Loading...
HomeMy WebLinkAbout71-11 RESOLUTIONRESOLUTION 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: By: fro LD JO ra! ,Mayor By: ifitteL SO RA E. SMITH,City CTerk/Treasurer 41e74nZ e FAYr1TEVILLE e a i} 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 an 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 Energy Block Grant Program Category 1 Project Name 195.00 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 Dep Director orney Finance and Internal Services Director /S r! Date 4 Date 4-w-2eiI Date Date /—e714 e Previous Ordinance or Resolution # Original Contract Date: Original Contract Number: Received in CiQ4 —1 5-1 1 P03:10 R C V D Clerk's Office Comments: Revised January 15, 2009 aye le eV 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 option. 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. 4115Z011Y John Coleman BidTab 11-23, Roofing nRepairs and Up9rades_pdf Page 1 Ta'yZe Aflt<ANSAS 61D:11-23 DATE: 03122111 TIME: 2:00 PM CITY OF FAYETTEVILLE Bid 11-23., Roofing Repairs and Upgrades Name of Contractor: Schefers Roofing *biMHtJNtI e A14, m. Item Description Mark Up % Contractors Material Cost EstimateMark Amount of Up $S Amount Mark Upi FLUS Material Cost I General Material (Cost plus %) $0-$100 45% x $1,500 $675 $2,175.00 2 General Material (Cost plus %) $101-$500 35% x $1,500 $525 $2,025.00 3 General Material (Cost plus %) $501-$1000 35% x $1,500 $525 $2,025.00 4 General Material (Cost plus %) $1001 -and up 35% x $1,00 m $525 $2,025.00 5 Reflective Paint Material 35% s $2,000 - $700 $2,700.00 6 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 $ c (A 7c }) Item Description Estimated hours Hourly Rate Estimated Labor Cost 7 8 9 10 Roofing- Rate 1 (Applicatiorllnstaller) l00 x $38.55 $3,855.00 Roofing - Rate 2 (installer/Foreman) I00 x $45.00 $4,500.00 Roofing - Rate 3 (Foreman/Supervisor) g 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 **Total Estimated Cost for Items 1-10 (sum or Section A + Section 8) $60,554.40 *NOTICE: Bid award is contingent upon vendor meeting minimum specifications and Formal authorization by City officials. CERTIFIED: P. VICE, PURCH MGR 6'3 frg WITNESS DATE le ARKhNSAS -° THE CITY OF FAYETTEVILLE, ARKANSAS w. w.accessfayetteuille.org_ ." 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 3'd day of May, 2011, between the City of Fayetteville, Arkansas, and Schefers Roofing Contpanv, In consideration of the mutual covenants contained herein, the parties agree as follows: 1. Schefers Roofing Con pane 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 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 forth 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 Roofng,Cotnpanv 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 Cotnpanv 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 Contpanv 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 Rooting Companybid 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 terns 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 constnred to waive that tort immunity set forth under Arkansas Law. Bid 11-23, Roofing Repairs and Upgrades Page 1 of 3 8. Scbefers 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 all 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 Rooting Company shall ensure that the project is in compliance with all Federal, state and local regulations for waste disposal. Schefers Roofing Company shall snake 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 Rooting Company agrees to pay wage rates as presented in the latest published wage rates for Davis -Bacon for federally funded projects. Scbefers Roofing Company shall submit certified payrolls to the City of Fayetteville upon delivery of detailed invoicing. 9. Schefers RoofinRCompanv 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 Property Damage Liability $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. 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 itt 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: Printed Contractor Name & Title ATTEST: Compo Secreta CITY OF FAYETTEVILLE, ARKANSAS ATTEST; Son ra Smith, City Clerk !3? Y4)2+ Y 3 Date Signed: len Business Address City, State & Zip Code Date Signed: •"",12., a Bid 11-23, Roofing Repairs and Upgrades Page 3 of 3 4/ 6/ off/ WWII/ ',Pilo I, 0.>(j: . p •.pm/.• S-v,� ° F O�C•mBlfl�' Vm e• 13 ,FAYETTEVILLE; Pte. p v • rr A�m�\ a`O :9sy9 , kaNSm ���� G0 °�@ 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 • ya�e tevlle 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 THE CITY OF FAYETTEVILLE, ARKANSAS This contract exec Schefers Roofing follows: ed this day of , 20 , between the City of Fayetteville, Arkansas, and mpanv. In consideration of the mut al covenants contained herein, the parties agree as 1. Schefers Roofin . Companv at its own cost .. nd expense shall furnish all labor, materials, supplies, machinery, equipm- t, tools, supervision, bo s, insurance, tax permits, and all other accessories and services necessary to omplete items bid pe Bid 11-23 as stated in Schefers Roofing Companv bid proposal, and in accor• nce with specificaf • ns attached hereto and made a part hereof under Bid 11- 23, all included herein as ' spelled out wore for word. 2. The City of Fayetteville sha 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 pay is cont ce, a Sche rs Roofing Companv 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. 3. No work shall be started on any Order (PO). All work perfor Schefers Roofin ' Com an 4. The Contract documents Roofing Company cons' part hereof: project ed by Sc r any location with out the receipt of a City issued Purchase efers Roofin Com • an without a PO is at the risk of w ich comprise this of this Contract and ntract between the City of Fayetteville and Schefers e following documents attached hereto, and made a A. Bid form ident led as Invitation to Bid 11-2 with 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 5. These Contract • ocuments constitute the entire agreement etween the City of Fayetteville and Schefers Roofi a Company and may be modified only by a du 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 •f 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 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: 1. 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 irony, steel, and/or manufactured good is mt produced, or manufactured in the United S tes in sufficient and reasonably av•.iiable quantities and of a satisfactory quality; or iii. The appiicatioq of the restriction of secti•n 1605 of the Recovery Act would be inconsistent witthe public interest. iv. If all received quos do not meet the : ection 1605 of the Recovery Act the City of Fayetteville is requir d to receive indep: dent verification from the Federal Government to move forward. b. Waste Stream — Schefers hoofing C • mpany assures to create or obtain a waste management plan addressing = ste gen - rated by a proposed project prior to the project generating waste. This waste m- age rent plan will describe the plan to dispose of any sanitary or hazardous waste (e.g., on- ruction and demolition debris, old Tight bulbs, lead ballasts, piping, roofing material, disc- =ped equipment, debris, and asbestos) generated as a result of the proposed project. Schefe Roofing Company shall ensure that the project is in compliance with all Federal, state and loc: I regulations for waste disposal. Schefers Roofing Company shall make the waste ma gem nt plan and related documentation available to the City to or DOE (Department of Ener. ) upon -quest (for example, during a post -award audit). c. Davis -Bacon Wage Rates - S efers Roof g Company agrees to pay wage rates as presented in the latest publishes wage rates f• 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 the following insurance wh let, the contractor shall require In case any employee engag orker's Compensation Insurance, ubcontractor to provide adequate e ees as are not otherwise protected. o 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 layer'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. $1,000,000 aggregate. The premiums for all insurance and the bond required herein shall be paid by Schefers Roofing Company. 10. Schefers Roofing Company to furnish proof of licensure as required by all local and state agencies. 11. This contract may be terminated by the City of Fayetteville or Schefers Roofing Company with 10 days written notice. 12. Freedom of Information Act: City of Fayetteville contracts and documents repared while performing city contractual work are subject to the Arkansas Freedom of Info tion Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor will do everything possible to provide t e documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Informatio Act (A.C.A. 25-19-101 et. Seq.). Only leg y authorized photo coping costs pursuant to the FOIA ma a assessed for this compliance. 13. Changes in Scope or Price: Changes, modifications, or ame tJments in scope, price or fees to this contract shall not be allowed without a prior formal contract a ndment approved by the Mayor and the City Council in advance of the c ange in scope, cost or fees WITNESS OUR HANDS THIS DAY OF , 2011. 617.5 NY SECRETARY Po 3 a)e, .2 - BUSINESS BUSINESS ADDRES OF FAYETTEVILLE, YETTEVILLE, ARKANSAS LD JORDAN, Mayor ttest. Sondra Smith, City Clerk 602 BY D TITLE Bid 11-23, Roofing Repairs and Upgrades Page 3 of 3 aye A liSAN SA$ BID: 11-23 DATE: 03122/11 TIME: 2:00 PM CITY OF FAYETTEVILLE Bid 11-23, Roofing Repairs and Upgrades Name of Contractor: Schefers Roofing ECTION A♦ Materials Subject toBuy -American Requirements KS ► $ ur S'Fi 0 item Description Mark Up % Contractors Material Cost ,.t Estimate .n Amount of Mark Up SS 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 (Cost plus %) $501-$1000 35% x $1,500 = $525 $2,025.00 General Material (Cost plus %) $1001 -and up 350/4 x $1,500 $525 $2,025.00 Reflective Paint Material 35% x $2,000 - $700 $2,700.00 New Reflective Roof Material - Standin(; 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 $) Item -^- Description Estimated hours HourlyRate 1 Estimated Labor Cost 7 8 9 10 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 $60,554.40 **Total Estimated Cost for Items 1-10 (sum of Section A + Section 0) '"NOTICE: Bid award is contingent upon vendor meeting minimum specifications and formal authorization by City officials. CERTIFIED: P. VICE, PURCH MGR WITNESS C.S7Z/( 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. 1-le/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: C - 'Roan Q Purchase Order and /Payments shall be Issued to this name *BUSINESS ADDRESS: (3z',3 T' Pl /CP-eVg_ *CITY:211%ie7D/tLe^ *STATE: fig, *ZIP: 1z,/c02 - *PHONE: 41 - 7(?-Zz-79 FAX: ifi C?r 2z46 *E-MAIL: L.�e- oR1 j , c-0,61 *BY: (PRINTED NAME) --"A *AUTHORIZED SIGNATURE: 14-4 *TITLE: l fl .i KkP'Ci•-lit keI CAS *DATE:% / Z -Z•-- 12O /1 Acknowledge Addendums: Addendum No. 1 Dated: B/ i( Acknowledged by: Addendum No. 2.. Dated:.a/u /if Acknowledged by: Addendum No. J Dated: 5117/1 ( Acknowledged by: Addendum No. Dated: Acknowledged by: Bid 11-23, Addendum 1 — REVISED BID FORM Page 3 of 3 Telecommunications Device for the Deaf MD 079) 521-1316 113 West Mountain • Fayetteville, AR 72701 City of Fayetteville Bid 11-23, Roofing Repairs & Upgrades Bid Pricing Form - REVISED PER ADDEDNUM 1 -V A-NT/or/web litmoveat. oF Pay's rgom TE -OF Rizzo:Tor/IP Bid 11-23, Addendum 1— REVISED BID FORM oem, fog' Pein-/a2if °P Otilf*4 fli4P /1")*(18nCNTO Page 2 of 3 THe-trry 9FON yerreu.u..e I1 boy es. Telecommunications Devlce for tile Deaf TDD (479) 521 -1316 113 West Mountain - Fayetteville, AR 7Z701 BID 11-23, ADDENDUM .. _. _ • L ,-; 1 - REVISED BID FORM Description Mark Up % contractors Material Cot Estimate SS Amount of mat up S Amount Tviark U , Th, , ,,, „fatale cost , 1"-L•'° wa I General Material (Cost plus %) $04100 rilM $1,500 , 6 -,Q - $ 2, i 767 do 2 General Material (Cost plus %) $101-$500 Mii 1 $1,500 II 5.25:04 ''s2 ozs: oo 3 General Material (Cost plus %) $501-$1000 °/, 56 $1,500 z-,-.00 2 0767.00 4 General Material (Cost pins Vo) $1001 -and up 36- cY. 1 $1,500 5 Reflective Paint Material EIN 1 $2,000 i 760. 00 g ..,00 , 00 f' I 6 New Reflective Roof Material - Standing Seam Metal Roof .56— * $30,000 ri /0 Satoo Estimated Cost for Section A (Sum of Items tAr $ 460. CO SECT . Labor!!:": Subj�BacoiWgebte1k ' l'- - j3 ' ' - ,', '''' Description: Most basic tilde is listed as "Rate I". Wit set increases with increasedrate number. stimated hours =Wear° vamp Nowt Rate -.. Estimated Labor Cost ,,, 7 8 9 10 Roofing - Rate I (Applicatiorfinstaller) 100 I $ 38. 65 $ Roofing - Rate 2 (InstalleriForeman) 100 S'sTo.°c) Roofing - Rate 3 (Foreman/Supervisor) 1111111 $ . oofing - Rate 4 (Supervisor/Inspeotor) 3 j $ 0 • Estimated Cost for Section B um of items 7-19): •.40 **Total Estimated Cost for Items 1-10 (sum Section At+ Section El bond required on 5% of "Total Estimated Cost for Items 1-10". - A 100% Performance and Pa ment bond is r- . uired for same within ten da s after notice of contract wand. Name of Contractor 60-162.% R&D•Fi xic, -V A-NT/or/web litmoveat. oF Pay's rgom TE -OF Rizzo:Tor/IP Bid 11-23, Addendum 1— REVISED BID FORM oem, fog' Pein-/a2if °P Otilf*4 fli4P /1")*(18nCNTO Page 2 of 3 THe-trry 9FON yerreu.u..e I1 boy es. Telecommunications Devlce for tile Deaf TDD (479) 521 -1316 113 West Mountain - Fayetteville, AR 7Z701 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 SCtter6RS ROOF/ 140 (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 )( NO 1.2. Discounts offered: 1.3. Condition of Bid FIRM? YES $ NO SUBJECT TO ESCALATION ' Method of Escalation, if applicable BIDS MUST BE FIRM FOR ACCEPTANCE FOR 90 Days Bid is Firm /70 Days Weeks 1.4. Bidder will accept total bid only? YES NO_X (or any portion of bid award) YES pc NO 1.5 Bidder has submitted an original bid document? YES X 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 S( NO 1.9 Bidder will indemnify the City of Fayetteville? YES 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 n 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 X 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, NO BIDDER ACKNOWLEDGES RECEIPT OF ADDENDA: ADDENDUM NO. / DATED infigai .f, 2.0 ADDENDUM NO. 4- DATED, MM'J !(!2O// ADDENDUM NO. DATED/htzeih7 7-01( This page becomes an integral part of the proposal submitted by E3CIIrreAs RonnAl67 (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 so all proposals may be reviewed and properly evaluated COMPANY NAME: 9CtiereeS /200F/4:54 BUSINESS ADDRESS: 13243 lvl)`l'c Z 1 -44 NUMBER OF YEARS IN BUSINESS: l(� HOW LONG IN PRESENT LOCATION: 'yre. TOTAL NUMBER OF CURRENT EMPLOYEES: f02 FULL TIME PART TIME. -6" 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): Cra 1.04 eg.st Cr r'i lKettm5A5 2. ru i-FTt O f AMS IL k f LLS � COMPANY NAME l il4a X75 COMPANY NAME / `` iN/NO 'a'r3 r Lam, rive1F.t g m 53S7 I0/4o reAD, 5/X/Tit% 5 loff e� / t(',. s' = .. r3 bo R - c>3 CITY, STATE, ZIP 7,705 CIT(, STATE, ZIP LT05ff L# 611Les ) /tJ ie ,LN UDFR) argiC,409171 1 CONTACT PERSON CONTACT PERSON h79-44- Z e.q /4/7q76:6i93 7q-6-79- 3x71 -- TELEPHONE itrq-fir - 4841 OW -5w; FAX NUMBER J2itkeevibiJecr,cein/ E-MAIL ADDRESS 3. kr -roots COMPANY NAME 607 sou -al -013r &: owevr- CITY, STATE, ZIP eado,Jurae, ppm -7z--n a r wt 5ASS CONTACT PERSON TELEPHONE 7 — 4690 FAX NUMBER Pklog I'I'+€ .rr.n-co . COM E-MAIL ADDRESS 4. VO :R20 cs COMPANY NAME 5 0(My CITY, STATE, ZIP goaerzt,, evree Nogg, 5 CONTACT PERSON 217% 273 - SsCo1c : I zs-/ 2da • 479 'fb - -42 92-r479 -61#7279 TELEPHONE 479- '/ z FAX NUMBER FAX NUMBER MOW.- (k cow @ urr.i,ice. C.L3nn E-MAIL ADDRESS TELEPHONE 4 Z73 -24.53 E-MAIL ADDRESS City of Fayetteville, AR Bid 11-23, Roofing Repairs and Upgrades Page 26 of 29 JPRoStzer sou -W AF Pgw T 6i-lzv1/43erne-Di 6eizs eryoFoute tu4gK CIVAtti[.ate PeaLlt-CF.Thifa!S iitht.cbr0Ce G dues 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. bebarment: 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: 3EF D. Weer--02- COMPANY: SaigregS Af)4(ta ceyaplh-J' Rh - CORRifitiEl116 e. Ail PHYSICAL ADDRESS: /n.7463f?ePre /21) /3 /,445?i*.727b -( '^�tf 640X1' MAILING ADDRESS: p 80K 0( 7 '12 a2(v ! :►/ �, PHONE:47, -717-22-7V8/6 -00 -4002. FAX: 471 -7r? Zz gam'moi-7 u, a� EMAIL: Zi Qn5C 'ier&W r/Aie).CA44 1 SIGNATUR DATE: 3f ie - `r 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, that, 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 or a 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 0.408 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. W1efree_ P.0M. Printed Name tur "5(r S rl Date 1 AR, 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 Seauoyah 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 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 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 98th day of Hess) 4:1:1 - (Maness) March Schefers Roofing Company 2011 (P 'noinaq (Seat) Merc = Bonding A10 Kelly any Mut (Title) AIA DOCUMENT A310 is BID BOND • AIA • FEBRUARY 197 ' D. s THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WAS i GTON, D.C. 20006 MFRCHANfS:!��NDNGCUMPANY 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 principal 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. [allot of Overland Park and State of Kansas its true and lawful Attorney -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, recognizanees 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 all the acts of said Attorney -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power -of -Attorney 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 It, SECTION 8- The Chairman of the Board or President or any Vice President or Secretary shall have power and authority to appoint Attorneys-in•Fact, and to authorize them to execute on behalf of the Company, and attach the Sea] of the Company thereto, bonds and undertakings, recognizances, contracts of Indemnity and other writings obligatory in the nature thereof. - ARTICLEII, 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, undertaldng, 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 of May , 2008. . �[54R0��„pJll`�• MERCHANTS BONDING COMPANY (MUTUAL) •W; -q••- - r ; •(r;� -0- �;�• By STATE OF IOWA ••••.••••• President 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. CINDY SNtYTH t Commission Number 175504 • ewa My Commission Ex Tres March 16, 201 Notary PuWiO. Polk County Iowa STATE OF IOWA COUNTY OF POLK ss. 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 Whereof, I have hereunto set my hand and affixed the seal of the Company on this 1-8 ay of MARCH , 2011 Secretary POA 0001 (1109) Kynar 5000 or Hylar 5000TH Limited Warranty N 6T MATERIAL DESCRIPTION: JOB NAME: r ¢, 7 ' SOLD TO:. INVOICE NUMBER(S): OWNER: Berridge Manufacturing t 5000w 70%full-strength (20) years from date of it within the scope ,the warranty d 1 titj EF 3. EFFEC k URFACING m EFI+lfrlli TO MEAN: 4. 1. Freed _ king,chijpingor .. 1duetothedeterioration of the finis od of twenty (20)yearsfrom date of purchase, exclusive of me 1 damage orotherabnormal contingencies. (See Para 2)_ z:Ys; 2. Freedo *.ar)ylolorchangesInexcessof5NBSUnits(Using the NBSi of color notation as measured on the MEECO Coiormaster: 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•. I. Berridge shall not have any obligation under this Warrantykruntil all invoices for installation, supplies and services have bizpaid in full to Berridge and to the Roofer. t� 2. BERRIDGE HAS NO OBLIGATION NOR: RSPONSi Y FOR DAMAGE TO FINISH OR MATERIALS USEEt FOLLOWING CONDITIONS: x fi.. A. Materials installed in corrosive or aggressivev vitonr≥er,, including, but not limited to, ssubjectpmibndt;3.�. salt wa ltwater spr �nicals,o armful gases thee do of normal air"plIution. B. of God,'lalling oi�j ; �.a . exterrfaEfr�rces. C. ' , -. al or harmful ± or chemicals other than D. Physi afterinstallatiefi,intentional orunintentional , whether ca byase, misuse, negligence, vandalism, or cessive .:'t ₹raffic an roof area. E. Anjgt which damages finish after installation of m an 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. H. Deterioration of finish or materials due to improper storage prior to or during installation process. 1. 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. 6. FTIVE DATE tE J!F ISSUE: CUSTOMER MUST NOTIFY BERRIDGE MANUFACTURING C!. At Y IN WRITING WITHIN THIRTY (30) DAYS FROM DA 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 the event ofa valid claim, Berridge Manufacturing Company shall, at its option: a.) assume the reas ie costs to restore the finish an the materials; b.) ts' 'dement materials; or c.) refund the original pull prlcetpaid to Berridge for the materials less five percen ') for each year which has lapsed since th date of punch aterials. B. BerriringComp rnax um iabilityfor any claim under :'sLimited Warra will be lesser of the three amounts calculated pursue a, b c of paragraph 4A .- l f . It wil)brie at the `Sole discretion Berridge Manufacturing Company to determinew. action will be taken with respect st arry claim un p is l hued Warranty. 0. a=In no event she ridge Manufacturing Company's liability `.: exceed the lesser of the cast of replacing or restoring the defective panels. E. The 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 HEREBYEXPRESSLYDENIES THESAME. This warranty is tenderer for the sole benefit of 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 all 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(urisdlction rules that any portion of this Limited Warranty is unenforceable, the remainder of this Limited Warranty shall be construed and enforced asifthe stricken portion was not a part hereof originally. BERRIDGE MANUFACTURING COMPANY 1 6515 Fratt Road, San Antonio, TX 78218 1 P: (210) 650-3050 1 F: (210) 680.0379 1evwsuazu•aunc Krarvrarrw1!y Prepainted GALVALUME® Sheet 20 -Year, 6 -Month Lima my Material Description: Job Name: Sold To- Invoice Number(s): Effective Da Owner. Date o u EXCLUSIVE WARRANTY Berridge Manufacturing Company 6515 Fratt Road, San A n1-� ("Customer"). B dge al Berridge Manufacturing Company's hot dipped aluminum -zinc all coa G I steel building, roofing and siding panels, if erected within the Conti tai"t 1. The GALVALUME.E sheet steel itself WILL NOT rupture, fail or e a by exposure to normal atmospheric conditions. EXCLUDED ATMOSPHERIC CONDITIONS This limited warranty DOES NOT APPLY to sheet ex try tie to nv r waive 1. Areas subject to aaltwter marine atmoslrher oratmospheric conditions, including but not limited to: ray g o flair, salt or fresh water. 2. Areas subject to fallout or exposure to no chemical es, our dust or animal waste. 3. Areas subject to water runoff from lead or copper fl or eas in metallic contact with Icad or copper 4. Conditionskircumstances where corrosive fumes or ensates are generated or released inside the building. OTHER EXCLUDED SITUATIONS This limited warranty DOES NOT APPLY in the event of. A. Beads less then 4T for all sheet thickness. B. Slopes of the roof or sections of the roof flatter than 1:15. NOTE: This slope is greater than the slope for unpainted coated steel sheet based on the anticipated greater hazard associated with the performance of painted surfaces under conditions of poor drainage. C. Mechanical, chemical or other damage sustained during shipment, storage, forming fabrication or during or after erection. D. Forming which incorporates severe reverse bending or which subjects coating to alternate compression and tension, E. Failure to Provide free drainage of water, including internal condensation, from overlaps on all other surfaces of the sheets or panels. F. Failure to remove debris from overlaps and all other surfaces of the sheets or panels G. Damage cased to the metallic coating by improper roll ilorndng, scouring or cleaning procedures K Deterioration of the panels caused by contact with green or wet lumber or wet storage stain caused by water damage or condensation. I. Presence of damp insulation or other corrosive materials in contact with or close proximity to the pastel. J. This warranty does not apply in the event of deterioration to the panels caused directly or indirectly by panel contact with fasteners. Selection of suitable long lasting fasteners to be used with GAL VALUMEIII sheet roofing and siding panels rests solely with the Customer. EXCLUSIVE REMEDIES Customer's axclusiveremedy and Berridge Manufacturing Company's sole liability for breach of this limited warranty shall be limited exclusively to the cost of either repairing non -conforming panels, or at Berridge Manufacturing Company's sole option, of furnishing FOB Customer's plant sufficient sheet product to enable Customer to fabricate replacement panels for the non -conforming panels. LIMITATION OF DAMAGES THE LIABILITY OF BERRIDGE MANUFACTURING COMPANY SHALL NOT EXTEND TO PERSONAL INJURY, PROPERTY DAMAGE, LOSS OF PROFIT, DELAY OR ANY INCIDENTAL OR CONSEQUENTIAL DAMAGES RESULTING FROM THE FAILURE OF ANY SHEET TO CONFORM WITH THE PROVISIONS OE THIS LIMITED WARRANTY. OTHER WARRANTIES, INCLUDING MERCHANTABILITY THERE ARE NO WARRANTIES, PROMISES OR AFFIRMATIONS OF FACT, INCLUDING WARRANTIES OF MERCHANTABILITY AND OF FITNESS$ FOR A PARTICULAR PURPOSE OTHER THAN THOSE EXPRESSLY SET FORTH HEREIN. THE CONDITIONS OF LIABILITY, RIGHTS, OBLIGATIONS AND REMEDIES OF THE PARTIES RELATING TO CLAIMS ARISING FROM ANY NON -CONFORMING SHEET SHALL BE GOVERNED EXCLUSIVELY BY THE TERMS SET FORTH HEREIN. 8 herby provides this LIMITED WARRANTY TO: sty exclusively warrants that, subject to the following provisions, t steel, with a coating weight of AZ55 sold for use as prepainted of 20 years and 6 months after shipment from the coil paint line as a result ofoorrosian caused INSPECTION AND NOTICE OF CLAIM Customer shall exercise diligence in inspection of material as received from Berridge Manufacturing Company prior to utilization so as to mitigate expense involved in repairing, repainting or replacing nou•conforming sheets. Claims for any breach of warranty must be made within The period of this limited warranty and within 30 days after the period of this limited warranty and within 30 days after Customer discovered the non -conforming sheet; Customer must give Berridge Manufacturing Company a reasonable opportunity to inspect the material. DUTIES OF CUSTOMER IN PRESENTING CLAIMS As a condition precedent to Berridge Manufachaing Company's liability hereunder, Customer must present with his claim such records so to enable Berridge Manufacturing Company to establish BerridgeMarwfecturing Company's order number, Berridge Manufacturing Company's coil number, date of shipment by Berridge Manufacturing Company and the date of installation in the forrn of building panels for the claimed non -conforming sheet. Customer shall also present such evidence that establishes any claimed non-conformance was due to a breach of the limited warranty stated herein. TRANSFERS, REPRESENTATIONS AND ASSIGNMENTS This limited warranty is extended to Customer as the original purchaser from Berridge Manufacturing Company and is non transferable and non -assignable. No rights against Berridge Manufacturing Company shall be created by any purported transfer or assignment, nor shall any rights against Berridge Manufacturing Company survive any transfer or assignment. Customer or its agents or representatives shall not claim, represent or imply not permit its customers, distributors, applicators or contractors to claim, represent or imply that this limited warranty extends or is available to parties other than Customer, and to the limit of is legal right to do so, Customer shall cause any party to cease and desist in any such misrepresentation. This condition shall constitute a material term of this limited warranty and its violation by Customer shall excuse Berridge Manufacturing Company from its obligation hereunder. WAIVER OR MODIFICATIONS OF BERRIDGEMFG. CO.'S RIGHTS No terms or conditions, other than those state herein, and no agreement or understanding, oral or written, and no course of conduct or performance, in any way purporting to modify this limited warranty or waive Berridge Manufacturing Company's rights hereunder, shall be binding on Berridge Manufacturing Company unless the same be clearly set forth in writing that expressly refers to this limited warranty and expressly refers to having such effect upon this limited warranty, and is signed by the authorized representative of Berridge Manufacturing Company. TERMINATION Berridge Manufacturing Company reserves the right to terminate this limited warranty, except with respect to orders which it has already accepted, upon the giving of written notice thereof. GOVERNING LAW The substantive law of the State of Texas shall exclusively govern the rights and duties of the parties under this agreement. ENTIRE AGREEMENT The provisions set forth herein are in lieu of and expressly supersede any other provision irrespective of where contained. All proposals, negotiations and representations, if any, made prior to or with reference hereto are merged herein. GALVALUMEIB is a registered trademark of BIEC International, Inc. BERRIDGE MANUFACTURING COMPANY 6515 Fratt Road, San Antonio, Texas 78218 • (210) 650-3050 rev.04Apr.05.PsepaintedQalvalumeWamanty Firestone ROOFING MEMBRANE LIMITED WARRANTY • Warranty No: '{ins#0} FBPCQ #{irts#9} Square Footage: {ins#2}.s.f.' Building Owners{ins3} • -Building 1dentificatIon: {ins#4} Building Address; {ins#i} • Warranty Period "Of: {ins#8} Years. Beginning on: {ins#6} Roofing Contractor:.{ins#2} • For the warranty period indicated above, Firestone Building Products. Company, LLC "("Firestone"), en Indiana limited liability company, warrants to the • Building Owner ("Owns?')'above that Firestone will, subject to the Terms, Conditions and Limitations,. set forth bebw. provide replacement membrane • materials sufficientto any area of Firestone. Roofing Membrane ("Membrane') which leaks as a result of ordinary,exposure to theelements or any manufacturing defect in the -Membrane: Firestone's replacement obligations over the life of this warranty are limited to the owners original cost of the Membrane, prorated based.on the remaining months of the unexpired warranty. TERMS, CONDITIONS AND LIMITATIONS, 1:: ' 'The Membrane is limited to mean the Firestone brand Membrane when installed.in accordance with Firestone Technical t'sfrcificatlons. • 2. In the event any leak should ocaurin the Membrane: (a) The Owner must give written notice to Firestone within thirty.(30). days of any occurrence of a leak. By notifying Firestene, the Owner authorizes Firestone or its designee to investigate the cause of the leak., (b) If upon investigation, Firestone deterntineathat the leak.' is caused by. deterioration in the Membrane as a.result of ordinary exposure to the elements; the Owner's: sole and exclusive remedy and Flresthnleir ilabllltyshall be limited to the supply of replacement membrane dal sufficient to replace the affected'area of membrane; (c) Should the investigation :reveal that the Ieak is caused by something other than forth in (b) above, investigation costs shall be paid by the ' Owner. Failure by Owner to pay for these costs shall render this Merrrti Warranty ("Limited Warranty ) null and • void: If the cause of the leak is determined by Firestone to be outside th scope ofth Limits t, Firesthne shall,advlse the Owner of the' type and/or extent of repairs_ required to be,nrade,stifle Owners expense which if Owner dy" Ices, will permit this Limited' Warranty to remain in effect for the unexpired portion of its term. ' Failure by the Owner It e reps________unable manner and within a reasonable time shall render this Limited Warranty null and void: (dAny diap e: .claim e.Owner arid Firestoneconcerningthis Limited Warranty shall be settledby mediation, In the event th tone lye the dispute, controversy or clams In mediation, the Owner and Firestoneagree that neither parry' e' a any seeding, or claim other than in the courts of Hamilton County in the state of Indiana or the United Di o o 'ct of I a napoli"s Division: Each party irrevocably consents to the jurisdiction and venue of the above -Id 3. Firestone shall. have no obligation under ' ited n Fir applicator have been paid in full for all materials, supplies, services, warranty cos othe in; ystem. 4. Firestone shall have nooblig" • nder- its liabili i . e future ifs leak or damage is caused by' . (a) Natural forces, disasters, or Gad: g; b. s, hurry rnadoes, had lightning, earthquakes, atomic radiation• , insects, or animals; .(b)' o0 on, • y_ ri, or a of war, +lvhich. damages, the System. or which impairs the Membrane's ability to ma its . e2 F • ble'care in maintaining the membrane, said maintenance to include, but not.limited to those item •n th s •ananty titled "Building Envelope Care. and Maintenange Guide"; (d) Deterioration or failure of, p ited,to, the roof substrate, walls, mortar, H1rAC units, etc.; '(e) -Condensation or infiltration of moistyre.ln;' a • s, -rooftop. hardwareorequipment, building structure Or- andedying or surrounding materials; (f) Any acid, oil; h physical reaction and the like which comes in contaotwith the'Membrane, which damages • - the Membrane,. or which.i ra • bra biliy:to resist leaka; (g),Alteratlons or repairs to the Membrane not approved in writing by Firestone; {h) The'archi •i rrg;.00nstruction or design of.the roof, Wing system, 'or building.. Firestone does' not undertake any analysis of the arohitectu a required to evaluate what type of roof system is appropriate; (i) A change in building use or -purpose; (I) Failure to give proper roll forth'in paragraph 2(a) above, • 5: This Limited' Warranty shall ; naferable subject to Fstone rnspectwn; written approval, and payment of the. currentiransferfee_ 6. During the term' of this L"rmiied-Warranty; Firestone its designated .representative or employees shalt have nee access tothe roof during regular business hours. In the event that'nbof access, is limited due to security or other restrictions, Owner shall reimburse Firestone for all:reasaneble costs incurred during Inspection and/or repair of the Systemthatare due to delays associated with said restrictions. Ownershall be responsible for the removal and replacement of any overburdens,.superstrata or overlays, either permanent or temporary; as necessary to expose the surface of the, System "for Inspection andfor. repair:' Failure by Owner to pay these coats onto deny roof access to Firestoneshall renderthis Llmited.Warranty'null and void. 7. Firestone's failureto enforce any of the terms or conditions; stated hereinshall not be. construed as a waiver of such provision, orof.any other terns and conditions of this Limited Warranty. B. This Limited Warranty shall,be governed and construed In accordance with the laws of the State of Indiana without regard to conflict. of. laws. 9. This Limited Warrantydoes.notcover:llashings, seams, adhesives, sealants, coatings or workmanship. , • FIRESTONE DOES NOT WARRANT PRODUCTS INCORPORATED OR UTILIZED IN THIS INSTALLATION WHICH IT HAS NOT FURNISHED. FIRESTONE SPECIFICALLY DISCLAIMS' LIABILITY, UNDER ANY THEORY OF LAW, ARISING OUT OF THE INSTALLATION OR PERFORMANCE • OF, OR DAMAGES SUSTAINED BY OR CAUSED BY, PRODUCTS NOT FURNISHED BYFIRESTONE. THIS LIMITED WARRANTY SUPERSEDES- • AND IS IN LIEU OF'ALL 'OTHER WARRANTIES OR GUARANTEES WHETHER WRITTEN OR ORAL, EXPRESS OR IMPLIED, INCLUDING. WITHOUT LIMITATION, WARRANTIES:"OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE. 'THIS'LIMITEP-WARRANTY_ SHALL BE. THE QWIVEk'S SOLE AND EXCLUSIVE REMEDY AGAINST FIRESTONE, AND FIRESTONE SHALL 'NOT BE LIABLE FOR ANY. CONSEQUENTIAL,.SPECIAL INCIDENTAL OR OTHER DAMAGES INCLUDING, BUT NOT LIMITED TO, LOSS OFPROFITS OR DAMAGE TO THE BUILDING OR ITS CONTENTS OR THE ROOF DECK. THIS. LIMITED WARRANTY CANNOT BE AMENDED, ALTERED OR MODIFIED IN ANY WAY EXCEPT IN WRITING, SIGNED BY AN AUTHORIZED OFFICER OF FIRESTONE. NO OTHER PERSON HAS.ANY AUTHORITY TO BIND FIRESTONE WITH ANY REPRESENTATION OR WARRANTY WHETHER ORAL OR WRITTEN. FIRESTONE BUILDING PRODUCTS COMPANY, LLC _ By: John R. Geary' Authorized Signature: Title: VP of quality; Technology & Product Development 045557 aVe vl �e - ' 1 ARKANSAS pnlectCheckllst Bid 11-23, Roofing Repairs and Upgrades This checklist is for the Bidder's use in preparing & submitting a bid. It is not intended to include all details necessary to prepare a bid and shall not be used as a substitute for the requirements of the bid documents. Information is shown below only as a matter of convenience. Use of this checklist does not relieve the Bidder from the responsibility of meeting all requirements of the Specifications concerning the preparation of an acceptable bid. Bidders are welcome to use this form as a coversheet for a sealed envelope; however, using this form itself is NOT a requirement. 5% Bid Bond of the amount bid accompanied by required documentation (Power of Attorney, etc.) - In lieu of a bid bond, the bidder may submit a cashier's check for at least five percent (5%) of the amount bid (inclusive of any deductive alternates). Cashiers checks shall be made payable to the City of Fayetteville, AR. All addenda shall be signed, acknowledged, and submitted on the appropriate forms (submitting the actual addendums or marking acknowledgement on other bid pages). All line items shall -be appropriately filled out and extended to reveal the line item price as well as the total bid price. Total base bid should be calculated in the provided space. All bidders shall submit the following forms with each bid: Bid Pricing Form, Bid Proposal Form, Vendor References, Debarment Certification Form, & Statement of Disclosure. All pages provided with signature lines shall be appropriately signed, dated accordingly, and included with submitted bid documents All bid documents shall be delivered in a sealed envelope to the address listed below before the stated deadline on the coversheet of the bid. All bids should be delivered with the name of the bidder (contractor) on the sealed envelope as well as the bidders Arkansas Contractors License Number. City of Fayetteville, AR Purchasing Division — Suite 306 113 W. Mountain Fayetteville, AR 72702 CONTRACTOR NAME: SCREE R)RG ARKANSAS CONTRACTORS LICENSE NUMBER: 0 /' T' / c70 : I f City of Fayetteville, AR Bid 11-23, Roofing Repairs and Upgrades Page 3 of 29 THE CITY OF FAYETTEVILLE, ARKAN5A5 City of Fayetteville — Purchasing Division Bid 11-23, Addendum 1 113 W Fayetteville, AR 72701 Bid 11-23, Roofing Repairs and Upgrades Phone: 479.575.8220 E -Mail: aforen@ci.fayettevifle.ar.us Date: Friday, March 04, 2011 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. Bid 11-23, has the following modifications and clarifications: 1. The bid form for this bid has been revised and is included with this addendum. ALL BIDDERS SHALL USE THE ATTACHED REVISED BID FORM. FAILURE TO USE THE CORRECT BID FORM CAN RESULT IN YOUR BID BEING REJECTED. 2. The bid deadline has been extended until Friday, March 18, 2011. Al! bids shall be turned in before Friday. March 18.2011 at 2:00:00. local time. Bids shall be turned in to the City of Fayetteville, Purchasing Division, Room 306 in City Hall, located at 113 W. Mountain, Fayetteville, AR 72701. 3. ' The City will hold tours of the current selected project sites on Friday, March 11, 2011, starting at 9:00 AM. Tours are scheduled as listed below and are non -mandatory. Please refer to the attached pre -bid agenda for addresses of each location. Tour 1 - Fayetteville Chamber of Commerce, 9:00 AM - 10:00 AM Tour 2 - Mount Sequoyah (all 3 buildings), 11:00 AM - Noon Tour 3 - Botanical Gardens of the Ozarks, 2:00 PM - 3:00 PM 4. Project summaries for each of the five (5) locations are available on the City of Fayetteville, Purchasing Division website at www.accessfavetteville.or4 then under the "Business" tab clicking "Bid's, RFP's, & RFQ's". Bidders are encouraged to review and become familiar with this information to obtain a better understanding of the potential scope of work. 5. The attached pre -bid agenda is hereby made part of this bid. The sign in sheet from the meeting held on 314111 is also attached. 6. Mark up percentage for each bid shall remain firm throughout the entire term of the contract. Labor rates can be evaluated with the City on an annual basis or when Davis -Bacon Wage Rates update or change. Any request for wage rate increase must be evaluated and approved by the City and be reasonable in comparison with the CPI index. 'o c1fr P M - Bid 11-23, Addendum I - REVISED BID FORM He Pa e1 of3 TetecommunicationsDevicefortheDeaf T0O(479)521-1316 .113.westMountain-rayettevBle,AR72701 City of Fayetteville Purchasing Division 113 w Mountain — Room 306 Bid 11-23, Addendum 2 Fayetteville, AR 727011 Bid 11-23, Roofing Repairs and Upgrades Phone: 479.575.8220 E -Mail: aforenQci.fayetteville.ar.us Date: Friday, March 11, 2011 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. Bid 11-23, has the following modifications and clarifications: 1. Applicable federal, state, and local taxes will apply to the work being done on the projects; however, it SHALL NOT be included with the bid prices presented in this bid. The selected contractor will charge any applicable sales taxes to the City upon invoicing. 2. Spreadsheets containing past utility bill data are available. Contractors interested in this data need to e-mail Andrea Foren(aforen(a7ci.fayetteville.ar.us) and request those documents. They will be sent to any interested bidder upon request. 3. Any work that involves an electrician will be performed by others. Bid 11-23, Addendum 2fcOi Page 1 of 1 E,4zSi::Nj 1etecomnunicatlonsPevIce#ortheDeaf TOP.{479)521-1316 113WestMoxiritain-Fayettevllle,AR727o:1 City of Fayetteville -Purchasing Division 113 W. Mountain - Room 306 Bid 11-23, Addendum 3 Fayetteville, AR 72701 Bid 11-23, Roofing Repairs and Upgrades Phone: 479.575.8220 E -Mail: aforen@ci.fayetteville.ar.us Date: Thursday, March 17, 2011 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. Bid 11-23, has the following modifications and clarifications: 1. The deadline for this bid has been extended until Tuesday, March 22, 2011 before 2:00:00 PM, local time. All sealed bids shall be delivered to the Fayetteville Purchasing Division, located in room 306 at City Hall, 113 W. Mountain, Fayetteville, AR 72701. Bid 11-23,. Addendum 3 Page1of1 Telecommunications Device. for the Deaf T00(479)52I'l316 113 WestMduntaln Fayette ffleAR72701 A`Il I f CERTIFICATE OF LIABILITY INSURANCE I 5/10/2011 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 POLICIES 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 Cretcher Heartland Incorporated 4551 West 107th Street, Third Floor Overland Park KS 66207 CONTACT NAME: PHONE FAX AIC No EKt: Alc No: E-MAILDESS: PRODUCER CUSTOMER ID#: INSURER(S) AFFORDING COVERAGE NAIC 6 INSURED Schefers Roofing Co., Schefers Construction Services, Inc,, Schefers Arch. Sheet Metal INSURERA:United Fire & Casualty Company 13021 INSURER B: Midwest Builders' Cas Mutual 13126 P O Box 326 INSURER C: INSURERD: Grain Valley MO 64029 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 1501217791 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. NOTWITHSTANDING 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 POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LT LTR TYPE OF INSURANCE POLICY NUMBER MM DIIYYYY MMIDDPOLICY EXP YYYY LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR 60382553 5/10/2011 5/10/2012 EACH OCCURRENCE $1,000,000 DAMAGE TO RENTED PREMISES Ea occurrence $100,000 MED EXP (Any one person) $5,000 PERSONAL 8 ADV INJURY $1,000,000 GENERALAGGREGATE $2,000,000 GEN'LAGGREGATELIMITAPPLIESPER; POLICY X PRO- LOC PRODUCTS-COMPIOPAGG $2,000,000 $ A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS 60382553 5/10/2011 5/10/2012 COMBINED SINGLE LIMIT (Ea accident) $1,000,000 X BODILY INJURY (Per person) $ - BODILY INJURY (Per accident) $ - PROPERTY DAMAGE (Per accident) S $ $ A X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE 60382553 5/10/2011 5/10/2012 EACH OCCURRENCE $5,000,000 AGGREGATE $5,000,000 DEDUCTIBLE RETENTION $0 $ X $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y I N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? El (Mandatory In NH) II Yes, deacnbe under DESCRIPTION OF OPERATIONS below N 1 A i1BWC093B 1/1/2011 1/1/2012 X WCSTATU- OTH- E.L. EACH ACCIDENT $1, 000,000 E.L. DISEASE - EA EMPLOYE $1, 000,000 E.L. DISEASE -POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Re: Bid 11-23, Roofing Repairs & Upgrades Mgif $iilei.L\ R � i Lei A aJ R is SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Fayetteville, AR 113 W. Mountain Fayetteville AR 72701 AUTHORIZED REPRESENTATIVE r1A4Y. ACORD 25 (2009109) m 1988-2009 ACORD CORPORATION. All riahts The ACORD name and logo are registered marks of ACORD ACGR V® CERTIFICATE OF LIABILITY INSURANCE DATE /MMD1mvY► 5/10/2011 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 POLICIES 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 Cretcher Heartland Incorporated 4551 West 107th Street, Third Floor Overland Park KS 66207 CONTACT NAME: PHONE FAX A/C No E:t: Arc No)913.341.2923 E-MAIL ADDRESS: PRODUCER CUSTOMER ID #; INSURERIS) AFFORDING COVERAGE NAIC ll INSURED Schefers Roofing Co. - Arkansas P O Box 701 Bentonville AR 72712 INSURERA:United Fire & Casualty Company 13021 INSURER B:Midwest Builders' Cas Mutual 13126 INSURERC: INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 1542412543 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. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT CR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR OF INSURANCE POLICY NUMBER Y EFF MM DD POUCTYPE MM DDY EXP LIMITS A GENERAL LIABILITY x COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR 60382553 5/10/2011 5/10/2012 EACH OCCURRENCE $1,000,000 PREMISES Ea occurrence $100, 000 MEDEXP(An one rson) $5,000 PERSONAL& ADVINJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEL AGGREGATE LIMIT APPLIES PER: POLICY % PRO LOC PRODUCTS - COMP!OP AGO S2,000,000 $ A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OVIMED AUTOS 60302553 5/10/2011 5/10/2012 COMBINED SINGLE LIMIT (Ea accident) $1,000,000 % BODILY INJURY )Per person) $ BODILY INJURY ( Per accident) $ PROPERTY DAMAGE (Per accident) $ S $ A K UMBRELLA LIAB EXCESS LIAR % OCCUR CLAIMS -MADE 60382553 5/10/2011 5/10/2012 EACH OCCURRENCE $5,000,000 AGGREGATE $5,000,000 DEDUCTIBLE RETENTION $0 $ X $ B WORKERS COMPENSATION AND EMPLOYERS' LIABWTY ANY PROPRIETOR/PARTNER/EXECUTIVE Y r N OFFICER/MEMBER EXCLUDED' (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below NIA 11BWC0938 1/1/2011 1/1/2012 % YYCSTATU- OTH- E.L. EACH ACCIDENT $1, 000, 000 E.L. DISEASE - EA EMPLOYEI $1, 000, 000 E.L. DISEASE - POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS! VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more apace Is required) Re: Bid 11-23, Roofing Repairs & Upgrades GtK 111-IGA I t h1ULUtK SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Fayetteville, AR 113 W. Mountain Fayetteville AR 72701 AUTHORIZED REPRESENTATIVE O1988-2009 ACORD CORPORATION. All rights reserved. ACORD 25 (2009/09) The ACORD name and logo are registered marks of ACORD