No preview available
HomeMy WebLinkAbout2023-04-25 - Agendas - FinalCITY OF FAYETTEVILLE ARKANSAS MEETING AGENDA City Council Transportation Committee Tuesday, April 25, 2023 5:30 pm or Immediately Following the City Council Agenda Session City Hall Room 326 VIDEO CONFERENCING BY ZOOM WILL BE AVAILABLE FOR THIS MEETING. TO REGISTER FOR THE MEETING GO TO THIS REGISTRATION LINK https://us06web.zoom.us/webinar/register/WN Mzl Rat ifQQ205NEsH-3Fwg Members: Sarah Bunch, Sonia Harvey; Holly Hertzberg; Sarah Moore City Staff: Chris Brown, Public Works Director/City Engineer; Terry Gulley, Asst. PW Director for Operations/Transportation Services Director Agenda: 1. New Business: A. 2023 FEDERAL GRANT FUNDING — Presentation of grant funding requests for 2023. (Staff requests a recommendation from the Committee on this item.) B. TRAFFIC CALMING PROJECT RECOMMENDATIONS 2. Reports and Presentations: A. RICHARD BILLINGSLY — NWAGO B. TRANSPORTATION BOND PROGRAM UPDATE 3. Informational Items (These Protects are all on City Council Consent Agenda): A. On Call Surveying B. On Call Materials Testing C. Highway 16 ARDOT ROW Donation D. Recognition of $46,000 revenue of Federal Aid Funding for Highway 112 (Poplar to Drake) E. Leverett Ave. Sidewalk Project Construction Contract 4. Adjourn Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 2023 Federal Grant Application Recommendations Grant Matching Funds Grant Funding Total Project Grant Amount Required (20% of Matching Funds Grant Program Orginazation Cycle Year Project Description Cost Requested project cost) Account Transportation Alternatives NWARPC 2023 Drake Street Cycle Track & trail to Gordon Long Park $625,000 $500,000 $125,000 Trails CIP Program (TAP) Transportation Alternatives ARDOT 2023 1-49 - MILK & 15th Street sidepaths additional $300,000 $240,000 $60,000 Trails Bond Program (TAP) payments to ARDOT Carbon Reduction Program Trails NWARPC 2023 Rupple Road Lighting $625,000 $500,000 $125,000 CIP/Transportation (CRP) Bond Carbon Reduction Program NWARPC 2023 Safe Routes to School Plan - Matching Funds split with $100,000 $80,000 $20,000 Mobility Program (CRP) - Planning Grant Fayetteville Public Schools $10,000 each Surface Transportation Block Grant Program - Attributable NWARPC 2023 Millsap & College Intersection Improvements $3,500,000 $2,800,000 $700,000 Transportation Bond (STBGP-A) Safe Streets for All (SS4A) Federal DOT 2023 Maple Street Improvements (Matching Funds split $10,000,000 $8,000,000 $2,000,000 Trails Bond with UofA) CITY OF Pow, FAYETTEVILLE ARKANSAS MEETING OF APRIL 25, 2023 CITY COUNCIL MEMO 2023-671 TO: Mayor Jordan and City Council THRU: Susan Norton, Chief of Staff FROM: Chris Brown, Public Works Director DATE: April 4, 2023 SUBJECT: Approval of a resolution to award RFQ 23-01, Selection #2 to McClelland Consulting Engineers, Inc and Olsson Associates, Inc. as primary providers based on rates provided and availability for on -call surveying services as needed through April 30, 2024. RECOMMENDATION: Approval of a resolution to award RFQ 23-01, Selection #2 to McClelland Consulting Engineers, Inc and Olsson Associates, Inc. as primary providers based on rates provided and availability for on -call surveying services as needed through April 30, 2024. BACKGROUND: The Engineering Division has a two -person survey crew as part of the design team. The survey crew provides surveying services to multiple City Divisions in addition to the surveys needed for the in-house projects designed by the City engineers. As a result, the current workload for the survey crew is quite large. With the potential for many projects to begin in 2023, additional surveying services may be required. DISCUSSION: An engineering selection committee selected McClelland Consulting Engineers, Inc. and Olsson Associates, Inc. to be used for on -call surveying services for various city projects until April 30, 2024. BUDGET/STAFF IMPACT: Funds for the material testing have been budgeted in various capital projects with the Sales Tax Capital Improvements Fund, the Transportation Bond Fund, Drainage Bond Fund and the Water and Sewer Fund. ATTACHMENTS: SRF On Call Surveying, Approved Hourly Rate Schedule Effective 8.1.22, 2023 Olsson Survey Billing Rates Mailing address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 - Legislation Text File #: 2023-671 Approval of a resolution to award RFQ 23-01, Selection #2 to McClelland Consulting Engineers, Inc and Olsson Associates, Inc. as primary providers based on rates provided and availability for on -call surveying services as needed through April 30, 2024. A RESOLUTION TO AWARD RFQ #23-01 SELECTION #2 AND AUTHORIZE THE PURCHASE OF ON -CALL SURVEYING SERVICES FROM MCCLELLAND CONSULTING ENGINEERS, INC. AND OLSSON, INC. AS NEEDED THROUGH APRIL 30, 2024 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 RFQ #23-01 Selection #2 and authorizes the purchase of on -call surveying services from McClelland Consulting Engineers, Inc. and Olsson, Inc., as primary suppliers for the rates attached to this Resolution and based on availability as needed through April 30, 2024. Page 1 City of Fayetteville Staff Review Form 2023-671 Item ID 5/2/2023 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Chris Brown 3/31/2023 ENGINEERING (621) Submitted By Submitted Date Division / Department Action Recommendation: Approval of a resolution to award RFQ 23-01, Selection #2 to McClelland Consulting Engineers, Inc and Olsson Associates, Inc. as primary providers based on rates provided and availability for on -call surveying services as needed through April 30, 2024. Budget Impact: Account Number Fund Project Number Project Title Budgeted Item? No Total Amended Budget $ - Expenses (Actual+Encum) $ - Available Budget Does item have a direct cost? No Item Cost Is a Budget Adjustment attached? No Budget Adjustment $ - Remaining Budget Purchase Order Number: Change Order Number: Original Contract Number: Comments: Previous Ordinance or Resolution # Approval Date: V20221130 McCLELLAND REE� CONSULTING ENGINEERS, INC. Effective 8/1/2022 McCLELLAND CONSULTING ENGINEERS, INC. *STANDARD HOURLY RATES Chief Draftsman $95 - $110 Clerical $45 - $75 Construction Observer $70 - $145 Draftsman $65 - $100 Environmental Scientist/Designer $105 - $125 Geotech Engineer $85 - $170 GIS Technician $80 - $140 HR/Payroll Admin $75-$100 Landscape Architect $90 - $170 Media Specialist $80 - $105 Principal $160 - $240 Project Accountant $70 - $155 Project Designer - Intern $50 - $60 Project Designer $80 - $140 Project Engineer $120 - $175 Project Manager $120 - $200 Registered Land Surveyor $95 - $145 Soils Lab Technician $50 - $140 Specification Writer $50 - $90 Sr. Project Manager $140 - $230 Survey (2 man or Robotic) Crew $115 - $165 Survey (3 man) Crew $135 - $195 Survey Field (1 Man or Rodman) $45 - $110 Survey GPS $75 - $130 Survey Technician $65 - $95 Water Lab Supervisor $70 - $120 Water Lab Tech $50 - $95 Expenses @ Cost Mileage .625/mi * Standard Hourly Rates may he adjusted annually in accordance with the normal salary review practices of McClelland Consulting Engineers. 1 2 3 obi olsson 2023 Springfield/Joplin/Fayetteville Survey Billing Rate Schedule Classification Hourly Rate Team Leader $170.00 Senior Surveyor $138.00 Surveyor $110.00 Associate Surveyor $85.00 Assistant Surveyor $65.00 Senior Technician $95.00 Associate Technician $80.00 Assistant Technician $65.00 1 Man Field Crew $130.00 2 Man Field Crew $175.00 Equipment Daily Rate Boat $50.00 ATV $50.00 HD Scanner $500.00 Drone $375.00 Lidar $2,500.00 Travel Mileage (Portal to Portal) Mile $0.75 Hotel Daily $140.00 Meals Daily $50.00 Additional Notes These Unit Fees are in effect until January 1, 2024. Services and fees not listed above will be quoted upon request. Services on weekends, holidays, and in excess of 8-hours/day will be charged 1.5 times the unit fee. Subcontracted services will be invoiced at our cost plus 20% CITY OF Pow, FAYETTEVILLE ARKANSAS MEETING OF APRIL 25, 2023 CITY COUNCIL MEMO 2023-672 TO: Mayor Jordan and City Council THRU: Susan Norton, Chief of Staff FROM: Chris Brown, Public Works Director DATE: April 4, 2023 SUBJECT: Approval of a resolution to award RFQ 23-01, Selection #1 to McClelland Consulting Engineers, Inc., Olsson, Inc. and GTS, Inc. as primary providers based on rates provided and availability for on -call materials services as needed through April 30, 2024 RECOMMENDATION: Approval of a resolution to award RFQ 23-01, Selection #1 to McClelland Consulting Engineers, Inc., Olsson, Inc. and GTS, Inc. as primary providers based on rates provided and availability for on -call materials services as needed through April 30, 2024. BACKGROUND: As part of each of the City's street, drainage, water and sewer projects, a materials testing lab is contracted to perform materials testing for the design and construction. The testing includes asphalt, gravel base, concrete and various other materials used during the construction of these projects. The testing is done to ensure that the materials and the installation meet the City requirements and the project's specifications. DISCUSSION: An engineering selection committee selected McClelland Consulting Engineers, Inc., Olsson, Inc. and GTS, Inc. to be used for on -call materials testing services for street, drainage and utilities projects through April 30, 2024. BUDGET/STAFF IMPACT: Funds for the material testing have been budgeted in various capital projects with the Sales Tax Capital Improvements Fund, the Transportation Bond Fund, Drainage Bond Fund and the Water and Sewer Fund. ATTACHMENTS: SRF On Call Materials Testing, FAY Construction Materials Laboratory Fee Schedule - 2023, GTS Fayetteville Field Unit Rate Sheets, GTS Fayetteville Laboratory Unit Rate Sheets, 2023 Olsson FOPS Rates Mailing address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 - Legislation Text File #: 2023-672 Approval of a resolution to award RFQ 23-01, Selection #1 to McClelland Consulting Engineers, Inc., Olsson, Inc. and GTS, Inc. as primary providers based on rates provided and availability for on -call materials services as needed through April 30, 2024 A RESOLUTION TO AWARD RFQ #23-01 SELECTION #1 AND AUTHORIZE THE PURCHASE OF ON -CALL MATERIALS TESTING SERVICES FROM MCCLELLAND CONSULTING ENGINEERS, INC., OLSSON, INC., AND GTS, INC. BASED ON PRICE AND AVAILABILITY AS NEEDED THROUGH APRIL 30, 2024 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 RFQ #23-01 Selection #1 and authorizes the purchase of on -call materials testing services from McClelland Consulting Engineers, Inc., Olsson, Inc., and GTS, Inc. as primary suppliers based on price and availability as needed through April 30, 2024. Page 1 City of Fayetteville Staff Review Form 2023-672 Item ID 5/2/2023 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Chris Brown 3/31/2023 ENGINEERING (621) Submitted By Submitted Date Division / Department Action Recommendation: Approval of a resolution to award RFQ 23-01, Selection #1 to McClelland Consulting Engineers, Inc., Olsson, Inc. and GTS, Inc. as primary providers based on rates provided and availability for on -call materials services as needed through April 30, 2024 Budget Impact: Account Number Fund Project Number Project Title Budgeted Item? No Total Amended Budget $ - Expenses (Actual+Encum) $ - Available Budget Does item have a direct cost? No Item Cost Is a Budget Adjustment attached? No Budget Adjustment $ - Remaining Budget Purchase Order Number: Change Order Number: Original Contract Number: Comments: Previous Ordinance or Resolution # Approval Date: V20221130 fiyMcCLELLAND CONSULTING "CE ENGINEERS, INC. MATERIALS LABORATORY GENERAL: 1580 East Stearns Street Fayetteville, Arkansas 72703 479-587-1303 Fax 479-443-9241 www.mce.us.com CONSTRUCTION MATERIALS LABORATORY FEE SCHEDULE 2023 CMT Technician $ 60.00 per hour Senior CMT Technician 70.00 per hour CMT Supervisor 90.00 per hour Engineering Technician/EIT 110.00 per hour Laboratory Supervisor 85.00 per hour Geotechnical Engineer 170.00 per hour Construction Observation 90.00 per hour Project Engineer 135.00 per hour Geotechnical Project Manager 115.00 per hour Principal Engineer 175.00 per hour Administrative Assistant 72.00 per hour Mileage 0.65 per mile SOILS: CMT Technician Field Testing* 60.00 per hour Senior CMT Technician Field Testing* 70.00 per hour *Density Testing -Nuclear Gauge (ASTM D 2922/ AASHTO T310), Sample Pickup, or Stand-by Time Nuclear Density Gauge Fee: (per Density Test); [Minimum $12.00 per trip, per project] 15.00 each Atterberg Limits Test (3-point) (ASTM D 4318 / AASHTO T89, T90) 65.00 each Soil Sieve Analysis w/ No. 200 Wash (ASTM D 422, D 1140 / AASHTO T88) 100.00 each Soils Classification: Atterberg Limits & Sieve Analysis 155.00 each Standard Proctor Test ASTM D 698 or AASHTO T 99 200.00 each Modified Proctor Test ASTM D 1557 or AASHTO T 180 250.00 each California Bearing Ratio (CBR) ASTM D 1883/ AASHTO T193 400.00 each ***Additional Soil Testing Procedures Available On Request*** CONCRETE/AGGREGATE Concrete Mix Design Price on Request Review Concrete Mix Design Submittal (Geotechnical Engineer) 155.00 per hour CMT Technician Concrete Field Testing* 60.00 per hour Senior CMT Technician Concrete Field Testing* 70.00 per hour *(1-hour minimum): [For any of the following 6 items:] • Concrete Cylinder, Grout, Mortar or Beam Molding • Concrete Cylinder or Beam Pickup • Concrete Slump Test ASTM C143 / AASHTO T119 • ConcreteAirContent Test ASTM C231 orC 173 / AASHTO T 152 • Cement Mortar or Grout Sampling • Stand-by Time • Unit Weight and Yield of Freshly Mixed Concrete ASTM C 138 / AASHTO T121 • Sample Pickup, Transporting, and Processing/Placement Into Curing Compressive Strength of Concrete Test Cylinders C 39/T22 (pad capped) 25.00 each Compressive Strength of Concrete Test Cylinders C 39/T22 (sulfur capped) 35.00 each Spare Cylinders Specimens Processed, Stored & Cured but not Tested 15.00 each Schmidt Hammer Testing (Engineering Technician) 110.00 per hour *ACI Grade I Concrete Field Testing Technician Page 1 of 2 fiyMcCLELLAND CONSULTING "CE ENGINEERS, INC. MATERIALS LABORATORY 1580 East Stearns Street Fayetteville, Arkansas 72703 479-587-1303 Fax 479-443-9241 www.mce.us.com CONSTRUCTION MATERIALS LABORATORY FEE SCHEDULE 2023 CONCRETE/AGGREGATE (Continued) Flexural Strength of Concrete Beams ASTM C 78 or C 293 50.00 each Spare Beam Specimens Processed, Stored & Cured but not Tested 40.00 each Compressive Strength of Grout Cubes/Prisms 40.00 each Compressive Strength of Cement Mortar Cubes 25.00 each Concrete Coring (4" diameter): Core Machine & CMT Technician 115.00 per hour Compressive Strength of Concrete Cores (4" diameter) 40.00 each Other Core Sizes (sampling and testing) Price on Request Concrete Fine Aggregate Gradation (AASHTO T11 and T27) 175.00 each Concrete Coarse Aggregate Gradation (AASHTO T11 and T27) 150.00 each Aggregate Specific Gravity Testing ASTM C 127,C 128 / AASHTO T84, T85 150.00 each Class 7 Aggregate Gradation (AASHTO T11 and T27) 225.00 each ***Additional Concrete/Aggregate Testing Procedures Available On Request*** ASPHALT: Asphalt Mix Design (Marshall Design Method) Price on Request Review Asphalt Mix Design (Geotechnical Engineer) 155.00 per hour CMT Technician Asphalt Field Testing* 65.00 per hour Senior CMT Technician Asphalt Field Testing* 75.00 per hour *In -place Spot Check Density Testing, Sample Pickup, or Stand-by Time Superpave Laboratory Analysis (Gmm, Gmb, AC Content, Air Voids, Gradation) 650.00 each Marshall Laboratory Analysis (Gmm, Gmb, AC Content, Air Voids, Gradation) 750.00 each Laboratory Density of Cored Samples including Thickness Measurement** 35.00 each Asphalt Coring Machine & CMT Technician** 115.00 per hour **Testing and Sampling of 4" or 6" diameter cores SPECIAL INSPECTIONS: Spray -Applied Fire Resistant Material/Intumescent Coating Testing 90.00 per hour Structural Steel/Welding Inspection by CWI 95.00 per hour Non-destructive Testing on Welds (LIT, MT, or Radiographic) 100.00 per hour Post -Tension Inspection 135.00 per hour Services Not Listed are Available on Request All prices are subject to revision each year Page 2 of 2 1915 N. Shiloh Drive office 479-521-7645 Fayetteville, Arkansas 72704 fax 479-521-6232 Fayetteville, Arkansas Office Effective January 2023 Field Materials Testing Services (please call for unlisted items) GTS, Inc. Geotechnical & Testing Services Materials Testing Soil Density Testing Technician performing in- AASHTO T310, $65.00 $15 Gauge Fee place soil densities ASTM D6938 Per Trip On site sampling of soils Soil/Aggregate AASHTO T2, Sample Pick up ASTM D 75 and aggregates for $65.00 NA laboratory testing Engineering observation of Proofroll and on site soils prior to Undercut placement of fill material NA $90.00 NA Observation or after undercut has been completed AASHTO T23, On site sampling, testing T119, T141, Field Concrete and making concrete test T152, T309, $65.00 NA Testing specimens of freshly mixed ASTM C31, concrete C143, C172, C231. C1064 Concrete Cylinder Retrieving concrete test Pick up (per set specimens made by GTS or NA $35.00 NA charge) by the client Concrete Rebound Assess the in -place uniformity of concrete and Hammer (Schmidt ASTM C805 $90.00 $15.00 Hammer) to estimate in -place strength Page 1 of 7 1915 N. Shiloh Drive office 479-521-7645 Fayetteville, Arkansas 72704 fax 479-521-6232 Fayetteville, Arkansas Office Effective January 2023 Field Materials Testing Services (please call for unlisted items) Coring and sampling of Concrete Coring hardened concrete and Sampling including backfilling with grout Placement and Concrete maturity downloading of maturity and temperature and temperature testing information and equipment GTS, Inc. Geotechnical & Testing Services AASHTO T24 I $65.00 ASTM C42 ASTM C1074 1 $90.00 $65.00 $50.00 per site visit Concrete maturity and temperature Field Sensors ASTM C1074 NA $50.00 Per Test sensors (per sensor fee) Evaluating and providing Floor Flatness statistical (and graphical) 02 per square Determination information concerning ASTM E1155 $90.00 foot floor surface profiles Concrete Floor Obtaining a quantitative value indicating the rate or Vapor Emission ASTM F1869 $90.00 $35 per kit Testing moisture vapor emission from a concrete floor Concrete Ph testing Evaluating the Ph of ASTM F710 $90.00 $10 per kit concrete floors Concrete mortar Time of setting concrete by time of setting means of penetration ASTM C403 $90.00 $150.00 testing resistance method Page 2 of 7 1915 N. Shiloh Drive office 479-521-7645 Fayetteville, Arkansas 72704 fax 479-521-6232 Fayetteville, Arkansas Office Effective January 2023 Field Materials Testing Services (please call for unlisted items) L Inc. & Testing Services Concrete Floor Quantitative $50.00 per site determination of percent Relative Humidity ASTM F2170 $90.00 visit and $50.00 relative humidity in Insitu Testing per Sensor Test concrete slabs On site sampling, testing AASHTO T23, and making grout test T119, T309, Field Grout Testing $65.00 NA specimens of freshly mixed ASTM C1019, grout C143, C1064 Field Observation Visual observation of CMU of CMU Block Wall reinforcing, joint NA $90.00 NA Construction placement, bond beams etc. On site sampling, testing Field Mortar and making mortar test ASTM C1714 $65.00 NA Testing specimens of freshly mixed preblended mortar Evaluation of density with Asphalt Rolling passes of compaction ASTM D2950 $70.00 $15 Gauge Fee Pattern equipment of fresh hot mix asphalt Asphalt coring and sampling Coring and sampling of in place asphalt including backfilling with grout ASTM D979, I $65.00 I $65.00 AASHTO T168 Page 3 of 7 1915 N. Shiloh Drive office 479-521-7645 Fayetteville, Arkansas 72704 fax 479-521-6232 Fayetteville, Arkansas Office Effective January 2023 Field Materials Testing Services (please call for unlisted items) GTS, Inc. Geotechnical & Testing Services Observation of Observation of soil type, straight shaft depth, reinforcing bars, NA $90.00 NA drilled piers bearing capacity, etc. Observation of Observation of soil type, Geopier depth, compactive effort, NA $90.00 NA foundations bearing capacity, etc. Observation of Observation of retaining retaining wall NA $90.00 NA wall construction installation Observation of soil bearing capacity for Observation of soil types NA $90.00 NA foundation and bearing capacity elements Observation of Observation of size, reinforcing bars for number and placement of NA $90.00 NA foundation and reinforcing bars structural elements Observation of driven Observation of driven pile piles, number of blows, NA $90.00 NA foundations pile size, etc. Observation of soil nails, Observation of soil bar size, bar length, grout NA $90.00 NA nail reinforcement type and strength, etc. observation of micropiles, Observation of micropile bar size, bar length, grout NA $90.00 NA foundations type and strength, etc. Page 4 of 7 1915 N. Shiloh Drive office 479-521-7645 Fayetteville, Arkansas 72704 fax 479-521-6232 Fayetteville, Arkansas Office Effective January 2023 Field Materials Testing Services (please call for unlisted items) GTS, Inc. Geotechnical & Testing Services Observation of Post observation of installation Tension concrete and tensioning of post NA $90.00 systems tension cables Fireproofing observation of fireproofing Observation for thickness, density and ASTM E605 $90.00 cohesion Principal Professional Engineer Staff Professional Engineer Intern -Engineer Certified Welding Inspector (CWI) Reinforcing Bar Locating Skidmore Wilhelm Professional Engineer services in the field or report writing Professional Engineer services in the field or report writing Intern engineer services in the field or report writing Code compliance, visual and ultrasonic weld inspection, bolt inspection, impact wrench calibration, etc. Locating reinforcing bars, conduits, post tension cables, etc. in concrete slabs Tension Calibrator Used in conjunction with Torque Multiplier torque wrench for high strength bolt testing NA Paint Thickness Gauge per day $100.00 / Adhesions $40.00 per Test NA $120.00 NA NA $100.00 NA NA 1 $90.00 1 NA Varies $120.00 NA Varies $120.00 $250 per half day Varies 1 $120.00 1 $40.00 NA 1 $120.00 1 $100.00 Page 5 of 7 1915 N. Shiloh Drive office 479-521-7645 Fayetteville, Arkansas 72704 fax 479-521-6232 Fayetteville, Arkansas Office Effective January 2023 Field Materials Testing Services (please call for unlisted items) L Inc. & Testing Services Used for testing torque of Torque Wrench Varies $120.00 high strength bolts Ultra Sonic Testing UT Machine Varies $120.00 Mag Particle Mag Particle Yoke Testing x-ray services I x-ray of structural welds Used to check the suitability and allowable Bolt Pulling Test loads of an anchor type and check they have been installed correctly Using sound waves to Impact Echo determine flaws and/or Services thicknesses in concrete structures Using radar to locate, reinforcing bars or Ground Penetrating conduits in concrete, Radar underground utilities, underground structures or tanks, etc. $20.00 $40.00 Varies $120.00 $40.00 Varies upon upon request request Varies 1 $120.00 1 $150.00 NA 1 $120.00 1 $250.00 NA 1 $120.00 1 $250 per half day Page 6 of 7 1915 N. Shiloh Drive office 479-521-7645 Fayetteville, Arkansas 72704 fax 479-521-6232 Fayetteville, Arkansas Office Effective January 2023 Field Materials Testing Services (please call for unlisted items) L Inc. & Testing Services Non -Destructive method Sonic Echo Impulse of determining length and NA $120.00 $1,000.00 Response integrity of concrete foundations FUR Infrared Infrared imaging of building components using NA $120.00 $400.00 Camera Imaging a Flir E60 camera Portal to portal rates to and from the GTS, Inc. Based on published current Mileage g office to the jobsite. Based NA IRS government mileage on current IRS Rate plus rates plus 5% (minimum $35 5% (minimum $35.00 fee fee) per trip). Report Preparation Administative costs for and Review (Per distribution. (Technician NA $15.00 NA Rep( reports only) Work requested to be performed on Saturdays or prior to 6:00 am and after 6:00 pm Monday through Friday will be billed an additional $5 per Overtime, hour above the normal hourly rates listed above. Sunday testing will be Weekend, and Double and Holiday will be Triple the normal hourly rates. Holiday Rates Any test scheduled before 5:00 A.M. but not performed by no fault of GTS will be a minimum charge of $200.00. Minimum Time I There is a Minimum charge of 1 hour on site Time and .5 hour travel Charge time Page 7 of 7 1915 N. Shiloh Drive office 479-521-7645 Fayetteville, Arkansas 72704 fax 479-521-6232 GTS, Inc. fGeotechnical Fayetteville, Arkansas Office & Testing Services Effective Date January 2022 Laboratory Materials Testing Services (please call for unlisted items) Moisture - Density Standard Proctor AASHTO T99, $140.00 Relationship ASTM D698 Moisture - Density Modified Proctor AASHTO T180, $160.00 Relationship ASTM D1117 Moisture Content Moisture Content of soils ASTM D2216 $10.00 Atterberg Limits AASHTO T-89, Atterberg Limits AASHTO T-90, $65.00 3 Point Wet Preparation ASTM D 4318 Washed and dried sieve used for ASTM C136 ASTM Sieve Analysis soil classification determination C117 $65.00 (< 5 Ibs) AASHTO T27 AASHTO T11 ASTM C136 ASTM Washed and dried oversized sieve C117 Sieve Analysis (greater than 5 Ibs) AASHTO T27 $130.00 AASHTO T11 Fine Particle Size Distribution AASHTO T 88 Sieve Analysis Using the Sedimentation ASTM D 422 $105.00 (Hydrometer) (Hydrometer) Analysis ASTM D 7928 Determination of Specific Gravity ASTM C127 Specific Gravity and and Absorption of Fine or Coarse AASHTO T84 / $60.00 Absorption Aggregate ASTM C128 Evaluating the potential strength California Bearing of subgrade, subbase, and base ASTM D 1883, Ratio (CBR) 3-point $250.00 course material, for use in road AASHTO T 193 method and airfield pavements. Page 1 of 4 1915 N. Shiloh Drive office 479-521-7645 Fayetteville, Arkansas 72704 fax 479-521-6232 GTS, Inc. fGeotechnical Fayetteville, Arkansas Office & Testing Services Effective Date January 2022 Laboratory Materials Testing Services (please call for unlisted items) Obtain a measure of compressive Unconfined strength for soils that possess ASTM D 2166, Compressive sufficient cohesion to permit AASHTO T 208 $100.00 Strength Testing testing in the unconfined state Triaxial testing** Unconsolidated - Undrained AASHTO T 296, $375.00 (UU) ASTM D 2850 Triaxial testing** Consolidated - Undrained AASHTO T 297, $500.00 (CU) ASTM D 4767 Triaxial testing** Consolidated -Drained ASTM WK 3821 $750.00 (CD) Determining the magnitude and Soil Consolidation rate of consolidation of soil when ** (One- it is restrained laterally and ASTM D 2435, $300.00 Dimensional, drained axially while subjected to AASHTO T 216 Interval Loading) incrementally applied controlled - stress loading. Permeability Laboratory Measurement of Testing (Flexible Hydraulic Conductivity ASTM D5084 $300.00 Wall)** ** sample prep or remolding NA $75.00 Page 2 of 4 1915 N. Shiloh Drive office 479-521-7645 Fayetteville, Arkansas 72704 fax 479-521-6232 GTS, Inc. Fayetteville, Arkansas Office Effective Date January 2022 Geotechnical & Testing Services Laboratory Materials Testing Services (please call for unlisted items) This test assigns an empirical Sand Equivalency value to the relative amount, ASTM D 2419, $150.00 Test fineness, and character of claylike AASHTO T 176 material present in the specimen. Standard Test Method for Soundness of Soundness of Aggregates by Use ASTM C 88, $425.00 Aggregates of Sodium Sulfate AASHTO T 104 Resistance to Degradation of LA Abrasion Large -Size Coarse Aggregate by ASTM C 131, $650.00 Abrasion and Impact in the Los AASHTO T 96 Angeles Machine o V # Deleterious determination of friable Material particles, clay lumps, and soft NA $50.00 fragments in an aggregate Determination Standard Test Method for One - Swell Test ** (One- Dimensional Swell or Settlement ASTM D 4546, $300.00 Dimensional) AASHTO T 216 Potential of Cohesive Soils using fly ash, cement and lime to Soil Stabilization NA call for quote stabilize soils ***For any soils and aggregate lab testing not listed please call for quote*** • Laboratory • Compressive Curing, Storing and Testing (Pad ASTM C 39, ASTM $15.00 Strength of Capping) 6" x 12" cylinders C1231, ASTM C511 Cylinders Laboratory Compressive Curing, Storing and Testing (Pad ASTM C 39, ASTM $15.00 Strength of Capping) 4" x 8" cylinders C1231, ASTM C511 Cylinders Page 3 of 4 1915 N. Shiloh Drive office 479-521-7645 Fayetteville, Arkansas 72704 fax 479-521-6232 GTS, Inc. Fayetteville, Arkansas Office Effective Date January 2022 Geotechnical & Testing Services Laboratory Materials Testing Services (please call for unlisted items) Laboratory Flexural Curing, Storing, Measuring and ASTM C 78, ASTM Strength of Beams $35.00 Testing C511, ASTM C1542 (per beam) Laboratory Compressive Curing, Storing and Testing (sulfur ASTM C 42, ASTM $45.00 Strength of drilled Capping) C 39, ASTM C617 cores Saw cutting Saw cutting ends of contractor cylinders and formed cylinders to achieve a NA $5.00 drilled cores perpendicular surface (per end) Petrographic Microscopic analysis of hardened Analysis concrete ASTM C 457 Call for Quote Laboratory Compressive Curing, Storing and Testing (Pad ASTM C 1019 $25.00 Strength of Grout Capping) 6" x 3" x 3" prisms Prisms Laboratory Compressive Curing, Storing and Testing (Pad ASTM C 109 $15.00 Strength of mortar Capping) 2" x 2" x 2" cubes cubes This test methods provides various testing procedures Laboratory testing commonly used for evaluating of concrete characteristics of concrete ASTM C 140 $120.00 masonry units masonry units and related concrete units. Laboratory testing • .. Laboratory Testing of asphalt AASHTO T-166 $35.00 of Asphalt Cores cores for specific gravity (density) Laboratory Density Laboratory determination of - • . • of Fireproofing SRFM density ASTM E 605 $60.00 (each density) Page 4 of 4 olsson 2023 Field Services Unit Rate Schedule Special Inspections and Construction Materials Testing Services Testina Services 0 3-Hour Minimum Field Technician'..................................................................................................... Hourly $60.00 Senior Technician'................................................................................................... Hourly $75.00 Structural Steel Technician...................................................................................... Hourly $85.00 Project Manager / Project Engineer......................................................................... Hourly $140.00 Senior Engineer / Team Leader.............................................................................. Hourly $150.00 Administrative Assistant.......................................................................................... Hourly $50.00 Equipment Coring Equipment Mobile Lab ........... Laboratory Testina Services Daily $145.00 Monthly $400.00 Soil and Aggregate Testing Standard Proctor...................................................................................................... Each $175.00 Atterberg Limits........................................................................................................ Each $95.00 Modified Proctor....................................................................................................... Each $205.00 Oversize Correction................................................................................................. Each $70.00 Gradation > 3/4".........................................................................................................Each $140.00 Mechanical Grain Size analysis (Sieves)................................................................ Each $110.00 Percent Fines Test (passing #200 sieve)................................................................ Each $65.00 Percent Moisture Test............................................................................................. Each $15.00 Construction Materials Testin Compressive Strength - Concrete Cylinder............................................................ Each $20.00 Compressive Strength - Grout................................................................................ Each $40.00 Compressive Strength - Mortar............................................................................... Each $40.00 Flexural Strength - Concrete Beam........................................................................ Each $62.00 Asphalt Testing Asphalt Content by Ignition Method......................................................................... Each $180.00 Preparation & Density of Superpave Gyratory Compaction Specimens (2pt) ........ Each $295.00 Sieve Analysis of Extracted Aggregates................................................................. Each $110.00 Theoretical Maximum Specific Gravity (Rice)......................................................... Each $190.00 Travel Mileage (Portal to Portal).........................................................................................Mile $0.75 PerDiem..................................................................................................................Daily $135.00 Additional Notes 1. These Unit Fees are in effect until January 1, 2024. Services and fees not listed above will be quoted upon request. 2. Services provided on Saturday, Sunday, Holidays, and in excess of 8-hours/day will be charged at 1.5 times the unit fee. 3. Subcontracted services will be invoiced at our cost plus 20%. CITY OF W41iFAYETTEVILLE ARKANSAS MEETING OF APRIL 25, 2023 CITY COUNCIL MEMO 2023-512 TO: Mayor Jordan and City Council THRU: Chris Brown, Public Works Director Susan Norton, Chief of Staff FROM: Matt Casey, Engineering Design Manager DATE: April 10, 2023 SUBJECT: Dedication of Right of Way on Highway 16 to ArDOT for Highway 16 (Stone Bridge Road to East Roberts Road) project. RECOMMENDATION: Staff recommends City Council approval of the dedication of approximately 1,061 square feet of right of way to the Arkansas Department of Transportation for use on the Hwy 16 (Stone Bridge Road to East Roberts Road) project and authorize the Mayor to sign all documents related to the dedication of this right of way. BACKGROUND: ArDOT is planning a project for the improvements to Hwy 16 (Stone Bridge Road to East Roberts Road). This project is to widen the roadway to 4 and 5 lanes with bike lanes from just east of Stone Bridge Road to Roberts Road. As part of the Wastewater Treatment Plant project in 2005, the City of Fayetteville purchased a parcel of land at 3504 E. Huntsville Road (Parcel No. 765-14253-000). A portion of this property will be needed by ArDOT for right of way to construct the roadway improvements. DISCUSSION: ArDOT is currently in the right of way acquisition phase of the project and has requested the donation of right of way along Huntsville Road as follows: 1. Tract 3, located on the north side of Hwy 16 and consists of approximately 1,061 square feet of right of way (ROW). Many times, in the past, the City has dedicated ROW to ArDOT for highway widening projects. Therefore, staff recommends that the City dedicate these rights of way at no cost to ArDOT. BUDGET/STAFF IMPACT: No impact. Mailing address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 ATTACHMENTS: SRF Hwy 16 ROW, Pages from TR 13 Plans, FINAL 040785.13 DONATION DEED Mailing address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 - Legislation Text File #: 2023-512 Dedication of Right of Way on Highway 16 to ArDOT for Highway 16 (Stone Bridge Road to East Roberts Road) project. A RESOLUTION TO AUTHORIZE THE DEDICATION OF APPROXIMATELY 1,061 SQUARE FEET OF RIGHT-OF-WAY TO THE ARKANSAS DEPARTMENT OF TRANSPORTATION FOR THE HIGHWAY 16 PROJECT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby approves the dedication of approximately 1,061 feet of right-of-way to the Arkansas Department of Transportation for the Highway 16 Project without any remuneration or monetary consideration and authorizes Mayor Jordan to sign the Contract to Sell Real Estate for Highway Purposes, a copy of which is attached to this Resolution, and any other documents necessary for the dedication. Page 1 Matt Casey Submitted By City of Fayetteville Staff Review Form 2023-512 Item ID 3/21/2023 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 3/3/2023 ENGINEERING (621) Submitted Date Division / Department Action Recommendation: Staff recommends City Council approval of the dedication of approximately 1,061 square feet of right of way to the Arkansas Department of Transportation for use on the Hwy 16 (Stone Bridge Road to East Roberts Road) project and authorize the Mayor to sign all documents related to the dedication of this right of way. Account Number Project Number Budgeted Item? No Does item have a direct cost? No Is a Budget Adjustment attached? No Purchase Order Number: Change Order Number: Original Contract Number: Comments: Budget Impact: Fund Project Title Total Amended Budget $ - Expenses (Actual+Encum) $ - Available Budget Item Cost $ - Budget Adjustment $ - Remaining Budget V20221130 Previous Ordinance or Resolution # Approval Date: , 1r. 0 •o , cu ve table T -16-N9 R-30-W ! `0 o ` AR H R s 'O en Ooo '� N Nome-Rodius-- -Length-- -Length-- -Direction---- O1 P.I. = 331 +00.77 i 's N o N - - - - 0 = 50'04'02" RT. ! N D = 01'30'00" rn T = 1783.89' L = 3337.81' R = 3819.72' Q `` / / � S72'41'27"E / ' .01 � 200.00' �� � lv SW SE � \ � , �S�yGS p,4� .' 13 � 4 \ � � �, ��� Sys • ,> \ loo,' 0 _� y� 19 y> 39„E •� \ �T,t, RES.- IOAI Ac. * a o 58� 01 / / ti 'o $�•pl! 35"E \ `� ` Zj• N�4' 196 53 .16"E / 5 �p1 11 \ 3.4�30 E ? J' 58512.A5 w �' 3„W 15 ITX E-1 5$ eo STA. 337 + 00. 00 END 43 / $ p3 0 O O sue` 155 CONNT. JOB 04078rJ N34'19'05"E; =o — W W 3 CD' S° R S- 4J5 Ac. ± RES° 0.36 Ac. ± o T'G �, 25.51' " 'T�� o _ s 6+, _ \ \ �, N. 20E-1 .N \ S66'9 21 E�,� E � s 20 SITE 1RES' 0J5Ac.* ` s'o N css N p a S50'17'39"E 29.21' ' \� '+1 ri '� 15E-1 C _ 6,- rr' ! "� T RES' o.4�AC.:; ± N 26.64' o.o •`�° \ y •� ! N N 1 XE : ^. Z o 0o a PROP. R/W ov°°i N• �. ^ y ' i ' N Z TCE Z N awe .�: Q / , Z ;. TCE "i a •^� S73'24'59"E S70'01'45"E Q / _`" N O - - , - S77 19'02"E �, �,. h 159.96 — — — — — — \ . ^ S65'6'6'34"E" NN 9E-1 c 0_3� 577'19' E 572T2 9t �-E 4.8 70 29' 27 �6 7 ' 7' S6740 5.339„E S67'46'19"E 2 l7 39 8 10 +E O / 02"_ �2a—, 7�1 — — zo2.97' \ 2' ss °6'3 r N RES.- 8.48 A�+ `-' ,.� ��� Z TCE s +" J _ 2� 88 _ EXI�T.�R/W 3.35 00 50.65' 63 • �, 340` ,00 S 1"E 2b (E. HUNT SVILLE RDd l"n S$2'04 5 0-00 CONST. CL \ . ) \ 33 XIST. ^/Vv L S7t't3 U7�"t 5,13 ' S75'46'33"E - - 14.75' -\ LCIa —7.29' '45'S�"F — — —_ - 1.3$10 fi 19.78 ] C17 \ R 95 50' __ 5$ " __ t65.16' _ 4 4 S71 13�45„E C18 C1 L = 141.85' 288Z3' 0) R=J3695.50' - • 155.12 ti . 132.19 Q• b CL = i 29 _ ., . 1. �• o v� r . L 1.84 S26'0 00' " 3Q2•p3' 1 16.28' C 1' S75'04 47 E °, `' „ y"'m � `as ` ! = CD 0 I'19" - — - _ C1 C? " g39'22T4 2'� Mio, �.�' 205.36' "'� I+ }� F. `.o� r� '��a* Nao+.o. _� 4 � = S6 E a a o - o • ao:n ` Lo + • 4' v S 17 13p.39� ms Ma `O PROP. R/W g6g 812 M 'o w m 10` 9'�6 �" ''I'•.. 4 m hob cm�m ` ,Q„rc- I'• _ 22E � ` L s "O �0 W 01 25*00 /�'� �78.12'049s,� 6XE _,� •�, 18E 1, �N 104.43 o N TCE o (�, 21E-1 \ 14t39 12E-1 = 14E- TCE TCt N 4 �,�,��, z 18 z 7-CE „ s +`� #�. TCE TICE 14E-2 12g 13�v, N� RES: IJ9 AC ± N 0 sS85 40'30 "WNvo r 10E-1,, \IE1 TICE 46.24'o' \ \ "^L`^ 85'40'30"ETRES.: 093 A± 4s.24' 8WTCE ..k.± 4 07? Zp 42 RES.- 1.76 Aa It GD 0 \ ? _4, RES.- 123 Aa ±o to % A��� A \ \ .pa 5� RES.- 17AC 4 . ± Z g5 \ 8E-1 \ 5$;25 "w TCE ,� �o TN\N N p'�NA ," STONE BRIDGE RD. — 10 Z " %$'�a5° EAST ROBERTS RD. z\ RES: 195 Ac.± (FAYETTEVILLE) (S) ry Nei • 1 CONST. CL NB�.O %N''' ,p10� 0DI. 331*04'02" 7 ARKANSAS STATE HIGHWAY COMMISSION 9NJA D = 01.30'00" RIGHT OF WAY MAP I 842022 oev6ea� r.16lo/6X &TCE /6EI JM E N��i aR - 3337,81' JOB 040785 WASHINGTON COUNTY NO. DATE DESCRIPTION BY CK•D / 13° 50 25 0 25 50 100 DATE: 0312022 REVISIONS W �� SHEET 70F 10 DESIGNED: C.SCHOPPE REVIEWED: REV/EWER Job No. 040785 Tract No. 13 WARRANTY DEED DONATION KNOW ALL MEN BY THESE PRESENTS: That The City of Fayetteville, Arkansas, by its Mayor, Lioneld Jordan, and its City Clerk Treasurer, Kara Paxton, duly certified and authorized at a meeting of the City Council of the City of Fayetteville which was duly called and held on the day of , 2023, for and in consideration of the mutual covenants and benefits inuring to the Grantor and the Arkansas State Highway Commission, Grantee, and to the public, the undersigned for and on behalf of said Grantor does hereby agree, without any remuneration or monetary consideration, to donate to the Arkansas State Highway Commission, Grantee, and unto its successors and assigns, upon the terms and conditions hereinafter set forth, the following lands situated in the County of Washington, State of Arkansas, to -wit: Part of the Southwest Quarter of the Southeast Quarter (SW/4 SE/4) of Section 13, Township 16 North, Range 30 West, Washington County, Arkansas, more particularly described as follows: Commencing at State Monument marking the quarter corner common to Sections 13 & 24; thence North 02°00'27" East along the West line of the said SW/4 SE/4 of Section 13 a distance of 553.76 feet to a point on the Northerly right of way line of Arkansas State Highway 16 as established by AHTD Job 9424; thence along said right of way line on a curve to the right a distance of 139.51 feet, having a radius of 3775.50 feet, the chord of which is South 85° 17'27" East a distance of 139.50 feet to a point; thence continuing along said right of way line on a curve to the right a distance of 342.15 feet, having a radius of 3775.50 feet, the chord of which is South 81 °38' 10" East for a distance of 342.03 feet to the POINT OF BEGINNING; thence North 02°44'39" East a distance of 22.08 feet to a point on the Northerly right of way line of Arkansas State Highway 16 as depicted on plans prepared for ARDOT Job 040785, thence South 77° 19'02" East along said right of way line a distance of 50.31 feet to a point; thence South 02'56' 11" West a distance of 20.88 feet to a point on the Northerly right of way line of Arkansas State Highway 16 as established by AHTD Job 9424; thence along said right of way line on a curve to the left a distance of 50.05 feet, having a radius of 3775.50 feet, the chord of which is North 78°39'36" West a distance of 50.05 feet to the POINT OF BEGINNING and containing 0.02 acres (1,061 square feet) more or less, as shown on the plans prepared for ARDOT Job 040785. CS / 1-19-22 Rev. RM 3-14-2023 Rev. RM 3-27-2023 See attached EXHIBIT "A" for Area to Acquire In Accordance with Public Law 91-646 as Amended by Public Law 100-17, Title III, Section 301, et seq. of the Uniform Relocation Assistance and Real Property Acquisition Policies Act, the Grantor is entitled to receive an appraisal to establish the value of the lands donated by it as well as just compensation for such donation. Grantor does hereby waive receipt of said authorized appraisal of the lands donated and does hereby waive all of its right to any compensation or monetary remuneration for the property donated by it and described herein. Grantor further, by executing this Donation Warranty Deed, does hereby release and relinquish all of their right to an appraisal, compensation or other consideration for such donation; and Grantor does hereby release and relinquish all claims, causes of action or any obligation of the Arkansas State Highway Commission arising out of or in connection with this donation. TO HAVE AND TO HOLD the same unto the said Arkansas State Highway Commission, Grantee, and unto its successors and assigns forever. And the Grantor hereby covenants with Grantee that Grantor will forever warrant and defend the title to said lands against all lawful claims, whatsoever. IN WITNESS WHEREOF, The City of Fayetteville, Arkansas has caused these presents to be executed by its Mayor and City Clerk Treasurer on this day of , 2023. The City of Fayetteville, Arkansas Lioneld Jordan, Mayor Kara Paxton, City Clerk Treasurer ACKNOWLEDGMENT STATE OF ARKANSAS ) COUNTY OF WASHINGTON ) BE IT REMEMBERED, that on this day before the undersigned, a Notary Public, within and for the County and State aforesaid, duly commissioned and acting, appeared the within named Lioneld Jordan, being the Mayor, and City Clerk Treasurer, Kara Paxton, who have been duly certified and authorized at a meeting of the City Council of the City of Fayetteville which was duly called and held on the 1st day of March, 2022 to execute the above instrument, to me personally well known, who stated that they are duly authorized in their respective capacity to execute the foregoing instrument for and in the name and on the behalf of said The City of Fayetteville, Arkansas, and further stated and acknowledged that they have so signed, executed and delivered said foregoing instrument for the consideration, uses and purposes therein mentioned and set forth. IN TESTIMONY WHEREOF, I have hereunto set my hand and seal as such Notary Public on this day of .2023. Notary Public My Commission Expires: EXHIBIT "A" AREA TO ACQUIRE — TRACT 13 Tract 13 POINT OF BEGINNING thence North 02°44'39" East a distance of 22.08 feet to a point on the new northerly right of way of Arkansas State Highway 16 as depicted on plans prepared for ARDOT Job 040785, thence South 77°19'02" East along said right of way line a distance of 50.31 feet to a point; thence South 02'56'11" West a distance of 20.88 feet to a point on the said northerly line of Arkansas State Highway 16 as established by AHTD Job 9424; thence along said right of way line on a curve to the left a distance of 50.05 feet, having a radius of 3775.50 feet, the chord of which is North 78°39'36" West a distance of 50.05 feet to the POINT OF BEGINNING and containing 0.02 acres (1,061 square feet) more or less, as shown on the plans prepared for ARDOT Job 040785. CS / 1-19-22 N Uncontrolled Access ❑ Partially Controlled Access — Access break from Station ❑ Fully Controlled Access ❑ Fully Controlled Access with a frontage road ❑ Maintenance Agreement w 7T19'02"E 5b- 31' #- 20.88' 2 to Station R=3,775.50 L=50.05' CL=50.05' CD= S 78 39' 36" E CITY OF Pow, FAYETTEVILLE ARKANSAS MEETING OF APRIL 25, 2023 TO: Mayor Jordan and City Council THRU: Chris Brown, Public Works Director FROM: Paul Libertini CITY COUNCIL MEMO 2023-683 DATE: April 11, 2023 SUBJECT: Hwy 112 (Poplar St to Drake St) - Recognize Federal -aid Funding for Appraisal Services, and Approve a Contract with Rife & Company Inc. for Appraisal Services RECOMMENDATION: Staff recommends City Council approval of a resolution to recognize revenue of $46,000 of Federal -aid funding, to approve a contract with Rife & Company Inc., and approval of a Budget Adjustment. BACKGROUND: On January 3, 2017, City Council approved Resolution No. 27-17 to allow the City to enter into a partnering agreement with ARDOT (Arkansas Department of Transportation) for improvements to Hwy 112 between Razorback Road and Garland Avenue and to approve the reclassification of Hwy 112 between 15th Street and Interstate 49 as a City Street. On September 19, 2017, the City executed an Agreement of Understanding with ARDOT detailing the responsibilities of each entity. One such duty is for the City to prepare all legal descriptions and exhibits for the acquisition of right-of-way and easements for the construction of this project. This duty has been completed and approved by ARDOT. On March 27,2023, the City received two bids/responses from our On -Call appraisers (Resolution No. 104-21). Rife & Company can start the appraisal work immediately for a fee of $46,000, whereas Reed & Associates are several months out. DISCUSSION: On April 4, 2023, the City was notified by ARDOT that federal -aid funds have been obligated and that the City could release our appraiser to begin work. The federal revenue of $46,000 needs to be recognized for this project so that we may issue a purchase order to the appraiser. BUDGET/STAFF IMPACT: Federal funds of $46,000 have been obligated by ARDOT for appraisal services. The City will pay the appraiser from the Sales Tax Capital Improvement funds and then submit for reimbursement of expenditures at 100% federal -aid. ATTACHMENTS: 2023-683 SRF Hwy 112 ARDOT revenue, 2023-683 BA Hwy 112 ARDOT revenue, Tom Mailing address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 Rife.City of Fayetteville Bid Job 040720, 27-17 RESOLUTION, 170919 Hwy. 112 Partnering Agreement - Executed Mailing address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 - Legislation Text File #: 2023-683 Hwy 112 (Poplar St to Drake St) - Recognize Federal -aid Funding for Appraisal Services, and Approve a Contract with Rife & Company Inc. for Appraisal Services A RESOLUTION TO APPROVE A BUDGET ADJUSTMENT IN THE AMOUNT OF $46,000.00 RECOGNIZING FEDERAL -AID FUNDING FOR APPRAISAL SERVICES, AND TO APPROVE A CONTRACT FOR APPRAISAL SERVICES WITH RIFE & COMPANY, INC. WHEREAS, on January 3, 2017 the City Council approved Resolution No. 27-17 authorizing the Mayor to sign partnering agreement with the Arkansas Department of Transportation (ARDOT) for improvements to Highway 112 between Razorback Road and Garland Avenue and to approve the reclassification of Highway 112 between 15th Street and Interstate 49 as a City Street; and WHEREAS, on September 19, 2027, the Mayor executed an Agreement of Understanding with ARDOT, which assigned the City the duty of preparing legal descriptions and exhibits for acquisition of right-of-way and easements for the property; and WHEREAS, on April 4, 2023 the City was notified that federal -aid funds in the amount of $46,000.00 have been obligated by ARDOT for appraisal work. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution, recognizing federal -aid funding in the amount of $46,000.00 for appraisal services for the above -described project, and further authorizes Mayor Jordan to sign a contract for appraisal services with Rife & Company, LLC in the amount of $46,000.00. Page 1 City of Fayetteville Staff Review Form 2023-683 Item ID 5/2/2023 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Paul Libertini 4/11/2023 ENGINEERING (621) Submitted By Submitted Date Division / Department Action Recommendation: A Resolution to recognize revenue of $46,000 of Federal -aid funding from ARDOT (Arkansas Department of Transportation) for appraisal services for Hwy 112 (Poplar St to Drake St), approve a contract with Rife & Company Inc., and to approve a Budget Adjustment. 4470.800.8835-5805.00 Account Number 06035.3800 Project Number Budgeted Item? Yes Does item have a direct cost? No Is a Budget Adjustment attached? Yes Purchase Order Number: Change Order Number: Original Contract Number: Comments: Budget Impact: Sales Tax Capital Improvement Fund Hwy 112 (Poplar St - Drake St) Total Amended Budget Expenses (Actual+Encum) Available Budget Item Cost Budget Adjustment Remaining Budget Project Title $ 121.00 121.00 $ 46,000.00 46,121.00 V20221130 Previous Ordinance or Resolution # 27-17 Approval Date: City of Fayetteville, Arkansas - Budget Adjustment (Agenda) Budget Year Division Adjustment Number ENGINEERING (621) /Org2 2023 Requestor: Paul Libertini BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: Recognize Federal -aid funds of $46,000 available for real estate appraisals for the Hwy 112 (Poplar St - Drake St) project which will be 100% reimbursed by the Arkansas Department of Transportation (ARDOT). COUNCIL DATE: 5/2/2023 ITEM ID#: 2023-683 Noll y Black 417712023 5:40 RIV Budget Division Date TYPE: D - (City Council) JOURNAL#: GLDATE: RESOLUTION/ORDINANCE CHKD/POSTED: TOTAL 46,000 46,000 v.2023323 increase/ (Decrease) Project.Sub# Account Number Expense Revenue Project Sub.Detl AT Account Name 4470.800.8835-4309.00 - 46,000 06035 3800 RE Federal Grants - Capital 4470.800.8835-5805.00 46,000 - 06035 3800 EX Land -Acquisition 1 of 1 RIFE & COMPANY APPRAISERS -CONSULTANTS 1001 North Walton Boulevard Bentonville, AR 72712 479-273-7406 479-936-6806 THOMAS G. RIFE, MAI, SRA, AMD, AI-GRS Howard L. Dover, Jr. March 27, 2023 Ms. Holly Jones Land Agent The City of Fayetteville, Arkansas Engineering Division 125 West Mountain Fayetteville, AR 72701 RE: Professional Bid for Real Estate Appraisal services for the Highway 112 improvements, Job 040720 for the City of Fayetteville, Arkansas and the Arkansas Department of Transportation (Arpot) Dear Ms. Jones, I am, at your request, providing this letter as evidence of my bid for professional services regarding nine real estate parcels for the above named Job 040720. I understand the terms of the bid in preparation of Complete Summary Narrative Appraisal Reports. If the substance of the scope of work for the bid changes, then the amount of the bid could change, as well. I am aware of the locations in question. Any Narrative Appraisal Reports that would be generated will be in accordance with the Uniform Standards of Professional Appraisal Practice -by the Appraisal Standards Board of the Appraisal Foundation, the Appraisal Institute and the Laws of the State of Arkansas under the Scope of Work Section. Additionally, the reports will be prepared in order to meet with the Uniform Appraisal Standards for Federal Land Acquisitions (2016-Yellow Book). The work performed will provide the client and its assigns with a market value analysis of the before and after fee simple interest of the 9 subject properties. My time frame for completion is 90 to 120 days after written authorization. The City of Fayetteville and its assigns will be furnished with two (2) original reports, plus a .pdf file of the same report, if necessary. Please remember that this assignment will be completed based upon my best efforts, not withstanding Acts of God. The fee for this project is based on the individual issues concerning each parcel as the 3 parcels currently owned by the University of Arkansas will be the most difficult. Please note the following breakdown: Parcel 1 - $10,000 Parcel 2 - $7,000 Parcel 3 - $5,000 Parcel 6 - $4,000 Parcel 7 - $4,000 Parcel 8 - $4,000 Parcel 9 - $4,000 Parcel 10 - $4,000 Parcel 11 - $4,000 TOTAL $46,000 I will require a signed copy of this letter, the legal description for the sites in question, copies of any surveys completed, and all other pertinent information concerning the subject properties. Additionally, I will be leaving on an 18 day vacation in the middle of May, but will have an associate working on the comparable data and the Reports during that timeframe. Because of the size of this assignment, I will require a 50o retainer or $23,000. If you have any questions about anything contained in this letter or in any attachments, please call for clarification. My phone number is 479 936 6806. This bid does not include any court testimony. Should court testimony be necessary, my billing is on an hourly basis at $250 per hour for court and preparation time with a 3 hour minimum. I will both provide the necessary input and be signatory to the mentioned report and will work with Mr. Howard Dover. I await your reply and thank you for the opportunity. The completion date for these reports is subject to our receipt of your authorization. Please let me know if this time frame is acceptable, as well. Respectfully submitted, t = Thomas G. Rife, MAI, SRA Arkansas Certified General Appraiser CGO#354-Certification until June 30, 2023 CG#0354 st THIS BID FOR PROFESSIONAL SERVICES ACCEPTED: City of Fayetteville, Arkansas Holly Jones Date 1001 Forth Waltor7 Boulevard, Benton-vilte, AR 72712 *#479-273-7406** 479-273-0078 (Fax) touffifeAacl.com Rifeandconipaiiy@cox.net 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 27-17 File Number: 2016-0666 ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT: A RESOLUTION TO ALLOW THE CITY OF FAYETTEVILLE TO ENTER INTO A PARTNERING AGREEMENT WITH THE ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT FOR IMPROVEMENTS TO HIGHWAY 112 BETWEEN RAZORBACK ROAD AND GARLAND AVENUE, AND TO APPROVE THE RECLASSIFICATION OF HIGHWAY 112 BETWEEN 15TH STREET AND INTERSTATE 49 AS A CITY STREET. WHEREAS, the City of Fayetteville (City) and the Arkansas State Highway and Transportation Department (Department) have identified a need for improvements to Highway 112 between Razorback Road and Garland Avenue in Fayetteville; and WHEREAS, the original partnering agreement between the Department and the City was as follows: 1. The Department was responsible to fund and handle project development, which is complete. The Department is also responsible for advertising, awarding the bid, and providing construction inspection. 2. The City is to fund utilities, construction and construction inspection; and WHEREAS, bids were received twice on this project, and each time the low bid was significantly over the City's budget; and WHEREAS, in order to move this project forward, a revised partnering agreement is proposed as follows: 1. The amount of City funds available for Job 040582 is capped at $3,358,600.00 as shown on Attachment A to this Resolution. The Department will provide the gap funding needed to construct the project. Page 1 Primed on 1/4/17 Resolution: 27-17 File Number 2016-0666 2. The City will revise the current design. However, any increase in the current scope that results in a higher project cost will be the responsibility of the City and will be in addition to the cap amount of $3,358,600. 3. The Department will advertise and award the project. The City may inspect the project. The Department will inspect the project if requested by the City. 4. Once the project is let to contract, an increase in cost due to added scope by change order will be the responsibility of the City. An increase in cost due to a change order for a normal bid item adjustment will be the responsibility of the Department. 5. The Department will fund the cost to overlay the segments from Maple Street to North Street and from Leroy Pond Drive north to the beginning of Job 040582. The City may develop, advertise, award and inspect the project. The Department will provide these services if requested by the City. Any additional scope items to the Department's typical overlay design that add cost to this improvement will be the responsibility of the City. 6. The Statewide Transportation Improvement Program for Federal Fiscal Years 2016-2020 (STIP) includes a project to widen Highway 112 from Poplar Street to Van Asche Drive. The City desires to handle all phases of project development, advertise, award, and inspect the portion from Poplar Street to Interstate 49. The Department will provide the amount of funding necessary for all phases of work to develop and construct the typical design section for an urban state highway as shown on Attachment B to this Resolution. The cost of additional features outside of this standard scope that increase the total cost beyond that of the typical design section will be the responsibility of the City; and WHEREAS, upon completion of the improvements aforementioned, the City agrees to assume ownership and responsibility of Highway 112 from Highway 16 (15th Street) to Interstate 49 as shown on Attachment C to this Resolution. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayetteville, Arkansas hereby approves the City's participation in this Partnering Agreement in accordance with its designated responsibilities in this project. Section 2. That the City Council of the City of Fayetteville, Arkansas authorizes Mayor Jordan to execute all appropriate agreements and contracts necessary to expedite the construction of this project. Page 2 Printed on 114117 Resolution: 27-17 File Number.' 2016-0666 Section 3. That the City Council of the City of Fayetteville, Arkansas hereby pledges its full support and hereby requests that the Arkansas State Highway and Transportation Department initiate action to implement this project. PASSED and APPROVED on 1/3/2017 Attest: N Y rm Sondra E. Smith, City Clerk Treasured "gyp FAYETTEVILLL �C mA/G fe S@ b '• °'�� J} V Page 3 Printed on 114117 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Text File File Number: 2016-0666 Agenda Date: 1/3/2017 Version: 1 Status: Passed In Control: City Council Meeting File Type: Resolution Agenda Number: C. 4 ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT: A RESOLUTION TO ALLOW THE CITY OF FAYETTEVILLE TO ENTER INTO A PARTNERING AGREEMENT WITH THE ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT FOR IMPROVEMENTS TO HIGHWAY 112 BETWEEN RAZORBACK ROAD AND GARLAND AVENUE, AND TO APPROVE THE RECLASSIFICATION OF HIGHWAY 112 BETWEEN 15TH STREET AND INTERSTATE 49 AS A CITY STREET WHEREAS, the City of Fayetteville (City) and the Arkansas State Highway and Transportation Department (Department) have identified a need for improvements to Highway 112 between Razorback Road and Garland Avenue in Fayetteville; and WHEREAS, the original partnering agreement between the Department and the City was as follows: 1. The Department was responsible to fund and handle project development, which is complete. The Department is also responsible for advertising, awarding the bid, and providing construction inspection. 2. The City is to fund utilities, construction and construction inspection; and WHEREAS, bids were received twice on this project, and each time the low bid was significantly over the City's budget; and WHEREAS, in order to move this project forward, a revised partnering agreement is proposed as follows: 1. The amount of City funds available for Job 040582 is capped at $3,358,600.00 as shown on Attachment A to this Resolution. The Department will provide the gap funding needed to construct the project. 2. The City will revise the current design. However, any increase in the current scope that results in a higher project cost will be the responsibility of the City and will be in addition to the cap amount of $3,358,600. 3. The Department will advertise and award the project. The City may inspect the project. The Department will inspect the project if requested by the City. 4. Once the project is let to contract, an increase in cost due to added scope by change order will be the City of Fayetteville, Arkansas Page 1 Printed on 11412017 File Number.' 2016-0666 responsibility of the City. An increase in cost due to a change order for a normal bid item adjustment will be the responsibility of the Department. 5. The Department will fund the cost to overlay the segments from Maple Street to North Street and from Leroy Pond Drive north to the beginning of Job 040582. The City may develop, advertise, award and inspect the project. The Department will provide these services if requested by the City. Any additional scope items to the Department's typical overlay design that add cost to this improvement will be the responsibility of the City. 6. The Statewide Transportation Improvement Program for Federal Fiscal Years 2016-2020 (STIP) includes a project to widen Highway 112 from Poplar Street to Van Asche Drive. The City desires to handle all phases of project development, advertise, award, and inspect the portion from Poplar Street to Interstate 49. The Department will provide the amount of funding necessary for all phases of work to develop and construct the typical design section for an urban state highway as shown on Attachment B to this Resolution. The cost of additional features outside of this standard scope that increase the total cost beyond that of the typical design section will be the responsibility of the City; and WHEREAS, upon completion of the improvements aforementioned, the City agrees to assume ownership and responsibility of Highway 112 from Highway 16 (15th Street) to Interstate 49 as shown on Attachment C to this Resolution. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayetteville, Arkansas hereby approves the City's participation in this Partnering Agreement in accordance with its designated responsibilities in this project. Section 2. That the City Council of the City of Fayetteville, Arkansas authorizes Mayor Jordan to execute all appropriate agreements and contracts necessary to expedite the construction of this project. Section 3. That the City Council of the City of Fayetteville, Arkansas hereby pledges its full support and hereby requests that the Arkansas State Highway and Transportation Department initiate action to implement this project. City of Fayetteville, Arkansas Page 2 Printed on 11412017 City of Fayetteville Staff Review Form 2016-0666 Legistar File ID 1/3/2017 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Chris Brown 12/16/2016 Engineering / Development Services Department Submitted By Submitted Date Division / Department Action Recommendation: Approval of a Resolution to Enter into a Partnering Agreement with the Arkansas Highway and Transportation Department to complete certain segments and to Transfer Right of Way Jurisdiction to the City for Highway 112 from 15th Street to 1-49 Account Number Project Number Budgeted Item? No Budget Impact: Current Budget Funds Obligated Current Balance Fund Project Title Does item have a cost? No Item Cost Budget Adjustment Attached? No Budget Adjustment Remaining Budget Ls V20140710 Previous Ordinance or Resolution # Original Contract Number: Approval Date: Comments: CITY OF 7ayIffle 1-1 � ARKANSAS MEETING OF JANUARY 3, 2017 TO: Mayor and City Council CITY COUNCIL AGENDA MEMO THRU: Don Marr, Chief of Staff Jeremy Pate, Development Services Director FROM: Chris Brown, City Engineer C6 DATE: December 16, 2016 SUBJECT: Resolution to Enter a Partnering Agreement with the Arkansas Highway and Transportation Department to complete certain segments and to Transfer Right of Way Jurisdiction to the City for Highway 112 from 15tn Street to 1-49 RECOMMENDATION: Staff recommends approval of a resolution to partner with the AHTD to widen and improve portions of Highway 112 between 15th Street and 1-49, and to agree to the transfer of this segment from the AHTD to the City. BACKGROUND: Highway 112 is an Arkansas Highway and Transportation Department (AHTD) owned facility that functions as a major north -south arterial connecting 1-49 to the north and Highway 71 to the south, and serves as the main north -south entrance to and access through the University of Arkansas. Over the past several years, segments of the roadway have been widened and improved through and near the campus, through a series of partnerships between the City, the UA, and the AHTD. The UA has planted and maintained the landscaping and trees on segments through campus and to the south of the. campus since the completion of the widening and improvements. In 2014, the City secured an additional $2.4 million in federal -aid funding for another segment of this route, between Garland Avenue and Razorback Road. However, construction bids received for the project have been over $4 million on two separate bidding occasions. This has stalled the construction of the project. Remaining segments between 15th Street and 1-49 that have not been widened or improved include Razorback Road, from Maple Street to Leroy Pond Drive, and Garland Avenue from Poplar Street to 1-49. DISCUSSION: After the 2"d time receiving bids over $4 million on the Maple to Razorback segment of Highway 112, the City and UA met with the AHTD and began discussing an arrangement whereby the AHTD would provide funding to complete the construction of this segment, in exchange for the Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 City taking over the roadway as a City street. Ultimately, the attached proposal was developed by the AHTD, which includes: 1. The AHTD will provide additional funding to complete the improvements to the Garland to Razorback Road segment of Highway 112, and to overlay 112 on either side of this project, to provide a new condition roadway through the entire campus. 2. The AHTD will complete widening and improvements to Highway 112 north of Poplar to Van Asche, at no cost to the City. The City will be allowed to manage the design of the project. 3. In exchange, the City will accept Highway 112 between 15th Street and 1-49 for maintenance in perpetuity; the route will be removed from the state highway system and will become a City street. BUDGET/STAFF IMPACT: While the proposed resolution does. not obligate any City funds, subsequent agreements and construction contracts will require matching funds in the amount of $958,600. The UA has agreed to provide 50% of this amount per the attached letter; therefore, the cost to the City will be a maximum of $479,300, Funds are available in the Transportation Bond Program for this match amount. Operational costs to the City in the short term are expected to be minimal due to the new condition of the majority of the section to be transferred to the City. Over the long term, overlay and other pavement maintenance costs will be the most significant expenses expected. Attachments: Resolution Cost Spreadsheet Map of proposed improvements and segment to be transferred to City Letter from UA A RESOLUTION NO. A RESOLUTION ALLOWING THE CITY OF FAYETTEVILLE TO ENTER INTO A PARTNERING AGREEMENT WITH THE ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT FOR: Job 040582, Razorback Road - Garland Avenue (Highway 112) (Fayetteville) WHEREAS, the City of Fayetteville (City) and the Arkansas State Highway and Transportation Department (Department) have identified a need for improvements to Highway 112 between Razorback Road and Garland Avenue in Fayetteville; and follows: WHEREAS, the original partnering_ agreement between the Department and the City was as • The Department was responsible to fund and handle project development, which is complete. The Department is also responsible for advertising, awarding the bid, and providing construction inspection. • The City is to fund utilities, construction and construction inspection; and WHEREAS, bids were received twice on this project, and each time the low bid was significantly over the City's budget; and follows: WHEREAS, in order to move this project forward, a revised partnering agreement is proposed as • The amount of City funds available for Job 040582 is capped at $3,358,600 as shown on Attachment A. The Department will provide the gap funding needed to construct the project; ✓ The City will revise the current design. However, any increase in the current scope that results in a higher project cost will be the responsibility of the City and will be in addition to the cap amount of $3,358,600; ✓ The Department will advertise and award the project. The City may inspect the project. The Department will inspect the project if requested by the City; ✓ Once the project is let to contract, an increase in cost due to added scope by change order will be the responsibility of the City. An increase in cost due to a change order for a normal bid item adjustment will be the responsibility of the Department; • The Department will fund the cost to overlay the segments from Maple Street to North Street and from Leroy Pond Drive north to the beginning of Job 040582. The City may develop, advertise, award and inspect the project. The Department will provide these I services if requested by the City. Any additional scope items to the Department's typical overlay design that add cost to this improvement will be the responsibility of the City; • The Statewide Transportation Improvement Program for Federal Fiscal Years 2016-2020 (STIP) includes a project to widen Highway 112 from Poplar Street to Van Asche Drive. The City desires to handle all phases of project development, advertise, award, and inspect the portion from Poplar Street to Interstate 49. The Department will provide the amount of funding necessary for all phases of work to develop and construct the typical design section for an urban state highway as shown on Attachment B. The cost of additional features outside of this standard scope that increase the total cost beyond that of the typical design section will be the responsibility of the City; and WHEREAS, upon completion of the improvements aforementioned, the City agrees to assume ownership and responsibility of Highway 112 from Highway 16 (15th Street) to Interstate 49 as shown on Attachment C. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF FAYETTEVILLE, ARKANSAS, THAT: SECTION I: The City of Fayetteville will participate in accordance with its designated responsibilities in this project. SECTION II: The Mayor or his designated representative is hereby authorized and directed to execute all appropriate agreements and contracts necessary to expedite the construction of this project. SECTION III: The City of Fayetteville pledges its full support and hereby requests that the Arkansas State Highway and Transportation Department initiate action to implement this project. THIS RESOLUTION adopted this day of 2016. Lioneld Jordan Mayor ATTEST: (SEAL) available for the project. Federal- Match Total Note: Job 040582's construction cost estimate is based on the current design. City funds are capped at $3,358,600 in STP-A and matching funds. AHTD is committed to providing the full amount of gap funding necessary for Job 040582, contingent upon receiving a responsive bid that is within an acceptable range of the engineers estimate. The City of Fayetteville will revise the current design to incorporate some desired changes. Funding for any increases in scope will be the responsibiity of the City and will be added to the $3,358,600 cap amount. Once the project is let to contract, an increase in cost due to added scope will be the responsibility of the City. An increase in cost due to normal change in conditions will be the responsibility of the Department. AHTD is committed to providing funds for the overlay projects using our basic design standards. Funding for any increases in scope will be the responsiblity of the City and be added to the $3,358,600 cap amount. Q:tWINWORDIDD & COOIInformationlFayettevillelHighway 1121Hwy. 112 Fayetteville Funding Breakdown.xlsx ATTACHMENT A a:rs`6 4% AM' 6 2 TYPICAL SECTIONS OF IMPROVEMENT I ' AON OLID Z.II'-0" LANE II-0" LANE 12'-0" TURN LANE II'-0" LANE II'-0" LANE io ' CON (4" U.T.) SOD = SOLD W LK PROFILE SOD t4" U.T.) pPE _ /_ ADE 0.021/' x%" GR0.02xx '/' — C.C.C.& G. (TYPE A)(I'-6" ) 0.02'/ 0.02'/' (TYPE A)(I'-6") HWY.XXX-FULL DEPTH C.C.C. & G. LT. & RT. ATTACHMENT B TYPICAL SEC�i TUNS UI iMrKOVEMENT !OUNIVERSITY OF ARKANSAS Facilities Management December 15, 2016 Chris Brown City Engineer City of Fayetteville 113 W. Mountain St. Fayetteville, AR 72701 Dear Chris: Per your request via attached email of Wednesday, December 14, 2016, the University of Arkansas (UA) remains committed to our cost -sharing (10% City / 10% UA) on the required 20% local match on AHTD Job 4040582 Razorback Rd -Garland Ave (Highway 112) (Fayetteville). This UA Commitment is on a not -to -exceed basis of $479,300 per the draft resolution and supporting documents. The UA remains committed to also working out an appropriate long-term agreement on current and future maintenance for the roadway sections between 15t' Street and North Street / Wedington Drive. Our maintenance efforts essentially commenced in 2002-2003 upon completion of the initial section of roadway between Maple Street and North Street / Wedington Drive. They now include the entire length mentioned above and for those specific areas covered which will be incorporated in our future agreement. Potential UA areas in this future agreement to be covered include irrigation systems, tree maintenance, grass maintenance, pedestrian light maintenance where they exist, core campus crosswalk maintenance, sidewalk maintenance and related areas. We look forward to our continued partnership as we complete this long -needed series of safety improvements and physical changes to this critical link running through our campus and the larger community. Sincerely, M.R. Joh s n Associate ice Chancellor for Facilities Attachment: Email of 12/14/16 (w/attachments) B125 Facilities Management • Fayetteville, AR 72701 •479-575-3851 • fama.uark.edu The ilnivearity ofdrkansas is an equal opportunihvafftrmative action institution. AGREEMENT OF UNDERSTANDING BETWEEN THE CITY OF FAYETTEVILLE 11►11: THE ARKANSAS DEPARTMENT OF TRANSPORTATION RELATIVE TO Implementation of Highway 112 Improvements between Highway 16 and Interstate 49 in Fayetteville, Washington County (hereinafter called the 'Projects"). WHEREAS, the City of Fayetteville (hereinafter called the "City") has expressed interest in partnering with the Arkansas Department of Transportation (hereinafter called the "Department") for the Projects; and WHEREAS, Resolution No. 27-17 from the City agrees to contribute $3,358,600 for the Projects and to accept ownership and responsibility of the portions of Highway 112 between Highway 16 and Interstate 49 upon completion of the improvements; and WHEREAS, Arkansas State Highway Commission Minute Order 2017-012 has authorized the Director to enter into the necessary partnering agreements with the City for the Projects; and WHEREAS, it is understood that the City and the Department will adhere to the General Requirements for Recipients and Sub -Recipients Concerning Disadvantaged Business Enterprises (DBEs) (Attachment A) and that, as part of these requirements, the Department may set goals for DBE participation in the Project, ranging from 0% to 100%, that are practical and related to the potential availability of DBEs in desired areas of expertise. IT IS HEREBY AGREED that the City and the Department will accept the additional responsibilities and assigned duties as described hereinafter. THE CITY WILL: 1. Be responsible for the following in relation to Job 040582, Razorback Rd. -Garland Ave. (Hwy. 112) (Fayetteville) (S) and overlays on Highway 112 from Maple Street to North Street and from Leroy Pond Drive to the beginning of Job 040582: a. Be responsible for $3,358,600 in project costs as shown in Attachment B for Job 040582. b. Be responsible for any increases in construction, right of way, or utility costs resulting from changes in project scope proposed by the City. c. Be responsible for any desired revisions to the current design of Job 040582, along with associated engineering costs. d. Be responsible for any costs resulting from inclusion of desired revisions in project scope outside the Department's typical overlay design for the Highway 112 overlays. e. Prepare plans, specifications, and a cost estimate for construction. A registered professional engineer must sign the plans and specifications for the Project. (See Attachment C for items to be included in the bid proposal.) f. Understand that expenditures for work performed by the City's forces (including preliminary and construction engineering, environmental documentation, and right of way acquisition services) are not eligible for reimbursement with federal funds. g. Ensure that the plans and specifications comply with the Americans with Disabilities Act (ADA), the American Association of State Highway and Transportation Officials (AASHTO) design standards, and all other applicable state and federal regulations, including airport clearance when necessary, for the type of work involved. h. Submit final plans for Department review. i. Submit a certification letter (Attachment D), including all items noted, to the Department when requesting authority to advertise the Projects for construction bids. j. Advertise for bids in accordance with federal procedures as shown in Attachment E. NOTE: FHWA authorization and Department approval must be given prior to advertising for construction bids. k. Forward a copy of all addenda issued for the Project during the advertisement to the Department. 1. After bids are opened and reviewed, submit a Certification Letter Requesting Concurrence in Award (Attachment F), including all items noted, to the Department. in. Prior to issuing the notice to proceed to the Contractor, hold a pre -construction meeting with the Contractor and invite the Department's Resident Engineer assigned to the Project. n. Make payments to the contractor for work accomplished in accordance with the plans and specifications. Then request reimbursement from the Department for costs exceeding $2,359,118 on the Construction Certification and Reimbursement Request (CCRR) form (Attachment G). Reimbursement requests should be submitted, at minimum, every three (3) months and not more than once per month. o. Provide construction engineering and inspection services, including associated costs, for the Project. p. Attach LPA Report of Daily Work Performed (Attachment H) for all days that correspond with each CCRR submittal. q. Prior to executing the work, submit construction contract change orders to the Department's Resident Engineer in charge of reimbursements for review and approval. r. Be responsible for any increased costs resulting from desired revisions in project scope, whether during the design phase or during construction as a change order. s. Upon completion of the Project, hold a final acceptance meeting for the Project and submit the LPA Final Acceptance Report form certifying that the Project was accomplished in accordance with the plans and specifications (Attachment I). This form must be signed by the engineer performing construction inspection on the Project, the Department's Resident Engineer assigned to the project, the City's full- time employee in responsible charge, and the City's Mayor. t. Upon completion of these improvements to Highway 112, accept ownership and responsibility of the portion of Highway 112, Section 0 between Highway 16 (W. 15th Street) and Highway 112 Spur (Wedington Drive). -2- 2. Be responsible for the following in relation to projects scheduled to widen Highway 112 between Poplar Street and Interstate 49: a. Be responsible for hiring a consultant engineering firm(s) in accordance with the Local Agency Consultant Selection Procedures (Attachment K) to provide engineering services which include environmental documentation, preliminary engineering, and construction engineering for the Project. NOTE: FHWA authorization and Department approval must be given prior to issuing a work order to the consultant for federal funds to be allowed in this phase. b. Prepare plans, specifications, and a cost estimate for construction. A registered professional engineer must sign the plans and specifications for the Project. (See Attachment C for items to be included in the bid proposal.) c. Understand that expenditures for work performed by the City's forces (including preliminary and construction engineering, environmental documentation, and right of way acquisition services) are not eligible for reimbursement with federal funds. d. Make periodic payments to the consultant for preliminary engineering for the Project and request reimbursement from the Department. Reimbursement requests should be submitted, at minimum, every three (3) months and not more than once per month. e. Prepare the necessary environmental documentation as required by FHWA and conduct any required public involvement meetings and public hearings. f. Ensure that the plans and specifications comply with the Americans with Disabilities Act (ADA), the American Association of State Highway and Transportation Officials (AASHTO) design standards, and all other applicable state and federal regulations, including airport clearance when necessary, for the type of work involved. g. Before acquiring property or relocating utilities, contact the Department's Right of Way Division to obtain the procedures for acquiring right-of-way and adjusting utilities in compliance with federal regulations. NOTE: Failure to notify the Department prior to initiating these phases of work may result in all project expenditures being declared non -participating in federal funds. h. Acquire property in accordance with the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, as amended (commonly referred to as the "Uniform Act"), and request reimbursement from the Department i. Ensure the preparation of utility adjustment and right-of-way plans are in accordance with Arkansas State Highway Commission Policy. j. Provide a copy of the registered deed or other approved documentation and an appropriate certification stating the City's clear and unencumbered title to any right- of-way to be used for the Project (See Attachment L). NOTE: Any property that is to become Department right-of-way must be acquired in the Highway Commission's name. k. Submit plans at 10%, 30%, 60%, and 90% completion stages for Department review. 1. Submit a certification letter (Attachment D), including all items noted, to the Department when requesting authority to advertise the Project for construction bids. in. Advertise for bids in accordance with federal procedures as shown in Attachment E. NOTE: FHWA authorization and Department approval must be given prior to advertising for construction bids. -3- n. Forward a copy of all addenda issued for the Project during the advertisement to the Department. o. After bids are opened and reviewed, submit a Certification Letter Requesting Concurrence in Award (Attachment F), including all items noted, to the Department. p. Prior to issuing the notice to proceed to the Contractor, hold a pre -construction meeting with the Contractor and invite the Department's Resident Engineer assigned to the Project. q. Make periodic payments to the consultant for construction engineering for the Project and request reimbursement from the Department. Reimbursement requests should be submitted, at minimum, every three (3) months and not more than once per month. r. Make payments to the contractor for work accomplished in accordance with the plans and specifications and approved by the Department. Then request reimbursement from the Department on the Construction Certification and Reimbursement Request (CCRR) form (Attachment G). Reimbursement requests should be submitted, at minimum, every three (3) months and not more than once per month. s. Attach LPA Report of Daily Work Performed (Attachment H) for all days that correspond with each CCRR submittal. t. Prior to executing the work, submit construction contract change orders to the Department's Resident Engineer in charge of reimbursements for review and approval. u. Be responsible for any increased costs resulting from desired revisions in project scope that exceed typical highway design criteria, whether during the design phase or during construction as a change order. v. Upon completion of the Project, hold a final acceptance meeting for the Project and submit the LPA Final Acceptance Report form certifying that the Project was accomplished in accordance with the plans and specifications (Attachment I). This form must be signed by the engineer performing construction inspection on the Project, the Department's Resident Engineer assigned to the project, the City's full- time employee in responsible charge, and the City's Mayor. w. Upon completion of these improvements to Highway 112, accept ownership and responsibility of the portion of Highway 112, Section 1 between Highway 112 Spur (Wedington Drive) and the northbound ramps of Interstate 49. 3. Notify the Department in writing who the City designates as its full-time employee to be in responsible charge of the day to day oversight of the Projects (Attachment M). The duties and functions of this person are to: • Oversee project activities, including those dealing with cost, time, adherence to contract requirements, construction quality and scope of Federal -aid projects; • Maintain familiarity of day to day project operations, including project safety issues; • Make or participate in decisions about changed conditions or scope changes that require change orders and/or supplemental agreements; • During construction, visit and review the project on a daily basis; • Review financial processes, transactions and documentation to ensure that safeguards are in place to minimize fraud, waste, and abuse; • Direct project staff, City or consultant, to carry out project administration and contract oversight, including proper documentation; • Be aware of the qualifications, assignments and on-the-job performance of the City and consultant staff at all stages of the project. 4. Maintain accounting records to adequately support reimbursement with Federal -aid funds and be responsible for the inspection, measurement and documentation of pay items, and certification of all work in accordance with the plans and specifications for the Projects and for monitoring the Contractor and subcontractor(s) for compliance with the provisions of FHWA-1273, Required Contract Provisions, Federal -aid Construction Contracts, and Supplements. 5. Pay all unpaid claims for all materials, labor, and supplies entered into contingent or incidental to the construction of said work or used in the course of said work including but not limited to materials, labor, and supplies described in and provided for in Act Nos. 65 and 368 of 1929, Act No. 82 of 1935, and Acts amendatory thereof 6. Assure that its policies and practices with regard to its employees, any part of whose compensation is reimbursed from federal funds, will be without regard to race, color, religion, sex, national origin, age, or disability in compliance with the Civil Rights Act of 1964, the Age Discrimination in Employment Act of 1967, The Americans with Disabilities Act of 1990, as amended, and Title 49 of the Code of Federal Regulations Part 21 (49 CFR 21), Nondiscrimination in Federally -Assisted Programs of the Department of Transportation. 7. Retain all records relating to inspection and certification, the Contractor's billing statements, and any other files necessary to document the performance and completion of the work in accordance with requirements of 49 CFR 18.42 - Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments (Attachment N). 8. Grant the right of access to the City's records pertinent to the Projects and the right to audit by the Department and Federal Highway Administration officials. 9. Be responsible for 100% of all project costs incurred should the Project not be completed as specified. 10. Sign and transmit to the Department the Certification for Grants, Loans, and Cooperative Agreements (Attachment O), which is necessary for Project participation. 11. Repay to the Department the federal share of the cost of any portion of the Projects if, for any reason, federal participation is removed due to actions or inactions of the City, its agents, its employees, or its assigns or the City's consultants or contractors or their agents. Such actions or inactions shall include, but are not limited to, federal non -participation arising from problems with design plans, specifications, construction, change orders, construction inspection, or contractor payment procedures. The City understands and agrees that the Department may cause necessary funds to be withheld from the City 's Motor Fuel Tax allotment should the City fail to pay to the Department any required funds, fail to complete the Project as specified, or fail to adequately maintain or operate the Projects. 12. Be responsible for all costs not provided by the Federal Highway Administration or the Department. 13. Repay to the Department the federal share of the cost of this project if for any reason the Federal Highway Administration removes federal participation. -5- 14. Retain total, direct control over the Projects throughout the life of all project improvements outside of the Department's right-of-way and not, without prior approval from the Department: • sell, transfer, or otherwise abandon any portion of the Projects; • change the intended use of the Projects; • make significant alterations to any improvements constructed with Federal -aid funds; or • cease maintenance or operation of a project due to the Project's obsolescence. 15. Be responsible for satisfactory maintenance and operation of all improvements and for adopting regulations and ordinances as necessary to ensure this. Failure to adequately maintain and operate the Projects in accordance with Federal -aid requirements may result in the City's repayment of federal funds and may result in withholding all future Federal -aid. 16. Submit to the Department a Single Audit in accordance with the Office of Management and Budget (OMB) Circular A-133 each fiscal year that the City expends more than $500,000 of Federal -aid from any federal source including, but not limited to, the U.S. Department of Transportation. The fiscal year used for the reporting is based on the City's fiscal year. The $500,000 threshold is subject to change after OMB periodic reviews. 17. Complete and transmit to the Department both pages of the Federal Funding Accountability and Transparency Act (FFATA) Reporting Requirements (Attachment P). 18. Agree to promptly refund to the Department in full any and all revenue paid by the Department based upon claims adjudicated by the Arkansas Claims Commission or other legal forum sustained on account of the operations or actions of the City, including any act of omission, neglect or misconduct of the City. This obligation survives the termination or expiration of this Agreement. THE DEPARTMENT WILL: Be responsible for the following in relation to Job 040582, Razorback Rd. -Garland Ave. (Hwy. 112) (Fayetteville) (S) and overlays on Highway 112 from Maple Street to North Street and from Leroy Pond Drive to the beginning of Job 040582: a. Be responsible for all funding beyond the City's share of Job 040582, except for any increases in cost resulting from changes in project scope proposed by the City. b. Provide the funding necessary to overlay the segments of Highway 112. Costs will be limited to those associated with the Department's typical overlay design. c. Maintain an administrative file for the project and be responsible for administering Federal -aid funds. d. Provide environmental clearance for Highway 112 overlays. e. Review final plans and specifications submitted by the City. f. Ensure substantial compliance with federal contracting requirements through review of the bidding proposal for inclusion of required federal forms, review of the administration of the DBE program provisions, and general compliance with 23 CFR 635. g. Advise the City when to proceed with advertisement of the Project for construction bids. h. Review and concur in award of the construction contract for the Project. M Ensure that the City and the City's consultant provide adequate supervision and inspection of the Project by performing periodic inspections with the City's representatives and their consultant to verify that the work being performed by the City's contractor, and documented and certified by the City, meets the requirements of the Project plans, specifications, and all applicable FHWA and Department procedures. The Department intends to perform these inspections, at a minimum, when the construction work is approximately 10% and 50% completed. The Department will also participate in the final inspection of the Project. j. Review and approve any necessary change orders for project/program eligibility. k. Be responsible for increases in project costs due to change orders for normal bid item adjustments. 1. Reimburse the City 100% for eligible construction costs approved in the CCRR form (Attachment I). This reimbursement will be limited to the funding available at the time payment is requested. If the payment requested exceeds the funding available at the time, the difference will be reimbursed as additional funds for the Project become available. in. Subject to the availability of funding allocated for the Project, pay the City the remaining amount due upon completion of the Project and submittal of the certified LPA Final Acceptance Report form (Attachment K). n. Upon completion of these improvements to Highway 112, remove the portion of Highway 112, Section 0 between Highway 16 (W. 15th Street) and Highway 112 Spur (Wedington Drive) from the State Highway System and transfer ownership and responsibility to the City. 2. Be responsible for the following in relation to projects scheduled to widen Highway 112 between Poplar Street and Interstate 49: a. Provide the City the amount of funding necessary for all phases of work to develop and construct the typical design section for an urban state highway, as shown on Attachment J, for this portion of Highway 112. b. Evaluate the proposed typical design section versus the typical design section for an urban state highway, as shown on Attachment J, and determine how any changes will affect the estimated cost. City -requested changes to the typical design section that are determined to be budget -neutral will not require additional funding from the City. c. Maintain an administrative file for the project and be responsible for administering Federal -aid funds. d. Coordinate with the City to procure required professional services such as design consultants, construction engineering and inspection consultants, and right of way consultants. e. Review environmental documentation as prepared by the City. f. Review plans and specifications submitted by the City. g. Reimburse the City 100% for eligible professional services, procured using Department -approved procedures, upon review and approval of reimbursement requests. -7- h. Notify the City when right-of-way and/or utility plans are approved and the City may proceed with right-of-way acquisition and/or utility adjustments. i. Ensure substantial compliance with federal contracting requirements through review of the bidding proposal for inclusion of required federal forms, review of the administration of the DBE program provisions, and general compliance with 23 CFR 635. j. Advise the City when to proceed with advertisement of the Project for construction bids. k. Review and concur in award of the construction contract for the Project. 1. Ensure that the City and the City's consultant provide adequate supervision and inspection of the Project by performing periodic inspections with the City's representatives and their consultant to verify that the work being performed by the City's contractor, and documented and certified by the City, meets the requirements of the Project plans, specifications, and all applicable FHWA and Department procedures. The Department intends to perform these inspections, at a minimum, when the construction work is approximately 10% and 50% completed. The Department will also participate in the final inspection of the Project. in. Review and approve any necessary change orders for project/program eligibility. n. Be responsible for increases in project costs due to change orders for normal bid item adjustments. o. Reimburse the City 100% for eligible construction costs approved in the CCRR form (Attachment G). This reimbursement will be limited to the funding available at the time payment is requested. If the payment requested exceeds the funding available at the time, the difference will be reimbursed as additional funds for the Project become available. p. Subject to the availability of funding allocated for the Project, pay the City the remaining amount due upon completion of the Project and submittal of the certified LPA Final Acceptance Report form (Attachment I). q. Upon completion of these improvements to Highway 112, remove the portion of Highway 112, Section 1 between Highway 112 Spur (Wedington Drive) and Interstate 49 from the State Highway System and transfer ownership and responsibility to the City. -8- IT IS FURTHER AGREED that should the City fail to fulfill its responsibilities and assigned duties as related in this Agreement, such failure may disqualify the City from receiving future Federal -aid highway funds. IT IS FURTHER AGREED, that should the City fail to pay to the Department any required funds due for project implementation or fail to complete the Project as specified in this Agreement, or fail to adequately maintain or operate the Project, the Department may cause such funds as may be required to be withheld from the City's Motor Fuel Tax allotment. IN TI'NESS WHEREOF, the parties thereto have executed this Agreement this I Q44,\ day of 2017. ARKANSAS DEPARTMENT OF TRANSPORTATION Ldi ��* r"i Scott E. Bennett, P.E. ,V Director OKFAYETTEVILLE ARKANSAS DEPARTMENT OF TRANSPORTATION NOTICE OF NONDISCRIMINATION The Arkansas Department of Transportation (Department) complies with all civil rights provisions of federal statutes and related authorities that prohibit discrimination in programs and activities receiving federal financial assistance. Therefore, the Department does not discriminate on the basis of race, sex, color, age, national origin, religion (not applicable as a protected group under the Federal Motor Carrier Safety Administration Title VI Program), disability, Limited English Proficiency (LEP), or low-income status in the admission, access to and treatment in the Department's programs and activities, as well as the Department's hiring or employment practices. Complaints of alleged discrimination and inquiries regarding the Department's nondiscrimination policies may be directed to Joanna P. McFadden Section Head - EEO/DBE (ADA/504/Title VI Coordinator), P. O. Box 2261, Little Rock, AR 72203, (501) 569-2298, (Voice/TTY 711), or the following email address: jt*slllt:+.n.. - lddct>rt3ntdut.unV Free language assistance for Limited English Proficient individuals is available upon request. This notice is available from the ADA/504/Title VI Coordinator in large print, on audiotape acid in Braille. "I Attachment A GENERAL REQUIREMENTS FOR RECIPIENTS AND SUB -RECIPIENTS CONCERNING DISADVANTAGED BUSINESS ENTERPRISES It is the policy of the U. S. Department of Transportation that disadvantaged business enterprises (DBEs) as defined in 49 CFR Part 26 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds under this Agreement. Consequently, the DBE requirements of 49 CFR Part 26 apply to this Agreement. The recipient or its contractor agrees to ensure that DBEs as defined in 49 CFR Part 26 have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with Federal funds provided under this Agreement. In this regard all recipients or contractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 26 to ensure that DBEs have the maximum opportunity to compete for and perform contracts. Recipients and their contractors shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of DOT -assisted contracts. If as a condition of assistance the recipient has submitted and the Department has approved a disadvantaged business enterprise affirmative action program, which the recipient agrees to carry out, this program is incorporated into this financial assistance agreement by reference. This program shall be treated as a legal obligation and failure to carry out its terms shall be treated as a violation of this financial assistance agreement. Upon notification to the recipient of its failure to carry out the approved program, the Department shall impose such sanctions as noted in 49 CFR Part 26, Subpart F, which sanctions may include termination of the Agreement or other measures that may affect the ability of the recipient to obtain future DOT financial assistance. The recipient shall advise each sub -recipient, contractor or subcontractor that failure to carry out the requirements set forth in 49 CFR Part 26, Subsections 26.101 and 26.107 shall substitute a breach of contract and after the notification of the Department, may result in termination of the agreement or contract by the recipient or such remedy as the recipient deems appropriate. (NOTE: Where appropriate, the term "recipient" may be modified to mean "sub -recipient", and the term "contractor" modified to include "subcontractor".) Project Information Job Number Description miles Phase Total Cost Maple Street - North Street 047 Const +CENG 247,500 040582 Razorback Road - Garland Avenue 0.37 Utilities 640,882 Construction 4,250,000 CENG (10%) 425,000 Sub -Total 5,315,882 Leroy Pond Drive - North 0.54 Const+CENG 192,500 City Funds UP -A Match Total 512,706 128,176 640,882 1,887,294 471.824 2,359,118 358,600 358,600 2,400,000 958,600 3,358,600 rr rrr 958,600 3,358,600 ESTIMATED ADDITIONAL STATE FUNDS Additional Federal and State funding made available for improvements if the City agrees to assume ownership and maintenance of Hwy. 112. This amount will either be increased or decreased based on the lowest responsive bid received that is awarded to contract. This amount does not represent a minimum or maximum of funding made available for the project. Federal Match Total 198,000 49,500 247,500 1,512,706 378,177 1,890,883 53,120 13,280 66,400 1,565,826 391,457 1,957,283 154,000 38,500 192,500 Note: Job 040582's construction cost estimate is based on the current design. City funds are capped at $3,358,600 in STP-A and matching funds. AHTD is committed to providing the full amount of gap funding necessary fo Job 040582, contingent upon receiving a responsive bid that is within an acceptable range of the engineers estimate. The City of Fayetteville will revise the current design to incorporate some desired changes. Funding for any increases in scope will be the responsiblity of the City and will be added to the $3,358,600 cap amount. Once the project is let to contract, an increase in cost due to added scope will be the responsibility of the City. An increase in cost due to normal change in conditions will be the responsibility of the Department. AHTD is committed to providing funds for the overlay projects using our basic design standards. Funding for any increases in scope will be the responsiblity of the City and be added to the $3,358,600 cap amount. 11CSD11StatRptlP&C-DIV�_LFPA1ProgramslPaaneringl_Fayetteville_040582_Hwy112lmpvts&RouteDroplAttachmentslB-Fayetteville_040582_Hwy.112 Fayetteville Funding Breakdown.xlsx Attachment B Attachment C REQUIRED CONTENTS OF BIDDING PROPOSALS FEDERAL -AID SURFACE TRANSPORTATION PROGRAM PROJECTS 1) FHWA-1273 Each set of contract documents shall include FHWA-1273, "Required Contract Provisions, Federal -aid Construction Contracts," and such supplements that may modify the FHWA-1273. Copies of FHWA-1273 and supplements will be provided by the Department. 2) Anti -Collusion and Debarment Certification The certification shall either be in the form of an affidavit executed and sworn to by the bidder before a person who is authorized by the laws of the State to administer oaths or in the form of an unsworn declaration executed under penalty of perjury of the law of the United States. The required form for the Anti -Collusion and Debarment Certification will be provided by the Department. The certification includes: • Anti -collusion - A statement executed by, or on behalf of the person, firm, association, or corporation submitting the bid certifying that such person, firm, association, or corporation has not, either directly or in -directly, entered into any agreement, participated in any collusion, or otherwise taken any action, in restraint of free competitive bidding in connection with the submitted bid. • Debarment - A statement regarding debarment, suspension, ineligibility and voluntary exclusion as required by Title 49 of the Code of Federal Regulations, Part 29 (49 CFR 29). Failure to submit the executed Certification as part of the bidding documents will make the bid nonresponsive and not eligible for award consideration. 3) Lobbying Certification This certification is required by 49 CFR 20. The form for this certification will be provided by the Department. 4) Davis -Bacon Pre -determined Minimum Wage Rates Davis -Bacon requirements apply to all projects greater than $2,000 that are physically located within the existing right-of-way of a functionally classified city street. The Davis -Bacon wage rates will be provided by the Department. Attachment D CERTIFICATION LETTER REQUESTING AUTHORITY TO ADVERTISE FOR BIDS DATE Mr. Emanuel Banks Deputy Director and Chief Engineer Arkansas Department of Transportation P. O. Box 2261 Little Rock, AR 72203 Dear Mr. Banks: Re: Job # Job Name County The following documents are submitted concerning the referenced project: 1. One reproducible set of plans and specifications. 2. A copy of the engineer's estimate of cost. 3. Copies of any technical specifications or special provisions. I certify that the plans, specifications and estimate were prepared by or under the direct supervision of a Professional Engineer licensed to practice in the State of Arkansas and that the plans and specifications comply with the Americans with Disabilities Act (ADA), the American Association of State Highway and Transportation Officials (AASHTO) design standards, and all other applicable state and federal regulations, including airport clearance when necessary, for the type of work involved. I understand that if any project items are declared non -participating in federal funds due to failure to comply with any State or federal requirements, the City will promptly repay such funds to the Arkansas Department of Transportation (ArDOT). Further, I hereby authorize the Director of the Arkansas State Department of Finance and Administration to transfer such funds from the City's gasoline tax allotment to the ArDOT's RRA Fund upon notification by the Director that such funds are due ArDOT and have not been paid by the City. Approval to proceed with advertisement of the project for bids is requested. Sincerely, NAME & OFFICE (City's CEO) Enclosures Attachment E GUIDELINES FOR ADVERTISING AND OPENING BIDS FEDERAL -AID PROJECTS Upon receipt of written authorization from the Arkansas Department of Transportation, the project may be advertised for bids. The following minimum guidelines for advertising must be met: ■ The minimum advertising period is three weeks. • In addition to meeting the State requirements for advertising for construction projects, the project must be advertised a minimum of two times in a statewide newspaper. • The notice must contain: (1) the time, date, and place that sealed bids are to be accepted, opened, and publicly read; (2) a brief description of the kind or type of work contemplated; and (3) the place at which prospective bidders may obtain plans and specifications. • The City will include the following language in the solicitation for bids: "The City hereby notifies all bidders that this contract is subject to applicable labor laws, non-discrimination provisions, wage rate laws and other federal laws including the Fair Labor Standards Acts of 1938. The Work Hours Act of 1962 and Title VI of the Civil Rights Act of 1964 also apply." • All bids received in accordance with the terms of the advertisement shall be publicly opened and at a minimum, the total amount bid must be read (the City may choose to read the bids item by item). • If any bid received is not read aloud, the name of the bidder and the reason for not reading the bid aloud shall be publicly announced at the letting. • In accordance with 23 CFR 635.110, any procedures and requirements for qualifying and licensing contractors must be approved by the Federal Highway Administration. • Negotiation with contractors during the period following the opening of bids and before the award of the contract is not permitted. Attachment F CERTIFICATION LETTER REQUESTING CONCURRENCE IN AWARD OF THE CONTRACT DATE Mr. Emanuel Banks Deputy Director and Chief Engineer Arkansas Department of Transportation P. O. Box 2261 Little Rock, AR 72203 Dear Mr. Banks: Re: Job # Job Nance County The following documents are submitted concerning the referenced project: 1. One set of bid tabulations. 2. Justification of award (if low bid amount is greater than 10% over the estimate). 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 Attorney. Additionally, I certify that the bid is being awarded to the lowest responsive and qualified bidder and that there has not been, nor will there be, any negotiations with the contractor or other bidders regarding the amount bid. Your concurrence in the award of this contract to CONTRACTOR is requested. Sincerely, Mayor City Attorney Enclosures CONSTRUCTION CERTIFICATION AND REIMBURSEMENT REQUEST Job No: FAP: County: Job Name.: 1 Original Contract Amount 2 Net Changes by Change Orders 3 Present Contract Total 4 Work Completed to Date 5 Previous Reimbursements 6 Amount Due this Estimate (subtract Line 5 from Line 4) Payee/City: address Federal Tax ID No.: ORDERGE Total changes previously approved ADDITIONS DEDUCTIONS Total approved this Request Period TOTALS NET CHANGES by Change Order (Lille 2 above; By Title By: Title: Revised: 7/25/17 PAGE 1 OF 2 PAGES DATE: PAY REQUEST# FROM: TO: The information provided in this document is true and correct and I recommend that payment be made to the Contractor for this work Date Payment is requested from the Arkansas Department of Transportation for the Amount Due I certify that the Contractor and/or subcontractor(s) are complying with the provisions of FHWA-1273, Required Contract Provisions, Federal -aid Construction Contracts, and Supplements; that the work has been completed by the Contractor in accordance with the plans and specifications; and that the Contractor has been paid for this work Date: DEPARTMENT USE ONLY Recommended for Payment in PAID Accordance with Project Agreement Approved for Payment Resident Engineer J Voucher No State Construction State Construction Engineer Date: CONSTRUCTION CERTIFICATION AND REIMBURSEMENT REQUEST 3 NUMBER' FAP JOB NAME: CITY: REQUEST NO: FROM: CONTRACTOR: Revised: 3/13/17 PAGE 2 OF 2 PAGES DATE: TO: A B C D I E F G H I ITEM NO. DESCRIPTION OF WORK SCHEDULED VALUE WORK COMPLETED MATERIALS PRESENTLY STOCKPILED (NOT IN D or E) TOTAL COMPLETED & STOCKPILED TO DATE (D+E+F) % COMPLETED (G = C) BALANCE TO FINISH (C - G) PREVIOUS REQUESTS THIS PERIOD GRAND TOTALS Attachment G COPY OF CITY°S PAYMENT CHECK FOR THIS ESTIMATE MUST BE ATTACHED TO THIS FORM Attachment H CITY LPA Report of Daily Work Performed Job Name Job No.. FAP No.: Contractor: Date: Hours Worked. - Report No.: Site Conditions Useable Partly Useable Not Useable Min Temp. (F) Max Temp. (F) Comments Project Conditions Weather Sunny Partly Cloudy Rain Rainfall Amt. (in.) Number of Contractor's Personnel Laborers Carpenters Concrete Laborers Equip. Operators Electricians Plumbers Foreman Other Other Location and Description of Work Performed Special Instructions and/or Conversations Signed: Designated Full-time Employee Attachment I CITY LPA Final Acceptance Report Job Name: Date: Job No: FAP No: County: Route: Contractor: Date Work Began: Date Work Completed: Attendees: Remarks: Project Completed in Substantial Recommended for Acceptance in Compliance with Plans and Specifications Accordance with Project Agreement and Recommended for Final Acceptance by City Engineer ArDOT Resident Engineer Project Itecom_mended for Acceptance Designated Full-time Employee: I certify that the Contractor and/or subcontractor(s) have complied with the provisions of FHWA-1273, Required Contract Provisions, Federal -aid Construction Contracts, and Supplements; that the project has been completed by the Contractor in accordance with the plans and specifications; that the Contractor has been paid for this work, and the project is hereby accepted. CITY's CEO 6 �M m � xxxxxx x 11P" s[C 06 OF AMMENT i a N'•. N'•O" LANE L2'-�O• TLfRN LAPS N'•0- LANE 41'•0- LANE �? C 14" U.T.1 SOD A I 500 14" 1).1.1 0.02v x' o.az r 0.0r� xx C.C.C.& 0, C.C.C..d. G. [TYPE A111'•6"I .02'I' O,pg•/' STYPE AHI'-["I HWY.XXX-FULL DEPTH C.C.C. & G. LT. & RT. TYPICAL SECTIONS OF IMPROVEMENT Attachment J Attachment K LOCAL AGENCY CONSULTANT SELECTION PROCEDURES Section I — Application These procedures apply to federally funded contracts for engineering and design services for projects. The federal laws and regulations that govern the procurement of engineering and design related services with Federal -aid highway funds are: • 23 U.S.C. 112 "Letting of contracts". • 23 CFR 172 "Administration of Engineering and Design Related Service Contracts", • 49 CFR 18 "Uniform Administration Requirements for Grants and Cooperative Agreements to State and Local Governments" or more commonly known as the "Common Rule", 40 U.S.C. Chapter 10 Subchapter VI, paragraphs 541-544 or commonly called the "Brooks Act". In accordance with the above federal laws and regulations, the Arkansas Department of Transportation (ArDOT) has approved these procedures for use by the Local Agency for the "competitive negotiation" method of procurement as defined in 23 CFR 172.5, Methods of Procurement. The Local Agency will use these procedures for Federal -aid contracts and may elect to use them for non -Federal -aid contracts. These procedures do not apply to design -build Contracts. Section II — Advertisement for Letters of Interest (LOIs). The Local Agency may employ a consultant engineering firm when a need exists for engineering services and it is in the Local Agency's best interest to employ an engineer or engineering firm. As a minimum, the Local Agency will advertise in a statewide newspaper, the ArDOT's website and the Local Agency's website (if available), advising that consultant engineering services are being sought. In addition, the Local Agency may advertise in appropriate national trade magazines or websites for specialized services. Interested firms must furnish a Letter of Interest with primary contact information and Architect - Engineer Qualifications Standard Form 330 Parts I and II. The advertisement will be for either a specific single project, a group of projects, or for an indefinite delivery of projects to be determined at a later date with specific task orders issued for each project. Attachment K When the Local Agency advertises a specific project, the advertisement will describe the work in general terms so that firms may evaluate their interest in performing the desired services. When the Local Agency advertises a group of projects, a general description of work will be furnished. Firms will be asked to specify the projects they are interested in performing. When the Local Agency decides to proceed with a certain project, those firms having expressed interest in that project will be considered for selection. When the Local Agency advertises for an indefinite delivery of projects with later specified task orders, the advertisement will include a general description of work for the project tasks. Section III — Selection Committee. The Local Agency will designate a Selection Committee (Committee) to evaluate and analyze the LOIs and Proposals. Section IV — Evaluation of LOIs. The Committee will evaluate each consultant firm based on the following No. Evaluation Factors for LOls Maximum Points Possible Professional staff including the education, experience, 1 number of personnel available, and any partnerships 10 with sub -consultants General and professional reputation, including 2 responsiveness to civil rights and equal employment 10 opportunity requirements and opportunities 3 Past work performance 10 4 Experience with projects of a similar nature as those 10 advertised Total Points for LOI 1 40 Following their review, the selection committee will prepare a short list of engineering firms and recommend to the Local Agency that these firms submit detailed proposals for further evaluation. Section V — Request for Proposal (RFP). The Local Agency will prepare a scope of work statement and request proposals from the engineering firms on the short list. For projects with FHWA oversight, the Local Agency will forward the scope of work statement to ArDOT to forward to FHWA for review and approval before soliciting RFPs. A Local Agency's scope of work will typically include the following: 2 Attachment K 1. A detailed description of the work 2. Services that will be furnished by the Local Agency 3. Services expected of the consultant 4. Project conditions of the work 5. Special conditions of the work 6. Assurance of participation of Disadvantaged Business Enterprises (DBE) in Federal -aid projects. The Local Agency may establish a DBE goal of a certain percentage of the work for DBE's to assure DBE's participation in Federal -aid projects. When a DBE goal is specified, the Local Agency will ensure that a certified DBE(s) performs the identified engineering work and that the payments to the DBE(s) verify that the goal was reached. The establishment of a DBE goal does not preclude a DBE from being the prime consultant for the project. The short-listed firms should submit proposals that contain the following- 1 . A cover letter with primary contact information 2. A detailed work plan that identifies the major tasks of work 3. A list of major concerns associated with completing the work 4. A detailed work schedule for specific projects as requested 5. A manpower estimate for specific projects as requested 6. Updated Standard Form 330 Parts I and II if necessary The Committee will review the proposals with particular attention to the following evaluation factors and the consideration of Section IV. The evaluation factors and their relative importance will be listed in the RFP if any of the factors are different from the list below. No. Evaluation Factors for Proposals Maximum Points Possible 1 Obvious indication that the scope of work is clearly 10 understood 2 Co m rehensive, coherent, and detailed work plan 10 3 1 Realistic work schedule when applicable 10 4 Proposed working office location, need for a local 5 office, and any local representative* 5 Identification of sub -consultants and responsiveness to 5 DBE goals and opportunities 6 Total Points for_LOI 40 80 Total Points for Proposals *Locality preference may be used on a project by project basis where it is not based on political boundaries. Based on these various items, the Committee will rank the firms in order of preference and submit the list to the Local Agency who will either: 1. Select one firm to enter negotiations with; 3 Attachment K 2. Select multiple firms for an indefinite delivery contract; or 3. Select two or more firms to interview (a firm may present additional information concerning their proposal at the interview). After the interviews, the Committee will re-evaluate the firms based on the interview and the same evaluation factors as noted previously. The ranked list will be submitted to the Local Agency for review and final selection. The contract file will contain records of the rankings and supporting data; however, the rankings will not be public information. Copies of the LOI advertisement, the rankings, and supporting data shall be submitted to ArDOT for the contract file. Section VI — Negotiation and Contract Preparation. Once a firm is selected for negotiation for a specific job or a group of projects, it will prepare a draft contract including a cost estimate for the project. The other firms on the short list will be advised of the firm selected, subject to successful negotiations. More than one firm may be selected for an indefinite delivery contract. The contract will establish a maximum cost for the contract as well as an expiration date. As individual task orders are issued, individual task order cost estimates will be negotiated. The selected firm will prepare a draft contract based on a sample contract furnished by the ArDOT. In accordance with the principles of 23 CFR 172, the draft contract must include an overhead rate that is approved by the ArDOT. The overhead rate shall be verified by an audit by a certified public accountant on behalf of the consultant if the contract exceeds $250,000. If the contract is less than $250,000, the overhead rate shall also be verified by an audit by a certified public accountant on behalf of the consultant if at least one of the following conditions applies- 1 . when there is insufficient knowledge of the consultant's accounting system; 2. when there is previous unfavorable experience regarding the reliability of the consultant's accounting system; or 3. when the contract involves procurement of new equipment or supplies for which cost experience is lacking. Pursuant to this requirement, the ArDOT will notify the Local Agency if an audit by a certified public accountant for the selected firm is necessary. The certified audit needs to be provided by the selected firm prior to the submission of the final draft contract. The Local Agency will review the draft contract proposal and either approve it as submitted or enter into negotiations with the selected firm to establish a contract and contract amount that the Local Agency deems is fair and reasonable. If a satisfactory contract cannot be negotiated with the selected firm, negotiations will be formally terminated. The Local Agency will then enter into negotiations with the second ranked firm. If negotiations with that firm fail, the Local Agency will formally terminate those rd Attachment K negotiations and begin to negotiate with the third ranked firm, and so on. If the Local Agency cannot negotiate a satisfactory contract with any of the firms on the short list, the Local Agency shall either. 1. Request proposals from additional firms who have submitted LOls and are considered competent and qualified; evaluate and rank the firms based on the criteria described in Section V; and continue the negotiation process, or 2. Terminate all negotiations and begin the selection process again. When the Local Agency and the consultant agree on a negotiated contract, the consultant will prepare a final draft and submit it to the Local Agency and ArDOT for review. After review and a determination that it is acceptable, the consultant will sign the contract. The Local Agency will then execute the contract. The contract will subsequently be submitted to ArDOT for final review and approval. When approved, copies of the signed contract will be distributed within the Local Agency and to the consultant. For projects with FHWA oversight and for indefinite delivery contracts utilizing federal funds, the ArDOT will forward the initial and final drafts of the contract to FHWA for review and comment. The FHWA approves the final executed contract by stamp and signature and retains a copy. After the Local Agency executes an indefinite delivery contract, it will assign specific projects by task order for the duration of the contract period. The consultant will prepare each task order based on the scope of work furnished by the Local Agency. The task order will include a manpower estimate and cost. The Local Agency will review the task order and approve it as submitted or negotiate with the consultant to establish a task order and task order amount that the Local Agency deems is fair and reasonable. After review and a determination that the task order is acceptable, the consultant will sign the task order. The Local Agency will execute the task order. The task order will subsequently be submitted to ArDOT for final review and approval. When approved, copies of the signed task order will be distributed within the Local Agency and to the consultant. For projects with FHWA oversight, the ArDOT will forward the initial and final drafts of the task order to FHWA for review and comment. The FHWA approves the final executed task order by stamp and signature and retains a copy. Section VII — Monitoring the Contract. The Local Agency may identify staff members as key liaisons for specific projects or for technical matters during the administration of the contract period. The Local Agency will: 1. Maintain the contract files. 2. Arrange and attend periodic progress meetings. 3. Coordinate reviews and approval actions with other agencies when necessary. 5 Attachment K 4. Review progress payments. 5. Coordinate questions from the consultant. 6. Negotiate any change or amendment to the contract and submit to ArDOT for review and approval. 7. Prepare an evaluation of the consultant's performance after completion of the contract. A copy of the evaluation shall be submitted to the ArDOT. Section VIII — Consultant Liability The Local Agency will include a contract requirement that the consultant will warrant that all services and work products provided as part of the contract are free from defects in workmanship at the time of acceptance and that the work conforms to the requirements of the contract. This warrant is effective regardless of the degree of inspection and acceptance by the Local Agency or others. If the consultant is required to correct or re -perform any work or services, the work will be performed at no cost to the Local Agency, and any work or services corrected or re -performed by the consultant shall also be warranted that it is free from defects in workmanship. If the consultant fails or refuses to correct or re -perform, the Local Agency may, by contract or otherwise, correct or replace the deficient items or services with similar work or services, and charge the cost to the consultant or make an equitable adjustment in the consultant's reimbursement. Acceptance is an act of an authorized representative of the Local Agency by which the Local Agency approves specific services, as partial or complete performance of the contract. Correction is the elimination of a defect. N. Attachment L CITY LETTERHEAD JOB NUMBER JOB DESCRIPTION COUNTY Title to the right of way necessary for the construction of this project has been acquired, or will be acquired, in accordance with applicable Federal Highway Administration procedures. indicate total number in each category here. Delete any categories not used in this job. Tract(s) Options(s) _ Paid Donation(s) Negotiation Pending* - include tract number(s) and statement: "It is anticipated that this/these tracts) will be acquired by (date). " Condemnation(s) — (include Order of Possession date or date the Court Order was filed) Condemnation(s) Pending* - include tract number(s) and anticipated filing date * If applicable Idelete the statement in each pair that does not apply There are no displacees on this project. -Or- Relocation Assistance has been provided in accordance with applicable Federal Highway Administration procedures and all displacees have moved from this project. There was/were # displacedri•esidence(s)Ibusiness(es)Inersanal pro�er7vletc) on the project. There are no structures located within the right of way area. -Or- All structures have been removed from this project, except for those to be included as demolition items in the highway contract. No conflicting utilities are known to exist in the right of way area. -Or- Necessary utility relocation has been, or will be, completed as shown in the attached Utility Status Report. There are no railroads involved on this project -OR- Tract(s) # shown above include(s) # (Permanent/Temporary Construction Easements) for Railroad. No right of way in excess of that needed for construction or future maintenance of this project was acquired. Certified by: Date: (Type name) (Type title) City Letterhead (Designating Full -Time Employee in Responsible Charge) DATE Mr. Jared D. Wiley Division Engineer — Program Management Arkansas Department of Transportation P. O. BOX 2261 Little Rock, AR 72203 Dear Mr. Wiley: Re: Job Name County Attachment M The full-time employee in responsible charge of the day to day oversight for the referenced project will be (insert emploYee's name). This letter certifies that the employee is aware of the duties and functions they are in charge of as outlined in the Agreement of Understanding. They can be contacted at (insert phone number or at (inserl email address). Sincerely, NAME & OFFICE (City's CEO) Attachment N 49 CFR 18.42 UNIFORM ADMINISTRATIVE REQUIREMENTS FOR GRANTS AND COOPERATIVE AGREEMENTS TO STATE AND LOCAL GOVERNMENTS Post -Award Requirements Retention and access requirements for records. (a) Applicability. (1) This section applies to all financial and programmatic records, supporting documents, statistical records, and other records of grantees or subgrantees which are: (i) Required to be maintained by the terms of this part, program regulations or the grant agreement, or (ii) Otherwise reasonably considered as pertinent to program regulations or the grant agreement. (2) This section does not apply to records maintained by contractors or subcontractors. For a requirement to place a provision concerning records in certain kinds of contracts, see Sec. 18.36(i)(10). (b) Length of retention period. (1) Except as otherwise provided, records must be retained for three years from the starting date specified in paragraph (c) of this section. (2) If any litigation, claim, negotiation, audit or other action involving the records has been started before the expiration of the 3-year period, the records must be retained until completion of the action and resolution of all issues which arise from it, or until the end of the regular 3-year period, whichever is later. (3) To avoid duplicate recordkeeping, awarding agencies may make special arrangements with grantees and subgrantees to retain any records which are continuously needed for joint use. The awarding agency will request transfer of records to its custody when it determines that the records possess long-term retention value. When the records are transferred to or maintained by the Federal agency, the 3-year retention requirement is not applicable to the grantee or subgrantee. (c) Starting date of retention period--(1) General. When grant support is continued or renewed at annual or other intervals, the retention period for the records of each funding period starts on the day the grantee or subgrantee submits to the awarding agency its single or last expenditure report for that period. However, if grant support is continued or renewed quarterly, the retention period for each year's records starts on the day the grantee submits its expenditure report for the last quarter of the Federal fiscal year. In all other cases, the retention period starts on the day the grantee submits its final expenditure report. If an expenditure report has been waived, the retention period starts on the day the report would have been due. (2) Real property and equipment records. The retention period for real property and equipment records starts from the date of the disposition or replacement or transfer at the direction of the awarding agency. (3) Records for income transactions after grant or subgrant support. In some cases grantees must report income after the period of grant support. Where there is such a requirement, the retention period for the records pertaining to the eaming of the income starts from the end of the grantee's fiscal year in which the income is earned. (4) Indirect cost rate proposals, cost allocations plans, etc. This paragraph applies to the following types of documents, and their supporting records: indirect cost rate computations or proposals, cost allocation plans, and any similar accounting computations of the rate at which a particular group of costs is chargeable (such as computer usage chargeback rates or composite fringe benefit rates). (i) If submitted for negotiation. If the proposal, plan, or other computation is required to be submitted to the Federal Government (or to the grantee) to form the basis for negotiation of the rate, then the 3-year retention period for its supporting records starts from the date of such submission. (ii) If not submitted for negotiation. If the proposal, plan, or other computation is not required to be submitted to the Federal Government (or to the grantee) for negotiation purposes, then the 3-year retention period for the proposal plan, or computation and its supporting records starts from the end of the fiscal year (or other accounting period) covered by the proposal, plan, or other computation. (d) Substitution of microfilm. Copies made by microfilming, photocopying, or similar methods may be substituted for the original records. (e) Access to records--(1) Records of grantees and subgrantees. The awarding agency and the Comptroller General of the United States, or any of their authorized representatives, shall have the right of access to any pertinent books, documents, papers, or other records of grantees and subgrantees which are pertinent to the grant, in order to make audits, examinations, excerpts, and transcripts. (2) Expiration of right of access. The right of access in this section must not be limited to the required retention period but shall last as long as the records are retained. (f) Restrictions on public access. The Federal Freedom of Information Act (5 U.S.C. 552) does not apply to records unless required by Federal, State, or local law, grantees and subgrantees are not required to permit public access to their records. [Revised as of October 1, 1997] Attachment O CERTIFICAThQN FOR GRANTS LOANS, AND COOPERATIVE AGREEMEN'rs The undersigned certifies to the best of his knowledge and belief that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 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 contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form - LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all sub awards at all tiers (including sub grants, and contracts and subcontracts under grants, sub grants, loans and cooperative agreements) which exceed $100,000, and that all such sub recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not 15s than $10,000 and not more than $100,000 for each such failure. /l Meld Jordan of Fayetteville Attachment P Federal Funding Accountability and Transparency Act (FFATA) Reporting Requirements (For more information go to https:#Www. fsrs. gov� FFATA was signed on September 26, 2006. The intent is to empower every American with the ability to hold the government accountable for each spending decision. The end result is to reduce wasteful spending in the government. The FFATA legislation requires information on federal awards (federal financial assistance and expenditures) be made available to the public via a single, searchable website, which is www.USASpending gov. A Prime Grant Recipient (hereinafter called ArDOT (the Arkansas Department of Transportation)) awarded a new Federal grant greater than or equal to $25,000 as of October 1, 2010 is subject to FFATA sub -award reporting requirements as outlined in the Office of Management and Budget guidance issued August 27, 2010. ArDOT is required to file a FFATA sub -award report for any sub -grant awarded to a sub-awardee greater than or equal t_o 25 000. As a sub-awardee, rY e5� I//G 4-E shall provide the following information to ArDOT in order to fulfill FFATA reporting requirements: v A unique identifier (Dun & Bradstreet DUNS Number) of the sub-awardee receiving the award and the parent entity of the recipient, should the sub-awardee be owned by another entity; The names and total compensation of the five most highly compensated officers of the sub-awardee if the sub-awardee in the preceding Federal fiscal year received 80 percent or more of its annual gross revenues in Federal awards; and $25,000,000 or more in annual gross revenues from Federal awards; and the public does not have access to information about the compensation of the senior executives of the sub-awardee through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986. See FFATA § 2(b)(1). Page 1 of 2 Attachment P Required Sub-Awardee Information (A) Sub-Awardee — DUNS Number: Z Parent (if applicable) — DUNS Number: _ (B) In the preceding completed Federal fiscal year, did your business or organization (the legal entity to which the DUNS number entered above belongs) receive (1) 80 percent or more of its annual gross revenues in U.S. federal contracts, subcontracts, loans, grants, subgrants, and/or cooperative agreements; and (2) $25,000,000 or more in annual gross revenues from U.S. federal contracts, subcontracts, loans, grants, subgrants, and/or cooperative agreements? Yes / S(Circle one) If "Yes" is selected, answer (C). (C) Does the public have access to information about the compensation of the executives in your business or organization (the legal entity to which the DUNS number entered above belongs) through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986? Yes / No (Circle one) If "Yes" is selected, visit http://Www.sec.govledgar.shtmi for reference. If "No" is selected, answer (D). (D) If "No" was selected in question "C", complete the following information for the five (5) most highly compensated executives in your business or organization (the legal entity to which the DUNS number entered above belongs). Amount should reflect the Total Compensation Amount in the preceding completed Federal fiscal year in U.S. whole dollars. Sub-Awardee Names and Compensation of Most Highly Compensated Officers Name: Amount: $ Name: Amount: $ Name: Amount: $ 4. Name: Amount: $ 5. Name: _ Amount: $ Page 2 of 2 CITY OF W41iFAYETTEVILLE ARKANSAS MEETING OF APRIL 25, 2023 CITY COUNCIL MEMO 2023-653 TO: Mayor Jordan and City Council THRU: Susan Norton, Chief of Staff FROM: Chris Brown, Public Works Director DATE: March 30, 2023 SUBJECT: Approval of a construction contract in the amount of $682,776.00 with Sweetser Construction, Inc. for the Leverett Sidewalk Improvements Project, and approval of a $70,000.00 project contingency. RECOMMENDATION: Staff recommends approval of a construction contract in the amount of $682,776.00 with Sweetser Construction, Inc. for the Leverett Sidewalk Improvements Project, and approval of a $70,000.00 project contingency. BACKGROUND: The Leverett Sidewalk Improvements project includes the construction of approximately 1,680 feet of 8' wide sidewalk along the west side of Leverett Avenue from Hazel Street to Sycamore Street. In addition to the sidewalk improvements, the project will include minor drainage improvements, new sections of curb and gutter, driveway construction and pavement repair. This project is included in the Transportation Division Sidewalk Work Plan for 2023. The Engineering Division has prepared the design plans and the project was put out for bid. DISCUSSION: On March 28, 2023, the City received three (3) construction bids for this project. Sweetser Construction, Inc. submitted the low bid of $682,776.00. Engineering staff recommends awarding this contract to Sweetser Construction, Inc. The contract time is 120 days (4 months) for substantial completion and 150 days (5 months) for final completion. BUDGET/STAFF IMPACT: The design and construction of this project will be paid for with Capital Improvements Project funds allocated for sidewalk improvements. PURCHASE ORDER DETAILS G/L ACCT PROJECT 2100.410.5500-5814.00 02053.5500 Mailing address: 113 W. Mountain Street Fayetteville, AR 72701 AMOUNT $682,776.00 www.fayetteville-ar.gov ATTACHMENTS: SRF Leverett Sweetser, Leverett Contractor Signed Agreement, Bid 23-16, Submittal - Sweetser Construction, Inc. - E, Bid 23-16, Bid Tab - AB and LM Signed, Vicinity Map Mailing address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 - Legislation Text File #: 2023-653 Approval of a construction contract in the amount of $682,776.00 with Sweetser Construction, Inc. for the Leverett Sidewalk Improvements Project, and approval of a $70,000.00 project contingency. A RESOLUTION TO AWARD BID #23-16 AND AUTHORIZE A CONTRACT WITH SWEETSER CONSTRUCTION, INC. IN THE AMOUNT OF $682,776.00 FOR CONSTRUCTION OF THE LEVERETT SIDEWALK IMPROVEMENTS PROJECT, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $70,000.00 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 #23-16 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 $682,776.00 for construction of the Leverett Sidewalk Improvements Project, and further approves a project contingency in the amount of $70,000.00. Page 1 City of Fayetteville Staff Review Form 2023-653 Item ID 4/18/2023 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Chris Brown 3/30/2023 ENGINEERING (621) Submitted By Submitted Date Division / Department Action Recommendation: Approval of a construction contract in the amount of $682,776.00 with Sweetser Construction, Inc. for the Leverett Sidewalk Improvements Project and approval of a $70,000.00 project contingency. 2100.410.5500-5814.00 Account Number 02053.5500 Project Number Budgeted Item? Yes Does item have a direct cost? Yes Is a Budget Adjustment attached? No Purchase Order Number: Change Order Number: Original Contract Number: Budget Impact: 2100 - Street Fund Fund Sidewalk Improvements Total Amended Budget Expenses (Actual+Encum) Available Budget Item Cost Budget Adjustment Remaining Budget Project Title $ 2,630,610.00 $ 246,029.57 $ 2,384,580.43 $ 752,776.00 $ 1,631,804.43 V20221130 Previous Ordinance or Resolution # Approval Date: Comments: Item cost includes construction contract plus the project contingency. DOCUMENT 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR Contract Name/Title: LEVERETT AVENUE SIDEWALK IMPROVEMENTS: HAZEL ST. TO SYCAMORE ST. Contract No.: 23-16, Construction THIS AGREEMENT is dated as of the The City of Fayetteville, Arkansas and ARTICLE 1- WORK day of in the year 2023 by and between (hereinafter called Contractor). 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 construction of approximately 1,680 linear feet of 8 ft. sidewalk along Leverett Avenue from Hazel St. to Sycamore St. In addition to sidewalk improvements, the project will include minor drainage improvements that consist of drop inlets and curb and gutter construction. Miscellaneous items include fence removal and relocation, driveway construction, water meter & fire hydrant relocation, and pavement restoration. 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 and blasting 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 the City of Fayetteville Engineering Division. City of Fayetteville Engineering Division assumes all duties and responsibilities, and has the rights and authority assigned to City of Fayetteville Engineering Division in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. 00500 Agreement 00500-1 DOCUMENT 00500 — AGREEMENT (continued) 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. 3.02 DATES FOR SUBSTANTIAL COMPLETION AND FINAL PAYMENT: A. The Work shall be Substantially Completed within 120 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 150 calendar days after the date when the Contract Times commence to run. 3.03 LIQUIDATED 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 detcrininations 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. 00500 Agreement 00500-2 DOCUMENT 00500 — AGREEMENT continued 4.03 Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. There shall be no changes without prior written approval of the Engineer of Record and/or the City's designated Professional Engineer. 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. 1. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as Engineer shall determine, or The City of Fayetteville may withhold, in accordance with the GENERAL CONDITIONS. a. 95% of Work Completed (with the balance being retainage). 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. 00500 Agreement 00500-3 DOCUMENT 00500 — AGREEMENT continued 5.03 FINAL PAYMENT: A. Upon final completion and acceptance of the Work in accordance with the GENERAL CONDITIONS, The City of Fayetteville shall pay the remainder of the Contract Price as recommended by Engineer and as provided in the GENERAL CONDITIONS. ARTICLE 6 - CONTRACTOR'S REPRESENTATIONS 6.01 In order to induce The City of Fayetteville to enter into this Agreement, Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents including the Addenda and other related data identified in the Bid Documents. B. Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. 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. 00500 Agreement 00500-4 DOCUMENT 00500 — AGREEMENT continued 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. 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: LEVERETT AVENUE SIDEWALK IMPROVEMENTS: HAZEL ST. TO SYCAMORE ST. 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. 00500 Agreement 00500-5 DOCUMENT 00500 — AGREEMENT (continued) 8.02 ASSIGNMENT OF CONTRACT: A. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by Law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.03 SUCCESSORS AND ASSIGNS: A. The City of Fayetteville and Contractor each binds himself, his partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 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 of the Agreement. CONTRACTOR: 5-0 WILLI,AM G. SIIVEETSER (Type or le giby print) (Signature) PRESIDENT Title: 20 , which is the Effective Date CITY OF FAYETTEVILLE By: Lioneld Jordan (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 ' Attest 00500 Agreement 00500-7 (SEAL) DOCUMENT 00500 — AGREEMENT (continued) Address for giving notices Address for giving notices CONSTRUCTION, INC. 113 W. Mountain St. 590 W. POPLAR Fa etteville AR 72701 AYETTEVILLE, AR 72703 ARKANSAS CONTRACTORS LICENSE License No. 0027470423 Agent for Service of process (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 CITY OF -� FAYETTEVILLE ARKANSA Bid 23-16 Addendum 1 Sweetser Construction, Inc. Sweetser Construction, Inc. Supplier Response Event Information Number: Bid 23-16 Addendum 1 Title: Construction - Leverett Sidewalk Improvements Type: Invitation to Bid Issue Date: 2/26/2023 Deadline: 3/28/2023 02:00 PM (CT) Notes: The City of Fayetteville is accepting sealed bids from properly licensed firms for the construction of approximately 1,680 linear feet of 8 ft. sidewalk along Leverett Avenue from Hazel St. to Sycamore St. In addition to sidewalk improvements, the project will include minor drainage improvements that consist of drop inlets and curb and gutter construction. Miscellaneous items include fence removal and relocation, driveway construction, water meter & fire hydrant relocation, and pavement restoration. Questions regarding this bid should be addressed to Amanda Beilfuss, Sr. Purchasing Agent at abeilfuss@fayetteville-ar.gov or by calling (479) 575-8220. Contact Information Contact: Amanda Beilfuss Sr. Purchasing Agent Address: Purchasing Room 306 City Hall 113 West Mountain Street - Room 306 Fayetteville, AR 72701 Email: abeilfuss@fayetteville-ar.gov Page 1 of 5 pages Vendor: Sweetser Construction, Inc. Bid 23-16 Addendum 1 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. Charles W. Miller Signature Submitted at 3/28/2023 10:33:53 AM (CT) Requested Attachments Bid 23-16, Required Signature Forms charlie@sweetserconstruction.com Email SSweetser C23032810450.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 23-16, Bid Bond SSweetser C23032810451.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 Division before bid deadline and have a copy of the cashier's check uploaded with submittal. Bid Attributes 1 Arkansas Secretary of State Filing Number: No response 2 Arkansas Contractor License Number: No response 3 Check Yes or No: 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. ❑ Yes (Yes) 0 No (No) Bid Lines 1 1 Packaqe Header Line Item Pricing Quantity 1 UOM: EA Total: $682,776.00 Page 2 of 5 pages Vendor: Sweetser Construction, Inc. Bid 23-16 Addendum 1 Package Items 1.1 Mobilization (Shall not exceed 5% of Total Bid) Quantity: 1 UOM: LS 1.2 Insurance and Bonding Quantity: 1 UOM: LS 1.3 Roadway Construction Control Quantity: 1 UOM: LS 1.4 Trench and Excavation Safety Systems Quantity: 1 UOM: LS 1.5 Clearing, Grubbing, & Demolition Quantity: 1 UOM: LS 1.6 Undercut and Backfill (Allowance) Quantity: 50 UOM: CY 1.7 Unclassified Excavation (Allowance) Quantity: 50 UOM: CY 1.8 Select Embankment (Allowance) Quantity: 50 UOM: CY 1.9 Subgrade Preparation (Plan Quantity) Quantity: 681 UOM: SY 1.10 4" Topsoil Placement Quantity: 1900 UOM: SY 1.11 18" Reinforced Concrete Pipe Class III Price: 1 $26,222.00 Total: 1 $26,222.00 Price: 1 $12,854.00 Total: 1 $12,854.00 Price: 1 Total: 1 $9,000.00 Price: 1 $2,500.00 Total: 1 $2,500.00 Price: 1 $80,500.00 Total: 1 $80,500.00 Price: I Total: 1 $2,700.00 Price: I Total: 1 $1,400.00 Price: I Total: 1 $1,400.00 Price: I Total: 1 $8,172.00 Price: I Total: 1 $19,000.00 Quantity: 15 UOM: LF Price: 1$110.00 1.12 15" Reinforced Concrete Pipe Class III (Under Pavement) (Allowance) Quantity: 15 UOM: LF Price: $100.00 1.13 12" Corrugated Metal Pipe (Aluminzed Steel) (Under Pavement) (Allowance) Quantity: 20 UOM: LF Price: F $100.00 1.14 (3'x3') Drop Inlets (Type C) Quantity: 1 UOM: EA Price: $4,500.00 1.15 (4'x4') Drop Inlets (Type C) Quantity: 4 UOM: EA Price: $5,000.00 1.16 (5' x4') Grated Inlets (Type C) Quantity: 1 UOM: EA Price: $6,500.00 1.17 (4') Drop Inlet Extension Quantity: 4 UOM: EA Price: $2,000.00 1.18 Asphalt Concrete Patching for Maintenance of Traffic Quantity: 5 UOM: TON Price: $150.00 Total: 1 $1,650.00 Total: 1 $1,500.00 Total: 1 $2,000.00 Total: 1 $4,500.00 Total: 1 $20,000.00 Total: 1 $6,500.00 Total: 1 $8,000.00 Total: 1 $750.00 Page 3 of 5 pages Vendor: Sweetser Construction, Inc. Bid 23-16 Addendum 1 1.19 Overcut Pavement Restoration (ABC Class 7 & Colored Concrete) Quantity: 1900 UOM: LF Price: F $40.00 Total: 1 $76,000.00 1.20 Colored Concrete T-Patch (Allowance) Quantity: 25 UOM: SY Price: $150.00 Total: $3,750.00 1.21 18" Concrete Curb and Gutter (Type A) w/ 6" Class 7 Base Quantity: 1650 UOM: LF Price: $32.00 Total: $52,800.00 1.22 Concrete Curb (6") Quantity: 20 UOM: LF Price: $28.00 Total: $560.00 1.23 4" Thick Concrete Sidewalk w/Class 7 Base Quantity: 1225 UOM: SY Price: $56.00 Total: $68,600.00 1.24 6" Thick Concrete Sidewalk w/Class 7 Base Quantity: 850 UOM: SY Price: $62.00 Total: $52,700.00 1.25 Solid Sod (Bermuda) Quantity: 1900 UOM: SY Price: $12.00 Total: $22,800.00 1.26 Remove and Reinstall Street/Bus Stop/P-Lot Signs w/New Supports Quantity: 6 UOM: EA Price: I Total: $4,533.00 1.27 Remove and Reinstall Apartment Sign (Sugartree Apartments & Townhomes) Quantity: 1 UOM: LS Price: $1,000.00 Total: $1,000.00 1.28 Erosion Control Quantity: 1 UOM: LS Price: $3,500.00 Total: $3,500.00 1.29 Traffic Control and Maintenance Quantity: 1 UOM: LS Price: $97,800.00 Total: $97,800.00 1.30 Remove & Reinstall Chain Link Fence Quantity: 10 UOM: LF Price: $60.00 Total: $600.00 1.31 Remove & Reinistall Wood Privacy Fence Quantity: 25 UOM: LF Price: $72.00 Total: $1,800.00 1.32 Remove & Reinstall Decorative Metal Fence Quantity: 320 UOM: LF Price: $144.00 Total: $46,080.00 1.33 Cast -in -Place Detectable Warning Panel Quantity: 100 UOM: SF Price: $40.00 Total: $4,000.00 1.34 Handicap Access Ramp Quantity: 25 UOM: SY Price: $75.00 Total: $1,875.00 1.35 Single Meter Setting Quantity: 1 UOM: EA Price: $4,250.00 Total: $4,250.00 1.36 Double Meter Setting Quantity: 1 UOM: EA Price: $6,170.00 Total: $6,170.00 1.37 Residential Pressure Reducing Valve with Box Quantity: 1 UOM: LS Price: $1,500.00 Total: $1,500.00 Page 4 of 5 pages Vendor: Sweetser Construction, Inc. Bid 23-16 Addendum 1 1.38 Fire Hydrant Assembly Quantity: 1 UOM: EA Price: $13,000.00 Total: $13,000.00 1.39 Adjust Water Valve Box to Grade Quantity: 1 UOM: EA Price: $400.00 Total: $400.00 1.40 Adjust Sewer Cleanout to Grade & Install Bronze Cap Quantity: 1 UOM: EA Price: $600.00 Total: $600.00 1.41 Adjust Water Meter Can to Grade Quantity: 8 UOM: EA Price: $200.00 Total: $1,600.00 1.42 Remove and Reinstall Bus Shelter Quantity: 2 UOM: EA Price: $1,400.00 Total: $2,800.00 1.43 RCP Concrete Collar (Allowance) Quantity: 5 UOM: EA Price: $600.00 Total: $3,000.00 1.44 6" to 4" Roof Drain Extension through Curb Quantity: 1 UOM: LS Price: $250.00 Total: $250.00 1.45 4" Yellow Painted Pavement Marking Quantity: 600 UOM: LF Price: $3.60 Total: $2,160.00 Response Total: $682,776.00 Page 5 of 5 pages Vendor: Sweetser Construction, Inc. Bid 23-16 Addendum 1 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 5% 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 23-16, Con struction- Leve rett Sidewalk 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 28th day of March, 2023. Sweetser Construction Inc. (Prin ' J By: Willia etser Travelers Casualty and Surety Company of America By: W-/ David Chilson, Attorney -in -Fact Travelers Casualty and Surety Company of America _ Travelers Casualty and Surety Company TRAVELERS o 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. �y.%,YY Aryl, I POWL State of Connecticut City of Hartford ss. By: Robert L. Rane , enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal My Commission expires the 30th day of June, 2026 �FP�'il warn 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 28th day of March , 2023 �Jp�4V A% coft z ;W CONr� �10 Kevin E. Hughes, Assistant Secretary To verify the authenticity of this Power ofAttorney, please call 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 ofAttorney is attached. 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. Z r5% Bid Bond of the amount bid accompanied by required documentation (Power of Attorney, etc.) o In lieu of a bid bond, the bidder may 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. Tor ll addenda shall be signed, acknowledged, and submitted on the appropriate forms (submitting the actual addendums 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. 171 All pages provided with signature lines shall be appropriately signed, dated accordingly, and included with submitted bid 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 https://www.youtube.com/user/citvoffavetteville@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. Ifsubmitting a physical bid, 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 Required: • List of Subcontractors: Submit form on Ion Wave or attach if submitting a physical bid. • AR Secretary of State Filing #: J606k9q 93 OR submit electronically. • Arkansas Contractor License 0 ykA OR submit electronically. • 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 Submit electronically OR circle applicable answer: YES r NO Tei"oovnunkations Devke for the Deaf TDD (479) $21-1316 113 West Mountain - Fayetteville, AR 72701 DOCUMENT 00140 - BIDDER'S QUALIFICATION STATEMENT Contract Name: LEVERETT AVENUE SIDEWALK IMPROVEMENTS HAZEL ST. TO SYCAMORE ST. Bid #: 23-16, Construction Date: SUBMITTED TO: The City of Fayetteville, Arkansas (0/� 113 West Mountain Street / Fayetteville, Arkansas 72701 SUBMITTED BY: K C'� Company Name nn � Address ��/� 1&, I�O ) -,i W-- ; I Principal Office -S3T G(> , oA[#-fi- Corporation, artnership, individual, joint ve ture, other Arkansas State General Contractor's License Number ®o�L 7476yL 6--3 (Type or legibly print) EXPERIENCE STATEMENT 1. Bidder has been engaged as a General Contractor in construction for 0 years and has performed work of the nature and magnitude of this Contract for 420years. Bidder has been in business under its present name for 6 0 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. 00140 Bidder Qualifications 00140-1 DOCUMENT 00140 — BIDDER'S QUALIFICATION STATEMENT continued Bidder normally performs the following work with his own forces: 6. Construction experience of key individuals in the organization is as follows (continued on attached sheets if needed): ell 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: A 76 ' 8. 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. 00140-Bidder Qualifications 00140 - 2 STATEMENT OF BIDDER'S QUALIFICATION WILLIAM G. SWEETSER 38 YEARS CHARLES MILLER 33 YEARS KENDALL WILSON 28 YEARS (DEC 2021) PG 1 STATEMENT OF BIDDER'S QUALIFICATION CONTRACTS ON HAND NAME ENGINEER DRP HOLDINGS STEAMBOAT (DEC 2021) PG 1 ANTICIPATED CONTRACT COMPLETION 5,404,657.05 JUNE 2022. STATEMENT OF BIDDER'S QUALIFICATION SIMILAR CONSTRUCTION NAME AHTD HWY 112 / GARLAND EMERY SAPP FLYOVER NWA REGIONAL PLANNING COMM. SILENT GROVE TRAIL CITY OF TONTITOWN BRUSH CREEK BRIDGE AHTD ARMSTRONG-STU BBLEFI ELD AHTD RAZORBACK ROAD CITY OF FARMINGTON RHEAS MILL RD RAUSCH COLEMAN COVES PHASE II CITY OF SPRINGDALE RZ TRAIL ADDITION RAUSCH COLEMAN COVES PHASE II RAUSCH COLEMAN HOLLAND CROSSING COMMERCE CONSTRUCTION ADVENTURESUBARU (CONTINUED PAGE 2) ENGINEER (DEC 2021) PG 1 AMOUNT COMPLETE 3,444,037.13 NOV 2014. 274,925.00 OCT 2014. 1,797,306.56 OCT 2014. 670,718.00 DEC 2014. 6,212,756.93 DEC 2015. 2,234,929.90 JUNE 2016. 83,505.00 MAR 2015. 973,750.95 OCT 2015. 64,362.50 JUNE 2015. 1,086,700.95 MAY 2016. 782,347.50 JULY 2016. 1097000.00 JULY 2016. SIMILAR CONSTRUCTION (DEC 2020) PG 2 NAME ENGINEER AMOUNT COMPLETE CITY OF FAYETTEVILLE 7166369.20 JUNE 2017. RUPPLE ROAD PAHSE I COMMERCE CONSTRUCTION 789949.40 JUNE 2017. HARPS LINCOLN MEL COLLIER 400000.00 SEPT 2017. RACETRACK CITY OF FAYETTEVILLE 3,072,441.40 MAR 2018. RUPPLE ROAD PHASE II TIM GRAHAM 522,152.50 JUNE 2018. FOX TRAIL DISTILLERY BALDWIN-SHELL 631,939.00 JUNE 2018. THEATRE SQUARED RAUSCH COLEMAN 1,489,822.40 DEC 2018. PARK MEADOWS MULTI CRAFT CONTRACTORS 239,563.50 JUNE 2018. DRAINAFE - RANDALL WOBBEE BARRETT DEVELOPMENT 3,977,097.90 DEC 2019. COTTAGES AT HOLLYWOOD CITY OF FAYETTEVILLE 3,891,372.55 JUNE 2019. OLD WIRE ROAD INTEGRITY CONSTRUCTION 272,294.00 MAR 2019. FARMINGTON VILLAGE COMMERCE CONSTRUCTION 417,822.50 JUNE 2019. FELLOWSHIP COMMERCE CONSTRUCTION 79,960.00 MAR 2019. ADVENTURESUBARU (CONTINUED PAGE 3) SIMILAR CONSTRUCTION f►l_I►�it� Z NEIDERMAN CURTIS AVE CITY OF SPRINGDALE MAPLE ST CITY OF FARMINGTON ASH STREET CITY OF FAYETTEVILLE STEAMBOAT CITY OF FAYETTEVILLE GULLEY PARK ENGINEER (DEC 2020) PG 3 AMOUNT COMPLETE 34755.00 MAR 2020. 1,893,202.35 DEC 2020. 57337.00 SEP 2020. 340,925.00 JUNE 2021. 439,182.60 JUNE 2021. DOCUMENT 00140 — BIDDER'S QUALIFICATION STATEMENT continued d. Current liabilities (accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, and accrued payroll taxes). 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 a. b. Where Docketed and Date q 11 Amount Bidder hereby represents and warrants that all statements set forth herein are true and correct. Date: , 201)-3. (OFFICIAL SEAL) Name of�OWEETSERCONSTRUCTION, WA By MLLIAM G. SWEEMER (Type or legibly print) By (Signature) PRESIDENT 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 DOCUMENT 00400 — BID FORM Contract Name: LEVERETT AVENUE SIDEWALK IMPROVEMENTS: HAZEL ST. TO SYCAMORE ST. Bid Number: 23-16 BID TO: Owner: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 BID FROM: Bidder: SWEETSER CONSTRUCTION, INC. 590 W. POPLAR FAYMEVILLE, AR 72703 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 9 7� DOCUMENT 00400 - BID FORM (continued) Email: Phone No. Fax No. ARTICLE 8 - TERMINOLOGY 8.01 The terms used in this Bid which are defined in the GENERAL CONDITIONS or Instructions to Bidders will have the meanings assigned to them. Arkansas State Contractor License No. If Bidder is: An Individual Name (type or printed): Doing business as: Business address: Phone No. Email address: A Partnership Partnership Name: (Individual's Signature) Fax No. By: (Signature of general partner - attach evidence of authority to sign) Name (type or printed): Business address: Phone No. Email address: _ Fax No. 00400-Bid Form 00400 - 4 (SEAL) (SEAL) DOCUMENT 00400 - BID FORM t continued A Corporation or LLC Corporation Name: State of Incorporation:_ (SEAL) Type;(;G7ene;ra/21nss, Professional, Serv' , Limited Liability): ILLIAM G. SWEETSER By: (Signature of general partner - attach evidence of authority to sign) Name (type or printed): WILLIAM G. SWEETSER Title: PRENDENT- Attest: (Signature of Corporate Secretary) (CORPORAT—E - AL) Phone No. 41'r9-4fyj 'Oa. ( Fax No. 4 ,19- 4*d-- 0 11 Email address: A Aj i6 - (15�� S astruC3 �nN..CoI'7 Tax ID Number (TIN): 7%, 0 3 K 7 $1� UEI# Cage Code: 00400-Bid Form 00400 - 5 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: LEVERETT AVEVUE SIDEWALK IMPROVEMENTS HAZEL ST. TO SYCAMORE ST. Bidder certifies that all Subcontractors listed are eligible to perform the Work. Subcontractor's Work Clearing/Demolition SWPPP/Brosion Control Asphalt Concrete Landscaping Material Testing Other (designate) Subcontractor's Name and Address NOTE: This form must be submitted in accordanch a Instructions to Bidders. d er's Signature 00430 List of Subcontractors 00430-1 Expected Percentage or Value 19 CITY OF RKANS A EVILLE RKANSAS BID TABULATION Bid 23-16, Construction - Leverett Sidewalk Improvements DEADLINE: Tuesday, March 28, 2023 at 2:00 PM Certification of Funds: $750,000.00 ($937,500.00 total allowed) total Sweetser Construction, Inc. Milestone Construction Company, LLC Benchmark Construction Compannyyoof Company (Benchmark Constructionf NWA, Inc..)) $682,776.00 $738,833.51 $1,160,796.59 neq Descripti' Unit ExtendedN111L_2nit Extended Unit Extended 1 Mobilization (Shall not exceed 5%of Total Bid) 1 LS $26,222.00 $12,854.00 $26,222.00 $12,854.00 $9,000.00 $2,500.00 $80,500.00 $2,700.00 $1,400.00 $1,400.00 $8,172.00 $19,000.00 $1,650.00 $1,500.00 $2,000.00 $4,500.00 $20,000.00 $6,500.00 $8,000.00 $750.00 $76,000.00 $3,750.00 $52,800.00 $560.00 $68,600.00 $52,700.00 $22,800.00 $4,533.00 $1,000.00 $3,500.00 $97,800.00 $600.00 $1,800.00 $46,080.00 $4,000.00 $1,875.00 $4,250.00 $6,170.00 $1,500.00 $13,000.00 $400.00 $600.00 $1,600.00 $2,800.00 $9,390.00 $9,390.00 $26,936.00 $51,226.00 $19,549.37 $51,226.03 2 Insurance and Bonding 1 LS $26,936.00 $19,549.37 3 Roadway Construction Control 1 LS $9,000.00 $27,440.00 $27,440.00 $13,520.00 $13,520.00 4 Trench and Excavation Safety Systems 1 LS $2,500.00 $8,728.00 $8,728.00 $500.00 $500.00 5 Clearing, Grubbing, & Demolition 1 LS $80,500.00 $131,721.00 $131,721.00 $289,780.00 $289,780.00 6 Undercut and BackfilI (Allowance) 50 CY $54.00 $45.20 $2,260.00 $67.20 $3,360.00 7 Unclassified Excavation (Allowance) 50 CY $28.00 $29.87 $1,493.50 $45.80 $2,290.00 8 Select Embankment (Allowance) 50 CY $28.00 $24.89 $1,244.50 $62.20 $3,110.00 9 ISubgrade Preparation (Plan Quantity) 681 Sy $12.00 $4.45 $3,030.45 $5.42 $3,691.02 SO 4" Topsoil Placement 1900 Sy $10.00 $6.36 $12,084.00 $6.29 $11,951.00 11 18" Reinforced Concrete Pipe Class III 15 LF $110.00 $83.84 $1,257.60 $186.67 $2,800.05 12 15" Reinforced Concrete Pipe Class III (Under Pavement) (Allowance) 15 LF $100.00 $100.87 $1,513.05 $234.67 $3,520.05 13 12" Corrugated Metal Pipe (Aluminzed Steel) (Under Pavement) (Allowance) 20 LF $100.00 $42.45 $849.00 $211.00 $4,220.00 14 (3'x3') Drop Inlets (Type C) 1 EA $4,500.00 $6,109.51 $6,109.51 $6,840.00 $6,840.00 15 (4'x4') Drop Inlets (Type C) 4 EA $5,000.00 $6,517.25 $26,069.00 $7,777.50 $31,110.00 16 (5' x4') Grated Inlets (Type C) 1 EA $6,500.00 $7,331.48 $7,331.48 $12,220.00 $12,220.00 17 (4') Drop Inlet Extension 4 EA $2,000.00 $8,553.32 $34,213.28 $1,487.50 $5,950.00 18 Asphalt Concrete Patching for Maintenance of Traffic 5 TON 1 $150.00 $786.00 $3,930.00 $364.00 $1,820.00 19 lOvercut Pavement Restoration (ABC Class 7 & Colored Concrete) 1900 LF $40.00 $28.82 $54,758.00 $31.06 $59,014.00 20 Colored Concrete T-Patch (Allowance) 25 Sy $150.00 $233.18 $5,829.50 $228.00 $5,700.00 21 18" Concrete Curb and Gutter (Type A) w/ 6" Class 7 Base 1650 LF $32.00 $40.78 $67,287.00 $81.34 $134,211.00 22 Concrete Curb IS") 20 LF $28.00 $64.00 $1,280.00 $194.20 $3,884.00 23 4" Thick Concrete Sidewalk w/Class 7 Base 1225 Sy $56.00 $80.98 $99,200.50 $125.89 $154,215.25 24 6" Thick Concrete Sidewalk w/Class 7 Base 850 Sy $62.00 $84.33 $71,680.50 $144.98 $123,233.00 25 Solid Sod (Bermuda) 1900 Sy $12.00 $4.59 $8,721.00 $4.34 $8,246.00 26 Remove and Reinstall Street/Bus Stop/P-Lot Signs w/New Supports 6 EA $755.50 $480.33 $2,881.98 $321.16 $1,926.96 27 Remove and Reinstall Apartment Sign (Sugartree Apartments & Townhomes) 1 LS $1,000.00 $655.00 $655.00 $642.32 $642.32 28 Erosion Control 1 LS $3,500.00 $18,798.50 $18,798.50 $41,745.34 $41,745.34 29 11raffic Control and Maintenance 1 Ls $97,800.00 $40,043.56 $40,043.56 $63,789.32 $63,789.32 30 Remove & Reinstall Chain Link Fence 10 LF $60.00 $65.50 $655.00 $59.64 $596.40 31 Remove & Reinistall Wood Privacy Fence 25 LF $72.00 $62.88 $1,572.00 $64.23 $1,605.75 32 Remove & Reinstall Decorative Metal Fence 320 LF $144.00 $16.38 $5,241.60 $78.96 $25,267.20 33 Cast -in -Place Detectable Warning Panel 100 SF $40.00 $28.82 $2,882.00 $66.81 $6,681.00 34 Handicap Access Ramp 25 Sy $75.00 $307.85 $7,696.25 $300.08 $7,502.00 35 Single Meter Setting 1 EA $4,250.00 $1,310.00 $1,310.00 $2,852.00 $2,852.00 36 Double Meter Setting 1 EA $6,170.00 $2,620.00 $2,620.00 $3,224.00 $3,224.00 37 Residential Pressure Reducing Valve with Box 1 LS $1,500.00 $786.00 $786.00 $2,827.20 $2,827.20 38 Fire Hydrant Assembly 1 EA $13,000.00 $19,650.00 $19,650.00 $20,373.20 $20,373.20 39 Adjust Water Valve Boxto Grade 1 EA $400.00 $360.25 $360.25 $1,190.40 $1,190.40 40 Adjust Sewer Cleanout to Grade & Install Bronze Cap 1 EA $600.00 $262.00 $262.00 $917.60 $917.60 41 Adjust Water Meter Can to Grade 8 EA $200.00 $655.00 $5,240.00 $930.00 $7,440.00 42 Remove and Reinstall Bus Shelter 2 EA $1,400.00 $3,144.00 $6,288.00 $1,636.80 $3,273.60 43 RCP Concrete Collar (Allowance) 5 EA $600.00 $3,000.00 $1,113.50 $5,567.50 $963.48 $4,817.40 44 6" to 4" Roof Drain Extension through Curb 1 LS $250.00 $250.00 $917.00 $917.00 $1,468.16 $1,468.16 45 4" Yellow Painted Pavement Marking 600 11 $3.60 $2,160.00 $1.75 $1,050.00 $11.16 $6,696.00 LEVERETT SIDEWALK IMPROVEMENTS DR HAZEL ST. TO SYCAMORE ST. w a F- z z F- w 112 x U PEACHTREE DR VAN GOGH PL POPLAR LMELMARww EL-AIRDR w ASH U _ QDAVIS � z J w KELLY w z a Oz r N MAXWELL DR HICKORY w f ao S MAXWELL DR w o > >¢ w MARTHA DR HEND IX ¢ > ¢ o O LAWSON = CARTER z U� J c a OLic a w m OQ� < w BE K DR HOLLY JAMES HOLLY R ��AZEL L E W NORTI HU ES Q¢_ QOmO w0 �UNw i ❑:VELAND O110 ❑❑ w � W UNIVERSITY � w z uw Y > 'a w TAYLO Z Y O N O E w O �c) DOUGLAS C] � O G� MAPLE UNIVERSITY N 0E ARKANSAS �vl � w Q REAGA 0 z Y K ¢ DICKSON WILLIAM m w m Q ELM ST z > ¢ Q c) ¢ > A 71B Q PEAR w LU Y ¢ ¢ w m W Q m POPLAR ST w ST Q w p w } ¢> WOODLAND > ILLER J.H.S. ¢ x > z z u ASH m ASH w 00 W J O > z LU Q w ASH o D K O 2 S w z SYCAMORE U 0 < 0� > co J w W Gregory SPRUCE w Park > w w � O z w Q LAWSON VETERAN'S ADMINISTRATION PROJECT HOSPITAL SITE ABSHIER DR w HOLLY U J w OAK COD J z z w UAMS = > } U) NORTHWEST 0 ¢ > NORTH STREET x ¢ ADAMS � E PIKE � BAXTER LN J O HAWTHORN u��J�� > a CLEBURN °fir O w = G EN > ¢ x WIN PROSI PROSPECT LN Q > W w -1 ¢ 'a Wilson Park o > ¢ i ¢ REBECCA TRENTON BLVD > z0 w L D� DAVIDSON ST ¢ J ILA z z z a o�¢ > � a w ¢ ¢ E 0 MT NORD z LAFAYETTE� E LAFA ES z J z w ❑❑ > WATSON m � J Q -j z o " _ ° Q SUTT LUE DICK: ARTS CENTER U Y w z U, Lj U ¢> CONNER 0 U 00 E SPF wl SPRING