Loading...
HomeMy WebLinkAbout65-12 RESOLUTIONRESOLUTION NO. 65-12 A RESOLUTION AWARDING BID #12-14 AND APPROVING A CONTRACT WITH HECKATHORN CONSTRUCTION COMPANY IN THE AMOUNT OF $42,421.00 FOR THE STRUCTURAL REPAIR OF THREE STORM DAMAGED STRUCTURES AT THE BIOSOLIDS MANAGEMENT SITE 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 #12-14 and approves a contract with Heckathorn Construction Company in the amount of $42,421.00 for the structural repair of three storm damaged structures at the biosolids management site. PASSED and APPROVED this 3rd day of April, 2012. APPROVED: ATTEST: By: ' AA/ SONDRA E. SMITH, City Clerk/Treasurer ,� ,`erwaurrrrrfeasr R ��, Q� �Ft�CIT .SA G1 Y o, a ®� a40 FAYETTEV1LLE v GTOtt C Oo0" -'BddAlfiSebo David Jurgens Submitted By City of Fayetteville Staff Review Form City Council Agenda Items and Contracts, Leases or Agreements 3 -Apr -12 City Council Meeting Date Agenda Items Only Wastewater Treatment Division Action Required: Utilities Department Approval of a contract with Heckthorn Construction Company for $42,421.00 for the structural repair of three storm damaged structures at the Bioslolids Management Site, in accordance with Bid 12-14. $ 42,421 Cost of this request 5400.5110.5315.00 5400.0301.00 Account Number N/A Project Number Budgeted Item MEE $ 20,000 35,426 Category / Project Budget Insurance Payment Program Category / Project Name Wastewater Treatment Funds Used to Date Program / Project Category Name $ 20,000 $ 35,426 Water/Sewer Remaining Balance Fund Name Budget Adjustment Attached L Finance and Internal Services Director ti0 Date 3-/4..�2. Date 3rtc 2�Z Date 3'3to milli Date Da Previous Ordinance or Resolution # Original Contract Date: Original Contract Number: Received in Cit Clerk's Office 3-i�-12PO4:05 RCVD Comments: Revised January 15, 2009 va'F�te ville To: Fayetteville City Council Thru: Mayor Lioneld Jordan Don Marr, Chief of Staff From: David Jurgens, Utilities Director Fayetteville Water and Sewer Conun Date: March 16, 2012 CITY COUNCIL AGENDA MEMO MEETING DATE OF APRIL 3, 2012 THE CITY OF FAYETTEVILLE, ARKANSAS Subject: Approval of a contract with Heckthorn Construction Company for $42,421.00 for the structural repair of three storm damaged structures at the Bioslolids Management Site, in accordance with Bid 12-14 RECOMMENDATION Staff recommends approval of a contract with Heckthom Construction Company for $42,421.00 for the structural repair of three storm damaged structures at the Bioslolids Management Site, in accordance with Bid 12-14. BACKGROUND At the Biosolids Management Site, two barns and a compound shed are used [was installed in mid-1990s] for storage of farm equipment and hay. These storage structures suffered significant damage during the storm event in September 2011. The City's insurance adjuster, Travelers Insurance, completed the repair assessment in November and estimated the repair cost to be $50,250.00. After depreciation and meeting the City's deductible, Travelers issued an insurance check for $35,426.59. DISCUSSION The City received two bids on March 2, 2012. The lowest bid, submitted by Heckathorn Construction Company, Inc., meets the minimum specification requirements. Therefore, staff recommends the repair contract be awarded to Heckathorn Construction Company. Vendor Total Bid Price Heckathorn Construction Company $42,421.00 Center Point Contractors, Inc. $74,685.55 BUDGET IMPACT Funds for the repair of these structures are available in the Wastewater Treatment Plant Operational budget and insurance money received. Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701 RESOLUTION NO. A RESOLUTION AWARDING BID #12-14 AND APPROVING A CONTRACT WITH HECKATHORN CONSTRUCTION COMPANY IN THE AMOUNT OF $42,421.00 FOR THE STRUCTURAL REPAIR OF THREE STORM DAMAGED STRUCTURES AT THE BIOSOLIDS MANAGEMENT SITE 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 #12-14 and approves a contract with Heckathom Construction Company in the amount of $42,421.00 for the structural repair of three storm damaged structures at the biosolids management site. PASSED and APPROVED this 3"I day of April, 2012. APPROVED: ATTEST: By: By: LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer v' able eville THE CITY OF FAYETTEVILLE, ARKANSAS ARKANSAS www.accessfayetteville.org CONTRACT Reference Bid: Bid 12-14, Construction — Barn Repair Contractor: Heckathorn Construction Company, Inc. Term: Single Project with no revolving terms This contract executed this trk day of . , 2012, between the City of Fayetteville, Arkansas, and Heckathorn Construction Company, Inc. I consideration of the mutual covenants contained herein, the parties agree as follows: 1. Heckathorn Construction Company, Inc. 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 12-14 as stated in Heckathorn Construction Company, Inc. bid proposal, and in accordance with specifications attached hereto and made a part hereof under Bid 12-14, all included herein as if spelled out word for word. 2. The City of Fayetteville shall pay Heckathorn Construction Company, Inc. based on their bid proposal in an amount not to exceed $ 42,421.00 . Payments will be made after approval and acceptance of work and submission of invoice. Payments will be made approximately 30 days after receipt of invoice. 3. The Contract documents which comprise the contract between the City of Fayetteville and Heckathorn Construction Company, Inc. consist of this Contract and the following documents attached hereto, and made a part hereof: A. Bid form identified as Invitation to Bid 12-14 with the specifications and conditions typed thereon. B. Heckathorn Construction Company, Inc: bid proposal. C. The Notice to Prospective Bidders and the Bid Tabulation. 4. These Contract documents constitute the entire agreement between the City of Fayetteville and Heckathorn Construction Company, Inc. and may be modified only by a duly executed written instrument signed by the City of Fayetteville and Heckathorn Construction Company, Inc. 5. Heckathorn Construction Company, Inc. shall not assign its duties under the terms of this agreement. 6. Heckathorn Construction Company, Inc. 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 Heckathorn Construction Company, Inc. performance of this contract. This clause shall not in any form or manner be construed to waive that tort immunity set forth under Arkansas Law. 7. Heckathorn Construction Company, Inc. 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, Heckathorn Construction Company. Inc. 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 City of Fayetteville, AR Bid 12-14, Construction — Barn Repair Page 1 of 2 Comprehensive General & Automobile Insurance Bodily Injury Liability $500,000 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 Heckathorn Construction Company, Inc. 8. Heckathorn Construction Company, Inc. to furnish proof of licensure as required by all local and state agencies. 9. This contract may be terminated by the City of Fayetteville or Heckathorn Construction Company, Inc. with 10 days written notice. 10. Freedom of Information Act: City of Fayetteville contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. 25-19-101 et. Seq.). Only legally authorized photo coping costs pursuant to the FOIA may be assessed for this compliance. 11. Changes in Scope or Price: Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. WITNESS OUR HANDS THIS 64 DAY OF ATTEST: COMPANY SECRETARY BUSINESS ADDRESS City of Fayetteville, AR Bid 12-14, Construction — Barn Repair Page 2 of 2 2012. CITY OF FAYETTEVILLE, Fj ETTE LLE, ARKANSAS r _.. A /Ale I!INELD J►- -'AN, Mayor Attest: 4,0444,vfly • e ^.) b d 4 p r p 1414 ee d-�•R�A SP _\�,: 4G11201,1°‘ `e ®{{144ti1lPZP FAYETTEVILLE: Sondra Smith CONTRACTOR BY /eil�/'"f NAME AND TITLE OPTION 2: A Partnership Partnership Name: (SEAL) By: (Signature of general partner - attach evidence of authority to sign) Name (type or printed): Business address: Phone No.: FAX No.: OPTION 3: A Corporation Corporation Name: Heckathorn Construction Company, I(rSEAL) State of Incorporation: Arkansas Type (General Business, Professional, Service, Limited Liability): ra tractor (Signature - attach evidence of authority to sign) Name (typo or printed): Don L. Heckathorn Tide: President ,) (CORPORATE SEAL) Attest: aau.K (Signature of Corporate Secretary) Business address: 1880 N. Birch Avenue , Fayetteville, AR 72703 Phone No.: 479-442-5386 City of Fayetteville, AR Bid 12-14, Construction - Barn Repair Page 27 of 32 FAX No.: 479-442-7385 SUBMIT THIS PAGE WITH BID • Ci , ....: . ..:.,:. ...: ' ... :.•. :..:...:.:..•...-,- -. ries unifer$2500 _shaA be: Usedton=a•P-Card gUl'ptO�lt .:.-.. '-:•:':,_::-.:.::MPGliequestshal'b• e.-acai+[r _....-..-... -. • ... -. . O# F ettcville -•Pur :� ..: ........chase Order P4 Request uest - •:..:• • . .. (Nota Purchase Order) • unless medkal or f099 service related.. (Call x256 watt questions) • edrfa.the Prlrchasin .e.maiL• Purnhasl Q ngacLfayetteVilie:aru§ 3/1912012 RC Number: Expected Delivery Date: Vendor # 5450 'Vendor Name: Heckathorn Construction Company Mai] Yes:_ No: Address: 1880 Birch Avenue Fob Point Taxable Yes: No: Quotes Attached Yes: _ No: City Fayetteville State: AR 2Ip Code: Ship to code; 72703 Divison Head Approval: Requester Allison Atha Requesters Employee #: 2813 Extension: 670 Item Description Quantity Unit of Issue Unit Coat Extended Cost ACcOunt Numbers Project/Subproject # inventory # Fixed Asset # 1 2 3 4 5 6 7 8 9 10 Structural of three storm damaged structures at the Blosollda Management Site 1 JOB 6,994.41 56,994.41 5400.5110.531 5.00 Structural repair of three storm damaged structures at the Biosolids Management Site (insurance portion) 1 JOB 35.426.59 535,426.59 5400.0301.00 50.00 $0.00 50.00 50.00 10.00 10.00 50.00 $0.00 Shipping/Handling Lot 50.00 -Special Instructions: Per Bid 12-14 Subtotal: Tax: Total: $42,421.00 $3,923.94 $46,344.94 Approvals: Mayor. Finance Dispatch Department Budget Manager. Utilities Manager Director: Purchasing Manager: & Internal Services Director: IT Manager. Manager Other. e Wre AR1.ANSAS Bid 12-14, Construction - Barn Repair BID: 12-14 DATE: 03102112 TIME: 10:00 AM CITY OF FAYETTEVILLE TOTAL COST`. 1 Canter Point Contractors, Inc. $74,686.55 2 Hockathom Construction Company, Inc. $42,421.40 `NOTICE: Bid award Is contingent upon vendor meeting minimum specifications and formal authorization by City offlciais. CERTIFIED; -17 P. VICE, PURCH MGR 9447(megcsgikater A E 1vtlle THE CITY OF FAYETTEVILLE, ARKANSAS ARKANSAS www.accessfayetteville,org CONTRACT Reference Bid: Bid 12-14, Construction — Barn Repair Contractor: Heckathom Construction Company, Inc. Term: Single Project with no revolving terms • This contract executed this day of _ , 2012, between the City of Fayetteville, Arkansas, and Heckathorn Construction Company, Inc. . In bonsideration of the mutual covenants contained herein, the parties agree as follows: 1. Heckathorn Construction Company, Inc. 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 12-14 as stated in Heckathom Construction Company, Inc_ bid proposal, and in accordance with specifications attached hereto and made a part hereof under Bid 12-14, all included herein as if spelled out word for word. 2. The City of Fayetteville shall pay Heckathom Construction Company, Inc. based on their bid proposal in an amount not to exceed $ 42,421.00 . Payments will be made after approval and acceptance of work and submission of invoice. Payments will be made approximately 30 days after receipt of invoice. 3. The Contract documents which comprise the contract between the City of Fayetteville and Heckathom Construction Company. Inc. consist of this Contract and the following documents attached hereto, and made a part hereof: A. Bid form identified as Invitation to Bid 12-14 with the specifications and conditions typed thereon. B. Heckathorn Construction Company, Inc. bid proposal. C. The Notice to Prospective Bidders and the Bid Tabulation. 4. These Contract documents constitute the entire agreement between the City of Fayetteville and Heckathorn Construction Company, Inc. and may be modified only by a duly executed written instrument signed by the City of Fayetteville and Heckathorn Construction Company, Inc. 5. Heckathorn Construction Company. Inc. shall not assign its duties under the terms of this agreement. 6. Heckathorn Construction Company, Inc. 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 Heckathom Construction Company, Inc. performance of this contract. This clause shall not in any form or manner be construed to waive that tort immunity set forth under Arkansas Law. 7. Heckathorn Construction Company, Inc. 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, Heckathorn Construction Company, Inc. 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 & City of Fayetteville, AR Bid 12-14, Construction — Barn Repair Page 1 of 2 Automobile Insurance Bodily Injury Liability $500,000 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 Heckathorn Construction Company, Inc. 8. Heckathorn Construction Company, Inc. to furnish proof of licensure as required by all local and state agencies. 9. This contract may be terminated by the City of Fayetteville or Heckathorn Construction Company. Inc. with 10 days written notice. 10. Freedom of Information Act: City of Fayetteville contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. 25-19-101 et. Seq.). Only legally authorized photo coping costs pursuant to the FOIA may be assessed for this compliance. 11. Changes in Scope or Price: Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. WITNESS OUR HANDS THIS DAY OF , 2012. CITY OF FAYETTEVILLE, FAYETTEVILLE, ARKANSAS LIONELD JORDAN, Mayor Attest: Sondra Smith, City Clerk CONTRACTOR BY NAME AND TITLE ATTEST: COMPANY SECRETARY BUSINESS ADDRESS City of Fayetteville, AR Bid 12-14, Construction — Barn Repair Page 2 of 2 en le ARKANSAS Project Check list 111112-14, Construction — Barn Repair This checklist is for the Bidder's use in preparing & submitting a bid. It is not intended to include alt 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. FLI 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) from a bank located in the State of Arkansas. Cashiers checks shall be made payable to the City of Fayetteville, AR. plAll addenda shall be signed, acknowledged, and submitted on the appropriate forms (submitting the actual addendums or marking acknowledgement on other bid pages). 1 Ail 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 Form, any Addenda, 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 ✓f 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. CONTRACTOR NAME: City of Fayetteville, AR Purchasing Division — Suite 306 113 W. Mountain Fayetteville, AR 72702 Heckatharn Construction Company, Inc. ARKANSAS CONTRACTORS LICENSE NUMBER: 0023780412 City of Fayetteville, AR Bid 12-14, Construction — Barn Repair Page 3 of 32 SUBMIT THIS PAGE WITH BID Bid} BOND Cit forms with The American lnattatute of Archy, AIA. int No. A-310 KNOW ALL BY THESE PRESENTS, That we, Heckatborn Construction Coman Inc. as Principal, hereinafter called the Principal, and the Hartford hire insurance Com an of One Hartford Plaza,Hartford, Connecticut , a corporation duly org nized under as Surety, hereinafter called the Surely, arc held and firmly bound undo the laws of tato State of Connecticut City of Fayetteville Arkansas m the ma or Five Percent of Amount of Bid as Obligee, hereinafter called the Obligee, Dollars 0 5% of Bid ), for Ike payment of which sum well and truly to be made. the said Pnincipai and the said Surety, bind motives. our heirs, executors, administrators, successors and a&igns. Jointly and severally. firmly by these pr, ts. WHEREAS, the Principal has submitted a bid for it Pu i - 4 Construction - Barn Re air Fayetteville, Arkansas NOW. �.EFt7 , 1-7 71; Obligee Shall apt 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 tits bidding or Contract Documents with good and sufficient surety for the .i tthful performance of such Contract anis for the prompt payment of labor and material Banished in tlsc prosection thereof, or in the event of the failure of the Principal tv enter such Contract and give such bond or bonds, if the Principal shaft pay to the Obligee the difference not to meed the penalty; hereof between the amount Specified in said bid and such Inger amount for which the Obligee may in good faith contract withanother party to perforin the Work 'covered by .said bid, thea this obligation shalt be sill and void. otherwise to remain in tall forme and effect. Signed and scaled thisday � 2nrj of ...,.��,..._�-- ._..�.......�.._ « 2t)ii , link" 4so Witness Witness { { Hecka e Insuran . e C an (Seal) Principal Title Scho en in -Fact City of Fayetteville Bid 12-14, Construction — Barn Repair Bid Form Contract Name: Construction — Barn Repair Bid Number 12-1 BID TO: Owner: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 BID FROM: Bidder: Heckathorn Construction Company, Inc. 1880 N. Birch Avenue Fayetteville, AR 72703 Section 1— Intent: The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement with Owner in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid price and within the Bid time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. Section 2 — Terms & Conditions: Bidder accepts all of the terms and conditions of the invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 180 days after the day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Agreement with the Bonds and other documents required by the Bidding Requirements within 15 days after the date of Owner's Notice of Award. Section 3 — Bidder's Representations: In submitting this Bid, Bidder represents, as more fully set forth in the Agreement, that: A.) Bidder has examined and carefully studied the Bid Documents, and the following Addenda, receipt of all which is hereby acknowledged: Nurnber 1 Date 2-21-2012 2 2-29-2012 City of Fayetteville, AR Bid 12-14, Construction — Barn Repair Page 23 of 32 SUBMIT THIS PAGE WITH BID ,Luc . Uz.g4. iZ PLIA tt n rro� 1./.../ r �` Bid 12.-14,Addendum 1 Date: Tuesday, February 21, 2012 To: All Prospective Vendors From: Andrea Foren Rasco, CPPB, CPPO, 479.575.8220, aforen(a-ci.favetteville.ar.us RE: Bid 12-14, Construction - Barn Repair 3! 03 (✓?7 aye evilIe This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Bidders should indicate their receipt of same in the appropriate blank of the Bid Form. .Failure to do so may subject bidder to disqualification. Addendum should be attached to the inside cover of the bidding documents, signed, and dated. • Bid 12-14, has the following modifications and clarifications: 1.) A non -mandatory pre-bid meeting has been scheduled for Friday, February 24, 2012 at 10:00 AML local time at the City of Fayetteville Biosolids Management Site, located at 16464 Wyman Road, Fayetteville, AR 72701. See Attachment A in bid documents for a map to pre-bid meeting Iocation. City of Fayetteville, Arkansas Bid 12.14, Addendum 1 Pa e 1 of 1 Acknowledge Addendum #1: Printed Name Janet Signatur Title: Secretary S . Iieckathorn Date: 2-28-2012 Company: Heckathorn Const. Co., s`e::,•i?:111+1's:L'.icatini`S L7t vice fol 111e L7H it TDD;479: 511,1 3145 13 wrsthlnunrain - raye; Le•vI L' . '.1 12,1%11 Acknowledge Addendum #2: Printed Name: Janet Signatu S. Heckathorn Title: secretary Date: 2-29-201 Companygeckathorn Const. Co., Ir. &4-M.tGmc. Bid 1.2-14, Addendum 2 Date: Wednesday, February 29, 2012 To: All Prospective Vendors From: Andrea Foren Rasco, CPPB, CPPO, 479.575.8220, aforenci.favetteville.ar.us RE: Bid 12-14, Construction — Barn Repair aye evllle This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Bidders should indicate their receipt of same in the appropriate blank of the Bid Form. Failure to do so may subject bidder to disqualification. Addendum should be attached to the inside cover of the bidding documents, signed, and dated. • Bid 12-14, has the following modifications and clarifications: 1.) Drawing Sheet S2, Compound Shed - a. Contractor shall not remove or replace existing concrete pad in northwest comer of shed. Contractor shall be responsible for working around existing concrete pad. b. New round posts shall be set in .concrete to resist gravity, lateral, and uplift forces (see #4 under performance requirements for barn replacement).' 2.) Drawing Sheet S3, Mitchell Barn - a. Repair damaged ridge steel and steel eave flashing to match existing. Patch punctures in roof deck. Return bent roof members to their original shape and re -weld broken connections (see #6 under construction sheet notes). b. Approximately ten punctures in roof that need patching. City of Fayetteville, Arkansas Bid 12-14, Addendum 2 Pa•e1of1 .. Device fc4the D .f TDL) 521-3si 13 Wem ointain•Foiyet viilv,.AI %;.7c.l c. B.) Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C.) Bidder is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D.) Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bid Documents with respect to Underground Facilities at or contiguous to the Site. E.) Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost, progress, performance, or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto. F.) Bidder does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performing and furnishing of the Work in accordance with the times, price, and other terms and conditions of the Contract Documents. G.) Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to Work for which this Bid is submitted as indicated in the Contract Documents. H.) Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports, and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. I.) Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Contract Documents, and the written resolution thereof by Engineer is acceptable to Bidder. J.) The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. K.) This Bidis genuine and notmade in the interest of or on behalf of any .undisclosed .person, firm, or corporation and .is .. not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham bid; Bidder has not solicited or induced any person, firm, or a corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for himself any advantage over any other Bidder or over Owner. City of Fayetteville, AR Bid 12-14, Construction —Barn Repair Page 24 of 32 SUBMIT THIS PAGE WITH BID L.) Bidder will perform the Work in compliance with all applicable trench safety standards set forth in Occupational Safety and Health Administration (OSHA) Part 1926 — Subpart P — Excavations. M.) No Bid shall be based upon aggregate of Subcontractors performing more than 60 percent of the total Work. N.) The experience, past performance, and ability of each proposed Subcontractor will be considered in the evaluation of Bids. Any Subcontractor so requested shall be required to furnish experience statements prior to the Notice of Awards. Section 4 — Bid Price: F.O.B. City of Fayetteville Biosolids Management Site, 16464 Wyman Road, Fayetteville, AR 72701 Total Turn-Kev Bid Amount: *$ 42,g2i .06 *Total amount based on bid documents, drawings, all attachments, and specifications: Total number of calendar days estimated to complete project: Lays NAME OF CONTRACTOR: Heckathorn Construction Company, Inc. REMINDER: A bid bond of five percent (5%) shall be submitted with all bids. A cashier's check from a bank located in the State of Arkansas for five percent (5%) of the amount bid will also be acceptable as a replacement to a bid bond. In the event a cashiers check is submitted AND that vendor is awarded the bid, the bid bond will not be returned until the City of Fayetteville has a valid one hundred (100) percent performance and payment bond. City of Fayetteville, AR Bid 12-14, Construction — Bam Repair Page 25 of 32 SUBMIT THIS PAGE WITH BID Section 5 - Contract Times: A.) Bidder agrees that the Work will be substantially completed and ready for final payment within the number of calendar days indicated in the Agreement. B.) Bidder accepts the provisions of the Agreement referring to liquidated damages in the event of failure to complete the Work with the times specified in the Agreement. Section 6 - Communications: A.) Communications concerning this Bid shall be addressed to the Bidder as follows: Heckathorn Construction Company, Inc. 1880 N. Birch Avenue Fayetteville, AR 72703 Phone No. 479-442-5386 FAX No. 479-442-7385 Section 7 - Communications: A.) Communications concerning this Bid shall be addressed to the Bidder as follows: Section 8 - SIGNATURE: A.) This bid is being submitted in good faith, according to the entire bid package presented: SUBMITTED on this 2nd Date of March ,20 12 Arkansas State Contractor License No. 0023780412 if Bidder is: OPTION 1: An Individual Name (type or printed): By: (SEAL) (Individual's Signature) Doing business as: Business address: Phone No.: FAX No.: _ ! City of Fayetteville, AR Bid 12-14, Construction - Barn Repair • Page 26 of 32 SUBMIT THIS PAGE WITH BID OPTION 2: A Partnership Partnership Name: (SEAL) By: (Signature of general partner - attach evidence of authority to sign) Name (type or printed): Business address: Phone No.: FAX No.: OPTION 3: A Corporation Corporation Name: Heckathorn Construction Company, T(rSFAL) State of Incorporation: Arkansas Type (General Business, Professional, Service, Limited Liability): ra. tractor (Signature - attach evidence of authority to sign) Name (type or printed): Don L. Reckathorn Title: President Attest: 7 (CORPORATE SEAL) aottY �'I4t (Signature of Corporate Secretary) Business address: 1880 N. Birch Avenue Fayetteville, AR 72703 Phone No.: 479-442-5386 City of Fayetteville, AR Bid 12-14, Construction - Barn Repair Page 27 of 32 FAX No.: 479-442-7385 SUBMIT THIS PAGE WITH BID 1880 BIRCH AVE. FAYETTEVILLE, AR 72703 H E C K`9�0 0 R N March 2, 2012 To: The City of Fayetteville 113 West Mountain Street Fayetteville, AR 72702 ➢on L. Heckathorn, as President of Heckathorn Construction, has the authority to sign any and all documents including the enclosed bid form. Janet S. Heckathorn Secretary PHONE (479) 442-5386 FAX (479) 442-7385 City of Fayetteville Bid 12-14, Construction — Barn Repair Vendor References The following information is required from all Bidders so all bids may be reviewed and properly evaluated. COMPANY NAME: Heckathorn Construction Company, Inc. BUSINESS ADDRESS: 1880 N. Birch Avenue Fayetteville, AR 72703 NUMBER OF YEARS IN BUSINESS: 51 HOW LONG IN PRESENT LOCATION: TOTAL NUMBER OF CURRENT EMPLOYEES: 12 FULL TIME 33 Years PART TIME NUMBER OF EMPLOYEES YOU PLAN TO USE TO SERVICE THIS CONTRACT: 3 FULL TIME 0 PART TIME PLEASE LIST FOUR (4) LOCAL COMMERCIAL AND/OR GOVERNMENTAL REFERENCES THAT YOU HAVE PREVIOUSLY PERFORMED SIMILAR CONTRACT SERVICES FOR WITHIN THE PAST FIVE (5) YEARS (All fields must be comafetedl: 1.Ark Highway & Transportation -Resident Eng. 2. U of A -Ft. Smith Ballman Speer Upgrade COMPANY NAME COMPANY NAME 808 Frontier Street 5210 Grand Avenue Barling, AR- 72923 Fort Smith, AR 72904.. CITY, STATE, ZIP CITY, STATE, ZIP John Sharum - Resident Engineer CONTACT PERSON 479-474-9231 TELEPHONE 7-27-2011 DATE COMPLETED John. Sharuin(ArkansasHighways.com E-MAIL ADDRESS S. Elkins Public Library COMPANY NAME Elkins, AR 72727 CITY, STATE, ZIP Susan Unger CONTACT PERSON 479-643-2904 TELEPHONE .. .... 9-08-2010 DATE COMPLETED librarylady@windstream.net E-MAIL ADDRESS City of Fayetteville, AR Bid 12-14, Construction — Barn Repair Page 28 of 32 Michael Johnson ----Architecture Plus CONTACT PERSON 479-783-8395 TELEPHONE 8-12-2011 DATE COMPLETED and sf�archplusinc.net E-MAIL ADDRESS 4,. U of A ADSB Data Center COMPANY NAME 155 S. Razorback Road Fayetteville, AR 72701 CITY, STATE, ZIP Bob Beeler CONTACT PERSON 479-575-6192 TELEPHONE 9-09-2011 DATE COMPLETED bbeeler@uafphpl.uark.edu E-MAIL ADDRESS SUBMIT THIS PAGE WITH BID City of Fayetteville Bid 12-14, Construction — Barn Repair Debarment Certification Form — THIS FORM SHOULD 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: Don L. Heckathorn COMPANY: Beckathorn Construction Company, Inc. PHYSICAL ADDRESS: 1880 N. Birch Avenue Fayetteville, AR 72703 MAILING ADDRESS: PHONE: 479-442-5386 EMAIL: SIGNAL DATE: March 2, 2012 1880 N. Birch Avenue Fayetteville, AR 72703 FAX: 479-442-7385 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,-Iack. of business integrity; (b) violation of the terns -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 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 More 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 SUBMIT THIS PAVE, Bid 12-14, Construction — Barn Repair TT , rTH D Page 29 of 32 City of Fayetteville Bid 12-14, Construction — Barn Repair 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: x 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. Heckath n C nstructioU company, Inc. Pri Nam D President Signature March 2, 2012 Date City of Fayetteville, AR SUBMIT THIS PAGE Bid 12-14, Construction — Barn Repair Page 30 of 32 WITH BID w (05-12 Bond No.: 38RCSGE4027 I1lI110111111111 DIV111111111111 VIII 11111111111111111111 Doc ID: 014545820002 Type: LIE ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND Kind: PERFORMANCE BONDRec Given In compliance with Act 351 of 1953, amended. Fee pAmt: $20.00rded: /Pace 12012 t of 11:35:56 2AM uashlnaton County. AR Bette Stamps Circuit Clerk KNOW ALL BY THESE PRESENTS, That we, Heckathorn Construction Company, Inc. File B031_0000014 3 as Principal, hereinafter called Principal, and Hartford Fire Insurance Company , a Connecticut Corporation, as Surety, hereinafter called Surety, are held and firmly bound unto City of Fayetteville, Arkansas as Obligee, hereinafter called Owner, in the amount of FORTY-TWO THOUSAND FOUR HUNDRED TWENTY-ONE AND NO/100THS Dollars ($42,421.00 ), for the payment whereof Principal and Surety bind themselves, their heirs, personal representatives, successors and assigns, jointly and severally, firmly by these presents. PRINCIPAL HAS, by written agreement dated , 4/3/2012 entered into a contract with Owner for Bid 12-14, Construction - Barn Repair which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. THE CONDITION OF THIS OBLIGATION IS SUCH, That if the Principal shall faithfully perform the Contract on his part and shall fully indemnify and save harmless the Owner from all cost and damage which he may suffer by reason of failure so to do and shall fully reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any such default, and, further, that if the Principal shall pay all persons all indebtedness for labor or materials furnished or performed under said contract failing which such persons shall have a direct right of action against the Principal and Surety jointly and severally under this obligation, subject to the Owner's priority, then this obligation shall be null and void; otherwise it shall remain in full force and effect. NO SUIT, ACTION OR PROCEEDING SHALL BE BROUGHT on this bond outside the State of Arkansas. No suit, action or proceeding shall be brought on this bond except by the Owner after six months from the date final payment is made on the Contract, nor shall any suit, action or proceeding be brought by the Owner after two years from the date on which the final payment under the Contract falls due. ANY ALTERATIONS WHICH MAY BE MADE in the terms of the Contract, or in the work to be done under it, or the giving by the Owner of any extension of time for the performance of the Contract, or any other forbearance on the part of either the Owner or the Principal to the other shall not in any way release the Principal and the Surety or Sureties, or either or any of them, their heirs, personal representatives, successors or assigns from their liability hereunder, notice to the Surety or Sureties of any such alteration, extension or forbearance being hereby waived. IN NO EVENT SHALL the aggregate liability of the Surety exceed the sum set out herein. Executed on this 12th day of April , 2012 Heckath o tructio an nc. Principal Hart or Fire Insurance Com a 4 By Pamela K. Hays rney-in-Fact ' `Uirect Inquiries/Claims to: POWER OF ATTORNEY THE HARTFORD BOND,T� P.O. BOX 2103, 690 ASYLUM AVENUE HARTFORD, CONNECTICUT 06115 call: 888-266-3488 or fax: 860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 38-591481 Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut X[I] Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana 0 Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut 0 Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois 0 Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of unlimited: Benson A. Cashion, Matthew K. Cashion, Jr., Judy Schoggen, William H. Griffin, Cynthia L. Tnckey, Pamela K. Hays, Nick W. Peters of Little Rock, AR their true and lawful Attorneys) -in -Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge. any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on July 21, 2004 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. �•.waa e.r �'r F iL 4 0 T �•� = ���b R �;',X�Ma;^•� ♦avr 1979 ti179 ♦♦ • � � � r�ri':1►�+ • •�°'iu•o�ti'� �•+��•`y� �4 1979 Scott Sadowsky, Assistant Secretary M. Ross Fisher, Assistant Vice President STATE OF CONNECTICUT Hartford COUNTY OF HARTFORD On this 1't day of February, 2004, before me personally came M. Ross Fisher, to me known, to me known, who being by me duly sworn, did depose and say: that she resides in the County of Hartford, State of Connecticut; that she is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. • Scott E. Paseka Notary Public CERTIFICATE My Commission Expires October 31, 2012 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of April 12, 2012. Signed and sealed at the City of Hartford. 0 •. �'s%i4^ MsYM' r}li/Tpwcer1o79S ti 1979 f S Gary W. Stumper, Assistant Vice President '�R ® CERTIFICATE OF LIABILITY INSURANCE 4ii3i2oNY Y` 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 CONTACT Susan Simmons NAME:_ The Cashion Company, Inc. _(AlcNo,ExI):�501) 376-0715 _______Lc,No): (501)376-2118 P 0 Box 550 E -MMES.: susans@cashionco.com PRODUCER 00000714 _ CUSTOMER ID -A`:_._, _ Little Rock AR 72203 INSURER(S)AFFORDINGCOVERAGE NAICI!_ INSURED INSURERA:Amer2SUr'e Ins. Co. 19488 -- INSURER B Amerisure Mutual Insurance 23396 Heckathorn Construction Company, Inc. INSURER C: Travelers Property Casualty 36161 1880 Birch Avenue INSURERD: I INSURERE: :� I Fayetteville AR 72703 INSURERF: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. 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. SINTRR� TYPE OF INSURANCE --�(N DL'ISUBDRI POLICY NUMBER MMIDD(YYYYI)MM DDIYYYY) LIMITS GENERAL LIABILITY EACH OCCURRENCE S 1,000,000 A X _COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR Y Y CPP203580605 3/19/2012 3/19/2013 _J DAMAGE TO RENTED 'PREMISES -(Ea occurrence] I $ 100, 000 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1 , 000, 000 X Blanket Contractual GENERAL AGGREGATE $ 2 , 000, 000 X XCU Coverage Included PRODUCTS - COMPIOP AGO $ 2 , 000, 000 GEN'L AGGREGATE LIMIT APPLIES PER, $ �I POLICY , X I PROf I I LOC A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS y y CA203580705 .3/19/2012 3/19/2013 COMBINED SINGLE LIMIT (Ea accident) $ 1, 000, 000 BODILY INJURY {Per person) $ BODILY INJURY (Per accident) $ SCHEDULED AUTOS X HIRED AUTOS li $ PROPERTY DAMAGE (Per accident) Underinsured motorist BI single X NON -OWNED AUTOS 1 1 I $ I$ r Uninsured motorist property X I UMBRELLA LIAR X I OCCUR EACH OCCURRENCE Is 5 r 000 r 000 EXCESS LIAB CLAIMS -MADE I $ 5 ,000, 000 AGGREGATE B DEDUCTIBLE RETENTION $ OI y ` Y 00203580805 3/19/2012 3/19/2013 $ X $ B WORKERS COMPENSATION AND EMPLOYERSLIABWTY YIN ANY PROPRIETOPJPARTNERfEXECUTIVE OFFICERIMEMBEREXCLUDED? [J (Mandatory In NH) IfD DESCRIPTION OF OPERATIONS below yes, describe under N /A WC203580906 3/19/2012 3/19/2013 I y I I I 5MC STATU- II II OTH- X TORY LIMITS L__LER_ E.L. EACH ACCIDENT $ 500,000 EL DISEASE - EA EMPLOYEE $ 500500, 000 ES .L. DISEASE - POLICY LIMIT I $ 500 000 C Blanket Builders Risk N I N QT660-43435513 3/19/2012 3/19/2013 Arty Ono Job Limit: $5,000,000 Coverage I I I Frame Construction Limit: $1, 000, 000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space Is required) Project: City Bid 12-14, Construction Barn Repair, 16464 Wyman Rd, Fayetteville, AR See Attached Comments/Remarks Section f`CDTICI1 ATF I..tnt nFi7 C.AN(FI I ATIAN 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 113 West Mountain AUTHORIZED REPRESENTATIVE Fayetteville, AR 72701 Benson Cashion/APMOOI ACORD 25 (2009/09) INS025 (200909) V 1!Jad-LUUU At UKU LVKruKA I IUIV. All rlgnI3ea. The ACORD name and logo are registered marks of ACORD COMMENTS/REMARKS HECKATHORN CONSTRUCTION COMPANY, INC. ENDORSED ADDITIONAL INSURED: If required by written contract, certificate holder is included as an additional insured on a primary and noncontributory basis. ENDORSED WAIVER OF SUBROGATION: If required by written contract, waiver of subrogation applies in favor of certificate holder. I OFREMARK COPYRIGHT 2000, AMS SERVICES INC. I r , . (p5_ 12, ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND Given In compliance with Act 351 of 1953, amended. KNOW ALL BY THESE PRESENTS, That we, Heckathorn Construction Company. Inc. mod. Bond No.: 38BCSGE4027 1111111 III ID 1111111111111111110 lUll lll 1011110 Il 11111 11111 III1111 Doc ID: 014545820002 Type: LIE Kind: PERFORMANCE BOND Recorded: 04/17/2012 at 11:35:56 AM Fee Amt: $20.00 Paae 1 of 2 Washington County. AR Bette Stamos Circuit Clerk FileBO31-00000143 as Principal, hereinafter called Principal, and Hartford Fire Insurance Company a Connecticut Corporation, as Surety, hereinafter called Surety, are held and firmly bound unto City of Fayetteville, Arkansas as Obligee, hereinafter called Owner, in the amount of FORTY-TWO THOUSAND FOUR HUNDRED TWENTY-ONE AND NO/100THS Dollars (S42,421.00 for the payment whereof Principal and Surety bind themselves, their heirs, personal representatives, successors and assigns, jointly and severally, firmly by these presents. PRINCIPAL HAS, by written agreement dated 4/3/2012 entered into a contract with Owner for Bid 12-14, Construction - Barn Repair which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. THE CONDITION OF THIS OBLIGATION IS SUCH, That if the Principal shall faithfully perform the Contract on his part and shall fully indemnify and save harmless the Owner from all cost and damage which he may suffer by reason of failure so to do and shall fully reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any such default, and, further, that if the Principal shall pay all persons all indebtedness for labor or materials furnished or performed under said contract failing which such persons shall have a direct right of action against the Principal and Surety jointly and severally under this obligation, subject to the Owner's priority, then this obligation shall be null and void; otherwise it shall remain in full force and effect. NO SUIT, ACTION OR PROCEEDING SHALL BE BROUGHT on this bond outside the State of Arkansas. No suit, action or proceeding shall be brought on this bond except by the Owner after six months from the date final payment is made on the Contract, nor shall any suit, action or proceeding be brought by the Owner after two years from the date on which the final payment under the Contract falls due. ANY ALTERATIONS WHICH MAY BE MADE in the terms of the Contract, or in the work to be done under it, or the giving by the Owner of any extension of time for the performance of the Contract, or any other forbearance on the part of either the Owner or the Principal to the other shall not in any way release the Principal and the Surety or Sureties, or either or any of them, their heirs, personal representatives, successors or assigns from their liability hereunder, notice to the Surety or Sureties of any such alteration, extension or forbearance being hereby waived. IN NO EVENT SHALL the aggregate liability of the Surety exceed the sum set out herein. Executed on this 12th day of April , 2012 Heckath Cons ucti an Principal Ha for Fire Insurance Com a B'1'��Hays rney-in-Fact Direct'lnquiries/Claims to: POWER OF ATTORNEY THE HARTFORD BOND, T-4 P.O. BOX 2103, 690 ASYLUM AVENUE HARTFORD, CONNECTICUT 06115 call: 888-266-5486 or fax: 860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 38-591481 0 Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut 0 Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana 0 Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut 0 Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois 0 Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of unlimited: Benson A. Cashion, Matthew K. Cashion, Jr., Judy Schoggen, William H. Griffin, Cynthia L. Tackey, Pamela K. Hays, Nick W. Peters of Little Rock, AR their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by taw. in Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on July 21, 2004 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. C �CrJrr' �'.�C�•tcb`'� ��.� Scott Sadowsky, Assistant Secretary M. Ross Fisher, Assistant Vice President STATE OF CONNECTICUT Hartford COUNTY OF HARTFORD On this 1`t day of February, 2004, before me personally came M. Ross Fisher, to me known, to me known, who being by me duly sworn, did depose and say: that she resides in the County of Hartford, State of Connecticut; that she is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. . atw , Scott E. Paseka Notary Public CERTIFICATE My Commission Expires October 31, 2012 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of April 12, 2012. Signed and sealed at the City of Hartford. a�t15�t ,�, L eqy _ •pr,� :`�.eanx.r ;rR s00f � s /•� �f 1987 i^ r � .� �" f� ' 4�� • �r era �'�<< • traup1e" •hna�. Gary W. Stumper, Assistant Vice President V ,400° CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDOfYYYYI I �� 4/13/2012 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 CONTACT Susan Simmons The Cashion Company, Inc. -AICNNo, Ext)—(501)376-0716 _____(a No):(501t376-2118 P 0 Box 550 E-MAIL MAIL susans@cashjonco.com A PRODUCER 00000714 CUSTOMER ID 0:-- _ _ _ Little Rock _ AR 72.2.03 INSURER(S) AFFORDING COVERAGE NAIL0 INSURED INSURER A Amerisure Ins. Co. '19488 INSURERS Ainerisure Mutual Insurance 23396 Heckathorn Construction Company, Inc. trlsuRERc:Travelers Property Casualty 36161 1880 Birch Avenue _ INSURERD: Fayetteville AR 72703 INSURERE: _ I I INSURERF: : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. 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. IL7R XCI TYPE OF INSURANCE JADDL'SUBRF IN D II POLICY NUMBER -r- POLICY EFF F POLICY EXP -f MM/DD/YYYY MMIDDIYYYY I LIMITS - GENERAL LIABILITY I I EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY I DAMAGE TO RENTED PREMISES occurrence)LL I $ 100, 000 A r—� CLAIMS -MADE XJ OCCUR Y j Y CPP203580605 -{Ea 3/19/2012 3/19/2013 1 MEP EXP (Any one person) $ 5 , 000 X Blanket Contractual I i I PERSONAL & ADV INJURY $ 1, 000, 000 X XCU Coverage —Included GENERAL AGGREGATE $ 2 , 000 , 0_00 GEN'L AGGREGATE LIMIT APPLIES PER'. I IPRODUCTS - COMPIOP AGG $ — 2 , 000 , 000 POLICY I X . JECT_IIPRO LDC $ AUTOMOBILE LIABIUTY I I COMBINED SINGLE LIMIT $ 1,000,000 X ANY AUTO (E accident) I A ALL OWNED AUTOS I y y CA203580705 �— I BODILY INJURY (Per person) $ :3/19/2012 3/19/2013 1 I BODILY INJURY (Per accident) $ SCHEDULED AUTOS ' , 1 1 PROPERTY DAMAGE � X HIRED AUTOS 1 X 1 NON�OWNED AUTOS - (Per accidentl Underinsured motorist Mangle $ Uninsured motorist property $ X UMBRELLA LIAR Y X OCCUR F EACH OCCURRENCE $ 5,000,000 EXCESS LIABCLAIMS-MADE I AGGREGATE --_ $ DEDUCTIBLE I I $ X Y Y CU203580805 B RETENTION $ 0 1 3/19/2012 3/19/2013 1 I 1$ WORKERS COMPENSATION 1 I X WC STATU- „ OTH- i ER I__ I AND EMPLOYERS' LIABILITY Y r NANY t—TORY.LtMITS.L OFFICER/MEMBER EXCLUDED? ECUTIVE i N I A E ! _EE L. EACH ACCIDENT $ __ 500,000 (Mandatoryin NH) WC203580906 3/19/2012 32013 /19/ I E L. DISEASE - EA EMPLOYEE $ 500,000 I£yes. tlesuibeuntler Y DESCRIPTION OF OPERATIONS below I I L, DISEASE - POLICY LIMIT , $ 5500 000 C Blanket Builders Risk N N QT660-43435513 3/19/2012 3/19/2013 ' AnyOneJoblimo: $5,000,000 Coverage i Frame Construction Limit: $1, 000, 000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space Is required) Project: City Bid 12-14, Construction Barn Repair, 16464 Wyman Rd, Fayetteville, AR See Attached Comments/Remarks Section CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Fayetteville ACCORDANCE WITH THE POLICY PROVISIONS. 113 West Mountain AUTHORIZED REPRESENTATIVE Fayetteville, AR 72701 Benson Cashion/APM001 ACORD 25 (2009/09) INS025 (2009091 © 1988-2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD COMMENTS/REMARKS HECKATHORN CONSTRUCTION COMPANY, INC. ENDORSED ADDITIONAL INSURED: If required by written contract, certificate holder is included as an additional insured on a primary and noncontributory basis. ENDORSED WAIVER OF SUBROGATION: If required by written contract, waiver of subrogation applies in favor of certificate holder. I OFREMARK COPYRIGHT 2000, AMS SERVICES INC. I