HomeMy WebLinkAbout200-17 RESOLUTION113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 200-17
File Number: 2017-0517
HUTCHENS CONSTRUCTION CO.:
A RESOLUTION TO AWARD BID #17-60 AND AUTHORIZE A CONTRACT WITH HUTCHENS
CONSTRUCTION CO. IN THE AMOUNT OF $26,082.00 FOR PARKING LOT PAVING AT THE
CITY -OWNED PROPERTY OCCUPIED BY THE ELLEN SMITH HEAD START PROGRAM LOCATED
AT 2052 SOUTH GARLAND AVENUE
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 #17-60 and
authorizes Mayor Jordan to sign a contract with Hutchens Construction Co. in the amount of $26,082.00 for
the paving of a parking lot at the City -owned property occupied by the Ellen Smith Head Start Program
located at 2052 South Garland Avenue.
PASSED and APPROVED on 10/3/2017
Attest:
Sondra E. Smith, City Clerk Treasurer
t,1tik11111�11f7r/
�`ry•• frKA
. 1.
�U►ii1ciitti"%0�`
Page 1 Printed on 1014117
"-- City of Fayetteville Arkansas 113 West Mountain Street
Fayetteville, AR 72701
r
(479) 575-8323
1"! Text File
IQ
File Number: 2017-0517
Agenda Date: 10/3/2017 Version: 1 Status: Passed
In Control: City Council Meeting File Type: Resolution
Agenda Number: A. 6
HUTCHENS CONSTRUCTION CO.:
A RESOLUTION TO AWARD BID #17-60 AND AUTHORIZE A CONTRACT WITH HUTCHENS
CONSTRUCTION CO. IN THE AMOUNT OF $26,082.00 FOR PARKING LOT PAVING AT THE
CITY -OWNED PROPERTY OCCUPIED BY THE ELLEN SMITH HEAD START PROGRAM
LOCATED AT 2052 SOUTH GARLAND AVENUE
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 #17-60 and
authorizes Mayor Jordan to sign a contract with Hutchens Construction Co. in the amount of $26,082.00 for
the paving of a parking lot at the City -owned property occupied by the Ellen Smith Head Start Program
located at 2052 South Garland Avenue.
City of Fayetteville, Arkansas Page 1 Printed on 10/4/2017
Yolanda Fields
Submitted By
City of Fayetteville Staff Review Form
2017-0517
Legistar File ID
10/3/2017
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
9/15/2017 Community Resources /
Development Services Department
Submitted Date Division / Department
Action Recommendation:
Staff recommends the approval of the contract with Hutchens Construction and a purchase order in the amount of I
$26,082 for parking lot paving at 2052 S. Garland Ave.
2180.64 2.4940.5 315.00
Account Number
N/A
Project Number
Budgeted Item? Yes
Does item have a cost? Yes
Budget Adjustment Attached? No
Budget Impact:
Current Budget
Funds Obligated
Current Balance
Item Cost
Budget Adjustment
2180 - CDBG
Fund
N/A
Project Title
467,325.00
48,857.87
418,467.13
26,082.00
Remaining Budget $ �R 392,385.13
V20140710
Previous Ordinance or Resolution #
Original Contract Number: Approval Date:
Comments:
CITY OF
FAYETTEVILLE
ARKANSAS
MEETING OF OCTOBER 3, 2017 .
TO: Mayor and City Council
THRU: Don Marr, Chief of Staff
FROM: Yolanda Fields, Community Resources Director
DATE: September 15, 2017
CITY COUNCIL MEMO
SUBJECT: Approval of Purchase Order for Head Start Parking Lot Paving
RECOMMENDATION:
Staff recommends the approval of the contract with Hutchens Construction and a purchase
order in the amount of $26,082 for parking lot paving at 2052 S. Garland Ave.
BACKGROUND:
The Ellen Smith Head Start has been a long-time occupant of the CDBG-owned building at
2052 S. Garland Ave. due to their continued efforts to serve the city's low and moderate income
(LMI) residents.
DISCUSSION:
Parking lot improvements are needed at the building as the lot is uneven and partially gravel,
grass, and asphalt.
BUDGET/STAFF IMPACT:
Project cost is $26,082
Attachments:
Bid Packet
Bid Submittal
Official Bid Tabulation
Contract
Mailing Address.
713 W. Mountain street www.fayetteville-ar.gov
Fayetteville, AR 72701
City of Fayetteville, Arkansas
CITY OF Purchasing Division — Room 306
FAYETTEVI LE 113 W. Mountain
IV Fayetteville, AR 72701
ARKANSAS Phone: 479.575.8220
TDD (Telecommunication Device for the Deaf): 479.521.1316
INVITATION TO BID: Bid 17-60, Construction — Head Start Parking Improvements
DEADLINE: Tuesday September 12, 2017 before 2:00:00 PM, Local Time
PRE-BID: Tuesday August 22, 2017 at 10:00 AM; on-site
DELIVERY LOCATION: Room 306 —113 W. Mountain, Fayetteville, AR 72701
PURCHASING AGENT: Les McGaugh, Imcgaugh2fayetteviile_ar.gov
DATE OF ISSUE AND ADVERTISEMENT: Friday August 11, 2017 & August 18, 2017
INVITATION TO BID
Bid 17-60, Construction — Head Start Parking Improvements
No late bids will be accepted. Bids shall be submitted in sealed envelopes labeled with the name and address of
the bidder. All bids shall be submitted in accordance with the attached City of Fayetteville specifications and
bid documents attached hereto. Each bidder is required to fill in every blank and shall supply all information
requested; failure to do so may be used as basis of rejection.
NOTICE TO ALL BIDDERS:
All vendors intending on bidding SHALL register as a plan holder by notifying Les McGaugh, via e-mail at
Imcgaugh@fa etLeviIle-ar.gov. When registering as a plan holder, vendors shall submit primary contact information
including name of contractor, primary contact, phone number, fax number, and physical address. FAILURE TO REGISTER
AS A PLAN HOLDER CAN RESULT IN YOUR BID BEING REJECTED. Interested parties are responsible for printing. All bids will
be distributed electronically from the City of Fayetteville Purchasing Division. Receiving electronic links from the City of
Fayetteville, AR automatically registers you as a plan holder.
E-MAILED BID PACKAGE INCLUDES LINKS TO THE FOLLOWING FILES:
FILE #1: PROJECT MANUAL: 28 total pages
*Additional files added as addendums are issued. Addendums will be directly e-mailed to all listed plan holders and
posted on the City's website.
*PLAN HOLDER LISTINGS & ADDENDUMS WILL BE POSTED AT: http://fayetteville-ar.gov/bids
Bidder shall assume all responsibility for receiving updates and any addenda issued to this project by monitoring
htt,2.yZfayettevWe-ar.gov%bids . Failure to acknowledge addenda issued as instructed could result in bid rejection.
City of Fayetteville, AR
Bid 17-60, Construction — Head Start Parking Improvements
Page 1 of 26
Project Manual
CITY OF
FAYETTEVLLE
ARKANSAS
CITY OF FAYETTEVILLE,
ARKANSAS
CONSTRUCTION —
Head Start Parking Improvements
BID # 17-60
Date: August 2017
City of Fayetteville, AR
Bid 17-60, Construction — Head Start Parking Improvements
Page 2 of 26
CITY O
FAYETTEVILLE
W4W ARKANSAS Project Check List
This checklist is for the Bidder's use in preparing & submitting a bid. It is not intended to include all details necessary to
prepare a bid and shall not be used as a substitute for the requirements of the bid documents. Information is shown below
only as a matter of convenience. Use of this checklist does not relieve the Bidder from the responsibility of meeting all
requirements of the Specifications concerning the preparation of an acceptable bid. Bidders are welcome to use this form
as a coversheet for a sealed envelope; however, using this form itself is NOT a requirement.
5% Bid Bond of the amount bid accompanied by required documentation (Power of Attorney, etc.)
In lieu of a bid bond, the bidder may submit a cashier's check from a bank located in the State of Arkansas
for at least five percent (5%) of the amount bid (inclusive of any deductive alternates). Cashiers checks
shall be made payable to the City of Fayetteville, AR.
All addenda shall be signed, acknowledged, and submitted on the appropriate forms (submitting the actual
addendums or marking acknowledgement on other bid pages).
1-1 All 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.
EAll pages provided with signature lines shall be appropriately signed, dated accordingly, and included with
submitted bid documents
17 All bid documents shall be delivered in a sealed envelope to the address listed below before the stated deadline
on the coversheet of the bid. All bids should be delivered with the name of the bidder (contractor) on the sealed
envelope as well as the bidders Arkansas Contractor's License Number.
City of Fayetteville, AR
Purchasing Division —Suite 306
113 W. Mountain
Fayetteville, AR 72702
CONTRACTOR NAME,.
ARKANSAS CONTRACTORS LICENSE NUMBER;
City of Fayetteville, AR
Bid 17-60, Construction — Head Start Parking Improvements
Page 3 of 26
City of Fayetteville
Bid 17-60, Construction — Head Start Parking Improvements
Advertisement
City of Fayetteville, Arkansas
INVITATION TO BID
Bid 17-60, Head Start Parking Improvements
The City of Fayetteville is accepting bids for the improvement of the Head Start Parking lot as outlined in the bid documents that may
include, but not limited to, grading gravel, adding a layer of asphalt, and asphalt striping. Questions should be addressed to Les
McGaugh, Purchasing Agent at Imcgauph@fayetteville-ar.{1ov or by calling (479) 575-8220.
All bids shall be submitted in a sealed envelope or package labeled with the project name and/or description. All bids shall be received
by Tuesday September 12, 2017 before 2:00 PM, local time at the City of Fayetteville, Purchasing Division address listed below. A
public bid opening will be conducted shortly after the deadline at City Hall. No late bids shall be accepted. The City of Fayetteville shall
not be responsible for lost or misdirected bids.
City of Fayetteville
Purchasing Division — Room 306
113 West Mountain Street
Fayetteville, AR 72701
Bidding documents and plans shall be obtained by the City of Fayetteville Purchasing Division electronically. No partial sets shall be
issued. Plans may also be reviewed only at the Fayetteville Purchasing Division. Addendums and updated plan holder Listings will be
posted on the City's website at http:t/fayetteville-ar.govAbids .
All vendors intending on bidding SHALL register as a plan holder by notifying Les McGaugh, via e-mail. When registering as a plan
holder, vendors shall submit primary contact information including name of contractor, primary contact, phone number, fax number,
and physical address. FAILURE TO REGISTER AS A PLAN HOLDER CAN RESULT IN YOUR BID BEING REJECTED.
A non -mandatory Pre -Bid meeting will be held Tuesday August 22, 2017 at 2:00 PM at 2052 S. Garland Ave, Fayetteville, AR 72701.
Each bid shall be accompanied by a cashier's check from a bank doing business in the State of Arkansas or a corporate bid bond in an
amount not less than five (5) percent of the amount bid. A one hundred percent (100%) performance and payment bond is required
with the contract awarded and shall be file marked by the Washington County Circuit Clerk's Office upon receipt to the City. This is a
federally funded project. A contractor's license from the State of Arkansas Contractor's Licensing Board is not required at the time of
bid; however, no contractor shall submit a bid under this prior to submitting application for licensure. The City shall not execute any
construction contract unless and until the successful bidder for the project furnishes an appropriate license issued by the board.
Bidders shall be qualified to do business and licensed in accordance with all applicable laws of the state and local governments where
the Project is located.
Certain mandatory federal requirements apply to this solicitation and will be made a part of any contract awarded:
1. Buy American Preferences (Title 49 U.S.C. Chapter 501)
2. Foreign Trade Restrictions (49 CFR 30.17)
3. Davis Bacon Labor Provisions (29 CFR Parts 1, 3, and 5)
4. Requirementfor Affirmative Action (41 CFR Part 60-4)
5. Debarment; Suspension, Ineligibility, and Voluntary Exclusion
6. Requirements for Drug-free Workplace
Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, minority and women business
enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general
contractors to subcontract portions of their contract to qualified small, minority and women business enterprises.
City of Fayetteville, AR
Bid 17-60, Construction — Head Start Parking Improvements
Page 4 of 26
The City of Fayetteville reserves the right to waive irregularities, reject bids, and postpone the award of any Contract for a period of
time which shall not exceed beyond sixty (60) days from the bid opening date.
City of Fayetteville
By: Les McGaugh, Purchasing Agent
P: 479.575.8220 Email: Imcgaugh@faVetteville-ar.gov
TDD (Telecommunications Device for the Deaf): (479) 521-1316
Date of advertisement: 08/11/2017
City of Fayetteville, AR
Bid 17-60, Construction — Head Start Parking Improvements
Page 5 of 26
City of Fayetteville
Bid 17-60, Construction — Head Start Parking Lot
Bid Form
Final Completion: 30 CALENDAR DAYS FROM NOTICE TO PROCEED
Project Location: 2052 S Garland Ave, Fayetteville, AR 72701
1
2" HMAC Overlay 995 Sy $
2 Class 7 Base Level Ton $
Up 25
3 Existing Pavement SY $
asphalt removal 10
4 Undercut and CY $
Base Backfill 7
5
4" Yellow Striping 400 LF $
6
HC Symbol 1 EA
Relocate HC Sign 1 FA
Total Base Bid - $
S
THIS BID FORM CONTINUES ON THE NEXT PAGE.
City of Fayetteville, AR
Bid 17-60, Construction — Head Start Parking Improvements
Page 6 of 26
EXECUTION OF BID -
Actual specification of any deficient item shall be noted on the bid sheet or separate attachment. If specifications of item bid
differ from provided literature, deviation shall be documented and certified by the manufacturer as a regular production
option.
Upon signing this Bid, the bidder certifies that:
1. He/she has read and agrees to the requirements set forth in this proposal, including specifications, terms,
standard conditions, and any pertinent information regarding the articles being bid on.
2. Unless otherwise noted and explained, the unit bid and listed meets or exceeds all of these requirements as
specified by The City of Fayetteville.
3. The Bidder can and will comply with all specifications and requirements for delivery, documentation and support
as specified herein.
4. I, as an officer of this organization, or per the attached letter of authorization, am duly authorized to certify the
information provided herein is accurate and true.
5. Bidder shall comply with all State and Federal Equal Opportunity and Non -Discrimination requirements and
conditions of employment in addition to all federal, state, and local laws.
6. Bidder shall disclose any possible conflict of interest with the City of Fayetteville, including, but not limited to, any
relationship with any City of Fayetteville employee. Response shall disclose if a known relationship exists between
any principal or employee of your firm and any City of Fayetteville employee or elected City of Fayetteville official.
If no relationship exists, this should also be stated in your response. Failure to disclose such a relationship may
result in cancellationof a purchase and/or contract as a result of your response.
1.) NO KNOWN RELATIONSHIP EXISTS
2.) RELATIONSHIP EXISTS (Please explain);
7. 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.
As A bidder on this project, you are required to provide debarment/suspension certification indicating that you
are in compliance with the below Federal Executive Order. Certification can be done by completing and signing
this form.
a. Federal Executive Order (E.O.) 12549 "Debarment and Suspension" requires that all contractors receiving
individual awards, using federal funds, and all sub -recipients certify that the organization and its
principals are not debarred, suspended, proposed for debarment, declared ineligible, or voluntarily
excluded by any Federal department or agency from doing business with the Federal Government.
b. Your signature below certifies that neither you nor your principal is presently debarred, suspended,
proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction
by any federal department or agency.
City of Fayetteville, AR
Bid 17-60, Construction — Head Start Parking Improvements
Page 7 of 26
Unsigned bids will be rejected. Items marked * are mandatory for consideration.
*NAME OF FIRM:
Purchase Girder/Payments shall be issued to this name
*D/B/A or Corporation Name
*BUSINESS ADDRESS:
*CITY: *STATE:
*PHONE: FAX:
*E-MAIL:
*BY: (PRINTED NAME)
*AUTHORIZED SIGNATURE:
*TITLE:
DUNS NUMBER: CAGE NUMBER:
*TAX ID NUMBER:
Acknowledge Addendums:
Addendum No.
Dated:
Acknowledged by: _
Addendum No.
Dated:
Acknowledged by:._,
Addendum No.
Dated:
Acknowledged by: _
Addendum No.
Dated:
Acknowledged by: _
City of Fayetteville, AR
Bid 17-60, Construction — Head Start Parking Improvements
Page 8 of 26
*ZIP:
City of Fayetteville
Bid 17-60, Construction — Head Start Parking Improvements
Instructions to Bidders
PART ONE - DEFINED TERMS
1.1 Terms used in these Instructions to Bidders which are defined in the General Conditions have the
meanings assigned to them in the General Conditions. Certain additional terms used in these
Instructions to Bidders have the meanings indicated below which are applicable to both the singular and
plural thereof.
1.2 Bidder - one who submits a Bid directly to City of Fayetteville as distinct from a sub -bidder, which
submits a bid to a Bidder.
1.3 Issuing Office - the office from which the Bidding Documents are to be issued and where the bidding
procedures are to be administered.
1.4 Successful Bidder - the lowest, responsible, and responsive Bidder to whom the City of Fayetteville (on
the basis of the City of Fayetteville's evaluation as hereinafter provided) makes an award.
PARTTWO - COPIES OF BIDDING DOCUMENTS
2.1 Complete sets of the Bidding Documents in the number and for the deposit sum, if any, stated in the
Advertisement for Bids may be obtained from the Issuing Office.
2.2 Complete sets of Bidding Documents must be used in preparing Bids. Neither City of Fayetteville nor
Architect assumes any responsibility for errors or misinterpretations resulting from the use of
incomplete sets of Bidding Documents.
2.3 City of Fayetteville and Architect in making copies of Bidding Documents available on the above terms
do so only for the purpose of obtaining Bids for the Work and do not confer a license or grant for any
other use.
PART THREE - EXAMINATION OF SITE AND CONTRACT DOCUMENTS
3.1 Bidders are advised that the Drawings and Specifications are on file at the City of Fayetteville Purchasing
Division, and shall constitute all of the information which the City of Fayetteville shall furnish. No other
information given or sounding made by the City of Fayetteville or any official thereof, prior to the
execution of said contract, shall ever become a part of, or change the contract, drawings, specifications
and estimates, or be binding on City of Fayetteville.
Prior to submitting any Bid, Bidders are required to: read carefully the Specifications, contract, and
Bonds; examine carefully all Drawings; visit the site of the Work to carefully examine Local conditions;
inform themselves by their independent research and sounding of the difficulties to be encountered,
and all attending circumstances affecting the cost of doing the work, and the time specified for its
completion; and obtain all information required to make an intelligent bid.
City of Fayetteville, AR
Bid 17-60, Construction — Head Start Parking Improvements
Page 9 of 26
3.2 Bidders shall rely exclusively upon their surveys, estimates, investigations, and other things which are
necessary for full and complete information upon which the bid may be made and for which a contract
is to be awarded. The Bid Form, providing for unit and lump sum prices bid by the Contractor, contains a
statement that all bids are made with the full knowledge of the difficulties and conditions that may be
encountered, the kind, quality and quantity of the plans, work to be done, excavation, and materials
required and with full knowledge of the drawings, profiles, specifications, and estimates and all
provisions of the contract and Bonds.
3.3 Bidders shall promptly notify Architect of all conflicts, errors, ambiguities, or discrepancies which Bidder
has discovered in or between the Contract Documents and such other related documents.
3.4 Information and data shown or indicated in the Contract Documents with respect to existing
Underground Facilities at or contiguous to the site is based upon information and data furnished to City
of Fayetteville and Architect by City of Fayetteville's of such Underground Facilities or others, and City of
Fayetteville and Architect do not assume responsibility for the accuracy or completeness thereof unless
it is expressly provided otherwise in the Supplementary Conditions.
3.5 On request, City of Fayetteville will provide each Bidder access to the site to conduct such examinations,
investigations, explorations, tests, and studies as each Bidder deems necessary for submission of a Bid.
Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of
such explorations, investigations, tests, and studies.
3.6 Reference is made to the General Requirements for the identification of the general nature of work that
is to be performed at the site by City of Fayetteville or others (such as utilities and other prime
contractors) that relates to the work for which a Bid is to be submitted. On request, and as available,
City of Fayetteville will provide to each Bidder, for examination, access to or copies of Contract
Documents (other than portions thereof related to price) for such work.
3.7 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has
complied with every requirement of this Article 3, that without exception the Bid is premised upon
performing and furnishing the Work required by the Contract Documents and applying the specific
means, methods, techniques, sequences, or procedures of construction (if any) that may be shown or
indicated or expressly required by the Contract Documents, that Bidder has given Architect written
notice of all conflicts, errors, ambiguities, and discrepancies that Bidder has discovered in the Contract
Documents and that the written resolutions thereof by Architect are acceptable to Bidder, and that the
Contract Documents are generally sufficient to indicate and convey understanding of all terms and
conditions for performing and furnishing the Work.
PART FOUR - AVAILABILITY OF LANDS FOR WORK AND WORK BY OTHERS
4.1 The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and
other lands designated for use by Contractor in performing the Work are identified in the Contract
Documents. All additional lands and access thereto required for temporary construction facilities,
construction equipment, or storage of materials and equipment to be incorporated in the Work are to
be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in
existing facilities are to be obtained and paid for by City of Fayetteville unless otherwise provided in the
City of Fayetteville, AR
Bid 17-60, Construction — Head Start Parking Improvements
Page 10 of 26
Contract Documents.
PART FIVE - INTERPRETATION OF CONTRACT DOCUMENTS AND ADDENDA
5.1 If any person contemplating submitting a bid for construction of the Work is in doubt as to the true
meaning of any part of the proposed Contract Documents or finds discrepancies in or omissions from
any part of the proposed Contract Documents, he should submit a written request for interpretation
thereof to the Architect not later than seven days before the date set for bid opening. The person
submitting the request shall be responsible for its prompt delivery.
5.2 Interpretation or correction of proposed Contract Documents will be made only by Addendum to all
holders of Bidding Documents. Only questions answered by formal written Addenda will be binding.
Oral and other interpretations or clarifications will be without legal effect. City of Fayetteville will not be
responsible for any other explanations or interpretations of the proposed Contract Documents.
5.3 Addenda may also be issued to modify the Bidding Documents as deemed advisable by City of
Fayetteville.
5.4 Bidder assumes all responsibility for checking the City's website at www.accessfayetteville.org for
updates and addenda issued to this project.
PART SIX - APPROXIMATE ESTIMATE OF QUANTITIES
6.1 The provided estimate of quantities is approximate only and shall be the basis for receiving unit price
bids for each item but shall not be considered by Bidders as actual quantities that may be required for
the completion of the proposed work. However, such quantities, at the unit and lump sum prices bid for
each item, shall determine the amount of each bid for comparison of Bids and aid in determining the
low and responsive Bidder for the purpose of awarding the contract, and will be used as basis for fixing
the amount of the required Bonds.
PART SEVEN - PRICES
7.1 Bidders must state a price for each item of work named in the Bid Form. Unit and Lump Sum prices shall
include amounts sufficient for the furnishing of all labor, materials, tools, equipment, and apparatus of
every description to construct, erect, and finish completely all of the work as called for in the
Specifications or indicated on the Drawings.
7.2 Prices bid on the various items in the Bid Form shall bear a fair relationship to the cost of the work to be
done. Bids which appear unbalanced and are deemed not to be in the best interest of City of Fayetteville
may be rejected at the discretion of City of Fayetteville.
7.3 By submission of a Bid, Bidder represents that Bidder has considered the entire Project and the Work
required, and has reviewed the Drawings and Specifications to verify the full scope of the Work.
PART EIGHT- BID FORM
City of Fayetteville, AR
Bid 17-60, Construction — Head Start Parking Improvements
Page 11 of 26
8.1 Bids are due as indicated in the Advertisement for Bids.
8.2 Bids must be made out in ink on the Bid Form included in these Bidding Documents. The unit price or
lump sum bid for each item must be stated in figures and in words in the appropriate blank spaces
provided on the Bid Form. The figures must be clear and distinctly legible so that no question can arise
as to their intent and meaning. In case of a difference in the written words and figures, the amount
stated in written words shall govern. Discrepancies between the multiplication of units of Work and unit
prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any
column of figures and the correct sum thereof will be resolved in favor of the correct sum.
8.3 Bids which are incomplete, unbalanced, conditional, or obscure or which contain additions not called
for, erasures, alterations, or irregularities of any kind or which do not comply with these Instructions to
Bidders may be rejected as informal or non-responsive at the option of City of Fayetteville. However,
City of Fayetteville reserves the right to waive technicalities as to changes, alterations, or revisions and
to make the award in the best interest of City of Fayetteville.
8.4 Address sealed bids to City of Fayetteville, and deliver to the address given in the Advertisement for Bids
on or before the day and hour set for opening the bids. Enclose the completed Bid Form and Project
Manual in a sealed envelope bearing the title of the project, the name of the Bidder, Bidder's Arkansas
Contractor's License Number, and the date and hour of the bid opening. If this sealed envelope is
delivered by a public carrier, it must be contained in another envelope addressed to City of Fayetteville
and the attention of the project name. It is the sole responsibility of Bidder to see that the Bid is
received on time.
8.5 Acceptance of deductive alternate bids is at the City of Fayetteville's discretion, as best services the City
of Fayetteville's interest. Each deductive alternate, if presented, will be provided on the Bid Form. The
price of the Bid for each deductive alternate will be the amount to be deducted from the price of the
Total Base Bid if the City of Fayetteville selects any of the alternates. The unit price amount for each
alternate shall be the same as the unit price amount listed in the Bid.
8.6 No Bidder shall divulge the information in the Bid to any person whomsoever, except those having a
partnership or other financial interest with him in the Bid, until after the bids have been opened.
PART NINE - SIGNATURE ON BIDS
9.1 If the Bid is made by an individual, the firm name must be given, and the Bid Form signed by the
individual or a duly authorized agent. If the Bid is made by a partnership, the firm name and the names
of each member must be given, and the Bid signed by a member of the partnership, or a person duly
authorized. If the Bid is made by a company or corporation, the company or corporate name must be
given and the Bid signed by an officer or agent duly authorized. The corporate seal must be affixed and
attested by the secretary or an assistant secretary. The corporate address and state of incorporation
must be shown below the signature.
9.2 All names must be typed or printed in black ink below the signature.
9.3 The address and telephone number for communications regarding the Bid must be shown.
City of Fayetteville, AR
Bid 17-60, Construction — Head Start Parking Improvements
Page 12 of 26
9.4 Powers of attorney, properly certified, for agents and others to sign Bids must be in writing and filed
with City of Fayetteville.
9.5 The Bid shall also contain a signed acknowledgment of receipt of all Addenda,
PART TEN - BID SECURITY
10.1 A five percent (5%) bid security, in the form of a bid bond, or cashier's check from a bank located in the
State of Arkansas, as stated in the Advertisement For Bids, shall accompany each bid. Bid bonds for the
difference in price between low bidder and second low bidder shall not be acceptable. The Successful
Bidder's security will be retained until City of Fayetteville receives a signed Agreement and required
Bonds and Certificates of Insurance. If the Successful Bidder fails to execute and deliver the Agreement
and furnish the required contract security within fifteen days after the Notice of Selection, City of
Fayetteville may annul the Notice of Selection and the Bid security of that Bidder will be forfeited.
10.2 The City of Fayetteville reserves the right to retain the security until the Successful Bidder enters into
the Contract or until sixty (60) days after bid opening, whichever is sooner. Cash equivalent security of
the second and third low bidder may be exchanged for an equivalent bid bond after bid tabulations are
complete or thirty (30) days after bid opening, whichever is sooner.
PART ELEVEN - PERFORMANCE BOND AND PAYMENT BOND
11.1 Prior to signing the Agreement, Contractor shall furnish a surety performance Bond and a payment
Bond, equal to one hundred percent of the contract price.
11.2 Contractor shall pay all expenses in connection with the obtaining of said Bonds. The Bonds shall be
conditioned that Contractor shall faithfully perform the contract and shall pay all indebtedness for labor
and materials furnished or performed in the construction of such alterations and additions as prescribed
in this contract.
11.3 The surety company issuing the Bonds must be a solvent company on the "Surety Companies Annual
List" issued by the U.S. Department of the Treasury, and the Bonds are not to be issued in an amount
greater than the underwriting limitations for the surety company as set out therein.
11.4 In Arkansas, prevailing law requires that performance and payment Bonds on public works contracts
shall be executed by a resident local agent who is licensed by the Insurance Commissioner to represent
the surety company executing said Bonds and filing with such Bonds his Power of Attorney as his
authority. The mere countersigning of the Bonds will not be sufficient.
11.5 The date of the Bonds, and of the Power of Attorney, must not be prior to the date of the contract. At
least two originals of the Bonds shall be furnished, each with Power of Attorney attached.
11.6 Bonds are to be approved by City of Fayetteville. If any Bonds contracted for become unsatisfactory or
unacceptable to City of Fayetteville after the acceptance and approval thereof, Contractor, upon being
notified to that effect, shall promptly execute and furnish acceptable Bonds in the amounts herein
City of Fayetteville, AR
Bid 17-60, Construction — Head Start Parking Improvements
Page 13 of 26
specified. Upon presentation of acceptable Bonds, the unsatisfactory Bonds may be canceled at the
discretion of Contractor.
11.7 The bonds shall be presented to the City after being file marked at the Washington County Circuit
Clerk's Office. Multiple copies of the original bonds may be necessary for filing purposes.
PART TWELVE - CONTRACT TIME
12.1 The number of days within which, or the dates by which the Work is to be substantially completed and
also completed and ready for final payment is outlined in the Bid Form.
PART THIRTEEN - LIQUIDATED DAMAGES
13.1 Provisions for liquidated damages, if any, are set forth in the Bid Form.
PART FOURTEEN - SUBCONTRACTORS SUPPLIERS AND OTHERS
14.1 Contractor shall not assign or sublet all or any part of this contract without the prior written approval of
City of Fayetteville nor shall Contractor allow such subcontractor to commence work until approval of
workman's compensation insurance and public liability insurance as may be required. Approval of each
subcontract by City of Fayetteville will in no manner release Contractor from any obligations as set out
in the Drawings, Specifications, contract, and Bonds.
PART FIFTEEN - SUBSTITUTE AND "OR EQUAL" ITEMS
15.1 Any reference to a particular brand or manufacture is in an effort to establish an acceptable level of
quality for this purchase. Brands or manufacturers that are included in a bid that are of at least equal
quality, size and specification as to what has been specified, will be acceptable for consideration.
PART SIXTEEN - COMPLIANCE WITH STATE LICENSING LAW
16.1 This is a federally funded project. A contractor's license from the State of Arkansas Contractor's
Licensing Board is not required at the time of bid; however, no contractor shall submit a bid under this
prior to submitting application for licensure. The City shall not execute any construction contract unless
and until the successful bidder for the project furnishes an appropriate license issued by the board.
Prior to executing the agreement with the City of Fayetteville, the Contractor shall be licensed in
accordance with the requirements of Act 150, Arkansas Acts of 1965, the "Arkansas State Licensing Law
for Contractors" for bids in excess of $20,000.
PART SEVENTEEN - QUALIFICATIONS AND RESPONSIBILITY OF BIDDERS
17.1 To demonstrate qualifications to perform the Work, each Bidder must be prepared to submit within five
days after bid opening, upon City of Fayetteville's or Architect's request, detailed written evidence such
as financial data, present commitments, and other such data as may be called for. Each Bid must contain
evidence of Bidder's qualification to do business in the State of Arkansas.
City of Fayetteville, AR
Bid 17-60, Construction — Head Start Parking Improvements
Page 14 of 26
PART EIGHTEEN - DISQUALIFICATIONS OF BIDDERS
18.1 Any one or more of the following may be considered as sufficient for the disqualification of bidders and
the rejection of Bids.
18.2 More than one Bid Form for the same work from an individual, firm, partnership, or corporation under
the same or different names.
18.3 Evidence of collusion among bidders. Participants in such collusion may receive no recognition as
bidders for any future work.
18.4 Unbalanced Bid Forms in which the prices for some items are out of proportion to the prices for other
items, or changes written in, or amendments by letter, or failure to submit a unit price for each item of
work for which a bid price is required by the Bid Form, or failure to include all required contract
documents.
18.5 Lack of competency as revealed by the financial statement, experience, plant, and equipment
statements submitted. Lack of responsibility as shown by past work judged from the standpoint of
workmanship and progress.
18.6 Uncompleted work which, in the judgment of City of Fayetteville, might hinder or prevent the prompt
completion of additional work if awarded.
18.7 Being in arrears on existing contracts, in litigation with City of Fayetteville, or having defaulted on a
previous contract.
PART NINETEEN - OPENING OF BIDS
19.1 Bids will be opened and read aloud publicly at the place where Bids are to be submitted in a room to be
designated by City of Fayetteville the day of the bid opening. An abstract of the amounts of the base
Bids and major alternates (if any) will be made available to Bidders after the opening of Bids.
PART TWENTY- CONSIDERATION OF BIDS
20.1 After the bids are opened and read, the quantities will be extended and totaled in accordance with the
bid prices of the accepted Bids. This review of the Bids will confirm the low bidder.
20.2 In evaluating Bids, City of Fayetteville will consider the qualifications of Bidders, whether or not the Bids
comply with the prescribed requirements, and such alternates, unit prices, and other data as may be
requested in the Bid Form or prior to the Notice of Selection.
20.3 City of Fayetteville may consider the qualifications and experience of Subcontractors, Suppliers, and
other persons and organizations proposed for those portions of the Work as to which the identity of
Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the
Supplementary Conditions. City of Fayetteville also may consider the operating costs, maintenance
requirements, performance data, and guarantees of major items of materials and equipment proposed
City of Fayetteville, AR
Bid 17-60, Construction — Head Start Parking Improvements
Page 15 of 26
for incorporation in the Work when such data is required to be submitted prior to the Notice of
Selection.
PART TWENTY-ONE - RIGHT TO REJECT BIDS
21.1 City of Fayetteville reserves the right to reject any and all Bids, to waive technicalities, and to advertise
for new bids. All Bids are subject to this reservation. City of Fayetteville reserves to itself the right to
decide which shall be.deemed the lowest responsive and responsible Bid. Due consideration will be
given to the reputation, financial ability, experience and equipment of the Bidder.
21.2 City of Fayetteville also reserves the right to waive informalities not involving price, time or changes in
the Work and to negotiate contract terms with the Successful Bidder.
PART TWENTY-TWO - AWARDING OF CONTRACT
22.1 City of Fayetteville reserves the right to withhold the awarding of a contract a reasonable period of time
from the date of opening bids, not to exceed sixty (60) days except with the consent of the Successful
Bidder. The awarding of a contract upon a successful Bid shall give the Bidder no right to action or claim
against City of Fayetteville upon the contract until the contract is reduced to writing and signed by the
contracting parties. The letting of a contract shall not be complete until the contract is executed and
the necessary Bonds approved.
PART TWENTY-THREE - RETAINAGE
23.1 Provisions concerning retainage and Contractor's rights to deposit securities in lieu of retainage are set
forth in the Agreement.
PART TWENTY-FOUR - SIGNING OF AGREEMENT
24.1 When City of Fayetteville gives a Notice of Selection to the Successful Bidder, it will be accompanied by
the number of unsigned counterparts of the Agreement as indicated in the Supplementary Conditions,
with all other written Contract Documents attached. Within ten (10) days thereafter, Contractor shall
sign and deliver the required number of counterparts of the Agreement and attached documents to City
of Fayetteville with the required Bonds & Certificate of Insurance. Within ten (10) days thereafter City
of Fayetteville shall deliver one fully signed counterpart to Contractor.
PART TWENTY-FIVE - MATERIALS GUARANTY
25.1 Before any contract is awarded Bidder may be required to furnish a complete statement of the origin,
composition, or manufacture of any or all materials proposed to be used in the construction of the
Work, together with samples, which may be subjected to tests provided for in the Specifications to
determine their quality and fitness for the Work.
PART TWENTY-SIX - FAMILIARITY WITH LAWS
26.1 Bidder is presumed to be familiar with all federal, state, and city laws, ordinances, and regulations which
City of Fayetteville, AR
Bid 17-60, Construction — Head Start Parking Improvements
Page 16 of 26
in any manner affect those engaged or employed in the Work, or the materials or equipment used, or
that in any way affect the Work and shall in all respects comply with said laws, ordinances, and
regulations. No claim of misunderstanding or ignorance on the part of Contractor will in any way serve
to modify the provisions of the contract. No representations shall be binding unless embodied in the
contract.
PART TWENTY-SEVEN - ADDITIONAL LAWS AND REGULATIONS
Bidders' attention is called to the following laws and regulations which may have an impact on the Work
and on the preparation of the Bid.
27.1 Americans with Disabilities Act.
27.2 Storm water discharge regulations, enacted under the Clean Water Act and administered by the
Arkansas Department of Environmental Quality (ADEQ) under a general permits program. Contractor
may be required to obtain coverage under general permit ARR001000 prior to commencing work at the
site.
27.3 Arkansas Act 291 of 1993, dealing with excavation safety, signed into law on March 1, 1993.
PART TWENTY-EIGHT— PAST EXPERIENCE REQUIRED
28.1 All bidders shall have past experience in providing similar work as described for this project. The City of
Fayetteville reserves the right to reject for inadequate experience. A minimum of four (4) references
are required.
End of Section
City of Fayetteville, AR
Bid 17-60, Construction — Head Start Parking Improvements
Page 17 of 26
City of Fayetteville
Bid 17-60, Construction — Head Start Parking Lot
General Terms and Conditions
1. SUBMISSION OF BID & BID EVALUATION:
a. Bids shall be reviewed following the stated deadline, as shown on the cover sheet of this
document.
b. Bidders shall submit bids based on documentation published by the Fayetteville Purchasing
Division.
c. Bids shall be enclosed in sealed envelopes or packages addressed to the City of Fayetteville,
Purchasing Division, Room 306, 113 W. Mountain, Fayetteville, AR 72701. The name, address of
the firm and Bid, RFP, or RFQ number shall be on the outside of the packaging as well as on any
packages enclosed in shipping containers or boxes.
d. The City will not be responsible for misdirected bids. Vendor should call the Purchasing Office at
479.575.8220 to ensure correct receipt of bidding documents prior to opening time and date
listed on the bid form.
e. Bidders shall have experience in providing products and/or services of the same or similar
nature.
f. Bidder is advised that exceptions to any of the terms contained in this bid must be identified in
its response to the bid. Failure to do so may lead the City to declare any such term non-
negotiable. Proposer's desire to take exception to a non-negotiable term will not disqualify it
from consideration for award.
g. Local time is defined as the time in Fayetteville, Arkansas on the due date of the deadline. Bids
shall be received before the time as shown by the atomic clock located in the Purchasing Division
Office.
h. Bids will be evaluated and awarded based on the best interest of the City of Fayetteville. The City
reserves the right to award bids in their entirety, none, or by line item.
2. WRITTEN REQUESTS FOR INTERPRETATIONS OR CLARIFICATION:
No oral interpretations will be made to any firms as to the meaning of specifications or any other contract
documents. All questions pertaining to the terms and conditions or scope of work of this bid must be sent in
writing via e-mail to the Purchasing Agent. Responses to questions may be handled as an addendum if the
response would provide clarification to the requirements of the bid. All such addenda shall become part of
the contract documents. The City will not be responsible for any other explanation or interpretation of the
proposed bid made or given prior to the award of the contract.
3. DESCRIPTION OF SUPPLIES AND SERVICES:
Any reference to a particular brand or manufacturer is done in an effort to establish an acceptable level of
quality for this project. Brands or manufacturers that are included in bid that are of at least equal quality,
size, design, and specification as to what has been specified, will be acceptable for consideration only if
approved by the City of Fayetteville Purchasing Division. The City of Fayetteville reserves the right to accept
or reject any requested equal.
City of Fayetteville, AR
Bid 17-60, Construction — Head Start Parking Improvements
Page 18 of 26
4. RIGHTS OF CITY OF FAYETTEVILLE BID PROCESS:
In addition to all other rights of the City of Fayetteville, under state law, the City specifically reserves the
following:
a. The City of Fayetteville reserves the right to select the bid that it believes will serve the best
interest of the City.
b. The City of Fayetteville reserves the right to accept or reject any or all bids.
c. The City of Fayetteville reserves the right to cancel the entire bid.
d. The City of Fayetteville reserves the right to remedy or waive technical or immaterial errors in
the invitation to bid or in bids submitted.
e. The City of Fayetteville reserves the right to request any necessary clarifications, additional
information, or data without changing the terms of the bid.
5. COSTS INCURRED BY BIDDERS:
All expenses involved with the preparation and submission of bids to the City, or any work performed in
connection therewith, shall be borne solely by the bidder(s). No payment will be made for any responses
received, or for any other effort required of, or made by, the bidder(s) prior to contract commencement.
6. CONFLICT OF INTEREST:
a. The bidder represents that it presently has no interest and shall acquire no interest, either direct
or indirect, which would conflict in any manner with the performance or services required
hereunder, as provided in City of Fayetteville Code Section 34.26 titled "Authority of City
Employee to Contract with the City".
b. All bidders shall promptly notify Les McGaugh, City Purchasing Agent, in writing, of all potential
conflicts of interest for any prospective business association, interest, or other circumstance
which may influence or appear to influence the bidder's judgment or quality of services being
provided. Such written notification shall identify the prospective business association, interest or
circumstance, the nature of which the bidder may undertake and request an opinion to the City
as to whether the association, interest or circumstance would, in the opinion of the City,
constitute a conflict of interest if entered into by the bidder. The City agrees to communicate
with the bidder its opinion via e-mail or first-class mail within thirty days of receipt of
notification.
7. WITHDRAWL OF PROPOSAL:
A bid may be withdrawn prior to the time set for the bid submittal, based on a written request from an
authorized representative of the firm; however, a bid shall not be withdrawn after the time set for the bid
unless approved bythe Purchasing Division.
,TE PROPOSAL OR MODIFICATIONS:
Bid modifications received after the time set for the bid submittal shall not be considered. Modifications in
writing received prior to the deadline will be accepted. The City will not be responsible for misdirected bids.
Bidders should call the Purchasing Division at (479) 575-8220 to insure receipt of their submittal documents
prior to opening time and date listed.
9. LOCAL, STATE, AND FEDERAL COMPLIANCE REQUIREMENTS:
a. The laws of the State of Arkansas apply to any purchase made under this bid. Bidders shall
comply with all local, state, and federal directives, orders and laws as applicable to this proposal
City of Fayetteville, AR
Bid 17-60, Construction — Head Start Parking Improvements
Page 19 of 26
and subsequent contract(s) including but not limited to Equal Employment Opportunity (EEO),
Disadvantaged Business Enterprises (DBE), & OSHA as applicable to this contract.
b. Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified
small, minority and women business enterprises to bid on and receive contracts for goods,
services, and construction. Also, City of Fayetteville encourages all general contractors to
subcontract portions of their contract to qualified small, minority and women business
enterprises.
10. PROVISION FOR OTHER AGENCIES:
Unless otherwise stipulated by the bidder, the bidder agrees to make available to all Government agencies,
departments, municipalities, and counties, the proposal prices submitted in accordance with said proposal
terms and conditions therein, should any said governmental entity desire to buy under this proposal.
Eligible Users shall mean all state of Arkansas agencies, the legislative and judicial branches, political
subdivisions (counties, local district school boards, community colleges, municipalities, counties, or other
public agencies or authorities), which may desire to purchase under the terms and conditions of the
contract.
11. COLLUSION:
The Proposer, by affixing his or her signature to this proposal, agrees to the following: "bidder certifies that
his or her bid is made without previous understanding, agreement, or connection with any person, firm or
corporation making a proposal for the same item(s) and/or services and is in all respects fair, without
outside control, collusion, fraud, or otherwise illegal action."
12. RIGHT TO AUDIT. FOIA. AND JURISDICITON:
a. The City of Fayetteville reserves the privilege of auditing a vendor's records as such records
relate to purchases between the City and said vendor.
Freedom of Information Act: City 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
photocopying costs pursuant to the FOIA may be assessed for this compliance.
Legal jurisdiction to resolve any disputes shall be in Washington County, Arkansas with Arkansas
law applying to the case.
13. CITY INDEMNIFICATION:
The successful bidder(s) agrees to indemnify the City and hold it harmless from and against all claims,
liability, loss, damage or expense, including but not limited to counsel fees, arising from or by reason of any
actual or claimed trademark, patent or copyright infringement or litigation based thereon, with respect to
the goods or any part thereof covered by this order, and such obligation shall survive acceptance of the
goods and payment thereof by the City.
14. VARIANCE FROM STANDARD TERMS & CONDITIONS:
All standard terms and conditions stated in this request for bid apply to this contract except as specifically
stated in the subsequent sections of this document, which take precedence, and should be fully understood
by bidders prior to submitting a proposal on this requirement.
City of Fayetteville, AR
Bid 17-60, Construction — Head Start Parking Improvements
Page 20 of 26
15. ADA REQUIREMENT FOR PUBLIC NOTICES & TRANSLATION:
Persons with disabilities requiring reasonable accommodation to participate in this proceeding/event,
should call 479.521.1316 (telecommunications device for the deaf), not later than seven days prior to the
deadline. Persons needing translation of this document shall contact the City of Fayetteville, Purchasing
Division, immediately.
16. PROCUREMENT POLICY FOR RECYCLED MATERIALS:
The City of Fayetteville wishes to encourage its bidders to use recycled products in fulfilling contractual
obligations to the City and that such practices will serve as a model for other public entities and private
sector companies.
17. PAYMENTS AND INVOICING:
The bidder must specify in their bid the exact company name and address which must be the same as
invoices submitted for payment as a result of award of this bid. Further, the successful bidder is responsible
for immediately notifying the Purchasing Division of any company name change, which would cause
invoicing to change from the name used at the time of the original bid. Payment will be made within thirty
days of invoice received. The City of Fayetteville is very credit worthy and will not pay any interest, fees, or
penalty for untimely payments. Payments can be processed through bidder's acceptance of Visa at no
additional costs to the City for expedited payment processing. The City will not agree to any nonrefundable
deposit or retainer that would remain property of the bidder even if the hourly work actually performed by
the bidder would not justify such fee.
The City will pay the awarded bidder based on unit prices provided on invoicing. Progress payments will be
made after approval and acceptance of work and submission of invoice. Payments will be made within 30
days of accepted invoice.
18. CANCELLATION:
a. The City reserves the right to cancel this contract without cause by giving thirty (30) days prior
notice to the Contractor in writing of the intention to cancel or with cause if at any time the
Contractor fails to fulfill or abide by any of the terms or conditions specified.
b. Failure of the contractor to comply with any of the provisions of the contract shall be considered
a material breach of contract and shall be cause for immediate termination of the contract at the
discretion of the City of Fayetteville.
c. In addition to all other legal remedies available to the City of Fayetteville, the City reserves the
right to cancel and obtain from another source, any items and/or services which have not been
delivered within the period of time from the date of order as determined by the City of
Fayetteville.
d. In the event sufficient budgeted funds are not available for a new fiscal period, the City shall
notify the vendor of such occurrence and contract shall terminate of the last day of the current
fiscal period without penalty or expense to the City.
19. ASSIGNMENT, SUBCONTRACTING, CORPORATE ACQUISITIONS AND/OR MERGERS:
The Contractor shall perform this contract. No assignment of subcontracting shall be allowed
without prior written consent of the City. If a bidder intends to subcontract a portion of this
work, the bidder shall disclose such intent in the bid submitted as a result of this bid.
City of Fayetteville, AR
Bid 17-60, Construction — Head Start Parking Improvements
Page 21 of 26
In the event of a corporate acquisition and/or merger, the Contractor shall provide written
notice to the City within thirty (30) calendar days of Contractor's notice of such action or upon
the occurrence of said action, whichever occurs first. The right to terminate this contract, which
shall not be unreasonably exercised by the City, shall include, but not be limited to, instances in
which a corporate acquisition and/or merger represent a conflict of interest or are contrary to
any local, state, or federal laws. Action by the City awarding a proposal to a firm that has
disclosed its intent to assign or subcontract in its response to the bid, without exception shall
constitute approval for purpose of this Agreement. -
20. NON-EXCLUSIVE CONTRACT:
Award of this bid shall impose no obligation on the City to utilize the vendor for all work of this type, which
may develop during the contract period. This is not an exclusive contract. The City specifically reserves the
right to concurrently contract with other companies for similar work if it deems such an action to be in the
City's best interest. In the case of multiple -term contracts, this provision shall apply separately to each item.
21. LOBBYING:
Lobbying of selection committee members, City of Fayetteville employees, or elected officials regarding
request for proposals, request for qualifications, bids or contracts, during the pendency of bid protest, by
the bidder/proposer/protestor or any member of the bidder's/proposer's/protestor's staff, and agent of the
bidder/proposer/protestor, or any person employed by any legal entity affiliated with or representing an
organization that is responding to the request for proposal, request for qualification, bid or contract, or has
a pending bid protest is strictly prohibited either upon advertisement or on a date established by the City of
Fayetteville and shall be prohibited until either an award is final or the protest is finally resolved by the City
of Fayetteville; provided, however, nothing herein shall prohibit a prospective/bidder/proposer from
contacting the Purchasing Division to address situations such as clarification and/or questions related to the
procurement process. For purposes of this provision lobbying activities shall include but not be limited to,
influencing or attempting to influence action or non -action in connection with any request for proposal,
request for qualification, bid or contract through direct or indirect oral or written communication or an
attempt to obtain goodwill of persons and/or entities specified in this provision. Such actions may cause any
request for proposal, request for qualification, bid or contract to be rejected.
22. ADDITIONAL REQUIREMENTS:
The City reserves the right to request additional services relating to this bid from the bidder. When
approved by the City as an amendment to the contract and authorized in writing prior to work, the
Contractor shall provide such additional requirements as may become necessary.
23. ADD OR DELETE LOCATIONS OR SERVICES:
The City reserves the right to unilaterally add or delete locations and/or services, either collectively or
individually, at the City's sole option, at any time after award has been made as may be deemed necessary
or in the best interests of the City. In such case, the Contractor(s) will be required to provide services to this
contract in accordance with the terms, conditions, and specifications.
24. INTEGRITY OF BID DOCUMENTS:
Bidders shall use the original bid form(s) provided by the Purchasing Division and enter information only in
the spaces where a response is requested. Bidders may use an attachment as an addendum to the bid
form(s) if sufficient space is not available on the original form for the bidder to enter a complete response.
Any modifications or alterations to the original documents by the bidder, whether intentional or otherwise,
City of Fayetteville, AR
Bid 17-60, Construction — Head Start Parking Improvements
Page 22 of 26
will constitute grounds for rejection of such response. Any such modifications or alterations a bidder wishes
to propose shall be clearly stated in the bidder's response and presented in the form of an addendum to the
original bid documents.
25. OTHER GENERAL CONDITIONS:
Bidder is presumed to be familiar with all federal, state, and city laws, ordinances, and regulations which
in any manner affect those engaged or employed in the Work, or the materials or equipment used, or
that in any way affect the Work and shall in all respects comply with said laws, ordinances, and
regulations. No claim of misunderstanding or ignorance on the part of Bidder or Proposer will in any way
serve to modify the provisions of the contract. No representations shall be binding unless embodied in
the contract.
b. Prices shall include all labor, materials, overhead, profit, insurance, shipping, freight, etc., to cover the
products and services presented. Sales taxsha//notbeinc/udedinthebidprice. Applicable Arkansas sales
tax laws will apply when necessary but will not be considered in award of this project.
Each bidder should state the anticipated number of days from the date of receipt of an order for
delivery of services to the City of Fayetteville.
d. Bidders must provide the City with their bids signed by an employee having legal authority to submit
bids on behalf of the bidder. The entire cost of preparing and providing responses shall be borne by the
bidder.
e. The City reserves the right to request any additional information it deems necessary from any or all
bidders after the submission deadline.
The request for bid is not to be construed as an offer, a contract, or a commitment of any kind; nor does
it commit the city to pay for any costs incurred by bidder in preparation. It shall be clearly understood
that any costs incurred by the Proposer in responding to this request for proposal is at the bidder's own
risk and expense as a cost of doing business. The City of Fayetteville shall not be liable for
reimbursement to the Proposer for any expense so incurred, regardless of whether or not the proposal
is accepted.
g. If products, components, or services other than those described in this bid document are proposed, the
bidder must include complete descriptive literature for each. All requests for additional information
must be received within five working days following the request.
NOTE: Any uncertainties shall be brought to the attention to Les McGaugh immediately via telephone
(479.575.8220) or e-mail(lmcgaugh(a@fayetteville-ar.gov). It is the intent and goal of the City of
Fayetteville Purchasing Division to provide documents providing a clear and accurate understanding of
the scope of work to be completed and/or goods to be provided. We encourage all interested parties to
ask questions to enable all bidders to be on equal bidding terms.
Any inquiries or requests for explanation in regard to the City's requirements should be made promptly
to Les McGaugh, City of Fayetteville, Purchasing Agent via e-mail(Itlmcgaugh@fayetteyille-ar.gov) or
telephone (479.575.8220). No oral interpretation or clarifications will be given as to the meaning of any
part of this request for proposal. All questions, clarifications, and requests, together with answers, if
any, will be provided to all firms via written addendum. Names of firms submitting any questions,
clarifications, or requests will not be disclosed until after a contract is in place.
j. Any information provided herein is intended to assist the bidder in the preparation of proposals
necessary to properly respond to this bid. The bid is designed to provide qualified Proposers with
City of Fayetteville, AR
Bid 17-60, Construction — Head Start Parking Improvements
Page 23 of 26
sufficient basic information to submit proposals meeting minimum specifications and/or test
requirements, but is not intended to limit a bid's content or to exclude any relevant or essential data.
k. Bidders irrevocably consent that any legal action or proceeding against it under, arising out of or in any
manner relating to this Contract shall be prevailed by Arkansas law. Proposer hereby expressly and
irrevocably waives any claim or defense in any said action or proceeding based on any alleged lack of
jurisdiction or improper venue or any similar basis.
The successful bidder shall not assign the whole or any part of this Contract or any monies due or to
become due hereunder without written consent of City of Fayetteville. In case the successful bidder
assigns all or any part of any monies due or to become due under this Contract, the Instrument of
assignment shall contain a clause substantially to the effect that is agreed that the right of the assignee in
and to any monies due or to become due to the successful bidder shall be subject to prior liens of all
persons, firms, and corporations for services rendered or materials supplied for the performance of the
services called for in this contract.
m. The successful bidder's attention is directed to the fact that all applicable Federal and State laws,
municipal ordinances, and the rules and regulations of all authorities having jurisdiction over the services
shall apply to the contract throughout, and they will be deemed to be included in the contract as though
written out in full herein. The successful bidder shall keep himself/herself fully informed of all laws,
ordinances and regulations of the Federal, State, and municipal governments or authorities in any manner
affecting those engaged or employed in providing these services or in any way affecting the conduct of the
services and of all orders and decrees of bodies or tribunals having anyjurisdiction or authority over same.
If any discrepancy or inconsistency should be discovered in these Contract Documents or in the
specifications herein referred to, in relation to any such law, ordinance, regulation, order or decree, s/he
shall herewith report the same in writing to City of Fayetteville.
26. INVOICING: All invoices shall be presented to the City with the minimum information listed below.
a. City Department that ordered the materials or services
b. Order Date
c. Delivery date or the date of services
d. Name of the City Employee that requested or picked up the goods, materials, or service
e. Bid Number that applies to the purchase and invoices. Amounts in the bid shall match invoicing.
27. ATTACHMENTS TO BID DOCUME
a. Appendix I: Project Drawing
City of Fayetteville, AR
Bid 17-60, Construction — Head Start Parking Improvements
Page 24 of 26
City of Fayetteville
Bid 17-60, Construction — Head Start Parking Improvements
Technical Specification: Parking Lot
A. GENERAL
1. The contractor will be responsible for all aspects of the construction, installation, repairs, and cleanup
as stated in the Scope of Work and Specifics at the project location stated above. Each bidder will be
responsible for a complete inspection of the property at the project location before submitting bid.
Give occupant 24 hour notice before inspection. All the distances, measurements, procedures, and
listed materials should be verified before submitting your bid to complete the work. The requirements
listed here, in the description of work, are general requirements and it will be the responsibility of the
winning bidder to assure the City of Fayetteville that the finished project is in compliance with all
applicable codes and standards and achieves the goal of raising the efficiency of the building.
2. The contractor's duties and responsibilities include, but are not limited to, the following:
a. Purchasing of all materials.
b. Supervision of all employees and subcontractors.
c. Coordination with the City of Fayetteville CDBG Administrator, the City of Fayetteville Code
Compliance Office and owners.
d. Clean up and restore all lawns, planters, walking and driving surfaces to their original condition.
e. Keep job site safe for others and practice safe working practices as required.
B. LOT PREPERATION
Grade the existing gravel in the parking lot to provide a smooth surface for the asphalt to blend the
existing old paved areas to the areas that are gravel. The paved area is to be where the existing paved
area is now and extend onto where the gravel driveway is now. See attached drawing of area to be
paved.
Kill any vegetation that is to be covered with asphalt with weed killer or another acceptable means.
Where and if needed, apply a prime coat over the untreated aggregate base.
If it is easier to pave without the sign for handicap parking then remove the sign and save for later
installation.
C. ASPHALT PAVING
Using a hot asphalt mix, apply the asphalt to the parking area that was prepared.
Roll the asphalt according to industry standards.
Pave the lot at a time where it will not disturb the use of the building.
Blend the asphalt where possible where it meets a concrete sidewalk to eliminate tripping areas.
D. PARKING DEFINITION
The parking area is to be striped similar to how it is now to show cars where to park. It will have 14
parking spaces that are 10 ft wide and allow for drivers to drive around the parking lot to pick up
children. See diagram. Use yellow striping paint made for use as a parking lot paint.
Make one parking space for handicap parking. Reinstall the sign at the head of the space if the sign was
removed. Paint the space on the asphalt to mark it as a handicap spot. Paint the handicap space wider
than the 10 feet if required for a handicap space.
City of Fayetteville, AR
Bid 17-60, Construction — Head Start Parking Improvements
Page 25 of 26
E. CLEANUP
1. All new, used, and excess construction materials that relate to the job or a change order(s) belongs to
the contractor and can be removed from the property by the contractor as needed during the project
and shall be removed at completion.
2. All trash shall be hauled off by contractor and preferably recycled if possible.
3. All affected areas shall be left broom clean.
4. If lead paint is present, cleanup will be compliant with EPA/HUD Approved Lead Safety standards.
F. OTHER
1. All work or materials which are not directly noted in the Scope of Work and Specifics, but are necessary
for the proper carrying out of the obvious intentions thereof, are to be understood as implied work and
will be provided for by the contractor as if specifically described or drawn.
2. All work shall be performed in a workmanlike manner according to common construction practices,
according to the specifications set forth in the Community Services Program's General Specification
Manual, and with adherence to city, state, and national codes.
3. Any damage to the dwelling or property caused by the contractor, his/her worker(s) or delivery person,
and/or their vehicles during the project shall be repaired to like new conditions.
4. Where applicable, all plumbing work shall be performed by a Arkansas State licensed plumbing
contractor with adherence to the current Arkansas Plumbing Code.
5. Where applicable, all electrical work shall be performed by a Arkansas State licensed electrical
contractor with adherence to the current National Electrical Code.
6. Where applicable, all HVAC work shall be performed under the supervision of a licensed HVAC
contractor with adherence to all codes.
City of Fayetteville, AR
Bid 17-60, Construction — Head Start Parking Improvements
Page 26 of 26
.6
I—
I
Z
PA
LL U -I<
or -U)
ILI
�:- I
0.
>. W
0
z
L< <
FX
Li
>
Z
La
I
PA
0.
I
NVId 9NIAVd iOl ONIMNVd
IHVIS QV3H
A.LNnO3 NOIDNINSVM
NOISIAIG ON1833NION3
SVSNV�1AV
113AV,
31IIA:-1Jo A-LIO
mlrsl��Ycil
I
CCTV OF
FAYETTEVILLE
ARKANSAS
Project Check List
This checklist is for the Bidder's use in preparing & submitting a bid. It is not intended to include all details necessary to
prepare a bid and shall not be used as a substitute for the requirements of the bid documents. information is shown below
only as a matter of convenience. Use of this checklist does not relieve the Bidder from the responsibility of meeting all
requirements of the Specifications concerning the preparation of an acceptable bid, Bidders are welcome to use this form
as a coversheet for a sealed envelope; however, using this farm 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 5tate 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.
I] All addenda shall be signed, acknowledged, and submitted on the appropriate forms (submitting the actual
addendums or marking acknowledgement on other bid pages).
0 Ail 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
All bid documents shall be delivered in a sealed envelope to the address listed below before the stated deadline
on the coversheet of the bid. All bids should be delivered with the name of the bidder (contractor) on the sealed
envelope as well as the bidders Arkansas Contractor's License Number.
City of Fayetteville, AR
Purchasing Division --Suite 306
113 W. Mountain
Fayetteville, AR 727012
CONTRACTOR NAME: Hutchens Construction
ARKANSAS CONTRACTORS LICENSE NUMBER 0804640418
City of Fayetteville, Ali
Sid 17-60, Construction _ Head Start Parking Improvements
Page 3 of 26
City of Fayetteville
Bid 17-60, Construction — Head Start Parking Lot
Bid Form
Final Completion: 30 CALENDAR DAYS FROM NOTICE TO PROCEED
Project Location: 2052 S Garland Ave, Fayetteville, AR 72701
a
*PRICE"TAL PRICE
sl
r HMAC Overlay 995 SY $ 18100 17,910.00
Class 7 Base Level Ton s 76.60 1,915.00
Up 25
Existing Pavement SY S 261.00 2.610.00
asphalt removal 10
Undercut and C, $ W.o0 2,401,00
Base Backfill 7
5..
4" Yellow Striping 400 LF $ 1.54 616.00
HC Symbol 1 EA
MOO 70.00
7 Relocate HC Sign 1 EA '%0 co 560,00
Total Base Bid - $ 26,257.00
THIS BID FORM CONTINUES ON THE NEXT PAGE.
City of Fayetteville, AR
Bid 17-60, Construction -- Head Start Parking Improvements
Page 6 of 26
EXECUTION OFBID -
Actual specification of any deficient item shall benoted on the bid sheet or separate attachment If specifications of item bid
differ from provided literature, deviation shall be documented and certified by the manufacturer as a regular production
Upon signing this Bid, the bidder certifies that:
1. He/she has read and agrees Lothe requirements set forth inthis proposal, including specifications, terms,
standard conditions, and any pertinent information regarding the articles being bid on.
Z Unless otherwise notedandexplalned the unit bid and listed meets urexceeds all cfthese requirements os
specified byThe City nfFayetteville.
3. The Bidder can and will comply with all specifications and requirements for delivery, documentation and support
asspecified herein,
4. 1, as an officer of this organization, or per the attached letter of authorization, amduly authorized tocertify the
information provided herein isaccurate and true.
S. Bidder shall comply with all State and Federal Equal Opportunity and Non -Discrimination requirements and
conditions ufemployment inaddition 10all federal, state,and local (ama-
6. Bidder shall disclose any possible conflict oYinterest with the City of Fayetteville, including, but not limited to, any
relationship with any City of Fayetteville employee. Response shall disclose if a known relationship exists between
any principal or employee of your firm and any City of Fayetteville employee or elected City of Fayetteville official.
If no relationship exists, this should also bestated in your response. Failure tudisclose such u relationship may
result in cancellation of a purchase and/or contract as a result of your response.
1.) NO KNOWN RELATIONSHIP EXISTS
2)REU\TOMSH|PEXISTS (Please enpb{n):
7. 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.
0, As A bidder on this project, you are required to provide debarment/suspension certification indicating that you
are incompliance with the below Federal ExecutivpOrder.Ce/dGcaUoncanbedonebycompletin0andsigning
this form.
a. Federal Executive Order (E.O.) 12549 'Debarment and Suspension" requires that all contractors receiving
individual awards, using federal funds, and all sub -recipients ce/dh/ that the organization and its
principals are not debarred' suspended, proposed for deharment, declared ineUgib|e, or voluntarily
excluded by any Federal department or agency from doing business with the Federal Government.
t. Your signature below certifies that neither you nor your principal is presently debarred, suspended,
proposed for debarment, declared ineligible, urvoluntarily exdudedhompartic\padcminthixkansaciion
byany federal department nragency.
City o/Fayetteville, 4H
Bid 17-60, Construction - Head Start Parking Improvements
Page 7n+26
Unsigned bids will be rejected. Items marked * are mandatory for consideration.
*NAME OF FIRM: _ Hutchens Construction
Purchase Order/Payments shall beissued to this name
*D/B/A or Corporation Name Hutchens Construction
*BUSINESS ADDRESS: 515 Sanders Ave
*CITY: Springdale *STATE: AR *ZIP: 72764
*PHONE: 479-927-0000
*E-MAIL: Barry@hutchensconstruction.com
*BY: (PRINTED NAME) Harry King
*AUTHORIZED SIGNATURE:
"TILE: Estimator
DUNS NUMBER: 029722303
*TAX ID NUMBER: 43-1273272
Acknowledge Addendums:
Addendum No. Dated:
Addendum No. Dated:
FAX: 479-927-0096
CAGE NUMBER: _--
Acknowledged by:
Acknowledged by:
Addendum
No.
Dated:
Acknowledged
by:
Addendum
No. ----
Dated:
Acknowledged
by:
City of Fayetteville, AR
Rsd 17-60, Construction -- Head Start Parking Improvements
Page 8 of 26
Liberty.
Mutual,
SURETY
Document A310 TM - 2010
Conforms with The American Institute of Architects AIA Document 310
CONTRACTOR: SURETY:
(Name, legal status and address) (Name, legal sial us and principal place of business)
Hutchens Construction Co Liberty Mutual Insurance Company
515 Sanders Ave., Springdale, AR 72764 175 Berkeley Street
Boston, MA 02116
OWNER:
(Name, legal status and address)
City of Fayetteville
113 West Mountain,
Fayetteville, AR. 72701
BOND AMOUNT: 5% of Bid Amount
Mailing Address for Notices
Liberty Mutual Insurance Company
Attention: Surety Claims Department
1001 4th Avenue, Suite 1700
Seattle, WA 98154
5% of Bid Amount
PROJECT:
(Name, location or address, and Project number, ifany)
Bid 17-60
Construction - Head Start Parking Improvements
This document has important
legal consequences.
Consultation with an attorney is
encouraged with respect to its
completion or modification.
Any singular reference to
Contractor, Surety, Owner or
other party shall be considered
plural where apolicahle
The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind
themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this
Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period
as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with
the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a suretyadmitted in
the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt
payment of labor and material furnished in the prosecution thereof, or (2) pays to the Owner the difference, not to exceed the amount of
this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another
parry to perform the work covered by said bid. then this obligation shall be null and void, otherwise to remain in full force and effect. The
Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the
bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for
acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond
sixty (60) days.
I f this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be
Subcontractor and the term Owner shall be deemed to be Contractor.
When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project. anv provision in
this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such
statutory or other legal requirement shall be deemed incorporated herein. When so furnished. the intent is Ih this Bond shall be construed
as a statutory bond and not as a common law bond.
f
Signed and sealed this 12th day of September 2017 1
(fi'irmss) W
t
i1
(Witness)
I /
LMS -10054 0e110
Hutchens Construction Co.
515 Sanders Ave., Springdale, R. 7264
L'ieit !J i (.Seal)
Llbefty Mutual Insuragc; p ermpelny
t��,�u.5ur4 a
t 5r reh)
(Seal) �`c¢
INCORPORAM
1911
(Title) Attorney -In -F ct
THIS' POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND.
This Pow er of Attomey limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated.
Certificate No, 7276424
Arrterican Fire and Casualty Company
The Ohio Casualty Insurance Company
Liberty Mutual Insurance Company
West American Insurance Company
POWER OF ATTORNEY
KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of
the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the Slate of Massachusetts, and West American Insurance Company
is a corporation duly organized under the laws of the Stale of Indiana (herein collectively called the `Companies'), pursuant to and by authority herein set forth, does hereby nacre, co nlihate
and appoint, Sfandi Jo Bradley; Callae J. 'Doty; Daniel A. Cavender; Gary L, Yosl; Genova E. Dugger, S. Christtne Tnvvnpacd Sherry R. Feeler; Thomas
all of the city of SPRINGFIELD , state of MO each individually if there be more than one named, its true and lawful attorney -in fact to make, execute, seal, acknowledge
and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall
be as binding upon the Companies as If they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons.
IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
Iherato this 26111 day of February 2016
American Fine and Casualty Company
The Ohio Casualty Insurance Company
;- t 1T1s Y f 1z ; a tem Liberty Mutual Insurance Company
WestPmerican Insurance Company
'Al �� 1{ n' tr .+ 1 r Jp
STATE OF PENNSYLVANIA ss David M. Cafe , Assislanr Secretary
COUNTY OF MONTGOMERY
On this 2611h day of February 1 2016 . before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Seoretary of American Fire and
Casually Company, Liberty Mutual Insurance Company, The Ohio Casually Insurance Company, and West American Insurance Company, and that he, as such, being authorized so to do,
execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
IN WITNESS WHEREOF, I have hereunto subscribed in name and affixed my notarial seal at Plymouth Meeting, Pennsytvania, on the day and year first above written_
*9P Pa,gr CDMi5ltmNwEALT11 OFPMtISYI,YANIA.
QrF �nr+wr�t'�r Natsrlg3�al I
Teresa Pasteila, Netary Public By:
Of Piymauth Twp., %A.or,rgome: s County Teresa Pastelia, Notary Public
��¢ My Co!nmi-won Expires March 2e, 2017
Cyw' MwTow, Pt"-syMm,WAmcAnban am Nnrr-aa
�Ry
This Prover of Attorney is made and executed pursuant loan by authority of the following By-laws and Authorizations of American Fine and Casualty Company, The Ohio Casualty Insurance
Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows:
ARTICLE IV —OFFICERS -- Sedon 12, Power otAtlomey. Any officer or outer official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject
to such limitation as the Chairman or the President may prescribe, shall appoint such ahomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal,
acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations Such altomeysan-fact, subject to" limitations set forth in their respective
powers of attorney, shall have full power to bind the Corporation by their signature and execration of any such instruments and to allach thereto the seal of the Corporation. When so
executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under
the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority_
ARTICLE XIII -- Execution of CDrbaeis -- SECTION b. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose In writing by the chairman or the presideni,
and subject to such "tations as the chairman or the president may prescribe, shall appoint such aftumeys•in-fact, as may be necassauy to act in betlaff of the Company to make, execute,
seal, acknowledge and deliver as surety any and all undertakings, bonds, racognixances and otter surety obligations. Such attorneys -in -fact subject to the limitations set forth in their
respective powers of attorney, shall have full power to bind the Canvany by their signature and execulion of any such instruments and to attach thereto Ute seal of the Company. When so
executed such instruments shall be as binding as if signed by the president and altested by the sec+elary.
Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secxelary to appoint such aUoneys-in-
fad as may be necessary to act on behalf of the Cornpany to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, fecogniza ices and other surety
obligations.
Authorization -- By unanimous consent of the Companis Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant seaefary of the
Company, wherever appearing upon a certified copy of any power of attorney issued by tle Company in connection with surety bonds, shall be valid and binding upon the Company with
Ute same fora and effect as though rnanuaffy affixed.
f, Gregory W. Davenport, the urdemigned, Assistant Secretary, of American. Fire and Casualty Companyt The Ohio Casuaify Insurance Company, Liberty Mutual Insurance Company, and
West American Insurance Corrmpaoy do hereby certify that the original power of attorney of which the foregoing is a full, true and sacred copy of the Power of Attorney executed by said
Coripanies, is in full feirc a and effect and has not been revoked_
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 1 2 t h day of September 2f) 1 7
❑ C.igL. lY irYS{f a;.. a .i, red Y! ~trk,�y
gr��%K1r,�tir� J '4!•op'L ati:�i, �xr•�T y+`�
r
a 1906 1919 . y 912q 1991 By:
Gregory W. Davenport, Assistant Sacretary
lir k,e,,,•:^ �° ��''��,swY't* �r +S**� -" R � ... �.s1d aT
b # T 1 * ♦, i
LM9 12673 122013
1170200
1=..:1 qTo, rSR8) PAPtis- 42.,8° j 32a-U$Z f „pl
r1 11
1�IJ! Asphalt Paving Maintenance lCrushedUmestone �
Hain 1111ike: Npringdalr M iic:
WWW. hutch ernsconstruction. com 1X1- ,11nn ,t 1-1 �7 Pkauufv Heght, Rd
Since 11%3 AR -?A
Hume i41 ;-.44'--'489 Phonr14-91 927 -MMI
I a (,I I':.4.1" ;;61 1 ax 14 79) 92 - Ix sm
AR Contractor License: 0004640418
Dote To: City Of Fayetteville Job Name: Head Start Parking Improvements
1525 S Happy Hollow Rd Job Location: 2052 S GARLAND
Fayetteville, AR 72701 FAYETTEVILLE,AR
Attn: Proposal Date: 9-12-2017
Phone: 4794443489 Bid Date:
Fax: Addendums
Mobile:
Estimator:
ITEM DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
AMOUNT
100 2" ASPHLAT OVERLAY
995.00
SY
18.00
17,910.00
200 BASE LEVEL UP
25.00
TON
76.60
1,915.00
300 ASPHALT REMOVE
10.00
SY
261.00
2,610.00
400 UNDERCUT AND BACKFILL
7.00
CY
343.00
2,401.00
500 4" YELLOW STRIPING
400.00
LF
1.54
616.00
600 HANDICAP SYMBOL
1.00
EA
70.00
70.00
700 RELOCATE HANDICAP SIGN
1.00
EA
560.00
560.00
8001 PAYMENT & PERFORMENCF. BOND
1.001
LS
175.001.175.00
GRAND TOTAL
NOTES:
*** WORK PERFORMED M -F 7AM TO 5PM NO NIGHTS OR WEEKENDS
*** NO PERMITS IN THIS BID
*** STRIPING CONTRACTOR USED 1N THIS BID
"* BASE PREP EXISTING BASE AND ADD ROCK AS NEEDED
*** ASPHALT ENTIRE PARKING LOT 2"
*** FULL DEPTH ASPHALT REPLACE IOSY
"** UNDERCUT AND REPLACE WITH BASE ROCK 7SY
*** YELLOW 4" STRIPING 400 LF
*** STRIPE I HANDICAP LOCATION
*** MOVE OR REPLACE HANDICAP SIGN
$26,257.00
Miscellaneous Notes
Hutchens Construction Co., Inc. is not to be held responsible for drainage problems where the percent of fall is less than 2%. If
after paving, corrective action is required on these areas, compensation in the form of time and materials will be required.
*Final payment to be based on actual installed quantities.
*Unless specifically listed above, prices do not include construction control, saw cutting or removal, testing, bonding or
construction signs, except for those required in our flagging operations.
*The unit prices quoted above are valid for_(10 if none stated) calendar days from proposal date. Pricing is based upon work
Page 1 of 2
being performed before (90 calendar days if no date specified). Work performed after this date is subject to negotiation.
*All work is based on one mobilization for base work, and one for asphalt work. Additional mobilizations to be charged at
$ ($2000 if no amount stated) each.
*We will accept the paving without aggregate base, but not the base without the paving.
See the attached Terns and Conditions for additional proposal conditions an .signature block.
Owner/Contractor Hutchens on. uction
Initials: Initials:
Page 2 of 2
05/18/2017 THU 11:10 FAX 417 047 5561 Hutchens Construction - SPDL OFFICE 1/0001/001
License No. 0004640418 ID #2115
State of Arkansas
Commercial Contractors Licensing Board
HUTCHENS CONSTRUCTION COMPANY
1007 MAIN ST
CASSVILLE, MO 65625
This is to Certify That
14UTCJJENS CONSTRUCTION COMPANY
is duly licensed under the provisions of Act 150 of the 1965 Acts as amended
and is entitled to practice Contracting in the State of Arkansas within the
following classifications/specialties:
HIGHWAY, RAILROAD, AIRPORT
CONSTRUCTION
MUNICIPAL & UTILITY CONSTRUCTION
with the following suggested bid limit
from May 12.2017 until
Unlimited
Apri130, 2019
when this Certificate expires.
H'iuness ow hands n/die Dow d doted of -1 a th Lmle Rork, : t-konsns:
CHAIRMAN
SECRETARY
May 12, 2017 - sh
O n :2
� O �
N O
O -q N
z m ai
0 0
m °
0
N
a--+
C
CN
C
N
O
L
ECL
C o
bn
O
z
L �
m m
CL
a -J
L-
m m
�J
N
2
Ln }
c E
O J
Ll-
Ln
1
•
` •-
Z -.-
v
U
O
uj
c
0
u
m
U
V
Y
U
v
O
U
Y
0
z
c
m
-m
m
•
0
O
vi
> E
W
c°
C _0
C
Jc
N
LL 54o
� U
a
0
oWZ
c
H Q
E
o
- F
u ul
J z
�a
O
a
O
LL
O
O
uj
c
0
u
m
U
V
Y
U
v
O
U
Y
0
z
c
m
-m
m
•
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
Ln
O
O
LO
O
N
l00
W
Ol
01
1D
V
ID
171
0
I"
N
z
z
O
C
Q
O
U
7
4141
Ln
c
Af�
A/).
'JI.
v,�
tn
AA.
V'�
O
o
C.
0
0
't
0
0
U
v)
o
lD
o
o
0
0
C:
oo
LD
-i
m
-1
O
o
Q)
lD
V
h
tD
L
N
m
171
U
z
In
i
tr�
ij,�
d
0
Ln
N
n
0
Q
N
w
c
m
V)
0
V)
U
J
W
W
w
Ln
m
J
Q
O
f0
O
z
o
v
a_
—
ra
Y
ULn
L
U
d
ro
o
n
m
O
Q
v
Tbn
0
>
Q1
m
cm
v
E
-O
pl
J
c
0
>
ra
to
n
U
m
O
=
m
O
Q
no
u
E
c
m
z
V
>
'^
o
-fu
-X
c
_
U
au
N
U
w
O
_v
2
Er
-1
N
m
d'
ul
lD
1l
O
uj
c
0
u
m
U
V
Y
U
v
O
U
Y
0
z
c
m
-m
m
•
, ` CITY OF
F1 YETTEVILLE
ARKANSAS
City of Fayetteville
Bid 17-60, Construction — Head Start Parking Lot Rehab
Contract — Between City
and Hutchens Construction Co.
This contract executed this ,_ day of ir 2017, between the City of Fayetteville, Arkansas (City), and
Hutchens Construction Co. in consideration of the mutual covenants contained herein, the parties agree as follows:
1. Hutchens Construction Co. 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 17-60 as stated in Hutchens Construction Co. bid proposal, and in accordance with
specifications attached here to and made a part hereof under Bid 17-60, all included herein as if spelled out word
for word.
2. The City of Fayetteville shall pay Hutchens Construction Co. based on their bid proposal in an amount not to
exceed $26,082.000. Payments will be made after approval and acceptance of work and submission of invoice.
Payments will be made approximately 30 days after acceptance of invoice.
3. The Contract documents which comprise the contract between the City of Fayetteville and Hutchens Construction
Co. consist of this Contract and the following documents attached hereto, and made a part hereof:
A. Bid form identified as Invitation to Bid 17-60 with the specifications and conditions typed thereon.
Hutchens Construction Co. bid proposal.
C. The Notice to Prospective Bidders and the Bid Tabulation.
4, These Contract documents constitute the entire agreement between the City of Fayetteville and Hutchens
Construction Co.. and may be modified only by a duly executed written instrument signed by the City of
Fayetteville and Hutchens Construction Co.
5. Hutchens Construction Co. shall not assign its duties under the terms of this agreement.
6. Hutchens Construction Co. 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 Hutchens Construction Co.
performance of this contract. This clause shall not in any form or manner be construed to waive that tort
immunity set forth under Arkansas Law.
7. Hutchens Construction Co. shall furnish a certificate of insurance addressed to the City of Fayetteville, showing that
he carries the following insurance which shall be maintained throughout the term of the Contract. Any work
sublet, the contractor shall require the subcontractor similarly to provide worker's compensation insurance. In
case any employee engaged in work on the project under this contract is not protected under Worker's
Compensation Insurance, Hutchens Construction Co. shall provide and shall cause each Subcontractor to provide
adequate employer's liability insurance for the protection of such of his employees as are not otherwise
protected.
Workmen's Comi3ensation Statutory Amount
City of Fayetteville, AR
Bid 17-61, Construction —City Hall Window Replacement Rebid
Page 1 of 2
Comprehensive Genera_! _&
Automobile Insurance
Bodily Injury Liability
Property Damage Liability
$500,000 for each person injured.
$1,000,000 for each accident.
$1,000,000 aggregate.
The premiums for all insurance and the bond required herein shall be paid by Hutchens Construction Co.
Hutchens Construction Co. to furnish proof of licensure as required by all local and state agencies.
This contract may be terminated by the City of Fayetteville or Hutchens Construction Co. with 30 days written
notice.
10. This project shall be completed within 30 calendar days from issue date of Notice to Proceed.
11. Liquidated Damages: N/A
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 3 DAY OF
r
O C�a6.en.
HutcheriMnstr_uctinrf Co.
By: } ! 4
Printedk@ntractor Name &341eN
EST (Signature)
-e
Company Secretary (Parrre !dame)
+Business Address �/� ✓� �j
at 1p Code
Date Signed: r)
City of Fayetteville, AR
Bid 17-61, Construction —City Hall Window Replacement Rebid
Page 2 of 2
ATTEST: (Signature)
I1 REAS;''"`��i
Sondra Smith, City G��`i OF ••.'�.�
r� • "Z-
•rJ ��t iii 10'
Date Signed: " 11 iL � ��7
ib rt�v
PERFORMANCE BOND
Conforms with The American Institute of Architects
A.I.A. document No. A-311
KNOW ALL BY THESE PRESENTS: that Hutchens Construction Co_
515 Sanders Avenue
Springdale, AR. 72764
Doc ID: 017674840005 Type: LIE
Kind: BOND
Recorded: 10/06/2017 at 03:04:03 PM
Fee Amt: $35.00 Pape 1 of 5
Washington County, AR
Kyle Sylvester Circuit Clerk
FileBo34_00000934
Bond No. 674025172
(Here insert full name and address or legal title of Contractor)
as Principal, hereinafter called Contractor, and, Liberty Mutual Insurance Company
(Here insert full name and address or legal title of Surety)
175 Berkeley Street, Boston, MA 02116
as Surety, hereinafter called Surety, are held and firmly bound unto City of Fayetteville, Arkansas
(Here insert full name and address or legal title of Owner)
1525 S Happy Hollow Road
Fayetteville, AR 72701
as Obligee, hereinafter called Owner, in the amount of Twenty-six Thousand Eighty-two Dollars And Zero Cents
Dollars ( $26,082.00 ).
for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and
severally, firmly by these presents.
WHEREAS,
Contractor has by written agreement dated October 03 2017 entered into a contract
with Owner for Head Start Parking Improvements
2052 S. Garland
Fayetteville, AR. 72701
in accordance with Drawings and Specifications prepared by N/A
(Here insert full name, address and description of project)
(Here insert full name and address or legal title of Architect)
which contract is by reference made a part hereof, and is hereinafter referred to as the Contract.
Page 1 of 2
LMS -11219 10/99
PERFORMANCE BOND 674025172
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform said
Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect.
The Surety hereby waives notice of any alteration or
extension of time made by the Owner.
Whenever Contractor shall be, and declared by Owner to be
in default under the Contract, the Owner having performed
Owner's obligations thereunder, the Surety may promptly remedy
the default, or shall promptly
1) Complete the Contract in accordance with its terms and
conditions, or
2) Obtain a bid or bids for completing the Contract in accordance
with its terms and conditions, and upon determination by Suety of
the lowest responsible bidder, or, if the Owner elects, upon
determination by the Owner and the Surety jointly of the lowest
responsible bidder, arrange for a contract between such bidder and
Owner, and make available as Work progresses (even though there
should be a default or a succession of defaults under the
Signed and sealed this 05th day of October
contract or contracts of completion arranged under this paragraph)
sufficient funds to pay the cost of completion less the balance of the
contract price; but not exceeding, including other costs and damages
for which the Surety may be liable hereunder, the amount set forth
in the first paragraph hereof. The term "balance of the contract
price," as used in this paragraph, shall mean the total amount
payable by Owner to Contractor under the Contract and any
amendments thereto, less the amount properly paid by Owner to
Contractor.
Any suit under this bond must be instituted before the
expiration of two (2) years from the date on which final payment
under the Contract falls due.
No right of action shall accrue on this bond to or for the use of
any person or corporation other than the Owner named herein or the
heirs, executors, administrators or successors of the Owner.
, 2017
Hutchens Construction Cot (Seal)
Page 2 of 2
LMS -11219 10199
rtlEsr`"rY
LABOR AND MATERIAL PAYMENT BOND
Conforms with The American Institute of Architects
A.I.A. Document No. A-311
Bond No. 674025172
THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND IN FAVOR OF THE
OWNER CONDITIONED ON THE FULL AND FAITHFUL PERFORMANCE OF THE CONTRACT
KNOW ALL BY THESE PRESENTS: that Hutchens Construction Co.
(Here insert full name and address or legal title of Contractor)
515 Sanders Avenue
Springdale, AR. 72764
as Principal, hereinafter called Principal, and, Liberty Mutual Insurance Company
(Here insert full name and address or legal title of Surety)
175 Berkeley Street, Boston, MA 02116
as Surety, hereinafter called Surety, are held and firmly bound unto City of Fayetteville, Arkansas
(Here insert full name and address or legal title of Owner)
1525 S Happy Hollow Road
Fayetteville, AR. 72701
as Obligee, hereinafter called Owner, for the use and benefit of claimants as hereinbelow defined, in the amount of Twenty-six
Thousand Eighty-two Dollars And Zero Cents Dollars
( $26,082.00 ).
for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and
severally, firmly by these presents.
WHEREAS,
Principal has by written agreement dated October 03
with Owner for Head Start Parking Improvements
2052 S Garland
Fayetteville, AR. 72701
in accordance with Drawings and Specifications prepared by N/A
. 2017 , entered into a contract
(Here insert full name, address and description of project)
(Here insert full name and address or legal title of Architect)
which contract is by reference made a part hereof, and is hereinafter referred to as the Contract.
Page 1 of 2
LMS -11220 10/99
LABOR AND MATERIAL PAYMENT BOND 674025172
NOW- THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, il' Principal shall promptly make payment to all clainiants as hereinafter
defined. for all labor and material used or reasonably required 1161- use in the perlbrmance of the Contract. then this obligation shall be void: otherwise it shall
remain in full force and effect, subject, however, to the Billowing conditions:
I. A claimant is defined as one having a direct contract with the
Principal or with a Subcontractor of the Principal for labor, material, or
both, used or reasonably required for use in the performance of the
Contract, labor and material being construed to include that part of water,
gas. power, light. heat, oil, gasoline, telephone service or rental of
equipment directly applicable to the Contract.
2. The above named Principal and Surety hereby jointly and
severally agree with the Owner that every claimant as herein defined, who
has not been paid in full before the expiration of a period of ninety (90)
days after the date on which the last of such claimant's work or labor was
done or perrormed, or materials were furnished by such claimant, may sue
on this bond for the use of such claimant, prosecute the suit to final
Judgment for such sum or sums as may be justly due claimant, and'have
execution thereon. The Owner shall not be liable for the payment of any
costs or expenses orany such suit.
3. No suit or action shall be commenced hereunder by any claimant:
a) Unless claimant, other than one having a direct contract with the
Principal. shall have given written notice to any two of the following: the
Principal. the Owner, or the Surety above named, within ninety (90) days
after such claimant did or perlbrnled the last of the work or labor, or
furnished the last of the materials for which said claim is made, stating
vvith substantial accuracy the amount claimed and the name of the party to
whom the materials
Signed and sealed this 05th
day of October
were furnished, or for whom the work or labor was done or performed. Such
notice shall be served by mailing the same by registered mail or certified
mail, postage prepaid, in an envelope addressed to the Principal, Owner or
Surety, at any place where an office is regularly maintained for the
transaction of business, or served in any manner in which legal process may
be served in the state in which the aforesaid project is located, save that such
service need not be made by a public officer.
b) After the expiration of one (1) year following the date on which Principal
ceased Work on said Contract, it being understood, however, that if any
limitation embodied in this bond is prohibited by any law controlling the
construction hereof such limitation shall be deemed to be amended so as to
be equal to the minimum period oflimitation permitted by such law.
C) Other than in a state court orcompetent-jurisdiction in and for the county
or other political subdivision of the state in which the Project, or any part
thereof, is situated, or in the United States District Court for the district in
which the Project, or any part thereof, is situated- and not elsewhere.
4, The amount of this bond shall be reduced by and to the extent of
any payment or payments made in good faith hereunder, inclusive of the
payment by Surety of mechanics' liens which may be filed of record against
said improvement, whether or not claim for the amount of such lien be
presented under and against this bond.
, 2017
d Hutchens Construction
(Witness)
�,Jk-n A,
(Witness)
/ `�TI,L IN5JK
m + ;NCORPORATEO z
1IJ12
h
��H nfassa�H
Page 2 of 2
LMS -11220 10/99
rty Mutual Insurance C
_0--,n ((�
Attorney -In -Fact
(Seal)
(Principal)
Vf
(Title)
(Seal)
(Surety)
(Title)
'THIS`POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND.
This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated.
Certificate No. 7276447
American Fire and Casualty Company Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company West American Insurance Company
POWER OF ATTORNEY
KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of
the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company
is a corporation duly organized under the laws of the State of Indiana (herein colleclively called the "Companies"), pursuanl to and by authority herein set forth, does hereby name, constitute
and appoint, Brandi Jo Bradley; Callas J. Doty: Daniel A. Cayender; Gary L. Yost; Geneva E. Du[1ger; S. Christine Townsend; Sherry R. Feeler; Thomas
A. fvlonfiteone
all of the city of SPRINGFIELD state of MO each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge
and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall
be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons.
IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this 26th day of February , 2016
Ph{a Cqy Py�Y IN5r7#y5H5UrrR#{N3d�y,
�4• o 7
�s�1... aPlkcrr7�9fi[ s�Fysus7R. A,r�' ,`4 s,�LYP r r.
1919 ^ 1912 °
1906 1991
x a b a
+6'�..r. •a'�,a�`D C7� �,. .._ a\.�'a �9�)r ,M�>. YaA 'Yt Ittnnuw. �
STATE OF PENNSYLVANIA
COUNTY OF MONTGOMERY
American Fire and Casualty Company
The Ohio Casualty Insurance Company
Liberty Mutual Insurance Company
Wrest American Insurance Company
By:
David M. Care ,!Assistant Secretary
On this 26th day of February 2016 , before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of American Fire and M M.
Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Insurance Company, and West American Insurance Company, and that he, as such, being authorized so to do,
execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. ,.
IN WITNESS WHEREOF, I have hereunto subscribed m name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written.
5P ppsr COMMONWEALTH OF PENNSYLVANIA { _�
,!k�' o++ws Notarial Seal
a� r, �"Cy x+ Teresa Pastella, Notary Public By:
OF Plymouth Twp, Montgomery County Teresa Pastella, Notary Public
.f @`p My Commission Expires March 28, 2017
Mn mbar, Psnnsylvanl7 Az€,aciafim or NryWas
Ry
This Power of Attorney is made and executed pursuant to an by authority of the following By-laws and Authorizations ofAmerican Fire and Casualty Company, The Ohio Casualty Insurance
Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows:
ARTICLE IV- OFFICERS - Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject
to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal,
acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective
powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so
executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under
the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority.
ARTICLE XIII - Execution of Contracts - SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president,
and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute,
seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their
respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so
executed such instruments shall be as binding as if signed by the president and attested by the secretary.
Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in -
fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety
obligations.
Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the
Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with
the same force and effect as though manually affixed.
t, Gregory W. Davenport, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and
West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said
Companies, is in full force and effect and has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 05t day of _ QCtQbe,r20 17
Ball C,l'y ; yt�INS(,rA, #�, 1NSUTt,4 �q�Y135{lq�"Y
$q9�r�~
«� 1906 q ° 1919 a 1912 ` 1991 F By:
Gregory W. Davenport, Assistant Secretary
140 of 200
LMS 12873 122013