HomeMy WebLinkAbout155-18 RESOLUTIONo� cnrerr�
i
113 West Mountain Street
Fayetteville, AR 72701
(479)575-8323
Resolution: 155-18
File Number: 2018-0352
CURTIS CONSTRUCTION, INC.:
A RESOLUTION TO APPROVE A CONTRACT WITH CURTIS CONSTRUCTION, INC. IN THE
AMOUNT OF $578,786.00, PLUS A CONTINGENCY OF $29,000.00 FOR CONSTRUCTION OF THE
REGIONAL PARK SLOPE RECONSTRUCTION PROJECT AND TO APPROVE THE ATTACHED
BUDGET ADJUSTMENT
WHEREAS, in April of 2017 the City of Fayetteville and Northwest Arkansas received successive storms
that led to substantial flood damage; and
WHEREAS, Fayetteville's flood damage included the failure of portions of the slopes above the
baseball fields in the Regional Park; and
WHEREAS, the City worked with Federal Emergency Management Assistance to be eligible to receive
$259,457.00 in partial reimbursement for the flood damage repair costs; and
WHEREAS, the City needs to hire Curtis Construction, Inc. to complete the Regional Park Slope
Reconstruction Project in order to receive the reimbursement from FEMA.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council of the City of Fayetteville, Arkansas hereby approves a contract with
Curtis Construction, Inc. in the amount of $578,786.00, plus a contingency of $29,000.00, for construction
of the Regional Park Slope Reconstruction Project and to approve the attached budget adjustment.
Page 1 Printed on 7118118
Resolution 155-18
PASSED and APPROVED on 7/17/2018
Attest:
,r
Sondra E. Smith, City Clerk
Treasurerj�Y R+& q►S���r
G ■�
-0 60,00.00
gRKAN�GTO
Page 2 Printed on 7118118
City of Fayetteville, Arkansas 113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Text File
File Number: 2018-0352
Agenda Date: 7/17/2018 Version: 1 Status: Passed
In Control: City Council Meeting File Type: Resolution
Agenda Number: A. 6
CURTIS CONSTRUCTION, INC.:
A RESOLUTION TO APPROVE A CONTRACT WITH CURTIS CONSTRUCTION, INC. IN THE
AMOUNT OF $578,786.00, PLUS A CONTINGENCY OF $29,000.00 FOR CONSTRUCTION OF
THE REGIONAL PARK SLOPE RECONSTRUCTION PROJECT AND TO APPROVE THE
ATTACHED BUDGET ADJUSTMENT
WHEREAS, in April of 2017 the City of Fayetteville and Northwest Arkansas received successive storms that
led to substantial flood damage; and
WHEREAS, Fayetteville's flood damage included the failure of portions of the slopes above the baseball fields
in the Regional Park; and
WHEREAS, the City worked with Federal Emergency Management Assistance to be eligible to receive
$259,457.00 in partial reimbursement for the flood damage repair costs; and
WHEREAS, the City needs to hire Curtis Construction, Inc. to complete the Regional Park Slope
Reconstruction Project in order to receive the reimbursement from FEMA.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council of the City of Fayetteville, Arkansas hereby approves a contract with Curtis
Construction, Inc. in the amount of $578,786.00, plus a contingency of $29,000.00, for construction of the
Regional Park Slope Reconstruction Project and to approve the attached budget adjustment.
City of Fayetteville, Arkansas Page 1 Printed on 711812018
City of Fayetteville Staff Review Form
2018-0352
Legistar File ID
7/17/2018
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
Matt Casey 6/29/2018
Engineering /
Develohnient Services Depa rtment
Submitted By Submitted Date Division / Department
Action Recommendation:
Staff recommends City Council approval awarding a contract in the amount of $578,786.00 to Curtis Construction,
Inc. for the construction of the Regional Park Slope Reconstruction Project, approve a project contingency of
$29,000.00(5%), and a Budget Adjustment.
Budget Impact:
4270.900.9280-5400.00
Account Number
31702.2017
FEMA Disaster Projects
Fund
Kessler Mountain Regional Park
Project Number
Project Title
Budgeted Item? Yes
Current Budget
$
394,404.00
Funds Obligated
Current Balance
394,404.00
Does item have a cost? Yes
Item Cost
$
607,786.00
Budget Adjustment Attached? Yes
Budget Adjustment
$
213,382.00
Remaining Budget
$
V20140710
Previous Ordinance or Resolution #
Original Contract Number:
Approval Date:
Comments Item cost reflects contract of $578,786.00
plus a contigency of $29,000.00 for a total item cost of
$607,786.00.
CITY OF
FAYETTEVILLE
ARKANSAS
MEETING OF JULY 17, 2018
TO: Mayor and City Council
THRU: Don Marr, Chief of Staff
Garner Stoll, Development Services Director
Chris Brown, City Engineer
FROM: Matt Casey, Engineering Design Manager
DATE: July 2, 2018
CITY COUNCIL MEMO
SUBJECT: Approval of a contract in the amount of $578,786.00 with Curtis
Construction, Inc. for the construction of the Regional Park Slope
Reconstruction Project and approval of a project contingency of $29,000.00
(5%). Approval of a Budget Adjustment.
RECOMMENDATION:
Staff recommends City Council approval awarding a contract in the amount of $578,786.00 to
Curtis Construction, Inc. for the construction of the Regional Park Slope Reconstruction Project,
approve a project contingency of $29,000.00(5%), and a Budget Adjustment.
BACKGROUND:
In April of 2017, the City of Fayetteville and the region received successive storm events that
led to much flood damage across Northwest Arkansas. Part of the damage to the City of
Fayetteville facilities was located at the newly constructed Regional Park off of Cato Springs
Road. During the storm events, a portion of the slopes behind the baseball fields failed and slid
down towards the ball fields and the parking lot. The slide damaged fencing, curb and gutter,
asphalt pavement, parking lot lighting and the irrigation system.
At that time, parts of Arkansas were declared emergency disaster zones making them eligible
for federal assistance. Since then, the city has been working with FEMA to determine project
eligibility for the damages that were done within the City. The City was approved to receive
75% of the project cost up to a total project cost of $345,943.00. That will be a reimbursement
of $259,457.00.
In January of 2018, the City Council approved a budget adjustment for a $500,000 emergency
appropriation for this 2017 flooding event. This budget adjustment was needed to fund these
repairs in full until the FEMA reimbursement is received.
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
DISCUSSION:
On May 30, 2018, the City received two (2) construction bids for this project. Curtis
Construction, Inc. submitted the low bid which was approximately 4% below the amount certified
for the project.
Engineering staff recommends awarding this contract to Curtis Construction, Inc. The contractor
will have until February 28, 2019 to complete the construction.
BUDGET/STAFF IMPACT:
This project will be paid for out of the FEMA Disaster Projects fund that was created in January
and with FEMA reimbursement funds.
Attachments:
Bid Tab
Section 0500 Agreement
Section 0400 Bid Form
Section 0430 List of Subcontractors
Bid Bond
Budget Adjustment
DOCUMENT 0400 -BID FORM
Contract Name: Regional Park Slope Reconstruction
Bid Number: 18-40, CONSTRUCTION
BID TO:
Owner: The City of Fayetteville, Arkansas
1 13 West Mountain Street
Fayetteville, Arkansas 72701
BID FROM:
Bidder: Clll-"1 S Nc- --
Pa�X
v
ARTICLE 1- INTENT
1,01 The undersigned Bidder proposes an agrees, if this Bid is accepted, to enter into an
agreement with Owner in the form included in the Contract Documents to perform
and furnish all Work as specified or indicated in the Contract Documents for the Bid
price and within the Bid time indicated in this Bid and in accordance with the other
terms and conditions of the Contract Documents.
ARTICLE 2- TERMS AND CON DIT10NS
2.01 Bidder accepts all of the terms and conditions of the Invitation to Bid and
Instructions to Bidders. including without limitation those dealing with the
disposition of Bid security. This Bid will remain subject to acceptance for 90 days
after the day of Bid opening. Bidder will sign and deliver the required number of
counterparts of the Agreement with the Bonds and other documents required by the
Bidding Requirements within 15 days after the date of Owner's Notice of Award.
0400 -Bid Form 00400-1
DOCUMENT 0400 -BID FORM (continued)
ARTICLE 3- BIDDER'S REPRESENTATIONS
3.01 In submitting this Bid, Bidder represents, as more fully set forth in the Agreement,
that:
A. Bidder has examined and carefully studied the Bid Documents, and the
following Addenda, receipt of all which is hereby acknowledged:
Number Date
B. Bidder has visited the Site and become familiar with and is satisfied as to the
general, local, and Site conditions that may affect cost, progress,
performance, and furnishing of the Work.
C. Bidder is familiar with and is satisfied as to all federal, state, and local Laws
and Regulations that may affect cost, progress, performance, and furnishing
of the Work.
D. Bidder has carefully studied all: (l) reports of explorations and tests of
subsurface conditions at or contiguous to the Site and all drawings of
physical conditions in or relating to existing surface or subsurface structures
at or contiguous to the Site; and (2) reports and drawings of a Hazardous
Environmental Condition, if any, at the Site. Bidder acknowledges that such
reports and drawings are not Contract Documents and may not be complete
for Bidder's purposes. Biddcr acknowledges that Owner and Engineer do
not assume responsibility for the accuracy or completeness of information
and data shown or indicated in the Bid Documents with respect to
Underground Facilities at or contiguous to the Site.
E. Bidder has obtained and carefully studied (or assumes responsibility for
having done so) all such additional or supplementary examinations,
0400 -Bid Form 00400-2
DOCUMENT 0400 -DID FORM (continued)
investigations, explorations, tests, studies, and data concerning conditions
(surface, subsurface, and Underground Facilities) at or contiguous to the Site
or otherwise which may affect cost, progress, performance, or furnishing of
the Work or which relate to any aspect of the means, methods, techniques,
sequences, and procedures of construction to be employed by Bidder and
safety precautions and programs incident thereto.
F. Bidder does not consider that ani, additional examinations, investigations,
explorations, tests, studies, or data are necessary for the determination of this
Bid for performing and furnishing of the Work in accordance with the times,
price, and other terms and conditions of the Contract Documents.
G. Bidder is aware of the general nature of work to be performed by Owner and
others at the Site that relates to Work for which this Bid is submitted as
indicated in the Contract Documents.
H. Bidder has correlated the information known to Bidder, information and
observations obtained from visits to the Site, reports, and drawings identified
in the Contract. Documents, and all additional examinations, investigations,
explorations, tests, studies, and data with the Contract Documents.
Bidder has given Engineer written notice of all conflicts, errors, ambiguities,
or discrepancies that Bidder has discovered in the Contract Documents, and
the written resolution thereof by Engineer is acceptable to Bidder.
J. The Contract Documents are generally sufficient to indicate and convey
understanding of all terms and conditions for performing and furnishing the
Work for which this Bid is submitted.
K. This Bid is genuine and not made in the interest of or on behalf of any
undisclosed person, firm, or corporation and is not submitted in conformity
with any agreement or rules of any group, association, organization, or
corporation; Bidder has not directly or indirectly induced or solicited any
other Bidder to submit a false or sham bid., Bidder has not solicited or
induced any person, firm, or a corporation to refrain from bidding: and
0400 -Bid Form 00400-3
DOCUMENT 0400 -BID FORM (continued)
Bidder has not sought by collusion to obtain for himself any advantage over
any other Bidder or over Owner.
L. Bidder will perform the Work in compliance with all applicable trench safety
standards set forth in Occupational Safety and Health Administration
(OSHA) Part 1926 — Subpart P — Excavations.
ARTICLE 4- BID PRICE
Bidders are required to provide pricing for all line items, including deductive
alternate items. Failure to provide deductive alternate pricing can result in
bid rejection.
The City intends to award this contract to the lowest qualified responsive
responsible bidder based on the total base bid as long as the base bid amount
falls within the amount of funds certified for the project plus 25%.
In the event no bid falls within the amount of funds certified for the project
plus 25%, the City will utilize the deductive alternates in order to further
evaluate bids until a bid received falls within the amount certified, plus 25%.
In the event all deductive alternates are subtracted from the total base bid and
no bid falls within the amount certified, plus 25%, all bids shall be rejected
and become confidential.
In no case shall the amount bid for the item of "mobilization" exceed 5% of
[lie total contract amount for all items listed in the proposal or bid. Should
the amount entered into the proposal or bid for this item exceed 5%, the bid
shall be rejected.
Bidder shall complete the Work in accordance with the Contract Documents
for the following price(s):
0400 -Bid Form 00400-4
DOCUMENT 0400 -fill FORM (con Hnued)
BID SCHEDULE
ITEM NO,
DESCRIPTION
UNIT
FST.
QTY
UNIT
PRICE
TOTAL
I
Mobilization
(Shall not exceed 5% of Total Bid)
LS
I
j C®
2
Insurance and Bonding
LS
1
01
3
Construction Control
1 (Staking)
LS
1
Q
. 00
4
Trench & Excavation Safety Systems
LS
I 1
, �i
, [o
5
Clearing, Grubbing, & Demolition
LS
1
la)
6
Unclassified Excavation (Plan Quantity)
CY
7.000
•
7
Select Embankment*
CY
200
8
Embankment
(Placement of on-site material) (Plan Qty.)
CY
7,000
t�Q -
4
4" Topsoil Placement
SY
4250
,
co
10
Filter Blanket Fabric
SY
2,100
10.,
I I
Dumped Shot Rock
TON
4,350
434, 0011 -W
12
18" Concrete Curb and Gutter
with Asphalt Patch
LF
150
-GO
13
Solid Sod (Buffalo Grass)
SY
4,250
14
Trenched Silt Fence
LF
800�D
c-
®U
15
Sediment Log Ditch Check
EA
3
16
Sediment Log Inlet Protection
EA
4
17
6' Chain Link Fence (Black PVC Coated)
LS
1
18Native
Stone Riprap
TON
600
,60
0400 -Bid Form 00400-i
DOCUMENT 0400 -BID DORM (continued)
ITEM NO.
DESCRIPTION
UNIT
EST.
QTY
UNIT
PRICE
TOTAL
14
Irrigation Re air
LS
l
G
20
1 Street Light Electrical Repair
L$
I I
1:5w. to
I co
27
18" Pipe Under Drain
LF
1 300
-,)0--.0
. X
TOTAL AMOUNT BID tD r7 � The City intends to award to the lowest responsive responsible bidder.
ARTICLE 5- CONTRACT TIMES
5,01 Bidder agrees that the Work will be substantially completed and completed and ready
for final payment within the number of calendar days indicated in the Agreement.
5.02 Bidder accepts the provisions of the Agreement as to Iiquidated damages in the event
of failure to complete the Work within the times specified in the Agreement.
ARTICLE 6- BID CONTENT
6.01 The following documents arc attached to and made a condition of this Bid:
A. Required Bid security in the form of a cashier's check from a bank located in the
State of Arkansas yr a�d�nd in the amount of
V\ �Jj ��Dollars ($ f . ?
C1,D1td,6 " J-�ur+4 GAJ 5
B. A tabulation Of Subcontractors and other persons and organizations required
to be identified in this Bid.
0400 -Bid Form 00400-6
DOCUMENT 0400 -BID FORM (continued)
ARTICLE 7- COMMUNICATIONS
7,01 Communications concerning this Bid shall be addressed to the Bidder as follows:
•10 L
R WA �10
Emails.
PhoneNo.
FaxNo.
ARTICLE 8- TERMINOLOGY
8.01 The terms used in this Bid which are defined in the GENERAL CONDITIONS or
Instructions to Bidders will have the meanings assigned to them.
SUBMITTED on 20
Arkansas State Contractor License
If Bidder is:
An Individual
Name (type or printed):
By:
(Individual's Signature)
Doing business as;
Business address:
Phone No. Fax No.
Email Address:
0400 -Bid Form 00400-7
SEAL)
DOCUNLENT 0400-131D FORM (continued)
A Parinersh�
Partnership Name: (SEA L)
By:
(Signature of general partner -attach evidence of authority to sign)
Name (type or printed):
Business address:
Phone No: Fax No.
Email Address:
A CP LC
Corporation Name --CIL9n-S-;-(SEAL)
State of Incorporation;
Type (General Business, Professional, Service, Limited Liability):
5 czrv) �
By=
SigLatur
, M partner -attach evidericQ of authority to sign)
Name (type or printed): I
�Up T
Title:, t
(CORPORATE SEAL)
Attest:
(Signature of Corporate Secretary)
Business address:- I LL
KAA_q;:ok\Iffl ,
Phone No: FaxNo.
Email Address:_U&(115 I flC_ P C—CA9fiLlIA
Tax IDNumber (T[N)
DUNS # j3t,2aL�A-�jq
Cage Code:— S P4 T
END OF DOCUMENT 00400
0400 -Bid Form 00400-8
DOCUMENT 00430 — LIST OF SUBCONTRACTORS
In compliance with the Instructions to Bidders and other Contract Documents, the undersigned submits
the following names of Subcontractors to be used in performing the Work for:
REGIONAL PARK SLOPE RECONSTRCTION
Bidder certifies that all Subcontractors listed are eligible to perform the Work.
Subcontractor's Work Subcontractor's Name Expected Percentage
and Address or Value
Clearing/Demolition
SWPPP/Erosion Control &hV�ra rox
(1 96
Asphalt
Concrete
Landscaping
Material Testing {a
3�} 3 I Cuux� u b Nje.
+ . bm I3�1C
Other (designate)
41 50
NOTE: This form must be submitted in accordance with the Instructions to Bidders.
)Bid it s Signature J
END OF DOCUMENT 00430
00430 -List of Subcontractors 00430— 1
,-OwAIA Document A31 D1" - 2010
CONTRACTOR:
(Xame. legal status and addrrss)
Curtis Construction, Inc
P. O. Box 2108
Russellville, AR 72811
OWNER:
(,Varve, legal status and oddr-ess)
SURETY,
(Name. legal status and princrpal place
of business)
Granite Re. Inc
14001 Quailbrook Dr,
Oklahoma City, OK 73134
City ofFayetteville, Arkansas
113 W. Mountain
Fayetteville. AR 72701
BOND AMOUNT: $Five Percent of Bid Amount ----(5%)
PROJECT:
( ume, locatirxr oradchss, and Profect member ifany)
Regional Park Slope
The Contractor anti Surety are bound to the Owner in the amount sal. l[bith above, for the
liliylnent of which the C'ontracirir and Surety bind thetnat;lves, their heim, execielors,
actrninistrators, succ-,-%sors and assigns, jointly and severRily, as provided hcrein The
coxidibons of this }kind are such that if the Owner accgts the bid sof the C`,oritrltctor within
the tune spccifie d in the hid documents, (x within such time period a.,; may be sagrccd toby
the Owner and Conimetur, and the C'onumetor either (1) enters into a cataract with the
Owner in accorthuace with the tams of.%lch bid, and gives such hand or bonds m may be
specified in the bidding or Cuntmo T)ocuments, with a surety Hdir itteai in the jurisdiction
of thel'rajeci and otherwise; acceptable to the Owner, for the faithful performance of such.
Camtr+aet and for the prompt p ayrni t of lalxar and material fumislwd in the prosccutias
thcrenf`, or (2) pays to the Owner the differences., not tai exceed the amount of this Betide
lx, ,Lure :n the amount speciliexl in said bidand such huger amowit, fix which the Owner may
in gcxxl filith contract with another puny to perforin the work covered by said bili, then this
obligation shall be null and void, othe.t ise to remain in full force end effect. The Surety
laeretaya avraivea arty notice of an agreement between the Owner and C:i�rttractor to extend the
time iia x hick the Owner may accept the bid. Waiver of notice by the Suraty shall not apply
to any e-mensionexceedhag sixty (Gu) days in the apu�regate beyond the time for acceptance
of bids specified in the bud dtaeum ants and the Owner and C ontraictcs shall obtain the
Surety's consent for an extension beyond sixty () days.
If this Bond is issued in connection with a subcontractor's bid to a Contractor, the terns
Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be
deemed to be tCoittroctor,
When this &nd has been lurnished to comply with a statulory or other legal regwrcm ent in
the location of the Project, any provisitrt in this Band cornl]icting with said statutory or
legal requirement shell be deemed deleted herefrotn and provisions conforming to such
statut(n- or other legal reyuiremeani shall be deemed incorpmted herein. n. Whean so
ftirnishi d, the intent is that this Bond shall be construed as a stataitory band and not as a
common lave band
ADDITIONS AND DELE11ONS:
The aufna of this document has
added information needed for its
comRlellon. The author may also
have re used the text c(the original
Alit standard form. An Additions and
DabtbnsRepot that notes added
information as well as revisions lolhe
standard form text is available from
the author and should be reviewed. A
vertical line in the let margin or this
document indicates where the author
has added necessary €nfa'mWion
and where tha author has added loor
deleted from the original AIA text.
This document has impotent leWl
consequences. Consuhatia) with an
attorney is encu uragad with respect
tolls completion aneettilkWien,
Any singular reference to ContTwt or,
Surety, Owner or other petty shall be
consiciered plural where applicable.
AiA DoeumeM A710'" —101 Q. Copyright V 1063,11970 Lind 2010 by The Arnerimn hwW* of Architeet L All r lgteh m emed W RAI(ir't G- Tl k a AIA' 130 c:.etn ri It
In1t. Is prW"od by U.& CopyntInt Law fired IrMmattonal Traatiea. UilauhoNud reproduction crOhlribemart d this Me DoesvwA, err any pardon d A, �
stay rrsull he severe and wt he pmoteuted to the mkArnum exirnt go%*ble under list law.
Signed and sealed this 29th day of June . 2018
llriie {•nnstnittinn hlr
n►lt'rOuOros YID ull (Saal1
.-
(Jf'ihlzssl att
Granite Re. Inc
{ 1dSS1
('17110 PaMda K, Hap, Attcrrnq-in-Fact
Mit,AIA DOCUM AA919'"—1l11t1. Copyright. 1948 1970 and 2010 by The Amuncan krsteute otArekR9ct-j. All tights reserved. wARNIHG This AIA' aocumml
ka pramteq by UA Cepyrlght Law and IntefhIM Mal Tmlles, Unallehonicd rapradutfa0rl or dtUnbutlon of this AIA Documont, or" p0man W rt. .Z
maymnat in mvett9 cm art Cf1rHIIrAI Pcnail ies and wid be l7MOClUtedl IG UW Ma)rimtrm vMMrt jMSSlble inrd4i 11141eW.
j*
GRANITE RE, INC.
GENERAL POWER OF ATTORNEY
Know all Men by these Presents:
That GRANITE RE, INC., a corporation organized and existing under the laws of the State of OKLAHOMA and having its principal office
at the City of 0MAI-10kiA CITY in the Stale of OKLAHOMA does hereby constitute and appoint:
WILLIAM H. GRIFFIN; CYNTHIA L. TRICKEY; NICK W. PETERS; JAMES R. RAMSAY; PAMELA K. HAYS its true and lawful Attorney-in-Faed(s) for
the following purposes, to wit:
To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and all
acts and things set forth in the resolution of the Board of Directors of the said GRANITE RE, INC. a certified copy of which is hereto annexed
and made a part of this Power of Attorney; and the said GRANITE RE, INC. through us, its Board of Directors, hereby ratifies and confirms all
and whatsoever the said:
WILLIAM H. GRIFFIN; CYNTHIA L. TRICKEY; NICK W. PETERS; JAMES R. RAMSAY; PAMELA K. HAYS may lawfully do in the premises by
virtue of these presents.
In Witness Whereof, the said GRANITE RE, INC. has caused this instrument to be sealed with its corporate seal, duly attested by the
signatures of its President and Secretary/Treasurer, this 141' day of June, 2017,
Y
Kenneth D. 5 p A 1. Whittin in, President
-•--
STATE OF OKLAHOMA I _ N�1
SS:
COUNTY OF OKLAHOMA ) Kyle P. McDonald, Treasurer T
On this 140'day of June, 2017, before me personally came Kenneth D. Whittington, President of the GRANITE RE, INC. Company and
Kyle P. McDonald, Secretarr7reasurer of said Company, with both of whom I am personally acquainted, who being by me severally duly
sworn, said, that they, the said Kenneth D. Whittington and Kyle P. McDonald were respectively the President and the Secretary/Treasurer of
GRANITE RE, INC., the corporation described in and which executed the foregoing Power of Attorney; that they each knew the seal of said
corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was so fixed by order of the Board of Directors of
said corporation, and that they signed their name thereto by like order as President and Secrelary!-Freacure r, respectively, of the Company,
My Commission Expires:
August 8, 2021 �-
Commission #: 01013257
Nota Public
GRANITE RE, INC.
Certificate
THE UNDERSIGNED, being the duly elected and acting Secrctarylireasurer of Granite Re, Inc., an Oklahoma Corporation, HERESY CERTIFIES
that the following resolution is a true and correct excerpt from the July 15, 1987, minutes of the meeting of the Board of Diritilrifs of Granite
Re, Inc. and that said Power of Attorney has not been revoked and is now in full force and effect,
"RESOLVED, that the President, any Vice President, the Secretary, and any Assistant Vice President shall each have authority to appoint
individuals as attomeys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety
bonds and other documents of similar character issued by the Company in the course of its business. On any instrument making or
evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond
or undertaking of the Company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced;
provided, hos-,,c'vt°r, that the seal shall not be necessary to the validity of any such instrument or undertaking,"
IN WITNESS WHEREOF, the undersigned has subscribed this Certificate and affixed the corporate seal of the Corporation this
.3 day of L 1 r r .h ! 20_L�; .
US'IEA
Kyle P. etc bald, SerresaryJreastJrer
GR0800-1
n
DOCUMENT 00500 — AGREEMENT
BETWEEN OWNER AND CONTRACTOR
Contract Name/Title: Regional Park Slope Reconstruction
Contract No.: 18-40, Construction
THIS AGREEMENT is dated as of the I LE&'.
fin the year 2018 by and
between The City of Fayetteville, Arkansas and(hereinafter called
Contractor).
ARTICLE 1 - WORK
1.01 Contractor shall complete all Work as specified or indicated in the Contract
Documents. The work under this Contract includes, but is not limited to:
The project requires the reconstruction of two slope failures at Kessler Mountain Regional Park.
The reconstruction of slope 41 includes the excavation of existing material and replacing it with
shot rock w/fabric and native stone. The reconstruction of slope #2 will include benching onsite
material and reducing the slope from 2:1 to 3:1 with the material excavated from slope 91.
Additional activities include: demolition, grading, curb and gutter construction, electrical repair,
irrigation repair, sod installation, and erosion control.
Any use of a third -party dumpster or roll off container shall be procured from the City of
Fayetteville Recycling and Trash Collection Division. Use of a Non -City dumpster or roll off
container is not allowed.
Contractor is responsible for obtaining all applicable permits; however, fees for the City issued
permits shall be waived.
The Contract includes work in City of Fayetteville Right-of-way and in General Utility
Easements.
Refer to Section 00400 -Bid Form for quantities.
00500 Agreement 00500 - I
I
DOCUMENT 00500 - AGREEMENT (continued)
ARTICLE 2 - ENGINEER
2.01 The Contract Documents have been prepared by the City of Fayetteville Engineering
Division. City of Fayetteville Engineering Division assumes all duties and
responsibilities, and has the rights and authority assigned to City of Fayetteville
Engineering Division in the Contract Documents in connection with completion of
the Work in accordance with the Contract Documents.
ARTICLE 3 - CONTRACT TIME
3.01 TIME OF THE ESSENCE:
A. All time limits for milestones, if any, Substantial Completion, and
completion and readiness for final payment as stated in the Contract
Documents are of the essence of the Contract.
3.02 DATES FOR SUf3STANTfAi_ COMPLETION AND FINAL, PAYMENT:
A. The Work shall be substantially completed by February 1, 2019 with a fixed
final completion date of March I, 2019. Additional days will not be
considered.
3.03 LIQUIDATED DAMAGES_:_
A. Owner and Contractor recognize that time is of the essence of this
Agreement and that The City of Fayetteville will suffer financial loss if the
Work is not completed within the time specified above, plus any extensions
thereof allowed in accordance with the GENERAL CONDITIONS. The
parties also recognize the delays, expense, and difficulties involved in
proving the actual loss suffered by The City of Fayetteville if the Work is not
Substantially Completed on time. Accordingly, instead of requiring any such
proof, The City of Fayetteville and Contractor agree that as liquidated
damages for delay (but not as a penalty) Contractor shall pay The City of
Fayetteville One Thousand Seven Hundred Dollars ($1,500.00) for each
calendar day that expires after the time specified above in Paragraph 3.02 for
Substantial Completion until the Work is Substantially Complete. After
00500 Agreement 00500-2
DOCUMENT 00500 — A(iREEMF.NT (continued)
Substantial Completion, if Contractor shall neglect, refuse, or fail to
complete the remaining Work within the time specified in Paragraph 3.02 for
completion and readiness for final payment or any proper extension thereof
granted by The City of Fayetteville, Contractor shall pay The City of
Fayetteville One Thousand Dollars ($1,000.00) for each calendar day that
expires after the time specified for completion and readiness for final
payment.
ARTICLE 4 - CONTRACT PRICE
4.01 The CITY OF FAYETTEVILLE agrees to pay, and the CONTRACTOR agrees to
accept, as full and final compensation for all work done tinder this agreement, the
amount based on the unit prices bid in the Proposal (BID FORM) which is hereto
attached, for the actual amount accomplished under each pay item, said payments to
be made in lawful money of the United States at the time and in the manner set forth
in the Specifications.
4.02 As provided in the General Conditions, estimated quantities are not guaranteed, and
determinations of actual quantities and classifications are to be made by ENGINEER
as provided in the General Conditions. Unit prices have been computed as provided
in the General Conditions.
4.03 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.
There shall be no changes without prior written approval of the
Engineer of Record and/or the City's designated Professional
Engineer.
00500 Agreement 00500 -3
i
DOCUMENT 00500 — AGREEMENT (continued)
ARTICLE 5 - PAYMENT PROCEDURES
5.01 SUBMITTAL AND PROCESSING OF PAYMENTS:
A. Contractor shall submit Applications for Payment in accordance with the
GENERAL CONDITIONS. Applications for Payment will be processed by
Engineer as provided in the GENERAL CONDITIONS.
5.02 PROGRESS PAYMENTS RETAINAGE:
A. The City of Fayetteville shall make progress payments on account of the
Contract Price on the basis of Contractor's Applications for Payment as
recommended by Engineer, on or about the 15th day of each month during
construction. All such payments will be measured by the schedule of values
established in the GENERAL CONDITIONS (and in the case of Unit Price
Work based on the number of units completed) or, in the event there is no
schedule of values, as provided in the General Requirements.
I. Prior to Substantial Completion, progress payments will be made in
an amount equal to the percentage indicated below, but, in each case,
less the aggregate of payments previously made and less such
amounts as Engineer shall determine, or The City of Fayetteville
may withhold, in accordance with the GENERAL CONDITIONS.
a. 95% of Work Completed (with the balance being retainage). If
Work has been 50% completed as determined by Engineer, and
if the character and progress of the Work have been satisfactory
to The City of Fayetteville and Engineer, The City of
Fayetteville on recommendation of Engineer, may determine that
as long as the character and progress of the Work subsequently
remain satisfactory to them, there will be no additional retainage
on account of Work subsequently completed, in which case the
remaining progress payments prior to Substantial Completion
will be an amount equal to 100% of the Work Completed less the
aggregate of payments previously made; and
00500 Agreement 00500-4
DOCUMENT 00500 — AGREEMENT [continued)
b. 100% of Equipment and Materials not incorporated in the Work
but delivered, suitably stored, and accompanied by
documentation satisfactory to The City of Fayetteville as
provided in the GENERAL CONDITIONS.
5.03 FINAL PAYMENT:
A. Upon final completion and acceptance of the Work in accordance with the
GENERAL CONDITIONS, The City of Fayetteville shall pay the remainder
of the Contract Price as recommended by Engineer and as provided in the
GENERAL CONDITIONS.
ARTICLE 6 - CONTRACTOR'S REPRESENTATIONS
6.01 In order to induce The City of Fayetteville to enter into this Agreement, Contractor
makes the following representations:
A. Contractor has examined and carefully studied the Contract Documents
including the Addenda and other related data identified in the -Bid
Documents.
B, Contractor has visited the Site and become familiar with and is satisfied as to
the general, local, and -Site conditions that may affect cost, progress,
performance, and furnishing of the Work.
C. Contractor is familiar with and is satisfied as to all federal, state, and local
Laws and Regulations that may affect cost, progress, performance, and
furnishing of the Work.
D. Contractor has carefully studied all:
(1) Reports of explorations and tests of subsurface conditions at or
contiguous to the Site and all drawings of physical conditions in or
relating to existing surface or subsurface structures at or contiguous
to the Site; and
00500 Agreement 00500-5
DOCUMENT 00500 — AGREEMENT (continued)
(2) Reports and drawings of a Hazardous Environmental Condition, if
any, at the Site. Contractor acknowledges that The City of
Fayetteville and Engineer do not assume responsibility for the
accuracy or completeness of information and data shown or indicated
in the Contract Documents with respect to Underground Facilities at
or contiguous to the Site.
E. Contractor has obtained and carefully studied (or assumes responsibility of
having done so) all such additional supplementary examinations,
investigations, explorations, tests, studies, and data concerning conditions
(surface, subsurface, and Underground Facilities) at or contiguous to the Site
or otherwise which may affect cost, progress, performance, and furnishing of
the Work or which -relate to any aspect of the means, methods, techniques,
sequences, and procedures of construction to be employed by Contractor and
safety precautions and programs incident thereto,
F. Contractor does not consider that any additional examinations,
investigations, explorations. tests, studies, or data are necessary for the
performing and furnishing of the Work at the Contract Price, within the
Contract Times, and in accordance with the other terms and conditions of the
Contract Documents.
G. Contractor is aware of the general nature of work to be performed by The
City of Fayetteville and others at the Site that relates to the Work as indicated
in the Contract Documents.
H. Contractor has correlated the information known to Contractor, information
and observations obtained from visits to the Site, reports and drawings
identified in the Contract Documents, and all additional examinations,
investigations, explorations, tests, studies, and data with the Contract
Documents.
1. Contractor has given Engineer written notice of all conflicts, errors,
ambiguities, or discrepancies that Contractor has discovered in the Contract
00500 Agreement 00500-6
DOCUMENT 00500 — AGREEMENT (continued)
Documents and the written resolution thereof by Engineer is acceptable to
Contractor.
J. The Contract Documents are generally sufficient to indicate and convey
understanding of all terms and conditions for performance and furnishing of
the Work.
ARTICLE 7 - CONTRACT DOCUMENTS
7.01 CONTENTS:
A. The Contract Documents which comprise the entire Agreement between The
City of Fayetteville and Contractor concerning the Work consist of the
following and may only be amended, modified, or supplemented as provided
in the GENERAL CONDITIONS:
1. This Agreement.
2. Exhibits to this Agreement (enumerated as follows):
a. Notice to Proceed.
b. Contractor's Bid.
c, Documentation submitted by Contractor prior to Notice of
Award.
3. Performance, Payment, and other Bonds.
4. General Conditions,
5. Supplementary Conditions.
6. Specifications consisting of divisions and sections as listed in table
of contents of Project Manual.
00500 Agreement 00500-7
DCICUMEN'f 00500 AGREEMENT (continued)
7. Drawings consisting of a cover sheet and sheets as listed in the table
of contents thereof, with each sheet bearing the following general
title: Rep
„iortal Park Slop Reconstruction
8. Addenda numbers inclusive.
9. The following which may be delivered or issued after the Effective
Date of the Agreement and are not attached hereto: All Written
Amendments and other documents amending, modifying, or
supplementing the Contract Documents pursuant to the GENERAL
CONDITIONS.
ARTICLE 8 - MISCELLANEOUS
8.01 TERMS:
A. Terms used in this Agreement which are defined in the GENERAL
CONDITIONS shall have the meanings stated in the GENERAL,
CONDITIONS.
8.02 ASSIGNMENT OF CONTRACT:
A. No assignment by a party hereto of any rights under or interests in the
Contract Documents will be binding on another party hereto without the
written consent of the party sought to be bound; and specifically but without
limitation, moneys that may become due and moneys that are due may not be
assigned without such consent (except to the extent that the effect of this
restriction may be limited by Law), and unless specifically stated to the
contrary in any written consent to an assignment, no assignment will release
or discharge the assignor from any duty or responsibility under the Contract
Documents,
8.03 SUCCESSORS AND ASSIGNS:
A. The City of Fayetteville and Contractor each binds himself, his partners,
successors, assigns, and legal representatives to the other party hereto, its
00500 Agreement 00500- 8
DOCUMENT 00500 — AGREEMENT (continued)
partners, successors, assigns, and legal representatives in respect to all
covenants, agreements, and obligations contained in the Contract Documents.
8.04 SEVERABILITY:
A. Any provision or part of the Contract Documents held to be void or
unenforceable under any Law or Regulation shall be deemed stricken, and all
remaining provisions shall continue to be valid and binding upon The City of
Fayetteville and Contractor, who agree that the Contract Documents shall be
reformed to replace such stricken provision or part thereof with a valid and
enforceable provision that comes as close as possible to expressing the
intention of the stricken provision.
8.05 FREEDOM OF INFORMATION ACT:
A. 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.
8.06 LIENS:
A. No liens against this construction project are allowed. Arkansas law
(A.C.A. §§18-44-501 through 508) prohibits the filing of any mechanics' of
materialmen's liens in relation to this public construction project. Arkansas
law requires and the contractor promises to provide and file with the Circuit
Clerk of Washington County a bond in a sum equal to the amount of this
contract. Any subcontractor or materials supplier may bring an action for
non-payment or labor or material on the bond. The contractor promises to
notify every subcontractor and materials supplier for this project of this
paragraph and obtain their written acknowledgement of such notice prior to
commencement of the work of the subcontractor or materials supplier.
00500 Agreement 00500-9
DOCUMENT 00500 -- AGREEMENT (continued)
IN WITNESS WHEREOF, The City of Fayetteville and Contractor have signed this Agreement
in quadruplicate. One counterpart each has been delivered to Contractor. Three counterparts
each has been retained by The City of Fayetteville. All portions of the Contract Documents have
been signed, initialed, or identified by The City of Fayetteville and Contractor.
This Agreement will be effective on juuuG� , A, which is the
Effective Date of the Agreement.
CONTRACTOR.
By: T S
Typ gi ly print)
t ure)
CITY OF FAYETTEVILLE
Title: f�W l� Title
00500 Agreement 00500 - 10
DOCUMENT 00500— AGREEMENT (continued)
Contractor shall attach evidence of authority to sign.
If Contractor is a corporation, corporate entity or LI.C, Contractor shall attach Corporate
Resolution authorizing Contractor's signature and execution of Agreement.
Further if Contractor is a corporation, corporate entity or LLC, Contractor shall also attach a copy
of the Contractor's Articles of Incorporation and a copy form the Arkansas State Secretary of
State to document that the corporation, corporate entity or LLC is in current "Good Standing"
with the State of Arkansas and such entity is permitted to perform work in the State of Arkansas.
(SEAL) (SEAL)
Attest Attest
00500 Agreement 00500- 11
DOCUMENT 00500 — AGREEMENT (continued)
Address for giving notices Address for giving notices
06�_ .., _ 113 W. Mountain St.
Fu5SC,ilV C I�e , � ��' i � Faetteville, AR 72701
License No. C k:)L 1 4:11
Agent for Service of process
(Type or legibly print)
(Signature)
Contractor shall attach evidence of authority of Agent for Service process to sign, if Contractor
is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution
authorizing Agent for Service process authority to sign.
(If Contractor is a corporation, corporate entity
or LLC, attach evidence of authority to
sign.)
Approved As to Form:
a
By:
Attorney For: _ H Ltkp-
END OF DOCUMENT 00500
00500 Agreement 00500- 12
Arkansas Secretary of State - Document No.: 560930002 - Date Filed: 05-29-2003 01:27 PM - Total Pages: 7
ARTICLES OF INCORPORATION
OF
CURTIS CONSTRUCTION, INC.
The undersigned natural person, in order to form a corporation for the purposes
hereinafter stated, under and pursuant to the Arkansas Business Corporation Act (A.C.A.
§§4-27-101 et. seq.) as incorporated by reference therein, hereby certifies as follows:
I. The name of this corporation is Curtis Construction, Inc.
2. The street address of the corporation's initial registered office is 2812 South
Cleveland, City of Russellville, State of Arkansas, Zip code of 72801, the mailing address
of the corporation's initial registered office is Post Office Box 1170, City of Russellville,
State of Arkansas, Zip code of 72811, the name of the initial registered agent of the
corporation at that address shall be Thomas J. Curtis.
3. The nature of the business of the corporation and the primary object or
purposes proposed to be transacted, promoted or carried on by it, are as follows:
a. To engage in the business of providing construction services in the form of
dirt moving, landscaping, road construction and other related services.
b. To further the purpose for this corporation, as set forth hereinabove, it shall
have all powers enumerated in the Arkansas Business Corporation Act and may engage in
all activities reasonably necessary in and incident to the furtherance of its corporate
Articles of Incorporelion of
curbs Construction Inc Page 1 of 7
purposes.
C. To conduct any other business enterprise not contrary to law.
4. The period of existence of this corporation shall be perpetual.
6. The total amount of the authorized capital stock of this corporation is One
Thousand (1,000) shares of common stock with one dollar ($1.00) par value each.
6. The name and address of the incorporator is as follows:
NAME ADDRESS
Thomas J. Curtis P. O. Box 1170
Russellville, AR 72811
7. The number of directors constituting the Board of Directors shall be provided
in the By-laws of the corporation. The Board of Directors shall have all those powers and
duties enumerated in the Arkansas Business Corporation Act.
8. ' Acting together the President and Secretary of the corporation shall have the
authority on behalf of the corporation to enter into any contract between the corporation
and all of its shareholders:
a. Imposing restrictions on the future transfer (whether inter vivos, by
inheritance or testamentary gift), hypothecation or other disposition of its shares;
b. Granting purchase options to the corporation or its shareholders; or
C. Requiring the corporation or its shareholders to purchase such shares upon
stated contingencies. In addition, any and all of such restrictions, options or requirements
may be imposed on all shares of the corporation, issued and unissued, upon the
unanimous resolution of the Board of Directors and the consent of all stockholders as of
Articles
of Incorporation of
Curtis Censtruc9an Inc Page 2 of 7
the date of the Board's resolution.
9. The Board of Directors of this corporation shall be authorized to repurchase
or redeem shares of the corporation whether the same be done from earned surplus or
capital surplus of the corporation, other than revaluation surplus, so long as the same shall
otherwise be authorized by law and in conformity with the provisions of these Articles of
Incorporation or any amendment thereof. Provided, however, that such authority shall not
be construed as a right of the corporation to purchase or redeem any share of the
corporation without the consent of the holder of such share:
a. such share shall have been issued with a right of repurchase or redemption
reserved to the corporation, or
b. there is in existence a lawful agreement between the corporation and
shareholder providing for repurchase or redemption.
10. a The corporation shall indemnify any person who was or is a party or is
threatened to be made a party to any threatened, pending or completed actions, suit or
proceeding, whether civil, criminal, administrative or investigative (other than an action by
or in the right of the corporation) by reason of the fact that he is or was a director, officer,
employee or agent of the corporation, or is or was serving at the request of the corporation
as a director, officer, employee or agent of another corporation, partnership, joint venture,
trust or other enterprise against expenses (including attorneys' fees), judgments, fines and
amounts paid in settlement actually and reasonably incurred by him in connection with
such action, suit or proceeding if he acted in good faith and in a manner he reasonably
believed to be in or not opposed to the best interests of the corporation, and, with respect
Af ides of Incomoralion of
Curls CDnelrudion IM Page 3 of 7
to any criminal action or proceeding, had no reasonable cause to believe his conduct was
unlawful. The termination of any action, suit or proceeding by judgment, order, settlement,
conviction, or upon a plea of nolo contendere or its equivalent, shall not, of itself, create a
presumption that the person did not act in good faith and in a manner which he reasonably
believed to be in or not opposed to the best interests of the corporation, and, with respect
to any criminal action or proceeding, had reasonable cause to believe that his conduct was
unlawful.
b. The corporation shall indemnify any person who was or is a party or is
threatened to be made a party to any threatened, pending or completed action or suit by or
in the right of the corporation to procure a judgment in its favor by reason of the fact that he
is or was a director, officer, employee or agent of the corporation, or is or was serving at
the request of the corporation as a director, officer, employee or agent of another
corporation, partnership, joint venture, trust or other enterprise against expenses (including
attorneys' fees) actually and reasonably incurred by him in connection with the defense or
settlement of such action or suit if he acted in good faith and in a manner he reasonably
believed to be in or not opposed to the best interests of the corporation and except that no
indemnification shall be made in respect of any claim, issue or matter as to which such
person shall have been adjudged to be liable for negligence or misconduct in the
performance of his duty to the corporation unless and only to the extent that the court in
which such action or suit was brought shall determine upon application that, despite the
adjudication of liability but in view of all circumstances of the case, such person is fairly and
reasonably entitled to indemnity for such expenses which such court shall deem proper.
Ahides of ocorpwation of
CunIs Construction Inc Page 4 of 7
C. To the extent that a director, officer, employee or agent of a corporation has
been successful on the merits or otherwise in defense of any action, suit or proceeding
referred to in subsections (a) or (b), or in defense of any claim, issue or matter therein, he
shall be indemnified against expenses (including attorneys' fees) actually and reasonably
incurred by him in connection therewith.
d. Any indemnification under subsections (a) or (b) (unless ordered by a court)
shall be made by the corporation only as authorized in the specific case upon a
determination that indemnification of the director, officer, employee or agent is proper in
the circumstances because he has met the applicable standards of conduct set forth in
subsections (a) or (b). Such determination shall be made (1) by the Board of Directors by a
majority vote of a quorum consisting of directors who were not parties to such action, suit
or proceeding, or (2) if such a quorum is not obtainable, or, even if obtainable, a quorum of
disinterested directors so directs, by independent legal counsel in a written opinion, or (3)
by the shareholders.
e. Expenses (including attorneys' fees) incurred in defending a civil or criminal
action, suit or proceeding may be paid by the corporation in advance of the final disposition
of such action, suit or proceeding upon receipt of any undertaking by or on behalf of the
director, officer, employee or agent to repay such amount unless it shall ultimately be
determined that he is entitled to be indemnified by the corporation as authorized in this
section.
f. The indemnification provided by this Article shall not be deemed exclusive of
any other rights to which those indemnified may be entitled under any bylaw, agreement,
Midas of Incorporolion of
alis Conal"Dion Inc Page 5 of 7
vote of shareholders or disinterested directors or otherwise, both as to action in his official
capacity and as to action in another capacity while holding such office, and shall continue
as to a person who has ceased to be a director, officer, employee or agent and shall inure
to the benefit of the heirs, executors and administrators of such a person.
g. The corporation shall have power to purchase and maintain insurance on
behalf of any person who is or was a director, officer, employee or agent of the corporation,
or is or was serving at the request of the corporation as a director, officer, employee or
agent of another corporation, partnership, joint venture, trust or other enterprise against
any liability asserted against him and incurred by him in any such capacity or arising out of
his status as such, whether or not the corporation would have the power to indemnify him
against such liability under the provisions of this section.
h. The powers and duties of the corporation to indemnify any person under this
Article shall apply with equal force whether an action, suit, or proceeding is threatened or
commenced in this State or outside this State.
11. No member of the Board of Directors shall be liable to the corporation or the
stockholders of the corporation for any monetary damages for breach of his duty as
director.
12. The corporation elects only to have preemptive rights to the extent, if any,
that the Bylaws of the corporation may provide.
13. Unless the Bylaws of the corporation otherwise provide for a greater number,
a quorum at any meeting of the shareholders of the corporation shall consist of a majority
of the votes entitled to be cast on the matter, represented in person or by duly authorized
Articles of Inoorpombon of
Curtis Conslrudion Inc page 6 of 7
proxy at such meeting,
14. In any election of directors, the shareholders of the corporation shall be
entitled to cumulative voting rights as provided in A.C.A. §4-27-728.
EXECUTED this day of May, 2003.
403A�� -
ThoYnhs J. Curtis, Incorporator
ArPd&! M Incorporation of
C""i' Construction
Inc Page 7 of 7
Arkansas Secretary of State
Search Incorporations, Cooperatives, Banks and Insurance Companies
Prk+ter FrImnJEy_Ver ,
LLC Member information is now confidential per Act 865 of 2007
Use your browser's back button to return to the Search Results
Begin New Search
For service of process contact the Sacretwy a Stato's.oftu
Corporation Name
CURTIS CONMUCTION, INC.
Fictitious Names
Filing #
600010990
Filing Type
For Profit Corporation
Filed under Act
Dom Bus Corp; 950 of 1987
Status
Good Standing
Principal Address
Reg. Agent
THOMAS J. CURTIS
Agent Address
0405 HWY 64 W
PO BOX 1170
RUSSELLVILLE, AR 72802
Date Filed
0512912003
officers
THOMAS J. CURTIS, Incorporator/Organizer
KENT DOLLAR CPA, Tax Preparer
THOMAS J, CURTIS, President
THOMAS J CURTIS , Secretary
THOMAS J CURTIS, Vice -President
THOMAS J CURTIS, Treasurer
Foreign Name
NIA
Foreign Address
State of Origin
WA
Purchase a CortiPlcait of.�ovd
Pa V Franchise Tax far this cor oration
Standingfor this End
Page 1 of 1
http s://www. sos. akansas. gov/corps/search_corps. php?DETAIL=23 03 8 5 &corp_type_id=... 6/29/2018
qWM
CITY OF
FAYETTEVILLE
ARKANSAS
Construction - Regional Park Slope Reconstruction Rebid
Wficial Bid Tabu,ation
Lioneld Jordan, fvlayor
Number of Addendums:
Certified Bid Award:
Max. Award Amount:
602, 900.00
753,625.00
Bid No. 18-40
Date: 06.29.2018
Time: 2:00 PM
Crossland Heavy Contractors, Inc.
Curtis Construction, Inc.
UNIT
UNIT
ITEM ESTIMATED
N0. DESCRIPTION UNIT QUANTITY
PRICE AMOUNT
PRICE AMOUNT
1
Mobilization (Shall not exceed 5%
lof
1
$ 13,750.44
$ 13,750.44
$ 25,000.OQ 1
$ 25,000,00
Total Bid)LS
2
Insurance and Bonding
LS
1
$ 39,184.07
$ 39,184,07
$ 9,000.00 1
$ 9,00000
3
Construction Control (Staking)
EA
1
$ 15,625.50
$ 15,625.50
$ 8,500.00
$ 8,500.00
4
Trench & Excavation Safety
LS
1
781.28
$ 781..28
$ 5,800.00
$ 5,800.00
Systems
5
Clearing, Grubbing, & Demolition
LS
1
$ 38,205.13
$ 38,205.13
$ 6,500.00
$ 6,500.00
6
Unclassified Excavation (Plan
CY
7,000
� 81.7E
$ 572,320.00
$ 6.00
$ 42,000.00
Quantity)
7
ISelect Embankment*
CY
200
$ 94.03
$ 18,806.00
$ 23.00
$ 4,600.00
8
Embankment (Placement of ren-
CY
7,000
$ 76.02
$ 532,7.40°00
$ 9.00
$ 63,000.00
Site material) Plan Qty.)
9
4' Topsoil Placement
SY
4,250
$ 13.69
$ 58,182.50
$ 5.20
$ 22,100.00
10
Filter Blanket Fabric
SY
2,100
$ 12.24
$ 25,704.00
$ 5.00
$ 10,500.00
11
Dumped'Shot Rock
TON
4,350
$ 86.35
$ 375,622.50_1
$ 54.00
1 $ 234,900.00
ITEM ESTIMATED
No, DESCRIPTION UNIT QUANTITY
Crossland Heavy Contractors, Inc.
Curtis Construction, Inc.
UNIT
PRICE AMOUNT
UNIT
PRICE AMOUNT
12
18" Concrete Curb and Gutter
With Asphalt Patch
LF
1.50
$ 181,84
$ 27,276,00
$ 3500
$ 5,250,00
13
Solid Sod (Buffalo Grass)
Sy
4,250
$ 21.29
$ 90,482.50
$ 19.00
$ 80,750.00
14
Trenched Silt Fence
LF
800
7,81
$ 6,248.00
$ 5,50
4,400.00
15
Sediment Log Ditch Check
EA
3
1,125,04
$ 3,375,12
416,00
1,248.00
16
Sediment Log Inlet Protection
EA
4
2,000.07
$ 8,000.28
224.00
896.00
17
6' Chain Link Fence (Black PVC
Coated)
LS
1
33,594.81
$ 33,594.81
3,342.00
3,342.00
18 INative
Stone Riprap
TON
600
$ 123.05
$ 73,830.00
59.00
35,400.00
19
Irrigation Repair
LS
I
S 23,438,25
$ 23,438.25
$ 4,500.00
$ 4,500,00
20
Street Light Electrical Repair
LS
i
$ 11,719.10
11,719.10
$ 4,500.00
$ 4,500,00
21
8" Dice Under Drain
LF
300
90.71
27,213.00
$ 22,00
$ 6,600.00
TOTAL BASE BIDI
$ 1,995,498,48
578,786.00
CERTIR
Cxl'2fl) 6
Purchasing Agent Witness hate
City of Fayetteville, Arkansas - Budget Adjustment Form (Legistar)
Budget Year Division Adjustment Number
/Org2 ENGINEERING (621)
2018
Requestor: Matt Casey
BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION:
Funding is needed to cover costs above what is currenty available forthe slope repair at the Regional Park.
COUNCIL DATE:
LEGISTAR FILE ID#:
7/18/2018
2018-0352
L i,k }f utche4,w
7/2/2018 8:39 AM
Budget Director Date
TYPE:
DESCRIPTION:
RESOLUTION/ORDINANCE
GLDATE:
POSTED:
...... .............. .. .
TOTAL
Account Number
213,382 213,382
Increase / (Decrease)
Expense Revenue
ProLecf.Sub#
Project Sub AT
v.20180627
Account Name
4270.900.9280-5400.00
213,382 -
31702 2017 EX
Building & Grounds- Maintenance
4270.001.9270-4999.99
= 213,382
RE
Use Fund Balance - Current
HABudget\Budget Adjustments\2018_Budget\CITY_COUNCIL\2018-07-18\2018-0352 BA Regional Park Slope Failure 1 of 1