Loading...
HomeMy WebLinkAbout80-06 RESOLUTIONRESOLUTION NO. 80-06 A RESOLUTION EXPRESSING THE WILLINGNESS OF CITY OF FAYETTEVILLE TO UTILIZE FEDERAL -AID HIGH PRIORITY PROJECT FUNDS FOR THE U OF A TECHNOLOGY CORRIDOR PROJECT WHEREAS, the City of Fayetteville understands Federal -aid High Priority Project funds are available for the U of A Technology Corridor project at the following federal participating ratios: City Street Projects Work Phase Federal Share City Match Projects programmed Preliminary engineering 80% 20% And let to contract Right -of -Way 80% 20% Utilities 80% 20% Construction 80% 20% Construction Supervision 80% 20% Projects programmed All Phases -0- 100% but not let to contract NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City will participate in accordance with its designated responsibilities, including maintenance of this project. Section 2. That the Mayor, or his designee, is hereby authorized and directed to execute all appropriate agreements and contracts necessary to expedite the construction of this city project. Section 3. That the City pledges its full support and hereby authorizes the Arkansas State Highway and Transportation Department to initiate action to implement this project. �,,E41�"n,,, ,`,,�i ��V°r(VY��`'�Uv�% �v • •res : FAYETTEVILLE: PASSED and APPROVED this 2nd day of May, 2006 APPROVED: By: ` film „„A DAN COODY, Mayor ATTEST: By: SONDRA SMITH, City Clerk Ron Petrie Submitted By City of Fayetteville Staff Review Form City Council Agenda Items or Contracts 2 -May -06 City Council Meeting Date Engineering Division Action Required: g1 -v6 I4 LA ��iinolo y )rrtdt 6 Operations Department Resolution expressing the willingness of the City of Fayetteville to utilize Federal -Aid High Priority Project Funds for transportion improvements within the Technology Corridor comprised of Cato Springs Road N/A Cost of this request N/A • N/A Project Number Budgeted Item 1 N/A Category/Project Budget N/A Funds Used to Date NIA Remaining Balance Budget Adjustment Attached I-1 Program Category / Project Name Program / Project Category Name Fund Name Depar meat Di ector Date 9(A) "a;) i/CCs City Attorney P?44b-ef:- (..6,6inance d Internal Service Director Date Ma or Comments: 1//78,/ Date Previous Ordinance or Resolution # Original Contract Date: Original Contract Number: City Council Meeting of May 2, 2006 CITY COUNCIL AGENDA MEMO To: Mayor and City Council Thru: Gary Dumas, Director of Operatioi7 From: Ron Petrie, City Engineer Date: April 13, 2006 Subject: Resolution expressing the willingness of the City of Fayetteville to utilize Federal -aid High Priority Project funds for transportation improvements within the Technology Corridor RECOMMENDATION Staff recommends approval of a resolution expressing the willingness of the City of Fayetteville to utilize federal aid monies for transportation improvements within the Technology Corridor. BACKGROUND The Fayetteville Technology Corridor consists primarily of improvements to Cato Springs Road between Razorback Road and School Avenue. The street improvements include reconstruction, widening, adding curb & gutter, underground drainage, and sidewalks. In 2005, the U.S. Congress passed the SAFETEA-LU transportation bill that included a $3,200,000 federal earmark for this portion of the Technology Corridor. CURRENT STATUS The federally earmarked funds will be administered through the Arkansas State Highway & Transportation Department which requires that the City pass a resolution to express the willingness to utilize the available funds. 1 City Council Meeting of May 2, 2006 BUDGET IMPACT There is no cost associated with this request at this time. However, in the future, the city will be obligated to provide a match in the amount of $680,876 in order to utilize the federal funds. These matching funds are currently being planned to be paid with the proposed Transportation Improvement Bond Issue. If this bond issue does not proceed or is not successful in an election, an alternate source of funding will need to be identified. 2 RESOLUTION NO. A RESOLUTION EXPRESSING THE WILLINGNESS OF CITY OF FAYETTEVILLE TO UTILIZE FEDERAL -AID HIGH PRIORITY PROJECT FUNDS FOR THE U OF A TECHNOLOGY CORRIDOR PROJECT. WHEREAS, the City of Fayetteville understands Federal -aid High Priority Project funds are available for the U of A Technology Corridor project at the following federal participating ratios: City Street Projects Work Phase Federal Share City Match Projects programmed Preliminary engineering 80% 20% And let to contract Right -of -Way 80% 20% Utilities 80% 20% Construction 80% 20% Construction Supervision 80% 20% Projects programmed All Phases -0- 100% but not let to contract NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City will participate in accordance with its designated responsibilities, including maintenance of this project. Section 2. That the Mayor, or his designee, is hereby authorized and directed, -to- execute all appropriate agreements and contracts necessary to expedite the constructidn of this city project. r Section 3. That the City pledges its full support and hereby authorizes the Arkansas State Highway and Transportation Department to initiate action to implen enl this ject. PASSED and APPROVED this 2nd day of May,. 2006. P ROVED: A By: SONDRA S I'I H, Ci rk DAN COODY, Mayor U of A Technology Corridor Project - Fayetteville SAFETEA-LU High Priority Project (HPP) Funding Summary Language in Act: Construct and rehabilitate University of Arkansas Technology Corridor Enhancement Project Total Funds in Act: $ 3,200,000 ($1,200,000 HPP #1298 + $2,000,000 HPP #3758) Require. . c 20To of To al PaEacI 'e r 2005 2006 2007 2008 2009 $ 640,000 640,000 640,000 640,000 640,000 2' a%Lace $ 547,502 (1) 544,000 (2) 544,000. (2) 544,000 (2) 544,000 (2) $ 136,876 $ 136,000 136,000 136,000 136,000 684,378 680,000 680,000 680,000 680,000 urhulative iota $ 684,378 1,364,378 2,044,378 2,724,378 3,404,378 Total $ 3,200,000 $ 2,723,502 680,876 $ 3,404,378 (') Based on the 2005 Federal Highway Administration Notice of Obligation Limitation Available for HPP Projects. (2) 85% Obligation Limitation - FHWA is using 85% for planning purposes. P&C:Admin:eah:07Mar06 Clarice Pearman - Res. 80-06 Page 1 From: Clarice Pearman To: Petrie, Ron Date: 5.8.06 11:21AM Subject: Res. 80-06 Ron, Attached is copy of the resolution passed by the City Council, May 2, 2006 regarding the U of A Technology Corridor Project. Thanks. Clarice CC: Audit Ron Petrie Submitted By City of Fayetteville Staff Review Forrn City Council Agenda Items or Contracts N/A City Council Meeting Date Engineering Division Action Required: Operations Department Execution of an Agreement of Understanding with the Arkansas Highway and Transportation Department for Improvements to Cato Springs Road Cost of this request Account Number 06035.1200 Project Number Budgeted Item Category / Project Budget Program Category 1 Project Name Funds Used to Date Program / Project Category Name Remaining Balance Fund Name Budget Adjustment Attached Department ' rec 2.44ic) Date 4 ck Finance andlnternal Service Director 7 Z -o? Date Mayor Date Previous Ordinance or Resolution # Original Contract Date: Original Contract Number: Comments: 4 - Item Requiring Mayor's Approval To: Mayor Dan Coody Thru: Gary Dumas, Director of Operations Ron Petrie, City Engineer From: Chris Brown Date: June 27, 2007 Subject: Execution of an Agreement of Understanding with the Arkansas Highway and Transportation Department for Improvements to Cato Springs Road RECOMMENDATION Staff recommends execution by the Mayor and City Attorney of the attached Agreement of Understanding with the Arkansas Highway and Transportation Department (AHTD) for improvements to Cato Springs Road. BACKGROUND Cato Springs Road is included in the proposed Transportation Improvement Bond Program. Federal funding for the project was received for this project after a joint funding request by the City and the University of Arkansas. The amount of federal funding is anticipated to be approximately S2.72 million. Resolution No. 80-06 (included with the Agreement as Attachment B) authorizes the Mayor to sign this Agreement. DISCUSSION The Agreement establishes the funding percentages for the various project elements, and also sets forth the obligations of the City and AHTD. The Agreement must be executed before any reimbursements for project costs are made to the City by AHTD. BUDGET IMPACT This agreement does not impact the project budget. AGREEMENT OF UNDERSTANDING BETWEEN THE CITY OF FAYETTEVILLE AND THE ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT In Cooperation with the U.S. Department of Transportation, Federal Highway Administration RELATIVE TO Construct and rehabilitate Cato Springs Road from Hwy. 112 to Hwy. 71B in Fayetteville, (hereinafter called the "project") as a Federal -aid high priority project. WHEREAS, funding in the Safe, Accountable, Flexible, Efficient Transportation Equity Act: A Legacy for Users (SAFETEA-LU) includes Federal -aid funds to be matched with non-federal funds for certain high priority projects; and WHEREAS, the City of Fayetteville (hereinafter called the "Sponsor") has expressed its desire to use Federal -aid funds designated for an eligible project and to provide necessary matching for such funds; and WHEREAS, funding participation will be as follows, subject to the amount of Federal -aid funds and obligation limitation approved and available for the project: Maximum Minimum Federal % Sponsor % Right-of-Way/Utilities: 80 20 Construction: 80 20 Department Administrative Costs: 80 20 ; and WHEREAS, the Sponsor understands that all costs for the project in excess of the sum of the SAFETEA-LU funds and local match (and any additional Federal -aid funds that may be earmarked for this project in the future with required match) will be the responsibility of the Sponsor; and WHEREAS, the Sponsor knows of no legal impediments to the completion of the project; and WHEREAS, it is specifically agreed between the parties executing this agreement that it is not intended by any of the provisions or any part of the agreement to make the public or any member thereof a third party beneficiary hereunder or to authorize anyone not a party to this agreement to maintain a suit or action for injuries or damage of any nature pursuant to the terms or provisions of this agreement; and WHEREAS, the Sponsor and the Arkansas State Highway and Transportation Department (hereinafter called the "Department") will adhere to the General Requirements for Recipients and Sub -Recipients Concerning Disadvantaged Business Enterprises (DBEs) (Attachment A) and that, as part of these requirements, the Department may set goals for DBE participation in the project, ranging from 0% to 100%, that are practical and related to the potential availability of DBEs in desired areas of expertise. IT IS HEREBY AGREED that the Sponsor and the Department, in cooperation with the Federal Highway Administration (FHWA), will participate in a cooperative program for implementation and will accept the responsibilities and assigned duties as described hereinafter. THE SPONSOR WILL: 1. Transmit to the Department a signed and sealed Resolution from the City Council (Attachment B) authorizing the Mayor to execute agreements and contracts with the Department for this project. 2. Initially submit to the Department $1,000 to be matched by $4,000 (80%) Federal -aid high priority project funds for Department costs associated with preliminary engineering, which include but are not limited to, on site meetings, environmental review, and plan and specification review. The Sponsor's final share of costs for this phase will be determined by actual Department charges to preliminary engineering. 3. Prepare the necessary environmental documentation as required by FHWA; 4. Understand that expenditures for preliminary or construction engineering performed by the Sponsor's forces or the Sponsor's consultants are not eligible for reimbursement with federal funds. 5. Conduct the necessary public involvement meetings and public hearings. 6. Ensure that the plans and specifications are developed using the Department's standard drawings and Standard Specifications for Highway Construction (latest edition). A registered professional engineer must sign the plans and specifications for the project. 7. Ensure that the plans and specifications comply with the Americans with Disabilities Act (ADA), the American Association of State Highway and Transportation Officials (AASHTO) design standards, and all other applicable state and federal regulations, including airport clearance when necessary, for the type of work involved (See Attachment C for items to be included in the bid proposal). 8. Submit a letter to the Right of Way Division of the Department that (1) stipulates the services relative to right-of-way acquisition, appraisal, relocation, and utilities that the Sponsor will assume or (2) requests that the Department handle some or all of these services. Acquisition -2- of property must be accomplished in accordance with the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, as amended (commonly referred to as the "Uniform Act"). NOTE: Failure to notify the Department prior to initiating this phase of work may result in any expenditures being declared non -participating in federal funds. 9. Ensure the preparation of utility adjustments and right-of-way plans are in accordance with Arkansas State Highway Commission Policy. 10. Provide a copy of the registered deed or an appropriate certification stating the Sponsor's clear and unencumbered title to any right-of-way to be used for the project (Attachment D). 11. Notify the Department at the time the plans are at the 50% completion stage in order to allow the Department to review the progress. 12. Submit a certification letter (Attachment E), including all items noted, to the Department when requesting authority to advertise the project for construction bids. 13. Advertise for bids in accordance with federal procedures as shown in Attachment F. NOTE: FHWA authorization and Department approval must be given prior to advertising for construction bids. 14. Forward a copy of all addenda issued for the project during the advertisement to the Department. 15. After bids are opened and reviewed, submit a Certification Letter Requesting Concurrence in Award of the Contract (Attachment G), including all items noted, to the Department. 1 d. Prior to awarding the contract for construction, submit to the Department $5,000 (20%) to be matched by $20,000 (80%) high priority project funds for Department administrative costs on the project during construction. The Sponsor's final share of cost for this phase will be determined by actual Department charges for construction engineering. 17. Have a full-time employee of the Sponsor in responsible charge during construction of the project. 18. Make payments to the contractor for work accomplished in accordance with the plans and specifications and then request reimbursement from the Department on the Construction Certification and Reimbursement Request form (Attachment H). 19. Prior to execution, submit contract change orders to the Department's Resident Engineer in charge of reimbursements for review and approval. 20. Maintain and provide to the Department a current list of all subcontractors for the project that shows names, addresses, and a general description of work each is to perform. 21. Maintain accounting records to adequately support reimbursement with Federal -aid funds and be responsible for the inspection, measurement and documentation of pay items, and -3- certification of all work in accordance with the plans and specifications for the project and for monitoring the Contractor and subcontractor(s) for compliance with the provisions of FHWA-1273, Required Contract Provisions, Federal -aid Construction Contracts, and Supplements. 22. Upon completion of the project, submit the final Construction Certification and Reimbursement Request to certify that the project was accomplished in accordance with the plans and specifications (Attachment H). 23. Pay all unpaid claims for all materials, labor, and supplies entered into contingent or incidental to the construction of said work or used in the course of said work including but not limited to materials, labor, and supplies described in and provided for in Act Nos. 65 and 368 of 1929, Act No. 82 of 1935, and Acts amendatory thereof. 24. Ensure that all work, material testing and acceptance, and inspection is conducted in accordance with the Department's Standard Specifications for Highway Construction (latest edition), Manual of Field Sampling and Testing Procedures, and Resident Engineer's Manual and with the plans, specifications, and all other applicable FHWA and Department procedures for this project. 25. Be responsible for 100% of all preliminary engineering, right-of-way/utilities, and other costs incurred should the Sponsor not enter into the construction phase of the project. 26. Be responsible for all costs not provided by the Federal Highway Administration. 27. Be responsible for 100% of any and all expenditures that may be declared non -participating in federal funds, including any such award by the State Claims Commission. 28. Be responsible for the necessary enforcement of operations as required by improvements on the Arkansas State Highway System and local streets. 29. Indemnify and hold harmless the Arkansas State Highway Commission, the Department, its officers and employees from any and all claims, Iawsuits, judgments, damages, costs, expenses, and losses, including those arising from claims before the Arkansas Claims Commission or lawsuits brought in any other legal forum, sustained on account of the operations or actions of the Sponsor, including any act of omission, neglect or misconduct of said Sponsor. Further, the Sponsor shall take no action to compromise the immunity from civil suits afforded the State of Arkansas, the State Highway Commission, Arkansas Code 19-10-305, or the l lth Amendment of the United State Constitution. This obligation of indemnification shall survive the termination or expiration of this Agreement. 30. Retain all records relating to inspection and certification, the Contractor's billing statements, and any other files necessary to document the performance and completion of the work in accordance with requirements of 49 CFR 18.42 - Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments (Attachment 1). -4- 31. Grant the right of access to the Sponsor's records pertinent to this project and the right to audit by the Department and Federal Highway Administration officials. 32. Assure that its policies and practices with regard to its employees, any part of whose compensation is reimbursed from federal funds, will be without regard to race, color, religion, sex, national origin, age, or disability in compliance with the Civil Rights Act of 1964, the Age Discrimination in Employment Act of 1967, The Americans with Disabilities Act of 1990, as amended, and Title 49 of the Code of Federal Regulations Part 21 (49 CFR 21), Nondiscrimination in Federally -Assisted Programs of the Department of Transportation. 33. Sign and transmit to the Department the Certification for Grants, Loans, and Cooperative Agreements (Attachment J), which is necessary for project participation. 34. Repay to the Department the federal share of the cost of any portion of this project if, for any reason, federal participation is removed due to actions or inactions of the Sponsor, its agents, its employees, or its assigns or the Sponsor's consultants or contractors or their agents. Such actions or inactions shall include, but are not limited to, federal non -participation arising from problems with design plans, specifications, construction, change orders, construction inspection, or contractor payment procedures. The Sponsor understands and agrees that the Department may cause necessary funds to be withheld from the Sponsor's gasoline tax allotment should the Sponsor fail to pay to the Department any required funds, fail to complete the project as specified, or fail to adequately maintain or operate the project. 35. Be responsible for satisfactory maintenance and operation of all improvements and for adopting regulations and ordinances as necessary to ensure this. Failure to adequately maintain and operate the project in accordance with Federal -aid requirements may result in the Sponsor's repayment of federal funds and may result in withholding all future Federal - aid. 36. Retain total, direct control over the project throughout the life of the improvements and not, without prior approval from the Department: • sell, transfer, or otherwise abandon any portion of the project; • change the intended use of the project; • make significant alterations to any improvements constructed with Federal -aid funds; or • cease maintenance or operation of a project due to the project's obsolescence. 37. Promptly notify the Department if the project is rendered unfit for continued use by natural disaster or other cause. -5- THE DEPARTMENT WILL: 1. Be responsible for administering Federal -aid funds and will maintain an administrative file for the project. 2. Review environmental documentation submitted by the Sponsor. 3. Review plans and specifications submitted by the Sponsor. 4. When requested, provide the necessary services relative to right-of-way acquisition, appraisal, relocation and utility adjustments in accordance with the Uniform Act. 5. Upon receipt of the Sponsor's certification of right-of-way (property) ownership, provide the appropriate documentation to the file. 6. Ensure substantial compliance with Federal contracting requirements through review of the bidding proposal to ensure inclusion of required Federal forms, review of the administration of the DBE program provisions, and general compliance with 23 CFR 635. 7. Advise the Sponsor when to proceed with advertisement of the project for construction bids. 8. Review and concur in award of the construction contract for the project. 9. Review and approve any necessary change orders for project/program eligibility. 10. Ensure that the Sponsor provide adequate supervision and inspection of the project by performing periodic inspections with the Sponsor representatives to verify that the work being performed by the Sponsor's contractor, and documented and certified by the Sponsor, meets the requirements of the project plans, specifications, and all applicable FHWA and Department procedures. 11. Perform inspections as needed to ensure compliance with the appropriate documents, procedures, and regulations and participate in the final inspection of the project. 12. Reimburse the Sponsor 80% (Federal -aid share) for eligible construction costs approved in the Construction Certification and Reimbursement Request form (Attachment H). This reimbursement will be limited to the maximum Federal -aid amount and to the federal amount available at the time payment is requested. If the payment requested exceeds the Federal -aid available at the time, the difference will be reimbursed as additional Federal -aid for this project becomes available. 13. Subject to the availability of Federal -aid allocated for the project, pay the Sponsor the amount due upon completion of the project and submittal of the final Construction Certification and Reimbursement Request form (Attachment H). 14. Be reimbursed for costs involved in performing all the services listed above. -6- IT IS FURTHER AGREED that should the Sponsor fail to fulfill its responsibilities and assigned duties as related in this Agreement, such failure may disqualify the Sponsor from receiving future Federal -aid highway funds. IT IS FURTHER AGREED, that should the Sponsor fail to pay to the Department any required funds due for project implementation or fail to complete the project as specified in this Agreement, the Department may cause such funds as may be required to be withheld from the Sponsor's gasoline tax allotment. IN WITNESS WHEREOF, the parties thereto have executed this Agreement this day of , 2007. ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CITY OF FAYETTEVILLE Dan Flowers Director of Highways and Transportation -7- DOI W6( 04, IBJ a t;aw+.S City Attorney Dan Coody_ May Attachment A GENERAL REQUIREMENTS FOR RECIPIENTS AND SUB -RECIPIENTS CONCERNING DISADVANTAGED BUSINESS ENTERPRISES It is the policy of the U. S. Department of Transportation that disadvantaged business enterprises (DBEs) as defined in 49 CFR Part 26 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds under this Agreement. Consequently, the DBE requirements of 49 CFR Part 26 apply to this Agreement. The recipient or its contractor agrees to ensure that DBEs as defined in 49 CFR Part 26 have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with Federal funds provided under this Agreement. In this regard all recipients or contractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 26 to ensure that DBEs have the maximum opportunity to compete for and perform contracts. Recipients and their contractors shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of DOT -assisted contracts. If as a condition of assistance the recipient has submitted and the Department has approved a disadvantaged business enterprise affirmative action program, which the recipient agrees to carry out, this program is incorporated into this financial assistance agreement by reference. This program shall be treated as a legal obligation and failure to carry out its terms shall be treated as a violation of this financial assistance agreement. Upon notification to the recipient of its failure to carry out the approved program, the Department shall impose such sanctions as noted in 49 CFR Part 26, Subpart F, which sanctions may include termination of the Agreement or other measures that may affect the ability of the recipient to obtain future DOT financial assistance. The recipient shall advise each sub -recipient, contractor or subcontractor that failure to carry out the requirements set forth in 49 CFR Part 26, Subsections 26.101 and 26.107 shall substitute a breach of contract and after the notification of the Department, may result in termination of the agreement or contract by the recipient or such remedy as the recipient deems appropriate. (NOTE: Where appropriate, the term "recipient" may be modified to mean sub -recipient", and the term "contractor" modified to include "subcontractor".) Attachment B RESOLUTION NO. 80-06 A RESOLUTION EXPRESSING THE WILLINGNESS OF CITY OF FAYETTEVILLE TO UTILIZE FEDERAL -AID HIGH PRIORITY PROJECT FUNDS FOR THE U OF A TECHNOLOGY CORRIDOR PROJECT WHEREAS, the City of Fayetteville understands Federal -aid High Priority Project funds are available for the U of A Technology Corridor project at the following federal participating ratios: City Street Projects Work Phase Federal Share City Match Projects programmed Preliminary engineering 80% 20% And let to contract Right -of -Way 80% 20% Utilities 80% 20% Construction 80% 20% Construction Supervision 80% 20% Projects programmed All Phases -0- 100% but not let to contract NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City will participate in accordance with its designated responsibilities, including maintenance of this project. Section 2. That the Mayor, or his designee, is hereby authorized and directed to execute all appropriate agreements and contracts necessary to expedite the construction of this city project. Section 3. That the City pledges its full support and hereby authorizes the Arkansas State Highway and Transportation Department to initiate action to implement this project. •�.•G��Y pp am! • • FAYETTEVILLE , 'Gr0171$ PASSED and APPROVED this 2nd day of May, 2006 APPROVED: By: r%/ice, DAN COODY, Mayor ATTEST: By: SONDRA SMITH, City CIerk Attachment C REQUIRED CONTENTS OF BIDDING PROPOSALS FEDERAL -AID PROJECTS 1) FHWA-1273 Each set of contract documents shall include FHWA-1273, "Required Contract Provisions, Federal -aid Construction Contracts," and such supplements that may modify the FHWA-1273. Copies of FHWA-1273 and supplements will be provided by the Department. 2) Anti -Collusion and Debarment Certification The certification shall either be in the form of an affidavit executed and sworn to by the bidder before a person who is authorized by the laws of the State to administer oaths or in the form of an unsworn declaration executed under penalty of perjury of the law of the United States. The required form for the Anti -Collusion and Debarment Certification will be provided by the Department. The certification includes: • Anti -collusion - A statement executed by, or on behalf of the person, firm, association, or corporation submitting the bid certifying that such person, firm, association, or corporation has not, either directly or in -directly, entered into any agreement, participated in any collusion, or otherwise taken any action, in restraint of free competitive bidding in connection with the submitted bid. • Debarment - A statement regarding debarment, suspension, ineligibility and voluntary exclusion as required by Title 49 of the Code of Federal Regulations, Part 29 (49 CFR 29). Failure to submit the executed Certification as part of the bidding -documents will make the bid nonresponsive and not eligible for award consideration. 3) Lobbying Certification This certification is required by 49 CFR 20. The form for this certification will be provided by the Department. 4) Davis -Bacon Pre -determined Minimum Wage Rates Davis -Bacon requirements apply to all projects greater than $2,000 that are physically located within the existing right-of-way of a functionally classified city street. The Davis -Bacon wage rates will be provided by the Department. Attachment D CERTIFICATION LETTER for RIGHT-OF-WAY OWNERSHIP DATE Mr. Frank Vozel Deputy Director and Chief Engineer Arkansas State Highway and Transportation Department P. O. Box 2261 Little Rock, AR 72203 Re: Job# Job Name County Dear Mr. Vozel: Regarding right-of-way for the referenced Federal -aid project, I certify that (Choose one of the following) (1) title to right-of-way necessary for construction of the project is already in public ownership. No additional right-of-way is needed. (2) title to a portion of the right-of-way necessary for construction of the project is already in public ownership. The additional right-of-way necessary for this project has been acquired in accordance with applicable Federal Highway Administration procedures as shown below. # Tracts # Paid # Donations # Condemnations (3) title to right-of-way necessary for construction of the project has been acquired in accordance with applicable Federal Highway Administration procedures as shown below. # Tracts # Paid # Donations # Condemnations Additionally, I certify that arrangement for adjustment of existing conflicting utilities has been accomplished. Enclosed are preliminary plans showing the existing right-of-way limits. (for No. 2 and 3 above, add the following) and the boundary of additional right-of-way needed for construction of this project. Sincerely, NAME & OFFICE (Sponsor 's CEO) Enclosure(s) Attachment E CERTIFICATION LETTER REQUESTING AUTHORITY TO ADVERTISE DATE Mr. Frank Vozel Deputy Director and Chief Engineer Arkansas State Highway and Transportation Department P. O, Box 2261 Little Rock, AR 72203 Re: Job # Job Name County Dear Mr. Vozel: The following documents are submitted concerning the referenced project: 1. One set of plans and specifications. 2. A copy of the preliminary estimate of cost. 3. An unexecuted copy of the bid proposal form. I certify that the plans, specifications and estimate were prepared by or. under the direct supervision of a Professional Engineer/Architect licensed to practice in the State of Arkansas and that the plans and specifications were developed using the Arkansas State Highway and Transportation Department's Standard Specifications for Highway Construction (latest edition) and standard drawings, and comply with the Americans with Disabilities Act (ADA), the American Association of State Highway and Transportation Officials (AASHTO) design standards, and all other applicable state and federal regulations, including airport clearance when necessary, for the type of work involved. I understand that if any project items are declared non -participating in federal funds due to failure to comply with any State or federal requirements, the City will promptly repay such funds to the Arkansas State Highway and Transportation Department (AHTD). Further, I hereby authorize the Director of the Arkansas State Department of Finance and Administration to transfer such funds from the City's State Turnback Funds to the AHTD's RRA Fund upon notification by the Director of Highways and Transportation that such funds are due AHTD and have not been paid by the City. Approval to proceed with advertisement of the project for bids is requested. Sincerely, NAME & OFFICE (Sponsor's CEO) Enclosures Attachment F GUIDELINES FOR ADVERTISING AND OPENING BIDS FEDERAL -AID PROJECTS Upon receipt of written authorization from the Arkansas State Highway and Transportation Department, the project may be advertised for bids. The following minimum guidelines for advertising must be met: • The minimum advertising period is three weeks. • In addition to meeting the State requirements for advertising for construction projects, the project must be advertised a minimum of two times in a statewide newspaper. • The notice must contain: (1) the time, date, and place that sealed bids are to be accepted, opened, and publicly read; (2) a brief description of the kind or type of work contemplated; and (3) the place at which prospective bidders may obtain plans and specifications. • The Sponsor will include the following language in the solicitation for bids: "The Sponsor hereby notifies ail bidders that this contract is subject to applicable labor laws, non-discrimination provisions, wage rate laws and other federal laws including the Fair Labor Standards Acts of 1938. The Work Hours Act of 1962 and Title VI of the Civil Rights Act of 1964 also apply." • All bids received in accordance with the terms of the advertisement shall be publicly opened and at a minimum, the total amount bid must be read (the sponsor may choose to read the bids item by item). • If any bid received is not read aloud, the name of the bidder and the reason for not reading the bid aloud shall be publicly announced at the letting. • Negotiation with contractors during the period following the opening of bids and before the award of the contract shall not be permitted. Attachment G CERTIFICATION LETTER REQUESTING CONCURRENCE IN AWARD OF THE CONTRACT DATE Mr. Frank Vozel Deputy Director and Chief Engineer Arkansas State Highway and Transportation Department P. O. Box 2261 Little Rock, AR 72203 Re: Job # Job Name County Dear Mr. Vozel: The following documents are submitted concerning the referenced project: 1. One set of bid tabulations. 2. A check in the amount of $5,000 for the AHTD administration costs. 3. Justification of award (if low bid amount is greater than 10% over the estimate). I certify that the referenced project was advertised and bids were received in accordance with the regulations governing Federal -aid projects and all other applicable state and federal regulations, and that this process has been reviewed and approved by the City Attorney. Additionally, I certify that the bid is being awarded to the lowest responsive and qualified bidder and that there has not been, nor will there be, any negotiations with the contractor or other bidders regarding the amount bid. Your concurrence in the award of this contract to CONTRACTOR is requested. Enclosures C) ID CDi n M O W 00)j 0 n 3 0 m 3 CO 2!0. Q a a D1 D N W m m 5. 7 0 a ti 01 3 ID iD 0) V 0) 01 .0.(.)I') z m -4 O -I -I A, O T td z O y�y m b1 v 0 @ 7 m N y SQ X ° K _ 3 ID 2 z N 0) c •� C Sh r C) 0 T C) C) a < • d (D m 01 �_ 0 o W O1 'a j �• g- 0. 0 2D<. < iA •N d C) O 7 61-a. c W a N 0 N e 0 fD < �' W W 3 - f0 C W 0) ` c �c•7 W r m J o m w 0 a 0- - m 7. o < y W N o t! N n- a W =r Q N it a a rr N W A • y o 'ft•''o ztYn :f:•'t C m C C C) O z m m a m WOo 0 °C) 0-0 2 o¢ ?� 0i C 7 N 0 _ ;3 I 7�. d 7 N pi C 0i O ,,,�• 7 y W 7 s7 fnWLa CD awa �.�' 00: aoN 0--0�NoA 7 N 3 C' Q d a N C• 6 N I=D m 1 W v 3 m a q Vi o W a 7 D flCD CD a °W OyWa 7 W-0 W o W W -p N T 0 W (00 7 ^ o D p 07 (m(�� o 0 3 'M O M j- 7 3 ,W, * O a 0 W 7 GWf v • N W cr a cL cD u) N W O.'. E1 o 0 0) o w o CO Q. w. a o, 5.w,cpl (. RCLm 0. _ � Q O• ti f01 O (D W 7 7 0 G 3 j v z 0 xl n x1 O 6) tt m m O 4 a i om n ciC\\m - o z °0 O T 0 /co I '0 () mr m v m� Om�v Cl) m m mm 0 v ZCl)-t,� D HOr� z7Nmr"m o z- o -mr-r m0 O -1O m;000 -9 rn n Qr�jr m0MyM O m 0 O oz =m C- 0 CI) C- W O O Wz z C Cl) 9 > m 0 O m z F] c rn 0 CO O O z ;I1 K O O Attachment I 49 CFR 18.42 UNIFORM ADMINISTRATIVE REQUIREMENTS FOR GRANTS AND COOPERATIVE AGREEMENTS TO STATE AND LOCAL GOVERNMENTS Post -Award Requirements Retention and access requirements for records. (a) Applicability. (1) This section applies to all financial and programmatic records, supporting documents, statistical records, and other records of grantees or subgrantees which are: (i) .Required to be maintained by the terms of this part, program regulations or the grant agreement, or (ii) Otherwise reasonably considered as pertinent to program regulations or the grant agreement. (2) This section does not apply to records maintained by contractors or subcontractors. For a requirement to place a provision concerning records in certain kinds of contracts, see Sec. 18.36 (i)(I 0). (b) Length of retention period. (1) Except as otherwise provided, records must be retained for three years from the starting date specified in paragraph (c) of this section. (2) If any litigation, claim, negotiation, audit or other action involving the records has been started before the expiration of the 3 -year period, the records must be retained until completion of the action and resolution of all issues which arise from it, or until the end of the regular 3 -year period, whichever is later. (3) To avoid duplicate recordkeeping, awarding agencies may make special arrangements with grantees and subgrantees to retain any records which are continuously needed for joint use. The awarding agency will request transfer of records to its custody when it determines that the records possess long-term retention value. When the records are transferred to or maintained by the Federal agency, the 3 -year retention requirement is not applicable to the grantee or subgrantee. (c) Starting date of retention period --(1) General. When grant support is continued or renewed at annual or other intervals, the retention period for the records of each funding period starts on the day the grantee or subgrantce submits to the awarding agency its single or last expenditure report for that period. However, if grant support is continued or renewed quarterly, the retention period for each year's records starts on the day the grantee submits its expenditure report for the last quarter of the Federal fiscal year. In all other cases, the retention period starts on the day the grantee submits its final expenditure report. If an expenditure report has been waived, the retention period starts on the day the report would have been due. (2) Real property and equipment records. The retention period for real property and equipment records starts from the date of the disposition or replacement or transfer at the direction of the awarding agency. (3) Records for income transactions after grant or subgrant support. In some cases grantees must report income after the period of grant support. Where there is such a requirement, the retention period for the records pertaining to the earning of the income starts from the end of the grantee's fiscal year in which the income is earned. (4) Indirect cost rate proposals, cost allocations plans. etc. This paragraph applies to the following types of documents, and their supporting records: indirect cost rate computations or proposals, cost allocation plans, and any similar accounting computations of the rate at which a particular group of costs is chargeable (such as computer usage chargeback rates or composite fringe benefit rates). (i) If submitted for negotiation. If the proposal, plan, or other computation is required to be submitted to the Federal Government (or to the grantee) to form the basis for negotiation of the rate, then the 3 -year retention period for its supporting records starts from the date of such submission. (ii) If not submitted for negotiation. If the proposal, plan, or other computation is not required to be submitted to the Federal Government (or to the grantee) for negotiation purposes, then the 3 -year retention period for the proposal plan, or computation and its supporting records starts from the end of the fiscal year (or other accounting period) covered by the proposal, plan, or other computation. (d) Substitution of microfilm. Copies made by microfilming, photocopying, or similar methods may be substituted for the original records. (e) Access to records --(1) Records of grantees and subgrantees. The awarding agency and the Comptroller General of the United States, or any of their authorized representatives, shall have the right of access to any pertinent books, documents, papers, or other records of grantees and subgrantees which are pertinent to the grant, in order to make audits, examinations, excerpts, and transcripts. (2) Expiration of right of access. The right of access in this section must not be limited to the required retention period but shall last as long as the records are retained. (f) Restrictions on public access. The Federal Freedom of Information Act (5 U.S.G. 552) does not apply to records unless required by Federal, State, or local law, grantees and subgrantees are not required to permit public access to their records. [Revised as of October 1, 1997] Attachment J CERTIFICATION FOR GRANTS, LOANS, AND COOPERATIVE AGREEMENTS The undersigned certifies to the best o:f his knowledge and belief that: I. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form - LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all sub awards at all tiers (including sub grants, and contracts and subcontracts under grants, sub grants, loans and cooperative agreements) which exceed $100,000, and that all such sub recipients shall certify and disclose. accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. CITY OF F Dan Coody Mayor ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT Dan Flowers P.O. Box 2261 Director Little Rock, Arkansas 72203-2261 Phone (501) 569-2000 Fax (501) 569-2400 4�O WWW.ARKANSASHIGHWAYS.COM July 26, 2007 RECEIVED The Honorable Dan Coody JUL 3 0 2001 Mayor of Fayetteville CITY" OF FAYETTEVILLE MAYOR'S OFFICE 1.13 West Mountain Fayetteville, AR 72701 Re: Job 040496 F.A.P. HPP2-1298(1) & HPP2-3758(1) Hwy. 112 -Hwy. 71B (Cato Springs Rd.) (Fayetteville) (S) Washington County Dear Mayor Coody: Enclosed is the City's copy of the executed Agreement of Understanding for the referenced Federal -aid project. In order for our staff to review environmental documentation, plans and specifications and cover other administrative costs on the project, please forward a check in the amount of $1,000.00 (made payable to the Arkansas State Highway and Transportation Department) to this office. If you have any questions, please contact Steve Morgan or Trey Foster in our Programs and Contracts Division at (501) 569-2261. Sincerely, Frank Vozel Deputy Director and Chief Engineer Enclosure c: Assistant Chief Engineer - Planning Assistant Chief Engineer - Design Programs and Contracts Fiscal Services (2) Planning and Research District 4 Engineer Job 040496 'C' File w/enclosure AGREEMENT OF UNDERSTANDING BETWEEN THE CITY OF FAYETTEVILLE AND THE ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT In Cooperation with the U.S. Department of Transportation, Federal Highway Administration RELATIVE TO Construct and rehabilitate Cato Springs Road from Hwy. 112 to Hwy. 71B in Fayetteville, (hereinafter called the "project") as a Federal -aid high priority project. WHEREAS, funding in the Safe, Accountable, Flexible, Efficient Transportation Equity Act: A Legacy for Users (SAFETEA-LU) includes Federal -aid funds to be matched with non-federal funds for certain high priority projects; and WHEREAS, the City of Fayetteville (hereinafter called the "Sponsor") has expressed its desire to use Federal -aid funds designated for an eligible project and to provide necessary matching for such funds; and WHEREAS, funding participation will be as follows, subject to the amount of Federal -aid funds and obligation limitation approved and available for the project: Right-of-Way/Utilities: Construction: Department Administrative Costs: Maximum Minimum Federal % Sponsor 80 20 80 20 80 20 ;and WHEREAS, the Sponsor understands that all costs for the project in excess of the sum of the SAFETEA-LU funds and local match (and any additional Federal -aid funds that may be earmarked for this project in the future with required match) will be the responsibility of the Sponsor; and WHEREAS, the Sponsor knows of no legal impediments to the completion of the project; and WHEREAS, it is specifically agreed between the parties executing this agreement that it is not intended by any of the provisions or any part of the agreement to make the public or any member thereof a third party beneficiary hereunder or to authorize anyone not a party to this agreement to maintain a suit or action for injuries or damage of any nature pursuant to the terms or provisions of this agreement; and WHEREAS, the Sponsor and the Arkansas State Highway and Transportation Department (hereinafter called the "Department") will adhere to the General Requirements for Recipients and Sub -Recipients Concerning Disadvantaged Business Enterprises (DBEs) (Attachment A) and that, as part of these requirements, the Department may set goals for DBE participation in the project, ranging from 0% to 100%, that are practical and related to the potential availability of DBEs in desired areas of expertise. IT IS HEREBY AGREED that the Sponsor and the Department, in cooperation with the Federal Highway Administration (FHWA), will participate in a cooperative program for implementation and will accept the responsibilities and assigned duties as described hereinafter. THE SPONSOR WILL: 1. Transmit to the Department a signed and sealed Resolution from the City Council (Attachment B) authorizing the Mayor to execute agreements and contracts with the Department for this project. k2. Initially submit to the Department $1,000 to be matched by $4,000 (80%) Federal -aid high priority project funds for Department costs associated with preliminary engineering, which include but are not limited to, on site meetings, environmental review, and plan and specification review. The Sponsor's final share of costs for this phase will be determined by actual Department charges to preliminary engineering. 3. Prepare the necessary environmental documentation as required by FHWA; 4. Understand that expenditures for preliminary or construction engineering performed by the Sponsor's forces or the Sponsor's consultants are not eligible for reimbursement with federal funds. 5. Conduct the necessary public involvement meetings and public hearings. 6. Ensure that the plans and specifications are developed using the Department's standard drawings and Standard Specifications for Highway Construction (latest edition). A registered professional engineer must sign the plans and specifications for the project. 7. Ensure that the plans and specifications comply with the Americans with Disabilities Act (ADA), the American Association of State Highway and Transportation Officials (AASHTO) design standards, and all other applicable state and federal regulations, including airport clearance when necessary, for the type of work involved (See Attachment C for items to be included in the bid proposal). 8. Submit a letter to the Right of Way Division of the Department that (1) stipulates the services relative to right-of-way acquisition, appraisal, relocation, and utilities that the Sponsor will assume or (2) requests that the Department handle some or all of these services. Acquisition -2- of property must be accomplished in accordance with the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, as amended (commonly referred to as the "Uniform Act"). NOTE: Failure to notify the Department prior to initiating this phase of work may result in any expenditures being declared non -participating in federal funds. 9. Ensure the preparation of utility adjustments and right-of-way plans are in accordance with Arkansas State Highway Commission Policy. 10. Provide a copy of the registered deed or an appropriate certification stating the Sponsor's clear and unencumbered title to any right-of-way to be used for the project (Attachment D). 11. Notify the Department at the time the plans are at the 50% completion stage in order to allow the Department to review the progress. 12. Submit a certification letter (Attachment E), including all items noted, to the Department when requesting authority to advertise the project for construction bids. 13. Advertise for bids in accordance with federal procedures as shown in Attachment F. NOTE: FHWA authorization and Department approval must be given prior to advertising for construction bids. 14. Forward a copy of all addenda issued for the project during the advertisement to the Department. 15. After bids are opened and reviewed, submit a Certification Letter Requesting Concurrence in Award of the Contract (Attachment G), including all items noted, to the Department. 16. Prior to awarding the contract for construction, submit to the Department $5,000 (20%) to be matched by $20,000 (80%) high priority project funds for Department administrative costs on the project during construction. The Sponsor's final share of cost for this phase will be determined by actual Department charges for construction engineering. 17. Have a full-time employee of the Sponsor in responsible charge during construction of the project. 18. Make payments to the contractor for work accomplished in accordance with the plans and specifications and then request reimbursement from the Department on the Construction Certification and Reimbursement Request form (Attachment H). 19. Prior to execution, submit contract change orders to the Department's Resident Engineer in charge of reimbursements for review and approval. 20. Maintain and provide to the Department a current list of all subcontractors for the project that shows names, addresses, and a general description of work each is to perform. 21. Maintain accounting records to adequately support reimbursement with Federal -aid funds and be responsible for the inspection, measurement and documentation of pay items, and -3- certification of all work in accordance with the plans and specifications for the project and for monitoring the Contractor and subcontractor(s) for compliance with the provisions of FHWA-1273, Required Contract Provisions, Federal -aid Construction Contracts, and Supplements. 22. Upon completion of the project, submit the final Construction Certification and Reimbursement Request to certify that the project was accomplished in accordance with the plans and specifications (Attachment H). 23. Pay all unpaid claims for all materials, labor, and supplies entered into contingent or incidental to the construction of said work or used in the course of said work including but not limited to materials, labor, and supplies described in and provided for in Act Nos. 65 and 368 of 1929, Act No. 82 of 1935, and Acts amendatory thereof. 24. Ensure that all work, material testing and acceptance, and inspection is conducted in accordance with the Department's Standard Specifications for Highway Construction (latest edition), Manual of Field Sampling and Testing Procedures, and Resident Engineer's Manual and with the plans, specifications, and all other applicable FHWA and Department procedures for this project. 25. Be responsible for 100% of all preliminary engineering, right-of-way/utilities, and other costs incurred should the Sponsor not enter into the construction phase of the project. 26. Be responsible for all costs not provided by the Federal Highway Administration. 27. Be responsible for 100% of any and all expenditures that may be declared non -participating in federal funds, including any such award by the State Claims Commission. 28. Be responsible for the necessary enforcement of operations as required by improvements on the Arkansas State Highway System and local streets. 29. Indemnify and hold harmless the Arkansas State Highway Commission, the Department, its officers and employees from any and all claims, lawsuits, judgments, damages, costs, expenses, and losses, including those arising from claims before the Arkansas Claims Commission or lawsuits brought in any other legal forum, sustained on account of the operations or actions of the Sponsor, including any act of omission, neglect or misconduct of said Sponsor. Further, the Sponsor shall take no action to compromise the immunity from civil suits afforded the State of Arkansas, the State Highway Commission, Arkansas Code 19-10-305, or the 11th Amendment of the United State Constitution. This obligation of indemnification shall survive the termination or expiration of this Agreement. 30. Retain all records relating to inspection and certification, the Contractor's billing statements, and any other files necessary to document the performance and completion of the work in accordance with requirements of 49 CFR 18.42 - Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments (Attachment I). -4- Grant the right of access to the Sponsor's records pertinent to this project and the right to audit by the Department and Federal Highway Administration officials. Assure that its policies and practices with regard to its employees, any part of whose compensation is reimbursed from federal funds, will be without regard to race, color, religion, sex, national origin, age, or disability in compliance with the Civil Rights Act of 1964, the Age Discrimination in Employment Act of 1967, The Americans with Disabilities Act of 1990, as amended, and Title 49 of the Code of Federal Regulations Part 21 (49 CFR 21), Nondiscrimination in Federally -Assisted Programs of the Department of Transportation. Sign and transmit to the Department the Certification for Grants, Loans, and Cooperative Agreements (Attachment J), which is necessary for project participation. 34. Repay to the Department the federal share of the cost of any portion of this project if, for any reason, federal participation is removed due to actions or inactions of the Sponsor, its agents, its employees, or its assigns or the Sponsor's consultants or contractors or their agents. Such actions or inactions shall include, but are not limited to, federal non -participation arising from problems with design plans, specifications, construction, change orders, construction inspection, or contractor payment procedures. The Sponsor understands and agrees that the Department may cause necessary funds to be withheld from the Sponsor's gasoline tax allotment should the Sponsor fail to pay to the Department any required funds, fail to complete the project as specified, or fail to adequately maintain or operate the project. 35. Be responsible for satisfactory maintenance and operation of all improvements and for adopting regulations and ordinances as necessary to ensure this. Failure to adequately maintain and operate the project in accordance with Federal -aid requirements may result in the Sponsor's repayment of federal funds and may result in withholding all future Federal - aid. 36. Retain total, direct control over the project throughout the life of the improvements and not, without prior approval from the Department: sell, transfer, or otherwise abandon any portion of the project; change the intended use of the project; make significant alterations to any improvements constructed with Federal -aid funds; or cease maintenance or operation of a project due to the project's obsolescence. 37. Promptly notify the Department if the project is rendered unfit for continued use by natural disaster or other cause. THE DEPARTMENT WILL: 1. Be responsible for administering Federal -aid funds and will maintain an administrative file for the project. 2. Review environmental documentation submitted by the Sponsor. 3. Review plans and specifications submitted by the Sponsor. 4. When requested, provide the necessary services relative to right-of-way acquisition, appraisal, relocation and utility adjustments in accordance with the Uniform Act. S. Upon receipt of the Sponsor's certification of right-of-way (property) ownership, provide the appropriate documentation to the file. 6. Ensure substantial compliance with Federal contracting requirements through review of the bidding proposal to ensure inclusion of required Federal forms, review of the administration of the DBE program provisions, and general compliance with 23 CFR 635. 7. Advise the Sponsor when to proceed with advertisement of the project for construction bids. 8. Review and concur in award of the construction contract for the project. 9. Review and approve any necessary change orders for project/program eligibility. 10. Ensure that the Sponsor provide adequate supervision and inspection of the project by performing periodic inspections with the Sponsor representatives to verify that the work being performed by the Sponsor's contractor, and documented and certified by the Sponsor, meets the requirements of the project plans, specifications, and all applicable FHWA and Department procedures. 11. Perform inspections as needed to ensure compliance with the appropriate documents, procedures, and regulations and participate in the final inspection of the project. 12. Reimburse the Sponsor 80% (Federal -aid share) for eligible construction costs approved in the Construction Certification and Reimbursement Request form (Attachment H). This reimbursement will be limited to the maximum Federal -aid amount and to the federal amount available at the time payment is requested. If the payment requested exceeds the Federal -aid available at the time, the difference will be reimbursed as additional Federal -aid for this project becomes available. 13. Subject to the availability of Federal -aid allocated for the project, pay the Sponsor the amount due upon completion of the project and submittal of the final Construction Certification and Reimbursement Request form (Attachment H). 14. Be reimbursed for costs involved in performing all the services listed above. Sf IT IS FURTHER AGREED that should the Sponsor fail to fulfill its responsibilities and assigned duties as related in this Agreement, such failure may disqualify the Sponsor from receiving future Federal -aid highway funds. IT IS FURTHER AGREED, that should the Sponsor fail to pay to the Department any required funds due for project implementation or fail to complete the project as specified in this Agreement, the Department may cause such funds as may be required to be withheld from the Sponsor's gasoline tax allotment. IN WITNESS WHEREOF, the parties thereto have executed this Agreement this _____ day of Y : , 2007. ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CITY OF FAYETTEVILLE rI't City Attorney Dan 1jwers Director of Highv�s and Transportatio J 24 -7- Attachment A GENERAL REQUIREMENTS FOR RECIPIENTS AND SUB -RECIPIENTS CONCERNING DISADVANTAGED BUSINESS ENTERPRISES It is the policy of the U. S. Department of Transportation that disadvantaged business enterprises (DBEs) as defined in 49 CFR Part 26 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds under this Agreement. Consequently, the DBE requirements of 49 CFR Part 26 apply to this Agreement. The recipient or its contractor agrees to ensure that DBEs as defined in 49 CFR Part 26 have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with Federal funds provided under this Agreement. In this regard all recipients or contractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 26 to ensure that DBEs have the maximum opportunity to compete for and perform contracts. Recipients and their contractors shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of DOT -assisted contracts. If as a condition of assistance the recipient has submitted and the Department has approved a disadvantaged business enterprise affirmative action program, which the recipient agrees to carry out, this program is incorporated into this financial assistance agreement by reference. This program shall be treated as a legal obligation and failure to carry out its terms shall be treated as a violation of this financial assistance agreement. Upon notification to the recipient of its failure to carry out the approved program, the Department shall impose such sanctions as noted in 49 CFR Part 26, Subpart F, which sanctions may include termination of the Agreement or other measures that may affect the ability of the recipient to obtain future DOT financial assistance. The recipient shall advise each sub -recipient, contractor or subcontractor that failure to carry out the requirements set forth in 49 CFR Part 26, Subsections 26.101 and 26.107 shall substitute a breach of contract and after the notification of the Department, may result in termination of the agreement or contract by the recipient or such remedy as the recipient deems appropriate. (NOTE: Where appropriate, the term "recipient" may be modified to mean "sub -recipient", and the term "contractor" modified to include "subcontractor".) Attachment B RESOLUTION NO. 80-06 A RESOLUTION EXPRESSING THE WILLINGNESS OF CITY OF FAYETTEVILLE TO UTILIZE FEDERAL -AID HIGH PRIORITY PROJECT FUNDS FOR THE U OF A TECHNOLOGY CORRIDOR PROJECT WHEREAS, the City of Fayetteville understands Federal -aid High Priority Project funds are available for the U of A Technology Corridor project at the following federal participating ratios: City Street Projects Work Phase Federal Share City Match Projects programmed Preliminary engineering 80% 20% And let to contract Right -of -Way 80% 20% Utilities 80% 20% Construction 80% 20% Construction Supervision 80% 20% Projects programmed All Phases -0- 100% but not let to contract NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City will participate in accordance with its designated responsibilities, including maintenance of this project. Section 2. That the Mayor, or his designee, is hereby authorized and directed to execute all appropriate agreements and contracts necessary to expedite the construction of this city project. Section 3. That the City pledges its full support and hereby authorizes the Arkansas State Highway and Transportation Department to initiate action to implement this project. PASSED and APPROVED this 2Ra day of May, 2006 APPROVED: By: ATTEST: FAYI:TrLVILLE: ��,�,•�.....-ate, �''%�;fGTON�lG�a•''• By: 51ILai (f,nb&.i SONDRA SMITH, City Clerk Attachment C REQUIRED CONTENTS OF BIDDING PROPOSALS FEDERAL -AID PROJECTS 1) FHWA-1273 Each set of contract documents shall include FHWA-1273, "Required Contract Provisions, Federal -aid Construction Contracts," and such supplements that may modify the FHWA-1273. Copies of FHWA-1273 and supplements will be provided by the Department. 2) Anti -Collusion and Debarment Certification The certification shall either be in the form of an affidavit executed and sworn to by the bidder before a person who is authorized by the laws of the State to administer oaths or in the form of an unsworn declaration executed under penalty of perjury of the law of the United States. The required form for the Anti -Collusion and Debarment Certification will be provided by the Department. The certification includes: Anti -collusion - A statement executed by, or on behalf of the person, firm, association, or corporation submitting the bid certifying that such person, firm, association, or corporation has not, either directly or in -directly, entered into any agreement, participated in any collusion, or otherwise taken any action, in restraint of free competitive bidding in connection with the submitted bid. Debarment - A statement regarding debarment, suspension, ineligibility and voluntary exclusion as required by Title 49 of the Code of Federal Regulations, Part 29 (49 CFR 29). Failure to submit the executed Certification as part of the bidding documents will make the bid nonresponsive and not eligible for award consideration. 3) Lobbying Certification This certification is required by 49 CFR 20. The form for this certification will be provided by the Department. 4) Davis -Bacon Pre -determined Minimum Wage Rates Davis -Bacon requirements apply to all projects greater than $2,000 that are physically located within the existing right-of-way of a functionally classified city street. The Davis -Bacon wage rates will be provided by the Department. Attachment D CERTIFICATION LETTER for RIGHT-OF-WAY OWNERSHIP DATE Mr. Frank Vozel Deputy Director and Chief Engineer Arkansas State Highway and Transportation Department P. O. Box 2261 Little Rock, AR 72203 Re: Job # Job Name County Dear Mr. Vozel: Regarding right-of-way for the referenced Federal -aid project, I certify that (Choose one of the following) (1) title to right-of-way necessary for construction of the project is already in public ownership. No additional right-of-way is needed. (2) title to a portion of the right-of-way necessary for construction of the project is already in public ownership. The additional right-of-way necessary for this project has been acquired in accordance with applicable Federal Highway Administration procedures as shown below. # Tracts # Paid # Donations # Condemnations (3) title to right-of-way necessary for construction of the project has been acquired in accordance with applicable Federal Highway Administration procedures as shown below. # Tracts # Paid # Donations # Condemnations Additionally, I certify that arrangement for adjustment of existing conflicting utilities has been accomplished. Enclosed are preliminary plans showing the existing right-of-way limits. (for No. 2 and 3 above, add the following) and the boundary of additional right-of-way needed for construction of this project. Sincerely, NAME & OFFICE (Sponsor 's CEO) Enclosure(s) Attachment E CERTIFICATION LETTER REQUESTING AUTHORITY TO ADVERTISE DATE Mr. Frank Vozel Deputy Director and Chief Engineer Arkansas State Highway and Transportation Department P. O. Box 2261 Little Rock, AR 72203 Re: Job # Job Name County Dear Mr. Vozel: The following documents are submitted concerning the referenced project: 1. One set of plans and specifications. 2. A copy of the preliminary estimate of cost. 3. An unexecuted copy of the bid proposal form. I certify that the plans, specifications and estimate were prepared by or under the direct supervision of a Professional Engineer/Architect licensed to practice in the State of Arkansas and that the plans and specifications were developed using the Arkansas State Highway and Transportation Department's Standard Specifications for Highway Construction (latest edition) and standard drawings, and comply with the Americans with Disabilities Act (ADA), the American Association of State Highway and Transportation Officials (AASHTO) design standards, and all other applicable state and federal regulations, including airport clearance when necessary, for the type of work involved. I understand that if any project items are declared non -participating in federal funds due to failure to comply with any State or federal requirements, the City will promptly repay such funds to the Arkansas State Highway and Transportation Department (AHTD). Further, I hereby authorize the Director of the Arkansas State Department of Finance and Administration to transfer such funds from the City's State Tumback Funds to the AHTD's RRA Fund upon notification by the Director of Highways and Transportation that such funds are due AHTD and have not been paid by the City. Approval to proceed with advertisement of the project for bids is requested. Sincerely, NAME & OFFICE (Sponsor's CEO) Enclosures Attachment F GUIDELINES FOR ADVERTISING AND OPENING BIDS FEDERAL -AID PROJECTS Upon receipt of written authorization from the Arkansas State Highway and Transportation Department, the project may be advertised for bids. The following minimum guidelines for advertising must be met: • The minimum advertising period is three weeks. • In addition to meeting the State requirements for advertising for construction projects, the project must be advertised a minimum of two times in a statewide newspaper. • The notice must contain: (1) the time, date, and place that sealed bids are to be accepted, opened, and publicly read; (2) a brief description of the kind or type of work contemplated; and (3) the place at which prospective bidders may obtain plans and specifications. • The Sponsor will include the following language in the solicitation for bids: "The Sponsor hereby notifies all bidders that this contract is subject to applicable labor laws, non-discrimination provisions, wage rate laws and other federal laws including the Fair Labor Standards Acts of 1938. The Work Hours Act of 1962 and Title VI of the Civil Rights Act of 1964 also apply." • All bids received in accordance with the terms of the advertisement shall be publicly opened and at a minimum, the total amount bid must be read (the sponsor may choose to read the bids item by item). • If any bid received is not read aloud, the name of the bidder and the reason for not reading the bid aloud shall be publicly announced at the letting. • Negotiation with contractors during the period following the opening of bids and before the award of the contract shall not be permitted. Attachment G CERTIFICATION LETTER REQUESTING CONCURRENCE IN AWARD OF THE CONTRACT DATE Mr. Frank Vozel Deputy Director and Chief Engineer Arkansas State Highway and Transportation Department P. O. Box 2261 Little Rock, AR 72203 Re: Job # Job Name County Dear Mr. Vozel: The following documents are submitted concerning the referenced project: 1. One set of bid tabulations. 2. A check in the amount of $5,000 for the AHTD administration costs. 3. Justification of award (if low bid amount is greater than 10% over the estimate). I certify that the referenced project was advertised and bids were received in accordance with the regulations governing Federal -aid projects and all other applicable state and federal regulations, and that this process has been reviewed and approved by the City Attorney. Additionally, I certify that the bid is being awarded to the lowest responsive and qualified bidder and that there has not been, nor will there be, any negotiations with the contractor or other bidders regarding the amount, bid. Your concurrence in the award of this contract to CONTRACTOR is requested. Mayor City Attorney Enclosures N- Q m a N IL I 4 0 r L) iLi ,- � O a O W L4 ci Q a F LLE a W F z w LU V/ CD 2 W z z 0 I- C.) U - F W U z 0 F U D F N z 0 V O z 0 x 19 d "a a) LL N .O Y a N U C a E OS °a pj cp -O N N c a p •T LL N N }' L9 m-0 U Q N N N a u aY N p a LL @ N N d1 INC G o O .° Y tII ii p p U Q N E> '> O c O. d m i a m L t N y m Q U -a . w O a C7 a 67 E a f n lUEnE U r Y UI U N E G Q1 C a W U N m= a as c E a) m D •a a s N m a u N O° m c° -a U) IM -5 E t� m N G a) U Q 0 O`Q C a N y M .t 7 C c l9 C _ C ~ LL L° LL~ O LLL G° U U U U o 00 N A N m H I— N z 0 a O W • C E w C z O I- 0 p > ° a O Q Q ry! a) N : L) N d W6]zN TI in Q = CU U JWFy°- O Z N m C J .N C O 0 E ° > �> a> E — m e O IA N E 41 C 0 • c .N r a a> -U Ca) _ O- 0 > Ul iL ° C E E ¢ L o ° E d +n W ja U O ry Cc03 o U O t 2 ` '- .a a a> `° L a3 - L E d Q p LD _ N° E OCO U..<0 E C0a) U a p x o a X •-' 6�7 N O a� Q N E Oza a` L U- q N fl ' Lf) CP N. (0 0) 0 a 0 z p L U a L C m •E � m m � EQ ia U a(, -o •0a c 3 E E C O -2 m U V N •= E N EaT L u a a � 3 E C 0(0 o � U v CL w 0 U C 0 U I) C cr' d a a d N LL O N � � w O a H N LU D LU I z W a W N D W z z O I- C-) LL F= w U z O C) F- N z O w¢a 0 cflLLz z pp O z O w m WI N Z z O _ , LL mOU W w U C o d + O U U- + O LU W j + UO2OO F N } Q W J J W `a LLwLU z 0 O WLI W w W a r (1) J a = O U U F- X F- O U oW W d W ^r^ 0 LU U a Q z> U ^ VI O LL LL 1 a I- O m z O Q a Q U C7 N W 0 a F -Z Attachment I 49 CFR 18.42 UNIFORM ADMINISTRATIVE REQUIREMENTS FOR GRANTS AND COOPERATIVE AGREEMENTS TO STATE AND LOCAL GOVERNMENTS Post -Award Requirements Retention and access requirements for records. (a) Applicability. (1) This section applies to all financial and programmatic records, supporting documents, statistical records, and other records of grantees or subgrantees which are: (i) Required to be maintained by the terms of this part, program regulations or the grant agreement, or (ii) Otherwise reasonably considered as pertinent to program regulations or the grant agreement. (2) This section does not apply to records maintained by contractors or subcontractors. For a requirement to place a provision concerning records in certain kinds of contracts, see Sec. 18.36(i)(l0). (b) Length of retention period. (1) Except as otherwise provided, records must be retained for three years from the starting date specified in paragraph (c) of this section. (2) If any litigation, claim, negotiation, audit or other action involving the records has been started before the expiration of the 3 -year period, the records must be retained until completion of the action and resolution of all issues which arise from it, or until the end of the regular 3 -year period, whichever is later. (3) To avoid duplicate recordkeeping, awarding agencies may make special arrangements with grantees and subgrantees to retain any records which are continuously needed for joint use. The awarding agency will request transfer of records to its custody when it determines that the records possess long-term retention value. When the records are transferred to or maintained by the Federal agency, the 3 -year retention requirement is not applicable to the grantee or subgrantee. (c) Starting date of retention period --(l) General. When grant support is continued or renewed at annual or other intervals, the retention period for the records of each funding period starts on the day the grantee or subgrantee submits to the awarding agency its single or last expenditure report for that period. However, if grant support is continued or renewed quarterly, the retention period for each year's records starts on the day the grantee submits its expenditure report for the last quarter of the Federal fiscal year. In all other cases, the retention period starts on the day the grantee submits its final expenditure report. If an expenditure report has been waived, the retention period starts on the day the report would have been due. (2) Real property and equipment records. The retention period for real property and equipment records starts from the date of the disposition or replacement or transfer at the direction of the awarding agency. (3) Records for income transactions after grant or subgrant support. In some cases grantees must report income after the period of grant support. Where there is such a requirement, the retention period for the records pertaining to the earning of the income starts from the end of the grantee's fiscal year in which the income is earned. (4) Indirect cost rate proposals, cost allocations plans, etc. This paragraph applies to the following types of documents, and their supporting records: indirect cost rate computations or proposals, cost allocation plans, and any similar accounting computations of the rate at which a particular group of costs is chargeable (such as computer usage chargeback rates or composite fringe benefit rates). (i) If submitted for negotiation. If the proposal, plan, or other computation is required to be submitted to the Federal Government (or to the grantee) to form the basis for negotiation of the rate, then the 3 -year retention period for its supporting records starts from the date of such submission. (ii) If not submitted for negotiation. If the proposal, plan, or other computation is not required to be submitted to the Federal Government (or to the grantee) for negotiation purposes, then the 3 -year retention period for the proposal plan, or computation and its supporting records starts from the end of the fiscal year (or other accounting period) covered by the proposal, plan, or other computation. (d) Substitution of microfilm. Copies made by microfilming, photocopying, or similar methods may be substituted for the original records. (e) Access to records --(1) Records of grantees and subgrantees. The awarding agency and the Comptroller General of the United States, or any of their authorized representatives, shall have the right of access to any pertinent books, documents, papers, or other records of grantees and subgrantees which are pertinent to the grant, in order to make audits, examinations, excerpts, and transcripts. (2) Expiration of right of access. The right of access in this section must not be limited to the required retention period but shall last as long as the records are retained. (f) Restrictions on public access. The Federal Freedom of Information Act (5 U.S.C. 552) does not apply to records unless required by Federal, State, or local law, grantees and subgrantees are not required to permit public access to their records. [Revised as of October 1, 19971 Attachment J CERTIFICATION FOR GRANTS, LOANS, AND COOPERATIVE AGREEMENTS The undersigned certifies to the best of his knowledge and belief that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form - LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all sub awards at all tiers (including sub grants, and contracts and subcontracts under grants, sub grants, loans and cooperative agreements) which exceed $100,000, and that all such sub recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. CITY OF FAXETTE VII Dan Coody Mayor 7.31.07 Clarice Pearman - AHTD-Cato Springs Page 1 � I I11 From: Clarice Pearman To: Petrie, Ron Date: 7.31.07 11:02 AM Subject: AHTD-Cato Springs Attachments: 07.02.07 AHTD-Cato Springs Road.pdf CC: Audit Ron: I am just confirming that you did receive a copy of this agreement from Lana already. If anything else is needed please let me know. Have a good day. Thanks. dance b"Ry CI' ac)fl City of Fayetteville Item Review Form 2014-0269 Legistar File Number N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Glenn Newman Submitted By Action Required: Development Services Department Change Order No. 5 — Cato Springs Road (from Razorback Rd to S. School Ave.) Reconcile contract quantities to match work performed and add additional items created by field directives. Does this item have a cost? No -$150,533.82 Cost of this request 4520.9540.5809.00 Account Number 06035.1200 Project Number $3,061,498.07 Category or Project Budget $3,061,498.07 Funds Used to Date $150,533.82 Remaining Balance Cato Springs Road Program or Project Name Street Improvements Program or Project Category 2009 Street Bonds Fund Name Budgeted Item? Ives Budget Adjustment Attached? NO V20130812 Previous Ordinance or Resolution # 80-06 Original Contract Number: 11 _37 Comments: CITY OF a Teev1e ARKANSAS MEMO Mayor's Approval Only To: Mayor Jordan Thru: Don Marr, Chief of Staff Jeremy Pate, Director of Development Services Chris Brown, City Engineer From: Glenn Newman, Construction & Development Manager Date: June 12, 2014 Subject: Change Order No. 5 — Cato Springs Road (from Razorback Rd to S. School Ave.) Reconcile contract quantities to match work performed and add additional items created by field directives. PROPOSAL: Cato Springs Rd was completed in September of 2013 by Dean Crowder Construction, Inc. Since that time, City staff have been evaluating the request for additional work items performed over the course or the construction project. Dean Crowder Construction, Inc. has requested a compensation for work not included in the unit price bid items. City staff has reviewed this request and recommend granting 11 additional payment for items that were field directed by city staff; requested by property owners; or unforeseen circumstances. The Engineer of Record has reviewed and approved this request. The approval of this plan change will not increase the contract time. In addition, all work is complete and this change order will reconcile final construction quantities and establish the final contract amount. RECOMMENDATION: Staff recommends approval of this Change Order which will decrease the contract amount by $150,533.82. BUDGET IMPACT: This contract is paid from the Transportation Bond Fund, the Federal Earmark Fund, and a $350,000 contribution from the Water & Sewer Relocate Fund to assist with the relocation & upgrade of the existing water & sewer lines. Attachments: Change Order No. 5. From: Newman, Glenn[mailto:anewman@fayetteville=ar,gov] Sent: Thursday, April 03, 2014 3:34 PM To: Moore, Zach T. Cc: Wilson, Jeff; Brown, Chris; Ranz, Don Subject: RE: Cato Springs Road - Additional Pay Items Zach, Pleaser start the process of an additional change order for the items listed below that are not identified as an existing pay item. There are a couple of items Jeff will need to provide additional information on. Glenn Newman, P.E. Development & Construction Manager City of Fayetteville, Arkansas 479.575.8206 Website I Facebook I Twitter I YouTube From: Jeff Wilson [mailto:iwilson crowdernwa.com] Sent: Tuesday, December 10, 2013 2:20 PM To: Moore, Zach T. Cc: 'Norbash, Sid' Subject: Cato Springs Road Sorry for the delay in reviewing the October billing. I have completed my review and have several items that I would like to bring to your attention and further discussion. There are two specific areas in which I will direct my thoughts, invoicing and additional items. Invoicing I have done a more in depth review of each bid item and have the following comments: Bid Items 10 & 11: These items have been completed; however the quantities do not reflect total quantity installed. I would estimate the actual installed quantity would exceed the estimated quantity; however I would be willing to accept the estimated plan quantity as acceptable to eliminate time to field measure. Bid Item 19: This pipe was installed at the two locations indicated on the plans. Installation would have been around report 278. The quantity should be 42 If not 28 indicated. Bid Item 20: This pipe was installed at the two locations indicated on the plans. Installation would have been around reports #278 & 289. Bid Item 32: This pipe was installed at the two locations indicated on the plans. Installation of the missing 29 If would have been around report 278. Bid Item 36: All contract quantity FES were installed. Bid Item 40: Remaining 1.25 inlets have been installed. I believe the remainder is for inlet tops that were not previously installed. Bid Item 41: Remaining 3.5 inlets have been installed. Bid Item 42: Remaining 2.25 inlets have been installed. Bid Item 43: Remaining 1.25 inlets have been installed. Bid Item 45: Remaining 1 inlet has been installed. Bid Item 46: Remaining .25 inlet has been installed. Bid Item 48: Inlet has been installed. Bid Item 49: Remaining 1.25 inlets have been installed. Bid Item 50: Remaining .75 inlets have been installed. Bid Item 51: Inlet has been installed. Bid Item 73: This item was completed during the last couple of months. Bid Items 79 thru 85: All items have been completed. The majority of the striping was around mid -July 2913. Bid Item 92: All of this item has been installed. Bid Item 93: All of this item has been installed. This square yardage can be deleted from the sidewalk bid item. Bid Item 107: This item has been installed when the approach rails were installed. Bid Item 111: The remaining approach rail has been installed. Bid Item 113: All inlet throat extensions have been installed. Bid Item 114: All back openings have been installed. Bid Item 115: All survey monument protection has been installed, two in pavement and one in green area. Additional Items Please review your notes and bid quantities to see if the following items have been included or paid for under other line items: 1. 8" PVC drain pipe beneath Betty Fields driveway. (20 If @ $50.95 = $1019.00) —This will be paid under item #13 Electronic message board for Hog football games during November 2012. ($2100 +10%=$2310.00) 3. 6" DI drain pipe from Druding tree to yard drain. (22 If @ $50.95 = $1120.90) — This will be paid under item #13 4. Class 57 stone along concrete driveway edge to tree drip line at Druding. (18 tons @ $31.40 = $565.20) — ----This will be paid under item #87 5Remove prcviouly built modular Meek-retai g -waft -at 44veway—f5 sf @ $20.20 $101.00) 6. Lower yard drain at Sparks and Druding properties. ($121.00) - We will need to create an item to pay for this work 7. Installed and then relocated yard drain at station 14+06 to avoid conflict with sidewalk slope. ($181.50) - We will need to create an item to pay for this work 8. Station 35+30 lowered existing sanitary sewer service due to conflict with 45x29 elliptical RCP. ($220.00) - We will need to create an item to pay for this work — Combine 8 & 9 9. Station 34+00 new sanitary sewer service due to conflict with 45x29 elliptical RCP.($22O.0O) - We will need to create an item to pay for this work Combine 8 & 9 10. Station 32+90 lowered existing sanitary sewer service due to conflict with 45x29 elliptical RCP. ($220.00) - We will need to create an item to pay for this work 11. Replaced two (2) broken existing valve boxes in the intersection with Garland Ave. (2 x $126.50 = $253.00) - We will need to create an item to pay for this work 12. Replaced 300 sand bags after returning from work suspension. (300 @511.9A = $3300.00) - We will need to create an item to pay for this work - $9.90 per bag —See DBE 13. Enlarge inlet station 54+10.25, 49.94' left due to unknown existing storm drainage pipe- ($1G} 0) -This will be paid under item #43 (4'x6' Box in lieu of Item #41 — 5 ft Box) 14. Undercut & replace unsuitable soil, east half of Seller Drive, due to truck traffic after milling discovering soft spot. (27cy @ $21.90 = $591.30) -This will be paid under item #4 15. Added hardwood bark mulch in lieu of seeding at Alderwoman Sarah Marsh's house. ($168.47 mat.a $594.99-1,"- ) +$200 labor = $368.47) - We will need to create an item to pay for this work — Reference Stationing — not property owner 16. Remove & reset 30" FES with curtainwall at 30" RCP pipe extension at Laverne Ave. ($297.00) - We will need to create an item to pay for this work 17. Added metal post and chain gate station 38+75, 20' left. ($250.00) - We will need to create an item to pay for this work 18. Concrete ditch paving along Garland Ave. west ditchline. ($308.00) -This will be paid under item #65 per linear foot. 19. Remove, regrade & replace rip rap station 38+60, 35' right. Added grout. ($396.00) - We will need to create an item to pay for this work 20. Added three (3) large mailboxes to replace same size. (3 each @ $75.00 = $225.00) - We will need to create an item to pay for this work If you have any questions please feel free to call me. Thanks. Jeffrey D. Wilson Dean Crowder Construction, Inc. 804 SE 215` Street Bentonville, AR 72712 (479) 273-5304 Office (479) 273-0574 Fax aye"ev.,e Change Order No To Contractor Dean Crowder Construction. Inc The Contract is changed as follows: A. Additional Items B. Reconciliation of all Contract Items (See attached) CHANGE nRDER li. Iu i b J,'sl Contract Number Job 1)411496 FAP 111'P2-1298(1) & 11PP2-3758 (I) Contract Title Cato Springs Road Inhprovements Date of Issuanee JUne 3. 2014 ORDINANCIS111I;st)L1'1'u1N: liliective Bid Bid Previous Unit Contract Revised Rcvlsed Original Revised Contract Item Item Estimated of Unit Estimated Unit Estimated Estimated Changes No. Description Quantity Measure Price Quantity Price Cost Cost A CO5 01 Message Board 000 Week $0 00 600 $385 00 $000 $2,310 00 A CO5 02 AdjustYard Drain to Grade 000 LS $000 1 00 $121 00 $000 $121 00 A CO5 03 Relocate Yard Drain 000 EA $000 100 $18 150 5000 $181 50 A CO5.04 Lower Existing Sanitary Sewer Service 0 00 IS $000 100 $440 00 $0.00 $44000 A CO5.05 Replace Broken Valve Box 000 LA $000 2,00 $126 50 5000 $253 00 A CO5 06 Replace Sand Bag Ditch Check 000 BAG $0.00 300,00 $990 $0.00 $2,970.00 A CO5,07 Hardwood Bark Mulch 000 1.5 $0.00 1 00 $361147 $000 536847 A CO5 08 Relocate 30" Reinforced Concrete FES 000 LA $0 00 1 00 $297 tl0 .5000 $297 00 A CO5 09 Metal Post and Chain Gale 000 LA $000 100 $250 (It) $0 00 $250 00 A CO5.10 Grouted Rip Rap 0.00 LS $0 00 1 1)(1 $396 011 $000 $396.00 A CO5 11 Large Mailbox Replacement 0.00 LA $000 3 00 $75 Ott $0 00 $22500 B All Reconciliation omit Contract Items ($158,345 79) Summation of Cost $0.00 (S 150,533.82) Net Cost for this Change Order ($150,_533.82) Not valid until signed by the Owner The original Contract Price was $ 3,815,172.70 Net change by previously authorized change orders 5 30,241.32 The Contract Price prior to this Change Order was $ 3,845,414.02 The Contract Price will be [fiierrasedi][decreased] by — —$150,533.82 The new Contract Price including this Change Order will be $ 3,694,880.20 The Contract Time(s) will be[inuivaaed•by][detaea,sdbyl[remain unchanged] 0 calendar days Required dates of Competion as of the date of this Change Order therefore are: Substantial Completion 23 -Aug -13 Final Completion 22 -Sep -13 E1311 This summary does not reflect changes in the Contract Pnce orTtme(s) which have been authorized by Work Chiuige Directives not incorporated in this or previous Change Orders Garver BYU DA IT.. Dean ( o ' r onstruction, Inc. BY DATE I RECONCILIATION Invoice Number 24 -Final To, 10/31/13 CURRENT ITEM UNIT CONTRACT QUANTITY AMOUNT VARIANCE FROM CONTRACT CONTRACT NUMBER DESCRIPTION UNIT PRICE QUANTITY TO -DATE TO -DATE (UNITS) (AMOUNT) AMOUNT 1 Roadway Construction Control LS 39,480 00 1 00 1 00 39,480 00 000 000 39,480.00 2 Trench and Excavation Safety LS 1,050 DO 1 00 1.00 1.05000 0.00 0.00 1.05000 Systems 3 Clearing, Grubbing, end LS 45,444.00 1 00 1.00 45,444 00 0.00 0.00 45,444 00 Demolition 4 Undercut and Backfill CY 21 90 4,200 00 3,910 00 85,629.00 (290.00) (6,351 00) 91,980 00 5 Rock Excavation CY 21000 10000 0.00 000 (100.00) (21.000.00) 21,000 00 6 Unclassified Excavation CY (Plan Qty) 880 10,806.00 10,806.00 95,092.80 0.00 0.00 95,092 80 7 Select Embankment CY (Plan Qty) 13 25 5,69300 5,693.00 78,082.25 0.00 0.00 78,082 25 B Embankment CY (Plan Qty) 2.85 5,707 00 5,707.00 16,264.95 0.00 0.00 16,264 95 9 Subgrade Preparation SY (Plan Qty) 360 8,640.00 8,840.00 31,824.00 0.00 0.00 31,824.00 10 4" Topsoil Placement (Yard SY 260 22,924 00 22,924.00 59,602.40 0.00 0.00 59,602.40 Areas) 11 4" Topsoil Placement (Other SY 255 367O00 3,670.00 9,358.50 0.00 0.00 9,358.50 Areas) 12 Undercut and Stone Backfill Ton 1755 700.00 147.95 2,596.52 (552,05) (9,668.48) 12,265.00 13 8" PVC Pipe Under Pavement LF 5095 7300 9000 4,585.50 1700 86815 3,719.35 14 12" Corrugated Metal Pipe Under LF 5985 12200 10900 8,523.65 (13 00) (778 05) 7,301.70 Pavement 15 18" Reinforced Concrete Pipe, LF 5960 58200 59600 35,521 60 14.00 83440 34,687.20 Class III Under Pavement 16 24" Reinforced Concrete Pipe, LF 7995 28900 29300 23,425.35 400 31980 23,105 55 Class III Under Pavement 17 24" Reinforced Concrete Pipe, LF 84.65 3100 31.00 2.62415 0.00 000 2,624.15 Class IV Under Pavement f8 36" Reinforced Concrete Pipe, LF 93.95 131.00 13100 12,307.45 000 000 12,307.45 Class III Under Pavement 19 23X14" Reinforced Concrete LF 86 25 4200 42.00 3,622.50 0.00 0.00 3.622 50 Elliptical Pipe, Class 111 Under Pavement 20 23"X14" Reinforced Concrete LF 142.40 66.00 6600 9,398 4D 000 000 9,398,40 Elliptical Pipe, Class IV Under Pavement 21 30"X19" Reinforced Concrete LF 99.90 36.00 36,00 3,596,40 0.00 0.00 3,596,40 Elliptical Pipe, Class III Under Pavement 22 30"X19" Reinforced Concrete LF 117.30 28,00 34,00 3,968.20 600 703.80 3,284 40 Elliptical Pipe. Class IV Under Pavement 23 38X24" Reinforced Concrete LF 12050 78,00 78 00 9.39900 000 000 9,399.00 Elliptical Pipe, Class III Under Pavement 24 45"X29" Reinforced Concrete LF 121 70 18900 18900 23,001.30 0.00 0.00 23,001.30 Elliptical Pipe, Class III Under Pavement 25 12" Corrugated Metal Pipe LF 21.40 28900 29000 6,206 00 1 00 21 40 6,184.60 26 36" Corrugated Metal Pipe LF 8795 9 00 9.00 791 55 0.00 000 791.55 27 18" Reinforced Concrete Pipe, LF 26.70 862.00 883.00 23,576 10 21 00 56070 23,015.40 Class III 26 24" Reinforced Concrete Pipe, LF 3920 627.00 65500 25,676 00 28.00 1,09760 24,578.40 Class III 29 24" Reinforced Concrete Pipe, LF 75 25 6.00 600 451 50 000 000 451.50 Class IV 30 30" Reinforced Concrete Pipe, LF 8070 600 26.50 2,299-95 22.50 1,815.75 48420 Class Ill 31 36" Reinforced Concrete Pipe, LF 64.10 429.00 434.00 27,819 40 5.00 320.50 27,498 90 Class III 32 23"X14" Reinforced Concrete LF 47,90 6300 63.00 3,017 70 000 000 3,017.70 Elliptical Pipe, Class III 33 38"X24" Reinforced Concrete LF 69.40 21600 21800 14,990, 40 0.00 0.00 14,990 40 Elliptical Pipe, Class III 34 45X29" Reinforced Concrete LF 93.05 396.00 40750 37,917.89 11 50 1,070 09 36,847 80 Elliptical Pipe, Class III 35 18" Reinforced Concrete FES EA 80400 800 8.00 6,432.00 0.00 0.00 6,432 00 36 24" Reinforced Concrete FES EA 951 25 500 5.00 4,756.25 0.00 0.00 4.75625 37 30" ReinforcedConcreteFES EA 1,180.30 100 1.00 1,180.30 0.00 0.00 1.18030 38 30"X19" Reinforced Concrete EA 1,364.80 1.00 1.00 1,364.80 0.00 0.00 1,364.80 Elliptical FES 39 45"X29" Reinforced Concrete EA 2.29690 1 00 1.00 2,296.90 0.00 0.00 2,296.90 Elliptical FES 40 4' Drop Inlets (Type C) EA 2,110.50 0 00 000 000 000 000 000 41 5' Drop Inlets (Type C) EA 2.215.50 0.00 0.00 0.00 000 0.00 000 42 6' Drop Inlets (Type C) EA 2.635,50 0.00 0.00 000 0.00 0.00 000 43 4'X6' Drop Inlets EA 2,845.50 000 0.00 000 000 0.00 0.00 44 4'X8' Drop Inlets EA 2,845.50 000 0.00 000 000 0.00 0.00 CURRENT ITEM UNIT CONTRACT QUANTITY AMOUNT VARIANCE FROM CONTRACT CONTRACT NUMBER DESCRIPTION UNIT PRICE QUANTITY TO -DATE TO -DATE (UNITS) (AMOUNT) AMOUNT 45 5'X6' Drop Inlets EA 4,945.50 0.00 0.00 0.00 0.00 0.00 0.00 46 5'X9' Drop Inlets EA 4,945.50 000 0.00 0.00 0.00 0.00 0.00 47 1 1'X8' Drop Inlets EA 6,473 25 000 000 0.00 0.00 0.00 000 48 4' Junction Boxes (Type C) EA 1,874.25 000 000 0.00 0,00 000 0.00 49 5' Junction Boxes (Type C) EA 1,979 25 000 000 0.00 0.00 000 0.00 50 6Junction Boxes (Type C) EA 2,425,50 000 0.00 0.00 0,00 000 0.00 51 14'X9' Junction Boxes EA 7,465.50 0.00 0.00 0.00 000 0.00 0.00 52 4' Drop Inlet Extension EA 477.75 0.00 000 0.00 0.00 000 0.00 53 8' Drop Inlet Extension EA 897.75 0.00 0.00 000 000 000 0.00 54 3'X2' Precast Concrete Box LF 13675 16600 166.00 22,700.50 0.00 000 22,700.50 Culvert 55 4'X2' Precast Concrete Box LF 149.80 402.00 406.00 60,818.80 400 59920 60.219.60 Culvert 56 5'X2' Precast Concrete Box LF 21400 28600 26900 57, 566.00 (17 00) (3,638.00) 61.204.00 Culvert 57 6'X2' Precast Concrete Box LF 260 15 32600 32600 84,808.90 000 000 84.808 90 Culvert 58 6'X3' Precast Concrete Box LF 313.60 122.00 122.00 36,259.20 000 0.00 38,259.20 Culvert 59 Wingwalls & Appurtenances EA 12,715.50 5.00 5.00 63,577.50 000 0.00 63,577.50 60 Erosion Control Fabric SY 1260 200.00 233.00 2,935 80 33.00 415.80 2,520.00 61 Rip Rap SY 22 15 438,00 233.00 5,16095 (205.00) (4,540.75) 9,701.70 62 Asphalt Concrete Hot Mix Ton 9200 000 0.00 0.00 0.00 0.00 0.00 Surface Course (PG 70-22) 63 Asphalt Concrete Patching for Ton 83.30 15000 5306 4,419.90 (96.94) (8,075 10) 12,495 00 Maintenance of Traffic 64 Concrete Curb and Gutter LF 1045 000 000 0.00 0.00 000 000 65 4" Thick Concrete Sidewalk SY 34 15 000 000 000 0.00 000 000 66 6" Thick Concrete Sidewalk SY 36.90 0.00 0.00 0.00 0.00 000 0.00 67 8" Thick Concrete Sidewalk SY 42.85 0.00 0.00 0.00 0.00 0.00 0.00 66 Concrete Driveway Aprons SY 3925 000 000 000 0.00 000 000 69 Concrete Driveway SY 3965 0.00 0.00 0.00 0.00 0.00 0.00 70 Asphalt Driveway SY 31 30 775.00 29500 9,233.50 (480.00) (15,024.00) 24,257 50 71 Aggregate Base Course SY 945 5000 9600 907.20 4600 434.70 472.50 Driveway 72 Asphalt/CencreteDriveway SY 17.70 1,649.00 68900 12,195.30 (960.00) (16,992.00) 29,18730 Removal 73 Seeding and Mulching AC 2,310.00 550 5.50 12.705.00 0.00 000 12,705.00 74 Solid Sod SY 10.50 193.00 2.00 21.00 (191.00) (2,005.50) 2,026.50 75 Additional Watering MG 6.30 100.00 0.00 0.00 (100.00) (630.00) 630.00 76 Mailbox Supports (Single) EA 131.25 16.00 16.00 2,100.00 0.00 0.00 2,100.00 77 Mailbox Supports (Double) EA 157.50 4.00 8.00 1,260.00 4.00 630.00 630.00 78 Remove and Replace Mailboxes EA 121.90 24.00 27.00 3,291.30 3.00 365.70 2.925.60 79 4" Pavement Marking LF 1 85 11,650.00 11,650.00 21.552.50 0.00 0.00 21,552.50 (Thermoplastic) BO 12" Pavement Marking LF 9.20 570.00 57000 5,24400 0.00 0.00 5,244.00 (Thermoplastic) 61 24' Pavement Marking LF 12.60 76-00 76.00 957.60 0,00 000 957.60 (Thermoplastic) B2 Pavement Symbols (Arrows - EA 183 75 3.00 300 551.25 000 000 551 25 Thermoplastic) 83 Pavement Symbols (ONLY - EA 204 75 3.00 300 61425 000 0.00 61425 Thermoplastic) 84 Pavement Symbols (Railroad - EA 89250 200 200 1,785.00 0,00 000 1,78500 Thermoplastic) 85 Street Sign Installation EA 15750 45.00 4500 7,087.50 0,00 0.00 7,08750 86 Traffic Control and Maintenance LS 96,600 00 1.00 100 96,600.00 0.00 0.00 96,600.00 87 Aggregate Base for Roadway Tan 3140 75.00 8200 1,946.50 (13,00) (408.20) 2,355 00 Maintenance 86 Mobilization (combined with U3, LS 70,000 00 1.00 1.00 70,000.00 0,00 000 70,000.00 shall not exceed 5% of total bid) B9 Woven and Barbed Wire Fence LF 43.35 40.00 0.00 000 (40.00) (1,734.00) 1,734.00 90 Chain Link Fence LF 2980 359.00 11300 3,36740 (246.00) (7,330.80) 10,698 20 91 Wood Privacy Fence LF 29.65 71.00 71 00 2,105.15 0,00 000 2,10515 92 Cast -in -Place Detectable SF 1880 118.00 148 00 2,782 40 30,00 564.00 2,21840 Warning Panel 93 Handicap Access Ramp SY 34.15 0,00 0.00 000 000 000 000 94 Project Signs EA 892.50 2.00 200 1,78500 000 0.00 1,785.00 95 Cold Milling Asphalt Pavement SY 570 2,275,00 67O00 381900 (1,605,00) (9,148 50) 12,967 50 96 Tree Protection Fence LF 300 75000 393.00 1,179.00 (357.00) (1,071 00) 2,250.00 97 PCC Base (4,5" Uniform SY 1995 0.00 000 0.00 0.00 000 000 Thickness) 98 PCC Base (8.5" Uniform SY 28.35 0.00 000 000 000 0.00 000 Thickness) 99 Pipe Underdrain LF 1015 1,295.00 63O00 6,394.50 (665.00) (6,749.75) 13,14425 100 Modular Block Retaining Wall SF 2020 1,495.00 1,783.00 36.016 60 266.00 5,817.60 30,199.00 Less Than 4' CURRENT ITEM UNIT CONTRACT QUANTITY AMOUNT VARIANCE FROM CONTRACT CONTRACT NUMBER DESCRIPTION UNIT PRICE QUANTITY TO -DATE TO -DATE (UNITS) (AMOUNT) AMOUNT 101 Modular Block Retaining Wall SF 21.60 276.00 0.00 0.00 (276.00) (5,961.60) 596160 Greater Than 4' 102 Unclassified Excavation for CY 57.75 2700 27.00 1,559.25 0.00 0.00 1,55925 Structures - Bridge 103 Class S Concrete - Bridge CY 1,050.00 42.50 43.00 45,150.00 0.50 525.00 44,625.00 104 Reinforcing Steel - Bridge (Grade LB 1.10 5,220.00 5,220.00 5,742.00 0.00 0,00 5,742.00 60) 105 Steel Piling HP12x53 LF 10080 160.00 160.00 16,128.00 0.00 000 16,128.00 106 Preboring LF 11550 150.00 150.00 17,325.00 0.00 000 17,325,00 107 Bridge Name Plate (Type C) EA 525.00 100 1.00 525.00 0,00 000 52500 1108 Prefabricated Pedestrian Bridge LS 128,027 05 100 1.00 128,027.05 0.00 0.00 128,027,05 109 Siticone Joint Sealant LF 10500 24,00 24,00 2,52000 0,00 000 2,520,00 110 Steel Fence LF 16035 176,00 176,00 31,741.60 000 000 31,741,60 111 Transitional Approach Rail EA 5,77500 3,00 3,00 17,325,00 0,00 000 17,325 00 112 Area Inlet EA 1,157.90 1300 1300 15,052.70 0.00 000 15,052.70 113 Inlet Throat Exlens{on EA 640.00 6,00 6,00 5,040,00 0.00 000 5,040,00 114 Back Opening EA 10500 1000 1000 1,050.00 000 000 1,050,00 115 Survey Monument Protection EA 25200 3,00 300 75600 000 000 756,00 116 Erosion Control LS 36,991 50 100 100 36,991.50 0.00 000 36,991,50 117 Field Office EA 18,036 10 1.00 1 00 18,038 11 0.00 001 18,036,10 118 Handrail LF 48.60 25600 134.00 6,53920 (122.00) (5,953.60) 12,492.80 U1 Water and SanitarySewer LS 1,050.00 100 100 1,050.00 000 0.00 1,05000 Erosion Control U2 Waterard Sanitary Sewer Traffic LS 20,580 00 1.00 1.00 20,580.00 0.00 000 20,580.00 Control U3 Water and Sanitary Sewer LS 13,387.50 100 1.00 13,387.51 0.00 001 13,36750 Mobilization (combined with 88, shall not exceed 5% of total bid) U4 Water and Sanitary Sewer LS 15.750 00 1,00 1,00 15,750 00 000 000 15,750.00 Trench Excavation Safety U5 12" PVC Class 200 DR -14 Water LF 6255 38000 358.50 22,424.18 (21.50) (1,344.82) 23,769.00 Line U6 8" PVC Class 200 DR -14 Water LF 4315 4,90000 4,392 00 189,514.80 (508 00) (21,920.20) 211,435 00 Line U7 6" PVC Class 200 DR -14 Water LF 41 95 14000 23650 9,921.18 96.50 4,048.18 5,87300 Line U8 2" Polyethylene Class 200 Water LF 20.55 8O00 65.00 1,335.75 (15.00) (308.25) 1,64400 Line U9 1" Polyethylene Class 200 Water LF 1560 2,180.00 2,18000 34,008.00 000 0.00 34,008.00 Service Line U10 8" PVC SDR-26 Gravity Sewer LF 3760 200.00 200.00 7,500.00 0.00 000 7,50000 Pipe Ull 4" PVC SCH-40 Gravity Sewer LF 2800 500.00 110.00 3,080.00 (390 00) (10,920.00) 14,000.00 Service Pipe U12 12"x12" Tapping Sleeve end EA 7,018.00 1.00 1.00 7,018.00 000 000 7,018.01) Valve U13 8"x8" Tapping Sleeve and Valve EA 2,815 00 2.00 200 5,630.00 000 000 5,630.00 U14 6"x6" Tapping Sleeve and Valve EA 2,190 00 1.00 1.00 2,190.00 000 000 2,190 00 U15 8" Gate Valve EA 1,47910 13.00 1400 20,70740 1 00 1,47910 19,228.30 U16 8" Gate Valve EA 1,06655 3.00 400 4,266.20 1.00 1,066.55 3,199 65 U17 Ductile Iron Fittings for Water LBS 1025 4,68O00 5,387.30 55,219 84 70730 7,24984 47,970 00 Line U18 Cut and Cap Existing 12" Water EA 1,41450 1.00 100 1.41450 0.00 000 1,41450 Line U19 Cut and Cap Existing 8" Water EA 1,291.10 2.00 200 2,582 20 000 0.00 2,582.20 Line U20 Cut and Cap Existing 6" Water EA 1,251.00 200 2.00 2,502.00 0.00 0.00 2,502.00 Line U21 Cut and Cap Existing 2" Water EA 62435 1.00 1 00 624.35 000 0.00 624.35 Line U22 24" Steel Encasement by Open LF 81 35 2000 2000 1,627.00 0.00 0.00 1,62700 Cut for Water Line U23 24" Bored Steel Encasement for LF 370.30 6900 7800 28,883.40 9.00 3,332 70 25,55070 Water Line U24 16" Steel Encasement by Open LF 92.30 136.00 139.00 12,829 70 3 00 276 90 12,552.80 Cut for Water Line U25 16" Bored Steel Encasement for LF 29230 7600 7600 22,214.80 0.00 0.00 22,214.80 Water Line U26 12" Steel Encasement By Open LF 77 10 60.00 000 000 (60.00) (4,626 00) 4,62600 Cut for Sewer Service Line U27 Fire Hydrant Assembly EA 3,208 60 400 400 12,834.40 000 000 12,834.40 U28 Adjust Exisitng Valve Box to EA 162.75 5.00 5.00 813.75 000 0.00 813.75 Finished Grade U29 Adjust Existing Manhole to EA 204.80 10.00 0.00 000 (10 00) (2,048.00) 2,O4800 Finished Grade (6" or Less) CURRENT ITEM UNIT CONTRACT QUANTITY AMOUNT VARIANCE FROM CONTRACT CONTRACT NUMBER DESCRIPTION UNIT PRICE QUANTITY TO -DATE TO -DATE (UNITS) (AMOUNT) AMOUNT U30 Adjust Existing Manhole to EA 1,54360 7.00 000 000 (7.00) (10,805 20) 10,80520 Finished Grade (Greater than 6") U31 Abandon Existing Water Valve EA 4200 1700 17.00 714.00 000 000 714.00 U32 Remove and Deliver Existing Fire EA 210.00 300 3 00 63000 000 000 63000 Hydrant to Owner U33 Water Meter Setting EA 94075 40.00 40 00 37,630 00 000 000 37,630 00 U34 Sewer Service Tap EA 1,00380 1000 100 1,003.80 (9,00) (9,034.20) 10,038 00 U35 Remove and Replace Existing EA 1,11300 2.00 100 1,113.00 (1.00) (1,113 00) 2,22600 Concentric Manhole Cone with Eccentric Manhole Cone U36 Remove and Replace Existing EA 2,859,65 3,00 2.00 5,31930 (1.00) (2,659.65) 7,97695 Concentric Manhole with Eccentric Manhole U37 4' ID Concentric Manhole EA 3,832.20 200 2.00 7,664.40 0.00 0.00 7,664.40 U38 Modify Existing Manhole Invert EA 512.95 1.00 1.00 51295 0.00 000 512.95 U39 Core Drill and Connect to EA 1,478.10 1.00 1.00 1,478.10 0.00 0.00 1,478.10 Existing Manhole U40 Gravity Sewer Aerial Crossing LS 11,084.70 1.00 1.00 11,084.70 0.00 000 11,084.70 U41 Undercut and Beckfill for Water CY 21.90 160.00 0.00 000 (160 00) (3,504.00) 3,504.00 or Sanitary Sewer U42 Rock Excavation for Water or CY 210 00 350,00 0.00 000 (350 00) (73,500.00) 73,500.00 Sanitary Sewer CO2 01 Lump Sum Items LS 9,357.27 1.00 1 00 9,357 27 0.00 0.00 9,357.27 002.40 4' Drop Inlets (Type C) EA 2,16152 2700 27.00 58,361.04 0.00 009 58,360 95 002.41 5' Drop Inlets (Type C) EA 2,274,28 1500 15.00 34,113.90 0.00 0,00 34,113.90 002.42 6' Drop Inlets (Type C) EA 2711 13 800 800 21,659 04 0,00 003 21,689.01 002.43 4'X6' Drop Inlets EA 2,92037 200 2.00 5,840.74 0.00 000 5,840 74 CO2 44 4'XB' Drop Inlets EA 2,98338 1.00 1 00 2,96338 0.00 0,00 2,963 38 CO2.45 5'X8' Drop Inlets EA 5,064.78 300 3.00 15,19434 0.00 0.00 15,194.34 002.46 5'X9' Drop Inlets EA 5,327.22 1.00 1.00 5,327.23 0.00 0,01 5,32722 CO2.47 11'X8' Drop Inlets EA 7,192.38 1 00 1,00 7,192.38 0.00 0,00 7,192.38 CO2.46 4' Junction Boxes (Type C) EA 1,927.64 1 00 1,00 1,927.64 0.00 0.00 1,927.64 CO2.49 5' Junction Boxes (Type C) EA 2,041.52 300 3,00 6,124.56 0.00 0.00 6,124.56 CO2.50 6' Junction Boxes (Type C) EA 2,503.80 3.00 300 7,511 40 0.00 001 7,511.39 002.51 14'X9' Junction Boxes EA 6,729.74 1.00 1 00 6,729,74 ODD 000 8,729.74 002.52 4' Drop Inlet Extension EA 48998 11.00 11.00 5,389.78 0.00 (0 01) 5,38979 002.53 8' Drop Inlet Extension EA 92037 14,00 1400 12,885.18 0.00 0,01 12,665.17 002.62 Asphalt Concrete Hot Mix Ton 9616 6,430.00 8.08496 777,449.75 1,654 96 159,116 50 618, 331.25 Surface Course (PG 70-22) CO2.64 Concrete Curb and Gutter LF 10.58 10,813.00 10,934.00 115,681 72 121.00 1,232.05 114,449,67 CO265 4" Thick Concrete Sidewalk SY 34.54 3,656.00 3,269 00 113,802 06 (367 00) (12,691.16) 126,293.22 CO266 6" Thick Concrete Sidewalk SY 37.30 400.00 39900 14,882 70 (1 00) (36 63) 14,921.33 00267 8" Thick Concrete Sidewalk SY 43.39 259.00 6100 3,514 59 (178 00) (7,723.54) 11,238.13 CO2.68 Concrete Driveway Aprons SY 39.65 800.00 14400 29,499.60 (56 00) (2,222.99) 31,722.59 CO2.69 Concrete Driveway SY 40,05 1,517.00 1,35700 54,347 85 (16000) (6,413 06) 60,780.90 CO2.93 Handicap Access Ramp SY 3452 111.00 6330 2.185.12 (47 70) (1,646.23) 3,831.35 CO2 97 PCC Base (4.5" Uniform SY 20.56 5,850.00 3,24300 66.876 08 (2,607 00) (53,570.67) 120,248.75 Thickness) CO2.96 PCC Base (8.5" Uniform SY 29.22 121.00 12300 3,594.08 2.00 57.96 3,536.10 Thickness) CO3.01 Crack Seal (Additional) LF 6.00 1,211.00 1,211.00 7,266.00 0.00 000 7,266.00 C04.01 Liquidated Damages LS (27,750.00) 1.00 1.00 (27,750.00) 0.00 0.00 (27,750 00) CO5,01 Message Board Week 385.00 6.00 6.00 2,310.00 000 0.00 2.31000 005.02 AdjustYard Drain to Grade LS 121.00 1.00 1.00 121 00 0.00 0.00 121 00 005.03 Relocate Yard Drain EA 181.50 1.00 1 00 181.50 0.00 0.00 181,50 005.04 Lower Existing Sanitary Sewer LS 440.00 1.00 1 00 44000 0.00 0.00 44000 Service C05.05 Replace Broken Valve Box EA 126.50 2.00 2.00 25300 0.00 0.00 25300 00506 Replace Sand Bag Ditch Check BAG 990 300.00 300.00 2,970.00 0.00 0.00 2.97000 C05 07 Hardwood Bark Mulch LS 368.47 1.00 1.00 368.47 0.00 0.00 36847 C05 08 Relocate 30" Reinforced EA 29700 1 00 1.00 29700 0.00 0.00 297.00 Concrete FES C05.09 Metal Post and Chain Gate EA 250.00 1.00 1.00 25000 0.00 0 00 25000 C05.10 Grouted Rip Rap LS 39600 1.00 1.00 396.00 0.00 000 396.00 005 11 Large Mailbox Replacement EA 75.00 300 3.00 225.00 0.00 0.00 225.00 TOTALS 3,694,880 20 (158.345 79) 3,853,225.99 Change Order 5 Justification Job: 040496 Hwy. 112 — Hwy. 71B (Cato Springs Rd.) (Fayetteville) (S) Fed. Aid Project HPP2-1298(1) & HPP2-3758(1) • Item CO5.01 Message Board. The unit cost of $385.00 per WEEK as proposed by Dean Crowder Construction, INC. falls within the range of $500.00 on the high side and $100 on the low side as listed in the 2011 AHTD Weighted Averages. Dean Crowder Construction, INC. requested $2,310.00 for this item. After review of the invoices provided by the contractor, the amount was determined to be acceptable. • Item CO5.02 Adjust Yard Drain to Grade. The proposed yard drains after installation were directed by the City to be lowered to proper grade in order to drain properly. Dean Crowder Construction, INC. requested $121.00 for this item. After review, the amount was determined to be acceptable. • Item CO5.03 Relocate Yard Drain. The proposed yard drain after installation was in conflict with the sidewalk slope and was directed by the City to be relocated to avoid conflict. Dean Crowder Construction, INC. requested $181.50 for this item. After review, the amount was determined to be acceptable. • Item CO5.04 Lower Existing Sanitary Sewer Service. The existing sanitary sewer line was in conflict with proposed pipes and had to be lowered to avoid conflict. Dean Crowder Construction, INC. requested $440.00 for this item. After review, the amount was determined to be acceptable. • Item CO5.05 Replace Broken Valve Box. The existing valves boxes at the Cato Springs Road and Garland Avenue intersection were broken and required replacement. Dean Crowder Construction, INC. requested $253.00 for this item. After review, the amount was determined to be acceptable. • Item CO5.06 Replace Sand Bag Ditch Check. The unit cost of $9.90 per BAG as proposed by Dean Crowder Construction, INC. falls within the range of $15.50 on the high side and $6.44 on the low side as listed in the 2013 AHTD Weighted Averages. Dean Crowder Construction, INC. requested $2,970.00 for this item. After review, the amount was determined to be acceptable. • Item CO5.07 Hardwood Bark Mulch. After property owner request, the city directed hardwood bark mulch be placed in lieu of seeding at property. Dean Crowder Construction, INC. requested $368.47 for this item. After review, the amount was determined to be acceptable. • Item CO5.08 Relocate 30" Reinforced Concrete FES. The proposed 30" reinforced concrete FES after installation was determined to cause a vertical drop that could pose a hazard adjacent to the roadway. The City directed the FES to be relocated to a safer location. Dean Crowder Construction, INC. requested $297.00 for this item. After review, the amount was determined to be acceptable. • Item CO5.09 Metal Post and Chain Gate. After property owner request, the city directed metal post and chain gate to be installed. Dean Crowder Construction, INC. requested $250.00 for this item. After review, the amount was determined to be acceptable. • Item C05.10 Grouted Rip Rap. The installed rip rap was experiencing undermining in one area. The City directed the rip rapped area experiencing failure to be removed, regraded, and replaced with grouted rip rap. Dean Crowder Construction, INC. requested $396.00 for this item. After review, the amount was determined to be acceptable. Change Order 5 Justification Job: 040496 Hwy. 112 — Hwy. 71B (Cato Springs Rd.) (Fayetteville) (S) Fed. Aid Project HPP2-1298(1) & HPP2-3758(1) • Item CO5.11 Large Mailbox Replacement. Property owners with existing large mailboxes required replacement of comparable mailboxes. Dean Crowder Construction, INC. requested $225.00 for this item. After review, the amount was determined to be acceptable. • Item CO2.62 Asphalt Concrete Hot Mix Surface Course (PG 70-22). The contract amount for ACHM Surface Course was exceeded by $159,118.50. This was due to needing more ACHM leveling course than anticipated. The plan quantity for the ACHM leveling course was calculated by using the average end area method at roadway cross sections spaced 50' apart. In each roadway cross section, the area between the surveyed existing road and 2" below proposed finished surface was used to calculate ACHM leveling course. Possible discrepancies between calculated plan quantity and actual quantity could have occurred in the following ways: 1. Existing topographic survey not detailed enough to show rutting and other pavement abnormalities. 2. Cross sections spaced 50' apart may not have provided detail necessary to accurately determine ACHM leveling course using the average end area method. ;1ME ST ;?'PING, "Nc PO Box 1236 Van Buren, AR 72957 Phone: (479) 474-0452 Fax: (479) 474-0498 Websile: www.tirneslriping.com MITo DEAN CROWDER CONSTRUCTION 804 SE 21ST STREET BENTONVILLE AR 72712 INVOICE 60472 Page 1 of 1 DOW 12/03/12 astomerTD us omrreFO CuVStafe Jot' No. -payment Terms Our Job No.' Salesperson CROW NET UPON RECEIPT S20478 OANN Quantity Description Rate Prloe WORK DONE ON THE CADO SPRING ROAD PROJECT ON 1213112. SET UP ON 1119/12 & PICKED UP 12/3/12. 8.00 WEEK - MESSAGE BOARDS (2 UNITS X THREE WEEKS) 350.00 2,100.00 Subtotal: 2,100.00 Tax. 0.00 Total: 2,100.00 Nichols Erosion Control, Inc. 27032 State Hwy 144 Smithville, OK 74957 Bill To Dean Crowder Construction, Inc. 804 S.E. 21st Street Bentonville, AR 72712 Invoice Date Invoice # 4/18/2013 97I I Project I Terms I Cato Springs Road Description Quantity Price Each Amount Due Cato Springs Road 4/1113 Sand Bags - EA 300 9.00 2,700.00 Cato Springs Road 4/5113 Seed & Mulch - AC 5 2,200.00 11,000.00 Total 513,700.00 Fax # 580-244-3530 I www.nicholserosion.com I Phone # 405-818-6531