Loading...
HomeMy WebLinkAbout159-25 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 159-25 File Number: 2025-996 A RESOLUTION TO AWARD BID #25-36 AND AUTHORIZE A CONTRACT WITH GRANT GARRETT EXCAVATING, INC. IN THE AMOUNT OF $1,558,910.80 FOR THE CONSTRUCTION OF THE DRAKE STREET TRAIL CONNECTION PROJECT; TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $100,000.00; TO AUTHORIZE A TRI-PARTY AGREEMENT BETWEEN THE CITY, NORTHWEST ARKANSAS REGIONAL PLANNING COMMISSION, AND THE ARKANSAS DEPARTMENT OF TRANSPORTATION TO ACCEPT ADDITIONAL FEDERAL -AID TRANSPORTATION ALTERNATIVES PROGRAM FUNDING IN THE AMOUNT OF $710,534.00; AND TO APPROVE A BUDGET ADJUSTMENT WHEREAS, the City has received a total of $1,210,534.00 in federal -aid funding through the Northwest Arkansas Regional Planning Commission — Transportation Alternatives Program for the construction of the Drake Street Trail Connection; and WHEREAS, on November 7, 2023, City Council approved Resolution 236-23 that authorized a professional engineering service agreement with Crafton, Tull & Associates, Inc. for engineering design services associated with Drake Street Trail Connection; and WHEREAS, on December 5, 2023, City Council approved Resolution 271-23 authorizing an agreement of understanding with the Arkansas Department of Transportation for the construction of the Drake Street Trail; and WHEREAS, the project is now fully designed and has been approved by the Arkansas Department of Transportation to proceed with construction; and WHEREAS, the Drake Street Trail project will transform underutilized space along the current four -lane section of Drake Street into a two-way protected trail for pedestrians and cyclists that will extend west from College Avenue and continue with a new segment connecting directly to Gordon Long Park and the Razorback Regional Greenway. NOW, THEREFORE, 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 #25-36 and authorizes a contract with Grant Garrett Excavating, Inc. in the amount of $1,558,910.82 for the construction of the Drake Street Trail Connection project, and further approves a project contingency in the amount of $100,000.00. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Rawn to sign a tri-party agreement between the City, Northwest Arkansas Regional Planning Commission and the Arkansas Department of Transportation when received for the additional Federal -aid Transportation Alternatives Program funding in the amount of $710,534.00, and further authorizes the Mayor to sign any additional grant documents as necessary to receive the funds for this project. Page 1 Resolution: 159-25 File Number: 2025-996 Section 3: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. PASSED and APPROVED on July 15, 2025 Approved: * �0� Molly Rawn, Mayor Attest: G��FpYETICVILL; �9y9gkANS?Z J2``: .� NC'ON; ... Kara Paxton, City Clerk Treasurer Page 2 CITY OF FAYETTEVILLE ARKANSAS MEETING OF JULY 15, 2025 CITY COUNCIL MEMO 2025-996 TO: Mayor Rawn and City Council THRU: Keith Macedo, Chief of Staff Chris Brown, Public Works Director FROM: Matt Mihalevich, Active Transportation Manager SUBJECT: Award of Bid #25-36 for Construction of Drake Street Trail and recognize Federal Aid funding RECOMMENDATION: Staff recommends award of Bid #25-36 and authorization of a contract with Grant Garrett Excavating, Inc. in the amount of $1,558,910.80 for the construction of the Drake Street Trail Connection project from Gordon Long Park to College Avenue, approval of $100,000 in contingency, approval for the Mayor to enter into a tri- party agreement between the City of Fayetteville, the Northwest Arkansas Regional Planning Commission and the Arkansas Department of Transportation for the acceptance of additional Federal -aid Transportation Alternatives Program funding in the amount of $710,534.00 and approval of a budget adjustment to recognize this revenue. BACKGROUND: The City of Fayetteville has received a total of $1,210,534 in federal -aid funding through the Northwest Arkansas Regional Planning Commission - Transportation Alternatives Program for the construction of the Drake Street Trail Connection. The funding was awarded in three funding cycles: • August 2023: $500,000 (recognized by resolution 271-23) • June 2024: $500,000 • June 2025: $210,534 In November 2023, a contract was approved with Crafton-Tull and Associates by resolution 236-23 for the design of the Drake Street Trail Connection. The project is now fully designed and has been through the Federal -aid process and approved by the Arkansas Department of Transportation to proceed with construction. A Tri-party Agreement of Understanding will soon follow between the City (carrying out the project), NWARPC (awarding the federal funds), and ARDOT (reimbursing NWARPC awarded funds and overseeing federal compliance). DISCUSSION: The Drake Street Trail project will transform underutilized space along the current four -lane section of Drake Street into a two-way protected trail for pedestrians and cyclists. This trail will extend west from College Avenue and continue with a new segment connecting directly to Gordon Long Park and the Razorback Regional Greenway. Mailing address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 Spanning approximately 4,376 linear feet, the trail will create a safe, continuous, and accessible corridor that directly benefits an estimated 2,000 residents and 266 businesses within a half -mile radius. It will provide crucial connectivity between neighborhoods east of Scull Creek and key destinations like Gordon Long Park and the broader greenway network. Designed to accommodate users of all ages and abilities, this project especially supports those who rely on walking, biking, or public transit due to limited access to a personal vehicle. By improving infrastructure for non - motorized transportation, the trail advances the City's goals of equity, sustainability, and enhanced quality of life. Bid #25-36 was opened publicly on April 22nd, 2025, with five bidders providing bids. Grant Garrett Excavating Inc. being the lowest responsive bidder and the bid tabulation is included. The bid amount is within the engineers' estimate and within the amount of certified funds allowed. The contract time is 240 days for final completion. BUDGET/STAFF IMPACT: The total amount for the Drake Street Trail construction is $1,558,910.80 with $1,210,534 coming from federal aid and $348,376.80 from City match through trails program CIP. There is also $100,000 in project contingency. The construction will be managed by City staff. ATTACHMENTS: 3. Staff Review Form, 4. Budget Adjustment, 5. Drake St Cycletrack Map, 6. Drake St. Residential and Business Density 8.5 x 11, 7. Bid 25-36, Bid Tab - Final, 8. Drake Street Trail Agreement _GGE Signed, 9. 271-23 Resolution - Page, 10. 040955 ARDOT Concurrence, 11. NWARPC FFY2026_CRP Award Letter —Fayetteville —Drake Street Con nections_040955_2025-06-17, 12. NWARPC TAP FFY2025 Fayetteville Drake St Trail Award Letter 2024-06-06 $500k, 13. Bid 25-36, Submittal - Grant Garrett Excavating INC - E Mailing address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 == City of Fayetteville, Arkansas y 113 West Mountain Street Fayetteville, AR 72701 (479)575-8323 - Legislation Text File #: 2025-996 A RESOLUTION TO AWARD BID #25-36 AND AUTHORIZE A CONTRACT WITH GRANT GARRETT EXCAVATING, INC. IN THE AMOUNT OF $1,558,910.80 FOR THE CONSTRUCTION OF THE DRAKE STREET TRAIL CONNECTION PROJECT; TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $100,000.00; TO AUTHORIZE A TRI-PARTY AGREEMENT BETWEEN THE CITY, NORTHWEST ARKANSAS REGIONAL PLANNING COMMISSION, AND THE ARKANSAS DEPARTMENT OF TRANSPORTATION TO ACCEPT ADDITIONAL FEDERAL -AID TRANSPORTATION ALTERNATIVES PROGRAM FUNDING IN THE AMOUNT OF $710,534.00; AND TO APPROVE A BUDGET ADJUSTMENT WHEREAS, the City has received a total of $1,210,534.00 in federal -aid funding through the Northwest Arkansas Regional Planning Commission — Transportation Alternatives Program for the construction of the Drake Street Trail Connection; and WHEREAS, on November 7, 2023, City Council approved Resolution 236-23 that authorized a professional engineering service agreement with Crafton, Tull & Associates, Inc. for engineering design services associated with Drake Street Trail Connection; and WHEREAS, on December 5, 2023, City Council approved Resolution 271-23 authorizing an agreement of understanding with the Arkansas Department of Transportation for the construction of the Drake Street Trail; and WHEREAS, the project is now fully designed and has been approved by the Arkansas Department of Transportation to proceed with construction; and WHEREAS, the Drake Street Trail project will transform underutilized space along the current four - lane section of Drake Street into a two-way protected trail for pedestrians and cyclists that will extend west from College Avenue and continue with a new segment connecting directly to Gordon Long Park and the Razorback Regional Greenway. NOW, THEREFORE, 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 #25-36 and authorizes a contract with Grant Garrett Excavating, Inc. in the amount of $1,558,910.82 for the construction of the Drake Street Trail Connection project, and further approves a project contingency in the amount of $100,000.00. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Rawn to Page 1 Resolution: 159-25 File Number: 2025-996 sign a tri-parry agreement between the City, Northwest Arkansas Regional Planning Commission and the Arkansas Department of Transportation when received for the additional Federal -aid Transportation Alternatives Program funding in the amount of $710,534.00, and further authorizes the Mayor to sign any additional grant documents as necessary to receive the funds for this project. Section 3: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. Page 2 AGREEMENT This AGREEMENT is dated as of the 15 day of July in the year 2025 by and between City of Fayetteville and Grant Garrett Excavating, Inc. (hereinafter called OWNER) and (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1. WORD CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: Drake Street Trail The Project for which the work under the Contract Documents may be the whole or only a part is generally described as follows: Drake Street Trail ARTICLE 2. ENGINEER The Project has been designed by Crafton Tull who is hereinafter called ENGINEER and who will assume all duties and responsibilities and will have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3. CONTRACT TIME 3.1 The Work will be substantially completed within 210 days after the date when the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions, and completed and ready for final payment in accordance with Paragraph 14.07 of the General Conditions within 240 days after the date when the Contract Time commences to run. 3.2 Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not substantially complete within the time specified in Paragraph 3.1 above in accordance with Paragraph 14.04 of the General Conditions plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. They also recognize the delays, expense and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by OWNER if the Work is not substantially complete on time. Accordingly, instead of requiring any such proof, OWNER and 012000 CD-24 Copyright © 2011 Crafton Tull & Associates, Inc. CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER five hundred dollars 500 for each day that expires after the time specified in Paragraph 3.1 for substantial completion until the Work is substantially complete. ARTICLE 4. CONTRACT PRICE 4.1 OWNER shall pay CONTRACTOR for performance of the work in accordance with Contract Documents in current funds as follows: According to Bid Schedule pages CD-15 to CD-18_, inclusive. ARTICLE 5. PAYMENT PROCEDURES Contractor shall submit Applications for Payment in accordance with Article 14 of the General Conditions and Division 1 of the Technical Specifications. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. 5.1 Progress Payments. OWNER 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 tenth (loth) days of each month during construction as provided below. All progress payments will be on the basis of the Work measured by the schedule of values established in Paragraph 2.07 of the General Conditions. 5.1.1 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 OWNER may withhold, in accordance with Paragraph 14.02 of the General Conditions - 90% of Work Completed. If Work has been 50% completed as determined by ENGINEER, and if the character and progress of the Work have been satisfactory to OWNER and ENGINEER, OWNER and ENGINEER may determine that as long as the character and progress of the Work remain satisfactory to them, there will be no additional retainage on account of Work completed in which case the remaining progress payments prior to Substantial Completion will be in an amount equal to 100% of the Work completed. One hundred percent of materials and equipment not incorporated in the Work, but delivered, suitably stored and accompanied by documentation satisfactory to OWNER as provided in Paragraph 14.02 of the General Conditions. 012000 CD-25 Copyright © 2011 Crafton Tull & Associates, Inc. 5.1.2 Upon Substantial Completion, progress payments will be made in an amount sufficient to increase total payments to CONTRACTOR to 95% of the Contract Price, less such amounts as ENGINEER shall determine or OWNER may withhold, in accordance with Paragraph 14.02 of the General Conditions. 5.2 Final Payment. Upon final completion and acceptance of the Work in accordance with Paragraph 14.07 of the General Conditions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said Paragraph 14.07. ARTICLE 6. INTEREST All moneys not paid when due as provided in Article 14 of the General Conditions shall bear interest at the maximum rate allowed by law at the place of the Project. ARTICLE 7. CONTRACTOR'S REPRESENTATIONS In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: 7.1 CONTRACTOR has familiarized himself with the nature and extent of the Contract Documents, work, site, locality, and with all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. 7.2 CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions and accepts any determination set forth in the Supplementary Conditions, of the extent of the technical data obtained in such reports and drawings upon which CONTRACTOR is entitled to reply. 7.3 CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports and studies (in addition to or to supplement those referred to in Paragraph 7.2 above) which pertain to the subsurface or physical conditions at or contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Paragraph 4.02 of the General Conditions; and no additional examinations, 012000 CD-26 Copyright © 2011 Grafton Tull & Associates, Inc. investigations, explorations, tests, reports, studies or similar information or data are or will be required by CONTRACTOR for such purpose. 7.4 CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies or similar information or data in respect of said Underground Facilities are or will be required by the CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Paragraph 4.04 of the General Conditions. 7.5 CONTRACTOR has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. 7.6 CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. 012000 CD-27 Copyright © 2011 Grafton Tull & Associates, Inc. ARTICLE 8. CONTRACT DOCUMENTS The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR concerning the Work consists of the following: 8.1 This Agreement (pages CD 24 to CID 0 , inclusive). 8.2 Exhibits to this Agreement (pages _ to _, inclusive.) 8.3 Payment, Performance, and Maintenance Bonds, (pages CD 31 to CD 42 , inclusive). 8.4 Notice of Award (page CD 43 ); Notice to Proceed (page CD 44); Certificate of Substantial Completion (page CD 45-46 ). 8.5 General Conditions (pages 1 to 41 , inclusive). 8.6 Supplementary Conditions (pages SC-1 to SC-_, inclusive). 8.7 Specifications bearing the title: Drake Street Trail and consisting of 4. divisions as listed in Table of Contents thereof. 8.8 Drawings, consisting of a sheets numbered 1 through 45 inclusive with each sheet bearing the following general title: Drake Street Trail _ 8.9 Addenda numbers to u, inclusive. 8.10 CONTRACTOR'S Bid (pages CD-11 to CD- 21 inclusive). 8.11 Documentation submitted by CONTRACTOR prior to Notice of Award (pages _ to inclusive). 8.12 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 Paragraphs 3.04 and 3.05 of the General Conditions. 8.13 The documents listed in Paragraphs 8.2 et. seq. above are attached to this Agreement (except as expressly noted otherwise above). There are no Contract Documents other than those listed above in this Article 8. The Contract Documents may only be amended, modified or supplemented as provided in Paragraphs 3.04 and 3.05 of the General Conditions. 012000 CD-28 Copyright © 2011 Crafton Tull & Associates, Inc. ARTICLE 9. MISCELLANEOUS 9.1 Terms used in this Agreement, which are defined in Article 1 of the General Conditions shall have the meanings indicated in the General Conditions. 9.2 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. 9.3 OWNER and CONTRACTOR each binds itself, it's partners, successors, assigns and legal representatives to the other party hereto, it's partners, successors, assigns and legal representatives in respect of all covenants, agreements and obligations contained in the Contract Documents. 012000 CD-29 Copyright © 2011 Crafton Tull & Associates, Inc. IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in triplicate. One counterpart each has been delivered to OWNER, CONTRACTOR, and ENGINEER. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or by ENGINEER on their behalf. This Agreement will be effective on the 15 OWNER: day of July in the year 20 25 City of Fayetteville By Molly Rawn Mayor (Please type) ATTEST: Name Kara Paxton (Please type) Title City Clerk Treasurer CONTRACTOR: (SEAL) BY �i:Lrii --- AT Name Ricky Lattin (Please type) Address 1008 Beau Terre Dr. Bentonville, AR 72712 Name Holten Elmore (Please type) Title Vice President 012000 CD-30 Copyright © 2011 Crafton Tull & Associates, Inc. Matt Mihalevich Submitted By City of Fayetteville Staff Review Form 2025-996 Item ID July 15th, 2025 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 6/13/2025 Submitted Date Action Recommendation: ENGINEERING (621) Division / Department Staff recommends award of Bid #25-36 and authorization of a contract with Grant Garrett Excavating, Inc. in the amount of $1,558,910.80 for the construction of the Drake Street Trail Connection project from Gordon Long Park to College Avenue, approval of $100,000 in contingency, approval of the Mayor to enter into a tri-party agreement between the City of Fayetteville, the Northwest Arkansas Regional Planning Commission and the Arkansas Department of Transportation for the acceptance of additional Federal -aid Transportation Alternatives Program funding in the amount of $710,534.00 and approval of a budget adjustment to recognize this revenue. Budget Impact: 4470.800.8830-5814.05 Sales Tax Capital Improvements Account Number Fund 02016.2302 Trail Development - Drake St to Gordon Long Park Project Number Budgeted Item? Yes Does item have a direct cost? Yes Is a Budget Adjustment attached? Yes Purchase Order Number: Change Order Number: Original Contract Number: Comments: Total Amended Budget Expenses (Actual+Encum) Available Budget Item Cost Budget Adjustment Remaining Budget Project Title $ 878,341.00 $ 8,036.89 Is 870,304.11 $ 1,658,910.80 $ 800,534.00 V20221130 Previous Ordinance or Resolution # 271-23 & 236-23 Approval Date: City of Fayetteville, Arkansas - Budget Adjustment (Agenda) Budget Year Division Adjustment Number ENGINEERING (621) /Org2 2025 Requestor: Matt Mihalevich BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: Staff recommends award of Bid #25-36 and authorization of a contract with Grant Garrett Excavating, Inc. in the amount of $1,558,910.80 for the construction of the Drake Street Trail Connection project from Gordon Long Park to College Avenue, approval of $100,000 in contingency, approval of the Mayor to enter into a tri-party agreement between the City of Fayetteville, the Northwest Arkansas Regional Planning Commission and the Arkansas Department of Transportation for the acceptance of additional Federal -aid Transportation Alternatives Program funding in the amount of $710,534.00 and approval of a budget adjustment to recognize this revenue. COUNCIL DATE: ITEM ID#: 7/15/2025 2025-996 Holly Black 612512025 &.56 RIn Budget Division TYPE: JOURNAL#: Date D - (City Council) RESOLUTION/ORDINANCE I GLDATE: CHKD/POSTED: TOTAL Account Number 710,534 710,534 Increase / (Decrease) Expense Revenue Project.Sub# Project Sub.Detl AT v.2025513 Account Name 4470.800.8830-5814.05 700,534 - 02016 2302 EX Improvements - Trails 4470.800.8830-5911.99 4470.800.8830-4309.00 100,000 - - 500,000 02016 02016 2302 2302 EX RE Contingency - Capital Project Federal Grants - Capital 4470.800.8830-4309.00 4470.800.8830-5814.05 - (90,000) 210,534 - 02016 02016 2302 7302 RE EX Federal Grants - Capital Improvements -Trails I of 1 c� w �. Gordon y�4 = —\ m z REDBUD LN- , ;a Long Park Ao� , f�J w o O z Z W o MIMOSA LN \ f n Ez PRIVATE 2630 a CASSATT S d W�4 N � v ~delConnecW o , „., Drake Street Cycle Track EVERGREENLN , AUGUST DR -UJ I NJ Y r3 LL it ADO,B A o �E 1 z GR@NAD4S GRANADA ST pj UJ + F o¢ �a Q Q z o Q z 00 Ll- h a , YVILL >t W UJ Im MADRID ST716 m (®r SUNBRIDGEDR a'- i,New School a Montessori TOWNSHIP ST ��- i Legend Drake Street Trail Connection and Cycle Track N � Proposed Drake Trail Connection - 0.22 Miles Proposed Drake Street Cycletrack-0.62 Miles Proposed TAP Project 0 1OC200 400 600 800 1,000 Existing Trails Multi -Use Feet n=� - f RA!,1P A' KENRAY ST LONGVIEW ST ' 40 �R!• ti T \ONTEPAINTER DR _. �.�PV : ��(S, HAROLD ST rx eK : t Ci � : iy�:, s • • • • • • • z ••x•••••• ••• • ¢ ww lF r�94'.` • O a .1,pf • • •� • ••• • • ••• °. `Yc }Ir ■ •• 5• •�• 7*7 • tf CVDNEE ST • • • - _ ¢ • • Q - ¢ > � 1 L7 �¢ - - • • • •rW • • • - a .a _ • • z BISHOP DR ¢ • • • iz z ••o••• �.. m • •G�� 1p Razorback Greenway �, p • •¢ m • ' . • • • m Uzi z • •z• I=•••••yi••••N• O REOBUD LN • A • •••• . : •Z - : D-• w • • •¢• • •�• MIMOSA LN �,�_ ��"� •• � �_ • •_ • _ _ • • • • • • • • EVERGREEN LN • Q' �-: , • - - ••�� •• • ••••• • O� • OAK; �AUGUSTA DR >w_•m_ _ _ N •• v son PRIVATE 511 � � w ,.:R N ■■x •w• • • � � S !r ~ •N••w •w••w ' • • • • • • N - 11E ST Y J � .Q O • • •• M » • � cv • < w w w O ��=¢btANADA S•T•<i U` w • O • • •izii •� - _j PRINCE 5 _. ..� VILLAGE LAKE DR •Z p • i • �• _• f o CA$SATT$L c'� C s'D•eek Trail �� O •�• •�' ==G+ FIADRID ST (r • • • w • • •••• •• ••••y m•i • • • WESTVIEW OR EYNOLDS S7 STRANGE DR O -- G SUNBRIDGE DR p i RO J w > N • w • • • ¢ O Gj C • ,,p i\ Q • • • O w • •� q••Y • •� • _ KNAPP ST WISE ST ,1 2 • • �' • • `n ry > ¢ e 'Y' j w %• •a11� • • • • �• o - r _ y w •• O TOWNSHIP ST • • a • f O • • • G'9 m _ OIL OtT DR 0.�00. x • • •• • O 9! .�-- „I e OJP 2 i • J Z TOR y • ••S •• p O yy a. cOJi rye\� 2 . • • FE �T 00 �O LN Z UNNY HILL D, p • a a z E McBdOty Va�eY Trail GARRETT DR z ¢o m _ yt C O PRIVATE 2200 P 7 � e OB P L PRIVATE 2 t43 • Residential Unit (1.958 units) - - - Drake -Street -Trail Drake street Trail Connection and Cycietrack 0 400 800 1,600 Business (266 Businesses) Trails (Multi -Use) Feet 2,696Full-Time _.Streams Proposed 2015 TAP Funding Project if 1,156 Part -Time 1 inch = 800 feet 0 1C2 Mile Distance from Trail Document Path: G:%GIS2\Propcts\2013\Trails--Drake Street Trail ConnectionWaps\Drake Street Trail Connection mxd r e„Y or 9�RAV .LLE •RIIA...SAS BID TABULATION Bid 25-36, Construction - Drake Street Trail Connection DEADLINE. Tuesday, Alan 2 . 2025 a12.00 PM CERTIFIED FUNDS: $1300.000 ($1,625,000 (0te1 sweated) Total Grant Gama Excavating Inc Sneetser Conotmctlon, Inc. Tit Star Contrettors Milestone Construction CemeanV, LLC NEC, Inc S1,558,910.80 $1,60,502.05 $1.804.102.70 $2.021.665.23 $2,233,022.80 U.1 Denicarkall.. ow I Lou Unit Extended Una extended Una Extended Una Extended Una Examied 1 Cleaning 1 AC S22.1O671 $n,10671 $1SS.500.00 $16600.c0 $5,000.00 $5.000.00 $89,719 SO $89,719.50 $503W 00 $50,3%.00 2 Santn 1 AC S1271892 S12718.92 $5,OODDD $5,000.00 $5,000,00 $5.ODO00 $149,500.00 $149,500.00 140,690.00 E40.690.00 3 Removal and Disposal of Cum 922 LF $494 S4.55468 $25 DO $23,050.00 $1000 $922000 $13.81) $1272360 $21,50 $19,823.00 4 Removal and Disposal of Pavement 1070 SY S1647 $30.19890 54000 $74,800.00 $5.00 $935000 $3353 %2701.10 $15.00 $28,05O.DO 5 Removal and Di.sal of Sidewalk 839 SY $4.11 52,828.29 S40 DO W5.%O.OD $500 $3.195.00 $2160 S13930.20 $14.00 $8,946.00 6 Undemut and Some exck611 10 CY $83.16 W31 So S75W $150.00 52110.0 $2000.00 $19]A6 $1 74460 E24].W E2,4]500 ] Undercut and Backfill %2 CY %868 534. 93938 W500 550.83000 $40.00 $3608000 $148.20 $133,67640 $76.00 $60,55200 8 Rack Excavation4000.00 10 CY $263.17 UA3t]0 WOOD § $300.00 $3.00000 $520.W $5.20000 §881.00 E0.010.W 9 UOUassiOed Ektivati0n Plan Oeanl 392 CY $14.5] $5.71114 $30.00 $11,7600D $2000 $7840.00 S7060 $27,675.20 $30.00 511.760% 10 Com aUeO Embankment Plan Ouanr 104] CY E13J6 314AW>2 535.00 EW,815.% $17.W $18.322.W $71,81 $75,185.07 $26.00 S2],22200 11 Subareas Pre aretion 2387 SY S4.29 51024 223 S6 0o 511,9WW Ww E4.n4.00 W40 $5728.80 $1000 $2387000 12 Aggm,te ease Conrad Class 272 CY $9486 S25,Sol .92 $3500 $9.520.00 $5000 $13,600.DO $115.70 $31,47DAO $82do $22.3000O 13 Pontand Cement Concrete Base a"UT. MISS Sy 1 $5263 1 E29.780.58 $75 DO I Si $=5DO 1 $127,350.OD 1 $115.70 WSp8630 $18250 $103.295.00 14 Podland Cement Cancels Base 6"U.T. W SY $9240 1 $4.620.DO S95.00 E/,750W $30000 1 S15.000.00 $153.40 $7,07000 St0350 $5,175A0 15 Pontand Cement Concede Pavement 6"U T.. SIam ed & Coic 97 SY $245.04 §23785.W s95W $9.21500 $19500 S18.915.00 $11050 $10T10.SO $17150 $16,635.50 16 Pdntend Cement Concrete Pavement ITU.T. 34 SY $7995 W.71830 $9150 S3.111.00 $125W E4,250So $99.0 $3,38130 $7650 $2.601.00 17 Podland Cement Conchae Pavemenla-UT, Colored 1] SY $78.19 31329a S81.00 $13]Z00 $17500 $2.975.00 $8]]5 S1A91.75 $73,50 $1,249,50 18 Portland Cement Concrete Covens 24 SY $7369 $I'MIS $11000 5264000 $122AO $2,928.% $76A5 $1.825.20 $8900 $2.136.00 19 Moblaabon(Stall not exceed 5%of Tmal Bid) 1 I LS $24,963.18 S24963. to $32,512,00 S32512.00 $83,523,26 $83,523.25 S23,075AO $23,075 DO W.675.00 540.675A0 20 Maintenance of TralBc 1 1 LS $28,55462 $28,5"62 S25.000.00 $2500000 $37.000.00 $37,000.00 W,500.00 E6.500.00 S15,79400 S15,]9/W 21 19' ReinfarceU Concrele Pi Class 111 4 LF $31555 SLMM $110.W WOOD $12500 SSOO.W $247.00 598600 $395.00 $1.460.00 22 22'alT Reinfcnad Collcrate AFcb Pipe Class 111 39 LF $12572 E4,90308 $19800 E7,M2.00 $230.DO W,970.0 $15535 51305865 E175.00 46,82500 23 Due, Inlet (4 Diameter Cum inlet 1 EA $7868.59 S79880.59 S3.600.00 $3,60000 $5.700.DO $5.70D.00 $12,226W E12,220900 $6,438,00 $5.438o 24 UMP Inlet sa Cum Intel 1 IA 51351106 $13,511.06 54.20o.W $420000 STHOOD S7.50OW $14,920.00 $14,820.00 $9,543.W $9,543.00 25 Oro Inlet Revere Cum inlet 1 EA S15.10496 $15.104.96 U40000 54.40000 WOOD 00 W501DW $14,020.00 $1482000 $9,065.W $9,065.00 28 Guantrell eatMean Steel 95 LF S7866 524)2.70 Sal 00 E7,695.00 $300.00 $28,511000 5]].85 $7939575 $54.50 1 $5.1)).W 27 Solid Soddin 21)4 SY S442 5960908 $18.00 $39,132.W $500 $10,8)0A0 ISSO $14.1310D 1 16.50 1 $14,13100 20 To sod Famished and Placed 241 CY $2267 $546347 $15.00 $31615.00 597 00 36,507.00 $5456 520.3fi4.50 E73.50 $1],]13.54) 29 Concretelsland C eToxe Median 556 SY $14391 S81453Do $75.00 $42,450.W M500 $12],3W.00 $]9AS $45.030.% $133A0 5]5.2]8.00 W Concrete Walks 1725 SY $]].44 $13?584.00 %800 $117.=W E85.00 $146625W $R.54 $125,13150 W 050 $losW2.50 31 IH.nd Railina housto 93 LF 1 $234.69 1 321.026.1] S24075 522389]5 $Io0.od $9,300.00 $55.24 $5,13732 $154.50 $14,30850 32 Concrete Combination Cum and Guider tOW LF E33]0 S.WS.W $38.W $39.900.00 =do $21,000.00 942.35 $44,46)50 E28.00 529.40000 33 Concrele Combination Cum and Guaer ountable 434 LF §33]1 U.6W14 $3800 E18p92.00 W5,00 $10.BSO.W E4235 E183)9.90 §2750 S11,05.00 34 Roa CanslrocBon Control 1 LS S2],423.]5 A23.T5 S11IOO.W S11]00.W S27.500.00 E2],500.DO $5,500.0o W,50000 $255,809.00 $255,809.00 35 MmeelcM1air Rents W SY $1,1%.% 1,832.98 $19500 $10,335,00 510000 E5.300.00 $214W $11.WB.W $WSW E28.381.50 W Non -Metallic Conduit 1-1 law LF $3939 1.%9.W 515.00 $15750.DO $1800 $168D900 $1825 E17.062.50 $13.50 $19,42500 37 Contains Pull Box (1Tx121 12 EA $949.54 11394.48 $1.350.00 $18,200.00 $1,400.W $16,800ol) E1.462.50 $17,550.00 $1.343.00 $16,116.00 38 Standout Sin ]] SF 15122 ,097,94 $3480 $2,679.60 sa000 $3,080900 SW.15 54.554.55 $158,00 $12,166.00 39 Chanel Post Sign and 13 EA $409.09 $5.32207 $114.00 E1,482.W $750.00 $9.760,00 $45500 $5,91500 $107.00 $1,39100 10 Dumped Ri re (Granted) 10 CY $204.95 <SS.049.50 S150.00 $1,5W.00 $250,00 $2.SOOoO S162A8 $1.621.80 $452.0o $4,520.W 41 Bonds and Insurance 1 LS $13,021.18 413,WL18 $16,20000 $16.200.00 EW,113.95 $50,113.95 $81,W9.95 $81.00995 $55.8 DO $fi6,884.00 42 Trench and Excavation 5a Systems 1 LS SB )]695 W,Tifi.% $2500.00 32,500.00 Q500.OD E2,500.00 $280.00 $260% E23]800 523)b00 43 Wn Its end udenances 4 EA $55d3A5 M,ln30 S1500000 $60.00000 $1].500.W $70,000.00 $7,633.29 $X53116 S21,171AO E84,712.00 44 Loop Semenial Block Roughing Wall Arkansas Sandstone C 337 LF $5185) S1]4.]58.09 $46000 $155,020AO =000 E10].840.00 $551A8 $185,909.42 SO8.50 $161254.50 /5 Remove and Reset Sin 10 EA $)0180 E].01800 $12000 $1.200,00 Sal W.50000 S]80.00 $7,800,00 VISAS $1.1wo0 48 Erosion Control 1 LS E42.999.46 S/2999.46 31000000 $10.000.00 E20000.00 E20000.00 W,BSOW 55.eW.W W,)]5.00 W.W5.00 0) Commit. Flume 208 SF $1521 $3,133.26 $]5.00 $15,4W.OD $15.00 $3,09000 $t93 $1,683.W W3.DD $10916W 40 walk SideUndeM1'aln 1 EA $2,339.33 $29339.33 S1,50000 $1.5(1 $3950000 $350000 $1.170.W $1,170.00 $3,1W.00 E3.1W.00 49 40' 3-Sided Box Calved20' Wdm 1 LS $255,58650 $255,5WW S314,840.00 EJ14.840.00 E300,0p0.00 3300,000.00 §425,04]80 14T$,01].BD 5230315.00 $$30.315.00 W 40'3Sidetl Box Calved 11'WimM1 1 LS S18728074 S10],28D.]4 521?640A0 $213,64000 $215.0DD.go $21500000 $388,120.20 $398,120,20 $154.811.00 $154,81100 51 TAPCO DP200 Surface Mount Delineator W"H. W ODD % EA1 $23393 Noll to 317600 1 $600.00 $15,600.00 $260.00 W]BOoO 054.00 W 52 Tree PreteC110e Fence 2% LF $322 W24.32 S1500 53840.W S20.W W,120.00 $5.79 $1,48224 E9AO W S3 Remove Sloping1 LB 34.67867 5/,e$8] 511A0000 E11.400.00 $19,000.W $19.0WA0 $5,200.W $5200.00 510, 616.W.00 54 ems MIM Pavement Makin alien 3143 SF 5409 512.854.8] 55.10 516,029.306 slow $31r43ow s4.% $14,300.65 $5.00 55 MMA Pavement Makin ae 2574 SF 5409 E1052LW S5.10 513,12740 $10.00 E25,)4000 MISS $11,]11.]0 55oo .W Ow W MMA Pavement Madan Green 2028 $F 54.09 58.2965T $t2001 $24,336.W E14.00 E28,J92.00 54.an E9,22].40 S11.W A0 E$23,3M.0 57 MMF Pavement Meaning rick Red)818 SF h s39)3)4 512.00 $)A16.00 $14.00 $8,65100 S7.15 14,418]0 $11.W 00a MMAPavemenl Makin outs 5 FA W21.56 slawa0 $54000 $2,]00.00 $800.00 8400000 05]50 $t]8]W $W].W W5MMAPavemenlMakin Aran fi FA W3lan $1929% $45200, E2,]00.W $800.00 $4800.00 535] $2,145W 542300 00l Makin S bola 2 EA $32166 W4332 '2000 504000EDD.DD SL600.00 a.50 E35]22E]15.00 W9500 0 Oatluctiva AlM0 H-Not Used 3263,t67.24 Wt.N 109.]S1 4295W732 $2841 W9W �� �� Pmcuremenl0genl (/1r44,& ,1►0I-Z5 Kenn, Fllcb Sr Procurement Agent 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 271-23 File Number: 2023-1293 ARDOT DRAKE STREET TRAIL (AGREEMENT OF UNDERSTANDING): A RESOLUTION TO APPROVE AN AGREEMENT OF UNDERSTANDING WITH THE ARKANSAS DEPARTMENT OF TRANSPORTATION FOR CONSTRUCTION OF THE DRAKE STREET TRAIL, AND TO APPROVE A BUDGET ADJUSTMENT WHEREAS, in August 2023, the City of Fayetteville was awarded $500,000.00 in federal -aid funds through the Northwest Arkansas Regional Planning Commission Transportation Alternatives Program for construction of the Drake Street Trail Connection; and WHEREAS, on November 7, 2023, a contract was approved with Crafton-Tull and Associates by Resolution No. 236- 23 for the design of the Drake Street Trail Connection. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to sign an agreement of understanding with the Arkansas Department of Transportation, a copy of which is attached to this Resolution, for construction of the Drake Street Trail and further authorizes the Mayor to sign any additional grant documents as necessary to receive the funds for this project. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. PASSED and APPROVED on December 5, 2023 Page 1 Attest: �"3 ar Paxton, City Clerk Treasurer /. 7 7KANSAS DEPARTMENT AR OF TRANSPORTATION The Honorable Molly Rawn Mayor of Fayetteville 113 W. Mountain Fayetteville, AR 72701 Dear Mayor Rawn: ARDOT.9ov I Jared D. Wiley, P.E., Director 10324 Interstate 30 1 P.O. Box 2261, Little Rock, AR 72203-2261 Phone: (501) 569-2000 1 Voice/TTY 7111 Fax: (501) 569-2400 June 19, 2025 Re: Job 040955 F.A.P. TAPU-9142(56) Drake St. Trail Connection (Fayetteville) (S) Washington County We have received your request for concurrence in award, the bid tabulations, and the $1,000 deposit for Department administration costs for the referenced project. The Department concurs in the award of the project in the amount of $1,558,910.80 to the low bidder, Grant Garrett Excavating, Inc. & Divisions, of Bentonville, Arkansas, based on a review of the bid tabulations and the City's certification that the project was advertised, and bids were received in accordance with the regulations governing Federal -aid projects and all other applicable state and federal regulations. The maximum approved Federal -aid amount for this project is $1,000,000.00. Once the contract is executed, you may issue a work order to begin construction. The Report of Daily Work Performed (Form LPA-015) must be submitted with each Construction Certification and Reimbursement Request (Form LPA-014) and the Final Acceptance Report (Form LPA-016) must be submitted at the completion of the project. All Forms referenced are available in digital format at www.ardot.<a,ov/LPA. These forms must be submitted to Jason James, the Department's Resident Engineer in Fayetteville, who can be contacted at (479) 251-9266. Also, Jason must be invited to attend the pre -construction conference for this project. You must submit all change orders to the contract to Jason for review and approval for program eligibility. c: Chief Engineer —Operations Chief Engineer — Preconstruction Assistant Chief Engineer — Construction Construction Local Programs Sincerely, '2 Keli Wylie, P.E. Assistant Chief Engineer Program Delivery Program Management District 4 Resident Engineer #43 Tim Conklin, Executive Director, NWARPC Job 040955 'C' File o��I� NWA NORTHWEST ARKANSAS REGIONAL PLANNING COMMISSION Regional 1311 Clayton St., Springdale, Arkansas, 72762 Planning Commission a (479) 751 7125 a Fax: (479) 7517150 a http://nwarpc.org June 17, 2025 Mayor Molly Rawn City of Fayetteville 113 W Mountain Fayetteville, AR 72701 Re: Drake Street Connections (Job No. 040955) — Construction NWARPC FFY 2026 Carbon Reduction Program (CRP) Total NWARPC Federal Funds Awarded to Project to Date: $1,210,534 Dear Mayor Rawn: I am pleased to inform you that the Drake Street Connections (Job No. 040955) was selected by the Northwest Arkansas Regional Planning Commission on May 28, 2025, for Federal Fiscal Year (FFY) 2026 NWARPC Carbon Reduction Program (CRP) funding. The awarded FY2026 NWARPC CRP funds and the required local match are shown below: NWARPC CRP $210,534 (80% Federal) City Match 52,634 (20% Local Match) Total $263,168 The NWARPC CRP funding is subject to an obligation limitation and the total available funds may change after final FFY 2026 funding is published by the Federal Highway Administration (FHWA). These funds are required to be obligated by the end of the Federal Fiscal Year that ends on September 30, 2026. All required submittals to the Arkansas Department of Transportation (ARDOT) and required approvals for this project should be completed by August 15, 2026, to allow sufficient time to obligate the CRP funds for this project. ARDOT administers the Local Public Agency (LPA) program, providing oversight for federal -aid project delivery and ensuring compliance with applicable provisions of Title 23, U.S.C. ARDOT also processes reimbursement requests for NWARPC funding awards. For more details, please refer to the ARDOT Local Public Agency Proiect Manual. Required training for this program will be conducted by ARDOT on Thursday, July 17, 2025, from 8:30 a.m. to 9:30 a.m. at the NWARPC office. Please ensure the appropriate staff member(s) attend. Please let us know if you have any questions or need additional information regarding this program. Sincerely, Tim Conklin Executive Director Cc: David Siskowski, ARDOT Whitnee V. Bullerwell, ARDOT Minghua Qiu Miller, ARDOT Carlos Merideth, ARDOT Ashley Smith, ARDOT Sunny Farmahan, ARDOT Anthony Hunter, ARDOT Chris Brown, Fayetteville Public Works Director/City Engineer Matthew Mihalevich, Fayetteville Active Transportation Manager NWA NORTHWEST ARKANSAS REGIONAL PLANNING COMMISSION Regional 1311 Clayton St., Springdale, Arkansas, 72762 Planning Commission • (479) 7517125 • Fax: (479) 7517150 • http://nwarpc.org NWARPC Awarded Federal Funding - City of Fayetteville STBGP-A FEDERAL/ TAP CRP TOTAL Job No. - Project -Award Year HIP/EARMK FEDERAL FEDERAL FEDERAL 040581 $ 1,080,000 $ 1.0 %000 Hwy 112 (Razorback Rd) - Hwy 1B016th St) to Leroy Pond $ 1,080,000 $ 1.011111116000 2013 $ 1,080,000 $ 1.08%000 040582 $ 2,400.000 $ 2.400.000 Hwy112- Maple Street lmpvts.and Traffic Sign at- Maple /Razorback $ 2,400,000 $ 2,400,000 2014 $ 2,400,000 $ 2,400,000 040603 $ 358.902 $ 358,502 Town Branch Trail Job # 040603 $ 35B,SO2 $ 354502 2013 $ 358,502 $ 35$502 040642 $ 950,454 $ 9506484 Hwy 45/OldWire Traffic Signal and Inters. Imps. $ 95%484 $ 9506484 2014 $ 950,484 $ 950,484 - 040657 $ 5,774.303 $ 5.774,303 Rupple Rd. (Wedington Drive to Starry Night) $ 5,774,303 $ 5,774,303 2013 $ 286,303 $ 28%303 2015 $ - 2016 $ 680,000 $ 6M000 2017 $ 3,262,401 $ 3,262,401 2018 $ 1,545,599 $ 1,545,599 040673 $ - $ 29%OW $ 26Q000 Gordon Long Park Trailhead $ - $ 260,ODO $ 2606000 2014 $ $ - 2015 $ 260,000 $ 260,000 040688 $ %742.522 $ 5,741,512 SainStreet Ext. (N.Front St. toVantage Blvd.) $ 5,741,512 $ 5,741,512 2015 $ 320,000 $ 320,000 2017 $ 160,000 $ 160,000 2019 $ 475,000 $ 475,000 202D $ 2,286,512 $ 2,286,512 2021 $ 2.500,000 $ 2,500.000 040746 $ 520"1 $ 25%000 $ 76g891 Highway 112Sidepath and Tunnel (Truckers Dr.- Howard Nickell Rd.) $ 250,000 $ 250,000 2022 $ 250,000 $ 250,000 Highway 112Sidepath and Tunnel (Truckers Dr. - Howard Nickell Rd. $ 230,891 $ 230,891 2021 $ 230,891 $ 230,891 ®Highway 112/Howard Nickell Road Intersection Improvements $ 280,000 $ 2K000 2019 $ 280,000 $ 28Q000 040759 $ 3206000 $ 3206000 Cato Springs Trail Lighting $ 320,000 $ 32060M 2018 $ 320,000 $ 320;000 040846 $ 1,500,000 $ 1.500.000 Hwy 62 Interchange Improvements $ 105MOOD $ 1.500,000 2022 $ 1,500,000 $ 1.500.000 NWA NORTHWEST ARKANSAS REGIONAL PLANNING COMMISSION Regional 1311 Clayton St., Springdale, Arkansas, 72762 Planning Commission • (479) 7517125 • Fax: (479) 7517150 • http://nwarpc.org =1040867 $ 3,300.000 $ 3,300,000 - College Ave complete street iNorth stto Township st) $ 3,30Q000 $ 3,30M000 2022 $ 1500,000 $ 1,500,000 2023 $ 1,800,000 $ 1,800,000 -10409rt3 $ 3,520,000 $ 3,520,000 Millsap Rd/CotlegeAve Inters Impvts& N Hemlock Ave Imrpvts $ 3,520,OOD $ 3,520,OOD 2023 $ 320,000 $ 320,000 2024 $ 1,300,000 $ 1,300,000 2025 $ 1,900,000 $ 1,900,000 1040W $ 400,000 $ 400,000 E LED Lighting and Video Detection of Major Intersections $ 400,000 $ 400,000 2022 $ 4006000 $ 400,000 040965 $1,210,534 $ 1,210,534 Drake Street Connections $1,210,534 $ 1,210,534 2024 $ 500,000 $ 500,000 2025 $ 500,000 $ 500,000 2026 $ 210,534 $ 210,534 040956 $ 100,000 $ 100,000 Safe Routesto School PlanningGratt $ 100,000 $ 211116000 2024 $ 100.000 $ 100,00D 104M $ sss,is3 $ ata,w ERuppleRd. Trail Lighting (PersinvwntoMLK) $ 8151193 $ 815M3 2025 $ 315,193 $ 315,1M 2026 $ 500,000 $ 50 OM -' 040720 $ 8006000 $ W%000 - Hwy ii2lGarland Ave. (Poplar to Drake St) $ 500,000 $ 500,0Z 2026 $ 500,000 $ 500,000 TBD $ 300,000 $ L%000 $ 450,OOD I im North Street Corridor (Garland to College) $ 300,000 $ 300,000 1 2026 $ 300,000 $ 300,000 1 eTransit Stop Enhancements $ 150,000 $ 150,000 11 2026 $ 150,000 $ 150,000 =' 040966 $ 6K000 $ 650,000 - Stephen Carr Memorial Dr/I49rtterdtangehgtvls. $ 6501000 $ 650,000 2025 $ 650,000 $ 650,000 Grand Total $ 28,227,190 $2,549,036 $1,315,193 $30,091,419 NWA NORTHWEST ARKANSAS REGIONAL PLANNING COMMISSION Regional 1311 Clayton St., Springdale, Arkansas, 72762 Planning Commission • (479) 751 7125 • Fax: (479) 7517150 • http://nwarpc.org June 6, 2024 Mayor Lioneld Jordan City of Fayetteville 113 W Mountain Fayetteville, AR 72701 Re: Drake St Trail Connection (Job No. 040955) — Construction NWARPC FFY 2025 Transportation Alternatives Program (TAP) Total NWARPC Federal Funds Awarded to Job 040955: $1,000,000 Dear Mayor Jordan: I am pleased to inform you the Drake St Trail Connection (Job No. 040955) was selected by the Northwest Arkansas Regional Planning Commission on May 22, 2024, for Federal Fiscal Year (FFY) 2025 NWARPC Transportation Alternatives Program (TAP) funding. The awarded FY2025 NWARPC TAP funds and the required local match are shown below: NWARPC TAP $500,000 (80% Federal) City Match $125,000 (20% Local Match) Tota 1 $625,000 The NWARPC TAP funding is subject to an obligation limitation and the total available funds may change after final FFY 2025 funding is published by the Federal Highway Administration (FHWA). These funds are required to be obligated by the end of the Federal Fiscal Year that ends on September 30, 2025. All required submittals to Arkansas Department of Transportation (ARDOT) and required approvals for this project should be completed by August 15, 2025, to allow sufficient time to obligate the TAP funds for this project. ARDOT administers the Local Public Agency (LPA) program, including oversight support for the federal -aid project delivery and applicable provisions in Title 23, U.S.C., and processes reimbursement requests for the NWARPC funding award. Please refer to the ARDOT Local Public Agency Project Manual for more information. Required training for this program is being provided by ARDOT on Thursday, July 18, 2024, from 9:00 am to 10:00 am at the NWARPC office. Please send the appropriate staff member(s). Please let us know if you have any questions or need additional information regarding this program. Sincerely, :; Tim Conklin Executive Director Cc: David Siskowski, ARDOT Minghua Qiu Miller, ARDOT Carlos Meredith, ARDOT Ashley Smith, ARDOT Sunny Farmahan, ARDOT Anthony Hunter, ARDOT Chris Brown, Fayetteville Public Works Director/City Engineer Matthew Mihalevich, Fayetteville Active Transportation Manager NWA NORTHWEST ARKANSAS REGIONAL PLANNING COMMISSION Regional 1311 Clayton St., Springdale, Arkansas, 72762 Planning Commission • (479) 7517125 • Fax: (479) 7517150 • http://nwarpc.org NWARPC Awarded Federal Funding - City of Fayetteville STBGP-A TAP CRP TOTAL Job No. - Project - Award Year FEDERAL/HIP/EARMK FEDERAL FEDERAL FEDERAL 040581 $ 1,080,000 $ 1,080,000 Hwy 112 (Razorback Rd) - Hwy 180(6th St) to Leroy $ 1,080,000 $ 1,08%000 2013 $ 1,080,000 $ 11080,000 -1040582 $ 2,400,000 $ 2,400,000 - Hwy112 - Maple Street Impvts. and Traffic Signal- Maple/Razorback $ 2014 $ 7.0404W - Town Branch Trail Job # 040603 Hwy 45/014 Wire Traffic Signal and Inters. Imps. 2014 - 040667 - Rupple Rd. (Wedington Drive to Starry Night) 2013 2015 2016 2017 - Gordon Long Park Trailhead 2014 2015 - 040688 - Sain Street Ext. (N. Front St. to Vantage Blvd.) 2015 2017 2019 2020 2021 -040746 Highway 112 Sidepath and Tunnel (Truckers Dr. - Howard Nickell Rd.) 2022 Highway 112 Sidepath and Tunnel (Truckers Dr. - Howard Nickell Rd.) HIP FUNDING 2021 - 040759 Cato Springs Trail Lighting 2018 $ 2,400,000 $ 358.502 $ 358,502 $ 358,502 950,484 $ "MOOD $ 358,502 $ 358,502 $ 358,502 $ 950,484 $ 950,464 $ 950,484 $ 950,484 $ 960,484 $ 5,774,303 $ 5,774,303 $ 5,774,303 $ 5,774,303 $ 286,303 $ 286,303 $ 680,000 $ 680,000 $ 3AZ401 $ 3,262,401 $ 1,545,599 $ 1.545,599 $ - $ 280,000 $ 200,000 $ - $ 20%000 $ 21%000 $ 260,000 $ 280,000 $ 5,741,512 $ 5,741,512 $ 5,741,512 $ 5,741,512 $ 320,000 $ 320,0W $ 160,000 $ 160,000 $ 475,000 $ 475,000 $ 2,286,512 $ 2,286,512 $ z5DO,ODD $ z500,000 $ 230,891 $ 250,000 $ 480,891 $ 250,000 $ 250,000 $ 250,000 $ 250,000 $ 230,&n $ 230,891 $ 230,891 $ 230,891 $ 320,000 $ 320,000 $ 32060M $ 320,000 $ 320,000 $ 320,000 - 040846 $ 1,500,000 $ 11500,000 - Hwy 02Interchange Improvements $ %500,000 $ 1,500,000 2022 $ 1,500,000 $ 1,500,000 NWA NORTHWEST ARKANSAS REGIONAL PLANNING COMMISSION Regional 1311 Clayton St., Springdale, Arkansas, 72762 Planning Commission • (479) 7517125 • Fax: (479) 7517150 • http://nwarpc.org - 040897 # 3,300,000 $ 3,300,000 - College Ave Complete Street (North St to Township St) $ 3,300,000 $ 3,300,000 2022 $ 1,500,000 $ 1,500,000 2023 $ 1,800,000 $ 1,800,000 7.040943 $ 3,520,000 $ 3,520,000 - Mlllsap Rd/CoRege Ave Inters Impvts d, N Hemlock Ave Imrpvts $ 3,520,000 $ 3,520,000 2023 $ 320,000 $ 320,000 2024 $ 1,3D0,000 $ 1,300,000 2025 $ 1,900,000 $ 1,900,000 - 040946 $400,000 $ 400,000 - LED Lighting and Video Detection of Major $400,000 $ 400,000 2022 $400,000 $ 400,000 - 040955 $1,000,000 $ 1,000,000 - Drake St Trail Connection $1,000,000 $ 1,000,000 2024 $ 500,000 $ 500,000 2025 $ 500,000 $ 500,000 - 040M $100,000 $ 100,000 - Safe Routes to School Planning Grant $100,000 $ 100,000 2024 $100,000 $ 100,000 (blank) $ 650,000 $315,193 $ 965,193 - Stephen Carr Memorial Dr / 1-49Interchange Impvts. $ 650,000 $ 650,000 2025 $ 650,000 $ 650,000 - Rupple Trail Lighting $3L%= $ 315,193 2025 $315,193 $ 315,193 Grand Total $ 25,147,190 $2,18%502 $815,193 $28,150,885 CITY OF WA FAYETTEVILLE ARKANSAS Bid 25-36 Addendum 5 Grant Garrett Excavating INC Supplier Response Event Information Number: Bid 25-36 Addendum 5 Title: Construction - Drake Street Trail Connection Type: Invitation to Bid Issue Date: 3/16/2025 Deadline: 4/22/2025 02:00 PM (CT) Notes: The City of Fayetteville is accepting sealed bids from properly licensed firms for the construction of the connection to the Drake Street Trail. Questions regarding this bid should be addressed to Kenny Fitch, Sr. Procurement Agent at kfitch@fayetteville-ar.gov. Contact Information Contact: Kenny Fitch - Sr. Procurement Agent Address: Purchasing City Hall Room 306 113 W. Mountain St. Fayetteville, AR 72701 Phone: (479) 575-8258 Email: kfitch@fayetteville-ar.gov Page 1 of 8 pages Vendor: Grant Garrett Excavating INC Bid 25-36 Addendum 5 Grant Garrett Excavating INC Information Address: 1008 Beau Terre Drive Bentonville, AR 72712 Phone: (479) 636-5516 By submitting your response, you certify that you are authorized to represent and bind your company. Holten Elmore Signature Submitted at 412212025 12:44:19 PM (CT) uested Attachments Bid 25-36, Bid Bond Holten.Elmore@garrettx.com Email GarrettX Scans_20250421 _114218. 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 25-36, Required Signature Forms GarrettXScans_20250422_123903.pdf Please attach your completed forms. These documents can be found in FILE #01 - PROJECT MANUAL. 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. Z Yes, I agree ❑ No, I do not agree 4 Check Yes or No: Pursuant Arkansas Code Annotated §25-1-1002, the Contractor agrees and certifies that they do not currently boycott Energy, Fossil Fuel, Firearms, and Ammunition Industries during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-1002. If at any time during the contract the contractor decides to boycott Energy, Fossil Fuel, Firearms, and/or Ammunition Industries, the contractor must notify the contracted public entity in writing. 10 Yes, I agree ❑ No, I do not agree Page 2 of 8 pages Vendor: Grant Garrett Excavating INC Bid 25-36 Addendum 5 5 Addendum Acknowledgement By selecting "I agree", you acknowledge that you have read and understand any addendums that have been issued for this bid. ❑✓ 1 agree Bid Lines Package Header PRIMARY SCOPE Quantity 1 UOM: EA Package Items 1.1 Clearing Quantity: 1 UOM: AC 1.2 Grubbing Quantity: 1 UOM: AC 1.3 Removal and Disposal of Curb Quantity: 922 UOM: LF 1.4 Removal and Disposal of Pavement Quantity: 1870 UOM: SY 1.5 Removal and Disposal of Sidewalk Quantity: 639 UOM: SY 1.6 Undercut and Stone Backfill Quantity: 10 UOM: CY 1.7 Undercut and Backfill Quantity: 902 UOM: CY 1.8 Rock Excavation Quantity: 10 UOM: CY 1.9 Unclassified Excavation (Plan Quantity) Quantity: 392 UOM: CY 1.10 Compacted Embankment (Plan Quantity) Quantity: 1047 UOM: CY 1.11 Subgrade Preparation Quantity: 2387 UOM: SY 1.12 Aggregate Base Course (Class 7) Quantity: 272 UOM: CY 1.13 Portland Cement Concrete Base (4" U.T.) Quantity: 566 UOM: SY 1.14 Portland Cement Concrete Base (6" U.T.) Quantity: 50 UOM: SY Total: $1,558,910.80 Price: 1 $22,106.71 Total: 1 $22,106.71 Price: 1 $12,718.92 Total: 1 $12,718.92 Price: I Total: 1 $4,554.68 Price: I Total: 1 $30,798.90 Price: I Total: 1 $2,626.29 Price: I Total: 1 $831.60 Price: I Total: 1 $34,889.36 Price: I Total: 1 $2,631.70 Price: I Total: 1 $5,711.44 Price: I Total: 1 $14,406.72 Price: I Total: 1 $10,240.23 Price: I Total: 1 $25,801.92 Price: I$52.63 Price: $92.40 Total: 1 $29,788.58 Total: 1 $4,620.00 Page 3 of 8 pages Vendor: Grant Garrett Excavating INC Bid 25-36 Addendum 5 1.15 Portland Cement Concrete Pavement (6" U.T., Stamped & Colored) Quantity: 97 UOM: SY Price: $245.04 Total: 1$23,768.88 1.16 Portland Cement Concrete Pavement (6" U.T.) Quantity: 34 UOM: SY Price: $79.95 Total: $2,718.30 1.17 Portland Cement Concrete Pavement (4" U.T., Colored) Quantity: 17 UOM: SY Price: $78.19 Total: $1,329.23 1.18 Portland Cement Concrete Driveway Quantity: 24 UOM: SY Price: $73.69 Total: $1,768.56 1.19 Moblization (Shall not exceed 5% of Total Bid) Quantity: 1 UOM: LS Price: $24,963.18 Total: $24,963.18 1.20 Maintenance of Traffic Quantity: 1 UOM: LS Price: $28,554.62 Total: $28,554.62 1.21 18" Reinforced Concrete Pipe (Class III) Quantity: 4 UOM: LF Price: $316.55 Total: $1,266.20 1.22 22"x13" Reinforced Concrete Arch Pipe (Class III) Quantity: 39 UOM: LF Price: $125.72 Total: $4,903.08 1.23 Drop Inlet (4' Diameter Curb Inlet) Quantity: 1 UOM: EA Price: $7,888.59 Total: $7,888.59 1.24 Drop Inlet (4'x6' Curb Inlet) Quantity: 1 UOM: EA Price: $13,511.06 Total: $13,511.06 1.25 Drop Inlet (Reverse Curb Inlet) Quantity: 1 UOM: EA Price: $15,104.96 Total: $15,104.96 1.26 Guardrail (Weathering Steel) Quantity: 95 UOM: LF Price: $78.66 Total: $7,472.70 1.27 Solid Sodding Quantity: 2174 UOM: SY Price: $4.42 Total: $9,609.08 1.28 Topsoil Furnished and Placed Quantity: 241 UOM: CY Price: $22.67 Total: $5,463.47 1.29 Concrete Island (Cycle Track Median) Quantity: 566 UOM: SY Price: $143.91 Total: $81,453.06 1.30 Concrete Walks Quantity: 1725 UOM: SY Price: $77.44 Total: $133,584.00 1.31 Hand Railing (Black) Quantity: 93 UOM: LF Price: $234.69 Total: $21,826.17 1.32 Concrete Combination Curb and Gutter Quantity: 1050 UOM: LF Price: $33.70 Total: $35,385.00 1.33 Concrete Combination Curb and Gutter (Mountable) Quantity: 434 UOM: LF Price: $33.71 Total: $14,630.14 Page 4 of 8 pages Vendor: Grant Garrett Excavating INC Bid 25-36 Addendum 5 1.34 Roadway Construction Control Quantity: 1 UOM: LS 1.35 Wheelchair Ramps Quantity: 53 UOM: SY 1.36 Non -Metallic Conduit (1-1/2") Quantity: 1050 UOM: LF 1.37 Concrete Pull Box (12"x12") Quantity: 12 UOM: EA 1.38 Standard Sign Quantity: 77 UOM: SF 1.39 Channel Post Sign Support Quantity: 13 UOM: EA 1.40 Dumped Riprap (Grouted) Quantity: 10 UOM: CY 1.41 Bonds and Insurance Price: 1 $27,423.75 Total: 1 $27,423.75 Price: 1 Total: 1 $61,832.98 Price: I Total: 1 $41,359.50 Price: I Total: 1 $11,394.48 Price: I Total: 1 $4,097.94 Price: I Total: 1 $5,322.07 Price: I Total: 1 $2,049.50 Quantity: 1 UOM: LS Price: $13,021.18 1.42 Trench and Excavation Safety Systems Quantity: 1 UOM: LS Price: $8,776.95 1.43 Wingwalls and Appurtenances Quantity: 4 UOM: EA Price: $5,543.05 1.44 Large Segmental Block Retaining Wall (Arkansas Sandstone Color and Seal) Quantity: 337 UOM: LF Price: $518.57 1.45 Remove and Reset Sign Quantity: 10 UOM: EA Price: $701.80 1.46 Erosion Control Total: 1 $13,021.18 Total: 1 $8,776.95 Total: 1 $22,172.20 Total: 1 $174,758.09 Total: 1 $7,018.00 Quantity: 1 UOM: LS Price: $42,999.46 Total: $42,999.46 1.47 Concrete Flume Quantity: 206 UOM: SF Price: $15.21 Total: $3,133.26 1.48 Sidewalk Underdrain Quantity: 1 UOM: EA Price: $2,339.33 1.49 40' 3-Sided Box Culvert (20' Width) Quantity: 1 UOM: LS Price: $255,586.50 1.50 40' 3-Sided Box Culvert (14' Width) Quantity: 1 UOM: LS Price: $187,280.74 1.51 TAPCO DP200 Surface Mount Delineator (36" H, 3" OD) Quantity: 26 UOM: EA Price: $233.93 1.52 Tree Protection Fence Total: 1 $2,339.33 Total: 1 $255,586.50 Total: 1 $187,280.74 Total: 1 $6,082.18 Quantity: 256 UOM: LF Price: I Total: 1 $824.32 Page 5 of 8 pages Vendor: Grant Garrett Excavating INC Bid 25-36 Addendum 5 1.53 Remove Existing Striping Quantity: 1 UOM: LS Price: $4,678.67 Total: $4,678.67 1.54 MMA Pavement Marking (Yellow) Quantity: 3143 UOM: SF Price: $4.09 Total: $12,854.87 1.55 MMA Pavement Marking (White) Quantity: 2574 UOM: SF Price: $4.09 Total: $10,527.66 1.56 MMA Pavement Marking (Green) Quantity: 2028 UOM: SF Price: $4.09 Total: $8,294.52 1.57 MMA Pavement Marking (Brick Red) Quantity: 618 UOM: SF Price: $6.43 Total: $3,973.74 1.58 MMA Pavement Marking (Words) Quantity: 5 UOM: EA Price: $321.66 Total: $1,608.30 1.59 MMA Pavement Marking (Arrows) Quantity: 6 UOM: EA Price: $321.66 Total: $1,929.96 1.60 MMA Pavement Marking (Symbols) Quantity: 2 UOM: EA Price: $321.66 Total: $643.32 2 Package Header DEDUCTIVE ALTERNATE #1 Quantity 1 UOM: EA Package Items 2.1 Clearing Quantity: 0.3 UOM: AC 2.2 Grubbing Quantity: 0.3 UOM: AC 2.3 Removal and Disposal of Curb Quantity: 890 UOM: LF 2.4 Removal and Disposal of Pavement Quantity: 1304 UOM: SY 2.5 Removal and Disposal of Sidewalk Quantity: 267 UOM: SY 2.6 Unclassified Excavation (Plan Quantity) Quantity: 81 UOM: CY 2.7 Compacted Embankment (Plan Quantity) Quantity: 62 UOM: CY 2.8 Subgrade Preparation Quantity: 920 UOM: SY 2.9 Aggregate Base Course (Class 7) Quantity: 102 UOM: CY Total: $-263,167.24 Price: 1 $-18,900.00 Total: 1 $-5,670.00 Price: 1 $-10,514.29 Total: 1 $-3,154.29 Price: I Total: 1 $-3,649.00 Price: I Total: 1 $-17,786.56 Price: I Total: 1 $-913.14 Price: I Total: 1 $-975.24 Price: I Total: 1 $-712.38 Price: I Price: I$-79.19 Total: 1 $-3,266.00 Total: 1 $-8,077.38 Page 6 of 8 pages Vendor: Grant Garrett Excavating INC Bid 25-36 Addendum 5 2.10 Portland Cement Concrete Pavement (6" U.T., Stamped & Colored) Quantity: 97 UOM: SY Price: $-209.50 Total: I$-20,321.50 2.11 Portland Cement Concrete Pavement (6" U.T.) Quantity: 34 UOM: SY Price: $-68.35 Total: $-2,323.90 2.12 Portland Cement Concrete Driveway Quantity: 24 UOM: SY Price: $-63.00 Total: $-1,512.00 2.13 Moblization (Shall not exceed 5% of Total Bid) Quantity: 1 UOM: LS Price: $-5,000.00 Total: $-5,000.00 2.14 Maintenance of Traffic Quantity: 1 UOM: LS Price: $-23,853.20 Total: $-23,853.20 2.15 22"x13" Reinforced Concrete Arch Pipe (Class III) Quantity: 39 UOM: LF Price: $-105.29 Total: $4,106.31 2.16 Drop Inlet (4' Diameter Curb Inlet) Quantity: 1 UOM: EA Price: $-6,597.84 Total: $-6,597.84 2.17 Drop Inlet (4'x6' Curb Inlet) Quantity: 1 UOM: EA Price: $-11,237.14 Total: $-11,237.14 2.18 Drop Inlet (Reverse Curb Inlet) Quantity: 1 UOM: EA Price: $-12,574.61 Total: $-12,574.61 2.19 Solid Sodding Quantity: 942 UOM: SY Price: $-3.78 Total: $-3,560.76 2.20 Topsoil Furnished and Placed Quantity: 76 UOM: CY Price: $-18.77 Total: $-1,426.52 2.21 Concrete Walks Quantity: 416 UOM: SY Price: $-64.81 Total: $-26,960.96 2.22 Concrete Combination Curb and Gutter Quantity: 1011 UOM: LF Price: $-28.21 Total: $-28,520.31 2.23 Concrete Combination Curb and Gutter (Mountable) Quantity: 434 UOM: LF Price: $-28.22 Total: $-12,247.48 2.24 Roadway Construction Control Quantity: 1 UOM: LS Price: $-1,500.00 Total: $-1,500.00 2.25 Wheelchair Ramps Quantity: 46 UOM: SY Price: $-968.32 Total: $-44,542.72 2.26 Remove and Reset Sign Quantity: 5 UOM: EA Price: $-600.00 Total: $-3,000.00 2.27 Erosion Control Quantity: 1 UOM: LS Price: $-5,000.00 Total: $-5,000.00 2.28 Concrete Flume Quantity: 206 UOM: SF Price: $-13.00 Total: $-2,678.00 Page 7 of 8 pages Vendor: Grant Garrett Excavating INC Bid 25-36 Addendum 5 2.29 Sidewalk Underdrain Quantity: 1 UOM: EA Price: 1 $-2,000.00 Total: 1 $-2,000.00 Response Total: $1,295,743.56 Page 8 of 8 pages Vendor: Grant Garrett Excavating INC Bid 25-36 Addendum 5 /EMC I Employers Mutual Casualty Company KNOW ALL MEN BY THESE PRESENTS: That we, Grant Garrett Excavating, Inc. as Principal, and the EMPLOYERS MUTUAL CASUALTY COMPANY, a corporation organized and existing under the laws of the State of Iowa and authorized to do business in the State of Arkansas , as Surety, are held and firmly bound unto the City of Fayetteville as obligee, in the sum of Five Percent (--05%--) of Amount Bid in DOLLARS, lawful money of the United States of America, to the payment of which sum of money well and truly to be made, the said Principal and Surety bind themselves, their and each of their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to the Principal for: Bid 25-36 Drake Street Trail Connection according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of such proposal or bid and award and shall give bond for the faithful performance thereof, with the EMPLOYERS MUTUAL CASUALTY COMPANY as Surety or with other Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay to the Obligee the damages which the Obligee may suffer by reason of such failure not exceeding the penalty of this bond, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect. Signed, Sealed and Dated this 15 day of April 20 25 Grant Garrett Excavating, Inc. Principal By: wmess .__..— Employers Mutual Casualty Company s `'�a'�°°'y"d'�3 SEAL 44, � � C�JJ Surety u2csr, L By: c�192li1G Cindi L Smith Attorney -In -Fact Questions regarding this bond should be directed to the EMC H.O. Bond Department at 515-345-2689. 7007.4 (07-14) = P.O. Box 712 * Des Moines, Iowa 5,0306-0712 INSURANCE POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT KNOW ALL MEN BY THESE PRESENTS, that: 1. Employers Mutual Casualty Company, an Iowa Corporation 4, Illinois EMCA$CO Insurance Company, an Iowa Corporation ,2; EMCASCOInspranca Company, an Iowa Corporation- - - - - -- -5: Dakota Fire Insurance Company, a North Dakota Corporation 3. Union Insurance Company of Providence, an Iowa Corporation 5. EMC Property & Casualty Company, an Iowa Corporation hereinafter referred to severally as "Company" and collectively as "Compahlos', each does, by these presents, make, constitute aria appoint: CINDI L SMITH Its true and lawful attorney -in -fact, with full power and authority conferred to sign, seal, and execute the Bid Bond Any and All Bonds and tobind each Company, thereby as frilly and to the same extentras If such instruments were slgned'bythe duly authorized officers ofeach such Company, and all of the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed. AUTHORITY FOR POWER OF ATTORNEY This Power -of Attorney is made and executed pursuant to and by the authority of the following resolution of the Hoards of Directors of each of the Companies at the first regularly scheduled meeting of each Company duly Called and held in 1999: IN WITNESS THEREOF, th 22nd day of September Seals ,. S G 0 1NFUq..' be aRxgrAyh �.�xren,U, a V, "RxvR" ye `[ g. SEAL;; 1863s 1963 - wwA OWNr ,, bq�ab, ,,x "�"M,. yy �O)W)�ar�+ ydrion,Wr , 'y��luaaC "v 4T4�Ai0Pp�Iyy7: SEAL_d6 SEAL ppr..SEAL a5 ipWP+ ROR]'H pAK�P •'`sA101NE9 ,., p:: gP��aq KATHY LOVBBIDRE ' i:'?P,omNralon tambw780169 occt,1ta, 20i5 aoh by theiroffimrs as shown, and iheCorporateseals ttoy/be hereto affixed this dent & CEC1 Todd Strother Executiv2 Vice Prestdant rman, President pP Ohlef Legal Officer & Secretary of n lea 2, 3, 4, 5 & 6 Companies 1, 2, 3, 4, 5 & 6 Onthis 22nddayof September 2022 of Iowa, personally appeared Scott R. Joan ar did say that they are, and are known to me tr Vice President, Chief L al Offlcerand/orSo( above; that the seals axed to this instnime, Instrument was stoned and sealed on behalf My CommLsalon Expires October 10, 2025 7�a x�d Notary Publib In and forthe State o owa CERTIFICATE I, Ryan J. Springer, Vice President of the Companies, do hereby certify that the foregoing resolution of the Boards of Directors by each of the Companies, and this Power of Attorney issued pursuant thereto on 22nd day of September , 2022 , are true and correct and are still in full force and effect. In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 15 day of April 2025 Vice President 7854 (9.22) B026252-NA L0092 933 A 000000 "For verification of the authenticity of the Power of Attorney you may call (515) 345.7548." (A) (B) (C) PROJECT IDENTIFICATION: Drake Street Trail CTA JOB # 23110100 THIS BID IS SUBMITTED TO: 1 ►1 9 City of Fayetteville 113 W Mountain Street Fayetteville, AR 72701 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 Contract Price and within the Contract Time indicated in this Bid and in accordance with the Contract Documents. BIDDER accepts all of the terms and conditions of the instructions to Bidders, including without limitation those dealing with the disposition of Bid Security. This Bid will remain subject to acceptance for forty-five (45) days after the days of the Bid opening. BIDDER will sign the Agreement with the Bonds and other documents required by the Contract Documents within fifteen (15) days after the date of Owner's Notice of Award. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement,that: (a) BIDDER has examined copies of all the Contract Documents and of thefollowing Addenda (receipt of all which is hereby acknowledged): DATE APfI A r; f 9 Ing pTD��ti \0 20-►-_ (�Pcl 1b, 2AZs Apr;l 21l Ins NUMBER �nJ i. 3 4 5 012000 CD-11 Copyright © 2011 Crafton Tull & Associates, Inc. (b) BIDDER has familiarized himself with the nature and extent of the Contract Documents, Work, site locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. (c) BIDDER has studied carefully all reports and drawings of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in Paragraph 4.02 of the General Conditions, and accepts any determination set forth in the Supplementary Conditions of the extent of the technical data contained in such reports and drawings upon which BIDDER is entitled to rely. (d) BIDDER has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies (in addition to or to supplement those referred to in (c) above) which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost, progress, performance or furnishing of the Work as BIDDER considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time, and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Paragraph 4.02 of the General Conditions; and no additional examinations, investigations, explorations, tests, reports or similar information or data are or will be required by BIDDER for such purposes. (e) BIDDER has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities and/or will be required by BIDDER in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Paragraph 4.04 of the General Conditions. 012000 CD-12 Copyright © 2011 Crafton Tull & Associates, Inc. (f) BIDDER has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. (g) BIDDER has given ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and the Written resolution thereof by ENGINEER is acceptable to BIDDER. (h) This bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; BIDDER has not directly or indirectly induced or solicited any other BIDDER to submit a false or sham Bid; BIDDER has not solicited or induced any person, firm, or corporation to refrain from bidding; and BIDDER has not sought by collusion to obtain for itself any advantage over any other BIDDER or the OWNER. (1) The Base Bid shall include all the work called for on the Plans and in the Specifications. 012000 CD-13 Copyright © 2011 Grafton Tull & Associates, Inc. DOCUMENT 0400-BID FORM Contract Name: t�CONSSTRUCTION- DRAKE STREET TRAIL Bid Number: J.5—M CONSTRUCTION- DRAKE STREET TRAIL on Owner: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 BID FROM: 1_ Bidder: --��-�-�—CC'�fy'i Cjp-�kC'L4� �Xs�Uf?�n11�n�:11�Qs1�(. 71- ARTICLE 1- INTENT 1.01 The undersigned Bidder proposes an agrees, if this Bid is accepted, to enter into an agreement with Owner in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid price and within the Bid time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. ARTICLE 2- TERMS AND CONDITIONS 2.01 Bidder accepts all of the terms and conditions of the Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will. remain subject to acceptance for 90 days after the day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Agreement with the Bonds and other documents required by the Bidding Requirements within 15 days after the date of Owner's Notice of Award. 0400-Bid Form 00400-1 DOCUMENT 0400-BID FORM (continued) ARTICLE 3- BIDDER'S REPRESENTATIONS 3.01 in submitting this Bid, Bidder represents, as more fully set forth in the Agreement, that: A. Bidder has examined mid carefully studied the Bid Documents, and the following Addenda, receipt of all which is hereby acknowledged: Number )fie AA . aNt, I {,A (i(*Mdaw) 3 Li/lob 2-S c cr ZAJ!&M L( l 12 N AOU'M 1; `i /2i /2K B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work C. Bidder is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. - - Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bid Documents with respect to Underground Facilities at or contiguous to the Site. E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, 0400-Bid Form 00400-2 DOCUMENT 0400-BID FORM (continued) investigations, explorations, tests, studies, and dataconcerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost, progress, performance, or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto. F. Bidder does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for peribmaing and furnishing of the Work in accordance with the times, price, and other terms and conditions of the Contract Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to Work for which this Bid is submitted as indicated in the Contract Documents. R. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Sitc, reports, and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. Bidder has given The Purchasing Division written notice of all conflicts, errors, ambiguities or discrepancies that Bidder has discovered in the Contract Documents, and the written resolution thereof by Engineer is acceptable to Bidder. The Contract Documents are generally suff ciem to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. K. This Bid is genuine mid not made in the interest of or on behalf of any undisclosed person, firm, or corporation and is not submitted in conformity with any agreement or rates of any group, association, organization, or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham bid; Bidder has not solicited or induced any person, firm, or a corporation to refrain front bidding; and 0400-Bid Form 00400-3 DOCUMENT 0400-BID FORM (continued) Bidder has not sought by collusion to obtain for himself any advantage over any other Bidder or over Owner. L. By endorsing this bid form, Bidder certifies that they are currently not disbarred from doing business with a governmental entity. M. Bidder will perform the Work in compliance with all applicable trench safety standards set forth in Occupational Safety and Health Administration (OSHA) Part 1926 — Subpart P — Excavations. ARTICLE 4-BID PRICE Bidders are required to provide pricing for all line items, including deductive alternate items. Failure to provide deductive alternate pricing can result in bid rejection. The City intends to award this contract to the lowest qualified responsive responsible bidder based on the total. base bid as long as the base bid amount falls within the amount of funds certified for the project plus 25%. In the event no bid falls within the amounn of funds certified for the project plus 25%, the City will utilize the deductive alternates in order to further evaluate bids until a. bid received falls within the amount certified, plus 25%. In the event all deductive alternates are subtracted from the total base bid and no bid falls within the amount certified, plus 25%, all bids shall be rejected and become confidential. In no case shall the amount bid for the item of "mobilization" exceed 5% of the total contract amount for all items listed in the proposal or bid. Should the amount entered into the proposal or bid for this item exceed 5%, the bid shall be rejected. Bidder shall complete the Work in accordance with the Contract Documents for the following price(s): 0400-Bid Form 00400-4 DOCUMENT 0400-BID FORM (continued) ARTICLE 5- CONTRACT TIMES 5.01 Bidder agrees that the Work will be substantially completed and completed and ready for final payment within the number of calendar days indicated in the Agreement. 5.02 Bidder accepts the provisions of the Agreement as to liquidated damages in die event of failure to complete the Work within the times specified in the Agreement. ARTICLE 6- BID CONTENT 6.01 The following documents are attached to and made a condition of this Bid: A. Required Bid security in the form of a cashier's check from a bank located in the State of Arkansas or a Bid Bond in the amount of O 0 Dollars ($__ B. A tabulation of Subcontractors and other persons and organizations required to be identified in th is Bid. ARTICLE 7- COMMUNICATIONS 7.01 Communications concerning this Bid shall be addressed to the Bidder as follows: _ �m. ��lectcG Email (� kX. Phone No_._Y-i-�a- E4--7 Fax No. 0400-Bid Form 00400-9 DOCUMENT 0400-BID FORM (continued) ARTICLE 8- TERMINOLOGY 8.01 The terms used in this Bid which are defined in the GENERAL CONDITIONS or Instructions to Bidders will have the meanings assigned to them. Arkansas State Contractor License No. ©Diq!j 01k LA If Bidder is: An Individual Name (type or printed): (Individual's Signature) Doing business as: Business address: Phone No: Fax No. Email Address: A Partnershio Partnership Name: By: general partner -attach evidence of authority to sign Name (type or printed):_ Business address: Phone No: Fax No. Email Address:' 0400-13id Form 00400-10 DOCUMENT 0400-BID FORM (continued A Corporation or LLC (1 {±� Corporation Name: Gfant Gorteil' LXtAW11N0(111C (SEAL) State of Incorporation' , tk01\SAJ Type (General Business, Avfessional, Service, Limited Liability): 1 by: general partner -attach evidence ofauthm t°�sign Name (t pe or printed):—\C—R�,G�'�' In Title: -.y16\OI\ CRC SHiCh .^t`_1k ,J (CORPORATESEAL) 1 Attest: iIM&IS n (Signature of Corporate Secretary) Business address: a wBe iil Phone No: a (�1�t�'� _ Pax No. Email Address: ', YN - WA9, 4Z!wtttX. Cj CAm_ - Tax ID Number (TIN) DUNS# Cage Code: DOCUMENT 00400 0400-Bid Form 00400-11 TOTAL CONTRACT PRICE 5. BIDDER agrees that the Work will be substantially completed within_ calendar days after the date when the Contract Time commences to run, as provided in Paragraph 2.03 of the General Conditions, and completed and ready for final payment within calendar days after the date Contract Time commences to run, as provided in Paragraph 2.03 of the General Conditions, and completed and ready for final payment BIDDER accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work on time. 6. The following documents are attached to and make a condition of this Bid: (a) Bid Schedule (b) Required Bid Security in the form of: 5% Bid Bond, 5% Cashier's Check. (c) A Tabulation of Subcontractors and other persons and organizations required to be identified in this Bid. (d) Required Bidder Qualification Statement with supporting data, if specified. (a) Business Relationship Affidavit. (f) Noncollusion Affidavit. 7. Communications concerning this Bid shall be addressed to: BIDDER'S NAME DC ,Qto 8. The terms used in this Bid, which are defined in the General Conditions of the Construction Contract included as part of the Contract Documents have the meanings assigned to them in the General Conditions. SUBMITTED ON 1�1_ 9f �I no� 2AS i 012000 CD-19 Copyright © 2011 Grafton Tull & Associates, Inc. (individuai s Signature) m (individual's Name Typed) doing business as Business Address: Phone No. M. (Firm Name) (General Partner's Signature) (General Partner's Name Typed) Business address: Phone No. 012000 CD-20 Copyright © 2011 Crafton Tull & Associates, Inc. AM (Signature of Person Authorized to Sign) (Corporate Seal) —Ti Business Address: 100� Q�ec�, '�etce �r �e�'c�nv.11 e. K 7'L�1� Phone No.: M (Signature) (Typed Name) Address BY (Signature) (Typed Name) 012000 CD-21 Copyright © 2011 Crafton Tull & Associates, Inc. /EMCI Employers Mutual Casualty Company KNOW ALL MEN BY THESE PRESENTS: That we, Grant Garrett Excavating, Inc. as Principal, and the EMPLOYERS MUTUAL CASUALTY COMPANY, a corporation organized and existing under the laws of the State of Iowa and authorized to do business in the State of Arkansas , as Surety, are held and firmly bound unto the City of Fayetteville as obligee, in the sum of Five Percent (--05%--) of Amount Bid in DOLLARS, lawful money of the United States of America, to the payment of which sum of money well and truly to be made, the said Principal and Surety bind themselves, their and each of their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to the Principal for: Bid 25-36 Drake Street Trail Connection according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of such proposal or bid and award and shall give bond for the faithful performance thereof, with the EMPLOYERS MUTUAL CASUALTY COMPANY as Surety or with other Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay to the Obligee the damages which the Obligee may suffer by reason of such failure not exceeding the penalty of this bond, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect. Signed, Sealed and Dated this 15 s, ,IMA I kate kl day of April t Witness 5 y ,iYVgA a'r-�`j`y tp �Y*yli SEAL Fp= +og�4rr ' �le 20 25 Grant Garrett Excavating, Inc Principal Employers Mutual Casualty Company 6y; /— 1751&e& Surely Cindi L Smith Anorney.In-Fact Questions regarding this bond should be directed to the EMC H.O. Bond Department at 515-345-2689. 7007.4 (07-14) P.O. Box 712-• Res Moines,Iowa 60306-�.0712 *emc. INSURANCE POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT KNOW ALL MEN BY THESE PRESENTS, that: 1. Employers Mutual Casualty Company, an Iowa Corporation 2, EMCASCC insurance Company, an Iowa Corporation 3. Union Insurance company of Providence, an Iowa Corporation 4. ,Illinois EMCASCO Insurance Company, an Iowa Corporation 6. Dakota Fire Insurance Company, a North Dakota Corporation 6. EMC Properly & Casualty Company, an Iowa Corporatidn hereinafter referred to severally as "Company" and collectively as Companies', each does, by these presents; make, cohstitute andappofnt: CINDI L SMITH its true and lawful attomey-in-fact, with full power and authority conferred to sign, soal, and execute the Bid Bond Any and All Bonds and tobind each Company thereby as fully and to the same extent as If such Instruments were signed by the duly authorized officers of each such Company, and all of the sots of said attorney pursuant to the authority hereby given are hereby ratified and confirmed. AUTHORITY FOR POWER OF ATTORNEY This Rower -of -Attorney is made and executed pursuant io and by the authority of the following resolution of the Hoards of Directors of each of the Companies at the first regularly scheduled meeting of each company duly called and held in 1999: IN WITNESS THEREOF, the Companies have caused these presents to 22nd day Of September , 2022 . Seals xtto eA m y t SEAL 4� 1fl63 �, 4 y5, 1D19A � FG�a ,E� w Ny9U9hTy�," 1N91HA,yC t rMua4A{ �, SEAL SEAL -pn SEAL p w "S,b01N69 P i0.Wn'Y�fyoru BP'Fft�P � . KATHY LOVERIDGE coam"enaa WISOrao I616 iohbytheir officersasshown, and the Corporate sealstob hereto afflxedthis P dent & CEO Todd StrotherExecutiv2Vice President rman, President Chief Legal Cffloer& Secretary of nv fes 2, 3, 4, 6 & 6 Companies 1, 2, 3, 4, S& B On this 22ndt of Iowa, person did say that the Vice President, above; that the Instrument was September , 2022 are Don My Commission Expires Cciaber 10, 2028. 6 JI Ltl Notary PubII6 I�Lr ubll lnandfortheStateo awn CERTIFICATE 1, Ryan J Springer, Vice President of the Companies, do hereby certify that Me foregoing resolution of the Boards of Directors by each of the Companies, and this Power of Attorney issued pursuant thereto on 22nd day of September , 2022 , are true and correct and are still in full force and effect. In Testimony Whereof I have subaodged my name and affixed the facsimile seal of each Company this 15 day of April 2025 , Vice President 7854 (9.22) B026252-NA L0092 933 A 000000 "For verif [cation of the authenticity of the power of Attorney you may call (615) 346 7548."