save harmless the Owner from all cost and damage which he may suffer by reason of failure so to do and shall fully reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any such default, and, further, that it the Principal shall pay all persons all indebtedness for labor or malmials furnished or performed under said Contract, failing which such persons shall have a direct right of action against the Principal and Surety. jointly and severally, under this obligation, subject to the Owner's priority. [hen this obligation shall be null and void; otherwise it shall remain in full force and effect. No suit. action or proceeding shall be brought on this bond outside the Stale of Arkansas. No suit, action or proceeding shall be brought on this bond except by the Owner, unless it is brought in accordance with A.C.A. Section 22-9-403 (b) and A CA. Section 1844-503 (b) (Supp. 1987) as amended. No suit, action or proceeding shall be brought by the Owner after two years from the date on which final payment under the Contract falls due. Any alterations which may be made in the terms of the Contract, or In the work to be done under it, or the giving by the Owner of any extension of time for the pedormanco of the Contract, or any other forberance on the part of either the Owner or the Principal to the other shall not in any way release the Principal and the Surety or Sureties, or either or any of them. their heirs, personal representatives, successors or assigns Irom their liability hereunder, notice to the Surety or Sureties of any such alteration, extension or forbearance being hereby waived. In no event shall the aggregate liability of the Surety exceed the sum set out herein. Executed on this 25th_ .......day of..Octohef., 2004... .... _... Muth Craft Contractors, Inc,.,. By...... ................... Principal UNITED Holmes Tabatha Moody COMPANY Surety Stpp�a St. Paul Fire and Marine Immnnct Company United Satn fdellty and Caanaty Company fOVi SOlt St. Paul Guardian lnaannce Company Fidelity and Guaranty lunrance Company St. Paul Mercury lunnnce Company Fidelity and Coarsely Iunnan Undenvriten. Inc. Seaboard Surety Company St. Pao] Medka] Liability Insurance Company Bond No. 400TC2136 RIDER CONTAINING DISCLOSURE NOTICE OF TERRORISM COVERAGE This disclosure notice is required by the Terrorism Risk Insurance Act of 2002 (the "Act"). No action is required on your part. This Disclosure Notice is incorporated in and a part of the attached bond, and is effective the date of the bond. You should know that, effective November 26, 2002, any losses covered by the attached bond that are caused by certified acts of terrorism would be partially reimbursed by the United States under a formula established by the Act. Under this formula, the United States reimburses 90% of covered terrorism losses exceeding the statutorily established deductible paid by the insurance company providing the coverage. Under the Act, there is a cap on our liability to pay for covered terrorism losses if the aggregate amount of insured losses under the Act exceeds $100,000,000,000 during the applicable period for all insureds and all insurers combined. In that case, we will not be liable for the payment of any amount which exceeds that aggregate amount of $100,000,000,000. The portion of your premium that is attributable to coverage for acts of terrorism is $0.00. IMPORTANT NOTE: THE COST OF TERRORISM COVERAGE IS SUBJECT TO CHANGE ON ANY BONDS THAT PREMIUM IS CHARGED ANNUALLY. me�AStm„ul POWER OF ATTORNEY Seaboard Surety Company St. Paul Fire and Marine Insurance Company Si. Paul Guardian Insurance Company St. Paul Mercury Insurance Company United Stales Fidelity and Guaranty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters. Inc. Power or Attorney No. 22554 Certificate No. 2003519 KNOW ALI. MEN Bl' TIIESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York. and that Si, Paul Fire and Marine Insurance Company. St. Paul Guardian Insurance Company and Sr Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota. and that United States Fidelity and Guaranty Company Is a corporation duly organized under the laws of the State of Maryland, and that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa. and that Fidelity and Guaranty Insurance Underwriters. Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein colleetiiely cal/rd the "C'ompamcs"). and that the Companies do hereby make. constitute and appoint Fred Stone, Warren T. Baldwin, Jr., William Brookshire, Tabatha Moody, Debbie Kelm and Beth Richardson Springdale Arkansas of the City of . State - their true and lawful Attorney(s)-in-Fact. each in their separate capacity it more than one is named above. to sign its name as surety to, and to execute, seal and acknowledge any and all homds, undertakings. contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons. guaranteeing the performance of contracts and executing or guaranteeing binds and undenaki g`` q'aired ortpennitted inany actions or proceedings allowed by law. 12th December 2003 IN WITNESS WHEREOF, the Companies have caused this mstrunicn?o be signcd,and sealed this day of _ - , Sraboard Surely Company �� United States Fidelity and Guaranty Company St. Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company St. Paul Guardian Insurance Cu `pay, Al.„Fidelity and Guaranty Insurance Ilnderwrilers, Inc. St. Paul Mercury Insurance Company '� '. ::....,f� `/�..yli bad 197 �c ;.se at.ie si\E'�� O�{r to 'ri i�'e '�_/ %alrri' State of Maryland City of Baltimore PETER 'V CARMAN. Vice Prewdeni c� THOMAS 1. IlUI11REQI SE. Ac`istant Secrmory On this . ... 12th day of December 2003 before me, the undersigned officer. personally appeared Peter W. Carman and Thomas E. Iluthregrse. who acknowledged themselves to be the Vice President and Assistant Secretary. respectively, of Seaboard Surety Company, Sr. Paul Fire and Marine Insurance Company. St. Paul Guardian Insurance Company. St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company. Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters. Inc: and that the seals affixed to the foregoing instrument are the corporate seals of said Companies: and that they. as such, being authorized so to do. executed the foregoing instmntent for the purposes therein contained by signing the names of the corporations by themselves as duly authorized officers. aW0 ggq,,{s In Witness Whereof. I hereunto set my hand and official c seal. �'wY My Commission expires the 1st day of July, 2006. p i� P REBECCA EASLEY ONOKALA. Notary Public qE ptV 86203 Rev. 7-2002 Printed in U.S.A. This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. on September 2, 1998, which resolutions are now in full force and effect, reading as follows: RESOLVED, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments relating to said business may be signed, executed, and acknowledged by persons or entities appointed as Attorney(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, or the President, or any Vice President, or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their 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 Attomey(s)-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and subject to any limitations set forth therein, any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company, and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached; and . RESOLVED FURTHER, that Attorney(s)-in-Fact shall have the power and authority, and, in any case, subject to the terms and limitations of the Power of Attorney issued 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)-in-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. I, Thomas E. Huibregtse, Assistant Secretary of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. do hereby certify that the above and foregoing is a [mect cop of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I hereunto set my hand thi day of LFfrY �,n a ,VV.i MtG oo„veoa 1927 ,; �tr4 9?<ecron.ip� i� ropr�:. �4r{YI" V'ke.vea 'ls:,.V`+ To verify the authenticity of this Power of Attorney, call the above -named individuals and the details of the bond Thomas E. Huibregtse, Assistant Secretary rk. Please refer to the Power of Attorney number, ACORD,, CERTIFICATE OF LIABILITY INSURANCE DATE (MWDONYYY) Rebsamen Ins/Springdale Inc 1465 E.Joyce Blvd, Suite 205 Fayetteville AR 72703 Phone:479-684-5250 Fax:479-684-5252 Multi -Craft Contractors, Inc. 60 2O owel7j0Lowell Rd. Springdale AR 72765-1760 COVERAGES THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC III LINSURERA National Fire Insurance INSURER R: National Surety Co INSURERC: Transcontinental Ins Co 20486 INSURER D INSURER E: THE POLICIES OF INSURANCE LISTED BELOW RAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WRH 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. M LTR IN TYPE OF INSURANCE POLICY NUMBER DATE MWDO'YY DATE MWDDJYY LJMRS GENERAL LIABILITY EACH OCCURRENCE $1000000 A X COMMERCIALGENERALLIABILT TCP2072512957 09/01/04 09/01/05 PREMISEs(E,o,nuMlre) If50000 CLAIMS MADE Ix I OCCUR MED EXP (My one lMnen) $ 5000 X Contractual Liab PERSONALAADVINJURY $ 1000000 X $2,000 Ded /Occ GENERAL AGGREGATE 52000000 I GENL AGGREGATE LIMIT APPLIES PER PRODUCTG6 s2000000 jII POLICY �X Fc°T I loc Ben. 1000000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $1000000 A X ANY AUTO BUA2072512960 09/01/04 09/01/05 (Ea BODILY INJURY ALL OWNED AUTOS SCHEDULED AUTOS (Pr Perd') f X HIRED AUTOS BODILY INJURY X NON-0WNEDAUTOS (Peracodenl) PROPERTY DAMAGE f (Per amdenl) GARAGE UASIUTY AUTO ONLY -EA ACCIDENT $ ANY AUTO EA ACC $ $ � AUTO ONLY: AUTTO ONLY: AGG E%C ESSNMBRELLA LIABILITY EACH OCCURRENCE $1000000 B X ' OCCUR I I CLAIMSMADE XYM68937275 09/01/04 09/01/05 AGGREGATE $ 1000000 f _ f DEDUCTIBLE RETENTION $ $ WORKERS COMPENSATION AND TORY LIMITS X ER C EM WC2072512974 09/01/04 09/01/05 E.L. EACH ACCIDENT $1000000 PRORIETORPAFI ANY PROPRIETORA'ARTNER/EXECIJTNE El. DISEASE. EA EMPLOYEE OFFICER/MEMBER EXCLUDED' $ 1000000 lives. de o'be under $PECLLL PROVISIONS Deb« 5 1000000 -- El DISEASE - POLICY LIMIT OTHER A Installation TCP2072512957 09/01/04 09/01/05 DESCRIPTION OF OPERATIONS! LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT !SPECIAL PROVISIONS Installation $50,000 per job location/$10,000 in transit/$10,000 temporary site with $1,000 Ded JOB-BID#04-70 COMPLETE REMANUFACTURE OF WIESE-FLO 36 SCREENS AT WWTP 99:t lla lwJ I 1I1 R.J RI Mil: IMe■rule] I CIOFFAI SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN City of Fayetteville Building Safety Division NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. BUT FAILURE TO DO SO SHALL 113 West Mountain IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER. ITS AGENTS OR Fayettevile AR 72701 REPRESENTATIVES. A ED REPRESENTATIVE AL.UMU 13 (LUUTIUI) � - -"�-Tt'rRD CORPORATION 1988