Loading...
HomeMy WebLinkAbout183-23 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 183-23 File Number: 2023-1014 APAC-CENTRAL, INC. (SERVICE CONTRACT): 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. PASSED and APPROVED on September 5, 2023 Page 1 ���t��nrrrrr>>li Attest:TRfq�` see y f=AYFTTM1.1_i.•; ` Kara Paxton, City deek Treasurer �r • 9 5 . � � .,9s•� A'ANr.P.• 46.NG TON _.;.>>`� CITY OF FAYETTEVILLE ARKANSAS MEETING OF SEPTEMBER 5, 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: 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: q1 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 5th day of September in the year 2023 by and between The City of Fayetteville, Arkansas and APAC-CENTRAL, INC (hereinafter called Contractor). ARTICLE I - WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The work under this Contract includes, but is not limited to: • The signalization of the intersection of Razorback Road and 15' Street. • Approximately 400 linear feet of road widening on 15' 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 SPiV�ty"-Vmr 202-3 which is the Effective Date of the Agreement. CONTRACTOR: AFAG_ Grkr� By:Zli U 6 as r..► (Type o ybly print) (Signature) Title: MA�� -7CF-- CITY OF FAYETTEVILLE 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 Contra %,AW corporation, corporate entity or LLC, Contractor shall also attach a copy of the Contractor's - I#JQ oration and a copy form the Arkansas State Secretary of State to document $j(orly� that the cor�tl'r, tity or LLC is in current "Good Standing" with the State of Arkansas and such entit�ej�iDih�l�;�i,ter work in the State of Arkansas. "SEALi d 1980Ai Azr Attest (SEAL) pj1urrrr/r/ Attest _ . i Kara Poyc-Iw =';FAYEI-1EVILIJ ;�_ CM GIeY , TYeAsurer ��y � 9� � P-,• �: 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 8 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