Loading...
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