Loading...
HomeMy WebLinkAbout2023-05-30 - Agendas - FinalCITY OF FAYETTEVILLE ARKANSAS MEETING AGENDA City Council Transportation Committee Tuesday, May 30, 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 httos://us06web.zoom.us/webinar/reaister/WN mDwfxbMDSsuZW85 a8Gvw 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: New Business: A. Stearns St. Extension — Review of a proposed extension of Stearns Street that will complete an east -west connection between Vantage Drive and Old Missouri Road. In recent years, the City has been collecting from development projects on Stearns east of Vantage; approximately $20,000 has been collected to date. The total cost of the project is estimated at $400,000; therefore, the cost to the City would be $380,000. This item is presented for preliminary review and discussion by the Committee. B. Dickson Street Improvements — Review of proposed improvements to Dickson Street from West Ave. to College Ave. scheduled for 2023. C. Safe Streets for All (SS4A) Program: Review of the Regional Safe Streets for All Plan and discussion regarding an implementation resolution by the City Council. D. TRAFFIC CALMING PROJECT UPDATE: Review of Assembly Drive and W. Elm Street. 2. Reports and Presentations: 3. Informational Items (These Projects are all on City Council Consent Agenda): A. Happy Hollow Sidewalk Project Construction Contract 4. Adjourn Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 LSD-2023-0003 1615 E. STEARNS ST A& Current Land Use N 0 RT H 1 'm ,1 Mk UJI Multi -Family Residential ! Zon�A TI STEARNS ST 1P': F Subject Property , ul $ �. Commercial - \' ` Multi-Famil Residential LIMIT OF 1 - ,STUDYL* w RE LU T ,- �►�. �,, � . I .fir ' T Zone AE ' - i— Residential -Office _ . JA - - -- JOYCEBLVDT- -- -- Zone AEA- / %j I Neighborhood Link Regional Link - High Activity Unclassified Residential Link ■ ■ Planned Residential Link r _ _i Planning Area Fayetteville City Limits Feet 0 112.5 225 450 1:3,600 675 900 FEMA Flood Hazard Data 100-Year Floodplain Floodway May 22, 2023 LSD-2023-0003 (NAPLES) Page 27 of 27 WA SHINC T ON COUNTY, ARKANSA S Fm4*ICKSON STREET IMPROVEMENTS (SCHOOL AVE_ TO COLLEGE AVE_) INDEX OF SHEETS SHEET NO. DESCRIPTION 001 TITLE SHEET & INDEX OF SHEETS IMPROVEMENTS PM-1 SCHOOL AVE. TO THOMPSON AVE. PM-2 THOMPSON AVE. TO ST. CHARLES AVE. PM-3 ST. CHARLES AVE. TO HIGHLAND AVE. PM-4 HIGHLAND AVE. TO COLLEGE AVE. PHOTOINDEX PI-1 PHOTO (P1-P25) PI-2 PHOTO (P26-P50) PI-3 PHOTO (P51-P58) Know what's below. Call before you dig. CITY OF FA YETTEVILLE l� W Lafayette S! F E .19"y t, M , vv W.,is„!, tit PROJECT Central — 7 • - LOCATION - J C _ y l�rrIt 1 — z r� Church � L 1 11 Si j � W Dirksulr St E Uic{tsau 51 i I St pau!'s _ Churrh C s n z VICINITY MAP NTS ,t CITY OF _ FAYETTEVILLE ARKANSAS ENGINEERING DIVISION PHONE: (479) 575-8206 FAX NO: (479) 575-8202 j [ j SURVEYED BY: DID *j DRAWN BY: DESIGNED BY: CW MC IF REPLACE PAVERS 20 0 20 SEE PHOTO P1 N W ~ a a EX.R"N EX.RW EX RNd j x Scale: 1"=20' Z O EX.RNV Ex.R Ex.RNv iEX a EXRnv EX."LU CAMPBELL AVE. - W W J /CL J rr EX O J EX. W - EX.RIW - w O (n a U Z W 1 _90 ��s O � W DICKSON ST. o Q J a � -t Z _ W _ J O s �I� �' Q 2 U I ONIN81 ON o I i,SCHOOLpill ,1 WVWIJ!r F III • , 1.,-1-1REPLACE CONCRET -1 p.:• /� g x -- al�'I !till • • • • • «�� - • • • �■■�-. I 23OW.jAM..No �♦ ♦ ♦ ♦l�i� ♦�i ♦ ♦ -A I I I V I I I I I /5/24/23 � A»sa.'. -- ..as�.a'1■1:1■1■•A■•■•d-:-•7; •-�.-■.■ y ■ ■ .... • i � � I I I I I I I I I � =_ _ it ,1 ::-::_:1_�:1:1:1:•:�: ���=�:��,�ii�i�i�i ' � :,, I�/. ,//// /, � �� .111 y����� 1•�:I:A..:I:IJ7:1:4""1:•::-:-rrr ■ ■ ■ ■ _ Ic1�1�::I:I:P•:11 �r� ��� ��•� 1 ■■____:_•_•_•!•:1.1.11.1.1.41.1.4'•:4R■y1■ra i : ■ . . '�■�� ���� Ir _ •11 ���=•I�11 s-i_i-.1_•_I. SI:P.6•P.P.1:1:1:I:Ii1-1!-1-rr■ _ -■ ■ ■ . . No r,�� • �.1 j:1::-■ ■ ■ ■ ■ ��=� 1� ■ :_•_• 11111E 6:Ia:1 DICKSON ST. IN a �j� • • • i��jREPLACE CONCRETIE ,I�j ► �ISEE PHOTO ,I-I�I� � �i Ii � • I'�I`• '� :1:1:1:•i•i1Gy1 7j!i!•!•!•!1!•y'1=-1:1:1:I:I:I:I:I:I:Ie-1:1:1:I:GP■-/- - 1����� ���■� -•-- rNJ!•!1!1!1!1:P..1:1:1:1:1:1:1:1■1.1:1:1:1:•:•i7:•]•pp7T •77-rr■■■.■■, I� PRO a-rrrr■ ■ ■ ■ m III ' I �' ��,,�, I� 1: �■I:I:Ii1i/GI!GI!G41711!Irrr_ I �11 •-•-■- 1.1.1- 1 _ � _/_1�1�1�1:1:1•1•1• .1.1.1.1.1- ■ ■•:•-1-•-:- 1 1 11� . ■ ■1-P ■■_•_•�1111:•i4G:1:1:1:1:1:1:1:1'1:P1:1:I:1:I:I:I:I:I:P1:1:•:•G4yr-rr■-I - • �� 11 � 1 1 w EM �i <0C 1 i i i - EX.RNV EX.RNV � CONCRETE CURB SEE PHOTO P42 M/a X3 -- mm u — NJa'X3 EX.R/W ------ EX,RIVV REPLACE TREE GRATE SEE PHOTO P51 EX.RNV EX.R/W - 3 MMX:I REPLACE CONC 11 _ 11 _ 1 I�I�I�I�I�I�I�I�I�Ivv � 11 • • • , , •m L I U-1 I MW4 � ��_1.1.1:I:I:I:1:1:1:1:C:1:1:1:1:•i•:•i1717grr__y-r_y-r�•_y4'1■1■PP.P.1:61:1:1:1'1• • • : i•i�iryr��rr�pply■pPPP1•I:P.1.PP_._r_■e■-.-. DICKSON ST SURVEYED BY: DD DRAWN BY: CW DESIGNED BY: MC 20 0 20 N W ~ Z a Scale: 1 " = 20' — EX'pJW EX.RIW - ___ cWc G rLLr^J V Q REPLACE CONCRETE SEE PHOTO P52 REPLACE TREE GRATE REPLACE CONCRETE, SEE PHOTO P51 TREE GRATE, AND PAVERS SEE PHOTO P53 MRfX3 MRiX M/a.X3 MMX3 REPLACE PAVERS X3 I SEE PHOTO P47 - - - -- Tf�� S Mla X3 h1aX3 nva'x3o REPLACE CONCRETE, nva X3 �) x w REPLACE CONCRETE SEE PHOTO P54 TREE GRATE, AND PAVERS SEE PHOTO P55. �L. REPLACE CONCRETE SEE PHOTO P49 - E EX.R W EXAM � _ I Ex.RnW REPLACE CONCRETE, S NJaX3 TREE GRATE, AND PAVERS SEE PHOTO P53 REPLACE CONCRETE R SEE PHOTO P54 I I X w mx] 5"D X� = REPLACE CONCRETE - i� SEE PHOTO P58 EXRM' EXAM r REPLACE TREE GRATE AND PAVERS Ex.Rnv EX.R/W r- REPLACE CONCRETE SEE PHOTO P50 I SEE PHOTO P56 J:1:1:1:•:•:•i•�y�i�pi i�•�It4444y.IY!11H1971:1:17171:199:171:C:is1:1".P.P.I:I:I:IJ"1"1"1"1"1'1_� .il%/1'�If'•Iv�� DICKSON ST, REPLACE CONCRETE, Mrd X3 1 TREE GRATE, AND PAVERS SEE PHOTO P55 a x3 nva x3 , NV8X3 yAa X3 1 r I I I i 1 NJa'X3 Wd X3 — ift lb > J J a Iw N a w Z — � � LLJ Z W N H Ld > a J o O� Q 2 1 Cn 1d w (D w J O U Z I REVISED 0\v 5/24/23 O V) W J> F a w J LL w cn w — of Q 0 ~ z Z a � >- � z z MD U L¢i Q n� — o :2 LLJ f LFA VJJ DATE May 24, 2023 PM-4 DRAWING. kk. Sk Idi 9*q .d Irtpm■m R R "IdCHIPPED CONCRETE PHOTO-P3 CHIPPED I. CONCRETE IN RAMP !r t PHOTO - P6 PHOTO -P7 PHOTO -P8 PHOTO-P9 PHOTO -P10 SETTLED PAVERS PHOTO - P11 PHOTO -P12 i CRACKED/CHIPPED CONCRETE PHOTO -P13 PHOTO - P14 PHOTO - P15 CONCRETE IN CORNER PHOTO - P16 PHOTO -P17 PHOTO - P18 PHOTO -P19 CRACKED CONCRETE IN CORNER PHOTO -P20 SURVEYED BY: DID DAMAGED DRAWN BY: WALLIWALL TOP - cw DESIGNED BY: MC N � II.- .�, z a PHOTO-P21 LU W � O � W W W O _j w z Uj ILOU CRACKED CONCRETE z 0 O ... U) H Ld O J a U_ Q Q00 Y O Q = U N PHOTO-P22 REVISED V DETERIORATING lr CONCRETE PHOTO P23 O \ " DETERIORATING 5/24/23 CONCRETE 0 j w F J >w k :. J_ w of LL > F- 0 Cn Z � z >-wQ (.Da Q � Z z PHOTO-P24 ULL ¢ r-y D_-LJ 3 z v w DATE. ri= s May 24, 2023 P 1 -1 MISSING PAVERS PHOTO - P25 DRAWING. ka %�t I'dc *9 oN ilw.., ar CRACKED CONCRETE PHOTO -P26 MISSING PAVERS _ c PHOTO -P27 - CRACKED/CHIPPED CONCRETE i . PHOTO -P29 DETERIORATING STAMPED -- CONCRETE PHOTO -P30 _ DETERIORATING n.ar CONCRETE T I PHOTO -P31 PHOTO -P32 PHOTO -P34 I• PHOTO -P35 - CRACKED A`CONCRETE k S CRACKEDF ' CONCRETEk nr f s s PHOTO - P36 PHOTO - P41 PHOTO - P37 PHOTO -P38 PHOTO -P39 PHOTO - P40 0 PHOTO -P42 PHOTO -P43 PHOTO - P44 PHOTO -P45 SURVEYED BY: DID DRAWN BY: cw DESIGNED BY: Mc MISSING \ PAVERS LU N Z LU m W j Q W W PHOTO - P46 W O J W a Ov z cl) Z O O11-- - O ~ Cn F- u.iO / L)J mm Qa Y O O MISSING PAVERS L) N PHOTO-P47 III I�; REVISED # Y, DETERIORATING �. PAVERS �s PHOTO -P48 5/24/23 CRACKED/CHIPPED — CONCRETE W V) J ~ 4 w J > w of LL wF- Q 0 cn z �wQ pa Qm _ PHOTO - P49 U Lt_ Q r-y UNLEVEL TREE , � 3 M GRATE z 0 M z L-J UNLEVEL PAVERS DATE � May 24, 2023 t:• PI-2 oRAwwc. PHOTO - P50 0� %e aaac *9 aN in,»arenla cw PHOTO -P51 CRACKED/CHIPPED — �`" CONCRETE UNLEVEL TREE GRATE >F-10 ' D -A PHOTO -P56 CHIPPED CONCRETE PHOTO -P52 UNLEVEL PAVERS IMMUNLEV EL TREE GRATE L CRACKED/CHIPPED CONCRETE _$ PHOTO -P53 DETERIORATING CONCRETE PHOTO -P54 CRACKED/CHIPPED CONCRETE UNLEVEL :. , '�►� PAVERS UNLEVEL TREE GRATE PHOTO -P55 PHOTO -P57 PHOTO -P58 SURVEYED BY: DID DRAWN BY: cw DESIGNED BY: MC N W z Q w w m 0 W W LU W >O J W �ja OCUz O H O NF- LdO U _ J Q a � Q J J O Q 2 U cn REVISED 5/24/23 Z O a w J F > w J LL w cn w — of Q F- 0 � ~ z Z a � z Z� U L¢i Q — 0 0 Z VLJ DATEMay 24, 2023 SHF-I PI-3 DRAWING. kk. Sk Idc 9*9 A lupmewU Cl N FALLIN AVE IL N FALLIN AVE SURVEYED BY: 60 0 60 DRAWN BY: LIVA DESIGNED BY: DE Scale: 1 " = 60' � 814 N ASSEMBLY DR � � ytiw Ilk 543 N ASSEMBLY DR 4' �4� t}e, SPEED `� ��� L• O ple, CUSHION L c~n 735`E TRUST S-- :-,ur , ,,�i!� -j s INSTALL 541 NASSEMBLY DR z W (2) SPEED CUSHION — A J ( INSTALL SIGNS = 0 Q (2) SPEED CUSHIONS 4 07 > ` 557 N ASSEMBLY DR J W 4 n f+ LU LU ~ ♦h .M� V J Q H cq �— U oR O H �P 0 583 N ASSEMBLY DR - - 572 N FALLIN AVE r � � I 20' STREET WIDTH - 6' - ITU 2' I 3' 3' N ASSEMBLY DR SPEED CUSHION DETAIL DIMENSION OF ONE SPEED CUSHION: TLx6'Wx3"H _�� REVISED osb Z O J V) J i > F w LLI LL�Q 0� U Z Lu Y Z } z zo ULLL<ry Lii LLJ V Z L LJ )ATE Apr 25, 2023 ;HEET 1 7RAWING: Assembly Dr ------ ----- _ SURVEYED BY: -- J I]RAWN BY: _ LIVA -- --- --- D-SIGNED BY: ----- DE ---------_--_--- ---- v — � 60 0 60 Scale: 1 " = 60' � ,i 364 N ASSEMBLY DR O \ Q Lu .. 1062 E DOGWOOD LN = Q Y U) U) 339 N ASSEMBLY DR :::D J Z ireo / ' p OF- LLJ LU LLJ (w j CUSHION �� y-� ..3' � Q 402 N ASSEMBLY DR INSTALL 387 N ASSEMBLY DR�s SPEED p Z (2) SPEED CUSHION 1061 E MISSOURI WAY CUSHION L.L.I W SIGNS �, V �� O Q INSTALL / ;�,� INSTALL 0- Z f _ - I (2) SPEED CUSHION (2) SPEED CUSHIONS a SIGNS Z 396 N ASSEMBLY DR l ` INSTALL j (2) SPEED CUSHIONS — '01 N ASSEMBLY DR avI_ o 432 N ASSEMBLY f r 1011 E MISSOURI WAYos Jllll Z J v) 20' STREET WIDTH 20.5' STREET WIDTH J> W — 6' 6' W Q 0 o' H z Z z 2 3 2 3 U IS 3.5-Q¢ z o 3' 3.5' j]:f :2 W 3 m z o Z W N ASSEMBLY DR N ASSEMBLY DR (CURB) DATE Apr 25, 2023 3 SPEED CUSHION DETAIL SPEED CUSHION DETAIL SHEET a DIMENSION OF ONE SPEED CUSHION: DIMENSION OF ONE SPEED CUSHION: TLx6'Wx3"H TLx6'Wx3"H s DRAWING: Assembly Dr SURVEYED BY: 60 0 60 DRAWN BY: LIVA DESIGNED BY: DE Scale: 1 " = 60' �+ �' ° _ ¢ W "- 32 W ELM ST 32 W ELM ST K- - 108 W ELM ST - - 4 W ELM ST 6EELM ST -. _ 40 E ELM ST - O U 1 •.• SPEED CUSHION _ �`i - '-, ,r 1 7q , +, SS E ELM ST J•^ ' W w \ 1 c 'Lin INSTALL ` cuswoN Lu W O INSTALL ' — ---- (2) SPEED CUSHION d F- U) LU (2) SPEED CUSHIONS -- -- SIGNS ti_ - INSTALL , INSTALL (2) SPEED CUSHION � Q SPEED CUSHIONS SIGNS U) - ---- _ \.M ELM ST •. W O 2084 N DUTTON PL ' z REVISED -.t 33 W ELM ST _ -'W ELM ST A _ .-..:_t_ ` _ _ 15 E ELM ST 3 W ELM ST 11 E ELM ST V 45ELM ST L _ - 2072 N DUTTON PL �•� . '�. � - - - - � r �'!. r e 61 E ELM ST �(�. ' . - '� ski N OLu 20' STREET WIDTH _ J J �- > F w — uj LL Q C:j 0~Z 7' 2' 3' z } (� 3' >- Y a Zo 0LLL< E):f :2 LLJ U Z L L] W ELM ST DATE: May 23, 2023 SPEED CUSHION DETAIL SHEET: DIMENSION OF ONE SPEED CUSHION: TLx6'Wx3"H II DRAWING: Elm `mot SpeedStatHour-234 Page 1 SpeedStatHour-234 -- English (ENU) Datasets: Site: Attribute: Direction: Survey Duration: Zone: File: Identifier: Algorithm: Data type: Profile: Filter time: Included classes: Speed range: Direction: Separation: Name: Scheme: Units: In profile: MetroCount Traffic Executive Speed Statistics by Hour [Assembely] Speed/Volume 402 2 - East bound, A trigger first. Lane: 2 9:01 Wednesday, April 5, 2023 => 15:51 Friday, April 7, 2023, Assembely 0 2023-04-07 1551.EC2 (Plus ) DD924YAC MC56-1-5 [MC55] (c)Microcom 19Oct04 Factory default axle (v5.07) Axle sensors - Paired (Class/Speed/Count) 10:00 Wednesday, April 5, 2023 => 15:00 Friday, April 7, 2023 (2.20833) 1, 2, 3, 4, 5, 6, 7, 8, 9, 10, 11, 12, 13 6-99mph. North, East, South, West (bound), P = East, Lane = 0-16 Headway > 0 sec, Span 0 - 328.084 ft Default Profile Vehicle classification (Scheme F3) Non metric (ft, mi, ft/s, mph, lb, ton) Vehicles = 2469 / 2583 (95.59%) SpeedStatHour-234 Page 2 SpeedStatHour-234 Site: Description: Filter time: Scheme: Filter: Speed Statistics by Hour Assembely.2.0E Speed/Volume 10:00 Wednesday, April 5, 2023 => 15:00 Friday, April 7, 2023 Vehicle classification (Scheme F3) Cls(1-13) Dir(NESW) Sp(6,99) Headway(>0) Span(0 - 328.084) Lane(0-16) Vehicles = 2469 Posted speed limit = 37 mph, Exceeding = 400 (16.20%), Mean Exceeding = 41.71 mph Maximum = 63.8 mph, Minimum = 6.3 mph, Mean = 28.5 mph 85% Speed = 37.36 mph, 95% Speed = 42.73 mph, Median = 26.84 mph 12 mph Pace = 19 - 32, Number in Pace = 1396 (56.54%) Variance = 66.48, Standard Deviation = 8.15 mph Hour Bins (Partial days) Time I Bin I Min I Max I Mean I Median 1 85% 1 95% 0000 1 7 0.284% 1 19.6 1 43.1 1 27.6 25.6 1 40.5 1 43.1 1 0100 1 8 0.324% 1 7.8 1 43.6 1 26.4 26.1 1 41.4 1 43.6 0200 1 3 0.122% 1 25.5 1 41.7 1 31.9 28.3 1 41.7 1 41.7 0300 1 3 0.122% 1 22.2 1 54.0 1 34.0 25.7 1 54.0 1 54.0 0400 1 10 0.405% 1 18.5 1 33.8 1 23.5 20.4 1 33.2 1 33.8 0500 1 37 1.499% 1 19.0 1 54.6 1 25.4 24.6 1 27.4 1 37.7 1 0600 1 54 2.187% 1 13.6 1 56.7 1 30.8 30.8 1 39.6 1 45.7 1 0700 1 81 3.281% 1 12.7 1 44.3 1 26.8 25.7 1 38.4 1 42.3 1 0800 1 127 5.144% 1 12.8 1 49.9 1 27.8 25.2 1 37.0 1 41.3 0900 1 126 5.103% 1 8.9 1 45.8 1 27.6 25.8 1 37.9 1 42.2 1000 1 171 6.926% 1 8.2 1 51.8 1 28.2 26.6 1 37.7 1 43.5 1100 1 195 7.898% 1 11.2 1 50.9 1 28.4 26.5 1 37.4 1 45.1 1200 1 187 7.574% 1 8.2 1 57.2 1 27.3 26.7 1 36.4 1 41.3 1300 1 153 6.197% 1 9.9 1 51.9 1 29.0 28.2 1 36.4 1 40.6 1400 1 178 7.209% 1 7.8 1 51.7 1 28.9 27.1 1 38.4 1 44.6 1 1500 1 139 5.630% 1 14.4 1 51.4 1 28.8 27.3 1 36.6 1 41.7 1600 1 209 8.465% 1 6.3 1 52.3 1 27.8 25.7 1 37.4 1 44.8 1700 1 222 8.991% 1 11.8 1 55.3 1 29.0 26.8 1 38.7 1 42.7 1800 1 179 7.250% 1 10.9 1 49.1 1 29.5 29.2 1 37.5 1 43.1 1900 1 142 5.751% 1 13.4 1 63.8 1 29.4 29.0 1 37.0 1 42.9 2000 1 121 4.901% 1 9.5 1 47.7 1 29.8 30.5 1 36.8 1 42.5 2100 1 65 2.633% 1 12.6 1 46.6 1 29.0 28.3 1 37.8 1 41.4 1 2200 1 32 1.296% 1 17.9 1 49.8 1 29.7 27.2 1 41.3 1 48.2 1 2300 1 20 0.810% 1 16.8 1 48.4 1 31.2 1 30.6 1 43.5 1 48.3 1 ---- 1 2469 100.0% 1 6.3 1 63.8 1 28.5 1 26.8 1 37.4 1 42.7 1 >PSL 37 mph 1 14.29% 2 25.00% 1 33.33% 1 33.33% 0 0.000% 1 2.703% 12 22.22% 13 16.05% 18 14.17% 20 15.87% 37 21.64% 32 16.41% 24 12.83% 20 13.07% 32 17.98% 19 13.67% 33 15.79% 45 20.27% 29 16.20% 22 15.49% 17 14.05% 11 16.92% 5 15.63% 5 25.00% 400 16.20% SpeedStatHour-248 Page 1 MetroCount Traffic Executive Speed Statistics by Hour SpeedStatHour-248 -- English (ENU) Datasets: Site: [Assembly Dr] Speed/Volume Attribute: Rex to Skyline Direction: 0 - Unused or unknown. Lane: 2 Survey Duration: 16:00 Tuesday, April 25, 2023 => 12:20 Friday, April 28, 2023, Zone: File: Assembly Dr 0 2023-04-28 1220.EC2 (Plus ) Identifier: DD924YAC MC56-L5 [MC55] (c)Microcom 19Oct04 Algorithm: Factory default axle (v5.07) Data type: Axle sensors - Paired (Class/Speed/Count) Profile: Filter time: 11:00 Thursday, April 27, 2023 => 11:00 Friday, April 28, 2023 (1) Included classes: 1, 2, 3, 4, 5, 6, 7, 8, 9, 10, 11, 12, 13 Speed range: 6 - 99 mph. Direction: North, East, South, West (bound), P = ???, Lane = 0-16 Separation: Headway > 0 sec, Span 0 - 328.084 ft Name: Default Profile Scheme: Vehicle classification (Scheme F3) Units: Non metric (ft, mi, ft/s, mph, lb, ton) In profile: Vehicles = 888 / 2513 (35.34%) SpeedStatHour-248 Page 2 SpeedStatHour-248 Site: Description: Filter time: Scheme: Filter: Speed Statistics by Hour Assembly Dr.2.OX Speed/Volume 11:00 Thursday, April 27, 2023 => 11:00 Friday, April 28, 2023 Vehicle classification (Scheme F3) Cls(1-13) Dir(NESW) Sp(6,99) Headway(>O) Span(0 - 328.084) Lane(0-16) Vehicles = 888 Posted speed limit = 37 mph, Exceeding = 65 (7.320%), Mean Exceeding = 40.25 mph Maximum = 57.6 mph, Minimum = 7.4 mph, Mean = 27.5 mph 85% Speed = 34.56 mph, 95% Speed = 38.36 mph, Median = 26.96 mph 12 mph Pace = 21 - 34, Number in Pace = 586 (65.99%) Variance = 41.70, Standard Deviation = 6.46 mph Hour Bins Time I Bin I Min I Max I Mean I Median 1 85% 1 95% 0000 1 9 1.014% 1 17.0 1 57.6 1 27.9 1 22.1 1 47.9 1 57.6 0100 1 1 0.113% 1 24.4 1 24.4 1 24.4 1 24.4 1 24.4 1 24.4 0200 1 3 0.3380 1 26.3 1 33.9 1 28.9 1 26.6 1 33.9 1 33.9 0300 1 2 0.225% 1 25.0 1 31.4 1 28.2 1 28.2 1 31.4 1 31.4 1 0400 1 4 0.450% 1 17.5 1 23.8 1 19.7 1 18.8 1 23.8 1 23.8 0500 1 22 2.477% 1 14.7 1 32.9 1 23.4 1 22.9 1 27.9 1 32.5 1 0600 1 28 3.1530 1 15.3 1 43.4 1 30.0 1 30.3 1 37.3 1 43.1 1 0700 1 26 2.9280 1 17.9 1 44.6 1 29.7 1 28.4 1 38.6 1 43.5 1 0800 1 50 5.631% 1 7.4 1 42.8 1 25.7 1 24.2 1 33.3 1 38.4 1 0900 1 53 5.9680 1 14.9 1 38.5 1 27.1 1 27.5 1 34.4 1 37.1 1 1000 1 44 4.955% 1 13.0 1 36.5 1 25.1 1 24.6 1 30.6 1 34.3 1100 1 49 5.518% 1 17.0 1 46.6 1 28.3 1 27.7 1 35.0 1 38.3 1200 1 146 16.44% 1 12.3 1 43.5 1 30.0 1 31.0 1 35.3 1 38.2 1 1300 1 60 6.757% 1 14.9 1 42.0 1 28.4 1 26.6 1 36.4 1 38.6 1 1400 1 34 3.8290 1 17.3 1 40.7 1 26.3 1 25.1 1 33.7 1 37.9 1 1500 1 35 3.9410 1 13.9 1 42.1 1 26.4 1 24.9 1 34.2 1 38.5 1 1600 1 67 7.545% 1 17.8 1 40.1 1 26.9 1 26.1 1 34.2 1 37.7 1700 1 77 8.671% 1 10.7 1 39.7 1 25.4 1 24.3 1 32.2 1 34.1 1800 1 39 4.392% 1 8.9 1 51.1 1 25.5 1 24.5 1 31.7 1 41.0 1900 1 39 4.392% 1 18.2 1 40.8 1 28.0 1 27.4 1 38.1 1 40.6 2000 1 43 4.842% 1 18.9 1 40.7 1 29.1 1 28.3 1 34.4 1 40.4 2100 1 20 2.252% 1 17.0 1 43.1 1 27.4 1 25.1 1 39.1 1 43.0 1 2200 1 26 2.9280 1 17.6 1 49.3 1 29.9 1 29.6 1 37.1 1 47.2 1 2300 1 11 1.239% 1 19.4 1 31.8 1 26.7 1 29.1 1 31.8 1 31.8 1 ---- 1 888 100.0% 1 7.4 1 57.6 1 27.5 1 27.0 1 34.6 1 38.4 1 >PSL 37 mph 2 22.220 0 0.000% 0 0.000% 0 0.000% 0 0.000% 0 0.000% 4 14.290 5 19.230 3 6.000% 2 3.7740 0 0.000% 4 8.1630 13 8.9040 5 8.3330 1 2.9410 3 8.5710 3 4.4780 2 2.5970 2 5.1280 6 15.380 3 6.9770 3 15.00% 4 15.380 0 0.000% 65 7.320% SpeedStatHour-37 Page 1 MetroCount Traffic Executive Speed Statistics by Hour SpeedStatHour-37 -- English (ENU) Datasets: Site: Attribute: Direction: Survey Duration: Zone: File: Identifier: Algorithm: Data type: Profile: Filter time: Included classes: Speed range: Direction: Separation: Name: Scheme: Units: In profile: [Elm] ^ 0 - Unused or unknown. Lane: 0 12:00 Friday, November 6, 2020 => 10:33 Tuesday, November 10, 2020, Elm 0 2020-11-10 1034.EC0 (Plus ) DD799A8Z MC56-1-5 [MC55] (c)Microcom 19Oct04 Factory default axle (v5.07) Axle sensors - Paired (Class/Speed/Count) 7:00 Monday, November 9, 2020 => 7:00 Tuesday, November 10, 2020 (1) 1, 2, 3, 4, 5, 6, 7, 8, 9, 10, 11, 12, 13 5 - 100 mph. North, East, South, West (bound), P = ????, Lane = 0-16 Headway > 0 sec, Span 0 - 300 ft Default Profile Vehicle classification (Scheme F3) Non metric (ft, mi, ft/s, mph, lb, ton) Vehicles = 697 / 1613 (43.21 %) SpeedStatHour-37 Page 2 SpeedStatHour-37 Site: Description: Filter time: Scheme: Filter: Speed Statistics by Hour Elm.O.OX A 7:00 Monday, November 9, 2020 => 7:00 Tuesday, November 10, 2020 Vehicle classification (Scheme F3) Cls(1-13) Dir(NESW) Sp(5,100) Headway(>O) Span(0 - 300) Lane(0-16) Vehicles = 697 Posted speed limit = 40 mph, Exceeding = 9 (1.291 %), Mean Exceeding = 41.82 mph Maximum = 44.1 mph, Minimum = 8.0 mph, Mean = 27.9 mph 85% Speed = 33.44 mph, 95% Speed = 37.02 mph, Median = 28.19 mph 10 mph Pace = 23 - 33, Number in Pace = 448 (64.28%) Variance = 31.56, Standard Deviation = 5.62 mph Hour Bins Time I Bin I Min I Max I Mean I Median 1 85% 1 95% 0000 1 0 0.000% 1 0.0 1 0.0 1 0.0 1 0.0 0.0 1 0.0 1 0100 1 2 0.287% 1 28.0 1 37.2 1 32.6 1 32.6 37.2 1 37.2 1 0200 1 1 0.143% 1 16.1 1 16.1 1 16.1 1 16.1 16.1 1 16.1 1 0300 1 0 0.000% 1 0.0 1 0.0 1 0.0 1 0.0 0.0 1 0.0 1 0400 1 0 0.000% 1 0.0 1 0.0 1 0.0 1 0.0 0.0 1 0.0 1 0500 1 2 0.287% 1 19.5 1 20.9 1 20.2 1 20.2 1 20.9 1 20.9 1 0600 1 8 1.148% 1 20.8 1 30.6 1 27.1 1 27.3 30.5 1 30.6 1 0700 1 65 9.326% 1 15.3 1 43.2 1 28.9 1 29.4 1 35.4 1 38.4 1 0800 1 71 10.19% 1 16.2 1 44.1 1 29.0 1 29.5 33.4 1 36.7 1 0900 1 42 6.026% 1 10.5 1 40.6 1 27.9 1 27.9 33.1 1 39.6 1 1000 1 49 7.030% 1 11.5 1 38.8 1 26.8 1 26.6 32.9 1 37.9 1 1100 1 50 7.174% 1 10.2 1 38.4 1 28.1 1 28.5 34.1 1 36.8 1 1200 1 52 7.461% 1 15.8 1 40.2 1 28.7 1 29.1 33.7 1 36.6 1 1300 1 61 8.752% 1 12.0 1 42.4 1 27.5 1 27.1 33.4 1 38.0 1 1400 1 57 8.178% 1 11.4 1 42.3 1 28.0 1 27.7 33.6 1 38.8 1 1500 1 66 9.469% 1 16.3 1 41.2 1 27.6 1 28.1 32.6 1 37.2 1 1600 1 51 7.317% 1 14.0 1 37.2 1 27.5 1 28.6 33.2 1 36.7 1 1700 1 73 10.47% 1 13.8 1 37.0 1 27.4 1 27.5 33.6 1 35.4 1 1800 1 22 3.156% 1 17.6 1 37.6 1 28.4 1 28.4 34.7 1 37.4 1 1900 1 7 1.004% 1 20.5 1 37.0 1 28.6 1 27.7 1 35.8 1 37.0 1 2000 1 6 0.861% 1 24.1 1 34.0 1 26.8 1 25.7 1 33.6 1 34.0 1 2100 1 5 0.717% 1 19.2 1 33.0 1 28.2 1 31.4 1 33.0 1 33.0 1 2200 1 4 0.574% 1 8.0 1 26.8 1 20.6 1 23.8 1 26.8 1 26.8 1 2300 1 3 0.430% 1 21.6 1 33.0 1 26.6 1 25.2 1 33.0 1 33.0 1 ---- 1 697 100.0% 1 8.0 1 44.1 1 27.9 1 28.2 1 33.4 1 37.0 1 >PSL 40 mph 0 -o 0 0.000% 0 0.000% 0 -o 0 -o 0 0.000% 0 0.000% 2 3.077% 2 2.817% 1 2.381% 0 0.000% 0 0.000% 1 1.923% 1 1.639% 1 1.754% 1 1.515% 0 0.000% 0 0.000% 0 0.000% 0 0.000% 0 0.000% 0 0.000% 0 0.000% 0 0.000% 9 1.291% CITY OF W41iFAYETTEVILLE ARKANSAS MEETING OF MAY 30, 2023 CITY COUNCIL MEMO 2023-781 TO: Mayor Jordan and City Council THRU: Chris Brown, Public Works Director Susan Norton, Chief of Staff FROM: Matt Casey, Engineering Design Manager DATE: May 17, 2023 SUBJECT: Approval of a construction contract in the amount of $488,300.29 with Milestone Construction Company, LLC. for the Happy Hollow Sidewalk Improvements Project, and approval of a $50,000.00 project contingency. RECOMMENDATION: Staff recommends approval of a construction contract in the amount of $488,300.29 with Milestone Construction Company, LLC. for the Happy Hollow Sidewalk Improvements Project, and approval of a $50,000.00 project contingency. BACKGROUND: The Happy Hollow Sidewalk Improvements project includes the construction of approximately 1,000 feet of 6' wide sidewalk along the west side of Happy Hollow Road from 4th Street to the north. 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 May 11, 2023, the City received three (3) construction bids for this project. Milestone Construction Company, LLC submitted the low bid of $488,300.29. Engineering staff recommends awarding this contract to Milestone Construction Company, LLC. The contract time is 150 days (5 months) for substantial 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 $488,300.29 www.fayetteville-ar.gov ATTACHMENTS: 2023-781 SRF Happy Hollow Milestone, 00500 Agreement- Signed by contractor, Bid 23- 24, Submittal - Milestone Construction Company, LLC - E, Bid 23-24, Bid Tab - AB and LM Signed, Council Cover 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 #: 2023-781 Approval of a construction contract in the amount of $488,300.29 with Milestone Construction Company, LLC. for the Happy Hollow Sidewalk Improvements Project, and approval of a $50,000.00 project contingency. A RESOLUTION TO AWARD BID #23-24 AND AUTHORIZE A CONTRACT WITH MILESTONE CONSTRUCTION COMPANY, LLC IN THE AMOUNT OF $488,300.29 FOR THE HAPPY HOLLOW SIDEWALK IMPROVEMENTS PROJECT, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $50,000.00 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 #23-24 and authorizes Mayor Jordan to sign a contract with Milestone Construction Company, LLC, a copy of which is attached to this Resolution, in the amount of $488,300.29 for the Happy Hollow Sidewalk Improvements Project, and further approves a project contingency in the amount of $50,000.00. Page 1 Chris Brown Submitted By City of Fayetteville Staff Review Form 2023-781 Item ID 6/6/2023 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 5/17/2023 ENGINEERING (621) Submitted Date Division / Department Action Recommendation: Approval of a construction contract in the amount of $488,300.29 with Milestone Construction Company, LLC. for the Happy Hollow Sidewalk Improvements Project, and approval of a $50,000.00 project contingency. Budget Impact: 2100.410.5500-5814.00 2100 - Street Fund Account Number 02053.5500 Project Number Budgeted Item? Yes Does item have a direct cost? Yes Is a Budget Adjustment attached? No Fund Sidewalk Improvements Total Amended Budget Expenses (Actual+Encum) Available Budget Item Cost Budget Adjustment Remaining Budget Project Title $ 2,630,610.00 $ 354,777.97 $ 2,275,832.03 $ 538,300.29 1,7; V20221130 Purchase Order Number: Previous Ordinance or Resolution # Change Order Number: Original Contract Number: Approval Date: Comments: Item cost includes construction contract plus the project contingency. DOCUMENT 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR Contract Name/Title: HAPPY HOLLOW SIDEWALK IMPROVEMENTS Contract No.: 23-24, Construction THIS AGREEMENT is dated as of the day of in the year 2023 by and between The City of Fayetteville, Arkansas and Milestone Construction Company,LLC (hereinafter called Contractor). ARTICLE I - WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The work under this Contract includes, but is not limited to: The construction of approximately 1,025 linear feet of S ft. sidewalk along Happy Hollow Road north of 4' Street. 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 driveway construction, 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 are 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. ARTICLE 3 - CONTRACT TIME 3.01 TIME OF THE ESSENCE: A. All time limits for milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 00500 Agreement 00500- 1 DOCUMENT 00500 — AGREEMENT (continued) 3.02 DATES FOR SUBSTANTIAL COMPLETION AND FINAL PAYMENT: A. The Work shall be Substantially Completed within 150 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 180 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 determinations of actual quantities and classifications are to be made by ENGINEER as provided in the General Conditions. Unit prices have been computed as provided in the General Conditions. 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. 1. There shall be no changes without prior written approval of the Engineer of Record and/or the City's designated Professional Engineer. 00500 Agreement 00500-2 DOCUMENT 00500 — AGREEMENT (continued) 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. 5.03 FINAL PAYMENT: A. Upon final completion and acceptance of the Work in accordance with the GENERAL CONDITIONS, The City of Fayetteville shall pay the remainder of the Contract Price as recommended by Engineer and as provided in the GENERAL CONDITIONS. 00500 Agreement 00500-3 DOCUMENT 00500 — AGREEMENT (continued) ARTICLE 6 - CONTRACTOR'S REPRESENTATIONS 6.01 In order to induce The City of Fayetteville to enter into this Agreement, Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents including the Addenda and other related data identified in the Bid Documents. B. Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. Contractor has carefully studied all: (1) Reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and (2) Reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Contractor acknowledges that The City of Fayetteville and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the Site. E. Contractor has obtained and carefully studied (or assumes responsibility of having done so) all such additional supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost, progress, performance, and furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. F. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the performing and furnishing of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. G. Contractor is aware of the general nature of work to be performed by The City of Fayetteville and others at the Site that relates to the Work as indicated in the Contract Documents. H. Contractor has correlated the information known to Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 00500 Agreement 00500 - 4 DOCUMENT 00500 — AGREEMENT (continued) 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 - CONTR, 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: HAPPY HOLLOW SIDEWALK IMPROVEMENTS PROJECT S. Addenda numbers inclusive. 9. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to the GENERAL CONDITIONS. ARTICLE 8 - MISCELLANEOUS 8.01 TERMS: A. Terms used in this Agreement which are defined in the GENERAL CONDITIONS shall have the meanings stated in the GENERAL CONDITIONS. 8.02 ASSIGNMENT OF CONTRACT: A. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the patty sought to be bound; and specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except 00500 Agreement 00500-5 DOCUMENT 00500 — AGREEMENT (continued) to the extent that the effect of this restriction may be limited by Law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.03 SUCCESSORS AND ASSIGNS: A. The City of Fayetteville and Contractor each binds himself, his partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 8.04 SEVERABILITY: A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon The City of Fayetteville and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 8.05 FREEDOM OF INFORMATION ACT: A. City contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. 8.06 LIENS: A. No liens against this construction project are allowed. Arkansas law (A.C.A. §§ 18- 44-501 through 508) prohibits the filing of any mechanics' of materialmen's liens in relation to this public construction project. Arkansas law requires and the contractor promises to provide and file with the Circuit Clerk of Washington County a bond in a sum equal to the amount of this contract. Any subcontractor or materials supplier may bring an action for non-payment or labor or material on the bond. The contractor promises to notify every subcontractor and materials supplier for this project of this paragraph and obtain their written acknowledgement of such notice prior to commencement of the work of the subcontractor or materials supplier. 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. 00500 Agreement 00500-6 DOCUMENT 00500 —AGREEMENT (continued) This Agreement will be effective on of the Agreement. CONTRACTOR: yw% .' . p i ��!/_/ (Signature) 20_, which is the Effective Date CITY OF FAYETTEVILLE By: Lioneld Jordan (Signature) Title: Title: Mayor 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) Attes — - Attest 00500 Agreement 00500 - 7 (SEAL) DOCUMENT 00500 — AGREEMENT (continued Address for giving notices Address pp Address for giving notices - CZ tJ. qV1 �il►P L JAt k 113 W. Mountain St. �J��f (I lr- �27 Fayetteville. AR 72701 License No. l' f l q[1-1 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 Search Incorporations, Cooperatives, Banks and Insurance Companies This is only a preliminary search and no guarantee that a name is available for initial filing until a confirmation has been received from the Secretary of State after filing has been processed Please review our NAME AVAILABILITY GUIDELINES HERE prior to searching for a new entity name. Printer Friendly Version LLC Member information is now confidential per Act 865 of 2007 Use your browser's back button to return to the Search Results Begin New Search For service of process contact the Secretary of State's office. Corporation Name MILESTONE CONSTRUCTION COMPANY, LLC Fictitious Names Filing # 800044464 Filing Type Limited Liability Company Filed under Act Domestic LLC; 1003 of 1993 Status Good Standing Principal Address Reg. Agent SAM R. HOLLIS Agent Address 2002 S. 48TH ST. SPRINGDALE, AR 72762 Date Filed 10/20/2004 Officers SEE FILE, Incorporator/Organizer GINA R. MORAN , Tax Preparer Foreign Name N/A Foreign Address State of Origin N/A Purchase a Certificate of Good Pay Franchise Tax for this corporation Standing for this Entity. CITY OF -� FAYETTEVILLE ARKANSA Bid 23-24 Addendum 2 Milestone Construction Company, LLC Milestone Construction Company, LLC Supplier Response Event Information Number: Bid 23-24 Addendum 2 Title: Construction - Happy Hollow Sidewalk Improvements Type: Invitation to Bid Issue Date: 4/16/2023 Deadline: 5/11/2023 02:00 PM (CT) Notes: The City of Fayetteville is accepting sealed bids from properly licensed firms for the construction of approximately 1,025 linear feet of 8 ft. sidewalk along Happy Hollow Road, north of 4th Street. 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 driveway construction and pavement restoration. Questions regarding this bid should be addressed to Amanda Beilfuss, Sr. Purchasing Agent at abeilfuss(a)fayetteville-ar.gov. Contact Information Contact: Amanda Beilfuss - Sr. Purchasing Agent Address: Purchasing City Hall Room 306 113 W. Mountain St. Fayetteville, AR 72701 Email: abeilfuss@fayetteville-ar.gov Page 1 of 5 pages Vendor: Milestone Construction Company, Bid 23-24 Addendum 2 LLC Milestone Construction Company, LLC Information Contact: Erin Metcalf Address: 2002 S. 48th Street Suite A Springdale, AR 72762 Phone: (479) 751-3560 x202 Fax: (479) 751-4841 Email: emetcalf@mstonecc.com Web Address: mstonecc.com By submitting your response, you certify that you are authorized to represent and bind your company. Erin Metcalf emetcalf@mstonecc.com Signature Email Submitted at 511112023 11:09:03 AM (CT) Requested Attachments Bid 23-24, Required Signature Forms Happy Hollow Complete bid.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 23-24, Bid Bond Bid Bond- Happy Hollow.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: 800044464 2 Arkansas Contractor License Number: 0156050424 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. 0 Yes, I agree (Yes, I agree) ❑ No, I don't agree (No, I don't agree) 4 Addendum Acknowledgement By selecting "I agree", you acknowledge that you have read and understand any addendums that have been issued for this bid. 211 agree (I agree) Bid Lines Page 2 of 5 pages Vendor: Milestone Construction Company, Bid 23-24 Addendum 2 LLC 1 Embankment (Plan Quanitity) 6 Quantity: 470 UOM: CY Price: $6.17 Total: $2,899.90 Page 3 of 5 pages Vendor: Milestone Construction Company, Bid 23-24 Addendum 2 LLC 3 36" Reinforced Concrete Pipe Class III (Under Pavement) 2 Quantity: 27 UOM: LF Price: $255.74 Total: $6,904.98 Page 4 of 5 pages Vendor: Milestone Construction Company, Bid 23-24 Addendum 2 LLC 4 Construction Video & Photographs 2 Quantity: 1 UOM: LS Price: $630.00 Total: $630.00 Response Total: $488,300.29 Page 5 of 5 pages Vendor: Milestone Construction Company, Bid 23-24 Addendum 2 LLC AIA Document A310'" - 2010 i • . • / a CONTRACTOR: (iVame, legal status and address) Milestone Construction Company, LLC 2002 S. 48th Street, Suite A Springdale, AR 72762 OWNER: (Name, legal status and address) City of Fayetteville, Arkansas 113 W. Mountain SURETY: (Name, legal status and principal place of business) Travelers Casualty and Surety Company of America One Tower Square Hartford, CT 06183 Fayetteville, AR 72701 BOND AMOUNT: $ Five percent of Bid Amount ---- (5%) PROJECT: (Name, location or address, and Projecl mrmber, ifan,i) Happy Hollow Sidewalk Improvements The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that i r the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terns of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or (2) pays to the Owner the difference, not to exceed the amount of this Bond between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice bythe Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the terns Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the proiect, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so famished. the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. ADDITIONS AND DELETIONS: The author of this document has added information needed for its completion. The author may also have revised the text of the original AIA standard form. An Additions and Deletions Report that notes added information as well as revisions to the standard form text is available from the author and should be reviewed. A vertical line in the lea margin of this document indicates where the author has added necessary information and where the author has added to or deleted from the original AIA text. This document has important legal consequences. Consultation with an attorney is encouraged with respect toits completion or modification. Any singular reference to Contractor. Surety. Owner or other party shall be considered plural where applicable. Will AIA Document A311i-2010. Copynyrt O1963.1970 and 2a10 by The American Institute of Architects. All rights reserved. WARNING: This AIA` Document Is protected by U.S. copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA" Document, or my portion of It, may resud in severe civil and crunmal penalties, and will be prosecuted 10 the maximum extent possible under the law. Signed and sealed this I ith day of May - 2023 &AG ' (If'ibress/ (ii�'itnzss} Milestone 96 srtruction Compa y, LLC (Con a r as Prineipa) (Seal) / 7- Travelers Casualty and Surety Company of America ( (Seal) ("lit/¢) Pamela K. Hays, Attorney -in -Fact Intl WA Document A910'^-2010. Copydg Q 19631070 and 2010 by The American Institute of Architects. Ml rights reserved. WARNING: This Al A -Document Is protected try U.& Copyright Law and International Treaties. Unauthartzed reproduction or distribution of this AIA" Document, or any portion of n, 2 may result in severe civil and criminal penalties. and will be prosecuted to the Maximum extent possible under the law. Travelers Casualty and Surety Company of America AAW Travelers Casualty and Surety Company TRAVELERS J 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 Pamela K Hays of NORTH LITTLE ROCK , 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. 0SH41, ��.�v µDa�11tf � E � �va��� State of Connecticut By: City of Hartford ss. Robert L. Rane , enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. /J �/ ;� xomm a. (/�/�„�_ My Commission expires the 30th day of June, 2026 • �' p1e'10 t Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys-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 fled 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 seat, if required) by one or more Attomeys-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 111th day of May , 2023 D F - Lw� o MrR ol J• rR* )01 WZZ a A(, Kevin E Hughes, Assi tant Secretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above -named Attomey(s)-in-Fact and the details of the bond to which this Power of Attorney 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. 5% 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. All addenda shall be signed, acknowledged, and submitted on the appropriate forms (submitting the actual addendums or marking acknowledgement on other bid pages). All line items shall be appropriately filled out and extended to reveal the line item price as well as the total bid price. Total base bid should be calculated in the provided space. N All pages provided with signature lines shall be appropriately signed, dated accordingly, and included with submitted bid 1 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/cityoffayettevillear. 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. If submitting 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: y • List of Subcontractors: Submit form on Ion v o attach if submitting a physical bid. • AR Secretary of State Filing I OR submit electronically. Arkansas Contractor License #: 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 or NO Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville. AR 72701 License No. 0156050424 ID #1 State of Arkansas Commercial Contractors Licensing Board MILESTONE CONSTRUCTION COMPANY, LLC 2002 S 48TH ST SPRINGDALE, AR 72762 This is to Certify That MILESTONE CONSTRUCTION COMPANY, LLC is duly licensed under the provisions of Ark. Code Ann. § 17-25-101 et. seq. as amended and is entitled to practice Contracting in the State of Arkansas within the following classifications/specialties: BUILDING - (COMMERCIAL & RESIDENTIAL) MUNICIPAL & UTILITY CONSTRUCTION This contractor has an unlimited suggested bid limit. from April 28, 2023 until April 30, 2024 when this Certificate expires. Witness our hands of the Board, dated at ,North Little Rock, Arkansas: j CHAIRMAN SECRETARY April 28, 2023 - dsa ACC b® CERTIFICATE OF LIABILITY INSURANCE DAM (MMIDo22YY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Maria Williams NAME: Sterling Seacrest Pritchard ac°NNo (501)478-2962 ac Na: (501)251-1200 i&:amarlaw@sspins.com P O Box 16445 ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC0 Little Rock AR 72231 INSURERA: Amensure Mutual Insurance Cc 23396 INSURED Company INSURER B: Ins Atlantic Specialty Com n 27154 Milestone Construction Co., LLC INSURER C : 2002 South 48th Street INSURER D : INSURER E Springdale AR 72762 INSURER F: COVERAGES CERTIFICATE NUMBER: 22/23 All Lines REVICInN NI HUBER. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE INSD INVD POLICY NUMBER POLICY EFF MMMD POLICY EXP MMIDD LIMITS X COMMERCIALGENERALLIABILDY CIAIMS-MADE FRIOCCUR Blanket Contractual Liability EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES Esouoenx x $ 1,000,000 X MED EXP(my one consort $ 10,000 X XCU Included PERSONAL SADV INJURY $ 1,000,0()0 A Y Y CPP20262171802 12/01/2022 12/01/2023 GEN'LAGGREGATE LIMITAPPLIES PER: O- POLICY OX PR JECT LOC GENERALAGGREGATE $ 2,000.000 PRODUCTS-COMP/OPAGG $ 2.000,000 $ OTHER: AUTOMOBILE LIABILITY ANY AUTO COMBINED SINGLE LIMIT Ea �x dent $ 1,000,000 X BODILY INJURY (Per persont $ A OWNED SCHEDULED AUTOS ONLY AUTOS Y Y CA20262141802 12/01/2022 12/01/2023 BODILY INJURY(P., axiden) $ X HIRED NON -OWNED AUTOS ONLY AUTOS ONLY PROPERTY DAMAGE Per acddent $ It X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 10,000,000 A I EXCESSL14B cLB- AIMMADE Y Y CU20336521602 12/01/2022 12/01/2023 AGGREGATE $ 10,000,000 DE. X1 RETENTION $ 0 $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR/PARTNERIEXECUTIVE � OFFICERIMEMBER EXCLUDED? (Mandatory In NH) If yea, describe under DESCRIPTION OF OPERATIONS below NIA Y WC20262351702 12/01/2022 12/01/2023 v /� STATUTE ERH E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE E 1,000,000 E.L. DISEASE -POLICY LIMIT $ 1.000,000 Blanket Builders Risk Limit Per Jobsite $10,000,000 B 7900210100006 12/'01/2022 12/01/2023 Deductible $2,50 ) Wind/Hail Deductible $5,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Addtional Remarks Schedule, may be attached K more space Is required) The following applies when required in written contract or agreement: Certificate holder and owner are included as additional insureds on a primary and non-contributory basis with respect to General Liability (including completed operations), Auto Liability. Waiver of subrogation is provided on General Liability, Auto Liability and Workers Compensation. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD DOCUMENT 00140 — BIDDER'S QUALIFICATION STATEMENT Contract Name: HAPPY HOLLOW SIDEWALK IMPROVEMENTS Bid #: 23-24, Construction Date: 5-11- U2/97 SUBMITTED TO: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 SUBMITTED BY: Company Named ti Address 71 `� ._ � Principal Office a Corporation, partnership, individual, joint venture, other, I �eJ Arkansas State Genera Co tract r' Li ense Number (Type or legibly print) EXPERIENCE STATEMENT L. b 1. Bidder has been engaged as a General Contractor in construction for I � years and has performed work of the nature and magnitude of this ontract for :4 years. Bidder has been in business under its present name for 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. N0 00140 Bidder Qualifications 00140-1 DOCUMENT 00140 — BIDDER'S QUALIFICATION STATEMENT (continued) 5. Bidder nonnally performs the following work with his own forces: u M nm. V A B ro W, VmL 6. Construction experience of key individuals in the organization is as follows (continued on attached sheets if needed): M 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: - k7w'• -6ILL 8. Bidder's Workmen's Compensation Experience Modifier Factor is: •-rq 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: 1. 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 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: Judpment Creditors a. b. Where Docketed and Date Amount S Bidder hereby represents and warrants that all statements set forth herein are true and correct. Date: 4L,2023. (OFFICIAL SEAL) Organization:Name of By A!1 (Type or legibly print) By (Signaturee))% / Title � Z-ArZZF4/r (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 n z ^q o V, rn .3 n n y cn cn c �. NO P �. ❑. C O wO O O v Y 7 �+, pp ❑. P P `n .Oi Lam. Gam. 6 iDi p, OR C y � � 3 0 n c �' v m m O 07 a ro z 8 z > c z ^ n f�1. QS 7 00 a YT w n O 97 In 'n b7 'T Ti z cn ;xI CA R o 0 y^ h E S n .ti. 2' ro rt z eT. i 50 N � A x� rie sa as to as ca ae O W O O W O O pO O pN W O O O O O O O O 0 J O ��i. r u� •.+ N r 0 CD 3 A A n B O O O O O O O O O o a o G °0 0 :74n �c n v°S "o 5�2 n cn v 9 0 nR, °o H zx_ c. iiy S a c 5.a noo v o. v�T Y.� xw2 o E N 09 xa Y C „ O 9 "O J x J GD N J J fl, L�wt, `s� N x � OC. D N v`"�,' 02 b tb�+ O 00 � << �p �p �j v w Q mT w m Z v m y Re S. �O Y n Q O U O N a M �a ^ w` A a zF T x0 O N y ^ y ✓ N J A W ✓ y �O S o V N w .N o N w w W J O 7 $ s $ 8 a $ J S ^ � o a n 0 N N N W W W ^ O 5 a O 7 A [A J (n cp tz N rn t m n m CL m Oc �O x N to d to ° _ E a � y n y xy x x a _ c tz rn 'S7 J � n a y x o w a x 0 0 w rt ON ram, O N to a 4 b J G. � 00 G. z C d o R. O R v tz m (4 x x A ov d v y G < o z r y d x °° tr x; d y O ei N C'� n a x e y R w ^ y � > y n m O ❑ ? ° " y n ^ 4 � �! to 5n p1 8q M L9 O to p O W W " C N O oC 8 J ,V^ r b tJ {ppNh tvJi in to ~ b �J O to to O C w 0 't 7 .N. :o v ;; to t� n to R c to A 3 o A o' R O rt R • N O O d O Nt O CR jv Opp tie R G Ol'�7 C two J 7i G ..r w �+ A UO o �e M n ro z n x z 0 dei r� M O P� y YyY N O iJ G7 rt �yy W J � I, IQ J y J .% IQ a J O raw �• � R 5 y � n. o C a W O s y b O w C Yd ov n o O R w n Y ny I o ti r1no°�Rir, E g F: rt- 2' pr Y YF; Yyc'r. p Y^ ^^ o r. Y IQ o n n K N � 89 Sb &9 LA gy qp ,yy C C pp� C O O W O O S O n o IQ o IQ J e n TJ D o' K N O ✓ V+ u to IQ In h IQ y 0 a re S o J a a w v a w o va S R a £c a O ° A �°$ � > 0 °y 0 9ro 'ne oq J C^ IJ C m J P n J ^ IQ J n N . N rA JO R R P a ^, J N a roTi' 0 J Ci 0 a •o `` 0 6 � � 'o C2 = n vb Z O n �. � y n y ,� 'ro o •� 70 C�`� 1. J ° r�•. J co � CNC Oi `yGr x1,4 E.y R N J < Ra CT, N N R �rt 0 F n fp in M � 49 b9 ye S9 IQ .+ A u' O O w O> W W k O IJ J N N Oo O N J go S O W N ILI S S w n 0 a cr N N r o e e O O O a A • O a G tz ( A + N OO w S C p 7 !''� S ','''j 7 n '� C ai S ,f^ eL J r`e n. F DG Qy 7G 6 a e': O ? 00 ,i Ei to O to z J O J b7 t^ M 7 O E tz 5 � n y' z rta z rt m A C�i C7 z 'S7 Iz 'rl �. n � a S z � b 50 c c. v a y y' IJ C O O N O O O OJ OD Oo �-r pp n oa 00 q 'a O) O O D P e pie O R DOCUMENT 00400 — BID FORM Contract Name: HAPPY HOLLOW SIDEWALK IMPROVEMENTS Bid Number: 23-24 BID TO: Owner: BID FROM: Bidder: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 AN, AIR ' it 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 Date # a 5- - a-3 00400-Bid Form 00400 - 1 DOCUMENT 00400 — BID FORM (continued) Email: Phone Fax Nc 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. b -/ If Bidder is: An Individual Name (type or printed): M Doing business as: Business address: Phone No. Email address: A Partnershio 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, (SEAL) (SEAL) 00400-Bid Form 00400 - 4 DOCUMENT 00400 — BID FORM (continued) Corporation Name: �l 1 t )y� Vi Jl i l 01 I U'J I YW IM �1 , (SEAL) State of Incorporation: ATAi I�n i Type (General Business, Professio)ial, Service, Limited Liability): l I (Signature of gen;r#1 partner - attach evionce of authority to sign) Name 7;2 Title: Attest: Phone No. Email address: Tax ID Number DUNS# Cage Code: Fax No. (CORPORATE SEAL) 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: HAPPY HOLLOW SIDEWALK IMPROVEMENTS Bidder certifies that all Subcontractors listed are eligible to perform the Work. Subcontractor's Work Clearing/Demolition SWPPP/Erosion Control Asphalt Concrete Landscaping Material Testing Other (designate) Subcontractor's Name and Address I 1 I Alt ago I Fu ..J NOTE: This form must be submitted in accord a ith the Instructions to Bidders. Bidder's Signature Expected Percentage or Value ku�,4gl,m2� rz 00430 List of Subcontractors 00430-1 CITY OF FAYETTEVILLE BID TABULATION ARKANSAS Bid 23-24, Construction - Happy Hollow Sidewalk Improvements DEADLINE: Thursday, May 11, 2023 at 2:00 PM Certification of Funds: $600,000.00 ($750,000.00 total allowed) Total Milestone Construction Company, LLC Sweetser Construction, Inc. Steep Creek LLC $488,300.29 $587,571.00 $733,882.45 Description CITY UOM Unit Extended Unit Extended Unit Extended 1 Mobilization (Shall not exceed 5%of Total Bid) 1 1 LS $19,329.70 $27,043.40 $19,329.70 $27,043.40 $17,110.00 $8,430.00 $17,110.00 $8,430.00 $31,625.00 $31,625.05 2 Insurance and Bonding LS $17,875.00 $17,875.00 3 Roadway Construction Control (Staking) 1 LS $5,040.00 $5,040.00 $16,000.00 $16,000.00 $7,562.50 $7,562.50 4 Act 291, 1993 Trench and Excavation Safety Systems 1 LS $6,300.00 $6,300.00 $2,500.00 $2,500.00 $8,937.50 $8,937.50 5 Erosion Control 1 LS $20,600.00 $20,600.00 $10,000.00 $10,000.00 $9,793.75 $9,793.75 6 Traffic Control and Maintenance 1 LS $3,780.00 $3,780.00 $50,000.00 $50,000.00 $27,062.50 $27,062.50 7 Clearing, Grubbing, & Demolition 1 LS $25,074.00 $25,074.00 $22,500.00 $22,500.00 $41,520.00 $41,520.00 8 Remove Dispose Existing Curb and Gutter 12 LF $36.75 $441.00 $30.00 $360.00 $51.84 $622.08 9 Remove Dispose Existing Concrete Pavement (Sidewalk, Driveways, etc..) 40 Sy $78.75 $3,150.00 $40.00 $1,600.00 $20.79 $831.60 10 Remove Dispose Existing Asphalt Pavement 180 Sy $45.50 $8,190.00 $30.00 $5,400.00 $5.91 $1,063.80 11 Remove Dispose Existing Storm Sewer System 1 LS $8,064.00 $8,064.00 $15,000.00 $15,000.00 $6,925.00 $6,925.00 12 Remove Dispose Existing Drop Inlet Top and Reconstruct to Grade 1 LS $6,300.00 $6,300.00 $2,500.00 $2,500.00 $1,282.00 $1,282.00 13 Rock Excavation 10 CY $441.00 $4,410.00 $300.00 $3,000.00 $125.00 $1,250.00 14 Unclassified Excavation (Plan Quantity) 1000 CY $7.56 $7,560.00 $38.00 $38,000.00 $27.14 $27,140.00 15 Select Embankment (Plan Quantity) 190 CY $94.50 $17,955.00 $36.00 $6,840.00 $71.25 $13,537.50 16 Embankment (Plan Quanitity) 470 CY $6.17 $2,899.90 $36.00 $16,920.00 $70.07 $32,932.90 17 Subgrade Preparation (Plan Quantity) 277 Sy $27.30 $7,562.10 $20.00 $5,540.00 $47.15 $13,060.55 18 4" Topsoil Placement 1100 Sy $6.75 $7,425.00 $12.00 $13,200.00 $7.92 $8,712.00 19 Undercut and Backfill (As directed) 50 CY $95.76 $4,788.00 $65.00 $3,250.00 $114.94 $5,747.00 20 (6") Aggregate Base Course (Class 7) (Roadway) 200 Sy $20.16 $4,032.00 $30.00 $6,000.00 $20.23 $4,046.00 21 Asphalt Concrete Patching for Maintenance of Traffic 25 TON $226.80 $5,670.00 $150.00 $3,750.00 $275.00 $6,875.00 22 Class 7 Base for Maintenance of Traffic 30 TON $92.40 $2,772.00 $30.00 $900.00 $63.32 $1,899.60 23 Concrete and Asphalt T-Patch 20 Sy $252.00 $5,040.00 $225.00 $4,500.00 $168.06 $3,361.20 24 18" Concrete Curb and Gutter (Type A) w/ 6" Class 7 Base 995 LF $30.24 $30,088.80 $34.00 $33,830.00 $39.11 $38,914.45 25 4" Thick Concrete Sidewalk w/Class 7 Base 535 Sy $73.71 $39,434.85 $95.00 $50,825.00 $134.34 $71,871.90 26 6" Concrete Sidewalk Turndown with curb and Handrail 10 LF $226.80 $2,268.00 $250.00 $2,500.00 $625.50 $6,255.00 27 6" Thick Concrete Sidewalk with 6" Class 7 Base 470 Sy $85.05 $39,973.50 $110.00 $51,700.00 $157.66 $74,100.20 28 Connect New 18" RCP to Existing Drop Inlet 1 LS $1,890.00 $1,890.00 $2,000.00 $2,000.00 $2,362.50 $2,362.50 29 18" Reinforced Concrete Pipe Class III 157 LF $69.58 $10,924.06 $108.00 $16,956.00 $145.58 $22,856.06 30 24" Reinforced Concrete Pipe Class III 306 LF $105.00 $32,130.00 $140.00 $42,840.00 $157.44 $48,176.64 31 36" Reinforced Concrete Pipe Class III 136 LF $351.00 $47,736.00 $370.00 $50,320.00 $223.99 $30,462.64 32 36" Reinforced Concrete Pipe Class III (Under Pavement) 27 LF $255.74 $6,904.98 $400.00 $10,800.00 $267.08 $7,211.16 33 (4'x4') Drop Inlets (Type C) 4 EA $7,560.00 $30,240.00 $4,500.00 $18,000.00 $16,590.63 $66,362.52 34 (5'x5') Drop Inlets (Type C) 2 EA $8,190.00 $16,380.00 $6,500.00 $13,000.00 $16,728.13 $33,456.26 35 18" Concrete Flared End Section 1 EA $756.00 $756.00 $1,500.00 $1,500.00 $624.38 $624.38 36 36" Concrete Flared End Section 2 EA $1,764.00 $3,528.00 $3,500.00 $7,000.00 $1,380.63 $2,761.26 37 (4') Drop Inlet Extension 3 EA $2,520.00 $7,560.00 $2,000.00 $6,000.00 $2,600.00 $7,800.00 38 Rock Rip Rap (with Geotectile Fabric) 80 Sy $47.25 $3,780.00 $150.00 $12,000.00 $70.20 $5,616.00 39 Solid Sod (Bermuda) 1100 Sy $5.10 $5,610.00 $8.00 $8,800.00 $26.19 $28,809.00 40 Mailbox Assembly 3 EA $210.00 $630.00 $400.00 $1,200.00 $973.75 $2,921.25 41 Relocate Existing Water Meter 1 EA $4,410.001 $4,410.001 $2,000.00 $2,000.00 $2,783.75 $2,783.75 42 Construction Video & Photographs 1 LS $630.001 $630.001 $3,000.00 $3,000.00 $6,875.00 $6,875.00 NOTICE: Bid award is contingent upon vendor meeting minimum sp,, fi-i,n, and formal-h,ri-i- by City Officials. Amanda Beilfuss, Sr. Purchasing Agent Les M,Gaugh, Purchasing Director HAPPY HOLLOW FRI 2023 SIE)EWALK IMPROVEMENTS for the City of Fayettevi 11 e MAY 2023 m tract SaC��ptt a �' Mouhfi �`_ The Cliffs-- _/ Sequoyah ,Woods i --------------------- i Timber Trails PROJECT LOCATION a East 5th Street o Q Cif 0 East -Huntsville Road --- -- i I ,I AR 16 East Fairlane Street VICINITY MAP _CITY OF FAYETTEVILLE ARKANS ARKANSAS www.fayetteville-ar.gov ENGINEERING DIVISION PHONE: (479) 575-8206 FAX NO: (479) 575-8202 113 W. MOUNTAIN STREET PROJECT: ENGR. No. 8126 Happy Hollow — I i Elementary AR 265 School 1 ul cvl 0 AR 16 i PLAN INDEX SHEET NO. DESCRIPTION 1 COVER SHEET 2 GENERAL NOTES 3 SITE KEY 4 PLAN STA: 0+00 TO 2+25 5 PLAN STA: 2+25 TO 4+75 6 PLAN STA: 4+75 TO 7+50 7 PLAN STA: 7+50 TO 10+25 8 36" RCP PROFILE 9 EROS. CONT. STA: 0+00 TO 2+25 10 EROS. CONT. STA: 2+25 TO 4+75 11 EROS. CONT. STA: 4+50 TO 6+50 12 EROS. CONT. STA: 7+50 TO 10+25 13 XS STA: 0+00 TO 2+00 14 XS STA: 2+25 TO 4+25 15 XS STA: 4+50 TO 6+50 16 XS STA: 6+75 TO 8+50 17 XS STA: 8+75 TO 10+25 18 STREET & DRIVEWAY DETAILS 19 SIDEWALK DETAILS 20 DRAINAGE DETAILS 21 DRAINAGE DETAILS 22 PAVEMENT REPAIR DETAILS 23 MAILBOX DETAILS 25 HANDRAIL AND SIGN DETAILS HAPPY HOLLOW RD 2023 SIDEWALK IMPROVEMENTS Eas[Map� jheet ` � ,E s[Mage Sheet 5 East Dickson sheet � 3 ¢pp' East Spnng Street poxy Flooring o 0 Masters o = ' Easr Center Street --... - East Rock snee! yd for the City of Fayetteville Mount Sequoyah 493 rr a Ea95apP�'jeOsN � Ea11'S7M Mount - The cues b Sequoyah Woods I PROJECT Timber Trzils Happy -H611ow - LOCATION Elementary AR 265 School K B,- Ch—h h _ urch � V _� a.tstl,sbeet � r Q E [>iry Street �� � o E-M Huntsv Ile R..d - - h - a o ' em AR 16 - --- AR 16 _ M[Cllnton Stree( � Eas[FaFlene Sben i 3 Park Meadows g poin I Apartments I Fa nevi lle Living Failh yFlrst Shenandoah+ _ Church Park Aaaembly_ _. - — o-AR 16 le Park a 9 m meat II 7P VICINITY MAP CITY OF FAYETTEVILLE ARKANSAS www.fayetteville-ar.gov ENGINEERING DIVISION PHONE: (479) 575-8206 FAX NO: (479) 575-8202 113 W. MOUNTAIN STREET PROJECT: ENGR. No. 8126 i s M tserl 7 v •MS *� , I _d x Bid No. 23-24 MAY 2023 w T� Know what's below. Call before you dig. 3 Original Signature on File at: City of Fayetteville Engineering Division 125 W Mountain Street Fayetteville, AR 72701 LEGEND LINETYPES SYMBOLS EXISTING PROPOSED Waterline (size noted) Sanitary Sewer (size noted) Gas Line Underground Television Overhead Electric Underground Electric Underground Telephone Underground Cable Underground Fiber Optics Property Line Existing Line to be Abandoned Fence Storm Pipe Curb & Gutter Centerline Road Right of Way Utility Easement Drainage Easement Temporary Construction Easement Tree Protection Fencing French Drain 5% Sanitary Sewer Manhole (Exist.) O Fire Hydrant Assembly (Exist.) Fire Hydrant Assembly (Prop.) O Water Valve (Exist.) N Water Valve (Prop.) O wM Water Meter (Exist) ®wM Water Meter (Prop. O PP Power Pole O GM Gas Meter Tree ® TR Telephone Riser Storm Sewer Stucture W-12 W-12 s-8 cns TV OHE uGE uGT UGC UGFO PL x x _ _ _ _ _ _ - O - RAN - RIW uE UE DE DE TCE TPF FD SURVEY CONTROL TABLE Point # Northing Easting Elevation Description 1 634727.80 681106.02 1268.44 MAG IN TIN 2 635113.14 681127.66 1284..17 MAG IN TIN 3 635532.91 681128.09 1306.49 MAG IN TIN EROSION CONTROL NOTES: 1. THE SWPPP MUST REMAIN ON SITE AT ALL TIMES. 2. BMP'S SHALL BE IMPLEMENTED TO PREVENT THE RELEASE OF AIRBORNE DUST AND WATERBORNE SEDIMENT FROM CONSTRUCTION SITES. DISTURBED AREAS SHALL BE MINIMIZED, DISTURBED SOIL AND CONSTRUCTION SITE ENTRANCES/EXITS SHALL BE MANAGED TO PREVENT SEDIMENT TRACKING. STREETS AND STORM INLETS MUST BE KEPT CLEAN AT ALL TIMES AND FREE OF LOOSE ROCK, MUD, DEBRIS, AND TRASH. MUD ON THE STREETS MUST BE PHYSICALLY REMOVED AND NOT WASHED OFF. 3. CONSTRUCTION ACTIVITIES SHALL BE MAINTAINED SO THAT ADJACENT PROPERTIES ARE NOT UNREASONABLY BURDENED WITH SURFACE WATERS AS A RESULT OF SUCH DEVELOPMENT. MORE SPECIFICALLY, NEW DEVELOPMENT MAY NOT UNREASONABLY IMPEDE WATER RUNOFF FROM HIGHER PROPERTIES NOR MAY IN UNREASONABLY CHANNEL WATER TO LOWER PROPERTIES. 4. LAND SHALL BE REVEGETATED AND RESTORED AS CLOSE TO ITS ORIGINAL CONDITIONS SO FAR AS TO MINIMIZE RUNOFF AND EROSION ARE CONCERNED. 5. A RECORD OF THE DATES WHEN GRADING ACTIVITIES OCCUR, WHEN CONSTRUCTION ACTIVITIES TEMPORARILY OR PERMANENTLY CEASE ON A PORTION OF THE SITE, AND WHEN STABILIZATION MEASURES ARE INITIATED SHALL BE INCLUDED IN THE EROSION AND SEDIMENT CONTROL PLAN. EXCEPT IN (A) AND (B) BELOW, STABILIZATION MEASURES SHALL BE INITIATED AS SOON AS PRACTICABLE IN PORTIONS OF THE THE SITE WHERE CONSTRUCTION ACTIVITIES HAVE TEMPORARILY OR PERMANENTLY CEASED, BUT IN NO CASE MORE THAN 14 DAYS AFTER THE CONSTRUCTION ACTIVITY IN THAT PORTION OF THE SITE HAS TEMPORARILY OR PERMANENTLY CEASED. (A). WHERE THE INITIATION OF STABILIZATION MEASURES BY THE 14TH DAY AFTER CONSTRUCTION ACTIVITY TEMPORARILY OR PERMANENTLY CEASES IS PRECLUDED BY SNOW COVER, STABILIZATION MEASURES SHALL BE INITIATED AS SOON AS PRACTICABLE. (B). WHERE CONSTRUCTION ACTIVITY WILL RESUME ON A PORTION OF THE SITE WITHIN 21 DAYS FROM WHEN ACTIVITIES CEASED, (E.G. THE TOTAL TIME PERIOD THAT CONSTRUCTION ACTIVITY IS TEMPORARILY CEASED IS LESS THAN 21 DAYS) THEN STABILIZATION MEASURES DO NOT HAVE TO BE INITIATED ON THAT PORTION OF THE SITE BY THE 14TH DAY AFTER CONSTRUCTION ACTIVITY TEMPORARILY CEASED. (C). STABILIZATION PRACTICES MAY INCLUDE: TEMPORARY SEEDING, PERMANENT SEEDING, MULCHING, GEOTEXTILES, SOD STABILIZATION, PROTECTION OF TREES, AND PRESERVATION OF MATURE VEGETATION AND OTHER APPROPRIATE MEASURES. 6. EXCAVATION MATERIAL SHALL NOT BE DEPOSITED IN OR SO NEAR STREAMS AND OTHER STORMWATER DRAINAGE SYSTEMS WHERE IT MAY BE WASHED DOWNSTREAM BY HIGH WATER OR RUNOFF. ALL EXCAVATION MATERIAL SHALL BE STABILIZED IMMEDIATELY WITH EROSION CONTROL MEASURES. 7. DEBRIS, MUD, AND SOIL IN PUBLIC STREETS SHALL NOT BE ALLOWED ON PUBLIC STREETS BUT IF ANY DEBRIS, MUD, OR SOIL FROM THE SITE REACHES THE PUBLIC STREET IT SHALL BE IMMEDIATELY REMOVED VIA SWEEPING OR OTHER METHODS OF PHYSICAL REMOVAL. DEBRIS, MUD, OR SOIL IN THE STREET MAY NOT BE WASHED OFF THE STREET OR WASHED INTO THE STORM DRAINAGE SYSTEM. 8. ALL STORAGE PILES OF SOIL, DIRT OR OTHER BUILDING MATERIALS SHALL BE LOCATED MORE THAN 25 FEET FROM ROADWAY, DRAINAGE CHANNEL OR STREAM, WETLAND, AND STORMWATER FACILITY. 9. CONCRETE TRUCK WASH AREAS. NO WASHING OF CONCRETE TRUCKS OR CHUTES IS ALLOWED EXCEPT IN PROPERLY LOCATED AND CONSTRUCTED CONCRETE WASH PITS. PROPER RUNOFF AND EROSION CONTROLS MUST BE IN PLACE TO RETAIN ALL CONCRETE WASH WATER. 10. DEWATERING. ALL RAINWATER PUMPED OUT OF SUMPS AND DEPRESSIONS ON CONSTRUCTION SITES SHOULD BE CLEAR AND FREE OF SEDIMENT. 11. PUBLIC STREETS AND SIDEWALKS SHALL NOT BE USED FOR TEMPORARY STORAGE OF ANY CONTAINERS OR CONSTRUCTION MATERIALS, ESPECIALLY LOOSE GRAVEL AND TOPSOIL. 12. TOPSOIL PILES SURFACES MUST BE IMMEDIATELY STABILIZED WITH APPROPRIATE STABILIZATION. 13. THE MAIN CONTRACTOR ONSITE WILL BE RESPONSIBLE FOR RESTORING ALL EROSION AND SEDIMENT CONTROL SYSTEMS AND PUBLIC INFRASTRUCTURE DAMAGED OR DISTURBED BY UNDERGROUND PRIVATE OR FRANCHISE UTILITY CONSTRUCTION SUCH AS WATER AND SEWER SERVICE LEADS, TELEPHONE, GAS, CABLE, ETC. EROSION AND SEDIMENT CONTROL SYSTEMS MUST BE IMMEDIATELY RESTORED AFTER EACH UTILITY CONSTRUCTION. 14. TOPSOIL: A MINIMUM OF 4 INCHES OF TOPSOIL SHALL BE REQUIRED IN AREAS TO BE REVEGETATED. ANY APPLICATION OF TOPSOIL AND SEEDING UNDER THE DRIP LINE OF A TREE SHOULD BE MINIMIZED TO 3 INCHES SO AS NOT TO DAMAGE THE ROOT SYSTEM OF THE TREE. 15. 10:1 UP TO 4:1 GRADE: REVEGETATION SHALL BE A MINIMUM OF HYDRO -SEEDING WITH MULCH AND FERTILIZER, OR STAKED SOD, OR GROUNDCOVER. SAID PLANTING SHALL PROVIDE COMPLETE AND UNIFORM COVERAGE THAT MINIMIZES EROSION AND RUNOFF IN NO MORE THAN TWO GROWING SEASONS. 16. 4:1 AND 3:1 GRADE: THE SLOPE SHALL BE COVERED WITH LANDSCAPE FABRIC AND HYDRO -SEEDED WITH MULCH AND FERTILIZER OR STAKED SOD GROUNDCOVER. SAID PLANTING SHALL PROVIDE COMPLETE AND UNIFORM COVERAGE IN NO MORE THAN TWO GROWING SEASONS. 17. SPILL PREVENTION AND CONTROL: THE CONTRACTOR SHALL EMPLOY BEST MANAGEMENT PRACTICES TO PREVENT POLLUTION BY SPILLS. POLLUTANTS SUCH AS CHEMICALS, FUELS, LUBRICANTS, ASPHALT, RAW SEWAGE, CONCRETE DRUM WASH WATER, AND OTHER HARMFUL WASTES SHALL NOT BE DISCHARGED INTO OR ALONG SIDE ANY WATERS OF THE UNITED STATES, BUT SHALL BE DISPOSED OF IN ACCORDANCE WITH GOVERNING STATE AND FEDERAL REGULATIONS. STORAGE OF THESE MATERIALS SHALL NOT BE ALLOWED WITHIN 100 FEET OF A WETLAND OR WATERBODY. (ATHD 110.06) 18. THE CONTRACTOR IS REQUIRED TO MAINTAIN ALL VEGETATED AREAS WITHIN THE CONSTRUCTION LIMITS BY WAY OF WATERING, FERTILIZING, MULCHING, AND MOWING UNTIL APPROVED AND ACCEPTED BY THE OWNER. SURVEYED BY: GENERAL NOTES: DD DRAWN BY: 1. THE CONTRACTOR IS TO CHECK AND VERIFY ALL MEASUREMENTS, DIMENSIONS, LEVELS, PLAN ELEVATIONS, INVERTS, ETC. BEFORE LIVA DESIGNED BY: ORDERING MATERIALS AND PROCEEDING WITH THE WORK, AND IS TO BE RESPONSIBLE FOR THE SAME. REMEDIAL WORK RESULTING FROM LACK OF VERIFICATIONS WILL BE AT THE CONTRACTOR'S EXPENSE. MC FILE NAME: 2-General Notes.dwg 2. ALL ROADWAY CUTS SHALL BE TEMPORARILY OR PERMANENTLY REPAIRED WITHIN 24 HOURS OF COMPLETION OF TRENCH BACKFILL. 3. THE CONTRACTOR WILL BE HELD RESPONSIBLE FOR THE DAMAGE OR LOSS OF ANY REFERENCE POINTS AND HUBS DURING THE CONSTRUCTION OF HIS/HER WORK, AND SHALL BEAR THE COST OF REPLACING SAME. 4. ALL WORK SHALL BE PERFORMED IN ACCORDANCE WITH THESE PLANS, SPECIFICATIONS, AND THE REQUIREMENTS AND STANDARDS OF LOCAL GOVERNING AUTHORITY. CARE SHALL BE TAKEN TO PROTECT ANY UTILITIES, TREES, ETC. WHICH ARE TO REMAIN AND NOT TO BE DISTURBED BY THE CONSTRUCTION. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ANY DAMAGES TO SUCH PROPERTY. 5. PRIOR TO STARTING CONSTRUCTION THE CONTRACTOR SHALL BE RESPONSIBLE TO MAKE SURE THAT ALL REQUIRED PERMITS AND APPROVALS HAVE BEEN OBTAINED. NO CONSTRUCTION OR FABRICATION SHALL BEGIN UNTIL THE CONTRACTOR HAS RECEIVED AND 0 THOROUGHLY REVIEWED ALL THE PLANS AND OTHER DOCUMENTS APPROVED BY ALL THE PERMITTING AUTHORITIES. Z 6. THE CONTRACTOR SHALL FURNISH, INSTALL AND MAINTAIN ALL NECESSARY TEMPORARY WORKS FOR THE PROTECTION OF THE WORK Z AND THE PUBLIC, INCLUDING BARRICADES, WARNING SIGN, LIGHTS OR OTHER DEVICES SOLELY AT THE DETERMINATION OF THE Lu W W CONTRACTOR. C 7. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ANY DAMAGE DONE TO THE PREMISES OR ADJACENT PROPERTY PREMISES, OR = Q W INJURIES TO THE PUBLIC DURING THE CONSTRUCTION OF THE WORK, WHETHER CAUSED BY THE CONTRACTOR, SUBCONTRACTORS, OR W THE CARELESSNESS OF ANY OF THEIR EMPLOYEES. , W > J 8. ALL PAY ITEMS HAVE BEEN EXPLICITLY SET FORTH AS SUCH IN THE PROPOSAL, ALL OTHER ITEMS OF COST ARE TO BE INCLUDED IN THE PRICE OF THE ITEMS ACTUALLY BID UPON. W O Q 9. THE CONTRACTOR SHALL PROVIDE SUCH BRACING, SHEETING AND SHORING, BLASTING PROTECTION, WARNING LIGHTS, AND L O Z BARRICADES, ETC. AS MAY BE NECESSARY FOR THE PROTECTION OF LIFE AND PROPERTY FOR EMPLOYEES AND THE GENERAL PUBLIC. J a THE CONTRACTOR SHALL COMPLY WITH ALL APPLICABLE SAFETY STATUTES AND RULES REQUIRING CERTAIN PROTECTIVE PERSONAL CC APPAREL SUCH AS HARD HATS, EAR PLUGS, EYE SHIELD, PROTECTIVE SHOES, ETC. THE OWNER AND ENGINEER ASSUME NO ` J G RESPONSIBILITY OR LIABILITY FOR ACTIONS TAKEN BY THE CONTRACTOR WHICH ENDANGER LIFE AND PROPERTY. T W 10. ANY FOREIGN ITEM FOUND DURING CONSTRUCTION IS THE PROPERTY OF THE LAND OWNER. THIS INCLUDES, BUT IS NOT LIMITED TO, PRECIOUS METALS, COINS, PAPER CURRENCY, ARTIFACTS AND ANTIQUES. J 0 11. THE CONTRACTOR SHALL VERIFY EXISTING CONDITIONS TO ENSURE THAT THE NEW WORK SHALL FIT INTO THE EXISTING SITE IN THE Q MANNER INTENDED AND AS SHOWN ON THE DRAWINGS. SHOULD ANY CONDITIONS EXIST THAT ARE CONTRARY TO THOSE SHOWN ON LL a Z THE DRAWINGS, THE CONTRACTOR SHALL NOTIFY THE OWNERS REPRESENTATIVE PRIOR TO PERFORMING ANY WORK IN THE AREA INVOLVING DIFFERENCES. NOTIFICATION SHALL BE IN THE DORM OF A DRAWING OR SKETCH INDICATING FIELD MEASUREMENTS AND O NOTES RELATING TO THE AREA. 0 12. THE CONTRACTOR SHALL MAINTAIN THE SITE IN A NEAT AND ORDERLY CONDITION AT ALL TIMES. DAILY AND MORE OFTEN IF = W NECESSARY, INSPECT AND PICK UP ALL SCRAP, DEBRIS, AND WASTE MATERIAL. W 13. THE CONTRACTOR SHALL PROVIDE PROTECTION TO ALL FINISHED WORK. MAINTAIN SURFACES CLEAN, UNMARRED, AND SUITABLY PROTECTED UNTIL ACCEPTANCE BY THE OWNER. U IM Z 14. UPON COMPLETION OF THE PROJECT, THE CONTRACTOR SHALL CLEAN THE PAVED AREAS PRIOR TO REMOVAL OF TEMPORARY N W SEDIMENT CONTROLS, AS DIRECTED BY THE CITY AND/OR CONSTRUCTION/PROJECT MANAGER. IF POWER WASHING IS USED, NO Q SEDIMENT LADEN WATER SHALL BE WASHED INTO THE STORM SYSTEM. ALL SEDIMENT LADEN MATERIAL ON PAVEMENT OR WITHIN THE N STORM SYSTEM SHALL BE COLLECTED AND REMOVED FROM THE THE SITE AT CONTRACTOR'S EXPENSE. 15. CONTRACTOR SHALL AT ALL TIMES ENSURE THAT SWPPP MEASURES PROTECTING EXISTING DRAINAGE FACILITIES BE IN PLACE PRIOR TO THE COMMENCEMENT OF ANY PHASE OF THE SITE CONSTRUCTION NOR LAND ALTERATION. 16. THE CONTRACTOR SHALL PERFORM ALL QUANTITY TAKEOFFS REQUIRED FOR BIDDING AND CONSTRUCTION OF THIS PROJECT. 17. EXCAVATED AREAS SHALL BE PROTECTED & SIGNED IN SUCH A WAY TO NOTIFY AND PREVENT THE PUBLIC FROM ENTERING. 18. ACCESS TO DRIVEWAYS AND MAILBOXES SHALL BE MAINTAINED AT ALL TIMES DURING THE CONSTRUCTION OF THIS PROJECT. REVISED GRADING: 1. UNSUITABLE SOILS SHALL BE UNIFORMLY SPREAD ACROSS NON-STRUCTURAL FILL AREAS, COVERED WITH TOPSOIL, AND VEGETATED PER DRAWINGS. 2. FILL AREAS SHALL BE PROOF -ROLLED WITH RUBBER TIRED EQUIPMENT A MINIMUM WEIGHT OF 15 TONS PRIOR TO BEGINNING FILL OPERATION. AREAS WHICH ARE SOFT OR UNSTABLE SHALL BE UNDERCUT UNTIL STABLE SOILS ARE FOUND. Sj A� 3. FILL AREAS SHALL BE RAISED IN LIFTS NOT EXCEEDING 8". f AR N: 4. FILL AREAS SHALL BE COMPACTED WITH PROPER EQUIPMENT SUITABLE FOR THE SITUATION AND ENVIRONMENT. f 5. FILL AREAS SHALL BE FINISH GRADED TO PROVIDE AN ACCEPTABLE SUBGRADE TO APPLY SEED AND MULCH. ] 6. ALL AREAS WILL BE GRADED TO PROVIDE PROPER DRAINAGE AND PREVENT STANDING WATER. SC 7. ALL FILL AND CUT SLOPES SHALL BE 3:1 OR FLATTER UNLESS OTHERWISE NOTED ON THE PLANS. 8. STRIP, STOCKPILE AND REPLACE TOPSOIL IN DISTURBED AREAS, ANY STORED TOPSOIL MUST BE SURROUNDED BY SILT FENCE. 11 9. THE CONTRACTOR IS REQUIRED TO MAINTAIN ALL VEGETATED AREAS WITHIN THE CONSTRUCTION LIMITS BY WAY OF WATERING, 1'L/ No. 101 FERTILIZING, MULCHING, AND MOWING UNTIL APPROVED AND ACCEPTED BY THE OWNER. UTILITIES: BID SET 1. UNDERGROUND UTILITIES HAVE NOT BEEN VERIFIED BY THE OWNER. BEFORE YOU DIG CALL 811 TO HAVE EXISTING UTILITIES MARKED. 2. THE CONTRACTOR SHALL DETERMINE THE EXACT LOCATION OF ALL EXITING UTILITIES BEFORE COMMENCING WORK AND AGREES TO BE RESPONSIBLE FOR ANY AND ALL DAMAGES WHICH MIGHT RESULT FROM THE CONTRACTOR'S FAILURE TO EXACTLY LOCATE AND PRESERVE ANY UNDERGROUND UTILITIES TO REMAIN. CLEARING AND GRUBBING: W J 1. DO NOT EXCEED CLEARING AND GRUBBING LIMITS OF CONSTRUCTION LINES INDICATED ON THE PLANS. 2. ALL AREAS OUTSIDE THE LIMITS OF CONSTRUCTION SHALL NOT BE CROSSED BY HEAVY EQUIPMENT OR USED FOR STORING HEAVY EQUIPMENT OR MATERIALS. 3. NO EQUIPMENT SHALL BE STORED UNDER THE DRIP LINE OF ANY TREES TO REMAIN. J > W W rrO/^� V J > ,. - F < Q w 4. DO NOT PUSH PILES OR DEBRIS AGAINST TREES TO REMAIN. 5. REMOVE ALL STUMPS, ROCKS, ASPHALT AND CONCRETE DEBRIS, ETC. WITHIN CLEARING LIMITS AND DISPOSE OFF SITE IN ACCORDANCE WITH LOCAL, COUNTY, STATE AND FEDERAL REGULATIONS. 6. CONTACT ALL UTILITIES LOCATED WITHIN THE CLEARING AND GRUBBING LIMITS. 7. PRIOR TO CLEARING AND GRUBBING ALL EROSION CONTROL MEASURES SHALL BE INSTALLED. 8. COORDINATE ALL BURNING ACTIVITIES WITH FAYETTEVILLE FIRE DEPARTMENT. LL Z �JJ Y U L Q a `-' Z j N LL 0 i UTILITY CONTACTS W� Uj FAYETTEVILLE WATER & SEWER COX COMMUNICATIONS AT&T BLACK HILLS ENERGY SWEPCO ELECTRIC OZARKS ELECTRIC , ` €. MARK ROGERS CHAD HODGE JEFF HAMILTON DON BRADSHAW JOHN LE LONNIE GRANT OPERATIONS MANAGER PROJECT MANAGER ENGINEER FIELD COORDINATOR DISTRIBUTION ENGINEER STAKING TECH. III v OFFICE PHONE: 479-575-8392 OFFICE PHONE: 479-717-3607 OFFICE PHONE: 479-442-3107 OFFICE PHONE: 479-435-1755 WORK PHONE: 479-879-0873 WORK PHONE: 479-684-4691 - EMAIL: MROGERS@FAYETTEVILLE AR.GOV EMAIL: CHAD.HODGE@COX.COM EMAIL: JH5430@ATT.COM EMAIL: EMAIL: TTLE@AEP.COM CELL: 479 267 8563 - Z DONALD.BRADSHAW@ EMAIL: LGRANT@OZARKSECC.COM III a BLACKHILLSCORP.COM LIJ CITY OF FAYETTEVILLE CONTACTS DATE: MAY 3, 2023 JOSH BOCCACCIO RYAN TRENHOLM MATT CASEY MATT BLANCHARD SHEET: DEVELOPMENT & CONSTRUCTION MANAGER PUBLIC WORKS INSPECTOR ENGINEERING DESIGN MANAGER STAFF ENGINEER OFFICE PHONE: 479-444-3424 CELL PHONE: 479-601-3512 OFFICE PHONE: 479-444-3429 OFFICE PHONE: 479-575-8205 EMAIL: JBOCCACIO@FAYETTEVILLE-AR.GOV EMAIL: RYTRENHOLM@FAYETTEVILLE-AR.GOV EMAIL: MCASEY@FAYETTEVILLE-AR.GOV EMAIL: MBLANCHARD@FAYETTEVILLE-AR.GOV -/ Aild:nnomv;arnrxllN vna DD + ML DRAWN BY: LIVA DESIGNED BY: MC FlLE NAME: Happy Hollow.dwg •,',°k' 'i;�yS - �. ,01 �.i��+ - :N? •.�'�. .� 'r'�`•"�;• (.c ry,, ,,,tom s cC 74 80 0 80 w _.7!�l• .wt,t-;f. qq''��'k`�r �" •`�/y^-7. i✓'£ " :iJ ,. ,�-7'.�-x:r } � e•• �- ' LLI -� , Y - `7.�r'/r .. '�' A w��: , \�.a. � r c .7r ��,LL'' J�• i. y�Y Z 1 • t. .f. .� x"1?r� f� v b\ Y r. v, +w f t'�`,1 :r �. Sr�r 4, 'd'r.t-„•'1'"s�.' i,sC,��: -v;", r W "i t t ^ :.n : i`t` �' =� .�. `i,: .;�s� f S;v; Y� ',R �'s..,r yq 'yr�• "r r S rr ( '' •� .y; �� . 1 'E` `'� `.s r 'O'i r �G ,t�� l` - \' . '+G", .a - n�:T F . .. �` �+r ?ky.r, M,h.. - tii 7. ; ';� •.� Ae�''r.. �. cale: 1' 80' W `} ' y - •�.Y` \ � I . ✓r� L� . "� ) a. ^ `,1, `!" "•" `% " �1 r =irr"'•T�;: r• r`3s"!N"' r�, i `} j .` ` C, . rf :'�- : • ' ..�s•: .`} :, ;i. • • O 'f,�;: �: 9 .i. ,�. •r, `{ 4: .'� ^J t 1 P�+%_�.".:.18e riff'•. H'bi'-:, '� :' � w Y �- , ��'`�. �•. �.. �> y ' •+A7 ` J`f :_/1. �. ; f G � '1 ^'ifr':, 1 f ty 1` :,!.'! �� � �.+ �.. _. �� � _ ,�a � a •<: � 1.. �`=�!+'�:W ,r v;.p r?��' •4 rr ,'",�, ,� ...:I r:r +'� rbc LLI �, �aRl� 6 r"� 5..>: p ,� +uFr t �o. c r' 'v , r �+� `"► rG A a Q SHEET 4 �.:' O J �•r► "•M.'..r Rr 1bn'��J"� '* `W. ii `., `_,tL .ti •~' / SHEET 5 ,1:.., SHEET 7 Q 2 a :1.., s' SHEET 6 N t - J gam_ „I I %` - {. •, �� ' Lu L a Q rm_,I.m — —-----T--------��------� Oaw� r R/W R/W R, R/W RNV R/W G� �C� • TCE TCE 1°�''°-• CE T. TCE TC TCE J W m �! N _ HAPPY HOLLOW RD REVISED W 8 W 8---- ZY. �, . �. NMI*. Rw 7 • RMV RIW 2/W RIW R/W _ RAW R''AIWR/W .. - b �. �: ::r. - OE � O`c _ JSS ?'t `' +• °q^,� ." �' ` , .'L � V ., �••" ;., '.,ir.. � % 111 S � >� 2 'h'' y fi ? \..; - -'k '4' ` ::\ �'.'J •'•, . •r7 - r T �l ' 7 4. V BID S E T 0.l L LU jZr '{y` r WLLI ►! .., i�=rt s... ?i.- . '�1 '.:s1�1! y��•iif�L .'a.^ ' `Q Q w ov a �' Z Za Z T UIL0 W§ Z Z W MAY 3, 2023 3 PROJECT: Happy Hollow S HAPPY HOLLOW RD COODY, CHARLES DANIEL & DEBORAH M 765-14320-000 325 S HAPPY HOLLOW RD HARBERS, CLAYTON A & KARA E 12T9 765-14337-000-- ` REMOVE & DISPOSE OF EX. TREES - - -- - FL 1268.00 & 26 SY - __ 12 RIPRAP PAD DRIVEWAY �l REMOVE &DISPOSE INSTATETCE Ox OF EX. FENCE -- - - - -- - -- REMOVE & DISPOSE STA:2.50E 14' - OF EX. TREES 7� 9.36 TC TCE TCE 10 f $ 6.15 _ 20'V CONSTRUCT _ 0 LF 8" SIDEWALK1270 TURNDOWN WITH CETCE — 7 E v TCE C TCe — CE CE — TYPEIHANDRAIII X Y — . 6 7' of 18" RCP @ 19-64 % \ 6'. _— REMOVE & DISPOSE •REPLACE OF 18" HDPE MAILBOX S-b" S-6 S-6 S-6 S-6 - I S-6_ - S 6 S-6 O REMOVE & DISPOSE HOLLOW RD 3+�00 _ _ OF EX. 24" HDPE m INSTALL 111' of 18" RCP @ 1.15% SAWCUT EXISTING S,6 INSTALL ASPHALT PAVEMENT \T-PATCH —1268-- - — —--———— — — — —__ AND CONSTRUCT CURB — \ CPAAND GUTTER GAS GAS s GAS S GAS ---GAS--_ _ _ _ - GAS GAS- -- GAS GAS GAS GAS iG - - -Wi.25 W-225 N✓-225 W 225 Gy Gy W-2.25 W-2.2``5 __ W 2 25 -225- . - _ 1N_2.25 25 _. \�`) INSTALL 36" FES I FL 1264.43 & 54 SY / f. A s A RIPRAP PAD / 128 128 127 127 126 126 125 m N ` CONSTRUCT CONCRETE RESIDENTIAL 324 S HAPPY HOLLOW RD DRAKE, CHRISTOPHER D 765-14306-000 �� N 312 S HAPPY HOLLOW RD R/W R/,.ry" / _ BUONAIUTO, ZOE R y�,R%�PC 765-14305-000 _ " 20 , -m I .i w r� ? + ---Scale: 1" = 20'' INSTALL DI-4 5' X 5' BOX \ 293 S HAPPY HOLLOW RD _ STA:3+74.44 OFF:-13.47L _ SUTTEE, JOSEPH -1 -00 & MEREDITH M RIM:1270.39 765-14320-004 INV IN N:1264.82. INV IN S.1264.82 - - _ INV IN W:1264.82 - - ------ ___ INV OUT E:1264.82 - - --- - - - - _ _ _ - REMOVE & DISPOSE _ - -- -- - - - - - --- - ---. _ OF EX. TREES CONSTRUCT - - -- - - - - CONCRETE RESIDENTIAL DRIVEWAY I -- R/N i— W - R/W REMOVE & DISPOSE OF EX. 24" CPP 13 5' II II REMOVE & DISPOSE OF EX. 30" CMP INSTALL 128' of 38" RCP @ 4.92 % w 4+00 I _ - INSTALL 27' of 36" RCP @ 1.05 II I 269 - - - - _ S- - - GAS GAS GAS - - - -GASH \ GAS , -- GAS S GAS W-225-, ' W-2.25 _. W-2.25 \ W-2 25 -\ W 2 5 W-�..25 OHE OHE OHE OHF� PF D11E ' OHE � t T�H — �— OS-6 S-6 S-6 S-6 6 S-6 JW RNV, �� RM w 380 S HAPPY HOLLOW RD NEMESI, MICHAEL VINCENT & ELAINE CLARE 765-14305-004 j INSTALL DI-4 5' X 5' BOX STA:3+74.44 OFF:-13.47L RIM:1270.39 INSTALL DI-2 4' X 4' BOX INV IN N:1264.82 STA:2+59.09 OFF:-13.50L INV IN S:: 264.82 RIM:1269.36 EX. GRADE INV IN W:1264.82 INV OUT N:1266.15 AT PROP. SW CL INV OUT E:1264.82 EX. GRADE _ FINISHED GRADE AT PROP. SW CL AT ROAD CL _______________________ _ r _ _____ _ _____ i __________— _______ _____ = 128 of3 RCP 92 — — — — — — — — _ _— — — _____________ ------�= =111'of 18"RCP@1�15% _ EX. 8"SS M2 M �M pM V p V V O (q NO N�00 O D o N N N N N N (V N N N N N N N N N N N N N 2+25 2+50 2+75 3+00 3+25 3+50 3+75 4+00 4+25 4+50 DID + ML BY: MC FlLE NAME: Happy Hollow.dwg r W W i + O li T W J 0 Q = Y N LL a Q N O a.W � _ ♦A V M N 0 N REVISED 5-3-23 a BID SET -1285 z Lu 0 -1280 J J — � Lu N w -1275 ~ N UIL z (] F w , ~aY� zz -1270 ULLQ W W�2 -1265 zTo -1260 W a 1255 cM N 4+75 MAY 3, 2023 5 Happy Hollow 1, ( ( 1rr • • • Alk �Jk Ice �/j • . III ., - - �� ® • v, �11�Q 1 � �i � N •� 1 144 \ • 1 �v � S�HAPPY HOLLOW RD COSNTRUCT SUTTLE, JOSEPH CLAYTON & MEREDITH M RESIDENTIAL 765-14320-002 DRIVEWAY REMOVE & DISPOSE / OF EX. TREES T 20 2 LO ' DID + MIL DRAWN BY: LIVA J + i ^ DESIGNED BY: MC Q g y FlLE NAME: Happy Hollow.dwg PROTECT I EX. ROCK WALL I_ W w 7�8 s 10, ---- - J ,LL;a 0 Z! O I` C E I n O O m 1LL,�I ` 5L G I O LO TCE 8' of 36" RCP @ 11.97 % \ 6 N �' W6 LL � /� a cn INSTALL DI-5 S X F BOX s �^ RELOCATE4 I INSTALL 197' 24" RCP 6.11 % M W/ 4' EXTENSION t 1 / COMM RISER of @ V _ 5+ \ STA:5+07.78 OFF:-13.89E RIM:1275.92 INV IN N:1271.36 INV IN W:1271.36 _ INSTALL 109' of 24" RCP @ 5.42 % / _I \ / HAPPY HOLLOW RD 6+00 \- - / / BY OTHERS / / / I - \ - - l� 11 REMOVE & DISPOSE i REMOVE &DISPOSE � OF EX. TREES /I 7+00 OF EX. 15" RCP - - - - _- _ - N ACD N INV OUT SA271.36 \ SAWCUT EXISTING �� ASPHALT PAVEMENT �T 1 GAS ✓� 7-II/VCAS ^A,7 GAS � As S� s� e 8p AND CONSTRUCT CURB '28 `� �x 2d, 1�8� 8? 8 REVISED AND GUTTER CP-2 S,V GAS— - - - - W-2.25 /W - - - 7N235 -- -tiV2 W-2.25 __ _ _ �. -. �S GAS _ _ --'GAS __ ___GAS - - _ W 2,25_ - W 2-2EL W-2.23 Ym_ GAS -- - - _ EDP W-2.25r T -_-- - GAS GAS G -- - SAS S - - - - - - _ _ _ - .25 W-2.2T5 2.25 \ _ Vt�2,25-_. __ _ - __ - - - - A �AS 5 GAS— 2�5-- �W 2 W-2 25 GA W _ W22 C5H••4 25-- � W 2 25 1N 2.25 HE--� OHEL- % OHE 7 OHE OHE OHE ----OHE OHE -OHE OHE - OHE — -OHE--� OHE _01E OHE OHE - ,O E OHE — OHE _ _OHE _ OHE OHE OHE �J g fJHE — — / �— OHE ONE O AR A O R[W R/W-�YiAAI E i / S 'S-6 S-6 S-6\ S-6 S-6 S-6 S-6 S-6 S-6 + S\f6 O 1 I ♦ 1 1119 No 04* D i w .. 368 S HAPPY HOLLOW RD / I 1 t�• �� _ _ iy _ _ BID S E T 356 S HAPPY HOLLOW RD p HOFER, CLINT & MONICA R/W A. . ; pn�L ,` _�`;- HOFER, CLINT & MONICA _ � R[WR ARF � I 765-14305-003 L��r s' 765-14305-002 Z INSTALL S.,:6+20.85 DI-6 4' X 4' BOX uJ O J 129 OFF:-13.56L 1290 — RIM:1281.56 INV IN INV N:1277.50 EX. GRADE OUT 5:1277.50 AT CL OF SW EX. GRADE AT CL OF ROAD _ _ — --_-" -� W �! > W 1285 INSTALL DI-5 5' X 5' BOX -- - 24' RCp @ 6 11 % 1285 Q ll FINISHED GRADE STA:5+07.78 OFF:-13.89L - - 197' of _ F ILL � RIM:1275.92 INV INW 271.36 AT CL OF SW /--\ ----- / / --- ----- _..G _ _ ' 0 Lu z INV IN W:1271.36 - \ �-� � Q � INV OUT S:1271.36 —__ 3 �� — Q z z 128 ----_-------- uJ - W M --- -- ----------------------------- ---- — — — _ = — 5.42% 109' of 24" RCP @ — Z 127 1275 / 127 _ — — — — 1270 To W a MAY 3, 2023 1265 1265 co W rn M p M a7 of N OJ Q) M (y N (V m N U? c0 0) a7 t• 00 � (y 00 M (a f� LQ M CD 41 f- p LQ V 00 01 h V I- r In N r (D (a r N 00 00 r N- M W r N- O 00 co N N M (0 00 co 00 m m 00 oo (D fa co oo n co co 00 co N N N N N N N N N N N N N N N N N N N N N N 4+75 5+00 5+25 5+50 5+75 6+00 6+25 6+50 6+75 7+00 7+25 7+50 PROJECT: Happy Hollow ME NAME: Happy Hollow.dwg NO Lr) LU r al U 00 ma '��� / �� �, �I� ICI 4_`�� `,a ��1�. ►� �J` ��°-� y:,� ®i uj .• ��►1 �� LL i CD W LLI r ILL • 1 ' Happy Hollow 0+50.00 0+00.00 DRAWN BY: H SCALE: 1" = 10' LIVA V SCALE: 1" = 5' DESIGNED BY: MC FlLE NAME: Happy Hollow.dwg 1+25.00 2+00.00 1280 127 126 125 128 U 127 126 125 N N N M � N N M N � II II 0 --_---_---- m U m - - z.o% z.o% 161 I I I 0 EX. 6SS N O N N N N N 5 0 0 0 0 0+75.00 1281 1271 1261 1251 127 126 1280 127 126 1280 127 126 125 � o N of V � N � U m m 0_ —__—_—_—_—_ 2.0% 2.0% 0 EX. 6SS m M V N N (0N 0 0 0 0 0 N N n 7 N N II II m m 0 -----— — — — — — — — — 2.0% 2.010 I I I I EX. 6SS 7 a r va0i M m m j V N N (0N N 0 0 0 0 0 M N M � n O W N N II II m U DOz0i --- . 0 EX. 6SS 0 W M6 CD 6 m N N N N N 5 0 10 - 0 10 r W Lu M CD W O i N I- 0 W 0 ~ J a ui c Q = Y O LL (L Q Q O Q W/�w■ 1 ♦ Fn V M N 0 N REVISED BID SET z LU J 0 J (/) W N w ILL. Z Q Z Z 4N ULLQ E � w § Z V z o MAY 3, 2023 13 IOJELT: Happy Hollow 0 N N n 7 N N II II m m 0 -----— — — — — — — — — 2.0% 2.010 I I I I EX. 6SS 7 a r va0i M m m j V N N (0N N 0 0 0 0 0 M N M � n O W N N II II m U DOz0i --- . 0 EX. 6SS 0 W M6 CD 6 m N N N N N 5 0 10 - 0 10 r W Lu M CD W O i N I- 0 W 0 ~ J a ui c Q = Y O LL (L Q Q O Q W/�w■ 1 ♦ Fn V M N 0 N REVISED BID SET z LU J 0 J (/) W N w ILL. Z Q Z Z 4N ULLQ E � w § Z V z o MAY 3, 2023 13 IOJELT: Happy Hollow 0 M N M � n O W N N II II m U DOz0i --- . 0 EX. 6SS 0 W M6 CD 6 m N N N N N 5 0 10 - 0 10 r W Lu M CD W O i N I- 0 W 0 ~ J a ui c Q = Y O LL (L Q Q O Q W/�w■ 1 ♦ Fn V M N 0 N REVISED BID SET z LU J 0 J (/) W N w ILL. Z Q Z Z 4N ULLQ E � w § Z V z o MAY 3, 2023 13 IOJELT: Happy Hollow BID SET z LU J 0 J (/) W N w ILL. Z Q Z Z 4N ULLQ E � w § Z V z o MAY 3, 2023 13 IOJELT: Happy Hollow 2+50.00 1281 1271 1261 125! 1 1 1 1 1 1 DRAWN BY: H SCALE: 1" = 10' LIVA V SCALE: 1" = 5' DESIGNED BY: MC FlLE NAME: Happy Hollow.dwg 3+50.00 4+25.00 � 1 � N O 0 N u _ m 2.0/ JQ EX. 24" RCP EX. 6SSJ PROP. 18" rn N N N n __ n n _0 V cq N O � N N N II II ?70 _ 2.0/ 2.0% PROP. 18" RCP >-60 EX. s �2 V h 0 of ao ao ?55 n -n _n �n 00 280 rn � N 7 M N N N II II 270 — 20/ 2.0% \ I I I I Do— PROP. 18" RCP 260 EX. 6SS Im o ? n n m N_ N oid N— rotD N to N CN 255 0 0 0 0 128C 127( 126( PARCEL I M cli M 765-14320-000 N v, n n u .2% m 2.0% U Ul PROP. 36" RCP p N 0 M O H a N M y n r r n n N_ N N n -in n n W Lu I.IJ W O O` O (L r LLB J N Q = Y N LL a. O ' Q W VU'^^ + _ V I M N O N REVISED BID SET Z LU J 0 J () LU N w N LL Z � H 4N Q ULLQ z 0 W� Z z W TO MAY 3, 2023 14 lOJECT: Happy Hollow 1 1 1 1 1 S 1 1 DRAWN BY: H SCALE: 1" = 10' LIVA V SCALE: 1" = 5' DESIGNED BY: MC FlLE NAME: Happy Hollow.dwg .00 5+75.00 6+50.00 fay V M � N � ?80 n V n II m II U m 2.0 %% 2.0 %% - EW I,- - m )70 PROP. 36" RCP 0 m rn r N n p L6 v N N �n ?65 n �n M M � N ?80 clici 4 n n m 11 ED m _ 2.0% _ 2.0% _----_ - - — — I I- I i >_70 PROP. 36" RCP ' W M r h N 7 N_ N M V N_ ?60 n - n n n 280 N � N M � r N c r II II m U m 270 - - PROP. 36" RCP �cq � �m a G M N N l V N N N 260 0 -In 0 n 1 1 1 1 1 1 c � )g0 M N d W m II II 0 ___----------- --'m 2.0 % 2.0 // m ?80 PROP. 24" RCP a N V Nm oo N In 70 n 'n n 00 290 v� M N O N � u II m U m ----�2.0% 2.0% 280 POPo R. N V V OR N 270 n _ n 0 ' n 190 N M N � N N m �I z.o/ ro z.a% =80 - - - - - - - = L 1I 'IN 1I= EJ PROP. 24" RCP 1p n m 0 ON N o o ' N 0 >_70 n n n V`! r W W M CD I- 0 ~ 0 W a ui J J2a LL a. O Q W/�w■ � V! V M N O N REVISED BID SET z LU J 0 J (/) LU N w HN LL Z P5 (1)0 LU Q V zq ULLQ Z z 0 w z_� V z W MAY 3, 2023 15 IOJELT: Happy Hollow 1 1 1 1 1 1 1 1 1 00 7+75.00 )VU r o N N W � M n N �90 II II m m - ----- — — —— -- 2.0% 2.0% PROP. 24" RCP ?80 �2 W m N N N oo N 75 n n n n SVV U N N � II m II V m 7R( PROP. 24 ?80 arnp th N N MS N N N N co N N N N ?75 n n n n 00 U N � ?90 cli M N � II II m m 2.0% 2.0% ?80 PROP. 24" RCP c oo N N N Ncq ?70 n -. n N - n n 130( 129( 128( � N N N N � N O M rn u m m PROP. 24" RCP m00 o An n n n 1 1 1 1 1 1 DRAWN BY: H SCALE: 1" = 10' LIVA V SCALE: 1" = 5' DESIGNED BY: MC FlLE NAME: Happy Hollow.dwg 00 )IU N N N N � 16 MID N rn II m u m ig� ui ro � a v 16 N N N CN C4 85 n 'n -n n 00 a N � N 300 rn n rn M N � II II m U a — 2.0% 2.0% - - 77!- 290 a � tG m N N �_ � N m 'i N_ N_ 280 0 - o 0 0 300 N N N N N m Q2 II — — — ------\ ro II V ro 2.0 % 2.0 % \ _ _ _ I I W - ?90 PROP. 24" RCP cND r W N M; tD N N N CI N N N N ?80 n -In n n U) F— W W M CD O ~ W a O ui J J2LO Q 2 Y to LL LL a. O Q W V M N O N REVISED BID SET z LU J 0 J () LU LU ILL. Z LU U 0 LU 4N Q ULLQ z 0 W� Z Z W MAY 3, 2023 16 IOJELT: Happy Hollow 131 130 129 131 130 129 131i 130i 129i 128 9+25.00 10+00.00 ccq 0__ N o O m M II � m M II U — .. m 0- n_ M 04 M M M M M M M 0 0 '0 0 0 0 r � N N W r V u� 0 M_ II II -------_-- __ m _ 20/ 2.0% m I I I mm MC4 oa a 0 0 � M 0 0 0 M M ImIm 00 -0 0 0 245 S HAPPY HOLLOW RD N o0 6 M m N W prj >II � m ---_ 8.5% 2.0/ U m zz% REMOVE EX. 15" RCP I n n M n r ao r aD N r r m N N o _0 0 0 1301 12R 1321 1311 1301 12R 1321 1311 1301 N � r M M II m z.o% "? n M M 219 S HAPPY HOLLOW RD N N O N 0 M O � o II 219 S HAPPY HOLLOW RD W N O ' N O n a II II 77 -_2.0%_ _ 7-- m REMOVE EX. 15" RCP 132 � 130 DRAWN BY: H SCALE: 1" = 10' LIVA V SCALE: 1" = 5' DESIGNED BY: MC FlLE NAME: Happy Hollow.dwg U) F_ JWn L J 0 N1 T O r O W O J a H uj -1= J 00 O a I Q /^ 2 � Y/ x V M N CD N REVISED iQ 0 M v �? O M ni � o 0 0 c u u — — — 2.0% 1m —2.0% w oo of w aD cc aD r r M M M M M 0 0 'o 'o 'o BID SET z LU J 0 J (/) W N w N H LL Z Q � � � 4N ULLQ D W� Z Z W To MAY 3, 2023 17 IOJELT: Happy Hollow iQ 0 M v �? O M ni � o 0 0 c u u — — — 2.0% 1m —2.0% w oo of w aD cc aD r r M M M M M 0 0 'o 'o 'o BID SET z LU J 0 J (/) W N w N H LL Z Q � � � 4N ULLQ D W� Z Z W To MAY 3, 2023 17 IOJELT: Happy Hollow BID SET z LU J 0 J (/) W N w N H LL Z Q � � � 4N ULLQ D W� Z Z W To MAY 3, 2023 17 IOJELT: Happy Hollow SURVEYED BY: 1/2"R DRAWN BY: LIVA DESIGNED BY: \ MATERIAL / /i //N /`i;;� .a a W 3"R aU 1/2"R CONCRETE APPROACH SIDEWALK } 1/2"EXPANSION MATERIAL MC FILE NAME: D eta i s-d w g BACKFILL / / 3"R 1• LL NOTE 8 f- p BETWEEN DRIVE AND VARIABLE HYPOTHETICAL BACK OF CURB 1" TOOL SIDEWALK IN. JOINT pEVP MENDEDI StSLO':":):."'::1 ''^^ V+ 1 % to 3 % 2 % Mom.+14°)° RHO Z J g• CLASS 7 AGGREGATE -PW ■ , _ W BASE COURSE • n � � ' • V1 I$ (6% �1 2' HILLSIDE • " MAX. RECOMMENDED) J Q r - i i�� LIB W W i LANDING / EXISTING STREET �✓ ii� i �✓i� i� i ` i pia �i i �i i .p ii �'�'� �!� ..... ... % d AREA CLASS 7 BASE UNYIELDING O COLD JOINT SUBGRADE J BETWEEN GUTTER 6" MIN. CONCRETE 4" COMPACTED BASE COMPACTED TO 95% S.P.D., 1 i , W\ AND APPROACH SIDEWALK &DRIVEWAY APPROACH 6"X6" 10 GAUGE REINFORCING or T O W UNYIELDING MATERIAL � SLOPE VARIES STEEL MESH Q T 2 BASED ON GREENSPACE J WIDTH 5%-10% TYP. SECTION A -A d TYPE 'A' CURB & GUTTER DETAIL LL !ni MAXIMUM LOT WIDTH MAXIMUM DRIVEWAY WIDTH W CURB &GUTTER NOTES: ` Q r 70 FEET OR MORE 24 FEET 1. CONTRACTION JOINTS SHALL BE 1/8" TO 3/8" X 1 1/2" AT 15 FT. INTERVALS. ALL CONTRACTION JOINTS AND COLD JOINTS SHALL BE FILLED WITH 50 FEET TO 69 FEET 20 FEET T L i Lu JOINT SEALANT TO FINISHED GRADE. 2. CONCRETE SHALL HAVE A MINIMUM COMPRESSIVE STRENGTH OF 4000 PSI. i_ ^ ' W 3. EXPANSION MATERIAL SHALL BE REQUIRED AT AT ALL STATIONARY STRUCTURES AND ENDS OF CURB RETURNS. THE EXANSION MATERIAL LESS THAN 50 FEET 18 FEET V / I A/ SHALL BE 1/2" ASPHALT IMPREGNATED FIBERBOARD CONFORMING TO AASHTO M-213. EXPANSION JOINT MATERIAL SHALL BE LEFT 112" LOWER THAN GRADE OR TRIMMED 1/2" LOWER THAN GRADE. ^' 4. EXPANSION JOINTS SHALL BE FILLED WITH JOINT SEALANT SHAPED TO THE CROSS SECTION OF THE CURB AND CONSTRUCTED AT RIGHT • ` ,fffVVVAAA_/// ANGLES WITH THE CURB LINE. 0 5. FINISH SHALL BE MEDIUM BROOM FINISH. N 6. CONCRETE CURING COMPOUND SHALL BE SEALTIGHT 1600-WHITE MANUFACTURED BY W.R. MEADOWS, OR AN APPROVED EQUAL. DRIVEWAYS SHALL BE PAVED FROM A 7. CONCRETE JOINT SEALANT SHALL BE SONNEBORN "SONOLASTIC SLI" OR AND APPROVED EQUAL. CLOSED CELL BACKER ROD SHALL BE USED IN THE PROPERTY LINE WITH A SOLID DEEP JOINTS, AS NEEDED, ACCORDING TO THE MANUFACTURER'S INSTRUCTIONS. SURFACE AND SHALL EXTEND 18 FT. 8. GUTTER SHALL MATCH THE CROSS SLOPE OF THE ROAD WITHIN t 0.5%. GUTTER DRAINING THE pg O'< INTO THE PROPERTY REVISED OPPOSITE DIRECTION AS THE ROAD WILL NOT BE ACCEPTED. -J_ G, G p / ---- O��WC� DRIVEWAYWIDTHATW / ---- TYPE'A' '`� J`\,`% CONTRACTION TOOLED OR 5 FT, iL11N. CURB & GUTTER (TYP.) G \� P TO P AR NSAS EXISTING ASPHALT 0 �SY�yQ' JOINT COLD JOINT LINE PR i 11 MATERIAL PAVEMENT SECTION 45� � . / E 1 BACKFILL '` \ EXPANSION FULL DEPTH SAW CUT �' � .� � SMOOTH STRAIGHT / JOINT / SIDEWALK WIDTH AND EDGE 1 LOCATION SHALL BE It ,t + • REQUIREMENTS PLACED PER AL PLAT 11No04 CPScr,� CLASS 7 AGGREGATE //\\\i\ a _ BID SET BASE COURSE �y�P V w w w W W 5QP 24" SELECT MATERIAL (HILLSIDE) STAND ARD AS REQUIRED BASED ON THE CURB f �� Lu O ADEQUACY OF THE IN -SITU SOILS 3'n,P A ml TRANSITION APRONma TO REMO FULL EPTH S CUT TRANSIT pN W y � I j VE EXIST NG CURB REQUIRED STANDARD Z � G AND MATERIAL GUTTER CURB W Z Q NOTES PLAN VIEW o Q Z z 1. MINIMUM DENSITY FOR ASPHALT SHALL BE 92%OF THE MAXIMUM THEORETICAL DENSITY. U LL Q LL 0 2. SUBGRADE MUST BE PLACED ON UNYIELDING MATERIAL -ADDITIONAL UNDERCUT MAY BE REQUIRED. LL 3. ALL IN -SITU SOILS FOR SUBGRADE SHALL HAVE A LIQUID LIMIT LESS THAN 40, A PLASTICITY INDEX LESS THAN 15, NOTES: UJ AND A CBR GREATER THAN 8. INADEQUATE SOILS SHALL BE UNDERCUT 2 FEET AND REPLACED WITH "HILLSIDE 1. FULL DEPTH EXPANSION JOINTS (SIX INCHES) SHALL BE PROVIDED AT THE EDGE OF THE SIDEWALK OPPOSITE THE STREET AND AT THE EDGE OF DRIVEWAY W M MATERIAL" (SOILS WITH CBR OF 8 OR GREATER, AND AS CLASSIFIED AS GM OR GC SOILS) - GEOTECHICAL TESTING AS SHOWN ABOVE. EXPANSION MATERIAL SHALL BE ASPHALT IMPREGNATED FIBERBOARD OR APPROVED EQUAL. (NO WOOD) REQUIRED TO DETERMINE SOIL ACCEPTANCE. 2. CONCRETE TO BE SAW CUT OR PLACE A TOOL JOINT AT THE CENTER OF DRIVE AND SEALED. IF POSSIBLE CONTRACTOR SHALL TRY TO ALIGN THE JOINT AT 4. SUBGRADE (HILLSIDE) SHALL BE COMPACTED TO 95 % OF STANDARD PROCTOR. PROCTOR CURVE DATA SHALL BE THE CENTER OF THE DRIVE WITH THE A JOINT IN THE ADJACENT SIDEWALK.Z SUPPLIED TO THE CITY ON ALL MATERIAL BY THE ENGINEER OF RECORD. WITHOUT THE COPY OF THE SITE' ^ SPECIFIC PROCTOR CURVE, MOISTURE CONTENT MUST BE WITHIN z% OF OPTIMUM WHEN TESTED. 3. ALL CONCRETE DRIVEWAYS AND SIDEWALKS SHALL BE CONSTRUCTED OF A PORTLAND CEMENT CONCRETE MIXTURE WHICH WILL PRODUCE A CONCRETE v 5. BASE COURSE (CLASS 7 AGGREGATE BASE) SHALL BE COMPACTED TO 95 % OF MODIFIED PROCTOR ON LOCAL AND OF A COMPRESSIVE STRENGTH OF 4000 PSI AFTER 28 DAYS SET UNDER STANDARD LABORATORY METHODS. RESIDENTIAL STREETS. COLLECTOR AND ABOVE SHALL BE COMPACTED TO 100% MODIFIED PROCTOR. 4. ALL SIDEWALKS REQUIRE A CONCRETE CURING COMPOUND, SUCH AS SEALTIGHT 1600-WHITE MANUFACTURED BY W.R. MEADOWS, OR AN APPROVED EQUAL Z 6. CURING COMPOUND IS REQUIRED FOR ALL CONCRETE IN RIGHT OF WAY OR EASEMENTS, ANY COLOR EXCEPT 5. ALL SIDEWALKS AND DRIVEWAY APPROACHES SHALL BE CONSTRUCTED WITH A BROOM FINISH. TEXTURED, STAMPED, OR EXPOSED AGGREGATE CONCRETE W CLEAR. FOLLOW STANDARD ENGINEERING PRACTICE FOR PLACEMENT IN HOT, WINDY, AND COLD WEATHER. IS NOT ALLOWED WITHIN STREET RIGHT OF WAY. 7. CURB MUST BE CAULKED BEFORE BACKFILLED AND STREET PAVED. ACCEPTABLE SUPPLIERS ARE OMNI SEAL 50, 6. ALL SIDEWALKS AND CURB CUTS FOR DRIVEWAY APPROACHES REQUIRE AN INSPECTION PRIOR TO AND AFTER CONCRETE PLACEMENT. PECORA 864 AND 865, DOW CORNING 888, OR PRE -APPROVED EQUAL. 7. IF THE EXISTING GUTTER PAN IS DAMAGED OR DAMAGED DURING CURB REMOVAL, REFER TO DETAIL DW1A AND REMOVE FROM JOINT TO JOINT WITHIN THE LIMITS OF SAW CUT. MAY 3, 2023 ASPHALT STREET CURB AND GUTTER INSTALLATION DRIVEWAY DETAIL'DW1' 18 PROJECT: Beta i I � SURVEYED BY: DRAWN BY: LIVA #4's @ 18" O.C.E.W. 12" MIN. DESIGNED BY: 6" EMBEDMENT INTO S/W MC FILE NAME: Detoils.dwg 2"CLR. IF CONSTRUCTED IN MULTIPLE 4" POURS USE A DOUBLE r * III CHAMFER AT JOINTS 6' GREENSPACE :t 6' TYP. SIDEWALK � -_ -III—III — I ,45" 3" DIA. WEEP HOLE WITH SIDEWALK CONSTRUCTION NOTES: #57ISIT NEI OR DI INAGIE HARDWARE CLOTH J W 1. SIDEWALK SHALL HAVE TOOLED OR SAW -CUT TRANSVERSE - - -I 5 JOINTS AT INTERVALS EQUAL TO THE WIDTH OF SIDEWALK (5' III - L ) TYP.). THESE WEAKENED PLANE (CONTRACTION) JOINTS - III —III III EX. GROUND W U SHALL CONSTRUCTED 1/4 DEPTH OF THE SIDEWALK III '� O THICKNESS 1/SS AND SHALL BE 1/8" TO 3/8" WIDE. I -> 2. CONCRETE SHALL HAVE A MINIMUM COMPRESSIVE STRENGTH THICKENED EDGE 3" CLR. OF 4000 PSI. 3. CONCRETE SHALL HAVE A MINIMUM CEMENT CONTENT OF 6.5 O BAGS per Cu. Yd. WITH 5-1/2% t 1-1/2%AIR ENTRAINMENT. 4. EXPANSION JOINT MATERIAL SHALL BE PREFORMED ASPHALT IMPREGNATED FIBERBOARD CONFORMING T1 2"AASHTOLOWER THAN NOTCH INTO EX. GROUND A 1 1 1 C EXPANSION JOINT MATERIAL SHALL BE LEFT 1/2" LOWER THAN `� �' �' `� 12" 8" MIN. OF 12" \TW c GRADE OR TRIMMED 1/2" LOWER, AND FILLED WITH SILICONE SEALER TO FINISHED GRADE. 5. ALL COLD JOINTS AND SAW -CUT JOINTS SHALL BE FILLED TO FINISHED GRADE WITH JOINT SEALANT. 6. CONCRETE CURING COMPOUND SHALL BE R A WEAKENED PLANE JOINTS OR ONE -QUARTER DEPTH (I INCH) w i 1600-WHITE MANUFACTURED BY W.R. MEADOWS,OWS, OR AN SAW-CUTJOINTS SHALLBE APPROVED EQUAL. PLACEDSIDEWALK AT 8 SIDEWALK TURNDOWN DETAIL � a W 7. CONCRETE JOINT SEALANT SHALL BE SONNEBORN INTERVALS EQUAL TO THE WIDTH 11 "SONOLASTIC SLI" OR AND APPROVED EQUAL. CLOSED CELL OF SIDEWALK. (6' TYP. *) BACKER ROD SHALL BE USED IN DEEP JOINTS, AS NEEDED, NTS O ACCORDING TO THE �' �' �' J' Q MANUFACTURER'S INSTRUCTIONS. Uj 8. ALL SIDEWALKS SHALL HAVE ONE-HALF INCH ROLLED EDGES AND A BROOMED FINISH. 9. SEE STANDARD DRIVEWAY DETAILS FOR SIDEWALK CONSTRUCTION THROUGH DRIVEWAYS. y y 10. WHERE LONGITUDINAL(RUNNING) SLOPE OF SIDEWALK A EXCEEDS 5.0%, THE SIDEWALK SHALL MATCH THE SLOPE OF w w M THE ADJACENT ROADWAY. / 11. LANDING REQUIRED WHEN SIDEWALK CHANGES DIRECTION W W w N DUE TO AN OBJECT (E.G. TELEPHONE/LIGHT POLE, MANHOLE, w w W 0 ETC.) N 12. ALL SIDEWALKS REQUIRE INSPECTION BEFORE AND AFTER CONCRETE PLACEMENT. CONTACT THE ENGINEERING DIVISION (575-8206) TO SCHEDULE AN INSPECTION. 13. MINIMUM EFFECTIVE WIDTH FOR SIDEWALK IS 5 FEET. SEE UNIFIED CODE SECTION 171.14 FOR GUIDANCE. CURB REVISED & GUTTER PLAN ____ i• SIDEWALK AND GREENSPACE WIDTHS MAY VARY BASED ON CURRENT MASTER ____ STREET PLAN OR APPROVED SUBDIVISION PLAT. CONFIRM DIMENSIONS PRIOR TO CONSTRUCTION I I 1/4"=�S�ATEpS� AR SAS �1 i 1 ! 11 E � 6' GREENSPACE fr 6' TYP. SIDEWALK * V FLAT , 1%to 3% 1%TYP. K— 4I (TYP.) /11 TYP_ 2% �I 1�/ No. 104 t� i 3/8" BACKER ROD I 1,, 3.1 MAX.�\ 7-1/4 SLAB THICKNESS+ 1/2" 3:1 MAX. BID SET JOINT SEALANT DETAIL 4" COMPACTED MATERIAL SECTION A -A z LU O 112" EXPANSION MATERIAL. ASPHALT IMPREGNATED FIBERBOARD J (AASHTO M213Y WITH TOP HALF INCH o FILLED WITH SILICONE JOINT SEALER; SHALL BE USED AT COLD JOINTS AND STRUCTURES. y W LIJ LL 0LVZ z 4" PORTLAND CEMENT >- I O Q CONCRETE N Z Z UNYIELDING SUBGRADE U ' Q 0 OR APPROVED COMPACTED MATERIAL W> ELEVATION , W `2 rZ r Z W SIDEWALK DETAIL MAY 3, 2023 NTS 19 PROJECT: meta i I � DROP INLET NOTES -D BY: 5': 1. ALL EXPOSED CORNERS TO HAVE 3/4" CHAMFER. 2. ALL REINFORCEMENT BARS SHALL BE GRADE 60 AND SHALL HAVE A MINIMUM 2" COVER UNLESS OTHERWISE NOTED. 3. CONCRETE SHALL HAVE A MINIMUM COMPRESSIVE STRENGTH OF 4000 PSI -TOP 18" SHALL BE CAST -IN -PLACE. 4. INVERTS SHALL BE POURED MONOLITHICALLY WITH FOOTING. 5. CURB INLET BACK OPENING LOCATIONS SHALL BE DETERMINED IN THE FIELD BY THE ENGINEER. 6. WHEN AN INLET IS PLACED ADJACENT TO CONCRETE PAVEMENT, THE GUTTER DEPRESSION SHALL BE FORMED IN CONCRETE PAVEMENT. 7. PIPES MAY ENTER BOX FROM ANY ANGLE OF ELEVATION AS DIRECTED BY THE ENGINEER. REINFORCING BARS SHALL BE CUT TO CLEAR PIPE BY 2". 8. THE EXPANSION JOINT SHALL HAVE A THICKNESS OF 1/2" AND CONFORM TO AASHTO M213. 9. REFER TO CURB AND GUTTER DETAILS FOR APPROPRIATE CURB CONFIGURATION AND GUTTER DIMENSIONS AT EACH INLET LOCATION. 10. REFER TO PLAN AND PROFILE SHEETS TO DETERMINE EXTENSIONS AND SIZE (IF ANY) ACCOMPANYING DROP INLETS. 11. STEPS ARE REQUIRED IN STORM DRAIN MANHOLES THAT ARE AT 4 FT OF DEPTH AND GREATER (FROM INVERT TO RIM). CENTERLINE OF MANHOLE LID SHALL BE 2 FT FROM THE WALL WHERE STEPS ARE LOCATED. STEPS (6" z 12") SHALL BE COPOLYMER POLYPROPYLENE PLASTIC WITH STEEL CORE AT 16" APART. 12. PRIOR TO AND DURING PLACEMENT OF PAVEMENT IN FRONT OF INLETS, THE CONTRACTOR SHALL PROVIDE POSITIVE DRAINAGE AT ALL TIMES. THE METHODS USED FOR THIS WORK SHALL BE APPROVED BY THE ENGINEER. 13. LIMIT DEFLECTION TO 60 DEGREES. IF GREATER, USE NEXT LARGER MANHOLE DIAMETER/SIZE. INSIDE DIMENSION DIAMETER OF OUTLET PIPE MIN. WALL THICKNESS *TOP CONCRETE SLAB REINFORCING MIN. WALL THICKNESS 4' 15" - 18" 6" # 4'S @ 8" O.C. E.W. 6" 5' 24" - 42" 8" # 4'S @ 7" O.C. E.W. 8" 6' 48" - 54" 8" # 5'S @ 9" O.C. E.W. 8" WHEN UNDER TRAFFIC, USE # 5'S @ 6" O.C. E.W. 6" j ^ TOP CURB NORMAL GUTTER LINE DEPRESSED GUTTER LINE #4 BAR @ 9" O.C. EACHWAY PIPE PIPE 0 PIPE THICKNESS PLUS 6" 2" DIA. WEEP HOLE (TYP.) DROP INLET ELEVATION SEE SHEET D3 FOR . EXTENSION DETAILS #4 BARS @ 12" O.C. 244 BARS CONT. ACROSS FI @ 4" O.C. CURB AND GUTTER 112" PREFORMED EXPANSION JOINT 12' TRANSITION FOR GUTTER UPSTREAM T-0" PER 1" DEPRESSION SIDEWALK DROP INLET 2" NOTCH FOR SIDEWALKS THIS PORTION OF INLET rL WALL OMITTED WHEN BUILT MAN OLE WITH EXTENSIONS 2, 0" 4" ]�A�LLWALLSAL DEPRESSION -6 6, 3-#4'8 �' / #4 @ 9" O.C. 2-3" DIA. 2" CLR. WEEP HOLES #4 @ 9" O.C. EACH WAY LAI #4 @ 9" O.C. PIPE EACH WAY THICKNES 2' CLEAR STEP (SEE NOTE 11) c�a VARIABLE 10'-0' MAX �2" DIA. WEEP HOLE (TYP.) ;OUT PIPE THICKNESS PLUS 6" SIZE PER TABLE (4' MIN) T-6" 6" 6" #4 DIAGONAL BARS B ~� 3-#4 BARS L 3 - #4 BARS EVENLY EVENLY SPACED 6" 11 SPACED CONT. CONT. THRU — — THRU INLET INLET - TOP SLAB REINFORCEMENT SIZE PEIL TABLE PER STRUCTURE SIZING & 4' MIN. REINFORCING TABLE SHOWN ABOVE. #5 BARS @ 6" O.C. I —CURB AND GUTTER B 2" DIA. WEEP HOLE 1 1/2" EXPANSION JOINT (TYP.) PLAN VIEW RECTANGULAR DROP INLET DETAILS 244 BARS CONT. ACROSS FRONT @ 4" O.C. '�_1/2" PREFORMED EXPANSION JOINT 4' TRANSITION FOR GUTTER DEPRESSION - DOWNSTREAM 1'-0" PER 1" DEPRESSION 244 BAR @ 4" O.C. CONT. ACROSSFRONT #4 BAR AT SUPPORT 3-#4 BARS EVENLY SPACED COLUMN 4„ 1 6 2" IDEPRESSIO CLR 5„ #4 BAR @ 12" O.C. VA IES #4 BAR @ 6" 12" O.C. 5, "� #4 BAR @ 12" O.C. I,_U, — — _ — — #4 BAR TOP CURB N RMAL GUTTER LINE — — — — -- 6" FACEOFCURB DEPRESSED GUTTER LINE 6" 4'-0" EXTENSION PROVIDE 6" WIDE CONCRETE COLUMNS SPACED @ 4' INTERVALS TO SUPPORT TOP 6" 3'-6 T-6 6" OPENING TOP CURB NORMAL GUTTER LINE — — — — — — — — — — — — — — — -- FACE OF CURB DEPRESSED GUTTER LINE 1_2------------ 1 6" L_-- 8'-0" EXTENSION DROP INLET EXTENSION DETAILS MC FILE NAME: DetaiilIs-dwg cn r W w W W O J W O li J W 1 Q oaWal L = _/ Y V Z V M N 0 N REVISED No 104 BID SET Z J Q J � LuW LL~Z n , HQ� ULLQ Z 7 0 LLI Lu Z W a MAY 3, 2023 20 Beta i I � SURVEYED BY: DRAWN BY: LIVA DESIGNED BY: MC FILE NAME: Detoils.dwg r NOTE: W 1. ALL TRENCH EXCAVATION SHALL BE IN ACCORDANCE WITH J C C� OSHA REQUIREMENTS. 2. FULL DEPTH CLASS 7 ABC BACKFILL COMPACTED TO 95 % MODIFIED uj V / w� PROCTOR DENSITY REQUIRED UNDER ALL PAVEMENT AI > J R.C. SLOPE I F.E.S. APPROXIMATE NORMAL FORE L I�--� LIMITS OF SOD 3 1_ O (L J a W FINISH GRADE-REVEGETATE u Q PROVIDE CHANNEL BOTTOM ���� SOLID SOIL � COMPACTED SUITABLE R.C. CURTAIN WALL �� NATIVE MATERIAL 4" TOPSOIL SECTION C-C �% ----- i LL > Q NOTES: R.C. CURTAIN�� A �/ 1. TONGUE END ON UPSTREAM SECTION WALL ��V GROOVE END ON DOWNSTREAM SECTION. uj � 2. SEE MANUFACTURER FOR REINFORCED CONCRETE FLANGED END SECTION DIMENSION. C STORM VAF IES PLAN VIEW SEWER PIPE 6" O.C. R.C. EACH F.E.S. WAY TI / I PIPE SIDE OF R.C. CURTAIN CAST -IN -PLACE NOTE: THE PORTION OF THE R.C. CURTAIN WALL BENEATH THE FLARED END SECTION (LOWER 1'-0") SHALL BE PLACED MONOLITHICALLY, WITH THE TOP PORTION OF WALL. THE FLARED END SECTION SHALL BE SET IN N N REVISED 12" 12" CLASS 67 ---- MIN. MIN. STONE BACKFILL ____ 6" MIN. PIPE BEDDING MATERIAL (SIZE #67 STONE ASTM D448) \\ j AR SAS i 111 STORM SEWER (RIGID PIPE) S E ' c� I PLACE & THE R.C. CURTAIN WALL CONSTRUCTED. 11 * * * , i IIL/y No. 104 t� i BID SET REINFORCED CONRETE z FLARED END SECTION DETAIL LLB 0 NTS J � a W y LU Ld LL 0 Uz zQ F- 5LLa � w§ z� z z w MAY 3, 2023 21 PROJECT: meta i I � R.C. CURTAIN WALL DIMENSIONS & QUANTITIES PIPE DIA. H 1 L 1 L SINGLE CONCRETE CUBIC YARD R.C.P.C. REINF. STEEL lbs. SOLID SOD 3:1 SQ. YD. 18" 111/2" T-5" 8'-0" 0.31 27.7 5 24" V-0112" 4'-6" 9'-6" 0.37 33.4 8 30" V-31/2" 5'-7" 11'-0" 0.45 39.0 13 36" 1'-7" 6'-8" 13'-0" 0.58 52.6 17 42" 2'-1112" T-3" 15'-6" 0.82 77.1 23 48" j 2'-5" j T-10" 17'-0" j 0.98 94.9 29 SURVEYED BY: NOTES: 1. CONCRETE SHALL HAVE A MINIMUM OF 6 BAGS OF CEMENT PER CU. YD., DRAWN BY: LIVA DESIGNED BY: 4-7% AE AND DEVELOP A MINIMUM COMPRESSIVE STRENGTH OF 4000 PSI @ 28 DAYS. MC 2. PERMANENT REPAIRS TO BE USED ONLY WHERE ADJACENT PAVEMENT IS TO FILE NAME: REMAIN. USE TEMPORARY PATCH IN AREAS WHERE ADJACENT PAVEMENT IS D et a i I S . d w g TO BE REMOVED OR RECONSTRUCTED. 3. ASPHALT FOR TEMPORARY REPAIRS MAY BE HOT MIX OR COLD MIX. 4. COLORED CONCRETE, WHEN ASPHALT IS NOT AVAILABLE, SHALL BE AN INTEGRAL COLOR MIX. SOLOMON DRY PIGMENT - �A 908 CARBON BLACK "ASPHALT" (1 - 25 LB. BAG PER 3 YARDS), OR �U/ APPROVED EQUAL. TOTAL THICKNESS OF PAVEMENT SHALL BE 9 INCHES. W LV J 0 W MIN. 2' ASPHALT EXISTING MATCH EXISTING U O PAVEMENT GRADE � � O//LL11m—ii a uj J CLASS 7 A.B.C. BACKFILL COMPACT TO 98 MODIFIED PROCTOR DENSITY Lu 2 TEMPORARY PAVEMENT REPAIR = 0 l.ft�> V M Q N n O N SAW CUT EXISTING 3" ACHM SURFACE PAVEMENT EXISTING (SEE NOTE 4) PAVEMENT MATCH EXISTING REVISED GRADE ' n • ti � • 9 6" CONCRETE j AR SAS � (SEE NOTE 4) 12" 12" S E i i IIIIL/9 No. 104* lv i CLASS 7 A.B.C. BACKFILL COMPACT TO 98% MODIFIED PROCTOR DENSITY BID SET z ASPHALT PAVEMENT REPAIR J Q J � a W y DJ uj HU) 12" 12" LL Z JOINT SEALER (TYP.) SEE SPECIFICATIONS +I EXISTING CONCRETE > u,l r Il Z m V " iD PAVEMENT O Q 7 H „ L Z v e U Q 1, , W V 9" CONCRETE (MATCH EXIST. SAWCUT GRADE) Z PAVEMENT (TYP.) W CLASS 7 A.B.C. BACKFILL COMPACT To 98% PROCTOR DENSITY MODIFIED MAY 3, 2023 CONCRETE PAVEMENT REPAIR 22 PROJECT: meta i I � 5/16" NUT LOCK WASHER —MAILBOX BRACKET- — 16 GA GALV. (0.65) "U" LOCK WEDGE - SECURE WITH 10-16" x 5/8" SELF DRILLING SCREW 1" FROM END POST - 2'x14 GA GALV. (.074) NEX® TUBE ANCHOR 2-1/4"x12 GA GALV. TUBE (.109) 30" LONG ANTIROTATION TAB "U" LOCK WEDGE 5/16" x 2-1/2" CARRIAGE BOLT 1.82' NEX ®TUBE CROSS NEX ®WEDGE "U" LOCK WEDGE SECTIONAL VIEW 16 GA GALV. (0.65) SINGLE MAILBOX INSTALLATION 5/16" NUT � � LOCK WASHER ADJUSTA LE / 8 50" ADJUSTA LE / 8.50" 6" - 8" 6" - 8" o000 0 � o000 0 00 00 00 00 0 0 0 00 0 00 MAILBOX BRACKET- 16 GA GALV. (0.65) MAII BRA NEX ®TUBE CROSS SECTIONAL VIEW NEX ®WEDGE E BOX ET- 3ALV. (0.74) 0.30" �1.82' U LUCK WEDGE 12 GA GALV. (0.109) DOUBLE MAILBOX INSTALLATION :D BY: BY: MC FILE NAME: D eta'i l^s. dwg V! Z W Lu > J_ Ui W O J 0 a m W o Q �aLu = � Q X m V M N O N REVISED BID SET Z J O J � d LL uj 0 Lu U� Z H Q 5LLQ Z ~ W� LFA Z W a MAY 3, 2023 23 meta i i SURVEYED BY: NOTES: DRAWN BY: 1. NO WASHING OUT OF CONCRETE TRUCKS OR WASHING OF SWEEPINGS FROM EXPOSED LIVA AGGREGATE CONCRETE INTO STORM DRAINS, OPEN DITCHES, STREETS, OR STREAMS Is ALLOWED. DESIGNED BY: 2. EXCESS CONCRETE IS NOT ALLOWED TO BE DUMPED ON -SITE, EXCEPT IN DESIGNATED MC TEMPORARY CONCRETE WASHOUT PIT AREAS. FlLE NAME: 3. ON -SITE TEMPORARY CONCRETE WASHOUT AREAS SHALL BE LOCATED AT LEAST 50 FEET FROM D eta i I s - d w g STORM DRAINS, OPEN DITCHES, OR WATER BODIES. 4. TEMPORARY CONCRETE WASHOUT FACILITIES SHALL BE CONSTRUCTED AND MAINTAINED IN SUFFICIENT QUANTITY AND SIZE TO CONTAIN ALL LIQUID AND CONCRETE WASTE GENERATED BY WASHOUT OPERATIONS. wATE 5. WASHOUT FACILITIES SHALL BE CLEANED OUT OR REPLACED ONCE THE WASHOUT IS 75% FULL. Z� % lQW TOP OF BANK U) 6. PLASTIC LINING MATERIAL SHALL BE MINIMUM OF 10 MIL POLYETHYLENE SHEETING AND SHALL BE '�� '^ FREE OF HOLES, TEARS, OR OTHER DEFECTS. V / 7. WHEN WASHOUT FACILITIES ARE NO LONGER REQUIRED FOR WORK, THE HARDENED CONCRETE Z SHALL BE REMOVED AND DISPOSED OF OFFSITE. MATERIALS USED TO CONSTRUCT TEMPORARY v .---_ -_ --� - \ -- CONCRETE WASHOUT FACILITIES WILL BE REMOVED FROM THE SITE AND DISPOSED OF PROPERLY c - - / \ FLOW LINE J W Q (i.e. PERMITTED FACILITY OR RECYCLED). 5' MIN / W 2-6 MIL GENERAL RULE FOR SPACING: / , > LINER IQ THE ELEVATION OF THE BOTTOM OF /\\V�%\//\� \VAS Q THE UPSTREAM CHECK DAM 0 STAKES SHOULD BE EQUAL TO THE 0 a O (TYP) ELEVATION OF THE TOP OF THE o () SUCCEEDING DOWNSTREAM BERM. I' 1 CHECK DAMS IN SWALE T 0 0\SANDBAG Z TYPE 1 TYPE 2 � J O \Q.. Q �TRAVV \ A B Q U 45"xTE 2 LAYERS OF 6 MIL PAINTED 0. PLASTIC LINER BALES WHITE ^^ Z PLAN PLYWOOD O I.i 6" MIN. 6" MIN. W O PLASTIC UGH Q Q PLASTIC OTHER MATERIAL 2 LAYERS OF6 MIL MAY BE USED wnseour �A �A PLASTIC LINER AS APPROVED BY �j�V/� H ��� A \ H M BINDING WIRE CITY BLACK •-� STRAW BALES LETTERS 6" MARIFI 50OX MARIFI 50OX (V W HEIGHT GEOTEXTILE FABRIC 0 NATIVE MATERIAL � GEOTEXTILE FABRIC � 6"-9" CLEAN STONE (OPTIONAL) WOOD 2"-3" CLEAN STONE N Posrs A B a"xa"xa' 2 ACRES OR LESS OF DRAINAGE SECTION AREA 2-10 ACRES OF DRAINAGE AREA REVISED SANDBAG WOOD OR SANDBAG (DOWNSTREAM VIEW) (DOWNSTREAM VIEW) 5-3-23 METALSTAKES CONCRETE WASHOUT DETAIL TOP OF BANK TOP OF BANK ---- 6" MIN. 6" MIN. 2"-3" CLEAN STONE 2"-3" CLEAN STONE � NOTES: � AR NSAS I 1 1. PLACE DEVICES AROUND PERIMETER OF GRATE/AREA INLET, WITH ENDS OF 2 2 Of 3 2 2 or 3 1 ADJACENT SEDIMENT LOGS OVERLAPPING 12" MIN. DIRECTION 1� 11 H DIRECTION 1� O 1 H E 2. PLACEMENT OF DEVICES SHALL EXTEND 12" MIN BEYOND THE LIMITS OF THE CURB OF FLOW OF F� S INLET STRUCTURE ON BOTH SIDES. 3. IF ROAD OR PARKING AREA IS OPEN TO PUBLIC, VERIFY SUITABILITY OF BMP WITH 1) }, CITY OF FAVETTEVILLE ENGINEERING DIVISION. (1�,9 No. 104 C� i PAVEMENT // A MAINTENANCE NOTES: ELEVATION A ELEVATION B 6"-9" CLEAN STONE �\ SEDIMENT LOG 4. INLET PROTECTION DEVICES MUST BE INSPECTED FOR SEDIMENT ACCUMULATION INSTALLATION NOTES: BID SET WITHIN THE CATCH BASIN OR UPGRADIENT OF THE INLET. IIIII:�.:.. 7. ANY SEDIMENT ACCUMULATED IN OR ADJACENT TO ASTORM DRAIN INLET MUST BE 1. STONES SHOULD BE PLACED UP THE CHANNEL BANKS TO PREVENT WATER FROM CUTTING AROUND THE DITCH CHECK. GUTTER REMOVED AS SOON AS PRACTICABLE BUT NOT LATER THAN 3 DAYS AFTER 2. INSTALLATION SHALL BE PLACED EITHER BY HAND OR MECHANICALLY (NOT JUST DUMPED) TO ACHIEVE COMPLETE - DISCOVERY. COVERAGE OF THE DITCH AND ENSURE THE CENTER OF THE DAMN IS LOWER THAN THE EDGES. Z 16" MIN 8. INLET PROTECTION DEVICES SHALL BE INSPECTED FOR UNINTENDED BYPASS OR ry CURB MPROPER FLOW -RATES THAT MAY CAUSE DOWNSTREAM FLOODING. 3. MAXIMUM SPACING BETWEEN MULTIPLE DAMS SHOULD BE SUCH THAT THE TOE OF THE UPSTREAM CHECK IS THE SAME CURB INLET 9. CONTACT THE PUBLIC WORKS INSPECTOR AND/OR ENGINEER FOR ALTERNATE INLET AS THE TOP OF THE DOWNSTREAM CHECK. J CONCRETE BLOCK A PROTECTION IF THE DESIGNED PROTECTION MAY IMPACT DOWNSTREAM BMPS, PLAN ADJACENT SLOPES, ETC., DUE TO PONDING ISSUES. ENSURE THAT NO UNDERMINING J _ OF INLET PROTECTION DEVICES HAS OCCURRED. INSPECTION NOTES: lo 10. INLET PROTECTION DEVICES AND BARRIERS SHALL BE REPAIRED OR REPLACED IF SEDIMENT LOGS SHALL MIN. WEIGHT PER LINEAR FOOT 4. SEDIMENT SHOULD BE REMOVED WHEN IT REACHES 1/2 THE ORIGINAL CHECK HEIGHT. OF 4.5 LBS AND SHALL EXXCLUDCLUD E STRAW OR SAND MEDIA. THEY SHOW SIGNS OF UNDERMINING OR DETERIORATION. W W LL 5. IN THE CASE OF GRASS -LINED DITCHES OR SWALES, ROCK DITCH CHECKS SHOULD BE REMOVED WHEN THE GRASS HAS LU MAINTAIN ACCESS TO MATURED SUFFICIENTLY TO PROTECT THE DITCH OR SWALE, IF THE SLOPE IS 4% OR LESS. U) SEDIMENT LOG CONCRETEBLOCK COVER FOR INSPECTION 6. THE AREA BENEATH THE ROCK DITCH CHECKS SHOULD BE SEEDED AND MULCHED IMMEDIATELY AFTER THE CHECK Z f° s 1 CURB INLET EXAMPLES OF ACCEPTABLE DAM REMOVAL >_ >- I Z COMMERCIALLY AVAILABLE F- _ -- SEDIMENT LOGS ARE: Z -- U u- 0 1. SILT SOCK UJ PAVEMENT 2. BIG RED 3. EROSION EEL ROCK CHECK DAM DETAILS , WJ CONCRETE GUTTER FILTERED WATER Z SUB -GRADE SECTION A -A Z W SEDIMENT LOG CURB INLET PROTECTION MAY 3, 2023 24 PROJECT: Beta i I � } i N N, 4" X 4" X 1/4" STEEL PLATE 2" DIA. TYPICAL 1/2" STAINLESS STEEL • EXPANSION ANCHOR AND BOLT. HDI(SS303) O 112 BY HILTI FASTENERS, OR APPROVED EQUAL 1/2" 1/2" RAID. TYPICAL PLATE DETAIL 1/9"x 119^ Icn STnr.K) HOT DII 1C (EAC 1/2" STAINLESS S1 EXPANSION ANCI AND BOLT. ELEVATION 2" 0 GAILY. STEEL 2-1/2" 0 x 8" LONG HOT DIP GALV. STEEL SLEEVE WITH Y" x 4" STEEL PLATE WELDED TO END 4" min. OPTIONAL SLEEVE DETAIL DIP GALV. ANDARDS -6" MIN HEIGHT RETAINING WALL tX I tNUED 6" ABOVE SIDEWALK WELD STEEL CAP ON EACH TYPE I HANDRAIL FOR HEADWALLS AND RETAINING WALLS RAILS SECTION 8' HAPPY HOLLOW RD 2023 SIDEWALK IMPROVEMENTS Scheduled for Completion ROAD :_CITY OF By DECEMBER AHEADEAD FAYETTEVILLE ARKANSAS 2023 The City ®f Fayetteville, AR CONTRACTOR: ENGINEER: CITY OF FAYETTEVILLE CONTRACTOR'S NAME (LOGO HERE) CITY, STATE TREATED 4' x 4' POST ANDARD CHAMFER L j__.'' 1 -L_ CLASS 7 BASE r` :CULVERT .DWALL OR RETAINING -L EXTENDED 6" )VE SIDEWALK PROJECT SIGN DETAIL JEYED BY: YN BY: LIVA GNED BY: MC NAME: Detail S.dwg W W J >OC>Ly L UjJ2y) Q �aaJ �aLU Wftft O = =�z W NN I.f J a Z ad V M 2 N O N REVISED BID SET Z J Q J � a W y> LU w HU) Uj �� OWZQ �Y l�z H Q ULLQ Za 0 W� LFA IL% Z z Z W a MAY 3, 2023 25 ZOJECT: meta i I �