Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout244-20 RESOLUTIONei i.Y F!!f
1 i
V
���11 �At�•Y
�Akans•�•
113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 244-20
File Number: 2020-0774
BID 420-72 SWEETSER CONSTRUCTION, INC. - 2019 PARK IMPROVEMENTS
BOND PROJECT:
A RESOLUTION TO AWARD BID 920-72 AND AUTHORIZE A CONTRACT WITH
S WEETSER CONSTRUCTION, INC. IN THE AMOUNT OF $439.182.60 FOR
CONSTRUCTION OF A LARGER GULLEY PARK TOWNSHIP PARKING LOT, TO
APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF S20.000.00, AND TO
APPROVE A BUDGET ADJUSTMENT - 2019 PARK IMPROVEMENTS BOND PROJECT
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 #20-72 and
authorizes Mayor Jordan to sign a contract with Sweetser Construction, Inc., a copy of which is
attached to this Resolution, in the amount of $439,182.60 for construction of a larger Gulley Park
Township parking lot, and further approves a project contingency in the amount of $20,000.00.
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 10/6/2020
Attest:
t IF III
"tom `'" T RFy''•.
�G i of Y
Kara Paxton, City Clerk Treasure6, : .
FAYETTEVILLE:
Page 1 Prinird oA•10N/20
'�.9 Y -1
'41,;i��� �N��J�v�``�
City of Fayetteville, Arkansas 113 West Mountain Street
Fayetteville, AR 72701
11 (479)575-8323
Text File
File Number: 2020-0774
Agenda Date: 10/6/2020 Version: 1 Status: Passed
In Control: City Council Meeting File Type: Resolution
Agenda Number: A. 9
BID 420-72 SWEETSER CONSTRUCTION, INC. - 2019 PARK IMPROVEMENTS BOND
PROJECT:
A RESOLUTION TO AWARD BID #20-72 AND AUTHORIZE A CONTRACT WITH SWEETSER
CONSTRUCTION, INC. IN THE AMOUNT OF S439,182.60 FOR CONSTRUCTION OF A LARGER
GULLEY PARK TOWNSHIP PARKING LOT, TO APPROVE A PROJECT CONTINGENCY IN THE
AMOUNT OF $20.000.00, AND TO APPROVE A BUDGET ADJUSTMENT - 2019 PARK
IMPROVEMENTS BOND PROJECT
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 #20-72 and
authorizes Mayor Jordan to sign a contract with Sweetser Construction, Inc., a copy of which is attached to
this Resolution, in the amount of S439,182.60 for construction of a larger Gulley Park Township parking lot,
and further approves a project contingency in the amount of $20,000.00.
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 o1 Fayetteville, Arkansas Page 1 Printed on 101712020
City of Fayetteville Staff Review Form
2020-0774
Legistar File ID
10/6/2020
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
Ted Jack 9/16/2020
Submitted By
PARKS & RECREATION (520)
Submitted Date Division / Department
Action Recommendation:
Approval of a contract with Sweetser Construction, Inc. for increasing the size of the Gulley Park Township parking
lot for a total Contract cost of $439,182.60 (Bid 20-72) plus a $20,000.00 project contingency and approval of a
supporting budget adjustment.
Budget Impact:
4605.860.7503-5806.00 Parks Project 2019 Bonds
2250.520.9255-5806.00 Parks Development
Account Number
Fund
46050.7503.1000
Gulley Park Improvements,Township Parking
13001.7503.1000
Gulley Park Improvements,Township Parking
Project Number
Project Title
Budgeted Item? Yes
Current Budget
$ 455,244.00
Funds Obligated
$ 12,374.00
Current Balance
$ 442,870.00
Does item have a cost? Yes
Item Cost
$ 439,182.60
Budget Adjustment Attached? Yes
Budget Adjustment
$ 39,396.00
Purchase Order Number:
Change Order Number:
Original Contract Number:
Comments:
Remaining Budget 1 $ 43,083.40
Previous Ordinance or Resolution #
Approval Date:
V20180321
QCITY OF
FAYETTEVILLE
ARKANS
ARKANSAS
MEETING OF OCTOBER 6, 2020
TO: Mayor and City Council
THRU: Susan Norton, Chief of Staff
Connie Edmonston, Parks Director
FROM: Ted Jack, Park Planning Superintendent
DATE: September 16, 2020
CITY COUNCIL MEMO
SUBJECT: Approval of a contract with Sweetser Construction, Inc. for increasing the size of
the Gulley Park Township parking lot for a total Contract cost of $439,182.60 (Bid 20-72) plus a
$20,000.00 project contingency and approval of a supporting budget adjustment.
RECOMMENDATION:
Approval of a contract with Sweetser Construction, Inc. for increasing the size of the Gulley Park
Township parking lot for a total Contract cost of $439,182.60 (Bid 20-72) plus a $20,000.00
project contingency and approval of a supporting budget adjustment.
BACKGROUND:
In 2018 a public master planning process was conducted to update the Master Plan for Gulley
Community Park. One of the most frequent comments from park users was the need to increase
parking. Township Parking lot is a small lot that serves the playground and picnic area and
provides great access to the Niokaska Creek and walking trails. This project will increase the
size of the parking lot from 31 spaces to 68, add night sky compliant lighting, and develop a rain
garden to serve as an entry feature and to manage stormwater needs.
DISCUSSION:
This project will be followed by renovations and additions to the Gulley Park Playground Area
including the addition of an interactive fountain. These future improvements are expected to
further increase the need of the larger parking area.
BUDGET/STAFF IMPACT:
This project is being funded from multiple sources, including $250,000 from the 2019 park bond,
$39,396 from Park Land Dedication fees, and $230,278 in CIP funds. Staff time will be used to
provide construction administration. The additional parking area will have minimal impact on
ongoing maintenance.
Attachments:
Staff Review Form
Bid documents/Contract
Bid Tabulation
Budget Adjustment
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
CITY OF
PAYETTBVILL©
I ARKANGAR
BID TABULATION
BID 20-72, Construction - Gully Park Township Parking Improvement Rebid
Deadline: Thursday, August 03, 2020 before 2:00 PM, local time
Certification of Funds: $421,296.00
Certification of Funds • 15%(Max Allowed Award): $526,620.00
Goodwin & Goodwin, Inc.
Sweetser Construction, Inc.
Total Base Bid - No Deductive Alternate
$576,945.00
$460,133.60
Total Cost - Less Deductive Alternate 81 & 82
$556,945.00
$439,182.60
Unit
II
Items Description
of
Quantity
Unit
Total
Unit
Total
Measure
Required
Price
Cost
Price
Cost
b1-1
Mobilization (Shall Not Exceed 5%of Total Bid)
L.S.
1
$25,000.00
$25,000.00
$20,000.00
$20,000.00
#1-2
Bonds & Insurance
L.S.
1
$25,000.00
$25,000.00
$8,800.00
U8,80o.00
#1-3
Sediment & Erosion Control, Site restoration
L.S.
1
$8,000.00
$8,000.00
$11,500.00
$11,500.00
d1-4
Demolition
L.S.
1
$25,000.00
$25,000.00
$12,000.00
$12,000.00
k1-5
Undercut and Backfill
C.V.
1400
$30 `
$42,000.00
$32
$44,800.00
N1-6
Tree preservation fencing
L.S.
1
$5,000.00
$5,000.00
$2,o0D.00
$2,000.00
q1-7
Parking Lot - 8" of Class 7 Base Material
S.Y.
1936
$15
$29,040.00
$14
$27,104.00
B1-8
Parking Lot Improvements
L.S.
1
$110,000.00
$110,000.00
$110,150.00
$110,1550.00
k1-9
4" concrete sidewalks, complete in place
S.Y.
337
$65
$21,905.00
$60
$20,220.00
M1-30
Bike Racks and Bike Rack Pad, complete in place
L.S.
1
$5,000.00
$5,000.00
$3,500.00
$3,500.00
q1-11
Lighting & Electrical Appurtenances, Complete in place
L.S.
1
$48,000.00
$48,000.00
$49,000.00
$49,000.00
p1-12
2" Caliper Trees, Complete in place
Each
13
$1,000.00
$13,000.00
$450
_I
$5,850.00
111-13
Bio Retention Pond and drainage
L.S.
1
$215,000.00
$215,000.00
$144,209.60
$144,209.60
k1-14
Trench and Excavation Safety System
L.S.
1
$5,000.00
$5,000.00
$1,000.00
$1,000.00
91IRMIM
N2-1
Deduct Plant Material for Bio Retention Pond called out on sheet 6 of
L.S.
-1
$10,000.00
(510,000)
$18,956.00
($18,956)
drawings in DEDUCTIVE ALTERNATE -TREE AND PLANT SPECIES
11
j
92-2
Replace Mexican Pebble Beach Rock with Brown Native Creek Stone
L.S.
-1
$10,000.00
(510,000)
$1,995.00
($1,995)
'NOTICE: Bid award is contingent upon vendor meeting minimum specifications and formal authorization by City officials.
!� c,T. or
.� FAYETTEVIILE
FAYET
Bid 20-72, Construction - Gulley Park Parking
Rebid
Project Overview
Project Details
Reference ID
( Bid 20-72
Project Name
Bid 20-72, Construction - Gulley Park Parking Rebid
Project Owner
Andrea Foren
Project Type
ITB
Department
Purchasing
1
Budget (Certification
of Funds)
$526,620.00
Project Description
Bid 20-72, Construction - Gulley Park Parking Rebid
Open Date
Aug 09, 2020 12:00 AM CDT
Close Date
Sep 03, 2020 2:00 PM CDT
Highest Scoring Supplier I Score
Sweetser Construction, Inc. i 100 pts
Generated on Sep 03, 2020 5:03 PM CDT - Adonis Swashi
Page 1 of 7
�WFAYETTEVILLE
ANII.SNS�S
Seal status
Requested Information
Unsealed on
Unsealed by
Required City Forms
Sep 03, 2020 2:04 PM CDT
Adonis Bwashi
Bid Bond
Sep 03, 2020 2:04 PM CDT
Adonis Bwashi
Arkansas Secretary of State
Sep 03, 2020 2:04 PM CDT
Adonis Bwashi
Filing #
Arkansas Contractor's License
Sep 03, 2020 2:04 PM CDT
Adonis Bwashi
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,
Sep 03, 2020 2:04 PM CDT
Adonis Bwashi
or 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.
Bid 20-72, Bid Form (BT-
Sep 03, 2020 2:04 PM CDT
Adonis Bwashi
47EW)
Bid 20-72, Revised Bid Form
Sep 03, 2020 2:04 PM CDT
Adonis Bwashi
(BT-02PU)
Generated on Sep 03, 2020 5:03 PM CDT - Adonis Bwashi
Page 2 of 7
/� <,.. o.
..AYET..... T .VILE
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
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?
Adonis Bwashi
Sep 03, 2020 2:04 PM CDT
No
Generated on Sep 03. 2020 5:03 PM CDT - Adonis Bwashi
Page 3 of 7
CIiY Oi
.O FAYETTEVIIIE
'Al
•.......
Public Notices
The City has issued Addendum 1 to Bid 20-72, Construction - Gulley Park Parking
Rebid
Les McGaugh, Aug 27, 2020 9:50 AM CDT
The City has issued Addendum 1 to Bid 20-72,.Construction - Gulley Park Parking Rebid.
Bidders shall utilize the Revised bid form on Bonfire to be considered.
The Methods and Measurements of Payment for Addendum 1 have been added.
Les McGaugh, Sep 01, 2020 1:35 PM CDT
The Methods and Measurements of Payment for Addendum 1 have been added.
Generated on Sep 03. 2020 5.03 PM CDT - Adonis Swashi
Page 5 of 7
.l" OF
.� ..... TBVILLE
OYETT •
Submissions
Supplier
Date Submitted
Name
Email
i Confirmation Code
Sweetser Construction,
Sep 03, 2021:40 PM
Inc.
CDTT
Charlie Miller
charlie@sweetserconstruction.com
OTc3NjQ=
Goodwin & Goodwin,
Sep 02, 2020 2:07 PM
Inc.
CDT
David Garcia
docryde@yahoo.com
OTc2MDQ=
Project Criteria
Criteria
Points
I Description
Within Certified Funds
Pass/Fail
Within Certified Funds
Total Bid Price
100 pts
Total Bid Price
Total
100 pts
hu11 os
.......BVILLB
AYOTT {
Scoring Summary
Active Submissions
Total
Within Certified Funds
Total Bid Price
Supplier
/ 100 pts
Pass/Fail
1100 pts
Sweetser Construction, Inc.
100 pts
Pass
100 pts ($439,182.60)
Goodwin & Goodwin, Inc.
78.86 pts
Fail
78.86 pts ($556,945.00)
j!a ;o n- 1 ,'td ''2020 , 0 P1:01 I:G' Adurl-- tr.'Ja;ts
f YE
l 1o111 T[vLLL6
Hsn
Signatures
1
Name Signatures
I Andrea Digitally signed by
Andrea Foren I
Andrea Foren I
(Project Owner) Date: 2020.09.08
Foren 15:04:31-05'00'
Adonis Bwashi Digitally signed by Adonis Bwashi
4(Evaluator) j
4y, DN: cn=Adonis Bwashi.
email=abwashi@fayettevllle-acgov, c=US
Date: 2020.09.08 13:14:21-05'00'
BID BOND TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
Hartford, Connecticut 06163
KNOWN ALL BY THESE PRESENTS, That we, Sweetser Construction Inc., as
Principal, and Travelers Casualty and Surety Company of America, as Surety, are held
and firmly bound unto City of Fayetteville, AR, as Obligee, in the sum of 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 Construction - Gulley Park Parking
Rebid, Fayetteville, AR, Bid 20-72 ("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 3rd day of September, 2020
Sweetser Con truction Inc.
(Prindpal)
By:
William weetser
Travelers Casualty and Surety Company of America
By:
David Chilson, Attorney -in -Fact
Travelers Casualty and Surety Company of America
TRAVELERS!' Travelers Casualty and Surety Company
St. Paul Fire and Marine Insurance Company
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St.
Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the Slate of Connecticut (herein collectively called the
"Companies-), and that the Companies do hereby make, constitute and appoint David Chilson of Fayetteville
Arkansas their true and lawful Attomey-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances.
conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the
fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any
actions or proceedings allowed by law.
IN WITNESS WHEREOF. the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 3rd day of February,
2017.
a 7 KWrKM h �l per
State of Connecticut
City of Hartford ss. Robert L. Raney, Seffror Vice President
On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of
Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and
that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations
by himseff as a duly authorized officer.
In Witness Whereof, 1 hereunto set my hand and official seal. ' l
My Commission expires the 30th day of June, 2021 ;®s hn�pAa,ul, CA�,ky1L�t
• • Mane C. Tetreauk, Notary Public
This Pourer of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and
Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in
full force and effect, reading as follows:
RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President. any Vice President, any
Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and
Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with
the Company's name and seat with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a
bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke
the power given him or her, and it is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice
President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation
is in writing and a copy thereof Is riled in the office of the Secretary; and it is
FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or waiting obligatory in the nature of a bond, recognizance, or conditional
undertaking shall be vard and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior
Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant
Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duty executed (under seal, if required) by
one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their cerificates of authority or by one or more
Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED, that the signature of each of the fol owing officers: President. any Executive Vice President, any Senior Vice President, any Vice
President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsmile to any Power
Of Attorney of to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only
of executing and attesting bends and undertakings and other wriings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing
such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile
signature and facsimile seal shall be valid and binding an the Company in the future with respect to any bond or understanding to which it is attached.
I, Kevin E. Hughes, the undersigned. Assistant Secretary of Travelers Casualty and Surety Company of America. Travelers Casualty and Surety
Company, and SL Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of
Attorney executed by said Companies, which remains in full force and effect.
Dated this 3rd day of September , 2020
t wwroio, �' csr�
•
4
Kevin E. Hughes. Assi lanl Secretary
To verify the authentidty oft his Power of Attorney, please call us at 2-500421-3880.
Please refer to the above-namedAffomey-in-Factand the details of the bond to whid/ tyre power is attached,
GULLEY PARK TOWNSHIP PARKING EXPANSION
Fayetteville, Arkansas
SECTION 004143 — BID FORM
Contract Name: GULLEY PARK TOWNSHIP PARKING EXPANSION
Owner: CITY OF FAYETTEVILLE, ARKANSAS
City of Fayetteville Bid Number: 20— 72, Construction Gulley Park Parking Rebid
OLSSON PROJECT NO.019-3228
September 03
Dated: 2020
Olsson
BID FORM 00 41 43 - i
Olsson GULLEY PARK TOWNSHIP PARKING EXPANSION
Fayetteville, Arkansas
t TABLE OF CONTENTS
i
Page
Article1— Bid Recipient................................................................................................................................1
Article 2— Bidder's Acknowledgements.......................................................................................................1
Article 3 — Bidder's Representations.............................................................................................................
I
Article 4 — Bidder's Certification...................................................................................................................
2
Article5 — Basis of Bid...................................................................................................................................3
Article6 — Time of Completion.....................................................................................................................
5
Article 7—Attachments to this Bid...............................................................................................................5
Article8 — Defined Terms..............................................................................................................................
6
Article9 — Bid Submittal................................................................................................................................6
ii - 00 4143 BID FORM
GULLEY PARK TOWNSHIP PARKING EXPANSION Olsson
Fayetteville, Arkansas
ARTICLE 1—BID RECIPIENT
1.1 This Bid is submitted to:
City of Fayetteville
Purchasing Agent's Office at City Administration (aka City Hall)
113 West Mountain Street
Fayetteville, Arkansas 72701
1.2 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement
with Owner in the form included in the Bidding Documents to perform all Work as specified or
indicated in the Bidding Documents for the prices and within the Contract Times indicated in this
Bid and in accordance with the other terms and conditions of the Bidding Documents.
ARTICLE 2 — BIDDER'S ACKNOWLEDGEMENTS
2a Bidder accepts all of the terms and conditions of the Advertisement 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 Bid opening, or for such longer period of time that
Bidder may agree to in writing upon request of Owner.
2.2 The Successful Bidder will sign and submit the Contract Agreement with the Bonds and other
documents required by the bidding requirements within 30 days after the date of Owner's Notice
of Award.
ARTICLE 3 — BIDDER'S REPRESENTATIONS
3.1 In submitting this Bid, Bidder represents that:
A. Bidder has examined and carefully studied the Bidding Documents, and any.data and
reference items identified In the Bidding Documents, and hereby acknowledges receipt of
the following Addenda:
Addendum No. Addendum. Date
1 - ,-7v
B. Bidder has visited the Site, conducted a thorough, alert visual examination of the Site and
adjacent areas, and became familiar with and satisfied itself as to the general, local, and Site
conditions that may affect cost, progress, and performance of the Work.
C. Bidder is familiar with and has satisfied itself as to all Laws and Regulations that may affect
cost, progress, and performance of the Work.
D. Bidder has carefully studied all:
1. reports of explorations and tests of subsurface conditions at or adjacent to the Site and
all drawings of physical conditions relating to existing surface or subsurface structures
BID FORM 0041 43 - 1
Olsson GULLEY PARK TOWNSHIP PARKING EXPANSION
Fayetteville, Arkansas
at or adjacent to the Site (except Underground Facilities) that have been identified in
the Supplementary Conditions, especially with respect to Technical Data in such reports
and drawings, and
2. reports and drawings relating to Hazardous Environmental Conditions, if any, at or
adjacent to the Site that have been identified in the Supplementary Conditions,
especially with respect to Technical Data in such reports and drawings.
E. Bidder acknowledges that Owner and Engineer do not assume responsibility forthe accuracy
or completeness of information and data shown or indicated in the Bidding Documents with
respect to Underground Facilities at or contiguous to the site.
F. Bidder has considered the information known to Bidder itself; information commonly known
to contractors doing business in the locality of the Site; information and observations
obtained from visits to the Site; the Bidding Documents; and any Site -related reports and
drawings identified in the Bidding Documents, with respect to the effect of such Information,
observations, and documents on (1) the cost, progress, and performance of the Work; (2)
the means, methods, techniques, sequences, and procedures of construction to be employed
by Bidder; and (3) Bidder's safety precautions and programs.
G. Bidder agrees, based on the information and observations referred to in the preceding
paragraph, that no further examinations, investigations, explorations, tests, studies, or data
are necessary for the determination of this Bid for performance of the Work at the price bid
and within the times required, and in accordance with the other terms and conditions of the
Bidding Documents.
H. Bidder is aware of the general nature of work to be performed by Owner and others at the
Site that relates to the Work as indicated in the Bidding Documents.
I. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies
that Bidder has discovered in the Bidding Documents and confirms that the written
resolution thereof by Engineer is acceptable to Bidder.
J. The Bidding Documents are generally sufficient to indicate and convey understanding of all
terms and conditions for the performance and furnishing of the Work.
K. The submission of this Bid constitutes an incontrovertible representation by Bidder that
Bidder has complied with every requirement of this Article, and that without exception the
Bid and all prices in the Bid are premised upon performing and furnishing the Work required
by the Bidding Documents.
ARTICLE 4 — BIDDER'S CERTIFICATION
4.1 Bidder certifies that:
A. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual
or entity and is not submitted in conformity with any collusive agreement or rules of any
group, association, organization, or corporation;
B. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or
sham Bid;
C. Bidder has not solicited or induced any individual or entity to refrain from bidding; and
2 - 00 41 43 BID FORM
GULLEY PARK TOWNSHIP PARKING EXPANSION
Fayetteville, Arkansas
Olsson
D. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing
for the Contract. For the purposes of this Paragraph 4.1.1):
1. "corrupt practice" means the offering, giving, receiving, or soliciting of anything of value
likely to influence the action of a public official in the bidding process;
2. "fraudulent practice" means an intentional misrepresentation of facts made (a) to
influence the bidding process to the detriment of Owner, (b) to establish bid prices at
artificial non-competitive levels, or (c) to deprive Owner of the benefits of free and open
competition;
3. "collusive practice" means a scheme or arrangement between two or more Bidders,
with or without the knowledge of Owner, a purpose of which is to establish bid prices
at artificial, non-competitive levels; and
4. "coercive practice" means harming or threatening to harm, directly or indirectly,
persons or their property to influence their participation in the bidding process or affect
the a execution of the Contract.
ARTICLE 5 — BASIS OF BID
5.1 Bidders are required to provide pricing for all line items, including deductive alternate items.
Failure to provide deductive alternate pricing can result in bid rejections.
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 even 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 will complete the Work in accordance with the Contract Documents for the following
price(s) (Bid Form on page 4):
BID FORM 00 41 43 - 3
Olsson
GULLEY PARK TOWNSHIP PARKING EXPANSION
Fayetteville, Arkansas
UNIT PRICE BID FORM
See Bonfire for Bid Form
4 - 00 41 43 BID FORM
GULLEY PARK TOWNSHIP PARKING EXPANSION
Fayetteville, Arkansas
5.2 Bidder acknowledges that
Olsson
A. Each Bid Unit Price includes an amount considered by Bidder to be adequate to cover
Contractor's overhead and profit for each separately identified item, and
B. Estimated quantities are not guaranteed and are solely for the purpose of comparison of Bids,
and final payment for all unit price Bid items will be based on actual quantities, determined as
provided in the Contract Documents.
C. The contract, if awarded will be based on the lowest responsive, responsible bid accepted by
the City of Fayetteville, Arkansas.
D. Unit process have been computed in accordance with paragraph 13.03 of the General
Conditions.
E. Bidder acknowledges that quantities are not guaranteed, and final payment will be based on
actual quantities determined as provided in the Contract Documents.
F. Amounts are to be shown in both words and figures. In case of discrepancy, the amount shown
in words, unless obviously incorrect, will govern.
G. The above unit and lump sum prices shall include all labor, materials, bailing, shoring, removal,
overhead, profit, insurance, etc., to cover the finished work of the several kinds called for.
H. The Bidder understands that the Owner reserves the right to reject any or all bids and to waive
any informalities in the bidding.
ARTICLE 6—TIME OF COMPLETION
6.1 Bidder agrees that the Work will be substantially complete within 90 calendar days after the date
when the Contract Times commence to run as provided in Paragraph 4.01 of the General
Conditions and will be completed and ready for final payment in accordance with Paragraph 15.06
of the General Conditions within 120 calendar days after the date when the Contract Times
commence to run.
6.1 Bidder accepts the provisions of the Agreement as to liquidated damages.
ARTICLE 7 — ATTACHMENTS TO THIS BID
7.1 The following documents are submitted with and made a condition of this Bid:
A.
Required Bid Security in the form of bid Lbond for
- ✓'/� ($
(Dollar Amount Written in Words)
B. Required Bid Bond (Section 00 43 13).
C. List of Proposed Subcontractors.
(Total in Figures)
BID FORM 0041 43 - 5
Olson GULLEY PARK TOWNSHIP PARKING EXPANSION
Fayetteville, Arkansas
D.L ist of Proposed Suppliers.
E. List of Project References (see Section of Bidders Qualification Statement).
F. Evidence of authority to do business in the state of the Project; or a written covenant to obtain
such license within the time for acceptance of Bids.
G.0 ontractor's License No.: 71-039789 or Evidence of Bidder's ability to
obtain a StateContractor's License and a covenant by Bidder to obtain said license
within the time foracceptance of Bids.
H. Required Bidder Qualification Statement with supporting data (see Section 00 2113 Instructions
to Bidders).
ARTICLE 8 — DEFINED TERMS
8.1 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions
to Bidders, the General Conditions, and the Supplementary Conditions.
ARTICLE 9 — BID SUBMITTAL
9.1 Communications concerning this Bid shall be addressed to the address of Bidder indicated below.
9.1 The Bidder has reviewed and agrees with all sections of the Plans, Specifications and Contract
Documents, including all Addenda, and the Comprehensive Best Management Practices Plan
included with the Bid Documents.
3rd September
Submitted this day 2020.
Respectfully submitted,
Sweetser Construction, Inc.
(Firm Name)
By�����
(Signature)
William G. Sweetser
(Printed Name)
/1 P� /7 � President
Attest: � n r 7�I4 ��� Title
(Seal, if bid is by corporation.)
6 - 00 41 43 BID FORM
GULLEY PARK TOWNSHIP PARKING EXPANSION
Fayettevillc, Arkansas
Arkansas License No. 71-0399789
Address for giving notices:
590 West Poplar
Fayetteville, AR 72703
Telephone Number: 479-443-3026
590 W. Poplar 72703
(Business Address & Zip Code)
Fax Number: 479-442-0119
Contact Name and e-mail address: Charles W. Miller
charlie@sweetserconstruction.com
Olsson
BID FORM 00 41 43 - 7
Olsson GULLEY PARK TOWNSHIP PARKING EXPANSION
Fayetteville, Arkansas
INFORMATION REQUIRED OF BIDDER
LIST OF SUBCONTRACTORS:
The Bidder shall list below the name and the location of the place of business of each subcontractor
who will perform work or labor or render service to the prime contractor in or about the construction
of the work or improvement, or a subcontractor licensed by the state who, under subcontract to the
prime contractor, specially fabricated and installs a portion of the work or improvement according to
detailed drawings contained in the Plans and Specifications, in an amount in excess of one-half of one
percent of the prime contractor's total Bid. The Bidder shall also list below the portion of the work
which will be done by each subcontractor under this Contract. Failure to comply with this
requirement will render the Bid nonresponsive and may cause its rejection.
Subcontractor Percent
License of Total
Work to be Performed Number Contract Subcontractor's Name & Address
1.
ki
()V l7L4 e r Al IAI l7
4.
U
7.
8 - 00 41 43 BID FORM
GULLEY PARK TOWNSHIP PARKING EXPANSION
Fayetteville, Arkansas
END OF SECTION 00 4143
Olsson
This document Is a MODIFIED version of E1CDC' C-410, Capyright 0 2013 by the National Society of professional Engineers,
American Cowell of Engineering Companies, and American Society of Civil Engineers, or is based In part on excerpts from
copyrighted EICDC documents. Those portions of the text that originated in copyrighted E1CDC documents remain subject to the
copyright
BID FORM 00 41 43 • 9
Olsson GULLEY PARK TOWNSHIP PARKING EXPANSION
Fayencville, Arkansas
THIS PAGE LEFT BLANK INTENTIONALLY
10 - 00 41 43 BID FORM
GULLEY PARK TOWNSHIP PARKING EXPANSION
Fayetteville, Arkansas
SECTION 00 1153 - BIDDER'S QUALIFICATION STATEMENT
Contract Name: GULLEY PARK TOWNSHIP PARKING EXPANSION
City of Fayetteville Bid Number: 20 - 72, Construction Gulley Park Parking Rebid
Date: September 03, 2020
SUBMITTED TO:
The City of Fayetteville, Arkansas
113 West Mountain Street
Fayetteville, Arkansas 72701
SUBMITTED BY:
Company Sweetser Construction, Inc.
Name
Address 590 West Poplar
Principal Office
Corporation, LLC, partnership, individual, joint
venture, other Corporation
Arkansas State General Contractor's License Number
0027470421
(Type or legibly print)
Olssan
For a Contractor to be considered as Qualified, the Contractor must satisfy all financial, insurance, and
bonding requirements of the Gty of Fayetteville, and must have had at least five (5) years of experience
under the current Contractor name in the installation of similar facilities. The Contractor shall have
executed work for municipalities with a minimum of three (3) projects exceeding five hundred thousand
($500,000) dollars for similar work as described in the Contract Documents. Work for developers and
commercial site work will not be considered as permissible work experience. Acceptable documentation
of these projects must be submitted to the City of Fayetteville. In accordance with Arkansas Procurement
Law, a Contractor may use the combined experience of its owners or senior executive staff to satisfy the
requirements, or the combined experience of the key personnel that will be responsible for satisfying the
experience requirement.
001 153-BidderQualifications-RDBR-0193228.docx 00 11 53 - 1
Information for Bidders
STATEMENT OF BIDDER'S QUALIFICATIONS
All questions must be answered and the data given must be clear and comprehensive. If
necessary, questions may be answered on separate attached sheets. The Bidder may
submit any additional information he desires.
1) Name of Bidder. SWEETSER CONSTRUCTION, INC.
2) Permanent main office address. 590 WEST POPLAR
FAYETTEVILLE AR 72703
3) When organized. 1963
4) If a corporation, where incorporated. ARKANSAS
5) How many years have you been engaged in the contracting business under your
present firm or trade name? 53 YEARS
6) Contracts on hand. (Schedule these, showing amount of each contract and the
appropriate anticipated dates of completion.) SEE ATTACHED
7) General character of work performed by your company. EXCELLENT
S) Have you ever failed to complete any work awarded to you?,,;, NO
p 9) Have you ever defaulted on a contract? If so, where and why? NO
10) List the more important projects recently completed by your company, stating the
approximate cost for each, and the month and year completed. SEE ATTACHED
11) List your major equipment available for this contract. SEE ATTACHED
12) Experience in construction similar in size to this project, along with project owners and
engineers. SEE ATTACHED
13) Background and experience of the principal members of your organization, including
the officers. SEE ATTACHED
14) Credit available: $ UNLIMITED
15) Give bank reference: EILEEN JENNINGS ARVEST BANK PO BOX 1327
kAIMIEVILLE AR
16) Will you, upon request, fill out a detailed financial statement and furnish any other 7270
information that may be required by the Owner? NO
2-3
1
010420 - STATEMENT OF BIDDER'S QUALIFICATIONS
All questions must be answered and the data given must be clear and comprehensive. This statement
must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder
may submit any additional information he desires.
wI . Name of Bidder.
SWEETSER CONSTRUCTION, INC.
2. Permanent main officeaddress. 590 WEST POPLAR
3. When organized.
1963 FAYETTEVILLE AR 72703
IN 4. If a corporation, where incorporated. ARKANSAS
5. How many years have been engaged in the contracting business under your present firm or
trade name? 41 ARS
6: Contracts on hand: (Schedule these, showing amount of each contract and the appropriate
A anticipated dates of completion).
SEE ATTACHED
7. General character of work performed by your company.
EXCELLENT
8. Have you ever failed to complete any work awarded to you?
NO
9. Have you ever defaulted on a Contract?
NO
If so, where and why? N / A
10. Have you ever been fined or had your license suspended by'a Contractoes Licensing Board? NQ
If so, where and why? N/A
11. List the more important projects recently completed by your company, stating the approximate
cost for each, and the month and year completed. SEE ATTACHED
12. List your major equipment available for this Contract.
13. Experience in construction work similar in importance toATTACHec
this prof P
SEE ATTACHED
14. Background and experience of the principal members of your organization, including the
officers.
SEE ATTACHED
15. Credit available: $ UNT.MiTSB
16. Give Bank reference: RAvNp. BREWER ARVE2 BANK PO BOX 1327
FAYETTEVOLLE AR
17. Will you, upon request, fill out a detailed financial statement and furnish any other information
that may be required 5y the Owner? 7 27 (
no
18. The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any
STATEMENT OF BIDDER'S QUALIFICATION
WILLIAM G. SWEETSER - 36 YEARS
CHARLES MILLER - 31 YEARS
DENNIS L CARTE - 38 YEARS
LARRY BUSH - 28 YEARS
KENDALL WILSON - 26 YEARS
(DEC 2029)
PG 1
STATEMENT OF BIDDER'S QUALIFICATION
CONTRACTS ON HAND
NAME
Z. NEIDERMAN
CURTIS AVE - C & G
COMMERCE CONSTRUCTION
BIG RED BARN
CITY OF FAYETTEVILLE
C&G
CITY OF SPRINGDALE
MAPLE AVENUE EXTENSION
ENGINEER
(DEC 2019)
PG 1
ANTICIPATED
CONTRACT
COMPLETION
34,755.00
JUNE 2020.
0.00
DEC 2020.
249,250.00
DEC 2020.
1,893,202.35
DEC 2020.
STATEMENT OF BIDDER'S QUALIFICATION (DEC 2019)
PG 1
SIMILAR CONSTRUCTION
NAME
ENGINEER AMOUNT
COMPLETE
AHTD
3,444,037.13
NOV 2014.
HWY 112 / GARLAND
EMERYSAPP
274,925.00
OCT 2014.
FLYOVER
NWA REGIONAL PLANNING COMM.
1,797,306.56
OCT 2014.
SILENT GROVE TRAIL
CITY OF TONTITOWN
670,718.00
DEC 2014.
BRUSH CREEK BRIDGE
AHTD
6,212,756.93
DEC 2015.
ARMSTRONG-STUBBLE FIELD
AHTD
2,234,929.90
JUNE 2016.
RAZORBACK ROAD
CITY OF FARMINGTON
83,505.00
MAR 2015.
RHEAS MILL RD
RAUSCH COLEMAN
973,750.95
OCT 2015.
COVES PHASE II
CITY OF SPRINGDALE
64,362.50
JUNE 2015.
RZ TRAIL ADDITION
RAUSCH COLEMAN
1,086,700.95
MAY 2016.
COVES PHASE II
RAUSCH COLEMAN 782,347.50 JULY2016.
HOLLAND CROSSING
COMMERCE CONSTRUCTION 1097000.00 JULY 2016.
ADVENTURESUBARU
(CONTINUED PAGE 2)
SIMILAR CONSTRUCTION
(DEC 2019)
PG 2
NAME
ENGINEER AMOUNT
COMPLETE
CITY OF FAYETTEVILLE
7166369.20
JUNE 2017.
RUPPLE ROAD PAHSE I
COMMERCE CONSTRUCTION
789949.40
JUNE 2017.
HARPS LINCOLN
MEL COLLIER
400000.00
SEPT 2017.
RACETRACK
CITY OF FAYETTEVILLE
3,072,441.40
MAR 2018.
RUPPLE ROAD PHASE II
TIM GRAHAM
522,152.50
JUNE 2018.
FOX TRAIL DISTILLERY
BALDWIN-SHELL
631,939.00
JUNE 2018.
THEATRE SQUARED
RAUSCH COLEMAN
1,489,822.40
DEC 2018.
PARK MEADOWS
MULTI CRAFT CONTRACTORS
239,563.50
JUNE 2018.
DRAINAFE - RANDALL WOBBEE
BARRETT DEVELOPMENT
3,977,097.90
DEC 2019.
COTTAGES AT HOLLYWOOD
CITY OF FAYETTEVILLE
3,891,372.55
JUNE 2019.
OLD WIRE ROAD
INTEGRITY CONSTRUCTION
272,294.00
MAR 2019.
FARMINGTON VILLAGE
COMMERCE CONSTRUCTION
417,822.50
JUNE 2019.
FELLOWSHIP
COMMERCE CONSTRUCTION
79,960.00
MAR 2019.
ADVENTURESUBARU
(CONTINUED PAGE 3)
SIMILAR CONSTRUCTION
DEC 2019)
PG 3
NAME ENGINEER AMOUNT COMPLETE
Number.,
c4uipmen[ name
10001
VD 550 HLT CRAWLER -DOZER
1OP03
INPL TD7 DRESSER -CRAWLER
10005
J/D 750'OLT DOZER
10006
J/D SSOG CRAWLER -DOZER
10007
2001 J/D 700H CRAWLER -DOZER
10008
2000 J/D 550H CRAWLER -DOZER
10009
12003 CAT D5N TRACK DOZER
10010
2003 J/D 550H CRAWLER DOZER
10011
2003 J/D 850CIII CRAWLER DOZER
10012
2012 J/D 700K DOZER
15001
2005 J/D 300D'ARTICULATING DUMP TRUCK
20002
1/D 32OC BACKHOE-LOADER
20005
CAT 420D BACKHOE
20006
2004 KOMATSU 220LC EXCAVATOR
20007
1985 FORD 2910 TRACTOR LOADER
20009
1993 KAWASAKI LOADER KSS65Z
20010
SAMSUNG SE21OLC EXCAVATOR
20011
KOMATSU EXCAVATOR 30OLC
20012
CATERPILLAR 416C
20013
2012 KOMATSU PC45MR-3 EXCAVATOR MINI
20014
2000 KAWASAKI LOADER KSS6S21V'
20015
2001 KOBELCO SK210 EXCAVATOR
20016
2001 KOBELCO SK21OLC EXCAVATOR
20017
2004 KOMATSU 220LC EXCAVATOR
20018
200S KOMATSU 220LC EXCAVATOR
20019
2004 J/D 31OG BACKHOE
20020
KAWASAKI LOADER K5565ZV
20021
KAWASAKI LOADER KS565ZV (RUBBER TIRES)
20022
LINK -BELT 240LX EXCAVATOR
20023
KOMATSU PC 270 HYD EXCAVATOR
20024
2006 J/D 31OG BACKHOE
20025
2008 J/D 310J BACKHOE-LOADER
20027
2012 KAWASAKI FRONT END LOADER
20028
2012 KOMATSU PC240LC EXCAVATOR
20029
2012'VOLVOEC20DTRACKHOE
20030
1/D 270 MINI EXCAVATOR W/ 18" & 12" BUCKETS
`4...r.."„`
Number
Equipment Name
20031
J/D 5075E TRACTOR W/LOADER
20032
2012 J/D 310J BACKHOE
20033
BOBCAT E4S MINI EXCAVATOR W/18" & 24" BUCKET
20034
2017J/D 544K414WD LOADER
25001
1/D 762-6 SCRAPER
30002
2004 CAT 140H MOTOR GRADER
30003
1993 J/D 6708 MOTOR GRADER
30004
1995 J/D 6708 MOTOR GRADER
3SO01
2003 GOMACO TRIMMER
40001
1978 GT600078 CURB -GUTTER
40002
1983 HW-165B SUPFORM PAVER
40005
2014 GOMACO GT 3600 CURB -GUTTER
S0001
1990 DYNAPAK VIBRATORY COMPACTOR
50002
IDYNAPAK VIBRATORY ROLLER (PULL TYPE)
50005
1984 DYNAPAK COMPACTOR
50006
INGERSOL RAND RUBBER TIRE PT125 ROLLER -ASPHALT
50008
INGERSOL RAND DD90 ROLLER -ASPHALT
50009
1996 DYNAPAK CA151PD ROLLER
50010
DYNAPAK CA251D SMOOTH DRUM ROLLER
50011
2000 DYNAPAK CA252D ROLLER
50012
2001 DYNAPAK CA252PD ROLLER
50013
DYNAPAK CA250D VIBRATORY SMOOTH DRUM ROLLER
50014
DYNAPAK CA2SOPD PAD FOOT ROLLER
50015
2002 WACKER RT820 TRENCH ROLLER
50016
2011 RAMMAC ARTICULATED TRENCH ROLLER
S0017
2006 SAKAI 66" DIRT SMOOTH DRUM ROLLER
50018
2010 BROCE SWEEPER W/CAB
S0019
1995 BROCE BROOM RC300
50020
BROCE KR3SO SWEEPER W/ BLADE
S0021
BROCE KR350 SWEEPER
50022
2007 SAKAI SW-652 ASPHALT ROLLER
50023
SAKAI 67" SMOOTH DRUM ROLLER
60002
1/D 185DPQ AIR COMPRESSOR
60003
SULLAIR185DPQCOMPRESSOR
70002
1992 1/R VIBRATORY COMPACTOR OD65
70003
1992 PF-400A ASPHALT PAVER BLOW-KNOX
1 gfa
Number. equipment Name
7 4
1993 BMA-200'JOINT FILLER
70005
RJ-300 BROCE BROOM
70006
1991 FORD F-800 W/ENTYRE ASPHALT DISTRIBUTOR TRUCK
70007
7000T LEEBOY ASPHALT PAVER
70008
VOGELE2116T PAVER
70009 IHAMM
HDIO ASPHALT ROLLER
70010
BROCE BROOM R1350
8=1
2015 FORD F2SO (CTC)
80003
2015 FORD F250 CTC
80007
1989 FORD 2-TON
80008
2011 FORD F-150
80009
2011 FORD 4 X 4
80012
2012 FORD F-250
80013
2001 GMC YUKON
80016
1991 CHEV 3-TON (WATER TRUCK)
80017
1999 INT'L DUMP TRUCK (WATER TRUCK)
80018
2005TNT UTILITY TRAILER
80019
2015 FORD F250 (CTC
80023
1992 MACK DUMP TRUCK
80028
1998 CHEVROLET GC1 PICKUP
80031
1994 MACK DUMP TRUCK
80037
2006 SILVERADO 1S001/2 TON
80038
2006 SILVERADO 15001/2 TON PU
80042
2001 FORD F-250 C+C)'GLT
80044
1997 MACK DUMP TRUCK
80048
1999 MACK DUMP TRUCK
80049
1999 MACK DUMP TRUCK
80052
2003 MACK DUMP TRUCK
80053
1973 TANDEM TRAILER
800S4
1992 20TDT-INTERSTATE TRAILER
80055
1§9240APRINTERSTATETRAILER
80056
1994 TOTEM UTILITY TRAILER
80057
1993 T-B UTILITY TRAILER (FORM)
80058
12003 FONTAINE TRAILER
C
equipment
Number
Equipment Name
80059
2002 MACK CH613 TRUCK
80060
2003 END DUMP SEMI -TRAILER
80062
2004 MACK TRI-AXLE DUMP TRUCK
80063
2004 MACK TRI-AXLE DUMP TRUCK
80066
1999.PJTM TRENCHER TRAILER
80067
1992 MACK DUMP TRUCK
80070
1989 MACK R690ST WATER TRUCK
80071
2006 FORD F-3SO
80072
2006 FORD F-350 .
80073
2006 TANDEM TRAILER
00074
2006 MEB TRAILER
80075
2007 MACK DUMP TRUCK
80076
2007 MACK DUMP TRUCK
80080
2002 TOMM HAULER TRAILER (ARSS
80091
1998 FREIGHT LINER WATER TRUCK
80094
2011 MEB TANDEM TRAILER
90095
2001 MEB TANDEM TRAILER
80096
2005 MACK DUMP TRUCK
80097
2003 MACK DUMP TRUCK
80098
2007 MACK DUMP TRUCK
80099
UTILITY TRAILERANDERSON'S
80100
2016 FORD F-250
80101
2016 FORD F-250
80102
2016 FORD F-250 C+C
80103
2016 FORD F-250 C+C
80104
2016 FORD F-250
80105
2015 FORD F-150 EXT CAB)
80106
2016 FORD F 350
80107
2015 GMC SIERRA 1500 CREW CAB 4WD SLT
80108
2016 TEXAS BRAG UTILITY TRAILER ED182LE012
85001
1977 ACTON MOBILE UNIT
85002
1988 ACTION MOBILE UNIT
85003
2010ACTION MOBILE UNIT
90003
jBANTAM.MULCHER SPREADER
2p`i
Num cgwpment Name
9 �' PRODUCER SCREEN MACHINE W/ATTACHMENTS
90005
REBEL BRUSH HOG
90V6
BRUSH HOG
90007
1989 LASER
90008
20HP COMMERCIAL LOG SPUTTER W/6 WAY WEDGE
90010
GRADE LEVEL
90011
TRAFFIC CONTROLLER BOARD
90012
1998 CASE 556E FORKLIFT
90013
VERMEER 1800A CHIPPER -SHREDDER
90014
KO PRESSURE WASHER
90015
CLIPPER WALK BEHIND SAW - C5936GS
90017
TRANSIT T1728 W/TRIPOD
90018
1986 SEMI STORAGE TRAILER
90019
1979 STORAGE BOX TRAILER -TIMPTE
90020
BOBCAT SKID LOADER
90021
1979 STORAGE BOX TRAILER - TIMPTE
90022
1979 STORAGE BOX TRAILER - TIMPTE
90023
LASER GL2700 GL2700INS
90026
VERMEER TRENCHER
90027
KINCAIDSTRAWBLOWER
90028
BRUSH HOG BH0706
90030
EFFICIENCY TRENCH BOX (2) W/MANHOLE BOX
90031
WOODS LAND LEVELER
90032
DRAG GRAVEL BOX
90033
TRENCH BOX
90034
TRENCH BOX
90035
TRENCH BOXES X 8
I
cyuipmeni
Number
Equipment Name
96036
2011 MQ WATER PUMP NO TRAILER)
90037
1990 STORAGE BOX TRAILER GREAT DANE
90038
CLIPPER CONCRETE SAW
90039
BREAKER FX27S HAMMER
90040
BREAKER FX375 HAMMER
90042
WELDING TRAILER (MADE FROM 90025)
90043
LINCOLN WELDER-RED(USED IN SHOP)
3 P4 a
Item Number
Item Unit of Measur(Quantity Requit Unit Price
#1-1
Mobilization (Shall N L.S.
1
20000
#1-2
Bonds & Insurance L.S.
1
8800
#1-3
Sediment & Erosion L.S.
1
11500
#1-4
Demolition L.S.
1
12000
#1-5
Undercut and Backfi C.Y.
1400
32
#1-6
Tree preservation fe L.S.
1
2000
#1-7
Parking Lot - 8" of Cl S.Y.
1936
14
#1-8
Parking Lot Improvei L.S.
1
110150
#1-9
4" concrete sidewalF S.Y.
337
60
#1-10
Bike Racks and Bike I L.S.
1
3500
#1-11
Lighting & Electrical. L.S.
1
49000
#1-12
2" Caliper Trees, Cor Each
13
450
#1-13
Bio Retention Pond � L.S.
1
144209.6
#1-14
Trench and Excavatii L.S.
1
1000
Bid 20-72, -.
#2-1
Deduct Plant Mated; L.S.
-1
18956
#2-2
Replace Mexican Pel L.S.
-1
1995
9/3/2020
Proposal Data
Back to Project
Bid 20-72, Construction - Gulley Park Parking Rebid - Proposal Data
ShowMide O Search
Supplier
Arkansas
Arkansas
Pursuant Arkansas Code Annotated §25-1-503, the Can
Secreatary of State
Contractors
currently boycott Israel and will not boycott Israel durin
Filing 0
License p
while in contract, with any public entity as defined in §2
contractor decides to boycott Israel, the contractor mu:
Goodwin & Goodwin, Inc.
100104752
0016960421
Yes
S -- �-
Swr` eraN 1
Jl Open...
Sweetser Construction, Inc.
100049983
71-0399789
Yes
t Sca�ca d I Open... J
.
(D Help
https://fayetteville-ar.bonfirehub.com/projects13C263/proposaiData 1/1
CITY OF
FAYETTEVILLE
ARKANS
ARKANSAS
City of Fayetteville, AR
Contract for: Gulley Park Parking Re -Bid
Contractor/Vendor: Sweetser Construction, Inc.
Term: Single Project
This contract executed this —&— day of/b� 2020, between the City of Fayetteville, Arkansas
(City) and Sweetser Construction. Inc. (hereby also referred to as Sweetser, Vendor, or Contractor) In consideration of the
mutual covenants contained herein, the parties agree as follows:
1. ARTICLE 1— WORK:
1.1. Contractor shall complete all Work as specified or indicated in the Contract Documents. The work under this
Agreement includes but is not limited to: Construction of an asphalt parking lot extension at the Township entrance
of Gulley Park, including curb and gutter, landscaping, lighting, concrete sidewalk, storm drainage, bioretention
pond, and all items as set out In the Contract Documents.
1.2. The Contractor agrees to perform the work described in the Contract Documents and comply with the terms
therein for the amounts shown in the Bid Proposal. Refer to Section 00 4143-Bid Form for quantities.
1.3. 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.
1.4. Contractor is responsible for obtaining all applicable permits. The fees for City of Fayetteville (only) issued permits
shall be waived.
1.5. The Contract may include work in City of Fayetteville right-of-way, ARDOT (State) right-of-way, railroad right-of-
way and in General or Utility Easements.
2. ARTICLE 2— ENGINEER:
2.1. The Contract Documents have been prepared by Olsson (Engineer) for the City of Fayetteville. The Engineer
assumes all duties and responsibilities, and has the rights and authority assigned to Engineer in connection with
completion of the Work in accordance with the Contract Documents.
3. ARTICLE 3 —CONTRACT TIME:
3.1. TIME OF THE ESSENCE
3.1.1.All time limits for milestone, if any, Substantial Completion and completion and readiness for final payment
as stated in the Contract Documents are of the essence of the Contract.
3.2. DATES FOR COMPLETION AND FINAL PAYMENT
3.2.1.The Work shall be substantially completed within 90 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
within 120 calendar days after the date when the Contract Times commence to run as provided in the
GENERAL CONDITIONS.
3.3. LIQUIDATED DAMAGES
City of Fayetteville, AR
Bid 20-72, Construction — Gulley Park Parking Re -Bid
Page 1 of 7
3.3.1.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 Five Hundred Dollars ($500.00) for each calendar day that expires after the time specified
above in Paragraph 3.2 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 3.2 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.
4. ARTICLE 4 —CONTRACT PRICE
4.1. 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.
4.2.This turn -key project providing labor and materials shall be provided to the City for a not to exceed fee of
$439,182.60 US Dollars.
4.3. As provided in the Contract 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 Contract Documents.
4.4. 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.
4.4.1.Further, there shall be no changes to the scope and/or contract documents without prior written approval of
the Engineer of Record and the City's designated Professional Engineer.
5. ARTICLES —PAYMENT PROCEDURES
5.1. SUBMITTAL AND PROCESSING OF PAYMENTS: 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.
5.2. PROGRESS PAYMENTS, RETAINAGE:
5.2.1. 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
City of Fayetteville, AR
Bid 20-72, Construction —Gulley Park Parking Re -Bid
Page 2 of 7
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.
5.2.1.1. 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 FINAL PAYMENT.
5.2.2. 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.
6. ARTICLE 6—CONTRACTOR'S REPRESENTATIVES
6.1. In order to induce The City of Fayetteville to enter into this Agreement, Contractor makes the following
representations:
6.1.1.Contractor has examined and carefully studied the Contract Documents including the Addenda and other
related data identified in the Bid Documents.
6.1.2.Contractor has visited the Site(s) 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.
6.1.3.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.
6.1.4.Contractor has carefully studied all:
6.1.4.1. 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
6.1.4.2. 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.
6.1.5.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.
6.1.6.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
City of Fayetteville, AR
Bid 20-72, Construction —Gulley Park Parking Re -Bid
Page 3 of 7
Times, and in accordance with the other terms and conditions of the Contract Documents.
6.1.7.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.
6.1.8.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.
6.1.9.Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that
Contractor has discovered in the Contract Documents and the written resolution thereof by Engineer is
acceptable to Contractor.
6.1.10. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and
conditions for performance and furnishing of the Work.
7. ARTICLE 7— CONTRACT DOCUMENTS
7.1. Contents
7.1.1.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 this Agreement and in the GENERAL CONDITIONS:
7.1.1.1. This agreement
7.1.1.2. Appendix A— City's Bid Package for Bid 20-72
7.1.1.3. Appendix B — Sweetser's Bid Submittal
7.1.1.4. Appendix C— Recommendation for Award
7.1.1.5. Appendix D—Certificate of Insurance
7.1.1.6. Appendix E —10D% Performance Bonds, Payment Bonds, and other bonds.
7.1.1.6.1. The Contractor shall file the Performance, Payment and Warranty Bonds at the
Washington County Clerk's office prior to providing a file marked copy of the filed Performance,
Payment and Warranty Bonds to the City.
7.1.1.6.2. The Contractor hereby agrees to not start work until a Purchase Order has been received
from the City of Fayetteville Purchasing Division.
8. ARTICLE 8— MISCELLANEOUS
8.1. TERMS
8.1.1.Terms used in this Agreement which are defined in the GENERAL CONDITIONS shall have the meanings stated
in the GENERAL CONDITIONS.
8.2. ASSIGNMENT OF CONTRACT
8.2.1.No assignment by a parry 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
City of Fayetteville, AR
Bid 20-72, Construction —Gulley Park Parking Re -Bid
Page 4 of 7
without limitation, moneys that may become due and moneys that are due may not be assigned without such
consent (except to the extent that the effect of this restriction may be limited by Law), and unless specifically
stated to the contrary in any written consent to an assignment, no assignment will release or discharge the
assignor from any duty or responsibility under the Contract Documents.
8.3. SUCCESSORS AND ASSIGNS
8.3.1.The City of Fayetteville and Contractor each binds himself, his partners, successors, assigns, and legal
representatives to the other party hereto, its partners, successors, assigns, and legal representatives In
respect to all covenants, agreements, and obligations contained in the Contract Documents.
8.4. SEVERABILITY
8.4.1.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.
8.5. FREEDOM OF INFORMATION ACT
8.5.1.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.G.A. §25-19-101 et. seq.). Only legally authorized
photocopying costs pursuant to the FOIA may be assessed for this compliance.
8.6. LIENS
8.6.1.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'refation 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"A' ny 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.
8.7. OTHER
8.7.1.Contractor shall furnish a certificate of insurance addressed to the City of Fayetteville, showing that applicable
coverage exists for the insurance listed in Appendix A which shall be maintained throughout the term of the
Contract. Any work sublet, the contractor shall require the subcontractor similarly to provide worker's
compensation insurance. In case any employee engaged in work on the project under this contract is not
City of Fayetteville, AR
Bid 20-72, Construction — Gulley Park Parking Re -Bid
Page 5 of 7
protected under Worker's Compensation Insurance, Contractor shall provide and shall cause each
Subcontractor to provide adequate employer's liability insurance for the protection of such of his employees
as are not otherwise protected. The premiums for all insurance and the bond required herein shall be paid by
Contractor.
8.7.2.Contractor shall furnish proof of licensure as required by all local and state agencies.
8.7.3.lurisdiction: Legal jurisdiction to resolve any disputes shall be Washington County, Arkansas with Arkansas
law applying to the case. The City will not agree to be forced to mediate or arbitrate any dispute.
8.7.4.Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small,
minority and women business enterprises to bid on and receive contracts for goods, services, and
construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their
contract to qualified small, minority and women business enterprises.
WITNESS OUR HANDS THIS _(0 DAY OF 2020.
SWEETSER CONSTRICTION, INC.
WIL.LAM G.
Type or legibly print
ATTEST: v `�.sssG�,F-R;;t� j�riSignature: /W� fz�(
A.-'clTv 'F9
O.c'G�nle: PRESIDENT
d'
BY: — ?�
Kara Paxton, City Clerk
ANSPS
Contractor shall attach evidence o{'fb� ' `sJPContractor is a corporation, corporate entity or LLC, Contractor
shall attach Corporate Resolution authbMei i actor's signature and execution of Agreement. Further ff Contractor
is a corporatign, corporate entity or LLC, Contractor shall also attach a copy of the Contractor's Articles of Incorporation
and a copy from 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.
(SEAL) (SEAL)
Attest Attest ( -" (�
City of Fayetteville, AR
Bid 20-72, Construction —Gulley Park Parking Re -Bid
Page 6 of 7
'44dresi; for giring nolkes
Andress forgivingnotttes
i?3 bM. P.tn+ar.;era Si
5W W 120121 AR fave^evBle. AR 72701
FAYETTEVILLE, AR 72703
license No. ARKUMS COhrmAr TnAS LICENSE #
0027470421
Arent for Service of prods
MLLiAM G. SWEETSER
Contractor shall attach evidence of authority of Agent for Service process to sign. If Contractor is a
corporation, corporate entity or UC, Contractor shell attach Corporate Resolution amhorizing Agent for
Service process authority to sign.
Qf Contractor is a corporation, corporate entity Approved as to Form:
or LIC, attach evidence of authority to
sign.) By:
Attorney For. _
City of Fayetteville, AR
Bid 20-72, Construction -Gulley Park Parking Re -Bid
Page 7 of 7
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 legallz 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 Sweel�er, President
L�44� 2 uA��
Sharon Sweetser, S/Tteasurer
IN WITNESS WHEREOF, I have hereunto set my hand as Secretary of said
corporation and have affixed hereto the official seal of the corporation this day
of '0" a2 .17 2004.
rIjF
City of Fayetteville, Arkansas - Budget Adjustment Form (Legistar)
Budget Year Division PARKS & RECREATION (520)
2020 1 /Org2
Requestor: Alan Bearden
BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION:
Request to move $269,674 of funds into the Gulley Park Township Parking project, with $39,396 from Park Land
Dedication (NE Quadrant) revenues and $230,278 from the Gulley Park Splash Pad project.
Adjustment Number
COUNCIL DATE: 10/6/2020
LEGISTAR FILE ID#: 2020-0774
H&Uy 3la.ck
9/18/2020 10:44 AM
Budget Director
TYPE:
JOURNAL#:
GLDATE:
Date
D - (City Council)
RESOLUTION/ORDINANCE I CHKD/POSTED:
TOTAL 39,396 39,396 v.20200820
Increase / (Decrease) Proiect.Sub#
Account Number Expense Revenue Project Sub.Detl AT Account Name
2250.520.9256-4419.01
-
39,396 13001
7503.1000
RE
GreenspaceFees - NE
2250.520.9256-5806.00
39,396
- 13001
7503.1000
EX
Improvements - Park
2250.520.9255-5806.00
2250.520.9255-5806.00
(230,278)
230,278
- 13001
- 13001
1803
7503.1000
EX
EX
Improvements - Park
Improvements - Park
H:\Budget Adjustments\2020 Budget\City CouncilV0-06-2020\2020-0774 BA Gulley
Park
Township Parking I of I
h
PAYMENT AND
PERFORMANCE
BOND
Bond No.: 107332638
TRAVELERS CASUALTY AND SURETY C(
Hartford, Connecticut 061
Doc ID: 019510300004 Type: LIE
Kind: PERFORMANCE BOND
Recorded: 10/23/2020 at 02:36:52 PM
Fee Amt: $30.00 Pape i of 4
Washington County, AR
Kyle Sylvester Circuit Clerk
FileB036-00000921
KNOW ALL PERSONS BY THESE PRESENTS, That we, Sweetser Construction Inc., as principal,
(hereinafter called the "Principal"), and Travelers Casualty and Surety Company of America, a
Connecticut corporation, as surety, (hereinafter called the "Surety"), are held and firmly bound unto
City of Fayetteville, AR, as Obligee, in the sum of Four Hundred Thirty Nine Thousand One Hundred
Eighty Two and 60/100 Dollars ($439,182.60) for the payment whereof said Principal and Surety
bind themselves, jointly and severally, as provided herein.
WHEREAS, the Principal has entered into a Contract with Obligee dated October 6, 2020, to
perform construction work for furnishing all labor and materials for Gulley Park Parking
Improvements, Fayetteville, AR ("Contract").
NOW, THEREFORE, the condition of this obligation is such that if Principal shall promptly and
faithfully perform the Construction Work to be performed under the Contract, and shall promptly
make payment to Claimants, as hereinafter defined, for all labor and material actually used,
consumed or incorporated in the performance of the Construction Work under the Contract, then this
obligation shall be null and void; otherwise to remain in full force and effect.
Surety's obligations hereunder to Obligee shall not arise unless Principal is in default under the
Contract for failing to perform the Construction Work, and has been declared by Obligee to be in
default under the Contract for failing to perform the Construction Work; and Obligee has performed
its obligations under the Contract. In such event, Surety shall have a reasonable period of time to:
1. Upon entering into an acceptable written takeover agreement with Obligee, undertake
to perform and complete the Construction Work to be done under the Contract; or
2. Obtain bids or negotiated proposals from qualified contractors for a contract for
completion of the Construction Work to be done under the Contract, arrange for a contract to be
prepared for execution by Obligee and contractor, to be secured with performance and payment
bonds executed by a qualified surety; or
3. Waive its right to perform or complete the Construction Work pursuant to paragraphs
1 and 2 above, and with reasonable promptness under the circumstances: (a) After investigation,
determine the amount for which it may be liable to the Obligee and, as soon as practicable after the
amount is determined, tender payment therefor to the Obligee; or (b) Deny liability in whole or in part
and notify the Obligee citing reasons therefor.
4. The Contract balance, as defined below, shall be credited against the
reasonable construction cost of completing the Construction Work to be performed under the
Contract. If completed by Obligee pursuant to paragraphs 2 or 3 above, and the reasonable
construction cost of completing the Construction Work exceeds the Contract balance, Surety shall
pay to Obligee such excess, but in no event shall the aggregate liability of Surety exceed the amount
of this bond. If Surety completes the work pursuant to paragraph 1 above, that portion of the
Contract balance as may be required to complete the Construction Work to be done under the
Contract and to reimburse Surety for its outlays shall be paid to Surety at the times and in the
manner as said sums would have been payable to Principal had there been no default under the
Contract. To the extent that Surety's outlays exceed the Contract balance paid to Surety by Obligee,
Surety shall be entitled to a dollar for dollar reduction of its liability under this bond, and Surety's
aggregate liability shall not exceed the penal sum of this bond. The term "Contract balance" as used
herein shall mean the total amount payable by Obligee under the Contract and any amendments
Payment and Performance Bond - Page 1 of 3
thereto, less the amounts properly paid by Obligee to Principal under the Contract. The term
"Construction Work" as used herein shall mean the providing of all labor and/or material necessary
to complete Principal's scope of work under the Contract. Notwithstanding any language in the
Contract to the contrary, the Contract balance shall not be reduced or set off on account of any
obligation, contractual or otherwise, except the reasonable construction cost incurred in completing
the Construction Work.
5. Any suit by Obligee under this bond must be instituted before the earlier of: (a) the
expiration of one year from the date of substantial completion of the Construction Work, or (b) one
year after Principal ceased performing the Construction Work, excluding warranty work. If the public
works bond statutes in the location where the Construction Work is being performed contains a
statute of limitations for suits on the performance bond, then the limitation period set forth herein
shall be read out of this bond and the statute of limitation set forth in the public works bond statutes
shall be read into this bond. If the limitation set forth in this bond is void or prohibited by law, the
minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be
applicable, and said period of limitation shall be deemed to have accrued and shall commence to run
no later than (y) the date of substantial completion of the Construction Work, or (z) the date Principal
ceased performing Construction Work, excluding warranty work, whichever occurs first.
6. A Claimant is defined as one other than Obligee having a contract with Principal or
with a direct subcontractor of Principal to supply labor and/or materials and said labor and/or
material is actually used, consumed or incorporated in the performance of the Construction Work
under the Contract.
7. Principal and Surety hereby jointly and severally agree with Obligee that every
Claimant as herein defined who has not been paid in full before the expiration of a period of ninety
(90) days after the date on which the last of such Claimant's work or labor was done or performed or
materials were furnished by such Claimant, may bring suit on this bond, prosecute the suit to final
judgment for the amount due under Claimant's contract for the labor and/or material supplied by
Claimant which was actually used, consumed or incorporated in the performance of the Construction
Work, and have execution thereon; provided, however, that a Claimant having a direct contractual
relationship with a subcontractor of Principal shall have a right of action on this bond only if said
Claimant notifies Surety in writing of its claim within ninety (90) days from the date on which said
Claimant did or supplied the last labor and/or materials for which the claim is made. Obligee shall
not be liable for the payment of any costs or expenses of any such suit.
8. No suit or action shall be commenced hereunder by any Claimant after the expiration
of the earlier of: (a) one year after the day on which Claimant last supplied the labor and/or materials
for which the claim is made; or (b) the limitation period set forth in the public works bond statutes, if
any, in the location where the construction work is being performed. Any limitation contained in this
bond which is prohibited by any law controlling in the state where the suit is filed shall be deemed to
be amended so as to be equal to the minimum period of limitation permitted by the law of that state,
and said period of limitation shall be deemed to have accrued and shall commence to run on the day
Claimant last supplied the labor and/or materials for which the claim is made.
9. No suit or action shall be commenced hereunder by Obligee or any Claimant other
than in a state court of competent jurisdiction in the county or other political subdivision of the state
in which the project, or any part thereof, is situated, or in the United States District Court for the
district in which the project, or any part thereof, is situated, and not elsewhere.
10. The amount of this bond shall be reduced by and to the extent of any payment or
payments made by Surety in good faith hereunder whether made directly to Obligee or Claimant(s)
or otherwise in discharge of Principal's obligations. Surety's liability hereunder to Obligee and all
Claimants is limited, singly, or in the aggregate, to the penal sum of the bond set forth herein.
Surety may, at its option, discharge all obligations under this bond by interpleading into the registry
of any court of competent jurisdiction of the full unused penal sum of this bond, or such portion
Payment and Performance Bond - Page 2 of 3
thereof that will satisfy the obligations owed to Obligee and/or Claimant(s). No right of action shall
accrue on this bond to any person or entity other than Obligee and/or Claimant(s). The bond shall
not afford coverage for any liability of Principal for tortious acts, whether or not said liability is direct
or is imposed by the Contract, and shall not serve as or be a substitute for or supplemental to any
liability or other insurance required by the Contract.
11. This bond is provided to comply with a statutory or other legal requirement for
performing construction contracts for public owners in the location where the construction work is
being performed. Except as provided in paragraphs 5 and 8 above, all provisions in the bond which
are in addition to or differ from those statutory or legal requirements shall be read out of this bond,
and all pertinent statutes and other legal requirements shall be read into the bond. This bond is a
statutory bond, not a common law bond.
Signed this 16th day of October, 2020.
Sweetser Construction Inc.
A
William Sweetser
Travelers Casualty and ur ty C mpany of America
By:
David Chilson, Attorney- -Fact
Payment and Performance Bond - Page 3 of 3
Travelers Casualty and Surety Company of America
A4W Travelers Casualty and Surety Company
TRAVELERS J St. Paul Fire and Marine Insurance Company
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St.
Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the
"Companies"), and that the Companies do hereby make, constitute and appoint David Chilson of Fayetteville
Arkansas , their true and lawful Attorney -in -Fact to sign, execute, seal and acknowledge any and all bonds, recognizances,
conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the
fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any
actions or proceedings allowed by law.
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 3rd day of February,
2017.
� � nnnrroRD, eq�-Vo
State of Connecticut
City of Hartford ss.
By:
Robert L. Raney, Se or Vice President
On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of
Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and
that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations
by himself as a duly authorized officer.
In Witness Whereof, I hereunto set my hand and official seal. �m
My Commission expires the 30th day of June, 2021 mC)J1�Jt. t�1�
w ,�, jp ♦ Marie C. Tetreault, Notary Public
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and
Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in
full force and effect, reading as follows:
RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any
Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and
Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with
the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a
bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke
the power given him or her; and it is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice
President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation
is in writing and a copy thereof is filed in the office of the Secretary; and it is
FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional
undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior
Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant
Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by
one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more
Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice
President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power
of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only
of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing
such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile
signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached.
I. Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety
Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of
Attorney executed by said Companies, which remains in full force and effect.
Dated this 16th day of October , 2020
< !UR'iMVM,'MOM
cOw p+ f�+ � tp
� h
Kevin E. Hughes, Assi tant Secretary
To verify the authenticity of this Power of Attorney, please calf us at 1-800-421-3880.
Please refer to the above -named Attorney -in -Fact and the details of the bond to which the power is attached.