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