Loading...
HomeMy WebLinkAbout21-09 RESOLUTIONRESOLUTION NO. 21-09 A RESOLUTION AWARDING BIDS #09-02, #09-03, #09-05, #09-06, #09-07 AND BID #09-10 AND APPROVING THE PURCHASE OF BULK CONSTRUCTION MATERIALS AND SERVICES UTILIZED BY VARIOUS DIVISIONS OF THE CITY OF FAYETTEVILLE IN THE ESTIMATED AMOUNT OF $3,156,126.75. 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 awards Bids #09-02, #09-03, #09-05, #09-06, #09-07 and Bid #09-10, and approves the purchase of bulk construction materials and services utilized by various divisions of the City of Fayetteville in the estimated amount of $3,156,126.75. PASSED and APPROVED this 3`d day of February, 2009. APPROVED: By ATTEST: By: fj ONDRA E. SMITH, City Clerk/Treasurer :FAYETTEVILLE 4W,4NGTOt C,1" Terry Gulley Submitted By City of Fayetteville Staff Review Form City Council Agenda Items and Contracts, Leases or Agreements February 3, 2009 City Council Meeting Date Agenda Items Only Transportation Division Action Required: pts h3 /a9 Sag 001164ira as 01A mLLffYra /5 Operations Department A resolution awarding Bids 09-02, 09-03, 09-05, 09-06, 09-07 and 09-10 for and approving the purchase of bulk construction materials and services utilized by various divisions of the City of Fayetteville in the estimated amount of $3,156,126.75. $ 674,178.86 $ 1,047,631.40 $ 498,985.40 $ 935,331.09 $ 3 156 126 75 Cost of this request 4470.9470.5814.05 4470.9470.5417.00 4470.9470.5814.00 4520.9520.5809.00 Multiple Account Number 02016 / 1 02052 / 1 02053/1 06035 / 1900 Multiple Project Number Budgeted Item x $ 1,300,000.00 $ 2,136,900.00 $ 787,000.00 $ 19,138,800.00 $ 23,362,700.00 Category/Project Budget $ 22,406.14 $ 59,248.60 $ 34,646.60 $ 1,439,030.44 $ 1,555,331.78 Funds Used to Date $ 1,277,593.86 $ 2,077,651.40 $ 752,353.40 $ 17,699,769.56 $ 21,807,368.22 Remaining Balance Budget Adjustment Attached Trail Development In -House Pavement Improvements Sidewalk Improvements Transportation Bond Street Improvements Multiple Program Category / Project Name Trail Improvements Transportation Improvements • Transportation Improvements Transportation Improvements Transportation Improvements Program / Project Category Name Sales Tax Capital Improvements Sales Tax Capital Improvements Sales Tax Capital Improvements Sales Tax 2006A Construction Fund Sales Tax Capital Improvements Fund Name /q4 vela- Srtmen hector City Attorney I- 05 Previous Ordinance or Resolution # ate Original Contract Date: Qq Original Contract Number: Da Comments: ntslaye vle ARKANSAS City Council Agenda Item To: Mayor and City Council Thru: Don Marr, Chief of Staff • From: Terry Gulley, Transportation Manager Date: February 3, 2009 Subject: A resolution awarding Bids 09-02, 09-03, 09-05, 09-06, 09-07 and 09-10 for and approving the purchase of bulk construction materials and services utilized by various divisions of the City of Fayetteville in the estimated amount of $3,156,126.75. Recommendation: Staff recommends a resolution awarding 09-02, 09-03, 09-05, 09-06, 09-07 and 09-10 for and approving the purchase of bulk construction materials and services utilized by various divisions of the City of Fayetteville in the estimated amount of $3,156,126.75. Background: The purchase of bulk construction materials and services is necessary to maintain the City's current infrastructure and to implement the Capital Improvement Program projects outlined in the 2009 Annual Budget & Work Program and five-year Capital Improvement Program plan. Discussion: Sealed formal bids for thermal striping, reflectorized paint marking, topsoil, hillside gravel, concrete, and truck hauling services were publicly read and the results are attached to this memo. Bid 09-02: Staff recommends awarding the thermal striping bid to Time Striping, Inc. Bid 09-03: Staff recommends awarding the reflectorized paint marking bid to Anderson Striping. Bid 09 05: Staff recommends awarding the topsoil bid to S & R Trucking. Bid 09-06• Staff recommends awarding the hillside gravel bid to Sweetser Construction for materials picked up by City staff and NWA Truck Service, LLC for delivered materials. Bid 09-07: Staff recommends awarding the concrete bid to Arkhola APAC Arkansas, as the primary supplier, and Beaver Lake Concrete, as the secondary supplier, for use on an "as needed" basis, in the event that Arkhola APAC Arkansas cannot supply the necessary materials within the time frame required to complete a project. Bid 09-10: Staff recommends awarding the truck hauling services bid to S & R Trucking, as the primary supplier, with the option to utilize other bidders based on price and availability, in the order as follows: NWA Truck Service, LLC, Les Rogers, Inc., Wilson Brothers Construction Co., Inc, and Sweetser Construction. Budget Impact: Funds for the acquisition of these materials and services have been budgeted in the Trail Development, In -House Pavement Improvements, Sidewalk Improvements, and Transportation Bond Street Improvements capital projects. Sufficient funding is available for the 2009 purchases. Attached: Bid 09-02 Thermal Striping Bid 09-03 Reflectorized Paint Markings Bid 09-05 Topsoil Bid 09-06 Hillside Gravel Bid 09-07 Concrete Bid 09-10 Truck Hauling Services RESOLUTION NO. A RESOLUTION AWARDING BIDS #09-02, #09-03, #09-05, #09-06, #09-07 AND BID #09-10 AND APPROVING THE PURCHASE OF BULK CONSTRUCTION MATERIALS AND SERVICES UTILIZED BY VARIOUS DIVISIONS OF THE CITY OF FAYETTEVILLE IN THE ESTIMATED AMOUNT OF $3,156,126.75. 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 awards Bids #09-02, #09-03, #09-05, #09-06, #09-07 and Bid #09-10, and approves the purchase of bulk construction materials and services utilized by various divisions of the City of Fayetteville in the estimated amount of $3,156,126.75. PASSED and APPROVED this 3rd day of February, 2009. APPROVED: ATTEST: By: By: LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer 0 0 1 0 1 m m � a a a 0 0 3 to N cC a 0 0 a O 3 0 0 3 3 3 c 3 a 0 d O 0, m O. 0 3 c c 0 0 m 0 o- 0 a e m N TOTAL BID BASED ON ESTIMATES v 0f N r x a x ---cox 0 ° m c 0 0 0w r A m D 3 - Wa o x 0 0 0 0 et' = 1 -na m a CL 0 1 > a a c ct- a a = ' 13a3 a. al.d 0. - a 1 S N -1 3 a o 3 0 'x O a 0 0 'a m ma Nn Q 0 o11 m a m o 3 m 00 a a - m x 0 m N m •N N m m 0 o 1 0 a N 00 0 r m 0 0 r -n 0 fA O O 0 0 N m EA 01 0 0 0 O 0 0 0 A Hot Applied Thermoplastic Railroad Emblems - Each m Co 0 0 0 0 0, O 0 0 W x 0 a a m a 1 0 3 0 a N • 0 0 a m 0 0) N 0 0 N Hot Applied Thermoplastic Arrows - Each 0) D ES V 01 0 0 O 0 0 0 0 ax m o r 1 1 0 0 0 o 0. -1 3 0 a ET N 0 0 m O A 01 0 0 0 r T c a 0 0 1 0 D r Bid 09-02, Thermal Striping Z 0 3 m m m rt 0 O 0 O 3 m a.3 3 3 V m 0 0 a 1 0 rr W 0 co 0 m 0 0 2 -1 m O7 1 m m y11 13 m 0 0 d N 1-1 m m�� 0 0c O 0 o P4 0- a. v fra 1< P • a 0 1< 0 0 0 0 0 Bid 09-03, Reflectorized Paint Markings Z 0 n m CO 0. E m 0. 0 w 0 0 A o 0 0 m 0 0 3 co T 3 3 C N 0 0 5 0 0 N 0.1 a 0 3 m m 0 O N .d. 0 0 1< 0 n Or N 6uijonij i 1s s b 03 O 0 0 3 Northwest Arkansas Truck Service O O O co O 0 •oui `sia6ob sad z N O O 0 03 O v O 4» rn V 01 O O O 6uijonil s,Aa1.13 !!osdol `50-60 P!8 2 0 0 m a 1110- H N 0 S a 0 c •0 0 3 m a 0 3 m co Io 3 5 3 3 N •0 ID 0 n 0 Fr N J CL 0 3 w c r 0 m_ 0 3 0 0 %< 0A N 0.01 imomi i- '""""" u u: r • r W ' ' C) _I 0 IA GI f, l+ > gip 3 1 O I ' �' 'mf o n1 • (0 111 m el 7,3 I^ I jc , T p O fl T •- :� • Do A01 r+{' 1.0 C. ft.•'� m �; �:r < F. I : ', ,in • Fr 1 m N I b • ••• :, �. :,• ` I ,. Ir 41*r', �' e :.:ioirditg:dth V• U. Ili V`• 7:.1. , ,. J J J "11 U. 1 f: •1 r. J I C' 1:1 I:f: 1 .;:••-11. • 1 • .-C 1 _l •• m' r V. u ' 1/I ,r. I 'n1r� j : e\4 : e,: f,1 f•� : : , s 1 CI • s ' .••• ▪ : v C, I V• IJ. V' • .0 ,T fa 11 I1• • •.' 1 �_ .!.•1 '01P 7. IP V: I VI ,p `% 4: ,`';•r_ l,1 {:1 1 l.1 1 f� 11 1 ..J 1 :.1 n, �,it :`• 1r- • IPI I.1 l:• . J�y� is .' eer 1. i L .1 i ,q ., In , ri I9 • -I • lol III ld l.: I - .-h :. ,f 111 "1 •, • 4::::::: •'1 CI r. , C.: 11 ;a' iia',. V' L1 1 •I, II —fiJ y1 ,n VI a, 1.,-.1z Er a I a� is ;:1 m+� art U1 lT' in I N.: lc. '' � _i '11 C.' I 1 1• I�•,: = CCS lJ J I L. ^11 •• ., LI I.) I '.a a •'D'ti 0•ni Bid 09-06, Hillside Gravel NCD z 0 m m a n 3 m to 0 0 n 3 3 3 L0co es n n 7 O atat 0 m 3 0 0 0 d TOTAL BID PRICE= 0 N A C W N+ O " : �i,' g S"�4Y`yfq. • [Masonry Sand 50 Concrete Sand 100 'Type ype I Portland Cement 100 •ap a:d K 33 m o Lightweight Concrete - 3500 PSI 50 1Flowable Fill - per AHTD Selected Material 50 'Exposed Aggregate - 4000 PSI 50 13/4" Rock 3,000 Hot Water 500 'Air Entraining Admixture 2,500 12% Calcium Chloride Admixture 60 Ii % Calcium Chloride Admixture 100_ 14000 PSI: 1/1/2" Aggregate Size (subject to availability) 500 5000 PSI: 314" Mln & 111/4" Max. Aggregate Size, 4" Slump 100 14000 PSI: 3/4" Min & 1/1/4" Max. Aggregate Size With Fiber Reinforcement, 4" Slump 1,000 3500 PSI: 3/4: Min & 1/1/4" Max. Aggregate Size, 4" Slump 500 ' 4000 PSI: 3/4" Min & 1/1/4" Max. Aggregate Size, 4" Slump 2,500 4111 NN. O VI N o o 13 v b0 3• iii O GC JO O 69 0 O O m N EA W O c N O N O *A O O 0 0 m io O 574.90 1 m 3 iLA :'T} ' G b = $380,240.00 Eo <•o • N 0 o 1.11J 0 0 0 0 0 0 f+, O 0 0 01 O O 0 49 N O 0 CO A 0 0 0 O 0 o 0 CO1 N O O 0 $37,450.00 $192,250.00 10.5 SR: .ZYf �G}• )�*' tg...' W o O N O O 0 0 O O 0 o O 61 0 69 A 0 O EA O 0 O 69 (n 0 O N ()1 O COJ 0 O (E P o O 4 6 O tJO O O Ar. • ° M N .. ' • .• • , N 69 0 A IC; �O 10 01 N 0 N 0 ill r W 0000 O 0 W o 0 q A 0 0 d 0 0 $2,000.00 0 $0b0 W 0 N 0 ;, 0 0 0 0 0 A 0 o O $ b A OA 0 0 CA 0ooy 0,0 0 No Bid I . No Bid No Bid ivo o0 0 °i 0 a. 'r' 0 tn o 0 N o 0 o 0 w 3 b m O 0 m O Ca 0 0 w o 0 w O 0 0 z D 0 N 0 m co 0 a 0 m 0 0 ii't 614E �, r Z' O €6 fir! 00'093'209$ b rn N 0 O a N 0 O N 0 O m O 000 o N O m N 0 0 $96,000.00 1 tv 0 0 o g A N 0 O o h IN o • f 11 Q I' bq r;.O I'F Hf co 0 en o 0 M 0 0i r b 5100.00 M O 0 en 0 0 w N 0 W W 0 (N O 0 m W 0 M ( N/� 0 j 0 0 N in N $85.45 6/1 N m O 0 365E mi 4:-... m _: k+'} J. }'f is 5418,320.00 cm 0 O 1. :.r . a 52,000.00 W o 0 O A 0 0 O T 0 0 0 N 0 O 0 0 O CO 0 0 o O N 01 0 o O EA N A N 0 01 N CO 0 EA N p W O O O A N 0 $40,225.00 .�n.. f_R4: 3s ' 0: 'r [06 :1.x. pi „m:. `m.6 ... J.... 'Y�p e;e.lauo3 'L0-60 P!8 0 y O w a 0• •• 3 rt Bid 09-08, Asphalt and Aggregate Almtnerrtil vk4[ :i� 0 9E5C Aw, Asphalt Concrete Not MI. finder (+S ma. eloeel 1.000 Asphalt Comets Cow Flan Mie (liT may stone) 250 Tact Oil 10.000 Gal QOFey W ASPMI materials Topp site (as needed within Foyotieine City cmnel 25000 I Cuss 7 Base(SB.2)-IcAgea v.I end dy 30,000 CM>ete Aggregate -15- 500 Concrete Aggregate -.Dor 500 'e' Slone 2.500 Abrasives t COI OW y,Fsl 500 Shot Root 500 s Y d O o a o « E 540.00 EE a. s x. C_ A 8 4.35 I a - O aaa as a a w y E 8 1 540,00000 "N g 8 ,.. ibs fel i p '' 44 44" See NWAO 3 • 8 z o $ z P 8 Plant Southern Co E` QEU ITSfai day+«a o v ., ro 1 bbbba 5 F 5. "g g8 W rR. 8 8 ¢8 g 8 8 o S 8u z n z z « 8 a 8 e 8 E 8 g 8 8 McClinton.Anchor - Companies FtICE-P €NOEL wit t WAS $ S y 51223,875.00, ._ 8 a« 8 0S. 0 t` $ g S C g 8 tw 8 8 8 8 yy 8 cq 8 000,' {{ 'f' 4, 0 4H g. 8 m 0 8 F.+ x&0000 Northwest Arkansas Quarries LLC • VA:Qt In' .44rei f.E9� .. :44,Y C° a R s?a5,a?4.00 8" 88g88 0 8 8$ 8 i as a a a EE i yr r 51950 u 8 8 E 0 0 z a' ;{x ', '^'H 1 n 8 8 F _ r8 __z� g.1 8 a .. o 8 $ 8 0, 4a a 8o B a Tia' a o a 71 ' S y g 0 0 8 o888c8 -ffi ffi 70 N J N Rogers Group OPTS Lowell Location tril. Wee 0,o.�vgsaaSSS -i �gaog" i888888 b 0z a 8 44 8 0 8 0 8 = 0 0 0 0 0 o8d CDit :y $208,500.90 8 8 8, 8 V! 8 8 a« g m s 0,0000 oup- OPT 2 Ile Location $�,E�_ %��gW ts+9yb1'Y�e Bid 09-08, Asphalt and Aggregate 2 0 0 w 0. a 0 m c 0 0 N 0 O 3 m co 3 3 3 m a 0 O 3i O O m d J 0. 0 3 d c 5- 3 O O 1< N Wilson Brothers Construction Co., Inc. savoy 0001. Sweetser Construction, Inc. 0 O 0 0 3- 0 c • N a) 0 V1 0 0 6ui�anal a +g S sanoy 0001. di coN co O O O O O Northwest Arkansas Truck Service sano4 0001. 0) 0 0 0 0 s O 0 O • 0 c N Bid 09-10, Truck Hauling Services 0!90 W �0-4. Amo 00 m Ao O m 1 —I m r r m Clarice Pearman - Res. 21-09 & 22-09 From: To: Date: Subject: CC: Attachments: Clarice Pearman Gulley, Terry 2.9.09 1:20 PM Res. 21-09 & 22-09 Audit Audit Page 1 of 1 Terry: Attached are the above resolutions passed by City Council regarding the bulk construction materials and asphalt & aggregate materials. Please let me know if there is anything else needed for these items. Have a good day. Clarice file://C:\Documents%20and%20Settings\cpearman.000\Local%20Settings\Temp\XPgrpwise\49902DACFA... 2.9.09 ' FINAL'CONTRACT AMOUNTS THAT EXCEED THE ORIGINAL CONTRACT AMOUNT WILL BE CHARGED AN ADDITIONAL PREMIUM. INCLUDE THESE PREMIUM CHARGES IN YOUR CHANGE ORDERS. THE AMERICAN INSTITUTE OF ARCHITECTS Bond # 1000839633 AIA Document A312 Payment Bond Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): Mike Anderson dba Anderson Striping 4218 Hwy. 70 E. Carlisle, AR 72024 OWNER (Name and Address): City of Fayetteville 113 West Mountain St. SURETY (Name and Principal Place of Business): American Contractors Indemnity Company 601 S Figueroa St., Suite 1600 Los Angeles, CA 90017 Fayetteville, AR 72701 CONSTRUCTION CONTRACT Date: 6/09/2009 Amount: $56,236.75 Description (Name and Location): Asphalt Striping, City of Fayetteville, Arkansas. Purchase order code 09-0000340-100 BOND Date: 6/26/2009 Amount: $56,236.75 Modifications to this Bond: CONTRACTOR AS PRINCIPAL Company: Mike Anderson dba Arydgr;on Striping Signature' `m L -Ea Name and Title: Mike Anderson, Owner (Any additional signatures appear on page 3) ❑ None SURETY (Corporate Seal) Company: American Signatu Name an m See Page 3 Corporate Seal) mpany Attorney rawford, m - Fact FOR INFORMATION ONLY - Name, Address and Telephone AGENT or BROKER: OWNER'S REPRESENTATIVE (Architect, Engineer or other party): AIA DOCUMENT A312 - PERFORMANCE BOND AND PAYMENT BOND - DECEMBER 1984 ED AIA THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W. WASHINGTON D C, 20008 THIRD PRINTING - MARCH 1987 WARNING: Unlicensed photocopying violates U.S. trademark Laws and is subject to legal prosecution.. A312-1984 4 1 The Contractor and the Surety, Jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner to pay for labor, materials and equipment furnished for use in the perfor- mance of the Construction Contract, which is incorpo- rated herein by reference. 2 With respect to the Owner, this obligation shall be null and void if the Contractor: 2.1 Promptly makes payment, directly or indirectly, for all sums due Claimants, and 2.2 Defends, indemnifies and holds harmless the Owner from claims, demands, liens or sults by any person or entity whose claim, demand, lien or suit Is for the payment for labor, materials or equipment fur- nished for use in the performance of the Construction Contract, provided the Owner has promptly notified the Contractor and the Surety (at the address described In Paragraph 12) of any claims, demands, liens or suits and tendered defense of such claims, demands, liens or suits to the Contractor and the Surety, and provided there is no Owner Default. 3 With respect to Claimants, this obligation shall be null and vo'd if the Contractor promptly makes pay- ment, directly or Indirectly, for all sums due. 4 The Surety shall have no obligation to Claimants under this Bond until: 4.1 Claimants who are employed by or have a direct contract with the Contractor have given notice to the Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to the Owner, stating that a claim is being made under this Bond and, with substantial accuracy, the amount of the claim. 4.2 Claimants who do not have a direct contract with the Contractor: .1 Have furnished written notice to the Con- tractor and sent a copy, or notice thereof, to the Owner, within 90 days after having last performed labor or last furnished materials or equipment included in the claim stating, with substantial accuracy, the amount of the claim and the name of the party to whom the materials were furnished or supplied or for whom the labor was done or performed; and .2 Have either received a rejection in whole or in part from the Contractor, or not received within 30 days of furnishing the above no- tice any communication from the Contractor by which the Contractor has indicated the claim will be paid directly or Indirectly; and .3 Not having been paid within the above 30 days, have sent a written notice to the Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to the Owner, stating that a claim is being made under this Bond and enclosing a copy of the previous written notice furnished to the Contractor. 5 11 a notice required by Paragraph 4 is given by the Owner to the Contractor or to the Surety, that Is suffi- cient compliance. 6 When the Claimant has satisfied the conditions of Paragraph 4, the Surety shall promptly and at the Surety's expense take the following actions: 6.1 Send an answer to the Claimant, with a copy to the Owner, within 45 days after receipt of the claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed. 6.2 Pay or arrange for payment of any undisputed amounts. 7 The Surety's total obligation shall not exceed the amount of this Bond, and the amount of this Bond shall be credited for any payments made In good faith by the Surety. 8 Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the perfor- mance of the Construction Contract and to satisfy claims, if any, under any Construction Performance Bond. By the Contractor furnishing and the Owner accepting this Bond, they agree that all funds earned by the Contractor in the performance of the Construction Contract are dedicated to satisfy obligations of the Contractor and the Surety under this Bond, subject to the Owner's prior- ity to use the funds for the completion of the work. 9 The Surety shall not be liable to the Owner, Claimants or others for obligations of the Contractor that are unrelat- ed to the Construction Contract. The owner shall not be liable for payment of any costs or expenses of any Claim- ant under this Bond, and shall have under this Bond no obli- gations to make payments to, give notices on behalf of, or otherwise have obligations to Claimants under this Bond. 10 The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations. 11 No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent Juris- diction in the location in which the work or part of the work Is located or after the expiration of one year from the date (1) on which the Claimant gave the notice required by Subparagraph 4.1 or Clause 4.2.3, or (2) on which the last labor or service was performed by anyone or the last mate- rials or equipment were furnished by anyone under the Con- struction Contract, whichever of (1) or (2) first occurs. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable - 12 Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the signature page. Actual receipt of notice by Surety, the Owner or the Contractor, however accomplished, shall be sufficient compliance as of the date received at the address shown on the signature page. 13 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions con- forming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is that this AIA DOCUMENT /312 - PERFORMANCE BOND AND PAYMENT BOND THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N. THIRD PRINTING - MARCH 1987 WARNING: Unlicensed photocopying violates U.S. - DECEMBER 1984 ED AIA W WASHINGTON D C, 20006 trademark Laws and Is subject to legal prosecution.. A312-1984 5 • Bond shall be construed as a statutory bond and not as a common law bond. 14 Upon request by any person or entity appearing to be a potential beneficiary of this Bond, the Contractor shall promptly furnish a copy of this Bond or shall permit a copy to be made. 15 DEFINITIONS 15.1 Claimant: An individual or entity having a direct contract with the Contractor or with a subcontractor of the Contractor to furnish labor, materials or equip- ment for use In the performance of the Contract. The Intent of this Bond shall be to include without Limita- tion in the terms "labor, materials or equipment" that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental equipment used in the MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: Construction Contract, architectural and engineering services required for performance of the work of he Contractor and the Contractor's subcontractors, and all other Items for which a mechanic's lien may be asserted in the Jurisdiction where the labor, materials or equipment were furnished. 15.2 Construction Contract: The agreement between the Owner and the Contractor Identified on the sig- nature page, Including all Contract Documents and changes thereto. 16.3 Owner Default: Failure of the Owner, which has neither been remedied nor waived to pay the Con- tractor as required by the Construction Contract or to perform and complete or comply with the other terms thereof. **Notwithstanding the terms of the contract, the sum or the bond stated herein shall not increase without prior written consent of Surety. **All obligations of the Surety shall be discharged and released at the end of one year from project acceptance by owner or architect. "Paragraph 6.1 is hereby modified to delete "within 45 days" to "within a reasonable time." (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL Company: Signature' \ l SURETY (Corporate Seal) Company: (Corporate Seal) Name and Title: Mke Anq�so(Ai net- Name n Signature. and Title: Address: 82.12. Mg 10C Address: Car. (i sie, e7Aoa '{ AIA DOCUMENT A312 - PERFORMANCE BOND AND PAYMENT BOND - DECEMBER 1984 ED AIA THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE. N.W. WASHINGTON 0 C, 20006 THIRD PRINTING - MARCH 1987 WARNING: Unlicensed photocopying violates U.S. trademark Laws end is subject to legal prosecution.. A312-1984 6 FINAL'CONTRACT AMOUNTS THAT EXCEED THE ORIGINAL CONTRACT AMOUNT WILL BE CHARGED AN ADDITIONAL PREMIUM. INCLUDE THESE PREMIUM CHARGES IN YOUR CHANGE ORDERS. THE AMERICAN INSTITUTE OF ARCHITECTS Bond #1000839633 AIA Document A312 Performance Bond Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): Mike Anderson dba Anderson Striping 4218 Hwy. 70 E. Carlisle, AR 72024 OWNER (Name and Address): City of Fayetteville 113 West Mountain St. Fayetteville, AR 72701 CONSTRUCTION CONTRACT Date:6/09/2009 Amount: $56,236.75 SURETY (Name and Principal Place of Business): American Contractors Indemnity Company 601 S Figueroa St., Suite 1600 Los Angeles, CA 90017 Description (Name and Location): Asphalt Striping, City of Fayetteville, Arkansas. Purchase order code 09-0000340-100 BOND Date: 6/26/2009 Amount: $56,236.75 Modifications to this Bond: CONTRACTOR AS PRINCIPAL Company: (Corporate Seal) Mike Anderson dl Anderson Striping Signature' •-it - Name and Title: Mike Anderson, Owner (Any additional signatures appear on page 3) ❑ None SURETY Company: American C SIgnatur�:�� Name and See Page 3 (Corporate Seal) Company J- my r awford, tto ey - In - Fact FOR INFORMATION ONLY - Name, Address and Telephone AGENT or BROKER: OWNER'S REPRESENTATIVE (Architect, Engineer or other party) : AIA DOCUMENT A312 - PERFORMANCE BOND AND PAYMENT BOND -DECEMBER 1984 ED AIA THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W. WASHINGTON D C, 20008 THIRD PRINTING - MARCH 1887 WARNING: Unlicensed photocopying violates U.S. trademark Laws and Is subject to legal prosecution.. A312-1984 1 1 The Contractor and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner for the performance of the Construction Contract, which is incorporated herein by reference. 2 If the Contractor performs the Construction Contract, the Surety and the Contractor shall have no obligation under this Bond, except to participate In conferences as provided in Subparagraph 3.1. 3 If there is no Owner Default, the Surety's obligation under this Bond shall arise after: 3.1 The Owner has notified the Contractor and the Surety at its address described In Paragraph 10 below that the Owner is considering declaring a Contractor Default and has requested and attempted to arrange a conference with the Contractor and the Surety to be held not later than fifteen days after receipt of such notice to discuss methods of performing the Construc- tion Contract. If the Owner, the Contractor and the Surety agree, the Contractor shall be allowed a reason- able time to perform the Construction Contract, but such an agreement shall not waive the Owner's right, If any, subsequently to declare a Contractor Default; and 3.2 The Owner has declared a Contractor Default and formally terminated the Contractor's right to complete the contract. Such Contractor Default shall not be de- clared earlier than twenty days after the Contractor and the Surety have received notice as provided in Sub- paragraph 3.1; and 3.3 The Owner has agreed to pay the Balance of the Contract Price to the Surety in accordance with the terms of the Construction Contract or to a contractor selected to perform the Construction Contract in accor- dance with the terms of the contract with the Owner. 4 When the Owner has satisfied the conditions of Para- graph 3, the Surety shall promptly and at the Surety's ex- pense take one of the following actions: 4.1 Arrange for the Contractor, with consent of the Owner, to perform and complete the Construction Contract; or 4.2 Undertake to perform and complete the Construc- tion Contract Itself, through Its agents or through Inde- pendent contractors; or 4.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Con- struction Contract, arrange for a contract to be pre- pared for execution by the Owner end the contractor selected with the Owner's concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds Issued on the Construction Contract, and pay to the Owner the amount of damages as described in Paragraph 6 In ex- cess of the Balance of the Contract Price incurred by the Owner resulting from the Contractor's default; or 4.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor and with reasonable promptness under the circumstances: .1 After Investigation, determine the amount for which it may be liable to the Owner and, as soon as practicable after the amount Is deter- mined, tender payment therefor to the Owner; or .2 Deny liability in whole or In part and notify the Owner citing reasons therefor. 5 if the Surety does not proceed as provided in Paragraph 4 with reasonable promptness, the Surety shall be deemed to be In default on this Bond fifteen days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond, and the Owner shall be entitled to enforce any remedy available to the Owner. If the Surety proceeds as provided in Subparagraph 4.4, and the Owner refuses the payment tendered or the Surety has denied liability, in whole or in part, without further notice the Owner shall be entitled to enforce any remedy available to the Owner. 6 After the Owner has terminated the Contractor's right to complete the Construction Contract, and if the Surety elects to act under Subparagraph 4.1, 4.2, or 4.3 above, then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the Construction Contract. To the limit of the amount of this Bond, but subject to commitment by the Owner of the Balance of the Contract Price to mitigation of costs and damages on the Construction Contract, the Sure- ty is obligated without duplication for: 6.1 The responsibilities of the Contractor for correc- tion of defective work and completion of the Construc- tion Contract; 6.2 Additional legal, design professional and delay costs resulting from the Contractor's Default, and re- sulting from the actions or failure to act of the Surety under Paragraph 4; and 6.3 Liquidated damages, or if no liquidated damages are specified in the Construction Contract, actual dam- ages caused by delayed performance or non-perfor- mance of the Contractor. 7 The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Con- struction Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than the Owner or its heirs, executors, administrators or successors. 8 The Surety hereby waives notice of any change, includ- ing changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obliga- tions. 9 Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent Jurisdiction in the location In which the work or part of the work is located and shall be instituted within two years after Contractor Default or within two years after the Contractor ceased working or within two years after the Surety refuses or tail - to perform its obligations under this Bond, whichever oc- curs first. If the provisions of thls Paragraph are void or prohibited by law, the minimum period of limitation avail - AIA DOCUMENT A312- PERFORMANCE BOND AND PAYMENT BONG -DECEMBER 1984 -AIA THE AMERICAN INSTITUTE OF ARCHITECTS 1735 NEW YORK AVE. N.W.. WASHINGTON D.C. 2008 THIRD PRINTING - MARCH 1987 WARNING: Unlicensed photocopying violates U.S. trademark laws and is subject to legal prosecution. A312-1984 2 able to sureties as a defense in the Jurisdiction of the suit shall be applicable. 10 Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the sig- nature page. 11 When this Bond has been furnished to comply with a statutory or other legal requirement In the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions con- forming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory bond and not as a common law bond. 12 DEFINITIONS 12.1 Balance of the Contract Price: The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made, including allowance to the Con- tractor of any amounts received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled, re- duced by all valid and proper payments made to or on behalf of the Contractor under the Construction Con- tract. 12.2 Construction Contract: The agreement between the Owner and the Contractor identified on the sig- nature page, Including all Contract Documents and changes thereto. 12.3 Contractor Default: Failure of the Contractor, which has neither been remedied nor waived, to per- form or otherwise to comply with the terms of the Construction Contract. 12.4 Owner Default: Failure of the Owner, which has neither been remedied nor waived to pay the Con- tractor as required by the Construction Contract or to perform and complete or comply with the other terms thereof. MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: ""Notwithstanding the terms of the contract, the sum or the bond stated herein shall not increase without prior written consent of Surety. "All obligations of the Surety shall be discharged and released at the end of one year from project acceptance by owner or architect. (Space Is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL Company: Signature: ` Name and Title nth keAnderson Address: 4al9, thW y 70 E Carlo -sir, me 7aOa'I SURETY (Corporate Seal) Company: (Corporate Seal) Signature* (kine Name and Title: Address: NA DOCUMENT A312- PERFORMANCE BOND AND PAYMENT BOND- DECEMBER 1%4 -NA ME AMER/CAN INSTIME OF ARCHITECTS 1735 NEW YORK AVE.. NW., WASHINGTON D.C. 2006 THIRD PRINTING - MARCH 1967 WARNING: Unlicensed photocopying violates U.S. trademark laws and Is subject to legal prosecution. A312-1984 3 • Acknowledgment of Surety State of Minnesota County of Dakota On this 26`h day of June, 2009 before me personally appeared Jeremy Crawford who acknowledged that he or she is the attorney in fact who is authorized to sign on behalf of American Contractors Indemnity Company (surety company), the foregoing instrument, and he thereupon duly acknowledged to me that he executed tlye same. WILLIAM J. NEMEC NOTARY PUBLIC -MINNESOTA my Camtimicm ban anm, 2010 tary Public