Loading...
HomeMy WebLinkAbout271-17 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 271-17 File Number:. 2017-0688 BID #17-67 CROSSLAND HEAVY CONTRACTORS, INC.: A RESOLUTION TO AWARD BID #17-67 AND AUTHORIZE A CONTRACT WITH CROSSLAND HEAVY CONTRACTORS, INC. IN THE AMOUNT $5,574,726.35 FOR THE CONSTRUCTION OF A PORTION OF RUPPLE ROAD BETWEEN WEST STARRY NIGHT VIEW AND WEST MOUNT COMFORT ROAD, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $418,104.00, AND TO APPROVE 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 #17-67 and authorizes Mayor Jordan to sign a contract with Crossland Heavy Contractors, Inc. in the amount of $5,574,726.35 for the construction of a portion of Rupple Road between West Starry Night View and West Mount Comfort Road, and further approves a project contingency in the amount of $418,104.00. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. PASSED and APPROVED on 12/19/2017 Attest: SondraE. Smith, City Clem T RE qS,. W ti �r � b• � 'Q ti�� fi �yC�• +'���ti �+�1J11114Y�ti�t Page 1 Printed on 12120117 y _ City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 �j. Text File File Number: 2017-0688 Agenda Date: 12/19/2017 Version: 1 Status: Passed In Control: City Council Meeting File Type: Resolution Agenda Number: D. 1 BID #17-67 CROSSLAND HEAVY CONTRACTORS, INC.: A RESOLUTION TO AWARD BID #17-67 AND AUTHORIZE A CONTRACT WITH CROSSLAND HEAVY CONTRACTORS, INC. IN THE AMOUNT $5,574,726.35 FOR THE CONSTRUCTION OF A PORTION OF RUPPLE ROAD BETWEEN WEST STARRY NIGHT VIEW AND WEST MOUNT COMFORT ROAD, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $418,104.00, AND TO APPROVE 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 # 17-67 and authorizes Mayor Jordan to sign a contract with Crossland Heavy Contractors, Inc. in the amount of $5,574,726.35 for the construction of a portion of Rupple Road between West Starry Night View and West Mount Comfort Road, and further approves a project contingency in the amount of $418,104.00. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. City of Fayetteville, Arkansas Page 1 Printed on 12120/2017 Chris Brown Submitted By City of Fayetteville Staff Review Form 2017-0688 Legistar File ID 12/19/2017 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 12/1/2017 ENGINEERING (621) Submitted Date Division / Department Action Recommendation: A Resolution to award Bid #17-67 and approve a contract with Crossland Heavy Contractors, Inc. in the amount of $5,574,726.35 for the construction of a portion of Rupple Road between West Starry Night View and West Mount Comfort Road, to approve a project contingency in the amount of $418,104.00, and to approve a Budget Adjustment to recognize additional federal -aid revenue of $4,528,569, to consolidate funds from another Rupple Road Project number, and to transfer water and sewer funds to the Rupple Road project. Budget Impact: . 00 Sales lax apita mprovement 4520.800.9556-5809.00 Sales Tax Construction Project 5400.720.5600-5808.00 Water and Sewer Account Number Fund 06035.3100 Rupple Rd (BF Lane to Mt. Comfort) Project Number Project Title Budgeted Item? Yes Current Budget $ 997,974.00 Funds Obligated $ 913,810.00 Current Balance $ 84,164.00 J Does item have a cost? Yes Item Cost $ 5,992,830.00 Budget Adjustment Attached? Yes Budget Adjustment $ 5,992,830.00 Remaining Budget $ 84,164.00 V20140710 Previous Ordinance or Resolution # Original Contract Number: Approval Date: Comments-. CITY OF FAYETTEVILLE ARKANSAS MEETING OF DECEMBER 19, 2017 TO: Mayor and City Council THRU: Don Marr, Chief of Staff Garner Stoll, Development Services Director Chris Brown, City Engineer FROM: Paul Libertini, Staff EngineeL6�?I DATE: December 1, 2017 CITY COUNCIL MEMO SUBJECT: A Resolution to award Bid #17-67 and approve a contract with Crossland Heavy Contractors, Inc. in the amount of $5,574,726.35 for the construction of a portion of Rupple Road between West Starry Night View and West Mount Comfort Road, to approve a project contingency in the amount of $418,104.00, and to approve a Budget Adjustment to recognize additional federal -aid revenue of $4,528,569, to consolidate funds from another Rupple Road Project number, and to transfer water and sewer funds to the Rupple Road project RECOMMENDATION: Staff recommends City Council approval awarding a contract in the amount of $5,574,726.35 to Crossland Heavy Contractors, Inc. for the construction of a portion of Rupple Road between West Starry Night View and West Mount Comfort Road, to approve a project contingency in the amount of $418,104.00, and to approve a Budget Adjustment. BACKGROUND: On February 18, 2014, Garver entered a contract with the City for the design of Rupple Road for a fee of $352,879.00. The proposed improvements begin at the northern edge of the Starry Night View and proceed north approximately 1,700 linear feet to tie into the existing signalized intersection at Mount Comfort Road and Rupple Road (existing northern leg of intersection). Environmental concerns, specifically historically significant artifacts, have delayed this project while staff and the consultant worked with State Historic Preservation Office (SHPO) to develop an acceptable mitigation plan. On September 23, 2015, the NWARPC awarded this project an additional $680,000 (80%) of Surface Transportation Program — Attributable (STP -A) funds with a City match of $170,000 (20%) for a total of $850,000 for FFY 2016. This funding is for the Environmental, Right Of Way and Utility phases of the Rupple Road project. Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 The City received $3,262,401 of Federal -aid from Surface Transportation Block Grant Program — Attributable (STBGP-A) for FFY 2017 and $1,545,599 for FFY 2018. Total Federal -aid STBGP-A funding for this project is now $5,774,303.00 with a City match of $1,154,861. DISCUSSION: On November 29, 2017, the City received five (5) construction bids for this project. Crossland Heavy Contractors, Inc. submitted the low bid which was approximately 3% below the Engineer's Estimate of $5,750,868. The highest bid was $6,757,946.50. Roadway & Bridge Improvements (Transportation Bond Fund) _ $4,979,102.35 Water & Sewer Improvements (W&S Fund) _ $595,624.00 Total Bid = $5,574,726.35 BUDGET/STAFF IMPACT: This project is based on an Agreement Of Understanding with AHTD in which Federal Aid money will pay 80% of the contract amount and the City will pay 20%. The Federal portion will be paid from the Surface Transportation Block Grant Program -Attributable (STBGP-A) funds. City matching funds for the roadway improvements will be from the Transportation Bond Program and Capital Improvements Program. City matching funds for the water & sewer improvements will be from the Water & Sewer Fund. The total federal aid amount being recognized for this item is $4,528,569. This amount is adequate to provide 80% funding for the contract bid amount; however, federal aid funds are not adequate to cover the full contingency amount. Therefore, the City's share of the overall cost of this item is approximately 25%, or $1,464,261 of the total $5,992,830 requested. Attachments: Garver letter of recommendation Bid tabulation sheets Bid Form — Document 00400 from Crossland Heavy Contractors Construction Agreement — Document 00500 Funding letter from Northwest Arkansas Regional Planning Commission Purchase Order (draft) PGARi VER 2049 E. Joyce Blvd. Suite 400 Fayetteville, AR 72703 TEL 479.527.9100 FAX 479.527.9101 www.GarverUSA.com November 30, 2017 Paul Libertini, P.E. Staff Engineer City of Fayetteville 113 West Mountain Street Fayetteville, AR 72701 Re: Recommendation of Award City of Fayetteville Bid 17-67 W. Starry Night View — W. Mount Comfort Rd. (N. Rupple Rd) ARDOT Job No. 040657 F.A.P. STPU-9142(36) Dear Paul; Bids were received for the "N. Rupple Road" project at Fayetteville City Hall, 113 West Mountain Street, Fayetteville, Arkansas 72701 at 2:00 p.m. on Wednesday, November 29, 2017. The bids were checked for accuracy and for compliance with the contract documents. A tabulation of the bids received is enclosed with this letter. A total of 5 bids were received on the project. Crossland Heavy Contractors, Inc. of Columbus, Kansas submitted the low bid for the project in the amount of $5,574,726.35. The Engineer's Opinion of Probable Cost was $ 5,759,267.80. We recommend that the City of Fayetteville award the construction contract for "N. Rupple Road" to the low bidder, Crossland Heavy Contractors, Inc. We believe that the award of this project to Crossland Heavy Contractors, Inc. represents the best value for the City. Please call me if you have any questions. Sincerely, GARVER, LLC D. Jeffrey Webb, P. E. Project Manager Attachments: Bid Tabulation \\garverinc local\gdata\Projects\2009\09047100 - Rupple Road Widening Relocation\Bidding\Recommendation of Award\Job 040657 - Recommendation to Award Letter docm R M 8 R ?8 Q 8888888 8 8888888 8 88 o:, r ec? ry m a c 0- u c• �v) r- 3 a o � c C5 c , .: z<i i" 6 ti Jt Vl � :✓f VV UR 42 'c£? :✓y N N G u 8 •. 8 8$ 8 a!: 88888886 N'VY Nva wi 8 V1 u1 8$8888 41 N N lh 8 Vl V1 goo tJ v ( t aM eki p ry r -r ,Ji 19 V V � y w a!R L> V1 il1 i{? afl LR +Y: SJT N'an N ND tY ,n vi V: � eluW 1I� N. VI !A N tR •N � �' 8 8 �� �b� 8 8 88,Sap�3p�'8 88o88888 8 88 _8(3 paj � C: �� S,± tia � � Cr3• � o �^ :a In ^V A ¢O �n d � il O O 8 � � � f,J" 8 C1 CW 4"") •'4 C� {, 6 OO t•"i afi 8 rt{ C v) •V; sA N Noil a/t Vf N n N N VA N. W N N W N SJL u� N N eA N Vl vs Vf N .v PI vl ✓s v � M G :D � :t3 .q o {]. �� aYl C_3 Ll� 0p �'J C_i Y:? �S' : YR Gd MN Q P a6 pp ;6 Fh cG m 1 eD G P•. w CJ IIt M O p :R C — i-- _^n r H _, '� �, i r. .r •., T ry r• et +'•i .i' ^ C'i W ...• V, ua !G m G •-,. :n P•. �' gt; oc w >fl Ytl r•} V .� n (.i] C� n't � „j N G h G1 ai STS Ov o a4 ^.^ f� x an W UR eY3 m riv^ p G e3 ^: � :n Cj v .-' A — j j � . ai ? v+ 1p,4i •' >r. ra' oC 4t --i to m" +3 M ti ,-� N :Fl r. W aG r�` r. � :C ui It. IA W N 44 YA VS W a A : ; � � ✓a �i ;ry � N ro � � a� r"n m m `tln in bP w m � � m m ai � �: `'� h; m m •.; iv n N a's <z :r; mt v a as zs, m m ^ vR <,� ir: � '� , el, c A N sn 8 �' 8 8 k 88 a 8888888 8 8888888 8 88In S8, 0 N :n 1 SR r. SW • �nr :.7 v V G N Va V1 aJR in W !• MppQ V8W ✓? Vl V[CJS4 UOjjA rC(�AS Cc8.l NfJjj tS{5Coai S;) m ] : J X =J <P: alf Va VL btu Vl sA r/4 V6 N N W M W1 Ury N N W f1? Vi �N N V1 all N ros ri nr, .•, ;o �Aa m`c�i.N '"c�i�'S iE . Jnr ; m O m r.9 <N N V C'r lCl ry 1' Fti A KE, U yw W VY V> +6s ±JD :/`. t/3 :A Li ca lR SR al4 yM1 Yl 'VL <i1 a6? M. yl V) Vi- N VR crl :l� Vl Vl Po C R S •'r. N a C L:J w C7 LJ CJ 6 .%'w` „v"*s C LJ'Q 6 C.) i, v3 2� i Cf N W a ^_• . , <5 �'£' r•/t N ':S O n va VL W ✓t vl un N ss+ NrV) V! uS Vl �7 ,n :r to Vl n vl VI N 6rF V{ s/T u'1 w C C�}t h yry f'J � G h . ,YJ R] :a r+ i.tt +`a M dO 00 •q � � - � J 4.<' l: l• -/1 >n F^ _ _ U1 W 113 � 4t �W }} i3�.1 l,l �R Y y � j lZ ,A iJ bj Fz W � � 4 �`�� •p '� � ;, .x " ^ C _ iJ CJ U 4 .M% x :%: % O. U S3 6 G C O 4 q p � C F. Y,.J i a K o iso c c ' c� a p ci c o o M 4'1 Jm r e nmy m 9 .5 2 �R � S a 0 -S '2' bD Ili M' -F to 10 10 9 E tl M q 0 o Ph a2, ''M 2) w 0 4 q tR CG :4 w �s "S -C, Cc -16 E P1 E 5 t Vi co U 0 I. j 17 V1 .1 � In Is, 53 s 8888 8 888 0 C) S v 8 g tA -D 0 ro w Z wV. n 4 w in in 11 IS r im10 o in vi 's, 88 m S 8 8 8 s 8 8 8 8 8 81 0 in x 8 8 8 2 8 8'8 8, 8 8 8 a in m 0 to in in 0 L6 a, 'al a, Vl V3 D V? 88 8888 8 2 s Ir, in, 8 o- in -2 Sic S, s 8 81 I I 1. In VS vi 18 s 8 8 8 8 �i R 9 6• in g g n% In C, in n88888 8 8 8a8 8 888 8 S, 8 lo, 55 1 8 x ;888888 ' oo F, 9 2 o In tP in In 'n A 11 to 11 M11 1,, A c vo CW L 8 mi w T, a o 0 vi Z., R J J u l C} Z) 43 5 [iu. u. u 5i 81 V In m, LL If, T & CL 1'i N in v) o. t --i tD `fl So id .-I --L� L I 'I'l !-� , . � :N ?7�,, jqjldjhjg� g --- 'm . m- 8 8 S cj d 0 Ili, 11 'A 8 8 8 p 8 In R 8 s 8 o c ID NG fv} 2E. qA 0 F- FS 8. H. 83� 8 8tt41 8 8 Z5 0 0 -0 f4 m V6 1� 11 ION Q. IA No NN O 10 1 0, i ' m 1 1 -4 ci r w 01 161XIm oC od .0 'D M p n n Ln 8 ID ;Zi L3 8 8 In t0 '71 o 8 8 58 8 8 8 s-- 8 ITz (S m Ld Y) an VI 11 11 Ili VD11 91 -u Ij i t36JI ;E ca D' wo V u V 88 6 W LL H W U p 4II c o wm u o � .n sn err .n ' R `n d � a 3 Z w � to v' V> V1 ati 1/Y C � b W O C) C C A y- o .. r ro0 � z aN 6 � W VT VT SA til V'? Vi C P^ � � m � 4 � lT• v m 2 ¢ v ap � �- C tl 1- � vi an vT in efi � 'M •. r� _ Cq � � C � h e a vti u` vs vl '� R 0 'L =1 Vt V1 Yi t) (V� m K � LOJ e vl en sn en 6i I n Aj C A tY i( al O L U C� < r m m I- �' 3s3 m E a I- Q � U• — y C � v E ti m w w � c Q o m `o Po w� .� i✓ J � 3 [C v .• b L � Q �. � 1. C A O O m m m m a 6 W LL H W U DOCUMENT 00400 —BID FORM Contract Name: W. Starry Night View — W. Mount Comfort Rd. (N. Rupple Rd.) Bid Number 17-67 BID TO: Owner: The City of Fayetteville, Arkansas 113 West Mountain Street BID FROM: Bidder: Fayetteville, Arkansas 72701 1. ■i 1 11 ■ s .. ARTICLE 1 - INTENT 1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement with Owner in the forth included in the Contract Documents to perform and fumish all Work as specified or indicated in the Contract Documents for the Bid price and within the Bid time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. ARTICLE 2 - TERMS AND CONDITIONS 2.01 Bidder accepts all of the terms and conditions of the Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 90 days after the day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Agreement with the Bonds and other documents required by the Bidding Requirements within 15 days after the date of Owner's Notice of Award. 00400 Bid Form 00400-1 North Rupple Road DOCUMENT 00400 —BID FORM (continued) ARTICLE 3 - BIDDER'S REPRESENTATIONS 3.01 In submitting this Bid, Bidder represents, as more fully set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bid Documents, and the following Addenda, receipt of all which is hereby acknowledged: Number 2- 3 3 Date 1- 1 ri 22-1'T B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Bidder is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and famishing of the Work. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bid Documents with respect to Underground Facilities at or contiguous to the Site. 00400 Bid Form 00400-2 North Rupple Road DOCUMENT 40400 —BID FORM (continued) E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or 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, or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto. F. Bidder does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performing and furnishing of the Work in accordance with the times, price, and other terms and conditions of the Contract Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to Work for which this Bid is submitted as indicated in the Contract Documents. H. Bidder has correlated the information known to Bidder, 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. I. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Contract Documents, and the written resolution thereof by Engineer is acceptable to Bidder. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. K. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm, or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; Bidder has not directly or indirectly induced or solicited any 00400 Bid Form 00400-3 North Rupple Road DOCUMENT 00400 —BID FORM (continued) other Bidder to submit a false or sham bid; Bidder has not solicited or induced any person, firm, or a corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for himself any advantage over any other Bidder or over Owner. L. Bidder will perform the Work in compliance with all applicable trench safety standards set forth in Occupational Safety and Health Administration (OSHA) Part 1926 — Subpart P — Excavations. ARTICLE 4 - BID PRICE Bidder will complete the Work in accordance with the Contract Documents for the following price(s): CITY ITEM SPEC. NO. NO. DESCRIPTION 1 111 112 Roadway Construction Co Trench and Excavation Sa 2 CY Systems 3� 201 Clearing, Grubbing, and SP -14 _Demolition Unclassified Excavation 4 CY SPA 4 Quantity) Embankment Construction 5 10,238 SY (Plan Quantity) _ 6 SPA Undercut Excavation 7 SP -14 Rock Excavation 8 203 Subgrade Preparation (PIa Quantity) 4" Topsoil Placement (Yar 9 204 Areas) Undercut and Stone Backf 18" Class III R.C. Pipe 10 205 11 301 12 301 24" Class III R.C. Pipe 13 301 301 30" Class III R.C. Pipe 36" Class III R.C. Pipe 14 ESTIMATED UNIT QUANTITY ntrol LS 1 Plan fety LS LS 1 1 CY 11,824 CY 33,167 CY 2,000 CY 500 n d SY 10,238 SY 29,205 ill Ton LF 5,000 295 LF LF 274 831 LF 786 UNIT BID PRICE AMOUNT 25,000.00 25,000.00 1,000.00 1,000.00 96,000.00 96,000.00 9.00 106,416.00 12.75 422,879.25 10.50 21,000.00 90.00 45,000.00 2.75 28,154.50 4.25 124,121.25 34.50 172, 500.00 63.00 18,585.00 82.00 22,468.00 74.00 61,494.00 117.00 91,962.00 00400 Bid Form 00400-4 Addendum No. 2 North Rupple Road DOCUMENT 00400 —BID FORM (continued) 15 16 53"x34" Class III R.C. Elliptical 301 Pipe 301 18" R.C. Flared End Section LF 229_ 8 140.00 32,060.00 500.00 4,000.00 650.00 3,250.00 1,500.00 1,500.00 3,150.00 3,150.00 9 EA 17 301 24" R.C. Flared End Section EA 5 1 18 301 53"x34" R.C. Elliptical Flared End Section EA 19 302 4' Drop Inlet (Type MO) EA 1 20 302 5' Drop Inlet (Type MO) EA 5 4,300.00 21,500.00 21 302 302 6' Drop Inlet (Type MO) EA 2 5,500.00 11,000.00 22 5' Junction Box (Type MO) 4' Drop Inlet Extension 8' Drop Inlet Extension 12' Drop Inlet Extension Channel Excavation (Plan Quantit j Concrete Channel Paving Erosion Control Fabric EA 3 4,900.00 1,200.00 2,000.0016,000.00 14,700.00 9,600.00 23 302 EA 8 e 24 302 302 305 EA 8 25 EA 1 2,600.00 11.50 39.00 33.75 9.25 8.50 2,600.00 6 14,605.00 i 17,160.00 118,125.00 28,924.75 87,023.00 26 CY 1,270 �27 305 SY 440 28 305 SY 3,500 3,127 10,238 2,250 1,200 100 29 401 4" Aggregate Base Course SY 30 401 8" Aggregate Base Course Asphalt Concrete Hot Mix Binder Course (ACHMBC Asphalt Concrete Hot Mix e Course (A SurfacCHMSC) f Asphalt Concrete Hot Mix Patching for Maintenance of Traffic Concrete Curb and Gutter SY Ton 31 403 71.00 159,750.00 i 106,800.00 20,000.00 71,087.50 44,293.50 I 440.00 3,542.00 24,961.50 2,745.00 32 403 Ton 89.00 200.00 12.50 38.25 44.00 46.00 21.50 15.00 33 34 405 501 Ton LF 5,687 35 502 4" Thick Concrete Sidewalk 6" Thick Concrete Sidewalk SY 1,158 36 502 SY 10 77 37 503 Concrete Driveway Aprons SY 38 503 Asphalt Driveway SY 1,161 39 503 Aggregate Base Course Driveway_ Seeding and Mulching SY 183 40 505 Acre —_� 11.0 3,200.00 35,200.00 5.50 32,450.00 F41 505 Solid Sod SY 5,900 00400 Bid Form 00400-5 Addendum No. 2 North Rupple Road DOCUMENT 00400 -BID FORM (continued) 142 505 Additional Watering MG 700 5.50 3,850.00 360.00 43 506 Mailbox Supports (single) 506 Mailboxes 507 4" Pavement Marking EA 3 120.00 120.00 1.45 44 EA 3 _ 9,250 T 360.00 45 LF 13,412.50 (Thermoplastic) 507 6" Pavement Marking 46 LF 743 1.45 1,077.35 Thermoplastic) _ 47 507 12" Pavement Marking LF 724 11.50 8,326.00 Thermo lastic 48 507 Pavement Symbols (Yield Line) SF 12 52.00 624.00 Thermoplastic� 49 507 Pavement Symbols (Arrow) EA 15 466.00 6,990.00 (Thermoplastic 50 507 Pavement Symbols (ONLY) EA 12 400.00 41800.00 __-_--_ (Thermoplastic) _ LF 849 4.50 3,820.50 51 507 4" Pavement Marking (Reflectorized Paint) 52 507 Pavement Marking Removal SF 196 1.45 284.20 53 508 Street Sign Installation Erosion Control EA 16 1 1 700.00 11,200.00 54 509 LS LS 30,000.00 30 000.00 10 000.00 10,000.00 55 510 Traffic Control and Maintenance f'-�G'a=F7�-1�� Mobilization 56 511 (not to exceed 5% of contract LS 1ggrQ ..Price) 57 512 Barbed Wire Fence LF 2,119 7.25 15,362.75 27.00 5,400.00 42.00 840.00 7.25 15,362.75 58 512 Wood Privacy Fence LF 200 59 512 Gates for Wood Privacy Fence LF 20 60 512 Temporary Fencing LF 2,119 61 513 Cast -in -Place DetectablesSF 18.00 2,124.00 118 Warning Panel Handicap Access Ramp i 62 513 SY 87 34.00 2,958.00 EA 2 850.00 1,700.00 63 514 Project Sign 64 516 Cold Milling Asphalt Pavement SY 1,600 8.00 12,800.00 65 517 Tree Protection Fencing LF 400 2.00 800.00 66 SP -3 Trail Sign Installation EA 1 1,900.00 1,900.00 -67 SP -4 Concrete Island hick Concrete Trail SY 197 2,614 44.00 39.00 8,668.00 68SP�5T SY 101,946.00 00400 Bid Form 00400-6 Addendum No. 2 North Rupple Road DOCUMENT 00400 —DID FORM (continued) 69 SP -5 6" Thick Concrete Trail 'Gravity Block Retaining Wall #1 SP -6 SY I SF 20 341 43.00 860.00 55.00 18,755.00 j a 70 (Plan -- _ 71 SP -6 Gravity Block Retaining Wall #2 SF 2,546 55.00 140,030.00 Quantity) 72 _(Plan Gravity Block Retaining Wall #3 SP -6 SF 4,701 55.00 258,555.00 I (Plan Quantity) SP -6 Gravity Block Retaining Wall #4 330,990.00 73 IF 6,018 Plan Quantity)55.00 7,00 5,600.00 74 SP -7 Pipe Underdrain LF 800 75 SP -9 SP -9 SP -9 5'x5' Special Deep Drop Inlet 7'x7' Special Deep Drop Inlet 4'x5' Reverse Throat Inlet EA 4 9,800.00 _ 39,200.00 76 EA 1 12,000.00 12,000.00 4,000.00 12,000.00 2,500.00 2,500.00 65.00 104,000.00 14.00 4,984.00 77 EA �EA 3 1 78 SP -9 SP -12 SP -13 Modify Existing 5' Deep Drop Decorative Fence Decorative Gravel (6" Depth) 79 LF 1,600 80 SY 356 81 SP -16 Bridge Construction Control LS 1 22,000.00 22,000.00 60.00 I 24,540.00 — tl _ - 160.00 j 15,520.00 LZYftb Z V, 82 SP -16 SP -16 SP -16 Unclassified Excavation for Structures - Bridle _ — ock Excavation for RStructures _ Bridge Class S Concrete - Bridge _ CYC— —�_ 409 83 CY j 97 84 CY 495 85 SP -16 Class S(AE) Concrete - Bridge CY— 410 5gO-oD Lgl1) p Alii —� y c� � �v 86 SP -16 Class 2 Protective Surface Treatment77-T62 SY 1,717 87SP-16 _ T Reinforcing Steel - Bridge LB 55,570 Grade 60) LB 120,670 Gr l� IDS 88 SP -16 -- Epoxy Coated Reinforcing SP -16 SP -16 Steel (Grade 60 Transitional Approach Railing Structural Steel in Plate Girder EA 4 LB 373,280 89 �� 00 90 SP -16 SP -16 Spans (M270 -GR. 50W) Elastomeric Bearings Silicone Joint Sealant CUIN 12,192 LF 141 91 92 7 93 SP -16 Filter Blanket SY 262 CY 27200 94 SP -16 Dumped Riprap )S 95 SP -17 Steel Piling (HP12X53) LF 165 7�. SD t 00400 Bid Form 00400-7 Addendum No. 2 North Rupple Road DOCUMENT 00400 --SID DORM (continued) 96 SP -18 Metal Bridge Railing (Type 1-12) LF 179 6t1 61b !; F��. a 97 SP -19 Preboring LF 110 Zc t� - Z% td6,cN .. i -. 98 SP -20 Textured Coating Finish SY 393 a z,5 3,z�z.-2S 99 305 Concrete Channel Paving with Vettical Retaining Walls SY 60 /�,� B 41Li (Y) U 1 1000 Construction Staking for Water & Sewer LS 1 r%%SD, uta %SLS Traffic Control and U2 1000 MaintSeweenance for Water & LS 1 l� SL)D, J S U3 1000 Wastewater Bypass Pumping LS 1 pOq, OD Q� v po• 0 U4 1000 Bonds & Insurance LS 1 U5 2000 Trench and Excavation Safety Systems For Water & Sewer LS 1 3�$cfU, oZ) 3 �SJD. ,7b U6 - 2100 Erosion Control for Water & Sewer - -- LS 1j cR7 2 ��� (D U7 2100 Dewatering LS 1 Jf� (�' SSD j!� ail), Ob x-- U8 2100 Mitigation Dam EA 2 -4- 23! c p U9 2200 Clearing, Grubbing, and LS 1 7' Demolition for Water & Sewer U10 2300 Undercut and Backfill for Water CY 50 31• �'� &Sewer U11 2300 Rock Excavation for Water & Sewer CY 500 z �� /JZ� Ste• op U12 2300 Flowable Fill for Abandoned Pipelines LF 1,435 as iZ/sCni . l _ U13 2300 Backfill Density Test EA 10 00 OL" I r76b 150 U14 ` 3000 Sewer Service Line LF 50 12U• LID U15 3000 :_Connect Sewer Service EA 1 3Z5� 0 3Z5.0'D U16 3000 10" PVC Sewer Line LF 239 5 ), LX, U17 3300 4' ID Manhole, 0' to 6' Depth EA 3 U18 3300 4' ID Manhole Additional Depth, Over 6' VF 6 Z,Zb• 6��l X213, Dt-) U19 3300 Demolish Existing Manhole EA 1 JOS DD }� l pD U20 : S18 Reinforced Flexible Coupling EA 1 I ?D c ?0, OD U21 3300 Modify Sewer Invert EA 1 ADD, Di5 5LZ, 00 U22 3400 24" Bored Steel Encasement for Water Line LF 135 8210 0V !�� yr3}7. UD 00400 Bid Form 00400-8 Addendum No. 2 North Rupple Road 0 DOCUMENT 44400 -BID F+()RM (continued) U23 4000 Fire Hydrant Assembly EA 2 7' &F) U24 4000 12" Ductile Iron Water Line LF 1,840 G (g. DD }y /8D) JliD, op (Class 350) - - U25 4000 8"" Ductile Iron Water Line (Class 350) LF 95 g 5 i717 U26 4000 Ductile Iron Fittings LB 1,865 dl, 00 51S ,b, U27 4000 12" x 12" Tapping Sleeve & Valve EA .. 2 _. _ U28 4000 12" Gate Valve EA 1 y �,,pb � 4stN.©n U29 4000 Water Meter Setting EA 2 Q�/Q g8�, Ob U30 4000 Water Service Line LF 172 ZS. 06 tq� > i. U31 4100 Cut & Cap Existing 6" AC EA 4 Wog Db 5� 6,9o ba Water Line U32 4100 & Cap Existing 12" PVC EA 1 % ROS Ob ] gz)ay DD Water Line U33 5200 Concrete Test EA 2 1,5 p, ob 3 Co. DIV U34 S11 Core D i l & Connect to Existing EA 1 /J (� ' •CK U35 S12 Adjust Existing Manhole to EA 1 Z /sQ 0?;,f 5 co Finished Grade I U36 S13 Abandon Existing Manhole EA 1 '?00, &V fco .0-6 U37 W20 2" Blowoff Assembly EA 1 3r SL)D. vu 3y l 3. p>r7 U38 4100 Adjust Existing Valve Box to EA 2 SO 0-ot> Finished Grade U39 3400 24" Open Out Steel Encasement for Water Line10 LF 71 % C�•� SUB TOTAL AMOUNT BID FOR ROADWAY* $ y q7 lU1 ,�S *Total amount for items 1 to 99 listed above SUB TOTAL AMOUNT BID FOR WATER AND SANITARY SEWER LINES** $ S **Total amount for items U1 to U39 listed above 00400 Bid Form 00400-9 Addendum No. 2 North Rupple Road DOCUMENT 00400 —Bail FORM (continued) TOTAL AMOUNT BID*** ***Total bid bid amount for all bid items listed above and total of subtotals listed above Award will be to a single contractor based on the total amount bid. Bidders shall submit a bid for all line items. ARTICLE 5 - CONTRACT TIMES 5.01 Bidder agrees that the Work will be substantially completed and completed and ready for final payment within the number of calendar days indicated in the Agreement. 5.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified in the Agreement. ARTICLE G - BID CONTENT 6.01 The following documents are attached to and made a condition of this Bid: A. Required Bid security in the form of a certified or bank cashier's check or a Bid Bond and in the amount of 5q6 b o f `t--h`e Dollars ($ B. A tabulation of Subcontractors and other persons and organizations required to be identified in this Bid. 00400 Bid Form 00400-10 Addendum No. 2 North Rupple Road DOCUMENT 00400 —BID FORM (continued) ARTICLE 7 - COMMUNICATIONS 7.01 Communications concerning this Bid shall be addressed to the Bidder as follows: Cyasslc nc( HEauy -C nkack)rs,Cnc 601 a. Ems+ Pupnu e� Phone No. loan-rr, Q ` I 41 1c - FAX No. ucaU - 4, 90 _ &Qq 00400 Bid Form 00400-11 North Rupple Road DOCUMENT 00400 --BID FORM (continued) ARTICLE 8 - TERI"VIINO .OGY 8.01 The terms used in this Bid which are defined in the GENERAL CONDITIONS or Instructions to Bidders will have the meanings assigned to them. SUBMITTED on. v C) V • 29+h 20 4 If Bidder is: An Individual Name (type or printed): By:_ (SEAL) Doing business as: -- . Business address: Phone No.: (Individual's Signature) FAX No.: 00400 Bid Form 00400-12 North Rupple Road DOCUMENT 00400 —SID FORM (continued) A Partnership Partnership Name: By:__... _ (Signature of general partner — attach evidence of authority to sign) Name (type or printed): Business address: Phone No.: __ FAX No.: 00400 Bid Form 00400-13 North Rupp le Road DOCUMEN'r 00400 -BID FORM (continued) A Comoraton Corporation Name:! ymsla,d u Ct i�(l�"xE p, j nC . State of Incorporation: - 1<GDP—Ls Type (General Business, Professional, Service, Limited Liability): By: (Signature -attach evidence of t of authority to sign) Name (type or printed): Ic V-1 "P I E Title: L�� �d c 4 (CORPORATE SEAL) Attest: (Sin � o 99YQary) Business address: S. ue-n u�- Phone No.:�" i' FAX No.: END OF DOCUMENT 00400 00400 Bid Form 00400-14 North Rupple Road DOCUMENT 00410 - B1 BOND KNOW ALL MEN BY THESE PRESENTS: that we Crossland Heavy Contractors, I PO Box 354 Columbus KS 66725 as Principal, hereinafter called the Principal, and FideTy and Deposit Company of Maryland 1299 Zurich Way, 5th Floor Schaumburg, IL 60196 - 1056 a corporation duly organized under the laws of the State of Maryland hereinafter called Surety, arc held and firmly bound unto City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 as Obligee, hereinafter called Owner, in the sum of Dollars ($ 5% as Surety, *'"Five Percent of Amount Bid"" for the payment of which sum, well and truly to be made, Principal and said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has submitted a Bid for W. STARRY NIGHT VIEW — W. MT. COMFORT RD. (N. RUPPLE RD.) NOW, THEREFORE, if the Owner shall accept the Bid of Principal and the Principal shall enter into a Contract with the Owner in accordance with the terms of such Bid, and give such Bond or Bonds as may be specified in the Bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of Principal to enter such Contract and give such Bond or Bonds, if the Principal shall pay to the Owner the difference not to exceed the penalty hereof between the amount specified in said Bid and such larger amount for 00410 Bid Bond 00410-1 North Rupple Road DOCUMENT 00410 —BID BOND (continued) which the Owner may in good faith contract with another party to perform the Work covered by said Bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 29th day of November 2017 . PRINCIPAL (CORPORATE SEAL) Crossland Heavy C n ctr , I M CLL Vi SURETY Larissa Smith. Attornev-i n -Fact ATTORNEY-IN-FACT (CORPORATE SEAL) 1299 Zurich Way. 5th Floor Schaumburg. IL 60196 - 1056 (This Bond shall be accompanied with Attorney -in -Fact's authority from Surety) END OF DOCUMENT 00410 00410 Bid Bond 00410-2 Garver Project No. 09047100 North Rupple Road ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"). by DAVID MCVICKER, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in ful€ force and effect on the date hereof, do hereby nominate, constitute, and appoint S. Marls WILKERSON, Morgan DEWEY, Monica F. DONATELLI, Debra L. WALZ, Carolyn J. JOHNSON, Larissa SMITH and Kelly E. KIMMEL, all of Overland Park, Kansas, EACH its trite and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 29th day of September, A.D. 2017. ATTEST: W. Assistant Secretary Dawn E. Brown ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND CJ-5ltg1�. r1' pipe, w may q �,•d`� x'r/oit. 5 Y Vice President David McVicker State of Maryland County of Baltimore On this 29th day of September, A.D. 2017, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, DAVID MCVICKER, Vice President, and DAWN E. BROWN, Assistant Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly swom, dcposeth and saith, that helshe is the said officer of the Company aforesaid, and that the seats affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and die signature as sitelr officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. +�ti11111h11„,F'I �T? ns•,.sv�tir Constance A. Dunn, Notary Public My Commission Expires: July 9, 2019 POA -F 076-0008C EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attorneys - in -Fart. 1 he ChicfEixecutive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attesled corporate seal, appoint attomeys-in-IAct with authority to execute bonds, policies, recognizances, Stipulations. undertakings. or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto; and may with or without cause modif} of revoke any such appointment or authority at any time." CERTIFICATE I. the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY. the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate: and 1 do further certify that .Article V. Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may he signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE: COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by Facsimile on any Power of Attornev...Any such Pater or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the follovtiing resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of Ma\. 1994. and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the I Olh day of May. 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretan of the Company. v0ether made heretofore or hereafter. �Nherevcr appearing upon a certified copy of any power of attomey issued by the Company. shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WE IEREOF, I have hereunto subscribed my- name and affixed the corporate seals of the said Companies, this 29th day of _ Novembe.r. . 20 17. a ins SZAL Michael Bond, Vice President TO REPORT A CLAIM WITII REGARD TO A SURETY BOND, PLEASE SUBMIT ALL REQUIRED INFORMATION TO: Zurich American Insurance Co. Attn: Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 DOCUMENT 00430 — LIST OF SUBCONTRACTORS In compliance with the Instructions to Bidders and other Contract Documents, the undersigned submits the following names of Subcontractors to be used in performing the Work for W. STARRY NIGHT VIEW — W. MOUNT COMFORT RD. (N. RUPPLE RD.) Bidder certifies that all Subcontractors listed are eligible to perform the Work. Subcontractor's Work Subcontractor's Name and Address Bast + t�acr 1NC- TO 1 +�. ,uL7z7d3 �2a�oti► ��s,-�.u�- �t_l� �.oNs-�uc�ran� sut -7IT, ►ct_w F, Fr:n1C C oimT C' ,nA,-rvAS -s 14. EAtr 46 r, O 3 E, T0001w, Al 5-1,9 Brut?r&10 ?.0. 30Y- 123 6 kIow &a&J i'1ll�u S k3F-GL CI.S NOTE: This form must be submitted in accordance with c st ti ns to Bid rs. Bidde s S nature END OF DOCUMENT 00430 M ay h se. I 00430 List of Subcontractors 00430-1 North Rupple Road Expected Percentage or Value S% 3. 6 6 0 Z a q 0 n, 0 2 C.! DOCUMENT 00440 — LIST OF MANUFACTURERS In compliance with the Instructions to Bidders and other Contract Documents, the undersigned submits the following names of Manufactorers to be used in performing the Work for W. STARRY NIGHT VIEW - W. MOUNT COMFORT RD. (N. RUPPLE RD.) Bidder certifies that all Manufacturers listed are eligible to perform the Work. Manufacturer's Work Manufacturers's Name and Address Retaining Walls F%t - IL e 10 ��lo�tsrnr+� L POC w -ST Other (designate) Other (designate) NOTE: This form must be submitted in accordance n ns to B' ers. VP dd zCZY tel - `e— Ka6re END OF DOCUMENT 00440 00440 List of Manufacturers 00440-1 North Rupple Road CROSSLAND HEAVY CONTRACTORS 501 S. East Avenue P.O. Box 350 Columbus, KS 66725 tel 620.429.1410 fax 620.429.2977 Corporate Resolution BE IT RESOLVED: that at the monthly meeting of the Board of Directors of Crossland Heavy Contractors, Inc., held on the 2nd day of December, 2016, the Board of Directors did, by unanimous decision, authorize Mark Sell, Chris Walters, Justin Lillie, Dan Thompson or Ivan Crossland, Jr. to sign on behalf of said Corporation all documents and papers pertaining to the business of said Corporation. All documents signed by Mark Sell, Chris Walters, Justin Lillie, Dan Thompson or Ivan Crossland, Jr. on behalf of Crossland Heavy Contractors, Inc. shall be legally binding on Crossland Heavy Contractors, Inc. and their successors and a. Mark e e id nt , ATTEST: �6 -L—, Holly Rhodes, Secretary State of Kansas, County of Cherokee: Before me, the undersigned Notary Public in and for the County and State aforesaid, personally appeared Mark Sell, President of Crossland Heavy Contractors, Inc. a corporation duly organized and existing in the State of Kansas, and he acknowledged the same on behalf of said Corporation. In witness thereof I have set my hand and affixed my seal this 23rd day of January'2017. 4NOy ublic My Commission Expires:�DVa0 E ue(/, K"LEE MANtNA MY App - Exp, (,r� t� www,hcavycontractors.corn 12/15/11 CITY OF FAYETTEVILLE SUPPLEMENT TO PROPOSAL ANTI -COLLUSION AND DEBARMENT CERTIFICATION Pagel of 2 FAILURE TO EXECUTE AND SUBMIT THIS CERTIFICATION SHALL RENDER THIS BID NONRESPONSIVE AND NOT ELIGIBLE FOR AWARD CONSIDERATION. As a condition precedent to the acceptance of the bidding document for this project, the bidder shall file this Affidavit executed by, or on behalf of the person, firm, association, or corporation submitting the bid. The original of this Affidavit shall be filed with the City of Fayetteville at the time prol2osals are submitted. AFFIDAVIT I hereby certify, under penalty of pel jury under the laws of the United States and/or the State of Arkansas, that the bidder listed below has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the submitted bid for this project, is not presently barred from bidding in any other jurisdiction as a result of any collusion or any other action in restraint of free competition, and that the foregoing is true and correct. Further, that except as noted below, the bidder, or any person associated therewith in the capacity of owner, partner, director, officer, principal investigator, project director, manager, auditor, or any position involving the administration of Federal funds: a. is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any Federal agency; has not been suspended, debarred, voluntarily excluded or determined ineligible by any Federal agency within the past 3 years; c. does not have a proposed debarment pending; and d. has not been indicted, convicted, or had an adverse civil judgment rendered by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years. 12/15/11 Page 2 of 2 CITY OF FAYETTEVILLE SUPPLEMENT TO PROPOSAL ANTI -COLLUSION AND DEBARMENT CERTIFICATION FAILURE TO EXECUTE AND SUBMIT THIS CERTIFICATION SHALL RENDER THIS BID NONRESPONSIVE AND NOT ELIGIBLE FOR AWARD CONSIDERATION. EXCEPTIONS: APPLIED TO INITIATING AGENCY DATES OF ACTION Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility. Providing false information may result in criminal prosecution or administrative sanctions. Job No.� Inc. a o i r) F.A.P. No. --- riatu're) 2g- 1r7 PSSial (Date Executed) (Title of Person Signing) The following Notary Public certification is OPTIONAL and may or may not be completed at the contractor's discretion. State of ) County of )ss. , being duly sworn, deposes and says that he is of (Title) and that the above statements are true and correct. Subscribed and Sworn to before me this day of My commission expires:_ (NOTARY SEAL) (Name of Bidder) 20 (Notary Public) 7/26/96 CITY OF FAYETTEVILLE SUPPLEMENT TO PROPOSAL CERTIFICATION Page I of The prospective contractor certifies, by signing and submitting this proposal, to the best of his or her knowledge and belief, that: No Federal appropriated funds have been paid or will be paid, by or on his or her behalf, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or any employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal -Aid contract, the prospective contractor shall complete and submit Standard Form -LLL, "Disclosure of Lobbying Activities", in accordance with its instructions. (Available from Arkansas Department of Transportation, Program Management Division). This Certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. This Certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U. S. Code. During the period of performance of this contract, the contractor and all lower tier subcontractors must file a Form -LLL at the end of each calendar year quarter in which there occurs any event that requires disclosure or that materially affects the accuracy of the information contained in any previously filed disclosure form. Any person who fails to file the required Certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each fai lure. The prospective contractor also agrees by submitting his or her proposal that he or she shall require that the language of this Certification be included in all lower tier subcontracts which exceed $100,000 and that all such subcontractors shall certify and disclose accordingly. 7/26/96 CITY OF FAYETTEVILLE SUPPLEMENT TO PROPOSAL CERTIFICATION Page 2 of 2 THIS CERTIFICATION SHALL BE COMPLETED BY THE BIDDER AS PART OF THIS PROPOSAL hereby certifies that he has X has not participated in a previous contract. or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925, 11114, or 11246, and that he has has not _ _ , filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. (Currently, Standard Form 100 [EEO -1 ] is the only report required by the Executive Orders or their implementing regulations.) JOB NO. F.A.P. NO. (Date Executed) lXUS's lf'i7YC.� 0 BX: lg ture) M ar 1 ! 1 I—est (Title of Person Signing) NOTE: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7 (b) (1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7 (b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U. S. Department of Labor. Rev. 12-13-16 CITY OF FAYETTEVILLE CERTIFICATION TO SUBMIT DBE PARTICIPATION JOB 040657 Page 7 of 7 If the bidder is not submitting the required DBE participation information or documentation of good faith efforts with the proposal, this form must be completed and submitted with the proposal. The undersigned bidder irrevocably certifies that at least 10.0% of the total contract will be performed by certified Disadvantaged Business Enterprise (DBE) firms and the required DBE participation information will be submitted within 5 calendar days of notification of tentative award of the contract. If DBE participation sufficient to achieve the DBE goal established for this project is not provided within 5 calendar days, the proposal will be rejected and the proposal guaranty shall become the property of the Commission, not as a penalty, but as liquidation of damages to the Department's DBE program. Only work, materials, or services that will actually be provided by DBE firms will be credited toward the goal. The DBE firm's certification must be fully in effect at the letting date. Bidder Signature (Owner A- ent) cl Date Title EQUAL EMPLOYMENT OPPORTUNITY POLICY It has been and shall continue to be the policy of Crossland Heavy Contractors, Inc., not to discriminate against any employee or applicant for employment because of that individual's race, sex, color, age, religion, national origin, or because he or she has a disability, is a special disabled veteran, or a Vietnam era veteran. All personnel actions, including recruiting, selection, hiring, placement, compensation, formal and informal training, transfers, promotions, layoffs, recalls and terminations, without regard to their race, religion, sex color, national origin, age or disability. Additionally, all salaries, wages, or other forms of compensation, benefit programs, social and recreational activities will be administered in conformity with this policy. To further the company's commitment to equal employment opportunity, an Affirmative Action Program has been implemented to advance employment opportunities for minorities, women, disabled individuals, and disabled and Vietnam era veterans. This program does not favor one group over another, but seeks to provide an equal chance for all persons to be evaluated on the basis of their qualifications and abilities. The program also affirms the company's commitment to provide a work environment free from hostility and discrimination, including sexual harassment. The AAP Officer is responsible for administering the corporate Affirmative Action Program and will report directly to me at regular intervals on the results of the program. The AAP Officer is also responsible for investigating employee complaints alleging discrimination at all locations. Employees and applicants are protected from coercion, intimidation interference or discrimination for filing complaints or assisting in an investigation. If you are disabled or a disabled veteran and would like to know how you can benefit under the Affirmative Action Program, please tell us. You are not obligated in any way to identify your disability, and information you provide will be kept confidential unless your supervisor or first-aid personnel would need to know for safety or accommodation purposes. Employees may review the Affirmative Action Program by contacting the Human Resources Department during regular working hours. Any communication from an applicant for employment, an employee, a government agency, or an attorney concerning any equal employment opportunity matter shall be referred immediately to the Human Resource Dept. I am personally committed to this policy, and hereby assign all management employees the responsibility to support the policy through their actions and decisions. Additionally, an essential part of the company's Affirmative Action Program requires that all employees work together to develop an environment that fosters mutual employee respect free of discrimination, harassment and intimidation. Your support and cooperation is essential for our success. �av{� SeII - Pre dent Date 2017 CHC AAP Page 8 Bid 17-67, Addendum 1 Date: Friday November 17, 2017 To: All Prospective Vendors From: Les McGaugh — 479.575.8220—1mcgaugh@fayetteville-ar.gov RE: Bid 17-67, Construction —Starry Night View to Mt. Comfort (Rupple Rd) ►i CITY OF FAYETTEVILLE ARKANSAS This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Bidders should indicate their receipt of same in the appropriate blank of the Bid Form. BIDDERS SHOULD ACKNOWLEDGE THIS ADDENDUM ON THE DESIGNATED LOCATION ON THE BID FORM. 1. The City held a non -mandatory pre-bid meeting held at the City on Wednesday October 04, 2017. Attached is the sign -in sheet for those who attended along with the agenda that was distributed. The answers to contractor questions can be found on the last page of the agenda. Telecommunications Device for the Deaf TDD(479)521-1316 113 West Mountain -Fayetteville, AR 72701 AMPh City of Fayetteville, Arkansas Attendance Sheet CITY OF FAYETTEVILLE ARKANSAS ORFP/RFQ9: Description: gg[crtn�ia._=�!{I�f + �--�— Function (circle one): Bid Opening, Selection Committee Meeting re=Ri nterview Date: t� 1� / 10a Time: 10'c'64+ ❑1,..H email include.'@fzye-mII— g— Name Company title PhoneEmail 1 �(� i''.�c' .. /f C' �,-,[T tVi! h �'i�' S -n" l n'n4,!,,iwfs- _ 3 A1'n f-GfLSG/LE4� �/� 4-71-762•10W V6 AJ o 7Q gjrtrrnt.cony 4 66J+A1[�GkForwa.�rzr1 T�y� �%rP` 479-7S2-to�i �C+r�Lt�Kr7orr�3arc..xr.c.cc 5AIL sr a / Gj1.. i / Sy % 1 / S" 7 770 6 iZ.4- q M ti �� y/%x'70/'8(6`3 f3pr 4.CL/yR+xr� _'� 7 1aP�C•tal� wen-a-Pog en,ra� h 9 �,a 1 J I 1,/ �/ 14, 4 A. L � � rr� Pta4. n !`en �n 4M-2-0- 4 ��/ - 2-0 - /U d . -a 4 J'�a�'� (� . GI's 10 %[ Tri..; l Practtb� 61uL ¢T�r-S Q-ItITG IrY �'Lr ,Net u Tux �rcrta c S �tr�rcSar+rt S4fe r '��4-�3S-o/uz Tll+�l. �r�cr�w�sPJh�Erfu T-te+ t 12 �hn5 yy� cz of (fA 61;aetr Ol-x"7s-��� t�( 131`� Yj�"GsrL�G _ Wf 59- PM �wi7a-S 7� ,.a a er .e -,l 14% �IEI-n'tkf /ry 15 kirM CVA -4 fA ?14\ y-1' 5'P-11abn x�l6@ rttx*t$w.a.tet«� 19 e : CITY OF FAYETTEVI LLE ARKANSAS PRE-BID MEETING MINUTES Tuesday, November 14, 2017 —10:00 a.m. Bid 17-67, Construction W. Starry Night View — W. Mount Comfort Rd. (N. Rupple Rd.) ARDOT Job No. 040657 F.A.P. No. STPU-9142(36) (Additions in Red Text) 1. General Introduction: This project consists of approximately 1,800 L.F. of roadway construction with raised median, 182 L.F. of a new bridge, construction of associated earthwork and channelization, curb and gutter, sidewalk, shared use paths (trails), enclosed drainage, retaining walls, fencing, obliterating existing Rupple Road, driveways, 12 inch waterline and appurtenance, 10 inch sanitary sewer, sanitary sewer manholes, and miscellaneous items. a) All bids shall be submitted in a sealed envelope or package labeled Bid 17-67. All bids shall be received by Wednesday, November 29, 2017 before 2:00 PM, local time atthe City of Fayetteville, Purchasing Division address listed below. All bids will be opened and read aloud immediately following the deadline. No late bids shall be accepted. The City of Fayetteville shall not be responsible for lost or misdirected bids. City of Fayetteville Purchasing Division, Room 306, City Hall 113 West Mountain Street Fayetteville, AR 72701 b) Questions should be addressed to Les McGaugh, Purchasing Agent at Imcgaugho-favetteville. ar.gov or by calling (479) 575-8220. Request for bid interpretations must be submitted by 2:00 p.m., Tuesday, November 20, 2017. c) Garver will be providing part-time construction observation for this project. 2. Contract Time a) Contract Time is 300 consecutive calendar days. Calendar day contract time includes delays for all holidays, weekends including Saturday and Sunday, and normal weather-related events, such as rain, snow, and freezing temperatures that may affect the progress of the construction on a per - month basis. Reference is made to table on page ST -45 of the City Standard Specifications for Street and Drainage Construction for number of normal weather-related events per month. b) 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, 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 remainder of the Work is Substantially Complete. After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within 30 days 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 Seven Hundred Fifty Dollars Page 1 of 4 ($750.00) for each calendar day that expires after the time specified for completion and readiness for final payment. 3. Special Contract Requirements a) Buy America Provisions apply to this project. b) This project is a Federal -Aid Project. All applicable paperwork included in Contract documents must be submitted with bid. See Checklist. c) Prevailing Wage Rates apply. d) Certified Payrolls will be required to be submitted with your monthly pay invoices to Garver (including all Certified Payrolls from subs.) Your monthly pay invoices will not be processed until all required paperwork has been received and certified. If GC or Sub is not working on-site for a period of time, we required a "NO WORK THIS PERIOD" certified payroll. e) DBE percentage for this project = 10.0% 4. Normal Working Days And Times/ Holidays: a) Saturdays and holidays which may be declared in writing by the Owner for certain special or unusual circumstances will be optional to the Contractor as working days. Sunday work shall not be permitted. 5. Utility Relocations: Approximate Utility Locations Utility Owner Facility Type Location Station Number Est. Comp. Date Ozark Electric Overhead Electric Power pole wrin prop. rlw 18+25 Lt~ 1 213112 01 7 AT&T pew Undrqrnd Fiber & COREej Parallel left Rupple Rd 11+801018+60 12/31/2017 12" Water Main Parallel Right Rupple Rd 12+20 Rt to 15+60 Rt Part of construction contract City of Fayetteville Water/Sewer 15" Water Main Parallel Ri ht Rupple Rd 15+60 Rt to 19+60 U 10" Sewer Main Parallel Left Rupple Rd 15+50 Lt to 18+40 tt U,ndr and 2as line Parallel left then crossing 15+70 Rt to 19+00 Ll 12131/2017 Black Hills (gas) Overhead cable At power pole 18+25 Ll. 1/31!2018 Cox Communications ,e �'n<f+ .i ifGJr f}±F,i AT&T will also be relocating a fiber optic line along the new alignment of Rupple Road in a new 4" conduit. AT&T and the Contractor will have to work together to establish a timeline for this work to be completed since there is bridge, retaining walls, and a waterline going in across the creek. Page 2 of 4 6. Water and Sanitary Sewer Relocations a) Discuss 12° waterline boring under creek and location near proposed retaining waft. b) Modifications to Standard Specifications —Supplementary Conditions 00800 —Article 3. 3.01 SUP tR S_ SSiC3N A. This Attic lc supersedes the following sections al'tltc 20 12 Edition of the City of Fayetteville's Standard Spccifications for Design and Construction of Water Lines and Sewer Lines: 1. Section 2300, Paragraph 2.03.A: a. Change the paragraph to read as follows: A. Grit material shall not he used. ASTM #67 aggregate shall be used for bedding water lines. 2. Section 2300. Paragraph 3.08.13: a. Remove "or grit embedment materials". 3. Section 3600, Paragraph 2.01.F: a. Revise the first sentence to read as follows: "Fly ash may be used as a partial cement replacement not exceeding 20% by weight of the, content wlicn approved by the City." 4. Section 4100, Paragraph 3 20: a. Add the following paragraph: C, Verify and restrain any existing joints or valves between new connections and cut and cap locations with reinforced anchor collar prior to cutting and capping. 7. Ongoing Environmental Work N. Side of Hamestring Creek a) Scheduled to last through end of the year. 8. Maintenance of Traffic/ Sequence Of Construction a) The Contractor shall First erect temporary fence to control livestock and limit access of construction equipment and personnel onto private property. This includes maintaining a temporary fence across the creek. b) Any area outside the proposed ROW north of Hamestring Creek is off limits to any potential use as staging area due to environmental sensitivity. c) The Contractor is responsible for procuring a suitable location for a staging area. d) The Notice to Proceed for this project is anticipated to be in January or February 2018. 9. Construction Staking: a) Contractor's responsibility per Specification "Roadway Construction Control". 10. Materials Testing: City will provide materials testing firm. 11. Permits: SWPPP, STAR, COE Nationwide 404 Permit 12. Insurance Requirements: a) Commercial General and Umbrella liability Insurance b) Owners and Contractor's Protective Liability Insurance c) Commercial Auto and Umbrella Liability Insurance d) Workers' Compensation Insurance 13. Bridge Page 3 of 4 14. Retaining Walls a) Design calculations and detailed drawings stamped by Arkansas PE shall be submitted to the engineer for retaining walls. b) Contractor has the option to construct gravity retaining wall or MSE retaining wall per the details and locations shown in the Plans. c) Acid Stain for Retaining Wall. The color and strength of the acid stain will be determined during construction. Contractor shall provide up to three (3) tests areas to assist the City and the property owner in the determination of the final color and strength. 15. Water and Sewer Relocations a) Plans submitted November 9, 2017 for approval to ADH. 16. Addendums. a) None at this time. b) Minutes of this meeting will be available to planholders. 17. Contractor Questions: a) Question on width of thermoplastic striping. We will accept 4" striping as shown in the bid form, but an alternative of 6" will be acceptable. b) What areas are included in the 4" Topsoil Placement (Yard Areas) quantity? This quantity inclLjdes all areas receiving solid sod or seeding. This quantity also includes the area for existing Ruppl'e Road that is to be removed. c) Is the Sidewalk / Trail on the Bridge included in the Bridge Pay Items? Yes. d) Where is the pay item 4" Aggregate Base Course used? This pay item is for under the Concrete Trail. e) On asphalt driveways where is the 6" aggregate base course paid for? The 6" aggregate base course below asphalt driveways is included in the SY price bid for asphalt driveway. f) Prime Coat is not required for this project. g) Is the quantity for stripping (earthwork) inctuded in the quantity (CY) in the Bid Form for Unclassified Excavation? The plan quantity for Unclassified Excavation includes stripping. h) Is a Material Transfer Device required for construction of asphalt courses? A Material Transfer Device is optional. I) Will a Redi-Rock retaining wall with ledgestone appearance be acceptable as an alternative to a Recon retaining wall with a weathered edge? Yes, as long as it meets the material specifications in the Project Manual. Page 4 of 4 Bid 17-67, Addendum 2 Date: Tuesday, November 21, 2017 To: All Prospective Vendors F CITY OF From: Les McGa ugh — 479.575.8220 — Imcgaugh@fayetteville-ar.gov FAY E T T E L L E RE: Bid 17-67, Construction — Starry Night View to Mt. Comfort (Rupple Rd) ARKANSAS This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Bidders should indicate their receipt of same in the appropriate blank of the Bid Form. BIDDERS SHOULD ACKNOWLEDGE THISADDENDUM ON THE DESIGNATED LOCATION ON THE BID FORM. 1. This Addendum includes a revised bid form which shall be used by all bidders. Failure to submit the correct revised bid form in a printed sealed format shall result in bid rejection. a. Bidders shall submit a printed physical copy of the enclosed revised bid form, this addendum, and all other required documents b. Bids shall be submitted in a sealed envelope prior to deadline according to submittal procedures outlined in the Project Manual. NO ELECTRONIC COPIES WILL BE ACCEPTED. 2. 2-36" R.C. pipes are shown coming into the curb inlet at Sta 19+00 34.5 Lt. with 1-24" RC pipe going out and draining to the creek. I don't think the 24" will handle that flow please clarify. On sheet C-503, the flowline out of the 6 -ft curb inlet at Sta. 19+00; 34.5' Lt. should be 1191.19; therefore, stormwater will flow out_the proposed 36" RCP to the creek on sheet C-505. Replace Plan Sheets C-503 and X-113, with the attached Plan Sheets C-503 and X-113 (marked Rev. 1 ( Addendum No 2). 3. At sta. 12+30 RT to 16+78 RT the plans call for V -Ditch Concrete Paving. At sta. 24+42 RT to 24+90 RT the plans call for Concrete Lined Trapezoidal Ditch. Are these two items of work to be paid for under Item #27 -Concrete Channel Paving -500 SY? Quantity for these two items of work is less than bid item. Please clarify? The quantity of 500 SY includes an additional 20% above estimated quantity for use as directed in the field. For the quantity for Concrete Channel Paving, the Unit Price Schedule has been revised to split the v -ditch concrete ditch paving (Sta. 12+30 Rt to Sta 16+78 Rt) from the concrete ditch paving with vertical walls (Sta, 24+42 RT to Sta. 24+90 Rt). Replace Plan Sheet C-505 with the attached Plan Sheet C -S05 (marked Rev. 1 ( Addendum No 2). Replace Bid Form Pages 00400-4 to 00400-10 with the attached Pages 00400-4 to 00400-10 marked Addendum No .2 4. Replace Special Provision page SP -14-3 with the attached page SP -1.4-3 (marked Addendum No 21. S. Is an Excel bid form available for this project? An. Excel bid form is not available for this project. Bidders must complete the form provided in the Project Manual. Telecommunications Device for the Deaf TDD(479)521-1316 113 West Mountain -Fayetteville, AR 72701 DOCUMENT 00400 —BID FOIZM (continued) other Bidder to submit a false or sham bid; Bidder has not solicited or induced any person, firm, or a corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for himself any advantage over any other Bidder or over Owner. L. Bidder will perform the Work in compliance with all applicable trench safety standards set forth in Occupational Safety and Health Administration (OSHA) Part 1926 — Subpart P — Excavations. ARTICLE 4 - BID PRICE Bidder will complete the Work in accordance with the Contract Documents for the following price(s): CITY UNIT BID ITEM SPEC_ ESTIMATED NO. NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT 1 111 Roadway Construction Control LS 1 2 112 Trench and Excavation Safety LS 1 Systems 3 201 Clearing, Grubbing, and LS 1 Demolition 4 SP -14 Unclassified Excavation (Plan CY 11,824 Quantity)_ 5 SP -14 Embankment Construction CY 33,167 (Plan Quantity) 6 SP -14 Undercut Excavation CY 2,000 7 SP -14 Rock Excavation CY 500 8 203 Subgrade Preparation (Plan SY 10,238 Quantity) 9 204 4" Topsoil Placement (Yard SY 29,205 Areas) 10 205 Undercut and Stone Backfill Ton 5,000 11 301 18" Class III R.C. Pipe LF 295 12 301 24" Class III R.C. Pipe LF 274 13 301 30" Class III R.C. Pipe LF 831 14 301 36" Class III R.C. Pipe LF 786 00400 Bid Form 00400-4 Addendum No. 2 North Rupple Road DOCUMENT00400 —BID FORM (continued) 15 301 53"x34" Class III R.C. Elliptical LF Pipe 16 301 18" R.C. Flared End Section EA 17 301 24" R.C. Flared End Section EA 18 301 53"x34" R.C. Elliptical Flared EA End Section 19 302 4' Drop Inlet (Type MO) EA 20 302 5' Drop Inlet (Type MO) EA 21 302 6' Drop Inlet (Type MO) EA 22 302 5' Junction Box (Type MO) EA 23 302 4' Drop Inlet Extension EA 24 302 8' Drop Inlet Extension EA 25 302 12' Drop Inlet Extension EA 26 305 Channel Excavation (Plan CY Quantity) 27 305 Concrete Channel Paving SY 28 305 Erosion Control Fabric SY 29 401 4" Aggregate Base Course SY 30 401 8" Aggregate Base Course SY 31 403 Asphalt Concrete Hot Mix Ton Binder Course (ACHMBC) 32 403 Asphalt Concrete Hot Mix Ton Surface Course (ACHMSC) Asphalt Concrete Hot Mix 33 405 Patching for Maintenance of Ton Traffic 34 501 Concrete Curb and Gutter LF 35 502 4" Thick Concrete Sidewalk SY 36 502 6" Thick Concrete Sidewalk SY 37 503 Concrete Driveway Aprons SY 38 503 Asphalt Driveway SY 39 503 Aggregate Base Course SY Driveway 40 505 Seeding and Mulching Acre 41 505 Solid Sod SY 229 8 5 1 i 5 2 3 8 8 1 1,270 440 3,500 3,127 10,238 2,250 1,200 100 5,687 1,158 10 77 1,161 183 11.0 5,900 00400 Bid Form 00400-5 Addendum No. 2 North Rupple Road 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 DOCUMENT 00400—BID FORM (continued) 505 Additional Watering MG 700 506 Mailbox Supports (single) EA 3 506 Mailboxes EA 3 507 4" Pavement Marking LF 9,250 (Thermoplastic) 507 6" Pavement Marking LF 743 (Thermoplastic) 507 12" Pavement Marking LF 724 (Thermoplastic) 507 Pavement Symbols (Yield Line) SF 12 (Thermoplastic) 507 Pavement Symbols (Arrow) EA 15 (Thermoplastic) 507 Pavement Symbols (ONLY) EA 12 (Thermoplastic) 507 4" Pavement Marking LF 849 Reflectorized Paint 507 Pavement Marking Removal SF 196 508 Street Sign Installation EA 16 509 Erosion Control LS 1 510 Traffic Control and LS 1 Maintenance Mobilization 511 (not to exceed 5% of contract LS 1 price) 512 Barbed Wire Fence LF 2,119 512 Wood Privacy Fence LF 200 512 Gates for Wood Privacy Fence LF 20 512 Temporary Fencing LF 2,119 513 Cast -in -Place Detectable SF 118 Warning Panel 513 Handicap Access Ramp SY 87 514 Project Sign EA 2 516 Cold Milling Asphalt Pavement SY 1,600 517 Tree Protection Fencing LF 400 SP -3 Trail Sign Installation EA 1 SP -4 Concrete Island SY 197 SP -5 4" Thick Concrete Trail SY 2,614 00400 Bid Form 00400-6 Addendum No. 2 North Rupple Road DOCUMENT 00400 —BID FORM (continued) 69 SP -5 6" Thick Concrete Trail SY 20 70 SP -6 Gravity Block Retaining Wall #1 SF 341 (Plan Quantity) 71 SP -6 Gravity Block Retaining Wall #2 SF 2,546 (Plan Quantity) 72 SP -6 Gravity Block Retaining Wall #3 SF 4,701 (Plan Quantity) 73 SP -6 Gravity Block Retaining Wall #4 SF 6,018 (Plan Quantity) 74 SP -7 Pipe Underdrain LF 800 75 SP -9 5'x5' Special Deep Drop Inlet EA 4 76 SP -9 7'x7' Special Deep Drop Inlet EA 1 77 SP -9 4'x5' Reverse Throat Inlet EA 3 78 SP -9 Modify Existing 5' Deep Drop EA 1 Inlet 79 SP -12 Decorative Fence LF 1,600 80 SP -13 Decorative Gravel (6" Depth) SY 356 81 SP -16 Bridge Construction Control LS 1 82 SP -16 Unclassified Excavation for CY 409 Structures - Bridge 83 SP -16 Rock Excavation for Structures CY 97 - Bridge 84 SP -16 Class S Concrete - Bridge CY 495 85 SP -16 Class S(AE) Concrete - Bridge CY 410 86 SP -16 Class 2 Protective Surface SY 1,717 Treatment 87 SP -16 Reinforcing Steel - Bridge LB 55,570 (Grade 60)_ _ 88 SP -16 Epoxy Coated Reinforcing LB 120,670 Steel (Grade 60) 89 SP -16 Transitional Approach Railing EA 4 90 SP -16 Structural Steel in Plate Girder LB 373,280 Spans (M270 -GR. 50W) 91 SP -16 Elastomeric Bearings CUIN 12,192 92 SPA 6 Silicone Joint Sealant LF 141 93 SP -16 Filter Blanket SY 262 94 SP -16 Dumped Riprap CY 272 95 SP -17 Steel Piling (HP12X53) LF 165 00400 Bid Form 00400-7 Addendum No. 2 North Rupple Road DOCUMENT 00400 —BID FORM (continued) 96 SP -18 Metal Bridge Railing (Type 1-12) LF 179 97 SP -19 Preboring LF 110 98 SP -20 Textured Coating Finish SY 393 99 305 Concrete Channel Paving SY 60 with Vertical Retaining Walls U1 1000 Construction Staking for Water LS 1 & Sewer Traffic Control and U2 1000 Maintenance for Water & LS 1 Sewer U3 1000 Wastewater Bypass Pumping LS 1 U4 1000 Bonds & Insurance LS 1 U5 2000 Trench and Excavation Safety LS 1 Systems for Water & Sewer U6 2100 Erasion Control for Water & LS 1 Sewer U7 2100 Dewatering LS 1 U8 2100 Mitigation Dam EA U9 2200 Clearing, Grubbing, and LS 1 Demolition for Water & Sewer U10 2300 Undercut and Backfill for Water CY 50 & Sewer 1x11 2300 Rock Excavation for Water & CY 500 Sewer U12 2300 Flowable Fill for Abandoned LF 1,435 Pipelines U13 2300 Backfill Density Test EA 10 U14 3000 Sewer Service Line LF 50 U15 3000 Connect Sewer Service EA 1 U16 3000 10" PVC Sewer Line LF 239 U17 3300 4' ID Manhole, 0' to 6' Depth EA 3 U18 3300 4' ID Manhole Additional Depth, VF 6 Over 6' U19 3300 Demolish Existing Manhole EA 1 U20 S18 Reinforced Flexible Coupling EA 1 U21 3300 Modify Sewer Invert EA 1 U22 3400 24" Bored Steel Encasement LF 135 for Water Line 00400 Bid Form 00400-8 Addendum No. 2 North Rupple Road DOCUMENT 00400 —BID FORM (continued) U23 4000 Fire Hydrant Assembly EA 2 U24 4000 12" Ductile Iron Water Line LF 1,840 (Class 350) U25 4000 8" Ductile Iron Water Line LF 95 (Class 350) U26 4000 Ductile Iron Fittings LB 1,865 U27 4000 12" x 12" Tapping Sleeve & EA 2 Valve U28 4000 12" Gate Valve EA i U29 4000 Water Meter Setting EA 2 U30 4000 Water Service Line LF 172 U31 4100 Cut & Cap Existing 6" AC EA 4 Water Line U32 4100 Cut & Cap Existing 12" PVC EA 1 Water Line U33 5200 Concrete Test EA 2 U34 S11 Core Drill & Connect to Existing EA 1 Manhole U35 S12 Adjust Existing Manhole to EA 1 Finished Grade U36 S13 Abandon Existing Manhole EA 1 U37 W20 2" Blowoff Assembly EA 1 U38 4100 Adjust Existing Valve Box to EA 2 Finished Grade U39 3400 24" Open Cut Steel LF 71 Encasement for Water Line SUB TOTAL AMOUNT BID FOR ROADWAY* *Total amount for items 1 to 99 listed above SUB TOTAL AMOUNT BID FOR WATER AND SANITARY SEWER LINES** Q **Total amount for items U1 to U39 listed above 00400 Bid Form 00400-9 Addendum No. 2 North Rupple Road DOCUMENT 00400 —BID FORM (continued) TOTAL AMOUNT BID*** ***Total bid amount for all bid items listed above and total of subtotals listed above Award will be to a single contractor based on the total amount bid. Bidders shall submit a bid for all line items. ARTICLE 5 - CONTRACT TIMES 5.01 Bidder agrees that the Work will be substantially completed and completed and ready for final payment within the number of calendar days indicated in the Agreement. 5.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified in the Agreement. ARTICLE 6 - BID CONTENT 6.01 The following documents are attached to and made a condition of this Bid: A. Required Bid security in the form of a certified or bank cashier's check or a Bid Bond and in the amount of Dollars ($ B. A tabulation of Subcontractors and other persons and organizations required to be identified in this Bid. 00400 Bid Form 00400-10 Addendum No. 2 North Rupple Road Specifications. Preparation —r—h—d f11 eertsiderc*d- sem. to " 'fNG. A SSIF-190 EXCAVATION." Imported material for fill or backfill under pavements should be an approved low -plasticity sandy clay (CL), clayey sand (SC), gravelly clay (CL), silt gravel (GM) or clay gravel (GC) having a liquid limit less than 45. The suitability of locally available "hillside" silt/clay gravel (GC or GM) having a liquid limit greater than 45 should be evaluated by the Engineer on a case by case basis. All fill should be free of organic matter, debris and durable rock fragments in excess of about 3 -inch dimension. Utility trenches shall be backfilled with crushed aggregate base (ArDOT Standard Specifications Section 303, Class 7) or flowable fill (ArDOT Standard Specifications Section 206). Subgrade soils under pavement shall be select fill material consisting of approved low -plasticity sandy clay (CL), clayey sand (SC), gravelly clay (CL), silt gravel (GM) or clay gravel (GC) having a liquid limit less than 45. The suitability of locally available "hillside" silt/clay gravel (GC or GM) having a liquid limit greater than 45 should be evaluated by the Engineer on a case by case basis. Subgrade soils with a liquid limit greater than 40 or a plasticity index greater than 15 shall be undercut to a depth determined by the Engineer and removed from the street section or improved by a designed method of stabilization accepted by the City Engineer. Other soils which the Engineer determines cannot be properly compacted shall also be undercut to a specified depth. This excavated unsuitable material shall be disposed of off-site. Backfill for undercut areas shall meet the requirements described above. Other materials exceeding these requirements may be used as backfill, subject to the approval of the Engineer. Backfill shall be placed and compacted in 8 -inch maximum lifts in accordance with the density requirements in this specification. SP -14-4.5 The ditch excavation for channel changes or to bring ditches to minimum required section shall be in accordance with applicable portions of the Standard Specifications referred to above. All ditch excavation shall be completed to the required grade shown on the Plans or as directed by the Engineer. SP -14-4.6 OVER -EXCAVATION: Where excavation is carried below or beyond that required, the space shall be filled to grade with suitable material and thoroughly compacted as directed by the Engineer. The Contractor will not be entitled to additional compensation for such over -excavation or the necessary refilling, unless the Owner or its representative is responsible for the error. SP -14-4.7 Those areas outside of the pavement areas in which the top layer of soil material has become compacted, by hauling or other activities of the Contractor, shall be scarified and disked to a depth of 4 inches, in order to loosen and pulverize the soil. SP -1413.8 If it is necessary to interrupt existing surface drainage, sewers or under -drainage, conduits, utilities, or similar underground structures, the Contractor shall be responsible for and shall take all necessary precautions to preserve them or provide temporary services. When such facilities are encountered, the Contractor shall notify the Engineer, who shall arrange for their removal if SP -14 Excavation and Embankment SP -14-3 Addendum No 2. N. Rupple Road - _. 4dunemss / AIVIT-1 'A- FrLLF.0%asetla,s farr MrnFaa �pIFYiMrP�r ur. s etP.•efs rrY ray [ r� r tlia.aq/iWNe,FstYsivu�v�nwfvna YW �'*��'"^i'' M T' Ki+a.c pvtlW � plui „u'< S�]j fyYa.11.'�a llrr F, less Fra.�a.'ac mwerl�atrxe. r uwc �•r �w'auaaa'e per � aw�•rtu . yx.aw4 ar u...,.�er.or.a i a ■■■ (� cwvxrc x m % srw io t it pa f • y.>•qp 4rY µf wea ra. ox nva t �ro ,� � I. Yi�Mait ��4G,f.E. rerFwPR[M Pilii+il Ylve luwwa •�•" �liFe rruw P� � / ww V—_. ��uuP �6 ��` \ MY�lpVllraya�•`"1 A� ..- � '2Y4-7'L+i �� �.. Yu,4,i ypj r Feu xlvaa- _�-` mrr Y •7e ........... .... --................_5... mac r+•' RUPPLE ROAD�r 'r� a r � -rn. .ei+�FFq�rwc y q la1Fr YILLM Vim. rM�Pra, +AW `�fS ��rt4Fl Flii'4L�.4L _ d '/✓ / •� wfarl �4Ye r u�' ` r f5� � � �1r µ:i. `r•• iJeu smr• a•ic { -, !i J �� r `` �iri _ � �' t �>rYp kg4µ3'-x-• +� t�i,'�� r• r � I Jfr S +� hMOeF:Y.1p� X; H f. IveM [ ager el �+s �s �,iv �� •c E. i+•m m 1 / ,. a+rFsFsf. Y Fee Fr ww."m• ��TWa<i I�aulnecnYP un r+ruei . .....-Foi=�= l � w ' �� � / Y� ti `•R. � r fit\ ••.-�.-.-_-—._�_.. _ ....__— .-�.._........._ . __._._. � � x. wrwu. 11.. +xr rl.ry r _ rm rm rm _ R .°• - wm`++rw•r�rew raar .• / r / 4u�uaPa........................._.®....;�. I ry ..an yrx,,.v.-x..r ..............iii'... � �,.•� , pTrrl voa rr rnr.rrun / :twewr`..rr, i� �enrnal � ora,e�.noePree - piMc4FGkr/. ia-~u� , � xaa Fm•a4..... • .. -. y.mn ii i�'a `r, sel u. maertuVel MNY. .L C -503r J'`.•' " urWw r lr�x RiapR BRtlK 4E ® S�PTN3pLlVlerEW[Fe!(Fcl �d,M. rUnaY.a \ IR+IannvWxWartNra WbR bar r�x'frfp}FR yy uMtKecr xxa wr�a w![vemai wxMftt a,.a+prury \ �l�'. r[rfk u,w Gr NAY YT w[wmswnv nwtenca n. me �Y FssEcrrvEJ ISCafb67�Yaeaa'M f[1fCiNMawfN'hlat ssoocewneaunwxr. \p 1� 1 t RUPPLE ROAD I S Fl a[10Mupic[aiin.a[ki'ie%MRSW onrox �1r19N9k �[#rNWl Foarrtr!WEv y � ■r • qM a'1'a oxo ^KIM al.,�as \ 4/µFI1N.rylyM �xu ro�ru[! +n7atlu[ rrrac ' %y � � 4 ,RtYPP Fl. Rim�axss ...`.• UYM1Y N N n n Et xl1 LTI. lr "t �M f van a aao*ar uw: ./ 0.c ly [ w w _ c :as � I malrrau �a4xH4 I 4a+[ ry-�—�.Ip�.-.�vSM •�_Ti3— � Nti�� ti _ •} 1Xt —ter ........... T0. i� y� IYL� ��y •• li �• I S Fl a[10Mupic[aiin.a[ki'ie%MRSW onrox �1r19N9k �[#rNWl Foarrtr!WEv y � ■r • qM a'1'a oxo ^KIM al.,�as \ 4/µFI1N.rylyM �xu ro�ru[! +n7atlu[ rrrac ' %y � � 4 ,RtYPP Fl. Rim�axss ...`.• UYM1Y N N n n Et xl1 LTI. lr "t �M f „w.�a�raP� STA 19+0U To S I A L W 99 �I 3 Bid 17-67, Addendum 3 Date: Wednesday, November 22, 2017 To: All Prospective Vendors From: Les McGaugh — 479.575.8220 — Imcgaugh@fayetteville-ar.gov FAY E T T E CITY OF FILL E RE: Bid 17-67, Construction — Starry Night View to Mt. Comfort (Rupple Rd) ARKANSAS This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein, Bidders should indicate their receipt of same in the appropriate blank of the Bid Form. BIDDERS SHOULD ACKNOWLEDGE THIS ADDENDUM ON THE DESIGNATED LOCATION ON THE BID FORM. 1. On page C-101, for typical section 1, it is showing leveling with binder (PG 70-22), is this correct? It will be tough to level with binder. This is a typo for the leveling course. It should read (1/2") instead of (1"). The leveling course will be paid for under Asphalt Concrete Hot Mix Surface Course ACHMSC - Pay Item No. 32. Replace sheet C-101 in the Plans with the attached sheet C-101 marked Revision 1—Addendum No. 3 Telecommunications Device for the Deaf TDD(479)521-1316 113 West Mountain - Fayetteville, AR 72701 Ll Saroa.xw ear• [ei",.,w•r"`rr'.".aF"aniw�i a ax[ V SEED +�. .min. arowa� Dorn re.n aKla . r q.+natq ry�initndU — r+ki+ev an ��i`r tpi'Ixp nA![wrx• A9fi"SiTYF4'fAFF N fr[rlEs °r�•�m °i�lnx�rwir°'r w�1}�Yt riRif�+r �r+"... w-r�4 rokrocnws ooana+s Fr. +n*o.s x cunt: xe �.x,.i.rx.a.cua[ xaVwv«�"`kww"�wa. rupl MYrwxF iiydw,r•dR'MM/�Wuor�i,R YriMbl •• .... .... I.E ' kosu iu,."i ariwuC9x.""'. "i„�"ruaxiuwF""�z.o—E. oTMmaouue, x.vE SErx wo OVEH4AY ERNE Gi# AND CILTMk1. Hr m1]E (]HLYI WITH h6 NEi3GH 1O [ ..mrawasww rwKYmr,laan•a•�o.:++auan a.,r. xuwae ualn, su is ,aaF.asrA,i ee., A•e« eans•Q!" +xa� �ixF lce'""4Frs w"A,wr["e""�'"wer m>'e�'° • in[akOP[ WKN'l� lx[Ca0.4i NWkMnih rwf9l l9xr Pi*�ri4VlCl wrc �f+t[Y nY- y A Fwlrt i3 N [ �6eut.�'+� �nlemK•rJte nAMMaRwu+a iA rwGxYNFE. nppgKn,wrtnly l+th+li v��,a�way! n rpr�wf.i�elxm•Muwww airr,rtawxkK n N M,wnll,fn[f�,ii•wxe raxt+Wmtp [x,•u 3 al.•,WnXu+sa� rKjrekin mF+�w•utn ieaHwf.N TNHnro [1•M�wN klM�lw+aYKiu��a . QoF mxsrxunw, _ n.nwtwpn..Fnrwr r!n ---------------- I � rwweµaan upya 7 SF &d .wvww .rrcupFr ��q�W ex,� ua°aewr•ni'�`rtwe yn"„`.y �• �� y rxn rump 6euwwr� - rJfi VY [x w5[l _ � i.�r;r •y.(i6sa [n•[iwS pkfMb rpih yrq. P r lF.9 ill'Mlx L pZ�3 C1 0z YY [91�µ r!#tour •grmlr PAN ^ sr xAm.sucxr ,rrnmuii%� °` ,« a �v'rfra�irwee na! rae•r stn Feruwu rmcea rrcrrxc .. X0¢ s[f 4[ruwxo wut ofl.l� f•�iFkkl� R1 pM,N rt. (YUM n. F RIKWF.41[A�Mi [kKupw%Ypi/16WM�r[ _ �C-107e VE'CtW �2 HILL OEFI'H 44MiE f;1]9�MIE7:.Lt1'iEla1N11jMML[ xaF,�ewg 31R11�&�Fo3FRl.:�B9ow�xr�[wnm DOCUMENT 00500 - AGREEMENT BETWEEN OWNER AND CONTRACTOR Contract Name/Title: W. STARRY NIGHT VIEW — W. MOUNT COMFORT RD. (N. RUPPLE RD.) Contract No.: THIS AGREEMENT is dated as of the _ flay of . in the year 201gby and between The City of Fayetteville, Arkansas and Crossland Heavy Contractors. Inc. (hereinafter called Contractor). ARTICLE 1- WORK 1.01 Contractor shall compete all Work as specified or indicated in the Contract Documents. The work under this Contract includes, but is not limited to: The Contract consists of approximately 1,800 L.F. of roadway construction with raised median, 182 L.F. of a new bridge, construction of associated earthwork and channelization, curb and gutter, sidewalk, shared use paths (trails), enclosed drainage, retaining walls, fencing, obliterating existing Rupple Road, driveways, 12 inch waterline and appurtenance, 10 inch sanitary sewer, sanitary sewer manholes, and miscellaneous items. ARTICLE 2 - ENGINEER 2.01 The Project has been designed by the City of Fayetteville, Engineering Division, who is hereinafter called Engineer. The Engineer 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. 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. 00500 Agreement 00500- 1 North Rupple Road DOCUMENT 00500 --- AGREEMENT (continued) 3.02 D&T—ES FOR 5UBSTANTIAL COMPLETION AND FINAL PAYMENT: A. The Work will be Substantially Completed within 300 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 330 calendar days after the date when the Contract Times commence to run. 3.03 LIQUIDATED DAMAG :. 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, 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 remainder of 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 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 00500 Agreement 00500-2 Garver Project No. 09047100 North Rupple Road DOCUMENT 00500 -- AGREEMENT (continued) 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. 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. Prior to Substantial Completion, progress payments will be made in an arnount 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. 00500 Agreement 00500-3 Garver Project No. 09047100 North Rupple Road DOCUMENT 00500 —AGREEMENT (continued) a. 95% of Work Completed (with the balance being retainage). 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 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. AURICLE 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 00500-4 Garver Project No. 09047100 North Rupple Road 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, infannation and observations obtained from visits to the Site, reports and drawings 00500 Agreement 00500-5 Garver Project No. 09047100 North Rupple Road DOCUMENT 00500 — AGREEMENT (continued) I. I 00500 Agreement North Rupple Road identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 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. The Contract Documents are generally sufficient to indicate and convey understanding of all terns and conditions for performance and furnishing of the Work. 00500-6 Garver Project No. 09047100 DOCUMENT 00500 — AGREEMENT (continued) 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. d. Federal funding documentation 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 00500-7 Garver Project No. 09047100 North Rupple Road 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: W. STARRY NIGHT VIE — W. MOUNT COMF RT RD, M RUPPLE RD.) 8. Addenda numbers one (1) to three (3), 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 ASSIQXMENT OF RACT: 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 00500-8 Garver Project No. 09047100 North Rupple Road DOCUMENT 00500 AGREEMENT (continued) 8.03 SUCCESSORS ANDA S GNS: 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 EVERABILITY: 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. OTHER PROVISI N : 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 00500-9 Garver Project No. 09047100 North Rupple Road DOCUMENT 00500 —AGREEMENT (continued) This Agreement will be effective on , 20A, which is the Effective Date of the Agreement. CONTRACTOR E /� (SEAL) Attest,, Address faxig i%Y, s Sete► Y S LAD-7---� $ License No. 301 / % 8 Agent for Service of process (If Contractor is a corporation, attach evidence of authority to sign.) END OF DOCUMENT 00500 00500 Agreement North Rupple Road CITY OF'FAYETTEVILLE - • Attest �rrrr � nii►��'" Address for giving notices (attach evidence of authority to sign and resolution or other documents authorizing execution of Agreement) Approved As to Form: By: Attorney For: _. e i l l id - 00500 - 10 Garver Project No. 09047100 CROSSLAND HEAVY CONTRACTORS 501 S. East Avenue • P.O. Box 350 Columbus, KS 66725 tai 620.429.1410 fax 620.429.2977 Corporate Resolution BE IT RESOLVED: that at the monthly meeting of the Board of Directors of Crossland Heavy Contractors, Inc., held on the 2nd day of December, 2016, the Board of Directors did, by unanimous decision, authorize Mark Sell, Chris Walters, Justin Lillie, Dan Thompson or Ivan Crossland, Jr. to sign on behalf of said Corporation all documents and papers pertaining to the business of said Corporation. All documents signed by Mark Sell, Chris Walters, Justin Lillie, Dan Thompson or Ivan Crossland, Jr. on behalf of Crossland Heavy Contractors, Inc. s 11,b gally,►binding on Crossland Heavy Contractors, Inc. and their successors an i Z Mark Selt FrOird'ent ATTEST: —�U L�� Holly Rhodes, Secretary State of Kansas, County of Cherokee: Before me, the undersigned Notary Public in and for the County and State aforesaid, personally appeared Mark Sell, President of Crossland Heavy Contractors, Inc. a corporation duly organized and existing in the State of Kansas, and he acknowledged the same on behalf of said Corporation. In witness thereof I have set my hand and affixed my seal this 4th day of December 2017. Rotary Pu lic My Commission Expires: 04.011 KAYLA 1. O'BRIEN Notary Public - State of Kansas MyAppt. Expires 61 W17LZI— www.heavycontractors.com N RPC nsos k@Sfife lof f4OnnrnJ NORTHWEST ARKANSAS REGIONAL PLANNING COMMISSION 1311 Clayton St., Springdale, Arkansas, 72762 s (479) 751 7125 o Fax: (479) 751 7150 http,,//nwarpe.org November 8, 2017 Mayor Lioneld Jordan R F D City of Fayetteville ?, 113 West Mountain Street CITY k4FA ESE LR Fayetteville, AR 72701 Re: ARDOT Job No. 040657 Rupple Road - W. Starry Night View to W. Mount Comfort Road Construction Phase FFY 2018 Surface Transportation Block Grant Program - Attributable (STBGP-A) Dear Mayor Jordan: The Rupple Road Project -Construction Phase was selected by the Northwest Arkansas Regional Planning Commission on September 23, 2015 for FFY 2017 STBGP-A funding and again on September 27, 2017 for FFY 2018 STBGP-A funding. Please note the actual funds awarded/obligated for FFY 2017 funding increased by $774,401 for a total of 3,262,401 (See attached Federal -Aid Project Agreement). The NWARPC approved an additional $1,545,599 from FY 2018 funds for a total of $5,774,303 in federal STBGP-A funds for Rupple Road. The 2013 to 2017 and 2018 STBGP-A funds awarded are shown below: 2013-2017 2018 Total Amount STBGP-A STBGP-A $4,228,704 $1,545,599 $5,774,303 (Federal) The STBGP-A funding is subject to an obligation limitation and the total available funds may change after final FFY 2018 funding is published. All required AHTD submittals and required approvals for this project should be completed by August 15, 2018 in order to allow sufficient time to obligate the STBGP-A funds for this project by September 30, 2018. Please let us know if you have any questions or need additional information regarding this program. Sincerely, Hawkins Director Cc: Mr. Paul Simms, AHTD City of Fayetteville, Arkansas - Budget Adjustment Form (Legistar) Budget Year Division ENGINEERING (621) Adjustment Number 2017 /Org2 Requestor: Chris Brown BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: Recognize the remaining Federal -aid funds of $4,528,569 available for this project which will be reimbursed by Arkansas Department of Transportation (ArDOT). Move the City's matching funds of $988,362 from Subproject 1 to Subproject 3100. Move funds from Water & Sewer to pay for water & sewer improvements within this project which includes a contingency of $59,562. Move CIP funds of $297,213 from another Street Improvement Project which is part of the overall Rupple Road corridor to cover contingencies for the road & bridge improvements. COUNCIL DATE: 12/19/2017 LEGISTAR FILE ID#: 2017-0688 RESOLUTION/ORDINANCE 3G{A)-cwal Fe& 12/4/2017 3:59 PM Budget Director TYPE: DESCRIPTION: GLDATE: POSTED: Date TOTAL Account Number 4,528,569 4,528,569 Increase / (Decrease) Expense Revenue Project.Sub# Project Sub AT v.20170707 Account Name 5400.720.5600-5808.00 (178,686) - 11011 1 EX Water Line Improvements - Water Line Irr 5400.720.5600-5808.00 178,686 - 06035 3100 EX Water Line Improvements - Water Line Irr 4470.800.8820-5809.00 (297,213) - 06008 1 EX Street Improvements - Street Improvemei 4470.800.8820-5809.00 297,213 - 06035 3100 EX Street Improvements - Street Improvemei 4470.800.8835-4309.00 - 4,528,569 06035 3100 RE Federal Grants - Capital 4470.800.8835-5809.00 4,052,070 - 06035 3100 EX Street Improvements - Street Improvemei 4520.800.9556-5809.00 (988,362) 06035 1 EX Street Improvements - Street Improvemei 4520.800.9556-5809.00 988,362 06035 3100 EX Street Improvements - Street Improvemei 4470.800.8835-5808.00 476,499 06035 3100 EX "Water Line Improvements - Water Line C:\Users\losmith\AppData\Roaming\L5\Temp\79359ba1-1c4e-4d2c-9f1b-cec5339c768f 1 of 1 Paul Libertini City of Fayetteville Staff Review Form 2019-0400 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 6/25/2019 Change Order #3 for the Rupple Road (Starry Night View to Mt Comfort Road) Improvement Project ENGINEERING (621) Submitted By Submitted Date Division / Department Action Recommendation: Approval of Change Order #3 for the Rupple Road (Starry Night View to Mt Comfort Road) Improvement Project in the amount of (-$79.50) for the installation of of 6 lighting fixtures on the new bridge on Rupple Road crossing over Hamestring Creek and the relocation & refurbishing of an existing cattle guard, and the deduction of rock excavation and undercut & stone backfill which is not anticipated to be needed for this project. V20180321 Purchase Order Number: 2017-00000800 Previous Ordinance or Resolution # 271-17 Change Order Number: 3 Approval Date: 7/2/19 Original Contract Number: 2017-00000041 Comments: Budget Impact: 4470.800.8835-5809.00 (-$63.60) Transportation Bond Street Improvments 4520.800.9556-5809.00 (-$15.90) Street Sales Tax 2015 Account Number Fund 06035.3100 Rupple Rd (BF Lane to Mt. Comfort) Project Number Project Title Budgeted Item? Yes Current Budget $ 3,894,317.00 Funds Obligated $ 3,496,709.00 Current Balance $ 397,608.00 Does item have a cost? Yes Item Cost $ (79.50) Budget Adjustment Attached? NA Budget Adjustment Remaining Budget $ 397,687.50 V20180321 Purchase Order Number: 2017-00000800 Previous Ordinance or Resolution # 271-17 Change Order Number: 3 Approval Date: 7/2/19 Original Contract Number: 2017-00000041 Comments: CITY OF FAYETTEVILLE ARKANSAS TO: Mayor Jordan THRU: Don Marr. Chief of Staff Garner Stoll, Development Services Director Chris Brown, City Engineer FROM: Paul Libertini, Staff Engineer�ve DATE: June 24, 2019 SUBJECT: Approval of Change Order #3 Rupple Road — Starry Night View to Mt. Comfort Road STAFF MEMO RECOMMENDATION: Staff recommends approval of this Change Order #3 which will decrease the contract amount by (-$79.50). BACKGROUND: On December 19, 2017, the City Council approved a contract with Crossland Heavy Contractors, Inc. for construction of the improvements to Rupple Road from Starry Night View to Mt. Comfort Road. The contract amount was $5,574,726.35, with a contingency amount of $418,104.00. DISCUSSION: This request is for the installation of 6 lighting fixtures on the new bridge on Rupple Road crossing over Hamestring Creek and the relocation & refurbishing of an existing cattle guard, and the deduction of rock excavation and undercut & stone backfill which is not anticipated to be needed for this project. BUDGET IMPACT: This project is funded by the Transportation Bond Program. The purchase order should be adjusted as follows. 4470.800.8835-5809.00 (-$63.60) 4520.800.9556-5809.00 (-$15.90) Attachments: Change Order #3 Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 �- www.WrvvVXmm CELE BRA TING ONE HUNDRED YEARS r 1919 2019 Construction Contract Change Order Project: Change Order No. 3 W. Starry Night View- W. Mount Comfort Rd. (N. Rupple Rd.) (Fayetteville) Date Prepared: June 14, 2019 Fayetteville, AR ARDOT Job No 040657 F.AP. STPU-9142 36 Prepared by: Jeff Webb, P. E. Owner. Contractor. City of Fayetteville Crossland Heavy Contractors, Inc. 113 W. Mountain Street 501 S. East Avenue Fayetteville, AR 72701 Columbus, KS 66725 Description of Work Included in Contract Construction of 1,800 L.F. of roadway with raised median, 182 L.F. of a new bridge, construction of associated earthwork and channelization, curb and gutter, sidewalk shared Changes and Reasons Ord" (List Individual Changes as: A. 8, C, D, etc) Refurbish Existing Metal Cattle Guard and install New Concrete Footing and Floor. Existing Cattle Guard was removed in one piece but has many areas that need A repair. The existing cattle guard was also constructed overall several years and added onto with various sections of concrete footings and those were not salvageable. Location and Elevation Adjustments of Mr. Hazen's driveway. This includes a 27 -day calendar time period adjustment for making multiple revisions in the field to B achieve an acceptable solution by the City, Contractor, and property owner. Additional Bridge Lighting to include the installation of six (6) light poles on the bridge, conduit and conductors to power pedestal, handholes, power pedestal and C. connection to Ozarks Electric D. An additional 43 calendar days is added per this change order for abnormal weather through the end of May 2019. Attachments: Price Proposals Bid Bid Unit Original Contract Revised Revised Original Revised Item Item of Contract Unit Contract Unit Contract Contract No. Desai ion Measure Quanti Price Quanti Price Cost Cost FChan 4 Unclassified Excavation (Plan CY 11824 $9.00 12,824 $9.00 $106,416.00 $115,416.00 Quantit 5 Embankment Construction (Plan CY 33167 $12.75 34167 $12.75 $422,879.25 5435,629.25 Quantic.,.,. 7 Rock Excavation CY 500 $90.00 195 $90.00 $45,000.00 $17,550.00 A.,B.,C. 10 Undercut and Stone Ball Ton 2727 $34.50 0 $34.50 $94.081.50 50.00 B. 11 18" Class III R.C. Pipe LF 295 $63.00 325 $63.00 $18,585.00 $20,475.00 B. 39 Aggregate Base Course Driveway SY 183 $15.00 292 $15.00 $2,745.00 $4,380.00 Refurbish Existing Metal Cattle A. CO -3.1 Guard and Install New Concrete Each 0 $0.00 1 $9,338.00 $0.00 $9,338.00 Footings and Floor C. CO -3.2 Light Fixture, Type A, with Pole on Each 0 $0.00 6 $6,612.00 $0.00 $39,672.00 Bridge C. CO -3.3 Electrical Handhole, 11" x 18", Type Each 0 $0.00 2 $1,609.00 $0.00 $3,218.00 C. CO -3.4 PVC Schedule 40 Conduit, Trade LF 0 $0.00 880 $29.00 $0.00 $25,520.00 Size 2" C. CO -3.5 PVC Schedule 00 Conduit, Trade LF 0 $0.00 50 $46.00 $0.00 $2,300.00 Size 2" C. CO -3.6 No, 8 AWG Copper Conductor LF 0 $0.00 3560 $2.00 $0.00 $7,120.00 C. CO -3.7 No. 6 AWG Copper Conductor, Bare LF 0 $0.00 10 $7.00 $0.00 $70.00 C. CO -3.8 No. 3 AWG Copper Conductor LF 0 $0.00 1 180 $4.00 $0.00 $720.00 C. CO -3.9 Electrical Service Equipment Each 0 $0.00 1 $7,148.00 $0.00 $7,148.00 Pedestal C. CO -3.10 New Electrical Service Each 0 $0.00 1 $1 071.00 $0.00 51 071.00 Summation of Cost $689,706.75 $689,62725 Net Cost for this Change Order ($79.50) Estimated Project Cost Time Change Estimated Project Cost Contract Start Date Original Contract Time (calendar days) June 18, 2018 300 Original Contract Amount $5,574,726.35 Previously Approved Changes ($14.00) Previously Approved Changes (calendar days) 63 This Change Order ($79.50) Additional Contract Time This Change Order (calendar day 70 New Contract Amount $5,574,632.85 Suspended Time (calendar days) New Construction Completion Date August 25, 2019 THIS AGREEMENT IS SUBJECT TO ALL ORIGINAL CONTRACT PROVISIONS AND PREVIOUS CHANGE ORDERS ISSUED FOR REASONS Digitally lig-1 by D. Jettny INDICATED ABOVE � J�� LZsGG>; o 2019.MA8083524O5W Project Manager 6/14/2019 Engineer. Garver - Engineer's Signature Title Date ACCEPTED BY CONTRACTOR - ' Project Manager 6/17/2019 Contr or's Sigrii6ture I Title Date APPROVED BY cry of �-Idw-neles ature Title Dat APPROVED BY ArDOT Arkansas Department of Transportation ArDOTs Signature Title Date v.ax..: +•r?7 n,7 l r'y.'YSL'a :r [E L! 60..0 TI N G ONt HUN1)a EO Y1ARS • �� 1919 2ii19 Construction Contract Change Order W. Starry Night Yew- W. Minn Comfort Rd. (N. Ruppla Rd.) (Feyettevilie) Change Order No. 3 Fayetteville, AR ARDOT Job No 040857 F.A.P. STPU-9!a2"36' to Prepared: June 14, 2019 by: Jeff Webb, P.E. Orme City M Fayettowite Contractor. 113 W. Mountain Street r0ssland heavy Contractors, Inc. Fa tteville, AR 72701 1 S. East Avenue olumbus, KS 66725 Description of Work Inducted in Contract Constriction of 1,800 L.F. 0frOadway wth raised medlar. 1 a2 L.F. of a new Md e, catatruction of asSOCiated sanhvmrk and channelizaton, Changes and Reesorte Ordered (List Individual Changes as: A,% C, D, etc.) curb and utter, sidewalk, sharec Refurbish Existing Metal Cattle Guard and install New Concrete Footing and Floor. Existing Cattle Guard was removed n one piece but has many areas that A. repave The exfsbng cattle guard was also constructed overall several years and added onto with various sections of ccnaote footings and those need were rot salvageable, 8 Location and Elevation AdIustmenta 0(1*. Haw's driveway. This includes a 27 -day calender time period adjustment for making multiple revls'.ons in the field to achieve an acceptable solution by the City, Contractor, and property owner. C Additional Bridge Lighting to include the installation of six (6) fight poles on the bridge, candut and conductors to power pedestal, harldholes, power pedestal and connection to Ozarks Electric D. An additional 43 calendar days is added per this change order for abnormal weather through the and of May 2019. Attachments: Price Propoaala Bid Bid Unit Contract Iter) Original Co. its RevisedRalrisad OdgirW Revised hem of Changes Na Description Maaeure Contract Unit Contact unit Contract O Price QuantityPrice Contract m B. a Und d Exvation (Plan Cost Cost Quem CY Quantity) $9. 11824 00 12, a24 f9. 5108,418.00 $115.416.00 B. 5 Embankment Construction (Plan -Quantity) CY 33187 $12.75 34167 $12.75 $422,879.25 $435,629.25 7 Rock Excavation CY and Stuns Bed ddl 500 $90.00 195 $90.00 $45,000.00 $17550.00 Clan 18" Ton 18" Close 111 R.C. LF 2727 $34,50 0 534. $94,081.50 -295 $63.00 325 $0.00 8. 39 ate Base Cease Driveway SY $63. $18,566.00 183 $15,00 292 $15.00 $2.745.00 $20,475.00 $4.380.00 Rcfirtish Existing Metal Cattle A. C013.1 Guard and Install New Concrete Each 0 $9.00 1 $9.338.00 30.00 $9,338.00 Foctin end Floor C. 0032 Light Fixture. Type A, with Pole on Bridge Each 0 $0.00 6 $6,812. $0.00 $39.87200 C. C033 Electrical "ondhole, 11,, x 18". Type PO Each 0 50-00 2$1,609.00 $0.00 $3.218.00 C. CO -3.4 PVC Schedule 40 Conduct, Trade Size 2" LF S 0 $0.00 Sam $29.00 $0.00 $25,520.00 C. CO -3.5 PVC Schedule 00 Conduit Trade Size 2' LF 0 $0.00 50 $16.00 $0.00 $2.300.00 C. C036 No. 8AWG CopperConductor LF C037 No. 6 AWG 0 $D.Oo 3560 $2,00 50.00 $7,120.00 Conductor Baro LF C036 Na 3 AWG Conductor LF 0 $0.00 10 37.00 $0.00 $70.00 C0.3.9 Electnce Service E:iu�rnerH 0 $0.00 180 $4.00 $0.00 5720.00 Pedestal Each 0 x.00 1 $7,10600 50.00 $7,148.00 CO3.10 New Electrical Service Each VE.at�.tod 0 $0.00 1 St 071.00 $C.00 $1 071.00 --- _ SlrmrCan of Coat 5689,708.75 $669,627.26 Project Cwt Nat Cwt for this Change Order ($79.31)) Time Change Estimated Project Cost Contract Contract Start Date June 18, 2018 Previously ed ChaAmount $5,674,72636 Approved Chagas Onglnal Contract Time (calender days) 300 This Change Order (514.00) This Char Previously Approved Changes (calender tleys) 63 (S79L58) New Contract Amount Additional Contra" T-Ime This Change Order (calendar day 70 $5,574,63296 Suspended Time (calandar days) - New Construction Completion Date THIS AGREEMENT IS SUBJECT TO ALL ORIGINAL CONTRACT PROVISION$ August 25, 2019 ISSUED FOR REASON$ AND PREWOUS CHANGE ORDERS INDICATED ABOVE Engrnsar: Gamer `°°�°.°x"=s.�s:). v<• Project Manager 6/14/2019 _-_ Ernrineer'a ACCEPTED BY Signature Tide Date CONTRACTOR--_-- ~ �) _ Project Manager 6/17/2019 Contr a Si etas APPROVED tiY Tina---- Date OWNER Owner's S ] A APPROVED BY Title Da ArDOT Arkansas Department IL of Tran aeon ArDOrs atw Tide f Date ARKANSAS DEPARTMENT OF TRANSPORTATION , 6ARDOT.9ov I IDriveArkanum.com I Scott E. Bonnett, P.E., Director ARKANSAS DEPARTMENT PROGRAM MANAGEMENT DIVISION OF TRANSPORTATION 10324 Interstate 30 1 P.O. Box 22611 Uttte Rock, AR 72203-2261 I Phone: 501.569.2262 1 Fax: 501.569.2623 The Honorable Lioneld Jordan Mayor of Fayetteville 113 West Mountain Fayetteville, AR 72701 Dear Mayor Jordan: July 10, 2019 Re: Job 040657 F.A.P. STPU-9142(36) W. Starry Night View -W. Mount Comfort Rd. (N. Rupple Rd.) (Fayetteville) (S) Washington County Reference is made to Change Order Number 3 recently submitted for the subject Federal -aid project. We hereby concur in the changes, and a signed copy of the change order is enclosed for your use. Approval of this change order does not indicate a change in federal funding for this project. If you have any questions, please contact Carlos Meredith at (501) 569-2481. Sincerely, Jare 1 ey iv ision Engine Program Management Enclosure Construction — Chuck Holland Transportation Planning and Policy District 4 Resident Engineer #43 Job 040657 'D' File Mr. Jeff Hawkins, Northwest Arkansas Regional Planning Commission Quoted By: Jason Necessary jnecessaryCDheavycontractors.com CROSSLAND mobile: 479-282-6570 HEAVY CONTRACTORS Job Description 18A01 UT N Rupple Rd RFP 8- Hazen Cattle Guard Proposal Pay Item No. Description Quantity Unit of Measure Unit Price Total Price Subtotal Description 01 Refurbish Existing Metal Cattle Guard and Install New Concrete Footings and 1.00 EA 9,338.00 9,338.0 Floor GRAND TOTAL: 9,338.00 5/16/2019 5:37 PM Copyright©1989-2016 InEight Inc. All Rights Reserved. 1 of 1 Quoted By: Jason Necessary inecessary(a)heavycontractors.com CROSSLAND mobile: 479-282-6570 HEAVY CONTRACTORS Job Description 18A01 UT N Rupple Rd Bright Lighting Completion Bid Date 7 -Jun -2019 Proposal Pay Item No. Description Quantity Unit of Measure Unit Price Total Price Subtotal Description 1 Light Fixture, Type A, with Pole on Bridge 6.00 Each 6,612.00 39,672.00 2 Electrical Handhole, 11" x 18", Type PG 2.00 Each 1,609.00 3,218.00 3 PVC Schedule 40 Conduit, Trade Size 2" 880.00 LF 29.00 25,520.00 4 PVC Schedule 80 Conduit, Trade Size 2" 50.00 LF 46.00 2,300.00 5 No. 8 AWG Copper Conductor 3,560.00 LF 2.00 7,120.00 6 No. 6 AWG Copper Conductor, Bare 10.00 LF 7.00 70.00 7 No. 3 AWG Copper Conductor 180.00 LF 4.00 720.00 8 Electrical Service Equipment Pedestal 1.00 Each 7,148.00 7,148.00 9 New Electrical Service 1.00 Each 1,071.00 1,071.00 GRAND TOTAL: 86,839.00 Proposal Certification 6/7/2019 3:06 PM Copyright©1989-2016 InEight Inc. All Rights Reserved. 1 of 1 Paul Libertini Submitted By City of Fayetteville Staff Review Form 2020-0076 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Change Order #4 with Crossland Heavy Contractors 1/22/2020 ENGINEERING (621) Submitted Date Division / Department Action Recommendation: APPROVAL OF CHANGE ORDER #4 (FINAL) WITH CROSSLAND HEAVY CONTRACTORS, INC. FOR IMPROVEMENTS TO RUPPLE ROAD FROM W. STARRY NIGHT VIEW TOW. MOUNT COMFORT ROAD IN THE AMOUNT OF (-$96,997.35). Budget Impact: 4470.800.8835-5809.00 Sales Tax Capital Improvement Account Number 06035.3100 Project Number Budgeted Item? Yes Does item have a cost? Yes Budget Adjustment Attached? No Fund Rupple Rd (BF Lane to Mt. Comfort) Current Budget Funds Obligated Current Balance Item Cost Budget Adjustment Remaining Budget Project Title $ 3,892,196.00 $ 3,515,079.00 $ 377,117.00 $ (96,997.35) $ 474,114.35 V20180321 Purchase Order Number: 2017-00000800 Previous Ordinance or Resolution # 271-17 Change Order Number: Original Contract Number: Comments: 4 2017-00000041 Approval Date: 1/28/2020 asift CITY OF FAYETTEVILLE ARKANSAS TO: Mayor Jordan THRU: Susan Norton, Chief of Staff Garner Stoll, Development Services Director Chris Brown, City Engineer FROM: Paul Libertini, Staff Engineer DATE: January 22, 2020 SUBJECT: Approval of Construction Change Order #4 (Final) Rupple Road — Starry Night View to Mt. Comfort Road STAFF MEMO RECOMMENDATION: Staff recommends approval of Change Order #4 (Final) which will decrease the contract amount by (-$96,997.35). BACKGROUND: On December 19, 2017, the City Council approved a contract with Crossland Heavy Contractors, Inc. for construction of the improvements to Rupple Road from Starry Night View to Mt. Comfort Road. The contract amount was $5,574,726.35, with a contingency amount of $418,104.00. DISCUSSION: Change Order #4 is the final construction change order for this project which reconciles the overruns and underruns of final bid item quantities requried to complete this project including the adjustment of weather days. The total of the Change Order #4 results in a reduction to the contract of (-$96,997.35). BUDGET/STAFF IMPACT: This project is funded by the Transportation Bond Program. Attachments: Change Order #4 (Final) Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 C7KANSAS DEPARTMENT AR OF TRANSPORTATION The Honorable Lioneld Jordan Mayor of Fayetteville 113 W. Mountain Street Fayetteville, AR 72701 Dear M�IF ARKANSAS DEPARTMENT OF TRANSPORTATION ARDOT.gov I IDriveArkansas.com I Scott E. Bennett, P.E., Director PROGRAM MANAGEMENT DIVISION 10324Interstate 30 1 P.O. Box 2261 Little Rock AR 72203-2261 1 Phone: 501.569.2262 1 Fax:501.569.2623 February 4, 2020 Re: Job 040657 F.A.P. STPU-9142(36) W. Starry Night View-W. Mount Comfort Rd. (N. Rupple Rd.) (Fayetteville) (S) Washington County Reference is made to Change Order Number 4 recently submitted for the subject Federal -aid project. We hereby concur in the changes, and a signed copy of the change order is enclosed for your use. Approval of this change order does not indicate a change in federal funding for this project. If you have any questions, please contact Carlos Meredith at (501) 569-2481. Sincerely, Enclosure c: Construction — Chuck Holland Transportation Planning and Policy District 4 Resident Engineer #43 Job 040657 'D' File Mr. Jeff Hawkins, Northwest Arkansas Regional Planning Commission CELIORATIN4 ONE HUNDRED YEARS swn 3rYwUSAtem rn : nia construction Contract Change Order Project: Change Ordw No. 4 W. Starry NigM View- W. Mount Comfort Rd. (N. Rupple Rd.) (Fayetteville) Fayetteville, AR Oerver Job No. OOD47100 F A P STPU-9142 :I6 Job 040657 Date PEaparad: October 73. 2018 , Jeff Webb. PE Owner: C ly of Fayetteville Contrutar: 113 W Mo.rtsin Street Cmasland Heavy Cnntroctos, Inc, F evlae. AR 72701 501 5. East Avenue CokxnGrs, KS 66725 rlptbn atWork Included In Confined Construction of 1,aW LF. of roe wdh raised median, 102 L F of a rel , co ""u"l on a'essm"'d0d earthwork end dwymil tNuot cub and ear. adewak shared use Paths trad6 Changes and Reasons Orderedetc) ( List IndhAdual Chang" an: A 8. C, O, A Recocile PrO)W Calendar Days end all Rems Add t2 additional Calendar Days fry Weather tivough eM of August 2019, 44nlracl Days Svmmarv' Original: 300 days COa1: 45 dsys CO#2 16 days COs3: 70 days C01114. 12 days otal• 445 days Asadments Recanpashon Contract 6ld ems Bid Urtit OnjwW Contract Ravwed Revised Original Revised C Aem of I Contract I Unit Contract Unit Contract Contract No. Dssaqxinr Measure Ouantity Price Quill" Price Coat Cost A ALL ALL See Attached. 1 $5,574,632.65 1 S5477.635.50 _ S5.674.63285 S5,477,535.50 9(1.00 S0.oa $0.00 S0.00 -- S0 00 SG OO 111100 S0.00 .- SummetlonolCoei i6,674,632.96 fbr477,l73.60 Eat{melad Project Cost Not Coetfor it" C M,n7.3a Tim�+9e Eetnlated Pr Coat Coosa Sort OlgaOriginal O^P� Contract dam) Icages, June 1a, 2016 Contract Amount�.97472&35 Prev ly Approved Changes (563.60i (r ed Previously Approved Qlarges {calendar days) 300 133 13J This Change Order (taa,91117.35) Ad4DorW Corsrac Time The Change Order (calendar days) 12 New Contract Amount s6,477,676.So SErpmtded Tuns (calendar mri) New ConalAXI m C Date Septemoer 6, 2019 THIS AGREEMENT IS SUBJECT TO ALL C T PROVISIONS AND PREVIOII FJ:3S ISSUED FOR REASONS INDICATED AFIM 11 Erfightw, Gera Project Manager 10/23/19 _ Erq_uws Slpetue TdU-- ACCEPTE08r _ -- ---- _ _--- _.- CONTRACTOR Project Manager 10/24/19 _ CaYr s S APPROVED ay Tilt Dale ow MER O/'C c� allTz%,� Ole, 1/28/2020 MA I'i a Dab APPROVED 8Y ArDOT Arkansas Department FEB 0 4 2020 d Tnsnsaprtation _ TWa Oele "GW \ rr-L n Al;Mc�• Blw iu�re 300 4 -11, AR r2703 rEi 3PG. 527 9'oo W 479.527 W,' 2039E W Ww.GINKUSA(OT CELEBRATING ONE NUNOREO VEARS ICV 1919 l019 -. Construction Contract Change Order Project: Change Order No. 4 W. Starry Night View— W Mount Comfort Rd. (N. Ripple Rd.) (Fysttevils) Fayetteville. AR Date Prepared: October 23, 2019 Garver Job No. 09/347100 F.AP. STPLI.21421391 Job 040657 Prepared by Jett Webb, PE Owner. Contractor: City of Fayetteville Crossland Heavy Contractors, Inc. 113 W. Mountain Street 501 S. East Avenue Fayetteville, AR 7270'. Columbus. KS 66725 Description of Work Included in Contract Construction of 1.800 L.F. of roadway with raised mediae '.82 L F. of a new brid22 constri-cb.on of associated earthwork and channelizationcurb and gutter sidewalk, shared use paths (trails), Changes and Reasons Ordered (List Individual Changes as: A, B, C, D, etc.) A. Recocile Project Calendar Days and all items. Add 12 additional Calendar Days for Weather through end of August 201, 9. Contract Days Sommanr Original. 300 days COM1: 45 days Cii 18 days COe3: 70 days COe4: 12 days Total: 445 days ABachrnents. Reconciliation Bid Bid Unit Original Contract Revised Revised Original Revised Contract Item hem of Contract Unit Contract Unit Contract Contract Changes No. Description Measure Quantity Price Quantity Price Cost Cost A. ALL ALL. See Attached. - 1 $5.574.632.85 1 $5,477,635.50 $5,574,632.85 $5,477,635.50 $0.00 $0'Do $0.00 $0.00 $0 00 $0.00 $0 00 $0.00 Summation of Cost $5,574,612.85 $5,477,635.50 Net Cost for this Change Order 1$96,997.35) Estimated Project Cost Time Change Estimated Proect Cos' Contract Start Date Original Contract Time (calendar days) June 18 2018 30C Original Contract Amount $5,574,726.35 Previously Approved Changes ($93.50) Previously Approved Changes (calendar days) 133 This Change Order ($96,997.35) Additional Contract Time This Change Order (calendar days) 12 New Contract Amount $5.477,635.50 Suspended Time (calendar days) New Construction Completer Date September 6 2019 THIS AGREEMENT IS SUBJECT TO ALL ORIGINAL CONTRACT PROVISIONS AND PREVIOUS CHANGE ORDERS ISSUED FOR REASONS INDICATED ABOVE y / /rG7� Engineer: Garver L�Jp/ffLl Project Manager 10/23/19 En ineer's Si afore Title Date ACCEPTED BY CONTRACTOR Project Manager 10/24119 Contra is Si nature Title Date APPROVED BY OVYNER .0 �� off— 1/28/2020 ��G� rs Si nat Title Date APPROVED BY ArDOT Arkansas Department of Transportation ArDOTs Sig tore Title Date INVOICE NUMBER: 16 RECONCILIATION TO: 09/30/1s W. STARRY NIGHT VIEW - W. MOUNT COMFORT RD. (N. RUPPLE RD.) BID BID ORIGINAL CONTRACT CONTRACT UNIT REVISED CONTRACT QUANTITY AMOUNT DEVIATION FROM CONTRACT CONTRACT ITEM NUMBER ITEM DESCRIPTION UNIT QUANTITY PRICE QUANTITY TO -DATE TO -DATE (UNITS) (AMOUNT) AMOUNT 1 Roadway Construction Control LS 1.00 $ 25,000.00 1.00 1.00 $ 25,000.00 0.00 $ $ 25,000.00 2 Trench & Excavation Safety LS 1.00 $ 1,000.00 1.00 1.00 $ 1,000.00 0.00 $ $ 1,000.00 3 Systems Clearing, Grubbing, and LS 1.00 1.00 1.00 0.00 96,000.00 4 Demolition Unclassified Excavation (Plan CY 11,824.00 $ 9.00 12,824.00 12,824.00 $ 115,416.00 0.00 $ $ 115,416.00 5 Quantity) Embankment Construction CY 33,167.00 $ 12.75 34,167.00 34,167.00 $ 435,629.25 0.00 $ $ 435,629.25 6 (Plan Quantity) Undercut Excavation CY 2,000.00 $ 10.50 2,000.00 530.70 $ 5,572.35 (1,469.30) $ (15,427.65) $ 21,000.00 7 Rock Excavation CY 500.00 $ 90.00 195.00 46.50 $ 4,185.00 (148.50) $ (13,365.00) $ 17,550.00 8 Subgrade Preparation (Plan SY 10,238.00 $ 2.75 10,238.00 10,238.00 $ 28,154.50 0.00 $ $ 28,154.50 9 Quantity) 4" Topsoil Placement (Yard SY 29,205.00 $ 4.25 29,205.00 29,205.00 $ 124,121.25 0.00 $ $ 124,121.25 10 Areas) Undercut & Stone Backfill Ton 5,000.00 $ 34.50 0.00 0.00 $ $ - 20,947.50 0.00 $ 7.50 $ $ 47250 $ _ 20,475.00 11 18" Class III R.C. Pipe LF 295.00 $ 63.00 325.00 332.50 274.00 $ 22,468.00 0.00 $ $ 22,468.00 12 24" Class III R.C. Pipe LF 274.00 $ 831.00 $ 82.00 74.00 274.00 710.00 710.00 $ 52,540.00 0.00 $ - $ 52,540.00 13 14 30" Class III R.C. Pipe 36" Class III R.C. Pipe LF LF 786.00 $ 117.00 786.00 791.50 $ 92,605.50 5.50 $ 643.50 $ 91,962.00 15 53"04" Class III R.C. Elliptical LF 229.00 $ 140.00 229.00 225.00 $ 31,500.00 (4.00) $ (560.00) $ $ 32,060.00 4,000.00 16 18" R.C. Flared End Section EA 8.00 $ 500.00 8.00 8.00 $ 4,000.00 0.00 $ $ $ 3,250.00 17 24" R.C. Flared End Section EA 5.00 $ 650.00 5.00 5.00 $ 3,250.00 0.00 18 53"x34" R.C. Elliptical Flared EA 1.00 $ 1,500.00 1.00 1.00 $ 1,500.00 0.00 $ $ 1,500.00 19 End Section 4' Drop Inlet (Type MO) EA 1.00 $ 3,150.00 1.00 1.00 $ 3,150.00 0.00 $ 1.00 $ $ 4,300.00 $ 3,150.00 21,500.00 20 5' Drop Inlet (Type MO) EA 5.00 $ 4,300.00 5.00 6.00 2.00 $ $ 25,800.00 11,000.00 0.00 $ - $ 11,000.00 21 6' Drop Inlet (Type MO) EA 2.00 $ 3.00 $ 5,500.00 4,900.00 2.00 3.00 3.00 $ 14,700.00 0.00 $ $ 14,700.00 22 23 5' Junction Box (Type MO) 4' Drop Inlet Extension EA EA 8.00 $ 1,200.00 8.00 8.00 $ 9,600.00 0.00 $ $ 9,600.00 24 8' Drop Inlet Extension EA 8.00 $ 2,000.00 8.00 8.00 $ 16,000.00 0.00 $ $ $ 16,000.00 2,600.00 25 12' Drop Inlet Extension EA 1.00 $ 2,600.00 1.00 1.00 $ 2,600.00 0.00 $ 26 Channel Excavation (Plan CY 1,270.00 $ 11.50 1,270.00 1,270.00 $ 14,605.00 0.00 $ $ 14,605.00 27 Quantity) Concrete Channel Paving SY 440.00 $ 39.00 440.00 440.00 $ 17,160.00 0.00 $ 244.00 $ $ 8,235.00 $ 17,160.00 118,125.00 28 Erosion Control Fabric SY 3,500.00 $ 3,127.00 $ 33.75 9.25 3,500.00 3,127.00 3,744.00 3,114.59 $ $ 126,360.00 28,809.96 (12.41) $ (114.79) $ 28,924.75 29 30 4" Aggregate Base Course 8" Aggregate Base Course SY SY 10,238.00 $ 8.50 10,238.00 10,285.60 $ 87,427.60 47.60 $ 404.60 $ 87,023.00 31 Asphalt Concrete Hot Mix Ton 2,250.00 $ 71.00 2,250.00 1,778.35 $ 126,262.85 (471.65) $ (33,487.15) $ 159,750.00 32 Binder Course (ACHMBC) Asphalt Concrete Hot Mix Ton 1,200.00 $ 89.00 1,200.00 1,740.51 $ 154,905.39 540.51 $ 48,105.39 $ 106,800.00 33 Surface Course (ACHMBC) Asphalt Concrete Hot Mix Ton 100.00 100.00 17.73 (82.27) Patching for Maintenance of $ 200.00 $ 3,546.00 $ (16,454.00) $ 20,000.00 34 Traffic Concrete Curb and Gutter LF 5,687.00 $ 12.50 5,687.00 5,367.00 $ 67,087.50 (344.52 $ (1,702.89 $ ,293.50 35 411 Thick Concrete Sidewalk SY 1,158.00 $ 38.25 1,158.00 1,202.52 $ 45,996.39 44.30 $ 1,145.20 $ $ 44,440.00 4 442.00 36 6" Thick Concrete Sidewalk SY 10.00 $ 44.00 10.00 13.30 $ 585.20 3.15 $ 56.15 $ 582.20 $ 37 Concrete Driveway Aprons SY 77.00 $ 1,161.00 $ 46.00 21.50 77.00 1,161.00 133.15 958.00 $ $ 6,124.90 20,597.00 (203.00) $ 4,364.50 (4,364.50) $ 4,961.50 24,961.50 38 39 Asphalt Driveway Aggregate Base Course SY SY 183.00 $ 15.00 292.00 292.00 $ 4,380.00 0.00 $ _ $ 4,380.00 40 Driveway Seeding and Mulching Acre 11.00 $ 3,200.00 11.00 6.44 $ 20,608.00 (4.56) $ (14,592.00) $ 35,200.00 41 Solid Sod SY 5,900.00 $ 5.50 5,900.00 560.00 $ 3,080.00 (5,340.00) $ (29,370.00) $ 32,450.00 42 Additional Watering MG 700.00 $ 5.50 700.00 0.00 $ - (700.00) $ $ (3,850.00) $ (120.00) $ 3,850.00 360.00 43 Mailbox Supports (single) EA 3.00 $ 120.00 3.00 3.00 2.00 2.00 $ $ 240.00 240.00 (1.00) (1.00) $ (120.00) $ 360.00 44 45 Mailboxes 4" Pavement Marking EA LF 3.00 $ 9,250.00 $ 120.00 1.45 9,250.00 13,973.95 $ 20,262.23 4,723.95 $ 6,849.73 $ 13,412.50 46 (Thermoplastic) 6" Pavement Marking LF 743.00 $ 1.45 743.00 761.92 $ 1,104.78 18.92 $ 27.43 $ 1,077.35 47 (Thermoplastic) 12" Pavement Marking LF 724.00 $ 11.50 724.00 845.00 $ 9,717.50 121.00 $ 1,391.50 $ 8,326.00 48 (Thermoplastic) Payment Symbols (Yield Line) SF 12.00 $ 52.00 12.00 15.00 $ 780.00 3.00 $ 156.00 $ 624.00 49 (Thermoplastic) Pavement Symbols (Arrow) EA 15.00 $ 466.00 15.00 14.00 $ 6,524.00 (1.00) $ (466.00) $ 6,990.00 50 (Thermoplastic) Pavement Symbols (ONLY) EA 12.00 $ 400.00 12.00 11.00 $ 4,400.00 (1.00) $ (400.00) $ 4,800.00 51 (Thermoplastic) 4" Pavement Marking LF 849.00 $ 4.50 849.00 689.00 $ 3,100.50 (160.00) $ (720.00) $ 3,820.50 52 (Reflectorized Paint) Pavement Marking Removal SF 196.00 $ 1.45 196.00 96.00 $ 139.20 (103.00) $ (100.00) $ 200.20 53 Street Sign Installation EA 16.00 $ 700.00 16.00 19.00 $ 13,300.00 3.00 $ 2,100.00 $ $ 30,000.00 54 Erosion Control LS 1.00 $ 30,000.00 1.00 1.00 $ 30,000.00 0.00 $ $ $ 10,000.00 10,000.00 55 Traffic Control and LS 1.00 $ 10,000.00 1.00 1.00 $ 10,000.00 0.00 Maintenance 2019-09-30 Pay Estimate 16 Ar00T Job No. 040657 Final.xtsm Page 1 of 4 RECONCILIATION W. STARRY NIGHT VIEW - W. MOUNT COMFORT RD. (N. RUPPLE RD.) INVOICE NUMBER: 16 TO: 09/30/19 BID BID ORIGINAL CONTRACT REVISED ITEM ITEM CONTRACT UNIT CONTRACT QUANTITY AMOUNT DEVIATION FROM CONTRACT CONTRACT NUMBER DESCRIPTION UNIT QUANTITY PRICE QUANTITY TO -DATE TO -DATE (UNITS) (AMOUNT) AMOUNT 56 Mobilization (not to exceed 5 % LS 1.00 $ 102,500.00 1.00 1.00 $ 102,500.00 0.00 $ - $ 102,500.00 of contract price) 57 Barbed Wire Fence LF 2,119.00 $ 7.25 2,119.00 1,954.00 $ 14,166.50 (165.00) $ (1,196.25) $ 15,362.75 58 Wood Privacy Fence LF 200.00 $ 27.00 200.00 0.00 $ - (200.00) $ (5,400.00) $ 5,400.00 59 Gates for Wood Privacy Fence LF 20.00 $ 42.00 20.00 0.00 $ - (20.00) $ (840.00) $ 840.00 60 Temporary Fencing LF 2,119.00 $ 7.25 2,119.00 1,918.00 $ 13,905.50 (201.00) $ (1,457.25) $ 15,362.75 61 Cast -in -Place Detectable SF 118.00 $ 18.00 118.00 110.50 $ 1,989.00 (7.50) $ (135.00) $ 2,124.00 Warning Panel 62 Handicap Access Ramp SY 87.00 $ 34.00 87.00 98.56 $ 3,351.04 11.56 $ 393.04 $ 2,958.00 63 Project Sign EA 2.00 $ 850.00 2.00 2.00 $ 1,700.00 0.00 $ - $ 1,700.00 64 Cold Milling Asphalt Pavement SY 1,600.00 $ 8.00 1,600.00 2,711.09 $ 21,688.72 1,111.09 $ 8,888.72 $ 12,800.00 65 Tree Protection Fencing LF 400.00 $ 2.00 400.00 302.00 $ 604.00 (98.00) $ (196.00) $ 800.00 66 Trail Sign Installation EA 1.00 $ 1,900.00 1.00 1.00 $ 1,900.00 0.00 $ $ 1,900.00 67 Concrete Island SY 197.00 $ 44.00 197.00 197.00 $ 8,668.00 0.00 $ $ 8,668.00 68 4" Thick Concrete Trail SY 2,614.00 $ 39.00 2,614.00 2,660.34 $ 103,753.26 46.34 $ 1,807.26 $ 101,946.00 69 6" Thick Concrete Trail SY 20.00 $ 43.00 20.00 21.30 $ 915.90 1.30 $ 55.90 $ 860.00 70 Gravity Block Retaining Wall SF 341.00 $ 55.00 341.00 341.00 $ 18,755.00 0.00 $ - $ 18,755.00 #1 (Plan Quantity) 71 Gravity Block Retaining Wall SF 2,546.00 $ 55.00 2,546.00 2,546.00 $ 140,030.00 0.00 $ $ 140,030.00 #2 (Plan Quantity) 72 Gravity Block Retaining Wall SF 4,701.00 $ 55.00 4,701.00 4,701.00 $ 258,555.00 0.00 $ $ 258,555.00 #3 (Plan Quantity) 73 Gravity Block Retaining Wall SF 6,018.00 $ 55.00 6,018.00 6,018.00 $ 330,990.00 0.00 $ $ 330,990.00 #4 (Plan Quantity) 74 Pipe Underdrain LF 800.00 $ 7.00 800.00 800.00 $ 5,600.00 0.00 $ $ 5,600.00 75 5'x5' Special Deep Drop Inlet EA 4.00 $ 9,800.00 4.00 4.00 $ 39,200.00 0.00 $ $ 39,200.00 76 TxT Special Deep Drop Inlet EA 1.00 $ 12,000.00 1.00 1.00 $ 12,000.00 0.00 $ $ 12,000.00 77 4'x5' Reverse Throat Inlet EA 3.00 $ 4,000.00 3.00 3.00 $ 12,000.00 0.00 $ $ 12,000.00 78 Modify Existing 5' Deep Drop EA 1.00 $ 2,500.00 1.00 1.00 $ 2,500.00 0.00 $ $ 2,500.00 Inlet 79 Decorative Fence LF 1,600.00 $ 65.00 1,600.00 1,498.00 $ 97,370.00 (102.00) $ (6,630.00) $ 104,000.00 80 Decorative Gravel (6" Depth) SY 356.00 $ 14.00 356.00 356.00 $ 4,984.00 0.00 $ $ 4,984.00 81 Bridge Construction Control LS 1.00 $ 22,000.00 1.00 1.00 $ 22,000.00 0.00 $ $ 22,000.00 82 Unclassified Excavation for CY 409.00 $ 60.00 409.00 409.00 $ 24,540.00 0.00 $ $ 24,540.00 Structures - Bridge 83 Rock Excavation for Structures CY 97.00 $ 160.00 97.00 157.50 $ 25,200.00 60.50 $ 9,680.00 $ 15,520.00 - Bridge 84 Class S Concrete - Bridge CY 495.00 $ 522.00 495.00 495.00 $ 258,390.00 0.00 $ - $ 258,390.00 85 Class S(AE) Concrete - Bridge CY 410.00 $ 588.00 413.00 413.00 $ 242,844.00 0.00 $ - $ 242,844.00 86 Class 2 Protective Surface SY 1,717.00 $ 4.50 1,717.00 1,380.00 $ 6,210.00 (337.00) $ (1,516.50) $ 7,726.50 Treatment 87 Reinforcing Steel - Bridge LB 55,570.00 $ 0.85 55,570.00 55,570.00 $ 47,234.50 0.00 $ $ 47,234.50 (Grade 60) 88 Epoxy Coated Reinforcing LB 120,670.00 $ 0.90 121,590.00 121,590.00 $ 109,431.00 0.00 $ $ 109,431.00 Steel (Grade 60) 89 Transitional Approach Railing EA 4.00 $ 3,500.00 4.00 4.00 $ 14,000.00 0.00 $ $ 14,000.00 90 Structural Steel in Plate Girder LB 373,280.00 $ 1.88 373,280.00 373,280.00 $ 701,766.40 0.00 $ $ 701,766.40 Spans (M270-GR. 50W) 91 Elastomeric Bearings CUIN 12,192.00 $ 2.45 12,192.00 12,192.00 $ 29,870.40 0.00 $ $ 29,870.40 92 Silicone Joint Sealant LF 141.00 $ 52.00 141.00 141.00 $ 7,332.00 0.00 $ $ 7,332.00 93 Filter Blanket SY 262.00 $ 8.00 262.00 204.30 $ 1,634.40 (57.70) $ (461.60) $ 2,096.00 94 Dumped Riprap CY 272.00 $ 58.00 272.00 352.41 $ 20,439.78 80.41 $ 4,663.78 $ 15,776.00 95 Steel Piling (HP 12X53) LF 165.00 $ 73.00 165.00 209.00 $ 15,257.00 44.00 $ 3,212.00 $ 12,045.00 96 Metal Bridge Railing (Type H2) LF 179.00 $ 67.00 179.00 179.00 $ 11,993.00 0.00 $ - $ 11,993.00 97 Preboring LF 110.00 $ 250.00 110.00 165.00 $ 41,250.00 55.00 $ 13,750.00 $ 27,500.00 98 Textured Coating Finish SY 393.00 $ 8.25 863.00 863.00 $ 7,119.75 0.00 $ - $ 7,119.75 99 Concrete Channel] Paving with SY 60.00 $ 140.00 60.00 60.00 $ 8,400.00 0.00 $ $ 8,400.00 Vertical Retaining Walls U1 Construction Staking for Water LS 1.00 $ 7,750.00 1.00 1.00 $ 7,750.00 0.00 $ $ 7,750.00 & Sewer U2 Traffic Control and LS 1.00 $ 1,500.00 1.00 1.00 $ 1,500.00 0.00 $ $ 1,500.00 Maintenance for Water & Sewer U3 Wastewater Bypass Pumping LS 1.00 $ 9,000.00 1.00 1.00 $ 9,000.00 0.00 $ $ 9,000.00 U4 Bonds & Insurance LS 1.00 $ 8,000.00 1.00 1.00 $ 8,000.00 0.00 $ $ 8,000.00 U5 Trench & Excavation Safety LS 1.00 $ 3,500.00 1.00 1.00 $ 3,500.00 0.00 $ $ 3,500.00 Systems for Water & Sewer U6 Erosion Control for Water & LS 1.00 $ 7,500.00 1.00 1.00 $ 7,500.00 0.00 $ $ 7,500.00 Sewer U7 Dewatering LS 1.00 $ 11,500.00 1.00 1.00 $ 11,500.00 0.00 $ $ 11,500.00 U8 Mitigation Dam EA 2.00 $ 1,500.00 2.00 0.00 $ - (2.00) $ (3,000.00) $ 3,000.00 U9 Clearing, Grubbing, and LS 1.00 $ 7,500.00 1.00 1.00 $ 7,500.00 0.00 $ - $ 7,500.00 Demolition for Water & Sewer U10 Undercut and Backfil] for Water CY 50.00 $ 31.00 50.00 0.00 $ - (50.00) $ (1,550.00) $ 1,550.00 & Sewer 2019-09-30 Pay Estimate 16 ArDOT Job No. 040657 Final.x]sm Page 2 of 4 RECONCILIATION W. STARRY NIGHT VIEW - W. MOUNT COMFORT RD. (N. RUPPLE RD.) INVOICE NUMBER: 16 TO: 09/30/19 BID BID ORIGINAL CONTRACT REVISED ITEM ITEM CONTRACT UNIT CONTRACT QUANTITY AMOUNT DEVIATION FROM CONTRACT CONTRACT NUMBER DESCRIPTION UNIT QUANTITY PRICE QUANTITY TO -DATE TO -DATE (UNITS) (AMOUNT) AMOUNT U11 Rock Excavation for Water & CY 500.00 $ 225.00 500.00 455.04 $ 102,384.00 (44.96) $ (10,116.00) $ 112,500.00 Sewer U12 Flowable Fill for Abandoned LF 1,435.00 $ 9.00 1,435.00 174.00 $ 1,566.00 (1,261.00) $ (11,349.00) $ 12,915.00 Pipelines U13 Backfill Density Test EA 10.00 $ 170.00 10.00 0.00 $ - (10.00) $ (1,700.00) $ 1,700.00 U14 Sewer Service Line LF 50.00 $ 22.00 50.00 0.00 $ - (50.00) $ (1,100.00) $ 1,100.00 U15 Connect Sewer Service EA 1.00 $ 325.00 1.00 1.00 $ 325.00 0.00 $ - $ 325.00 U16 10" PVC Sewer Line LF 239.00 $ 51.00 239.00 173.00 $ 8,823.00 (66.00) $ (3,366.00) $ 12,189.00 U17 4' ID Manhole, 0' to 6' Depth EA 3.00 $ 2,250.00 3.00 3.00 $ 6,750.00 0.00 $ - $ 6,750.00 U18 4' ID Manhole Additional VF 6.00 $ 220.00 6.00 3.10 $ 682.00 (2.90) $ (638.00) $ 1,320.00 Depth, Over 6' U19 Demolish Existing Manhole EA 1.00 $ 1,100.00 1.00 1.00 $ 1,100.00 0.00 $ $ 1,100.00 U20 Reinforced Flexible Coupling EA 1.00 $ 190.00 1.00 1.00 $ 190.00 0.00 $ $ 190.00 U21 Modify Sewer Invert EA 1.00 $ 500.00 1.00 1.00 $ 500.00 0.00 $ $ 500.00 U22 24" Bored Steel Encasement LF 135.00 $ 840.00 135.00 135.00 $ 113,400.00 0.00 $ $ 113,400.00 for Water Line U23 Fire Hydrant Assembly EA 2.00 $ 4,600.00 2.00 2.00 $ 9,200.00 0.00 $ $ 9,200.00 U24 12"Ductile Iron Water Line LF 1,840.00 $ 98.00 1,840.00 1,794.00 $ 175,812.00 (46.00) $ (4,508.00) $ 180,320.00 (Class 350) U25 8" Ductile Iron Water Line LF 95.00 $ 85.00 95.00 95.00 $ 8,075.00 0.00 $ - $ 8,075.00 (Class 350) U26 Ductile Iron Fittings EA 1,865.00 $ 11.00 1,865.00 1,494.00 $ 16,434.00 (371.00) $ (4,081.00) $ 20,515.00 U27 12"x12" Tapping Sleeve & EA 2.00 $ 6,900.00 2.00 2.00 $ 13,800.00 0.00 $ - $ 13,800.00 Valve U28 12" Gate Valve EA 1.00 $ 2,650.00 1.00 0.00 $ - (1.00) $ (2,650.00) $ 2,650.00 U29 Water Meter Setting EA 2.00 $ 940.00 2.00 2.00 $ 1,880.00 0.00 $ - $ 1,880.00 U30 Water Service Line LF 172.00 $ 25.00 172.00 140.00 $ 3,500.00 (32.00) $ (800.00) $ 4,300.00 U31 Cut & Cap Existing 6" AC EA 4.00 $ 1,400.00 4.00 1.00 $ 1,400.00 (3.00) $ (4,200.00) $ 5,600.00 Water Line U32 Cut & Cap Existing 12" PVC EA 1.00 $ 1,800.00 1.00 1.00 $ 1,800.00 0.00 $ - $ 1,800.00 Water Line U33 Concrete Test EA 2.00 $ 150.00 2.00 0.00 $ - (2.00) $ (300.00) $ 300.00 U34 Core Drill & Connect to Existing EA 1.00 $ 1,000.00 1.00 1.00 $ 1,000.00 0.00 $ $ 1,000.00 Manhole U35 Adjust Existing Manhole to EA 1.00 $ 2,150.00 1.00 1.00 $ 2,150.00 0.00 $ $ 2,150.00 Finished Grade U36 Abandon Existing Manhole EA 1.00 $ 900.00 1.00 1.00 $ 900.00 0.00 $ $ 900.00 U37 2" BlowoffAssembly EA 1.00 $ 3,500.00 1.00 0.00 $ - (1.00) $ (3,500.00) $ 3,500.00 U38 Adjust Existing Valve Box to EA 2.00 $ 500.00 2.00 2.00 $ 1,000.00 0.00 $ - $ 1,000.00 Finished Grade U39 24" Open Cut Steel LF 71.00 $ 195.00 71.00 100.00 $ 19,500.00 29.00 $ 5,655.00 $ 13,845.00 Encasement for Water Line CO-1.1 Electrical Handhole, 11"x18", EA 0.00 $ 1,379.00 1.00 0.00 $ - (1.00) $ (1,379.00) $ 1,379.00 Type PG CO-1.2 Galvanized Rigid Steel LF 0.00 $ 21.00 450.00 433.00 $ 9,093.00 (17.00) $ (357.00) $ 9,450.00 Conduit, Trade Size 1" CO-1.3 Galvanized Rigid Steel LF 0.00 $ 19.00 280.00 207.00 $ 3,933.00 (73.00) $ (1,387.00) $ 5,320.00 Conduit, Trade Size 2" CO-1.4 Coated Galvanized Rigid Steel LF 0.00 $ 25.00 240.00 30.00 $ 750.00 (210.00) $ (5,250.00) $ 6,000.00 Conduit, Trade Size 2" CO-1.5 PVC Schedule 40 Conduit, LF 0.00 $ 22.00 50.00 0.00 $ - (50.00) $ (1,100.00) $ 1,100.00 Trade Size 1" CO-1.6 PVC Schedule 40 Conduit, LF 0.00 $ 27.00 50.00 0.00 $ (50.00) $ (1,350.00) $ 1,350.00 Trade Size 2" CO-1.7 PVC Schedule 80 Conduit, LF 0.00 $ 16.00 100.00 0.00 $ (100.00) $ (1,600.00) $ 1,600.00 Trade Size 1" CO-1.8 PVC Schedule 80 Conduit, LF 0.00 $ 31.00 50.00 0.00 $ - (50.00) $ (1,550.00) $ 1,550.00 Trade Size 2" CO-1.9 Electrical Junction Box in EA 0.00 $ 546.00 6.00 6.00 $ 3,276.00 0.00 $ $ 3,276.00 Parapet Wall CO-1.10 Furnish and Install Anchor LS 0.00 $ 2,134.00 1.00 1.00 $ 2,134.00 0.00 $ $ 2,134.00 Bolts for Light Poles CO-1.11 16" Open Cut Steel LF 0.00 $ 185.00 20.00 20.00 $ 3,700.00 0.00 $ $ 3,700.00 Encasement for Water Line CO-1.12 Gas Line Relocation LF 0.00 $ 40.74 390.00 390.00 $ 15,888.60 0.00 $ $ 15,888.60 Excavation CO-1.13 12" Butterfly Valve EA 0.00 $ 3,191.90 3.00 3.00 $ 9,575.70 0.00 $ $ 9,575.70 CO-1.14 12" Swivel Adapter EA 0.00 $ 1,357.35 2.00 2.00 $ 2,714.70 0.00 $ $ 2,714.70 CO-2.1 24"x38" Class II R.C. Pipe LF 0.00 $ 131.00 121.00 121.00 $ 15,851.00 0.00 $ $ 15,851.00 CO-3.1 Refurbish Existing Metal Cattle Each 0.00 $ 9,338.00 1.00 1.00 $ 9,338.00 0.00 $ $ 9,338.00 Guard and Install New Concrete Footings and Floor CO-3.2 Light Fixture, Type A, with Pole Each 0.00 $ 6,612.00 6.00 6.00 $ 39,672.00 0.00 $ $ 39,672.00 on Bridge CO-3.3 Electrical Handhole, 11" x 18", Each 0.00 $ 1,609.00 2.00 2.00 $ 3,218.00 0.00 $ $ 3,218.00 Type PG 2019-09-30 Pay Estimate 16 ArDOT Job No. 040657 Final.xlsm Page 3 of 4 RECONCILIATION INVOICE NUMBER: 16 W. STARRY NIGHT VIEW - W. MOUNT COMFORT RD. (N. RUPPLE RD.) TO: 09/30/19 BID BID ORIGINAL CONTRACT REVISED ITEM ITEM CONTRACT UNIT CONTRACT QUANTITY AMOUNT DEVIATION FROM CONTRACT CONTRACT NUMBER DESCRIPTION UNIT QUANTITY PRICE QUANTITY TO -DATE TO -DATE (UNITS) (AMOUNT) AMOUNT CO-3.4 PVC Schedule 40 Conduit, LF 0.00 $ 29.00 880.00 880.00 $ 25,520.00 0.00 $ $ 25,520.00 Trade Size 2" CO-3.5 PVC Schedule 80 Conduit, LF 0.00 $ 46.00 50.00 50.00 $ 2,300.00 0.00 $ $ 2,300.00 Trade Size 2" CO-3.6 No. 8 AWG Copper Conductor LF 0.00 $ 2.00 3,560.00 3,560.00 $ 7,120.00 0.00 $ $ 7,120.00 CO-3.7 No. 6 AWG Copper Conductor, LF 0.00 $ 7.00 10.00 10.00 $ 70.00 0.00 $ $ 70.00 Bare CO-3.8 No. 3 AWG Copper Conductor LF 0.00 $ 4.00 180.00 180.00 $ 720.00 0.00 $ $ 720.00 CO-3.9 Electrical Service Equipment Each 0.00 $ 7,148.00 1.00 1.00 $ 7,148.00 0.00 $ $ 7,148.00 Pedestal CO-3.10 New Electrical Service Each 0.00 $ 1,071.00 1.00 1.00 $ 1,071.00 0.00 $ $ 1,071.00 TOTALS 5,477,635.50 5,574,632.85 Difference from Contract: (96,997.35) 2019-09-30 Pay Estimate 16 ArDOT Job No. 040657 Final.xlsm Page 4 of 4