Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout2023-08-29 - Agendas - FinalCITY OF
FAYETTEVILLE
%PF ARKANSAS
MEETING AGENDA
City Council Transportation Committee
Tuesday, August 29, 2023
5:30 pm or Immediately Following the City Council Agenda Session
City Hall Room 111
VIDEO CONFERENCING BY ZOOM WILL BE AVAILABLE FOR THIS MEETING. TO
REGISTER FOR THE MEETING GO TO THIS REGISTRATION LINK
httas://us06web.zoom.us/webinar/reaister/WN N9Pv5PQJSWeif5C wzRSeA
Members: Sarah Bunch, Holly Hertzberg; Sarah Moore
City Staff: Chris Brown, Public Works Director/City Engineer; Terry Gulley, Asst. PW Director
for Operations/Transportation Services Director
Agenda:
1. New Business:
A. Midtown Corridor Phase 2: Review of change order 1 to the CMAR contract
with Crossland Heavy Contractors for the construction phase of this project.
(Staff requests a recommendation from the Committee on this item.)
B. E-bike Ordinance: Review of a proposed change to 71.170 of the City Code
addressing restrictions to types of vehicles allowed on city trails. (Staff requests
a recommendation from the Committee on this item.)
C. Traffic Calming Project Update: Review of Huntsville Rd.
D. Micro -mobility Update
2. Reports and Presentations:
3. Informational Items (These Projects are all on City Council Consent Agenda):
A. Razorback/15t" Intersection Project: Construction contract with APAC-Central,
Inc.
B. Center/Harmon Intersection Project: Contract amendment to the design and
contract management contract with McClelland Consulting Engineers.
4. Adjourn
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
CITY OF
FAYETTEVILLE
ARKANSAS
MEETING OF SEPTEMBER 12, 2023
CITY COUNCIL MEMO
2023-1026
TO: Mayor Jordan and City Council
THRU: Chris Brown, Public Works Director
Susan Norton, Chief of Staff
FROM: Matt Casey, Engineering Design Manager
DATE: August 24, 2023
SUBJECT: Change Order #1 to RFQ# 22-07 Contract with Crossland Heavy Contractors, Inc. for
the Midtown Corridor Project Phase 2
RECOMMENDATION:
Staff recommends approval of Change Order #1 to the RFQ# 22-07 contract with Crossland Heavy
Contractors, Inc for the Midtown Corridor Project Phase 2 in the amount of $14,600,772.00, approval of a
project contingency of $300,000.00 and approval of a budget adjustment.
BACKGROUND:
The Midtown Corridor is a project in the 2019 Transportation Bond Program and includes several different
components. The corridor is 2.3 miles in length and runs in an east -west direction through a flat part of the
middle of the city from 1-49 at Porter to College Avenue at Poplar Street. The project includes vehicular
improvements along Stephen Carr Blvd. and Deane Street from the interstate to Garland Avenue the project
includes street improvements with new turn lanes and drainage as well as separated pedestrian and bicycle
facilities. The street, drainage pedestrian, and bicycle improvements will continue along Sycamore Street from
Garland Avenue to the Razorback Greenway. From the Greenway to College Avenue, the project will include
multi -use trail construction along the Poplar Street alignment. Finally, a connection to the south from Poplar
Street to Gregory Park was included in the design.
The first phase of this corridor included the improvements to Stephen Carr Blvd. and Deane Street from 1-49 to
the east side of the new fire station. Construction is complete for this phase.
In August of 2022, the City Council approved a contract with Crossland Heavy Contractors, Inc. to provide
construction manager at risk pre -bidding services for the second phase of this project. This phase includes the
remainder of the overall project scope.
DISCUSSION:
This change order will begin the construction phase of the Midtown Corridor Project Phase 2. Crossland
Heavy Contractors, Inc. has provided a Guaranteed Maximum Price of $14,600,772.00 for the ten different bid
packages needed to complete the project. The project is expected to take 18 months to complete after
construction begins. With the approval of this contract, construction could be scheduled to begin in Fall of
2023.
Mailing address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
BUDGET/STAFF IMPACT:
The corridor improvements are funded by the 2019 Transportation Bond Program. The current CMAR
contract with Crossland Heavy Contractors is for $78,550.00. With this change order, the total contract amount
will be $14,679,322.00
ATTACHMENTS: 2023-1026 SRF Crossland CO1 Midtown Corridor, 2023-1026 BA Crossland CO1 Midtown
Corridor, Change Order #1 Midtown Corridor Crossland Heavy, Midtown Corridor - GMP Final_20230816 (1)
Mailing address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
Matt Casey
Submitted By
City of Fayetteville Staff Review Form
2023-1026
Item ID
9/19/2023
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
8/24/2023 ENGINEERING (621)
Submitted Date Division / Department
Action Recommendation:
Staff recommends approval of Change Order #1 to the RFQ# 22-07 contract with Crossland Heavy Contractors, Inc
for the Midtown Corridor Project Phase 2 in the amount of $14,600,772.00, approval of a project contingency of
$300,000.00 and approval of a budget adjustment.
Budget Impact:
4702.860.7218.5809.00 Street Projects 2022 Bonds
Account Number Fund
46020.7218.1020 Street Projects - Midtown Corridor
Project Number Project Title
Budgeted Item? Yes Total Amended Budget $ 2,042,372.00
Expenses (Actual+Encum) $ 2,011,492.75
Available Budget $ 30,879.25
Does item have a direct cost? Yes Item Cost $ 14,900,772.00
Is a Budget Adjustment attached? Yes Budget Adjustment $ 14,900,772.00
Remaining Budget 30,879.25
V20221130
Purchase Order Number: 2022-811 Previous Ordinance or Resolution # 179-22
Change Order Number: 1 Approval Date: 8/16/2022
Original Contract Number: 2022-58
Comments:
City of Fayetteville, Arkansas - Budget Adjustment (Agenda)
Budget Year Division ENGINEERING (621) Adjustment Number
2023 /Org2
Requestor: Matt Casey
BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION:
Staff recommends approval of Change Order #1 to the RFQ# 22-07 contract with Crossland Heavy Contractors, Inc for
the Midtown Corridor Project Phase 2 in the amount of $14,600,772.00, approval of a project contingency of
$300,000.00 and approval of a budget adjustment.
COUNCIL DATE
ITEM ID#
Budget Division
TYPE:
JOURNAL#:
9/14/2023
2023-1026
Date
D - (City Council)
RESOLUTION/ORDINANCE
I
GLDATE:
CHKD/POSTED:
TOTAL
Account Number
- -
Increase / (Decrease)
Expense Revenue
Prolect.Sub#
Project Sub.Detl AT
v.202388
Account Name
4702.860.7218-5809.00
14,600,772 -
46020
7218.1020 EX
Improvements - Street
4702.860.7218-5911.99
4702.860.7999-5899.00
300,000 -
(14,900,772) -
46020
46020
7218.1020 EX
7999 EX
Contingency - Capital Project
Unallocated - Budget
K:\Engineering Design Services\Projects\BOND PROGRAM\2019 Bond Program\Porter-Deane-Sycamore-Poplar\Council and
Committee Actions\Construction Contract\2023-1026 BA Crossland COI Midtown Corridor 1 of 1
CHANGE ORDER
CITY OF
r' ASV I L L E
A R KA N S Contract Title: Midtown Corridor Project
Change Order No 1 Date of Issuance
To Contractor: Crossland Heavy Contractors, Inc. ORDINANCE/RESOLUTION:179-22
The Contract is changed as follows: Effective
Previous
Unit
Contract
Revised
Revised
Original
Revised
Contract
Item
Item
Estimated
of
Unit
Estimated
Unit
Estimated
Estimated
Changes
No.
Description
Quantity
Measure
Price
Quantity
Price
Cost
Cost
1
GMP for Construction
0
LS
$0.00
1
$14,600,772.00
$0.00
$14,600,772.00
Summation of Cost - $14,600,772.00
Net Cost for this Change Order $14,600,772.00
valid
The original Contract Price was $ 7S,55U.UU
......................................................................................................................................................
Net change by previously authorized change orders S -
The Contract Price prior to this Change Order was $ 78.550.00
The Contract Price will be adjusted by ......... _ .......................... $ 14,600,772.00
The new Contract Price including this Change Order will be --------------- $ 14,679,322.00
The Contract Time(s) will be increased by ............... 540 calendar days
Required dates of Completion as of the date of this Change Order therefore are:
Substantial Completion - Dependant upon Notice to Proceed Date------ TBD
--------------------------------------
Final Completion _ _ __________________________ _ Dependant upon Notice to Proceed Datc----� TBD
NOTE: This summary does not reflect changes in the Contract Price or Time(s) which have been authorized by Work Change Directives not
incorporated in this or previous Change Orders.
Crossland Heavy Contractors, Inc.
8 24 2023
BY DATE
CITY OF FAYETTEVILLE
BY
DATE
MIDTOWN
CORRIDOR
GMP Submittal
44,
CROSSLAND
HEAVY CONTRACTORS
01 pg 03
Cover Letter
02 pg 04-13
Statement of Estimated Cost
03 pg 14-15
Allowances
04 pg 16-17
Statement of Self -Perform Work
05 pg 18-19
Best -Value Contractor Selections
06 pg 20-22
General Conditions +
Project Requirements
- 07 pg 23-24
Assumptions + Clarifications
08 pg 25-33
CPM Schedule
09 pg 34-38
Document Log Index
�' (Scope Documents)
10 pg 39-80
RFP - Contractor Bid Packages
11 pg 81-121
Addendums
12 CMAR Affidavit
01
Cover Letter
CROSSLAND
HEAVY CONTRACTORS
1800 S. 52nI St STE 410
Rogers, AR 72758
August 16th, 2023
Matt Casey
City of Fayetteville
113 W. Mountain St
Fayetteville, AR 72701
RE: Midtown Multimodal Corridor Project — GMP 41
Mr. Casey,
Crossland Heavy Contractors is pleased to present to you the GMP for the Midtown Multimodal Corridor
Project based on contract documents provided by Olsson. The basis of the GMP as presented has been
developed based on the following documents being submitted within the GMP. Below is the summary of
costs for consideration of approval with a GMP amount of:
Total Cost of Work & Allowances =
$13,373,119
CM Fee 6 % _
$802,387
Project Total Less Contingency)=
$14,175,506
Contingency w/Fee 3.18% _
$425,265
GMP Total =
$14,600,772
Please call or email with questions or concerns regarding the Guaranteed Maximum Price Proposal.
Respectfully,
CROSSLAND HEAVY CONTRACTORS
Cole Rink
Chief Estimator
620-202-0264
crink(o)_heavycontractors.com
oz
Statement of
Estimated Cost
PROJECT: FAYETTEVILLE MIDTOWN CORRIDOR 8/16/2023 CROSSLAND
HEAVY CONTRACTORS
MIDTOWN CORRIDOR PRICING SUMMARY
TARGET BUDGET
GMP #1
ITEM
SOV/BID ITEM SUMMARY
TOTAL COST
TOTAL COST
A
General Conditions
$
1,101,174.00
$
1,189,893.01
B
NOT USED
$
-
$
-
C
EROSION CONTROL
$
63,979.00
$
97,796.75
D
STORM & EARTHWORK
$
4,466,130.00
$
4,533,214.00
E
WATERLINE
$
448,145.00
$
458,275.00
F
AGG. BASE COURSE & ASPHALT
$
1,399,506.00
$
1,167,995.60
G
CONCRETE FLATWORK / CURB & GUTTER
$
2,894,037.00
$
2,750,888.00
H
TOPSOIL, SEED/SOD, LANDSCAPE
$
279,985.00
$
302,296.50
1
STRIPING & MAINT. OF TRAFFIC
$
385,058.00
$
387,864.00
J
TRAFFIC & PEDESTRIAN SIGNALS
$
313,556.00
$
459,650.00
K
STREET LIGHTING
$
1,439,309.00
$
1,480,952.20
L
FENCE & GATES
$
311,671.00
$
300,984.12
ZZ
BID PACKAGE MOBILIZATIONS & BONDING
$
-
$
243,310.00
TOTAL COST OF WORK =
$
13,102,550.00
$
13,373,119
CM FEE (6% OF COST OF WORK) =
$
786,153
$
802,387
CONTINGENCY WITH 6% FEE =
$
561,347
$
425,265
TOTAL BASE BID =
$
14,450,050
$
14,600,772
Variance from Target $
$150,722
VARIANCE
1.04%
Page 1
PROJECT: FAYETTEVILLE MIDTOWN CORRIDOR 8/16/2023 CROSSLAND
HEAVY CONTRACTORS
SCHEDULE OF VALUES
GMP #1
Item
DESCRIPTION
QTY/ UOM
UNIT PRICE
Neatline Subtotal
Best Value Contractor
A
GENERAL CONDITIONS
$1,189,893.01
Al
CM - BONDS & INSURANCE - *** 2 YR MAINT BOND***
1
LS
$151,039.51
$151,040
CM
A2
CM - GENERAL CONDITIONS
1
LS
$1,038,853.50
$1,038,854
CM
B
ROADWORK MOBILIZATION AND STAKING (Bid Package B - Not Used)
$0.00
131
NOT USED
$0
N/A
$0
C
EROSION CONTROL (DEANE/SYCAMORE)
$85,109.75
C1
EROSION & SEDIMENT CONTROL (COMPLETE)
1
LS
$74,459.75
$74,460
Second Nature
C2
4' x 4' SCOURSTROP TRANSITION MAT
2
EA
$325.00
$650
Second Nature
C3
(ALLOWANCE) SWPPP BMP MAINTENANCE
1
LS
$10,000.00
$10,000
Second Nature
CC
EROSION CONTROL (POPLAR/WOODLAND)
$12,687.00
CC1
EROSION & SEDIMENT CONTROL (COMPLETE)
1
LS
$12,687.00
$12,687
Second Nature
D
STORM & EARTHWORK (DEANE/SYCAMORE)
$4,126,689.00
D1
MOBILIZATION
1
LS
$195,000.00
$195,000
APAC-Central
D2
CLEARING, GRUBBING & DEMOLITION
1
LS
$255,000.00
$255,000
APAC-Central
D3
UNDERCUT & BACKFILL
14298
CY
$45.00
$643,410
APAC-Central
D4
EXCAVATION
5145
CY
$70.00
$360,150
APAC-Central
D5
EMBANKMENT
9297
CY
$68.00
$632,196
APAC-Central
D6
SUBGRADE PREPARATION
13070
SY
$7.00
$91,490
APAC-Central
D7
4' x 4' JUNCTION BOX (STANDARD)
1
EA
$11,500.00
$11,500
APAC-Central
D8
5' x 5' JUNCTION BOX (STANDARD)
3
EA
$12,500.00
$37,500
APAC-Central
D9
5' x 5' JUNCTION BOX (STANDARD) > 10' DEPTH
2
EA
$12,600.00
$25,200
APAC-Central
D10
13' x 6' JUNCTION BOX (WITH WINGWALLS)
1
EA
$23,000.00
$23,000
APAC-Central
D11
4' x 4' DROP INLET (STANDARD CURB)
21
EA
$9,800.00
$205,800
APAC-Central
D12
5' x 5' DROP INLET (STANDARD CURB)
3
EA
$13,000.00
$39,000
APAC-Central
D13
5' x 5' DROP INLET (STANDARD CURB) > 10' DEPTH
2
EA
$15,500.00
$31,000
APAC-Central
D14
6' x 4' DROP INLET (SPECIAL CURB)
3
EA
$14,500.00
$43,500
APAC-Central
D15
6' x 5' DROP INLET (SPECIAL CURB) > 10' DEPTH
2
EA
$19,800.00
$39,600
APAC-Central
D16
4' x 4' DROP INLET (AREA)
3
EA
$10,500.001
$31,500
APAC-Central
Page 2
PROJECT: FAYETTEVILLE MIDTOWN CORRIDOR 8/16/2023 CROSSLAND
HEAVY CONTRACTORS
D17
5' x 5' DROP INLET (AREA)
3
EA
$12,900.00
$38,700
APAC-Central
D18
6' x 6' COMBINATION DROP INLET (SPECIAL)
2
EA
$16,900.00
$33,800
APAC-Central
D19
12" X 12" YARD DRAIN
13
EA
$1,700.00
$22,100
APAC-Central
D20
23" X 14" CONCRETE FES
1
EA
$3,900.00
$3,900
APAC-Central
D21
4' DIA PRECAST MANHOLE RISER
2
EA
$4,300.00
$8,600
APAC-Central
D22
18" CLASS III RCP
608
LF
$108.00
$65,664
APAC-Central
D23
18" CLASS III RCP (UNDER PAVEMENT)
1069
LF
$119.00
$127,211
APAC-Central
D24
24" CLASS III RCP
165
LF
$117.00
$19,305
APAC-Central
D25
24" CLASS III RCP (UNDER PAVEMENT)
979
LF
$145.00
$141,955
APAC-Central
D26
30" CLASS III RCP
890
LF
$149.00
$132,610
APAC-Central
D27
30" CLASS III RCP (UNDER PAVEMENT)
610
LF
$215.00
$131,150
APAC-Central
228
36" CLASS III RCP (OMIT FROM RID PACKACE)
0
LF
$0-:00
$0
APAC-Central
D29
36" CLASS III RCP (UNDER PAVEMENT)
496
LF
$265.00
$131,440
APAC-Central
D30
23" x 14" CLASS III RCP
146
LF
$138.00
$20,148
APAC-Central
D31
10' x 3' PRECAST RCBC
1
LS
$529,000.00
$529,000
APAC-Central
D32
8" PVC SIDE DRAIN
87
LF
$105.00
$9,135
APAC-Central
D33
TRENCH & EXCAVATION SAFETY STYSTEMS
1
LS
$2,500.00
$2,500
APAC-Central
D34
(ALLOWANCE) ROCK EXCAVATION
375
CY
$119.00
$44,625
APAC-Central
DID
STORM & EARTHWORK (POPLAR/WOODLAND)
$406,525.00
DD1
MOBILZATION
1
LS
$92,500.00
$92,500
APAC-Central
DD2
CLEARING, GRUBBING & DEMOLITION
1
LS
$75,000.00
$75,000
APAC-Central
DD3
EXCAVATION
664
CY
$58.00
$38,512
APAC-Central
DD4
EMBANKMENT
272
CY
$300.00
$81,600
APAC-Central
DD5
4' x 4' JUNCTION BOX (STANDARD)
1
EA
$13,000.00
$13,000
APAC-Central
DD6
4' x 4' DROP INLET (STANDARD CURB)
3
EA
$9,700.00
$29,100
APAC-Central
DD7
4' x 6' DROP INLET (STANDARD CURB)
1
EA
$16,500.00
$16,500
APAC-Central
BB8
2" X 12" YARD DRAIN (OMIT FROM BID PACKAGE)
0
€A
$0-:09
$0
APAC-Central
DD9
18" CONCRETE FES
1
EA
$3,800.00
$3,800
APAC-Central
DD10
18" CLASS III RCP
246
LF
$108.00
$26,568
APAC-Central
DD11
18" CLASS III RCP (UNDER PAVEMENT)
53
LF
$160.00
$8,480
APAC-Central
DD12
8" PVC SIDE DRAIN (OMIT FROM RID PACKACE-)
0
LF
$0.00
$0
APAC-Central
DD13
4" CPP (CORRUGATED HIGH DENSITY POLYETHYLENE PIPE)
24
LF
$325.00
$7,800
APAC-Central
DD14
TRENCH & EXCAVATION SAFETY STYSTEMS
1
LS
$2,615.00
$2,615
APAC-Central
DD15
(ALLOWANCE) ROCK EXCAVATION
50
CY
$221.00
$11,050
APAC-Central
I
E
WATERLINE (DEANE/SYCAMORE)
i $383,025.00
Page 3
PROJECT: FAYETTEVILLE MIDTOWN CORRIDOR 8/16/2023 CROSSLAND
HEAVY CONTRACTORS
E1
MOBILIZATION
1
LS
$28,000.00
$28,000
Crossland Heavy
E2
4" PVC PIPE
40
LF
$165.00
$6,600
Crossland Heavy
E3
6" PVC PIPE
70
LF
$185.00
$12,950
Crossland Heavy
E4
8" PVC PIPE
65
LF
$220.00
$14,300
Crossland Heavy
E5
16" STEEL ENCASEMENT
16
LF
$590.00
$9,440
Crossland Heavy
E6
COMPACT DUCTILE IRON FITTINGS (LB)
570
LB
$30.00
$17,100
Crossland Heavy
E7
8" x 4" TAPPING SLEEVE & VALVE
1
EA
$7,200.00
$7,200
Crossland Heavy
E8
8" x 8" TAPPING SLEEVE & VALVE
2
EA
$9,200.00
$18,400
Crossland Heavy
E9
6" x 6" TAPPING SLEEVE & VALVE
1
EA
$7,800.00
$7,800
Crossland Heavy
E10
FIRE HYDRANT ASSEMBLY
6
EA
$11,250.00
$67,500
Crossland Heavy
E11
PREFABRICATED ENCLOSURE FOR RPZ BACKFLOW PREVENTION DEVICE & SYST. INSTALLATION
1
EA
$33,000.00
$33,000
Crossland Heavy
E12
EXISTING RPZ BACKFLOW PREVENTION DEVICE & ENCLOSURE DEMOLITION
1
EA
$1,800.00
$1,800
Crossland Heavy
E13
4" WATER METER VAULT w/3" WATER METER SETTING
1
EA
$32,000.00
$32,000
Crossland Heavy
E14
DEMOLITION OF EXISTING 4" WATER METER VAULT
1
EA
$2,250.00
$2,250
Crossland Heavy
E15
ADJUST WATER METER BOX TO GRADE
21
EA
$1,400.00
$29,400
Crossland Heavy
E16
ADJUST WATER VALVE BOX TO GRADE
9
EA
$1,265.00
$11,385
Crossland Heavy
E17
ADJUST SANITARY SEWER MANHOLE TO GRADE
7
EA
$5,200.00
$36,400
Crossland Heavy
E18
RELOCATE EXISTING WATER METER
5
EA
$3,500.00
$17,500
Crossland Heavy
E19
8" CUT & CAP
2
EA
$1,850.00
$3,700
Crossland Heavy
E20
6" CUT & CAP
1
EA
$1,800.00
$1,800
Crossland Heavy
E21
ABANDON VALVE
1
EA
$1,500.00
$1,500
Crossland Heavy
E22
TRENCH & EXCAVATION SAFETY STYSTEMS
1
LS
$3,000.00
$3,000
Crossland Heavy
E23
(ALLOWANCE) ROCK EXCAVATION
50
CY
$400.00
$20,000
Crossland Heavy
EE
WATERLINE (POPLAR/WOODLAND)
$75,250.00
EE1
MOBILZATION
1
LS
$27,800.00
$27,800
Crossland Heavy
EE2
NEW FIRE HYDRANT ASSEMBLY
1
EA
$11,250.00
$11,250
Crossland Heavy
EE3
ADJUST WATER METER BOX TO GRADE
5
EA
$1,500.00
$7,500
Crossland Heavy
EE4
ADJUST WATER VALVE BOX TO GRADE
8
EA
$1,300.00
$10,400
Crossland Heavy
EE5
ADJUST SANITARY SEWER MANHOLE TO GRADE
1
EA
$5,300.00
$5,300
Crossland Heavy
EE6
RELOCATE EXISTING WATER METER
3
EA
$3,500.00
$10,500
Crossland Heavy
EE7
TRENCH & EXCAVATION SAFETY STYSTEMS
1
LS
$2,500.00
$2,500
Crossland Heavy
F
AGG. BASE COURSE & ASPHALT (DEANE/SYCAMORE)
$1,147,843.10
F1
9" AGGREGATE BASE COURSE
13070
SY
$20.45
$267,282
Garrett Excavating
F2
2" onion SURFACE COURSE (WIDENING) (OMIT FROM BID PACKAG_E4
0
SY
$0-:00
$0
Garrett Excavating
F3
5" ACHM BINDER COURSE (WIDENING)
7500
SY
$39.451
$295,8751
Garrett Excavating
Page 4
PROJECT: FAYETTEVILLE MIDTOWN CORRIDOR 8/16/2023 CROSSLAND
HEAVY CONTRACTORS
F4
2" ACHM SURFACE COURSE (FINAL SURFACE)
20152
SY
$19.50
$392,964
Garrett Excavating
F5
COLD MILLING PAVEMENT (VAR. THICKNESS 0"-4")
305
CY
$106.45
$32,467
Garrett Excavating
F6
VARIABLE THICKNESS LEVELING COURSE (0"-10")
615
TN
$179.00
$110,085
Garrett Excavating
F7
ASPAHLT DRIVEWAY
1208
SY
$35.25
$42,582
Garrett Excavating
F8
AGGREGATE BASE COURSE DRIVEWAY
337
SY
$19.55
$6,588
Garrett Excavating
FF
AGG. BASE COURSE & ASPHALT (POPLAR/WOODLAND)
$20,152.50
FF1
6" AGGREGATE BASE COURSE
615
SY
$13.10
$8,057
Garrett Excavating
FF2
ASPHALT CONCRETE PATCHING FOR MAINT. OF TRAFFIC
21
SY
$61.35
$1,288
Garrett Excavating
FF3
ASPAHLT DRIVEWAY
219
SY
$49.35
$10,808
Garrett Excavating
G
CONCRETE FLATWORK / CURB & GUTTER (DEANE/SYCAMORE)
$2,302,044.50
G1
5" PCC BASE COURSE FOR WIDENING
2165
SY
$132.00
$285,780
NEC, Inc.
G2
CONCRETE DRIVEWAY
948
SY
$116.50
$110,442
NEC, Inc.
G3
CONCRETE DRIVEWAY APRON (COMMERCIAL)
1283
SY
$100.50
$128,942
NEC, Inc.
G4
CONCRETE DRIVEWAY APRON (RESIDENTIAL)
1079
SY
$100.00
$107,900
NEC, Inc.
G5
4" CONCRETE BUS PAD
119
SY
$130.00
$15,470
NEC, Inc.
G6
CONCRETE ISLANDS (4" COLORED)
112
SY
$95.00
$10,640
NEC, Inc.
G7
4" THICK CONCRETE SIDEWALK
5,088
SY
$83.50
$424,848
NEC, Inc.
G8
4" THICK CONCRETE TRAIL (12' WIDE)
7,882
SY
$71.50
$563,563
NEC, Inc.
G9
CONCRTE CURB & GUTTER (TYPE -A)
10735
LF
$42.50
$456,238
NEC, Inc.
G10
HANDICAP ACCESS RAMP
37
EA
$558.50
$20,665
NEC, Inc.
G11
DETECTABLE WARNING PANEL
1,534
SF
$21.50
$32,981
NEC, Inc.
G12
4' DROP INLET EXTENSION
14
EA
$1,831.00
$25,634
NEC, Inc.
G13
8' DROP INLET EXTENSION
11
EA
$4,857.00
$53,427
NEC, Inc.
G14
JUNCTION BOX TOP MODIFICATION
6
EA
$2,603.00
$15,618
NEC, Inc.
G15
DROP INLET THROAT MODIFICATION
8
EA
$3,787.00
$30,296
NEC, Inc.
G16
CONCRETE VALLEY GUTTER
198
LF
$99.00
$19,602
NEC, Inc.
GG
CONCRETE FLATWORK / CURB & GUTTER (POPLAR/WOODLAND)
$448,843.50
GG1
CONCRETE DRIVEWAY
248
SY
$91.50
$22,692
NEC, Inc.
GG2
CONCRETE DRIVEWAY APRON (COMMERCIAL)
767
SY
$100.00
$76,700
NEC, Inc.
GG3
CONCRETE DRIVEWAY APRON (RESIDENTIAL)
269
SY
$105.00
$28,245
NEC, Inc.
GG4
4" THICK CONCRETE SIDEWALK
353
SY
$86.50
$30,535
NEC, Inc.
GG5
4" THICK CONCRETE TRAIL (10' WIDE)
1,775
SY
$73.50
$130,463
NEC, Inc.
GG6
CONCRETE CURB & GUTTER (TYPE -A)
2,205
LF
$27.50
$60,638
NEC, Inc.
Page 5
PROJECT: FAYETTEVILLE MIDTOWN CORRIDOR 8/16/2023 CROSSLAND
HEAVY CONTRACTORS
GG7
HANDICAP ACCESS RAMP
8
EA
$507.00
$4,056
NEC, Inc.
GG8
DETECTABLE WARNING PANEL
620
SF
$21.50
$13,330
NEC, Inc.
GG9
4" CONCRETE BUS PAD
56
SY
$137.50
$7,700
NEC, Inc.
GG10
4' DROP INLET EXTENSION
3
EA
$1,831.00
$5,493
NEC, Inc.
GG11
8' DROP INLET EXTENSION
1
EA
$2,990.00
$2,990
NEC, Inc.
GG12
JUNCTION BOX TOP MODIFICATION
12
EA
$2,872.00
$34,464
NEC, Inc.
GG13
DROP INLET THROAT MODIFICATION
8
EA
$2,923.00
$23,384
NEC, Inc.
GG14
CONCRETE RETAINING WALL
10
LF
$815.50
$8,155
NEC, Inc.
H
TOPSOIL, SEED/SOD, LANDSCAPE (DEANE/SYCAMORE)
$275,577.40
H1
4-INCH TOPSOIL PLACEMENT
20,896
SY
$4.44
$92,778
Second Nature
H2
SEEDING & MULCHING
2.11
AC
$4,356.00
$9,191
Second Nature
H3
SOLID SODDING (Bermuda)
10684
SY
$4.50
$48,078
Second Nature
H4
TREE (SMALL SPECIES)
110
EA
$685.00
$75,350
Second Nature
H5
TREE (MEDIUM SPECIES)
28
EA
$685.00
$19,180
Second Nature
H6
RELOCATE TREE (FRUIT)
4
EA
$1,500.00
$6,000
Second Nature
H7
(ALLOWANCE) SMALL BLOCK RETAINING WALL
1
LS
$25,000.00
$25,000
Second Nature
HH
TOPSOIL, SEED/SOD, LANDSCAPE (POPLAR/WOODLAND)
$26,719.10
HH1
4-INCH TOPSOIL PLACEMENT
2188
SY
$4.44
$9,715
Second Nature
HH2
SEEDING & MULCHING
0.23
AC
$4,356.00
$1,002
Second Nature
HH3
SOLID SODDING
1075
SY
$4.50
$4,838
Second Nature
HH4
TREE (SMALL SPECIES)
3
EA
$685.00
$2,055
Second Nature
HH5
TREE (MEDIUM SPECIES)
6
EA
$685.00
$4,110
Second Nature
HH6
(ALLOWANCE) SMALL BLOCK RETAINING WALL
1
LS
$5,000.00
$5,000
Second Nature
I
STRIPING & MAINT. OF TRAFFIC (DEANE / SYCAMORE)
$266,053.00
11
TEMPORARY TRAFFIC CONTROL
1
LS
$22,500.00
$22,500
Time Striping, Inc
12
4" THERMOPLASTIC PAVEMENT MARKING (WHITE)
1,040
LF
$3.00
$3,120
Time Striping, Inc
13
4" THERMOPLASTIC PAVEMENT MARKING (YELLOW)
16,913
LF
$3.00
$50,739
Time Striping, Inc
14
12" PREFORMED THERMOPLASTIC PAVEMENT MARKING (WHITE)
784
LF
$15.00
$11,760
Time Striping, Inc
15
12" PREFORMED THERMOPLASTIC PAVEMENT MARKING (YELLOW)
93
LF
$15.00
$1,395
Time Striping, Inc
16
24" PREFORMED THERMOPLASTIC PAVEMENT MARKING (WHITE)
584
LF
$30.00
$17,520
Time Striping, Inc
17
PREFORMED THERMOPLASTIC PAVEMENT MARKING (WHITE) (HELMETED BICYCLIST SYMBOL)
6
EA
$375.00
$2,250
Time Striping, Inc
17.1
PREFORMED THERMOPLASTIC PAVEMENT MARKING (WHITE) (PEDESTRIAN SYMBOL)
4
EA
$400.00
$1,600
Time Striping, Inc
18
PREFORMED THERMOPLASTIC PAVEMENT MARKING (WHITE) (SHARED LANE MARKING)
36
EA
$700.00
$25,200
Time Striping, Inc
18.1
1 PREFORMED THERMOPLASTIC PAVEMENT MARKING (GREEN AND WHITE) (SHARED LANE MARKING)
2
1 EA
$850.001
$1,7001
Time Striping, Inc
Page 6
PROJECT: FAYETTEVILLE MIDTOWN CORRIDOR 8/16/2023 CROSSLAND
HEAVY CONTRACTORS
19
PREFORMED THERMOPLASTIC DECORATIVE TRAIL CROSSING
6
EA
$9,500.00
$57,000
Time Striping, Inc
110
PREFORMED THERMOPLASTIC PAVEMENT MARKING (WHITE) (LEFT ARROW)
50
EA
$500.00
$25,000
Time Striping, Inc
111
PREFORMED THERMOPLASTIC PAVEMENT MARKING (WHITE) (STRAIGHT ARROW)
3
EA
$500.00
$1,500
Time Striping, Inc
112
PREFORMED THERMOPLASTIC PAVEMENT MARKING (WHITE) (LANE REDUCTION ARROW -RIGHT)
2
EA
$850.00
$1,700
Time Striping, Inc
113
PREFORMED THERMOPLASTIC PAVEMENT MARKING (WHITE/BLUE) (ACCESSIBLE PARKING STALL SYMBOL)
6
EA
$600.00
$3,600
Time Striping, Inc
114
PAVEMENT MARKING REMOVAL
867
SF
$2.00
$1,734
Time Striping, Inc
115
NEW ROADWAY SIGN ON NEW POST
33
EA
$325.00
$10,725
Time Striping, Inc
116
NEW ROADWAY SIGN ON SHARED POST/POLE
39
EA
$200.00
$7,800
Time Striping, Inc
117
SALVAGED ROADWAY SIGN ON NEW POST
19
EA
$150.00
$2,850
Time Striping, Inc
118
SALVAGED ROADWAY SIGN ON SHARED POST/POLE
24
EA
$75.00
$1,800
Time Striping, Inc
119
FURNISH & INSTALL NEW MAILBOX
33
EA
$415.00
$13,695
Time Striping, Inc
120
PROJECT SIGN
1
EA
$865.00
$865
Time Striping, Inc
II
STRIPING & MAINT. OF TRAFFIC (POPLAR/WOODLAND)
$121,811.00
111
TEMPORARY TRAFFIC CONTROL
1
LS
$20,000.00,
$20,000
Time Striping, Inc
112
4" THERMOPLASTIC PAVEMENT MARKING (YELLOW)
5,239
LF
$3.00
$15,717
Time Striping, Inc
113
12" PREFORMED THERMOPLASTIC PAVEMENT MARKING (WHITE)
472
LF
$15.00
$7,080
Time Striping, Inc
114
24" PREFORMED THERMOPLASTIC PAVEMENT MARKING (WHITE)
331
LF
$30.00
$9,930
Time Striping, Inc
115
PREFORMED THERMOPLASTIC PAVEMENT MARKING (WHITE) (HELMETED BICYCLIST SYMBOL)
10
EA
$375.00
$3,750
Time Striping, Inc
115.1
PREFORMED THERMOPLASTIC PAVEMENT MARKING (WHITE) (PEDESTRIAN SYMBOL)
2
EA
$400.00
$800
Time Striping, Inc
116
PREFORMED THERMOPLASTIC PAVEMENT MARKING (WHITE) (SHARED LANE MARKING)
14
EA
$600.00
$8,400
Time Striping, Inc
117
PREFORMED THERMOPLASTIC DECORATIVE TRAIL CROSSING
3
EA
$9,500.00
$28,500
Time Striping, Inc
118
PREFORMED THERMOPLASTIC PAVEMENT MARKING (WHITE) (YIELD LINE TRIANGLE)
36
EA
$40.00
$1,440
Time Striping, Inc
119
PAVEMENT MARKING REMOVAL
867
SF
$2.00
$1,734
Time Striping, Inc
1110
NEW ROADWAY SIGN ON NEW POST
38
EA
$325.00
$12,350
Time Striping, Inc
1111
NEW ROADWAY SIGN ON SHARED POST/POLE
31
EA
$200.00
$6,200
Time Striping, Inc
1112
SALVAGED ROADWAY SIGN ON NEW POST
7
EA
$150.00
$1,050
Time Striping, Inc
1113
SALVAGED ROADWAY SIGN ON SHARED POST/POLE
9
EA
$75.00
$675
Time Striping, Inc
1114
FURNISH & INSTALL NEW MAILBOX
8
EA
$415.00
$3,320
Time Striping, Inc
1115
PROJECT SIGN
1
EA
$865.00
$865
Time Striping, Inc
J
TRAFFIC & PEDESTRIAN SIGNALS (DEANE/SYCAMORE)
$381,300.00
J1
PUSHBUTTON RRFB CROSSING SYSTEM
3
EA
$55,100.00
$165,300
Traffic & Lighting Systems, Inc
J2
PASSIVE BOLLARD RRFB CROSSING SYSTEM
1
EA
$25,500.00
$25,500
Traffic & Lighting Systems, Inc
J3
PASSIVE BOLLARD DETECTION UPGRADE
1
EA
$25,500.00
$25,500
Traffic & Lighting Systems, Inc
J4
TRAFFIC SIGNAL MODIFICATION (SYCAMORE/GARLAND)
1
LS
$30,000.001
$30,000
Traffic & Lighting Systems, Inc
J5
TRAFFIC SIGNAL MODIFICATION (SYCAMORE/LEVERETT)
1
LS
$135,000.00
$135,000
Traffic & Lighting Systems, Inc
Page 7
PROJECT: FAYETTEVILLE MIDTOWN CORRIDOR 8/16/2023 CROSSLAND
HEAVY CONTRACTORS
JJ
TRAFFIC & PEDESTRIAN SIGNALS (POPLAR/WOODLAND)
$78,350.00
JJ1
PUSH BUTTON RRFB CROSSING SYSTEM
1
EA
$52,250.00
$52,250
Traffic & Lighting Systems, Inc
JJ2
PASSIVE BOLLARD RRFB CROSSING SYSTEM
1
EA
$26,100.00
$26,100
Traffic & Lighting Systems, Inc
K
STREET LIGHTING (DEANE/SYCAMORE)
$1,160,342.45
K1
STREET LIGHTING - CONDUIT/WIRING
6507
LF
$28.00
$182,196
Electrical Resources
K2
STREET LIGHTING - 1C No.10 POLE & BRACKET CABLE
4179
LF
$1.05
$4,388
Electrical Resources
K3
12' POLE WITH LUMINAIRE
87
EA
$6,000.00
$522,000
Electrical Resources
K4
20' POLE WITH LUMINAIRE
7
EA
$4,500.00
$31,500
Electrical Resources
K5
STREET LIGHT FOUNDATION
88
EA
$2,000.00
$176,000
Electrical Resources
K6
STREET LIGHT SPECIAL SHALLOW CONCRETE FOUNDATION
6
EA
$1,800.00
$10,800
Electrical Resources
K7
12" x 12" PULLBOX
94
EA
$405.00
$38,070
Electrical Resources
K8
PULLBOX
9
EA
$550.00
$4,950
Electrical Resources
K9
CABINETS
3
EA
$9,700.00
$29,100
Electrical Resources
K10
ITS - CONDUIT (2")
5343
LF
$15.50
$82,817
Electrical Resources
K11
ITS - PULLBOX
5
EA
$1,600.00
$8,000
Electrical Resources
K12
(ALLOWANCE) FLOW FILL BACKFILL
1
LS
$19,500.00
$19,500
Electrical Resources
K13
(ALLOWANCE) ELECTRICAL CONTINGENCY
1
LS
$51,022.00
$51,022
Electrical Resources
KK
STREET LIGHTING (POPLAR/WOODLAND)
$320,609.75
KK1
STREET LIGHTING - CONDUIT/WIRING
2150
LF
$28.00
$60,200
Electrical Resources
KK2
STREET LIGHTING - 1C No.10 POLE & BRACKET CABLE
1395
LF
$1.05
$1,465
Electrical Resources
KK3
12' POLE WITH LUMINAIRE
26
EA
$6,000.00
$156,000
Electrical Resources
KK4
20' POLE WITH LUMINAIRE
3
EA
$4,500.0
$$13,500
Electrical Resources
KK5
STREET LIGHT FOUNDATION
25
EA
$2,000.00
$50,000
Electrical Resources
KK6
STREET LIGHT SPECIAL SHALLOW CONCRETE FOUNDATION
4
EA
$1,800.00
$7,200
Electrical Resources
KK7
12" x 12" PULLBOX
29
EA
$405.00
$11,745
Electrical Resources
KK8
PULLBOX
2
EA
$550.00
$1,100
Electrical Resources
KK9
CABINETS
2
EA
$9,700.00
$19,400
Electrical Resources
L
FENCE & GATES (DEANE/SYCAMORE)
$299,140.96
L1
6' WOOD PRIVACY FENCE
903
LF
$41.89
$37,827
4 State Fence
L2
GATE FOR 6' WOOD PRIVACY FENCE
28
LF
$76.73
$2,148
4 State Fence
L3
WELDED) WIRE ON T POSTS (OMIT FROM BID PAGK G-E
0
LF
$0-:09
$0
4 State Fence
L4
WELDED WIRE ON 4" x 4" TREATED POSTS
458
LF
$14.121
$6,467
4 State Fence
L5
GATE FOR WELDED WIRE ON 4" x 4" TREATED POST
4
LF
$59.85
$239
4 State Fence
Page 8
PROJECT: FAYETTEVILLE MIDTOWN CORRIDOR 8/16/2023 CROSSLAND
HEAVY CONTRACTORS
L6
CHAIN LINK FENCE
323
LF
$34.95
$11,289
4 State Fence
L7
GATE FOR CHAIN LINK FENCE
12
LF
$67.85
$814
4 State Fence
L8
CHAIN LINK FENCE (WITH SLATS)
210
LF
$43.95
$9,230
4 State Fence
L9
WROUGHT IRON FENCE
100
LF
$79.98
$7,998
4 State Fence
L10
TEMPORARY BARBED WIRE FENCE
2902
LF
$7.97
$23,129
4 State Fence
L11
Allowance - UofA FENCE
1
LS
$200,000.00
$200,000
4 State Fence
LL
FENCE & GATES (POPLAR/WOODLAND)
$1,843.16
LL1
6' WOOD PRIVACY FENCE
44
LF
$41.89
$1,843
4 State Fence
ZZ
BID PACKAGE MOBILIZATIONS & BONDING
$243,310.00
ZZ1.1
EROSION CONTROL SUB BONDING
1
LS
$2,583.00
$2,583
Second Nature
ZZ2.1
STORM/EARTHWORK SUB BONDING
1
LS
$22,500.00
$22,500
APAC-Central
ZZ4.1
AGG BASE / ASPHALT SUB BONDING
1
LS
$10,714.00
$10,714
Garrett Excavating
ZZ5.1
CONCRETE FLATWORK SUB BONDING
1
LS
$41,264.00
$41,264
NEC, Inc.
ZZ6.1
LANDSCAPE/SOD SUB BONDING
1
LS
$7,558.00
$7,558
Second Nature
ZZ7.1
STRIPING / MOT SUB BONDING
1
LS
$3,879.00
$3,879
Time Striping, Inc
ZZ8.1
TRAFFIC/PED SIGNAL SUB BONDING
1
LS
$4,000.00
$4,000
Traffic & Lighting Systems, Inc
ZZ9.1
STREET LIGHTING SUB BOND & MOB
1
LS
$138,772.00
$138,772
Electrical Resources
ZZ10.1
FENCE & GATE SUB BOND
1
LS
$12,040.00
$12,0401
4 State Fence
COST OF WORK TOTAL $ 13,373,119
CONSTRUCTION MANAGERS FEE (6% OF COST OF WORK) $ 802,387
PROJECT TOTAL LESS CONTINGENCY $ 14,175,506
TOTAL CONTINGENCY WITH 6% FEE $ 425,265
TOTAL % CONTINGENCY 3.18%
PROJECT TOTAL INCLUDING CONTINGENCY $ 14,600,772
Page 9
03
Allowances
PROJECT: FAYETTEVILLE MIDTOWN CORRIDOR - DEANE/SYCAMORE 8/16/2023 CRDSSLAND
PRE -CON MANAGER: RYAN ADLER
ESTIMATOR: COLE RINK HEAVY CONTRACTORS
ALLOWANCE ITEMS
GMP #1
ITEM
DESCRIPTION
QTY/ UOM
UNIT PRICE
Neatline Subtotal
C
EROSION CONTROL (DEANE/SYCAMORE)
$10,000.00
C3
(ALLOWANCE) SWPPP BMP MAINTENANCE
1
LS
$10,000.00
$10,000
To be utilized by the CM for all SWPPP Maintenance required. Billing shall be based on Project %=Complete
D
D34
STORM & EARTHWORK (DEANE/SYCAMORE)
(ALLOWANCE) ROCK EXCAVATION
$44,625.00
375 1 CY $119.00 $44,625
To be utilized if rock is encountered during excavation operations & must be removed for completion of the work. Rock
excavation was not considered in preparation of the GMP. Billed at unit rate shown for D34.
STORM & EARTHWORK (POPLARIWOODLAND)
$11,050.00
DD15
(ALLOWANCE) ROCK EXCAVATION
50 1 CY $221.00 $11,050
To be utilized if rock is encountered during excavation operations & must be removed for completion of the work. Rock
not considered in preparation of the GMP. Billed at unit rate shown for DD15.
E (DEANE/SYCAMORE)
$20,
E23
CE) ROCK EXCAVATION
50 CY $400.00
$20,000
Lexcavationwas
ed if rock is encountered during excavation operations & must be removed for completion of the work. Rock
was not considered in preparation of the GMP. Billed at unit rate shown for E23.
H
SEED/SOD, LANDSCAPE (DEANE/SYCAMORE)
$25,000.00
H7
(ALLOWANCE) SMALL BLOCK RETAINING WALL
1
1 LS
1 $25,000.00
$25,000
This is an "as -directed" item. If utilized, Owner/Engineer to provide drawings/specs to CM. CM will issue a Change Directive
to Landscape Sub - Pricing and Allowance allocation will be issued via Change Order.
HH
TOPSOIL, SEED/SOD, LANDSCAPE (POPLAR/WOODLAND)
$5,000.00
HH6
(ALLOWANCE) SMALL BLOCK RETAINING WALL
1
1 LS
1 $5,000.00
$5,000
This is an "as -directed" item. If utilized, Owner/Engineer to provide drawings/specs to CM. CM will issue a Change Directive
to Landscape Sub - Pricing and Allowance allocation will be issued via Change Order.
K
STREET LIGHTING (DEANE/SYCAMORE)
(ALLOWANCE) FLOW FILL BACKFILL
$70,522.00
1 I LS 1 $19,500.00 $19,500
K12
This is to be utilized for street crossings that require special backfill (flowfill). Unit price shall be determined prior to work
being completed & issued via Change Order. Item NOT TO EXCEED $19,500.00.
K13
(ALLOWANCE) ELECTRICAL CONTINGENCY
1 1 LS 1 $51,022.00 $51,022
Item to be utilized for material escalations and/or changes withing the Street Lighting package.
L
FENCE & GATES (DEANE/SYCAMORE)
$200,000.00
L11
Allowance - UofA FENCE
1
1 LS
$200,000.00 $200,000
Item to be utilized for the temporary & permanent fencing along the University of Arkansas ROW. Owner/Engineer to provide
design drawings/specifications for the type of fence required to CM. CM will issue a Change Directive to Fence Sub - Pricing
and Allowance allocation will be issued via Change Order.
ALLOWANCE TOTAL $ 386,197.00
Page 1
04
Statement of
Self -Perform Work
Construction Manager Self Perform Work
Crossland Heavy Contractors will be self -performing the following work on the project.
Bid Package 3 — Waterline
05
Best -Value
Contractor Selections
Best Value Contractor Selections
CROSSLAND
HEAVY CONTRACTORS
Bid Package
BUDGET
Total $ w/Bond
As -Bid Low
Total $ w/Bond
Best Value
Total $ w/Bond
Crossland Heavy
Total $ w/Bond
NEC, Inc
Total $ w/Bond
APAC-Central
Total $ w/Bond
Garrett X
Total $ w/Bond
Time Striping
Total $ w/Bond
2nd Nature
Total $ w/Bond
TLS
Total $ w/Bond
Electrical Res.
Total $ w/Bond
4State Fence
Total $ w/Bond
GENERAL CONDITIONS
$
1,101,174
$
1,189,893
$ 1,189,893
Bid Package 1- EROSION CONTROL
$
63,979
$
101,005
$ 100,380
$
100,380
Bid Package 2-STORM & EARTHWORK
$
4,466,130
$
4,555,714
$ 4,555,714
$ 4,555,714
Bid Package 3 -WATERLINE
$
448,145
$
455,552
$ 458,275
$ 458,275
Bid Package 4-AGG BASE COURSE & ASPHALT
$
1,399,506
$
1,178,710
$ 1,178,710
$ 1,178,710
Bid Package 5 - CONCRETE FLATWORK / CURB & GUTTER
$
2,894,037
$
2,792,151
$ 2,792,152
$ 2,792,152
Bid Package 6-TOPSOIL, SEED/SOD, LANDSCAPE
$
279,985
$
309,854
$ 309,855
$
309,855
Bid Package 7-STRIPING & MOT
$
385,058
$
391,743
$ 391,743
$ 391,743
Bid Package 8-TRAFFIC & PEDESTRIAN SIGNALS
$
313,556
$
463,650
$ 463,650
$ 463,650
$ -
Bid Package 9 - STREET LIGHTING
$
1,439,309
$
1,619,723
1,619,724
$ 1,619,724
Bid Package 10 - FENCE & GATES
$
311,671
$
313,023
$ 313,023
$ 313,023
Subtotal (Neatline Budget)
$
13,102,549
$
13,371,018
$ 13,373,119
onstruction Manager Fee (6% of Cost of Work)
$ 786,153
$ 802,261
$ 802,387
otal Contingency w/Fee
IP
$ 561,347
$ 425,198
$ 425,265
roject Total (Including Contingency)
$ 14,450,049
$ 14,598,478
$ 14,600,772
Total Bid Amount
Package Deduct Amount
Revised Total
$ 458,275
$ -
$ 458,275
$ 2,792,152
$ 2,792,152
$ 4,555,714
$ -
$ 4,555,714
$ 1,178,710
$ -
$ 1,178,710
$ 391,743
$ -
$ 391,743
$
$
$
410,235
(5,500)
404,735
$ 463,650
$ 463,650
$ 1,619,724
$ -
$ 1,619,724
$ 313,023
$ -
$ 313,023
06
General Conditions +
Project Requirements
PROJECT: FAYETTEVILLE MIDTOWN CORRIDOR 8/1612023
CROSSLAND GENERAL CONDITIONS ESTSIMATE
HEAVY CONTRACTORS CONSTRUCTION ESTIMATED DURATION 15 MONTHS
CONSTRUCTION SERVICES QTY UNIT AMOUNT TOTAL NOTES FOR CLARITY
CDC OFFICE EXPENSE
I
Job Sign
1.0
LS
$ 800
$ 800
Project Job Sign
2
CM Field Office
18.0
MO
$ 800
$ 14,400
Office Trailer Rental, Mobilization and Demobilization
3
Field Office Furniture & Furnishings
1.0
LS
$ 2,000
$ 2,000
Storage, File Cabinets, Desks, Chairs
4
Office Supplies
18.0
MO
$ 200
$ 3,600
Paper, Pens, White Boards, Digital Display, & Misc.
5
Field Office Maintenance & Repairs
18.0
MO
$ 150
$ 2,700
Projected, minor repairs for the project office trailer
6
Copier Rental
18.0
MO
$ 300
$ 5,400
Average monthly rental cost
7
Small Tools / Small Tool Rental
1.0
LS
$ 5,000
$ 5,000
Misc. ST&S for Mobilization Assistance
8
Jobsite Radios
1.0
LS
$ 600
$ 600
Site Communications, Purchase and Repairs
9
Cell Phones & Internet
42.0
MO
$ 450
$ 18,900
Total of 3 Management Personel PE/Su t/FE
10
Water and Ice
18.0
MO
$ 200
$ 3,600
Bottle Water and Ice for the Duration
11
Mobilization / Demobilization CHC Labor
1.0
LS
$ 4,256
$ 4,256
Labor Assist for Mobilization and De -Mobilization
12
Construction Photo's & Supplies
1.0
LS
$ 500
$ 500
Progress Photos, Finish Photos & Drone Footage
ENGINEERS OFFICE EXPENSE
TEMP CONSTRUCTION, SECURITY & SAFETY
18
Temporary Fencing/Barriers (2,000 if @ 18 moths)
1.0
LS
$ 18,000
$ 18,000
Re uired Temporary Fencing and Barricades
19
Temporary Laydown, Storage and Maintenance
1.0
LS
$ 8,000
$ 8,000
Required La down, Storage and Maintenance
20
Safety Material
18.0
MO
$ 500
$ 9,000
Visitor Hard Hats, Safety Glasses, and Misc.
21
Temp Signage
1.0
LS
$ 1,500
$ 1,500
Temporary Construction Signage
22
Cleanup & Dumpsters
18.0
MO
$ 650.00
$ 11,700
CM Required Service Site Dum sters
VEHICLES & UTV'S
23
Truck Expenses
42.0
MO
$ 1,460
$ 61,320
Total of 3 Management Personel Su er/FE/PM
24
Fuel Expenses
42.0
MO
$ 500
$ 21,000
Total of 3 Management Personel (29 months)
25
JUTV
1 18.0
1 MO
I $ 800
1 $ 14,400
1 Site Access and Mobility
SITE SURVEY & CONTROL
26
Survey Sub (Initial Control)
-
LS
$
$
Olsson to Establish of Initial Control
27
GPS Earthwork Model
1.0
LS
$ 3,500
$ 3,500
Earthwork Model for Layout
28
Base Station, Rover, Data Collector (SERVICE)
18.0
MO
$ 1,250
$ 22,500
A/ C and Layout
29
Survey Supplies
18.0
MO
$ 200
$ 3,600
Anticipated Survey Supplies
TEMP UTILITIES
30
Temporary Electric Service
18.0
MO
$ 450.00
$ 8,100
Local Utility Company
31
Temporary Water
18.0
MO
$ 750.00
$ 13,500
Local Utility Company water tightness testis
32
Temporary Power / Heat & Ventilation
-
LS
$ -
$
33
Temporary Toilets
36.0
MO
$ 125
$ 4,500
CM Required Service 2 Units for the Durations
34
Temp Sanitary Sewer Tanks (Office Trailers x 1)
18.0
MO
$ 125
$ 2,250
One Unit for the Duration
MATERIAL HANDLING & STORAGE
35
Telehandler Rental
-
MO
$ 2,800.00
$
36
Skidsteer
18.0
MO
$ 2,320
$ 41,760
Clean up and maintenance
37
Mobilization / Demobilization Equipment
4.0
EA
$ 675
$ 2,700
Skidsteer, & Tool Vans
38
Material Handling Labor (Equipment Unloading)
-
LS
$ 2,500
$
39
Tool Vans (18 Months x 2 Connexes)
36.0
MO
$ 150
$ 5,400
CM Required Storage
STAYOUT, PER -DIEM, ADD-ONS
40
Management Per -diem ($30 Rate/Day)
-
Day
$ 30
$
41
Management Per -diem ($60 Rate/Day)
-
Da
$ 60
$
42
Management Travel Add -On Incentive
-
WK
$ 400
$
43
Labor Per -diem ($30 Rate/Day)
-
Da
$ 30
$
44
Labor Per -diem ($60 Rate/Day)
-
Day
$ 60
$
45
Travel Time
-
LS
$
$
46
Hotel Stay
-
Day
$ 100
$
MISC. PROJECT MANAGEMENT EXPENSES
47 Project Control Software 18 1 MO $ 200
$ 3,600
TOTAL CONSTRUCTION SERVICES EXPENSE =1
S 318,086
OTHER SERVICE QTY UNIT AMOUNT I NOTES FOR CLARITY
SPECIALTY FEES
48
Building/Grading Permit
-
LS
$ -
$
49
Special Permits, Licenses, & Fees
1
LS
$ 650
$ 650
"If Needed"
50
Utility Connection Permits
-
LS
$ -
$
51
Impact Fees
-
LS
$
$
52
Testing Laboratory Services
-
LS
$ -
$ -
By Owner
53
Soils Testing & Inspections
-
LS
$
$
By Owner
54
Concrete Testing & Inspections
-
LS
$ -
$ -
By Owner
55
Operational Permits
-
LS
$
$
56
Easements
-
LS-
57
Site Surveys & Soils Reports
1
LS
$ 1,500
$
TOTAL OTHER SERVICES EXPENSE =
$ 650
BONDS & INSURANCE QTY UNIT I AMOUNT
NOTES FOR CLARITY
PERFORMANCE REQUIREMENTS
58
Bonds
0.00565
Factor
$ 14,082,000
$ 79,503
Bonds and insurance provided based on CM services.
59
General Liability
0.00350
Factor
$ 14,082,000
$ 49,287
60
Owners & Contractors Protective Liability
-
Factor
$ 14,082,000
$
61
Builders Risk
0.00158
Factor
$ 14,082,000
$ 22,250
TOTAL BONDS & INSURANCE EXPENSE =
S 151,040
TOTAL PROJECT REQUIREMENTS =
$ 469,776
Page 10
PROJECT: FAYETTEVILLE MIDTOWN CORRIDOR
8/16/2023
. I '
CONTRACTORS PROJECr STAFFING MATRIX
.�,!A!Y
PROJECTTIMELINE
WILLING
PRECONSTRUCnON
STAFFING REQUIREMENTS
SERVICES
®
,
���o©©o©0000mmmmmmmmm�
•
mmmmmmmmmmmmmmmmmmmmm�m�
��
mmmmmmmmmmmmmmmmmmmmm�m®
--CONSTRUI IN SERVICES
CONSTRUCTION
PHASE TOTAL
DURATION
mmmmmmmm���
mmm��
Dan Thompson
m
Project Principle
mmm000000000000000000�m®
ma
mmm000000000000000000�m®
MINT
-:
mmm000000000000000000�m®
�ma
• •
mmmmmmmmmmmmmmmmmmmmm���
�-�
'
�ma
e Estimatormmm000000000000000000�m®
Civil Sitework Estimatormmm000000000000000000�m®
�maField
Engineer
MH/Mn 173 4199 Mzn-Months
CROSSLAND
HEAVY CONTRACTOR PROJECT STAFFING MATRIX - MONTHLY BILLING (Assuming 15-Month Duration)
PROJECT: Fayetteville Mid-T c-!.
•
PROJECTTIMELINE
TEAMMEMBER
LRA`TE(1$/HRJ
Q
Da®'
TION SERVICES
Project
---®®®®®®®®®®®®®®®®®®�—®
---�_
Irm, In" �.�
Project Manager
Lea Estimator
Civil Site,ork Estimator
Field Engineer
(NOTE: Billing Rate to include all related employment a pevaea including salary,
b=fitaand,d, wvmpeneadan
Page 11
07
Assumptions +
Clarifications
MIDTOWN MULTIMODALCORRIDOR —GMP 1
General Clarifications & Assumptions:
1) The schedule submitted within the GMP reflects a 18-month timeline to complete GMP
(Construction Activities) of the project. Impacts to the timeline of this schedule at no fault of the
construction manager for the following reasons but not limited to may include weather related
(partial or full) shutdowns, material, and equipment procurement delays, impacts due to owner
operations, delays due to incomplete work by third parties and other contracts adjacent to the work
and design related issues, Utility Impacts and/or relocations. Prompt issuance of an Executed
Contract is vital for procurement of Signal and Electrical Equipment & maintaining scheduled critical
path activities.
2) The extent of the scope for the Project is limited to that submitted within this GMP.
3) CHC & subcontractors have included an 8 hour per day, 5-day work week over an 18-month
duration. Acceleration requested by the owner will require additional compensation.
4) Cost for acquiring permits or other fees have not been included within this GMP.
5) QC/QA inspections and testing not included within this GMP and shall be provided by
Owner/Engineer.
6) Owner has acknowledged and conditionally approved the request to perform full road closures in
sections of the project. Conditions of Approval are as follows:
a) Traffic Detours must be established, signed/marked & communicated with the public, Owner
shall approve detour routes.
b) Access shall be maintained for both residential & commercial properties. If access is limited
and/or restricted, property owners shall be contacted by CM/Subcontractor & alternate access
plan established.
c) Work within closure areas shall progress without interruption and/or delay — Contractor will not
be allowed to close portions of roadway and leave closure unattended (no work being
performed) for extended periods of time.
i) If work is not being performed while road closures are present, Owner reserves the right to
issue written notice to Contractors to commence/perform work. If within 5 days of written
notice work has not resumed, Owner/CM will enforce Lane Use charges to
Contractor/Subcontractor in the amount of $1000/Calendar Day.
os
CPM Schedule
Midtown Multimodal Corridor - Baseline_230814 CHC Baseline Submittal Layout I 16-Aug-23 09:30
Activity ID Activity Name BL Project Start Finish Total Float , 2023 Qtr4, 2023 Qtr 1, 2024 Qtr 2, 2024 Qtr 3, 2024 Qtr4, 2024 Qtr 1, 2025 Qtr2, 2025
Duration ug Sep Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr May Jun
. .... .. _ i�� 21-Mar-25,22A23-A B-1
a PM1000
O PM 1010
Project Bid Date
Notice to Proceed
-
0 20,Jul-23A
0 02-Oct 23"
0
O PM1020
Deane -Sycamore: Substantial Completion
0
07-Feb-25 0
O PM1030
Poplar -Woodland: Substantial Completion
0
15-Jan-25 16
O PM1040
Final Completion
0
21-Mar-25 0
O MMC1000
Deane St Overall Construction Timeline
354
02-Oct 23
07-Feb-25 0
0 MMC1001
Sycamore St Overall Construction Timeline
274
15-Nov-23
02-Dec-24
49
0 MMC1002
Tricycle FarrnsTrail Overall Construction Timeline
116
07-Nov-23
17-Apr-24
212
MMC1003
W.PoplarSt- OverallConstuctionTimeline
112
12-Aug-24
15-Jan-25
16
0 MMC1004
E.PoplarSt- OverallConstuctionTimeline
67
28-Aug-24
28-Nov-24
50
0 MMC1005
N.WoodlandAve.- Overall Construction Timeline
57
11Sep-24
29-Nov-24
50
0 MMC1010
Deane St South Side Completion
0
29-Jul-24
139
0 MMC1020
Deane St North Side Completion
0
13-Jan-25
19
MMC1030
Deane St Completion
0
07-Feb-25
0
0 MMC3010
Sycamore St South Side Completion
0
24-Jun-24
164
0 MMC3020
Sycamore St North Side Completion
0
07-Nov-24
66
0 MMC3030
Sycamore St Completion
0
02-Dec-24
49
0 MMC3040
Tricycle FannsTrail- Completion
0
17-Apr-24
212
MMC3050
W.PoplarSt-Completion
E.Poplar St -Completion
N.Woodland Ave. -Completion
0
15-Jan-25
16
0 MMC3070
0
28-Nov-24
50
0 MMC3090
0
29-Nov-24
50
O PTC1000 Deane- Earthwork Ph. 1- Porter to Sang Fu 11 Closu re
0 PTC1010 Deane- Earthwork Ph. 2- Sang to Lewis Fu 11 Closu re
18
12-Oct23
07-Nov-23 0
35
14-Nov-23
02-Jan-24
0
0 PTC1020
Deane- Earthwork Ph. 3- Lewis to Garland Fu11Gosun
40
03-Jan-24
28-Feb-24
0
0 PTC1030
Deane St Rdwy&Site Finishes- Flagging whenReq'r
243
28-Feb-24
31-Jan-25
0
0 PTC1040
Sycamore St Oakland Ave Closure
20
08-Dec-23
05-Jan-24
37
0 PTC1050
W.PoplarSt- Flagging when Req'd
98
30-Aug-24
15-Jan-25
16
0 PTC1060
E.PoplarSt- FlaggingwhenReq'd
48
23Sep-24
28-Nov-24
50
PTC1070
N.Wood land Ave. - Flagg ingwhen Req'd
37
09-Oct24
29-Nov-24
50
DG1000 Mobilization - Deane St 51 02-Oct 23 I 07-Oct 23 1 0
_0 DG1010 Erosion Control 10 1 02-Oct 23 I 14-Oct 23 1 0
o DG1020 Inst. Traffic Control Devices 21 02-Oct 23 I 04-Oct 23 1 0
Q
Q
p
DEWPS10i
DEWPSI0
DEWPS10;
Clearing, Grubbing & Demolition
Excavation
Undercut& Backfill
3
2
4
04-Oct 23
07-Oct 23
0
09-Oct 23 11-Oct 23
4
11-Oct 23 17-Oct 23
4
DEWPS10.
Embankment
3
17-Oct 23
20-Oct 23
4
DEWPS10-
Subgrade Preparation
3
20-Oct 23
25-Oct 23
4
G
Q
DEWPS10.
DEWS-L101
DEWS-1_10'
DEWS-L10:
9"Agg Base Course - Rough In
Clearing, Grubbing & Demolition
Excavation
Undercut& Backfill
2
3
4101-Nov-23
11
25-Oct 23
27-Oct 23
422-Nov-23
27-Oct 23
01-Nov-23
7-Nov-23
4
4
4
07-Nov-23
4
® Remaining Level of Effort Actual Work 0 Critical Remaining Work
Actual Level of Effort 000=1 Remaining Work ♦ ♦ Milestone
' 1-Mar-�5,22A2 A_B-1
:ctBid Date,20-Jul-23A
♦ Noticd to Proceed, 02-Oct 23`
----'-------'--------------'------- ' -------------'-------'-------'---------------------------------------------------
♦ Deane -Sycamore: Substantial Coml
------- ------ ----------------------------------
♦ Pgplar-Vyoodland: Substantial Corjipletion
♦ Final Completion,;
07-Feb-25,22A23-A B-1.1.11 Phase
Deane St Overall Capstructiop TiimeIir
Sycamore St Overall Construction Timeline
Tricycle FarmsTrail Overall Construction Timeline
W. Poplar'St-Overall Construction Timeline
E. PoplarSt-Overall Construction Timeline
N. Wogdland Aye. - OvraII Construction Timeline
Deane St- South Side Completion, - -------
------------- ---- -------------?- - -DeaSt-NorthSt-Northe
St -North Side Comp
Completion,
♦ Define St Completion,
♦ Sycamore St South Side Completion,
♦ Sycamore SV North Side Completion,,
Sycamore St Qompletion,
--------------------- ---------------------
♦ TricydeFarmsTrell-Completion
?
♦ W. Poplar St- Completion, )
♦ E.PoplarSt-Completion,
N. Wogdland Aye. - Corrrpletion;
31-Jan -25,22A23-A_B-1.12 ProjectT
® Deane- Earthwork PH. 1-PorbertASang Full absure
Deane- Earthwork Ph. 2-Sang:to Lewis: Full Clogure
Deane- Earthwork Ph. 3- Lewis in Gariand Full Closure
Deane St Rdwy & Site Finishes- Raggi
® Sycamore St OaklandAve Closure
W. Poplar St -Ragging when Req'd
E. Poplar St - Flagging ;when Rgq'd
17777777777771
N. WoodlandAve.-Flagging when Req'd
07-Feb-25, 22A23 A B-12 Deane -
07-reb-25, 22A23 A B-12.1' W. Dee
- - - - - - -----
-
14-0 3,,22A23-A B-12.1.1 General
i Mobilization Deane St
Ml Erosion Control
jf Inst Traffic Control Devices
22-Feb-24, 22A23 A B-12.1.4 F_arthvmrk
------- ------------- ------------- -- -------- -- _
----- ------,-------�------,-------_----
--------------
- - - - -
,-------
Vmm/, 27-W-23, 22A23 ,4_B-12.1.4.1; Phase 1- Porterlo Sang (10%of project) (600 LF) ;
1 Clearing, Gnfbbing &Demolition
0 Excavation
❑ Undercut$ Backfilj
0 Embankment
----❑ ;SubgratlePrep9ration------- ------ ------
0 9"Agg Base Course - Rough In
Vmmmmmmmm1 14-Deo-23:22A23 ;A_B-12;.1.42 Phase 2- Sang to Lewis (30%of project) (1,360 LF)
d Clearng, Grubbing & Demolitioh
❑_ Excavation
O Undercut-- B------1----- -------------------------------- ------ ----- ------ ------
-------?----
Page 1 of 8
TASK filter: All Activities
© Oracle Corporation
Midtown Multimodal Corridor - Baseline_230814
CHC Baseline Submittal Layout
16-Aug-23 09:30
Activity ID
Activity Name
BL Project
Duration
Start
Finish
Total Floal
, 2023
Qtr4, 2023
Qtr 1, 2024
Qtr 2, 2024
Qtr 3, 2024
Qt4, 2024
Qtr 1, 2025
Qtr2, 2025
lug Sep
Oct Nov I Dec
I Jan
I Fe I Mar
Apr May Jun
Jul 1. Aug Sep
Oct Nov Dec
Jan Feb Mar
Apr
May
Jun
.
.
.
.
.
.
.
.
.
.
.
.
.
W DEWS-L10:
0 DEWS-L10,
0 DEWS-L10!
a DEWL-G101
o DEWL-G10
o DEWL-G10:
o DEWL-G10:
o DEWL-G10
p DEWL-G10,
DSD1000
_0 DSD1010
- 0 DSD1020
0 DSD1030
DSD1040
_0 DSD1050
-0 DSD1060
0 DSD1070
-
_0 DSD1080
_0 DSD1090
_0 DSD1100
_0 DSD1110
-0 DSD1120
_0 DSD1130
_0 DSD1140
_0 DSD1150
-0 DSD1160
-0 DSD1170
_0 DSD1180
_0 DSD1190
_0 DSD1200
-0 DSD1210
- 0 DSD1220
DSD1230
DSD1240
DSD1250
DSD1260
DSD1270
-
-� DSD1280
DSD1290
DSD1300
-0 DSD1310
-0 DSD1320
-0 DSD1330
-0 DSD1340
-0 DSD1350
-0 DSD1360
- 0 DSD1370
-0 DSD1380
-0 DSD1390
-0 DSD1400
0 DSD1410
Embankment
71
5
22-Nov-23
01-Dec-23
4
❑ Embankment;
❑ Subgrade Preparation
❑ 9"Agg Base Course -Rough In
:22-Feb-24,22A23-A B-1.2.1.4.3 Phase3-LewistoGadarid(60%6fproject)(2,400LF)
------ '-------'-- ------------' ------ -------
❑ 0earing,:Grubbi6g & Demolition
❑ Excavation
O Undercut& Backfill
0 Embenkment
O Su bgrade.Preparation
---------- '------------- '-------'- -
❑ ;9"Agg Base Course -Rough In
29-Feb-24, 22A23-A_B-12.1.5 Storm Drain
: E 3110-P(290LF-36"RCP):
: 0 3111-C1
1 3112-P(36LF-24"RCP);
----'----------------------------'-------'-------'---------------------------------------------------------- -----------------------------------------------
1 : 3112
1 :3113-P (48LF -1;8" RCP);
13113-AI
■ 3114-P(178LF-36"RCP)
0 3114-CI
- - - -- ----- - - - - ----------' -- - - ----------' -- - - -- ;----------------------------------------------------------------------------------
1 3115-P(28LF:-36"RCP)
.0 3115-C1
1 31:11-P(29LF-18"RCP)
1 3110-C1
1 3108-P (28LF -18" RCP)
-------'---------------------'-------'----------------------------------------------------------------------------------------------------------
1 31 ¢8-C1
:0 3116-P(136!_F-30"RCP)
1: 3116-C1
■ 3118-P(224LF-30"RCP)
1: 3118,Jg
----'-------'--------------'------------- i----------------------'------------------------------------------------------------------------------- ----------------------
01 3119-�(306L�-30"R P
I 3151;P(53LF;-8"PVG)
:0 3119,1B
0 3120-P(293LF-30"RCP)
1 3120-C1
- - - -'- - - - - -'-- - - - -'------- ------'--------- ------------- ------------------------------------------------------------------------------------------
■ 3122-P(2711-F-30"RCP)
i 31221CI
■ 3124-P (258LF ;30"RCP)
1 31:24-C1
;■ 3126-P(266LF-24"RCP)
---------------------------------- ---------------------- -'- -' - -- -- -- -- - - - - - - - - -- --
1 3161-P(80,LF-8"0.VC)
0 3126-CBI;
e 3.128-P(244LF-24"RCP):
1 3152-P(31LF-8"PVC)
--- -'-- -- '
■ :3129-P;(134LF-24"RCP)
I ,3153-P:(25LF-8"PVC) ;
0:3129,JB
O 3130;P(248LF-24"RCP)
----- --- I -3156=P (23LF;-18" RCP)
--- -- ---- ---'- -- -- -- -- - --- --- - --- - --
I 3155-P(72LF-8"PV0)
! 3157;-P(99LE-8"PVC)
0 3130-CI:
: ■ 3132-P(Z181-F-24"RCP):
Subgrade Preparation
01-Dec-23
08-Dec-23
4
9"Agg Base Course - Rough In
4
08-Dec-23
14-Dec-23
4
Gearing, Grubbing & Demolition
5
14-Dec-23
21-Dec-23
4
Excavation
6
21-Dec-23
29-Dec-23
4
Undercut& Backfill
14
29-Dec-23
18,Jan-24
4
Embankment
11
18,Jan-24
02-Feb-24
4
Subgrade Preparation
81
02-Feb-24
14-Feb-24
4
9"Agg Base Course - Rough In
6
14-Feb-24
22-Feb-24
4
rr
•
- .
3110-P(290LF-36"RCP)
7
12-Oct23
21-Oct23
0
3111-CI
2
10-Nov-23
14-Nov-23
0
3112-P(36LF-24"RCP)
1
23-Oct23
24-Oct23
0
3112-AI
1
25-Oct 23
26-Oct 23
14
3113-P (48LF -18" RCP)
1
24-Oct 23
25-Oct 23
0
3113-AI
1
25-Oct23
26-Oct23
14
3114-P(178LF-36"RCP)
4
25-Oct23
31-Oct23
0
3114-CI
2
01-Nov-23
03-Nov-23
8
3115 P(28LF-36"RCP)
2
31 Oct23
02-Nov-23
0
3115-CI
2
03-Nov-23
07-Nov-23
5
3111-P(29LF-18"RCP)
2
09-Nov-23
13-Nov-23
0
3110-CI
1
13-Nov-23
14-Nov-23
0
3108-P (28LF -18" RCP)
2
07-Nov-23
09-Nov-23
0
3108-CI
1
09-Nov-23
10-Nov-23
2
3116 P(136LF-30"RCP)
3
02-Nov-23
07-Nov-23
0
3116 CI
2
25 Dec 23
28 Dec 23
5
3118-P (224LF - 30" RCP)
5
14-Nov-23
21-Nov-23
0
3118-JB
2
22-Nov-23
27-Nov-23
28
3119-P (306LF - 30" RCP)
7
21-Nov-23
30-Nov-23
0
3151-P(53LF-8"PVC)
1
30Nov-23
01-Dec23
0
3119-JB
2
04-Dec-23
07-Dec-23
20
3120-P (293LF - 30" RCP)
5
01-Dec-23
08-Dec-23
0
3120-CI
1
11-Dec-23
12-Dec-23
16
3122-P(271LF-30'RCP)
5
08-Dec23
15-Dec23
0
3122 CI
1
01,1an-24
02,1an-24
1
3124-P(258LF-30'RCP)
5
15-Dec23
22-Dec23
0
3124-CI
1
09-Feb-24
12-Feb-24
12
3126-P(266LF-24"RCP)
5
03,1an-24
10,1an-24
0
3161 -P (80 LF - 8" PVC)
1
10,1an-24
11,1an-24
17
3126 CBI
2
13-Feb-24
16-Feb-24
8
3128-P(244LF-24"RCP)
4
11,1an-24
17,1an-24
17
3152-P (31 LF - 8" PVC)
1
17,1an-24
18,Jan-24
17
3128,JB
1
19,Jan-24
22,Jan-24
27
3129-P(134LF-24"RCP)
3
18,Jan-24
23,Jan-24
17
3153-P(25LF-8"PVC)
1
23,1an-24
24,1an-24
17
3129,1E
1
25,1an-24
26,1an-24
23
3130-P(248LF-24"RCP)
4
24,Jan-24
30,1an-24
17
3156-P (23LF -18" RCP)
1
30,1an-24
31,1an-24
17
3155-P(72LF-8"PVC)
1
31,1an-24
01-Feb-24
17
3157-P(99LF-8"PVC)
3130-CI _
3132-P(218LF-24"RCP)
1
01-Feb-24
02-Feb-24
17
2
4
16-Feb-24
20-Feb-24
6
10,1an-24
16,1an-24
0
® Remaining Level of Effort I Actual Work 0 Critical Remaining Work
Actual Level of Effort 000=1 Remaining Work ♦ ♦ Milestone
Page 2 of 8
TASK filter: All Activities
© Oracle Corporation
Midtown Multimodal Corridor - Baseline_230814
CHC Baseline Submittal Layout
16-Aug-23 09:30
Activity ID
Activity Name
BL Project
Duration
Start
Finish
Total Floal
, 2023
Qt4, 2023
Qtr 1, 2024
Qtr 2, 2024
Qt-3, 2024
Qt4, 2024
Qtr 1, 2025
Qtr2, 2025
ug Sep
Oct Nov Dec
Jan I Fe I Mar
Apr May Jun
Jul Aug Sep
Oct Nov
Dec
Jan Feb Mar
Apr
May
Jun
.
.
.
.
.
.NJ
.
.
.
.
.=
.
.
.
— W DSD1420
_0 DSD1430
DSD1440
3158-P(39LF-8"PVC) 1
3159-P(107LF-8"PVC) 1
16-Jan-24
17-Jan-24
0
1 3158-P(39LF-8"PVC) :
--- ------ -- ------ -- ----- _ ---- _
1 3159-P(107LF-8"PVC)
1 3132-JB
■ :3134-P:(250LF-18"RCP)
1 3134-JB
0 3135;P(202LF-18"RCP)
--------- -: - ---------------------------------------------------r------------_---------------------_--------------------
S . 3135-C1
0 3138-P (232LF-18" RCP)
0 3138-CBI
:1 3139-P (54LF-18" FRCP)
1 3160-P(78LF-8"PVC)
--�-3139�1 ------------- ------ ------------ -------------?--------------------- ?---------------------
1 3117-P'(33LF-18"RCP)
I 3117 CI
1 3121-P(28LF-18"RCO)
0 3121-.C1
----------- - --------------
1 3123=P (33LF-18" RCP)
1 312iCI
1 31'25-P (33LF -18" RCP)
1 3125-CI
1 3127-P (2SLF-18" RCP)
------------3127 CI ------ ------ ------
1 3131-P(28LF-18"RCP);
1 3131-CI
0 3156 AI
0 3133-P (31 LF -1:8" RCP);
--------------------- ------------
1 3133-CC
1 3136-P:(28LF-18"RCP
1 3136-61
1: 3137-P (99LF-18" RCO)
1; 3137-C1
, 27-Dee-23, 22A23-A_B-12.1.6 Utility Relocations
27-Ded-23, 22A23-A_B,12.1.6.1 Water
1 Ph:1-AdjustWaterService Line in RdwyDW1010
❑ Ph.1-AdjrjstWMPoxes&Gate Valves
:0 Ph.2-AdjustGV in Rdwy
---- ---------,- ;
Ph.2-Relo Meter Vault& RPZ
0 Ph.2-IristGV&FHAssembly(LeWsAve)I
Ph. 3-AdjustWaterService Line in Rdwy
0 Ph.3-AdjusVRelq WM Boxes & Gate Valves
❑ : Ph _3- InsVRelo Fire Hydra_ nts
w 18-Oct 23, 22A23:A_B-12.1.62 Sewer
0 Ph. 1-Adjust Existing Manhole Rinc) & Lids
29Jul-24, 22A23-A_B-12.1.7 Roadway & Site Finishes -'South Side (East Bound)
14Jun-24:22A23y4_B-12,1.7.1 Rgadway Finishes
ICJ Concrete Curti & Gutter MaphineUainline
t- ,- , - - -- - -- - - --- - - - - --
0 Concret2 Curb & Gutter (Tie Ins) (42ea dvwys & rdwys,16 boxes)
0 ConcreloAprons & Driveways (39 ea)
�=l Concrete Sidewalks & Trail (3600 If)
Storm Drain PoxTops;(16 ea)
0 Rdwy, Base Course -Fine Grade
-- - - ------ -- - - - - -- - ;
:0 5"ACHMBinder Course
29Ju1;24, 22A23-A B-12.1.7.4' Fencing& Landscaping
17-Jan-24
18-Jan-24
0
3132-JB
1
20-Feb-24
21-Feb-24
5
_0 DSD1450
_0 DSD1460
—0 DSD1470
_0 DSD1480
—0 DSD1490
_0 DSD1500
_0 DSD1510
_0 DSD1520
_0 DSD1530
—0 DSD1540
DSD1550
_0 DSD1560
—0 DSD1570
0 DSD1580
_0 DSD1590
_0 DSD1600
_0 DSD1610
DSD1620
3134-P (250LF - 18" RCP)
4
18-Jan-24
24-Jan-24
0
3134-JB
1
25-Jan-24
26-Jan-24
23
3135-P (202LF - 18" RCP)
4
24-Jan-24
30-Jan-24
0
3135-CI
2
22-Feb-24
27-Feb-24
1
3138-P (232LF-18" RCP)
4
30-Jan-24
05-Feb-24
0
3138-CBI
2
06-Feb-24
08-Feb-24
13
3139-P (54LF-18" RCP)
2
05-Feb-24
07-Feb-24
0
3160-P(78LF-8"PVC)
1
07-Feb-24
08-Feb-24
0
3139 CI
1
08 Feb 24
09 Feb 24
13
3117-P(33LF-18"RCP)
2
22-Dec-23
27-Dec-23
0
3117-CI
1
27-Dec-23
28-Dec-23
5
3121-P(28LF-18"RCP)
2
27-Dec-23
29-Dec-23
0
3121-CI
1
29-Dec-23
01-Jan-24
2
3123-P (33LF-18" RCP)
2
29-Dec-23
02-Jan-24
0
3123-CI
1
02-Jan-24
03-Jan-24
0
3125-P (33LF-18" RCP)
2
08-Feb-24
12-Feb-24
0
3125-CI
1
12-Feb-24
13-Feb-24
119
3127-P (28LF-18" RCP)
2
12-Feb-24
15-Feb-24
0
_0
_0 DSD1630
DSD1640
3127 CI
1
15 Feb 24
16 Feb 24
116
3131-P(28LF-18"RCP)
2
15-Feb-24
19-Feb-24
0
—0
DSD1650
3131-CI
1
19-Feb-24
20-Feb-24
114
_0
_0 DSD1660
—0 DSD1670
_0 DSD1680
—0 DSD1690
_0 DSD1700
_0 DSD1710
0 DSD1720
3156-AI
1
02-Feb-24
05-Feb-24
17
3133-P (31 LF -18" RCP)
2
19-Feb-24
21-Feb-24
0
3133-CI
1
21-Feb-24
22-Feb-24
112
3136-P(28LF-18"RCP)
2
21-Feb-24
24-Feb-24
0
3136-CI
1
27-Feb-24
28-Feb-24
1091
3137-P (99LF-18" RCP)
2
26-Feb-24
28-Feb-24
0
3137-CI
1
28-Feb-24
•
•
09-Oct23
29-Feb-24
rr
12-Oct23
1071
vspq•
JR DW1000 Ph. 1 -AdjustWater Service Line in Rdwy
173
0
Ph.1-AdjustWMBoxes&Gate Valves
12-Oct23
16-Oct23
13
DW1020
Ph.2-AdjustGV in Rdwy
02-Nov-23
06-Nov-23
9
DW1030
DW1040
Ph.2-Relo MeterVault& RPZ
10
06-Nov-23
20-Nov-23
18
Ph.2-InstGV&FHAssembly(LevdsAve)
4
20-Nov-23
24-Nov-23
18
DW1050
DW1060
Ph. 3-AdjustWater Service Line in Rdwy
10
24-Nov-23
08-Dec-23
45
Ph.3-AdjushRelo WM Boxes & Gate Valves
9
08-Dec23
21-Dec-23
45
0 DW1070
Ph.3- InshRelo Fire Hydrants
4
21-Dec-23
27-De _23
45
• •
1r
JR DS1000 Ph. 1-Adjust Existing Manhole Ring & Lids 2
'ice . •
16-Oct 23 18-Oct-23
95
p DRFS1000 Concrete Curb &Gutter MachineMlainline
( )
DRFS1010 Concrete Curb & Gutter (Tie Ins) (42ea dvwys & rdwys
DRFS1020 ConcreteAprons & Driveways (39 ea)
= DRFS1030 Concrete Sidewalks & Trail (3600 If)
DRFS1040 Storm Drain Box Tops (16 ea)
10
28-Feb-24
13-Mar-24
0
29
13-Mar-24
23-Apr-24
0
26
20-Mar-24
25-Apr-24
0
36
25-Apr-24
14Jun-24
0
16
13-Mar-24
04-Apr-24
69
n DRFS1050 Rdwy Base Course -Fine Grade
61
25-Apr-24
03-May-24
54
= DRFS1060 5"ACHMBinderCourse 5
03-May-24
I 10-May-24
54
®��
•
® Remaining Level of Effort Actual Work 0 Critical Remaining Work
Actual Level of Effort Remaining Work ♦ ♦ Milestone
Page 3 of 8
TASK filter: All Activities
© Oracle Corporation
Midtown Multimodal Corridor - Baseline_230814
CHC Baseline Submittal Layout
16-Aug-23 09:30
Activity ID
Activity Name
BL Project
Duration
Start
Finish
Total Float
, 2023 7
Qtr4, 2023
Qtr 1, 2024
Qtr2, 2024
Qtr 3, 2024
Qtr4, 2024
Qtr 1, 2025
Qtr2, 2025
ug Sep
I Oct Nov Dec
Jan Feb Mar
Apr May Jun
Jul I Aug I Sep
Oct Nov Dec
Jan I Feb I Mar
Apr
May
Jun
O DFLS1000
O DFLS1010
o DFLS1020
o DFLS1030
O DFLS1040
DFLS1080
Topsoil Placement
30
10
16-May-24
27-Jun-24
0
0 Topsoil Placement
0 Landscaping - Install Trees
■ 4"Hardwood Mulch Plackment
- ----- - --------
1 Seeding&Soddin9
0 Fendpg
■; Deana St -Final lnspeciion(South)
30-Apr-24, 22A23-A_B-12.1.7.10 Lighting
■ Ph.1-CoriduitPrep
----- --- ----------------- ---------- ------------- ------,-------t-------,--------------t---------------------
0 F!h.2-Conduit Prep
❑ Ph. 3-(onduitPrep
❑ Street Lights
13,Jan-25', 22A23 AB-121.1.8 Roadway &
,24-W24,22A23A B--1'2.1.8.10 Roadway Finishes
------i - )
0 Concrete Curb&Gutter(M aahine/Mainline
0 Concrete Curb & butter(tie Ins) (6ea dvwys & rdwys,10 boxes)
0 Storm Drain RoxTopsl(16 ea)
0 Concrete Aprons;& Driveways (3 ea)
L 0 :Concrete Sidewalks & Trail (4,500 If)
❑ Rd Base�Course-Fine Grade
J - - de
❑ 5"ACHM i3inder( curse
13-Jan-25„ 22A23-'A B-12,.1.82 Fencing &
Topsoil Placement
LandscapingTrees
------t-----------------------------------------------------------------------------t------- --- -Install
od Mulch ---
' Placement
� ■ 4"kiardvuo '
OEM Seeding & Sodding,
O Fencing
■ Deane St- Final Inspection l(NoAh)
-- ---- ----- ---- ----- ---- ---- ---- ----- ---- ----- ---- ----- 29-0ct24,22A23-A B,12.1.8.1 Lighting ---- ---- ----
O Conduit
e; RRFB s
0 ;Street Lights
V---► 07-Feb-25, 22A23-A B-12.11.9 Roac
- _ _ _ _ - _ _ _ _ _ _ _ _ _ _ _ _ _ M 'Concrete Pedestrian Islands (4 eo)
--- ------ - ------_ _ _
- ----- -------------------,-------,- -- -- Milling Asphalt
■ Cold Milli _ _ _ _ ----
■ Variable Thickness Leveling Cojurse
1 2"ACHM Surface Course
■ Striping & Signage
1 Deane St ped Final Insion
- - - - 1.7 r-24, 22A23; A_B-1.22 Trail Through "I d Cyde:Farms
.PI 15-Nov-23,22A23-A_B-122.1 General
0 Mobilization:Tricyde:Trail
❑ Erosion Control
�/ 30-Nov-23,22,A23A B-1 222: Demolition
•--------------------•--------------•------- ------ ------ ----- ------ ---------------------------------------------------------
0 Clearing & Grubbing
O Demo/Relocate Existing Facilities
Demo;Fence
�/ 1;8-Dec-23,22A23A_B-122.3 Earthwork
O ExcaVation
---•-------•----------------------------------------
■ Undercut&Backfill
0 Embankment
❑ $ubgrade Preparation
;PI 12-,Dec-23,22A23-,A_B-122.4 Storm Drain
:0 3201-P(146LF- 181'HERCP)
Landscaping -Install Trees
13,Jun-24
27,Jun-24
0
4"Hardwood Mulch Placement
5
18-Jul-24
25-Jul-24
0
Seeding & Sodding
20
27-Jun-24
I 25-Jul-24
01
Fencing
2
27-Jun-24
01,Jul-24
181
Deane St- Final Inspection (South)
21
25-Jul-24
29-Jul-24
0
•
1 •
p DLS1000 Ph.1-ConduitPrep
-
O DLS1010 Ph. 2-Conduit Prep
2
12-Oct
16-Oct23
94
3
16-Oct23
19-Oct23
94
f� DLS1020
Ph. 3-Conduit Prep
6
19-Oct23
27-Oct23
127
p DLS1040
Street Lights
5
23-Apr-24
30-Apr-24
•
62
- ... . - :.
• -...
O DRFN1500 Concrete Curb & Gutter (Mach ine/Main line)
o DRFN1505 Concrete Curb & Gutler(Pe Ins) (6ea dvwys & rdwys,'
o DRFN1506 Storm Drain Box Tops (16 ea)
o DRFN1510 Concrete Aprons & Driveways (3 ea)
•
10
29-Jul-24
12-Aug-24
0
8
12-Aug-24
22-Aug-24
0
16
12-Aug-24
03Sep-24
81
3
19-Aug-24
22-Aug-24
0
o DRFN2000
Concrete Sidewalks & Trail (4,500 If)
45
22-Aug-24
24-Oat 24
0
O DRFN2030
Rd Base Course -Fine Grade
wY
6
03Se 24
p
11Se 24
p-
81
O DRFN2045
5"ACHM BinderCourse
5
11Sep-24
18Sep-24
811
•
•
•
O DFLN0900
O DFLN0910
O DFLN0920
o DFLN0930
o DFLN1000
i DFLN1080
Topsoil Placement
30
24-Oct 24
05-Dec-24
0
Landscaping
Landsca in Install Trees
10
21-Nov-24
05-Dec-24
0
4"Hardwood Mulch Placement
5
05-Dec-24
12-Dec-24
0
Seeding & Sodding
20
12-Dec-24
09-Jan-25
0
Fencing
16
05-Dec-24
27-Dec-24
9
Deane St- Final Inspection(North)
2
09-Jan-25
I 13-Jan-25
1 01
.
.
•
DLN1000
O DLN1010
p DLN1020
DRFF1000
0 DRFF1010
DRFF1020
DRFF1030
DRFF1040
DRFF1050
.
.
TCFG1000
TCFG1010
TCFD1000
Conduit
10
12-Aug 24
26 Aug 24
78
RRFB's
31
24 Oct 24
I 29 Oct 24
1 71
Street Lights
201
26-Aug-24
I 23Sep-24
1 78
Roadway
• - •
•
Concrete Pedestrian Islands (4 ea)
8
13-Jan-25
23-Jan-25
0
Cold Milling Asphalt Pavement
9 p
4
13-Jan-25
17-Jan-25
4
Variable Thickness Leveling Course
3
23,1an-25
28,1an-25
0
2"ACHM Surface Course
3
28,1an-25
31 plan-25
0
Striping & Signage
2
31 ,Jan-25
05-Feb-25
0
Deane St Final Inspedion
2
05-Feb-25
07-Feb-25
0
Mobilization -Tricycle Trail
Erosion Control
•
21
rr •
•
07-Nov-23
. �
•
I 09-Nov-23
37
4
09-Nov-23
15-Nov-23
37
.
•
Gearing & Grubbing
2
15-Nov-23
17-Nov-23
37
0 TCFD1010
0 TCFD1020
Demo/Relocate Existing Facilities
6
17-Nov-23
27-Nov-23
37
Demo Fence
3
27-Nov-23
30-Nov-23
37
•
.-
L
r TCFEW1000
Excavation
3
30-Nov-23
05-Deo-23
37
TCFEW1010
TCFEW1020
Undercut&Backfill
4
05-Dec-23
11-Dec-23
58
Embankment
31
11-Dec-23
14-Dec-23
58
p TCFEW1030
rj
TCFSD1000
Subgrade Preparation
2
14-Dec-23
18-Deo-23
58
Drain
3201-P(146LF- 18"HERCP)
5
31
1 rr-
05-Dec-23
D
08-Deo-23
37
® Remaining Level of Effort Actual Work 0 Critical Remaining Work
Actual Level of Effort 000[= Remaining Work ♦ ♦ Milestone
Page 4 of 8
TASK filter: All Activities
© Oracle Corporation
Midtown Multimodal Corridor - Baseline_230814
CHC Baseline Submittal Layout
16-Aug-23 09:30
Activity ID
Activity Name
BL Project
Duration
Start
Finish
Total Floal
, 2023 7
Qtr4, 2023
Qtr 1, 2024
Qtr 2, 2024
Qtr3, 2024
Qtr4, 2024
Qtr 1, 2025
Qtr2, 2025
ug Sep
Oct Nov Dec
I Jan
Fe I Mar
Apr May Jun
Jul Aug Sep
Oct Nov Dec
Jan Feb Mar
Apr
May
Jun
.
.
.
.
.
•
.
.
.
.
.
.
.
.
TCFSD1010
TCFSD1020
3203-P (32 LF - 8" PVC) 1
3204-P (36 LF - 8" PVC) 1
08-Dec-23
11-Dec-23
37
0 3203-P(32;LF-8"PVC)
1 3204-P(36'LF-8'PVC)
17 Apr-24, 22A23AB-122.5 Finishes
O 4" Concrete Trail (725 Lr)
C_ onclrete Curti & Gutter
----------------------------------------- --------------,■ Topsoil------ ------- ------- ------- --------------,-------
1 Privacy Fence
■ Relocate Trees
0 Seeding & Sodding
■ frail Lighting-Co6cluitPrep
----,------, ------ ------ -- --------------------------------------------------------------------- ----------------------
;1 TraillLightPoles
1 Final Inspection -Tricycle Trail
02-Dec-24, 22'A23-ATI B-12.3 W. Sycefnore St
111100m/ 04-Dec-23,22A23A B-12.3.1 General
Mobilizaton- WSycemoae
----•------•--------- ------ ------ ----- ------ -------------------------------------------------------
❑: Erosion Control
❑ Install Traffic Control Devices
V 24- Jun 24, 22A23-A—B-12.32 South Side (East Bound) Improvements- Garland tri Leverett
V. 27-Feb-24,22A23-A—B,12.32.3 Earthwork
❑ Clearing & Gnabbing
---- '------- '-------- - - - - ---------- - - - - --- - - - - ---- - - - -'- ----------------------------------------------------------------
b Demq.Concx�te/Asphalt
0 Excavation
■ Undercut& Backfill
❑ :Embankment
❑: Subgrade Preparation
---------- '--------------'-------------- -------------------------------------------------------------------------------------------------------------------------
�► 1��lan-24,22A23A_B-12.32.4 Storm Drain
❑ 4018-P-C(57 LF -,120'Sc36" RCBC)
O; 4018-P-B (235 LF-120'Sc36" RCBC)
Cl 4018-P A(57 LF-120'Sc36" RCBC)
: ■ 401:9-P (10?4 LF-1 W RCP)
---'-------'--------------'-------'- ------------------------------------------------------------ ------ -------------------------------------
I 4020-P (17:LF-18" I CP)
0 4W1-P(31:LF-18";RCP)
■ 4022-P (256 LF-18" RCP)
V.-/ 21-Deo-23, 22A .3-A_B-1:2.32.5 Utility Relocations
�/ 21-Deo-23,22A2;3-A_B-1:2.32.5.1 Water;
---- ------------- ----- - -- - - - - -, - --r --- - --- -, --
:1 Adj6stWat4,,Service;Lines &:Meters
Inst Water Line &Abndn. Exist @ Oakland Ave
16-May-24,22A23-A_B-12.32.E Roadway,Finishe5
❑ 9"Agg Base Course -Rough In
;0 Concrete Curb & Gutter(MacbineA4ainline)
---- ----- ----- ------ ------ ------ - --- --- - --- - --
M Concrete Garb & Gutter (Tip Ins) (9 ea dvwys;& rdwys,;4 boxe,5)
❑ Storm Drain Box Tops (4 ea)
O ConcreteApror s & Driveways (9 ea) I I I I I I I
O Concrete Sidewalks &Trail(1,3001f).
0 Rdwy Base Course -Fine Grade
--------------------------------------- ----- ---- --- - -- -' -- -- - - --- --- - --- - --
0 ;5"ACHM Binder,Course
:24Jun 24, 22A23-A_B-12.32.7 Site Finishes
T/; 24Jun;24, 22A23-A_B-12.32.7.1 Fencing & Landdscapinp
O 4"Topsoil Placement
❑ Landscaping - Install Trees
------ ------ ------ ------ ------ -------------- - --- - --- - -- -- ---- - - ---- --- --
❑ Seeding&Sodding
0 Fencing
❑ Sycamore South -Final Inspection
11-Dec-23
12-Dec-23
37
.
.
0 TCFF1000
4" Concrete Trail (725 LF)
12
13-Mar-24
29-Mar-24
16
0 TCFF1010
Concrete Curb & Gutter
2
29-Mar-24
02-Apr-24
16
TCFF1020
Topsoil
4
02 Apr24
08 Apr24
212
0 TCFF1030
Privacy Fence
2
08 Apr-24
10 Apr-24
212
0 TCFF1040
Relocate Trees
2
17-Nov-23
21-Nov-23
313
0 TCFF1050
Seeding & Sodding
2
10-Apr-24
15-Apr-24
212
0 TCFF1060
Trail Lighting -Conduit Prep
2
14-Dec-23
18-Dec-23
78
0 TCFF1070
Trail Light Poles
2
02-Apr-24
04-Apr-24
218
TCFF1080
r■
p SG1000
Final Inspection-TricycleTrail
Mobilization-W.Sycamore
2
5
15-Apr-24
i
F15Nov-23
17-Apr-24
0D-
D-
22- Nov-23
212
43
—
SG1010
Erosion Control
5
22-Nov-23
29 Nov-23
43
SG1020
Install Traffic Control Devices
1 31
29 Nov-23
04-Dec 23
43
llr�LLULLUM
v SSEW1000
Gearing & Grubbing
5
17Jan-24
24Jan-24 37
O SSEW1010
O SSEW1020
O SSEW1030
O SSEW1040
O SSEW1050
—
Demo. Concrete/Asphalt
6
24-Jan-24
01-Feb-24
37
Excavation
6
01-Feb-24
09-Feb-24
37
Undercut& Backfill
Embankment
Subgrade Preparation
rr
4
09-Feb-24
15-Feb-24
37
5
15-Feb-24
22-Feb-24
37
3
22-Feb-24
rr-
27-Feb-24
37
0 SSSD1000
4018 P C (57 LF-120'k36" RCBC)
5
12-Dec 23
19 Dec 23 37
O SSSD1010
4018-P-B (235 LF-120'X36" RCBC)
8
19 Dec 23
29 Dec 23
37
O SSSD1020
O SSSD1030
4018-P-A(57 LF-120'X36" RCBC)
5
29-Dec-23
05-Jan-24
37
4019-P (104 LF-18" RCP)
2
05-Jan-24
09-Jan-24
37
O SSSD1040
4020-P (17 LF-18" RCP)
1
09-Jan-24
10-Jan-24
37
O SSSD1050 4021-P(31 LF-18"RCP)
a SSSD1060 4022-P (256 LF-18" RCP)
rr 22A23AB-12.32.5.1 Water
SSW10C Adjust Water Service Lines &Meters
11
10-Jan-24
I 11-Jan-24
371
41 11-Jan-24 I 17-Jan-24 37
13 04-Dec23 21-Deo-23
4 04-Dec23 08-Dec23 43
-v
SSW101
I Inst. Water Line &Abndn. Exist @ Oakland Ave
9
08-Deo-23
21-Deo-23 43
ria SSRF1000
= SSRF1010
SSRF1020
SSRF1030
= SSRF1040
n SSRF1050
W SSRF1060
..
9"Agg Base Course -Rough In
5
-.
27-Feb-24
05-Mar-24 37
Concrete Curb & Gutler(Machine/Mainline)
3
02-Apr-24
05-Apr-24
16
Concrete Curb & Gutter (Tie Ins) (9 ea dvwys & rdwys,,
7
05-Apr-24
16-Apr-24
16
Storm Drain Box Tops (4 ea)
4
02-Apr-24
08-Apr-24
64
ConcreteAprons & Driveways (9 ea)
9
16-Apr-24
29-Apr-24
16
Concrete Sidewalks& Trail (1,300 fl
13
29-Apr-24
16-May-24
16
Rdwy Base Course - Fine Grade
3
16-Apr-24
19-Apr-24
58
—
0 SSRF1070 5"ACHM BinderCourse
2 19-Apr-24
23-Apr-24
58
22A23 A_B-12.3 7&ncing & Landscaping 27 16-May-2
0 SSSF101 4" Topsoil Placement 10 16-May-24
0 SSSF10 Landscaping - Install Trees 5 30-May-24
SSSF10; Seeding&Sodding 6 06Jun-24
0 SSSFIIG Fencing _ 15 30-May-24
0 SSSF10, Sycamore South -Final Inspection 2 20Jun-24
4
16
16
30-May-24
06Jun-24
20
14Jun-Jun
20
20Jun-24
16
24Jun-24
16
® Remaining Level of Effort � Actual Work Critical Remaining Work
Actual Level of Effort 000=1 Remaining Work ♦ ♦ Milestone
Page 5 of 8
TASK filter: All Activities
© Oracle Corporation
Midtown Multimodal Corridor - Baseline_230814
CHC Baseline Submittal Layout
16-Aug-23 09:30
Activity ID
Activity Name
BL Project
Duration
Start
Finish Total Floal
, 2023
Ot-4, 2023
Otr 1, 2024
Qtr2, 2024
Otr 3, 2024
Qt-4, 2024
Otr 1, 2025
Qtr2, 2025
ug Sep
Oct Nov Dec
Jan Feb I Mar
Apr May I Jun
Jul I Aug I Sep
Oct Nov Dec
Jan Feb Mar
Apr
May
Jun
�J 22A23 A B-12.32.72
r SSSL10:
�� SSSL101
SSSL10'
lr�
wa SNEW1000
O SNEW1010
O SNEW1020
O SNEW1030
O SNEW1040
O SNEW1050
O SNW1000
O SNW1010
O SNW1020
JR SNRF1000
a SNRF1010
a SNRF1020
a SNRF1030
SNRF1040
a SNRF1050
a SNRF1060
O SNRF1070
% 22A23-A B-1
� SNF1000
W SNF1010
i SNF1020
SNF1030
SNF1040
r�
i SLEW1000
. 0 SLEW1010
.0 SLEW1020
• SLEW1030
. 0 SLEW1040
0 SLEW1050
Lighting 75 17-Jan-24 01-May-24
Signal&Conduit Prep 20 17-Jan-24 14-Feb24 51
V 01-May-24,22A23-A_B-12.32.72 Lighting
MiNE Signal&Conduit Prep
-------------------------
O Traffic SignalMddficatiohs
0 RoadwayLiglitPoles
07-Nov-24, 2zA23-AyB-12.�.3 North Side (West Bound) Imprc
02 Aug-24, 22A23-A_B-12.3.3.1 Earthwork
❑ Clearihg&Grubbing
-------------------------------------- -- --------------------------- --------------- -------------
Derho.Condrete/Asphalt
❑ 5xcavation
❑ ;Underact&Backfill
0 Embankment;
0 Subgrade Preparation
r1 1,9- Jul-24, 22A23 A_B-12,3.32 Utility Relodations
❑ Adjust Existing Manhole Ring:& Lids (5 ea)
❑ MustWaierServiceLines$ Meters
0 Inst Fire Hydrant& Abndn. Exist
�/ 05Sep-24, 22A23-X B-12.3.3.3 Roadway Finishes
----•------•-------•------•-------•---------------------•--------------•- ------------------------------------------------
A 9"AEOg Base:Course-Rough In
❑ Concrete Curb & Gutter(Machine/Mainline)
0 Concrete Curb & Gutter (Tie Ins) (6 ee dvwys rdwys 2 boxes)
0 Storm Drain Box Tops (2 ea)
❑ Concrete Aprons & Drivewa_ ys (4 e_ 2)
----------------------------- -------------
O Concrete Sidewalks (1,300 If
❑ Rdwy Base Course - Fine'Grade
0 ;5"ACHM Binder Course
r—I 07-Nov-24, 22A23-AiB-12.3.3.4 Site Finishes
y y y : �I 07-Nov-24, 2; - - - - - -' B-12.3.3.4.1-- -encing &- - - - ping
2---------F Land---
----- -------•------- -------•- —
: : : : : : : : : : : : � 4" Topsoil Placement
❑ : Landscaping - Install Trees
E� Seeding & Sodding
❑ Fencing
0 Syc2moreNorlh-Fin811nspeCtion
------------
--------------------------------------------- ------ ----- --- ----------------------
07-Oct 24, 22A23-A,B-12.3.4 Levere tlo Scull Creek
:e Demo.Coricrete/Asphalt
❑ �xcavatipn
❑: Embankment
y y 0 Sub ride Pre aration l
G -- •- - -
------t-------------------------- --- ---- --- ---- 9
: M Concrete Curb & Gutter
W Concrete Sidewalk&Trail
r-i-iF 02-Deo-24, 22A23-A_B-12.3.$ Roadway Finishes- Fin<
❑ Cold Milling Asphalt Pavement
❑ Variable Thickness Leveling Course
-----------.-------.-------. Course
urface - - - - -
0 '2"ACHM Surface-------
■' Striping & Signage
Sycamore St Final Inspection
15,Jan-25,22A23A_B-1.3 Poplar'; Woodl
plarSt
--------------------------------------- -------------25------ 4 B-1.-- W_- ------
r� 28-Aug-24, 22A23A_4 1.3.1.1 (General
❑ Mobilization -WPoplar Sf
0 Erosion Control
❑ Inst Traffic Control Devices
r—/ 23-Sep;24, 22A23 A B-1.3.1.3 Earthwork
Traffic Signal Modifications
121
05-Apr-24
I 23-Apr-24 1 33
Roadway Light Poles 181 05-Apr-24 I01-May24 27
.. 4 •
Gearing&Grubbing
5 24-Jun-24 01-Jul-24 16
Demo. Concrete/Asphalt
6
01-Jul-24
09-Jul-24
16
Excavation
6
09-Jul-24
17-Jul-24
16
Undercut&Backfill
4
17-Jul-24
23-Jul-24
16
Embankment
5
23,Ju1-24
30,Ju1-24
16
Subgrade Preparation
31
30-Jul-24
02-Aug-24
16
Adjust Existing Manhole Ring & Lids (5 ea)
5
01,Ju1-24
708-Jul-24
29
AdjustWaterServiceLines&Meters
5
08-Jul-24
4
29
Inst Fire Hydrant&Abndn. Exist
4
15-Jul-24
19-Jul-24
29
- ...
.
- •
9"Agg Base Course -Rough In
2
02-Aug-24
07-Aug-24
16
Concrete Curb & Gutter(Machine/Mainline)
3
07-Aug-24
12-Aug-24
16
Concrete Curb & Gutter (Tie Ins) (6 ea dvwys & rdwys,:
4
12-Aug-24
16-Aug-24
16
Storm Drain Box Tops (2 ea)
2
07-Aug-24
09-Aug-24
106
Concrete Aprons &Driveways (4 ea)
4
16 Aug 24
22-Aug 24
16
Concrete Sidewalks (1,300 If)
10
1 22-Aug-24
I 05Sep-24
16
Rdwy Base Course - Fine Grade
5"ACHM BinderCourse
3
16-Aug-24
21-Aug-24
101
2
21-Aug-24
23-Aug-24
101
•
.
.3A.1 Fencing lscaping
4" Topsoil Placement
?
10
5
07-Oct 24 07-Nov-24
07-Oct 24 21-Oct 24
49
Landscaping - Install Trees
21-Oct 24
28-Oct 24
49
Seeding & Sodding
6
28-Oct 24
05-Nov-24
49
Fencing
5
21-Oct 24
28-Oct 24
55
Sycamore North- Finallnspection
2
05-Nov-24
07-Nov-24
49
•
Demo. Concrete/Asphalt
6
02-Aug-24
12-Aug-24
20
Excavation
6
12-Aug-24
20-Aug-24
20
Embankment
5
20-Aug-24
27-Aug-24
20
Subgrade Preparation
9 P
3
27-Au 24
9
30-Au 24
9
20
Concrete Curb & Gutter
12
05Sep-Sep
23Sep-Sep
16
Concrete Sidewalk&Trail
10
23Sep-24
I 07-Oct24
161
.
-
SRFF0900
SRFF0901
SRFF0902
SRFF0912
:;a SRFF1000
J 22A23 Poplar
Cold Milling Asphalt Pavement
4
07-Nov-24
13-Nov-24
49
Variable Thickness Leveling Course
3
13-Nov-24
18-Nov-24
49
2"ACHM Surface Course
4
18-Nov-24
22-Nov-24
49
Striping & Signage
4
22-Nov-24
28-Nov-24
49
Sycamore St Finallnspection
1 21
28-Nov-24
02-Dec-24
49
- Woodland u� a
•.. ®��
WPG1000
Mobilization-W.PoplarSt
5 12-Aug-24 19-Aug-24 28
.
.
.
WPG1010
Erosion Control
4 19-Aug-24 23-Aug-24 28
WPG1020
Inst. Traffic Control Devices 21 23-Aug-24 28-Aug-24 28
. - •
® Remaining Level of Effort Actual Work 0 Critical Remaining Work
Actual Level of Effort MEN= Remaining Work ♦ ♦ Milestone
Page 6 of 8
TASK filter: All Activities
© Oracle Corporation
Midtown Multimodal Corridor - Baseline_230814
CHC Baseline Submittal Layout
16-Aug-23 09:30
Activity ID
Activity Name
BL Project
Duration
Start
Finish
Total Float
, 2023
Otr4, 2023
Otr 1, 2024
Otr2, 2024
Otr 3, 2024
Otr4, 2024
Otr 1, 2025
Qtr2, 2025
ug Sep
Oct Nov Dec
Jan Feb Mar
Apr May Jun
Jul Aug I Sep
I Oct I Nov
I Dec
Jan
Feb Mar
Apr
May
Jun
WPEW1000
Gearing & Grubbing
4
8
30-Aug-24
05Sep-24
1 26
❑ Clearing & Grubbing
0 Excavation
❑ Embankment
VW:24Sep=24, 22A23-A_B-1.3.1.5 Utility Relocations
P►; 24Sep-24, 22A,23 A B-;1.3.1.5.1, Water
-- -- - - - - --
--- - - - -,- ; - -- - - - -�--- ,----- - -l--- (10
■ ; Ad'ustValve Col ( a)
24-Dec-24, 22A23-A_B-7.3.1.6 Roadway Finishe
O Concrete Curb & Guttee(1900 LF)
❑ Modify Storm Drain Tops (10 ea)
4" Concrete Sidewalks & Trail (2000 LF)
0 4" Concrete Bus Pads (2 ea)
O 16" Concrete Aprons & Driveways (10 ea)
0 3"AsphaltAprons &Driveways (3 s'a)
15,Jan-25,22A23 A_B-1.3.1.7 Site Finishe
�► 13-Jan-2$,22A23 r4_B-1.3;1.7.3 Fencing &
❑ 4" Topsoil Placement
0 InstalllTrees
0 4"Hardwood'Mulch Placement
0 Seeding&Sodding'
■ Fencing
-- - -- ;- - - - -- --- ; ----------------
27-Nov-24,22A23-A_q-1.3.1.7.1 Lighting
it
Conduit
Co
RRFB's
Street Lights (19 ea )
-,`► 1$,Jan-2$, 22A23 A B-1.$.1.72 Finishes
----f------;-------f------;-------f------;--------------;-------------T- --------------------
■ Striping, & Signa',ge
1 W.PoplarSt- FinallInspection
28-Nov-24,22A23-A B-1.32 E. Poplar'St
�I 11Sep-24,22A23-AB-1.3.2.1 General
❑ Mobilization-E.PoplalrSt----•------•-----•-------•---------------------•------- -------------------------------------------------
❑ Erosion Control
0 Inst Traffic Control Devices
7--I 09Oct24, 22A23-A B-1.32.3 Earthwork
0 Clearing & Grubbing
■ Excavation
i------------i------ ---------------'---------------------------------
■ Embankment
VmmI 24-0ct24,22A25A B-1',32.4 Storm Drain
0 6001-P (30LF-18" RCP)
0 6061 -Cl &Throat Extension
0 6002-P (142LF -18'' RCP)
---'------'-------'-------'------------------------------------------------- - - ---------
1 6¢02,J6
I 6Q03-P (79LF-18" IRCP)
1 6005-P (20LF-18"I RCP)
0 6605-CI
0 6006-P (29LF-18'' RCP)
---------------i------i----------------------------,--- - ------ -------
0 6006-CI�&ThroatExtensi'qn
0 ;6008-CI
V* 04-0b1-24, 22A23 A 13-1.32.51 Utility Relocations
0 Adjust Water Service Lines
.0 AdjustlReloWaterMeter
-------------------------------------------- ----------'----- '-------t-------------------
0 Adjust Existing Manhole Ring $ Lids
v I 19-Nov-2+4, 22A23-A_B-1I, 32.6 Roadway Finishes
O Concrete Curb & Gutter(700 If)
WPEW1010 Excavation
0 WPEW1020 Embankment
�F
v WPW1000 Ad'ustValve Collars 10 ea
_ 1 ( )
Roadway
p WPRF1000 Concrete Curb & Gutter(1900 LF)
05Sep-24
17Sep-24
26
4
17Sep-24
23Sep-24
26
44
5
•
•
17Se 24 24Se 24
p p
• rr -
19
07-Oct 24 01-Nov-24
16
_0 WPRF1010 Modify Storm Drain Tops (10 ea)
WPRF1020 4" Concrete Sidewalks &Trail (2000 LF)
_0 WPRF1030 4" Concrete Bus Pads (2 ea)
_0 WPRF1040 6"Concrete Aprons &Driveways (10 ea)
WPRF1050 3"AsphaltAprons & Driveways (3 ea)
5
01-Nov-24 08-Nov-24
16
20
08 Nov-24 06 Dec 24
16
2
06 Dec 24 10 Dec 24
16
10
10 Dec 24 24-Dec 24
16
2
18-Nov-24 20-Nov-24
50
jzj�-Fjwj RJAW.1.11 ;;L.
l WPFL1000 4"To soil Placement
p
O WPFL1010 Install Trees
•-
5 24-Dec-24 31-Dec-24
16
17
2
31-Dec-24
02,Jan-25
O WPFL1020
4"Hardwood Mulch Placement
3
31-Dec-24
03,Jan-25
16
O WPFL1030
Seeding & Sodding
2
03,Jan-25
07,Jan-25
16
O WPFL1040
Fencing
4
07,Jan-25
13,Jan-25
16
O WPL1000
WPL1010
O WPL1020
Conduit
91
30-Aug-24
I 12Sep-24
59
RRFB's
3
01-Nov-24
06 Nov-24
38
StreetLights(19ea)
18
01-Nov-24
27-Nov-24
23
•
O WPF2000
0 WPF2010
EPG1000
EPG1010
Striping & Signage
4
20 Nov-24
26 Nov-24
50
W. PoplarSt -Final Inspection
2
13,Jan-25
15,Jan-25
16
• ..
Mobilization-E.PoplarSt
5
.
28Aug24
704-Sep-24
•
59
Erosion Control
3
04Sep-24
59
= EPG1020
InstTrafficControlDevices
2
09Sep-24
59
a EPEW1010
0 EPEW1020
EPEW1030
.
•
.:
Gearing & Grubbing
2
23Sep-24
26Sep-24
50
Excavation
6
26Sep-24
50
Embankment
3
04-Oct24
r4&24
4
68
Illy' •
•
r
L
EPSD1000
EPSD1010
EPSD1020
0 EPSD1030
EPSD1040
6001-P (30LF -18"RCP)
2
04 Oct 24
08 Oct 24
501
6001 -Cl &Throat Extension
2
09-Oct24
11-Oct24
60
6002-P (142LF -18" RCP)
3
08-Oct 24
11-Oct 24
50
6002,JB
2
14-Oct 24
16-Oct 24
57
6003-P (79LF -18"RCP)
1
11 Oct 24
14 Oct 24
50
0 EPSD1060
0 EPSD1070
0 EPSD1080
0 EPSD1090
6005-P (20LF -18" RCP)
1
14-Oct 24
15-Oct 24
51
6005-CI
2
16-Oct 24
18-Oct 24
55
6006-P (29LF -18" RCP)
2
15-Oct 24
17-Oct 24
51
6006-CI&Throat Extension
2
17-Oct
21-Oct24
51
o EPSD2000
r
0 EPW1000
6008-CI
2
21-Oct 24
24-Oct 24
51
.
. - •
1 •
AdjustWater Service Lines
2
26Sep-24
30Sep-24
72
0 EPW1010
AdjushReloWater Meter
3
30Sep-24
03-Oct24
72
o EPW1020
r�
EPRF1000
Adjust Existing Manhole Ring & Lids
1
03-Oct 24
04-Oct 24
72
Concrete Curb & Gutter(700 If)
r .
9
•
• .
14-Oct 24
I 25-Oct 24
1 501
® Remaining Level of Effort Actual Work 0 Critical Remaining Work
Actual Level of Effort 000= Remaining Work ♦ ♦ Milestone
Page 7 of 8
TASK filter: All Activities
© Oracle Corporation
Midtown Multimodal Corridor - Baseline_230814
CHC Baseline Submittal Layout
I
16-Aug-23 09:30
Activity ID
Activity Name
BL Project
Start
Finish
Total Floal
, 2023
Otr 4, 2023
Otr 1, 2024
Otr 2, 2024
Otr 3, 2024
Otr4, 2024
Otr 1, 2025
Ot 2, 2025
Duration
ug Sep
Oct Nov Dec
Jan Feb Mar
Apr May Jun
Jul 7AUg Sep
Oct Nov
I Dec
Jan
Feb
Mar
Apr
May
Jun
_W EPRF1010
Concrete Trail (700 If)
7
25-Oct 24
05-Nov-
1 50
0 Concrete Trail
(700If);
_0 EPRF1020
Concrete Aprons & Driveways (4 ea)
41
05-Nov-24
11-Nov-24
50
---i----
❑ ConcreteAprons & Driveways (4 ea)
---------------------
0 EPRF1030
As haltA rons & Drivewa 1 ea
p p Driveways )
1
18-Nov-24
19-Nov-24
53
I As hal rons & Driveways (1 ea)
p P
'
•
28-Nov-24, 22A23-A_B-1.32.7' Site Finishes
.
®
•
•
�► 14.-0ct 24„22A23-A, _B-1.3. 7.1 Lighting
O EPL1000
Conduit
41
26Sep-24
02-Oct24
71
11 Conduit
EPL1010
Street Lights (8 ea)
8
02-Oct 24
14-Oct 24
71
---,----
Sb'eetLights (8 ea)
------ --------- -- --
---- ------ -------------
..
.
.
•
26-Novr24, 22A23-A_Br1.32.7. 3 Landscaping I
EPLS1000
Topsoil Placement
4
11-Nov-24
15-Nov-24
50
■ Topsoil Placement'
o EPLS1010
Landscaping - Install Trees
5
15-Nov-24
22-Nov-24
50
;Landscaping - Install Trees
O EPLS1020
4"Hardwood Mulch Placement
2
15 Nov-24
19 Nov-24
53
0 4" Hardwood Mulch Placement
O EPLS1030
Seeding & Sodding
2
22-Nov-24
26-Nov-24
501
■ Seeding &
Sodding
•
•
-- -
_- � 28-Nov-24,22A23-AB-1.32.72 Finishes s
O EPF1000
1 Striping & Signage
2
19-Nov-24 121-Nov-24
53
1 Striping & Signage
EPF1010
E. PoplarSt -Final Inspection
2
26-Nov-24
28-Nov-24
50
1; E.PopiarSt- FinalInspection
. • . I I a
.WE
•
29-Nov-24,22A23-A_8-1.3.3 N. WoodlandAve.l
-.
-.
-------------------------------------------
�7 118Sep-24,22A23A B-1_-.3.1 General
--- — ---------------
a WG1000
Mobilization
31
11Sep-24 I
16Sep-24
1 83
■ Njobilizatign
WG1010
Erosion Control
1
16Sep 24
17Sep-24
83
1 erosion Control
i WG1020
Inst. Traffic Control Devices
1
17Sep-24
18Sep-24
83
I InstTraffic Control Devices
• •
•
.:
VV 16-0ct 24, 22A23-A_B-1.3.�.3 Earthwork
0 WEW1000
Gearing & Grubbing
1
09-Oct 24
10-Oct 24
68
1 Clearing &Grubbing
0 WEW1010
Excavation
2
10-Oct 24
14-Oct 24
68
■ Excavation
0 WEW1020
Embankment
2
14-Oct24
16-Oct24
68
0 Embankment
.
•
•
W 14-Oct-24, 22A23 A B-1.3.8.4 lJ6lity Relocations
QD WW1000
AdjustrReloWater Meter
21
10-Oct24 I
14-Oct24
741
0 Adjust/RelgWaterMeter
-...
.
•
PI 19-Nov-2,4,22A23A B-1,.3.3.5 RpadwayFnishesl
v WRF1000
Concrete Curb & Gutter(80 LF)
2
11-Nov-24
13-Nov-24
50
r
0 Concrete Curb & GU tter (801LF)
WRF1010
Concrete Sidewalks & Trail (90 LF)
2
13-Nov-24
15-Nov-24
50
1 Concrete Sidewalks & Trai(90 LF)
QD WRF1020
Concrete Driveway (1 ea)
2
15-Nov-24
19-Nov-24
51
■ Concrete'tkiveway (1 ea)';
r
•
•
�� 29-Noy-24, 22A23-A_0-1.3.3.6 Site Finishes
W 20-Nov-24, 22A23-A B-1.3.3.6.3 ;Lighting;
=
WL1000
RRFB's
3 15Nov24
20Nov24
50
❑ RRFB's--- ---------- ?---------------------
.
•
w 22-Nov-24, 22A23-A_B-1.3.3.62I Landscaping
.
O WLS1000
4" Topsoil Placement
11
20-Nov-24 121-Nov-24
1 50
1 4" Topsoil Placement
.
WLS1010
Seeding & Sodding
1
21-Nov-24
22-Nov-24
50
I Seeding, & Sodding
VV 4_---------- Finishes
.
0 WF1000
Stiping &Signage
1 2122
26-Nov-24
150
------ --- ---Nov-24,22A23
-------
0 Sfipingl & Signage
0 WF1010
N.WoodlandAve.- Finallnspection
2
26-Nov-24 I
29-Nov-24
50
0' N.WoodlandAve.-Final Inspection
® Remaining Level of Effort Actual Work 0 Critical Remaining Work
Actual Level of Effort 0 Remaining Work ♦ ♦ Milestone
Page 8 of 8
TASK filter: All Activities
© Oracle Corporation
Document Log Index
(Scope Documents)
CROSSLAND
Exhibit C — Project Bidding Documents List
Specification List
HEAVY CONTRACTORS
Division 100. General Provisions
Specification No.
Description
101
Definitions and Terms
102
ARDOT Standard Specifications by Reference (Current Edition)
103
Insurance and Bonding
104
Scope of Work
105
Control of Work
106
Control of Materials
107
Quality Control Requirements
108
Legal Relations and Responsibility to the Public
109
Prosecution and Progress
110
Measurement and Payment
111
Roadway Construction Control
112
rench and Excavation Safety Systems
Division 200. Earthwork
Specification No.
Description
201
Clearing, Grubbing and Demolition
202
Excavation and Embankment
203
Subgrade Preparation
204
Select Grading and Topsoil
205
Undercut and Stone Backfill
Division 300. Storm Drainage
Specification No.
Description
301
Storm Drainage Pipe
302
Drop Inlets and Junction Boxes
303
Concrete Box Culverts
304
Vacant
305
Open Channels
306
Filter Blanket and Riprap
307
Flowable Select Material
Division 400. Base and Paving
Specification No.
Description
01
Aggregate Base Course
02
Prime and Tack Coats
03
Asphalt Concrete Hot Mix
04
Asphalt Concrete Hot Mix Base Course
05
Asphalt Concrete Patching for Maintenance of Traffic
06
Asphalt Concrete Hot Mix Patching of Existing Roadway
Division 500. Miscellaneous Construction
Specification No.
Description
501
Concrete Curb and Gutter
502
Concrete Sidewalks
503
Driveway Construction of Reconstruction
504
Headwalls and Retaining Walls
Page 32 of 41
CROSSLAND
HEAVY CONTRACTORS
505
Seeding and Sodding
506
Mailboxes
507
Pavement Markings
508
Street Signs
509
Erosion Control
510
Traffic Control
511
Mobilization
512
Fences
513
Handicap Ramps
514
Project Signs
515
Handrail
516
Cold Milling Pavement
517
Tree Protection Fencing
518
Traffic Signal Modification and RRFB Crossing System
519
Trail Lighting and Street Lighting
520
Trees, Shrubs and Groundcover
Division 600. Materials
Specification No.
Description
601
Cast -in -Place Concrete
602
Reinforcing Steel
Project A Drawing List — Poplar/Woodland
Index of Sheets
Drawing No.
Description
1
Title Sheet
2
General Construction Notes
3
Site Plan
6
Alignment Data
7
Typical Sections
8-9
Demolition Plan W. Poplar Street
10
Demolition Plan W. and E. Poplar Street
11
Demolition Plan Crossing at Gregory Park
12-14
Plan and Profile W. Poplar Street
15
Plan N. Chestnut Ave. Sidewalk
16
Plan Scull Creek Trail Crossing and Bus Pads
17-18
Plan and Profile E. Poplar Street
19
Plan Crossing at Gregory Park
20-22
Storm Drainage W. Poplar Street
23-24
Storm Drainage E. Poplar Street
25-26
Striping and Signage Plan W. Poplar Street
27
Striping and Signage Plan E. Poplar Street
28-30
Striping and Signage Plan N. Woodland Avenue
31-34
Cross Sections W. Poplar Street
35-36
Cross Sections E. Poplar Street
37-38
Utility Relocation W. Poplar Street
Page 33 of 41
CROSSLAND
HEAVY CONTRACTORS
39
Utility Relocation E. Poplar Street & Crossing at Gregory Park
0-45
City of Fayetteville Standard Details
6-48
Standard Details
9
Planting and Landscape Details
50-51
Street Lighting
52-60
Stormwater Pollution Prevention — W. Poplar Street
61-63
Stormwater Pollution Prevention — E. Poplar Street
64-66
Stormwater Pollution Prevention — Crossing at Gregory Park
67
Stormwater Pollution Prevention Standard Details
68-72
raffic Control
Project B Drawing List - Deane/Sycamore
Index of Sheets
Drawing No.
Description
1
Title Sheet
2
General Construction Notes
3
Site Plan
5
Alignment Data
6-11
Typical Sections
12-15
Demolition Plan W. Deane Street
16
Demolition Plan Trail Through Tri Cycle Farms
17-18
Demolition Plan W. Sycamore Street
19-27
Plan and Profile W. Deane Street
28-29
Plan and Profile Trail through Tri Cycle Farms
30
Plan and Profile Evening Shade Dr.
31
Plan and Profile N. Dvorachek Ave.
32
Plan and Profile N Sang Ave.
33
Plan and Profile N. Lewis Ave.
34
Plan and Profile N. Grifford Ave.
35
Plan and Profile Lynn's Place
36
Plan and Profile N. Janice Ave.
37-41
Plan and Profile W. Sycamore Street
2
Plan and Profile W. Sycamore St. at Garland Ave.
3
Grading Plan at Sycamore Church Parking Lot
4
Plan and Profile N. Noelle Ave.
5
Plan and Profile Oakland Ave.
6
Plan and Profile N. Leverette Ave.
7-54
Storm Drainage W. Deane Street
55
Storm Drainage Trial Cycle Farms
56-59
Storm Drainage W. Sycamore Street
60-63
Striping and Signage Plan W. Deane Street
64-65
Striping and Signage Plan Lynn's Place
66-68
Striping and Signage Plan W. Sycamore Street
69-87
Cross Sections W. Deane Street
88-93
Cross Sections Trail through Tri Cycle Farms
Page 34 of 41
CROSSLAND
HEAVY CONTRACTORS
94-103
Cross Sections W. Sycamore Street
104-107
Utility Relocations W. Deane Street
108-110
Utility Relocations W. Deane Street — UofA Meter Vault and RPZ
111-113
Utility Relocations W. Sycamore Street
114-119
City of Fayetteville Standard Details
119.1-121
Storm Sewer Details
122
Standard Street Details
123
Planting and Landscape Details
124-429
Traffic Signal Plan
130-133
Street Lighting and ITS Plans
134-157
Stormwater Pollution Prevention Plan W. Deane Street
158-160
Stormwater Pollution Prevention Plan Tri Cycle Farms
161-172
Stormwater Pollution Prevention Plan W. Sycamore Street
173
Stormwater Pollution Prevention Plan Standard Details
174--178
raffic Control
Page 35 of 41
10
RFP - Contractor
Bid Documents
CROSSLAND
HEAVY CONTRACTORS
Request for Proposal
Contractor Bid Packages
Midtown Multimodal Corridor
City of Fayetteville, AR
Crossland Heavy Contractors (CHC) is requesting pricing for the below listed proposal, and the
following Request for Proposal (RFP) Instructions and associated RFP documents are in support of
that proposal. All questions should be directed to Cole Rink and Brandon Bentley via email at
crink(a)heavvcontractors.com and bbentley(a heavycontractors.com by July 5th. Please use the
below summary -level introduction for your consideration in preparing your response. Instructions will
be posted on CivCast. An optional Pre -Bid Meeting will be held via teams for parties interested. All
bidders are encouraged to review the worksite and attend the Pre -Bid Meeting on June 281h, at 10:00
AM. The pre -bid meeting invite details can be requested via email to Cole Rink or Brandon Bentley.
Project Description:
The Midtown Multimodal Corridor project will
enhanced crosswalks, turn lanes, new traffic
completed in up to three separate phases.
Project Representatives:
Owner:
City of Fayetteville
113 W. Mountain St.
Fayetteville, AR 72701
Owner Representative:
City of Fayetteville
Matt Casey
Engineering Design Manager
113 W. Mountain St.
Fayetteville, AR 72701
Pre- Construction Manager:
Crossland Heavy Contractors
Cole Rink
Pre -Construction Manager
501 S. East Avenue
Columbus, KS 66725
Engineerinq Consultant:
Olsson
Rick Herrick, PE
Vice President
302 E. Millsap Rd.
Fayetteville, AR 72703
include storm drainage, a paved trail, sidewalks,
signals, street lighting and landscaping that will be
CITY OF
.� FAYETTEVILLE
ARKANS
ARKANSAS
CROSSLAND
HEAVY CONTRACTORS
olsson 2)
This RFP, the commercial terms and conditions, specifications and attachments included in this
RFP are applicable to the work, and the bidder's proposal must be submitted in strict accordance
with the requirements of these documents. Preparation and submission of your proposal will be at
your sole cost.
Bids received after the official stated date and time set for the opening of bids, will not be accepted.
No bids may be submitted, changed, or withdrawn after the time of the opening of the bids.
Crossland Heavy Contractors & the owner reserve the right to reject any or all bids or to waive any
formalities or irregularities in any bid and to accept the bid or bids which seem most advantageous
to the Owner.
Page 1 of 41
CROSSLAND
HEAVY CONTRACTORS
Bidders must submit proposals via CivCast on or before July 131h at 2:00 pm. Proposals received
later than this date or submitted on forms other than those provided with these RFP documents will
be rejected. CHC anticipates a notice to proceed date by September 1st, 2023, Thank you for your
time and efforts in preparation of your proposal.
Page 2 of 41
CROSSLAND
HEAVY CONTRACTORS
Contents
Requestfor Proposal................................................................................................................................1
Noticeto Bidders.......................................................................................................................4
BidDocuments..............................................................................................................................................4
Proposal Consideration and Acceptance.........................................................................................................4
Proposal Evaluation Criteria..........................................................................................................................5
SalesTax.......................................................................................................................................................5
Performance and Payment Bonds..................................................................................................................5
SubcontractAward........................................................................................................................................5
BidSchedule.............................................................................................................................7
Exhibit A — Bid Proposal Form...................................................................................................8
Exhibit A.1 Detailed Price Bid Form(s):....................................................................................11
Bid Package 001 — Erosion Control...............................................................................................................11
Bid Package 002 — Storm & Earthwork.........................................................................................................12
BidPackage 003 — Waterline.......................................................................................................................15
Bid Package 004 — AGG. Base Course & Asphalt...........................................................................................17
Bid Package 005 — Concrete Flatwork/Curb & Gutter..................................................................................19
Bid Package 006 — Topsoil, Seed/Sod, Landscape..........................................................................................21
Bid Package 007 — Striping & Maintenance of Traffic....................................................................................23
Bid Package 008 — Traffic & Pedestrian Signals.............................................................................................26
BidPackage 009 — Street Lighting................................................................................................................27
BidPackage 010 — Fence & Gates.................................................................................................................29
Exhibit B — Bidders Acknowledgements..................................................................................31
Exhibit C — Project Bidding Documents List.............................................................................32
ExhibitD — Drawings...............................................................................................................36
Exhibit E — Technical Specifications........................................................................................37
Exhibit F — CHC Subcontract Terms and Conditions...............................................................38
Exhibit G — Geotechnical Report.............................................................................................39
Exhibit H — Geotechnical Report..............................................................................................40
Exhibit I — Anti -Collusion and Debarment Certification............................................................41
Page 3 of 41
CROSSLAND
HEAVY CONTRACTORS
Notice to Bidders
The bid shall be submitted electronically on virtual bidding platform Civcast. Documents must be
clearly labeled with the name of the bidder followed by a hyphen and each bid package number
that they are bidding, separated by commas.
The Bid Proposal Form (Exhibit A) and Detailed Price Breakdown (Exhibit A.1) shall be included in
the electronic submission as well as all other required documents completed in their entirety.
Bid Documents
1.
Exhibit A
- Bid Proposal Form
2.
Exhibit A.1
- Detailed Price Breakdown
3.
Exhibit B
- Bidder's Acknowledgements
4.
Exhibit C
- Project Bidding Documents List
5.
Exhibit D
- Drawings
6.
Exhibit E
- Technical Specifications
7.
Exhibit F
- CHC Subcontract Terms and Conditions
8.
Exhibit G
- Geotechnical Report
9.
Exhibit H
- Restriction of Boycott of Israel Certification
10.
Exhibit I
- Anti -Collusion and Debarment Certification
NOTE: It is the responsibility of the bidders to ensure they have reviewed all documents
pertaining to their work.
Proposal Consideration and Acceptance
To best serve their interests, Crossland Heavy Contractors and Owner reserves the right to reject
any or all proposals and award the project based on the best proposal to the Project Team. Being
initially prequalified as a bidder does not in any way obligate CHC and Owner to accept your
proposal or award subcontracts. No award will be made until the Project Team has concluded
necessary and appropriate investigations to establish the responsibility, qualifications, and financial
ability of the bidder to do the work as prescribed. Investigation may continue after proposals have
been submitted, and the Project Team reserves the right to reject the proposal that does not pass
investigations to the Project Teams' satisfaction. The Project Team reserves the right to waive
informalities in proposals submitted and to hold and consider as many proposals as so desired for a
period of sixty days after the proposals are opened. All bids shall remain valid for a duration of 90
Calendar Days.
Acceptance of Proposals (Award): It is the intent of the Owner and Project Team to award a
subcontract to the lowest qualified proposer for each Trade Package noted, provided the
proposal has been submitted in accordance with the requirements of the Bidding Documents
and does not exceed the funds available. The Owner shall have the right to waive informalities
and irregularities in a proposal received and to accept the proposal which, in the Owner's
judgment, is in the Owner's own best interests.
a. The Owner and Project Team reserves the right to hold a private Proposal Review
Committee Meeting to review all proposals, which may include requests by the Committee for
additional information, reference calls, oral discussions, or inquiries into the experience and
responsibility of the proposer. The Project Team will perform an official de -scope of the
proposing companies to ensure all companies included/excluded the same scope(s) of
work. The lowest proposer does not necessarily mean that the contract will be awarded to
that proposer. The City of Fayetteville reserves the right to award a subcontract to the
proposer for each Trade Package that presents the Best Value to the Owner based on the
Proposal Review Committee's Evaluation and de-scoping of each company.
Page 4 of 41
CROSSLAND
HEAVY CONTRACTORS
Proposal Evaluation Criteria
Following the receipt of Proposals, all proposals will be opened and evaluated by the Owner and
Construction Manager using the following criteria:
1. Past Experience in Related Work
2. Past Experience — Performance
3. Business Location
4. Staff Experience/Qualifications
5. Ability to Meet Schedule
6. Price
7. Other as determined by Owner and Construction Manager
Sales Tax
The Bidder shall include and pay all sales, consumer, use, and other similar taxes required to be paid in
accordance with the Laws and Requirements of the place of the Project which are applicable during the
performance of the Work. This project is NOT tax exempt.
Performance and Payment Bonds
Performance and Payment Bonds for the finalized contracts may be required. Do not include the bond
cost in the unit and extended price columns of Exhibit A.1 Detailed Price Bid form. Please provide the
bond amount separately as indicated on Exhibit A.1 Detailed Price Bid form. Please provide a guarantee
of surety from your bonding company stating that a bond can be acquired.
Subcontract Award
Crossland Heavy Contractors will issue a subcontract for the work as per contract documents. The
subcontract will be issued on the standard CHC Subcontract Agreement. A sample subcontract is attached
(Exhibit "F"). No modifications will be considered unless noted in your bid proposal. Replacement of the
CHC Subcontract Agreement in toto with Bidder's terms and conditions is not acceptable.
Page 5 of 41
CROSSLAND
HEAVY CONTRACTORS
General Proposal Information
Proposals shall be made in accordance with the following:
1. Prior to submitting a proposal, the bidder shall notify Cole Rink crink(a)heavvcontractors.com and
Brandon Bentley bbentlev(a�heavvcontractors.com via email of the bid items/packages they intend
to bid.
Before submitting a proposal, bidders should carefully examine the drawings, specifications,
instructions, and bid package and fully inform themselves of all existing conditions and limitations.
The bidder may compare the premises and site with all bid documents to understand the actual
conditions of the existing construction, conditions, elevations, etc., affecting their performance of
work. No considerations will subsequently be allowed due to error or oversight on the part of the
bidder. Neglecting the requirements will not be accepted as a reason for delay in work or for
adjustment of the contract sum. Failure on the part of the bidder to acquaint themselves with all
available information will not relieve them from responsibilities included with their scope of work.
3. Any addenda issued shall be covered and included in the proposal and in closing a contract; they
shall become a part thereof.
4. No oral proposals will be considered.
5. Bid proposals shall be made on the form provided. The signatures should be handwritten, and
the complete form shall be without alteration or erasure. Any alteration to the Bid Proposal Form
may be grounds for rejection of the bid.
6. Bid Proposals shall be submitted electronically on the virtual bidding platform CivcastUSA.
7. The Project Team may elect to interview contractors who submit bid proposals upon receipt of
bids.
8. If there is an error in your bid, you will be allowed the option of performing the work for your original
bid price or withdrawing your bid which may require a forfeiture of your bid bond.
9. Provide all information requested on the bid proposal form.
Page 6 of 41
CROSSLAND
HEAVY CONTRACTORS
Bid Schedule
RFP Issuance
June 191h 2023
Optional Virtual Pre -Bid Meeting
June 281h 2023 at 10:00 AM
Questions Due
July 51h 2023 by 4:00 PM
Proposals Due
July 13th 2023 at 2:00 PM
Anticipated Notice to Proceed
September 1st 2023
Bidders must submit proposals electronically per the RFP instructions on or before the "Proposals Due"
date indicated above. Proposals received later than this date or submitted on forms other than those
provided with these RFP documents will be rejected.
Page 7 of 41
CROSSLAND
HEAVY CONTRACTORS
Exhibit A - Bid Proposal Form
Bid Packages)
(List what bid package(s) you are bidding, number and name of)
Firm:
Address:
City/State:
Telephone:
Contact:_
Date:
Deliver to:
CivcastUSA
Please initial the following items:
ZIP:
Title:
1. Acknowledgement of Addenda: thru
2. Guarantee of Surety (attach proof of ability to provide 100% Payment and
Performance Bonds).
3. Arkansas Contractor's License Number: - Bidder confirms
that it maintains in current good standing all licenses necessary to complete the
work in the state in which the project resides.
4. Bid Validity — Bidder confirms the proposal is firm and not subject to escalation for a
period of 90 days from the Proposal Due Date.
5. Acknowledgement of Exhibit "B" Bidder Acknowledgements
6. Acknowledgement of Exhibit "C" Drawings
7. Acknowledgement of Exhibit "D" Technical Specifications
8. Acknowledgement of Exhibit "E" CHC Subcontract Terms and Conditions
9. Acknowledgement of Exhibit "F" Geotechnical Report
10. Acknowledgement of Exhibit "G" Restriction of Boycott of Israel Certification
11. Acknowledgement of Exhibit "H" Anti -Collusion and Debarment Certification
Having carefully examined the above referenced Bid Package(s) and all contract documents as
prepared by CHC and examined all conditions affecting the work, the undersigned proposes to
furnish all work as outlined by said documents for the Lump Sum Price Listed below:
Page 8 of 41
CROSSLAND
HEAVY CONTRACTORS
Lump Sum Package Pricing
Total Lump Sum Bid Package (All Packages if Bidding Multiple): $
The "Bid Price" (sometimes referred to as the extended price) for each unit price Bid item will be the product
of the "Estimated Quantity", which the Owner or its representative has set forth in the Bid Form, for the item
and the corresponding "Bid Unit Price" offered by the Bidder. The total of all unit price Bid items will be the
sum of these "Bid Prices"; such total will be used by owner for Bid comparison purposes. The final quantities
and Contract Price will be determined in accordance with Project Specifications. Discrepancies between
the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies
between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of
the correct sum.
For the determination of the apparent low Bidder when unit price bids are submitted, Bids will be compared
based on the total of the products of the estimated quantity of each item and unit price Bid for that item,
together with any lump sum items.
Package Price Deduct
Deduction amount if bidding multiple packages as if you are awarded all packages.
(Insert $0 if no deduct is provided):
Performance and Payment Bond
Insert cost for total Performance and Payment Bonds valued at 100% of the Lump Sum Price Above:
Attachments Required to be Submitted with your Bid
1. Exhibit A Bid Form must be submitted at time of bid
2. Exhibit A.1 Detailed Price Bid Form (Only Package(s) Being Bid)
3. Exhibit G Restriction of Boycott and Israel Certification
4. Exhibit H Anti -Collision and Debarment Certification
5. Acknowledgement of and Comments to Exhibit "F" — CHC Subcontract Terms and Conditions
6. Guarantee of Surety from Bonding Company
Owner reserves the right to reject any or all bids or to waive any formalities or irregularities
in any bid, and to accept the bid or bids which seem most advantageous to the Owner.
In the event a Contract is awarded to the successful Bidder, it shall be executed within 90 days. The Bidder
shall return with their executed Contract all necessary bonds (payment, performance, statutory, warranty)
and any insurance provisions or documentation as required by the bid documents.
If the successful Bidder fails or refuses to enter into a Contract as required by the Owner or fails to provide the
required bonds and insurance to CHC or the Owner, within the time provided, said Bidder shall forfeit to the
Owner and/or CHC the difference between the low bid of said defaulting bidder and the amount of the bid
of the bidder to whom the Contract is subsequently awarded and the cost, if any, of republication of notice
to bidders and all actual expenses incurred by reason of Bidder's default. The amount of said forfeiture shall
not exceed the total amount deposited as security and shall be forfeited to the Owner and/or CHC as
liquidated damages and not as a penalty. Negligence on the part of Bidder in preparing or submitting the
bid confers no right for the withdrawal of the bid after it has been opened and shall not constitute a defense
to or excuse from the requirements of this Provision.
Page 9 of 41
CROSSLAND
HEAVY CONTRACTORS
Signature
The undersigned bidder, by signature hereon, certifies as follows:
1. The form of contract will be the standard CHC subcontract available at the time of the contract award.
2. 1 have read and understand all the requirements of this bid package.
3. By executing this document, I am affirming that I am an authorized signatory for my Company, and I
have the capacity to enter into agreements, execute bid documents, execute RFPs and any
instruments, documents, and agreement.
Name:
Title:
Company: Date:
Signature:
Seal and/or Notary:
Page 10 of 41
CROSSLAND
HEAVY CONTRACTORS
Exhibit A.1 Detailed Price Bid Form(s):
Bid Package 001— Erosion Control
BID ITEM ID
WORK ITEM DESCRIPTION
PAY
CITY
PAY
UOM
UNIT PRICE
EXTENDED PRICE
DEANE/SYCAMORE
C1
EROSION & SEDIMENT CONTROL (COMPLETE)
1
LS
C2
4' x 4' SCOURSTOP TRANSITION MAT
2
EA
C3
(ALLOWANCE) SWPPP BMP MAINTENANCE
1
LS
$ 10,000.00
$ 10,000.00
POPLAR/WOODLAND
CC1
EROSION & SEDIMENT CONTROL (COMPLETE)
1
LS
BID PACKAGE TOTAL =
The "Bid Price" (sometimes referred to as the extended price) for each unit price Bid item will be the product of the "Estimated Quantity", which the
Owner or its representative has set forth in the Bid Form, for the item and the corresponding "Bid Unit Price" offered by the Bidder. The total of all unit
price Bid items will be the sum of these "Bid Prices"; such total will be used by owner for Bid comparison purposes. The final quantities and Contract Price
will be determined in accordance with Project Specifications. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of
the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum.
For the determination of the apparent low Bidder when unit price bids are submitted, Bids will be compared based on the total of the products of the
estimated quantity of each item and unit price Bid for that item, together with any lump sum items.
Performance and Payment Bond
Insert cost for Separate Performance and Payment Bonds valued at 100% of the Bid Package Total Above: ($
Page 11 of 41
CROSSLAND
HEAVY CONTRACTORS
Exhibit A.1 Detailed Price Bid Form(s):
Bid Package 002 — Storm & Earthwork
BID ITEM ID
WORK ITEM DESCRIPTION
PAY
CITY
PAY
UOM
UNIT PRICE
EXTENDED PRICE
DEANE/SYCAMORE
D1
MOBILIZATION
1
LS
D2
CLEARING, GRUBBING & DEMOLITION
1
LS
D3
UNDERCUT & BACKFILL
14,298
CY
D4
EXCAVATION
5,145
CY
D5
EMBANKMENT
9,297
CY
D6
SUBGRADE PREPARATION
13,070
SY
D7
4' x 4' JUNCTION BOX (STANDARD)
1
EA
D8
5' x 5' JUNCTION BOX (STANDARD)
3
EA
D9
5' x 5' JUNCTION BOX (STANDARD) >10' DEPTH
2
EA
D10
13' x 6' JUNCTION BOX (WITH WINGWALLS)
1
EA
D11
4' x 4' DROP INLET (STANDARD CURB)
21
EA
D12
5' x 5' DROP INLET (STANDARD CURB)
3
EA
D13
5' x 5' DROP INLET (STANDARD CURB) >10' DEPTH
2
EA
D14
6' X 4' DROP INLET (SPECIAL CURB)
3
EA
D15
6' x 5' DROP INLET (SPECIAL CURB) >10' DEPTH
2
EA
D16
4' x 4' DROP INLET (AREA)
3
EA
D17
5' x 5' DROP INLET (AREA)
3
EA
D18
6' x 6' COMBINATION DROP INLET (SPECIAL)
2
EA
D19
12" x 12" YARD DRAIN
13
EA
Page 12 of 41
CROSSLAND
HEAVY CONTRACTORS
D20
23" x 14" CONCRETE FES
1
EA
D21
4' DIA PRECAST MANHOLE RISER
2
EA
D22
18" CLASS III RCP
608
LF
D23
18" CLASS III RCP (UNDER PAVEMENT)
1,069
LF
D24
24" CLASS III RCP
165
LF
D25
24" CLASS III RCP (UNDER PAVEMENT)
979
LF
D26
30" CLASS III RCP
890
LF
D27
30" CLASS III RCP (UNDER PAVEMENT)
610
LF
D28
36" CLASS III RCP
0
LF
D29
36" CLASS III RCP (UNDER PAVEMENT)
496
LS
D30
23" x 14" CLASS III RCP
146
LF
D31
10' x 3' PRECAST RCBC
1
LS
D32
8" PVC SIDE DRAIN
87
LF
D33
TRENCH & EXCAVATION SAFETY SYSTEMS
1
LS
D34
ROCK EXCAVATION
375
CY
POPLAR/WOODLAND
DD1
MOBILIZATION
1
LS
DD2
CLEARING, GRUBBING & DEMOLITION
1
LS
DD3
EXCAVATION
664
CY
DD4
EMBANKMENT
272
CY
DD5
4' x 4' JUNCTION BOX (STANDARD)
1
EA
DD6
4' x 4' DROP INLET (STANDARD CURB)
3
EA
DD7
4' X 6' DROP INLET (STANDARD CURB)
1
EA
DD8
12" x 12" YARD DRAIN
0
EA
Page 13 of 41
CROSSLAND
HEAVY CONTRACTORS
DD9
18" CONCRETE FES
1
EA
DD10
18" CLASS III RCP
246
LF
DD11
18" CLASS III RCP (UNDER PAVEMENT)
53
LF
DD12
8" PVC SIDE DRAIN
0
LF
DD13
4" CPP (CORRUGATED HIGH DENSITY POLYETHYLENE
PIPE)
24
LF
DD14
TRENCH & EXCAVATION SAFETY SYSTEMS
1
LS
DD 15
ROCK EXCAVATION
50
CY
BID PACKAGE TOTAL =
The "Bid Price" (sometimes referred to as the extended price) for each unit price Bid item will be the product of the "Estimated Quantity", which the
Owner or its representative has set forth in the Bid Form, for the item and the corresponding "Bid Unit Price" offered by the Bidder. The total of all unit
price Bid items will be the sum of these 'Bid Prices"; such total will be used by owner for Bid comparison purposes. The final quantities and Contract Price
will be determined in accordance with Project Specifications. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of
the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum.
For the determination of the apparent low Bidder when unit price bids are submitted, Bids will be compared based on the total of the products of the
estimated quantity of each item and unit price Bid for that item, together with any lump sum items.
Performance and Payment Bond
Insert cost for Separate Performance and Payment Bonds valued at 100% of the Bid Package Total Above: ($ )
Page 14 of 41
CROSSLAND
HEAVY CONTRACTORS
Exhibit A.1 Detailed Price Bid Form(s):
Bid Package 003 —Waterline
BID ITEM
ID
WORK ITEM DESCRIPTION
PAY
CITY
PAY
UOM
UNIT PRICE
EXTENDED PRICE
DEANE/SYCAMORE
E1
MOBILIZATION
1
LS
E2
4" PVC PIPE
40
LF
E3
6" PVC PIPE
70
LF
E4
8" PVC PIPE
65
LF
E5
16" STEEL ENCASEMENT
16
LF
E6
COMPACT DUCTILE IRON FITTINGS (LB)
570
LB
E7
8" x 4" TAPPING SLEEVE & VALVE
1
EA
E8
8" x 8" TAPPING SLEEVE & VALVE
2
EA
E9
6" x 6" TAPPING SLEEVE & VALVE
1
EA
E10
FIRE HYDRANT ASSEMBLY
6
EA
E11
PREFABRICATED ENCLOSURE FOR RPZ BACKFLOW
PREVENTION DEVICE & SYSTEM INSTALLATION
1
EA
E12
EXISTING RPZ BACKFLOW PREVENTION DEVICE &
ENCLOSURE DEMOLITION
1
EA
E13
4" WATER METER VAULT WITH 3" WATER METER SETTING
1
EA
E14
DEMOLITION OF EXISTING 4" WATER METER VAULT
1
EA
E15
ADJUST WATER METER BOX TO GRADE
21
EA
E16
ADJUST WATER VALVE BOX TO GRADE
9
EA
E17
ADJUST SANITARY SEWER MANHOLE TO GRADE
7
EA
Page 15 of 41
CROSSLAND
HEAVY CONTRACTORS
E18
RELOCATE EXISTING WATER METER
5
EA
E19
8" CUT & CAP
2
EA
E20
6" CUT & CAP
1
EA
E21
ABANDON VALVE
1
EA
E22
TRENCH & EXCAVATION SAFETY SYSTEMS
1
LS
E23
ROCK EXCAVATION
50
CY
POPLAR/WOODLAND
EE1
MOBILIZATION
1
LS
EE2
NEW FIRE HYDRANT ASSEMBLY
1
EA
EE3
ADJUST WATER METER BOX TO GRADE
5
EA
EE4
ADJUST WATER VALVE BOX TO GRADE
8
EA
EE5
ADJUST SANITARY SEWER MANHOLE TO GRADE
1
EA
EE6
RELOCATE EXISTING WATER METER
3
EA
EE7
TRENCH & EXCAVATION SAFETY SYSTEMS
1
LS
BID PACKAGE TOTAL d
The "Bid Price" (sometimes referred to as the extended price) for each unit price Bid item will be the product of the "Estimated Quantity", which the
Owner or its representative has set forth in the Bid Form, for the item and the corresponding "Bid Unit Price" offered by the Bidder. The total of all unit
price Bid items will be the sum of these 'Bid Prices"; such total will be used by owner for Bid comparison purposes. The final quantities and Contract Price
will be determined in accordance with Project Specifications. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of
the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum.
For the determination of the apparent low Bidder when unit price bids are submitted, Bids will be compared based on the total of the products of the
estimated quantity of each item and unit price Bid for that item, together with any lump sum items.
Performance and Payment Bond
Insert cost for Separate Performance and Payment Bonds valued at 100% of the Bid Package Total Above: ($
Page 16 of 41
CROSSLAND
HEAVY CONTRACTORS
Exhibit A.1 Detailed Price Bid Form(s):
Bid Package 004 — AGG. Base Course & Asphalt
BID
ITEM ID
WORK ITEM DESCRIPTION
PAY
CITY
PAY
UOM
UNIT PRICE
EXTENDED PRICE
DEANE/SYCAMORE
F1
9" AGGREGATE BASE COURSE
13,070
SY
F2
2" ACHM SURFACE COURSE (WIDENING)
7,500
SY
F3
5" ACHM BINDER COURSE (WIDENING)
7,500
SY
F4
2" ACHM SURFACE COURSE (FINAL SURFACE)
20,152
SY
F5
COLD MILLING PAVEMENT (VAR. THICKNESS 0"-4")
305
CY
F6
VARIABLE THICKNESS LEVELING COURSE (W-10")
615
TN
F7
ASPHALT DRIVEWAY
1,208
SY
F8
AGGREGATE BASE COURSE DRIVEWAY
337
SY
POPLAR/WOODLAND
FF1
6" AGGREGATE BASE COURSE
615
SY
FF2
ASPHALT CONCRETE PATCHING FOR MAINT. OF TRAFFIC)
21
SY
FF3
ASPHALT DRIVEWAY
219
SY
BID PACKAGE TOTAL =
The "Bid Price" (sometimes referred to as the extended price) for each unit price Bid item will be the product of the "Estimated Quantity", which the
Owner or its representative has set forth in the Bid Form, for the item and the corresponding "Bid Unit Price" offered by the Bidder. The total of all unit
price Bid items will be the sum of these "Bid Prices"; such total will be used by owner for Bid comparison purposes. The final quantities and Contract Price
will be determined in accordance with Project Specifications. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of
the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum.
For the determination of the apparent low Bidder when unit price bids are submitted, Bids will be compared based on the total of the products of the
estimated quantity of each item and unit price Bid for that item, together with any lump sum items.
Page 17 of 41
Performance and Payment Bond
CROSSLAND
HEAVY CONTRACTORS
Insert cost for Separate Performance and Payment Bonds valued at 100% of the Bid Package Total Above: ($
Page 18 of 41
CROSSLAND
HEAVY CONTRACTORS
Exhibit A.1 Detailed Price Bid Form(s):
Bid Package 005 — Concrete Flatwork / Curb & Gutter
BID ITEM
ID
WORK ITEM DESCRIPTION
PAY
CITY
PAY
UOM
UNIT PRICE
EXTENDED PRICE
DEANE/SYCAMORE
G1
5" PCC BASE COURSE FOR WIDENING
2,165
SY
G2
CONCRETE DRIVEWAY
948
SY
G3
CONCRETE DRIVEWAY APRON (COMMERCIAL)
1,283
SY
G4
CONCRETE DRIVEWAY APRON (RESIDENTIAL)
1,079
SY
G5
4" CONCRETE BUS PAD
119
SY
G6
CONCRETE ISLANDS (4" COLORED)
112
SY
G7
4" THICK CONCRETE SIDEWALK
5,088
SY
G8
4" THICK CONCRETE TRAIL
7,882
SY
G9
CONCRETE CURB & GUTTER (TYPE -A)
10,735
LF
G10
HANDICAP ACCESS RAMP
37
EA
G11
DETECTABLE WARNING PANEL
1,534
SF
G12
4' DROP INLET EXTENSION
14
EA
G13
8' DROP INLET EXTENSION
11
EA
G14
JUNCTION BOX TOP MODIFICATION
6
EA
G15
DROP INLET THROAT MODIFICATION
8
EA
G16
CONCRETE VALLEY GUTTER
198
LF
POPLAR/WOODLAND
GG1
CONCRETE DRIVEWAY
248
SY
GG2
CONCRETE DRIVEWAY APRON (COMMERCIAL)
767
SY
Page 19 of 41
CROSSLAND
HEAVY CONTRACTORS
GG3
CONCRETE DRIVEWAY APRON (RESIDENTIAL)
269
SY
GG4
4" THICK CONCRETE SIDEWALK
353
SY
GG5
4" THICK CONCRETE TRAIL (10' WIDE)
1,775
SY
GG6
CONCRETE CURB & GUTTER (TYPE -A)
2,205
LF
GG7
HANDICAP ACCESS RAMP
8
EA
GG8
DETECTABLE WARNING PANEL
620
SF
GG9
4" CONCRETE BUS PAD
56
SY
GG10
4' DROP INLET EXTENSION
3
EA
GG11
8' DROP INLET EXTENSION
1
EA
GG12
JUNCTION BOX TOP MODIFICATION
12
EA
GG13
DROP INLET THROAT MODIFICATION
8
EA
GG14
CONCRETE RETAINING WALL
10
LF
BID PACKAGE TOTAL =
The "Bid Price" (sometimes referred to as the extended price) for each unit price Bid item will be the product of the "Estimated Quantity", which the
Owner or its representative has set forth in the Bid Form, for the item and the corresponding "Bid Unit Price" offered by the Bidder. The total of all unit
price Bid items will be the sum of these "Bid Prices"; such total will be used by owner for Bid comparison purposes. The final quantities and Contract Price
will be determined in accordance with Project Specifications. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of
the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum.
For the determination of the apparent low Bidder when unit price bids are submitted, Bids will be compared based on the total of the products of the
estimated quantity of each item and unit price Bid for that item, together with any lump sum items.
Performance and Payment Bond
Insert cost for Separate Performance and Payment Bonds valued at 100% of the Bid Package Total Above: ($ )
Page 20 of 41
CROSSLAND
HEAVY CONTRACTORS
Exhibit A.1 Detailed Price Bid Form(s):
Bid Package 006 —Topsoil, Seed/Sod, Landscape
BID ITEM
ID
WORK ITEM DESCRIPTION
PAY
CITY
PAY
UOM
UNIT PRICE
EXTENDED PRICE
DEAN/SYCAMORE
H1
4-INCH TOPSOIL REPLACEMENT
20,896
SY
H2
SEEDING & MULCHING
2.11
AC
H3
SOLID SODDING (BERMUDA)
10,684
SY
H4
TREE (SMALL SPECIES)
110
EA
H5
TREE (MEDIUM SPECIES)
28
EA
H6
RELOCATE TREE (FRUIT)
4
EA
H7
(ALLOWANCE) SMALL BLOCK RETAINING WALL
1
LS
$25,000.00
$25,000.00
POPLAR/WOODLAND
HH1
4-INCH TOPSOIL REPLACEMENT
2,188
SY
HH2
SEEDING & MULCHING
0.23
AC
HH3
SOLID SODDING
1,075
SY
HH4
TREE (SMALL SPECIES)
3
EA
HH5
TREE (MEDIUM SPECIES)
6
EA
HH6
(ALLOWANCE) SMALL BLOCK RETAINING WALL
1
LS
$5,000.00
$5,000.00
BID PACKAGE TOTAL =
The "Bid Price" (sometimes referred to as the extended price) for each unit price Bid item will be the product of the "Estimated Quantity', which the
Owner or its representative has set forth in the Bid Form, for the item and the corresponding "Bid Unit Price" offered by the Bidder. The total of all unit
price Bid items will be the sum of these "Bid Prices"; such total will be used by owner for Bid comparison purposes. The final quantities and Contract Price
Page 21 of 41
CROSSLAND
HEAVY CONTRACTORS
will be determined in accordance with Project Specifications. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of
the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum.
For the determination of the apparent low Bidder when unit price bids are submitted, Bids will be compared based on the total of the products of the
estimated quantity of each item and unit price Bid for that item, together with any lump sum items.
Performance and Payment Bond
Add for Separate Performance and Payment Bonds valued at 100% of the Bid Package Total Above: ($
Page 22 of 41
CROSSLAND
HEAVY CONTRACTORS
Exhibit A.1 Detailed Price Bid Form(s):
Bid Package 007 — Striping & Maintenance of Traffic
BID ITEM
ID
WORK ITEM DESCRIPTION
PAY
CITY
PAY
UOM
UNIT PRICE
EXTENDED PRICE
DEAN/SYCAMORE
11
TEMPORARY TRAFFIC CONTROL
1
LS
12
4" THERMOPLASTIC PAVEMENT MARKING (WHITE)
1,040
LF
13
4" THERMOPLASTIC PAVEMENT MARKING (YELLOW)
16,913
LF
14
12" PREFORMED THERMOPLASTIC PAVEMENT MARKING (WHITE)
784
LF
15
12" PREFORMED THERMOPLASTIC PAVEMENT MARKING (YELLOW)
93
LF
16
24" PREFORMED THERMOPLASTIC PAVEMENT MARKING (WHITE)
584
LF
17
PREFORMED THERMOPLASTIC PAVEMENT MARKING (WHITE)
(HELMETED BICYCLIST SYMBOL)
6
EA
17.1
PREFORMED THERMOPLASTIC PAVEMENT MARKING (WHITE)
(PEDESTRIAN SYMBOL)
4
EA
18
PREFORMED THERMOPLASTIC PAVEMENT MARKING (WHITE) (SHARED
LANE MARKING)
36
EA
18.1
PREFORMED THERMOPLASTIC PAVEMENT MARKING (GREEN AND
WHITE) (SHARED LANE MARKING)
2
EA
19
PREFORMED THERMOPLASTIC DECORATIVE TRAIL CROSSING
6
EA
110
PREFORMED THERMOPLASTIC PAVEMENT MARKING (WHITE) (LEFT
ARROW)
50
EA
111
PREFORMED THERMOPLASTIC PAVEMENT MARKING (WHITE)
STRAIGHT ARROW)
3
EA
112
PREFORMED THERMOPLASTIC PAVEMENT MARKING (WHITE) (LANE
REDUCTION ARROW -RIGHT)
2
EA
113
PREFORMED THERMOPLASTIC PAVEMENT MARKING (WHITE/BLUE)
(ACCESSIBLE PARKING STALL SYSTEM)
6
EA
114
PAVEMENT MARKING REMOVAL
867
SF
Page 23 of 41
CROSSLAND
HEAVY CONTRACTORS
115
NEW ROADWAY SIGN ON NEW POST
33
EA
116
NEW ROADWAY SIGN ON SHARED POST/POLE
39
EA
117
SALVAGED ROADWAY SIGN ON NEW POST
19
EA
118
SALVAGED ROADWAY SIGN ON SHARED POST/POLE
24
EA
119
FURNISH & INSTALL NEW MAILBOX
33
EA
120
PROJECT SIGN
1
EA
POPLAR/WOODLAND
111
TEMPORARY TRAFFIC CONTROL
1
LS
112
4" THERMOPLASTIC PAVEMENT MARKING (YELLOW)
5,239
LF
113
12" PREFORMED THERMOPLASTIC PAVEMENT MARKING (WHITE)
472
LF
114
24" PREFORMED THERMOPLASTIC PAVEMENT MARKING (WHITE)
331
LF
115
PREFORMED THERMOPLASTIC PAVEMENT MARKING (WHITE)
(HELMETED BICYCLIST SYMBOL)
10
EA
115.1
PREFORMED THERMOPLASTIC PAVEMENT MARKING (WHITE)
(PEDESTRIAN SYMBOL)
2
EA
116
PREFORMED THERMOPLASTIC PAVEMENT MARKING (WHITE) (SHARED
LANE MARKING)
14
EA
117
PREFORMED THERMOPLASTIC DECORATIVE TRAIL CROSSING
3
EA
118
PREFORMED THERMOPLASTIC PAVEMENT MARKING (WHITE) (YIELD
LINE TRIANGLE)
36
EA
119
PAVEMENT MARKING REMOVAL
867
SF
1110
NEW ROADWAY SIGN ON NEW POST
38
EA
1111
NEW ROADWAY SIGN ON SHARED POST/POLE
31
EA
1112
SALVAGED ROADWAY SIGN ON NEW POST
7
EA
1113
SALVAGED ROADWAY SIGN ON SHARED POST/POLE
9
EA
Page 24 of 41
CROSSLAND
HEAVY CONTRACTORS
1114
FURNISH & INSTALL NEW MAILBOX
8
EA
1115
PROJECT SIGN
1
EA
BID PACKAGE TOTAL =
The "Bid Price" (sometimes referred to as the extended price) for each unit price Bid item will be the product of the "Estimated Quantity', which the
Owner or its representative has set forth in the Bid Form, for the item and the corresponding "Bid Unit Price" offered by the Bidder. The total of all unit
price Bid items will be the sum of these 'Bid Prices"; such total will be used by owner for Bid comparison purposes. The final quantities and Contract Price
will be determined in accordance with Project Specifications. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of
the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum.
For the determination of the apparent low Bidder when unit price bids are submitted, Bids will be compared based on the total of the products of the
estimated quantity of each item and unit price Bid for that item, together with any lump sum items.
Performance and Payment Bond
Insert cost for Separate Performance and Payment Bonds valued at 100% of the Bid Package Total Above: ($
Page 25 of 41
CROSSLAND
HEAVY CONTRACTORS
Exhibit A.1 Detailed Price Bid Form(s):
Bid Package 008—Traffic & Pedestrian Signals
BID ITEM
ID
WORK ITEM DESCRIPTION
PAY
CITY
PAY
UOM
UNIT PRICE
EXTENDED PRICE
DEAN/SYCAMORE
J1
PUSH BUTTON RRFB CROSSING SYSTEM
3
EA
J2
PASSIVE BOLLARD RRFB CROSSING SYSTEM
1
EA
J3
PASSIVE BOLLARD DETECTION UPGRADE
1
EA
J4
TRAFFIC SIGNAL MODIFICATION (SYCAMORE/GARLAND)
1
EA
J5
TRAFFIC SIGNAL MODIFICATION (SYCAMORE/GARLAND)
1
EA
POPLAR/WOODLAND
JJ1
PUSH BUTTON RRFB CROSSING SYSTEM
1
EA
JJ2
PASSIVE BOLLARD RRFB CROSSING SYSTEM
1
EA
BID PACKAGE TOTAL =
The "Bid Price" (sometimes referred to as the extended price) for each unit price Bid item will be the product of the "Estimated Quantity', which the
Owner or its representative has set forth in the Bid Form, for the item and the corresponding "Bid Unit Price" offered by the Bidder. The total of all unit
price Bid items will be the sum of these 'Bid Prices"; such total will be used by owner for Bid comparison purposes. The final quantities and Contract Price
will be determined in accordance with Project Specifications. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of
the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum.
For the determination of the apparent low Bidder when unit price bids are submitted, Bids will be compared based on the total of the products of the
estimated quantity of each item and unit price Bid for that item, together with any lump sum items.
Performance and Payment Bond
Insert cost for Separate Performance and Payment Bonds valued at 100% of the Bid Package Total Above: ($ )
Page 26 of 41
CROSSLAND
HEAVY CONTRACTORS
Exhibit A.1 Detailed Price Bid Form(s):
Bid Package 009 — Street Lighting
BID ITEM
ID
WORK ITEM DESCRIPTION
PAY
CITY
PAY
UOM
UNIT PRICE
EXTENDED PRICE
DEAN/SYCAMORE
K1
STREET LIGHTING - CONDUIT/WIRING
6,507
LF
K2
STREET LIGHTING - 1C No. 10 POLE & BRACKET CABLE
1,393
LF
K3
12' POLE WITH LUMINAIRE
87
EA
K4
20' POLE WITH LUMINAIRE
7
EA
K5
STREET LIGHT FOUNDATION
88
EA
K6
STREET LIGHT SPECIAL SHALLOW CONCRETE FOUNDATION
6
EA
K7
12" x 12" PULL BOX
94
EA
K8
PULLBOX
9
EA
K9
CABINETS
3
EA
K10
ITS - CONDUIT (2")
5,343
LF
K11
ITS - PULLBOX
5
EA
POPLAR/WOODLAND
KK1
STREET LIGHTING - CONDUIT/WIRING
2,150
LF
KK2
STREET LIGHTING -1C No. 10 POLE & BRACKET CABBLE
465
LF
KK3
12' POLE WITH LUMINAIRE
26
EA
KK4
20' POLE WITH LUMINAIRE
3
EA
KK5
STREET LIGHT FOUNDATION
25
EA
KK6
STREET LIGHT SPECIAL SHALLOW CONCRETE FOUNDATION
4
EA
Page 27 of 41
CROSSLAND
HEAVY CONTRACTORS
KK7
12" x 12" PULLBOX
29
EA
KK8
PULLBOX
2
EA
KK9
CABINETS
2
EA
BID PACKAGE TOTAL =
The "Bid Price" (sometimes referred to as the extended price) for each unit price Bid item will be the product of the "Estimated Quantity", which the
Owner or its representative has set forth in the Bid Form, for the item and the corresponding "Bid Unit Price" offered by the Bidder. The total of all unit
price Bid items will be the sum of these "Bid Prices"; such total will be used by owner for Bid comparison purposes. The final quantities and Contract Price
will be determined in accordance with Project Specifications. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of
the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum.
For the determination of the apparent low Bidder when unit price bids are submitted, Bids will be compared based on the total of the products of the
estimated quantity of each item and unit price Bid for that item, together with any lump sum items.
Performance and Payment Bond
Insert cost for Separate Performance and Payment Bonds valued at 100% of the Bid Package Total Above: ($
ADD ALTERNATE ITEMS (DO NOT INCLUDE IN BID PACKAGE TOTAL OR FIGURE INTO PERFORMANCE & PAYMENT BOND TOTAL
BID ITEM
ID
WORK ITEM DESCRIPTION
PAY
CITY
PAY
UOM
UNIT PRICE
EXTENDED PRICE
DEAN/SYCAMORE - ALTERNATES
ADD ALT 1
(ALTERNATE) ITS— CONDUIT (3.5") (OPTION 1— FUTURE PATH JUMBO)
5,343
LF
ADD ALT 2
(ALTERNATE) ITS— CONDUIT (3.5") (OPTION 2 —FUTURE PATH HYBRID)
5,343
LF
Page 28 of 41
CROSSLAND
HEAVY CONTRACTORS
Exhibit A.1 Detailed Price Bid Form(s):
Bid Package 010 — Fence & Gates
BID ITEM
ID
WORK ITEM DESCRIPTION
PAY
CITY
PAY
UOM
UNIT PRICE
EXTENDED PRICE
DEAN/SYCAMORE
L1
6' WOOD PRIVACY FENCE
903
LF
L2
GATE FOR 6' WOOD PRIVACY FENCE
28
LF
L3
WELDED WIRE ON T-POSTS
0
LF
L4
WELDED WIRE ON 4" x 4" TREATED POSTS
458
LF
L5
GATE FOR WELDED WIRE ON 4" x 4" TREATED POST
4
LF
L6
CHAIN LINK FENCE
323
LF
L7
GATE FOR CHAIN LINK FENCE
12
LF
L8
CHAIN LINK FENCE (WITH SLATS)
210
LF
L9
WROUGHT IRON FENCE
100
LF
L10
TEMPORARY BARBED WIRE FENCE
2,902
LF
L11
(ALLOWANCE) UNIVERSITY OF ARKANSAS FENCE
1
LS
$200,000.00
$200,000.00
POPLAR/WOODLAND
LL1
6' WOOD PRIVACY FENCE
44
LF
BID PACKAGE TOTAL =
The "Bid Price" (sometimes referred to as the extended price) for each unit price Bid item will be the product of the "Estimated Quantity", which the
Owner or its representative has set forth in the Bid Form, for the item and the corresponding "Bid Unit Price" offered by the Bidder. The total of all unit
price Bid items will be the sum of these "Bid Prices"; such total will be used by owner for Bid comparison purposes. The final quantities and Contract Price
will be determined in accordance with Project Specifications. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of
the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum.
Page 29 of 41
CROSSLAND
HEAVY CONTRACTORS
For the determination of the apparent low Bidder when unit price bids are submitted, Bids will be compared based on the total of the products of the
estimated quantity of each item and unit price Bid for that item, together with any lump sum items.
Performance and Payment Bond
Insert cost for Separate Performance and Payment Bonds valued at 100% of the Bid Package Total Above: ($
Page 30 of 41
CROSSLAND
HEAVY CONTRACTORS
Exhibit A.1 Detailed Price Bid Form(s):
Exhibit B — Bidders Acknowledgements
1. Bidder has familiarized themselves with the site and is satisfied as to the general, local, and site conditions that
may affect cost, progress, and performance of the Work.
2. Bidder is familiar with and is satisfied as to all federal, state, and local laws and regulations that may affect cost,
progress, and the furnishing of goods and special services.
3. Bidder has carefully studied all (1) reports of explorations and tests of subsurface conditions at or contiguous to
the site and all drawings of physical conditions in or relating to existing surface or subsurface structure at or
contiguous to the site and (2) reports and drawings of hazardous environmental conditions that have been
identified.
4. Bidder has obtained and carefully studied all additional supplementary examination, investigations, explorations,
tests, studies, and data concerning conditions including surface, subsurface, and underground facilities at or
contiguous to the site which may affect cost, progress, or performance of the Work or which relate to any aspect
of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder,
including applying the specific means, methods, techniques, sequences, and procedures of construction
expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs
incident thereto or accepts the consequences for not doing so.
5. Bidder does not consider that any further examinations, investigations, explorations, tests, studies, or data are
necessary for the determination of this Bid for performance of the Work at the prices bid and within the times and
in accordance with the other terms and conditions of the Bidding Documents.
6. Bidder is aware of the general nature of work to be performed by Owner, Construction Manager, and others at
the site that relates to Work as indicated in the Bidding Documents.
7. Bidder has correlated the information known to the Bidder, information and observation obtained from visits to
the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations,
explorations, tests, studies, and data with the Bidding Documents.
8. Bidder has given Construction Manager written notice of all conflicts, errors, ambiguities, or discrepancies that
Bidder has discovered in the Bidding Documents, and the written resolution thereof by Construction Manager is
acceptable to Bidder.
9. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions
for the performance of the Work for which this Bid is submitted.
10. Bidder further represents that this Bid is genuine and not made in the interest of or on behalf of any undisclosed
individual or entity and is not submitted in conformity with any agreement or rules of any group, association,
organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a
false or sham Bid; Bidder has not solicited or induced any individual or entity to refrain from bidding; and Bidder
has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner, or Construction
Manager.
11. Bidder acknowledges that the estimated quantities are not guaranteed, and final paymentfor all Unit Price Bid
Items will be based on actual quantities provided, measured as provided in the contract documents.
12. Each bid must be per the plans and specifications and complete for the bid package as described. Bids for partial
bid packages will not be considered unless stated otherwise.
13. All bids shall be valid for a duration of 90 Calendar Days.
Page 31 of 41
CROSSLAND
Exhibit C — Project Bidding Documents List
Specification List
HEAVY CONTRACTORS
Division 100. General Provisions
Specification No.
Description
101
Definitions and Terms
102
ARDOT Standard Specifications by Reference (Current Edition)
103
Insurance and Bonding
104
Scope of Work
105
Control of Work
106
Control of Materials
107
Quality Control Requirements
108
Legal Relations and Responsibility to the Public
109
Prosecution and Progress
110
Measurement and Payment
111
Roadway Construction Control
112
rench and Excavation Safety Systems
Division 200. Earthwork
Specification No.
Description
201
Clearing, Grubbing and Demolition
202
Excavation and Embankment
203
Subgrade Preparation
204
Select Grading and Topsoil
205
Undercut and Stone Backfill
Division 300. Storm Drainage
Specification No.
Description
301
Storm Drainage Pipe
302
Drop Inlets and Junction Boxes
303
Concrete Box Culverts
304
Vacant
305
Open Channels
306
Filter Blanket and Riprap
307
Flowable Select Material
Division 400. Base and Paving
Specification No.
Description
01
Aggregate Base Course
02
Prime and Tack Coats
03
Asphalt Concrete Hot Mix
04
Asphalt Concrete Hot Mix Base Course
05
Asphalt Concrete Patching for Maintenance of Traffic
06
Asphalt Concrete Hot Mix Patching of Existing Roadway
Division 500. Miscellaneous Construction
Specification No.
Description
501
Concrete Curb and Gutter
502
Concrete Sidewalks
503
Driveway Construction of Reconstruction
504
Headwalls and Retaining Walls
Page 32 of 41
CROSSLAND
HEAVY CONTRACTORS
505
Seeding and Sodding
506
Mailboxes
507
Pavement Markings
508
Street Signs
509
Erosion Control
510
Traffic Control
511
Mobilization
512
Fences
513
Handicap Ramps
514
Project Signs
515
Handrail
516
Cold Milling Pavement
517
Tree Protection Fencing
518
Traffic Signal Modification and RRFB Crossing System
519
Trail Lighting and Street Lighting
520
Trees, Shrubs and Groundcover
Division 600. Materials
Specification No.
Description
601
Cast -in -Place Concrete
602
Reinforcing Steel
Project A Drawing List — Poplar/Woodland
Index of Sheets
Drawing No.
Description
1
Title Sheet
2
General Construction Notes
3
Site Plan
6
Alignment Data
7
Typical Sections
8-9
Demolition Plan W. Poplar Street
10
Demolition Plan W. and E. Poplar Street
11
Demolition Plan Crossing at Gregory Park
12-14
Plan and Profile W. Poplar Street
15
Plan N. Chestnut Ave. Sidewalk
16
Plan Scull Creek Trail Crossing and Bus Pads
17-18
Plan and Profile E. Poplar Street
19
Plan Crossing at Gregory Park
20-22
Storm Drainage W. Poplar Street
23-24
Storm Drainage E. Poplar Street
25-26
Striping and Signage Plan W. Poplar Street
27
Striping and Signage Plan E. Poplar Street
28-30
Striping and Signage Plan N. Woodland Avenue
31-34
Cross Sections W. Poplar Street
35-36
Cross Sections E. Poplar Street
37-38
Utility Relocation W. Poplar Street
Page 33 of 41
CROSSLAND
HEAVY CONTRACTORS
39
Utility Relocation E. Poplar Street & Crossing at Gregory Park
0-45
City of Fayetteville Standard Details
6-48
Standard Details
9
Planting and Landscape Details
50-51
Street Lighting
52-60
Stormwater Pollution Prevention — W. Poplar Street
61-63
Stormwater Pollution Prevention — E. Poplar Street
64-66
Stormwater Pollution Prevention — Crossing at Gregory Park
67
Stormwater Pollution Prevention Standard Details
68-72
raffic Control
Project B Drawing List - Deane/Sycamore
Index of Sheets
Drawing No.
Description
1
Title Sheet
2
General Construction Notes
3
Site Plan
5
Alignment Data
6-11
Typical Sections
12-15
Demolition Plan W. Deane Street
16
Demolition Plan Trail Through Tri Cycle Farms
17-18
Demolition Plan W. Sycamore Street
19-27
Plan and Profile W. Deane Street
28-29
Plan and Profile Trail through Tri Cycle Farms
30
Plan and Profile Evening Shade Dr.
31
Plan and Profile N. Dvorachek Ave.
32
Plan and Profile N Sang Ave.
33
Plan and Profile N. Lewis Ave.
34
Plan and Profile N. Grifford Ave.
35
Plan and Profile Lynn's Place
36
Plan and Profile N. Janice Ave.
37-41
Plan and Profile W. Sycamore Street
2
Plan and Profile W. Sycamore St. at Garland Ave.
3
Grading Plan at Sycamore Church Parking Lot
4
Plan and Profile N. Noelle Ave.
5
Plan and Profile Oakland Ave.
6
Plan and Profile N. Leverette Ave.
7-54
Storm Drainage W. Deane Street
55
Storm Drainage Trial Cycle Farms
56-59
Storm Drainage W. Sycamore Street
60-63
Striping and Signage Plan W. Deane Street
64-65
Striping and Signage Plan Lynn's Place
66-68
Striping and Signage Plan W. Sycamore Street
69-87
Cross Sections W. Deane Street
88-93
Cross Sections Trail through Tri Cycle Farms
Page 34 of 41
CROSSLAND
HEAVY CONTRACTORS
94-103
Cross Sections W. Sycamore Street
104-107
Utility Relocations W. Deane Street
108-110
Utility Relocations W. Deane Street — UofA Meter Vault and RPZ
111-113
Utility Relocations W. Sycamore Street
114-119
City of Fayetteville Standard Details
119.1-121
Storm Sewer Details
122
Standard Street Details
123
Planting and Landscape Details
124-429
Traffic Signal Plan
130-133
Street Lighting and ITS Plans
134-157
Stormwater Pollution Prevention Plan W. Deane Street
158-160
Stormwater Pollution Prevention Plan Tri Cycle Farms
161-172
Stormwater Pollution Prevention Plan W. Sycamore Street
173
Stormwater Pollution Prevention Plan Standard Details
174--178
raffic Control
Page 35 of 41
CROSSLAND
HEAVY CONTRACTORS
Exhibit D — Drawings
(See Exhibit)
Page 36 of 41
CROSSLAND
HEAVY CONTRACTORS
Exhibit E — Technical Specifications
(See Exhibit)
Page 37 of 41
CROSSLAND
HEAVY CONTRACTORS
Exhibit F — CHC Subcontract Terms and Conditions
(See Exhibit)
Page 38 of 41
CROSSLAND
HEAVY CONTRACTORS
Exhibit G - Geotechnical Report
See Exhibit)
Page 39 of 41
CROSSLAND
HEAVY CONTRACTORS
Exhibit H — Geotechnical Report
(See Exhibit)
Page 40 of 41
CROSSLAND
HEAVY CONTRACTORS
Exhibit I — Anti -Collusion and Debarment Certification
(See Exhibit)
Page 41 of 41
Addendums
CROSSLAND
HEAVY CONTRACTORS
ADDENDUM NO. 1
Midtown Multimodal Corridor
City of Fayetteville, AR
Dated: July 101h, 2023
This Addendum shall be a part of the Plans and Contract Documents and Specifications to the same
extent as though it were originally included therein, and it shall supersede anything contained in the
Plans and Contract Documents and Specifications with which it might conflict.
A. GENERAL CLARIFICATIONS
1. Bid Schedule LIDdate
RFP Issuance
June 19th, 2023
Optional Virtual Pre -Bid Meeting
June 28th, 2023 @ 10:00 AM
Questions Due
July 12th, 2023 @ 2:00 PM
Proposals Due
July 20th, 2023 @ 2:00 PM
Anticipated Notice to Proceed
September 15Y, 2023
July 10, 2023—Crossland Heavy Contractors
CROSSLAND
HEAVY CONTRACTORS
ADDENDUM NO. 2
Midtown Multimodal Corridor
City of Fayetteville, AR
Dated: July 121h, 2023
This Addendum shall be a part of the Plans and Contract Documents and Specifications to the same
extent as though it were originally included therein, and it shall supersede anything contained in the
Plans and Contract Documents and Specifications with which it might conflict.
A. GENERAL CLARIFICATIONS
1. Bid Schedule Update
RFP Issuance
June 19th, 2023
Optional Virtual Pre -Bid Meeting
June 28th, 2023 @ 10:00 AM
Questions Due
July 12th, 2023 @ 2:00 PM
Proposals Due
July 20th, 2023 @ 2:00 PM
Anticipated Notice to Proceed
September 15Y, 2023
B. SPECIFICATIONS / BID PACKAGES —
1. Bid Package 004-R1— Agg. Base Course & Asphalt (Revised Bid Form)
C. DRAWINGS —
1. Drawing No. A2-1 (Photo Bollard Detail Sheet)
July 12, 2023—Crossland Heavy Contractors
CROSSLAND
HEAVY CONTRACTORS
ESTIONS AND ANSWERS
Q1— (Bid Package 4) Item F3 of the bid tab says 5" Binder, should this be 3" Binder & 2" Surface?
A1— Item F3 shall consist of 5 Inches of Binder — consisting of a 3-inch base course binder and a
2-inch surface course binder. A 2-inch final surface course will be installed across the entire
pavement in separate pay item. The Bid form for Bid Package 4 has been revised and is included
as an attachment to Addendum #2.
Q2 — (Bid Package 4) 1 could not find a certain asphalt mix called out. Is there a certain mix
required, or just an ArDOT approved Mix.
A2 — ArDOT Superpave Mix is required. The 3-inch base course binder shall conform to Table
406-1 in the ARDOT specifications. The 2-inch surface course binder AND the final 2-inch surface
course shall conform to Table 407-1 of the ARDOT Specifications.
Q3 — (Bid Package 8) Bid Items J4 & J5 have the same descriptions. Should one of these
descriptions be revised to read "Sycamore/Leverett"?
A3 — Yes, Item J5 should read TRAFFIC SIGNAL MODIFICATION (SYCAMORE/LEVERETT).
Q4 — (Bid Package 8) 1 am not finding a detail for the passive bollards on either plan set. Could
one be provided?
A4 — The provided detail is the preferred type. Please also note the bollard notes listed on the
bottom left of Pg 122 of the Dean -Sycamore Plans and Pg 46 of the Poplar -Woodland Plans. Detail
of Bollard is included as an attachment to Addendum #2 (Drawing A2-1)
- (Bid Package 8) Does the City of Fayetteville have a preferred manufacturer and model of
the passive bollards? Section 518 in the specs does not mention any details.
A5 — See Question/Answer #4 immediately above.
JL- (Bid Package 8) The signal modification at Sycamore & Leverett includes (4) RZ-4 video
detection cameras and (1) Vantage Edge 2 processor card. We have been informed by our vendor
that the Edge Cards have been discontinued. Will the Next System (cameras & processor) be
acceptable?
A6—The Next System is acceptable.
July 12, 2023_Crossland Heavy Contractors
CROSSLAND
HEAVY CONTRACTORS
"` (Bid Package 9) Does the City of Fayetteville have a preferred model and manufacturer of
trail lighting assemblies? I do not see any info in the specs or plans.
A7 —Yes, the information is provided below:
Post top fixture/pole Assembly
VISIONAIRE - N2F-L-HTLINL-(SELECT OPTICS)-48LC-5-3K-UNV-PT-BK-BLACKFINI-FBC
D/MIs] ►/e11:10111100kIIedy Ike t-3:2iPlUTA142ME"%]0]:ay:1
VISIONAIRE - DCB-4-5RF-BK
20' fixture/pole Assembly
VISIONAIRE - RLX-1-T3-20L-(SELECT CCT)-UNV-MAF-(SELECT FINISH)-PCR-(SELECT
VOLTAGE)-20KV
VISIONAIRE - RTSP-20-11G-10.50BC-136-SAM (SINGLE ARM 2FT MOUNT) -BLACK -GAL
Q8 — (Bid Package 9) The plans provide details for the direct bury fiberglass poles, standard
lighting foundations, and special shallow foundations. The specs call for screw -in anchors for both
the 12' and 20' poles. Please advise on which foundations should be utilized.
A8 — Screw -in anchors are not allowed. Use the details shown on the plans
Q9 — (General) Can the bid date be delayed?
A9 — Bid date was changed via Addendum #1
Q10 — (Bid Package 7) ARDOT, City of Springdale & City of Rogers have all adopted 6" edge &
centerline markings. They pay the same amount for the 4" as they do for the 6" due to the truck
work that must be done for reconfiguration of striping equipment. Will 6" edge & centerline
markings be acceptable for the following bid items:
■ 12 — 4" Thermoplastic Pavement Marking (White) — Change to 6"
■ 13 — 4" Thermoplastic Pavement Marking (Yellow) —Change to 6"
■ 112 —4" Thermoplastic Pavement Marking (Yellow) —Change to 6"
A10 — NO, 4-inch stripping as indicated shall be installed.
July 12, 2023_Crossland Heavy Contractors
CROSSLAND
HEAVY CONTRACTORS
Q11— (Bid Package 7) Is it acceptable to remove the word "Preformed" from the items below?
The cost to used "Preformed" vs standard Thermoplastic on these items is significantly higher.
Request is to eliminate the word "Preformed" on the following:
■ 14— 12" Preformed Thermoplastic Pavement Marking (White)
■ 15 — 12" Preformed Thermoplastic Pavement Marking (Yellow)
■ 16 — 24" Preformed Thermoplastic Pavement Marking (White)
■ 110 — Preformed Thermoplastic Pavement Marking (White) (Left Turn)
■ 111— Preformed Thermoplastic Pavement Marking (White) (Straight Arrow)
■ 112 — Preformed Thermoplastic Pavement Marking (White) (Lane Red. Arrow Right)
■ 113 —12" Preformed Thermoplastic Pavement Marking (White)
■ 114 — 24" Preformed Thermoplastic Pavement Marking (White)
■ 118 — Preformed Thermoplastic Pavement Marking (White) (Yield Line Triangle)
A11— Standard Thermoplastic is acceptable.
Q12 — (Bid Package 9) Bid Items K8, K11 & KK8 do not reference a particular size of pull box.
Please advise on the desired size/type.
Al2 — For bidding purposes assume the pull boxes will be the same as the 12"x12" pull boxes
shown and specified for the trail lighting.
Q13 — (Bid Package 4) — Can a detail be provided for "Asphalt Driveway" — Plans do not give a standard
section for the asphalt driveways showing depth/thickness of asphalt &/or aggregate base below. All
details appear to be for Concrete Driveways.
A13 — Driveway sections are shown on Sheet 122 of 178 of the Deane/Sycamore plans and Sheet 46 of 72
of the Poplar/Woodland plans.
Q14 — (Bid Package 4) — Items F2 appears to be doubled up if Item F4 is to account for all final surface.
Please Advise.
A14 — Bid form for Package 4 will be revised — see attachment Bid Package 004-R1
Q15 — (Bid Package 9) — Items K2 & KK2 appear to be used for the conductors from the base of the poles
to the luminaires. However, the quantity of both items is greatly insufficient for this use. To provide 240V
power to the luminaires, we will need (2) hot wires and (1) neutral. Please advise if this quantity will be
revised.
A15 —
July 12, 2023_Crossland Heavy Contractors
Attachment 1
Bid Package 004-R1 Agg. Base Course &Asphalt
(Revised Bid Form)
CROSSLAND
HEAVY CONTRACTORS
Exhibit A.1 Detailed Price Bid Form(s):
Bid Package 004 — Agg. Base Course & Asphalt
BID
ITEM ID
WORK ITEM DESCRIPTION
PAY
CITY
PAY
UOM
UNIT PRICE
EXTENDED PRICE
DEANE/SYCAMORE
F1
9" AGGREGATE BASE COURSE
13,070
SY
F2
2 Arunn SURFACE COURSE (WIDENINGI
N/A
N/A
F3
5" ACHM BINDER COURSE (WIDENING)
7,500
SY
F4
2" ACHM SURFACE COURSE (FINAL SURFACE)
20,152
SY
F5
COLD MILLING PAVEMENT (VAR. THICKNESS 0"-4")
305
CY
F6
VARIABLE THICKNESS LEVELING COURSE (0'-10")
615
TN
F7
ASPHALT DRIVEWAY
1,208
SY
F8
AGGREGATE BASE COURSE DRIVEWAY
337
SY
POPLAR/WOODLAND
FF1
6" AGGREGATE BASE COURSE
615
SY
FF2
ASPHALT CONCRETE PATCHING FOR MAINT. OF TRAFFIC)
21
SY
FF3
ASPHALT DRIVEWAY
219
SY
BID PACKAGE TOTAL =
The "Bid Price" (sometimes referred to as the extended price) for each unit price Bid item will be the product of the "Estimated Quantity", which the
Owner or its representative has set forth in the Bid Form, for the item and the corresponding "Bid Unit Price" offered by the Bidder. The total of all unit
price Bid items will be the sum of these "Bid Prices"; such total will be used by owner for Bid comparison purposes. The final quantities and Contract Price
will be determined in accordance with Project Specifications. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of
the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum.
For the determination of the apparent low Bidder when unit price bids are submitted, Bids will be compared based on the total of the products of the
estimated quantity of each item and unit price Bid for that item, together with any lump sum items.
Page 17 of 41
Performance and Payment Bond
CROSSLAND
HEAVY CONTRACTORS
Insert cost for Separate Performance and Payment Bonds valued at 100% of the Bid Package Total Above: ($
Page 18 of 41
Attachment 2
Bid Package 008 -Drawing A2-1
(Photo Bollard Detail Sheet)
SURVEYED BY:
DRAWN BY:
LIVA
DESIGNED BY:
MC
MLE NAME:
Lane Details.dwg
Photo Bollards1
Cn
PHOTO
BOLLARDS
' i a ' SPECIFICATIONS — DIMENSIONS J J Sensors Figure4: Square bollard, typical dimensions Q
Certification C
Setup Two bollards using modulated infrared light 3-s/a h. , W
_ configuration Infraredtnrough beam 92n n] 1 1 1 0
OVERVIEW CONFIGURATIONOPTIONS lxtransmitterbollard(T) [2W
1 x receiver bollard (R) (13oin.
n03mm]
o3L
Detection Maximum ject speed 9.1 s 2.8m s
LaneLightn"Photo Bollardsarean important component of traffic control systems Uni-dirertionalnrhi-d-re ionaltravel _
Figure2:Squarebollard ODerabogTemperature-40°Fm+t6s°Fr-ao°ctD+74°C1 Sh,
and provide effective detection of pedestrians. The bollards can be configured for Power sin I 10-30VDC L- [203mm]- - Q
uni-directional or bi-directional travel detection. Optional LED illumination is Lid owes u 1 transmitter J
available. Base Ualpin SPST, Form A or isJ
Solid state relay. 6OV/400mA 0
/ Sensor Plate Ran a Up 50 h. [15.25m1 [1073 m. M
APPLICATIONS .// mng Fourcon u orca a or power con a ,an rg [1o73mm] W
control (o tionaq Q ■ Crosswalks Bollards 00
S Dimensions See Figure 4 and Figures
■ Mid-blockCrOSSIn
g Weight Square bollards 30 lbs. g 5-3/81n. _ O
■ SChoo120nes Sensorand Round bollards 20 lbs.9k [137mm]
■ Transit stations Optional Material Aluminum a
■ Roundabouts Illumination Finish White powder coat, custom colors available '
Window Lens UV stable polycarbonate, abrasion resistance 1-3/s
■ Airports frosted (standard) orclear (extended terectionrange) 37min
■ Hospitals LED Illumination Module (Optional) 9/1—
■ Shopping centers Face Plate LED Colour Cool whte'500 K D _ _ _ D [14mm] vtEw D o REVISED
■ College and university campuses ugntoutDDt DiffuwdiIi2Lux/ftat12(r ----
■ Bike and pedestrian trail crossings Power Supply 10-30VDC ____
■ Areas where pushbutton use is low Mounting _ owesagl� 0.6 — le adjustable Figure 5: Round bollard, typical dimensions
Flange 6-3/4 in.
INSTALLATION EXAMPLES LaneLight limited 5year limited warranty for defects inmanufacturing,factory [17omm] stprE of
warranty assembly and materials only, excludes batteries and damage 2 in. IAR AS
aused by vehicles or vandalism _ [somm]
Figure 3: Round bollard � �— 63/a n. E
Figure 1: Typical Installation mid block crosswalk [170mm] S
Lid —
`J CONTACT INFORMATION wmoownDrJ No. too' ,J
IINFRARED
9�hfW
4-Sensor Plate SENSORS
T P�
To order, or for more information, contact ITEM/LaneLight:
Optional Unit 16-755VanalmanAvenue BID SET
Illumination Victoria, BC VBZ 3B8 Canada 39-314 in.
h — Windows [looamm]
1 Toll-Free:1-866-466.4836
Fax: 250-381-MO 12 z
Sensor Window 0 [3DSmm]
info@lanelight.mm J Q
'120° 10-1/2 in.
www.lanelight.com [2e7mm] J
Base USA Southeast Office - Atlanta, GA W
Mounting In
Phone:770-880.2025 [2smm] Q — W
Fax:770-979-9363 — N Q
Flange Email: salesusa@lanelight.wm 1-1r2 In. LL Z ,
Cover [36mm] 0 r1 z s01
H a Z Z a
ULLQ �0
Mounting
Flange w M
Lij DS0002RevO-PhotoBollards.docx Page 2 of 2 O 2018 IntelligentEquipment 1 LtIL , Z
V
LiJ
Intelligent1 1 1 836
SPECIFICATIONS SUBJECT TO CHANGE WITHOUT NOTICE. "LaneLight" and the LaneLight logo are trademarks of Intelligent Traffic Equipment Marketing Ltd. Addendum #2
O 2018 Intelligent Traffic Equipment Marketing Ltd. All Rights Reserved
Document: DS0002Rev0-PhotoBollards.doa
A2-1
PROJECT:
CROSSLAND
HEAVY CONTRACTORS
ADDENDUM NO. 3
Midtown Multimodal Corridor
City of Fayetteville, AR
Dated: July 181h, 2023
This Addendum shall be a part of the Plans and Contract Documents and Specifications to the same
extent as though it were originally included therein, and it shall supersede anything contained in the
Plans and Contract Documents and Specifications with which it might conflict.
A. GENERAL CLARIFICATIONS
1. Bid Schedule LIDdate
RFP Issuance
June 19th, 2023
Optional Virtual Pre -Bid Meeting
June 28th, 2023 @ 10:00 AM
Questions Due (per addendum #1)
July 12th, 2023 @ 2:00 PM
Proposals Due (per addendum #1)
July 20th, 2023 @ 2:00 PM
Anticipated Notice to Proceed
September 15Y, 2023
B. SPECIFICATIONS / BID PACKAGES —
1. Visionaire RLX-1 Array Specs
2. Visionaire New Orleans II HT Specs
3. Pull Box — Old Castle Type 2 Junction Box Detail
4. ITS Pull Box — Old Castle Type 1 Service Box Detail
5. 12x12 Old Castle Type 1 Junction Box Detail
C. DRAWINGS —
1. N/A
July 18, 2023—Crossland Heavy Contractors
CROSSLAND
HEAVY CONTRACTORS
ESTIONS AND ANSWERS
Q1— (Bid Package 4) Item F3 of the bid tab says 5" Binder, should this be 3" Binder & 2" Surface?
A1— Item F3 shall consist of 5 Inches of Binder — consisting of a 3-inch base course binder and a
2-inch surface course binder. A 2-inch final surface course will be installed across the entire
pavement in separate pay item. The Bid form for Bid Package 4 has been revised and is included
as an attachment to Addendum #2.
Q2 — (Bid Package 4) 1 could not find a certain asphalt mix called out. Is there a certain mix
required, or just an ArDOT approved Mix.
A2 — ArDOT Superpave Mix is required. The 3-inch base course binder shall conform to Table
406-1 in the ARDOT specifications. The 2-inch surface course binder AND the final 2-inch surface
course shall conform to Table 407-1 of the ARDOT Specifications.
Q3 — (Bid Package 8) Bid Items J4 & J5 have the same descriptions. Should one of these
descriptions be revised to read "Sycamore/Leverett"?
A3 — Yes, Item J5 should read TRAFFIC SIGNAL MODIFICATION (SYCAMORE/LEVERETT).
Q4 — (Bid Package 8) 1 am not finding a detail for the passive bollards on either plan set. Could
one be provided?
A4 — The provided detail is the preferred type. Please also note the bollard notes listed on the
bottom left of Pg 122 of the Dean -Sycamore Plans and Pg 46 of the Poplar -Woodland Plans. Detail
of Bollard is included as an attachment to Addendum #2 (Drawing A2-1)
Q5 — (Bid Package 8) Does the City of Fayetteville have a preferred manufacturer and model of
the passive bollards? Section 518 in the specs does not mention any details.
A5 — See Question/Answer #4 immediately above.
Q6 — (Bid Package 8) The signal modification at Sycamore & Leverett includes (4) RZ-4 video
detection cameras and (1) Vantage Edge 2 processor card. We have been informed by our vendor
that the Edge Cards have been discontinued. Will the Next System (cameras & processor) be
acceptable?
A6 — The Next System is acceptable.
July 18, 2023_Crossland Heavy Contractors
CROSSLAND
HEAVY CONTRACTORS
Q7 — (Bid Package 9) Does the City of Fayetteville have a preferred model and manufacturer of
trail lighting assemblies? I do not see any info in the specs or plans.
A7 — Yes, the information is provided below:
Post top fixture/pole Assembly
VISIONAIRE - N2F-L-HTLINL-(SELECT OPTICS)-48LC-5-3K-UNV-PT-BK-BLACKFINI-FBC
1y/1�to] ►/_\Iall =: 011ITAT-1 iF:1:�i�►�_1:�:�:�x�C:�:a:3:/
VISIONAIRE - DCB-4-5RF-BK
20' fixture/pole Assembl
VISIONAIRE - RLX-1-T3-20L-(SELECT CCT)-UNV-MAF-(SELECT FINISH)-PCR-(SELECT
VOLTAGE)-20KV
VISIONAIRE - RTSP-20-11G-10.50BC-136-SAM (SINGLE ARM 2FT MOUNT) -BLACK -GAL
Q&1— The lighting model #'s that were provided in addendum #2 are incomplete.
A7.1— From the supplier: The part #'s are complete except for the areas noted in the parentheses
that say "select" but this will not affect pricing requests. The spec sheets for the fixtures are
attached
• Post top fixture/pole Assembly
o VISIONAIRE - N2F-L-HTLINL-(SELECT OPTICS)-48LC-5-3K-UNV-PT-BK-
BLACKFINI-FBC
o VISIONAIRE - RNTFA-5R-188-12-AKB-343-T3R-BK
o VISIONAIRE - DCB-4-5RF-BK
• 20' fixture/pole Assembly
o VISIONAIRE - RLX-1-T3-20L-(SELECT CCT)-UNV-MAF-(SELECT FINISH)-PCR-
(SELECT VOLTAGE)-20KV
o VISIONAIRE - RTSP-20-11G-10.50BC-136-SAM(SINGLE ARM 2FT MOUNT) -
BLACK -GAL
Q8 — (Bid Package 9) The plans provide details for the direct bury fiberglass poles, standard
lighting foundations, and special shallow foundations. The specs call for screw -in anchors for both
the 12' and 20' poles. Please advise on which foundations should be utilized.
A8 — Screw -in anchors are not allowed. Use the details shown on the plans
July 18, 2023_Crossland Heavy Contractors
CROSSLAND
HEAVY CONTRACTORS
Q8.1 — Item A8 is still showing for direct bury poles when the city standard has been concrete
base with anchor bolts for the post top assemblies.
A8.1 — The note on the "Lighting Cross Section Detail" on Sheet 130 of the Dean/Sycamore and
on sheet 50 of the Poplar/Woodland plans that refer to "Direct Bury Poles" should be removed.
Direct bury poles are not allowed. Screw -In anchors are not allowed. All poles shall be set in
concrete footings as detailed on the plans.
Q9 — (General) Can the bid date be delayed?
A9 — Bid date was changed via Addendum #1
Q10 — (Bid Package 7) ARDOT, City of Springdale & City of Rogers have all adopted 6" edge &
centerline markings. They pay the same amount for the 4" as they do for the 6" due to the truck
work that must be done for reconfiguration of striping equipment. Will 6" edge & centerline
markings be acceptable for the following bid items:
■ 12 — 4" Thermoplastic Pavement Marking (White) —Change to 6"
■ 13 — 4" Thermoplastic Pavement Marking (Yellow) —Change to 6"
■ 112 — 4" Thermoplastic Pavement Marking (Yellow) —Change to 6"
A10 — NO, 4-inch stripping as indicated shall be installed.
Q11 — (Bid Package 7) Is it acceptable to remove the word "Preformed" from the items below?
The cost to used "Preformed" vs standard Thermoplastic on these items is significantly higher.
Request is to eliminate the word "Preformed" on the following:
■ 14 — 12" Preformed Thermoplastic Pavement Marking (White)
■ 15 — 12" Preformed Thermoplastic Pavement Marking (Yellow)
■ 16 — 24" Preformed Thermoplastic Pavement Marking (White)
■ 110 — Preformed Thermoplastic Pavement Marking (White) (Left Turn)
■ 111— Preformed Thermoplastic Pavement Marking (White) (Straight Arrow)
■ 112 — Preformed Thermoplastic Pavement Marking (White) (Lane Red. Arrow Right)
■ 113 — 12" Preformed Thermoplastic Pavement Marking (White)
■ 114 — 24" Preformed Thermoplastic Pavement Marking (White)
■ 118 — Preformed Thermoplastic Pavement Marking (White) (Yield Line Triangle)
A11— Standard Thermoplastic is acceptable.
July 18, 2023_Crossland Heavy Contractors
CROSSLAND
HEAVY CONTRACTORS
Q12 — (Bid Package 9) Bid Items K8, K11 & KK8 do not reference a particular size of pull box.
Please advise on the desired size/type.
A11— See Below:
• Item K8 and KK8 Pull Box shall be 11"x18" Type 2 Junction Box equivalent to "Oldcastle
1118" (cut sheet attached)
• Item K11 ITS Pull Box shall be 24"06" Type 1 Service Box equivalent to "Oldcastle 2436"
(cut sheet attached)
• Item K7 and KK7 12"x12" Pull Box shall be 12"x12" Type 1 Junction Box equivalent to
"Oldcastle 1212" (cut sheet attached)
Q13 — (Bid Package 4) — Can a detail be provided for "Asphalt Driveway" — Plans do not give a standard
section for the asphalt driveways showing depth/thickness of asphalt &/or aggregate base below. All
details appear to be for Concrete Driveways.
A13 — Driveway sections are shown on Sheet 122 of 178 of the Deane/Sycamore plans and Sheet 46 of 72
of the Poplar/Woodland plans.
Q14 — (Bid Package 4) — Items F2 appears to be doubled up if Item F4 is to account for all final surface.
Please Advise.
A14 — Bid form for Package 4 will be revised — see attachment Bid Package 004-R1
Q15 — (Bid Package 9) — Items K2 & KK2 appear to be used for the conductors from the base of the poles
to the luminaires. However, the quantity of both items is greatly insufficient for this use. To provide 240V
power to the luminaires, we will need (2) hot wires and (1) neutral. Please advise if this quantity will be
revised.
A15 — Revised Response
• Bid Item K2 Street Lighting — 1C No.10 Pole & Bracket Cable quantity shall be revised
from 1393 to 4179 LF (see revised bid form attached for Package K)
• Bid Item KK2 Street Lighting —1C No.10 Pole & Bracket Cable quantity shall be revised
from 4180 LF to 1395 LF. (see revised bid form attached for Package K)
• The same quantity revisions shall be made to the quantity tables on sheet 130 of the
Dean/Sycamore Plans and on sheet 50 of the Poplar/Woodland Plans.
July 18, 2023_Crossland Heavy Contractors
RLX-1 ARRAY LED Specifications
Project Name:
Catalog Number:
Type:
The RLX-1 Array series improves on the classic "Cobrahead" luminaire design by
introducing the next generation of LED green technology with energy savings of up to fifty
percent over traditional light sources, and LED lamp life well beyond 10 years of operations.
The RLX-1 Array housing and door are die cast aluminum with integral heat sink, making
the entire housing part of the thermal management solution for long life of the LEDs and
driver(s).
The fixture is easily and securely mounted with four bolt mounting to 11/4" to 2 3/8"
diameter mast arms and supplied with a terminal block for easy power connection and a
universal bubble level for ease of leveling.
A 10 kV surge protector is supplied as standard. Maintenance, when required, is tool -less;
with stainless steel pinch latches; accessing a removable power tray door holding the LED
driver. LEDs and driver compartment are both IP65 rated.
Choose from 48 to 80 LED Arrays with multiple drive currents of 350, 530, 700, 1000,
1200 or 1400mA; 3000, 4000 or 5000 Kelvin, and ten (10) optical distribution patterns
for complete design flexibility for street and roadway lighting.
Consider the RLX-1 Array series, the new standard for roadway and street lighting,
bringing LED technology with long life and low maintenance to your world.
Ordering Information
MODEL OPTICS LUMENS KELVIN VOLTAGE MOUNTING FINISH OPTIONS OPTIONS
RLX-1 T1
15L
3K
UNV
MAF BZ
PCR-120
ROT-R
Type 1
3000K
120-277V
Mast Arm Fitter Bronze
Photocell &
Rotated Optics
20L
Receptacle
Right Side
Type 2
4K
8
BBK
PCR-208
ROT-L
25 L
4000K
347V
Photocell &
Rotated O tics
Receptacle
Left Sill
T3
SBK
Type 3
30L
Smooth Black
PCR-240
CLS
5K
4 0V
Photocell &
Back Side Cutoff
T3L
35L
5000K
WH
Receptacle
Louver Shield
Type 3 Long
White
PCR-277
UM AP
T4
40L
SWH
Photocell &
Receptacle
Universaall Mast
Type 4
Smooth White
Arm Fitter
45L
PCR-347
T4L
GP
Photocell &
20kV
Type 4 Long
Graphite
Receptacle
20 kV Surge
Protection
PCR-480
T4A
GY
Photocell &
DIM
Type 4
Grey
Receptacle
0-10v Dimming
Automotive
Driver
SL
PER
T5SR
Silver Metallic
3 Pin Photo
Receptacle
VWC
Visionaire
Type 5
w/shorting cap
Wireless Controls
Short Round
CC
Consult Factory
Custom Color
5PINPER
T5LR
5 Pin Photo
UWL
T e 5
yp
Receptacle
w/shorting cap
Utility Wattage
Label
Long Round
Requires,
Dimming Driver
T5LS
FAW
7PINPER
Field Adjustable
Long Square
7 Pin Photo
Wattage
Receptacle
w/shorting cap
Requires
Dimming Driver
'Vf VISIONAIRE LIGHTING
Features & Specifications
1;1 W _ : :
Housing
The RLX-1 Array housing is constructed from durable, corrosion resistant,
die cast aluminum. The integral heat sink is cast as part of the fixture
housing. The electrical compartment is separated from the LED array/heat
sink structure, and sealed allowing for IP 66 rating of the complete fixture. A
molded silicone grommet seals the incoming power leads. Supplied with a
bubble level for ease of mounting alignment, and a terminal block for easy
power connection.
Door Assembly
The removable die cast aluminum door assembly is sealed with a one-piece
silicone gasket. Access to the electrical compartment is tool -less, with
sealed, stainless steel pinch latches, making the Roadway LX Array very
user friendly. The LED driver(s) are mounted directly to the door assembly,
and supplied with quick disconnects for ease of installation and mainte-
nance.
Thermal Management
The housing includes the integral heat sink making the entire housing part of
the thermal management solution. The RLX-3 Array is suitable for higher
ambient temperatures and drive currents without degrading lamp life.
Calculated L70 Hours> 125,000 Hours
L70 PerTM-21 >60,000 Hours
Lumen Maintenance % at 100,000 hours>92%
Optical System
The highest lumen output LEDs are utilized in the RLX-1 Array series. The
Type 3 injection molded Roadway optic is designed specifically for roadway
applications. Additional distribution types include Types I, II, III, IV IVA, VS
and VL. The optical system qualifies at IES full cutoff to restrict light
trespass, glare and light pollution for neighborhood friendly lighting.
CRI values are 70. RLX-1 Array fixture is tested in accordance with IESNA
LM-79 testing procedures.
New LED Array Technology
• 4 Diodes now replace a single Led chip and operate at 25% of the drive
current allowing for higher efficiency, less heat and longer life. (10 Year
Warranty)
• More LEDs at a lower drive current provides a more comfortable visual
effect.
Quali-Guard Finish
Fixture components are chemically pretreated through a multi stage wash
system. The finish is an electrostatically applied, thermoset super polyester
powder coat paint which is oven -baked at 400 of for maximum adherence
and finish hardness. Available in Silver Metallic finish and custom colors.
The finish is guaranteed for five (5) years.
• Salt spray test per ASTM 131117 Standard for 3,000 hours
Mounting
The RLX-1 Array slip fits directly on to roadway mast arms and horizontal
tenons with an outside diameter ranging from 1 1/4" to 2 3/8" and is
adjustable in three incremental positions (Do, 21/2o and 5o). An internal
four -bolt clamp bracket attaches the fixture securely to the mounting
arm with four stainless steel bolts.
Electrical Assembly
• The RLX-1 Array Series is supplied with a choice of 350 to 1400 mA
high-performance LED drivers that accept 120 V thru 480 V, 50 Hz to 60 Hz,
input. Power factor of 95%. Rated for 40oC to -40 oC operations.
• 10 kV surge protector supplied as standard.
Warranty
• Ten (10) year Limited Warranty on electrical components, Five (5) year on
finish. For full warranty information, please visit visionairelighting.com.
Options
Photocell & Receptacle
Photocell receptacle w/shorting cap
Utility wattage label
Dimming/Controls
0-10 V dimming driver
Rotated Optics
Universal Mast Arm Fitter
20 kV Surge protection
Listings
RLX-1 Series is cUL listed, suitable for wet
locations.
LM79 and LM80.
Meets ANSI C136.31-2001 3G vibration standards.
RoHS compliant.
IP66 listed
DLC Listed
Powder Coated Toughy"'.
W POWDR
C UL US IP66
EUGH
0*111111,
^
^
TO(ANs,
zi OY6X"
°"'""'"
LISTED RATED
3000K must be selected for IDA certification.
RLX-1 ARRAY - Electrical Load (A)
Ordering
Nomenclature
System
Watts
120
208
240
277
347
480
RLX-I-TX-I5L-4K-UNV
114
0.95
0.55
0.48
0.41
0.33
0.24
RLX-I-TX-20L-4K-UNV
149
1.24
0.72
0.62
0.54
0.43
0.31
RLX-I-TX-25L-4K-UNV
172
1.43
0.83
0.72
0.62
0.50
0.36
RLX-I-TX-30L-4K-UNV
230
1.92
1.11
0.96
0.83
0.66
0.48
RLX-I-TX35L-4K-UNV
241
2.01
1.16
1.00
0.87
0.69
0.50
RLX-I-TX-40L-4K-UNV
276
2.30
1.33
1.15
1.00
0.80
0.58
RLX-I-TX45L-4K-UNV
1 370
3.08
1 1.78
1.54
1 1.34
1.07
0.77
19645 Rancho Way • Rancho Dominguez, CA 900220 • Phone: 310 512 6480 Fax 310 512 6486
www.visionairelighting.com
403
RLX-1 ARRAY LED Array Specifications
Photometric Optical Summary
Ti T2 T3 T4
T4A
Type 4
TSSR
Type 5
TSLR
Type 5
TSLS
Type 5
Type 1 Type 2 Type 3 Type 4
Automotive
Short Round
Long Round
Long Square
00 a V 0
0
O
O
O
■-M
.85
Dimensions
Width:
RLX-1 14"
Height:
RLX-1 4"
Depth:
RLX-1 31°
Weight:
31 LBS
2.1
_ED Specifiontinnc RLX-1 ARRAY
RLX-1 ARRAY 3K LUMEN DATA
Lumens
Current
LEDs
Ti
T2
T3
T3L
T4
T4L
T4A
T5SR
T5LR
T5LS
Watts
15L
1200
32AR
15104
15178
14791
14540
14542
14538
14901
15074
14764
14577
114
20L
1050
48AR
20036
20134
19621
19288
19290
19290
19286
19996
19584
19337
149
25L
1400
48AR
22558
22668
22091
21717
21719
21719
21715
22514
22050
21772
172
30L
1200
64AR
29924
30071
29305
28809
28811
28811
28807
29866
29250
28881
230
35L
1050
80AR
32462
32621
31790
31253
31255
31251
31251
32399
31731
31330
241
40L
1200
80AR
36369
36547
35616
35015
35017
35013
35881
36298
35550
35101
276
45L
1500
80AR
44027
44243
43116
42388
42390
42386
43437
43941
43036
42492
370
RLX-1 ARRAY 4K LUMEN DATA
Lumens
Current
LEDs
Ti
T2
T3
T3L
T4
T4L
T4A
T5SR
T5LR
T5LS
Watts
15L
1200
32AR
16726
16808
16380
16102
16104
16100
16502
16693
16350
16143
114
20L
1050
48AR
22188
22296
21728
21361
21363
21359
21890
22144
21688
21414
149
25L
1400
48AR
24981
25103
24464
24050
24052
24048
24646
24932
24419
24110
172
30L
1200
64AR
33139
33301
32453
31904
31906
32694
32694
33074
32393
31983
230
35L
1050
80AR
35949
36125
35205
34610
34612
35467
35467
35879
35140
34696
241
40L
1200
80AR
40276
40473
39442
38776
38778
39736
39736
40197
39369
38872
276
45L
1500
80AR
48757
48995
47747
46942
46944
48103
48103
48661
47659
47057
370
RLX-1 ARRAY 5K
LUMEN
DATA
Lumens
Current
LEDs
T1
T2
T3
T3L
T4
T4L
T4A
T5SR
T5LR
T5LS
Watts
15L
1200
32AR
16726
16808
16380
16102
16104
16100
16502
16693
16350
16143
114
20L
1050
48AR
22188
22296
21728
21361
21363
21359
21890
22144
21688
21414
149
25L
1400
48AR
24981
25103
24464
24050
24052
24048
24646
24932
24419
24110
172
30L
1200
64AR
33139
33301
32453
31904
31906
31902
32694
33074
32393
31983
230
35L
1050
80AR
35949
36125
35205
34610
34612
34608
35467
35879
35140
34696
241
40L
1200
80AR
40276
40473
39442
38776
38778
38774
39736
40197
39369
38872
276
45L
1500
80AR
48757
48995
47747
46942
46944
46940
48103
48661
47659
47057
370
RLX-1 ARRAY 3K LPW
DATA
Lumens
Current
LEDs
Ti
T2
T3
T3L
T4
T4L
T4A
T5SR
T5LR
T5LS
Watts
15L
1200
32AR
133
133
130
128
128
128
131
132
130
128
114
20L
1050
48AR
134
135
131
129
129
129
132
134
131
130
149
25L
1400
48AR
131
132
129
127
127
127
130
131
128
127
172
30L
1200
64AR
130
131
127
125
125
125
128
130
127
126
230
35L
1050
80AR
135
135
132
130
130
130
133
135
132
130
241
40L
1200
80AR
132
132
129
127
127
127
130
131
129
127
276
45L
1500
80AR
119
120
117
115
115
115
117
119
116
115
370
RLX-1 ARRAY 4K LPW DATA
Lumens
Current
LEDs
Ti
T2
T3
T3L
T4
T4L
T4A
T5SR
T5LR
T5LS
Watts
15L
1200
32AR
147
148
144
141
141
141
145
147
144
142
114
20L
1050
48AR
149
149
146
143
143
143
147
148
145
143
149
25L
1400
48AR
146
146
143
140
140
140
144
145
142
141
172
30L
1200
64AR
144
145
141
139
139
139
142
144
141
139
230
35L
1050
80AR
149
150
146
144
144
144
147
149
146
144
241
40L
1200
80AR
146
146
143
140
140
140
144
145
142
141
276
45L
1500
80AR
132
132
129
127
127
127
130
132
129
127
370
RLX-1 ARRAY 5K LPW DATA
Lumens
Current
LEDs
Ti
T2
T3
T3L
T4
T4L
T4A
T5SR
T5LR
T5LS
Watts
15L
1200
32AR
147
148
144
141
141
141
145
147
144
142
114
20L
1050
48AR
149
149
146
143
143
143
147
148
145
143
149
25L
1400
48AR
146
146
143
140
140
140
144
145
142
141
172
30L
1200
64AR
1 144
145
141
139
139
139
142
144
141
139
230
35L
1050
80AR
149
150
146
144
144
144
147
149
146
144
241
40L
1200
80AR
146
146
143
140
140
140
144
145
142
141
276
45L
1500
80AR
132
132
129
1 127
127
127
130
132
129
127
370
19645 Rancho Way • Rancho Dominguez, CA 900220 • Phone: 310 512 6480 Fax 310 512 6486
www.visionairelighting.com
405
RLX-1 ARRAY LED Array Specifications
RLX-1 ARRAY 3K BUG DATA
Lumens
Current
LEDs
Ti
T2
T3
T3L
T4
T4L
T4A
TSSR
TSLR
TSLS
Watts
B
U
FG
B
U
I G
B
U
G
B
U
G
B
U
G
B
U
G
B
U
G
B
U
G
B
U
I G
B
I U
I G
15L
1200
32AR
4
0
1 4
3
0
3
3
0
3
3
0
3
3
0
3
3
0
3
3
0
3
4
0
2
4
0
3
4
0
2
114
20L
1050
48AR
4
0
4
3
0
3
3
0
3
3
0
4
3
0
3
3
0
4
3
0
3
4
0
2
4
0
3
4
0
3
149
25L
1400
48AR
4
0
4
3
0
3
3
0
3
4
0
4
3
0
3
3
0
4
3
0
3
4
0
2
5
0
3
5
0
3
172
30L
1200
64AR
5
0
5
4
0
4
3
0
4
4
0
5
4
0
4
4
0
5
4
0
3
5
0
3
5
0
4
5
0
3
230
35L
1050
80AR
5
0
5
4
0
4
4
0
4
4
0
5
4
0
4
4
0
5
4
0
3
5
0
3
5
0
4
5
0
4
241
40L
1200
80AR
5
0
5
4
0
4
4
0
4
4
0
5
4
0
4
4
0
5
4
0
4
5
0
3
5
0
5
5
0
4
276
45L
1500
80AR
5
0
5
4
0
4
4
0
5
5
0
5
4
0
5
4
0
5
4
0
4
5
0
4
5
0
5
5
0
1 4
1 370
RLX-1 ARRAY
4K BUG DATA
Lumens
Current
LEDs
Ti
T2
T3
T3L
T4
T4L
T4A
TSSR
TSLR
TSLS
Watts
B
U
G
B
U
G
B
U
G
B
U
G
B
U
G
B
U
G
B
U
G
B
U
G
B
U
G
B
U
G
15L
1200
32AR
4
0
4
3
0
3
3
0
3
3
0
4
3
0
3
3
0
3
3
0
3
4
0
2
4
0
3
4
0
2
114
20L
1050
48AR
4
0
4
3
0
3
3
0
3
4
0
4
3
0
3
3
0
4
3
0
3
4
0
2
5
0
3
5
0
3
149
25L
1400
48AR
4
0
4
3
0
3
3
0
3
4
0
5
3
0
3
3
0
4
3
0
3
4
0
2
5
0
4
5
0
3
172
30L
1200
64AR
5
0
5
4
0
4
4
0
4
4
0
5
4
0
4
4
0
5
4
0
4
5
0
3
5
0
4
5
0
4
230
35L
1050
80AR
5
0
5
4
0
4
4
0
4
4
0
5
4
0
4
4
0
5
4
0
4
5
0
3
5
0
5
5
0
4
241
40L
1200
80AR
5
0
5
4
0
4
4
0
4
4
0
5
4
0
4
4
0
5
4
0
4
5
0
4
5
0
5
276
45L
1500
80AR
5
0
5
4
0
4
4
0
5
5
0
5
4
0
5
4
0
5
4
0
4
5
0
4
5
0
5
i��
370
RLX-1 ARRAY 5K BUG DATA
Lumens
Current
LEDs
Ti
T2
T3
T3L
T4
T4L
T4A
TSSR
TSLR
TSLS
Watts
B
U
G
B
U
G
B
U
G
B
U
G
B
U
G
B
U
G
B
U
G
B
U
G
B
U
G
B
U
G
15L
1200
32AR
4
0
4
3
0
3
3
0
3
3
0
4
3
0
3
3
0
3
3
0
3
4
0
2
4
0
3
4
0
2
114
20L
1050
48AR
4
0
4
3
0
3
3
0
3
4
0
4
3
0
3
3
0
4
3
0
3
4
0
2
5
0
3
5
0
3
149
25L
1400
48AR
4
0
4
3
0
3
3
0
3
4
0
5
3
0
3
3
0
4
3
0
3
4
0
2
5
0
4
5
0
3
172
30L
1200
64AR
5
0
5
4
0
4
4
0
4
4
0
5
4
0
4
4
0
5
4
0
4
5
0
3
5
0
4
5
0
4
230
35L
1050
80AR
5
0
5
4
0
4
4
0
4
4
0
5
4
0
4
4
0
5
4
0
4
5
0
3
5
0
5
5
0
4
241
40L
1200
80AR
5
0
5
4
0
4
4
0
4
4
0
5
4
0
4
4
0
5
4
0
4
5
0
4
5
0
5
5
0
4
276
45L
1500
80AR
5
0
5
4
0
4
4
0
5
5
0
5
1 4
0
5
4
0
5
4
0
4
5
1 0
4
5
0
5
5
0
1 4
1 370
e%VISIONAIRE LIGHTING
406
LED Specifications RLX-1 ARRAY
19645 Rancho Way • Rancho Dominguez, CA 900220 • Phone: 310 512 6480 Fax 310 512 6486
www.visionairelighting.com
407
NEW ORLEANS II HT LED Specifications
Ordering Information
Project Name:
Catalog Number:
Type:
The New Orleans II LED series combines the latest in LED Array technology with
traditional design and ease of maintenance for years of trouble free operation. Superior
optics allow for the use of fewer fixtures at less wattage and wider pole spacing to
uminate with excellent uniformity. Eliminate the need for costly yearly maintenance by
switching to energy efficient LED lighting.
Choose from three different styles of capitals (Leaf, Fluted or smooth) to enhance any local
architecture and environment. Type I, II, III, IV, V and VW optics are available.
All models come with a removable, tool -less, twist -lock lens to provide rapid access to the
driver assembly, which can then be removed without the use of tools. A twist -lock
photocell receptacle is located on a tool -less access door which is an integral part of the
New Orleans II capital.
The New Orleans II LED series is constructed of cast aluminum and features a high -quali-
ty, long lasting, durable powder coat finish in a variety of colors. The hard -top lenses can be
ordered in either acrylic or high -strength polycarbonate. An optional decorative filigree
band and cage can be ordered with a choice of four different finials. The New Orleans II
design compliments any street, retail or pathway project. A wide selection of decorative
mounting arms and poles are available to complete the systems' overall design.
The New Orleans II LED series is an ideal choice for street and municipal lighting
projects; as well as any pedestrian application, such as parks, and city and urban centers.
1
MODEL LENS OPTICS LEDS CURRENT KELVIN VOLTAGE MOUNTING FINISH OPTIONS OPTIONS
N2L-L HTL1NL
T2
16LC 3
3K
UNV
_ No Lens
Type 2
350mA
32LC 5
3000K
4K
120-277V
8
Te3
530mA
4000K
347V
Type
48LC
Leaf
5K
5
5000K
480V
N2F-L
T5W
_
Type 5
Wide
DO
Fluted
N2S-L
Smooth
PT
BZ
FIN1
PER
Post Top
Bronze
Photo
FIN2
Receptacle
'Slips over
BK
w/shorting cap
3" OD
tenon x 4'/z°
Black
FIN3
5PINPER
tall
SBK
FIN4
Receptacle
Smooth Black
w/shorting cap
WPER
PCR-120
NPho
"
Photocell &
Receptacle
7 Pin o
Receptacle
SWH
PCR-208
w/shorting cap
Smooth White
photocell &
FBC
GP
Receptacle
Filigree Band
Graphite
PCR-240
with Cage
Photocell &
GY
Receptacle
Grey
PCR-277
CLS
SL
Photocell &
Cut Off
Silver Metallic
Receptacle
Light Shield
CC
PCR-347
GH
Custom Color
Photocell &
Globe Hanger
Receptacle
PCR-480
DIM
010v Dimming
Photocell &
Driver
Receptacle
VWC
Visionaire
Wireless
Controls
"Consult
Factory
�� VISIONAIRE LIGHTING
Features & Specifications
NEW ORLEANS II HT
Housing
• The New Orleans II LED Series features a cast aluminum capital
available in smooth, fluted or leaf pattern with a spun aluminum hard top
offered in 3 styles; with an optional internal twistlock photocell
receptacle accessible thru an attached windowed door. All external
hardware is stainless steel.
Optical System
• The highest -lumen -output LED Arrays are utilized. Estimated life of the
LEDs is 100,000 hours. IES Type II, III, and V-W distributions are
standard. Available with up to 48 LED.
• CRI values are 70.
Quali-Guard' Finish
• Aluminum fixture components are chemically pre-treated through a
multiple stage washer, and finished with an electrostatically -applied,
thermoset polyester powder coat textured paint of a minimum of 3 to 5
millimeters thickness. Finish is oven -baked at a temperature of 400 °F
to promote maximum adherence and finish hardness. All finishes are
available in standard and custom colors.
• Finish is guaranteed for five (5) years.
•
2.4
Dimensions
Width: HTLICA 16.25"
Height: HTLICA 39.5
Weight: 41 LES
Mounting
• The New Orleans 11 series is a post -top fixture that mounts over a 3-inch
tenon, with a wide selection of decorative and custom mounting arms
for both pole and wall mount applications (see Decorative Arms section
of catalog).
Electrical Assembly
• The New Orleans II LED series is supplied with a high-performance
LED driver that accepts 120 V thru 480 V, 50 hz to 60 hz input. Power
factor is 90%. Rated for -40 o F operation.
• 10 kV surge protector supplied as standard.
Warranty
• Five (5) year Limited Warranty on entire system, including finish. For full
warranty information, please visit visionairelighting.com.
Options
• Fixtures available with finials, photocell receptacle, filigree band with
cage, globe hanger and and cut off light shield.
• 0-10 V dimming driver.
Listings
• New Orleans II LED is LIL listed, suitable for wet locations.
• Powder Coated ToughTM .
IIII POWDER IP65
,,,y/COATEp C UL US
TOUGH.. LISTEDRATED
NEW ORLEANS 3K LUMEN CHART
#of LEDs
Currrent(mA)
T2
T2-LPW
T3
T3-LPW
TSW
TSW-LPW
Wattage
16
350
1880
111
1674
98
1339
79
17
530
2745
106
2444
94
1955
75
26
32
350
3760
111
3348
98
2679
79
34
530
5490
108
49H
96
3911
77
51
48
350
5W
113
5022
100
4018
80
50
530
182351
107
173321
95
158661
76
77
CCT 4000K
# of LEDs
Currrent(mA)
T2
T2-LPW
T3
T3-LPW
TSW
TSW-LPW
Wattage
350
1972
116
1756
103
1405
83
17
16
530
2880
111
2564
99
2052
79
26
350
3945
116
3513
103
2811
83
34
32
530
5760
113
5128
101
4103
80
51
350
159171
118
152691
105
142161
84
1 50
48
530
1 8640
1 112
176931
100
161551
80
1 77
CCT S000K
#of LEDs
Currrent(mA)
T2
T2-LPW
T3
T3-LPW
TSW
TSW-LPW
Wattage
350
2001
118
1782
105
1426
84
17
16
530
2922
112
2602
100
2082
80
26
350
4003
118
3564
105
2852
84
34
32
530
5845
115
5204
102
4163
82
51
48
350
160041
120
153461
107
142781
86
1 50
530
187671
114
178061
101
162451
81
1 77
19645 Rancho Way - Rancho Dominguez, CA 90220 - Phone: 310 512 6480 Fax 310 512 6486
www.visionairelighting.com
31
1118
OLDCASTLE POLYMER
(formerly H-Series)
COVER
Style:
Flush Solid
Material:
Polymer Concrete
Model:
11" x 18"
Weight:
Tier 15: 20 lbs.
Tier 22: 28 lbs.
Std. Fasteners:
1/2-13 Stainless Steel Hex Head
Bolt, Washer and Floating Nut
Options:
Logos and Special Markings
Surface:
Slip Resistant
Performance:
ANSI/SCTE-77, Tier 15 or Tier 22*
Cover comes standard with permanent
markings for manufacturer, load rating, model
size and manufacturing location.
:1IT
Material:
Polymer Concrete
Model:
11" x 18"
Weight:
12" Depth: 39 lbs.
18" Depth: 54 lbs.
Wall Type:
Straight
Performance:
ANSI/SCTE-77 Tier 22
LOAD RATING / NOTES
®MEDIUM DUTY
ANSI/SCTETIER15
HEAVY DUTY
ANSI/SCTE TIER 22
For use in non -vehicular traffic situations only.
Weights and dimensions may vary slightly.
Actual load rating is determined by the box
and cover combination.
1/ �. A
MIN WALL �}
THICKNESS lr
I,
Bolt Down
Detail
1" FOOTING
A
B
C
D
E
1118-12
I 12
11-3/16
18-1/16
16-7/16
9-9/16
111818
18
11-1/16
17-15/16
16-3/16
9-5/16
* Based upon lid and body combination, this unit can be Tier 15 or Tier 22. T22 rating when paired with T22 polymer concrete lid.
1118
OLDCASTLE POLYMER
(formerly H-Series)
COVER OPTIONS
Oldcastle Polymer, Flush Solid
Steel, Solid
FASTENER OPTIONS
Hex Head Bolt (A)
Penta Head Bolt (B)
Penta Head Coil Thread Bolt (B)
Oldcastle Vandal Resistant Bolt (C)
Captive Bolt Retainer
ADD ON OPTIONS
ruiyi 1 ici
Solid
�'"......-M.....
Steel
Solid
A B C
Bolt Retainer
(for standard thread)
EMS Marker
Mouseholes/Knockouts rJ J r
Rack Mount J
Cable Racks/Cable Arms
Unistrut Rack Mount .000 Pulling Eye
Pulling Eye -1,000 lb and 3,000 lb
Ground Buss
Dividers
Racking Provision 10 Cable Rack Unistrut
Lid Gaskets* Cable Arm
Solid Bottom EMS Marker Ground Bus
Custom Marking Plate (Polymer)
* Lid Gaskets inhibit water flow into the box, they do not make enclosure fully waterproof.
• WARNING: Cancer-www.P65Warnings.ca.gov
All information contained on this sheet is current at the time of publication. Revision 11/09/18
Oldcastle reserves the right to discontinue or update product information without notice. 9 2018 Oldcastle Infrastructure
OLDCASTLE POLYMER 1118
Polymer Concrete
0 MEDIUM DUTY
® ANSI/SCTE TIER 15
HEAVY DUTY
ANSI/SCTE TIER 22
11 „ x 18 (formerly H-Sere-
Body -1118
T22
1 11182001
13ody, PC1118-12,SW
PC111812SW
_
Gray 12" 147.0
121 22500
T22
1 11182003
Body, PC1118-18,SW
PC111818SW
Gray 18" 1 70.0
1 21 22500 ! �
Lid -1118
T15
11184606
Lid, PC1118 T, T15 "Electric"
PC1118T-T15
Gray
20.0
60
15000
T15
11184607
Lid, PC1118-T, T15_TIBER OPTICS'
PC1118T-T15_457
Gray
20.0
60
15000
T15
11184608
Lid, PC1118-T, T15 "Ground"
PC1118TT15
Gray
20.0
60
15000
T1
11184609
Lid, PC] 118-T, T15 -"Street Lighting"
PC1118T--T15
Gray
20.0
60
15000
T15
11184611
Lid, PC1118-T, T15 -"Traffic Signal"
PC1118T--T15
Gray
20.0
60
15000
l
T15
1 11184612
Lid, PC1118-T, T15, - Blank
P01118T--T15
Gray
20.0
60
15000
T15
11184694
Lid, PC1118-T, T15 -SPECIAL w/MARKING PLATE
PC1118T--T15 999
Gray
20.0
60
15000
T22
11184001
Lid, PC1118-T, T22 - "Electric"
PC1118T--T22
Gray
28.0
60
22500
T22
11184003
Lid, PC] 118-T , T22 - Blank
11PC] T T22
Gray
28.0
60
22500
T22
11184007
Lid, PC1118-T, T22 - "Street Lighting"
I PC1118T--T22
Gray28.0
! 60
22500
T22
11184009
Lid, PC1118-T, T22 - "Traffic Signal"
PC1118T-T22
Gray
28.0
60
22500
T22
11184613
Lid, PC1118-T, T22 - "Ground"
PC1118T-T22
GrayA.tj
60
22500
T22
11185002
Lid, PC1118 T, T22_'FIBER OPTICS'
PC1118T-T22_457
Gray60
22500
T22
11184695
Lid, PC] 118-T, T22 - SPECIAL w/MARKING PLATE
PC1118T--T22 999
Gray
60
22500
Unit -1118
(Units come standard with Body -Open Bottom, Lid, and SS Hex Bolt Floating Nut Hardware)
T15
11181604
, Unit, PC1118-12, T15 - Blank
! PC111812-T15
Gray
12"
67.0
21
15000
T15
11181605
Unit PC 1118-12 T15'MRKNG PLT REQ'
PC111812-Tl5
Gray
12"
67.0
21
15000
T15
11181608
Unit, PC1118-12, T15 -"Electric"
PC111812-Tl5
Gray
1 12"
67.0
21
15000
T15
11181609
Unit, PC1118-12, T15_'FIBER OPTICS' !
PC111812-T15_457
Gray
12"
67.0
21
15000
T15
11181610
Unit, PC1118-12, T15 "Ground"
PC111812-T15
Gray
12"
67.0
21
15000
T15
11181611
Unit, PC1118-12, T15 -"Street Lighting"
PC111812-T15
Gray
12"
67.0
21
15000
T15
11181613
Unit, PC1118-12, T15 -"Traffic Signal"
PC111812-T15
Gray
12"
67.0
21
15000
T22
11181001
Unit, PC1118-12, T22 - "Electric"
PC111812-T22
Gray
12"
73.0
21
22500
T22
11181002
Unit, PC1118-18 T22 HBIt'MRKNG PLT REQ'
PC111812-T22
Gray
12"
73.0 1
21
22500
T22
11181003
Unit, PC1118-12, T22 - Blank !
PC111812-T22
Gray !
12"
73.0 1
21
22500
T22
11181007
Unit, PC 1118-18 - "Electric"
PC111812-T22
Gray
18"
100.0
21
22500
T22 11
11181009
Unit, PC 1118-18 - Blank
PC1 11812-T22
Gray
18"
100.0
21
22500
T22
11181615
Unit, PC1118-12, T22_TIBER OPTICS'
PC111812-T22_457
Gray
12"
73.0
21
22500
T22
11181616
Unit, PC1118-12, T22 -"Ground"
PC111812-T22
Gray
12"
73.0
21
22500
T22
11181617
Unit, PC1118-12, T22 - "Street Lighting"
PC111812-T22
Gray
12"
73.0
21
22500 !
T22
11181619
Unit, P01118-12, T22 - "Traffic Signal"
PC111812-T22
Gray 1
12"
73.0
21
22500
Enclosures Product Catalog : Electric 21
co
2436
OLDCASTLE POLYMER
(formerly H-Series)
COVER
Style:
Flush Solid
Material:
Polymer Concrete
Model:
24" x 36"
Weight:
Tier 15:150 lbs.
Tier 22: 204 lbs.
Std. Fasteners:
1/2-13 Stainless Steel Hex Head
Bolt, Washer and Floating Nut
Options:
Logos and Special Markings
Surface:
Slip Resistant
Performance:
ANSI/SCTE-77, Tier 15 or Tier 22*
Cover comes standard with permanent
markings for manufacturer, load rating, model
size and manufacturing location.
:1IT
Material:
Polymer Concrete
Model:
24" x 36"
Weight:
18" Depth: 142 lbs.
24" Depth:175 lbs.
36" Depth: 242 lbs.
Wall Type:
Straight
Performance:
ANSI/SCTE-77 Tier 22
LOAD RATING / NOTES
®MEDIUM DUTY
ANSI/SCTETIER15
HEAVY DUTY
ANSI/SCTE TIER 22
For use in non -vehicular traffic situations only.
Weights and dimensions may vary slightly.
Actual load rating is determined by the box
and cover combination.
'/6"
MIN WALL
THICKNESS
A
2" FOOTING
Lifting Strap
Detail
Bolt Down
Detail
A
B
C
D
E
2436-18
I 18
I 23-5/8
35-1/4
33-3/15
21-9/16
2436-24
I 24
I 23-3/8
34-15/16
32-13/16
21-5/16
2436-30
I 30
I 23-1 /2
35-1 /8
32-3/4
21-1 /8
2436-36
I 36
123-3/16
1 34-11/16
1 32-7/16
1 20-15/16
* Based upon lid and body combination, this unit can be Tier 15 or Tier 22. T22 rating when paired with T22 polymer concrete lid.
2436
OLDCASTLE POLYMER
(formerly H-Series)
COVER OPTIONS
Oldcastle Polymer, Flush Solid
Oldcastle Polymer, Flush 2-Piece
Oldcastle Polymer, Flush Pedestal Provision
Steel, Solid
FASTENER OPTIONS
Hex Head Bolt (A)
Penta Head Bolt (B)
Penta Head Coil Thread Bolt (B)
Oldcastle Vandal Resistant Bolt (C)
Captive Bolt Retainer
ADD ON OPTIONS
Polymer
Solid
Polymer
2-Piece
MM
Coil Thread
Steel
Solid
Puipiui
Pedestal Provision
000
A B C
10
Bolt Retainer
(for standard thread)
EMS Marker
Mouseholes/Knockouts
Rack Mount J
J
Cable Racks/Cable Arms
Unistrut Rack Mount Pulling Eye
Pulling Eye -1,000 lb and 3,000 lb
Ground Buss
Dividers
Racking Provision 10 Cable Rack Unistrut
Lid Gaskets* Cable Arm vow
-
Solid Bottom EMS Marker Ground Bus
Custom Marking Plate (Polymer)
* Lid Gaskets inhibit water flow into the box, they do not make enclosure fully waterproof
• WARNING: Cancer-www.P65Warnings.ca.gov
All information contained on this sheet is current at the time of publication. Revision 11/09/18
Oldcastle reserves the right to discontinue or update product information without notice. 9 2018 Oldcastle Infrastructure
OLDCASTLE POLYMER 2424 Continued
.,�
T22
24241623
Unit, PC2424-36, T22 - "Electric"
PC242436-T22 , Gray
36"
273.0 1
22500
22500
T22
24241624
Unit, PC2424-36, T22_'FIBER OPTICS'
PC242436-T22_457 Gray
36"
273.0 1
22500
T22
24241625
Unit, PC2424-36, T22 - "Street Lighting"
PC242436-T22 Gray
36'
36"
273.0 1
273.0 1
22500
T22
24241626
Unit, PC2424-36, T22 - "Traffic Signal"
I PC242436-T22 Gray
36"
273.0 1
22500
T22
24241627
Unit, PC2424-36, T22 - Blank
T22 HBIt WAX_'MRKNG PLT REQ'
I PC242436-T22 Gray
1 PC242436-T22_999 i Gray
36"
273.0 1
22500
T22
24241471
Unit, PC2424-36
OLDCASTLE POLYMER 2436
Polymer Concrete - 24" x 36"
DUTY
®MEDIUM
ANSI/SCTE TIER 15
HEAVY DUTY
ANSI/SCTE TIER 22
RATING
PART
DESC I
DESC 2
COLOR
DEPTH
ITEM
WEIGHT 1
PALLET '
QTY I
DESIGN
LOAD (LB)
QUICK
SHIP
Body - 2436
T22
24362016
Body, PC2436-18,SW
——
1 PC243618SW i
Gray
18
142.0
3
22500
T22
24362214
Body, PC2436-24,SW
PC243624SW
Gray
24"
180.0
2
22500
T22
24362212
Body, PC2436 30,SW
PC243630SW
Gray
30"
221.0
2
22500
22500_
T22
24362227
Body, PC2436-36,SW
PC243636SW
Gray
36"
249.0
1
Lid - 2436
T15
24364604
-.--
Lid, PC2436-T, T15 - Blank
PC2436T-T15
Gray
147.0
10
15000
15000
T15
24364608
Lid, PC2436-T, T15 -"Electric"
P02436T-T15
1
1 Gray
' Gray
-
147.0
147.0
10
10
15000
T15
24364609
Lid, PC2436 T, T15_'FIBER OPTICS'
PC2436T-T15_457
15000
T15
24364610
Lid, P02436-T, T15 "Ground"
PC2436T-T15
Gray
Gra
147.0
147.0
10
10
15000
T15
24364611
Lid, PC2436-T, T15 "Street Lighting"
PC2436TT15
147.0
10
15000
T15
24364613
Lid, PC2436-T, T15 "Traffic Signal"
I PC2436T-T15
G ray
147.0 1
10
15000
T15
24364694
Lid, PC2436-T, T15 -SPECIAL w/MARKING PLATE
PC2436T-T15 999
Gray
1
22500
lft—
T22
24364008
Lid, PC2436-T, T22 - "Electric"
PC2436T-T22
Gray
147.0
147.0
10
10
22500
T22
24364010
Lid, PC2436-T , T22 - Blank
PC2436T-T22
Gray
147.0
10
22500
T22
24364015
Lid, PC2436-T, T22_'FIBER OPTICS'
PI C2436TT22_457
Gray
147.0
10
_
22500
T22
24364017
Lid, PC2436-T, T22 - "Street Lighting"
PC2436TT22
Gray
22500
T22
24364019
Lid, PC2436-T, T22 - "Traffic Signal"
PC2436T-T22
Gray
147.0
147.0
10
10
22500
T22
24364614
Lid, PC2436 T, T22 "Ground"
PC2436TT22
Gray
147.0
10
22500
T22
24364615
Lid, PC2436 T, T22 4x8 MRKNG PLT REQ
PC2436T-T22
Gray
Unit - 2436 (Units come standard with Body -Open Bottom, Lid, and SS Hex Bolt FloatingNut Hardware)
T15
24361600
Unit, PC2436-18, T15 - Blank
I PC243618-Tl 5
Gra
18"
295.0
3
15000
15000
T15
24361603
Unit, PC2436 18, T15 -"Electric"
PC243618-Tl5
! Gra
18"
295.0
3
3
15000
T15
24361604
Unit, PC2436 18, T15_'FIBER OPTICS'
PC243618-T15_457
Gray
18"
295.0
3
15000
T15
24361605
Unit, PC2436-18, T15 "Street Lighting"
, PC243618 T15
j Gray
18"
295.0
3
15000
T15
24361606
Unit, PC2436-18, T15 "Traffic Signal"
PC243618-T15
;Gray
18"
295.0
15000
T15
24361455
Unit, PC2436-18/SYN2436 T15 HBIt WAX-'MKNG PLT REQ' PC243618-TI 5
Gray
18"
295.0
3
T15
24361610
UniPC2436 24, T15 Blank
t,
PC243624-T15
Gray
24"
330.0
2
15000
15000
T15
24361613
1 Unit, PC2436-24, T15 "Electric" —_
PC243624 T15
Gray
24"
330.0
330.0
2
2
15000
l
T15
243616114
Unit, PC2436-24, T15_'FIBER OPTICS'
! PC243624 T15_457
I Gray
24"
T15
24361615
Unit, PC2436-24, T15 "Street Lighting"
PC243624-T15
Gray
24"
330.0
2
2
15000
15000
T15
24361616
Unit, PC2436-24. T15 "Traffic Si nal"
PC243624-Tl5
j Gray
24"
330.0
2
15000
T15
24361460
Unit, PC2436-24/SYN2436 T15 HBIt WAX_'MKNG PLT_R_EQ' I PC243624-T15
Gray
24"
330.0
T15
24361619
Unit, PC2436-30, T15 - Blank
PC243630-Tl 5
Gray
30"
371.0
! 2
15000
15000
T15
124361622
Unit, PC2436-30, T15 "Electric"
I PC243630-T15
Gra
30"
371.0
2
15000
T15
24361624
Unit, PC2436-30, T15 "Street Lighting"
PC243630 T15
Gray
30"
371.0
2
15000
T15
1 24361625
Unit, P02436-30, T15 -"Traffic Signal"
PC243630-T15
Gray
30"
371.0
2
224361630
1 Unit PC2436-36, T15 - Blank
PC243636 T15
Gray
36"
399.0
399.0
1
1
15000
15000
�T15
T15
1 24361633
j Unit, PC2436-36, T15 "Electric"
PC243636 T15
Gray
36"
T I j
26 oldcastle Infrastructure
OLDCASTLE POLYMER 2436 Continued
COLOR DEPTH1
ITEM PALLET DESIGN QUICK
,., (LB) SHIP
It T15
124361633
Unit, PC2436-36, T15 "Electric"
PC243636-T15
Gray
36" j
399.0
1
15000
T15
124361634
Unit, PC2436-36, T15_'FIBER OPTICS'
PC243636-T15_457
Gray
0
1
15000
T15
24361635
Unit, PC2436 36, T15 "Street Lighting"
PC243636 T15
Gray
0
1
15000
T15
24361636
Unit, PC2436-36, T15 -"Traffic Signal"
PC243636-T15
Gray
0
1
15000
T15
! 24361470
Unit, PC2436 36/SYN2436 T15 HBIt WAX_'MKNG PLT REQ'
PC243636 T15
Gray
0
*-3
1
15000
T22
24361025
Unit, PC2436-18, T22 - "Electric"
PC243618-T22
Gray
0
3
22500
T22
24361027
Unit, PC2436 18, T22 Blank
PC243618 T22
Gray
0
3
22500
Unit, PC2436-18, T22_'FIBER OPTICS'
PC243618-T22457
Gray
0
3
22500
T22
24361608
Unit, PC2436-18, T22 - "Street Lighting"
PC243618-T22
Gray
.
3
22500
T22
24361609
Unit, PC2436-18, T22 - "Traffic Signal"
PC243618-T22
Gray
18"
1 345.0
3
22500
T221
24361456
Unit, P02436-18 T22 HBIt WAX_'MRKNG PLT REQ'
PC243618-T22_999
Gray
18"
1 345.0
3
j 22500
T22
24361028
Unit, PC2436-24, T22 - "Electric"
PC243624-T22
Gray
24"
380.0
2
22500
T22
24361030
Unit, PC2436-24, T22 - Blank
1 PC243624-T22
Gray
24"
380.0
2
22500
T22
24361206
Unit, PC2436-24, T22_'FIBER OPTICS'
PC243624-T22_457
Gray
24"
380.0
2
! 22500
T22
24361617
Unit, PC2436-24, T22 - "Street Lighting"
PC243624-T22
Gray
24"
380.0
2
22500
T22
24361618
Unit, PC2436-24, T22 - "Traffic Signal"
PC243624-T22
Gray
24"
380.0
2
22500
T22
24361461
Unit, PC2436-24T22 HBIt WAX 'MARKING PLATE REQ'
PC243624-T22_999
Gray
24"
380.0
2
22500
T22
24361466
Unit, PC2436-30 T22 HBIt WAX_'MRKNG PLT REQ'
PC243630-T22_999
Gray
30"
425.0
2 !
22500
T22
24361626
Unit, PC2436-30, T22 - "Electric" PC243630-T22
Gray
30"
425.0
2
22500
OLDCASTLE POLYMER 3048
Polymer Concrete - 30" x 48"o;�;�r��r:�
®MEDIUM
DUTY
ANSI/SCTETIER 15
HEAVY DUTY
ANSI/SCTE TIER 22
IV
CIO
S2o
W
0
00
OR D ,.D (LB) SHIP
Body - 3048
T22
1 30482008
Body, PC3048-18,SW
! PC304818SW
I Gray
18"
188.0
2
1 22500
T22
30482021
Body, PC3048-24,SW
PC304824SW
Gray
1 24"
234.0
2
22500
T22
i 30482020
Body, P03048-30,SW
PC304830SW
i Gray
1 30"
301.0
1
22500
T22
30482017
Body, PC3048-36,SW
PC304836SW
Gray
36" 307.0
1
j 22500
jP
Lid - 3048 _
T15
30484602
Lid, PC3048-T, T15 - Blank,2pc
PC3048T-T15
Gray220.0
15 1 15000
T15
T15
30484606
30484607
Lid, PC3048-T, T15 -"Electric",2pc
Lid, PC3048-T, T15_TIBER OPTICS'_2pc —
PC3048T-T15
PC3048T-T15_457
Gray
Gray
220.0
220.0
5 15000
5 ! 15000
T15
30484608
Lid, PC3048-T, T15 "Ground",2pc
PC3048T-T15
Gray
220.0
5 15000
T15
30484609
Lid, PC3048-T, T15 -"Street Lighting",2pc
PC3048T-T15
Gray
220.0
5 i 15000 i
T15
T15
30484611
30484694
Lid, PC3048-T, T15 -"Traffic Signal%2pc
Lid, PC3048-T, T15-SPECIAL,2pc w/
! PC3048T-T15
PC3048T-T15 999
Gray
Gray
220.0
220.0
5 1 15000
5 15000
T22
30484001
Lid, PC3048-T, T22 - "Electric",2pc
PC3048T-T22
Gray
338.0
5 22500
T22
30484003
Lid, PC3048-T, T22 - Blank,2pc
PC3048T-T22
Gray
338.0
5 22500
I T22
30484011
Lid, PC3048-TT22 - "Electric" _
PC3048T-T22_1_pc
Gray
338.0
5 i 22500
T22
T22
T22
330484012
30484015
30484613
Lid, PC3048-T, T22 - "Fiber Optics",2pc
Lid, PC3048-T, T22 - "Traffic Signal%2pc
Lid, PC3048-T, T22 - "Street Lighting%2pc !
PC3048T -22 I Gray
PC3048T-T22 Gray
PC3048T-T22 Gray
—
338.0
338.0 !
--
338.0
5 22500
5 22500
5 22500
2T 2
30484614
Lid, PC3048-T, T22 - 48 MRKNG PLT REQ,2pc
PC3048T-T22 Gray
338.0
5 22500
U; nit - 3048 Units come standard with Body -Open Bottom, Lid, and SS Hex Bolt Floating Nut Hardware
I T15 30481600
Unit, PC3048-18, T15 - Blank PC304818-T15 ! Gray 1 18"
408.0 T'i 2 15000 i
T15 30481603
Unit, PC3048-18, T15 -"Electric" PC304818-T15 Gray ! 18" 1408.0
2 ? 15000
T15 30481604
Unit, PC3048-18, T15-'FIBER OPTICS' PC304818-T15_457 1 Gray 18"
408.0 2 15000
Enclosures Product Catalog - Electric 27
1212
OLDCASTLE POLYMER
(formerly H-Series)
COVER
Style:
Flush Solid
Material:
Polymer Concrete
Model:
12" x 12"
Weight:
10 Ibs
Std. Fasteners:
1/2-13 Stainless Steel Hex Head
Bolt, Washer and Floating Nut
Options:
Logos and Special Markings
Surface:
Slip Resistant
Performance:
ANSI/SCTE-77, Tier 15 or Tier 22*
Cover comes standard with permanent
markings for manufacturer, load rating, model
size and manufacturing location.
Material:
Polymer Concrete
Model:
12" x 12"
Weight:
12" Depth: 32 Ibs.
Wall Type:
Straight
Performance:
ANSI/SCTE-77 Tier 22
LOAD RATING / NOTES
®MEDIUM DUTY
ANSI/SCTETIER15
HEAVY DUTY
ANSI/SCTE TIER 22
For use in non -vehicular traffic situations only.
Weights and dimensions may vary slightly.
Actual load rating is determined by the box
and cover combination.
3�4
Q< „
F
3/8
MIN WALL 12%"
i
THICKNESS
l
7/" FOOTING
* Based upon lid and body combination, this unit can be Tier 15 or Tier 22. T22 rating when paired with T22 polymer concrete lid.
Bolt Down
Detail
1212
OLDCASTLE POLYMER
(formerly H-Series)
COVER OPTIONS
Oldcastle Polymer, Flush Solid
Steel, Solid
FASTENER OPTIONS 0
Hex Head Bolt (A)
Penta Head Bolt (B) Standard Thread A B C
Penta Head Coil Thread Bolt (B)
Oldcastle Vandal Resistant Bolt (C)
Captive Bolt Retainer
Coil Thread Bolt Retainer
(for standard thread)
ADD ON OPTIONS
EMS Marker
Mouseholes/Knockouts rJ J r
Rack Mount J
Cable Racks/Cable Arms
Unistrut Rack Mount .000 Pulling Eye
Pulling Eye -1,000 lb and 3,000 lb
Ground Buss
Dividers
Racking Provision 10 Cable Rack Unistrut
Lid Gaskets* Cable Arm
Solid Bottom EMS Marker Ground Bus
Custom Marking Plate (Polymer)
* Lid Gaskets inhibit water flow into the box, they do not make enclosure fully waterproof.
• WARNING: Cancer-www.P65Warnings.ca.gov
All information contained on this sheet is current at the time of publication.
Oldcastle reserves the right to discontinue or update product information without notice.
Revision 11/09/18
9 2018 Oldcastle Infrastructure
N
OLDCASTLE POLYMER 1212
Polymer Concrete - 12" x 12'
®MEDIUM DUTY
ANSI/SCTE TIER 15
HEAVY DUTY
ANSI/SCTE TIER 22
I I I I ITEM I PALLET I DESIGN QUICK
RATING i PART # DESC 1 DESC 2 COLOR DEPTH WEIGHT QTY LOAD (LB) SHIP
I
T15
1212 044
Lid, PC1212, T15 -'Communication' with coil
Gra
13.3
144
15000
T15
12124407
Lid, PC1212, T15-'Fiber Optics' with coil 1
Gray
13.3
144
15000
T15
T15
12124408
12124410
Lid, PC1212, T15-'Tele hone'
Lid, PC1212, T15 - 48 Marking Plate Req
Gray
Gray
13.3
19.3
144
144
15000
15000
T15
12124411
Lid, PC1212, T15 - 48 Marking Plate Req, Coil Bolt
Gray_
13.3
144
15000
T15
12124412
Lid, PC1212, T15 - 48 Marking Plate Req EMS hex, Coil Bolt
Gray
13.3
144
15000
T15
T15
12124413
; 12124403
Lid, PC1212, T15 with EMS 48 Marking Plate Req
Lid, PC1212, T15-'Electric' WITH COIL BOLT
Gray
Gray
13.3
13.3
144 1
144 1
15000
15000
T15
12124404
Lid PC1212 T15-'Street Lighting' WITH COIL
Gray
13.3
144
1 15000
T15
12124405
Lid, PC1212, T15-'Traffic Signal' WITH COIL
Gray
13.3
144
115000
T22
12124423
Lid, PC1212, T22-'Electric' WITH COIL
Gray
13.5
144
22500
T22
12124424
Lid, PC1212, T22-'Street Lightin�WITH COIL
Gra
13.5
144
22500
T22 12124425
Lid, PC1212, T22-7raffic Signal' WITH COIL
Gray
13.5
144
22500
T22 12124402
Lid, PC1212, T22- 48 Marking Plate Req
G ray
' 13.5
144
22500
T22 12124421
Lid, PC1212, T22 - 48 Marking Plate EMS
Gray
1 13.5
144
22500
1
_
T22 12124426
Lid, PC1212, T22-'Communication' WITH COIL
Gra
' 13.5
144
22500
T22 12124427
, Lid, PC1212, T22-'Fiber Optics' WITH COIL
Gray
13.5
144
22500
T22 12124428
Lid, PC1212, T22-'Telephone' WITH COIL
Gra
13.5
144
22500
T22 12124429
Lid, PC1212, T22 - BLANK WITH COIL
Gra
13.5
144
22500
T22 12124430
Lid, PC1212, T22 - 48 Marking Plate Req, Coil Bolt
_
Gray
13.5
144
F22500
T22 1124431
Lid, PC1212, T22 - 48 Marking Plate Req'd, EMS, Coil
I Grav
13.5
144
22500
Unit - 1212 (Units come standard with Body -Open Bottom and Lid)
T15
12121001
Unit, PC1212-12, T15 2" x8" -'Electric'
2x 112 in. FCvr 011
12"
Gray
16
1 37.1
15000
T15
12121005
Unit, PC1212-12, T15 2"x8" -'Communication'
2x 112 in. FCvr 041
12"
Gray
16
34.8
15000
T15
12121402
Unit, PC 1212-12, T15, 48 Marking Plate Required
I Bolt Down, Hex Coil Thread
12"
Gray
16
64.0 -I
15000
— --
T15
12121403
Unit, PC 1212-12,T15, 4x8 Marking Plate Required
Bolt Down, Hex Coil Thread wEMS
12"
Gray
16
64.0
15000
T22
12121408
Unit, PC 1212-12, T22, 48 Marking Plate Required
Bolt Down, Hex Coil Thread
12"
Gra
16
63.0
22500
T22
12121409
Unit PC 1212-12, T22 4x8 Marking Plate Required
Bolt Down, Hex Coil Thread w EMS
: 12"
Gray
16
64.0 22500
OLDCASTLE POLYMER 1324
Polymer Concrete - 13" x 24" L
®MEDIUM DUTY
ANSI/SCTE TIER 15
HEAVY DUTY
ANSI/SCTE TIER 22
RATING i PART # DESC 1 DESC 2 COLOR DEPTH ITEM I PALLET j DESIGN QUICK
WEIGHT QTY LOAD (LB) I SHIP
Body -1324 -
T22 13242020 Body, PC1324-12,SW _ PC132412SW Gray 12" 50.0 16 225006
T22 13242023 Body, PC1324-18,SW PC13241 SSW
Gray
18"
52.0
12
122500
T22 13242038 !Body, PC1324-24,SW PC132424SW
Gray
N
89.0
14
122500
d a d e C r
"I �'FC''`_
22
Oldcastle Infrastructure
CROSSLAND
HEAVY CONTRACTORS
ADDENDUM NO. 3
Midtown Multimodal Corridor
City of Fayetteville, AR
Dated: July 18t", 2023
This Addendum shall be a part of the Plans and Contract Documents and Specifications to the same
extent as though it were originally included therein, and it shall supersede anything contained in the
Plans and Contract Documents and Specifications with which it might conflict.
A. GENERAL CLARIFICATIONS
1. N/A
B. SPECIFICATIONS / BID PACKAGES
1. Bid Package 009 — Street Lighting Exhibit A.1 Revised Bid Form
C. DRAWINGS
1. N/A
July 18, 2023_Crossland Heavy Contractors
CROSSLAND
HEAVY CONTRACTORS
ESTIONS AND ANSWERS
Q1— (Bid Package 4) Item F3 of the bid tab says 5" Binder, should this be 3" Binder & 2" Surface?
Al — Item F3 shall consist of 5 Inches of Binder — consisting of a 3-inch base course binder and a
2-inch surface course binder. A 2-inch final surface course will be installed across the entire
pavement in separate pay item. The Bid form for Bid Package 4 has been revised and is included
as an attachment to Addendum #2.
Q2 — (Bid Package 4) 1 could not find a certain asphalt mix called out. Is there a certain mix
required, or just an ArDOT approved Mix.
A2 — ArDOT Superpave Mix is required. The 3-inch base course binder shall conform to Table
406-1 in the ARDOT specifications. The 2-inch surface course binder AND the final 2-inch surface
course shall conform to Table 407-1 of the ARDOT Specifications.
Q3 — (Bid Package 8) Bid Items J4 & J5 have the same descriptions. Should one of these
descriptions be revised to read "Sycamore/Leverett"?
A3 — Yes, Item J5 should read TRAFFIC SIGNAL MODIFICATION (SYCAMORE/LEVERETT).
Q4 — (Bid Package 8) 1 am not finding a detail for the passive bollards on either plan set. Could
one be provided?
A4 — The provided detail is the preferred type. Please also note the bollard notes listed on the
bottom left of Pg 122 of the Dean -Sycamore Plans and Pg 46 of the Poplar -Woodland Plans. Detail
of Bollard is included as an attachment to Addendum #2 (Drawing A2-1)
Q5 — (Bid Package 8) Does the City of Fayetteville have a preferred manufacturer and model of
the passive bollards? Section 518 in the specs does not mention any details.
A5 — See Question/Answer #4 immediately above.
Q6 — (Bid Package 8) The signal modification at Sycamore & Leverett includes (4) RZ-4 video
detection cameras and (1) Vantage Edge 2 processor card. We have been informed by our vendor
that the Edge Cards have been discontinued. Will the Next System (cameras & processor) be
acceptable?
A6 — The Next System is acceptable.
July 18, 2023_Crossland Heavy Contractors
CROSSLAND
HEAVY CONTRACTORS
Q7 — (Bid Package 9) Does the City of Fayetteville have a preferred model and manufacturer of
trail lighting assemblies? I do not see any info in the specs or plans.
A7 — Yes, the information is provided below:
Post top fixture/pole Assembly
VISIONAIRE - N2F-L-HTLINL-(SELECT OPTICS)-48LC-5-3K-UNV-PT-BK-BLACKFINI-FBC
kyj to] ►Ie1IN=N►111yeQ.. ..- 01 1*0 1.1 '/
VISIONAIRE - DCB-4-5RF-BK
20' fixture/pole Assembl
VISIONAIRE - RLX-1-T3-20L-(SELECT CCT)-UNV-MAF-(SELECT FINISH)-PCR-(SELECT
VOLTAGE)-20KV
VISIONAIRE - RTSP-20-11G-10.50BC-136-SAM (SINGLE ARM 2FT MOUNT) -BLACK -GAL
Q7.1— The lighting model #'s that were provided in addendum #2 are incomplete.
A7.1— From the supplier: The part #'s are complete except for the areas noted in the parentheses
that say "select" but this will not affect pricing requests. The spec sheets for the fixtures are
attached
• Post top fixture/pole Assembly
o VISIONAIRE - N2F-L-HTLINL-(SELECT OPTICS)-48LC-5-3K-UNV-PT-BK-
BLACKFINI-FBC
o VISIONAIRE - RNTFA-5R-188-12-AKB-343-T3R-BK
o VISIONAIRE - DCB-4-5RF-BK
• 20' fixture/pole Assembly
o VISIONAIRE - RLX-1-T3-20L-(SELECT CCT)-UNV-MAF-(SELECT FINISH)-PCR-
(SELECT VOLTAGE)-20KV
o VISIONAIRE - RTSP-20-11G-10.50BC-136-SAM(SINGLE ARM 2FT MOUNT) -
BLACK -GAL
Q8 — (Bid Package 9) The plans provide details for the direct bury fiberglass poles, standard
lighting foundations, and special shallow foundations. The specs call for screw -in anchors for both
the 12' and 20' poles. Please advise on which foundations should be utilized.
A8 — Screw -in anchors are not allowed. Use the details shown on the plans
July 18, 2023_Crossland Heavy Contractors
CROSSLAND
HEAVY CONTRACTORS
Q8.1 — Item A8 is still showing for direct bury poles when the city standard has been concrete
base with anchor bolts for the post top assemblies.
A8.1— The note on the "Lighting Cross Section Detail" on Sheet 130 of the Dean/Sycamore and
on sheet 50 of the Poplar/Woodland plans that refer to "Direct Bury Poles" should be removed.
Direct bury poles are not allowed. Screw -In anchors are not allowed. All poles shall be set in
concrete footings as detailed on the plans.
Q9 — (General) Can the bid date be delayed?
A9 — Bid date was changed via Addendum #1
Q10 — (Bid Package 7) ARDOT, City of Springdale & City of Rogers have all adopted 6" edge &
centerline markings. They pay the same amount for the 4" as they do for the 6" due to the truck
work that must be done for reconfiguration of striping equipment. Will 6" edge & centerline
markings be acceptable for the following bid items:
■ 12 — 4" Thermoplastic Pavement Marking (White) — Change to 6"
■ 13 — 4" Thermoplastic Pavement Marking (Yellow) —Change to 6"
■ 112 — 4" Thermoplastic Pavement Marking (Yellow) —Change to 6"
A10 — NO, 4-inch stripping as indicated shall be installed.
Q11 — (Bid Package 7) Is it acceptable to remove the word "Preformed" from the items below?
The cost to used "Preformed" vs standard Thermoplastic on these items is significantly higher.
Request is to eliminate the word "Preformed" on the following:
■ 14 — 12" Preformed Thermoplastic Pavement Marking (White)
■ 15 — 12" Preformed Thermoplastic Pavement Marking (Yellow)
■ 16 — 24" Preformed Thermoplastic Pavement Marking (White)
■ 110 — Preformed Thermoplastic Pavement Marking (White) (Left Turn)
■ 111— Preformed Thermoplastic Pavement Marking (White) (Straight Arrow)
■ 112 — Preformed Thermoplastic Pavement Marking (White) (Lane Red. Arrow Right)
■ 113 — 12" Preformed Thermoplastic Pavement Marking (White)
■ 114 — 24" Preformed Thermoplastic Pavement Marking (White)
■ 118 — Preformed Thermoplastic Pavement Marking (White) (Yield Line Triangle)
A11— Standard Thermoplastic is acceptable.
July 18, 2023_Crossland Heavy Contractors
CROSSLAND
HEAVY CONTRACTORS
Q12 — (Bid Package 9) Bid Items K8, K11 & KK8 do not reference a particular size of pull box.
Please advise on the desired size/type.
Al2 — See Below:
• Item K8 and KK8 Pull Box shall be 11"x18" Type 2 Junction Box equivalent to "Oldcastle
1118" (cut sheet attached)
• Item K11 ITS Pull Box shall be 24"x36" Type 1 Service Box equivalent to "Oldcastle 2436"
(cut sheet attached)
• Item K7 and KK7 12"x12" Pull Box shall be 12"x12" Type 1 Junction Box equivalent to
"Oldcastle 1212" (cut sheet attached)
Q13 — (Bid Package 4) — Can a detail be provided for "Asphalt Driveway" — Plans do not give a standard
section for the asphalt driveways showing depth/thickness of asphalt &/or aggregate base below. All
details appear to be for Concrete Driveways.
A13 — Driveway sections are shown on Sheet 122 of 178 of the Deane/Sycamore plans and Sheet 46 of 72
of the Poplar/Woodland plans.
Q14 — (Bid Package 4) — Items F2 appears to be doubled up if Item F4 is to account for all final surface.
Please Advise.
A14 — Bid form for Package 4 will be revised — see attachment Bid Package 004-R1
Q15 — (Bid Package 9) — Items K2 & KK2 appear to be used for the conductors from the base of the poles
to the luminaires. However, the quantity of both items is greatly insufficient for this use. To provide 240V
power to the luminaires, we will need (2) hot wires and (1) neutral. Please advise if this quantity will be
revised.
A15 — Revised Response
• Bid Item K2 Street Lighting —1C No.10 Pole & Bracket Cable quantity shall be revised to
4179 LF (see revised bid form attached for Package K)
• Bid Item KK2 Street Lighting —1C No.10 Pole & Bracket Cable quantity shall be revised to
1395 LF. (See revised bid form attached for Package K)
• The same quantity revisions shall be made to the quantity tables on sheet 130 of the
Dean/Sycamore Plans and on sheet 50 of the Poplar/Woodland Plans.
July 18, 2023_Crossland Heavy Contractors
CROSSLAND
HEAVY CONTRACTORS
Exhibit A.1 Detailed Price Bid Form(s): *Revised per Addendum #3*
Bid Package 009 — Street Lighting
BID ITEM
ID
WORK ITEM DESCRIPTION
PAY
CITY
PAY
UOM
UNIT PRICE
EXTENDED PRICE
DEAN/SYCAMORE
K1
STREET LIGHTING - CONDUIT/WIRING
6,507
LF
K2
STREET LIGHTING - 1C No. 10 POLE & BRACKET CABLE
4,179
LF
K3
12' POLE WITH LUMINAIRE
87
EA
K4
20' POLE WITH LUMINAIRE
7
EA
K5
STREET LIGHT FOUNDATION
88
EA
K6
STREET LIGHT SPECIAL SHALLOW CONCRETE FOUNDATION
6
EA
K7
12" x 12" PULL BOX
94
EA
K8
PULLBOX
9
EA
K9
CABINETS
3
EA
K10
ITS - CONDUIT (2")
5,343
LF
K11
ITS - PULLBOX
5
EA
POPLAR/WOODLAND
KK1
STREET LIGHTING - CONDUIT/WIRING
2,150
LF
KK2
STREET LIGHTING -1C No. 10 POLE & BRACKET CABBLE
1395
LF
KK3
12' POLE WITH LUMINAIRE
26
EA
KK4
20' POLE WITH LUMINAIRE
3
EA
KK5
STREET LIGHT FOUNDATION
25
EA
KK6
STREET LIGHT SPECIAL SHALLOW CONCRETE FOUNDATION
4
EA
Page 27 of 41
CROSSLAND
HEAVY CONTRACTORS
KK7
12" x 12" PULLBOX
29
EA
KK8
PULLBOX
2
EA
KK9
CABINETS
2
EA
BID PACKAGE TOTAL =
The "Bid Price" (sometimes referred to as the extended price) for each unit price Bid item will be the product of the "Estimated Quantity", which the
Owner or its representative has set forth in the Bid Form, for the item and the corresponding "Bid Unit Price" offered by the Bidder. The total of all unit
price Bid items will be the sum of these "Bid Prices"; such total will be used by owner for Bid comparison purposes. The final quantities and Contract Price
will be determined in accordance with Project Specifications. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of
the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum.
For the determination of the apparent low Bidder when unit price bids are submitted, Bids will be compared based on the total of the products of the
estimated quantity of each item and unit price Bid for that item, together with any lump sum items.
Performance and Payment Bond
Insert cost for Separate Performance and Payment Bonds valued at 100% of the Bid Package Total Above: ($
ADD ALTERNATE ITEMS (DO NOT INCLUDE IN BID PACKAGE TOTAL OR FIGURE INTO PERFORMANCE & PAYMENT BOND TOTAL
BID ITEM
ID
WORK ITEM DESCRIPTION
PAY
CITY
PAY
UOM
UNIT PRICE
EXTENDED PRICE
DEAN/SYCAMORE - ALTERNATES
ADD ALT 1
(ALTERNATE) ITS— CONDUIT (3.5") (OPTION 1— FUTURE PATH JUMBO)
5,343
LF
ADD ALT 2
(ALTERNATE) ITS— CONDUIT (3.5") (OPTION 2 —FUTURE PATH HYBRID)
5,343
LF
Page 28 of 41
CROSSLAND
HEAVY CONTRACTORS
KK7
12" x 12" PULLBOX
29
EA
KK8
PULLBOX
2
EA
KK9
CABINETS
2
EA
BID PACKAGE TOTAL =
The "Bid Price" (sometimes referred to as the extended price) for each unit price Bid item will be the product of the "Estimated Quantity", which the
Owner or its representative has set forth in the Bid Form, for the item and the corresponding "Bid Unit Price" offered by the Bidder. The total of all unit
price Bid items will be the sum of these "Bid Prices"; such total will be used by owner for Bid comparison purposes. The final quantities and Contract Price
will be determined in accordance with Project Specifications. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of
the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum.
For the determination of the apparent low Bidder when unit price bids are submitted, Bids will be compared based on the total of the products of the
estimated quantity of each item and unit price Bid for that item, together with any lump sum items.
Performance and Payment Bond
Insert cost for Separate Performance and Payment Bonds valued at 100% of the Bid Package Total Above: ($
ADD ALTERNATE ITEMS (DO NOT INCLUDE IN BID PACKAGE TOTAL OR FIGURE INTO PERFORMANCE & PAYMENT BOND TOTAL
BID ITEM
ID
WORK ITEM DESCRIPTION
PAY
CITY
PAY
UOM
UNIT PRICE
EXTENDED PRICE
DEAN/SYCAMORE - ALTERNATES
ADD ALT 1
(ALTERNATE) ITS— CONDUIT (3.5") (OPTION 1— FUTURE PATH JUMBO)
5,343
LF
ADD ALT 2
(ALTERNATE) ITS— CONDUIT (3.5") (OPTION 2 —FUTURE PATH HYBRID)
5,343
LF
Page 28 of 41
12
CMAR AFFIDAVIT
AFFIDAVIT OF COMPLIANCE
CONSTRUCTION MANAGER -AT -RISK
PROJECT: /Vl%cl-(o�.�•. �tt,,f.�%..Nod..l ��r•�lor
I, ( Mark Sell ), having been first duly sworn and authorized, provide this Affidavit for and on behalf of
(Crossland Heavy Contractors, Inc.) and state the following in reference to the project solicited and
Contracted under RFQ 22-07 and applicable to Change Order # ( ):
1. My name is Mark Selland I am the President for (Crossland Heavy Contractors, Inc.). I am qualified
and authorized to execute this affidavit.
2. (Crossland Heavy Contractors, Inc.), pursuant to its contract with the City of Fayetteville, hereby
certifies that it has reviewed the provisions set forth in Ark. Code Ann. § 14-58-1001, and verifies
that it has complied with that statute and all other applicable rules and regulations, whether
recited in §14-58-1001 or elsewhere in Arkansas law, for the above -identified project.
3. The City of Fayetteville shall be held harmless and indemnified for any disputes that arise regarding
the procurement and bidding processes performed by (Crossland Heavy Contractors, Inc.).
FURTHER AFFIANT SAYETH NOT.
�L
Signed this /c� day of , 2023.
k
PRINTED NAME SIGNATU E
�rt S,riicn
TITLE
STATE OF )(]C]t[f S )
COUNTY OF O 1 "C )
Subscribed and sworn to before me, a Notary Public, this day of 2023.
r
KAYLA I. O'BRIEN
N®!®ry Public - Sta:e of Kansas Notary Public
M�nndt E � r (,rJ ' I F
My Commission Expires: I 10_Z J
CITY OF
FAYETTEVILLE CITY COUNCIL MEMO
ARKANSAS
TRANSPORTATION COMMITTEE MEETING OF AUGUST 29TH 2023
TO: Transportation Committee
THRU: Chris Brown, Public Works Director
Alison Jumper, Director of Parks, Natural Recourses and Cultural Affairs
Matt Mihalevich, Active Transportation Manager
FROM: Dane Eifling, Mobility Coordinator
DATE: August 24, 2023
SUBJECT: Ordinance Change — Restrictions of Vehicles Allowed on City Trails
RECOMMENDATION:
Staff recommends ordinance change to section 71.170 of City code Restriction of Type of
Vehicles Allowed on City Trails.
BACKGROUND:
Section 71.170 of City code Restriction of Type of Vehicles Allowed on City Trails is part of the
City's traffic code and was adopted in February 2011.
Current proposed revisions to this ordinance have been drafted by City staff and reviewed and
approved by the City Attorney's office. The Parks and Recreation Advisory Board reviewed the
proposed changes during their August 7t", 2023 meeting. The Active Transportation Advisory
Committee during the August 9t", 2023 meeting and unanimously supported the proposed
changes.
DISCUSSION:
Since 2011 technology has advanced to make personal electric mobility devices such as e-
bikes and e-scooters extremely popular. The Arkansas State Legislature has also passed state
laws defining and regulating maximum weights, speeds and wattage for personal electric
mobility devices.
The recommended ordinance change is consistent with state law, allowing class I and II e-bikes
and personal electric mobility devices with motors under 750 watts (1 horsepower) to continue
to operate legally on Fayetteville's shared -use paved trails. The update clarifies prohibitions on
vehicles such as golf carts, electric mopeds, gas -powered vehicles and vehicles with motor
wattage of 750 watts or greater operating on shared -use paved trails.
Changes also include minor updates related to place names and other miscellaneous items.
BUDGET/STAFF IMPACT:
None
Attachments: Ordinance revision with markups
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
71.170 Restriction Of Type Of Vehicles Allowed On City Shared -Use Paved Trails
(A) No golf carts or comparable sized vehicles nor any gas powered vehicles or electric vehicles with motor
outputs exceeding 750 watts (1 horsepower) (except city maintenance or emergency vehicles) shall be driven
or operated on any other city shared -use paved trail, except as follows.
(1) Pedicabs may be operated on city trails pursuant to the authorization and restrictions of §117.102(D)
of the Fayetteville Code.
(2) A segment of the PFepesed-Meadow Valley tTrail from the Stephen Carr Memorial Blvd Perter Read
underpass through University of Arkansas property and Washington County Fair property along an
;sting gravel road (as shown n the attached r. ^'adjacent to Interstate 49 shall allow the use of gas
wed -motor vehicles during the annual Washington County Fair or other special events 4
authorized by the Washington County Fair Board or as authorized by the University of Arkansas.
(3) A portion of the Clear Creek Trail from Highway 71 to an existing cabin shall allow gas eweFed motor
vehicles for access to the cabin, but only with the permission of the owner of the cabin.
(B) Skates sl(ateb d aP Eelectrically powered personal mobility devices, including but not limited to
sseeters; class I and II electrical bicycles (e-bikes)-bides as defined in r*�- Ark. Code Ann. § 27-51-
1702; §§ 27 51 1703 to 1706 and bieyGles segways, electric motorized scooters Le -scooters ) as defined b in
Arka Rs,r Cede Electric Motorized SeG t„r �Ark. Code Ann. § 27-51-1902 etc —may be used on c4C
shared -use paved trails only when their use does not create a safety hazard forother trail users.
pedestFians,
(Ord. No. 5385, 2-3-11)
71.171 Rules Of The Road For Fayetteville Trails
(A) Pedestrians and Joggers. Pedestrians, skaters and joggers should walk, skate or jog near the right side of the
trail to accommodate faster runners, skaters, bicyclists, and faster traffic to pass on the left side of the lane-2
(B) Bicyclists, Skaters, Runners and Others. Persons should ride their bicycles, segways, electrical bikes (-e-bikes),
skate boards, scooters, and electric motorized scooters (e-scooters) on the right side of the lane unless
passing. Persons running, skating, or riding bicycles, Segways, e-bikes skateboards, scooters, and e-scooters
and P, Tshall give an audible warning prior to passing slower traffic. Passers shall not cross the solid
yellow line. Passers shall not cross the dashed yellow line if oncoming traffic is close enough that the passer
cannot return to his/her lane before reaching oncoming traffic or if crossing the dashed yellow line causes
any safety hazard.
(C) Speed Limit.
(1) No person shall Skate eir ridle Ihis bicycle, segway, skatebeard ^^ter ^r .,th ryehirL, An a travel on a
city shared -use paved trail at a speed greater than is reasonable and prudent under the conditions
then existing.
(2) No person shall skateA_,;;d-e hbsbrcycle, segway, skatebeaFd seeete.r ^ ether. eWel^ travel on a city
shared -use paved trail at a speed greater than 15 m.p.h..
gFeater than 10 m.p.h. en a eity trail when eneeming tra4ie iS pFesent eF when passing tFa4ie geing the
same diF Gt•^
(43) Persons traveling on a city shared -use paved slating r Fidi g hieyele segways, skatr,beaFd seeeteFs,
r r.th.,r ,•^h;^I ;t,. trail in such a manner as to indicate a reckless disregard for the safety of
Created: 2023-06-29 16:12:59 [EST]
(Supp. No. 29)
Page 1 of 2
others shall not only be subject to punishment set forth in §10.99, but may have their right to skate
ride their ^hie'^ � use the city trails suspended for up to one year. Any person violating a
suspension period shall be guilty of a separate violation of this subsection.
(Ord. No. 5182, 10-07-08)
(Supp. No. 29)
Created: 2023-06-29 16:12:59 [EST]
Page 2 of 2
ARKANSAS' E-BIKE LAW FOR THE ROAD
» E-bikes are regulated like bicycles. The same rules of the road
apply to both a -bikes and human -powered bicycles.
E-bikes are not subject to the registration, licensing, or
insurance requirements that apply to motor vehicles.
» Arkansas designates three classes of e-bikes:
• Class 1: Bicycle equipped with a motor that provides
assistance only when the rider is pedaling, and that ceases to
provide assistance when the a -bike reaches 20 mph.
-Class 2: Bicycle equipped with a throttle -actuated motor, that
ceases to provide assistance when the a -bike reaches 20 mph.
eMTB GUIDELINES
» On federal, state, county and local trails, e-mountain bike (eMTB) access
varies significantly.
» Generally, any natural surface trail that is designated as open to both
motorized and non -motorized uses is also open to eMTBs.
» eMTBs may not be allowed on trails managed for non -motorized activities.
Do not ride your eMTB in areas where the local rules are unclear. Ride
legally and only on authorized trails to show that mountain bikers are
responsible trail users.
When in doubt, ask your local land manager about access to specific
trails. Local land rules change frequently.
» A map of great eMTB rides at peopleforbikes.org/emtb
» eMTB "Adventures" at peopleforbikes.org/e-bikes
With an a -bike, bicyclists can ride more often,
farther, and for more trips.
Electric bicycles are designed to be as safe as traditional bicycles, do
not compromise consumer safety, and benefit bicyclists who may be
discouraged from riding a traditional bicycle due to limited physical
fitness, age, disability or convenience.
In many states, a -bikes are regulated under antiquated laws primarily
aimed at combustion engine vehicles such as mopeds or scooters.
PeopleForBikes and the Bicycle Product Suppliers Association are
clarifying state laws governing the use of a -bikes in the U.S. Every
state's law is different, but the objective is to ensure that low -speed
e-bikes are regulated similarly to traditional, human -powered bicycles.
• Class 3 : Bicycle equipped with a motor that provides assistance
only when the rider is pedaling, and that ceases to provide assistance
when the a -bike reaches 28 mph.
» Helmets are required for riders of Class 3 e-bikes under 21 years of
age. Persons under 16 years of age may not ride a Class 3 e-bike.
There are certain access restrictions for Class 3 e-bike riders.
» Local governments have the authority to restrict the use of a -bikes
under motor power on bike paths. When in doubt, check with your
town, city, or county for local rules and regulations.
The following Arkansas laws are referenced: Ark. Code §§ 27-20-101, 27-20-106.
ARKANSAS' E-BIKE LAW FOR TRAILS
» LOCAL: Consult your local land management agency.
» STATE: Arkansas State Parks or Arkansas Highway and Transportation
Department do not currently have an eMTB policy. Contact the
departments for the most up to date information. PeopleForBikes is
monitoring this policy and will update this document as needed.
FEDERAL: On federal lands, eMTBs are considered motorized vehicles
and have access to motorized trails. Contact the U.S. Forest Service
Southern Regional Office for more information.
GREAT eMTB RIDES IN ARKANSA
» Mocassin Gap Horse Trail » Brock Creek Trails
Russellville 128 miles Russellville 1 15.2 miles
Learn more at PeopleForBikes.org/e-bikes
Blogs and webinars
» E-bike laws around the country
» E-bike statistics and research
Buying guide
» Retailer materials
» eMTB management resources
0 0 0
CITY OF
FAYETTEVILLE
ARKANSAS
TO: Chris Brown, Public Works Director
THRU: Matt Mihalevich, Active Transportation Manager
FROM: Dane Eifling, Mobility Coordinator
DATE: August 23, 2023
SUBJECT: E Huntsville Rd Traffic Calming
STAFF MEMO
RECOMMENDATION:
Forward proposed speed cushion installation to Transportation Committee for review.
BACKGROUND:
Earlier this year residents of E Huntsville Rd request a traffic study be done to determine if the
street qualified for the City's traffic calming program. A study was conducted in June following
the completion of construction and reopening of the intersection of Rock St and College Ave.
reopened. The Study indicated that speeds and volume exceed the minimum requirements to
warrant traffic calming on the street.
DISCUSSION:
City staff installation of speed cushions at one location between Barton Ave and Wood Ave.
Residents successfully gathered the required signatures for 60 percent approval of the
installation.
Residents also expressed support for a 4-way stop at Willow Ave and Huntsville Rd. The 4-way
stop is not being considered as a traffic calming measure at this time.
BUDGET/STAFF IMPACT:
Traffic crew time approximately 4 hrs.
Materials cost of
Attachments:
Speed and volume study
Resident signature sheet
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
SURVEYED BY:
60 0 60 DRAWN BY:
LIVA
DESIGNED BY:
DE
Scale: 1"= 60'
V L
D J w
W Z
p -'' m - 0 0
'I 410 E HUNTSVILLE RD 416 E HUNTSVILLE RD 418 E HUNTSVILLE RD w 534 E HUNTSVILLE RD - (,/) O
324 E HUNTSVILLE RD fn o 510 E HUNTSVILLE RD W O
406 E HUNTSVILLE RD
- - - - 540 E HUNTSVILLE RD U J
465 S MASHB Q � O
LJ
LLJ
0- ;E�
— (2) SPEED CUINSTALL SHIONS _ INSTALL
- — (2) SPEED CUSHION \ = J
LU
SIGNS _ C J_
E HUNTSVILLE RD
'
407 E HUNTSVILLE RD
409 E HUNTSVILLE RD
317 E HUNTSVILLE RD
O'
97 S WOOD AVE _
m 507 E HUNTSVILLE RD
+r • 509 E HUNTSVILLE RD «
O
--
REVISED
t
531 E HUNTSVILLE RD
,t
O1V
LY
> >
w
— x
L I�Q 0
OF-z Z
U LL Q Z o
rj,- 2
LLJ
LLJ
LINA -
Z M m
Z ..
LLJ
E HUNSTVILLE RD
DATE: Jul 18, 2023
SPEED CUSHION DETAIL SHEET
DIMENSION OF ONE SPEED CUSHION:
TLx6'Wx3"H
DRAWING:
Huntsville Rd
m
/
/
Lri
c
2
/
_00
rn
CF)
_
�E
\
2 E 0
/
� [ �
q/ )
~/
w0 CL
k \
/ � a
e
E
-i\
-_
0
��
fw/
/�7v
§k
_
ƒ�=7
$
CL
$2
_
A\\a6
CN
®
0 \
CN
�==7
cUk0
= o
�\=3
0 0
$< s U)
£ //$
� f/3
�0
�L/\
22%—
Ic±k
0
�
§ a .. E
$ � / � .. � % CL
�
0M
mo-
oaQ3cnLL o
e
k
\
CD
CD
Cl.
cl-
�r
Et
200
�
�/
L/^
CN
CQ
��
(�/
T�
�\co
�:
4) c6
Rq-
_/\
�0
=
g® e
��
5/
\\/
$ �
U) U)
N
cLO
A0M.011
2
E w m\
k§
o�e�$52E)
9 c\r
0) -E
q=
ckƒ3\k/
§
k §
c o
E2�2
_ E
0 f 2$$ CL E a)2
o a u
I L a(onz w =
7
L
0
2
o\o o\o o\o \ \ o\o o\o o\o o\o o\o o\o o\o o\o o\o o\o o\o o\o o\o o\o o\o \o \ o\ o\o d?
M O M Ol r1 O l0 (M In M r l N M M N N N O H a' I` O O O I`
(fl
M O M N rl O• -1 M r- O Lj M M O M l� I` If) 0 ` Li O M I0 0
M O•M In OO ri • 10 1fl ,: Ll
M d' ri O rl N N Q' M G M CO" O N
Q
CO O M -1 -1 rl rl M to w -1 I` m OO N H H N H H H -1 1- N H
Q!
(11
-1 O M -1 -1 M H to H N to -1 t0 O M N m H CO N H t0 M d' H
!-
A I-
H H H H H H M N N IT H H rl I`
M J
M
N
N
O
N
00
M O
— —
— —
00
N M Ln (M Ln Ln to rl I` 3' Ln Ln 3' M I— N I— rA I` O rl Ol 1 ' N �--I
N
oP
Cl)
IC)
N M N Ol rl to l.f) t` O rl W O O 4 O rl a' M M t0 I— N Ln .--I
3 I
C1
T M d' In ro d' M M rn T T cM �' �' �v aT aT aT aT aT d' d' In �v -w
7 Q
>+ s=
— —
— —
O
!?
L
E
C rl t0 Ln 61 C M to O OD rl !` N lfl C [� rl Ol [� Ol 6l M In rl t`
U) C0
op
M1
In In H I` I` In I— r- N In M 110 M m Ln w f— l0 CO 0 to O ICI
d
m
OD
M M d' d' M M N N M M M M M M M M M M M M M M M av M
3 O
H n
— —
— —
I
O c>3
C
CI
Id
N I` In to In O H M In m O CD In m to m H In N to I— In H I` N
r
N CL
'd
('') 9 9 rl If) 4 N M M 1' 1M 1M 10 �00 00 CO ' O 10 I� CO O lfl In ICI
N N N N N N N N N N N N N N N N N M N N N M N N N
I L.L =
X
�
N
I— a' N O l0 H N M M t0 O O t0 �v OO M M w CO Ln N 01 I— I— N
C�
N Q
N=co
2 E C
Id
Irnl-otoLntomvTInlntotol-:torno�wrnl`co, o,o,I-�ml�
cli U Q
: N 25o
N N M N N N N N N N N N N N N N N N N N N N N N N
r CO Cl)
c ': -
Cc:
N(O
O II
— —
— — — — — — — — — — — — — — — — — — — — — — — — —
a >
N C si S -r-
N M Ln M Ln 1� Ol Ol N r-I N N 1 l CO Ln O l0 N 0D Ol N M 01
(� L
w
C)
4)E Loco)
E E
IxQ
N In M N m H N �v N N �v N In H to In In Co N M N m CO M MX
Q%
U >+ Z
_�
I` rL M M
'
ad' d' d'
a' M ' In M In �v In �v �T In In -v a' a' In In In In In d' Ln
o E
N
aO
11 a� II
CI
---
O
a M
1 a' H N co H M 11 w H t0 m co O m In H t0 C, Co d' O CD 1' M
— / C
C U
O) I, d o
O O, rl M CD CO 1, rl rl M lfl O rP
(n yO U�
U II 01 C W
rl N rl rl rl rl rl rl -1 -1 -1 rl rl rl rl 1-11-1
C d L
x a•L
W E N O) d
7 Q
= fn U
s p
E
— —
— —
a-E ._ Ie
E C O 7 L
Z
o\o W om ao a ao o\o o\o o\o o\o o\o ow o\o o\o o\o o\o o\o o\o o\o o\o ao 6\ \ ao dP
In 11 ri N rl to In m I, N N O C' H C l0 In t0 Ln Co d' N N rl O
to m m m m 0l
r
r� 2 s
M O H O M N M N r- C. H O I` O In W M W
M _ C]. C
In N 7 (M 7 M M 7 rl In M M rl M 7 CO O In rl t` CO O
N
II 0. E
O
O O O O O rl M L— t` l0 l0 lfl !` In to t` OJ r- C C' N N rl O .••I
3
= E 00 U)
.a
N lfl Ol I- m O t0 I` O OD m M to m -TM I- cM m N CO CO O O Ln
0
IC) � d7 �(j M
I M I` to to �T M -;T to ri -;T I` m I` O m Ln d' d' N v
0
't Oj Cl) II
N N� II 0)
rl rl rl rl rl rl rl rl rl rl rl rl N
0
V
N
Cl) Q E ai
II o.E ya 11
c
N L
d-0 0 fl.L V
m
---
—
(D U) D t w
��; Co a 0
•M
y
o0000000000000000000000o I
o 000 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 1
0 LO
O
•rj
O .--I N n to M v II` O mO .--1 N M d' In w I` m mO H N M I
LL LL
OD r
E-1
0 0 0 0 0 0 0 0 0 0 1-1 1-1 1-1 1-1 1-1 1-1 H r i r i r i N N N N I
ca
m
C
�
J
c
'
;
s
.n
Q
_
m'
-0
O
w
�
C
a
v
°1
tkocu
3
c
.m
u
a
m
+�
L
�
~
E °
O
o
��
�3
2
w
O
C:
.0
0
L
N
O
C
0
N
u
Z
-a
v
v
a
E =
N
m -5
E
4-0
m
z
v, w
�+
C
O
+,
C
O
a
C_ E
In
m
u m
E m
a�i
a
Q
u
� H
m
U
Q
JO
a O
H
CSC
Im
0
L
N
CA
7
0
L
aJ
a
a
m
c
tko
a�
c
O
0
-d
a
D
Ln
ai
Ln
Ln
v
a
m
aJ
s
4-
0
a,
c
0
m
aJ
aJ
L-
+r
a,
i
CL
0
4-0
.LA
_J
LA
1
W
a,
0
a
a
m
Ln
0
v
O
a
cl
a
E
woo
z
A
J
in
Q
0
c=
J
>
z
0
CC
J
>
z
0
oc
J
>
z
0
W-
J
>
z
0
CC
J
>
z
0
C
J
>
z
W
>
a
0
0
w
J
J
>
z
0
s
J
J
>
z
0
w
W
W
J
>
z
0
w
J
J
>
z
W
O
W
v
W
O
Ln
W
Ln
W
w
!�
W
O
m
V1
r►
v
W
N
m
W
N
m
W
O
m
W
O
Rt
i
N
m�
Lnl0
I-
w
m
-i
a -I
•
Fri
J
k
L
i�
w
�
�
OLl
Z
q
N
0
W
J
cc
W
J
w
W
J
0
w
W
J
I
W
w
W
J
0
w
W
J
co
0
w
W
J
0
w
W
J
u
0
w
W
J
0
w
W
J
0
w
W
J
>
Z
>
r
z
7
I�
Z
0
0
Z
>
Z
Z
z
W
N
m
W
1-4
y
W
O
en
W
O
m
!n
C1
v
W
rl
m
W
ri
m
W
9 4
v
W
-zr
m
Ln
W
O
r'1
v
W
N
N
m
W
O
.-1
Q
\
y)
M
f V
rl
M.,t
e-4
r-I
Ln
rq
w
�--I
I�
l
00
rl
CA
e-i
O
N
,- 4
N
N
N
M
N
Transportation Committee
July 2023
CITY OF
FAYETTEVILLE
ARKANSAS
Veo
Launches
Dockless
Bike Share
Sep. 2018
2018
Fayetteville's Micromobility Timeline
State
Legislature
passes Act
1015
June 2019
2019
Spin
Launches
250 Scooters
Nov. 2019
Veo
Adds 250
scooters to
its bike share
fleet March
2020
2020
City/UA
increase permit
fees and
increase to
1.000 total
scooters Feb.
2021
Final Veo bicycles
phased out June
2021
2021
Veo Launches
Seated E-Scooters
Spin Introduces
100 E-Bikes
2022
CITY OF
W4WFAYETTEVILLE 2
ARKANSAS
Market Overview
Total Trips 370K 496K 422K
Average Distance 1.9 Mi 2.6 Mi 1.9 Mi
Peak Permitted 500 1,000 1,450
Rides Per Vehicle 2.2 1.8 1.2
Per Day
Permit Revenue to $16,000 $605400 $87,400
City
CITY OF
POP"ARKANS EVILLE
RKANSAS
Service Area
Added 3.3 square -mile
service area in west
Fayetteville in 2022
FU
Frr..,r..,, r ad
BALD WIN
HIM
CITY OF
W4WFAYETTEVILLE 4
ARKANSAS
Fayetteville/UA Vendors
Parent Ownership
Tier Mobility
Private
Year Founded
2017
2017
In Fayetteville Since
Nov 2019
Sep 2018
Number of US Markets
60
40+
Local Staff Positions
15
12
Headquarter Location
Berlin, Germany
Chicago
CITY OF
POP"ARKANS EVILLE
RKANSAS
x
sw
Xw
4
r\'
User Accountability
Warnings
17024
41224
4,566
Fines
50
98
408
User Bans
1
3
13
See Click Fix N/A N/A 60
Requests
�1 o
SeeClickFix o
CITY OF
.� YE EVILLE ARKANS 7
ARKANSAS
Equity Pricing
44F m
Standard Pricing $1 unlock $0.33/min $1 unlock $0.29/min
Access Pricing
$0.50 unlock
$0.10/min
Free Unlock
$0.29/min
CITY OF
WWFAYETTEVILLE 8
ARKANSAS
_j
TRAN \A r •AIL
f_
ik
.4A@gsllllmdm- APMP
1•
-.11l�
t _
62
r r• s� _'�3 f�' • •
Safety & Etiquette
Outreach
7 iffiffl!
Safety Initiatives
Safer Vehicles
• Larger Wheels
• Upgraded Brakes
• Hands -Free Features
• Phone docking
• Cargo holders
• Turn signals
• Brighter headlights
• Seated options
• Veo Cosmo
• Spin E-Bikes
Safer Rides
• Quality Public
Infrastructure
• Slower Streets
• Geo Fencing
• Slow Zones
• No Ride Zones
• No Parking Zones
CITY OF
.� FAYETTEVILLE 10
ARKANSAS 0
What are the rules and regulations for electric scooters in
Arkansas?
The City of Fayetteville said these scooters are much safer than the first ones that were
introduced in 2019.
5 days ago
W The Arkansas Democrat -Gazette
E-scooter revenue continues rolling in for Fayetteville
FAYETTEVILLE — E-scooter ridership is rolling along in Fayetteville, which means more
money for the city to improve the experience for all
1 month ago
%% Fayetteville Flyer
Spin launches e-bike fleet alongside electric scooters in
Fayetteville
Fayetteville s micromobility program once again includes electric bicycles. Spin, one of
two companies to operate e-scooters in the city...
Sep 28, 2022
W The Northwest Arkansas Democrat -Gazette
6,000 riders hop on Fayetteville scooters
FAYETTEVILLE — Lots of people have been scooting around the city. About 250
scooters from the company Spin have been on the city's streets...
Dec 26, 2019
W The Arkansas Democrat -Gazette
Micromobility program in Fayetteville rolling along with
updated vehicles, user-friendly apps ZrA7
FAYETTEVILLE — The city and the companies behind the electric scooters and bikes
available around town want to improve the experience for.
Nov 14, 2022
CITY OF
.� FAYETTEVILLE
ARKANSAS
11
DARK News
E-Scooter Programs: Lessons Learned Two Years In
Shared e-scooters rolled out on campus and across Fayetteville two years ago. Since StI,
inception, the City of Fayetteville and the U of A have... (1k
Oct 28, 2021
® KNWA
Fayetteville e-scooter companies offering discounted rates to
low-income riders ""Mo
Fayetteville's two electric scooter companies — Spin and Veo — are now offering
discounted rates to qualifying low-income customers,...
Apr 8, 2021
A Axios
Fayetteville pilots seated scooters
veo, one of the e-scooter providers in Fayetteville, has deployed 50 sitdown scooters
Apr 11, 2022
'& Fayetteville Flyer
Veo to test new seated e-scooters in Fayetteville -
Fayetteville will be the site of a pilot program to help test a new seated electric scooter.
Scooter provider Veo will offer free test rides...
Dec 2, 2021
CITY OF
V4WFAY ETTEVILLE 12
ARKANSAS
Emerging Technologies
Specifications
1- Double braking system: Front and rear wheel
drum brakes
2. Dual -side front and rear turn signals
3. Warning bell
4. Wireless charger. charging icon and mobile
device holder
5. Multi -function dashboard: Speedometer.
battery status. turn signal and headlight
indicator. and status light
6. Handlebar signage: OR code and device
activation instructions
7 Throttle
8. Headlight visible up to 500 feet
9- Internet -of -Things and GPS systems
10. Cargo hook
11. Onboard signage: Customer service number.
rules and regulations
12. Dual side reflectors visible up to 500 feet
13. Swappable lithium -ion battery of up to 43
miles on a full charge depending on terrain
14. Dual hydraulic front fork 15
15. Magnesium alloy 12' front tire and 10' rear
tires that are leak and puncture proof
16. Kickstand
17 Three -in -one rear light visible up to 500 feet
away
18. 350W rear motor
19. Dimensions: L47'x W22' x H48'
20. Weight: 71 lbs.
21. Shorter deck to reduce tandem riding
22. Wider deck width to increase stability and
comfort: 7.9'
16 ''
119 i 20
17
�2
15
CITY OF
V4WFAYETTEVILLE 13
ARKANSAS
Emerging Technologies
CITY OF
FAYETTEVILLE 14
ARKANS
ARKANSAS
Thank you!
Dane Eifling, Mobility Coordinator
Public Works, City of Fayetteville
CITY OF
FAYETTEVILLE
ARKANSAS
MEETING OF AUGUST 29, 2023
CITY COUNCIL MEMO
2023-1014
TO: Mayor Jordan and City Council
THRU: Chris Brown, Public Works Director
Susan Norton, Chief of Staff
FROM: Matt Casey, Engineering Design Manager
DATE: August 14, 2023
SUBJECT: Approval of a contract in the amount of $1,809,765.00 with APAC-Central, Inc. for the
construction of the 15th and Razorback Rd. Intersection Improvements Project,
approval of a project contingency of $180,000.00 (10%) and approval of a budget
adjustment.
RECOMMENDATION:
Staff recommends approval of a contract in the amount of $1,809,765.00 with APAC-Central, Inc. for the
construction of the 15th and Razorback Rd. Intersection Improvements Project, approval of a project
contingency of $180,000.00 (10%) and approval of a budget adjustment.
BACKGROUND:
The intersection of Razorback Road and 15th Street is a large intersection with multiple lanes entering the
intersection on each leg. The intersection is currently controlled as a four way stop with stop signs on each
leg. Being located in close vicinity of the Baum -Walker Stadium, Pinnacle Foods, and multiple apartment
complexes, this intersection sees a high volume of traffic. Improvements to this intersection were identified as
a project in the 2019 Transportation Bond Program.
The City of Fayetteville Engineering Division has prepared the design for this project.
DISCUSSION:
On August 8, 2023, the City received two (2) construction bids for this project. APAC-Central, Inc. submitted
the low bid of $1,809,765.00 for the total bid. Engineering staff recommends awarding this contract to APAC-
Central, Inc. The contract time is 180 days (6 months) for substantial completion.
BUDGET/STAFF IMPACT:
The roadway and drainage improvements are funded by the 2019 Transportation Bond Program.
ACCOUNT
PROJECT
AMOUNT
4702.860.7221-5809.00
46020.7222
$ 1,809,765.00
Mailing address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
ATTACHMENTS: 23-1014 SRF APAC Const 15th&Razorback (2), 23-1014 BA APAC Const 15th&Razorback,
15th & Razorback Contract, Bid 23-22, Submittal - APAC-Central, Inc. - E, Bid 23-22, Bid Tab - Final, Vicinity
Map
Mailing address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
== City of Fayetteville, Arkansas
y 113 West Mountain Street
Fayetteville, AR 72701
(479)575-8323
- Legislation Text
File #: 2023-1014
Approval of a contract in the amount of $1,809,765.00 with APAC-Central, Inc. for the
construction of the 15th and Razorback Rd. Intersection Improvements Project, approval of a
project contingency of $180,000.00 (10%) and approval of a budget adjustment.
A RESOLUTION TO AWARD BID #23-22 AND AUTHORIZE A CONTRACT WITH APAC-
CENTRAL, INC. IN THE AMOUNT OF $1,809,765.00 FOR THE CONSTRUCTION OF THE 15TH
AND RAZORBACK RD. INTERSECTION IMPROVEMENTS PROJECT, TO APPROVE A
PROJECT CONTINGENCY IN THE AMOUNT OF $180,000.00, AND TO APPROVE A BUDGET
ADJUSTMENT — 2019 STREET IMPROVEMENT BOND PROJECT
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #23-22 and
authorizes Mayor Jordan to sign a contract with APAC-Central, Inc., a copy of which is attached to this
Resolution, in the amount of $1,809,765.00 for the construction of the 15th and Razorback Rd.
Intersection Improvements Project, and further approves a project contingency in the amount of
$180,000.00.
Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget
adjustment, a copy of which is attached to this Resolution.
Page 1
Matt Casey
Submitted By
City of Fayetteville Staff Review Form
2023.1014
Item ID
9/5/2023
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
8/14/2023 ENGINEERING (621)
Submitted Date Division / Department
Action Recommendation:
Approval of a contract in the amount of $1,809,765.00 with APAC-Central, Inc. for the construction of the 15th and
Razorback Rd. Intersection Improvements Project, approval of a project contingency of $180,000.00 (10%) and
approval of a budget adjustment.
Budget Impact:
4702.860.7222-5809.00
Street Project 2022 Bonds
Account Number
Fund
46020.7222
15th/Razorback Rd Intersection
Project Number
Project Title
Budgeted Item? Yes
Total Amended Budget
$ 919,775.00
Expenses (Actual+Encum)
$ 839,774.60
Available Budget
$ 80,000.40
Does item have a direct cost? Yes
Item Cost
$ 1,989,765.00
Is a Budget Adjustment attached? Yes
Budget Adjustment
$ 1,989,765.00
Remaining Budget
F 80,000.40
V20221130
Purchase Order Number: Previous Ordinance or Resolution #
Change Order Number:
Original Contract Number:
Comments: Item Cost includes project contingency.
Approval Date:
City of Fayetteville, Arkansas - Budget Adjustment (Agenda)
Budget Year Division Adjustment Number
ENGINEERING (621)
/Org2
2023
Requestor: Matt Casey
BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION:
Approval of a contract in the amount of $1,809,765.00 with APAC-Central, Inc. for the construction of the 15th and
Razorback Rd. Intersection Improvements Project, approval of a project contingency of $180,000.00 (10%) and approval of a
budget adjustment.
COUNCIL DATE: 9/5/2023
ITEM ID#: 2023-1014
Holly Black
817512023 7: q7 Nn
RESOLUTION/ORDINANCE
Budget Division Date
TYPE: D - (City Council)
JOURNAL #:
GLDATE:
CHKD/POSTED:
TOTAL
Account Number
- -
Increase / (Decrease)
Expense Revenue
Project.Sub#
Project Sub.Detl AT
v.202388
Account Name
4702.860.7222-5809.00
1,809,765 -
46020
7222 EX
Improvements - Street
4702.860.7222-5911.99
4702.860.7999-5899.00
180,000 -
(1,989,765) -
46020
46020
7222 EX
7999 EX
Contingency - Capital Project
Unallocated - Budget
I of 1
DOCUMENT 00500 — AGREEMENT
BETWEEN OWNER AND CONTRACTOR
Contract Name/Title: RAZORBACK ROAD (HWY.112) & 15TH STREET (HWY.16)
INTERSECTION IMPROVEMENTS
Contract No.: 23-22, Construction
THIS AGREEMENT is dated as of the
The City of Fayetteville, Arkansas and
ARTICLE 1 - WORK
day of
in the year 2023 by and between
(hereinafter called Contractor).
1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The
work under this Contract includes, but is not limited to:
• The signalization of the intersection of Razorback Road and 15`h Street.
• Approximately 400 linear feet of road widening on 151 Street.
• Curb & Gutter and sidewalk construction.
• Drainage Improvements.
• Signage and Pavement Markings.
• Retaining wall construction.
Any use of a third -party dumpster or roll off container shall be procured from the City of Fayetteville
Recycling and Trash Collection Division. Use of a Non -City dumpster or roll off container is not allowed.
Open burning is not allowed on City projects.
Blasting is not allowed on City projects.
Contractor is responsible for obtaining all applicable permits; however, fees for the City issued permits
shall be waived.
The Contract includes work in City of Fayetteville Right-of-way and in General Utility Easements.
Refer to Section 00400-Bid Form for quantities.
ARTICLE 2 - ENGINEER
2.01 The Contract Documents have been prepared by the City of Fayetteville Engineering Division.
City of Fayetteville Engineering Division assumes all duties and responsibilities, and has the
rights and authority assigned to City of Fayetteville Engineering Division in the Contract
00500 Agreement 00500-1
DOCUMENT 00500 — AGREEMENT (continued)
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.
3.02 DATES FOR SUBSTANTIAL COMPLETION AND FINAL PAYMENT:
A. The Work shall be Substantially Completed within 180 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 210 calendar days after the date when the
Contract Times commence to run.
3.03 LI(.)UIDATED DAMAGES:
A. Owner and Contractor recognize that time is of the essence of this Agreement and that
The City of Fayetteville will suffer financial loss if the Work is not completed within
the time specified above, plus any extensions thereof allowed in accordance with the
GENERAL CONDITIONS. The parties also recognize the delays, expense, and
difficulties involved in proving the actual loss suffered by The City of Fayetteville if
the Work is not Substantially Completed on time. Accordingly, instead of requiring
any such proof, The City of Fayetteville and Contractor agree that as liquidated
damages for delay (but not as a penalty) Contractor shall pay The City of Fayetteville
Seven Hundred Fifty Dollars ($750.00) for each calendar day that expires after the time
specified above in Paragraph 3.02 for Substantial Completion until the Work is
Substantially Complete. After Substantial Completion, if Contractor shall neglect,
refuse, or fail to complete the remaining Work within the time specified in
Paragraph 3.02 for completion and readiness for final payment or any proper extension
thereof granted by The City of Fayetteville, Contractor shall pay The City of
Fayetteville Five Hundred Dollars ($500.00) for each calendar day that expires after
the time specified for completion and readiness for final payment.
ARTICLE 4 - CONTRACT PRICE
4.01 The CITY OF FAYETTEVILLE agrees to pay, and the CONTRACTOR agrees to accept, as
full and final compensation for all work done under this agreement, the amount based on the
unit prices bid in the Proposal (BID FORM) which is hereto attached, for the actual amount
accomplished under each pay item, said payments to be made in lawful money of the United
States at the time and in the manner set forth in the Specifications.
4.02 As provided in the General Conditions, estimated quantities are not guaranteed, and
determinations of actual quantities and classifications are to be made by ENGINEER as
00500 Agreement 00500-2
DOCUMENT 00500 — AGREEMENT (continued)
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.
There shall be no changes without prior written approval of the Engineer of
Record and/or the City's designated Professional Engineer.
ARTICLE 5 - PAYMENT PROCEDURES
5.01 SUBMITTAL AND PROCESSING OF PAYMENTS.
A. Contractor shall submit Applications for Payment in accordance with the GENERAL
CONDITIONS. Applications for Payment will be processed by Engineer as provided
in the GENERAL CONDITIONS.
5.02 PROGRESS PAYMENTS, RETAINAGE:
A. The City of Fayetteville shall make progress payments on account of the Contract Price
on the basis of Contractor's Applications for Payment as recommended by Engineer,
on or about the 15th day of each month during construction. All such payments will
be measured by the schedule of values established in the GENERAL CONDITIONS
(and in the case of Unit Price Work based on the number of units completed) or, in the
event there is no schedule of values, as provided in the General Requirements.
1. Prior to Substantial Completion, progress payments will be made in an amount
equal to the percentage indicated below, but, in each case, less the aggregate
of payments previously made and less such amounts as Engineer shall
determine, or The City of Fayetteville may withhold, in accordance with the
GENERAL CONDITIONS.
a. 95% of Work Completed (with the balance being retainage). If Work has
been 50% completed as determined by Engineer, and if the character and
progress of the Work have been satisfactory to The City of Fayetteville
and Engineer, The City of Fayetteville on recommendation of Engineer,
may determine that as long as the character and progress of the Work
subsequently remain satisfactory to them, there will be no additional
retainage on account of Work subsequently completed, in which case the
remaining progress payments prior to Substantial Completion will be an
amount equal to 100% of the Work Completed less the aggregate of
payments previously made; and
b. 100% of Equipment and Materials not incorporated in the Work but
delivered, suitably stored, and accompanied by documentation satisfactory
to The City of Fayetteville as provided in the GENERAL CONDITIONS.
00500 Agreement 00500-3
DOCUMENT 00500 — AGREEMENT (continued)
5.03 FINAL PAYMENT:
A. Upon final completion and acceptance of the Work in accordance with the GENERAL
CONDITIONS, The City of Fayetteville shall pay the remainder of the Contract Price
as recommended by Engineer and as provided in the GENERAL CONDITIONS.
ARTICLE 6 - CONTRACTOR'S REPRESENTATIONS
6.01 In order to induce The City of Fayetteville to enter into this Agreement, Contractor makes the
following representations:
A. Contractor has examined and carefully studied the Contract Documents including the
Addenda and other related data identified in the Bid Documents.
B. Contractor has visited the Site and become familiar with and is satisfied as to the
general, local, and Site conditions that may affect cost, progress, performance, and
furnishing of the Work.
C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and
Regulations that may affect cost, progress, performance, and furnishing of the Work.
D. Contractor has carefully studied all:
(1) Reports of explorations and tests of subsurface conditions at or contiguous to
the Site and all drawings of physical conditions in or relating to existing
surface or subsurface structures at or contiguous to the Site; and
(2) Reports and drawings of a Hazardous Environmental Condition, if any, at the
Site. Contractor acknowledges that The City of Fayetteville and Engineer do
not assume responsibility for the accuracy or completeness of information and
data shown or indicated in the Contract Documents with respect to
Underground Facilities at or contiguous to the Site.
E. Contractor has obtained and carefully studied (or assumes responsibility of having
done so) all such additional supplementary examinations, investigations, explorations,
tests, studies, and data concerning conditions (surface, subsurface, and Underground
Facilities) at or contiguous to the Site or otherwise which may affect cost, progress,
performance, and furnishing of the Work or which relate to any aspect of the means,
methods, techniques, sequences, and procedures of construction to be employed by
Contractor and safety precautions and programs incident thereto.
F. Contractor does not consider that any additional examinations, investigations,
explorations, tests, studies, or data are necessary for the performing and furnishing of
the Work at the Contract Price, within the Contract Times, and in accordance with the
other terms and conditions of the Contract Documents.
G. Contractor is aware of the general nature of work to be performed by The City of
Fayetteville and others at the Site that relates to the Work as indicated in the Contract
Documents.
00500 Agreement 00500-4
DOCUMENT 00500 — AGREEMENT (continued)
H. Contractor has correlated the information known to Contractor, information and
observations obtained from visits to the Site, reports and drawings identified in the
Contract Documents, and all additional examinations, investigations, explorations,
tests, studies, and data with the Contract Documents.
I. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or
discrepancies that Contractor has discovered in the Contract Documents and the
written resolution thereof by Engineer is acceptable to Contractor.
J. The Contract Documents are generally sufficient to indicate and convey understanding
of all terms and conditions for performance and furnishing of the Work.
ARTICLE 7 - CONTRACT DOCUMENTS
7.01 CONTENTS:
A. The Contract Documents which comprise the entire Agreement between The City of
Fayetteville and Contractor concerning the Work consist of the following and may only
be amended, modified, or supplemented as provided in the GENERAL
CONDITIONS:
1. This Agreement.
2. Exhibits to this Agreement (enumerated as follows):
a. Notice to Proceed.
b. Contractor's Bid.
c. Documentation submitted by Contractor prior to Notice of Award.
3. Performance, Payment, and other Bonds.
4. General Conditions.
5. Supplementary Conditions.
6. Specifications consisting of divisions and sections as listed in table of contents
of Project Manual.
7. Drawings consisting of a cover sheet and sheets as listed in the table of
contents thereof, with each sheet bearing the following general title:
RAZROBACK ROAD (HWY.112) & 15TH STREET (HWY.16)
INTERSECTION IMPROVEMENTS
8. Addenda numbers inclusive.
9. The following which may be delivered or issued after the Effective Date of the
Agreement and are not attached hereto: All Written Amendments and other
documents amending, modifying, or supplementing the Contract Documents
pursuant to the GENERAL CONDITIONS.
ARTICLE 8 - MISCELLANEOUS
8.01 TERMS:
A. Terms used in this Agreement which are defined in the GENERAL CONDITIONS
shall have the meanings stated in the GENERAL CONDITIONS.
00500 Agreement 00500-5
DOCUMENT 00500 — AGREEMENT (continued}
8.02 ASSIGNMENT OF CONTRACT:
A. No assignment by a party hereto of any rights under or interests in the Contract
Documents will be binding on another party hereto without the written consent of the
party sought to be bound; and specifically but without limitation, moneys that may
become due and moneys that are due may not be assigned without such consent (except
to the extent that the effect of this restriction may be limited by Law), and unless
specifically stated to the contrary in any written consent to an assignment, no
assignment will release or discharge the assignor from any duty or responsibility under
the Contract Documents.
8.03 SUCCESSORS AND ASSIGNS:
A. The City of Fayetteville and Contractor each binds himself, his partners, successors,
assigns, and legal representatives to the other party hereto, its partners, successors,
assigns, and legal representatives in respect to all covenants, agreements, and
obligations contained in the Contract Documents.
8.04 SEVERABILITY:
A. Any provision or part of the Contract Documents held to be void or unenforceable
under any Law or Regulation shall be deemed stricken, and all remaining provisions
shall continue to be valid and binding upon The City of Fayetteville and Contractor,
who agree that the Contract Documents shall be reformed to replace such stricken
provision or part thereof with a valid and enforceable provision that comes as close as
possible to expressing the intention of the stricken provision.
8.05 FREEDOM OF INFORMATION ACT:
A. City contracts and documents prepared while performing city contractual work are
subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act
request is presented to the City of Fayetteville, the contractor will do everything
possible to provide the documents in a prompt and timely manner as prescribed in the
Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally
authorized photocopying costs pursuant to the FOIA may be assessed for this
compliance.
8.06 LIENS:
A. No liens against this construction project are allowed. Arkansas law (A.C.A. §§ 18-
44-501 through 508) prohibits the filing of any mechanics' of materialmen's liens in
relation to this public construction project. Arkansas law requires and the contractor
promises to provide and file with the Circuit Clerk of Washington County a bond in a
sum equal to the amount of this contract. Any subcontractor or materials supplier may
bring an action for non-payment or labor or material on the bond. The contractor
promises to notify every subcontractor and materials supplier for this project of this
paragraph and obtain their written acknowledgement of such notice prior to
commencement of the work of the subcontractor or materials supplier.
00500 Agreement 00500-6
DOCUMENT 00500 — AGREEMENT (continued)
00500 Agreement 00500-7
DOCUMENT 00500 — AGREEMENT (continued)
IN WITNESS WHEREOF, The City of Fayetteville and Contractor have signed this Agreement in
quadruplicate. One counterpart each has been delivered to Contractor. Three counterparts each has been
retained by The City of Fayetteville. All portions of the Contract Documents have been signed, initialed, or
identified by The City of Fayetteville and Contractor.
This Agreement will be effective on
of the Agreement.
CONTRACTOR: AFA6- Ce„,+r,') I n G
By: Ic c..s,LY..►
(Type o bly print)
(Signature)
Title: Df1Qr'w,T�ur1S / lav�Q►q,i-('
, 20_, which is the Effective Date
CITY OF FAYETTEVILLE
By: Lioneld Jordan
(Signature)
Title: Mavor
Contractor shall attach evidence of authority to sign.
If Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution
authorizing Contractor's signature and execution of Agreement.
Further if Contrac %,�h�4� corporation, corporate entity or LLC, Contractor shall also attach a copy of the
14
Contractor's tl',oration and a copy form the Arkansas State Secretary of State to document
that the co r f�i , ort? al ,tity or LLC is in current "Good Standing" with the State of Arkansas and
such entituZetSittedterl work in the State of Arkansas.
Attest
"SEAL
.� 1980
j( kL �.�`(SEAL)
Attest
00500 Agreement 00500-8
DOCUMENT 00500 — AGREEMENT (continued)
Address for giving notices Address for giving notices
5 5 E • i11S� �� 113 W. Mountain St.
A (Z' Fayetteville, AR 72701
License No.
Agent for Service of process
Sit uv Yl Lo r)
(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 00500-9
CITY OF
WA FAYETTEVILLE
ARKANSAS
Bid 23-22 Addendum 3
APAC-Central, Inc.
Supplier Response
Event Information
Number: Bid 23-22 Addendum 3
Title: Construction - 15th St. and Razorback Rd. Intersection Improvements
Type: Invitation to Bid
Issue Date: 7/16/2023
Deadline: 8/8/2023 02:00 PM (CT)
Notes: The City of Fayetteville is accepting sealed bids from properly
licensed firms for the construction of the intersection improvements to
15th Street and Razorback Road in Fayetteville, Arkansas. This
includes, but is not limited to, the signalization of the intersection, road
widening, curb & gutter and sidewalk installation, drainage
improvements, signage and pavement markings, and retaining wall
construction. Questions regarding this bid should be addressed to
Amanda Beilfuss, Sr. Purchasing Agent at abeilfuss(a)fayetteville-
ar.gov or by calling (479) 575-8220.
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 9 pages Vendor: APAC-Central, Inc. Bid 23-22 Addendum 3
APAC-Central, Inc. Information
Contact: Doug Luetjen
Address: 755 E. Millsap Rd
Fayetteville, AR 72703
Phone: (479) 587-3300
Email: doug.luetjen@apac.com
By submitting your response, you certify that you are authorized to represent and bind your company.
Shaun Long
Signature
Submitted at 8/8/2023 09:23:45 AM (CT)
Requested Attachments
Bid 23-22, Required Signature Forms
shaun.long@apac.com
Email
15th Street and Razorback_Apac
Response Attachements.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 23-22, Bid Bond
Bid Bond Signed.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:
100057210
2
Arkansas Contractor License Number:
0011840424
3
Check Yes or No:
Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently
boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract,
with any public entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott
Israel, the contractor must notify the contracted public entity in writing.
❑✓ Yes, I 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.
❑✓ 1 agree
Bid Lines
Page 2 of 9 pages Vendor: APAC-Central, Inc. Bid 23-22 Addendum 3
1 5' x 5' Drop Inlet (Type C)
6
Quantity: 2 UOM: EA Price: $13,500.00 Total: $27,000.00
Page 3 of 9 pages Vendor: APAC-Central, Inc. Bid 23-22 Addendum 3
3 6" Solid White Pavement Marking (Thermo)
2
Quantity: 950 UOM: LF Price: $1.20 Total: $1,140.00
Page 4 of 9 pages Vendor: APAC-Central, Inc. Bid 23-22 Addendum 3
4 Remove and Reinstall Ex. R3-7, M5-1, R3-5fP, M1-5 Signs w/New Supports
8
Quantity: 1 UOM: LS Price: $1,100.00 Total: $1,100.00
Page 5 of 9 pages Vendor: APAC-Central, Inc. Bid 23-22 Addendum 3
6 Polara iNS2 3TB1 B: "iNS" iNavigator 2-wire Push Button Station
4
Quantity: 8 UOM: EA Price: $1,300.00 Total: $10,400.00
Page 6 of 9 pages Vendor: APAC-Central, Inc. Bid 23-22 Addendum 3
8 Electrical Conductors -in -Conduit (1 C/8 AWG)
0
Quantity: 900 UOM: LF Price: $3.50 Total: $3,150.00
Page 7 of 9 pages Vendor: APAC-Central, Inc. Bid 23-22 Addendum 3
9 RR Flagging Services (Not to Exceed Quantity)
6
Quantity: 100 UOM: HRS Price: $170.00 Total: $17,000.00
Page 8 of 9 pages Vendor: APAC-Central, Inc. Bid 23-22 Addendum 3
9 Ameristar Fencing
7
Quantity: 200 UOM: LF Price: $90.00 Total: $18,000.00
9 6" Thick Concrete Curbed Drainage Swale
8
Quantity: 15 UOM: SY Price: $1,200.00 Total: $18,000.00
9 Potholing Ex. Utilities
9
Quantity: 1 UOM: LS Price: $13,000.00 Total: $13,000.00
1 Helmeted Bicyclist Symbol with Arrow
0
0 Quantity: 1 UOM: EA Price: $300.00 Total: $300.00
Response Total: $1,809,765.00
Page 9 of 9 pages Vendor: APAC-Central, Inc. Bid 23-22 Addendum 3
Document A310TNI — 20,10
Conforms with The American Institute of Architects AIA Document 310
CONTRACTOR:
(Name, legal status and address)
APAC-Central, Inc.
755 E. Millsap Road
Fayetteville, AR 72703
OWNER:
(Name, legal status and address)
City of Fayetteville, AR
113 W. Mountain Street
Fayetteville, AR 72701
BOND AMOUNT: 5%
PROJECT:
Bond Number: 08082023
SURETY:
(Name, legal status and principal place of business)
Fidelity and Deposit Company of Maryland
1299 Zurich Way
Schaumburg, IL 60196-1056
State of Inc: Illinois
(Name, location or address, and Project number, if any)
City of Fayetteville, AR
15th Street & Razorback Rd Improvements
This document has important legal
consequences. Consultation with
an attorney is encouraged with
respect to its completion or
modification.
Any singular reference to
Contractor, Surety, Owner or
other party shall be considered
plural where applicable.
The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the
Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and
severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor
within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and
Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terms of such bid,
and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the
jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for
the prompt payment of labor and material furnished in the prosecution thereof; or (2) pays to the Owner the difference,
not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the
Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall
be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement
between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the
Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids
specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond
sixty (60) days.
If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this
deemed to be Subcontractor and the term Owner shall be deemed to be Contractor.
When this Bond has been furnished to comply with a statutory or other legal requirement in the loca
any provision in this Bond conflicting with said statutory or legal requirement shall be deemed dell
provisions conforming to such statutory or other legal requirement shall be deemed incorporated hE
furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law
Signed and sealed this 8th day of August 1 2023
- - (Principal)
(Witness)
(Title)
FidelitI and
(Surety —
( itness)
(Title)
APAC-Central, Inc.
osit Compdny of Maryland
(Seat)
Luetjen, A o ey in -Fact
S`''��#
J.
SEAL i
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New
York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by
Robert D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are
set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute,
and appoint Brandon Lefevre, Murry Cline, Michael Dugan, Kristopher McClanahan, Michael Eshleman, Doug Luetjen,
James Hawkins, Joshua Davis and Doug Fronick, all of Fayetteville, Arkansas, EACH, its true and lawful agent and Attorney -
in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: Any and all bid bonds issued on behalf
of APAC - Central, Inc. of Fayetteville, Arkansas each in a penalty not to exceed the sum of $1,000,000, any and all bonds and
undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as
fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the
ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL
AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons.
The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8,
of the By -Laws of said Companies, and is now in force.
IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said
ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 3rd day of January, A.D. 2023.
d �SEALm� z,°SEALm:s` _ ° m
5.'
ATTEST:
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
By: Robert D. Murray
Vice President
��p;Gt/-it✓ � �22$GLY��
By: Dawn E. Brown
Secretary
State of Maryland
County of Baltimore
On this 3rd day of January, A.D. 2023, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert D.
Murray, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who
executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of
the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and
the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written.
Iva Bethea
Notary Public
My Commission Expires September 30, 2023
Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790
EXTRACT FROM BY-LAWS OF THE COMPANIES
"Article V, Section 8, Attorney s-in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President
may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies,
recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such
attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any
time."
CERTIFICATE
I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN
CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the
foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of
the By -Laws of the Companies is still in force.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998.
RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary
and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such
facsimile signature and seal shall be valid and binding on the Company."
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of
May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a
meeting duly called and held on the 10th day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature
of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a
certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect
as though manually affixed.
IN TESTIMONY VHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies,
this 91U day of
AL
Bc
SAL
icO�qnLulxm`•�.4ka, may'.
�r�.•n1 nP'
s's•„^kwran�'+'
Fkt
''"'aamnm•xna"
r�.,n�
- M 9 P��
By: Mary Jean Pethick
Vice President
TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION
OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT
INFORMATION TO:
Zurich Surety Claims
1299 Zurich Way
Schaumburg, IL 60196-1056
Ph: 800-626-4577
If your jurisdiction allows for electronic reporting of surety claims, please submit to:
ret)ortsfclaims(iuzurichna. com
Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790
CITY OF
FAYETTEVILLE
RIF 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.
V 15% Bid Bond of the amount bid accompanied by required documentation (Power of Attorney, etc.)
u 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.
II pages provided with signature lines shall be appropriately signed, dated accordingly, and included with submitted bid
documents
F1All bids shall be received before the stated deadline utilizing the City's electronic bidding platform orsubmitting 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/userlcityoffayettevillear. Late or misdirected bids shall not be accepted. The City of
Fayetteville shall not be responsible for lost or misdirected bids, or failure of bidder's technical equipment. All bid
documents shall be delivered in a sealed envelope to the address stated in the advertisement or updated deadline issued
via Addenda. All bids should be delivered with the name of the bidder (contractor) on the sealed envelope as well as the
bidders Arkansas Contractor's License Number.
City of Fayetteville, AR
Purchasing Division —Suite 306
113 W. Mountain
Fayetteville, AR 72701
Additional Information Required:
• List of Subcontractors: Submit form on Ion Wave or attach if submitting a physical bid
• AR Secretary of State Filing #: 100051,110 OR submit electronically.
• Arkansas Contractor License #: O I1 syny2 q 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: 6ESor NO
Telecommunkations Devke for the Deaf Ti I4791521.1316
113 West Mountain • Fayetteville, AR 72701
DOCUMENT 00140 — BIDDER'S QUALIFICATION STATEMENT
Contract Name: RAZORBACK ROAD (HWY.112) & 15TH STREET (HWY.16) INTERESECTION
IMPROVEMENTS
Bid #: 23-22, Construction
Date: i 3
SUBMITTED TO:
The City of Fayetteville, Arkansas
113 West Mountain Street
Fayetteville, Arkansas 72701
SUBMITTED BY:
Company A PA C - Geni" 1T�n .
Name Shaun Loh G / n
Address 155 E`i
Principal Office 5 w► '� t,
Z
rpo�oer
artnership, individual, joint
r
Arkansas State General Contractor's License Number
ou// $yoV 2`{
(Type or legibly print)
EXPERIENCE STATEMENT
1. Bidder has been engaged as a General Contractor in construction for q O t years and
has performed work of the nature and magnitude of this Contract for qo+ years.
Bidder has been in business under its present name for aU I- years.
2. Bidder now has the following bonded projects under contract: (On a separate sheet, list
project name, owner, name of owner contact, engineer / architect, name of
engineer/architect contact, amount of contract, surety, and estimated completion date.)
3. Bidder has completed the following (list minimum of 3) contracts consisting of work
similar to that proposed by this Contract: (On a separate sheet, list project name,
owner, name of owner contact, engineer / architect, name of engineer/architect contact,
amount of contract, surety, and date of completion and percentage of the cost of the
Work performed with Bidder's own forces.)
4. Has Bidder ever failed to complete any project? If so, state when, where, and why.
00140 Bidder Qualifications 00140-1
DOCUMENT 00140 — BIDDER'S QUALIFICATION STATEMENT (continued)
Bidder normally performs the following work with his own forces:
dr
6. Construction experience of key individuals in the organization is as follows (continued
on attached sheets if needed):
7. In the event the Contract is awarded to Bidder, the required surety Bonds will be
furnished by the following surety company and name and address of agent:
I2 1I v uriC-k YJf%n
L Co I - (x
8. Bidder's Workmen's Compensation Experience Modifier Factor is:
FINANCIAL STATEMENT
B. If requested by the City of Fayetteville during the evaluation of bids the bidder shall provide
to the City of Fayetteville the following additional information:
Bidder possesses adequate financial resources as indicated by the following:
Assets and Liabilities: Attach a financial statement, audited if available, including
Bidder's latest balance sheet and income statements showing the following items:
a. Current assets (cash, joint venture accounts, accounts receivable, notes
receivable, accrued income, deposits, materials inventory, and prepaid expenses).
b. Net fixed assets.
c. Other assets.
00140-Bidder Qualifications 00140 - 2
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:
Jud,ment Creditors
a.
b.
Where Docketed and Date Amount
Bidder hereby represents and warrants that all statements set forth herein are true and correct.
Date: ;. , , 2023
Name of Organization:
By Lure,
(Type or legibly print)
By
(Signature) L
Title C.an5 r."� ;ems �NiY►1Q.keP
(Type or legibly print)
•.�:g��.; ,� i
SEAL
19$o w.
•. AFL p�+l P�•�'-'�
(If Bidder is a partnership, the partnership name shall be signed, followed by the signature of at least one
of the partners. If Bidder is a corporation, the corporate name shall be signed, followed by the signature
of a duly -authorized officer and with the corporate seal affixed.)
00140-Bidder Qualifications 00140 - 3
DOCUMENT 00400 — BID FORM
Contract Name: RAZORBACK ROAD (HWY.112) & 15TH STREET (HWY.16)
Bid Number: 23-22
BID TO:
Owner: The City of Fayetteville, Arkansas
113 West Mountain Street
Fayetteville, Arkansas 72701
BID FROM: L
Bidder: Afp AL� G,rril�ln� .
j55 E. mj1/5"a KL.
k"vi 1k. A kI
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
00 2
00400-Bid Form 00400 - 1
DOCUMENT 00400 - BID FORM (continued
sought by collusion to obtain for himself any advantage over any other Bidder or over
Owner.
L. Bidder will perform the Work in compliance with all applicable trench safety standards set
forth in Occupational Safety and Health Administration (OSHA) Part 1926 - Subpart P -
Excavations.
ARTICLE 4 - BID PRICE
Bidders are required to provide pricing for all line items, including deductive alternate items.
Failure to provide deductive alternate pricing can result in bid rejection.
The City intends to award this contract to the lowest qualified responsive responsible bidder based
on the total base bid as long as the base bid amount falls within the amount of funds certified for
the project plus 25%.
In the event no bid falls within the amount of funds certified for the project plus 25%, the City will
utilize the deductive alternates in order to further evaluate bids until a bid received falls within the
amount certified, plus 25%.
In the event all deductive alternates are subtracted from the total base bid and no bid falls within
the amount certified, plus 25%, all bids shall be rejected and become confidential.
In no case shall the amount bid for the item of "mobilization" exceed 5% of the total contract
amount for all items listed in the proposal or bid. Should the amount entered into the proposal or
bid for this item exceed 5%, the bid shall be rejected.
Bidder shall complete the work in accordance with the Contract Documents for the price(s)
submitted by the Bidder.
ARTICLE 5 - CONTRACT ITEMS
5.01 Bidder agrees that the Work will be substantially completed and completed and ready for final
payment within the number of calendar days indicated in the Agreement.
5.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to
complete the Work within the times specified in the Agreement.
ARTICLE 6 - BID CONTENT
6.01 The following documents are attached to and made a condition of this Bid:
A. Required 5% Bid security in the form of a cashier's check from a bank located in the State
of Arkansas or a Bid Bond in the amount of _ Dollars
($ 5 ' .10
)
B. A tabulation of Subcontractors and other persons and organizations required to be
identified in this Bid.
ARTICLE 7 - COMMUNICATIONS
7.01 Communications concerning this Bid shall be addressed to the Bidder as follows:
00400-Bid Form 00400 - 3
DOCUMENT 00400 — BID FORM (continued)
Email: AfAG .
Phone No.
Fax No.
ARTICLE 8 - TERMINOLOGY
8.01 The terms used in this Bid which are defined in the GENERAL CONDITIONS or Instructions to
Bidders will have the meanings assigned to them.
Arkansas State Contractor License No. Do
If Bidder is:
Name (type or printed):
Doing business as:
Business address:
Phone No.
Email address:
A Partnership
Partnership Name:
IN
(Individual's Signature)
Fax No.
(Signature of general partner - attach evidence of authority to sign)
Name (type or printed):
Business address:
Phone No.
Email address:
00400-Bid Form 00400 - 4
Fax No.
(SEAL)
(SEAL)
DOCUMENT 00400 - BID FORM (continued)
A Corporation or LLC
0
0
• GSEAL�
Corporation Name: _ Nt PA G - 6t a ram. ( -f
State of Incorporation: —TO- Iw i,J "'Yne
Type (General Business, Professional, Service, Limited Liability): (�
By:
(S'_nature of general 0aner -attach evidence of authority to sign)
Name (type or printed): U & L cr. 14_1-
Title: d na_��� ;of14 man A.�I f o� On�5-�' J; 0!
OR'1 � �w
_ SEAL
(CORPORAT SEA 1980
: , �LAw
Attest: .....
ignature of Corporate Secretary) •"4s , 7k ��� `',�`
ae
NA+oeennw���'
Phone No. 7 ok - 5 C67 - 3300 Fax No. `11A ' S 0 ' 330y
Email address: '_Qom•, • L0 svl\ @ AQpL. Co► \
Tax ID Number (TIN):
ui�I #
Cage Code: l] v cz S
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:
RAZORBACK ROAD (HWY.I 12) & 15TH STREET (HWY.16) INTERSECTION
IMPROVEMENTS
Bidder certifies that all Subcontractors listed are eligible to perform the Work.
Subcontractor's Work Subcontractor's Name Expected Percentage
and Address or Value
Clearing/Demolition I'' PAC, ,,,i 1i , Ag-
SWPPP/Erosion Control t r,d NcR rtr— F.,ArAIL rAt- 5 Io
Asphalt AfA L _ A o- o
Concrete A PA G Glja.A l 1, �A x- 9 c) at,
Cif G - V11111 6-~%. Ak-
Landscaping �JtG�r�� NvK- ' F..,►�lri}�nkf v
Material Testing Im c c - U,
A><
Other (designate) L - L .i �'� - iL u+. 0 y
NOTE: This form must be submitted in accordance with the Instructions to Bidders.
Bid er's "
00430 List of Subcontractors 00430-1
ry.
m
S
m
CL
E m
'm a
A
W N
a
J Q W C
F m r
Z w °1
wEL
m
a r O E
a r N
a a
N
N
o
Z
a
O
n
7
O
K W
K K
a
001!
�
i
�
n?
n^
j
0
O
pin
°
3 G
c
=
Qm Qm
a'o
m:
m m
Y
p
=
o02
O
m
mti
<
m
V'
Lg°
m W^
i'
t
g:
r
i
O
:°
me
p m
rc
dm�3=a=
=m
>>.�.
Og
0z
m
A
c
O
p
1L
L
A 0m
Q
imM>
'O
Z
pyG
O
C�Nd
W
�
5
0:
°
=
°Ohe
°
cCW
yW
0 0D
c c
p
00000m2
00
15
W
m°
L
Y
lzi
ix
a
0:0:w
o o
S
m
n
o
o
m
0'm0N
Y
u°
am2
tl
3
J
E
fZ
7U
.10
_om
ci
.ifiif
u
a
2 mnr
o:�
;oL
Vm
o
D
LmDUmy--FS`
c$o«
000N
- m`uimc
=He
N
J««
N
mmOm^
2.2
J O
m
N
J O
m
NA
J
c�`�`2�o
C O^^
cc
m y
C
z-
m
E 2
E
i
pj u
Nc
O
_
9
U
@ ccccc^c
a 0
U U
0 0
U U
0«
N U
O
pp
U m
Oc
O_
= �•
E L
E_gm
m J
N'.
C
�+ O
{�
N 2
J J
N
�m�
J O
pm
°
W F
C
Y4
`.�^
C•-
m°mm1ro
p• m
O
2
m=_@
1 r.ffiAm«
U
p
o
$$
EN
m m
m
p Z
m
m«
e e«
W«
N
N
a Fi
n n
N N
C-
z
U r
N
'm
@
@@@`@
yo
`@
o
O S'
U
y«
N N
N m'O
w C
V.
C
E'
m
c e
m>
m=
S_=
U
c_
iL
m=
'O 7L
m
S iC
m m
L '.0
m m
q IL
m m
L
S O`
m y_
O
m
0
.- U
0 0
m m
0
m «L
C p
p
O C°
U_
C
m_
p o
U mmm
0 0
m c
U
U 0
L mW
N
Z
O S
Z
m
lie
m m
1� N
m
O
LL
m m
m
c
@32
ymmp
GC
r
OrH=
ugQ
V r�rmNrrrF�=1-r•_°->
`m
`OOf73000�`0-
V
J6
@
616SO
m
$gL6
@
660p.x
m
A m'.[„F
`of
wrH
`Of
rrp.¢O
°
V p
m mN
tp
p r
O DO
FFm
r 30
r
p$--
O`0
m m
:•'sOx00000
p
O
E 0
0 0
0 0_
0
0=
o@
r
p E
r r
r__
o
m@f°po
E E=
m 000�
E
�-np
@@N
@
O_
O
000
O O
O L
=o
.[
0
o
8 e
c
C
0
U
Y y
U
U V
N r
o
Y
x
y a
x x_
a Q
U U
S_
U m
r U
o U
O V
i i
i y
r
Do U
0
0 z
0 i7
c
c
0
°
f
O
i
d
p
L S
q
L
gg
5
y
°
U°
`
=
fE
°
200
i0
O
`3sm
mpc
c
L
'
-L
S�,
m
3.0
m
c
=mji
i
0
6m
LS
CS
i
d
LOT
Yp yrm
o
N
m•7 Na
YOm
«m dJ
C m
L
o •Sg
mEm
R
C
m
C
°yimd
mmd
[bmOdUip
_vtmi'
W•m°c
my
wVZ J•«xEG
pD
!;
m
L
m
0
r
,
O
ifM?L
OEidc
m
°m
L $g
°mm
m
cc
C
=9
c
i
LE
V
L
O
m=9O
L
>
> m
m
W°
U m
m0
mp m
g L>>
m
O V
Y
V p
m
O C
U U
O
V a
m=
C
C C
C C
t E@@
U
m i
N
m
C i
N S
i. C
9>>
e° W
V
m
y Z
i N
S F
e C
cW O
'`m•
Z?
LL 3 O
0:
cs
m=
0
0
: mCn,
O v'-
tl-
p•-a
of
L
pp
O>
aS
m
�ZcpisaS�W
�'
G
o.
m W
m_
6 E
C
C O
mo
L[
m N
r
c
D
•pp
O O
99
V W
<d>7�>^oS
9
q.
(\-.
C 9
9
4 r
4-8
i>
b°
LLmo
O
id.
y
Fc°i
t.�°
U .n
E_
• V
p=<
Ti-3-
m
c @
ON_�
�e.
xmiPO
OHQO�
> G
_
O m
me
mm'i
c
°O
p=p °
V
E
�ZQ
±,^.m
s:
�I
•
LLL
?
C�
S =
1E
j
•
L
•
V
in
=
esn
$uuampo
•LyU
W
E
2O
L i'+dES
C
yp
i
V
y W-m^
de
p o
e
q
0
_m
[x
-,
m�
a
@
N^
L
2
f>
.[
iimJ10
i.
R.
�N
a 0_y
mZ
°
Li
1 E
mml
E
^f�l
Y
^
y a
•
_Ts
°
S yC
S:
a
�.i
^
'D.
O
c m
L
O
■
G
1
Zm
„
C
u 4
i$9mUOdC3^
m<X
FF
m
@j•�KVr6ap"-JI
S
-0.NZO'mi-6mJss
7
y m�Is
: p
E
$Q
gQ
.'R a
g
Q
g$
Q
i$mE
ano:
C
°�~
_
Y
N
v
OSQI
C W
O D
[�Lc
O
0
pr«3'_6
p
pr�6r
�0
O�imms•
@
°��i1oemv^
R
eem�G
�@o°
drr7j
BmEGUirdEE
rxE«ti
w�O=
rr1x
rrx«
drxU
H�
r�srUO+drU
�o
zu
>`m:J°cmmE
TKu
�
ig w
Eu_
a
O°
0a0
umE
N?Srcrcrc[-�3�.1'n�>'
LLE
>
<Um°
O x az
w my-m°f
N���m
enreOr+
me
O��OmiNNNNmPO?.ai
m�pSpggoS
g
ggggaggg��
a�
°'�.'n��c'u°ii���ee�'=i0a
N
N�ggd�Ii.6,
..
���R
gg•
RRpe33EEsag
gg• wP.
$a=�i
n
N.91i v!
N O
N
O O
N N
O N
NNNQQQQQO.m
pp
�p�p pp
�p�p �p�p
pp^p
1D .D
VD mfD
S
S S
S
S
S S
S N
N N
N R
O O
NN
O N
NRN.4.NNNNNnnNN
0 0
0
0
spspp�ppp
+pVVR
n N
0
W
Q
O
U
O
0
n
q
m
tlm
m
m
Q
13
OrV0
0
Om
2
<
Q
1
C
ZQ
Q
Gq<
9
Q
0
C
Q°i
yyr20Ur
KQC
•Qm�
O S
m=
00
Wmm
a
c
p
V
V
dd
Q0Oft
O
a0U
0
0
iceU
iO
JO
o=0_
o=
UoE
O
q mE
E E
OOOiO
O
OpZ°Up
c
O°;
f�pOo
O
OrjO
rm U=OgU=O
c
°
>V
Uc
> c
OS'
U
c
d
0 =
d
00OUn
i
30d
M.
C C
rc rc-U
C
C q
Y Y
WL
W
Y Y
qii
s d
d
U
d
iVi
9
O-
0
E
C
m C
O
0 �•
0
U O
O U
V m
C C
0 O«
[W
O
U C
m tl
L
U
°
U
Co
C m
W
p C
^L
C
C
N
i m
O
d
U i
U V
O-
U C-
W
f
u
-
0
MC,
L O
O O
-
O O
O U
`.5�`m-:cay
V C
�°
U m
m
U>^
1•J
�wti
U•O
C U
oc�
L
Ec90
p g
@@L
U C
m
q
C
m
��
o Lp
p 9
m
m 0
mi3m
W m
E C
c
m
tl
W C,C
3 o
O
°
L
tl
9m
tl
m°
tl
E
E
Y °
ET
Y O
p y
p
U@p0=°°'_°
m@
C O
L
_ m9
of c
;
c
0 O
U U
m m
op
f r
m 0
3=___=
0
E
p W
W Z•,
m
o
L
W
a z-
a ep=
aD
O N>
p
E Y0
m m@
m
m
m
9 9
m m
o m
q
O
m
m
W
m
m 3
m
c i
L
0
m m
m
O W>
rL
O
m
c
3 L
f 3
m 0
m A
s
L
O g
'�
O y
L
U Y
p Y
C
''S 9
O m
Y
m p
LL
op
L m
L 2
L
J m
Nq _ N
Leo,
C C_
o o-
m
rOc_-_a
0
eUU
0
V
0 0
UUO1
O��G1
rO[Om=
m
.60.d
om=
- V
Wz
e_
m
tl
a=
LSe
m
L>
i
C
O
-_
g C
em
i i
L-
C
N---
O
MO
C m
m°
V °
V eOx
m4'-
D
O
is
-__
wqO
O
d
m
-m@
0Er?
eom
L -
mr
2
o •C tO
p
m
I mS
V
rr0
»
O
2
YJ
'¢CK
1Z¢R4Nm
J V
mLLmNSmm
�m
K1p
V mm
DKKG
ma_`
m
V ZOy�
O
W
r
W W
i i
m m
N N
m m
N N
m m
N N
m m
N N
p mp m
N N
m m
N N
m p m
N R
m
N N
mmm
N N
m
N N
N IN
m mmm
N
N N
N
N N
m
N N
m m
N N
N N
m m
N N
m
N N
m
N N
m m
N N
m m
N N
m m
N N
m m
N N
m m
N N
m m
N O
m m
O O
m m
O O
m m
N N
m m
lOV N
m m
fV lV
m m
N N
m m
N N
m A e A
N N N
O
V
ii2
�
a$g$g
<p
as
a
i
i Y
i
C
rC T9
r
W
W Q
@@
E
@
y
L
p
n@@
Ca.
m@@
@@
3
m
°c
�'
m o
m L
o
m m
_
�•
n
�•
=
(j98
c m
E
m
m
L
m m
M
C C
q•
0002
C
5
C
1O
o
m
a
c c
'W W
o` o`m
t
A'.
Lyy
Q
C
o
'C
m C
m D
C C
o o
C C
D m
C C
o 0
Lqq
C a
0
'' 'qL
a a
c
:
O
C
LL O
c
O
c
c
m
O
m
q'W
LL
c c
-W
O O
c-
g¢
•i
W D
c c
0 0
c
0
m m
p` p`
�'
p
��
W@2c22222i22W
W
g
°e@
=�
W
=N
mp>u222
e�
c c
O
c=
c c
L c
2 E[
c
5
a
e
L c
e e
c c
m
e6 e
c
m
e L
>
c e
e[
e e
'>
c
e r
L e
e
c c
e
a
5•�
•e
e l
m
[ e
c c
'>
c L
c•9
->
e c c
O o
U U
D'
U
m
o o
m o
a U
>°°>
N
d
U U
a
>
a
< o
, 0
D
0
o.
o o
0 U
D o
U U
o
U U
D
U 6_
a
o
U
'a
add
> D
U
o
U
aaaa
>>>
p
Q
o
V �^
'
o'o.
° o•�
U U
W �•E
as
fa
o. o.
q°
G U
=
o 0
0
U W
0.
> m
W>
o.0
m
W>
o.OLL
a o 0
m U U
.
9 9
V
L L
L C
9 -'.:a
9
L :E
z y
LL�
s L
L
c .}L
L 9
.a
9.
9
t L
L 9
V t
L L
L C
9
.m
C--
p L
r'
L L
C C
'E 9
q i'
L L
__
L L
.o.L�
9 9W
L 9
N S
L L
L •[
L L
L L
L 9 9
@°
f7 f7M
W@
tl
y
@@
mm
q@@
pmm
@
mQ
W
2
Z-
mS
tq
mx
SSSx
O__
W
- 2rctCV1
m1121q�q
W°
f7
Lq7
p
aa17
@@
g
mQQQm
q q@@
mQ
QQ
0 o�Qn'�(�xxx
Q
QQa
Q6
U' f.7
V
m«m
�e AO
r!
mNmmN
P Am
.09 CDO
mANAONmNmmmGEr
Om
ym W
dm Am
N°+d
mm.tf mA«0
O0�
A
A d
{ryy�NA
iD O
A f
ddmmlOC�mdmNOmmmmO«mdmNO
W aD
m m
1AvA�
N t+!
m OOmNnO
.aO
l9Qmh^r!^AN
V!^mmNNd
Om
N��rO
12
m Om.
e-OmNmmON�dAOmOm
Dm
eNn
Om m
�
40
V �NmOmNrNNtiA
dO.ODN
^ N
Ndm
m
�rom««N
m000
^l�pm�If)m
N ^!f
dmAddAmYA1
Amp
I'd
�t^.f
Nt�Dl�YmltA.lN��«NmmOl�Iml
PAfN��«Nmmnm
mlmm
m^m..d
N ptVp
AmAry�N�NAO.
miON
{{..��mA
m 4N0A
V m^
^lV
�'
V t•1^
m
^ N
^1'1
N
m
^
m^
!1^
�N«
m m
OQ
V
m
'o
a
A0
E A
°
41
m
m M
6
W C
R F ` L
z w G
w = a m
m
U Q a
a o
000
0
�o
0
0000
o
e
1O1
O O
O
O
m
O
ry O
0 0
IO O:
O:
0,29
^^
n
Y
r
m c
±[
N
¢ O
O
•
J
m
z o
=
r
m m
• 5
_O
�, m
r.. �
M
n
m
O N
m
m m
m
Y O
o
� avY
o °°
r
p h
IU
°� �
e
mm
m=
m
b m»
^
m
m N
J
J�
•J �,�
° �
'�
JM1.n,
Y
A
d �
�-;
JJK
.N
Ha
�
m
� m
m 4+w
OOGJ
.Mp
G
16 J
�g+00
co
00
�m
HQh
J
J JA�YY
C
�yR�LL
x
r
O o
a
Em
r`°. n_(�
N of
E'
E
IIIf`
m2O
s
I
aoo
W 0:
C C'p
XO
Q
° O
r q>
V
m W
O
aCms
m
V
.O
6
n
v G
Ox 0
0>
m
V `m
9 0
C C
i a
c C
t
O.
s k
=
�..
s 9
C
V M
C r:
Q
O
3°Q
0 6
m m
0 0
m=
0 m
m W
o y
r
..
m m
^ O
Q=
y
m
O
i
3
n
,p -
0mmm°
I
o o
I�
p H
'. 9
K W
h
> m
Q O
m m
o 0
m C
0
m
4 G>
?
y
L L
L L
0
C d
O
O C
L L L
n r
.e
A
m mh
o g
m m«
M. 0 0
i
W
C CC
O O
C
O A
a
O T
a
L: pm
Ca91±r
O
K
C
,_ p
i
LL o
N
O
r r
O
0 Wjcmy
C>
Y
C G
_
_
O
-aLLa
C
p O
O O
am
C
O
i
r'°
QN
m
m m
M M
.
M y
gi
C R
6
m c�o
C
✓�
p,
0 Nu/.x
I
C
c
C 9
6 6m
C C
p o
Q
z
S i
- 5
-
y-
oim
@
0
Q
=00000'
!M
Y m
A A
Y Y
c 2
T-
a m
--�I=
m o
V.
o
Q_
n
LYm'
ai
mmmm
m
p
±$m
m
r0
y
mmmm
a-m"
p0:Y
j
a
o
Ji
5m
a
a
Y
Y Y
m
y
0
c
J
$
q
L°m°
C Y
= ui
I�
xxxx
O O
mmmm
O O
mxomxxkxa+%
m
Om
O
M1 0
mmmm%
0 0
0
M.
m
e
O`
K E
c
`
.�
3 W°
L
°°
ig OOD
° a
OOm
m r
m
o
m°
m
Y m'
�
0 �-
mLm
0
3°
Z N
O O
I I°°°°
m a°
c
m
M°°°°
0
c U
A g
m
W W U
S
O'
m
p"s
o
c I
i--
I I
I o
9 M
k
f f
`� L
eq
x Q6
p
O m
Nr_
a°-¢m
O!
q m
a
ET
m
f
rW
0
f f
rr
0 0
f
3
0'
3 my
y
O
J¢¢
V O
660.E
0
O e
e Va
$ J
M
~m
p 0
a
W
a a
-
m a
mT
a N
q
3�
A
H=Hf
O V
3
�O O A
2
O m
0 A
P
r m
m
O O
T Q
C�+
0 0
m
0. �
J m-
°
O 9
L 0
> 0
C �F
m
€
€ 0
m r
m
T T
@ W r@q
1@0 @O
J
@q
r
g
m W
O
p m
N r
m
0-
m
m
w
e
TR 99
C
p
o`
O W
6 L
2
q N
N
W E
N N
W W
p @@@
m m
y`
i
m
�6
L m
¢
=
7 Lq
LW R
C.
W
> W
L t
s a
c
L
s
L
c
W
c
O O
G
O S
L C
'L L
V
c 0
-0
E
C
0 0
0
m
0_
= =22
o
mom
=tlic9
mmm=Emm
�'�C_
m
V
t`,p
-m w
y c
T
O V
LL
a
'• O
y
G O
8_m=q=_�9595m'-5m25��5�co
C
o
E-
0 0
0 o
O
E
o G
m
o 0
0
T c
m
���
m
r
c
yp 0m1
tl 0
qW
o D w
mm
O y
O
m
O
O g
C m
y z
0 Q;
u WWW
W
r=
�m f
`o
o R
N O
o
N N
O»>
7 F
`o 0
f H
0 0
Q
U a
`o
»
F 1
OLW
m
E
L=
y N
1 E°
0:
O m
'$
0 m
m C
y
qp
b
mm q q
W I A
p q
m m
m o-
m N
U
g 9
y f0
F f
y y
f f
o
C U
y W
f
C
g y
co r
m IOW
f r
m
y m
`o `o
z
Wm p m
C C
y q
C O
L•�
L C
Oty
cR
€
c
«m
6U
L
O!aOO
OGO
C
Gm;
_
p
y.z
O c
p
gC
••!��4
•!�g
_ O
2,0000
OGO
C°
O
<OI
U O
rOOOOU
O O
O O
C 0
iW�
cm 2.6
••��
a6Q
V
a000
i
�mf
0.00
000i7'�'F'�J
V
�'f
Zt7aV=
V
7y'�6Q
V
V OttYf��
IIISOI
III�e��ava
V
O
I
O
f
O
W
O
IF
c
m
0T
t
c
m
^
V
OmaJm
e
mGLcp
o°
O
OV
13
V
E
DmI
A
vK3rScR
Mi�V
N
°
Uo
UZOV
OVB
i
5
cc
m
°
O r
m Y
m
Jm�A
rCO
0ap0m@mW:•
E
I±0
Tb
c
c
c
`Z
@
eNaOmNO
W
C
¢
KU
O
OOUc
mm9
°«9Q00U°I
= C
°
m
m
°
L0¢S
O c
m
WmWLLWV
L
O
.UMLIam=�`
o
fVLm
W
a=T.m•
eI-q3y
IL
FSZy<3
J02
aQQh
Oy
O
o
c
-aE
U
9J!
C
2U=ZO
I
yn2i
Nh
a 0'H^�NCIAY
C�RcmV.W=
0RJO
F+
�
0
00m
i
M
-I0m
US
y
0
m>�aOT
W(`�
y
IQ
00
6 2
E
03=
E
E
LTJp
3S _O
j
CCYpp
Q:s,
�96RE>
(yaCi�1
_`
OYO�
FW
U@a•
am
mNSam
01
m
Nr
dOga'
=0'OOO
�SnGe
CL
+
9WCG
S��IQCmm.
nZm
3°aC
VG
O
J CC.<Hi
UC mU±p
0Nmm
-�
C
L
2UU;
W
7 0
`03
S
`w~Or'
`2
NU
d
m-
mm
O�Q
E
L
C
arc
3
g
A r
ac R
O. e
�/1
9 r�
tl
LSm�URg
. D
v1
O�
b'99a=
_
FCF
U
a
e=
dooio5�`oao�z'co_m1X1h
p
gHYn
�Im;
W'ENUy�
0:O
L Zm
S
mU6'i2
S o
cm
-mmm
MIOu-�c2cc0000
�!if
0G
i i
O
DUUO>N
iaE
C F
i
2
eSti
„�1
ee
V
f&10
V �6rAM
ppMmzV=ee
IWa;FF
C
0
HHr
<?
7•
r
Q U
O
e u
U a
O G
F,
Z0
I<
on
6
U u
L¢
M 3
O M
U m
I a
rc c
e r
3
J
0: &
L-
a U
Ti t
G Y1
OLyL
Z M
6
y
H�
0 2
/-MY6
c :2
!f
f
10
0
�titi�e
_ 'm.
.��l�Mma
°ee_c
'e
1-.
...
�BSerr=
.,sa
7t�3S
i�lnnnn�.'r'11`'3nne5'nfinnp�9ln'n�$$$$$g$e'a
a
aaaM
.•�nn.1
x
7IR
7
N RNNN
NIR
NNNNNNNNQSSg3
82SRR3�RmRSR�dS�R�HRRRR3SS���S��SR:S����RRRRRR
W
Q
Omm
I
Wo
rc
ov1-
I
2=
VC
VV
UcVCC
G
"o
iI
d
d
oV
p
�o
0
0
0
Vu=
00
I I
o
I
V
0
2
I
Qm3rco
p
p
U
°Y
zzOmmR
°oSCC
I
O
W
w
a
C
OOI
VU
°
00000
O
O
CO
VCM
CO
OO«
O
eLe
e
an
E
m
c
U
C
d
o
mc
CEO
O
mc
II2UI
d
m
Ec
°V
cL0c
cd
cc
CCqL
E
o
L
Vm
m
9
f9
03
m
L
mr_
�
mYO
Y
'CC
cj
m1otd+l
mip33333
c.
mm
mI
-K
ON
0c=mm
2
30 /09
C
CL
C3
eE>S>9
°
°
d Z
Um Um
Nr
C°m
fIn
arcQc
_>c0
>¢6yoa=
O
1.
T
p31W4
W
EoO mcctic
O=
«
E
g 1
cm
T L,
O
m F=>T9c
<f
m
mcCOmKQCo
T
Lri
0A
IN=A
LO0K0mtll':
"0w
=
m2mi
'0 mQmmF
m>Cm&U
KKKTmTm
V C
mce
W
W W
m m
m m
W W
m m
m m
m m
m W
mmmm
N N
R m
N
xa000�����oo����pnp
I
N N
N N
N N
N R
N N
N N
N N
ooAoo�oo
N N
N R
N N
N N
pnpo�000�p000�o��o��000'����
N N
N N
N N
N N
R N
N N
N N
N R
N N
N N
N N
R N
N N
N tm+l
fmY N
N imY
'e m'o11'oVoo'oo���t8>�d
N
N
N R
C
2
O
V
a
<
L
•
Gqq Lqy
L L
qR
R
Q Q
Q Q
rLr��
0 0
; I
.0
r
L
p
C L
O O
U V
C V
O O
U V
C
O
U
a6
Q
a
a
X
c
L AP
a
e
T
c c
u a
a v
m
a
m m
m
a
m
m
TO
m
j
m
m
m
L
`Jc
@@
�
AGu
'EOu
AO
ROu
0Ou
c
;L
A
LA
Lm
Vc0
00
0
2
0a
mm
E
a
a
loa
G0
gRRW-
a
_
TrNLRm
TrWLR
T
mCC
uC0C
OC Cm
C CmC
U0
CmC
mC
00gg
@
@ mq
C
E.
m�O
J.
a
°Vqa
O°
aq O
O
m U
L
U0000OO
0
K O
y
W W
0L
¢Rq
aW
aq
Sp SA
WNWc
>Nq
0
=WOGa
SCO
rNLW
Q
C
C
CCm
C
>Em
A
CR
c
c
c
c
_OTY
OC
L::
a:0::
mO
WCm
Tm
O
JmWqLq
qLa
i:
_yc
UUQ
V
Uf27L
00
0 VOU
V
of
W a
X 1iVpp
UWUQOWO9
Ia
fqL'
m^^
mNm��
HNm�
m
WW
A�-m
mpmp
mNrMpoM�{y�
m
N Ct
m
l�l N
O�i
An
.1
qmA
e N
pO �NmONMMm�
aD .-
O
O m
P O
N
Myy�mmN
O
N W-mm
Myi
mp
1� N
Y! 01
N
r' YI
pmn�
m m
W O
mNe
myf m
tmR O
QzMNhOmNm�C�-m&mm
�a1m�M���nH�N�nwomAmmomAm�Maon�r!nvlwr:meNn�MmNm�men��emm�ulw
mm
IN �Hm
V D
e
mmAr=vlvu�mrm.
nN eon
m d
Om
H�On
W
Nhmm
O
Z
0 QQQT
16
w 4
M
N. .
�0 N
N M
a I
Yf
N
M
c N
N M
rMi�N��n
m r
r m
m M
}
(
!
zi
|zo :
)
/\0|
k
2f}.9!al
|!
)�
.-a2`!
IL
\ }
!Irl
a�\�
Mc�
lui��;!!
�!k§|10
`||�|00
k§»;|00
kk
k§
>
V|o
)22
z
0
W.���
) -!|2
§.
�
[\22%
�
!�)2f§§t;
\
■�
■■
kk§kk§&
R;§§§
■2
§
)/
o
||
■ 0
(0)
�■�§;��
Z�
§
.00;2-■
k
}
�
!
#
2
.!
0
se�)
•.
,f�!
2
IL
2A2�2-!
�
�1
M 262-12
/®§§■■B
k§
■.....
...��..
{|
Ne
N N
Q Q
N
A
Q
N
Q
eoe
N N
n
Q Q
N
n
Q
N
Q
era
N N
Q Q
N
Q
yy
ut�
�
VV
Q Q
. m
Q
m:_
Q¢
Q
s s
Q
a
I
Q
Q Q
Y=
Q
3
=
W2W
m01
Cmxm
�0�"¢
mz�m
mom
HZOO
Om006Cty�C,
OU
Uaaaoa
w
c e
p e'�
aaaa
c
c E
-
a
l
aa..
m
saWas
yZm�i'LQH
O O
y 0
0'
0 0
�0p
- m
O
@O q O
O
Qs�gL
s�=
Lop
H Hp
HaH
111
F FF�
a1
s=
.c
a~
"'.
fF^F-
d 2
_
mlm
3 m
0 m
L L
m W
W
>
m
L 3
Wp
n a
m>
G6ii
no
m �U
0000
m9
•C mago000E
O
W W
��'S
O W
�m
W
�^�m
W W
cq�oOOY•$qc,W
W m
W
W W
cqqc�o
W m
o=w
a)0aaE
a
0tWQ4�
m U
mz;
C
m<00y
y>X
>'S
E0
0: t�i
40-amLL
ii�il
Q
LmQGO
W m
(- W
W
58C8888888588C88p88
&
WM
•n'8eS88808eO808e
6 U
H W
e p
o N
e eIe
n
N ry
w
-+in�ib
N
6
M1
n IeV
ry�N
NRNr
H ipo
<LLzion<,X
a'<"aoo7o�
wv
IL
_tst
c
sss
sass
s
Pullm
ti ai
tti
ro
c
o o
a
a
Uf.1
o 0
0
0
U
_mODUU
N tC��
m
�Ya
gUgU
Tip
0YfE
W0
my<
t�J9
.
g
BBi
�
a
?
<<<
esss=
eke
=e
q moon
< 0
0 0
0<
<<
588==S��S=
cS=
= s>;.
s
s.>;
s
s b
s s
s
0 0
o i
s o
0 0
0
= =
s
o s
0
W
=.�
fmuMi5
OI i
MWuM f��((N_�M�Miiii
IY YI
IYiiIY
M�M
YI IY
fy1Ec
W i'i
qmqSMME
Qif
LLli
2
iW
'c
`
`
s
W
U
0]
W>
C O
'ESA
S
L
e E
w
mQ
d�g
O
Y N
C_
JQ 3p
_
m
O
W
;>
=ten<l7
m
E
W N
Q
11E€Eao_z0
Wi_o=mm
oeONu©20
LL
Q
K o
Gv
F
ti
c
�t'0tte;bi
a
c
mma�°ow<�Eg�oae9
oouos0000mr
r������
E�io
o
e
oQ
aaLL�aa�nQ�;a=��<
�p�H
e aaaeaeeeee
0018
N NqNq
N�Nyy
NNN{NyyNNNN
NNNN'_
F
Y
ten Nt00
N p
W 800008000
C
C?
N N
mn�mewmaet•i
n
V e
N O
0 N
O N
tuN�NN�ueim
O N
0 0
0 e
z0
oa
U
N
CITY OF
FAYETTEVILLE
ARKANS
ARKANAS
SIDTABULATION
Bid 23-22, Construction - 15th St. and Razorback Rd. Intersection Improvements
DEADLINE: Tuesday, August 8, 2023 at 2:00 PM
Certification of Funds: $1,800,000.00 ($2,250,00000 rural ollolved)
APAC-Central, Inc.
Crossland Heavy Contractors, Inc.
Total
$1,809,765.00
$1,820,000.00
lined
Description
QTy
DOM
Unit
Extended
Unit
Extelxled
1
Mobilization (Shall not exceed 5%of Total Bid)
1
LS
$86,000.00
$86,DDOAO
$85,000.00
$85,01
2
Insu ranee and Bondi no
1
LS
$12,000.00
$12,000.00
$27,600.00
$27,600OD
3
Roadway Construction Control
1
LS
$60,000.00
$60,W0.00
$60,215.00
$60,215.00
4
Trench and Excavation Safety systems
1
LS
$5,300.00
$5, 100.00
_ $5,400.00
$5,4W.OD
S
_
Clearing, Grubbing, &Demolition
1
LS
$40,000.00
$90,000.00
$39)50.00
$39,750.00
fi
Undercut and Backfill (Allowance)
100
CY
$64.00
$6,400.00
$50.00
$5,000.00
J
Rock Excavation (Allowance)
LED
CY
$310.00
$31,000.00
$150.00
$15,000.00
8
Unclassified Excavation
225
CY
$88.00
$19,800.00
_ $66.00
$9,9M.00
9
Select Embankment(Plan Quanitiry)
2400
CY
$48.00
$135,200.00
$44.00
$105,60000
10
4" Topsoil Placement& Solid Sod (Bermuda)
250D
SY
$13.00
$32,500.00
_ $15A0
$37,500.00
11
18" Reinforced Concrete Pipe Class III Outside Roadway
290
LF
$12D.DO
$34,800.00
$140.00
$40,600.00
12
36" Reinforced Concrete Pipe Class III Outside Roadway
75
LF
$20D.00
$15,000.00
$275.00
$20,625.00
13
36" Reinforced Concrete Pipe Class III Under Pavement
_
65
HE
$220.00
$14,300.00
$285.00
$18,525.00
14
18" Reinforced Concrete Flared End Section w/Curtain Wall
1
EA
$5,200.00
$5,200.00
$2,800.00
$2,80000
15
4' x 4'Drop Inlet (Type C)
4
EA
$11,500.00
$46,000.OD
$13,000.00
$52,00000
lfi
5' x 5Drop Inlet (Type C)
2
EA
$13,500.00
$2),DOO.DD
$15,O1111.(l0
-
$30,000.00
17
5'x 5'lunction Boxes (Type C)
1
EA
$17,200.00
$17,200D0
$15,0O0.00
$15,000.00
18
(4 ft.) Drop Inlet Extension
2
EA
$5,000.00
$10,000.00
$3,000.00
$6,000.00
19
(8 fL)Dlop Inlet Extension
3
EA
$700000
$21,OO1
$4,500.00
$13,500.00
20
Headwalls, Wingwalls and Appurtenances
1
LS
$32,ODO.00
$32,000.00
$45,000.00
$45,00ODO
21
P.C.C. Base
575
SY
$180.00
$103,500.00
_ $230.00
$132,250.00
22
Aspha It Concrete Hot Mix Surface Course
360
TON
$270.00
$97,200.00
$305.00
$109,80000
23
Asphalt Concrete Hot Mix Patching for Maintenance ofTmffY
10
TON
$300.00
$3,000.00_
$700.00
$7,000.00
24
Concrete Curb and Goner (Type A)(V-6")
1000
LF
$38.00
$38,0010D
_ S60AD
$60,ODO.00
25
Modified Curb and Gutter (1'-6")
75
LF
$126.00
$9,450.00
$55.00
$4,.125.00
26
4"Thick Concrete w/4"Class 7Base
750
SY
$94.00
$70,500.00
$10DA0
$75,OO(100
27
6" Thick Concrete w/6"Class JBase
150
SY
$138.00
$20J00.00
$307.00
$16,050.00
28
Modular Block Retaining We l Is C-6f.)
150
LF
$350.00
$52,500.00
$195.00
$29,250.00
29
Pavement Marking Removal 4'-fi"Line
SOD
HE
$3.00
$2,400.O0
$2.50
$2,OOO.OD
30
Pavement Marking Removal Symbol
6
EA
$290.00
$1,740.00
$315.00
$1,890.00
31
6"Solid Double Yellow Pavement Marking (Thermo)
1100
LF
$1.20
$1,320.O0
$1.25
$1,375.00
32
6"Solid White Pavement Marking (Thermo)
950
LF
$1.20
$1,140.00
$1.25
$1,187.50
33
12"Solid While Pavement Marking (Thermo)
800
LF
$5.00
$4,000.00
$5.00
$4,00000
34
24" Solid While Pavement Marking (Thermo)
150
LF
$12.00
$1,SOO.W
$12.50
$1,8]5.00
35
_. _-_ - _.
"Right A _ -_ row" Pavement Symbol (Thermo)
2
EA
$290.00
$580.00
$312.50
$625.00
36
"Lef[Arrow"Pavement Symbol (Thermo)
8
EA
$290.00
$2,320.00
$312.50
$2,500.00
37
"Thru Arrow" Pavement Symbol (Thermo)
2
EA
$290.00
$580.00
$312.50
$625.00
38
"ONLY" PavementSymbol (Thermo)
6
EA
$350.00
$2, 100.00
$375.00
$2,250.00
39
"RxR"Pavement Symbol (Thermo)
4
EA
$580.00
$2,320.00
$625.00
$2,5O0.00
40
Waytiching Sign Footing
2
EA
$3,500.00
$7,000.00
$2,900.00
$S,80D.00
41
RB-8 "DO NOT STOP ON TRACKS" 24" x 30"
2
EA
$1:2111
$2,400.00
$J35.00
42
W10-136" Dia. RR Warning Sign w/New Support
2
EA
$1,200.00
$2,400.00
$BOO.ED
$1,60D.00
43
Remove a no Reinsta l l Ex. Private Pedestrian Warning Sign w/New Support
2
EA
$3,)00.00
$],400.00
$B35.00
$1,630.00
44
-_-__
Remove and Reinstall Ex. Wayfinding Sign
1
IS
$8,)00.00
$8,]OO.00
$2,450.00
$2,450.00
45
Remove and Reinstall Ex. M3-2&Ml-5 Signs w/New Support
1
6
_ $1,000.00
$1,OOD.00
$960.00
$960.00
46
-
Remove and Reinstall Ex. I-13(Emergency Notification Sign) w/New Support
2
EA
$1000.00
$2,000.00
$820.00
$1,WDO
47
-
Remove and Reinstall Ex, M4-5,M1-5,MS-1L&R, M3-3S&N Signs w/New Supports
1
l5
$1, 10000
$1,100.00
$975.00
$975.00
48
Remove and Reinstall Ex. R3-J,M5-1,R3-SfP, M1-55igns w/New Supports
1
ITS
$1,100.W
$1,100.00
$975.00
49
Relocate Ex. Pinnacle Foods Sign
1
LS
$1,000.00
$1,000.00
$2,150.00
50
110-12M"Left Turn Yield On Flashing Yellow Arrow"(30"x36")
4
EA
$95D.W
$3,800.00
$1,750.00
51
Erosion Contra l
1
LS
$8,100.00
$8,100.o0
$16,50D.00
52
Traffic Control and Maintenance
1
ITS
$78,000.00
$78,000.00
$29,850.00
53
Cast -in -Place Detectable Warning Panel
90
SF
$61.00
$5,490.00
$3D.00
54
Handicap Access Ramp
30
SY
$28G.00
$8,400.00
$225.00
55
Project Signs
2
EA
$1,10D.D0
$2,200.00
$2,000.00
56
2" Cold milling Asphalt Pavement
2800
SY
$10.W
$28,000m
$8.00
f
57
RCP Concrete Calla r
2
EA
$2,100.00
$4,200.00
$1,800.00
58
Adjust Valve Boxes to Grade
B
EA
$700.00
$5,600.0D
$1,200.00
59
Adjust Water Meter o Grade
1
EA
$810.00
$830.00
$2,000.00
6D
Adjust Ex, Fire Hyd rant to Grade
1
EA
$1,000.W
$1,0W.00
$2,900.00
61
Service Point Assembly (2 Circuits)
1
EA
$5,500.00
$5,500.00
$6,050.00
62
System Local Controller (B Phase) MCCAIN ATCek 2 NEMA TS-2/Type 2
1
EA
$43,000.00
$43,000.OD
$46,50D.W
63
Polara TCCU-52 ilitelligent Central Contra l Unit (APS System) (Shelf Mou ot)
1
EA
$5,90000
$5,900.OD
$6,400.00
64
Polka iN523TB1B:"INS" iNavigafor 2-wire Push Button Station
B
EA
$1,300.00
$10,400.W
$1,335.00
65
Video Detector IP (CLR) Harris Vantage Vector)
4
EA
$5,600.00
$22,400.00
$6,000.00
65
Iteris Vantage Next Processor (Shelf -Mount Format)
1
EA
$29,000.00
$29,000.00
$31,000.00
67
Ethernet Sw tch,(Cisco l000Series) (8-Part)
1
EA
$2,950.00
$2,950.00
$3,200.00
68
Local Radio OBIQUITI Nanostation NSM55.8 GHZ
2
EA
$1,200.00
$2,400.00
$1,300.00
69
E-Net Cable (Exterior Cat 5e)
No
LF
$3.00
$2,400.00
$2.75
JO
Non-metallic conduit (1.25")
375
LF
$30.20
$11,325.00
$3250
!
Jl
Non-metallic conduit (3")
750
LF
$48.00
$36,000.00
$51.50
72
Galvanized Steel Conduit (125")
ID
LF
$62.00
$1,240.00
$67.50
A
Concrete Pull Box (Type 2) NO (11" x 21")
4
EA
$2,400.00
$9,600.00
$2,600.00
74
Concrete Pull Box (Type 3) (15 1/4" x 28")
3
EA
$3,30000
$9,900.00
$3,525.00
75
Traffic Signal Cable(5C/14 AWG)
23M
LF
$4.20
$9,660.00
$4.50
76
Traffic Signal Cable(]C/14 AWG)
400
LF
$8.50
$3,400.00
$835.
]J
Traffic Signal Cable(20C/14 AWG
1100
LF
$12DO
$13,21)DOO
$12.50
78
Electrical cond uctors for l u mina ires(2C/12 AWG)
650
LF
$4.00
$2,600.00
$335
79
Electrical Conductors in- Conduit (2C/6 AWG)
200
LF
$7.20
$1,440.00
$].]5
80
Electrical Conductors-in-Conduit(SC/8 AWG)
900
LF
$3.50
$3,150.00
$3.50
81
Electrical Conductors -in -Conduit (1C/12 AWG)
250
LF
$3.00
$750.00
$2.75
82
Traffic Signal Head (3-Section) (LED.)
8
FA
$1,600.00
$12,800.00
$1,750.00
83
Traffic Signal Head (4-Sectian)(LE.D.)
4
EA
SLBOO.OD
$7,200.00
$1,925.00
84
Countdown Pedestrian Signal Head (LED.)
8
EA
$1,20OAD
$9,600.00
$1,250AD
85
LED Blank Out Sign
2
EA
$30,60000
$21,20DA0
$11,500.00
86
Traffic Signal Mast Arm(38') and Pole (35') with Foundation & Dual L minairs Arms
1
EA
$4g000.0D
$4QOW.00
$47,OW.00
87
Traffic Signal Mast Arm(38') and Pole(21') with Foundation
1
EA
$35,500.00
$35,50D.00
$39,000.00
88
Traffic Signal Mast Arm(40') and Pole(35') with Foundation
1
EA
$42,100.0D
$42,100.00
$46,DW.00
89
Traffic Signal Mast Arm(54') and Pole(35') with Foundation
1
EA
$51,000A0
$51,000.00
$56,OM.00
90
Traffic Signal Pedestrian Pole with Foundation(10')
5
EA
$6p00A0
$30,000.00
$6,400.00
91
Luminaire Assembly(Full Cutoff)Acuity Brand ATBM-H-MVOLTR44BNL LED Cobra Head
4
EA
SL1W.OD
$4,400.00
$1,20GA0
92
Video Monitor w/mouse(CLR)
1
EA
$1,700.00
$1,700.00
$1,850.00
93
18" Street Na me Sign
4
EA
$SWDU
$3,200.00
$800.00
94
Self Contained Battery Back U p(Tesco Control Module 22-BBS)
1
EA
$20,DW.00
$20,000.00
$21,500.00
_
95
x-RPS Railroad Preemption System with 2-module rack & Wiring Harness
1
EA
$9,200.00
$9,200.00
$10,000.W
96
RR Flagging Services (Not to Exceed Quantity)
100
IRS
$170.00
$17,000.W
$150.W
97
Amerisfar Fencing
200
LF
$90.00
$18,000.W
$90.00
98
fi" Thick Concrete Curbed Drainage Swale
15
SY
$1,200.00
$18,000.00
$205.00
99
Potholing Ex. Utilities
1
ITS
$13,00000
$13,000.00
$10,000.00
inn
Helori Bi-INt Svmhol with Arrow
1
EA
$3DUU0J
$300.Wl
$315.00
RAZORBACK FIC AM — l 57H ST.
1 NTEFRSECTION 1 M PF CAfEM ENTS
for the
City of Fayettevi 11 e
AUG. 2023
I
MLK Blvd
_A
Univers4; LL
- ... House.
y - - BeeCh1Y00� 1 F'_ice
r-
= Vdlag� '
Tie Vue
AR 16AR 112
AR 1GAh Q 12
I US 7' 1 PROJECT
LOCATION I `
I Pinnacle Foods
m
- - - - - I 15th Street
.Tre Cottages Village r
66 Hollywood �
I
14971 1 Tile Spectrum a r
1 71 11'
�'n11�ly M°
�'�cs� 1. r �ie1 �•r e; AR 112
Rt,
coully
tt
_-
F ee �'Y Start
i
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
CITY OF
FAYETTEVILLE
ARKANSAS
MEETING OF AUGUST 29, 2023
CITY COUNCIL MEMO
2023-1014
TO: Mayor Jordan and City Council
THRU: Chris Brown, Public Works Director
Susan Norton, Chief of Staff
FROM: Matt Casey, Engineering Design Manager
DATE: August 14, 2023
SUBJECT: Approval of a contract in the amount of $1,809,765.00 with APAC-Central, Inc. for the
construction of the 15th and Razorback Rd. Intersection Improvements Project,
approval of a project contingency of $180,000.00 (10%) and approval of a budget
adjustment.
RECOMMENDATION:
Staff recommends approval of a contract in the amount of $1,809,765.00 with APAC-Central, Inc. for the
construction of the 15th and Razorback Rd. Intersection Improvements Project, approval of a project
contingency of $180,000.00 (10%) and approval of a budget adjustment.
BACKGROUND:
The intersection of Razorback Road and 15th Street is a large intersection with multiple lanes entering the
intersection on each leg. The intersection is currently controlled as a four way stop with stop signs on each
leg. Being located in close vicinity of the Baum -Walker Stadium, Pinnacle Foods, and multiple apartment
complexes, this intersection sees a high volume of traffic. Improvements to this intersection were identified as
a project in the 2019 Transportation Bond Program.
The City of Fayetteville Engineering Division has prepared the design for this project.
DISCUSSION:
On August 8, 2023, the City received two (2) construction bids for this project. APAC-Central, Inc. submitted
the low bid of $1,809,765.00 for the total bid. Engineering staff recommends awarding this contract to APAC-
Central, Inc. The contract time is 180 days (6 months) for substantial completion.
BUDGET/STAFF IMPACT:
The roadway and drainage improvements are funded by the 2019 Transportation Bond Program.
ACCOUNT
PROJECT
AMOUNT
4702.860.7221-5809.00
46020.7222
$ 1,809,765.00
Mailing address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
ATTACHMENTS: 23-1014 SRF APAC Const 15th&Razorback (2), 23-1014 BA APAC Const 15th&Razorback,
15th & Razorback Contract, Bid 23-22, Submittal - APAC-Central, Inc. - E, Bid 23-22, Bid Tab - Final, Vicinity
Map
Mailing address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
== City of Fayetteville, Arkansas
y 113 West Mountain Street
Fayetteville, AR 72701
(479)575-8323
- Legislation Text
File #: 2023-1014
Approval of a contract in the amount of $1,809,765.00 with APAC-Central, Inc. for the
construction of the 15th and Razorback Rd. Intersection Improvements Project, approval of a
project contingency of $180,000.00 (10%) and approval of a budget adjustment.
A RESOLUTION TO AWARD BID #23-22 AND AUTHORIZE A CONTRACT WITH APAC-
CENTRAL, INC. IN THE AMOUNT OF $1,809,765.00 FOR THE CONSTRUCTION OF THE 15TH
AND RAZORBACK RD. INTERSECTION IMPROVEMENTS PROJECT, TO APPROVE A
PROJECT CONTINGENCY IN THE AMOUNT OF $180,000.00, AND TO APPROVE A BUDGET
ADJUSTMENT — 2019 STREET IMPROVEMENT BOND PROJECT
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #23-22 and
authorizes Mayor Jordan to sign a contract with APAC-Central, Inc., a copy of which is attached to this
Resolution, in the amount of $1,809,765.00 for the construction of the 15th and Razorback Rd.
Intersection Improvements Project, and further approves a project contingency in the amount of
$180,000.00.
Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget
adjustment, a copy of which is attached to this Resolution.
Page 1
Matt Casey
Submitted By
City of Fayetteville Staff Review Form
2023.1014
Item ID
9/5/2023
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
8/14/2023 ENGINEERING (621)
Submitted Date Division / Department
Action Recommendation:
Approval of a contract in the amount of $1,809,765.00 with APAC-Central, Inc. for the construction of the 15th and
Razorback Rd. Intersection Improvements Project, approval of a project contingency of $180,000.00 (10%) and
approval of a budget adjustment.
Budget Impact:
4702.860.7222-5809.00
Street Project 2022 Bonds
Account Number
Fund
46020.7222
15th/Razorback Rd Intersection
Project Number
Project Title
Budgeted Item? Yes
Total Amended Budget
$ 919,775.00
Expenses (Actual+Encum)
$ 839,774.60
Available Budget
$ 80,000.40
Does item have a direct cost? Yes
Item Cost
$ 1,989,765.00
Is a Budget Adjustment attached? Yes
Budget Adjustment
$ 1,989,765.00
Remaining Budget
F 80,000.40
V20221130
Purchase Order Number: Previous Ordinance or Resolution #
Change Order Number:
Original Contract Number:
Comments: Item Cost includes project contingency.
Approval Date:
City of Fayetteville, Arkansas - Budget Adjustment (Agenda)
Budget Year Division Adjustment Number
ENGINEERING (621)
/Org2
2023
Requestor: Matt Casey
BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION:
Approval of a contract in the amount of $1,809,765.00 with APAC-Central, Inc. for the construction of the 15th and
Razorback Rd. Intersection Improvements Project, approval of a project contingency of $180,000.00 (10%) and approval of a
budget adjustment.
COUNCIL DATE: 9/5/2023
ITEM ID#: 2023-1014
Holly Black
817512023 7: q7 Nn
RESOLUTION/ORDINANCE
Budget Division Date
TYPE: D - (City Council)
JOURNAL #:
GLDATE:
CHKD/POSTED:
TOTAL
Account Number
- -
Increase / (Decrease)
Expense Revenue
Project.Sub#
Project Sub.Detl AT
v.202388
Account Name
4702.860.7222-5809.00
1,809,765 -
46020
7222 EX
Improvements - Street
4702.860.7222-5911.99
4702.860.7999-5899.00
180,000 -
(1,989,765) -
46020
46020
7222 EX
7999 EX
Contingency - Capital Project
Unallocated - Budget
I of 1
DOCUMENT 00500 — AGREEMENT
BETWEEN OWNER AND CONTRACTOR
Contract Name/Title: RAZORBACK ROAD (HWY.112) & 15TH STREET (HWY.16)
INTERSECTION IMPROVEMENTS
Contract No.: 23-22, Construction
THIS AGREEMENT is dated as of the
The City of Fayetteville, Arkansas and
ARTICLE 1 - WORK
day of
in the year 2023 by and between
(hereinafter called Contractor).
1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The
work under this Contract includes, but is not limited to:
• The signalization of the intersection of Razorback Road and 15`h Street.
• Approximately 400 linear feet of road widening on 151 Street.
• Curb & Gutter and sidewalk construction.
• Drainage Improvements.
• Signage and Pavement Markings.
• Retaining wall construction.
Any use of a third -party dumpster or roll off container shall be procured from the City of Fayetteville
Recycling and Trash Collection Division. Use of a Non -City dumpster or roll off container is not allowed.
Open burning is not allowed on City projects.
Blasting is not allowed on City projects.
Contractor is responsible for obtaining all applicable permits; however, fees for the City issued permits
shall be waived.
The Contract includes work in City of Fayetteville Right-of-way and in General Utility Easements.
Refer to Section 00400-Bid Form for quantities.
ARTICLE 2 - ENGINEER
2.01 The Contract Documents have been prepared by the City of Fayetteville Engineering Division.
City of Fayetteville Engineering Division assumes all duties and responsibilities, and has the
rights and authority assigned to City of Fayetteville Engineering Division in the Contract
00500 Agreement 00500-1
DOCUMENT 00500 — AGREEMENT (continued)
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.
3.02 DATES FOR SUBSTANTIAL COMPLETION AND FINAL PAYMENT:
A. The Work shall be Substantially Completed within 180 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 210 calendar days after the date when the
Contract Times commence to run.
3.03 LI(.)UIDATED DAMAGES:
A. Owner and Contractor recognize that time is of the essence of this Agreement and that
The City of Fayetteville will suffer financial loss if the Work is not completed within
the time specified above, plus any extensions thereof allowed in accordance with the
GENERAL CONDITIONS. The parties also recognize the delays, expense, and
difficulties involved in proving the actual loss suffered by The City of Fayetteville if
the Work is not Substantially Completed on time. Accordingly, instead of requiring
any such proof, The City of Fayetteville and Contractor agree that as liquidated
damages for delay (but not as a penalty) Contractor shall pay The City of Fayetteville
Seven Hundred Fifty Dollars ($750.00) for each calendar day that expires after the time
specified above in Paragraph 3.02 for Substantial Completion until the Work is
Substantially Complete. After Substantial Completion, if Contractor shall neglect,
refuse, or fail to complete the remaining Work within the time specified in
Paragraph 3.02 for completion and readiness for final payment or any proper extension
thereof granted by The City of Fayetteville, Contractor shall pay The City of
Fayetteville Five Hundred Dollars ($500.00) for each calendar day that expires after
the time specified for completion and readiness for final payment.
ARTICLE 4 - CONTRACT PRICE
4.01 The CITY OF FAYETTEVILLE agrees to pay, and the CONTRACTOR agrees to accept, as
full and final compensation for all work done under this agreement, the amount based on the
unit prices bid in the Proposal (BID FORM) which is hereto attached, for the actual amount
accomplished under each pay item, said payments to be made in lawful money of the United
States at the time and in the manner set forth in the Specifications.
4.02 As provided in the General Conditions, estimated quantities are not guaranteed, and
determinations of actual quantities and classifications are to be made by ENGINEER as
00500 Agreement 00500-2
DOCUMENT 00500 — AGREEMENT (continued)
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.
There shall be no changes without prior written approval of the Engineer of
Record and/or the City's designated Professional Engineer.
ARTICLE 5 - PAYMENT PROCEDURES
5.01 SUBMITTAL AND PROCESSING OF PAYMENTS.
A. Contractor shall submit Applications for Payment in accordance with the GENERAL
CONDITIONS. Applications for Payment will be processed by Engineer as provided
in the GENERAL CONDITIONS.
5.02 PROGRESS PAYMENTS, RETAINAGE:
A. The City of Fayetteville shall make progress payments on account of the Contract Price
on the basis of Contractor's Applications for Payment as recommended by Engineer,
on or about the 15th day of each month during construction. All such payments will
be measured by the schedule of values established in the GENERAL CONDITIONS
(and in the case of Unit Price Work based on the number of units completed) or, in the
event there is no schedule of values, as provided in the General Requirements.
1. Prior to Substantial Completion, progress payments will be made in an amount
equal to the percentage indicated below, but, in each case, less the aggregate
of payments previously made and less such amounts as Engineer shall
determine, or The City of Fayetteville may withhold, in accordance with the
GENERAL CONDITIONS.
a. 95% of Work Completed (with the balance being retainage). If Work has
been 50% completed as determined by Engineer, and if the character and
progress of the Work have been satisfactory to The City of Fayetteville
and Engineer, The City of Fayetteville on recommendation of Engineer,
may determine that as long as the character and progress of the Work
subsequently remain satisfactory to them, there will be no additional
retainage on account of Work subsequently completed, in which case the
remaining progress payments prior to Substantial Completion will be an
amount equal to 100% of the Work Completed less the aggregate of
payments previously made; and
b. 100% of Equipment and Materials not incorporated in the Work but
delivered, suitably stored, and accompanied by documentation satisfactory
to The City of Fayetteville as provided in the GENERAL CONDITIONS.
00500 Agreement 00500-3
DOCUMENT 00500 — AGREEMENT (continued)
5.03 FINAL PAYMENT:
A. Upon final completion and acceptance of the Work in accordance with the GENERAL
CONDITIONS, The City of Fayetteville shall pay the remainder of the Contract Price
as recommended by Engineer and as provided in the GENERAL CONDITIONS.
ARTICLE 6 - CONTRACTOR'S REPRESENTATIONS
6.01 In order to induce The City of Fayetteville to enter into this Agreement, Contractor makes the
following representations:
A. Contractor has examined and carefully studied the Contract Documents including the
Addenda and other related data identified in the Bid Documents.
B. Contractor has visited the Site and become familiar with and is satisfied as to the
general, local, and Site conditions that may affect cost, progress, performance, and
furnishing of the Work.
C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and
Regulations that may affect cost, progress, performance, and furnishing of the Work.
D. Contractor has carefully studied all:
(1) Reports of explorations and tests of subsurface conditions at or contiguous to
the Site and all drawings of physical conditions in or relating to existing
surface or subsurface structures at or contiguous to the Site; and
(2) Reports and drawings of a Hazardous Environmental Condition, if any, at the
Site. Contractor acknowledges that The City of Fayetteville and Engineer do
not assume responsibility for the accuracy or completeness of information and
data shown or indicated in the Contract Documents with respect to
Underground Facilities at or contiguous to the Site.
E. Contractor has obtained and carefully studied (or assumes responsibility of having
done so) all such additional supplementary examinations, investigations, explorations,
tests, studies, and data concerning conditions (surface, subsurface, and Underground
Facilities) at or contiguous to the Site or otherwise which may affect cost, progress,
performance, and furnishing of the Work or which relate to any aspect of the means,
methods, techniques, sequences, and procedures of construction to be employed by
Contractor and safety precautions and programs incident thereto.
F. Contractor does not consider that any additional examinations, investigations,
explorations, tests, studies, or data are necessary for the performing and furnishing of
the Work at the Contract Price, within the Contract Times, and in accordance with the
other terms and conditions of the Contract Documents.
G. Contractor is aware of the general nature of work to be performed by The City of
Fayetteville and others at the Site that relates to the Work as indicated in the Contract
Documents.
00500 Agreement 00500-4
DOCUMENT 00500 — AGREEMENT (continued)
H. Contractor has correlated the information known to Contractor, information and
observations obtained from visits to the Site, reports and drawings identified in the
Contract Documents, and all additional examinations, investigations, explorations,
tests, studies, and data with the Contract Documents.
I. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or
discrepancies that Contractor has discovered in the Contract Documents and the
written resolution thereof by Engineer is acceptable to Contractor.
J. The Contract Documents are generally sufficient to indicate and convey understanding
of all terms and conditions for performance and furnishing of the Work.
ARTICLE 7 - CONTRACT DOCUMENTS
7.01 CONTENTS:
A. The Contract Documents which comprise the entire Agreement between The City of
Fayetteville and Contractor concerning the Work consist of the following and may only
be amended, modified, or supplemented as provided in the GENERAL
CONDITIONS:
1. This Agreement.
2. Exhibits to this Agreement (enumerated as follows):
a. Notice to Proceed.
b. Contractor's Bid.
c. Documentation submitted by Contractor prior to Notice of Award.
3. Performance, Payment, and other Bonds.
4. General Conditions.
5. Supplementary Conditions.
6. Specifications consisting of divisions and sections as listed in table of contents
of Project Manual.
7. Drawings consisting of a cover sheet and sheets as listed in the table of
contents thereof, with each sheet bearing the following general title:
RAZROBACK ROAD (HWY.112) & 15TH STREET (HWY.16)
INTERSECTION IMPROVEMENTS
8. Addenda numbers inclusive.
9. The following which may be delivered or issued after the Effective Date of the
Agreement and are not attached hereto: All Written Amendments and other
documents amending, modifying, or supplementing the Contract Documents
pursuant to the GENERAL CONDITIONS.
ARTICLE 8 - MISCELLANEOUS
8.01 TERMS:
A. Terms used in this Agreement which are defined in the GENERAL CONDITIONS
shall have the meanings stated in the GENERAL CONDITIONS.
00500 Agreement 00500-5
DOCUMENT 00500 — AGREEMENT (continued}
8.02 ASSIGNMENT OF CONTRACT:
A. No assignment by a party hereto of any rights under or interests in the Contract
Documents will be binding on another party hereto without the written consent of the
party sought to be bound; and specifically but without limitation, moneys that may
become due and moneys that are due may not be assigned without such consent (except
to the extent that the effect of this restriction may be limited by Law), and unless
specifically stated to the contrary in any written consent to an assignment, no
assignment will release or discharge the assignor from any duty or responsibility under
the Contract Documents.
8.03 SUCCESSORS AND ASSIGNS:
A. The City of Fayetteville and Contractor each binds himself, his partners, successors,
assigns, and legal representatives to the other party hereto, its partners, successors,
assigns, and legal representatives in respect to all covenants, agreements, and
obligations contained in the Contract Documents.
8.04 SEVERABILITY:
A. Any provision or part of the Contract Documents held to be void or unenforceable
under any Law or Regulation shall be deemed stricken, and all remaining provisions
shall continue to be valid and binding upon The City of Fayetteville and Contractor,
who agree that the Contract Documents shall be reformed to replace such stricken
provision or part thereof with a valid and enforceable provision that comes as close as
possible to expressing the intention of the stricken provision.
8.05 FREEDOM OF INFORMATION ACT:
A. City contracts and documents prepared while performing city contractual work are
subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act
request is presented to the City of Fayetteville, the contractor will do everything
possible to provide the documents in a prompt and timely manner as prescribed in the
Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally
authorized photocopying costs pursuant to the FOIA may be assessed for this
compliance.
8.06 LIENS:
A. No liens against this construction project are allowed. Arkansas law (A.C.A. §§ 18-
44-501 through 508) prohibits the filing of any mechanics' of materialmen's liens in
relation to this public construction project. Arkansas law requires and the contractor
promises to provide and file with the Circuit Clerk of Washington County a bond in a
sum equal to the amount of this contract. Any subcontractor or materials supplier may
bring an action for non-payment or labor or material on the bond. The contractor
promises to notify every subcontractor and materials supplier for this project of this
paragraph and obtain their written acknowledgement of such notice prior to
commencement of the work of the subcontractor or materials supplier.
00500 Agreement 00500-6
DOCUMENT 00500 — AGREEMENT (continued)
00500 Agreement 00500-7
DOCUMENT 00500 — AGREEMENT (continued)
IN WITNESS WHEREOF, The City of Fayetteville and Contractor have signed this Agreement in
quadruplicate. One counterpart each has been delivered to Contractor. Three counterparts each has been
retained by The City of Fayetteville. All portions of the Contract Documents have been signed, initialed, or
identified by The City of Fayetteville and Contractor.
This Agreement will be effective on
of the Agreement.
CONTRACTOR: AFA6- Ce„,+r,') I n G
By: Ic c..s,LY..►
(Type o bly print)
(Signature)
Title: Df1Qr'w,T�ur1S / lav�Q►q,i-('
, 20_, which is the Effective Date
CITY OF FAYETTEVILLE
By: Lioneld Jordan
(Signature)
Title: Mavor
Contractor shall attach evidence of authority to sign.
If Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution
authorizing Contractor's signature and execution of Agreement.
Further if Contrac %,�h�4� corporation, corporate entity or LLC, Contractor shall also attach a copy of the
14
Contractor's tl',oration and a copy form the Arkansas State Secretary of State to document
that the co r f�i , ort? al ,tity or LLC is in current "Good Standing" with the State of Arkansas and
such entituZetSittedterl work in the State of Arkansas.
Attest
"SEAL
.� 1980
j( kL �.�`(SEAL)
Attest
00500 Agreement 00500-8
DOCUMENT 00500 — AGREEMENT (continued)
Address for giving notices Address for giving notices
5 5 E • i11S� �� 113 W. Mountain St.
A (Z' Fayetteville, AR 72701
License No.
Agent for Service of process
Sit uv Yl Lo r)
(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 00500-9
CITY OF
WA FAYETTEVILLE
ARKANSAS
Bid 23-22 Addendum 3
APAC-Central, Inc.
Supplier Response
Event Information
Number: Bid 23-22 Addendum 3
Title: Construction - 15th St. and Razorback Rd. Intersection Improvements
Type: Invitation to Bid
Issue Date: 7/16/2023
Deadline: 8/8/2023 02:00 PM (CT)
Notes: The City of Fayetteville is accepting sealed bids from properly
licensed firms for the construction of the intersection improvements to
15th Street and Razorback Road in Fayetteville, Arkansas. This
includes, but is not limited to, the signalization of the intersection, road
widening, curb & gutter and sidewalk installation, drainage
improvements, signage and pavement markings, and retaining wall
construction. Questions regarding this bid should be addressed to
Amanda Beilfuss, Sr. Purchasing Agent at abeilfuss(a)fayetteville-
ar.gov or by calling (479) 575-8220.
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 9 pages Vendor: APAC-Central, Inc. Bid 23-22 Addendum 3
APAC-Central, Inc. Information
Contact: Doug Luetjen
Address: 755 E. Millsap Rd
Fayetteville, AR 72703
Phone: (479) 587-3300
Email: doug.luetjen@apac.com
By submitting your response, you certify that you are authorized to represent and bind your company.
Shaun Long
Signature
Submitted at 8/8/2023 09:23:45 AM (CT)
Requested Attachments
Bid 23-22, Required Signature Forms
shaun.long@apac.com
Email
15th Street and Razorback_Apac
Response Attachements.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 23-22, Bid Bond
Bid Bond Signed.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:
100057210
2
Arkansas Contractor License Number:
0011840424
3
Check Yes or No:
Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently
boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract,
with any public entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott
Israel, the contractor must notify the contracted public entity in writing.
❑✓ Yes, I 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.
❑✓ 1 agree
Bid Lines
Page 2 of 9 pages Vendor: APAC-Central, Inc. Bid 23-22 Addendum 3
1 5' x 5' Drop Inlet (Type C)
6
Quantity: 2 UOM: EA Price: $13,500.00 Total: $27,000.00
Page 3 of 9 pages Vendor: APAC-Central, Inc. Bid 23-22 Addendum 3
3 6" Solid White Pavement Marking (Thermo)
2
Quantity: 950 UOM: LF Price: $1.20 Total: $1,140.00
Page 4 of 9 pages Vendor: APAC-Central, Inc. Bid 23-22 Addendum 3
4 Remove and Reinstall Ex. R3-7, M5-1, R3-5fP, M1-5 Signs w/New Supports
8
Quantity: 1 UOM: LS Price: $1,100.00 Total: $1,100.00
Page 5 of 9 pages Vendor: APAC-Central, Inc. Bid 23-22 Addendum 3
6 Polara iNS2 3TB1 B: "iNS" iNavigator 2-wire Push Button Station
4
Quantity: 8 UOM: EA Price: $1,300.00 Total: $10,400.00
Page 6 of 9 pages Vendor: APAC-Central, Inc. Bid 23-22 Addendum 3
8 Electrical Conductors -in -Conduit (1 C/8 AWG)
0
Quantity: 900 UOM: LF Price: $3.50 Total: $3,150.00
Page 7 of 9 pages Vendor: APAC-Central, Inc. Bid 23-22 Addendum 3
9 RR Flagging Services (Not to Exceed Quantity)
6
Quantity: 100 UOM: HRS Price: $170.00 Total: $17,000.00
Page 8 of 9 pages Vendor: APAC-Central, Inc. Bid 23-22 Addendum 3
9 Ameristar Fencing
7
Quantity: 200 UOM: LF Price: $90.00 Total: $18,000.00
9 6" Thick Concrete Curbed Drainage Swale
8
Quantity: 15 UOM: SY Price: $1,200.00 Total: $18,000.00
9 Potholing Ex. Utilities
9
Quantity: 1 UOM: LS Price: $13,000.00 Total: $13,000.00
1 Helmeted Bicyclist Symbol with Arrow
0
0 Quantity: 1 UOM: EA Price: $300.00 Total: $300.00
Response Total: $1,809,765.00
Page 9 of 9 pages Vendor: APAC-Central, Inc. Bid 23-22 Addendum 3
Document A310TNI — 20,10
Conforms with The American Institute of Architects AIA Document 310
CONTRACTOR:
(Name, legal status and address)
APAC-Central, Inc.
755 E. Millsap Road
Fayetteville, AR 72703
OWNER:
(Name, legal status and address)
City of Fayetteville, AR
113 W. Mountain Street
Fayetteville, AR 72701
BOND AMOUNT: 5%
PROJECT:
Bond Number: 08082023
SURETY:
(Name, legal status and principal place of business)
Fidelity and Deposit Company of Maryland
1299 Zurich Way
Schaumburg, IL 60196-1056
State of Inc: Illinois
(Name, location or address, and Project number, if any)
City of Fayetteville, AR
15th Street & Razorback Rd Improvements
This document has important legal
consequences. Consultation with
an attorney is encouraged with
respect to its completion or
modification.
Any singular reference to
Contractor, Surety, Owner or
other party shall be considered
plural where applicable.
The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the
Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and
severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor
within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and
Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terms of such bid,
and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the
jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for
the prompt payment of labor and material furnished in the prosecution thereof; or (2) pays to the Owner the difference,
not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the
Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall
be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement
between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the
Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids
specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond
sixty (60) days.
If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this
deemed to be Subcontractor and the term Owner shall be deemed to be Contractor.
When this Bond has been furnished to comply with a statutory or other legal requirement in the loca
any provision in this Bond conflicting with said statutory or legal requirement shall be deemed dell
provisions conforming to such statutory or other legal requirement shall be deemed incorporated hE
furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law
Signed and sealed this 8th day of August 1 2023
- - (Principal)
(Witness)
(Title)
FidelitI and
(Surety —
( itness)
(Title)
APAC-Central, Inc.
osit Compdny of Maryland
(Seat)
Luetjen, A o ey in -Fact
S`''��#
J.
SEAL i
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New
York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by
Robert D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are
set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute,
and appoint Brandon Lefevre, Murry Cline, Michael Dugan, Kristopher McClanahan, Michael Eshleman, Doug Luetjen,
James Hawkins, Joshua Davis and Doug Fronick, all of Fayetteville, Arkansas, EACH, its true and lawful agent and Attorney -
in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: Any and all bid bonds issued on behalf
of APAC - Central, Inc. of Fayetteville, Arkansas each in a penalty not to exceed the sum of $1,000,000, any and all bonds and
undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as
fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the
ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL
AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons.
The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8,
of the By -Laws of said Companies, and is now in force.
IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said
ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 3rd day of January, A.D. 2023.
d �SEALm� z,°SEALm:s` _ ° m
5.'
ATTEST:
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
By: Robert D. Murray
Vice President
��p;Gt/-it✓ � �22$GLY��
By: Dawn E. Brown
Secretary
State of Maryland
County of Baltimore
On this 3rd day of January, A.D. 2023, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert D.
Murray, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who
executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of
the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and
the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written.
Iva Bethea
Notary Public
My Commission Expires September 30, 2023
Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790
EXTRACT FROM BY-LAWS OF THE COMPANIES
"Article V, Section 8, Attorney s-in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President
may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies,
recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such
attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any
time."
CERTIFICATE
I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN
CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the
foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of
the By -Laws of the Companies is still in force.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998.
RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary
and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such
facsimile signature and seal shall be valid and binding on the Company."
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of
May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a
meeting duly called and held on the 10th day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature
of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a
certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect
as though manually affixed.
IN TESTIMONY VHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies,
this 91U day of
AL
Bc
SAL
icO�qnLulxm`•�.4ka, may'.
�r�.•n1 nP'
s's•„^kwran�'+'
Fkt
''"'aamnm•xna"
r�.,n�
- M 9 P��
By: Mary Jean Pethick
Vice President
TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION
OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT
INFORMATION TO:
Zurich Surety Claims
1299 Zurich Way
Schaumburg, IL 60196-1056
Ph: 800-626-4577
If your jurisdiction allows for electronic reporting of surety claims, please submit to:
ret)ortsfclaims(iuzurichna. com
Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790
CITY OF
FAYETTEVILLE
RIF 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.
V 15% Bid Bond of the amount bid accompanied by required documentation (Power of Attorney, etc.)
u 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.
II pages provided with signature lines shall be appropriately signed, dated accordingly, and included with submitted bid
documents
F1All bids shall be received before the stated deadline utilizing the City's electronic bidding platform orsubmitting 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/userlcityoffayettevillear. Late or misdirected bids shall not be accepted. The City of
Fayetteville shall not be responsible for lost or misdirected bids, or failure of bidder's technical equipment. All bid
documents shall be delivered in a sealed envelope to the address stated in the advertisement or updated deadline issued
via Addenda. All bids should be delivered with the name of the bidder (contractor) on the sealed envelope as well as the
bidders Arkansas Contractor's License Number.
City of Fayetteville, AR
Purchasing Division —Suite 306
113 W. Mountain
Fayetteville, AR 72701
Additional Information Required:
• List of Subcontractors: Submit form on Ion Wave or attach if submitting a physical bid
• AR Secretary of State Filing #: 100051,110 OR submit electronically.
• Arkansas Contractor License #: O I1 syny2 q 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: 6ESor NO
Telecommunkations Devke for the Deaf Ti I4791521.1316
113 West Mountain • Fayetteville, AR 72701
DOCUMENT 00140 — BIDDER'S QUALIFICATION STATEMENT
Contract Name: RAZORBACK ROAD (HWY.112) & 15TH STREET (HWY.16) INTERESECTION
IMPROVEMENTS
Bid #: 23-22, Construction
Date: i 3
SUBMITTED TO:
The City of Fayetteville, Arkansas
113 West Mountain Street
Fayetteville, Arkansas 72701
SUBMITTED BY:
Company A PA C - Geni" 1T�n .
Name Shaun Loh G / n
Address 155 E`i
Principal Office 5 w► '� t,
Z
rpo�oer
artnership, individual, joint
r
Arkansas State General Contractor's License Number
ou// $yoV 2`{
(Type or legibly print)
EXPERIENCE STATEMENT
1. Bidder has been engaged as a General Contractor in construction for q O t years and
has performed work of the nature and magnitude of this Contract for qo+ years.
Bidder has been in business under its present name for aU I- years.
2. Bidder now has the following bonded projects under contract: (On a separate sheet, list
project name, owner, name of owner contact, engineer / architect, name of
engineer/architect contact, amount of contract, surety, and estimated completion date.)
3. Bidder has completed the following (list minimum of 3) contracts consisting of work
similar to that proposed by this Contract: (On a separate sheet, list project name,
owner, name of owner contact, engineer / architect, name of engineer/architect contact,
amount of contract, surety, and date of completion and percentage of the cost of the
Work performed with Bidder's own forces.)
4. Has Bidder ever failed to complete any project? If so, state when, where, and why.
00140 Bidder Qualifications 00140-1
DOCUMENT 00140 — BIDDER'S QUALIFICATION STATEMENT (continued)
Bidder normally performs the following work with his own forces:
dr
6. Construction experience of key individuals in the organization is as follows (continued
on attached sheets if needed):
7. In the event the Contract is awarded to Bidder, the required surety Bonds will be
furnished by the following surety company and name and address of agent:
I2 1I v uriC-k YJf%n
L Co I - (x
8. Bidder's Workmen's Compensation Experience Modifier Factor is:
FINANCIAL STATEMENT
B. If requested by the City of Fayetteville during the evaluation of bids the bidder shall provide
to the City of Fayetteville the following additional information:
Bidder possesses adequate financial resources as indicated by the following:
Assets and Liabilities: Attach a financial statement, audited if available, including
Bidder's latest balance sheet and income statements showing the following items:
a. Current assets (cash, joint venture accounts, accounts receivable, notes
receivable, accrued income, deposits, materials inventory, and prepaid expenses).
b. Net fixed assets.
c. Other assets.
00140-Bidder Qualifications 00140 - 2
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:
Jud,ment Creditors
a.
b.
Where Docketed and Date Amount
Bidder hereby represents and warrants that all statements set forth herein are true and correct.
Date: ;. , , 2023
Name of Organization:
By Lure,
(Type or legibly print)
By
(Signature) L
Title C.an5 r."� ;ems �NiY►1Q.keP
(Type or legibly print)
•.�:g��.; ,� i
SEAL
19$o w.
•. AFL p�+l P�•�'-'�
(If Bidder is a partnership, the partnership name shall be signed, followed by the signature of at least one
of the partners. If Bidder is a corporation, the corporate name shall be signed, followed by the signature
of a duly -authorized officer and with the corporate seal affixed.)
00140-Bidder Qualifications 00140 - 3
DOCUMENT 00400 — BID FORM
Contract Name: RAZORBACK ROAD (HWY.112) & 15TH STREET (HWY.16)
Bid Number: 23-22
BID TO:
Owner: The City of Fayetteville, Arkansas
113 West Mountain Street
Fayetteville, Arkansas 72701
BID FROM: L
Bidder: Afp AL� G,rril�ln� .
j55 E. mj1/5"a KL.
k"vi 1k. A kI
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
00 2
00400-Bid Form 00400 - 1
DOCUMENT 00400 - BID FORM (continued
sought by collusion to obtain for himself any advantage over any other Bidder or over
Owner.
L. Bidder will perform the Work in compliance with all applicable trench safety standards set
forth in Occupational Safety and Health Administration (OSHA) Part 1926 - Subpart P -
Excavations.
ARTICLE 4 - BID PRICE
Bidders are required to provide pricing for all line items, including deductive alternate items.
Failure to provide deductive alternate pricing can result in bid rejection.
The City intends to award this contract to the lowest qualified responsive responsible bidder based
on the total base bid as long as the base bid amount falls within the amount of funds certified for
the project plus 25%.
In the event no bid falls within the amount of funds certified for the project plus 25%, the City will
utilize the deductive alternates in order to further evaluate bids until a bid received falls within the
amount certified, plus 25%.
In the event all deductive alternates are subtracted from the total base bid and no bid falls within
the amount certified, plus 25%, all bids shall be rejected and become confidential.
In no case shall the amount bid for the item of "mobilization" exceed 5% of the total contract
amount for all items listed in the proposal or bid. Should the amount entered into the proposal or
bid for this item exceed 5%, the bid shall be rejected.
Bidder shall complete the work in accordance with the Contract Documents for the price(s)
submitted by the Bidder.
ARTICLE 5 - CONTRACT ITEMS
5.01 Bidder agrees that the Work will be substantially completed and completed and ready for final
payment within the number of calendar days indicated in the Agreement.
5.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to
complete the Work within the times specified in the Agreement.
ARTICLE 6 - BID CONTENT
6.01 The following documents are attached to and made a condition of this Bid:
A. Required 5% Bid security in the form of a cashier's check from a bank located in the State
of Arkansas or a Bid Bond in the amount of _ Dollars
($ 5 ' .10
)
B. A tabulation of Subcontractors and other persons and organizations required to be
identified in this Bid.
ARTICLE 7 - COMMUNICATIONS
7.01 Communications concerning this Bid shall be addressed to the Bidder as follows:
00400-Bid Form 00400 - 3
DOCUMENT 00400 — BID FORM (continued)
Email: AfAG .
Phone No.
Fax No.
ARTICLE 8 - TERMINOLOGY
8.01 The terms used in this Bid which are defined in the GENERAL CONDITIONS or Instructions to
Bidders will have the meanings assigned to them.
Arkansas State Contractor License No. Do
If Bidder is:
Name (type or printed):
Doing business as:
Business address:
Phone No.
Email address:
A Partnership
Partnership Name:
IN
(Individual's Signature)
Fax No.
(Signature of general partner - attach evidence of authority to sign)
Name (type or printed):
Business address:
Phone No.
Email address:
00400-Bid Form 00400 - 4
Fax No.
(SEAL)
(SEAL)
DOCUMENT 00400 - BID FORM (continued)
A Corporation or LLC
0
0
• GSEAL�
Corporation Name: _ Nt PA G - 6t a ram. ( -f
State of Incorporation: —TO- Iw i,J "'Yne
Type (General Business, Professional, Service, Limited Liability): (�
By:
(S'_nature of general 0aner -attach evidence of authority to sign)
Name (type or printed): U & L cr. 14_1-
Title: d na_��� ;of14 man A.�I f o� On�5-�' J; 0!
OR'1 � �w
_ SEAL
(CORPORAT SEA 1980
: , �LAw
Attest: .....
ignature of Corporate Secretary) •"4s , 7k ��� `',�`
ae
NA+oeennw���'
Phone No. 7 ok - 5 C67 - 3300 Fax No. `11A ' S 0 ' 330y
Email address: '_Qom•, • L0 svl\ @ AQpL. Co► \
Tax ID Number (TIN):
ui�I #
Cage Code: l] v cz S
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:
RAZORBACK ROAD (HWY.I 12) & 15TH STREET (HWY.16) INTERSECTION
IMPROVEMENTS
Bidder certifies that all Subcontractors listed are eligible to perform the Work.
Subcontractor's Work Subcontractor's Name Expected Percentage
and Address or Value
Clearing/Demolition I'' PAC, ,,,i 1i , Ag-
SWPPP/Erosion Control t r,d NcR rtr— F.,ArAIL rAt- 5 Io
Asphalt AfA L _ A o- o
Concrete A PA G Glja.A l 1, �A x- 9 c) at,
Cif G - V11111 6-~%. Ak-
Landscaping �JtG�r�� NvK- ' F..,►�lri}�nkf v
Material Testing Im c c - U,
A><
Other (designate) L - L .i �'� - iL u+. 0 y
NOTE: This form must be submitted in accordance with the Instructions to Bidders.
Bid er's "
00430 List of Subcontractors 00430-1
ry.
m
S
m
CL
E m
'm a
A
W N
a
J Q W C
F m r
Z w °1
wEL
m
a r O E
a r N
a a
N
N
o
Z
a
O
n
7
O
K W
K K
a
001!
�
i
�
n?
n^
j
0
O
pin
°
3 G
c
=
Qm Qm
a'o
m:
m m
Y
p
=
o02
O
m
mti
<
m
V'
Lg°
m W^
i'
t
g:
r
i
O
:°
me
p m
rc
dm�3=a=
=m
>>.�.
Og
0z
m
A
c
O
p
1L
L
A 0m
Q
imM>
'O
Z
pyG
O
C�Nd
W
�
5
0:
°
=
°Ohe
°
cCW
yW
0 0D
c c
p
00000m2
00
15
W
m°
L
Y
lzi
ix
a
0:0:w
o o
S
m
n
o
o
m
0'm0N
Y
u°
am2
tl
3
J
E
fZ
7U
.10
_om
ci
.ifiif
u
a
2 mnr
o:�
;oL
Vm
o
D
LmDUmy--FS`
c$o«
000N
- m`uimc
=He
N
J««
N
mmOm^
2.2
J O
m
N
J O
m
NA
J
c�`�`2�o
C O^^
cc
m y
C
z-
m
E 2
E
i
pj u
Nc
O
_
9
U
@ ccccc^c
a 0
U U
0 0
U U
0«
N U
O
pp
U m
Oc
O_
= �•
E L
E_gm
m J
N'.
C
�+ O
{�
N 2
J J
N
�m�
J O
pm
°
W F
C
Y4
`.�^
C•-
m°mm1ro
p• m
O
2
m=_@
1 r.ffiAm«
U
p
o
$$
EN
m m
m
p Z
m
m«
e e«
W«
N
N
a Fi
n n
N N
C-
z
U r
N
'm
@
@@@`@
yo
`@
o
O S'
U
y«
N N
N m'O
w C
V.
C
E'
m
c e
m>
m=
S_=
U
c_
iL
m=
'O 7L
m
S iC
m m
L '.0
m m
q IL
m m
L
S O`
m y_
O
m
0
.- U
0 0
m m
0
m «L
C p
p
O C°
U_
C
m_
p o
U mmm
0 0
m c
U
U 0
L mW
N
Z
O S
Z
m
lie
m m
1� N
m
O
LL
m m
m
c
@32
ymmp
GC
r
OrH=
ugQ
V r�rmNrrrF�=1-r•_°->
`m
`OOf73000�`0-
V
J6
@
616SO
m
$gL6
@
660p.x
m
A m'.[„F
`of
wrH
`Of
rrp.¢O
°
V p
m mN
tp
p r
O DO
FFm
r 30
r
p$--
O`0
m m
:•'sOx00000
p
O
E 0
0 0
0 0_
0
0=
o@
r
p E
r r
r__
o
m@f°po
E E=
m 000�
E
�-np
@@N
@
O_
O
000
O O
O L
=o
.[
0
o
8 e
c
C
0
U
Y y
U
U V
N r
o
Y
x
y a
x x_
a Q
U U
S_
U m
r U
o U
O V
i i
i y
r
Do U
0
0 z
0 i7
c
c
0
°
f
O
i
d
p
L S
q
L
gg
5
y
°
U°
`
=
fE
°
200
i0
O
`3sm
mpc
c
L
'
-L
S�,
m
3.0
m
c
=mji
i
0
6m
LS
CS
i
d
LOT
Yp yrm
o
N
m•7 Na
YOm
«m dJ
C m
L
o •Sg
mEm
R
C
m
C
°yimd
mmd
[bmOdUip
_vtmi'
W•m°c
my
wVZ J•«xEG
pD
!;
m
L
m
0
r
,
O
ifM?L
OEidc
m
°m
L $g
°mm
m
cc
C
=9
c
i
LE
V
L
O
m=9O
L
>
> m
m
W°
U m
m0
mp m
g L>>
m
O V
Y
V p
m
O C
U U
O
V a
m=
C
C C
C C
t E@@
U
m i
N
m
C i
N S
i. C
9>>
e° W
V
m
y Z
i N
S F
e C
cW O
'`m•
Z?
LL 3 O
0:
cs
m=
0
0
: mCn,
O v'-
tl-
p•-a
of
L
pp
O>
aS
m
�ZcpisaS�W
�'
G
o.
m W
m_
6 E
C
C O
mo
L[
m N
r
c
D
•pp
O O
99
V W
<d>7�>^oS
9
q.
(\-.
C 9
9
4 r
4-8
i>
b°
LLmo
O
id.
y
Fc°i
t.�°
U .n
E_
• V
p=<
Ti-3-
m
c @
ON_�
�e.
xmiPO
OHQO�
> G
_
O m
me
mm'i
c
°O
p=p °
V
E
�ZQ
±,^.m
s:
�I
•
LLL
?
C�
S =
1E
j
•
L
•
V
in
=
esn
$uuampo
•LyU
W
E
2O
L i'+dES
C
yp
i
V
y W-m^
de
p o
e
q
0
_m
[x
-,
m�
a
@
N^
L
2
f>
.[
iimJ10
i.
R.
�N
a 0_y
mZ
°
Li
1 E
mml
E
^f�l
Y
^
y a
•
_Ts
°
S yC
S:
a
�.i
^
'D.
O
c m
L
O
■
G
1
Zm
„
C
u 4
i$9mUOdC3^
m<X
FF
m
@j•�KVr6ap"-JI
S
-0.NZO'mi-6mJss
7
y m�Is
: p
E
$Q
gQ
.'R a
g
Q
g$
Q
i$mE
ano:
C
°�~
_
Y
N
v
OSQI
C W
O D
[�Lc
O
0
pr«3'_6
p
pr�6r
�0
O�imms•
@
°��i1oemv^
R
eem�G
�@o°
drr7j
BmEGUirdEE
rxE«ti
w�O=
rr1x
rrx«
drxU
H�
r�srUO+drU
�o
zu
>`m:J°cmmE
TKu
�
ig w
Eu_
a
O°
0a0
umE
N?Srcrcrc[-�3�.1'n�>'
LLE
>
<Um°
O x az
w my-m°f
N���m
enreOr+
me
O��OmiNNNNmPO?.ai
m�pSpggoS
g
ggggaggg��
a�
°'�.'n��c'u°ii���ee�'=i0a
N
N�ggd�Ii.6,
..
���R
gg•
RRpe33EEsag
gg• wP.
$a=�i
n
N.91i v!
N O
N
O O
N N
O N
NNNQQQQQO.m
pp
�p�p pp
�p�p �p�p
pp^p
1D .D
VD mfD
S
S S
S
S
S S
S N
N N
N R
O O
NN
O N
NRN.4.NNNNNnnNN
0 0
0
0
spspp�ppp
+pVVR
n N
0
W
Q
O
U
O
0
n
q
m
tlm
m
m
Q
13
OrV0
0
Om
2
<
Q
1
C
ZQ
Q
Gq<
9
Q
0
C
Q°i
yyr20Ur
KQC
•Qm�
O S
m=
00
Wmm
a
c
p
V
V
dd
Q0Oft
O
a0U
0
0
iceU
iO
JO
o=0_
o=
UoE
O
q mE
E E
OOOiO
O
OpZ°Up
c
O°;
f�pOo
O
OrjO
rm U=OgU=O
c
°
>V
Uc
> c
OS'
U
c
d
0 =
d
00OUn
i
30d
M.
C C
rc rc-U
C
C q
Y Y
WL
W
Y Y
qii
s d
d
U
d
iVi
9
O-
0
E
C
m C
O
0 �•
0
U O
O U
V m
C C
0 O«
[W
O
U C
m tl
L
U
°
U
Co
C m
W
p C
^L
C
C
N
i m
O
d
U i
U V
O-
U C-
W
f
u
-
0
MC,
L O
O O
-
O O
O U
`.5�`m-:cay
V C
�°
U m
m
U>^
1•J
�wti
U•O
C U
oc�
L
Ec90
p g
@@L
U C
m
q
C
m
��
o Lp
p 9
m
m 0
mi3m
W m
E C
c
m
tl
W C,C
3 o
O
°
L
tl
9m
tl
m°
tl
E
E
Y °
ET
Y O
p y
p
U@p0=°°'_°
m@
C O
L
_ m9
of c
;
c
0 O
U U
m m
op
f r
m 0
3=___=
0
E
p W
W Z•,
m
o
L
W
a z-
a ep=
aD
O N>
p
E Y0
m m@
m
m
m
9 9
m m
o m
q
O
m
m
W
m
m 3
m
c i
L
0
m m
m
O W>
rL
O
m
c
3 L
f 3
m 0
m A
s
L
O g
'�
O y
L
U Y
p Y
C
''S 9
O m
Y
m p
LL
op
L m
L 2
L
J m
Nq _ N
Leo,
C C_
o o-
m
rOc_-_a
0
eUU
0
V
0 0
UUO1
O��G1
rO[Om=
m
.60.d
om=
- V
Wz
e_
m
tl
a=
LSe
m
L>
i
C
O
-_
g C
em
i i
L-
C
N---
O
MO
C m
m°
V °
V eOx
m4'-
D
O
is
-__
wqO
O
d
m
-m@
0Er?
eom
L -
mr
2
o •C tO
p
m
I mS
V
rr0
»
O
2
YJ
'¢CK
1Z¢R4Nm
J V
mLLmNSmm
�m
K1p
V mm
DKKG
ma_`
m
V ZOy�
O
W
r
W W
i i
m m
N N
m m
N N
m m
N N
m m
N N
p mp m
N N
m m
N N
m p m
N R
m
N N
mmm
N N
m
N N
N IN
m mmm
N
N N
N
N N
m
N N
m m
N N
N N
m m
N N
m
N N
m
N N
m m
N N
m m
N N
m m
N N
m m
N N
m m
N N
m m
N O
m m
O O
m m
O O
m m
N N
m m
lOV N
m m
fV lV
m m
N N
m m
N N
m A e A
N N N
O
V
ii2
�
a$g$g
<p
as
a
i
i Y
i
C
rC T9
r
W
W Q
@@
E
@
y
L
p
n@@
Ca.
m@@
@@
3
m
°c
�'
m o
m L
o
m m
_
�•
n
�•
=
(j98
c m
E
m
m
L
m m
M
C C
q•
0002
C
5
C
1O
o
m
a
c c
'W W
o` o`m
t
A'.
Lyy
Q
C
o
'C
m C
m D
C C
o o
C C
D m
C C
o 0
Lqq
C a
0
'' 'qL
a a
c
:
O
C
LL O
c
O
c
c
m
O
m
q'W
LL
c c
-W
O O
c-
g¢
•i
W D
c c
0 0
c
0
m m
p` p`
�'
p
��
W@2c22222i22W
W
g
°e@
=�
W
=N
mp>u222
e�
c c
O
c=
c c
L c
2 E[
c
5
a
e
L c
e e
c c
m
e6 e
c
m
e L
>
c e
e[
e e
'>
c
e r
L e
e
c c
e
a
5•�
•e
e l
m
[ e
c c
'>
c L
c•9
->
e c c
O o
U U
D'
U
m
o o
m o
a U
>°°>
N
d
U U
a
>
a
< o
, 0
D
0
o.
o o
0 U
D o
U U
o
U U
D
U 6_
a
o
U
'a
add
> D
U
o
U
aaaa
>>>
p
Q
o
V �^
'
o'o.
° o•�
U U
W �•E
as
fa
o. o.
q°
G U
=
o 0
0
U W
0.
> m
W>
o.0
m
W>
o.OLL
a o 0
m U U
.
9 9
V
L L
L C
9 -'.:a
9
L :E
z y
LL�
s L
L
c .}L
L 9
.a
9.
9
t L
L 9
V t
L L
L C
9
.m
C--
p L
r'
L L
C C
'E 9
q i'
L L
__
L L
.o.L�
9 9W
L 9
N S
L L
L •[
L L
L L
L 9 9
@°
f7 f7M
W@
tl
y
@@
mm
q@@
pmm
@
mQ
W
2
Z-
mS
tq
mx
SSSx
O__
W
- 2rctCV1
m1121q�q
W°
f7
Lq7
p
aa17
@@
g
mQQQm
q q@@
mQ
QQ
0 o�Qn'�(�xxx
Q
QQa
Q6
U' f.7
V
m«m
�e AO
r!
mNmmN
P Am
.09 CDO
mANAONmNmmmGEr
Om
ym W
dm Am
N°+d
mm.tf mA«0
O0�
A
A d
{ryy�NA
iD O
A f
ddmmlOC�mdmNOmmmmO«mdmNO
W aD
m m
1AvA�
N t+!
m OOmNnO
.aO
l9Qmh^r!^AN
V!^mmNNd
Om
N��rO
12
m Om.
e-OmNmmON�dAOmOm
Dm
eNn
Om m
�
40
V �NmOmNrNNtiA
dO.ODN
^ N
Ndm
m
�rom««N
m000
^l�pm�If)m
N ^!f
dmAddAmYA1
Amp
I'd
�t^.f
Nt�Dl�YmltA.lN��«NmmOl�Iml
PAfN��«Nmmnm
mlmm
m^m..d
N ptVp
AmAry�N�NAO.
miON
{{..��mA
m 4N0A
V m^
^lV
�'
V t•1^
m
^ N
^1'1
N
m
^
m^
!1^
�N«
m m
OQ
V
m
'o
a
A0
E A
°
41
m
m M
6
W C
R F ` L
z w G
w = a m
m
U Q a
a o
000
0
�o
0
0000
o
e
1O1
O O
O
O
m
O
ry O
0 0
IO O:
O:
0,29
^^
n
Y
r
m c
±[
N
¢ O
O
•
J
m
z o
=
r
m m
• 5
_O
�, m
r.. �
M
n
m
O N
m
m m
m
Y O
o
� avY
o °°
r
p h
IU
°� �
e
mm
m=
m
b m»
^
m
m N
J
J�
•J �,�
° �
'�
JM1.n,
Y
A
d �
�-;
JJK
.N
Ha
�
m
� m
m 4+w
OOGJ
.Mp
G
16 J
�g+00
co
00
�m
HQh
J
J JA�YY
C
�yR�LL
x
r
O o
a
Em
r`°. n_(�
N of
E'
E
IIIf`
m2O
s
I
aoo
W 0:
C C'p
XO
Q
° O
r q>
V
m W
O
aCms
m
V
.O
6
n
v G
Ox 0
0>
m
V `m
9 0
C C
i a
c C
t
O.
s k
=
�..
s 9
C
V M
C r:
Q
O
3°Q
0 6
m m
0 0
m=
0 m
m W
o y
r
..
m m
^ O
Q=
y
m
O
i
3
n
,p -
0mmm°
I
o o
I�
p H
'. 9
K W
h
> m
Q O
m m
o 0
m C
0
m
4 G>
?
y
L L
L L
0
C d
O
O C
L L L
n r
.e
A
m mh
o g
m m«
M. 0 0
i
W
C CC
O O
C
O A
a
O T
a
L: pm
Ca91±r
O
K
C
,_ p
i
LL o
N
O
r r
O
0 Wjcmy
C>
Y
C G
_
_
O
-aLLa
C
p O
O O
am
C
O
i
r'°
QN
m
m m
M M
.
M y
gi
C R
6
m c�o
C
✓�
p,
0 Nu/.x
I
C
c
C 9
6 6m
C C
p o
Q
z
S i
- 5
-
y-
oim
@
0
Q
=00000'
!M
Y m
A A
Y Y
c 2
T-
a m
--�I=
m o
V.
o
Q_
n
LYm'
ai
mmmm
m
p
±$m
m
r0
y
mmmm
a-m"
p0:Y
j
a
o
Ji
5m
a
a
Y
Y Y
m
y
0
c
J
$
q
L°m°
C Y
= ui
I�
xxxx
O O
mmmm
O O
mxomxxkxa+%
m
Om
O
M1 0
mmmm%
0 0
0
M.
m
e
O`
K E
c
`
.�
3 W°
L
°°
ig OOD
° a
OOm
m r
m
o
m°
m
Y m'
�
0 �-
mLm
0
3°
Z N
O O
I I°°°°
m a°
c
m
M°°°°
0
c U
A g
m
W W U
S
O'
m
p"s
o
c I
i--
I I
I o
9 M
k
f f
`� L
eq
x Q6
p
O m
Nr_
a°-¢m
O!
q m
a
ET
m
f
rW
0
f f
rr
0 0
f
3
0'
3 my
y
O
J¢¢
V O
660.E
0
O e
e Va
$ J
M
~m
p 0
a
W
a a
-
m a
mT
a N
q
3�
A
H=Hf
O V
3
�O O A
2
O m
0 A
P
r m
m
O O
T Q
C�+
0 0
m
0. �
J m-
°
O 9
L 0
> 0
C �F
m
€
€ 0
m r
m
T T
@ W r@q
1@0 @O
J
@q
r
g
m W
O
p m
N r
m
0-
m
m
w
e
TR 99
C
p
o`
O W
6 L
2
q N
N
W E
N N
W W
p @@@
m m
y`
i
m
�6
L m
¢
=
7 Lq
LW R
C.
W
> W
L t
s a
c
L
s
L
c
W
c
O O
G
O S
L C
'L L
V
c 0
-0
E
C
0 0
0
m
0_
= =22
o
mom
=tlic9
mmm=Emm
�'�C_
m
V
t`,p
-m w
y c
T
O V
LL
a
'• O
y
G O
8_m=q=_�9595m'-5m25��5�co
C
o
E-
0 0
0 o
O
E
o G
m
o 0
0
T c
m
���
m
r
c
yp 0m1
tl 0
qW
o D w
mm
O y
O
m
O
O g
C m
y z
0 Q;
u WWW
W
r=
�m f
`o
o R
N O
o
N N
O»>
7 F
`o 0
f H
0 0
Q
U a
`o
»
F 1
OLW
m
E
L=
y N
1 E°
0:
O m
'$
0 m
m C
y
qp
b
mm q q
W I A
p q
m m
m o-
m N
U
g 9
y f0
F f
y y
f f
o
C U
y W
f
C
g y
co r
m IOW
f r
m
y m
`o `o
z
Wm p m
C C
y q
C O
L•�
L C
Oty
cR
€
C
«m
6U
L
O!aOO
OGO
C
Gm;
_
p
y.z
O c
p
gC
••!��4
•!�g
_ O
2,0000
OGO
C°
O
<OI
U O
rOOOOU
O O
O O
C 0
iW�
cm 2.6
••��
a6Q
V
a000
i
�mf
0.00
000i7'�'F'�J
V
�'f
Zt7aV=
V
7y'�6Q
V
V OttYf��
IIISOI
III�e��ava
V
O
I
O
f
O
W
O
IF
c
m
0T
t
c
m
^
V
OmaJm
e
mGLcp
o°
O
OV
13
V
E
DmI
A
vK3rScR
Mi�V
N
°
Uo
UZOV
OVB
i
5
cc
m
°
O r
m Y
m
Jm�A
rCO
0ap0m@mW:•
E
I±0
Tb
c
c
C
`Z
@
eNaOmNO
W
C
¢
KU
O
OOUc
mm9
°«9Q00U°I
= C
°
m
m
°
L0¢S
O c
m
WmWLLWV
L
O
.UMLIam=�`
o
fVLm
W
a=T.m•
eI-q3y
IL
FSZy<3
J02
aQQh
Oy
O
o
c
-aE
U
9J!
C
2U=ZO
I
yn2i
Nh
a 0'H^�NCIAY
C�RcmV.W=
0RJO
F+
�
0
00m
i
M
-I0m
US
y
0
m>�aOT
W(`�
y
IQ
00
6 2
E
03=
E
E
LTJp
3S _O
j
CCYpp
Q:s,
�96RE>
(yaCi�1
_`
OYO�
FW
U@a•
am
mNSam
01
m
Nr
dOga'
=0'OOO
�SnGe
CL
+
9WCG
S��IQCmm.
nZm
3°aC
VG
O
J CC.<Hi
UC mU±p
0Nmm
-�
C
L
2UU;
W
7 0
`03
S
`w~Or'
`2
NU
d
m-
mm
O�Q
E
L
C
arc
3
g
A r
ac R
O. e
�/1
9 r�
tl
LSm�URg
. D
v1
O�
b'99a=
_
FCF
U
a
e=
dooio5�`oao�z'co_m1X1h
p
gHYn
�Im;
W'ENUy�
0:O
C Zm
S
mU6'i2
S o
cm
-mmm
MIOu-�c2cc0000
�!if
0G
i i
O
DUUO>N
iaE
C F
i
2
eSti
„�1
ee
V
f&10
V �6rAM
ppMmzV=ee
IWa;FF
C
0
HHr
<?
7•
r
Q U
O
e u
U a
O G
F,
Z0
I<
on
6
U u
L¢
M 3
O M
U m
I a
rc c
e r
3
J
0: &
L-
a U
Ti t
G Y1
OLyL
Z M
6
y
H�
0 2
/-MY6
c :2
!f
f
10
0
�titi�e
_ 'm.
.��l�Mma
°ee_c
'e
1-.
...
�BSerr=
.,sa
7t�3S
i�lnnnn�.'r'11`'3nne5'nfinnp�9ln'n�$$$$$g$e'a
a
aaaM
.•�nn.1
x
7IR
7
N RNNN
NIR
NNNNNNNNQSSg3
82SRR3�RmRSR�dS�R�HRRRR3SS���S��SR:S����RRRRRR
W
Q
Omm
I
Wo
rc
ov1-
I
2=
VC
VV
UcVCC
G
"o
iI
d
d
oV
p
�o
0
0
0
Vu=
00
I I
o
I
V
0
2
I
Qm3rco
p
p
U
°Y
zzOmmR
°oSCC
I
O
W
w
a
C
OOI
VU
°
00000
O
O
CO
VCM
CO
O
O
eLe
e
an
E
m
c
U
C
d
o
mc
CEO
O
mc
II2UI
d
m
Ec
°V
O«
cL0c
cd
cc
CCqL
E
o
L
Vm
m
9
f9
03
m
L
mr_
�
mYO
Y
'CC
cj
m1otd+l
mip33333
c.
mm
mI
-K
ON
0c=mm
2
30 /09
C
CL
C3
eE>S>9
°
°
d Z
Um Um
Nr
C°m
fIn
arcQc
_>c0
mKQCo
>¢6yoa=
O
1.
T
p31W4
W
EoO mcctlC
O=
«
E
g 1
cm
T L,
O
m F=>T9c
<f
m
mcCO
T
Lri
0A
IN=A
LO0K0mtll':
"0w
=
m2mi
'0 mQmmF
m>Cm&U
KKKTmTm
V C
mce
W
W W
m m
m m
W W
m m
m m
m m
m W
mmmm
N N
R m
N
xa000�����oo����pnp
I
N N
N N
N N
N R
N N
N N
N N
ooAoo�oo
N N
N R
N N
N N
pnpo�000�p000�o��o��000'����
N N
N N
N N
N N
R N
N N
N N
N R
N N
N N
N N
R N
N N
N tm+l
fmY N
N imY
'e m'o11'oVoo'oo���t8>�d
N
N
N R
C
2
O
V
a
<
L
•
Gqq Lqy
L L
qR
R
Q Q
Q Q
rLr��
0 0
; I
.0
r
L
p
C L
O O
U V
C V
O O
U V
C
O
U
a6
Q
a
a
X
c
L AP
a
e
T
c c
u a
a v
m
a
m m
m
a
m
m
TO
m
j
m
m
m
L
`Jc
@@
�
AGu
'EOu
AO
ROu
0Ou
c
;L
A
LA
Cm
Vc0
00
0
2
0a
mm
E
a
a
loa
G0
gRRW-
a
_
TrNLRm
TrWLR
T
mCC
uC0C
OC Cm
C CmC
U0
CmC
mC
00gg
@
@ mq
C
E.
m�O
J.
a
°Vqa
O°
aq O
O
m U
L
U0000OO
0
K O
y
W W
0L
¢Rq
aW
aq
Sp SA
WNWc
>Nq
0
=WOGa
SCO
rNLW
Q
C
C
CCm
C
>Em
A
CR
c
c
C
c
_OTY
OC
L::
a:0::
mO
WCm
Tm
O
JmWqLq
qLa
i:
_yc
UUQ
V
Uf27L
00
0 VOU
V
of
W a
X 1iVpp
UWUQOWO9
Ia
fqL'
m^^
mNm��
HNm�
m
WW
A�-m
mpmp
mNrMpoM�{y�
m
N Ct
m
l�l N
O�i
An
.1
qmA
e N
pO �NmONMMm�
aD .-
O
O m
P O
N
Myy�mmN
O
N W-mm
Myi
mp
1� N
Y! 01
N
r' YI
pmn�
m m
W O
mNe
myf m
tmR O
QzMNhOmNm�C�-m&mm
�a1m�M���nH�N�nwomAmmomAm�Maon�r!nvlwr:meNn�MmNm�men��emm�ulw
mm
IN �Hm
V D
e
mmAr=vlvu�mrm.
nN eon
m d
Om
H�On
W
Nhmm
O
Z
0 QQQT
16
w 4
M
N. .
�0 N
N M
a I
Yf
N
M
c N
N M
rMi�N��n
m r
r m
m M
}
(
!
zi
|zo :
)
/\0|
k
2f}.9!al
|!
)�
.-a2`!
IL
\ }
!Irl
a�\�
Mc�
lui��;!!
�!k§|10
`||�|00
k§»;|00
kk
k§
>
V|o
)22
z
0
W.���
) -!|2
§.
�
[\22%
�
!�)2f§§t;
\
■�
■■
kk§kk§&
R;§§§
■2
§
)/
o
||
■ 0
(0)
�■�§;��
Z�
§
.00;2-■
k
}
�
!
#
2
.!
0
se�)
•.
,f�!
2
IL
2A2�2-!
�
�1
M 262-12
/®§§■■B
k§
■.....
...��..
{|
Ne
N N
Q Q
N
A
Q
N
Q
eoe
N N
n
Q Q
N
n
Q
N
Q
era
N N
Q Q
N
Q
yy
ut�
�
VV
Q Q
. m
Q
m:_
Q¢
Q
s s
Q
a
I
Q
Q Q
Y=
Q
3
=
W2W
m01
Cmxm
�0�"¢
mz�m
mom
HZOO
Om006Cty�C,
OU
Uaaaoa
w
c e
p e'�
aaaa
c
c E
-
a
l
aa..
m
saWas
yZm�i'LQH
O O
y 0
0'
0 0
�0p
- m
O
@O q O
O
Qs�gL
s�=
Lop
H Hp
HaH
111
F FF�
a1
s=
.c
a~
"'.
fF^F-
d 2
_
mlm
3 m
0 m
L L
m W
W
>
m
L 3
Wp
n a
m>
G6ii
no
m �U
0000
m9
•C mago000E
O
W W
��'S
O W
�m
W
�^�m
W W
cq�oOOY•$qc,W
W m
W
W W
cqqc�o
W m
o=w
a)0aaE
a
0tWQ4�
m U
mz;
C
m<00y
y>X
>'S
E0
0: t�i
40-amLL
ii�il
Q
LmQGO
W m
(- W
W
58C8888888588C88p88
&
WM
•n'8eS88808eO808e
6 U
H W
e p
o N
e eIe
n
N ry
w
-+in�ib
N
6
M1
n IeV
ry�N
NRNr
H ipo
<LLzion<,X
a'<"aoo7o�
wv
IL
_tst
c
sss
sass
s
Pullm
ti ai
tti
ro
c
o o
a
a
Uf.1
o 0
0
0
U
_mODUU
N tC��
m
�Ya
gUgU
Tip
0YfE
W0
my<
t�J9
.
g
BBi
�
a
?
<<<
esss=
eke
=e
q moon
< 0
0 0
0<
<<
588==S��S=
cS=
= s>;.
s
s.>;
s
s b
s s
s
0 0
o i
s o
0 0
0
= =
s
o s
0
W
=.�
fmuMi5
OI i
MWuM f��((N_�M�Miiii
IY YI
IYiiIY
M�M
YI IY
fy1Ec
W i'i
qmqSMME
Qif
LLli
2
iW
'c
`
`
s
W
U
0]
W>
C O
'ESA
S
L
e E
w
mQ
d�g
O
Y N
C_
JQ 3p
_
m
O
W
;>
=ten<l7
m
E
W N
Q
11E€Eao_z0
Wi_o=mm
oeONu©20
LL
Q
K o
Gv
F
ti
c
�t'0tte;bi
a
c
mma�'ow<�Eg�oae9
oouos0000mr
r������
E�io
o
e
oQ
aaLL�aa�nQ�;a=��<
�p�H
e aaaeaeeeee
0018
N NqNq
N�Nyy
NNN{NyyNNNN
NNNN'_
F
Y
ten Nt00
N p
W 800008000
C
C?
N N
mn�mewmaet•i
n
V e
N O
0 N
O N
tuN�NN�ueim
O N
0 0
0 e
z0
oa
U
N
CITY OF
FAYETTEVILLE
ARKANS
ARKANAS
SIDTABULATION
Bid 23-22, Construction - 15th St. and Razorback Rd. Intersection Improvements
DEADLINE: Tuesday, August 8, 2023 at 2:00 PM
Certification of Funds: $1,800,000.00 ($2,250,00000 rural ollolved)
APAC-Central, Inc.
Crossland Heavy Contractors, Inc.
Total
$1,809,765.00
$1,820,000.00
lined
Description
QTy
DOM
Unit
Extended
Unit
Extelxled
1
Mobilization (Shall not exceed 5%of Total Bid)
1
LS
$86,000.00
$86,DDOAO
$85,000.00
$85,01
2
Insu ranee and Bondi no
1
LS
$12,000.00
$12,000.00
$27,600.00
$27,600OD
3
Roadway Construction Control
1
LS
$60,000.00
$60,W0.00
$60,215.00
$60,215.00
4
Trench and Excavation Safety systems
1
LS
$5,300.00
$5, 100.00
_ $5,400.00
$5,4W.OD
S
_
Clearing, Grubbing, &Demolition
1
LS
$40,000.00
$90,000.00
$39)50.00
$39,750.00
fi
Undercut and Backfill (Allowance)
100
CY
$64.00
$6,400.00
$50.00
$5,000.00
J
Rock Excavation (Allowance)
LED
CY
$310.00
$31,000.00
$150.00
$15,000.00
8
Unclassified Excavation
225
CY
$88.00
$19,800.00
_ $66.00
$9,9M.00
9
Select Embankment(Plan Quanitiry)
2400
CY
$48.00
$135,200.00
$44.00
$105,60000
10
4" Topsoil Placement& Solid Sod (Bermuda)
250D
SY
$13.00
$32,500.00
_ $15A0
$37,500.00
11
18" Reinforced Concrete Pipe Class III Outside Roadway
290
LF
$12D.DO
$34,800.00
$140.00
$40,600.00
12
36" Reinforced Concrete Pipe Class III Outside Roadway
75
LF
$20D.00
$15,000.00
$275.00
$20,625.00
13
36" Reinforced Concrete Pipe Class III Under Pavement
_
65
HE
$220.00
$14,300.00
$285.00
$18,525.00
14
18" Reinforced Concrete Flared End Section w/Curtain Wall
1
EA
$5,200.00
$5,200.00
$2,800.00
$2,80000
15
4' x 4'Drop Inlet (Type C)
4
EA
$11,500.00
$46,000.OD
$13,000.00
$52,00000
lfi
5' x 5Drop Inlet (Type C)
2
EA
$13,500.00
$2),DOO.DD
$15,O1111.(l0
-
$30,000.00
17
5'x 5'lunction Boxes (Type C)
1
EA
$17,200.00
$17,200D0
$15,0O0.00
$15,000.00
18
(4 ft.) Drop Inlet Extension
2
EA
$5,000.00
$10,000.00
$3,000.00
$6,000.00
19
(8 fL)DIOp Inlet Extension
3
EA
$700000
$21,OO1
$4,500.00
$13,500.00
20
Headwalls, Wingwalls and Appurtenances
1
LS
$32,ODO.00
$32,000.00
$45,000.00
$45,00ODO
21
P.C.C. Base
575
SY
$180.00
$103,500.00
_ $230.00
$132,250.00
22
Aspha It Concrete Hot Mix Surface Course
360
TON
$270.00
$97,200.00
$305.00
$109,80000
23
Asphalt Concrete Hot Mix Patching for Maintenance ofTmffY
10
TON
$300.00
$3,000.00_
$700.00
$7,000.00
24
Concrete Curb and Goner (Type A)(V-6")
1000
LF
$38.00
$38,0010D
_ S60AD
$60,ODO.00
25
Modified Curb and Gutter (1'-6")
75
LF
$126.00
$9,450.00
$55.00
$4,.125.00
26
4"Thick Concrete w/4"Class 7Base
750
SY
$94.00
$70,500.00
$10DA0
$75,OO(100
27
6" Thick Concrete w/6"Class JBase
150
SY
$138.00
$20J00.00
$307.00
$16,050.00
28
Modular Block Retaining We l Is C-6f.)
150
LF
$350.00
$52,500.00
$195.00
$29,250.00
29
Pavement Marking Removal 4'-fi"Line
SOD
HE
$3.00
$2,400.O0
$2.50
$2,OOO.OD
30
Pavement Marking Removal Symbol
6
EA
$290.00
$1,740.00
$315.00
$1,890.00
31
6"Solid Double Yellow Pavement Marking (Thermo)
1100
LF
$1.20
$1,320.O0
$1.25
$1,375.00
32
6"Solid White Pavement Marking (Thermo)
950
LF
$1.20
$1,140.00
$1.25
$1,187.50
33
12"Solid While Pavement Marking (Thermo)
800
LF
$5.00
$4,000.00
$5.00
$4,00000
34
24" Solid While Pavement Marking (Thermo)
150
LF
$12.00
$1,SOO.W
$12.50
$1,8]5.00
35
_. _-_ - _.
"Right A _ -_ row" Pavement Symbol (Thermo)
2
EA
$290.00
$580.00
$312.50
$625.00
36
"Lef[Arrow"Pavement Symbol (Thermo)
8
EA
$290.00
$2,320.00
$312.50
$2,500.00
37
"Thru Arrow" Pavement Symbol (Thermo)
2
EA
$290.00
$580.00
$312.50
$625.00
38
"ONLY" PavementSymbol (Thermo)
6
EA
$350.00
$2, 100.00
$375.00
$2,250.00
39
"RxR"Pavement Symbol (Thermo)
4
EA
$580.00
$2,320.00
$625.00
$2,5O0.00
40
Waytiching Sign Footing
2
EA
$3,500.00
$7,000.00
$2,900.00
$S,80D.00
41
RB-8 "DO NOT STOP ON TRACKS" 24" x 30"
2
EA
$1:2111
$2,400.00
$J35.00
42
W10-136" Dia. RR Warning Sign w/New Support
2
EA
$1,200.00
$2,400.00
$BOO.ED
$1,60D.00
43
Remove a no Reinsta l l Ex. Private Pedestrian Warning Sign w/New Support
2
EA
$3,)00.00
$],400.00
$B35.00
$1,630.00
44
-_-__
Remove and Reinstall Ex. Wayfinding Sign
1
IS
$8,)00.00
$8,]OO.00
$2,450.00
$2,450.00
45
Remove and Reinstall Ex. M3-2&Ml-5 Signs w/New Support
1
6
_ $1,000.00
$1,OOD.00
$960.00
$960.00
46
-
Remove and Reinstall Ex. I-13(Emergency Notification Sign) w/New Support
2
EA
$1000.00
$2,000.00
$820.00
$1,WDO
47
-
Remove and Reinstall Ex, M4-5,M1-5,MS-1L&R, M3-3S&N Signs w/New Supports
1
l5
$1, 10000
$1,100.00
$975.00
$975.00
48
Remove and Reinstall Ex. R3-J,M5-1,R3-SfP, M1-55igns w/New Supports
1
ITS
$1,100.W
$1,100.00
$975.00
49
Relocate Ex. Pinnacle Foods Sign
1
LS
$1,000.00
$1,000.00
$2,150.00
50
110-12M"Left Turn Yield On Flashing Yellow Arrow"(30"x36")
4
EA
$95D.W
$3,800.00
$1,750.00
51
Erosion Contra l
1
LS
$8,100.00
$8,100.o0
$16,50D.00
52
Traffic Control and Maintenance
1
ITS
$78,000.00
$78,000.00
$29,850.00
53
Cast -in -Place Detectable Warning Panel
90
SF
$61.00
$5,490.00
$3D.00
54
Handicap Access Ramp
30
SY
$28G.00
$8,400.00
$225.00
55
Project Signs
2
EA
$1,10D.D0
$2,200.00
$2,000.00
56
2" Cold milling Asphalt Pavement
2800
SY
$10.W
$28,000m
$8.00
f
57
RCP Concrete Calla r
2
EA
$2,100.00
$4,200.00
$1,800.00
58
Adjust Valve Boxes to Grade
B
EA
$700.00
$5,600.0D
$1,200.00
59
Adjust Water Meter o Grade
1
EA
$810.00
$830.00
$2,000.00
6D
Adjust Ex, Fire Hyd rant to Grade
1
EA
$1,000.W
$1,0W.00
$2,900.00
61
Service Point Assembly (2 Circuits)
1
EA
$5,500.00
$5,500.00
$6,050.00
62
System Local Controller (B Phase) MCCAIN ATCek 2 NEMA TS-2/Type 2
1
EA
$43,000.00
$43,000.OD
$46,50D.W
63
Polara TCCU-52 ilitelligent Central Contra l Unit (APS System) (Shelf Mou ot)
1
EA
$5,90000
$5,900.OD
$6,400.00
64
Polka iN523TB1B:"INS" iNavigafor 2-wire Push Button Station
B
EA
$1,300.00
$10,400.W
$1,335.00
65
Video Detector IP (CLR) Harris Vantage Vector)
4
EA
$5,600.00
$22,400.00
$6,000.00
65
Iteris Vantage Next Processor (Shelf -Mount Format)
1
EA
$29,000.00
$29,000.00
$31,000.00
67
Ethernet Sw tch,(Cisco l000Series) (8-Part)
1
EA
$2,950.00
$2,950.00
$3,200.00
68
Local Radio OBIQUITI Nanostation NSM55.8 GHZ
2
EA
$1,200.00
$2,400.00
$1,300.00
69
E-Net Cable (Exterior Cat 5e)
No
LF
$3.00
$2,400.00
$2.75
JO
Non-metallic conduit (1.25")
375
LF
$30.20
$11,325.00
$3250
!
Jl
Non-metallic conduit (3")
750
LF
$48.00
$36,000.00
$51.50
72
Galvanized Steel Conduit (125")
ID
LF
$62.00
$1,240.00
$67.50
A
Concrete Pull Box (Type 2) NO (11" x 21")
4
EA
$2,400.00
$9,600.00
$2,600.00
74
Concrete Pull Box (Type 3) (15 1/4" x 28")
3
EA
$3,30000
$9,900.00
$3,525.00
75
Traffic Signal Cable(5C/14 AWG)
23M
LF
$4.20
$9,660.00
$4.50
76
Traffic Signal Cable(]C/14 AWG)
400
LF
$8.50
$3,400.00
$835.
]J
Traffic Signal Cable(20C/14 AWG
1100
LF
$12DO
$13,21)DOO
$12.50
78
Electrical cond uctors for l u mina ires(2C/12 AWG)
650
LF
$4.00
$2,600.00
$335
79
Electrical Conductors in- Conduit (2C/6 AWG)
200
LF
$7.20
$1,440.00
$].]5
80
Electrical Conductors-in-Conduit(SC/8 AWG)
900
LF
$3.50
$3,150.00
$3.50
81
Electrical Conductors -in -Conduit (1C/12 AWG)
250
LF
$3.00
$750.00
$2.75
82
Traffic Signal Head (3-Section) (LED.)
8
FA
$1,600.00
$12,800.00
$1,750.00
83
Traffic Signal Head (4-Sectian)(LE.D.)
4
EA
SLBOO.OD
$7,200.00
$1,925.00
84
Countdown Pedestrian Signal Head (LED.)
8
EA
$1,20OAD
$9,600.00
$1,250AD
85
LED Blank Out Sign
2
EA
$30,60000
$21,20DA0
$11,500.00
86
Traffic Signal Mast Arm(38') and Pole (35') with Foundation & Dual L minairs Arms
1
EA
$4g000.0D
$4QOW.00
$47,OW.00
87
Traffic Signal Mast Arm(38') and Pole(21') with Foundation
1
EA
$35,500.00
$35,50D.00
$39,000.00
88
Traffic Signal Mast Arm(40') and Pole(35') with Foundation
1
EA
$42,100.0D
$42,100.00
$46,DW.00
89
Traffic Signal Mast Arm(54') and Pole(35') with Foundation
1
EA
$51,000A0
$51,000.00
$56,OM.00
90
Traffic Signal Pedestrian Pole with Foundation(10')
5
EA
$6p00A0
$30,000.00
$6,400.00
91
Luminaire Assembly(Full Cutoff)Acuity Brand ATBM-H-MVOLTR44BNL LED Cobra Head
4
EA
SL1W.OD
$4,400.00
$1,20GA0
92
Video Monitor w/mouse(CLR)
1
EA
$1,700.00
$1,700.00
$1,850.00
93
18" Street Na me Sign
4
EA
$SWDU
$3,200.00
$800.00
94
Self Contained Battery Back U p(Tesco Control Module 22-BBS)
1
EA
$20,DW.00
$20,000.00
$21,500.00
_
95
x-RPS Railroad Preemption System with 2-module rack & Wiring Harness
1
EA
$9,200.00
$9,200.00
$10,000.W
96
RR Flagging Services (Not to Exceed Quantity)
100
IRS
$170.00
$17,000.W
$150.W
97
Amerisfar Fencing
200
LF
$90.00
$18,000.W
$90.00
98
fi" Thick Concrete Curbed Drainage Swale
15
SY
$1,200.00
$18,000.00
$205.00
99
Potholing Ex. Utilities
1
ITS
$13,00000
$13,000.00
$10,000.00
inn
Helori Bi-INt Svmhol with Arrow
1
EA
$3DUU0J
$300.Wl
$315.00
RAZORBACK FIC AM — l 57H ST.
1 NTEFRSECTION 1 M PF CAfEM ENTS
for the
City of Fayettevi 11 e
AUG. 2023
I
MLK Blvd
_A
Univers4; LL
- ... House.
y - - BeeCh1Y00� 1 F'_ice
r-
= Vdlag� '
Tie Vue
AR 16AR 112
AR 1GAh Q 12
I US 7' 1 PROJECT
LOCATION I `
I Pinnacle Foods
m
- - - - - I 15th Street
.Tre Cottages Village r
66 Hollywood �
I
14971 1 Tile Spectrum a r
1 71 11'
�'n11�ly M°
�'�cs� 1. r �ie1 �•r e; AR 112
Rt,
coully
tt
_-
F ee �'Y Start
i
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