Loading...
HomeMy WebLinkAbout129-13 RESOLUTIONRESOLUTION NO. 129-13 A RESOLUTION AWARDING BID #13-30 AND AUTHORIZING A CONTRACT WITH LJB CONSTRUCTION, INC. IN THE AMOUNT OF $54,473.00 FOR THE CONSTRUCTION OF A REPLACEMENT CONCRETE FLOOR FOR THE SOLID WASTE TRANSFER STATION ON HAPPY HOLLOW ROAD, AND APPROVING A PROJECT CONTINGENCY OF $5,447.00 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #13-30 and authorizes a contract with LJB Construction, Inc. in the amount of $54,473.00 for the construction of a replacement concrete floor for the solid waste transfer station on Happy Hollow Road, and further approves a project contingency in the amount of $5,447.00. PASSED and APPROVED this 4 h day of June, 2013 APPROVED: ATTEST: By: 4&" SONDRA E. SMITH, City Clerk/Treasurer 011111 GAS Y p� .sG�.. fc-; FAYETTEVILLE; City of Fayetteville Staff Review Form J"Jj 0.� 4,L V"C . Brian Pugh Submitted By City Council Agenda Items and Contracts, Leases or Agreements June 4th, 2013 City Council Meeting Date Agenda Items Only Solid Waste and Recycling Division ACtlon 3 y� Transportation Services Department Resolution to award bid 13-30 in the amount of $tea 807ah2tk-6eta i and approve a project contingency in the amount oEkzamo. Cost of this request 5500.5080.5816.00 Account Number 07012 / 1 Project Number Budgeted Item Director $ 198,898.00 Materials Facility Recovery Improvements Category / Project Budget Funds Used to Date $ 198,898.00 Remaining Balance Budget Adjustment Attached s X /3 Date IT- 17-�A Date _k, cta b. 5_ Finance and Internal Services Director Date Da e Program Category / Project Name Solid Waste Improvements Program / Project Category Name Solid Waste Fund Name Previous Ordinance or Resolution # Original Contract Date: Original Contract Number: Received in City , Clerk's Office Received in Mayor's Office Revised January 15, 2009 CL,+ Cel4 113 • e eVl ARKANSAS • . To: Mayor and City Council Thru: Don Marr, Chief of Staff From: Chris Brown, City Engineer Date: June 3, 2013 Subject: Solid Waste Transfer Station Tipping Floor Replacement UPDATED RECOMMENDATION PROPOSAL: THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENT CORRESPONDENCE Council Meeting of June 4, 2013 Bids were received on May 28, 2013 for the replacement of the concrete floor at the Solid Waste Transfer Station on Happy Hollow Road. 4 bids were received, ranging from a high of $71,176.29 to a low of $27,900. The low bid was submitted by Benchmark Construction of NWA, Inc. However, on May 31 ", Benchmark construction withdrew their bid due to an error that would have created a financial hardship. Due to the time sensitive nature of this project, and the need to get the work done in the summertime, staff contacted LJB Construction, the second bidder at $54,473.00 and informed them that we would be recommending that they be awarded the bid. LJB has submitted a signed contract that is included with this memo. RECOMMENDATION: Staff recommends approval of the bid from LJB Construction in the amount of $54,473.00 and approval of a contingency in the amount of $5,447, representing 10% of the construction bid. BUDGET IMPACT: This project will be funded from the Materials Facility Recovery Improvements Project in the Solid Waste Fund. Andrea Foren - Solid Waste Concrete Pad Replacement From: Steve or Roger <benchmarkconst@att.net> To: Andrea Foren <aforen@ci.fayetteville.ar.us> Date: 5/31/2013 8:57 AM Subject: Solid Waste Concrete Pad Replacement Hello Andrea, Yesterday evening, I printed the Solid Waste concrete takeoff from my computer to review it with Roger and discovered an error that I did not see on the computer screen. The scribner error that occurred left out all of the concrete material that totals $15,983.00. The error will result in a financial burden should we take on the project. I regret to inform you that in the interest of Benchmark and the City, we will need to withdraw our bid. If you need to visit with me, please don't hesitate to call. This is an embarrasing situation and is below Benchmark's standards. We apologize for any inconvenience. Sincerely, Steve Smith BENCHMARK CONSTRUCTION OF NWA, INC. 333 W Poplar, Suite A Fayetteville, AR 72703 Office: 479-251-1316 Fax: 479-251-1319 Roger Ross cell: 479-871-2085 Steve Smith cell: 479-871-2082 Email: benchmarkconst@att.net RESOLUTION NO. A RESOLUTION AWARDING BID #13-30 AND AUTHORIZING A CONTRACT WITH LJB CONSTRUCTION, INC. IN THE AMOUNT OF $54,473.00 FOR THE CONSTRUCTION OF A REPLACEMENT CONCRETE FLOOR FOR THE SOLID WASTE TRANSFER STATION ON HAPPY HOLLOW ROAD, AND APPROVING A PROJECT CONTINGENCY OF $5,447.00 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #13-30 and authorizes a contract with LJB Construction, Inc. in the amount of $54,473.00 for the construction of a replacement concrete floor for the solid waste transfer station on Happy Hollow Road, and further approves a project contingency in the amount of $5,447.00. PASSED and APPROVED this 4t" day of June, 2013. APPROVED: LIONELD JORDAN, Mayor ATTEST: By: SONDRA E. SMITH, City Clerk/Treasurer BID: 13-30 DATE: 05/28/13 T e e;i le TIME: 10:00 AM ARtVKA{; 115 CITY OF FAYETTEVILLE Bid 13-30, Construction - Solid Waste Concrete Floor Replacement BIDDER TOTAL BASE BID 1 Backus Concrete $ 64,500.00 2 Benchmark Construction of NWA, Inc. $ 27,900.00 3 GRR Land Co., LLC / Rip Gresham Construction $ 71,176.29 4 LJB Construction, Inc. $ 54,473.00 'NOTICE: Bid award is contingent upon vendor meeting minimum specifications and formal authorization by City officials. CERTIFIED: X�JA� n--... FOREN, CH AGENT ITNESS DATE 1 THE CITY OF FAY 1 'MILE, ARK SAS CONTRACT Reference Bid: 13-30, Construction — Solid Waste Concrete Floor Replacement Contractor: LJB Construction, Inc. Term: Single Project This contract executed this 'S1 st day of VA p , 2013, between the City of Fayetteville, Arkansas, and LJB Construction, Inc. In consideration of the mutual covenants contained herein, the parties agree as follows: 1. LJB Construction. 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 13-30 as stated in LJB Construction. Inc. bid proposal, and in accordance with specifications attached hereto and made a part hereof under Bid 13- 30, all included herein as if spelled out word for word. 2. The City of Fayetteville shall pay LJB Construction, Inc. based on their bid proposal in an amount not to exceed $54,473.00. 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 LJB Construction. Inc. consist of this Contract and the following documents attached hereto, and made a part hereof: A. Bid form identified as Invitation to Bid 13-30 with the specifications and conditions typed thereon. B. LJB Construction. 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 LJB Construction. Inc. and may be modified only by a duly executed written instrument signed by the City of Fayetteville and LJB Construction, Inc. 5. LJB Construction, Inc. shall not assign its duties under the terms of this agreement 6. LJB Construction. 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 LJB Construction, 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. LJB Construction, 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, LJB Construction, 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 Bid 13-30, Construction — Solid Waste Concrete Floor Replacement 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 LJB Construction, Inc. 8. LJB Construction. 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 LJB Construction. Inc. with 30 days written notice. 10. This project shall be completed within seven (7) business days, Saturday counting as a business day, from issue date of Notice to Proceed. 11. Liquidated Damages: Liquidated damages in the amount $6,350 shall apply per calendar day past the allowable project completion time of seven (7) business days, with Saturday counting as a business day. In the event liquidated damages apply, the City will deduct the liquidated damage amount from the amount of funds due to the contractor. 12. Freedom of Information Act: City of Fayetteville contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. 25-19-101 et. Seq.). Only legally authorized photo coping costs pursuant to the FOIA may be assessed for this compliance. 13. Changes in Scope or Price: Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. WITNESS OUR HANDS THIS '30f DAY OF Q , 2013. LJB CON UCTION, INC. By: ' nature 4197� �. Srll�,h% Printed Contractor Name & Title ATTEST (Signature) Company Secretary (Printed Name) Business Address L-?Ol E/Zs A0. I Z 7 6;& City, State & Zip Code Date Signed: Bid 13-30, Construction — Solid Waste Concrete Floor Replacement Page 2 of 2 CITY O _FAYET ILLE, ARKANSAS B LI D JORD ayor F ATTEST: (Signature) Sondra Smith, City Clerk :��\;•�Gy o •F9�''%oi FAYETTEVILLE:x= �. -'S�•�gNSP. • Date Signed: '9 r ' V� City of Fayetteville Bid 13-30, Construction — Solid Waste Concrete Floor Replacement Bid Form Contract Name: Bid 13-30, Construction — Solid Waste Concrete Floor Replacement Bid Number 13-30 BID TO: Owner: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 BID FROM: I Bidder: LA Cools ZUC1— �occ Section 1 — Intent: 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement with the City of Fayetteville 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: 2. 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 City'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: Number I Date 2 3-W - 26 3 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. City of Fayetteville, AR Bid 13-30, Construction — Solid Waste Concrete Floor Replacement Page 23 of 29 ARKANSAS Project Check List 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. 59/- 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 from a bank located in the State of Arkansas 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). 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. II pages. provided with signature lines shall be appropriately signed, dated accordingly, and included with submitted bid documents fIbid documents shall be delivered in a sealed envelope to the address listed below before the stated dline 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 Contractor's License Number. City of Fayetteville, AR Purchasing Division — Suite 306 113 W. Mountain Fayetteville, AR 72702 CONTRACTOR NAME: L-y (3 a0rSTi2V CTl04 (or.. ARKANSAS CONTRACTORS LICENSE NUMBER: O j i I uoo 3 1 4 '061.D oo Awe JNISt Hound City of Fayetteville, AR ®3A I303H Bid 13-30, Construction — Solid Waste Concrete Floor Replacement 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 City 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 City 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 Bid is genuine and not made 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 City. 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. City of Fayetteville, AR Bid 13-30, Construction — Solid Waste Concrete Floor Replacement Page 24 of 29 Section 4 — Base Bid Price: Bid Amount (in US Dollars) Refer to "Terms and Conditions" for descriDtioi A.) Total Turn -Key Bid Amount: *Total amount to complete project based on bidding doc bments provided, including plans (including contractor all materials, labor, bonds, insurance, taxes, etc). B.) BIDDER CONFIRMS AND AGREES TO PROJEgX4WPLETION TIME OF 7 BUSINESS DAYS, COUNTING SATURDAY AS A BUSINESS DAY: YES NO (CIRCLE ONE) Section 5 — Listing of Subcontractors: I, the signed General Contractor, certify that proposals from the following subcontractors were used in the preparation of my proposal. I agree that if I am the successful bidder, and if the following subcontractors are approved by the City, I will not enter into contracts with others for these divisions of the Work without written approval from the City. NA Section 6 — 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 7 — Communications: A.) Communications concerning this Bid shall be addressed to the Bidder as follows: J( Cu Zj c oL, i We-, 26� `IO S Phone No. 1�Q FAX No. T I { Act ql" G I+ I Section 8 — SIGNATURE: A.) This bid is being submitted in good faith, according to the entire bid package presented: SUBMITTED on this ZB4h Date of t V `�� 20_3 Arkansas State Contractor License No. 0 t qI 3 W 314 If Bidder is: City of Fayetteville, AR Bid f 3-30, Construction — Solid Waste Concrete Floor Replacement Page 25 of 29 OPTION 1: An Individual Name (type or printed): By: (SEAL) (individual's Signature) Doing business as: Business address: Phone No.: OPTION 2: A Partnership FAX No.: 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 LJ� CoNs79-ucZtoN k'tG Corporation Name: (SEAL) Date of Incorporation: 1"'U 6t0$7 2-W Type eneral Business, Professional, Service, Limited Liability): kpz Q q (Z A:t- �h�"tZAG'TOtZ By: &A, (Signature - attach evidence of authority to sign) Name (type or printed): LA,-;?4zy B5,-z Title t (CORPORATE SEAL) Business address: Z Z)00 N • �T� ��1� . �2 Phone No.: ycr "t'b FAX No.: 49,T ' Scri G141 City of Fayetteville, AR Bid 13-30, Construction - Solid Waste Concrete Floor Replacement Page 26 of 29 City of Fayetteville Bid 13-30, Construction — Solid Waste Concrete Floor Replacement Vendor References The following information is required from all Bidders so all bids may be reviewed and properly evaluated. COMPANY NAME: �t✓ 4S>IV- ho�1 10� BUSINESS ADDRESS: O tv • gnd NUMBER OF YEARS IN BUSINESS: [23. (lo49e2S, I . Z `7215 b HOW LONG IN PRESENT LOCATION: TOTAL NUMBER OF CURRENT EMPLOYEES: I t FULL TIME 1 (0 PART TIME NUMBER OF EMPLOYEES YOU PLAN TO USE TO SERVICE THIS CONTRACT: 9 FULL TIME 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 completed). Contractors shall have vP&1lid experience. Q<_', �,.M Qt tweea:S y r � COMPANY NAME _Vp eZ.s 4Q q CITY, STATE, ZIP � ML CONTACT PERSON ��0'121 d TELEPHON`' E� 0 0 1 ZI N Alyga2 C6 NTebC -r DATE .//CAOMPLLEE�TE 1D���(�/yy�y�ryk� �%� (w fP { � � 4. 1I [mil l Vi.C� �� W •D�{�\� f�lL E-MAIL ADDRESS 3 T f od-K COMPANY NAME :Far <'vrv. 4-1z CITY, STATE, ZIP &540K ike� CONTACT PERSON .4r1 f rO1Oo TELEPHONE bW (4610(1 64— yE11t2 S DATE COMPLETED �/� S�Dg . 9?dsl'EL. �p 1�(�D E-MAIL ADDRESS City of Fayetteville, AR Bid 13-30, Construction — Solid Waste Concrete Floor Replacement Page 27 of 29 2.'e%4 COMPANY NAME JQJ E--rg.�, LLC , I(z 9 -1-r)o CITY, STATE, ZIP K\pT M 196 L ZJ(C- 4 , Pt,A-- CONNTAnCTT+PERSON s� TELEPHONE _.)t)u- 2of2 DATE COMPLETED �Ieoeq& VAIW% I1 AL4y ic(4 Cc, ,t E-MAIL ADDRESS 4. _Fj049m'V I U.'e'. FOS COMPANY NAME CITY, S ATE, ZIP �q C"61'1 3u M;2 CONTACT PERSON ,4gQ:]�AA r yo TELEPHONE 4�tt_ 2-0(3 DATE COMPLETED E-MAL ADDRESS THE AMERICAN INSTITUTE OF ARCHITECTS 9 AIA Document A310 • • • KNOW ALL MEN BY THESE PRESENTS, that we LJB Construction, Inc. 2800 North 2nd Street, Suite 123, Rogers, AR 72756 as Principal, hereinafter called the Principal, and (Here insert full name and address or legal title of Surety) U.S. Specialty Insurance Company 16415 Addison Rd., Suite 200, Addison, Texas, 75001 a corporation duly organized under the laws of the State of Texas as Surety, hereinafter called the Surety, are held and firmly bound unto City of Fayetteville 113 W. Mountain Street, Fayetteville, AR 72701 (Here insert full name and address or legal title of Owner) as Obligee, hereinafter called the Obligee, in the sum of Five Percent of the Greatest Amount Bid--------------------------------- Dollars( 5%GAB 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 (Here insert full name, address and description of project) Bid 13-30 Solid Waste Concrete Floor Replacement, Fayetteville, AR NOW, THEREFORE, if the Obligee, shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee, in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee, the difference not to exceed the penalty hereof between the amount specified in said bid and such 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 28th day of May, 2013 ELL - . (Witness) (Witness) AIA DOCUMENT A310 - BID BOND - AIA ®- FEBRUARY 1970 ED -THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D. C. 20006 Printed on Recycled Paper 9/93 POWER OF ATTORNEY AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY ICNCQW ALL MEN BY THESE�RESENTS what American Contractors Indemnity Company, a California co>poation, Texas Bonding Company, an assumed ate o Americataxtractors Indemnity Company, United States Surety Companys a7_aryland corporation and U.S. Specialty Insurance C_ ompany a Texas corporation (collectively, the "Companies"), do by h e presents -maw, constitute and appoint: Sammy J. Mullis, John Newby, Michael L. Tullis, Mary Jo Zakrzewski or Cheri Irby of Little Rock, Arkansas awer and authori its. true= and_ lawful Attorneys) -in -fact, each in their separate capacity if more=tom one is �arne� �Ka:above, with full p__ _ ry _ hereby corr%rred in its name, place and stead, to execute,aclrnowledge and delter�nci all�nds, recogmzances, undertalungs o=other instruments or contracts of suretyship to include riders, amendments, arrd' consents of surety, pro�din_g the -bond penalty does not exceed ******Ten Million****** Dollars ($ ** I ,000,000.00** ). This Power of Attorney shall expire without further action on December 08, 2016. This Power of Attorney is graned under and by authority of the following resolutions adopted by the Boards of Directors of the Companies: Be it Reso-Ived that -the President, any Vice -President any ASSist3n ice -President, any Secretary or any. Assistant Secretary shall be and is_hereby vested rth farm dower and authonty to appoint any one or more surtabf�peisonS as �rney(s)-in-Fact to represent and act for and on behalf of the Compat�blecCto f foElavtng _ - proyisions — — _- Attorney-tn-Fact may be given full poweFAu _authority toi andm the name of and on behalfof.ihe Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attomey-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. e it ResT�d that="the signature of any authorizediofficer and seal of.the Company heretafoie orjereafter affixedxo ny power of attomey-o_rany certificate telattng there by facsitttt1� and any power of attorney or ce�f ficate beanng facsimile signature oLf�csimtIe sea talF�ie vah nd binding upon the_Company_wit respect to — -_ any; bond or drideng to which it is attached. _ IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this loth day of December, 2012. AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY Corporate Seals UNITED STATES SURBTYAOMPANY U.S. SPECIALTY INSURANCE COMPANY _ - nvgr ow ;`�,gpGTogy:4rr `.,DES Slt�, .. 0 �O �oY........aa�a., - 11 P d t S ';= Daniel P. Agu' ar, Vice resi en %o�'••_.....:` F�` Po-• ..• 'CE is o OF wonnn"`��``�� 4Lff..... riumuuaoo`" n nmPa Slate o£-Caltfarnta VW oCS:ou On 10ti day of December, 2012, before me, Vanessa Wright, a notary puexson�lyppearedDaniel P. Aguitar,Vtce President of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person(s), or the_entity upon behalf of wh>ch the,pers fro acted, executed the instrument. — I certify under PENALTY OF PERRMY,dr e�he laws .of the State of California that the foregoing paragrag true :and co ed. - — WITNESS my hand and official s . d wN R1 MMms r f . _ ct dwy vaticn - camor a Signature _y (Seal) Laa An0ai66 coamy Comm: Ex tta t'ke 8.20t6+ I Jeanine _Lee, assistant Secretary of American Contractors Indemnit}�ompany, eras Bon�lc ing Company,.-.., States Surety = Company and U Specialty Insurance Company, do hereby certify thaMeSozce angouig s a true and correct copy of a Power -_ -- of Attorney, executed by said Companies, which is still in full force and effect furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. y Angeles, California this b dam= mpanies at Los In Wi s reof, I have he u to set m hand and affixed the seals of said o — Corporate Seals oatgP,CTORyiy„''' aES SURFrt-: `,"pNDIN(q co 40ty tnsu...% 0 V IkMRP04AlE0 W 3 � �; __ N Y a s Jeannie Lee, sistant Secretary Bond No Yb .., yo •. t� ' s:''. P� Agency No _ A7038 4�ffOeMp trii n n:n: �i u�F TO� Z• ayll PV eVARKANSAS To: Mayor and City Col Thru: Don Marr, Chief of From: Chris Brown, City Engi Date: May 28, 2013 Subject: Solid Waste Transfer Station Tippixrg Floor PROPOSAL: Bids were received on May 28, 2013 for the rf Station on Happy Hollow Road. 4 bids were $27,900. The low bid was submitted by Bencl has provided this type of work for the City iry(I at the solid waste facility's compost site. / RECOMMENDATION: Staff recommends approval of contingency in the amount of $5, BUDGET IMPACT: THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENT CORRESPONDENCE Council Meeting of June 4, 2013 lacement Vf the concrete floor at the Solid Waste Transfer eceived, rahong from a high of $71,176.29 to a low of lark Construc° on of NWA, Inc. Benchmark Construction past, and has recently constructed an outdoor concrete slab bid from Benchmark Construction\�of NWA, Inc, and approval of a representing 20% of the construction 1514. This project will be funded from the Materials Facility Recovery Improvements Project in the Solid Waste Fund RESOLUTION NO. T A RESOLUTION AWARDING BID #13-30 AND AUTHORIZING A CONTRACT WITH BENCHMARK CONSTRUCTION OF NWA, INC. IN THE AMOUNT OF $27,900.00 FOR THE CONSTRUCTION OF A REPLACEMENT CONCRETE FLOOR FOR THE SOLID WASTE TRANSFER STATION ON HAPPY HOLLOW ROAD, AND APPROVING A PROJECT CONTINGENCY OF $5,580.00 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #13-30 and authorizes a contract with Benchmark Construction of NWA, Inc. in the amount of $27,900.00 for the construction of a replacement concrete floor for the solid waste transfer station on Happy Hollow Road, and further approves a project contingency in the amount of $5,580.00. PASSED and APPROVED this 4th day of June, 2013. ' , Z0V"11 ATTEST: M. LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer BID: 13-30 DATE: 05/28/13 Tayve ����TIME: 10:00 AM CITY OF FAYETTEVILLE ARKANSAS Bid 13-30, Construction - Solid Waste Concrete Floor Replacement �Y'Al�: a1ga 'r�'`�'�" x L C¢`i"� : .L g xga $ � � M .F�r zMINE 1 Backus Concrete $ 64,500.00 2 Benchmark Construction of NWA, Inc. $ 27,900.00 3 GRR Land Co., LLC / Rip Gresham Construction $ 71,176.29 4 LJB Construction, Inc. $ 64,473.00 *NOTICE: Bid award is contingent upon vendor meeting minimum specifications and formal authorization by City officials. CERTIFIED: l,toi (17)Watll- FOREN, PVJ-RCH AGENT DATE City of Fayetteville Bid 13-30, Construction — Solid Waste Concrete Floor Replacement Bid Form Contract Name: Bid 13-30, Construction — Solid Waste Concrete Floor Replacement Bid Number 13-30 BID TO: Owner: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 BID FROM: Bidder: Cz>AC 1 F",A,,e-n6m z-Le A,- "a`7a 3 Section 1 — Intent: 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement with the City of Fayetteville 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: 2. 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 City'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: Number Date 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. City of Fayetteville, AR Bid 13-30, Construction — Solid Waste Concrete Floor Replacement Page 23 of 29 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 forrd 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 from a bank located in the State of Arkansas 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 VIL_�_' 11 ctual addendums or marking acknowledgement on other bid pages). Ali line items shall be appropriately filled out and extended to reveal the line item price as well as the tptal bid price. Total base bid should be calculated in the provided space. jr' e' All pages provided with signature lines shall be appropriately signed, dated accordingly, and included wjth 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 Contractor's License Number. City of Fayetteville, AR Purchasing Division — Suite 306 113 W. Mountain Fayetteville, AR 72702 CONTRACTOR NAME: 1cYF—AV,-Hi1AAAK azNS- ARKANSAS CONTRACTORS LICENSE NUMBER: S DD: City of Fayetteville, AR Bid 13-30, Construction — Solid Waste Concrete Floor Replacement Page 3 of 29 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 City 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 City 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 Bid is genuine and not made 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 City. 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. City of Fayetteville, AR Bid 13-30, Construction — Solid Waste Concrete Floor Replacement Page 24 of 29 Section 4 — Base Bid Price: Bid Amount (in US Dollars). Refer to "Terms and Conditions" for descriptions. d- A.) Total Turn -Key Bid Amount: 'Total amount to complete project based on bidding documentf provided, including plans (including contractor all materials, labor, bonds, insurance, taxes, etc). B.) BIDDER CONFIRMS AND AGREES TO PROJECTROInLETION TIME OF 7 BUSINESS DAYS, COUNTING SATURDAY AS A BUSINESS DAY: E NO (CIRCLE ONE) Section 5 — Listing of Subcontractors: I, the signed General Contractor, certify that proposals from the following subcontractors were used in the preparation of my proposal. I agree that if I am the successful bidder, and if the following subcontractors are approved by the City, I will not enter into contracts with others for these divisions of the Work without written approval from the City. N/A Section 6 — 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 7 — Communications: A.) Communications concerning this Bid shall be addressed to the Bidder as follows: eto <M /Trig Phone No. �09 zv5'/- FAX No. Section 8 — SIGNATURE: A.) This bid is being submitted in good faith, according to the entire bid package presented: SUBMITTED on this r�� Date ofy 4 K , 20. Arkansas State Contractor License No. 02 33-5UDgd If Bidder is: City of Fayetteville, AR Bid 13-30, Construction — Solid Waste Concrete Floor Replacement Page 25 of 29 OPTION 1: An Individual Name (type or printed): By: (I idual's Signature) Doing business as: Business addre�, Phone No.: OPTION 2: A Partnership Partnership Name: By: (Signature of ge I partner — attach evidence of authority to sign) Name (type or prin d): Business addres Phone No.: FAX No.: OPTION 3: A Corporation Corporatio ame: (SEAL) Date of Incorporation: By: ff-Iffi7ffew , Service, Limited Liability): (Signature — attach evidence of authority to sign) Name (type or printed):J��-% A3 (SEAL) Title: C149L7 % (CORPORATE SEAL) 33 Business address: U I 4N ? .'-Z Phone No.: q -21 13/tn FAX No.: �?5 — t -Y cl City of Fayetteville, AR Bid 13-30, Construction — Solid Waste Concrete Floor Replacement Page 26 of 29 City of Fayetteville Bid 13-30, Construction - Solid Waste Concrete Floor Replacement Vendor References The following information is required from all Bidders so all bids may be reviewed and properly evaluated. COMPANY NAME: JdCAZ, -lDj.4�je �N�-1° �.p- "&W f � BUSINESS ADDRESS: 333 W. iq gz-AZ S' a` S--rE NUMBER OF YEARS IN BUSINESS: HOW LONG IN PRESENT LOCATION: TOTAL NUMBER OF CURRENT EMPLOYEES: 142 FULL TIME PART TIME NUMBER OF EMPLOYEES YOU PLAN TO USE TO SERVICE THIS CONTRACT: _,S' FULL TIME 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 completed). Contractors shall have valid experience. i. G rTV ia-F - COMPANY ME / 13 W. t/mz) 0-APT4 f r r CITY, STATE, ZIP CONTACT PERSON 2. 091 U 9 f IQgk COMPANY NAME �l�vp 4A CITY, STATE, ZIP 6 6 6CCC-45TR CONTACT PERSON ' 7! -'? r-7�'- ja62> TELEPHONE TELEPHONE DATE COMPLETED DATE COMPLETED �t?dQ Al- Pr— ( & UA19 i< e EA*T E-MAIL ADDRESS E-MAIL ADDRESS 3. 6 (1)� 6 F COMPANY NAME CITY, STATE, ZIP 10, WYOVI,FIAI` M-- a-'l,A A] CONTACT PERSON :256-7/ref TELEPHONE 6� b a DATES ETED E-MAIL ADDRESS G C) tA, City of Fayetteville, AR Bid 13-30, Construction — Solid Waste Concrete Floor Replacement Page 27 of 29 4. H. 16441A/45 Qr f' (-6 6y 2(>M COMPANY NAME CITY, STATE, ZIP CONTACT PERSON TELEPHONE 6-zf63 DATE COMPLETED fZ-944>4105ag, E-MAIL ADDRESS BeHoC Broum . Hiller • Clark d-Associates 550.0 Euper Lane PO Box 3529 Ft. Smith, AR 72913 (479) 452-4000 www.bhca.com :. car :.; 11 KNOW ALI., MEN BY ` HFSE PRFSFNTS, that we (Here insert full name &id address or legal title of Contracrar) Benchmark Construction of NWA, Inc. 333 West Poplar, Ste A Fayetteville, AR 72703 as Principal, hereinafter called the Principnl, and i'E'eYP in.Cwrt fYdl nnmP oral ndllmxx nr legal r7tlP of S1JrPty) Westfield Insurance Company P. O. Box 5001 Westfield Center, OH 44251-5001 a corporation duly organized under the laws of the State of Ohio as Surety, hereinafter called the Surety, arc held and firmly bound unto ,(Rare insert full. name and address or lagal title of Owner) City of Fayetteville 113 W. Mountain Street Fayetteville, AR 72701 as Obligee, hereinafter called the Obligee, in the sum of FIVE PERCENT OF THE TOTAL AMOUNT BID Dollars ('S 5% ), fur the payruent of which sum well and truly to be made, the said Principal and the said Surety, bind oursolves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHERJEAS, the Principal has submitted a bid for City of Fayetteville- Solid Waste Concrete Floor (Here insert full name, address and description of project) Replacement NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract wirh the Obligee in occ:nrdance with the terrns 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. -Lich Contract and for the prompt payment of labor and. material furnished in the prosecution thereof; or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between rile 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 28th I (Wiutess) Li day of May 2013 Benchmark Construction of (Pr .� ipall) __. (Seal) r Westfield Insurance Company (St t — tti+.�j (Snnl) Elizabet A. Solomon, Attorney -in -Fact AIA Document A310T9 -1970. Copytight @ 1.9M and i970 by The American Institute of Architecis. THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME POWER # AND ISSUED PRIOR TO 07123112, FOR ANY PERSON OR PERSONS NAMED BELOW. POWER NO. 0320052 04 General Power of Attorney CERTIFIED COPY Westfield Insurance Co. Westfield National Insurance Co. Ohio Farmers Insurance Co. Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a 'Company' and collectively as 'Companies,- duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint SAM B. HILLER, LARRY R. CLARK, JANICE A. BUTLER, SCOTT R. CLARK, MARTY C. CLARK, VICCI L. HILLER, SHANNON C. SCHMIDLY, ELIZABETH A. SOLOMON, JOINTLY OR SEVERALLY of FORT SMITH and State of AR Its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship- - - - - - ---- - -- --- - ------ ------- ----- ----- - - - - - - - - - - - - - - - - - -- - - LIMITATION; THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARA TEE, OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY; 'Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney -in -Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary. - 'Be it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached' (Each adopted at a meeting held on February 8, 2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate seals to be hereto affixed this 23rd day of JULY A.D., 2012 . WUHNJ7 � N,Iusli, Corporate "WESTFIELD INSURANCE COMPANY seals Jd4•, �:`a?.�nN��nSG;^ WESTFIELD NATIONAL INSURANCE COMPANY Affixed v. .ma. :'O: .� e" OHIO FARMERS INSURANCE COMPANY r•� SEAL M ,�c113�RTE3 y=. 'M ; 1848 B. ••• ""`•• yDennis P. Baus, National Surety Leader and State of Ohio Y County of Medina ss.: Senior Executive On this 23rd day of JULY A.D., 2012 , before me personally came Dennis P. Baus to me known, who, being by me duly sworn, did depose and say, that he resides in Wooster, Ohio; that he is National Surety Leader and Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument; that he knows the seals of said Companies; that the seals affixed to said instrument are such corporate seals; that they were so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order. Notarial Seal 1 A L Affixed �Q•�;`�I��`�ON'%� l William J. Kahelin, A rney at Law, Notary Public State of Ohio _U> o My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) County of Medina ss.: q pEOF0 °. I, (Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full Force and effect. Witness Whereof, ffixed the seals of said Companies at Westfield Center, Ohio, this 2 8 ty�ay of May A.D. 101� . ONA • Ats ve NOW i •� t� -�� _ N SEAL .2 % � �• R: = , BPOAC2 (combined) (06-02) Frank A. Carrino, Secretary City of Fayetteville Staff Review Form City Council Agenda Items and li" ✓�''�`' ""' 7 / 11 (t Contracts, Leases or Agreements 7 �61 June 4th, 2013 City Council Meeting Date Agenda Items Only Brian Pugh Solid Waste and Recycling Submitted By Division Action Required: / Resolution to award bid 13-30 in the a ount of $27,900 to Benchmark C,6nstruc contingency in the amount of $5,580.00. / $ 27,900.00 $ 198,898.00 Cost of this request Catego / roject Budget 5500.5080.5816.00 $ Account Number 07012 / 1 Project Number Budgeted Item Director 1-�C"A U /44'1, Finance and Internal Sevices Director 1 S. Comments: Transportation Services Department and approve a project Materials Facility Recovery Improvements Program Category / Project Name Solid Waste Improvements unds Used %ate, Program / Project Category Name $ 898.00 Solid Waste Remaining Balance et Adjustment Attached Previous Or ance or Resolution # Da Original Contra\ate:Original / Contra Date Date Received in City Clerk's Office Date QJ Received in _ Da e Mayor's Office Fund Name n Revised January 15, 2009 1Zq-l; LJb Performance Bond (Conforms with The American Institute of Architects A.I.A. Document No. A-311 - February 1970 Edition) Bond No: 1000908975 KNOW ALL MEN BY THESE PRESENTS: Doc ID: 015224320005 Type: LIE Kind: PERFORMANCE BOND Recorded: 06/07/2013 at 03:14:50 PM Fee Amt: $35.00 Page 1 of 5 Washington County, AR Kyle Sylvester Circuit Clerk( FileB031�-00000925 that LJB Construction, Inc., 2800 North 2nd Street, Suite 123, Rogers, Arkansas, 72756, as Principal, hereinafter called Contractor, and, U.S. Specialty Insurance Company, 16415 Addison Rd., Suite 200, Addison, TX 75001 as Surety, hereinafter called Surety, are held and firmly bound unto City of Fayetteville, 113 W. Mountain Street, Fayetteville, Arkansas, 72701, as Obligee, he called Owner, in the amount of FIFTY-FOUR THOUSAND FOUR HUNDRED SEVENTY-THREE AND NO/100THS Dollars (54 473.00), for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor by written agreement dated this 31st day of May, 2013, entered into a contract with Owner for Bid 13-30 Solid Waste Concrete Floor Replacement, Fayetteville, AR in accordance with Drawings and Specifications prepared by City of Fayetteville, 113 W. Mountain Street, Fayetteville, AR 72701, which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. PERFORMANCE BOND (Conforms with The American Institute of Architects A.I.A. Document No. A-311 - February 1970 Edition) NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform said Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever Contractor shall be, and declared by Owner to be in default under the Contract, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly 1) Complete the Contract in accordance with its terms and conditions, or 2) Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the lowest responsible bidder, or, if the Owner elects, upon determination by the Owner and Surety jointly of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available as work progresses (even though there should be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the contract price, as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Contract and any amendments thereto, less the amount properly paid by Owner to Contractor. Any suit under this bond must be instituted before the expiration of two (2) years from the date on which final payment under the Contract falls due. No right of action shall accrue on this bond to or for the use of any person or corporation other than the Owner named herein or the heirs, executors, administrators or successors of the Owner. Signed and sealed this 5th of June, 2013. LJB ConstaAction, Inc. Principal Witness Seal Witness U.S. SnAialty insurance �mpany Surety Cheri Irby, Attorney -In -Fact Labor and Material Payment Bond (Conforms with The American Institute of Architects A.I.A. Document No. A-311 - February 1970 Edition) THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND IN FAVOR OF THE OWNER CONDITIONED ON THE FULL AND FAITHFUL PERFORMANCE OF THE CONTRACT Bond No: 1000908975 KNOW ALL MEN BY THESE PRESENTS: that t-JB Construction, Inc., 2800 North 2nd Street, Suite 123, Rogers, Arkansas, 72756, as Principal, hereinafter called Contractor, and, U.S. Specialty Insurance Company, 16415 Addison Rd., Suite 200, Addison, TX 75001, as Surety, hereinafter called Surety, are held and firmly bound unto City of Fayetteville, 113 W. Mountain Street, Fayetteville, Arkansas, 72701, as Obligee, hereinafter called Owner, in the amount of FIFTY-FOUR THOUSAND FOUR HUNDRED SEVENTY-THREE AND NO/100THS Dollars (54 473.00), for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor by written agreement dated this 31st day of May, 2013 entered into a contract with Owner for Bid 13-30 Solid Waste Concrete Floor Replacement, Fayetteville, AR, in accordance with Drawings and Specifications prepared by City of Fayetteville, 113 W. Mountain Street, Fayetteville, AR 72701, which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. LABOR AND MATERIAL PAYMENT BOND NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Principal shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the Contract, then this obligation shall be void; otherwise it shall remain in full force and effect, subject, however, to the following conditions: 1. A claimant is defined as one having a direct contract with the Principal or with a Subcontractor of the Principal for labor, material, or both, used or reasonably required for use in the performance of the Contract, labor and material being construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental of equipment directly applicable to the Contract. 2. The above named Principal and Surety hereby jointly and severally agree with the Owner that every claimant as herein defined, who has not been paid in full before the expiration of a period of ninety (90) days after the date on which the last of such claimant's work or labor was done or performed, or materials were furnished by such claimant may sue on this bond for the use of such claimant, prosecute the suit to final judgment for such sum or sums as may be justly due claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs or expenses of any such suit. 3. No suit or action shall be commenced hereunder by any claimant: a) Unless claimant, other than one having a direct contract with the Principal, shall have given written notice to any two of the following: the Principal, the Owner, or the Surety above named, within ninety (90) days after such claimant did or performed the last of the work or labor, or furnished the last of the materials for which said claim is made, stating with substantial Signed and sealed this 5th day of June, 2013. (Witness) accuracy the amount claimed and the name of the party to whom the materials were furnished, or for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to The Principal, Owner or Surety, at any place where an office is regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the state in which the aforesaid project is located, save that such service need not be made by a public officer. b) After the expiration of one (1) year following the date on which Principal ceased Work on said Contract, it being understood, however, that if any limitation embodied in this bond is prohibited by any law controlling the construction hereof such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law. c) Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the Project, or any part thereof, is situated, or in the United States District Court for the district in which the Project, or any part thereof, is situated, and not elsewhere. 4. The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of mechanics' liens which may be filed of record against said improvement, whether or not claim for the amount of such lien be presented under and against this bond. LJB CApstruction, Inc. (Pri al) (Seal) (Title) (Seal) U.S. ftecialty Insurance (Witness) Cheri Irby, Attorney -In -Fact (Seal) of 2 POWER OF ATTORNEY AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS That American Contractors Indemnity Company, a California _corporation, Texas Bonding Company, an assumed name of; AmerrcarrCmitractors Indemnity Company, United States Surety Corn�arki corporation and U.S. Specialty Insurance Company, -.a Texas corporation (collectively, the "Companies"), do by these presenfs� constitute and appoint: Sammy J. Mullis, John Newby, Michael L. Tullis, Mary Jo Zakrzewski or Cheri Irby of Little Rock, Arkansas its true andlawful Attomey(s)-in-fact, each in their separate capacity if more than onersnamed above, with full power and authority — hereby conferrel its name, place and stead, to execute, acknowledge and deliver i4 a>didlunds, recognizances, undertakings or=other—instruments or contracts of suretyship to include riders, amendments, and consents of surety, providnng the bond penalty does not exceed ******Ten Million*****W Dollars ($ **10,000,000.00** ). This Power of Attorney shall expire without further action on December 08, 2016. This Power of Attorney is graned under and by authority of the following resolutions adopted by the Boards of Directors of the Companies: Be it Resolved, that the President, any Vice -President any Nssisti mYVice-President, any Secretary or any Assistant Secretary shall be and is hereb-y_=vested with full power and authority to appoint any one or more suitable persons as Artforney(s)-in-Fact to represent and act for and on behalf of the Company salf}ecfo t#re�oll�w provisions: Attorney -in -Fact may be given full power and authority�the name of and on behalf of the Company, to execute, acknowledge and delve any and ali bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attomey-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. E& it Resolved 3hatit_he signature of any authorized officer and seal of the Company heretofore or hezeaftera f ced3o any power of attorney or=any certificate relating th eati by facsimile xnd any power of attorney or certificate bearing facsimile signature or facsimile seal shallFbelvalidzwhd binding upon the Company_with respectto angbond or undertaking to which it is attached. —_ r IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 1 Oth day of December, 2012. AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY Corporate Seals UNITED STATES SURETY�iMPANY U.S. SPECIALTY INSURANCE COMPANY - I IU 1 11 f „Irtlllllllrlrfff _ BY: — c W y SEPT. 35, 1990 W • a" � r •a "= Daniel P. Aguilar, Vice President lrn nnnnova nrnu unup�O"`� rf rOF Tn" 'Onnr nnp�"°``� State of -California Country of Los Angeles SS: = = — _ On;1Otlhiaayf December, 2012, before me, Vanessa Wright, a notary pdbjjg r$ pAlly appearedDaniel P. Aguilar Vice President=of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person(s),, or the entity upon behalf of which the person( acted, I certify under PENALTY OF PERNRVdif erf_ b a of the WITTNESS my hand and official seal. _ _ r Signature --_ -- (Seal) executed the instrument. State of California that the Uloaftni Zee Assistant Secretary'' of American Contractors Indemnii Company and MSpecialty Insurance Company, do hereby certify tha of -Attorney, executed by said Companies, which is still in full force and set out in the Power of Attorney are in full force and effect. In W4'tMs Whe ofr Corporate Seals Bond No. g is a true and correct copy ofa Power resolutions of the Boards of Directors, I have !nKy o set my hand and affixed the seals of said Companies at Los Angeles, California this day-- ACORlD ® CERTIFICATE OF LIABILITY INSURANCE �� D/5/2ATE IDD/YYYY) 65/2013 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 MNH Tullis LLC 124 West Capitol Ave, Ste 1820 Little Rock AR 72201-3744 CONTACT Cheri Irb NAME: y PHONE 501.801.5866 FA C No): 501. 801.5867 ADORLESS:cirby@mnhtullis.com INSURERS AFFORDING COVERAGE NAIC # INSURER A:Em to ers Mutual Casualy co. 21415 INSURED LJB Construction, Inc. 42 Morganshire Drive Bella Vista AR 72714 INSURER B : INSURERC: INSURER D : INSURER E : INSURERF: rnvcoer_Ge rr-PTIFIrATF NI IMRFR•CL1281717435 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 LTR TYPE OF INSURANCEJNJ& ADDLSUBR POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MMIDD/YYYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTEG_ ccurrence PREMISES Ea occurrence) $ 100,000 MED EXP (Any one person) $ 5,000 A CLAIMS -MADE Fx_1 OCCUR 3D5676813 8/25/2012 8/25/2013 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 $ X POLICY PRO LOC AUTOMOBILE LIABILITY Ea COaccidentSIN LE LIMIT 1,000,000 BODILY INJURY (Per person) $ A X ANY AUTO ALLOWNED SCHEDULED X HIREDJSAUTOS X NON- WNED E5676813 B/25/2012 8/25/2013 BODILY INJURY(Peraccident) $ PROPERTY DAUTOS AMAGE Per accident $ Uninsured motorist combined $ 1 000 000 X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 4,000,000 AGGREGATE $ 4,000,000 A EXCESS LIAB CLAIMS -MADE J5676813 8/25/2012 8/25/2013 DED I X RETENTION$ 10,00 $ A WORKERS COMPENSATION WC X ATULlM- OTH- ER AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR/PARTNER/EXECUTIVE a ;71 OFFICER/MEMBER EXCLUDED? (Mandatory in NH) N/A H5676813 8/25/2012 8/25/2013 E.L. EACH ACCIDENT $ 500,000 E.L. DISEASE - EA EMPLOYEE $ 500,000 I E.L. DISEASE - POLICY LIMIT $ 500,000 If yes, describe under DESCRIPTION OF OPERATIONS below I A Leased/Rented Equipment C5676813 8/25/2012 /25/2013 $100,000 Per Item/Limit $1,000 Ded. A Installation Floater C5676813 /25/2012 8/25/2013 $220,000Per locationfl'otal $1,000 Ded. DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) RE: Bid 13-30 Construction - Solid Waste Concrete Floor Replacement I'IGA I t City of Fayetteville 113 West Mountain Street Fayetteville, AR 72701 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Tullis/CHERI ACORD 25 (2010105) INS025 /gmno.m n1 U 1988-2010 AGORD CORPORATION. All rigflts reserveO. Tha Anewn nnma nnrl Inn^ arc ranictarart mnrlrc of Ar..npn