HomeMy WebLinkAbout99-21 RESOLUTION113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 99-21
File Number: 2021-0223
BID #21-26 SWEETSER CONSTRUCTION, INC. - 2019 DRAINAGE IMPROVEMENTS
BOND PROJECT:
A RESOLUTION TO AWARD BID #21-26 AND AUTHORIZE A CONTRACT WITH
SWEETSER CONSTRUCTION, INC. IN THE AMOUNT OF $197,127.50 FOR
CONSTRUCTION OF THE RAMSEY AVENUE DRAINAGE IMPROVEMENTS PROJECT,
TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $29,500.00, AND TO
APPROVE A BUDGET ADJUSTMENT - 2019 DRAINAGE 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 #21-26 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 $197,127.50 for construction of the Ramsey Avenue
Improvements Project, and further approves a project contingency in the amount of $29,500.00.
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 4/6/2021
Page 1 Printed on 4/7/21
Resolution: 99-21
File Number: 2021-0223
Attest: I It r i r If rr��
ARK' T /'
�`�.•' c,\TY 0�'9sG
aw
�••FAYE •��
�EVILLE
Kara Paxton. City Clerk Treasutsr ;
'11G ION11 �NOO`�'
Page 2 Printed on 417121
City of Fayetteville, Arkansas 113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Text File
File Number: 2021-0223
Agenda Date: 4/6/2021 Version: 1 Status: Agenda Ready
In Control: City Council Meetinq File Type: Resolution
Agenda Number: A 4
BID #21-26 SWEETSER CONSTRUCTION, INC. - 2019 DRAINAGE IMPROVEMENTS BOND
PROJECT:
A RESOLUTION TO AWARD BID #21-26 AND AUTHORIZE A CONTRACT WITH SWEETSER
CONSTRUCTION, INC. IN THE AMOUNT OF $197,127.50 FOR CONSTRUCTION OF THE
RAMSEY AVENUE DRAINAGE IMPROVEMENTS PROJECT, TO APPROVE A PROJECT
CONTINGENCY IN THE AMOUNT OF $29,500.00, AND TO APPROVE A BUDGET
ADJUSTMENT - 2019 DRAINAGE 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 #21-26 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 $197,127.50 for construction of the Ramsey Avenue Improvements Project,
and further approves a project contingency in the amount of $29,500.00.
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 4/6/2021
Matt Casey
Submitted By
City of Fayetteville Staff Review Form
2021-0223
4/6/2021
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
3/15/2021 ENGINEERING (621)
Submitted Date Division / Department
Action Recommendation:
Approval of a contract in the amount of $197,127.50 with Sweetser Construction, Inc. for the construction of the
Ramsey Avenue Drainage Improvements Project, approval of a project contingency of $29,500.00. (15%) and
approval of a budget adjustment.
Budget Impact:
4604.860.7425-5817.00 4604 - Drainage Projects 2019 Bonds
4470.621.8810-5817.00 4470 - Sales Tax Capital Improvement
Account Number Fund
46040.7425 11021.7425 Miscellaneous Drainage Projects
Project Number
Budgeted Item? Yes
Does item have a cost? Yes
Budget Adjustment Attached? Yes
Current Budget
Funds Obligated
Current Balance
Item Cost
Budget Adjustment
Remaining Budget
Project Title
$ 23,800.00
$ 150.00
$ 23,650.00
$ 226,628.00
$ .23,650.50
V20180321
Purchase Order Number: Previous Ordinance or Resolution #
Change Order Number:
Original Contract Number:
Approval Date:
Comments: Amount includes bid amount of $197,127.50 plus a 15% contingency of $29,500.00.
CITY OF
FAYETTEVILLE
%PF ARKANSAS
MEETING OF APRIL 6, 2021
TO: Mayor and City Council
THRU: Susan Norton, Chief of Staff
Chris Brown, Public Works Director
FROM: Matt Casey, Engineering Design Manager
DATE: March 15, 2021
CITY COUNCIL MEMO
SUBJECT: Approval of a contract in the amount of $197,127.50 with Sweetser
Construction, Inc. for the construction of the Ramsey Avenue Drainage
Improvements Project, approval of a project contingency of $29,500.00.
(15%) and approval of a budget adjustment.
RECOMMENDATION
Approval of a contract in the amount of $197,127.50 with Sweetser Construction, Inc. for the
construction of the Ramsey Avenue Drainage Improvements Project, approval of a project
contingency of $29,500.00. (15%) and approval of a budget adjustment.
BACKGROUND:
The City of Fayetteville Engineering Division has prepared the design for this project. The project
includes installation of approximately 43 feet of double 3 ft. by 8 ft concrete box culverts, 85 linear
feet of channel improvements and street repair to help relieve some of the flooding issues that
are experienced in this area due to the undersized storm sewer system.
DISCUSSION:
On March 11, 2021, the City received four (4) construction bids for this project. Sweetser
Construction, Inc. submitted the low bid which was approximately 7.9% below the Engineer's
Estimate of $214,000.00. Engineering staff recommends awarding this contract to Sweetser
Construction, Inc.. The contract time is 120 days (4 months) for final completion.
BUDGET/STAFF IMPACT:
The drainage improvements are funded by the 2019 Drainage Bond Program ($147,127.50) and
the Sales Tax Capital Improvements — Bridge and Drainage Improvements Fund ($50,000).
Attachments:
Section 0500 Agreement
Recommendation of Award
Vicinity Map
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
DOCUMENT 00500 — AGREEMENT
BETWEEN OWNER AND CONTRACTOR
Contract Name/Title: RAMSEY AVENUE DRAINAGE IMPROVEMENTS
Contract No.: Bid 21-26, Construction -Ramsey Avenue Drainage Improvements
THIS AGREEMENT is dated as of the day of ✓1 ` in the year by
and between The City of Fayetteville, Arkansas and f attef"�
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
removal and disposal of existing drainage structures, concrete walls, ditch paving,
curb & gutter, vegetation and asphalt pavement. The construction includes the
installation of approximately 43 L.F. of double 3 ft. x 8 ft. precast box culverts and
appurtenances. Additionally, the project will require the installation of
approximately 85 L.F. of rip rap lined channel, slope paving, grading, sodding, tree
installation and 90 L.F. of street improvements.
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 TMM
3.01 TIlVIE 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 120 calendar days after
the date when the Contract Times commence to run as provided in the
GENERAL COMMONS, and final completion and ready for final
payment in accordance with the GENERAL COMMONS within 150
calendar days after the date when the Contract Times commence to run.
3.03 LIOUIDATED 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.
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 i 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.
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.
F. Contractor does not consider that any additional examinations,
investigations, explorations, tests, studies, or data are necessary for the
performing and furnishing of the Work at the Contract Price, within the
Contract Times, and in accordance with the other terms and conditions of the
Contract Documents.
G. Contractor is aware of the general nature of work to be performed by The
City of Fayetteville and others at the Site that relates to the Work as indicated
in the Contract Documents.
H. Contractor has correlated the information known to Contractor, information
and observations obtained from visits to the Site, reports and drawings
identified in the Contract Documents, and all additional examinations,
investigations, explorations, tests, studies, and data with the Contract
Documents.
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.
6. Specifications consisting of divisions and sections as listed in table
of contents of Project Manual.
00500 Agreement 00500-7
DOCUMENT 00500 - AGREEMENT (continued)
7. Drawings consisting of a cover sheet and sheets as listed in the table
of contents thereof, with each sheet bearing the following general
title: RAMSEY AVENUE DRAINAGE IMPROVEMENTS
8. Addenda numbers inclusive.
9. The following which may be delivered or issued after the Effective
Date of the Agreement and are not attached hereto: All Written
Amendments and other documents amending, modifying, or
supplementing the Contract Documents pursuant to the GENERAL
CONDITIONS.
ARTICLE 8 - MISCELLANEOUS
8.01 TERMS:
A. Terms used in this Agreement which are defined in the GENERAL
CONDITIONS shall have the meanings stated in the GENERAL
CONDITIONS.
&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 riling 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 c _� which is the
Effective Date of the Agreement.
CONTRACTOR:
WILLKM G. SWEETISER
gwty 9-A CONSTRUCTION, INC.
By: W..
(Type or g y int)
(Signature)
PRESIDENT
Title:
CITY OF FAYETTEVILLE
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.
1 _ _ (SEAL)
Attest Attest
00500 Agreement 00500 - 1 I
DOCUMENT 00500 — AGREEMENT ( continued)
Address for giving notices Address for giving notices
113 W. Mountain St.
SWEETSER CONS , ; _— _ _ _
590 W. POPLAR Favetteville, AR 72701
FAYETTEVILLE, AR 72703
License No.
0027470421
Agent for Service of process
WILLIAM G. SWEETSER
(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.
(If Contractor is a corporation, corporate entity or LLC, attach evidence of authority to sign.)
END OF DOCUMENT 00500
00500 Agreement 00500 - 12
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:
SOs-
Billy,t
Sharon Sweetser, S tary/Treasurer
IN WITNESS WHEREOF, I have hereunto set my hand as Secretary of said
corporation and have affixed hereto the official seal of the corporation this day
of N-a- d 7 2004. -- -
Secretary
ATTEST•
President
License No. 0027470418
State of Arkarzszts'
ID#4115
Commercial. Coh&a (firs Licensing Board
SWEET$I;R CON$TRUC'I'ION, INC.
5" W POPLAR :. r
FAYETTEVIi,L; Alt 71703
i
ih15 >ES tU Certify That. SWEETSER CONSTRUCTION, INC.
is duly licensed under the provisions o Act 150 of the 1965 Acts as amended
and is entitled to practice Contracting in the State of -Arkansas within.the
following classif cations/specialties:
BUILDING
- (COMMERCIAL & RESIDENTIAL)
HIGHWAY, RAILROAD, AIRPORT
CONSTRUCTION i
MUNICIPAL & UTILITY CONSTRUCTION
with the following Isuggested bid limit
from April28, 2017 until
when this Certificate expires.
April X 2018
Witness our hands of the Board dated at North Little Rock Arkansas:
CHAIRMAN
SECRETARY
April 28, 2017 - sh
yyGCRgT
'Oy
1'QKA Ht �`A
Arkansas Secretary of State
Mark Martin
State Capitol Building 0 Little Rock, Arkansas 72204-1094 •501-682-3409
Certificate of Good Standing
I, Mark Martin, Secretary of State of the State of Arkansas, and as such, keeper of the records
of domestic and foreign corporations, do hereby certify that the records of this office show
SWEETSER CONSTRUCTION, INC.
authorized to transact business in the State of Arkansas as a For Profit Corporation, filed
Articles of Incorporation in this office October 11, 1967.
Our records reflect that said entity, having complied with all statutory requirements in the State
of Arkansas, is qualified to transact business in this State.
In Testimony Whereof, I have hereunto set my hand
and affixed my official Seal. Done at my office in the
City of Little Rock, this 16th day of February 2018.
gMark Martin
fi1t�i�`'C�UBIA orization Code: 1a4239abbc926b5
To verify the Authorization Codo, visit sos.arkansas.gov
SVA!]rE OF
SECTARY
OF STATE
Charlie Daniels
SECRETARY OF STATE
To All to Whom These Presents Shall Come, Greetings:
I, Charlie Daniels, Secretary of State of Arkansas, do hereby certify that the
following and hereto attached instrument of writing is a true anti perfect copy of
Articles of Amendment
of
JERRY p. SWEETSER, INC.
changing the name to
SWEETSER CONSTRUCTION, INC.
filed in this office
November 10, 2004.
In Testimony Whereof, I have hereunto set my band
and mixed my official Seal. Done at my office in the
City of Little Rock, this l Oth day of November 2004.
n N..0 110I�.JCW Ot01� VI VLLl1.q.yVVlAllll.l.l .. y.. ro��wrvrva v.rW r.rr.vr ♦r-r.r arr� ra. •r r ..r •r....• ..
Certificate of Amendment
Does this Amendment 9neiede a share exchange? NO
JERRY D. SWEETSER, INC.
a corporation duly organized, created and existing under and by
virtue of the laws of the State of Arkansas, by its President and its
Secretary.
A. The name of the corporation to
JERRY D. SWEETSER, INC.
8, 'the attached amendment was adopted on
10 day orNOVEMB R, 2004 by the shareholders,
C. That the number of shares outstanding is 246.75,
and The number of shares entitled to vote thereon is
246.75 (100%).
The number of shares voted for Is
246.75,
The number of shares which voted against is 0
(if the shares are entitled to vote thereon as a class, the designation
and number of outstanding shares entitled to vote thereon of each
such class, and the number of shares of each class which voted for
and against are required.)
D. If the amendment provides for an exchange, reclasalfication or
cancellation of issued shares shall be effected as follows (If stated
In attached amendment, do not restate);
NOT APPLICABLE
E. If ths amendment effects a change In the amount of stated capital,
then stets the manner in which the same is effected and state the
amount s, the stated capital changed by the amendment In dollars
and cents.
THE NAME OF THE CORPORATION SHALL BE
CHANGED TO SWEETSER CONSTRUCTION, INC.
IN WITNESS WHEREOF, the said Corporation,
JERRY D. SWEETSER., INC.
has caused its corporate name to be subscribed by tts president, who hereby verifies that the statements contained In the foregoing
Csrtlfiaate of Amerxlment are true and correct to the best of his/her
imowiedge and duly attested by its Secretary, on this
10th day of November, 2004.
JERRY D. SWEETSER, INC.
Corporate Name
WMLUM G. SWEETSER
President
590 W. POPLAR, FA.YETTEVILLE, AR
72703
Address
ATTEST:
MICH EL A. SWEETSER
Secretary
4
i r i r r sr i i
ARTICLES OF INCORPORATION
OF
JERRY D. SWEETSER, INC.
Original articles filed:
October 11, 1967
A R T I C L E S O F
I N C 0 R P 0 R A T I C N
of
JERRY U. SWEETSER, INC.
Filed in the office of tae Secretary of State
of the State of Arkansas on this
clay o f
A. D. D
secretary of St to a
By
Deputy
Al?TICLLS OF INCOVORATION
of
JERRY D. SWELTSER, INC.
Wt , the undersigned, in order to form a corporation for
the purposes hereinafter stated, under and pursuant to the pro-
visions of the Arkansas 3u3iness Corporation Act, Acts of 196S
tio. 575, do hereby certify a3 follows:
FIRST:
Tha name of the corporation is Jerry D. Sweetsar, Inc.
5BCoaD:
T;is period of existence of tais corporation shall be per-
petual.
THIRD:
Tr -a purpose or purposes for which the corporation is organ -
iced is as follows:
A. To engage in general contracting and cement finishing
business.
13. To manufacture, purchase, design, prepare, buy, acquire,
sell, at wholesale and retail, distribute, export, import,
dispose of, and genorally deal in and with goods, wares,
marchaadiss and pro?Arty of every kind, nature aad
description, both within and without the Stata of AYKansss.
C. To acquire by loase, purchase, ;ift, devise, contract con-
cession, or otaerwi3e, an3 to hold, own, develop, explore,
ex*iloit, improve, operate, leasa, enjoy, control, manage,
or otaer+ri3-3 turn to account, mortgages, grant, salt,
exchange, convey, or oti:e raisa dispose of, where ever
situated, within or without the State of Arkansas, in real
estate, lands, options, concessions, grants, and patents,
franchises, rights, privileges, easements, astates, tene-
ments, hereditanents, interest, and properties of every
kind, nature and dascripti,on whatsoever.
D. To acquire and hold the common stacks, proferrad stocks
and certificates of indebtedness of other corporations as
wall as of thin corporation.
E. To enter into, maka and parform contracts of every kind
and dsscri?lion wit: any perso,l, firm association or cor-
poration, n,unic.ipality, body politic, country, territory,
state, loverameni or otherwise.
F. In general, to do ary and all of tiro things harsin sat
forth to the same extent as natural parsons might or
could do and in any Part of the world, as principal, agent,
contractor, trw^tae, Or Otilerwise, witliln or without the
State of Arkansas, sithor alone or in company with others,
and to carry on any other business in connection there;ritil,
0 - a c 1—
tr,ather manufacturing or otnerdise, and to do all things
not forbiddan, and with all the powers conferred upon
corporations by tAe laws of the State of Arkansas.
MI RTH:
Tile total amount of tna authorized capital stock of this cor-
poration is 1,000 sharas, having a par value of 4100.00 oacz.
FIFTH:
The corporation svi11 not commence business until consideration
of the value of at least $340.00 has been received for the issuance
of shares.
SIXTH:
The address of t:ze corporation's initial registerad office is
University and N. Center 3treat3, Fayetteville, Arkansas. Jerry D.
Sxeetser is the initial registered agent at said address.
SEVENTH:
The initial board of directors of the corporation Will have
three (3) members.
EIGHTH:
The name Ind address of each incorporator is as follows:
Jerry 0. S eena r, 401 Assemoly DTLYe, Fayetteville,
Arkansas
Sharon J. Swaatser, 401 As3a3017 Drive, Fayetteville,
Arkansas
I4 WITh-SS WZIMEOF, Wa have heryunto set our hands this SA
day of October, 1967.
Q - 303
4r7-11111out cnr=jrvlr
STATE OF AAXANSAS }
) sq.
COUNTY OF WAShIYGTON )
3E IT REHE-f3ERL-D teat on this day of October, A.D. 1957,
personally case before me, the undersigned, a notary Public within
aad for the State and County aforesaid, Jerry D. Sweatser and
Sharon J. Sweetser, parties to the foregoing Articles of Incorpora-
tion, known to roe personally to be sucz, and severally acknowledged
the same to be the act avid deed of the suers, respectively, and
that the facts therein stated are truly set forth.
GI14—rN under or/ hand and seal of office the day and year
aforesaid.
\ wotary Public
My Comm. Bxp.: cZ
r
L' RTIFICATE OF CLERX
STATE OF ARXA.YSAS )
) ss.
COMM OF WA3hIACTOX )
I, C.—, _W"�'Zz' Clark of the County
and Probate Courts in and for tia County aforesaid, do hereby
certify that t,ie foregoing instruawat of writing, being cartificat3
of IncoruOration of
was fila3 for record in my office ou th:a l3 day off""�7
1967, avid the ss:ae is now duly recorded in Look 0 , Page -301 ,
of the rscords of umy said office.
IN TiSTI.IONY f lEREOF, I hjreuntosat my nand and the seal of
said Court this L iiay of a&A4—, 13b7.
oun orx
Q-3oV
CITY 0P
FAYETTEVILLE
ARKAN•AS
BID TABULATION
BID 21-26, CONSTRUCTION - RAMSEY AVENUE DRAINAGE IMPROVEMENTS
Deadline: Thursday, March 11, 2021 before 2:00 PM, local time
Certification of Funds: $214,000.00
25% Allowance: $53,500.00
Total Allowed: $267,500.00
-f
Sweetser
Curtis
Diamond
C
Goodwin
&
Construction,
Construction
Construction
Goodwin,
Inc.
Inc.
$
225,333.00
$
229,398.60
$
339,125.00
$ 197,127.50
Total Base Bid:
Item
Items Description
Quantity
Unit
of
Unit
Total
Unit
Total
Unit
Total
Unit
Total
Required
Measure
Price
Cost
Price
Cost
Price
Cost
Price
Cost
#0-1
Mobilization (Shall not exceed 5%of Total Bid)
1
Ls
$ 10,500.00
$ 10,500.00
5 7,504.00
$ 7,504.00
>
15,000.00
$. 15,000.00
$ 5,000.DO
$ S,000.00
#0.2
Insurance and Bonding
1
LS
5
4,180.00
$ 4,180.DO
5
7,697.76
$ 7,697.76
$
15,000.00
$ 15,000.00
$ 2,300.00
$ 2,300.00�
#0-3
Construction Control (Staking)
1
LS
5
7,000.00
$ 7,000.00
5
3,920.00
$ 3,920.00
$
6,000.DO
$ 6,000.00
$ 2,400.00
$ 2,400.00
#0-4
Trench and Excavation Safety Systems
1
LS
$
1,000.00
$ 1,000.00
S
2,800.00
$ 2,800.00
$
1,000.00
$ 1,000.00
$ 2,500.00
5 2,SOo.00
#0-5
Clearing, Grubbing, & Demolition
1
LS
$ 19,358.00
$ 19,358.00
$ 18,816.00
$ 18,81&00
$
30,000.00
$ 30,000.00
$ 10,100.00
$ 10,100.00
#0-6
Undercut and Backfill•
100
CY
$
28.00
$ 2,800.00
$
77.28
$ 7,728.00
5
35.00
$ 3,500.00
$ 36.00
$ 3,600.00
#0-7
Rock Excavation
so
CY
5
145.00
$ 7,250,00
$
300.00
$ 15,000.00
$
100.00
$ 5,000.00
$ 250.DO
$ 12,500.00
#0-8
Unclassified Excavation
25
CY
$
20.00
$ S00.00
$
67.20
$ 1,680.00
$
30.00
$ 750.00
$ 100.00
$ 2,500.00
#0-9
Subgrade Preparation (Plan Quantity)
290
SY
$
20.00
$ 5,600,00
$
14.00
$ 3,920.00
$
10.00
$ 2,800.00
$ 12.00
$ 3,360.DO
Double 3ft. x 8ft. Precast Concrete Box Culvert with
110-10
Headwalls, Wingwalls, Aprons & Appurtenances
1
LS
$ 97,594.00
$ 97,594,00
$ 82,610.08
$ 82,610.08
$ 180,000.00
$ 180,000.00
$ 79,500.00
$ 79,500.00
#0-11
Channel Excavation (Plan Quantity)
230
CY
$
22.00
$ 5,060.00
$
46.27
$ 10,642.10
$
30.00
$ 6,900,00
$ 42.00
$ 9,660.00
#0.12
Native Stone Rip Rap (18" Thick) with Fabric
175
SY
$
78.DO
$ 13,650.00
$
97.29
$ 17,024.00
$
75.DO
$ 13,125.00
$ 77.50
$ 13,562.50
#0-13
(8") Aggregate Base Course (Class 7)
280
SY
$
11.50
$ 3,220.00
$
14.56
$ 4,076.80
$
25.DO
$ 7,000.00
$ 24.00
$ 6,720.00
#0-14
(3") Asphalt Concrete Hot Mix Surface Course (PG64-22)
40
TON
$
178.00
$ 7,120.00
5
252.00
$ 10,080.00
$
225.00
$ 9,000.00
$ 310.00
$ 12,400.00
#0-15
Concrete Curb and Gutter (18")
200
LF
$
37.50
$ 7,500.00
$
20.16
$ 4,032.00
$
30.00
$ 6,000.00
$ 28.00
$ 5,600.00
#0-16
4" Thick Concrete w/4" Class 7 Base
45
SY
$
108.00
$ 4,860.00
$
50.53
$ 2,273.85
$
60.00
$ 2,700.00
$ 65.00
$ 2,925.00
110-17
Bermuda Solid Sod w/4" Topsoil Placement
Soo
SY
5
11.05
$ 5,525.00
5
13.89
$ 6,945.00
5
10.00
$ 5,D00.00
$ 4.80
$ 2,400.00
#0-18
Erosion Control
1
LS
$
3,340.00
$ 3,340.00
$
1,848.00
$ 1,548.00
5
7,000.00
$ 7,000.00
$ 2,000,00
$ 2,000.00
#0-19
Traffic Control and Maintenance
1
LS
$
2,500.00
$ 2,SDO.00
5
3,920.00
$ 3,920.00
$
10,000.00
$ 10,000.00
$ 2,500.00
$ 2,Soo.00
#0-20
Adjust Manhole to Grade
1
EA
$
1,800.00
$ 1,800.00
$
2,800.00
$ 2,900.00
5
1,000.00
$ 1,000.0o
$ 1,250.00
$ 1,250.00
110-21
Construction Photographs & Video
1
LS
$
1,100.00
$ 1,100.00
$
2,800.00
5 2,900.00
5
1,500.00
$ 1,S00.00
$ 1,200.00
$ 1,200.00
#0-22
American Elm (Ulmus Americanna)
4
EA
5
488.00
$ 1,952,00
$
448.00
$ 1,792.00
$
425.00
$ 1,700.00
$ 500.00
$ 2,000.00
#0-23
Water Oak(Quercus Nigra)
4
EA
$
50o.D0
$ 2,000.00
$
448.00
$ 1,792.00
$
425.00
$ 1,700.00
$ 500.00
$ 2,000.00
010.24
Amended Soil
8
EA
5
45.50
$ 364.D0
$
IDO.00
$ 800.00
$
50.00
$ 400.00
$ 100.00
$ 800.00
#0-25
16 in. Direct Bury Steel Encasement
30
LF
$
182.00
$ 5,460.00
$
118A9
$ 3,SS4.70
$
135.00
$ 4,050.00
$ 125.00
$ 3,750.00
#0-26
Lower 2.25 in. Waterline
1
LS
$ 4,1DD.00
$ 4,100.00
5
3,342.31
$ 3,342.31
$
3,000.00
$ 3,000.00
$ 4,600.00
$ 4,600.00
NOTICE: Bid award is contingent upon vendor meeting minimum specifications and formal authorization by City officials.
Bid 21-26, Construction - Ramsey Avenue
Drainage Improvements
Project Overview
Project Details
Project Name Bid 21-26, Construction - Ramsey Avenue Drainage Improvements
Project Owner Andrea Foren
Project Type ITB
Department Purchasing
Certification of $214,000.00
Funds
25% Allowance $53,500.00
Total Allowance $267,500.00
Project Description Ramsey Ave Drainage Improvements
Open Date Feb 14, 2021 12:00 AM CST
Close Date Mar 11, 2021 2:00 PM CST
Highest Scoring Supplier
Score
Sweetser Construction, Inc. 100 pts
FAYE TTE V i LIE
aKa H,s;
Seal status
Requested Information Unsealed on Unsealed by
Required City Forms Mar 11, 2021 2:04 PM CST Adonis Bwashi
Bid Bond Mar 11, 2021 2:04 PM CST Adonis Bwashi
Arkansas Contractor's License Mar 11, 2021 2:04 PM CST Adonis Bwashi
Arkansas Secretary of State Mar 11, 2021 2:04 PM CST Adonis Bwashi
Filing #
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, Mar 11, 2021 2:04 PM CST 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.
rAY F. TG V:L. LF
1-- n
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 Mar 11, 2021 2:05 PM CST No
C'71 OF
FAYETTEVILLE
ARKANS
waKwHsws
Submissions
Supplier
Goodwin & Goodwin,
Inc.
Date Submitted
Mar 10, 2021 8:40 PM
CST
Diamond C Construction Mar 11, 2021 12:22 PM
CST
Curtis Construction Mar 11, 2021 12:46 PM
CST
Sweetser Construction, Mar 11, 2021 11:29 AM
Inc. CST
Name Email Confirmation Code
David Garcia docryde@yahoo.com MT13OTYz
Mike Cordeiro mike@diamondcconst.com MT14MDk0
jack paty jpjackpaty@gmail.com MT14MTE0
Charlie Miller Charlie@sweetserconstruction.com MT14MDY0
'"�' CITY Of
1�...... EVILLE
ARKAMfAf
Project Criteria
Criteria
Total Bid Price
Points Description
100 pts Total Bid Price
Within Certified Funds Pass/Fail Within Certified Funds
Total 100 pts
FA TTEVILLE
ANNA NSAS
Scoring Summary
Active Submissions
Supplier
Sweetser Construction, Inc.
Curtis Construction
Diamond C Construction
Goodwin & Goodwin, Inc.
Total
Total Bid Price
/ 100 pts / 100 pts
100 pts 100 pts ($197,127.50)
87.48 pts 87.48 pts ($225,333.00)
85.93 pts 85.93 pts ($229,398.60)
58.13 pts 58.13 pts ($339,125.00)
Within Certified Funds
Pass/Fail
Pass
Pass
Pass
Fail
C TY OF
FAYETTEVILLE
ARKANS
ARKANSAS
Signatures
Name
Signatures
Andrea Foren Andrea Digitally signed by
Andrea Foren
(Project Owner) Foren Date:2021.03.15
15:01:44-05'00'
Adonis Bwashi Digitally signed by Adonis Bwashi
DN: cn=Adonis Bwashi,
(Evaluator) " a email=abwashi@fayetteville-ar.gov, c=US
Date: 2021.03.11 16:23:55-06'00'
VIC IN IT Y MA P
RAMSEY AVENUE
DRAINAGE IMPROVEMENTS
City of Fayetteville, Arkansas - Budget Adjustment Form (Legistar)
Budget Year Division Adjustment Number
/Org2 ENGINEERING (621)
2021
Requestor: Matt Casey
BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION:
Approval of a contract in the amount of $197,127.50 with Sweetser Construction, Inc. for the construction of the
Ramsey Avenue Drainage Improvements Project, approval of a project contingency of $29,500.00. (15%) and approval
of a budget adjustment.
RESOLUTION/ORDINANCE
COUNCIL DATE: 4/6/2021
LEGISTAR FILE ID#: 2021-0223
Matthew Maddo-X,
311512021 2:46 PM
Budget Director
TYPE:
JOURNAL #:
GLDATE:
CHKD/POSTED:
Date
D - (City Council)
4/6/2021
TOTAL - _ v.20210309
Increase / (Decrease)
Project.Sub#
Account Number
Expense Revenue
Project
Sub.Detl
AT
Account Name
4604.860.7425-5817.00
147,128 -
46040
7425
EX
Improvements - Bridge & Drainage
4604.860.7425-5911.99
29,500 -
46040
7425
EX
Contingency - Capital Project
4604.860.7999-5899.00
(176,628) -
46040
7999
EX
Unallocated - Budget
4470.621.8810-5419.00
(50,000) -
11021
2011
EX
Drainage Maintenance
4470.621.8810-5817.00
50,000 -
11021
7425
EX
Improvements - Bridge & Drainage
H:\BudgetAdjustmenfs\2021-Budget\City Council\04-06-2021\2021-0223 BA Ramsey Drainage Construction Contract 1 of 1
Change Order 1
For the Ramsey Ave
Matt Casey
Submitted By
City of Fayetteville Staff Review Form
2021-0619
Legistar File ID
N/A
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
8/10/2021 ENGINEERING (621)
Submitted Date Division / Department
Action Recommendation:
Staff recommends approval of Change Order 1 for the Ramsey Ave. Drainage Improvements Project which will
increase the contract amount by $5,820.00.
Budget Impact:
4604.860.7425-5817.00
4604 - Drainage Projects 2019 Bonds
Account Number
Fund
46040.7425
Miscellaneous Drainage Projects
Project Number
Project Title
Budgeted Item? Yes
Current Budget
$ 207,558.00
Funds Obligated
$ 171,921.55
Current Balance
$ 35,636.45
Does item have a cost? Yes
Item Cost
$ 5,820.00
Budget Adjustment Attached? No
Budget Adjustment
Remaining Budget
i$ 29,816.45
V20210527
Purchase Order Number: 2021-00000324
Previous Ordinance or Resolution # 99 21
Change Order Number:
Approval Date:
' 2'
Original Contract Number: 2021-00000021
Comments:
CITY OF
FAYETTEVILLE
W4V ARKANSAS
TO: Mayor Lioneld Jordan
THRU: Susan Norton, Chief of Staff
Chris Brown, P.E., Public Works Director
FROM: Matt Casey, Engineering Design Manager
DATE: August 10, 2021
STAFF MEMO
SUBJECT: Approval of Change Order No. 1 in the amount of $5,820.00 for the Ramsey Ave.
Drainage Improvements Project
RECOMMENDATION:
Staff recommends approval of Change Order 1 for the Ramsey Ave. Drainage Improvements
Project which will increase the contract amount by $5,820.00.
BACKGROUND:
The City of Fayetteville Engineering Division has prepared the design for this project. The project
includes installation of approximately 43 feet of double 3 ft. by 8 ft concrete box culverts, 85 linear
feet of channel improvements and street repair to help relieve some of the flooding issues that
are experienced in this area due to the undersized storm sewer system. On April 6, 2021, the
City Council approved Resolution 99-21 authorizing a construction contract with Sweetser
Construction, Inc. in the amount of $197,127.50 plus a construction contingency of $29,500.00
for this project.
DISCUSSION:
After the start of construction for this project, the contractor discovered a portion of chain link
fence that would be removed due to the construction. In addition, during a large storm event, a
significant amount of sediment from a collapsed bank washed into the newly constructed box
culvert. The bank and sediment were from off -site and not part of the construction site. City
staff requested that the contractor provide a cost for the extra fencing as well as the removal of
the sediment from the culvert. The contractor has provided staff with a proposed cost of
$5,820.00 for this additional work.
BUDGET/STAFF IMPACT:
This project is funded by the 2019 Drainage Bond Program. The City Council approved a
contingency of $29,500.00 for this project which will cover the cost of this change order.
Construction is complete and no further use of the contingency is anticipated.
Attachments:
Change Order 1
Vicinity Map
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
CITY OF
FAYETARKANS EVILLE
ARbKANSAS
CHANGE ORDER
Contract Title: Ramsey Ave. Drainage improvements
Change Order No. I Date of Issuance August 9, 2021
To Contractor. SWEETSER CONSTRUCTION, INC. ORDINANCE/RESOLUTION99-21
The Contract is changed as follows: Effective August 9, 2021
Bid
Bid
Previous
Unit
Contract
Revised
Revised
Original
Revised
Contract
Item
Item
Estimated
of
Unit
Estimated
Unit
Estimated
Estimated
Changes
No.
Description
Quantity
Measure
Price
Quantity
Price
Cost
Cost
27
Chain link Pence
0
LF
$0.00
65
S28.00
$1.820.00
28
Clean out Dbl. 3 x8' Box
Culvert
0
LS
$0.00
1
$4,000.00
S4,000.00
Summation of Cost $5,820.00
Net Cost for this Change Order $5,820.00
Not valid until siprrA by the Owner
The original Contract Price was $ 197.127.50
Net change by previously authorized change orders $
The Contract Price prior to this Change Order was $ 197.12750
The Contract Price will be adjusted by $ 5,820 00
The new Contract Price including this Change Order will be $ 202,94750
The Contract Tinw(s) will be increased by 0 -""-"
calendar due.
Required dates of Completion as of the date of this Change Order therefore are:
Substantial Completion 21Sep-21
Final Completion . -- -------"' "- -" — -- —
NOTE: This surnniary does not reflect changes in the Contract Price or Times) which have been a rized by Work Change Directives not incorporated
in this or previous Change Orders.
SWEETSER CONSTRUCT10N, INC. F ky LE
08/17/21
9V' _ A B DATE
r
VICINITY MA P
RAMSEY AVENUE
DRAINAGE IMPROVEMENTS