Loading...
HomeMy WebLinkAbout161-22 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 161-22 File Number: 2022-0581 SWEETSER CONSTRUCTION, INC.: A RESOLUTION TO AWARD BID #22-34 AND AUTHORIZE A CONTRACT WITH S WEETSER CONSTRUCTION, INC. IN THE AMOUNT OF $362,283.00 FOR CONSTRUCTION OF THE WILSON PARK TRAIL BRIDGE REPLACEMENT AND PROMENADE IMPROVEMENTS, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $25,000.00, AND TO APPROVE A BUDGET ADJUSTMENT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #22-34 and authorizes Mayor Jordan to sign a contract with Sweetser Construction, Inc., a copy of which is attached to this Resolution, in the amount of $362,283.00 for construction of the Wilson Park Trail Bridge Replacement and Promenade Improvements, and further approves a project contingency in the amount of $25,000.00. 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 7/19/2022 Page 1 Printed on 7/20/22 Resolution: 161-22 File Number: 2022-0581 Attest: 001111111'.RK / Trr . r, YE •,� .gin_ • Kara Paxton, City Clerk Treasurer �nw Page 2 Printed on 7120122 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479)575-8323 Text File File Number: 2022-0581 Agenda Date: 7/19/2022 Version: 1 Status: Passed In Control: City Council Meetinq File Type: Resolution Agenda Number: A.5 SWEETSER CONSTRUCTION, INC.: A RESOLUTION TO AWARD BID #22-34 AND AUTHORIZE A CONTRACT WITH SWEETSER CONSTRUCTION, INC. IN THE AMOUNT OF $362,283.00 FOR CONSTRUCTION OF THE WILSON PARK TRAIL BRIDGE REPLACEMENT AND PROMENADE IMPROVEMENTS, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $25,000.00, AND TO APPROVE A BUDGET ADJUSTMENT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #22-34 and authorizes Mayor Jordan to sign a contract with Sweetser Construction, Inc., a copy of which is attached to this Resolution, in the amount of $362,283.00 for construction of the Wilson Park Trail Bridge Replacement and Promenade Improvements, and further approves a project contingency in the amount of $25,000.00. 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 712012022 Ted Jack Submitted By City of Fayetteville Staff Review Form 2022-0581 Legistar File ID 7/19/2022 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 6/24/2022 Submitted Date Action Recommendation: PARKS & RECREATION (520) Division / Department Staff recommends a resolution to award bid 22-34 Construction - Wilson Park Trail Bridge Replacement and Promenade Improvements, and to authorize a contract with Sweetser Construction, Inc. in the amount of $362,283.00, and to approve a project contingency of $25,000.00 and necessary budget adjustments. Budget Impact: 2250.520.9255-5814.05 Park Development 2250.520.9256-5814.05 Account Number Fund 13001.1802 Community Park Improvements, Wilson Park Improvements Project Number Budgeted Item? Yes Does item have a cost? Yes Budget Adjustment Attached? Yes Current Budget Funds Obligated Current Balance Item Cost Budget Adjustment Remaining Budget Project Title $ 281,516.00 $ 20,269.30 $ 261,246.70 $ 362,283.00 $ 127,406.00 26,369.70 V20210527 Purchase Order Number: Previous Ordinance or Resolution # Change Order Number: Original Contract Number: Comments: Approval Date: CITY OF FAYETTEVILLE ARKANSAS MEETING OF JULY 19, 2022 TO: Mayor and City Council CITY COUNCIL MEMO THRU: Susan Norman, Chief of Staff Alison Jumper, Director Parks, Natural Resources and Cultural Affairs FROM: Ted Jack, Park Planning Superintendent Byron Humphry, Park Maintenance Superintendent DATE: June 24, 2022 SUBJECT: Wilson Park Trail Bridge Replacement and Promenade Improvements Bid RECOMMENDATION: Staff recommends a resolution to award bid 22-34 Construction - Wilson Park Trail Bridge Replacement and Promenade Improvements, and to authorize a contract with Sweetser Construction, Inc. in the amount of $362,283.00, and to approve a project contingency of $25,000.00 and necessary budget adjustments. BACKGROUND: This project, supported by a Recreational Trails Grant providing $170,000.00 of the construction costs, will replace the old and narrow trail bridge on the loop trail at Wilson Park. Work also includes creating a promenade with seating areas that connects the new bridge to the existing Pavilion. The promenade is located between the playground and Scull Creek and will increase connectivity and accessibility and allow patrons to better enjoy Scull Creek. See attached concept sketch. DISCUSSION: This work will fit into future plans aimed at restoring and protecting Scull Creek while better integrating the creek into the into the park's recreational environment. Streamside Protection Var-21-000018 was approved by the planning commission for this project. BUDGET/STAFF IMPACT: The construction costs are higher than initially anticipated but consistent with the disrupted construction market we are experiencing. $259,877.00 is currently in 13001.1802 for this project. An additional $127,406.00 from Park Land Dedication SW quadrant is needed for the contract costs including a $25,000 project contingency. ACCOUNT PROJECT PO AMOUNT 2250.520.9255-5814.05 13001.1802 $170,000 2250.520.9256-5814.05 13001.1802 192,283 TOTAL $362,283 Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 Attachments: 1. SRF, Council Memo, Concept Sketch, Certifications, Bid Tabulation ARDOT concurrence, Contract 2. Construction Drawings 3. Budget Adjustment r North -,. �Y i i CERTIFICATION LETTER REQUESTING CONC URRENCE IN A WARD OF THE CONTRACT June 2, 2022 Mr. Carlos Meredith Advanced Program Management Engineer Arkansas Department of Transportation Program Management Division 10324 Interstate 30 Little Rock, AR 72209 Dear Mr. Meredith: Ii CITY OF FAYETTEVILLE ARKANSAS Re: Job #040811 Fa etteville Wilson Park Trail Brid e Repl. (RTPR19) (S) Washington County The following documents are submitted concerning the referenced project: 1. One set of bid tabulations (Bid 22-34). 2. Justification of award. I certify that the referenced project was advertised and bids were received in accordance with the regulations governing Federal -aid projects and all other applicable state and federal regulations, and that this process has been reviewed and approved by the City of Fayetteville's Attorney. Additionally, I certify that the bid is being awarded to the lowest responsive and qualified bidder and that there has not been, nor will there be, any negotiations with the contractor or other bidders regarding the amount bid. Your concurrence in the award of this contract to Sweetser Construction, Inc. for $362,283.00 is requested. City Attorney I& Williams Enclosures June 1, 2022 City of Fayetteville, Arkansas Attn: Mr. Chris Brown, PE, Public Works Director 113 W. Mountain Street Fayetteville, Arkansas 72701 Re: Recommendation to Award Wilson Park Bridge Replacement and Promenade Improvements Job 040811, FAYETTEVILLE WILSON PARK TRAIL BRIDGE REPL. (RTP-19) (S) F.A.P. RTP-1302(322) City of Fayetteville Bid #22-34 Fayetteville, Arkansas Olsson Project 020-2314 Mr. Brown Bids for the above referenced project were received and opened by the City of Fayetteville on May 27, 2022. A total of two (2) bids were submitted. The bid totals received are shown below, and a Bid Tabulation prepared by the City of Fayetteville Purchasing Division is attached. Sweetser Construction, Inc. $362,283.00 CDI Contractors, LLC $574,886.06 The low bid was submitted by Sweetser Construction, Inc in the amount of $362,283.00, which is approximately 8.5% above the original certified fund amount of $333,877.00 and approximately 34% higher than the Opinion of Probable Cost of $270,600. Although the bid is higher than the original estimates, we believe that the bid price is justified due to recent escalations in construction cost as well as the general cost volatility observed in the current construction market. We have reviewed the qualifications submitted by Sweetser Construction and based on this information as well as our previous experience with Sweetser, we believe Sweetser is qualified to perform this project. After review of the bids, it is our recommendation that a Notice of Award be given to Sweetser Construction, Inc., in the contract amount of $362,283.00. We will be happy to assist with preparation of the construction contract upon your request. Please do not hesitate to call with any questions, comments, or if any further information or documentation is required. Sincerely, Brad Hammond, PE Olsson Office Leader 302 E Millsap Road / Fayetteville, AR 72703 0 479 443 3404 / olsson.com CITY OF FAVETTEVILLE ARKANS ARiEAN8Al3 BID TABULATION Bid 22-34, Construction - Wilson Park Trail Bridge Replacement and Promenade Improvements DEADLINE: Friday, May 27, 2022 at 2:00 PM Certification of Funds: $333,877.00 plus the 25%total allowed amount = $417,346.D0 COI Contractors, LLC Sweetser Construction, Inc. Bodishbau h Total Price $362,283.00 Total Price $574,886.06 Veto Description QTy Um Unit Extended Unit Extended 1 Bonds and Insurance 1 LS SS.i59AP sli"isaoill $5,W.00 $5,94000 2 Mobilization • ihaa not exceed 5%of Tolal Base W 1 LS $14540"OQ $1040.00 $25,080 00 $25,080.00 3 Trench and FAuyeliCa Way Sy+lem 1 1.$ $2.S0P.09 54SODAO $6,60O.Go $6,500.00 4 'TOTAL BASE BID(DO NOT INCLUDE PRICING FOR MOBILIZATION, BONDS INSURANCE, OR TRENCH EXCAVATION SAFETY 1 LS 5363.89312 $343,99100 $537,266 06 $537,266 06 SYSTEM IN fH0 LINE ITEM) Amanda Beilfuss Digitallysigned by Amanda''ss Date: 2022.05.31 09:42:42 -050000 E�QY1 Digitally signed by Andrea Foren Andrea F O 1 G E 1 Date: 2022.06.01 12:36:14-05'00' CITY OF FAYETTEVILLE %PF ARKANSAS TO: Kit Williams, City Attorney FROM: Ted Jack, Park Planning Superintendent DATE: June 1, 2022 STAFF MEMO SUBJECT: Wilson Park Bridge Replacement and Prominade — Certification Letter This is to confirm that Bid 22-34, Construction - Wilson Park Trail Bridge Replacement and Prominade Improvements was advertised and bids for the project were received in accordance with regulations governing Federal -aid projects, and that the bid is being awarded to the lowest responsive and qualified bidder. No negotiations have been held with the contractor or other bidders, nor will there be prior to execution of the contract. Sweetser Construction, Inc. is the low bidder on the project. Their bid submittal has been reviewed to verify that all certifications required of Federal -aid projects (e.g. DBE Participation, Anti -Collusion and Debarment, etc.) were properly signed and submitted with the bid. cc: Chris Brown, City Engineer Alison Jumper, Director Parks, Natural Resources and Cultural Affairs Byron Humphrey, Park Maintenance Superintendent Andrea Foren, Purchasing Manager Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 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 1 Voice/TTY 7111 Fax:501.569.2400 June 20, 2022 Re: Job 040811 F.A.P. RTP-1302(322) Fayetteville Wilson Park Trail Bridge Repl. (RTP-19) (S) Washington County We have received your request for concurrence in award, and the bid tabulations for the referenced project. The Department concurs in the award of the project in the amount of $362,283.00 to the low bidder Sweetser Construction, Inc., of Fayetteville 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. 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.ai-dot.gov/lpa. 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. Wilev Assistant Chief Engineer — Planning c: Deputy Director and Chief Engineer Construction Program Management Transportation Planning and Policy District 4 Resident Engineer #43 Job 040811 'C' File CITY OF W;S FAYETTEVILLE ARKANSA Bid 22-34 Addendum 4 Sweetser Construction, Inc. Sweetser Construction, Inc. Supplier Response Event Information Number: Bid 22-34 Addendum 4 Title: Bid 22-34, Construction - Wilson Park Trail Bridge Replacement and Promenade Improvements Type: Construction - With Plan Holder Listing Issue Date: 5/1 /2022 Deadline: 5/27/2022 02:00 PM (CT) Notes: The City of Fayetteville, AR (owner) is accepting formal, sealed bids from properly qualified, experienced and licensed contractors for the removal of two existing pedestrian bridges, installation of a new pedestrian bridge, installation of a new stamped concrete promenade, soft surface trail seating areas, benches, landscape boulders, landscape beds and irrigation sleeves, and climbable boulders along Scull Creek and all other items set forth in the Contract Documents. All questions during the bidding process shall be addressed to Amanda Beilfuss, Purchasing Agent, at abeilfuss@fayetteville-ar.gov. Contact Information Contact: Amanda Beilfuss Address: Purchasing City Hall Room 306 113 W. Mountain St. Fayetteville, AR 72701 Email: abeilfuss@fayetteville-ar.gov Page 1 of 2 pages Vendor: Sweetser Construction, Inc. Bid 22-34 Addendum 4 Sweetser Construction, Inc. Information Contact: Charlie Miller Address: 590 West Poplar Fayetteville, AR 72753 Phone: (479) 443-3026 Fax: (479) 442-0119 Email: charlie@sweetserconstruction.com By submitting your response, you certify that you are authorized to represent and bind your company. William G. Sweetser Signature Submitted at 512712022 1:43:01 PM Requested Attachments Bid 22-34, Required Signature Forms billy@sweetserconstruction.com Email SSweetser C22052713550.pdf Please attach your completed forms. These documents can be found in the Project Manual, or as a convenience file in the 'Attachments' tab titled "File 00" Bid 22-34, Bid Bond SSweetser C22052713150.pdf Please attach a signed and completed copy of your bid bond. Bid bonds in the form of a cashier's check shall be delivered to City Hall, Purchasing Divison before bid deadline and have a copy of the cashier's check uploaded. Bid Lines 1 Bonds and Insurance Quantity: 1 UOM: LS Price: $5,250.00 Total: $5,250.00 2 Mobilization - shall not exceed 5% of Total Base Bid Quantity: 1 UOM: LS Price: $10,540.00 Total: $10,540.00 3 Trench and Excavation Safety System Quantity: 1 UOM: LS Price: $2,500.00 Total: $2,500.00 4 TOTAL BASE BID (DO NOT INCLUDE PRICING FOR MOBILIZATION, BONDS & INSURANCE, OR TRENCH & EXCAVATION SAFETY SYSTEM IN THIS LINE ITEM) Quantity: 1 UOM: LS Price: 1 $343,993.00 Total: $343,993.00 Item Notes: Bidders shall be required to submit a completed "FILE 03 - Detailed Unit Pricing" by 5:00 PM on Friday, May 27, 2022 to the City of Fayetteville Purchasing Division. All "FILE 03 - Detailed Unit Pricing" 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. Response Total: $362,283.00 Page 2 of 2 pages Vendor: Sweetser Construction, Inc. Bid 22-34 Addendum 4 DOCUMENT 00400 — BID FORM Contract Name: Wilson Park Bridge Replacement and Promenade Bid Number: 22-34 BID TO: Owner: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 BID FROM: Bidder: SWIEETSER CONSTRUCTION, INC. R FAYETTE ARTICLE 1- INTENT 1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement with Owner in the 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. 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 00400-Bid Form 00400-1 Date DOCUMENT 00400 - BID FORM {continued) 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, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost, progress, performance, or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto. F. Bidder does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performing and furnishing of the Work in accordance with the times, price, and other terms and conditions of the Contract Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to Work for which this Bid is submitted as indicated in the Contract Documents. I. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Contract Documents, and the written resolution thereof by Engineer is acceptable to Bidder. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this 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 Bidder has not 00400-Bid Form 00400 - 2 DOCUMENT 00400 — BID FORM (continued) 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 price(s) submitted by the Bidder. *Lump Sum Bid Pricing & Detailed Unit Pricing (Item List) Requirements: 1. All bids shall be submitted to the City in a lump sum form as presented in the City's electronic bidding portal. Bidders are NOT required to submit a Detailed Unit Pricing at time of bid; however, all bidders shall provide a complete and accurate Detailed Unit Pricing within 24 hours of written request by the City. 2. Bidders have been provided an anticipated Detailed Unit Pricing with bid. This Detailed Unit Pricing file is being provided as a courtesy to aid and assist with bid preparation. The City reserves the right to modify the Detailed Unit Pricing as it deems necessary prior to requesting the final Detailed Unit Pricing from bidders. Post -Bid Detailed Unit Pricing Submission Requirements: Bidders shall be required to submit a completed Detailed Unit Pricing within 24 hours of request by the City of Fayetteville Purchasing Division. All Detailed Unit Pricing submitted to the City shall have a sum equal to the Total Base Bid submitted prior to bid deadline. Bidders are strictly prohibited from modifying the Total Base Bid Amount. The sum of line items within the Detailed Unit Pricing shall fully equal the submitted Total Base Bid upon receipt to the City. 00400-Bid Form 00400 - 3 DOCUMENT 00400 — BID FORM continued 4. The City reserves the right to reject any bid response from a bidder who fails to submit a complete and acceptable Detailed Unit Pricing within the allowable post -bid time eframe. 5. The final Detailed Unit Pricing shall become part of the vendor's response to the bid. The final Detailed Unit Pricing will be bound by contract and utilized for payment processing as reflected in the bid specifications and project manual. ARTICLE 5 - CONTRACT ITEMS 5.01 Bidder agrees that the Work will be substantially completed and completed and ready for final payment within the number of calendar days indicated in the Agreement. 5.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified in the Agreement. ARTICLE 6 - BID CONTENT 6.01 The following documents are attached to and made a condition of this Bid: A. Required Bid security in the form of a 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: t Email: C L_id CJ Sew Co,v Sfv r'1 Phone No. L4 7 f 3 Q Fax No. L-I ?7 - 4 qo1 — 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. If Bidder is: An Individual Name (type or printed): 00400-Bid Form 00400-4 DOCUMENT 00400 - BID FORM continued By: Doing business as: Business address: Phone No. Email address: A Partnership Partnership Name: By: (Individual's Signature) Fax No. (Signature of general partner - attach evidence of authority to sign) Name (type or printed): Business address: Phone No. Email address: 00400-Bid Form 00400 - 5 Fax No. (SEAL) (SEAL) DOCUMENT 00400 - BID FORM icontinued A Comoration or LLC SWEETSER CONSTRUCTION, INC. Corporation Name: (SEAL) State of Incorporation: ARKANSAS Type (General sin, Professional, Service, Limited Liability):[' v5 ; ,,e- s 5 LIN i r(Signature of general partner - attach evidence of authority to sign) Name (type or printed): �cn--�' G. SEE t SER Title: PRESIDENT Attest: (Signature of Corporate Secretary) (CORPORATE SEAL) Phone No. - 4143-30� Fax No. _ 4 l q- Uqg -e 11 `I' Email address: Tax ID Number (TIN): / _ `% L� DUNS # Cage Code: END OF DOCUMENT 00400 00400-Bid Form 00400-6 DOCUMENT 00430 — LIST OF SUBCONTRACTORS In compliance with the Instructions to Bidders and other Contract Documents, the undersigned submits the following names of Subcontractors to be used in performing the Work for: WILSON PARK BRIDGE REPLACEMENT AND PROMENADE Bidder certifies that all Subcontractors listed are eligible to perform the Work. Subcontractor's Work Clearing/Demolition SWPPP/Erosion Control Asphalt Concrete Landscaping Material Testing Other (designate) Subcontractor's Name and Address NOTE: This form must be submitted in accordance wi a Instructions to Bidders. Bidder's Signature 00430 List of Subcontractors.docx 00430-1 Expected Percentage or Value CITY OF FAYETTEVILLE ARKANSAS Project Check List This checklist is for the Bidder's use in preparing & submitting a bid. It is not intended to include all details necessary to prepare a bid and shall not be used as a substitute for the requirements of the bid documents. Information is shown below only as a matter of convenience. Use of this checklist does not relieve the Bidder from the responsibility of meeting all requirements of the Specifications concerning the preparation of an acceptable bid. Bidders are welcome to use this form as a coversheet for a sealed envelope; however, using this form itself is NOT a requirement. 17- 5% Bid Bond of the amount bid accompanied by required documentation (Power of Attorney, etc.) o In lieu of a bid bond the bidder ma y submit a cashier's check from a bank located in the State of Arkansas for at least five percent (5%) of the amount bid (inclusive of any deductive alternates). Cashier's checks shall be made payable to the City of Fayetteville, AR and received prior to the bid deadline by making an in -person delivery appointment with the City Purchasing Division. o Upload 5% bid bond to the City's electronic bidding platform (preferred) OR attach bid bond with physical submittal and setting up an in -person delivery appointment with the City Purchasing Division. it addenda shall be signed, acknowledged, and submitted on the appropriate forms (submitting the actual addendums or marking acknowledgement on other bid pages). All line items shall be appropriately filled out and extended to reveal the line item price as well as the total bid price. Total base bid should be calculated in the provided space. ✓�pll pages provided with signature lines shall be appropriately signed, dated accordingly, and included with submitted i� id documents All bids shall be received before the stated deadline utilizing the City's electronic bidding platform or submitting a physical sealed bid to the City Purchasing Division. Submitting a bid electronically is strongly encouraged. A public bid opening will be conducted shortly after the deadline at City Hall and livestreamed at httos://www.vo utu be.00m/use ricityoffavettevi Ilea r. Late or misdirected bids shall not be accepted. The City of Fayetteville shall not be responsible for lost or misdirected bids, or failure of bidder's technical equipment. All bid documents shall be delivered in a sealed envelope to the address stated in the advertisement or updated deadline issued via Addenda. All bids should be delivered with the name of the bidder (contractor) on the sealed envelope as well as the bidders Arkansas Contractor's License Number. City of Fayetteville, AR Purchasing Division — Suite 306 113 W. Mountain Fayetteville, AR 72701 Additional Information R uired: r' • List of Subcontractors: Submit form on Ion Wave or attach if submitting a physical bid • AR Secretary of State Filing: /DDJ 2 g 3 • Arkansas Contractor License or date of application #: 0 1_19 7. 0 N d<3 • 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. o Circle applicable answer: 51 or NO Telecommunications Device for tie Deaf TDD (479) 521-1316 113 west Mountain - Fayetteville, AR 72701 12/15/11 Page 1 of 2 CITY OF FAYETTEVILLE SUPPLEMENT TO PROPOSAL ANTI -COLLUSION AND DEBARMENT CERTIFICATION FAILURE TO EXECUTE AND SUBMIT THIS CERTIFICATION SHALL RENDER THIS BID NONRESPONSIVE AND NOT ELIGIBLE FOR AWARD CONSIDERATION. As a condition precedent to the acceptance of the bidding document for this project, the bidder shall file this Affidavit executed by, or on behalf of the person, firm, association, or corporation submitting the bid. The original of this Affidavit shall be filed with the City of Fayetteville at the time proposals are submitted. AFFIDAVIT I hereby certify, under penalty of perjury under the laws of the United States and/or the State of Arkansas, that the bidder listed below has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the submitted bid for this project, is not presently barred from bidding in any other jurisdiction as a result of any collusion or any other action in restraint of free competition, and that the foregoing is true and correct. Further, that except as noted below, the bidder, or any person associated therewith in the capacity of owner, partner, director, officer, principal investigator, project director, manager, auditor, or any position involving the administration of Federal funds: a. is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any Federal agency; b. has not been suspended, debarred, voluntarily excluded or determined ineligible by any Federal agency within the past 3 years; c. does not have a proposed debarment pending; and d. has not been indicted, convicted, or had an adverse civil judgment rendered by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years. 12/15/11 Page 2 of 2 CITY OF FAYETTEVILLE SUPPLEMENT TO PROPOSAL ANTI -COLLUSION AND DEBARMENT CERTIFICATION FAILURE TO EXECUTE AND SUBMIT THIS CERTIFICATION SHALL RENDER THIS BID NONRESPONSIVE AND NOT ELIGIBLE FOR AWARD CONSIDERATION. EXCEPTIONS: APPLIED TO INITIATING AGENCY DATES OF ACTION Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility. Providing false information may result in criminal prosecution or administrative sanctions. Job No. 0 qVg / I F.A.P. No. L P —/30 a i 3 1 (Date Executed) S ER CONSTRUCTION, INC. (Name of Bidder) (Signature) (Title of Person Signing) The following Notary Public certification is OPTIONAL and may or may not be completed at the contractor's discretion. State of County of (Title) )ss. being duly sworn, deposes and says that he is of and that the above statements are true and correct. Subscribed and Sworn to before me this day of My commission expires: (NOTARY SEAL) (Name of Bidder) 20 (Notary Public) 7/26/96 Page 1 of 2 CITY OF FAYETTEVILLE SUPPLEMENT TO PROPOSAL CERTIFICATION The prospective contractor certifies, by signing and submitting this proposal, to the best of his or her knowledge and belief, that: No Federal appropriated funds have been paid or will be paid, by or on his or her behalf, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or any employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2 If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal -Aid contract, the prospective contractor shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities", in accordance with its instructions. (Available from Arkansas Department of Transportation, Program Management Division). This Certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. This Certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U. S. Code. During the period of performance of this contract, the contractor and all lower tier subcontractors must file a Form-LLL at the end of each calendar year quarter in which there occurs any event that requires disclosure or that materially affects the accuracy of the information contained in any previously filed disclosure form. Any person who fails to file the required Certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each failure. The prospective contractor also agrees by submitting his or her proposal that he or she shall require that the language of this Certification be included in all lower tier subcontracts which exceed $100,000 and that all such subcontractors shall certify and disclose accordingly. 7/26/96 Page 2 of 2 CITY OF FAYETTEVILLE SUPPLEMENT TO PROPOSAL CERTIFICATION FOR FEDERAL AID CONTRACTS THIS CERTIFICATION SHALL BE COMPLETED BY THE BIDDER AS PART OF THIS PROPOSAL The bidder SWEETSER CONSTRUCTION, IN oposed subcontractor hereby certifies that he has , has not , participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925, 11114, or 11246, and that he has , has not , filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. (Currently, Standard Form 100 [EEO-1 ] is the only report required by the Executive Orders or their implementing regulations.) JOB NO.0 ct-0 8 F.A.P. NO. ±� j y° /3 0 ;L [ 3 d a� ( ate Executed) S EFS6 CONSTRUCTION, INC. pany B ) (Signature) (Title of Person Signing) NOTE: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7 (b) (1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note -that 41 CFR 60-1.7 (b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U. S. Department of Labor. Bid 22-34, FILE 00 - Required Signature Forms.pdf https:Hfayetteville-ar.ionwave.net/utility/Extract.aspx?ft=ba&vendorU.. DOCUMENT 00140 — BIDDER'S QUALIFICATION STATEMENT Contract Name: Wilson Park Bridge Replacement and Promenade Bid #: 22-34, Construction Date: a — SUBMITTED TO: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 SUBMITTED BY: Company SWEEETSER CONSTRUCTION, . Name 590 W. POPLAR FAYETTEVOLLE, AR 72703 Address Principal Office Corporation, partnership, individual, joint venture, other (Type or legibly print) EXPERIENCE STATEMENT 1. Bidder has been engaged as a General Contractor in construction for �--D years and has performed work of the nature and magnitude of this Contract for lPZ) years. Bidder has been in business under its present name for �2 years. 2. Bidder now has the following bonded projects under contract: (On a separate sheet, list project name, owner, name of owner contact, engineer / architect, name of engineer/architect contact, amount of contract, surety, and estimated completion date.) 3. Bidder has completed the following (list minimum of 3) contracts consisting of work similar to that proposed by this Contract: (On a separate sheet, list project name, owner, name of owner contact, engineer / architect, name of engineer/architect contact, amount of contract, surety, and date of completion and percentage of the cost of the Work performed with Bidder's own forces.) 4. Has Bidder ever failed to complete any project? If so, state when, where, and why. 5. Bidder normally performs the following work with his own forces: )e/o 00140 Bidder Qualifications 2.docx 00140-1 1 of 15 5/27/2022, 1:05 PM Bid 22-34, FILE 00 - Required Signature Forms.pdf https:Hfayetteville-ar.ionwave.netlutility/Extract. aspx?ft=ba&vendorU.. DOCUMENT 00140 — BIDDER'S QUALIFICATION STATEMENT (continued) 6. Construction experience of key individuals in the organization is as follows (continued on attached sheets if needed): 7. In the event the Contract is awarded to Bidder, the required surety Bonds will be furnished by the following surety company and name and address of agent: AS&J^J _-IN.S , QAVP 2- 0- k ;t-10Av AL %) 0-4 e_V-5 Bidder's Workmen's Compensation Experience Modifier Factor is: FINANCIAL STATEMENT B. If requested by the City of Fayetteville during the evaluation of bids the bidder shall provide to the City of Fayetteville the following additional information: Bidder possesses adequate financial resources as indicated by the following: Assets and Liabilities: Attach a financial statement, audited if available, including Bidder's latest balance sheet and income statements showing the following items: a. Current assets (cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory, and prepaid expenses). b. Net fixed assets. c. Other assets. d. Current liabilities (accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, and accrued payroll taxes). 00140-Bidder Qualifications 00140 - 2 2 of 15 5/27/2022, 1:05 PM Bid 22-34, FILE 00 - Required Signature Forms.pdf https://fayetteville-ar.ionwave.net/utility/Extract. aspx?ft--ba&vendorU... DOCUMENT 00140 — BIDDER'S QUALIFICATION STATEMENT (continued) e. Other liabilities (capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings). f. Name of firm preparing financial statement and date thereof: If financial statement is not for identical organization named herein, explain relationship and financial responsibility of the organization furnished. 2. Current Judgments: The following judgements are outstanding against Bidder: Judgment Creditors Where Docketed and Date Amount a. 1,45- $ b. $ Bidder hereby represents and warrants that all statements set forth herein are true and correct. Date: r,L' , 20 (OFFICIAL SEAL) Name of Organization: SWEFSIER CONSTRUCTION INC By e9PA—Ah- N G. S EE SEER (Type or legibly nt) By _ 4 (Signature) Title (Type or legibly print) (If Bidder is a partnership, the partnership name shall be signed, followed by the signature of at least one of the partners. If Bidder is a corporation, the corporate name shall be signed, followed by the signature of a duly -authorized officer and with the corporate seal affixed.) 00140-Bidder Qualifications 00140 - 3 3 of 15 5/27/2022, 1:05 PM BID BOND TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Hartford, Connecticut 06183 KNOWN ALL BY THESE PRESENTS, That we, Sweetser Construction Inc., as Principal, and Travelers Casualty and Surety Company of America, as Surety, are held and firmly bound unto City of Fayetteville, AR, as Obligee, in the sum of Five Percent of Bid Dollars ($5%) for the payment of which we bind ourselves, and our successors and assigns, jointly and severally, as provided herein. WHEREAS, Principal has submitted or is about to submit a bid to the Obligee on a contract for furnishing all labor and materials for Bid 22-34, Construction - Wilson Park Trail Bridge Replacement & Promenade Improvements, Fayetteville, AR ("Project"). NOW, THEREFORE, the condition of this bond is that if Obligee accepts Principal's bid, and Principal enters into a contract with Obligee in conformance with the terms of the bid and provides such bond or bonds as may be specified in the bidding or contract documents, then this obligation shall be void; otherwise Principal and Surety will pay to Obligee the difference between the amount of Principal's bid and the amount for which Obligee shall in good faith contract with another person or entity to perform the work covered by Principal's bid, but in no event shall Surety's and Principal's liability exceed the penal sum of this bond. Signed this 27th day of May, 2022. Sweetser Construction Inc. rin ' 1) By: William Sweetser Travelers Casualty and Surety Company of America M David Chilson, Attorney -in -Fact 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 David Chilson of FAYETTEVILLE , Arkansas , 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. Rant e43 State of Connecticut By: City of Hartford ss. 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 w � � /Z 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 27th day of May , 2022 �Y . MOP,* � t Kevin E. Hughes, Assi tant Secretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880, Please refer to the above -named Attomey(s)-in-Fact and the details of the bond to which this Powerof Attorney is attached. 4/29/2022 Detailed Unit Pricing Bid Schedule Wilson Park Bridge Replacement and Promenade ITEM • 1 DESCRIPTION Mobilization UNIT L.S. QTY 1 PRICE p Ste, °_ TOTALUNIT COST O , 9 2 Bonds and Insurance L.S. 1 S'a5 ., "-� 'uo' "4 3 Sediment & Erosion Control and Site Restoration L.S. 1 19 A50 pO j 9 ';'q' 4 Demolition & Disposal L.S. 1 00-0 = pep, 5 Tree Preservation Fencing L.S. 1 8 ZSO, —ff '7..So, a. 6 45-Foot Modified Bow Pedestrian Bride L.S. 1 72.EFJ, 7 Reinforced Concrete Bride Foundation L.S. 1 ,0,9 8 Fencing, Site Secud , Project Sin and Misc. Items L.S. 1 3 000, 9 Excavation/Earthwork & Grading L.S. 1 �} Gf%b,> 10 Landscape Boulders EA 9 5 00"oo���do 11 Boulder Retaining Walls FF 45 ),09 3 Q,°% 12 Benches EA 4 °� 13 Steel edging LF 115 0, og 14 Stamped Concrete Sidewalk Sy 339 2a,57, 776 2-7,5, aq 15 Concrete Sidewalk Sy 51 05; °G 16 Decomposed Granite Soft Surface Paving Sy 25 17 N to last storm box stucture EA 2 3 pop, > 6, ©&e o0 18 Trench Drain LF 48 va p®, 9 19 12" HDPE Storm Drainage Pie LF 114 a.,z!g 20 6" HDPE Storm Drainage Pie LF 22 -c-0,19m f ! 00, O° 21 12" RCP Flared End Section EA 1 22 Light Pole Relocation EA 1Z 6 r, p , `7 3 SOi'?, 23 2-inch Conduit / Landscape Sleeves LF 90 !o — 1 ? ; �- 24 Archaelo ical Monitoring L.S. 1 , > ? OL oa 25 Landscape Bed Soil L.S. 26 Trench and Excavation Safety System L.S. 1 -4 f'° SUS ©y VENDOR NAME: 590 W. POPLAR 114 -1/4?— .2-- FAYETTEVILLE, AR 72703 DOCUMENT 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR Contract Name/Title: Wilson Park Bridge Replacement and Promenade Contract No.: 22-34, Construction THIS AGREEMENT is dated as of the / day of in the year 2022 by and between The City of Fayetteville, Arkansas and reinafter called Contractor). -LKL. ARTICLE 1- WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The work under this Contract includes, but is not limited to: The removal of two existing pedestrian bridges, installation of a new pedestrian bridge, installation of a new stamped concrete promenade, soft surface trail seating areas, benches, landscape boulders, landscape beds and irrigation sleeves, and climbable boulders along Scull Creek and all other items set forth in the Contract Documents. Any use of a third -party dumpster or roll off container shall be procured from the City of Fayetteville Recycling and Trash Collection Division. Use of a Non -City dumpster or roll off container is not allowed. Open burning is not allowed on City projects. Contractor is responsible for obtaining all applicable permits; however, fees for the City issued permits shall be waived. The Contract includes work in City of Fayetteville Right-of-way and in General Utility Easements. Refer to Section 00400-Bid Form for quantities. ARTICLE 2 - ENGINEER 2.01 The Contract Documents have been prepared by Olsson, Inc. Olsson, Inc. assumes all duties and responsibilities, and has the rights and authority assigned to the 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 DOCUMENT 00500 — AGREEMENT continued 3.02 DATES FOR SUBSTANTIAL COMPLETION AND FINAL PAYMENT: A. The Work shall be Substantially Completed within 90 calendar days after the date when the Contract Times commence to run as provided in the GENERAL CONDITIONS, and final completion and ready for final payment in accordance with the GENERAL CONDITIONS within 120 calendar days after the date when the Contract Times commence to run. 3.03 L�UIDATED DAMAGES: A. Owner and Contractor recognize that time is of the essence of this Agreement and that The City of Fayetteville will suffer financial loss if the Work is not completed within the time specified above, plus any extensions thereof allowed in accordance with the GENERAL CONDITIONS. The parties also recognize the delays, expense, and difficulties involved in proving the actual loss suffered by The City of Fayetteville if the Work is not Substantially Completed on time. Accordingly, instead of requiring any such proof, The City of Fayetteville and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay The City of Fayetteville Seven Hundred Fifty Dollars ($750.00) for each calendar day that expires after the time specified above in Paragraph 3.02 for Substantial Completion until the Work is Substantially Complete. After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the time specified in Paragraph 3.02 for completion and readiness for final payment or any proper extension thereof granted by The City of Fayetteville, Contractor shall pay The City of Fayetteville Five Hundred Dollars ($500.00) for each calendar day that expires after the time specified for completion and readiness for final payment. ARTICLE 4 - CONTRACT PRICE 4.01 The CITY OF FAYETTEVILLE agrees to pay, and the CONTRACTOR agrees to accept, as full and final compensation for all work done under this agreement, the amount based on the unit 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. allowed without a prior formal contract amendment approved by the Mayor 4.03 Changes, modifications, or amendments in scope, price or fees to this contract shall not be Council in advance of the change in scope, cost or fees. and the City 1. There shall be no changes without prior written approval of the Engineer of Record and/or the City's designated Professional Engineer. 00500 Agreement 00500-2 DOCUMENT 00500 — AGREEMENT (continuedf 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, 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). If Work has been 50% completed as determined by Engineer, and if the character and progress of the Work have been satisfactory to The City of Fayetteville and Engineer, The City of Fayetteville on recommendation of Engineer, may determine that as long as the character and progress of the Work subsequently remain satisfactory to them, there will be no additional retainage on account of Work subsequently completed, in which case the remaining progress payments prior to Substantial Completion will be an amount equal to 100% of the Work Completed less the aggregate of payments previously made; and b. 100% of Equipment and Materials not incorporated in the Work but delivered, suitably stored, and accompanied by documentation satisfactory to The City of Fayetteville as provided in the GENERAL CONDITIONS. 5.03 FINAL PAYMENT: A. Upon final completion and acceptance of the Work in accordance with the GENERAL CONDITIONS, The City of Fayetteville shall pay the remainder of the Contract Price as recommended by Engineer and as provided in the GENERAL CONDITIONS. 00500 Agreement 00500-3 DOCUMENT 00500 — AGREEMENT continued ARTICLE 6 - CONTRACTOR'S REPRESENTATIONS 6.01 In order to induce The City of Fayetteville to enter into this Agreement, Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents including the Addenda and other related data identified in the Bid Documents. B. Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. Contractor has carefully studied all: (1) Reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and (2) Reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Contractor acknowledges that The City of Fayetteville and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the Site. E. Contractor has obtained and carefully studied (or assumes responsibility of having done so) all such additional supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost, progress, performance, and furnishing of the Work or which relate to any aspect of the means, methods, -techniques, sequences, and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. F. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the performing and furnishing of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. G. Contractor is aware of the general nature of work to be performed by The City of Fayetteville and others at the Site that relates to the Work as indicated in the Contract Documents. H. Contractor has correlated the information known to Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 00500 Agreement 00500-4 DOCUMENT 00500 — AGREEMENT (continued) I. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Contractor. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. ARTICLE 7 - CONTRACT DOCUMENTS 7.01 CONTENTS: A. The Contract Documents which comprise the entire Agreement between The City of Fayetteville and Contractor concerning the Work consist of the following and may only be amended, modified, or supplemented as provided in the GENERAL CONDITIONS: 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. 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: WILSON PARK BRIDGE REPLACEMENT AND PROMENADE 8. Addenda numbers inclusive. 9. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to the GENERAL CONDITIONS. ARTICLE 8 - MISCELLANEOUS 8.01 TERMS: A. Terms used in this Agreement which are defined in the GENERAL CONDITIONS shall have the meanings stated in the GENERAL CONDITIONS. 8.02 ASSIGNMENT OF CONTRACT: A. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except 00500 Agreement 00500-5 DOCUMENT 00500 — AGREEMENT continued to the extent that the effect of this restriction may be limited by Law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.03 SUCCESSORS AND ASSIGNS: A. The City of Fayetteville and Contractor each binds himself, his partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 8.04 SEVERABILITY: A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon The City of Fayetteville and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 8.05 FREEDOM OF INFORMATION ACT: A. City contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. 8.06 LIENS: A. No liens against this construction project are allowed. Arkansas law (A.C.A. §§ 18- 44-501 through 508) prohibits the filing of any mechanics' of materialmen's liens in relation to this public construction project. Arkansas law requires and the contractor promises to provide and file with the Circuit Clerk of Washington County a bond in a sum equal to the amount of this contract. Any subcontractor or materials supplier may bring an action for non-payment or labor or material on the bond. The contractor promises to notify every subcontractor and materials supplier for this project of this paragraph and obtain their written acknowledgement of such notice prior to commencement of the work of the subcontractor or materials supplier. 00500 Agreement 00500-6 DOCUMENT 00500 — AGREEMENT (continued) IN WITNESS WHEREOF, The City of Fayetteville and Contractor have signed this Agreement in quadruplicate. One counterpart each has been delivered to Contractor. Three counterparts each has been retained by The City of Fayetteville. All portions of the Contract Documents have been signed, initialed, or identified by The City of Fayetteville and Contractor. This Agreement will be effective on -/ 20 "hich is the Effective Date of the Agreement. CONTRACTOR: CITY OF FAYETTEVILLE WILL" G. SWEETSER By: (Type or legibly print) WILLIAM G. SWEETSER (Signature)`` By: Lioneld Jordan PRESIDEW Title: Mavor Contractor shall attach evidence of authority to sign. If Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution authorizing Contractor's signature and execution of Agreement. Further if Contractor is a corporation, corporate entity or LLC, Contractor shall also attach a copy of the Contractor's Articles of Incorporation and a copy form the Arkansas State Secretary of State to document that the corporation, corporate entity or LLC is in current "Good Standing" with the State of Arkansas and such entity is permitted to perform work in the State of Arkansas. (SEAL) (SEAL) L _ Attest ^ ���,...� �� � ,= 9 ' (. � ` � -� Attest T '+i IN 111111�1,�` 00500 Agreement 00500-7 DOCUMENT 00500 — AGREEMENT continued IN WITNESS WHEREOF, The City of Fayetteville and Contractor have signed this Agreement in quadruplicate. One counterpart each has been delivered to Contractor. Three counterparts each has been retained by The City of Fayetteville. All portions of the Contract Documents have been signed, initialed, or identified by The City of Fayetteville and Contractor. This Agreement will be effective on of the Agreement. CONTRACTOR: MLLIAM G. SWE,ETSER By: (Type or legibly print) MLLlAM G. SWEETSER (Signature) PRESIDEN) 20_, which is the Effective Date CITY OF FAYETTEVILLE By: Lioneld Jordan E Signature) Title: Ma,, or Contractor shall attach evidence of authority to sign. If Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution authorizing Contractor's signature and execution of Agreement. Further if Contractor is a corporation, corporate entity or LLC, Contractor shall also attach a copy of the Contractor's Articles of Incorporation and a copy form the Arkansas State Secretary of State to document that the corporation, corporate entity or LLC is in current "Good Standing" with the State of Arkansas and such entity is permitted to perform work in the State of Arkansas. (SEAL) Attest C Attest 00500 Agreement 00500-7 (SEAL) DOCUMENT 00500 — AGREEMENT continued Address for giving notices Address for giving notices 113 ' Mountain St. SWEETSER CONSTRUCTION, INC Fayetteville AR 72701 FAYETTEViLLE, AR 72703 ARKANSAS CONTRACTORS LICENSE # License No. 11027470493 Agent for Service of process WILLIAM G. SWEETSER (Type or legibly print) Contractor shall attach evidence of authority of Agent for Service process to sign. If Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution authorizing Agent for Service process authority to sign. (If Contractor is a corporation, corporate entity or LLC, attach evidence of authority to sign.) END OF DOCUMENT 00500 00500 Agreement 00500-8 rn 3 v N O N O 1 0 J H I U 1-11 rn a� a t N 1-11 rn C 0 Q O L-N Q� -Ld C X a> o 0 O,q- 6) O So 4� 0 to O N O O O N 0- 0 0 0 i LEGEND ®CTL SURVEY CONTROL POINT ® SURVEY BENCHMARK ®TBn SURVEY TEMPORARY BEMCHMARK 0 GAS METER ❑GAR GAS RISER GAS MANHOLE ❑GR GAS REGULATOR ® TELEVISION PEDESTAL 0 FIBER BOX ® FIBER PEDESTAL © CABLE BOX CABLE VAULT ® TELEPHONE PEDESTAL O STORM MANHOLE ® STORM GRATE O SANITARY MANHOLE On YARD LIGHT *LTP LIGHT POLE $ POWER POLE )(LPPP POWER POLE W/ LIGHT E— GUY WIRE n STUMP BU 0 BUSH io EVERGREEN TREE DECIDUOUS TREE 1370 1371 TEL G P—OH x ABBREVIATION TABLE M.G. PC EP R/W TCE PROP. EXIST. TYP. (R) CONST TB M C.P. D.N.D. U.I.P. ADJ. A.C. PVMT. ESMT. CONC. AGG. SURF. N.T.S. B-B MATCH GRADE PAVEMENT TOP OF CURB EDGE OF PAVEMENT RIGHT-OF-WAY TEMPORARY CONSTRUCTION PROPOSED EXISTING TYPICAL REMOVAL CONSTRUCT TEMPORARY BENCHMARK CONTROL POINT DO NOT DISTURB USE IN PLACE ADJUST ASPHALTIC CONCRETE PAVEMENT EASEMENT CONCRETE AGGREGATE SURFACE NOT TO SCALE IN TRAFFIC SIGNAL BOX TRAFFIC SIGNAL MANHOLE 00o TRAFFIC SIGNAL POLE W/ ARM O00 TRAFFIC SIGNAL POLE ® TRAFFIC SIGNAL CONTROL BOX 0 TRAFFIC SIGNAL PEDESTAL ELECTRIC MANHOLE EM ELECTRIC METER ER ELECTRIC RISER 0 ELECTRIC BOX ® ELECTRIC CABINET 0 ELECTRIC JUNCTION BOX OSPH SPRINKLER HEAD D4SCv SPRINKLER CONTROL VALVE ® WATER METER PIT -6 FIRE HYDRANT 0 WATER METER ZWV WATER VALVE OFP FLAG POLE SIGN BOLLARD ® WOOD POST e STEEL POST OCOL COLUMN 0 BORE HOLE GRADING LIMITS CONSTRUCTION LIMITS PROPERTY LINE CENTER LINE PROPOSED ROW LINE EXISTING ROW LINE TEMPORARY CONSTRUCTION EASEMENT UTILITY EASEMENT EXISTING CONTOUR EXISTING CONTOUR PROPOSED MINOR CONTOUR PROPOSED MAJOR CONTOUR EXISTING TELEPHONE LINE EXISTING SANITARY LINE EXISTING STORM LINE EXISTING GAS LINE EXISTING WATER LINE EXISTING OVERHEAD ELECTRIC EXISTING WOVEN WIRE FENCE EXISTING CHAIN LINK FENCE EXISTING WOOD FENCE EXISTING TREELINE EASEMENT BACK OF CURB TO BACK OF CURB WILSON PARK BRIDGE REPLACEMENT AND PROMENADE CONSTRUCTION DOCUMENTS Job 040811, Fayetteville Wilson Park Trail Bridge Repl. (RTP-19) (S) F.A.P. RTP-1302(322), Washington County Fayetteville, AR 9d > - -Syt.-Imore St I Sycamore St Gregor Y Park U � I� - u I ,, '��rY�r3ri�; Ew2ik 1 '112 — I� I system Of a• the Ozarks J .{ @ _ Ntlw St � G r SITE 5 71u, Ppospect St I— Wilson Park Rebecca St i Douglas St.', a a F•f a p> I St IV Maple St 4i I a ► a'p Lafaxettc St c ra o Dpr—kson St Dickson St 3J > �. > Spring St F Li rf'r St Ir City of Fayetteville, AR CITY OF FAYETTEVILLE PARKS AND RECREATION DEPARTMENT TED JACK PARK PLANNING SUPERINTENDENT 113 WEST MOUNTAIN ST FAYETTEVILLE, AR 72701 PHONE: 479-444-3469 EMAIL: TJACK©FAYETTEVILLE- AR. GOV VICINITY MAP NOT TO SCALE PROJECT TEAM CONTACT LIST CITY OF FAYETTEVILLE PARKS AND RECREATION DEPARTMENT BYRON HUMPHRY MAINTENANCE SUPERINTENDENT 113 WEST MOUNTAIN ST FAYETTEVILLE, AR 72701 PHONE: 479-575-8368 EMAIL: BHUMPHRY@FAYETTEVILLE-AR.GOV r mmvelIambelow. Call be%, m you dig. THE LOCATIONS OF EXISTING UNDERGROUND UTILITIES SHOWN ARE APPROXIMATE BASED ON THE BEST INFORMATION AVAILABLE AND MAY NOT REFLECT ALL EXISTING UTILITIES IN THE PROJECT AREA. THE CONTRACTOR IS RESPONSIBLE FOR COORDINATING WITH THE UTILITY COMPANIES FOR LOCATING EXISTING UTILITIES PRIOR TO CONSTRUCTION AND FOR PROTECTION OF SERVICES DURING CONSTRUCTION. CIVIL ENGINEER. LANDSCAPE ARCHITECT. & SURVEY OLSSON 302 E. MILLSAP RD FAYETTEVILLE, AR 72703 CONTACT: DENNIS BLIND, PLA PHONE: 479-332-3956 EMAIL: DBLIND©OLSSON.COM \�����11I ► I I ► Il�����i Olsson Inc. v No.1010 - v s %i�r/NSA S EN�\�\\� ;//111111100 Sheet List Table Sheet Number Sheet Title CO COVER CO.1 GENERAL NOTES C1.0 DEMOLITION PLAN C2.0 EROSION CONTROL C2.1 EROSION CONTROL DETAILS C3.0 SITE PLAN C3.1 JOINTING & LAYOUT PLAN C4.0 BRIDGE PLAN AND SECTION C4.1 BRIDGE SECTION DETAIL C4.2 BRIDGE ABUTMENT DETAIL C4.3 BRIDGE DETAILS C5.0 GRADING PLAN C6.0 DETAILS SHEET 1 C6.1 DETAILS SHEET 2 m z O U U) LLI U) z O U) w Of W Q >o U x PROFESSIONAL ENGINEER * * * 4zz & No.9240 14, PREPARED & SUBMITTED BY: OLSSON 302 EAST MILLSAP RD. W FAYETTEVILLE, AR 72703 > DENNIS BLIND, PLA BRAD HAMMOND, PE DATE DATE W 0 Q z W O a_ 0 z Q z W 2 W U Q J W rWn V 0 m a_ z O U) J - 7C) M M O O I` N ti Q J > LLI �- N >+ O CB u_ N O N Q z Y Q W J J W Q LL drawn by: PTT checked by: DB approved by: BH QA/QC by: DB project no.: 020-2314 drawing no.: date: 01-17-2022 SHEET CO X O O 41 Q w U) 3 v N 0 N 0 I o J H I U 1-11 U) a� a- c v Q C i 0 Q U O Q c a� 0 N 0 N O / O 0 LO N -� oM O N N 0 /N 00 N 0 m N J rn � (1) UI O O p O,q- pi O (54- D U) O N UO O N O 0- 0 / O ""_3 EROSION CONTROL NOTES: 1. PROVIDE EROSION CONTROL MEASURES TO PREVENT SOIL EROSION AND DISCHARGE OF SOIL - BEARING WATER RUNOFF OR AIRBORNE DUST TO ADJACENT PROPERTIES AND WALKWAYS. 2. LIMITS OF EROSION AND SEDIMENT CONTROL STRUCTURES SHOWN ARE SCHEMATIC. NECESSARY EROSION AND SEDIMENT CONTROL MEASURES DEPEND HEAVILY ON CONTRACTOR SCHEDULING AS WELL AS MEANS AND METHODS. ANY ADDITIONAL TYPE OR QUANTITY OF STRUCTURES NOT SHOWN THAT ARE NECESSARY TO PREVENT SEDIMENT FROM LEAVING THE SITE ARE THE CONTRACTOR'S RESPONSIBILITY. 3. CONSTRUCT EROSION CONTROL IMPROVEMENTS PRIOR TO BEGINNING OF ANY OTHER WORK. 4. FREQUENTLY INSPECT AND REPAIR OR REPLACE EROSION AND SEDIMENT CONTROL MEASURES PROMPTLY AS NEEDED. 5. MAINTAIN CLEAN STREETS ADJACENT TO THIS PROJECT. 6. DISPOSE OF SEDIMENT TRAPPED BY THESE PRACTICES IN AN APPROVED SITE IN A MANNER THAT WILL NOT CONTRIBUTE TO ADDITIONAL SILTATION. 7. REMOVE ACCUMULATED SILT WHEN IT REACHES A DEPTH OF 6 INCHES AND DISPOSED OF IN AN APPROVED SPOIL SITE OR AS ABOVE. 8. DO NOT ALLOW SILT FENCES TO OBSTRUCT SIDEWALKS, BUILDING ENTRANCES OR DRIVEWAYS DEMOLITION NOTES: 1. PROTECT EXISTING FEATURES OUTSIDE LIMITS OF DEMOLITION. 2. PROTECT EXISTING BUILDINGS, APPURTENANCES AND DRIVE ENTRANCES AS NOTED. 3. PROTECT EXISTING WATER LINES, GAS LINES, ELECTRIC LINES, LIGHT POLES, POWER POLES, TELEPHONE LINES, SEWER LINES AND RELATED COMPONENTS AND ALL OTHER EXISTING UTILITIES DESIGNATED TO REMAIN. 4. PROTECT OR HAVE A REGISTERED SURVEYOR REESTABLISH EXISTING IRON PINS. 5. DEMOLITION OR EXCAVATION BY BLASTING WILL NOT BE PERMITTED ON THIS PROJECT. 6. DEMOLITION INCLUDES REMOVAL OF ALL EXISTING IMPROVEMENTS AND TREES WITHIN LIMITS SHOWN EXCEPT THOSE ITEMS NOTED TO BE PROTECTED. 7. DEMOLITION AND REMOVAL OF ANY REQUIRED TREES SHALL BE COORDINATED WITH THE CITY AS NEEDED. 8. FOR CLEANUP SEE SPECIFICATIONS. 9. BACKFILL REMOVED STRUCTURES WITH AGGREGATE BASE PER SPECIFICATIONS. 10. WHERE PARTIAL REMOVAL OF PAVING, CONCRETE, SIDEWALK, CURB & GUTTER, OR OTHER IMPROVEMENT IS NOTED, SAWCUT THE MATERIAL AT THE REMOVAL LINE. ROUGH OR RAGGED EDGES AT LIMITS OF REMOVAL WILL NOT BE ACCEPTABLE. 11. PROVIDE SIDEWALK CLOSED SIGNS AS REQUIRED BY CITY OF FAYETTEVILLE. LANDSCAPE & IRRIGATION NOTES 1. THE LANDSCAPE CONTRACTOR SHALL REMOVE ALL CONSTRUCTION DEBRIS AND MATERIALS INJURIOUS TO PLANT GROWTH FROM PLANTING PITS AND BEDS PRIOR TO BACKFILLING WITH PLANTING MIX. 2. BACKFILL TREE AND SHRUB PITS WITH A PREPARED PLANTING MIX AS FOLLOWS UNLESS NOTED OTHERWISE: 2 PARTS BY VOLUME TOPSOIL 1 PART BY VOLUME BROWN RIVER SAND 1 PART BY VOLUME PEAT MOSS 1 LB. COMMERCIAL FERTILIZER PER CY OF MIX. 3. IRRIGATION SHALL BE DESIGNED AND INSTALLED BY THE CITY OF FAYETTEVILLE. 4. INSTALL 2" PVC SLEEVES FOR IRRIGATION AS SHOWN ON PLAN. 5. REFER TO CITY OF FAYETTEVILLE SPECIFICATIONS FOR ADDITIONAL INFORMATION SODDING NOTES: 1. ALL DISTURBED AREAS SHALL BE SODDED WITH TURF -TYPE TALL FESCUE SOD (WITH A MINIMUM OF 3 CULTIVARS). 2. ALL AREAS DESIGNATED TO RECEIVE TEMPORARY SEED SHALL REFER TO EROSION CONTROL PLAN. 3. ALL LAWN AREAS SHALL RECEIVE A MINIMUM 8-INCH DEPTH OF TOPSOIL COMPACTED TO 85% MAXIMUM DENSITY AT OPTIMUM MOISTURE CONTENT. 4. THE ENTIRE SURFACE TO BE SODDED SHALL BE REASONABLY SMOOTH AND FREE FROM STONES, ROOTS, OR OTHER DEBRIS. 5. SOD SHALL BE MACHINE STRIPPED AT A UNIFORM SOIL THICKNESS OF APPROXIMATELY ONE INCH (PLUS OR MINUS 1/4-INCH). THE MEASUREMENT FOR THICKNESS SHALL EXCLUDE TOP GROWTH AND THATCH, AND SHALL BE DETERMINED AT THE TIME OF CUTTING IN THE FIELD. PRECAUTIONS SHALL BE TAKEN TO PREVENT DRYING AND HEATING. SOD DAMAGED BY HEAT AND DRY CONDITIONS, AND SOD CUT MORE THAN 18 HOURS BEFORE BEING INCORPORATED INTO THE WORK SHALL NOT BE USED. 6. HANDLING OF SOD SHALL BE DONE IN A MANNER THAT WILL PREVENT TEARING, BREAKING, DRYING AND OTHER DAMAGE. PROTECT EXPOSED ROOTS FROM DEHYDRATION. DO NOT DELIVER MORE SOD THAN CAN BE LAID WITHIN 24 HOURS. 7. MOISTEN PREPARED SURFACE IMMEDIATELY PRIOR TO LAYING SOD. WATER THOROUGHLY AND ALLOW SURFACE TO DRY BEFORE INSTALLING SOD. FERTILIZE, HARROW OR RAKE FERTILIZER IN THE TOP 1-1/2-INCHES OF TOPSOIL, AT A UNIFORM RATE OF ONE POUND OF NITROGEN PER 1000 S.F. 8. SOD SHALL BE CAREFULLY PLACED IN THE DIRECTION PARALLEL WITH THE SLOPE OF THE AREA TO BE SODDED. SOD STRIPS SHALL BE BUTTED TOGETHER BUT NOT OVERLAPPED WITH THE SEAMS STAGGERED ON EACH ROW. 9. FERTILIZER SHALL BE 20-10-5 COMMERCIAL FERTILIZER OF THE GRADE, TYPE, AND FORM SPECIFIED AND SHALL COMPLY WITH THE RULES OF THE STATE OF ARKANSAS DEPT. OF AGRICULTURE. FERTILIZER SHALL BE IDENTIFIED ACCORDING TO THE PERCENT N, P, K, IN THAT ORDER. 10. ALL SOD ON SLOPES GREATER THAN 5:1 AND WITHIN DETENTION AREAS SHALL BE STAKED. 11. SATURATE SOD WITH FINE WATER SPRAY WITHIN TWO HOURS OF PLANTING. DURING FIRST WEEK AFTER PLANTING, WATER DAILY OR MORE FREQUENTLY AS NECESSARY TO MAINTAIN MOIST SOIL TO A MINIMUM DEPTH OF FOUR INCHES BELOW SOD. 12. CONTRACTOR SHALL PROVIDE FULL MAINTENANCE FOR SODDED TURF GRASS FOR A PERIOD OF 60 DAYS AFTER THE DATE OF FINAL ACCEPTANCE. AT THE END OF THE MAINTENANCE PERIOD, A HEALTHY, WELL -ROOTED, EVEN -COLORED, VIABLE TURF MUST BE ESTABLISHED. THE TURF GRASS SHALL BE FREE OF WEEDS, OPEN JOINTS, BARE AREAS, AND SURFACE IRREGULARITIES. GENERAL NOTES: 1. CONTRACTOR SHALL HAVE ONE (1) SIGNED COPY OF THE PLANS (APPROVED BY CITY OF FAYETTEVILLE, AR) AND ONE (1) COPY OF THE APPROPRIATE DESIGN AND CONSTRUCTION STANDARDS & SPECIFICATIONS AT THE SITE AT ALL TIMES. 2. ALL REFERENCES CONTAINED WITHIN THESE PLANS TO THE OWNER'S ENGINEER AND LANDSCAPE ARCHITECT ARE HEREBY REFERENCED OLSSON, INC. 3. THE EXISTING UTILITY LOCATIONS SHOWN ON THE PLANS ARE APPROXIMATE AND MAY NOT INCLUDE ALL LINES PRESENT. THE CONTRACTOR SHALL BE RESPONSIBLE TO CALL "1-800-DIG-RITE", AND COORDINATE FIELD LOCATION OF EXISTING UNDERGROUND UTILITIES PRIOR TO BEGINNING GRADING ACTIVITIES. ! !STOP! ! CALL BEFORE YOU DIG! 4. UTILITIES AS SHOWN WERE OBTAINED FROM INFORMATION INDICATED ON THE SURVEY OR BY FIELD OBSERVATION. CONTRACTOR SHALL FIELD VERIFY ALL HORIZONTAL AND VERTICAL LINES AND GRADES OF EXISTING UTILITIES PRIOR TO THE CONSTRUCTION OF IMPROVEMENTS. CONTRACTOR SHALL NOTIFY THE ENGINEER IMMEDIATELY UPON DISCOVERY OF A DISCREPANCY BETWEEN THE CONTRACT DRAWINGS AND ACTUAL FIELD CONDITIONS. 5. CONTRACTOR SHALL NOT CHANGE OR DEVIATE FROM THE PLANS WITHOUT FIRST OBTAINING WRITTEN APPROVAL FROM THE OWNER AND ENGINEER AND LANDSCAPE ARCHITECT. 6. CONTRACTOR SHALL BE RESPONSIBLE TO OBTAIN ALL PERMITS AND PAY ALL FEES AS REQUIRED BY THE CONSTRUCTION COVERED IN THESE PLANS. 7. ALL WORK AND MATERIALS SHALL BE SUBJECT TO INSPECTION AND APPROVAL BY THE OWNER OR THE OWNER'S REPRESENTATIVE. 8. ANY ESTIMATES OF QUANTITIES ARE FOR INFORMATIONAL PURPOSES ONLY. CONTRACTOR AND SUBCONTRACTOR SHALL BE RESPONSIBLE FOR DETERMINING ALL QUANTITIES. CONTRACTOR SHALL PROVIDE ALL WORK AND MATERIALS TO COMPLETE CONSTRUCTION AS SHOWN ON PLANS. 9. THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE RESTORATION OF THE RIGHT-OF-WAY AND FOR DAMAGED IMPROVEMENTS SUCH AS CURBS, SIDEWALKS, STREET LIGHT AND TRAFFIC SIGNAL JUNCTION BOXES, TRAFFIC SIGNAL LOOP LEAD INS, SIGNAL POLES, ETC. DAMAGED IMPROVEMENTS SHALL BE REPAIRED IN CONFORMANCE WITH THE LATEST CITY STANDARDS AND TO THE CITY'S SATISFACTION. 10. CONTRACTOR SHALL TAKE CARE NOT TO DAMAGE ANY EXISTING STREET, CURB AND GUTTER, SIDEWALK, DRIVEWAYS OR STRUCTURE UNLESS SHOWN TO BE REMOVED. 11. ALL WORK WITHIN ROAD RIGHT-OF-WAY SHALL CONFORM TO THE CITY OF FAYETTEVILLE, AR REQUIREMENTS, UNLESS OTHERWISE NOTED. 12. ALL TRAFFIC CONTROL SHALL BE IN CONFORMANCE WITH THE MANUAL OF UNIFORM TRAFFIC CONTROL DEVICES (MUTCD) 13. CONTRACTOR IS RESPONSIBLE FOR PROTECTION OF ALL PROPERTY CORNERS. ANY PROPERTY CORNER DISTURBED OR DAMAGED BY GRADING ACTIVITIES SHALL BE RESET BY A PROFESSIONAL LAND SURVEYOR LICENSED IN THE STATE OF ARKANSAS, AT THE CONTRACTORS EXPENSE. 14. CONTRACTOR AND SUBCONTRACTOR SHALL BE RESPONSIBLE FOR DETERMINING ALL EARTHWORK QUANTITIES. CONTRACTOR SHALL PROVIDE ALL WORK AND MATERIALS AS SHOWN TO COMPLETE CONSTRUCTION SHOWN ON PLANS. 15. THE CONTOUR LINES, SPOT ELEVATIONS AND BUILDING FLOOR ELEVATIONS SHOWN ARE TO FINISH GRADE FOR TOP OF PAVEMENT, SIDEWALKS, CURBS AND FLOOR SLABS, ETC. REFER TO TYPICAL SECTIONS FOR PAVING, SLAB AND AGGREGATE BASE THICKNESS TO DEDUCT FOR GRADING LINE ELEVATIONS. 16. CONTRACTOR SHALL FINISH GRADE SLOPES AS SHOWN NO STEEPER THAN 1 FOOT VERTICAL IN 3 FEET HORIZONTAL. 17. THE CONTRACTOR SHALL GRADE LANDSCAPED AREAS AT A MIN. OF 1 % TO PROVIDE POSITIVE DRAINAGE AWAY FROM BUILDINGS AND SIDEWALKS WHEN FINISH LANDSCAPE MATERIALS ARE IN PLACE, UNLESS SPECIFIED OTHERWISE. 18. THE CONTRACTOR IS RESPONSIBLE FOR ATTENDING TO AND CORRECTING UNSUITABLE SOIL CONDITIONS RELATED TO PLOW ZONES, WET SOILS AND OTHER CONDITIONS. THE UNSUITABLE CONDITIONS MUST BE CORRECTED PER THE GEOTECHNICAL ENGINEER'S REPORT, WHERE REQUIRED, TO MEET PROJECT NEEDS. 19. CONTRACTOR SHALL BE RESPONSIBLE FOR KEEPING THE PUBLIC STREETS IN THE VICINITY OF THE JOB SITE CLEAN AND FREE OF ROCKS, SOIL/MUD AND DEBRIS DURING ALL PHASES OF CONSTRUCTION. 20. CONTRACTOR SHALL CLEAN OUT ALL EXISTING AND PROPOSED INLETS, PIPES AND MANHOLES OF DEBRIS AND SEDIMENTATION AT COMPLETION OF SITEWORK. THIS WORK SHALL BE DONE TO THE SATISFACTION OF THE OWNER AND THE CITY OF FAYETTEVILLE, AR. 21. CONTRACTOR SHALL RETAIN FLOATABLE WIND BLOWN MATERIALS ON SITE BY STORING ALL TRASH AND BUILDING MATERIAL WASTE IN ENCLOSURES UNTIL PROPER DISPOSAL AT AN OFF -SITE FACILITY. CONTRACTOR TO CHECK ADJACENT AREAS DAILY AND PICK UP CONSTRUCTION WASTE MATERIALS AND DEBRIS THAT HAVE BLOWN OR WASHED OFF -SITE. 22. CONTRACTOR IS RESPONSIBLE FOR PROVIDING BERMS, SILT FENCES, OR OTHER MEANS TO PREVENT ERODED MATERIALS FROM REACHING THE PUBLIC RIGHT-OF-WAY AND ADJACENT PROPERTIES. IN THE EVENT THE PREVENTION MEASURES ARE NOT EFFECTIVE, THE CONTRACTOR SHALL REMOVE ANY DEBRIS, SILT, OR MUD AND RESTORE THE RIGHT-OF-WAY TO ORIGINAL OR BETTER CONDITION. 23. CONTRACTOR SHALL BE RESPONSIBLE TO CONTROL DOWNSTREAM EROSION AND SILTATION DURING ALL PHASES OF CONSTRUCTION. EROSION CONTROL PROCEDURES SHALL BE IN PLACE PRIOR TO BEGINNING GRADING ACTIVITIES. 24. CONSTRUCTION ACCESS TO THE SITE SHALL BE LIMITED TO THE APPROVED TEMPORARY CONSTRUCTION ENTRANCE(S) AS SHOWN ON SHEET C2.0. 25. TEMPORARY CONSTRUCTION ENTRANCE SHALL HAVE SHOT ROCK FOR ITS SURFACE. 26. EROSION CONTROL DEVICES SHALL BE MAINTAINED DURING THE WHOLE CONSTRUCTION PERIOD BY THE CONTRACTOR. 27. CONTRACTOR SHALL PROTECT ANY STORM INLETS FROM SEDIMENT THAT TAKE STORM WATER FROM THE AREA OF CONSTRUCTION. 28. ALL DISTURBED AREAS SHALL BE STABILIZED IN ACCORDANCE WITH THE APPROVED EROSION CONTROL PLAN. ru /PND S C q pF�\ C9 w DENNIS �0.t m U 0 License No. 5212 y * 01 /17/2022 TgTEOF ARKP�G'P DENNIS BLIND LANDSCAPE ARCHITECT AR# 5212 m z O I= C_ of U Cn w ❑ Cn z O U) > w w I- w O �z LL I O z J Q LL I z LL I 0 LL I 0 Q z LLJ 2 O 0- 0 z Q z LLJ LL I U Q LL I LL I 0 0 � M o ti O� N ti �Q co Lu N >+ o co coU- z O U) > LLJ O N 0� Cn m Q U) z Q Y Q O (n LLJ J J J LLJ LL I Q LL drawn by: PTT checked by: DB approved by: BH QA/QC by: DB project no.: 020-2314 drawing no.: date: 01-17-2022 SHEET Q C0.1 00 E -1341, 13�2� O w 41 0 \ II 1 3: \ \ II n �1340 (y? w °N \ 1339, EXISTING EDGE OF SWING SET MULCHING TO BE REMOVED, TO BE \ CUT IN FOR PROPOSED TRENCHING / \ / Q \ \ EXISTING STONES TO BE REMOVED, _ _ -- � / I I � 0 \ TO BE REPLACED @ 45° ANGLE \ / Lu NC \\ / oCyl) LL \ c li MAINTAIN MIN. 18.00' DISTANCE FROM \ \ \ 1346 w DENNIS E 1 Dt 'm \ SWINGS' CENTRAL BAR \ _ m - `License No. 5212 y 1 \ \ EXISTING TRASH CAN — — _ TEOFARY, �TREE PROTECTION FENCING (TYP.) / - %'� - TO BE RELOCATED _ DENNIS BLIND I I \ t ) —1344- _ LANDSCAPE ARCHITECT `.✓ AR# 5212 / I I EXISTING SIDEWALK TO BE REMOVED \ \ \ EXISTING CONCRETE TABLE co EXISTING STONES TO BE EXISTING STONES TO BE REMOVED, SLAB TO BE REMOVED \ 3 \ REMOVED, TO BE REPLACED \ TO BE REPLACED @ 45° ANGLE BY NATIVE STONE STEPS EXISTING TREE TO BE REMOVED / \ 1 IF NECESSARY / I -1339- — — — — TREE PROTECTION FENCING (TY .) 1340 I 38.48' 10. \ � Y x � \ / EXISTING LIGHT POLE / \ — — TO BE RELOCATED EXISTING BENCH r 3 \ / / _ zz O -Y-Y-Y-yz--Y-� TO BE REMOVED G — — _ _ _ 0 _ D EXISTING SIDEWALK TO BE _ _ / _ — - U_ o REMOVED ONLY AFTER — = � -0 COMPLETION OF NEW BRIDGE. _ o _ -134 o W Q- TREE PROTECTION FENCING (TYP.) _ — / _ z — — — _ _ Ln Lu V) -1335- — — — — — — — — EXISTING BRIDGE AND — — — ABUTMENTS TO BE REMOVED _ =g / w rn -0 ° ~ 3 I Q _1335 �� j N i w z 0 N DYING TREE TO BE REMOVED z IO - EXISTING BRIDGE AND _ _ _ — — — 1340 00 TREE PROTECTION FENCING _ — _ _ — — _ ABUTMENTS TO BE REMOVED & ROOT PRUNING PER CITY OF FAYETTEVILLE DETAIL — — — _ — — _ — — — — - C) o m ONLY AFTER COMPLETION OF _ _ �1335" c�I NEW BRIDGE. n o-- — — — — o� 0 0 C14 uJ 00 wI Qm / vl 41 EXISTING TREE TO BE REMOVED Q EXISTING SIDEWALK TO BE v� REMOVED ONLY AFTER / z W ( N - COMPLETION OF NEW BRIDGE. / / / / Q O � / / / IZ W COI z Q NZ / Im / / ~ W %>I W o , / W C� N� 0 I M Cn O (1400 Q %o Y U) oa- Q Q jo �X z Q >I O Q Ld �_ /w J cX I W (D / o v W U Q °O LL 4- O D drawn by: PTT C N checked by: DB Ov NO approved by: BH � N QA/QC by: DB -p project no.: 020-2314 drawing no.: 0 date: 01-17-2022 / 0 o' 5 10' 20' SHEET Ld Q SCALE IN FEET C1 .0 00 x U O Q w N rn 3 r7 N O N PO 01 0 00 0 1 w1 m U v/i U1 O t / � U)— c P7 O N Q O N 0 O C wl / N 0 Q Qm U 0 1 +U Q c rn _0 N IO O N �0 / I N Z I O X N I O > / O 0 LO N I O N 00 o/ 01 N 0 (Da- N 0 U)x >I % li w C X (1) 0 0 U � d, o �o 4� D U) O N 0O O N o v O LLI 00 0 � � U r ■ O 07 _U) O � O M ■ O� ti J W - ORANGE CONSTRUCTION FENCING -0 CO CD 0 r-- Q � N L T � Q 13�2 1341 CONSTRUCTION N -I' ENTRANCE 90 CD CU + • CO LL 1340 Q 47STORMWATER GRATE PROTECTION N� SCgp F� NYLOPLAST JUNCTION �P �y + BOX PROTECTION ORANGE CO CONSTRUCTION FENCING — I N d -DENNIS . . . license No. 5212 mD m y X X - *T01 /17/2022 gTEOF ARKP��P A` x 134g DENNIS BLIND LANDSCAPE ARCHITECT AR# 5212 X ORANGE �� a5 CONSTRUCTION 4 FENCING } m x NYLOPLAST AREA , / — INLET PROTECTION SILT FENCE SILT FENCE Q = 1340 (n , — 1335 0 O U) - 1335 - of w L>LI SILT FENCE 340 _ - o -� 0 ORANGE CONSTRUCTION w FENCING Q X + Luo ORANGE L CONSTRUCTION w FENCING 00 LLJ z LLI 2 a_ 0 Q J z LLJ U O Q 0 EROSION CONTROL NOTES: LAND DISTURBANCE: z w 1. THE CONTRACTOR SHALL BE RESPONSIBLE FOR MAINTENANCE OF ALL EROSION & SEDIMENT 11. ALL EROSION CONTROL DEVICES SHALL CONFORM TO THE APPLICABLE SECTIONS TOTAL AREA DISTURBED: ±10,218 SF / 0.23 ACRES 0 121� CONTROL MEASURES AND PRACTICES THROUGHOUT THE PROJECT. ANY AND ALL FINES OF THE STANDARD SPECIFICATIONS AND DESIGN CRITERIA OF THE STANDARD (n LLJ ASSOCIATED WITH EROSION CONTROL VIOLATIONS WILL BE THE CONTRACTOR'S SPECIFICATIONS FOR STREET AND DRAINAGE CONSTRUCTION PROVIDED BY THE CITY OF 0 0 RESPONSIBILITY. FAYETTEVILLE. LEGEND Q� 0 LLJ N 2. EROSION CONTROL IS THE CONTRACTOR'S RESPONSIBILITY. THIS PLAN SHOULD BE USED AS 12. REFERENCE DETAILS ON SHEET C2.2 FOR TYPICAL EROSION CONTROL DEVICE RIGHT—OF—WAY LINE � Q A GUIDE AND REPRESENTS THE MINIMUM EROSION CONTROL DEVICES REQUIRED. INSTALLATION. — — — — PROPERTY LINE Y < — — — — — — — — — — — — — — — — — UTILITY EASEMENT z z 3. EROSION CONTROL MEASURES WILL BE MAINTAINED AT ALL TIMES. ADDITIONAL EROSION & 13. THE CONTRACTOR WILL BE REQUIRED TO CLEAN THE STREETS OF DEPOSITED MUD — — — — — — 1300 — — — — EXIST. CONTOUR Q SEDIMENT CONTROL MEASURES WILL BE INSTALLED IF DEEMED NECESSARY BY ON —SITE AS FREQUENTLY AS NEEDED PER APPLICABLE CITY BEST MANAGEMENT PRACTICES. Y INSPECTION. CONTRACTOR SHALL REFER TO SWPPP PLAN FOR SPECIFIC STREET CLEANING 1300 FINISH GRADE CONTOUR GUIDELINES. INSTALL WIRE —BACKED SILT FENCE Z Q 4. CONTRACTOR IS RESPONSIBLE FOR REPAIRING ALL EROSION & SEDIMENT CONTROL DEVICES x x INSTALL ORANGE CONSTRUCTION FENCING O AFTER EACH RAINFALL EVENT. 14. SEE TEMPORARY VEGETATION REQUIREMENT NOTES ON THIS SHEET FOR EXPOSED J J SOIL WHERE NO ACTIVITY WILL OCCUR FOR MORE THAN 14 DAYS. J 5. THE CONTRACTOR SHALL PROVIDE ANY FURTHER EROSION CONTROL MEASURES IN ADDITION #40mw** O INSTALL INLET PROTECTION TO THOSE LISTED TO ENSURE THAT SILT WILL NOT LEAVE THE PROJECT CONFINES. 15. CONTRACTOR IS RESPONSIBLE FOR PHASED INSTALLATION OF EROSION CONTROL LLJ BMP'S IN ORDER TO PREVENT SEDIMENT FROM BREACHING THE LIMITS OF 6. THE CONTRACTOR IS RESPONSIBLE FOR REMOVING THE TEMPORARY EROSION & SEDIMENT DISTURBANCE. *I INSTALL ROCK DITCH CHECK W CONTROL DEVICES AFTER COMPLETION OF CONSTRUCTION AND ONLY WHEN AREAS HAVE BEEN STABILIZED WITH A HEALTHY STAND OF PERMANENT VEGETATION. 7. THE CONTRACTOR IS RESPONSIBLE FOR REMOVING SILT FROM SITE IF NOT REUSABLE INSTALL GRAVEL CONSTRUCTION ENTRANCE/EXIT � drawn by: PTT ON —SITE AND ASSURING PLAN ALIGNMENT AND GRADE IN ALL DITCHES AT COMPLETION OF CONSTRUCTION ACCESS NOTE: CONSTRUCTION. checked by: DB CONTRACTOR SHALL ONLY USE CONSTRUCTION ACCESS SHOWN TO DODSON ROAD FOR / INSTALL CONCRETE WASHOUT approved by: BH 8. THE CONTRACTOR SHALL ENSURE THAT ALL DRAINAGE STRUCTURES, FLUMES, PIPES, ETC. CONSTRUCTION TRAFFIC. CONTRACTOR SHALL BLOCK OFF ALL OTHER ENTRANCES. SHALL QA/QC by: DB ARE CLEANED OUT AND WORKING PROPERLY AT TIME OF ACCEPTANCE. THE NEED FOR ADDITIONAL CONSTRUCTION ENTRANCES ARISE CONTRACTOR SHALL PLACE project no.: 020-2314 A CONSTRUCTION ENTRANCE AND CONCRETE WASHOUT AT EACH ENTRANCE. CONTRACTOR drawing no.: 9. THE CONTRACTOR SHALL PROVIDE ANY TEMPORARY STABILIZATION AS REQUIRED. SHALL GET FINAL APPROVAL FROM THE CITY PRIOR TO ADDING AND USING ADDITIONAL INSTALL TIRE WASH date: 01-17-2022 CONSTRUCTION ENTRANCES. 0' 10' 20' 40' SHEET 10. THE CONTRACTOR SHALL PROVIDE A TEMPORARY CONSTRUCTION ENTRANCE FOR VEHICULAR TRAFFIC AT LOCATION SHOWN. SCALE IN FEET C2.0 x v v 0 41 0- w N rn 3 v 4- n N 0 N n O N to N 00 U I �m W J I� U U) U a) a� L Cn U C h7 vN ao N 00 v I 4-- 0 Q c o, a� v� IN 00 0 N /0 �o N Z I O X N 1 0 > 1-11 0 N I O N 00 %o o I N0 N D_ /o X > 0 L N %w w Cry X a) 0 0 0LO 6O �o O N 0 0 0 N O -v v v O / v WOVEN WIRE FENCE STEEL FENCE POST MAX. 8' SPACING SILT FENCE EMBEDDED SILT FENCE IN TRENCH AS SHOWN FLOW BACKFILL " ' ' "�"�`' 12" MIN. 11 z_ NOTES: 1. PLACE SILT FENCE AT DOWNSLOPE LIMIT OF AREA TO BE GRADED. CONTINUOUS STRAW BALE DIKE MAY BE SUBSTITUTED FOR SILT FENCING. 2. SILT FENCE SHOULD BE SECURELY FASTENED TO EACH STEEL SUPPORT POST OR TO WOVEN WIRE, WHICH IS IN TURN ATTACHED TO THE STEEL FENCE POSTS. 3. INSPECTION SHALL BE FREQUENT AND REPAIR OR REPLACEMENT SHALL BE MADE PROMPTLY AS NEEDED. INSPECT WITHIN 72 HOURS FOLLOWING RAINFALL. 4. SILT FENCE SHALL BE REMOVED WHEN IT HAS SERVED ITS USEFULNESS, SO AS NOT TO BLOCK OR IMPEDE STORM FLOW OR DRAINAGE. 5. SEDIMENT TRAPPED BY THIS PRACTICE SHALL BE DISPOSED OF IN AN APPROVED SITE IN A MANNER THAT WILL NOT CONTRIBUTE TO ADDITIONAL SILTATION. 6. ACCUMULATED SILT SHALL BE REMOVED WHEN IT REACHES A DEPTH OF 6 INCHES AND DISPOSED OF IN AN APPROVED SPOIL SITE OR AS IN NO. 5 ABOVE. 7. AT EACH END OF SILT FENCE, TURN FENCE UPSLOPE AND EXTEND UNTIL GROUND SURFACE RISES 18". SILT FENCING DETAIL NOT TO SCALE 8" DIAMETER TUBULAR NETTING FILLED WITH ORG SLOPE STAKING AS RECOMMEN��� MANUFACTURER SEDIMENT BARRIER NOT TO SCALE EXISTING GROUND 111 SEDIMENT BARRIER NOTES: 1. PLACE SEDIMENT BARRIER AT DOWNSLOPE LIMIT OF AREA TO BE GRADED AS NECESSARY. 2. FASTEN SEDIMENT BARRIER AS RECOMMENDED BY MANUFACTURER. 3. INSPECTION SHALL BE FREQUENT AND REPAIR OR REPLACEMENT SHALL BE MADE PROMPTLY AS NEEDED. 4. SEDIMENT BARRIER SHALL BE REMOVED WHEN IT HAS SERVED ITS USEFULNESS, SO AS NOT TO BLOCK OR IMPEDE STORM FLOW OR DRAINAGE. 5. SEDIMENT TRAPPED BY THIS PRACTICE SHALL BE DISPOSED OF IN AN APPROVED SITE IN A MANNER THAT WILL NOT CONTRIBUTE TO ADDITIONAL SILTATION. 6. ACCUMULATED SILT SHALL BE REMOVED WHEN IT REACHES A DEPTH RECOMMENDED BY MANUFACTURER AND DISPOSED OF IN AN APPROVED SPOIL SITE OR AS IN NO. 5 ABOVE. 7. AT EACH END OF SEDIMENT BARRIER, TURN SOCK UPSLOPE AND EXTEND UNTIL GROUND SURFACE RISES 18". SEE PLAN SECTION A— A NOTE: NOTE: GRAVEL BAGS (**FILTER SOCKS) SHALL BE INSPECTED AND REPLACED AS NEEDED *GRAVEL CONTAINED IN PERVIOl BURLAP BAGS OR SYNTHETIC NET BA (1/8-INCH MESH) APPROXIMATE 24 INCHES LONG, 12 INCHES WIDE AND 6 INCHES HIGH (I.E. CURB HEIGHT) ^" " IL INLET LACE **GRAVEL FILTER SAGS SUCH THAT NO GAPS ARE EVIDENT * 5/8 - 1 1 /2" CRUSHED LIMESTONE ** COMPOST FILTER SOCKS MAY BE USED IN LIEU OF GRAVEL BAGS GRATE INLET PROTECTION DETAIL NOT TO SCALE 0] u /PNp S C q pF\ w DEJIS B,CND; .m U 0 icense No. 5212 y * 1 /17/2022 �gTFOF ARKP�c'P DENNIS BLIND LANDSCAPE ARCHITECT AR# 5212 z 0 a U U) w 0 U) z 0 Ln w W w Q 0 >O Wry Z w STABILIZED CONSTRUCTION ENTRANCE NOTES: J 1. CONSTRUCT STABILIZED CONSTRUCTION ENTRANCE AT ANY LOCATION WHERE ENTRANCE TO THE CONSTRUCTION SITE IS PERMITTED. Q 2. THE STONE SIZE SHALL CONSIST OF COARSE AGGREGATE IN ACCORDANCE WITH AASHTO M43 GRADATION 357. THE MATERIAL OI PLACED SHALL NOT BE LESS THAN THE WIDTH OF THE INGRESS OR C/) EGRESS. J �_ LEVEL CENTER SECTION WITH Q 3. MAINTAIN THE ENTRANCE IN A CONDITION WHICH WILL PREVENT 12" RISE ON BOTH SIDES TO TRACKING OR FLOWING OF SEDIMENT ONTO PUBLIC RIGHTS -OF -WAY. CAUSE FLOW OVER, NOT W THIS MAY REQUIRE PERIODIC TOP DRESSING WITH ADDITIONAL STONE AROUND CHECK DAM 0 AS CONDITIONS DEMAND AND REPAIR AND/OR CLEANOUT OF ANY J MEASURES USED TO TRAP SEDIMENT. REMOVE ALL SEDIMENT SPILLED, O DROPPED, WASHED OR TRACKED ONTO PUBLIC RIGHTS -OF -WAY. 4, WHEN NECESSARY, CLEAN WHEELS TO REMOVE SEDIMENT PRIOR TO \ / N 0 ENTRANCE INTO PUBLIC RIGHT-OF-WAY. WHEN WASHING IS REQUIRED, C) IT SHALL BE DONE ON AN AREA STABILIZED WITH CRUSHED STONE z WHICH DRAINS INTO AN APPROVED SEDIMENT TRAP OR SEDIMENT BASIN. MIRAFI 60OX WOVEN O PREVENT SEDIMENT FROM ENTERING ANY STORM DRAIN, DITCH, OR FABRIC (OR EQUAL) — WATER COURSE THROUGH USE OF SAND BAGS, GRAVEL, BOARDS OR C7 OTHER APPROVED METHODS. SECTION A -A 0 z 5. NO SEPARATE PAYMENT WILL BE MADE FOR STABILIZED CONSTRUCTION W J ENTRANCE. THIS WORK SHALL BE CONSIDERED SUBSIDIARY TO OTHER >- ITEMS IN THE CONTRACT. MIRAFI 60OX WOVEN 2"-3" WASHED FABRIC (OR EQUAL) STONE 0 A� O I 6'lc� APRON 18" � 18" (LENGTH=2X HT. OF DAM) A STABILIZED CONSTRUCTION ENTRANCE NOT TO SCALE PROFILE ROCK CHECK DAM DETAILS W 0 Q z W 2 Q z W 2 W Q 0 m O J i E 0 U C O U) U) 0 0 Cl? co 0) r• It J W 1-- -0 CO M O N r, CUQ n CU a? W� a) o Cu Cf)w W O_ 07 W N O N drawn by: PTT checked by: DB approved by: BH QA/QC by: DB project no.: 020-2314 drawing no.: date: 01-17-2022 SHEET C2.1 X D 0 0 0- w rn 3 N N 00 N N O 0 I I I - NI m U v/i UI a� c- i� U� 0 N Q O 04 �o wl iN oQ Qm U vl Q / 0) a) _0 N 10 O N O / I � 0 N Z I O X N I O > O O LO N I M O N 00 % o o I N 0 O a- N 0 / I.-- U) X >I % w w Crvl X (1) 0 0 0(.0 60 Co 4� D U) O N 0 O 0 N 0 0- 0 w 00 -1341, A \ \ \ I I \ \ I \ 1 I 71 \ I '1340 O \ \ \ / \ \ C STORMWATER � \ CLEANOUT � � / / DRAIN, \ \ \ 25' MAINTENANCE ZONE I ■ 1339, WRENCH THOUT TONE � � EDGE O \ > TRENCH DRAIN WITH 2" PVC IRRIGATIONS SLEEVES PLACED 15" 0 / D STONE EDGE o BELOW GRADE FROM TOP OF PIPE. 1" CONCRETE DISK PLACED ADJACENT TO \ /woo ► soon FLUSH — CONNECTION TO EACH END FOR LOCATION PURPOSES (TYP.) "Oft aftm \ swim wow/ — — j wow/ EXISTING SIDEWALKaft waft woo NYLOPLAST AREA INLET ' DECOMPOSED GRANITE SOFT SURFACE SEATING AREA WITH ftEft woo \ `- 0 U C O v7 O 0 cl� co rn r` J W H c� M CD C N ti TQ co Lu m 000 6" STEEL EDGING \ ° \ P' gSg F EXISTING BOULDERS AT NEW STAMPED CONCRETE ° EXISTING SIDEWALK o -y1 CORNERS TO BE REMOVED AND TO BE REMOVED D \ CLIMBABLE d y CP WITH EXPOSED AGGREGATE \ REPLACED ©45° ANGLE m- � ` _ — — � � — (SEE SHEET 6.1) d °_ PART -SUN PERENNIAL BED DENI LS ND( 'm \ - - � — t License No. 62 *y NEW 6' BENCH (PLANTINGS AND DESIGN BY CITY OF * 1/17/2022 � PART -SUN PERENNIAL BED (SITESCAPES 6, ° d FAYETTEVILLE PARKS AND REC. DEPT.) - Tg)EOFARKF�G'P \ I 1 (PLANTINGS AND DESIGN BY CITY OF \ WP1-1060-PF)> — & LANDSCAPE BOULDERS (TYP.) I I DENNIII BLIND FAYETTEVILLE PARKS AND REC. DEPT.) %` n ° LANDSCAPE ARCHITECT \ �- ! �nmummum 1344- AR# 5212 CONNECT TO EXISTING SIDEWALK I EXISTING BOULDERS AT \ dnoun noun I CORNERS TO BE REMOVED AND d 5% MAX SLOPE REPLACED @45° ANGLE �- 'rmo ° m PART -SUN PERENNIAL BED 0000 0000 ' / ° ° \ (PLANTINGS AND DESIGN BY CITY OF 0000 ° I a \ \ ° I ° ° \ ° FAYETTEVILLE PARKS AND REC. DEPT.) EXPANSION JOINT (TYP.) _ OEM � ° � ° ° \ ° ° ° d ° ° EXPANSION JOINT (TYP.), _ \ 25 WATERSIDE ° ° ° _1339-- CONCRETE SIDEWALK �" ° PROTECTION ZONE ° \ - 40 I I STONE STEPS ° \ ° \ ° a \ I I ° \ CONTROL JOINT (TYP.) / ° \ ° I I \ ° �/3 ° I 0 i / CUTS STONE RETAINING WALL AND I X ��Y1i �- - \ I ° ° 4 woo � / PART -SUN PERENNIAL BED zz \ ° d ° I I °° \ 4 d I ` �� EXPANSION JOINT (TYP.), ° (PLANTINGS AND DESIGN BY CITY OF ° I a° / I ° I \ I \ a �mft ` � — -d FAYETTEVILLE PARKS AND REC. DEPT.) 4 I \ �o � U ° d 4 p O o _ I — Z CONTROL JOINT (TYP.) I - - - - I ° I d / \ o i � � _ � a I a I ° _ — O / ' 2% MAX SLOPE - _ O RELOCATED EXISTING I - - - - - _ LIGHT POLE ---- ° ° _ PART -SUN PERENNIAL BEDLn U - — — — (PLANTINGS AND DESIGN BY CITY OF - STONE STEPS CLIMBABLELu i — = NEW 6 BENCH _ FAYETTEVILLE PARKS AND REC. DEPT.) / �� _ ' &LANDSCAPE BOULDERS (TYP.) / BOULDERS TO WATERS EDGE — = CONTROL JOINT (TYP.) — — _ _ _ (SITESCAPES 6 EXPANSION JOINT (TYP.) s = — _ _ WP1-1060-PF) /ui o / a-- 2" PVC IRRIGATIONS SLEEVES PLACED 15" DECOMPOSED GRANITE SOFT /� - EXISTING BRIDGE _1335- — — — _ — BELOW GRADE FROM TOP OF PIPE. SURFACE SEATING AREA WITH �_ TO BE REMOVED 1" CONCRETE DISK PLACED ADJACENT TO LANDSCAPE 6" STEEL EDGING - — �_ — _ — — _ w z° EACH END FOR LOCATION PURPOSES (TYP.) BOULDER (TYP.)1340 — — — — — — - — noun _ NEW STAMPED CONCRETE 1335 — — — — EXISTING BRIDGE WITH EXPOSED AGGREGATEwow - - — = — — loom / (�-�►� TO BE REMOVED _ (SEE SHEET 6.1) soma o 0000 0000 —0000 0*00 mum sun Sam soon O loom NORM m®ri--_ 00 ' - - - - PROPOSED 45' BRIDGE SEE SHEET C4.0 / / 25 WATERSIDE / PROTECTION ZONE / 1 _ 0005 _ CONCRETE SIDEWALK solo- woo CONNECT TO EXISTING SIDEWALK / / 01000 ROUNDED LANDSCAPE BOULDERS EXAMPLE CUT FLAGSTONE LANDSCAPE BOULDERS EXAMPLE U sneyFc corn - _• 1 STAMPED CONCRETE PROMENADE EXAMPLE J: Z O w N O N LLJ Q W 2 a_ 0 Q w LLJ Q Q W LLJ LLJ 0 m U) STAMPED CONCRETE WITH EXPOSED AGGREGATE m Y Q (n ° (SEE SHEET 6.1) Z NOTE: ° Q Y ALL TREES ON SITE SHALL BE PROTECTED BY BROOM FINISHED CONCRETE SIDEWALK 0- TREE PROTECTION FENCING PER THE CITY OF (SEE SHEET 6.1) Z y Q FAYETTEVILLE DETAILS AND SPECIFICATIONS. O U)>J L 0 o CUT STONE WALL / CLIMBABLE BOULDERS TRENCH DRAIN LLJ LLJ LANDSCAPE BOULDER Q 2" PVC IRRIGATIONS SLEEVES PLACED 15" BELOW GRADE LL drawn by: PTT FROM TOP OF PIPE. 1" CONCRETE DISK PLACED ADJACENT TO EACH END FOR LOCATION PURPOSES checked by: DB approved by: BH - - - - - CONTROL JOINT QA/QC by: DB project no.: 020-2314 drawing no.: EXPANSION JOINT date: 01-17-2022 SHEET o' 5 10' 20' 25' WATERSIDE PROTECTION ZONE SCALE IN FEET C3.0 rn 3 �� N N 00 N N O 0 I I I - NI m U v/i UI O O t i� U� O N Q O N - O wl .N oQ U o I +U Q 0� _0 N 10 O N O / I N Z I O X N I O > / O O LO N I O N 00 o' �I N 0 O a- N 0 / I.-- U) X >I % w w Crvl X (1) 0 0 0(.0 60 4O � D U) O N UO O N 0 0- 0 w 00 -/— — -1.3e1 \ 1339, O 0 \ O `� "10.00' \ ` \ CONTROL JOINT (TYP.) 10.00' 346 — DENNISNDt m \ — \ — * `License No. \ 5212 01 /17/2022 � 1 � \ d 45� — TgTFOFARKF�G'P \ I / DENNIS BLIND / a —1344- _ I LANDSCAPE ARCHITECT A — # 5212 I \ d \ \ �90'0'0,,, 90a0,0,,, a 4 10 00' ° \4 d d d a \ ° \ d -13 EXPANSION JOINT (TYP.) \ v d \ \ N:640109.3310 \ d \ a d \ I d 6 N:640108.9770 10.00' E:672581.4987 E: 672571.5050 d \ \ d \ d — — — _ -1339- �� a ^ I d 1340 a I - — ,,, _ 90*0'0", 90*0010 a a I \ d I I\ d 1 a 10.00,­V YIY Y a- - 17 Q 4 a a \ I a 4 d a 4 \\ g G \ o Ev d \ \ I d I d I \ I �Q — / _ 4 _ 4 d d I 4 / I d d / — — — U w a d _— >r d a \ / — 1 3 — ❑ 4 _ _ _� — Cn Z I a — Ln — _ _ _ ---- — — — — —-1335-_ > Lu — _ w — 335- uo z — — — — _ — — — CONTROL JOINT (TYP.) EXPANSION JOINT (TYP.) \ 1340 G — _ �1335- _----\�� L W \ / / 00 O / Z 0 0ui O O v / Q Q �/ 06 w �� � V NOTE: LAYOUT OF PROMENADE DESIGN SHALL UTILIZE CROSS-SECTION BOARDS AND STRING LINE FOR THE CONCRETE FORMS, OR OTHER APPROVED METHODS AS DICTATED BY THE LANDSCAPE ARCHITECT OR CITY STAFF. LEGEND: STAMPED CONCRETE WITH EXPOSED AGGREGATE d a (SEE SHEET 6.1) BROOM FINISHED CONCRETE SIDEWALK (SEE SHEET 6.1) 0 o CUT STONE WALL / CLIMBABLE BOULDERS TRENCH DRAIN LANDSCAPE BOULDER 2" PVC IRRIGATIONS SLEEVES PLACED 15" BELOW GRADE FROM TOP OF PIPE. 1" CONCRETE DISK PLACED ADJACEN TO EACH END FOR LOCATION PURPOSES - - - - - CONTROL JOINT EXPANSION JOINT 25' WATERSIDE PROTECTION ZONE 0 U C O v7 O O III - It J W MCD CQ O N ti TQ (n > C� Lu � LL J: Z O w N O N z O U) Q 0 Y U) z Q Y W � Q O Cn W J >J J W W Q LL T drawn by: PTT checked by: DB approved by: BH QA/QC by: DB project no.: 020-2314 drawing no.: date: 01-17-2022 SHEET o' 5 10' 20' SCALE IN FEET C3.1 3 04 O N N 0 OI O o I �m U J I� U v/i UI a� C- V)� c r7 O N Q O N - O Ld / N oQ Qm o U I +U Q c rn4- (D P)- I N O O N �O / I N Z Im OX N O> / O O LO N I M O N 00 0 O I N 0 O D_ N 0 X N >I /L- w X 1 1 . 1 0+ 1 1 6" CONCRETE APPROACH SLAB 1 O 1 1 1 1 � 1 � 1 4" MIN. CONCRETE SIDEWALK TO MATCH WIDTH OF EXISTING PAVEMENT 1 1 1 1 SLOPE APPROACH SLAB/ PROMENADE SURFACE TO MATCH TRAIL SLOPE 4 Q a S TA: 01+-n SURFACE OF TRAIL® CL - 1339 EXISTING SURFACE 7,7- 6" CONCRETE APPROACH K,,,,,T,I ""UTMENT LL. 0+25 I I I � � 1 I I I � � 1 I I I,I BRIDGE (0+00 - 0+85) 45.00' BRIDGE TRUSS LENGTH r� PREFABRICATED MODIFIED BOW BRIDGE WITH UNDERHUNG DESIGN SEE SHEETS 4.1 &4.2 NOTE: NO BOTTOM ELEMENT OF BRIDGE SHALL BE LOWER THAN ELEVATION 1337.82 0+50 SURFACE OF TRAIL® CL - 1339 SOUTH ABUTMENT 0+75 � 1 � 1 1� 1 � 1 1 \� 1 \ �0+85 1 1 - 6" CONCRETE APPROACH SLAB 1 I I I ■ 4" MIN. CONCRETE SIDEWALK TO MATCH WIDTH OF EXISTING PAVEMENT I 1 I ❑� i SLOPE APPROACH SLAB/ PROMENADE SURFACE TO MATCH TRAIL SLOPE ---I EXISTING SURFACE 6" CONCRETE APPROACH 1320 ore 0' 2.5' 5' 10' SCALE IN FEET 0' 2.5' 5' 10' SCALE IN FEET N N u PROFESSIONAL ENGINEER * * * ,hz No.9240 14. z 0 U e7 u1 0 U) Z O U) w w Q 0 w O uz W 0 z CW G 0 z z 0_ Q U z W W W z U Q Q Z � Q W J W W CD 0 0 U C O v7 O O cY? It J Lu -0 CM M CD O ti 0� N ti Q J > (Q � Lu } m U) 0 >Lu N O N U) CID Q m Y z Q Q Y Q Cn W J >J J W W Q LL drawn by: PTT checked by: DB approved by: BH QA/QC by: DB project no.: 020-2314 drawing no.: date: 01-17-2022 SHEET C4.0 45'-0" OUT TO OUT OF BRIDGE VERTICALS #5 BAR DOWELS @ 12" O. x O O t a w N ­. - O r3 O N N O /N O O N I O N mJ U I a� U O I_ &i Q1 /w X I l r I I \f11 L SECTION C•� APPROACH SLAB WIDTH VARIES PLAN MATCH TRAIL SLOPE #4 (a) 12" O.C. (BOTH WAYS) SEALED JOINT SEE DETAIL BELOW 3" CLR #4 BARS W1 STANDARD HOOK @ 12" O.C. #4 BENT BARS @ 12" O.C. 2" CLR #5 @ 12" O.C. #5 @ 6" E.F. #5 BARS (@ 6" O.C. TOP & BOTTOM 2' 44'-6" CENTER TO CENTER OF ABUTMENT — CLABUTMENT 3" 1 " GAP HEIGHT VARIES WITH CROSS SLOPE SEE ABUTMENT ELEVATION DETAIL BRIDGE SURFACE 1339.00 (CENTER) ** VERIFY ACTUAL BRIDGE BEARING WITH BRIDGE MANUFACTURER 3" CLR **BRIDGE BEARING: 3 1337.67 " MIN. PROVIDE 3 - #3 TIES (@ 4" O.C. @ ANCHOR BOLTS 2" CLR (*NOTE: NATIVE STONES ONLY APPLICABLE IF STREAMBANK IS DISTURBED DURING ABUTMENT 4' EXCAVATION AND CONSTRUCTION.) IF STREAMBANK IS DISTURBED BY EXCAVATION, CONSTRUCT 18"-24" THICK NATIVE STONE ROCKS. MATCH AND TIE TO EXISTING TOP OF FOOTING: 1111 -I I I 1333.67 I - 2"CLR III III #5 BARS (C� 12" O.C. TOP & BOTTOM I 1 I I=III= IIIIII-III- _ -III III -III. _ I -III IIII I I� Ell 1 3" CI � � � -III IIII I I� —II� IEl M I I IIII SECTION A -A BRIDGE END JOINT SEALANT DETAIL SEE NOTE 1 (*NOTE: NATIVE STONES ONLY APPLICABLE IF STREAMBANK IS DISTURBED DURING ABUTMENT EXCAVATION AND CONSTRUCTION.) IF STREAMBANK IS DISTURBED BY EXCAVATION, SET BOULDER ON SOLID BEDROCK NOTES: STREAM BED 1. BRIDGE FOUNDATION SHALL BE PLACED ON UNDISTURBED, COMPETENT MATERIAL. NOTIFY ENGINEER UPON EXCAVATION FOR VISUAL OBSERVATION OF MATERIAL PRIOR TO CONSTRUCTION. 2. PREMANUFACTURED BRIDGE SHALL BE A MODIFIED BOW BRIDGE WITH A WEATHERED METAL FINISH, 45' SPAN WITH 10' CLEAR WIDTH PROVIDED BY WHEELER OF MINNEAPOLIS, MN OR APPROVED EQUAL. RUB RAILS, HANDRAILS, AND VERTICAL SAFETY RAILS SHALL BE PROVIDED IN ACCORDANCE WITH THE 2012 ARKANSAS FIRE PREVENTION CODE (2012 IBC WITH AMENDMENTS) INCLUDING ADA REQUIREMENTS. DECK SHALL HAVE A 1.5 PERCENT CROSS SLOPE. LIVE LOADS SHALL INCLUDE AN H5 LOAD RATING. 3. COORDINATE ANCHOR BOLT LOCATION AND SPACING WITH SELECTED BRIDGE MANUFACTURER. SELECTED BRIDGE MANUFACTURER SHALL PROVIDE LOAD CALCULATIONS AND SHOP DRAWINGS TO ENGINEER FOR REVIEW AND APPROVAL PRIOR TO CONSTRUCTION. CHANGES TO THE FOUNDATION/CONNECTION DIMENSIONS AND DETAILS REQUIRED BY ALTERNATIVE BRIDGE DESIGNS SHALL BE CONSTRUCTED AT NO COST TO THE CITY OF FAYETTEVILLE. 4. CONCRETE SHALL HAVE A MINIMUM 28-DAY COMPRESSIVE STRENGTH OF 4,000 PSI WITH 5 PERCENT ENTRAINED AIR. REINFORCING STEEL SHALL HAVE A MINIMUM YIELD STRENGTH OF 60,000 PSI. SPACERS, STANDEES, ETC. SHALL BE PROVIDED TO HOLD REINFORCING STEEL IN PLACE DURING PLACEMENT. 5. ABUTMENT SHALL BE BACKFILLED EQUALLY ON BOTH SIDES. BACKFILL SHALL BE COMPACTED TO 95% S.P.D. EXPOSED CORNERS SHALL HAVE 3/4-INCH CHAMFER. 6. CONTRACTOR SHALL CONSTRUCT A CAST -IN -PLACE, REINFORCED CONCRETE DECK ON BRIDGE AFTER BRIDGE IS COMPLETE IN PLACE. N N u PROFESSIONAL ENGINEER * * * hz No.9240 14. z O Ir U e7 w 0 m z O > w w 0 w O Z J_ Q e— O U U) W (D m W Q z W 2 O 12 0 z Q Z w U Q W 0 0 m Q z O W J 7 M o ti 0� N ti � Q W > co Lu a� N >+ O Co co LL N U) Q W Q y ry Q W J J W ui ILL drawn by: PTT checked by: DB approved by: BH QA/QC by: DB project no.: 020-2314 drawing no.: date: 01-17-2022 SHEET C4.1 x 0 O L a w to v� 3 v N O N OI 0 1-11 rn 41 a) a) L in / U v a 6 c 0 a U O 4' Q c rn a� v I 0 / N I O N O 1-11 O N O L N % w w C X N 0 0 O Z3 N O N 0 O O N v O ,,-0 uJ �a 00 E O U C O U U) O 8' 0„ i C) Cl? I I I co I Cw VERIFY WITH BRIDGE MANUFACTURER J w CD 70M (6 O N I 5' I CU Of �Q C W EDGE OF APPROACH SLAB I i C) cu 1'-11" 1" EXPANSION I I 5 A E 0 r N S 1 " GAP 12 I i RGI TE} PROFESSIONAL ENGINEER - - - - R� s I - - - - - - - - - g�� - 4 - - T T - - - - - - - - - - - - - - - - - T - - - - -q No.9240 o�'q CENTER LINE ABUTMENT I I I -- 5.00' - - - -3 CENTER LINE ABUTMENT B. it I � 1 -4' 3 3" (TYP) I m CLOSER TIES (TYP) @ ANCHOR BOLTS 1'-0" I 2'-3 1 /4" ABUTMENT PLAN Imo O_ z J I m EDGE OF FOOTING in �I ID 0 > �I Iz o � W Z: ml Imo Im U n G) D Z UPSTREAM w l G, I I m I n o Im,y � = DOWNSTREAM �I r D D �° w D Ir O �I I� wl I I I� PROVIDE 343 TIES U I o @ ANCHOR BOLT CLOSER TIES @ 4" O.C. MAX I VERIFY WITH BRIDGE MANUFACTURER >O 5'-1" 5'-1" 1'-11" W Z I I CV NOTE: ALL VERTICAL BARS ARE #5'S SPACED 6" O.C. I 1" EXPANSION #4 BARS 12" O.C. I I CV W/SEALANT #4 @12 O.C. BOTH WAYS TOP OF WALL: I �� 1.5 /o CROSS 19 I TOP OF WALL: 1338.67 SLOPE i 1338.67 0 Q BRIDGE BEARING: 1337.67 KEEP FREE FROM REBAR FOR BRIDGE ANCHORS 3" v3" 3" 3" #4 BARS "A" CLOSER Q � ONE ON EACH SIDE OF W Z I I ANCHOR BOLTS. 0 W 3" CLR z W W Q � J 4' 3" CLR I #4 BARS "C" w @ 12 O.C. Q cl� W I I W #5 BARS @ 6" O.C. TOP AND BTM I I Cn m Q I m TOP OF FOOTING: I I Z 1333.67 I Q Y z Q #5 BARS @ 12" O.C. TOP AND BTM O W J J W W 8'-4 3/4" #5 BARS @ 6" O.C. FACE 8' Q 3" CLR LL drawn by: PTT I checked by: DB approved by: BH QA/QC by: DB ABUTMENT ELEVATION drawingct no 020-2314 drawing no.: date: 01-17-2022 SHEET C4.2 I END POST O OM NO N /N O O N O m N J a�i UI a) i U r�' pi O � O D U) O N U(D O N O 0- 0 / O CONCRETE DECK FINISHED PLAN nfAA VERTICALS) �I L BA Y AND L nnrrnll n� �nnn DECK PAN L A YOU T PLAN BRIDGE LENGTH AS DETAILED IN SPECIAL PROVI rA TYPICAL SECTION SIZES ARE TO BE DE TE q BRIDGE EL E VA TION RAILING NOT SHOWN S BY BRIDGE MANUFACTURER TOP CHORD DIAGONAL 'ER TICAL ID TTOM CHORD SIDE DAM r, nnn rnr At I COVER ANGLE END FLOOR BEAD( FRAMING PLAN rnn nr rnr�n NOTE: WHEELER OF MINNEAPOLIS, MN IS THE STANDARD OF QUALITY FOR THE PRE —MANUFACTURED BRIDGE, AND WHEELER HAS PROVIDED THE STANDARD DETAILS ON THIS SHEET. SUBSTITUTIONS MAY BE CONSIDERED IF SPECIFICATIONS ARE MET AS APPROVED BY THE ENGINEER AND THE CITY OF FAYETTEVI LLE COVER . CONCRETE ABU TMEN T c� SHIM KIT AS REQUIRED SUPPLIED BY BRIDGE MANUFACTURER. x Q 1 112"t NON -SHRINK m LEVELING GROUT NOTE: THIS DRAWING IS A STANDARD DETAIL FROM WHEELER OF MINNEAPOLIS. SEE SHEETS C4.1—C4.2 FOR PROJECT SPECIFIC BRIDGE DETAILS. SEE ALSO SPECIFICATION 34 83 00 FOR BRIDGE SPECIFICATION, SPECIAL PROVISIONS, AND APPROVED MANUFACTURER LIST. RAILING REQUIREMENTS ARE TO BE AS DETAILED IN SPECIAL PROVISIONS. ABUTMENT REQUIREMENTS VARY PER PROJECT, USE "STRUCTURE LA YOU T CHART" AS A GUIDE TO DETERMINE DIMENSION MINIMUMS. DRAWINGS ARE NOT TO SCALE @ 70" a%#WSW. SXTL ruaYWm+raMn #� w aa2-2ar&g1 952- 929-- 7854 in fo@Wheeter1892, cam Wh eel er 1892. com BRIDGE LENGTH 9531 West 78th Street Suite 100 Minneopolis, MN 55344 PER SPECIAL PROVISONS DRILL AND EPDXY ANCHOR SYSTEM DESIGNED AND SUPPLIED BY BRIDGE MANUFACTURER. JCH f VVrU Ir-; 11"`BBEARltJG DETAIL 1 1 A T ABUT EN T 80 TH ENDS EXPANSION STRUCTURE LAYOUT CHART(] BRIDGE LENGTH PER SPECIAL PROVISIONS BACKWALL TO END POST GAP BACKWALL HEIGH T Q SEAT yj1ID TH 10'--0" - 60'-0" 1 112" 16" 60'-1 " - 1001- 0" 1 1/2" 16" 2» r150�-I" — L n0'— 0" 2 11z„ m z 0 of U Cn w 0 Cn z 0 Ln > w w 0 0 N N ru PROFESSIONAL ENGINEER, * * 47-Z No.9240 14, 0 z LLJ O a_ 0 z Q z w U Q w rw V 0 m Q O co J i -0 CO Mo 0 r-- N ti Q =9?- (n (0 Q) w� a� N >+ O CB U) z O_ U) > w r- O N U) Q U) Q Q w J w w LL drawn by: PTT checked by: DB approved by: BH QA/QC by: DB project no.: 020-2314 drawing no.: date: 01-17-2022 SHEET C4.3 X 0 0 0 41 Q w V) 0, 3 CV p j 0 N CV 0 01 0 0 UI m U v/i U a� a� O N Qo N - O c 1 W /N oa Qm U vl Q / C _0 N I 0 O N O / I � O N Z Im O X CV 1 0 > / 0 0 LO CV I O CV 00 o/ OI CV 0 oa- N 0 /F- �X o �I L_N Q� /w C X i 000 6o Co 4� D En O N 00 O N 0- 0 0 0 / r -1341, E O U C O O O C'7 C'7 ti J CD H JUNCTION BOX O - \ Bench N 15 NYLOPLAST D.B. \ Playground area / \ O / Q-~ RIM= 1339.25 \ \ \ I SW INV. IN= 1335.90 (12" PVC) \ \ \ E INV. IN= 1335.90 (6" PVC) ' 340 \ \ I / Concrete Sidewalk - S INV. OUT= 1335.80 (12 PVC) / \ \ / m N: 640156.830 O �' \ \ CN >1 E: 672587.001 \ Y \ \ o ca C+o IL I � GCS u Cll Q Q Bench I I I m Playground sign \ \ \ \ Bench � �SCgp - - \ / \ Concrete curb P F /� \ & gutter (typ.) N q�n \\ I � `w _ - o TRENCH DRAIN, \ / / C. U WITHOUT CUT STONE \ \ DENNIS �NDt 1339, EDGE \ I I License No. 5212 y i \ , / \ / \ * 01 /17/2022 AREA INLET RIM = 1339.37 x TRENCH DRAIN WITH \ \ / Gazebo /� I I Playground area TgTEOFARKP�G'P 15" NYLOPLAST D.B. FL = 1336.75' CUT STONE EDGE ° \ \ O / Y9 RIM= 1338.25J \ \ i DENNIS BLIND 22.45 � \ -- � � �►-Waft \ \ \ /_ ► � � � LANDSCAPE ARCHITECT NE INV. OUT= 1336.23 (12" PVC) g2 ° �F „ \ � � / \moonmomm AR# 5212 0 6 �� j � FG 1344.05 N: 640140.943 ,, p \ � ,3 > \ � � FG 1344.10 Bench � E: 672555.131 F 12 T 99 RIM = 1340.09 \ 0 �_ \ � � w \ waft _ } FL = 1339.65 FL = 1339.34 \ O co \ �5 FL = 1337.65 ' 0000 �v, L 000 ' _ d � CP �nomm \ \ ° FG 1343.57 1346 \ - _ d ° BW 1342.66 \ I 1345� FG 1342.76 TW 1343.08 Swings / \ ` w FG 1343.01 MONO1342.28 -1344- - - I d MUNN MOWN Moon � O \ 4 � 90 " FG 1341.70 a 134 _ BW 1342.76 _ � I _ FG 1341.19 'r U 3of 0 Playground area d � ° \ d TW 1342.96 TW 1343.11 a \ C) \ r \ 000 ° ° BW 1342.94 \ wo O \ N ° \4 I ° ° 7 ° / TW 1342.79 d 43� - _ Z Oo ® - - - - _ _ FG 1340.34 \\ 4 ° 1341.97 ° TW 1342.70' BW 1342.29 TW 1342.51 _UJ a d BW 1341.87 UJ � °�\I \°°�G 389 ° \ `d BW 1342.28FG 1338.64 FG 1340.08 FG 1340.70 I ° FG 1341.77 FG 1338.89 oo FG 1338.66 G 1339.01 FG 1339.71 ° ° 1339.34 d \ FG 1340.35 a FG 1339.09 \ ° Y \ a i / 1 a \ FG 1340.29 ,�34 FG 13°41.32 FG 1341.28 - - - .1342- o �/ I Y Y °- \ ° ` / / FG 1341.17 � � � _ _ walk IV � d 4 a I ° I °° \ 4 d I FG 1340.17 - � \``' _ _ 00 FG 1341.05` e Side ° I 4 ° I I FG 1339.47 FG 1339.79 I 4 \ o \ d #Aft/ _ _v o _ _ _ _ o FG 1338.92 - - TA: 0+20 ° ° I A ° I d ° ° FG 1339.69 I / \ FG 1340 08 = o - FG 1340.98 _ _ FG - -- 1340 FG 1338.99 �� - _ - _ FG 1340.92 1338.73 I � 4 ° � I ° ° FG 1339.89 � O o - _ _ _ � � - ° FG 1339.52 _ - - / 2" PVC IRRIGATIONS SLEEVES PLACED 15" -� _ _ I FG 1338.84 FG 1339.18 ° ° � MOM _ _ - - FG 1339.00 _ v� mm � _ _ - - �� BELOW GRADE FROM TOP OF PIPE. -Bridge Boom1 CONCRETE DISK PLACED ADJACENT TO o _ - 2" PVC IRRIGATIONS SLEEVES PLACED 15" EACH END FOR LOCATION PURPOSES (TYP.) \ �� - 2" PVC IRRIGATIONS SLEEVES PLACED 15" - 1335= _ - - BELOW GRADE FROM TOP OF PIPE. \ \ \ \� 0 1 CONCRETE DISK PLACED ADJACENT TO -BELOW GRADE FROM TOP OF PIPE. - EACH END FOR LOCATION PURPOSES (TYP.) _ e- - - 1" CONCRETE DISK PLACED ADJACENT TO _1335 W EACH END FOR LOCATION PURPOSES (TYP.) / 12" F.E.S. FL=1333.47 _ - - _ � 1340 woo woos woo some Z 000 40014 - ,► J W on Mun Noun moon Raw 00 0+65 FG 1338.41338.80 I - - /000 mom / mom Mom aloftU U FG 1339.00 M, Z O w N O N �I I / �1����� Q 4_7 7-7Z � Z mm wows owns nomw Aftft 000 7Ln Noun nm, noun mum waft 00 �' LEGEND W w TP=1200.00 TOP OF PAVEMENT Q � TW=1200.00 FINISHED GROUND @ TOP OF WALL L�J \�J drawn by: PTT BW=1200.00 FINISHED GROUND @ BOTTOM OF WALL checked by: DB y: approved BH FG=1200.00 FINISHED GROUND QA/QC by: DB project no.: 020-2314 HP HIGH POINT drawing no.: date: 01-17-2022 LP LOW POINT o' 5' 10' 20' SHEET ME MATCH EXISTING SCALE IN FEET C5.0 x 0 0 C_ 0- w N rn 3 v N O N O I 0 J 0 UI / a� a_ / 0 Q c / 0 Q U 0 41 c 01 a� I 0 N 1 O N O / O O LO N O &_N Qw /w C X a� o 0 000 60 �o 41_ 0 En O N 00 O N -0 0 0 0 0 ""_3 PAVEMENT OR SIDEWALK 18"x18"x6" CONCRETE PAD IN UNPAVED AREA DEETER #1821 4" NYOPLAST CLEANOUT END CAP 4" INJECTION MOLDED WT 45° BEND INJECTION MOLDED HDPE PIPE OR END CAP WT 45° WYE (OR (SEE PLAN FOR SIZE) REDUCING WYE) HDPE CLEANOUT DETAIL NOT TO SCALE 1 /2" EXPANSION JOINT FILLER. FILL TOP OF JOINT WITH PAVING GRAY COLOR JOINT SEALANT MIN. 4" TOPSOIL LAYER CONCRETE PAVING WITH _ 1/4"-1/2" RADIUS TOOLED EDGES NON —SLIP BROOM FINISH 2% MAX SLOPE 4" THICK TYPE 1 AGGREGATE BASE FILTER FABRIC ,w/AAA/AAA/AAA/AAA/�Av�Av OVER COMPACTED FILL (140N MIRAFI) FILL PLACEMENT SHALL BE IN 8" LIFTS COMPACTED 95% S.P.D. ROUNDED LANDSCAPE BOULDERS (APROX. 12" TALL X 36" WIDE X48" LONG) SIDEWALK EDGE DETAIL AT CLIMBABLE STONES ON WATERS EDGE NOT TO SCALE A DIA. UNDISTURBED SOIL FILL PLACEMENT SHALL BE IN 8" LIFTS COMPACTED 95% S.P.D. LAYER OF BETWEEN END AND TC 6" Al D I J J Q REINFORCEMENT ADJOINING PIPE DIA. BARREL SECTION REINFORCEMENT FLARE SECTION REINFORCEMENT (ONE LAYER ONLY IN CENTER OF WALL CIRCULAR ELLIPTICAL INNER CAGE SQ. IN./ LIN. FT. OUTER CAGE SQ. IN./ LIN. FT. SQ. IN./ LIN. FT. AREA OF LONGITUDINAL SQ. IN./ LIN. FT. AREA OF TRANSVERSE SQ. IN./ LIN. FT. 12" 0.07 0.048 0.048 15" 0.07 0.054 0.054 18" 0.07 0.07 0.060 0.060 21" 0.07 0.07 0.066 0.066 24" 0.07 0.07 0.072 0.072 30" 0.14 0.12 0.084 0.084 36" 0.12 0.09 0.13 0.096 0.096 U WELL GRADED WASHED WALL ROCK 0.25" TO 1.5" LESS THAN 10% FINES 4"0 PERF. PVC UNDERDRAIN WALL END VIEW C- B U COVER/INLET OPTIONS ABOVE (SEE SHEET C2.- OPTION RED NYLOPLA� DRAIN BASIN BO (SEE SHEET C: FOR SI; HDPE PIPE PER PLAN ROUNDED LANDSCAPE BOULDERS (APROX. 12" TALL X 36" WIDE X48" LONG) HEIGHT VARIES 4' MAX HEIGHT 12" EMBEDDED ad a a ° a a a a ;-/ °°°12" THICK WELL GRADED °WASHED WALL ROCK 0.25" TO �, ° ° 1.5" LESS THAN 10% FINES 3' MIN. NON-STRUCTURAL RETAINING WALL DETAIL NOT TO SCALE - WALL j- A E TOE WALL CONSTRUCTED --" AT OUTLET END ONLY 8„ CONCRETE FLARED END SECTION (F.E.S.) DETAILS NOT TO SCALE REQUIRED DIMENSIONS DIA. WALL A MIN. MIN. D E 12" 2" 4" 4'-0" 6' 2'-0" 18" 15" 2 1 /4" 6" 3'-10" 6' 2'-6" 18" 18" 2 1 /2" 9„ 3'-10" 6, 31-0" 18" 21" 2 3/4" 9" 3'-2" 6' 3'-6" 18" 24" 39P 9 1 /2" 2,-6" 6, 41-0" 24„ 30" 3 1 /2" 1-0" 1'-7„ 6$ 5-0" 24„ 36" 4" 1'-3" 2'-10" 8' 6'-0" 24" SECTION A -A DUCTILE IRON STANDARD GRATE TO MATCH BASIN SIZE RIM ELEVATION LOCATION SHOWN 0o ON PLANS 0 0 0 STANDARD GRATE DRAIN BASIN DETAILS NOT TO SCALE 4" IN EARTH 6" IN ROCK DUCTILE IRON SOLID COVER TO MATCH BASIN SIZE RIM ELEVATION LOCATION SHOWN ON PLANS SOLID COVER TRENCH BACKFILL REQUIREMENTS PERCENT PASSING SIEVE SIZE 100 3/4—INCH 60-100 1/2—INCH 0-5 N0. 4 TRENCH BACKFILL JOB EXCAVATED MATERIAL COMPACTED TO 95% OF MAX. DENSITY MIN. 15" — MAX. 24" = J PLUS O.D. OF PIPE U TRACER Y I? WIRE m z of��I Q Iz �IIII o 0 0 0 0 0 0 0lllll 04 �w IIIII � o 0 0lllll OUTSIDE PAVEMENT STORM SEWER BEDDING DETAILS NOT TO SCALE NOTES: 1. EVENLY SPACE TOOLED JOINTS EQUAL TO WIDTH OF SIDEWALKS UP TO 12'-0". 2. SEE ARCH. PLANS FOR JOINTING TYPES & PATTERNS *NOTE: MAINTAIN 16.5' AWAY FROM SWING CEBTER BAR "FALL ZONE" 3" CLR. DOWNSTREAM TYP. CONCRETE TO SLOPE TOWARDS GRATE @4% NEW 6" WIDE CUT STONE BOULDER EDGING 3" NEENAH R-4999-1_3 BOLTED DOWN TRANSVERSE TRENCH FRAME & GRATE (OR APPROVED EQUAL). INSTALL PER MANUFACTURER SPECIFICATIONS 1" LIP FOR RIM OF GRATE ON EITHER SIDE SEE GRADING PLAN 14"- �I FOR RIM ELEV EXISTING I I BOULDER •° F/L SEE GRADING PLAN (3) '#4 HORIZ. EQ. SPACED (EA. SIDE) a ° #4@12" O.C. Cn V) 6" w w 6" 12" _ > > TYP. #4 HORIZ. 18" 24" - I CENTERED IN BOTTOM OF TRENCH TRENCH DRAIN WITH CUT STONE EDGE DETAILS NOT TO SCALE *NOTE: MAINTAIN 16.5' AWAY FROM SWING CEBTER BAR "FALL ZONE" NEENAH R-4999-1_3 BOLTED DOWN TRANSVERSE TRENCH FRAME & GRATE (OR APPROVED EQUAL). INSTALL PER MANUFACTURER SPECIFICATIONS 3" CLR. DOWNSTREAM TYP. 1" LIP FOR RIM OF CONCRETE TO SLOPE GRATE ON EITHER SIDE TOWARDS GRATE @4% 149P- � SEE GRADING PLAN (3) #4 HORIZ. FOR RIM ELEV. VARIES EQ. SPACED (EA. SIDE) SEE PLAN 4 O O O •° F/L — SEE GRADING PLAN #4@12" 0. C. 6" U)w 6» 12" > > TYP. #4 HORIZ. 18" 24" - I CENTERED IN BOTTOM OF SECTION A -A TRENCH TRENCH DRAIN WITHOUT STONE EDGE DETAIL NOT TO SCALE 1 /2" EXPANSION JOINT FILLER. FILL TOP 3 5/8" 3 5/8" 1 /2"x24" SMOOTH OF JOINT WITH PAVING GRAY COLOR 4" CONC. SIDEWALK W/ SMOOTH TROWEL FINISH ROD IN GREASED JOINT SEALANT FIBERMESH REINF. 150 AT EA. SIDE OF JOINT SLEEVE @ 36" O.C. A RATE OF 1.5 LBS./C.Y. AT EACH JOINT CONCRETE PAVING WITH NON —SLIP BROOM FINISH 1 /4"-1 /2" RADIUS TOOLED EDGES NOTE: TYP. EXPANSION JOINTS _ �� a �-- SHALL BE PLACED BETWEEN THE SIDEWALK 8" O O O AND ALL STRUCTURES & R 3 /8 —TYP. \\�\\�\\�j\\ \\/\\�/j//j//j//j//j//jam/jam/jam/j\ j\ \!\\/� \/ 1» DEEP—TYP. TYP. DRIVEWAYS. EXPANSION JOINTS SHOULD ALSO \/ / / / / / / / /` B E PLACED AT NOT 4 THICK TYPE 1 �i��i,,i,,i,,i,,i,,i,,i,,i,,/,,/,,//,///�//�//�//�//` AGGREGATE BASEv�iwivviv�iv�iv�iv�ivvivviwiwi��i��i��i��i% `���' i' i' i' �i,�i,�i,�i,////� GREATER THAN 100 OVER COMPACTED FILL FOOT INTERVALS. SIDEWALK & TOOLED CONTROL JOINT DETAIL EXPANSION & CONSTRUCTION JOINT DETAIL SIDEWALK DETAILS NOT TO SCALE N N u /PND S C q pF�\ CO w DENNIS �NDt m U (� License No. 5212 y * 011171 022 TgTEOF ARKP�c'P DENNIS BLIND LANDSCAPE ARCHITECT AR# 5212 m n r W Lu U) U) J_ Q w W 0 Q z W O 0 Q z W W Q Lu W 0 E 0 U C 0 v, 0 0 Cl? co It rn r` J w � M Mo N ti TQ > co Lu o ca co N O N 1121� W 00 Q Y U) z Q Y W � Q O J Ld J J Lu W Q LL drawn by: PTT checked by: DB approved by: BH QA/QC by: DB project no.: 020-2314 drawing no.: date: 01-17-2022 SHEET C6.0 rn 3 N O N O I O J 0 UI 41 O N V) 1-11 U) C v v / 0 Q U O 73 Q c a� 0 I 0 / N 1 FOOT PER I INCH TRUNK DIAMETER ROOT PRUNING, DETAIL NOT TO SGALE GRITIGAL ROOT ZONE I FOOT PER I I NGH TRUNK DIAMETER TREE PRESERVATION FENG I NCB DETAIL NOT TO SCALE FENDING 6' T-POST AT 8' O.G. DRIP LINE ROOT PRUN I N6 TRENGH DRIP LINE TREE PROTECTION FENCE ROOT PRUN I N6 TRENGH NOTES: 1. EXPANSION JOINTS SHALL BE PLACED AT RADIAL POINTS AND WHERE SIDEWALKS & PEDESTRIAN CONCRETE PAVING ABUTS CONCRETE CURB, DRIVEWAYS AND SIMILAR STRUCTURES. JOINTS TO BE PLACED AT INTERVALS WITH NOT MORE THAN 100' CENTERS. 2. THE PEDESTRIAN CONCRETE PAVING SURFACE SHALL BE MARKED OFF AS SHOWN ON PLANS BY CONTROL JOINTS. 3. PROPOSED JOINTS SHALL BE STRAIGHT CUT JOINTS IN PAVEMENT AS SHOWN ON PLANS. 4. EXPOSED AGGREGATE SHALL BE DICTATED BY CITY STAFF OR LANDSCAPE ARCHITECT PER THE SPECIFICATIONS COLOR CONCRETE W/ EXPOSED AGGREGATE ROOT PRUN I N6 NOTES: I. EXPOSE ROOTS IN LOCATIONS TO BE GUT BY REMOVING SOIL WITH AN AIR SPADE. 2. CLEANLY HAND GUT EXPOSED ROOTS. 3. IMMEDIATELY BACKF I LL OPEN TRENGH. (DO NOT LEAVE ROOTS EXPOSED FOR AN EXTENDED PERIOD TO AVOID HARMFUL DRYING AND/OR FREEZING. FENG I NG (9' T—POST AT 8' O.G. DRIP LINE DRIP LINE ORANGE SAFETY FENCE USE ZIP TIES TO SECURE FENCE TO T—POST STAK I N6 6METAL T—POST AT 8' O.G. MAX. d i d .W. a C d/ G: EXPANSION JOINT; CONTROL JOINT STRAIGHT CUT, SEE PLAN FOR LOCATION; 2" THICK INTEGRAL COLOR CONCRETE TOPPING LAYER WITH EXPOSED AGGREGATE ON 5" THICK GRAY CONCRETE BASE (#3 918" O.C.); EXPANSION JOINT AT BUILDING, CURB, AND EXISTING CONCRETE; SAND BED S COMPACTED SUBGRADE WITH MOISTURE CONDITIONING PER GEOTECHNICAL REPORTS 5. INTEGRAL COLOR SHALL BE DICTATED BY CITY STAFF OR LANDSCAPE ARCHITECT PER SPECIFICATIONS. NOTES: 1. EXPANSION JOINTS SHALL BE PLACED AT RADIAL POINTS AND WHERE SIDEWALKS & PEDESTRIAN CONCRETE PAVING ABUTS CONCRETE CURB, DRIVEWAYS AND SIMILAR STRUCTURES. JOINTS TO BE PLACED AT INTERVALS WITH NOT MORE THAN 100' CENTERS. STAMPED INTEGRAL COLOR CONCRETE d d a ° d C d .4 ° ° d + + + + + + + 2. THE PEDESTRIAN CONCRETE PAVING SURFACE SHALL BE MARKED OFF AS SHOWN ON PLANS BY CONTROL JOINTS. 3. PROPOSED JOINTS SHALL BE "V" CUT JOINTS IN PAVEMENT AS SHOWN ON PLANS. 4. STAMP PATTERN; LEAVES, TWIGS, SMALL STONES AND OTHER NATURAL DESIGN ELEMENTS AS DICTATED BY CITY STAFF OR THE LANDSCAPE ARCHITECT PER THE SPECIFICATIONS. + + + + + + d a d d + + d + d d + + + + + + SMALL EXPOSED AGGREGATE LARGE EXPOSED AGGREGATE TAN COLOR CONCRETE BROWN COLOR CONCRETE TWIG AND LEAF SHAPED STAMPED CONCRETE EXAMPLE 5'X5' CONCRETE PATTERNS NOT TO SCALE NOTES: • AT LEAST 2 MOCK UP PANELS SHALL BE CONSTRUCTED ON SITE PRIOR TO INSTALLATION, THAT SHALL BE APPROVED BY CITY STAFF OR THE LANDSCAPE ARCHITECT • APPROXIMATELY 70% OF THE DESIGN SHALL UTILIZE SMALL EXPOSED AGGREGATE • PAVEMENT DESIGN SHALL HAVE A FREE FLOWING DESIGN, COMBINING ASPECTS OF THE PROVIDED EXAMPLES, OR AS DICTATED BY CITY STAFF. • PAVEMENT SURFACE SHALL UTILIZE UNDULATING FINISHED GRADES NOT TO EXCEED 2% IN ANY DIRECTION. • LAYOUT OF PROMENADE DESIGN SHALL UTILIZE CROSS-SECTION BOARDS AND STRING LINE FOR THE CONCRETE FORMS, OR OTHER APPROVED METHODS AS DICTATED BY THE LANDSCAPE ARCHITECT OR CITY STAFF. • A PRELIMINARY LAYOUT USING FLEXIBLE FORMS FOR THE PROMENADE SHALL BE UTILIZED AND APPROVED CY CITY STAFF PRIOR TO PLACING THE CONCRETE. E O U C O v7 O EXPANSION JOINT; CONTROL JOINT, STRAIGHT CUT, SEE PLAN FOR LOCATION, 4" THICK STAMPED INTEGRAL COLOR CONCRETE o PAVEMENT WITH COLOR RELEASE AGENT, SEALER Cl? AND SLIP ADDITIVE (3,000 PSI); 0 co 6i ti W H EXPANSION JOINT AT BUILDING, CURB, AND M o EXISTING CONCRETE; � N ti 0 cn Q SAND BED 1.5 Co S COMPACTED SUBGRADE WITH MOISTURE LU CONDITIONING PER GEOTECHNICAL REPORTS o ca coLL LANDSCAPE BED; LANDSCAPE BOULDER 1'-2' DIAMETER HARDSCAPE; EXPANSION JOINT WITH 1/2" EXPANSION JOINT FILLER. FILL TOP OF JOINT WITH PAVING GRAY COLOR JOINT SEALANT LANDSCAPE BOULDER AT HARDSCAPE EDGE HYDROSEED MULCHED SHRUB BED 16" TAPERED STEEL STAKE, 2'-6" O.C. 3/16" x 6" STEEL EDGING FROM RYERSON STEEL CO. OR APPROVED EQUAL. EDGING SHALL BE INSTALLED BETWEEN PLANTING BEDS AND TURF AREAS. STEEL EDGING DETAIL (AROUND PERIMETER OF SHRUB PLANTING BED) NOT TO SCALE _3" DECOMPOSED GRANITE WITH GRAVEL PAVERS GEOTEXTILE FABRIC ' THICK TYPE 1 SGREGATE BASE DER COMPACTED FILL TYPICAL STEEL EDGING (REFER TO DETAIL) DECOMPOSED GRANITE SOFT SURFACE NOT TO SCALE NOTES: 1. THE STEEL EDGING SHOULD EXTEND 1" ABOVE TRAIL SURFACE. 2. WET AND COMPACT DECOMPOSED GRANITE TO 95% MODIFIED PROCTOR DENSITY. /PNp S C q pF\ �<v l S v `DENNIS B IND i m c� icense No. 5212 y * 01 /17/2022 �gTFOF ARY- DENNIS BLIND LANDSCAPE ARCHITECT AR# 5212 co z O U e7 W U) z O L > w w Q w O Lu z W Q z W 2 O a_ 0 z Q z W W U Q J w C^D IJ N O N m Q Y W z Q Y Q O v� Lu J J � J W W Q L!L drawn by: PTT checked by: DB approved by: BH QA/QC by: DB project no.: 020-2314 drawing no.: date: 01-17-2022 SHEET C6.1 City of Fayetteville, Arkansas - Budget Adjustment Form (Legistar) Budget Year Division Adjustment Number /Org2 PARKS &RECREATION (520) 2022 Requestor: Alan Bearden BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: Request for approval to recognize southwest Park Land Dedicaton (PLD) funds of $127,406 which will be used for the construction of a Wilson Park trail bridge and work to connect the bridge to the existing Pavilion to allow patrons to better enjoy Skull Creek. This funding along with funds already in the project will cover needs for a $362,283 contract amount with Sweetser Construction Inc. and an additional $25,000 for project contingency. RESOLUTION/ORDINANCE COUNCIL DATE: 7/19/2022 LEGISTAR FILE ID#: 2022-0581 Hovy 3lack� 6/24/2022 1:10 PM Budget Director Date TYPE: D - (City Council) JOURNAL #: GLDATE: 7/19/2022 CHKD/POSTED: TOTAL Account Number 127,406 127,406 Increase / (Decrease) Expense Revenue Proiect.Sub# Project Sub.Detl AT v.20220516 Account Name 2250.520.9256-4419.02 - 127,406 13001 1802 RE Greenspace Fees - SW 2250.520.9256-5814.05 2250.520.9255-5804.00 107,906 - 1 - 13001 13001 1802 EX 1802 EX Improvements - Trails Building Costs 2250.520.9255-5814.05 2250.520.9256-5806.00 (1) - (5,500) - 13001 13001 1802 EX 1802 EX Improvements - Trails Improvements - Park 2250.520.9256-5911.99 25,000 - 13001 1802 EX Contingency -Capital Project H:\Budget Adjustments\2022_Budget\CITY COUNCIL\07-19-22\2022-0581 Wilson Park Imp Sweetser Contract 1 of 1 PAYMENT AND PERFORMANCE BOND TRAVELERS CASUALTY AND SURETY COMPANY OF AMERIC) Hartford, Connecticut 06183 Bond No.: 107332650 KNOW ALL PERSONS BY THESE PRESENTS, That we, Sweetser Construction Inc., as principal, (hereinafter called the "Principal"), and Travelers Casualty and Surety Company of America, a Connecticut corporation, as surety, (hereinafter called the "Surety"), are held and firmly bound unto City of Fayetteville, AR, as Obligee, in the sum of Three Hundred Sixty Two Thousand Two Hundred Eighty Three and 00/100 Dollars ($362,283.00) for the payment whereof said Principal and Surety bind themselves, jointly and severally, as provided herein. WHEREAS, the Principal has entered into a Contract with Obligee dated , to perform construction work for furnishing all labor and materials for Construction - Wilson Park Trail Bridge Replacement & Promenade Improvements, Fayetteville, AR ("Contract"). NOW, THEREFORE, the condition of this obligation is such that if Principal shall promptly and faithfully perform the Construction Work to be performed under the Contract, and shall promptly make payment to Claimants, as hereinafter defined, for all labor and material actually used, consumed or incorporated in the performance of the Construction Work under the Contract, then this obligation shall be null and void; otherwise to remain in full force and effect. Surety's obligations hereunder to Obligee shall not arise unless Principal is in default under the Contract for failing to perform the Construction Work, and has been declared by Obligee to be in default under the Contract for failing to perform the Construction Work; and Obligee has performed its obligations under the Contract. In such event, Surety shall have a reasonable period of time to: 1. Upon entering into an acceptable written takeover agreement with Obligee, undertake to perform and complete the Construction Work to be done under the Contract; or 2. Obtain bids or negotiated proposals from qualified contractors for a contract for completion of the Construction Work to be done under the Contract, arrange for a contract to be prepared for execution by Obligee and contractor, to be secured with performance and payment bonds executed by a qualified surety; or 3. Waive its right to perform or complete the Construction Work pursuant to paragraphs 1 and 2 above, and with reasonable promptness under the circumstances: (a) After investigation, determine the amount for which it may be liable to the Obligee and, as soon as practicable after the amount is determined, tender payment therefor to the Obligee; or (b) Deny liability in whole or in part and notify the Obligee citing reasons therefor. 4. The Contract balance, as defined below, shall be credited against the reasonable construction cost of completing the Construction Work to be performed under the Contract. If completed by Obligee pursuant to paragraphs 2 or 3 above, and the reasonable construction cost of completing the Construction Work exceeds the Contract balance, Surety shall pay to Obligee such excess, but in no event shall the aggregate liability of Surety exceed the amount of this bond. If Surety completes the work pursuant to paragraph 1 above, that portion of the Contract balance as may be required to complete the Construction Work to be done under the Contract and to reimburse Surety for its outlays shall be paid to Surety at the times and in the manner as said sums would have been payable to Principal had there been no default under the Contract. To the extent that Surety's outlays exceed the Contract balance paid to Surety by Obligee, Surety shall be entitled to a dollar for dollar reduction of its liability under this bond, and Surety's aggregate liability shall not exceed the penal sum of this bond. The term "Contract balance" as used herein shall mean the total amount payable by Obligee under the Contract and any amendments thereto, less the amounts properly paid by Obligee to Principal under the Contract. The term "Construction Work" as used Payment and Performance Bond - Page 1 of 3 herein shall mean the providing of all labor and/or material necessary to complete Principal's scope of work under the Contract. Notwithstanding any language in the Contract to the contrary, the Contract balance shall not be reduced or set off on account of any obligation, contractual or otherwise, except the reasonable construction cost incurred in completing the Construction Work. 5. Any suit by Obligee under this bond must be instituted before the earlier of: (a) the expiration of one year from the date of substantial completion of the Construction Work, or (b) one year after Principal ceased performing the Construction Work, excluding warranty work. If the public works bond statutes in the location where the Construction Work is being performed contains a statute of limitations for suits on the performance bond, then the limitation period set forth herein shall be read out of this bond and the statute of limitation set forth in the public works bond statutes shall be read into this bond. If the limitation set forth in this bond is void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable, and said period of limitation shall be deemed to have accrued and shall commence to run no later than (y) the date of substantial completion of the Construction Work, or (z) the date Principal ceased performing Construction Work, excluding warranty work, whichever occurs first. 6. A Claimant is defined as one other than Obligee having a contract with Principal or with a direct subcontractor of Principal to supply labor and/or materials and said labor and/or material is actually used, consumed or incorporated in the performance of the Construction Work under the Contract. 7. Principal and Surety hereby jointly and severally agree with Obligee that every Claimant as herein defined who has not been paid in full before the expiration of a period of ninety (90) days after the date on which the last of such Claimant's work or labor was done or performed or materials were furnished by such Claimant, may bring suit on this bond, prosecute the suit to final judgment for the amount due under Claimant's contract for the labor and/or material supplied by Claimant which was actually used, consumed or incorporated in the performance of the Construction Work, and have execution thereon; provided, however, that a Claimant having a direct contractual relationship with a subcontractor of Principal shall have a right of action on this bond only if said Claimant notifies Surety in writing of its claim within ninety (90) days from the date on which said Claimant did or supplied the last labor and/or materials for which the claim is made. Obligee shall not be liable for the payment of any costs or expenses of any such suit. 8. No suit or action shall be commenced hereunder by any Claimant after the expiration of the earlier of: (a) one year after the day on which Claimant last supplied the labor and/or materials for which the claim is made; or (b) the limitation period set forth in the public works bond statutes, if any, in the location where the construction work is being performed. Any limitation contained in this bond which is prohibited by any law controlling in the state where the suit is filed shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by the law of that state, and said period of limitation shall be deemed to have accrued and shall commence to run on the day Claimant last supplied the labor and/or materials for which the claim is made. 9. No suit or action shall be commenced hereunder by Obligee or any Claimant other than in a state court of competent jurisdiction in the county or other political subdivision of the state in which the project, or any part thereof, is situated, or in the United States District Court for the district in which the project, or any part thereof, is situated, and not elsewhere. 10. The amount of this bond shall be reduced by and to the extent of any payment or payments made by Surety in good faith hereunder whether made directly to Obligee or Claimant(s) or otherwise in discharge of Principal's obligations. Surety's liability hereunder to Obligee and all Claimants is limited, singly, or in the aggregate, to the penal sum of the bond set forth herein. Surety may, at its option, discharge all obligations under this bond by interpleading into the registry of any court of competent jurisdiction of the full unused penal sum of this bond, or such portion thereof that will satisfy the obligations owed to Obligee and/or Claimant(s). No right of action shall accrue on this bond to any person or entity other than Obligee and/or Claimant(s). The bond shall not afford coverage for any liability of Principal for tortious acts, whether or not said liability is direct or is Payment and Performance Bond - Page 2 of 3 imposed by the Contract, and shall not serve as or be a substitute for or supplemental to any liability or other insurance required by the Contract. 11. This bond is provided to comply with a statutory or other legal requirement for performing construction contracts for public owners in the location where the construction work is being performed. Except as provided in paragraphs 5 and 8 above, all provisions in the bond which are in addition to or differ from those statutory or legal requirements shall be read out of this bond, and all pertinent statutes and other legal requirements shall be read into the bond. This bond is a statutory bond, not a common law bond. Signed this 29th day of July, 2022. Sweetser Construotion Inc. M Willia Travelers Casualty and Sur y ompany of America By: David Chilson, Attorney -in -Fact Payment and Performance Bond - Page 3 of 3 Travelers Casualty and Surety Company of America .tA. Travelers Casualty and Surety Company TRAVELERS 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 David Chilson of FAYETTEVILLE , Arkansas , 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. 0V A Wes cow cow aaaiii i • F1 0 State of Connecticut By: City of Hartford ss. 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. LPN IN WITNESS WHEREOF, I hereunto set my hand and official seal. Warxav ` My Commission expires the 30th day of June, 2026 */jL +�► *f 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 true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 29th day of July , 2022 0*%X*m row 0.� ,ef /421t, Kevin E. Hughes, Assi tant Secretary To verify the authenticity of this Power of Attorney, please calf us at 1-800-421-3880. Please refer to the above -named Attorney(s)-in-fact and the details of the bond to which this Power of Attorney is attached. Sweetser Construction -Wilson Park Bridge Replacement& Promenade Project Change Orders City of Fayetteville Staff Review Form 2023-1031 Item ID NA City Council Meeting Date-Agenda Item Only N/A for Non-Agenda Item Byron Humphry 9/26/2023 PARKS& RECREATION (520) Submitted By Submitted Date Division/Department Action Recommendation: Mayor's approval and signature on Change Order# 1 and Change Order#2 with Sweetser Construction on the Wilson Park Bridge Replacement& Promenade Project. Budget Impact: 2250.520.9255-5814.05 Park Development Account Number Fund 13001.1802 Wilson Park Improvements Project Number Project Title Budgeted Item? Yes Total Amended Budget $ 373,171.00 Expenses (Actual+Encum) $ 348,712.24 Available Budget 24,458.76 Does item have a direct cost? Yes Item Cost $ (4,500.00) Is a Budget Adjustment attached? No Budget Adjustment $ - Remaining Budget $ 28h958e7 V20221130 Purchase Order Number: 2022-00000553 Previous Ordinance or Resolution# 161-22 Change Order Number: Approval Date: 09/29/2023 Original Contract Number: Comments: CITY OF FAYETTEVILLE STAFF MEMO ' ARKANSAS TO: Mayor Jordan THRU: Susan Norton, Chief of Staff Chris Brown, Public Works Director Terry Gulley, Assistant Public Works Director FROM: Byron Humphry, Park Operations Director DATE: September 26, 2023 SUBJECT: Mayor's approval and signature on Change Order# 1 and Change Order# 2 with Sweetser Construction on the Wilson Park Bridge Replacement & Promenade Project RECOMMENDATION: Mayor's approval and signature on Change Order# 1 and Change Order#2 with Sweetser Construction on the Wilson Park Bridge Replacement & Promenade Project. BACKGROUND: On May 21, 2019, City Council approved Resolution 123-19 to express the willingness to apply for a federal RTP grant for an award up to $216,000 for the construction of a new bridge and pedestrian promenade at Wilson Park. On December 3, 2019, City Council approved Resolution 280-19 to accept $170,000 in RTP grant funds for the Wilson Park Bridge & Promenade project and entered into an Agreement of Understanding with ARDOT for the administration of the project and grant funds. On July 19, 2022, City Council approved Resolution 161-22 to approve a contract with Sweetser Construction in the amount of $362,283 for the Wilson Park Bridge & Promenade project. DISCUSSION: This project was delayed with Covid and then subsequent supply chain issues. Change Order #1 was to pause the contract and provide and extension of time due to the long lead time required for the bridge to be constructed. Construction was paused from the Notice to Proceed date on August 24, 2022 until the bridge was available on February 8, 2023. Construction occurred in the spring of 2023 and substantial completion was established on May 16, 2023. Change Order#2 was to reconcile the actual quantities installed versus the bid quantities which resulted in a net savings to the Cityof$4 500 therebyreducingthe contract amount with 9 Sweetser from $362,283 to $357,783. Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 The Mayor's approval and signature is needed on Change Order#1 and Change Order#2 to meet purchasing policy and to process the change in the contract price on the PO to make final payment. BUDGET/STAFF IMPACT: Approval of these Change Orders will decrease the contract and expense to the City by $4,500. Attachments: Change Order#1 and #2 — Sweetser Construction 2 CHANGE ORDER FORM Form LPA-022 ARDOT JOB NO.: 40811 F.A,P.No.: RTP-1302(322) CHANGE ORDER NO.; 1 JOB NAME: Wilson Park Bridge Replacemenet and Promenade DATE PREPARED: 3/3/2023 OWNER: City of Fayetteville.Arkansas PREPARED BY: (3(3H CONTRACTOR: Sweetser Construction,Inc. DESCRIPTION OF CHANG(E(S): Extension of contract time. JUSTIFICATION 1 REASON FOR CHANGF(S}: An extension of time Is being recommended due to the long lead time for the pre-engineered bridge structure. A work stoppage occurred upon the Notice-To-Proceed date of August 24,2022 until October 27,2022,when the test panels for the promenade were placed. Another work stoppage occurred from October 28,2022 to February 8,2023,when the pre- [engineered bridge structure was delivered. I I . i SUMMARY REM ITEM UNIT UNIT PRESENT REVISED ', NO. PRICE QUANTITY ' AMOUNT T QUANTITY AMOUNT ! $ $ i s - _ $ -- _ $ $ $ . $ . $ • $ $ . $ - $ - $ • $ $ $ . $ - $ • $ - $ $ - $ t * $ S $ S - $ $ $ . TOTALS: $ Prepared by ARDOT Page I of 2 Revised:12-18.21 CHANGE ORDER FORM Form LPA-022 CHANGES TO CONTRACT PRICE: ORIGINAL CONTRACT PRICE $ 362,283,00 CURRENT CONTRACT PRICE ADJUSTED BY PREVIOUS CHANGE ORDERS $ THE CONTRACT PRICE DUE TO THIS CHANGE ORDER WILL BE(INCREASED)I(DECREASED)BY $ • THE NEW CONTRACT PRICE,INCLUDING THIS CHANGE ORDER,WILL BE 382,283.00 CHANGES TO CONTRACT TIME: THE CURRENT CONTRACT TIME 120 DAYS THE CONTRACT TIME WILL BE(INCREASED) (DECREASED)BY 169 DAYS THE CONTRACT PERIOD,INCLUDING THIS CHANGE ORDER,SHALL BE 289 DAYS APPROVALS: ENGINI I I OLSSON,INC. r CONTRAJ4 Ef"'1SER CONSTRUCTION,INC. f i ..Y_.r 3/3/2023 '• ^/ `02, SIgnala'r' Dale S9nalare , r''' Date OWNE :CITY OF FA ETTEViLLE,AR ,t ARDOT RESIDENT ENGINEER CONCURS J� u,I at.„),~ 3/14/2023 swam/ Dale Signature Date A P ` M NAGEMENT APPROVES ( 9/29!2O23 ( - - rL ,5-11Q o23 lure Data ,ignntcrn Date Prepared l y ARDOT Page 2 012 Reglttd 12-1&21 CHANGE ORDER FORM Form LPA-022 ARDOT JOB NO.: 40811 F.A.P.No.: RTP-1302(322) CHANGE ORDER NO.: 2 JOB NAME Wilson Park Bridge Replacemenet and Promenade DATE PREPARED: 7/3/2023 OWNER: City of Fayetteville,Arkansas PREPARED BY: BBH CONTRACTOR: Sweetser Construction,Inc. DESCRIPTION OF CHANGE(S): Reconciliation of Quantities(Actual Installed vs. Bid)from Schedule of Values. JUSTIFICATION I REASON FOR CHANGE(S): At Owner's request,quantities were changed in the field as shown in the table below. SUMMARY ITEM ITEM UNIT UNIT PRESENT REVISED NO. PRICE QUANTITY AMOUNT QUANTITY AMOUNT 13 Steel Edging LF $ 8.00 115 S 920.00 0 $ 14 Stamped Concrete Sidewalk SY $ 225.00 339 S 76,275.00 320 $ 72,000.00 15 Concrete Sidewalk SY $ 85.00 51 S 4,335.00 118 $ 10,030.00 16 Decomposed Granite Soft Surface SY $ 200.00 25 $ 5,000.00 0 S $ - $ $ - $ $ - $ $ - $ $ - $ $ $ $ - $ $ - $ $ - S - $ - S - S $ - $ - $ $ - S - $ - S - $ - TOTALS: c, 86,530.00 $ 82,030.00 Prepared by ARDO T Page 1 of 2 Revised:12-16-21 CHANGE ORDER FORM Form LPA-022 CHANGES TO CONTRACT PRICE: ORIGINAL CONTRACT PRICE $ 362,283.00 CURRENT CONTRACT PRICE ADJUSTED BY PREVIOUS CHANGE ORDERS $ 362,283.00 THE CONTRACT PRICE DUE TO THIS CHANGE ORDER WILL BE(DECREASED)BY $ (4,500.00) THE NEW CONTRACT PRICE,INCLUDING THIS CHANGE ORDER,WILL BE $ 357,783.00 CHANGES TO CONTRACT TIME: THE CURRENT CONTRACT TIME 289 DAYS THE CONTRACT TIME WILL BE(INCREASED)/(DECREASED)BY 0 DAYS THE CONTRACT PERIOD,INCLUDING THIS CHANGE ORDER,SHALL BE 289 DAYS APPROVALS: ENGINEER:OLSSON,INC GONTRAty`T : ' IS Ii.t;IINSTRUCTION,INC. 713/2023 1t..-t e/;_ 7' 202 Sipnoiure Date Signature Date OW14 .CITY OF FAYE TTCvII LE.AR �'l. L? ARDOT RESIDENT ENGINEER CONCURS ,.., For RE 8/8/23 Stgnatur Data i ete Date r � _PIT MA AG //APPRO ' 09/29/2023 .d t � %f- 7 9 7?p,33 nature Date Signature Date Prepared by ARCM Page 2 412 Reveled'124.21