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