Loading...
HomeMy WebLinkAbout76-18 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 76-18 File Number: 2018-0136 SWEETSER CONSTRUCTION, INC.: A RESOLUTION TO AUTHORIZE MAYOR JORDAN TO SIGN A CONTRACT WITH SWEETSER CONSTRUCTION, INC. IN THE AMOUNT OF $3,891,372.55 FOR THE CONSTRUCTION OF THE OLD WIRE ROAD PROTECTED BIKE LANE AND SIDEWALK PROJECT, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $194,000.00, AND TO APPROVE A BUDGET ADJUSTMENT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to sign a contract with Sweetser Construction, Inc. in the amount of $3,891,372.55 for the construction of the Old Wire Road Protected Bike Lane and Sidewalk Project, and further approves a project contingency in the amount of $194,000.00. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. PASSED and APPROVED on 3/6/2018 Attest: Sondra E. Smith, City Clerk Treasurer �`��tits'r� ��pr►rtrf��f re'gs fir! �a JL OV W M �} "} • •� ' 1 fff, tJJ l' 16 S S1Y'*� k1;. Page 1 Printed on 317118 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 J Text File -- File Number: 2018-0136 Agenda Date: 3/6/2018 Version: 1 Status: Passed In Control: City Council Meeting File Type: Resolution Agenda Number: A. 13 SWEETSER CONSTRUCTION, INC.: A RESOLUTION TO AUTHORIZE MAYOR JORDAN TO SIGN A CONTRACT WITH SWEETSER CONSTRUCTION, INC. IN THE AMOUNT OF $3,891,372.55 FOR THE CONSTRUCTION OF THE OLD WIRE ROAD PROTECTED BIKE LANE AND SIDEWALK PROJECT, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $194,000.00, AND TO APPROVE A BUDGET ADJUSTMENT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to sign a contract with Sweetser Construction, Inc. in the amount of $3,891,372.55 for the construction of the Old Wire Road Protected Bike Lane and Sidewalk Project, and further approves a project contingency in the amount of $194,000.00. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. City of Fayetteville, Arkansas Page 1 Printed on 31712018 Matt Casey City of Fayetteville Staff Review Form 20180136 Legistar File ID 3/6/2018 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 2/16/2018 Engineering / Development Services Department Submitted By Submitted Date Division / Department Action Recommendation: Approval of a contract in the amount of $3,891,372.55 with Sweetser Construction, Inc. for the construction of the Old Wire Road Protected Bike Lane & Sidewalk Project and approval of a project contingency of $194,000.00 (5%). Approval of a Budget Adjustment. 5400.720.5600-5808.00 4520.9556-5809.00 Account Number 06035.2600 12009.1 Project Number Budgeted Item? Yes Does item have a cost? Yes Budget Adjustment Attached? Yes Budget Impact: Water and Sewer Fund Sales Tax Construction Bonds Fund Old Wire Road (Mission to 265) Current Budget Funds Obligated Current Balance Item Cost Budget Adjustment Remaining Budget Project Title $ 3,061,336.36 $ 117,177.01 $ 2,944,159.35 $ 4,085,372.55 $ 1,638,759.00 $ 497,545.80 V20140710 Previous Ordinance or Resolution # Original Contract Number: Approval Date: Comments: Item cost reflects contract of $3,891,372.55 plus a contigency of $194,000.00for a total item cost of $4,085,372.55. CITY OF FAYETTEVI.LE ARKANSAS MEETING OF MARCH 6, 2018 TO: Mayor and City Council THRU: Don Marr, Chief of Staff Garner Stoll, Development Services Director Chris Brown, City Engineer FROM: Matt Casey, Engineering Design Manager DATE: February 16, 2018 CITY COUNCIL MEMO SUBJECT: Approval of a contract in the amount of $3,891,372.55 with Sweetser Construction, Inc. for the construction of the Old Wire Road Protected Bike Lane & Sidewalk Project and approval of a project contingency of $194,000.00 (5%). Approval of a Budget Adjustment. RECOMMENDATION: Staff recommends City Council approval awarding a contract in the amount of $3,891,372.55 to Sweetser Construction, Inc. for the construction of the Old Wire Road Protected Bike Lane & Sidewalk Project, approve a project contingency of $194,000.00 (5%), and a Budget Adjustment to consolidate funds from an existing CIP Old Wire Road Project. BACKGROUND: The City of Fayetteville Engineering Division has prepared the design for the next phase of the Old Wire Road project from Ash Street to Gulley Park. This phase includes storm sewer improvements, curb and gutter, a two-way cycle track and a 5' wide sidewalk along the east side of Old Wire Road. The two-way cycle track planned between Ash Street and Gulley Park will be an enhanced bikeway that will provide a protected facility, separated from both cars and pedestrians, which will create the safest possible environment for all users. The cycle track will be constructed with several enhancements for safety and efficiency, to provide a world- class facility that can be used as a template elsewhere in the City and by other jurisdictions in the region. In July of 2017, the City Council approved a grant agreement with the Walton Family Foundation. The grant is a 50/50 matching grant that will pay up to $1,361,428.00 towards the construction of the cycle track along this project. DISCUSSION: On February 15, 2018, the City received three (3) construction bids for this project. Sweetser Construction, Inc. submitted the low bid which was approximately 0.6% above the Engineer's Estimate of $3,867,148.95. Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 Schedule 1 (Transportation Bond Fund) — Includes installation of the roadway, storm sewer, cycle track and sidewalk construction. Total bid for Schedule 1 is $3.786.482.55. Schedule 2 (Water and Sewer Fund) — Includes all of the work required to relocate the City's water and sewer facilities for this project. Total bid for Schedule 2 is $104,890.00 Total bid for this project is $3,891,372.55. Engineering staff recommends awarding this contract to Sweetser Construction, Inc. The contract time is 365 days (12 months) for final completion. BUDGET/STAFF IMPACT: The roadway, cycle track, sidewalk and storm sewer portion of this project is funded by the Transportation Bond Fund and the grant from the Walton Family Foundation. The water and sewer relocations in this project are funded by the Water and Sewer Fund. A budget adjustment is proposed to move CIP funds allocated to Old Wire Road from Project 10011 in the amount of $497,545.00. Attachments: Bid Tab Section 0500 Agreement Section 0400 Bid Form Budget Adjustment Vicinity Map DOCUMENT 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR Contract Name/Title: Old Wire Road Protected Bike Lane & Sidewalk Project (Ash St. to Gulley Park). Contract No.: 18-21, Construction - Old Wire Road Protected Bike Lanes & Sidewalk Project (Ash St. to Gulley Park) THIS AGREEMENT is dated as of the w - day off ► /h in the year 2018 by and between The City of Fayetteville, Arkansas and l !�1P Y 00C&Y[1,tT�t reinafler called Contractor). ARTICLE 1 - WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The work under this Contract includes, but is not limited to: Improvements to approximately 4,900 linear feet of Old Wire Road located between Ash St. and Gulley Park. The improvements include widening Old Wire Road on the east side of the roadway. Other improvements to be included in this project are: water relocations, two way cycle track & sidewalk construction, storm drainage, and lighting. Any use of a third party dumpster or roll off container shall be procured from the City of Fayetteville Recycling and Trash Collection Division. Use of a Non -City dumpster or roll off container is not allowed. Contractor is responsible for obtaining all applicable permits; however, fees for the City issued permits shall be waived. The Contract includes work in City of Fayetteville Right-of-way and in General Utility Easements. Refer to Section 00400 -Bid Form for quantities: 00500 Agreement 00500- 1 DOCUMENT 00500 — AGREEMENT (continued) ARTICLE 2 - ENGINEER 2.01 The Contract Documents have been prepared by the City of Fayetteville Engineering Division. City of Fayetteville Engineering Division assumes all duties and responsibilities, and has the rights and authority assigned to City of Fayetteville Engineering Division in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3 - CONTRACT TIME 3.01 TIME OF THE ESSENCE: A. All time limits for milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 3.02 DATES FOR SUBSTANTIAL COMPLETION AND FINAL PAYMENT: A. The Work shall be Substantially Completed within 335 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 365 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 detenninations 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. I. There shall be no changes without prior written approval of the Engineer of Record and/or the City's designated Professional Engineer. 00500 Agreement 00500-3 DOCUMENT 00500 — AGREEMENT (continued) ARTICLE 5 - PAYMENT PROCEDURES 5.01 SUBMITTAL AND PROCESSING OF PAYMENTS: A. Contractor shall submit Applications for Payment in accordance with the GENERAL CONDITIONS. Applications for Payment will be processed by Engineer as provided in the GENERAL CONDITIONS. 5.02 PROGRESS 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. 1. 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 detennine, 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 detennined by Engineer, and if the character and progress of the Work have been satisfactory to The City of Fayetteville and Engineer, The City of Fayetteville on recommendation of Engineer, may determine that as long as the character and progress of the Work subsequently remain satisfactory to them, there will be no additional retainage on account of Work subsequently completed, in which case the remaining progress payments prior to Substantial Completion will be an amount equal to 100% of the Work Completed less the aggregate of payments previously made; and 00500 Agreement 00500-4 DOCUMENT 00500 — AGREEMENT (continued) b. 100% of Equipment and Materials not incorporated in the Work but delivered, suitably stored, and accompanied by documentation satisfactory to The City of Fayetteville as provided in the GENERAL CONDITIONS. 5.03 FINAL PAYMENT: A. Upon final completion and acceptance of the Work in accordance with the GENERAL CONDITIONS, The City of Fayetteville shall pay the remainder of the Contract Price as recommended by Engineer and as provided in the GENERAL CONDITIONS. ARTICLE 6 - CONTRACTOR'S REPRESENTATIONS 6.01 In order to induce The City of Fayetteville to enter into this Agreement, Contractor snakes 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, perfonnance, and furnishing of the Work. C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. Contractor has carefully studied all: (1) Reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and 00500 Agreement 00500-5 DOCUMENT 00500 — AGREEMENT (continued) (2) Reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Contractor acknowledges that The City of Fayetteville and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the Site. E. Contractor has obtained and carefully studied (or assumes responsibility of having done so) all such additional supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost, progress, perfonnance, 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 terns and conditions of the Contract Documents. G. Contractor is aware of the general nature of work to be performed by The City of Fayetteville and others at the Site that relates to the Work as indicated in the Contract Documents. H. Contractor has correlated the information known to Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. I. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract 00500 Agreement 00500-6 DOCUMENT 00500 — AGREEMEN`i' (continued) Documents and the written resolution thereof by Engineer is acceptable to Contractor. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. ARTICLE 7 - CONTRACT DOCUMENTS 7.01 CONTENTS: A. The Contract Documents which comprise the entire Agreement between The City of Fayetteville and Contractor concerning the Work consist of the following and may only be amended, modified, or supplemented as provided in the GENERAL CONDITIONS: 1. This Agreement. 2. Exhibits to this Agreement (enumerated as follows): a. Notice to Proceed. b. Contractor's Bid. c, Documentation submitted by Contractor prior to Notice of Award. 3. Performance, Payment, and other Bonds. 4. General Conditions. 5. Supplementary Conditions. 6. Specifications consisting of divisions and sections as listed in table of contents of Project Manual. 7. Drawings consisting of a cover sheet and sheets as listed in the table of contents thereof, with each sheet bearing the following general 00500 Agreement 00500-7 DOCUMENT 40500 --- AGREEMENT (continued) title: Old Wire Road Protected Bike Lanes & Sidewalk Project (Ash St, to Gulley Park) 8. Addenda numbers inclusive. 9. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to the GENERAL CONDITIONS. ARTICLE 8 - MISCELLANEOUS 8.01 TERMS: A. Terms used in this Agreement which are defined in the GENERAL CONDITIONS shall have the meanings stated in the GENERAL CONDITIONS. 8.02 ASSIGNMENT OF CONTRACT: A. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by Law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.03 SUCCESSORS AND ASSIGNS: A. The City of Fayetteville and Contractor each binds himself, his partners, successors, assigns, and legal representatives to the other party hereto, its 00500 Agreement 00500-8 DOCUMENT 00500 — AGREEMENT (continued) partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 8.04 SEVERABILITY: A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon The City of Fayetteville and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 8.05 FREEDOM OF INFORMATION ACT: A. City contracts and documents prepared while perfonning city contractual work are subject to the Arkansas Freedom of Infonnation 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. Three counterparts each has been retained by The City of Fayetteville. All portions of the Contract Documents have been signed, initialed, or identified by The City of Fayetteville and Contractor. This Agreement will be effective on _ _N�� 20 which is the Effective Date of the Agreement. CONTRACTOR: By: r,1141/t (Type or l g' y iak) (Signature) CITY OF FAYETTEVILLE PRESIDENT _ Title; May 00500 Agreement 00500- 10 DOCUMENT 00500 --_AGREEMENT (continued) Contractor shall attach evidence of authority to sign. If Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution authorizing Contractor's signature and execution of Agreement. Further if Contractor is a corporation, corporate entity or.I LC, Contractor shall also attach a copy of the Contractor's Articles of Incorporation and a copy form the Arkansas State Secretary of State to document that the corporation, corporate entity or LLC is in current "Good Standing" with the State of Arkansas and such entity is permitted to perfonn work in the State of Arkansas. (SEAL) Attest f`� �_(fr;{1i%rC Attest 00500 Agreement 00500-11 (SEAL) DOCUMENT {10500—AGREEMENT (continued) Address for giving notices Address for giving notices 1 l 3 W. Mountain St. 590 W. POPLAR Fayetteville, AR 72701 FAYETTEVILtzE, Al", 72-7008 ARI ISAS GaORA;Gron uceft a License No. 002747MB B Agent for Service of process ("Type or legibly print) A/ (Signature) Contractor shall attach evidence of authority of Agent for Service process to sign. If Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution authorizing Agent for Service process authority to sign, (If Contractor is a corporation, corporate entity Approved As to Form: or LLC, attach evidence of authority to sign.) By: Attorney For: END OF DOCUMENT 00500 00500 Agreement 00500- 12 DOCUMENT 0400 -BID FORM Contract Name: OLD WIRE ROAD PROTECTED BIKE LANE & SIDEWALK PROJECT Bid Number: 18-21, CONSTRUCTION C11 � Owner: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 BID FROM: Bidder: SWEETSER CONSTRUCTION, INC. 590 West Fayetteville, AR 72703 ARTICLE 1- INTENT 1.01 The undersigned Bidder proposes an agrees, if this Bid is accepted, to enter into an agreement with Owner in the form included in the Contract Documents to 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 - Addendum #2 00400-1 DOCUMENT 0404 -BID FORM (continued) ARTICLE 3- BIDDER'S REPRESENTATIONS 3.01 In submitting this Bid, Bidder represents, as more fully set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bid Documents, and the following Addenda, receipt of all which is hereby acknowledged: Number Date #1 Feb. 6 #2 Feb. 9 B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that inay 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 SWEETSER CONSTRUCTION, INC. having done so) all such additional or supplementary examinations, 0400 -Bid Form - Addendum #2 00400-2 DOCUMENT 0400 -SID 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. K 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. I. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Contract Documents, and the written resolution thereof by Engineer is acceptable to Bidder. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. K. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm, or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization, or SWEETSER CONSTRUCTION, INC. corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham bid; Bidder has not solicited or induced any person, firm, or a corporation to refrain from bidding; and 0400 -Bid Form - Addendum #2 00400-3 DOCUMENT 0400 -BID DORM continued Bidder has not sought by collusion to obtain for himself any advantage over any other Bidder or over Owner. L. Bidder will perform the Work in compliance with all applicable trench safety standards set forth in Occupational Safety and Health Administration (OSHA) Part 1926 — Subpart P — Excavations. ARTICLE 4- BID PRICE Bidders are required to provide pricing for all line items, including deductive alternate items. Failure to provide deductive alternate pricing can result in bid rejection. The City intends to award this contract to the lowest qualified responsive responsible bidder based on the total base bid as long as the base bid amount falls within the amount of funds certified for the project plus 25%. In the event no bid falls within the amount of funds certified for the project plus 25%, the City will utilize the deductive alternates in order to further evaluate bids until a bid received falls within the amount certified, plus 25%. In the event all deductive alternates are subtracted from the total base bid and no bid falls within the amount certified, plus 25%, all bids shall be rejected and become confidential. In no case shall the amount bid for the item of "mobilization" exceed 5% of the total contract amount for all items listed in the proposal or bid. Should the amount entered into the proposal or bid for this item exceed 5%, the bid shall be rejected. Svvt TS -L -:H CONSTRUCTION, INC. Bidder shall complete the Work in accordance with the Contract Documents for the following price(s): 0400 -Bid Form - Addendum #2 DOCUMENT 0400 -BID FORM (continued) 004004 BID SCHEDULE 1 ITEM NO. DESCRIPTION UNIT EST. QTY UNIT PRICE TOTAL 1 Mobilization (Shall not exceed 5% of Total Bid) LS 1 $90,000.00 $90,000.00 2 Insurance and Bonding LS 1 $56,200.00 $56,200.00 3 Roadway Construction Control (Staking) LS 1 $46,500.00 $46,500.00 4 Trench & Excavation Safety Systems LS 1 $2,000.00 $2,000.00 5 Clearing, Grubbing, & Demolition LS 1 $40,000.00 $40,000.00 6 R&D Existing Storm Sewer LF 726 $10.00 $7,260.00 7 R&D Existing Curb and Gutter LF 1805 $10.00 $18,050.00 8 R&D Existing Asphalt Pavement SY 1156 $10.00 $11,560.00 9 R&D Existing Concrete Pavement SY 1600 $10.00 $16,000.00 10 R&D Existing Concrete Driveway SY 628 $10.00 $6,280.00 11 R & D Existing Bridge, Headwalls, Wingwalls and Slope Paving at Overcrest LS 1 $9,000.00 $9,000.00 12 R&D Existing Storm Drain Wet or Junction Box EA 6 $500.00 $3,000.00 13 R&D Existing 6' Wood Privacy Fence LF 605 $5.00 $3,025.00 14 Remove and Salvage Existing 3 -Rail VIhite Fence LF 360 $10.00 $3,600.00 SW E 1 SER CONSTRUCTION, INC. 15 R & D Existing Traffic Signal Poles, Mast Arms, Heads and Appurtenences & Return LS 1 $5,000.00 $5,000.00 16 R&D Existing Street Sign and Return to Owner EA 19 $100.00 $1,900.00 17 R&D Existing Guardrail EA 3 $900.00 $2,700.00 18 R&D Existing Retaining Walls LS 1 $9,100.00 $9,100.00 0400 -Bid Form - Addendum #2 00400-5 DOCUMENT0400-11311D FORM (continued) ITEM NO. DESCRIPTION UNIT EST. QTY UNIT PRICE TOTAL 19 R&D Existing Concrete Sidewalk SY 645 $10.00 $6,450.00 20 R&D Existing Mailbox EA 19 1 $100.00 $1,900.00 21 Unclassified Excavation (Plan Quantity) CY 3890 $16.50 $64,185.00 22 Select Embankinent (Plan Quantity) CY 9645 $22.00 $212,190.00 23 Embankment (Plan Quantity) CY 2764 $22.00 $60,808.00 24 Rock Excavation CY 100 $225.00 $22,500.00 25 Subgrade Preparation (Plan Quantity) SY 13877 $4.00 $55,508.00 26 .4" Topsoil Placement SY 10200 $4.50 $45,900.00 27 *Undercut and Stone Backfill CY 100 $38.00 $3,800.00 28 18" RCP, Class III, Under Pavement LF 398 $50.00 $19,900.00 29 18" RCP, Class III LF 1613 $43.00 $69,359.00 30 24" RCP, Class III, Under Pavement LF 302 $77.00 $23,254.00 31 24" RCP, Class III LF 920 $66.00 $60,720.00 32 30" RCP, Class III LF 11 $90.00 $990.00 33 36" RCP, Class 111, Under Pavement LF 42 $175.00 $7,350.00 "VV s TSER CONSTRUCTION. INC. 34 36" RCP, Class III LF 114 $151.50 $17,271.00 35 42" RCP, Class III LF 19 $172.50 $3,277.50 36 48" RCP, Class III, Under Pavement LF 168 $213.00 $35,784.00 37 48" RCP, Class III LF 547 $177.50 $97,092.50 38 18" RCP FES w/Curtain Wall EA 8 $850.00 $6,800.00 0400 -Bid Form - Addendum #2 00400-6 DOCUMENT 0404E -BID FORM continued ITEM NO. DESCRIPTION UNIT EST. QTY UNIT PRICE TOTAL 39 Concrete Collar (Connection to Existing Storm Sewer) EA 3 $200.00 $600.00 40 4' DIA. Drop Inlet EA 21 $2,800.00 $58,800.00 41 5' DIA. Drop Inlet EA 2 $3,800.00 $7,600,00 42 6' DIA. Drop Inlet EA 8 $4,600.00 $36,800.00 43 4'x 8' Drop Inlet (DI 26) EA 1 $5,200.00 $5,200.00 44 6'x 8' Drop Inlet (E. Elmwood Dr.) EA 1 $5,500.00 $5,500.00 45 6'x 15.5' Double Inlet (DI 14 and DI 15) LS 1 $9,800.00 $9,800.00 46 4' Drop Inlet Extension EA 18 $800.00 $14,400.00 47 12' Drop Inlet Extension EA 1 $2,400.00 $2,400.00 48 Trench Drain (W. Overcrest) EA 2 $9,000.00 $18,000.00 49 Remove Existing Inlet Top and Adjust to Grade Incl. Back Opening (E. Overerest) LS 1 $1,500.00 $1,500.00 50 12" Nyloplast Drain Basin with Grate EA 2 $1,800.00 $3,600.00 51 12" ADS NI2 Storm Sewer Pipe LF 112 $34.00 $3,808.00 12'x 4' Reinforced Concrete BOX Culvert SWE `� S R CONSTRUCTION, INC. 52 with Headwalls and Wingwalls LS 1 $99,000.00 $99,000.00 53 Rip Rap w,° Filter Blanket SY 25 $75.00 $1,875.00 54 Pavement Milling SY 7821 $2.90 $22,680.90 55 Class 7 Aggregate Base Course TON 1269 $28,00 $35,532.00 56 HMAC Surface Course (PG70-22) TON 1255 $77.30 $97,011.50 57 HMAC Binder Course (PG70-22) TON 261 $73.85 $19,274.85 0400 -Bid Form - Addendum #2 00400-7 DOCUMENT 0400 -BU) FORM (continued) ITEM NO. DESCRIPTION UNIT EST. QTY UNIT PRICE TOTAL 58 Asphalt Concrete Patching for Maintenance of Traffic TON 75 $125.00 $9,375.00 59 Aggregate Base for Roadway Maintenance TON 50 $28.00 $1,400.00 60 Asphalt Street T -Patch SY 250 $75.00 $18,750.00 61 4" Class B 4000 PSI Concrete Pavement (For Road Widening) SY 545 $52.00 $28,340.00 62 18" Concrete Curb & Gutter LF 5880 $14.00 $82,320,00 63 24" Concrete Curb & Gutter LF 428 $14.00 $5,992.00 64 Stamped Concrete Buffer SY 1620 $136.18 $220,611.60 65 4" Concrete Cycle Track w/ Class & Base SY 4900 $45.00 $220,500.00 66 4" Concrete Sidewalk w/Class 7 Base SY 2300 $45.00 $103,500.00 67 6" Wide Concrete Sidewalk'Tunadown LF 40 $20.00 $800.00 68 6" Concrete Driveway w/Class 7 Base SY 940 $56.00 $52,640.00 69 Cast -in -Place Detectable Warning Devices (Truncated Domes) SF 266 $20.00 $5,320.00 SWEE SER O1"1ST UCT1014, IN'C. 70 Refuge Island (Township Inlersection) L; 1 $6,250.00 $6,250.00 71 Modular Block Retaining Wail SF 4450 $48.00 $213,600,00 72 Brown Washed River Rock with Fabric SY 345 $35.00 $12,075.00 73 Furnish and install Mailbox EA 19 $200.00 $3,800.00 74 Solid Sod SY 10200 $4.00 $40,800.00 75 6' Wood Privacy Fence LF 940 $30.00 $28,200.00 76 2 Rail Wood Fence LF 70 $25.00 $1,750.00 0400 -Bid Form - Addendum #2 00400-8 DOCUMENT 0100 -BID FORM (continued) EST. UNIT ITEM NO. DESCRIPTION UNIT QTY PRICE TOTAL 77 Ameristar Fence LF 363 $50.00 $18,150.00 78 Temporary Chain Link Fence LF 100 $26.00 $2,600.00 79 Tree Protection Fencing (Use as Directed) LF 500 $5.00 $2,500,00 24" Solid White Pavement Markings 80 (Thermoplastic) LF 44 $25.00 $1,I00.00 Brick Pattern Pavement Marking 81 (Thennoplastic) SF 192 $35.00 $6,720.00 8" Solid Yellow Pavement Marking 82 (Paint) LF 4250 $5.00 $21,250.00 6" Solid White Pavement Markings 83 (Thermoplastic) LF 940 $1.25 $1,175.00 4" Solid White Pavement Markings 84 (Thermoplastic) LF 20 $1.00 $20,00 4" Solid Yellow Pavement Mai kings 85 (Paint) LF 406 $2.00 $812.00 6" Solid Yellow Pavement Markings 86 (Paint) LF 16 $3.00 $48.00 6" Solid White Pavement Markings 87 (Paint) LF 16 $3.00 $48.00 4" Skip Yellow Pavement Markings 88 (Paint) LF 1162 $2.00 $2,324,00 ITEM NO, 6" Solid Double Yellow Pavement UNIT QTY PRICE TOTAL 89 Markings (Thermoplastic) LF 4868 $2.50 $12,170.00 96 12" Solid White Stop Bar EA 21 $750.00 $15,750.00 90 (Thermoplastic) LF 245 $15.00 $3,675.00 97 72" x 24" White Crosswalk Stripe EA 7 $400.00 $2,800.00 91 ,(Thermoplastic) EA 84 $150.00 $12,600.00 98 20" x 20" White Elephant Feet EA 6 $400,00 $2,400.00 92 •(Thermoplastic) EA 140 $30.00 $4,200.00 99 Green Bicycle Lane Coating EA 10 $400.00 $4,000.00 93 for Intersections SF 4458 $25.00 $111,450.00 100 White Pavement Symbols EA 1 $400.00 $400.00 94 (Arrows - Thermoplastic) EA 35 $400.00 $14,000.00 101 White Pavement Symbols EA 2 $400.00 $800.00 95 ("Only" - Thermoplastic) EA 6 $450.00 $2,700.00 0400 -Bid Form - Addendum #2 00400-9 DOCUMENT 0400 -BID FORM Ieantinued) 3-vr--�01 a - s NS'fRUCT10i4, iNC. EST. UNIT ITEM NO, DESCRIPTION UNIT QTY PRICE TOTAL Pavement Symbols 96 (Helmeted Bicyclist Symbol - Thermo.) EA 21 $750.00 $15,750.00 24" x 30" R2-1 Speed Limit Sign 97 with Support EA 7 $400.00 $2,800.00 30" x 30" RI -1 Stop Sign 98 with Support EA 6 $400,00 $2,400.00 133-1 Street Name Sign 99 with Mountin g Hardware EA 10 $400.00 $4,000.00 12" x 18" R9-7 Trak Sign 100 with Support EA 1 $400.00 $400.00 - 24" x 18" R3-17 Bike Lane Sign 101 with Support EA 2 $400.00 $800.00 24" x 8" R3-17bP Ends Sign 102 with Support EA 2 $400.00 $800.00 24" x 24" W2-4 Traffic Sign with 103 18" x 9" W(Special) Look Sign wlSupport EA 20 $400.00 $8,000.00 30" x 30" R10-15 Traffic Sign 104 with Support EA 29 $400.00 $11,600.00 105 12" x 8" R -10-10b Bicycle Signal Sign EA 2 $275.00 $550.00 3-vr--�01 a - s NS'fRUCT10i4, iNC. 106 9" x 15" R10 -3e Traffic Sign (Signal Poles) EA 4 $65.00 $260.00 107 30" x 36" Rio -12M Traffic Sign (Mast Arm) EA 4 $310.00 $1,240.00 108 D3-1 Intersection Guide Signs (Mast Arm) EA 4 $500.00 $2,000.00 109 30" x 30" Traffic Sign - Special (Hawk Arm) EA 2 $275.00 $550.00 110 Relocate Existing Utility Sign EA 1 $200.00 $200.00 III Traffic Control & Maintenance LS 1 $326,600.00 $326,600.00 112 Project Signs EA 2 $700.00 $1,400.00 113 Site Photographs & Video LS 1 $3,500.00 $3,500.00 114 Erosion Control Sediment Log Check EA 2 $350,00 $700.00 115 Erosion Control Curb Inlet Protection EA 1 32 $200.00 $6,400.00 0400 -Bid Form - Addendum #2 00400-10 DOCUMENT 0400 -BID FORM (continued) ITEM NO. DESCRIPTION UNIT EST. QTY PRICE TOTAL 116 Erosion Control Silt Fence LF 5122 $5.00 $25,610.00 117 Erosion Control (General) LS 1 $8,000.00 $8,000.00 118 Street Light Pull Box 6" x 8" EA 58 $275.00 $15,950.00 119 1 1/2" Electrical Conduit LF 4300 $13.00 $55,900.00 120 Street Light Fixture, Pole and Foundation EA 56 $3,875.00 $217,000.00 121 Repair/Relocate Existing Irrigation Lines LS 1 $1,000.00 $1,000.00 122 Remove Section and Set New Post for Existing 3 -Rail Wood Fence LS 1 $700.00 $700.00 123 Extend Existing 4" Drain Line and Connect to Drop Inlet EA 1 $700.00 $700.00 124 Relocate Existing Sign (Sta 42+14 Rt) LS 1 $1,500,00 $1,500.00 OLD WIRE RD. AND TOWNSHIP ST. SIGNAL 125 System Local Controller, TS2-Type 2 (16 -Phase) & Cabinet with Foundation EA 1 $23,125.00 $23,125.00 126 Ethernet Switch, T100 Hardened (8 -Port) EA 1 $903.00 $903.00 127 Traffic Signal Head (3-Section)(LED) EA 9 $790.00 $7,110.00 128 Traffic Signal Head (4-Section)(L.ED) EA 4 $990.00 $3,960.00 129 Traffic Signal Head (3-Section)(LED)(Bicycle) EA 3 $860.00 $2,580.00 130 Countdown Pedestrian Signal Head (LED) EA 4 $765.00 $3,060.00 131 Traffic Signal Cable (7C/14 AWG) LF 424 $2.00 $848.00 132 Traffic Signal Cable (20014 AWG) LF 735 $4.45 $3,270.75 133 Lead in Cable (Feeder Wire) LF 719 $1.00 $719.00 134 Non -Metallic Conduit (3") LF 559 $24.50 $13,695.50 135 Galvanized Steel Conduit (1.25") LF 10 $13.00 $130.00 0400 -Bid Form - Addendum #2 00400-11 DOCUMENT 0400 -BID FORM (continued) ITEM NO, DESCRIPTION UNIT EST. QTY UNIT PRICE TOTAL. 136 Concrete Pull Box (Type 1) EA 4 $690.00 $2,760.00 137 Concrete Pull Box (Type 2) EA 1 $735.00 $735.00 138 Traffic Signal Mast Arm (30') & Pole (21') with Foundation EA 1 $12,175.00 $12,175.00 139 Traffic Signal Mast Arm (36') & Pole (21') with Foundation EA 1 $12,250.00 $12,250.00 140 Traffic Signal Mast Arne (36') & Pole (35') with Foundation EA 1 $14,100.00 $14,100.00 141 Tragic Signal Mast Arnt (52') & Pole (35') with Foundation EA 1 $20,400.00 $20,400.00 142 Traffic Signal Pedestal Pole (15') with Foundation EA 1 $2,000.00 $2,000.00 143 Video Detector (CLR) EA 6 $2,450.00 $14,700.00 144 Video Monitor w/Mouse EA 1 $530.00 $530.00 Video Detection Card 3u'8 GON i Rill: ION, 145 1TSP-V100 EA 6 $2,840.00 $17,040.00 146 Video Detecto Rack (16 Channel) EA 1 $1,305.00 $1,305.00 147 Video Cable LF 1402 $2.65 $3,715.30 148 Coax Cable (8281) LF 1402 $0.70 $981.40 149 Electrical Conductors-in-Conduit (2C/6 A.W.G., EGC) LF 20 $4.60 $92.00 150 Electrical Conductors-in-Conduit (108 A.W.G., EGC) LF 582 1 $1.30 $756.60 151 Electrical Conductors for Luminaires (20 12 A.W.G.) LF 559 $1.15 $642.85 152 Lurni_n_are Assembly (Full Cutoff)(LED) EA 2 $995.00 $1,990.00 153 Service Point Assembly (2 Circuits) EA 1 $1,500.00 $1,500.00 153.5 16 Channel Surge Suppression Panel EA 1 $1,920.00 $1,920.00 0400 -Bid Form -.Addendum #2 DOCUMENT 0400 -BID FORM (continued) 00400-12 OLD WIRE RD. PEDESTRIAN HYBRID BEACON 154 System Local Controller, TS2-Type 2 (8 -Phase) & Cabinet with Foundation EA 1 $15,340.00 $15,340.00 155 Ethernet Switch, T100 Hardened (8 -Port) EA 1 $903.00 $903.00 156 Traffic Signal Head (3-Section)(LED)(12" Faces) EA 4 $1,182.00 $4,728.00 157 Countdown Pedestrian Signal Head (LED) EA 2 $777.00 $1,554.00 158 Traffic Signal Cable (7C/14 AWG) LF 275 $2.00 $550.00 159 Traffic Signal Cable (20C/14 AWG) LF 72 $5.30 $381.60 160 Lead in Cable (Feeder Wire) LF 130 $1.15 $149.50 161 Nom_Metallic Conduit (3") LF 94 $24.50 $2,303.00 162 Non -Metallic Conduit (2") LF 1 20 $9.00 $180.00 ` v i SER GU ST UC T 1 Jif, li"ic. 163 Galvanized Steel Conduit (1.25") LF 8 $12.85 $102.80 164 Concrete Pull Box (Type 1) EA 2 $690.00 $1,380.00 165 Quazite 6" x 8" Pull Box EA 1 $330.00 $330.00 Traffic Signal Mast Arm (42') Safety System for Water and Sewer 166 & Pole (35') with Foundation EA 1 $1,645.00 $1,645.00 $2,500.00 Traffic Signal Pedestal Pole (10') 8" PVC, C-900, Class 200 DR -14 167 with Foundation EA 1 $2,000.00 $2,000.00 $39.50 Traffic Signal Pedestal Pole (5.5') 6" PVC, C-900, Class 200 DR -14 168 with Foundation EA 2 $1,800A0 $3,600.00 $35.50 Electrical Conductors -in -Conduit 169 (2C/6 A.W.G., EGC) LF 8 $4.60 $36.80 Electrical Conductors -in -Conduit 170 (1C/8 A.W.G., EGC) LF 150 $1.30 $195.00 Electrical Conductors for Luminaires 171 (2C/12 A.W.G.) LF 124 $1.15 $142.60 Luminare Assembly 172 (Full Cutoff)(LED) EA 1 $995.00 $995.00 0400 -Bid Form - Addendum #2 00400-13 DOCUMENT 0400 -BID FOILM (continued) 173 Service Point Assembly (2 Circuits) EA 1 1 $1,500.00 1 $1,500.00 TOTAL AMOUNT BID (SCHEDULE 1) $3,786,482.55 BID SCHEDULE 2 EST. UNIT ITEM NO. DESCRIPTION UNIT' QTY PRICE TOTAL Act 291, 1993 Trench and Excavation Safety System for Water and Sewer 174 Installation LS 1 $2,500.00 $2,500.00 8" PVC, C-900, Class 200 DR -14 175 Water Main LF 320 $39.50 $12,640.00 6" PVC, C-900, Class 200 DR -14 176 Water Main LF 20 $35.50 $710.00 -'vi, nE=i GER CONSTRUCTION, INIG, 177 1" Copper Water Service Tubing LF 1 60 $26.00 $1,560.00 178 8" Gate Valve with Box EA 2 $2.400.00 $4,800.00 179 Three Way Fire Hydrant Assembly with Valve EA 3 $4,500.00 $13,500.00 180 Remove Existing Fire Hydrant and Deliver to Owner EA 2 $800.00 $1,600.00 181 6" X 6" Tapping Sleeve and Valve with Box EA 4 $3,800.00 $15,200.00 182 Epoxy Coated Ductile Iron Fittings LB 3500 $7.00 $24,500.00 183 Single Meter Setting, Complete, Including Pressure Reducer and Plumber Connection to Existing Building Service EA 1 $2,500.00 $2,500.00 184 Remove Existing Meter Setting EA 1 $500.00 $500.00 185 8" Saddle, 1" Corporation Stop and "Tap EA 1 $400.00 $400.00 186 16" Direct Bury Steel Casing i LF 99 $120.00 $11,880.00 0400 -Bid Form - Addendum #2 DOCUMENT 0400-BFD FORM (continued) 00400-14 187 2" HDPE Casing LF 50 $13.00 $450.00 188 Cut and Cap Existing 6" Water Main EA 4 $450.00 $1,800.00 189 Adjust Existing Water Valve to Grade EA 9 $300.00 $2,700.00 190 Abandon Existing Water Valve EA 1 $500.00 $500.00 191 Relocate/Adjust to Grade Existing Water Meter EA 11 $150.00 $1,650-00 192 Adjust Existing Sewer Manbole to Grade Using Riser Rings EA 4 $300.00 $1,200.00 193 Concrete Anchor Collar EA 1 2 1 $200.00 1 $400.00 194 Relocate Existing Fire Hydrant LS 1 $2,200.00 $2,200.00 195 Remove Cone and Reconstruct Sewer Manhole to Grade EA 1 $1,500.00 $1,500.00 TOTAL AMOUNT BID (SCHEDULE 2) $104,890.00 TOTAL AMOUNT BID (SCHEDULE 1 + 2) $3,891,372.55 The City intends to award to the lowest responsive responsible bidder based on the evaluation of the sum of Schedule 1 and Schedule 2. Bidders shall bid on both schedules. Failure to bid on both Schedule 1 and Schedule 2 shall result in bid rejection. ARTICLE 5- CONTRACT TIMES 5.01 Bidder agrees that the Work will be substantially completed and completed and ready for final payment within the number of calendar days indicated in the Agreement. 5.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified in the Agreement. 0400 -Bid Form - Addendum #2 00400-15 DOCUMEN'f 0400 -BID FORM (continued) ARTICLE 6- BID CONTENT 6.01 The following documents are attached to and made a condition of this Bid: A. Required Bid security in the form of a cashier's check from a bank located in the State of Arkansas or a Bid Bond in the amount of 5% Dollars ($ 1 B. A tabulation of Subcontractors and other persons and organizations required to be identified in this Bid. ARTICLE 7- COMMUNICATIONS :.' 7c CONSTRJC T iON. 7.01 Communications concerning this Bid shall be addressed to the Bidder as follows: Charlie Miller Email charlie@sweetserconstruction.com Phone No 479-443-3026 Fax No. 479-442-0119 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 �,.Yj �? _ _. 20Lf1 �' q"—IAS CiWMACTOA UCE,%-SE o Arkansas State Contractor License No. 747041F' . 0400 -Bid Form - Addendum 42 00400-16 DOCUMENT 0400 -IIID FORM (continued) If Bidder is: An Individual Name (type or printed): By. _ (SEAL) (Individual's Signature) Doing business as: _ Business address: Phone No: Fax No.. Cvi`4CTBUGi iC:�,, _ . Email Address: A_Partnership Partnership Name By: (SEAL) (Signature of general partner -attach evidence of authority to sign) Name (type or printed): Business address: Phone No: Fax No. Email Address: 0400 -Bid Form - Addendum #2 00400-17 DOCUMENT 0440-13I1D FORM (continued} A CnrMoration or LLC Corporation Name : SW ETSFR CONSTRUCTION, INC, (SEAL} - State of Incorporation: ARKANSAS Type (General Business, Professional, Service, Limited Liability): _ (Signature of general partner -attach evidence of authority to sign) Name (type or printedj: 411'41461, t C-7- Title: P13ESIDENT Attest: (CORPORATE SEAL) (Si ature of Corporate Secretary) '3WE TSER CONSTRUCTION, INC .. Business address: 590 W. POPLAR -FAYETrEVjTtE, AR 72703 Phone No: Fax No. 4 ?q -4q3- `G Email Address-.- Tax ddress:Tax ID Number (TIN) DUNS # _ Cage Code: END OF DOCUMENT 00400 0400 -Bid Form - Addendum #2 00400-18 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, Arkansas, 113 West Mountain Street, Fayetteville, AR 72701, as Obligee, in the sum of Five Percent 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 18-21, Construction - Old Wire Road Protected Bike Lane & Sidewalk Project (Ash St. to Gulley Park), 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 15th day of February, 2018. Sweetser Construct' n Ing. Z,/, By: / /./ /I William tv4etseIr Travelers Casualty and Surety Company of America By: Y_ David Chilson, Attorney -in -Fact "NAFII,,JI tl: TK ; ': 1'a'd OF ATTf PPP '' 4 i €F, °41_'o N11THcx1T TKF FiFl1 :moo. POWER OF ATTORNEY TRAVELERSJFarmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, hie. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty ContpArty St. Paul Guardian Insurance Company AttantCy-In Fact No. 227800 Certificate No.0 0 6 9 5 9117 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Compsnly, St. Paul Fire and 'Marine Insurance Conlparty, St. Paul Guaudian Insurance Cnlnpany, St. Paul Mercury Insurance Contpany, Travelers Casualty and Surety Com ran_', Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly oiganired under the laws, of the State, of Csnmecticut, that Fidelity and Guaranty Insurance Company is a cmporatiori duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Undcrwriters, Inc., is a corporation duty organized under the laws of the State of Wisconsin (herein collectively calietl the "Conapaario,-'#, and that the Companies. do hce eby maize, constitute and appoint Cheo Ann Panke.y. Adrian Luttell, Roland Julian, and David C:hilson f the City of FutCevilie state. ssi Irl a1?gas their true and lawful .tttrtzkeyl-is2=f^acl, each its their separate Capacity if more than one is named aheve, to qqm, P,=utc, s<<%l ,iri(! acknowle: lgo ar#y land all bonds, ni Lair€i eti: Condit:c)neal unili.'.0 iki Ig" and Outer 40'Z7.t7ngv C7llllgdt0l"y to the naiL7rC thereof on behalf 01 the COtnpiln FCS 3n llleli business f)I ;`lf:7rSnteeltl,, the fidelity of persons, guarant(,eang the perforl m#tt"e O contracts and executing or guaranteeing bonds and nndetlBKlllf'S required or permitted to any actlow, or procceding-s allowed by law, IN WITNESS WHEREOF. the Companies have caused this instmnwn€ to he signed and thein coq)oiate seals to be hereto affixed, this 29th day of August 2016 Farmington Casualty Company Fidelity and Guaranty Insurance Compatfy Fidelity and Guaranty Insurance Underwrhers, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Cumpa ny Si, Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company ofAmerica United States Fidelity and Guaranty Company � I f 3I�' p u� s F4Rl'FpRil, µtnxtruttl a ,c a r / r+e. yea - tS . 7,M�A !� ..�rF*. '►� ' a f , t �l Nltt State. of Connecticut City of. I lartford ss. It Iil)bf.rt §.. Raary, Sunie; �lcz �1Y98c''.rtk On this the 213th day of August 2016. before me ywrctnally appeared Robert L. Farm;', who h list if to to the .Senior mice President of Farriu tgton Casualty Company, Fidehry and (iu;arawy lnsur- nc,� Company, Fi&,iity and Guaranty Insurance Uode€wrn4crS, Int:., Vii. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance ComIlrany, St. Paul Mercury Insurance C omp;my, l ravelers Casualty and Surcvy Company, Travelers Casualty and Surety Company of America. and United States Fidelity and C:ivatrtnty Company, and that he, as ouch, being, authorized so to do, exstcnto d the foregoing ins9 -ument for the purposes therein contained by signing on behalf of the corp#trnla.ms'by himseff as a duly authorized officer, G � In Witness Whereof, I hereunto set my hand and official seal. +,# My Commission expires [he. 30th day of June, 21121. it A�glp * Maxie(' T'eere uit, �<#uk 58440-5-16 Printed in U.S.A. INARNMG; Tiff[ P(7WER f:f ATT®rfV1l `P THF M0 BORDER Y.AtiCi[N6- IH!S POWER [I{ Ar lif:€ Nf- C', Il,V .l.0 VVITr-IC)UT T-iE Fa:Es�;t^z]d,Yl`l3 This Porges of Fano€ney is granted under and by the authority of the following resole€ions adopted by the Boards of Bisectors of Frurningtou Cas€salty Compan , FidelAy and i itatanty Insurance Company, Fidelity and Guaranty Insurance Undorr rnets, Ine., St, Paul Fire and Marine Insurance C'tlmpany. St, Paul Guardian Insurance Company, St. Pan] Mercury InsuM' ce Compiutyf, Travelers Casnalty and Surety Company,'I"ravelea"s Casualty and Surety t:'ompany of America, end United Slates Fidelity and Guaranty Company, which resolutions are now in fall forceand efTCCt, reading w5 follows: RESOINED, that the Chairman, the President, any `oAce Chairrnmi€ any Executive. Vice President, any Senior Vice P�rcsident, any Vice Plccidcnt, any Second Vice Piesident, the Treasurer, any Assiswn€ Treasurer, the Corporate Se:re€ury or any Assistant Secretary may appoint Attorucys-in-Fact and Agues to act for and on behalf of the Company and may give such appointee such authority as his or lie€ certificate of authority may prescribe; to s€gra with the Coinpany',�, name and seal with the Company"; semi bonds, recognizance-,, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional uudeiuD ung, 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; said it is F WFHER RESOLVED, that the Ch9imian, the President, any }lice Chairman, any Executive Vice Fresiaiern, any Senior Vice President cr any Mice President may delegrae all or any part of the foregoing authorit; to one or more officers of eulployees of this Company, pmvided that each such delcgatioir s in writing and a coley theressf is filer) ext the office of the secretary; and it is FURTHER RESOLVED, that any bond, recog'nizancc, contmc€ of hidenanity, or nniting obligatory in the nature of a bond. recagriizaur.€ , or conditional undertaking shall lx valid and binding upon the Company when (a) signed by the President, any Vice Chan ,ina.n, any Executive nice President, any Senior Vice President or any Vice Prtsida:nt, any Second Luce President, the Treasurer, any Assistan€'I'ieasai€`cr, the C'orilorate Sectetaru or any Assistant Secretary and duly attested and ss.aaled with the Coinpzmy's seal by =a Secretary or Assistant Secreta e=: €ir (b) duly executed (tinder seal, if rexluiral) by one or noxa; Auoroeys- in -Fact and Agents pursuant to the po) ci prewribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authoKiv; 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 Assisiaant Secret,,", and the seal of the Company may Ix affixed by facsimile to any Power of Aurivicy or to any certificate relating thereto appointing; Resident Vice Noide.nts. Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of exccuting and attesting Bonds and un dcrutkingr and other writings obligatory in the nature tnereof, anti any such Power of Attorney or certificate beating such fiacsinti]e signatme, ca facsimile seal shall be valid and binding ulxrn the Company and any smch power sea executed and certified by such facsimile signaturz. and facsimile sea] shall 1*e valid and Binding on the conlPmsy in the: fintice with inspect to any bond or itlnklvrstandi.ng to which itis attached. i, Kevin [u. l�lzr e4, `Lire undersigned, Asst.. €twlt iecietan'}`, of Fal-raington CA—ssualty Comllauy, Fidelity and Guannty hisurance l oullmny, Fidelity and Liitaranty Insurance. UnderwriG rs, Inc., St. Paul Fire- anis Marine Insurance Company, S€, Paul Guardian Insurance Comiptaty, St. Paul Mercury Insurance Con ipany, Travclers Casualty and Surety Travelers Casualty and Surety Company of Fvnerica, and ITinted States Faidelay and Gwmnty Company do hereby certify that the above and fore. g0dn is a true: and correct coley of the Power of Attorney exe caned by .said Conran s, which is in fill] fotire and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set nay hand and affixed the se als of said Ctimfmnias tf-sis 6'�6�- day of � Kevin B, Hughes, Assistant Scc •tit <d,h5b.��h1 ,iFl s a �4w9 raft¢ � ieE � 'ytsr .udA �p,ay� _�,�t1tJt5b = fes,,,+�3�� v � ,1�1�i� M�QFiS4rD 'fes - � 7� ��rt �h � rc�'►6sd��,. n YT nlRltif3PD � W�� `� ��4G 3C) tit9ri.4y the auilmiticity CSI ihra Flower of Attorney, call Lir Contact L!9 at wWLC',tEa}�elc;tsllrDnd.C'i3ifil_ Pleasc refer to the Attorney-ln-Fatr nuiriLtr , the nacc-rta€nvd individuals and the details of the %ad to which the power is attar hcd. 'iHS PFA4E.9 r -F ATTOFia%Y IS MAl..tt] IN IpCiiI lilt RED BORDIT9 CITY OF FAYETTEVILLE ARKANSAS Construction - Old Wire Rd. Protected Bike Lane & Sidewalk Project Std N, 18-21 Official Bid Tabulation BA No 18-21 (late: 02.15 201x.: Tirne: 2:00 PM Llered Jordan, Mayor Certif cat.on Of Funds: $3,860,000.00 Max Bid Award Limit: $4,825,00.00 ..�:,.,._r cFAadpndumc 1 I'EP! IV.(. ULSCRIF I ION FSIIVA;ED UNIT C1UA?J'117 APAC-Central, Inc. Goodwin &Goodwin, Inc. Sweetser Construction, Inc JiV11 UPiIT Urd!1 ?:CL AM0Uf!I °;Cr. AMOU?1l PRICE AM.-)RJNT SCHE - 1 \9obi6ealmn (Shall no exceed .S%of Iota: 131A) t5 1 S 2125,(100 GO 5 21B,W0W $ 1S OOO OU s _.,,CC;OfJ $ 9Dn0000 90:007 OD. ,z Insurance and Boodity, _ L, I S S i -:`1111, 12,50000 $ J75COO.OD :75,0Du.CO 5 56.;00 On X6,200,00 3 P-dwa ConsLrucrian Cc,,Lml Stakin' L5 1 5 49, S 49,00000 $ 60,0-00,00 5 60,--:)00 $ 4 ]0(i 510 4650000 4 !french&Ezur Aiun Safety y.tpm; L` 1 2D $ 10,7,0).00 5 15,00000 S 15,00000 $ 2,000 Oa 5 2.0OG DD, Cbzarin - 61mbbing, & Demolition, LS 1 $ 85 $ 85,0X!9 OD 5 85,0'000 S 8 CCO CC 5 ^.0,00' GO 5 4o.000 Gn 6 .R3D Lxstin Stam; Semer LS ; 26 S S 7,724.0•[ 5 1 -Oil S 10.690 00 5 1?100 2�.000 T R&D EXistin Carb R, Gul:er LF 1,805 $ S lt.o!5 30 5 12110 2 6'GG W S 1D DC 5 18.0so Do 13 ii? D UMing As halt Pavement SY _156 S 1015:5 S 12,19580 S 12.00 5 T3,872 CO S 1;T (!0 $ 1156000 0 4EL` Exalin Cci crers Driveway SY 600 S 14 4,1 S 23,152 00 S 15 (1-11) 5 22X 0{JC QU 5 1.05 10, 000 Ori W R&D Pxstir: Conn rlr')rieewav SY 626 S ]": 65 5 7370 20 � V V $ 6.18000 1 i RY.D wearing Bridge, Headwalls, W.ngwAk ar:d $5841 E' Pa VI" 3i flv!'fr!per S 1 5 1'u,";7.`i. 10,71753 S 6 `€i0 -?0^1 6A0: CG 5.000 ci:: +,000(!0 . 'R&D ExlstmgStrr?n Dr -i Irdel or Junction "Box !:A L• S 1,41`59.07 j 6,814 42 S 300 GO 4;800 CG 500::0 5 3.000 ; 13 14&D ris!ir.r G•' iNDaa' I'r1V]C Fpnrp bOS S 5 9a 5 3,617 90 5 "a.0.: CC 5 4.8(= ., "'0 3.02,::!0 lientnve and .U;vagt �tisttrty 3Rail White Fence LF 360 i 10 9i $ 3,927 60 $ G C:; � < <, �., _ 5 lOOO _ S 3.6(104:.^. IS P&D Exlsttr:g Traffic Signal Pcles, Mesl Atrr.s. [:£•ads andq nurlPrences F, Be...•r L 15 1 $ ,N"G GG S 5.400130 S 3""'o on- S ,,000 GG $ _ CO Dc� 5 5,000 ,U) l6 o x, RAD EnhOng `ale..:. gn and Pe?um In Di�tner F_4. 19 C >29 46 _ 4.359 55 S 100 DG _ ] a00 [:-C S 100 CC 5 ,9Fi0 CO 17 R&D EYistny GwarArul 1[A 3 S 1.309 39 5 3,92S V S 600 OC 5 7 oo Ii0 900 Cliff S ?. IOC OO 1Fs ... R&U Cxlstin eUini Rf walls LS 1 5 /,69141 i,091n 5 6.00000 :tOnD CD $ ''1000€i 9.100, 1, ? r R&D b"Ung sidev.alk SY "t. 4 11 35 S +.32Q 1y 1 S R;^, S 9,E,75 on 5 10 Ci; S -5':0.00 20 Mbox R&D Ft;,h ail EA 19 5 3.19 OS 5 _$ - 6.632 ST 5 100 (10 5 ;,9( `00 5 100 CC 1.9[10 D0 ZJ Unciassifmd 1xrr+ation -Pian rtn-lit o 3590 S 2;' SO $ 506,975 G'0 5 _ .' 00 � 37 i0 i)0 $- 5 .}4-185.0' J .:eGr Embankment (Fla. iluartityl CY 9 ficb 5 1D T_i S 2B(i.9's6 75 S ;' 0' S -' 965 Cil S 7'2.00 S _ 2.140 f- 23 Embankment ntlai uua0ul•� Cr 2,76:1 5 2700 S 74,62800 S 1A aD' 5 38.6',£: fir' > .<"ilu S 50.80600 24 Rock Lxcavat ori _ CY 100 S 1555 8G' S T6.sg{i S -5 GC S 24 2 5'0.0' �50: 12,500.u:) LL, grade Fre enation IP€an Quantity! SY 13.&77 $ 3 4 S 47.598 Jl 5 CJ S Z50,5 5, 4.CO S 2b. 77 rl" Tunsail :=la_[eman_t 'Undercut and �St-, Barklill -_-- SY Cy '7.2641 i-0 5 -1 34.5 S ?ife 92 $ 5,658 CG fLFi92 0D 5 3.51(1 M, OC S 30..600 G0 t SOC c S $ 38 Or r 45,900 CO 320000 28 IT' HCP Crass Irl. Lander Pay mens IF 34B 55 51 $ 22,092 DR 5 .4., 00 S 33,,?.1r; CC 24 13` P.CP• rials I;:. - LI 1,611 S 11 Io 66,194 3O S 45 00 5 r2,'•8, 00 $ 43.00 69.7-9.Oo 3 2A` 10), f.!ass lir tinder Pavement F305 S 77 3E S 2LR58 76 S D5 GO S 31 710:70 1 01", $ 73.5 114 3. "'4" RCP, Class i.F 920 S ' S3 S 52.92 1 60 S. , 00, F :9,800'70 $ 6!, OG S 60 720011 a 3fi 11CY, Ua_ss U II S 128 8'1 'S 1A l(l 80 $ 15006 5 ::, G15000 5 9000 S 99000 v: 3l:" Rf clan i I Inc'e, 1 47 S 111 05 5 6,134.10 a 175 01) 5 05G100 S 175 00 $ 7,:550.00 34 36" RCP -Class lir j 514 1 S 101 57 5 11,57442} 5110 13,11000 1St 5€/ $ 1?,2%hi[; 3y 2" R,' Class bl 19 t S !49 1] S 2.83,-Q!) 5- [SL2_00_ S 3,80000 S 1722. SC S 3,271,-,0 36 4a" > CP. Class R Slater P vgrlynl 168 S 1,1831 5 24,919.44 S 2211100 P,8100 No 5 ? 53.00 S 3'5.784 00 .48" 92, 0a55 i=.1 f 547 $ 1$290, S F.7255 <3 5 -5.170 $ -'75 tl5 7 5 in 5 97,092,50 38 19" RCF I .S u•7 Cllria n velli 1A. F, S 552 45 5. 6,819.501,200 Y 00 S 9.600 GO S K10..00 5 G,80(00 B4 IConrrera Cn'ar rctinn € to ns -rig Stor•n Est 3 1,631 _ SB $ 4,691 74 $ 1.;100 00 $ 3; )OC ^0 $ 200.0(" 6-0.130 40 4' DSA A 2- 7.308.50 S :0.478 50 S 8 )r) 00 79,800 noi 5 2, ROG On 58.8no 00 L?IA Olo Inlet FA 2 5 4;)82 28. 5 8,164 42 5 4,753[1 CU 5 8,600'0 5 3,0.00 0o $ 7.6,0.00 42 161,1-:A ];, Isle` FA 8 5 6,75:23V29,029 :84 5.4100.Of) S 4'i,(oo w.. _ 4.6fJC 0D S 36, ano.0o 43 •4',19'0!.1•? irlat i_ r:! 2 Q LA 1 5 ).54455l >5 S 17.:;0000 S 17,0000 5 5,20000 S 000 44 45 6' x 8' OroD Inlet 1 - Urrimcld Oc 1 _ .6` x 15 5' Double inlet (DI 14 ant! DI 151 _ EA_ -CS 1 �1 S 8,.719 60 5 1 � 946 81_ 80 S 6^ S 14 000 OD S 24.000 00 S_ 14,0045 Olt 'D0 C i i, 00 00 ' S 4 800 u0 $ 5,'500 !no 9,8;1'_00 44 Urnr. Inlet Fxtprsien G1 _ 18 5 772 3'<1 76 5. ._ 7 000,00 5 1RC i0 % $ 800.00 5 14,400.00 47 ii`DrRR LIJpl Z.atpn[irin EA 1 $ 2.6760r+66 S 3,'If!f1 G0 S ")')"05 ?,400001 5 7..,1130.00 4? Tncnzi!Drnin AN C:vrrrr=;t' (A 2 14,514.2244 s ll.OD000 S 22,0:!000 9.000'0 5 18,0oti 00 49 Remove EsisOng Inlet Tap and Adjust m G?ade Incl.. Racx D.^.pnin,-IE Ovcrueso is 1 c 4,48' 713 7' 5 2,000 00 , 2,000''(" S 1,500 OD S 1:5-0 00 ',0 12" NOor))ast Drain Bair: with Grate C A 7 8 2,"'93 89 5 4,287 78 S 1.40'' 00 S 214"D GC r• 1 041.00 5 3.60000 Sl 12" AD5 N12 5:', rm Sewet P: e .� .., ' 112 1 S 24. fi.0 5 2,755 20 $ 1[1.0:) 5 4,46000 S 34 v0 S 3.IIG6 GO R i,intorrp' Concrete Box Culv"zrt with Ileadwads anti W n:walis LS 1 5 1:.2,04010 S 127,0:107: S 82,00U Otl $ 82,00000 S ,,,..0000 1 99,000 DO 3 Rip Hap wi Filter blanket S ?" CD 5 w -GO CO 5 5 00 $ 1.6%5 no 54 Pavement NA01imp, SY 7.811 S. 6.2S 48 961 25 5 8 00S 62,>;;8 :til 2 9(1 5 2268.0 90 5.11 '('lass IA reyate Base Cou— TON 126 S 1069 5 39,94561 S 38 W. S 48,272 OC S 28 OD 5 35,53200 IITFM ANO OESCRIPIION ESTIMAI ED UNIT QUANIIIY APAC-Central, Inc. UNIT PRICE AMOUNT Goodwin & Goodwin, Inc. UNII PRICE AMOUNT Sweetser Construction, Inc, UNIT PRICE AMOUNT :56 H MAC Surface Course (PG 70-22) TON 1,255 $ 9600.5 120,48000 S 1000D $ 125,500.00 S 7/30 $ 97,011.50 !�7 I IMAC Binder Course PG)n-2 TON 761 $ 9600 5 25,05600 5 125.00 S .32,615.00 5 7385 19,27485 58 Asphalt Concrete Patching for Maintenance of Traffic TON /5. $ 45000 $ 33,75000 $ 20000 5 15,000.00 $ 125 00 $ 9,37500 59 ,A re ate Base fur Roadwa Maintenance TON 50 5 253 S9 $ 12,6/950 S 6500- 5 3.250.00 S 28 00 5 1.,400 DO 6p 650halL Street T -Patch SY 250 $ 6705 5 16,76250 $ 115;00 S 28,/5000 S 7500 5 18,75oon 61 A" Class B 4000 PSI Concrete Pavement (For (Road Widenin SY 545 $ 29,51 $ 16,08295 $ 6500 $ 35,425.00 $ 52.00 $ 28;340(70 62 18" Concrete Curb & Gutter LF S,flflO S 17.86 5 105,134 40 $ 2800 5 105.84p.OD $ 14.00 $ 82.32000 63 2A" Concrete Curb & Gutter LF 428 S 38 13 5 16,319 64 $ 2500 S 10,70000 S 1400 S 5,99200 64 Stamned Concrete Buffer _ SY 1,620 $ 16013 $ 259,4106D 5 90.nO 5 145,80000 S 13618 $ 220,61160 .55 4" Concrete C cle Track w/ Class & Base SY 4,900 5 4193 5 205,451.00 S 6500 $ 318,5(7(1 DO S 4S On $ 270,500 no -66 4" Concrete Sidewalkwl Class 7 Base SY 2,300 S 4890 y 112,47000 S 49.00 S 110.40000 $ 4500 $ 103,50000 Er7 G' Mde CBRGpte Sidgwaik Ti orndawA I F 40 $ 239 79 9,591. 60 S SDno S 2.1700.00 5 20 DO § 8W.[K) 168 6" Concrete Driveway VVI Class 7 Hase SY 94C S 72 33 S 67.990.20 $ 6R 09 S 63,920.00 5 5600 5 52,640 00 69 _ Warning Devices Cast -in -Place Domes (Truncated SF 266 $ 12 GO S 3,351.60 $ 3500 $ 9,31000 $ 2000 $ 5,32000 70 Refuge Island jTownshiu Intersectionj 1S 1 > 14,076.76 5 14.0/8./6 5 1200000 5 1700000 S 6,25000 S 6,250.00 71 Modular Block Retamin Wall Sr •1,450 S 2..57 S 127.136.50 S 5500 8 28225000 $ 4800 , 213,60000 72 Brown Washed River Rack with Fab•ir SY 345 1,_ �$ 33.97 $ 11,719.65 -S 2200 S 7,59000 $ 35 00 S 12 075.00 73 furnish and Install Mailbox CA 19.� 208.12 S 3,965 68 S 20000 S 3,B00,00 5 20000 S 3180000 14 'solid Sod SY 10.200 S 4,.16 5 42,432 00 S 4,00 S 40.80000 400 S 40,80000 75 ' Wood P4vac tenni 1r 940 $ 32 4D $ 30,456 00 $ 3500 S _5 32,90000 S 3000.2 28,200 00 7G 2Rail Wood Fence LF 70 $ 2/OD $ 1,89000 5 300U $ 2.1IN1.n0 $ 2500 5 1]5000 77 4meri5tar Fence LF 363 $ 5400 $ 19,60200 S 4000 S 14.52D.00 $ 5000.$ 18,15000 78 1emoorary Chain Link Fence LF 100 $_ 2809 S 2,80800 $ 1500 $ L 50000 $ 26 00 $ 2,60GIM 79 free Protection Fencing Use as Directed LF 500 S 11.32 5 $ 8 DO $ 4_00000 S 5.00 S 4500.00 760 2White Pavement Markings (Thhcermorrnclaslicl IT 44 $ 2700 $ _S-660.00 1,18800 $ 3000 $ 1,3)000 $ 2500 $ 1,10000 M1 Brick Pattern Pavement Marking ('fhermoplas[ic) SF 192 $ 37,80 $ 1,25760 $ 4500 8,640 o0 S 3500 $ 6,72000 R2 a" Solid Yellow Pavement Markin (PainU LF 4,250 5 40 5 22 95000 S 600 S 2S}0000 S 500 S 21,25400 113 G" Solid White Pavement Markings JThermonlastir) LF 940 $ 135 $ 1,269 00 . $ 1 50 $ 1;410.00 $ 1 25 $ 1,175.00 134 4" Solid White Pavement Markings 0heemo ,twc. IT 20 $ 1.08 $ 2160 $ 150 $ 3000 $ 100 $ 2000. tis 4' $olid Y411mx Pavement MarkwW IPafrRj LF 406 5 2 16 S 876.96 S 100 $ 1-,718 00 5 200 S 612 -OD B6 1E" Solid Yellow Pavement Markin s Paint, LF 16 S 3.24 S 'a 184 5 4-00 5 64 7 $ 300 4800 R7 h' Solid While Pavement Markin 5 (Paintl LF 16 $ 3?4 7_5 1 R4 S 4.00 i 64 no S 3,00 S 48.00 88 A" Skio Yellow Pavement Markin IPainQ LF 1,162 _ $ 2.16 S 2509.92 S 3011 5 3,486 on S 200 $ 2,324.00 69 $'" Solid Double Yellow Pavement Markings iLMmo Ta Stu LF 4,868 $ 2.7() 5 13,143 60 $ 300 $ 14,604.00 $ 2 50 $ 12,170 OD 90 Lr MW wNte STOR Bar. 1 er migowtic LF 245 $ 1620 S 396900 S 19 o0 i 4.41000 ? 15 00 's 3,675,00 191 _ 72" x 24" White Crosswalk. Stripe Thermo lastic EA 84 $ 16200 $ 13,608 U0 $ 175 00 5 14,700,00 $ _ 1540E $ 12,600,00 92 20" x 20" White Elephant Feel (Thermoplastic) P � p ) EA 140 $ 3Z40 $ 4,53600 $ 32 00 $ 4.48000 $ 30 GO $ 4,200 00 93 04 95 _. Green F1icvcle Lane Coatm funlntefsCLLIQRL While Pavement Symbols (Arrows Thermo laslic) 'White Pavement Symbols ("Only"- rhermoplasocl SF EA EA 4,458 35 G S $ S 2700 _$_. 43200 $ _ 4 8600 $ 120,36600 15,12000 2,91600 S 30W 5 S 425.00 $ S 47500 5 133,74000 5 14,87500 $ 2,85000 $ 25.00 S 40000 $ 45000 $ 111.4.90 00 14,00000 2,7 (7000 96 (Pavement Symbols(Helmeted Bicyclist Symbol h ermu ) EA 21 $ 87000 $ 17,01000 5 82500 S 3/,32500 $ 75000 $ 15,7'jO GO 97 24" x 30" 112-1 Speed Limit Sin with 5u nor7 EA 7 ;i 432.00 S 3.024 00 S 450 00 S 3,15000 S 40000 S 2,800 00 98 30" x 30" 111-1 Stop Sin with Si)ppeirt LA.1; S 437.00 `., 2,592 00 _ S 45000 $ 2,700.00 r5 40000 7 2,400.00 99 100 D3-1 Street Name Sign with Mounting Hardware 12" x 18" R9-7 Traffic S n with Suonort FA EA 10 1 $ $ 43200 $ 472 00 5 4,320.00 432.00 $ 45000 5 S 47500 5 4.500.00 $ 475. no S 40000 $ 40000 5 4,00000 40_0_00 101 24" wig" R3-17 Bike Lane Si n with Support EA 2 $ 43200 $ B64 00 S 4 /S Op S 95000' $ 4D4D0 800015 102 24" x 8" R3-17bP Ends Sin with Sunomt EA 2 S 43400 S 864 00 $ 475,00 5 95000 5 40000 '$ 800,00 703 24" x 24" W2-4 Traffic Sign with 18"x9" W Special) Looks n w Sun ort CA 20 $ 432 00 $ 8,540 00 5 4/500 S 9,500 DO 5 40000 $ 8,000,00 104 30" x 30" RIO -15 Traffic Si nwith Snnnnrt EA 79 S 43200 5 12,52800 Sr 475.00 S 13,715.,00 5 40000 5 11,60000 -105 12" x 8" R 10-10b Bicvcle Si nal Sion LA 2 5r 43200 5 864 00 S 475 00 S 95000 27500550 5 ED .106 9" x 15" R10 -3e Traffic Sign (Si -I Poles) _ CA 4 $ /0.20 $ 28080 5 85000 i _5 -140000 $ 65 OD $ 266.Dp. 107 30"x36"810 -12M Traffic, Sn Mast Arm) EA 4 1; 33480 $ 1,33920 $ 1,20000 5 4,80000 S 31000 1,240-00 108 03-1 Iotcisec(ion Guide Signs Mast Arm EA 4 S 51000 $ 2,1600o 5 1,200.00 5 4.800,00 5 50000 S 20Dn 00 109 30" x 30" Traffic Si o - Soecial (Hawk Arm EA 2 297 Op S 594,00 £+ 1,500.60 $ 3.00000 S 275.On $ 55000 110 (Relocate Existing Utility Sin EA 1 S 43200 5 432 (10 40000 S 40000 S 20(1 M6 S 20000 .111 Ira ffic Con trol & Maintenance i, 1 S 1}7,50901 5 157,50907 S 68,00000 S 68,On000 C. 326.60000 i 3ifi-r Ou 112. Proicet Signs CA 2 $ 75600 5 1,51200 5 1,D0000 S 2,00000 $ 70000 5 1.400 GD U3 Site Photoraphs&Video LS 1 S- 8,.18999 $ 18.999 40omoo S 4.00000 3500150 5 3,5o000 114 Erosion Control Sediment Log Check CA 2 S 8100 $ 16200 S 1.000.Go 5 2,006S11 $. 35200 S 70000 115 Erosion Control Curb Inlet Prutection EA 32 189 00 -$ 6,048,00 5 32500 S 10.40000 $ 200.00 S 5,400.00 116 .117 118 Erosion Control Sill Fence Erasion Con[ral G.nerall StrLlel s i'1, Pu?; Box G".t 8' ET ITS EA 5.12) 1 58 S S _$_29i 3 78 $ 9,97249 S_%97h4D 00 5 19,361 16 I1,ik:DID $ 400 $ S 35..060.00 S. $ -�111i 611 $ 20,48800 5 25,00000 S 10,15000 ',, 5 00 S 8100000 S 275.00 25.61D00 8,000,00 15,95000 119 1 112" Electrical Conduit (F 4,300 S 14 04 $ 60,372 00 1$ 980 $ h2,140 00 5 1300 5 55.900.00 120 Street Light Fixture Pale and Foundation EA 56 S 4.185 OD $ 234,3(1000 $ 4,45000 $ 249.20000 S 3,971,00 .S 217,(&.66 .121 122 R! ahAl"Iticate Exwfng Irri a[ion Lines _ Remove Section and Set New Post for Existing .3'Rail Wood Fence LS 1 1$ 4.590150 $ 2,16000 $ 4,59000 2,16000 $ 9.00000 S $ 80000 $ 8,017000 S 80000 $ 1,000.40 $ 70000 $ 1,D.DC.D0 /0000 APAC--Central, Inc. Goodwin &C,00dwin, Inc. Sweetser Construction, Inc. ITEM ESTIMATED UNIT kmrr UNIF DESCRIPTION UNIT QUANTITY PRICL AMOUNT PWCL AMOUINI 1'11tC! AMOUNT 123 (Extend Existing 4" Drain Line and Connect to CA 1 $ 1,496:92 $ 1,496 92 $ 1,50000 $ 1,50000 $ 70000 $ 70000 Drop Inlet 124 1 11910cate Liastirg Si Sia 112.11 81 LS 1 7 1,6T 7 Ly I $ bll 15 5 2.00000 5 2d70D DO S 1,500 OD 1 S 1,500 0n OLO W E no. A41p TCWNSF11P 5T. $Ie t 125 Sy iurn Local Controller, TS2-Type2(16-Phase) LA 1 $ 24,975.00 $ 24,97500 $ 24,00000 $ 24,00000 $ 23,12500 $ 23,12500 & Cabinet rrlth Foundation 126 Eth erne(Switch, TIED Hardened LB -Port LA 1 I S 97524 S 97524 S 90000 5 _ 90000 5 90300 5 903 00 127 1ratfic Si nal Head 3-5ection EA 9 $ 85320 S 7,678110 S 800 DO S 7.20000 $ 79000 S 7,110,00 128 'Traffic Signal Head 4 -Section LED EA 4 $ 1.069.20 $ 4.27680 $. 95000 5 3,80000 5 99000 S 3,96000 179 Traffic 5'E al Head 3-SecUnn(LE0 aiCldel EA 3 $ 92880 $ 2,78640 $ 87S.D0 S 2,625.00 S 86000 5 2580-00 130 Countdown Pedestrian Si nal Head lE0 FA 4 S 826 20 S 31304 80 S 82S 00 S 3,30D 00 S 76500 S 3.06000 131 fraffir Si nal fable 17C/14 AWG) LF 424 $ 2.16 S 91584 S 300 5 1,272.00. $ 200 S 840 00 132 Traffic nal Cable 12DU14 AWG) LF 735 S 4 81 S 3,535.35 S 400 S 2.940.00 $ 445 S 3,270,75 13 Lead in Cable (Feeder Wire) Lf 719 S 1,08 S '77( 52 5 2 00 S 1,438,D0 S 100 S 719.00 134 INon-Metallic Conduit 3'I _ LF 559 S 2646 5 14,79114 5 3000 5 16,770..00. 5 2450 $ 131695.450 135 1G.alvanizW Steel Cannot 2125"J LF 10 S 14-D4 S 14040 S 15 01) $ 150.DD S 13.00 S 130..00 136 (Concrete Pull Box (Type 11 EA 4 745 20 S 2.980.80 5 40000 S 1.60000 S 69000 S.- 2,/6000 137 - Concrete Poll Boz (Typw 2j EA 1 5 793 80 5 79380 S 45000 5 450,00 $ 735 00 5 73S OB 138 Traffic Signal Mast Arm (30') & Pole (21') with EA 1 S 13,149.00 5 13,149.00 $ 12,800 00 $ 12,800 00 $ 12,175 00 $ 12,175 00 (Foundation 139 Traffic Signal Mast Arm (36'1 & Pole (21') with CA I $ 13,23000 $ 13,23000 $ 14,00000 5 14,00000 $ 12,25000 $ 12,25000 Foundation 140 'Traffic Signal Mast Arm (36') EA 1 $ 15,22800 $ 15,22800 $ 17,000,00 $ 1/,00000 $ 14,10000 $ 14,100.00 & Pole 35' with Foundation 141 'Traffic Signal Mast Arm (52') EA 1 $ 22,032 00 $ 22,032 00 $ 19,S0000 $ 19,500 00 „$ 20,100 OD $ 20,400 00 14, Pale 351 with Foundation 142 Traffic Signal Pedestal Pole 115') CA 1 $ 2,16000 $ 2,16000 S 2,30000 $ 2,30000 $ 2,00000 $ 2,00000 With Foundation 143 Yidea Detector jCLRj. EA 6 S 2,64600 5 15,87600 5 2.65000 5 15.900.00 $ 2,45000 5 14700,00 144 'Video Monitor w.Mouse CA 1 S 572.40 $ 572.40 S 50000 $ 5QQ 00 5 53000 S 530.00 145 'Video Detection Card IT5P-V100 EA 6 $ 3,067.20 S 18,403.20 S 2,875 00 S 17,.25000 $ 7 84000 5 17,040 00 146 _ Video Delecto Rack 116 Channel CA 1 $ 1,40940 5 1,40940 S 1,40000 $ 1,40000 5 1,30500 S 1,30500 147 Video fable if 1,402 5 2.86 S 4.00972 S 3.00 S 4,20600 S 265 S 3.71530 148 '.Coax Cable 182811 Li 1,402 S 0.76 S 1.065 S2 S 3:00 5 4,206 00 $ 0 70 S 981 40 149 (Electrical Conductors -in -Conduit IT 20 S 497 $ 9940 $ 400 $ Roon $ 4 G $ 9200 I'2C16 A. W -G, EGC1 150 Electrical Conductors -in -Conduit (IC/0 A W G. LF 562 $ 1 40 $ 81480 $ 125 5 /2/ SO $ 1 30 _ 5 756 60 ECC) 151 Electrical Conductors for Luminaires LF 559 $ 124 $ 693 16 $ 200 00 $ 115 $ 85 7C12A W.G.1 $ 1,118 642 152 Luminare Assembly EA 2 $ 1,074 60 $ 7,149 20 $ 1,47500 $ 2,950 00 $ 99500 $ 1,99000 Full. fof 153 Service Point As5pmhIX12.Cirruds EA 1 5 L62000 S 1,62000 5 1150000 S 1,50000 S 1:50000 $ 150000 15.3 5 15 Channel SunFe SuoDreuion Panel J EA L 5 2,07360 -S 2.01160 S I,BD0.00 S 1800.00 5 1.9?DOO S 1.92000 CLD WIPA 7201 HOE8TWAN IIYW O RW OH 154 System Local Conlroller, T52 -Typo 2 EA 1 $ 16,5167 20 $ 16,567.20 $ 14,20003 $ 14,20000 $ 15,34000 $ 15,34000 IS Phase& Cabinet with foundation .15.5 Ethernet Switch. T1D0 Hardened. 8 -Port EA 1 $ 975 24 $ 975-24 $ LOOD-00 $ 1,000 DO $ 90300 S 903.00 156 I raffic Signal Head 3 -Section LEU 12"faces LA 4 27656 $ 5 1,, 510624 1,350.0(] $ $ 5,40000 $ 1,18200 $ 4,72800 157 Countdown Pedestrian Sinal Head LED CA 2 S 83916 5 1.67832 $ 85(1(10 $ 1,70000 S 77700 5 1,55400 158 Traffic Signal Cable LI 275 $ 216 $ 594 DO $ 200 $ 55000 $ 200 $ 550 (10 L7U14 AW(; 159 Traffic Signal Cable F 72 $ 5 72 $ 41184 $ 400 $ 28800 $ 5 30 $ 381 60 (20C/14 AWG( 161) Lead in Cable lFee.der Wire LTA 130 S 1.24 S 1612n 5 100 S 130.00 S 115 5 149.50 161 Nan -Metallic Conduit 3" LF 94 S 26465 2.487 24 $ 3000 S 2,8203(1 S 74 50 5, 2.303 OD .162 Non -Metallic Conduit (2") LF 20 S 9 7) S 19440 $ is oo S 300.00 S goo 5 180.00 163 Galvanized Steel Conduit 13 25"j LF 8 $ 1388 S 11104 5 2000 $ 160,00 S 12 85 $ 10280 164 Concrete PUII Box [Type l EA 2 5 745 20 S 1.49040. $ 40000 S 800.00 S 69000 5 3.380.00 165 Quazite 6" x 8" Pull Box EA 1 5 35640 S 35640 S 20000 S 20000 1 $ 330,00 1 S 33000 166 Traffic Signal Mast Arm (42') EA 1 $ 17,766 00 $ 17,76600 $ 17,000.00 $ 17,0 000 $ 1,G4500 $ 1,64500 &Pole 35' with Foundation 167 Traffic Signal Pedestal Pole (10') with EA 1 $ 2,16000 $ 2,16000 $ 2,20000 $ 2,200,00 $ 7,(10000 5 2,00000 Foundation 168 Traffic Signal Pedestal Pole IS 5'1 with Foundation EA 2 $ 1,944 00 $ 3,88800 $ 2,00000 $ 4,000.00 $ 1,800 00 $ 3,60000 169 Electrical Conductufs-in-Conduit (2C/6A W G, LF 8 $ 4 97 $ 39 76 $ 400 $ 3200 $ 4 60 $ 3680 ECC 170 Electoral Conductors -in -Conduit (IC/8 A: W G. LF 150 $ 1 40 $ 21000 $ 200 $ 30000130 $ 19500 FCC 171 Electrical Conductors for Luminaires (2C/12 LF 124 $ 124 $ 1S3 76 $ 2,00 $ 24900 $ 1 15 $ 142 60 A W -G,1 172 Luminare Assembly FA 1 $ 1,07460 $ 1,07460 $ 1,50000 5 1,500 OD $ 99500 S 99500 FLM Culoff LED 179 Service Point Acsemh Grcullt 61 1 5 1.62000 S 1.62000' S 1,500 CO S 150000 5 1,50000 _ S 1,50000 TOTALAMOUNT BID (SCHEDULES 1) �...�.__ $. 4,204,37144 $ 4179,07051] $ 3,786,48255 BID SCHEDULE 2 174 rAct 291, 1993 Trench and Excavation Safety 1 S 2,16()00 $ 2,16000 $ 8,00000 $ 8,00000 $ 2,50000 $ 2,50000 i clam for Waley and Sewar Incl, llatinn CERn FI ED CPP8, Purchasing Man. ger Witness Date APAC-Central. Inc, Goodwin & Goodwin, Inc. Sweetser Construction, Inc. ill EM ESFIMAFED - HNIT UNII UNIT 1V 0 DESCRIPI IDN UNIT QUANTITY PRICE AMOUNT PRICE AMOUNT PRICE AMOUNI 175 8" PVC, C-900, Class 200 UR -14 'Water Main LF 320 $ 9612 $ 30,75840 $ 7000 $ 22,400,00 $ 3950 $ 12,64000 176 i6" PVC, C-900, Class 200 DR -14 'Water Main LF 20 $ 9180 $ 1,83600 5 7000 S 1,40000 $ 35 50 $ 71000 - 177 1"Copper Water Service Tubing_ LF 60 S 2916 $ 1.749.60 $ 3000 S 1,800,00 5 2600 S 1,56000 378 IB" Gate Valve with Box CA 2 5 1,944 00 $ 3.98800 S 7500.00 S 3,000.00 S 2,40000 S 4,80000 179 -three Wa FireH dram Assemblywith Valve CA 3 5 51184()0 $ 15,55200 .5 4.,80000 5 14,40000 S 4,500 DO $ 13,50000 180 Remove Existing Fire Hydrant and Deliver to Owner EA 2 5 1,18800 $ 2,37600 $ 1,25000 S 2,50000 .5 80(00 $ 1,500,00 181 14"X 6" lapping Sleeve and Valve with Box EA 4 $ 4,32000 $ 17,28000 $ 4,00000 $ 16,000.00 $ 3,80000 $ 15,20000. 182 Eooxy Coated Ductile Iron FilJin s I R 3,500 S 1188 S 41,580.00 5 4 00 S 14,000.110 $ 700 $ 24.50000 183 Single Meter Setting, Complete, Including Pressure Reducer and Plumber Connection to EA 1 $ 2,16000 $ 2,16000 $ 1,50000 $ 1,50000 $ 2,500.00 $ 2,500,00 Existing Building Service 784 iRemove Existing Meter Se[tin. EA 1 $ 37800 $ 37800 $I 60000 5 60000. S 500,00 $ 500.00 165 .B" Saddle, 1" Cpronration Stan aed Tan FA$ 324.00 5. 324 00 5 27500 S 275.00 $ 400.00 5 400 DO 186 16"Direct Burn Steel Casio LF 99 $ ]7960 S 12,83040 S 20000 S 19.80000 S 12000 S 1].8B000 1B7 2" HDPE Casing LF 50 S 6480 5 3,24000 j. 40.00 S 2,00000 $ 1300 5 650.00 188 Cutand Cap Existin 6"Water Main. EA 4 5 2-5D2 0.0 $ 111,36!-00 S 1,80000 S 7,20000 - 450.00 S 1,80000 189 Arl'ust Existin Water Valve to Grads LA 9 S 45900 S 4,13100 5 250170 $ 2.250.00 S 30000 S 2,700,00 1.90 Abandon Lxistin Water Valve EA 1. S 648.00. S 64800 S 250 OD S 250.00 S 500.00 S SOD 00 191 Relorate/Adjust to Grade 'Existin Water Meter EA 11 $ 43200 $ 4,752.00 $ 40000 $ 4p0000 $ 15000 $ 1,65000 192 .Adjust Existing Sewer Manhole to Grade Using Riser Rings EA 4 $ 432 00 $ 1,72800 $ 300,00 $ 1,20000 $ 30000 $ 1,20000 193 Concrete Anchor Collar EA 22 S I'alijo-1 5 3.456.00 $ 1200 D0 S 2,40000 $ 20000 S 40000 194 Relocate ExistingFire Hydrant 15 1 S 1.121100 $. 1,728.00 S 4.80D DO S 4.80000 S 2,20000 S 2,20000 195 Remove Cone and R—ristruct Sewer Mannole I. Grade EA 1 S 1,944 Oils _ __ 1.944 00 $ 2,50000 S Z 600:0[1 $ LSDD 00 $ 1.500.00 TOTAL AMOUNT BID jSCHEDULE 2 $ 164,867 40 $ 132,675 OD 5 104890 DD' TOTAL AMOUNT BID ISCHEDULE 1 & 2) S 4.369.238 84 5 4,302,; 4'i L $ 3,891.372 55 CERn FI ED CPP8, Purchasing Man. ger Witness Date C:>L13 'WIRE F:tC>^V RFIC)YECYEE]) BIKE LAN IE 4& Si10EW^LK RFK:)JECSY (^14SH !S -r. -rC> CSI ULLE-Y R^FtK) for the City of Fayetteville VICINITY MAP BID No. 18-21 JANUARY 2018 ACITY OF FAYETTEVILLE ARKANSAS ENGINEERING DIVISION OLQ WIRE ROAQ RFROTECTEn BIKE LAN E 8E SI®EWALK PROJECT (ASH ST. TO GULLEY PARK) for the City of Fayetteville TYPICAL CROSS SECTION ACITY OF FAYETTEVILLE ARKANSAS ENGINEERING DIVISION PHONE (479)57&8206 .... 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 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 L Oat Sharon Sweetser, "taay/Treasurer 1N WITNESS WHEREOF, 1 have hereunto set my hand as Secretary of said corporation and have affixes} hereto the official seal of the corporation this day of 0L- - ,7 f7 2004. Secretary ATTEST• President q ,SECRETARY ) OF STATE Charlie Daniels SECRETARY of STA'IT To All to Whom These Presents Shall Come, Greetings: � Charlie Daniels, Secretary of'State of Arkansas, do hereby certify that the following and hereto attached instrument of writing is a true and perfect copy of Articles of Amendment Ma JERRY D. SWEETSER, INC. changing the name to SWEETSER CONSTRUCTION, INC, filed in this office November 10, 2004. In Testimony Whereof, Yhavehui)5;.unto set my hand and affixed my official Seal. Done at my office in the City of'Little Rock, this 10th day of November 2004. n c HI!101ppi vu- .—.y M1 vmw' NVVMIIIq..t I.— — l M o uv Vs a— I II✓vr • a -I.I wv ' i ­ • ..n • ✓wa I yY,✓n.. r Certificate of Amendment Dol this Amendment include a sltalre ex&ange? Na JERRY D. SWEETSER, -INC. a corporation duly organized, created and exlstlng unrlor and by vlrtue of the laws of the State of Arkansas, by Its President and Its Secretary, A. The nama of the corporation to JERRY D. SWEETSER, INC. 81 The attached amendment was adopted on 10 day orNOVEM$ER, 2004 by the shareholder, C. That the humbor of shares outstanding is 246.75, and the number of shares entitled to vote thereon is 246.75 (1000. The number of shares voted for is 246.75, The number of Shares which voted agalnst fs 0 (lf the shares aro sa7titivd to voto thareart as a class, the cfieslgnatlon and number of outstanding shares entitled to vote thereon of $ach such class, and the nurnbar of shares of each class vrhlch voted forand against are requlrod.j if the nmondment'provides for an exchange, reClas$IftCa(ion or cancellation of Issued shares shall bo affected as follows (If slated In atfachod aniendrrnenl, do rust r©stata): NOT APPLICABLE E. If the amendmont effects a chango In tae amount of stated capital, then state the mannBr In which thu Sarno Is vffnctod end state the amaUnt of tho stated capital changed by the amondmant In dol)ars and cents. THE NAME OF THE CORPORATION SHALL BE CHANGED TO SWERTSER CONSTRUCTION, INC. a IN WITNEW WHEREOF, the said corporation, JERRY A SWEETSER., INC. has caLrsod Its corporato nntn4 to bo stsbacribed by Its President, who hereby verifies that the statements containnd in tits forOgaing COrtlfianto of AmarKintent are true and cnf'rOct to the best of hislher knowledge and duly attested by Its Socratery, on this 1Oth dw ofNovember, 2004. JERRY D. SWEETSER, INC. Gorporate Name WML UM G. SWEETSER President. 590 W. POPLAR, FAYETTEVI.LLE, AR 72703 Address AT 989., MMCHAEL A. SWEETSER. Socretary s}}����1�yyyy�44 w a -C - tt KELLY BRYANT. SECRETARY OF STATE � � f f / ✓ r J / J1 J ARTICLES OF INCORPOPATION JERRY D. SWEETSER, INC. Original articles filed: October 11, 1957 �r iltri ;�Qataber �� 67 KELLY'BRYANT «J r r' M J Yl OC f - r .J JERRY D. SWEETSER, INC. Original articles filed: October 11, 1957 �r iltri ;�Qataber �� 67 KELLY'BRYANT A R T I C L E S 0 F I h C 0 R P 0 R A T 1 0 A of --.JZIRRY D. SWIMSZ&IAC. Filed in the office of the Secretary of state of tze -State of Arkansas on tiijs day of A. D, iq secretary of 6tata rsy ARTICLES OF INCORPORATION of JERRY U. 5:�8+sTSIi$r l:VC. We, the undersigned, in order to forta a corporation for the purxosas hereinafter stated, under and pursuant to the pro- visions of the Arkansas Business Corporation Act, Acts of 196s No. 575, do hereby certify as follows; FIRST The name of tine corporation is Jerry U. Sweetsar, lac, S:CU?fD: T;io period of existence of Clis corporation shall be per- petual. THIRD Tha Purpose or purposaa for which the corporation is organ- iled is as follows; A. To engage In genaral contracting and cement finishia3 business. 5. To manufacture, purchase, dasign, prapare, buy, acquire, sell, at witolasale aad rstail, distribute, export, import, dispoaa of, and gecorally deal in ani ;.ith goods, ;wares, msrcloadisa and property of every kind, nature and description, both �it�iu MW without tis Stata of ArIkar.sas. C. To acquire by 1e3.ts, purc:iasa, ;ift, devise, contract coia- cession, or otaarwise, ani to hold, own, develop, explore, exlloitI 4'mprove, operate, lease, enjay, control, man;i, or othor'43.3-: turn to :rccounL, mortgage, grant, sail, excnan;a, convey, or ot-�drwiaa diapost� of, whare over situataJ, within or without tea Statex of Artaasas, in real estst:a, .lands, options, conces50113, grants, and Patents, francnisaa, rights, privilegea, eaitments, d3tates, tena- ments, hLcn3dlts.mants, i.ntero3t, and properties of ev,ry kin,6, nature aaJ discri,otion whatso ver. V . To acquire anId holt taxa common stocks, preferrad status and cartiflcates of indebtadnesa of otixer corporation's as wall 3s of: thi3 corporation. To anter into, *.,a a and parf'orm contracts of every :rind and daa_riptio:i wit:x any person, firm association or cor- poration, municipality, body politic, Country, territory, state, govvr,tment or otitorrdisa. F. in oesasral, to do :{ry and all of tile+ taings ear in set. fort�l to ti,3 sa,%e extent as natural parsons might or could do and in any part of the world, as principal, agent, contractor, truataa, o7 otilCrwi v, lwiniri or :without tiie State of Arkansas, eith,:r a10:,e or In company with ot�lurs, and to carry on any oth*r business in C.OWUACtiota therewith, tv:othar manuFactuxing or other;visa, and to do all thin. not forbidden, and wit4 all the powers conferred upon corporations by tae lases of the state of Arkansas. FOURTH : The total amount of tha authorized capital stock of this cor- poration is 1,000 snaras, having a par, value of $100.00 eac.i. FT FT Ii: The corporation will not cnmmance business until consideration of the value of at least $300.00 has boon received for the issuance of shares, SIXTH: The address of Cle corporation's initial r3gisterad office is University and W. Canter 3traat3. Fayattevill:a, Arkansls. Jerry D. Swaatsar is the initial registered a;ont at said addr933. Tae iiLititl board of directors of the corporation will 'nava thrae (3) membors. EIGHTH: The name and address of each incorporator is as foliowst Jcirry D. S:voet,)ar, 401 Assamoly Drive, FayettevPillr, Arkans as Sharon J. Sweatser, 491 Ass.:j�)ly Drive, Fayettsvi,lla, Arkansas IN WITNESS ;ti; i;c�JP, W., have hereunto set nuT hands this day of October, 1957. 0 - �3 n 3 ACKNOWLEDG.AENT STAT_: OF ARXANSAS ) ss. COUNTY OF WA.ShI,YGTON ) N 3. IT Itc;Il'13L'2L0 that mi tris 't}r day of October, A.D, 1:157, personally cane bofore me, the undersigned, a c'otary Public wit;iin and for tits• State and County aforesaid, Jerry D. Sweatser and S:iaron J. Svaetser, parties to the foregoing Articles of Incorpora- tion, known to me personally to bo sura, and severally acknowledged t" same to be tiia act and dead of the sib ors, rpapctctively, and that the facts tsiereia stated are truly sat forth. GIVP.14 unJar my hand and seal of office the clay aad year aforesaid. t votary "vuoitc ti;y Comm, Exp . t W'.TrIFICATE OF CLERX STATE OF A1ILMSAS ) j ss. COUNTY OF 'OkkJ CTON j Clark of t'.e Cou,,ty aad Pro'oat� s in anal for the County af+aresaid do hereby certify that t:ia fore oing instrument of writing, being cartificata of Incorporation of �t?..Q —� was Film for record in .lry office o;, tai day of 1967, aad the s.imc is uoao duly recorded in 3oo;; _0-_, Fade .301, of tie rscorda of my said office, 1A TcSTIsiJ=vY ICIE',RHOF, I h9reanto S-A my nand aa4 tay Baal of said Court tris 1ay of �outi ori n-3 � License No. 0027470418 IQ #4115 State ofArkansas Commercial Contractors .Licensing Board SWEETSER CONSTRUCTION, INC. 590 W POPLAR FAYETTEVILLE, AR 72703 this is to Certify That SWEETSER CONSTRUCTION, INC, is duly licensed under the provisions of Act 150 of the 1965 Acts as amended and is entitled to practice Contracting in the State of Arkansas within the following classifications/specialties: BUILDING - (COMMERCIAL & RESIDENTIAL) HIGHWAY, RAILROAD, AIRPORT CONSTRUCTION MUNICIPAL & UTILITY CONSTRUCTION with the following suggested bid limit Unlimited from April 28, 2017 until April 30, 2018 when this Certificate expires. Witness our hands of rhe Board, dated at ,'Forth Little Rock, Arkansas, %, CHAIRMAN SECRETARY April 28, 2017 - A Arkansas Secretary of State Mark Martin K�aeag State Capitol Building • Little Rock, Arkansas 72201-1094 # 501-682-3409 Certificate of Good Standing I, Mark Martin, Secretary of State of the State of Arkansas, and as such, keeper of the records of domestic and foreign corporations, do hereby certify that the records of this office show SWEETSER CONSTRUCTION, INC. authorized to transact business in the State of Arkansas as a For Profit Corporation, filed Articles of Incorporation in this office October 11, 1967. Our records reflect that said entity, having complied with all statutory requirements in the State of Arkansas, is qualified to transact business in this State. In Testimony Whereof, I have hereunto set any hand and affixed my official Seal. Done at my office in the City of Little Rock, this 16th day of February 2018. Mark Martin 69HI,�'�gtiP�,igWt,thorization Code: 1a;4239al)602W To verify the Authorization Codc, visit sos.arkansas.gov DocuSign Envelope ID: A835AF9D-D159-4937-9196-DE0179A008F9 WALTON FAMILY C 0 U 'Ni D A T 1 0 N July 28, 2017 Mayor Lioneld Jordan Mayor City of Fayetteville 113 W. Mountain Street Fayetteville, AR 72701 RE: Grant #2016-1797 Dear Mayor Lioneld Jordan, It is my pleasure to inform you that the Walton Family Foundation, Inc. ("Foundation") has approved a grant of up to $1,361,428.00 to the City of Fayetteville ("Grantee"). The project term will be June 30, 2017 to June 30, 2019. This grant is subject to the following terms and conditions: 1. Purpose: The purpose of the grant is to construct the Old Wire Cycle Track, an initial phase of the East Fayetteville Loop. This grant is more fully described in Grantee's proposal dated October 28, 2016. Grantee agrees to use all grant funds exclusively for the grant's purposes. Any changes in these purposes must be authorized in advance by the Foundation in writing. 2. Amount: Up To One Million, Three Hundred Sixty -One Thousand, Four Hundred Twenty -Eight Dollars ($1,361,428.00). Grant payments will be made as follows Installment Amount Requirement Date #1 Up to $680,714.00 See Installment One 11/30/2017 #2 Up to $680,714.00 See Installment Two 6/30/2018 3. Matching Grant Payable: The Foundation will match revenue collected by Grantee according to the conditions outlined below: Installment One (November 30, 2017): One dollar for every one dollar of revenue collected from all sources, up to $1,361,428.00. This payment of up to $680,714.00 shall be payable upon the receipt of this completed letter from Grantee acknowledging the terms and conditions set forth herein, as well as written documentation of matching funds collected, and evidence that all required permits and approvals have been secured, a commitment from the City to maintain all aspects of the project, a bid and construction schedule, and a copy of final completed construction plans. Expiration: Qualifying matching contributions for Installment One must be collected and documented for the Foundation by November 30, 2017. In the event the matching contributions are not documented by this deadline, all outstanding obligations of the Foundation will terminate. Installment Two (June 30, 2018): $680,714.00 shall be contingent upon the Foundation's approval of Grantee's activities as evidenced by the reports described in 'fel: 4 4 64A S %.r Fax , 5 8 www,waltonfamiiyfoundation.o rg DocuSign Envelope ID: A835AF9D-D159-4937-9196-DE0179A008F9 paragraph 5 below and other information the Foundation may gather, as well as a construction contract with a qualified and experienced contractor must be executed, documentation from a qualified third party showing that no less than 50% of the project is complete, and upon inspection and approval the Foundation will fund the remaining costs of construction not to exceed the remaining grant amount. Funds collected and applied to other Foundation match requirements may not be used to satisfy this match requirement. 4. Accounting: (a) The Foundation encourages, whenever feasible, the deposit of grant funds in an interest-bearing account. For purposes of this letter, the term "grant funds" includes the grant and any income earned thereon. (b) Grantee will maintain records of receipts and expenditures made in connection with the grant funds and will keep these records during the period covered by the Grantee's reporting obligations specified in paragraph 5 and for at least four years thereafter ("Maintenance Period"). Grantee will make its books and records in connection with the grant funds available for inspection by the Foundation during normal business hours as the Foundation may request at any time during the Maintenance Period. 5. Reporting and Evaluation: Grantee will provide the Foundation with financial and narrative reports by the due dates listed in the report schedule below. Each report shall include an account of expenditures of grant funds, and a brief narrative of what was accomplished (including a description of progress made in fulfilling the purposes of the grant and a confirmation of Grantee's compliance with the terms of the grant). teport Date Report Type 11/30/2017 Match 3/1/2018 Update 5/31/2018 Interim Financial and Narrative 1/31/2019 Final Financial and Narrative 6/30/2019 Update Success will be measured against the outputs and outcomes described in Appendix A. All reports will be sent electronically to HomeRegion@wffmail.com. Please reference Grant #2016-1797 on all reports submitted. In addition to matching requirements, Grantee payments are always contingent upon the Foundation's approval of Grantee's operations based on the above reports and the Foundation's satisfaction with such information as it chooses to obtain from other sources. Representations: Grantee represents and warrants to the Foundation that: (a) Grantee is an organization in good standing, is either an organization described in section 501(c) (3) of the Internal Revenue Code ("Code") or a governmental unit, and is not a "private foundation" described in section 509(a) of the Code. Grantee will promptly notify the Foundation of any change in Grantee's tax status under the Code. DocuSign Envelope ID: A835AF9D-D159-4937-919B-DE0179Ao08F9 (b) In no event will Grantee use any grant funds: (i) to carry on propaganda, or otherwise to attempt, to influence legislation; (ii) to influence the outcome of any specific public election or to carry on, directly or indirectly, any voter registration drive; or (iii) to undertake any activity other than for a charitable, educational or other exempt purpose specified in section 170(c)(2)(B) of the Code. (c) Grantee will comply with all applicable laws and regulations. 7. Repayment: Grantee agrees to repay to the Foundation any portion of the grant funds not used for the grant's purposes. In addition, the Foundation may discontinue any further payments to Grantee, and may direct Grantee to repay any unexpended grant funds to the Foundation, if any of the following events occurs: above; (a) Grantee ceases to maintain its tax-exempt status as described in paragraph 6(a) (b) Grantee fails to comply with the terms of this letter; or (c) There is a material change in Grantee's key personnel that in the sole opinion of the Foundation adversely affects Grantee's management of the grant. 8. Release and Indemnity: Unless prohibited by law, Grantee shall release, indemnify, defend and hold harmless the Foundation and its directors, officers, employees and agents from and against any and all claims, actions, suits, demands, damages, losses, expenses and liabilities, arising out of or related in any way to the actions or omissions of Grantee (or its directors, officers, employees, agents or contractors) in connection with the Grant and the project funded by the Grant, except to the extent caused by the Foundation's (or its directors', officers', employees' or agents') negligent actions or omissions. Grantee further agrees to carry insurance in such forms and amounts as are commercially reasonable and appropriate to cover Grantee's operations and to enable Grantee to indemnify and defend the Foundation as provided hereunder. 9. Grant Publicity: Grant publicity related to this grant consistent with Grantee's normal practice is permitted, subject to the following provisions. The Foundation expects any announcements and other publicity to focus on Grantee's work and the project or issue funded by the grant. Recognition of the Foundation's role in funding the project is permitted, provided that the timing, content and strategic focus of such publicity should be approved by the Foundation contact listed in paragraph 11. Publicizing the grant and the Foundation in Grantee's publications and communications in a manner consistent with similar grants obtained by Grantee is permitted. The Foundation may ask Grantee to provide illustrations, photographs, videos, recordings, information or other materials related to the grant (collectively "Grant Work Product") for use in Foundation communications including the Foundation's website, annual report, newsletters, board materials, presentations, communications and other publications. Grantee agrees to provide the Foundation with such items upon the Foundation's reasonable request and hereby DocuSign Envelope ID: A835AF9D-D159-4937-919B-DE0179A008F9 grants to the Foundation and anyone acting under the authority of the Foundation a fully paid- up, world-wide, right and license to use, reproduce, display and distribute the Grant Work Product in connection with the Foundation's charitable operations and activities. In connection therewith, Grantee shall be responsible for obtaining all necessary rights and permissions from third parties for the Foundation to use the Grant Work Product for these purposes. By signing this Agreement, Grantee also acknowledges and agrees to use by the Foundation of historical, programmatic and other information relating to Grantee and the grant hereunder. 10. Gratuities: The Foundation desires that all of Grantee's resources be dedicated to accomplishing its philanthropic purposes. Therefore, Grantee agrees that it will not furnish the Foundation or its Board of Directors, officers, staff or affiliates with any type of benefit related to this grant including tickets, tables, memberships, commemorative items, recognition items, or any other benefit or gratuity of any kind. 11. Contact: For all communications regarding this grant, please contact the Foundation by email at HomeRegion@wffmail.com. Please reference Grant #2016-1797 in your communication. By electronically signing this letter the Grantee acknowledges and agrees to the terms and conditions herein. A copy of the completed document will be emailed to the Grantee through DocuSign. If the electronic signing of this letter is not completed by August 4, 2017 the Foundation will consider the Grantee to have declined the grant. On behalf of the Foundation, I extend every good wish for the success of your organization's endeavors. Sincerely, DocuSlyned by: L9,7f55 �6".62 a e .eerson Executive Director ACKNOWLEDGED AND AGREED —CrccuSlgrwd by: N' W"' 366 'J -"A- 7/31/2017 1 8:41:00 AM CDT By. nCa�r7nnrttn4-7n _.. Mayor Lioneld Jordan (Date) City of Fayetteville DocuSign Envelope ID: A835AF9D-D159-4937-9198-DE0179A008F9 Appendix A: City of Fayetteville Old Wire Cycle Track Outputs And Outcomes Who will do what and how much? 7Byhen? Measured or evaluated by? Outputs The City of The City will acquire all rights-of-way or Fayetteville will provide a copy of any easements and permits needed to complete the 11/30/17 applicable public Old Wire Cycle track/East Fayetteville Loop documents at the Phase I. request of the Walton Family Foundation. The City will enter into a construction contract Signed Construction with a qualified and experienced Construction 03/01/2018 Contract with a qualified company. General Contractor The City will establish a baseline of bicycle usage along the Old Wire Road corridor in hourly and daily increments, using electronic counters or similar means. Measurements shall 03/01/2018 Program records be taken over a period of time (subject to WFF input) to capture reliable data accounting for weather and time of year, and shall commence a minimum of 45 days prior to construction. The City of Fayetteville will construct approximately 4,600 linear feet, or 0.87 miles of 8.5 -foot wide concrete cycle track and adjacent 6 -foot wide sidewalk with buffer strip and lighting. Bicycle specific signals will be installed at Township Street and enhanced pavement A third party consultant markings, protected crossings and other design 12/31/18 will provide verification to features shall be installed along the corridor as the foundation. warranted. The cycle track will meet the uniform design and construction standards outlined in the "Trails Design Resource notebook" developed by ALTA Planning and utilized for the Razorback Regional Greenway as evidenced by inspection of a Walton Family DocuSign Envelope ID: A835AF9D-D159-4937-9196-DE0179A008F9 Foundation consultant. Outcomes The City of Fayetteville will commit to manage A letter from the Mayor and maintain this section of the East expressing the City's Fayetteville Loop — Phase I (Old Wire Cycle 09/08/17 commitment to Track) to the same standards as the Razorback maintenance Regional Greenway. The City of Fayetteville will commit match A signed letter from the funding in the amount of up to $1,361,428 for 09/08/17 Mayor this project. General and commuting usage of the cycle track along Old Wire Road will increase in the six months following completion of construction 06/30/2019 Program records at 100% of the baseline established by the initial measurement. City of Fayetteville, Arkansas - Budget Adjustment Form (Legistar) Budget Year Division Adjustment Number /Org2 ENGINEERING (621) 2018 Requestor: Matt Casey BUDGET ADJUSTMENT DESCRIPTION /JUSTIFICATION: Old Wire Rd. Project Phase 2 to move funds for next phase of Old Wire (Mission to 265) project #2600. COUNCIL DATE: 3/6/2018 LEGISTAR FILE ID#: 2018-0136 RESOLUTION/ORDINANCE Llfk if utchevw 2/20/2018 11:27 AM Budget Director TYPE: DESCRIPTION: GLDATE: POSTED: Date TOTAL Account Number - _ Increase / (Decrease) Expense Revenue Project.Sub# Project Sub AT v.20180119 Account Name 5400.720.5600-5808.00 (104,890) - 12009 1 EX Water Line Improvements - Water Line In 5400.720.5600-5808.00 104,890 - 06035 2600 EX Water Line Improvements - Water Line In 4470.800.8820-5314.04 (1,117) - 10011 1 EX Professional Services - Engineering Contri 4470.800.8820-5314.04 1,117 - 06035 2600 EX Professional Services - Engineering Contr; 4470.800.8820-5314.00 (496,428) 10011 1 EX Professional Services - 4470.800.8820-5314.00 496,428 - 06035 2600 EX Professional Services - 4520.800.9556-5809.00 (1,036,324) - 06035 1 EX Street Improvements - Street Improveme 4520.800.9556-5809.00 1,036,324 - 06035 2600 EX Street Improvements - Street Improveme C:\Users\losmith\AppData\Roaming\L5\Temp\affcd3bd-3068-40fd-9d39-b84e60c967af 1 of 1