HomeMy WebLinkAbout88-22 RESOLUTION113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 88-22
File Number: 2022-0242
BID #22-35 RAZORBACK ROAD CONSTRUCTION:
A RESOLUTION TO AWARD BID #22-35 AND AUTHORIZE A CONTRACT WITH
FLINTCO, LLC IN THE AMOUNT OF $2,398,991.26 FOR THE CONSTRUCTION OF
RAZORBACK ROAD FROM THE UNIVERSITY'S ADMINISTRATION SERVICES
BUILDING TO HOTZ DRIVE, TO APPROVE A PROJECT CONTINGENCY IN THE
AMOUNT OF $100,000.00, AND TO APPROVE A BUDGET ADJUSTMENT TO
RECOGNIZE REVENUE IN THE AMOUNT OF $1,372,516.00 FROM THE UNIVERSITY OF
ARKANSAS AND $334,055.00 IN FEDERAL -AID FUNDING AND TO MOVE $792,421.00
FROM THE W&S IMPACT FEE FUNDS TO THE, PROJECT
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 #22-35 and
authorizes Mayor Jordan to sign a contract with Flintco, LLC in the amount of $2,398,991.26 for the
construction of Razorback Road from the University's Administration Services Building to Hotz Drive,
and further approves a project contingency in the amount of $100,000.00.
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 4/19/2022
Page 1 Printed on 4121122
Resolution: 88-22
File Number: 2022-0242
Appr( •ed: Attest:
`.TT{TITIl1l1jII
`1•N''GLF-R K
Lioneld rd , Mayor Kara Paxton, City Clerk Treasuir 77'F
� m
_ .k
&N i O
Page 2 Printed on 4121122
City of Fayetteville, Arkansas 113 West Mountain Street
Fayetteville, AR 72701
(479)575-8323
Text File
File Number: 2022-0242
Agenda Date: 4/19/2022 Version: 1 Status: Passed
In Control: City Council Meetinq File Type: Resolution
Agenda Number: B.2
BID #22-35 RAZORBACK ROAD CONSTRUCTION:
A RESOLUTION TO AWARD BID #22-35 AND AUTHORIZE A CONTRACT WITH FLINTCO, LLC
IN THE AMOUNT OF $2,398,991.26 FOR THE CONSTRUCTION OF RAZORBACK ROAD FROM
THE UNIVERSITY'S ADMINISTRATION SERVICES BUILDING TO HOTZ DRIVE, TO APPROVE
A PROJECT CONTINGENCY IN THE AMOUNT OF $100,000.00, AND TO APPROVE A BUDGET
ADJUSTMENT TO RECOGNIZE REVENUE IN THE AMOUNT OF $1,372,516.00 FROM THE
UNIVERSITY OF ARKANSAS AND $334,055.00 IN FEDERAL -AID FUNDING AND TO MOVE
$792,421.00 FROM THE W&S IMPACT FEE FUNDS TO THE PROJECT
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 #22-35 and
authorizes Mayor Jordan to sign a contract with Flintco, LLC in the amount of $2,398,991.26 for the
construction of Razorback Road from the University's Administration Services Building to Hotz Drive, and
further approves a project contingency in the amount of $100,000.00.
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 412012022
Chris Brown
Submitted By
City of Fayetteville Staff Review Form
2022-0242
Legistar File ID
4/19/2022
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
4/14/2022
Submitted Date
Action Recommendation:
ENGINEERING (621)
Division / Department
A Resolution to award Bid #22-35 and authorize a contract with Flintco LLC in the amount of $2,398,991.26 for the
construction of Razorback Road from the University's Administration Services Building to Hotz Drive, to approve a
project contingency in the amount of $100,000 and to approve of a Budget Adjustment to recognize revenue in the
amount of $1,372,516 from the University of Arkansas and $334,055 in Federal -aid funding and to move $792,421
from the W&S Impact Fee Funds to the project.
4470.800.8835-5809.00
5400.720.5700-5815.00
Account Number
06035.2101
02017.2101
Project Number
Budgeted Item? Yes
Does item have a cost? Yes
Budget Adjustment Attached? Yes
Budget Impact:
Sales Tax Capital Improvement
Water and Sewer
Fund
Hwy 112 (Razorback Rd.)
Razorback Rd Sanitary Sewer Upgrade
Current Budget
Funds Obligated
Current Balance
Item Cost
Budget Adjustment
Remaining Budget
Project Title
$ 10,156,673.00
$ 4,443,258.07
$ 5,713,414.93
$ 2,498,991.26
$ 2,498,992.00
$ 5,713,415.67
V20210527
Purchase Order Number: Previous Ordinance or Resolution #
Change Order Number:
Original Contract Number:
Comments:
Approval Date:
CITY OF
FAYETTEVILLE
%PF ARKANSAS
MEETING OF APRIL 19, 2022
TO: Mayor and City Council
CITY COUNCIL MEMO
THRU: Susan Norton, Chief of Staff
Chris Brown, Public Works Director/City Engineer
FROM: Paul Libertini, Staff Engineer
DATE: April 14, 2022
SUBJECT: A Resolution to award Bid #22-35 and authorize a contract with Flintco,
LLC in the amount of $2,398,991.26 for the construction of Razorback Road
from the University's Administration Services Building to Hotz Drive, to
approve a project contingency in the amount of $100,000 and to approve a
Budget Adjustment.
RECOMMENDATION:
A Resolution to award Bid #22-35 and authorize a contract with Flintco LLC in the amount of
$2,398,991.26 for the construction of Razorback Road from the University's Administration
Services Building to Hotz Drive, to approve a project contingency in the amount of $100,000
and to approve of a Budget Adjustment to recognize revenue in the amount of $1,372,516 from
the University of Arkansas and $334,055 in Federal -aid funding and to move $792,421 from the
W&S Impact Fee Funds to the project.
BACKGROUND:
Per the attached letters, the University of Arkansas (UA) was awarded $334,055 of Coronavirus
Response and Relief Supplemental Appropriations Act (CRRSAA) Federal -aid funding to help
complete the final phase of widening Highway 112 between Hotz Street and the UA
Administrative Services Building (ADSB) which is only 1,250 feet in length. Furthermore, it was
agreed that the most expedient way to access this new Federal money was for the City to
execute an Amendment to its original Agreement rather than requiring the University to start a
whole new process. Therefore, since Resolution 27-17 authorized Mayor Jordan to execute all
appropriate agreements and contracts necessary to expedite the construction of this project, the
Mayor signed Supplemental Agreement 2 which was subsequently executed by the Arkansas
Department of Transportation (ARDOT).
The City received "Authorization to Advertise" for construction bids from ARDOT on June 4,
2021. The UA will perform the construction oversight and administration. The City will make
payments the contractor, and then request reimbursement from ARDOT.
The City held a bid opening for Bid #21-57 on June 29, 2021. Only one bid was received in the
amount of $1,914,183 from Goodwin & Goodwin. The Engineer's Estimate was $1,361,841.
The University decided not to award the bid as it was approximately 40% over the estimate.
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
On March 15, 2022, the City held a second bid opening (Bid #22-25) for this project but did not
receive any bids. The University requested that the City hold a third bid opening.
DISCUSSION:
On Tuesday, April 12, 2022, the City received one (1) construction bid for this project. Flintco,
LLC submitted the low bid which was approximately +27% above the Engineer's Estimate of
$1,883,550.00. NOTE: the actual execution of the construction contract cannot occur until
receipt of written approval from ARDOT.
BUDGET/STAFF IMPACT:
The road construction project will be paid for by a combination of funds coming from the
University of Arkansas and the Northwest Arkansas Regional Planning Commission. Initially,
the City will have to make payments to the contractor and then request reimbursement from
ARDOT. Any costs exceeding the Federal funding amount for the road construction will be paid
by the UA (see UA letter). The portion of a City sewer line that needs to be relocated will be
paid for with City Water & Sewer funding.
ACCT
PROJECT
AMOUNT
5400.720.5700-5815.00
02017.2101
792,420.78
4470.800.8835-5809.00
06035.2101
1,606,570.48
TOTAL
2,398,991.26
Attachments:
Project Location Map
Section 00500 Agreement
Bid Submittal
Bid Tabulation
Supplemental Agreement 2 — Job 040582 & Job 040864
Letter dated 04/13/22 from Scott Turley, UA — City & University Partnership Project
Letter dated 02/21/21 from Tim Conklin, NWARPC — Award of HIP Funding
PM: PD: JL40961: 4/21/2021 Document Path: \\sanl\gis\ProgramsContracls\Sketches\040864\040864.mxd
DOCUMENT 00500 — AGREEMENT
BETWEEN OWNER AND CONTRACTOR
Contract Name/Title: Razorback Rd. Impvts.
Contract No.:
THIS AGREEMENT is dated as of the day of in the year 2022 by
and between The City of Fayetteville, Arkansas and Flintco, LLC (hereinafter called
Contractor).
ARTICLE 1 - WORK
1.01 Contractor shall compete all Work as specified or indicated in the Contract
Documents. The work under this Contract includes, but is not limited to:
the widening of Razorback Road from approximately 200 feet north of the Leroy
Pond/Razorback Road intersection to the Hotz Drive intersection; installation of
lights and trees along the west side of the road in this vicinity; as well as the
installation of new sanitary sewer main. The Contract consists of approximately
1,300 L.F. of roadway widening construction, 1,300 L.F. of sanitary sewer main
replacement, 31 trees and 11 light poles and bases along with associated earthwork,
storm drain, curb and gutter, sidewalk, driveways, irrigation, wiring, and other
miscellaneous items.
ARTICLE 2 - ENGINEER
2.01 The Project has been designed by the City of Fayetteville, Engineering Division, who
is hereinafter called Engineer. The Engineer assumes all duties and responsibilities,
and has the rights and authority assigned to Engineer in the Contract Documents in
connection with completion of the Work in accordance with the Contract Documents.
ARTICLE 3 - CONTRACT TIME
3.01 TIME OF THE ESSENCE:
A. All time limits for milestones, if any, Substantial Completion, and
completion and readiness for final payment as stated in the Contract
Documents are of the essence of the Contract.
00500 Agreement 00500- 1
Razorback Rd. Impvts.
DOCUMENT 00500 —AGREEMENT (continued)
3.02 DATES FOR SUBSTANTIAL COMPLETION AND FINAL PAYMENT:
A. The Work will be Substantially Completed within 100 calendar days after the
date when the Contract Times commence to run as provided in the
GENERAL CONDITIONS, and completed and ready for final payment in
accordance with the GENERAL CONDITIONS within 115 calendar days
after the date when the Contract Times commence to run.
3.03 COMPLETION BONUS:
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 upon completion of the project within the timeframes
listed below, The City of Fayetteville will pay the Contractor Completion
Bonuses as listed in Paragraph 3.0313:
B. Schedule:
All work within the roadway (back of curb to back of curb and
intersections) completed August 1st or before: $10,000.00
All work within the roadway (back of curb to back of curb and
intersections) completed August 8t1' or before: $10,000.00
C. To qualify, the Contractor must meet both Substantial Completion and Final
Completion timeframes per Paragraph 3.02.
00500 Agreement 00500-2 DCI Project No.19-181
Razorback Rd. Impvts.
DOCUMENT 00500 —AGREEMENT (continued)
ARTICLE 4 - CONTRACT PRICE
4.01 The CITY OF FAYETTEVILLE agrees to pay, and the CONTRACTOR agrees to
accept, as full and final compensation for all work done under this agreement, the
amount based on the prices bid in the Proposal (BID FORM) which is hereto
attached, for the actual amount accomplished under each pay item, said payments to
be made in lawful money of the United States at the time and in the manner set forth
in the Specifications.
4.02 As provided in the General Conditions estimated quantities are not guaranteed, and
determinations of actual quantities and classifications are to be made by ENGINEER
as provided in the General Conditions. Unit prices have been computed as provided
in the General Conditions.
ARTICLE 5 - PAYMENT PROCEDURES
5.01 SUBMITTAL AND PROCESSING OF PAYMENTS:
A. Contractor shall submit Applications for Payment in accordance with the
GENERAL CONDITIONS. Applications for Payment will be processed by
Engineer as provided in the GENERAL CONDITIONS.
5.02 PROGRESS PAYMENTS, RETAINAGE:
A. The City of Fayetteville shall make progress payments on account of the
Contract Price on the basis of Contractor's Applications for Payment as
recommended by Engineer, on or about the 15th day of each month during
construction. All such payments will be measured by the schedule of values
established in the GENERAL CONDITIONS (and in the case of Unit Price
Work based on the number of units completed) or, in the event there is no
schedule of values, as provided in the General Requirements.
Prior to Substantial Completion, progress payments will be made in
an amount equal to the percentage indicated below, but, in each case,
00500 Agreement 00500-3 DCI Project No.19-181
Razorback Rd. Impvts.
DOCUMENT 00500 —AGREEMENT (continued)
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).
b. 100% of Equipment and Materials not incorporated in the Work
but delivered, suitably stored, and accompanied by
documentation satisfactory to The City of Fayetteville as
provided in the GENERAL CONDITIONS.
2. Upon Substantial Completion, The City of Fayetteville shall pay an
amount sufficient to increase total payments to Contractor to 95% of
the Contract Price (with the balance being retainage), less such
amounts as Engineer shall determine, or The City of Fayetteville
may withhold, in accordance with the GENERAL CONDITIONS
5.03 FINAL PAYMENT:
A. Upon final completion and acceptance of the Work in accordance with the
GENERAL CONDITIONS, The City of Fayetteville shall pay the remainder
of the Contract Price as recommended by Engineer and as provided in the
GENERAL CONDITIONS.
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.
00500 Agreement 00500-4 DCI Project No.19-181
Razorback Rd. Impvts.
DOCUMENT 00500 —AGREEMENT (continued)
C. Contractor is familiar with and is satisfied as to all federal, state, and local
Laws and Regulations that may affect cost, progress, performance, and
furnishing of the Work.
D. Contractor has carefully studied all:
(1) reports of explorations and tests of subsurface conditions at or
contiguous to the Site and all drawings of physical conditions in or
relating to existing surface or subsurface structures at or contiguous
to the Site; and
(2) reports and drawings of a Hazardous Environmental Condition, if
any, at the Site. Contractor acknowledges that The City of
Fayetteville and Engineer do not assume responsibility for the
accuracy or completeness of information and data shown or indicated
in the Contract Documents with respect to Underground Facilities at
or contiguous to the Site.
E. Contractor has obtained and carefully studied (or assumes responsibility of
having done so) all such additional supplementary examinations,
investigations, explorations, tests, studies, and data concerning conditions
(surface, subsurface, and Underground Facilities) at or contiguous to the Site
or otherwise which may affect cost, progress, performance, and furnishing of
the Work or which relate to any aspect of the means, methods, techniques,
sequences, and procedures of construction to be employed by Contractor and
safety precautions and programs incident thereto.
F. Contractor does not consider that any additional examinations,
investigations, explorations, tests, studies, or data are necessary for the
performing and furnishing of the Work at the Contract Price, within the
Contract Times, and in accordance with the other terms and conditions of the
Contract Documents.
00500 Agreement 00500-5 DO Project No.19-181
Razorback Rd. Impvts.
DOCUMENT 00500 —AGREEMENT (continued)
G. Contractor is aware of the general nature of work to be performed by The
City of Fayetteville and others at the Site that relates to the Work as indicated
in the Contract Documents.
H. Contractor has correlated the information known to Contractor, information
and observations obtained from visits to the Site, reports and drawings
identified in the Contract Documents, and all additional examinations,
investigations, explorations, tests, studies, and data with the Contract
Documents.
I. Contractor has given Engineer written notice of all conflicts, errors,
ambiguities, or discrepancies that Contractor has discovered in the Contract
Documents and the written resolution thereof by Engineer is acceptable to
Contractor.
The Contract Documents are generally sufficient to indicate and convey
understanding of all terms and conditions for performance and furnishing of
the Work.
00500 Agreement 00500-6 DO Project No.19-181
Razorback Rd. Impvts.
DOCUMENT 00500 —AGREEMENT (continued)
ARTICLE 7 - CONTRACT DOCUMENTS
7.01 CONTENTS:
A. The Contract Documents which comprise the entire Agreement between The
City of Fayetteville and Contractor concerning the Work consist of the
following and may only be amended, modified, or supplemented as provided
in the GENERAL CONDITIONS:
1. This Agreement.
2. Exhibits to this Agreement (enumerated as follows):
a. Notice to Proceed.
b. Contractor's Bid.
c. Documentation submitted by Contractor prior to Notice of
Award.
d. Federal funding documentation
3. Performance, Payment, and other Bonds.
4. General Conditions.
5. Supplementary Conditions.
6. Specifications consisting of divisions and sections as listed in table
of contents of Project Manual.
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: Razorback Rd. Impvts.
8. Addenda numbers one (1) to one (1), inclusive.
00500 Agreement 00500-7 DCI Project No.19-181
Razorback Rd. Impvts.
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 8 - MISCELLANEOUS
8.01 TERMS:
A. Terms used in this Agreement which are defined in the GENERAL
CONDITIONS shall have the meanings stated in the GENERAL
CONDITIONS.
8.02 ASSIGNMENT OF CONTRACT:
A. No assignment by a party hereto of any rights under or interests in the
Contract Documents will be binding on another party hereto without the
written consent of the party sought to be bound; and specifically but without
limitation, moneys that may become due and moneys that are due may not be
assigned without such consent (except to the extent that the effect of this
restriction may be limited by Law), and unless specifically stated to the
contrary in any written consent to an assignment, no assignment will release
or discharge the assignor from any duty or responsibility under the Contract
Documents.
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 parry 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.19-181
Razorback Rd. Impvts.
DOCUMENT 00500 —AGREEMENT (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.19-181
Razorback Rd. Impvts.
DOCUMENT 00500 -AGREEMENT (continued)
S
'['his Agreement will be etTective on 241which is the
Effective Date of the Agreement.
00
CONTRACTOR
BY
Title: V 1
HEATHER TARVER
BENTON COUNiY
NOTARY Pl18t IC -- ARKAfVW SE L j
CQmmiesian Expires September 17,201
1
Cnmm18810n No. 127159RS
Attest
Address for giving notices
124 West Capitol Ave, Suite 1900
Little Rock, AR 72201
License No. 800188970
Agent for Service of process
CT Corporation System
(]fContractor is a corporation,
attach evidence of authority to
sign.)
Am
END OF DOCUMENT 00500
CITY OF FAYETTEVILLE
�IIIIfPfill
►`��.y GAT Y of ;�s���
•�
C)• �m
Attest _ YET7EVIEfE;�
Address for giving notices ;
r
19an 6rA9FkANS�S • ,�.
•' i G' lOj j
(attach evidence of authority to
sign and resolution or other documents
authorizing execution of Agreement)
00500 Agreement 00500- 10 ❑CI Project No.19-I$1
Razorback- Rd. Impvts-
BID BOND TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
Hartford, Connecticut 06183
CONTRACTOR:
{Name, legal status and address)
Flintco, LLC
184 E. Fantinel Blvd.
Springdale, AR 72762
OWNER:
(Name, legal status and address)
City of Fayetteville, Arkansas
113 West Mountain Street
Fayetteville, AR 72701
BOND AMOUNT: $5% (Five percent) of bid
SURETY:
(Name, legal status and principal place of business)
Travelers Casualty and Surety Company of America
One Tower Square .
Hartford, CT 06183
PROJECT:
(Name, location or address, and Project number, if any)
JOB 040864 = Razorback Road Improvements (Fayetteville) (S) F.A.P. HIPUCS-COVD (101), Washington County Bid #22- 35
Razorback Road, Fayetteville, AR 7270I
The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and
Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein.
The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid
documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters
into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in
the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the
Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the
prosecution thereof; or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount
specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the
work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The Surety
hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may
accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate
beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's
consent for an extension beyond sixty (60) days.
If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be
deemed to be Subcontractor and the term Owner shall be deemed to be Contractor.
When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any
provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions
conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is
that this Bond shall be construed as a statutory bond and not as a common law bond.
The Company executing this bond vouches that this document conforms to American Institute of Architects Document A310, 2010
Edition 1
Signed and sealed this 12thday of April ,42
(Witness)
(Witness) Richard W DuPont
f- --- rar
ijI cd, lrl:C
(Princi (Seal)
Tirevor L alter - Autlionzed Representative `
(Title)
Travelers Casualty and Surety Company of America
(Surety)
Cheryl L. McAleenan} Attorney-m-Fact
(Title)
The Company executing this bond vouches that this document conforms to American Institute of Architects Document A310, 2010
Edition
�TRAVELERS
Travelers Casualty and Surety Company of America
Travelers Casualty and Surety Company
St. Paul Fire and Marine Insurance Company
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and
St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein
collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Cheryl L McAleenan of
Maryland Heights , Missouri , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and
acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of
the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or
guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April,
2021.
5 c7 u�WATFOFA
Fes'.
OOOL
a
Khu
State of Connecticut
City of Hartford ss.
By:
Robert L. Rane , enior Vice President
On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior
Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the
purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer_
IN WITNESS WHEREOF, I hereunto set my hand and official seal.
My Commission expires the 30th day of June, 2026?L ` ~i�
MUME Anna P. Nowik, Notary Public
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of
the Companies, which resolutions are now in full force and effect, reading as follows:
RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice
President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint
Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority
may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings
obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may
remove any such appointee and revoke the power given him or her; and it is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or
any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided
that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is
FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance,
or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive
Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the
Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;
or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her
certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President,
any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to
any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -
Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of
Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed
and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or
understanding to which it is attached.
I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a
true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect.
Dated this 15th day of March , 2022
Jiro non
t j9WN)
l
Kevin E. Hughes, Assistant Secretary
To verify the authenticity of this Power ofAttorney, please call as at 1-800-421-3880.
Please refer to the above -named Attorneyfsj-in-fact and the details of the bond to which this Power of Attorney is attached.
STATE OF Missouri
COUNTY OF St. Louis
On this .—/6 day of pl/Mr� lip Z , 2022, before me personally appeared
Cheryl L. McAleenan , with whom I am personally acquainted, who,
being by me duly sworn, said: That she is Attorney -in -Fact of Travelers Casualty and Surety
Company of America, the corporation described in and which executed the foregoing
instrument; that she knows the corporate seal of said Company; that said seal affixed to said
instrument is such corporate seal; that it was so affixed by authority of the Board of Directors
thereof and of her office under the Standing Resolutions of said Company; and that she signed
his/her name thereto as Attorney- in -Fact by like authority.
F
A. MEINHARDT
ublic, Notary Seal
te of Missouri
LouisCounty
ssion# 12816778
ion Expires OB-15-2C24
NOTARY STAMP
(Tonya A. ardt) - Kotary Public
Commission Number: 12618776
My Commission Expires: August 15th, 2024.
DocuSign Envelope ID: 7BACCA17-B73F-4B7C-9AOE-5FD29087D733
Bid 22-35, Addendum 1
Date: Monday, April 4, 2022
To: All Prospective Vendors
CITY OF
W9" FAYETTEVILLE
ARKANSAS
From: Jonathan Smith —479.575.8220—ionsmith@faVetteville-ar.gov
RE: Bid 22-35, Construction — Razorback Road Rebid
d by Flintco LLC:
This addendum is hereby made a part of the contract documents to the same extent as though it were originally included
therein. Bidders should indicate their receipt of same in the appropriate blank of the Bid Form. BIDDERS SHOULD
ACKNOWLEDGE THIS ADDENDUM ON THE DESIGNATED LOCATION ON THE BID FORM.
1. The following document has been added to Attachments in the bid portal and all corresponding language and
requirements included below are hereby incorporated via issuance of this Addendum.
A) Bid 22-35, File 03 — Schedule of Values (Excel Version)
Bidders are provided this as a courtesy to aid and assist with bid preparation. All bids shall be
submitted to the City in a lump sum format through the electronic bidding portal before bid
deadline
• Bidders are NOT required to submit a Schedule of Values at time of bid; however, all bidders shall
reference additional language contained in this Addendum which includes new post -bid
requirements for submitting a complete and accurate Schedule of Values.
B) Bid 22-35, FILE 05 — Required Signature Forms
• FILE 05 is being provided in an effort to simplify the bid process by providing bidders a single PDF
file containing all documents that are required to be completed and submitted
i. Bidders shall be advised that documents contained in FILE 5 are duplicate of forms
contained in the Project Manual
ii. Bidders shall upload a completed version of all required signature forms into the electronic
bidding portal under the tab "Response Attachments".
2. Requirement of bidders to provide a complete and accurate Schedule of Values within 24 hours:
A) The City of Fayetteville is making ongoing and continuous effort to streamline what is required by vendors
prior to bid deadlines
B) All bid responses shall be submitted in a lump sum format, as presented and structured on the City's
electronic bidding portal, before the established deadline.
C) Post -Bid Requirement: Bidders shall be required to submit a completed "Schedule of Values" within 24
hours of request by the City of Fayetteville Purchasing Division. All "Schedule of Values" submitted to the
City shall have a sum equal to the Total Base Bid sum total submitted prior to bid deadline. Under no
circumstances will a bidder be allowed to revise his/her bid from the Total Base Bid.
City of Fayetteville, AR
Bid 22 - 35, Addendum 1
Page 113
Telecommunications Device forth e Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701
DocuSign Envelope ID: 7BACCA17-B73F-4B7C-9AOE-5FD29087D733
D) The City reserves the right to reject any bid response from a bidder who fails to submit a complete and
acceptable Schedule of Values within the allowable post -bid timeframe.
3. The Engineers anticipated range for this project is $1,800,000.00 - $2,200,000.00.
4. There was a non -mandatory Pre -Bid Conference that was held virtually via Zoom on Tuesday, March 29, 2022.
The listing on attendees via Zoom is attached for disclosure to all interested parties
5. The City has elected to add a deductive alternate to this project. The deductive alternate can be found under
the Attachments tab in FILE 03 — Schedule of Values in the city's electronic bidding portal. This is also reflected
in the bid lines listed under the Line Items tab in the city's electronic bidding portal.
6. The following revisions have been made to the Proiect Manual:
A) Document 0400 — Bid Form
Replace Pages 0400-1-0400-10 with attached 0400- Bid Form pages 0400-1-0400-10
Added Bid Item to Bid Schedule 3; Revised Schedule 3 Bid Item Numbers; Added 'Bid Schedule
4, Deductive Alternate #1'
B) Page ST-41: City of Fayetteville Standard Specifications for Street and Drainage Construction Division 100,
Section 109 Prosecution and Progress, Paragraph 109.01 Subletting of Contract
Removed sentences:
a. The Contractor will be permitted to sublet a portion of the Contract, except
that work amounting to not less than 40% of the total Contract amount must
be performed by the Contractor's organization.
b. The Contractor shall perform with his own organization, unless otherwise
authorized by the Special Conditions, work amounting to not less than 40%
the total Contract amount.
C) Special Provisions Section SP-10 Lighting
Replace Page SP-10 with attached SP-10.
Revised SP-10 Lighting to break Pay Item 3-3 'Lighting' LS into two separate items 3-3 and 3-4 with
direction on which items are to be paid under which bid item.
7. The following revisions have been made to the Plan Documents:
A) Site Details, Sheet C2.02 & Sheet C9.04
I. Added gauge information for the welded wire fabric referenced in the PCC base
B) Sleeving, Conduit Routing, & Light Pole Locations Plan, Sheet C8.01
Added notes indicating which Bid Item to use for each particular scope of work.
C) Light Details, Sheet C8.02
I. Added notes indicating which Bid Item to use for each particular scope of work.
D) Lighting Electrical Plan, Sheet E1.02
Added notes indicating which Bid Item to use for each particular scope of work.
City of Fayetteville, AR
Bid 22 - 35, Addendum 1
Page 213
Telecommunications Device forth e Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701
DocuSign Envelope ID: 7BACCA17-B73F-4B7C-9AOE-5FD29087D733
8. The following questions were submitted regarding Bid 22-35, Construction — Razorback Road Rebid:
Question
City Response
Refer to City of Fayetteville Standard Specifications
1. On Sheet C2.02/1 and C9.04/1 the details
for Street and Drainage Construction Division 600,
show 5" of PCC base under the curbs and
Section 601 Cast -in -Place Concrete. Particularly
10" PCC Base under the asphalt. After
601.02 refers to ArDOT 82.02 for gradation, 601.03
researching the Specifications and Plans
requires Class B concrete, and 601.04 specifies Class
for the specification on the PCC Base we
B.
were not able to find sufficient
information for our suppliers. Can you
please provide a more thorough
specification for the PCC Base called out in
these detail?
a. The WWF is to be 8 gauge. Notes were
2. On Sheet C2.02/1 and C9.04/1 the details
added to Sheets C2.02 and C9.04.
call for 6"x12" WWF. After researching
the Specifications and Plans for the
b. Refer to City of Fayetteville Standard
specification on the WWF we were unable
Specifications for Street and Drainage Construction
find the gauge of the WWF. This material
Division 600,
is available in multiple different gauges
and prices vary greatly. Can you please
provide a specification for the 6"x12"
WWF called out in these details.
No Geotechnical Report was prepared for this
3. We are unable to find a soils report/
project.
Geotech report in the plans and
specification. Is there a report available
that can be provided?
9. The electronic bidder portal includes a tab titled "Attributes" (Attributes tab in the electronic bidding portal).
Attributes numbers 1. 2, and 3 have been removed. Bidders must still resaond to Attributes 4 and 5.
City of Fayetteville, AR
Bid 22 - 35, Addendum 1
Page 313
CITY OF
FAYETTEVILLE
ARKANS
ARKANSAS
DocuSign Envelope ID: 7BACCA17-B73F-4B7C-9AOE-5FD29087D733
City of Fayetteville
Bid 22-35, Construction - Razorback Road Rebid
Date: 03/29/2022 at 11:00 AM
Meeting ID
83941227295
Topic
Pre -Bid Meeting for Bid 22-35, Construction - Razorback Road Rebid
Start Time
3/29/2022 10:52
End Time
3/29/2022 12:08
User Email
jonsmith@fayetteville-ar.gov
Duration (Minutes)
77
Participants
8
Name (Original Name) User Email
Total Duration (Minutes)
Guest
Jonathan Smith jonsmith@fayetteville-ar.gov
77
No
Development Consultants
77
Yes
plibertini
74
Yes
Amanda Beilfuss
65
Yes
Kevin
56
Yes
Kristen Knight
71
Yes
Andrea Foren aforen@fayetteville-ar.gov
69
No
Chad Crouch
1
Yes
DocuSign Envelope ID: 7BACCA17-B73F-4B7C-9AOE-5FD29087D733
■
DEVELOPMENT
CONSULTANTS
INCORPORATED
Addendum #1
RAZORBACK Rd. Impvts.
BID # 22-35
2022-04-04
Note: Contractor to acknowledge receipt of Addendum in the Bid Form Document 0400, Article
3. Failure to do so may subject the Bidder to disqualification.
This Addendum shall supersede anything shown in the plans, specifications and contract
documents and is considered a part of the plans, specifications, and contract documents.
PROJECT MANUAL REVISIONS
1. Document 0400 — Bid Form
a. Replace Pages 0400-1— 0400-10 with attached 0400- Bid Form pages 0400-1-
0400-10
b. Added Bid Item to Bid Schedule 3; Revised Schedule 3 Bid Item Numbers; Added
'Bid Schedule 4, Deductive Alternate #1'
2. Page ST-41: City of Fayetteville Standard Specifications for Street and Drainage
Construction Division 100, Section 109 Prosecution and Progress, Paragraph 109.01
Subletting of Contract
a. Removed sentences:
i. The Contractor will be permitted to sublet a portion of the Contract,
except that work amounting to not less than 40% of the total Contract
amount must be performed by the Contractor's organization.
ii. The Contractor shall perform with his own organization, unless otherwise
authorized by the Special Conditions, work amounting to not less than
40% of the total Contract amount.
3. Special Provisions Section SP-10 Lighting
a. Replace Page SP-10 with attached SP-10
b. Revised SP-10 Lighting to break Pay Item 3-3 'Lighting' LS into two separate items
3-3 and 3-4 with direction on which items are to be paid under which bid item.
11Page
DocuSign Envelope ID: 7BACCA17-B73F-4B7C-9AOE-5FD29087D733
PLAN REVISIONS
4. Site Details, Sheet C2.02 & Sheet C9.04
a. Added gauge information for the welded wire fabric referenced in the PCC base.
S. Sleeving, Conduit Routing, & Light Pole Locations Plan, Sheet C8.01
a. Added notes indicating which Bid Item to use for each particular scope of work.
6. Light Details, Sheet C8.02
a. Added notes indicating which Bid Item to use for each particular scope of work.
7. Lighting Electrical Plan, Sheet E1.02
a. Added notes indicating which Bid Item to use for each particular scope of work.
CONTRACTOR -QUESTIONS
8. On Sheet C2.02/1 and C9.04/1 the details show 5" of PCC base under the curbs and
10" PCC Base under the asphalt. After researching the Specifications and Plans for the
specification on the PCC Base we were not able to find sufficient information for our
suppliers. Can you please provide a more thorough specification for the PCC Base
called out in these detail?
a. Refer to City of Fayetteville Standard Specifications for Street and Drainage
Construction Division 600, Section 601 Cast -in -Place Concrete. Particularly
601.02 refers to ArDOT 82.02 for gradation, 601.03 requires Class B concrete,
and 601.04 specifies Class B.
9. On Sheet C2.02/1 and C9.04/1 the details call for 6"x12" WWF. After researching the
Specifications and Plans for the specification on the WWF we were unable find the
gauge of the WWF. This material is available in multiple different gauges and prices
vary greatly. Can you please provide a specification for the 6"x12" WWF called ou in
these details.
a. The WWF is to be 8 gauge. Notes were added to Sheets C2.02 and C9.04.
b. Refer to City of Fayetteville Standard Specifications for Street and Drainage
Construction Division 600,
10. We are unable to find a soils report / Geotech report in the plans and specification. Is
there a report available that can be provided?
a. No Geotechnical Report was prepared for this project.
2 1 P a g e
DocuSign Envelope ID: 7BACCA17-B73F-4B7C-9AOE-5FD29087D733
Attachments:
Project Manual:
Document 04000 — Bid Form
ST-41
SP-10 Special Provision-10 Lighting
Plan Sheets: C2.02, C8.01, C8.02, C9.04 E1.02
Signed:
Date:
ncz.n �
7k'Ir'�k'
No.14042 Q4
YIN L.
-END ADDENDUM #1-
31Page
DocuSign Envelope ID: 7BACCA17-B73F-4B7C-9AOE-5FD29087D733
Bernhard
Engineering
ADDENDUM #1
University of Arkansas
Razorback Road Phase 3 — ADSB To HOTZ
Fayetteville, AR
Bernhard THE Job No. 04-21-0012
April 04, 2022
Drawings:
Electrical:
1. Refer to Revised Sheet E1.02 —LIGHTING ELECTRICAL PLAN —revision dated 04/04/22:
A. Added Bid Instructions.
B. Added Bid Instruction Notes to Details 1, 2, and 3.
C. Revised Keyed Note #7, Added Keyed Note #10.
End of Addendum #1
DocuSign Envelope ID: 7BACCA17-B73F-4B7C-9AOE-5FD29087D733
DOCUMENT 0400-BID FORM
Contract Name: Razorback Rd. Impvts.
Bid Number:
BID TO:
Owner: The City of Fayetteville, Arkansas
113 West Mountain Street
Fayetteville, Arkansas 72701
BID FROM:
Bidder:
ARTICLE I- 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 for the Bid
price and within the Bid time indicated in this Bid and in accordance with the other
terms and conditions of the Contract Documents.
ARTICLE 2- TERMS AND CONDITIONS
2.01 Bidder accepts all of the terms and conditions of the Invitation to Bid and
Instructions to Bidders, including without limitation those dealing with the
disposition of Bid security. This Bid will remain subject to acceptance for 90 days
after the day of Bid opening. Bidder will sign and deliver the required number of
counterparts of the Agreement with the Bonds and other documents required by the
Bidding Requirements within 15 days after the date of Owner's Notice of Award.
0400-Bid Form 00400-1
DocuSign Envelope ID: 7BACCA17-B73F-4B7C-9AOE-5FD29087D733
DOCUMENT 0400-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
B. Bidder has visited the Site and become familiar with and is satisfied as to the
general, local, and Site conditions that may affect cost, progress,
performance, and furnishing of the Work.
C. Bidder is familiar with and is satisfied as to all federal, state, and local Laws
and Regulations that may affect cost, progress, performance, and furnishing
of the Work.
D. Bidder has carefully studied all: (1) reports of explorations and tests of
subsurface conditions at or contiguous to the Site and all drawings of
physical conditions in or relating to existing surface or subsurface structures
at or contiguous to the Site; and (2) reports and drawings of a Hazardous
Environmental Condition, if any, at the Site. Bidder acknowledges that such
reports and drawings are not Contract Documents and may not be complete
for Bidder's purposes. Bidder acknowledges that Owner and Engineer do
not assume responsibility for the accuracy or completeness of information
and data shown or indicated in the Bid Documents with respect to
Underground Facilities at or contiguous to the Site.
Bidder has obtained and carefully studied (or assumes responsibility for
having done so) all such additional or supplementary examinations,
0400-Bid Form - 00400-2
DocuSign Envelope ID: 7BACCA17-B73F-4B7C-9AOE-5FD29087D733
DOCUMENT 0400-BID FORM (continued)
investigations, explorations, tests, studies, and data concerning conditions
(surface, subsurface, and Underground Facilities) at or contiguous to the Site
or otherwise which may affect cost, progress, performance, or furnishing of
the Work or which relate to any aspect of the means, methods, techniques,
sequences, and procedures of construction to be employed by Bidder and
safety precautions and programs incident thereto.
Bidder does not consider that any additional examinations, investigations,
explorations, tests, studies, or data are necessary for the determination of this
Bid for performing and furnishing of the Work in accordance with the times,
price, and other terms and conditions of the Contract Documents.
G. Bidder is aware of the general nature of work to be performed by Owner and
others at the Site that relates to Work for which this Bid is submitted as
indicated in the Contract Documents.
H. Bidder has correlated the information known to Bidder, information and
observations obtained from visits to the Site, reports, and drawings identified
in the Contract Documents, and all additional examinations, investigations,
explorations, tests, studies, and data with the Contract Documents.
Bidder has given Engineer written notice of all conflicts, errors, ambiguities,
or discrepancies that Bidder has discovered in the Contract Documents, and
the written resolution thereof by Engineer is acceptable to Bidder.
The Contract Documents are generally sufficient to indicate and convey
understanding of all terms and conditions for performing and furnishing the
Work for which this Bid is submitted.
K. This Bid is genuine and not made in the interest of or on behalf of any
undisclosed person, firm, or corporation and is not submitted in conformity
with any agreement or rules of any group, association, organization, or
corporation; Bidder has not directly or indirectly induced or solicited any
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
0400-Bid Form - 00400-3
DocuSign Envelope ID: 7BACCA17-B73F-4B7C-9AOE-5FD29087D733
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 with 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 award 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
plus 25%, 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 25%, all bids shall be rejected
and become confidential.
In no case shall the amount bid for the item of "mobilization" exceed 5% of
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 Form 00400-4
DocuSign Envelope ID: 7BACCA17-B73F-4B7C-9AOE-5FD29087D733
DOCUMENT 0400-BID FORM (continued)
BID SCHEDULE 1 - SANITARY SEWER IMPROVEMENTS
ITEM NO.
DESCRIPTION
UNIT
EST.
QTY
UNIT
PRICE
TOTAL
1-1
Water and Sanitary Sewer Erosion Control
LS
1
1-2
Water and Sanitary Sewer Traffic Control
LS
1
1-3
Water and Sanitary Sewer Line Mobilization
LS
1
1-4
Water and Sanitary Sewer Trench &
Excavation Safety
LS
1
1-5
8" PVC SDR-26 Gravity Sewer Pipe
LF
20
1-6
12" PVC SDR-26 Gravity Sewer Pipe
LF
1275
1-7
4' ID Concentric Manhole
EA
7
1-8
Core Drill and Connect to Existing Sanitary
Sewer Manhole
EA
3
1-9
Rock Excavation for Water or Sanitary Sewer
(Allowance)
CY
50
1-10
Abandon Existing Sewer Main
(See SP-2)
LS
1
1-11
Abandon Existing Sewer Manhole
(See SP-3)
EA
3
1-12
Bonds & Insurance (Schedule 1 Items)
LS
1
TOTAL BID SCHEDULE 1:
0400-Bid Form 00400-5
DocuSign Envelope ID: 7BACCA17-B73F-4B7C-9AOE-5FD29087D733
DOCUMENT 0400-BID FORM (continued)
BID SCHEDULE 2 - ROAD WIDENING IMPROVEMENTS
ITEM NO.
DESCRIPTION
UNIT
EST.
QTY
UNIT
PRICE
TOTAL
2-1
Mobilization
LS
1
2-2
Clearing, Grubbing, & Demolition
(Including Sawcut)
LS
1
2-3
Unclassified Excavation (Plan Quantity)
CY
2450
2-4
Embankment (Plan Quantity)
CY
1875
2-5
Undercut & Backfill (Allowance)
CY
1000
2-6
Subgrade Preparation (Plan Quanity)
SY
950
2-7
4" Topsoil Placement
SY
950
2-8
18" RCP
LF
465
2-9
24" RCP
SY
330
2-10
4' Grate Inlet
EA
2
2-11
4' Diameter Drop Inlet
EA
1
2-12
4' Diameter Junction Box
EA
2
2-13
5' Diameter Junction Box
EA
3
2-14
Combination Inlet
EA
3
2-15
Modified Inlet
EA
1
2-16
5'x10' Precast Concrete Box Culvert
LS
1
2-17
Erosion Control
LS
1
2-18
ACHMSC (1/2") PG70-22
TON
120
0400-131d Form 00400-6
DocuSign Envelope ID: 7BACCA17-B73F-4B7C-9AOE-5FD29087D733
DOCUMENT 0400-BID FORM (continued)
ITEM NO.
DESCRIPTION
UNIT
EST.
QTY
UNIT
PRICE
TOTAL
2-19
PCC Base Widening 5"
SY
410
2-20
PCC Base Widening 10"
SY
1250
2-21
Concrete Curb & Gutter
LF
1250
2-22
5" Concrete Sidewak w/ 4" Class 7 Base
SY
800
2-23
Concrete Headwalls
EA
2
2-24
Handicap Ramps
SY
15
2-25
Detectable Warning Panel
SF
60
2-26
Thermoplastic Pavement Marking 6"
LF
5611
2-27
Thermoplastic Pavement Marking 12"
LF
48
2-28
Solid Sodding
SY
950
2-29
Cobblestone Pavers
SY
25
2-30
Asphalt Pavers
SY
50
2-31
12"x6" Tapping Sleever & Valve
EA
1
2-32
Fire Hydrant Assembly
EA
1
2-33
Traffic Control and Maintenance
LS
1
2-34
Bonds & Insurance (Schedule 2 Items)
LS
1
TOTAL BID SCHEDULE 2:
0400-Bid Form 00400-7
DocuSign Envelope ID: 7BACCA17-B73F-4B7C-9AOE-5FD29087D733
DOCUMENT 0400-BID FORM (continued)
BID SCHEDULE 3 - LANDSCAPE
& LIGHTING
ITEM NO.
DESCRIPTION
UNIT
EST.
QTY
UNIT
PRICE
TOTAL
3-1
Landscaping
LS
1
3-2
Irrigation
LS
1
3-3
Lighting Infrastructure
LS
1
3-4
Lighting
LS
1
3-5
Mosque Improvement
LS
1
3-6
Bonds & Insurance (Schedule 3 Items)
LS
1
TOTAL BID SCHEDULE 3:
TOTAL AMOUNT: (BID SCHEDULE 1+
BID SCHEDULE 2 +BID SCHEDULE 3):
BID SCHEDULE 4 - DEDUCTIVE
ALTERNATE #1
ITEM NO.
DESCRIPTION
UNIT
EST.
QTY
UNIT
PRICE
TOTAL
3-4
Lighting
LS
1
TOTAL BID SCHEDULE 4:
The City intends to award to the lowest responsive responsible bidder based on the evaluation of the
sum of Total Amount.
ARTICLE 5- CONTRACT TIMES
5.01 Bidder agrees that the Work will be substantially completed and completed and ready
for final payment within the number of calendar days indicated in the Agreement.
5.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event
of failure to complete the Work within the times specified in the Agreement.
0400-Bid Form 00400-8
DocuSign Envelope ID: 7BACCA17-B73F-4B7C-9AOE-5FD29087D733
ARTICLE 6- BID CONTENT
6.01 The following documents are attached to and made a condition of this Bid:
A. Required Bid security in the form of a cashier's check from a bank located in the
State of Arkansas or a Bid Bond in the amount of
Dollars ($ )
B. A tabulation of Subcontractors and other persons and organizations required
to be identified in this Bid.
ARTICLE 7- COMMUNICATIONS
7.01 Communications concerning this Bid shall be addressed to the Bidder as follows:
Email _
Phone No.
Fax No.
ARTICLE 8- TERMINOLOGY
8.01 The terms used in this Bid which are defined in the GENERAL CONDITIONS or
Instructions to Bidders will have the meanings assigned to them.
SUBMITTED on , 20
Arkansas State Contractor License No.
If Bidder is:
An Individual
Name (type or printed):
By:
Doing business as:
Business address:
Phone No:
Email Address:
0400-Bid Form
(Individual's Signature)
Fax No.
DocuSign Envelope ID: 7BACCA17-B73F-4B7C-9AOE-5FD29087D733
DOCUMENT 0400-BID FORM (continued)
A Partnership
Partnership Name
By:
(SEAL)
(Signature of general partner -attach evidence of authority to sign)
Name (type or printed):
Business address:
Phone No:
Email Address:
A Corporation or LLC
Fax No.
Corporation Name : (SEAL)
State of Incorporation:
Type (General Business, Professional, Service, Limited Liability):
IM
(Signature of general partner -attach evidence of authority to sign)
Name (type or printed):
Title:
Attest:
Business address:
Phone No:
Email Address:
(Signature of Corporate Secretary)
Fax No.
END OF DOCUMENT 00400
(CORPORATE SEAL)
0400-Bid Form 00400-10
DocuSign Envelope ID: 7BACCA17-B73F-4B7C-9AOE-5FD29087D733
NATURAL GRADE
VARIES
6' SIDEWALK
2%
NEW CURB ON WEST SIDE OF
RAZORBACK ROAD
NEW ACHM PAVING
SECTION WIDTH VARIES
MATCH EXISTING SLOPE
2% MINIMUM
I I'I—I i
d
III-1 1 IA,
7" THICK r
CONCRETE CURB
AND GUTTER AND
5" PCC BASE WITH
6" X 12" 8 GAUGE
(min.) WWF
SAWCUT EXISTING
ASPHALT TO PROVIDE
CLEAN EDGE
91
`2" ASPHALT EXISTING
SURFACE COURSE ROADWAY
TO REMAIN
B 10" PCC BASE WITH 6" X12" 8
GAUGE ( min.)
WWF A
TYPICAL SECTION RAZORBACK ROAD
N.T.S. STA 0+00 THROUGH 6+87.00, 7+95.60 THROUGH 12+38.99
HYPOTHETICAL BACK
OF CURB ASPHALT PAVERS
PAVING DETAIL
MODIFIED CURB AT
DRIVE ENTRANCE
2" IN HEIGHT
EXISTING STREET—/
CLASS 7 BASE
1/4" EXPANSION
JOINT
6" CONCRETE OVER 6"
CLASS 7 AT 98%
MODIFIED PROCTOR &
UNYILDING SUBGRADE
2% MAX.
d
d d °d d
° d d °
1/4" EXPANSIONS / REINFORCING ROD DOWEL, SIZE
JOINT L #4'sx18"x24" O.C. SLEEVED ONE END,
SET IN SPEED DOWEL SLEEVE SYSTEM
SECTION A -A
N.T.S.
TO REMOVE Et QUIRED ` AS
XISTING
AND GUTTER CURB
PLAN VIEW
DRIVEWAY AND APRON
N.T.S.
NOTE:
NO. 5 REBAR 12" O.C. BOTH WAYS ALL
CONCRETE. SLOPE WINGWALLS TO
MATCH PROPOSED GRADES.
HEADWALL DETAIL
ASPHALT PAVING REF.
PARKING LOT PAVING DETAIL
/EXPANSION
7� JOINT
SOD
3" ACHM SURFACE
COURSE (P.G.64-22)
8" MIN. CLASS 7 AT 98%
MODIFIED PROCTOR DENSITY
NEW 24" SELECT FILL
MIN. COMPACTED
SUBGRADE TO 98%
MODIFIED PROCTOR
DENSITY.
PAVING WORK TO CONFORM WITH ALL
REFERENCE STANDARDS DESCRIBED IN
CURRENT ARDOT STANDARD
SPECIFICATIONS FOR HIGHWAY
CONSTRUCTION
DRIVEWAY/PARKING LOT PAVING DETAILS
N.T.S.
O
H
w
�Q
ry
Qo
PLAN VIEW
ASPHALT PAVER NOTES:
1. ASPHALT PAVERS ARE TO BE PLACED IN A RUNNING BOND PATTERN, UNLESS
OTHERWISE NOTED ON PLAN, AND LAID OUT TO BE PERPENDICULAR WITH THE
PRIMARY DIRECTION OF TRAVEL. (SEE ABOVE DIAGRAM)
2. BEGIN LAYOUT FROM THE CENTER AND WORK OUTWARDS TO ACHIEVE EQUAL
DIMENSIONED PAVERS ON EACH END.
3. IF LAYOUT DICTATES THAT AN END ROW OF PAVERS WILL BE LESS THAN 1/3 OF
THE PAVER LENGTH, THEN 2 ROWS OF PAVERS WILL BE TRIMMED IN ORDER TO GIVE
A MORE UNIFORM APPEARANCE.
4. JOINTS ARE TO BE TIGHT AND POLYMERIC SAND (DARK GRAY COLOR) IS TO BE
SWEPT INTO ALL JOINTS AFTER INSTALLATION PER MANUFACTURES DIRECTION.
POLYMERIC SAND COLOR MUST BE APPROVED BY PROJECT ENGINEER PRIOR TO
INSTALLATION.
ASPHALT PAVERS LAYOUT
REF. 1/THIS SHEET
FOR SUBGRADE
N.T.S.
CONC. WALK
REF. PLANS FOR FINISH
4 4
4
REINFORCING ROD DOWEL
#3 X 18" @ 18 O.C.
1/4" EXP. JT.
(REF. CONCRETE DETAIL)
PAVERS
REF. PLANS FOR PATTERN FILTER FABRIC - CONTINUOUS @ JOINT
LAP UP SIDES
12" LAP PAVERS ON 1" SAND SETTING BED
SAND BETWEEN THE PAVERS TO BE POLYMERIC
SAND
2.5"
PAVE
THICKNESS
LAP I IPLUSR1 "FOR SAND
4 a 4 f
5"
4" CRUSHED AGGREGATE BASE COURSE, CL.7
REF. 1/THIS SHEET
SPEED DOWEL SLEEVE FOR SUBGRADE
ASPHALT PAVERS @CONCRETE TYPICAL
N.T.S.
3"X5"X1/4" CONTINUOUS ANGLE
STEEL, HOT DIP GALV.,
PRE -DRILLED @ 3' O.C., LEAVE
1" GAPS BETWEEN ANGLE END
JOINTS
FILTER FABRIC - CONTINUOUS
@ JOINT, 12" WIDTH FROM
EDGE OF PAVING
EXPANSION ANCHOR BOLT,
2'- 0", O.C., 2" LONG, 1/4" DIA.
ASPHALT PAVERS @PLANTING TYPICAL
5" MIN.
PAVERS ON 1" SAND SETTING BED
SAW CUT JOINT
FILTER FABRIC - CONTINUOUS @ JOINT
SAND IN JOINTS TO BE POLYMERIC SAND (SUBMIT
SAMPLE FOR APPROVAL).
PAVERS ON 1" SAND SETTING BED
4" CRUSHED AGGREGATE BASE COURSE, CL.7
8" MIN. COMPACTED SUBGRADE TO 95% MODIFIED
PROCTOR DENSITY
ASPHALT PAVERS @CONTROL JOINT TYPICAL
N.T.S.
PAVER THICKNESS
PLUS 1" FOR SAND
a
W
a
oc
O
0.
PAVERS ON 1" SAND
1/4" EXP. JT. SETTING BED
O'
12" LAP
12" LAP
1/4" EXP. JT. REF.
1
CONCRETE DETAIL SAND IN
V
JOINTS TO BE
z
FILTER FABRIC - POLYMERIC
CONTINUOUS @ JOINT SAND (SUBMIT
SAMPLE FOR
Fg��
APPROVAL).
4 a
PAVERS ON
a
4
a 1SAND
SETTING BED
4" CRUSHED
AGGREGATE BASE
COURSE, CL.7
8" MIN. COMPACTED
T\
-------!
SUBGRADE TO 95%
MODIFIED PROCTOR
DENSITY
ASPHALT PAVERS @EXPANSION JOINT TYPICAL
N.T.S.
WHERE WATER DRAINS
TOWARD CURB
10 CONCRET
N.T.S.
1211
5" IV
E CURB AND GUTTER
NOTES:
1. THERMOPLASTIC COLOR TO BE "WHITE" FOR
ARROWS.
2. MUTCD SHALL GOVERN ALL SHAPES & SIZES.
PAVEMENT MARKING
�6„� 011 DAnIl IC
WHERE WATER DRAINS
AWAY FROM CURB
i DEVELOPMENT
= �? CONSULTANTS
-�= INC. -
No.128
2 No.14049
. ,N L.
■
00cl
DEVELOPMENT
CONSULTANTS
INCORPORATED
2200 N. RODNEY PARHAM ROAD
SUITE 220
LITTLE ROCK, AR 72212
501-221-7880
)PYRIGHT:
2022
;ALE:
ill =20'
\TE:
03-18-2022
N
N
0
N
0
0
Z)
0
Z
U) W
Z 0
O 0
Q
w
of
z
W
O
J
W
W
N
H
O
2
O
H
m
cn
Q
a
0
U
a
m
0
a0
J
Z
Y
a
a
H
N
r
�
w
J
J
W
Q
Lu
w
W
2
U.
V
w
J
w
J
U
LU
o
w
a
U)
PROJECT NO:
19-181
N.T.S.
N.T.S.
N.T.S.
C2.02
DocuSign Envelope ID: 7BACCA17-B73F-4B7C-9AOE-5FD29087D733
ADSB
BUILDING
EXIST. 1.5" CONDUIT -1
FOR FUTURE USE
EXIST. UGE FOR EXIST. 3" LIGHTING
IRRIGATION _ SLEEVE
CONTROLLER
REMOVE EXIST. 4" SLEEVE &
INSTALL NEW SLEEVE TO
REACH PAST EDGES OF NEW
DRIVE APRON
i
1 1
TWA 12 A 12
Al
-GGT C'r GT
CONC. WALK Gr �r-
u D
IIJ' cn
U
2
. -
mm
an o
. 0
c
C
in
-I
PL-1
.. X=667919.56
1" LIGHTING Y=636443.88 PL-1
CONDUIT X=667924.30
_ 1" LIGHTING Y=636543.77 PL-1
ALK CONDUIT X=667929.04
4" IRRIG. SLEEVE ,� 1" LIGHTING
---,,.,CONDUIT
Y=636643.66
O + + PcFjG, O -�
ASPHP'-
I ➢
O
I � D
n >
I z D
I
r
D
r
PL-1 D
X-667933.79
1" LIGHTING Y=636743.55
`CONDUIT
3" LIGHTING
6' SIDEWALK Q (SLEEVE
GT
"IRRIG. SLEEVE �y.�� I al
IIIllt
6" IRRIG. SL 1N
ss 8
ss 8
55 8
HWY 112 / RAZORBACK ROAD D
D
WA 12 A 12------WA 12
WA 12
Al2
Al2
IGT C'r GT GT GT A 12 A 12
GT GT GT GT A 12
GT GT A 12 A 12 AA
_j '
_
m
o :Ell
O 4" LIGHTING r
JUNCTION BOX
�cr iSLEEVE, BORED?-1��
JUNCTION BOX e I
T I 1 !
? 4' I RIG. SLEEVE�7', °ZZZA
I
BORED I
CC
1" LIGHTING
CONDUIT o
z 1" LIGHTING
CONDUIT
I I _ IF--
OD
EANUT PIPE
- G
CONC. W
HDPE ❑
milimillimilm Muslimmi
q92 0 =
PAP ❑ ❑ ❑
P
O rMNIIIII_
I
ASP T
ASPHALI
AS HALT
WA2-
PL-1
I X=667952.75
Y=637143.10 PL-1 --
X
1" LIGHTING =667957.49
CONDUIT Y=637242.98
_ �, 1" LIGH
4" Vt x _
�F CONDUIT
WA WA2
WA2 WA2 '
AS-
O O GF
SS 8
SS 8
Z
0
O
-WA 12 WA 12
PL-2 I
X=667936.05
Y=636812.27
1" LIGHTING
-,CONDUIT
WA2
2
ISLAMIC CENTER OF
NORTHWEST ARKANSAS
1
1
1
LU
_z�
J
'
�
U
m
�-
0
G
,
O
JUNCTION BOX 4" LIGHT
!SLEEVE, B
_ o
�I wFlillill
o ASPHALT p T
W
4'I1 RIG. SL�EVE,
• • BORED
® CONC
• PHALT Q ITE
1" LIGHTI
CONDU
N PL-1 a r
" LIGHTING o X=667943.27 Oc0 z I I
CONDUIT Y=636943.32 -- GE- to I I
I
- 1" LIGHTING
r as ,CONDUIT �G
m
W 2 W+2 GT rGF
G
■ O WA
S8
SS 8 G
SS 8 I -
SS 8
- SS 8
00 manom�
L.0
c� 7
- z 1
- _ c1
1
U " WA 12 Al2 L7 `
il n
mi Fill
WA 12 WA 12
30" RCP
v v c Gr CONC. WALK
8 sv Rg
❑ ❑ 6� Gr n
Gr
❑, El �-------- JGF @ Gr 12" HDPE v� �� v n
G � 3
❑ ❑ �D n v
❑ ❑ �T
v
Q 1
G GF
f*7 1
En
ASPHALT
II ASPHALT
I I
PL-1
X=667962.24 PL-1
Y=637342.87
1" LIGHTING================ X=667966.98
_ /CONDUIT Y=637442.76
1" LIGHTING
A 6' SIDEWALK x (CONDUIT
GF A'
GF
GF 6' IDFIA/GI w
irr
g■
0
LU
F_
Q
O
IL
w
O
U
z
W
H
Z
Q
F_
J
5 M
D= Z
co
o O
r; ' U
to
m
0
A r1 PHALT
_ lilillillilliis 24" RCP
-� ss 8
D S
HWY 112 / RAZORBACK ROAD
Q �� D
O
-WA 12 WA 12 A 12 CONC. WALK _ C' WA 12
G WA 12 v G WA 12 WA 12 A 12 24 RC O _
WA 12
G V G G G WA 12 WA 12 WA 120fir-JR&LICA 12
V y G WA 12
A 12 WA
1 V
NOTE TO CONTRACTOR: <
PEDESTRIAN LIGHTS (PL.1) TO BE PAID
FOR UNDER BID SCHEDULE 3, ITEM 3-4.
CROSSWALK LIGHT (PL.2) TO BE PAID
FOR UNDER BID SCHEDULE 3, ITEM 3-3. C
KEY
I DESCRIPTION
COLOR
FINISH
NOTES
LIGHTING
PL.1
PEDESTRIAN LIGHT
BEGA BLACK
POWDERCOAT
BEGA (PH# 805.664.0533)
POST AND LUMINAIRE.
POLE TO BE MODEL #1308HR
(5" DIAMETER X 164" HIGH)
LUMINAIRE TO BE 77 120
PL.2
CROSSWALK LIGHT
BEGA BLACK
POWDERCOAT
BEGA 84-407 K3 LED
FIXTURE MOUNTED
ON BEGA 2408SF
WITH BEGA 68053
ROUND
ESCUTCHEON
LIGHTING CONDUIT
INSTALL CONDUIT SIZES AS NOTED. ALL LIGHTING CONDUIT SHALL BE
SCHEDULE 40 ELECTRICAL GRADE, BURIED AT 24" MIN. DEPTH, WITH
PULL CHORDS & INSTALLED PER ELECTRICAL CODE REQUIREMENTS.
ALL CONDUIT TO BE PAID FOR UNDERBID SCHEDULE 3, ITEM NO. 3-3.
TRENCHING & PAVEMENT REPAIR
COMPACT ALL TRENCH BACKFILL TO 95% MODIFIED PROCTOR.
COMPLETE PAVING REPAIRS WITH PAVING & BASE MATERIAL TYPE &
THICKNESS TO MATCH THE EXISTING PAVING SECTIONS REMOVED.
TRENCHING & PAVEMENT REPAIR TO BE PAID FOR UNDER BID SCHEDULE
3, ITEM NO. 3-3.
LIGHTING SLEEVES
LIGHTING SLEEVES SHALL BE SIZED AS NOTED. SLEEVES SHALL BE
SCHEDULE 40 PVC AT 24" MIN. BELOW FINISH GRADE & EXTENDING 12 INCHES
BEHIND CURBS AND OTHER PAVING EDGES. INSTALL AS NOTED FOR BORES,
SAWCUT & TRENCH, OR TRENCHED & INSTALLED UNDER NEW PAVING.
PATCH PAVING WHERE NOTED & MATCH EXISTING PAVING SECTIONS.
INSTALL PULL CHORDS AND TIE OFF WITH METAL POST AT EACH END.
LIGHTING SLEEVES TO BE PAID FOR UNDER BID SCHEDULE 3, ITEM 3-3.
IRRIGATION SLEEVES
SLEEVES SHOWN FOR THE LANDSCAPE IRRIGATION SYSTEM SHALL BE SIZED AS
NOTED. SLEEVES SHALL BE SCHEDULE 40 PVC AT 18 INCHES MIN. BELOW FINISH GRADE
& EXTENDING 12 INCHES BEHIND CURBS & OTHER PAVING EDGES. INSTALL AS NOTED
FOR BORES, SAWCUT & TRENCH, OR TRENCHED & INSTALLED UNDER NEW PAVING.
PATCH PAVING WHERE NOTED & MATCH EXISTING PAVING SECTIONS. INSTALL PULL
CHORDS AND TIE OFF WITH METAL POST AT EACH END. IRRIGATION SLEEVES TO BE
PAID FOR UNDER BID SCHEDULE 3, ITEM 3-3.
AS -BUILT DRAWINGS
CONTRACTOR IS REQUIRED TO PROVIDE ACCURATE AS -BUILT
RECORD DRAWINGS OF ALL SLEEVE LOCATIONS THAT
REFLECT THE ACTUAL PLACEMENT OF EACH SLEEVE. WORK
TO BE PAID FOR UNDER BID SCHEDULE 3, ITEM 3-3.
m
mocl
DEVELOPMENT
CONSULTANTS
INCORPORATED
2200 N. RODNEY PARHAM ROAD
SUITE 220
LITTLE ROCK, AR 72212
501-221-7880
COPYRIGHT:
2022
SCALE:
1"=20'
DATE:
03-18-2022
N
N
0
N
It
O
zw
O
J
> Q
W
D_
F_
z
W
Q
I
J
O
a
J
z
W
O
W
U
O
H
W
J
O
O
2
a-
`O
Mr
W
U06
J
Q
1
M
z
W
H
Q
O
a�
F_
Q Q
�
�apdscapo
O
z
R
r �
Y W
0
2 °
m
z
grkansa�
W
O
W
W
Q Q
LU
J
M U_
U)
w
�
w
F
U
J
�
LU
H
LLI
PROJECT NO:
19-181
NORTH
SHEET NO:
20 10 0 20 40
C8m01SCALE
DocuSign Envelope ID: 7BACCA17-B73F-4B7C-9AOE-5FD29087D733
10" MAX. BOLT CIRCLE
4 2' CONDUIT OPENING
(3) 1/2"-13 SS HEX HEAD TOP -
RETAINING BOLTS EACH WITH
(1) SS FLATWASHERS AND (1)
SS SPLIT LOCKWASHER
(4) 3/4"-10 TOP NUTS
(4) 3/4" I.D. x 1 1/2 O.D.
FLAT WASHERS
z
�O
J �
OU
m W
M
a
NOTE TO CONTRACTOR:
WORK PERFORMED IN
ACCORDANCE WITH DETAIL 1 FOR
PEDESTRIAN LIGHTS TO BE PAID
FOR UNDER BID SCHEDULE 3,
ITEM 3-4
25"-5/8"
BEGA LUMINAIRE # 77-12OLEI
IN BEGA BLACK COLOR WITH
WHITE DIFFUSER - REF. SITE
ELECTRICAL PLAN
8Z" MIN.
BOLT
CIRCLE
BASE
DETAIL
STANDARD (4) 4" X 17"
ANCHOR BOLT & MTG. TEMPLATE
SUPPLIED WITH POLE OR IN
ADVANCE.
POLE BASE INCLUDES 3"-16
TAPPED HOLE FOR GROUND
CONNECTOR
N
NOTE: TWO PIECE
COLLAR NOT SHOWN
3" TO 5" TAPERED ALUM. POLE
W/HINGED BASE, (1308HR) BY
BEGA
r -- -----
NOTE: ADEQUATE DRAINAGE MUST
BE PROVIDED IN CONCRETE
FOUNDATION OR GROUT.
MAXIMUM EPA AT VARIOUS MPH, ALLOWS FOR 1.3 GUST FACTOR"
POLE NO.
MPH-
70
80
90
100
120
1308HR
EPA-
15.6
11.5
8.7
6.7
4.4
*PER AASHTO 1994 WIND MAP
NOTE: DATA ABOVE ASSUMES GRADE LEVEL INSTALLATION AND
A MAXIMUM LUMINAIRE WEIGHT OF 50 LBS.
CAUTION: RAISING OR LOWERING OF THE POLE REQUIRES
ADEQUATE PREPARATION. DO NOT UNDER ESTIMATE THE
FORCE REQUIRED TO RAISE OR LOWER POLES WITH
HEAVY LUMINAIRES AT THE TOP.
NOTE: THE ELEVATION OF THE TOP OF THE
POLE FOOTINGS ARE TO BE REVIEWED
WITH THE CLIENT IN THE FIELD.
TWO PIECE CAST COLLAR
W
2
LLI
07
Q
m
_K2
(4) 3/4" I.D. x 1 1/2 (n.
FLAT WASHERS
(4) 3/4"-10 LEVELING NUTS
(4) 3/4"-10 x 17" LG.
ANCHOR BOLTS
GROUT
12 8" DIA. ROUND
ESCUTCHEON,
•
I�IIII�
Hill
•
II
�'
��
•
•
IIIII�
II
IIII�
.
1 '-6"
OF
m
XFINISHGRADE
14" DIA.
' V SONOTUBE BASE
d.
BOLTS SUPPLIED BY MFR.
d
CONTEMPORARY LIGHT POLE MOUNTING DETAIL
DETAIL NTS
COMPACTED SUBGRADE
95% STANDARD PROCTOR DENSITY
M
00
STABILIZED GRASS PAVING
DETAIL NTS
SOD - REF. PLANS
FILL JOINTS WITH
A MIXTURE OF 75%
CLEAN, SHARP SAND WITH
25% PEAT
CONCRETE MAT BY
SOILRETENTION.COM
3" OF A MIXTURE OF 75%
CLEAN, SHARP SAND WITH
25% PEAT
8" CLASS 7
COMPACT SUB -GRADE TO
95% MODIFIED PROCTOR
0.1 C)PF
5:1 SLOPE
LIGHT POLE BASE IN SLOPE
DETAIL NTS
BEGA 68053
ROUND ESCUTCHEON
GROUND ROD IS COPPER
4" X 8'-0" - TOP IS TO
BE AT A MINIMUM
12" BELOW GRADE
NOTE TO CONTRACTOR:
WORK PERFORMED IN
ACCORDANCE WITH DETAIL 3 FOR
CROSSWALK LIGHT TO BE PAID
FOR UNDER BID SCHEDULE 3,
ITEM 3-3
it
z -
W
0
LLI
co
W
z
10
2'-0"
SECTION
GROU
D LUG
GROU
BASE
AFTE
POLE IS SET
ANDL
VEILED
ANCHOR BOLTS PER POLE
MANUFACTURER'S
REQUIREMENTS WITH
LEVELING NUTS ABOVE AND
BELOW BASE PLATE
REINFORCE WITH 846
VERTICAL BARS AND #3
TIES AT 12" O.C.
(TOP 3 TIES AT 6" O.C.)
ELECTRICAL CONDUIT
WITH GROUND PER N.E.C.
1" MINIMUM WITH GROUND
co
COMPACTED SUBGRADE
95% MODIFIED PROCTOR
DENSITY
CONCRETE BELOW
�CONCRETE AT SURFACE
9.5" BOLT CIRCLE
BASE PLATE OF FIXTURE
10 1/2"
AI 0 nl
USE
MANUFACTURER'S
TEMPLATE
CROSSWALK LIGHT
N.T.S.
NORTH
20 10 0 20 40
SCALE
W
H
0
a
O
V
z
W
O
J
W
W
■
MDCI
DEVELOPMENT
CONSULTANTS
INCORPORATED
2200 N. RODNEY PARHAM ROAD
SUITE 220
LITTLE ROCK, AR 72212
501-221-7880
OPYRIGHT:
2022
ill =20'
DATE:
03-18-2022
N
N
0
N
0
0
0
z
co w
z p
O 0
w Q
W
O
H
m
a
a
W
a
aQ
o�
z
O�
WQ
Y LLI
aJ
J_
m >
O�
NW
aQ
u_
J
a
W
CD
J
19-181
C8m021
DocuSign Envelope ID: 7BACCA17-B73F-4B7C-9AOE-5FD29087D733
REMOVE MH RING & COVER, -
CONE AND/OR BARREL TO A
MIN. OF 2'-0" BELOW EXISTING
GRADE ELEVATION.
FILL MANHOLE WITH
CLASS I BEDDING
MATERIAL
ABANDONED
(E) SS
GRADE
• tom'• �i'• t • • • • • • ' ' •
ABANDONED
(E) SS
BACKFILL, REPAVE or RESURFACE
BACKFILL ABANDONMENT IN PAVED AREAS, AND
PERFORM PAVEMENT REPAIR AS PER STANDARD
SPECIFICATIONS APPROPRIATE DETAIL.
BACKFILL ABANDONMENT IN NONPAVED AREAS WITH
SELECT NATIVE MATERIAL, AND RESURFACE WITH
GRADES [APPROPRIATE MATERIALS. GRADE
�h ff M,
m �Grt
EXISTING MANHOLE
ABANDONMENT DETAIL
ABANDONED
(E) SS
ftCITY OF TITLE: SEWER DETAILS MAY°25, 2017
FAYETTEVILLE ENGINEERING DIVISION DESCRIPTION: SHEET:
113 W. MOUNTAIN STREET
ARKANSAS MANHOLE ABANDONMENT S13-
PHONE (479)-8200 FAX NO. (479) 575 9202
VARIES WITH MANHOLE ADJUSTMENT DEPTH Do
IF WHEN RAISING RING & COVER
TO GRADE, NECK IS GREATER THAN 18":
RAISE CORBEL/CONE
NEW
STANDARD MH STREET
RING & COVER GRADE
(REQUIRED).
IN STREET:
• USE CLASS 7
FOR BACKFILL
NATIVE BACKFILL
WHEN CONNECTING NEW
CONE TO EXISTING MH,
USE COLD JOINT MATERIAL.
EXISTING
MANHOLE
USE TWO ROWS EZ-STIK JOINT
SEALANT, OR APPROVED
EQUAL (REQUIRED).
WRAP RING EXTENSIONS
WITH 6-INCH WIDE BUTYL
WRAP OR TROWELABLE
BUTYL MASTIC.
EZ-STIK j
(REQUIRED)
ADJUST BARREL
ELEVATION
EXISTING
CONE
STANDARD MH RING
& COVER(REQUIRED).
NEW
GROUND
ELEVATION
EXISTING
GRADE
USE JOINT WRAP
ON OUTSIDE WHEN
RAISING CORBEL.
RISER RINGS
• �LSEALANT v TWO ROWS OF %2' X 3/" P-201
(REQUIRED) (OR APPROVED EQUAL) BEAD
• BETWEEN RISER RINGS
(REQUIRED). SEALANT SHALL BE
RISER RING DETAIL MANHOLE WALL ADEKA P-201 or
MANUS-BOND 75AM
TYPICAL MANHOLE
ADJUST TO GRADE DETAIL
ftCITY OF TITLE: SEWER DETAILS �°z5 2017
FAYETTEVILLE ENGINEERING DIVISION DESCRIPTION: SHEET:
113 W. MOUNTAIN STREET
ARKANSAS MANHOLE ADJUST TO GRADE si
PHONE(479,5 82F6 NO (479)575$ 2
EXISTING SEWER LINE
TO BE REMOVED
cJ
G
LINE
1. EXPOSE EXISTING LINE AND PHYSICALLY DISCONNECT THE LINE SEGMENT TO BE REMOVED. (REQUIRED)
2. FILL REMAINING SEWER PIPE TO BE SEALED WITH CONCRETE AND REINFORCEMENT. (REQUIRED)
3. CONSTRUCT A CONCRETE CAP AROUND PIPE CONNECTED TO EXISTING MANHOLE. (REQUIRED)
4. IF THE MANHOLE IS LOCATED IN A PAVED AREA, BACKFILL THE EXCAVATED AREA AND PERFORM
PAVEMENT REPAIR. (REQUIRED)
5. IF THE MANHOLE IS LOCATED IN A NON -PAVED AREA, BACKFILL THE EXCAVATED AREA WITH SELECT
NATIVE MATERIAL, AND RESURFACE WITH THE APPROPRIATE MATERIALS. (REQUIRED)
SEWER LINE
DISCONNECT & SEAL DETAIL
MCITY OF TITLE: SEWER DETAILS MAYDZ5Za17
FAYETTEVILLE ENGINEERING DIVISION DESCRIPTION: SHEET:
113 W. MOUNTAIN STREET
ARKANSAS SEWER LINE DISCONNECT AND SEAL10 S14
PHONE. 479)57 206 FAX N0:(479)575-8202
7/8"
5/8"
T
CLOSED PICK
SLOT DETAIL
CLOSED PICK SLOT
f �ivvvv♦
ALL CASTINGS SHALL BE "MADE IN USA"
1. MINIMUM WEIGHT OF RING: 100 POUNDS
2. MINIMUM WEIGHT OF COVER: 110 POUNDS
3. COVERS ARE FURNISHED WITH TWO CLOSED PICK SLOTS.
4. CASTINGS SHALL BE "MADE IN USA"
27-1 /8"
" DIMENSIONAL TOLERANCES N
SHALL NOT EXCEED NON -ROCKING OR
1/16 INCH PER FOOT MACHINED SURFACE
6"±1/4"
24" Opening
32"±1/2" —
FRAME AND COVER DETAIL
M
RAIN CATCHER
WITH 1" WOVEN STRAP
WHERE SPECIFIED
CITY OF TITLE: SEWER DETAILS DATE: 2017
FAYETTEVILLE ENGINEERING DIVISION DESCRIPTION: SHEET:
113 W. MOUNTAIN STREET
ARKANSAS MANHOLE FRAME AND COVER
PHONE (479)57 209 FAX NO 470 575 8202 S 6
U SIDEWALK
NATURAL GRADE
2%
VARIES —_
NEW CURB ON WEST SIDE OF RAZORBACK
ROAD
-I I I -I I I
7" THICK
CONCRETE CURB
AND GUTTER AND
5" PCC BASE WITH
6" X 12" 8 GAUGE
(min.) WWF
NEW ACHM PAVING SECTION WIDTH
VARIES
MATCH EXISTING SLOPE
2% MINIMUM
SAWCUT EXISTING ASPHALT TO
PROVIDE CLEAN EDGE
2" ASPHALT SURFACE
COURSE
10" PCC BASE
WITH 6" X12" 8
GAUGE ( min.)
WWF 11
TYPICAL SECTION RAZORBACK ROAD
N.T.S.
EXISTING
ROADWAY
TO REMAIN
t���1V141111�1!l1 �7�1
?z_' DEVELOPHIENT
CONSULTANTS =�-
=Cra INC. -
- :
NO-128
Grp'
'1 j11�IIC114i4iLil,t
XOMFEER
No.14042
W
O
O
0
Z
Z
W
O
J
W
W
■
00cl
DEVELOPMENT
CONSULTANTS
INCORPORATED
2200 N. RODNEY PARHAM ROAD
SUITE 220
LITTLE ROCK, AR 72212
501-221-7880
)PYRIGHT:
2020
;ALE:
1"=20'
\TE:
03-18-2022
N
CV
O
N
0
0
0
z Lu
O 0
In
L) Q
w
o_
N
O
O
m
Q
It
a
Q
m
O
Q a
co
z
Q
� Y
N a
w
J
r �
>
W
w
2 U-
LL
w
J
6j
J
I-
Lu
Lu
o W
J
Q
0
Lu
F5
li
Lu
Lu
cn
Q
H
Q
cn
21-108
FOR CONSTRUCTION
C9m04
DocuSign Envelop
\CCA17-B73F-4B7C-9AOE-5FD29087D733
c)
X
co
m
r
D
z
D
z
�
z
c�
® 1
7 PL.1
7 PL.1
--------
Ir O I
I
HWY 1121 RAZORBACK ROAD
------------------------------
----------------------
__-----------
CONC. WALK r
CONC WALK
O_r----------
T�T
S
oq
®
HASPHALT,)o
zo
CONCA
WMNN�
PAVERS
0
0
PAVERS m
CONC. WALK
LIGHTING ELECTRICAL PLAN -
SCALE 1 /8" = 1'-0"
3
NORTH
LIGHTING ELECTRICAL PLAN AREA 2
SCALE 1 "=20'
NORTH
HWY 112 / RAZORBACK ROAD
CONC. WALK
PLA
ASPHALT
O
0
°v�yo'�, to
�\ ,, Bernhard'��
w TME, LLC o = PF
v No.2790 =
''RKA NSN
\
\
\
Off f QY122
ASPHALT
• SPHALT
N 2 3
N w ---,
� N i ■ j
P1i.1 0 �---
N 6' SIDEWALK 7 PL.1
z
■
BernhardIm
■
Fnglneerinr D E V E L O P M E N T
CONSULTANTS
INCORPORATED
3714 N. BUSINESS DR. 1 2200 N. RODNEY PARHAM ROAD
FAYETTEVILLE, AR 72703 LITTLE 1 SUITE ROCK, AR 72212
Phone: (479) 521-8634 501-221-7580
COPYRIGHT:
Fax: (479) 521-1014 W 1 2022
Bernhard.com Z SCALE:
04-21-0012 1 As Indicated
DATE:
1 6-04-2021
m
o <■
5 O
®, 2
ASPHALT o —�
C) CONC
QUAZITE El
o
Box
ARP I I
I
O
z
--------------
CONC. WALK \
PAVERS
n
❑ ❑ ^ ❑ ❑ 0 z
CONC. WALK
LIGHTING ELECTRICAL PLAN - AREA 1 GENERAL NOTES: KEYED NOTES:
1 SCALE 1 "=20' w 1. REFER TO SHEET C8.01 FOR LIGHT POLES, FIXTURE TYPES, AND 1. CIRCUIT TO EXISTING LIGHTING CONTACTOR, REFER TO VIEW 3 ON THIS
NORTH EXACT LOCATIONS. SHEET FOR LOCATION. REFER TO E1.03 FOR DETAILS.
2. REFER TO SHEET E1.01 FOR SYMBOLS, GENERAL NOTES, AND 2. CONTINUED ON 1/E1.02.
SPECIFICATIONS.
1 3. CONTINUED ON 2/E1.02.
4 CIRCUIT LIGHT POLES WITH 1"C 2 #4 1 #4G ENTIRE CIRCUIT
() ,()
COORDINATE PATH WITH C8.01 (TYPICAL ALL CIRCUITRY ON SHEET).
BID INSTRUCTIONS:
5. ROUTE ACROSS STREET THROUGH J-BOXES AND 4" LIGHTING SLEEVE,
LIGHTING INFRASTRUCTURE - BID SCHEDULE ITEM 3-3 REFER TO SHEET C8.01 FOR CONDUIT PATH AND ADDITIONAL
INFORMATION.
10 PROVIDE AND INSTALL 1" CONDUIT, (2) #4, (1) #4G FROM LIGHTING CONTACTOR TO NEW
CROSSWALK POLE LIGHT 'PL.2'. ROUTE CONDUIT AS INDICATED SO THAT CONDUIT PASSES 6. EXISTING PANELBOARDS AND LIGHTING CONTACTOR IN LOT 46E TO
EACH PROPOSED POLE LIGHT. COORDINATE EXACT PATH AND LOCATION OF POLES WITH CIVIL. REMAIN. REFER TO DETAILS 1 AND 2 ON E1.03 FOR ADDITIONAL
INFORMATION.
20 PROVIDE AND INSTALL 1" CONDUIT WITH PULL STRING BETWEEN EACH POLE LIGHT LOCATION
AS SHOWN FOR USE DURING FUTURE WORK. COORDINATE EXACT ROUTE AND LOCATIONS 7. LOCATION OF NEW LIGHT POLE. REFER TO CIVIL SHEET C8.01 FOR
WITH CIVIL. ACE
CT LOCATIONS. MAKE ALL FINAL CONNEC O S R A COMPLETE
OPERA I N YS EM. INSTALLATION OF'PL.1' FIXTURES TO BE
LIGHTING - BID SCHEDULE ITEM 3-4 UDED IN "LIGHTING -BID SCHEDULE ITEM 3-4."
O3 PROVIDE AND INSTALL (2) #4, (1) #4G CONDUCTORS TO POLE LIGHTS IN 1" CONDUIT (INSTALLED 8. LOCATION OF NEW JUNCTION BOX, VERIFY LOCATION WITH CIVIL SHEET
AS PART OF DEDUCT NOTES #1 AND #2). MAKE ALL FINAL CONNECTIONS FOR A FULLY C8.01.
OPERATIONAL SYSTEM.
9. ROUTE LIGHTING CIRCUIT ACROSS STREET THROUGH 3" LIGHTING
SLEEVE. REFER TO SHEET C8.01 FOR CONDUIT PATH AND ADDITIONAL
NFORMATION.
t'INST:ALLED
LOCON OF NEW LITE POLE. REFER TO CIVIL SHEET C8.01 FOR EXACT
LOCONS. MAKE ALL FINAL CONNECTIONS FOR A COMPLETE AND
OPEIONAL SYSTEM. INSTALLATION OF'PL.2'FIXTURE TO BE
IN "LIGHTING INFRASTRUCTURE -BID SCHEDULE ITEM 3-3."
O
V Tr
�HHHf}
KEY PLAN
NORTH
N
O
N
O
It
0
,
D
0
z
�
zw
o
�o
1
>¢
W
w
JI
=1
al
�
w
1
immimmilim
1
�
O
N�
Ii
O
K1
v
DI
o �
z
OI
C1
■
20 10 0 20 40
SCALE
Z
W
O
J
W
W
N
O
0
U)
0
Q
M
W
Z
J
Q
a
a
J
Q
0
_U
Q
O
V
N
Lu
J
t>
Y
W
�
m
a
w
J
z
Z
O
N�
w
2
u-
J
PROJECT NO:
19-181
SHEET NO:
El m02
DocuSign Envelope ID: 7BACCA17-B73F-4B7C-9AOE-5FD29087D733
ITEM SP-10
LIGHTING INFRASTRUCTURE AND LIGHTING
DESCRIPTION
SP-10-1.1 This section covers all work required for the instillation of lighting and electrical run in
place in accordance with the locations and details indicated in the Plans, specifically Sheets C8.01-C8.02
and E1.01-E1.03. The work will be split into Lighting Infrastructure (Bid Item 3-3) and Lighting (Bid
Item 3-4) as shown on the Plans such that Bid Item 3-4 can serve as a deductive alternate (Deductive
Alternate #1).
STANDARDS
SP-10-2.1 Work completed under this item shall be in accordance with details and specifications on
the above listed sheets.
METHOD OF MEASUREMENT
SP-10-3.1 Completed and accepted lighting shall be measured as a lump sum.
BASIS OF PAYMENT
SP-10-4.1 Work completed and accepted under this section and measured as provided above will be
paid for at the Contract Unit Price per Lump Sum (LS), which price shall be full compensation for
installing the items per the plans; for all materials, equipment, tools, electrical instillation, conduits,
sleeving, labor and incidentals necessary to complete the work.
Payment will be split as noted on the plan sheets and made under:
Item 3-3 Lighting Infrastructure (LS)
Item 3-4 Lighting (LS)
Note to Lighting Contractors: Please Note the lighting fixture on Plan Sheet C8.03, Mosque
Improvements to be included with that Special Provision (SP-11) and Basis of Payment.
END OF SECTION SP-10
SP-10 Lighting SP-10-1
Razorback Rd. Impvts.
DocuSign Envelope ID: 7BACCA17-B73F-4B7C-9AOE-5FD29087D733
Standard Street and Drainage Specifications
108.18 No Waiver of Legal Rights. Final acceptance according to Subsection 109.15(b)
"Final Acceptance" shall not preclude the City from correcting any measurement, estimate,
or certificate made before or after completion of the work, nor shall the City be precluded
from recovering from the Contractor or the Surety, or both, such overpayment as it may
sustain, or by failure on the part of the Contractor to fulfill obligations under the Contract. A
waiver on the part of the City of any breach of any part of the Contract shall not be held to be
a waiver of any other or subsequent breach.
The Contractor, without prejudice to the terms of the Contract, shall be liable to the City for
any or all of the following: fraud or such gross mistakes as may amount to fraud, the City's
rights under any warranty or guaranty, or any latent defects in the work.
Section 109. Prosecution and Progress
109.01 Subletting of Contract.
If the Bidder intends to sublet any
portion of the Work, the Bidder shall furnish a list of subcontractors as a material part of his
sealed proposal on the form provided, listing the description of work to be performed by each
subcontractor. The experience, past performance, and ability of each proposed Subcontractor
will be considered in the evaluation of bids. Upon request, the bidder shall furnish experience
statements, with reference to any requested Subcontractor, prior to Notice of Award. If there
being no objection in writing by the Owner to the listed subcontractors prior to the award of
the Contract, the subcontractors will be deemed acceptable to the Owner. If bidder does not
intend to sublet any part of the work, he shall insert the word "NONE" on the form provided.
The Contractor shall not sublet, sell, transfer, assign, or otherwise dispose of the contract or
any portion thereof, of his right, title, or interest therein, without prior written consent of the
Owner and of the surety. The Contractor shall not remove and/or substitute the listed
subcontractors without prior written consent of the Owner.
Consent to sublet, assign, or otherwise dispose of any portion of the contract shall not be
construed to relieve the Contractor of his liability under the contract and bonds.
No
subcontractor shall further subcontract any portion of the work without the written consent of
the Contractor and acknowledgement of the Owner.
The Owner will not recognize any subcontractor on the Work as a party to the contract.
Nothing contained in any subcontract shall create any contractual relation between the
subcontractor and the Owner. The Contractor will be held responsible for the progress of the
subletted work in accordance with the contract progress required.
109.02 Prosecution and Progress. Contractor shall be responsible for planning,
scheduling and reporting the progress of the work to ensure timely completion of the
ST-41
DocuSign Envelope ID: 14BCA7E2-A012-4EF3-BF7E-294B35FE4844
DOCUMENT 0400-BID FORM
Contract Name: Razorback Rd. Impvts.
Bid Number:
BID TO:
Owner: The City of Fayetteville, Arkansas
113 West Mountain Street
Fayetteville, Arkansas 72701
BID FROM:
Bidder: Flintco LLC
184 Fantinel Blvd.
Springdale AR 72762
ARTICLE I- 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 for the Bid
price and within the Bid time indicated in this Bid and in accordance with the other
terms and conditions of the Contract Documents.
ARTICLE 2- TERMS AND CONDITIONS
2.01 Bidder accepts all of the terms and conditions of the Invitation to Bid and
Instructions to Bidders, including without limitation those dealing with the
disposition of Bid security. This Bid will remain subject to acceptance for 90 days
after the day of Bid opening. Bidder will sign and deliver the required number of
counterparts of the Agreement with the Bonds and other documents required by the
Bidding Requirements within 15 days after the date of Owner's Notice of Award.
0400-Bid Form 00400-1
DocuSign Envelope ID: 14BCA7E2-A012-4EF3-BF7E-294B35FE4844
DOCUMENT 0400-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
Addendum #1 4/4/22
B. Bidder has visited the Site and become familiar with and is satisfied as to the
general, local, and Site conditions that may affect cost, progress,
performance, and furnishing of the Work.
C. Bidder is familiar with and is satisfied as to all federal, state, and local Laws
and Regulations that may affect cost, progress, performance, and furnishing
of the Work.
D. Bidder has carefully studied all: (1) reports of explorations and tests of
subsurface conditions at or contiguous to the Site and all drawings of
physical conditions in or relating to existing surface or subsurface structures
at or contiguous to the Site; and (2) reports and drawings of a Hazardous
Environmental Condition, if any, at the Site. Bidder acknowledges that such
reports and drawings are not Contract Documents and may not be complete
for Bidder's purposes. Bidder acknowledges that Owner and Engineer do
not assume responsibility for the accuracy or completeness of information
and data shown or indicated in the Bid Documents with respect to
Underground Facilities at or contiguous to the Site.
E. Bidder has obtained and carefully studied (or assumes responsibility for
having done so) all such additional or supplementary examinations,
0400-Bid Form - 00400-2
DocuSign Envelope ID: 14BCA7E2-A012-4EF3-BF7E-294B35FE4844
DOCUMENT 0400-BID FORM (continued)
investigations, explorations, tests, studies, and data concerning conditions
(surface, subsurface, and Underground Facilities) at or contiguous to the Site
or otherwise which may affect cost, progress, performance, or furnishing of
the Work or which relate to any aspect of the means, methods, techniques,
sequences, and procedures of construction to be employed by Bidder and
safety precautions and programs incident thereto.
Bidder does not consider that any additional examinations, investigations,
explorations, tests, studies, or data are necessary for the determination of this
Bid for performing and furnishing of the Work in accordance with the times,
price, and other terms and conditions of the Contract Documents.
G. Bidder is aware of the general nature of work to be performed by Owner and
others at the Site that relates to Work for which this Bid is submitted as
indicated in the Contract Documents.
H. Bidder has correlated the information known to Bidder, information and
observations obtained from visits to the Site, reports, and drawings identified
in the Contract Documents, and all additional examinations, investigations,
explorations, tests, studies, and data with the Contract Documents.
Bidder has given Engineer written notice of all conflicts, errors, ambiguities,
or discrepancies that Bidder has discovered in the Contract Documents, and
the written resolution thereof by Engineer is acceptable to Bidder.
The Contract Documents are generally sufficient to indicate and convey
understanding of all terms and conditions for performing and furnishing the
Work for which this Bid is submitted.
K. This Bid is genuine and not made in the interest of or on behalf of any
undisclosed person, firm, or corporation and is not submitted in conformity
with any agreement or rules of any group, association, organization, or
corporation; Bidder has not directly or indirectly induced or solicited any
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
0400-Bid Form - 00400-3
DocuSign Envelope ID: 14BCA7E2-A012-4EF3-BF7E-294B35FE4844
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 with 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 award 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
plus 25%, 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 25%, all bids shall be rejected
and become confidential.
In no case shall the amount bid for the item of "mobilization" exceed 5% of
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 Form 00400-4
DocuSign Envelope ID: 14BCA7E2-A012-4EF3-BF7E-294B35FE4844
DOCUMENT 0400-BID FORM (continued)
Refer to the City's electronic bidding portal to submit bid pricing
0400-Bid Form 00400-5
DocuSign Envelope ID: 14BCA7E2-A012-4EF3-BF7E-294B35FE4844
DOCUMENT 0400-BID FORM (continued)
Refer to the City's electronic bidding portal to submit bid pricing
0400-Bid Form 00400-6
DocuSign Envelope ID: 14BCA7E2-A012-4EF3-BF7E-294B35FE4844
DOCUMENT 0400-BID FORM (continued)
Refer to the City's electronic bidding portal to submit bid pricing
0400-Bid Form 00400-7
DocuSign Envelope ID: 14BCA7E2-A012-4EF3-BF7E-294B35FE4844
DOCUMENT 0400-BID FORM (continued)
The City intends to award to the lowest responsive responsible bidder based on the evaluation of the
sum of Total Amount.
ARTICLE 5- CONTRACT TIMES
5.01 Bidder agrees that the Work will be substantially completed and completed and ready
for final payment within the number of calendar days indicated in the Agreement.
5.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event
of failure to complete the Work within the times specified in the Agreement.
0400-Bid Form 00400-8
DocuSign Envelope ID: 14BCA7E2-A012-4EF3-BF7E-294B35FE4844
ARTICLE 6- BID CONTENT
6.01 The following documents are attached to and made a condition of this Bid:
A. Required Bid security in the form of a cashier's check from a bank located in the
State of Arkansas or aljid Bon 'n the amount of
N/A Dollars ($ N/A
B. A tabulation of Subcontractors and other persons and organizations required
to be identified in this Bid.
ARTICLE 7- COMMUNICATIONS
7.01 Communications concerning this Bid shall be addressed to the Bidder as follows:
Flintco LLC
184 Fantinel Blvd
Springdale, AR
Email tricia.shaw@flintco.com
Phone No. 479-445-2841
Fax No. N/A
ARTICLE 8- TERMINOLOGY
8.01 The terms used in this Bid which are defined in the GENERAL CONDITIONS or
Instructions to Bidders will have the meanings assigned to them.
SUBMITTED on April 12 20 22
Arkansas State Contractor License No. 1976870622
If Bidder is:
An Individual
Name (type or printed):
By:
Doing business as:
Business address:
Phone No:
Email Address:
0400-Bid Form
(Individual's Signature)
Fax No.
DocuSign Envelope ID: 14BCA7E2-A012-4EF3-BF7E-294B35FE4844
DOCUMENT 0400-BID FORM (continued)
A Partnership
Partnership Name
By:
(SEAL)
(Signature of general partner -attach evidence of authority to sign)
Name (type or printed):
Business address:
Phone No:
Email Address:
A Corporation or LLC
Fax No.
Corporation Name : Flintco LLC (SEAL)
State of Incorporation: Oklahoma
Ty�6 gXA,Business, Professional, Service, Limited Liability): Limited Liability
(Signature of general partner -attach evidence of authority to sign)
Name (type or printed): Brent Farmer
Title: Vice President
I1
(CORPORATE SEAL)
(Signature of Corporate Secretary)
Business address: 184 Fantinel Blvd.
Springdale, AR 72762
Phone No: 4 7 9- 7 5 0- 4 5 6 5 Fax No.
Email Address: bfarmer@flintco.com
END OF DOCUMENT 00400
0400-Bid Form 00400-10
DocuSign Envelope ID: 7647772B-88D6-4365-AD78-B507A309A5BF
Rev. 2-21-02
Rev. 3-6-08
Rev.11-20-08
Rev.1-14-15
Rev.12-13-16 Page 1 of 7
Rev.10-16-19 CITY OF FAYETTEVILLE
SPECIAL PROVISION
JOB 040864
GOALS FOR DISADVANTAGED BUSINESS ENTERPRISE PARTICIPATION
A Disadvantaged Business Enterprise (DBE) goal of 10.00% has been established for this
contract. Therefore, the provisions of subsection 103.08 of the Standard Specifications for
Highway Construction, Edition of 2014, as revised, apply.
Requirements of Subsection 103.08 apply to successful bidders that are certified by the
Department as a DBE. The Prime Contractor must meet the DBE goal. If the Prime Contractor is
a Department certified DBE, then the work the Prime Contractor performs with its own forces, as
well as work committed to be performed by DBE subcontractors and suppliers will count toward
the goal. Therefore, DBE bidders should list work to be performed with its own forces on the DBE
Participation form, along with DBE subcontractors to be utilized in achieving the goal.
All payments made to DBE Contractors, suppliers, manufacturers, and/or non -construction
service firms must be reported by the Prime Contractor. This includes all payments made to DBE
firms utilized in achieving the project goal and DBE firms that perform work that is not listed in
the Disadvantaged Business Enterprise Participation form submitted with the executed Contract.
As required by Subsection 103.08(h), the Prime Contractor must use the appropriate DBE
Payment Log form included in this Special Provision during the progress of the Contract. Listed
below are the instructions on when each form is required to be submitted.
• The Prime DBE Payment Log (page 4) must be submitted by the Prime Contractor when
he/she is a certified DBE Contractor and work was performed by their own forces or money
was earned by the DBE Prime Contractor for work performed by a Subcontractor during
the estimate period.
• The DBE Subcontractor Payment Log (page 3) must be submitted by the Prime Contractor
when a Subcontractor is a certified DBE Contractor and work was performed by a
Subcontractor or money was earned by a Subcontractor for work performed by a Second -
tier Subcontractor during the estimate period.
• The 2nd Tier DBE Payment Log (page 5) must be submitted by the Prime Contractor when
a 2nd Tier Subcontractor is a certified DBE Contractor and work was performed by a 2nd
Tier Subcontractor during the estimate period.
• The 2nd Tier DBE Payment Log (page 5) must be submitted by the Prime Contractor when
payments are made to a Department Certified DBE supplier, manufacturer, and/or non -
construction service firm by the Prime Contractor or any Subcontractor or 2nd Tier
Subcontractor during the estimate period.
DocuSign Envelope ID: 7647772B-88D6-4365-AD78-B507A309A5BF
Rev. 2-21-02
Rev. 3-6-08
Rev.11-20-08
Rev.1-14-15
Rev.12-13-16 Page 2 of 7
Rev.10-16-19 CITY OF FAYETTEVILLE
SPECIAL PROVISION
JOB 040864
GOALS FOR DISADVANTAGED BUSINESS ENTERPRISE PARTICIPATION
A separate DBE Payment Log form is required for each DBE firm receiving payments for
work completed or services provided during each estimate period. The DBE Payment Log forms,
along with instructions for their use, are available on the Department's website at:
• http://ardot.izov/Construc/DBE_Loa.xls
All certifications of payments must be received by the Resident Engineer within thirty-five
(35) calendar days following the end of each estimate period. Facsimile or scanned copies of the
completed original payment log forms are acceptable to fulfill this requirement.
Upon completion of the contract, a final certificate of payments to all DBE firms -- page 6
of this Special Provision -- is required by Subsection 103.08 (h). The final amount paid to each
DBE firm shall match the total to date reported on the last DBE payment log submitted for each
firm. If necessary, an additional DBE payment log shall be submitted with the certificate of
payment itemizing all payments made to DBE firms since the last estimate period. A signed,
original of the Final Certificate of Payment must be furnished to the Resident Engineer.
er.
DocuSign Envelope ID: 7647772B-88D6-4365-AD78-B507A309A5BF
Rev. 12-13-16
Rev.10-16-19
CITY OF FAYETTEVILLE
DBE Subcontractor Payment Log
Job Number Prime Contractor
Estimate No.
DBE Subcontractor
Estimate Ending Date Date Payment Made to DBE
Page 3 of 7
Item Code*
Item Description
Subcontract
Unit Price
2nd Tier
Unit Price
Quantity
Value Earned
By
Subcontractor
* Item Codes for pay items are shown Total This Estimate
on the estimate voucher
Retainage Withheld This Estimate
DBE Payment Log must be received Net Total This Estimate
within 35 calendar days of the ending % Retainage Previous Total
date of the estimate. Total To Date
The Prime Contractor certifies that the payment listed has been made to the DBE Subcontractor and that
the documentation of this payment is available for inspection upon request.
Authorized Signature Title
Typed or Printed Name Date
Department
Use Only Received Verified
By By
Date Date RE Initials
DocuSign Envelope ID: 7647772B-88D6-4365-AD78-B507A309A5BF
Rev.12-13-16
Rev. 10-16-19
Page 4 of 7
Job Number
Estimate No.
Estimate Ending Date
CITY OF FAYETTEVILLE
DBE Prime Contractor Payment Log
DBE Prime Contractor
Item Code*
Item Description
Contract
Unit Price
Sub Unit
Price
Quantity
Value Earned
By
DBE Prime
* Item Codes for pay items are shown Total This Estimate
on the estimate voucher
Previous Total
DBE Payment Log must be received Total To Date
within 35 calendar days of the ending
date of the estimate.
The Prime Contractor certifies that the information shown above is correct and represents the value
earned by the DBE Prime Contractor during the above estimate period.
Authorized Signature Title
Typed or Printed Name Date
Department
Use Only Received Verified
By By
Date Date RE Initials
DocuSign Envelope ID: 7647772B-88D6-4365-AD78-B507A309A5BF
Rev.12-13-16
Rev. 10-16-19
Page 5 of 7
Job Number
Estimate No.
Estimate Ending Date
CITY OF FAYETTEVILLE
DBE 2nd Tier Payment Log
Prime Contractor
Subcontractor
DBE 2nd Tier Subcontractor
Date Payment Made to DBE
Item Code*
Item Description
2nd Tier
Unit Price
Quantity
Value Earned by
2"d Tier
* Item Codes for pay items are shown Total This Estimate
on the estimate voucher
Retainage Withheld This Estimate
DBE Payment Log must be received Net Total This Estimate
within 35 calendar days of the ending % Retainage Previous Total
date of the estimate. Total To Date
The Prime Contractor certifies that the payment listed has been made to the DBE 2nd Tier Subcontractor
and that the documentation of this payment is available for inspection upon request.
Authorized Signature Title
Typed or Printed Name Date
Department
Use Only Received Verified
By By
Date Date RE Initials
DocuSign Envelope ID: 7647772B-88D6-4365-AD78-B507A309A5BF
Rev.12-13-16 Page 6 of 7
Rev. 10-16-19
CITY OF FAYETTEVILLE
CERTIFICATE OF PAYMENT
JOB F.A.P.
JOB NAME
ORIGINAL CONTRACT AMOUNT $ DBE GOAL
(Contract Commitment)
DBE CONTRACT GOAL 10.00%
FINAL PAYMENT TO DBEs
The undersigned Contractor on the above mentioned project hereby certifies that the following amount(s) were paid
to:
DBE Subcontractor(s) Amount Paid
S
S
S
S
S
Total Paid to DBEs
Only payments related to work, services, or material actually provided by DBE firms should be shown. Payments
under second tier subcontracts from DBE firms to non -DBE firms should not be included. DBE prime
Contractors should include the value of work performed by its own forces.
Contractor:
Signature:
Typed or Printed Name:
Title:
Date:
THIS "CERTIFICATE OF PAYMENT" IS TO BE SUBMITTED TO THE RESIDENT ENGINEER PRIOR TO
PROJECT ACCEPTANCE.
* If goal not met, brief explanation:
DocuSign Envelope ID: 7647772B-88D6-4365-AD78-B507A309A5BF
Rev.12-13-16
Rev.10-16-19
Page 7 of 7
CITY OF FAYETTEVILLE
CERTIFICATION TO SUBMIT DBE PARTICIPATION
JOB 040864
FAILURE TO COMPLY WITH ONE OF THE FOLLOWING SHALL RENDER THIS
BID NONRESPONSIVE AND NOT ELIGIBLE FOR AWARD CONSIDERATION
(1) SUBMITTAL OF REQUIRED DBE PARTICIPATION INFORMATION,
(2) SUBMITTAL OF DOCUMENTATION OF GOOD FAITH EFFORTS, OR
(3) SUBMITTAL OF THE CERTIFICATION TO SUBMIT DBE PARTICIPATION
By submitting a proposal, the undersigned bidder irrevocably certifies that an amount equal to or
greater than the Disadvantaged Business Enterprise (DBE) Goal of 10.00% established for this
project will be performed by certified Disadvantaged Business Enterprise firms and the required
DBE participation information will be submitted within 5 calendar days of the date of the bid
opening.
Within five (5) calendar days of the date of the bid letting, all bidders shall furnish the required
DBE Participation information to the Owner on the forms provided to be considered a responsive
bid. If a conditional award has been made and the successful bidder has not furnished the
required information, the proposal will be rejected and their proposal guaranty forfeited. The
proposal guaranty shall become property of the Owner, not as a penalty, but in liquidation of
damages, sustained to the DBE Program. Award may then be made to the next lowest, responsive
bidder or the work may be re -advertised as the Owner may decide.
Only work, materials, or services that will actually be provided by DBE firms will be credited
toward the goal. The DBE firm's certification must be fully in effect at the letting date.
As an alternative, documentation of Good Faith Efforts to meet the DBE goal may be submitted
to the Owner prior to the deadline for proposals to be received.
Flintco LLC
Bidder
4/12/2022
Date
DocuSigned by:
Lbf 4 rams r
lghature (Owner/Agent)
Brent Farmer, VP
Title
CITY OF
W;% FAYETTEVILLE
ARKANSA
Bid 22-35 Addendum 1
Flintco
Supplier Response
Event Information
Number: Bid 22-35 Addendum 1
Title: Bid 22-35, Construction - Razorback Road Rebid
Type: Invitation to Bid
Issue Date: 3/20/2022
Deadline: 4/12/2022 03:00 PM (CT)
Notes: The City of Fayetteville is accepting bids for the construction of
Razorback Road. Improvements. Questions should be addressed to
Jonathan Smith, Purchasing Agent at jonsmith@fayetteville-ar.gov or
by calling (479) 575-8220.
If you would like to be added to the Plan Holders list, please complete
the form found in the following link: Click here to register as a Plan
Holder for this bid
Contact Information
Contact:
Jonathan Smith
Address:
Purchasing
Room 306
City Hall
113 West Mountain Street - Room 306
Fayetteville, AR 72701
Phone:
(479) 575-8220
Email:
jonsmith@fayetteville-ar.gov
Page 1 of 3 pages Vendor: Flintco Bid 22-35 Addendum 1
Flintco Information
Contact:
Klint Kimball
Address:
184 E Fantinel Blvd
Springdale, AR 72762
Phone:
(479) 750-4565
Email:
klint.kimball@flintco.com
Web Address:
www.flintco.com
By submitting your response, you certify that you are authorized to represent and bind your company.
Brent Farmer
Signature
Submitted at 411212022 2:49:58 PM
Requested Attachments
Bid 22-35, Required Signature Forms
bfarmer@flintco.com
Email
Bid_22-35,_FILE_05_-_Required_Signature_Forms_(1).pdf
Please sign and attach the required bid signature forms. You can find these forms under attachments in the Project
Manual.
Bid 22-35, Bid Bond Bid Bond.pdf
Please attach a signed copy of your bid bond.
Response Attachments
DBE_Participation_Certification.pdf
DBE Participation Certification
Bid_22-35,_FILE_04_-_Adden dum_1_(1).pdf
Addendum #1 Acknowledgement
Bid Attributes
1
Attribute deleted as part of an Addendum
2
Attribute deleted as part of an Addendum
3
Attribute deleted as part of an Addendum
4
Bid 22-35, Arkansas Code Annotated §25-1-503
Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently
boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract, with any
public entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott Israel, the
contractor must notify the contracted public entity in writing.
Agree and Certify
5
Bid 22-35, Sam.gov Registration
Are you registered with Sam.gov?
Yes
Page 2 of 3 pages Vendor: Flintco Bid 22-35 Addendum 1
Bid Lines
1 Lump Sum Bid (DO NOT INCLUDE PRICING FOR TRENCH & EXCAVATION SAFTEY IN THIS LINE ITEM)
Quantity: 1 UOM: LS Price: 1 $2,379,463.32 Total: 1 $2,379,463.32
Item Notes: Bidders shall be required to submit a completed "Schedule of Values" within 24 hours of request by
the City of Fayetteville Purchasing Division. All "Schedule of Values" submitted to the City shall
have a sum equal to the TOTAL BASE BID sum total submitted prior to bid deadline. Under no
circumstances will a bidder be allowed to revise his/her bid from the TOTAL BASE BID.
Supplier Notes
This number INCLUDES the Deductive Alternate #1 as listed below - line #3. We have deducted
line #2 for Trench & Excavation Safety from this total number as directed. RESPONSE TOTAL AT
TOP OF PAGE HAS THE DEDUCTIVE ALTERNATE INCLUDED IN THE TOTAL. IT APPEARS THAT
THE MATH FOR THE RESPONSE TOTAL IS NOT CALCULATING PROPERLY. THE DEDUCTIVE
ALTERNATE SHOULD NOT BE CALCULATING AS AN ADD TO THE RESPONSE TOTAL - WE
ATTEMPTED TO PUT THE DEDUCTIVE ALTERNATE AS A NEGATIVE NUMBER BUT THE
RESPONSE TOTAL STILL DID NOT PROPERLY CALCULATE. LINE ITEM 1 PLUS LINE ITEM 2 IS
OUT ALL IN BID FOR THIS PROJECT = $2,398,991.26
2 Trench & Excavation Safety
Quantity: 1 UOM: LS Price: $19,527.94 Total: $19,527.94
3 Deductive Alternate #1 - Bid Schedule 4
Quantity: 1 UOM: LS Price: $85,640.30 Total: $85,640.30
4 Package deleted as part of an Addendum
5 Package deleted as part of an Addendum
6 Package deleted as part of an Addendum
Response Total: $2,484,631.56
Page 3 of 3 pages Vendor: Flintco Bid 22-35 Addendum 1
CITY OF
_ FAYETTEVILLE
ARKANSAS
BID TABULATION
BID 22-35, CONSTRUCTION - RAZORBACK ROAD REBID
DEADLINE: TUESDAY, APRIL 12, 2022 BEFORE 3:00 PM, LOCAL TIME
Certified Funds $ 2,500,000.00
25% Additional Allowed Per State Law $ 625,000.00
Maximum Award Amount $ 3,125,000.00
Flintco
Lump Sum Bid $ 2,398,991.26
Deductive Alternate #1 $ 85,640.30
Total Base Bid $ 2,398,991.26
Flintco
Line Description UOM QTY Unit Extended
1 Lump Sum Bid (DO NOT INCLUDE PRICING FOR LS 1 $2,379,463.32 $2,379,463.32
TRENCH EXCAVATION SAFTEY IN THIS LINE ITEM)
2 Trench Excavation Safety LS 1 $19,527.94 $19,527.94
3 Deductive Alternate #1 - Bid Schedule 4 LS 1 $85,640.30 $85,640.30
Jonathan Smith
Digitally signed by Jonathan Smith
Date: 2022.04.13 08:06:56-05'00'
Jonathan Smith, Purchasing Agent Date
Andrea Foren Digitally signed by Andrea Foren
Date: 2022.04.13 10:36:34-05'00'
Andrea Foren, Purchasing Manager Date
Foren, Andrea
From: Kevin Langston <klangston@flintco.com>
Sent: Tuesday, April 12, 2022 5:09 PM
To: Smith, Jonathan
Cc: Foren, Andrea; Tricia Shaw; Klint Kimball; Kevin Langston; Chad Crouch; Kristen M. Knight; Jay Young
Qayy@dcius.pro); benk@dcius.pro
Subject: Bid 22-35 Razorback Road Improvements Schedule of Values
Attachments: Bid 22-35, FILE 03 - Schedule of Values (1).xlsx
CAUTION: This email originated from outside of the City of Fayetteville. Do not click links or open attachments unless you recognize
the sender and know the content is safe.
Jonathan,
Please see attached Schedule of Values for Bid 22-35. Please let me know if you have any questions. Thanks
Kevin Langston
Project Coordinator // Flintco, LLC
Direct Phone (479) 306-6268 // Cell (479) 856-1495
www.flintco.com
?LINTCO
i
Bid 22-35, Construction - Razorback Road Rebid
Schedule of Values
Bidders are provided this as a courtesy to aid and assist with bid preparation. The Schedule
of Values shall not be utilized for submitting an actual bid. All bids shall be submitted
through the electronic bidding portal.
BID SCHEDULE 1 - SANITARY SEWER IMPROVEMENTS
ITEM NO.
DESCRIPTION
UNIT
QTY
1-1
Water and Sanitary Sewer Erosion Control
LS
1
$11,065.83
$11,065.83
1-2
Water and Sanitary Sewer Traffic Control
LS
1
$6,509.31
$6,509.31
1-3
Water and Sanitary Sewer Line Mobilization
LS
1
$33,848.42
$33,848.42
1-4
Water and Sanitary Sewer Trench & Excavation Safety
LS
1
$19,527.94
$19,527.94
1-5
8" PVC SDR-26 Gravity Sewer Pipe
LF
20
$487.42
$9,748.35
1-6
12" PVC SDR-26 Gravity Sewer Pipe
LF
1275
$467.14
$595,602.37
1-7
4' ID Concentric Manhole
EA
7
$7,968.51
$55,779.60
1-8
Core Drill and Connect to Existing Sanitary Sewer Manhole
EA
3
$1,877.29
$5,631.86
1-9
Rock Excavation for Water or Sanitary Sewer (Allowance)
CY
50
$432.80
$21,640.00
1-10
Abandon Existing Sewer Main (See SP-2)
LS
1
$16,924.21
$16,924.21
1-11
Abandon Existing Sewer Manhole (See SP-3)
EA
3
$1,605.63
$4,816.89
1-12
Bonds & Insurance (Schedule I Items)
LS
1
$11,326.00
$11,326.00
TOTAL BID SCHEDULE 1=
�S792,420.7q
BID SCHEDULE 2 - ROAD WIDENING IMPROVEMENTS
ITEM NO.
DESCRIPTION
UNIT
QTY
2-1
Mobilization
LS
1
$42,382.13
$42,382.13
2-2
Clearing, Grubbing, & Demolition (Including Sawcut)
LS
1
$32,546.56
$32,546.56
2-3
Unclassified Excavation (Plan Quantity)
CY
2450
$38.87
$95,233.84
2-4
Embankment (Plan Quantity)
CY
1875
$54.28
$101,779.60
2-5
Undercut & Backfill (Allowance)
CY
1000
$61.97
$61,966.14
2-6
Subgrade Preparation (Plan Quanity)
SY
950
$14.32
$13,604.46
2-7
4" Topsoil Placement
SY
950
$8.22
$7,811.17
2-8
18" RCP
LF
465
$193.47
$89,961.95
2-9
24" RCP
SY
330
$220.64
$72,811.86
2-10
4' Grate Inlet
EA
2
$13,672.16
$27,344.32
2-11
4' Diameter Drop Inlet
EA
1
$13,672.16
$13,672.16
2-12
4' Diameter Junction Box
EA
2
$13,242.54
$26,485.09
2-13
5' Diameter Junction Box
EA
3
$15,677.03
$47,031.08
2-14
Combination Inlet
EA
3
$15,156.72
$45,470.15
2-15
Modified Inlet
EA
1
$15,157.58
$15,157.58
2-16
5'x10' Precast Concrete Box Culvert
LS
1
$21,676.01
$21,676.01
2-17
Erosion Control
LS
1
$11,065.83
$11,065.83
2-18
ACHMSC (1/2") PG70-22
TON
120
$518.71
$62,245.30
2-19
PCC Base Widening 5"
SY
410
$68.91
$28,253.67
2-20
PCC Base Widening 10"
SY
1250
$89.02
$111,274.08
2-21
Concrete Curb & Gutter
LF
1250
$31.23
$39,039.60
2-22
5" Concrete Sidewak w/ 4" Class 7 Base
SY
800
$114.30
$91,437.61
2-23
Concrete Headwalls
EA
2
$8,227.77
$16,455.54
2-24
Handicap Ramps
SY
15
$224.57
$3,368.57
2-25
Detectable Warning Panel
SF
60
$108.31
$6,498.90
2-26
Thermoplastic Pavement Marking 6"
LF
5611
$8.79
$49,307.06
2-27
Thermoplastic Pavement Marking 12"
LF
48
$29.29
$1,406.01
2-28
Solid Sodding
SY
950
$7.95
$7,550.80
2-29
Cobblestone Pavers
SY
25
$554.33
$13,858.33
2-30
Asphalt Pavers
SY
50
$277.17
$13,858.33
2-31
12"x6" Tapping Sleever & Valve
EA
1
$10,948.06
$10,948.06
2-32
Fire Hydrant Assembly
EA
1
$13,057.04
$13,057.04
2-33
Traffic Control and Maintenance
LS
1
$6,509.31
$6,509.31
2-34
Bonds & Insurance (Schedule 2 Items)
LS
1
$21,926.00
$21,926.00
TOTAL BID SCHEDULE 2 =
$1,222,994.14
BID SCHEDULE 3 -LANDSCAPE &LIGHTING
ITEM NO.
DESCRIPTION
UNIT
QTY
3-1
Landscaping
LS
1
$70,403.18
7KANSAS DEPARTMENT
AR
OF TRANSPORTATION
The Honorable Lioneld Jordan
Mayor of Fayetteville
113 W. Mountain Street
Fayetteville, Arkansas 72701
Dear Mayor Jordan:
ARKANSAS DEPARTMENT OF TRANSPORTATION
ARDOT.9ov I IDriveArkansas.com Lorie H. Tudor, P.E., Director
10324 Interstate 30 1 P.O. Box 2261 I Little Rock, AR 72203-2261
Phone:501.569.2000 I Voice/TTY 7111 Fax:501.569.2400
May 7, 2021
Re: Job 040864
RECEIVED
MAY 10, 2021
CITY OF FAYETTEVILLE
MAYOR'S OFFICE
F.A.P. HIPUCS-COVD(101)
Razorback Rd. Impvts. (Fayetteville) (S)
Washington County
State and Federal -aid job numbers have been assigned for the referenced project. Enclosed
is your copy of the executed Supplemental Agreement of Understanding between the City of
Fayetteville and the Department to widen the portion of Razorback Road (former Highway 112)
between the University of Arkansas' Administration Services Building and Hotz Drive.
Thank you for your continued interest in Arkansas' transportation system. If you have any
questions regarding the partnering arrangement, please contact Jessie Jones, Division Engineer —
Program Management, at (501) 569-2262.
Sincerely,
.Jared D. Wiley
Assistant Chief Engineer - Planning
Enclosure
c: Director
Deputy Director and Chief Operating Officer
Deputy Director and Chief Engineer
Assistant Chief Engineer — Design
Assistant Chief Engineer — Operations
Program Management
Right of Way
Roadway
Transportation Planning and Policy
District 4
SUPPLEMENTAL AGREEMENT 2
BETWEEN
THE CITY OF FAYETTEVILLE
AND
THE ARKANSAS DEPARTMENT OF TRANSPORTATION
In Cooperation with the
U.S. Department of Transportation, Federal Highway Administration
RELATIVE TO:
Implementation of Highway 112 Improvements between Highway 16 and Interstate 49 in
Fayetteville, Washington County (hereinafter called the "Projects").
WHEREAS, on September 19, 2017, the City of Fayetteville (hereinafter called the "City")
entered into an Agreement of Understanding with the Arkansas Department of Transportation
(hereinafter called the "Department") to establish the roles and responsibilities associated with the
Projects; and
WHEREAS, the original agreement referenced Job 040582 to widen Highway 112 between Hotz
Drive and Garland Avenue and a project to widen Highway 112 between Poplar Street and
Interstate 49; and
WHEREAS, Job 040582 has been completed and the portion of Highway 112 between
Highway 16 and Highway 112 Spur has been removed from the State Highway System and is now
a city street; and
WHEREAS, the University of Arkansas (hereinafter called the "University") has been awarded
Federal -aid Coronavirus Response and Relief Supplemental Appropriations Act (CRRSA) funds
by the Northwest Arkansas Regional Transportation Study for a new project to widen the portion
of Razorback Road (former Highway 112) between the University's Administration Services
Building and Hotz Drive; and
WHEREAS, the City has agreed to the University's request that the City administer this new
Federal -aid project; and
WHEREAS, the City has requested that this construction project be completed as part of the
original agreement of understanding for Highway 112 improvements; and
WHEREAS, the Department has agreed to this request, and has determined that the original
Agreement of Understanding must be modified.
WHEREAS, funding Coronavirus Response and Relief Supplemental Appropriations Act includes
100% Federal -aid funds for certain projects; and
WHEREAS, funding participation will be as follows, subject to the amount of Federal -aid funds
and obligation limitation approved and available for the new CRRSA project:
Maximum
Minimum
Federal %
City%
Preliminary Engineering by Consultant
0
100
Right-of-Way/Utilities
0
100
Construction
100
0
Construction Engineering by Consultant
0
100
Department Administrative Costs
0
100
Supplemental Agreement 2 Between the City of Fayetteville
and the Arkansas Department of Transportation
WHEREAS, the City knows of no legal impediments to the completion of the Project; 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.
WHEREAS, the Department has published the Arkansas Local Public Agency Project Manual
(available at www.ardot.gov/LPA) which outlines procedures and requirements which must be
followed during development and construction of the Projects; and
WHEREAS, the parties agree, unless specifically stated otherwise, that the provisions of this
agreement are not intended to create or confer a third party benefit or right in any person or entity,
not a party to this agreement.
IT IS HEREBY AGREED that the City and the Department, in cooperation with the Federal
Highway Administration (FHWA), will participate in a cooperative program for implementation
and will accept the responsibilities and assigned duties as described hereinafter.
THE CITY WILL:
1. Approve the Department to set up $5,000 in Federal -aid funds 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 final cost for this
phase will be determined by actual Department charges to preliminary engineering.
2. Be responsible for hiring a consultant engineering firm(s) in accordance with the Local Agency
Consultant Selection Procedures (Attachment B) to provide engineering services which
include environmental documentation, preliminary engineering, and construction 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.
3. 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.)
4. 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.
5. Understand that expenditures for preliminary or construction engineering performed by
the City's forces are not eligible for reimbursement with federal funds.
6. Coordinate with the Department as necessary as the required environmental clearance
document is prepared.
7. Ensure that the plans and specifications are developed using the Department's standard
drawings and Standard Specifications for Highway Construction (latest edition).
-2-
Supplemental Agreement 2 Between the City of Fayetteville
and the Arkansas Department of Transportation
8. 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.
9. 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.
10. 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").
11. Ensure the preparation of utility adjustment and right-of-way plans are in accordance with
Arkansas State Highway Commission Policy.
12. 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 D1). If property has been acquired for the Project, use
Attachment D2 for certification of the right-of-way. NOTE: Any property that is to become
Department right-of-way must be acquired in the Department's name.
13. Submit plans at 50%, and 90% completion stages for Department review.
14. Submit a certification letter (Attachment E), including all items noted, to the Department when
requesting authority to advertise the Projects for construction bids.
15. Advertise for bids in accordance with federal procedures as shown in Attachment F. NOTE:
FHWA authorization and Department approval must be given prior to advertising for
construction bids.
16. Forward a copy of all addenda issued for the Project during the advertisement to the
Department.
17. After bids are opened and reviewed, submit a Certification Letter Requesting Concurrence in
Award (Attachment G), including all items noted, to the Department.
18. Prior to awarding the construction contract, approve the Department to set up $5,000 in
Federal -aid funds for Department administrative costs on the Project during construction. The
final share of cost for this phase will be determined by actual Department charges to
construction engineering.
19. Notify the Department in writing who the City designates as its full-time employee to be in
responsible charge of the day to day oversight of the Project (Attachment H). The duties and
functions of this person are:
• Oversee project activities, including those dealing with cost, time, adherence to contract
requirements, construction 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;
am
Supplemental Agreement 2 Between the City of Fayetteville
and the Arkansas Department of Transportation
• 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 performance of the City and
consultant staff at all stages of the project.
20. 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.
21. Ensure that all work, material testing and acceptance, and inspection is conducted in
accordance with the Department's Standard Specifications for Highway Construction (latest
edition), Manual of Field Sampling and Testing Procedures, and Resident Engineer's Manual
and with the plans, specifications, and all other applicable FHWA and Department procedures
for the Project.
22. 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.
23. 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 I). Reimbursement
requests should be submitted, at minimum, every three (3) months and not more than once per
month.
24. Attach LPA Report of Daily Work Performed (Attachment J) for all days that correspond with each
CCRR submittal.
25. Prior to executing the work, submit construction contract change orders to the Department's
Resident Engineer in charge of reimbursements for review and approval.
26. 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 K). This form must be signed by the engineer
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.
27. 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 Project 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.
28. 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.
KI
Supplemental Agreement 2 Between the City of Fayetteville
and the Arkansas Department of Transportation
29. Agree that any and all claims for damages to property or injury to persons caused by any act
or omission, negligence, or misconduct from the performance of work by the City's contractor
on the Project shall be the sole responsibility of the City's contractor and in this regard the City
shall require the contractor on the Project to procure and maintain a General Public Liability
Insurance Policy during the duration of the Project which shall be endorsed to include broad
form general liability and complete operations coverage on the Project. The contractor shall
furnish the City with documentation of proof of liability insurance coverage with submission
of the signed contract.
30. Agree that any claims, liability, costs, expenses, demands, settlements, or judgments arising
from misconduct or the negligent acts or omissions of the City, its employees, agents or
contractors in the performance of the Project and this Agreement must be presented to the City.
Further, the City by acceptance of this grant, agrees that the Department and the Arkansas State
Highway Commission, as the pass -through entity, have no duty or responsibility for the design,
construction, maintenance or operation of the Project that is the subject of this grant, and,
therefore shall have no liability related to the design, construction, maintenance or operation
of the Project. The City also agrees to assume all risks associated with the work to be
performed by its agents, employees, and contractors under this grant and Agreement and the
Department and the Arkansas State Highway Commission, as the pass -through entity, shall not
be responsible or liable for any damages whatsoever from the actions of the City, its
employees, agents and contractors.
31. 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.
32. 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 2 CFR Part 200 - Uniform Administrative Requirements,
Cost Principles, and Audit Requirements for Federal Awards (Attachment L).
33. Grant the right of access to the City's records pertinent to the Project and the right to audit by
the Department and Federal Highway Administration officials.
34. Be responsible for 100% of all project costs incurred should the Project not be completed as
specified.
35. Be responsible for 100% of any and all expenditures which may be declared non -participating
in federal funds, including any such award by the State Claims Commission.
36. Sign and transmit to the Department the Certification for Grants, Loans, and Cooperative
Agreements (Attachment M), which is necessary for Project participation.
-5-
Supplemental Agreement 2 Between the City of Fayetteville
and the Arkansas Department of Transportation
37. Repay to the Department the federal share of the cost of any portion of the Project 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 Project.
38. Be responsible for all costs not provided by the Federal Highway Administration.
39. Repay to the Department the federal share of the cost of this project if for any reason the
Federal Highway Administration removes federal participation.
40. Retain total, direct control over the Project 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 Project;
• change the intended use of the Project;
• 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.
41. 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 Project in accordance with Federal -aid requirements may result in the City's
repayment of federal funds and may result in withholding all future Federal -aid.
42. 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.
43. Make no alterations to the improvements constructed with Federal -aid funds without first
consulting with the Department.
44. Promptly notify the Department if the Project improvements outside of the Department's right-
of-way are rendered unfit for continued use by natural disaster or other cause.
45. Complete and transmit to the Department both pages of the Federal Funding Accountability
and Transparency Act (FFATA) Reporting Requirements (Attachment N).
in
Supplemental Agreement 2 Between the City of Fayetteville
and the Arkansas Department of Transportation
THE DEPARTMENT WILL:
1. Maintain an administrative file for the project and be responsible for administering Federal -
aid funds.
2. Prepare the necessary environmental documentation as required by FHWA and conduct any
required public involvement meetings and public hearings.
3. Review plans and specifications submitted by the City.
4. 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.
5. Upon receipt of the City's certification of right-of-way (property) ownership, provide the
appropriate documentation to the file.
6. 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.
7. Advise the City when to proceed with advertisement of the Project for construction bids.
8. Review bid tabulations and concur in award of the construction contract for the Project.
9. 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.
10. Review and approve any necessary change orders for project/program eligibility.
11. Reimburse the City 100% (Federal -aid share) 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.
12. 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 K).
13. Be reimbursed for costs involved in performing all the services listed above.
-7-
Supplemental ,Agreement Z Between the City of Favetrevilie
and the Arkansas Department of'rransp ormtson
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
due 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 to be withheld from the City's Motor Fuel Tax allotment.
IN WITNESS WHEREOF, the parties thereto have executed this Agreement this 7 day of
_.April 2021
ARKANSAS DEPARTMENT OF
TRANSPORTATION
Lorie H, Tudor, P.E.
Director �a
OF FAYETTEVILLE
Ifid Jordan
Mayor
v
Kl Williams
City Attorney
ARK.ANSAS DEPARTMENT OF TRANSPORTATION
NOTICE OF",YAi'NDISCRJUNMINATION
The Arkansas Department of Transportation (Department) complies with all civil rights provisions of federal statutes and related authorities that
prohibit discrimination in programs and activities receiving federal financial assistance Therefore, the Department does not 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 VT Program), disability, Limited English Proficiency (LEP), or low-income Status 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'. alleged discrimination and inquiries regarding
the Department's nondiscrimination policies may be directed to Joanna P, McFadden Section dead - EEC)/DBE (ADA/504/Tide VI Coordinator),
P. 0. Box 2261, Little Rock, AR 72203, (501) 569-2293. (Voice/TTY 711), or the following email address: j_r4gn4.m, ld rtt
Free language assistance for Limited English Proficient individuals is available upon request,
This notice is available from the ADA/504/Tide V1 Coordinator in large print, on audiotape and in Braille.
ME
' UNIVERSITY OF
ARKANSAS
Facilities Management
April 13, 2022
Chris Brown
Public Works Director
City of Fayetteville
113 W. Mountain St.
Fayetteville, AR 72701
Dear Chris,
The University looks forward to the partnership opportunity in the upcoming Razorback Rd Improvements project
(BID #22-35) that will complete a second southbound lane between Hotz Avenue and Nolan Richardson Drive.
This project will complete a multi -year, multi -phase project that increases transportation capacity and pedestrian
safety between 15" Street and North Street along what was previously HWY 112. This project will also include
sidewalks, pedestrian lighting, landscaping and a new sanitary sewer line.
Per our agreement, the UA Commitment is $1,272,515.48 which will fund the project requirements beyond the
CRRSAA grant of $334,055. We will also provide $100,000 in contingency to the project budget for unforeseen
conditions. The design fees and inspections paid by the UA for this scope of work are not included in this
committed amount. The City of Fayetteville will fund the Sanitary Sewer and associate engineering fees and
inspections.
Sincerely,
:�� C3c� —/
Scott Turley
Associate Vice Chancellor for Facilities
B 125 Facilities Management • Fayetteville, AR 72701 •479-575-3851 • fama.uark.edu
71re Ouvershy of Arkarsas is an equal opportunity afjrnrauve action ursirtunair
NWA NORTHWEST ARKANSAS REGIONAL PLANNING COMMISSION
Regional 1311 Clayton St., Springdale, Arkansas, 72762
COMMI 51cm • (479) 7517125 • Fax: (479) 7517150 • http.11nwarpc.org
February 21, 2021
Mike Johnson
Associate Vice Chancellor for Facilities
University of Arkansas
425 Administration Building
Fayetteville, Arkansas 72701
Re: Coronavirus Response and Relief Supplemental Appropriations Act (CRRSAA)
University of Arkansas Razorback Road Project Award of $334,055 HIP Funding
Dear Mr. Johnson:
I am pleased to inform you the Razorback Road Project received $334,055 of Coronavirus Response and
Relief Supplemental Appropriations Act (CRRSAA) funding based on the Northwest Arkansas Regional
Planning Commission's action on July 22, 2020. The NWARPC/Policy Committee approved the following
motion at the July 22, 2020 meeting "...in the event that NWARPCreceives additional funding for FFY
2021, through a stimulus package or other funding, the under funded and non funded projects shown in
the Recommended Funding Allocation Table will be eligible to receive potential stimulus funding split
proportional to each project. "The NWARPC award of CRRSAA HIP funds to the "non -funded" Razorback
Road Project is shown below:
NWARPC CRRSAA HIP FUNDING $334,055 (100% Federal)
NWARPC would encourage the HIP funds for this project be obligated by the end of
Year that ends on September 30, 2021, All required ARDOT submittals and required approvals for this
project should be completed by August 15, 2021 in order to allow sufficient time to obligate the HIP
funds for this project. As discussed last week with the City of Fayetteville, (owner of Razorback Road),
ARDOT, and the University of Arkansas, the University may request/enter into an agreement with the
City to carry out the project and for the City to be reimbursed directly by ARDOT for the construction
phase of the project.
Please note that HIP projects must comply with applicable provisions in Title 23, such as project
agreements, authorization to proceed prior to incurring costs, prevailing wage rates (Davis -Bacon);
competitive bidding, and other contracting requirements, regardless of whether the projects are located
within the right-of-way of a Federal -aid highway.
Please let us know if you have any questions or need additional information regarding this program.
Sincerely,
Tim Conklin
Assistant Director
CC: Jeff Hawkins, Executive Director
Chris Brown, P.E., Fayetteville Public Works Director
Daniel Siskowski, P.E., ARDOT Staff Program Management Engineer
City of Fayetteville, Arkansas - Budget Adjustment Form (Legistar)
Budget Year Division Adjustment Number
/Org2 ENGINEERING (621)
2022
Requestor: Paul Libertini
BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION:
This is a grant funded project in partnership with the University of Arkansas. This BA is to recognize Federal -aid funding
in the amount of $334,055 and funding from the UA in the amount of $1,372,516. Additionally, the City's W&S Division
is funding the Sanitary Sewer Upgrade in the project.
COUNCIL DATE: 4/19/2022
LEGISTAR FILE ID#: 2022-0242
Hauy 3la clv
4/14/2022 9:29 AM
Budget Director Date
TYPE: D - (City Council)
JOURNAL #:
RESOLUTION/ORDINANCE
GLDATE:
CHKD/POSTED:
4/19/2022
TOTAL
Account Number
3,291,413 3,291,413
Increase / (Decrease)
Expense Revenue
Proiect.Sub#
Project Sub.Detl
AT
v.20220314
Account Name
5400.720.5700-5815.00
792,421
-
02017
2101
EX
Improvements - Sewer
5400.720.5700-6602.30
2300.720.9300-7602.40
-
792,421
792,421
-
02017
07004
2101
2017.2101
RE
EX
Transfer from Fund - Impact Fee
Transfers To Funds - Water & Sewer Func
2300.720.9300-4999.99
4470.800.8835-4420.00
-
792,421
1,706,571
06035
2101
RE
RE
Use Fund Balance - Current
Payments by Property Owners - base
4470.800.8835-5809.00
4470.800.8835-5911.99
1,606,571
100,000
-
06035
06035
2101
2101
EX
EX
Improvements - Street
Contingency - Capital Project
K:\Engineering Design Services\Projects\Hwy 112-040864 Phase 3 - ADS to Hotz Dr\Federal Funding-Spreadshts-BA\2022-0242 BA
UA ARDOT Razorback Road.xlsm 1 of 1
Mathis, Jeana
From: Libertini, Paul
Sent: Tuesday, April 26, 2022 4:17 PM
To: Mathis, Jeana
Cc: Brown, Chris
Subject: RE: Legistar 2022-0242 RAZORBACK ROAD
Attachments: 040864 Concurrence Letter.pdf
I just received the concurrence letter, so the Mayor can sign the agreement now. Please let me know
and I will come get it.
Paul Libertini, P.E.
Staff Engineer
Engineering Division
City of Fayetteville, Arkansas
p l i b e rt i n i (a)fayettev i l I e-a r. g ov
T 479.444.3419
Website I Facebook I Twitter I Instagram I YouTube
AllmbCITY OP
FAVITrIVILL■
ARKANSAN
From: Mathis, Jeana <jmathis@fayetteville-ar.gov>
Sent: Monday, April 25, 2022 1:31 PM
To: Libertini, Paul <plibertini@fayetteville-ar.gov>
Subject: Legistar 2022-0242
Hey Paul,
Here is the signed resolution from Mayor. Let me know if you need anything else.
Jeana Mathis
Document Systems Specialist
Office of the City Clerk Treasurer
City of Fayetteville, Arkansas
i math isafavettevi I le-ar. aov
479.575.8323
Website I Facebook I Twitter I Instagram I YouTube
CITY OP
FAYQTTCIFILL■
ARKANSAN
I
7KANSAS DEPARTMENT
AR
OF TRANSPORTATION
The Honorable Lioneld Jordan
Mayor of Fayetteville
113 W. Mountain
Fayetteville, AR 72701
Dear Mayor Jordan:
ARKANSAS DEPARTMENT OF TRANSPORTATION
ARDOT.gov I IDriveArkansas.com I Lorie H. Tudor, P.E., Director
10324 Interstate 30 1 P.O. Box 22611 Little Rock, AR 72203-2261
Phone:501.569.2000 I Voice/TTY711 I Fax:501.569.2400
April 26, 2022
Re: Job 040864
F.A.P. HIPUCS-COVD(101)
Razorback Rd. Impvts. (Fayetteville) (S)
Washington County
We have received your request for concurrence in award, the bid tabulations, and the $5,000
deposit for Department administration costs for the referenced project. The Department concurs in the
award of the project in the amount of $2,398,991.26 to the low bidder, Flintco, LLC, of St. Louis,
Missouri, based on a review of the bid tabulations and the City's certification that the project was
advertised and bids were received in accordance with the regulations governing Federal -aid projects
and all other applicable state and federal regulations. Please include the enclosed approved DBE
participation form in the contract for the project.
Once the contract is executed, you may issue a work order to begin construction. The LPA
Report of Work Performed (Form LPA-015) must be submitted with each request for reimbursement
and the Final Acceptance Report (Form LPA-016) must be submitted at the completion of the project.
All Forms referenced are available in digital forms at www.ardot.gov/Ip—a. These forms must be
submitted to Bashar Qedan, the Department's Resident Engineer in Fayetteville, who can be contacted
at (479) 251-9266. Also, Bashar must be invited to attend the pre -construction conference for this
project. You must submit all change orders to the contract to Bashar for review and approval for
program eligibility.
Sincerely,
Jared D. Wiley
Assistant Chief Engineer — Planning
Enclosure
c: Deputy Director and Chief Engineer
Construction
Program Management
Transportation Planning and Policy
District 4
Resident Engineer #43
Job 040864 'C' File
Mr. Jeff Hawkins, Executive Director, NWA Regional Planning Commission
4
DEPARTMENTAL CORRESPONDENCE
OFFICE OF THE
CITY ATTORNEY
TO: Mayor Jordan
City Council
City Clerk Kara Paxton
CC: Susan Norton, Chief of Staff
Paul Becker, Chief Financial Officer
Chris Brown, Public Works Director
Terry Gulley, Asst. Public Works Director
Jonathan Curth, Development Services Director
Steven Dotson, Internal Auditor
FROM: Kit Williams, City Attorney �•ck
DATE: May 2, 2022
RE: Mayor recuperating at home and performing essential duties
Kit Williams
City Attorney
Blake Pennington
Assistant City Attorney
Jodi Batker
Paralegal
Mayor Jordan is currently recuperating at home, but is fully capable and
performing the essential duties of his office. One such duty was to clarify how
and when his approval through use of his signature stamp could be exercised.
Ordinances, Resolutions, Contracts and other documents approved by the City
Council may have the Mayor's signature stamp applied upon the unanimous
agreement of the Chief of Staff, Chief Financial Officer and City Attorney. A
similar procedure was used during a rare week or longer vacation for the Mayor
years ago where cell phone service at his vacation spot was not always reliable.
An initial draft of his authority for use of his signature stamp was signed
by Mayor Jordan on Friday April 29th and is attached. Mayor Jordan has just
signed an updated and more specific and complete authorization detailing what
the City Staff should do during this period when staff may speak with him for
any necessary decisions or instructions, but when City Staff is authorized to
perform housekeeping, ministerial, and uncontroversial actions on the Mayor's
behalf. This replacement authority dated today is also attached and supersedes
the April 29th authorization.
Mayor Jordan has also designated his Chief of Staff to handle most of his
normal meetings duties until his full time return to the office. The Vice Mayor
shall conduct all City Council meetings and Agenda sessions as the Mayor
recuperates. If any document proposed for the Mayor's signature has any
questionable aspect, the Chief of Staff shall inquire upon Mayor Jordan s decision
before his signature stamp is used or withheld.
Mayor Jordan remains able to perform his necessary official duties
although much of the noncontroversial, house -keeping measures will be handled
by his Chief of Staff and necessary signatures by use of his signature stamp so
the Mayor can get more needed rest. In the unlikely event that Mayor Jordan
would be deemed by a Circuit Court as being "unable to perform the duties of
office", Mayor Jordan has signed the attached Designation of Chief of Staff Susan
Norton to Perform the Duties of the Office of Mayor If and When Necessary.
A.C.A. §14-43-501 (b)(3)(C) provides that "one of the following individuals
may perform all functions of a mayor during the disability or absence of the
mayor:
(C) An unelected employee or resident of the city if designated by the
mayor and approved by the City Council."
If the City Council does not approve the Mayor's designation of Chief of
Staff Susan Norton, then the Mayor has designated Vice Mayor Sarah Bunch who
as an "elected official of the city" does not need approval of the City Council.
(A.C.A. §14-43-501 (b)(3)(B).
2
OFFICE OF THE MAYOR
April 29, 2022
I, Lioneld Jordan, Mayor of the City of Fayetteville, do hereby authorize the following
approval procedures to be used during any period I am absent from the City, under the
following conditions:
Until I return to regular office hours Chief of Staff, Susan Norton will have the final
approval necessary for Legistar items
My signature stamp may be used for all of the following:
I. Approval of documents deemed necessary and appropriate by the unanimous
agreement of the following:
o Susan Norton -Chief of Staff
o Paul Becker -Chief Financial Officer
o Kit Williams -Fayetteville City Attorney
2. Ordinances, resolutions, contracts and deeds as needed for items already approved by
the Fayetteville City Council
3. Development documents and other non -agenda items after their approval through the
Legistar process
Lioneld Jordan, yor
Date Signed
Witness
City of Fayetteville 113 W. Mountain Street Fayetteville, AR 72701 www.fayetteville-ar.gov
OFFICE OF THE MAYOR
May 2, 2022
I, Lioneld Jordan, Mayor of the City of Fayetteville, do hereby authorize the following updated
approval and signatory procedures to be used during any week or longer period of time if I need some of
my more signatory and ministerial and/or in -person meeting duties performed for me until I return to
full-time status:
■ Chief of Staff Susan Norton will have the final approval necessary for Legistar items
• My signature stamp may be used to approve all of the following:
1. Approval of documents deemed necessary and appropriate by the unanimous agreement of the
following:
o Susan Norton -Chief of Staff
o Paul Becker -Chief Financial Officer
o Kit Williams -Fayetteville City Attorney
2. Ordinances, resolutions, contracts and deeds as needed for items already approved by the
Fayetteville City Council
3. Development documents and other non -agenda items after their approval through the Legistar
process
• Chief of Staff Susan Norton may chair and attend any and all of the meetings I normally chair or
attend (except City Council meetings and Agenda Sessions). Other staff who are already
eynpowered to represent me in regional boards or commissions may continue to represent me
iit those hoards and cor„missioos
Lioneld Jordan, y
Date Signed
f�
Witness
City of Fayetteville 113 W, Mountain Street Fayetteville, AR 72701 www.fayetteville-ar.gov
OFFICE OF THE MAYOR
Designation of Chief of Staff Susan Norton To Perform The Duties Of The Office Of Mayor If
And When Necessary
I, Mayor Lioneld Jordan, remain capable of performing the essential duties of my office
while I recuperate in the hospital or at home. I have established proper procedural guidelines
so that my signature stamp may be used instead of my written signature on documents
approved by the City Council such as Ordinances, Resolutions, Contracts, Grant Application and
Acceptances, and Deeds.
If I become temporarily unable to perform the duties of the Office of Mayor, I hereby
designate pursuant to A.C.A. §14-43-501 (b)(3)(C) that Chief of Staff Susan Norton shall assume
the powers and duties of Fayetteville Mayor until I am able to resume such powers and duties
myself.
If the City Council fails to approve my designation of Chief of Staff Susan Norton to
perform all functions of Mayor, then I designate Vice Mayor Sarah Bunch pursuant to A.C.A.
§14-43-501(b)(3)(B) to perform all functions of Mayor until 1 am again able to perform the
duties and functions of Mayor of Fayetteville.
i
Date v LIONELD J
Mayor
Witness
City of Fayetteville 113 W. Mountain Street Fayetteville, AR 72701 www.fayetteville-ar.gov
Paul Libertini
Submitted By
Razorback Road
Improvements / LPA Final
Acceptance Report
City of Fayetteville Staff Review Form
2UL3-U/5b
Item ID
N/A
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
6/12/2023 ENGINEERING (621)
Submitted Date Division / Department
Action Recommendation:
For the Mayor's Signature - LPA Final Acceptance Report required by the Agreement of Understanding for the
Razorback Road Improvements.
Budget Impact:
4470.800.8835-5809.00 Sales Tax Capital Improvement
Account Number
06035.2101
Fund
Razorback Road Improvements
Project Number
Project Title
Budgeted Item? Yes
Total Amended Budget
$
201,384.00
Expenses (Actual+Encum)
$
81,896.00
Available Budget
Does item have a direct cost? No
Item Cost
$
-
Is a Budget Adjustment attached? No
Budget Adjustment
$
-
Remaining Budget
V20221130
Purchase Order Number:
Previous Ordinance or Resolution #
27-17, 88-22
Change Order Number:
Approval Date:
07/07/2023
Original Contract Number:
Comments:
CITY OF
FAYETTEVILLE
ARKANSAS
TO: Mayor Lioneld Jordan
THRU: Susan Norton, Chief of Staff
Chris Brown, Public Works Director/City Engineer
FROM: Paul Libertini, Staff Engineer ve
DATE: July 12, 2023
SUBJECT: Mayor's Signature — LPA Final Acceptance Report
Razorback Road Improvements
STAFF MEMO
RECOMMENDATION:
Staff recommends that the Mayor sign the LPA Final Acceptance Report as required by the
Agreement of Understanding for the Razorback Road Improvements Project.
BACKGROUND:
On April 19, 2022, City Council approved Resolution No. 88-22 awarding a contract with Flintco,
LLC in the amount of $2,398,991.26 for the construction of Razorback Road from the University's
Administration Services Building to Hotz Drive.
The Final Construction Walkthrough Inspection was held on April 3, 2023 which resulted in a
Punch List of construction items needing further attention. All items have been completed and
approved as of July 11, 2023. The last item to be corrected was a University sign that was
damaged resulting in the fabrication of a new sign which was finally installed on July 11tn
DISCUSSION:
The Agreement of Understanding with the Arkansas Department of Transportation for this project
requires that the Mayor sign the Final Acceptance Report for this project.
BUDGET/STAFF IMPACT:
No impact.
Attachments:
LPA Final Acceptance Report
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
SPONSOR
LPA Final Acceptance Report
Job Name: Razorback Rd. Impvts. Date: 07/12/23
Job No: 040864 FAP No: HIPUCS-COVD(101)
County: Washington Route: City Road
Contractor: Flintco, LLC
:Date Work Began: MAY 3, 2022 Date Work Completed: JULY 11, 2023
Attendees: Kevin Langston - Flintco, Jay Young — DCI, Paul Libertini — City of
:Fayetteville, Bashar Qedan — ARDOT, Kristen Knight — lr of A, Rodney Hughes — U of A,
Jack Medford, BTME
Remarks: Final Punch Items Corrected - July 11, 2023
Final Walkthrough Inspection & Punch List- April 3, 2023
Substantial Completion - September 2, 2022
Project Completed in Substantial Recommended for Acceptance in
Compliance with Plans and Specifications Accordance with Project Agreement
and Recommended for Final Acceptance by
Sponsor
Jay Youn velo ent onsultants. Inc ARDOT Resident Engineer
Proiect Recommended for Acceptance Digitally signed by Paul
Libertini
7.10
23.
20 200
Paul Libertini, Staff Engineer, City of Fayetteville: Date: e:eee
T certify that the Contractor and/or subcontractor(s) have complied with the provisions of
F11WA-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 specific:ion
;IdJorin
;ayor,
has been paid for this work, and the
project is hereby accep
y of Fayetteville
Flintco, LLC Change Order No. 2
City of Fayetteville Staff Review Form
2023-0865
Item ID
N/A
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
ARCHIVED
Paul Libertini 8/11/2023 ENGINEERING (621)
Submitted By Submitted Date Division / Department
Action Recommendation:
Staff recommends that the Mayor sign Change Order g2 (Final) with Hinton, LLC in the amount of $16,499.39 for
the Razorback Road project for additional asphalt surfacing and additional irrigation per University of Arkansas who
will reimburse the City for the cost of this change order.
Budget Impact:
4470.800.8835-5809.00
Account Number
06035.2101
Sales Tax Capital Improvements
Fund
Razorback Road Improvements
Project Number
Budgeted Item? yes Total Amended Budget
Expenses(Actual+Encum)
Does item have a direct cost? yes
Is a Budget Adjustment attached? No
Available Budget
Item Cost
Budget Adjustment
Remaining Budget
Project Title
$ 201,384.00
$ 81,896.00
119,488,00
$ 16,499.00
$ 102,989.0O
M221130
Purchase Order Number: 2022-00000374 Previous Ordinance or Resolution 4 88-22
Change Order Number: Approval Date: 08/22/2023
Original Contract Number: 2022-00000026
Comments:
CITY OF
.� FAYETTEVILLE
ARKANS
ARKANSAS
TO:
Mayor Lioneld Jordan
THRU:
Susan Norton, Chief of Staff
Chris Brown, Public Works Director/City Engineer
FROM:
Paul Libertine, Staff Engineer,,,�d5 .
DATE:
August 11, 2023
SUBJECT:
Mayor's Signature —Change Order #2 (Final)
Razorback Road Improvements
STAFF MEMO
RECOMMENDATION:
Staff recommends that the Mayor sign Change Order #2 (Final) with Flintco, LLC in the amount of
$16,499.39 for the Razorback Road Improvements Project.
BACKGROUND:
On April 19, 2022, City Council approved Resolution No. 88-22 awarding a contract with Flimm,
LLC in the amount of $2,398,991.26 for the construction of Razorback Road from the University's
Administration Services Building to Hotz Drive.
The Final Construction Walkthrough Inspection was held on April 3, 2023 which resulted in a
Punch List of construction items needing further attention. All items have been completed and
approved as of July 11, 2023. The last item to be corrected was a University sign that was
damaged resulting in the fabrication of a new sign which was finally installed on July 11".
DISCUSSION:
This final Change Order was approved by the University of Arkansas for additional asphalt paving
and additional irrigation lines.
BUDGETISTAFF IMPACT:
The City will pay Flintco, LLC for this change order, but the University of Arkansas will reimburse
the City at 100%.
Attachments:
Change Order #2
Mailing Addrass:
113 W. Mountain Street www.fayetteville-acgov
Fayetteville, AR 72701
CHANGE ORDER FORM Fom LPA-022
HIPUCS-
ARCOT JOB NO.: 40864 F.A.P. No.: COVD(101), Wash CHANGE GRDER NO.: 2
JOB NAME: Razorback Road Improvements DATE PREPARED: 7/6/2023
OWNER: City of FayeOeWle PREPARED BY:
CONTRACTOR: Flintco LLC
sphaA per enginmes field direction to straighten and widen new asphalt between Center Street and South to ADSB. University of Arkansas
dded irrigation to sod areas between curb and sidewalk from Hobe Street south to ADSB. Original plans did not call for irrigation in this area,
the these.
JUSTIFICATION I REASON FOR
SUMMARY
ITEM
NO,
ITEM
UNIT
UNIT
UNIT
PRESENT
REVISED
QUANTITY
AMOUNT
QUANTITY
AMOUNT
2-18
ACHMSC (12') PG70-22
EA
X
1
$ 12,999.39
3.2
Irrigation
EA
X
1
$ 3,500.00
IUTAW: 1$ - I l a 1b'4*.JY I
CHANGES TO CONTRACT PRICE:
ORIGINAL CONTRACT PRICE $ 2,398,991.26
CURRENT CONTRACT PRICE ADJUSTED BY PREVIOUS CHANGE ORDERS $ (719,115.61)
THE CONTRACT PRICE DUE TO THIS CHANGE ORDER WILL BE (INCREASED) I(DECREASED) BY $ 16,499.39
THE NEW CONTRACT PRICE, INCLUDING THIS CHANGE ORDER, WILL BE $ 1,696,375.04
P wwby APDOT page 1 of 2 Rees 12 1621
CHANGE ORDER FORM
CHANGES TO CONTRACT TIME:
THE CURRENT CONTRACT TIME
THE CONTRACT TIME WILL BE(INCREASED)/(DECREASED)BY
THE CONTRACT PERIOD, INCLUDING THIS CHANGE ORDER, SHALL BE
APPROVALS:
ENGINEER: Jay Yaang, DCI
7/19/23
Signalu2 Dare
115 DAYS
0 DAYS
115 DAYS
Form LPA-022
CONTRACTOR. Flinmo, LLC
Tnoa Shaw, P ;"""
sgremm Dam
ARCOT RESIDENT ENGINEER CONCURS
sgaamre Dam
/Q,o Gr �iWRDOT PROGRAM MANAGEMENT APPROVES
Sgnamre
R of afiWT PWPa2 M 12*21
Pronoeal Fin[co Conshuctlon
EMERY SAPP & SONS, INC.
Job Code:17-22U2.2 Razorback Rd Widening CO 2
Oescrlptlon:Razorback Rd Widening CO 2
IM312023
Job Code 17-22M2.2 RszarbaG Rd Mdwing CO
Job Descripgon Razabad Rd Aidming CO
Bid Date 23Jan-2023
Propoeel
ONO OM Oueolty Unit of Meaure UnOPdu Tool Price
Subbbl Duo".
Asphalt Over Run 5131 Tm $25335 $12,999.39
GRAND TOTAL: $12,9W.39
Plus .80 cents to correct
Proposal CedTNatlnn original subcontract value.
-Pnceewdmedwilbesub)atto Increases Pnceescalahmdausebw performedefts Junei,2023, Liquid Asphalt and Fuel Produdm ofelphap are based on He threat
Asphalt Pnce IMe ,
12.5mm 70-22 Surface
-ITEMS NOT INCLUDED: REMOVALS (Unless Specificelly Bid), ANY AND ALL STORM DRAINAGE IMPROVEMENTS HANDICAP SIGNS, BUMPER BLOCKS,
STAMNG0AYOUT DOT PERMITS, TEMPORARY OR PERMANENT PAVEMENT MARKING, TRAFFIC CONTROL.
My Additional Mowlizatlons cell b on,
-My Allover of derived ham die above spedficedms involving an oast will be ashola d only upon widen orders and wY hemme an More charge over and above the afimale.
Cmdact Concede; Al Mdenal is guaranteed to be as spedad shore. NI wok is to he completed in a eastern like manner according to standard pedces.
In the highly event of any discrepancies regarding quead is a extended Prices, Me unit pica will precei
THIS PROPOSAL IS VOIDABLE IF NOT ACCEPTED WITHIN 10 DAYS
-PLEASE SIGN AND RETURN ONE 111 COPY OF THIS PROPOSAL TO INDICATE ACCEPTANCE BE SURE YOU HAVE MARKED ALL OPTIONS AND INITIALIZED THE
CONTRACT CONDITIONS AND OTHER PROVISIONS [IF APPLICABLE). NO WORM ORDERS WILL BE ISSUED UNTIL ESS ASPHALT HAVE ASIGNED PROPOSAL
-Unsuitable Mdeials are Excluded From this Proposal and wg be negotiated iiMfia Encountered
-Pn=ambasedonperiammceofworkbywrwmMWaews. W wUn osignanyunimaprgedlabaagree Uesacandiuw Mwakmdnsprged.
ESS Asphalt Reserves the rghtte perform sephaft Paving ii the ambient te'npaamre is belov 50 signed F a, if in ESSAsphaOs We disadm wesNemndlfims are net wioble
fix pads,. If Obashad me Cantraclorropposes ESS Asphalt to perform Asphalt Paving after Resavirg noce of an predade wbgrade andfer unwitable warder conditions, than
OmeRnme Co-Nador hereby agrees to Messer ESS Asphalt from any and all Liability and/or Costs a Damages mused by an reaching him such Asphalt Paving.
This Proposal aid became pail of Me dentrad
-For any pacing to be completed between Derenbe 15N and March fat, Please add S5,000.00 par Nxalnence to be pad her Me suppose of msinbining a hated asphalt source.
-ESS Asphalt expels zero percent Having en whad ants, which a Me same as MoDOT has whin Me Pnme Contractor
- Subeontrads must be made to: Emery Sapp B Says, Ina
Saw Rash is to be on grebe prior to ESS Asphalt mining an site
-Subgradeto b"- in- RmW ESS Asphalt AmAng m Site, and SubgretlalSubbase Shay be Rod Roled wgh a Loaded Tandem Tmd wiNout Delamdm
Emery Sappand Sms.lncshellnobehddrapmsiblefaanydrainageimueMm Nepercentdfallisless Nang%Mynaow admwAhecanol matimead
mdenal base
Proposal Excluders
2.01 Hand a net included in Me ahme proposal. (Available upon request)
2B2 beep .,,wane beyond Commercial liability(speafially pallubm liability,OCP, buiMeh nsk or abesti hazardous wale Polder)
2.03 Pavement maddngs, Bogart Parking blocks. Hardma ng, Fencing, and Permanent dgne
2.0A All permits, fees, engineers, testing, quality amtrd, and quality named systems
2.05 Licensed professional survey an aLuilts
2.1% Temporary government fadites and conbds - Waft boards, prgeddgnagarernmentfiddolfiw
2.07 Mdidmd Railrmdinwrance,AaggingwWorw con inrailmad Vends
2.08 Caning and/msweeping ofadlacmturests and roads beyond ahweMsled acopedwoM
2.09 Excludes traffic amed, temporary trace or baMcedes
Ziff Excludes any SWPPP and tanpomry dormwab pollution named plans
Pa„rlents to be made as homes'.
Eadmda MmNly Terms Ned 30 Days
M mdaial is guaranteed [o be as spadfietl. Nlwakistabecamplf dinawbdanfialw kmanlikemmnermardingWNewp fi�ans
Cane Initials: ESS Rep Infiab:_ 1 of 3
Proposal
Description
Subtotal Dus cliption
Quantity Unhof Measure Unit Price Total Price
submitted per standard Meta . My attention or dawatiwtram above specificenhe involving extra acts will be executed only upon written
arose and A become an abbe charge over and above the estimate. All agrtaneres wntingent upon strikes, acadeds, a days beyond
aurantrd. OwnwWca retomado,and&wneassary insurance. Wrwakersare Nllycwwetlby WOMnw's Canpmsatwn
insurance.
Note This proposal may be aitndonal by us if not moment within 30 days.
STANDARD TERMS AND CONDITIONS
Aftarhed to Propel
Contradual Canonical These SMndak Terms and Condition are not binding upon Emery Sapp & Sans, Inc. (ESS) and Customer has mthmimd ESSW cammencework by
exertion of the Propose.
Finanoal Assurance Customer shall, site wnflen request of ESS and before the mmmancwnentof Ne Wok(a anymnethereaflw), famishto ESSr mableemdnm Nat
financial arrangements have been made to fuNll Me Customer's ddigaflms W pay ESS Furnishing alsurh addence shall be a national Resident to commencement of, aaanpatlm
oftheWok. Aftersudsevidencehasbeen Mm,sh ,the CuaemerstealnotmateriallyvarysudstnandalarrangementswMoutprbrvw2enndceMESS.
Wurrenty Wakmanhip: ESSwarrantstheiMworkvnllbekmhameeledsmusotbyfaultywokmanship MapwWdMelvamonthsaflwsub nbd=plehmdthe WaA.
Entire Warranty: THE WARRANTIES OF THIS PARAGRAPH ME EXCLUSIVE AND ARE IN LIEU OF ALL OTHER WARRANTIES, EXPRESS OR IMPLIED, INCLUDING (BUT NOT
LIMITED TO) THE IAPUED WARRANTIES OF MERCHPNTMILITY AND FITNESS FORA PARTICULAR PURPOSE,
ESS's Oblige nESS may coned any defects due W Nutty workmanship, which appearwiNin Move(12)moMs after substar@at condepon of ESSa All ESS's chigger and
liability under themsrtanly are limited lots repair or replacement of any ddwove wxterna ip, at Customers Was end steal rid in any ale extend Many lossdwflapatetl profib.
rent,shuldp anonupembonofthe(salityaotheremsequmbalIcessuperaiby Cudomerfmmwymuse,indudingde coveredby Nisparagraph.
Exclusions: Thiswarentydoesnotcovemyfailureadatedresultinghom'.(1) Subatrdeddar bmoceMmawmern;(2)HamM dnernice6, Nmes, avapors;(3) Boned
hmaNms materials', (4) Vandalism orpryslml abuse; (5) Lad of propermainlm ince wtl repair, (6) UnauNarmd pmetrabms mmpaim; (2) Ads beyond the reasonable amrd
d ESS, induding withoutlimitaAan, fire, floor, eaMquaka tenons, explcauche Ads ai God, a other mlastrcphic evwis.
Native: My wenanry claim must be presented in wrdng N ESS whin 12 months after the substantial completion of be ESS's Wak, athe dam shay ber waived.
TernsdPaymentParm ereduemiinNidydayshodthesubmimimla Customerdaninmceor Applimtimter Paymmt A"lalepa„nwYchargedoneandmandfpercent
(1-I120A) per month or Me maximum legal need rate, wlichevr is greaterwill be made on all monies past due and shall be paid immediately
PermiN Unless otherwise preeded in the Proposal, all building, construction, and When papers raNired for Me WaY 041 be obtained by Dominion at no act to ESS. Custona shall
he reaswate for all cost Wributade to" delays wusetl by Me Customers failure to obtain al required pamins whin thetime name anticipated in this Combat In another, Me
Customer steal be responsible War my and all inspectors a MSM required by regulatory agenaw or ode Mitterrand agenaee, as well as counsel mensurm a required.
Performance Dates The performance somedule, if stated in the Proposal, is approximate and is not guaranteed by ESS ESS and not be liable for delays in delivery, fabdmtim or
installation when such delays result from ads of gwemmmt ads of Gail ativase weather, war, not, labor disputes, all inesmmill or any other causes beyond ESS'a reds made
control, and the date ofperiamwce shall he adjusted far any suds delays FUMw ESS shal not be respmdble fE delays in Me project caused by the failure of marmal/equiionwt
suppliers to new maleriffi equipment a services in Me time and terminal upon or in the tlme and manner embroidered
Scope LimiMdws Mymatedd, equipmmtstruMreuse ceitemthdisnWmplicAyapmdthis Cmtredissperfimlyexdudeehen ESS'sW .Myclanwhichenot
speoficallymadearesEither S or Cuin Nis Ceobact Isepedfimes excluded.
Con bad Ammtlmm d Either ESS or Cuaanermay dmense charges to the Ware, and such oranges may be incorporated b into Me final design as Mang erne of Me sinned Pro in pace
and sMenuleare made TheM �do db amendmentd.,Eeistobeused fo err rW menfixthe mt a by ESS. which isbeyond the Snipeother signed Proposal.
Asmbact remitems ere idwofietlendbelam anywark is dace,ESS and the Cuemessand reviewandagreean thewok ibeperfalsig
A ontradanentlmwt a Mange atlerwll be mmplatetl with rWeN to snipe and prim and any sticetlule impaG Pll pales involved will sign the centred amendment arrange
Eder.
ESS all perform the wok and Althe Cusome. Fa tlme and ing anelswak, backup ill and ma will be provided upon request by Custanha
by SEEM as Conditions Vv (Latomer she provide adequalewed a and atwagewebs,amities, and reasonableaccess tothe lobsite. by ES eshall pay my atldtianal costsmaned
by ESS as a result ings anti specifications
in the conditions other pgmt a site lothere ambut nW iimftW n mntlNans Mdwere not o &angwby ESS.)
Drawings eebwingsandspedfimlbns. ESS shai he
solothe beenf flatanby Customers any
and W shellemade in thesedrawingswspeaTmatid
ceworkeexpresseen, and
for dESSESS steal be l i Mfopcanpwsatim inclusive ofprofitand overheadfor any oneallrfm the
the drawings and spaifimtlmsand
the wosideplcld teen, winIaan Should
delays,Wall inchileaim part byany changes.Custarne shay Was bit tespmsional fathercmplelenessand acmracymany and
al nrawngs and dole far the Prgect Should Misinformation be incomplete a Ineavrala then Customer shill Day my and all additional eats (intludng overhead and profill inmmH
by ESS p a result
Use of Spetion Cu and Drawings ESS stealmake no aceotherapedycetims,raspes. fro any
a sexceptinoameam with MilnndraR
Indanbyfi eCligmmdCugrowwidefend endindemnity ESS aga ppli nylossSexpenseformany tlaimasuit aany ESS anamean
semanypaaim injury apmpatydamage
causedbythenonalicedCud rtyd 6aeuandoyees,,suppliers.ESSegressroinnanniry Cuaamaiaup"aexpwsehenanydniEsuitagainstCfateOa
rwufldany personal injury EprapeM damage mused by Me negligmceof ESS or its agwMaerndoyew. Nether paryshall be requiredroineernnily the oche parlyfathe other
pomre and maintdn the insurance nmenbed blow: (a) Conductor, All Risk, (2) CEmmmcial General Liability, and (3) ProperrylCasualty
ConsWdim All Risk Insurance: Cerebral All Risk Insurance an Customers risk insurance hating a'replacement value basis, and including flood and Fall coverage on all
equipment and activities included in the Proposal and all materiels and superhwt intended for permanent use or incidental to Me mnsbuctan Me Projed, Medial ofwhich is induced
in Me cast of the Proposal, wthm in thenat to Me site ofconsWdion, while dtemporary stoage locators and while in a about Me penises reveal and during conductor unfit the
pryerisa ptWiniNwbretybythe Cuatoner.Thepdirywll.(a) Provide Mal all losses shall be adjusted with, and made payable to, Me Customer a ESS as their Interest may
ap,mr(b) Containnorcninmmmcedause.ic)Contain3 aycancelladmnotice.(d) Alldeductiblesstealbepaidby Casten.
Omer Im ls:_ ESS Rep InmIa 2 of g
PMPOW
Description Quantity Unitof Measure Unut lone Total Pr
Subtotal Dawlptlpt
Commecial Generalliidalilylnsuraned Customer shall mantan commercial gereal liability insurdncefran mmmmcemenl da"Work brand lwelve(12) months aRx Me PrgaYis
finally completed. The lint dlie ulby under suds insurance shall be of least $1,000 000 for any we axmpence.
Prah"ICasualty Insurance: Customer shall purchase and maintain the usual propedylmsualty insurance on the property and facility in the full muscemail value of the property. AN
monies received under anymen policy shall be applied in or pool the radical and repair of the Wcrk Net is lost damaged ordestroyed. Customer and ESS weirs all rights
against each other and any of their subcdntracors, agents, and employees fa any damaged or iabuty covered by Custmner's insurance, including any nghl of erlbfcgation.
ESSs Insurance ESSw 1I pm+itle and maintain, until compledco of the Work, Automobile lability insurance, general liability insurance, and workerscornmeal Insurance. Proof of
insurance sill be provided if rebounded.
tirrabtim of LiadlAy In no event shall ESS be liable fa any indirect spedal our consequential loss or damage acing cat of any work performed for Customer, mdudag. that not smiled
to, loss of use, Idea of profit business intermption, interest less by reason of shutdown a non Wooden of the CustomeR mother, increased eapensed of attended of the Proja], the
facility or other facilities, orspeial commonweal loss or damage, arising hen any muse whasceve induding without limilatia. fire. To the killed swan permiped by law, the total
liability in tine aggregate, of ESS to Customer or anyone claiming by or through Custom, for any and all Iiabili0es, dams, IcsSm, expenses, a damaged whatsoever ansig art of or
'%anyway coaled W ESS's sarfces, the Project, "a Pmpoml, hum any muse an muses whommev%, Including without limitation, negligence, athd Iiabli Indemnity wamardy, a
brmdh of coni shall net exceed to Contract Amount
Cadmium Upon mncelstion of this Central Customer shall be responsible to ESS for ON coats of permission, ihoming (1) the proportionate compact free for all Wok compkkq
whether shipped a not prior to ESS's receipt of hdice a cadmium; (1) all costs lammed by ESS in man added wth Work net compound at the time notice of cancellation is
received; (3) ESSs all anticipated fee for this Cartel (d) all expenses inarted by ESS by rose of such mncallabon, in eluding costs arcing ham lermioatim of subcontractors and
vendors; and (5) ESS's rmsdnable attorneys has incorrect to enforce or defend this concision. This chase shal net limit net apply to Cuslarnefs remedied in the event ESS shall
trump or fail to perform any of the tams of this Cal provided, however, Nat ESS's Famlty Mail nth exceed the limitation of liability set font in these Temps and Conditions.
Termination It the Common faits 0 make payment for a peied of 10 days after the date the payment is due, ESS may, upon seven days wrAlah notice to Custom%, terminate this
Contract and reamer ban the Cslorner payment for Wok seemed anti for Ions with respect to materiels equipment, fuels, and canstrudion egbrymenl anti member,, indutling
reasonable commend and profit apdimde to Me Project If ESS defaults or persistently fails or neglects to carry, at the Work in accordance with this Compact or fails to perform a
provision of the Contract, Customer, after seven days written notice to ESS, may make goad such dafidandes and may makct the cost thereof from the payment due ESS If the
unpaid balance of Me ContractPmauM exceeds costs of finishNg the Wok, such aces shall be paid to ESS, but if such pests arced wcth unpaid balance, ESS shall pay the
difference to Customer, subject to to limitation of liability ad forth in these Tema and CondNcns.
Chace of Law Too Contract and any disputes arising unit%a rdded b if shal be governed by the was ofplace where the Praject is Idealetl.
Dispute Resdumn The paNes will attempt in good faith to resolve through negotiation any dispute,dam, or conlridwry arising at by ormatrrg to Nis ag.ce LMy party may
iniside remittances by cooadim3 mM notice in hater upon to the other parry salting font the subject of the dispute and merelief poluedled. The recpients of such address Oil redpaM
Assgns This Conbad shad be binding upon Me heirs, aemtem adminumatas. wmessws, samods , and assgns dthe respective palled. Neither party shall assign Nis Contract
wtihout Oman comeN of the other party.
Complete Agreement This Contract sots form me more and integrated agreement between Customer and ESS and supersedes any and all prior agreements, stonewall waons, and
negotiations. No vebal agreement a conversation ryth any repremntative w employee d ESS, eith%belle %after escudo dthe Contras, shay aRxi a medity any Wine lams
or ebligatidns of this Comed
Submitted By: Bapylgng
Owner Initial:_ ESS Rep Intiads: 3 of 3
Frank Sharum Landscape Design, Inc.
"L Iradninn at Quality
Commercial - Residential - Institutional
479-646-6517
Date: 8.16.22
Vendor: Flintco
Attn: Tricia Shaw
Subject: Razorback Rd Improvements
Arkansas Contractors License # 000416o423
Add irrigation to sod areas
TOTAL CHANGE ORDER — $3,500.00
Misty Brown 8.16.22
Approved Date
From:
binamm. Paul
To:
01YOrrk
Sublet:
U: HOLDING HUE: hems 2022-0457 and 202MO65
Date:
TuesAay, January 16, 2024 3:31:50 PM
Rnacbments:
co3 Itr ndf
Here are the executed change orders. Change Order #2 did not require signoff from
ARDOT because no federal funds were involved in the change order.
Paul Libertini, P.E.
Staff Engineer
Engineering Division
City of Fayetteville, Arkansas
pl i be rti n i@favettevi I le-ar.gov
T 479.444.3419
Website I Facebook ( Twitter I Instagram I YouTube
CITY OF
FAYETTEVILLE
ARNANSAS
From: CityClerk <cityclerk@fayetteville-argov>
Sent: Thursday, January 11, 2024 3:15 PM
To: Libertini, Paul <plibertini@fayetteville-ar.gov>
Subject: HOLDING FILE: Items 2022-0457 and 2023-0865
Good afternoon Paul,
Our office is cleaning out its Holding File and found two Non -Agenda (Admin Approval) items for
Engineering. One is from 2022 and the other from 2023, both have yet to be archived due to
Missing Additional Signatures.
Could you please review the attached documents, and if you have the fully executed documents
could you please provide a copy for us to complete the archiving process?
If these documents do not require the additional signature being sought please inform our office
We'll make a note of it, attach it to the document in question and complete the archive process.
Thank you,
Jonathan Ramirez
Communication Specialist
Office of the City Clerk -Treasurer
City of Fayetteville, Arkansas
479-575-8323
fayetteville-ar.gov
jramirez@fayefteville-ar.gov