HomeMy WebLinkAbout213-05 RESOLUTIONRESOLUTION NO. 213-05
A RESOLUTION AWARDING A CONSTRUCTION CONTRACT
TO SWEETSER CONSTRUCTION, INC. IN THE AMOUNT OF
$1,228,413.00 FOR HAPPY HOLLOW ROAD & HUNTSVILLE
ROAD INTERSECTION IMPROVEMENTS; APPROVING A
PROJECT CONTINGENCY OF $122,841.00; AND APPROVING A
BUDGET ADJUSTMENT IN THE AMOUNT OF $843,330.00.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council of the City of Fayetteville, Arkansas
hereby awards a construction contract to Sweetser Construction, Inc. in the
amount of $1,228,413.00 for Happy Hollow Road & Huntsville Road Intersection
Improvements. A copy of the contract marked Exhibit "A" is attached hereto,
and made a part hereof.
Section 2. That the City Council of the City of Fayetteville, Arkansas
hereby approves a project contingency of $122,841.00.
Section 3. That the City Council of the City of Fayetteville, Arkansas
hereby approves a budget adjustment in the amount of $843,330.00.
PASSED and APPROVED this 151 day of November, 2005.
ATTEST -
By:
.U• • U-
FAYETTEVILLE F.
.
yJ '•9:QHA NSP' Jam.:
'%NGToN ,,....
. III'
SONDRA SMITH, City Clerk
APPROVE
AN CO • DY, Mayor
1
1
1
1
1:
1
1�
1
1
1�
1
11
1
1
1
1
1
1
• •
Section 00500
AGREEMENT
BETWEEN CITY OF FAYETTEVII.I.E ANI) CONTRACTOR
THIS AGREEMENT is dated as of the 11i day of Ndt1R m ger in the year 2005 by and
between the City of Fayetteville, Arkansas and Sweetser Construction, Inc. (hereinafter called Swectser).
City of Fayetteville and Sweetser, in consideration of the mutual covenants hereinafter set forth, agree as follows:
Article 1. WORK.
Sweetser shall complete all Work as specified or indicated in the Contract Documents.
The work generally consists of reconstructing & reconfiguring the existing four legged intersection into a
"T" intersection. "Ihe improved intersection will be signalized with video detection. The demolition work
will involve the obliteration of portions of the existing roadway, sidewalks, drainage structures parking lot,
& etc. The construction work will involve placing hillside material, aggregate base, asphalt binder, and
asphalt surfacing with the associated earthwork, drainage pipes inlets, sidewalks, traffic signalization, and
other items indicated in the Drawings and Specifications.
Article 2. ENGINEER.
The Project has been desigmxd by
City of Fayetteville Engineering Dept.
113 W. Mountain
Fayetteville, Arkansas 72701
who is hereinafter called Engineer and who is to act as City of Fayetteville's representative, assume all duties and
responsibilities, and have the rights and authority assigned to Engineer in thc Contract Documents in connection
with completion of the Work in accordance with the Contract documents.
Article 3. CONTRACT 1 IME.
3.1. The Work shall be substantially completed within 180 consecutive calendar days after the date when
the Contract Time commences to run as provided in paragraph 2.03 of the General Conditions, and
completed and ready for final payment in accordance with paragraphs 14.07.B & C of thc General
Conditions within 210 consecutive calendar days after thc date when the Contract Time commences to run.
3.2. Liquidated Damages. City of Fayetteville and Sweetser recognize that time is of the essence of the
Agreement and that City of Fayetteville will suffer financial loss if the Work is not completed within the
times specified in paragraph 3.1 above, plus and extensions thereof allowed in accordance with Article 12
of the General Conditions. They also recognize the delays, expense and difficulties involved in proving the
actual loss suffered by City of Fayetteville if the Work is not completed on time. Accordingly, instead of
requiring any such proof, City of Fayetteville and Sweetser agree that as liquidated damages for delay (but
not as a penalty), Swectser shall pay City of Fayetteville One thousand dollars ($1,000.00) for each day
that expires after the timc specified in paragraph 3.1 for Substantial Completion until the Work is
substantially complete. After Substantial Completion, if Sweetser shall neglect refusc or fail to complete
Happy Hollow Rd & Huntsville Rd Intersection Improvements
City of Fayetteville
Engineering Division
October 13, 2005
Page 00500-I
1
1
1
1
1
1
1
1
1
1
1
1
• •
the remaining Work within the time specified in paragraph 3.1 for completion and rcadiness for final
payment or any proper extension thereof granted by City of Fayetteville, Sweetser shall pay City of
Fayetteville One thousand dollars f$I.000.00) for each day that expires after the time spccifiexl in
paragraph 3.1 for completion and readiness for final payment.
Article 4. CONTRACT PRICE.
City of Fayetteville shall pay Sweetscr for completion of the Work in accordance with the Contract
Documents an amount in current funds equal to thc sum of the amounts determined from thc following
Schedule of Values pursuant to paragraphs 4.1 and 4.2 below:
4.1. for all Work other than Unit Price Work, an amount equal to the sum of the established lump sums for
each separately identified item of Lump Sum Work; and
4.2. for all Unit Price Work, an amount equal to the sum of the established unit price for each separately
identified item of Unit Price Work times the estimatcd quantity of that item as indicated in this paragraph
4.2.
Happy Hollow Rd & Huntsville Rd (Hwy 16) Intersection Improvements
PAY ITEMS
Item
No.
Description
Unit
Estimated
Quantity
Unit
Price
Extended
Price
1
Mobilization
LS
1
S25 000 00
325,000.00
2
Construction Staking
LS
1
39,500.00
39,500.00
3
Maintenance of Traffic
LS
1
395,000.00
595,000.00
4
Tree Protection Fencing
LF
300
312.00
53,600.00
5
Excavation Safety
LS
1
33,500.00
$3,500.00
6
Clearing and Grubbing
LS
I
512,000.00
312,000.00
7
R & D Curb & Gutter
LF
1,266
310.00
312,660.00
8
R & D Drainage Pipcs
LF
384
315.00
35,760.00
9
R & D Concrete Pavement & Driveways
SY
915
312.00
S10,980.00
10
R & D Concrete Sidewalk
SY
600
312.00
37,200.00
I I
R & D Drop Inlet/Junction Box
EA
3
3500.00
31,500.00
12
R & D Concrete Flume
EA
1
3500.00
5500.00
13
R & D Building Structure & Appurtenances
LS
1
518,000.00
318,000.00
14
Unclassified
Excavation
CY
7,388
318.50
3136,678.00
15
Compacted
Subgrade-Select Hillside Material (Borrow)
CY
5,100
314.50
373,950.00
16
Undercut and Backfill
CY
500
316.00
38,000.00
17
7" Aggregate Base Course (Class 7)
SY
7,850
57.70
360,445.00
18
Aggregate Base Course (Class 7xTrenches Under Pavemt)
TN
100
S16.00
31,600.00
19
Concrete Curb and
Gutter
LF
2,500
510.50
326,250.00
20
ACHM Bind's Course (PG 70-22)
'IN
1500
567.00
3110,500.00
21
ACHM Surface Course (PG 70-22)
TN
740
569.00
351,060.00
22
18 -inch Reinforced Concrete Pitz: (RCP)
LF
624
350.50
331,512.00
Happy Hollow Rd & Huntsville Rd Intersection improvements
City of Fayetteville
Engineering Division
October 13, 2005
Page 00500-2
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
•
•
23
24 -inch Reinforced Concrete Pipe (RCP)
LF
110
573.50
58,085.00
24
36 -inch Reinforced Concrete Pipe (RCP)
LF
45
5162.50
57,312.50
25
48 -inch Reinforced Concrete Pipe (RCP)
LF
240
5249.00
559,760.00
26
24 -inch Flared End Section (FES) (RCP) w/ Curtain Wall
EA
1
51,356.00
51,356.00
27
Concrete Headwalls, W ingwalls & Aprons for Double 48 -inch RCP
LS
1
57,900.00
57
900.00
28
Dbl 8'x4' Conc Box Culvert & 18x6' Cone Connection Box
LF
159
5547.00
586,973.00
29
Drop Inlet (I'ype'C 4'x4' or 'MO' 4' Db.)
EA
10
51,900.00
519,000.00
30
Drop Inlet (Type 'C 4'x5')
EA
1
52,200.00
52,200.00
31
Drop Inlet (Type 'C 41x6)
EA
1
52,500.00
52,500.00
32
Drop Inlet (Type t. 4x20')
EA
1
57,500.00
57,500.00
33
Drop Inlet (Type 'C' 5'x5')
EA
1
52,500.00
52,500.00
34
Drop Inlet (Type 'C' 5'x16')
EA
I
57,100.00
57,100.00
35
Grate Inlet (4'x4')
EA
1
52,900.00
52,900.00
36
Grate Inlet
(5'x13')
EA
1
57,100.00
57,100.00
37
Drop Inlet
Extension (4')
EA
12
5600.00
57,200.00
38
Junction
Box 4'x4' or 'MO' 4' Dia.
EA
1
51,700.00
51,700.00
39
Convert Drop Inlet to Junction Box
EA
I
5900.00
5900.00
40
Adjust
Manhole to Finished Grade
EA
3
5750.00
52,250.00
41
Adjust WatcT Valve
to Finished Grade
EA
3
5200.00
5600.00
42
Relocate Flashing Advance Crossing Sign
LS
1
52,100.00
52,100.00
43
Concrete Outlet Structure Top (51)
EA
I
51,000.00
51,000.00
44
Concrete Sidewalk (4") w/ Agg. Base (4")
SY
1,650
545.00
574,250.00
45
Concrete Access Ramp (4") w/ Agg. Base (4")
SY
65
545.00
52,925.0(1
46
Detectable Warning Surfaces
SF
132
535.00
54,620.00
47
Concrete Driveway (6")
SY
375
549.00
S
18,375 00
48
Sailing and Mulching
AC
2.0
53,500.00
57,000.00
49
Solid Sodding
SY
1,20(1
55.00
56,000.00
50
Imported Top Soil
CY
1,400
514.50
520,300.00
51
Baled
Straw Ditch Check (E-3)
EA
30
5150.00
54,500.00
52
Silt Fence (E -I)
LF
600
512.00
57,200.00
53
Drop It Silt Fence (E-2)
EA
19
5400.00
57,600.00
54
Thermoplastic Pavement Marking White or Yellow (4")
LF
4,500
50.55
52,475.00
55
Thermoplastic Pavement Marking Whitc (18")
15
650
58.80
55,720.00
56
Thermoplastic Pavement Marking White (12")
LF
130
57.70
51,001.00
57
Thermoplastic Pavement Marking (ARROWS)
FA
9
5220.00
51,980.00
58
'Ihcrmoplastic Pavement Marking (WORDS)
EA
3
5250.00
5750.00
59
Plowable Pavement Marker (Type 1) (Clear)
EA
35
544.00
51,540.00
60
Plowable Pavement Marker (Type 11) (Yellow/Yellow)
EA
45
544.00
51,980.00
61
Standard Signs
SF
27.8
512.00
5333.60
..1..,- ._ 1` vlr ",�4bLLc(91iRil i %lei tl rifi',WftiW 0 t7:s..
- j.
.
1 -
_it iati`,1/.,1!)
Happy Hollow Rd & lluntsville Rd Intersection Improvements
City of Fayetteville
Engineering Division
•
October 13, 2005
Page 00500-3
1
1
1
1
1
1
1
1
1
1
1
1
1
•
•
62
Service Point Assembly (2 Circuits)
LS
1
51,500.00
51,500.00
63
System Local Controller (16 Phase) (Peek 3000E)
EA
1
513,500.00
513,500.00
64
Video Detector (Mast Mount) (Philips VPK35I A w/loom Lens)
EA
4
52,800.00
511,200.00
65
Video Processor Unit 4 Channel (Peck VideoTrak-905)
EA
1
518,700.00
518,700.00
66
MDS 97108 Radio w/ Remote Diagnostics
EA
1
52,600.00
52
600.00
67
Aaron RS -5A Power Supply
EA
1
5405.00
5405.00
68
Kathrcin/Scala TY -900 Yagi Antenna
FA
1
5525.00
5525.00
69
Polyphascr IS-50NX-C2 Arrestor
EA
1
5175.00
5175.00
70
Pcico AB -3026 -84 -SS Mount w/ SEd0484-23 Tube Riser
EA
I
5300.00
5300.00
71
Pcico Flasher Controller Assy w/Ncma Flasher SE -1017
EA
I
51,200.00
51,200.00
72
Non -Metallic Conduit (2")
I.F
500
510.00
55,000.00
73
Non-Maallic
Conduit (3")
LF
300
522 00
56,600.00
74
Conaec Pull Box (Type 2)
EA
5
5460.00
52,300.00
75
'Traffic Signal Cable (7c/I4 AWG)
1.1;
865
52.00
51,730.00
76
Traffic Signal Cable (20c/14 AWG)
LF
250
54.40
51,100.00
77
Feeder Wire
LF
760
51.00
5760.00
78
Video Cable
I.F
570
55.60
53,192.00
79
Elect. Cond. for Luminaires/Flasher Controller (2c/12 AWG)
I.F
720
51.60
51,152.00
80
Electrical Conductors -In -Conduit (2c/6 AWG)
LF
280
54.10
51
148.00
81
Elcctrical Conductors -In -Conduit (Ic/8 AWG, EGC)
LF
600
52.10
51,260.00
82
RFN-1006 31 Coax Connectors
EA
4
540.00
5160.00
83
Belden
9913
Coax Cable
LF
670
52.50
51,675.00
84
Traffic Signal Head (3 -Section) (L.E.D.)
EA
6
5750.00
54,500.00
85
Traffic Signal
Ilcad (1 -Section) (L.E.D.)
EA
2
5450.00
5900.00
86
Traffic
Signal Head (5 -Section) (L.E.D.)
EA
I
51,300.00
51,300.00
87
Pedestrian Signal Head (International Symbols)
EA
6
5610.00
53,660.00
88
Traffic Signal Mast Arm and Pole With Foundation (25)
EA
1
56,750.00
56,750.00
89
Traffic Signal
Mast Arm and Pole With Foundation (28)
EA
1
57,500.00
57,500.00
90
Traffic Signal Mast Ann and Pole With
Foundation
(35)
EA
1
58,600.00
58,600.00
91
Traffic Signal
Mast Arm and Pole With Foundation (38)
EA
1
58 800.00
58,800.00
92
Traffic Signal Pedestal Pole With
Foundation (14' Tall)
liA
2
51,760.00
53,520.00
93
Traffic
Signal Pedestal Pole With Foundation (35' Tall)
EA
I
53,820.00
53,820.00
94
Luminaire Asscmbly
EA
3
5400.00
51,200.00
-.. i orf/"VLrctoin:11ri; brc`it1(o],Z,((o 31n7
T
1
t ;4,; U• 1
Happy Hollow Rd & Huntsville Rd Intersection Improvements
City of Fayetteville
Engineering Division
October 13, 2005
Page 00500-4
• •
As provided in paragraph 11.03 of the General Conditions estimated quantities are not guaranteed, and determinations
of actual quantities and classifications are to be made by Engineer as provided in paragraph 9.07 of the General
Conditions. Unit prices have been computed as provided in paragraph 1 1.03.0 of the General Conditions.
Article 5. PAYMENT PROCEDURES
Swcctscr shall submit Applications for Payment in accordance with Article 14 of the General Conditions or as
modified in the Supplementary Conditions. Applications for Payment will be processed by Engineer as provided in
the General Conditions.
5.1. Progress Payments. City of Fayetteville shall make progress payments on account of the Contract
Price on the basis of Sweetscr's Applications for Paymcnt as recommendtxl by Engineer, on or about the 1st
day of each month during construction as provided in paragraphs 5.1.1 and 5.1.2 below and SC -14.02. All
such payments will he measured by the schedule of values established in paragraph 2.07 of the General
Conditions and based on the number of units completed in the case of Unit Price Work or, in thc event
there is no schedule of values, as provide d in the General Requirements.
5.1.1. Prior to Substantial Completion, progress payments will be made in an amount equal to the
percentage indicated below, but, in cast, less thc aggregate of payments previously made and less
such amounts as Engineer shall determine, or City of Fayetteville may withhold, in accordance
with paragraphs 14.02.8.5 & 14.02.D of thc General Conditions.
90 percent of Work completed (with the balance of 10 percent being retainage), If Work
has been 50 percent completed as determined by the Engineer, and if the character and
progress of the Work have been satisfactory to City of Fayetteville and Engineer, City of
Fayetteville, on recommendation of Engineer, may determine that as long as the character
and progress of the Work remain satisfactory to thcm, there will be no additional retainage
on account of work complcttxl, in which case the remaining progress payments prior to
Substantial Completion will be in an amount equal to 100 percent of the Work completed.
100 percent of materials and equipment not incorporated in the Work but delivered,
suitably stored, and accompanied by documentation satisfactory to City of Fayetteville as
provided in paragraphs 14.02.8.5 & 14.02.D of the General Conditions. That is, if any
such items are setup for that type payment in the Specifications.
5.1.2. Upon Substantial Completion, in an amount sufficient to increase total payments to
Swectser to 98 percent of thc Contract Price (with the balance of 2 percent being retainage), less
such amounts as Engineer shall determine, or City of Fayetteville may withhold, in accordance
with paragraphs I4.02.B.5 & I4.02.D of the General Conditions.
5.3 Final Payment. Upon final completion and acceptance of the Work in accordance with paragraphs
14.07.B & C of the General Conditions, City of Fayetteville shall pay the remainder of the Contract Price as
recommended by Engineer as provided in said paragraphs 14.07.B & C.
Article 6. CONTRACTORS REPRESENTATIONS.
In order to induct City of Fayetteville to enter into this Agreement Swcctscr makes the following representations:
6.1. Swcctscr has cxamincxl and carefully studied the Contract Documents (including the Addenda listed in
Article 7) and the other related data identified in the Bidding Documents including "technical data."
Happy Hollow Rd & Huntsville Rd Intersection Improvements
,City of Fayetteville
gincering Division
October 13, 2005
Page 00500-5
6.2. Sweetser 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, or furnishing of the Work.
6.3. Sweetser 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.
6.4. Sweetser has carefully studied all 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 which have been identified in the Supplementary Conditions as
provided in paragraph 4.02.A of the General Conditions. Sweetser accepts the determination set forth in
paragraph SC -4.02 of the Supplementary Conditions of the extent of the "technical data" contained in such
reports and drawings upon which Sweetser is entitled to rely as provided in paragraph 4.02 of the General
Conditions.
Sweetser acknowledges that such reports and drawings arc not Contract Documents and may not be
complete for Swcctser's purposes. Sweetser acknowledges that 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. Sweetser has
obtained and carefully studied (or assumes responsibility for having done so) all such additional
supplementary examinations, investigations, explorations, tots, 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 the employed by Sweetser and safety precautions
and programs incident thereto. Sweetser doe not consider that any additional examinations, investigations,
explorations, tests, studies, or data arc necessary for the performance and furnishing of the Work at the
Contract Price, within the Contract Times, and in accordance with thc other terms and conditions of the
Contract Documents.
6.5. Swcetser is aware of the general nature of work to he performed by City of Fayetteville and others at
the site that relates to the Work as indicated in the Contract Documents.
6.6. Sweetser has correlated the information known to Sweetser, information and observations obtained
from visits to the site, reports and drawings identified in thc Contract Documents, and all additional
examinations, investigations, explorations, tests, studies, and data with the Contract Documents.
6.7. Sweetser has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that
Sweetser has discovered in the Contract Documents and the written resolution thcreof by Engineer is
acceptable to Sweetser and the Contract Documents are generally sufficient to indicate and convey
understanding of all terns and conditions for performance and furnishing of the Work.
Article 7. CONTRACT DOCUMENTS
The Contract Documents which comprise the entire agreement between City of Fayetteville and Sweetser
concerning the Work consist of the following:
7.1. This Agreement (pages I to 9, inclusive).
7.2. Performance and Payment Bonds (Exhibits A and II respectively).
7.3. Certificates of Insurance (Exhibit C).
appy Hollow Rd & Huntsville Rd Intersection Improvements
ty of Fayetteville
Gering Division
•
October 13, 2005
Page 00500-6
•
7.4.
7.5.
7.6.
7.9.
7.10.
7.1 1. Two sets of drawings (not attached hereto) consisting of cover sheets and additional sheets with
each sheet bearing the following general titles:
• •
Documentation subtnitux1 by Sweetser prior to Notice of Selection (Exhibit D).
General Conditions (pages 1 to 41, inclusive).
Supplementary Conditions (pages 1 to 12 inclusive).
Specifications consisting of Divisions 1 through 16 as listed in table of contents thereof.
Addenda number 1.
Happy Hollow Rd & Huntsville Rd (Hwy 16) Intersection Improvements (44 sheets total)
floppy Hollow Rd & Huntsville Rd (Hwy 16) Signalization Plans (5 sheets total)
7.12. The following which may be delivered or issued after the Effective Date of the Agreement and are
not attached hereto:
7.12.1. Notice to Proceed
7.12.2. All Written Amendments and other documents amending, modifying or supplementing the
Contract Documents pursuant to paragraph 3.04 of the General Conditions.
The documents listed in paragraphs 7.2 et seq. above are attached to this Agreement (except as expressly noted
otherwise above).
There are no Contract Documents other than thosc listed above in this Article 7. The Contract Documents may only
be amended, modified or supplemented as provided in paragraph 3.04 of the General Conditions.
Article 8. MISCELLANEOUS.
8.1. Terms used in the Agreement which are defined in Article 1 of the General Conditions will have the
meanings indicated in the General Conditions.
8.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be
binding on anothcr 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.
8.3. City of Fayetteville and Sweetscr each binds itself, it partners, successors, assigns, and legal
representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect
to all covenants, agreements and obligations contained in the Contract Documents.
8.4. 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 strickcn provision or part thcreof with a valid and enforceable provision that comes as close as
possible expressing the intention of the stricken provision.
-i, Happy Hollow Rd & Huntsville Rd Intersection Improvements
City of Fayetteville
Engineering Division
•
October 13, 2005
Page 00500-7
Il • •
Il8.5. 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 ofthe
change in scope, cost or fees.
11 8.6. Freedom of Information Act. City of Fayetteville contracts and documents prepared while
performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of
n Information Act request is presented to the City of Fayetteville, Sweetscr will do everything possible to
'I 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.
8.7. This contract must be interpreted under Arkansas Law.
1
1
1
1
II
I�
II
11
11
11
•
t;Happy.Hollow Rd & Huntsville Rd Intersection Improvements
E'City dfFayettevillc
nguicering Division
October 13, 2005
Page 00500-8
1
1
1
1
1
1
1
1
1
1
1
1
•
•
IN WITNESS WHEREOF, CITY OF FAYE'ITEVILLE and SWEETSER have signed this Agreement in
quadruplicate. One counterpart each has been delivered to City of Fayetteville and Engineer, and two counterparts
have been delivered to Swectser. All portions of the Contract Documents have been signed, initialed, or identified
by City of Fayetteville and Sweetser or identified by Engineer on their behalf.
This Agreement will be effective on Nad,A,mbnY 1
Agreement).
OWNER: . Ci of Fa etteville
By:
ayor Dan
y
Attest
[CORPORATE SEAL]
,•„V• macs.
\1Y 0E'•SCS
:<p
FAYEITEVILLE'
.........
nnunuell'
&UJc4_ r
, 2005 (which is the Effective Date of the
CONTRACTOR: Swee
Address for giving notices
By
ction, Inc.
WI am G. Sweetser
President
Title
[CORPORATE SEAL]
* Attest a
* If a Corporation, attest the Secretary.
Address for giving notices
SWEETSER CONSTRUCTION, INC.
590 W POPLAR
FAYETTEVILLE, AR 72703
(If Owner is a public body, attach License No. 002470406
evidence of authority to sign and
resolution or other documents Agent for service of process:
authorizing execution of Agreement.)
appy Hollow Rd & Huntsville Rd Intersection Improvements
f Fayetteville
g Division
(If Contractor is a corporation, attach
evidence of authority to sign)
October 13, 2005
Page 00500-9
• •
CITY OF FAYETTEVILLE
HAPPY HOLLOW RD & HUNTSVILLE RD (HWY 16)
INTERSECTION IMPROVEMENTS
BID # 05-26
ADDENDUM #1
This Addendum /11 makes changes to the Bidding Requirements. This Addendum #1 consists of
Pages AD1-1. Should there be any conflicts between the previous Plans and/or Specifications
and this addendum, this addendum supersedes those documents.
CHANGES TO THE BIDDING REQUIREMENTS:
Section 00020 - ADVERTISEMENT FOR BIDS
Page 00020-1, Revise the first sentence to read: Notice is given hereby that, pursuant to
an order of the City Council of the City of Fayetteville, Arkansas, sealed bids will be
received at Room 306, City Hall, 113 West Mountain Street, Fayetteville, Arkansas, until
2:00 p.m. (local time) on Thursday, October 6, 2005, for ... Fayetteville, Arkansas.
END OF ADDENDUM #1
The Bidder shall acknowledge receipt of the Addendum by return fax (479.575.8202), as well
as, by submitting a signed copy with his Proposal and acknowledging receipt on Page 00300-1
of the Bid Form./n
)ft) C,e_-�5 ea_ e-F)N r vc ,`o+)
Acknowledged bY:1 ,4 t,t_9
Note: This addendum becomes a part of the bidding documents.
City of Fayetteville
09/13/05 AD1-I
1
PAYMENT AND
PERFORMANCE
BOND
• •
ST. PAUL FIRE AND MARINE INSURANCE COMPANY
Hartford, Connecticut 06183
Bond No.: 104530858
KNOW ALL PERSONS BY THESE PRESENTS, That we, Sweetser Construction Inc., as principal,
(hereinafter called the "Principal"), and St. Paul Fire and Marine Insurance Company, a Minnesota
corporation, as surety, (hereinafter called the "Surety"), are held and firmly bound unto City of
Fayetteville, AR, as Obligee, in the sum of One Million Two Hundred Twenty Eight Thousand Four
Hundred Thirteen and 10/100 Dollars ($1,228,413.10) for the payment whereof said Principal and
Surety bind themselves, jointly and severally, as provided herein.
WHEREAS, the Principal has entered into a Contract with Obligee dated 34 to,/ Pilo perform
construction work for furnishing all labor and materials for Intersection Improvement at Happy Hollow
Road and Huntsville Road (Hwy. 16), Fayetteville, AR ("Contract").
NOW, THEREFORE, the condition of this obligation is such that if Principal shall promptly and
faithfully perform the Construction Work to be performed under the Contract, and shall promptly
make payment to Claimants, as hereinafter defined, for all labor and material actually used,
consumed or incorporated in the performance of the Construction Work under the Contract, then this
obligation shall be null and void, otherwise to remain in full force and effect.
Surety's obligations hereunder to Obligee shall not arise unless Principal is in default under the
Contract for failing to perform the Construction Work, and has been declared by Obligee to be in
default under the Contract for failing to perform the Construction Work; and Obligee has performed
its obligations under the Contract. In such event, Surety shall have a reasonable period of time to:
1. Upon entering into an acceptable written takeover agreement with Obligee, undertake
to perform and complete the Construction Work to be done under the Contract; or
2. Obtain bids or negotiated proposals from qualified contractors for a contract for
completion of the Construction Work to be done under the Contract, arrange for a contract to be
prepared for execution by Obligee and contractor, to be secured with performance and payment
bonds executed by a qualified surety; or
3. Waive its right to perform or complete the Construction Work pursuant to paragraphs 1
and 2 above, and with reasonable promptness under the circumstances: (a) After investigation,
determine the amount for which it may be liable to the Obligee and, as soon as practicable after the
amount is determined, tender payment therefor to the Obligee; or (b) Deny liability in whole or in part
and notify the Obligee citing reasons therefor.
4. The Contract balance, as defined below, shall be credited against the
reasonable construction cost of completing the Construction Work to be performed under the
Contract. If completed by Obligee pursuant to paragraphs 2 or 3 above, and the reasonable
construction cost of completing the Construction Work exceeds the Contract balance, Surety shall
pay to Obligee such excess, but in no event shall the aggregate liability of Surety exceed the amount
of this bond. If Surety completes the work pursuant to paragraph 1 above, that portion of the
Contract balance as may be required to complete the Construction Work to be done under the
Contract and to reimburse Surety for its outlays shall be paid to Surety at the times and in the manner
as said sums would have been payable to Principal had there been no default under the Contract. To
the extent that Surety's outlays exceed the Contract balance paid to Surety by Obligee, Surety shall
be entitled to a dollar for dollar reduction of its liability under this bond, and Surety's aggregate liability
shall not exceed the penal sum of this bond. The term "Contract balance" as used herein shall mean
the total amount payable by Obligee under the Contract and any amendments thereto, less the
amounts properly paid by Obligee to Principal under the Contract. The term "Construction Work" as
Payment and Performance Bond - Page 1 of 3
1
1
1
used herein shall mean the providing of all labor and/or material necessary to complete Principal's
scope of work under the Contract. Notwithstanding any language in the Contract to the contrary, the
Contract balance shall not be reduced or set off on account of any obligation, contractual or
otherwise, except the reasonable construction cost incurred in completing the Construction Work.
5. Any suit by Obligee under this bond must be instituted before the earlier of: (a) the
expiration of one year from the date of substantial completion of the Construction Work, or (b) one
year after Principal ceased performing the Construction Work, excluding warranty work. If the public
works bond statutes in the location where the Construction Work is being performed contains a
statute of limitations for suits on the performance bond, then the limitation period set forth herein shall
be read out of this bond and the statute of limitation set forth in the public works bond statutes shall
be read into this bond. If the limitation set forth in this bond is void or prohibited by law, the minimum
period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable,
and said period of limitation shall be deemed to have accrued and shall commence to run no later
than (y) the date of substantial completion of the Construction Work, or (z) the date Principal ceased
performing Construction Work, excluding warranty work, whichever occurs first.
6. A Claimant is defined as one other than Obligee having a contract with Principal or
with a direct subcontractor of Principal to supply labor and/or materials and said labor and/or material
is actually used, consumed or incorporated in the performance of the Construction Work under the
Contract.
1
1
1
1
1
1
7. Principal and Surety hereby jointly and severally agree with Obligee that every
Claimant as herein defined who has not been paid in full before the expiration of a period of ninety
(90) days after the date on which the last of such Claimant's work or labor was done or performed or
materials were fumished by such Claimant, may bring suit on this bond, prosecute the suit to final
judgment for the amount due under Claimant's contract for the labor and/or material supplied by
Claimant which was actually used, consumed or incorporated in the performance of the Construction
Work, and have execution thereon; provided, however, that a Claimant having a direct contractual
relationship with a subcontractor of Principal shall have a right of action on this bond only if said
Claimant notifies Surety in writing of its claim within ninety (90) days from the date on which said
Claimant did or supplied the last labor and/or materials for which the claim is made. Obligee shall not
be liable for the payment of any costs or expenses of any such suit.
8. No suit or action shall be commenced hereunder by any Claimant after the expiration
of the earlier of: (a) one year after the day on which Claimant last supplied the labor and/or materials
for which the claim is made; or (b) the limitation period set forth in the public works bond statutes, if
any, in the location where the construction work is being performed. Any limitation contained in this
bond which is prohibited by any law controlling in the state where the suit is filed shall be deemed to
be amended so as to be equal to the minimum period of limitation permitted by the law of that state,
and said period of limitation shall be deemed to have accrued and shall commence to run on the day
Claimant last supplied the labor and/or materials for which the claim is made.
9. No suit or action shall be commenced hereunder by Obligee or any Claimant other
than in a state court of competent jurisdiction in the county or other political subdivision of the state in
which the project, or any part thereof, is situated, or in the United States District Court for the district
in which the project, or any part thereof, is situated, and not elsewhere.
10. The amount of this bond shall be reduced by and to the extent of any payment or
;payments made by Surety in good faith hereunder whether made directly to Obligee or Claimant(s) or
otherwise in discharge of Principal's obligations. Surety's liability hereunder to Obligee and all
•laimants is limited singly, or in the aggregate, to the penal sum of the bond set forth herein. Surety
rayt. at its option, discharge all obligations under this bond by interpleading into the registry of any
courtlof competent jurisdiction of the full unused penal sum of this bond, or such portion thereof that
e�IF satisfy the obligations owed to Obligee and/or Claimant(s). No right of action shall accrue on this
ri • to any person or entity other than Obligee and/or Claimant(s). The bond shall not afford
•
•
Payment and Performance Bond - Page 2 of 3
1
1
1J
1
1
1
1
1
1
1
1
1!
a_
1
•
coverage for any liability of•ncipal for tortious acts, whether ort said liability is direct or is
imposed by the Contract, and shall not serve as or be a substitute for or supplemental to any liability
or other insurance required by the Contract.
11. This bond is provided to comply with a statutory or other legal requirement for
performing construction contracts for public owners in the location where the construction work is
being performed. Except as provided in paragraphs 5 and 8 above, all provisions in the bond which
are in addition to or differ from those statutory or legal requirements shall be read out of this bond,
and all pertinent statutes and other legal requirements shall be read into the bond. This bond is a
statutory bond, not a common law bond.
Signed this / Sfi day of On r) 2004,
Sweetser Construction In
William 9tlfeetser
St. Paul Fire and Marine Insurance Company
By
Robert M. Davis, Attomey-in-Fact
Payment and Performance Bond - Page 3 of 3
1
1
1
1
1
1
1
1
1
1
1
1
1
•
StFBui Surety St.
Fin
ssarasat Comma.a Camay
51. Ad Mercury amnia Campa.y
Seaboard army Coaapasy
•
Udad Sam Fidelity .ad Camay Company
Fidam ompay
Fidelity and Gunny Swan U.dennf er , lac.
St Pal Medical liability loam= Company
Bond No.
RIDER CONTAINING
DISCLOSURE NOTICE OF TERRORISM COVERAGE
This disclosure notice is required by the Terrorism Risk Insurance Act of 2002 (the
"Act'). No action is required on your part. This Disclosure Notice is incorporated in
and a part of the attached bond, and is effective the date of the bond.
You should know that, effective November 26, 2002, any losses covered by the
attached bond that are caused by certified acts of terrorism would be partially
reimbursed by the United States under a formula established by the Act. Under this
formula, the United States reimburses 90% of covered terrorism losses exceeding
the statutorily established deductible paid by the insurance company providing the
coverage.
Under the Act, there is a cap on our liability to pay for covered terrorism losses if the
aggregate amount of insured losses under the Act exceeds 5100,000,000,000 during
the applicable period for all insureds and all insurers combined. In that case, we will
not be liable for the payment of any amount which exceeds that aggregate amount of
$100,000,0001000.
The portion of your premium that is attributable to coverage for acts of terrorism is
0.00.
IMPORTANT NOTE: THE COST OF TERRORISM COVERAGE IS SUBJECT TO
CHANGE ON ANY BONDS THAT PREMIUM IS CHARGED ANNUALLY.
•
1
1
1
•
1
1
1
1
1
•
1
1
7heStPaVl
• •
POWER OF ATTORNEY
Seaboard Surety Company
SI. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
51. Paul Mercury Insurance Company
Power of Attorney No. 20778
United States Fidelity and Guaranty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
Certificate No. 2197552
KNOW AL1. MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York. and that
Si. Paul Fire and Marine Insurance Company. St Paul Guardian Insurance Company and Si. Paul Mercury Insurance Com any are corporations duly organized under
the laws of the State of Minnesota, and that Iinited Stales Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland. and
that Fidelity and Guaranty Insurance Company is a curpxation duly organized under the laws of the State of Iowa. nd that Fidelity and Guaranty Insurance
Underwriters. Inc. is a corporation duly organized sealer the laws of the State of Wisconsin (herein collectively railed the 'Companies"). and that the Companies do
hereby make. constitute and appoint
Roland Kilian, Cecil Bridgers, Adrian Luttrell, Christine Piker, Donna Tito and Robert M. Davis
Fayetteville Arkansas
of the City of , State _ . their true and lawful Auomey(s)-in-Fact.
each in their separate capacity if more than one is named above. to sign its name as surety to, and to execute. seal and acknowledge any and all bonds. undertakings,
contracts and other written instruments in die nature iheneof on behalf of the Companies i4n-their business of guaranteeing the fidelity of persons. guaranteeing the
performance of contracts and executing or guaranteeing bonds and undenakin , yuiri 01NrmiticiJ�ny actions or proceedings allowed by law.
�n,� • c �v 19th May 2003
IN WITNESS WIIEREOF, the Companies have caused this instrun en to be Signed and s(%1 his day of
`y r % `-11
Seaboard Surely Company 1`� ` ` . v+ United States Fidelity and Guaranty Company
Sl. Paul Fire and Marina `ssarance•h(:dbtpany ANN.•L Fidelity and Guaranty Insurance Company
SL Paul Guardian Insurance Co,IDaoy ?`` Fidelity and Guaranty Insurance Underwriters. Inc.
S. Paul Mercury Irtsu�� lfl pa w �VkA .-.
,
1/ b *0 VV
PETI:R W. CARMAN. V¢e Presideni
State of Maryland
City of Baltimore
TIOMAS E IIOIIiRISGTSE. Assistant Secretary
On this 19th day of May 2003 before mc, the undersigned officer. personally appeared Peter W. Carman and
Thomas E. Huibregtse, who acknowledged themselves to be the Vice President and Assistant Secretary. respectively. of Seaboard Surety Company, St. Paul Fire and
Marine Insurance Company. Si. Paul Guardian Insurance Company. St Paul Mercury Insurance Company. United States Fidelity and Guaranty Company. Fidelity and
Guaranty Insurance Company. and Fidelity and Guaranty Insurance Underwriters. Inc.: and that the seals affixed to the foregoing instrument are the corporate seals of
said Companies. and that they, as such. bring authorized so to do. executed the foregoing instrument for the purposes therein contained by signing the names of the
corporations by themselves as duly authorized officers.
In Witness Whereor, 1 hereunto set my hand and official seal.
My Couunission expires the I sl day of July. 2006.
86203 five. 7-2002 Printed in U.S.A.
REBECCA EASLEYONOKALA. Notary Public
• •
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company, Si. P
Fire and Marine Insurance Company, St. Paul Guanlian Insurance Company. Si. Paul Mercury Insurance Company. United Slates Fidelity and Guaranty Compal
Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. on September 2. 1998. which resolutions arc now in full force a
effect, reading as follows:
RESOLVED, that in connection with the fidelity and surety insurance business of the Company, all bonds. undenakings, contracts and other instruments relating
to said business may be signed. executed. amt acknowledged by persons or entities appointed as Attorney(s)-in-Fact pursuant to a Power of Attorney issued in
accordance with these resolutions. Said Powerls) of Attorney for and on behalf of the Company may and shall he executed in the name and on behalf of the
Company. either by the Chairman. or the President, or any Vice President, or an Assistant Vice President, jointly with thc Secretary or an Assistant Secretary,
under their respective designations. The signature of such officers may be engraved. printed or lithographed. The signature of each of the foregoing officers and
the seal of the Company may be affixed by facsimile to any Power of Attorney or to any cenificate relating thereto appointing Attorneys) -in -Fact for purposes
only of executing and attesting bonds and undertakings and other writings ohligatory in the nature thereof, and subject to any limitations set forth therein. any
such Power of Attorney or cenifcate bearing such facsimile signature or facsimile seal shall he valid and binding upon the Company. and any such power so
executed and certified by such facsimile signature and facsimile seal shall he valid and binding upon the Company with respect to any pond or undertaking to
which it is validly attached; and
RESOLVED FURTHER, that Attorney(s)-in-Fact shall have the power and authority, and, in any case, subject to the Pants and limitations of the Power of
Attorney issued them, to execute and deliver on behalf of thc Company and to attach the seal of the Company to any and all bonds and undertakings. and other
writings obligatory in the nature thereof, and any such instrument executed by such Attorney(s)-in-Fact shall be as binding upon the Company as if signed by an
Executive Officer and sealed and attested to by the Secretary of the Company.
I. Thomas E. Huibreglse, Assistant Secretary of Seaboard Surety Company, St Paul Fire and Marine Insurance Company. St. Paul Guardian Insurance Compa
St. Paul Mercury Insurance Company. United Stales Fidelity and Guaranty Company. Fidelity and Guaranty Insurance Company. and Fidelity and Guaranty Insura,
Underwriters, Inc. do hereby cenily that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies. which is in full fo
and effect and has not been revoked.
IN TF_STIMONY WHEREOF', I hereunto set my hand this
day of
Men /A '�� s.1/\°� Thomas E. Huibregtse. Assistant Se mazy
^a aM 1 •
To verify the authenticity of this Power of Attorney, call I-800-42);-,880 `'ask for theft of `a ney clerk. Please refer to the Power of Attorney number,
the above-named individuals. and the details of the bond to wvhiic�hh theower is aftadheedd. rft • lL
.fr
VI
o' `� ��
AtORD_ CERTIFICATbOF LIABILITY INSURAN CSR SP
SWEET -1
DATE(MWOdWYY)
11/07/05
ER
son Insurance Agency
2340 Green Acres Rd, Suite *10
P.O. Box 4217
THIS CERTIFICATE IS UED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND,
ALTER THE COVERAGE AFFORDED BY THE POUCIES
EXTEND OR
BELOW.
yetteville AR 72703
hone:479-521-2233
INSURERS AFFORDING COVERAGE
NAICS
INSURED
INSURER A. Cincinnati Insurance Co
10677
INSURER B:
SWEBTSBR CONSTRUCTION INC.
590 W. Poplar
INSURER C.
Fayetteville AR 72703
INSURERO.
INSURER E.
OVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO TIE 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 CERT1ICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICES DESCRIBED HEREIN IS SUBJECT TO ALL THE TRIMS. EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
R'ADPI
EFFECTIGE-PouCPEXPRp1iON
R
INSRC
TYPE OF INSURANCE
POLICY NUMBER
WLEY
DATE (MM/O0/YY)
DATE (MWDO/YY)
LIMITS
GENERAL LIABILITY
EACH OCCURRENCE
1110001000
X
COMMERCIAL GENERAL LIABILITY
CPP0918275
10/30/05
10/30/06
ww.
PMIS�ES(Ea
)
1 500,000
ICWNS MADE
X
OCCUR
MED EXP (Any one penal)
f 10,000
PERSONAL 1 ADV INJURY
11 , 000,000
GENL
GENERAL AGGREGATE
12,000,000
AGGREGATE LIMIT APPLIES PER:
PRODUCTS -COMPAOPAGG
12,000,000
n
JJEECTT n LOC
POLICY
AUTOMOBILE
LIABILITY
X
ANY AUTO
CPA0918275
10/30/05
10/30/06
COMBINED SINGLE LIMB
(Ea accident)
f 1,000,000
ALL
OWNED AUTOS
SCHEDULED AUTOS
(Perppen ) RY
1
X
X
HIRED AUTOS
NON -OWNED AUTOS
BODILY INJURY
(Per ;Rodent)
1
PROPERTY DAMAGE
(Pe, accident)
1
GARAGE
LIABILITY
ANY AUTO
AUTO ONLY - EA ACCIDENT
$
OTHER THAN EA ACC
1
AUTO ONLY. AGC
1
EXCESSNMBRELLA
LIABILITY
('
H
EACH
EACH OCCURRENCE
1
I GUMS MADE
AGGTE
1
DEDUCTIBLE
1
_
RETENTOCCUR
ION
3
f
1
COMPENSATION AND
OYERS'LIABILITY
WC
TORY LIMITS I l° ETLL TH-
R
/PROPRIETOR/PARTNER/EXECUTIVEWC184387300
CERA/EMBER EXCLUDED?
10/30/05
10/30/06
EX. EACH ACCIDENT
1100000
'Rua*
E.L. DISEASE EA
under
CAL PROVISIONS
- EMPLOYEE
1100000
Wow
E. L. DISEASE -POLICY HMR
1500000
OF OPERATIONS
/ LOCATIONS / VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT 1 SPFCIAI Pernnenue
tIE, MOLDER
CRPity Of Fayetteville
X1.13 W. Mountain
aYetteville AR 72701
;jos):
CITYDO1
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE EXPO ATION
DATE THEREOF. THE ISSUING INSURER WILL ENDEAVOR TO MNL 10 DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO 50 SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER RS AGENTS OR
REPRESENTATIVES
AUTHORIZED REPRESENTATIVE
G
C ACORD CORPORATION 1988
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
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).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
t2Ooi>ost
•
City of Fayetteville, Arkansas
Budget Adjustment Form
•
Budget Year
2005
Department
Division:
Program:
Sales Tax Capital Improvements
Date Requested
10/7/2005
Adjustment Number
Project or Item Added/Increased:
$843,330 is requested for the Huntsville & Happy Hollow
Intersection Construction Project
Project or Item Deleted/Reduced:
Completed construction projects with remaining balances
have been identified for balance transfers. This also
includes projects that are no longer viable for the
forseeable future.
Justification of this Increase:
Funding is needed to cover the construction cost of the
project, as well as, land acquisition, materials testing,
inspection & contract administration.
Justification of this Decrease:
Excess funds are available from completed construction
projects, or projects that are no longer viable for the
foreseeable future.
Account Name
Increase Expense Budget (Decrease Revenue Budget)
Account Number Amount
Street improvements 4470 9470 5809
Account Name
Street improvements
Project Number
00 843,330 04011
Decrease Expense Budget (Increase Revenue Budget)
Account Number Amount
4470 9470
5809 00 843,330
See Attached List
Project Number
Approval Signatures
Requested By
Budget Manager
Department Difector
4►p.:
c�\
Finan Internal Services Director
Date
Date
10.1405
Date
Date
/47/91
Date
Type: A
Budget Office Use Only
B C
Date of Approval
Posted to General Ledger
Posted to Project Accounting
Entered in Category Log
E
Initial Date
Initial Dale
Initial Date
Initial Date