Loading...
HomeMy WebLinkAbout200-23 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 200-23 File Number: 2023-1026 CROSSLAND HEAVY CONTRACTORS, INC. (CHANGE ORDER NO. 1): A RESOLUTION TO APPROVE CHANGE ORDER NO. 1 TO RFQ # 22-07 CONTRACT WITH CROSSLAND HEAVY CONTRACTORS, INC. FOR THE MIDTOWN CORRIDOR PROJECT PHASE 2 IN THE AMOUNT OF $14,600,772.00, APPROVE A PROJECT CONTINGENCY OF $300,000.00, AND APPROVE A BUDGET ADJUSTMENT FOR THIS 2019 TRANSPORTATION BOND PROJECT WHEREAS, on August 16, 2022 the City Council passed Resolution 179-22 to approve Mayor Jordan to sign a Contract with Crossland Heavy Contractors, Inc.to provide construction manager risk services for the Midtown Corridor Project; and WHEREAS, Change Order No. 1 includes beginning the construction phase of the Midtown Corridor Project Phase 2 for a guaranteed maximum price of $14,600,772.00. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby approves Change Order No. 1 to RFQ # 22-07 Contract with Crossland Heavy Contractors, Inc. for the Midtown Corridor Project Phase 2 in the amount of $14,600,772.00 with a contingency of $300,000.00 and authorizes Mayor Jordan to sign this Change Order. 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 19, 2023 Page 1 Attest: U � •. . . w , FAYE7Tr; , Kara Axton, City Cler re surer ��. CITY OF FAYETTEVILLE ARKANSAS MEETING OF SEPTEMBER 19, 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: 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), RES - Change Order 1 with Crossland - Midtown Corridor Project Phase 2 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 #: 2023-1026 Change Order #1 to RFQ# 22-07 Contract with Crossland Heavy Contractors, Inc. for the Midtown Corridor Project Phase 2 A RESOLUTION TO APPROVE CHANGE ORDER NO. 1 TO RFQ # 22-07 CONTRACT WITH CROSSLAND HEAVY CONTRACTORS, INC. FOR THE MIDTOWN CORRIDOR PROJECT PHASE 2 IN THE AMOUNT OF $14,600,772.00, APPROVE A PROJECT CONTINGENCY OF $300,000.00, AND APPROVE A BUDGET ADJUSTMENT FOR THIS 2019 TRANSPORTATION BOND PROJECT WHEREAS, on August 16, 2022 the City Council passed Resolution 179-22 to approve Mayor Jordan to sign a Contract with Crossland Heavy Contractors, Inc.to provide construction manager risk services for the Midtown Corridor Project; and WHEREAS, Change Order No. 1 includes beginning the construction phase of the Midtown Corridor Project Phase 2 for a guaranteed maximum price of $14,600,772.00. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby approves Change Order No. 1 to RFQ # 22-07 Contract with Crossland Heavy Contractors, Inc. for the Midtown Corridor Project Phase 2 in the amount of $14,600,772.00 with a contingency of $300,000.00 and authorizes Mayor Jordan to sign this Change Order. 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 2023-1026 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 Adjustment Number ENGINEERING (621) /Org2 2023 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#: 9/14/2023 2023-1026 Nolly Black 813012023 3:Oq PNI 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 4702.860.7218-5809.00 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 I of 1 CITY OF FAYETTEVILLE ARKANS ARKANSAf Change Order No to Contractor: Crossland Heavy Contractors, Inc. The Contract is changed as follows: CHANGE ORDER Contract Title: Midtown Corridor Project Date of Issuance ORDINANCE/RES OLUTION:179-22 Effective Contract Changes Item No. Item Description Previous Estimated Quantity Unit of Measure Contract Unit Price Revised Estimated Quantity Revised Unit Price Original Estimated Cost Revised Estimated 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 Not valid until signed by the Owner Net Cost for this Change Order $14,600,772.00 The original Contract Price was __..._._..... _ _...... .... _,._�........ _..._.... ...... ......_ __._. ........_......... S 70,550.00 Net change by previously authorized change orders ••••• The Contract Price prior to this Change Order was _ The Contract Price will be adjusted by The new Contract Price including this Change Order will be The Contract Times) will be increased by Required dates of Completion as of the date of this Change Order therefore are: 78.550.00 _..._........... __.._..._._. ...___._..... 540 calendar days Substantial Completion._._._ei...._..._..._.._....___.,_....__........._c.... a..c............. ------------------------- -_... -- A¢Pendant upon Notice to Proceed Datc TBD Final Completion -----•------------ .......-w_-_---------------.Ocpendont upon Notice to Pra e-- Date 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. F FA .1-IrF.VII:.E s 24 202s 09/19/2023 BY DATE/4B 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 RESOLUTION NO. A RESOLUTION TO APPROVE CHANGE ORDER NO. 1 TO RFQ # 22-07 CONTRACT WITH CROSSLAND HEAVY CONTRACTORS, INC. FOR THE MIDTOWN CORRIDOR PROJECT PHASE 2 IN THE AMOUNT OF $14,600,772.00, APPROVE A PROJECT CONTINGENCY OF $300,000.00, AND APPROVE A BUDGET ADJUSTMENT FOR THIS 2019 TRANSPORTATION BOND PROJECT WHEREAS, on August 16, 2022 the City Council passed Resolution 179-22 to approve Mayor Jordan to sign a Contract with Crossland Heavy Contractors, Inc.to provide construction manager risk services for the Midtown Corridor Project; and WHEREAS, Change Order No. 1 includes beginning the construction phase of the Midtown Corridor Project Phase 2 for a guaranteed maximum price of $14,600,772.00. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby approves Change Order No. 1 to RFQ # 22-07 Contract with Crossland Heavy Contractors, Inc. for the Midtown Corridor Project Phase 2 in the amount of $14,600,772.00 with a contingency of $300,000.00 and authorizes Mayor Jordan to sign this Change Order. 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 this 191h day of September, 2023. APPROVED: ATTEST: By: By: LIONELD JORDAN, Mayor KARA PAXTON, City Clerk/Treasurer