Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
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