HomeMy WebLinkAbout59-22 RESOLUTION113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 59-22
File Number: 2022-0132
BID #21-79 SWEETSER CONSTRUCTION, INC. - 2019 TRAIL IMPROVEMENT BOND
PROJECT:
A RESOLUTION TO AWARD BID #21-79 AND AUTHORIZE A CONTRACT WITH
SWEETSER CONSTRUCTION, INC. IN THE AMOUNT OF $535,029.00 FOR
CONSTRUCTION OF THE MISSION -RAZORBACK GREENWAY CONNECTOR
PROJECT, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $60,000.00,
AND TO APPROVE A BUDGET ADJUSTMENT - 2019 TRAIL IMPROVEMENT BOND
PROJECT
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #21-79 and
authorizes Mayor Jordan to sign a contract with Sweetser Construction, Inc., a copy of which is
attached to this Resolution, in the amount of $535,029.00 for construction of the Mission -Razorback
Greenway Connector Project, and further approves a project contingency in the amount of
$60,000.00.
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 3/1/2022
Page 1 Printed on 312122
Resolution: 59-22
File Number. 2022-0132
Attest:
GLj R K 11 fr�Ii
Kara Paxton, City Clerk Treasurrr Fq } ` 7--L'. : x
Page 2 Printed on 3/2M
City of Fayetteville, Arkansas 113 West Mountain Street
Fayetteville, AR 72701
(479)575-8323
Text File
File Number: 2022-0132
Agenda Date: 3/1/2022 Version: 1 Status: Passed
In Control: City Council Meetinq File Type: Resolution
Agenda Number: A.7
BID #21-79 SWEETSER CONSTRUCTION, INC. - 2019 TRAIL IMPROVEMENT BOND
PROJECT:
A RESOLUTION TO AWARD BID #21-79 AND AUTHORIZE A CONTRACT WITH SWEETSER
CONSTRUCTION, INC. IN THE AMOUNT OF $535,029.00 FOR CONSTRUCTION OF THE
MISSION -RAZORBACK GREENWAY CONNECTOR PROJECT, TO APPROVE A PROJECT
CONTINGENCY IN THE AMOUNT OF $60,000.00, AND TO APPROVE A BUDGET
ADJUSTMENT - 2019 TRAIL IMPROVEMENT BOND PROJECT
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #21-79 and
authorizes Mayor Jordan to sign a contract with Sweetser Construction, Inc., a copy of which is attached to
this Resolution, in the amount of $535,029.00 for construction of the Mission -Razorback Greenway Connector
Project, and further approves a project contingency in the amount of $60,000.00.
Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a
copy of which is attached to this Resolution.
City of Fayetteville, Arkansas Page 1 Printed on 31212022
Matt Mihalevich
Submitted By
City of Fayetteville Staff Review Form
2022-0132
Legistar File ID
3/1/2022
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
2/10/2022 ENGINEERING (621)
Submitted Date Division / Department
Action Recommendation:
Staff recommends award of Bid 21-79 and authorization of a contract with Sweetser Construction, Inc. in the
amount of $535,029 and approval of a $60,000 contingency for the construction of the Mission -Razorback
Connector project and approval of a budget adjustment.
Budget Impact:
4603.860.7302-5814.05
4470.800.8830-5814.05
Trails Projects 2019 Bonds
Sales Tax Capital Improvement
Account Number Fund
46030.7302 Mission Boulevard Corridor
02016.2102 Trail Dev., Misson-Razorback Connector
Project Number
Budgeted Item? Yes
Does item have a cost? Yes
Budget Adjustment Attached? Yes
Purchase Order Number:
Change Order Number:
Original Contract Number:
Comments:
Current Budget
Funds Obligated
Current Balance
Item Cost
Budget Adjustment
Remaining Budget
Project Title
$ 455,408.00
$ 18,000.00
$ 437,408.00
$ 535,029.00
$ 228,029.00
$ 130,408.00
V20210527
Previous Ordinance or Resolution # 136-21
Approval Date:
—� CITY OF
FAYETTEVILLE
ARKANSAS
MEETING OF MARCH 1ST, 2022
TO: Mayor and City Council
THRU: Susan Norton, Chief of Staff
Chris Brown, Public Works Director
FROM: Matt Mihalevich, Trails Coordinator
DATE: February 9th, 2022
CITY COUNCIL MEMO
SUBJECT: 2022-0132 — Award Bid #21-79 for Construction of the Mission -Razorback
Connector
RECOMMENDATION:
Staff recommends award of Bid 21-79 and authorization of a contract with Sweetser
Construction, Inc. in the amount of $535,029 and approval of a $60,000 contingency for the
construction of the Mission -Razorback Connector project and approval of a budget adjustment.
BACKGROUND:
In May of 2021, the City of Fayetteville was awarded a grant from the Walton Family Foundation
in the amount of $385,000 for the construction of the Mission -Razorback Connector bikeway
and these funds were recognized by resolution 136-21. $18,000 of this grant has been used to
hire Archetype for identity branding of the Fayetteville trail system as part of the grant.
The Mission -Razorback Connector project includes improvements along the 1.1-mile distance in
the right of way of Prospect, Park, Trenton and Rebecca Streets between Mission Blvd and the
Razorback Regional Greenway. This bikeway corridor was identified as part of the regional
network in the 2014 NWA Reginal Bike Ped Master Plan and prioritized in Toole Design Group's
2019 Targeted Bicycle Network Strategy document for Fayetteville to create a safer more
comfortable route for people riding bikes and walking between Razorback Regional Greenway
to the Mission Blvd Trail that will be under construction later this year.
More than 12,000 people live within one mile (or a 6-minute bike ride) of the center point of the
route. The bikeway passes through vibrant residential and commercial streets highlighted by
Wilson Park. The Mission -Razorback Connector combined with the Mission Blvd improvements
will connect cyclists, of all ages and abilities, to safe, comfortable and attractive bike
infrastructure and greater access to housing, grocery stores, parks, schools and the regional
trail network.
The most significant part of the proposed improvements will be a mountable raised side path
along the north side of Trenton Blvd to be used by people walking and riding bikes and can be
driven on by vehicles for passing when clear. All current on -street parking will remain
throughout the corridor.
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
The project also includes widening the sidewalk on Prospect Street from the Razorback
Greenway to Wilson Ave to a 10-foot side path and improving the intersection to provide
enhanced bike and pedestrian access to Wilson Park. The remaining portions of the route will
include shared bike lane markings and improved wayfinding signage.
When the Mission -Razorback Connector and the Mission Blvd. Trail are complete a 12-mile
loop will be created for Northeast Fayetteville that includes sections of the Old Wire Cycle
Track, Niokaska Creek and Mud Creek Trails and the Razorback Regional Greenway.
DISCUSSION:
On March 101", 2021, the Active Transportation Advisory Committee reviewed the Mission -
Razorback Connector project and unanimously supported the project moving forward. On April
271" 2021, the Transportation Committee reviewed the project. Resident notification letters
have been sent to residents along the corridor and the plans have been posted on-line for public
feedback. The responses have been overwhelmingly supportive of the project.
The Mission -Razorback Connector was designed by the Engineering Division and construction
will be managed by city staff. Bid #21-79 was opened publicly on February 8t", 2022 with five
bidders providing bids. Sweetser Construction, Inc. being the lowest responsive bidder and the
bid tabulation is included. The bid amount is above the engineers estimate but within the
amount if certification of funds. The contract time is 120 days for final completion.
BUDGET/STAFF IMPACT:
The Walton Family Foundation grant will cover $367,000 of the construction cost with the
remaining $168,029 plus the $60,000 contingency funds from the 2019 trail bond.
Purchase Order Detail
Account
Proiect
Amount
4470.800.8830-5814.05
02016.2102
$ 367,000
4603.860.7302-5814.05
46030.7302
$ 168,029
Total
$ 535,029
Attachments:
Mission -Razorback Connector Map
Walton Family Foundation Grant Letter
Resolution 136-21
Bid #21-79 Recommendation of Award
Section 0500 Agreement signed by Sweetser Construction, Inc.
Sweetser Construction, Inc. Bid Submittal
a� (V _0 Q
> �
Poplar St . Q
�v � v
> Ci 4 > r a
'Mille)r 5 Woodland
Q>
a,
0
o
o O f
fSycamore St U
y
ouglas st
D
Maple St
�� � Existing12 foot wide
G1 i Shared -Use Paved Trail
v F o Niokaska Creek Trail
oTo Razorback
Ash St Greenwa `5
Fairview
Memorial
Gardens
Viewpoint Dr.
Gregory
Park New 12 foot wide Shared q___)
Paved Trail (South Side
Veterans
Health Care „ Evelyn � /Emerson.
System ofHillsthe Ozarkso
o0
North St NOrthStreet
CITY OF
c.
Lakeside Dr
Dr.
Jackson Dr.
/ �Woodlawn Dr.
l �
v > Rush
Q a ; Razorback- Mission Connector
V 11� vvasningEon r I Maple St -
a
N
W + E
S
v Q
Q C
Dickson St =
-_LL
-
=afayette St
� > 45 �
a a
3 > L
o — v
O -�
Dickson St � v
Q
J Q �
0
p � o
N p 3 Ql
� I Root J
Y Q P
Signal Enhancements
For Bike/Ped
Rockwood Trl
IN
New 10 foot wide Shared Use
Assm� Paved Trail (West Side)
6�
L
Q
9s
s�
�6
L
O
Legend
� Mission Blvd. Trail (Late 2022
Construction)
Existing Shared -Use Paved
Trail
Proposed Mission -Razorback
Connector Bikeway
Mission Blvd. Trail - 1.5 Miles February 2022
FAYETTEVILLE
r� ARKANSAS Mission -Razorback Connector Bikeway - 1.1 Mile 0 0.125 0.25 0.5
Miles
Dickson St =
-_LL
-
=afayette St
� > 45 �
a a
3 > L
o — v
O -�
Dickson St � v
Q
J Q �
0
p � o
N p 3 Ql
� I Root J
Y Q P
Signal Enhancements
For Bike/Ped
Rockwood Trl
IN
New 10 foot wide Shared Use
Assm� Paved Trail (West Side)
6�
L
Q
9s
s�
�6
L
O
Legend
� Mission Blvd. Trail (Late 2022
Construction)
Existing Shared -Use Paved
Trail
Proposed Mission -Razorback
Connector Bikeway
Mission Blvd. Trail - 1.5 Miles February 2022
FAYETTEVILLE
r� ARKANSAS Mission -Razorback Connector Bikeway - 1.1 Mile 0 0.125 0.25 0.5
Miles
DocuSign Envelope ID: 93836755-B729-450E-982B-7BODD645A47A
WALTON FAMILY
F O U N D A T I O N
May 26, 2021
Mayor Lioneld Jordan
City of Fayetteville
113 W. Mountain Street
Fayetteville, AR 72701
RE: Grant 00102138
Dear Mayor,
At the Walton Family Foundation, we work to tackle tough social and environmental problems with urgency and a long-
term approach to create access to opportunity for people and communities. To do this, we know we must work with
individuals and groups closest to these challenges because they often have the most thoughtful, insightful solutions.
As we support efforts to improve K-12 education, protect our rivers and oceans and the livelihoods they support, and
promote quality of life in our Home Region, we look to groups like yours. I am pleased to inform you that your grant
request has been approved for an amount up to $385,000.00 to support a 1:4 grant request of up to $385,000.00 to
construct a 1.1-mile neighborhood bike and pedestrian connector, linking multiple central Fayetteville neighborhoods,
parks and transportation corridors. The grant funds are subject to the terms attached, and you should receive the funds
within 14 days. If you have any questions, please contact HomeRegion@wffmail.com and reference Grant 00102138.
On behalf of the Walton Family Foundation, I express my appreciation for what your organization has accomplished so
far and my optimism for your future success. Together, we can have an impact that improves lives today and that will last
to benefit future generations.
Sincerely,
EDI-Sil"11 by:
4CFBB2644
Caryl M. Stern
Executive Director
PO Box 2030 44 Cook Street, Suite 255 111 Town Square Place, Suite 420 919106, Street, NW, Suite 400
Bentonville, AR 72712 Denver, CC 00206 Jersey City, NJ 07310 Washington, D_C_ 20006
113 West Mountain Street
Fayetteville, AR 72701
(479) 57"323
Resolution: 136-21
File Number: 2021-0322
WALTON FAMILY FOUNDATION GRANT:
A RESOLUTION TO AUTHORIZE MAYOR JORDAN TO ACCEPT A GRANT FROM THE
WALTON FAMILY FOUNDATION IN THE AMOUNT OF $385.000.00 TO FUND THE
CONSTRUCTION OF BICYCLE AND PEDESTRIAN IMPROVEMENTS ALONG
PROSPECT STREET, PARK AVENUE, TRENTON BOULEVARD, AND REBECCA STREET
TO CREATE THE MISSION -RAZORBACK CONNECTOR. AND TO APPROVE A BUDGET
ADJUSTMENT
WHEREAS, the Mission -Razorback Connector project includes improvements along the 1.1-mile
d'stance in the right of way of Prospect, Park, Trenton and Rebecca Streets between Mission
Boulevard and the Razorback Regional Greenway; and
WHEREAS, more than 12,000 people live within one mile (or a 6-minute bike ride) c£the center
point of the route; and
WHEREAS, the Mission -Razorback Connector, combined with the Mission Boulevarc
improvements, will connect cyclists of all ages and abilities to safe, comfortable, and atractive
bike infrastructure and greater access to housing, grocery stores, parks, schools and the
regional trail network; and
WHEREAS, the Walton Family Foundation has awarded a grant to the City that will fund the cost of
designing bicycle and pedestrian improvements along Prospect Street, Park Avenue, Trenton
Boulevard and Rebecca Street with the no snatching funds by the City of Fayettevil.e.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Page 1 Panted on 5119121
Resolution 136-21
File Number. 2021-0322
Section 1: That the City Council of the City of Fayetteville. Arkansas hereby tharks -.he Walton
Family Foundation. and authorizes Mayor Jordan to execute a Grant Agreement with tote Walton
Family Foundation in the amount of $385,000.00 to fund bicycle and pedestrian imprivements along
Frospect Street, Park Avenue, Trenton Boulevard. and Rebecca Street to create the
Mission -Razorback Connector.
Section 3: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget
adjustment, a copy of which is attached to this Resolution, recognizing the grant funds.
PASSED and A?PROVED on 5/18/2021
Attest:
��.•' G� Y A,C•gd+
ca;
Kara Paxton, City Clerk. Treasuar ; �v►tLE . w
Page 2 Printed on 5/19/21
CfTY OF
FAYETTEVILLE
ARKANSAS
BID TABULATION
BID 21-79, CONSTRUCTION - MISSION - RAZORBACK CONNECTOR
DEADLINE: TUESDAY, FEBRUARY 8, 2022 BEFORE 2PM, LOCAL TIME
CERTIFICATION OF FUNDS
Certified Funds $ 450,000.00
25% Additional Allowance Allowed per State Law $ 112,500.00
Maximum Award Amount $ 562,500.00
DETAILS OF BID SCHEDULE
Sweetser Construction, Inc.
NEC, Inc (N.E.C., Inc.)
Diamond C Construction
Benchmark Construction
Crossland Heavy
Company
(Benchmark
Contractors,
Inc.
Total Pricel
$535,029.00
Total Pricel
$656,230.50
Total Price
$716,239.31
Total Price
$756,313.80
Total Pricel
$791,587.87
Line # Description
CITY UOM
Unit
Extended
Unit
Extended
Unit
I Extended
Unit
Extended
Unit
Extended
1
Mobilization (Shall not exceed 5% of Total Bid)
1
L.S.
$10,500.00
$10,500.00
$23,385.00
$23,385.00
$3,795.00
$3,795.00
$36,320.00
$36,320.00
$35,000.00
$35,000.00
2
Insurance and Bonding
1
L.S.
$6,200.00
$6,200.00
$16,718.00
$16,718.00
$24,529.50
$24,529.50
$16,331.00
$16,331.00
$11,800.00
$11,800.00
3
Construction Control (Staking)
1
L.S.
$5,000.00
$5,000.00
$6,001.00
$6,001.00
$5,750.00
$5,750.00
$9,330.00
$9,330.00
$12,000.00
$12,000.00
4
Traffic Control
1
L.S.
$52,800.00
$52,800.00
$3,466.00
$3,466.00
$17,250.00
$17,250.00
$40,330.00
$40,330.00
$33,827.90
$33,827.90
5
Erosion Control
1
L.S.
$5,475.00
$5,475.00
$9,683.00
$9,683.00
$5,750.00
$5,750.00
$29,730.00
$29,730.00
$28,844.46
$28,844.46
6
Tree/Brush Trimming
1
L.S.
$4,000.00
$4,000.00
$4,307.00
$4,307.00
$5,750.00
$5,750.00
$11,180.00
$11,180.00
$8,961.28
$8,961.28
7
Demolition (Sawcut, Remove and Disposal)
1
L.S.
$40,085.00
$40,085.00
$37,201.00
$37,201.00
$46,000.00
$46,000.00
$130,630.00
$130,630.00
$41,015.83
$41,015.83
8
Select Fill Hillside (As directed)
50
C.Y.
$48.00
$2,400.00
$50.00
$2,500.00
$50.60
$2,530.00
$75.00
$3,750.00
JILLO
$1,550.00
9
Class 7 Base (As directed)
50
C.Y.
$69.00
$3,450.00
$52.50
$2,625.00
$57.50
$2,875.00
$113.00
$5,650.00
50.00
$2,500.00
10
4" depth 10' wide Concrete Trail (4K PSI w/fiber) (Class 7 Base)
606
S.Y.
$64.00
$38,784.00
$76.50
$46,359.00
$95.46
$57,848.76
$110.68
$67,072.08
$75.00
$45,450.00
11
4" depth Doweled Concrete (Rebecca) (4K PSI w/fiber) (Class 7)
72
S.Y.
$75.00
$5,400.00
$147.50
$10,620.00
$329.03
$23,690.16
$150.83
$10,859.76
$83.00
$5,976.00
12
4" depth Concrete Sidewalk (4K PSI w/fiber)(Class 7 Base)
123
S.Y.
$64.00
$7,872.00
$97.00
$11,931.00
$204.76
$25,185.48
$126.18
$15,520.14
$83.00
$10,209.00
13
6" depth 9' wide Flush Concrete Trail (4,000)(Class 7 Base)
232
S.Y.
$72.00
$16,704.00
$112.50
$26,100.00
$144.50
$33,524.00
$159.66
$37,041.12
$87.00
$20,184.00
14
6" depth 10' wide Raised Concrete Trail (4,000)(Class 7 Base)
498
S.Y.
$78.00
$38,844.00
$84.50
$42,081.00
$100.80
$50,198.40
$121.41
$60,462.18
$90.00
$44,820.00
15
8" depth Colored Concrete Crosswalk (4,000) (Class 7 Base)
220
S.Y.
$120.00
$26,400.00
$120.00
$26,400.00
$301.62
$66,356.40
$147.86
$32,529.20
$217.37
$47,821.40
16
Cast In Place Detectable Warning Panel
125
S.F.
$40.00
$5,000.00
$42.50
$5,312.50
JZLL0
$2,875.00
$57.28
$7,160.00
$320.00
$40,000.00
17
6" Square Face Concrete Curb & Gutter
985
L.F.
$30.00
$29,550.00
$26.00
$25,610.00
23.36
$23,009.60
$40.98
$40,365.30
$31.50
$31,027.50
18
12" x 3" Stand Alone Mountable Curb
210
L.F.
$45.00
$9,450.00
$44.00
$9,240.00
25.20
$5,292.00
$28.29
$5,940.90
$30.50
$6,405.00
19
Modified 3" Concrete Curb & Gutter
455
L.F.
$40.00
$18,200.00
$30.00
$13,650.00
25.28
$11,502.40
$43.12
$19,619.60
$26.50
$12,057.50
20
18" Concrete Ribbon Curb Flush
30
L.F.
$32.00
$960.00
$56.00
$1,680.00
30.67
$920.10
$62.67
$1,880.10
$34.00
$1,020.00
21
4" Depth Concrete Scooter Parking Area
14
S.Y.
$62.00
$868.00
$60.00
$840.00
$1,347.15
$18,860.10
$92.86
$1,300.04
$84.00
$1,176.00
22
6" Depth Concrete Driveway Apron
59
S.Y.
$89.00
$5,251.00
$84.50
$4,985.50
$368.39
$21,735.01
$101.36
$5,980.24
$96.00
$5,664.00
23
T-Patch (Includes Asphalt and all items in detail)
49
S.Y.
$200.00
$9,800.00
$169.50
$8,305.50
$841.00
$41,209.00
86.90
$4,258.10
$201.00
$9,849.00
24
4' x 5' Reinforced Concrete Drop Inlet Box
1
E.A.
$7,500.00
$7,500.00
$8,502.00
$8,502.00
$5,750.00
$5,750.00
$7,134.00
$7,134.00
$8,500.00
$8,500.00
25
5' x 5' Reinforced Concrete Drop Inlet Box
1
E.A.
$7,150.00
$7,150.00
$8,502.00
$8,502.00
$6,325.00
$6,325.00
$8,170.00
$8,170.00
$10,200.00
$10,200.00
26
4' Curb Inlet Extension
3
E.A.
$1,200.00
$3,600.00
$1,629.00
$4,887.00
$2,875.00
$8,625.00
$391.24
$1,173.72
$1,240.00
$3,720.00
27
NEENAH R-3246-AM Modified Curb Grate
1
E.A.
$3,200.00
$3,200.00
$2,250.00
$2,250.00
$4,025.00
$4,025.00
$2,965.00
$2,965.00
$10,000.00
$10,000.00
28
24" Flared End Section
1
E.A.
$1,200.00
$1,200.00
$665.00
$665.00
$1,400.70
$1,400.70
$1,024.00
$1,024.00
$1,425.00
$1,425.00
29
24" Reinforced Concrete Pipe
36
L.F.
$260.00
$9,360.00
$247.00
$8,892.00
$111.81
$4,025.16
83.31
$2,999.16
$181.00
$6,516.00
30
Sanitary Sewer Man Hole Adjustment
9
E.A.
$1,200.00
$10,800.00
$4,239.00
$38,151.00
$2,300.00
$20,700.00
$636.22
$5,725.98
$1,025.00
$9,225.00
31
Signs & Posts (MUTCD)
27
E.A.
$600.00
$16,200.00
$575.50
$15,538.50
$698.52
$18,860.04
$684.20
$18,473.40
$650.00
$17,550.00
32
Removal of Crosswalk Striping (grinding)
36
L.F.
$6.00
$216.00
$6.00
$216.00
$12.78
$460.08
$12.44
$447.84
$6.50
$234.00
33
6' x 3' Bike Symbol (Thermoplastic) (White)
11
E.A.
$960.00
$10,560.00
$921.00
$10,131.00
$444.32
$4,887.52
$435.40
$4,789.40
$1,050.00
$11,550.00
34
6' x 3' Pedestrian Symbol (Thermoplastic) (White)
11
E.A.
$960.00
$10,560.00
$921.00
$10,131.00
$386.82
$4,255.02
$373.20
$4,105.20
$1,050.00
$11,550.00
35
6' X 10' 9C-9 Super Sharrow (Green Background Thermoplastic)
29
E.A.
$1,440.00
$41,760.00
$1,382.00
$40,078.00
$1,015.18
$29,440.22
$995.20
$28,860.80
$1,550.00
$44,950.00
36
6' x 10' Bike Turn Symbol (Green Background Thermoplastic)
2
E.A.
$1,440.00
$2,880.00
$1,382.00
$2,764.00
$1,035.00
$2,070.00
$995.20
$1,990.40
$1,550.00
$3,100.00
37
5' x 82 feet Bike Lane Green (GripMMAX)
410
S.F.
$48.00
$19,680.00
$46.00
$18,860.00
$19.08
$7,822.80
18.66
$7,650.60
$52.00
$21,320.00
Bid 21-79 Addendum 2 - Page 1
38 24" Green Piano Keys Crosswalk (Thermo)
32
L.F.
$42.00
$1,344.00
$40.50
$1,296.00
$39.54
$1,265.28
$37.32
$1,194.24
$45.50
$1,456.00
39 12" Stop Bar & Crosswalk Thermoplastic
170
L.F.
$18.00
$3,060.00
$17.50
$2,975.00
$12.86
$2,186.20
12.44
$2,114.80
$19.50
$3,315.00
40 24" Crosswalk Thermoplastic
108
L.F.
$36.00
$3,888.00
$34.50
$3,726.00
$25.56
$2,760.48
$24.88
$2,687.04
$39.00
$4,212.00
41 24" Green Crosswalk Thermoplastic
42
L.F.
$42.00
$1,764.00
$40.50
$1,701.00
$32.86
$1,380.12
29.86
$1,254.12
$45.50
$1,911.00
42 "Yield" Thermoplastic Symbol
1
E.A.
$960.00
$960.00
$921.00
$921.00
$747.50
$747.50
$684.20
$684.20
$1,050.00
$1,050.00
43 Bike Lane Symbol (White Paint)
2
E.A.
$240.00
$480.00
$230.50
$461.00
$288.00
$576.00
$248.80
$497.60
$250.00
$500.00
44 4" Solid White Striping
890
L.F.
$3.60
$3,204.00
$3.50
$3,115.00
$1.30
$1,157.00
$1.24
$1,103.60
$3.90
$3,471.00
Electrical Panel Relocation (all work for service connection beyond the
45
green SWEPCO pedestal)
1
L.S.
$5,040.00
$5,040.00
$48,459.00
$48,459.00
$6,325.00
$6,325.00
$2,799.00
$2,799.00
$3,300.00
$3,300.00
Irrigation Backflow Relocation (all work for service connection beyond
46
the water meter).
1
L.S.
$810.00
$810.00
$36,344.00
$36,344.00
$3,450.00
$3,450.00
$1,057.00
$1,057.00
$1,700.00
$1,700.00
Gas Service Reconnection (all work for service connection beyond the
47
Black Hills gas meter).
1
L.S.
$1,200.00
$1,200.00
$12,115.00
$12,115.00
$1,380.00
$1,380.00
$1,492.00
$1,492.00
$2,600.00
$2,600.00
48 Native Boulders (Beam Rock) (+/- 2 feet tall by 8 feet long)
165
Ton
$130.00
$21:450'00
$201.00
$33,165.'00
$442.58
$73,025.70
$310.00
$51,150.00
$899.90
$148,483.50
49 Solid Sod
337
S.Y.
$10.00
$3,370.00
$8.50
$2,864.50
$8.54
$2,877.98
$3.42
$1,152.54
$6.50
$2,190.50
50 Topsoil
80
S.Y.
$10.00
$800.00
$6.50
$520.00
$50.32
$4,025.60
$4.73
$378.40
$5.00
$400.00
Certified:
Jonathan Smith
Digitally signed by Jonathan Smith
Date: 2022.02.09 15:46:10-06'00'
Jonathan Smith, Senior Purchasing Agent Date
Andrea Foren Digitally signed by Andrea Foren
Date: 2022.02.09 17:17:1 1-06'00'
Andrea Foren, Purchasing Manager
Date
Bid 21-79 Addendum 2 - Page 2
DOCUMENT 00500 — AGREEMENT
BETWEEN OWNER AND CONTRACTOR
Contract Name/Title: MISSION -RAZORBACK CONNECTOR
Contract No.:
(to be assigned after City Council approval)
THIS AGREEMENT is dated as of the / day of in the year 2022 by and
between The City of Fayetteville, Arkansas and Sweetser Construction, Inc. (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:
1. Mobilization/Demobilization
2. Construction of sidewalk/trail
3. Construction of Curb and Gutter
4. Placement of asphalt pavement
5. Installation of signs.
6. Installation of pavement markings
7. Complete site restoration including, concrete repair, topsoil, select grading,
sod and seed.
ARTICLE 2 - ENGINEER
2.01 The Project has been designed by the Engineering Elements, who is hereinafter called
Engineer. The Engineer assumes all duties and responsibilities, and has the rights
and authority assigned to Engineer in the Contract Documents in connection with
completion of the Work in accordance with the Contract Documents.
City of Fayetteville 00500 - 1
Mission -Razorback Connector
DOCUMENT 00500 — AGREEMENT (continued)
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 will be Substantially Completed within 90 calendar days after the
date when the Contract Times commence to run as provided in the
GENERAL CONDITIONS, and completed and ready for final payment in
accordance with the GENERAL CONDITIONS within 120 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 Two Hundred Dollars ($200.00) 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 Two
City of Fayetteville 00500 - 2
Mission -Razorback Connector
DOCUMENT 00500 — AGREEMENT (continued)
Hundred Dollars ($200.00) 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 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.
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
City of Fayetteville 00500 - 3
Mission -Razorback Connector
DOCUMENT 00500 —AGREEMENT (continued)
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. 90% 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.
2. Upon Substantial Completion, The City of Fayetteville shall pay an amount
sufficient to increase total payments to Contractor to 95% of the Contract
Price (with the balance being retainage), less such amounts as Engineer shall
determine, or The City of Fayetteville may withhold, in accordance with the
GENERAL CONDITIONS.
City of Fayetteville 00500 - 4
Mission -Razorback Connector
DOCUMENT 00500 — AGREEMENT (continued)
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
(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
City of Fayetteville 00500 - 5
Mission -Razorback Connector
DOCUMENT 00500 — AGREEMENT (continued)
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
Documents and the written resolution thereof by Engineer is acceptable to
Contractor.
City of Fayetteville 00500 - 6
Mission -Razorback Connector
DOCUMENT 00500 — AGREEMENT (continued)
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.
City of Fayetteville 00500 - 7
Mission -Razorback Connector
DOCUMENT 00500 —AGREEMENT (continued)
7. Drawings consisting of a cover sheet and sheets as listed in the table of
contents thereof, with MISSION -RAZORBACK CONNECTOR
8. 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
partners, successors, assigns, and legal representatives in respect to all
covenants, agreements, and obligations contained in the Contract Documents.
City of Fayetteville 00500 - 8
Mission -Razorback Connector
DOCUMENT 00500 — AGREEMENT (continued)
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.
OTHER PROVISIONS: Not Applicable.
IN WITNESS WHEREOF, The City of Fayetteville and Contractor have signed this Agreement
in quadruplicate. One counterpart each has been delivered to Contractor and Engineer. Two
counterparts each has been delivered to The City of Fayetteville. All portions of the Contract
Documents have been signed, initialed, or identified by The City of Fayetteville and Contractor or
identified by Engineer on their behalf.
City of Fayetteville 00500 - 9
Mission -Razorback Connector
DOCUMENT 00500 AGREEMENT (continued)
This Agreement will be effective on �1� , 2022, which is the
Effective Date of the Agreement.
-� CITY OF FAYETTEVILLE
Name WritteWUAAM G. SWEEMER Name Wri en: kimeld Jordan
Silpnatllre: r sign'
Title: V E 1 I Title: Ma
(SEAL) (SEAL) �t► ► r r ►�►
R K ►f fir
Attest _ f . - ��' z-``.L - ' Attest
m
ON
City of Fayetteville 00500 -10
Mission -Razorback Connector
DOCUMENT 00500 —AGREEMENT (continued)
Address for giving notices
Address for giving notices
SWEETSER CONSTRUCTION, INC.
5 1'nP1 AM 113 W. Mountain Street
FAYETTEVILLE, AR 72703
EAywtteville AR 72701
License No. OM7470= (attach evidence of authority to
sign and resolution or other documents
Agent for Service of process authorizing execution of Agreement)
11WIL IAM G. SWEETSER
(If Contractor is a corporation,
attach evidence of authority to
sign.)
END OF DOCUMENT 00500
Approved As to Form:
Attorney For:
City of Fayetteville 00500 - 11
Mission -Razorback Connector
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 Five Percent of
Bid Dollars ($5%) for the payment of which we bind ourselves, and our successors and
assigns, jointly and severally, as provided herein.
WHEREAS, Principal has submitted or is about to submit a bid to the Obligee on a
contract for furnishing all labor and materials for Bid 21-79, Construction -Mission -
Razorback Connector, 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 8th day of February, 2022.
Sweetser Construction Inc.
(Principal)
—///
By:
William weetser
Travelers Casualty and Surety Company of America
By.
David Chilson, Attorney -in -Fact
Ate►
TRA{l'L:L ERS
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,
.b��fiv �,xx AyQ
.;�
State of Connecticut
By:
City of Hartford ss. Robert L. Raneyf tenior 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 * x * #
Anna P. Nowik, Notary Public
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
Attomeys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority
may prescribe to sign with the Company's name and 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 Attomeys-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 8th day of February , 2022
e�
Kevin E. Hughes, Assi tant Secretary
To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880.
Please refer to the above -named Attorneys) -in -Fact and the details of the bond to which this Power of Attorney is attached.
DOCUMENT 00400 —BID FORM
Contract Name: MISSION -RAZORBACK CONNECTOR
Bid Number 21-79
BID TO:
Owner: The City of Fayetteville, Arkansas
113 West Mountain Street
Fayetteville, Arkansas 72701
BID FROM:
Bidder:
EETSER CONSTRUCTION, INC.
590 W. POPLAR
FAYETTEVILLE. AR 72703
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.
00400 Bid Form 00400-1
Mission -Razorback Connector
DOCUMENT 00400 —BID FORM (continued)
ARTICLE 3 - BIDDER'S REPRESENTATIONS
3.01 In submitting this Bid, Bidder represents, as more fully set forth in the Agreement,
that:
A. Bidder has examined and carefully studied the Bid Documents, and the
following Addenda, receipt of all which is hereby acknowledged:
Number
Date
7/
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.
00400 Bid Form 00400-2
Mission -Razorback Connector
DOCUMENT 00400 —BID FORM (continued)
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.
H. Bidder has correlated the information known to Bidder, information and
observations obtained from visits to the Site, reports, and drawings identified
in the Contract Documents, and all additional examinations, investigations,
explorations, tests, studies, and data with the Contract Documents.
Bidder has given Engineer written notice of all conflicts, errors, ambiguities,
or discrepancies that Bidder has discovered in the Contract Documents, and
the written resolution thereof by Engineer is acceptable to Bidder.
J. The Contract Documents are generally sufficient to indicate and convey
understanding of all terms and conditions for performing and furnishing the
Work for which this Bid is submitted.
K. This Bid is genuine and not made in the interest of or on behalf of any
undisclosed person, firm, or corporation and is not submitted in conformity
with any agreement or rules of any group, association, organization, or
corporation; Bidder has not directly or indirectly induced or solicited any
00400 Bid Form 00400-3
Mission -Razorback Connector
DOCUMENT 00400 —BID FORM (continued)
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 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.
Bidder will complete the Work in accordance with the Contract Documents for the following
price(s):
00400 Bid Form 00400-4
Mission -Razorback Connector
DOCUMENT 00400 —BID FORM (continued)
Note: This section will be removed when the documents are posted and a watermark on this page will
direct them to the online bidding platform.
ITEM#
DESCRIPTION
QUANTITY
UNIT
UNITCOST
TOTALCOST
1
Mobilization (Shall not exceed 5% of Total Bid)
1
L.S.
2
Insurance and Bonding
1
L.S.
3
Construction Control (Staking)
1
L.S.
4
Traffic Control
1
L.S.
5
Erosion Control
1
L.S.
8
Tree/Brush Trimming
1
L.S.
7
Demolition (Sawcut, Remove and Disposal)
1
L.S.
8
4" depth 10' wide Concrete Trail (4K PSI wthber) (Class 7 Base)
606
S.Y.
9
4" depth Doweled Concrete (Rebecca) (4K PSI wfber) (Class 7)
72
S.Y.
10
4" depth Concrete Sidewalk (4K PSI wffiber)(Class 7 Base)
123
S.Y.
11
6" depth 9' wda Flush Concrete Trail (4,000)(Class 7 Base)
232
S.Y.
12
6" depth 10' wide Raised Concrete Trail (4,000)(Class 7 Base)
498
S.Y.
13
8" depth Colored Concrete Crosswalk (4,000) (Class 7 Base)
220
S.Y.
14
Cast In Place Detectable Warning Panel
125
S.F.
15
6" Square Face Concrete Curb & Gutter
985
L.F.
16
12" x 3" Stand Alone Mountable Curb
210
L.F.
17
Modified 3" Concrete Curb & Gutter
455
L.F.
18
18" Concrete Ribbon Curb Flush
30
L.F.
19
4" Depth Concrete Scooter Parking Area
14
S.Y.
20
6" Depth Concrete Driveway Apron
59
S.Y.
21
T-Patch (Includes Asphalt and all items in detail)
49
S.Y.
22
4' x 5' Reinforced Concrete Drop Inlet Box
1
E.A.
23
5' x 5' Reinforced Concrete Drop Inlet Box
1
E.A.
24
4' Curb Inlet Extenslon
3
E.A.
25
NEENAH R-3246-AM Modified Curb Grate
1
EA.
26
24" Flared End Section
1
E.A.
27
24" Reinforced Concrete Pipe
36
L.F.
28
Sanitary Sewer Man Hole Adjustment
9
EA.
29
Signs & Posts (MUTCD)
27
E.A.
30
Removal of Crosswalk Striping (grinding)
36
L.F.
31
6' x3' Bike Symbol (Thermoplastic) (White)
11
E.A.
32
6' x 3' Pedestrian Symbol (Thermoplastic) (White)
11
E.A.
33
6' X 10' 9C-9 Super Sharrow (Green Background Thermoplastic)
29
E.A.
34
6' x 10' Bike Turn Symbol (Green Background Thermoplastic)
2
EA.
35
5' x 82 feet Bike Lane Green (GripMMAX)
410
S.F.
36
24" Green Piano Keys Crosswalk (Thermo)
32
L.F.
37
12" Stop Bar & Crosswalk Thermoplastic
170
L.F.
38
24" Crosswalk Thermoplastic 1
108
L.F.
39
24" Green Crosswalk Thermoplastic
42
L.F.
40
"Yield" Thermoplastic Symbol
1
E.A.
41
Bike Lane Symbol (White Paint)
2
EA.
42
4" Solid White Striping
890
L.F.
43
Native Bculdem3 (Beam Rock) (+/- 2 feet tall by 8 feet long)
165
Ton
44
Solid Sod
337
S.Y.
45 1
Topsoil
80
S.Y.
TOTAL BID*
Words
*Total amount to complete project including all items listed above.
00400 Bid Form 00400-5
Mission -Razorback Connector
Numbers
DOCUMENT 00400 —BID FORM (continued)
ARTICLE 5 - CONTRACT TIMES
5.01 Bidder agrees that the Work will be substantially completed and completed and ready
for final payment within the number of calendar days indicated in the Agreement.
5.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event
of failure to complete the Work within the times specified in the Agreement.
ARTICLE 6 - BID CONTENT
6.01 The following documents are attached to and made a condition of this Bid:
A. Required Bid security in the form of a bank cashier's check or a Bid Bond
and in the amount of _11��
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:
SWEETSER CONSTRUCTION, INC.
FAYETTEVILLE, AR 72703
Phone No. L-f 7y y`3 3 0
FAX No. L4? � - 4 4 ,p -oil LI
00400 Bid Form 00400-6
Mission -Razorback Connector
DOCUMENT 00400 —BID FORM (continued)
ARTICLE 8 - TERMINOLOGY
8.01 The terms used in this Bid which are defined in the GENERAL CONDITIONS or
Instructions to Bidders will have the meanings assigned to them.
SUBMITTED on b t,y'N }- Si20� -
ARKANSAS CONTRACTORS LICENSE
Arkansas State Contractor License No. [l[1?747=
(Or date of application submitted for licensure)
Tax ID No. 21 01 g 9 `% 9 y
I0 O ► .
CAGE No.
If Bidder is:
An Individual
Name (type or printed):
By: _ (SEAL)
(Individual's Signature)
Doing business as:
Business address:
Phone No.: FAX No.:
Tax ID No.
00400 Bid Form 00400-7
Mission -Razorback Connector
DOCUMENT 00400 —BID FORM (continued)
A Partnership
Partnership Name:
0
(SEAL)
(Signature of general partner - attach evidence of authority to sign)
Name (type or printed):
Business address:
Phone No.:
Tax ID No.
A Corporation or LLC
FAX No.:
Corporation or LLC Name: SWEETSER CONSTRUCTION, INC.. (SEAL)
State of Incorporation: ,14
Gd 6i lii a^-�.
Type (General Business, Professional,Service, Limited Liability):
e. /,/1
L-In
- attach evidence of authority to sign)
Name (type or printed): WILLIAM G. SWfEE w SER
Title: PRESIDENT
(CORPORATE SEAL)
Attest:
(Signature of Corporate Secretary)
Business address: + �`Ja rJG3
Phone No.: 44 Z ;3o,�Z-k FAX No.:
Tax ID No. 1- 0 3 y 7
END OF DOCUMENT 00400
00400 Bid Form 00400-8
Mission -Razorback Connector
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:
MISSION -RAZORBACK CONNECTOR
Bidder certifies that all Subcontractors listed are eligible to perform the Work.
Subcontractor's Work
Clearing/Demolition
SWPPP/Erosion Control
Traffic Control
Concrete
Earthwork
Pavement Marking
Other (designate)
Subcontractor's Name
and Address
NOTE: This form must be submitted in accordance h e Instructions to Bidders.
Bidder's Signature
END OF DOCUMENT 00430
00430-List of Subcontractors 00430-1
Expected Percentage
or Value
Supplier Information
Company Name:
Contact Name: SWEETSER CONSTRUCTION, INC.
Address:
FAYETTEVILLE, AR 72703
Phone: PHONE 479-443-3026
Fax: PAX 419-442-0119
Email: l
. h 4 'L � I e, &.� u.J �s e fit_ ._ s { r \) , a , _Len to
Supplier Notes
By submitting your response, you certify that you are authorized to represent and bind your company.
Print Name
Signatu e
Page I 1 of 11 pages Deadline: 2/8/2022 02:00 PM (CT) Bid 21-79
CITY OF
V FAYETTEVILLE
ARKANSA
Bid 21-79 Addendum 2
Sweetser Construction, Inc.
Sweetser Construction, Inc.
Supplier Response
Event Information
Number: Bid 21-79 Addendum 2
Title: Bid 21-79, Construction - Mission -Razorback Connector
Type: Invitation to Bid
Issue Date: 1 /9/2022
Deadline: 2/8/2022 02:00 PM (CT)
Notes: The City of Fayetteville, AR is seeking bids from qualified respondents
for the construction of the Mission -Razorback Connector. All
questions related to this bid must be emailed to Jonathan Smith at
jonsmith@fayettevill-ar.gov.
Contact Information
Contact:
Jonathan Smith
Address:
Purchasing
Room 306
City Hall
113 West Mountain Street
Fayetteville, AR 72701
Phone:
(479) 575-8220
Email:
jonsmith@fayetteville-ar.gov
Page 1 of 6 pages Vendor: Sweetser Construction, Inc. Bid 21-79 Addendum 2
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
Signature
Submitted at 2/8/2022 11:45:08 AM
Requested Attachments
charlie@sweetserconstruction.com
Email
Bid 21-79, Required Signature Forms SSweetser C22020812280.pdf
Please sign and attach the required signature forms. These forms can be found in the Project Manual.
Bid 21-79, Bid Bond SSweetser C22020812270.pdf
Please provide a copy of your SIGNED Bid Bond.
Bid Attributes
1
Bid 21-79, Arkansas Contractors License Number
Please provide a copy of your Arkansas Contractors License Number.
0027470422
2
Bid 21-79, Arkansas Secretary of State Filing Number
Please provide a copy of your Arkansas Secretary of State Filing Number.
100049983
3
Bid 21-79, Company Point of Contact
Please provide us with a company phone number and email address.
$79-443-3026 email - charlie@sweetserconstruction.com
4
Bid 21-79, Arkansas Code Annotated §25-1-503
Do you agree and certify, Pursuant Arkansas Code Annotated §25-1-503, that your firm hey does 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.
Agree and Certify
Bid Lines
1 Mobilization (Shall not exceed 5% of Total Bid)
Quantity: 1 UOM: L.S. Price: $10,500.00 Total: $10,500.00
Page 2 of 6 pages Vendor: Sweetser Construction, Inc. Bid 21-79 Addendum 2
1 6" Square Face Concrete Curb & Gutter
7
Quantity: 985 UOM: L.F. Price: $30.00 Total: $29,550.00
Page 3 of 6 pages Vendor: Sweetser Construction, Inc. Bid 21-79 Addendum 2
3 6' x 3' Bike Symbol (Thermoplastic) (White)
3
Quantity: 11 UOM: E.A. Price: $960.00 Total: $10,560.00
Page 4 of 6 pages Vendor: Sweetser Construction, Inc. Bid 21-79 Addendum 2
4 Solid Sod
9
Quantity: 337 UOM: S.Y. Price: $10.00 Total: $3,370.00
Page 5 of 6 pages Vendor: Sweetser Construction, Inc. Bid 21-79 Addendum 2
5 Topsoil
0
Quantity: 80 UOM: S.Y. Price: $10.00 1 Total: $800.00
Response Total: $535,029.00
Page 6 of 6 pages Vendor: Sweetser Construction, Inc. Bid 21-79 Addendum 2
2/8/22, 3:03 PM City of Fayetteville Purchasing
}Home N Bids 2 Contracts [� Suppliers LW Reports Q)Admin �s Jonathan
Response Detail - Sweetser Construction, Inc. for Bid 21-79 Addendum 2 (Bid 21-79, Construction - Mission -Razorback Connector)
Return 0O History OCost Calculation Exclusion
Bid Number Bid 21-79 Addendum 2 (Bid 21-79, Construction - Mission -Razorback Connector)
CITY OF
Close Date & Time 2/8/2022 02:00:00 PM (CT) FAY E T T E V I L L E
Bid Duration 30 days 13 hours 59 minutes 58 seconds ARKANSAS
Response Status Response Submitted - 21812022 11:45:08 AM (CT)
Response Total $535,029.00
Event Details Questions Activities Attachments Attributes Line Items Response Attachments Plan Holders Response Submission
Bid Attributes
RSave e Error Check Response Total: $535,029.00
Save response disabled. Bid responses can no longer be submitted.
# Attribute
1 Bid 21-79, Arkansas Contractors License Number
Please provide a copy of your Arkansas Contractors License Number.
0027470422
2 Bid 21-79, Arkansas Secretary of State Filing Number
Please provide a copy of your Arkansas Secretary of State Filing Number.
100049983
3 Bid 21-79, Company Point of Contact
Please provide us with a company phone number and email address.
$79-443-3026 email - charlie@sweetserconstruction.com
4 Bid 21-79,Arkansas Code Annotated §25-1-503
Do you agree and certify, Pursuant Arkansas Code Annotated §25-1-503, that your firm hey does 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.
Agree and Certify
https://fayefteville-ar.ionwave. neVDesktop.aspx?pid=636&bid=16&bcid=264&bwid=1 &newVI D=800727&ret=100215&bret=45&cret=35&SelectedPageView=pvMAI N 1 /1
City of Fayetteville, Arkansas - Budget Adjustment Form (Legistar)
Budget Year Division Adjustment Number
/Org2 ENGINEERING (621)
2022
Requestor: Matt Mihalevich
BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION:
Staff recommends award of Bid 21-79 and authorization of a contract with Sweetser Construction, Inc. in the amount of
$535,029 and approval of a $60,000 contingency for the construction of the Mission -Razorback Connector project.
RESOLUTION/ORDINANCE
COUNCIL DATE
LEGISTAR FILE ID#
3/1/2022
2022-0132
Ha y 31ac1�
2/9/2022 9:55 AM
Budget Director
TYPE:
JOURNAL #:
GLDATE:
CHKD/POSTED:
Date
D - (City Council)
3/1/2022
TOTAL
Account Number
- -
Increase / (Decrease)
Expense Revenue
Proiect.Sub#
Project Sub.Detl
AT
v.202201 13
Account Name
4603.860.7302-5814.05
168,029 -
46030
7302
EX
Improvements - Trails
4603.860.7302-5911.99
4603.860.7999-5899.00
60,000 -
(228,029) -
46030
46030
7302
7999
EX
EX
Contingency - Capital Project
Unallocated - Budget
H:\Budget Adjustments\2022_Budget\CITY COUNCIL\03-01-22\2022-0132 BA Sweetser Contract Mission -Razorback Connector.xlsnfi of 1
Change Order #1 with Sweetser Construction, Inc
City of Fayetteville Staff Review Form
2022-1030
Legistar File ID
N/A
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
Matt Mihalevich 11/4/2022 ENGINEERING (621)
Submitted By Submitted Date Division / Department
Action Recommendation:
Staff requests approval of Change Order ill with Sweetser Construction, Inc. to increase the original contract
amount of $535,029 at account for additional stormwater work and to reconcile all of the pay items by $50,841.85
resulting in a new contract amount of $585,870.85. The contract with Sweetser Construction, Inc. was approved by
resolution 59-22 with $60,000 in contingency so this request is within the City Council approved project
contingency.
Budget Impact:
4603.860.7302-5814.05
Account Number
Project Number
Mission Blvd. Corridor
Fund
Trail Projects (2019 Bonds)
Project Title
Budgeted Item? Yes Current Budget
Funds Obligated
Current Balance
Does item have a cost? Yes Item Cost
Budget Adjustment Attached? No Budget Adjustment
Remaining Budget
$ 70,086.20
1 $ 70,086.20
$ 50,841.85
$ 19,244.35
2022-00000274 v2a2ms2r
Purchase Order Number: Previous Ordinance or Resolution # 59-22
Change Order Number:
Original Contract Number: 2022-00000016
Comments:
Approval Date: 11/08/2022
-
CITY OF
EVILLE
ARKANSRKANSAS
TO: Lioneld Jordan, Mayor
THRU: Susan Norton, Chief of Staff
Chris Brown, Director of Public Works/City Engineer
FROM: Matt Mihalevich, Active Transportation Manager
DATE: 11/04/2022
SUBJECT: 2022-1030 — Change Order #1 with Sweetser Construction to close out the
Mission -Razorback Connector Project
RECOMMENDATION:
Staff requests approval of Change Order #1 with Sweetser Construction, Inc. to increase the
original contract amount of $535,029 at account for additional stormwater work and to reconcile
all of the pay items by $50,841.85 resulting in a new contract amount of $585,870.85. The
contract with Sweetser Construction, Inc. was approved by resolution 59-22 with $60,000 in
contingency so this request is within the City Council approved project contingency.
BACKGROUND:
In May of 2021, the City of Fayetteville was awarded a grant from the Walton Family Foundation
in the amount of $385,000 for the construction of the Mission -Razorback Connector bikeway
and these funds were recognized by resolution 136-21. On March i", 2022 resolution 59-22
approved a contract with Sweetser Construction, Inc. to construct the Mission -Razorback
Connector using the Walton Family Foundation and 2019 trail bond funds. The newly
completed Mission -Razorback Connector project includes improvements along the 1.1-mile
distance in the right of way of Prospect, Park, Trenton and Rebecca Streets between Mission
Blvd and the Razorback Regional Greenway.
DISCUSSION:
During the construction of the Mission -Razorback Connector, it was realized that a 42" metal
storm drain pipe was rusted out and needed to be replaced with concrete pipe before building
the trail over the top. This change along with various other minor changes resulted in the
change order to increase the contract amount.
BUDGET/STAFF IMPACT:
The Walton Family Foundation grant covered $367,000 of the construction cost with the
remaining $168,029 plus the $60,000 contingency funds allocated from the 2019 trail bond will
cover the change order cost of $50,841.85.
Attachments:
Sweetser Construction — Change Order #1 - Signed by Billy Sweetser
Purchase Order 2022-00000274 with change order mark-up
Mailing Address:
113 W. Mountain Street www.fayettevllle- r.gov
Fayetteville. AR 72701
AM
CHANGE ORDER
city of
.� FAYETTEVILLE Contract Number 2020-00ono016
ARKANSAS Purchoe Qdm 2020-00000274
Contract Title Muaion-Raznrberk C.Ne tm
Bid21-]9
ChNNe Order No. 1 Deteoflutance Nm=ber4,2022
To Contrxmr: SxeetserCmempioq lnc. ItESq.lJflf]N 59-22
]be Cornrect u clanged u lbllow:
Bid
1rc 1.
Unit
Comet
Rerisd
leveed
(Xivel
Revisal
cNmNNt
IN.
Item
F.amak6
of
Unit
Fwimsad
Unit
1 Iimeled
Fvimetrd
C
N.
WeiWbee
QNNbty
Price
Qwmr tv
Pli[t
Com
Cwt
A.
8
Sded Fill Hd W(ASMNetnd)
M00
CY
548.W
OW
S4800
32,4MW
Ww
B.
9
U1.711 N(As Ducted)
W.W
CY
$69.M
IM.W
S69.M
33,4M.M
$6,9M.M
C.
10
7 delb l0 wide Coneate Tm]
6W.W
Sy
S6/.M
TMW
364.W
538,784.0)
$47,872W
4K PSI
D.
11
• depN Doweled Concrete
7FW
SY
755.M
ISM
5.W
S5.400M
S975M
Robes 4KM[
E.
13
6- depth 9 wide flush Comore
Mill)
SY
f72.W
211.W
Sn00
f16,704W
515,192W
Tral(4
Ta 4K PSI
F.
14
lPSIJ Rand Cmerea
498.W
SY
f]5.W
524W
SUM
$38,90.W
$40,8T2W
Tteil 4K
G.
IS
8-d"Cdored CmmaR
220.W
SY
I 1120.M
MS.M
$120.00
$26,400
M1.436W
Crmswdk CKPSI
H,
16
CubeP Dn vMe Warning
12-SW
IF
S40.W
INW
f/0.M
SS,"M
$6,SMW
Pmsl
1.
17
6-Sq Face Code, Ceb&
Will)
LF
SMM
9W.M
SW.W
$29,550.M
f29,IW.W
Gmk
J.
18
13'n, Send AloisM.ble
210.M
LF
S45M
331.M
SW
39,4M.W
f14,895M
Cab
K.
19
Malfiel 3- Coma. Cleo&
Gmmr
455.00
LF
saw
6MW
$40.M
318,2W.W
f25.9 ,W
L.
20
Ig' CommN Ribbon Curb Fleet
M.M
IF
SM OD
147.0
$32M
SMW
34,'IW.W
M.
21
' Depth Cadae2 Scarcer
14.W
SY
S62.W
ISM
$62.M
5SOM
31,103.M
Pek n A ea
N.
22
6- Deplh Casrece Ddvewq
59.W
SY
S89.M
164.10
-sag an
$5,251.W
$14,60490
A
O.
23
T-Paeh(IrWWes AsplWtQell
49.W
SY
S2W.W
121.M
32M.M
S9,No.M
S24,340W
amsmd Wl
P.
25
SSd' Remisced Conertte Dro9
IN
iM
Y/,I50.W
rr,Im.W
SU,MOW
Boa
Q.
26
C
4'Cmb Wet Edsaim
3.M
iiii.
$6.W
f1�OD.M
53,600.M
f7,2W.M
R
M
$misery 9exv Manhole
9W
6.W
fi}W.M
310,8M.M
S]ZM.M
Ad'o46oent
S.
31
Si &P (WUCD)
2700
1 EA
I E602.00
2200
f600.00
$16,200.00
S13,2)[100
T
32
Rmp ofCtomwalk Svipip
Min
36,00
LF
f6.00
8.00
56.00
$21600
548.00
U.
33
6 xl'Pilrc Symbol
Thermo wuc While
1100
EA
f960.00
9.00
M00
510,560.00
S7,680.00
V.
34
6'x3 Petlestrien Symbol
r' I9!lup,Whlm
I1.00
BA
f960_W
800
f960.00
510,560.00
S7,fi80.00
W.
35
6'x10'9C-9 Super Shertow(Gtem
Thm no
2900
fu
f1,d40.00
1600
fI,4b U0
541,76000
523,040.00
X.
M
6k10 Pike Tum SymMl(Gram
fhe mo
200
5A
E1,440.00
900
51,4/0.00
S2,880.00
f12%0.00
Y.
37
5183feet Bike lam Grew
Gri MMAX
410.00
SF
S48.OD
0.00
348.00
f19,680.00
EP.w
Z.
38
24" Green Piano Keys C.Ik
Th mo
3200
EA
S42.GO
000
S4200
f1,3N00
E0.00
AA
39
12"Stop Bm&Crouwalk
mtc
1]0.00
I LF
I Slam
24.50
E1000
$3.060M
E4,04100
BE.
40
W Cmaswdk TlNmwplmtic
108.00
u
$36.00
3W.M
136.00
$3,988.00
$11,880.00
CC.
41
24'Grccn Closswlk
Thermo lactic
4200
u
$42.00
0.00
$42W
SI,764.00
E0.00
DD.
M. lane Palm)
PA
5240.09
f2$360
f48
50.00
EE.
M
44
Mite Str(Whim
4'Solid Whim Striping
890.00
WO
BA
53.60
37
63)00
S].60
W
E1,204.00
52,29320
FF.
45
ElwtrlwlP lkdoc .
loll
LS
$5,04000
000
S5,040.00
E5,040.00
S000
W.
46
Irripfiw Bacldbw Relrcmion
I.W
IS
$81000
000
$slow
E81000
50.00
M.
47
Gm Serriw Rewnmmiw
Io0
LS
5120000
ON
S1=DD
$1,200.00
SOm
M.
49
Wul Sod
337.00
SY
slow
989.00
slow
$3,3Tom
Suf0.00
➢.
50
Tc10o1
80.00
SY
Slow
4W.W
Slow
S800A0
S4,200 .00
JL
CG01
42'4aM Cwmrcm Pipe
LF
S420.00
1 24.00
$42000
50.00
510.08000
FS.
COW
Rnu.,Wdl Bkm6
LS
ST9500
IOo
f'J9500
50.00
ET95B0
LL.
CG 03 JM.G
&Repev
L ILS
1
047.15
IN
S547.15
1 s000l
E54T.15
9amamHou ofcwt S359,427o0 f410,26886
NelCwttor uY C8ak8e OMer worm,
Cwmwhon Start Dam
A '112 2022
The4riRi�u1 Contract Prize.
E
1J5,029,00
DH bW SubamMd Completion Dtle _
JahD 2022
Ntt clwngr by previously ewMrired eLv_ige orders_ ______S
_
This Ordu (calWerdaya)
New Subabrdiel Cannleti�m Date _�,_
86 Da,a
putober SN, 2022
The Cwtrecf Pri�lo Nis CFangc ONetwm
The Cantmtt Rice will be increasM bv-------
S
!
! 029.00
10,841.85
New Piwl Com lHipn Dnm
Noa<mber4tb, 2022
The rew Convxt Nicer Iudina Nia Chw, aDrder will be----
5
585,170.115
N(33Y'. NMvandwl'JsiVm by Ne r
Lti &201
8/2022
Mry w DATE
SWeelael Cq Op e.
BY Billy Sweehm DATE
In City of Fayetteville
RE 125 W Mountain
v Fayetteville,AR72701
0
O
VENDOR 56870 Sweetser Construction, Inc.
0 Sweetser Construction, Inc.
0 590 West Poplar
Fayetteville, AR 72703
0
O
City of Fayetteville
PURCHASE ORDER
113 W Mountain St
NO. 2022-00000274
FAYETTEVILLE, AR72701
,y
O
DATE 03/25/2022
DELIVER BY
SHIP VIA
.� :o::: e:vt«r;
FREIGHT TERMS
1
ORIGINATOR
Matthew Mihalevich
RESOLUTION #
59-22
PAYMENTTERMS
30
4603.860.7302-5814,05(Improvements Trails) $168,02900
46030.7302 (Tail Projects (2019 Bonds), Mission
BmlleV3rrf corridor)
insiouction- Streets, Sid! w Iks,Utilities-a)Mission -Raa,or ad $367
innecbr (WFF Grant)
4470.800.S830-5814.05(ImprovemenM Trolls) $367,000.00
02016.21M (Tail Devebpment, Mission-Ramiback
Connector (Walton Gant))
D00016 for the increase amount by $50,841.85 using GL
number 4603.860.7302-5814.05 and project number
C'— �� PAGE 1 OF 7
APPROVED BY
SPECIAL INSTRUCTIONS
Per Res #59-22 Bid #21-79
Contract #2022-00000016
SUBTOTAL
SALES TAX
TOTAL DUE
$367