Loading...
HomeMy WebLinkAbout167-20 RESOLUTIONOf FAYETlf L v _kra Ll! 9 RA"ANS �y 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 167-20 File Number: 2020-0455 SWEETSER CONSTRUCTION, INC.: A RESOLUTION TO APPROVE A CONTRACT WITH SWEETSER CONSTRUCTION, INC. IN THE AMOUNT OF $325,885.00 FOR THE CONSTRUCTION OF THE STEAMBOAT DRIVE AND DOROTHY JEANNE STREET CONNECTION, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $48,880.00, AND TO APPROVE A BUDGET ADJUSTMENT - 2019 TRANSPORTATION 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 authorizes Mayor Jordan to sign a contract with Sweetser Construction, Inc. in the amount of $325,885.00 for the construction of the Steamboat Drive and Dorothy Jeanne Street Connection, and further approves a project contingency in the amount of $48,880.00. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. PASSED and APPROVED on 6/16/2020 ;! City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Text File File Number: 2020-0455 Agenda Date: 6/16/2020 Version: 1 Status: Passed In Control: City Council Meetinq File Type: Resolution Agenda Number: A 6 SWEETSER CONSTRUCTION, INC.: A RESOLUTION TO APPROVE A CONTRACT WITH SWEETSER CONSTRUCTION, INC. IN THE AMOUNT OF $325,885.00 FOR THE CONSTRUCTION OF THE STEAMBOAT DRIVE AND DOROTHY JEANNE STREET CONNECTION, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $48,880.00, AND TO APPROVE A BUDGET ADJUSTMENT - 2019 TRANSPORTATION 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 authorizes Mayor Jordan to sign a contract with Sweetser Construction, Inc. in the amount of $325,885.00 for the construction of the Steamboat Drive and Dorothy Jeanne Street Connection, and further approves a project contingency in the amount of $48,880.00. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. City of Fayetteville, Arkansas Page 1 Printed on 611712020 City of Fayetteville Staff Review Form 2020-0455 Legistar File ID 6/16/2020 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Matt Casey 5/29/2020 ENGINEERING (621) Submitted By Submitted Date Division / Department Action Recommendation: Approval of a contract in the amount of $325,885.00 with Sweetser Construction, Inc. for the construction of the Steamboat Drive/Dorothy Jeanne Street Connection, approval of a project contingency of $48,880.00 (15%) and approval of a budget adjustment. Budget Impact: 4602.860.7217-5809.00 4602 - Transportation Project 2019 Bond Account Number Fund 46020.7217 Steamboat/Dorothy Jeanne Connection 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 $ 68,185.00 $ 40,909.72 j $ 27,275.28 $ 374,765.00 $ 374,765.00 $ 27,275.28 V20180321 Purchase Order Number: Previous Ordinance or Resolution # Change Order Number: Original Contract Number: Approval Date: Comments: Total amount of $374,765 includes the contract amount of $325,885 plus the contingency $48,880 CITY OF FAYETTEVILLE ARKANSAS W MEETING OF JUNE 16, 2020 TO: Mayor and City Council THRU: Susan Norton, Chief of Staff Garner Stoll, Development Services Director Chris Brown, City Engineer FROM: Matt Casey, Engineering Design Manager DATE: May 29, 2020 CITY COUNCIL MEMO SUBJECT: Approval of a contract in the amount of $325,885.00 with Sweetser Construction, Inc. for the construction of the Steamboat Drive/Dorothy Jeanne Street Connection, approval of a project contingency of $48,880.00 (15%) and approval of a budget adjustment. RECOMMENDATION: Approval of a contract in the amount of $325,885.00 with Sweetser Construction, Inc. for the construction of the Steamboat Drive/Dorothy Jeanne Street Connection, approval of a project contingency of $48,880.00 (15%) and approval of a budget adjustment. BACKGROUND: The Steamboat/Dorothy Jeanne Connection Project is a street project that was selected as part of the 2019 Transportation Bond Program. Steamboat Drive extends north of Wedington Drive just west of the 1-49 interchange and ends at the north end of the commercial district. Dorothy Jeanne is an east -west street that connects to Shiloh Drive. When the 1-49 and Wedington Drive interchange improvements are completed Shiloh Drive will be converted to a right -in right - out only intersection, and the signalization at that intersection will be removed. Steamboat Drive will be signalized and will allow for full entrance and exit movements to the commercial area. Extending Steamboat to Dorothy Jeanne will connect Shiloh Drive and Steamboat Drive, providing better access and connectivity for the entire shopping and hotel area as well as the residential neighborhoods to the north. The improvements will include two traffic lanes with a 10' multi -use trail on one side of the roadway and a 6' wide sidewalk on the other side. DISCUSSION: On May 28, 2020, the City received five (5) construction bids for this project. Sweetser Construction, Inc. submitted the low bid which was approximately 34% below the Engineer's Estimate of $495,000.00. Engineering staff recommends awarding this contract to Sweetser Construction, Inc. The contract time is 210 days (7 months) for final completion. BUDGET/STAFF IMPACT: This project is funded by the 2019 Transportation Bond Program. There was $670,000.00 allocated in the Transportation Bond Fund for the Steamboat Drive/Dorothy Jeanne Street Connection. The land acquisition of this project was $30.670.47. The in-house engineering Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 design contra to date is $25,950.29. With this construction contract, it brings the current project total to $382,505.76. Attachments: Section 0500 Agreement Bid Submittal Bid Tab Vicinity Map STEAM BOAT [DRIVE FtC).AIDW.A')r E3CrENaIC)M for the City of Fayetteville MAY 2020 PROJECT LOCATION ,7 E C Alk 16 0 400" 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 DOCUMENT 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR Contract Name/Title: STEAMBOAT DRIVE ROADWAY EXTENSION Contract No.: 20-44 THIS AGREEMENT is dated as of the 2nd day of Jun-e--_ _ _ in the year 2020 by and between The City of Fayetteville, Arkansas and (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 approximately 600 linear feet of roadway with sidewalks and multi -use trail connecting Steamboat Drive to Dorothy Jeanne Street. The project will include: erosion control, tree removal, grubbing, demolition of existing street and sidewalks, excavation, grading, asphalt/concrete paving, curb and gutter, street trees and pavement markings. Any use of a third -party dumpster or roll off container shall be procured from the City of Fayetteville Recycling and Trash Collection Division. Use of a Non -City dumpster or roll off container is not allowed. Contractor is responsible for obtaining all applicable permits; however, fees for the City issued permits shall be waived. The Contract includes work in City of Fayetteville Right-of-way and in General Utility Easements. Refer to Section 00400-Bid Form for quantities. 00500 Agreement 00500-1 DOCUMENT 00500 — AGREEMENT (continued) ARTICLE 2 - ENGINEER 2.01 The Contract Documents have been prepared by the City of Fayetteville Engineering Division. City of Fayetteville Engineering Division assumes all duties and responsibilities, and has the rights and authority assigned to City of Fayetteville Engineering Division in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3 - CONTRACT TIME 3.01 TIME OF THE ESSENCE: A. All time limits for milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 3.02 DATES FOR SUBSTANTIAL COMPLETION AND FINAL PAYMENT: A. The Work shall be Substantially Completed within 180 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 210 calendar days after the date when the Contract Times commence to run. 3.03 LIQUIDATED DAMAGES: A. Owner and Contractor recognize that time is of the essence of this Agreement and that The City of Fayetteville will suffer financial loss if the Work is not completed within the time specified above, plus any extensions thereof allowed in accordance with the GENERAL CONDITIONS. The parties also recognize the delays, expense, and difficulties involved in proving the actual loss suffered by The City of Fayetteville if the Work is not Substantially Completed on time. Accordingly, instead of requiring any such proof, The City of Fayetteville and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay The City of Fayetteville Seven Hundred Fifty Dollars ($750.00) for each calendar day 00500 Agreement 00500-2 DOCUMENT 00500 — AGREEMENT (continued) that expires after the time specified above in Paragraph 3.02 for Substantial Completion until the Work is Substantially Complete. After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the time specified in Paragraph 3.02 for completion and readiness for final payment or any proper extension thereof granted by The City of Fayetteville, Contractor shall pay The City of Fayetteville Five Hundred Dollars ($500.00) for each calendar day that expires after the time specified for completion and readiness for final payment. ARTICLE 4 - CONTRACT PRICE 4.01 The CITY OF FAYETTEVILLE agrees to pay, and the CONTRACTOR agrees to accept, as full and final compensation for all work done under this agreement, the amount based on the unit prices bid in the Proposal (BID FORM) which is hereto attached, for the actual amount accomplished under each pay item, said payments to be made in lawful money of the United States at the time and in the manner set forth in the Specifications. 4.02 As provided in the General Conditions, estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by ENGINEER as provided in the General Conditions. Unit prices have been computed as provided in the General Conditions. 4.03 Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. 1. There shall be no changes without prior written approval of the Engineer of Record and/or the City's designated Professional Engineer. 00500 Agreement 00500-3 DOCUMENT 00500 — AGREEMENT (continued) ARTICLE 5 - PAYMENT PROCEDURES 5.01 SUBMITTAL AND PROCESSING OF PAYMENTS: A. Contractor shall submit Applications for Payment in accordance with the GENERAL CONDITIONS. Applications for Payment will be processed by Engineer as provided in the GENERAL CONDITIONS. 5.02 PROGRESS PAYMENTS. RETAINAGE: A. The City of Fayetteville shall make progress payments on account of the Contract Price on the basis of Contractor's Applications for Payment as recommended by Engineer, on or about the 15th day of each month during construction. All such payments will be measured by the schedule of values established in the GENERAL_ CONDITIONS (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements. 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: ] . 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: STEAMBOAT DRIVE ROADWAY EXTENSION 8. Addenda numbers inclusive. 9. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to the GENERAL CONDITIONS. ARTICLE 8 - MISCELLANEOUS 8.01 TERMS: A. Terms used in this Agreement which are defined in the GENERAL CONDITIONS shall have the meanings stated in the GENERAL CONDITIONS. 8.02 ASSIGNMENT OF CONTRACT: A. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by Law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.03 SUCCESSORS AND ASSIGNS: A. The City of Fayetteville and Contractor each binds himself, his partners, successors, assigns, and legal representatives to the other party hereto, its 00500 Agreement 00500-8 DOCUMENT 00500 — AGREEMENT (continued) partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 8.04 SEVERABILITY: A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon The City of Fayetteville and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 8.05 FREEDOM OF INFORMATION ACT: A. City contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. 8.06 LIENS: A. No liens against this construction project are allowed. Arkansas law (A.C.A. §§18-44-501 through 508) prohibits the filing of any mechanics' of materialmen's liens in relation to this public construction project. Arkansas law requires and the contractor promises to provide and file with the Circuit Clerk of Washington County a bond in a sum equal to the amount of this contract. Any subcontractor or materials supplier may bring an action for non-payment or labor or material on the bond. The contractor promises to notify every subcontractor and materials supplier for this project of this paragraph and obtain their written acknowledgement of such notice prior to commencement of the work of the subcontractor or materials supplier. 00500 Agreement 00500-9 DOCUMENT 00500 — AGREEMENT (continued) IN WITNESS WHEREOF, The City of Fayetteville and Contractor have signed this Agreement in quadruplicate. One counterpart each has been delivered to Contractor. Three counterparts each has been retained by The City of Fayetteville. All portions of the Contract Documents have been signed, initialed, or identified by The City of Fayetteville and Contractor. This Agreement will be effective on dune 2. Effective Date of the Agreement. CONTRACTOR: WILLIAM G. SWEETSER (Type o 1 (Signature) , 2020, which is the CITY OF FAYETTEVILLE Title: PRESIDENT Title: Mavor 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. (SEAL) SEAL) Attes /.4ttest `.� G�.,.••CI.•.• �, .� 151/7 AS.. ,`�� iijillikO 00500 Agreement 00500 - 11 DOCUMENT 00500 — AGREEMENT (continued) Address for giving notices Address for giving notices 113 W. Mountain St. N, INC, 590 W. POPLAR Fayetteville. AR 72701 EVILLE, AR 72703 -- License No. ARKANSAS CONMACTna tr uSE # 0027470421 Agent for Service of process WILL" 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 DOCUMENT 0400-BID FORM Contract Name: STEAMBOAT DRIVE ROADWAY EXTENSION Bid Number: 20-44, CONSTRUCTION BID TO: Owner: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 BID FROM: Bidder: SWEETSER CONSTRl1CTl()N IN,- 590 W. POPLAR R 72703 ARTICLE 1- INTENT 1.01 The undersigned Bidder proposes an agrees, if this Bid is accepted, to enter into an agreement with Owner in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid price and within the Bid time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. ARTICLE 2- TERMS AND CONDITIONS 2.01 Bidder accepts all of the terms and conditions of the Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 90 days after the day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Agreement with the Bonds and other documents required by the Bidding Requirements within 15 days after the date of Owner's Notice of Award. 0400-Bid Form 00400-1 DOCUMENT 0400-BID FORM icontinued � ARTICLE 3- BIDDER'S REPRESENTATIONS 3.01 In submitting this Bid, Bidder represents, as more fully set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bid Documents, and the following Addenda, receipt of all which is hereby acknowledged: Number Date ,ter ;L B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Bidder is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bid Documents with respect to Underground Facilities at or contiguous to the Site. E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, 0400-Bid Form 00400-2 DOCUMENT 0400-BID FORM (continued) investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost, progress, performance, or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto. F. Bidder does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performing and furnishing of the Work in accordance with the times, price, and other terms and conditions of the Contract Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to Work for which this Bid is submitted as indicated in the Contract Documents. H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports, and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Contract Documents, and the written resolution thereof by Engineer is acceptable to Bidder. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. K. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm, or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham bid; Bidder has not solicited or induced any person, firm, or a corporation to refrain from bidding; and 0400-Bid Form b0400_3 DOCUMENT 0400-BID FORM icontinued) Bidder has not sought by collusion to obtain for himself any advantage over any other Bidder or over Owner. L. Bidder will perform the Work in compliance with all applicable trench safety standards set forth in Occupational Safety and Health Administration (OSHA) Part 1926 — Subpart P — Excavations. ARTICLE 4- BID PRICE Bidders are required to provide pricing for all line items. including deductive alternate items. Failure to provide deductive alternate pricing can result in bid rejection. The City intends to award this contract to the lowest qualified responsive responsible bidder based on the total base bid as long as the base bid amount falls within the amount of funds certified for the project plus 25%. In the event no bid falls within the amount of funds certified for the project plus 25%, the City will utilize the deductive alternates in order to further evaluate bids until a bid received falls within the amount certified, plus 25%. In the event all deductive alternates are subtracted from the total base bid and no bid falls within the amount certified, plus 25%, all bids shall be rejected and become confidential. In no case shall the amount bid for the item of "mobilization' exceed 5% of the total contract amount for all items listed in the proposal or bid. Should the amount entered into the proposal or bid for this item exceed 5%, the bid shall be rejected. Bidder shall complete the Work in accordance with the Contract Documents for the following price(s): 0400-Bid Form 00400-4 DOCUMENT 0400-BID FORM i continued i ARTICLE 5- CONTRACT TIMES 5.01 Bidder agrees that the Work will be substantially completed and completed and ready for final payment within the number of calendar days indicated in the Agreement. 5.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified in the Agreement. ARTICLE 6- BID CONTENT 6.01 The following documents are attached to and made a condition of this Bid: A. Required Bid security in the form of a cashier's check from a bank located in the State of Arkansas or a Bid Bond in the amount of C :"I Dollars ($ __ ) 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: awwc=1 atrt t;UNb I RUCTION, INC, FAYE=Ej j i P: A R 72742 Email �%a._�1�s(:� 0 011 -niL't Phone No. `t 7, - , u ' 70, Fax No. Cj 19 -L+- y C 0400-Bid Form 00400-8 DOCUMENT 0400-BID FORM (continued) ARTICLE S- 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 LICENSE # 0027470421 If Bidder is: An Individual Name (type or printed): By: _ (SEAL) (Individual's Signature) Doing business as: Business address: Phone No: Fax No. Email Address: A Partnership Partnership Name : (SEAL) By: (Signature of general partner -attach evidence of authority to sign) Name (type or printed): Business address: Phone No: Fax No. Email Address: 0400-Bid Form 00400-9 DOCUMENT 0400-BID FORM (continued) A Corporation or LLC Corporation Name: SWEETSER CONSTRUOTION, INC. (SEAL) State of Incorporation: -- Type (General B ss Professional, Service, Limited Liability):_ GE (Signature of general p attach evidence of authority to sign) Name (type or printed):. LUW G. SWEETSER Title: PRFAID!~ AlT SEAL) Business address: SWEETSER CONS I RUC I ION, INC. 590►ei POPLAR FAYETTEVI LE, AR 727m Phone No: Fax No. 471- (4 Email Address: Tax ID Number (TIId) DUNS # Cage Code: END OF DOCUMENT 00400 0400-Bid Form 00400-I0 DOCUMENT 00140 — BIDDER'S QUALIFICATION STATEMENT: Contract Name: STEAMBOAT DRIVE ROADWAY EXTENSION Bid #: 20-44 Date: SUBMITTED TO: t✓ The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 SUBMITTED BY: Company Name Address Principal Office Corporation, partnership, individual, joint venture, other Arkansas State General Contractor's License Number (Type or legibly print) 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 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.) 00140-Bidder Qualifications 00140 — 1 DOCUMENT 00140 — BIDDER'S QUALIFICATION STATEMENT: (CONTINUED) 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. Bidder normally performs the following work with his own forces: 6. Construction experience of key individuals in the organization is as follows (continued 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: Bidder's Workmen's Compensation Experience Modifier Factor is: 00140-Bidder Qualifications 00140 — 2 DOCUMENT 00140 — BIDDER'S QUALIFICATION STATEMENT: (CONTINUED) FINANCIAL STATEMENT A. 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: l . 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. 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: Jud_--ment Creditors Where Docketed and Date Amount a. b. 00140-Bidder Qualifications 00140 — 3 DOCUMENT 00140 — BIDDER'S QUALIFICATION STATEMENT: (CONTINUED) Bidder hereby represents and warrants that all statements set forth herein are true and correct. Date: Z, 92020 (OFFICIAL SEAL) Name of Organization: M SWEETSER CONSTRUCTION, INC. WILIAM G. SWEETSER (Type or legibly print) M (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.) END OF DOCUMENT 00140 00140-Bidder Qualifications 00140-4 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: STEAMBOAT DRIVE ROADWAY EXTENSION Bidder certifies that all Subcontractors listed are eligible to perform the Work. Subcontractor's Work Clearing/Demolition SWPPP/Erosion Control Asphalt Concrete Landscaping Material Testing Other (designate) Subcontractor's Name and Address f NOTE: This form must be submitted in accordanc a rucho " ders. r Bidder's Signature END OF DOCUMENT 00430 00430-List of Subcontractors 00430-1 Expected Percentage or Value DOCUMENT 00410 — BID BOND KNOW ALL MEN BY THESE PRESENTS: that we as Principal, hereinafter called the Principal, and a corporation duly organized under the laws of the State of __________as Surety, hereinafter called Surety, are held and firmly bound unto City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 as Obligee, hereinafter called Owner, in the sum of _ Dollars ($ _ ►, for the payment of which sum, well and truly to be made, Principal and said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has submitted a Bid for: STEAMBOAT DRIVE ROADWAY EXTENSION NOW, THEREFORE, if the Owner shall accept the Bid of Principal and the Principal shall enter into a Contract with the Owner in accordance with the terms of such Bid, and give such Bond or Bonds as may be specified in the Bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of Principal to enter such Contract and give such Bond or Bonds, if the Principal shall pay to the Owner the difference not to exceed the penalty hereof between the amount specified in said Bid and such larger amount for 00410-Bid Bond 00410 — 1 DOCUMENT 00410 — BID BOND (continued) which the Owner may in good faith contract with another party to perform the Work covered by said Bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this day of 2020. PRINCIPAL (CORPORATE SEAL) By - — LIM SURETY ATTORNEY -IN -FACT (CORPORATE SEAL) (This Bond shall be accompanied with Attorney- in-Fact's authority from Surety) END OF DOCUMENT 00410 00410-Bid Bond 00410-2 Responses Success: All data Is valid) Bid Schedule Success: All values provided #1-1 Success. All values provided #1-2 Success: All values provided #1-3 Success: All values provided #1-4 Success: All values provided #1-5 Success: All values provided #1-6 Success: All values provided #1-7 Success: All values provided #1-8 Success: All values provided #1-9 Success: All values provided #1-10 Success: All values provided #1-11 Success: All values provided #1-12 Mobilization 511 1 LS $ 5,000 00 $ 5 000.00 Insurance and Bonding 103 1 LS $ 3.900.00 $ 3,900.00 Construction Control (Staking) 111 1 LS $ 4,500.00 $ 4,500-00 Act 291 1993 Trench & Excavation Safety Systems 112 1 LS $ 500.00 $ 500.00 Clearing, Grubbing, & Demolition 201 1 LS $ 14,400.00 $ 14,400.00 R&D Existing Curb and Gutter 201 550 LF $5.00 $2,750.00 R&D Existing Concrete Pavement 201 500 SY S 5 00 $ 2500 00 R&D Existing Asphalt Pavement 201 1300 SY S 5 00 $ 6 1)00 00 R&D Existing 6' Wood Privacy Fence 201 200 LF $ 2 00 $ 400.00 R&D Existing Barbed Wire Fence 201 75 FF s 200 S 150 00 Rock Excavation 202 100 CY $ 125.00 $ 12,500.00 Unclassified Excavation (Plan Quantity) 202 1750 cY S 5 00 $ 8 750 00 Success: All values provided #1-13 Select Embankment (Plan Quantity) 202 1050 CY $ 9.00 $ 9,450.00 Success: All values provided #1-14 Embankment (Plan Quantity) 202 175 CY $ 9.00 $ 1,575.00 Success: All values provided #1-15 Subgrade Preparation (Plan Quanitity) 203 2100 SY $ 2.00 $ 4,200.00 Success: All values provided #1-16 4" Topsoil Placement 204 2850 SY $ 2.00 $ 5,700.00 Success: All values provided #1-17 Undercut and Stone Backfill 205 200 CY $ 18.00 $ 3,600.00 Success: All values provided #1-18 (6") Aggregate Base Course (Class 7) (Roadway) 401 2100 SY $ 9.00 $ 18,900.00 Success: All values provided #1-19 (2") HMAC Surface Course (PG64-22) 403 180 TON $ 112.50 $ 20,250.00 Success: All values provided #1-20 (3") HMAC Surface Course (PG64-22) 403 275 TON $ 102.00 $ 28,050.00 Asphalt Concrete Patching for Maintenance of Success: All values provided #1-21 Traffic 405 15 TON $ 150.00 $ 2,250.00 Success: All values provided #1-22 Concrete Curb and Gutter (18") 501 1250 LF $ 14.00 $ 17,500.00 Success: All values provided #1-23 4" Thick Concrete with 4" ABC Class 7 502 825 SY $ 46.00 $ 37,950.00 Success: All values provided #1-24 6" Thick Concrete with 6" ABC Class 7 502 200 SY $ 52.00 $ 10,400.00 Success: All values provided #1-25 6" Thick Concrete Sidewalk Turndown with Curb 502 70 LF $ 67.00 $ 4,690.00 Success: All values provided #1-26 Solid Sod (Bermuda) 505 2850 SY $ 4.50 $ 12,825.00 Success: All values provided #1-27 Mailbox with Support 506 1 EA $ 368.00 $ 368.00 6" Solid Double Yellow Pavement Markings Success: All values provided #1-28 (Painted) 507 950 LF $ 2.65 $ 2,517.50 6" Solid Single White Pavement Markings Success: All values provided #1-29 507 130 LF $ 2.65 $ 344.50 (Painted) Success: All values provided #1-30 18" Solid White Stop Line (Painted) 507 15 LF $ 7.85 $ 117.75 Success: All values provided #1-31 24" x 72" Solid White Crosswalk Line (Painted) 507 50 LF $ 10.50 $ 525.00 Success: All values provided #1-32 24" x 120" Solid White Croswalk Line (Painted) 507 75 LF $ 10.50 $ 787.50 Success: All values provided #1-33 30" x 30" R1-1 (Stop Sign) w/Support 508 2 EA $ 315.00 $ 630.00 Success: All values provided #1-34 30" x 30" W1-1 (Turn) w/Support 508 2 EA $ 315.00 $ 630.00 Success: All values provided #1-35 18" x 18" W13-1P (20 M.P.H.) 508 2 EA $ 157.50 $ 315.00 Success: All values provided #1-36 24" x 30" R2-1 Speed Limit (25 M.P.H.) w/Support 508 2 EA $ 315.00 $ 630.00 Success: All values provided #1-37 30" x 30" WI 1-2 w/W16-7P w/Support 508 2 EA $ 368.00 $ 736.00 Success: All values provided #1-38 Erosion Control 509 1 LS $ 5,000.00 $ 5.000.00 Success: All values provided #1-39 Construction Entrance/Exit 509 1 EA $ 2,500.00 $ 2,500.00 Success: All values provided #1-40 Traffic Control and Maintenance 510 1 LS $ 11,000.00 $ 11,000.00 Success: All values provided #1-41 6' Wood Privacy Fence 512 200 LF $ 29.50 $ 5,900.00 Success: All values provided #1-42 Temporary Fencing 512 200 LF $ 5.00 $ 1.000.00 Success: All values provided #1-43 Ameristar Fence Success: All values provided #1-44 Cast -in -Place Detectable Warning Panel Success: All values provided #1-45 Project Signs Success: All values provided #1-46 2" Cold Milling Asphalt Pavement Success: All values provided #1-47 Adjust Existing Sewer Manhole to Grade Success: All values provided #1-48 Utility Conduit Installation Success: All values provided #1-49 Utility Trenching Success: All values provided 41-50 Princeton Elm (Ulmus Americana 'Princeton') Success: All values provided #1-51 Northern Red Oak (Quercus Rubra) Success: All values provided #1-52 Amended Soil (Each Tree) Success: All values provided #1-53 CU-Structural Soil® (Tree Planting) 6" Sch. 40 PVC Driveway Drain Pipe w/ Concrete Success: All values provided 41-54 Collars Success: All values provided #1-55 4" Sch. 40 PVC Conduit Sleeve Success: All values provided #1-56 Construction Video & Photographs 702 75 LF $ 71.25 $ 5.343.75 513 75 SF $ 15.00 $ 1_125,00 514 2 EA $ 787.50 $ 1,575.00 516 50 SY $ 19.00 $ 950.00 703 1 E,4 $ 400.00 $ 400.00 704 1 LS $ 2,700.00 $ 2.700.00 705 1 LS $ 5,000.00 $ 5,000.00 706 21 EA $ 385.00 $ 8.085,00 706 8 EA $ 385.00 $ 3,080.00 706 14 EA $ 52.50 $ 735.00 706 200 CY $ 101.00 $ 20,200.00 NA 1 LS $ 1.500.00 $ 1,500.00 NA 1 LS $ 1,500.00 $ 1.500.00 1325 1 LS $ 1,500.00 $ 1,500.00 City of Fayetteville, Arkansas - Budget Adjustment Form (Legistar) Budget Year Division Adjustment Number /Org2 ENGINEERING (621) 2020 Requestor: Matt Casey BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: Approval of a contract in the amount of $325,885.00 with Sweetser Construction, Inc. for the construction of the Steamboat Drive/Dorothy Jeanne Street Connection, approval of a project contingency of $48,880.00 (15%) and approval of a budget adjustment. RESOLUTION/ORDINANCE COUNCIL DATE: LEGISTAR FILE ID#: 6/16/2020 2020-0455 M atthev M addax, 512812020 2:50 PM Budget Director TYPE: JOURNAL #: GLDATE: CHKD/POSTED: Date D - (City Council) 6/16/2020 TOTAL - _ v.20200324 Increase / (Decrease) Proiect.Sub# Account Number Expense Revenue Project Sub.Detl AT Account Name 4602.860.7217-5809.00 374,765 - 46020 7217 EX Improvements - Street 4602.860.7999-5899.00 (374,765) - 46020 7999 EX Unallocated - Budget HABudget Adjustments\2020_Budget\City Council\06-16-2020\BA 2020-0455 Steamboat Construction Contract 1 of 1 Change Order 1 Steamboat Drive/Dorothy Jeanne Street Connection Project City of Fayetteville Staff Review Form 2020-0939 Legistar File ID NA City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Matt Casey 10/26/2020 ENGINEERING (621) Submitted By Submitted Date Division / Department Action Recommendation: Approval of Change Order 1 for the Steamboat Drive/Dorothy Jeanne Street Connection Project which will increase the contract amount by $5,720.00 and the contract time by 46 days 4602.860.7217-5809.00 Account Number 46020.7217 Project Number Budget Impact: 4602 - Transportation Project 2019 Bond Fund Steamboat/Dorothy Jeanne Connection Budgeted Item? Yes Current Budget Funds Obligated Current Balance Does item have a cost? Yes Item Cost Budget Adjustment Attached? NA Budget Adjustment Remaining Budget Project Title $ 344,946.00 $ 339,225.16 $ 5,720.84 $ 5,720.00 S 0.84 V20180321 Purchase Order Number: 2020-00000520 Previous Ordinance or Resolution # 167 20 Change Order Number: Original Contract Number: 2020-00000039 Comments: Approval Date: 10/29/20 CITY OF FAYETTEVILLE ARKANSAS TO: Mayor Lioneld Jordan THRU: Susan Norton, Chief of Staff Garner Stoll, Development Services Director Chris Brown, P.E., City Engineer FROM: Matt Casey, Engineering Design Manager DATE: October 26, 2020 STAFF MEMO SUBJECT: Approval of Change Order No. 1 for the Steamboat Drive/Dorothy Jeanne Street Connection Project RECOMMENDATION: Staff recommends approval of Change Order 1 for the Steamboat Drive/Dorothy Jeanne Street Connection Project which will increase the contract amount by $5,720.00 and the contract time by 46 days. BACKGROUND: The Steamboat/Dorothy Jeanne Connection Project is a street project that was selected as part of the 2019 Transportation Bond Program. Steamboat Drive extends north of Wedington Drive just west of the 1-49 interchange and ends at the north end of the commercial district. Dorothy Jeanne is an east -west street that connects to Shiloh Drive. When the 1-49 and Wedington Drive interchange improvements are completed Shiloh Drive will be converted to a right -in right - out only intersection, and the signalization at that intersection will be removed. Steamboat Drive will be signalized and will allow for full entrance and exit movements to the commercial area. Extending Steamboat to Dorothy Jeanne will connect Shiloh Drive and Steamboat Drive, providing better access and connectivity for the entire shopping and hotel area as well as the residential neighborhoods to the north. The improvements will include two traffic lanes with a 10' multi -use trail on one side of the roadway and a 6' wide sidewalk on the other side. On June 16, 2020 the City Council approved a contract with Sweetser Construction, Inc. for the construction of this project. Construction began in July of 2020 and is expected to be complete by February 2021. DISCUSSION: After the start of construction for this project, the contractor discovered a conflict with existing underground an electric line that was not marked by One -Call for the survey and was not identified on SWEPCO's mapping for this area. This created a delay in the construction of the project. Staff worked with SWEPCO to develop a plan for Sweetser to dig the trench for a new electric line to be placed in and SWEPCO to install the line for the relocation. This change order adds an item to the contract for the trenching and also for additional time to compensate for the delay. Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 BUDGET/STAFF IMPACT: This project is funded by the 2019 Transportation Bond Program. The City Council approved a contingency of $44,880.00 for this project which will cover the cost of this change order. The original contract amount was $325,885.00. With this change order, the new total will be $331,605.00 Attachments: Change Order 1 Vicinity Map Quotes CHANGE ORDER CITY OF FAYETTEVILLE ARKANS ARKANtAf Contract Tide: Steamboat Drive Roadway Extension Change Order No. I Date of Issuance October 22, 2020 To Contractor: SWEETSER CONSTRUCTION, INC. ORDINANCFIRESOLU77ON:167-70 The Contract is changed as follows: Efl'ective October 22, 2020 Bid Bid Previous Unit Contract Revised Revised Original Revised Contract Item Item Estimated of Unit Estimated Unit Estimated Estimated Changes No. Descrilion Quantity Measure Price QuantityPrice Cost Cost 57 Excavate Utility It I. I. x 3171, and backfilling to existing grade 0 LF 50.00 286 $20.00 $5,720.t 10 Summation of Cast $0.00 $5,720.00 Net Cost for this Change Order $5,720.00 Not valid until signed by the Owner The txtgmal Contract Price was Net change by previously authorwd change orders $ 325 8R5.00 $ The Contract Price prior to this Change Order was $ 325,W.00 Tice Contract Price will be adjusted by $ 5,720.00 The new Contract Price including this Change Order will be _ $ 331 AW.IR The Contract Time(s) will be increased by 46 calendar dams Requited dates of Completion as of the date of this Change Order therefore are: Substantial Completion _ _ _ _ 24-Feb-21 Final Completion _ _ �— —__ 26-Mar-21 NOTE: This summary does mA refleo changes in the Contrn:t Price or Time(s) %Mich have bee authorized by Worts Change Directives not incorporated in this or previous Change Orders. l SWEE „rtjiS�R JOIN, INC. OF RAYETT V LE Bf 6ATE- BY DATF. STEAM BOAT [DRIVE ROAnWAY EXTENSION for the City of Fayetteville MAY 2020 • wen %iMwon StyM � _ _ PROJECT LOCATION !. i - .w...�... new • v: ttt : � t}a; ,a. �. u 3 so weu +han9tw. [k..< C wen web,q,M Or..e w<et weWgtaP..e d M ii (�WY 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 i w<a cmi<y d Steamboat Drive/Dorothy Jeanne Street Connection Project City of Fayetteville Staff Review Form 2020-1131 Legistar File ID NA City Council Meeting Date-Agenda Item Only N/A for Non-Agenda Item Matt Casey 12/15/2020 ENGINEERING (621) Submitted By Submitted Date Division/ Department Action Recommendation: Approval of Change Order 2 for the Steamboat Drive/Dorothy Jeanne Street Connection Project which will increase the contract amount by$9,320.00. Budget Impact: 4602.860.7217-5809.00 4602 -Transportation Project 2019 Bond Account Number Fund 46020.7217 Steamboat/Dorothy Jeanne Connection Project Number Project Title Budgeted Item? Yes Current Budget $ 452,775.00 Funds Obligated $ 396,502.50 Current Balance $ 56,272.50 j Does item have a cost? Yes Item Cost $ 9,320.00 Budget Adjustment Attached? NA Budget Adjustment Remaining Budget 46,952.50 V20180321 Purchase Order Number: 2020-00000520 Previous Ordinance or Resolution# 167-20 Change Order Number: Approval Date: 12/21/2020 Original Contract Number: 2020-00000039 Comments: 40 CITY OF FAYETTEVILLE STAFF MEMO ARKANSAS TO: Mayor Lioneld Jordan THRU: Susan Norton, Chief of Staff Garner Stoll, Development Services Director Chris Brown, P.E., City Engineer FROM: Matt Casey, Engineering Design Manager DATE: December 15, 2020 SUBJECT: Approval of Change Order No. 2 for the Steamboat Drive/Dorothy Jeanne Street Connection Project RECOMMENDATION: Staff recommends approval of Change Order 2 for the Steamboat Drive/Dorothy Jeanne Street Connection Project which will increase the contract amount by $9,320.00. BACKGROUND: The Steamboat/Dorothy Jeanne Connection Project is a street project that was selected as part of the 2019 Transportation Bond Program. Steamboat Drive extends north of Wedington Drive just west of the 1-49 interchange and ends at the north end of the commercial district. Dorothy Jeanne is an east-west street that connects to Shiloh Drive. When the 1-49 and Wedington Drive interchange improvements are completed Shiloh Drive will be converted to a right-in right- out only intersection, and the signalization at that intersection will be removed. Steamboat Drive will be signalized and will allow for full entrance and exit movements to the commercial area. Extending Steamboat to Dorothy Jeanne will connect Shiloh Drive and Steamboat Drive, providing better access and connectivity for the entire shopping and hotel area as well as the residential neighborhoods to the north. The improvements will include two traffic lanes with a 10' multi-use trail on one side of the roadway and a 6' wide sidewalk on the other side. On June 16, 2020 the City Council approved a contract with Sweetser Construction, Inc. for the construction of this project. Construction began in July of 2020 and is expected to be complete by February 2021. DISCUSSION: After the start of construction for this project, the contractor brought to the Engineering staffs attention that a significant tree would be in conflict with the construction of the new trail along the north side of the roadway. While it was the intention all along for this tree to be removed, it was not specifically called out on the demolition plan to be removed. For this reason, the contractor claims that the removal was not included in their original construction bid. Unfortunately, the tree was quite large and in the vicinity of overhead utility lines. This led to a higher than usual quote from tree removal contractors. Staff has negotiated a fair price to have this work completed. In addition to the tree removal, staff has also worked with an adjacent Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 property owner for replacement of the privacy fence that will be disturbed during the construction. This change order includes adding two new bid items to cover these additions. BUDGET/STAFF IMPACT: This project is funded by the 2019 Transportation Bond Program. The City Council approved a contingency of$44,880.00 for this project which will cover the cost of this change order. The original contract amount was $325,885.00. With change order 2, the new total will be $340,925.00. Attachments: Change Order 2 Vicinity Map Quotes 2 CHANGE ORDER . CITY tn' Or . FAYIETTEVILLE ARKANSAi Contract Title:Steamboat Drive Roadway Extension Change Order No. 2 Date of Issuance December 14,2020 To Contractor: SWEETSER CONSTRUCTION,INC. ORDINANCE/RESOL.UTION:167-20 The Contract is changed as follows: Effective December 14,2020 Bid Bid Previous Unit Contract Revised Revised Original Revised Contract hem Item Estimated of Unit Estimated Unit Estimated Estimated Changes No. Description Quantity Measure Price Quantity Price Cost Cost 58 Tree Removal Station 5+40(L) CO-2 U IS $0.00 I $4,000.00 $4,000.00 59 6'Wood Privacy Fence (Shadow Box)CO-2 0 LF $0.00 140 $38.00 $5 320.00 Summation of Cost - $9,320.00 Not valid until sifined by the Owner Net Cost for this Change Order $9,320.00 The original Contract Price was $ 323,885.00 Net change by previously authorized change orders $ $720.00 The Contract Price prior to this Change Order was $ 331,605.00 The Contract Price will be adjusted by $ 9320.00 The new Contract Price including this Change Order will be $ 340,925.00 The Contract Time(s)will be increased by — 0 calendar days Required dates of Completion as of the date of this Change Order therefore are: Substantial Completion 24-Feb-21 Final Completion ____ 26-Mar-21 NOTE: This summary does not reflect changes in the Contract Price or Times)which have been nut 'red by Work Change Directives not incorporated in this or previous Change Orders. SW RtO STRUCTION,INC. CI AYE LE ._►.. BY DATE BY DATE STEAM BOAT MR IVE ROADWAY EXTENSION for the City of Fayetteville MAY 2020 Nets,Helot WM j ! Alit.a,•nu.+u.N,.s+. PROJECT LOCATION r ,. i f w.,,a.a.r�.,.. vav,Doran#k...e U... / Cof/te,StOne Vbt,'••r.0o•,d,,e / 8 ,=.,aca.+ 1 P d .x as co m l0 - • , .,• 0 Ar.r moo.a,. = *gem w.n,q,m qr.,. _ _ Writ 1/ _lte i Om* ..._.1 -M If. tM' - 1_.__ _. a,:n West~my.,a 01 ,n Fait OM* l 3 4 a� °rA,:^ar`,+i r VICINITY MAP CITY OF tr � FAYETTEVILLE ARKANSAS www.fa yettevi I I e-a r.g ov ENGINEERING DIVISION PHONE:(479)575-8206 FAX NO (479)575-8202 113 W.MOUNTAIN STREET PROJECT:ENGR.No.8126