Loading...
HomeMy WebLinkAbout120-15 RESOLUTIONRESOLUTION NO. 120-15 A RESOLUTION TO APPROVE A CONTRACT EXTENSION WITH 1NSITUFORM TECHNOLOGIES, INC. IN AN AMOUNT NOT TO EXCEED $330,000.00 FOR SEWER REHABILITATION USING CURED -IN-PLACE SANITARY SEWER LININGS BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayetteville, Arkansas hereby approves a contract extension with Insituform Technologies, Inc. in an amount not to exceed $330,000.00 for sewer rehabilitation using cured -in-place sanitary sewer linings. PASSED and APPROVED this 21St day of July, 2015. ennun'% n ATTEST: SONDRA E. SMITH, City Clerk Treasurer ,`�tttttlrrrr����r FAYETTEViur. .x j City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 �t u (479) 575-8323 Text File File Number: 2015-0302 Agenda Data. 7/21/2015 Version: 1 Status: Agenda Ready In Control: City Council Meeting File Type: Resolution Agenda Number: A. 5 INSITUFORM TECHNOLOGIES, INC. A RESOLUTION TO APPROVE A CONTRACT EXTENSION WITH INSITUFORM TECHNOLOGIES, INC. IN AN AMOUNT NOT TO EXCEED $330,000.00 FOR SEWER REHABILITATION USING CURED -IN-PLACE SANITARY SEWER LININGS BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayetteville, Arkansas hereby approves a contract extension with Insituform Technologies, Inc. in an amount not to exceed $330,000.00 for sewer rehabilitation using cured -in-place sanitary sewer linings. CIty of Fayeffeville, Arkansas Page 4 Printed on 7117/2045 City of Fayetteville Staff Review form 2015-0302 Legistar File ID 7/21/2015 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Tim Nyander 6/25/2015 Water & Sewer Maintenance / Utilities Department Submitted By Submitted Date Division / Department Action Recommendation: Staff recommends approval of a contract extension with Insituform Technologies, Inc., and approval of an authorization totaling $330,000 for City of Fayetteville sewer rehabilitation using cured -in-place sanitary sewer linings. Budget Impact: 5400.5700.5815.00 Water and Sewer Account Number 02017-2015 Project Number Fund Sanitary Sewer Rehabilitation Project Title Budgeted Item? Yes Current Budget $ 3,501,920.52 Funds Obligated $ 979,084.44 Current Balance $ 2,522,836.08 Does item have a cost? Yes Item Cost $ 330,000.00 Budget Adjustment Attached? No Budget Adjustment Remaining Budget $ 2,192,836.08 V20140710 Previous Ordinance or Resolution # 61-14 Original Contract Number: 2270 Approval Date: Comments: CITY OF A 17ayee�le ARKANSAS MEETING OF JULY 21, 2015 TO: Fayetteville City Council CITY COUNCIL AGENDA MEMO THRU: Mayor Lioneld Jordan Don Marr, Chief of Staff Fayetteville Water and Sewer Committee FROM: Tim Nyander, Utilities Director DATE: June 25, 2015 SUBJECT: 2015 Sewer Rehabilitation Contract with Insituform Technologies, Inc. RECOMMENDATION: Staff recommends approval of a contract extension with Insituform Technologies, Inc., and approval of an authorization totaling $330,000 for City of Fayetteville sewer rehabilitation using cured -in-place sanitary sewer linings. BACKGROUND: On November 7, 2012, the City of Fayetteville accepted sealed competitive bids for sanitary sewer main line and service lateral lining services with Insituform Technologies, Inc. submitting the successful Bid Proposal (see attached materials). The Bid Proposal includes specific unit prices for various items of work, with the sanitary sewer rehabilitation program then using the pricing to complete the annual rehabilitation program. DISCUSSION: The direct contracting with Insituform Technologies, Inc. allows the City of Fayetteville to execute its sanitary sewer rehabilitation program effectively and efficiently. Pipes being repaired with liners under this contract are either identified by the City through normal maintenance operations or by consultants executing Sanitary Sewer Evaluation Studies (such as the Smoke Testing Program). Either way, engineering and administrative costs are held to a bare minimum as formal plans and specifications are not required. This work is an integral part of the City's ongoing program to maintain its sewer system in the most long-term yet cost effective fashion, with cured -in-place linings being by far the lowest cost strategy for applications where it is appropriate. This will be the 3rd year of a 5 -year renewable contract with Insituform. BUDGET/STAFF IMPACT: Funds are available in the 2015 Sanitary Sewer Rehabilitation Project budget. ATTACHMENTS: • Staff Review Form • PO Request • Resolutions 61-14 & 226-12 • Bid Proposal Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 City of Fayetteville - Purchase Order Request (PO)• equis1 on o.: a : (Not a Purchase Order) - - 6!2912015 P.O Number: All PO Requests shall be scanned to the Purchasing e-mail: Purchasingelayelterllle-ar.gov. Purchase shall not be made until an actual PO has been Issued. Vendor 1464 Vendor Insiturorm technologies,LLC Mail r yes r No Legistar#: #: Name: 2015-0302 FOB Point Taxable Address: 17988 Edison Ave r Yes IV No Expected Delivery Date: Zip Code. Ship to code: Quotes Attached City: Chester ield State: MO 63005 Pay r Yss r No Requester's Employee/f: Extension: Requester: Cheryl Pertain 2548 8224 Item Description Quanta Unit of issue Unit Cost Extended Cost Account Number Pro ect.Sub# Inventory # Fixed Asset/f 2016 Sanitary Sewer Main Line a Service Lateral Cured in Place Lining -Contract 1 EA 330,000.00 $330,000.00 5400.6700.5815.00 02017.2015 Extension - 3rd year of 55 year renewal contract Contract#2270 2 $0.00 3 $0.00 4 $0.00 5 $0.00 6 $0.00 7 $0.00 8 $0.00 9 $0.00 10 $0.00 ShippingfHandling Lot $0.00 Special ns ru ons: Subtotal: $330,000.00 Tax: $0.00 Total: $330,000.04 Approvals: Mayor: Department Director. Purchasing Manager. Chief Financial Officer: Budget Director IT Director: Dispatch Manager: Utilities Manager. Other. Ronne 611512/114 RESOLUTION NO 61-14 A RESOLUTION TO APPROVE A CONTRACT EXTENSION WITH INSITUFORM TECHNOLOGIES, INC. IN AN AMOUNT NOT TO EXCEED $330,000.00 FOR SANITARY SEWER LINING SERVICES FOR CURED -IN - PLACE SANITARY SEWER LININGS BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayetteville, Arkansas hereby approves a contract extension with Insituform Technologies, Inc. in an amount not to exceed $330,000.00 for sanitary sewer lining services for cured -in -place sanitary sewer linings. PASSED and APPROVED this 18" day of March, 2014. APPROVED: ATTEST: By. By: 4(z4'L444 c 4L2 IO LD , ayor SONDRA E. SMITH, City Clerk/Treasurer `',,,tttIIIFtfi r, FAYETTEVILLE _ a \ i;�y.'QItAN�POJ` ` RESOLUTION NO. 226-12 A RESOLUTION TO APPROVE BID #12-75 FOR A CONSTRUCTION CONTRACT WITH INSITUFORM TECHNOLOGIES, LLC FOR SERVICE LATERAL AND SEWER MAIN CURED IN PLACE LINING IN THE AMOUNT OF $330,000.00. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby approves Bid #12-75 for a construction contract with Insituform Technologies, LLC for service lateral and sewer main cured in place lining in the amount of $330,000.00 and authorizes Mayor Jordan to sign the construction contract. PASSED and APPROVED this 4a` day of December, 2012. APPROVED: ATTEST: 2By: zz-�-- By: LI NELD AN, Mayor SONDRA E. SMITH, City Clerk/Treasurer ��� FAYETTEVILLE;; ¶A KA' .,r�N! iONi�O1• EDAT f7 7iIlAEs X00 PbA° G.bfi F_/t11� f E' f 7I CtiL� Bid 12-75, Construction - 2013 Sanitary Sewer Main Line & Service Lateral Lining f _ �.?':r X�if •+_ . ..< .. h4 . r�tya g'.... � ,s. -w . �_. '�}':ri v.. ��'r � .x,''r�' _ -f. .. .. i:� .,...., .. - __ I Insitufarm Technotogies, LLC. 2 SAK Construction, LLC..*." 3 Suncaast infrastructure, Inc. •�� Bid'a�+an�'iAr'+r.nagr9�a1 �oat�onsaeut-ibr�i aut�,orS�tran.b�r{�grIctass: s73,2b7.sa 637,875.00 394,600.00 Detailed Bid Tabulation - 2013 Sanitary Sewer Main Line and Service Lateral Lining, Cured in Place Pipe Method Insitufarm Technoi ies LLC SAK.Construb0on, LLC._... Suncoas .infrasUucture. Inc. item Nn Utt Price In I snit Price 1 to JiithioehL 1 6' x43mm less rehabi itetiao by CIPP of ixis6nswerpcmanhin&compleeiapIace 250 LF . $ 37.E $ 92.500,00 . $ 0 $ 12Q,Q® ® $ 30,00 $ 75 004.04.. 2 8" x 60mm trenchless rehabilitation by CIPP of wd ' sewer mainlin c eta in ]aco 200 ,$ L00, $ 72000.00 L. 34.50 $ 69 000.00 'S 28.00: $ 56000.00, 3 ,. T0" x .0mrn tnmcbiess rehabilitation by. IPP of acts' .sewer i .mainline .. etein. ace L 36.00 S 18 000.00 $ 38.50 .S 19 0.00 .$ 33.. - $ 1600.00. 4 12" x 6.0mm den bless reliibilitati n "tI'PP of m ' eke' LY . $ .. .._.42.0.0.:.5... 21,00(1,00. ,5...... 56.80 S.....28.000.00 S .... - - 38.00 $ 19,000.00 5.. 15" x 7.Smm truthless rehabilitation by CIPP'bf i6thigsestcr,pijcmainIincconntieteln.vace •__ 500 .LF 5.4.00 1 27000.00_, .$....... 66.75 ;$ 33,375.00 S 65.00 S 32.500.00. 6 18" x 9trmt tratichleas rehabilitation by CIPP of rdstingsepemaInliire.comp1etehi4ace 500 i I F 68.00 $ 3000.00 $ 101.00 $ 50.500.001 $ 85.00 S 42 500.00 7 1itcaal'remseatnneat . - ;Iatsra3a 1S1 E4; $. (101 $ 1.550 ,$ 10.0.04 $ 1500000 S 50,00 $ 7,500.00 8 renchlessreliabilitatioabyC1PPofexiadng4" i Service Lateral $ 50.00 $ 40.500.00 $ 3.300.0(1 99 000.00: S 3345.00 $ 100,350.00 9 tandard.Mabili�atice: within 15 da cEA 1 00000 Al 000.00 $.24,500.0(1 $ 49 000.00: "$ 1500.00 S 15000.00 lA Mobi'lipshoa, within3 1 .&# 2000.00 8. .. .000.00._ S.36750.OR. $.... 3.6,750.00: S.":.__-9000.00: S" x.00000 if P Qoiaflt -12" Diameter lO S ;EA $ 85000..$ 50OQ....:.$.... _.3..60000 .$..... 18.00000 .S ._.._. _ 3.650.00..E „ „1..& ,00 T l ...... .........:: .............. ..:.. » . ...: 5 $ 3 1.50:..... S S.3? 875.00:` ... ., S .341 00: 4.0 BIDDER'S PROPOSAL 4.1 ITEMIZED DESCRIPTION OF BID PRICING TO: City of Fayetteville Fayetteville, ,Arkansas The undersigned bidder, having examine.tti e se Alions and contraet.4owtd leipigedas to the extent and character of the wori�, pwposeall ecpnpment and to peiform all labor and work necessary for the completion of the woikdescnbed.:by'and in accordanewihThcspeciftcat and::contracts: r the following prices to wit. The unit prices shall be written in words on each line below the item description. The unit price in figures and extended total in figures shall be written on the lines provided. The total bid amount shall be written in both figures and words on the lines provided. 1 0 Item Description�p U it rice Qt. UIn Fi�ures TOM 6" x 4.5mm trenchless rehabilitation by CIPP of existing sewer pipe I mainline, complete in place :a4_ 2500 LF :.SAD... dct2l� $ 370. . . 8" x 6.Omm trenchless rehabilitation by CIPP of existing sower pipe mainline, complete in place ►`��y stK 4K(k '%D dollars 2000 LF $ 3.00 $ 7).1 oop .nth 10" x 6.0mm trenchless rehabilitation by CIPP of existing sewer pipe mainline, complete in place Y sl #4 M DD dollars Sao LF 12" x COMM trenchless rehabilitation by CIPP of existing sewer pipe 4 mainline, complete in place { M Iwo AR& goo dollars 500 LF $'U.°° I,ODO.do $ g2..00 $ �l 0O!00.,. toJrn A»nrox• Unit Price No Item Description Qlx. Unit In Figures Total 15" x 7.5mm trenchless rehabilitation by CIPP of existing sewer pipe 5;: mainline, complete in place F ir1�i 40C Aiie %ICD dollars 500 LF $ 4.01 2.7, 0O0. ©Q 18" x 9mm trenchless rehabilitation by CIPP of existing sewer pipe 6.: mainline, complete in place Sim .etiC k4 I4 o;; dollars • Internal reinstatement of Service '7 Laterals of ,2CCO aN XW dollars 500 LF $ (4 .00 $ ....... OD..QQ 150 EA $ Q'dI $ 1. TO Trenchless rehabilitation by CIPP of =:9 existing 4" Service Lateral 0t aoc#K4 Alto, ke,44 ;Mu a4 "dollars .30 EA $ . DO : $ s i0 00.00 Standard Mobilization (within 15 working days) TMco$% €Rd. 100 dollars.. Emergency Mobilization (within 3 10 working days) ' i1. t c4 1 c4 k //oo dollars CIPP Point Repair, 6" -12" 11 Diameter,10 LF 2 RA $ (,000.00 •$2.aod._• oo......... I BA oao, oo $ 2. oo0 .00 . 5 EA $ ,'.d.o0 * £j.0.00 TOTAL BIDAMOUNT r 2L312.l.o rdt kuNd '` t T Qt eE1�l� hWo Litc `I The undersigned understands that this bid is for a teen maintenance contract for the rehabilitation of sanitary sewer mainlines throughout Fayetteville, Arkansas and that the City of Fayetteville here may choose to purchase more, less, or none of the rehabilitation, depending upon its needs. The City of Fayetteville is under no obligation to purchase a minimum amount of any item awarded. This contract is generally for miscellaneous and unidentified rehabilitation of sanitary sewer mains and service connections using the cured -in -place pipe method. The bidder understands that the City of Fayetteville reserves the right to reject any or all bids, and to waive informalities in the bidding. The undersigned fluther agrees that the proposal guaranty may be retained by the City of Fay�ville, Arkansas, provided the undersigned is one of the lowest and most advantageous bidders, and that said proposal guaranty shall remain with the City of Fayetteville until the contract has been signed, and the bond required for the faithful performance of the contract has been made by one of the lowest responsible bidders; otherwise, proposal guaranty may be obtained from the City of Fayetteville after forty-eight hours from the time of opening of the bids. The undersigned hereby declares that he has bad sufficient time to make all test and investigations to arrive at an intelligent estimate of the cost of doing the work, and has carefully examined the specifications and documents relating to die work covered by his bid or bids, that he agrees to do the work, and that no representation made by the City of Fayetteville are in any sense a warranty, but are mere estimates for guidance dithe CONTRACTOR. Upon receipt of notice of the acceptance of the bid, we will execute the formal contract attached in quintuplicate, within ten days, and will deliver a Surety Bond for the faithfnl performance of the contract, and such other bonds as may have been required in the specifications. The bid security attached in the sum of 5%of the greatest amount of the total bid is ($5%) is to become the property of the City of Fayetteville if a cashier's chedq, and if a bond, the principal amount shall be paid to the City of Fayetteville, in the event the contract and bond are not executed within the time set forth, and to be considered as liquidated damages because the delay and additional work caused thereby are incapable of accurate ascertainment. RESPECTFULLY SUBMITTED Bidder ui:orm Tecbnologies, LLC_ Bidder H. Douglas Thomas Y.P. -Global Procurement /Ops sIGawavrFANTh x1a Business Address 17988 Edison Avenue Chesterfield, MO 63005 Telephone Number 636-530-8000 AX Number 636-530-0751 Arkansas Contractors License Number 0072030413 NOTE: DO NOT DETACH BID FROM OTHER PAPERS BOUND IN THIS DOCUMENT. Fill Bid Form in with ink and submit complete with all other papers bound In this document BOND RIDER tjL-Vl To be attached to and form part of a Performance and Payment Bond Bond No. 105852578 , dated November 20, 2012 issued to Insituform Technologies, LLC., 17988 Edison Avenue, Chesterfield, MO 63005 as Principal, and Travelers Casualty and Surety Company of America. One Tower Square. Hartford, CT 06183 as Surety, in favor of City of Fayetteville, 113 West Mountain Street, Fayetteville, AR 72701 It is understood and agreed that the Bond is changed or revised in the particulars as checked below: ( ) Name of Principal changed to: ( X ) Amount of bond changed from: Six Hundred Forty Three Thousand Two Hundred Fifty One and 50/100 ($643,251.50 to: Nine Hundred Eighty Six Thousand Three Hundred Seventy and 581100 ($ 986,370.58 ( X ) Other: Year 3 of contract/bond is effective January 1, 2015 to December 31, 2015 , as Obligee. DOLLARS, ) DOLLARS, Said Bond shall be subject to all its terms, conditions and limitations, except as herein expressly modified. This Bond Rider shall become effective as of January 1, 2015 Signed, sealed and dated August 4, 2015 S-3170/GE 2198 Travelers Casualty and Surety Company of America By: Andrew P. Theme, Attorney -In -Fact l41[llllllll4llllltll4lltllllllllltlllltllllll1l11llllllllllllllllllllllllEll�ll Dec ID: 016427920004 Type: Kind: PERFORMANCE BOND Recorded: 09/04/2015 at 11:07:46 AM Fee Amt: $30.00 Page I of 4 Washington County, AR Kyle Sylvester Circuit Clerk FileBO33-00000448 XDF State of Missouri County of St. Louis On 8/04/2015, before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared Andrew P. Thome known to me to be Attorney -in - Fact of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of said corporation, and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year stated in this certificate above. 6uj&apm- Amanda L. Williams, Notary Public AMANDA L. WILLIAM"] rotary Public - Notary Seal STATE OF MISSOURI St. Louis County ,14+ ommsssion Expires: July 24, 2017 My Commission Expires: r ..:ommission #13507257 WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED A POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surely Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surely Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 229369 Certificate No. 0 0 6 3 6 8 9 7 5 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, Si. Pau] Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, •`ravelers Casualty and Surety Company of America. and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Andrew P. Thome, Dana A. Dragoy. Peter J. Mohs, Debra A. Woodard, Barbara Buehhold, Michael I). Wicdcmcier, and Arnanda L. Williams of the City of Chesterfield , State of Missouri . their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds. recognizances. conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law, FCC . tti IN WITNESS WHEREOF, the Companies caused this instrunieent to he signed•and t co� to seals to be hereto affixed, this 14th day f Farmington Casualty Company ,Q 9 St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company,O Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company o�s�,�t J J4riFt � s o��,M �"SG a� tMsygq J��tr a+ J+%Wri �Y'tA"D : ��►O4�t t� s� Z bi 982 �9n "f i iii -.- �'n W HARTFOtO, 4 c ,`sEaL o' 58,tLLs; C0ra+. " 89b S4NC[. IS . +�t� 1P •-^ � �Fi� F?� � Attu State of Connecticut City of Hartford ss. ly: Robert L. Raney. enior Vice President 14th On this the day of May 015 before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company. Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters. Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercur/ Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by hin•self as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2016. O AU 1 f 0 C. Marie C. Tetrcault, Notary Public 58440-8-12 Printed in U.S.A. INVALID WITHOUT THE This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances. contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President. any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. 1, Kevin E. Hughes, the undersigned, Assistant Secretary. of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters. Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and UnitediStates Fidelityand Guaranty Company do hereby certify that the above and foregoing n M .v (a is a true and correct copy of the Power of Attorney executed by said Compies ,whtchtis irrfull force and effect and has not been revoked. IN TESTIMONY WHEREOF. I have hereunto set my hand and affixed a seals of said Co�m"4panies this 4 day of August .20 15 f E. Hughes, Assistant Sec Lary 4111[ `�i I�S4 a+ µlt74F If0CgF}�, . r�n HNtTFORU. FS4411a1� rl To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED Crcrr 0Icceou- - City of Fayetteville Staff Review Form 2016-0361 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Police / Greg Tabor 7/27/2016 Police Department Submitted By Submitted Date Division / Department Action Recommendation: Staff recommends approval of the grant closeout documents for the 2015-2016 federal and state funding period of the 4th Judicial District Drug Task Force. Budget Impact: Account Number Project Number Fund Project Title Budgeted Item? NA Current Budget Funds Obligated Current Balance Does item have a cost? NA Item Cost Budget Adjustment Attached? NA Budget Adjustment Remaining Budget V20140710 Previous Ordinance or Resolution # 119-15 Original Contract Number: Comments: Approval Date: � 'i4- ( LQ CITY OF "ttt� flie STAFF MEMO ARKANSAS TO: Lioneld Jordan, Mayor FROM: Greg Tabor, Chief of Police DATE: July 26, 2016 SUBJECT: Grant Closeout Documents for 4t'' Judicial District Drug Task Force RECOMMENDATION: Staff recommends approval of the grant closeout documents for the 2015-2016 federal and state funding period of the 4'" Judicial District Drug Task Force. BACKGROUND: City Council approved Resolution Number 119-15 on July 21 2015. This resolution accepted federal and state grant funding for the 4t" Judicial District Drug Task Force from the Edward Byrne Memorial Justice Assistance Grant and the State Drug Crime Enforcement and Prosecution Fund. DISCUSSION: A requirement of these grant funds is to submit a Year End Financial and Inventory Report. These documents will initiate the grant closeout process performed by the Office of Intergovernmental Services within the Arkansas Department of Finance and Administration. BUDGET/STAFF IMPACT: There are no budget or staffing issues related to the closeout processes of these grants. Attachments: J15-004-12 Year End Report J15-004-DF Year End Report Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 DEPARTMENT OF FINANCE AND ADMINISTRATION PAGE 1 OF 1 OFFICE OF INTERGOVERNMENTAL SERI/ICES � 3• pJ.., a YEAR END FINANCIAL REPOR pl~ERALAY+IARDEb .P AMOUNT :_,EDERAL:AM tJ -. .,LINI:3 E FE[5'...-,::.,TYsTF.. T.M1,{.... D; :: ,aY11AR[?>w_..1Mf� I ATIxr1t1 iih1E ITEM STATE. ( LIN. T rt(1 1 .?. �) (LOCAL BUD.GET:CATETORIES AMOUNT . AMOUNT: RECEIVED !1/SD- :.:(YTD) _ ...Y,1�?:R.... FUND).:BALAN0E, : •; : AMOUNT:.::! ..,:, .. REEVED FUN : BALANCE U) EUD SLOCALATGN-,. LO TRH I ALANCE MATCH) SALARIES 01:Oswalt : 35,544.66 35,544.66 ... . .....::.: .......:.: 7,108.93 7,108.93 ; 4,739.28 SALARIES .02 (Moore);;'; 32,354.25 32,354.25 6,470.85 6,470.85 4,313.90 SALARIES 03(Potter):::: 32,245.68 6,082.68 ........: :.... 26 163 417.. 6,449.14 1,216.52 : ;...5,23262 4,299.42 x,488.38 .. ,.... ,;. ,_..: aan,::::.. ..,'. :, :: , ::"::' '.::,, i�: ',. ! i , ;:,,r•„•a,•.„:7,bt1 „44 59 .....:........ ........... .... . .•.rr.:,r,n.,o•: '. '� " .,$ ,:_ ;7, ,9.&�LOs..9: $ 26,163.00 i�n, .'f: at(rf:fssaanQ?9^� ,: ;i ?,..,:";,:..;isf;;!nI4 u m io T:?� X01,: $ 5,232.62 $,;,€., ,! ..d3.352.6i: $ 3,488.38 M DEPARTMENT OF FINANCE AND ADMINISTRATION OFFICE OF INTERGOVERNMENTAL SERVICES PAGE 1 OF 1 AGENCY NAME: SUBGRAIyT N0 PROJ;ECT PE:RI:O17 4th JD DTF (City of Favettevilie) J15-004-15 July 1, 2015 -June 30, 2016 AUTHORIZED OFFICIAL: :` FUNDING. TYPE:. Mayor Lioneld Jordan Edward Byrne Memorial Justice Assistance Grant LIST ALL EQUIPMENT AND/OR PROPERTY PURCHASED (in whole or in part) WITH FEDERAL/STATE FUNDS List in order of purchase, most recent purchases appearing first. Date of .: Item Purchase Price Percent Paid with Location of Item Purchase ..:::. Awarded,Funds . N/A .....__,::-_ N/A ....---._:�:-:::::_-::::.:•-::N/A ..._..,..:_^:•._:.:.__.:.__... ........_.c........................._.....,.•r.::�,::c:iE3F::o:•i^ii�zPi'riii:i3�?i:•iE�Ziii:,x. _ - _ _ AUTH IZ OF SIGNATURE DATE 7/26/2016 2:28 PM DEPARTMENT OF FINANCE AND ADMINISTRATION OFFICE OF INTERGOVERNMENTAL SERVICES YEAR END FINANCIAL REPORT PAGE 1 OF 1 6UbGEYCATEY0lt1ES; SEATEAWARDEQ STATEATJIOUN7 LIN@CYEM{STATE APPROVED. BUDG1~FE:fYW-F H LINT i��h1�LOC�CL __._..... _ _ :;_ ANlc3UNT {YfD).RECEN_q fUNq) BAiANCE: NfATCkI�B{)L ANGE SALARIES'01(French) is 42,473.60 42,473.60 10.618.40 Profess,onal Serv,ce5' $PD 30,825.94 30,825.94 7,706.49 Professional Services _ " 28,895.44 28,895.44 7,223.86 VYCSO Professional Se[� ices :: RGP..D 20,241.77 20,241.77 8,060.44 .; g _ ' 922,A3S 75a -Jis' "€ = 122 436.7$: $ '= _3>6O. 19 $ .STATEATN1kRti 100% —ti lQfAl Mx1T&FJ 100% .. : .... __a,:°_.._._�._.. - ._'_ _ _ _-_—_---'--...--•----- ...._:.�.,..:.:..,_,�_ ,... _ E -UQ ME ..T.SIRE{1�RK.S-�'s`:;E5:C:E:.i:�hs"t�'»`_� �;=E=_�i:;;-.... _ —_ _.,. Q .A. t~:�X:��.I�:Qrii�f�i-T�...�".._...(V.�_...N...._....... ,i k �..........._..may. The 4th tldlciat Risthct Dftlg..T.asK Foe(Ottl lD...7F._..SUi 1....._. t ..-.t ds glskaineaf thmr+gn rant ta_Ec+rttrat its ,goafshd kbJsepves: t17Foggfjout the grant year 7te:4th JDDT.: opeTted.824 Cas$ sd4668, Fast s 2f?ds reIS2W�rrenis_ _TM4h T4 eIzure'sfor111egrapf year are as fo11oYs 2 7grams;ofgrackweocalgb 148 17-gtai)ls of cacafoe_•,..,_ gpwde)' 1$ jO grams, of MDNiA 2405 ecs asy pills 2024 grarrrs afrrrar j©ana 10 8 grams of meff3amp1aetamine-'poWdsY 6758 gramsof Ice ?3 9rariis€ ` psltoe birtmushrooms 2313 dosage Units of feS rJ twtl +lf 2 Y$ titl56pf L8D 24."z rams of heroin 3 a netbamphetamine:I bs -3S firearms' $276.856 00.in state A sets m£__.:: .......,; — — Catego State Local SALARIES 42,473.60 10,618.40 PROFESSIONAL SERVICES 79,963.15 22,990.79 $ 122,436.75 $ 33,609.19 7/26/2016 1:44 PM �a STAr DEPARTMENT OF FINANCE AND ADMINISTRATION OFFICE OF INTERGOVERNMENTAL SERVICES w r pl N � INVENTORY REPORT AGENCY NAME StI.BGRE�,NT NO PROJECT PERIOD 4th JD DTF (City of Fayetteville) J15-004-DF July 1, 2015 -June 30, 2016 AUTHORIZED OFFICIAL:—.::FUND1NG TYPE Mayor Lioneld Jordan State Crime Drug Enforcement and Prosecution Fund PAGE 1 OF 1 LIST ALL EQUIPMENT AND/OR PROPERTY PURCHASED (in whole or in part) WITH FEDERAL/STATE FUNDS List in order of purchase, most recent purchases appearing first. Date of Percent Pakd with Item Purchase Price Location of Item Purchase Awarded Funds_ AL SIGNATURE DATE 7/26/2016 1:44 PM