HomeMy WebLinkAbout04-11 RESOLUTIONRESOLUTION NO. 04-11
A RESOLUTION AWARDING BID #11-03 AND AUTHORIZING THE
PURCHASE OF CURB AND GUTTER CONSTRUCTION FROM GROUND
ZERO CONSTRUCTION AS A PRIMARY SUPPLIER AND TOMLINSON
ASPHALT CO. INC. AS A SECONDARY SUPPLIER 1N VARIABLE
AMOUNTS AS NEEDED IN CALENDAR YEAR 2011 BY THE
TRANSPORTATION DIVISION
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
#11-03 and authorizes the purchase of curb and gutter construction from Ground Zero
Construction as a primary supplier and Tomlinson Asphalt Co. Inc. as a secondary supplier for
the unit price amounts specified in the attached Exhibit "A," as needed in calendar year 2011 by
the Transportation Division.
PASSED and APPROVED this 4th day of January, 2011.
APPROVED:
ATTEST:
BY: akdriAtti & . 1'Yk
SONDRA E. SMITH, City Clerk/Treasurer
Ste/
Y OF° ° G`pS
r
: FAYETTEVILLE:
rr ��
Js `�
S.
qn n n Ci0 *eye
dF,,49 `VG E OA•°
1-51°1yettcylisle
Bid 11-03, Curb and Gutter
810. 11-03
DATE:12/10110
2>00 PM
Din OF FAYETTEVILLE
]sell.! Desenpllen istSnelod
CennWy
Soohpr Co amnia on
Fochfinen Enterp noes, Inc.
Ground 2a o Construction
9weetrer Construction, Inc.
Tomr nr. A: halt Co., Inc.
P
UNIT PRICE
TOTAL
UNIT PRICE
TOTAL
UHIT PRICE
TOTAL
UNIT PRICE
. TOTAL.
DMT PRICE
TOTAL
,
2
3
{
v
e
T
Hand cowed 'Typo A" Curb and Ostler [per apecificallprnl -Por Linear Fool
5,000
$11.00
$50,000.00
29.40
$47,000.00
98.80
04,00
40.00
30.90
544,509
0 0
99-50
947,500.00
RiOd Farmed -Typo D" ••Por
Square Foot
1,090
$12,00
012,000.00
9.19.49
510.40000
59.50
90,609.00
59.90
59,900.00
510.50
510.50040
Flvlwcrk •4" TTIcI1 0IdeW4la, Driveway Approaphea, Anc.nc
Ramps) - Each
10,000
52.70
$27.509.00
$3.20
$32,000.00
€3.00
030.000.00
03.15
581,50000
22.90
529000.00
Flaiwprk -9" Thick (Sidewalk. Onivaway Approaches, Ann,nc
Rernpo . Each
10,000
$5.25
932.50000
94.10
541,000.00
$3.50
$$$.000.00
53.00
599.000.00
$3.80
5$8.000.00
Etre"! Rep0Ir - 11" To lOR 1par op4eifinitinr99 - Per Square Fnel
2,090
23.75
07,500.00
0500
010.000.00
$0.00
016.02000
59.60
513,000.00
55.40
510.601,00
519.500.00
Drop Inlet - Me% 4' Delp leer speclllcaton:0-Each
10
52.00090
920,9110.00
51,900.00
219.000.00
01,90050
919,90000
61,000.00
$19000-00
51,960.00
4 pool Inlet Extonelon {per ap9cmr0tiansl - Each
6
$600,00
$4,000.90
6600.00
53.900.00
2500.00
02.600.00
5800.00
03.00000
5500.00
52200.00
TOTAL BIO BASED ON ESTIMATES=
5159,800,00
0162,40960
5158,000.00
5156,900.00
0167.600.00
CERTIFIED:
'NOTICE: SII award ie eominpvnt upon vendor mmeting minllnor119 eadioidnnu arid formal 0uthori%Olion by Oily officials.
roominp]Agent
COW
(TRESS
C7 -.Lai [ 0
OA
Terry Gulley
Submitted By
City of Fayetteville Staff Review Form
City Council Agenda Items
and
Contracts, Leases or Agreements
January 4, 2011
City Council Meeting Date
Agenda Items Only
Transportation
Division
Action Required:
Transportation Services
Department
A resolution awarding Bid 11-03, Curb and Gutter to Ground Zero Construction as primary supplier and Tomlinson
Asphalt Co., Inc. as secondary supplier and approving the purchase of curb and gutter construction for the unit price
amounts specified on the attached bid tabulation, as needed through the end of calendar year 2011.
$
156,000.00
Cost of this request
4470.9470.5417.00
4470.9470.5418.00
Account Number
0205211
0205311
1,532,300.00
600,000.00
Category / Project Budget
Funds Used to Date
2,132,300.00
Project Number Remaining Balance
Budgeted Item
ILE
Budget Adjustment Attached
In -House Pavement Improvements
Sidewalk Improvements
Program Category / Project Name
Transportation Improvements
Transportation Improvements
Program / Project Category Name
Sales Tax Capital Improvements
Sales Tax Capital Improvements
Fund Name
Qt. fj
Finance and Internal Services Director
/2,—/S-10
Date
Date
C2-j7-2Oto
Date
Previous Ordinance or Resolution #
Original Contract Date:
Original Contract Number:
Received in City 12-15-1 0 P03 : 05 R CVD
Clerk's Office
kouniu
Received in
Mayor's Office
Comments:
Revised January 15, 2009
le
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENT CORRESPONDENCE
ARKANSAS
www.accessfayetteville.org
CITY COUNCIL AGENDA MEMO
To: Mayor and City Council
Thru: Don Marr, Chief of Staff
From: Terry Gulley, Transportation Services Directof14
Date: January 4, 2011
Subject: A resolution awarding Bid 11-03, Curb and Gutter to Ground Zero Construction as primary supplier
and Tomlinson Asphalt Co., Inc. as secondary supplier and approving the purchase of curb and gutter
construction for the unit price amounts specified on the attached bid tabulation, as needed through the end of
calendar year 2011.
PROPOSAL:
Staff proposes a resolution awarding Bid 11-03, Curb and Gutter to Ground Zero Construction as primary
supplier and Tomlinson Asphalt Co., Inc. as secondary supplier and approving the purchase of curb and gutter
construction for the unit price amounts specified on the attached bid tabulation, as needed through the end of
calendar year 2011.
RECOMMENDATION:
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 2011 Annual Budget
& Work Program and five-year Capital Improvement Program plan.
Sealed formal bids for curb and gutter construction were publicly read and the results are attached to this memo.
Bid 11-03: Staff recommends awarding the curb and gutter construction bid to Ground Zero Construction as
primary supplier and Tomlinson Asphalt Co., Inc. as secondary supplier for use on an "as needed" basis, in the
event that the primary supplier cannot supply the necessary materials or services within the time frame required
to complete a project.
BUDGET IMPACT:
Funds for the acquisition of these materials and services have been budgeted in the In -House Pavement
Improvements and Sidewalk Improvements capital projects. Sufficient funding is available for the 2011
purchases.
Attached: Bid 11-03 Curb and Gutter
RESOLUTION NO.
A RESOLUTION AWARDING BID #11-03 AND AUTHORIZING THE
PURCHASE OF CURB AND GUTTER CONSTRUCTION FROM GROUND
ZERO CONSTRUCTION AS A PRIMARY SUPPLIER AND TOMLINSON
ASPHALT CO. INC. AS A SECONDARY SUPPLIER IN VARIABLE
AMOUNTS AS NEEDED IN CALENDAR YEAR 2011 BY THE
TRANSPORTATION DIVISION
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
#11-03 and authorizes the purchase of curb and gutter construction from Ground Zero
Construction as a primary supplier and Tomlinson Asphalt Co. Inc. as a secondary supplier for
the unit price amounts specified in the attached Exhibit "A," as needed in calendar year 2011 by
the Transportation Division.
PASSED and APPROVED this 4th day of January, 2011.
APPROVED: ATTEST:
By: By:
LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer
THE AMERICAN INSTITUTE OF ARCHITECTS
Bond # S400989
AIA Document A311
Performance Bond
KNOW ALL MEN BY THESE PRESENTS: that Ground Zero Construction, Inc.
P.O. Box 830 (Here Insert full none and address ar legal tide of Contractor)
Siloam Springs, AR 72761
as Principal, hereinafter tailed Contractor, and, Employers Mutual Casualty Company
(Here insert full name and address ar legal title of Surety
P.O. Box 8550
Kansas City, MO 64114
as Surety, hereinafter called Surety, are held and firmly bound
113 W. Mountain Street
Fayetteville, AR 72701
as Obligee, hereinafter called Owner, in the amount of
ONE HUNDRED FIFTY-SIX THOUSAND AND NO/100THS
unto City of Fayetteville, Arkansas
Rive insert full name and address or legal title of Owner)
Dollars ( $156,000.00
1,
for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators,
successors and assigns, jointly and severally, firmly by these presents.
WHEREAS,
Contractor has by written agreement dated 1/4/2011 , entered into a contract with Owner for
Were insert full name, address and description of project)
Bid 11-03, Curb and Gutter
in accordance with Drawings and Specifications prepared by
Nem insert full name and address or legal tide of Architect)
which contract is by reference made a part hereof, and is hereinafter referred to as the Contract.
AIA DOCUMENT A311 . PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND • AIA
FEBRUARY 19:0 ED. • THE AMERICAN INSTITUTE Of ARCHITECTS, 1711 N.Y. AVE. N.W., WASHINGTON, D. C. 20006
PERFORMANCE BOND
NOW, THEREFORE, THE CONDIT/ON OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform
said Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect.
The Surety hereby waives notice of any alteration or
extension of time made by the Owner.
Whenever Contractor shall be, and declared by Owner
to be in default under rhe Contract, the Owner having
performed Owner's obligations thereunder, the Surety
may promptly remedy the default, or shall promptly
1) Complete the Contract in accordance with its terms
and conditions, or
2) Obtain a bid or bids for completing the Contract in
accordance with its terms and conditions, and upon de-
termination by Surety of the lowest responsible bidder,
or, if the Owner elects, upon determination by the
Owner and the Surety jointly of the lowest responsible
bidder, arrange for a contract between such bidder and
Owner, and make available as Work progresses (even
though there should be a default or a succession of
Signed and sealed this 31st
defaults under the contract or contracts of completion
arranged under this paragraph) sufficient funds to pay the
cost of completion less the balance of the contract price;
but not exceeding, including other costs and damages
for which the Surety may be liable hereunder, the amount
set forth in the first paragraph hereof. The term "balance
of the contract price," as used in this paragraph, shall
mean the total amount payable by Owner to Contractor
under the Contract and any amendments thereto, less
the amount properly paid by Owner to Contractor.
Any suit under this bond must be instituted before
the expiration of two (2) years from the date on which
final payment under the Contract falls due.
No right of action shall accrue on this bond to or for
the use of any person or corporation other than the
Owner named herein or the heirs, executors, adminis-
tratOrs or successors of the Owner.
day of January, 2011.
Ground Zero Construction, Inc.
.+ t rnrss
Wirnes>
i Principal,
�/• tJ,�sn r
rucl
Employers Mutual Casualty Company
ISeab
Dorena Wise
iStaetyf
/ride
Attorney -In -Fact
(Seri
AIA DOCUMENT A311 - PERFORMANCE t3OND ANO LABOR AND MATERIAL PAYMENT BOND • AIA e
FEBRUARY TWO ED. • THE AMERICAN INSTITUTE OF ARCHITECTS, 17)5 N.Y. AVE., N_W., WASHINGTON, D. C. 20006
2
THE AMERICAN INSTITUTE OF ARCHITECTS
Bond # S400989
A!A Document A377
Labor and Material Payment Bond
THIS BOND Is ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND IN FAVOR OF THE
OWNER CONDITIONED ON THE FULL AND FAITHFUL PERFORMANCE OF THE CONTRACT
KNOW ALL MEN BY THESE PRESENTS: that Ground Zero Construction, Inc.
[Here insert full name and address or legal title of Contractor)
P.O. Box 830
Siloam Springs, AR 72761
as Principal, hereina€ter. called Principal, and, Employers Mutual Casualty Company
P.O. Box 8550 {Here insert full name and address or legal title of 5uretyl
Kansas City, MO 64114
as Surety, hereinafter called Surety, are held and firmly bound unto City of Fayetteville, Arkansas
113 W. Mountain Street ,Here inert full name and address or legal rale of Owner)
Fayetteville, AR 72701
as Obligee, hereinafter called Owner, for the use and benefit of claimants as hereinbelow defined, in the
amount of ONE HUNDRED FIFTY-SIX THOUSAND AND NO/100THS
(Here Insert a sum equal to at lean ane•half of the contract price) Dollars ( $156,000.00
for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators,
successors and assigns, jointly and severally, firmly by these presents.
WHEREAS,
Principal has by written agreement dated
mere insert MI nurse, address and description of project)
Bid 11-03, Curb and Gutter
in accordance with Drawings and Specifications prepared by
1/4/2011
, entered into a contract with Owner for
Nem insen MI name and address or legal tide of Architect)
which contract is by reference made a part hereof, and is hereinafter referred to as the Contract.
AIA DOCUMENT A311 • PERFORMANCE 8OND AND LABOR AND MATERIAL PAYMENT BOND • A:A
FEBRUARY1970 ED. THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W,. WASHINGTON. D. C. 20006 3
LABOR AND MATERIAL PAYMENT BOND
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Principal shall promptly make payment to all
claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the
Contract, then this obligation shall be void; otherwise it shall remain in full force and effect, subject, however, to the fol-
lowing conditions:
1. A claimant is defined as one having a direct con-
tract with the Principal or with a Subcontractor of the
Principal for labor, material, or both, used or reasonably
required for use in the performance of the Contract,
labor and material being construed to include that part of
water, gas, power, light, heat, oil, gasoline, telephone
service or rental of equipment directly applicable to the
Contract.
2. The above named Principal and Surety hereby
jointly and severalty agree with the Owner that every
claimant as herein defined, who has not been paid in
hill before the expiration of a period of ninety (90)
days after the date on which the last of such claimant's
wotk or labor was done or performed, or materials were
furnished by such claimant, may sue on this bond for
the use of such claimant, prosecute the suit to final
judgment for such sum or sums as may be justly due
claimant, and have execution thereon. The Owner shall
not be liable for the payment of any costs or expenses
of any such suit.
3. No suit or action shall be commenced hereunder
by any claimant:
at Unless claimant, other than one having a direct
contract with the Principat, shall have given written
notice to any two of the following: the Principal, the
Owner, or the Surety above named, within ninety (90)
days after such claimant did or performed the last of
the work or labor, or furnished the last of the materials
for which said claim is made, stating with substantial
Signed and sealed this 31st
accuracy the amount claimed and the name of the party
to whom the materials were furnished, or For whom
the work or tabor was done or performed. Such notice
shall be served by mailing the same by registered mail
or certified mail; postage prepaid, in an envelope ad-
dressed to the Principal, Owner or Surety, at any place
where an office is regularly maintained for the trans-
action of business, or served in any manner in which
legal process may be served in the state in which the
aforesaid project is located, save that such service need
not be made by a public officer.
b) After the expiration of one ill year following the
date on which Principal ceased Work on said Contract,
it being understood, however, that if any limitation em-
bodied in this bond is prohibited by any law controlling
the construction hereof such limitation shall he deemed
to be amended so as to be equal to the minimum period
of limitation permitted by such law.
c1 Other than in a state court of competent jurisdiction
in and for the county or other political subdivision of
the state in which the Project, or any part thereof, is
situated, or in the United States District Court for the
district in which the Project, or any part thereof, is sit-
uated, and not elsewhere.
4. The amount of this bond shall be reduced by and
to the extent of any payment or payments made in good
faith hereunder, inclusive of the payment by Surety of
mechanics' liens which may be filed of record against
said improvement, whether or not claim for the amount
of such lien be presented under and against this bond.
day of January, 2011.
1
rWirneskr
Ground Zero Construction, Inc.
(Principal)
jl/Li� P� s f� o/�►�r
f rill'
Employers Mutual Casualty Company
(Surety)
Ad&,(Zi
Isr n
Dorena Wise fs•) Attorney -In -Fact
AIA DOCUMENT A311 • PERrORMANCt BONE] AND LABOR AND MATERIAL PAYMENT BONG • AIA
FEBRUARY 1910 ED. • THE AMERICAN tNSTITutE OF ARCHITECTS, 1735 N.Y, AYI., N•W., WASHINC;ION, D. C. xntIOG
4
THE FACE OF THIS DOCUMENT HAS A COLORED BACKGROUND ON WHITE PAPER • BACK OF THIS DOCUMENT HAS A SIMULATED WATERMARK - HOLD AT AN ANGLE TO VIEW.
M EN C Insurancei
anes
No: 924795
PO Box /12 • Des Moines, IA 50306-0712
CERTIFICATE -OF AUTHORITY INDIVIDUAL ATTORNEY-IN-FACT
KNOW ALL MEN BY THESE PRESENTS, that:
1,` ` Employers Mutual Casualty Company, an Iowa Corporation
EMCASCOlnsurance`Company'an lrswa.Corporation
3. Union Insurance Company of Providence, an Iowa Corporation
4... Illinois EMCASCO:Insurance-Company, an Iowa Corporation
5. Dakota Fire Insurance Company, a North Dakota Corporation
6. EMC Property & Casualty Company, an Iowa Corporation
7. Hamilton Mutual Insurance Company, an lowaCorporation
hereinafter referred to severally as "Company" and collectively as "Companies", each does, by these presents, make, constitute and appoint:
SHERESE D. ESCOVEDO, CAROLYN HUNTER, MICHAEL D. HALTER, SYLVIA A. YOUNG ; KEVIN BRUICK, RANDY IRVIN, ALFRED L.
WILLIAMS, DORENA WIS€, CHARLES M. ALLEN, G. ROBERT SMITH, DALE E. TEMPLE, ROLFE KENNEOY,CONNOR WELCH,
INDIVIDUALLY; LITTLE ROCK, ARKANSAS
its true and lawful attorney=rn-fact, with full power and authority conferred to sign, seal, and execute its lawful bonds, undertakings, and other obligatory instruments of a
similar nature as follows:
IN AN AMOUNT NOT EXCEEDING' TEN MILLION DOLLARS ($10,000,000.00)
and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company, and all of
the acts of said attorney pursuant to tie authen"ty'hereby given are hereby ratified and confirmed.
The authority hereby granted shall expire APRIL 1, 2011 unless sooner revoked.
AUTHORITY FOR POWER OF ATTORNEY
This Power -of -Attorney is made aryl executedputsuant. to and by the authority of the following resolution of the Boards of Directors of each of the Companies at a
regularly scheduled meeting of each company duiy Galled and held in 1999:
RESOLVED: The President and Chiel.Exectitiive Officer; any Vice President, the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power
and authority to (1-) appoint attomeys in-fapt 'and .authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bonds and
undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and (2) to remove any such attorney-in-fact at any time and revoke
the power and authority given td him or.'her. Attomeys-in-fact shall have power and authority, subject to the terms and limitations of the power-of-attorney issued to them,
to execute and deliver on behalf of the;ConTpany, and to attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and
other writings obligatory in the nature thereof, and ahy Such instrument executed by any such attorney-in-fact shall be fully and in all respects binding upon the Company.
Certification as to the validity of any power-of-attorney authorized herein made by an officer of Employers Mutual Casualty Company shalt be fully and in all respects
binding upon this Company, The facsiipile or'riteihanically reproduced signature of such officer, whether made heretofore or hereafter, wherever appearing upon a
certified copy of any power•af-attomey'of:the Company; shall be valid and binding upon the Company with the same force and affect as though manuallyafxed.
IN WIITN gg WHEREOF, the Comparriii ���r ve,caused these presents to be signed for each by their officers as shown, and the Corporate seats to be hereto affixed this
271h1 day of ,A RI '' , 2010
Seals
�I,, ur
eeonq,,i'tO�aPO4.q c : O B• APaRq o
SEAL '^Ot..771.$tt• m n- + 5..195, _
' lis •'• „r Za. , +i+�'n(A� ^f ,J ,..
�QWp•" ''gi,, + * "+h,,,,,,,1!`
,13tunt
"' °4 r .
_a �o�ro4.4 ri
_ y SEAL
- p A ▪ '
'.1„4;11;;;;,,00,
9 _a�.
1,tO PO 11, 1}11., .
S-1,000844 fCO �F�a 0RAIN NC^
ro
SEAL_ 4 SEAL
• `CHERYL CROWNOVER
' Ccrnmtssion Number 719084
Poly Comm. Exp. Dot. 15 2011
Bruce G. Kelley, hairman
of Companies 2, 3, 4, 5 & . ; President
of Company 1; Vice Chairman and
CEO of Company 7
Michael I"reel
Assistant Secretary
On this 27THday of APRIL AD - 2010
before me a
Notary Public in and for the State of Iowa, personally appeared Bruce G. Kelley and Michael
Freel, who, being by me duly swom, did say that they are, and are known to me to be the
Chairman, President, Vice Chairman and CEO, andior Assistant Secretary, respectively, of
each of The Companies above; that the seals affixed to this Instrument are the seals of said
corporations; that said instrument was signed and sealed on behalf of each of the Companies
by authority of their respective Boards of Directors; and that the said Bruce G. Kelley and
Michael Freer, as such officers, acknowledge: the execution of said instrument to be the
voluntary act and deed of each of the Companies.
My Commission Expires October 18, 2011.
Notary P in and for the State of towa
CERTIFICATE
I, David L. Hixenbarrgh, Bice President of the Companies, do hereby certify that the foregoing resolution of the Boards of Directors by each of the.
Companies, and this Power f Attorney issued 1pursuant thereto on APRIL 27, 2010
on behalf of Sherese D. Egscove o, Carolyn Hunter, Michael U. Halter, Sylvia A. Young, Kevin Efruick, Randy Irvin, Alfred L. Williams, Dorena
are true and correct and are still in fultforceend effect. Wise, Charles M. Allen, G. Robert Smith, Dale E. Temple, Rolfe Kennedy, Connor Welch
in Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 3 t day of • ac) j! .
'.
•
Form 7832 (10-07 4th) "For verification of the authenticity of the Power of Attorney you may call (515) 345-2689."
Vice -President