Loading...
HomeMy WebLinkAbout23-08 RESOLUTIONRESOLUTION NO. 23-08 A RESOLUTION APPROVING- A COST -SHARE WITH THE CITY OF FARMINGTON PURSUANT TO THE FAYETTEVILLE-FARMINGTON WASTEWATER AGREEMENT OF APRIL 3, 2007, IN THE AMOUNT OF $376,060.48 TO CONTRACT WITH GARNEY COMPANIES, INC. AS FAYETTEVILLE'S SHARE OF CONSTRUCTION OE THE FARMINGTON SEWER FORCE MAIN, WSIP SUBPROJECT WL -11, BID #08-01; AND APPROVING A 10% CONTINGENCY IN THE AMOUNT OF $37,500. 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 cost -share with the City of Farmington pursuant to the Fayetteville -Farmington Wastewater Agreement of April 3, 2007, in the amount of $376,060.48 to contract with Garney Companies, Inc. as Fayetteville's share of construction of the Farmington Sewer Force Main, WSIP Subproject WL -11, Bid #08-01. Section 2: That the City Council of the City of Fayetteville, Arkansas, hereby approves a 10% contingency in the amount of $37,500. PASSED and APPROVED this 19th day of February, 2008. APPROVED: By ATTFST» DAN COODY, Mayor By E..RWTR, ,'`i', 516:7 •, \SY o»S,Lp•� =U• •-;) E ;FAYETTEVILLE: 9sy :?KAN* \t—' � -� t `�uuuuu%%% SONDRA E. SMITH, City Clerk/Treasurer David Jurgens Submitted By City of Fayetteville Staff Review Form City Council Agenda Items or Contracts 19 -Feb -08 City Council Meeting Date Wastewater System Impry Project Division Action Required: /645 a//g/0g 02-3 - 06' garn,y CImpni;, ,T Water/Wastewater Department Approval of a cost -share with Farmington in the amount of $376,060.48 for a contract with Garney Companies for Fayetteville's share of construction of the Farmington Sewer Force Main, WSIP Subproject WL -11, Bid 08-01, and approve a 10% contingency of $37,500. 413,560 Cost of this request 4520-9520-5801.00 Account Number 02133.0411 Project Number Budgeted Item XX 113,086,082 Category / Project Budget Wastewater System Imp Protect Program Category / Project Name 89,150,585 Water and Wastewater Funds Used to Date Program / Project Category Name 23,935,497 Water/Sewer Remaining Balance Fund Name Budget Adjustment Attached Departm s t Dire or Zo JaN Q�6 Date 0—D ( 09;C— City Attorney Date —17-o8 Finance and Internal Service Director Date Mayor Comments: /�7lLDa� Previous Ordinance or Resolution # Original Contract Date: Original Contract Number: aye evi le wflawnaws CITY COUNCIL AGENDA MEMO City Council Meeting of 19 February 2008 To: Fayetteville City Council Thru: Mayor Dan Coody Fayetteville Sewer Committee From: David Jurgens, Water and Wastewater Director Date: 19 January 2008 Subject: Approval of a cost -share with Farmington in the amount of $376,060.48 for a contract with Garrey Companies for Fayetteville's share of construction of the Farmington Sewer Force Main, WSIP Subproject WL -11, Bid 08-01, and approve a 10% contingency of $37,500. RECOMMENDATION City Administration recommends approval of a cost -share with Farmington in the amount of $376,060.48 for a contract with Garrey Companies for construction of the Farmington Gravity Sewer Line, WSIP Subproject WL -11, Bid 08-01, and approve a 10% contingency of $37,500. BACKGROUND This project involves constructing approximately 10,500 feet of 16 inch sewer force main and related work in Farmington and Fayetteville between the future Lift Station 12 near the intersection of Double Springs Road and Goose Creek Road and the West Side Wastewater Treatment Plant. This cost share and the percentage of the cost to be paid by Fayetteville was agreed to and established in the Fayetteville -Farmington Wastewater Agreement of April 3, 2007 which included the projected population in the basin served by this sewer line. Each city bears their portion of the cost based on their respective populations. DISCUSSION The Cities received bids on 16 January, 2008 for this project: Contractor Gamey Companies Construct & Engr Solutions Edwards Design & Const Redford Const S&J Construction Sweetser Construction W. N. Couch Engineer's Estimate Total Bid $ 1,324,485.35 (low bid) $ 1,900,625.15 $ 2,121,432.46 $ 1,743,674.00 $ 1,718,552.52 $ 2,942,099.80 $ 2,059,199.60 $ 2,105,973 Fayetteville Cost $ 376,060.48 $ 539,643.57 $ 602,337.28 $ 495,080.51 $ 487,947.78 $ 835,348.96 $ 584,667.54 $ 597,947.88 The bid has been reviewed by RJN, the Engineers and the Arkansas Natural Resources Commission who is providing Farmington RLF funding for the project. RJN's recommendation letter is attached. Garney Companies has completed a number of projects for the City including WSIP subproject WL - 5 (force mains). They are also in the process of constructing WSIP subproject EL -1. BUDGET IMPACT Funds are available in the WSIP project budget. WL -I I CCMemo Jan08 RESOLUTION NO. A RESOLUTION APPROVING A COST -SHARE WITH THE CITY OF FARMINGTON PURSUANT TO THE FAYETTEVILLE- FARMINGTON WASTEWATER AGREEMENT OF APRIL 3, 2007, IN THE AMOUNT OF $376,060.48 TO CONTRACT WITH GARNEY COMPANIES, INC AS FAYETTEVILLE'S SHARE OF CONSTRUCTION 'OF THE FARMINGTON SEWER FORCE MAIN, WSIP SUBPROJECT WL -11, BID #08-01; AND APPROVING A 10% CONTINGENCY IN THE AMOUNT OF $37,500. 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 cost -share with the City of Farmington pursuant to the Fayetteville - Farmington Wastewater Agreement of Apnl 3, 2007, in the amount of $376,060.48 to contract with Garney Companies, Inc. as Fayetteville's share of construction of the Farmington Sewer Force Main, WSIP Subproject WL -I 1, Bid #08-01. Section 2: That the City Council of the City of Fayetteville, Arkansas, hereby approves a 10% contingency in the amount of $37,500. PASSED and APPROVED this 19th day of February, 2008. APPROVED: ATTEST: By: By: DAN COODY, Mayor SONDRA E. SMITH, City Clerk/Treasurer r j ngroup Excellence through Ownership January 18, 2008 Mr. David Jurgens, P.E. City of Fayetteville 113 W. Mountain Street Fayetteville, AR 72701 Subject: Bid #08-0I Unit 1 WSIP WL -10 and Unit 2 WL -11 Cities of Farmington and Fayetteville, Arkansas Dear Mr. Jurgens: www.rin.com Five contractors submitted bids for Unit 1 (WL -10) and seven contractors submitted bids for Unit 2 (WL -111). Attached please find the bid tabulations for both units. Redford Construction, Inc. is the low bidder for Unit 1 for a total construction cost of $335,967. Garrey Companies, Inc. is the low bidder for Unit 2 for a total construction cost of $1,324,485.35. We have checked their references and find that they have performed well in the past on similar projects. We recommend the Cities of Farmington and Fayetteville enter into a contract with Redford Construction, Inc. and Gamey Companies, Inc. for the construction of the above referenced projects. Should you have any questions, please call me at (972) 437-4300. Very truly yours, RJN Group, Inc. Peter Z Lai, P.E. Project Manager Project File: 18-1875-02 12160 Abrams Road, Suite 400 • Dallas, TX 75243 • 972.437.4300 • fax 972.437.2707 z 5 0 0 u_ 0 00 LI: to wu0 d22LU 5<EE wo§§ §) gym <CLr 0 0LL »®20 cit§B2re a2 0 2 E 1-0 5 0 0 2 a All bidders acknowledged Addendums 1-5 and submitted bid bonds. Errors on Proposal ) ) k ) None Error on unit price for Unit 1 item 3. They treated it like a Lump Sum item instead of LF. They showed $8,000 per LF which would have made it $15,600,000. Added up to $2,942,100.30 - $0.50 off on total amount. snit 2 - written out amount sl f$2 Amount of Bid Unit 2 $1,900,625.151 (0 $1,324,485.35 0 $1,718,552.52 No Bid $2,942,099.80 0cei al zzi 69 Unit 1 No Bid Nr No Bid O co $614,874.03 vi 1r) No Bid 46 ul ta 49 69 Contractor Construction & Engineering Solutions, LLC Edwards Design & Construction, Inc. rGarney Construction Redford Construction, Inc. S & J Construction, Co., Inc. Seven Valleys Construction Sweetser Construction, Inc. 00 % All bidders acknowledged Addendums 1-5 and submitted bid bonds. e s Y Crs CO 0 2,005,689 5% Contingency 100.284 O t0 CO V I O m CO L 0) N+ O m CO J Oyyl U L WQ N Vy OI U A W N+ UNIT 2 - WL -11 BID OPENING: JANUARY 15, 2008 SONDE �U. (- 14 + b+ Ol g W CO U O+ CO A U O U "' O J a U p 0 W W y -,+ ( N W 1; rN rr N(<< D( D( N rD r T( T c g T Irc T D T N U H H T U U m o m y ti ti A T•T ti H ti o g U p= c " *wag a aa z ci s ; y ca o 8 -1g R>? 2 0+ a 8 A b0 g 9 10 RS m oA & Q ?. ? Q a�5 e�5 0�5 = 8 • $o 0 0 cn o 8 Z g. 3 S€€= r d a E =a >> 3 a 2 3 >>> H 3 m d a 1 3 a t CO CO . P ga m m m y o oo 0 Q u m u 3 3 a N Si 9 d d- a a o. O $ c SRS' N a 10 co co m 2 N a R g 0 3 m ri S m 0. CO V W• 0 N -01 >+ U A U -I (p(pyy J -I T1 yp Upy 8O8PIpp P 8 m8 8 N p Ap�l U N N ap N ( 0(T) 1VO SmS b 10 lc b lo 4 0 T S [mil +U 8 0 W 0 0 0 0 8 0 0 0 0 S V Co A m N m a S On O N RJN ESTIMATE ("gN U m OI p +S + P r. o+ O N S O O U O {T O O U J O O U+ co ++ N S N++ O 0 8 0 8 0 0 0 0$ 8 8 8 8 0 0 0 0 0$ 0$$$ H$ 8 8 0 0 0 c ri Gamey Construction U 7.4 SSSOSSS0S �+ _. w - 4.1 w w w w w m V NOUN v!-188-mVI cp co 8OA q pOpppS ES .64Np p]N LSD m S OI 0 0 0 0 0 N S O J O N U OU L SSSSSSSSSSVSSSS S SS S S S -166 U O + UO SS+ 8S OO ON O J 08 O O8 OO OUSSO yyO f ++ Om OU Om N + W d S 8 mOO OW W SOVm NW OW 4VON 8 Uy C .1 S&J. Construction Co, Inc. 64 w wNOOU+NNOJnOy 8 .10 8 S S O ON mS SO coo tn.ry 41 VI 61 4 o N O ppO UNN0NA cc b O O S S SO S O be. S SN O01SO SU S S S U NON VI Ow N N 42 mOSNVO S S oN NJ O r co N m +8 a N (p Wp {p� N N �p m W 8N + S S co N tT O U O O S O O O O N 0 8+ J U S O O S S O NI W O 888880888888808880888888888880 Z o C 9 " $ a a y1 41 490yyl {.1 1+ w 1+ N w w w fJ U V Iwil N U 1+ m W a W O A C.3 m O W+ N 01 8W O U (Vp W SW 8 qp la ppb 8 ppb CO {M O ImO S W S O O N S O S O S S S 01 S O J (JJ O O O O O 0.!00 068 0 8 88, o 88.8 0 8 mo o$$$ 0 8 0 8 8 0 0 0 8 8 8$ IUO O CON CON 8 O U N 0 8 8 8 O r P :4ro (� O8 OI Ip ppb O Ol + U 0 W LOI O IAT S N O O. O O 8 N 0 S a 8� S 81 8� 8 8 S 8 S {J� (y +1 (� W N A J O N 41 41 + O 0 I0 J N O++ O 8 S S S V V V S N A S S J m+ Z ~ Construction & Engineering Solutions, LLC w y8� 41 p y � 848. 401 401 4.1 + A J V q Jq pp mpp� A I NT pU�I m+ O 0 y01 1in 1.1 la 88 in A la 14 A O S U � A1 A b+ o co co A m N m A yW O O. m N O W (T 0 0 8 8 0 0 0 0 � Jp O+ O U 8 U y V N O d ( mT O 08N88m888S88S88SeA8lUO883888882 g 0 s P:4 0 0 2 yG < m zR imn C.2 ib� OwO mv> mf ym U y ▪ 0 Azr f pF r • m co r1 N + 0 O 2 0 Zi0 2 m 8 2,005.689 5% Contingency 100,284 8 e V 01 m a N N 8 8' m +1 +m 5+1 +a u w +o fO m '11211241141"-. 3 O c y w 22, y v N • F r 0 S T +m K BID OPENING: JANUARY 15, 2008 + N + p N 41 + _ y j p� m + (Oy N N (0 (0.1 N OO fLJ W+ 01 10 LLT 8 5 0 0O U 0+ 0 O N a+ mN rb ra �a11 �1OI rV m rP H T 40-0-<< C D< D< N T y T T( T D T rll T 2 T T T D T T 41 N-1 -1 m N p Np A 0 A ti ti ti 0 0 A ' m ti ti ti u m > �{pEm3/g mmm6 a m ES 8o d g C n a 1y� °�b g C g. 5 p a o N o i u E' ? 3 a 3 3.>. >> m mE a 8' 6' L' N o a> >= m . w w u v y ; S ('o �T m D C= m CO u P F m m$ 8 n 6� u 8 e 1 o O < qaa c 1 6� r u 9? .12 6 m y C < 8 n k m e 3 a dr 0 "S N i bN, e a O tv o Fa8= 3 8 N y N m W8a + pN a {ci + +N N 8....1.8 �pp(ppN N ppad� {m{ma� SNS N a N 8i Z a O OVi O (mil + O O S 8 0 8 0 8 8 8 0 0 0 J O L V m y m V 41 (Ny 48 g m it 8 01 O N RJN ESTIMATE N b b N 0 + p N {� + _.8.8 a N [mjl O O 8 00 0 0 O 8 8 8 e0 8 8 8 8 8 8 8 8 o e e + + j p� Cpl (J O -A 8 O O O m a W O 441 N 8 O++ fm0 8 8 8 8 8 8 8 8 8 8 8 8$ e .8 H W. N. Couch, Inc. N NN N 8 N O b NNNNlypaNfN+ 8pw aO N pN m O 8 O 8. 88888.88.8. N+ NN(NNN.6,-.bel N N T.0O N N08p„rp O S 8 8 O 8 O 8 0 0 0 mS N 8 8 8 8 8 8 8 8 8 8 8 8 8 • N N 8 O 8 8 N N N m 8 + y pO O N a d 8 8 8 8 8 8 O r O A + 8 O N 8 N ppl - O N 8 (JI + m O m O 888881(8888 N88888S88p88888e888g88 y V (O� O N O N {p4§ W 8”' p0l O (I i O+ (b=8 (p yl 8 8 O O O O A O O m O N m (J m N N 8 O+ m O BN O y Edwards Design & Construction, Inc. flris Ol 8O8 N 88+ {m{pp p+p to 41 0 8+8 N V {N1 N+ (U(�11 N (m()� d�aap 8N8 yNy N CON N O N O O m °53:1"222 O O O 8 O O O L N N N 8 8 8 8 8 8 8 8 8 8 8 8 8 8 0 8 8 8 8 8 8 8 8 yNNO qp8qp mppl {NI O88l m - 0 N ( N� O O p Nl ( O� 8 8 0 8 8 0 0 8� 0 r P + 8 m mp y Opp p O� p� m 4p + O N W+ N O 8 N m O N 0 0 0 N m O+++ O O a 0 0 0 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 0 p O (J 8 th 8p y Sweetser Construction, Inc. (8� O m O E V (p N y N m (V1 8 m pp1 Imp a 8 O (pal a O m. A °°°0 O 888888888888888888888880888550 41 IA t t N~ 3 1 (mp (NN Na N ±l O �l p N 41 « N N a coNV a O O) N {Opel N O O O N a{p NJ� Ll a Ol m { V4 8 (pp i 8 S M 8 O M°°05118 O V b a CO O Ol S O N N O 0 D r 0 02 0 y< < • 5 Eo m- A 0v ONO 01.6> r f m m r y e m • Dr Z 2 r O Om r� -mi y O 2 0 20 n s JO O m V a N A fJ N a ? Requester: David Jurgens City: --- State: Farmington AR Address: P O Box 150 'Vendor Number: 3112 City Of Fayetteville (Not a Purchase Order) Shipping/Handling WSIP, WL -11, Farmington Force Main ov0 CD 0 c 0 D Quantity 'Vendor Name: City of Farmington, Arkansas Lot EA Unit of Issue a Col N en O 0 O P m [Unit Cost tr P O O $0.00 la O OO O 50.00 la O O 41/3 O O O 41 O OO O 4A Oe O $0.00 0 O M W V en b q O P co [Extended Cost M _ .. 4520.9520.5801-00 [ Account Numbers Requester's Employee #: 490 Zip Code: Ship to code: 72730-0150 'Fob Point: 2065 N Sunshine Rd Fayetteville, AR 02133-0411 Proje4/Subproject # Extension: 330 Divitifflead Approval: 7axaWd — Ye \ll� No: wm I - 2 0 X •0 z c 3 0• m requisition No.: [Inventory # 'Quotes Attached Yes: No: J rxpected Delivery Date: m 0 m O O m [Fixed Asset # J DOCUMENT 00410 — BID BOND KNOW ALL MEN BY THESE PRESENTS: that we Carney Can(anies, Inc. 1333 NW Vivian Road Kansas City MO 64118 • as Principal, hereinafter called the Principal, and Western Surety Ccnpany 80331-6053 A South Dakota Corporation PO Box 5077, Sioux Palls, SD 57117-5077 and Liberty Mutual Insurance Company 610/837-8240 a Massachusetts Corporation 650 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462 a.corporation duly organized under the laws of the State of see above as Surety, hereinafter called Surety, are held and firmly bound unto City of Farmington, Arkansas 354 West Main Farmington, Arkansas 72730 as Obligee, hereinafter called Owner, in the sum of Dollars ($ 5% of ain nt bid), for the payment of which sum, well and truly to be made, Principal and said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. five (S%) Perrent of fetal annum- hid WHEREAS, Principal has submitted a Bid for construction of approximately 13,531 linear feet of gravity sewer main, 8 through 21 -inch diameter (3,898 feet of 21", 3,623 feet of 18". 2,851 feet of 15", 2,756 feet . of 12", and 403 feet of 8"), and 41 new 4 -foot diameter manholes for Unit 1. Unit 2 of the project provides for the construction of approximately 10,078 linear feet of 16 -diameter force main. Each project wilt be mostly installed by open cut, with some areas of rock excavation, other methods of pipe installation include 75 linear feet of 36 -inch encasement (Unit 1), 462 linear feet of 30 -inch encasement (125 If- Unit 1, 337 If -Unit 2), 53 linear feet of 24 -inch encasement (Unit 1), all by bore, and 265 linear feet of 36 -inch encasement (Unit 1), and 110 linear feet of 30 -inch encasement (Unit 2) by open cut. Additional items include erosion control, bypass pumping, tree removaVprotection, crock, road, and highway crossings and related work, along Goose Creek and Farmington Branch Crcck in Farmington, Arkansas. 00410.00 -Bid Bond.doc 00410 - 1 DOCUMENT 00410 — BID BOND (continued) NOW, THEREFORE, if the Owner shall accept the Bid of Principal and the Principal shall enter into a Contract with the Owner in accordance with the terms of such Bid, and give such Bond or Bonds as may be specified in the Bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of Principal to enter such Contract and give such Bond or Bonds, if the Principal shall pay 16 the Owner tits difference not to exceed the penalty hereof between the amount specified in said Bid and such larger amount for which the Owner may in good faith contract with another party to perform the Work covered by said Bid, then this obligation shall be null and void, otherwise to remain in.full force and'effect. Signed and sealed this 8 day of Jazi'� ' 20 08. PRINCIPAL Carney Ccerpanies, Inc. By 1.W.,YDONGBLOOD EXECUTIVE VICE PRESIDENT Western Surety CompanyURETY ana Liberty Mutual Insurance Company By OrfrvicieU 2 ✓ net-et Linda L. Nutt, Attorne--in-Fact AlTORNEY-IN-FACT please see above (This Bond shall be accompanied with Attorney-in•Fact's authority from Surety) END OF DOCUMENT 00410 00410.00 -Bid Bond.doc 00410-2 (CORPORATE SEAS.) (CORPORATE SEAL) Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Linda L. Nutt of Kansas City MO its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature Surety Bond Number: Bid Bond / Bid Bond Principal: Garney Companies, Inc. Obligee: City of Farmington Amount of Bond: See Bond Form and to bind It thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 19th day of September 2006 State of South Dakota County of Minnehaha }ss WESVER.14 SURECOMPANY Paul T. Bruflat, , nior Vice President On this 19th day of September 2006 before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described In and which executed the above instrument; that he knows the seal of said corporation: that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires November 30. 2012 + sift 4%1.416w f!�S D. OTR PUB °+ (L1 NOTARY PUBLIC �i s f c�'d='33 SOUTH DAKOTA A''"'i r D. Krell, Notary Public CERTIFICATE I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof 1 have hereunto subscribed my name and affixed the seal of the said corporation this 8th day of January 2008 Form F3146-9-2006 WESTalURETY COMPANY elson, Assistant Secretary Authorizing By -Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duty adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attomey, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attomeys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. • This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except In the manner and to the extent herein stated. Not valid for mortgage, note, loan, letter of credit, bank deposit, currency rate, interest rate or residual value guarantees. To confirm the validity of this Power of Attorney call 6104324240 between 9:00 am and 4:30 pm EST on any business day. LIBERTY MUTUAL INSURANCE COMPANY BOSTON, MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company), a Massachusetts stock Insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint, Linda 1-... Nett ... ............... its true and lawful attorney -in -fad, with full power and authority hereby conferred to sign, execute and ac(iriowledge, at any location within the United States, the following surety bond: Principal Name: Garney Companies, Inc. Obligee Name: City of Farmington LMS Surety Bond Number. Bid Bond / Bid Bond Bond Amount See Bond Form That this power is made and executed pursuant to and by authority of the following By-law and Authorization: ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe. shall appoint such attorneys -in -fad, as may be necessary to ad in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -In -tact, sub ect to the limitations set forth in their respective powers of attomey, shag have full power to bind the Company by their signature and execution of any such Instruments and to attach thereto the seal of the Company. When so executed such Instruments shall be as binding as it signed by the president and attested by the secretary. By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys -in -fad: Pursuant to Ankle XIII, Section 5 of the By-laws, Garnet W. Elliott, Assistant Secretary of Liberty Mutual Insurance Company, is hereby authorized to appoint such attorneys -In -fad as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. • That the By-law and the Authorization set forth above are true copies thereof and are now In full force and effect. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or offidal of the Company and the corporate seal of Liberty Mutual Insurance Company has been affixed thereto In Plymouth Meering, Pennsylvania this ;LI day of MAY , 2006 . COMMONWEALTH OF PENNSYLVANIA ss COUNTY OF MONTGOMERY LIBERTY MUTUAL INSURANCE COMPANY By Garnet W. Elliott, Assistant Secretary On this 23ie day of MAY 2006 before me. a Notary Public, personally carne Garnet W. Elliott, to me known, and acknowledged that he is an Assistant Secretary of Liberty Mutual Insurance Company; that he knows the seal of said corporation; and that he executed the above Power of Attorney. and armed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation. IN TESTIMONY•VE ER 0 } tave hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above wrlti(cgroNMONweir S O Ca 44W— Plymouth 2 f\ Notarial Seal ,D� u .-) p OF > Teresa Pastelia, Notary Public //w.Q."- Plymouth Twp., Montgomery County BY My Commission Expires Mar. 28. 2009 Teresa Pastella, Notary Public CERTIFICAT �svwa% 1, the undersigne4 Assistant Secretary of Liberty Mutual Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full. true and correct copy, is in fun force and effect on the date of this certificate; and I do further certify that the officer or offcdal who executed the said power of attorney Is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys -In -fact as provided in Article XIII, Section 5 of the By-laws of Liberty Mutual Insurance Company. This certificate and the above power of attomey may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March, 1980. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attomey issued by the company in connection with surety bonds, shall be valid and binding upon the company with the same force end effect as though manually affixed. Member, Pennsylvania Association of Nolanes IN TESTIMONY WHEREOF,��a� hereunto subscribed my name and affixed the corporate seal of the said company, this 8th day of . ay David M. Carey, disistant Secretary DOCUMENT 00400 —BID FORM Project Name Wastewater System Improvement Project / Contract Name: Farmington Gravity Main and Double Springs Lift Station Force Main ContractNo.: UNIT I, WL -10 RLF Project No.: 00584-CWRLF-L BID TO: Owner: The City of Farmington, Arkansas 324 West Main Street Farmington, Arkansas 72730 BID FROM: Bidder. GARNEY COMPANIES, INC. 1333 N. W. VIVION ROAD KANSAS CITY, MISSOURI 64118 ARTICLE 1- INTENT 1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement with Owner in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid price and within the Bid time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. ARTICLE 2 - TERMS AND CONDITIONS 2.01 Bidder accepts all of the terms and conditions of the Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 90 days after the day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Agreement with the Bonds and other documents required by the Bidding Requirements within 15 days after the date of Owner's Notice of Award. 00400 -Bid Form.doc Addendum 5 00400 — I UNIT I DOCUMENT 00400 —BID FORM ARTICLE 3 - BIDDER'S REPRESENTATIONS 3.01 In submitting this Bid, Bidder represents, as more fully set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bid Documents, and the following Addenda, receipt of all which is hereby acknowledged: Number Date c91ue Ortze —brr al,doo7 -Two .b c€h.Ver 3101007 el: NGy`alpos 7 VL✓L .50NkMy � otoo FJ 1/ " a %ZooS B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Bidder is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and (2) reports and drawings of a hazardous environmental condition, if any, at the Site. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bid Documents with respect to Underground Facilities at or contiguous to the Site. 00400 -Bid Fonn.doc Addendum 5 00400-2 UNIT 1 DOCUMENT 00400—BID FORM (continued) 'I UNIT1(WLr10) . :_BID'S FARMINGTON H D.4 GRAVITY . , . MAIN • yITEivI ,NIJMBE F`' `W . '• , UNIT ..1... '' , ;.:DESL`RtPTION ... ;.UNPf,TRICE° T 'i 32. 330 LF 2 -Inch PVC D2241 Wate Line Cut, 4' Deep, Complete in Place Dollars/LF by Open (S ) ($ ) Words 33. 1 EA Sewer Backflow Prevention Device Dollars/EA ($ ) ($ ) Words TOTAL PRICE - UNIT I: /' Q 3;d Dollars (5 1. Bidder acknowledges that quantities are not guaranteed and fmal payment will be based on actual quantities determined as provided in the Contract Documents. Bidder must indicate, by checking a box below, the type of pipe material to be used for this project. Pipe material must be the same for all pipe, unless specifically indicated in the contract documents. ❑ Polyvinylchloride 8"-15" 0 Polyvinylchloride 18"-36" 0 Fiberglas Reinforced Polymer 18"-36" ARTICLE 5 - CONTRACT TIMES 5.01 Bidder agrees that the Work will be substantially completed and completed and ready for final payment within the number of calendar days indicated in the Agreement. 5.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified in the Agreement. 00400 -Bid Form.doc Addendum 5 00400-9 UNIT I DOCUMENT 00400 —BID FORM (continued) ARTICLE 6 - BID CONTENT 6.01 The following documents are attached to and made a condition of this Bid: A. Required Bid security, not less than 5% of the Bid total, in the form of a (certified or bank cashier's check or a Bid Bond and in the amount of FhV-e P2rceo--4 Of btd Nt04rt4 Dollars ($ 50 antotai ' ). B. Required Bidder's Qualification Statement with supporting data (DOCUMENT 00140). C. List of Subcontractors (DOCUMENT 00430) D. Contractor's Act of Assurance Form, RLF-52. E. MBE / WBE Compliance Evaluation Form, RLF-96. ARTICLE 7 - COMMUNICATIONS 7.01 Communications concerning this Bid shall be addressed to the Bidder as follows: GARNEY COMPANIES, INC. 1333 N. W. VIVION ROAD KANSAS CITY. MISSOURI 64118 Phone No. (' t(?') te.1't to —7 Z 23 FAX No. (MO The —7 Z-8 V ARTICLE 8 - TERMINOLOGY 8.01 The terms used in this Bid which are defined in the GENERAL CONDITIONS or Instructions to Bidders will have the meanings assigned to them. SUBMrI ltD on—'SCC t4xu r 1 1., (0 20 08 Arkansas State Contractor License No. 0U 32_ 11 D 3 08 00400 -Bid Form.doc Addendum 5 00400-10 UNIT I DOCUMENT 00400 -BID FORM (continued) If Bidder is: An Individual Name (type or printed): By: (SEAL) (Individual's Signature) Doing business as: Business address: Phone No.: A Partnership Partnership Name: FAX No.: (SEAL) By: (Signature of general partner — attach evidence of authority to sign) Name (type or printed): Business address: Phone No.: FAX No.: 00400 -Bid Form.doc Addendum 5 • 00400 — 11 UNIT.I DOCUMENT 00400 —BID FORM (continued) A Corporation Corporation Name: CAARO. NEY COMPANIES, IN State of Incorporation: 44(COOL IC I Type (Genee�ral Business, Professional, Service, Limited Liability): i i (SEAL) By: (Signa re — attach evidence of authority to sign) Name (type or printed): 1.W.YOUNGBLOOD EEECullvt vier PRESIDENT Title: Attest: (CORPORATE SEAL) eft/%1 Stephen M. McCandlese Corp RArtrAtary (Signature of Corporate Secretary) Business address: GARNEY COMPANIES: INC:. 1333 N. W. VIVION ROAD KANSAS CITY. MISSOUt! 64113 Phone No.: (%((e 1 e L Z-3 FAX No.: (8((0) 7 Y(0 - 7 Z 8 END OF DOCUMENT 00400 — UNIT 1 00400 -Bid Form.doc Addendum 5 00400 —12 UNIT 1