Loading...
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