Loading...
HomeMy WebLinkAbout132-19 RESOLUTIONF FA1'ETT J-1 el9j''Kq NS PSPS 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 132-19 File Number: 2019-0288 BID #19-25 DIAMOND C CONSTRUCTION: A RESOLUTION TO AWARD BID #19-25 AND AUTHORIZE A CONTRACT WITH DIAMOND C CONSTRUCTION COMPANY IN THE AMOUNT OF $82,024.89 FOR THE REPLACEMENT OF A RETAINING WALL ON BLOCK AVENUE, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $5,004.23, AND TO APPROVE A BUDGET ADJUSTMENT 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 #19-25 and authorizes Mayor Jordan to sign. a contract with Diamond C Construction Company, a copy of which is attached to this Resolution, in the amount of $82,024.89 for replacement of a retaining wall on Block Avenue, and further approves a project contingency in the amount of $5,004.23. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. PASSED and APPROVED on 6/4/2019 Page 1 Attest: Sondra E. Smith Cit Clerk Tre i11tH1��i Y ERK���,,� �. .• CIT -Y • A • Ica 011001 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Text File File Number: 2019-0288 Agenda Date: 6/4/2019 Version: 1 Status: Passed In Control: City Council Meeting File Type: Resolution Agenda Number: A. 8 BID #19-25 DIAMOND C CONSTRUCTION: A RESOLUTION TO AWARD BID #19-25 AND AUTHORIZE A CONTRACT WITH DIAMOND C CONSTRUCTION COMPANY IN THE AMOUNT OF $82,024.89 FOR THE REPLACEMENT OF A RETAINING WALL ON BLOCK AVENUE, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $5,004.23, AND TO APPROVE A BUDGET ADJUSTMENT 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 #19-25 and authorizes Mayor Jordan to sign a contract with Diamond C Construction Company, a copy of which is attached to this Resolution, in the amount of $82,024.89 for replacement of a retaining wall on Block Avenue, and further approves a project contingency in the amount of $5,004.23. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. City of Fayetteville, Arkansas Page 1 Printed on 6/5/2019 City of Fayetteville Staff Review Form 2019-0288 Legistar File ID 6/4/2019 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Justin Clay 5/8/2019 PARKING MANAGEMENT (430) Submitted By Submitted Date Division / Department Action Recommendation: Approval of a resolution awarding Bid 19-25 and authorizing a contract with Diamond C Construction in the amount of $82,024.89 and approving a project contingency in the amount of $5,004.23 for the replacement of a retaining wall on Block Avenue and approving a budget adjustment 4470.410.8410-5819 Account Number 11004 Project Number Budget Impact: 4470 Fund Parking Lot Improvements (City Employee) Project Title Budgeted Item? Yes Current Budget Funds Obligated Current Balance Does item have a cost? Yes Item Cost Budget Adjustment Attached? Yes Budget Adjustment Remaining Budget Purchase Order Number: Change Order Number: Original Contract Number: Comments: $ 75,253.12 �$�� 75,253.12 $ 87,029.12 $ 11,776.00 Previous Ordinance or Resolution # Approval Date: V20180321 CITY OF FAYETTEVILLE ARKANSAS MEETING OF JUNE 4, 2019 TO: Mayor and City Council THRU: Don Marr, Chief of Staff Peter Nierengarten, Environmental Director CITY COUNCIL MEMO FROM: Justin Clay, Parking Manager DATE: May 8, 2019 SUBJECT: Approval of a resolution awarding Bid 19-25 and authorizing a contract with Diamond C Construction in the amount of $82,024.89 and approving a project contingency in the amount of $5,004.23 for the replacement of a retaining wall on Block Avenue and approving a budget adjustment RECOMMENDATION: Staff recommends approving a resolution awarding Bid 19-25 and authorizing a contract with Diamond C Construction in the amount of $82,024.89, approving a project contingency in the amount of $5,004.23 and approving a budget adjustment to replace a failing retaining wall at the southeast corner of Block Avenue and Rock Street. BACKGROUND: This native stone retaining wall, located on the east side of Block Avenue, extends from the southeast corner of Block Avenue and Rock Street south to the entrance to the City Employee parking lot on Block Avenue, and has been in a state of deterioration for over a year. During that time a mature tree rooted in the retaining wall has collapsed and portions of the native stone have fallen out of place, creating a hazardous condition. DISCUSSION: This project requires demolition and construction of retaining walls, sidewalks, curb and gutter, and miscellaneous concrete items. The demolition includes the removal and disposal of the failing native stone retaining wall, four -foot sidewalk, 24" curb and gutter, steel safety railing, and a concrete drainage spillway. The construction will include installing a modular block retaining wall, five-foot sidewalk, 24" curb and gutter, and the placement, compacting, and grading of a 2:1 slope. Replacement trees, landscaping rock, topsoil, and sod will also be installed. This project was originally bid in September 2018, but responses were 33% higher than available funding. An amended scope was submitted as Bid 19-25 in April 2019 and Diamond C Construction was identified as the low bid contractor. Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 BUDGET/STAFF IMPACT: This project is primarily funded through a designated CIP fund for City Employee Parking Lot Improvements and is partially funded by the Street Improvements Cost Share fund. A budget adjustment is necessary to move funds from the Street Improvement Cost Share fund into the appropriate expense account for this project. Attachments: Bid 19-25 Agreement Bid Tab 19-25 Bid Set Bid Submittal Budget Adjustment DOCUMENT 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR Contract Name/Title: BLOCK AVENUE RETAINING WALL Contract No.: 19-25, Construction THIS AGREEMENT is dated as of the Lt�day of in the year 2019 by and between The City of Fayetteville, Arkansas and DIAMOND C CONSTRUCTION (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 demolition and construction of retaining walls, sidewalks, curb and gutter, and misc. concrete items. The demolition includes the removal and disposal of a failing native stone retaining wall, four -foot sidewalk, 24" curb and gutter, steel safety railing, and a concrete drainage spillway. The construction will include installing a modular block retaining wall, five- foot sidewalk, 24" curb and gutter, and the placement, compacting, and grading of a 2:1 slope. Other items to be installed will be landscaping rock, topsoil, and sod. 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 00500-1 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 SUBSTANTIAL COMPLETION AND FINAL PAYMENT: A. The Work shall be Substantially Completed within 90 calendar days after the date when the Contract Times commence to run as provided in the GENERAL CONDITIONS, and final completion and ready for final payment in accordance with the GENERAL CONDITIONS within 120 calendar days after the date when the Contract Times commence to run. 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 Seven Hundred Fifty Dollars ($750.00) for each calendar day 00500 Agreement 00500-2 DOCUMENT 00500 — AGREEMENT (continued) that expires after the time specified above in Paragraph 3.02 for Substantial Completion until the Work is Substantially Complete. After 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 Five Hundred Dollars ($500.00) 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 under 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 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. 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. I. 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. ti 00500 Agreement 00500-7 DOCUMENT 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: Block Avenue Retaining Wall 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 40540 — AGREEMENT (continued) IN WfTNESS WHEREOF T}e City of Fayetteville and Contractor have signed .this Agreement in quadruplicate. One counterpart each has been delivered to Contractor. Three.counteiparts eachhas 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 Effective Date of the Agreement. CONTRACTOR: DIAMOND C CONSTRUCTION (Type or legibly print) (Signature) Jura, `'1 2AO1 which is the i CITY OF FAYETTEVILLE Title: Pre, 51 alen Title: Mayor 00500 Agreement 00500-10 DOCUMENT 00500 = AGREEMENT (continued) Contractor shall attach evidence. of authority to sign. If Contractor is a corporation, corporate entity or LLC,. Contractor shall attach Corporate. Resolution authorizing Contractor's signature and execution of Agieeiment. 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 andsuch entity is ,pennitted to perform work in the State of Arkansas, .. w (SEAL) (SEAL): Attest G2 Attest 00500 Agreement 00500-11 DOCUMENT 00500 -- AGREEMENT (continued) Address for giving notices Address for notices ' 16 O 3 113 W. Mountain St. n 1 T i1 7 Fayetteville; AR 72701 License No. __ 0 3 % -eU 1 aJ j / Agent for Service of process /l*e, t�or d-eira (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: By: Attorney For: END OF DOCUMENT 00500 00500 Agreement 00500-12 Cal .Q C. EJ Cu C3 ro c c cc O c M F< _ 3 O g 4 Q OWi S O C o i u .0 C — 2 m 0 Ln 0 O O S O Ln un O o O O O o O O o O o O O O .n O �n c� C.O in v m m 4- m N ry .-� n m o n Y ' m O o V ro oo In O .n.n o T m � v 00 C C O 0 _O C) Vl N N t0 Vm Q H C Q U L 8$ N � � N to Cn N .� N to N N •) O O N N to N N N CW_V� V1 N1 to M M � d W C. EJ C3 ro c c > O c M F< _ ND O g 4 Q OWi S O >YY o i u r.c a C — 2 uLL< 0 Ln 0 O O S O Ln O O Z W a w u c u w C3 o o O S S O O S S O S S O O C — 2 OC3 O 0 Ln 0 O O S O Ln un O o O O O o O O o O o O O O .n O �n c� O in v m m o r N ry .-� n m o n O oo O o v� r oo In N n .n.n o T N 00 o O Vl N N t0 Vm Q N to Vf N an N to N N N to N N N an V1 N1 to N C u $ o o $ o g moi o g $ o 0 0 0 0 $ o o. N $ S co In oo In n S O T O 5 N n tl1 oo N Jl oo a) to N to N N N N an to N N N N N In S O O', O S S S S S S O O O S S S S O S O Q 3 2 O O O', O O O O O O O o S O O 'D 8 O m O oo 0 rn° 0 �+ m z 0 O .-� o i0 O u'1 O O O ID o V v N Op �O o .-� N ^ .--t N N U1 O O O Ol ~O to LD V M O Vl N IDD In ro Q M r N N to N V1 an to N N N to en N N to �n N to 4n A -18 8 S 8 a S: O 8 S V $ $ 8 8 8 0 8 8 8 O W O 0 0 8 $ N b O ti N N n O� O o O �D O .� O �D m O m O T u U O O s O u1 O 4D n m m In O� ID .+ ry ry ti 0 0 O cc �l1 tD rt fP/ O Vt ri N N N h N N NO to N to N N to H N N N V� an rn w 8 S a $ S S O S $ $ o 0 0 $ 0 8 S O S 0 A E F- j $ o g $ $ e $ o �, g coo o o rn m $ o o N 0 oo m oo a n ry v N am ry c m o v V O O to r4 IV Rf m r ni .-t M C Q N co � N uti N N Vf UL N N N N N N N N� V1 N to an N 7 N O�- U U � d YQ O N S8 8 S O O So W O S a O H z O W p. O V O 8 Iq$ V O 7 S O N T O O O o tD $ w ?O O O 00 O V V O' N 1D V v . i N O tD .-1 of p tD oo V c N v N w V n V1 V1 V T m oo N O m ri Lm .ti coop V In m rV Vi co fV' — v .-� ry M Q oo C N to N N N N N N N to to N N N to N N to N v° U O O O O O lD V O O Ql O O p O a V O O p 4 O O O W U co 0 C) ID mooa} v o Li N oc ai ti oo N 0 to m O w o -7 o O w Ol r� T n T ad a6 Z V O lG V V O o d T N In N V 0 to 'tA lA an Vf N N N an N N N to N N N N N N to $ S S S S J r O O O O O . O O n$ Oc:l O O °1 .-� z o i0. O O O O O QU z S O O O O cn m N o O 8 O O m O o' n O O S Vl. �n N in ry 01 O W �n m n m °1 O N N Ln n to �D O1 V N r- to n m <f iD y� w In to V1 V1 N to N to N to to U1 U1 V1 to N In to 0 u 8.88 8 8 0s 0 8 9 a�$ 8 0 0 88 32 r W 9' g o n 0 � 0 0 .+ ti ri .; Ln � vi $ o Li o � o u N Z 25 O O N N co In N O in N N oo In N n T N o f ai M c o0 m Ni U to N N N v1 N N N H /n to N to 0 ~Q Z .-i .-a .-1 .-t .-� n m ON O S NV � .-i eti tD ti S T N m W � FQ- 0 z VJ V� Q V� Y V Y V1 > V1 LL J Y �:. Uf T 1n J �n J Y L'. Y Q Q � W �n J1 Vt Vf V1 W W oco O n v v = u —_ c 3 "' n m p c c a Y p -- C V C E q K V v 'C c o c a. a m -a z ? E io c O c m c E u ° c a w b c M y u L co O V C C N N 2 ry v z �In ca c N D c V o r D h N c _m o o L E 0 O ;p ^� O W lJ 4' 2 U U m O m m N Oc C Q m O. m v V p� OG Y. � d N Y N b V O G D ry cc N °r E c c a N v .o 5 75 c u a o �- u A fo o u u o ° o u r` n W v u n u 3 c 31 v° W - x oa v°101 n W O T .t ,n ID n a: o+ o d.1 m e l I w O O Z W a w u c u w ON303I'8 Sl'JV1N00 NOISIAIG ON1833NION3 f s S310N l d2I3N3`J r= 4 IIVM ONINIV13H 3nN3A`d N3019 m', 'g zlP, SVSNV)Iav N a �P= n 311MI-L3AVJ _� - �O AIM x m o g< g 3 o j8 LI S wLL u g z a sg ryp� i zw o o .2gM1 o w S o s g w n �m w- oo ¢ w z= 03 m„o ¢ g gw <o k o s Nw w o mo _ o ¢� o 3 �myw 5woc< sF-zo ? wpa w z < LL 3 ,`,"5 3 y 3 ay@�oF�s i� ywowpQ S m,.+ �ii23m�W o z �no"ppo z?k'¢ 3 ~ mss O w3'6 ww�azm��gz�w¢z z -men a auiis os'J"a¢ w oW33 ¢�op� 52 �- Ha3� g y�W� o�yo8�0 o o0.91 9a ���oi`�w$w���-s��6�aWm= o's ��wmoo` �mo���-• <w m�,g Jy�i�sw<�wiw�Ns=g�a ffi z �`3,�3ppo��u�z�uo�� ms���o aomy o a �nxmw�>m�-gym=mow LLWw�`�gg""o�N�o�y8�a ��w��mo$��w���o�8g�� m`zz,s�"-my;�¢�wwuFaw�m Mel � w m4x� uiyn ,n�34a4am2��0 ;o om woB >�w 6ma�ws3=o�`Ea 3w"��=o w w = sym� 6m Amo ~mn9<NE�3�3�a a'$�ou¢Fnr.¢k'9imnJv Ja<Q� w�: b M— s1b5=2 � O`¢A xLL zd ¢ m o z ai " �9s3 A Qo`�, = o �m� -�4 A o oNw W Soo 3� g�->"¢oo oNaa a m j mw a'�o 3 >i W"Ho 5 zs 2 - �siw¢grc _wio. X08 otz� E �s o; 3yIm cLLg .. 3m�vo SI .6” O�N ¢� j - m uS oc>'^o _nl~ tl � z �6 a mw .'nom �soQ ' 3wag� off`- how _ �e� K 8§ w o� m�� o w �a J b l3 I.4 N g _ w6o 3wo� 3�� y¢ ¢ 3 DoH w` �pLL o S m z o ` „ng3 i w' w ¢gc�ii w �a a�w� s¢a j >3N 3 m ooh �o - LL m ` 'S� � g�� z �o� s=� =LLoo Shp LL mN= F ami ��� - ��ko w�a s - mora - €aow_ Vm`o =mow h��a� s:°„�� w='¢i _ oQ pgY _ ox<o<sa wpm to wL - -- -¢ m- Sg t'; < op z LL3m> a;swaoi ¢m omN n_Q Nosrex�o�u �m m�zu>oFo �< `5"oUS moo y ` pzj www 3 oao, _o wc� _>� w�w oo _ooa�w�ugmnw w�y5a w�oLL 4 0 =p co 00 00g< Zi `a oan V US kY<Vm IC F I� I NOISIAKI ONN33NION3 N -ld OW3a V IIVM ONINIV13113nN3AV 31130 CZ SVSNV>18V 3111AI1131AV3 =� s POCK AVENUE O.... . ...... . . . . . . . . . . . ..... .. — . . ....... . . . . ........ if 4 ...... . ....... . . ....... . I i -J — — — - — — -------- . . ....... . ...... Li HsI . . ... . . ... ... ........ . ...... > ------ . ......... Li z V LJ > .... . ...... . ...... HP . ......... . ..... fi 1 if T ... . . .. . ........ . .... ..... V if N ... ... .. .. . . ........ ..... . .... ... . ... ... . ....... . .. HE - .... . ..... . . 10 • 311JOUd'S NVId MIAIS towiNnon �m c it NOISIA10 ON1833NION3 11VM ONINIVANIONKME) 11VM ONINIV13H 3nN3AV NOOISSVSNV)IHV 3 A3AVj 111A3 =10 Allo fi E %dCr. AVE%r nr8 .tw A IS If R — -------- sp t2 If '______.DEE,----- -- n s6m, ld tv I SOSO _.1.,1 gN PIJ-8 M! Im Mig?0 19: V- ------- IN I HIM 8 t g m S 'VE"t S Cils! at is I' I—At z 9g, FF F Imo I IN i 29F Hill UWE. 23 Vs 'TTI' iI I wwe 133blS rl(-NnOw M EIL NOISIAIG ON1833NION3 NVId 3dVOS(INVI Ln L6 IIVM ONINIVAU 3nN3AV NOOIS 10 SVSNV>Idv 31IIA3113AVA =. JOAJAO O L ROCK AII[NUZ . . ... ... .. ME - — — — — — is 45 — — — — — — — — — - — - . ......... . .. . ....... SIIVI3G IIVM ONINIVI3N IIVM ONINIV13N 3nN3AV NOOI9 ..:133a1S rnvl=Oo cL�.. NOISIAIQ ONIH33NION3 SVSNV>IHV 3IIIA3113,1V3 =� o ~ 7 a 0 wow �F 0 0 o ti - oWw �8$ esu �mw /N\/\/ < W r E � o Eo A U— O JJn� w33—� 0 �o� 3 goo o� 1 12 3w a_ Ni zp c� aw /� p 0 0 20 wp I o cd I w oz 00 oR0 — \ \ I I I o00 a �xx I I I I IJ aw =oo W �rZ�.... Z T 1.0 ay �a a �a aIE LL x OT—w =_ Y 133als rllVlranow m t11�� i, NOISIAIQ ONN33NION3h SlIV1303JVNIV214aNV133211S ? 0 IIVM JNINIVAd 3nN3AV NOUItl ��S '= is o SVSNV)4HV 3l1IA3113Xtl3 =10 Allo coq ty H 3 Ulm M as U y W$ b, og= 7kMW Q 0 o gm 9 a k9C �� w3$o�gb 'S E: YSYSOP sh - I trig `y5 o ggWgg gg` � lA w! LL 36y ;. u.nmo -3 oW H Wpi m U oea� m� rm _ �k` Ge' tiyiSi`� g5 fn I l o • w LL a Ed oW Z. I o < o U _i!' ..,.k�y�N Hym _ r✓Q`�3Na°2k saiHh«'7 =k£ '% �3.a= Z5-5 .wi eHMF.. ?W15tl�y�fo3:„3�S wW Wy,8C(5<g+-k.'�`WSS� ' o a' mkk�m�.,s.��u uR3w se3'' - �a e� SlId13O 133a1S ril-Nnow £ � L ~�3�NOISIAId ONIH33NION3 Y 3ddOSONvinOU1NOO NOISOI13 IIVMONINIV13HanN3AVNOOIB �s �w 'g %� SVSNVNHV Mr% M 3l1IA3113,1V3 :� s =10 A1i0 z � Y k -38x€� 1 HN s �m Y W M Al -� W� =g' p 4 3 3 g w -$- 1 �y 11 Ws w1s `I f Q s a�LLo oo-! s LL— S m s-X&gm 3 �H 8 p�<w33Z8� 3= H 50 yI�S� LL— s! w 3 �H H 50 yI�S� g35p� 3a.� W�3 ��e o sc s7a aH DOCUMENT 00140 — BIDDER'S QUALIFICATION STATEMENT: Contract Name: BLOCK AVENUE RETAINING WALL Bits #: 19-25, Construction Date: 04.09.19 SUBMITTED TO: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 SUBMITTED BY: Company DIAMOND C CONSTRUCTION Name MIKE CORDEIRO Address P.O. BOX 803 GENTRY, AR 72734 Principal Office 1269 WEST MAIN GENTRY. AR 72734 Corporation, partnership, individual, joint venture, other CORPORATION Arkansas State General Contractor's License Number 0318010319 (Type or legibly print) EXPERIENCE STATEMENT 1. Bidder has been engaged as a General Contractor in construction for 6 years and has performed work of the nature and magnitude of this Contract for _ 6 years. Bidder has been in business under its present name for 6 years. 2. Bidder now has the following bonded projects under contract: (On a separate sheet, list project name, owner, name of owner contact, engineer / architect, name of engineer/architect contact, amount of contract, surety, and estimated completion date.) 00140 -Bidder Qualifications 00140-1 DOCUMENT 00140 — BIDDER'S QUALIFICATION STATEMENT: CONTINUED Bidder has completed the following (list minimum of 3) contracts consisting of work similar to that proposed by this Contract: (On a separate sheet, list project name, owner, name of owner contact, engineer / architect, name of engineer/architect contact, amount of contract, surety, and date of completion and percentage of the cost of the Work performed with Bidder's own forces.) 4. Has Bidder ever failed to complete any project? If so, state when, where, and why. NO 5. Bidder normally performs the following work with his own forces: EARTHWORK. UTILITIES, EROSION CONTROL CURB & GUTTER, TRAFFIC CONTROL, & ALL LABOR 6. Construction experience of key individuals in the organization is as follows (continued on attached sheets if needed): MIKE CORDEIRO 20 YEARS PLUS EARL TRAMMELL 20 YEARS PLUS In the event the Contract is awarded to Bidder, the required surety Bonds will be furnished by the following surety company and name and address of agent: WALKER BROTHERS INSURANCE GENE BENNETT 6800 ISAAC'S ORCHARD ROAD SPRINGDALE AR 72766-7570 Bidder's Workmen's Compensation Experience Modifier Factor is: .94 00140 -Bidder Qualifications 00140-2 DOCUMENT 00140 — BIDDER'S QUALIFICATION STATEMENT: (CONTINUED) FINANCIAL STATEMENT A. If requested by the City of Fayetteville during the evaluation of bids the bidder shall provide to the City of Fayetteville the following additional information: Bidder possesses adequate financial resources as indicated by the following: 1. Assets and liabilities: Attach a financial statement, audited if available, including Bidder's latest balance sheet and income statements showing the following items: a. Current assets (cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory, and prepaid expenses). b. Net fixed assets. c. Other assets. d. Current liabilities (accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, and accrued payroll taxes). e. Other liabilities (capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings). f. Name of firm preparing financial statement and date thereof: If financial statement is not for identical organization named herein, explain relationship and financial responsibility of the organization furnished. 2. Current Judgments: The following judgements are outstanding against Bidder: NIA Judgment Creditors Where Docketed and Date Amount WN 0 00140 -Bidder Qualifications 00140-3 DOCUMENT 00140 — BIDDER'S QUALIFICATION STATEMENT: (CONTINUED) Bidder hereby represents and warrants that all statements set forth herein are true and correct. Date: 04-09-19 _'2019 (OFFICIAL SEAL) Name of Organization: DIAMOND C CONSTRUCTION By MIKE CORDEIRO (Type or legibly print) By /111 f� (Signature) Title PRESIDENT (Type or legibly print) (If Bidder is a partnership, the partnership name shall be signed, followed by the signature of at least one of the partners. If Bidder is a corporation, the corporate name shall be signed, followed by the signature of a duly -authorized officer and with the corporate seal affixed.) END OF DOCUMENT 00140 00140 -Bidder Qualifications 00140-4 CURRENT PROJECTS LIST 1. Project: Highway 718 Waterline Owner: City of Rogers Architect: RWU Engineering Dept Engineer: Brian Sartain Amount: $111,172.25 Surety: Walker Brothers Insurance Estimated Completion Date: Waiting to begin phase 2 2. Project: Bella Vista Water Systems Improvements Owner: Old Bella Vista Property Owners, Assoc. Engineer: David Gilbert Architect: Plymouth Engineering, PLLC Amount: $$67,455.34 Surety: Walker Brothers Insurance Estimated Completion Date: Waiting to begin phase 2 3. Project: Hobbs Bike Trail Tunnel Owner: Hobbs State Park Engineer: Zachary Hoyt Architect: CEI Amount: $439,427.20 Surety: Walker Brothers Insurance Estimated Completion Date: July 20, 2019 PAST PROJECTS LIST WALKER BROTHRS INSURANCE IS SURETY ON ALL PROJECTS BIDDER DOES 85% OF WORK ON ALL PROJECT WITH ITS OWN FORCES 1. Project: Illinois River Water Shed Pavilion Location: Cave Springs, AR Owner: City of Cave Springs Engineer: Tom Hopper Contract Price: $885,518.00 Project Description: Sidewalks, Pavilion, parking lot, water, sewer Month & Year Completed: April, 2016 2. Project: Razorback Greenway Trail Extension Location: Bella Vista, AR Owner: City of Bentonville, Bella Vista Trailblazers Engineer: Jacob Shy Contract Price: $958,943.77 Project Description: Trail, Bridge, drainage structures, & improvements Month & Year Completed: June, 2018 3. Project: Siloam Springs Intermediate School Parking Location: Siloam Springs, AR Owner: Siloam School District Engineer: Ron Homeyer Contract Price: $750,000.00 Project Description: Paving,.parking lot, drainage, utilities, landscaping Month & Year Completed: 12/31/17 4. Project: Broadway Street Improvements Location: Siloam Springs, AR Owner: City of Siloam Engineer: Justin Bland Contract Price: $503,596.69 Project Description: Sidewalks, drainage, pavers, street lights, landscaping ` Month & Year Completed: April 28, 2018 5. Project: Southwind's Subdivision Drainage Improvements Location: City of Farmington Owner: City of Farmington Engineer: Chris Brackett Contract Price: $293,036.51 Project Description: Drainage enhancements, storm drain, guttering Month & Year Completed: October 19, 2018 6. Project: Affordable Storage Location: Centerton, AR Owner: Pagosa Properties Engineer: Gene Geren Contract Price: $156,176.00 Project Description: Culvert, pond, clearing, building pad Month & Year Completed: September, 2017 DOCUMENT 0400 -BID FORM Contract Name: BLOCK AVENUE RETAINING WALL Bid Number: 19-25, CONSTRUCTION MIMI Owner: The City of Fayetteville, Arkansas 1 13 West Mountain Street Fayetteville, Arkansas 72701 BID FROM: MIKE CORDEIRO 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 perforin 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 CONDITIONS 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 1 03-01-19 2 04-05-19 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: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that 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 -BID 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 any additional examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performing and furnishing of the Work in accordance with the times, price, and other terms and conditions of the Contract Documents. G. Bidder is aware of the general nature of work to be performed by 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. 1. 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 the 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 -BID FORM (continued) BID SCHEDULE ITEM NO. DESCRIPTION UNIT EST. QTY UNIT PRICE TOTAL 1 Mobilization (Shall not exceed 5% of Total Bid) LS 1 $3,808.00 $ 3,808.00 2 Insurance and Bonding LS 1 $2.400.00 $2 400.00 3 Construction Control (Staking) LS 1 $ 5,040.00 $5,040.00 4 Trench & Excavation Safety Systems LS 1 $1,624.00 $1,624.00 5 Clearing, Grubbing, & Demolition LS 1 $18,480.00 $ 18,480.00 6 Embankment CY 75 $ 55.26 $ 4,144.50 7 4" Topsoil Placement SY 350 $ 8.64 $ 3.024.00 8 Concrete Channel Paving w/Class 7 Base SY 20 $158.20 $ 3,164.00 9 Concrete Curb and Gutter (2') w/Class 7 Base LF 100 $ 28.00 $ 2,800.00 10 4" Thick Concete Sidewalk w/Class 7 Base SY 100 $ 56.00 $5,600.00 11 Modular Block Retaining Wall SF 425 $43.49 $18,483.25 12 Solid Sod (Staked Bermuda) SY 350 $ 6.40 $2,240.00 13 Erosion Control LS 1 $ 2,240.00 $ 2,240.00 14 Traffic Control and Maintenance LS 1 $4.480.00 $ 4,480.00 15 Handicap Access Ramp SY 6 $ 96.14 $ 576.84 16 Cast -in -Place Detectable Warning Device (Truncated Domes) SF 15 $ 37.34 $ 560.10 17 Brown Washed River Rock with Fabric SY 30 $ 37.34 $1.120.20 18 Serviceberry (2" min. caliper) EA 3 $448.00 $1,344.00 19 Pin Oak (2" min. caliper) EA 2 $ 448.00 $ 896.00 TOTAL AMOUNT BID: $ 82,024.89 0400 -Bid Form 00400-5 DOCUMENT 0400 -BID FORM (continued) 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 liquidated 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 are attached to and made a condition of this Bid: A. Required Bid security in the form of cashier's check from a bank located in the State of Arkansas or a Bid Bond in the amount of four thousand one hundred & two Dollars ($ 4.102.00 ) B. A tabulation of Subcontractors and other persons and organizations required to be identified in this Bid. ARTICLE 7- COMMUNICATIONS 7.01 Communications concerning this Bid shall be addressed to the Bidder as follows: DIAMOND C CONSTRUCTION P.O. BOX 803 GENTRY, AR 72734 Email mihgfdiamondcconstcom Phone No. 479-957-3035 Fax No. 479-736-8801 0400 -Bid Form 00400-6 DOCUMENT 0400 -.BID FORM (continued) 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. Arkansas State Contractor License No. 0318010319 If Bidder is: An Individual Name (type or printed): By: Doing business as: Business address: Phone No: Email Address: A Partnership Partnership Name By. (Individual's Signature) Fax No. SEAL) (Signature of general partner -attach evidence of authority to sign) Name (type or printed): Business address: Phone No: Email Address: Fax No. 0400 -Bid Form 00400-7 DOCUMENT 0400 -BID FORM (continued) A Corporation or LLC Corporation Name: DIAMOND C CONSTRUCTION (SEAL) State of Incorporation: ARKANSAS Type (General Business, Professional, Service, Limited Liability): 1- -s - (Signature of general partner -attach evidence of authority to sign) Name (type or printed): MIKE CORDEIRO Title: PRESIDENT (CORPORATE SEAL) Attest:C—1&t JACKIE BADE (Signature of Corporate Secretary) Business address: P.O. BOX 803 GENTRY AR 72734 Phone No: 479-957-3035 Fax No. 479-736-8801 Email Address: mike0diamondccong.com Tax ID Number (TIN) 36-4748572 DUNS # NIA Cage Code: NIA 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: BLOCK AVENUE RETAINING WALL Bidder certifies that all Subcontractors listed are eligible to perform the Work. Subcontractor's Work Subcontractor's Name and Address Clearing/Demolition SELF PERFORMED SWPPP/Erosion Control SELF PERFOMED Asphalt NONE Concrete SELF PERFORMED Expected Percentage or Value Landscaping TBD %10 Material Testing GTS %1 Other (designate) SELF PERFORMED NOTE: This form must be submitted in accordance with the Instructions to Bidders. 4&:� Bidder's Signature END OF DOCUMENT 00430 00430 -List of Subcontractors 00430-1 THE CINCINNATI INSURANCE COMPANY CINCINNATI, 011110 KNOW ALL MEN BY THESE PRESENTS, that we Diamond C Construction Company as Principal, hereinafter called the Principal, and THE CINCINNATI INSURANCE COMPANY, 6200 S. Gilmore Road, Fairfield, Ohio 45014-5141, a corporation duly organized under the laws of the State of Ohio, as Surety, hereinafter called the Surety, are held and firmly bound unto City of Fayetteville as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Bid Dollars (s 5% of bid ) for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Block Street Retaining Wall NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 26th day of March (Witness) 2019 Diamond C Construction Company (Principal) (Seal) By: (Title) THE CINCINNATI INSURANCE COMPANY (Surety) (Seal) (Witness) By: Billy Eugene Ben -n. -L, Jr. Attorney- In -F ct The Company executing this bond vouches that this document conforms to American Institute of Architects '.:ncument A310, February 1970 Edition. S -2000 -AIA (6/08) PUBLIC THE CINCINNATI INSURANCE COMPANY Fairfield, Ohio POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That THE CINCINNATI INSURANCE COMPANY, a corporation organized under the laws of the State of Ohio, and having its principal office in the City of Fairfield, Ohio, does hereby constitute and appoint Adrian W. Luttrell; Jacque Lindsey; Mike A. Luttrell; Danny L. Schneider; Billy Eugene Bennett, Jr. and/or Marvin L. Smith IV of Springdale, Arkansas its true and lawful Attomey(s)-in-Fact to sign, execute, seal and deliver on its behalf as Surety, and as its act and deed, any and all bonds, policies, undertakings, or other like instruments, as follows: Any such obligations in the United States, up to Fifteen Million and No/100 Dollars ($15,000,000.00). This appointment is made under and by authority of the following resolution passed by the Board of Directors of said Company at a meeting held in the principal office of the Company, a quorum being present and voting, on the 6"' day of December, 1958, which resolution is still in effect: "RESOLVED, that the President or any Vice President be hereby authorized, and empowered to appoint Attorneys -in - Fact of the Company to execute any and all bonds, policies, undertakings, or other like instruments on behalf of the Corporation, and may authorize any officer or any such Attomey-in-Fact to affix the corporate seal; and may with or without cause modify or revoke any such appointment or authority. Any such writings so executed by such Attorneys -in - Fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 71, day of December, 1973. "RESOLVED, that the signature of the President or a Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted, and the signature of the Secretary or Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any such power of certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." IN WITNESS WHEREOF, THE CINCINNATI INSURANCE COMPANY has caused these presents to be sealed with its corporate seal, duly attested by its Vice President this 101 day of May, 2012. %"W , THE CINCINNATI INSURANCE COMPANY ��'taR►owirc SEAL d Vice President STATE OF OHIO ) ss: COUNTY OF BUTLER ) On this 10' day of May, 2012, before me came the above-named Vice President of THE CINCINNATI INSURANCE COMPANY, to me personally known to be the officer described herein, and acknowledged that the seal affixed to the preceding instrument is the corporate seal of said Company and the corporate seal and the signature of the officer were duly affixed and subscribed to said instrument by the authority and direction -of said corporation. x.04 1 A E 'N, , R Ar MARK J. H LLER, Attorney at Law /NOTARY PUBLIC - STATE OF OHIO .� 0 My commission has no expiration �Ij�T {�F.� * date. Section 147.03 O.R.C. I, the undersigned Secretary or Assistant Secretary of THE CINCINNATI INSURANCE COMPANY, hereby certify that the above is a true and correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in full force and effect. GTVEN under my hand and seal of said Company at Fairfield, Ohio. this 26th day of March 2019 J � IYp� �� s 0`"`�1t0°' Tr Assistant Secretary SEAL Onto City of Fayetteville, Arkansas - Budget Adjustment Form (Legistar) Budget Year Division Adjustment Number /Org2 PARKING MANAGEMENT (430) 2019 Requestor: Justin Clay BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: A portion of the Block Ave. retaining wall replacement project is being funded from the Street Improvements Cost Share Fund. This budget adjustment moves those funds into the project expense fund. COUNCIL DATE: LEGISTAR FILE ID#: 6/4/2019 2019-0288 Lilk Yutch~ 5/9/2019 12:29 PM Budget Director Date TYPE: JOURNAL #: I GLDATE: RESOLUTION/ORDINANCE CHKD/POSTED: TOTAL - _ v.20190430 Increase / (Decrease) Proiect.Sub# Account Number Expense Revenue Project Sub.Detl AT Account Name 4470.800.8820-5809.00 (11,776) EX Street Improvements - Street Improveme 4470.410.8410-5819.00 11,776 - 11004 1 EX Parking Lot Improvements - Parking Lot Ir H:\Budget Adjustments\2019_Budget\City Council\06-04-2019\2019-0288 BA Block Ave Retaining Waill 1 of 1