Loading...
HomeMy WebLinkAbout254-23 RESOLUTIONOF F AV k". IgKA 14 �S 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 254-23 File Number: 2023-1178 SWEETSER CONSTRUCTION, INC. (CONSTRUCTION CONTRACT): A RESOLUTION TO AUTHORIZE A CONTRACT WITH SWEETSER CONSTRUCTION, INC. IN THE AMOUNT OF $2,315,976.00 FOR THE CONSTRUCTION OF THE PRAIRIE STREET & WEST AVENUE IMPROVEMENTS PROJECT, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $230,000.00, AND TO APPROVE A BUDGET ADJUSTMENT — 2019 STREET IMPROVEMENT BOND PROJECT WHEREAS, the Prairie Street and West Avenue Improvements Project is part of the Downtown Walkability Improvements approved in the 2019 Transportation Bond Program; and WHEREAS, this project continues the work that was completed along West Avenue as part of the Cultural Arts Corridor Ramble Project; and WHEREAS, the improvements include the addition of on -street parking, sidewalks, street trees, and street lighting. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to sign a contract with Sweetser Construction, Inc. in the amount of $2,315,976.00, for the construction of the Prairie Street & West Avenue Improvements Project, and further approves a project contingency in the amount of $230,000.00. 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 November 21, 2023 Page 1 ````�o� �c,irrr��r� Attest: ��O�R�`.i. Kara Paxton, City led Treasurer CITY OF FAYETTEVILLE ARKANSAS MEETING OF NOVEMBER 21, 2023 CITY COUNCIL MEMO 2023-1178 TO: Mayor Jordan and City Council THRU: Chris Brown, Public Works Director Susan Norton, Chief of Staff FROM: Matt Casey, Engineering Design Manager DATE: SUBJECT: Approval of a contract in the amount of $2,315,976.00 with Sweetser Construction, Inc. for the construction of the Prairie St. & West Ave. Improvements Project, approval of a project contingency of $230,000.00 (10%) and approval of a budget adjustment. RECOMMENDATION: Staff recommends approval of a contract in the amount of $2,315,976.00 with Sweetser Construction, Inc. for the construction of the Prairie St. & West Ave. Improvements Project, approval of a project contingency of $230,000.00 (10%) and approval of a budget adjustment. BACKGROUND: This project is part of the Downtown Walkability Improvements Project in the 2019 Transportation Bond Program. Citizen feedback during the Fayetteville Mobility Plan and the Parking Master Plan indicated a desire for better walkability in the downtown area. Poor lighting, narrow and obstructed sidewalks, lack of curb ramps, and need for additional crosswalks were all identified as areas of concern. This allocation of funds allows for implementation of these types of improvements, on street corridors within the downtown area. This project continues the work that was completed along West Ave. as part of the Cultural Arts Corridor Ramble project. The improvements extend along West Ave. from South Street to Prairie Street. Also included are improvements along Prairie Street from South School Avenue to S. Gregg Avenue. The improvements include the addition of on -street parking, sidewalks, street trees and street lighting. The City of Fayetteville Engineering Division has prepared the design for this project. DISCUSSION: On October 3, 2023, the City received two (3) construction bids for this project. Sweetser Construction, Inc. submitted the low bid of $2,315,976.00 for the total bid. Engineering staff recommends awarding this contract to Sweetser Construction, Inc. The contract time is 365 days (12 months) for substantial completion. BUDGET/STAFF IMPACT: The roadway and drainage improvements are funded by the 2022 Transportation Bond Program. Mailing address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 ACCOUNT PROJECT AMOUNT 4702.860.7214-5809.00 46020.7214.1020 $ 2,315,976.00 ATTACHMENTS: 23-1178 SRF Sweetser Const Contr Prairie West (#3), 23-1178 BA Sweetser Const Contr Prairie West (#4), 00500 Agreement (#5), Bid 23-36, Bid Tab - Final (#6), Bid 23-36, Submittal - Sweetser Construction, Inc. - E (#7), Council Layout Plan (#8), Vicinity Map (#9) Mailing address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 == City of Fayetteville, Arkansas y 113 West Mountain Street Fayetteville, AR 72701 (479)575-8323 - Legislation Text File #: 2023-1178 Approval of a contract in the amount of $2,315,976.00 with Sweetser Construction, Inc. for the construction of the Prairie St. & West Ave. Improvements Project, approval of a project contingency of $230,000.00 (10%) and approval of a budget adjustment. A RESOLUTION TO AUTHORIZE A CONTRACT WITH SWEETSER CONSTRUCTION, INC. IN THE AMOUNT OF $2,315,976.00 FOR THE CONSTRUCTION OF THE PRAIRIE STREET & WEST AVENUE IMPROVEMENTS PROJECT, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $230,000.00, AND TO APPROVE A BUDGET ADJUSTMENT — 2019 STREET IMPROVEMENT BOND PROJECT WHEREAS, the Prairie Street and West Avenue Improvements Project is part of the Downtown Walkability Improvements approved in the 2019 Transportation Bond Program; and WHEREAS, this project continues the work that was completed along West Avenue as part of the Cultural Arts Corridor Ramble Project; and WHEREAS, the improvements include the addition of on -street parking, sidewalks, street trees, and street lighting. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to sign a contract with Sweetser Construction, Inc. in the amount of $2,315,976.00, for the construction of the Prairie Street & West Avenue Improvements Project, and further approves a project contingency in the amount of $230,000.00. 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. Page 1 Matt Casey Submitted By City of Fayetteville Staff Review Form 2023-1178 Item ID 11/21/2023 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 10/23/2023 ENGINEERING (621) Submitted Date Division / Department Action Recommendation: Staff recommends approval of a contract in the amount of $2,315,976.00 with Sweetser Construction, Inc. for the construction of the Prairie St. & West Ave. Improvements Project, approval of a project contingency of $230,000.00 (10%) and approval of a budget adjustment. 4702.860.7214-5809.00 Account Number 46020.7214.1020 Project Number Budgeted Item? Yes Does item have a direct cost? Yes Is a Budget Adjustment attached? Yes Budget Impact: Street Project 2022 Bonds Fund Downtown Walkability - Prairie & West Impr Total Amended Budget Expenses (Actual+Encum) Available Budget Item Cost Budget Adjustment Remaining Budget Project Title $ 303,427.00 $ 154,458.63 $ 148,968.37 $ 2,545,976.00 $ 2,545,976.00 148,968.37 V20221130 Purchase Order Number: Previous Ordinance or Resolution # Change Order Number: Original Contract Number: Comments: Item Cost includes project contingency. Approval Date: City of Fayetteville, Arkansas - Budget Adjustment (Agenda) Budget Year Division Adjustment Number ENGINEERING (621) /Org2 2023 Requestor: Matt Casey BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: Staff recommends approval of a contract in the amount of $2,315,976.00 with Sweetser Construction, Inc. for the construction of the Prairie St. & West Ave. Improvements Project, approval of a project contingency of $230,000.00 (10%). COUNCIL DATE: 11/7/2023 ITEM ID#: 2023-1178 Holly Black 7017912023 5:0q R171 RESOLUTION/ORDINANCE Budget Division Date TYPE: D - (City Council) JOURNAL#: GLDATE: CHKD/POSTED: TOTAL Account Number - - Increase / (Decrease) Expense Revenue Project.Sub# Project Sub.Detl AT v.2023109 Account Name 4702.860.7214-5809.00 2,315,976 - 46020 7214.1020 EX Improvements - Street 4702.860.7214-5911.99 4702.860.7999-5899.00 230,000 - (2,545,976) - 46020 46020 7214.1020 EX 7999 EX Contingency - Capital Project Unallocated - Budget I of 1 DOCUMENT 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR Contract Name/Title: PRAIRIE ST AND WEST AVE IMPROVEMENTS PROJECT Contract No.: 23-36, Construction THIS AGREEMENT is dated as of the 21 day of November in the year 2023 by and between The City of Fayetteville, Arkansas and Sweetser Construction (hereinafter called Contractor). ARTICLE 1- WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The work under this Contract includes, but is not limited to: The construction of pavement, curb and gutter, storm sewer, sidewalks, trail crossing, street lighting, street trees and retaining walls on Prairie Street from S. Gregg Ave. to S. School Ave. and on West Ave. from Prairie St. to W. South St. 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. Open burning and blasting are not allowed on City projects. 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. ARTICLE 2 - ENGINEER 2.01 The Contract Documents have been prepared by the City of Fayetteville Engineering Division. City of Fayetteville Engineering Division assumes all duties and responsibilities, and has the rights and authority assigned to City of Fayetteville Engineering Division in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3 - CONTRACT TIME 3.01 TIME OF THE ESSENCE: A. All time limits for milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 00500 Agreement 00500-1 DOCUMENT 00500 — AGREEMENT (continued) 3.02 DATES FOR SUBSTANTIAL COMPLETION AND FINAL PAYMENT: A. The Work shall be Substantially Completed within 335 calendar days after the date when the Contract Times commence to run as provided in the GENERAL CONDITIONS, and final completion and ready for final payment in accordance with the GENERAL CONDITIONS within 365 calendar days after the date when the Contract Times commence to run. 3.03 LIQUIDATED DAMAGES: A. Owner and Contractor recognize that time is of the essence of this Agreement and that The City of Fayetteville will suffer financial loss if the Work is not completed within the time specified above, plus any extensions thereof allowed in accordance with the GENERAL CONDITIONS. The parties also recognize the delays, expense, and difficulties involved in proving the actual loss suffered by The City of Fayetteville if the Work is not Substantially Completed on time. Accordingly, instead of requiring any such proof, The City of Fayetteville and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay The City of Fayetteville Seven Hundred Fifty Dollars ($750.00) for each calendar day 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 00500-2 DOCUMENT 00500 — AGREEMENT (continued) ARTICLE 5 M. PAYMENT PROCEDURES 5.01 SUBMITTAL AND PROCESSING OF PAYMENTS: A. Contractor shall submit Applications for Payment in accordance with the GENERAL CONDITIONS. Applications for Payment will be processed by Engineer as provided in the GENERAL CONDITIONS. 5.02 PROGRESS PAYMENTS RETAINAGE: A. The City of Fayetteville shall make progress payments on account of the Contract Price on the basis of Contractor's Applications for Payment as recommended by Engineer, on or about the 15th day of each month during construction. All such payments will be measured by the schedule of values established in the GENERAL CONDITIONS (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements. 1. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as Engineer shall determine, or The City of Fayetteville may withhold, in accordance with the GENERAL CONDITIONS. a. 95% of Work Completed (with the balance being retainage). If Work has been 50% completed as determined by Engineer, and if the character and progress of the Work have been satisfactory to The City of Fayetteville and Engineer, The City of Fayetteville on recommendation of Engineer, may determine that as long as the character and progress of the Work subsequently remain satisfactory to them, there will be no additional retainage on account of Work subsequently completed, in which case the remaining progress payments prior to Substantial Completion will be an amount equal to 100% of the Work Completed less the aggregate of payments previously made; and 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. 00500 Agreement 00500-3 DOCUMENT 00500 —AGREEMENT leontinued) 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 (2) Reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Contractor acknowledges that The City of Fayetteville and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the Site. E. Contractor has obtained and carefully studied (or assumes responsibility of having done so) all such additional supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost, progress, performance, and furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. F Contractor does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the performing and furnishing of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. G. Contractor is aware of the general nature of work to be performed by The City of Fayetteville and others at the Site that relates to the Work as indicated in the Contract Documents. H. Contractor has correlated the information known to Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 00500 Agreement 00500 4 DOCUMENT 00500 — AGREEMENT (continued) Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Contractor. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. ARTICLE 7 - CONTRACT DOCUMENTS 7.01 CONTENTS: A. The Contract Documents which comprise the entire Agreement between The City of Fayetteville and Contractor concerning the Work consist of the following and may only be amended, modified, or supplemented as provided in the GENERAL CONDITIONS: 1. This Agreement. 2. Exhibits to this Agreement (enumerated as follows): a. Notice to Proceed. b. Contractor's Bid. c. Documentation submitted by Contractor prior to Notice of Award. 3. Performance, Payment, and other Bonds. 4. General Conditions. 5. Supplementary Conditions. 6. Specifications consisting of divisions and sections as listed in table of contents of Project Manual. 7. Drawings consisting of a cover sheet and sheets as listed in the table of contents thereof, with each sheet bearing the following general title: PRAIRIE St. & WEST AVE. 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. 8.02 ASSIGNMENT OF CONTRACT: A. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except 00500 Agreement 00500-5 DOCUMENT 00500 — AGREEMENT (continued) 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 partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 8.04 SEVERABILITY: A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon The City of Fayetteville and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 8.05 FREEDOM OF INFORMATION ACT: A. City contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. 8.06 LIENS: A. No liens against this construction project are allowed. Arkansas law (A.C.A. §§ 18- 44-501 through 508) prohibits the filing of any mechanics' of materialmen's liens in relation to this public construction project. Arkansas law requires and the contractor promises to provide and file with the Circuit Clerk of Washington County a bond in a sum equal to the amount of this contract. Any subcontractor or materials supplier may bring an action for non-payment or labor or material on the bond. The contractor promises to notify every subcontractor and materials supplier for this project of this paragraph and obtain their written acknowledgement of such notice prior to commencement of the work of the subcontractor or materials supplier. 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. 00500 Agreement 00500-6 DOCUMENT 00500 — AGREEMENT (continued) Address for giving notices License No. Agent for Service of process (Type or legibly print) Address for giving notices 113 W. Mountain St Fayetteville AR 72701 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 00500-8 DOCUMENT 00500 — AGREEMENT (continued) This Agreement will be effective on November 21 st of the Agreement. CONTRACTOR: By: (Type or PvrILL (SignatureiW G. SWEETSER 'RESIDENT 2023 which is the Effective Date CITY OF FAYETTEVILLE Title: I ITitle: 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. (SEAL) (SEAL) Attest Attest y `- ; :�. .z- 00500 Agreement 00500 - 7 CITY OF .� EVILLE ARKANSRKANSAS BIDTABUTATION Bid 23-36, Construction -Prairie St. and West Ave. Improvements Rebid DEADLINE: Tuesday, October 3, 2023 at 2110 PM Rrdnotlonaf Funtls'.$3,000,=.00 !$3,,50000Wtoml, r, ,, Sweetser Construction, Inc. NEC, Inc(N.E.C., Inc.) Crossland Heavy Contractors, Inc. $2,113,188.00 $2,609,987.00 $2,597,140.00 Total Cl.A Description pTY UOM Unit .1,,ded unit Exceneetl Unit Extended TOYI Base Sid $E alligm f2,6M$g]m $2.593,IMIm 1.1 Mobil leation(Shall not exceed 5%of Tom Bid) 1 6 $61,550.00 $51,550.00 $94,90600 $94,904.00 $8Sp0000 $85,00000 1.2 Insurance and Bonding 1 6 $32,000.00 $32,000.00 575,001 $75,000.00 $37,5011.00 $37.50000 1.3 Roadway Construction Control 1 IS $9,100.00 $9,100.00 545,793.00 $45,793.00 SA'E 0 $70,00000 lA Act 291,1993 Trench and Exea rton Safety Systems 1 6 $5,000.00 $S000.00 $4,137.00 $%737en 55,00000 55p00A0 ]5 ErodenControl (Generall I 6 5131550.00 $13,550.00 $10,776m 535,000.00 $35,000.00 1.6 Traffic Control andMaintenance 1 LS $175,000m $175,000.00 $135,67400 _. _$10,776.00 $_135,674.0_0 $35,000.00 $35,000.00 1.7 Clearin& Gmbbing&Oemolidon 1 6 $36,4ki $36,401 $53,350.00 _ $53,350.00 5451 $45,000.00 1.8 R&D Existing Curb and Gulter 665 LF $25.00 $16,625.00 $39.50 $26,26750 $9.00 $5985.00 1.9 R&D Existing Concrete Pavement(Sidewalk, Driveways, etc) 129D SY $40.00 $51,600.00 $2950 $3g055m $18.00 $23,220.00 1.10 R&D Existing Asphalt Pavement 1470 SY $E5.00 $361 $30.50 $44,835.00 $_24.00 $35,280.00 1.11 R&D Existing Storm Sewer System and baakflll with CL J Base 1 6 526,050m $26,050.00 $128,405.00 $128,405.00 $38,550.00 $38,550.00 1,12 Asphalt Mining 3350 SY $13b5 $45,727.50 $12.50 $41,875.00 $IB.W $50,300.00 LID pack Excessfirso 100 CY $350O0 $35,009.00 $900A0 $90100000 $2500 $25,000.00 1.14 Unclassified Eravation(Plan Duanfiry) 268o CY $4000 $307,20jeW $6900 $184191 $34.00 _ _ $91,120.00 1.15 Select Embnkment(Plan Coadilryl 2613 CY $4800 $125,424.00 $5450 $5].Eo _ $_148,941.00 1.16 Embankment (Plan Duanitityl 762 CY $3000 $22,660.00 SRI 50 _$142,401 $10,4B5m 524.0n $12,298.00 1.17 Subgntle Preparation (Plan Opo lry) 1212 SY $2000 $24,240.00 $lRour _ _ $15,75600 513.00 slS,7S6.W 1.18 4"Topsoil Placement 1180 SY $15.00 $1])00.00 SIR Ed $27,730.)0 $B.50 $30,030.W 1.19 thruddonend Bull 200 CY $8800 $17,600.00 514700 $29,40000 $60.00 _ $12,000.00 1.20 (A Apprepthe Base Course (Class 7)(Medway) 1720 SY $38.00 $65,360.00 $13.50 $17,620ne $30.00 $51,600.00 1,71 (2") Asphalt Concrete Hot Mix Surface Course 400 TON $350p0 slRea0m $250.00 $100,000.00 $45000 $1Bom0.00 1,22 (3") Asphalt Concrete Hot Mix Hinder Course 1B5 TON $279.50 $51,707.50 $21300 $39,03SO $625.00 $115,625.00 I.23 Pill Concrete Hot Mi. Patching for Make tane.ce of Traffic ]5 TON $17Sm $13,125A0 $58100 $43,575.00 $675.00 $50,62500 1.24 ConcreceTPatch 140 SY $25000 Moment $72.00 $]QOB000 $13800 $19,320.00 1.25 Concede Curh and Gutter (IS-) 2420 tF $38.00 $91,960.00 $29.00 $70,180.00 $4100 $9BR000 1.26 4"TM1ick Cannata w/4"ABC Class? Sidewalks) IS75 sY $6500 5302,375.0E $65.00 $102,37500 $132 no $207,900.00 1.27 6"Thick [Drops w/6"ABC Class I(Drveways and Dandeter Pad) 690 SY $9500 $65,550.00 $8550 $SB,99500 Elosce $IIBSA0..0 1.28 TLUG Apron 34 _ SY _ 557500 519,550.0E $821.50 $27,931m _ $1,360.00 $46,24000 1.29 Can iroPlace Ortetlable Warning Panel 125 SF $5000 $6,250.W $49.50 $6,187.50 _ 5120.00 $15,000.00 1.30 Cast -in -Place Concrete detaining Wall Complete 198 SF $Ami $39,6W.W $soon $19,602.00 $17,620,00 131 Connecteal RCPho Evislingd[Box Onverl 1 15 $I,Sm D $1,50O.W $$168.50 $2,56600 _$_19_0.00 $$170.00 $2,000W 132 Reinforced24"Concrete StormSewer Pipe 389 LF $137.50 $53A87.00 $178.90 $92,54650 $170.00 $91,175.00 I.L33 ReinforcedConcreteConce5tornction Pipe 521 lF $P6.00 $91,2oli $ll2.00 $32,738c0 $1]500 $48,000.00 ]35 ANA, 4'x4' Cast Place Concrete Box 4 _ $4,800 a. $19,200.0E $8,222.00 $65,664.00 $1300000 $48,013.on 1.35 In Drop 4'v4' Cast In Place Concrete Drop Inlet B OR EA $5,20eng $$6,6c0.00 $9,20BA0 $$8,61 $13,0c0c0 $9600000 1.37 Us, in Place Concrete Drop Inlet t EA $6,000m $6,000.00 $8,618.00 $]3,00000 $45,000.00 1.38 Well 4'x9'Ust Intel Conclude Drop Inlet 2 EA $5,20pne1 $$5,000.W $10,745.00 21,490.00 $$3,506.00 $13,001 1.39 4'x4'A 1 EA $2,101 $5,200.00 $1,758.0_0 $8,790.00 Sl%e0c0 $SL95000 $1300000 1.40 Inlet El 4'Od Extension 5 EA_ $2,50000 $11,500.00 $1,JSam $7,050.00 $1,9$ROD 59,]SOW 1A0 Sod(Bl SolidSodw/S,mort 1R SY $]800 $$2,925.W $2,737.50 59AOOW 1A1 Mailbox w/Support 5 EA $58500 $2,925.00 $54J.50 471 $E,73J.50 Si $]$700 1.42 4"Solid 5 W Pavement Markings(Thermo)hermo 7ce109 LF $2,125.50 56.00 $4,2g4.00 $)CO $4,]5000 54,99800 144 n hit 12" Send Single Markings 102 LF 19.50 $32.50 $2,125.50 $3D50 $3,111.00 $21.00 52,2B90n 145 gs(Termo)rmo) 34" Solitl WM1ile Pavement Markings (Thermo) Pavement Mari l0E W $32.50 $1,950.00 $30.50 $_1,13_1.00 53Afi800 _ 1.45 30" x 30"81-1 (Stop Slgn)w/Support 4 EA $487.50 $1,950,W SEARS SO _ _ 406.00 $1,62600 1.47 ([msswalk 5lg w/Support 4 EA $395.10 $$260.W $36500 _$1,826.00 M06.c0 $$06.00 $Sr7600 1.4] - 12N24-"W11-2 II934"W16-]p 4 FA $65.00 $2W.W $61.00 _$lA6_O.W_ $244.W 566.00 $2]200 149 8 EA $$E1.00 $sn'.W $$91.50 $_$823.W_ $102.00 559inn0 1.49 BEx12" 7201 9 EA $91 $39ond $91.50 $136.00 $93800 1.51 12"II"q R II"x18"R]-6 3 FA $$32.50 $68'so $$Goo0 _$a33.50 $365.W $$38.00 5850.00 1.57 I.T. (installationofCity Supplietl Conduit) 575 LF $$6,68].50 $69.00 $Sn'"I.W $3&00 $$9,600.00 1.5E Junction Box LT.3ung on ilnstalla[on of City Supplied eox _ flo) 3 EA 275.00 $E,$28.50 $6,825.00 $E,$70,50 $31EW.0 1.53 Conduit Lighting Con dud _ 1790 IF $38.60 $511194.00 27000 25,195.03 $$38,100.00 $33.00 59,070.00 $59,OJ0.00 1.96 Street Light Foundation and Pull Boz. 30. _ EA $3,57500 $$29,250.W $S913.00 $26,ID0.00 $4,600.W _ $$SH'SC0.00 1.57 Standards, _ 29_ EA $1,W0.00 $29,OW.00 $383.50 $45,636.50 $S41i $34,800.00 1,18 off tu Soil 15D _ $35.00 $EI $$26.00 $$3,900.00 5$2.to $$3,550.00 i58 Temporary TemporaryF ang(Use asts.1S 150 LF LF_ $35.c0 $2.000.00 $2,762.00 5MW $3p1 159 Adjust Hein, of Exist �ng Gate a[509 W. Prairie 9 l $E,W0.c0 $2,000.W 762.00 $1,118.00 $3,354.00 $]5¢W $J50.00 lm Adjust Want, Mg 3 EA EA $2,000.00 $4,2W.00 $3,41)1 $3,3_5400 $1p50.00 162 RelAdjust ewer tie Waler Meter xis Water 6 EA $2,000,00 $12,000.00 $5,011.00 $10A54.00 $3,SW.00 21,000.00 $21000013 163 Adjust Manhole tog Gratle 3 EA $4,00000 $6,OW.00 $5,01100 $3,E00.00 1.64 Adjust Existing Fire 2 $1,500,00 $B4OW.W $$1,689,00 _$91,130.W $91,130.W $10,850.00 21,700.00 $$6,000.00 1.65 Valve to Existing Water Mama[ Game 5 EA FA 16,500.00 $1,6BB.00 $8,440.00 $1,200.00 56,000.00 165 Lower 6,]S, Complete LoweructioExisting 1 16,50000 $$3,50000 $16,000.00 $2,434.00 $9,545.00 $15,000.00 515,000,00 1.66 PWateraphyis icrSm Construction Photographs&Ntleo 1 IS 6 $3,500.00 $3,SOO.W $3,434.00 $E,434.00 $1,000.00 51,000.00 1.67 lmjddd5lgns 1 EA $1.105.00 $1,1O5.W $1,035.00 51,035.00 $1,350.W $1,350.00 2.68 P.C.C. Base for Widening PER SY $]SO.W SESA ga 5137.50 $34,]B0.00 5158.00 OMu[tive NbrnaRYl Nat Neetledl 5W2,I88.00 I 593,263.00 YemCNh, PurtMsingg8 it Amanda B......, Sr. Purc aiing Na Slid 23-36 Addendum 1-Page 1 CITY OF WA FAYETTEVILLE ARKANSAS Bid 23-36 Addendum 1 Sweetser Construction, Inc. Sweetser Construction, Inc. Supplier Response Event Information Number: Bid 23-36 Addendum 1 Title: Construction - Prairie St. & West Ave. Improvements Rebid Type: Invitation to Bid Issue Date: 9/10/2023 Deadline: 10/3/2023 02:00 PM (CT) Notes: The City of Fayetteville is accepting sealed bids from properly licensed firms for the construction of pavement, curb and gutter, storm sewer, sidewalks, trail crossing, street lighting, street trees, and retaining walls on Prairie Street from S. Gregg Ave. to S. School Ave. and on West Ave. from Prairie St. to W. South St. Questions regarding this bid should be addressed to Amanda Beilfuss, Sr. Purchasing Agent at abeilfuss@fayetteville-ar.gov. Contact Information Contact: Amanda Beilfuss - Sr. Purchasing Agent Address: Purchasing City Hall Room 306 113 W. Mountain St. Fayetteville, AR 72701 Email: abeilfuss@fayetteville-ar.gov Page 1 of 8 pages Vendor: Sweetser Construction, Inc. Bid 23-36 Addendum 1 Sweetser Construction, Inc. Information Contact: Charlie Miller Address: 590 West Poplar Fayetteville, AR 72753 Phone: (479) 443-3026 Fax: (479) 442-0119 Email: charlie@sweetserconstruction.com By submitting your response, you certify that you are authorized to represent and bind your company. Charles W. Miller charlie@sweetserconstruction.com Signature Email Submitted at 101312023 01:21:06 PM (CT) Requested Attachments Bid 23-36, Required Signature Forms SSweetser C23100313370.pdf Please attach your completed forms. These documents can be found in the Project Manual or as a convenience file in the 'Attachments' tab titled File #00. Bid 23-36, Bid Bond SSweetser C23100312370.pdf Please attach a signed and completed copy of your bid bond. Bid bonds in the form of a cashier's check shall be delivered to City Hall, Purchasing Division before bid deadline and have a copy of the cashier's check uploaded with submittal. Bid Attributes 1 Arkansas Secretary of State Filing Number: 100049983 2 Arkansas Contractor License Number: 0027470424 3 Check Yes or No: Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. W Yes, I agree ❑ No, I don't agree Page 2 of 8 pages Vendor: Sweetser Construction, Inc. Bid 23-36 Addendum 1 4 Check Yes or No: Pursuant Arkansas Code Annotated §25-1-1002, the Contractor agrees and certifies that they do not currently boycott Energy, Fossil Fuel, Firearms, and Ammunition Industries during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-1002. If at any time during the contract the contractor decides to boycott Energy, Fossil Fuel, Firearms, and/or Ammunition Industries, the contractor must notify the contracted public entity in writing. ❑✓ Yes, I agree ❑ No, I don't agree 5 Addendum Acknowledgement By selecting "I agree", you acknowledge that you have read and understand any addendums that have been issued for this bid. 2 1 agree Bid Lines Package Header Total Base Bid Quantity: 1 Total: $2,113,188.00 Package Items 1.1 Mobilization (Shall not exceed 5% of Total Bid) Quantity: 1 UOM: LS Price: $61,550.00 Total: $61,550.00 1.2 Insurance and Bonding Quantity: 1 UOM: LS Price: $32,000.00 Total: $32,000.00 1.3 Roadway Construction Control Quantity: 1 UOM: LS Price: $9,100.00 Total: $9,100.00 1.4 Act 291, 1993 Trench and Excavation Safety Systems Quantity: 1 UOM: LS Price: $5,000.00 Total: $5,000.00 1.5 Erosion Control (General) Quantity: 1 UOM: LS Price: $13,550.00 Total: $13,550.00 1.6 Traffic Control and Maintenance Quantity: 1 UOM: LS Price: $175,000.00 Total: $175,000.00 1.7 Clearing, Grubbing, & Demolition Quantity: 1 UOM: LS Price: $36,400.00 Total: $36,400.00 1.8 R&D Existing Curb and Gutter Quantity: 665 UOM: LF Price: $25.00 Total: $16,625.00 1.9 R&D Existing Concrete Pavement (Sidewalk, Driveways, etc) Quantity: 1290 UOM: SY Price: $40.00 Total: I$51,600.00 1.10 R&D Existing Asphalt Pavement Quantity: 1470 UOM: SY Price: $25.00 Total: $36,750.00 Page 3 of 8 pages Vendor: Sweetser Construction, Inc. Bid 23-36 Addendum 1 1.11 R&D Existing Storm Sewer System and backfill with CL 7 Base Quantity: 1 UOM: LS Price: $26,050.00 Total: $26,050.00 1.12 Asphalt Milling Quantity: 3350 UOM: SY Price: $13.65 Total: $45,727.50 1.13 Rock Excavation Quantity: 100 UOM: CY Price: $350.00 Total: $35,000.00 1.14 Unclassified Excavation (Plan Quantity) Quantity: 2680 UOM: CY Price: $40.00 Total: $107,200.00 1.15 Select Embankment (Plan Quanitity) Quantity: 2613 UOM: CY Price: $48.00 Total: $125,424.00 1.16 Embankment (Plan Quanitity) Quantity: 762 UOM: CY Price: $30.00 Total: $22,860.00 1.17 Subgrade Preparation (Plan Quantity) Quantity: 1212 UOM: SY Price: $20.00 Total: $24,240.00 1.18 4" Topsoil Placement Quantity: 1180 UOM: SY Price: $15.00 Total: $17,700.00 1.19 Undercut and Backfill Quantity: 200 UOM: CY Price: $88.00 Total: $17,600.00 1.20 (6") Aggregate Base Course (Class 7) (Roadway) Quantity: 1720 UOM: SY Price: $38.00 Total: $65,360.00 1.21 (2") Asphalt Concrete Hot Mix Surface Course Quantity: 400 UOM: TON Price: $350.00 Total: $140,000.00 1.22 (Y) Asphalt Concrete Hot Mix Binder Course Quantity: 185 UOM: TON Price: $279.50 Total: $51,707.50 1.23 Asphalt Concrete Hot Mix Patching for Maintanence of Traffic Quantity: 75 UOM: TON Price: $175.00 Total: $13,125.00 1.24 Concrete T-Patch Quantity: 140 UOM: SY Price: $250.00 Total: $35,000.00 1.25 Concrete Curb and Gutter (18") Quantity: 2420 UOM: LF Price: $38.00 Total: $91,960.00 1.26 4" Thick Concrete w/ 4" ABC Class 7 (Sidewalks) Quantity: 1575 UOM: SY Price: $65.00 Total: $102,375.00 1.27 6" Thick Concrete w/ 6" ABC Class 7 (Driveways and Dumpster Pad) Quantity: 690 UOM: SY Price: $95.00 Total: 1 $65,550.00 1.28 Truck Apron Quantity: 34 UOM: SY Price: $575.00 Total: $19,550.00 1.29 Cast -in -Place Detectable Warning Panel Quantity: 125 UOM: SF Price: $50.00 Total: $6,250.00 Page 4 of 8 pages Vendor: Sweetser Construction, Inc. Bid 23-36 Addendum 1 1.30 Cast -in -Place Concrete Retaining Wall Complete Quantity: 198 UOM: SF Price: $200.00 Total: $39,600.00 1.31 Connect New 24" RCP to Existing RC Box Culvert Quantity: 1 UOM: LS Price: $1,500.00 Total: $1,500.00 1.32 18" Reinforced Concrete Storm Sewer Pipe Quantity: 389 UOM: LF Price: $137.50 Total: $53,487.50 1.33 24" Reinforced Concrete Storm Sewer Pipe Quantity: 521 UOM: LF Price: $176.00 Total: $91,696.00 1.34 4'x4' Cast in Place Concrete Junction Box Quantity: 4 UOM: EA Price: $4,800.00 Total: $19,200.00 1.35 4'x4' Cast in Place Concrete Drop Inlet Quantity: 8 UOM: EA Price: $5,200.00 Total: $41,600.00 1.36 5'x5' Cast in Place Concrete Drop Inlet Quantity: 1 UOM: EA Price: $6,000.00 Total: $6,000.00 1.37 4'x9' Cast in Place Concrete Drop Inlet Quantity: 2 UOM: EA Price: $9,000.00 Total: $18,000.00 1.38 4'x4' Area Inlet Quantity: 1 UOM: EA Price: $5,200.00 Total: $5,200.00 1.39 4' Drop Inlet Extension Quantity: 5 UOM: EA Price: $2,500.00 Total: $12,500.00 1.40 Solid Sod (Bermuda) Quantity: 1175 UOM: SY Price: $18.00 Total: $21,150.00 1.41 Mailbox w/Support Quantity: 5 UOM: EA Price: $585.00 Total: $2,925.00 1.42 4" Solid Single White Pavement Markings (Thermo) Quantity: 714 UOM: LF Price: $6.50 Total: $4,641.00 1.43 12" Solid Single White Pavement Markings (Thermo) Quantity: 109 UOM: LF Price: $19.50 Total: $2,125.50 1.44 24" Solid White Pavement Markings (Thermo) Quantity: 102 UOM: LF Price: $32.50 Total: $3,315.00 1.45 30" x 30" R1-1 (Stop Sign) w/Support Quantity: 4 UOM: EA Price: $487.50 Total: $1,950.00 1.46 30" x 30" W11-2 (Crosswalk Sig) w/Support Quantity: 4 UOM: EA Price: $390.00 Total: $1,560.00 1.47 12"x24" W 16-7p Quantity: 4 UOM: EA Price: $65.00 Total: $260.00 1.48 12" x 12" R8-3A Quantity: 8 UOM: EA Price: $390.00 Total: $3,120.00 Page 5 of 8 pages Vendor: Sweetser Construction, Inc. Bid 23-36 Addendum 1 1.49 6" x 12" R7-201 Quantity: 9 UOM: EA 1.50 12" x 18" R7-6 Quantity: 1 UOM: EA 1.51 I.T. Conduit (installation of City Supplied Conduit) Quantity: 575 UOM: LF 1.52 I.T. Junction Box (Installation of City Supplied Box) Quantity: 3 UOM: EA 1.53 Lighting Conduit Quantity: 1790 UOM: LF 1.54 Street Light Foundation and Pull Box Quantity: 30 UOM: EA 1.55 Line deleted as part of an Addendum 1.56 Street Tree Quantity: 29 UOM: EA 1.57 CU-Structural SoilA® Quantity: 119 UOM: CY 1.58 Temporary Fencing (Use as Directed) Quantity: 150 UOM: LF 1.59 Adjust Height of Existing Gate at 509 W. Prairie Quantity: 1 UOM: LS 1.60 Adjust Water Meter to Grade Quantity: 3 UOM: EA 1.61 Relocate Existing Water Meter Quantity: 6 UOM: EA 1.62 Adjust Sewer Manhole to Grade Quantity: 3 UOM: EA 1.63 Relocate Existing Fire Hydrant Quantity: 2 UOM: LS 1.64 Adjust Existing Water Valve to Grade Quantity: 5 UOM: EA 1.65 Lower Existing Water Main at Sta 6+75, Complete Quantity: 1 UOM: LS 1.66 Construction Photographs & Video Quantity: 1 UOM: LS 1.67 Project Signs Quantity: 1 UOM: EA Price: I Total: 1 $877.50 Price: I Total: 1 $390.00 Price: I Total: 1 $18,687.50 Price: 1 Total: 1 $6,825.00 Price: I Total: 1 $51,194.00 Price: 1 Total: 1 $107,250.00 Price: 1 Total: 1 $29,000.00 Price: I Total: 1 $8,925.00 Price: I Total: 1 $5,250.00 Price: 1 Total: 1 $2,000.00 Price: 1 Total: 1 $4,200.00 Price: 1 Total: 1 $12,000.00 Price: 1 Total: 1 $6,000.00 Price: 1 Total: 1 $8,000.00 Price: 1 Total: 1 $7,500.00 Price: 1 $16,000.00 Total: 1 $16,000.00 Price: 1 Total: 1 $3,500.00 Price: 1 Total: 1 $1,105.00 Page 6 of 8 pages Vendor: Sweetser Construction, Inc. Bid 23-36 Addendum 1 1.68 P.C.C. Base for Widening Quantity: 296 UOM: SY Price: $150.00 Total: $44,400.00 2 Package Header Deductive Alternate #1 Remove items and quantities below from base bid. Quantity: 1 Total: $202,788.00 Package Items 2.1 R&D Existing Curb and Gutter Quantity: 64 UOM: LF Price: $25.00 Total: $1,600.00 2.2 R&D Existing Concrete Pavement (Sidewalk, Driveways, etc) Quantity: 355 UOM: SY Price: $40.00 Total: $14,200.00 2.3 R&D Existing Asphalt Pavement Quantity: 310 UOM: SY Price: $25.00 Total: $7,750.00 2.4 Asphalt Milling Quantity: 540 UOM: SY Price: $13.65 Total: $7,371.00 2.5 Select Embankment (Plan Quanitity) Quantity: 95 UOM: CY Price: $48.00 Total: $4,560.00 2.6 Embankment (Plan Quanitity) Quantity: 44 UOM: CY Price: $30.00 Total: $1,320.00 2.7 Subgrade Preparation (Plan Quantity) Quantity: 144 UOM: SY Price: $20.00 Total: $2,880.00 2.8 4" Topsoil Placement Quantity: 190 UOM: SY Price: $15.00 Total: $2,850.00 2.9 Concrete Curb and Gutter (18") Quantity: 288 UOM: LF Price: $38.00 Total: $10,944.00 2.10 4" Thick Concrete w/ 4" ABC Class 7 (Sidewalks) Quantity: 285 UOM: SY Price: $65.00 Total: $18,525.00 2.11 6" Thick Concrete w/ 6" ABC Class 7 (Driveways and Dumpster Pad) Quantity: 325 UOM: SY Price: F $95.00 Total: 1 $30,875.00 2.12 Cast -in -Place Detectable Warning Panel Quantity: 24 UOM: SF Price: $50.00 Total: $1,200.00 2.13 24" Reinforced Concrete Storm Sewer Pipe Quantity: 86 UOM: LF Price: $176.00 Total: $15,136.00 2.14 4'x4' Cast in Place Concrete Drop Inlet Quantity: 2 UOM: EA Price: $5,200.00 Total: $10,400.00 2.15 5'x5' Cast in Place Concrete Drop Inlet Quantity: 1 UOM: EA Price: $6,000.00 Total: $6,000.00 Page 7 of 8 pages Vendor: Sweetser Construction, Inc. Bid 23-36 Addendum 1 2.16 4' Drop Inlet Extension Quantity: 1 UOM: EA Price: $2,500.00 2.17 Solid Sod (Bermuda) Quantity: 190 UOM: SY Price: $18.00 2.18 4" Solid Single White Pavement Markings (Thermo) Quantity: 435 UOM: LF Price: 2.19 12" Solid Single White Pavement Markings (Thermo) Quantity: 11 UOM: LF Price: $19.50 2.20 24" Solid White Pavement Markings (Thermo) Quantity: 48 UOM: LF 2.21 30" x 30" R1-1 (Stop Sign) w/Support Quantity: 1 UOM: EA 2.22 6" x 12" R7-201 Quantity: 1 UOM: EA 2.23 12" x 18" R7-6 Quantity: 1 UOM: EA 2.24 I.T. Conduit (installation of City Supplied Conduit) Quantity: 150 UOM: LF 2.25 I.T. Junction Box (Installation of City Supplied Box) Quantity: 1 UOM: EA 2.26 Lighting Conduit Quantity: 160 UOM: LF 2.27 Street Light Foundation & Pull Box Quantity: 6 UOM: EA 2.28 Line deleted as part of an Addendum 2.29 Street Tree Quantity: 6 UOM: EA 2.30 CU-Structural SoilA® Quantity: 9 UOM: CY 2.31 Lower Existing Water Main at Sta 6+75, Complete Quantity: 1 UOM: LS Total: 1 $2,500.00 Total: 1 $3,420.00 Total: 1 $2,827.50 Total: 1 $214.50 Price: I Total: 1 $1,560.00 Price: I Total: 1 $487.50 Price: I Total: 1 $97.50 Price: I Total: 1 $390.00 Price: I Total: 1 $4,800.00 Price: 1 Total: 1 $2,275.00 Price: I Total: 1 $4,480.00 Price: 1 Total: 1 $21,450.00 Price: 1 Total: 1 $6,000.00 Price: I Total: 1 $675.00 Price: 1 $16,000.00 Total: 1 $16,000.00 Response Total: $2,315,976.00 Page 8 of 8 pages Vendor: Sweetser Construction, Inc. Bid 23-36 Addendum 1 BID BOND TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Hartford, Connecticut 06183 KNOWN ALL BY THESE PRESENTS, That we, Sweetser Construction Inc., as Principal, and Travelers Casualty and Surety Company of America, as Surety, are held and firmly bound unto City of Fayetteville, AR, as Obligee, in the sum of 5% of bid Dollars ($5%) for the payment of which we bind ourselves, and our successors and assigns, jointly and severally, as provided herein. WHEREAS, Principal has submitted or is about to submit a bid to the Obligee on a contract for furnishing all labor and materials for Bid 23-36, Construction - Prairie St & West Ave. Improvements Rebid, Fayetteville, AR ("Project"). NOW, THEREFORE, the condition of this bond is that if Obligee accepts Principal's bid, and Principal enters into a contract with Obligee in conformance with the terms of the bid and provides such bond or bonds as may be specified in the bidding or contract documents, then this obligation shall be void; otherwise Principal and Surety will pay to Obligee the difference between the amount of Principal's bid and the amount for which Obligee shall in good faith contract with another person or entity to perform the work covered by Principal's bid, but in no event shall Surety's and Principal's liability exceed the penal sum of this bond. Signed this 3rd day of October, 2023. Sweetser Construction Inc. (Principal) By: William Sw etser Travelers Casualty and Surety Company of America David Chilson, Attorney -in -Fact TRAVELERSJ Travelers Casualty and Surety Company of America 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 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(s)-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 21st day of April, 2021. 63AySY Aekp ®� a tigtiTF70f�. � �yFb cow +�� WX State of Connecticut City of Hartford ss. By: Robert L. Rane , enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2026 P. �p 0y�YAAY \ 5 R puW ` Anna P Nowik, Notary Public f This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, 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 each of the Companies, 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 October , 2023 A'wA"M Fph ng�PS,tY Ary,BC9 s� a HAfliFORD, K b'OONMN.®,CINSUIL SIM Kevin E. Hughes, Assi tant Secretary To verify the authenticity of this Power ofAttorney, please call us at 1-800-421-3880. Please refer to the above -named Attorney(s)-in-Fact and the details of the bond to which this Power ofAttorney is attached. 00 - REQUIRED SIGNATURE FORMS-I.pdf file:///C:/Users/charlie/Downloads/Bid%2023-36,%20FILE%20%2.. CITY OF FAYETTEVILLE ARKANSAS Project Check List This checklist is for the Bidder's use in preparing & submitting a bid. It is not intended to include all details necessary to prepare a bid and shall not be used as a substitute for the requirements of the bid documents. Use of this checklist does not relieve the Bidder from the responsibility of meeting all requirements of the Specifications concerning the preparation of an acceptable bid. Bidders are welcome to use this form as a coversheet for a sealed envelope; however, using this form itself is NOT a requirement. E r 5% Bid Bond of the amount bid accompanied by required documentation (Power of Attorney, etc.) o In lieu of a bid bond, the bidder may submit a cashier's check from a bank located in the State of Arkansas for at least five percent (5%) of the amount bid (inclusive of any deductive alternates). Cashier's checks shall be made payable to the City of Fayetteville, AR and received prior to the bid deadline by making an in -person delivery appointment with the City Purchasing Division. IDAll addenda shall be signed, acknowledged, and submitted on the appropriate forms (submitting the actual addendums or marking acknowledgement on other bid pages). All line items shall be appropriately filled out and extended to reveal the line item price as well as the total bid price. Total base bid should be calculated in the provided space. All pages provided with signature lines shall be appropriately signed, dated accordingly, and included with submitted bid documents All bids shall be received before the stated deadline utilizing the City's electronic bidding platform or submitting a physical sealed bid to the City Purchasing Division. Submitting a bid electronically is strongly encouraged. A public bid opening will be conducted shortly after the deadline at City Hall and livestreamed at httas://www.youtube.com/user/cityoffayetteviIlear. Late or misdirected bids shall not be accepted. The City of Fayetteville shall not be responsible for lost or misdirected bids, or failure of bidder's technical equipment. If submitting a physical bid, all bid documents shall be delivered in a sealed envelope to the address stated in the advertisement or updated deadline issued via Addenda. All bids should be delivered with the name of the bidder (contractor) on the sealed envelope as well as the bidders Arkansas Contractor's License Number. Additional Information Required: • List of Subcontractors: Submit form on bidding platform or attach if submitting a physical bid. • AR Secretary of State Filing M _ O © -) 4 -� 9 R OR submit electronically. • Arkansas Contractor License #: 4 0J.'76�2o �� OR submit electronically. • Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into, or 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. o Submit electronically or circle applicable answer: YES or NO • Pursuant Arkansas Code Annotated §25-1-1002, the Contractor agrees and certifies that they do not currently boycott Energy, Fossil Fuel, Firearms, and Ammunition Industries during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-1002. If at any time during the contract the contractor decides to boycott Energy, Fossil Fuel, Firearms, and/or Ammunition Industries, the contractor must notify the contracted public entity in writing. o Submit electronically or circle applicable answer: FE�Sor NO Teiecommurkatkms Device for the Deaf TDD (479) 521.1316 113 West Mountain - Fayetteville, AR 7271 1 of 10 10/3/2023, 9:55 AM 00 - REQUIRED SIGNATURE FORMS-l.pdf fi le:///C:/Users/charlie/Downloads/Bid%2023-3 6%20FILE%20%2. DOCUMENT 00140 - BIDDER'S QUALIFICATION STATEMENT Contract Name: PRAIRIE ST AND WEST AVE IMPROVEMENTS Bid #: 23-36, Construction Date: SUBMITTED TO: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 SUBMITTED BY: Company Er) d'j ;�C, Name Address td e-s lij� A orfl— 7 A - 8A76i-'t1 IJr- Principal Office _ I c, t Corporation, partnership, individual, joint venture, other Arkansas State General Contractor's License Number ARKAN-aAe C0NT JW" CENSE # (Type or legibly print) 0027470424 EXPERIENCE STATEMENT 1. Bidder has been engaged as a General Contractor in construction for & years and has performed work of the nature and magnitude of this Contract for ��years. Bidder has been in business under its present name for 4-5--years. 2. Bidder now has the following bonded projects under contract: (On a separate sheet, list project name, owner, name of owner contact, engineer / architect, name of engineer/architect contact, amount of contract, surety, and estimated completion date.) 3. Bidder has completed the following (list minimum of 3) contracts consisting of work similar to that proposed by this Contract: (On a separate sheet, list project name, owner, name of owner contact, engineer / architect, name of engineer/architect contact, amount of contract, surety, and date of completion and percentage of the cost of the Work performed with Bidder's own forces.) 4. Has Bidder ever failed to complete any project? If so, state when, where, and why 00140 Bidder Qualifications 00140-1 2 of 10 10/3/2023, 9:55 AM 00 - REQUIRED SIGNATURE FORMS-l.pdf file:///C:/Users/charlie/DownloadsBid%2023-36,%20FILE%200/o2. DOCUMENT 00140 - BIDDER'S QUALIFICATION STATEMENT (continued) 5. Bidder normally performs the following work with his own forces: 6. Construction experience of key individuals in the onganiz�i n i� as J on attached sheets if needed): 7 In the event the Contract is awarded to Bidder, the required surety Bonds will be furnished by the following surety company and name and address of agent: 8. Bidder's Workmen's Compensation Experience Modifier Factor is: FINANCIAL STATEMENT B. If requested by the City of Fayetteville during the evaluation of bids the bidder shall provide to the City of Fayetteville the following additional information: Bidder possesses adequate financial resources as indicated by the following: 1. Assets and Liabilities: Attach a financial statement, audited if available, including Bidder's latest balance sheet and income statements showing the following items: a. Current assets (cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory, and prepaid expenses). b. Net fixed assets. c. Other assets. 00140-Bidder Qualifications 00140 - 2 3of10 10/3/2023, 9:55 AM 00 - REQUIRED SIGNATURE FORMS-l.pdf file:///C:/Users/charlie/DownloadsBid%2023-36,%20FILE%20%2.. DOCUMENT 00140 - BIDDER'S QUALIFICATION STATEMENT (continued) d. Current liabilities (accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, and accrued payroll taxes). e. Other liabilities (capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings). f. Name of firm preparing financial statement and date thereof: If financial statement is not for identical organization named herein, explain relationship and financial responsibility of the organization furnished. 2. Current Judgments: The following judgements are outstanding against Bidder: Judgment Creditors Where Docketed and Date Amount A b. Bidder hereby represents and warrants that all statements set forth herein are true and correct. Date: , 20�. (OFFICIAL SEAL) Name of Organization: 8"ET ER DMi an By_ VNILLIAIu SMER (Type or legibly print) By WILLM G.- SWEETSER (Signature) Title PRESIDENT (Type or legibly print) (If Bidder is a partnership, the partnership name shall be signed, followed by the signature of at least one of the partners. If Bidder is a corporation, the corporate name shall be signed, followed by the signature of a duly -authorized officer and with the corporate seal affixed.) 00140-Bidder Qualifications 00140 - 3 4 of 10 10/3/2023, 9:55 AM STATEMENT OF BIDDER'S QUALIFICATION WILLIAM G. SWEETSER 38 YEARS CHARLES MILLER 33 YEARS KENDALL WILSON 28 YEARS (DEC 2021) PG 1 STATEMENT OF BIDDER'S QUALIFICATION CONTRACTS ON HAND NAME ENGINEER (DEC 2021) PG 1 ANTICIPATED CONTRACT COMPLETION DRP HOLDINGS 5,404,657.05 JUNE 2022. STEAMBOAT STATEMENT OF BIDDER'S QUALIFICATION SIMILAR CONSTRUCTION NAME AHTD HWY 112 / GARLAND EMERY SAPP FLYOVER NWA REGIONAL PLANNING COMM. SILENT GROVE TRAIL CITY OF TONTITOWN BRUSH CREEK BRIDGE AHTD ARMSTRONG-STUBBLEFIELD AHTD RAZORBACK ROAD CITY OF FARMINGTON RHEAS MILL RD RAUSCH COLEMAN COVES PHASE II CITY OF SPRINGDALE RZ TRAIL ADDITION RAUSCH COLEMAN COVES PHASE II RAUSCH COLEMAN HOLLAND CROSSING COMMERCE CONSTRUCTION ADVENTURESUBARU (CONTINUED PAGE 2) ENGINEER (DEC 2021) PG 1 AMOUNT COMPLETE 3,444,037.13 NOV 2014. 274,925.00 OCT 2014. 1,797,306.56 OCT 2014. 670,718.00 DEC 2014. 6,212,756.93 DEC 2015. 2,234,929.90 JUNE 2016. 83,505.00 MAR 2015. 973,750.95 OCT 2015. 64,362.50 JUNE 2015. 1,086,700.95 MAY 2016. 782,347.50 JULY 2016. 1097000.00 JULY 2016. SIMILAR CONSTRUCTION NAME ENGINEER AMOUNT (DEC 2020) PG 2 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 2020) PG 3 NAME ENGINEER AMOUNT COMPLETE Z NEIDERMAN 34755.00 MAR 2020. CURTIS AVE CITY OF SPRINGDALE MAPLE ST CITY OF FARMINGTON ASH STREET CITY OF FAYETTEVILLE STEAMBOAT CITY OF FAYETTEVILLE GULLEY PARK 1,893,202.35 DEC 2020. 57337.00 SEP 2020. 340,925.00 JUNE 2021. 439,182.60 JUNE 2021. 00 - REQUIRED SIGNATURE FORMS-l.pdf file:///C:/Users/charlie/Downloads/Bid%2023-3 6,%20FILE%20%2.. DOCUMENT 00400 — BID FORM Contract Name: PRAIRIE ST AND WEST AVE IMPROVEMENTS Bid Number: 23-36, Construction BID TO: Owner: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 BID FROM: Bidder: SWEFTSFR CONSTRUCTION IN( "R FAYFT7, ARTICLE 1- INTENT 1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement with Owner in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid price and within the Bid time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. ARTICLE 2 - TERMS AND CONDITIONS 2.01 Bidder accepts all of the terms and conditions of the Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 90 days after the day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Agreement with the Bonds and other documents required by the Bidding Requirements within 15 days after the date of Owner's Notice of Award. ARTICLE 3 - BIDDER'S REPRESENTATIONS 3.01 In submitting this Bid, Bidder represents, as more fully set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bid Documents, and the following Addenda, receipt of all which is hereby acknowledged: 00400-Bid Form _$�_( Number 00400 - 1 Date 5 of 10 10/3/2023, 9:55 AM 00 - REQUIRED SIGNATURE FORMS-l.pdf file:///C:/Users/charlie/DownloadsBid%2023-36%20FILE%20%2.. DOCUMENT 00400 — BID FORM (continued) B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and fixrnishing of the Work. C. Bidder is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bid Documents with respect to Underground Facilities at or contiguous to the Site. E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost, progress, performance, or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto. F Bidder does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performing and furnishing of the Work in accordance with the times, price, and other terms and conditions of the Contract Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to Work for which this Bid is submitted as indicated in the Contract Documents. I. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Contract Documents, and the written resolution thereof by Engineer is acceptable to Bidder. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. K. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm, or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham bid; Bidder has not solicited or induced any person, firm, or a corporation to refrain from bidding; and Bidder has not 00400-Bid Form 00400 - 2 6 of 10 10/3/2023, 9:55 AM 00 - REQUIRED SIGNATURE FORMS-l.pdf file:///C:/Users/charlie/DownloadsBid%2023-3 6,%20FILE%20%2., DOCUMENT 00400 - BID FORM (continued) sought by collusion to obtain for himself any advantage over any other Bidder or over Owner. L. Bidder will perform the Work in compliance with all applicable trench safety standards set forth in Occupational Safety and Health Administration (OSHA) Part 1926 - Subpart P - Excavations. ARTICLE 4 - BID PRICE Bidders are required to provide pricing for all line items, including deductive alternate items. Failure to provide deductive alternate pricing can result in bid rejection. The City intends to award this contract to the lowest qualified responsive responsible bidder based on the total base bid as long as the base bid amount falls within the amount of funds certified for the project plus 25%. In the event no bid falls within the amount of funds certified for the project plus 25%, the City will utilize the deductive alternates in order to further evaluate bids until a bid received falls within the amount certified, plus 25%. In the event all deductive alternates are subtracted from the total base bid and no bid falls within the amount certified, plus 25%, all bids shall be rejected and become confidential. In no case shall the amount bid for the item of "mobilization" exceed 5% of the total contract amount for all items listed in the proposal or bid. Should the amount entered into the proposal or bid for this item exceed 5%, the bid shall be rejected. Bidder shall complete the work in accordance with the Contract Documents for the price(s) submitted by the Bidder. This bid includes one (1) deductive alternate. If deductive alternates are utilized, they shall be taken in order. DEDUCTIVE ALTERNATE 1- Refer to line items 1 through 31 of deductive alternate on the online bidding portal. ARTICLE 5 - CONTRACT ITEMS 5.01 Bidder agrees that the Work will be substantially completed and completed and ready for final payment within the number of calendar days indicated in the Agreement. 5.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified in the Agreement. ARTICLE 6 - BID CONTENT 6.01 The following documents are attached to and made a condition of this Bid: A. Required 5% Bid security in the form of a cashier's check from a bank located in the State of Arkansas or a Bid Bond in the amount of _ _�_ p Dollars 00400-Bid Form 00400 - 3 7 of 10 10/3/2023, 9:55 AM 00 - REQUIRED SIGNATURE FORMS-l.pdf file: ///C:/Users/charlie/DownloadsBid%2023-3 6,%20FILE%20%2.. DOCUMENT 00400 - BID FORM (continued) B. A tabulation of Subcontractors and other persons and organizations required to be identified in this Bid. ARTICLE 7 - COMMUNICATIONS 7.01 Communications concerning this Bid shall be addressed to the Bidder as follows: _ 1, A- 8. kL Email: ►t)e 2 ey-r S�Y��f K), L' O�✓L Phone No, (,a Fax No. Ll `1 y -O J t q, ARTICLE 8 - TERMINOLOGY 8.01 The terms used in this Bid which are defined in the GENERAL CONDITIONS or Instructions to Bidders will have the meanings assigned to them. Arkansas State Contractor License No. If Bidder is: AnkANSAIS CONTn0027470424 ASUCENSE# An Individual Name (type or printed): _ By: - (Individual's Signature) Doing business as: - Business address: Phone No. - Fax No. Email address: A Partnership Partnership Name: By: - (Signature of general partner - attach evidence of authority to sign) Name (type or printed): 00400-Bid Form 00400 - 4 (SEAL) (SEAL) 8 of 10 10/3/2023, 9:55 AM 00 - REQUIRED SIGNATURE FORMS-l.pdf file:///C:/Users/charlie/DownloadsBid%2023-36,%20FILE%20%2... DOCUMENT 00400 — BID FORM (continued) Business address: S_! l 4 `L A) j , _ Phone No. Email address: A Comoration or LLC Fax No. Corporation Name: `2 t L: ,e e _s 6 V- ( N Y r U L �" , " _ (SEAL) State of Incorporation: A I a ,v A S Type (Gene r 1 s' ess, Professional, Se ' Me — —Liability): C-;-e,,t.)ey-,o� By: (Signature of general partner - attach evidence of authority to sign) Name (type or printed): J.k i i A rn Title: 9 'rv—,s 't c J (CORPORATE SEAL) Attest: (Signature of Corporate Secretary) Phone No. J-+ Q 3 3 0 �2_ (v Fax No. Email address: �� 'j l (� @ S ►� E� -i s �r t t ✓ v c ,v . l M Tax ID Number (TIN): DUNS# Cage Code: 00400-Bid Form 00400 - 5 9 of 10 10/3/2023, 9:55 AM 00 - REQUIRED SIGNATURE FORMS-l.pdf file:///C:/Users/charlie/DownloadsBid%2023-36,%20FILE%20%2... DOCUMENT 00430 — LIST OF SUBCONTRACTORS In compliance with the Instructions to Bidders and other Contract Documents, the undersigned submits the following names of Subcontractors to be used in performing the Work for: PRAHUE ST AND WEST AVE IMPROVEMENTS PROJECT Bidder certifies that all Subcontractors listed are eligible to perform the Work. Subcontractor's Work Clearing/Demolition SWPPP/Erosion Control Asphalt Concrete f Landscaping Material Testing Other (designate) Subcontractor's Name and Address NOTE: This form must be submitted in accordance with h , iistructions to Bidders. Bidder's Signature 00430 List of Subcontractors Expected Percentage or Value 10 of 10 00430-1 10/3/2023, 9:55 AM TCE LLJ CITY OF FAYETTEVILLE PRAIRIE ST AND WEST AVE 2023 IMPROVEMENTS SITE LAYOUT Lu > < 0 bC 0 cf) 'A MM9 TCE - TCE - TCE W PRAIRIE T W PRAIRIE ST —T— L T T T ------------ TCE T.0 TCE TCE mer J jr MAT= m �/,� PFRAI F;1 E ST 8& WEST AWE 2020 1 M PROWEM ENTS for the City of FayetteNA 11 e SEPTEMBER 2023 West Meadow Street z ° mrL - _ oo, z West Meadow Street z a nell ■ G\c First _ ■ Security Atmosphere West Center Street Moore's EJ Ball Bank Harmon Place Chapel _ Building Pearl's z ■ Books_ '} East C., ter t Str Art Ventures ud Walton ■ Are ■ CitiScapes • twill 21 c a' Stay -Inn -Style McClinton r a'I ¢' rn i� EastRoc M Administration D - Bed & Breakfast t ' ,I Center ,�,� ,ice% —' PROJECT co ( air! -Crisis Happy rails -- LOCATION ! o' -ettgou\ems Brewing- j Connection y v7' K� � 1 c Robert AS James dSr X I Salon Fayetteville High Pizza Hit JJr���� School - of _ — sb� weat4thstreet a lod of c 91 �7 ; _-_ _ - e Cars Metrol M r_ university ■ Walmart Marketing \ \r Apartments ■ I Myers Wes! 5th Street Realty —`AR 180—�- Neighborhood i Y t -_ - -1� Market -- - —I IWaIgrEAp2rtments y's __ - -- -- L e"sf Indian TrSil - ---- Kum Art Annex of c // --'-_----- _ ° �' _ nex ;• -D Sculpture Studio - W-17thStreet Fla heVue io�P �s ■ IJf ilk' h/ - — •o c Varsity House��; j �h Fayetteville, ( � �� m National 1 - ■ E d�1 Cemetery , -iWorld Peace Wetland ° Prairie r ®c aS � Walker Park � VICINITY MAP CITY OF ._ FAYETTEVILLE ARKANSAS www.fayetteville-ar.gov ENGINEERING DIVISION PHONE: (479) 575-8206 FAX NO: (479) 575-8202 113 W. MOUNTAIN STREET PROJECT: ENGR. No. 8126