Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
173-10 RESOLUTION
RESOLUTION NO. 173-10 A RESOLUTION AWARDING BID #10-55 AND AUTHORIZING A CONTRACT WITH RICK PERSHALL BUILDING COMPANY IN THE AMOUNT OF $46,410.00 FOR REFURBISHMENT OF DOG RUNS AT THE FAYETTEVILLE ANIMAL SHELTER, AND APPROVING A PROJECT CONTINGENCY OF $3,112.00 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #10-55 and authorizes a contract, a copy of which is attached as Exhibit "A", with Rick Pershall Building Company in the amount of $46,410.00 for refurbishment of dog runs at the Fayetteville Animal Shelter. Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a project contingency of $3,112.00. PASSED and APPROVED this 5th day of October, 2010. APPROVED: ATTEST: By: By: — ELD J AN, Mayor SONDRA E. SMITH, City Clerk/Treasurer City of Fayetteville Bid 10-55, Construction — Animal Shelter Improvements Contract — Between City and Rick Pershall Building Company This contract executed this 5, day of 01. tp fel' , 2010, between the City of Fayetteville, Arkansas, and Rick Pershall Building Company. In consideration of the mutual covenants contained herein, the parties agree as follows: 1. Rick Pershall Building Company at its own cost and expense shall furnish all labor, materials, supplies, machinery, equipment, tools, supervision, bonds, insurance, tax permits, and all other accessories and services necessary to complete items bid per Bid 10-55 as stated in Rick Pershall Building Company's bid proposal, and in accordance with specifications attached hereto and made a part hereof under Bid 10-55, all included herein as if spelled out word for word. The City of Fayetteville shall pay Rick Pershall Building Company based on their bid proposal :in an amount not to exceed: ,$46,410.00. Payments will be made after approval and acceptance of work and submission of invoice. Payments will be made approximately 30 days after receipt of invoice. 3. The Contract documents which comprise the contract between the City of Fayetteville and Rick Pershall Building Company consist of this Contract and the following documents attached hereto, and made a part hereof: A. Bid form identified as Invitation to Bid 10-55 with the specifications and conditions typed thereon. B. Rick Pershall Building Company's bid proposal. C. The Notice to Prospective Bidders and the Bid Tabulation. 4. These Contract documents constitute the entire agreement between the City of Fayetteville and Rick Pershall Building Company and may be modified only by a duly executed written instrument signed by the City of Fayetteville and Rick Pershall Building Company. 5. Rick Pershall Building Company shall not assign its duties under the terms of this agreement. 6. Rick Pershall Building Company agrees to hold the City of Fayetteville harmless and indemnify the City of Fayetteville, against any and all claims for property damage, personal injury or death, arising from Rick Pershall Building Company performance of this contract. This clause shall not in any form or manner be construed to waive that tort immunity set forth under Arkansas Law. 7. Rick Pershall Building Company shall furnish a certificate of insurance addressed to the City of Fayetteville, showing that he carries the following insurance which shall be maintained throughout the term of the Contract. Any work sublet, the contractor shall require the subcontractor similarly to provide worker's compensation insurance. In case any employee engaged in work on the project under this contract is not protected under Worker's Compensation Insurance, Rick Pershall Building Company shall provide and shall cause each Subcontractor to provide adequate employer's liability insurance for the protection of such of his employees as are not otherwise protected. Workmen's Compensation Comprehensives General & Automobile Insurance Bodily Injury Liability Property Damage Liability The premiums for all insurance and by Rick Pershall Building Company. 8. Rick Pershall Building Company to by all local and state agencies. Statutory Amount $500,000 for each person injured. $1,000,000 for each accident. $1,000,000 aggregate. the bond required herein shall be paid furnish proof of licensure as required 9. This contract may be terminated by the City of Fayetteville or Rick Pershall Building Company with 10 days written notice. 10. Freedom of Information Act: City of Fayetteville contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. 25-19-101 et. Seq.). Only legally authorized photo coping costs pursuant to the FOIA may be assessed for this compliance. 11. Changes in Scope or Price: Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fe�e�s.,� WITNESS OUR HANDS THIS u DAY OF Q l b-ei ~ , 2010. Attest: CITY OF FAYETTEVILLE, FAYETTEVILLE, ARKANSAS LI + NELD J.4 -M-N, Mayor fr 26-°- &IC n: ra Srnith, City Clerk `01111111P??PIO ‘ ‘N‘RK/TR� /row ••GRAY 6c •• 1:' • 3 S, • • • ° ;FAYETT EV ILLE 1".9s°19KANS�JS BY 4i/1/e2 olGo``��. ATTEST: COMPANY SECRETARY RICK PE SHALL BUILDING COMPANY tAqef PtocS—'A ti-irt 6b'D4e. O2° `275.3 BUSINESS ADDRESS NAME AND TITLE Justine Middleton Submitted By City of Fayetteville Staff Review Form City Council Agenda Items and Contracts, Leases or Agreements Oct. 5, 2010 City Council Meeting Date Agenda Items Only Development Services Division Action Required: Community Services Department A resolution awarding Bid# 10-55 and approval of a contract with Rick Pershall Building Company in the amount of $46,410 , with a project contingency of $3,112 for a total project cost of $49,522 for the Refurbishment of the Dog Runs in the Kennel Building. 49,522.00 Cost of this request 4470.9470.5301.00 Account Number 55,000.00 Category / Project Budget 5,478.00 Resurface Kennel Runs Program Category / Project Name Funds Used to Date Program / Project Category Name 09002 $ 49,522.00 Project Number Budgeted Item x Remaining Balance Fund Name Budget Adjustment Attached 0,1}.70(0 Previous Ordinance or Resolution # Date 9-20- Original Contract Date: / -20 - !c Original Contract Number: Date A, L 9-2r-24Ib Finance and Internal Services Director Date 1 -at -10 Date 7P4/74)D Dte Comments: Revised January 15, 2009 avettev!lle THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENT CORRESPONDENCE ARKANSAS'. www.accessfayetteville.org CITY COUNCIL AGENDA MEMO To: Mayor Lioneld Jordan and City Council Thru: Yolanda Field, Dir. Community Service my Pate,ir. Community Development From: Justine Middleton, Animal Services Superintdent Date: September 9, 2010 Subject: Bid# 10-55, Construction—Animal Shelter Improvements; Award of Bid and Contract Approval PROPOSAL: The Kennel building is located behind the main Shelter building and is used to house dogs during their mandatory five day holding period. This building was the original Shelter built in the 1980s and as such, has begun to show its age. This project will make the surface areas in the Kennel building more sanitary as well as easier to clean and maintain. All adoptable dogs will be placed in foster care during the rennovation project and all dogs still in their holding period will be housed in the main Shelter building. The project was advertised on Wednesday, August 25 and Wednesday, September 1, 2010. The bids were opened on September 16, 2010. If approved, the rennovation work is anticipated to start no later than Friday, October 15 and conclude on or before Monday, November 15, 2010. RECOMMENDATION: A resolution awarding Bid# 10-55 and approval of a contract with Rick Pershall Building Company in the amount of $46,410, with a project contingency of $3,112 for a total project cost of $49,522 for the Refurbishment of the Dog Runs in the Kennel Building. BUDGET IMPACT: This project is a funded Capital Improvement Project with a total budget of $55,000 and a current balance of $49,522 remaining for construction costs. RESOLUTION NO. A RESOLUTION AWARDING BID #10-55 AND AUTHORIZING A CONTRACT WITH RICK PERSHALL BUILDING COMPANY IN THE AMOUNT OF $46,410.00 FOR REFURBISHMENT OF DOG RUNS AT THE FAYETTEVILLE ANIMAL SHELTER, AND APPROVING A PROJECT CONTINGENCY OF $3,112.00 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #10-55 and authorizes a contract, a copy of which is attached as Exhibit "A", with Rick Pershall Building Company in the amount of $46,410.00 for refurbishment of dog runs at the Fayetteville Animal Shelter. Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a project contingency of $3,112.00. PASSED and APPROVED this 5th day of October, 2010. APPROVED: ATTEST: By: By: LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer aye e ARKANSAS BID: 10-55 DATE: 09/16/10 TIME: 2:00 PM CITY OF FAYETTEVILLE Bid 10-55, Construction - Animal Shelter Improvements :TQTAL. BASE:111D.• 1 Benchmark Construction $53,900.00 2 Kim Hoadley Construction Co Inc $46,879.00 3 Perme Excavating $58,900.00 4 Rick Pershall Building Co $46,410.00 *NOTICE: Bid award is contingent upon vendor meeting minimum specifications and formal authorization by City officials. CERTIFIED: Ptd P. VICE, PURCH AGENT CG- ;l %(((,ter q - k0 - i0 WITNESS DATE KEY ARCHITECTURE, IlVC. PROJECT NO. KAl 0961 DATE: 9- /4-10 PROPOSAL OF SECTION 00300 PROPOSAL. FOR LUMP SUM CONTRACT &t7s BUSINESS ADDRESS J d K S ,f o C4 cPr-IL / r / 6r O ✓/e 4a. ( ) A partnership consisting of n individual trading as ( ) A corporation organized under the taws of the state of Arkansas License Number TO: City of Fayetteville - City Hall Purchasing Division 113 W. Mo! intain Street, Suite 306 Fayetteville, Arkansas 72701 ©/ci 2-la.3// Gentlemen: The undersigned in compliance with your notice for bids for construction of CITY OF FAYETTEVILLE ANiiivAL SHELTER - KENNEL REFINISHING 1640 S. ARMSTRONG ROAD, FAYETTEVILLE, ARKANSAS having .examined plans and specifications with related documents and the site of the proposed work, and being familiar with all conditions surrounding construction of the proposed building, including the availability of labor, hereby proposes to furnish all labor, materials, and supplies and to construct the project in accordance with Contract Documents, within the time as stated, at prices as stated below. These prices are to cover all expenses incurred in performing the work required under the Contract Documents, of which this Proposal is a part. understand that this project shall be awarded to those parties whose bid will give the Owner the most advantageous price for the project to be built. (we) acknowledge the forlm. Iny addenda: _eAziex.e.4a 31D /1) 55 A7)2)QNcL q . C6NS) 74// OF 3 Pa66eS 4w/ii , L/ S-4 6 /~ iia??r ve/r e/c/ Specifications - ® KAI - City of Fayetteville Animal Shelter -Kennel Refinishing 00300 -1 For all work described in the Specifications and shown on the drawings, I (We) agree to perform this work for the sums se: forth as follows: DOLLARS ALTERNATE CID O. 1: Ceiling Refinishing — remove ceiling refinishing completely from the scope of the Work. (Deduct) / enfe G 4 `f- / DMZ, �`2 ) In subrriiiiirry this bid, it is understood that the bid not be withdrawn for a period of thirty days from the time fixed for receipt of bids. Upon receipt of notice of acceptance of this bid we will execute the formai contract within five days and dgiiver bonds required by this contract. The Project Completion date shall be no later than Monday, November 15, 2010. if awarded the Contract, the undersigned agrees to be completed within 3 0-4 consecutive calender days after awarding of contract, however, completion atm toted he Monday November 15, 2010 shall be the deadline for the ca7rN, d..... s.w..... herein, .,,,.�w,, latest c,3 .completion of all Work. SEAL (If Corporation) Respectfully Submitted, 5x etc/ plias-kli Title (,v q/er' Business Address 3 - 5 /hoc Pro/r%.2 rev" lin-. Arkansas License Number 0/V2/031/ apec:ifii mous — © Kill — City of Fayetteville Animal Shelter — Kennel Refinishing, 40300 - 2 le oufiedS5) P32484c4C THE CITY OF FAYETTEVILLE, ARKANSAS www accessfayetteville org Bid 10-553 Addendum 1. Bid 10-55 Construction—Animal Shelter Improvements City of Fayetteville — Purchasing Division 113 W. Mountain — Room 306 Fayetteville, AR 72701 Phone: 479.575.8220 E -Mail: aforen@ci.fayetteville.ar.us Date: Thursday, September 09, 2010 To: All interested parties From: Andrea Foren, CPPB, Purchasing Agent Notice: This addendum is hereby made a part of the bid documents to the same extent as though it were originally included therein. Bidders should indicate their receipt of same in the appropriate blank listed herein. Failure to do so may subject vendor to disqualification. Addendum should be attached to the inside cover of the bidding documents, signed, and dated. The Drawings for Fayetteville Animal Shelter — Kennel Refinishing in Fayetteville, AR, dated August 17, 2010 are hereby amended by this addendum, dated September 9, 2010, consisting of 3 pages. Changes to the Drawings: 1. Refer to Sheet 1.1, Door and Frame Schedule: Door Frame, Mark 123A shall have existing deteriorated frame removed and replaced with new Metal Frame for a Cased Opening, equal to Republic ME Series, 5 %" for Butted Masonry Installation at Existing Opening. Provide continuous sealant at both sides of jambs and head, and finish to match existing metal frames. 2. Refer to Sheet 1.1, Door and Frame Schedule: For clarification, all metal frames to be replaced shall be installed in Butted Masonry Installation for Existing Opening and to be Equal Rabbitted to match existing frames removed. New frames are not to be grouted full but shall be caulked with continuous sealant at both sides of jambs and head. Finish to match existing frames. 3. Refer to Sheet 1.1. Floor Plan and Door and Frame Schedule: Remove and replace door transfer grilles at five (5) existing doors in conjunction with refinishing of existing doors and frames. Doors with existing transfer grilles include Doors mark 109B; between Pups, Rm. 117 and Cats, Rm. 108; between Cats, Rm. 108 and Corridor, Rm. 113; between Corridor, Rm. 113; and at Mechanical Room 120. Grilles to be Fib -R -Dor, 24"x24" FRP door return grilles, brown finish. Final color selection to be coordinated with Owner's representative. Install with Stainless Steel through bolts and trim accessories as recommended by manufacturer. Available from Fib -R -Dor, a division of Chase Industries, Inc., North Little Rock, AR (800) 342-7367. 4. Refer to Sheet 1.1, Floor Plan and Door and Frame Schedule: All doors and frames not scheduled to be replaced, shall be prepped for refinishing and repainted. Sand all rusted areas and treat with rust inhibitive primer. Finish frames and doors per paint schedule included in the Specifications, Section 9900. Page 1 of 3 Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701 5. Refer to Sheet 1.1. Floor Plan and General Scheduling of Work notes: Note 5: for clarification, stacked steel crates at Cats,. Rm. 108 and at Pups, Rm. 117 to be removed by contractor during the Work and reinstalled at completion of refinishing Work. Units to be stored outside at north side of existing building with chain-link panels and gates. Note 6: for clarification, equipment and fixtures to be removed include: dryer, water heater and water softener at Laundry, Rm. 122 and water closet at Toilet, Rm. 124. Thru-wall air- conditioner irconditioner at Rm. 123 can remain and be protected during refinishing Work. Washer at Cats, Rm. 108 will be removed by Owner prior to the Work. Note 7: for clarification, low -voltage control wiring attached to conduit is to be painted along with ceiling and conduit. 6. Refer to Sheet 1.1, Floor Plan and Demo Notes: Delete Note 9. Kennel will not be operational during the Work. 7. Refer to Sheet 1.1, Floor Plan and SequencincilScheduling of Work Keynotes: Note 1. For Clarification, Kennel gates and frame panels to be stored on North side of existing building in drive area. Maintain clear 24' drive access. During reinstallation, contractor to provide new threaded nuts for attachment of existing_ chain-link brackets to existing threaded bolts inset at existing walls. 144 total fasteners. Contractor shall also plan on replacing upto 20%, or 30 such set anchor bolts with new 1/4" x 2 1/2" threaded anchors grouted in wall to replace rusted or damaged existing anchors. 8. Refer to Sheet 1.1, Floor Plan and SequencinglScheduting of Work Keynotes: Note 4. For Clarification, Cleaning, sterilization and stripping of floors to be done per procedures outlined in the Specifications, Section 03300 Cast -In -Place concrete. Walls to be cleaned and sterilized in similar fashion. A second sanitizing step is to be added as Outlined under Changes to Specifications included below. Wall sterilization shall include initial treatment with 1:64 ration concentration of Quat based disinfectant and a second treatment using 1:32 ratio mix of 5% bleach solution with water. One area of existing concrete floor is to be patched with leveling compound as specified. Such work shall be limited to approximately 1'x2' area at existing door threshold 105A to Storage 1, Room 105. No other patching or repairing of concrete .slab shall be included in the Work. 9. Refer to Sheet 1.1. Floor Plan and Sequencing/Scheduling of Work Keynotes: Note 5. For Clarification, refer to Addendum Item No. 5 above for items to be removed by. Contractor. 10. Refer to Sheet 1.1, Floor Plan and Sequencing/Scheduling of Work Keynotes: Add Note 9. Aluminum kennel sliding doors and sliding frame guides to be removed between each side of existing kennels. There are six (6) such doors between front and back sides of kennels at Kennel Areas 1 & 2; areas 3 & 4; and areas 5 & 6. There are eighteen (18) total units and components are to be turned over to Owner for sanitizing and cleaning. Upon completion of refinishing work, contractor to reinstall with new #10 x 1 3%" coated masonry screw anchors at each location. 144 total fasteners required. Page 2of3. Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain -Fayetteville, AR 72701. 11. Refer to Sheet 1.1. Floor Plan: Add Note for ALERNATE NO. 1. Provide price to remove scope of ceiling cleaning and refinishing from the Work. Such work IS to be included in the Base Bid with a deduction to remove such work from the total price in space provided on the Proposal form as provided for in Section 00300 of the Specifications. 12. Refer to Sheet 1.1, Floor Plan: Remove reference to exterior work and painting of existing building as denoted in note at lower right hand area of Floor Plan. No exterior work or painting is to be included in the Work. 13. Refer to Sheet 1.1, Floor Plan: Tuckpoint and regrout approximately 4'x4' area of existing CMU wall at West end of Kennel Area 4, Rm. 112.. 14. Refer to Sheet 1.1, Floor Plan: For clarification, existing ceiling height is approximately 8'-O" above finish floor elevation. Changes to the Specifications: 15. Refer to Section 03300 — Cast in Place Concrete: A. Refer to Part 2 — Products, 2.1 Materials, A: In addition to Quaternary Ammonium Chloride based disinfectant specified, a second sanitation utilizing a 5% bleach solution and water shall be used after quat disinfecting and prior to stripping of concrete slab. B. Refer to Part 3 — Execution, 3.1 Concrete Refurbishing, B: Use 1:64 ratio of Quat based disinfectant to water for initial sanitizing and 1:32 ratio concentration of 5% bleach solution to water for second sanitizing treatment. C. Refer to Part 3 — Execution, 3.1 Concrete Refurbishing, D: The only area of existing concrete slab to be repaired or patched shall be limited to that area specified in Addendum Item No. 8 above. End of Addendum Page 3 of 3 Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701 A� D® CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD1YYYY) 09/16/2010 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POUCIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER INSURANCE CONNECTION OF ARKANSAS LLC JOHN DAVID TRUE 110 SARATOGA WAY, SUITE 6 FARMINGTON AR 72730-2908 NAJOHN DAVID TRUE NAME:ACT PHONE yvc. No. Ext): 479-267-4219 FAX No): 479-2R7-7389 E-MAIL ADDRESS: johntnJnt luno Com INSURER(S) AFFORDING COVERAGE NAIL 0 INSURER A: NATIONWIDE INSURANCE COMPANY 37877 INSURED RICK PERSHALL DBA RICK PERSHALL BUILDING COMPANY P.O. BOX 11 PRAIRIE GROVE AR 72753-8229 INSURER B: LIBERTY MUTUAL 27243 INSURER C: 09/16/2011 INSURERD: $ 1.000 000 INSURER E: $ 100.000 INSURER F : $ 5 000 $ 1,000,000 S 2,000,000 TIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTIMTHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POUCIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS (LTR TYPE OF INSURANCE IN�SR SUBR POLICY NUMBER IMM/D�WYYYYY) (MM( YYLICY YYI LIMITS A GENERAL. X UABIUTY COMMERCIAL GENERAL UABIL ACP GLO 5604691475 09/16/2010 09/16/2011 EACH OCCURRENCE $ 1.000 000 DAMAGE TO RENTED axnre PREMISES (Ea ance) $ 100.000 MED EXP (Any one person) $ 5 000 $ 1,000,000 S 2,000,000 W CMS-MADE X R OCCUR PERSONAL &ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER —X1 POLICY n 24 LOC $ A AUTOMOBILE UABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS XSCHEDULED — _ AUTOSED AUTOS r f 63 -BA -009888"3002 03/19/2010 03/19/2011NON-OVVN COMBINED SINGLE LIMIT (Ea accident) $ 1.000 000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ UMBRELLA LIAB EXCESS LIAB _ OCCUR CLAIMS-MADEI n n EACH OCCURRENCE $ AGGREGATE $ $ DED RETENTION$ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITYTORY ANY PROPRIETOR/PARTNERIEXECUTNE OFFICE/MEMBER EXCLUDED? (Mandatory In NH) If yes, describe under DESCRIPTION OF OPFRATIONS below Y! N Y N / A WC5-380790-030 - 06/16/2010 06/16/2011 WC STATU- OTH- LIMITS ER E.L EACH ACCIDENT $ 100,000 EL. DISEASE - EA EMPLOYEE $ 100,000 EL. DISEASE - POLICY LIMIT $ 500,000 r I r 1 DESCRIPTION OF OPERATIONS 1 LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) RICK PERSHALL AS OWNER AND OPERATOR OF RICK PERSHALL BUILDING COMPANY IS EXCLUDED FROM THE WC POLICY. CANCELLATION I CITY OF FAYETTEVILLE 113 WEST MOUNTAIN STREET FAYETTEVILLE, AR 72701 SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POUCY PROVISIONS. A ORUED REPRESENTATIVE r (MNIKA tCSI \`( k4,0 Y ACORD 25 (2010/05) 1 :8-2010 A D CORPORATION. All rights reseryed. The ACORD name and logo are registered ma • COR BIP BOND PUBLIC WORK BOND NUMBER 70994416 KNOW ALL MEN BY THESE PRESENTS, That we, RICK PERSHALL d/b/a RICK PERSHALL BUILDING COMPANY, hereinafter called the Principal, and WESTERN SURETY COMPANY , a Corporation duly organized under the laws of the State of SOUTH DAKOTA , as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF FAYETTEVILLE as Obligee, hereinafter called the Obligee, in the sum of FIVE percent, 1Q%, of the amount of the bid, for the payment of which sum well and truly to be made, the said principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for BID 10-55, CONSTRUCTION — ANIMAL SHELTER IMPROVEMENTS, AS SPECIFIED NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee 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 the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference, not to exceed the penalty hereof, between the amount specified in said bid and such Iarger amount for which the Obligee may in good faith contract with another party to perform the work covered by such bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 16111 day of SEPTEMBER , 2010 RICK PERSHALL d/b/a RICK PERSHALL BUILDING COMPANY By WESTERN SURETY COMPANY (Principal) Byr t� -) Ck L Sa ah Elizabeth Cro derAttorne -in-fact ( y ) POWER OF ATTORNEY Know All Men by These Presents: (irrevocable) No. SP- 433?115 That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by theapprpying officer if desired. That Western Surety Company, a corporation, does hereby make, constitute and appoint the following TWn authorized individuals: AUTHORIZED INDIVIDUALS AUTHORIZED INDIVIDUALS ` RANDY JOE CLAY SARAH ELIZABETH CROWDER- lt.. ;j i! Al it ii 1 s'. in the City of CONWAY , State of ARKANSAS , with limited authority, its tm f,' -and awful Attorney(s) in fact with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Sµety, the following described bond: ONE CONTRACT SURETY: BID, PERFORMANCE AND PAYMENT BOND, UNDERTAKINGS, OR OTHER OBLIGATORY INSTRUMENT OF A SIMILAR NATURE IN AMOUNTS NOT ! EXCEEDING ONE MILLION AND NO/100 DOLLARS (**1,000,000.00). ********************************************************************* ******************************************************************* ** ********************************************************************** The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon Oils Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company. All authority hereby conferred shall expire and terminate, without notice, unless used before midnight I iif AUGUST 31, 2 0 15 but until such time shall be irrevocable and in full force and effect. WEST H��V C 2SWANY further certifies that the following is a true and exact copy of Section 7 of the By -Laws of Western Surety Company, duty adopted and atpw 1" in frixtp.;to-Wit,"$fiction 7ir.Mbonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Com(titty by,Tlt rgsineat, p,ecrila .'eityAssistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice PFesirtent; Sekretaxj d'ay. Assisi4tt S, ecretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies, or undertakings iry the Of tffe Company. $'he'rotporrntc seal is not necessary for the validity of any bonds, policies. undertakings. Powers of Attorney or other obligations of the corporation. ithe e .yftgliatpte�of any such officer a4 tTte corporate seal may be printed by facsimile." 'TM' s penal amount of the (fond'*rein described may be increased if there is attached to this Power. written authority so authorizing in the form of an endorsement, tetteiQrior legramm signed by the Undertvri_tierManager, Underwriting Consultant, Underwriting Specialist. Underwriter, President, Vice President, Assistant Vice President, Treasurer, Secr4tiry o .AsstSlant ,SCc7et of Western.-$arety Company specifically authorizing said increase. I I ll] ^:. i'yiTt'lESS' IWOE', ;Wencrn Surety Company has caused these presents to be executed by its Senior Vice President with its corporate seal affixed this dayot_r '✓,,., WESTERN SURETY COMPAN;` _Detezi bei 2006 STATE OF SOUTH DAKOTA I COUNTY OF MINNEHAHA )} SS. On this I1th day of December By Senior Vice Preside in the year 2006 before me, a Notary Public, persoinally appeared Paul T. Bmflat, who being by me duly sworn, acknowledged that be signed the above Power of Attorney as the aforesaid officer of WESTERN SURETY COMPANY; rind acknowledged said instrument to be the voluntary act and deed of said corporation. l i 1 Notary Public, South Dal4c}ta My Commission Expires November30, 2012 {{• I, the undersigned officer of Western Surety Company, a stock corporation of the State of South Dakota, do hereby certify that the attached Power of Attorney is intl full force and effect and is irrevocable: and furthermore. that Section 7 of the By -Laws of the company as set for1th in the Power of Attorney, is now in force. i In testimony whereof, I have hereunto set my hand and the seal of Western Surety Company this * +�+h day of C K�.►�t(' n i toe.(via i i WESTERN SURETY COMPAN[Y *IMPORTANT: This date must be filled in before it is attached to the bond and it must be the same date as the bond. Form 749.12.2006 By as Senior Vice Preside NOTICE: This border must be BLUE. 11 it is not BLUE, this is not a certified copy, -�► ; f 0/17/2010 Justine Middleton Bid 10-55, Construction Animal Shelter Improvements Drawings Included pdf 'age 1^ INVITATION TO BID le City of Fayetteville, Arkansas Purchasing Division — Room 306 113 W. Mountain Fayetteville, AR 72701 Phone: 479.575.8220 ARKANSAS TDD (Telecommunicati on Device for the Deaf): 479.521.1316 INVITATION TO BID: BID 10-55, Construction —Animal Shelter Improvements DEADLINE: Thursday, September 16, 2010 before 2:00:00 PM, Local Time DELIVERY LOCATION: Room 306 —113 W. Mountain, Fayetteville, AR 72701 PURCHASING AGENT: Andrea Foren, CPPB, aforen anci.fayetteville.ar.us, 479.575.8220 DATE OF ISSUE AND ADVERTISEMENT: August 26, 2010 and September 02, 2010 INVITATION TO BID BID 10-55. Construction —Animal Shelter Improvements No late bids will be accepted. Bids shall be submitted in sealed envelopes labeled "Bid 10-55, Construction — Animal Shelter Improvement s" with the name and address of the bidder. All bids shall be submitted in accordance with the attached City of Fayetteville specifications and bid documents attached hereto. Each bidder is requi red to fill in every blank and shall supply all information requested; failure to do so may be used as basis of rejection. A non -mandatory pre-bid conference will be held at the Fayetteville Animal Shelter, 1640 S. Armstrong, Fayetteville, AR, 72701 on Friday. September 03, 2010 at 10:00 AM. The City of Fayetteville will answer any questions and update all Bidders via Addendum. NOTICE TO ALL BIDDERS: All vendors intending on bidding SHALL register as a plan holder by notifying Andrea Foren, Purchasing Agent, via e-mail at aforen W..ci.fayett eville.ar.us. When registering as a plan holder, vendors shall submit primary contact information including name of contractor, primary contact, phone number, fax number, and physical address. FAILURE TO REGISTER AS A PLAN HOLDER CAN RESULT IN YOUR BID BEING REJECTED. Bidder assumes all responsibility for receiving updates and any addenda issued to this project by monitoring www.accessfayett eville.orq. Failure to acknowledge addenda issued as instructed could result in rejection of such bid. SPECIFICATIONS KEY ARCHITECTURE, INC. CITY OF FAYETTEVILLE ANIMAL SHELTER - KENNEL REFINISHING 1640 S. ARMSTRONG ROAD FAYETTEVILLE, ARKANSAS C ITEQ S 4415t t244 o:j271 .C*3 pc.ni KYARCI-{ITECTURE, INC. ARCHITECT: KEY ARCHITECTURE, INC. .315 S. GREGG AVENUE FAYETTEVILLE, ARKANSAS 72701 February 15, 2010 Project No. KAI 0961 9/17/2010 Justine Middleton - Bid 10-55, Construction Animal Shelter Improvements Drawings Included pdf -BLANK PAGE - February 15, 2010 Project No. KAI 0961 9/17/2010 Justine Middleton Bid 10-55, Construction Animal Shelter Improvements Drawings Included pdf Page 4< KEY ARCHITECTURE, INC. PROJECT NO. KAI 0961 TABLE OF CONTENTS SECTION - TITLE Invitation to Bid 00100 Instructions to Bidders 00300 Proposal 00400 Conditions of the Contract 00700 General Conditions 00800 Supplementary Conditions 00860 List of Drawings DIVISION 1 - GENERAL REQUIREMENTS 01030 Alternates 01100 Summary 01200 Price and Payment Procedures 01300 Administrative Requirements 01400 Quality Requirements 01600 Product Requirements 01700 Execution Requirements 01732 Selective Demolition DIVISION 2 - SITEWORK NOT USED 111VISION - S:ONCRFTF 03300 Cast -In -Place Concrete DIVISION 4- MASONRY NOT USED DIVISION 5- METALS NOT USED DIVISION 6 - WOOD AND PLASTICS 06600 Plastic Fabrications DIVISION 7 - THERMAL AND MOISTURE PROTECTION NOT USED DIVISION 8 - DOORS AND WINDOWS 08110 Steel Doors and Frames DIVISION 9- FINISHES 09910 Painting Specifications —© KAI —City cf Fayettev ille Animal Shelter -Kernel Refiriting Table of Contents —1