HomeMy WebLinkAbout101-23 RESOLUTION{aIF F6YETTf•i
ti
v
a '�k'A N S?S
113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 101-23
File Number: 2023-653
SWEETSER CONSTRUCTION, INC:
A RESOLUTION TO AWARD BID #23-16 AND AUTHORIZE A CONTRACT WITH SWEETSER
CONSTRUCTION, INC. IN THE AMOUNT OF $682,776.00 FOR CONSTRUCTION OF THE LEVERETT
SIDEWALK IMPROVEMENTS PROJECT, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT
OF $70,000.00
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 #23-16 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 $682,776.00 for construction of the Leverett Sidewalk Improvements Project, and further approves a project
contingency in the amount of $70,000.00.
PASSED and APPROVED on May 2, 2023
Page 1
Attest:
CITY OF
W41iFAYETTEVILLE
ARKANSAS
MEETING OF MAY 2, 2023
CITY COUNCIL MEMO
2023-653
TO: Mayor Jordan and City Council
THRU: Susan Norton, Chief of Staff
FROM: Chris Brown, Public Works Director
DATE:
SUBJECT: Approval of a construction contract in the amount of $682,776.00 with Sweetser
Construction, Inc. for the Leverett Sidewalk Improvements Project, and approval of a
$70,000.00 project contingency.
RECOMMENDATION:
Staff recommends approval of a construction contract in the amount of $682,776.00 with Sweetser
Construction, Inc. for the Leverett Sidewalk Improvements Project, and approval of a $70,000.00 project
contingency.
BACKGROUND:
The Leverett Sidewalk Improvements project includes the construction of approximately 1,680 feet of 8' wide
sidewalk along the west side of Leverett Avenue from Hazel Street to Sycamore Street. In addition to the
sidewalk improvements, the project will include minor drainage improvements, new sections of curb and gutter,
driveway construction and pavement repair.
This project is included in the Transportation Division Sidewalk Work Plan for 2023. The Engineering Division
has prepared the design plans and the project was put out for bid.
DISCUSSION:
On March 28, 2023, the City received three (3) construction bids for this project. Sweetser Construction, Inc.
submitted the low bid of $682,776.00. Engineering staff recommends awarding this contract to Sweetser
Construction, Inc. The contract time is 120 days (4 months) for substantial completion and 150 days (5
months) for final completion.
BUDGET/STAFF IMPACT:
The design and construction of this project will be paid for with Capital Improvements Project funds allocated
for sidewalk improvements.
PURCHASE ORDER
DETAILS
G/L ACCT PROJECT
2100.410.5500-5814.00 02053.5500
Mailing address:
113 W. Mountain Street
Fayetteville, AR 72701
AMOUNT
$682,776.00
www.fayetteville-ar.gov
ATTACHMENTS: SRF Leverett Sweetser, Leverett Contractor Signed Agreement, Bid 23-16, Submittal -
Sweetser Construction, Inc. - E, Bid 23-16, Bid Tab - AB and LM Signed, Vicinity Map
Mailing address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
City of Fayetteville, Arkansas 113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
- Legislation Text
File #: 2023-653
Approval of a construction contract in the amount of $682,776.00 with Sweetser Construction, Inc.
for the Leverett Sidewalk Improvements Project, and approval of a $70,000.00
project contingency.
A RESOLUTION TO AWARD BID #23-16 AND AUTHORIZE A CONTRACT WITH SWEETSER
CONSTRUCTION, INC. IN THE AMOUNT OF $682,776.00 FOR CONSTRUCTION OF THE
LEVERETT SIDEWALK IMPROVEMENTS PROJECT, AND TO APPROVE A PROJECT
CONTINGENCY IN THE AMOUNT OF $70,000.00
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 #23-16 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 $682,776.00 for construction of the Leverett Sidewalk
Improvements Project, and further approves a project contingency in the amount of $70,000.00.
Page 1
City of Fayetteville Staff Review Form
2023-653
Item ID
4/18/2023
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
Chris Brown 3/30/2023 ENGINEERING (621)
Submitted By Submitted Date Division / Department
Action Recommendation:
Approval of a construction contract in the amount of $682,776.00 with Sweetser Construction, Inc. for the Leverett
Sidewalk Improvements Project and approval of a $70,000.00 project contingency.
2100.410.5500-5814.00
Account Number
02053.5500
Project Number
Budgeted Item? Yes
Does item have a direct cost? Yes
Is a Budget Adjustment attached? No
Purchase Order Number:
Change Order Number:
Original Contract Number:
Budget Impact:
2100 - Street Fund
Fund
Sidewalk Improvements
Total Amended Budget
Expenses (Actual+Encum)
Available Budget
Item Cost
Budget Adjustment
Remaining Budget
Project Title
$ 2,630,610.00
$ 246,029.57
$ 2,384,580.43
$ 752,776.00
$ 1,631,804.43
V20221130
Previous Ordinance or Resolution #
Approval Date:
Comments: Item cost includes construction contract plus the project contingency.
DOCUMENT 00500 — AGREEMENT
BETWEEN OWNER AND CONTRACTOR
Contract Name/Title: LEVERETT AVENUE SIDEWALK IMPROVEMENTS: HAZEL ST. TO
SYCAMORE ST.
Contract No.: 23-16, Construction
THIS AGREEMENT is dated as of the 2nd day of May in the year 2023 by and between
The City of Fayetteville, Arkansas and Sweets Construction. In (hereinafter called Contractor).
ARTICLE 1- WORK
1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The
work under this Contract includes, but is not limited to:
The construction of approximately 1,680 linear feet of 8 ft. sidewalk along Leverett Avenue from Hazel St.
to Sycamore St. In addition to sidewalk improvements, the project will include minor drainage
improvements that consist of drop inlets and curb and gutter construction. Miscellaneous items include
fence removal and relocation, driveway construction, water meter & fire hydrant relocation, and pavement
restoration.
Any use of a third -party dumpster or roll off container shall be procured from the City of Fayetteville
Recycling and Trash Collection Division. Use of a Non -City dumpster or roll off container is not allowed.
Open burning and blasting is not allowed on City projects.
Contractor is responsible for obtaining all applicable permits; however, fees for the City issued permits
shall be waived.
The Contract includes work in City of Fayetteville Right-of-way and in General Utility Easements.
Refer to Section 00400-Bid Form for quantities.
ARTICLE 2 - ENGINEER
2.01 The Contract Documents have been prepared by the City of Fayetteville Engineering Division.
City of Fayetteville Engineering Division assumes all duties and responsibilities, and has the
rights and authority assigned to City of Fayetteville Engineering Division in the Contract
Documents in connection with completion of the Work in accordance with the Contract
Documents.
00500 Agreement 00500-1
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 shall be Substantially Completed within 120 calendar days after the date
when the Contract Times commence to run as provided in the GENERAL
CONDITIONS, and final completion and ready for final payment in accordance with
the GENERAL CONDITIONS within 150 calendar days after the date when the
Contract Times commence to run.
3.03 LIQUIDATED DAMAGES:
A. Owner and Contractor recognize that time is of the essence of this Agreement and that
The City of Fayetteville will suffer financial loss if the Work is not completed within
the time specified above, plus any extensions thereof allowed in accordance with the
GENERAL CONDITIONS. The parties also recognize the delays, expense, and
difficulties involved in proving the actual loss suffered by The City of Fayetteville if
the Work is not Substantially Completed on time. Accordingly, instead of requiring
any such proof, The City of Fayetteville and Contractor agree that as liquidated
damages for delay (but not as a penalty) Contractor shall pay The City of Fayetteville
Seven Hundred Fifty Dollars ($750.00) for each calendar day that expires after the time
specified above in Paragraph 3.02 for Substantial Completion until the Work is
Substantially Complete. After Substantial Completion, if Contractor shall neglect,
refuse, or fail to complete the remaining Work within the time specified in
Paragraph 3.02 for completion and readiness for final payment or any proper extension
thereof granted by The City of Fayetteville, Contractor shall pay The City of
Fayetteville Five Hundred Dollars ($500.00) for each calendar day that expires after
the time specified for completion and readiness for final payment.
ARTICLE 4 - CONTRACT PRICE
4.01 The CITY OF FAYETTEVILLE agrees to pay, and the CONTRACTOR agrees to accept, as
full and final compensation for all work done under this agreement, the amount based on the
unit prices bid in the Proposal (BID FORM) which is hereto attached, for the actual amount
accomplished under each pay item, said payments to be made in lawful money of the United
States at the time and in the manner set forth in the Specifications.
4.02 As provided in the General Conditions, estimated quantities are not guaranteed, and
detcrininations 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.
00500 Agreement 00500-2
DOCUMENT 00500 — AGREEMENT continued
4.03 Changes, modifications, or amendments in scope, price or fees to this contract shall not be
allowed without a prior formal contract amendment approved by the Mayor and the City
Council in advance of the change in scope, cost or fees.
There shall be no changes without prior written approval of the Engineer of
Record and/or the City's designated Professional Engineer.
ARTICLE 5 - PAYMENT PROCEDURES
5.01 SUBMITTAL AND PROCESSING OF PAYMENTS:
A. Contractor shall submit Applications for Payment in accordance with the GENERAL
CONDITIONS. Applications for Payment will be processed by Engineer as provided
in the GENERAL CONDITIONS.
5.02 PROGRESS PAYMENTS RETAINAGE:
A. The City of Fayetteville shall make progress payments on account of the Contract Price
on the basis of Contractor's Applications for Payment as recommended by Engineer,
on or about the 15th day of each month during construction. All such payments will
be measured by the schedule of values established in the GENERAL CONDITIONS
(and in the case of Unit Price Work based on the number of units completed) or, in the
event there is no schedule of values, as provided in the General Requirements.
1. Prior to Substantial Completion, progress payments will be made in an amount
equal to the percentage indicated below, but, in each case, less the aggregate
of payments previously made and less such amounts as Engineer shall
determine, or The City of Fayetteville may withhold, in accordance with the
GENERAL CONDITIONS.
a. 95% of Work Completed (with the balance being retainage). If Work has
been 50% completed as determined by Engineer, and if the character and
progress of the Work have been satisfactory to The City of Fayetteville
and Engineer, The City of Fayetteville on recommendation of Engineer,
may determine that as long as the character and progress of the Work
subsequently remain satisfactory to them, there will be no additional
retainage on account of Work subsequently completed, in which case the
remaining progress payments prior to Substantial Completion will be an
amount equal to 100% of the Work Completed less the aggregate of
payments previously made; and
b. 100% of Equipment and Materials not incorporated in the Work but
delivered, suitably stored, and accompanied by documentation satisfactory
to The City of Fayetteville as provided in the GENERAL CONDITIONS.
00500 Agreement 00500-3
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 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.
00500 Agreement 00500-4
DOCUMENT 00500 — AGREEMENT continued
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.
Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or
discrepancies that Contractor has discovered in the Contract Documents and the
written resolution thereof by Engineer is acceptable to Contractor.
J. The Contract Documents are generally sufficient to indicate and convey understanding
of all terms and conditions for performance and furnishing of the Work.
ARTICLE 7 - CONTRACT DOCUMENTS
7.01 CONTENTS:
A. The Contract Documents which comprise the entire Agreement between The City of
Fayetteville and Contractor concerning the Work consist of the following and may only
be amended, modified, or supplemented as provided in the GENERAL
CONDITIONS:
1. This Agreement.
2. Exhibits to this Agreement (enumerated as follows):
a. Notice to Proceed.
b. Contractor's Bid.
c. Documentation submitted by Contractor prior to Notice of Award.
3. Performance, Payment, and other Bonds.
4. General Conditions.
5. Supplementary Conditions.
6. Specifications consisting of divisions and sections as listed in table of contents
of Project Manual.
7. Drawings consisting of a cover sheet and sheets as listed in the table of
contents thereof, with each sheet bearing the following general title:
LEVERETT AVENUE SIDEWALK IMPROVEMENTS: HAZEL ST.
TO SYCAMORE ST.
8. Addenda numbers inclusive.
9. The following which may be delivered or issued after the Effective Date of the
Agreement and are not attached hereto: All Written Amendments and other
documents amending, modifying, or supplementing the Contract Documents
pursuant to the GENERAL CONDITIONS.
ARTICLE 8 - MISCELLANEOUS
8.01 TERMS:
A. Terms used in this Agreement which are defined in the GENERAL CONDITIONS
shall have the meanings stated in the GENERAL CONDITIONS.
00500 Agreement 00500-5
DOCUMENT 00500 — AGREEMENT (continued)
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.
8.04 SEVERABILITY:
A. Any provision or part of the Contract Documents held to be void or unenforceable
under any Law or Regulation shall be deemed stricken, and all remaining provisions
shall continue to be valid and binding upon The City of Fayetteville and Contractor,
who agree that the Contract Documents shall be reformed to replace such stricken
provision or part thereof with a valid and enforceable provision that comes as close as
possible to expressing the intention of the stricken provision.
8.05 FREEDOM OF INFORMATION ACT:
A. City contracts and documents prepared while performing city contractual work are
subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act
request is presented to the City of Fayetteville, the contractor will do everything
possible to provide the documents in a prompt and timely manner as prescribed in the
Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally
authorized photocopying costs pursuant to the FOIA may be assessed for this
compliance.
8.06 LIENS:
A. No liens against this construction project are allowed. Arkansas law (A.C.A. § § 18-
44-501 through 508) prohibits the filing of any mechanics' of materialmen's liens in
relation to this public construction project. Arkansas law requires and the contractor
promises to provide and file with the Circuit Clerk of Washington County a bond in a
sum equal to the amount of this contract. Any subcontractor or materials supplier may
bring an action for non-payment or labor or material on the bond. The contractor
promises to notify every subcontractor and materials supplier for this project of this
paragraph and obtain their written acknowledgement of such notice prior to
commencement of the work of the subcontractor or materials supplier.
00500 Agreement 00500-6
DOCUMENT 00500 - AGREE MENT„(continued)
IN WITNESS WHEREOF, The City of Fayetteville and Contractor have signed this Agreement in
quadruplicate. One counterpart each has been delivered to Contractor. Three counterparts each has been
retained by The City of Fayetteville. All portions of the Contract Documents have been signed, initialed, or
identified by The City of Fayetteville and Contractor.
This Agreement will be effective on 2012 which is the Effective Date
of the Agreement.
CONTRACTOR: CITY OF FAYETTEVILLE
By: WILLIAM G. SWEETSER
(Type or le 31b y print)
(Signature)
�IDENT
Title:
Title: Mayor
Contractor shall attach evidence of authority to sign.
If Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution
authorizing Contractor's signature and execution of Agreement.
Further if Contractor is a corporation, corporate entity or LLC, Contractor shall also attach a copy of the
Contractor's Articles of Incorporation and a copy form the Arkansas State Secretary of State to document
that the corporation, corporate entity or LLC is in current "Good Standing" with the State of Arkansas and
such entity is permitted to perform work in the State of Arkansas.
(SEAL)
Attest : _ L`. r .� iG�,� Attest
00500 Agreement 00500-7
(SEAL)
0TV
- ' i AYi
w'
�fd hIl Ala � �r
��.
��►►►riiii �ti►►��
DOCUMENT 00500 — AGREEMENT (continued)
Address for giving notices Address for giving notices
CONSTRUCTION, INC. 113 W. Mountain St.
590 W. POPLAR Fa etteville AR 72701
AYETTEVILLE, AR 72703
ARKANSAS CONTRACTORS LICENSE
License No. 0027470423
Agent for Service of process
(Type or legibly print)
Contractor shall attach evidence of authority of Agent for Service process to sign. If Contractor is a
corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution authorizing Agent for
Service process authority to sign.
(If Contractor is a corporation, corporate entity or LLC, attach evidence of authority to sign.)
END OF DOCUMENT 00500
00500 Agreement 00500-8
CITY OF
-� FAYETTEVILLE
ARKANSA
Bid 23-16 Addendum 1
Sweetser Construction, Inc.
Sweetser Construction, Inc.
Supplier Response
Event Information
Number: Bid 23-16 Addendum 1
Title: Construction - Leverett Sidewalk Improvements
Type: Invitation to Bid
Issue Date: 2/26/2023
Deadline: 3/28/2023 02:00 PM (CT)
Notes:
The City of Fayetteville is accepting sealed bids from properly
licensed firms for the construction of approximately 1,680 linear feet of
8 ft. sidewalk along Leverett Avenue from Hazel St. to Sycamore St. In
addition to sidewalk improvements, the project will include minor
drainage improvements that consist of drop inlets and curb and gutter
construction. Miscellaneous items include fence removal and
relocation, driveway construction, water meter & fire hydrant
relocation, and pavement restoration. Questions regarding this bid
should be addressed to Amanda Beilfuss, Sr. Purchasing Agent at
abeilfuss@fayetteville-ar.gov or by calling (479) 575-8220.
Contact Information
Contact: Amanda Beilfuss Sr. Purchasing Agent
Address: Purchasing
Room 306
City Hall
113 West Mountain Street - Room 306
Fayetteville, AR 72701
Email: abeilfuss@fayetteville-ar.gov
Page 1 of 5 pages Vendor: Sweetser Construction, Inc. Bid 23-16 Addendum 1
Sweetser Construction, Inc. Information
Contact:
Charlie Miller
Address:
590 West Poplar
Fayetteville, AR 72753
Phone:
(479) 443-3026
Fax:
(479) 442-0119
Email:
charlie@sweetserconstruction.com
By submitting your response, you certify that you are authorized to represent and bind your company.
Charles W. Miller
Signature
Submitted at 3/28/2023 10:33:53 AM (CT)
Requested Attachments
Bid 23-16, Required Signature Forms
charlie@sweetserconstruction.com
Email
SSweetser C23032810450.pdf
Please attach your completed forms. These documents can be found in the Project Manual or as a convenience file in
the 'Attachments' tab titled File #00.
Bid 23-16, Bid Bond
SSweetser C23032810451.pdf
Please attach a signed and completed copy of your bid bond. Bid bonds in the form of a cashier's check shall be
delivered to City Hall, Purchasing Division before bid deadline and have a copy of the cashier's check uploaded with
submittal.
Bid Attributes
1
Arkansas Secretary of State Filing Number:
No response
2
Arkansas Contractor License Number:
No response
3
Check Yes or No:
Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently
boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract,
with any public entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott
Israel, the contractor must notify the contracted public entity in writing.
❑ Yes (Yes)
0 No (No)
Bid Lines
1 1 Packaqe Header
Line Item Pricing
Quantity
1 UOM: EA
Total: $682,776.00
Page 2 of 5 pages Vendor: Sweetser Construction, Inc. Bid 23-16 Addendum 1
Package Items
1.1 Mobilization (Shall not exceed 5% of Total Bid)
Quantity: 1 UOM: LS
1.2 Insurance and Bonding
Quantity: 1 UOM: LS
1.3 Roadway Construction Control
Quantity: 1 UOM: LS
1.4 Trench and Excavation Safety Systems
Quantity: 1 UOM: LS
1.5 Clearing, Grubbing, & Demolition
Quantity: 1 UOM: LS
1.6 Undercut and Backfill (Allowance)
Quantity: 50 UOM: CY
1.7 Unclassified Excavation (Allowance)
Quantity: 50 UOM: CY
1.8 Select Embankment (Allowance)
Quantity: 50 UOM: CY
1.9 Subgrade Preparation (Plan Quantity)
Quantity: 681 UOM: SY
1.10 4" Topsoil Placement
Quantity: 1900 UOM: SY
1.11 18" Reinforced Concrete Pipe Class III
Price: 1 $26,222.00 Total: 1 $26,222.00
Price: 1 $12,854.00 Total: 1 $12,854.00
Price: 1 Total: 1 $9,000.00
Price: 1 $2,500.00 Total: 1 $2,500.00
Price: 1 $80,500.00 Total: 1 $80,500.00
Price: I Total: 1 $2,700.00
Price: I Total: 1 $1,400.00
Price: I Total: 1 $1,400.00
Price: I Total: 1 $8,172.00
Price: I Total: 1 $19,000.00
Quantity: 15 UOM: LF
Price: 1$110.00
1.12 15" Reinforced Concrete Pipe Class III (Under Pavement) (Allowance)
Quantity: 15 UOM: LF
Price: $100.00
1.13 12" Corrugated Metal Pipe (Aluminzed Steel) (Under Pavement) (Allowance)
Quantity: 20 UOM: LF
Price: F $100.00
1.14 (3'x3') Drop Inlets (Type C)
Quantity: 1 UOM: EA
Price: $4,500.00
1.15 (4'x4') Drop Inlets (Type C)
Quantity: 4 UOM: EA
Price: $5,000.00
1.16 (5' x4') Grated Inlets (Type C)
Quantity: 1 UOM: EA
Price: $6,500.00
1.17 (4') Drop Inlet Extension
Quantity: 4 UOM: EA
Price: $2,000.00
1.18 Asphalt Concrete Patching for Maintenance of Traffic
Quantity: 5 UOM: TON
Price: $150.00
Total: 1 $1,650.00
Total: 1 $1,500.00
Total: 1 $2,000.00
Total: 1 $4,500.00
Total: 1 $20,000.00
Total: 1 $6,500.00
Total: 1 $8,000.00
Total: 1 $750.00
Page 3 of 5 pages Vendor: Sweetser Construction, Inc. Bid 23-16 Addendum 1
1.19 Overcut Pavement Restoration (ABC Class 7 & Colored Concrete)
Quantity: 1900 UOM: LF Price: F $40.00 Total: 1 $76,000.00
1.20 Colored Concrete T-Patch (Allowance)
Quantity: 25 UOM: SY Price: $150.00 Total: $3,750.00
1.21 18" Concrete Curb and Gutter (Type A) w/ 6" Class 7 Base
Quantity: 1650 UOM: LF Price: $32.00 Total: $52,800.00
1.22 Concrete Curb (6")
Quantity: 20 UOM: LF Price: $28.00 Total: $560.00
1.23 4" Thick Concrete Sidewalk w/Class 7 Base
Quantity: 1225 UOM: SY
Price: $56.00
Total: $68,600.00
1.24 6" Thick Concrete Sidewalk w/Class 7 Base
Quantity: 850 UOM: SY
Price: $62.00
Total: $52,700.00
1.25 Solid Sod (Bermuda)
Quantity: 1900 UOM: SY
Price: $12.00
Total: $22,800.00
1.26 Remove and Reinstall Street/Bus Stop/P-Lot Signs
w/New Supports
Quantity: 6 UOM: EA
Price: I
Total: $4,533.00
1.27 Remove and Reinstall Apartment Sign (Sugartree Apartments & Townhomes)
Quantity: 1 UOM: LS
Price: $1,000.00
Total: $1,000.00
1.28 Erosion Control
Quantity: 1 UOM: LS Price: $3,500.00 Total: $3,500.00
1.29 Traffic Control and Maintenance
Quantity: 1 UOM: LS Price: $97,800.00 Total: $97,800.00
1.30 Remove & Reinstall Chain Link Fence
Quantity: 10 UOM: LF Price: $60.00 Total: $600.00
1.31 Remove & Reinistall Wood Privacy Fence
Quantity: 25 UOM: LF Price: $72.00 Total: $1,800.00
1.32 Remove & Reinstall Decorative Metal Fence
Quantity: 320 UOM: LF
Price: $144.00
Total: $46,080.00
1.33 Cast -in -Place Detectable Warning Panel
Quantity: 100 UOM: SF
Price: $40.00
Total: $4,000.00
1.34 Handicap Access Ramp
Quantity: 25 UOM: SY
Price: $75.00
Total: $1,875.00
1.35 Single Meter Setting
Quantity: 1 UOM: EA
Price: $4,250.00
Total: $4,250.00
1.36 Double Meter Setting
Quantity: 1 UOM: EA
Price: $6,170.00
Total: $6,170.00
1.37 Residential Pressure Reducing Valve with Box
Quantity: 1 UOM: LS
Price:
$1,500.00
Total:
$1,500.00
Page 4 of 5 pages Vendor: Sweetser Construction, Inc. Bid 23-16 Addendum 1
1.38 Fire Hydrant Assembly
Quantity: 1 UOM: EA
Price: $13,000.00
Total: $13,000.00
1.39 Adjust Water Valve Box to Grade
Quantity: 1 UOM: EA
Price: $400.00
Total: $400.00
1.40 Adjust Sewer Cleanout to Grade & Install Bronze
Cap
Quantity: 1 UOM: EA
Price: $600.00
Total: $600.00
1.41 Adjust Water Meter Can to Grade
Quantity: 8 UOM: EA
Price: $200.00
Total: $1,600.00
1.42 Remove and Reinstall Bus Shelter
Quantity: 2 UOM: EA
Price: $1,400.00
Total: $2,800.00
1.43 RCP Concrete Collar (Allowance)
Quantity: 5 UOM: EA
Price: $600.00
Total: $3,000.00
1.44 6" to 4" Roof Drain Extension through Curb
Quantity: 1 UOM: LS
Price: $250.00
Total: $250.00
1.45 4" Yellow Painted Pavement Marking
Quantity: 600 UOM: LF
Price:
$3.60
Total:
$2,160.00
Response Total: $682,776.00
Page 5 of 5 pages Vendor: Sweetser Construction, Inc. Bid 23-16 Addendum 1
BID BOND TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
Hartford, Connecticut 06183
KNOWN ALL BY THESE PRESENTS, That we, Sweetser Construction Inc., as
Principal, and Travelers Casualty and Surety Company of America, as Surety, are held
and firmly bound unto City of Fayetteville, AR, as Obligee, in the sum of 5% of Bid
Dollars ($5%) for the payment of which we bind ourselves, and our successors and
assigns, jointly and severally, as provided herein.
WHEREAS, Principal has submitted or is about to submit a bid to the Obligee on a
contract for furnishing all labor and materials for Bid 23-16, Con struction- Leve rett
Sidewalk Improvements, 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 28th day of March, 2023.
Sweetser Construction Inc.
(Prin ' J
By:
Willia etser
Travelers Casualty and Surety Company of America
By: W-/
David Chilson, Attorney -in -Fact
Travelers Casualty and Surety Company of America
_ Travelers Casualty and Surety Company
TRAVELERS o 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.
�y.%,YY Aryl,
I
POWL
State of Connecticut
City of Hartford ss.
By:
Robert L. Rane , enior Vice President
On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior
Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the
purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer.
IN WITNESS WHEREOF, I hereunto set my hand and official seal
My Commission expires the 30th day of June, 2026
�FP�'il
warn
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
Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority
may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings
obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may
remove any such appointee and revoke the power given him or her; and it is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or
any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided
that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is
FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance,
or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive
Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the
Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;
or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her
certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President,
any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to
any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -
Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of
Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed
and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or
understanding to which it is attached.
I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a
true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect.
Dated this 28th day of March , 2023
�Jp�4V A%
coft
z ;W CONr� �10
Kevin E. Hughes, Assistant Secretary
To verify the authenticity of this Power ofAttorney, please call us at 1-800-421-3880.
Please refer to the above -named Attorney(s)-in-Fact and the details of the bond to which this Power ofAttorney is attached.
CITY OF
FAYETTEVILLE
ARKANSAS
Project Check List
This checklist is for the Bidder's use in preparing & submitting a bid. It is not intended to include all details necessary to prepare a
bid and shall not be used as a substitute for the requirements of the bid documents. Information is shown below only as a matter
of convenience. Use of this checklist does not relieve the Bidder from the responsibility of meeting all requirements of the
Specifications concerning the preparation of an acceptable bid. Bidders are welcome to use this form as a coversheet for a sealed
envelope; however, using this form itself is NOT a requirement.
Z r5% Bid Bond of the amount bid accompanied by required documentation (Power of Attorney, etc.)
o In lieu of a bid bond, the bidder may submit a cashier's check from a bank located in the State of Arkansas for at
least five percent (5%) of the amount bid (inclusive of any deductive alternates). Cashier's checks shall be made
payable to the City of Fayetteville, AR and received prior to the bid deadline by making an in -person delivery
appointment with the City Purchasing Division.
o Upload 5% bid bond to the City's electronic bidding platform (preferred) OR attach bid bond with physical
submittal and setting up an in -person delivery appointment with the City Purchasing Division.
Tor
ll addenda shall be signed, acknowledged, and submitted on the appropriate forms (submitting the actual addendums
marking acknowledgement on other bid pages).
All line items shall be appropriately filled out and extended to reveal the line item price as well as the total bid price.
Total base bid should be calculated in the provided space.
171 All pages provided with signature lines shall be appropriately signed, dated accordingly, and included with submitted bid
documents
All bids shall be received before the stated deadline utilizing the City's electronic bidding platform or submitting a physical
sealed bid to the City Purchasing Division. Submitting a bid electronically is strongly encouraged. A public bid opening
will be conducted shortly after the deadline at City Hall and livestreamed at
https://www.youtube.com/user/citvoffavetteville@r. Late or misdirected bids shall not be accepted. The City of
Fayetteville shall not be responsible for lost or misdirected bids, or failure of bidder's technical equipment. Ifsubmitting
a physical bid, all bid documents shall be delivered in a sealed envelope to the address stated in the advertisement or
updated deadline issued via Addenda. All bids should be delivered with the name of the bidder (contractor) on the sealed
envelope as well as the bidders Arkansas Contractor's License Number.
City of Fayetteville, AR
Purchasing Division — Suite 306
113 W. Mountain
Fayetteville, AR 72701
Additional Information Required:
• List of Subcontractors: Submit form on Ion Wave or attach if submitting a physical bid.
• AR Secretary of State Filing #: J606k9q 93 OR submit electronically.
• Arkansas Contractor License 0 ykA OR submit electronically.
• Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently
boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract,
with any public entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott
Israel, the contractor must notify the contracted public entity in writing.
o Submit electronically OR circle applicable answer: YES r NO
Tei"oovnunkations Devke for the Deaf TDD (479) $21-1316
113 West Mountain - Fayetteville, AR 72701
DOCUMENT 00140 - BIDDER'S QUALIFICATION STATEMENT
Contract Name: LEVERETT AVENUE SIDEWALK IMPROVEMENTS
HAZEL ST. TO SYCAMORE ST.
Bid #: 23-16, Construction
Date:
SUBMITTED TO:
The City of Fayetteville, Arkansas (0/�
113 West Mountain Street /
Fayetteville, Arkansas 72701
SUBMITTED BY: K C'�
Company
Name nn �
Address ��/� 1&, I�O ) -,i W-- ; I
Principal Office -S3T G(> , oA[#-fi-
Corporation, artnership, individual, joint
ve ture, other
Arkansas State General Contractor's License Number
®o�L 7476yL 6--3
(Type or legibly print)
EXPERIENCE STATEMENT
1. Bidder has been engaged as a General Contractor in construction for 0 years and
has performed work of the nature and magnitude of this Contract for 420years.
Bidder has been in business under its present name for 6 0 years.
2. Bidder now has the following bonded projects under contract: (On a separate sheet, list
project name, owner, name of owner contact, engineer / architect, name of
engineer/architect contact, amount of contract, surety, and estimated completion date.)
3. Bidder has completed the following (list minimum of 3) contracts consisting of work
similar to that proposed by this Contract: (On a separate sheet, list project name,
owner, name of owner contact, engineer / architect, name of engineer/architect contact,
amount of contract, surety, and date of completion and percentage of the cost of the
Work performed with Bidder's own forces.)
4. Has Bidder ever failed to complete any project? If so, state when, where, and why.
00140 Bidder Qualifications 00140-1
DOCUMENT 00140 — BIDDER'S QUALIFICATION STATEMENT continued
Bidder normally performs the following work with his own forces:
6. Construction experience of key individuals in the organization is as follows (continued
on attached sheets if needed):
ell
7. In the event the Contract is awarded to Bidder, the required surety Bonds will be
furnished by the following surety company and name and address of agent:
A
76 '
8. Bidder's Workmen's Compensation Experience Modifier Factor is:
FINANCIAL STATEMENT
B. If requested by the City of Fayetteville during the evaluation of bids the bidder shall provide
to the City of Fayetteville the following additional information:
Bidder possesses adequate financial resources as indicated by the following:
Assets and Liabilities: Attach a financial statement, audited if available, including
Bidder's latest balance sheet and income statements showing the following items:
a. Current assets (cash, joint venture accounts, accounts receivable, notes
receivable, accrued income, deposits, materials inventory, and prepaid expenses).
b. Net fixed assets.
c. Other assets.
00140-Bidder Qualifications 00140 - 2
STATEMENT OF BIDDER'S QUALIFICATION
WILLIAM G. SWEETSER 38 YEARS
CHARLES MILLER 33 YEARS
KENDALL WILSON 28 YEARS
(DEC 2021)
PG 1
STATEMENT OF BIDDER'S QUALIFICATION
CONTRACTS ON HAND
NAME ENGINEER
DRP HOLDINGS
STEAMBOAT
(DEC 2021)
PG 1
ANTICIPATED
CONTRACT COMPLETION
5,404,657.05 JUNE 2022.
STATEMENT OF BIDDER'S QUALIFICATION
SIMILAR CONSTRUCTION
NAME
AHTD
HWY 112 / GARLAND
EMERY SAPP
FLYOVER
NWA REGIONAL PLANNING COMM.
SILENT GROVE TRAIL
CITY OF TONTITOWN
BRUSH CREEK BRIDGE
AHTD
ARMSTRONG-STU BBLEFI ELD
AHTD
RAZORBACK ROAD
CITY OF FARMINGTON
RHEAS MILL RD
RAUSCH COLEMAN
COVES PHASE II
CITY OF SPRINGDALE
RZ TRAIL ADDITION
RAUSCH COLEMAN
COVES PHASE II
RAUSCH COLEMAN
HOLLAND CROSSING
COMMERCE CONSTRUCTION
ADVENTURESUBARU
(CONTINUED PAGE 2)
ENGINEER
(DEC 2021)
PG 1
AMOUNT COMPLETE
3,444,037.13 NOV 2014.
274,925.00 OCT 2014.
1,797,306.56 OCT 2014.
670,718.00 DEC 2014.
6,212,756.93 DEC 2015.
2,234,929.90 JUNE 2016.
83,505.00 MAR 2015.
973,750.95 OCT 2015.
64,362.50 JUNE 2015.
1,086,700.95 MAY 2016.
782,347.50 JULY 2016.
1097000.00 JULY 2016.
SIMILAR CONSTRUCTION
(DEC 2020)
PG 2
NAME
ENGINEER AMOUNT
COMPLETE
CITY OF FAYETTEVILLE
7166369.20
JUNE 2017.
RUPPLE ROAD PAHSE I
COMMERCE CONSTRUCTION
789949.40
JUNE 2017.
HARPS LINCOLN
MEL COLLIER
400000.00
SEPT 2017.
RACETRACK
CITY OF FAYETTEVILLE
3,072,441.40
MAR 2018.
RUPPLE ROAD PHASE II
TIM GRAHAM
522,152.50
JUNE 2018.
FOX TRAIL DISTILLERY
BALDWIN-SHELL
631,939.00
JUNE 2018.
THEATRE SQUARED
RAUSCH COLEMAN
1,489,822.40
DEC 2018.
PARK MEADOWS
MULTI CRAFT CONTRACTORS
239,563.50
JUNE 2018.
DRAINAFE - RANDALL WOBBEE
BARRETT DEVELOPMENT
3,977,097.90
DEC 2019.
COTTAGES AT HOLLYWOOD
CITY OF FAYETTEVILLE
3,891,372.55
JUNE 2019.
OLD WIRE ROAD
INTEGRITY CONSTRUCTION
272,294.00
MAR 2019.
FARMINGTON VILLAGE
COMMERCE CONSTRUCTION
417,822.50
JUNE 2019.
FELLOWSHIP
COMMERCE CONSTRUCTION
79,960.00
MAR 2019.
ADVENTURESUBARU
(CONTINUED PAGE 3)
SIMILAR CONSTRUCTION
f►l_I►�it�
Z NEIDERMAN
CURTIS AVE
CITY OF SPRINGDALE
MAPLE ST
CITY OF FARMINGTON
ASH STREET
CITY OF FAYETTEVILLE
STEAMBOAT
CITY OF FAYETTEVILLE
GULLEY PARK
ENGINEER
(DEC 2020)
PG 3
AMOUNT COMPLETE
34755.00 MAR 2020.
1,893,202.35 DEC 2020.
57337.00 SEP 2020.
340,925.00 JUNE 2021.
439,182.60 JUNE 2021.
DOCUMENT 00140 — BIDDER'S QUALIFICATION STATEMENT continued
d. Current liabilities (accounts payable, notes payable, accrued expenses, provision
for income taxes, advances, accrued salaries, and accrued payroll taxes).
e. Other liabilities (capital, capital stock, authorized and outstanding shares par
values, earned surplus, and retained earnings).
f. Name of firm preparing financial statement and date thereof:
If financial statement is not for identical organization named herein, explain relationship and financial
responsibility of the organization furnished.
2. Current Judgments: The following judgements are outstanding against Bidder:
Judgment Creditors
a.
b.
Where Docketed and Date
q 11
Amount
Bidder hereby represents and warrants that all statements set forth herein are true and correct.
Date: , 201)-3.
(OFFICIAL SEAL)
Name of�OWEETSERCONSTRUCTION, WA
By MLLIAM G. SWEEMER
(Type or legibly print)
By
(Signature) PRESIDENT
Title
(Type or legibly print)
(If Bidder is a partnership, the partnership name shall be signed, followed by the signature of at least one
of the partners. If Bidder is a corporation, the corporate name shall be signed, followed by the signature
of a duly -authorized officer and with the corporate seal affixed.)
00140-Bidder Qualifications 00140 - 3
DOCUMENT 00400 — BID FORM
Contract Name: LEVERETT AVENUE SIDEWALK IMPROVEMENTS: HAZEL ST. TO SYCAMORE
ST.
Bid Number: 23-16
BID TO:
Owner: The City of Fayetteville, Arkansas
113 West Mountain Street
Fayetteville, Arkansas 72701
BID FROM:
Bidder:
SWEETSER CONSTRUCTION, INC.
590 W. POPLAR
FAYMEVILLE, 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.
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
00400-Bid Form 00400 - 1
Date
9 7�
DOCUMENT 00400 - BID FORM (continued)
Email:
Phone No.
Fax No.
ARTICLE 8 - TERMINOLOGY
8.01 The terms used in this Bid which are defined in the GENERAL CONDITIONS or Instructions to
Bidders will have the meanings assigned to them.
Arkansas State Contractor License No.
If Bidder is:
An Individual
Name (type or printed):
Doing business as:
Business address:
Phone No.
Email address:
A Partnership
Partnership Name:
(Individual's Signature)
Fax No.
By:
(Signature of general partner - attach evidence of authority to sign)
Name (type or printed):
Business address:
Phone No.
Email address:
_ Fax No.
00400-Bid Form 00400 - 4
(SEAL)
(SEAL)
DOCUMENT 00400 - BID FORM t continued
A Corporation or LLC
Corporation Name:
State of Incorporation:_
(SEAL)
Type;(;G7ene;ra/21nss, Professional, Serv' , Limited Liability):
ILLIAM G. SWEETSER
By:
(Signature of general partner - attach evidence of authority to sign)
Name (type or printed): WILLIAM G. SWEETSER
Title:
PRENDENT-
Attest:
(Signature of Corporate Secretary)
(CORPORAT—E - AL)
Phone No. 41'r9-4fyj 'Oa. ( Fax No. 4 ,19- 4*d-- 0 11
Email address: A Aj i6 - (15�� S astruC3 �nN..CoI'7
Tax ID Number (TIN): 7%, 0 3 K 7 $1�
UEI#
Cage Code:
00400-Bid Form 00400 - 5
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:
LEVERETT AVEVUE SIDEWALK IMPROVEMENTS
HAZEL ST. TO SYCAMORE ST.
Bidder certifies that all Subcontractors listed are eligible to perform the Work.
Subcontractor's Work
Clearing/Demolition
SWPPP/Brosion Control
Asphalt
Concrete
Landscaping
Material Testing
Other (designate)
Subcontractor's Name
and Address
NOTE: This form must be submitted in accordanch a Instructions to Bidders.
d er's Signature
00430 List of Subcontractors 00430-1
Expected Percentage
or Value
CITY OF
FAYETTEVILLE BID TABULATION
ARKANSAS Bid 23-16, Construction - Leverett Sidewalk Improvements
DEADLINE: Tuesday, March 28, 2023 at 2:00 PM
CertiOcation of Funds: S750,000.00;5 :,;:'_'I _,
Sweetser Construction, Inc.
Milestone Construction Company, LLC
Benchmark Construction Company (BenchmarkConstruction
Company of NWA, Inc.)
rpwl
$682,776.00
$738,833.51
$1,160,796.59
UMN
beepfawn
4TY
LviA
Unit
Extended
Unft -
Exu-ded
Unit
Exbrided
1
h1.rhlute411w f5F141 Cult exceed 5%aF Total B dl
1
L5
S767n-m
$26,222 IXI
$9,39D DO
59.39G.&I
$51,226W
$51,226,00
2
IAlvranCe and Bonding
1
is
512.854.00
$12,054 DO
$26.936-00
$26,936.06
$19,S4937
$19,549-37
3
Po4dUW Construction Contml
1
IS
-$9imn.un
$9,000 D0
$27.440.00
S27,44a.041
$13,52000
$13,520.13
4
Vdfth and Fa 0060Safety Systems
1
LS
52,500.DO
$2,500 DV
$8,72800
$8,728.
$50000
$500011
5
CleAN119, Grubbing, &Demolition
1.
LS
SW,.500 DO
$BD,50000
5131,721.00
$131,721.00
$299,790 Oft
$289,780.0(1
6
Undarmt and Batkfill(All-mce)
50
CT
$54.0
S2,700.00
$4520
$2,260.
S6720
$3.360.0(
7
De lVV:?Ied Excavation(Allnwance)
SO
to
$1,40000
$29-87
$1,493.50
$4580
$2,290,00
8
501ter Embankment (Allowance)
50
CY
_ __STR.an
$Atm
$1,40000
$2489
51,244.5
$6220
$3,110.IX
9
guhgrade Preparation (Plan Quantity)
fill
Sy
51200
$B,17200
S4-9
$3,030.45
$542
$3,691.02
10
4'Tapm71 PIW-nt
19M
Sy
S50-00
$19,00000
$636
S12,084.
5629
$11,951-IXI
11
15" Reinforced Concrete Pipe Class 111
35
kF
1110-00
$1,65000
$83 84
51.257.60
$186 67
52,8130.05
12
IS-PeinForced Concrele PtpeCSu II I(U rider Pavemenil fAllowanee)
35
LF
slat))
$1,500IXt
$10087
$1,51305
$23467
S3.520A5
13
12r C9 red Metal Pipe µluminred St-LI I Under P4yantenl)'JAL6 encej
20
LF
4100013
$2,1100IX2
54245
$849.IX1
521100
$4,220.D(I
14
13'r3') Drop 4sleb(Type Cl
1
EA
54.SEq.DO
$4,500 OP
$6,10951
$6,109.51
$6,84000
$6,840.00
15
4'x4') Drep Ihley )Type Cl
a
EA
SS,"tri
$10,00000
$6,517 25
$26,069.IX1
$7,777 50
$31,110-00
]6
S'x4' GnlM riilels type Cj
L
EA
58.100 n0
$6,500 OV
57,331.4E
$7,331.4e
512,22000
$12,220.IXI
17
_
14'1 DMp Intel Fxlitmwti
4
EA
S7,000.i20
$8.00000
5B,55332
$34,213.29
$1,48750
$5,950.D0
18
AxohalrCA-tePatching for Maintenance or Traffic
5
TON
51511M
$75001,
$78600
$3,930.On
$36404
$1,820IXI
19
Pavement Peslora[ion (ABC CIass7&Colored Concrete)
190e
LF
silo DO
$76,000 IX'
$28.82
$54,759.0
$31-0
559,01400
20
Cnfu"11Cnntrete T Patch JARowenvj
25
Sy
SIMLEID
$3,75006
$233.111
$5,829.50
$22809
$5,700011
21
L8't0=910 Curb and FrUtfer[iyprAJ wJ V'LTatF7114W
165o
LF
$3200
$52,80000
$4078
_
$67,287.013
SSI-34
$134,211011
22
Concrete Curb LB"I
70
_ LF
MOD
$560IX1
$64.00
$1.290.00
51942
$3,984 DC'
23
A' Thlcl Contrete Sidexr{n wJCf..7 go.
.122S
Sy
$%w
$68,600 DC
$80.98
$99,200.50
$125 B
$154,215 2'
24
ii- TIdd Concrete Sidewalk w/Class 7 Base
M
SV
so VD
$52,700 IX'
$84.33
$71,680.50
5144.9
5123,233 IX'
25
Snlid San! (Bermuda)
Iwo
Sy
$12-0fl
$22,800.00
$459
$8,721.00
$434
$8,24600
26
An move and Reinstall Street/Bus Stop/P-Lot Signs w/New Supports
E
EA
S755-SO
54,53300
$480.33
$2,991.99
5321.1fi
$1,92696
77
Pellalve and Reinstall ApartmentSign sugartree Apartments &Townhomes)
1
Ls
$1.0011M
$1,0000f1
$655
$6S5.00
5642-37
$642..32
28
Fmsig- Control
1
L5
53.SpQ00
$3,50001
518,798.50
518,799.50
$41,745.34
$41,74534
29
TNffB Control and Maintenance
1
15
1000
597.0
$97,800 Of.
$40,043.56
S40,043.S6
$63,799.32
$63,78932
30
Rhlnpve& Reinstall Chain Link Fence
10
LF
$611W
$600011
$65.50
5655.00
SS964
$59640
31
RP morn & Reinistall Wood Privacy Fence
75
LF
57211e
$1,8000(I
S62 88
$1,572.00
564 23
$1,605 75
32
REmoae& Reinstall Decorative Metal Fence
#A
tF
s14i00
$46,080.00
$1638
$5,241.60
$7896
$25,26720
33
call In•PD co Detectable Warning Panel
109
SF
$40IX1
$4,000IXI
$28 82
$2,R82.00
$66 81
$6,681 IX'
_
34
flMWICap Access Ramp
d5
SY
$75.00
$1,875 D(I
$307.85
$7,696.2S
$30001
$7,50200
35
Singki Meter Setting
1
EA
S4,25000
S4,25000
51,310 00
$1,310.00
$2,85200
$2,852 DC'
36
Qoubre Melee Seturig
1
EA
S6.171D
$6,1700(I
$2,620 DO
S2,620.00
$3,224.
$3,224 DC•
37
Res%danlial Pressure Reducing Valve with Box
1
15
iisallco
S1,50000
$786 DO
5786.00
52,827-2
52,827 20
38
Fire hydrant Assembly
1
FA
$13,00000
$13,000.00
S19,65D DO
$19,650.on
$20,373211
39
Adjust Water Valve Box to Grade
I
(A
54DO 00
$4DD 00$36025
$360,25
%013712
1, 1904
$1,19040
40
Adjust Sewer Cleanout to Grade & Install Bronta Cap
1
EA
$60000
$600 IXI
5262
$26100
$917.
$917 GC'
41
Adgust Water Meter Can to Grade
a
CA
$700 DD
$1,60D.IXI
$655.00
$5.240.00
$930
$7,440IX-
42
a and Reinstall Bus Shelter
I
EA
51,400.00
$2,800011
$3,144 DO
$6,288.00
S1,636R(
$3273GC'
43
RCP Co-1 a Collar rAllowaa ir)
5
EA
$6DD DO
$3,OD000
_
51,113.5
$5,567.50
1913.4
$4,8174C'
44
6" to o" Roof Drain Extension through Curb
1
41
$250 00
$250011
1 W.
OtToo
$I,A. i
51,4681E
45
4" fellow P-ted Pavement Markl
AN
LF
5360
$2,160
$L7
$IpSO.DO
511.1
56 696 IX'
lfuss Digitally signed by Amanda Beilfuss
Amanda Bei
Da te: 207 3 03.28 151503 -05'00'
x�vma xr,x,nr. s. Pw„ore axmi
Digitallysignedby Les McCvugh
Les McGau
`9 Date: 2023 03.29 14:44:44-05'00'
try Wl;gr..... wft-
LEVERETT SIDEWALK IMPROVEMENTS
DR
HAZEL ST. TO SYCAMORE ST.
w
a
F-
z
z
F-
w
112 x
U
PEACHTREE DR VAN GOGH PL
POPLAR
LMELMARww EL-AIRDR
w ASH
U _
QDAVIS �
z J w KELLY w
z a Oz
r
N MAXWELL DR
HICKORY w f
ao
S MAXWELL DR w o
> >¢ w MARTHA DR
HEND IX ¢ >
¢ o
O LAWSON =
CARTER z U�
J
c
a OLic a w m
OQ� < w BE K DR
HOLLY
JAMES
HOLLY
R ��AZEL
L E W NORTI
HU ES
Q¢_ QOmO
w0
�UNw
i ❑:VELAND O110
❑❑ w
� W
UNIVERSITY � w
z uw Y > 'a
w TAYLO
Z Y O
N O E w O �c) DOUGLAS C]
� O
G�
MAPLE
UNIVERSITY
N
0E
ARKANSAS
�vl
�
w
Q REAGA
0
z
Y
K
¢
DICKSON
WILLIAM
m
w
m
Q
ELM ST
z
>
¢
Q
c)
¢
>
A
71B
Q
PEAR w
LU Y
¢
¢
w
m
W
Q
m
POPLAR ST
w
ST Q w p
w } ¢> WOODLAND
> ILLER J.H.S.
¢
x > z
z u
ASH m ASH w 00 W
J O
> z LU
Q
w ASH o D
K O 2 S
w z
SYCAMORE U 0 <
0� > co
J w W Gregory
SPRUCE w Park
> w
w �
O
z w
Q
LAWSON VETERAN'S
ADMINISTRATION
PROJECT HOSPITAL
SITE ABSHIER DR
w
HOLLY
U
J
w OAK COD J
z z w UAMS =
> } U) NORTHWEST 0 ¢
> NORTH STREET x ¢
ADAMS � E PIKE �
BAXTER LN
J O
HAWTHORN u��J�� > a CLEBURN
°fir O w = G EN
> ¢ x WIN PROSI
PROSPECT LN
Q > W
w -1 ¢
'a Wilson Park o > ¢
i ¢ REBECCA
TRENTON BLVD >
z0 w L D� DAVIDSON ST ¢ J
ILA z z
z a o�¢ > �
a w
¢ ¢ E
0 MT NORD z
LAFAYETTE� E LAFA
ES z
J z w ❑❑
> WATSON m � J Q -j z
o " _ ° Q SUTT
LUE DICK:
ARTS
CENTER U Y w z
U, Lj
U ¢> CONNER
0 U 00 E SPF
wl
SPRING
Sweetser Construction, INC-Change Order No. 1
Leverett Sidewalk Project
City of Fayetteville Staff Review Form
2024-0128
Item ID ARCHIVED
N/A
City Council Meeting Date-Agenda Item Only
N/A for Non-Agenda Item
Matt Casey 2/26/2024 ENGINEERING (621)
Submitted By Submitted Date Division/Department
Action Recommendation:
Staff recommends approval of Change Order 1 with Sweetser Construction, Inc.for the Leverett Sidewalk Project
which will increase the contract amount by$10,676.00 and 17 days.The change order will be funded by previously
approved contingency.
Budget Impact:
2100.410.5500-5814.00 2100-Street Fund
Account Number Fund
02053.5500 Sidewalk Improvements
Project Number Project Title
Budgeted Item? Yes Total Amended Budget $ 386,654.00
Expenses(Actual+Encum) $ 209,416.14
Available Budget $ 177,237.86
Does item have a direct cost? Yes Item Cost $ 10,676.00
Is a Budget Adjustment attached? No Budget Adjustment $ -
Remaining Budget $ 166,561.86
V20221130
Purchase Order Number: 2023-00000690 Previous Ordinance or Resolution# 101-23
Change Order Number: 1 Approval Date: 02/29/2024
Original Contract Number: 2023-00000042
Comments:
CITY OF
FAYETTEVILLE STAFF MEMO
tip ARKANSAS
TO: Mayor Lioneld Jordan
THRU: Susan Norton, Chief of Staff
Chris Brown. Public Work Director
FROM: Matt Casey. Engineering Design Manager
DATE: February 26, 2024
SUBJECT: Approval of Change Order 1 for the Leverett Sidewalk Project
RECOMMENDATION:
Staff recommends approval of Change Order 1 for the Leverett Sidewalk Project which will
increase the contract amount by $10,676.00 and 17 days.
BACKGROUND:
The Leverett Sidewalk Improvements project includes the construction of approximately 1,680
feet of 8. wide sidewalk along the west side of Leverett Avenue from Hazel Street to Sycamore
Street. In addition to the sidewalk improvements. the project will include minor drainage
improvements, new sections of curb and gutter. driveway construction and pavement repair.
This project was included in the Transportation Division Sidewalk Work Plan for 2023. The
Engineering Division prepared the design plans and the project was put out for bid. The City
Council approved a construction contract with Sweetser Construction, Inc. at the April 11. 2023
city council meeting.
DISCUSSION:
During construction a couple items were discovered that were not addressed in the design. A
dumpster pad that serves an apartment complex would be very difficult to access after the
sidewalk construction. Staff worked with the Solid Waste Division and the contractor for a new
location that will serve both the drivers as well as the tenants of the apartments. This change
order includes the construction of the new dumpster pad. Also, when the contractor uncovered
a fire hydrant to be relocated, it was discovered that two water services are connected to the fire
hydrant lead, which is not currently allowed. This change order includes the cost of moving
these water services to connect to the water main instead.
BUDGET/STAFF IMPACT:
The City Council approved a construction contingency of$70.000.00 for this project. This
contingency will be used to cover the cost of these changes.
Attachments:
Change Order 1
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
CHANGE ORDER
Ci►Y Of
Pi. A R FAif li:T T E V I L L H Contract Title:Leverett Sidewalk
A w K A M f A>< Improvements
Change Order No. 1 Date of Issuance February 20,2024
To Contractor. Sweetser Construction,Inc. ORDINANCE/RESOLUTION:101-23
The Contract is changed as follows: Effective May 2,2023
Bid Bid Previous Unit Contract Revised Revised Original Revised
Contract Item hem Estimated of Unit Estimated Unit Estimated Estimated
Changes No. Description Quantity Measure Price Quantity Price Cost Cost
46 1519 N.Leveret[Dumps ter Pad 0 SY $0.00 28 S92.00 • S2,576.00
47 1519N.Leverett Water Service 0 LS S0.00 I S8,100.00 - S8,100.00
Sammadow of Cost - S10,676.00
Net Cost for this Change Order $10,676.00
Net valid atil signed by the Owner
The original Contract Price was S A2,776p0
Net change by previously authorized change orders S -
The Contract Price prior to this Change Order was S 68t776.00
The Contract Price will be adjusted by S104f7fi00
The new Contract Price including this Change Order will be S 693,452.08
The Contract Time(s)will be Messaged by 17 calendar days
Required dates of Completion as of the date of this Change Order therefore are:
Substantial Completion 3. .24
Final Completion 2- u
NOTE: This summery does not reflect changes io the Cumact Price or Time(s)which hive been audasiud by Wok Cheap Directives not incine ated
in this or previous Change Ordos.
SWEE C S TIO C F
BY �/ �DA�IE Y 02/DA/�24
Leverett Sidewalk Project
City of Fayetteville Staff Review Form
2024-0428
Item ID ARCHIVED
N/A
City Council Meeting Date-Agenda Item Only
N/A for Non-Agenda Item
Matt Casey 6/27/2024 ENGINEERING (621)
Submitted By Submitted Date Division/ Department
Action Recommendation:
Staff recommends approval of Change Order 2 for the Leverett Sidewalk Project which will increase the contract
amount by$13,050.40 and approval of a budget adjustment.
Budget Impact:
2100.410.5500-5814.00 2100 -Street Fund
Account Number Fund
02053.5500 Sidewalk Improvements
Project Number Project Title
Budgeted Item? Yes Total Amended Budget $ 386,654.00
Expenses (Actual+Encum) $ 275,374.58
Available Budget '.11,279.42
Does item have a direct cost? Yes Item Cost $ 13,050.40
Is a Budget Adjustment attached? Yes Budget Adjustment $ -
Remaining Budget I $ 98,229.02
V20221130
Purchase Order Number: 2023-00000690 Previous Ordinance or Resolution# 101-23
Change Order Number: 2 Approval Date: 6/28/2024
Original Contract Number: 2023-00000042
Comments:
CITY OF
opp.--.11 FAYETTEVILLE STAFF MEMO
ilpr ARKANSAS
TO: Mayor Lioneld Jordan
THRU: Susan Norton, Chief of Staff
Chris Brown, Public Work Director
FROM: Matt Casey. Engineering Design Manager
DATE: June 27. 2024
SUBJECT: Approval of Change Order 2 for the Leverett Sidewalk Project
RECOMMENDATION:
Staff recommends approval of Change Order 2 for the Leverett Sidewalk Project which will
increase the contract amount by $13,050.40.
BACKGROUND:
The Leverett Sidewalk Improvements project includes the construction of approximately 1,680
feet of 8' wide sidewalk along the west side of Leverett Avenue from Hazel Street to Sycamore
Street. In addition to the sidewalk improvements, the project will include minor drainage
improvements, new sections of curb and gutter. driveway construction and pavement repair.
This project was included in the Transportation Division Sidewalk Work Plan for 2023. The
Engineering Division prepared the design plans and the project was put out for bid. The City
Council approved a construction contract with Sweetser Construction, Inc. at the April 11. 2023
city council meeting.
DISCUSSION:
Change Order 2 is a reconciliation change order which changes the contract quantities to equal
the actual constructed quantities. This results in the final contract amount equaling the final
project cost. During construction there were minor overruns and underruns of quantities due to
unexpected site conditions. The attached change order form lists the overruns and underruns
for each of the bid items for the project. These changes resulted in an increase in the
construction contract of$13,0500.40 for a total final construction cost of$693,452.00.
BUDGET/STAFF IMPACT:
The City Council approved a construction contingency of$70.000.00 for this project. This
contingency will be used to cover the cost of these changes.
Attachments:
Change Order 2
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
$ . $$ $ $ $ $ 8 $ $ SR9. 888 8 8 $ $$ g$ 1 $ ' z«
D n V P Tr
M t
88Q8 Q8 $ 8q$ Q8. $ 858. 8Q8Q85$8. $ $ E. 8. 8. 8. 88$ 88 $ 8 $ $ 1 i l
d N 8 a CJ N - -.P- .. N f�v o r ,� ,n t r pi - 4 O -! ,.nEg. eV N 1
kg N N
n
'11 888888888888888 $ 8 $ 8888. 88888 $ 88I $ � jiI I _
1 LimrttF88 $ $ 5t� ' gihe = $ P3 ' � RR $ RTaN I
yp n r, ^ N c S�
3 = N r. d.0 9
441
N
iz.
a S E S„W� oo $ _ oa r. �oo .", o � � �$', i - oo � N,�m ' oNo l- ' i f i l t Ni
1 a 2 5N - .- .N •
I ( 1
A i8888 ;888888 $ 8888g888888888 $ 8 , •
oet � r, g gs §. $ tst � t � e - F $ P. sap. s, P § s ^ s I o"
CO
G }t` N•.7..d .J {.S. F K Vi W N I W 4 nl t N..t t U
. . . ' 1 , I i
a L . ! ! F
t.
t„ a ¢ r
a — g 1.
ig O y
5
,... lil iiQ a n a
41
_ yy �yj-7 y3 a
- zo ,.., ,.. 2 4 . 08 !
L x y<l I
Pi8iiiHiHhjH x G1 C
JtL< I !flflllj- z
11% g ii . .;s‘iQ� v � P
44 iiz ; 5 .