Loading...
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 .