HomeMy WebLinkAbout82-12 RESOLUTIONRESOLUTION NO. 82-12
A RESOLUTION AWARDING BID #12-11 AND APPROVING A
CONTRACT WITH SWEETSER CONSTRUCTION IN THE AMOUNT OF
$1,759,900.15 FOR THE CONSTRUCTION OF A ROUNDABOUT AT THE
FULBRIGHT EXPRESSWAY AND FUTRALL DRIVE, APPROVING A
PROJECT CONTINGENCY OF $90,000.00, AND APPROVING A BUDGET
ADJUSTMENT
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council of the City of Fayetteville, Arkansas hereby awards Bid
#12-11 and approves a contract with Sweetser Construction in the amount of $1,759,900.15 for
the construction of a roundabout at the Fulbright Expressway and Futrall Drive.
Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a
project contingency of $90,000.00.
Section 3. That the City Council of the City of Fayetteville, Arkansas hereby approves a
budget adjustment, a copy of which is attached as Exhibit "A".
PASSED and APPROVED this 17th day of April, 2012.
APPROVED:
ATTEST:
By:gi?'L44•
SO RA E. SMITH, City Clerk/Treasurer
t) •��" r oF°
• r
FAY EITEVI LLE
r �P • � r
�s'9RkaNsP�° t
City of Fayetteville, Arkansas
Budget Adjustment Form
V11.0310
Budget Year
2012
Division: Engineering
Department: Development Services
Request Date
3/29/2012
Adjustment Number
BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION
Contract for Round About will be awarded to Sweeter ($1,759,900.15). 80% of this amount will be reimbursed
by AHTD. In addition, a refund was received from AHTD (copy included) for a 2004 project(Gregg to Fulbright).
This overpayment will not be recognized as revenue and moved to the Transportation Bond Project.
i --- 3130ft-Z..
Date
Date
Department Director Date
LPJ c
Finance Director
Chief of
to
tall
aaor
4 -z - Zola
Date
—/�
Date
ate
Prepared By:
Reference:
Budget & Research Use Only
Type: A BCDEP
General Ledger Date
Posted to General Ledger
Checked / Verified
Initial Date
Initial Date
Account Name
TOTAL BUDGET ADJUSTMENT 1,463,931
Account Number
1,463,931
Increase / (Decrease)
Expense Revenue
Project.Sub
Number
Federal Grants -Capital
Street improvements
Miscellaneous revenue
4470.0947.4309.00
4470.9470.5809.00 1,407,920
4470.0947.4999.00
1,407,920 06035. 1710
06035 . 1710
Professional services
4470.9470.5314.00 56,011
56,011 07018 1
06035 2250
J:\EXCELIFEEDC\Construction of Round About\BA_Round About admin on1y03292012.xls
1 of 2
Chris Brown
Submitted By
City of Fayetteville Staff Review Form
City Council Agenda Items
and
Contracts, Leases or Agreements
4/17/2012
City Council Meeting Date
Agenda Items Only
Engineering
Division
Action Required:
Development Services
Department
A resolution to award a contract in the amount of $1,759,900.15 to Sweetser Construction for the construction of a
roundabout at Fulbright Expwy/Futrall Drive, approve a project contingency of $90,000 (5%), and approve a budget
adjustment. In addition, to recognize revenue of $56,011 - the amount of a refund by AHTD for a 2004 project (Gregg
to Fulbright).
Rid ri-- Is
$1,407,920 Federal grant/expense
Cost of ihis request
13,451,110.00
Category / Project Budget
$
4470.0947.4309.00 $
4470.9470.5809.00 $
Account Number
Roundabout (FEEDC)
Program Category / Project Name
Street Improvements
Funds Used to Date Program 1 Project Category Name
06035.1710 $
Project Number
Budgeted Item
13,451,110.00 2006 Sreet Bonds
Remaining Balance Fund Name
Budget Adjustment Attached
X
Departmt Director
Attorney
Qk ,
Finance and Internal Services Director
3 f3o/(Z_
Date
Date
Date
Previous Ordinance or Resolution #
Original Contract Date:
Original Contract Number:
03-30-12A10:18 RCVD
Received in City
Clerk's Office
Received in
Mayor's Office
Comments:
Revised January 15, 2009
av'F'elt�ille
www.accessfayetteville.org
CITY COUNCIL AGENDA MEMO
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENT CORRESPONDENCE
Council Meeting of April 17, 2012
To: Mayor and City Council
Thru: Don Marr, Chief of Staff
Jeremy Pate, Development Services',lDirector
From: Chris Brown, City Engineer "`
Date: March 29, 2012
Subject: A resolution to award a contract in the amount of $1,759,900.15 to Sweetser Construction,
Inc. for the construction of a Roundabout at Fulbright Expwy./Futrall Drive, approve a
project contingency of $90,000.00 (5%), and approve a Budget Adjustment.
PROPOSAL:
On March 26th, the City received four (4) construction bids ranging from a low of $1,759,900.15 to a high of
$2,281,574.00. Sweetser Construction, Inc. submitted the low bid which was approximately 2% below the
Engineer's Estimate of $1,800,851.20. The City has received a written recommendation from our consultant
engineer, Jacobs, to award this contract to Sweetser Construction and staff concurs with this recommendation.
The contract time is 180 days (6 months) for substantial completion.
Please note that as part of the Federal -Aid process, the Mayor has submitted the required Certification Letter to
the Arkansas State Highway and Transportation Department (AHTD) requesting their review of the bid
tabulations and concurrence in award of the contract to Sweetser Construction, Inc. The actual execution of the
construction agreement will occur after receipt of AHTD concurrence.
RECOMMENDATION:
Staff recommends City Council approval awarding a contract in the amount of $1,759,900.15 to Sweetser
Construction, Inc. for the construction of a Roundabout, approval of a project contingency of $90,000 (5%), and
approval the attached Budget Adjustment. Street Committee recommended approval of this item at the March
27th meeting.
BUDGET IMPACT:
This project is based on an Agreement Of Understanding with AHTD in which Federal Aid money will pay
80% ($1,407,920) of the contract amount of $1,759,900 and the City will pay 20% ($351,980). The Federal
portion will be paid from the Federal Earmark received by the City in the 2005 Highway Bill and the City's
portion will be paid from the Transportation Bond Fund.
RESOLUTION NO.
A RESOLUTION AWARDING BID #12-11 AND APPROVING A
CONTRACT WITH SWEETSER CONSTRUCTION IN THE AMOUNT OF
$1,759,900.15 FOR THE CONSTRUCTION OF A ROUNDABOUT AT THE
FULBRIGHT EXPRESSWAY AND FUTRALL DRIVE, APPROVING A
PROJECT CONTINGENCY OF $90,000.00, AND APPROVING A BUDGET
ADJUSTMENT
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council of the City of Fayetteville, Arkansas hereby awards Bid
#12-11 and approves a contract with Sweetser Construction in the amount of $1,759,900.15 for
the construction of a roundabout at the Fulbright Expressway and Futrall Drive.
Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a
project contingency of $90,000.00.
Section 3. That the City Council of the City of Fayetteville, Arkansas hereby approves a
budget adjustment, a copy of which is attached as Exhibit "A".
PASSED and APPROVED this 17th day of April, 2012.
APPROVED: ATTEST:
By: By:
LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer
Agency Name: AR STATE 'HIGHWAY & TRANS DEPT_ Warrant Numb: 12W-0854463
Address : _ P.O. BOX: 2261 _ Warrant [late: 3/19/2012
City,St Zip: LITTLE ROCK AR 72203-2261 Payment Date: 3/19/2012
Vendor Number: WOO9OCc
Invoice #
Document Text Net Amount
80235507752012 _ VO -44021 PO
REFUND JOB 040420 _ 56,011.82
Yrza� c 740it,
TOTALS THIS WARRANT
56,011.82
.... ..
. City Of FayetteVille - Purchase Order (P.0) Request : •
[emit api a:hase o darl•
An purchases under $2500 shall be used cid a P=Card• dnles, hedleedr 1099 service reld[ed. (Call x258 IBA guJSffons) .: •
AU•PO Requestshallop scanned fa. the Purc#askrge m&ii: Purtthaa]ngtci fayethleaaarus.: •: :. .....
t;eqursrtion No.:
nate:
312912012
P.0 Number.
txpectea Delivery Liam:
Vendor #:
56870
Vendor Name:
Sweetser Construction
Mail
Yes:_ XX Na:_
Address:
590 West Poplar
Fob Point:
Taxable
Yes:_ No:_XX_
Quotes Attached
Yes: No: XX_
City:
Fayetteville
State:
,AR
Zip Code:
72703
Ship to code:
Division Head Approval:
Requester:
Chris Brown
Requesters Employee #:
2595
Extension:
207
Item
Description
Quantity
Unit of Issue
Unit Cost
Extended Cost
_Account Numbers
Project/Subproject #
Inventory #
Fixed Asset #
1
2
3
4
5
6
7
8
9
10
Street Improvements
1
1,447,920.12
$1,407,920.12
4470.9470.5309.00
06035.1710
This is a grant
60.00
Street Improvements
1
351,960.03
6351,980.03
4520.9520.5809.09
6035.171
$0.00
50.00
$0.00
50.00
20.00
20.00
•
Shipping/Handling
Loi.
$0.00
Special Instructions:
Subtotal;
Tax:
Total:
21,759,900.15
51.759,903.15
Approvals:
Mayor:
Finance
Dispatch
Department Director.
Budget Manager.
Utilities Manager:
Purchasing Manager:
& Internal Services Director:
Manager:
IT Manager.
Other:
Ite I eo 1!212908
JACOBS
March 27, 2012
Paul Libertini, PE
City of Fayetteville Engineering
113 West Mountain St.
Fayetteville, Arkansas 72701
Re: FEEDC - AHTD Job 040536 — Recommendation to Award
Dear Paul:
3729 N. Crossover Road
Suite 111
Fayetteville, AR 72703
Bids were received for the "Fulbright Expwy. / Futrall Dr. Roundabout" at the City of Fayetteville,
Purchasing Division, Room 306 -- City Hall, 113 West Mountain Street, Fayetteville, Arkansas 7270I, at
2:0Op.m., Monday, March 26, 2012.
A total of four bids were received for this project. Sweetser Construction Inc. of Fayetteville, Arkansas
submitted the low bid for the project in the amount of $1,759,900.15. A copy of the bid tabulation of bids
received, including the Engineer's estimate, is attached.
We recommend the City of Fayetteville award the construction contract for "Fulbright Expwy. / Futrall
Dr. Roundabout" to the low bidder, Sweetser Construction Inc. of Fayetteville, Arkansas. We believe that
the award to Sweetser Construction Inc. represents the best value to the City.
Respectfully,
JACOBS
Kip Guthrie, PE
Area Manager
Attachments: Job 040536 Bid Tabulation
CC: File
DOCUMENT 00500 — AGREEMENT
BETWEEN THE CITY OF FAYETTEVILLE AND CONTRACTOR
Contract Name:
Job 040536
Fulbright Expwy./Futrall Dr.
Roundabout (Fayetteville)(S)
Washington County
F.A.P. HPP2-3757(2)
Contract No.: 12-11
THIS AGREEMENT is dated as of the day of in the year 20_ by and
between City of Fayetteville (hereinafter called Owner) and (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:
Demolition of existing frontage road and intersection and installation of roundabout
including associated earthwork, curb and gutter, sidewalk, underground drainage, 12 -
inch waterline, traffic control devices, and miscellaneous items.
Refer to section 00400 Bid Form for quantities.
ARTICLE 2 - ENGINEER
2.01 The Contract has been designed by JACOBS ENGINEERING GROUP, INC.
(Jacobs). Jacobs assumes all duties and responsibilities, and has the rights and
authority assigned to Engineer in the Contract Documents in connection with
completion of the Work in accordance with the Contract Documents.
00500 Agreement.doc
FEEDC - Roundabout
00500-1 Jacobs No. 100799
DOCUMENT 00500 — AGREEMENT (continued)
ARTICLE 3 - CONTRACT TIME
3.01 TIME OF THE ESSENCE:
A. All time limits for milestones, if any, Substantial Completion, and
completion and readiness for final payment as stated in the Contract
Documents are of the essence of the Contract.
3.02 DATES FOR SUBSTANTIAL COMPLETION AND FINAL PAYMENT:
A. The Work will be Substantially Completed within 180 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 210 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 One Thousand Two Hundred Dollars ($1,200.00) for each
calendar day that expires after the time specified above in Paragraph 3.02 for
Substantial Completion until the Work is Substantially Complete. After
Substantial Completion, if Contractor shall neglect, refuse, or fail to
complete the remaining Work within the time specified in Paragraph 3.02 for
completion and readiness for final payment or any proper extension thereof
granted by The City of Fayetteville, Contractor shall pay The City of
Fayetteville One Thousand Two Hundred Dollars ($1,200.00) for each
00500 Agreement.doc 00500-2 Jacobs No. 100799
FEEDC - Roundabout
DOCUMENT 00500 -- AGREEMENT (continued)
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 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.
ARTICLE 5 - PAYMENT PROCEDURES
5.01 SUBMITTAL AND PROCESSING OF PAYMENTS:
A. Contractor shall submit Applications for Payment in accordance with the
GENERAL CONDITIONS. Applications for Payment will be processed by
Engineer as provided in the GENERAL CONDITIONS.
5.02 PROGRESS PAYMENTS, RETAINAGE:
A. The City of Fayetteville shall make progress payments on account of the
Contract Price on the basis of Contractor's Applications for Payment as
recommended by Engineer. on or about the 15th day of each month during
construction. All such payments will be measured by the schedule of values
established in the GENERAL CONDITIONS (and in the case of Unit Price
Work based on the number of units completed) or, in the event there is no
schedule of values, as provided in the General Requirements.
00500 Agreement.doc
FEEDC - Roundabout
1. 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
00500-3 Jacobs No. 100799
DOCUMENT 00500 — AGREEMENT (continued)
determine, or The City of Fayetteville may withhold, in accordance
with the GENERAL CONDITIONS.
a. 95% of Work Completed (with the balance being retainage); 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.
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.
00500 Agreement.doc
FEEDC - Roundabout
00500-4 Jacobs No. 100799
DOCUMENT 00500 --- AGREEMENT (continued)
D. Contractor has carefully studied all:
(1)
reports of explorations and tests of subsurface conditions at or
contiguous to the Site and all drawings of physical conditions in or
relating to existing surface or subsurface structures at or contiguous
to the Site; and
(2) reports and drawings of a Hazardous Environmental Condition, if
any, at the Site. Contractor acknowledges that The City of
Fayetteville and Engineer do not assume responsibility for the
accuracy or completeness of information and data shown or indicated
in the Contract Documents with respect to Underground Facilities at
or contiguous to the Site.
E. Contractor has obtained and carefully studied (or assumes responsibility of
having done so) all such additional supplementary examinations,
investigations, explorations, tests, studies, and data concerning conditions
(surface, subsurface, and Underground Facilities) at or contiguous to the Site
or otherwise which may affect cost, progress, performance, and furnishing of
the Work or which relate to any aspect of the means, methods, techniques,
sequences, and procedures of construction to be employed by Contractor and
safety precautions and programs incident thereto.
F. Contractor does not consider that any additional examinations,
investigations, explorations, tests, studies, or data are necessary for the
performing and furnishing of the Work at the Contract Price, within the
Contract Times, and in accordance with the other terms and conditions of the
Contract Documents.
G. Contractor is aware of the general nature of work to be performed by The
City of Fayetteville and others at the Site that relates to the Work as indicated
in the Contract Documents.
H. Contractor has correlated the information known to Contractor, information
and observations obtained from visits to the Site, reports and drawings
00500 Agreement.doc 00500-5 Jacobs No. 100799
FEEDC - Roundabout
DOCUMENT 00500 — AGREEMENT (continued)
identified in the Contract Documents, and all additional examinations,
investigations, explorations, tests, studies, and data with the Contract
Documents.
I. Contractor has given Engineer written notice of all conflicts, errors,
ambiguities, or discrepancies that Contractor has discovered in the Contract
Documents and the written resolution thereof by Engineer is acceptable to
Contractor.
J. The Contract Documents are generally sufficient to indicate and convey
understanding of all terms and conditions for performance and furnishing of
the Work.
ARTICLE 7 - CONTRACT DOCUMENTS
7.01 CONTENTS:
A. The Contract Documents which comprise the entire Agreement between The
City of Fayetteville and Contractor concerning the Work consist of the
following and may only be amended, modified, or supplemented as provided
in the GENERAL CONDITIONS:
00500 Agreement.doc
FEEDC - Roundabout
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.
d. Federal funding documentation.
3. Performance, Payment, and other Bonds.
00500-6 Jacobs No. 100799
DOCUMENT 00500 — AGREEMENT (continued)
4. General Conditions.
5. Supplementary Conditions.
6. Specifications consisting of divisions and sections as listed in table
of contents of Project Manual.
7. Drawings consisting of a cover sheet and sheets as listed in the table
of contents thereof, with the cover sheet bearing the following title:
Fulbright Expwy./Futrall Dr.
Roundabout (Fayetteville)(S)
Washington County
F.A.P. HPP2-3757(2)
Job 040536
8. Addenda numbers () 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
00500 Agreement.doc
FEEDC - Roundabout
00500-7 Jacobs No. 100799
DOCUMENT 00500 — AGREEMENT (continued)
assigned without such consent (except to the extent that the effect of this
restriction may be limited by Law), and unless specifically stated to the
contrary in any written consent to an assignment, no assignment will release
or discharge the assignor from any duty or responsibility under the Contract
Documents.
8.03 SUCCESSORS AND ASSIGNS:
A. The City of Fayetteville and Contractor each binds himself, his partners,
successors, assigns, and legal representatives to the other party hereto, its
partners, successors, assigns, and legal representatives in respect to all
covenants, agreements, and obligations contained in the Contract Documents.
8.04 SEVERABILITY:
A. Any provision or part of the Contract Documents held to be void or
unenforceable under any Law or Regulation shall be deemed stricken, and all
remaining provisions shall continue to be valid and binding upon The City of
Fayetteville and Contractor, who agree that the Contract Documents shall be
reformed to replace such stricken provision or part thereof with a valid and
enforceable provision that comes as close as possible to expressing the
intention of the stricken provision.
8.05 OTHER PROVISIONS: Not Applicable.
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.doc
FEEDC - Roundabout
00500-8 Jacobs No. 100799
DOCUMENT 00500 --- AGREEMENT (continued)
This Agreement will be effective on , 20 , which is the
Effective Date of the Agreement.
CONTRACTOR CITY OF FAYETTEVILLE
By: By:
Title: Title:
(SEAL) (SEAL)
Attest Attest
Address for giving notices Address for giving notices
License No. (attach evidence of authority to
sign and resolution or other documents
Agent for Service of process authorizing execution of Agreement)
(If Contractor is a corporation,
attach evidence of authority to
sign.)
Approved As to Form:
By:
Attorney For:
END OF DOCUMENT 00500
00500 Agreement.doc 00500-9 Jacobs No. 100799
FEEDC - Roundabout
JOB 0405.113 - BID TABULATION
. 0000. 0000
E.9..7e. e5�w
1151
92wwC.Ymemee
2008' cv�
Ha1R1.
U.
T«^mr
1x6
-.. �.....
1346
_-Rw __--�
Lap
6016
15213. i*Eu
wnxnrr
u.r
r'.d
nm
6720
8060
7.52
S7
t1.174415361
31.0311009 Ex P1.Ce070e700E1E1.2.26E1100109031m',ERMA.
E4131343 Mee • I.1 ._ *182052 15
,
UAW SUM
400000
0500600
11,18500
11.68020
5914001
529%0
*120004
51x0400
45.44900
5700920
Sv
525(002 RE: • ••
�.•1G
EACH
Ela.
52,20000
73]500
5100040
321.12540
�m
*11484
5x,004.00
4..157` 5
*104520
_324500
&WM(]00.00
11.7520
6.10000
3x.00400
*2.40000
..54 201
1LEARIH0N APEES
319.506.00
520000
115.40020
- 905
7E4.0+0.! 6x009%01.1 ch 2MAHN_007020074
319
£101.1311E 7,00
6.5
4264005
0481
91.260.00
Se60
790000
61510.
15.04
0200
6.515 80
381284
31000
400
84,444.00 ._-.
7.211.00
-4, x00
sot
REw7e532r005M4.L CEIXkW 9Li91
7802584 Nm 5974213 ea wMe R
21
5120
59956977110
D507
500
8554
342504
#1.4200
4100o
s5A0
7200.04
5215(955
11500
i.•,6
32122560
3290
*15,0.010-
5700
*41.001.00
9]
5. x02
A 53 055HV56Ld Lw07Ate 0
H]122424A07p 0012ee2
•
20
End
Lirem Epps
*9134.00
12.00
FV00m
5616,70
864420
22.05
(9 40400
1a160
.0000
5544
05.3005
00.32644
4020
eace
92200 _
*3,1'1200
111(44
4%
*1260
ID
IE1g4ea AND 0.9693L APE C0[BER0S
PEW2kMm 030333L r36 MU x%
a
SMD
E2e.
9=34= Er2480•
3100.05
11000
05200.04
1066000
840084
7.690
41 600 CO
5221000
5(2041
311.80
329.00
33.3 01 -
1115000
0500
34e0em
4x,5.5.00
110800
04x4
39240.04
1.11220
` 2522
E8Crvei34100434^ dC 24051Eolral 7ee.
4LOwN1ryl
40040(4142
*1500
5x400
85.00
413000
14.75
5230,00
316.60
206100
52.90000 -
93.52040
2005
2100 c0
812 40
51.152.00
200000
*21.44
814 co ���2
11552
8.1000
0., ...
�1,w5m
50 44
49.07
20
it., 314
Fel ware 1
30
CY@1Cr840
105
1190.00
199 00
85.'75000
2500400
11x041
820.00
.0440
8110000
u5p�E1220• 54
M6reMe SERr
7340
9451
(3485 Tarp
C10(45100
3400
51a55
828.64'204
Ise 50
6.00
5004
729.00000
i2A..11e cc
8015
2789
26071250
229.700413
511..3
214'4
806742..
150.20524
81200
132
aea
b1
e405EOA0E 982EC01524452.65911
TACH Mel
0103
521.00
5240
4197.80345
72x040 -
1 09
2400
5425,0201
8841]00
414.6
1310
i110�.5
1(5212.0
11202
8014
81.6•.201,64
411215.60
90x00
52Ie
1202.15205
4.24440
1 sre .08. w1.
188 44Sv $$,0g6005
M14SM1500REGAtt 1x 34024 USE COURSE x[.11211
A^ ura10E712070.22] PI 6036 00126E
036
n
TC0
Tp4
3/05
500500
412,23500
11227000
50104
5121505
1x122200
62562156_
CO{20
57 ea
CO526640
53525000
11200
4114580
830.095.0
454 m
37000
*120.04
6555041
59402.0e
20 C.746156
821/7134GGrEeA1E 14Apes 29CERC04rs511.1
2313
rph
5'200
112097700
21000
360.920.00
6475
062022_341.00
*1.5,!1654
349.00
1186.651.40
]1 57636 see
SS
Aerie,* 21610E16 10700x)11 ACM 611AE9 Cp19RE
Asses 9Ee( C (00 (I/z]
HE06.660 e10 ix.WW
MEG
105
2141
5dr
0552
46000
072.40
140.80500
*12.117700
4101079
21x75
513322615
131327.75
17.04
61.50
539.750.04
406.4250
41.45588
347..
512294600
1101,28154
40900
5.04
3488005
5121.17900
21 07336407
2, 412
.03229072.402712075.22111 ACM • 0CE 1.(S20C150010
[27LL1eLLNf 03220 7054E0E141
1.014
1112
40155AE51.0
= 511500
5x00
02 04
81000
11.106 10
2255
413152500
700x922
175080
4420
..0
36170
514.00
41 .225.00
5500
315x54 5 00
00591005
89.60
m
411522 00
0
{130000*
26 503361,1
ese
A.h4LTM1.1%TE04701525NR6w04.R
10022 CA
0150912014454
50
100
rex
(4.473.41
415500
0 m
30.55]•
.,400
856�'9 0
74600
�e 700
00
591.54044
00
446.',2000
• .07
52p850.200.5
, 522
164 one 00
�4 X1555510
110242746
01020204
25 33I00
TE 39x`2 CE 009200
412.04402
�g900054
25q 4520
211
300.0[100
6,201 20
- 513,644.00
slam
3740000
3012.20
6(9,400 co
2700
410/80000
(9,46600
DB 4258x2
20 332004
TRAFFIC SR
ENat
951 CO
3201140
2,x69
6725
622(.00
*852.75
521.92
57.01912
6104
.,*57.00
6100
610200
se
e4RR1220 5
[6460 FOOT
520%
1935000
71...
6326
50.01000
-'.55
226..1
1.64
14.0416
0
twin
04
15.120.00
'•�
41
15
11,13015
62,E
_21
eel
33 04 331084
CRPEwN:E6rrr54E2E102 MAN •=
2u0,29n2.20[1IPADENE00415w[112444142w11
PIM x91H 5EUEn0u01w06
6.EA7 TMT
Exit
1.45
510000
225020
.p,
85250
1414 0
95x.07
20,519
30000
1125.04
175220
6474
L112122115Co1
420590
Eli.
40202145240
6.86
5152
1123
5552
8111.5
114541
5(05
45x1415
442500
5175.95
1252
0101 (9
36262
5104
5921442
{13075
3200.15
4113.6*
84.00
1120%
8140
5244
4751.10
500 cc
5p2200
523,00
9
i6se
2105.04
1100.00
A1.44.. _
41,68500
5520.44
44000
11a7.81
Lt6 De
494014
2.1 355634
cI4ITHot148212ArCere2We0(6T0Sf0O2091
5044019 11300635EL1E111uu 9404240002031
eat
10]0770 Cs0 14011103C117x P4452000111Ewuus
'1
5101
11.10
311704
27 ,�
0E1044A5L1 ccISTHLcr14SI PAPE12EHTeuh7r1C6
.910.7EO(5163144(1973EC
101527
50
LIE06 rep
50067221310
L926019207
414
16225
.. m
2x.]5..5
25.112..
550
1[20
6240
= 42300
114.48115
51,2440e
80110500
3125
5101 co
33414
117.74225
8865005
19652.70
4120_3350700
{{041
*1102
I 5650056
0686420
34660
6564
00
411.11500
39 35160
16'00110E0p�;;EEpc511
15E052210460.0067E 069.E4i1E{W9111
4DL913.313TOOT
7
E2501
57400
81157.00
51,0x.00
6.0411001
80500
16000051
164755.45
11,45.70
200.00
583.80
116[0
11.1(9 10
10.10500
4x00
9.30.00
01.01520
4350%
4600
580000
51521440
4633620
41 651
664
.0 0E095ECT100Fee 72rt1E
16Aec
2a• 42144( SELMA% /05Pq_1.(92114
2
p
5.10,
0(115 7670
CLAM93210
t 250.00
moo
11901
12x.2
65200
564000
r 31500
5,600
165645
5214.0]
32.500
512046
4100
5070
52.5000
41.51105
52.11000
21.000
44400
�t1� m
32,404.00
95%40
417200.04
4110000
59500
12305
4220414
8+0041
110000
131 470
44 605
452EC17e 156E 4E5020
t E0 PC1.•1471tL
ON
4219e 01(Er9 f1'IOE EI
EACH
3.15104
3390000
12.20000
,50 ••
59 3.
470000
12.00
7.7700.00
*42 07
X15644
•.
6140.44
'204.00
332mm
52300.00
610000
552.420%
0
I ME11q
4Ap72n0r9 fryer an
EeC1+
ERG.
(9 65500
.... 00
551,32000
,4 '0
2200008
_1,629 00
.44400
420004
11.24540
`.:.eoo.Do
3,.10500
514,60600
mew
55'1220
*157520
..
1'7010
*1-11500
51422020
745,696 o.
.:.'4]
51••55.42
%Mee
44440.02
yMa
4Ap024rr E1.14442/046104
9401
Ee42t
3150042
1%0 CO
42.04
- 51.0600
11205
11.54(0
4160766
6.160 c0
41 3
325000
21304
2600.00
511,80..00
34.14140
605111
176
n 1004051111.10
5(270
/00
12
LINEAA 4007
100
ACHE
000E
57520
4e720
1
,�00
524,20005
1(0133
OE5
*1605
110500
21 424.
65
1121046
i 022144
111.95
514500
:125004
116610.
91200
*1144%
112000
1972704
- 112x60
41704 0
14.22604
3825550
52 120
290
5450H0
LNC (3040
706s�
544140
544.7135
464300
4,28492
5200.00
/69005
1120000
4,5.46 c0
5q X5122 629
046 621
17w(n6449EECO%
SILT 4ENCE
4910
118
ACRE
55(31708000
t1.000
590
6.a%64o
2166105
314120.05
6525
11.41532
625
910.757 as
5211025
(9011000
01511
1192500
3420
8x673692
32,62502
5211 03200
2054
5450.04
420
34.002.00
5.221..
017.57125
8080
.0044
1.00
51596020
629130
1191080
01 622
pap. w1ET.44722x82
5115
LINEARE70
41100
4,57520
11325
27.111.25
11310
53.142..
11200
35.10003
De
.m
4700
6.155050
51.12080
Sg 1x1
621
Rea 021G(11714
52120 17
804.40007 C11ECp9
185
15
42(
8136896M
13.(6
800.00
11.5x.1.00
3.145
41221
7
(952045
21.7..0]
51520
PO 40
52.22105
15.250.5
312.01
-
31.829
i,d'?500
94400
16..•
21,1 Dem
72500,20
261 921
4514
r 0
_.-.
1070
1 ..
3ee%o5
34De
520
..:•
820404
452x.5
X
.'4762.00
COO
2.020
241.00
12.145.00
62 2321
.1110051]2012009p5Ex12e5111
35120.41 Wv44335x0240,�5y
5
Cz6C4 2
is
131.3
17539600
1500
311,4000
3,044
4825.5
6521
35751M:104P0L11A
91
4250
ACRE
SC06641 L•
540001
165
El
41 50
42.91522
- 4
144905
57.35
3291911
*6584
• 456066
51207
4.31160
51..x%
045.00
2600
4.55]5
1044.5]
65 626
0891
TOr�1L E0Rx,5HEn5H0 rump
17x280212 127 w1LL YS 1v' 6
1 111Y�r
u4N18�
1: m
..5
125 7
�.smm
7x5
581.65500
040
3,60.:
39600
0.•
.5:1205
5�...5
(121 010
12245
61.00
7:25
115
L3,08,71x.e5
55250
60
- 86 co
00
.�. 100
2.10
100400
5Omm
515213.10
73004
z:•
*1001
52.0.52000
004.21
1122210(0
311
1514
•66 434
791E
11:01[21919 • .� T,u0C 2500200/552 7�55232n0�235x01
0 192
CCICI51E13705L.T100cus PAOO 5(T5040,2701_
(22181
81600
3528200
11002
.1480
3215
52.99105
16.00
1442.41
52200
85.2x200
JOB 040536 -BIO TABULATION ...--------_
rt17E14
0
&tow.51F5.E
1.53..5 cPOnn
4#46-.414
005814
T.W.O.
QuA511778
ONTO'
Lan
P_
b �
Lar
- L.
P.
C
L.
F.
Cm
D.
60.
305
000,901
)0
111
LL 150AI
300.01.00
ramp
10 OPP CU
3150 8.00
314.5600 6
AD
304900.:
•
.000
{04.00022
i1� 00
00
50400,30
381 CO
047.15000
3150.00
pfD000
3.,e00..D3
32.00,.
340000
5101280
311040
3003000
7.2' 54.
701 041
wIEELpIJAR RAMPS IPME.1
W0E5E210111000129[02450.1
1•
SWA0108700
SPUME YAM
01.0500
510000
3044240
01.2400
3.01.82
32.32000
$24e 00
3350.00
3.4)000
5111.2
01120o
3130
$3.3.800
312500
3115.00
30.50
4.51020
391.00
T•0E410R
14 6
10, 508713
.. S01130
Rn-5
12Eo VE 140101010 F41
0REA 000 0x1C.•0YE4Etrr 872.23
PA2Ee0M imam*wMTE r3]
004
3112
1.0 54•08 F60T
180E+7LLWOT
[AHEM -.31
00 75
0000
_
161.00
41:x. OD
_
`•
1.2
_
1140
1200
02016 CO
51.71400
1250
3104
*..30600 ----
11.'73440
77 032711
74 852'1.0
na�OSTlC PAVEIE1f 11812)0 wow, 1121
1 ER502P*ASnQPAVEIENT imir .U.15W ll]
1400
..
L FOO1
. 77100
11 DO
. 0
1 -
•. 751.30
1520
1100
*215000
57.51120
3060
50.02.00
32010.00
532713
0443.0
0200M118LS10500050EH7 21420( 1
0000 STICPAVEIE.ww1M�[x&Ast
1.504rt
85Apt
15
EAd1
51532
$16740
Pa 00
1225.421
3,5'7.50
S15075
- 10.50
*0.066 *5
94403
{,5600
• 01600
�sw3o
5120
00
311608
*1.60008 r
12.621 20
!05:00
330004
*2.128.00
P.M.
1. 724
341 601
8'1818002980
U110931RE2E02428 21F2RSrnuc11"..e- +AOWRr
020.1.5
4.00
NAMEFLGT
21 YARD
3300
$1020
51127.40
518e03
336.75
04000
011540041
*15000
*3301
W5A
36)0(4
324400
5)000
$500.00
:•.6350
00.482.00
SPm
$1680
35.44900
51 31(0
63 _ 002
0.1 608
•0.E R0.50wAv
581*Fptp14251FOL. R0880Ar 0OR42E w)
10.01
'
CyaC 0422
901110
Nsom
31.49
3.003.50
{1,53400
330000
1121
119117.00
41.00037
*4x10
30.50
3141400;0
33,04200
5300.00
11.00
*.508100
31.3.0.000
530000
3100
513.11500
2.93300
35. eta
9r
h
0RPR.P
Rp10R r00700ON S.00W3t01Fu
3
3
000
CUM TARP
000050E 0A46
OM 5321
55700
0.10
39000..
..00
6200
0500080
57505
34020
P.M.
00041
*1*000
51 mom
0).)
31040
5790022
300000
510005
3100080
5'71.)0
34100m
14002.00
343800
0.8800
Nem
34.00
0+.00000
3431.
5.640
ss 00040
33, $1.
iw11991. 0�.�$
EPx4GJERrn'
540
30
E_•1
1
11609
14,775m
511.55
*0.36603
00
0110
51111
11x]
543 45
300321
3180
_ - •
114)510
•.80
*1300
e
{�6y0
_ 90
4911' 51.
81
[H u13pRvrtAF
�a
44
[AC.
00
33.82
m
127.13:
11342
4.0.52
5205.00
13s25
PPP
,_80
.1.20
00
13049)
SP
SP
ADM. 41. 301ER SEED Ma
1Rwa011d1• 1E9014.w01RS.ei4.,30+
5
.
MUM
LOAF 8,91
!3000
3.11'..)0
3250
1S.150.20
513.50
3••430.00
a16r.50
7810•
1.0.313.2
.10
5.8411 e5
w
1170:00
�0.
x,00000
00
32101.0
51.9400
531900.
80 SP
00
Cg19REp WOJ.L O�w'
RETAPEW w.,1,f1 E!T,0 Sri Af1AGUExr
3211
ax
SDWRi Four
$MEN. Eppy
*1500
519.64540
31591500
*•3000
000
4}
346450.0
31.20
�u0
117.01030
2!9.030.00
21020
N90m
546.971:
01.000000
41100
*13100
$04[700
501303000
SP
8'7 S
2a02EEP WPM NMN. ux
1...
sm
CUM 74.112
Cu0.0 VARA
OD.
54082
1.0..05600
5413000
= 34x30
38050
.0000
On134.N
8083.)0
34102
55133
533-124.35
$810272
93300
m
20.500 3
392050
E.3m
m
_' •3!_337 ee
54.333x0
4
39 $
1T h.2'TOM3 V.I E5v1 M01183VALVE
SLEEVE 0240 278.0!
UCH
E1U.
4110.)0
31.250.00
51100m
312.000
, F65m.m
313400.00
38.)0.00
51.3100
{0.35600
5126280
2*23 022
5191200
38.10040
90044
34.500000
13.00008
52.10880
09.00000
1. )0530
3%1)040
.DO' s
.3-1A3EF.N. CAP
11 WA19)0O
E.A.
4123000
3„9044
]'.)m
_ *500 D0
s,+ffi�
511755
3006
3.5000
31200
poem
Nom
001&010
ppm.
5I3f&.00
3
9
240•mnrxi
7225.501301
e
s
�
;1,`000
11.800
53400.00
510:00
01182
34"5
71000
x.700
*100 00
*10000
31.05880
33.10000
3782.)
3!40.)0
11-33000
_3,00:
M04 -
s
0. 153DCiR
3•x6-1EEr
E.p.
Apt
1-..00
1908.
1 .�
31.200.00
..CO
91.10)"
r�.•
5.23300
-.�5
1110666
m
11.50000
:0.20
NEO8
.-..•.
_0.000
_.
mom
.
01.92
110 SP
12.304501E T1$3
F184.01M5.4f ASSEv
EAg1
8.4571
31 =no
112)0
31.56.)0
$12000
4041400
5$`0010
5420010
32.3)040
$2!6000
54.55040
60.02)0
51,x0)0
S3.4 02
*8.8"00
1.20000
14000)0
51000.
51,0.0*
1 �
Sr
S1- PEEL EH10.40S .+r
22,
EE 7
11505
115000
515510
*60.010840
r°°.
$.08000
0208
37"05
50.49040
540000
345.00
4.130.28
#198000
;1`81000
00)510
N.O.m
349,8104
1.0600
12.20
N)0m
01,5¢240
2sat 08 SP
SP
P• 1005 S
PVC 5.. 053)0 dE4J.0?OO[
LMFN14001
3150
S19n10
$80.00
940508000
53535
0..62175
FSS91
t 37)101008
38392.00
35600
CO
313.33200
1. 00
C O •" • -..
III ?
8077 • , ••.- -. .7Y F!
1
-
300)3
7777..
00
I.
.•
X15610
••
4
-
1tP)0�5v2)
3., .41
2105&rua3 2x.500095440
1 38}2. • 7220
-
i
le
aye evi
ARKANSAS
City of Fayetteville, Arkansas
Engineering Division
113 West Mountain Street
Fayetteville, Arkansas 72701
PROJECT MANUAL
FOR 03°
JOB 040536
FULBRIGHT EXPWY./F'UTRALL DR.
ROUNDABOUT (FAYETTEVILLE)(S)
WASHINGTON COUNTY
F.A.P. HPP2-3757(2)
JACOBS PROJECT 100799
Jacobs Engineering Group, Inc.
3729 N. Crossover Rd., Suite 111
Fayetteville, AR 72703
479-587-0632
FAX 479-442-7391
www.jacobs.com
BID # 12-11
Date: March 26, 2012
JACOBS