Loading...
HomeMy WebLinkAbout74-16 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 74-16 File Number: 2016-0146 SWEETSER CONSTRUCTION, INC.: A RESOLUTION TO AUTHORIZE A CONTRACT WITH SWEETSER CONSTRUCTION, INC. IN THE AMOUNT OF $2,537,900.00 FOR THE CONSTRUCTION OF THE RUPPLE ROAD WIDENING PROJECT FROM PERSIMMON STREET TO CONGRESSIONAL ROAD, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $250,000.00. 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 authorizes a contract with Sweetser Construction, Inc. in the amount of $2,537,900.00 for the construction of the Rupple Road widening project from Persimmon Street to Congressional Road, and further approves a project contingency in the amount of $250,000.00. PASSED and APPROVED on 4/5/2016 �kK `T Y o;* fir � Nri1 rrrrwlLl j- r�� w�r i 7y `r "x,41 Attest: �., syr. hAN. fd '�% • r r �`� `x{I ��► Ill 111 a,,t1 Sondra E. Smith, City Clerk Treasurer Page I Printed on 416116 _ City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 .r -,r Text File ` -- File Number: 2016-0146 Agenda Date: 4/5/2016 Version: 1 Status: Passed In Control: City Council Meeting File Type: Resolution Agenda Number: A. 7 SWEETSER CONSTRUCTION, INC.: A RESOLUTION TO AUTHORIZE A CONTRACT WITH SWEETSER CONSTRUCTION, INC. IN THE AMOUNT OF $2,537,900.00 FOR THE CONSTRUCTION OF THE RUPPLE ROAD WIDENING PROJECT FROM PERSIMMON STREET TO CONGRESSIONAL ROAD, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $250,000.00 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 authorizes a contract with Sweetser Construction, Inc. in the amount of $2,537,900.00 for the construction of the Rupple Road widening project from Persimmon Street to Congressional Road, and further approves a project contingency in the amount of $250,000.00. City of Fayetteville, Arkansas Page 1 Printed on 4/6/2016 Matt Casey Submitted By City of Fayetteville Staff Review Form 2016-0146 Legistar File ID 4/5/2016 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 3/17/2016 Engineering / Development Services Department Submitted Date Division / Department Action Recommendation: Approval of a contract in the amount of $2,537,900.00 with Sweetser Construction, Inc. for the construction of the Rupple Road —Persimmon to Congressional Project and a project contingency of $250,000 (10%). Original Contract Number: Approval Date: Comments: Item Cost reflects contract of $2,537,900.00 plus a contingency of $250,000.00 for a total item cost of $2,787,900.00 Budget Impact: 4520.9555.5809.00 Transportation Bond Street Improvements Account Number Fund 06035.3300 Rupple Road (Persimmon to Congressional) Project Number Project Title Budgeted Item? Yes Current Budget $ 24,860,737.00 Funds Obligated $ 875,469.04 Current Balance L Does item have a cost? Yes Item Cost $ 2,787,900.00 Budget Adjustment Attached? No Budget Adjustment $ #f Remaining Budget V20140710 Previous Ordinance or Resolution # Original Contract Number: Approval Date: Comments: Item Cost reflects contract of $2,537,900.00 plus a contingency of $250,000.00 for a total item cost of $2,787,900.00 CITY OF Fay%it—lle ANSAS MEETING OF APRIL 5, 2016 TO: Mayor and City Council CITY COUNCIL AGENDA MEMO THRU: Don Marr, Chief of Staff Jeremy Pate, Development Services Director Chris Brown, City Engineer FROM: Matt Casey, Engineering Design Manager DATE: March 17, 2016 SUBJECT: Approval of a contract in the amount of $2,537,900.00 with Sweetser Construction, Inc. for the construction of the Rupple Road —Persimmon to Congressional Project and a project contingency of $250,000 (10%). RECOMMENDATION: Staff recommends City Council approval awarding a contract in the amount of $2,537,900.00 to Sweetser Construction, Inc. for the construction of the Rupple Road — Persimmon to Congressional Project and a project contingency of $250,000 (10%). BACKGROUND: The City of Fayetteville Engineering Division has developed the design plans for the construction of this portion of Rupple Road. Rupple Road is shown on the City of Fayetteville Master Street plan as a Principal Arterial Parkway from Martin Luther King Blvd. (Highway 62) north to Howard Nickell Road. The street cross section for this project includes four lanes with a center median, a 12' trail and a 8' sidewalk. DISCUSSION: On March 10, 2016, the City received three (3) construction bids for this project. Sweetser Construction, Inc. submitted the lowest bid which was approximately 5% below the Engineer's Estimate of $2,674,777.72. Engineering staff recommends awarding this contract to Sweetser Construction, Inc. The contract time is 365 days (12 months) for substantial completion. Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 BUDGET/STAFF IMPACT: This project is funded by the Transportation Bond Program. Attachments: Bid Tab Section 0500 Agreement Section 0400 Bid Form Purchase Order Request RUPPLE ROAD STREET IMPROVEMENTS PERSIMMON ST. TO CONGRESSIONAL ST. z I END CONSTRUCTION 1 z W Wefinglon Dr � Ar n .il Hospital ti ate r-, ftstr z 2 Z 4! rl, W 8d1 Fonrr f{, W Crafty Wood ar 1*1 z ``v yV FlagsUrJi Dr -- v byPutbngGMAG '' z z G WWG wlxtvttir rtrSi7txl;n Si Cedar cdrsd Acaa'e i y z Kalh. ea Race Al'Netllr �ipn � OwlCfoxSc1 e.T W Wellington Dr Wtheiala Dr cress Chijrcb. rftyefter?k Caows IJack Fofes10r %arxtl f It it s r rialmerf Nrlghbor•'xaod Market Crane Dr PROJECT W IRd LOCATION 'p,, z the f)oraid W Rey ds ' Bwv and Gels Ckr W Petalts of st W Pefsi'rrtlon St ,lo of VICINITY MAP NTS WPtlsrri n SI IN STREET SECTION PERSIMMON ST. to FIRE STATION No. 7 to rb� ''a^^' 7 a ;� r'�+f r ,y v �.� " �s-e" '": p +.� � '0 o xka 3 ]L � I 5 ? tI',y. ,I:. �, '.T rs yp°.�,-. '' "° t e�-a '�i.3J..rs-� t? -,� r - - - -- � __ O�*euuftffiftffii �-�s---1- i F � r ��'�'•° '. ri of h � �`-Z i�' _ - __ __ .1. _________ ____ fo Sp' 1.. CYs iJ' CtG C�1L IAiI VyECCN LML a y KNL! l/ +w raa(iW STREET SECTION FIRE STATION No. 7 to CONGRESSIONAL ST. 96 RUPPLE ROAD IMPROVEMENTS PERSIMMON ST. to CONGRESSIONAL ST. CONCEPT PLAT CITY Q F City of Fayetteville, Arkansas Purchasing Division eOFFICIAL BID TABULATION Bid 16-22, Construction - Rupple Rd. Street Improvements ARKANSAS Thursday, March 10, 2016 at 2:00 PM, Local Time Fochlman Enterprises, Inc ILA Enterprises, Inc. Sweetser Construction. Inc, ITEM DESCRIPTION Unit Est Qty. PRICE PER UNIT TOTAL PRICE PER UNIT TOTAL PRICE PER UNIT TOTAL 1 lrlobllizaUOn (Not to exceed 5% of total bid) LS 1 . 5 30.00000 S 30,000.00 • $ 110,00000 S 1/000000 p $ 07.50000 . 0 87.50000 2a R3surance and Bonding LS ] a 5 60.00000.. S 60,00000 • 5 •10.00000 5 40,00000 a S 20.989070 + S 28,080,00 2b Roadway Construction Control (Staking) LS 1 • 5 10,00000 $ 10.00000 • S 25,00000 S 2500000 , 5 24,00000 + 5 24.00000 3 French & Excavation Safety Systems LS 1 e 5 5,00000 • S 5,00000 . 5 10,00009 • 5 10,00000 x $ 4,50000 . $ 4.50000 4 Clearing, Grubbing & Demolition LS 1 . 5 380,00000 5 380,00000 • 5 21500000 5 215,00000 • 5 120.170000 S 120.00000 5 Rock Excavation Cl 300 r 5 27500 5 82.50000 . $ 13500 5 40.50000 1 $ 25000 5 75,000.00 G Unclassified Excavation (Plan Quantity) Cl 6200 S 1500 5 9300000 • 5 725, 5 44.9500) • 5 8.00 5 49.60000 Select Embankment (Plan Quantity) Cy 5700 • 5 1300 $ 74.10000 • S 675 5 39,47509 •. 5 800 S 45,60000 8 Embankment (Plan Quantity) CV 5043 4 S 1300 S_,_____ 650000. 5 535 5 2.92509. S 600 5 4.000.00 S Subgrade Preparation (Plan Quantity) 59 11500 $ 150 5 40 250UU . 5 285 S 32,77509 r S 200 5 23.00000 10 el' Topsoil Placement 50 7500 • 5 390 •. 5 29.25000 • 5 390. 5 29.25000 x $ 150 . 5 11,25000 11 • Undercut and Stone Backfill C! 500 . 5 3000 5 6300 • S 15,00000 e 5 2500 S 12.50000 x S 1900 5 9.50000 12 18' RCP Class Iii. Under Pavement LF 440 • 5 27,72000 5 5500 • S 23,20001 a $ 4450 . $ 19,580.00 13 18" RCP Class 1:1 LF 1001 • 5 5300 $ 53,05300 • S 3900 5 9903903 • $ 3700 5 37,03700 I4 24" RCP Class Iii, Under Pavemenl LF 17 • S 3700 5 1,39400 • 5 8500 5 444500 x S 7250 . S 1.23250 15 24• RCP C355 III LF 0 • 5 9200 5 • 5 S • $ 6050 • S �. 16 310" RCPCIass III LF 154 • 5 7000 • 5 12.012,10 $ 7290 5 1(08010 r $ 9250 • 5 17,70510 17 d0' x 19" ERCP, Class 111, Under Pavement LF 28 • 5 9100 S 2,54800 • 5 12500 S 3,50000 r 5 108.50 • S 3.03000 18 30' x 19" ERC'. Class III LF 15 , 5 8000 . S 1.200.00 • S 12500 S 1,075041 • 5 9050 $ 1,357 SO 19 18' RCP [ES 'N/CUrtainWall EA 1 120000 5 1,20000 • 5 1,20000 5 1,.25000 • 5 1,00000 5 L,00000 10 30'x19" RCP FES w/CurtulO Wall FA / 4 S 1,600.00 5 1.600,00 • S . $ 1,65000 _...� 25000 5 1,65000 • S 1.50050 S 1,50000 dl 18" RCP Collar EA 3 50000 ' S 1,55050 S 70000 r 5 500.50 ' S 1,500104 J'2 24' RCP Concrete Collar EA 1 • 5 55000' 5 55000 • 5 35000 5 35000 , S 60000 ' $ 601.00 23 30" x 19' Concrete Collar EA 1 , 5 55000 S 55000 • S 50000 5 50000 • 5 62503 • $ 62500 24 rvlodifyingD,rop Inlets (4'x4') FA 1 • $ 1,10000 - $ 110000 . S 1.550 00 S 1,50000 • $ 2,200 00 • 5 2.200.00 115 Modify:ng Drop Inlets )4x5') EA 1 • 5 1,20000 5 120000 • S 1,50000 5 1,55000 4 S 2,300.00 . 5 2,300.00 26 Modifying Drop Inlets (4'x5') EA 5 s S 1,35000 5 6,750.013 • $ 1,50000 $ 7.50000 • S 2,50000 5 12,50000 27 !4odilying Drop Inlets(5'x10') EA 2 • $ 1,50000 . S 3,00010 • 5 1,50000 . 5 3,.00000 • S 3,00000 - S 6,00010 Pale 1015 28 Modifying Drop Inlets (5'x12'1 EA 1 5 ]]Won 5 1.70000 • 5 L05000 5 1650.00 a $ 3,20000 r S 3.20000 29 Modifying Drop Inlets )S'x14') LA 3 5 2.00000 • 5 6.00000 • S 1,97500 • S 5,925,00 a S 3500,00 . $ 10.500.00 30 Modifying Drop Inlets 4' Extensions EA 7 ,. S 65000 S 4.55000 4 5 50000 .. $ 350001 + S 1,10000 7.700.00 31 +IDIA. Type MO Curb Inlet EA 10 $ 3.30000 • S 33,00000 • 5. 3.27500 • S 3775006 • 5 2.40000 • $ 24.00000 32 S' DIP. Type MO Curb Inlet EA 3 • S 4.20000 e 5 12.60000 • 5 3,97500 • 5 1752500+ • 5 2.80000 - 5 8.00000 33 {i DIP.. Type MO Junction Box EA 1 3 $ 5,3000 • $ 5,30000 • S 487500, 5 487500 • S 3,20000 + S 3,200,00 34 4' x 6' Type C Curb Inlet EA 2 a. 5 4.35000 - S 8,70000 • S 4,9500 $ 9.900.00 • 5 3,80000 • 5 760000 3S A' Curb Inlet Exteniionb EA 14 . 5 1,20000 5 16.60000 • 5 1,00000 - 5 14,00000 a S 1.20000 5 16.80000 36 { x. DI dl6 Convert to J B 1504') LA 1 4 S 1,70000 • $ 1,7000 • $ 4,SIXtO • $ 4,50000 r $ 280000 • 5 280000 ,37 fp. DI 02 Convert 1018(434') EA 1 r $ 160000 • 5 16200 , 5 4,50000 • 5 4,50000 r 5 2.60000 • 5 2.62020 38 Connection to Ex Curb Inlet 18" RCP EA 2 5 J,.5000 • 5 3.0000 . 3 1,25000 5 2,50002 • S 1,40000 5 2.80000 39 Connection to Ex. Curb Inlet 30' RCP EA 1 r 5 1,700 + 5 1,700 4 5 2.0000 ' $ 2,0000 • S 1,6000 • $ 1,60.0 .10 )3p Rap with Filter Blanket 5O 10 • 5 650 ' S 6500 • S 4000 . S 40011 a 5 12500 S 1,25000 11 Mailbox Removal EA 38 a 5 25000 • 5 9.52000 • S 500' S 1,900110 • 5 11000 • S 4,100.00 42 New Double Mailbox Installation EA 19 . S 50000 ' 5 9500 • S 5000 • 5 9,55000 4 5 37500 • S 7,12500 44:3 2" Asphalt Milling SY 7500 • S 250 • $ 18,75000 • $ 255 • 5 19.12500 i $ 340 • S 25.500 44 Iii" ABC Class 7 SY '2200 • 5 000 • S 97,6000 • 5 665 ' 5 105.530.00 • 5 750 $ 91.500 15 .16 flMAC Surface Course (1(570-22) ((MAC Binder Course (PG70-22) TON TON 4300 2100 4 S 8467 • S 6650 S 364,941.0 • 5 139,65000 • 5 010 • 5 6400 5 148.35000 - 5 134,400011 • .1 7425 , 5 319,2750' • 5 6100 S 126,100 17 AsThalt roliic Concrete Patching or Ma:n[Enance of Traffic TON 20 • 5 1920 $ 3,800 • $ 75000 • 5 4.0000(4 . S 15000 • $ 3.00000 418 PC Base Widening )Wedingtonl SY 200 4 S 650 5 17,[.•102 S 2150 •.S 43,00014 0 S 7500 - S 15,5000 419 Concrete Curb and Gutter )Standard) LF 10900 r S 110 • 5 119,9OW + 5 1575 5 171,67500 • 5 160 •$ 174,4000 SO Concrete Curb and Gutter 1ModiLnd( LF 1100 . S 1050 ' 5 11,5500 • 5 1575 • S 17,325 nit x' S 1650 .5 18,1500 51 1' Concrete Valley Gutter LF 1700 • '5 90 • $ 15,300 •S 15 75 $ 26,7750(➢ •. 5 660 5 11,2200 S2 3" Concrete Sidewalk ni/Class 7 Base SY 1050 • 5 460 — $ 50,400 • $ 410 • 5 49,35000 • $ 450 • S 47.2500 13 -1" Concrete Trail w%Class 7 Base 50 5800 + $ 480 • $ 7'78.400 a $ •170 - S 277.6003 • 5 450 S 261.000 54 G' Driveway Concrete 50 1200 S 560 . S 67,200 • 5 5300 S 5500 5 63,6000 x 5 610 • 5 73.200 55 G' Concrete Pavement lStrccl Parking) 53 1O'1-0 . 5 6500 • 5 65.0000 $ 55000 1 5 640 + 5 64.000 56 (ceding and Mulching AC 3 • $ 4.31000 • S 13.0600, • S 20070 . 5 6,0000 • 5 2,10020 ' $ 6-300.0 5.7 Solid Sod 5Y 7500 5 30 :5 22,5500 • 5 4511 • S 33.75000 • 5 3.75 - S 28.1250 58 69 temporary Pavement Markings liaised Pavement Marker (Type II) LS EA 1 100 ' 5 14,8500 1.58500 1 S 1.100 4 5 14,8520 • 5 1200 ' $ 14,85000 • $ 13.5500 S 13500 r 5 1100 5 L2(X300' • 5 1000 • $ 1,000.0' 60 Handicap Pavement Marking EA 1 • 5 55000 5 5500 1 $ 600 ' 5 6000 , 5 500 - 5 5000 51 B" Pavement Marking ,Thermoplastic) LF 250 • 5 220 • S 5500 x 5 225 5 56252 • $ 200 • 5 5000 E2 4"P -Lot Pavement Marking (White Paint) LF 1000 • $ 440 $ 4.400 •.$ 435 - $ 4,3500 • 5 400 + $ 4,0020 133 4" Pavement Marking )Thermoplastic) LF 6000 • 5 110 • 5 6600 • S 115 ' 5 69000 • 5 tO - $ 6.000 Page 2 oft 65 4" Trail Skip Marking (Yellow Paint) LF LF 1200 1500 • $ 4 40 x S 080 5 5,28000 • $ 450 $ 5,46000 5 13,6000(1 x S 4130 . S 4,063313 65 or Pavement Markings (Thermoplastic) S 13,20000 . } 905 • 5 800 5 12.00000 $6 Pavement Symbols(Arrows-Thermo) EA 25 r. S 33000 -• S 8,25000 • $ 35000 5 9,75000 . S 30000 • 5 7,50000 67 Pavement Symbols (-Only"-Thermo) EA 12 •5 38500 •. 5 4,62000 • 5 39500 • 5 4,74000 • $ 35000 5 4,20000 10 Walgreens Driveway Painted Pavement Markings LS 1 r $ 1.10000 • $ 5,10000 • S 1,25000 5 125000 1 5 1,00000 5 1,00000 30"x 30' Rl0.1 5 (Fluorescent) w/Mounting 69 1 13ardware EA 1 • 5 25900 • 5 25900 • 5 14000 • 5 14000 • $ 23500 • 5 23500 70 30' x 36 R10 -12M w/Mounting Hardware EA 4 • 5 23700 • S 94800 • S 14000 • 5 50000 • S 21500 • S 86000 q` x 15- Push Button Sign R10 -3E 11 w/Mo0nting Hardware EA 12 S 6600 $ 79200 4 $ 8400 5 1,0080(1 • $ 600O • $ 72000 72 y'4' x 30" Speed Limit Sign 82 1 w/Support EA 6 • $ 22000 5 1,37000 • S 23000 ' S 13800(1 4 5 20000 • 5 1,20000 50,0 30" Crosswalk Warning Sign 51-] 13 .'v/Sup0Ort IA4 • 5 297.00. • $ .1,100.00 + 5 23000 5 92010< x S 20000 . $ 80000 S 70000 ]'4 120 24" Warning Diagonal Arrow Plaque W 16-7p UR (Sign Only) EA 2 . 5 8300 • 5 16600 * S 11500 5 23001.` x 5 10000 7'S 30"x30" Stop Sign 05-1w/Support EA 3 • 5 22000 - 5 66000 4 $ 23000 5 690014 • 5 20000 • 5 60000 76 I:ustom 12" x 18" Trail Sign w/Support EA 1 . 5 11000 5 11000 • 5 23000 • S 2300x, • $ 20000 • S 20000 dTverhead Intersection Guide Signs D3-1 17 9v/Mountng Hardware EA 4 t 5 47900 • } 1.91600 • 5 75000 5 300000 r 5 43500 5 1,74000 78 Pectangular Rapid Flashing Beacon vv/°oundatn,n (RRFB) EA ;2 + 5 9,30600 •. S 18,61200 1 S 5,50000 5 11.000 oil • S 8.46000 . S .16,92000 79 Er000r Con:rot LS 1 4 S 40,00000 5 40,00000 • 5 20,00000. • S 20,0000(• 1 5 46-50000 • 5 46,50500 a0 (traffic Control & Maintenance LS 1 • S 00,00000 - 5 60.00000 + S 65,00000 S 65,0000(•' , 5 75,00000 • 5 75,00000 01 Fwe Strand Barbed Wire Fencv LF 55 400 350 i S 1000 - $ 4,00000 • 675 •.S 6500 - S 270000 • 5 550 •' S 620000 72 Handicap Ramp r 5 2500 • 5 8,75000 ' 5 22,75000 • 5 7400 . $ 25,90000 373 1•ast-In-Place Detectable Warning Devices SF 500 + 5 L500 - S 750000 • S 1625 S 0,]7506 • 5 1500.• $ 7.50000 214 Protect Sign FA 1 • $ 75000 • S 7S000 • 5 85000 S 85000 , 5 65000 • S 65000 OS -tree Protection Fencing LF 1650 • 5 500 • 5 8,25000 • 5 350 5 5,7250<1 • 5 350 $ 5,77500 S'6 Site PhSlograPSs and Video 15 1 • $ 3.50000 • $ 3,50000 • 5 50000 5 50000 • 5 3,50000 1 3,50000 '::7 Abandon Exshng Sewer Manhole EA 5 1 5 75000 • S 3.75000 • S 1500(x1 5 7.50000 • S 100000 .. 5 5,00000 8 Adjust Wooer Valve Box to Grade EA 10 x $ 361,00 • 5 3,60000 • 5 25000 - 5 2,50000 + 5 50000.• 5 5,00000 19 Service POmt Assembly (2 Circuits) EA 2 1 '5 1,51300 • 5 3,02600 • 5 1,65UW . S 3.39000 r 5 1.37500 - 5 2,750,00 1D System Local ConCfOi er (16 Phase) (PEEK 9iaD0E1 EA 2 4: $ 20,10800 • 5 40,21600 1 S 20,90000 5 40,00000 + 5 34,20000 • $ 1020000 5 36 56000 • S 28.86000 Video Detector (Mast Mount) (PEEK Color "21deo Traffic Detector 082-1773) EA 12 • S 2,64600 r 5 31,75200 • 5 2, BSO DO • 5 2,40500 Video Processor Unit - (PEEK Hideotrak-10 i2 2 channel x 2l EA. 2 r 5 5,819.00 5 11,63800 , $ 6,50000 S 11,00000 • 5 5,25000 r 5 1(1,580.03 93 lricom CommpakiP EA 2 • $ 3,30500' 5 6,60000 1 5 3,30000 • S 6,60000 • S 3,00000 • S 6,000-90 34 lord PC 9013 N Magi Antenna EA EA 2 $ 424 00 + $ 84800 • S 47800 5 05605 • '5 30500 • 5 77000 • 5 34200 ?35 Polyphaner iS-50:4X-C2 Arrestor 2 5 18800 5 37600 4 5 19000 • 5 38004 • S 171.00 36 h)on-Metallic Conduit (1/2") LF 75 •$ 600 - $ 45000 • 5 675 • S 50525 • $ 555 5 41625 97 Non -Metallic ConduiL (2") LF 320 • 5 1150 - 5 3,68000 r 5 1350 • 5 4.31000 • 5 1050 • S 3.360-00 518 Non-Metallc Conduit(3"( Galvanized Steel Conduit (S 25"1 IF LF 1020 BC • $ 2650 • 5 13 00 $A27.030• • S• 5 2950 5 13 60 • 5 3000000 5 1,08800 0 $ 2400 • 5 24.4600099 • 5 96000 r $ 12.00 Page 30f5 100 Concrete Pull Box (Type 1 HD) EA 2 x S 5$300 5 116600 x 5 67800 • 72500 S 1.356071 x S 530.00 - $ 1,06000 101 Concrete Pull box (Type 2 HD) EA 12 • 5 69100 S 8.31600 5 8,70000 + 5 63000 -' S 7.56000 602 Traffic Signal Cable (5C/14 AWG) LF 1800 a S 150 S 2,70000 S 165 $ 2.97000 1 5 131 S 2430 a+ 803 rrffic Signal Cable (7C/14AWG) LF 950 • 5 176 $ 1,672.00 • 5 105 - 5 1,7575(1 • 5 160 • S 1,520.00 104 rraffic Signal Cable (20C/14 AWG) LF 1300 • S 440 • S 5,720700 • 5 450 S 5.85000 • S 400 • $ 5,20000 '005 lead-in Cable( Feeder Wire) LF 1250 • S 120 • 5 1,50000 • S 130 5 1,62500 x 5 112 ' 5 1,40000 $06 Belden Video Cable LF 2400 • 5 480 $ 11,52000 + S 480 5 11,52000 • $ 435 5 10,440.00 107 f -loci Cord For Luminaires )2C/12 AWG) IF 1825 • S 143 • $ 2,60975 + 150 5 2,73750 • S 130 • $ 2.37250 flog Flectrica:Conductors-in-conduit (2C/6 LF 100 • $ 292 ' S 292,00 • 5 300 5 30000 x 5 ;2,65 • S 26500 AWG) ,09 1lectrical Conductor -in -conduit (iC/8 LF 1180 + 5 160 - 5 1,86800 • 6 165 5 1,9470 • $ 745 $ 1,711,0 21WG EGC) 410 E,ectrical Conductors -in -conduit (10,112 LF 300 + $ 105 S 31500 • S 115 5 345 at + 5 0..95 a S zesty 3NJG EGC; 111 LMR-600 Coax Cable (Antenna) LF 155 u 5 585 • 5 906,75 • 5 600 $ 93000 a 5 530 5 82150 112 Traffic Signal Head (3-5ectwn)(LED) PA 20 • S 79500 . 5 15,90000 • S. 80000 S 16,00000 • S (23.00 S 3446000 113 traffic Signal Head(4-Section)(LED) EA 4 • S 98350 • 5 3.93400 r S' 99000 S 3,96001 c S 894.00 • $ 3,576,00 114 Countdown Pedestrian Signal Head (LED) EA 16 • 5 737-00 + 5 11,79200 5 74000 5 01,64000 k S 670.00 • $ 16.720.00 115 Prafliic Signal Mast Arm (27') & Pale 2-7t 1 •$ 13.066005 13,0960 $ 13.100 $ 13,30000 k $ 11,66000 + S 11,86000 so/Foundation 1 116 r(af`cS;gna! Mast Arm (32') & Pole ' $ 13,56900 $ 13,56900 • 5 1381000 5 13,81000 r $ 12,33500 • $ 12,33500 72/Foundation 117 traffic Signal Mast Arm (36') & Pole EA 1 a S 15.52100 , $ 15,52180 • $ 15,78000 :$ 15,7(001 • S 14,11000 5 14,11000 w{Foundation rra.T,, Signal Mast Arm (3B') & Pole CA 3 • $ 14,58600 5 43,7580' • 5 13,26000 + 5 39,78000. 118 • S 14.865 00 $ 44,5950 "w/Foundation 119 traffic Signal M ast Arm(44')&Pole EA I k $ 39,9100 ' $ !9,9100 R 5 20,00000 S 20,00004. • 5 18,10000 5 18,10001 /Foundation 120 traffic Signal Mast Arm (52') & Pole EA 1 • 5 21,3840 5 21.384.0 • S 21.7500 5 21,75000 e 5 19,7.400 • S 19,44000 Foundation 121 rrafficsignal Pedestal Pole (15') EA 5 . 2,72800 •S 5 ,3,6400 • $ 2,900 0 $ 14,800 • 5 2.46000 ' 5 12,40000 �.ojFoundation 122 Ru mir.ai re Assembly(Full C utolf(LED) EA 9 + 5 1,20000 S 9,600 • 5 135000 5 1080003 k S 1,031,00'- 5 8,72800 123 Video Monitor alMouse EA 2 • $ 51200 5 1.02400 • 5 51000 S 102000 • S 46500 • 5 93000 Page 4 0f 5 124 Adeo Dctector Rack EA 2 ■ S 3.C*5O 3 x nf7,6o $ 5.3 7.00 a S LUi000 5 7.410oa . S 415.00 S LS7000 125 Insurance end@onding .5 1 x 5 S,#700 •S S . 5 7,167.x3 5 L367.5 126 4'5ch.40 WCCor du5 tF 3W s S 3eo5 5 S.t00o0 . S $00 ; 1.c 5 5 5550 S 4.e00.oa 127 gdjuit Fd ting M2nlip;e !u Fan;rh GIa+Sc FA 1 r 5 LWOAQ 5 1.00a00 . 5 L450Ao. S 5 1,20000 $ 1.20000 .... _ TM S 74}x06x 4r1 S 1.ios1o'f. S 2.537.50000 *NOTICE: Bid award is contingent upon vendor meeting minimum specifications and formal authorization by City officials. Indicated Cakulatlon Carrectian w ,I II *arc Sal S DOCUMENT 0400 -BID FORM Contract Name: Rupple Road Street Improvements -Persimmon St. to Congressional St Bid Number: 16-22, Rupple Road Street Improvement -Persimmon St. to Congressional St. BID TO: Owner: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 BID FROM: Bidder: SWEETSER CONSTRUCTION, INC 590 W. POPLAR FAYETTEVILLE, AR 72703 ARTICLE 1- INTENT 1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement with Owner in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid price and within the Bid time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. ARTICLE 2- TERMS AND 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. SWEETSER CONSTRUCTION, INC. 0400 -Bid Form 00400—I Addendum #1 DOCUMENT 00400 -BID FORM (continued) ARTICLE 3- BIDDER'S REPRESENTATIONS 3.01 In submitting this Bid, Bidder represents, as more fully set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bid Documents, and the following Addenda, receipt of all which is hereby acknowledged: Number / Date B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Bidder is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. Bidder has carefully studied all: (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, 00400 -Bid Form 00400 —2 Addendum #1 SWEETSER CONSTRUCTION, INC. DOCUMENT 00400 -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. 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. 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 orr 65o -j®hgfj }.from bidding; and 00400 -Bid Form 00400-3 Addendum #1 DOCUMENT 00400 -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%, 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): BID SCHEDULE 1 ITEM EST. NO. DESCRIPTION UNIT QTY UNIT PRICE TOTAL 1 Mobilization (Not to exceed 5% of total bid) LS 1 cm 2 Insurance and Bonding LS 1 �8 ��� °� a �' 3. 2 Roadway Construction Control (Staking) LS 1 �4, 000 a �2 0 O1/7 3 Trench & Excavation Safety Systems LS 1 4 Clearing, Grubbing & Demolition LS I 2Qt2all 5 Rock Excavation CY 300 00400 -Bid Form SWEETgWOASTRUCTION, INC. Addendum #1 DOCUMENT 00400 -BID FORM (continued) BID SCHEDULE 1 ITEM NO. DESCRIPTION UNIT EST. QTY UNIT PRICE TOTAL 6 Unclassified Excavation (Plan Quantity) CY 6200 �' 7i �' 7 Select Embankment (Plan Quantity) CY 5700 yr ° ,� �o . 8 Embankment (Plan Quantity) CY 500 9 Subgrade Preparation (Plan Quantity) SY 11500 , 23 OO1 _ 10 4" Topsoil Placement SY 7500 �� )5O, 11 *Undercut and Stone Backfill CY 500 l 9 e� �� 59 r9 , 12 18" RCP Class 11I, Under Pavement LF 440 , d /9) S 'U °o 13 18" RCP Class III LF 1001 3 1)r oU 3' , 3 7 14 24" RCP Class III, Under Pavement LF 17 /j c13 a 15 24" RCP Class III LF 016 30" RCP Class III LF 154 ) „ � o / 7)3� ' 17 30" x 19" ERCP, Class III, Under Pavement LF 28 1�� , �� -� o0 `� n3 8, = 18 30" x 19" ERCP, Class Ill LF 15 9So / 19 18" RCP FES w/Curtain Wall EA 1 20 30" x 19" RCP FES w/Curtain Wall EA 1 j CJD ° � /93 99 21 18" RCP Collar EA 3 -� OO 22 24" RCP Concrete Collar EA 1 ° ( 00, O O 23 30" x 19" Concrete Collar ' EA 1 Cli v�J • = �' SWEETSER CONSTRUCTION, INC. 00400 -Bid Form 00400-5 Addendum #1 DOCUMENT 00400 -BID FORM (continued) BID SCHEDULE 1 ITEM EST. NO. DESCRIPTION UNIT QTY UNIT PRICE TOTAL 24 Modifying Drop Inlets (4'x4') EA 1 /°o 200. °9 25 Modifying Drop Inlets (4'x5') EA 1 c2, p° 3 , ©0, 3£70 pp 1 26 Modifying Drop Inlets (4'x6') EA 5 ai 500, ° 0O /L, 57O 27 Modifying Drop Inlets (5'x10') EA 2 3000. Gj OOU 28 Modifying Drop Inlets (5'x12') EA 1 3, �,00, O% , 29 Modifying Drop Inlets (5'x14') EA 3 3 ��C��� ° 3 O O , o tl 30 Modifying Drop Inlets 4' Extensions EA 7 !, f O tea- /, C1, oa 31 4' DIA. Type MO Curb Inlet EA 10 a1 i 0, p° Q ° 32 5' DIA. Type MO Curb Inlet EA 3 �� U0, 33 6' DIA. Type MO Junction Box EA 1 po 3, 00 OB 3 �a 34 4' x 6' Type C Curb Inlet EA 2 3 80C 35 8' Curb Inlet Extensions EA 14 /100, ° o (JC) o 36 Ex. DI #16 Convert to JB (5' x 4') EA 1 ) X00 of 9, O c, 00 37 Ex. DI #2 Convert to JB (4' x 4') EA I , (p C'O , c- 38 Connection to Ex. Curb Inlet 18" EA 2 LJ 00 /, RCP 39 Connection to Ex. Curb Inlet 30" EA 1 ` RCP I��DE 40 Rip Rap with Filter Blanket SY 10 /5 p° a0 /S C9, 41 Mailbox Removal EA 38 /f, � ) 10, °= 42 New Double Mailbox Installation EA 19 ,3 %5 5 oC� swIr 00400 -Bid Form 00400 —6 Addendum #1 DOCUMENT 00400 -BID FORM (continued) BID SCHEDULE I ITEM NO. DESCRIPTION UNIT EST. QTY UNIT PRICE TOTAL 43 2" Asphalt Milling SY 7500 3U ,)- 5C)(), o! 44 6" ABC Class 7 SY 12200 � � SC%Cri ' 45 HMAC Surface Course (PG70-22) TON 4300 7[j- 3/7 75 46 HMAC Binder Course (PG70-22) TON 2100 p� / oc ) 0O 47 Asphalt Concrete Patching for Maintenance of Traffic TON 20 � cz D oo' 48 P.C.C. Base Widening (Wedington) SY 200 - / GAO O, 49 Concrete Curb and Gutter (Standard) LF 10900 /c, - 7 'J Ob ' 50 Concrete Curb and Gutter (Modified) LF 1100 (p. ' 51 1' Concrete Valley Gutter LF 1700 6� ' // ' J 52 4" Concrete Sidewalk w/Class 7 Base SY 1050 ,Cf- f L 7, LSO, ° 53 4" Concrete Trail w/Class 7 Base SY 5800 'pis ' 000, 54 6" Driveway Concrete SY 1200 f 73, D 55 6" Concrete Pavement (Street Parking) SY 1000 a 6 (p e' 56 Seeding and Mulching AC 3 , / Vie%, ° (o, 3 D>, 57 Solid Sod SY 7500 3 7T Z ) _5 58 Temporary Pavement Markings p ry g LS 1 f ° l 3S�n 3, �L' , c �' 59 Raised Pavement Marker (Type II) EA 100 Q, /j 60 Handicap Pavement Marking EA 1 oe � °E' 57 0, SWEETSER CONSTRUCTION, INC. 00400 -Bid Form 00400 —7 Addendum #1 DOCUMENT 00400 -BID FORM (continued) BID SCHEDULE 1 ITEM EST. NO. DESCRIPTION UNIT QTY UNIT PRICE TOTAL 61 8" Pavement Marking LF 250 D_o o_o (Thermoplastic) 62 4" P -Lot Pavement Marking (White LF 1000 D 00 Paint) 63 4" Pavement Marking LF 6000 / a c o (Thermoplastic) 64 4" Trail Skip Marking (Yellow Paint) LF 1200 .L)- 65 12" Pavement Markings LF 1500 00 ` 6- /a DD, (Thennoplastic) 66 Pavement Symbols (Arrows -Thermo) EA 25 3oa, ° O 752 67 S mbolsEA Pavement ("Only" -Thermo) YD 12 � � 3 S� vim, o0 � � 68 Walgreens Driveway Painted LS I oo � ong, p o Pavement Markings 69 30" x 30" RIO -15 (Fluorescent) EA I Go L w/Mounting Hardware 70 30" x 36" R10 -12M w/Mounting EA 4 0o Slob o� Hardware 71 9" x 15" Push Button Sign R10 -3E EA 12 OG e o w/Mounting Hardware 72 24" x 30" Speed Limit Sign R2-1 w/Support EA 6 �12O.� /j o�l/'�� 0 0 73 30" x 30" Crosswalk Warning Sign EA 4 oo po S1-1 w/Support 74 12" x 24" Warning Diagonal Arrow EA 2 co o c Plaque W16 -7p L/R (Sign Only) 75 30" x 30" Stop Sign R1-1 w/Support EA 3 76 Custom 12" x 18" Trail Sign EA I w/Support 77 Overhead Intersection Guide Signs EA 4 eo 1�3�j 00 l/ % , D3-1 w/Mounting Hardware 78 Rectangular Rapid Flashing Beacon EA 2 o l w/Foundation (RRFB) SWEETSER CONSTRUCTION, INC. 00400 -Bid Form 00400— 8 Addendum #1 DOCUMENT 00400 -BID FORM (continued) BID SCHEDULE 1 ITEM EST. NO. DESCRIPTION UNIT QTY UNIT PRICE TOTAL 79 Erosion Control LS 1 80 Traffic Control & Maintenance LS I 750, 7S 9OO, , 81 Five Strand Barbed Wire Fence LF 400 ,j ,, �i jJ2 O.. 82 Handicap Ramp SY 350 % o� cep S 90C). 83 Cast -in -Place Detectable Warning SF 500 /51 Devices 84 Project Sign EA 1 85 Tree Protection Fencing LF 1650 �U ,3. va 7 %S = 86 Site Photographs and Video LS 1 3,3c')O co ° 4.30.. 87 Abandon Existing Sewer Manhole EA 5 / 20, 88 Adjust Water Valve Box to Grade EA 10 57(, 0° SJ D 9(), °; 89 Service Point Assembly (2 Circuits) EA 2 /,_3 75. p0� 90 System Local Controller (16 Phase) EA 2 ° J S,J��O. 3 �� 5 hC� °n (PEEK 3000E) 91 Video Detector (Mast Mount) (PEEK Color Video Traffic Detector #82- EA 12 2 D� 1773) 92 Video Processor Unit - (PEEK EA 2 °o �� ?(�, ���� D Videotrak-IQ 2 channel x 2) 93 Encom Commpak IP EA 2 O0(7 ° (�J (700.. °G 94 Laird PC 9013 N Yagi Antenna EA 2 3 ) o O 7 95 Polyphaser IS-50NX-C2 Arrestor EA 2 l 7/, 3 Z/'a 96 Non -Metallic Conduit (1/2") LF 75 S ) , SWEETSER CONSTRUCTION, INC. 00400 -Bid Form 00400 —9 Addendum #1 DOCUMENT 00400 —BID FORM (continued) BID SCHEDULE 1 ITEM EST. NO. DESCRIPTION UNIT QTY UNIT PRICE TOTAL 97 Non -Metallic Conduit (2") LF 320 /0 Sf 3 (p 0 98 Non -Metallic Conduit (3") LF 1020 2 �� O , 99 Galvanized Steel Conduit (1.25") LF 80 100 Concrete Pull Box (Type I HD) EA 2 .5-3 p° (,O 6 U, 101 Concrete Pull box (Type 2 HD) EA 12 102 Traffic Signal Cable (5C/14 AWG) LF 1800 / �' OO �� L{ 3 - 103 Traffic Signal Cable (7C/14 AWG) LF 950 / l • v / 5.2 a, 104 Traffic Signal Cable (20C/14 AWG) LF 1300 105 Lead-in Cable (Feeder Wire) LF 1250 J /� G � 4-Q G, 106 Belden Video Cable LF 2400 Lit- �S %(9 L/ -4L9 p° 107 Elect. Cond. For Luminaires (2C/12 LF 1825 0 /, 5 O AWG) 108 Electrical Conductors -in -conduit LF 100 (2C/6 AWG) 109 Electrical Conductors -in -conduit LF 1180 ), e ,/ 7//• (1C/8 AWG EGC) 110 Electrical Conductors -in -conduit LF 300 (1C/12 AWG EGC) ill LMR-600 Coax Cable (Antenna) LF 155 f�a D g�L f 112 Traffic Signal Head (3-Section)(LED) EA 20 3 o /Lf 113 Traffic Signal Head (4-Section)(LED) EA 4 g�jLL OD 114 Countdown Pedestrian Signal Head EA 16 l ° (LED) SWEETSER CONSTRUCTION, INC. 00400 -Bid Form 00400 — 10 Addendum #1 DOCUMENT 00400 -BID FORM (continued) F BID SCHEDULE I ITEM EST. NO. DESCRIPTION UNIT QTY UNIT PRICE TOTAL 115 Traffic Signal Mast Arm (27') & Pole EA 1 oa �i w/Foundation 116 Traffic Signal Mast Arm (32') & Pole EA l va /2 335 335 - o0 �� 3 35 w/Foundation 117 Traffic Signal Mast Arm (36') & Pole EA 1 ` 1) �, / / 1 D _� J w/Foundation 118 Traffic Signal Mast Arm (38') & Pole EA 3 00 3� a� �' ' a 3 w/Foundation 119 Traffic Signal Mast Arm (44') & Pole EA 1 °0 D w/Foundation 120 Traffic Signal Mast Arm (52') & Pole EA ] o2 �� 9 L/L w/Foundation 121 Traffic Signal Pedestal Pole (15') EA 5 °e aim ° ���� w/Foundation 122 Luminaire Assembly EA 8 p q 1i G 9 i, i % O2 ? (Full Cutoff)(LED) 123 Video Monitor w/Mouse EA 2 / � 9 124 Video Detector Rack EA 2 935 l/ 7D £?- 125 Insurance and Bonding LS 1 f 7s ,� (o �, 7S 126 4" Sch. 40 PVC Conduit LF 300 /�° 1 &'D® ' 127 Adjust Existing Manhole to Finish EA 1 �. i� U, oa 1� �D0, Grade *To be only used at the direction of the Engineer TOTAL AMOUNT BID $ „r, , 3, 3O` 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. SWEETSER CONSTRUCTION, INC. 00400 -Bid Form 00400 —11 Addendum #1 DOCUMENT 00400 -BID FORM (continued) 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 a certified or bank cashier's check or a Bid Bond and in the amount of Dollars ($ 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: SWEETSER CONSTRUCTION, INC. 590 W. POI-'LAH FAYETTEVILLE, AR 72703 Email. (+_hAr�I I e- ' k1 ��fSe(LCr/r'S �r✓ci c J, c oM Phone No. PHONE 479-443-3026 FAX 479-442-0119 FAX No. ARTICLE 8- TERMINOLOGY 8.01 The terms used in this Bid which are defined in the GENERAL CONDITIONS or Instructions to Bidders will have the meanings assigned to them. SUBMITTED on R,r �, /Lid , 20/?o. ARKANSAS CONTRACTOR LICENSE # Arkansas State Contractor License No. 027470416 If Bidder is: SWEETSER CONSTRUCTION, INC. 00400 -Bid Form 00400 —12 Addendum #1 DOCUMENT 00400 -BID FORM (continued) An Individual Name (type or printed): By: Doing business as: Business address: _ Phone No.: 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.: FAX No.: SWEETSER CONSTRUCTION, INC. 00400 -Bid Form 00400— 13 Addendum #1 DOCUMENT 00400 -BID FORM (continued) A Corporation or LLC Corporation Name: SWEETSER CONSTRUCTION, INC. (SEAL) State of Incorporation: ARKANSAS -_-. Type (General Business, Professional, Service, Limited Liability): ri By: — attach evidence of authority to sign) WILLIAM G. SWEETSER Name (type or printed): Title: PRESIDENT (CORPORATE SEAL) Attest: (Signature of Corporate Secretary) SWEETSER CONSTRUCTION, INC. 590 W. POPLAR Business address: FAYETTEVILLE, AR 72703 PHONE 479-443-3O26 PHONE 7-443-3O26 FA)( 479-442-0119 IFA FAX 479-442-0 1 Phone No.: & No.: END OF DOCUMENT 00400 SWEETSER CONSTRUCTION, INC. 00400 -Bid Form 00400-14 Addendum #1 BID BOND TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Hartford, Connecticut 06183 KNOWN ALL BY THESE PRESENTS, That we, Sweetser Construction Inc., as Principal, and Travelers Casualty and Surety Company of America, as Surety, are held and firmly bound unto City of Fayetteville, AR, as Obligee, in the sum of 5% of Bid Dollars ($5%) for the payment of which we bind ourselves, and our successors and assigns, jointly and severally, as provided herein. WHEREAS, Principal has submitted or is about to submit a bid to the Obligee on a contract for furnishing all labor and materials for Bid 16-22, Construction-Rupple Road Street Improvements, Persimmon St to Congressional St., Fayetteville, AR ("Project"). NOW, THEREFORE, the condition of this bond is that if Obligee accepts Principal's bid, and Principal enters into a contract with Obligee in conformance with the terms of the bid and provides such bond or bonds as may be specified in the bidding or contract documents, then this obligation shall be void; otherwise Principal and Surety will pay to Obligee the difference between the amount of Principal's bid and the amount for which Obligee shall in good faith contract with another person or entity to perform the work covered by Principal's bid, but in no event shall Surety's and Principal's liability exceed the penal sum of this bond. Signed this 10th day of March, 2016. Sweetser Co By: Travelers Casualty and Surety Company of America By: _. David Chi son, Attorney -in -Fact WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED t3ORDER POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 227800 Certificate No. 006072046 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Cheryl Ann Pankey. Adrian Luttell, Roland Julian, and David Chilson of the City of Fayetteville , State of Arkansas , their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this day of October 2014 Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 31st St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company GASU,,�r qya�•J F1RE6? O�R� Gp,� NSVgQ ,P tY ANps 17b �UYC `O`W'Y�t,� O= °iygWr t VV--ryp/'�rc°�jb a .. — r� ':. ..q �°�., �........ _q`:. P o � � � `•� IJ/ / Pi m. �rCOR PrvR�>C Q RPOR4 '° 9� O 1 9 B 2 O z ; 1951 j SSE AL�oi t'+ °' 1696 5� n 9'-.. Z, 6oa:,$5AL;'p3 • ; CONN. ;o CONK. 8 N s y Rya State of Connecticut City of Hartford ss. By: Rabcrl L. Raney, color Vice President On this the 31st day of October 2014 ,before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. ,ATAA� My Commission expires the 30th day of June, 2016. r4 R 7F �S 58440-8-12 Printed in U.S A. Marie C. Tetreault, Notary Public WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and UnitedStates Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of Kevin E. I{ughes, Assistant Sec Lary 20 _. G}SU.t�� � ' 41RE 6 S ��W .�Ny�G Pi 1rN5Uq%.,. Jp�tY AN00 111051@E7Y0 YY•Y'-�p 2 t o�prP �b n 1 9 8 2 O �, �- 1951 �` S E A L 'O 9 r ". ` ' "' corn• °.\ a '" 1898 < �6`'Nrc[+.'?tea a . � To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached. THIS POWER -- ------ -- -- iC. r { DOCUMENT 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR Contract Name/Title: Rupple Road Street Improvements -Persimmon St. to Congressional St. Contract No.: 16-22, Rupple Road Street Improvements -Persimmon St. to Congressional St. THIS AGREEMENT is dated as of the S day ofj in the year 2016 by and between The City of Fayetteville, Arkansas and , 1 � ___ (hereinafter called Contractor). ARTICLE I - 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: Improvements to approximately 3,850 linear feet of roadway located between Persimmon Street and Congressional Street. The improvements include widening Rupple Road from a 2 -lane principal arterial to a 4 -lane principal arterial with medians. Other improvements to be included in this project are: multi -use trail & sidewalk construction, storm drainage, on -street parking, and traffic signal installation. 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 AIITD Right-of-way, City of Fayetteville Right-of-way and in General Utility Easements. Refer to Section 00400 -Bid Form for quantities: 00500 Agreement 00500 - l 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 365 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 395 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. 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. 00500 Agreement 00500 - 3 DOCUMENT 00500 — AGREEMENT (continued) 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 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. 00500 Agreement 00500 - 4 DOCUMENT 00500 — AGREEMENT (continued) 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 (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 00500 Agreement 00500 - 5 DOCUMENT 00500 — AGREEMENT (continued) 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. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Contractor. 00500 Agreement 00500 - 6 DOCUMENT 00500 — AGREEMENT (continued) 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. 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: Rupple Road Street Improvements 8. Addenda numbers one (1) to two (2), inclusive. 00500 Agreement 00500 - 7 DOCUMENT 00500 — AGREEMENT (continued) 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 partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents, 00500 Agreement 00500 - 8 DOCUMENT 00500 — AGREEMENT (continued) 8.04 SEVERABILITY: A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon The City of Fayetteville and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 8.05 FREEDOM OF INFORMATION ACT: A. City contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. 8.06 LIENS: A. No liens against this construction project are allowed. Arkansas law (A.C.A. §§18-44-501 through 508) prohibits the filing of any mechanics' of materialmen's liens in relation to this public construction project. Arkansas law requires and the contractor promises to provide and file with the Circuit Clerk of Washington County a bond in a sum equal to the amount of this contract. Any subcontractor or materials supplier may bring an action for non-payment or labor or material on the bond. The contractor promises to notify every subcontractor and materials supplier for this project of this paragraph and obtain their written acknowledgement of such notice prior to commencement of the work of the subcontractor or materials supplier. 00500 Agreement 00500 - 9 DOCUMENT 00500 — AGREEMENT (continued) IN WITNESS WHEREOF, The City of Fayetteville and Contractor have signed this Agreement in quadruplicate. One counterpart each has been delivered to Contractor and Engineer. Two counterparts each has been delivered to The City of Fayetteville. All portions of the Contract Documents have been signed, initialed, or identified by The City of Fayetteville and Contractor or identified by Engineer on their behalf. This Agreement will be effective on 4 l 20 4which is the Effective Date of the Agreement. CONTRACTOR: SWEETSER CONSTRUCTION, INC. Title: l'�F ES DENT Title: Mayor (SEAL) (SEAL) Attest ! R Attest _C,p_ . FAVETr VILLE ` +If�•�r� �A NS 00500 Agreement 00500 - 10 DOCUMENT 00500 — AGREEMENT (continued) Address for giving notices SWEETSER CONSTRUCTION, INC. 590 W. POPLAR FAYETTEVILLE, AR 72703 Address for giving notices 113 W. Mountain St. Fayetteville, AR 72701 License No. ARKANSAS CONTRACTOR LICENSE # (attach evidence of authority to sign and resolution or other documents Agent or S rvi roccss authorizing execution of Agreement) (If Contractor is a corporation, Approved As to Form: attach evidence of authority to sign.) By: Attorney For: _____________________ END OF DOCUMENT 00500 00500 Agreement 00500 - 11 CORPORATE RESOLUTION OF BOARD OF DIRECTORS OF SWEETSER CONSTRUCTION 1, Sharon Sweetser, certify that I am the secretary and treasurer of Sweetser Construction, a corporation legally organized and existing under and by virtue of the laws of the State of Arkansas, and that I am the custodian of the records and the seal of the corporation; that at a meeting of the board of directors of the corporation duly and legally called and held in accordance with the law and the bylaws of the corporation on the 27 day of December 2004, at which meeting a quorum of the board of directors of the corporation was present, the following resolutions were duly adopted by the board of directors of the corporation and are set forth in the minutes of the meeting, namely: "BE IT RESOLVED, by the board of directors of this corporation that: That Billy Sweetser as President of the Corporation and Sharon Sweetser as Secretary and Treasurer of the Corporation, are authorized to sign any and all contracts, deeds, assurances or any document which may be proper to effectuate the negotiations or transactions of the corporation. That Billy Sweetser as President of the Corporation and Sharon Sweetser as Secretary and Treasurer of the Corporation, any one or jointly are authorized to sign any and all contracts, deeds, assurances or any document which may be proper to effectuate the negations or transactions of the corporation from time to time on behalf of this Corporation. The above resolution will continue in force until express written notice of its rescission or modification has been received. I further certify that the above resolutions have not been in any way altered, amended, or rescinded; they are not in contravention of or in conflict with any of the conditions or provisions of the bylaws or charter of the corporation; and they are now in force and effect. I further certify that the names of all presently qualified and acting officers of the corporation are as follows, and the genuine signature of those presently authorized to sign for the corporation pursuant to the above resolutions appears below, identified by their signature: Billy Swee ser, President Sharon Sweetser, S c - -tazy/Treasurez- IN WITNESS WHEREOF, I have hereunto set my hand as Secretary of said corporation and have affixed hereto the official seal of the corporation this day of PLO- &'7 , 2004. Secretary ATTEST• President City of Fayetteville - Purchase Order Request (PO) equfsltlon- No. 1De: (Not a Purchase Order) 3114/2016 Number: All PO Requests shall be scanned to the Purchasing e-mail: Purchasing@fayetteville-ar.gov. qg@fayettevil le-ar.gov. Purchase shall not be made until an actual PO has been issued. Vendor 56870 Vendor Sweetser Construction Inc. Mail Legistar#: # Name: Eves ❑No 2016-0146 Address: 590 West Poplar FOB Point- Taxable Expected Delivery Date EYES NO City Fayetteville AR Zip Code: Ship to code: Quotes Attached 72703 ❑ YES ❑ No Requester: Matt Casey Requester's Employee #: Extension: 2119 3429 Item Description Quantity Unit of Issue Unit Cost Extended Cost Account Number Project Sub# Inventory # Fixed Asset # Construction of Rupple Road 1 (Persimmon to Congressional) 1 2,537,900.00 $2,537,900.00 4520.9555.5809.00 06035.3300 2 3 $0.00 4 $0.00 5 $0.00 6 $0.00 7 $0.00 8 $0.00 9 $0.00 10 $0.00 Shipping/Handling Lot $0.00 Special instructions: Subtotal: $2,537,900.00 Tax: $0.00 Total: $2,537,900.00 Approvals: Mayor: Department Director: Purchasing Manager: Chief Financial Officer: Budget Director: IT Director: Dispatch Manager: Utilities Manager: Other: Ptevlseo 71Z1RU10