HomeMy WebLinkAbout153-13 RESOLUTIONRESOLUTION NO. 153-13
A RESOLUTION AWARDING BID #13-33 AND AUTHORIZING A
CONTRACT WITH ARCO EXCAVATION AND PAVING, INC. IN THE
AMOUNT OF $434,945.00 FOR THE DEMOLITION OF THE FOUNDATION
AND CONCRETE SLAB AT THE FORMER TYSON BUILDING ON
HUNTSVILLE ROAD, APPROVING A PROJECT CONTINGENCY OF
$43,000.00, AND APPROVING A BUDGET ADJUSTMENT
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
#13-33 and authorizes a contract with ARCO Excavation and Paving, Inc. in the amount of
$434,945.00 for the demolition of the foundation and concrete slab at the former Tyson Building
on Huntsville Road, and fiirther approves a project contingency of $43,000.00.
Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a
budget adjustment, a copy of which is attached to this Resolution as Exhibit "A".
PASSED and APPROVED this 2d day of July, 2013.
APPROVED: ATTEST:
LIM
3y:-A
SONDRA E. SMITH, City Clerk/Treasurer
IIImo
rR
�; FAYETTEVILLE;
'.9s'•�kANSP ��..
G TOiN'+�`�`���
City of Fayetteville, Arkansas
Budget Adjustment Form
Budget Year Division: Water & Sewer Maintenance Request Date
2013 Department: Utilities Director
6/11 /2013
V12.0724
Adjustment Number
BUDGET ADJUSTMENT DESCRIPTION 1 JUSTIFICATION
A BA is needed in the Building Improvements -Tyson Building Demolition to cover the cost for the removal of the slab
and foundation of the Tyson Building.
Division
C;
Fincince Director
Account Name
Contract services
Use of fund balance
Prepared By: Cheryl Partain
Date
Springer, Kevin
Reference:
e
Budget & Research Use Only
Type: A B C D E P
Date
6- 41" 2613
General Ledger Date
Date
Posted to General. Ledger,
Initial Date
Date
3
Checked 1 Verified
to
Initial Date
TOTAL. BUDGET ADJUSTMENT
477,945 .477,945
Increase 1 (Decrease)
Account Number
Expense Revenue
4470.9470.5315,00 zD
477,945 -
4470.0947.4999.99 R1
477,945
Project.Sub
Number
02046 . 1301
EXHIBIT
A.
H:IBudgetlBudget Adjustments12013_BudgetlKevin1BA2013 Project 02046 Tyson Building Slab Removal 3.xls 1 of 1
City of Fayetteville Staff Review Form
City Council Agenda Items
and
Contracts, Leases or Agreements
7/2/2013
City Council Meeting Date
Agenda Items Only
David Jurgens Utilities Management Utilities
Submitted By Division Department
Action Kegwrea:
a construction contract with Arco Excavation and Paving, Inc. for $434,945.00, for removal of the
Building slab and foundation, approve a $43,000 contingency, and approve a budget adjustment.
$ 477,945
Cost of this request
4470-9470-5315.00
Account Number
02046-1301
Project Number
Budgeted Item
797,331
Category 1 Project Budget
$ 123.493
Funds Used to Date
$ 673,838
Remaining Balance
Budget Adjustment Attached
Tyson Building Demolition
Program Category / Project Name
Building Improvements
Program / Project Category Name
Sales Tax Capital
Fund Name
`J Jrj Previous Ordinance or Resolution # 26-13
Date
Original Contract Date: 2/5/2013
L-W- 1 3- Original Contract Number:
Date
Q . fie.. 2R Zot 6
Y4..— 6 —�3-/3
Date
U? —�
Date
Clerk's Office
Received in �
mayor's Office r/
Revised January 15, 2009
To:
Thru:
From:
Date:
Fayetteville City Council
Mayor Lioneld Jordan
Don Mazy, Chief of Staff
David Jurgen, Utilities Director
June 18, 2013
Subject: Tyson Building Slab Removal
CITY COUNCIL AGENDA SUPPLEMENTAL MEMO
MEETING DATE OF JULY 2, 2013
THE CITY OF FAYETTEVILLE, ARKANSAS
with Arco Excavation and Paving, Inc. for $434,945.00
This memorandum provides supplemental information to the tentative City Council packet for the July 2, 2013
meeting, regarding the Tyson Building slab removal and grinding contract.
The contract for Tyson facility slab and foundation removal and concrete and masonry grinding is on the agenda
for the July 2, 2013 City Council meeting. The low bidder for the contract is Arco Excavation and Paving, Inc.
for $434,945.00.
When AR-Rahim took down the former Tyson building, we discovered that there was significantly more
insulation contained within the structure than we had known about, and than we could have identified in
advance. In some areas, the insulation was concealed between masonry wall sections. In one large area, there
was a floor section that included a layer of insulation sandwiched between two concrete slab sections. As a
result, it was much more difficult than expected to separate some of the masonry and concrete from the
imbedded insulation.
The contractor is still required to meet the LEED requirement of 75% diversion from the landfill.
Kum & Go is paying 25% of the net removal cost, not to exceed $100,000. Based on this bid and the
$84,199.05 received from AR-Rahim, the cost breakdown is shown below:
Demo project bid $ 434,945.00
less 84,199.05 (received from Ar-Rahirn)
Net demo cost after sale $ 350,745.95
- — --- ----- ---- - City's75%--$-263,059.46 - -- --- - -- -
Kum & Go's 25% $ 87,686.49
While this bid cost more than anticipated, it still is below our original $369,000 estimated removal cost,
obtained before we started this process. Additionally, that estimate did not take into account the hidden
insulation costs, and the price would probably have been increased with that discovery.
I will be on vacation during the agenda session, but Ron Petrie, Garver Engineers, will be at the agenda session
to answer questions. Garver developed the plans and specifications for the slab removal and grinding contract.
If you have questions for me before the meeting, I will be in the office until noon, Friday, June 21.
Tyson Slab CC Supplemental MemoJun13
I!le
faylL eV
ARKANSAS�
To: Fayetteville City Council
Thru: Mayor Lioneld Jordan
Don Marr, Chief of Staff
From:
David Jurgens, Utilities Directs
Date: June 11, 2013
Subject: Tyson Building Slab Removal
CITY COUNCIL AGENDA MEMO
MEETING DATE OF JULY 2, 2013
THE CITY OF FAYETTEVILLE, ARKANSAS
co Excavation and Paving, Inc. for $434,945.00
RECOMMENDATION
City Staff recommends approving a construction contract with Arco Excavation and Paving, Inc. for $434,945.00, for
removal of the former Tyson Building slab and foundation, approve a $43,000 contingency, and approve a budget
adjustment.
BACKGROUND
The City of Fayetteville is removing the Tyson Building at 1851 East Huntsville Road, in preparation for sale and
development of approximately two acres of the site to and by Kum & Go. The sale contract was executed February
51h1 2013, and contains the following statement: "The City of Fayetteville agrees to demolish or pay a reputable
contractor to demolish and remove unsalvageable debris of the old Tyson Factory to include removing its foundation,
footings and slab within four months of both parties' execution of this Agreement." The structure itself has been
removed through GovDeals on-line auction by AR Rahim, who paid the City a net of $84,199.05. AR-Rahim left all
masonry and concrete on site for grinding or removal by a follow-on contractor.
When the building was removed, we discovered several aspects of the original construction that were not expected
and which were impossible to identify in advance without prior destructive testing. Primarily, there were large areas
where insulation was sandwiched between layers of concrete floor, as well as sandwiched and attached to concrete
and masonry wall material, making the insulation very difficult to remove from the concrete and masonry material.
This feature caused this bid to be higher than was originally expected. The contractor is still required to meet the
LEED requirement of 75% diversion from the landfill.
DISCUSSION
This contract is to remove the slab and foundation (to 30" below grade) and grind all concrete, masonry, and asphalt
- -material, and -remove all remaining debris and material from the site. -The-City-of Fayetteville Utilities Team and/or
Building Maintenance team will provide primary construction phase services, with limited technical support from
Garver Engineers. The City received four bids, shown below.
Bidder
Bid
ARCO Excavation and Paying, Inc.
$ 434,945.00
Ark Wrecking Co of Oklahoma, Inc.
$ 692,370.60
D&R, LLC.
$ 558,377.02
Sweetser Construction, Inc.
$ 763,023.00
Engineer's Estimate
$ 437,000.00
BUDGET IMPACT
Funding for this contract is coming from fund balance, per the attached budget adjustment. It will be replaced by
proceeds from the land sale to Kum &. Go, when received.
Tyson Slab CCMemoJun13
RESOLUTION NO.
A RESOLUTION AWARDING BID 413-33 AND AUTHORIZING A
CONTRACT WITH ARCO EXCAVATION AND PAVING, INC. IN THE
AMOUNT OF $434,945.00 FOR THE DEMOLITION OF THE FOUNDATION
AND CONCRETE SLAB AT THE FORMER TYSON BUILDING ON
HUNTSVILLE ROAD, APPROVING A PROJECT CONTINGENCY OF
$43,000.00, AND APPROVING A BUDGET ADJUSTMENT
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
#13-33 and authorizes a contract with ARCO Excavation and Paving, Inc. in the amount of
$434,945.00 for the demolition of the foundation and concrete slab at the former Tyson Building
on Huntsville Road, and further approves a project contingency of $43,000.00.
Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a
budget adjustment, a copy of which is attached to this Resolution as Exhibit "A".
PASSED and APPROVED this 2n' day of July, 2013.
APPROVED:
r1101939
LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer
cay
a P.P.mrgl.
re.wl.ehmg
Fs illly Bleb Ue i!Bn
8[O
TABULATION
ARia
N5n3
BID GPENIM -
Jun. 11,
i01a; I PAe AM
milINFIR"
E%11MATE
ARCO Ex..ndon
A P..hg, Ma
n A R, LLC,
Ark Wmking Coal
Okhwfi ti Inr"
Sw..Iw Cwhu.Uon,
Ino.
REM
SPEC,
WTIMATE0
IXFT
UNIT
NO.
W.
OESCAIP1jw
UNIT
QUANTITY
PR[CE
A1eOMr
PPICE
AMOLeYT
PP .
AMOUNT PRN�
AiIOLNT
PPCE
µ1OU.(r
1
... .."....
202
�S.I.ca ErtHnkm.nl !
!
CT
lAw _.."".
dlo,co
850,ORO.00T •--$12_16 _ _
_ ..
S121�S9A0
••'1'�48
i15.DG
.. .i0.16. .".dSa.P83SY
5.000p6 Sis,pp
312.060.06 i
36.56
iai.'Jmao
2
2Ld
SV$".
R TPynI Pla-1 l•r aAneSj
.180eGiryld
SY.....�_..--iiiam,-
32.00
SSfi,96A.001..".__._��_.
..
..I.
]TnAO r
......"
� 52.85 �I�
� i]88]0.2a
"i
� S2.T5 .. _
iYwG7800�
S _
9
5C4
lMLh'ry
�Eieilen Cenbol ......
Aue
L$
2
1 .•..
82_S5S.T5
- fEyA.00 ".
_ irs,lm,rso.
_.. .. - 89,250.ou -_
53.'l5o.a�
320.00000 `
Y],6o0,o1'
jio,mn. — _
iY_'iva.aa
Swim •....
as,wa.�6 i2,5O'J-va
Y3,OP mi [ i20.000.00 ...
M".W
___ 6ZOA00_00
i¢.7ou.va I _
I AOO.W �F •- • •.
SS.W0.aor
S 600ADi
Y
6111'
..
... 84AW.50
Si�G6L.5b
.... ... .-•.
Sle,i3G,00
8t 1.i50.00
825.000.00 .. _.
.y�o _.... _.._—..
".SZS,.000:oo Sa¢,000,nn
_.
59ZN00.00! i
_S
736,000AO_ :. ..
i�4n!w.ao
.
SPa
ICxvcrg C,gnp.I. P.yement Rongval IPlen
:OuenLryl
SY
e.6f1
39A0
>¢:e,ee6.pP! :...
$o.n
iwnsa
SAa.3WA0� �.�
j1 i,E0o.]a
_ —_._
81Y.59
aeAlii.30
... "• .1EegA.Phd1
1
Pererrerl R.motml
i. ..
..
i
." .".".."
.......
...._..._."fir_....__"...."_.i ...
8P-2
1pkn
Quenli
SY
4,581
ia.00
: 513,743.W!
56-M
dN.W1.761
%am
E20,616.SOI wo
116.90.70.
112Mspq
56l�FEo�
a
Excting FMindxann P,temeM Plemeval
SY
Iespp
i9.00
i
• B
5P3
Ou.n
Ian. ._ _..""""..._
RLhh[ai.g Cancne.
...
Ls
! 1
51-0e,dl0.wyyi,5o6.ab.
i'+ao,mo.W;
I .,
se"�5
..."
75
S9ipTi.001
_
—597.WO.OD
..
i9AG
iiW.WO.W_ .i...
•_ ........ ...
d+ay.3ov.Ca! i3.]G
sloo 0.m i11in68,oi
i+3.b90AR'
_
5r30.000A0'.. ..ii60AM.00
i12an
i....._ .___11t1g000m
5185,2BC.00
16
SPs..
R.nwn. OEPaso. end R.cycW Edatliq
W6i (PYn Ouereitj
CY
axa
s'2wAa
iea,000gp!
518.60
Sfi920.116 i. r.
i`+eA6
551A,W0N:.• 1512.Sa
i.9fn]AOOAO
__._.—..
E56.uo
51'n,eocno
.... .....
.
iduike.rg ..1.
.._..._"..
._..
TOTALS
S+aT Ioopo
i133,916Ab
e536,3T m
Y892Amlffl
87&.M.0a
Cwieewd Prb.x
mI or 1 Oarve[ Pn,Ja[i No" eal.MTeEo
Ta"y"-el��K RN SAS
81D: 13-33
DATE: 06/111/3
TIME: 10:00 AM
CITY OF FAYETTEVILLE
Bid 13-33, Constructionson
-Manufacturing. Facility Slab Demolition, (Formerly 7y g
:�.y:.vsx:•,,.
. s "z•
81D 1=R r �- 4
T - :;'•f� � COS
1 ARCO Excavation and Paving, Inc.
2 Ark Wrecking Co. of Oklahoma, Inc.
3 o&R, LLC.
4 Sweetser Construction, Inc.
"NOTICE. Bid award is contingent upon vandw meeting minimum Welileatlons and formal
76 5 �o
by City o Cials.
CERTIFIED:
P. VICE, PORCH MGR WITNESS DATE
GARVER
June 11, 2013
2049 E. Joyce Blvd.
Suite 400
Fayetteville, AR 72703
TEL 479.527.9100
FAX 479.527.9101
www.GarverUSA.com
David Jurgens
City of Fayetteville
113 W. Mountain
Fayetteville, AR 72701
Re: Recommendation to Award
Manufacturing Facility Slab Demolition
(Former Tyson Complex)
Dear Mr. Jurgens:
Bids were received for "Manufacturing Facility Slab Demolition" at the City of Fayetteville, Purchasing
Division, Room 306 — City Hall, 113 W. Mountain, Fayetteville, Arkansas at 10:00 a.m., Tuesday,
June 11, 2013.
A total of four bids were received for this project. ARCO Excavation & Paving, Inc. of Bentonville,
Arkansas submitted the low bid for the project in the amounts of $434,945.00. A copy of the
tabulation of bids received including the Engineer's estimate is attached.
We recommend that the City of Fayetteville award the construction contract for "Manufacturing
Facility Slab Demolition" to the low bidder, ARCO Excavation & Paving, Inc. We believe that the
award of this project to ARCO Excavation & Paving, Inc. represents the best value for the City.
Please call me if you have any questions.
Sincerely,
---- -- GARVER
Digilially signed
2013-0& 11 13:03-05:00
Dylan Cobb, P.E.
Project Manager
Attachments: laid Tabulation
XA2013113047060 - Fayetteville Warehouse DemolitionlCorrespondencelOutgoingWurgens 2013-06-11 Recommendation to
Award.doc
DOCUMENT 00400 BID FORM
Contract Name: Manufacturing Facility Slab Demolition (Former Tyson Complex)
Bid Number BID # 13-33
BID TO:
Owner: The City of Fayetteville, Arkansas
113 West Mountain Street
Fayetteville, Arkansas 72701
BID FROM: /j
Bidder: A&D E: CAVA1770N ' 1`APAJ6 LAIC,
101R-7 F- t6k)y 7z
ARTICLE 1- INTENT
1.01 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 famish 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.
ARTICLE 2 - TERMS AND CONDITIONS
2.01 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 90 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.
00400 Bid Form 00400 —1 Garver Project No. 13047050
Manufacturing Facility Slab Demolition
DOCUMENT 00400 BD FORM (continued)
ARTICLE 3 - BIDDER'S REPRESENTATIONS
3.01 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.
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.
00400 Bid Form 00400-2 Garver Project No. 13047050
Manufacturing Facility Slab Demolition
DOCUMENT 00400 BID FORM (continued)
E. Bidder has obtained and carefully studied (or assumes responsibility for
having done so) ail 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 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
00400 Bid Form 00400-3 Garver Project No.13047050
Manufacturing Facility Slab Demolition
DOCUMENT 00400 —BID FORM (continued)
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.
ARTICLE 4 - BED PRICE
Bidder will complete the Work in accordance with fire Contract Documents for the
following pfice(s):
IN NO CASE SHALL THE AMOUNT BID FOR THE ITEM OF
"NOBILIZATIOWEXCEED 5% OF THE TOTAL CONTRACT AMOUNT FOR
ALL OTHER ITEMS LISTED IN THE BID FORM.
ITEM SPEC.
NO. NO. DESCRIPTION
ESTIMATED UNIT BID
UNIT QUANTITY PRICE AMOUNT
202
2 1 204
I Select Embankment CY j
4" Topsoil Placement (Yard I
j SY
Areas)
1,000
972 q
3 i 505
Seeding and Mulching Acre
2
4 509
1 Erosion Control LS i
1
%,Q, � J
5 511
1 Mobilization Ls i
1
/9,7-50 790
6 SP-2
Existing Concrete Pavement
Removal (Plan Quantity) SY
1 1
4,811
1 Existing Asphalt Pavement
i SP-2 7
P SY
Removal (Plan Quantity)
4,581
0 'M
j
8 SP-2
Existing Foundation Pavement
i SY
Removal (Plan Quantity)
14,500
q,7&7-6
9 1 SP-3
I Rubblizing Concrete LS j
1
IWO-0
q 73,99
10 SP-b
Rem ove, Dispose, and Recycle
ii Existing Building Debris (Plan CY
3,200
4
Quanta}
1
— --------- -
op
TOTAL AMOUNT BID $� 4q f
00400 Bid Form 00400-4 Garver Project No. 13047050
Manufacturing Facility Stab Demolition ADDENDUM NO. 1
DOCUMENT 00400 BID FORM (continued)
TOTAL AMOUNT BID $_J�
ARTICLE 5 - CONTRACT TIMES
5.01 Bidder agrees es that the Work will be substantially completed and completed and ready
for final payment within the number of calendar days indicated m the Agreement.
5.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event
of failure to complete the Work within the times specified in the Agreement.
ARTICLE b_ BID CONTENT
5.01 The following documents are attached to and made a condition of this Bid:
A. Required Bid security in the form of a certified or bank cashier's check or a
Bid Bond and in the amount of Nl'f1 �,Vw 7& Aeg
�1✓�Et/�11V
9Dollars ($ % �S(%
B. A tabulation of Subcontractors and other persons and organizations required
to be identified in this Bid.
ARTICLE 7 - COMMUNICATIONS
7.01 Communications concerning this Bid shall be addressed to the Bidder as follows:
ARTICLE 8 - TERMINOLOGY
8.01 The terms used in this Bid which are defined in the GENERAL CONDITIONS or
Instructions to Bidders will have the meanings assigned to them.
00400 Bid Form 00400 — 5 Garver Project No. 13047050
Manufacturing, Facility Slab Demolition
DOCUMENT 00400 BID FORM" (continued)
SUBMITTED
on _1l/i //,- Th , 20J,5.
Arkansas State Contractor License No. 55 4-6 2-7 I J
If Bidder is:
An Individual
Name (type or printed):
By: (SEAL)
(Individual's Signature)
Doing business as.
Business address:
Phone No.: FAX No.:
A Partnershiy
Partnership Name: (SEAL)
By:
(Signature of general partner — attach evidence of authority to sign)
Name (type or printed):
Business address:
Phone No.: FAX No.:
00400 Bid Form 00400-6 Garver Project No.13047050
Manufacturing Facility Slab Demolition
DOCUMENT 00400 BID FORM (continued)
A Corporation
Corporation Name:U rbi ow PONK N (SEAL)
State of Incorporation: �k S-
Type (General Business, Professional, Service, Limited Liability):
By: _
Name
Title:
Attest:
(Signature — attach evidence of authority to sign)
or printed): AAV, Z& ix
(CORPORATE SEAL)
Business address:._ �Q27 C. y
Phone No.: (�79) q5/ - 8400 FAX No.:
END OF DOCUMENT 00400
00400 Bid Form 00400-7 Garver Project No. 13047050
Manufacturing Facility Slab Demolition
DOCUMENT 00410 -- BID BOND
KNOW ALL MEN BY THESE PRESENTS: that we
as Principal, hereinafter called. the Principal, and
a corporation duly organized under the laws of the State of -�7X as Surety,
hereinafter called Surety, are held and firmly bound unto
City of Fayetteville, Arkansas
113 West Mountain Street
Fayetteville, Arkansas 72701
as Obligee, hereinafter called Owner, in the sum of
Dollars ($ . ), for the payment of which
sum, well and truly to be made, Principal and said Surety, bind ourselves, our heirs, executors,
administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, Principal has submitted a Bid for Manufacturing Facility Slab Demolition
NOW, THEREFORE, if the Owner shall accept the Bid of Principal and the Principal shall enter
into a Contract with the Owner in accordance with the terms of such Bid_ and Qive 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 Principal to enter such
Contract and give such Bond or Bonds, if the Principal shall pay to the Owner the difference not
to exceed the penalty hereof between the amount specified in said Bid and such larger amount for
which the Owner 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.
00410 Bid Bond 00410-1 Garver Project No.13047050
Manufacturing Facility Slab Demolition
DOCUMENT 00410 — BID BOND (continued)
Signed and sealed this day of 20�
PRINCIPAL (CORPORATE SEAL)
By
SURETY
ATTORNEY -IN -FACT
(This Bond shall be accompanied with
Attorney-in-Fact's authority from Surety)
END OF DOCUMENT 00410
(CORPORATE SEAL)
00410 Bid Bond 00410-2 Garver Project No.13047050
Manufacturing Facility Slab Demolition
DOCUMENT 00430 — LIST OF SUBCONTRACTORS
In compliance with the Instructions to Bidders and other Contract Documents, the undersigned submits
the following names of Subcontractors to be used in performing the Work for MANUFACTURING
FACILITY SLAB DEMOLITION (Former Tyson Complex)
Bidder certifies that all Subcontractors listed are eligible to perform the Work.
Subcontractor's Work Subcontractor's Name Expected Percentage
and Address or Value
LL6-
1Otl
a
NOTE: This form must be submitted in accordance with the Instructions to Bidders.
Bidder's Signa
END OF DOCUMENT 00430
00430 List of Subcontractors 00430-1 Garver Project No. 13047050
Manufacturing Facility Slab Demolition ADDENDUM NO. 1
GRANITE RE, INC.
Bid Bond
KNOW ALL MEN BY THESE PRESENTS, that we
Arco Excavation & Paving, Inc.
as principal, hereinafter called the Principal, and
Granite Re, Inc., 14001 Quailbrook Drive, Oklahoma City, OK 73134
a corporation duly organized under the laws of the State of Oklahoma as Surety, hereinafter called the Surety, are
held and firmly bound unto
City of Fayetteville, AR
as Obligee, hereinafter called the Obligee, in the sum of
Five
Percent of the Bid Amount*****, Dollars ($*** 5 %***)
for the payment of which sure 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
Project: Bid 13-33, Construction -Manufacturing Facility Slab Demolition (formerly Tyson Complex)
Bid Date: 6/11/13
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 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 specked 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 11 th day of June, 2013
Arco Excavation & Paving, Inc.
Principal.- / /1-)
` Title (Seal)
Granite Re, Inc.
J /
Billy Eu a Be ert, Jr, 4ttomWeyvin Fact ealy
GRo7o9-3
GRANITE RE, INC.
GENERAL POWER OF ATTORNEY
Know all Men by these Presents:
That GRANITE RE, INC., a corporation organized and existing under the laws of the State of OKLAHOMA and having its principal office
at the City of OKLAHOMA CITY in the State of OKLAHOMA does hereby constitute and appoint:
PAT A. GIRARD; BILLY EUGENE BENNETT JR.; ADRIAN W. LUTTRELL; DANNY LEE SCHNEIDER; MICHAEL ADRIAN LUTTRELL; JACQUE. L.
LINDSEY its true and lawful Attorney -in -Fact(,) for the following purposes, to wit:
To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and all
acts and things set forth in the resolution of the Board of Directors of the said GRANITE RE, INC. a certified copy of which is hereto annexed
and made a part of this Power of Attorney; and the said GRANITE its:, INC. through us, its Board of Directors, hereby ratifies and confirms all
and Whatsoever the said:. .
PAT A. GIRARD, SILLY EUGENE BENNETT JR.; ADRIAN W. LUTTRELL; DANNY.LEE SCHNEIDER; MICHAEL ADRIAN LUTTRELL; JACQUE L.
LINDSEY may lawfully do in the premises by virtue of these presents.
In Witness Whereof, the said GRANITE RE, INC, has caused this instrument to be sealed with its corporate seal, duly attested by the
:signatures of its President and Secretary/Treasurer, this 19'h day of July, 2012.
R.
Kenneth D. Whittington, President
STATE OF OKLAHOMA } s $ A
COUNTY OF OKLAHOMA } Kyle,45. McDonald, Treasurer
On this 191h day of July, 2012, before me personalty came Kenneth D. Whittington; President of the GRANITE RE, INC. Company and
Kyle P. McDonald, SecretwWreasurer of said Company, with both of whom I am personally acquainted, who being by me severally duly
sworn, said, that they, the said .Kenneth D. Whittington and Kyle P. McDonald were respectively the President and the 5ecretary/T'reasurer of
GRANITE RE, INC., the corporation -described in and which executed the foregoing Power of Attorney; that they each knew the seal;of'said
corporation, that the seal affixed to said Power of Attorney was such corporate seal, that it was so fixed by order of the Board of Directors of
said corporation, and that they signed their name thereto by like order as President and Secretary/Treasurer, respectively, of the'Company. ,
My Commission Expires:
August 8, 2013 a, a. -Not* Public
Commission #: 01013257 •'•.t,,, �°
GRANITE RE, INC.
Certificate
THE UNDERSIGNED, being the duly.elected-and acting Secretary/I-remurer of Granite Re, Inc., an Oklahoma Corporation, HEREBY CERTIFIES
that the following resolution is a true and correct excerpt from the July 15, 1987, minutes of the meeting of the Board of Directors of Granite
Re, Inc. and that said Power of Attorney has not been revoked and is now in full force and effect.
- - --
"RESOLVED, that the President, any Vice President, the Secretary, and any -Assistant-vice President shall each have authority to appoint
individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of, the company fidelity and surety
bonds and other documents of similar_ character .issued . by the Company,in_the course of its businessOn any instrument making or
evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond
: or, undertaking of the Company, the seal, or a facsimile thereof,may be impressed or affixed or in any other manner reproduced;
provided, however, that the seal shall not be necessary to the validityof any such instrument or undertaking."
{
IN WITNESS WHEREOF, the undersigned has subscribed this Certificate and affixed the corporate seal of the Corporation this
-th day of _,1une - 20—
ego-"G7�✓
S L A I. -
, Kyle P. McDonald, Secretary/Treasurer
GR0800-1
CITY COUNCIL AGENDA SUPPLEMENTAL MEMO
ZayLe]V111e
MEETING DATE OF JULY 2,2013
THE CITY OF FAYETTEVILLE, ARKANSAS
ANSAS
To: City of Fayetteville City Clerk R
7
From: David Jurgens, Utilities Director
Date: July 11, 2013
Subject: Scrivener's Error Correction- Contract with Arco Excavation and Paving, Inc.
This memorandum provides information explaining the correction of a Scrivener's Error in the City's contract
with Arco Excavation and Paving, Inc. for $434,945.00. On the first page of the contract, the City Engineer's
office was incorrectly identified as the Engineer for the project. The correct information is that Garver is the
Engineer for the project. This error was corrected on the contract signed by Arco Excavation and Paving after
the contract containing the error was approved by the City Council on July 2, 2013. All documents relating to
this work were clearly prepared by Garver, and Ron Petrie, the engineer for Garver, represented the staff at the
City Council Agenda Session on June 24, 2013.
Tyson SIA Contract Correction Memo I IJul 13
DOCUMENT 00500 — AGREEMENT
BETWEEN OWNER AND CONTRACTOR
Contract Name/Title: MANUFACTURING FACILITY SLAB DEMOLITION (Former Tyson
Complex)
Contract No.: 13-33
THIS AGREEMENT is dated as of the 11th day of July in the year 2013 by and
between The City of Fayetteville, Arkansas and Arco Excavation & Paving, Inc.
ARTICLE 1- WORK
1.01 Arco Excavation & Paving, Inc. shall complete all Work as specified or indicated in
the Contract Documents. The work under this Contract includes, but is not limited
to:
The project includes, but not limited to, the Manufacturing Facility Slab Demolition
(Former Tyson Complex), located at 1851 E. Huntsville Road in Fayetteville, AR, for
existing building foundation and parking lot demolition for reuse and recycle to
achieve LEED certification. The Contract consists of removing, storing on -site,
rubblizing or grinding, separating reinforcing metal, documenting all material reused,
recycled, and disposed for LEED certification, and other miscellaneous related items
from 13,630-square yards of concrete foundation, 4,800-square yards of concrete
pavement, and 4,500-square yards of asphalt pavement. The rubblized pavements will
be reused as material to bring the site back to grade in addition to off -site
embankment.
ARTICLE 2 - ENGINEER
2.01 The Project has been designed by the Garver Engineers, who is hereinafter called
Engineer. The Engineer assumes all duties and responsibilities, and has the rights
and authority assigned to Engineer in the Contract Documents in connection with
completion of the Work in accordance with the Contract Documents.
00500 Agreement 00500-1 Garver Project No. 13047050
Manufacturing Facility Slab Demolition ADDENDUM No. 1
DOCUMENT 00500 —AGREEMENT (continued)
ARTICLE 3 - CONTRACT TIME
3.01 TIME OF THE ESSENCE:
A. All time limits for milestones, if any, Substantial Completion, and
completion and readiness for final payment as stated in the Contract
Documents are of the essence of the Contract.
3.02 DATES FOR SUBSTANTIAL COMPLETION AND FINAL PAYMENT:
A. The Work will consist of two construction phases with a total contract time
of 60 consecutive calendar days. The work will be substantially completed
after the date when the Contract Times commence to run as provided in the
GENERAL CONDITIONS, and completed and ready for final payment in
accordance with the GENERAL CONDITIONS within 70 calendar days
after the date when the Contract Times commence to run. The construction
phases are as follows:
1. Prase 1: Shall be Substantially Completed within 30 calendar days.
Phase 1 construction includes the demolition of the Manufacturing
Facility Slab, rubblizing concrete, grading, topsoil, and seeding and
mulching.
2. Phase 2: Shall be Substantially Completed within 30 calendar days
upon substantial completion of Phase 1 or at the discretion of the
Owner, the phases may overlap. Phase 2 construction includes
removing, disposing, and recycling the former Tyson Complex
building debris stockpiled_ on -site.
3.03 LIOUIDATED DAMAGES:
A. Owner and Arco Excavation & Paving, Inc. recognize that time is of the
essence of this Agreement and that The City of Fayetteville will suffer
financial loss if the Work is not completed within the time specified above,
plus any extensions thereof allowed in accordance with the GENERAL
CONDITIONS. The parties also recognize the delays, expense, and
00500 Agreement 00500-2 Garver Project No. 13047050
Manufacturing facility Slab Demolition ADDENDUM No. 1
DOCUMENT 00500 —AGREEMENT (continued)
difficulties involved in proving the actual loss suffered by The City of
Fayetteville if the Work is not Substantially Completed on time.
Accordingly, instead of requiring any such proof, The City of Fayetteville
and Arco Excavation & Paving, Inc. agree that as liquidated damages for
delay (but not as a penalty) Arco Excavation & Paving, Inc. shall pay The
City of Fayetteville Two Hundred Fifty Dollars ($250.00) for each calendar
day that expires after the time specified above in Paragraph 3.02 for
Substantial Completion until the Work is Substantially Complete. After
Substantial Completion, if Arco Excavation & Paving, Inc. shall neglect,
refuse, or fail to complete the remaining Work within the time specified in
Paragraph 3.02 for completion and readiness for final payment or any proper
extension thereof granted by The City of Fayetteville, Arco Excavation &
Paving, Inc. shall pay The City of Fayetteville Seven Hundred Fifty Dollars
($750.00) for each calendar day that expires after the time specified for
completion and readiness for final payment.
ARTICLE 4 - CONTRACT PRICE
4.01 The CITY OF FAYETTEVILLE agrees to pay, and the Arco Excavation & Paving,
Inc. agrees to accept, as full and final compensation for all work done under this
agreement, the amount based on the prices bid in the Proposal (BID FORM) which is
hereto attached, for the actual amount accomplished under each pay item, said
payments to be made in lawful money of the United States at the time and in the
manner set forth in the Specifications.
4.02 As provided in the General Conditions estimated quantities are not guaranteed, and
determinations of actual quantities and classifications are to be made by ENGINEER
as provided in the General Conditions. Unit prices have been computed as provided
in the General Conditions.
00500 Agreement 00500-3 Garver Project No. 13047050
Manufacturing Facility Slab Demolition ADDENDUM No. I
DOCUMENT 00500 —AGREEMENT (continued)
ARTICLE 5 - PAYMENT PROCEDURES
5.01 SUBMITTAL AND PROCESSING OF PAYMENTS:
A. Arco Excavation & Paving, Inc. shall submit Applications for Payment in
accordance with the GENERAL CONDITIONS. Applications for Payment
will be processed by Engineer as provided in the GENERAL CONDITIONS.
5.02 PROGRESS PAYMENTS, RETAINAGE:
A. The City of Fayetteville shall make progress payments on account of the
Contract Price on the basis of Arco Excavation & Paving, Inc. Applications
for Payment as recommended by Engineer, on or about the 15th day of each
month during construction. All such payments will be measured by the
schedule of values established in the GENERAL CONDITIONS (and in the
case of Unit Price Work based on the number of units completed) or, in the
event there is no schedule of values, as provided in the General
Requirements.
1. Prior to Substantial Completion, progress payments will be made in
an amount equal to the percentage indicated below, but, in each case,
less the aggregate of payments previously made and less such
amounts as Engineer shall determine, or The City of Fayetteville
may withhold, in accordance with the GENERAL CONDITIONS.
a. 95% of Work Completed (with the balance being retainage).
b. 100% of Equipment and Materials not incorporated in the Work
but delivered, suitably stored, and accompanied by
documentation satisfactory to The City of Fayetteville as
provided in the GENERAL CONDITIONS.
2. Upon Substantial Completion, The City of Fayetteville shall pay an
amount sufficient to increase total payments to Arco Excavation &
Paving, Inc. to 95% of the Contract Price (with the balance being
retainage), less such amounts as Engineer shall determine, or The
00500 Agreement 00500-4 Garver Project No. 13047050
Manufacturing Facility Slab Demolition ADDENDUM No. 1
DOCUMENT 00500 —AGREEMENT (continued)
City of Fayetteville may withhold, in accordance with the
GENERAL CONDITIONS.
5.03 FINAL PAYMENT:
A. Upon final completion and acceptance of the Work in accordance with the
GENERAL CONDITIONS, The City of Fayetteville shall pay the remainder
of the Contract Price as recommended by Engineer and as provided in the
GENERAL CONDITIONS.
ARTICLE 6 - CONTRACTOR'S REPRESENTATIONS
6.01 In order to induce The City of Fayetteville to enter into this Agreement, Arco
Excavation & Paving, Inc. makes the following representations:
A. Arco Excavation & Paving, Inc. has examined and carefully studied the
Contract Documents including the Addenda and other related data identified
in the Bid Documents.
B. Arco Excavation & Paving, Inc. 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. Arco Excavation & Paving, Inc. 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. Arco Excavation & Paving, Inc. 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. Arco Excavation & Paving, Inc. acknowledges that
00500 Agreement 00500-5 Garver Project No. 13047050
Manufacturing Facility Slab Demolition ADDENDUM No. 1
DOCUMENT 00500 —AGREEMENT (continued)
The City of Fayetteville and Engineer do not assume responsibility
for the accuracy or completeness of information and data shown or
indicated in the Contract Documents with respect to Underground
Facilities at or contiguous to the Site.
E. Arco Excavation & Paving, Inc. has obtained and carefully studied (or
assumes responsibility of having done so) all such additional 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, and
furnishing of the Work or which relate to any aspect of the means, methods,
techniques, sequences, and procedures of construction to be employed by
Arco Excavation & Paving, Inc. and safety precautions and programs
incident thereto.
F. Arco Excavation & Paving, Inc. does not consider that any additional
examinations, investigations, explorations, tests, studies, or data are
necessary for the performing and furnishing of the Work at the Contract
Price, within the Contract Times, and in accordance with the other terms and
conditions of the Contract Documents.
G. Arco Excavation & Paving, Inc. is aware of the general nature of work to be
performed by The City of Fayetteville and others at the Site that relates to the
Work as indicated in the Contract Documents.
H. Arco Excavation & Paving, Inc. has correlated the information known to
Arco -Excavation_&_Paving, _Inc.,_ 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. Arco Excavation & Paving, Inc. has given Engineer written notice of all
conflicts, errors, ambiguities, or discrepancies that Arco Excavation &
Paving, Inc. has discovered in the Contract Documents and the written
00500 Agreement 00500-6 Garver Project No. 13047050
Manufacturing Facility Slab Demolition ADDENDUM No. 1
DOCUMENT 00500 —AGREEMENT (continued)
resolution thereof by Engineer is acceptable to Arco Excavation & Paving,
Inc.
J. The Contract Documents are generally sufficient to indicate and convey
understanding of all terms and conditions for performance and furnishing of
the Work.
ARTICLE 7 - CONTRACT DOCUMENTS
7.01 CONTENTS:
A. The Contract Documents which comprise the entire Agreement between The
City of Fayetteville and Arco Excavation & Paving, Inc. concerning the
Work consist of the following and may only be amended, modified, or
supplemented as provided in the GENERAL CONDITIONS:
1. This Agreement.
2. Exhibits to this Agreement (enumerated as follows):
a. Notice to Proceed.
b. Arco Excavation & Paving, Inc. Bid.
c. Documentation submitted by Arco Excavation & Paving, Inc.
prior to Notice of Award.
3. Performance, Payment, and other Bonds.
4. General Conditions.
5. Supplementary Conditions.
6. Specifications consisting of divisions and sections as listed in table
of contents of Project Manual.
00500 Agreement 00500-7 Garver Project No. 13047050
Manufacturing Facility Slab Demolition ADDENDUM No. l
DOCUMENT 00500 —AGREEMENT (continued)
7. Drawings consisting of a cover sheet and sheets as listed in the table
of contents thereof, with each sheet bearing the following general
title:
MANUFACTURING FACILITY SLAB DEMOLITION:
8. Addenda numbers one (1) to �( �, inclusive.
9. The following which may be delivered or issued after the Effective
Date of the Agreement and are not attached hereto: All Written
Amendments and other documents amending, modifying, or
supplementing the Contract Documents pursuant to the GENERAL
CONDITIONS.
ARTICLES - MISCELLANEOUS
8.01 TERMS:
A. Terms used in this Agreement which are defined in the GENERAL
CONDITIONS shall have the meanings stated in the GENERAL
CONDITIONS.
8.02 ASSIGNMENT OF CONTRACT:
A. No assignment by a party hereto of any rights under or interests in the
Contract Documents will be binding on another party hereto without the
written consent of the party sought to be bound; and specifically but without
limitation, moneys that may become due and moneys that are due may not be
- -- -- - - - -assigned without such consent (except to the extent that the effect of this
restriction may be limited by Law), and unless specifically stated to the
contrary in any written consent to an assignment, no assignment will release
or discharge the assignor from any duty or responsibility under the Contract
Documents.
00500 Agreement 00500-8 Garver Project No. 13047050
Manufacturing Facility Slab Demolition ADDENDUM No. 1
DOCUMENT 00500 —AGREEMENT (continued)
8.03 SUCCESSORS AND ASSIGNS:
A. The City of Fayetteville and Arco Excavation & Paving, Inc. each binds
himself, his partners, successors, assigns, and legal representatives to the
other party hereto, its partners, successors, assigns, and legal representatives
in respect to all covenants, agreements, and obligations contained in the
Contract Documents.
8.04 SEVERABILITY:
A. Any provision or part of the Contract Documents held to be void or
unenforceable under any Law or Regulation shall be deemed stricken, and all
remaining provisions shall continue to be valid and binding upon The City of
Fayetteville and Arco Excavation & Paving, Inc., who agree that the Contract
Documents shall be reformed to replace such stricken provision or part
thereof with a valid and enforceable provision that comes as close as possible
to expressing the intention of the stricken provision.
OTHER PROVISIONS: Not Applicable.
IN WITNESS WHEREOF, The City of Fayetteville and Arco Excavation & Paving, Inc. have
signed this Agreement in quadruplicate. One counterpart each has been delivered to Arco
Excavation & Paving, Inc. and Engineer. Two counterparts each has been delivered to The City
of Fayetteville. All portions of the Contract Documents have been signed, initialed, or identified
by The City of Fayetteville and Arco Excavation & Paving, Inc. or identified by Engineer on their
behalf.
00500 Agreement 00500-9 Garver Project No, 13047050
Manufacturing Facility Slab Demolition ADDENDUM No. 1
DOCUMENT 00500 —AGREEMENT (continued)
This Agreement will be effective on 11th of July , , 2013 which is the
Effective Date of the Agreement.
ARCO EXCAVATION & PAVING, INC. CITY OF F
B Heath Taylor ���ttnrrrrry���
Y By: Lioneld Jor a 1�� GOER K / T,Q�i�
+�.�`-�•. • IT
Y of .
Title: President Title: Mayor v. •,.
nnv
E� VILLE�
(SEAL) (SEAL)% ''y' j�A1V�P5 .4
���j���®INI
Attest rer� �r
Attest
Address for giving notices Address for giving notices
(If Arco Excavation & Paving, Inc. is a corporation,
attach evidence of authority to sign.)
END OF DOCUMENT 00500
00500 Agreement 00500 - 10 Garver Project No. 13047050
Manufacturing Facility Slab Demolition ADDENDUM No. 1
DOCUMENT 00500 — AGREEMENT
BETWEEN OWNER AND CONTRACTOR
Contract Name/Title: MANUFACTURING FACILITY SLAB DEMOLITION (Former Tyson
Complex)
Contract No.:
THIS AGREEMENT is dated as of the day of in the year 2013 by and
between The City of Fayetteville, Arkansas and Arco Excavation & Paving, Inc.
ARTICLE 1- WORK
1.01 Arco Excavation & Paving, Inc. shall complete all Work as specified or indicated in
the Contract Documents. The work under this Contract includes, but is not limited
to:
The project includes, but not limited to, the Manufacturing Facility Slab Demolition
(Former Tyson Complex), located at 1851 E. Huntsville Road in Fayetteville, AR, for
existing building foundation and parking lot demolition for reuse and recycle to
achieve LEED certification. The Contract consists of removing, storing on -site,
rubblizing or grinding, separating reinforcing metal, documenting all material reused,
recycled, and disposed for LEED certification, and other miscellaneous related items
from 13,630-square yards of concrete foundation, 4,800-square yards of concrete
pavement, and 4,500-square yards of asphalt pavement. The rubblized pavements will
be reused as material to bring the site back to grade in addition to off -site
embankment.
ARTICLE 2 - ENGINEER
2.01 The Project has been designed by t , who
is hereinafter called Engineer. The Engineer assumes all duties and responsibilities,
and has the rights and authority assigned to Engineer in the Contract Documents in
connection with completion of the Work in accordance with the Contract Documents.
00500 Agreement 00500-1 Garver Project No. 13047050
Manufacturing Facility Slab Demolition ADDENDUM No. I
DOCUMENT 00500 —AGREEMENT (continued)
ARTICLE 3 - CONTRACT TIME
3.01 TIME OF THE ESSENCE:
A. All time limits for milestones, if any, Substantial Completion, and
completion and readiness for final payment as stated in the Contract
Documents are of the essence of the Contract.
3.02 DATES FOR SUBSTANTIAL COMPLETION AND FINAL PAYMENT:
A. The Work will consist of two construction phases with a total contract time
of 60 consecutive calendar days. The work will be substantially completed
after the date when the Contract Times commence to run as provided in the
GENERAL CONDITIONS, and completed and ready for final payment in
accordance with the GENERAL CONDITIONS within 70 calendar days
after the date when the Contract Times commence to run. The construction
phases are as follows:
Phase 1: Shall be Substantially Completed within 30 calendar days.
Phase I construction includes the demolition of the Manufacturing
Facility Slab, rubblizing concrete, grading, topsoil, and seeding and
mulching.
2. Phase 2: Shall be Substantially Completed within 30 calendar days
upon substantial completion of Phase 1 or at the discretion of the
Owner, the phases may overlap. Phase 2 construction includes
removing, disposing, and recycling the former Tyson Complex
building debris stockpiled on -site.
3.03 LIQUIDATED DAMAGES:
A. Owner and Arco Excavation & Paving, Inc. recognize that time is of the
essence of this Agreement and that The City of Fayetteville will suffer
financial loss if the Work is not completed within the time specified above,
plus any extensions thereof allowed in accordance with the GENERAL
CONDITIONS. The parties also recognize the delays, expense, and
00500 Agreement 00500-2 Garver Project No. 13047050
Manufacturing Facility Slab Demolition ADDENDUM No. 1
DOCUMENT 00500 — AGREEMENT (continued)
difficulties involved in proving the actual loss suffered by The City of
Fayetteville if the Work is not Substantially Completed on time.
Accordingly, instead of requiring any such proof, The City of Fayetteville
and Arco Excavation & Paving, Inc. agree that as liquidated damages for
delay (but not as a penalty) Arco Excavation & Paving, Inc. shall pay The
City of Fayetteville Two Hundred Fifty Dollars ($250.00) for each calendar
day that expires after the time specified above in Paragraph 3.02 for
Substantial Completion until the Work is Substantially Complete. After
Substantial Completion, if Arco Excavation & Paving, Inc. shall neglect,
refuse, or fail to complete the remaining Work within the time specified in
Paragraph 3.02 for completion and readiness for final payment or any proper
extension thereof granted by The City of Fayetteville, Arco Excavation &
Paving, Inc. shall pay The City of Fayetteville Seven Hundred Fifty Dollars
($750,00) for each calendar day that expires after the time specified for
completion and readiness for final payment.
ARTICLE 4 - CONTRACT PRICE
4.01 The CITY OF FAYETTEVILLE agrees to pay, and the Arco Excavation & Paving,
Inc. agrees to accept, as full and final compensation for all work done under this
agreement, the amount based on the prices bid in the Proposal (BID FORM) which is
hereto attached, for the actual amount accomplished under each pay item, said
payments to be made in lawful money of the United States at the time and in the
manner set forth in the Specifications.
- ------ --- --4 02— - --- As in-the-General-onditions--estimated-quantities-are-not--guaranteed and- --- - --
determinations of actual quantities and classifications are to be made by ENGINEER
as provided in the General Conditions. Unit. prices have been computed as provided
in the General Conditions.
00500 Agreement 00500-3 Garver Project No. 13047050
Manufacturing Facility Slab Demolition ADDENDUM No. 1
DOCUMENT 00500 —AGREEMENT (continued)
ARTICLE 5 _ PAYMENT PROCEDURES
5.01 SUBMITTAL AND PROCESSING OF PAYMENTS:
A. Arco Excavation & Paving, Inc. shall submit Applications for Payment in
accordance with the GENERAL CONDITIONS. Applications for Payment
will be processed by Engineer as provided in the GENERAL CONDITIONS.
5.02 PROGRESS PAYMENTS, RETAINAGE:
A. The City of Fayetteville shall make progress payments on account of the
Contract Price on the basis of Arco Excavation & Paving, Inc. Applications
for Payment as recommended by Engineer, on or about the 15th day of each
month during construction. All such payments will be measured by the
schedule of values established in the GENERAL CONDITIONS (and in the
case of Unit Price Work based on the number of units completed) or, in the
event there is no schedule of values, as provided in the General
Requirements.
Prior to Substantial Completion, progress payments will be made in
an amount equal to the percentage indicated below, but, in each case,
less the aggregate of payments previously made and less such
amounts as Engineer shall determine, or The City of Fayetteville
may withhold, in accordance with the GENERAL CONDITIONS.
a. 95% of Work Completed (with the balance being retainage).
b.___10Q°hof_Equipment_and_Materials notancor__porated_in-the__Work
_____
but delivered, suitably stored, and accompanied by
documentation satisfactory to The City of Fayetteville as
provided in the GENERAL CONDITIONS.
2. Upon Substantial Completion, The City of Fayetteville shall pay an
amount sufficient to increase total payments to Arco Excavation &
Paving, Inc. to 95% of the Contract Price (with the balance being
retainage), less such amounts as Engineer shall determine, or The
00500 Agreement 00500-4 Garver Project No. 13047050
Manufacturing Facility Slab Demolition ADDENDUM No. l
DOCUMENT 00500 — AGREEMENT (continued)
City of Fayetteville may withhold, in accordance with the
GENERAL CONDITIONS.
5.03 FINAL PAYMENT:
A. Upon final completion and acceptance of the Work in accordance with the
GENERAL CONDITIONS, The City of Fayetteville shall pay the remainder
of the Contract Price as recommended by Engineer and as provided in the
GENERAL CONDITIONS.
ARTICLE 6 - CONTRACTOR'S REPRESENTATIONS
6.01 In order to induce The City of Fayetteville to enter into this Agreement, Arco
Excavation & Paving, Inc. makes the following representations:
A. Arco Excavation & Paving, Inc. has examined and carefully studied the
Contract Documents including the Addenda and other related data identified
in the Bid Documents.
B. Arco Excavation & Paving, Inc. 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. Arco Excavation & Paving, Inc. 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. Arco Excavation & Paving, Inc. has carefully studied all:
(l) 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. Arco Excavation & Paving, Inc. acknowledges that
00500 Agreement 00500-5 Garver Project No. 13047050
Manufacturing Facility Slab Demolition ADDENDUM No. I
DOCUMENT 00500 —AGREEMENT (continued)
The City of Fayetteville and Engineer do not assume responsibility
for the accuracy or completeness of information and data shown or
indicated in the Contract Documents with respect to Underground
Facilities at or contiguous to the Site.
E. Arco Excavation & Paving, Inc. has obtained and carefully studied (or
assumes responsibility of having done so) all such additional 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, and
furnishing of the Work or which relate to any aspect of the means, methods,
techniques, sequences, and procedures of construction to be employed by
Arco Excavation & Paving, Inc. and safety precautions and programs
incident thereto.
F. Arco Excavation & Paving, Inc. does not consider that any additional
examinations, investigations, explorations, tests, studies, or data are
necessary for the performing and furnishing of the Work at the Contract
Price, within the Contract Times, and in accordance with the other terms and
conditions of the Contract Documents.
G. Arco Excavation & Paving, Inc. is aware of the general nature of work to be
perfonned by The City of Fayetteville and others at the Site that relates to the
Work as indicated in the Contract Documents.
H. Arco Excavation & Paving, Inc. has correlated the information known to
Excavation &-Paving;-Inc., irtfonnation 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.
1. Arco Excavation & Paving, Inc. has given Engineer written notice of all
conflicts, errors, ambiguities, or discrepancies that Arco Excavation &
Paving, Inc. has discovered in the Contract Documents and the written
00500 Agreement 00500-6 Garver Project No. 13047050
Manufacturing Facility Slab Demolition ADDENDUM No. I
DOCUMENT 00500 — AGREEMENT (continued)
resolution thereof by Engineer is acceptable to Arco Excavation & Paving,
Inc.
J. The Contract Documents are generally sufficient to indicate and convey
understanding of all terms and conditions for performance and furnishing of
the Work.
ARTICLE 7 - CONTRACT DOCUMENTS
7.01 CONTENTS:
A. The Contract Documents which comprise the entire Agreement between The
City of Fayetteville and Arco Excavation & Paving, Inc. concerning the
Work consist of the following and may only be amended, modified, or
supplemented as provided in the GENERAL CONDITIONS:
1. This Agreement.
2. Exhibits to this Agreement (enumerated as follows):
a. Notice to Proceed.
b. Arco Excavation & Paving, Inc. Bid.
c. Documentation submitted by Arco Excavation & Paving, Inc.
prior to Notice of Award.
3. Performance, Payment, and other Bonds.
4. General Conditions.
5, Supplementary Conditions.
6. Specifications consisting of divisions and sections as listed in table
of contents of Project Manual.
00500 Agreement 00500-7 Garver Project No. 13047050
Manufacturing Facility Slab Demolition ADDENDUM No. 1
DOCUMENT 00500 — AGREEMENT (continued)
7. Drawings consisting of a cover sheet and sheets as listed in the table
of contents thereof, with each sheet bearing the following general
title:
MANUFACTURING FACILITY SLAB DEMOLITION:
Addenda numbers one (1) to' (__), inclusive.
9. The following which may be delivered or issued after the Effective
Date of the Agreement and are not attached hereto: All Written
Amendments and other documents amending, modifying, or
supplementing the Contract Documents pursuant to the GENERAL
CONDITIONS.
ARTICLES - MISCELLANEOUS
8.01 TERMS:
A. Terms used in thisAgreement which are defined in the GENERAL
CONDITIONS shall have the meanings stated in the GENERAL
CONDITIONS.
8.02 ASSIGNMENT OF CONTRACT:
A. No assignment by a party hereto of any rights under or interests in the
Contract Documents will be binding on another party hereto without the
written consent of the party sought to be bound; and specifically but without
limitation, moneys that may become due and moneys that are due may not be
assigned without such consent (except to the extent that t e effect o this -
restriction may be limited by Law), and unless specifically stated to the
contrary in any written consent to an assignment, no assignment will release
or discharge the assignor from any duty or responsibility under the Contract
Documents.
00500 Agreement 00500-8 Garver Project No. 13047050
Manufacturing Facility Slab Demolition ADDENDUM No. I
DOCUMENT 00500 — AGREEMENT (continued)
8.03 SUCCESSORS AND ASSIGNS:
A. The City of Fayetteville and Arco Excavation & Paving, Inc. each binds
himself, his partners, successors, assigns, and legal representatives to the
other party hereto, its partners, successors, assigns, and legal representatives
in respect to all covenants, agreements, and obligations contained in the
Contract Documents.
8.04 SEVERABILITY:
A. Any provision or part of the Contract Documents held to be void or
unenforceable under any Law or Regulation shall be deemed stricken, and all
remaining provisions shall continue to be valid and binding upon The City of
Fayetteville and Arco Excavation & Paving, Inc., who agree that the Contract
Documents shall be reformed to replace such stricken provision or part
thereof with a valid and enforceable provision that comes as close as possible
to expressing the intention of the stricken provision.
OTHER PROVISIONS: Not Applicable.
IN WITNESS WHEREOF, The City of Fayetteville and Arco Excavation & Paving, Inc. have
signed this Agreement in quadruplicate. One counterpart each has been delivered to Arco
Excavation & Paving, Inc. and Engineer. Two counterparts each has been delivered to The City
of Fayetteville. All portions of the Contract Documents have been signed, initialed, or identified
by The City of Fayetteville and Arco Excavation & Paving, Inc. or identified by Engineer on their
behalf.
00500 Agreement 00500-9 Garver Project No. 13047050
Manufacturing Facility Slab Demolition ADDENDUM No. 1
DOCUMENT 00500 —AGREEMENT (continued)
This Agreement will be effective on
Effective Date of the Agreement.
ARCO EXCAVATION & PAVING, INC.
I0
(SEAL)
Attest
Address for giving notices
(If Arco Excavation & Paving, Inc. is a corporation,
attach evidence of authority to sign.)
20—, which is the
CITY OF FAYETTEVILLE
By: Lioneld Jordan
Title: Mayor
(SEAL)
Attest
Address for giving notices
END OF DOCUMENT 00500
00500 Agreement 00500- 10 Garver Project No. 13047050
Manufacturing Facility Slab Demolition ADDENDUM No. 1
ITEM SP-1 LEED REQUIREMENTS
6�11u1u1�.a'1
SP-1-1.1 This project is intended to assist the owner in achieving a minimum Silver rating for
Leadership in Energy and Environmental Design, LEED M rating from the U.S. Green Building Council.
The Contractor will be responsible for documenting all recycled and/or reused waste materials.
STANDARDS
SP-1-2.1 LEED TM NC Reference Guide Version 3.0 — U.S. Green Building Council (USCBC),
www.usgbc.ora.
SP-1-2.2 This project shall be constructed in accordance with LEEDTM Silver certified by the
GBCI.
SP-1-2.3 Environmental Laws: All project work must comply with all applicable federal, state,
and local building -related environmental laws and regulations in place where the project is located.
REQUIREMENTS
SP-1-3.1 The contractor shall be responsible for the following:
1. LEEDTM credit to be pursued for Materials and Resources for New Construction (NC):
a. Construction Waste Management (MR credit 2): Minimum of 75% with a target amount
of 95% of nonhazardous construction waste or debris to be recycled or salvaged.
2. The contractor shall have experience providing LEEDTM documentation on previous projects
and be fully informed and knowledgeable regarding LEEDTM documentation rationale and
requirements.
EXECUTION
SP-14.1 Waste Management Plan: Perform a waste analysis to determine the types and quantity
of construction waste anticipated and identify salvage for resale, salvage for reuse, recycling, and
disposal options available.
SP-1-4.2 Waste Management Implementation: Implement and maintain, for the duration of the
project, the construction waste management program including the following:
I. Manager: Designate an on -site party (or parties) responsible for instructing workers and
overseeing and documenting results of the Waste Management Plan for the Project.
2. Instructions: Provide on -site instruction of appropriate separation, handling, and recycling,
salvage, reuse and return methods to be used by all parties at the appropriate stages of the
Project.
3. Separation facilities: Layout and label a specific area to facilitate separation of materials for
potential recycling, salvage, reuse and return. Provide a site map that calls out areas identified.
Provide the necessary containers and bins, to facilitate the waste management program.
Recycling and waste bin areas are to be kept neat and clean and clearly marked in order to
avoid contamination of materials. Separate construction waste at the project site by one of the
following methods:
SPA LEED Requirements SP-1-1 Garver Project No. 13047050
Manufacturing Facility Slab Demolition
a. Source Separated Method: Waste products and materials that are recyclable are separated
from trash and sorted into appropriately marked separate containers and them transported
to the respective recycling facility for further processing. Trash is transported to a
landfill.
b. Co -Mingled Method: Selected waste materials are placed into a single container and then
transported to a recycling facility where the recyclable materials are sorted and processed
and the remaining trash and waste materials are handled separately.
SUBMITTALS
SP-1-5.1 Contractor is responsible for understanding, tracking, preparing and submitting primary
and/or supplemental LEEDTM documentation required to obtain LEED TM Credits noted to be submitted
by Contractor.
1. Construction Waste Management Report: Follow the method for monitoring and documenting
the LEED program provided, include the following:
a. Amount (by weight) of trash disposed of in a landfill, the tip fee per ton, and the total
cost of disposal including transportation costs, container rental costs, taxes, etc.
b. Amount (by weight) and type of waste materials salvaged for sale, salvaged for reuse and
recycled. Provide destination, means of transportation, the tip fee per ton and the total
cost of disposal including transportation costs, container rental costs, taxes, etc for each
material.
c. Cost savings by waste material due to salvaging, reusing and recycling materials.
Calculate the savings based upon the cost per ton for land filling compared to the cost
per ton for salvaging, reusing and recycling materials.
d. Totals for date including: trash generated by weight and percentage of total; waste
materials generated by weight and percentage of total identified by salvaged for resale,
salvaged for reuse, or recycled; cost savings; and percentage of disposal fees saved.
Submit Credits using USGBC LEED-Online at https://www.leedonline.com. Contractor must
register on website to access LEED-Online; Owner will provide the LEEDTM Project Access
Number.
Print out paper copies of each Credit's documentation entered or uploaded onto LEED-Online
and submit a copy to Owner.
END OF SECTION SP-I
SP-1 LEED Requirements SP-1-2 Garver Project No. 13047050
Manufacturing Facility Slab Demolition
ITEM SP-2 PAVEMENT REMOVAL
DESCRIPTION
SP-2-1.1 This section covers all work required for the removal of existing pavement in accordance
with the locations and details indicated in the Plans and complying with these Specifications.
STANDARDS
SP-2-2.1 All work, Materials, Construction, shall comply with Section 201 — Clearing, Grubbing,
and Demolition of the City of Fayetteville Standard Specifications, except as modified or augmented
herein.
SP-2-2.2 LEED Requirements: The work of this section is part of the overall requirements to
comply with a level of achievement of the "Leadership in Energy and Environmental Design" or LEEDTm
Green Building Rating System. Comply with SP-1 LEED Requirements,
EXECUTION
SP-2-3.1 The Contractor shall remove existing pavement as follows:
a.
Verify existing pavement type and limits of removal.
b.
Sweep existing pavement surface of all objects, materials, and sediment.
c.
Foundation pavement removal area shall consist of the concrete footprint of the
existing Tyson Complex, including the footings, loading docks or any permanent
existing structures integral with the foundation.
d.
Foundation pavement removal shall consist of the removal of 30-inches below
existing grade or as directed.
e.
Asphalt pavement removed shall be reused, recycled, or disposed. Removal shall be
in accordance with Section 516 - Cold Milling Asphalt Pavement of the City of
Fayetteville Standard Specifications. All other methods of asphalt pavement removal
shall be approved by the Engineer.
f
Concrete pavement removal, excluding foundation pavement removal, and asphalt
pavement removal shall consist of removing the surface pavement. The subgrade and
aggregate subbase will not be considered as part of the removal, unless otherwise
directed.
g.
The Contractor shall place the removed pavement to a designated area on -site, to be
detennined by the owner or engineer, to be reused, recycled or potentially disposed
of in accordance with SP-1 LEED Requirements.
METHOD OF MEASUREMENT
SP-2-4.1 Existing pavement removal will not be measured and the plan quantities will be
considered the final quantities for purposes of final payment. The plan quantities are estimates and may
vary throughout the site. The contractor shall coordinate with the engineer to document areas of
additional pavement removal and the revised quantity shall be agreed upon prior to beginning any work
associated with the change.
SP-2 Pavement Removal SP-2-1 Garver Project No. 13047050
Manufacturing Facility Slab Demolition
BASIS OF PAYMENT
SP-2-5.1 Work completed and accepted under this section and measured as provided above will be
paid for at the Contract Unit Price bid for the type of existing pavement to be removed which price shall
be full compensation for removing, storing, disposing, and documenting for LEED certification for the
items and for all materials, equipment, tools, labor and incidentals necessary to complete the work.
Payment will be made under:
Item SP-2-5.1 Existing Concrete Pavement Removal
Per Square Yard (S.Y.) (Plan Quantity)
Item SP-2-5.2 Existing Asphalt Pavement Removal
Per Square Yard (S.Y.) (Plan Quantity)
.Item SP-2-5.3 Existing Foundation Pavement Removal
Per Square Yard (S.Y.) (Plan Quantity)
END OF SECTION SP-2
SP-2 Pavement Removal SP-2-2 Garver Project No. 13047050
Manufacturing Facility Slab Demolition
ITEM SR3 RUBBLIZING CONCRETE
DESCRIPTION
SP-3-1.1 This section covers all work required for rubblizing portland cement concrete from the
existing Tyson Complex parking lot, building foundation, building masonry stockpiled by others on -site,
and the separation of reinforcing metal and other non-grindable materials to be reused, recycled, or
disposed of as indicated on the plans or as directed by the engineer.
"&'10 7tl 1�92
SP-3-2.1 All work, Materials, construction, shall comply with Section 513 - Rubblizing Portland
Cement Concrete Pavement of Arkansas State Highway and Transportation Department (AHTD)
Standard Specifications for Highway Construction, except as modified or augmented herein. Additional
methods such as Multi -Head Breaker and portable concrete crushers will be permitted for use upon
approval by the engineer.
SP-3-2.2 LEED Requirements: The work of this section is part of the overall requirements to
comply with a level of achievement of the "Leadership in Energy and Environmental Design" or LEEDTm
Green Building Rating System. Comply with SP-I LEED Certification.
MATERIALS
SP-3-3.1 Recycled concrete aggregate shall consist of Portland cement concrete or other concrete
containing pozzolanic binder material and cementitious building masonry. The rubblized concrete
material shall be free of reinforcing steel and expansion material. Asphalt concrete overlays shall be
removed from the PCC surface prior to pavement removal and crushing. An incidental amount of
recycled asphalt concrete ,pavement and other foreign material may be present in the recycled concrete
aggregate.
SP-3-3.2 Gradation: The gradation of the rubblized concrete shall fall within the design range
indicated in Table 1, when tested in accordance with ASTM C 117 and C 136. The final gradation shall
be continuously graded from coarse to fine and shall not vary from the low limit on one sieve to the high
limit on an adjacent sieve or vice versa.
Table 1. Requirements for gradation of recycled concrete aggregate.
Sieve Size
Percentage by Weight
Passing Sieves
Mix Tolerances
Percent
T — 2 in 50-S-mm
---I 00
1-1/2 37.5 mm
95 - 100
+/- 5
1 in 25.0 mm
70 - 95
+/- 8
3/4 in 19.0 mm
55 - 85
+/- 8
No.4 4.75 mm
30 - 60
+/- 8
No. 30 0.60 min
12 - 30
+/- 5
No. 200 0.075 mm
0-5
+/- 3
SP-3 Rubblizing Concrete SP-3-1 Garver Project No. 13047050
Manufacturing Facility Slab Demolition ADDENDUM NO. 1
REQUIREMENTS
SP-34.1 Verify the removed portland cement concrete and existing residual stock piled building
masonry to be rubblized with Engineer before proceeding with work.
SP-34.2 Existing reinforcing metal and other non-grindable materials shall be separated and
stored on -site in a designated area, to be determined. The Contractor shall reuse and recycle or dispose
of materials in accordance with SP-i LEED Requirements.
SP-3-4.3 Coordinate compaction of rubblized concrete with the engineer.
SP-3-4.4 The contractor shall maintain control of dust at all times. In the event that watering does
not satisfactorily control the dust, other methods of dust control will be required.
CONSTRUCTION METHOD
SP-3-5.1 Subgrade Preparation: Verify the underlying course with the engineer before the placing
and spreading of rubblized concrete operations have started,such as improper drainage conditions,
rutting, etc. Subgrade Preparation shall be in accordance with Section 203 of the City of Fayetteville
Standard Specifications.
SP-3-5.2 The rubblized concrete shall be placed uniformly where indicated or as directed by the
engineer. Maximum depths shall be 6 inches for compacted areas. For depths greater than 6 inches, it
shall be constructed in two or more layers.
SP-3-5.3 The rubblized concrete shall be used to restore the site within 4 inches of existing grades
in areas outside the limits of the Kum & Go development. In areas inside the Kum & Go development,
the rubblized concrete shall be used to restore the site to existing grades or as directed by the engineer.
SP-3-5.4 Reinforcing metal shall be separated and stored in a designated area, to be determined by
the owner or engineer, to be reused, recycled, or disposed of in accordance with SP-1 LEED
Requirements. All other materials not applicable for LEED credits shall be disposed of in accordance
with local, state, and federal laws.
METHOD OF MEASUREMENT
SP-3-6.1 Completed and accepted rubblizing concrete shall be measured as a complete unit and
will be paid for at the lump sum price bid. Metal and other non-grindable materials separated from
portland concrete shall be considered subsidiary to Rubblizing Concrete. Rubblizing masonry and
-------------------cementitious-materials-salva ed-from the-existingT sort-buildi-n corn lexdeemed suitable -for -reuse -
the engineer shall be considered subsidiary to Rubblizing Concrete.
BASIS OF PAYMENT
SP-3-7.1 Work completed and accepted under this section and measured as provided above will be
paid for at the Contract Unit Price bid for rubblizing concrete and for preparing and placing these
materials which price shall be full compensation for all materials, equipment, tools, labor and incidentals
necessary to complete the work.
SP-3 Rubblizing Concrete SP-3-2 Garver Project No. 13047050
Manufacturing Facility Slab Demolition ADDENDUM NO.
Payment will be made under:
Item SP-3-5.1 Rubblizing Concrete Per Lump Sum (L.S.)
END OF SECTION SP-3
SP-3 Rubblizing Concrete SP-3-3 Garver Project No. 13047050
Manufacturing Facility Slab Demolition ADDENDUM NO. 1
ITEM SP-4 TEMPORARY EROSION CONTROL DETAILS
DESCRIPTION
SP-4-1.1 This section covers the temporary erosion control details and shall be considered
supplementary to Section 509 — EROSION CONTROL of the City of Fayetteville Standard
Specifications for Street and Drainage Construction. A copy of these details may be obtained from the
City of Fayetteville or from http://www.accessfayettevillg.org.
STANDARDS
SP-4-2.1 City of Fayetteville Standard Specifications for Street and Drainage Construction, latest
edition.
EXECUTION
SP-4-3.1 Temporary Erosion Control Plan: See plans for locations, notes, and additional
information regarding temporary erosion control devices.
SP-4-32 Temporary Erosion Control Details included as part of SP-4:
• WATTLE DETAIL
SILT FENCE
• BLOCK AND AGGREGATE INLET SEDIMENT DEVISE
• ROCK CHECK DAM
43,041 1396y01_I1:COME-1a1
SP-4 Temporary Erosion Control Details SP-4-1 Garver Project No. 13047050
Manufacturing Facility Slab Demolition
T`x 1" WOOD
STAKES -CENTERED
18"-24"
-TRENCH IN
ADJACENT ROLLS
SHALL TIGHTLY
ABUT
INSTALLATION NOTES
1. WATTLES SHALL CONSIST OF STRAW, COMPOST, EXCELSIOR, OR COCONUT FIBER,
2. NOT FOR USE IN CONCENTRATED FLOW AREAS.
3. THE WATTLES SHALL BE TRENCHED INTO THE GROUND A MINIMUM OF TWO (2) INCHES.
4. WATTLES SHALL BE INSTALLED PER MANUFACTURERS SPECIFICATIONS.
5, ON SLOPES, WATTLES SHOULD BE INSTALLED ON CONTOUR WITH A SLIGHT UPWARD CURVE AT THE END OF THE ROW IN
ORDER TO CREATE PONDING,
6, RUNNING LENGTHS OF WATTLES SHOULD BE ABUTTED FIRMLY TO ENSURE NO LEAKAGE AT THE ABUTMENTS.
7. WHEN INSTALLING RUNNING LENGTHS OF WATTLES, BUTT THE SECOND WATTLE TIGHTLY AGAINST THE FIRST, DO NOT
OVERLAP THE ENDS. STAKE THE WATTLES AT EACH END AND FOUR FOOT ON CENTER,
8. STAKES SHOULD BE DRIVEN THROUGH THE MIDDLE OF THE WATTLE, LEAVING 2 - 3 INCHES OF THE STAKE PROTRUDING
ABOVE THE WATTLE. WHEN INSTALLING WATTLES ON SLOPES, DRIVE THE STAKES PERPENDICULAR TO THE SLOPE.
9 . DRIVE THE FIRST END STAKE OF THE SECOND WATTLE AT AN ANGLE TOWARD THE FIRST WATTLE IN ORDER TO HELP ABUT
THEM TIGHTLY TOGETHER.
10. STAKING: THE CITY RECOMMENDS USING WOOD STAKES TO SECURE THE WATTLES. 1I2" TO 518"
REBAR IS ALSO ACCEPTABLE WITH A SAFETY CAP., BE SURE TO USE A STAKE THAT IS LONG ENOUGH TO PROTRUDE
SEVERAL INCHES ABOVE THE WATTLE.
11. THE CONTRACTOR SHALL INSPECT WATTLES EVERY TWO WEEKS AND AFTER ANY SIGNIFICANT STORM EVENT AND MAKE
REPAIRS OR REMOVE SEDIMENT ACCUMULATED BEHIND WATTLE AS NECESSARY.
12. SEDIMENT ACCUMULATED BEHIND WATTLE SHALL BE REMOVED WHEN THE SEDIMENT HAS ACCUMULATED TO ONE HALF THE
DIAMETER OF THE WATTLE,
13. WATTLES SHALL REMAIN IN PLACE UNTIL THE UPSTREAM DISTURBED AREA IS STABILIZED AND IS ACCEPTED BY THE CITY.
ENGINEERING DIVISION
113 W. MOUNTAIN STREET
WATTLE DETAIL
N.T.S.
EROSION CONTROL DETAILS
WATTLE
04 FILE: oe�-want.nwn -
EC4
SILT FENCE NOTES:
1. POSTS WHICH SUPPORT THE SILT FENCE SHALL BE INSTALLED ON A SLIGHT ANGLE TOWARD THE ANTICIPATED RUNOFF
SOURCE. POST MUST BE EMBEDDED A MINIMUM OF ONE FOOT,
2. THE TOE OF THE SILT FENCE SHALL BE TRENCHED IN WITH A SPADE OR MECHANICAL TRENCHER, SO THAT THE DOWNSLOPE
FACE OF THE TRENCH IS FLAT AND PERPENDICULAR TO THE LINE OF FLOW. HERE FENCE CANNOT BE TRENCHED IN (e.g.
PAVEMENT), WEIGHT FABRIC FLAP WITH ROCK ON UPHILL SIDE TO PREVENT FLOW FROM SEEPING UNDER FENCE.
3, THE TRENCH MUST BE A MINIMUM OF 6 INCHES DEEP AND 6 INCHES WIDE TO ALLOW FOR THE SILT FENCE FABRIC TO BE
LAID IN THE GROUND AND BACKFILLED WITH COMPACTED MATERIAL,
4, SILT FENCE SHOULD BE SECURELY FASTENED TO EACH SUPPORT POST OR TO WOVEN WIRE, WHICH IN TURN IS ATTACHED
TO THE FENCE POST, THERE SHALL BE A 3 FOOT OVERLAP, SECURELY FASTENED WHERE ENDS OF FABRIC MEET.
5, REPAIR OR REPLACEMENT SHALL BE MADE PROMPTLY AS NEEDED.
6. SILT FENCE SHALL BE REMOVED WHEN THE SITE IS COMPLETELY STABILIZED SO AS NOT TO BLOCK OR IMPEDE STORM
FLOW OR DRAINAGE.
7. ACCUMULATED SILT SHALL BE REMOVED WHEN IT REACHES A DEPTH OF HALF THE HEIGHT OF THE FENCE, THE SILT SHALL
BE DISPOSED OF AT AN APPROVED SITE AND IN SUCH A MANNER AS TO NOT CONTRIBUTE TO ADDITIONAL SILTATION.
ENGINEERING DIVISION
113 W. MOUNTAIN STREET
4 .n5n Yaa
SILT FENCE
N.T.S.
EROSION CONTROL DETAILS
SILT FENCE
CQI F3L,E- iC6-SIIk Faws.Mw ----
EC6
WIRE SCREEN
CONCRETE BLOCKS
SEE N I OTE 2 RUNOFF M -'C FILTERED
W* WATER
c
� \ AGGREGATE 11>///�) ///i I I INLET
SECTION
WIRE SCREEN /--- CONCRETE BLOCKS
GRATED INLET
ID ID 10 cl,
t. 1:1 0 M
0 C,
17) 0
F,
4D D
C, 0;
0
0 0
0 ID
0
7777
0
cia
ID
1 CEO
PLAN
AGGREGATE
BLOCK AND AGGREGATE INLET SEDIMENT DEVISE
jr
ENGINEERING DIVISION
113 W. MOUNTAIN STREET
PIIOIIL (471) FM -OM FAX PQ (4M) R*-e=
TITLE
EROSION CONTROL DETAILS
DATE. iG-Y 2+.2011
SHEET:
E C 7
RI
IIESCPTION: BLOCK AND AGGREGATE
INLET SEDIMENT DEVISE
DRAWN BY: AS [CHECKED B'(,.CM L07-0" aM ftr"Wd ImW Seam it Dww""
r
` STONE RIP RAP
2 TTo 15
-%wY�
= I- A LENGTH = POINT A SAME ELEVATION AS POINT B B
= I-_ Dlrcy
SECTION B—B —If PROFILE GRADE 1r--2--
PICTURE EXIST.
GROUND =
SECTION B—B
MATCHEXISTING ORAOE PROVIDE SEED AND MULCH ON
GRADE fl STONE ALL DI87URDEDAREAS RIPRAP
MATCH EXISTING
DITCH BOTTOM
STONE RIP Rl 2
TO Is*
I
SECTION A A
w STONE RIP �Y
L W B RAP
W
W O O 00� 00
AW O WA
W
w
W
w
W
W W
W
W W yy W
IJ
`yJll J
Y W
PLAN VIEW
W
ROCK CHECK DAM
INSTALLATION:
1. EXCAVATE KEYWAY (IF REQUIRED)
2. A GEOTEXTILE FABRIC SHALL BE INSTALLED OVER THE SOIL SURFACE WHERE THE ROCK IS
TO BE PLACED (IF REQUIRED)
3. ROCK DIAMETERS SHOULD BE 2" TO 15' IN DIAMETER
4. ROCK DITCH CHECKS SHOULD NOT EXCEED 3 FEET
- -5-_STONES-SHOULUSE7PCA=-UFTHE-CAANNELBAWS TO
-
AROUND THE DITCH CHECK
B. INSTALLATION SHALL BE PLACED EITHER BY HAND OR MECHANICALLY AND NOT JUST DUMPED
TO ACHIEVE COMPLETE COVERAGE OF THE DITCH AND ENSURE THE CENTER OF THE DAMN IS
LOWER THAN THE EDGES
T. MAXIMUM SPACING BETWEEN MULTIPLE DAMS SHOULD BE SUCH THAT THE TOE OF THE
UPSTREAM CHECK IS THE SAME AS THE TOP OF THE DOWNSTREAM CHECK
INSPECTION:
INSPECT ROCK DITCH CHECKS EVERY (7) CALENDAR DAYS AND WITH -IN 24 HOURS AFTER
EACH RAINFALL EVENT THAT PRODUCES 112" PRECIPITATION,
• SEDIMENT SHOULD BE REMOVED WHEN IT REACHES 112 THE ORIGINAL CHECK HEIGHT
• IN THE CASE OF GRASS-L)NED DITCHES OR SWALES. ROCK DITCH CHECKS SHOULD BE
REMOVED WHEN THE GRASS HAS MATURED SUFFICIENTLY TO PROTECT THE DITCH OR
SWALE, IF THE SLOPE IS 4% OR LESS.
• THE AREA BENEATH THE ROCK DITCH CHECKS SHOULD BE SEEDED AND MULCHED
IMMEDIATELY AFTER THE CHECK DAM REMOVAL
MILEDESCRIPTION: EROSION CONTROL
DATE_'
SHEET:
DETAILS
ENGINEERING DIVISION:,
EA ED
____
.•.• .
a
113 W. MOUNTAIN STREET ROCK CHECK DAM
__—
E C 8
PMm (ale) S7S-Bme LAX Noe (478) FM-agft DRAWN BY: JFS CHECKED BY.- DF71 FlLE: ECe—Rod& Che Dero.a.e
ITEM SP-5 REMOVE, DISPOSE, AND RECYCLE EXISTING BUILDING DEBRIS
DESCRIPTION
SP-5-1.1 This section covers all work required to remove, dispose, and recycle existing on -site
stockpiled building debris in accordance with the locations and details indicated in the Plans and
complying with these Specifications.
STANDARDS
SP-5-2.1 All work, Materials, Construction, shall comply with Section 201 — Clearing, Grubbing,
and Demolition of the City of Fayetteville Standard Specifications, except as modified or augmented
herein.
SP-5-2.2 LEED Requirements: The work of this section is part of the overall requirements to
comply with a level of achievement of the "Leadership in Energy and Environmental Design" or LEED
Green Building Rating System. Comply with SP-1 LEED Requirements,
EXECUTION
SP-5-3.1 The contractor shall be responsible for separating, sorting, storing, and determining what
material within the stockpiled debris is necessary to be reused and recycled as part of obtaining LEED
certification. All other material shall be disposed of in accordance with local, state, and federal laws.
SP-5-3.2 The contractor shall utilize City of Fayetteville dumpsters for trash removal or shall haul
material off -site in accordance with local, state, and federal laws.
SP-5-3.3 The contractor shall haul all building debris not classified as trash and not necessary to
be recycled to meet LEED requirements off -site in accordance with local, state, and federal laws.
METHOD OF MEASUREMENT
SP-54.1 Remove, dispose, and recycle existing building debris stockpiled on -site will not be
measured and the plan quantities will be considered the final quantities for purposes of final payment.
The plan quantities are estimates and may vary. The contractor shall coordinate with the engineer to
document additional stockpiled material to be removed or disposed of and the revised quantity shall be
agreed upon prior to beginning any work associated with the change.
BASIS OF PAYMENT
SP-5-5.I Work completed and accepted under this section and measured as provided above will be
paid for at the Contract Unit Price bid to remove, dispose, and recycle existing building debris stockpiled
on -site which price shall be full compensation for removing, storing, disposing, and documenting for
LEED certification for the items and for all materials, equipment, tools, labor and incidentals necessary
to complete the work.
SP-5 Remove, Dispose, and Recycle
Existing Building Debris SP-5-1 Garver Project No. 13047050
Manufacturing Facility Slab Demolition ADDENDUM NO.3
Payment will be made under:
Item SP-5-5.1 Remove, Dispose, and Recycle
Existing Building Debris
Per Cubic Yard (C.Y.) (Plan Quantity)
END OF SECTION SP-5
SP-5 Remove, Dispose, and Recycle
Existing Building Debris SP-5-2 Garver Project No. 13047050
Manufacturing Facility Slab Demolition ADDENDUM NO. 3
Granite Re, Inc.
kle�s I a— l3
CONTRACTOR:
Arco Excavation & Paving, Inc.
OMINER:
City of Fayetteville, AR
CONTRACT:
Date: 712/13
Amount: $434,945
Description.
BOND:
Bond#:
Date:
Amount:
Performance Bond
SURETY:
Granite Re, Inc.
14001 Quailbrook Drive
Oklahoma City, OK 73134
l�{lll{lllllllllll{1{ltill{111111«{111111111{{�1111ti{llll{l�lll{llll{11111111111
Doc ID: 016294850007 TYPO
Kind: PERFORMANCE BOND
FeeoARec�ded- 6/1 /2 13age itofg73g,34 AM
AR
Kyle Sylvester County , ui 00 10
Kyle Sylvester�i!'c00�rk
FileB0322 (0
Manufacturing Facility Slab Demolition (Former Tyson Complex)
GRAR25434
7/2/13
$434,945
Modifications to this Bond
Arco
Name and
2.
3.
GR0709-1 b
PRINCIPAL
ion &
VNo Yes, see last page
SURETY
Granite Re, Inc.
Inc.
Signature:
Name and ttle:
Bill Eugene Bennett, Jr.
Attorney -in -Fact
The Contractor and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and
assigns to the Owner for the performance of the Construction Contract, which is incorporated herein by reference.
If the Contractor performs the Construction Contract, the Surety and the Contractor shall have no obligation under this
Bond, except to participate in conference; as provided in Subparagraph 3.1.
If there is no Owner Default, the Surety's obligation under this Bond shall arise after:
3.1 The Owner has notified the Contractor and the Surety at its address described in Paragraph 10 below that the
Owner is considering declaring a Contractor Default and has requested and attempted to arrange a conference with the
Contractor and the Surety to be held not later than fifteen days after receipt of such notice to discuss methods of performing
the Construction Contract. If the Owner, the Contractor and the Surety agree, the Contractor shall be allowed a reasonable
time to perform the Construction Contract, but such an agreement shall not waive the Owner's right, if any, subsequently to
declare a Contractor Default; and
3.2 The Owner has declared a Contractor Default and formally terminated the Contractor's right to complete the
contract. Such Contractor Default shall not be declared earlier than twenty days after the Contractor and the Surety have
received notice as provided in Subparagraph 3.1; and
3.3 The Owner has agreed to pay the Balance of the Contract Price to the Surety in accordance with the terms of the
Construction Contract or to a contractor selected to perform the Construction Contract in accordance with the terms of the
contract with the Owner.
4. When the Owner has satisfied the conditions of Paragraph 3, the Surety shall promptly and at the Surety's expense take one
of the following actions:
4.1 Arrange for the Contractor, with consent of the Owner, to perform and complete the Construction Contract; or
4.2 Undertake to perform and complete the Construction Contract itself through its agents or through independent
contractors; or
4.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for
performance and completion of the Construction Contract, arrange for a contract to be prepared for execution by the Owner
and the contractor selected with the Owner's concurrence, to be secured with performance and payment bonds executed by a
qualified surety equivalent to the bonds issued on the Construction Contract, and pay to the Owner the amount of damages
as described in Paragraph 6 in excess of the Balance of the Contract Price incurred by the Owner resulting from the
Contractor's default; or
4.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor and with reasonable
promptness under the circumstances:
.1 After investigation, determine the amount for which it may be liable to the Owner and, as soon as
practicable after the amount is determined, tender payment therefor to the Owner; or
.2 Deny liability in whole or in part and notify the Owner citing reasons therefor.
5. If the Surety does not proceed as provided in Paragraph 4 with reasonable promptness, the Surety shall be deemed to be in
default on this Bond fifteen days after receipt of an additional written notice from the Owner to the Surety, demanding that
the Surety perform its obligations under this Bond, and the Owner shall be entitled to enforce any remedy available to the
Owner. If the Surety proceeds as provided in Subparagraph 4.4, and the Owner releases the payment tendered or the Surety
has denied liability, in whole or in part, without further notice the Owner shall be entitled to enforce any remedy available
to the Owner.
6. After the Owner has terminated the Contractor's right to complete the Construction Contract, and if the Surety elects to act
under Subparagraph 4.1, 4.2, or 4.3 above, then the responsibilities of the Surety to the Owner shall not be greater than
those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the Surety shall not be
greater than those of The Owner under the Construction Contract. To the limit of the amount of this Bond, but subject to
commitment by the Owner of the Balance of the Contract Price to mitigation of costs and damages on the Construction
Contract, the Surety is obligated without duplication for:
6.1 The responsibilities of the Contractor for correction of defective work and completion of the Construction
Contract;
6.2 Additional legal, design professional and delay costs resulting from the Contractor's Default, and resulting from
the actions or failure to act of the Surety under Paragraph 4; and
6.3 Liquidated damages, or if no liquidated damages are specified in the Construction Contract, actual damages
caused by delayed performance or non-performance of the Contractor.
7. The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Construction
Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations.
No right of action shall accrue on this Bond to any person or entity other than the Owner or its heirs, executors,
administrators or successors. The Surety's total obligation shall not exceed the amount of this Bond, and the amount of this
Bond shall be credited for any payments made in good faith by the Surety.
8. The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related
subcontracts, purchase orders and other obligations.
GRO709-16
9. Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location
in which the work or part of the work is located and shall be instituted within one year after Contractor Default or within
one year after the Contractor ceased working or within one year after the Surety refuses or fails to perform its obligations
under this Bond, whichever occurs first. If the provisions of this Paragraph are void or prohibited by law, the minimum
period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable.
to. Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the signature page.
11. When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the
construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be
deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed
incorporated herein. The intent is that this Bond shall be construed as a statutory bond and not as a common law bond.
12. DEFINITIONS
12.1 Balance of the Contract Price: The total amount payable by the Owner to the Contractor under the Construction
Contract after all proper adjustments have been made, including allowance to the Contractor of any amounts received or to
be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled, reduced
by all valid and proper payments made to or on behalf of the Contractor under the Construction Contract.
12.2 Construction Contract: The agreement between the Owner and the Contractor identified on the signature page,
including all Contract Documents and changes thereto.
12.3 Contractor Default: Failure of the Contractor, which has neither been remedied nor waived, to perform or
otherwise to comply with the terms of the Construction Contract.
12.4 Owner Default: Failure of the Owner, which has neither been remedied nor waived, to pay the Contractor as
required by the Construction Contract or to perform and complete or comply with the other terms thereof.
13. Principal: The individual or entity named and listed under the section of this bond titled Contractor. The entity or individual
named as Contractor is not assignable.
MODIFICATIONS TO THIS BOND ARE AS FOLLOWS:
(Space is provided below for additional signatures of added parties, other than those appearing on the cover page.)
CONTRACTOR AS PRINCIPAL SURETY
Company: Company:
Signature:
Name and Title:
GR0709-16
Signature:
Name and Title:
Granite Re, Inc.
Payment Bond
CONTRACTOR: Arco Excavation & Paving, Inc.
OWNER: City of Fayetteville, Arkansas
CONSTRUCTION CONTRACT:
Date: 7/2/13
Amount: $434,945
Description:
SURETY:
Granite Re, Inc.
14001 Quailbrook Drive
Oklahoma City, OK 73134
Manufacturing Facility Slab Demolition (Former Tyson Complex)
Bond#: GRAR25434
Date: 7/2/13
Amount: $434,945
Modifications to this Bond: 10No
CONTRACTOR AS PRINCIPAL
Arco Ex6aNiatibn &
Name and
2.
GR0709-15
Yes, see last page
SURETY
Granite Re, Inc.
A
9
Signature:4�;�Zf
Name and Title:
Billy Eugene Bennett, Jr.
Attorney -in -Fact
The Contractor and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators,
Successors and assigns to the Owner to pay for labor, materials and equipment furnished for use in the performance
of the Construction Contract, which is incorporated herein by reference,
With respect to the Owner, this obligation shall be null and void if the Contractor:
2.1 Promptly makes payment, directly or indirectly, for all sums due Claimants, and
2.2 Defends, indemnifies and holds harmless the Owner from all claims, demands, liens or suits by any person
or entity whose labor, materials or equipment were furnished for use in the performance of the Construction
Contract, provided the Owner has promptly notified the Contractor and the Surety (at the address described in
Paragraph 12) of any claims, demands, liens or suits and tendered defense of such claims, demands, liens or suits to
the Contractor and the Surety, and provided there is no Owner Default.
3. With respect to Claimants, this obligation shall be null and void if the Contractor promptly makes payment, directly
or indirectly, for all sums due.
4. The Surety shall have no obligation to Claimants under this Bond until:
4.1 Claimants who are employed by or have a direct contract with the Contractor have given notice to the
Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to the Owner, stating that a
claim is being made under this Bond and, with substantial accuracy, the amount of the claim.
4.2 Claimants who do not have a direct contract with the Contractor:
.1 Have furnished written notice to the Contractor and sent a copy, or notice thereof, to the Owner,
within 90 days after having last performed labor or last furnished materials or equipment included in the claim
stating, with substantial accuracy, the amount of the claim and the name of the party to whom the materials were
furnished or supplied or for whom the labor was done or performed; and
.2 Have either received a rejection in whole or in part from the Contractor, or not received within 30
days of furnishing the above notice any communication from the Contractor by which the Contractor has indicated
the claim will be paid directly or indirectly; and
.3 Not having been paid within the above 30 days, have sent a written notice to the Surety (at the
address described in Paragraph 12) and sent a copy, or notice thereof, to the Owner, stating that a claim is being
made under this Bond and enclosing a copy of the previous written notice furnished to the Contractor.
5. Within a reasonable period of time after the claimant has satisfied the conditions of Paragraph 4 and after the Surety
has reviewed all supporting documentation it requested to substantiate the amount of the claim, the Surety shall pay
or arrange for payment of any undisputed and earned amounts. These amounts shall only be paid if previously
certified by the Architect or Engineer and paid to Contractor by Owner. Failure of the Surety to satisfy the above
requirements shall not be deemed a forfeiture or waiver of the Surety's or the Contractor's defenses under this Bond
or their right to dispute such claim. However, in such event the Claimant may bring suit against the Surety as
provided under this Bond.
6. The Surety's total obligation shall not exceed the amount of this Bond, and the amount of this Bond shall be credited
for any payments made in good faith by the Surety.
7. Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the performance
of the Construction Contract and to satisfy claims, if any, under any Construction Performance Bond. By the
Contractor furnishing and the Owner accepting this Bond, they agree that all funds earned by the Contractor in the
performance of the Construction Contract are dedicated to satisfy obligations of the Contractor and the Surety under
this Bond, subject to the Owner's priority to use the funds for the completion of the work.
8. The Surety shall not be liable to the Owner, Claimants or others for obligations of the Contractor that are unrelated
to the Construction Contract. The Owner shall not be liable for payment of any costs or expenses of any Claimant
under this Bond, and shall have under this Bond no obligations to make payments to, give notices on behalf of, or
otherwise have obligations to Claimants under this Bond.
9. The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to
related subcontracts, purchase orders and other obligations.
10. No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction
in the location in which the work or part of the work is located or after the expiration of one year from the date (1)
on which the Claimant gave the notice required by Subparagraph 4.1 or Clause 4.2.3, or (2) on which the last labor
or service was performed by Claimant or the last materials or equipment were furnished by Claimant under the
Construction Contract, whichever of (1) or (2) first occurs. If the provisions of this Paragraph are void or prohibited
by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be
applicable.
GR0709-15
11. Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the signature
page. Actual receipt of notice by Surety, the Owner or the Contractor, however accomplished, shall be sufficient
compliance as of the date received at the address shown on the signature page.
12. When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the
construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement
shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be
deemed incorporated herein. The intent is that this Bond shall be construed as a statutory bond and not as a
common law bond.
13. Upon request by any person or entity appearing to be a potential beneficiary of this Bond, the Contractor shall
promptly furnish a copy of this Bond or shall permit a copy to be made.
14. DEFINITIONS
14.1 Claimant: An individual or entity having a direct contract with the Contractor or with a
subcontractor of the Contractor to furnish labor, materials or equipment for use in the performance of the Contract.
The intent of this Bond shall be to include without limitation in the terms "labor, materials or equipment" that part
of water, gas, power, light, heat, oil, gasoline, telephone, service or rental equipment used in the Construction
Contract.
14.2 Construction Contract: The agreement between the Owner and the Contractor identified on the
signature page, including all Contract Documents and changes thereto.
14.3 Owner Default: Failure of the Owner, which has neither been remedied nor waived, to pay the Contractor
as required by the Construction Contract or to perform and complete or comply with the other terms thereof.
15. Principal: The individual or entity named and listed under the section of the bond titled "Contractor". This
individual or entity is not assignable.
MODIFICATIONS TO THIS BOND ARE AS FOLLOWS:
(Space is provided below for additional signatures of added parties, other than those appearing on the cover page.)
CONTRACTOR AS PRINCIPAL SURETY
Company: Company:
Signature:
Name and Title:
GRO709-15
Signature:
Name and Title:
GRANITE RE, INC.
GENERAL POWER OF ATTORNEY
Know all Men by these Presents:
That GRANITE RE, INC., a corporation organized and existing under the laws of the State of OKLAHOMA and having its principal office
at the City of OKLAHOMA CITY in the State of OKLAHOMA does hereby constitute and appoint:
PAT A. GIRARD; BILLY EUGENE BENNETT JR.; ADRIAN W. LUTTRELL, DANNY LEE SCHNEIDER; MICHAEL ADRIAN LUTTRELL; JACQUE L.
LINDSEY its true and lawful Attorney -in -Facts) for the following purposes, to wit:
To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and all
acts and things set forth in the resolution of the Board of Directors of the said GRANITE RE, INC. a certified copy of which is hereto annexed
and made a part of this Power of Attorney; and the said GRANITE RE, INC. through us, its Board of Directors, hereby ratifies and confirms all
and whatsoever the.said:
PAT A. GIRARD; BILLY EUGENE BENNETT JR.; ADRIAN W. LUTTRELL; DANNY LEE SCHNEIDER; MICHAEL ADRIAN LUTTRELL; JACQUE L.
LINDSEY may lawfully do in the premises by virtue of these presents.
In Witness Whereof, the said GRANITE RE, INC. has caused this instrument to be sealed with its corporate seal, duly attested by the
signatures of its President and Secretary/Treasurer, this 19" day of July, 2012.
4TE
STATE OF OKLAHOMA ) SEA L
SS: ...
COUNTY OF OKLAHOMA )
Kenneth D. Whittington, President
Kyle . McDonald, Treasurer
- On this 19" day of July, 2012, before me personally came Kenneth D. Whittington, President of the GRANITE RE, INC. Company and
Kyle P. McDonald, Secretary/Treasurer of said Company, with both of whom I am personally acquainted, who being by me severally duly
sworn, said, that they, the said Kenneth D. Whittington and Kyle P. McDonald were respectively the President and the Secretary/Treasurer of
GRANITE RE, INC., the corporation described in and which executed the foregoing Power of Attorney; that they each knew the seal of said
Corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was so fixed by order of the Board of Directors of
said corporation, and that theysigned their name thereto by like order as President and Secretary/Treasurer, respectively, of the Company..
yy.Fx r._c'4P
My Commission Expires:
August 8, 2013 �.• Notak Public
p
Commission #: 01013257.V,,,' T
GRANITE RE, INC.
Certificate
THE UNDERSIGNED, being the duly elected and acting Secretary/Treasurer of Granite Re, Inc,, an Oklahoma Corporation, HEREBY CERTIFIES
that the following resolution is a true and correct excerpt from the July 15, 1987, minutes of the meeting of the Board of Directors of Granite
Re, Inc. and that said Power of Attorney has not been revoked and is now in full force and effect.
"RESOLVED, that the President, any Vice President, the Secretary, and any Assistant Vice President shall each have authority to appoint
individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety
bonds and other documents of similar character issued by the Company in the course of its business. On any instrument making or
evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond
or undertaking of the Company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced;
provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking."
IN WITNESS WHEREOF, the undersigned has subscribed this Certificate and affixed the corporate seal of the Corporation this
2nd day of July , 20J3TES
tyR -.
SEA L
Kyle P. McDonald, Secretary/Treasurer
GR0800-1
CONTRACTOR:
Arco Excavation & Paving, Inc.
OWNER:
City of Fayetteville, AR
CONTRACT:
Date: 7/2/13
Amount: $434,945
Granite Re, Inc.
gad �3 3;
Performance Bond
SURETY:
Granite Re, Inc.
14001 Quailbrook Drive
Oklahoma City, OK 73134
1111ti111�1�11111111111111111111111111111111ti111�111ti1111111111t11f11111ti11�11111
Doc ID: 015294850007 TYP
Kind: PERFORMANCE BOND
Recorded: 07/17/2013 at 09:35:34 AM
washingto 4GountYapARi of 7
Kyle SYlvast2�00000010
I:ileB03
Description:
Manufacturing Facility Slab Demolition (Former Tyson Complex)
Bond#: GRAR25434
Date: 7/2/ 13
Amount : $434,945
Modifications to this Bond: WiNo ❑Yes, see last page
CONTRALTO S PRINCIPAL SURETY
Granite Re, Inc.
Arco C' ion & in ,,Inc.
Signature Signature:
Name and Title: / /f r Name andTitle:
�/. Bill Eugene Bennett, Jr.
Attorney -in -Fact
2
3
GR0709-16
The Contractor and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and
assigns to the Owner for the performance of the Construction Contract, which is incorporated herein by reference.
If the Contractor performs the Construction Contract, the Surety and the Contractor shall have no obligation under this
Bond, except to participate in conference; as provided in Subparagraph 3.1.
If there is no Owner Default, the Surety's obligation under this Bond shall arise after:
3.1 The Owner has notified the Contractor and the Surety at its address described in Paragraph 10 below that the
Owner is considering declaring a Contractor Default and has requested and attempted to arrange a conference with the
Contractor and the Surety to be held not later than fifteen days after receipt of such notice to discuss methods of performing
the Construction Contract. If the Owner, the Contractor and the Surety agree, the Contractor shall be allowed a reasonable
time to perform the Construction Contract, but such an agreement shall not waive the Owner's right, if any, subsequently to
declare a Contractor Default; and
91
3.2 The Owner has declared a Contractor Default and formally terminated the Contractor's right to complete the
contract. Such Contractor Default shall not be declared earlier than twenty days after the Contractor and the Surety have
received notice as provided in Subparagraph 3.1; and
3.3 The Owner has agreed to pay the Balance of the Contract Price to the Surety in accordance with the terms of the
Construction Contract or to a contractor selected to perform the Construction Contract in accordance with the terms of the
contract with the Owner.
4. When the Owner has satisfied the conditions of Paragraph 3, the Surety shall promptly and at the Surety's expense take one
of the following actions:
4.1 Arrange for the Contractor, with consent of the Owner, to perform and complete the Construction Contract; or
4.2 Undertake to perform and complete the Construction Contract itself, through its agents or through independent
contractors; or
4.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for
performance and completion of the Construction Contract, arrange for a contract to be prepared for execution by the Owner
and the contractor selected with the Owner's concurrence, to be secured with performance and payment bonds executed by a
qualified surety equivalent to the bonds issued on the Construction Contract, and pay to the Owner the amount of damages
as described in Paragraph 6 in excess of the Balance of the Contract Price incurred by the Owner resulting from the
Contractor's default; or
4.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor and with reasonable
promptness under the circumstances:
.I After investigation, determine the amount for which it may be liable to the Owner and, as soon as
practicable after the amount is determined, tender payment therefor to the Owner; or
.2 Deny liability in whole or in part and notify the Owner citing reasons therefor.
5. If the Surety does not proceed as provided in Paragraph 4 with reasonable promptness, the Surety shall be deemed to be in
default on this Bond fifteen days after receipt of an additional written notice from the Owner to the Surety, demanding that
the Surety perform its obligations under this Bond, and the Owner shall be entitled to enforce any remedy available to the
Owner. If the Surety proceeds as provided in Subparagraph 4.4, and the Owner releases the payment tendered or the Surety
has denied liability, in whole or in part, without further notice the Owner shall be entitled to enforce any remedy available
to the Owner.
6. After the Owner has terminated the Contractor's right to complete the Construction Contract, and if the Surety elects to act
under Subparagraph 4.1, 4.2, or 4.3 above, then the responsibilities of the Surety to the Owner shall not be greater than
those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the Surety shall not be
greater than those of The Owner under the Construction Contract. To the limit of the amount of this Bond, but subject to
commitment by the Owner of the Balance of the Contract Price to mitigation of costs and damages on the Construction
Contract, the Surety is obligated without duplication for:
6.1 The responsibilities of the Contractor for correction of defective work and completion of the Construction
Contract;
6.2 Additional legal, design professional and delay costs resulting from the Contractor's Default, and resulting from
the actions or failure to act of the Surety under Paragraph 4; and
6.3 Liquidated damages, or if no liquidated damages are specified in the Construction Contract, actual damages
caused by delayed performance or non-performance of the Contractor.
The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Construction
Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations.
No right of action shall accrue on this Bond to any person or entity other than the Owner or its heirs, executors,
administrators or successors. The Surety's total obligation shall not exceed the amount of this Bond, and the amount of this
Bond shall be credited for any payments made in good faith by the Surety.
8. The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related
subcontracts, purchase orders and other obligations.
GR0709-16
9. Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location
in which the work or part of the work is located and shall be instituted within one year after Contractor Default or within
one year after the Contractor ceased working or within one year after the Surety refuses or fails to perform its obligations
under this Bond, whichever occurs first. If the provisions of this Paragraph are void or prohibited by law, the minimum
period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable.
10. Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the signature page.
H. When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the
construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be
deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed
incorporated herein. The intent is that this Bond shall be construed as a statutory bond and not as a common law bond.
12. DEFINITIONS
12.1 Balance of the Contract Price: The total amount payable by the Owner to the Contractor under the Construction
Contract after all proper adjustments have been made, including allowance to the Contractor of any amounts received or to
be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled, reduced
by all valid and proper payments made to or on behalf of the Contractor under the Construction Contract.
12.2 Construction Contract: The agreement between the Owner and the Contractor identified on the signature page,
including all Contract Documents and changes thereto.
12.3 Contractor Default: Failure of the Contractor, which has neither been remedied nor waived, to perform or
otherwise to comply with the terms of the Construction Contract.
12.4 Owner Default: Failure of the Owner, which has neither been remedied nor waived, to pay the Contractor as
required by the Construction Contract or to perform and complete or comply with the other terms thereof.
13. Principal:The individual or entity named and listed under the section of this bond titled Contractor. The entity or individual
named as Contractor is not assignable.
MODIFICATIONS TO THIS BOND ARE AS FOLLOWS:
(Space is provided below for additional signatures of added parties, other than those appearing on the cover page.)
CONTRACTOR AS PRINCIPAL
Company:
Signature:
Name and Title:
GR0709-16
SURETY
Company:
Signature:
Name and Title:
Granite Re, Inc.
Payment Bond
CONTRACTOR: Arco Excavation & Paving, Inc.
OWNER: City of Fayetteville, Arkansas
CONSTRUCTION CONTRACT:
Date: 7/2/13
Amount: $434,945
Description:
091093
SURETY:
Granite Re, Inc.
14001 Quailbrook Drive
Oklahoma City, OK 73134
Manufacturing Facility Slab Demolition (Former Tyson Complex)
Bond#: GRAR25434
Date: 7/2/13
Amount: $434,945
Modifications to this Bond: No ❑ Yes, see last page
CONTRACTOR AS PRINCIPAL SURETY
Granite Re, Inc.
Arco E a at' n& Pa n, I c.
Signature: ; . Signature:
Name and itle: i11 Name and Title:
Attorney -in -Fact
The Contractor and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators,
Successors and assigns to the Owner to pay for labor, materials and equipment furnished for use in the performance
of the Construction Contract, which is incorporated herein by reference,
2. With respect to the Owner, this obligation shall be null and void if the Contractor:
2.1 Promptly makes payment, directly or indirectly, for all sums due Claimants, and
2.2 Defends, indemnifies and holds harmless the Owner from all claims, demands, liens or suits by any person
or entity whose labor, materials or equipment were furnished for use in the performance of the Construction
Contract, provided the Owner has promptly notified the Contractor and the Surety (at the address described in
Paragraph 12) of any claims, demands, liens or suits and tendered defense of such claims, demands, liens or suits to
the Contractor and the Surety, and provided there is no Owner Default.
GR0709-1 S
3. With respect to Claimants, this obligation shall be null and void if the Contractor promptly makes payment, directly
or indirectly, for all sums due.
4. The Surety shall have no obligation to Claimants under this Bond until:
4.1 Claimants who are employed by or have a direct contract with the Contractor have given notice to the
Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to the Owner, stating that a
claim is being made under this Bond and, with substantial accuracy, the amount of the claim.
4.2 Claimants who do not have a direct contract with the Contractor:
.l Have furnished written notice to the Contractor and sent a copy, or notice thereof, to the Owner,
within 90 days after having last performed labor or last furnished materials or equipment included in the claim
stating, with substantial accuracy, the amount of the claim and the name of the party to whom the materials were
furnished or supplied or for whom the labor was done or performed; and
.2 Have either received a rejection in whole or in part from the Contractor, or not received within 30
days of fumishing the above notice any communication from the Contractor by which the Contractor has indicated
the claim will be paid directly or indirectly; and
.3 Not having been paid within the above 30 days, have sent a written notice to the Surety (at the
address described in Paragraph 12) and sent a copy, or notice thereof, to the Owner, stating that a claim is being
made under this Bond and enclosing a copy of the previous written notice furnished to the Contractor.
5. Within a reasonable period of time after the claimant has satisfied the conditions of Paragraph 4 and after the Surety
has reviewed all supporting documentation it requested to substantiate the amount of the claim, the Surety shall pay
or arrange for payment of any undisputed and earned amounts. These amounts shall only be paid if previously
certified by the Architect or Engineer and paid to Contractor by Owner. Failure of the Surety to satisfy the above
requirements shall not be deemed a forfeiture or waiver of the Surety's or the Contractor's defenses under this Bond
or their right to dispute such claim. However, in such event the Claimant may bring suit against the Surety as
provided under this Bond.
6. The Surety's total obligation shall not exceed the amount of this Bond, and the amount of this Bond shall be credited
for any payments made in good faith by the Surety.
7. Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the performance
of the Construction Contract and to satisfy claims, if any, under any Construction Performance Bond. By the
Contractor furnishing and the Owner accepting this Bond, they agree that all funds earned by the Contractor in the
performance of the Construction Contract are dedicated to satisfy obligations of the Contractor and the Surety under
this Bond, subject to the Owner's priority to use the funds for the completion of the work.
8. The Surety shall not be liable to the Owner, Claimants or others for obligations of the Contractor that are unrelated
to the Construction Contract. The Owner shall not be liable for payment of any costs or expenses of any Claimant
under this Bond, and shall have under this Bond no obligations to make payments to, give notices on behalf of, or
otherwise have obligations to Claimants under this Bond.
9. The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to
related subcontracts, purchase orders and other obligations.
10. No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction
in the location in which the work or part of the work is located or after the expiration of one year from the date (1)
on which the Claimant gave the notice required by Subparagraph 4.1 or Clause 4.2.3, or (2) on which the last labor
or service was performed by Claimant or the last materials or equipment were furnished by Claimant under the
Construction Contract, whichever of (1) or (2) first occurs. If the provisions of this Paragraph are void or prohibited
by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be
applicable.
GR0709-15
II. Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the signature
page. Actual receipt of notice by Surety, the Owner or the Contractor, however accomplished, shall be sufficient
compliance as of the date received at the address shown on the signature page.
12. When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the
construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement
shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be
deemed incorporated herein. The intent is that this Bond shall be construed as a statutory bond and not as a
common law bond.
13. Upon request by any person or entity appearing to be a potential beneficiary of this Bond, the Contractor shall
promptly furnish a copy of this Bond or shall permit a copy to be made.
14. DEFINITIONS
14.1 Claimant: An individual or entity having a direct contract with the Contractor or with a
subcontractor of the Contractor to furnish labor, materials or equipment for use in the performance of the Contract.
The intent of this Bond shall be to include without limitation in the terms "labor, materials or equipment" that part
of water, gas, power, light, heat, oil, gasoline, telephone, service or rental equipment used in the Construction
Contract,
14.2 Construction Contract: The agreement between the Owner and the Contractor identified on the
signature page, including all Contract Documents and changes thereto.
14.3 Owner Default: Failure of the Owner, which has neither been remedied nor waived, to pay the Contractor
as required by the Construction Contract or to perform and complete or comply with the other terms thereof.
15. Principal: The individual or entity named and listed under the section of the bond titled "Contractor". This
individual or entity is not assignable.
MODIFICATIONS TO THIS BOND ARE AS FOLLOWS:
(Space is provided below for additional signatures of added parties, other than those appearing on the cover page.)
CONTRACTOR AS PRINCIPAL
Company:
Signature:
Name and Title:
GR0709-15
SURETY
Company:
Signature:
Name and Title:
GRANITE RE, INC.
GENERAL POWER OF ATTORNEY
Know all Men by these Presents:
That GRANITE RE, INC., a corporation organized and existing under the laws of the State of OKLAHOMA and having its principal office
at the City of OKLAHOMA CITY in the State of OKLAHOMA does hereby constitute and appoint:
PAT A. GIRARD; BILLY EUGENE BENNETT JR.; ADRIAN W. LUTTRELL, DANNY LEE SCHNEIDER; MICHAEL ADRIAN LUTTRELL; JACQUE L.
LINDSEY its true and lawful Attorney- in-Fact(s) for the following purposes, to wit:
To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and all
acts and things set forth in the resolution of the Board of Directors of the said GRANITE RE, INC. a certified copy of which is hereto annexed
and made a part of this Power of Attorney; and the said GRANITE RE, INC. through us, its Board of Directors, hereby ratifies and confirms all
and whatsoever the said:
PAT A. GIRARD; BILLY EUGENE BENNETf JR.; ADRIAN W. LUTTRELL; DANNY LEE SCHNEIDER; MICHAEL ADRIAN LUTTRELL, JACQUE L.
LINDSEY may lawfully do in the premises by virtue of these presents.
In Witness Whereof, the said GRANITE RE, INC. has caused this instrument to be sealed with its corporate seal, duly attested by the
signatures of its President and Secretary/Treasurer, this 19' day of July, 2012.
'
Kenneth D. Whittingthn, President
STATE OF OKLAHOMA ) s e A L
COUNTY OF OKLAHOMA )
Kyle , McDonald, Treasurer
On this 19' day of July, 2012, before me personally came Kenneth D. Whittington, President of the GRANITE RE, INC. Company and
Kyle P. McDonald, Secretary/Treasurer of said Company, with both of whom I am personally acquainted, who being by me severally duly
sworn, said, that they, the said Kenneth D. Whittington and Kyle P. McDonald were respectively the President and the Secretary/Treasurer of
GRANITE RE, INC., the corporation described in and which executed the foregoing Power of Attorney; that they each knew the seal of said
corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was so fixed by order of the Board of Directors of
said corporation, and that they signed their name thereto by like order as President and Secretary/Treasurer, respectively, of the Company.
Y ti
My Commission Expires:
August 8, 2013 a
Commission #- 01013257 f`"�►L''
KWVS-7-575
GRANITE RE, INC.
Certificate
THE UNDERSIGNED, being the duly elected and acting Secretary/Treasurer of Granite Re, Inc., an Oklahoma Corporation, HEREBY CERTIFIES
that the following resolution is a true and correct excerpt from the July 15, 1987, minutes of the meeting of the Board of Directors of Granite
Re, Inc. and that said Power of Attorney has not been revoked and is now in full force and effect.
"RESOLVED, that the President, any Vice President, the Secretary, and any Assistant Vice President shall each have authority to appoint
individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety
bonds and other documents of similar character issued by the Company in the course of its business. On any instrument making or
evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond
or undertaking of the Company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced;
provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking."
IN WITNESS WHEREOF, the undersigned has subscribed this Certificate and affixed the corporate seal of the Corporation this
2nd_ day of July _ , 20]3__. 19
S E A L
Kyle P!McDonald, Secretary/Treasurer
GR08W-1