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)