Loading...
HomeMy WebLinkAbout136-20 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479)575-8323 Resolution: 136-20 File Number: 2020-0352 BID # 20-33 THE FIELD SHOP, INC.: A RESOLUTION TO AWARD BID # 20-33 AND AUTHORIZE A CONTRACT WITH THE FIELD SHOP, INC. IN THE AMOUNT OF $47,020.41 PLUS APPLICABLE TAXES AND FREIGHT CHARGES FOR THE INSTALLATION OF NEW LED LIGHTING FIXTURES AND A DIMMING SYSTEM IN THE TELEVISION CENTER STUDIO BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section l: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid # 20-33 and authorizes a contract with The Field Shop, Inc. in the amount of $47,020.41 plus applicable taxes and freight charges for the installation of new LED lighting fixtures and a dimming system in the Television Center Studio. PASSED and APPROVED on 5/5/2020 ``��rtttr►rrr�,� Attest: �.`�F,R� / T RE�Szz�i `��` V ; •G�� Y pF • •G,S,% �• EVILLE FAY ETT Kara Paxton, City Clerk Treasurer �� • . q p •• iilwkO Page 1 Printed on 516120 City of Fayetteville, Arkansas 113West Mountain Street ... Fayetteville, AR 72701 (479) 575-8323 Text File File Number: 2020-0352 Agenda Date: 5/5/2020 Version: 1 Status: Passed In Control: City Council Meeting File Type: Resolution Agenda Number: A. 11 BID # 20-33 THE FIELD SHOP, INC.: A RESOLUTION TO AWARD BID # 20-33 AND AUTHORIZE A CONTRACT WITH THE FIELD SHOP, INC. IN THE AMOUNT OF $47,020.41 PLUS APPLICABLE TAXES AND FREIGHT CHARGES FOR THE INSTALLATION OF NEW LED LIGHTING FIXTURES AND A DIMMING SYSTEM IN THE TELEVISION CENTER STUDIO BE IT RESOLVED BV THE CITY COUNCIL OF THE CITY OF FAVETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid # 20-33 and authorizes a contract with The Field Shop, Inc. in the amount of $47,020.41 plus applicable taxes and freight charges for the installation of new LED lighting fixtures and a dimming systetn in the Television Center Studio. City of Fayetteville, Arkansas Page 1 Printed on 51612020 Doug Bankston Submitted By City of Fayetteville Staff Review Form 2020-0352 Legistar File ID 5/5/2020 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 4/17/2020 MEDIA SERVICES (060) Submitted Date Division / Department Action Recommendation: Staff recommends accepting the bid for The Field Shop, Inc. to install new LED lighting fixtures and a controllable, programmable light dimming system in the Television Center Studio. Budget Impact: 4470.060.8900-5315.00 Television Center Equipment - Contract Services Account Number Fund 02061.1 Studio Lighting Replacment Project Number Project Title Budgeted Item? Yes Current Budget $ 85,000.00 Funds Obligated Current Balance Does item have a cost? Yes Item Cost Budget Adjustment Attached? No Budget Adjustment Remaining Budget $ 85,000.00 $ 47,670.41 $ 37,329.59 V20180321 Purchase Order Number: Previous Ordinance or Resolution # Change Order Number: Approval Date: Original Contract Number: Comments: CITY OF FAYETTEVILLE W4W ARKANSAS MEETING OF MAY 5, 2020 TO: Mayor and City Council THRU: Lisa Thurber, Communications Director Susan Norton, Chief of Staff FROM: Doug Bankston, Media Services Director DATE: April 17, 2020 CITY COUNCIL MEMO SUBJECT: Resolution to Approve a Bid Submitted by The Field Shop, Inc. to Install LED Replacement Television Center Studio Lighting RECOMMENDATION: Staff recommends accepting the bid for The Field Shop, Inc. to install new LED lighting fixtures and a controllable, programmable light dimming system in the Television Center Studio. BACKGROUND: The City of Fayetteville Television Center is the home for the operations of the Fayetteville Government Channel (FGC), Fayetteville Public Access Television (FPTV), and Fayetteville Education Channel. The current broadcast lighting in the TV studio consists of older tungsten light fixtures and older fluorescent panel lights, which are inefficient and run hot with extended use. The age of these units has led to several of them breaking down over the past few years. Because they are cost prohibitive to repair, this has led to the TV Studio not having enough light for larger studio use and not having the correct light fixture for specific applications. DISCUSSION: The Studio Lighting Project is part of the current 5-year CIP. This project ensures that the TV Studio has the proper amount of light, a better application of light, and switches to energy -efficient LED technology that requires less electricity than comparable tungsten and fluorescent fixtures and less air conditioning of the Studio. The programmable dimming and light control system also increases safety by reducing the need for staff and public to climb ladders to adjust light fixtures in the overhead grid. The only bid submitted for this project was by The Field Shop, Inc. BUDGET/STAFF IMPACT: Cost for The Field Shop's equipment and installation of the Studio Lighting Project is $47,020.41, plus estimated shipping costs of $650.00, for a total of $47,670.41, plus tax. This project will be funded by existing budget. No staff impact other than project management. Attachments: Staff Review Form, Council Review Memo, Field Shop Quote, Bid Submission Documents Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 Responses Success: All data is validl Numeric Sta T I nc L m S m) a l Unit `Price, - t �-- Bid Schedule Success: All values provided #1-1 Insurance, Bonds, Equipment, Labor, and all 1 $ 47,670.41 $ 47,670.41 Materials EXECUTION OF BID - Actual specification of any deficient item shall be noted on the bid sheet or separate attachment. If specifications of item bid differ from provided literature, deviation shall be documented and certified by the manufacturer as a regular production option. Upon signing this Bid, the bidder certifies that: 1. He/she has read and agrees to the requirements set forth in this proposal, including specifications, terms, standard conditions, and any pertinent information regarding the articles being bid on. 2. Unless otherwise noted and explained, the unit bid and listed meets or exceeds all of these requirements as specified by The City of Fayetteville. 3. Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. 4. The Bidder can and will comply with all specifications and requirements for delivery, documentation and support as specified herein. 5. I, as an officer of this organization, or per the attached letter of authorization, am duly authorized to certify the information provided herein is accurate and true. 6. Bidder shall comply with all State and Federal Equal Opportunity and Non -Discrimination requirements and conditions of employment in addition to all federal, state, and local laws. 7. Bidder shall disclose any possible conflict of interest with the City of Fayetteville, including, but not limited to, any relationship with any City of Fayetteville employee. Response shall disclose if a known relationship exists between any principal or employee of your firm and any City of Fayetteville employee or elected City of Fayetteville official. If no relationship exists, this should also be stated in your response. Failure to disclose such a relationship may result in cancellation of a purchase and/or contract as a result of your response. X 1.) NO KNOWN RELATIONSHIP EXISTS 2.) RELATIONSHIP EXISTS (Please explain): 8. Bidder will perform the Work in compliance with all applicable trench safety standards set forth in Occupational Safety and Health Administration (OSHA) Part 1926 — Subpart P — Excavations. As A bidder on this project, you are required to provide debarment/suspension certification indicating that you are in compliance with the below Federal Executive Order. Certification can be done by completing and signing this form. Federal Executive Order (E.O.) 12549 "Debarment and Suspension" requires that all contractors receiving individual awards, using federal funds, and all sub -recipients certify that the organization and its principals are not debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal department or agency from doing business with the Federal Government. City of Fayetteville, AR Page 1 of 2 b. Your signature below certifies that neither you nor your principal is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. Unsigned bids will be rejected. Items marked * are mandatory for consideration. The Field Shop, Inc. *NAME OF FIRM: Purchase Order/Payments shall be issued to this name *D/B/A or Corporation Name The Field Shop, Inc. 4607 W 61 st Street *BUSINESS ADDRESS: Little Rock *CITY: 501-565-9673 *PHONE: kris@fieldshop.com *E-MAIL: Kris Reed *BY: (PRINTED NAME) *AUTHORIZED SIGNATURE: President *TITLE: AR *STATE: *ZIP: 501-588-3126 FAX: 72209 DUNS NUMBER: CAGE NUMBER: 71-0695498 008417 *TAX ID NUMBER: AR CONTRACTORS LICENSE # Acknowledge Addendums: 1 3/16/20 Kris Reed Addendum No. Dated: Acknowledged by: 2 4/1 /20 Kris Reed Addendum No. Dated: Acknowledged by: Addendum No. Dated: Acknowledged by: Addendum No. Dated: Acknowledged by: City of Fayetteville, AR Page 2 of 2 City of Fayetteville Bid 20-33, Construction - Studio Lighting Replacement Bid Form Days to Substantial Completion: 120 CALENDAR DAYS F.O.B. Media Services Division, 101 W. Rock Street, Fayetteville, AR 72701 1 All items purchased, delivered, LS $ and installed (Including bonding and insurance) Please specify for Unit Bid: $47.670.41 TOTAL BASE BID $ $47,670.41 $ $47.670.41 A combination of the following LED units to successfully illuminate the TV Center Studio for broadcast in zones for partial studio use and in full for full studio use that allows for flexibility and changeability in lighting design: • Units to light greenscreen only • Panel lights • Focusable Fresnel lights • Pan/tilt mover units with focus, color, and gobo capability — minimum four (4) units All LED units to be controlled via a wired programming/control system (e.g., DMX protocol). ALL BIDDERS SHALL COMPLETE THE "TECHNICAL SPECIFICATION" SECTION WITH BID. FAILURE TO SUBMIT A RESPONSE ON THE PROVIDED "TECHNICAL SPECIFICATION" FORM IN A COMPLETED FORMAT CAN RESULT IN BID REJECTION. Bids shall be submitted on this bid form in its entirety AND accompanied by descriptive literature on the products being bid. The City reserves the right to award this bid based on the City's best interest at the time of product order. City of Fayetteville, AR Bid 20-33, Construction -Studio Lighting Replacement Page 4 of 26 FEELD BROADCASTIELECTRONIC ENGINEERING The Field Shop, Inc. 4607 W 61 st Street Little Rock, AR 72209 Office: 501-565-9673 Fax: 501-588-3126 www.fieldshop.com 4/14/2020 Quotation For City of Fayetteville 113 West Mountain Fayetteville AR 72701 479-444-3434 Quote Number 133344 -2 Salesperson Kris Reed kris@fieldshop.com 501-565-9673 ext 20 Item # I Qnty JEquipment Description Cost Extended Cost Studio Lighting System 1 9 Chauvet F-915FC $1549.00 $13941.00 Full Color LED (RGBAL) Fresnel lighting fixture for theatre, film and production 2 12 Elation TVL SOFTLIGHT DW $1195.00 $14340.00 10OW SOFTLIGHT 3K-6K W/ BARN DOORS 3 12 Elation TVL SOFTLIGHT SNAPGRID $145.00 $1740.00 EGG CRATE FOR TVL SOFTLIGHT 74 x 60 deg 4 8 Elation DTW BAR 1000 $695.00 $5560.00 (12) 10W multi -chip CW / WW / Amber LEDs, full color temperature range control (2,700K - 6,500K) plus independent Dim -to -Warm channel control (1,800K - 3,200K), flicker free operation for TV and FILM 5 4 Chauvet Intimidator Spot 260 $595.00 $2380.00 75-watt LED -based Moving -head Spotlight Lighting Fixture with 8-gel Color Wheel, 7-slot Gobo Wheel, 3-facet Prism, Automated Programs, and both 8-channel and 13-channel DMX Control 6 29 Field Shop Safety Cable $7.99 $231.71 Lighting Safety Cable 30" Black 7 4 Elation DMX-BRANCH/4 $195.00 $780.00 4-WAY DMX DISTRIBUTOR Taxes and shipping not included. Prices good for 30 days and are subject to change. This quote cannot be used as bid specifications without the expressed written permission of The Field Shop, Inc. 1 FIELD SHOD Quote Number 133344 -2 Item # I Qnty JEquipment Description Cost Extended Cost 8 1 Elation LightJockey $859.00 $859.00 LightJockey Control Software w/ 2 x 2 DMX Universe USB boxes (laptop / pc not included) w/ KEY 10 8 Field Shop DMX Cable $18.00 $144.00 3-pin DMX Cable 25ft. 11 30 Field Shop DMX Cable $9.99 $299.70 3-pin DMX Cable 1Oft. 12 1 Field Shop Materials $750.00 $750.00 Installation Materials 13 1 Field Shop Installation $5995.00 $5995.00 Installation, Configuration and Initial Lighting Design 14 1 Shipping Shipping $650.00 $650.00 Total $47670.41 Bid 20-33, Studio Lighting Replacement Taxes and shipping not included. Prices good for 30 days and are subject to change. This quote cannot be used as bid specifications without the expressed written permission of The Field Shop, Inc. 2 City of Fayetteville Bid 20-33, Construction - Studio Lighting Replacement Technical Specification ALL BIDDERS SHALL COMPLETE THIS "TECHNICAL SPECIFICATION" SECTION WITH BID. FAILURE TO SUBMIT A RESPONSE ON THIS "TECHNICAL SPECIFICATION" FORM IN A COMPLETED FORMAT CAN RESULT IN BID REJECTION. BIDDING REQUIREMENTS: NOTICE: THIS SECTION CAN BE COMPLETED ON THE FOLLOWING MANNER: When given a specification option containing a blank (example a. ), bidder shall write a "check mark" or write "yes" indicating yes if the accompanied specification is met. In the event a specification cannot be met, bidder shall indicate so by writing in "no" and writing on the City's bid forms how the specification is not met or how the unit(s) bid differ from what has been specified. Leaving item blank shall indicate bidder does not meet the listed specification and can result in bidder DISQUALIFICATION. o Bidders shall NOT supply warranty papers for the City to interpret whether a warranty specification is met or n ot. 1. GENERAL- 1.1 The purpose of this bid if for the purchase, delivery, and installation on site for the City of Fayetteville, AR of a replacement studio lighting per the attached diagram. 1.2 All unit(s) bid shall meet or exceed the minimum requirements or they will be deemed incomplete and will not be considered for bid award. 1.3 All specifications written are to minimums, unless otherwise noted. 1.4 A State of Arkansas Contractor's License is required for all bid and license shall be valid at the time of bid deadline. 1.5 All items to be bid F.O.B. Fayetteville, Arkansas 2. MANUFATURER/MODEL - 2.1 Unit(s) bid shall be new, unused, and standard production model as offered for commercial trade. 3. ITEM 1- TECHNICAL SPECIFICATIONS 3.1 Lighting Unit Type —A Combination Of The Following: a. X Low -profile, slim -line, strip -style, dimmable Bi-Color OR RGBW OR RGBWW LED wash units with barndoors for greenscreen lighting b. X Low -profile, slim -line, dimmable RGBW LED panel -style units with barndoors, with eggcrate holders, and with remote -programmable diffusion; OR, with diffusion and eggcrate holders and diffusion panels c. X Low -profile, dimmable Fresnel RGBW LED units with barndoors and with remote - controllable spot/flood control d. X At least four (4) low -profile, dimmable RGBW LED remote -controlled, programmable mover units with flood/wash to spot/projector-beam control, focus control, and gobo control capability City of Fayetteville, AR Bid 20-33, Construction - Studio Lighting Replacement Page 24 of 26 e. X All units controlled via a wired light unit programming and control system f. X Dimming technology that does not induce flicker in CMOS cameras g.x_ All units (with the exception of mover units) have yoke mounting h. X Mover units have controllable pan -tilt heads i. X All units have power cabling that terminates in standard, three -prong Edison -style plugs; OR, in bare ends to be terminated by vendor with standard, three -prong Edison -style plugs 3.2 Lighting Unit Control: a. X Wired light unit programming and control system for all units —for example DMX b. X Program control via GUI/app accessible on PC, PC laptop, and tablet c. X Extra, open channels for insertion and control of additional/supplemental lighting units into the chain, when necessary d. X Numerous saved lighting preset recall capability HOMELY viJG 11%THIILI 4.1 The equipment shall be warranted for one (1) year or the manufacturer's standard warranty, whichever is rg eater. 4.2 Warranty shall include all parts, labor, and transportation to and from the location of the warranty service center. 4.3 Successful vendor shall be responsible for warranty administration of entire completed unit 4.4 Each unit shall be delivered with the following warranty documents which shall be placed into effect upon the first day of final acceptance of each unit: a. X Manufacturer's warranty which shall be honored at any local manufacturer -authorized dealership. 5. DELIVERY/DOCUMENTATION 5.1 All units shall be delivered FOB Destination to the City's Television Center facility, located at 101 W. Rock Street, Fayetteville, AR 72701. 5.2 Delivery shall include the following documents as a minimum: a. X Dealer invoice b. X Manuals 6. MAN UALS 6.1 The successful bidder agrees to furnish each of the following list of manuals: a. X Manufacturer's Manuals - one file copyp/us one copy for each unit purchased 6.2 Payment(s) may be held until all manuals and certifications are delivered to the City of Fayetteville Media Services Division 7. SUPPORT SERVICES a. X Repair Parts/Replacement Unit inventory —Parts and replacement unit inventory availability will be considered in the purchase decision. City of Fayetteville, AR Bid 20-33, Construction - Studio Lighting Replacement Page 2S of 26 b. X Technical support available by the vendor (via email and phone) c. X Vendor on -site technical support when necessary City of Fayetteville, AR Bid 20-33, Construction - Studio Lighting Replacement Page 26 of 26 /EMC I Casua to Mutual Casualty Cornpanv KNOW ALL MEN BY THESE PRESENTS That we, The Field Shop. Inc. as Principal. and the EMPLOYERS MUTUAL CASUALTY COMPANY. a corporation organized and existing under the laws of the State of Iowa and authorized to do business in the State of Arkansas as Surety, are held and firmly bound unto the City of Fayetteville, Television Studio as obligee.. in the sum of $49,000 Fourty nine thousand dollars DOLLARS. lawful money of the United States of America, to the payment of which sum of money well and truly to be made, the said Principal and Surety bind themselves, their and each of their heirs. executors, administrators. successors and assigns, jointly and severally, by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to the Principal for. Studio Lighting Package Studio lightning and control according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of such proposal or bid and award and shall give bond for the faithful performance thereof, with the EMPLOYERS MUTUAL CASUALTY COMPANY as Surety or with other Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay to the Obligee the damages which the Obligee may suffer by reason of such failure not exceeding the penalty of this bond. then this obligation shall be null and void, otherwise it shall be and remain in full force and effect. PROVIDED HOWEVER, neither the Principal nor the Surety shall be bound hereunder unless the Obligee shall upon request, provide evidence of adequate financing to both the Principal and Surety prior to execution of the final contract. Signed. Sealed and Dated this 14th day of April 20 2020 -:rupal Employers Mutual Casualty Company — - Surety -y �¢iz yy n� Attorney-m-Fact Questions regarding this bond should be directed to the EMC H.O. Bond Department at 515-345-2689, 7007.3 (11-13) ArEC P.O. Box 712 • Des Moines. Iowa 50306-0712 INSURANCE POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT KNOW ALL MEN BY THESE PRESENTS, that: 1. Employers Mutual Casualty Company, an Iowa Corporation 2 EMCASCO Insurance Company, an Iowa Corporation 3. Union Insurance Company of Providence, an Iowa Corporation 4. Illinois EMCASCO Insurance Company, an Iowa Corporation 5. Dakota Fire insurance Company. a North Dakota Corporation 6. EMC Property & Casualty Company, an Iowa Corporation hereinafter referred to severally as "Cornimny' and collectively as "Companies'. each does, by these presents, make, constitute and appoint CHERYL MARIE HUNTER its true and lawful attorney -in -fact, with full power and authority conferred to sign. seal, and execute the following Surety Bond(s): Surety Bond Principal: Obligee: Number The Field Shop, Inc. City of Fayetteville S017051 In an amount not exceeding Five Million Dollars ...... ....................... ......... .......... ........................ ..................................................... ........... ...............$5,000,000.00 and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company. and all of the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed. AUTHORITY FOR POWER OF ATTORNEY This Pourer-ol-Attomey is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at the first regularly scheduled meeting of each company duly called and held in 1999: RESOLVED: The President and Chief Executive Officer, any Vice President, the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power and authority to (1) appoint attomeys-in-fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bands and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof; and (2) to remove any such attorney -in -fact at any time and revoke the power and authority given to him or her. Anomeys-in-fact shall have power and authority, subject to the terns and limitations of the power -of -attorney issued to them, to execute and deliver on behalf of the Company. and to attach the seal of the Company thereto, bonds and undertakings, recognizances. contracts of indemnity and other writings obligatory in the nature thereof, and any such instrument executed by any such attorney-in4act shall be fully and in all respects bindmq upon the Company. Certification as to the validity of arty power -of -attorney authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects binding upon this Company. The facsimile or mechanically reproduced signature of such officer, whether made heretofore or hereafter. wherever appearing upon a certified copy of any power-ol-attomey of the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS THEREOF, the Companies have caused these presents to be sign for each by their officers as shown, and 7Corporate seals;tohereto, affixed this 30th day of March 2020 Seals Z Z �p,Ns t to+�o' •, sv"a c, ott R. Jean, P esident &CEO Todd Strother. Executive Vice President F°•'i•..sa. ('.:- a° oa�oR;^ya : �i-, of Company 1: irman. President Chief Legal Officer & Secretary of S: ;_ �� &CEO ofCom ies2.3,4,5&6 Companies 1, 2, 3.4. 5 & 6 co= SEAL 's" c%: 1663 c'o_ 1953 On this 30th day of March 2020 before me a Notary Public in and forthe State of Iowa, personally appeared Scott R. Jean and Todd Strather, who, being by me duty swom. °� -- did say that they are. and are known to me to be the CEO, Chairman, President Executive Vice President, Chief Legal Officer andtor Secretary. respectivety, of each of the Companies - w SEAL ' = ; n SEAL : "SEAL ° o above: that the seals affixed to this instrument are the seats of said corporations: that said 2� instrument was signed and sealed on behalf of each of the Companies by authority of their .';;'. .'?3;,;; tea`'•` M,vrs. respective Boards of Directors: and that the said Scott A. Jean and Todd Shother, as such officers, acknowledged the execution of said instnrrnent to be their voluntary act and deed. and the voluntary act and deed of each of the Companies. KATHY LOVE dDGE My Commission Expires October 10, 2022. Aw Ca my co,iiort mm n r. . 22 cal C� t�� Notary Publit in and for the State o owa CERTIFICATE 1, James D. Clough, Vice President of the Companies, do hereby certify that the foregoing resolution of the Boards of Directors by each of the Companies, and this Power of Attorney issued pursuant thereto on 30m day of March • 2020 , are true and correct and are still in full force and effect In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 14th day of April 2.02 — 17�— All�'Vice President 7851 (3-20) S017051 K9274 986 AN 000000-00 "For verification of the authenticity of the Power of Attorney you may call (515) 345.2669.- ACOR" CERTIFICATE OF LIABILITY INSURANCE lll-� DATEo3/1�oD2 `YI i THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER- THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Brown 8 Brown of Central Arkansas CONTACT Daniella Conner NAME: PHONE (501) 372-2232 FAX AIC No t :. A C No): E-MAIL ADDRESS: dconner@bbeca.00m 2120 Riverfront Dr Ste 200 INSURERS) AFFORDING COVERAGE NAIL INSURERA WestAmencan Insurance Company 44393 Little Rock AR 72202 INSURED INSURER B : The Ohio Casualty Insurance Company 24074 INSURER C : The Field Shop Inc. INSURER D 4607 W 61 st St INSURER E INSURER F Little Rock AR 72209 COVERAGES CERTIFICATE NUMBER: CL2031688165 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. y,IgR S LT TYPE OF INSURANCE POLICY NUMBER POLICY EFF MM/DDNYYY POLICY EXP MM/DOArYYY LIMITS X COMMERCIAL GENERAL IJABILITY EACH OCCURRENCE $ 1,000.000 CLAIMS -MADE ® OCCUR PREMISES Eao="nce 3 1,000,000 MED EXP (AM one person) $ 15.000 PERSONAL a ADV INJURY 3 A BZW58003606 09/0112019 09/01/2020 GEN'LAGGREG.ATE LIMIT APPLIES PER GENERAL AGGREGATE $ 2,000,000 PRODUCTS- COMP/OP AGG 3 POLICY ElPRO-LOC OTHER Employee Dishonesty $ 25.000 AUTOMOBILE LIABILITY COEa aMBINED SINGLE LIMIT ccdent $ 1,000,000 BODILY INJURY (Per person) S ANY AUTO BODILY INJURY (Per acadant) 3 A OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED X AUTOS ONLY AUTOS ONLY BZW58003606 09/01=19 09101l2020 PROPERTY DAMAGE Par accident S - S X UMBRELLA LLAB OCCUR EACH OCCURRENCE $ 1,000.000 AGGREGATE $ 1.000.000 B EXCESSLLAe HCLAIMS-MADE US058003606 09/01/2019 09/01/2020 DEC) RETENTION $ 10,000 g _ A WORKERS COMPENSATION AND EMPLOYERS' UABILITY YIN .ANY PROPRIETOWPARTNERIEXECUTTVE OFFICERIMEMBEREXCLUDED? FN (Mandatory in NH) NIA XVVW58003606 09/Ot/2019 09/O1/2020 PER OTH- STATUTE I I ER E L. EACHACCIDENT 500,000 $ E.L. DISEASE - FA EMPLOYEE $ 500,000 E.L DISEASE - POLICY LIMIT 500,000 S If yes, descnbe under DESCRIPTION OF OPERATIONS b.1— DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Sch dine, may be attached if mom spew is mquimd) Job:City of Fayetteville, Television Studio Lighting CFRTIFICATF HOT. DFR CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Fayetteville. Television Studio ACCORDANCE WITH THE POLICY PROVISIONS. 113 West Mountain, Room 306 AUTHORIZED REPRESENTATIVE Fayetteville AR 72701 i:) 1988-2015 ACURU CURPORAI IUN. All rlgnts reservea. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD AIFErC P.O. Box 712 • Des Moines. Iowa 50306-0712 INSURANCE POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT KNOW ALL MEN BY THESE PRESENTS, that: 1. Employers Mutual Casualty Company, an Iowa Corporation 2. EMCASCO insurance Company, an Iowa Corporation 3. Union Insurance Company of Providence. an Iowa Corporation 4. Illinois EMCASCO Insurance Company. an Iowa Corporation 5. Dakota Fire Insurance Company, a North Dakota Corporation 6. EMC Property & Casualty Company, an Iowa Corporation hereinafter referred to severalty as "Company' and collectively as "Companies', each does, by these presents, make, constitute and appoint: CHERYL MARIE HUNTER its true and lawful attomey-in-fact, with full power and authority conferred to sign, seat, and execute the following Surety Bond(s): Surety Bond Principal: Obligee: Number The Field Shop, Inc. City of Fayetteville S017051 In an amount not exceeding Five Million Dollars . ... ............... ................................................................................ ............ --......... ....... ..... ..... .......... $5,000,000.00 and to bird! each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company. and 20 of the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed. AUTHORITY FOR POWER OF ATTORNEY This Power-of-Attomey is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at the first regularly scheduled meeting of each company duly called and held in 1999: RESOLVED: The President and Chief Executive Officer, any Vice President, the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power and authority to (1) appoint attorneys -in -fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bonds and undertakings, recognizano es, contracts of indemnity and other writings obligatory in the nature thereof; and (2) to remove any such attorney-mhfact at any time and revoke the power and authority given to him or her. Attomeys-in-fact shall have power and authority. subject to the terms and limitations of the power-of-attomey issued to them, to execute and deriver on behalf of the Company, and to attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and any such instrument executed by any such attomey4n-fact shall be fully and in all respects binding upon the Company. Certification as to the validity of any power-of-attomey authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects binding upon this Company. The facsimile or mechanically reproduced signature of such officer, whether made heretofore or hereafter, wherever appearing upon a certified copy of any powerof-attomey of the Company shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS THEREOF, the Companies have caused these presents to be sign for each by their officers as shown, and the Corporate seals to bq hereto affixed this 30th day of March 2020 . Seals �. L ott R. Jean, P evident 8 CEO Todd Strother. Executive Vice President �?`; `a :"•.> @T : of Company 1: !•man, President Chief Legal Officer & Secretary of b : e = &CEO of Com ies 2, 3, 4, 5 & 6 Companies 1, 2, 3. 4, 5 & 6 o - SEAL : 3 = _ z % 1863 'Ova- o > 1353 . 30th March 2020 before me a Notary Public in and for the State •...,..,,,., '••• .,.., ,... •-•."„ ,., •••'' On day of Iowa, personally appeared Scott R. Jean and Todd Strother; who, being by me duty sworn, "40�u so� °ti' did say that they are. and are known to me to be the CEO, Chairman, President Executive '? .T °°> Vice President, Chief Legal Officer and/or Secretary. respectively, of each of the Companies = ;SEAL : : o SEAL 2 � : - SEAL =oiabove: that the seals affixed to this instrument are the seals of said corporations; that said instrument was signed and sealed on behalf of each of the Companies by authority of their •';; ;; `_ °o J;; ara`? ' °+a;; ° respective Boards of [}!rectors: and that the said Scott R. Jean and Todd Strother, as such officers, acknowledged the execution of said instrument to be their voluntary act and deed, and the voluntary act and deed of each of the Companies. KATHY LOVERUXIE My Commission Expires October 10, 2022. Comrrawton� 7W49 octow 10, M2 Notary PubliE in and for the State owa CERTIFICATE 1, James D. Clough, Vice President of the Companies, do hereby certify that the foregoing resolution of the Boards of Directors by each of the Companies. and this Power of Attorney issued pursuant thereto on 30th day of March • 2020 , are true and correct and are still in full force and effect In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 14th day of April _2020 _ _ Mice President 7851 (3.20) S017051 K9274 986 AN 000000-00 "For verification of the authenticity of the Power of Attorney you may call (515) 345.2689."