HomeMy WebLinkAbout132-18 RESOLUTION113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 132-18
File Number: 2018-0264
BID #18-27 HWY 112 (MAPLE STREET):
A RESOLUTION TO AWARD BID #18-27 AND AUTHORIZE A CONTRACT WITH NABHOLZ
CONSTRUCTION, INC. IN THE AMOUNT OF $2,793,590.50 FOR THE CONSTRUCTION OF A
PORTION OF HIGHWAY 112 (MAPLE STREET) BETWEEN RAZORBACK ROAD AND GARLAND
AVENUE, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $280,000.00, 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 #18-27 and
authorizes Mayor Jordan to sign a contract with Nabholz Construction, Inc. in the amount of $2,793,590.50
for the construction of a portion of Highway 112 (Maple Street) between Razorback Road and Garland
Avenue, and further approves a project contingency in the amount of $280,000.00.
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 6/5/2018
Attest:
I
Sondra E. Smith, City Clerk
Page 1 Printed on 615118
`T__ City of Fayetteville, Arkansas 113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Text File
- File Number: 2018-0264
Agenda Date: 6/5/2018 Version: 1 Status: Passed
In Control: City Council Meeting File Type: Resolution
Agenda Number: C. 3
BID #18-27 HWY 112 (MAPLE STREET):
A RESOLUTION TO AWARD BID #18-27 AND AUTHORIZE A CONTRACT WITH NABHOLZ
CONSTRUCTION, INC. IN THE AMOUNT OF $2,793,590.50 FOR THE CONSTRUCTION OF A
PORTION OF HIGHWAY 112 (MAPLE STREET) BETWEEN RAZORBACK ROAD AND GARLAND
AVENUE, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $280,000.00, 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 #18-27 and
authorizes Mayor Jordan to sign a contract with Nabholz Construction, Inc. in the amount of $2,793,590.50
for the construction of a portion of Highway 112 (Maple Street) between Razorback Road and Garland
Avenue, and further approves a project contingency in the amount of $280,000.00.
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 6/5/2018
r.
City of Fayetteville Staff Review Form
2018-0264
Legistar File ID
6/5/2018
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
Chris Brown 6/4/2018 ENGINEERING (621)
Submitted By Submitted Date Division / Department
Action Recommendation:
A Resolution to award Bid #18-27 and approve a contract with Nabholz Construction, Inc. in the amount of
$2,793,590.50 for the construction of a portion of Hwy 112 (Maple Street) between Razorback Road and Garland
Avenue, to approve a project contingency in the amount of $280,000, and to approve a Budget Adjustment to
recognize additional Federal-aid/State revenue of $2,473,590 and University of Arkansas revenue of $300,000.
Budget Impact:
4470.800.8835-5809.00 Transportation Bond Street Improvements
4470.800.8820-5809.00 Street Improvements
4520.800.9555-5809.00 Street Sales Tax 2013
4520.800.9556-5809.00 Street Sales Tax 2015
Account Number Fund
06035.3500
Hwy 112 (Maple St) Razorback to Garland
Project Number
Project Title
Budgeted Item? Yes
Current Budget
$ 233,541.00
Funds Obligated
$ 6,525.00
Current Balance
$ 227,016.00
Does item have a cost? Yes
Item Cost
$ 3,073,590.00
Budget Adjustment Attached? Yes
Budget Adjustment
$ 2,868,274.00
Remaining Budget
$ 21,700.00
V20140710
Previous Ordinance or Resolution # 27-17
Original Contract Number: Approval Date:
Comments:
CITY OF
FAYETTEVILLE
ARKANSAS
MEETING OF JUNE 5, 2018
TO: Mayor and City Council
THRU: Don Marr, Chief of Staff
Garner Stoll, Development Services Director
Chris Brown, City Engineer
FROM: Paul Libertini, Staff Enginee�p
DATE: June 4, 2018
CITY COUNCIL MEMO
SUBJECT: A Resolution to award Bid #18-27 and approve a contract with Nabholz
Construction, Inc. in the amount of $2,793,590.50 for the construction of a
portion of Hwy 112 (Maple Street) between Razorback Road and Garland
Avenue, to approve a project contingency in the amount of $280,000, and to
approve a Budget Adjustment to recognize additional Federal-aid/State
rpvPnne of $2473.590 and University of Arkansas revenue of $300.000.
RECOMMENDATION:
Staff recommends City Council approval awarding a contract in the amount of $2,793,590.50 to
Nabholz Construction, Inc. for the construction of a portion of Hwy 112 (Maple St) botwcen
Razorback Road and Garland Avenue, to approve a project contingency in the amount of
$280,000.00, and to approve a Budget Adjustment.
BACKGROUND:
In 2014, the City secured $2.4 million in Federal -aid funding for this project. This project -was
originally designed and managed by the State. The project was bid twice (second bid received
December 2015) with both low bids being over $4 million. Since the cost was significantly
higher than the State's construction estimate, the City and the State decided not to award the
construction contract.
After the rejection of the bids received at the second bid opening, the City and UA (University of
Arkansas) met with the ArDOT (Arkansas Department of Transportation) and began discussing
an arrangement whereby the ArDOT would provide funding to complete the construction of this
segment in exchange for the City taking over the roadway as a City Street. These discussions
ultimately led to the formation of a Partnering Agreement with ArDOT that was approved as
Resolution 27-17 at the January 3, 2017 City Council meeting. An Agreement Of
Understanding with ArDOT was subsequently executed in September 2017. (Documents
attached for reference)
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
DISCUSSION:
On June 1, 2018, the City received two (2) construction bids for this project. Nabholz
Construction, Inc. submitted the low bid which was approximately 1% above the Engineer's
Estimate of $2,762,831.56. The highest bid was $3,214,000.00.
BUDGET/STAFF IMPACT:
This project is based on an Agreement Of Understanding with ArDOT in which the City will pay
a maximum of $479,300 based on an estimated Construction Engineering cost. The UA will
also pay a maximum of $479,300. The major cost of the road construction project will be paid
from Federal -aid funds with the State providing the matching funds.
City matching funds for the roadway improvements will be from the Transportation Bond
Program and Capital Improvements Program.
Attachments:
Document 00500 - Construction Agreement signed
Resolution 27-17
Agreement Of Understanding
DCI (Development Consultants Inc.) Letter of Recommendation
Bid tabulation sheets
Document 00400 - Bid Form from Nabholz Construction Services
Budget Adjustment
DOCUMENT 00500 — AGREEMENT
BETWEEN OWNER AND CONTRACTOR
Contract Name/Title: Hwy 1 12/Maple-Razorback to Garland
Contract No.: 1y - 2-7
THIS AGREEMENT is dated as of the day of �syht
if
in the year 201& by and
between The City of Fayetteville, Arkansas and s ans��`(llereinafter called Contractor).
ARTICLE 1 - WORK
l .Ol 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 500 L.P. of reconstruction of Razorback
Road, 500 LF. of reconstruction of Maple Street, overlays of Garland from Maple
to wectmgton ano tcazoruacx f din the soutnern end oz reconsuzictuotu to T.ei-oy
Pond, and incidental construction including but not limited to demolition of existing
features, new Storni sewer, curb and gutter, driveways, and miscellaneous items.
ARTICLE 2 - ENGINEER
2.01 The Projcct 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 'CIMh?
3.01 TIME OF THE ESSENCE:
A. All time limits .for milestones, if awry, 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
Hwy 112/Maple-Razorback to Garland
DOCUMENT 00500 —AGREEMENT (continued)
3,02 DATES FOR SUBSTANTIAL COMPLETION AND FINAL PAYMENT:
A. The Work will be Substantially Completed within 330 calendar days after the
date when the Contract Times continence to run as provided in the
GENERAL CONDITIONS, and completed and ready for final payment in
accordance with the GENERAL CONDITIONS within 360 calendar days
after the date when the Contract Times cormnence to run.
3.03 LIQUIDATED DAMkGES:
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 clay that expires after the time specified for completion and
readiness for final payment.
ARTICLE 4 - CONTRACT PRICE
4.01 The CITY OF FAYETTEVILLE agrees to pay, and the CONTRACTOR agrees to
accept, as full and final compensation for all work done under this agreement, the
amount based on the prices bid in the Proposal (BID FORM) which is hereto
00500 Agreement 00500-2 DCI Project No. 16-177
Hwy 112/Maple-Razorback to Garland
M
DOCUM ENT 00504 — AGREEMEN`1' (continued)
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 f n.F;�r�»• shall e,nhrniY Annflogfintnc fro• PavmP.nt in gc.c.nr 1ancP with the.
GENERAL CONDITIONS. Applications for Payment will be processed by 1
E
Engineer as provided in the GENERAL CONDITIONS. f
5.02 PROGRESS PAYMFNTS,_RETAINAGE
A. The City of Fayetteville shall make progress payments on account of the
s
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.
1. Prior to Substantial Completion, progress payments will be made in
an amount equal to the percentage indicated below, but, in each case,
less the aggregate of payments previously made and less such
amounts as Engineer shall determine, or The City of Fayetteville
may withhold, in accordance with the GENERAL CONDITIONS.
a. 95% of Work Completed (with the balance being retainage),
00500 Agreement 00500-3 DCT Project No.16-177
Hwy 112/Maple-Razorback to Garland
0
DQCUMENT 04500 -- AGIIEEMENT (continued)
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 I
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.
ARTICLE 6 - CONTRACTOR'S REPRESENTATIONS
6.01 In order to induce The City of Fayetteville to enter into this Agreement, Contractor
makes the following representations:
A. Contractor has examined and carefully studied the Contract Documents
including the Addenda and other related data identified in the Bid
Documents.
B. Contractor has visited the Site and become familiar with and is satisfied as to
the general, local, and Site conditions that may affect cost, progress,
performance, and furnishing of the Work.
C. Contractor is familiar with and is satisfied as to all federal, state, and local
Laws and Regulations that may affect cost, progress, performance, and
furnishing of the Work.
00500 Agreement 00500-4 DCI Project No.] 6-177
Hwy 112/Maple-Razorback to Garland
n
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 Enviroiuiiental Condition, if
any, at the Site. Contractor acknowledges that The City of
Fayetteville and Engineer do not assurne 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.
X+ (`n fir rtnr h— and rarPfiilly etnrliPtl (nr aacnmPc rPennncihility 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 1
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.
i
G, Contractor is aware of the general nature of work to be performed by The
City of Fayetteville and others at the Site that relates to the Work as indicated
in the Contract Documents.
H. Contractor has correlated the information known to Contractor, information
acid observations obtained from visits to the Site, reports and drawings
00500 Agreement 00500-5 DCI Project No. 16-177
Hwy 112/Maple-Razorback to Garland
t
i
DOCUMENT 00500 — AGREEMENT (continued)
identified in the Contract Documents, and all additional examinations,
investigations, explorations, tests, studies, and data with the Contract
Documents,
L Contractor has given Engineer written notice of all conflicts, errors,
ambiguities, or discrepancies that Contractor has discovered in the Contract
Documents and the written resolution thereof by Engineer is acceptable to
Contractor.
J. The Contract Documents are generally sufficient to indicate and convey
understanding of all terns and conditions for performance and furnishing of
the Work.
00500 Agreement 00500-6 DCI ProjectNo.16-177
Hwy 112/Maple-Razorback to Garland
DOCUMENT 00500 — AGREEMENT (continued)
ARTICLE 7 - CONTRACT DOCUMEN`rs
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 suppleaxnented 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.
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: Hwy 112/Maple-Razorback to Garland
8. Addenda numbers one (1) to �trf._( _._), inclusive,
00500 Agreement 00500 - 7 DCI Project No, 16-177
Hwy 112/Maple-Razorback to Garland
DOCUMENT 00500 —AGREEMENT (continued)
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 S - MISCELLANEOUS
8.01 TERMS:
A. Terms used in this Agreement which are defined in the GENERAL
CONDITIONS shall have the meanings stated in the GENERAL
CONDITIONS,
8.02 ASSIGNMENT OF CONTRACT:
A. No assignment by a party hereto of any rights under or interests in the
Contract Documents will be binding on another party hereto without the
written consent of the party sought to be bound; and specifically but without
limitation, moneys that may become due and moneys that are due may not be
assigned without such consent (except to the extent that the effect of this
restriction may be limited by Law), and unless specifically stated to the
contrary in any written consent to an assignment, no assignment will release
or discharge the assignor from any duty or responsibility under the Contract
Documents.
8,03 SUCCESSORS AND ASSIGNS;
A. The City of Fayetteville and Contractor each binds himself, his partners,
successors, assigns, and legal representatives to the other party hereto, its
partners, successors, assigns, and legal representatives in respect to all
covenants, agreements, and obligations contained in the Contract Documents.
00500 Agreement 00500-8 DCI Project No. 16-177
Hwy 112/Maple-Razorback to Garland
Ll
DOCUMENT 00500 — AGUMMENT (continued)
8.04 SEVERABILITY:
A. Any provision or part of the Contract Documents held to be void or
unenforceable under any Law or Regulation shall be deemed stricken, and all
remaining provisions shall continue to be valid and binding upon The City of
Fayetteville and Contractor, who agree that the Contract Documents shall be
reformed to replace such stricken provision or part thereof with a valid and
enforceable provision that comes as close as possible to expressing the
intention of the stricken provision.
OTHER PROVISIONS: Not Applicable.
IN WITNESS WHEREOF, The City of Fayetteville and Contractor have signed this Agreement
in quadruplicate. One counterpart each has been delivered to Contractor and Engineer. Two
counterparts each has been delivered to The City of Fayetteville. All portions of the Contract
Documents have been signed, initialed, or identified by The City of Fayetteville and Contractor or
identified by Engineer on their behalf.
00500 Agreement 00500-9 DCI Project No. 16-177
Hwy I I2Naple-Razorback to Garland
DOCUMENT 00500 —AGREEMENT (continued)
This Agreement will be effective on June 5
Effective Date of the Agreement.
CONTRACTOR
Ar,�l
By:
Title: Jln;ar �lv ch q..s
f,SRAt.l
Rar Z 1ST
License No. 9
Agent for Service of process
: L &1
(If Contractor is a corporation,
attach evidence of authority to
,sign.)
END OF DOCUMENT 00500
2018, which is the
CITY OF FAYETTEVILLE
Title:
FAME, I", ---
IP Attest --V Gy;3
i
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:
00500 Agreement 00500 - 10 DCI Project No. 16-177
Hwy 112/Maple-Razorback to Garland
1NTECflIT�
May 31;2018
Justin Belk, Sen'tar Project Manager of Nabholz Construction Corporation is an authorized agent by
Nabholz Construction Corporation to act as a signatory for project number 18-27 Flwy 112/Maple-
Razorback to Garland Fayetteville, Arkansas.
Respectfully submitted,
F54
Kauffman, WkP jeOdent and Assistant Secretary
Attested by Notary:
--01/ Z2DZ
My Commission expires:
Seal:
�� i,•�plJBLIG .�
k1111�00
� FAYFFr
C fy
w M
9'¢kaNSs'y
113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 27-17
File Number: 2016-0666
ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT:
A RESOLUTION TO ALLOW THE CITY OF FAYETTEVILLE TO ENTER INTO A PARTNERING
AGREEMENT WITH THE ARKANSAS STATE HIGHWAY AND TRANSPORTATION
DEPARTMENT FOR IMPROVEMENTS TO HIGHWAY 112 BETWEEN RAZORBACK ROAD AND
GARLAND AVENUE, AND TO APPROVE THE RECLASSIFICATION OF HIGHWAY 112
BETWEEN 15TH STREET AND INTERSTATE 49 AS A CITY STREET.
WHEREAS, the City of Fayetteville (City) and the Arkansas State Highway and Transportation
Department (Department) have identified a need for improvements to Highway 112 between Razorback
Road and Garland Avenue in Fayetteville; and
WHEREAS, the original partnering agreement between the Department and the City was as follows:
1. The Department was responsible to fund and handle project development, which is complete. The
Department is also responsible for advertising, awarding the bid, and providing construction inspection.
2. The City is to fund utilities, construction and construction inspection; and
WHEREAS, bids were received twice on this project, and each time the low bid was significantly over
the City's budget; and
WHEREAS, in order to move this project forward, a revised partnering agreement is proposed as
follows:
1. The amount of City funds available for Job 040582 is capped at $3,358,600.00 as shown on
Attachment A to this Resolution. The Department will provide the gap funding needed to construct the
project.
Page 1 Printed on 114117
Resolution: 27-17
File Number: 2016-0666
2. The City will revise the current design. However, any increase in the current scope that results in a
higher project cost will be the responsibility of the City and will be in addition to the cap amount of
$3,358,600.
3. The Department will advertise and award the project. The City may inspect the project. The
Department will inspect the project if requested by the City.
4. Once the project is let to contract, an increase in cost due to added scope by change order will be the
responsibility of the City. An increase in cost due to a change order for a normal bid item adjustment will
be the responsibility of the Department.
5. The Department will fund the cost to overlay the segments from Maple Street to North Street and from
Leroy Pond Drive north to the beginning of Job 040582. The City may develop, advertise, award and inspect
the project. The Department will provide these services if requested by the City. Any additional scope items
to the Department's typical overlay design that add cost to this improvement will be the responsibility of the
City.
6. The Statewide Transportation Improvement Program for Federal Fiscal Years 2016-2020 (STIP)
includes a project to widen Highway 112 from Poplar Street to Van Asche Drive. The City desires to
handle all phases of project development, advertise, award, and inspect the portion from Poplar Street to
Interstate 49. The Denartment will provide the amount of funding necessary for all phases of work to
develop and construct the typical design section for an urban state highway as shown on Attachment B to
this Resolution. The cost of additional features outside of this standard scope that increase the total cost
beyond that of the typical design section will be the responsibility of the City; and
WHEREAS, upon completion of the improvements aforementioned, the City agrees to assume ownership
and responsibility of Highway 112 from Highway 16 (15th Street) to Interstate 49 as shown on Attachment
C to this Resolution.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council of the City of Fayetteville, Arkansas hereby approves the City's
participation in this Partnering Agreement in accordance with its designated responsibilities in this project.
Section 2. That the City Council of the City of Fayetteville, Arkansas authorizes Mayor Jordan to execute all
appropriate agreements and contracts necessary to expedite the construction of this project.
Page 2 Printed on 114117
Resolution: 27-17
File Number: 2016-0666
Section 3. That the City Council of the City of Fayetteville, Arkansas hereby pledges its full support and
hereby requests that the Arkansas State Highway and Transportation Department initiate action to
implement this project.
PASSED and APPROVED on 1/3/2017
Attest:
•'f,ea. ttL; i1iF3Slif�..
Sondra E. Smith, City Clerk Treasure�a
=FAYE1i1=VILl.L.
Page 3 Printed on 114117
City of Fayetteville, Arkansas 113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Text File
File Number: 2016-0666
Agenda Date: 1!3!2017 Version: 1 Status: Passed
In Control: City Council Meeting File Type: Resolution
Agenda Number: C. 4
ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT:
A RESOLUTION TO ALLOW THE CITY OF FAYETTEVILLE TO ENTER INTO A PARTNERING
AGREEMENT WITH THE ARKANSAS STATE HIGHWAY AND TRANSPORTATION
DEPARTMENT FOR IMPROVEMENTS TO HIGHWAY 112 BETWEEN RAZORBACK ROAD
AND GARLAND AVENUE, AND TO APPROVE THE RECLASSIFICATION OF HIGHWAY 112
BETWEEN 15TH STREET AND INTERSTATE 49 AS A CITY STREET
WHEREAS, the City of Fayetteville (City) and the Arkansas State Highway and Transportation
Department (Department) have identified a need for improvements to Highway 112 between Razorback
Road and Garland Avenue in Fayetteville; and
WHEREAS, the original partnering agreement between the Department and the City was as follows:
1. The Department was responsible to fund and handle project development, which is complete. The
Department is also responsible for advertising, awarding the bid, and providing construction inspection.
2. The City is to fund utilities, construction and construction inspection; and
WHEREAS, bids were received twice on this project, and each time the low bid was significantly over
the City's budget; and
WHEREAS, in order to move this project forward, a revised partnering agreement is proposed as
follows:
1. The amount of City funds available for Job 040582 is capped at $3,358,600.00 as shown on
Attachment A to this Resolution. The Department will provide the gap funding needed to construct the
project.
2. The City will revise the current design. However, any increase in the current scope that results in a
higher project cost will be the responsibility of the City and will be in addition to the cap amount of
$3,358,600.
3. The Department will advertise and award the project. The City may inspect the project. The
Department will inspect the project if requested by the City.
4. Once the project is let to contract, an increase in cost due to added scope by change order will be the
City of Fayetteville, Arkansas Page 1 Printed on 1/412017
File Number: 2016-0666
responsibility of the City. An increase in cost due to a change order for a normal bid item adjustment
will be the responsibility of the Department.
5. The Department will fund the cost to overlay the segments from Maple Street to North Street and
from Leroy Pond Drive north to the beginning of Job 040582. The City may develop, advertise, award
and inspect the project. The Department will provide these services if requested by the City. Any
additional scope items to the Department's typical overlay design that add cost to this improvement will
be the responsibility of the City.
6. The Statewide Transportation Improvement Program for Federal Fiscal Years 2016-2020 (STIP)
includes a project to widen Highway 112 from Poplar Street to Van Asche Drive. The City desires to
handle all phases of project development, advertise, award, and inspect the portion from Poplar Street to
Interstate 49. The Department will provide the amount of funding necessary for all phases of work to
develop and construct the typical design section for an urban state highway as shown on Attachment B
to this Resolution. The cost of additional features outside of this standard scope that increase the total
cost beyond that of the typical design section will be the responsibility of the City; and
WHEREAS, upon completion of the improvements aforementioned, the City agrees to assume
ownership and responsibility of Highway 112 from Highway 16 (15th Street) to Interstate 49 as shown
on Attachment C to this Resolution.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
eciion I. That the City Council of the City of Fayetteville, Arkansas hereby approves the City's
participation in this Partnering Agreement in accordance with its designated responsibilities in this
project.
Section 2. That the City Council of the City of Fayetteville, Arkansas authorizes Mayor Jordan to
execute all appropriate agreements and contracts necessary to expedite the construction of this project.
ec ion 3.. That the City Council of the City of Fayetteville, Arkansas hereby pledges its full support
and hereby requests that the Arkansas State Highway and Transportation Department initiate action to
implement this project.
City of Fayetteville, Arkansas Page 2 Printed on 1/412017
CITY OF
`Fayle
ARKANSAS
MEETING OF JANUARY 3, 2017
TO: Mayor and City Council
CITY COUNCIL AGENDA MEMO
THRU: Don Marr, Chief of Staff
Jeremy Pate, Development Services Director
FROM: Chris Brown, City Engineer
DATE: December 16, 2016
SUBJECT: Resolution to Enter a Partnering Agreement with the Arkansas Highway
and Transportation Department to complete certain segments and to
Transfer Right of Way Jurisdiction to the City for Highway 112 from 15th
Street to 1-49
RECOMMENDATION:
Staff recommends approval of a resolution to partner with the AHTD to widen and improve
portions of Highway 112 between 15th Street and 1-49, and to agree to the transfer of this
segment from the AHTD to the City.
BACKGROUND:
Highway 112 is an Arkansas Highway and Transportation Department (AHTD) owned facility
that functions as a maior north -south arterial connecting 1-49 to the north and Highway 71 to the
south, and serves as the main north -south entrance to and access through the University of
Arkansas. Over the past several years, segments of the roadway have been widened and
improved through and near the campus, through a series of partnerships between the City, the
UA, and the AHTD. The UA has planted and maintained the landscaping and trees on
segments through campus and to the south of the campus since the completion of the widening
and improvements.
In 2014, the City secured an additional $2.4 million in federal -aid funding for another segment of
this route, between Garland Avenue and Razorback Road. However, construction bids received
for the project have been over $4 million on two separate bidding occasions. This has stalled
the construction of the project.
Remaining segments between 15th Street and 1-49 that have not been widened or improved
include Razorback Road, from Maple Street to Leroy Pond Drive, and Garland Avenue from
Poplar Street to 1-49.
DISCUSSION:
After the 2nd time receiving bids over $4 million on the Maple to Razorback segment of Highway
112, the City and UA met with the AHTD and began discussing an arrangement whereby the
AHTD would provide funding to complete the construction of this segment, in exchange for the
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
City taking over the roadway as a City street. Ultimately, the attached proposal was developed
by the AHTD, which includes:
The AHTD will provide additional funding to complete the improvements to the Garland to
Razorback Road segment of Highway 112, and to overlay 112 on either side of this project,
to provide a new condition roadway through the entire campus.
The AHTD will complete widening and improvements to Highway 112 north of Poplar to
Van Asche, at no cost to the City. The City will be allowed to manage the design of the
project.
In exchange, the City will accept Highway 112 between 15th Street and 1-49 for
maintenance in perpetuity; the route will be removed from the state highway system and
will become a City street.
BUDGET/STAFF IMPACT:
While the proposed resolution does not obligate any City funds, subsequent agreements and
construction contracts will require matching funds in the amount of $958,600. The UA has
agreed to provide 50% of this amount per the attached letter; therefore, the cost to the City will
be a maximum of $479,300. Funds are available in the Transportation Bond Program for this
match amount.
Operational costs to the City in the short term are expected to be minimal due to the new
condition of the majority of the section to be transferred to the City. Over the long term, overlay
and other pavement maintenance costs will be the most significant expenses expected.
Attachments:
Resolution
Cost Spreadsheet
Map of proposed improvements and segment to be transferred to City
Letter from UA
Project Information
Juh NUrnher Description Length Phase Total Cost
(miles)
C:Itv iak
STP•A Match Total
Maple Street- North Street
0.47
Const+CENG
247,500
040582
Razorback Road - Garland Avenue
0.37
Utilities
640,882
Construction
4,250,000
CENG (10%)
425,000
1,957,283
Sub -Total
5,315,882
192,500
LLer.yPond Drive - North
0.54 Const +CENG
192,500
Total
1.38
5,755,882
C:Itv iak
STP•A Match Total
ESTIMATED ADDITIONAL STATE FUNDS
Additional Federal and State funding made available fcr improvement'
if the City agrees to assume ownership and maintenarce of Hwy. 112.
This amount will either be increased or decreased based on the
lowest responsive bid received that is awarded to contract. This
amount does not represent a minimum or maximum of funding made
available for the project.
Federal Match 7 Total
198,000
49,500
512 706 128,176
640,882
1,887,294 471,824
358,500
2,359,118
358,600
2,400,000 958.800
3.358,600
1,890,883
53,120
.2,400 ,000 958,600
3,358,600
ESTIMATED ADDITIONAL STATE FUNDS
Additional Federal and State funding made available fcr improvement'
if the City agrees to assume ownership and maintenarce of Hwy. 112.
This amount will either be increased or decreased based on the
lowest responsive bid received that is awarded to contract. This
amount does not represent a minimum or maximum of funding made
available for the project.
Federal Match 7 Total
198,000
49,500
247,500
1.512,706
378.177
1,890,883
53,120
13,280
66,400
1,565,826
391,457
1,957,283
154,000
38,500
192,500
1,917,826
479,457
2,397,283
Note: Job 040582's construction cost estimate is based on the current design. City funds are capped at $3,358,600 in STP -A and matching funds. AHTD is committed to providing the full amount of gap funding necessary for JoD 040582,
contingent upon receiving a responsive bid that is within an acceptable range of the engineer's estimate. The City of Fayettf ville will revise the current design to incorporate some desired changes. Funding for any increases in scope will
be the responsiblity of the City and will be added to the $3,358,600 cap amount. Once the project is let to contract, an incre; ise in cost due to added scope will be the responsibility of the City. An increase in cost due to normal change in
conditions will be the responsibility of the Department.
AHTD is committed to providing funds for the overlay projects using our basic design standards. Funding for any increases 11 scope will be the responsiblity of the City and be added to the $3,358,600 cap amount.
O:IWINWORDIDD & COO1InformationlFayettevillelHighway 112\Hwy. 112 Fayetteville Funding Breakdown.xlsx
p"22
6 ARK.
-
io1 - kkkix7i
tTP[!� $EL lq//5 � PNRdYFL[Nl
Y
1
.W-0- LAW 12'-O" TURN LANE A+•0"
.
A'•0"� A71''
S4" ULT .: WALKL
soo
RQ q�
svo 1a 61-J.)
0.0v
C.C.C.& G.
(TYPE AM-6"1
HWY. XXX-FULL DEPTH
C.C.C. & G. LT. & RT.
.:
TYPICAL SEC i IM)
OF imF HOVEMENT
Tontitown 7A Johnson
I. �� � NI•a�A.ew.d
Poplar St. - Van Asche ®r.
Major Widening
STIP - 2018 �y
/Highway
Maple St. - North St.Overlay
TBD
� 112
Remove from the
W State Highway System
Job 040582
(Razorback Rd. - Garland Ave.
t
UNIVERSITY OF
u. ARKANSAS
Facilities Management
December 15, 2016
Chris Brown
City Engineer
City of Fayetteville
113 W. Mountain St.
Fayetteville, AR 72701
Dear Chris:
Per your request via attached email of Wednesday, December 14, 2016, the University of Arkansas (UA)
remains committed to our cost-sharing (10% City / 10% UA) on the required 20% local match on AHTD Job
4040582 Razorback Rd -Garland Ave (Highway 112) (Fayetteville). '
This UA Commitment is on a not -to -exceed basis of $479,300 per the draft resolution and supporting
documents.
The UA remains committed to also working out an appropriate long-term agreement on current and future
maintenance for the roadway sections between 15" Street and North Street / Wedington Drive. Our
maintenance efforts essentially commenced in 2002-2003 upon completion of the initial section of roadway
between Maple Street and North Street / Wedington Drive. They now include the entire length mentioned
above and for those specific areas covered which will be incorporated in our future agreement. Potential UA
areas in this future agreement to be covered include irrigation systems, tree maintenance, grass maintenance,
pedestrian light maintenance where they exist, core campus crosswalk maintenance, sidewalk maintenance and
related areas.
We look forward to our continued partnership as we complete this long -needed series of safety improvements
and physical changes to this critical link running through our campus and the larger community.
Sincerely,
M.R. Joh n
Associate ice Chancellor for Facilities
Attachment: Email of 12/14/16 (w/attachments)
B125 Facilities Management • Fayetteville, AR 72701 • 479-575-3851 • fama.uark.edu
The UniverviN of Arkansas is an equal opporlunilwaffirmalive action insulation.
AGREEMENT OF UNDERSTANDING
BETWEEN
THE CITY OF FAYETTEVILLE
AND
THE ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT
RELATIVE TO
Implementation of Highway 112 Improvements between Highway 16 and Interstate 49 in
Fayetteville, Washington County (hereinafter called the "Projects").
WHEREAS, the City of Fayetteville (hereinafter called the "City") has expressed interest in
partnering with the Arkansas State Highway and Transportation Department (hereinafter called
the "Department") for the Projects; and
WHEREAS, Resolution No. 27-17 from the City agrees to contribute $3,358,600 for the
Projects and to accept ownership and responsibility of the portions of Highway 112 between
Highway 16 and Interstate 49 upon completion of the improvements; and
WHEREAS, Arkansas State Highway Commission Minute Order 2017-012 has authorized the
Director to enter into the necessary partnering agreements with the City for the Projects; and
WHEREAS, it is understood that the City and the Department will adhere to the General
Requirements for Recipients and Sub -Recipients Concerning Disadvantaged Business
Enterprises (DBEs) (Attachment A) and that, as part of these requirements, the Department may
set goals for DBE participation in the Project, ranging from 0% to 100%, that are practical and
related to the potential availability of DBEs in desired areas of expertise.
IT 1S HEREBY AGREED that the City and the Department will accept the additional
responsibilities and assigned duties as described hereinafter.
THE CITY WILL:
1, Be responsible for the following in relation to Job 040582, Razorback Rd. -Garland Ave.
(Hwy. 112) (Fayetteville) (S) and overlays on Highway 112 from Maple Street to North
Street and from Leroy Pond Drive to the beginning of Job 040582:
a. Be responsible for $3,358,600 in project costs as shown in Attachment B for
Job 040582.
b. Be responsible for any desired revisions to the current design of Job 040582.
c. Be responsible for any costs resulting from inclusion of desired revisions in project
scope outside the Department's typical overlay design for the Highway 112 overlays.
d. Prepare plans, specifications, and a cost estimate for construction. A registered
professional engineer must sign the plans and specifications for the Project. (See
Attachment C for items to be included in the bid proposal.)
e. Understand that expenditures for preliminary or construction engineering
performed by the City's forces are not eligible for reimbursement with federal
funds.
ME
f. Ensure that the plans and specifications comply with the Americans with Disabilities
Act (ADA), the American Association of State Highway and Transportation Officials
(AASHTO) design standards, and all other applicable state and federal regulations,
including airport clearance when necessary, for the type of work involved.
g. Submit final plans for Department review.
h. Submit a certification letter (Attachment D), including all items noted, to the
Department when requesting authority to advertise the Projects for construction bids.
i. Advertise for bids in accordance with federal procedures as shown in Attachment E.
NOTE: FHWA authorization and Department approval must be given prior to
advertising for construction bids.
j. Forward a copy of all addenda issued for the Project during the advertisement to the
Department.
k. After bids are opened and reviewed, submit a Certification Letter Requesting
Concurrence in Award (Attachment F), including all items noted, to the Department.
1. Prior to issuing the notice to proceed to the Contractor, hold a pre -constriction
meeting with the Contractor and invite the Department's Resident Engineer assigned
to the Project.
m. Make payments to the contractor for work accomplished in accordance with the plans
and specifications and then request reimbursement from the Department on the
Construction Certification and Reimbursement Request (CCRR) form
(Attachment G). Reimbursement requests should be submitted, at minimum, every
three (3) months and not more than once per month.
n. Provide constriction engineering and inspection services for the Project
o. Attach LPA Report of Daily Work Perforned (Attachment H) for all days that
correspond with each CCRR submittal.
p. Prior to executing the work, submit construction contract change orders to the
Department's Resident Engineer in charge of reimbursements for review and
approval.
q. Be responsible for any increased costs resulting from desired revisions in project
scope, whether during the design phase or during construction as a change order.
r. Upon completion of the Project, hold a final acceptance meeting for the Project and
submit the LPA Final Acceptance Report form certifying that the Project was
accomplished in accordance with the plans and specifications (Attachment 1). This
forn must be signed by the engineer/architect performing construction inspection on
the Project, the Department's Resident Engineer assigned to the project, the City's
full-time employee in responsible charge, and the City's Mayor.
s. Upon completion of these improvements to Highway 112, accept ownership and
responsibility of the portion of Highway 112, Section 0 between Highway 16
(W. 15th Street) and Highway 112 Spur (Wedington Drive).
-2-
2. Be responsible for the following in relation to projects scheduled to widen Highway 112
between Poplar Street and Interstate 49:
a. Be responsible for any costs resulting from inclusion of features outside the typical
design section for an urban state highway as shown on Attachment J.
b. Initially submit to the Department $1,000 (20%) to be matched by $4,000 (80%)
Federal -aid fimds for Department administrative costs associated with state
preliminary engineering, which include but are not limited to, on site meetings,
environmental review, and plan and specification review. The City's final cost for
this phase will be detennined by actual Department charges to preliminary
engineering.
c. Be responsible for hiring a consultant engineering firm(s) in accordance with the
Local Agency Consultant Selection Procedures (Attachment K) to provide
engineering services which include environmental documentation, preliminary
engineering, and constriction engineering for the Project. NOTE: FHWA
authorization and Department approval must be given prior to issuing a work
order to the consultant for federal funds to be allowed in this phase.
d. Prepare plans, specifications, and a cost estimate for constriction. A registered
professional engineer must sign the plans and specifications for the Project. (See
Attachment C for items to be included in the bid proposal.)
e. Understand that expenditures for preliminary or construction engineering
performed by the City's forces are not eligible for reimbursement with federal
funds.
f. Make periodic payments to the consultant for preliminary engineering for the Project
and request reimbursement from the Department. Reimbursement requests should be
submitted, at minimum, every three (3) months and not more than once per month.
g. Understand that expenditures for preliminary or construction engineering
performed by the City's forces are not eligible for reimbursement with federal
funds.
h. Prepare the necessary environmental documentation as required by FHWA and
conduct any required public involvement meetings and public hearings.
i. Ensure that the plans and specifications comply with the Americans with Disabilities
Act (ADA), the American Association of State Highway and Transportation Officials
(AASHTO) design standards, and all other applicable state and federal regulations,
including airport clearance when necessary, for the type of work involved.
j. Before acquiring property or relocating utilities, contact the Department's Right of
Way Division to obtain the procedures for acquiring right-of-way and adjusting
utilities in compliance with federal regulations. NOTE: Failure to notify the
Department prior to initiating these phases of work may result in all project
expenditures being declared non -participating in federal funds.
k. Acquire property in accordance with the Uniform Relocation Assistance and Real
Property Acquisition Policies Act of 1970, as amended (commonly referred to as the
"Uniform Act").
1. Ensure the preparation of utility adjustment and right-of-way plans are in accordance
with Arkansas State Highway Commission Policy.
-3.
in. Provide a copy of the registered deed or other approved documentation and an
appropriate certification stating the City's clear and unencumbered title to any right-
of-way to be used for the Project (See Attachment L). NOTE: Any property that is
to become Department right-of-way must be acquired in the Highway
Commission's name.
n. Submit plans at 30%, 60%, and 90% completion stages for Department review.
o. Submit a certification letter (Attachment D), including all items noted, to the
Department when requesting authority to advertise the Project for construction bids.
p. Advertise for bids in accordance with federal procedures as shown in Attachment E.
NOTE: FHWA authorization and Department approval must be given prior to
advertising for construction bids.
q. Forward a copy of all addenda issued for the Project during the advertisement to the
Department.
r. After bids are opened and reviewed, submit a Certification Letter Requesting
Concurrence in Award (Attachment F), including all items noted, to the Department.
s. Prior to awarding the construction contract, submit a check for $1,000 to be matched
by $4,000 (80%) Federal -aid funds for Department administrative costs on the Project
during constriction. The City's final share of cost for this phase will be determined
by actual Department charges to constriction engineering.
t. Prior to issuing the notice to proceed to the Contractor, hold a pre -construction
meeting with the Contractor and invite the Department's Resident Engineer assigned
to the Project.
u. Make periodic payments to the consultant for construction engineering for the Project
and request reimbursement from the Department. Reimbursement requests should be
submitted, at minimum, every three (3) months and not more than once per month.
v. Make payments to the contractor for work accomplished in accordance with the plans
and specifications and then request reimbursement from the Department on the
Constriction Certification and Reimbursement Request (CCRR) form
(Attachment G). Reimbursement requests should be submitted, at minimum, every
three (3) months and not more than once per month.
w. Attach LPA Report of Daily Work Performed (Attachment H) for all days that
correspond with each CCRR submittal.
x. Prior- to executing the work, submit constriction contract change orders to the
Department's Resident Engineer in charge of reiunbursements for review and
approval.
y. Upon completion of the Project, hold a final acceptance meeting for the Project and
submit the LPA Final Acceptance Report forni certifying that the Project was
accomplished in accordance with the plans and specifications (Attachment 1). This
form must be signed by the engineer/architect performing construction inspection on
the Project, the Department's Resident Engineer assigned to the project, the City's
full-time employee in responsible charge, and the City's Mayor.
z. Upon completion of these improvements to Highway 112, accept ownership and
responsibility of the portion of Highway 112, Section 1 between Highway 112 Spur
(Wedington Drive) and Interstate 49.
M
3. Notify the Department in writing who the City designates as its full -tune employee to be in
responsible charge of the day to day oversight of the Projects (Attachment M). The duties
and functions of this person are:
• Oversee project activities, including those dealing with cost, time, adherence to contract
requirements, constriction quality and scope of Federal -aid projects;
• Maintains familiarity of day to day project operations, including project safety issues;
• Makes or participates in decisions about changed conditions or scope changes that require
change orders and/or supplemental agreements;
■ During construction, visits and reviews the project on a daily basis;
• Reviews financial processes, transactions and documentation to ensure that safeguards
are in place to minimize fraud, waste, and abuse;
• Directs project staff, City or consultant, to carry out project administration and contract
oversight, including proper documentation;
• Be aware of the qualifications, assignments and on-the-job perfonnance of the City and
consultant staff at all stages of the project.
4. Maintain accounting records to adequately support reimbursement with Federal -aid funds
and be responsible for the inspection, measurement and documentation of pay items, and
certification of all work in accordance with the plans and specifications for the Projects and
for monitoring the Contractor and subcontractor(s) for compliance with the provisions of
FHWA-1273, Required Contract Provisions, -Federal-aid Construction Contracts, and
Supplements.
5. Pay all unpaid claims for all materials, labor, and supplies entered into contingent or
incidental to the construction of said work or used in the course of said work including but
not limited to materials, labor, and supplies described in and provided for in Act Nos. 65 and
368 of 1929, Act No. 82 of 1935, and Acts amendatory thereof.
6. Assure that its policies and practices with regard to its employees, any part of whose
compensation is reimbursed from federal funds, will be without regard to race, color,
religion, sex, national origin, age, or disability in compliance with the Civil Rights Act of
1964, the Age Discrimination in Employment Act of 1967, The Americans with Disabilities
Act of 1990, as amended, and Title 49 of the Code of Federal Regulations Part 21 (49 CFR
21), Nondiscrimination in Federally -Assisted Programs of the Department of Transportation.
7. Retain all records relating to inspection and certification, the Contractor's billing statements,
and any other files necessary to document the performance and completion of the work in
accordance with requirements of 49 CFR 18.42 - Uniform Administrative Requirements for
Grants and Cooperative Agreements to State and Local Governments (Attachment N).
8. Grant the right of access to the City's records pertinent to the Projects and the right to audit
by the Department and Federal Highway Administration officials.
9. Be responsible for 100% of all project costs incurred should the Project not be completed as
specified.
10. Sign and transmit to the Department the Certification for Grants, Loans, and Cooperative
Agreements (Attachment O), which is necessary for Project participation.
-5-
11. Repay to the Department the federal share of the cost of any portion of the Projects if, for any
reason, federal participation is removed due to actions or inactions of the City, its agents, its
employees, or its assigns or the City's consultants or contractors or their agents. Such actions
or inactions shall include, but are not limited to, federal non -participation arising from
problems with design plans, specifications, construction, change orders, construction
inspection, or contractor payment procedures. The City understands and agrees that the
Department may cause necessary funds to be withheld from the City 's Motor Fuel Tax
allotment should the City fail to pay to the Department any required funds, fail to complete
the Project as specified, or fail to adequately maintain or operate the Projects.
12. Be responsible for all costs not provided by the Federal Highway Administration or the
Department.
13. Repay to the Department the federal share of the cost of this project if for any reason the
Federal Highway Administration removes federal participation.
14. Retain total, direct control over the Projects throughout the life of all project improvements
outside of the Department's right-of-way and not, without prior approval from the
Department:
• sell, transfer, or otherwise abandon any portion of the Projects;
• change the intended use of the Projects;
• make significant alterations to any improvements constructed with Federal -aid funds; or
cease maintenance or operation of a project due to the Project's obsolescence.
15. Be responsible for satisfactory maintenance and operation of all improvements and for
adopting regulations and ordinances as necessary to ensure this. Failure to adequately
maintain and operate the Projects in accordance with Federal -aid requirements may result in
the City's repayment of federal funds and may result in withholding all fixture Federal -aid.
16. Submit to the Department a Single Audit in accordance with the Office of Management and
Budget (OMB) Circular A-133 each fiscal year that the City expends more than $500,000 of
Federal -aid from any federal source including, but not limited to, the U.S. Department of
Transportation. The fiscal year used for the reporting is based on the City's fiscal year. The
$500,000 threshold is subject to change after OMB periodic reviews.
17. Complete and transmit to the Department both pages of the Federal Funding Accountability
and Transparency Act (FFATA) Reporting Requirements (Attachment P).
18. Agree to promptly refund to the Department in full any and all revenue paid by the
Department based upon claims adjudicated by the Arkansas Claims Commission or other
legal forum sustained on account of the operations or actions of the City, including any act of
omission, neglect or misconduct of the City. This obligation survives the termination or
expiration of this Agreement.
MGM
THE DEPARTMENT WILL:
1. Be responsible for the following in relation to Job 040582, Razorback Rd. -Garland Ave.
(Hwy. 112) (Fayetteville) (S) and overlays on Highway 112 from Maple Street to North
Street and from Leroy Pond Drive to the beginning of Job 040582:
a. Be responsible for all fiinding beyond the City's share of Job 040582, except for any
increases in cost resulting from changes in project scope proposed by the City.
b. Provide the funding necessary to overlay the segments of Highway 112. Costs will
be limited to those associated with the Department's typical overlay design.
c. Maintain an administrative file for the project and be responsible for administering
Federal -aid funds.
d. Provide environmental clearance for Highway 112 overlays.
e. Review final plans and specifications submitted by the City.
f Ensure substantial compliance with federal contracting requirements through review
of the bidding proposal for inclusion of required federal forms, review of the
administration of the DBE program provisions, and general compliance with
23 CFR 635.
g. Advise the City when to proceed with advertisement of the Project for construction
bids.
h. Review and concur in award of the construction contract for the Project.
i. Ensure that the City and the City's consultant provide adequate supervision and
inspection of the Project by performing periodic inspections with the City's
representatives and their consultant to verify that the work being performed by the
City's contractor, and documented and certified by the City, meets the requirements
of the Project plans, specifications, and all applicable FHWA and Department
procedures. The Department intends to perform these inspections, at a minimum,
when the constriction work is approximately 10% and 50% completed. The
Department will also participate in the final inspection of the Project.
j. Review and approve any necessary change orders for project/program eligibility.
k. Be responsible for increases in project costs due to change orders for normal bid item
adjustments.
1. Reimburse the City 100% for eligible construction costs approved in the CCRR form
(Attachment I). This reimbursement will be limited to the maximum Federal -aid
amount and to the federal amount available at the time payment is requested. If the
payment requested exceeds the Federal -aid available at the time, the difference will
be reimbursed as additional Federal -aid for the Project becomes available.
in. Subject to the availability of Federal -aid allocated for the Project, pay the City the
remaining amount due upon completion of the Project and submittal of the certified
LPA Final Acceptance Report forn (Attachment K).
n. Upon completion of these improvements to Highway 112, remove the portion of
Highway 112, Section 0 between Highway 16 (W. 15th Street) and Highway 112
Spur (Wedington Drive) from the State Highway System and transfer ownership and
responsibility to the City.
-7-
2. Be responsible for the following in relation to projects scheduled to widen Highway 112
between Poplar Street and Interstate 49:
a. Provide the City the amount of funding necessary for all phases of work to develop
and construct the typical design section for an urban state highway, as shown on
Attachment J, for this portion of Highway 112.
b. Maintain an administrative file for the project and be responsible for administering
Federal -aid funds.
c. Review environmental documentation as prepared by the City.
d. Review plans and specifications submitted by the City.
e. Notify the City when right-of-way and/or utility plans are approved and the City may
proceed with right-of-way acquisition and/or utility adjustments.
f. Ensure substantial compliance with federal contracting requirements through review
of the bidding proposal for inclusion of required federal forms, review of the
administration of the DBE program provisions, and general compliance with
23 CFR 635.
g. Advise the City when to proceed with advertisement of the Project for construction
bids.
h. Review and concur in award of the construction contract for the Project.
Ensure that the City and the City's consultant provide adequate supervision and
inspection of the Project by performing periodic inspections with the City's
representatives and their consultant to verify that the work being performed by the
City's contractor, and documented and certified by the City, meets the requirements
of the Project plans, specifications, and all applicable FHWA and Department
procedures. The Department intends to perform these inspections, at a minimum,
when the construction work is approximately 10% and 50% completed. The
Department will also participate in the final inspection of the Project.
j. Review and approve any necessary change orders for project/program, eligibility.
k. Be responsible for increases in project costs due to change orders for normal bid item
adjustments.
1. Reimburse the City 100% for eligible construction costs approved in the CCRR fonn
(Attachment G). This reimbursement will be limited to the maximum Federal -aid
amount and to the federal amount available at the time payment is requested. If the
payment requested exceeds the Federal -aid available at the time, the difference will
be reimbursed as additional Federal -aid for the Project becomes available.
in. Subject to the availability of Federal -aid allocated for the Project, pay the City the
remaining amount due upon completion of the Project and submittal of the certified
LPA Final Acceptance Report form (Attachment I).
n. Upon completion of these improvements to Highway 112, remove the portion of
Highway 112, Section 1 between Highway 112 Spur (Wedington Drive) and
Interstate 49 from the State Highway System and transfer ownership and
responsibility to the City.
IT IS FURTHER AGREED that should the City fail to fulfill its responsibilities and assigned
duties as related in this Agreement, such failure may disqualify the City from receiving future
Federal -aid highway funds.
IT IS FURTHER AGREED, that should the City fail to pay to the Department any required
funds dile for project implementation or fail to complete the Project as specified in this
Agreement, or fail to adequately maintain or operate the Project, the Department may cause such
funds as may be required Lo be withheld from the City's Motor Fuel Tax allotment.
IN "I'NISS WHEREOF, the parties thereto have executed this Agreement this .4 tz day of
, 2017.
ARKANSAS DEPARTMENT OF
TRANSPORTATION Y OKFAYETTEVILLE
Y4
Scott E. Bennett, P.E. I.i neld Jordan
Director
Kit W lliams
City Attorney
ARKANSAS DEPARTMENT OF TRANSPORTATION
NOTICE: OF NONDISCRIMINATION
The Arkansas Department of Transportation (Department) complies with all civil rights provisions of federal statutes and related authorities
that prohibit disciintinahon in progiauts and activities receiving federal financial assistance, Therefore, the Department docs nol discriminate
on the basis of race, sex, color, age, national origin, religion (not applicable as a protected group under the Federal Motor Carrier Safety
Administration Title VI Program), disability, Limited English Proficiency (UP), or low-income sialus in the admission, access to and
treatment in the Department's programs and activities, as well as the Department's hiring or employment practices Complaints of alleged
discrimination and inquiries regarding the Department's nondiscrimination policies may be direcicd to Joanna P McFadden Section Head -
FEO/DBF (ADA/504/Title VI Coordinator), P, O f3ox 2261, little Rock, AR 72203, (501) 569-2296, (VoiceffTY 711)- or the following
email address:jtir�tsrtFlp�kon cydHl!':sntl4i,}ov
Free language assistance for Limited English Proficient individuals is available upon request.
This notice is available from the ADA/504/Title V1 Coordinator in large print, on audiotape raid in Braille.
Attachment A
GENERAL REQUIREMENTS
FOR
RECIPIENTS AND SUB -RECIPIENTS
CONCERNING DISADVANTAGED BUSINESS ENTERPRISES
It is the policy of the U. S. Department of Transportation that disadvantaged
business enterprises (DBEs) as defined in 49 CFR Part 26 shall have the maximum
opportunity to participate in the performance of contracts financed in whole or in part
with Federal funds under this Agreement. Consequently, the DBE requirements of 49
CFR Part 26 apply to this Agreement.
The recipient or its contractor agrees to ensure that DBEs as defined in 49 CFR
Part 26 have the maximum opportunity to participate in the performance of contracts and
subcontracts financed in whole or in part with Federal finds provided under this
Agreement. In this regard all recipients or contractors shall take all necessary and
reasonable steps in accordance with 49 CFR Part 26 to ensure that DBEs have the
maximum opportunity to compete for and perforin contracts. Recipients and their
contractors shall not discriminate on the basis of race, color, national origin, or sex in the
award and performance of DOT -assisted contracts.
If as a condition of assistance the recipient has submitted and the Department has
approved a disadvantaged business enterprise affirmative action program, which the
recipient agrees to carry out, this program is incorporated into this financial assistance
agreement by reference. This program shall be treated as a legal obligation and failure to
carry out its terms shall be treated as a violation of this financial assistance agreement.
Upon notification to the recipient of its failure to carry out the approved program, the
Department shall impose such sanctions as noted in 49 CFR Part 26, Subpart F, which
sanctions may include termination of the Agreement or other measures that may affect
the ability of the recipient to obtain future DOT financial assistance.
The recipient shall advise each sub -recipient, contractor or subcontractor that
failure to carry out the requirements set forth in 49 CFR Part 26, Subsections 26.101 and
26.107 shall substitute a breach of contract and after the notification of the Department,
may result in termination of the agreement or contract by the recipient or such remedy as
the recipient deems appropriate.
(NOTE: Where appropriate, the term "recipient" may be modified to mean
"sub -recipient", and the term "contractor" modified to include "subcontractor".)
Proiect Information
Job Number Description ' lengt!milesh phase Total Cost
ESTIMATED ADDITIONAL STATE FUNDS
Additional Federal and State funding made available for
improvements if the City agrees to assume ownership and
maintenance of Hwy. 112. This amount will either be ircreased or
decreased based on the lowest responsive bid received that is
awarded to contract. This amount does not represent a minimum
or maximum of funding made available for the project.
Federal Match Total
198,000
Maple Street - North Street
0.47
Const +CENG
247,500
040582
Razorback Road - Garland Avenue
0.37
Utilities
640,882
Construction
4,250,000
CENG (10%)
425,000
Sub -Total
5,315,882
Leroy Pond Drive - North 0.54 j Const +CENG
192,500
Total 1.38
5,755,882
ESTIMATED ADDITIONAL STATE FUNDS
Additional Federal and State funding made available for
improvements if the City agrees to assume ownership and
maintenance of Hwy. 112. This amount will either be ircreased or
decreased based on the lowest responsive bid received that is
awarded to contract. This amount does not represent a minimum
or maximum of funding made available for the project.
Federal Match Total
198,000
49,500
512,706 128,176
640,882
1,887,294 471,824
2,359,118
358,600
358,600
2,400,000 958,600
3,358,600
13,280
66,400
2,400 ,00 958,600
3,358,600
ESTIMATED ADDITIONAL STATE FUNDS
Additional Federal and State funding made available for
improvements if the City agrees to assume ownership and
maintenance of Hwy. 112. This amount will either be ircreased or
decreased based on the lowest responsive bid received that is
awarded to contract. This amount does not represent a minimum
or maximum of funding made available for the project.
Federal Match Total
198,000
49,500
247,500
1,512,706
378,177
1,890,883
53,120
13,280
66,400
1,565,826
391,457
1,957,283
154,000
38,500
192,500
1,917,826
479,457
2,397,283
Note: Job 040582's construction cost estimate is based on the current design. City funds are capped at $3,358,600 in S FP -A and matching funds. AHTD is committed to providing the full amount of gap funding ne:essary for
Job 040582, contingent upon receiving a responsive bid that is within an acceptable range of the engineers estim� te. The City of Fayetteville will revise the current design to incorporate some desired changes.
Funding for any increases in scope will be the responsiblity of the City and will be added to the $3,358,600 cap amount. Once the project is let to contract, an increase in cost due to added scope will be the
responsibility of the City. An increase in cost due to normal change in conditions will be the responsibility of the Dr:partment.
AHTD is committed to proyWI29 funds for the overlay projects using our basic design standards. Funding for any i )creases in scope will be the responsibltty of the City and be added to the $3,358,600 cap amount.
Attachment B
Attachment C
REQUIRED CONTENTS OF BIDDING PROPOSALS
FEDERAL -AID SURFACE TRANSPORTATION PROGRAM PROJECTS
1.) FllWA-1273
Each set of contract documents shall include FHWA-1273, "Required Contract Provisions,
Federal -aid Construction Contracts," and such supplements that may modify the FHWA-1273.
Copies of FHWA-1273 and supplements will be provided by the Department.
2) .Anti -Collusion and Debarment Certification
The certification shall either be in the form of an affidavit executed and sworn to by the bidder
before a person who is authorized by the laws of the State to administer oaths or in the form of
an unsworn declaration executed under penalty of perjury of the law of the United States. The
required form for the Anti -Collusion and Debannent Certification will be provided by the
Department. The certification includes:
• Anti -collusion - A statement executed by, or on behalf of the person, firm, association, or
corporation submitting the bid certifying that such person, firm, association, or corporation
has not, either directly or in -directly, entered into any agreement, participated in any
collusion, or otherwise taken any action, in restraint of free competitive bidding in
connection with the submitted bid.
• Debarment - A statement regarding debarment, suspension, ineligibility and voluntary
exclusion as required by Title 49 of the Code of Federal Regulations, Part 29 (49 CFR 29).
Failure to submit the executed Certification as part of tide bidding; documents will make
the bid nonresponsive and not eligible for award consideration.
3) Lobbying Certification
This certification is required by 49 CFR 20. The form for this certification will be provided
by the Department.
4) Davis -Bacon Pre -determined Minimum Wape hates
Davis -Bacon requirements apply to all projects greater than $2,000 that are physically located
within the existing right-of-way of a functionally classified city street. The Davis -Bacon wage
rates will be provided by the Department.
Attachment D
CERTIFICATION LETTER
REQUESTING AUTHORITY TO ADVERTISE FOR BIDS
DATE
Mr. Emanuel Banks
Deputy Director and Chief Engineer
Arkansas State Highway and Transportation Department
P. O. Box 2261
Little Rock, AR 72203
Re: Job #
Jodi Name
Coarjr
Dear Mr. Banks:
The following documents are submitted concerning the referenced project:
1. One reproducible set of plans and specifications.
2. A copy of the engineer's estimate of cost.
3. Copies of any technical specifications or special provisions.
1 certify that the plans, specifications and estimate were prepared by or under the direct
supervision of a Professional Engineer licensed to practice in the State of Arkansas and that the
plans and specifications were developed using the Arkansas State Highway and Transportation
Department's Standard Specifications for Highway Construction (latest edition) and standard
drawings, and comply with the Americans with Disabilities Act (ADA), the American
Association of State Highway and Transportation Officials (AASHTO) design standards, and all
other applicable state and federal regulations, including airport clearance when necessary, for the
type of work involved.
1 understand that if any project items are declared non -participating in federal fluids due to
failure to comply with any State or federal requirements, the City will promptly repay such fields
to the Arkansas State Highway and Transportation Department (AHTD). Further, I hereby
authorize the Director of the Arkansas State Department of Finance and Administration to
transfer such funds from the City's gasoline tax allotment to the AHTD's RRA Fund upon
notification by the Director of Highways and Transportation that such funds are due AHTD and
have not been paid by the City.
Approval to proceed with advertisement of the project for bids is requested.
Sincerely,
NAME & OFFICE
(City's CEO)
Enclosures
Attachment E
GUIDELINES FOR ADVERTISING AND OPENING BIDS
FEDERAL -AID PROJECTS
Upon receipt of written authorization from the Arkansas State Highway and Transportation
Department, the project may be advertised for bids. The following minimum guidelines for
advertising must be met:
• The minimum advertising period is three weeks.
• In addition to meeting the State requirements for advertising for construction projects, the
project must be advertised a minimum of two times in a statewide newspaper.
■ The notice must contain: (1) the time, date, and place that sealed bids are to be accepted,
opened, and publicly read; (2) a brief description of the kind or type of work contemplated;
and (3) the place at which prospective bidders may obtain plans and specifications.
• The City will include the following language in the solicitation for bids:
"The City hereby notifies all bidders that this contract is subject to applicable labor
laws, non-discrimination provisions, wage rate laws -and other federal laws
including the Fair Labor Standards Acts of 1938. The Work Hours Act of 1962
and Title VI of the Civil Rights Act of 1964 also apply."
■ All bids received in accordance with the terms of the advertisement shall be publicly opened
and at a minimum, the total amount bid must be read (the City may choose to read the bids
item by item).
• If any bid received is not read aloud, the name of the bidder and the reason for not reading
the bid aloud shall be publicly announced at the letting.
■ In accordance with 23 CFR 635.110, any procedures and requirements for qualifying and
licensing contractors must be approved by the Federal Highway Administration.
Negotiation with contractors during the period following the opening of bids and before
the award of the contract is not permitted.
Attachment F
CERTIFICATION LETTER
REQUESTING CONCURRENCE IN AWARD OF THE CONTRACT
nATF
Mr. Emanuel Banks
Deputy Director and Chief Engineer
Arkansas State Highway and Transportation Department
P. O. Box 2261
Little Rock, AR 72203
1te: Job #
Job N e nie
Couldy
near Mr. Banks:
The following documents are submitted concerning the referenced project:
1. One set of bid tabulations.
2. Justification of award (if low bid amount is greater than 10% over the estimate).
1 certify that the referenced project was advertised and bids were received in accordance with the
regulations governing Federal -aid projects and all other applicable state and federal regulations,
and that this process has been reviewed and approved by the City Attorney. Additionally, I
certify that the bid is being awarded to the lowest responsive and qualified bidder and that there
has not been, nor will there be, any negotiations with the contractor or other bidders regarding the
amount bid.
Your concurrence in the award of this contract to CONTRACTOR is requested.
Sincerely,
Mayor
City Attorney
Enclosures
CONSTRUCTION CERTIFICATION AND REIMBURSEMENT REQUEST
Revised: 3/13/17
PAGE 1 OF 2 PAGES
Job No.:
Payee/City:
DATE:
FAP:
address
County:
PAY REQUEST #
Job Name.:
Federal Tax ID No.:
FROM: TO:
REQUEST• - PAYMENT
Designated Full Time Employee In Responsible
1 Original Contract Amount
The information provided in this document is true and correct and I
recommend that payment be made to the Contractor for this work.
2 Net Changes by Change Orders
3 Present Contract Total
By: Date:
4 Work Completed to Date
Title:
5 Previous Reimbursements
6 Amount Due this Estimate
(subtract Line 5 from Line 4)
•
• '
ADDITIONS
DEDUCTIONS Payment is requested from the Arkansas State Highway and
Transportation Department for the Amount Due. I certify that the
Total changes previously approved
Contractor and/or subcontractor(s) are complying with the provisions
of FHWA-1273, Required Contract Provisions, Federal -aid Construction
Contracts, and Supplements; that the work has been completed by the
Total approved this Request Period
Contractor in accordance with the plans and specifications; and that
the Contractor has been paid for this work.
TOTALS
By: Date:
NET CHANGES by Change Order
(Line 2 abnve)
Title:
DEPARTMENT USE ONLY
Recommended for Payment in
PAID
Accordance with Project Agreement
Approved for Payment
Voucher No.
Resident Engineer
State Construction Engineer
Date:
Attachment C
CONSTRUCTION CERTIFICATION AND REIMBURSEMENT REQUEST Revised: 3/13/17
PAGE 2 OF 2 PAGES
JOB NUMBER:
FAP:
JOB NAME
CITY
REQUEST NO: DATE:
FROM: TO
CONTRACTOR:
A
B
C
D I E
F
G
H
I
ITEM
NO.
DESCRIPTION OF WORK
SCHEDULED
VALUE
WORK COMPLETED
MATERIALS
PRESENTLY
STOCKPILED
(NOT IN D or E)
TOTAL
COMPLETED &
STOCKPILED
TO DATE (D+E+F)
%
COMPLETED
(G - C)
BALANCE
TO FINISH
(C - G)
PREVIOUS
REQUESTS
THIS PER OD
GRAND TOTALS
Attachment G
Attachment H
CITY
LPA Report of Daily Work Performed
Job Name: Job No.:
FAP No.: Contractor:
Date: Hours Worked: — Report No.:
Site Conditions
Useable
Partly Useable
Not Useable
Min Temp. (F)
Max Temp. (F)
Comments
Project Conditions
Weather
Sunny
Partly Cloudy
Rain
Rainfall Amt. (in.)
Number of Contractor's
Personnel
Laborers
Carpenters
Concrete Laborers
Equip. Operators
Electricians
Plumbers
Foreman
Other
Other
Location and Description of Work Performed
ISpecial Instructions and/or Conversations
Signed.
Designated Full-time Employee
Attachment I
CITY
LPA Final Acceptance Report
Job Name:
Date:
Job No:
FAP No:
County:
Route:
Contractor:
Date Work Began:
Date Work Completed:
Attendees:
Remarks:
Project Completed in Substantial
Compliance with Plans and Specifications
and Recommended for Final Acceptance by
City
Recommended for Acceptance in
Accordance with Project Agreement
Engineer/Architect
AHTD Resident Engineer
Project Recommended for Acceptance
Designated Full-time Employee:
I certify that the Contractor and/or subcontractor(s) have complied with the provisions of
FHWA-1273, Required Contract Provisions, Federal -aid Construction Contracts, and
Supplements; that the project has been completed by the Contractor in accordance with
the plans and specifications; that the Contractor has been paid for this work, and the
project is hereby accepted.
CITY's CEO
Attachment J
,z I u,b .
6� AtLt.
gad xx><>ekx
t rrPu[u SFzrb4 flc �roRp1rEYFAr
3'", `o
�� ALK 04W
ra" I T SOQ I`IE
_ aS7[ 1 !T•p'. L4a1 I?'•0'
THAN LAS IY•6" i�
A'•0" LANE �? OKl
ff
f-
PAQEK`e-
p.02'
�r%k" 6.U2'I'
•� 0.02v
%X
3ti1 L.L.C.& G.
_
--
GC.C.a. G.
STYPE AHY-6"r
'— 0-:}T 1'f^
8.72'/'
1" AV -6-1
HWY. XXX-FULL
DEPTH
C.C.C. &
G. LT. & RT.
TYPICAL SECTIONS OF IMPROVEMENT
Attachment J
Attachment K
LOCAL AGENCY
CONSULTANT SELECTION PROCEDURES
Section I — Application
These procedures apply to federally funded contracts for engineering and design
services for projects. The federal laws and regulations that govern the procurement of
engineering and design related services with Federal -aid highway funds are:
• 23 U.S.C. 112 "Letting of contracts".
23 CFR 172 "Administration of Engineering and Design Related Service
Contracts",
49 CFR 18 "Uniform Administration Requirements for Grants and
Cooperative Agreements to State and Local Governments" or more
commonly known as the "Common Rule",
• 40 U.S.C. Chapter 10 Subchapter VI, paragraphs 541-544 or commonly
called the "Brooks Act".
In accordance with the above federal laws and regulations, the Arkansas State
Highway and Transportation Department (AHTD) has approved these procedures for
use by the Local Agency for the "competitive negotiation" method of procurement as
defined in 23 CFR 172.5, Methods of Procurement.
The Local Agency will use these procedures for Federal -aid contracts and may
elect to use them for non -Federal -aid contracts.
These procedures do not apply to design -build Contracts.
Section II — Advertisement for Letters of Interest (LOIS
The Local Agency may employ a consultant engineering firm when a need exists
for engineering services and it is in the Local Agency's best interest to employ an
engineer or engineering firm.
As a minimum, the Local Agency will advertise in a statewide newspaper, the
AHTD's website and the Local Agency's website (if available), advising that consultant
engineering services are being sought. In addition, the Local Agency may advertise in
appropriate national trade magazines or websites for specialized services. Interested
firms must furnish a Letter of Interest with primary contact information and Architect -
Engineer Qualifications Standard Form 330 Parts I and II. The advertisement will be
for either a specific single project, a group of projects, or for an indefinite delivery of
projects to be determined at a later date with specific task orders issued for each
project.
Attachment K
When the Local Agency advertises a specific project, the advertisement will
describe the work in general terms so that firms may evaluate their interest in
performing the desired services.
When the Local Agency advertises a group of projects, a general description of
work will be furnished. Firms will be asked to specify the projects they are interested in
performing. When the Local Agency decides to proceed with a certain project, those
firms having expressed interest in that project will be considered for selection.
When the Local Agency advertises for an indefinite delivery of projects with later
specified task orders, the advertisement will include a general description of work for the
project tasks.
Section ]]I — Selection Committee.
The Local Agency will designate a Selection Committee (Committee) to evaluate
and analyze the LOls and Proposals.
Section IV — Evaluation of LOIS.
The Committee will evaluate each consultant firm based on the following:
No.
Evaluation Factors for LOIs
Maximum Points
Possible
Professional staff including the education, experience,
1
number of personnel available, and any partnerships
10
with sub -consultants
General and professional reputation, including
2
responsiveness to civil rights and equal employment
10
opportunity requirements and opportunities
3
Past work performance
10
4
Experience with projects of a similar nature as those
advertised
10
Total Points for LOI
40
Following their review, the selection committee will prepare a short list of
engineering firms and recommend to the Local Agency that these firms submit detailed
proposals for further evaluation.
Section V — Reguest for Proposal (RFP).
The Local Agency will prepare a scope of work statement and request proposals
from the engineering firms on the short list. For projects with FHWA oversight, the
Local Agency will forward the scope of work statement to AHTD to forward to FHWA for
review and approval before soliciting RFPs. A Local Agency's scope of work will
typically include the following:
2
Attachment K
1. A detailed description of the work
2. Services that will be furnished by the Local Agency
3. Services expected of the consultant
4. Project conditions of the work
5. Special conditions of the work
6. Assurance of participation of Disadvantaged Business Enterprises
(DBE) in Federal -aid projects. The Local Agency may establish a DBE
goal of a certain percentage of the work for DBE's to assure DBE's
participation in Federal -aid projects. When a DBE goal is specified,
the Local Agency will ensure that a certified DBE(s) performs the
identified engineering work and that the payments to the DBE(s) verify
that the goal was reached. The establishment of a DBE goal does not
preclude a DBE from being the prime consultant for the project.
The short-listed firms should submit proposals that contain the following
1. A cover letter with primary contact information
2. A detailed work plan that identifies the major tasks of work
3. A list of major concerns associated with completing the work
4. A detailed work schedule for specific projects as requested
5. A manpower estimate for specific projects as requested
U. updated &andard Form 330 naris i grid ii ii riacCssary
The Committee will review the proposals with particular attention to the following
evaluation factors and the consideration of Section IV. The evaluation factors and
their relative importance will be listed in the RFP if any of the factors are different from
the list below.
No-
Evaluation Factors for Proposals
Maximum Points
Possible
1
Obvious indication that the scope of work is clearly
10
understood
Comprehensive, coherent, and detailed work plan
2
10
3
Realistic work schedule when applicable
10
4
Proposed working office location, need for a local
5
office, and any local representative*
5
Identification of sub -consultants and responsiveness to
5
DBE goals and opportunities
6
Total Points for LOI
Total Points for Proposals
40
80
*Locality preference may be used on a project by project basis where it is not based on political
boundaries.
Based on these various items, the Committee will rank the firms in order of
preference and submit the list to the Local Agency who will either:
1. Select one firm to enter negotiations with;
9
Attachment K
2. Select multiple firms for an indefinite delivery contract; or
3. Select two or more firms to interview (a firm may present additional
information concerning their proposal at the interview). After the
interviews, the Committee will re-evaluate the firms based on the
interview and the same evaluation factors as noted previously. The
ranked list will be submitted to the Local Agency for review and final
selection.
The contract file will contain records of the rankings and supporting data;
however, the rankings will not be public information. Copies of the LOI advertisement,
the rankings, and supporting data shall be submitted to AHTD for the contract file.
Section VI — Neaotiation and Contract Preparation.
Once a firm is selected for negotiation for a specific job or a group of projects, it
will prepare a draft contract including a cost estimate for the project. The other firms on
the short list will be advised of the firm selected, subject to successful negotiations.
More than one firm may be selected for an indefinite delivery contract. The
contract will establish a maximum cost for the contract as well as an expiration date. As
individual task orders are issued, individual task order cost estimates will be negotiated.
The selected firm will prepare a draft contract based on a sample contract
furnished by the AHTD. In accordance with the principles of 23 CFR 172, the draft
contract must include an overhead rate that is approved by the AHTD. The overhead
rate shall be verified by an audit by a certified public accountant on behalf of the
consultant if the contract exceeds $250,000. If the contract is less than $250,000, the
overhead rate shall also be verified by an audit by a certified public accountant on
behalf of the consultant if at least one of the following conditions applies:
1. when there is insufficient knowledge of the consultant's accounting
system;
2. when there is previous unfavorable experience regarding the reliability
of the consultant's accounting system; or
3. when the contract involves procurement of new equipment or supplies
for which cost experience is lacking.
Pursuant to this requirement, the AHTD will notify the Local Agency if an audit by
a certified public accountant for the selected firm is necessary. The certified audit
needs to be provided by the selected firm prior to the submission of the final draft
contract.
The Local Agency will review the draft contract proposal and either approve it as
submitted or enter into negotiations with the selected firm to establish a contract and
contract amount that the Local Agency deems is fair and reasonable. If a satisfactory
contract cannot be negotiated with the selected firm, negotiations will be formally
terminated. The Local Agency will then enter into negotiations with the second ranked
firm. If negotiations with that firm fail, the Local Agency will formally terminate those
id
Attachment K
negotiations and begin to negotiate with the third ranked firm, and so on. If the Local
Agency cannot negotiate a satisfactory contract with any of the firms on the short list,
the Local Agency shall either:
1. Request proposals from additional firms who have submitted LOIs and
are considered competent and qualified; evaluate and rank the firms
based on the criteria described in Section V; and continue the
negotiation process, or
2. Terminate all negotiations and begin the selection process again.
When the Local Agency and the consultant agree on a negotiated contract, the
consultant will prepare a final draft and submit it to the Local Agency and AHTD for
review. After review and a determination that it is acceptable, the consultant will sign
the contract. The Local Agency will then execute the contract. The contract will
subsequently be submitted to AHTD for final review and approval. When approved,
copies of the signed contract will be distributed within the Local Agency and to the
consultant.
For projects with FHWA oversight and for indefinite delivery contracts utilizing
federal funds, the AHTD will forward the initial and final drafts of the contract to FHWA
for review and comment. The FHWA approves the final executed contract by stamp
and signature and retains a copy.
After the Local Agency executes an indefinite delivery contract, it will assign
specific projects by task order for the duration of the contract period. The consultant will
prepare each task order based on the scope of work furnished by the Local Agency.
The task order will include a manpower estimate and cost. The Local Agency will
review the task order and approve it as submitted or negotiate with the consultant to
establish a task order and task order amount that the Local Agency deems is fair and
reasonable. After review and a determination that the task order is acceptable, the
consultant will sign the task order. The Local Agency will execute the task order. The
task order will subsequently be submitted to AHTD for final review and approval. When
approved, copies of the signed task order will be distributed within the Local Agency
and to the consultant. For projects with FHWA oversight, the AHTD will forward the
initial and final drafts of the task order to FHWA for review and comment. The FHWA
approves the final executed task order by stamp and signature and retains a copy.
Section VII — Monitorina the Contract.
The Local Agency may identify staff members as key liaisons for specific projects
or for technical matters during the administration of the contract period.
The Local Agency will:
1. Maintain the contract files.
2. Arrange and attend periodic progress meetings.
3. Coordinate reviews and approval actions with other agencies when
necessary.
5
Attachment K
4. Review progress payments.
5. Coordinate questions from the consultant.
6. Negotiate any change or amendment to the contract and submit to
AHTD for review and approval.
7. Prepare an evaluation of the consultant's performance after completion
of the contract. A copy of the evaluation shall be submitted to the
AHTD.
Section VIII — Consultant Liabili
The Local Agency will include a contract requirement that the consultant will
warrant that all services and work products provided as part of the contract are free
from defects in workmanship at the time of acceptance and that the work conforms to
the requirements of the contract. This warrant is effective regardless of the degree of
inspection and acceptance by the Local Agency or others.
If the consultant is required to correct or re -perform any work or services, the
work will be performed at no cost to the Local Agency, and any work or services
corrected or re -performed by the consultant shall also be warranted that it is free from
defects in workmanship. If the consultant fails or refuses to correct or re -perform, the
Local Agency may, by contract or otherwise, correct or replace the deficient items or
services with similar work or services, and charge the cost to the consultant or make an
equitable adjustment in the consultant's reimbursement.
Acceptance is an act of an authorized representative of the Local Agency by
which the Local Agency approves specific services, as partial or complete performance
of the contract. Correction is the elimination of a defect.
A
Attachment L
CITY LETTERHEAD
JOB NUMBER
JOB DESCRIPTION
COUNTY
Title to the right of way necessary for the construction of this project has been acquired, or will be
acquired, in accordance with applicable Federal Highway Administration procedures.
indicate total number in each category here. Delete any categories not used in this job.
Tract(s)
Options(s)
Paid
Donation(s)
Negotiation Pending* - include tract number(s) and statement: "It is anticipated that
this/these tracts) will be acquired by (date). "
Condemnation(s) (include Order of Possession date or date the Court Order was filed)
Condemnation(s) Pending* - include tract number(s) and anticipated filing date
* If applicable
J,delete the statement in each pair that does not apply
There are no displacees on this project.
-iii -
Relocation Assistance has been provided in accordance with applicable Federal Highway
Administration procedures and all displacees have moved fi-om this project. There was/were #
displaced {re idence W lbusinam (es)l ejso)zal 2)•a p ertvletc on the project.
There are no strictures located within the right of way area.
-Or-
All structures have been removed from this project, except for those to be included as demolition
items in the highway contract.
No conflicting utilities are known to exist in the right of way area.
-Or-
Necessary utility relocation has been, or will be, completed as shown in the attached Utility Status
Report.
There are no railroads involved on this project
-OR-
Tract(s) # shown above include(s) # (Permanent/Temporary Construction Easements) for
Railroad.
No right of way in excess of that needed for construction or future maintenance of this project was
acquired.
Certified by:
(Type name)
(Type title)
Date:
City Letterhead
(Designating Full -Time Employee
in Responsible Charge)
DATE
Mr. Jared D. Wiley
Division Engineer — Program Management
Arkansas State Highway and Transportation Department
P. O. Box 2261
Little Rock, AR 72203
Re: Job Name
Coun
Dear Mr. Wiley:
Attachment M
The frill -time employee in responsible charge of the day to day oversight for the referenced
project will be Onsed enUila. This letter certifies that the employee is aware of the
duties and functions they are in charge of as outlined in the Agreement of Understanding. They
can be contacted at Lnsert Rhone nuinber) or at Onserl e)nail addresr}.
Sincerely,
NAME & OFFICE
(City's CEO)
Attachment N
49 CFR 18.42
UNIFORM ADMINISTRATIVE REQUIREMENTS FOR GRANTS AND COOPERATIVE
AGREEMENTS TO STATE AND LOCAL GOVERNMENTS
Post -Award Requirements
Retention and access requirements for records.
(a) Applicability. (1) This section applies to all
financial and programmatic records, supporting
documents, statistical records, and other records of
grantees or subgrantees which are:
(i) Required to be maintained by the terms of this
part, program regulations or the grant agreement, or
(ii) Otherwise reasonably considered as pertinent to
program regulations or the grant agreement,
(2) This section does not apply to records maintained
by contractors or subcontractors. For a requirement to
place a provision concerning records in certain kinds of
contracts, see Sec. I8.36(i)(10).
(b) Length of retention period. (1) Except as
otherwise provided, records must be retained for three
years from the starting date specified in paragraph (c) of
this section.
(2) If any litigation, claim, negotiation, audit or other
action involving the records has been started before the
expiration of the 3 -year period, the records must be
retained until completion of the action and resolution of
all issues which arise from it, or until the end of the
regular 3 -year period, whichever is later.
(3) To avoid duplicate recordkeeping, awarding
agencies may make special arrangements with grantees
and subgrantees to retain any records which are
continuously needed for joint use. The awarding agency
will request transfer of records to its custody when it
determines that the records possess long -teen retention
value. When the records are transferred to or maintained
by the Federal agency, the 3 -year retention requirement
is not applicable to the grantee or subgrantee.
(c) Starting date of retention period --(1) General.
When grant support is continued or renewed at annual
or other intervals, the retention period for the records of
each funding period starts on the day the grantee or
subgrantee submits to the awarding agency its single or
last expenditure report for that period. However, if grant
support is continued or renewed quarterly, the retention
period for each year's records starts on the day the
grantee submits its expenditure report for the last quarter
of the Federal fiscal year. In all other cases, the retention
period starts on the day the grantee submits its final
expenditure report. If an expenditure report has been
waived, the retention period starts on the day the report
would have been due.
(2) Real property and equipment records. The
retention period for real property and equipment records
starts from the date of the disposition or replacement or
transfer at the direction of the awarding agency,
(3) Records for income transactions offer grant or
subgrant support. In some cases grantees must report
income after the period of grant support. Where there is
such a requirement, the retention period for the records
pertaining to the earning of the income starts from the
end of the grantee's fiscal year in which the income is
earned.
(4) Indirect cost rale proposals, cost allocations
plans, etc. This paragraph applies to the following types
of documents, and their supporting records: indirect cost
rate computations or proposals, cost allocation plans,
and any similar accounting computations of the rate at
which a particular group of costs is chargeable (such as
computer usage chargeback rates or composite fringe
benefit rates).
(i) If submitted for negotiation. If the proposal, plan,
or other computation is required to be submitted to the
Federal Government (or to the grantee) to form the basis
for negotiation of the rate, then the 3 -year retention
period for its supporting records starts from the date of
such submission.
(ii) If not submitted fbr negotiation. If the proposal,
plan, or other computation is not requirect to be
submitted to the Federal Government (or to the grantee)
for negotiation purposes, then the 3 -year retention
periud iur Lire prupusai plan, vi cuurpuUMMI and iia
supporting records starts from the end of the fiscal year
(or other accounting period) covered by the proposal,
plan, or other computation.
(d) Substitution of microfilm. Copies made by
microfilming, photocopying, or similar methods may be
substituted for the original records.
(e) Access to records --(I) Records of grantees and
subgrantees. The awarding agency and the Comptroller
General of the United States, or any of their authorized
representatives, shall have the right of access to any
pertinent books, documents, papers, or other records of
grantees and subgrantees which are pertinent to the
grant, in order to make audits, examinations, excerpts,
and transcripts.
(2) Expiration of right of access. The right of access
in this section must not be limited to the required
retention period but shall last as long as the records are
retained.
(f) Restrictions on public access. The Federal
Freedom of Information Act (5 U.S.C. 552) does not
apply to records unless required by Federal, State, or
local law, grantees and subgrantees are not required to
pennit public access to their records.
[Revised as of October 1, 1997]
Attachment O
CERTIFICATION FOR GRANTS, LOANS, ANI) COOPERATIVE ACRL0%1lENT8
The undersigned certifies to the best of his knowledge and belief that:
1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the
undersigned, to any person for influencing or attempting to influence an officer or
employee of any Federal agency, a Member of Congress, an officer or employee of
Congress, or an employee of a Member of Congress in connection with the
awarding of any Federal contract, the making of any Federal grant, the making of
any Federal loan, the entering into of any cooperative agreement, and the extension,
continuation, renewal, amendment, or modification of any Federal contract, grant,
loan, or cooperative agreement.
If any funds other than Federal appropriated funds have been paid or will be paid to
any person for influencing or attempting to influence an officer or employee of any
Federal agency, a Member of Congress, an officer or employee of Congress, or an
employee of a Member of Congress in connection with this Federal contract, grant,
loan, or cooperative agreement, the undersigned shall complete and submit
Standard Form - LLL, "Disclosure Form to Report Lobbying," in accordance with
its instructions.
3. The undersigned shall require that the language of this certification be included in
the award documents for all sub awards at all tiers (including sub grants, and
contracts and subcontracts under grants, sub grants, loans and cooperative
agreements) which exceed $100,000, and that all such sub recipients shall certify
and disclose accordingly,
This certification is a material representation of fact upon which reliance was placed
when this transaction was made or entered into. Submission of this certification is a
prerequisite for making or entering into this transaction imposed by Section 1352,
Title 31, U.S. Code. Any person who fails to file the required certification shall be
subject to a civil penalty of not l'4s than $10,000 and not more than $100,000 for each
such failure. i1
,cera joruan
r of Fayetteville
Attachment P
Federal Funding Accountability and Transparency Act (FFATA)
Reporting Requirements
(For more information go to https://www.fsrs.govl)
FFATA was signed on September 26, 2006. The intent is to empower every American with
the ability to hold the government accountable for each spending decision. The end result is to
reduce wasteful spending in the government. The FFATA legislation requires information on
federal awards (federal financial assistance and expenditures) be made available to the public via
a single, searchable website, which is www.USAS endin . ov.
A Prime Grant Recipient (hereinafter called AHTD (the Arkansas State Highway and
Transportation Department)) awarded a new Federal grant greater than or equal to $25,000 as of
October 1, 2010 is subject to FFATA sub -award reporting requirements as outlined in the Office of
Management and Budget guidance issued August 27, 2010. AHTD is required to file a FFATA
sub -award report for any sub -grant awarded to a sub-awardee greater than or equal to
$25,000. As a sub-awardee,
provide the following information to AHTD in order to fulfill FFATA reporting requirements:
shall
V, A unique identifier (Dun & Bradstreet DUNS Number) of the sub-awardee receiving the
award and the parent entity of the recipient, should the sub-awardee be owned by another
entity;
V The names and total compensation of the five most highly compensated officers of the
sub-awardee if the sub-awardee in the preceding Federal fiscal year received 80 percent
or more of its annual gross revenues in Federal awards; and $25,000,000 or more in
annual gross revenues from Federal awards; and the public does not have access to
information about the compensation of the senior executives of the sub-awardee through
periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934
(15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986. See
FFATA § 2(b)(1).
Page 1 of 2
Attachment P
Reauired Sub-Awardee Information
(A) Sub-Awardee — DUNS Number:
Parent (if applicable) — DUNS Number:
(B) In the preceding completed Federal fiscal year, did your business or organization (the legal
entity to which the DUNS number entered above belongs) receive (1) 80 percent or more of
its annual gross revenues in U.S. federal contracts, subcontracts, loans, grants, subgrants,
and/or cooperative agreements; and (2) $25,000,000 or more in annual gross revenues from
U.S. federal contracts, subcontracts, loans, grants, subgrants, and/or cooperative
agreements?
Yes / No (Circle one)
If "Yes" is selected, answer (C).
(C) Does the public have access to information about the compensation of the executives in your
business or organization (the legal entity to which the DUNS number entered above belongs)
through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of
1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986?
Yes / No (Circle one)
If "Yes" is selected, visit http://www.sec.govledgar.shtml for reference.
If "No" is selected, answer (D).
(D) if "No" was selected in Question "C", complete the following information for the five (5)
most highly compensated executives in your business or organization (the legal entity to
which the DUNS number entered above belongs). Amount should reflect the Total
Compensation Amount in the preceding completed Federal fiscal year in U.S. whole dollars.
Sub-Awardee Names and Compensation of Most Highly Compensated Officers
1. Name: _ _ _ _ Amount: $.
2. Name: Amount $
3. Name: Amount
4. Name: Amount: $
5. Name Amount: $
Page 2 of 2
DEVELOPMENT
CONSULTANTS
INCORPORATED
HWY 112/MAPLE — RAZORBACK TO GARLAND
BID # 18-27
2018-06-01
To: CHRIS BROWN
City Engineer
Subject: Contract Award Recommendation
Reference is made to bids opened June 1, 2018 (Bid# 18-27) for the HWY 112/Maple —
Razorback to Garland project which proposes to reconstruct the Maple/Razorback intersection
nC M011 ar Unnlp street frnm Rarnrhnrk Rnarl to Garland Avenue with overlays of Garland from
Maple Street to Wedington Avenue and Razorback Road from Maple Street to Leroy Pond.
The apparent low bidder is kQ,,b/ , /z C der �r�, �.; r, The low bid amount was
The low bid is 1,1% above/below the Engineer's Estimate of $2,762,831.56.
The bid does not appear to contain any errors or omissions, and all bid requirements appear to
have been met. Based on this information, Mr. Jay Young, Vice President of Development
Consultants Inc., recommends that this contract be awarded to N c,bl,U d'7,`v--7
Sincerely,
Jay Young
Vice President
1IPage
Construction - Hwy 112 Maple Street Improvements
Bid No. 18-27
CITY OF
FAY E T T E V I L L E Official Bid Tabulation
ARKANSAS Bid No. 18-27
Date: 06.01.2018
Time: 2:00 PM
Lioneld Jordan, Mayor Certification of Funds: $4,2500,000.00
Max Bid Award Limit: $5,312,500.00
Number of Addendums: 2
Crossland Heavy Contractors, Inc.
Nabholz Construction, Inc.
UNIT
UNIT
ITEM ESTIMATED
NO. DESCRIPTION UNIT QUANTITY
PRICE AMOUNT
PRICE AMOUNT
1
Mobilization (Shall not exceed 5% of
LS
1
$ 160,000.00
$ 160,000.00
$ 115,000.00
$ 115,000.00
Total Bid for Sch. 1)
2
Insurance and Bonding
LS
1
$ 45,000.00
$ 45,000.00
$ 40,000.00
$ 40,000.00
3
Roadway Construction Control
LS
1
$ 75,000.00
$ 75,000.00
$ 53,000.00
$ 53,000-00
(Stalking)
4
Trench & Excavation Safety Systems
LS
1
$ 1,000,00
$ 1,000.00
$ 2,700.00
$ 2,700.00
5
Erosion Control
LS
1
$ 50,000.00
$ 50,000.00
$ 18,000.00
$ 18,000.00
6
Clearing & Grubbing
LS
1
$ 50,000.00
$ 50,000-00
$ 43,000.00
$ 43,000.00
7
R & D Existing Curb and Gutter
LF
2,532
$ 7.00
$ 17,724.00
$ 9.75
$ 24,687.00
8
R & D Existing Asphalt Pavement
SY
8,905
$ 9.00
$ 80,145.00
$ 10.75
$ 95,728.75
9
R & D Existing Concrete Sidewalk
SY
965
$ 19.00
$ 18,335.00
$ 9.40
$ 9,071.00
10
R & D Existing Storm Drain Inlet
EA
1
$ 3,000.00
$ 3,000.00
$ 1,100.00
$ 1,100.00
11
R & D Existing Street Sign and Return
EA
21
$ 150.00
$ 3,150.00
$ 100.00
$ 2,100.00
to Owner
12
R & D Existing Pedestrian Crossing
EA
1
$ 3,000.00
$ 3,000.00
$ 1,000.00
$ 1,000.00
Equipment and Return to Owner
ITEM ESTIMATED
NO. DESCRIPTION UNIT QUANTITY
Crossland Heavy Contractors, Inc.
Nabholz Construction, Inc.
UNIT
PRICE AMOUNT
UNIT
PRICE AMOUNT
13
R & D Existing Light Pole and Return
to Owner
EA
3
$ 500.00
1,500.00
$ 400.00
$ 1,200.00
14
R & D Existing Parking Meter and
Return to Owner
EA
4
$ 400.00
$ 1,600.00
$ 100.00
$ 400.00
15 IR
& D Existing Headwalls
EA
1
$ 3,000.00
3,000.00
$ 300.00
$ 300.00.
16
jAsphalt Milling
SY
5,603
$ 6.50
> 36,419.50
$ 6.35
$ 35,579.05
17
Unclassified Excavation (Plan
Quantity)
CY
530
$ 33.00
$ 17,490.00
$ 21.20
$ 11,236.00
18
Compacted Embankment (Plan
Quantity)
CY
11,200
$ 22.00
> 246,400.00
$ 11.85
$ 132,720.00
19
Rock Excavation
CY
50
$ 100.00
5,000.00
$ 160.00
$ 8,000.00
20
Subgrade Preperation
CY
19,090
$ 4.50
? 85,905:00
$ 2.75
$ 52,497.50
21
4" Topsoil Placement
SY
3,800
$ 4.00
15,200.00
$ 3.05
$ 11,590.00
22
18" RCP, Class III
LF
190
$ 83.00
$ 15,770.00
$ 84.00
$ 15,960.00
23
24" RCP, Class III
LF
747
$ 86.00
$ 64,242.00
$ 116.00
$ 86,652.00
24
36" RCP, Class III
LF
200
$ 116.00
$ 23,200.00
$ 118.00
$ 23,600.00
25
4' DIA. Curb Inlet
EA
10
$ 4,900.00
> 49,000.00
$ 4,700.00
$ 47,000.00
26
5' DIA. Grated Inlet
EA
1
$ 5,400.00
j 5,400.00
$ 4,900.00
$ 4,900.00
27
4' DIA. Grated Inlet
EA
2
$ 4,900.00
j 9,800.00
$ 4,300.00
$ 8,600.00
28
4' DIA. Junction Box Under
Pavement
EA
1
$ 6,600.00
> 6,600.00
$ 4,700.00
$ 4,700.00
29
9' x 9' Junction Box Under Pavement
LS
1
$ 10,100-00
> 10,100.00
$ 7,800.00
$ 7,800.00
30
4' Curb Inlet Extentsion
EA
17
$ 1,350.00
; 22,950.00
$ 840.00
$ 14,280.00
31
4' Double Throat Curb Inlet
EA
2
$ 4,600.00
9,200.00
$ 5,500.00
$ 11,000.00
32
IDouble Combination Inlet
EA
1
$ 11,500.00
j 11,500.00
$ 7,600.00
$ 7,600.00
33
ITriple Combination Inlet
EA
1
$ 12,900.00
> 12,900.00
$ 8,900.00
$ 8,900.00
34
Connect New 18" RCP to Exsisting
Junction Box
EA
1
$ 2,200.00
2,200.00
$ 1,200.00
$ 1,200.00
35
Connect New 24" RCP to Existing
Junction Box
EA
1
$ 2,200.00
j 2,200.00
$ 1,300.00
$ 1,300.00
36
Headwall at STA 206+10 LT
LS
1
$ 20,000.00
$ 20,000.00
$ 12,800.00
$ 12,800.00
Crossland Heavy Contractors, Inc.
Nabholz Construction, Inc.
UNIT
UNIT
ITEM ESTIMATED
NO. DESCRIPTION UNIT QUANTITY
PRICE AMOUNT
PRICE AMOUNT
37
Remove and Reconstruct Top of
EA
3
$ 4,500.00
$ 13,500.00
$ 3,900.00
$ 11,700.00
Existing Drop Inlet
38
Raise Existing Grated Inlet to Grade
EA
1
$ 1,700.00
$ 1,700.00
$ 3,700.00
$ 3,700-00
39
Convert Existing Inlet to Junction
EA
1
$ 6,000.00
$ 6,000.00
$ 3,600.00
$ 3,600.00
Box
40
Asphalt Concrete Hot Mix Base
TON
2,100
$ 75.00
$ 157,500.00
$ 72.70
$ 152,670.00
Course (11/2) PG 64-22
41
Asphalt Concrete Hot Mix Binder
TON
1,058
$ 85.00
$ 89,930.00
$ 84.40
$ 89,295.20
Course (1") PG 64-22
42
Asphalt Concrete Hot Mix Surface
TON
4,926
$ 95.00
$ 467,970.00
$ 93.90
$ 462,551.40
Course (1/2") PG 70-22
43
ACHM Patching of Existing Roadway
TON
250
$ 210.00
$ 521500.00
$ 200.00
$ 50,000.00
(Maintenance of Traffic)
44
PCC Base Widening (5")
SY
637
$ 70.00
$ 44,590.00
$ 46.00
$ 29,302.00
45
PCC Base Widening (10")
SY
507
$ 100.00
$ 50,700.00
$ 75.00
$ 38,025.00
46
Cobblestone Pavers
SY
60
$ 225.00
$ 13,500.00
$ 160.00
$ 9,600.00
47
Asphalt Pavers
SY
86
$ 235.00
$ 20,210.00
$ 130.00
$ 11,180.00
48
Concrete Curb & Gutter (Standard)
LF
3,502
$ 19.00
$ 66,538.00
$ 18.00
$ 63,036.00
49
Concrete Curb & Gutter (7")
LF
663
$ 20.00
$ 13,260.00
$ 20.20
$ 13,392.60
50
4" Concrete Sidewalk
SY
2,537
$ 58.00
$ 147,146.00
$ 56.00
$ 142,072.00
51
6" Concrete Driveway
SY
193
$ 68.00
$. 13,124.00
$ 68.00
$ 13,124.00
52
Concrete ADA Ramp
SY
85
$ 165.00
$ 14,025.00
$ 93.00
$ 7,905.00
53 1
Cast-in-Place Detectable Warning
SF
320
$ 19.00
$ 6,080.00
$ 27.00
$ 8,640.00
Devices (Truncated Domes)
54
Solid Sod
SY
3,800
$ 4.50
$ 17,100.00
$ 4.25
$ 16,150.00
55
Tree Protection Fencing
LF
1,293
$ 8.00
$ 10,344.00
$ 5.50
$ 7,111.50
56
Relocate Existing Fire Hydrant
EA
1
$ 5,700.00
$ 5,700.00
$ 500.00
$ 500.00
57
Raise/Lower Existing Sanitary Sewer
EA
10
$ 1,200.00
$ 12,000.00
$ 2,000.00
$ 20,000.00
Manhole to Grade
58 1
Raise Existing Hatch to Grade
EA
1
$ 1,350.00 1
$ 1,350.00
$ 3,500.00
$ 3,500.00
C
M
nie, CPPD, CPPD, Purchasing Manager Witness Date
G
Crossland Heavy Contractors, Inc.
Nabholz Construction, Inc.
UNIT
UNIT
ITEM ESTIMATED
NO. DESCRIPTION UNIT QUANTITY
PRICE AMOUNT
PRICE AMOUNT
59
Handrail
LF
24
$ 85.00
2,040.00
$ 102.00
$ 2,448.00
60
6" Irrigation Conduit
LF
415
$ 18.00
> 7,470.00
$ 25.80
$ 10,707.00
61
6" Lighting Conduit
LF
415
$ 18.00
> 7,470.00
$ 25.80
$ 10,707.00
62
Thermoplastic Pavement Marking
LF
7,077
$ 1.25
8,846.25
$ 1.20
$ 8,492.40
White (6")
63
Thermoplastic Pavement Yellow
LF
10,841
$ 1.25
> 13,551.25
$ 1.20
$ 13,009.20
Marking (6")
64
Thermoplastic Pavement Marking
LF
2,542
$ 10.00
j 25,420.00
$ 9.70
$ 24,657.40
White (1Z")
65
Thermoplastic Pavement Marking
EA
38
$ 315.00
> 11,970.00
$ 350.00
$ 13,300.00
Directional Arrow
66
Thermoplastic Pavement Marking
EA
22
$ 350.00
> 7,700.00
$ 350.00
$ 7,700.00
"Only"
67
Thermoplastic Pavement Marking
EA
454
$ 75.00
34,050.00
$ 72.75
$ 33,028.50
(9"R Dots)
68
1 Black Out Existing Striping
LF
1,554
$ 2.S0
j 3,885.00
$ 2.50
$ 3,885.00
69
Traffic Control & Maintenance
LS
1
$ 140,000.00
> 140,000.00
$ 99,000.00
$ 99,000.00
70
Utility Tunnel Preservation
LS
1
$ 10,000.00
? 10,000.00
$ 3,600.00
$ 3,600.00
71
Project Signs
EA
2
$ 950.00
1,900.00
$ 900.00
$ 1,800.00
72
Site Photographs & Video
LS
1
$ 6,000.00
6,000.00
$ 1,500.00
$ 1,500.00
73
1HAWK Signal, Maple
LS
1
$ 95,000.00
? 95,000.00
$ 87,500.00
$ 87,500.00
74
Traffic Signal Stadium and Maple,
LS
1
$ .215,000.00
? 215,000.00
$ 200,000.00
$ X00,000.00
Installed Complete
75
Traffic Signal Razorback and Maple,
LS
1
$ 215,000.00
`> 215,000.00
$ 200,000.00
$ 200,000.00
Installed Complete
TOTAL BASE BID
$ 3,214+000.00
$ 2,793,590.50
C
M
nie, CPPD, CPPD, Purchasing Manager Witness Date
G
DOCUMENT 0400 -BID FORM
Contract Name: Hwy 1 12./Maple-Razorback to Garland
Bid Number: 18-27
BID "1 O:
Owner: The City of Fayettevi Ile, Arkansas
113 West Mountain Street
Fayetteville, Arkansas 72701
BID FROM:
Bidder: Nabholz Construction Services
3301 N 2nd St
Rogers, AR 72756
ARTICLE 1- INTENT
1.01 The undersigned Bidder proposes an agrees, if this Bid is accepted, to enter into an
agreement with Owner in the form included in the Contract Documents to perform
and furnish all Work as specified or indicated in the Contract Documents forthe 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.
0400 -Bid Form 00400-1
DOCUMENT0400-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 Date
41 05.25.18
#2 05.10.18
B, Bidder has visited the Site and become familiar with and is satisfied. as tp the
general, local, and Site cotiditions that may at cost, progress,
perfonnance. 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 furnishing
of the Work.
D. _Bidder has carefully studied all: (l) reports ofexplorations 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.
E, Bidder has obtained and carefully studied (or assumes responsibility for
having done so) all such additional or supplementary examinations.
0100 -Bid Form 00400-2
DOCUM E,NT 0400-1;31D FQRN! oontinu.ed
investigations, explorations. tests, studies; and data concerning conditions
(surface, subsurface; and Underground Facilities) at or contiguous to the Site
or otherwise which may aflcet 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.
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.
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.
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 Fngineer is acceptable to Bidder.
J. 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 13 id is submitted.
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 anv
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
0100 -Bid Form 00400-3
DOCUMENT 0400 -BID FORM (continued)
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 NN ith all applicable trench safety
standards set forth in Occupational Safety and Health Administration
(OSHA) Part 1926 — Subpart P — Excavations.
ARTICLE 4- BID PRICE
Bidders are required to provide pricing for all line items. including deductive
alternate items. failure to provide deductive alternate pricing can result in
bid rejection.
The City intends to av,,'ard this contract to the lowest qualified responsive
responsible bidder based on the total base bid as long as the base bid amount
falls within the amount of funds certified for the project plus 25%.
In the event no bid falls within the amount of funds certified for the project
Pins 25°x, the City will utilize .the deductive alternates in order to further
evaluate bids until a bid received falls within the amount certified, plus 25%.
In the event all deductive alternates are subtracted from the total base bid and
no bid falls within the amount certified, plus 254%. all bids shall be rejected
and become confidential.
In no case shall the amount bid for the item of "mobilization" exceed 5% o1
the total contract amount for all items listed in the proposal or bid. Should
the amount entered into the proposal or bid for this item exceed 5%, the bid
shall be rejected.
Bidder shall complete the 'Work in accordance with the Contract Documents
for the following price(s):
0400 -Bid Foran 00400-4
DOCUMENT 0440 -BID FORM (ennkinued)
BID SCHEDULE
1
ITEM NO.
DESCRIPTION
UNIT
EST.
QTY
UNIT
PRICE
TOTAL
I
Mobilization
(Shall not exceed 5% of Total Bid for Sch.1)
LS
1
$115,000.00
$115,000.00
2
Insurance and Bonding
LS
1
$40,000.00
$40,000.00
3
Roadway Construction Control
(Staking)
LS
1
$53,000.00
$53,000.00
4
Trench & Excavation Safety Systems
LS
1
$2,700.00
$2,700.00
5
Erosion Control
LS
1
$18,000.00
$18,000.00
6
Clearing, Grubbing, & Demolition
LS
1
$43,000.00
$43,000.00
7
R&D Existing Curb and Clutter
1.E
2,532
$9.75
$24,687.00
8
R&D Existing Asphalt Pavement
SY
8,905
$10.75
$95,728.75
9
R&D Existing Concrete Sidewalk
SY
965
$9.40
59,071.00
10
R&D Existing Storm Drain inlet
EA
1
$1,100.00
$1,100.00
I 1
R&D Lxisting'Street Sign and Return
to Owner
EA
2.1
$100.00
$2,100.00
12
R&D Existing Pedestrian Crossing
'Equipment and Return to Owner
LS
1
$1,000.00
$1,000.00
13
R&D Existing Light Pole
and Return to Owner
EA
3
$400.00
$1,200.00
14
R&D Existing Parking Meter
and Return to Owner
EA
4
$100.00
$400.00
15
R&D Fxisting Headwalls
EA
1
$300.00
$300.00
16
Asphalt Milling
SY
5,603
$6.35
$35,579.05
0400 -Bid Form 00400-5
DOCUMENT 0400 -BID FORM (coutinued)
ITEM NO.
DESCRIPTION
UNIT
I EST.
QTY
UNIT
PRICE
TOTAL
17
Unclassified Excavation (Plan Quantity)
CY
530
$21.20
$11,236.00
is
Select Embankment (Plan Quantity)
CY
11,200
$11.85
$132,720.00
19
Rock Excavation
CY
50
$160.00
t:8,000,00
$52,497.50
20
Subgrade Preparation
SY
19,090
$2.75
21
4" Topsoil Placement
SY
3,800
$3.05
$11,590.00
22
18" RCP, Class III
LF
190
$84.00
$15,960.00
23
124" RCP, Class III
LF
1 747
1 Sl 16,00
$86,652.00
24
36" RCP, Class III
LF
200
$118.00
$23,600.00
25
4' DIA. Curb Inlet
EA
10
$4,700.00
$47,000-00
26
5' DIA. Grated Inlet
EA
1
$4,900.00
$4,900.00
1 27
4' DIA. Junction Box
EA
2
$4,300.00
$8,600.00
28
4' DIA. Junction Box Under Pavement
EA
1
$4,700.00
$4,700.00
29
9 'X 9' Junction Box
STA 206+ 10 LT
i's
1
$7,800.00
$7,800,00
30
4' Curb Inlet Extension
EA
17
$840.00
$14,290.00
31
4' DIA. Double Throat Inlet
EA
2
$5,500.00
$11,000.00
32
Double CombinAtion Inlet
EA
1
$7,600,00
$7,600,00
33 ITriple
Combination Inlet
EA
1
$8,900.00
$8,900.00 �
0400 -Bid Form 00400-6
k0CCIM1ENT0400-BID FORM (conflnued)
ITEM NO.
DESCRIPTION
UNIT
EST.
QTY
UNIT
PRICE
TOTAL,
34
Connect New 18" RCP to Existing
Junction Box
BA
1
51,200.00
$1,200,00
35
Connect New 24" RCP to Existing
Junction Box
EA
1
$1,300.00
$1,300.00
36
Headwall at STA 206+10 LT
LS
1
$12,800.00
$12,800.00
37
Remove and Reconstruct Top of
Existing Drop inlet
FA
3
$3,900.00
$11,700.00
38
Raise Existing Grated Inlet to Grade
EA
1
$3,700.00
$3,700.00
39
Convert Existing Inlet to
Junction Box
£A
1
$3,600.00
$3,600.00
40
Asphalt Concrete Hot Mix
Base Course (1 1/2") PG 64-22
TON
2,100
$72.70
$152,670.00
41
Asphalt Concrete Hot Mix
Binder Course (1 ") PG 64-22
TON
1,058
$84.40
$89,295.20
42
Asphalt Concrrte Hot Mix
Surface Course (112") PG 70-22
TON
4,926
$93.90
$462,551,40
43
ACI -IM Patching of Existing Roadway
(Maintenance of Traffic)
TON
250
$200.00
$50,000.00
44
PCC Base Widening (5")
SY
637
$46.00
$29,302.00
45
PCC Base Widening (10")
SY
507
$75.00
$38,025.00
46
Cobblstone Pavers
SY
60
$160.0,0
$9,600.00
47
Asphalt Pavers
SY
86
$130.00
$11,180.00
48
Concrete Curb & Gutter (Standard)
LF
3,502
$18.00
$63,036.00
49
Concrete Curb & Gutter (7")
LF
663
$20.20
$13,392.60
50
4" Concrete Sidewalk
SY
2,537
$56.00
$142,072.00
0400 -Bid Form 00400-7
DOCCMENT 0400 -BID FORM (continued)
ITEM NO.
DESCRIPTION
UNIT
EST.
QTY
UNIT
PRICE
TOTAL
51
6" Concrete Driveway
Sy
193
$68.00
$13,124.00
52
Concrete ADA Ramp
Sy
85
$43.00
$7,905.00
53
Cast -in -Place Detectable Warning
Devices (Truncated Domes)
SF
320
$27.00
$8,640.00
54
Solid Sod
SY
3,800
$4.25
$16,150.00
55
Tree Protection Fencing
LF
EA
1,293
1
$5.50
$7,111.50
56
Relocate Existing Fire Hydrant
$500-00
$500.00
57
Raise/Lower Existing Sanitary Sewer
Manhole to Grade
EA
10
$2,000.00
$20,000.00
58
Raise Existing Hatch to Grade
EA
1
$3,500.00
$3,500.00
59
Handrail
LF
24
$102.00
$2,448.00
60
6" Irrigation Conduit
LF
415
$25.80
$10,707.00
61
6" Lighting Conduit
LF
415
$25.80
$10,707.00
62
Thermoplastic Pavamcnt Marking
White (6")
1,1.
7,077
$1.20
$1.20
$8,492.40
63
Thermoplastic Pavement Marking
Yellow (6")
LF
10,841
$13,009.20
64
Thermoplastic Pavement Marking
White (12")
LF
2,542
$9.70
$24,657.40 `
65
Thermoplastic Pavement Marking
Directional Arrow
FA
38
S350-00
$13,300.00
66
Thermoplastic Pavement Marking
"Only"
EA
22
$350.00
$7,700.00
67
Thermoplastic Pavement Marking
(9" R Does)
EA
454
$72.75
$33,028.50
04010 -Bid Porno 00440-8
DOCUIMENT 0400 -BID FORM (continued)
ITEM NO.
DESCRIPTION
UNIT
EST.
QTY
UNIT
PRICE
TOTAL
68
Black Out Existing Striping
LF
1,554
$2.50
$3,885.00
69
Traffic Control & Maintenance
LS
1
$99,000.00
$99,000.00
70
Utility Turamel Preservation
LS
1
$3,600.00
$3,600.00
71
Project Signs
EA
2
$900.00
$1,800.00
72
Site Photographs & Video
LS
1
$1,500.00
$1,500.00
73
HAWK Signal, Maple
LS
1
$87,500,00
$87,500.00
74
Traffic Signal Stadium and Maple,
Installed Complete
LS
1
$200,000.00
$200,000.00
75
Traffic Signal Razorback and Maple,
Installed Complete
LS
1
$200,000.00
$200,000.00
TOTAL AMOUNT BID (SCHEDULE X) $ 2, 793, 590.50
*** Total bid amount for all bid items listed above and total of subtotals listed above.
Award will be to single contractor based on the total amount bid. Bidders shall submit a bid for all line items.
0400 -Bid Form 00400-9
DOCUMENT 0400 -BID FORM (continued)
TOTAL AMOUNT BID (SCHEDULE. 1) � ��� � d 3,'2) L 5,`tkc, > �.� 0
*** "total bid amount for all bid items listed above and total of subtotals listed above.
Award will be to 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 Agrceutent 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 ofa cashier's check from a batik located in the
State of Ark3liS S or a Bid Bond in the amount of
d Dollars (5 1
B. A tabulation of Subcontractors and other persons and organizations required
to be identified in this Bid.
0400 -Bid Fonn 00400-09
ARTICLE 7- COMMUNICATIONS
7.01 Communications concerning this Bid shall be addressed to the Bidder as follows: 8.01
Z U' s JC- A Al lk
F.itttaiI :Ty3f�n. c�e�`�[,_� �lubl�ol �
Phone No. 8r� `I- H� d i —
--
Fax:vo. qj-,-G2r-gG3p5
0400 -Bid .Form (104 00-10
DOCUMENT 0400 -Bill FORM cantinued
ARTICLE 8- TERMINOLOGY
8.01 The terms used in this Rid which are defined in the GENEKAL CONDITIONS or
Instructions to Bidders will have the meanings assigned to thein.
SUBMITTED on _42/6 112018 - 20_
Arkansas State Contractor
If Bidder is:
An Individual
Name (type or printed)
Bym
(Individual's SiQnatlll'C)
Doing business as:
Business address:
Phone No: Fax No.
Ernail Address_
A Partnership
Partnership Narne : _ ___(SEAL)
By
(Signature of general partner -attach evidence of authority to sign)
Name (type or printed): _.._.
Business address:
Phone No:
Email Address:
Fax No,
0400 -Bid Fore 00400-1 1
DOC U NI ENT 0400 -BID FORM (continued I
A Curporation or LLC
Corporation Name M46ho)e. (6A.S-ftu1:-4j_6AJ. --(SEAL)
State of Inicorporation:_
Type (General flusi nes�;, Professional. Service. U iiii ted Liability):
�
By:
A,?_fiaturro I'gen era! partner -attach evidence of authority to sign)
Name (type
Title: V
(COR1.10RATE SEAL)
Atiest
0
I 'S, i wir r rporate Secretary)
4A bh a I f crv-_ " J21,
Business address:-,. 3�_d 1 -Ar IU
Phone No: `17� - (P.F 71'0-7 f ax No. q 71 - 6:? 10
. . ....... . . .... ..... . 11 ... ... ....
Email Address:_—�f i f "VAO T
END OF DOCUMENT 00400
May 31, 2018
Justin Belk, Senior Project Manager of Nabholz Construction Corporation is an authorized agent by
Nabholz Construction Corporation to act as a signatory for project number 18-27 Hwy 112/Maple-
L3..I. t., G_,.Iaind uy tt 'll_ n i I. _ p "'� rUU,U"O0.00.
�LLUI U'r5 i.l\ LV VIIUIIiA 1 LiiC��llll:, n �cl r�I,�G� U lV .J,J
Respectfully submitted,
-etary
My Commission expires: a, Z2/20Z
Seal:
City of Fayetteville, Arkansas - Budget Adjustment Form (Legistar)
Budget Year Division Adjustment Number
/Org2 ENGINEERING (621)
2018
Requestor: Chris Brown
BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION:
Recognize Federal -aid funds of $2,473,590 available for the Hwy 112 (Maple St) project which will be reimbursed by
Arkansas Department of Transportation (ArDOT). Recognize 10% matching funds of $300,000 from the University of
Arkansas. Move $94,684 from subproject 1 to subproject 3500.
RESOLUTION/ORDI NANCE
COUNCIL DATE:
LEGISTAR FILE ID#:
6/5/2018
2018-0264
L 63, R (A tche�n&
6/4/2018 2:32 PM
Budget Director
TYPE:
DESCRIPTION:
GLDATE:
POSTED:
Date
TOTAL
2,773,590
2,773,590
v.20180417
Increase / (Decrease)
Proiect.Sub#
Account Number
Expense
Revenue
Project
Sub
AT
Account Name
4470.800.8835-4309.00
-
2,473,590
06035
3500
RE
Federal Grants - Capital
4470.800.8835-5809.00
2,473,590
-
06035
3500
EX
Street Improvements - Street Improveme
4470.800.8830-4305.00
-
300,000
06035
3500
RE
Commercial Grants - Commercial Grants
4470.800.8820-5809.00
300,000
06035
3500
EX
Street Improvements - Street Improveme
4520.800.9556-5809.00
(94,684)
06035
1
EX
Street Improvements - Street Improveme
4520.800.9556-5809.00
94,684
06035
3500
EX
Street Improvements - Street Improveme
C:\Users\Iosmith\App Data\Roaming\L5\Temp\Oeac32eb-Oaeb-4fcf-9daa-d8ab90bO5cc1 1 of 1
City of Fayetteville Staff Review Form
2020-0063
Legistar File ID
N/A
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
Change Order #4 with
Nabholz Construction
Paul Libertini�w 1/17/2020 ENGINEERING (621)
Submitted By Submitted Date Division / Department
Action Recommendation:
APPROVAL OF CHANGE ORDER #4 (FINAL) WITH NABHOLZ CONSTRUCTION, INC. FOR IMPROVEMENTS TO HWY 112
(MAPLE ST) FROM RAZORBACK ROAD TO GARLAND AVENUE IN THE AMOUNT OF -($694.23).
4470.800.8835-5809.00
Account Number
06035.3500
Budget Impact:
Sales Tax Capital Improvement
Fund
Henry 112 (Maple) Razorback to Garland
Project Number Project Title
Budgeted Item? Yes Current Budget $ 2,592,663.00
Funds Obligated $ 2,414,945.00
Current Balance _177,718.00
Does item have a cost? Yes Item Cost $ (694.23)
Budget Adjustment Attached? No Budget Adjustment
Remaining Budget $ 178,412.23
Purchase Order Number: 2018-00000468 Previous Ordinance or Resolution # 132-18
Change Order Number:
n
Original Contract Number: 2019-00000022
Comments:
Approval Date:
V20180321
1/28/2020
CITY OF
FAYETTEVILLE
ryARKANSAS
TO: Mayor Jordan
THRU: Susan Norton, Chief of Staff
Garner Stoll, Development Services Director
Chris Brown, City Engineer
FROM: Paul Libertini, Staff Engine��
DATE: January 17, 2020
SUBJECT: Approval of Construction Change Order #4 (Final)
Hwy 112 (Maple St) — Razorback Rd to Garland Ave
STAFF MEMO
RECOMMENDATION:
Staff recommends approval of Change Order #4 (Final) which will decrease the contract amount
by -$694.23.
BACKGROUND:
On January 3, 2017, the City Council approved the City's participation in a revised Partnering
Agreement with the Arkansas Department of Transportation (ARDOT) to make needed
improvements to Hwy 112 (Resolution 27-17). Upon completion of the improvements to Hwy
112, the City agreed to assume ownership and responsibility of Hwy 112 from Hwy 16 (1511 St)
to Interstate 49. This resolution also authorized Mayor Jordan to execute all appropriate
agreements and contracts necessary to expedite the construction of this project.
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. This
change order also adds a line item for the installation of underdrain along Razorback Road to
capture water that is seeping out of the hillside for a cost of $3,800. The total of the Change
Order #4 results in a reduction to the contract of -$694.23:
BUDGET/STAFF IMPACT:
This project is funded by the Transportation Bond Program.
Attachments:
Change Order #4
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
4701 Nonhshore Drive
North Lillie Rock, AR 72118
TEL 501.376.3633
FAX 501.372.8042
mwi.6arverL1SA.com
Construction Contract Change Order
Project:
Hwy 112/Maple-Razorback to Garland
Fayetteville, Arkansas
Garver Job No. 1301-4010 ARDOT Job No.: 040582
Change Order No.
4
Date Prepared: October 3, 2019
Prepared b : BSM
Owner:
City of Fayetteville
113 West Mountain Street
Fayetteville, Arkansas
Contractor:
Nabhoiz Construction Corporation
3301 N. 2nd Street
Rogers, Arkansas 72756
Description of Work Included In Contract
Reconstruction of portions of Hwy 112/Maple-Razorback to Garland roads, Including overlay, roadway construction, and pedestrain signal: Earthwork, storm drain, curb and gutter.
Changes and Reasons Ordered (List individual Changes as: A, B. C. D, etc.)
A. Addition of an under drain to capture underground drainage.
e. Reconciliation of over and underruns.
Attachments: WA
Contract
Changes
Bid
Item
No.
Bid
Item
Description
Unit
of
Measure
Original
Contract
Quantity
Contract
Unit
Price
Revised
Contract
Quantity
Revised
Unit
Price
Original
Contract
Cost
Revised
Contract
Cost
A.
CO4.1
Under Drain
LF
0
$0.00
152
$25.00
$0.00
$3,800.00
B.
7 CO3. to
R & D Existing Curb and Gutter
LF
2838
$9.75
3032
$9.75
$27,670.50
$29,562.00
B.
8 CO3.2A _
R & D Existing Asphalt Pavement
SY
10390
$10.75
7,246
$10.75
$111,692.50
$77,895.58
B.
9 CO3.3A
R & D Existing Concrete Sidewalk
SY
1018
$9.40
1,211
$9.40
$9,569.20
$11,386.41
B.
10
R & D Existing Storm Drain Inlet
EA
1
$1,100.00
2
$1,100.00
$1,100.00
$2,200.00
B
t i
R & D Existing Street Sign and Return
to Owner
EA
21
0
19
$100.00
$2,100.00
$1,900.00
B.
16CO1.1A/CO3.58
Asphalt Milling
SY
20734
21132.06
$6,35
$_131,660.90
$134,188,58
B. _
19 _
Rock Excavation
CY
50
0
2.3
$160.00
$8,000.00
$368.00
B. _
20
Subgrade Preparation
CY
19090
9448.27
$2.75
$52,497.50
$25,982.74
B.
21 CO3.8A
4" Topsoil Placement
SY
4370
N$4,300,00
9674.7
$3.05
$13,328.50
$29,507.84
B.
22 CO3.9A
18" RCP, Class III
LF
267
169
$84.00
$22,428,00
$14,196.00
B.
23 CO3.10A
24" RCP, Class III
LF
9830
878.5
$116.00
$114,028.00
_
$101,906.00
B.
24
36" RCP, Class UI
LF _
2000
173
$118.00
$23,600.�
_
$20,414.00
B. _
25
4' DIA. Curb Inlet
EA
10
,OD
11
$4,700.00
$47,000.00
$51,700.00
B.
27 CO3.12A
4'01A. Junction Box
EA
7
00
9
$4,300.00
$30,100.00
$38,700.00
B.
30 CO3.11A
4' Curb Inlet Extension
EA
26
$840.00
14
$840.00
$21,840.00
$11,760.00
B.
39
Convert Existing Inlet to Junction Box
EA
1
$3,600.00
2
$3,600.00
$3,600.00
$7,200.00
B.
40 003.148
Asphalt Concrete Hol Mix Base
Course (11112) PG 64-22
TON
2,320
$72.70
1866.15
$72.70
$166,664.00
$135,669.11
B.
41 CO3.158
Asphalt Concrete Hot Mix Binder
Course 1" PG 64-22
TON
1158
$84.40
1134.79
$84.40
$97,735.20
$95,776.28
B.
42 CO3.168
Asphalt Concrete Hot Mix Surface
Course 1/2" PG 70-22
TON
5322
$93.90
5461.54
$93.90
$499,735.80
$512,838.61
B
43
ACHM Patching of Existing Roadway
Maintenance of Traffic
TON
250
$200.00
76.01
$200.DO
$50,000.00
$15,202.00
S.
44 CO3.17A
ACC Base Widening 5"
SY
1 1155
$46.00
1541.27
$46.00
$53,130.00
$70,898.42
B.
45
PCC Base Widenin 10"
SY
507
$75.00
1155,27
$75.00
$38,025.00
$86,645.25
B.
46
Cobblestone Pavers
SY
60
$160.00
61.91
$160.00
$9,600.00
$9,905.60
B.
47
As halt Pavers
SY
86
$130.00
33
$130.00
$11,180.00
$4,232.80
B.
148 CO3.18A
Concrete Curb & Gutter Standard
LF
5058
$18.00
5,947
$18.00
$91,044.00
$107,046.00
B.
49
Concrete Curb & Gutter 7"
LF
663
$20.20
378
$20.20
$13,392.60
$7,635.60
8.
50 CO3.19A
4" Concrete Sidewalk
SY
3533
$56.00
4,380
$56.00
$197,848.00
$245,263.76
S.
51 0O3.20A _
6" Concrete Driveway
SY
309
$68.00
371
$66.00
$21,012.00
$25,213.04
S.
52 CO3.21A
Concrete ADA Ramp
SY
1 200
$93.00
217
$93.OD
$16,600.00
$20,181.93
B.
53 CO3.22A
Cast -in -Place Detectable Warning
Devices Truncated Domes
SF
443
$27.00
374
$27.00
$11,961,00
$10,098.00
8.
54 CO3.23A
Solid Sod
SY
4370
$4.25
9,675
$4.25
$18,572.50
$41,117.48
B.
55
Tree Protection Fencing
LF
1293
$5.50
0
$5.50
$7,111.50
$0.00
B.
56
Relocate Existing Fire Hydrant
FA
1
$50D.00
0
$500.00
$500.00
$0.00
B.
57
Raise/Lower Existing Sanitary Sewer
Manhole to Grade
EA
to
$2,000.00
6
$2,000.00
$20,000.00
$12,000.00
B.
59 CO3.24A
Handrail
LF
44
$102.00
24
$102.00
$4,488.00
$2,448.00
B.
60
6" Irrigation Conduit
LF
415
$25.80
528
$25.80
$10,707.00
$13,622.40
8.
61
6" Lighting Conduit
LF _
415
-U&SO
528
$25.80
$10,707.00
$13,622.40
B
62
Thermoplastic Pavement Marking
White 6"
LF
7077
$1.20
6,852
$1.20
$8,492.40
$8,222.40
B.
63
Thermoplastic Pavement Yellow
Markin 6")
LF
10841
$1.20 1
11,284 1
$1.20
$13,009.20
$13,540.80
4701 Northshore Drive
North Lillie Rock, AR 72118
TEL 501.376.3633
FAX 501.372.8042
www.GarvanlSA.com
IJ
Construction Contract Change Order
Project:
Change Order No. 4
Hwy 112/Maple-Razorback to Garland
Date Prepared: October 3, 2019
Fayetteville, Arkansas
Garver Job No. 1301-4010
ARDOT Job No.: 040582
Prepared by: _ BSM
Owner:
Contractor.
City of Fayetteville
Nabholz Construction Corporation
113 West Mountain Street
3301 N. 2nd Street
Fa ettevilie, Arkansas
Rogers Arkansas 72756
Description of Work Included In Contract
Reconstruction of portions of Hwy 112/Maple-Razorback to Garland roads, including overlay, roadway construction, and pedestrain signal: Earthwork, storm drain, curb and gutter.
B. 64 CO2.2A 1 CO3.25A
Thermoplastic Pavement Marking
LF
3953
$9.70 4,000 $9.70 $38,344.10
$38,800.00
White 12"
B. 65
Thermoplastic Pavement Marking
EA
36
$350.00 29 $350.00 $13,300.00
$10,150.00
Directional Arrow
B 66
Thermoplastic Pavement Marking
EA
22
$350.00 20 $350.00 $7,700.00
$7,000.00
'Only'-
Ont 'B.
B.68
Black Out Existing Striping
LF 1
1554
$2,50 0 $2.50 $3,885.00
$0.00
B. 70
Utility Tunnel Preservation
LS
1
$3,600.00 1 1 $3,600.00 $3,600,00
$2,700.00
B. 71
Pro ect Signs
EA
2
$900.00 0 $900.00 $1,800.00
$0.00
B. 72
Site Photographs & Video
LS
1
$1,500.00 0 $1,500.00 $1,500.00
$0.00
S. CO2.38
Tunnel Hatch Modification
EA
1
$11,133.07 3 $11,133.07 $11,133.07
$33,399.21
S. CO2AC
Construction Pavement Markings
LF
4000
$2.00 4,31.6 $2.00 $8,000.00 _
$8,632.00
B. CO2.5C
Construction Pavement Markings
EA
3
$144.00 6 $144.00 $432.00
$864.00
(Words)
B. CO2.6C
Construction Pavement Markings
EA
6
$116.00 8 $115.00 $690.00
$920.00
Arrows
B. CO3.32
Undercut & Backfill
CY
500
$40.00 224 $40.00 $20;000.00
$8,960.00
B. CO3.35 _
R&D Concrete Paver
SF
174
$4.00 176 $4.00 $696.00
$704.00
B. CO3.37
R&D Concrete Stairs
SF
355
$5.00 396 $5.00 $1,775.00
$1,980.00
B. CO3.39
12" RCP, -Class 111
LF
121
$82.00 120 $82.00 $9,922.00
$9,840.00
B. CO3.40
4' Combo Inlet
EA
1
$8,500,00 2 $8,500.00 $8,500.00
$17,000.00
B. CO3.46
Asphalt Street Repair
SF
1020 1
19,65 0 $9.65 $9,843.00
$0.00
B. CO3.47.
Saw Cut
LF
3300
$10.00 1436 1 $10.00.1 1$14
360.00
-$n'000.00
Summation of Coati $2.169,860.47
$2169,166.24
Net Cost for this Change Order
$694.23
Estimated Project Cost
Time Change
Estimated Project Cost
Contract Start Date
Original Contract Time (calendar days)
June 25, 2018
450
Original Contract Amount $2,793,690.50
Previously Approved Changes
$688,943.77
Previously Approved Changes (calendar days)
0
This Change Order
($694.23)
Additional Contract Time This Change Order (calendar days)
New Contract Amount
$3,481,840.04
Suspended Time (calendar days)
New Construction Com lelion Date
September 18, 2019
THIS AGREEMENT IS SUBJECT TO ALL ORIGINAL_ CONTRACT
PROVISIONS AND PREVIOUS CHANGE ORDERS
ISSUED FOR REASONS
INDICATED ABOVE
Engineer: Garver
Q
1 zf top l9
Engineer's, SignJure
Title _ Dat
ACCEPTED BY
CONTRACTOR
�p
Nabholz Construction Corporation
a
Title D e
APPROVED BY
z
"7�
OWNER
Mayor64
-
WOn.Slaqp(ature
Zf.-f 1/28/2020
Title Date
IJ