Loading...
HomeMy WebLinkAbout34-17 RESOLUTIONSAY Ep2. M1 [i r� -q'T Y S DS 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 34-17 File Number: 2016-0639 BID NO. 16-67 SWEETSER CONSTRUCTION, INC.: A RESOLUTION TO AWARD BID NO. 16-67 AND AUTHORIZE A CONTRACT WITH SWEETSER CONSTRUCTION, INC. IN THE AMOUNT OF $158,422.00 FOR THE CONSTRUCTION OF A BRIDGE ALONG SALEM ROAD FOR THE CLABBER CREEK TRAIL, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $7,921.00 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 Bid No. 16-67 and authorizes a contract with Sweetser Construction, Inc. in the amount of $158,422.00 for the construction of a bridge along Salem Road for the Clabber Creek Trail, and further approves a project contingency in the amount of $7,921.00. PASSED and APPROVED on 2/7/2017 Attest: It fit., Sondra E. Smith, City Clerk Tre `�:" TS�r•� C'\l Y 0,c FAYF-T EV1tLE: kAW Page 1 Printed on 218117 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Text File File Number: 2016-0639 Agenda Date: 2/7/2017 Version: 1 Status: Passed In Control: City Council Meeting File Type: Resolution Agenda Number: A. 4 BID NO. 16-67 SWEETSER CONSTRUCTION, INC.: A RESOLUTION TO AWARD BID NO. 16-67 AND AUTHORIZE A CONTRACT WITH SWEETSER CONSTRUCTION, INC. IN THE AMOUNT OF $158,422.00 FOR THE CONSTRUCTION OF A BRIDGE ALONG SALEM ROAD FOR THE CLABBER CREEK TRAIL, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $7,921.00 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 Bid No. 16-67 and authorizes a contract with Sweetser Construction, Inc. in the amount of $158,422.00 for the construction of a bridge along Salem Road for the Clabber Creek Trail, and further approves a project contingency in the amount of $7,921.00. City of Fayetteville, Arkansas Page 1 Printed on 21812017 Matt Mihalevich Submitted By City of Fayetteville Staff Review Form 2016-0639 Legistar File ID February 7th 2017 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 1/13/2017 Engineering / Development Services Department Submitted Date Division / Department Action Recommendation: Approval of a Resolution awarding Bid 16-67 and authorizing a contract with Sweetser Construction, Inc. in the amount of $158,422.00 for the construction of a bridge along Salem Road for the Clabber Creek Trail and approving a 5% project contingency in the amount of $7,921.00. 4470.800.8830-5814.05 Account Number 02016.1304 Project Number Budgeted Item? Yes Does item have a cost? Yes Budget Adjustment Attached? NA Previous Ordinance or Resolution # Original Contract Number: Comments: 172-13 Budget Impact: Sales Tax Capital Improvement Fund Clabber Creek Trail Bridge Current Budget Funds Obligated Current Balance Item Cost Budget Adjustment Remaining Budget Project Title $ 166,410.00 $ 64.00 $ 166,343.00 Approval Date: V20140710 CITY OF ayTV11e NSAS MEETING OF FEBRUARY 7T", 2017 TO: Mayor and City Council CITY COUNCIL AGENDA MEMO THRU: Don Marr, Chief of Staff Terry Gulley, Transportation Services Director Chris Brown, City Engineer FROM: Matt Mihalevich, Trails Coordinator DATE: January 13th, 2017 SUBJECT: 2016-0639 Clabber Creek Trail Bridge Construction RECOMMENDATION: Approval of a Resolution awarding Bid 16-67 and authorizing a contract with Sweetser Construction, Inc. in the amount of $158,422.00 for the construction of a bridge along Salem Road for the Clabber Creek Trail and approving a 5% project contingency in the amount of $7,921.00. BACKGROUND: In August of 2013, resolution number 172-13 was approved accepting a grant in the amount of $81,248 through the Safe Routes to Schools Program administered through the Arkansas State Highway and Transportation Department (AHTD) for the design and construction of a bridge over Clabber Creek at Salem Road. The in house trail construction crew recently finished a 3/4 - mile extension of the Clabber Creek Trail from Rupple Road to the east side of Gary Hampton Softball complex which includes a 600 foot elevated concrete boardwalk. This contract will complete this section of the trail by providing the bridge over Clabber Creek at Salem Road. DISCUSSION: Bids opened on January 5th, 2017 for Bid 16-67 - Clabber Creek Trail Bridge. Three bidders responded to the request for formal bids and Sweetser Construction, Inc. was the lowest responsive bidder. Please see the attached bid tabulation. Sweetser Construction, Inc. will have 150 calendar days to complete the bridge project. BUDGET/STAFF IMPACT: Funds are available for this contract through the Safe Routes to School Grant and trail development CIP. Attachments: Clabber Creek Trail Map Bid 16-67 Bid Tabulation Sweetser Construction Signed Agreement Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 0 a z z w to 21o,�� � s �y 0 y CC, C+� � dY Cl) y 'N -J IIHM s6 VA18d 02f 37dd(]2f L w w r- J; N(I HC)1VO A -F I Z O a � Q W C `� U m O 0 W U Y a I— Z 0 a 0 W W 0 0 LL O ui mov000 Y a m Z a'd z 4 ca -td Sa0401A ' 0 J v=I107fO4tsIAVL m � m G ' U a asA CLQ 2 0 0 �6 L OU CC C U) t t3 PBOa olddna �y L U L c U } U S a i !7 z a m .. _ _ _ _ - - _ - _ _ _ _ L w w r- J; N(I HC)1VO A -F I Z O a � Q W C `� U m O 0 W U Y Ix I— Z 0 0 W W 0 0 LL O mov000 0a m Z a'd z peOa.WOIes ca -td Sa0401A ' 0 J v=I107fO4tsIAVL m Z =C o w G ' JWO asA CLQ 2 0 0 �6 Id 5�31�fng OU CC C U) t t3 PBOa olddna 0 LO N LO N 0 w Q Ix 0 0 m Z a'd z 0 o ' CLQ �6 Y �y L U L U 0 LO N LO N 0 CITY OF FAYETTEVILLE, ARKANSAS CITY OF Ta`y4-1 e Bid 16-67 Construction - Clabber Creek Trail Bridge ANSAS OFFICIAL BID TABULATION Certification of Funds: $140,000,00 Max Bid Award Limit: $175,000.00 BID OPENING: 01/05/2017; 2:00 PM Boulder Construction, Inc, Crossland Heavy Contractors, Inc, Sweetser Construction, Inc. ITEM ESTIMATED UNIT UNIT UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT 1 liclearing and Grubbing Trees LS 1 $ 7,900.00 1 S 7,900.00 $ 2,500.00 $ 2,500.00 $ 2,400.00 S 2,400.00 2 (Removal and Disposal of Concrete SY 15 $ 58.33 $ 874.95 $ 12.00 $ 180.00 $ 20,00 $ 300.00 Walks 3 (Unclassified Excavation CY 321 $ 9.74 $ 3.126.54 S 19.00 $ 6,099.00 5 24.00 S 7,704.00 4 Approach Slab (Type Special) CY 6 S 782.23 S 4,974.98 S 750.00 $ 4,770.00 $ 850.00 S 5,406.00 5 Mobilizatioa(Notto exceed 5% of LS 1 $ 10,000.00 $ 10,000.001 $ 9,000.00 S 9,000.00 $ 4,500.00 $ 4,500.00 ,total) 16 IlMaintenance of Trafflce LS 1 $ 5,625.00 $ 5,625.00 S 3,500.00 S 3,500.00 $ 4,900.00 S 4,900.00 7 IsIgns SF 48 _ s 55.52 $ 2,664.96 $ 30.00 $ 1,440,00 S 14.00 -$ 672.00 ;8 Traffic Drums EA 12 S 195.83 S 2,349.96 $ 65.00 S 780.001 S 60.00 $ 720.00 19 Silt Fence LF 159 S 15.28 $ 2,429.52 $ 3.00 $ 477.00 S 7.00 $ 1,113.00 10 Concrete Walks SY 37 $ 58.11 $ 2,150.07 $ 82.00 $ 3,034.00 $ 45.00 S 1,665.00 11 Brld a Construction Control LS 1 $ - 7,025.00 $ 7,025.00 $ 5,800.00 $ 5,800.00 $ 2,200.00 5 2,200.00 12 Unclassified Excavation for CY 45 $ 218.89 $ 9,850.05 $ 260.00 $ 11,700,00 $ 32.00 $ 1,440.00 Structures- Bridge 13 lClass S Concrete - Bride CY 21 S 2,530.92 S 52.390.04 5 1,150.00 $ 23,805.00 S 1,200.00 S 24,840.00 14 Reinforcing Steel - Roadway (Grade LB 472 $ 8,14 $ 3,842.08 $ 2.50 $ 1,180.00 $ 6.00 $ 2,832.00 60) 15 Reinforcing Steel - Bridge ( Grade 60) LB 2,070 $ 4.07 $ 8,424.90 $ 2,60 $ 5,382.00 $ 6,00 $ 12,420.00 16 :Silicone Joint Sealant LF 24 S 54.79 5 1.314.96 S 60,00 $ 1,440.00 $ 15.00 S 360.00 17 Modification of Existing Bridge LS 1 $ 9,520.00 $ 9,520.00 $ 2,500.00 $ 2,500.00 $ 4,500.00 $ 4,500.00 Structure 18 50' Steel Bridge Truss EA 1 S 52,300.00 S 52,300.00 $ 66,500.00 S 66.,500.00 S 54,950.00 S 54,950.00 19 Metal Handrail LF 1 12 $ 185.33 S 2,223.96 S 275.00 S 3,300.00 S 125.00 S 1,500.00 20 Micro iles EA 8 5 3,125.00 $ 25,000.00 5 3,800.00 $ 30,400.00 $ 2,750.00 $ 22,000.00 21[Insurance and Bonding LS 1 $ 6,403.00 $ 6,403.00 S 3,000.00 $ 3,000.00 $ 2,000.00 S 2,000.00 TOTAL BASE BID $ 220,389.98 $ 186,787.00 $ 158,422.00 'Highlighting Notes Corrected CaicuWtWn Error CERTIFIED: ndrea (en ie, CPPO, CPPB, Purchasing Manager Witness Date DOCUMENT 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR Contract Name/Titic: CLABBER CREEK TRAIL BRIDGE Contract No.: A 00 00001 THIS AGREEMENT is dated as of the day of in the year 2017 by and between The City of Fayetteville, Arkansas and Sweetser Construction c. (hereinafter called Contractor). ARTICLE 1 - WORK 1.01 Contractor shall compete all Work as specified or indicated in the Contract Documents. The work under this Contract includes, but is not limited to: The project includes, but not limited to, the installation of a 50' steel truss bridge over Clabber Creek along the west side of Salem Road in Fayetteville. The Contract consists of micropile bridge abutment foundations, cast bridge abutments, concrete trail and bridge deck, handrails, and miscellaneous related items The contract includes work in City of Fayetteville Right -of -Way, ARTICLE 2 - ENGINEER 2.01 The Project has been designed by the City of Fayetteville, Engineering Division, who is hereinafter called Engineer. The Engineer assumes all duties and responsibilities, and has the rights and authority assigned to Engineer 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. 00500 Agreement 00500- 1 AHTD Job No. 040663 Clabber Creek Trail Bridge DOCUMl NT 00500 — AG112FEMENT (continued) B. Contractor shall provide competent, suitably qualified personnel to survey and lay out the Work and perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. Except in connection with the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise indicated in the Contract Documents, all Work at the Site shall be performed during regular working hours, and Contractor will not permit overtime work or the performance of Work on Saturday, Sunday, or any legal holidgy without Engineer's written consent. Contractor shall abide by the City ordinance of allowing work between lam and 1 Ipm, Monday through Saturday and Sunday between 9am and I Ipm. 3.02 DATES FOR SUBSTANTIAL COMPLETION AND FINAL PAYMENT: A. The Work will be Substantially Completed within 120 calendar days after the date when the Contract Times commence to run as provided in the GENERAL CONDITIONS, and completed and ready for final payment in accordance with the GENERAL CONDITIONS within 150 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 Two Hundred Fifty Dollars ($250.00) for each calendar day that expires after the time specified above in Paragraph 3.02 for Substantial 00500 Agreement 00500-2 AHTD Job No. 040663 Clabber Creek Trail Bridge DOCUMENT 00500 —AGREEMENT (continued) Contractor shall pay The City of Fayetteville Two Hundred Fifty Dollars ($250.00) for each calendar day that expires after the time specified above in Paragraph 3.02 for Substantial Completion until the remainder of 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 Two Hundred Fifty Dollars ($250.00) for each calendar day that expires after the time specified for completion and readiness for final payment. ARTIC:'LE, 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 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. ARTICLE 5 - PAYMEiti T PROCEDURES 5.01 SUI3MITTAL AND PROCESSING OF PAYMC:NTS: 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 AHTD Job No. 040663 Clabber Creek Trail Bridge DOC:UMEN'r 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 1 Sth day of each month during construction. All such payments will be measured by the schedule of values established in the GENERAL CONDITIONS (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements. I . Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as Engineer shall determine, or The City of Fayetteville may withhold, in accordance with the GENERAL CONDITIONS. a. 95% of Work Completed (with the balance being retainage). 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 AHTD Job No. 040663 Clabber Creek Trail Bridge DOCUMENT 00500 —AGREEMENT (continued) 2. Upon Substantial Completion, The City of Fayetteville shall pay an amount sufficient to increase total payments to Contractor to 95% of the Contract Price (with the balance being retainage), less such amounts as Engineer shall determine, or The City of Fayetteville may withhold, in accordance with the GENERAL CONDITIONS 5.03 FINAL PAYMENT: A. Upon final completion and acceptance of the Work in accordance with the GENERAL CONDITIONS, The City of Fayetteville shall pay the remainder of the Contract Price as recommended by Engineer and as provided in the GENERAL CONDITIONS. ARTICLE b - CONTRACTOR'S REPRFSENTATIONS 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 00500 Agreement 00500-5 AHTD Job No. 040663 Clabber Creek Trail Bridge DOCUMENT 00500 AGREEMENT (continued) 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 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. 00500 Agreement 00500-6 AHTD Job No. 040663 Clabber Creek Trail Bridge DOCUMENT 00500 — AGREEMENT (continued) I. 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. 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 Mowing 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. S. Supplementary Conditions. 6. Specifications consisting of divisions and sections as listed in table of contents of Project Manual. 00500 Agreement 00500-7 AHTD Job No. 040663 Clabber Creek Trail Bridge DOCUMENT 00500 -- AGREEMENT (continued) 7. Drawings consisting of a cover sheet and sheets as listed in the table of contents thereof, with each sheet bearing the following general title: CLABBER CREEK TRAIL BRIDGE 8. Addenda numbers one (1) to ( __), inclusive. 9, The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to the GENERAL CONDITIONS. ARTICLE 8 - MISCELLANEOUS 8.01 TERMS: A. Terms used in this Agreement which are defined in the GENERAL CONDITIONS shall have the meanings stated in the GENERAL CONDITIONS. 8.02 ASSIGNMENT OF CONTRACT: A. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by Law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 00500 Agreement 00500-8 AHTD Job No. 040663 Clabber Creek Trail Bridge DOCUMENT 00500 — AGREEMENT (continued) 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. 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. OTHER PROVISIONS: Not Applicable. 00500 Agreement 00500-9 Al ITD Job No. 040663 Clabber Creek Trail Bridge 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 A-1 , 20 1which is the Effective Date of the Agreement. SWEETSER CONSTRUCTION, INC By: (SEAL) CITY OF FAYETTEVILLE (SEAL) Attest�.�( L~ Attest Address for giving notices 590 WFFT POPLAF6 FAYETTEVII_LL, AR 72705 License No. Agent for Serviceg�,���9 WILLIAM (3. �9 (If Contractor is a corporation, attach evidence of authority to sign.) END OF DOCUMENT 00500 00500 Agreement Clabber Creek Trail Bridge Address for givingnotices � (attach evidence of authority to �,��*`C,;T yR �q ri sign and resolution or other doci,"gts • FAYETTEVII.I.E}; authorizing execution of AgreeS!g) " � {3 A n,1 • +� w Approved As to Form: By= __ Attorney For: 00500- 10 AHTD Job No. 040663 CORPORATE RESOLUTION OF BOARD OF DIRECTORS OF SWEETSER CONSTRUCTION I, 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 legal called 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 maybe 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: Hilly Swee ser, President dq�^m �) LA4�� Sharon Sweetser, S c #ary/Treasurer 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_ 0LO- d'7 .2004. ir 11F Apr r PAYMENT AND TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA PERFORMANCE Hartford, Connecticut 06183 BOND Doc ID: 017332330005 Type: LIE Q Kind: PERFORMANCE BOND T'I Recorded: 03/08/2017 at 12:41:23 PM L Bond No.: 106515432 Fee Amt: $35.00 Pape 1 of 5 Washington County, AR Q Kyle Sylvester Circuit Clerk KNOW ALL PERSONS BY THESE PRESENTS, -I-hat we; Sweets—& Gonstruction Inc., as principal, 0 f (hereinafter called the "Principal"), and Travelers Casualty and Surety Company of America, a !Q Connecticut corporation, as surety, (hereinafter called the "Surety"), are held and firmly bound unto ''O City of Fayetteville, AR, as Obligee, in the sum of One Hundred Fifty Eight Thousand Four Hundred Twenty Two and 00/100 Dollars ($158,422.00) for the payment whereof said Principal and Surety bind themselves, jointly and severally, as provided herein. M O WHEREAS, the Principal has entered into a Contract with Obligee dated February 7, 2017, to m perform construction work for furnishing all labor and materials for Bid 16-67, Construction - Clabber Creek Trail Bridge, Fayetteville, AR ("Contract"). L 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 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. 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 furnished 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 Claimants is limited, singly, or in the aggregate, to the penal sum of the bond set forth herein. Surety may, at its option, discharge all obligations under this bond by interpleading into the registry of any court of competent jurisdiction of the full unused penal sum of this bond, or such portion thereof that will satisfy the obligations owed to Obligee and/or Claimant(s). No right of action shall accrue on this bond 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 coverage for any liability of Principal for tortious acts, whether or not 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 24th day of February, 2017. Sweetser Construction Inc. (Principal) By: - Willi e r Travelers Casualty and S erCmpany of America By: David Chilson, Attorney -in -Fact r^ J ('- Payment and Performance Bond - Page 3 of 3 RNEY IS INVALID WITHOUT THE RED BORDER A4W 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. 227 800 Certificate No. 006959089 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 Attorneys) -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 permitte&in any -actions or2proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed nd their Borate seals to be hereto affixed, this 29th day of August 2016 Farmington Casualty Company St. Paul Mercury Insurance Company Y y, Travelers Casualty and Surety Company Fidelity and Guaranty Insurance'fCompan 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 State of Connecticut City of Hartford ss. ApO �OPPOfl'.1`:'• 9.ry\,':, r. •t 9: tZ! _•_ - W HARTFORD. .,MNn Ot :S6CONN. c< � txwritom. rP3 Na 1896 ..AN,�y'�'I v1 '• ..: Vie° 'sb +pt of v�� ��4�1) By: Robert L. Raney, Senior Vice President On this the 29th day of August 2016 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. G•T� A A , 1. `� In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2021. ,o�p * Marie C. Tetreault, Notary Public �s 58440-5-16 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 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 Attomeys-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 United,Sttates 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 wwhichzis in-foll force �and "effect and has not been revoked. ��Itelse-Als � � IN TESTIMONY WHEREOF, I have hereunto set my hand and,affixed ofsaid'Companies this day of r , 20 0 Kevin E. Hughes, Assistant Sec tary �pASU^fir` ` 'ypPE4' @�\FN-.�NSG9 Jp+�1NSUgq OJPtTV 4Npe 60V RS8AL 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. EY IS INVALID WITHOUT THE RED BORDER