HomeMy WebLinkAbout188-11 RESOLUTIONRESOLUTION NO. 188-11
A RESOLUTION APPROVING AN AGREEMENT IN THE AMOUNT OF
$43,536.00 WITH SCHEFERS ROOFING COMPANY, PURSUANT TO BID
NO. 11-23, FOR THE INSTALLATION OF ROOFING AS PART OF THE
MOUNT SEQUOYAH CENTER, INC. COMMUNITY REVOLVING LOAN
FUND FOR ENERGY EFFICIENCY AGREEMENT
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
an agreement in the amount of $43,536.00 with Schefers Roofing Company, pursuant to Bid No.
11-23, for the installation of roofing as part of the Mount Sequoyah Center, Inc. Community
Revolving Loan Fund for Energy Efficiency Agreement.
PASSED and APPROVED this 1st day of November, 2011.
APPROVED:
ATTEST:
By:
SONDRA E. SMITH, City Clerk/Treasurer
tx �
John Coleman
Submitted By
City of Fayetteville Staff Review Form
City Council Agenda Items
and
Contracts, Leases or Agreements
11/1/2011
City Council Meeting Date
Agenda Items Only
Division
Action Required:
Sustainability & Strategic Planning
Department
Utilize resolution 71-11, a contract with Schefers Roofing, to install a new, Energy Star rated roof on the Mt Sequoyah
Cafeteria Building in the amount of $43,536. This project is funded by the Energy Efficiency and Conservation Block
Grant and will be repaid by Mt Sequoyah.
43,536.00
Cost of this request
2240.9240.5342.99
Account Number
none
09011.0022
Project Number
Budgeted Item
X
220,000.00
Category / Project Budget
169,421.15
Energy Block Grant
Program Category / Project Name
Energy Block Grant
Funds Used to Date Program / Project Category Name
50, 578.85
Energy Block Grant
Remaining Balance Fund Name
Budget Adjustment Attached
tcx
ate
/C"--81/
Date
Finance and Internal Services Director Date
Date
Previous Ordinance or Resolution #
Original Contract Date:
Original Contract Number:
71-11
Received in City ®✓"`""?
Clerk's Office 10 -1 4 -1 1 A10:46 R C V D
Received in
Mayor's Office
Comments:
t
Revised January 15, 2009
aye: eville
THE CITY OF FAYETTEVILLE, ARKANSAS
CORRESPONDENCE
125 W. Mountain St.
Fayetteville, AR 72701
Telephone: (479) 575-8272
TO: Lioneld Jordan, Mayor
FROM: John Coleman, Director of Sustainability & Strategic Planning
Thru: Don Marr, Chief of Staff —x --
DATE: October 14, 2011
SUBJECT: Community Revolving Loan Fund — Amended Contract with Mt Sequoyah
Description
Using funds from the Energy Efficiency and Conservation Block Grant as part of the
American Recovery and Reinvestment Act (ARRA), the City has allocated $220,000 to
create the Community Revolving Loan Fund. This Fund provides low interest loans to non-
profits to perform energy efficiency and renewable energy improvements for which they
payback using the energy savings.
The City has completed contract work in the amount of $121,000.68 at Mt Sequoyah in the
form of heating and air conditioning, insulation, and windows and doors on three buildings.
The purpose of this resolution is to utilize resolution 71-11 in the amount of $43,536 to install
an Energy Star rated roof on the cafeteria building at Mt Sequoyah.
This project will take the Revolving Loan Fund to 97% completion and the total Energy Block
Grant to 96% completion.
Budget Impact
The additional $43,536 in construction costs will be paid for by Energy Efficiency and
Conservation Block Grant funding as obtained by the City of Fayetteville in September 2009.
RESOLUTION NO.
A RESOLUTION APPROVING AN AGREEMENT IN THE AMOUNT OF
$43,536.00 WITH SCHEFERS ROOFING COMPANY, PURSUANT TO BID
NO. 11-23, FOR THE INSTALLATION OF ROOFING AS PART OF THE
MOUNT SEQUOYAH CENTER, INC. COMMUNITY REVOLVING LOAN
FUND FOR ENEREGY EFFICIENCY AGREEMENT
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
an agreement in the amount of $42,536.00 with Schefers Roofing Company, pursuant to Bid No.
11-23, for the installation of roofing as part of the Mount Sequoyah Center, Inc. Community
Revolving Loan Fund for Energy Efficiency Agreement.
PASSED and APPROVED this 1St day of November, 2011.
APPROVED: ATTEST:
By: By:
LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer
City Of Fayetteville - Purchase Order (PO) Request
(Not a Purchase Order)
P -Cards shall be used when, possible.'. If a vendor does not accept P -Card, please note at the bottom. (Cali x256 with questions
All PO Request shall be scanned to the Purchasing e-mail: Purchasing@ci.fayetteville.ar.. us
Vendor #
Vendor Name:
Schefers Roofing
Requisition No.:
'I-7) Number:
Mail
Yes:
No:
Date:
10/14/2011
Expected Delivery Date
Address:
PO Box 701
Fob Point:
Taxable
Yes:_
No:
QuotesAtt9..ched
yes -.--
City:
Bentonville
State:
AR
Zip Code:
72712
Ship to code:
Divison Head Approval:
Requester:
John Coleman
Requester's Employee #:
2974
Extension:
272
Item
Description
Quantity
Unit of Issue
Unit Cost
Extended Cost
Account Numbers
Project/Subproject #
Inventory #
1
2
3
4
5
6
7
8
9
10
Roof Replacement - Cafeteria
Bldg - Mt Sequ
1
EA
43,536.00
$43,536.00
2240.9240.5342.99
9011.0022
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
Shipping/Handling
Lot
$0.00
Special Instructions:
Approvals:
Mayor:
Finance & Internal Services Director:
Dispatch Manager:
Department Director:.
Budget Manager:
Utilities Manager:
Subtotal:
Tax:
Total:
$43,536.00
$4,027.08
$47,563.08
Purchasing Manager:
Chief Of Staff:
Other:
SCHEFERS
Roofing Company
PO Box 701 Ber!tonvUe. AR 72712 479.717.2279 Fax 479.717..2240 wwwschefersroofing.com
Septetnber 15, 2011
Proposal #A02511rev
Mikel Lolley
Treadwell Institute
706 West Treadwell Street
Fayetteville, AR. 72701
RE: City of Fayetteville Roofing Repairs & Upgrades
Mount Sequoyah, Cafeteria Bldg. #41 Shingle Re -Roof
Fayetteville, AR.
Per your request, the following is our proposed scope of work on the above referenced project.
We propose to furnish all labor: materials and equipment to provide and install a new energy star
rated shingle roof system with sheet metal flashing and trim as hereinafter specified.
Buildings included in this proposal
Mount Sequoyah, Cafeteria Building #41
Shingle Roof (approximately 10,600 SF)
SPECIFIC INCLUSIONS:
1. Furnish complete job setup and safety.
2. Furnish complete tear off of existing roofing shingles and felt.
3. Furnish and install 7/16" OSB Decking replacement over 2,650 SF.
(see deck replacement pricing below if the extent of the damaged
decking is more than that proposed above).
4. Famish and install decking screws at areas where decking has lifted.
5. Furnish and install one layer of 30# felt nailed over the entire surface.
6. Furnish and install new metal drip edge at eave and gable perimeters.
7. Furnish and install new CertainTeed Landmark Solaris shingles.
8. Furnish and install new shingle starter.
9. Furnish and install new 3 -tab hip and ridge.
10. Furnish and install new step flashing at roof to wall transitions, fire
place and curbs.
11 Furnish a 30 year manufactures warranty.
All Under One Roof
Commercial Roofing Roof Repair & Maintenance Architecturai Sheet Metal
Afaarsas • icws • Kansas • missoun • Ni;orask: Ok!ar,oma
SPECIFIC EXCLUSIONS:
1. Anything not specifically listed above.
2. Framing — primary or secondary.
3. Wood blocking.
PRICE: 5 43,536
Price to replace 7/16" OSB Decking if more than 2,650 SF / 55.00 per square foot.
We reserve the right to reject this proposal if it is not awarded in its entirety.
Schefers Roofing Company shall perform the work described herein at the price quoted
provided that in the event the price to the roofing contractor for any materials to be used
shall increase 5 percent or greater than the price relied upon by the roofing contractor in
preparing and submitting this proposal, than the proposal shall be increased to reflect the
additional cost of the material to the roofing contractor.
The concepts discussed in this Proposal are proprietary to Schefers Rooting Company, Inc.
and shall not be used without the express written permission of Schefers Rooting Company,
Inc. Any use of any of the ideas, concepts, techniques or other content of this Proposal
without the express written agreement of and payment to Schefers Roofing Company, Inc.
shall be at user's own risk, and user shall indemnify Schefers Roofing Company, Inc.
against any claim, loss, cost or expense associated therewith.
The price quoted in this proposal is valid for thirty (30) days from the date appearing on this
document.
Schefers Roofing Company appreciates the opportunity of submitting this proposal for your
review.
Respectfully submitted.
Jeff Wicker
Project Manager / Estimator
479-685-6004
Bldg. #41 Shingles
Materials 25% Subtotal
$ 20,265.02 $ 5,144.58 $ 25,409.60
Labor Hrly rate Hours Subtotal
Rate 4 $ 107.00 5 5 535.00
Rate3 $ 53.55 8 $ 428.40
Rate2 $ 45.00 330 $ 14,850.00
Ratel $ 38.55 60 $ 2,313.00
403 $ 18,126.40
Materials $ 25,409.60
Labor $ 18,126.40
Chamber Modified $ 43,536.00
RESOLUTION NO. 71-11
A RESOLUTION AWARDING BID #11-23 AND AUTHORIZING A
CONTRACT WITH SCHEFERS ROOFING IN AN AMOUNT NOT TO
EXCEED $60,554.40 FOR ROOFING REPAIRS AND UPGRADES RELATED
TO ENERGY EFFICIENCY AND CONSERVATION BLOCK GRANT
FUNDED COMMUNITY REVOLVING LOAN FUND PROJECTS
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
#11-23 and authorizes a contract with Schefers Roofing in an amount not to exceed $60,554.40
for roofing repairs and upgrades related to Energy Efficiency and Conservation Block Grant
funded Community Revolving Loan Fund projects.
PASSED and APPROVED this 3rd day of May, 2011.
APPROVED: ATTEST:
B
By: h)otdiw
SO • RA E. SMITH, City C erk/Treasurer
Agtre(
;^ e. S Y Q,c°•
s
•
s AYETrEVILLE:
`R4"yei�BY� /k t e®��
John Coleman
Submitted By
City of Fayetteville Staff Review Form
City Council Agenda Items
and
Contracts, Leases or Agreements
5/3/2011
City Council Meeting Date
Agenda Items Only
Sustainability & Strategic Planning Sustainability & Strategic Planning
Division Department
Action Required:
The City of Fayetteville will have 5 contracts after all bidding that will make energy efficient improvements in the
areas of HVAC, Roofing, Insulation, Window & Door Replacement, and solar equipment. Using funds from the
Energy Block Grant, the City will allocate money to each approved project, based on project needs and/or
requirements. The funds will be a loan to the project owner, with proceeds of energy savings returning to the Fund.
The bid is based upon mark-up of materials and hourly rate. The Roofing lowest qualified bidder is Schefers Roofing
(Bid 11-23).
Cost of this request
2240.9240.5342.99
Account Number
none
09011.0020
Project Number
Budgeted Item
X
NTE $220,000.00/5 contracts
Category / Project Budget
195.00
Energy Block Grant
Program Category / Project Name
Energy Block Grant
Funds Used to Date Program / Project Category Name
NTE $220,000.00/5 contracts Energy Block Grant
Remaining Balance Fund Name
Budget Adjustment Attached
Finance and Internal Services Director
D.5./
ate
7(a,a(/(
4 -20 -zeal
Date
Date
to
Previous Ordinance or Resolution #
Original Contract Date:
Original Contract Number:
Received in Cii44 —1 5' 1 1 PO 3 :10 R C V D
Clerk's Office
\Lt.,
Received in
Mayor's Office
Comments:
Revised January 15, 2009
aye
evi
ARKANSAS
THE CITY OF FAYETTEVILLE, ARKANSAS
CORRESPONDENCE
125 W. Mountain St.
Fayetteville, AR 72701
Telephone: (479) 575-8272
TO: Lioneld Jordan, Mayor
FROM: John Coleman, Director of Sustainability & Strategic Planning-
Thru: Don Marr, Chief of Staff
DATE: April 11, 2011
SUBJECT: Bid 11-23, Roofing Repairs & Upgrades
Description
Using funds from the Energy Efficiency and Conservation Block Grant as part of the American Recovery and
Reinvestment Act (ARRA), the City has allocated $220,000 to create the Community Revolving Loan Fund. This
Fund provides low interest loans to non -profits to perform energy efficiency and renewable energy
improvements for which they payback using the energy savings.
The purpose of this resolution is to approve Bid 11-23 for Roofing Repairs & Upgrades not to exceed a total cost
of $60,554.40 without further approval from City Council. The bid was evaluated based upon mark-up of
materials and hourly rates. The contract is for one year with four automatic annual renewal optiong. Schefers
Roofing is the only bidder and is recommended for award.
Budget Impact
Contract costs will be paid for by Energy Efficiency and Conservation Block Grant funding as obtained by the
City of Fayetteville in September 2009. Combined, Bids 11-22, 11-23, 11-25, 11-33, and 11-34 will not exceed
$220,000 without further approval from the City Council.
Other City Departments are allowed to utilize these annual contracts, but will be required to follow standard
procurement procedures.
(4/15/2011) John Coleman Bid Tab 11-23, Roofing Repairs and Upgrades pdf Page 1
aye eville
ARKANSAS
BID: 11-23
DATE: 03/22/11
TIME: 2:00 PM
CITY OF FAYETTEVILLE
Bid 11-23, Roofing Repairs and Upgrades
Name of Contractor:
Schefers Roofing
! M13'"' i
Perla
�' .rFcS
�'y
f+?,i f'..-�
9
u
H'
Item
Description
Mark Up "Ye
° Contractors
Material Cost
Estimate
i $$ Amount of
Mark Up
$$Amount Mark Up
PLUS Material Cost
1
2
3
4
5
6
General Material (Cost plus %) $0-$100
45%
x • $1,500
= $675
$2,175.00
General Material (Cost plus %) $101-$500
35%
x $1,500
= $525
$2,025.00
General Material (Costplus %) $501-$1000
35%
x $1,500
= $525
$2,025.00
General Material (Cost plus %) $1001 -and up
35%
x $1,500
= $525
$2,025.00
Reflective Paint Nfateriat
35%
x $2,000
= $700.
$2,700.00
New Reflective Roof Material -
Standing Seam Metal Roof
35%
x $30,000
= $1.0,500
$40,500.00
Estimated Cost for Section A (Sum of Items 1-6):
$51,450.00
SECTION B: Labor
Subject to Davis -Bacon Wage Rates
A
B
c
(A X B)
]tem
Description
Estimated hours
s
i Hourly Rate
n Estimated Labor
Cost
7
8
9
ID
Roofing - Rate 1 (Applicatior/Installer)
100
x $38.55
= $3,855.00
Roofing - Rate 2 (Installer/Foreman)
100
x $45.00
= $4,500.00
Roofing - Rate 3 (Foreman/Supervisor)
8
x $53.55
= $428.40
Roofing - Rate 4 (Supervisor/Inspector)
3
x $107.00
= $321.00
Estimated Cost for Section B (Sum of Items 7-10):
$9,104.40
560,554.40
**Total Estimated Cost for Items 1-10 (sum of
Section A + Section B)
*NOTICE: Bid award Is contingent upon vendor meeting minimum specifications and formal authorization by City officials.
CERTIFIED:
P. VICE, PORCH MGR
WITNESS
a3/2g' (
DATE
ave evi le
ARKANSAS
www accessfayetteville org
THE CITY OF FAYETTEVILLE, ARKANSAS
CONTRACT
Reference Bid: 11-23, Roofing Repairs and Upgrades
Contractor: Schefers Roofing Company
Term: 1 year with 4 automatic renewal options
This contract executed this 3rd day of May, 2011, between the City of Fayetteville, Arkansas, and Schefers Roofing
Company, In consideration of the mutual covenants contained herein, the parties agree as follows:
1. Schefers Roofing Company at its own cost and expense shall furnish all labor, materials, supplies, machinery,
equipment, tools, supervision, bonds, insurance, tax pennits, and all other accessories and services necessary to
complete items bid per Bid 11-23 as stated in Schefers Roofing Company bid proposal, and in accordance with
specifications attached hereto and made a part hereof under Bid 11-23.
2. The City of Fayetteville shall pay Schefers Roofing Company based on its bid form in pricing as shown in bid
and attached to this contract. Payments will be made after approval and acceptance of work, submission of
detailed invoice, and submission of certified payroll. Payments will be made within a maximum 30 days after
acceptance of invoice. Schefers Roofing Company agrees to make detailed invoicing related documentation
available to the City or the Department of Energy (DOE) upon request (for example, during a post -award audit), ,
including but not limited to actual cost of material, etc.
3. It is explicitly understood and agreed to by Schefers Roofing Company and the City of Fayetteville that the total
amount of funding that the City of Fayetteville may use for this and four other similar contracts it is approving
today is capped at $220,000.00. Therefore, the City of Fayetteville will probably not order the full amount of
items and services shown on any of the five bids approved by the Fayetteville City Council. The City will
order any work to be done by Schefers Roofing Companv by issuing a Purchase Order for such work or project
which shall be the City's assurance that sufficient funds remain to pay for such work or project. Schefers
Roofing Company shall not start work on any project unless and until it receives the City's Purchase Order
for such work or project.
4. The Contract documents which comprise this contract between the City of Fayetteville and Schefers Roofing
Company consist of this Contract and the following documents attached hereto, and made a part hereof:
A. Bid form identified as Invitation to Bid 11-23 with the specifications and conditions typed thereon.
B. Schefers Roofing Company bid proposal, including mark up on materials and hourly rates.
C. The Notice to Prospective Bidders and the Bid Tabulation,
5. These Contract documents constitute the entire agreement between the City of Fayetteville and Schefers Roofing
Company and may be modified only by a duly executed written instrument signed by the City of Fayetteville and
Schefers Roofing Company.
6. Schefers Roofing Company shall not assign its duties under the terms of this agreement.
7. Schefers Roofing 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 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.
Bid 11-23, Roofing Repairs and Upgrades
Page 1 of 3
8. Schefers Roofing Company agrees to abide by the following American Recovery and Reinvestment Act
(ARRA) Provisions at all times and fully provide efforts to assist the City with compliance:
a. Buy American — Section 1605 of the Recovery Act requires that all iron, steel, and manufactured goods
used in the project must be produced within the United States except as provided in the following:
i. The cost of the domestic iron, steel, and/or manufactured goods would be unreasonable. The cost
of domestic iron, steel, or manufactured goods used in the project is unreasonable when the
cumulative cost of such material will increase the cost of the overall project by more than 25
percent;
ii. The iron, steel, and/or manufactured good is not produced, or manufactured in the United States
in sufficient and reasonably available quantities and of a satisfactory quality; or
iii. The application of the restriction of section 1605 of the Recovery Act would be inconsistent with
the public interest.
iv. If alt received quotes do not meet the Section 1605 of the Recovery Act the City of Fayetteville is
required to receive independent verification from the Federal Government to move forward.
b. Waste Stream — Schefers Roofing Company assures to create or obtain a waste management plan
addressing waste generated by a proposed project prior to the project generating waste. This waste
management plan will describe the plan to dispose of any sanitary or hazardous waste (e.g., construction
and demolition debris, old light bulbs, lead ballasts, piping, roofing material, discarded equipment, debris,
and asbestos) generated as a result of the proposed project. Schefers Roofing Company shall ensure that
the project is in compliance with all Federal, state and local regulations for waste disposal. Schefers
Roofing Company shall make the waste management plan and related documentation available to the
City to or DOE (Department of Energy) upon request (for example, during a post -award audit).
c. Davis -Bacon Wage Rates - Schefers Roofing Company agrees to pay wage rates as presented in the
latest published wage rates for Davis -Bacon for federally funded projects. Schefers Roofing Company
shall submit certified payrolls to the City of Fayetteville upon delivery of detailed invoicing.
9. Schefers Roofing 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, Schefers Roofing 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 Statutory Amount
Comprehensive General &
Automobile Insurance
Bodily Injury Liability
5500,000 for each person injured.
$1,000,000 for each accident.
Property Damage Liability $1,000,000 aggregate.
The premiums for all insurance and the bond required herein shall be paid by Schefers Roofing Company.
I0. Schefers Roofing Company to furnish proof of licensure as required by all local and.state agencies.
Bid 11-23, Roofing Repairs and Upgrades
Page 2 of 3
11. This contract may be terminated without penalty by the City of Fayetteville or Schefers Roofing Company with
10 days' written notice.
12. 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.
13. 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 fees.
SCHEFERS ROOFING COMPANY
By:
�•GivtG.E' T, S,: (- fei5- /•e,K�5' e J
Printed Contractor Name & Title
ATTEST:
Compal Secreta
f z.' PiPPYcneek Wok, 3 Date Signed:
Business Address
R�+�6i7a't'L� ebe . 72.1(07____
City, State & Zip Code
Date Signed: — S.t
Bid 11-23, Roofing Repairs and Upgrades
Page 3 of 3
CITY OF FAYETTEVILLE, ARKANSAS
NELD J e ' 5
ATTEST:
ayor
Sone ra Smith, City Clerk
4/38/1
RESOLUTION NO.
A RESOLUTION AWARDING BID #11-23 AND AUTHORIZING A
CONTRACT WITH SCHEFERS ROOFING IN AN AMOUNT NOT TO
EXCEED $60,554.40 FOR ROOFING REPAIRS AND UPGRADES RELATED
TO ENERGY EFFICIENCY AND CONSERVATION BLOCK GRANT
FUNDED COMMUNITY REVOLVING LOAN FUND PROJECTS
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
#11-23 and authorizes a contract with Schefers Roofing in an amount not to exceed $60,554.40
for roofing repairs and upgrades related to Energy Efficiency and Conservation Block Grant
funded Community Revolving Loan Fund projects.
PASSED and APPROVED this 3rd day of May, 2011.
APPROVED: ATTEST:
By: By:
LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer
ye _v.,le
www.accessfayetteville.org
CO TRACT
REFERE CE BID: 11-23, Roofing Repairs and Upgrades
Contracto Schefers Roofing Company
Term: 1 yea with 4 automatic renewal options
This contract exec .ted this
Schefers Roofin • •• • m .
follows:
THE CITY OF FAYETTEVILLE, ARKANSAS
day of , 20 , between the City of Fayetteville, Arkansas, and
an . In consideration of the mut al covenants contained herein, the parties agree as
1. Schefers Roofin Com
machinery, equipm- t,
services necessary to
proposal, and in accor
23, all included herein as
an at its own cost nd expense shall furnish all labor, materials, supplies,
tools, supervision, bon • s, insurance, tax permits, and all other accessories and
omplete items bid pe Bid 11-23 as stated in Schefers Roofing Company bid
nce with specificat' • ns attached hereto and made a part hereof under Bid 11 -
spelled out wor» for word.
2. The City of Fayetteville sha pay S
shown in bid and attached to
work, submission of detailed inv
a maximum 30 days after acce
detailed invoicing related document
request (for example, during a pos
Order (PO). All work perfor ed
Schefers Roofin • Com
the -rs Roofinq Company based on their bid form in pricing as
act. Payments will be made after approval and acceptance of
d submission of certified payroll. Payments will be made within
ce of invoice. Schefers Roofing Company agrees to make
tion available to the City or the Department of Energy (DOE) upon
and audit), including but not limited to actual cost of material, etc.
'ect •r any location with out the receipt of a City issued Purchase
by Sc efers Roofing Company without a PO is at the risk of
3. No work shall be started on any pro
4. The Contract documents w ich comprise this ••ntract between the City of Fayetteville and Schefers
Roofinq Company consi of this Contract and ie following documents attached hereto, and made a
part hereof:
A. Bid form ident' ied as Invitation to Bid 11-2with the specifications and conditions typed
thereon.
B. Schefers Ro •fin • Com • an bid proposal, includi • mark up on materials and hourly rates.
C. The Notice • Prospective Bidders and the Bid Tabul ion.
5. These Contract • ocuments constitute the entire agreement etween the City of Fayetteville and
Schefers Roofi q Company and may be modified only by a du executed written instrument signed
by the City of Fayetteville and Schefers Roofinq Company.
6. Schefers Roofinq Company shall not assign its duties under the terms •f this agreement.
7. Schefers Roofinq 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
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.
Bid 11-23, Roofing Repairs and Upgrades
Page 1 of 3
8. Schefers Roofing Company agrees to abide by the following American Recovery and Reinvestment
Act (ARRA) Provisions at all times and fully provide efforts to assist the City wit compliance:
a. Buy American — Section 1605 of the Recovery Act requires that all iron, steel, and
manufactured goods used in the project must be produced within e United States except as
provided in the following:
b.
i. The cost of the domestic iron, steel, and/or manufacture • goods would be unreasonable.
The cost of domestic iron, steel, or manufacture • goods used in the project is
unreasonable when the cumulative cost of such m erial will increase the cost of the
overall project by more than 25 percent;
ii. The iro , steel, and/or manufactured good is •t produced, or manufactured in the
United S .tes in sufficient and reasonably av ilable quantities and of a satisfactory
quality; or
iii. The applicatio of the restriction of secti•n 1605 of the Recovery Act would be
inconsistent wit the public interest.
iv. If all received quo -s do not meet the section 1605 of the Recovery Act the City of
Fayetteville is requir:d to receive indep= dent verification from the Federal Government
to move forward.
oofinq
ste g
ag
C • mpany assures to create or obtain a waste
en rated by a proposed project prior to the project
e r ent plan will describe the plan to dispose of any
ruction and demolition debris, old light bulbs, lead
ed equipment, debris, and asbestos) generated as a
Roofing Company shall ensure that the project is in
c: I regulations for waste disposal. Schefers Roofing
em=nt plan and related documentation available to the
pon -quest (for example, during a post -award audit).
Waste Stream — Schefers
management plan addressing w
generating waste. This waste m
sanitary or hazardous waste (e.g.,
ballasts, piping, roofing material, disc
result of the proposed project. Schefe
compliance with all Federal, state and
Company shall make the waste ma
City to or DOE (Department of Ener
lo
g
)u
c. Davis -Bacon Wage Rates - S efers Roof' g Company agrees to pay wage rates as
presented in the latest publishe wage rates fo Davis -Bacon for federally funded projects.
Schefers Roofing Company all submit certifi=• payrolls to the City of Fayetteville upon
delivery of detailed invoicing.
9. Schefers Roofing Company sha
Fayetteville, showing that he carrie
term of the Contract. Any work su
worker's compensation insuranc
contract is not protected under
provide and shall cause each
protection of such of his empl
furnish a certificate o
the following insurance wh
let, the contractor shall require
. In case any employee engag
orker's Compensation Insurance,
ubcontractor to provide adequate em
ees as are not otherwise protected.
insurance addressed to the City of
h shall be maintained throughout the
the subcontractor similarly to provide
d in work on the project under this
chefers Roofing Company shall
loyer's liability insurance for the
Workmen's Compensation Statutory Amount
Comprehensive General &
Automobile insurance
Bodily Injury Liability
Property Damage Liability
Bid 11-23, Roofing Repairs and Upgrades
Page 2 of 3
$500,000 for each person injured.
$1,000,000 for each accident.
$1,000,000 aggregate.
The premiums for all insurance and the bond required herein shall be paid by Schefers Roofing Company.
10. Schefers Roofing Company to furnish proof of licensure as required by all local and state agencies.
11. This contract may be terminated by the City of Fayetteville or Schefers Roofing Company with 10
days written notice.
12. Freedom of Information Act: City of Fayetteville contracts and documents •repared while performing
city contractual work are subject to the Arkansas Freedom of Info -tion Act. If a Freedom of
Information Act request is presented to the City of Fayetteville, the contractor will do everything
possible to provide t e documents in a prompt and timely manner as prescribed in the Arkansas
Freedom of Informatio Act (A.C.A. 25-19-101 et. Seq.). Only leg- y authorized photo coping costs
pursuant to the FOIA ma a assessed for this compliance.
13. Changes in Scope or Price: Changes, modifications, or ame • ments in scope, price or fees to this
contract shall not be allowed w hout a prior formal contract a -ndment approved by the Mayor and the
City Council in advance of the c ange in scope, cost or fees
WITNESS OUR HANDS THIS DA OF , 2011.
CI r OF FAYETTEVILLE,
F YETTEVILLE, ARKANSAS
T:,. NY SECRETARY
Po t3ox,
26
BUSINESS ADDRES
LD JORDAN, Mayor
ttest. Sondra Smith, City Clerk
-re`e - /Zoo (oc q Cai,,.. /uK'
D TITLE
BY
Bid 11-23, Roofing Repairs and Upgrades
Page 3 of 3
evllle
ARKANSAS
BID: 11-23
DATE: 03/22/11
TIME: 2:00 PM
CITY OF FAYETTEVILLE
Bid 11-23, Roofing Repairs and Upgrades
Name of Contractor:
Schefers Roofing
SECTION :Materials
Subject to 13uy;American Requirements
k
B
x 3 z
�4F,, I S{
/
,B
Item
Description
Murk Up %
Contractors
Material Cost
Estimate
$$ Amount of
Mark Up
t
`^ S$ Amount Mark Up
PLUS Material Cost
1
2
3
4
5
6
General Material (Cost plus %) $0-$100
45%
x $1,500
= $675
$2,175.00
General Material (Cost plus %) $101-$500
35%
x $I,500
= $525
$2,025.00
General Material (Cost plus %) $501-$1000
35%
x $1,500
= $525
$2,025.00
General Material (Cost plus %) $1001 -and tip
35%
x $1,500
= $525
`k $2,025.00
Reflective Paint Material
35%
x $2,000
= $700
$2,700.00
New Reflective Roof Material -
Standing Seam Metal Roof
35%
x $30,000
-- $10,500
$40,500.00
Estimated Cost for Section A (Sum of Items 1-6):
$51,450.00
SECTION B: Labor
Subject to Davis -Bacon Wage Rates
A
,
B
C
(A X B)
Item
Description
Estimated hours
HourlyRate
,;FCost
Estimated Labor
7
8
9
10
Roofing - Rate I (Applicatior/Installer)
100
x $38.55
= $3,855.00
Roofing - Rate 2 (Installer/Foreman)
100
x $45.00
= $4,500.00
Roofing - Rate 3 (Foreman/Supervisor)
8
x $53.55
= $428.40
Roofing - Rate 4 (Supervisor/lnspector)
3
x $107.00
= $321.00
Estimated Cost for Section B (Sum of Items 7-10):
$9,104.40
$60,554.40
**Total Estimated Cost for Items 1-10 (sum of
Section A + Section B)
*NOTICE: Bid award is contingent upon vendor meeting minimum specifications and formal authorization by City officials.
CERTIFIED:
P. VICE, PURCH MGR
/"--�
WITNESS
in,dftZ/if(
DATE
EXECUTION OF BID -
Bidders are requested to indicate by check mark or "Yes/No" on each line of the Technical Specifications the compliance
of the item bid. Actual specification of any deficient item must be noted on the bid sheet or separate attachment. If
specifications of item bid differ from provided literature, deviation must be documented and certified by the manufacturer
as a regular production option.
Upon signing this Bid, the bidder certifies that:
1. He/she has read and agrees to the requirements set forth in this proposal, including specifications, terms,
standard conditions, and any pertinent information regarding the articles being bid on.
2. Unless otherwise noted and explained, the unit bid and listed meets or exceeds all of these requirements as
specified by The City of Fayetteville.
3. The Bidder can and will comply with all specifications and requirements for delivery, documentation and support
as specified herein.
Unsigned bids will be rejected. Items marked * are mandatory for consideration.
*.NAME OF FIRM: CE ' i S 1oori �..I
Purchase Order and /Payments shall be issued to this name
*BUSINESS ADDRESS: 07-43 ThPPy
*CITY: P1 I/4G`7T kt.0
*PHONE: 4P74?- 7(7-27-79
*STATE: 1172-, *ZIP: 727W2 -
FAX: 1-fic% -7 t'7- 2 d.
*E-MAIL: SFW€c cW F ?LS a-coei-10' • Co/Yi
*BY: (PRINTED NAME)��� = A W(
*AUTHORIZED SIGNATURE: > . l/l J[r t • r `
*TITLE: i 1 PCI*- A es
*DATE: f J / ZZ / 2c / 1
Acknowledge Addendums:
Addendum No. 1 Dated:/'t/ti Acknowledged by:
I /.1 , LJ",
Addendum No. Z Dated: ?/t //i
Acknowledged by:, /i. IA
I to
Addendum No. 2 � Dated: 51 t7/ (( Acknowledged by:0�/ � � - J'�'"` -
Addendum No. Dated: Acknowledged by:
Bid 11-23, Addendum 1 — REVISED BID FORM
Page3of3
Telecommunications Device for the Deaf .TDD. (474) 521-1316 113 West Mountain - Fayetteville, AR 72701
City of Fayetteville
Bid 11-23, Roofing Repairs & Upgrades
Bid Pricing Form — REVISED PER ADDEDNUM 1
. BID 1 1-28.., ADDENDUM
1 - REVISED BID FORM
, _..,,
:• .
-,...._
Con(ractors
Material Cost
Ululate
• " ,..:.,„•42- ; ,.
SS Amount of S$ Amount Mark U
Mark:1* PLUS Material Cost
Item
Description
Mark Up %
1
2
3
4
5
6
General Material (Cost plui %) $Q-$100
46- 1.
$1,500
1675.60 ilsa76,760
Gtaieral Material (Cost plus %) $101-$500%111
-
35- W
$1,500
woo .0o•
a 2 028: oo
General ivlaterial (Cost phis %) $501-$10001
55-
$1,500
4...00 •i-4-2
6745-.00
General Matetial (Cost plus %) $1001 -and up
-°/
$1'500
160605
co
Reflective Paint Material
.5 5- ./. 1
$2,000
1 _ma 040
1 .2 700,00
New Reflective Roof Material - Standing Seam Metal
Roof
.5 6--- °/,
$30,000
/0 Gal 00
60 0.49°
Estimated Cost
for Section A (Stint of Items 1-6);
$ 6SECTION
B: LaborC
Subject WDai-Bacon VigeRates'....,,..;'lij:::,
'
A ::•.:::s. q.:, ,,.,
Item
Description:
Mot basic trade is listed as "Rate I".
Skill set increases with increased rate number.
itimated hour
othfeo to came?
Hourly Rate
ES0111attd tmbor
Cost
7
8
9
10
Roofing - Rate 1 (Applicatior/Initaller)
100
I $ 38.56 1
$ a (36 -"TP
Roofing - Rate 2. (Installer/Foreman)
100
$
• 46. 00
L Tao, w
Roofing - Rate 3 (Forerrian/Superyisor)
8
i $
Roofing - Rate 4 (Supervisor/Inspector)
3
i $ 0 . co 1
$. 3 / • co
• Estimated Cost for Section 13 (Sum -of Items 7-10.
/14
9 •
**.T0.0.1 Estimated:Cost for Items 1-10 (sum gpciloa A,÷secOon 0)
$. 0 .. .
daiCa "Sid bond required on 5% of "Total Estimated Cost for Items 1-10",
- A 100% Performance and Pa ment bond is re•uirecl for same within ten da s atter notice of contract award.,
Narne of Contractor 6.04612-S RWF/ Ale?
arktrici Woe)) 04 ex oF PA -15 ?gpi FecproF
Bid 11-23, Addendum 1 —REVISED BID FORM °B.Peg; C°RP61"-Ita2Y oPe4kolFuewP14P :i' -'31;u411-01/41-11)
Page 2 of 3 1-14e-trry of -Rt yerrEo,u_a II1Ay tS
'Telecommunications Device for the.Deaf TOD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701
-City of Fayetteville... _ ....... _ . .
Bid 11-23, Roofing Repairs and Upgrades
Bid Proposal Form (shall be submitted with all bids)
This page becomes an integral part of the proposal submitted
by SC RS ROOF/ NI
(Vendor/Company Name)
The undersigned proposes to furnish and deliver, in accordance with the requirements of these bid
documents issued February of 2011, prepared by the City of Fayetteville, Purchasing Division, for the
time period beginning date of Bid Award and ending twelve months thereafter as per Bid 11-
23, subject to four one (1) year annual renewals. Item numbers below refer to the same
numbered paragraph of the Instructions to Bidders and the Specifications.
INSTRUCTIONS TO BIDDERS:
1.1. Prices shall include all labor, supervision, materials, equipment, transportation and services
necessary to do a top quality job. YES X NO
1.2. Discounts offered:
1.3. Condition of Bid FIRM? YES a$ NO
SUBJECT TO ESCALATION
Method of Escalation, if applicable
BIDS MUST BE FIRM FOR ACCEPTANCE FOR 90 Days
Bid is Firm / 7(0 Days Weeks
1.4. Bidder will accept total bid only? YES NO X
(or any portion of bid award) YES x NO
1.5 Bidder has submitted an original bid document? YESX NO
1.6 Bidder will provide Workman's Compensation Insurance as outlined? YES X NO
1.7 Bidder will provide General Liability Insurance as outlined? YES NO
1.8 Bidder will provide Automobile Coverage as outlined? YES x NO
1.9 Bidder will indemnify the City of Fayetteville? YES j( NO
2.0 Bidder has included qualification & experience information as required? YES X NO
3.0 PURCHASES BY OTHER PUBLIC AGENCIES:
Bidder agrees to extend pricing, terms, and conditions to other public agencies
YES )< NO
City of Fayetteville, AR
Bid 11-23, Roofing Repairs and Upgrades
Page 24 of 29
4.0- --RESPONSE TIME
Bidder agrees to have a person on call for emergencies twenty four hours a day? /�
YES NO
Bidder agrees to one (1) hour emergency response time?
YES X NO
Bidder agrees to two to three day response time for regular calls unless an extension is
approved by City project manager?
YES x NO
5.0 DAVIS-BACON PREVAILING WAGE DETERMINATION
Bidder agrees meet all wage requirements as outlined and required, including but not limited
to certified payroll reporting?
YES _ NO
6.0 BUY AMERICAN
Bidder agrees follow all Buy American requirements?
YES )< NO
7.0 PROFESSIONAL STANDARDS
Bidder agrees to have professional workmanship and perform work in a manner consistent
with the industry in which it is related to?
YES ,x NO
BIDDER ACKNOWLEDGES RECEIPT OF ADDENDA:
ADDENDUM NO. / DATED /%w 4 2.0//
ADDENDUM NO. L. DATED /jfb JI lr,ZOI/
ADDENDUM NO. 3 DATED/Nl ieeih7?.o/(
This page becomes an integral part of the proposal submitted
by Sciirmets ReDnici67
(Vendor/Company Name)
We propose to furnish the equipment/material as indicated in this Bid Blank, provided to the City of
Fayetteville with transportation charges prepaid, and for the price quoted below. All
equipment/material to be furnished in accordance with City of Fayetteville specifications attached
hereto.
City of Fayetteville, AR
Bid 11-23, Roofing Repairs and Upgrades
Page 25 of 29
City -of - Fayetteville
_ ......
Bid 11-23, Roofing Repairs and Upgrades
Vendor References
The following information is required from all Proposers •soall proposals may be reviewed and properly evaluated
COMPANY NAME: CH i5eS / 7/ O ./ �-�J
BUSINESS ADDRESS: % J�5 R)PIPY i i PcT tp/`�
NUMBER OF YEARS IN BUSINESS: l4 HOW LONG IN PRESENT LOCATION: Ty/g.
TOTAL NUMBER OF CURRENT EMPLOYEES: a2,Z FULL TIME (,2 PART TIME..- '
NUMBER OF EMPLOYEES YOU PLAN TO USE TO SERVICE THIS CONTRACT: /2 FULL TIME 3 PART TIME
PLEASE LIST LOCAL COMMERCIAL AND/OR GOVERNMENTAL REFERENCES THAT YOU HAVE PREVIOUSLY
PERFORMED SIMILAR CONTRACT SERVICES FOR WITHIN THE PAST THREE (3) YEARS (All fields must be
completed):
1. VI(VEt.TY Aggiddli5A5 2. f ZJJ'ITrO//,(� a5013-61-1310,SQ
COMPANY NAME COMPANY NAME ` plev/Nc7.FAe/
y,,�_ �) '� �coFir� ktx i5 <&4 �, FP►t7dV9. +I, s3gi K�� 0, 5,1(,' t
52.1 Jr jE= , . ' y f!�!':14lE,iJ 7 7&2 / bs� 7Z`�t� 8
CITY, STATE, ZIP7 7O3 CITY, STATE, ZIP `
�7oStJ [ECmIIRM7 )IIZ ME'S (t li-)E 2&OFA)) RifgleibiePTO
CONTACT PERSON CONTACT PERSON
471-409-25610 /'/79- 6,193 il7N-379- 337/ - 47 757)
TELEPHONE TELEPHONE
't79- ? t - 484/#1779-5-6--4g6?
FAX NUMBER
E-MAIL ADDRESS
41% -76-0 -- 4 90
FAX NUMBER
E-MAIL ADDRESS
3. KR T-- -F—oatS 4.kis
�
COMPANY NAME
COMPANY NAME
607 soo-Tit/T" C. 0 "" SOS O( G -r6( eKu S7 Z
CITY, STATE, ZIP MQ -J011 -Le. OE. 72-7f . CITY, STATE, ZIP ie ,t-,q,?Z
141 s
CONTACT PERSON
4
A-' Mo2,2r 6
CONTACT PERSON
79= 273 -d of I z5-/ 7? -2 .576-7 -4164 ---(129z M9 -694-727?
TELEPHONE
-� -Z73 —21153
TELEPHONE
FAX NUMBER
�1 MNf 1. S5 P/eAr , COM
E-MAIL ADDRESS
City of Fayetteville, AR
Bid 11-23, Roofing Repairs and Upgrades
Page 26 of 29
419 -464- g28
FAX NUMBER
4 vtU,AeirEcs C' . coin
E-MAIL ADDRESS
5 St LAIQ A'1ZF PAU •zr 'Ta
61 -lbw -\ 6Glzs r y oFbcn. vuaiZ/c
C, Pkv i c T s i'nd Pcr y is
City of Fayetteville
Bid 11-23, Roofing Repairs and Upgrades
Debarment Certification Form — THIS FORM SHALL BE SUBITTED WITH ALL BIDS
As A BIDDER on this project, you are required to provide debarment/suspension certification
indicating that you are in compliance with the below Federal Executive Order. Certification can be
done by completing and signing this form.
Debarment:
Federal Executive Order (E.O.) 12549 "Debarment and Suspension" requires that all
contractors receiving individual awards, using federal funds, and all sub -recipients certify that
the organization and its principals are not debarred, suspended, proposed for debarment,
declared ineligible, or voluntarily excluded by any Federal department or agency from doing
business with the Federal Government.
Your signature certifies that neither you nor your principal is presently debarred, suspended,
proposed for debarment, declared ineligible, or voluntarily excluded from participation in this
transaction by any federal department or agency.
Questions regarding this form should be directed to the City of Fayetteville Purchasing Division.
NAME: --3—"EFW D, Dick -&i-22-- P• tA
COMPANY: S re S Rtoria
Cog?i•I/6E.M
PHYSICAL ADDRESS: /n703ThiPPYC, Rl */3 zi211,164tte42.7Z762-(Ow"'ae( AstoOtozq
MAILING ADDRESS: P . BOX 70( lee Lt v' 7Z712- • e� ' 0/0.
PHONE:41 -7/7-2Z-7V8/6 -6i7 -1002- FAX: 44'7(7 /9* "72/b "7c1
EMAIL:fieW O Q5Ct1L 6 fl&v A-IC7.Cdr✓1
SIGNATUR��-�/./i
DATE, 3f eill
NOTICE:
CAUSE: Debarment by an agency pursuant to FAR 9.406-2, GPO Instructions 110.11A, or PS Publication 41, for one or more of the following
causes (a) conviction of or civil Judgment for fraud violation of antitrust laws, embezzlement, theft, forgery, bribery, false statements, or other
offenses indicating a lack of business integrity; (b) violation of the terms of a Government contract, such as a willful failure to perform in
accordance with its terms ora history of failure to perform; or (c) any other cause of a serious and compelling nature affecting responsibility.
(See Code N- Debarment pursuant to FAR 9.406 2(b)(2) Drug Free Workplace Act of 1988.)
TREATMENT: Contractors are excluded from receiving contracts, and agencies shall not solicit offers from, award contracts to renew or
otherwise extend the duration of current contracts, or consent to subcontracts with these contractors, unless the City determines that there
is a compelling reason for such action. Government prime contractors, when required by the terms of their contract, shall not enter into any
subcontract equal to or in excess of $25,000 with a contractor that is debarred, suspended, or proposed for debarment, unless there is a
compelling reason to do so. Debarments are for a specified term as determined by the debarring agency and as indicated in the listing.
City of Fayetteville, AR
Bid 11-23, Roofing Repairs and Upgrades
Page 27 of 29
City of Fayetteville
' Bid 11-23, Roofing Repairs and Upgrades
Statement of Disclosure — To Be Submitted With ALL Bids
This page does not count towards page limitations set forth in this request for proposal or bid.
Proposer must disclose any possible conflict of interest with the City of Fayetteville, including, but not
limited to, any relationship with any City of Fayetteville employee. Your response must disclose if a
known relationship exists. between any principal or employee of your firm and any City of Fayetteville
employee or elected City of Fayetteville official.
If, to your knowledge, no relationship exists, this should also be stated in your response. Failure to
disclose such a relationship may result in cancellation of a purchase and/or contract as a result of
your response. This form must be completed and returned in order for your bid/proposal to be eligible
for consideration.
PLEASE CHECK ONE OF THE FOLLOWING TWO OPTIONS, AS IT APPROPRIATELY APPLIES
TO YOUR FIRM:
1.) NO KNOWN RELATIONSHIP EXISTS
2.) RELATIONSHIP EXISTS (Please explain)
PLEASE FILL OUT THE SECTION BELOW AND SUBMIT THIS FORM WITH YOUR BID OR
PROPOSAL:
1.) I, as an officer of this organization, or per the attached letter of authorization, am duly authorized
to certify the information provided herein are accurate and true; and
2.) My organization shall comply with all State and Federal Equal Opportunity and Non -Discrimination
requirements and conditions of employment.
Printed Name
-5(r SA
Date
City of Fayetteville, AR
Bid 11-23, Roofing Repairs and Upgrades
Page 28 of 29
THE AMERICAN INSTITUTE OF ARCHITECTS
AIA Document A310
Bid Bond
KNOW ALL MEN BY THESE PRESENTS, THAT WE Schefers Roofing Company
P.O. Box 326, Grain Valley, MO 64029
as Principal, hereinafter called the Principal, and Merchants Bonding Company (Mutual)
2100 Fleur Drive, Des Moines, IA 50321-1158
a corporation duly organized under the laws of the State of IA
as Surety, hereinafter called the Surety, are held and firmly bound unto City of Fayetteville
113 W. Mountain, Fayetteville, AR 72701
as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Amount Bid
Dollars ($ 5% ),
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 Reroof of Chamber of Commerce & 3 Mount Sequoyah Locations,
Curb Work at Botanical Gardens.
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 materials fumished 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 larger amount for which the Obligee 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 18th day of
Mess)
(Witness)
March , 2011
Schefers Roofing Company
(P "ncipal)
Merc = s Bonding C1Y•any Mut al)
(S
AttoKelly
(Seal)•
(Title)
(Seal)
(Title)
AIA DOCUMENT A310 • BID BOND • AIA • FEBRUARY 197 D. • THE AMERICAN
INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WAS INGTON, D.C. 20006
MERCHANTS
-VON 17 X:N G -COMPANY
POWER OF ATTORNEY
Know All Persons By These Presents, that the MERCHANTS BONDING COMPANY (MUTUAL), a corporation duly organized under
the laws of the State of Iowa, and having its principat office in the City of Des Moines, County of Polk, State of Iowa, hath made,
constituted and appointed, and does by these presents make, constitute and appoint
George R. Donnelly, Mark S. Nauser, Kelly R. Watson, Steven L. Nicholson
Erie D. Benton, Chandler H. Cullor
of Overland Park and State of Kansas its true and lawful Attomey-in-Fact, with full power
and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its behalf as surety any
and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such
instrument shall not exceed the amount of:
SEVEN MILLION ($7,000,000.00) DOLLARS
' and to bind the MERCHANTS BONDING COMPANY (MUTUAL) thereby as fully and to the same extent as if such bond or
undertaking was signed by the duly authorized officers of the MERCHANTS BONDING COMPANY (MUTUAL), and at the acts of
said Attorney -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed.
This Power-of-Attomey is made and executed pursuant to and by authority of the following Amended Substituted and Restated By -
Laws adopted by the Board of Directors of the MERCHANTS BONDING COMPANY (MUTUAL) on November 16, 2002.
ARTICLE Ii, SECTION 8 - The Chairman of the Board or President or any Vice President or Secretary shall have power and
authority to appoint Attomeys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the
Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature
thereof.
ARTICLE'll, SECTION 9 - The signature of any authorized officer and the Seal of the Company may be affixed by facsimile
to any Power of Attorney or Certification thereof authorizing the. execution and delivery of any bond, undertaking,
recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the
same force and effect as though manually fixed.
In Witness Whereof, MERCHANTS BONDING COMPANY (MUTUAL) has caused these presents to be signed by Its President and
Its corporate seal to be hereto affixed, this27th day of2009...
rE.
.A:.c:
y•1933 e. By
.•J4• 3 •1�..
•
STATE OF IOWA
COUNTY OF POLK ss.
On this 27th day of May , 2009 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that
he is President of the MERCHANTS BONDING COMPANY (MUTUAL), the corporation described in the foregoing Instrument, and that the
Seal affixed to the said instrument Is the Corporate Seal of the said Corporation and that the said instrument was signed and sealed in behalf
of said Corporation by authority of its Board of Directors.
In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first
above written. .
MERCHANTS BONDING COMPANY (MUTUAL)
President
STATE OF IOWA
COUNTY OF POLK ss.
A.
CINDY SMYTH
e ; Commission Number 173504
°W" MyCommission
archi 16,201xpires
eudy
Notary Public, Polk County, Iowa
I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL), do hereby certify that the above and foregoing
is a true and correct copy of the POWER-OF-ATTORNEY executed by said MERCHANTS BONDING COMPANY (MUTUAL), which is
still in full force and effect and has not been amended or revoked.
In Witness Wnereof, l have hereunto set my hand and affixed the seal of the Company on this 18Tillay of MARCH , 2011
POA 0001 (1109)
.Secretary
Reeftafbidnatn
Kynar 500°or Hylar 5000TM Limited Warranty
MATERIAL DESCRIPTION:
SOLD TO:
OWNER:
JOB NAME:
INVOiCE'.Nliif I, j3ER
EFF.BCTIVEDATE:
DATE ISSUE:
Berridge Manufacturing Company warrants tha t ynar 500f oei;. ar 3.
500011' 70%full-strength Fluoropoty erfinishuwill•performfortwentar
(20) years from date of installation ,n effective sottlpg mates al
within the scope of the conditions,,"'d d limitations defined in l'sr
warranty dgcui en>v t`i
ix z •„
EFFECTIVEURFACiNG Id1 ;DEFINED`TO MEAN: 4.
1. Freedo �.' � cking,chiapingorp. rig duetothedeterioration
ofthe finishb ''riodoft ienty(20)yearsfromdateofpurchase,
exclusive ofm arlicaldamageorotherabnormalcontingencies.
(See Para 2).
2. Freedoi',rm,n ,colorchanges in excess of 5 NBS Units (Using
the NBS unif' of color notation as measured on the MEECO
Colormaster. ASTM -D-2244) for a period of twenty (20) years
from date of purchase.
3. Freedom from chalking in excess of Number 8 Rating
(ASTM -D-659-80) for a period of twenty (20) years from date of
installation.
TERMS AND CONDITIONS OF WARRANTY:
1. Berridge shall not have any obligation under this Warranty,.,,un�til
all invoices for installation, supplies and services have beeripaid
in full to Berridge and to the Roofer.
2. BERRIDGE HAS NO OBLIGATION N9RzNFi'ESPONSiBlL
FOR DAMAGE TO FINISH OR MATERIAIh°S USED;,9Y
GCCS*OMER MUST NOTIFY BERRIDGE MANUFACTURING
C . ii. PA'NY IN WRITING WITHIN THIRTY (30) DAYS FROM
D1 COVERYOFTHECONDiTiONWHICHISTHEBASISOFANY
CLAIM AND ALLOW AN INSPECTION OF THE MATERIALS
DURING NORMAL BUSINESS HOURS.
BERRIDGE MANUFACTURING COMPANY'S OBLIGATION
WITH RESPECT TO THIS WARRANTY IS LIMITED AS
FOLLOWS:
A. In theeventofavalid claim, Berridge Manufacturing Company
shall, at its option: a.) assume the rea sole costs to restore
the finish on the materials; b.) fujrni3;h"Tre(i aacement materials;
or c.) refund the original purch'a'se price.•paid to Berridge for
the materials less five percentt5%,a) for Bach year which has
lapsed since the;.date of purchWs>e f the naterials.
B. Berridge Manufacturing Company ;rnaxlroum liability for any
claim under thi Limited Warran jt will be th:4 lesser of the
ttrjg > mounts; calculated pursuMc to a, b .dd.ip of paragraph
Y">
ii1?.A *:
wilt be at ti.ia sole discption0Berridge Manufacturing
*any to dateline which action will be taken with respect
'any claim under th 1 mited Warranty.
in no event shall midge Manufacturing Company's liability
:exceed the lesser of the cost of replacing or restoring the
defective panels.
`lite warranty on any repaired or replaced product shall be
for the remainder of the warranty period applicable to the
original purchase.
F. EXCEPT AS SET FORTH HEREIN, BERRIDGE
MANUFACTURING COMPANY MAKES NO WARRANTIES,
EXPRESS OR IMPLIED, INCLUDING, BUT NOT LIMITED
TO, THE WARRANTY OF FITNESS FOR A PARTICULAR
PURPOSE,AND HEREBY EXPRESSLYDENIES THESAME.
This warranty is tendered for the sole benefit of the original owner
of the project named herein and is not transferable or assignable.
Berridge's only liability and responsibility is to the terms and
conditions of this Warranty, This Warranty supersedes and is in
lieu of any and alt other warranties (whether express or implied)
that are either in addition to or in conflict with the term(s) and
condition(s) stated herein.
In the event a court of competent jurisdiction rules that any portion
of this Limited Warranty is unenforceable, the remainder of this
Limited Warranty shall be construed and enforced as if the stricken
portion was not a part hereof originally.
FOLLOWING CONDITIONS:
A. Materials installed in corrosive or aggressiveFepvaronm�lt
including, but notiimitedto, ssubjecttomaflb_ga�;
feoonditr-
saltwater, saltwaterspr , d icaIs, otlharr�` leases:, lith
the:. xceptto� of norm al pp lotion. ., z
B. A tof God; falling objgcts„,r0OxexterriallorceS.
C. AkhArmal or harmful gases, fumes or chemicals other than
eneT i'r Ilution. - G
D. Phystcafarageafterjhstallatioh,intentionalorunintentional,
whether ca60:411byuse, misuse, negligence, vandalism, 5.
orxcessiveff9 t traffic on roof area.
E. An I�r>r.sfate[s which damages finish after installation of 6.
mafeJiats on project.
F. Physical damage caused during the forming process due to
machinery or roll forming process used.
G Slopes of the roof or sections with a pitch of less than one in
twenty-four or otherwise as to allow puddling or staining. 7.
H. Deterioration of finish or materials due to improper storage
prior to or during installation process.
I. Deterioration of the finish or substrate caused by standing
water or condensation.
J. Discoloration or damage to panel finish caused by failure to
remove factory -applied protective strippable plastic film.
BERRIDGE MANUFACTURING COMPANY 1 6515 Fratt Road, San Antonio, TX 78218 1 P: (210) 6504050 1 F: (210) 650-0379
rev.03D810.2l RitynarWamant