Loading...
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