Loading...
HomeMy WebLinkAbout166-20 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 166-20 File Number: 2020-0454 EMERY SAPP AND SONS, INC.: A RESOLUTION TO AWARD BID # 20-41 AND AUTHORIZE A CONTRACT WITH EMERY SAPP AND SONS, INC. IN THE AMOUNT OF $440,907.46 FOR CONSTRUCTION OF THE OLD WIRE ROAD AND OLD MISSOURI ROAD INTERSECTION IMPROVEMENTS PROJECT, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $66,136.00, 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 awards Bid # 20-41 and authorizes Mayor Jordan to sign a contract with Emery Sapp and Sons, Inc. in the amount of $440,907.46 for the construction of the Old Wire Road and Old Missouri Road Intersection Project, and further approves a project contingency in the amount of $66,136.00. 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 6/16/2020 Page 1 11111111//7 ER K / ���, CITY 0 F9�G Printed on 61 7/8ai % N C�,````�� City of Fayetteville, Arkansas 113 West Mountain Street f " Fayetteville, AR 72701 (479) 575-8323 Text File File Number: 2020-0454 Agenda Date: 6/16/2020 Version: 1 Status: Passed In Control: City Council Meeting File Type: Resolution Agenda Number: A 5 EMERY SAPP AND SONS, INC.: A RESOLUTION TO AWARD BID # 20-41 AND AUTHORIZE A CONTRACT WITH EMERY SAPP AND SONS, INC. IN THE AMOUNT OF $440,907.46 FOR CONSTRUCTION OF THE OLD WIRE ROAD AND OLD MISSOURI ROAD INTERSECTION IMPROVEMENTS PROJECT, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $66,136.00, 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 awards Bid # 20-41 and authorizes Mayor Jordan to sign a contract with Emery Sapp and Sons, Inc. in the amount of $440,907.46 for the construction of the Old Wire Road and Old Missouri Road Intersection Project, and further approves a project contingency in the amount of $66,136.00. 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 611712020 City of Fayetteville Staff Review Form 2020-0454 Legistar File ID 6/16/2020 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Matt Casey 5/28/2020 ENGINEERING (621) Submitted By Submitted Date Division / Department Action Recommendation: Approval of a contract in the amount of $440,907.46 with Emery Sapp and Sons, Inc. for the construction of the Old Wire Rd./Old Missouri Rd. Intersection Improvements project, approval of a project contingency of $66,136.00 (15%) and approval of a budget adjustment 4520.800.9556-5809.00 4470.800.8820-5314.00 Account Number 06035.2600 Project Number Budget Impact: 2015 Transportation Bond Sales Tax Capital Imp. - Street Imp. Fund Old Wire Road Improvements Budgeted Item? Yes Current Budget Funds Obligated Current Balance Does item have a cost? Yes Item Cost Budget Adjustment Attached? Yes Budget Adjustment Remaining Budget Project Title $ 538,097.00 $ 13, 387.88 $ 524,709.12 $ 507,043.46 $ 114,603.00 $ 132,268.66 V20180321 Purchase Order Number: Previous Ordinance or Resolution # Change Order Number: Original Contract Number: Approval Date: Comments: The amount of $507,043.46 includes the construction contract amount ($440,907.46) and the contingency ($66,136.00). CITY OF FAYETTEVILLE ARKANSAS MEETING OF JUNE 16, 2020 TO: Mayor and City Council THRU: Susan Norton, Chief of Staff Garner Stoll, Development Services Director Chris Brown, City Engineer CITY COUNCIL MEMO FROM: Matt Casey, Engineering Design Manager DATE: May 28, 2020 SUBJECT: Approval of a contract in the amount of $440,907.46 with Emery Sapp and Sons, Inc. for the construction of the Old Wire Rd./Old Missouri Rd. Intersection Improvements project, approval of a project contingency of $66,136.00 (15%) and approval of a budget adjustment. RECOMMENDATION: Approval of a contract in the amount of $440,907.46 with Emery Sapp and Sons, Inc. for the construction of the Old Wire Rd./Old Missouri Rd. Intersection Improvements Project, approval of a project contingency of $66,136.00 (15%) and approval of a budget adjustment. BACKGROUND: Currently the intersection of Old Wire Road and Old Missouri Road is an unsignalized intersection with Old Wire Road as the through street with Old Missouri Road with a stop sign. The volume of traffic on both streets and the high percentage of left turn movements onto Old Missouri Road lead to frequent back-ups and delays at this location. The Engineering Division has prepared a design for minor widening to accommodate an addition turn lane on Old Wire Road, crosswalks, a pedestrian refuge island, and installation of a traffic signal. The next phase of the Old Wire Road Cycle Track project also crosses at this location. That project will continue the cycle track construction from Gulley Park to this intersection where it will cross and continue north along Old Missouri Road to connect to the future Rolling Hills Drive improvements. This intersection project is designed to accommodate the future cycle track crossing. The construction of these projects will provide a safe pedestrian and bicycle connection from the neighborhoods along Old Wire Road and Gulley Park to the Butterfield Trail Elementary School. DISCUSSION: On May 21, 2020, the City received four (4) construction bids for this project. Emery Sapp and Sons, Inc. submitted the low bid which was approximately 6.5% above the Engineer's Estimate of $414,000.00. Engineering staff recommends awarding this contract to Emery Sapp and Sons, Inc. The contract time is 180 days (6 months) for final completion. BUDGET/STAFF IMPACT: Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 This project is funded by the remaining 2006 Transportation Bond Program funds (2015 series), unallocated bond interest on that fund as well as Sales Tax Capital Improvements Fund. The budget adjustment will recognize the interest revenue remaining from the bond program. Attachments: Section 0500 Agreement Bid Submittal Bid Tab Vicinity Map C>LE) WIFIE F41D. 8& OLD l\AlSS.C)UFtl Fln. INYEFISEC."71C)IN IMPFIC)VEMENYS for the City of Fcayettcnfillcm- MAY 2020 JA 4_4 PROJECT LOCATION wo 141 &j 40C VICINITY MAP CITY OF FAYETTEVILLE ARKANSAS www.fayefteville-ar.gov ENGINEERING DIVISION PHONE: (479) 575-8206 FAX NO: (479) 575-8202 113 W. MOUNTAIN STREET PROJECT: ENGR. No. 8126 DOCUMENT 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR Contract Name/Title: OLD WIRE RDJOLD MISSOURI RD. INTERSECTION IMPROVEMENTS Contract No.: 20-41, Construction THIS AGREEMENT is dated as of the 2nd day of Tune in the year 2020 by and between The City of Fayetteville, Arkansas and Lne-,/ 5-PP +-Sa+s .,Z.,c.. (hereinafter 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: The installation of a right turn lane, traffic signals, pedestrian refuge island, ADA ramps & landings, sidewalks, and a commercial driveway. Additional work will include: grading, landscaping, cold milling of existing asphalt and concrete, asphalt paving, pavement markings, and street sign installation. Any use of a third -party dumpster or roll off container shall be procured from the City of Fayetteville Recycling and Trash Collection Division. Use of a Non -City dumpster or roll off container is not allowed. Contractor is responsible for obtaining all applicable permits, however, fees for the City issued permits shall be waived. The Contract includes work in 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 150 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 180 calendar days after the date when the Contract Times commence to run. 3.03 LIQUIDATED DAMAGES: A. Owner and Contractor recognize that time is of the essence of this Agreement and that The City of Fayetteville will suffer financial loss if the Work is not completed within the time specified above, plus any extensions thereof allowed in accordance with the GENERAL CONDITIONS. The parties also recognize the delays, expense, and difficulties involved in proving the actual loss suffered by The City of Fayetteville if the Work is not Substantially Completed on time. Accordingly, instead of requiring any such proof, The City of Fayetteville and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay The City of Fayetteville Seven Hundred Fifty Dollars ($750.00) for each calendar day 00500 Agreement 00500-2 DOCUMENT 00500 — AGREEMENT (continued) that expires after the time specified above in Paragraph 3.02 for Substantial Completion until the Work is Substantially Complete. After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the time specified in Paragraph 3.02 for completion and readiness for final payment or any proper extension thereof granted by The City of Fayetteville, Contractor shall pay The City of Fayetteville Five Hundred Dollars ($500.00) for each calendar day that expires after the time specified for completion and readiness for final payment. ARTICLE 4 - CONTRACT PRICE 4.01 The CITY OF FAYETTEVILLE agrees to pay, and the CONTRACTOR agrees to accept, as full and final compensation for all work done under this agreement, the amount based on the unit prices bid in the Proposal (BID FORM) which is hereto attached, for the actual amount accomplished under each pay item, said payments to be made in lawful money of the United States at the time and in the manner set forth in the Specifications. 4.02 As provided in the General Conditions, estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by ENGINEER as provided in the General Conditions. Unit prices have been computed as provided in the General Conditions. 4.03 Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. 1. 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 PAYMENTS, RETAINAGE: A. The City of Fayetteville shall make progress payments on account of the Contract Price on the basis of Contractor's Applications for Payment as recommended by Engineer, on or about the 15th day of each month during construction. All such payments will be measured by the schedule of values established in the GENERAL CONDITIONS (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements. 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 determine, or The City of Fayetteville may withhold, in accordance with the GENERAL CONDITIONS. a. 95% of Work Completed (with the balance being retainage). If Work has been 50% completed as determined by Engineer, and if the character and progress of the Work have been satisfactory to The City of Fayetteville and Engineer, The City of Fayetteville on recommendation of Engineer, may determine that as long as the character and progress of the Work subsequently remain satisfactory to them, there will be no additional retainage on account of Work subsequently completed, in which case the remaining progress payments prior to Substantial Completion will be an amount equal to 100% of the Work Completed less the aggregate of payments previously made; and 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 makes the following representations: A. Contractor has examined and carefully studied the Contract Documents including the Addenda and other related data identified in the Bid Documents. B. Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. Contractor has carefully studied all: (1) Reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous - to the Site; and 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, performance, and furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the performing and furnishing of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. G. Contractor is aware of the general nature of work to be performed by The City of Fayetteville and others at the Site that relates to the Work as indicated in the Contract Documents. H. Contractor has correlated the information known to Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 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 — AGREEMENT (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. 5. 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 00500 — AGREEMENT (continued) title: OLD WIRE RDJOLD MISSOURI RD. INTERSECTION IMPROVEMENTS S. Addenda numbers I 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. ARTICLES - 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 performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. 8.06 LIENS: A. No liens against this construction project are allowed. Arkansas law (A.C.A. §§18-44-501 through 508) prohibits the filing of any mechanics' of materialmen's liens in relation to this public construction project. Arkansas law requires and the contractor promises to provide and file with the Circuit Clerk of Washington County a bond in a sum equal to the amount of this contract. Any subcontractor or materials supplier may bring an action for non-payment or labor or material on the bond. The contractor promises to notify every subcontractor and materials supplier for this project of this paragraph and obtain their written acknowledgement of such notice prior to commencement of the work of the subcontractor or materials supplier. 00500 Agreement 00500 - 9 DOCUMENT 00500 - AGREEMENT (continued) IN WITNESS WHEREOF, The City of Fayetteville and Contractor have signed this Agreement in quadruplicate. One counterpart each has been delivered to Contractor. 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 June 2, , 202Q which is the Effective Date of the Agreement. CONTRACTOR: By: 13r11t/ "Iti5 (Type or legibly print) (Signature) Title: /s66& Uict- PICSAtx CITY OF FAYETTEVILLE LM (S I Title: Mayor 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 LLC. 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 perform work in the State of Arkansas. Attest Address for giving notices 5y8t N. Oak S+, License No. 01333IOgZO Agent for Service of process (SEAL) Attest —�64-24- —4 Address for giving notices 113 W. Mountain St. Fayetteville, AR 72701 Sec. a+}wc�co� e�de^c� of au1�-{0 5cr fa Ey.,�� y Sapp } &-s� Tkc. (Type or legibly print) 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. END OF DOCUMENT 00500 00500 Agreement 00500- 11 WRITTEN CONSENT OF THE BOARD OF DIRECTORS OF EMERY SAPP & SONS, INC. January 3, 2020 The undersigned, being all of the members of the Board of Directors (the `Board") of Emery Sapp & Sons, Inc., a.Missouri corporation (the "Corporation"), acting by written consent and without a meeting, do hereby adopt the following resolutions and declare them to be in Rill force and effect as if they had been duly adopted at a special meeting of the Board duly called, noticed, and held: APPOINTMENT OF OFFICERS OF THE CORPORATION WHEREAS, the Board wishes to appoint its officers of the Corporation for the coming .year. NOW, THEREFORE, BE IT RESOLVED, that each of the following persons be, and each individually hereby is, appointed as an officer of the Corporation, to hold such office until his or her successor shall have been duly elected and qualified, or until his or her earlier death, resignation, or removal: Glen Robertson Robert Gillis —Pete-Grathwohl--- - _._... Tim Paulson Shawn Sapp Keith Bennett Jason Rode Justin Gay Nolan Jones Robert Snyder Dan Hoover President Co -CEO Co -CEO Executive Executive VP Operations Secretary Vice -President Executive VP Operations Vice -President Vice -President Assistant Secretary BRANCH MANAGERS SIGNING AUTHORIZATION NOW, THEREFORE, BE IT RESOLVED, that each of the following persons shall have the authority to execute all construction agreements, purchase orders, payment bonds, and other such doctunents as related to projects hi the ordinary course of business: David Tag Asst. Vice -President Jesse Hinton Asst. Vice -President Josh Doerhoff Vice -President KCP-3314795-4 Curtis Shuman Mike Bross Matt Rattray Scott Zepp Billy Wallis Tyler Myers Nathan Alexander Asst. Vice -President Asst. Vice -President Asst. Vice -President Corporate Equipment Manager Pre -Construction Manager Asst. Vice -President Controller Tyson. Collins Asst. Vice -President for Hutchens Construction Company, LLC, wholly owned by Emery Sapp & Sons, Inc. GENERAL AUTHORIZATION RESOLVED, that any director or authorized officer of the Corporation be, and is, hereby authorized and directed, in the name and on behalf of the Corporation, to make all such arrangements and to do and perform any and all acts as may be appropriate or necessary in order to implement fully the foregoing resolutions, including, without limitation, execution, ding and delivery of any and all papers, agreements, documents., instruments and certificates as may be appropriate or necessary, and that the making of any such arrangements, the performance of any such acts, and the execution, filing and/or delivery, as applicable, by any director or authorized officer of the Corporation of any such papers, agreements, documents, instruments and certificates shall conclusively establish the authority of such director or authorized officer of the _—Xorporation-YAth_respect-thereto;___ RESOLVED, that all actions previously taken by any director, authorized officer, representative, or agent of the Corporation or any of its affiliates, in the name or on behalf of the Corporation in connection with the matters contemplated by the foregoing resolutions, be, and each of the same hereby is, adopted, ratified, confirmed and approved in all respects as the act and deed of the Corporation; and RESOLVED, that all of the acts, actions and things done for, in the name of, and on behalf of this Corporation to effect the purposes of these resolutions be, and they hereby are, in all respects, approved, ratified and confirmed. [Signature page follows] 2 KCP-8314795-4 IN WITNESS WHEREOF, the undersigned all of the members of the Board have adopted these resolutions effective as of the day and year first written above. BOARD OF DIRECTORS: Glen Robertson' 'PM-6rathwohl 44 Keith Bennett Billy Sapp d h Shawn Sapp [Signature Page to Emery Sapp & Sons. Inc.] Rritten Consent ofthe Board of Directors Arkansas Secretary of State Jahn Thurston T. p� 1't.1 F.i• Y State Capitol Building 0 Little Rock, Arkansas 72201-1094 •501-682-3409 Certificate of Good Standing I, John Thurston, 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 EMERY SAPP & SONS, INC. formed under the laws of the state of Missouri, and authorized to transact business in the State of Arkansas as a Foreign For Profit Corporation, was granted a Application for Certificate of Authority by this office April 29, 2002. 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 my hand mid affixed my official Sea[. Done at my office in the City of Little Rock, this 17th day of March 2020. gt�= a!lgdd6�— Jrr��ohn Thurstoti �� Online Ccr% c'A e%u9fi�dStz5Non Code: adede77893b2a97 To verify the Authorization Code, visit sos.arkansas.gov ARTICLES OF INCORPORATION OF EMERX SAPP & SONS INC The undersigned natural person of the age of eighteen years or more does hereby adopt the following Articles of Incorporation for the purpose of forming a corporation under The General and Business Corporation Law of Missouri: ARTICLE I The name of the corporation is EMERY SAPP & SONS, INC, ARTICLE I1 The address of the corporation's initial registered office in the State of Missouri is 2602 North Stadium Boulevard. The name of its initial registered agent at such address is Billy G. Sapp. Columbia, MO 65202 ARTICLE III The aggregate number, class and par value of shares which the corporation shall have authority to issue is as follows: Number Class Par Value 100,000 Common $1.00 The preferences, qualifications, limitations, restrictions and the special or relative rights including convertible rights, if any, in respect of the shares of each class are as follows: NONE. ARTICLE IV No holder of shares of the corporation shall have any preemptive right to acquire any additional shares of the corporation or any bonds, debentures or other securities convertible into shares of the corporation, whether now or hereafter authorized. ARTICLE Y The name and place of residence of each incorporator is as follows: Name Place of Residence Billy G. Sapp Route 1, Columbia, Missouri .ARTICLE VI The number of directors to constitute the Board of Directors is five (5); however, any vacancies need not be filled. !YWt*jMAWIPOq _? The corporation shall have perpetual existence. RETICLE VIII The corporation is formed for the fallowing purposes: (a) To act as a general contractor for the construction, repairing, and remodeling of buildings and public works of all kinds, and for the improvement of real estate, and the doing of any and all other business and contracting incidental thereto, or connected therewith, and the doing and performing of any and all acts or things necessary, proper, or convenient for or incidental to the furtherance or the carrying out of the powers or purposes herein mentioned; (b) To enter into and perform contracts for the grading and/or paving of streets, driveways, sidewalks, courts, alleys, and similar areas; (c) To engage in the business of construction and rigging requiring the use of heavy mechanical equipment including cranes and rigging devised; and (d) To carry on a general earth -moving, tractor, and contracting business, and to that end to lease, charter, own, manufacture, acquire, deal in, advertise, and dispose of cranes, bulldozers, tractors, trucks, rigging, automobiles and other vehicles, and kindred appliances and equipment. - 2 - SAPP-AAT.DO3 (e) To engage in any other lawful act or activity for which corporations may be organized under The General and Business Corporation Law of Missouri. IN WITNESS WHEREOF, these Articles of Incorporation have been executed this !jj day of March, 1995. ZL I 1 ' _ Billy G. pp, Indorpo A or STATE OF ss COUNTY OF The undersigned, a notary public, does hereby certify that on the ( day of March, 1995, personally appeared before me Billy G. Sapp, who being by me first duly sworn, declared that he is the person who signed the foregoing document as incorporator, and that the statements therein contained are true. Notary Publ c My commission expires: MARICKU j P:a ��Lici wrrrenv rrr".i r"cTsrrr nV &PSgn7ru1 CALLAVYt1Y COUNTY My C0?,/2MISSIOA`M—, . MAY'l9,1996 ,EGRE rn ;'� O- STAB - 3 - 6APP-ART.003 No- -'00410437 X�eOF misso Cap ,401 Rebecca McDowell Cook ' Secretary of State CORPORATION DIVISION [17 CERTIFICATE OF INCORPORATION Im � ; WHEREAS, DUPLICATE ORIGINALS OF ARTICLES OF INCORPORATION OF EMERY SAP° & SONS, INC- °HAVE BEEN RECEIVED AND FILED IN THE OFFICE OF THE SECRETARY OF Y^°r-STATE, WHICH ARTICLES, IN ALL RESPECTS, COMPLY WITH THE .REQUIREMENTS OF GENERAL AND BUSINESS CORPORATION LAWS NOW, THEREFORE, I, REBECCA MCDOWELL COOK, SECRETARY OF STATE OF THE STATE OF MI SSOUR I , BY VIRTUE OF THE AUTHORITY VESTED IN ME BY LAW, DO HEREBY CERTIFY AND DECLARE THIS ENTITY A BODY `'CORPORATE, DULY ORGANIZED THIS DATE AND THAT IT IS ENTITLED TO .f.'ALL RIGHTS AND PRIVILEGES GRANTED CORPORATIONS ORGANIZED UNDER ;THE GENERAL AND BUSINESS CORPORATION 1 %w },.IIN TESTIMONY WHEREOF, I HAVE SET MY HAND AND IMPRINTED THE GREAT SEAL OF F• -.'iiTHE STATE OF MISSOURI, ON THIS, THE ,,21ST DAY OF APRIL, 1995- rsj �trl :}I Secretary of State ;� $93.00 _ DOCUMENT 0400-BID FORM Contract Name: OLD WIRE RDJOLD MISSOURI RD. INTERSECTION IMPROVEMENTS Bid Number: 20-41, CONSTRUCTION BID TO: Owner: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 BID FROM: Bidder: ern ]Gs rpvp o 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. 0400-Bid Form DOCUMENT 0400-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: 616 Number Dace B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Bidder is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bid Documents with respect to Underground Facilities at or contiguous to the Site. E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, 0400-Bid Form 00400-2 DOCUMENT 0400-131U FORM (continued) investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost, progress, performance, or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto. F. Bidder does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performing and furnishing of the Work in accordance with the times, price, and other terms and conditions of the Contract Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to Work for which this Bid is submitted as indicated in the Contract Documents. H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports, and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Contract Documents, and the written resolution thereof by Engineer is acceptable to Bidder. 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 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-Rica Form 00400-3 DOCUMENT 0400-BID FORM (continued) Bidder has not sought by collusion to obtain for himself any advantage over any other Bidder or over Owner. L. Bidder will perform the Work in compliance with all applicable trench safety standards set forth in Occupational Safety and Health Administration (OSHA) Part 1426 — 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. Bidder shall complete the Work in accordance with the Contract Documents for the following price(s): 0400-Bid Form 00400-4 Responses Success: AN data is valid! Bid Schedule Success: All values pruvidsd #1-1 Mobilization (Shall not exceed 5%of Total Bid) 511 1 LS 521,000.00 S 21.000.00 Succ.u: All ratues provided #1.2 Insurance and Bonding 103 1 LS $ 2.00000 S 2.000.00 Success: All values provided 01-3 Roadway Construction Control (Slaking) 111 1 LS $12.000.00 S 12,000.00 Succ... All r.Iu.. provided 914 Trench& Excavation Safety Systems 112 1 LS 30.01 $001 Success: All -f- provided #1-5 Clearing, Grubbing, & Demolition 201 1 LS $ 19.100.00 S 19.100.00 Succsss: All values Provided #1-6 Unclassified Excavation (Plan Quantity) 202 295 CY $25.00 $ 7.37500 Succ...: Alf vain.. provided 01.7 Select Embankment (Plan Quantity) 202 275 CY $ 21.00 S 51775.00 Succ.ss: Ail valu.. provided 41.8 Emblankment (Plan Quantity) 202 70 CY S 100 $ 210.00 Sucrose: All value. provided 01-9 Subgrade Preparation (Plan Quantity) 203 295 SY $5.00 $ 1.475.00 S.... se All values provided 111 4" Topsoil Placement 204 850 SY S 4 00 5 3A0000 S..... All value. provided #1.11 Undercut and Stone Backfill 205 100 TINT $ 40.00 S4.00000 Success: All values provided #1-12 P.C.C. Base (For Widening) ARDOT 309 35 SY $ 250.00 $ 8,75000 Success: All value. provided #1-13 P.C.C. Base (For Widening) (No Reinforcement) ARDOT 309 5 CY $ 500,00 $ 2.500.00 Su..... All values provided 41-14 Aggregate Base Course (Class 7)(Plan Quantity) 401 95 TON $ 55.00 $ 5.225.00 Su-..: All values provided #1-15 (2") Asphalt Concrete Hot Mix Surface Course 403 290 TON $ 113.40 $ 32.886 00 Success: AN vskiss provldW #1-16 (3") Asphalt Concrete Hot Mix Binder Course 403 65 TON S 1➢520 $ 6.83800 Sucuss: AN vskus provided m-n Asphalt Concete Patching for Maintenance of 405 2 TON S 340.00 $ 680.00 Traffic Sucrose: All value. provided #1.18 Concrete Curb and Gutter (18") 501 500 LF S 3500 S T7.500.00 Sucre... All -loss provided #1.19 4" Thick Concrete w14" Class 7 Base 502 150 SY $ 95.00 $ 14,250.00 Success. All values provided 91-20 6" Thick Concrete w16" Class 7 Base 502 85 SY S 70.00 S 5.950.DO Success: All values provided #1-21 Solid Sod (Bermuda) 505 850 SY $4.39 3 3,73L50 Success. All values provided 41-22 12" x 18" Yield Line 507 11 LF $20.00 $ 22000 Success: All values provided 41-13 (18") Stop Line Pavement Markings (Thermo) 507 75 LF $ 15.50 $ 1,162.50 (24") Crosswalk Stripe Pavement Markings Success All vamaa pror dod 91-2.1 (Thermo) 507 75 LF $17.00 $ t.275.00 Success All value. provided 91-25 IV) Single White Pavement Markings (Thermo) 507 550 LF $4.17 $2-93.50 Sursens: All values provided i 41-26 ' 6" Double Yellow Pavement Markings heirmic () rw IT ) . 507 am LF s 9.10 ' = 7,2ep•00 ' Success: All i i 41-27 . _ _ yI i r _ — values provided (in Singls White Pavement Mark ktge (Them I 607 100 LF I $ 610 $b/0.00 ( i Succeu: All values provided 41-28 1 Pavement Symbols (Arrow) (Thermo) 507 10 EA i $273,00 S 2,760A0 Susors. All values provided I 1111 29 Paverr" Symbols (Only) (The ) 807 I 4 ' EA 1 $375.00 $tA00A0 i -^•_r.• i Simonelli: AN values, provided ' 1130 (RI-2) Traft Sign Installation (38" x 3r x 38) 6111111 1 ; EA..—. $100.00 I $I00 00 Suecs: AN values pridd i rov 1k131 i (MY3 3) Traffic Sign Installation x 30) i d06 2 _ EA �- S 400.00 $ 800.00 i Sacoer: All values provided 4432 Slit Fence60e 300 LF $4,ta - _- $1,344.00 Success: All vanes provided i 9133 i Sediment Log Cho* Dam i aae 6 EA $276.85 $1.379.25 ' succese: Ali raew prarded 41-34 Trafflc Control Maintenance 610 1 LS $30,000.00 430,000.00 Succaas: All videss provided 01-M Cast iroPMce Detestable Warning Panel i 613 s0 SF j ' $ 20.00 Success; All values provided 4136 Handicap Access Ramp 613 76 SY S106A0 $ 7.676.00 t { Success: AO valiaw provided' s137 Adjust Valve Box to Grade SP 713 1 EA i S 2,000.00 S 2,000.00 Suceesa: AN valor provided- 4136 Cold Milling Asphalt Pavement - ale 2160 SY $3.30 ' 57,096.00 i Sal AN valor provided Y1.30 Service Point (2 Circuits) - SP 700 1 EA 52,900.00 52,8000Sal Success: Ali velnes p—lded I iM-40 Actuated Controller TS 2-Type 2 (8 I Phase)McCAIN ATCoX 2 with Peek D Module , ; gp no 1 FA ; $25,843.26 $26,643.28 i i Success: All values provided Video Detector w/Mount (:tons RZ-4 Advanced 01-41 WDR) ; 4 AR 733 SP 712I 6 56,450.7b 1 i j 527,263.75 I EA : Video Processor Unit-Singlo video Input video Success: All values provided 41-42:detection processors (VardageEdge 2)with Edge AR733SP713� 6 i EA� 54,893.75 j iuAee.7s Connect Vantage '. j I ' 8ucu■s: All vs4ur Provided 4143 Loch Radio Ubkluitl Nano8tation Loco M900 SP T02 1 �$167.60 52.167.60 EA -' I snores: All reline provided ; 41-44 E-Net Cable (Exterior Cat 6e) SP 702 76 LF $3.00 I i 22A00 j Success. Ail vakrs provided i $146 i Non -Metallic Conduit(125) ARD0T 710 126 LF 520.00 32,600.011-- I , 8e■eses: All values provided i M48 NoMMetallic Conduk (r) ARDOT Ito 300 LF I s 11130.01) S 9.000.00 ' Suecesa:Auvalurpravided { 6147 Galvanized Steel Conduit (1.26") ARDOT709 20 �. LF $2s.00 410000 Srrroess: AN values provided 4146 Concrete Pull Box (Type 2) HD { AFOOT 711 1 EA $ 825.00 $5.775.00 l Soccer: AN valur provided 51.49 1 Traffik Signal Cable (7C114 AWG) ARDOT 700 700 IF i L75 S 1,92s 00 Succer: As vskas provided siLO Traffic Signal Cable (20C114 AWO) i, ARDOT 706 300 LF S &50 S 1,050.00 Sueow All vahlr provided i 01-51 I Feeder VArs 9P 706 ! 826 LF S 360 - S IIIIIW 60 I i ' sneers: All ream p—Add 01-M Video Cable AR 733 SP 712 . 500 I LF $4.00 S 2,2W.00 I T ! Seoser: All values provided ill ConductoArwfCaO' Luminaires (2C112 8P I am LF $7.76 S675.00 Suooesc AN values provided :_.._ _.... _ 0144 ...._... Electrical Conductorsln-Condult (2C16 AVVG) .._� ._. _.....-...._-_.._._ _-_.. __ __.... _.r... SP 705 _. .._...._.._ 476 .. _ LF ..--._..... _._..._..._._. i 2.76 _. _._..._ f -,3)6.25 Suace— All value, provided 0146 Electrical Conductor&4n-Conduit (1CI6 AWG) 6P 70e 400 LF I i LW $ -,Coo 00 3uasarl AN value. provide 0146 Traffic Signal Head ("action) (LEA.) SP 103 11 EA It U5 0 $ s,075 00 Suca us n. AN vale provide ( 0147 , Traffic Signal Head (4Sectbn) (LED) ; SP 703 � 1 , FA f e65.00 $966.00 Sucsesa: All vaiws pmvide i 01.M Countdown Pedestrian Signal Head (LED) SP 104 4 EA $ 960.00 $ 3,000.00 j ------------ Succa,,: All values provided 21-58 Traffic Signal Mast Arm (30') and Polo (211 vft ARGOT 7I4 1 EA i f 19,078.82 Iae,W8.8! Foundation _._..._.._......_.i , i Succeee: All vale provide j 01-60 Traffic Signal Mast Arm (281 and Polo (36') with i ARGOT 714 1 FA $17A88.93 4117,06693 Foundation I i Arm (i6j ard POI, with Traffic Signal MSEFouldali Sucoms: All vow provided ht I AROpT714 1 I FA j f /4,088.46 i 14,oeiiA6 Traffic Signal Push Button Pala (5.51 with i Success: All vdw provided014 2 Foundation i ARGOT 7U 1 EA f 2,000.00 i 2,000.00 Succew: All valor Traffic Signal Pedestrian Polo (IW)with i ARDOT 716 1 EA I $Zgem 82.gW.60 Foundation f Salsas,: All valess; provkid 0144 Luminaire Assembly (FuIl Cutoff) Acuity Brand i SP To 3 FA $816.00 62,628.00 ATSM H-MVOLT-R44B-NL LED Cobra Head - Success: All vdw provided St-55 Video Monitorwhriouse -- AR733SP-112 1 EA 8W&16 $tW3.15 Success: Alt values Provided j 01dB Video Detection Rack(32 Channel) AR 733 SP 712 1 EA $2.163.00 $2,163.00 Success: All valor proAd d 0147 IS" Street Nana Signs SP 710 3 EA 1 3 WO.00 $1.95000 � Y : Suoeaas: All wlw provilMd 014s (R16-3e) Crosswalk Push Button Sign (S" x 1!P) , WB 2 EA ! $ 241.41 f 482.82 Success: All values provided ! 014D (R1042M) "Loft Turn Yield on Flashing Arrow" j SP T10 1 i EA ! $ 3%00 f 3W.00 Sign (30" x 36") t 1luco..�AN ww provided 01-70 ! Self Contained Battery Back Up SP 711 1 I I EA f 10,022.00 f 10,022.00 (Tosco Control Module 22-BBS) .. , - _ ...._. ._._...._1 . __. _......_. _r.._._�� 5u -- - All value. provided #1_� (R10-11 SPECIAL) "No Right Turn an Red Arrow"' SP m 1 EA frtoW ( 360A0 43 B0.W (30" x 36")�—._.___� i fI i DOCUMENT 0400-BID FORJI (continued) 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. 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 &I,& �(CI� Ot* 0r Dollars (S S` 1• ) B. A tabulation of Subcontractors and other persons and organizations required to be identified in this Bid. ARTICLE 7- CONMUNICATIONS 7.01 Communications concerning this Bid shall be addressed to the Bidder as follows: Email Phone No. J5 7'� Fax No. y (7— 933 — T l QD t 0400-Bid Form 00400-8 DOCUMENT 0400-BID FORM (continued) 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. Arkansas State Contractor License No. o1333n0 N ZO If Bidder is: An Individual Name (type or By: (Individual's Signature) Doing business as Business address: Phone No: Fax No. Email Address: A Partnership SEAL) Partnership Name: (SEAL) By: (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 00400-9 DOCUMENT 0400-BID FORM (con(inued) A Corporation or LLC Corporation Name: 'G,&eru (SEAL) State of Incorporation:i55n�)C i Type (General Business, Professional, Service, Limited Liability): By: (Signature of general partner -attach evidence of authority to sign) Name (type or printed): VA3Dn/ / 00e: Title: v (CORPORATE SEAL) Attest: IfAll (Signature of Corporate Secretary) Business address: Z30k j-70 9rtd "y j --i 0U,4&L� `q I ?A[) GEZ OZ Phone N o: 6M 141+S - ;1 Fax No. 445 — QU 6 Email Address: •v W i Tax LD Number (TIN Li-,"- 17 AR.24R DUNS # c>15 ?A7 o!5�1. Cage Code: END OF DOCUMENT 00400 0400-Bid Form 00400-10 _ CITY OF PAYa�IARKAN AIIIII E AAKANfAf Bid Tabulation Bid 20-41, Construction, Old Wire Rd./Old Missouri Rd. Intersection Improvements Diamond C Construction Emery Sapp & Sons Goodwin & Goodwin, Inc. Sweetser Construction, Inc. Total Cost $476,888.12 $440,907.46 $585,600.00 $477,914.75 Selected # 0 71 0 0 Selected($) $0 $440,907.46 $0 $0 ITEM NO. DESCRIPTION SPEC. QTY UNIT OF UNIT PRICE TOTAL COST UNIT PRICE TOTAL COST UNIT PRICE TOTAL COST UNIT PRICE TOTAL COST REQUIRED MEASURE #1-1 Mobilization (Shall not exceed 5%of Total Bid) 511 1 LS $19,154.00 $19,154.00 $21,000.00 $21,000.00 #1-2 Insurance and Bonding 103 1 LS $17,854.00 $17,854.00 $2,000.00 $2,000.00 #1-3 Roadway Construction Control (Staking) 111 1 LS $16,950.00 $16,950.00 $12,000.00 $12,000.00 #1-4 Trench & Excavation Safety Systems 112 1 LS $1,577.48 $1,577.48 $0.01 $0.01 #1-5 Clearing, Grubbing, & Demolition 201 1 LS $12,695.55 $12,695.55 $19,100.00 $19,100,00 #1-6 Unclassified Excavation (Plan Quantity) 202 295 CY $24.14 $7,121.30 $25 $7,375.00 #1.7 Select Embankment (Plan Quantity) 202 275 CY $24.29 $6,679.75 $21 $5,775.00 #1-8 Emblankment (Plan Quantity) 202 70 CY $29.87 $2,090.90 $3 $210 #1-9 Subgrade Preparation (Plan Quantity) 203 295 SY $13.03 $3,843.85 $5 $1,475.00 #1-30 4" Topsoil Placement 204 8S0 SY $9.71 $8,253.50 $4 $3,400.00 #1-11 Undercut and Stone Backfill 205 100 TON $63 $6,300.00 $40 $4,000.00 #1-12 P.C.C. Base (For Widening) ARDOT 309 35 SY $105.26 $3,684.10 $250 $8,750.00 #1-13 P.C.C. Base (For Widening) (No Reinforcement) ARDOT 309 5 CY $273.46 $1,367.30 $500 $2,500.00 #1-14 Aggregate Base Course (Class 7)(Plan Quantity) 401 95 TON $31.64 $3,005.80 $55 $5,225.00 #1-15 (2") Asphalt Concrete Hot Mix Surface Course 403 290 TON $140.28 $40,681.20 $113.40 $32,886.00 #1-16 (3") Asphalt Concrete Hot Mix Binder Course 403 65 TON $147.77 $9,605.05 $105.20 $6,838.00 #1-17 Asphalt Concete Patching for Maintenance of Traffic 405 2 TON $565 $1,130.00 $340 $680 #1-18 Concrete Curb and Gutter (18") 501 500 LF $20.34 $10,170.00 $35 $17,500.00 #1-19 4" Thick Concrete w/4" Class 7 Base 502 150 SY $46.18 $6,927.00 $95 $14,250.00 #1-20 6" Thick Concrete w/6" Class 7 Base 502 85 SY $62.35 $5,299.75 $70 $5,950.00 #1-21 Solid Sod (Bermuda) 505 850 SY $6 $5,100.00 $4.39 $3,731.50 #1-22 12" x 18" Yield Line 507 11 LF $30.82 $339.02 $20 $220 #1-23 (18") Stop Line Pavement Markings (Thermo) 507 75 LF $21.10 $1,582.50 $15.50 $1,162.50 #1-24 (24") Crosswalk Stripe Pavement Markings (Thermo) 507 75 LF $21.85 $1,638.75 $17 $1,27S.00 #1-25 (6") Single White Pavement Markings (Thermo) 507 550 LF $5.35 $2,942.50 $4.17 $2,293.50 #1-26 (6") Double Yellow Pavement Markings (Thermo) 507 800 LF $11.45 $9,160.00 $9.10 $7,280.00 #1-27 (81 Single White Pavement Markings (Thermo) 507 100 LF $6.78 $678.00 $5.10 $510.00 #1-28 Pavement Symbols (Arrow) (Thermo) 507 10 EA $350.30 $3,503.00 $275 $2,750.00 #1-29 Pavement Symbols (Only) (Thermo) 507 4 EA $466.13 $1,864.52 $375 $1,500.00 #1-30 (RI-2) Traffic Sign Installation (36" x 36" x 36") 508 1 EA $565 $565 $400 $400 #1-31 (W3-3) Traffic Sign Installation (30" x 30") 508 2 EA $565 $1,130.00 $400 $800 $25,000.00 $25,000.00 $25,000.00 $25,000.00 $15,000.00 $15,000.00 $1,000.00 $1,000.00 $10,000.00 $10,000.00 $20 $5,900.00 $25 $6,875.00 $25 $1,750.00 $15 $4,425.00 $2 $11700.00 $80 $8,000.00 $145 $5,075.00 $185 $925 $85 $8,075.00 $150 $43,500.00 $220 $14,300.00 $300 $600 $45 $22,500.00 $65 $9,750.00 $85 $7,225.00 $8 $6,800.00 $75 $825 I$300 $7,500.00 ' $100 $7,500.00 $4 $2,200.00 $4 $3,200.00 $5 $500 $400 $4,000.00 $400 $1,600.00 $1,500.00 $1,500.00 $900 $1,800.00 $22,500.00 $22,SD0.00 $20,000.00 $20,000.00 $7,000.00 $7,000.00 $3,250.00 $3,250.00 $4,000.00 $4,000.00 $27 $7,965.00 $30 $8,250.00 $30 $2,100.00 $22 $6,490.00 $8 $6,800.00 $48 $4,800.00 $95 $3,325.00 $85 $425 $65 $6,175.00 $127 $36,830.00 $118 $7,670.00 $150 $300 $22 $11,000.00 $55 $8,250.00 $65 $5,525.00 $8 $6,800.00 $28 $308 $13.50 $1,012.50 $22.50 $1,687.50 $2.80 $1,540.00 $2.80 $2,240.00 $4.50 $450.00 $308 $3,080.00 $392 $1,568.00 $350 $350 $350 $700 #1-32 Silt Fence 509 300 LF $3.39 $1,017.00 $4.48 #1-33 Sediment Log Check Dam 509 5 EA $565 $2,825.00 $275.85 #1-34 Traffic Control Maintenance 510 1 LS $8,475.00 $8,475.00 $30,000.00 #1-35 Cast -in -Place Detectable Warning Panel 513 60 SF $56.50 $3,390.00 $20 #1-36 Handicap Access Ramp 513 75 SY $69.31 $5,198.25 $105 #1-37 Adjust Valve Box to Grade SP 713 1 EA $565 $565 $2,000.00 #1-38 Cold Milling Asphalt Pavement 516 21SO 5Y $4.21 $9,051.50 $3.30 #1-39 Service Point (2 Circuits) SP 709 1 EA $2,486.00 $2,486.00 $2,600.00 Actuated Controller TS 2-Type 2 (8 Phase)McCAIN ATCeX 2 #140 with Peek D Module SP 710 1 EA $25,990.00 $25,990.00 $25,643.28 #1-41 Video Detector w/Mount (Iteris RZ-4 Advanced WDR) AR 733 SP 712 5 EA $3,616.00 $18,080.00 $5,450.75 Video Processor Unit -Single video input video detection AR 733 SP #1-42 processors (Vantage Edge 2) with Edge Connect Vantage 713 5 EA $6,780.00 $33,900.00 $4,893.75 #1-43 Local Radio Ubiquiti NanoStation Loco M900 SP 702 1 EA $1,469.00 $1,469.00 $2,187.50 #1-44 E-Net Cable (Exterior Cat Se) SP 702 75 LF $6.03 $452.25 $3 #1-45 Non -Metallic Conduit (1.25") ARDOT710 125 LF $13.56 $1,695.00 $20 #1-46 Non -Metallic Conduit (3") ARDOT 710 300 LF $33.90 $10,170.00 $30 #1-47 Galvanized Steel Conduit (1.25") ARDOT 709 20 LF $28.25 $565.00 $25 #1-48 Concrete Pull Box (Type 2) HD ARDOT 711 7 EA $1,452.86 $10,170.02 $825 #1-49 Traffic Signal Cable (7C/14 AWG) ARDOT 708 700 LF $2.75 $1,925.00 $2.75 #1-50 Traffic Signal Cable (20C/14 AWG) ARDOT 708 300 LF 1$7.54 $2,262.00 $3.50 #1-51 Feeder Wire SP 705 325 LF $2.09 $679.25 $3.50 #1-52 Video Cable AR 733 SP 712 550 LF $7.20 $3,960.00 $4 #1-53 Electrical Conductors for Luminaires (2C/12 AWG) SP 702 S00 LF $2.26 $1,130.00 $1.75 #1-54 Electrical Conductors -in -Conduit (2C/6 AWG) SP 706 475 LF $4.76 $2,261.00 $2.75 #1-55 Electrical Conductors -in -Conduit (1C/8 AWG) SP 706 400 LF $3.11 $1,244.00 $2.50 #1-56 Traffic Signal Head (3-Section) (L.E.D.) SP 703 11 EA $1,130.00 $12,430.00 $825 #1-57 Traffic Signal Head (4-Section) (L.E.D.) SP 703 1 EA 51,695.00 $1,695.00 $965 #1-58 Countdown Pedestrian Signal Head (LED) SP 704 4 EA $1,017.00 $4,068.00 $950 #1-59 Traffic Signal Mast Arm (35') and Pole (21') with Foundation ARDOT 714 1 EA $24,860.00 $24,860.00 $19,078.82 #1-60 Traffic Signal Mast Arm (25') and Pole (35') with Foundation ARDOT 714 1 EA $22,600.00 $22,600.00 $17,065.93 #1-61 Traffic Signal Mast Arm (16') and Pole (35') with Foundation ARDOT 714 1 EA #1-62 Traffic Signal Push Button Pole (5.5') with Foundation ARDOT 714 1 EA #1-63 Traffic Signal Pedestrian Pole (15') with Foundation ARDOT 715 1 EA Luminaire Assembly (Full Cutoff) Acuity Brand ATBM-H- #1 64 MVOLT-R4-4B-NL LED Cobra Head SP 708 3 EA #1-65 Video Monitor w/mouse AR 733 SP 712 1 EA #1-66 Video Detection Rack (32 Channel) AR 733 SP 712 1 EA #1.67 18" Street Name Signs SP 710 3 EA #1-68 (1110-3e) Crosswalk Push Button Sign (9" x 15") 508 2 EA #1-69 (1110-12M) "Left Turn Yield on Flashing Arrow" Sign (30" x 36") SP 710 1 EA Self Contained Battery Back Up (Tesco Control Module 22- #1-70 BBS) SP 711 1 EA -11 SPECIAL) "No Right Turn on Red Arrow" Sign (30" x #1-71 36 i SP 710 1 EA $20,905.00 $20,905.00 $14,086.45 $2,260.00 $2,260.00 $2,000.00 $3,729.00 $3,729.00 $2,960.50 $1,167.67 $3,503.01 $876 $1,243.00 $1,243.00 $553.15 $2,260.00 $2,260.00 $2,163.00 $922.84 $2,768.52 $650 $141.25 $282.50 $241.41 $565 $565 $350 $1,344.00 $6 $1,800.00 $7 $2,100.00 $1,379.25 $800 $4,000.00 $1,200.00 $6,000.00 $30,000.00 $50,000.00 $50,000.00 $58,000.00 $58,000.00 $1,200.00 $30 $1,800.00 $15 $900 $7,875.00 $80 $6,000.00 $75 $5,625.00 $2,000.00 $200 $200 $500 $500 $7,095.00 $8 $17,200.00 $3.70 $7,955.00 $2,600.00 $3,000.00 $3,000.00 $2,105.00 $2,105.00 $25,643.28 $25,000.00 $25,000.00 $22,971.00 $22,971.00 $27,253.75 - $4,000.00 $20,000.00 $3,244.00 $16,220.00 $24,468.75 $7,000.00 $35,000.00 $6,216.00 $31,080.00 $2,187.50 $2,000.00 $2,000.00 $1,223.00 $1,223.00 $225 $10 $750 $4.90 $367.50 $2,500.00 $15 $1,875.00 $11.20 $1,400.00 $9,000.00 $45 $13,500.00 $29.70 $8,910.00 $500 $30 $600 $20.50 $410.00 $5,775.00 $2,000.00 $14,000.00 $1,260.00 $8,820.00 $1,925.00 54 $2,800.00 $2.30 $1,610.00 $1,050.00 $8 $2,400.00 $6.20 $1,860,00 $1,137.50 $3 $975 $1.75 $568.75 $2,200.00 $8 $4,400.00 $6.20 $3,410.00 $875.00 $3 $1,500.00 $1.70 $850.00 $1,306.25 $5 $2,375.00 $4.10 $1,947.50 $1,000.00 $4 $1,600.00 $2.50 $1,000.00 $9,075.00 $1,700.00 $18,700.00 $1,047.00 $11,517.00 $965 $2,000.00 $2,000.00 $1,405.00 $1,405.00 $3,800.00 $1,250.00 $5,000.00 $866 $3,464.00 $19,078.82 $23,000.00 $23,000.00 „$21,353.00 $21,353.00 ' $17,065.93 $20,000.00 $20,000.00 $19,930.00 $19,930.00 $14,086.45 $18,500.00 $18,500.00 $17,925.00 $17,925.00 $2,000.00 $2,200.00 $2,200.00 $1,747.00 $1,747.00 $2,960.50 $4,500.00 $4,500.00 $3,260.00 $3,260.00 $2,628.00 $1,500.00 $4,500.00 $1,023.00 $3,069.00 $553.15 $2,000.00 $2,000.00 $1,109.00 $1,109.00 $2,163.00 $3,000.00 $3,000.00 $1,982.00 $1,982.00 $1,950.00 $1,200.00 $3,600.00 $816 $2,448.00 $482.82 $100 $200 $42 $84 $350 $600 $600 $419 $419 $11,300.00 $11,300.00 $10,022.00 $10,022.00 $10,000.00 $10,000.00 $9,560.00 $9,560.00 $565 $565 $350 $350 $1,000.00 $1,000.00 $419 $419 *a F:ir =,_Yi LL a{ni3(5 Bid 20-41, Construction - Old Wire Old Missouri Intersection - Bid 20-41, Construction - Old Wire Old Missouri Intersection Project Overview Project Details Reference ID Bid 20-41, Construction - Old Wire Old Missouri Intersection Project Name Bid 20-41, Construction - Old Wire Old Missouri Intersection Project Owner Adonis Bwashi Project Type ITB Department Purchasing Budget $0.00 - $0.00 The City of Fayetteville is accepting bids from properly licensed and Project Description authorized firms for the improvements at Old Wire Rd and Old Missouri. Questions should be addressed to Les McGaugh, Purchasing Agent at Imcgaugh@fayetteville-ar.gov or by calling (479) 575-8220. Open Date Apr 22, 2020 12:00 AM CDT Close Date May 21, 2020 2:00 PM CDT Highest Scoring Supplier Emery Sapp & Sons Score 100 pts ���ATfTTfY1LLE AfKANfAf Seal status Requested Information Unsealed on Unsealed by Required Signature Forms May 21, 2020 2:04 PM CDT Les McGaugh Bid Bond (No less than 5%) May 21, 2020 2:04 PM CDT Les McGaugh Bid 20-41, Bid Form (BT-48QX) May 21, 2020 2:04 PM CDT Les McGaugh Arkansas Contractor's License # May 21, 2020 2:04 PM CDT Les McGaugh Arkansas Secretary of State May 21, 2020 2:04 PM CDT Les McGaugh Filing # Bid 20-41, Vendor May 21, 2020 2:04 PM CDT Les McGaugh Subcontractors 1. Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into, or May 21, 2020 2:04 PM CDT Les McGaugh while in contract, with any public entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. W-9 May 21, 2020 2:04 PM CDT Les McGaugh Conflict of Interest # Declaration of Conflict of Interest You have been chosen as a Committee member for this Evaluation. Please read the following information on conflict of interest to see if you have any problem or potential problem in serving on this committee. ## Code of Conduct All information _ C " Of lYILLE ANKAK T AYI[ANiA.i related to submissions received from Suppliers or Service Providers must be kept confidential by Committee members. ## Conflict of Interest No member of a Committee shall participate in the evaluation if that Committee member or any member of his or her immediate family: * has direct or indirect financial interest in the award of the contract to any proponent; * is currently employed by, or is a consultant to or under contract to a proponent; * is negotiating or has an arrangement concerning future employment or contracting with any proponent; or, * has an ownership interest in, or is an officer or director of, any proponent. Please sign below acknowledging that you have received and read this information. If you have a conflict or potential conflict, please indicate your conflict on this acknowledgment form with information regarding the conflict. I have read and understood the provisions related to the conflict of interest when serving on the Evaluation Committee. If any such conflict of interest arises during the Committee's review of this project, I will immediately report it to the Purchasing Director. Name Date Signed Has a Conflict of Interest? Les McGaugh May 21, 2020 2:05 PM CDT No Adonis Bwashi May 28, 2020 11:35 AM CDT No P... . MAM Ya Submissions Supplier Date Submitted Diamond C Construction May 21, 2020 11:48 AM CDT Emery Sapp & Sons May 21, 2020 9:34 AM CDT Sweetser Construction, May 21, 2020 11 A8 AM Inc. CDT Goodwin & Goodwin, May 21, 2020 3:45 PM Inc. CDT Name Email Mike Cordeiro Mike@diamondcconst.com Cody Vandegriffe cody.vandegriffe@emerysapp.com Charlie Miller charlie@sweetserconstruction.com Bryan Goodwin pipedude08@yahoo.com Confirmation Code ODMwNDI= OD15OTk= ODMwNDM= ODMxNTQ= CITY OF FAYNTTRVILLN ARKANtlf Scoring Summary Active Submissions Supplier Emery Sapp & Sons Diamond C Construction Sweetser Construction, Inc. Goodwin & Goodwin, Inc. Total Total Bid Price / 100 pts / 100 pts 100 pts 100 pts ($440,907.46) 92.46 pts 92.46 pts ($476,888.12) 92.26 pts 92.26 pts ($477,914.75) 75.29 pts 75.29 pts ($585,600.00) Within Certified Funds Pass/Fail Pass Pass Pass Fail _ C." OF AYRANtAt Signatures Name Adonis Bwashi (Project Owner) Les McGaugh (Evaluator) Signatures City of Fayetteville, Arkansas - Budget Adjustment Form (Legistar) Budget Year Division Adjustment Number /Org2 ENGINEERING (621) 2020 Requestor: Matt Casey BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: Approval of a contract in the amount of $440,907.46 with Emery Sapp and Sons, Inc. for the construction of the Old Wire Rd./Old Missouri Rd. Intersection Improvements project, approval of a project contingency of $66,136.00 (15%) and approval of a budget adjustment RESOLUTION/ORDINANCE COUNCIL DATE: LEGISTAR FILE ID#: 6/16/2020 2020-0454 M atthow M addo-w 512812020 2:42 PM Budget Director TYPE: JOURNAL #: GLDATE: CHKD/POSTED: Date D - (City Council) 6/16/2020 TOTAL 1 14, 603 1 14, 603 v.20200528 Increase / (Decrease) Proiect.Sub# Account Number Expense Revenue Project Sub.Detl AT Account Name 4520.800.9556-5809.00 114,603 - 06035 2600 EX Improvements - Street 4520.900.0952-4999.99 - 114,603 RE Use Fund Balance - Current H:\Budget Adjustments\2020_Budget\City Council\06-16-2020\BA 2020-0454 Old Wire Old Missouri Intersection Improvements 1 of 1