Loading...
HomeMy WebLinkAbout129-16 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 129-16 File Number: 2016-0279 BID # 16-35 CARNAHAN-WHITE OF ARKANSAS, LLC: A RESOLUTION TO AWARD BID # 16-35 AND APPROVE A CONTRACT WITH CARNAHAN- WHITE OF ARKANSAS, LLC IN THE AMOUNT OF $49,983.00 FOR THE CONSTRUCTION OF THE NOLAND WASTEWATER TREATMENT PLANT EFFLUENT POND SECURITY FENCE PROJECT, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $5,000.00. 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 awards Bid # 16-35 and approves a contract with Carnahan -White of Arkansas, LLC in the amount of $49,983.00 for the construction of the Noland Wastewater Treatment Plant Effluent Pond Security Fence Project, and further approves a project contingency in the amount of $5,000.00. PASSED and APPROVED on 7/5/2016 Attest: Sondra E. Smith, City Clerk`���►�+rrrrtll►>rr li�y 1 Ip Treasurer ,�*�. • • * r FAYE EVILL£ f � Av Page 1 Printed on 716116 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Text File File Number: 2016-0279 Agenda Date: 7/5/2016 Version: 1 Status: Passed In Control: City Council Meeting File Type: Resolution Agenda Number: A. 3 BID # 16-35 CARNAHAN-WHITE OF ARKANSAS, LLC: A RESOLUTION TO AWARD BID # 16-35 AND APPROVE A CONTRACT WITH CARNAHAN-WHITE OF ARKANSAS, LLC IN THE AMOUNT OF $49,983.00 FOR THE CONSTRUCTION OF THE NOLAND WASTEWATER TREATMENT PLANT EFFLUENT POND SECURITY FENCE PROJECT, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $5,000.00 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 awards Bid # 16-35 and approves a contract with Carnahan -White of Arkansas, LLC in the amount of $49,983.00 for the construction of the Noland Wastewater Treatment Plant Effluent Pond Security Fence Project, and further approves a project contingency in the amount of $5,000.00. City of Fayetteville, Arkansas Page 1 Printed on 71612016 City of Fayetteville Staff Review Form 2016-0279 Legistar File ID 6/21/2016 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Tim Nyander 6/1/2016 Utilities Director/ Utilities Department Submitted By Submitted Date Division / Department Action Recommendation: Approval of a contract in the amount of $49,983.00 with Carnahan - White of Arkansas for the construction of the Noland WWTP Effluent Pond Security Fence Project and a project contingency of $5,000.00 (10%). 5400.5800.5801.00 Account Number 02032.1 Project Number Budgeted Item? Yes Budget Impact: Water/Sewer Fund WWTP Building Improvements Project Title Current Budget $ 531,910.00 Funds Obligated $ 17,533.00 Current Balance Does item have a cost? Yes Item Cost $ 54,983.00 Budget Adjustment Attached? No Budget Adjustment $ - Remaining Budget V20140710 Previous Ordinance or Resolution # Original Contract Number: Approval Date: Comments: Item Cost reflects contract of $49,983.00 plus a contingency of 5,000.00 for a total item cost of $54,983.00 CITY OF ttvtIie ARKANSAS MEETING OF JUNE 21, 2016 TO: Mayor and City Council THRU: Don Marr, Chief of Staff FROM: Tim Nyander, Utilities Director CITY COUNCIL AGENDA MEMO DATE: June 1, 2016 SUBJECT: Approval of a contract in the amount of $49,983.00 with Carnahan - White of Arkansas for the construction of the Noland WWTP Effluent Pond Security Fence project and a project contingency of $5,000.00 (10%). RECOMMENDATION: Staff recommends City Council approval awarding a contract in the amount of $49,983.00 to Carnahan - White of Arkansas for the construction of the Noland WWTP Effluent Pond Security Fence project and a project contingency of $5,000.00 (10%) for a total of $54,983.00. BACKGROUND: The effluent pond fence is a previously approved CIP project to provide a security fence around the Noland WWTP effluent pond. The Project was designed, specified and bid by the City's Engineering Division. DISCUSSION: On May 18, 2016, the City received eight (8) construction bids for this project. Carnahan - White of Arkansas submitted the lowest bid which was approximately 65% below the Engineer's Estimate of $110,000.00. Engineering staff recommends awarding this contract to Carnahan — White of Arkansas. The contract time is 45 days for final completion. BUDGET/STAFF IMPACT: Budgeted funds are available within the Wastewater Treatment Plant Building Improvements CIP project. Attachments: Staff Review Form Purchase Order Request Contract Agreement Bid Tabulation Bid Form Mailing Address: 113 W. Mountain Street wwww.fayetteville-ar.gov Fayetteville, AR 72701 City of Fayetteville - Purchase Order Request (PO) Requisition No ate (Not a Purchase Order) 5/26/2016 P.O Number All PO Requests shall be scanned to the Purchasing e-mail: Purchasing@fayetteville-ar.gov. Purchase shall not be made until an actual PO has been issued. Vendor #: 26941 Vendor Carnahan -White of Arkansas Mail I]}'ES ❑No Legistar#: Name: 2016-0279 Address: 4269 Jaile Lane FOB Point Taxable QS Expected Delivery Date: City: Springdale AR Zip Code: Ship to code: Quotes Attached 72762 EIYES ❑No Requester: Matt Casey Requester's Employee #: Extension: 2119 3429 Item Description Quantity Unit of Issue Unit Cost Extended Cost Account Number Project.Sub# Inventory # Fixed Asset # Construction of Noland WWIN 1 Effluent Pond Security Fence Bid#16- 1 $49,983.00 5400.5800.5801.00 02032.1 6369 35 Fixed Asset#6369 2 3 $0.00 4 $0.00 5 $0.00 6 $0.00 7 $0.00 8 $0.00 9 $0.00 10 $0.00 Shipping/Handling Lot $0.00 Special Instructions: Subtotal: $49,983.00 Tax: $0.00 Total: $49,983.00 Approvals: Mayor: Department Director: Purchasing Manager Chief Financial Officer: Budget Director: IT Director: Dispatch Manager: Utilities Manager: Other: Revised 1/'2t/2015 City of Fayetteville Bid 16-35, Construction — Noland WWTP Effluent Pond Security Fence Contract — Between City and Contractor This contract executed this J. day of contained herein, the parties agree as follows: 2016, between the City of Fayetteville, Arkansas, and In consideration of the mutual covenants ndyw, %4ili . at its own cost and expense shall furnish all labor, materials, supplies, machinery, equipment, tools, supervision, bonds, insurance, tax permits, and all other accessories and services necessary to complete items bid per Bid 15-63 as stated inc r..k. ) ki bid proposal, and in accordance with specifications attached hereto and made a part hereof under Bid 15-63, all included herein as if spelled out word for word. 2. The City of Fayetteville shall pay bwm Llk based on their bid proposal in an amount not to exceed $ 1g3.!. Payments will be made after approval and acceptance of work and submission of invoice Payments will be made approximately 30 days after receipt of invoice. 3. The Contract documents which comprise the contract between the City of Fayetteville and Catr,i]n % Wh k. consist of this Contract and the following documents attached hereto, and made a part hereof: Bid form identified as invitation to Bid 16-35 with the specifications and conditions typed thereon. WLuks bid proposal. The Notice to Prospective Bidders and the Bid Tabulation. These Contract documents constitute the entire agreement between the City of Fayetteville and .,w.Lwt. k4L.t and may be modified only by a duly executed written instrument signed by the City of Fayetteville and C4,r,.a.L.e.. WLlr. . 5. ' Ap4Ne! L VW14_ shall not assign its duties under the terms of this agreement. 6. Ce&,WL.,;>K. agrees to hold the City of Fayetteville harmless and indemnify the City of Fayetteville, against any and all claims for property damage, personal injury or death, arising from (u 1... L1 it.d perforrrlance of this contract This clause shall not in any form or manner be construed to waive that tort immunity set forth under Arkansas Law. GMwf►rr.. lilt.+_ shall furnish a certificate of insurance addressed to the City of Fayetteville, showing that he carries the following insurance which shall be maintained throughout the term of the Contract. Any work sublet, the contractor shall require the subcontractor similarly to provide worker's compensation insurance In case any employee engaged in work on the project under this contract is not protected under Worker's Compensation lnsurance,C_o . *,I.wti IJshall provide and shall cause each Subcontractor to provide adequate employer's liability insurance for the protection of such of his employees as are not otherwise protected. Workmen's Compensation Statutory Amount City of Fayetteville, AR Bid 16-35, Construction - Noland WWTP Effluent Pond Security rence Page 28 of 29 You created this PDF from an application that is not licensed to print to novaPDF printer (http://www.novapdf.com) Comprehensive General & Automobile Insurance Bodily Injury Liability $500,000 for each person injured. $1,000,000 for each accident. Property Damage Liability $1,000,000 aggregate. The premiums for all insurance and the bond required herein shall be paid by CA^.JA+. tj%4 8. l i► L. to furnish proof of licensure as required by all local and state agen( 9. This contract may be terminated by the City of Fayetteville or Arr to tJ}j. written notice, 10. This project shall be completed within 45 calendar days from issue date of Notice to Proceed. 11. Liquidated Damages: Not applicable for this project. 12. Freedom of Information Act: City of Fayetteville contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A,C.A. 25- 19-101 et. Seq.). Only legally authorized photo coping costs pursuant to the FOIA may be assessed for this compliance. 13. Changes in Scope or Price: Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. WITNESS OUR HANDS THIS 3I DAY OF , 2016. CONTRACTOR NAME By: ignature Printed Contractor Name & Title ATTEST (Signature) ' Company Secretary Business Address City, State & Zip Code ted Name1Gl.A LORINE FAGEN Arkansas - Washington County Notary Public - Comm. 4 12695769 My Commission Expires Sep 16, 2025 It�er�.. ix�wz Date Signed: ,at 'Z�1( City of Fayetteville, AR Bid 16-35, Construction - Noland WWTP Effluent Pond Security Fence Page 29 of 29 ATTEST: (S re) . S Sondra Smith, rele I₹ T'reasur`rl�,-, ; FAYETTEVILLE sue' • "S% % . kA Ns� • ��.'� ,¼G TQN ` II,'111'I IIIMk� Date Signed: 7j 20/4 You created this PDF from an application that is riot licensed to print to novaPDF printer (http:llwww.novapdf.com) CITY OF • a eLt evI e ARKANSAS Bid: 16-35 DATE: 05.18.2016 TIME: 2:00 PM CITY OF FAYETTEVILLE Bid 16-35, Construction - Noland WWTP Effluent Pond Security Fence Bidder Total Base Bid = Bill's Fence Co. $64,897.00 Carnahan - White $49,983.00 Center Point Contractors $84,573.00 Delta Specialty Cont. $58,000.00 KB Structural $75,990.00 Modern Fence and Supply Co. $56,448.00 Modern Fence Co $77,718.66 Robinson Fence Co. $64,000.00 Official Bid Tabulation" *NOTICE: Bid award is contingent upon vendor meeting minimum specifications and formal authorization by City officials. CERTIFIED: Rennie, Purchasing Agent WITNESS '16116 CITY OF 'ttaye I:e Project Check List evi ARKANSAS This checklist is for the Bidder's use in preparing & submitting a bid. It is not intended to include all details necessary to prepare a bid and shall not be used as a substitute for the re - uirements of the bid documents. Information is shown below only as a matter of convenience. Use of this checklist does not relieve the Bidder from the responsibility of meeting all requirements of the Specifications concerning the preparation of an acceptable bid. Bidders are welcome to use this form as a coversheet for a sealed envelope; however, using this form itself is NOT a requirement. 5% Bid Bond of the amount bid accompanied by required documentation (Power of Attorney, etc.) - In lieu of a bid bond, the bidder may submit a cashier's check from a bank located in the State of Arkansas for at least five percent (5%) of the amount bid (inclusive of any deductive alternates). Cashiers checks shall be made payable to the City of Fayetteville, AR. Aall addenda shall be signed, acknowledged, and submitted on the appropriate forms (submitting the actual ddendums or marking acknowledgement on other bid pages). Alf line items shall be appropriately filled out and extended to reveal the line item price as well as the total bid price. Total base bid should be calculated in the provided space. All pages provided with signature lines shall be appropriately signed, dated accordingly, and included with submitted bid documents II bid documents shall be delivered in a sealed envelope to the address listed below before the stated deadline on the coversheet of the bid. All bids should be delivered with the name of the bidder (contractor) on the sealed envelope as well as the bidders Arkansas Contractor's License Number. City of Fayetteville, AR Purchasing Division — Suite 306 113 W. Mountain Fayetteville, AR 72702 CONTRACTOR NAME:4 { T raja 'c ARKANSAS CONTRACTORS LICENSE NUMBER: O32 Z V 72Z/ DUNS #: TAXID: &l-l%Z1_____ ZCv City of Fayetteville, AR Bid 16-35, Construction— Noland WWTP Effluent Pond Security Fence Page 3 of 29 City of Fayetteville Bid 16-35, Construction — Noland WWTP Effluent Pond Security Fence Bid Form Contract Name: Bid 16-35, Construction — Noland WWTP Effluent Pond Security Fence Bid Number 16-35 BID TO: Owner: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 BID FROM: �'A Bidder: (�'4Jyi� li of I�ZIr i a& \- O -n -L M 'IZi l� Z Section 1— Intent: The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement with the City of Fayetteville in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid price and within the Bid time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. Section 2 —Terms & Conditions: 2. Bidder accepts all of the terms and conditions of the Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 180 days after the day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Agreement with the Bonds and other documents required by the Bidding Requirements within 15 days after the date of City's Notice of Award. Section 3 — Bidder's Representations: In submitting this Bid, Bidder represents, as more fully set forth in the Agreement, that: A.) Bidder has examined and carefully studied the Bid Documents, and the following Addenda, receipt of all which is hereby acknowledged: Number L vi k -A 1 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. City of Fayetteville, AR Bid 16-35, Construction — Noland WWTP Effluent Pond Security Fence Page 22 of 29 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 City and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bid Documents with respect to Underground Facilities at or contiguous to the Site, E.) Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost, progress, performance, or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto. F.) Bidder does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performing and furnishing of the Work in accordance with the times, price, and other terms and conditions of the Contract Documents. G.) Bidder is aware of the general nature of work to be performed by City and others at the Site that relates to Work for which this Bid is submitted as indicated in the Contract Documents. H.) Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports, and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. I.) Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Contract Documents, and the written resolution thereof by Engineer is acceptable to Bidder. J.) The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. K.) This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm, or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham bid; Bidder has not solicited or induced any person, firm, or a corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for himself any advantage over any other Bidder or over City. City of Fayetteville, AR Bid 16-35, Construction — Noland WWTP Effluent Pond Security Fence Page 23 of 29 L.) Bidder will perform the Work in compliance with all applicable trench safety standards set forth in Occupational Safety and Health Administration (OSHA) Part 1926 — Subpart P — Excavations. M.) No Bid shall be based upon aggregate of Subcontractors performing more than 60 percent of the total Work, N.) The experience, past performance, and ability of each proposed Subcontractor will be considered in the evaluation of Bids. Any Subcontractor so requested shall be required to furnish experience statements prior to the Notice of Awards. Section 4 —Price: Total Lump Sum Bid in the amount of $ V'/ /4'J, 0O Section 5— Listing of Subcontractors: I, the signed General Contractor, certify that proposals from the following subcontractors were used in the preparation of my proposal. I agree that if I am the successful bidder, and if the following subcontractors are approved by the City, I will not enter into contracts with others for these divisions of the Work without written approval from the City. Section 6— Contract Times: A.) Bidder agrees that the Work will be substantially completed and ready for final payment within the number of calendar days indicated in the Agreement. B.) Bidder accepts the provisions of the Agreement referring to liquidated damages in the event of failure to complete the Work with the times specified in the Agreement. Section 7 —Communications: A.) Communications concernin this Bid shall be addressed to the Bidder as follows: lo �4�A Cf 14T 41 J�°U%br / lcer�C — Phone No. 7J7 7J73_ FAX No. /7s- e//f — 9S/S7 Section 8 —SIGNATURE: A.) This bid is being submitted in good faith, according to the entire bid package presented: SUBMITTED on this —_�%/-& Date of 20i Arkansas State Contractor License No. 03..1' 22 V 7 0 If Bidder is: City of Fayetteville, AR Bid 16-35, Construction — Noland WWTP Effluent Pond Security Fence Page 24 of 29 OPTION 1: An Individual�} f 1�,r} �} Name (type or printed): !! ' C y" L O 017 o r ! Ilff�r� 7 c' c By:.f L, [.y (Individual's Signature) J 1/ Doing business as: /!!IGl�lii/ — lif/`j r / e Gf 4r 944 5 4 __ Business address: 4VZ4 f__,4/' / 4/. Phone No.: yZ5 --1ST � S FAX No.: LA -1 % " L% ' S 4 S-3 OPTION 2: A Partnership Partnership Name: (SEAL) By: (Signature of general partner — attach evidence of authority to sign) Name (type or printed): Business address: Phone No.: OPTION 3: A Corporation or LLC Corporation Name: (SEAL) Date of Incorporation: FAX No.: Type (General Business, Professional, Service, Limited Liability): City of Fayetteville, AR Bid 16-35, Construction — Noland WWTP Effluent Pond Security Fence Page 25 of 29 By: re — attach evidence of authority to sign) Name (type or printed): j - Title: (CORPORATE SEAL) Business address: Phone No.: J73 FAX No. City of Fayetteville, AR Bid 16-35, Construction — Noland W WTP Effluent Pond Security Fence Page 26 of 29 fey`- s79 - �Ys City of Fayetteville Bid 16-35, Construction — Noland WWTP Effluent Pond Security Fence Vendor References The following information is required from all Bidders so all bids may be reviewed and properly evaluated. COMPANY NAME: (/Jdhy —IG o i4'/)4, BUSINESS ADDRESS: 'Z-41'4 4 72 ' 2 — NUMBER OF YEARS IN BUSINESS: HOW LONG IN PRESENT LOCATION: TOTAL NUMBER OF CURRENT EMPLOYEES: L-1 FULL TIME PART TIME NUMBER OF EMPLOYEES YOU PLAN TO USE TO SERVICE THIS CONTRACT: FULL TIME PART TIME PLEASE LIST FOUR (4) LOCAL COMMERCIAL AND/OR GOVERNMENTAL REFERENCES THAT YOU HAVE PREVIOUSLY PERFORMED SIMILAR CONTRACT SERVICES FOR WITHIN THE PAST FIVE (5) YEARS (All fields must be completed) Contractors shall have valid experience. 1. y,4 COMPANY NAME e -1%;/l 4F CITY, STKTE, ZIP /e,w, i21 --s CONTACT PERSON "z .ro z TELEPHONE DATE OMPLET D E-MAIL ADDRESS 3. COMPANY NAME 7Z7 -Ca CITY, STAT ,ZIP (A Ss ell CONTACT PERSON /7f cs/rte'- S -..f -/K TELEPHONE .r A fie;/G DATE MPLE ED E-MAIL ADDRESS City of Fayetteville, AR Bid 16-35, Construction — Noland WWTP Effluent Pond Security Fence Page 27 of 29 2.G'� t LZc COMPANY NAME CITY, -ATE, ZIP CONTACT PEN _�,p_37p/ TELEPHONE DAT(CO MPLE ED E-MAIL ADDRESS 4. r, Y eli c%n COMPAN NAME CITY, STATE, ZIP CONTACT PERSON TELEPHONE DATE COMPL ED E-MAIL ADDRESS THE AMERICAN INSTITUTE OF ARCHITECTS A/A Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, THAT WE Carnahan -White of Arkansas, LLC 4269 Haile Lane, Springdale, AR 72762 as Principal, hereinafter called the Principal, and Allied World Insurance Co 30 South 17th Street. Suite 810. Philadelphia, PA 19103 a corporation duly organized under the laws of the State of NH as Surety, hereinafter called the Surety, are held and firmly bound unto City of Fayetteville. Arkansas 113 West Mountain Street, Fayetteville, AR 72701 as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Amount Bid Dollars ($ 5% ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Bid 16-35, Construction - Noland WWTP Effluent Pond Security Fence NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and materials furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 18th day of May , 2016 (Witness) Carnahan -White of Arkansas, LLC V (Principal) (Seal) (TII1e) AIA DOCUMENT A310 • BID BOND • AIA • FEBRUARY 1970 ED. • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006 CONSENT OF SURETY KNOW ALL MEN BY THESE PRESENTS, that for and in consideration of the sum of $1.00, lawful money of the United States of America, the receipt whereof is hereby acknowledged, paid the undersigned corporation, and for other valuable consideration, the Allied World Insurance Company organized and existing under the laws of the State of NH and licensed to do business in the State of AR certifies and agrees, that if contract for Bid 16-35, Construction - Noland WWTP Effluent Pond Security Fence for City of Fayetteville, Arkansas is awarded to Carnahan -White of Arkansas, LLC the undersigned Corporation will execute the bond or bonds as required of the contract documents and will become Surety in the full amount set forth in the contract documents for the faithful performance of all obligations of the Contractor. Signed and sealed this 18th day of May, 2016 Allied World Insurance Company By: •-- Richard V. Dobbs, Jr, , Attorne -in-F THIS IS TO CERTIFY that, pursuant to the Insurance Code of the State of Arkansas, Certificate of Authority No. 2502 is hereby amended as follows: ALLIED WORLD REINSURANCE COMPANY (NAIC # 22730) changed its name to ALLIED WORLD INSURANCE COMPANY, effective the 11thday of December, 2012. 31n Vttnemg VIjereof, I have hereunto set my hand and affixed the official seal of this Department at the City of Little Rock, Arkansas, this 22nd day of February, 2013. S IRAN C MMISSIONER tas/legal Issue Date: April 7,2016 Allied World Surety Division of Allied World Insurance Company 30 S. 17th St., Suite 810 Philadelphia, PA 19103 POWER OF ATTORNEY No. 27690-A1141 Single Transaction Limit: $10000,000 KNOW ALL MEN BY THESE PRESENTS: Allied World Insurance Company, a New Hampshire corporation (the "Company") does: hereby appoint NAME(s): Scott Richard V. Dobbs, Jr. FIRM: The Mahorsky Group 210OQuaker Pointe Drive Quakertown, PA 18951 Christine Hartung Its true and lawful Attorney(s)-in-Fact, with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business, and to bind the Company thereby. This Power of Attorney shall remain in full force and effect for one year from the issued: date above -referenced and shall expire on close of business of the first anniversary of. such Issue Date. IN WITNESS WHEREOF, ALLIED WORLD INSURANCE COMPANY has caused these presents to be executed by the officer named below, who is duly authorized and empowered to execute on the Company's behalf. This 7th day of April, 2016 sn+tt_1 _ f_T14OFs r_ar_r_v__l_ NOTmML SEAL ELI•ZA8EtH K. aiaaLI, tot.�ry CPJ)ptnl . C,'Jn 3tfY C.nmrssian f ?. °d#$ ALBttS , ≥0' P1 Title: Senior Vice President - Surety State of Pennsylvania County of Philadelphia . )fis. On this 7th day of April, 2016, before me came the above -named officer of ALLIED WORLD INSURANCE COMPANY, to me personally known to be the individual and officer described herein, and acknowledged that he executed the foregoing instrument and affixed the seals of said corporation thereto by authority of his office. Notary My Commission Expires: 08/05/2018 - CERTIFICATE Excerpt of Resolution adopted by the Board of Directors of the ALLIED WORLD INSURANCE COMPANY (the "Corporation"), on December 31, 2012: RESOLVED; that the proper officers of Ihe-Cerpdration, the head of thesurety business line forte Corporation and theirappoinled designees (each an'Authodzed:Officef and cofectvely; the 'Authorized Officers') be, and each hereby is, authorized to appoint one or more Attorneys -in -Fact to represent and act for and on behalf of the Corporation in the transaction of the Company's surety business -to execute (under the common seal of the Corporation,' appropriate) bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof. RESOLVED, that in connection with the Corporation's transaction of surely business, the signatures and attestations of the Authorized Officers and the seal of the Corporation may be affixed to any such Power of Aftomey:or to any: certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Corporation when so affixed with respect to any bond, undertak ng, recognizance or other contract of indemn ty orvvdti g obligatory in the nubile thereof. RESOLVED, that in connection sixth the Corporation's transaction of surety business, the facsimile or mechanically reproduced signature of any Authorized Officer, whether made heretofore or hereafter, wherever appearing upon a copy of any Power of Attorney of the Corporation, with signatures affixed as next above noted, shall be valid and binding upon the Corporation with the same force and effect as though manually affixed. RESOLVED, that in connection:vnth:the Corporation's transaction of surety business, any such Atfomey-in-Fact delivering a secretarial or other certification that the foregoing resolutions still be in effect may insert in such certification the date thereof, said date to be not later than the date of delivery thereof by such Affomey-in-Fact RESOLVED, that the Authorized Officers be, and each hereby is, authorized to execute (under the common seal of the Corporation, if appropriate), make, file and deliver in the name and on behalf of the Corporation any and all -consents, certificates, agreements, amendments, supplements, instruments and other documents whatsoever, and do any and all other things whatsoever in connection with the Corporation's transaction of surety business, as such Authorized Officer shall in his or her absdute discretion deem or determine appropriate and any of the foregoing resolutions, the transactions contemplated thereby and any ancillary matters thereto and/or to carry out the purposes and intent thereof, such deeming or determination lobe coudusivey evidenced by any such execution or the taking of any such adios by such Authorized Officer. I, Timothy J. Curry, Secretary of the. ALLIED, WORLD INSURANCE COMPANY, do hereby certify that the foregoing excerpts of Resolution adopted by the Board of Directors of this corporation, and the PowerofAttorney issued pursuant thereto, are true and correct, and that both the Resolution and the Power of Attorney are in full force and effect. Ui IN WrrNE5S WHEREOF, I have hereunto set my hand and affixed the facsimile seal of the corporation, this 18 day of M , 20 16 . Timothy J. Curry, Secretary SUR 00046 00(3/2013)