HomeMy WebLinkAbout08-09 RESOLUTIONRESOLUTION NO. 08-09
A RESOLUTION APPROVING 'A CONTRACT WITH DECCO
CONTRACTORS -PAVING, INC. IN THE AMOUNT OF
$2,467,237.77 FOR CONSTRUCTION OF IMPROVEMENTS TO
MOUNT COMFORT ROAD FROM 1-540 TO ALPINE AVENUE;
AND APPROVING A 10% PROJECT CONTINGENCY IN THE
AMOUNT OF $246,724.00.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council of the City of Fayetteville, Arkansas,
hereby approves a contract with Decco Contractors -Paving, Inc. in the amount of
$2,467,237.77 for construction of improvements to Mount Comfort Road from I-
540 to Alpine Avenue. A copy of the contract, marked Exhibit "A," is attached
hereto and made a part hereof.
Section 2. That the City Council of the City of Fayetteville, Arkansas,
hereby approves a 10% Project Contingency in the amount of $246,724.00.
PASSED and APPROVED this 6th day of January, 2009.
APPROVED:
LI
NELD` DAN, Mayor
ATTEST:
By:
SONDRAU. SMITH, City Clerk Treasurer
i
Chris Brown
Submitted By
City of Fayetteville
Staff Review Form
City Council Agenda Items
or
Contracts
1/6/2009
City Council Meeting Date
Engineering
Division
Action Required:
ee-5,
Ose-09
Operations
Department
A resolution to award a contract to Decco Contractors -Paving, Inc. in the amount of $2,467,237.77 for construction of
improvements to Mount Comfort Road, Hwy 540 to Alpine Avenue, and approve a project contingency of 10% in the
amount of $246,724.
2,467,237.77
Cost of this request
4520.9520.5809.00
Account Number
06035.1600
Project Number
23,992,298.00
Category / Project Budget
Mount Comfort(Shiloh/Deane Solomon)
Program Category / Project Name
5,480,608.91 Street Improvements
Funds Used to Date Program / Project Category Name
18,511,689.09 2006A Sales Tax Construction
Remaining Balance Fund Name
Budgeted Item X Budget Adjustment Attached
'0.12 L
Department Director G,410,1 Avl"t/44
City Attorney
Finance and Internal Service Director
Mayor
Comments:
l7 o
Date
2 ci
Date
12,,,.5 -�
Date
Date
Previous Ordinance or Resolution #
Original Contract Date:
Original Contract Number:
Received in City Clerk's Office
EPe6
'cam r
lJ.wUe1k
Received in Mayor's Office
City Council Meeting of January 6, 2009
CITY COUNCIL AGENDA MEMO
To: Mayor and City Council
Thru: Gary Dumas, Director of Operations
From: Ron Petrie, City Engineer
Date: December 17, 2008
Subject: A resolution to award a contract to Decco Contractors -Paving, Inc. in the
amount of $2,467,237.77 for construction of improvements to Mount Comfort Road,
Hwy 540 to Alpine Avenue, and approve a project contingency of 10% in the
amount of $246,724.
RECOMMENDATION:
Staff recommends approval of a resolution awarding a contract to Decco Contractors -
Paving, Inc. in the amount of $2,467,237.77 for construction of improvements to Mount
Comfort Road, Hwy 540 to Alpine Avenue, and approval of a project contingency in the
amount of 10% of the amount bid ($246,724.)
BACKGROUND:
Mount Comfort Road Improvements are a part of the Transportation Improvement Bond
Program. The project includes major intersection improvements at the 1540/Shiloh Drive
Intersection, relocation of Shiloh Drive to the west, signalization of 4 intersections along
Mount Comfort, and widening of Mount Comfort to 4 lanes from I-540 to Rupple Road.
The improvements have been designed by Garver Engineers.
DISCUSSION:
Bids were received on December 16`h, 2008 for Contract 1 of the improvements.
Contract 1 includes relocation and realignment of Shiloh Drive, widening of Mount
Comfort Road from 1-540 to Alpine Avenue, widening of the southbound I-540 off ramp,
and signalization at Shiloh Drive and at the southbound on-off ramps.
Eight bids were received, ranging from a high of $3,471,450 to the low bid of
$2,467,237.77. The low bid was submitted by Decco Contractors -Paving, Inc. of Rogers.
Decco is a well-known local contractor that has demonstrated their ability to complete a
contract of this size and type. Garver Engineers has reviewed the bids and prepared a bid
tabulations, and also recommends approval of the contract with Decco in the attached
letter.
1
City Council Meeting of January 6, 2009
BUDGET IMPACT:
This Contract will he funded with a portion of the 2006 Transportation Bond Issue
proceeds. The contract amount plus contingency is within the original project estimate
of $2,739,660 for construction of this portion of the project.
2
RESOLUTION NO.
A RESOLUTION APPROVING A CONTRACT WITH DECCO
CONTRACTORS -PAVING, INC. IN THE AMOUNT OF
$2,467,237.77 FOR CONSTRUCTION OF IMPROVEMENTS TO
MOUNT COMFORT ROAD FROM 1-540 TO ALPINE AVENUE;
AND APPROVING A 10% PROJECT CONTINGENCY IN THE
AMOUNT OF $246,724.00.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council of the City of Fayetteville, Arkansas,
hereby approves a contract with Decco Contractors -Paving, Inc. in the amount of
$2,467,237.77 for construction of improvements to Mount Comfort Road from I-
540 to Alpine Avenue. A copy of the contract, marked Exhibit "A," is attached
hereto and made a part hereof.
Section 2. That the City Council of the City of Fayetteville, Arkansas,
hereby approves a 10% Project Contingency in the amount of $246,724.00.
PASSED and APPROVED this 6th day of January,,2009.
APPROVED: ATTEST:
By: By:
LIONELD JORDON, Mayor SONDRA E. SMITH, City Clerk/Treasurer
Garver Engineers, LLC
1068 East Millsap Road
Fayetteville, AR 72703
479-527-9100
FAX 479.527.9101
www.garverergineers,cOm
December 17, 2008
Mr. Ron Petrie, P.E.
City Engineer
City of Fayetteville
113 West Mountain Street
Fayetteville, AR 72701
GARVER
Re: City of Fayetteville
Mount Comfort Road Improvement - (Contract 1) Alpine Avenue to 1-540
Recommendation of Award
Dear Mr. Petrie:
ENGINEERS
Bids were received for the "Mount Comfort Road Improvement - (Contract 1) Alpine Avenue to I-
540" project at the Fayetteville City Hall - Purchasing Department, Room 306, at 2:00 p.m. on
December 16, 2008, and they were opened shortly after at the Fayetteville City Hall, Room 326. The
bids have been checked for accuracy and for compliance with the contract documents. A tabulation
of the bids received is enclosed with this letter.
A total of 8 bids were received on the project. Decco Contractors, Inc. submitted the low bid for the
project in the amount of $2,467,237.77. The Engineer's Opinion of Probable Cost was $3,424,537.10.
We believe that the bid submitted by Decco Contractors, Inc. represents a good value for the City of -
Fayetteville. We recommend that the construction contract for the "Comfort Road Improvement
Contract 1 — Alpine Avenue to 1-540" be awarded to Decco Contractors, Inc.
Please call me if you have any questions.
Sincerely,
GARVER ENGINEERS, LLC
Lance Heil ger, P.E.
Project Manager
Attachments: Bid Tabulation
L:1200610605.12(X) FayAR Mount Comfort RoadlSpecitications12008-12-16 Recommendation of Award Contract 1.doc
Florence. AL • Huntsville. AL • Fayettevitle, AR • Hot Springs, AR • LitUe Rock, AR • Brandon, MS • Norman, OK • Tulsa, OK • Fraridin, TN • Frisco, TX
Bid N. 06-73
BID TAB - MT. COMFORT ROAD IMPROVEMENT CONTRACT 1 ALPINE AVE. TO F610
Timm/0 Butitlan, W..
UNIT PRICE TOTAL
8
g
n.
8
88888228828828222222228888828822888828
g
8
g
8
8
g
ti
8
8
4
8
ry
8
g
2
8
2
8
8
8
8
n
8
22ry
8
a$
8
..
8
IA
8
»
8
n
8
ry
a
8
a
2
8
ry
a
8
R
Rn
8
a
a
8
8
2.
»
8
R
a
8
»
8
3
8
E3s.2,23'33.,gEggEggEg
«
8
g
a
8
»
8
8
8
..
8
_
8
..
8
_
2
»
8
g
"'2
8
a
8
2
8
a
8
G$
8 8n;8-
8
..
8
2 g
8
a
8
8
..
8
R
8
..
8
2
H..
8
..
8
2
8
a
8
g
8
..
8
2
8
a
8
g
8
a
8
_
8
..
8
_
8
Y
..
8
A
8
x
..
8
a
8.'
8
..
8
E
8
s
..
8
8
s
..
8
8
R
V.
8
8
s
a
Mobley Cannaeten, Yea.
UMT PRICE _ TOTAL
3
a
a
o
5
g
2
»
ry
a
S
g
3
w
A.
S
4
VP
R
R
2
-
et
S
nry
2
o
»
o
s
.
N8
8
5
S
2
4
..
8
»»»
R»
P
8
»
o
«
n
a
x
3a
8
R
»
»
»
r
«
3,
»
0
«
E-
VI
»
a
»
g
s
..
S_
s
»
8
5.
R
v
4
V
3
5.
»
2_
g
«
8
5
»
8-
3
»
'5
_%S
.'
E M
.Sj m
t ES
88
S
.p
8
w
'_
8
8
8`
8
w
8
8
w
8
2
8
w
8
2
8
M
8
3
B
w
S
8
M
8
ry
8
a
8
8
w
S
"
8
w
8
a
8
a
8
8
a
8
8
8
w
8
s
8
M
8
Q..
8
M
8
8
M
8
S
M
8
n
8
n
8
a
8
N
8
a
S
w
8
a
8
n
8
g
8
M
8
g$
8
w
8
8
w
8
8
8
w
8
8
8
..
8
F
8
w
8
R
8
w
8
s'
..
8
8
a
S.
F
8
N
8
o-
8
r
8
8
8
M
8
R
8
M
8
p
M
8
8
M
8
8
1
LI
`s e.g
k
...
8
em
V
8
8
«
8
8
g-
I,
w
8
........aa•.....,..____-
8
«
8
8
o
»
R
n
»
2
a_-
a
8
8
a
2
a
8
a
8
«
i
a
w
.X
w
R
A
w
S
w
8
8
2
a
R
R
R
a
2
r
w
8
n
a
8
.»a,..
R
o
a
8
-$
..
8.
R
..
8
8
s
..
38
ry
..
n
..
8
a...
8
0
ry
r
R
..
8
R
g
IS 1240.00 0 1240.00
82
aNMMMV
a
..
a
Gas
2.
R
g
am
8
m
.s
R
ry
as
8
8
as
2
V
7-
us
R
V
9
as
Tomlinson
UNIT PRICE TOTAL
22,000.00 t 22,000.00
8
g
"'
8
g
a
8
ga
R
8
g-
4
8
R
a
00050001 t 00051 t
„_
a
»
R
m
a
8
a
g
$
e-
a
o
R
x~~
»
R
ry
»
8
8
R-
-.
a
8
8
»
8
ry
8
o
«
8
.,
8
o
.,
8
.'
8
»
8
a
8
»
8
g
8
B
a
8
-
8
2.
..
8
2'
8
»
8
g
8
8
«
8
8
o
8
8
«
8
g
2.
8
R
»
8
g
8
gr,g
«
8
g
"'
8
»
8
8
»
8
»
-„
8
a
8
8
a
8
n'-
8
g
a
8
R
8
.r
8
E
-
3
..
8
S
-
8
`.
a
8
s
ti
8_—
as
..
R
g-
g
8_
..
2
V
8
ti
8
F.
a
8:
8__
1
..
o
A
..
8
ig.
o
E
22828828888
n-
$
8
a
8
8
..
2$
P
8
8
»
e
8
-
.
R
N
8
R
»
s
o
8
�'
..
g::
a
a
g
8
^
a
2
8
""
..
ti
a
P.
M
a
0000011 t 95 sc
8
..^.
8
x
«
8
8
M:
a
8
X
8
»
8
a
M
»
8
8
8
1g
»
8
r.
8
.'
«
8
8
3
V
8
rv$
8
8
«
8
M
8
«
8
n
M
»
8
8
a__.
8
g
..
8
8
8
R
..
8
8
8
a
8
8
8
8
a
8
8
7
8
g
a
8
8
..
8
g$
''
8
g
..
8
8
g
a
8
.:
8
-,
.r
8
2
''
8
R
..
8
8
g
8
a
..
8
8
t
8
o
..
8
8
o
8
R
..
8
8
4
8
g
a
8
8
4
.r
8
a
a
8
R
..
Tat* Ms Dawbprnwlt
UMT PRICE TOTAL
2
ry
eV
8
g
8
..
8
g
R
VG
8
g
8
a
8
..
V
8
g-
8
..
8.
a
x
..
8
x
V
8
8.
_
8
R
.4i
GS
8
-
8
a
., 8
o
»
00'000'SC S 001 t
8
'Rn
r_
8»
a
8
3
ry
ry
a
8
'a
2
g»»
ry
..
a
..
a
's
.
»
8
a.
.
R
,.
»
8
.
..
a
a
0
..
,„
a
a
3$
,.
ry
»
v7
v
g
»
P
2
..
9t
»
8
-
R
a
«
8
n
a•.
'.
»
8
..
3
«
12
'
..
2
.
88
2.
..
8
v
»
-
..
=
»
P.
»
..
s
R'
8V
2
ry
»
s
8
at
8
8
ry
..
g.
..
VP
8
8
..
8
2`
-
V
8"
m
-
..
c
..
8
-
c
8
ry
..
E
S
FV
P
..
g
w
8
..
8
.
..
8
..
8
o
:
»
8
a
f
^•
..
a
..
8
o
8
a
..
Noce Contneters-PMq
Inc.
UNIT PRICE TOTAL
8
g
-
Rg
8
..
8
8
..
8
S
8
••
0.
8
R
a
8
8
a
R
..
8
8
a
8
R
a
38
S
8
a
8
..
8
R
»
8
8
-
»
S
8
8
»
8
8
6
a
0
8
»
0
x
a
0
..
0
0
»
0
8
g:
«
0
0
»
8
8
«
0.
8
0
»
8
8
8
..
8
..
ry
8
a
A.
n
8
g
a
8
ry
8
S
.r
8
r
8
8
..
8
8
8
a
8
_
8
..
8
8
S
V
A
8
R
..
8
8
..
8
8
..
2
5
..
8
g
..
8
..
Enp$n.Us Estimate
UMT PRICE TOTAL
88288828828288282888282228288885282885
8
g
V
g
ry
8
g
GO
8---«
8
g
SP
..
ry
..
R
a
8
s
«
..
8
t
»
..
t.
«
S
..
8
a
S
P.
..
8
a
in.
..
8
..
$
..
8
`.
..
_
..
8
a
-
..
s
..
a
r,
..
a
..
8
a
8
S
a
ti
a
.,
a
8
8
..
..
8
R.
..
V"
-
..
X
..
8
S__
..
8
a
-
8
V
A,"
..
..
.y
8
a
..
$
".
a
8
g
..
8
-
a
8
g
a
F
..
a
8
E
a
8
2
a
8
8
a
g
rv`
a
8
g
a
8
..
8
8
a
g
»
8
8
..
2-
a
8
rv$
a
g,
»
8
»
E
a
8
a
»
g
»
8
a
a
6
n'
..
8
.-
»
a
8
8_
a
r
»
2
e
..
8
2
5
P
8
u
a
Y
1
Y
1
A
nU
6
20 5' Orae Inln (Type MOI
1
8
2
z
su
x
U
U `I
8
z
It
ti
11
8
m
1
8
Township OuWora, Ort.
UNIT PRICE TOTAL
8
a
8
a
8
e
8
R
8
8
R
8
8
s
8
8
w
8
8
8
w
8
d
8
6"
8
ff
8
A-
8
o
8
8
8
R
8
R:
8
-
8
8
'
8
o
8
n.'
8
8
8
8
3"
8
8
8
2
8
8
y 8
S
8
E
0 600.00 $ 2,400,00
8
E
88288828828228
2
8
R
8
w
8
g
w
8
a^'
8
8
8
8
t
8
8
8
w
8
8
8^
8
s
8
s
a
8
s
0
0
TBD
g8
2
49
8
g
-
S
2
0
8
-
Mobley Contractors, Ins.
UMT PRICE TOTAL
««««»«»
»
in
4
s
0
S
a'17
w
E
n"-
S
$
o
g
E
8
3
S
°a
"
a
R
8»
"
a
8
R
8
S
w
w»«
A
w
a
8
g
w
888
n
R
E E
8»
w
a.
R
w
n
^
t 122,715.60 0 122,756.(( I
S
it.
8;',-,r2,12.,,,,%88
74
a
E
w_
g
8
8
S
w
a
g
w^
a
F.
'
g
8
g$
o
8
8
g
-
8
-
0
0
0
m
R
R
s
i'
a
z89
88
»
88
»»
X
w
100((0'1 S mitt t
8
8
w
8
8
w
8
g
w
8
n
8
R
w
8
a"
w
8
w
w
8
w
8
g
w
8
.$
w
8
R
w
8-
"
w
8
w
w
w
8
S
w
8
ea'
w
8
a
w
8
r
w
8
8
.s
8
w
a
w
8
-
w
w
w
8
8
-
8
$
w
8
$
8
n
w
8
iE
8 8
§
w«
8 8
w S
w»
8
g
p 8
gg
8
S
8
g
R
p8
8
a--
8
«
2
a««»
w
w«
8_
8
e
x
8
-
w
8
8
r.
w«
8
it
a«
8
"
8
8
as
8
E
8
n
8
p
w
8
-
8
w
'"
«
TBO
TBD
-
88
w
«
88
w
««
w
..
w
APAC Arkansas
UNIT PRICE TOTAL
E
w
n-
w
8
w
8
8
S
w
8
9
E
V.
8
S
w
8
a
E:
«
P
8
w
S
"
g
n
w
8.
.=
a.
«
PI
8:
w
R
E
«
Pt
w
o
«
S
a.
=
w
R
8.
«
R
R
3
w
S
8
E
«
8
'a S
S B
« w
S g.
2.
8
w
w
S
28X
S$
»
S
-
8
w
S
2
w
8
8
..
8
3
«
8
S
«
2
S
3
«
8
R
«
r.
An
«
R
8
«
8
«
8
8
«
8
0
F
0
m
`1-60
88
«
88
0
12g
tni
8
8
w
8
«
w«
8
R
w
8
g
S
w
8
g
S
w
8
g
8
w»««
8
2
w
8
g
VP
8
P-
3
w
8
3
10
8
01.
8
:
09
8
w
8
a
IN
8
w
8
VP
8
w
F
w
w
S
w
w
8
49
8
w«
8
0
8
8
n
49
8«
w«
8 8
E 3
S
w
m001t'tl t 0001('01 t
5
S$
S
a
«
8
8»»»
11
w««»
8
E
8
8
a
88
Sp'LSL11 L SS t S
00.00t`Y 0 00'0E t
8
8
«
8
8
w
a«
8
w
8
w
w«
8
8
8
m
m
CELL
a
82
8
««
8
ow
8
I b..
UMT PRICE TOTAL
8
�i
8
.
IA
8
8
g.
«
8
8
w
2
3
8
8
«
8
8
8»
X
«
8
a
w
S
8
-A
«
8
8»»
»
2
"-
»
8
»
8
8
w
8
5
8
»
8
w
2
a
-
w
8
8
w"
..
8
8
w
8
o
8
_
w
8
a
8
"
»
8 8
88
^ F.
w w
8
^
»
8
8
2
»
S
8
g«
w
S-
»
8
»
8
w
8
a
w
R
R
»
8
R
w
88
w
8
R
w
0 016000 0 2051.00
828Z8
w.«
w
8
V.
8
w
0
m
r
0
m
r
TBD
88
88
S
»
w
TWA Ws Dndop sant
UNIT PRICE TOTAL
8
at
w
8
N
8
w»»
8
R
8
A
2
R
8
s
8«
R
0
s
w
:.
2
"s
w»
8
a-
8
3
8
8
2
w»»
8
8^
^
8
"a
8
8
x
8
a
8
3
w
8
8
8
s
w
8
N
8
x
w
8
«
S
w
8«
A
8
e
w»
4_
8
a
8
8
2
w»»»»
8
8
8
R
8
R
8 8
x 2
8 8
^ g
8
2
8
g
E
"
8
4
w»»
8
S
..
8
2
8p
S
R
8
2
8
a"
8
2
w
8
8
3
w
8
a
8
2
w«
8
a""
8
o
8
8
F3
w»«»»
8
8
g
8
Q x
-
as
g
8
8
K
6
g
8
.s
m
[TOD
TOO
88
g
»
8
y
X
a
a
w
8
w
8
°
..
8222882288289888982822899$8$28
88
R_
8
71-
w
a.
S
-
2
«
8
w$
a
8
R
41
w
8
w«
8
8
R
5
««
a
8
8
w
8
e
8
R,
w«
8
a«
8,
s
a
w
w
R:
41
w«
8
0
8
««
8
8
w»
8
TBD
TOD
»
a
8
s
84
Q
A
W
a
E
w
a
8
e
«
8
8
s
«
8^
8
E
-
w
8
r
w
8
7
8
s
w
«
888
8
a
8
t'
w
8^
4
8
«
R
8
s
8^
w
88.88
8
3
«
R
8
8
a
3
8
w
8
a
«
8
8
x
w
8
8
E
n
a
"
8
E_
a
8
S.
8
E
=
w
8
8
8 8
3 3
= o
w w
8
" g$$$
8
E -
«
8
L'S-
8
s -
«
a
n
8
E
w
8
n
8
x
w
8
8
o-
e
w
8
8
w
8
8
"s_
w
S
8
a
a
w
8
8
E
a
w
8
8
E
-
w
8
E
000ttcl t 00 Sr t
88
-
w
88
nwi
E
e
w
8
m
m
m'
88
s
a
w
8
E
E
rr
w
8
g
BIE No. OS -73
0
0
0
0
K
5
0
0
1-
Townahlp BLeklAn, Inc.
UMT PRICE TOTAL
88882828288888822828282888828888288888
a;
$
»
S$
-
R
N
'
n
E.
8
3
n
8.
8$
3
8
8
3
n
8
R
3
N
8
N
3
8
R
E
8
8
s
8
8
»
3
8
N
3
8
8
3
8
3
3.
8
8
3
8
3
3
8
8
3'
8
8
"""3335333
a
8
s
8
N
8
n^
8
8
6
8
3
8
3
8
3
8
3
8
3
8
a
8
3
8$
8
g
8
R
8
a
3
8
8
s
8
x
8
21
R
A
1.7-
2,
TiL
^
8
$
0
8
N»
R
8
m
8:
S
n
8
8
S^
o
g»^»
»
8
S
2
2
u t
t
'
o
-
^o,
3
'-
R
o
8
$
8
8;
N
..
8$
r.
S»::
.X
S
3
^
16
$
e
y_
e
'
6-'
8
n
F1
'»
e
n
S
N
N.E.C. YI0.
VMT PRICE TOTAL
S
B
8
8
8
8
8
8
8`
8
8
8
8
8
8
8
8
8
8
8
8
2
8
8
2
8
8
8
8
8
8
8
8
8
8
8
S
8§
r.
-
3
n
i
3
..
R
3
R
8
3
3
R
3
R
3
3
3
R
8
aa
8
8
8
8
8
8
8
8
8
S
8
8
8g
8
8
R,8
8
8
8
8
8
8
8
8
83
8
8
84
8
8
8
8
8
8.
»$
3
3
N--
a^
8
3
8
S.
8-
.-
N
«,
.+
8
§
a
S
S
R
3
n»
a»
APAC Artrnaa
UNIT PRICE TOTAL
8
$
8
8
8$
g8
A
22r.882,8222822822888.82
22
88E8
3
3
f
3
3
e
3.=
3
3
8
3
R
m
n
3
A.
a
8
R
E,
S
,.
»
»
»
»
»
»
»
»
»
»
»
»
»
»
»
»
»
»
»
»
»
»
»
»
»
»
»
»
»
»
»
»
»
»
»
»
»
»
12:112g888088A08088.88288808802.888I
8
8
8
R
8
...
»
8
8
8
8
8
8
8»
8
8
8
8
8
8
8$»
S»»»
8
8
8
8
8
8
8
8
8
8
8
8»
8,
8
8
21
8
8
m
8
8
8
8
8R
8
2,
.5-r
-
'N,
8
8
8
8
8
8
8
22882
8
5
2$
8$
88
8
8
8
1 05,00 S 7,230.00
88
00'0001 S 000001 S
88820888028888888288888
'
R
s
s
8
S
g,§
8
5
EA
3
63
A
o
n
s»
5
5
a
a
3.
3,
.3
R
3
3
3
3$
..
H
a
m
N
R
1:4,,-
A_
n
n
N
r
o
N
Vr
t
R-
A'
»
Swophr
ICE
»
»
»
»
»
»
»
»
»
»
»
»
»
»
»
»
»
»
»
»
»
O.
»
»
»
»
»
»
»
»
»
»
»
»
»
»
2888888828
a
28
8
8
8
8
8
8
8
8
8
8
8
8
8
8
8
8
8
8
8
n
n
o
»»
3
»
»8
IA
ol
1.9
94
WI
»»»
-
-
r»»»».»»
.33,33"3F-
a
-
N
8
8
8
8
8»
1000001/ S 00000'0 0
8
8
8»
000LZ S 000SZ 1
88882222%21.."
8
8
.9.1
1822A0I1
$ _2730.00 S 3123000
8
da
8
8
8
8
8
!!f
8
R't.
8
8
ti
3
IR
F-='
to
ow
ow
.,
so
8
^2F.3,63.5
8$
a.
3
3
4II.
!!!
of
^
s
s-
8
8
8
8
8,
8'
8
8
8
8
8
8
R,
R
S
2
r
8
8
S
8
8
8
8
8
8
S
23RR»»»a
$85"''s""
s.,.i»»
35
R�323»».
p
n
n
R
a�»»ar
e
ei
e.
° W
8
8
8
L.
8
8
8
8
8
8
8
8
8
8
8
8
8,
a
S-
8
8
8 al
8
8
8
8
8
8
8
8
n
8g
0ac
Englnwrs Esllmab
UNIT PRICE TOTAL _ UNI'
$
$
$
88
g8802.
4288888888228888288888888828LI
R
o
R§
R
8
R
3
1
8
3
E
R
3
3
R
3
3r»
8
Y
3
3
3
3
3
8
8»
282888888828888888°8888888888888
888848
o
5'
8
8
8
R
N
53
8'
ti»
e
.3
8
8
8
-^^
2_
N
8
S$
3
R
R
3
8
33'
6I
Jj
3..
1
i
tli
88
2
2
0
iT
6
a
60
s
n
5
_
aF
7
s.
5
00 Non41.040c Ccnd 1111
1
5
6
w
2
6
6
w
AR
25
vs
,ta
5
R5
6E
3
6
z
i
1
`
s5
w
2
1
5
3
1
5
w
5
5
8
S
8
5
s
Z
m
MD TAB- MT. COMFORT ROAD IMPROVEMENT CONTRACT 1 ALPINE AVE. TO 1.040
Township ItWtldsn, 41c
UNIT PRICE TOTAL
8
_
8
8
8
8
3
8
8
n
8
o
3 3.700.00 3 7,400,001
8
8
8
w§
8
8
1
..
8
8
8
n
8
S
8
R
n
8
n
8
n
a
8
8'
8
8
o
.
8
n
8
R
r.
8
8
N
8
3
a
8
a
8
8
N
8
8
N'
8
3
.
8
A
8
1
8
8§
8
8
8
8
m
8
ry
8
R
8
n
8
.
8
S
8
3
8
a
8
8
a•
N
8
e.:
8
8
n
8
a
8
S
n
8
8
8
8
o
n
8
8
n
8
8
8
8
§
e
8
8-
8
a§
n
8
N
8
8
n
8
S
8
ry
8
r
8
8$
8$
ry
8
3
.n
8
8$
8
E
8
8
3
8
8
0
t
ili
n
1<
a
1,
SI!Esa
. i
8
w
N
8.
g
N
N
o
N
w
8
N
2
N
8
$
N
Sfin
w
n
w
8
n
':,23,
w
8
N
..
8
a
n
-z
w
n_
X. n
$
N
W
a
-3k.
N
b
N
8
-
n
s
w
n
v
w
R
n
A
w
8
V
,.
7
N
2
S
N
.1
N
8
N
8
N
2
8
N
a$
-s
N
2
N
N-
8
4
w
8
ex-rv_a_n
N
e
N-
o
g
N
r
o
R
N
-
N
n
N
w
8
n
S
w
8
n
a
w
n
w
8
R
n
w
8:
N
N«
g
w
-3w.
8
a
N
s'
w«
8
w
3
N
w
a
a
w4
a
w+
g
ILEO, Inc
UNIT PRICE TOTAL
888828888288888888888888888888888888;
w
_
N
w
6
w
S
N
_
N
N
s
n
N
8
N
s
d
n
w
3
N
w.
N
..
n
8
w
..
w
8
R,
o
N
n
8
-
w
8
$
n
8
..
N
S
r
w
8.
a
N
a
'.
N
8
S
N
8
'
n
8
8
o
N
8
n
w
8
8
..
g
n
n
8
8
n
A
-
w
8
a
.a
.v
.-
w
6
n
n
N
n
.6
N
8
'
w
§
.
w
8$
a
_
w
w
N
n
w
N
8.
..
.
S
M
8
f
w
w
8
..
N
a
N
8
8
ry
N
2
N
8
_
N
8
M
8
E
w
8
N
8.
E_
_
N
a$
N
8
n
w
8
A
N
n
N
8
o
N
n.
w
8
v
w
3p
p
N
8
E
ti
N
ry
w
8
w
$
w
N
8
g
_
w
ry
w
8
o
w
C
!
..
APAC *Nuns.
UNIT PRICE TOTAL
8
-
n
8
8
_
n
8_
8
n
8'
s
...
8
o
ry
2
w
n
8
e
w
[3 E00e36 6 12017.101
8
w
28888
.
8
8
w
8
8
n
w
3
a
n
w
n
-
N
a
8
3
n
w
8
a
8'
A
n
w
8
a
n
-
w
8
3
,.
N
8
n
..
n
N
8
-
-
w
7
41
8
n
"
w
8
a$
Or
8
a
N
8
•12
004e0 T SI'e6L 1
8882828822228
s
n
w
ry
44
n
w
8
8^
w
n
N
8
20
a$
w
3
.8
44
'
N
8"
1
orr
-
i'Zi
N
a
or
ry
N
rob
n
n
8
'
Or
-
N
2
n
n
_
w
8
en
-
w
0
8
ow
g
.
w
2
a
or
n
-
N
.22
ow
a
_
w
o
or
N
~
i
ao
B
't
D
8
-
n
2
-'
N
8
a-
n
28
N
R
---,
n
N
8
S
n
n
N
8
n
ry
w
t9rN
E$
w
„ 8
..
8$
«
w
E"
..
4
N
8
N
N
a
s
o
w
8
8
..
g
ry
N
8
8
-
8
ry
w
8
N
8
a
n
N
8
3
w
8
a
ti
w
8
a
N
8
a
..
N
8
R
n
w
8
a
ti=
N
8
a
N
8
a
N
8
N
8
e
N
8
.
w
e
N
„
w
8
N
8
-
w
8
$
n
w
8
3
N
8
a
N
8
1
w
8
.o
N
8
1'
w
8
S
n
w
8
w
..
N
8
w
8
g
N
N
8
g
n
N
8
a
N
8
n
N
8
a
N
8
,.
N
8
EE
n
N
8
E
ti
N
8
n
N
8
a'
N
8
a
.:
n
8
N
_
n
n
N
8
r
w
8
N
8
a
n
8
w
N
8
R
a
w
8
w
N
8
n
w
8
r
8
8
..
n
8
S
N
0
n
4
«
"
4'
r
2888888888222882882585$85585825588882
_
w
OP
E
N
8
w
N
8
N
N
8
7
N
s?
N
88
ry
N
N
N
w
8
-
w
-
..
8
n
N
E
N
8
8
N
a
.4
8
X
N
s
o
R
M
e
w
8
M
n
3_
n
8
R
w
w
$$
N
8
a
n
n
w
8
1
n
w
3
w
8
1.3
w
a
N
8
N
E
N
8
e
N
a
w
8
w
w
3#$
w
8
S
M
N
8
3
N
w
8
s-_
M
s
w
8
N
3
w
8
M
`s
N
8
1
N
3
N
8
8
N
3
N
8
3
N
3
N
8
S
.y
N
E
N
8
E-
N
3
N
8
N
s
N
8
s-
M
a
N
8
M
3
..
8
3
N
3
N
8
3
N
a
..
88
1
N
3
N?
s
N
w
..
Total elb Mwbp ent
UNIT PRICE TOTAL
8
N
8
8
N
2$
N
8
N
N
g
ngg
3
N
8
w
$
0061601 T 0030Pe e
8
r
2
N
8
N
8"
n
ry
n
a
n
rv«
^
N
6
888588888888888838888-
w
w
w
w
N
N
w
8
«
8
N
8,
w
N
N
8
w
8
N
8
a
§
N
8
a
N
a
N
n'
§
N
8
a
N
8
._
s
r
8
'S"
N
8
a.
r
e
3
8
Oaceu Cantractwe-Pre* p
Inc
MT PRICE TOTAL
8228282228288588858•
-
w
8
''
P.
w
a-
.
m
N
8
N
_
n
8
N
N
8
..
P
N
w
..
E
-
w
R
3
N
E
-
n
8
s
w
`s,
w
8
n
n
8
w
XC
n
_
N»
n
ry
2
n
s
_
N
8
S
n
N
8
N
—
N
8
w
o
w
2
-
w
n
n
8
N
-
or
n
n
a
or
e
n
3 33000 s 2,730,00
23,g
Or
8
n
w
w
s
n
8
-
N
8
n
8
w
ry
N
8
s
n
8
8
w
8
_
N
8
tg
N
8
E
_
N
8
SS
w
8#
3^
e
n
8
e
w
N.
w
8
I.
ry
w
n
n
ry
N
a
ry
Or
N
N
8
E
e.
w
8
u
N
8
E
"
w
8
a
N
5
3
ry
w
8
w
8
E
ry
N
8
4
N
t
..
..
r,..-
e
i w
t
p
8
8
8
8-
6-
8
8
N
8
8
8
nEgg
8
8"
'"
8
8
8
3$
8
8
8
8
8
8
8
8
8
88$
0
8
w
8
8
3
8
n
8
a,
8
n
8
a,
8
n
8
8
8
ry
8
a,
88
a
13 20.00 3 10,40000
8
n
a
-
8
8
3
8
8
a
8
.
8
8_
8
.v
8
8
-
8
g
8
8
8
8
8
g
8
8
g
8
8
g
8
8
n
100 0007P 3 00600 1
8
8
E
8
8
a
8
8
a
8
8
a
8
8
a
2
-
a0i
0
8
3
8
ti
uj
1 1
1
6 W
11,
1
a
12 PVc Alter Lin.
666
w �
r...
6,6
LL
85
a.
8
w
8
i
666
3
8
a
t
a
4
W
4
338
0 o i
<b
6I 5
O
E! �'
nEl
1 a
g
6.
6 W
16
8
K
1
1
•
8
E
MT. COMFORT ROAD IMPROVEMENTS
CONTRACT 1 IMPROVEMENTS
DOCUMENT 00500 — AGREEMENT
BETWEEN OWNER AND CONTRACTOR
Contract Name/Title: MOUNT COMFORT ROAD IMPROVEMENTS CONTRACT 1 —
ALPINE AVENUE TO I-540.
Contract No.:
THIS AGREEMENT is dated as of the (411,1 day of in the year 200 by and
between The City of Fayetteville, Arkansas and L C Lo . (hereinafter called Contractor).
ARTICLE 1- WORK
1.01 Contractor shall complete all Work as specified or indicated in the Contract
Documents. The work under this Contract includes, but is not limited to:
Widening and reconstruction of approximately 1,150 LF of Mount Comfort Road and Porter
Road, construct approximately 2,275 LF new alignment of Shiloh Drive, widen and overlay
approximately 500 LF of Arkansas Highway and Transportation Department (AHTD) ramp,
repair and overlay approximately 1,050 LF of Porter Road, reconstruct approximately 320 LF of
Deane Solomon Road, installation of Traffic Control Signal at Mount Comfort Road and New
Shiloh Drive, installation of Traffic Control Signal at Porter Road and AHTD Ramp, and
construction of associated earthwork, curb and gutter, sidewalk, underground drainage, drainage
swales, driveways, fencing, 12 inch water line and appurtenances, 8 inch waterline and
appurtenances, 8 inch sanitary sewer, sanitary sewer manholes, water/sanitary sewer services, and
miscellaneous related items.
The Contract includes work in AHTD Right-of-way and work in City of Fayetteville Right-of-
way.
Refer to Section 00400 -Bid Form for quantities:
ARTICLE 2 - ENGINEER
2.01 The Contract Documents have been prepared by GARVER ENGINEERS, LLC.
GARVER ENGINEERS, LLC assumes all duties and responsibilities, and has the
rights and authority assigned to GARVER ENGINEERS LLC in the Contract
00500 Agreement
Mount Comfort Road Improvements
00500 - 1 Garver Project No. 0605-1200
DOCUMENT 00500 — AGREEMENT (continued)
Documents in connection with completion of the Work in accordance with the
Contract Documents.
ARTICLE 3 - CONTRACT TIME
3.01 TIME OF THE ESSENCE:
A. All time limits for milestones, if any, Substantial Completion, and
completion and readiness for final payment as stated in the Contract
Documents are of the essence of the Contract.
3.02 DATES FOR SUBSTANTIAL COMPLETION AND FINAL PAYMENT:
A. The Work will be Substantially Completed within 330 calendar days after the
date when the Contract Times commence to run as provided in the
GENERAL CONDITIONS, and completed and ready for final payment in
accordance with the GENERAL CONDITIONS within 360 calendar days
after the date when the Contract Times commence to run.
3.03 LIQUIDATED DAMAGES:
A. Owner and Contractor recognize that time is of the essence of this
Agreement and that The City of Fayetteville will suffer financial loss if the
Work is not completed within the time specified above, plus any extensions
thereof allowed in accordance with the GENERAL CONDITIONS. The
parties also recognize the delays, expense, and difficulties involved in
proving the actual loss suffered by The City of Fayetteville if the Work is not
Substantially Completed on time. Accordingly, instead of requiring any such
proof, The City of Fayetteville and Contractor agree that as liquidated
damages for delay (but not as a penalty) Contractor shall pay The City of
Fayetteville Seven Hundred Fifty Dollars ($750.00) for each calendar day
that expires after the time specified above in Paragraph 3.02 for Substantial
Completion until the Work is Substantially Complete. After Substantial
Completion, if Contractor shall neglect, refuse, or fail to complete the
remaining Work within the time specified in Paragraph 3.02 for completion
00500 - 2 Garver Project No. 0605-1200
00500 Agreement
Mount Comfort Road Improvements
DOCUMENT 00500 — AGREEMENT (continued)
and readiness for final payment or any proper extension thereof granted by
The City of Fayetteville, Contractor shall pay The City of Fayetteville Seven
Hundred Fifty Dollars ($750.00) for each calendar day that expires after the
time specified for completion and readiness for final payment.
ARTICLE 4 - . CONTRACT PRICE
4.01 The CITY OF FAYETTEVILLE agrees to pay, and the CONTRACTOR agrees to
accept, as full and final compensation for all work done under this agreement, the
amount based on the prices bid in the Proposal (BID FORM) which is hereto
attached, for the actual amount accomplished under each pay item, said payments to
be made in lawful money of the United States at the time and in the manner set forth
in the Specifications.
4.02 As provided in the General Conditions estimated quantities are not guaranteed, and
determinations of actual quantities and classifications are to be made by ENGINEER
as provided in the General Conditions. Unit prices have been computed as provided
in the General Conditions.
4.03 Changes, modifications, or amendments in scope,' price or fees to this contract shall
not be allowed without a prior formal contract amendment approved by the Mayor
and the City Council in advance of the change in scope, cost or fees.
ARTICLE 5 - PAYMENT PROCEDURES
5.01 SUBMITTAL AND PROCESSING OF PAYMENTS:
A. Contractor shall submit Applications for Payment in accordance with the
GENERAL CONDITIONS. Applications for Payment will be processed by
Engineer as provided in the GENERAL CONDITIONS.
5.02 PROGRESS PAYMENTS, RETAINAGE:
A. The City of Fayetteville shall make progress payments on account of the
Contract Price on the basis of Contractor's Applications for Payment as
recommended by Engineer, on or about the 15th day of each month during
00500 Agreement 00500 - 3 Garver Project No. 0605-1200
Mount Comfort Road Improvements
DOCUMENT 00500 — AGREEMENT (continued)
construction. All such payments will be measured by the schedule of values
established in the GENERAL CONDITIONS (and in the case of Unit Price
Work based on the number of units completed) or, in the event there is no
schedule of values, as provided in the General Requirements.
1. Prior to Substantial Completion, progress payments will be made in
an amount equal to the percentage indicated below, but, in each case,
less the aggregate of payments previously made and less such
amounts as Engineer shall determine, or The City of Fayetteville
may withhold, in accordance with the GENERAL CONDITIONS.
a. 90% of Work Completed (with the balance being retainage). If
Work has been 50% completed as determined by Engineer, and
if the character and progress of the Work have been satisfactory
to The City of Fayetteville and Engineer, The City of
Fayetteville on recommendation of Engineer, may determine that
as long as the character and progress of the Work subsequently
remain satisfactory to them, there will be no additional retainage
on account of Work subsequently completed, in which case the
remaining progress payments prior to Substantial Completion
will be an amount equal to 100% of the Work Completed less the
aggregate of payments previously made; and
b. 100% of Equipment and Materials not incorporated in the Work
but delivered, suitably stored, and accompanied by
documentation satisfactory to The City of Fayetteville as
provided in the GENERAL CONDITIONS.
2. Upon Substantial Completion, The City of Fayetteville shall pay an
amount sufficient to increase total payments to Contractor to 95% of
the Contract Price (with the balance being retainage), less such
amounts as Engineer shall determine, or The City of Fayetteville
may withhold, in accordance with the GENERAL CONDITIONS.
00500 Agreement
Mount Comfort Road Improvements
00500 - 4 Garver Project No. 0605-1200
DOCUMENT 00500 — AGREEMENT (continued)
5.03 FINAL PAYMENT:
A. Upon final completion and acceptance of the Work in accordance with the
GENERAL CONDITIONS, The City of Fayetteville shall pay the remainder
of the Contract Price as recommended by Engineer and as provided in the
GENERAL CONDITIONS.
ARTICLE 6 - CONTRACTOR'S REPRESENTATIONS
6.01 In order to induce The City of Fayetteville to enter into this Agreement, Contractor
makes the following representations:
A. Contractor has examined and carefully studied the Contract Documents
including the Addenda and other related data identified in the Bid
Documents.
B. Contractor has visited the Site and become familiar with and is satisfied as to
the general, local, and Site conditions that may affect cost, progress,
performance, and furnishing of the Work.
C. Contractor is familiar with and is satisfied as to all federal, state, and local
Laws and Regulations that may affect cost, progress, performance, and
furnishing of the Work.
D. Contractor has carefully studied all:
(1) Reports of explorations and tests of subsurface conditions at or
contiguous to the Site and all drawings of physical conditions in or
relating to existing surface or subsurface structures at or contiguous
to the Site; and
(2) Reports and drawings of a Hazardous Environmental Condition, if
any, at the Site. Contractor acknowledges that The City of
Fayetteville and Engineer do not assume responsibility for the
accuracy or completeness of information and data shown or indicated
00500 Agreement
Mount Comfort Road Improvements
00500 - 5 Garver Project No. 0605-1200
DOCUMENT 00500 — AGREEMENT (continued)
in the Contract Documents with respect to Underground Facilities at
or contiguous to the Site.
E. Contractor has obtained and carefully studied (or assumes responsibility of
having done so) all such additional supplementary examinations,
investigations, explorations, tests, studies, and data concerning conditions
(surface, subsurface, and Underground Facilities) at or contiguous to the Site
or otherwise which may affect cost, progress, performance, and furnishing of
the Work or which relate to any aspect of the means, methods, techniques,
sequences, and procedures of construction to be employed by Contractor and
safety precautions and programs incident thereto.
F. Contractor does not consider that any additional examinations,
investigations, explorations, tests, studies, or data are necessary for the
performing and furnishing of the Work at the Contract Price, within the
Contract Times, and in accordance with the other terms and conditions of the
Contract Documents.
G. Contractor is aware of the general nature of work to be performed by The
City of Fayetteville and others at the Site that relates to the Work as indicated
in the Contract Documents.
H. Contractor has correlated the information known to Contractor, information
and observations obtained from visits to the Site, reports and drawings
identified in the Contract Documents, and all additional examinations,
investigations, explorations, tests, studies, and data with the Contract
Documents.
F. Contractor has given Engineer written notice of all conflicts, errors,
ambiguities, or discrepancies that Contractor has discovered in the Contract
Documents and the written resolution thereof by Engineer is acceptable to
Contractor.
00500 Agreement
Mount Comfort Road Improvements
00500 - 6 Garver Project No. 0605-1200
DOCUMENT 00500 — AGREEMENT (continued)
J. The Contract Documents are generally sufficient to indicate and convey
understanding of all terms and conditions for performance and furnishing of
the Work.
ARTICLE 7 - CONTRACT DOCUMENTS
7.01 CONTENTS:
A. The Contract Documents which comprise the entire Agreement between The
City of Fayetteville and Contractor concerning the Work consist of the
following and may only be amended, modified, or supplemented as provided
in the GENERAL CONDITIONS:
1. This Agreement.
2. Exhibits to this Agreement (enumerated as follows):
a. Notice to Proceed.
b. Contractor's Bid.
c. Documentation submitted by Contractor prior to Notice of
Award.
3. Performance, Payment, and other Bonds.
4. General Conditions.
5. Supplementary Conditions.
6. Specifications consisting of divisions and sections as listed in table
of contents of Project Manual.
00500 Agreement
Mount Comfort Road Improvements
00500 - 7 Garver Project No. 0605-1200
DOCUMENT 00500 — AGREEMENT (continued)
7. Drawings consisting of a cover sheet and sheets as listed in the table
of contents thereof, with each sheet bearing the following general
title:
MOUNT COMFORT ROAD IMPROVEMENTS CONTRACT 1 —
ALPINE AVENUE TO I-540
8. Addenda numbers one (1) to
( ), inclusive.
9. The following which may be delivered or issued after the Effective
Date of the Agreement and are not attached hereto: All Written
Amendments and other documents amending, modifying, or
supplementing the Contract Documents pursuant to the GENERAL
CONDITIONS.
ARTICLE 8 - MISCELLANEOUS
8.01 TERMS:
A. Terms used in this Agreement which are defined in the GENERAL
CONDITIONS shall have the meanings stated in the GENERAL
CONDITIONS.
8.02 ASSIGNMENT OF CONTRACT:
A. No assignment by a party hereto of any rights under or interests in the
Contract Documents will be binding on another party hereto without the
written consent of the party sought to be bound; and specifically but without
limitation, moneys that may become due and moneys that are due may not be
assigned without such consent (except to the extent that the effect of this
restriction may be limited by Law), and unless specifically stated to the
contrary in any written consent to an assignment, no assignment will release
or discharge.the assignor from any duty or responsibility under the Contract
Documents.
00500 Agreement
Mount Comfort Road Improvements
00500 - 8 Garver Project No. 0605-1200
DOCUMENT 00500 — AGREEMENT (continued)
8.03 SUCCESSORS AND ASSIGNS:
A. The City of Fayetteville and Contractor each binds himself, his partners,
successors, assigns, and legal representatives to the other party hereto, its
partners, successors, assigns, and legal representatives in respect to all
covenants, agreements, and obligations contained in the Contract Documents.
8.04 SEVERABILITY:
A. Any provision or part of the Contract Documents held to be void or
unenforceable under any Law or Regulation shall be deemed stricken, and all
remaining provisions shall continue to be valid and binding upon The City of
Fayetteville and Contractor, who agree that the Contract Documents shall be
reformed to replace such stricken provision or part thereof with a valid and
enforceable provision that comes as close as possible to expressing the
intention of the stricken provision.
8.05 FREEDOM OF INFORMATION ACT:
A. City contracts and documents prepared while performing city contractual
work are subject to the Arkansas Freedom of Information Act. If a Freedom
of Information Act request is presented to the City of Fayetteville, the
contractor will do everything possible to provide the documents in a prompt
and timely manner as prescribed in the Arkansas Freedom of Information Act
(A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs
pursuant to the FOIA may be assessed for this compliance.
IN WITNESS WHEREOF, The City of Fayetteville and Contractor have signed this Agreement
in quadruplicate. One counterpart each has been delivered to Contractor and Engineer. Two
counterparts each has been delivered to The City of Fayetteville. All portions of the Contract
Documents have been 'signed, initialed, or identified by The City of Fayetteville and Contractor or
identified by Engineer on their behalf.
00500 Agreement
Mount Comfort Road Improvements
00500 - 9 Garver Project No. 0605-1200