Loading...
HomeMy WebLinkAbout80-24 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 80-24 File Number: 2024-1744 SSI OF NORTHWEST ARKANSAS (SERVICE CONTRACT): A RESOLUTION TO AWARD BID #23-46 AND AUTHORIZE A CONTRACT WITH SSI OF NORTHWEST ARKANSAS IN THE AMOUNT OF $541,241.00 FOR THE CONSTRUCTION OF LIGHTED PICKLEBALL COURTS, TENNIS COURT IMPROVEMENTS, AND BASKETBALL COURT LIGHTING, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $50,000.00, AND TO APPROVE A BUDGET ADJUSTMENT RECOGNIZING PARK LAND DEDICATION FUNDS FROM THE SOUTHWEST QUADRANT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #23-46 and authorizes Mayor Jordan to sign a contract with SSI of Northwest Arkansas in the amount of $541,241.00 for the construction of lighted pickleball courts, tennis court improvements, and basketball court lighting, and further approves a project contingency in the amount of $50,000.00 Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution, recognizing park land dedication funds from the southwest quadrant. PASSED and APPROVED on March 5, 2024 Page 1 Attest: ��H1111NI/� FAYETITEVILLE,�: 9 coati•` s,••�kANSP. G To CITY OF FAYETTEVILLE ARKANSAS MEETING OF MARCH 5, 2024 CITY COUNCIL MEMO TO: Mayor Jordan and City Council THRU: Susan Norton, Chief of Staff Alison Jumper, Director of Parks, Natural Resources and Cultural Affairs FROM: Ted Jack, Park Planning Superintendent SUBJECT: Bid 23-46 Wilson Park Court Improvements RECOMMENDATION: 2024-1744 Recommend approval of a contract with SSI of Northwest Arkansas (Bid 23-46) for construction of lighted pickleball courts, tennis court improvements, and basketball court lighting for a contract cost of $541,241.00 and $50,000.00 for project contingencies. Also recommend approval of a budget adjustment to recognize Park Land Dedication Funds in the SW Quadrant. BACKGROUND: Pickleball is one of the fastest growing sports in the United States and Fayetteville has many players but lacks sufficient courts. This project will build six lighted pickleball courts, replacing a very old tennis court and four small junior courts at Wilson Park. Additionally, the four existing tennis courts will receive new surfacing, fence repair/refurbishment, and lights will be added to the basketball court to extend play at the very popular basketball court. The project was approved by Parks Board at the April 2023 meeting. DISCUSSION: To gain the benefit in both reduced costs and staff time, this project was bid with two components including refurbishment of the existing tennis courts to be funded through sales tax, and construction of the new facilities paid for with park land dedication fees. The tennis court work includes bid items 19, 20, 21 plus 25% of bid items 1 and 2 totals $142,542.62. The pickleball and basketball court lights work total to $398,698.38. BUDGET/STAFF IMPACT: Park Maintenance and Improvement funds are being utilized for work on the existing tennis courts ($142,542.62) and $15,000 is allocated to a project contingency for the existing tennis courts. These are funded through Project # 24010.1 account 4470.521.8520-5400.00. Park land dedication funds are utilized to build the new pickleball courts and light the basketball court ($398,698.38) and $35,000.00 is allocated to a project contingency for the pickleball courts and basketball lights. Purchase Order Details: G/L Account # Project # Amount Mailing address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 2250.520.9256-5806.00 13001.5000.2301 $398,698.38 4470.521.8520-5400.00 24010.1 $142,542.62 Total $541,241.00 ATTACHMENTS: SRF (#3), BA (#4), Signed Agreement Wilson P-Ball (#5), Bid 23-46, Submittal - SSI of Northwest Arkansas - E (#6), Bid 23-46, Bid Tab - Final (#7) 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 #: 2024-1744 Bid 23-46 Wilson Park Court Improvements A RESOLUTION TO AWARD BID #23-46 AND AUTHORIZE A CONTRACT WITH SSI OF NORTHWEST ARKANSAS IN THE AMOUNT OF $541,241.00 FOR THE CONSTRUCTION OF LIGHTED PICKLEBALL COURTS, TENNIS COURT IMPROVEMENTS, AND BASKETBALL COURT LIGHTING, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $50,000.00, AND TO APPROVE A BUDGET ADJUSTMENT RECOGNIZING PARK LAND DEDICATION FUNDS FROM THE SOUTHWEST QUADRANT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #23-46 and authorizes Mayor Jordan to sign a contract with SSI of Northwest Arkansas in the amount of $541,241.00 for the construction of lighted pickleball courts, tennis court improvements, and basketball court lighting, and further approves a project contingency in the amount of $50,000.00 Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution, recognizing park land dedication funds from the southwest quadrant. Page 1 Ted Jack Submitted By City of Fayetteville Staff Review Form 2024-1744 Item ID 3/5/2024 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 2/12/2024 PARKS & RECREATION (520) Submitted Date Division / Department Action Recommendation: Recommend approval of a contract with SSI of Northwest Arkansas (Bid 23-46) for construction of lighted pickleball courts, tennis court improvements, and basketball court lighting for a contract cost of $541,241.00 and $50,000.00 for project contingencies. Also recommend approval of budget adjustment to recognize Park Land Dedication Funds in the SW Quadrant. Budget Impact: 4470.521.8520-5400.00 2250.520.9256-5806.00 Sales Tax Capital Improvements Park Development Account Number Fund 24010.1 Parks Maint. & Improvements, Miscellaneous 13001.5000.2301 Wilson Park, Pickleball Courts Project Number Budgeted Item? Yes Does item have a direct cost? Yes Is a Budget Adjustment attached? Yes Purchase Order Number: Change Order Number: Original Contract Number: Comments: Total Amended Budget Expenses (Actual+Encum) Available Budget Item Cost Budget Adjustment Remaining Budget Project Title $ 202,574.00 $ 2,035.79 200,538.21 $ 541, 241.00 $ 433,699.00 92,996.21 Previous Ordinance or Resolution # Approval Date: V20221130 City of Fayetteville, Arkansas - Budget Adjustment (Agenda) Budget Year Division Adjustment Number PARKS &RECREATION (520) /Org2 2024 Requestor: Alan Bearden BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: Recommend approval of a contract with SSI of Northwest Arkansas (Bid 23-46) for construction of lighted pickleball courts, tennis court improvements, and basketball court lighting for a contract cost of $541,241.00 and $50,000.00 for project contingencies. Also recommend approval of budget adjustment to recognize Park Land Dedication Funds in the SW Quadrant. COUNCIL DATE: ITEM ID#: 3/5/2024 2024-1744 Holly Black 217412024 77:02 RIn RESOLUTION/ORDINANCE Budget Division Date TYPE: D - (City Council) JOURNAL#: GLDATE: CHKD/POSTED: TOTAL Account Number 433,699 433,699 Increase / (Decrease) Expense Revenue Project.Sub# Project Sub.Detl AT v.2024116 Account Name 4470.521.8520-5400.00 (15,000) - 24010 1 EX Building & Grounds - Maintenance 4470.521.8520-5911.99 2250.520.9256-4419.02 15,000 - - 433,699 24010 13001 1 EX 5000.2301 RE Contingency - Capital Project Greenspace Fees - SW 2250.520.9256-5806.00 2250.520.9256-5911.99 398,699 - 35,000 - 13001 13001 5000.2301 EX 5000.2301 EX Improvements - Park Contingency - Capital Project I of 1 DOCUMENT 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR Contract Name/Title: WILSON PARK COURT IMPROVEMENTS Contract No.: Bid # 23-46, Construction — Wilson Park Court Improvements THIS AGREEMENT is dated as of the 5 day of March in the year 2024 by and between The City of Fayetteville, Arkansas and S'S:T- o F (hereinafter called Contractor). TIUJ AVZ"nI5AS ARTICLE 1 - WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The work under this Contract includes, but is not limited to: The construction of approximately 13,850 square feet of new post tensioned pickleball court including demolition, excavation, and associated earthwork, sidewalk, drainage and miscellaneous related items. The work also includes the installation of complete LED lighting systems for the new pickleball court and the existing basketball court. Lighting equipment for the pickleball court and basketball court will be purchased separately by the City of Fayetteville. The work also includes the demolition, removal, disposal and replacement of the existing 10-foot tennis court fencing (except poles), existing wood tennis court practice boards and preparation and re -painting of the existing poles and replacement of fence fabric, replacement and painting of the wood practice boards, and preparation and resurfacing of the existing tennis courts. Any use of a third -party dumpster or roll off container shall be procured from the City of Fayetteville Recycling and Trash Collection Division. Use of a Non -City dumpster or roll off container is not allowed. Open burning and/or blasting are not allowed on City projects. Burying of construction debris is prohibited. Contractor is responsible for obtaining all applicable permits; however, fees for the City issued permits shall be waived. Refer to Section 00400-Bid Form and/or Detailed Bid Tab for quantities. ARTICLE 2 - ENGINEER 2.01 The Contract Documents have been prepared by Cantique, LLC who assumes the duties and responsibilities, and has the rights and authority assigned to the Engineer by the City of Fayetteville in the Contract Documents in connection with the design of the Work in accordance with the Contract Documents. Wilson Park Court Improvements 00500 - 1 Agreement DOCUMENT 00500 — AGREEMENT (continued) ARTICLE 3 - CONTRACT TIME 3.01 TIME OF THE ESSENCE: A. All time limits for milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 3.02 DATES FOR SUBSTANTIAL COMPLETION AND FINAL PAYMENT: A. The Work shall be Substantially Completed within 150 consecutive calendar days after the date when the Contract Times commence to run as provided in the GENERAL CONDITIONS, and final completion and readyforfinal payment in accordance with the GENERAL CONDITIONS within 180 consecutive calendar days after the date when the Contract Times commence to run. 3.03 LIQUIDATED DAMAGES: A. Owner and Contractor recognize that time is of the essence of this Agreement and that The City of Fayetteville will suffer financial loss if the Work is not completed within the time specified above, plus any extensions thereof allowed in accordance with the GENERAL CONDITIONS. The parties also recognize the delays, expense, and difficulties involved in proving the actual loss suffered by The City of Fayetteville if the Work is not Substantially Completed on time. Accordingly, instead of requiring any such proof, The City of Fayetteville and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay The City of Fayetteville Seven Hundred Fifty Dollars ($750.00) for each calendar day that expires after the time specified above in Paragraph 3.02 for Substantial Completion until the Work is Substantially Complete. After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the time specified in Paragraph 3.02 for completion and readiness for final payment or any proper extension thereof granted by The City of Fayetteville, Contractor shall pay The City of Fayetteville Three Hundred Fifty Dollars ($350.00) for each calendar day that expires after the time specified for completion and readiness for final payment. ARTICLE 4 - CONTRACT PRICE 4.01 The CITY OF FAYETTEVILLE agrees to pay, and the CONTRACTOR agrees to accept, as full and final compensation for all work done under this agreement, the amount based on the unit prices bid in the Proposal (BID FORM) which is hereto attached, for the actual amount accomplished under each pay item, said payments to be made in lawful money of the United States at the time and in the manner set forth in the Specifications. 4.02 As provided in the General Conditions, estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by ENGINEER Wilson Park Court Improvements 00500 - 2 Agreement DOCUMENT 00500 — AGREEMENT (continued) as provided in the General Conditions. Unit prices have been computed as provided in the General Conditions. 4.03 Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor in advance of the change in scope, cost or fees. There shall be no changes without prior written approval of the Owner's Project Manager. ARTICLE 5 - PAYMENT PROCEDURES 5.01 SUBMITTAL AND PROCESSING OF PAYMENTS: A. Contractor shall submit Applications for Payment in accordance with the GENERAL CONDITIONS. Applications for Payment will be processed by Owner's Project Manager as provided in the GENERAL CONDITIONS. 5.02 PROGRESS PAYMENTS, RETAINAGE: A. The City of Fayetteville shall make progress payments on account of the Contract Price on the basis of Contractor's Applications for Payment as recommended by Owner's Project Manager, on or about the 151 day of each month during construction. All such payments will be measured by the schedule of values established in the GENERAL CONDITIONS (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as Owner's Project Manager shall determine, or The City of Fayetteville may withhold, in accordance with the GENERAL CONDITIONS. a. 95% of Work Completed (with the balance being retainage). If Work has been 50% completed as determined by the Owner's Project Manager, and if the character and progress of the Work have been satisfactory to The City of Fayetteville, The City of Fayetteville may determine that as long as the character and progress of the Work subsequently remain satisfactory to them, there will be no additional retainage on account of Work subsequently completed, in which case the remaining progress payments prior to Substantial Completion will be an amount equal to 100% of the Work Completed less the aggregate of payments previously made; and Wilson Park Court Improvements 00500 - 3 Agreement DOCUMENT 00500 — AGREEMENT (continued) b. 100% of Equipment and Materials not incorporated in the Work but delivered, suitably stored, and accompanied by documentation satisfactory to The City of Fayetteville as provided in the GENERAL CONDITIONS. 5.03 FINAL PAYMENT: A. Upon final completion and acceptance of the Work in accordance with the GENERAL CONDITIONS, The City of Fayetteville shall pay the remainder of the Contract Price as recommended by the Owner's Project Manager and as provided in the GENERAL CONDITIONS. ARTICLE 6 - 6.01 In order to induce The City of Fayetteville to enter into this Agreement, Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents including the Addenda and other related data identified in the Bid Documents. B. Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. Contractor has carefully studied all: Reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and 2. Reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Contractor acknowledges that The City of Fayetteville and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the Site. E. Contractor has obtained and carefully studied (or assumes responsibility of having done so) all such additional supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost, progress, performance, and furnishing of the Work or which relate to any aspect of the means, methods, techniques, Wilson Park Court Improvements 00500 - 4 Agreement DOCUMENT 00500 — AGREEMENT (continued) sequences, and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. F. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the performing and furnishing of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. G. Contractor is aware of the general nature of work to be performed by The City of Fayetteville and others at the Site that relates to the Work as indicated in the Contract Documents. H. Contractor has correlated the information known to Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. Contractor has given the Owner's Project Manager and Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by the Owner's Project Manager and Engineer is acceptable to Contractor. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. ARTICLE 7 - CONTRACT DOCUMENTS 7.01 CONTENTS: A. The Contract Documents which comprise the entire Agreement between The City of Fayetteville and Contractor concerning the Work consist of the following and may only be amended, modified, or supplemented as provided in the GENERAL CONDITIONS: 1. This Agreement. 2. Exhibits to this Agreement (enumerated as follows): a. Notice to Proceed. b. Contractor's Bid. c. Documentation submitted by Contractor prior to Notice of Award. 3. Performance, Payment, and other Bonds. 4. General Conditions. 5. Supplementary Conditions. 6. Specifications consisting of divisions and sections as listed in table of contents of Project Manual. 7. Drawings consisting of a cover sheet and sheets as listed in the table of contents thereof, with each sheet bearing the following general title: WILSON PARK COURT IMPROVEMENTS 8. Addenda numbers inclusive. Wilson Park Court Improvements 00500 - 5 Agreement DOCUMENT 00500 — AGREEMENT (continued) 9. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to the GENERAL CONDITIONS. ARTICLE 8 - MISCELLANEOUS 8.01 TERMS: A. Terms used in this Agreement which are defined in the GENERAL CONDITIONS shall have the meanings stated in the GENERAL CONDITIONS. 8.02 ASSIGNMENT OF CONTRACT: A. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by Law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.03 SUCCESSORS AND ASSIGNS: A. The City of Fayetteville and Contractor each binds himself, his partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 8.04 SEVERABILITY: A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon The City of Fayetteville and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 8.05 FREEDOM OF INFORMATION ACT: A. City contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25- 19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. Wilson Park Court Improvements 00500 - 6 Agreement DOCUMENT 00500 — AGREEMENT (continued) 8.06 LIENS: A. No liens against this construction project are allowed. Arkansas law (A.C.A. §§18-44-501 through 508) prohibits the filing of any mechanics' of materialmen's liens in relation to this public construction project. Arkansas law requires the contractor promises to provide and file with the Circuit Clerk of Washington County a bond in a sum equal to the amount of this contract. Any subcontractor or materials supplier may bring an action for non-payment or labor or material on the bond. The contractor promises to notify every subcontractor and materials supplier for this project of this paragraph and obtain their written acknowledgement of such notice prior to commencement of the work of the subcontractor or materials supplier. Wilson Park Court Improvements 00500 - 7 Agreement DOCUMENT 00500 — AGREEMENT (continued) IN WITNESS WHEREOF, The City of Fayetteville and Contractor have signed this Agreement in quadruplicate. One counterpart each has been delivered to Contractor. Three counterparts each has been retained by The City of Fayetteville. All portions of the Contract Documents have been signed, initialed, or identified by The City of Fayetteville and Contractor. This Agreement will be effective on Effective Date of the Agreement. March 5 2024, which is the CONTRACTOR: CITY OF FAYETTEVILLE Lioneld Jordan Title:1r% E r Title: Mavor Contractor shall attach evidence of authority to sign. If Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution authorizing Contractor's signature and execution of Agreement. Further if Contractor is a corporation, corporate entity or LLC, Contractor shall also attach a copy of the Contractor's Articles of Incorporation and a copy form the Arkansas State Secretary of State to document that the corporation, corporate entity or LLC is in current "Good Standing" with the State of Arkansas and such entity is permitted to perform work in the State of Arkansas. (SEAL) (SEAL) ``��N���iii►rrr�i �RY, Re`* OA,gsG'.� Attest Attest zaz2A• FAYETTEVILLF. # ."; V G i rOi N 0► ,,` Wilson Park Court Improvements 00500 - 8 Agreement DOCUMENT 00500 — AGREEMENT (continued) Address for giving notices Address for giving notices 40Q J o� A;.r- 113 W. Mountain St. Fayetteville, AR 72701 License No. l / Agent for Service of process (Type or legibly print) Contractor shall attach evidence of authority of Agent for Service process to sign. If Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate Resolution authorizing Agent for Service process authority to sign. (If Contractor is a corporation, corporate entity or LLC, attach evidence of authority to sign.) END OF DOCUMENT 00500 Wilson Park Court Improvements 00500-9 Agreement CITY OF WA FAYETTEVILLE ARKANSAS Bid 23-46 Addendum 4 SSI of Northwest Arkansas Supplier Response Event Information Number: Bid 23-46 Addendum 4 Title: Construction - Wilson Park Court Improvements Type: Invitation to Bid Issue Date: 12/17/2023 Deadline: 1/23/2024 02:00 PM (CT) Notes: The City of Fayetteville is accepting sealed bids from properly licensed firms for the improvements and construction to the Wilson Park Basketball, Tennis, and Pickleball courts. Questions regarding this bid should be addressed to Amanda Beilfuss, Sr. Purchasing Agent at abeilfuss@fayetteville-ar.gov. Contact Information Contact: Amanda Beilfuss - Sr. Purchasing Agent Address: Purchasing City Hall Room 306 113 W. Mountain St. Fayetteville, AR 72701 Email: abeilfuss@fayetteville-ar.gov Page 1 of 5 pages Vendor: SSI of Northwest Arkansas Bid 23-46 Addendum 4 SSI of Northwest Arkansas Information Contact: Johnathan Parker Address: 400 Jean Mary Ave Springdale, AR 72762 Phone: (479) 361-5857 Email: jparker@ssiofnwa.com Web Address: ssiofnwa.com By submitting your response, you certify that you are authorized to represent and bind your company. Johnathan Parker jparker@ssiofnwa.com Signature Email Submitted at 112312024 01:36:04 PM (CT) Requested Attachments Bid 23-46, Required Signature Forms Scan Bid Form.pdf Please attach your completed forms. These documents can be found in the Project Manual or as a convenience file in the 'Attachments' tab titled File #00. Bid 23-46, Bid Bond Bid Bond Scan.pdf Please attach a signed and completed copy of your bid bond. Bid bonds in the form of a cashier's check shall be delivered to City Hall, Purchasing Division before bid deadline and have a copy of the cashier's check uploaded with submittal. Bid Attributes 1 Arkansas Secretary of State Filing Number: 71-0599338 2 Arkansas Contractor License Number: 0001310424 3 Check Yes or No: Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. 1Z Yes, I agree ❑ No, I don't agree Page 2 of 5 pages Vendor: SSI of Northwest Arkansas Bid 23-46 Addendum 4 4 Check Yes or No: Pursuant Arkansas Code Annotated §25-1-1002, the Contractor agrees and certifies that they do not currently boycott Energy, Fossil Fuel, Firearms, and Ammunition Industries during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-1002. If at any time during the contract the contractor decides to boycott Energy, Fossil Fuel, Firearms, and/or Ammunition Industries, the contractor must notify the contracted public entity in writing. ❑✓ Yes, I agree ❑ No, I don't agree 5 Addendum Acknowledgement By selecting "I agree", you acknowledge that you have read and understand any addendums that have been issued for this bid. 2 1 agree Bid Lines 9 Structural Fill for Pickleball Court Undercut Including Removal and Disposal of Unsuitable Material (If Required) Quantity: 180 UOM: CY Price: F $34. 00 Total: F $6,120.00 Page 3 of 5 pages Vendor: SSI of Northwest Arkansas Bid 23-46 Addendum 4 1 Post Tensioned Concrete Pickleball Court - Complete in Place Including Vapor Barrier, Metal Keyways, Stressing 0 Tendons and Steel Reinforcement Quantity: 13850 UOM: SF Price: $10.63 Total: $147,225.50 1 Installation of City Supplied LED Pickleball Court Lighting - Complete in Place Including Extension of Electrical 1 Service and Installation of New Distribution Panel, Player -Activated Control Button, Wiring, Poles (4), and Control System Quantity: 1 UOM: LS Price: $30,550.00 Total: $30,550.00 1 Installation of City Supplied LED Basketball Court Lighting System - Complete in Place Including Extension of 2 Electrical Service and Installation of New Distribution Panel, Player -Activated Control Button, Wiring, Poles (2), and Control System Quantity: 1 UOM: LS Price: $11,866.66 Total: $11,866.66 1 Pickleball Court 8-foot Tall Perimeter and Center Fencing - Complete in Place Including Gates 3 Quantity: 570 UOM: LF Price: $53.90 Total: $30,723.00 1 Pickleball Court Net Posts, Sleeves and Nets - Complete in Place 4 Quantity: 6 UOM: EA Price: 1 $957.83 Total: $5,746.98 1 Pickleball Court Surfacing and Striping - Complete in Place 5 Quantity: 13850 UOM: SF Price: $2.25 Total: $31,162.50 2 Removal and Replacement of Existing Tennis Court 24-Foot x 10-Foot Wood Practice Walls -Complete in Place 1 Including Removal and Disposal of Existing Wood Boards, Replacement of Wood Boards and Painting Quantity: 2 UOM: EA Price: $1,600.00 Total: $3,200.00 Page 4 of 5 pages Vendor: SSI of Northwest Arkansas Bid 23-46 Addendum 4 2 Site Restoration - Complete in Place Including Topsoil, Seed, Straw, Watering and Required Maintenance 2 Quantity: 200 UOM: SY Price: $79.00 1 Total: 1 $15,800.00 2 DEDUCTIVE ALTERNATE #1 - Line Item #12: Installation of City Supplied LED Basketball Court Lighting 3 System - Complete in Place Including Extension of Electrical Service and Installation of New Distribution Panel, Player -Activated Control Button, Wiring, Poles (2) and Control System (Line excluded from response total) Quantity: 1 UOM: LS Price: $11,866.66 Total: $11,866.66 Response Total: $541,241.00 Page 5 of 5 pages Vendor: SSI of Northwest Arkansas Bid 23-46 Addendum 4 a DOCUMENT 00410 — BID BOND KNOW ALL MEN BY THESE PRESENTS: that we SSi Incorporated of NW Arkansas 400 Jean Mary Avenue Springdale, AR 72762 as Principal, hereinafter called the Principal, and Travelers Casualty and Surety Company of America One Tower Square Hartford, CT 06183 a corporation duly organized under the laws of the State of hereinafter called Surety, are held and firmly bound unto City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 Connecticut as Surety, as Obligee, hereinafter called Owner, in the sum of Five Percent of the Total Amount Bid Dollars ($ Fai ), for the payment of which sum, well and truly to be made, Principal and said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has submitted a Bid for: BID # 23-46, CONSTRUCTION — WILSON PARK COURT IMPROVEMENTS NOW, THEREFORE, if the Owner shall accept the Bid of Principal and the Principal shall enter into a Contract with the Owner in accordance with the terms of such Bid, and give such Bond or Bonds as may be specified in the Bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of Principal to enter such Contract and give such Bond or Bonds, if the Principal shall pay to the Owner the difference not to exceed the penalty hereof between the amount specified in said Bid and such larger amount for which the Owner may in good faith contract with another party to perform the Work covered by said Bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Wilson Park Court Improvements 00410 - 1 Bid Bond DOCUMENT 00410 —BID BOND (continued) Signed and sealed this 23rd day of January 2024 . SURETY Travelers Casualty and Surety Company of America By Mary Ann J ice, Attorne -In-Fact ATTORNEY -IN -FACT (This Bond shall be accompanied with Attomey-in-Fact's authority from Surety) (CORPORATE SEAL) (CORPORATE SEAL) END OF DOCUMENT 00410 Wilson Park Court Improvements 00410-2 Bid Bond Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Mary Ann Justice of FORT SMITH , Arkansas , their true and lawful Attomey(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. cynsyAy� �„s µo ,yam i VA c s State of Connecticut By: vd:4k City of Hartford as. Robert L. Rane enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. r,PH 1"-J -/ IN WITNESS WHEREOF, hereunto set my hand and official seal. /•r,.'N W''TT } f%U/L6/G My Commission expires the 30th day of June, 2026 �. .r. /�/y—1 Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Exemfive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in - Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 23rd day of January , 2024 ,00!n 2 s nuv Mp � . �; ; Kevin E. Hughes, Assistant Secretary To verify the authenticity of this Power of Attorney, please calf as at 1-800-421-3880, Please refer to the above-namedA ttorney(s)-in-Fact and the details of the bond to which this Power ofAttorney is attached. DOCUMENT 00140 — BIDDER'S QUALIFICATION STATEMENT Contract Name: WILSON PARK COURT IMPROVEMENTS Bid #: 23-46, Construction — Wilson Park Court Improvements Date: 1 �23 ho24 SUBMITTED TO: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 SUBMITTED BY: Company SSt tac,crsae .- -p of 441 pc Y g�S Name % e riA NlI�r�s Address ow ZIAA MA iZY �?.I�r E�OAt fc, %k2 Principal Office 54�zill ; Corporation, part Aership, individual, joint venture, other (�R-Pb[ art o s Arkansas State General Contractor's License Number 00o is i o424 (Type or legibly print) EXPERIENCE STATEMENT Bidder has been engaged as a General Contractor in construction for s-d years and has performed work of the nature and magnitude of this Contract for s-4 years. Bidder has been in business under its present name for Bat years. 2. Bidder now has the following bonded projects under contract: (On a separate sheet, list project name, owner, name of owner contact, engineer / architect, name of engineer/architect contact, amount of contract, surety, and estimated completion date.) Bidder has completed the following (list minimum of 3) contracts consisting of work similar to that proposed by this Contract: (On a separate sheet, list project name, owner, name of owner contact, engineer / architect, name of engineer/architect contact, amount of contract, surety, and date of completion and percentage of the cost of the Work performed with Bidder's own forces.) Wilson Park Court Improvements 00140 - 1 Bidder's Qualification Statement DOCUMENT 00140 — BIDDER'S QUALIFICATION STATEMENT (continued) 4. Has Bidder ever failed to complete any project? If so, state when, where, and why. 5. Bidder normally performs the following work with his own forces: CAMNI'rpY ., kAFFM,Wte (MSYALA-r)cJr rOM9 2Jl:-rlorJ MAIJA&cA4Snfr, GbNEKat UVOOK 6. Construction experience of key individuals in the organization is as follows (continued on attached sheets if needed): S LA"r; C An-�p ot.1r-�kcH-Ark t, ¢V.�E,IL In the event the Contract is awarded to Bidder, the required surety Bonds will be furnished by the following surety company and name and address of agent: e vac.,�s P.+�st,�A-�..rt � S�,�a.rGTv L'o�va,l.� orr�.►-.�aiun FINANCIAL STATEMENT A. If requested by the City of Fayetteville during the evaluation of bids the bidder shall provide to the City of Fayetteville the following additional information: Bidder possesses adequate financial resources as indicated by the following: Assets and Liabilities: Attach a financial statement, audited if available, including Bidder's latest balance sheet and income statements showing the following items: Current assets (cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory, and prepaid expenses). Wilson Park Court Improvements 00140 - 2 Bidder's Qualification Statement DOCUMENT 00140 — BIDDER'S QUALIFICATION STATEMENT (continued) b. Net fixed assets. c. Other assets. d. Current liabilities (accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, and accrued payroll taxes). e. Other liabilities (capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings). f. Name of firm preparing financial statement and date thereof: If financial statement is not for identical organization named herein, explain relationship and financial responsibility of the organization furnished. 2. Current Judgments: The following judgements are outstanding against Bidder: Judgment Creditors Where Docketed and Date Amount a. N A a Bidder hereby represents and warrants that all statements set forth herein are true and correct. Date: JANUA0 23 , 20 24 . (OFFICIAL SEAL) Name of Organization: (Type or legibly print) 0 (Signature) Title��i�Es (Type or legibly print) Wilson Park Court Improvements 00140 - 3 Bidder's Qualification Statement DOCUMENT 00140 — BIDDER'S QUALIFICATION STATEMENT (continued) (If Bidder is a partnership, the partnership name shall be signed, followed by the signature of at least one of the partners. If Bidder is a corporation, the corporate name shall be signed, followed by the signature of a duly -authorized officer and with the corporate seal affixed.) END OF DOCUMENT 00140 Wilson Park Court Improvements 00140-4 Bidder's Qualification Statement TRENT HANNA DETAILS Experience • 551 Northwest Arkansas 2023 — Present o As President, Trent handles operations across the company, and is responsible for increasing corporate revenue each fiscal year. Trent also handles all of the Pre -Construction processes within the office. • Oelke Construction Company 2022 o Trent was the Senior Project Manager at Oelke Construction Company. While there, he handled complex projects, while managing the Project Managers that were on staff. He was responsible for implementing organizational strategies at the office to streamline the process of Project Management. • Commerce Construction Company 2021-2022 o Trent served Commerce Construction as a Project Manager and Estimator. Here, he handled projects individually from the initial budgeting to final close out and delivery. • Pick -it Construction, Inc. 2019 — 2021 o Trent started at Pick -it Construction as a Superintendent, and worked mostly in the field for the first year of employment. He was then transitioned into a Project Management role and handled projects from within the office. He managed correspondence with the design teams as well as ownership, and kept track of costs and changes in the contract values on projects. University of Arkansas (Bachelor of Architecture) 2014 — 2019 o Trent spent these (5) years working in a classroom setting, learning the fundamentals of Architecture with the intent to become a practicing architect upon graduation. It wasn't until his 4th year in school that he decided to follow a passion for the built environment, which led him to Pick -it Construction to gain some field experience. Portfolio • Arkansas Athlete's Outreach (AAO) • Prairie Grove Junior High School • Backwater Cove Apartment Complex • Farmington Public Library Addition • Devil's Den Camper Cabins • GTS Office Building • DOW Janitorial Addition • Davis Animal Hospital Addition and Renovation • CBMAA Parking Deck • Center Street church of Christ Bathroom Renovation • Harps Food Stores • Springdale Municipal Airport • Kinkead Village Apartments Portfolio continued • Kinkead Village Apartments • Barracks Remodel at Fort Chaffee • Solid Rock Baptist Church Addition • Carpet One Warehouse • Flowerama • Fort Chaffee Fire Station • Sterling Banks • Champions Medical Office Building • Tontitown Fire Station • PAM Transport Driving School JOHNATHAN PARKER DETAILS Experience • SSI Northwest Arkansas 2023 —Present 0 PAM Transport Parking (Springdale, AR), Tontitown Fire Station (Tontitown, AR) Coyle Construction 2022 — 2023 0 Bristol Commons (Farmington, AR), Hunter Village (Farmington, AR), Caterpillars to Butterflies (Prairie Grove, AR, six fully custom homes ranging from $600K to $1.3M dollars Pick -it Construction 2019 — 2022 0 Mount Comfort Veterinary (Fayetteville, AR), Backwater Cove (Fayetteville, AR), Prairie Grove Middle School (Prairie Grove, AR), Devils Den Camper Cabins Serving as a project manager Johnathan analyzes and coordinates the budget, delegate work, ensure that work is completed on time and within budget, process pay applications, serve as a point of contact for the client, collaborate with sub- contractors, communicates daily with team members and the client, has experience, and understands building design, structural principles, and construction materials. Supervised $700K to $15.2M dollar commercial projects. Portfolio • Donald W. Reynolds Razorback Stadium Renovation (Fayetteville, AR) • Pi Beta Phi Sorority (Fayetteville, AR) • Delta Delta Delta Sorority (Fayetteville, AR) • Fayetteville High School Phase I & Phase II (Fayetteville, AR) • Bentonville West High School (Centerton, AR) • ArcBest Headquarters (Barling, AR) • Mercy Ortho (Fort Smith, AR) • Washington Regional Women's Center (Fayetteville, AR) • Fed Ex Ground (Fort Smith, AR) • CARTI Cancer Center (Little Rock, AR) • Walton Arts Center Renovation & Parking Garage (Fayetteville, AR) E DOCUMENT 00400 — BID FORM Contract Name: WILSON PARK COURT IMPROVEMENTS Bid Number: 23-46, Construction — Wilson Park Court Improvements BID TO: Owner: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 BID FROM: ARTICLE 1 - INTENT 1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement with Owner in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid price and within the Bid time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. ARTICLE 2 - TERMS AND CONDITIONS 2.01 Bidder accepts all of the terms and conditions of the Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 90 days after the day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Agreement with the Bonds and other documents required by the Bidding Requirements within 15 days after the date of Owner's Notice of Award. Wilson Park Court Improvements 00400 - 1 Bid Form DOCUMENT 00400 — BID FORM (continued) ARTICLE 3 - BIDDER'S REPRESENTATIONS 3.01 In submitting this Bid, Bidder represents, as more fully set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bid Documents, and the following Addenda, receipt of all which is hereby acknowledged: Number z Date 12/2R/23 IIs�yH I'll �2y 1'h/24 B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Bidder is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. 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. If any, in or relating to existing surface or subsurface structures at or contiguous to the Site; and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bid Documents with respect to Underground Facilities at or contiguous to the Site. E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost, progress, performance, or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto. F. Bidder does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performing and furnishing of the Work in accordance with the times, price, and other terms and conditions of the Contract Documents. Wilson Park Court Improvements 00400 - 2 Bid Form DOCUMENT 00400 — BID FORM (continued) G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to Work for which this Bid is submitted as indicated in the Contract Documents. H. Bidder has given Owner written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Contract Documents, and the written resolution thereof by Owner is acceptable to Bidder. I. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. J. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm, or corporation 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 person, firm, or a corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for himself any advantage over any other Bidder or over Owner. K. Bidder will perform the Work in compliance with all applicable trench safety standards set forth in Occupational Safety and Health Administration (OSHA) Part 1926 - Subpart P - Excavations. L. Bidder certifies that they are not debarred from doing business from any government entity. ARTICLE 4 — BID PRICING REQUIREMENTS 4.01 The City intends to award this contract to the lowest qualified responsive responsible bidder based on the total base bid as long as the base bid amount falls within the amount of funds certified for the project plus 25%. 4.02 In the event no bid falls within the amount of funds certified for the project, plus 25%, the City will utilize the deductive alternates in order (if applicable) until bids can be compared within the amount certified, plus 25%. 4.03 In the event all deductive alternates are subtracted and no bid falls within the amount certified, plus 25%, all bids will be rejected and become confidential. 4.04 The City shall have the authority to negotiate an award with the apparent responsive responsible low bidder but only if the low bid is within twenty-five percent (25%) of the certification of funds. 4.05 Bidder shall complete the work in accordance with the Contract Documents for the price(s) submitted by the Bidder. 4.06 Bidder agrees that the Work will be substantially completed and completed and ready for final payment within the number of calendar days indicated in the Agreement. Wilson Park Court Improvements 00400 - 3 Bid Form DOCUMENT 00400 — BID FORM (continued) 4.07 The Bidder shall include the required labor, products, tools, equipment, transportation, services, incidentals, site access, erection, application, installation, overhead and profit to satisfactorily complete each line item of the work. 4.08 In no case shall the amount bid for the item of "mobilization" exceed 5% of the total contract amount for all items listed in the proposal or bid except bonds and insurance. Should the amount entered into the proposal or bid for this item exceed 5%, the bid shall be rejected. ARTICLE 5 - CONTRACT ITEMS 5.01 Bidder agrees that the Work will be substantially completed and completed and ready for final payment within the number of calendar days indicated in the Agreement. 5.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified in the Agreement. ARTICLE 6 - BID CONTENT 6.01 The following documents are attached to and made a condition of this Bid: A. Required Bid security (5% of total bid) in the form of a cashier's check from a bank located in the State of Arkansas or a Bid Bond in the amount of a vt 2:1 s,x TricuSA1D "iv --to 14,1+�M4b TwywltY-1—wo Dollars ($ 2c0,222.ns ). mC/00 B. A tabulation of Subcontractors and other persons and organizations required to be identified in this Bid. ARTICLE 7 - COMMUNICATIONS 7.01 Communications concerning this Bid shall be addressed to the Bidder as follows: . OL0,14TWAN FAV"I2 SST 1:NG02POO11GD OF NW A)Lr-M5AS 4o0 TGAN MAt21 AJE. 19PIZIN62AUS, AK `I27lo2 Email: �PARK�I2��S�oFNWA•Gone Phone No. �y-M) ?W -5S5-i Fax No. Wilson Park Court Improvements 00400 - 4 Bid Form DOCUMENT 00400 — BID FORM (continued) ARTICLE 8 - TERMINOLOGY 8.01 The terms used in this Bid which are defined in the GENERAL CONDITIONS or Instructions to Bidders will have the meanings assigned to them. Arkansas State Contractor License No. yen s'? 1 o 42- (Not required for Federal Aid Projects; however, Contractor must show proof that they have registered with the proper state authorities for a license.) If Bidder is: An Individual Name (type or printed): By: (SEAL) Doing business as Business address: Phone No. Email address: A Partnership Partnership Name: (SEAL) By: (Individual's Signature) Fax No. (Signature of general partner - attach evidence of authority to sign) Name (type or printed): Business address: Phone No. Email address: Fax No. Wilson Park Court Improvements 00400 - 5 Bid Form DOCUMENT 00400 - BID FORM (continued) A Corporation or LLC Corporation Name: SS 1 1 t1co .+ypjv__ . — of- A" (SEAL) State of Incorporation: Type (General BXii ess,�rfo> s nal, Service, Limited Liability): IL.1 S M (Signature of general partner - attach evidence of authority to sign) Name ype or printed): Title: SEAL) Attest: (Signature of Corporate Secretary) Phone No. Fax No. Email address: +)lavty A_ ` Ss Ew.�.�.,,..+ Tax ID Number (TIN): 'R t - 0 "Iq sag Unique Entity Identifier (UEI) # 'S- 41% 1L� i4S 33 � f Cage Code: (CORPORATE Wilson Park Court Improvements 00400 - 6 Bid Form DOCUMENT 00430 — LIST OF SUBCONTRACTORS In compliance with the Instructions to Bidders and other Contract Documents, the undersigned submits the following names of Subcontractors to be used in performing the Work for: BID # 23-46, CONSTRUCTION — WILSON PARK COURT IMPROVEMENTS Bidder certifies that all Subcontractors listed are eligible to perform the Work. Subcontractor's Work Subcontractor's Name Expected Percentage and Address or Value Clearing/Demolition SWPPP/Erosion Control Concrete Electrical Site Restoration Court Surfacing IuAWL LAND SPEUAL.IS-T _ Svr(;5-11 _21oll 14rr- rAGE PKWY 1 KAgmlr &6 cAl tAK 12-73D 11AAWL L4NV 5CCCIAUS T Svt�,C-1 2611 "ISIZ rAGE PKWY , I%AKMWGIOrJ, AW -12'73 AnJAMtEo ccNc12e-ur- 5V4111cag Ib521 e NwV 412, 5p121NLtvtcz, AI- '12'71eN Pki EIE CHIC Nb LAWS CANS, AK-11d701 M,r h11Twc-u. �a rcicp,�lsEs 32' MAPLE b121 WINSLOW AK 1261561 P,Y ossl Zg2g E 5671-I 9L. I -ru,5A, oK Wlos Other (designate) IZ1J¢1e- gkLigY r241W k SSOJIcG FSHc,10 2b11 S. WC=Y4j',*(.S PK1N $vU pA11Mln1IStD IJ r rdZZbi�e NOTE: This form must be submitted in structions to Bidders. Bidder's Signature Wilson Park Court Improvements 00430 - 1 List of Subcontractors CITY OF FAYETTEVILLE ARKANS ARKANSAS BID TABULATION Bid 23-46, Construction - Wilson Park Court Improvements DEADLINE: Tuesday, January 23, 2024 at 2:00 PM Certification of Funds: $685,000.00'1-)1»C. 10:L2'11 -' 551 of Northwest Legacy Construction Steve Beam Construction Southern Building Benchmark construction EWI, Inc. QikTurf McConnell &Associates Arkansas Management, Inc Inc. Services Inc company of NWA, Inc. total $541,241.00 $589,827.90 $591,703.39 $597,805.00 $599,108.50 $669,300.00 $753,432.00 $760,798.88 Una N Deni rintlon of uoM WILL eft"W um Ea grAlld um tautHN Uell EderAw uNl EabltldN UN E1Nazlllad unit Eannded unk Etdalkda/ 1 Mobilization (Shall Not Exceed 5%of Total Bid, not including Bonds and Insur.... I I LS $20,00000 20,000.00 $3,400 W $3,400 00 $29.389 45 $29,389 45 $3,50o 00 $3,5ou W $23,000 UO $23,000 00 $5,00000 $5,000 UO $36,900 W $36,90017U $1,624 00 $2,624 00 2 Bonds and Insurance I LS $11'13008 $11.13008 $16,SW 00 $16,50000 $6,300 Do $6,300 Go $20,00000 $20,000 DO $4,00000 $4,00000 $1R,40000 $18,40O 00 $7,500 GO $7,50000 $25,36600 $25,36600 3 Act291, 1993 Trench and Excavation Safety Systems 1 IS $25000 $25000 $1,10000 $1,10000 $1 on $1 co $1,0DO 00 $1,000 DO $100 $100 $50000 $SOO 00 $2,50000 $2,50000 $390 OD $39000 4 Site Preparation and Erosion Control - Complete in Place Including Tree Protection Fencing and Planking (if 1 LS $9,250 D0 $9,25000 $12,500W $12,50000 $10,26600 $10,26600 $7,50000 $7,500 DO $30,00000 $30,000W $5,"on $5,000.00 $S4,00000 $54,00000 $7,480 OD $7,48000 Re ul red), Tree Root Pruning (If Required), Straw Wattles and 6-Foot Chain Link Construction Fencing Court Demolition and Removal - Including Existing Asphalt Pickleball Court and Appmx. 4" Depth Undercut 5 of Existing Pickleball Court Subgrade,Existing Concrete Sidewalk Connection, and Existing Concrete Bench, I LS $39,8253B $39,82536 $42,000W $42,00000 $35,33500 $35,33500 $32,000 GO $32,00000 $44,6W.00 $44,6000(1 $61,06900 $61,069o0 $60,UW 00 $60'"W $66,25000 $66,250W Existing Pickleball Perimeter Fencing and Posts, Existing Pickleball Net Posts, and Proper Disposal 6 Rock Excavation for Sports Lighting Poles - Per Linear Foot of Vertical Depth x 30-inch Diameter Width 24 LF $145.00 $3,480 00 $208,00 $4,992 00 $265 50 $6,372.00 $300 00 $7,200 W $300 00 $7,2W DO $150 00 $3,600 M $145 on $3,490 GO $353 0C $8,472 W Including Removal and Disposal (If Required) 7 Class 7 Ba se for Proposed Pickleball[ourt - Approx. 14,365 SF x 41nches Depth 200 Cy $2825 $5,65000 $77 OD $15,40000 $555B $11,11600 $70W $14,0000U S86.00 $17,20000 $65 Co $13,000.Go $13200 $26,40000 $16740 $33,48000 8 Class Base for Pickleball Court Undercut Including Removal and Disposal of Unsuitable Material(if 180 a $4000 $7,20000 $66.30 $11,93400 $8667 $15,600.60 $9160 $16,48B 00 $10D00 $111,00000 $65 IXs $11,700.00 $51 On $9,190 C0 $10522 $18,93960 Required) 9 Structural Fill for PickleballCourt Undercut Including Removal and Disposal of Unsuitable Material (if 180 Cy $3400 $6,12000 $61.11 $10,99980 $6B 66 $12,358 BO $8310 $14,95800 $9500 $17,100 On $6900 $12,42000 $5100 $9,180 Co $6667 $12,000W Required) 10 Post Tensioned Concrete Pickleball Court - Complete In Place Including Vapor Barrier, Metal Keyways, Stressing Tendons and Steel Reinforcement 13850 51, $1063 $147,225.50 $10.51 $145,56350 $1133 $156,920.50 $1200 $166,20000 $9.25 $128,11250 $1290 $178,665.00 $1270 $17S,89500 $19.48 $269,798 DO Installation of City Supplied LED Pickleball Court Lighting - Complete in Place Including Extension of 11 Electrical Service and Installation of New Distribution Panel, Player -Activated Control Button, Wiring, Poles 1 IS $30,550 U0 $30,550100 $19,50000 $19,50000 $20,65000 $20,65000 $25,920.00 $25,920.DD $26,400.00 $26,400 DO $28,70000 $28,70000 $39,000 DO $39,00000 $27,27000 $27,27000 141, and Control System Installation of City Supplied LED Basketball Court Lighting System - Complete in Place Including Extension of 12 Electrical Service and Installation of New Distribution Panel, Player -Activated Control Button, Wiring, Poles 1 IS $11,B666fi $11,86666 $11,700.00 $11,70000 $11,80000 $11,800.00 $16,0D000 $16,000.00 $17,600.00 $17,60000 $17,30000 $17,30000 $20,000 Do $20,00000 $15,60000 $15,60000 (2). and Control System 13 Pickleball Court B-foot Tall Perimeter and Center Fencing- Complete in Place Including Gates 570 LF $539D $30,72300 $102.11 $511,20270 $9757 $55,614.911 $B2.00 $46,74000 $85, $48,450 DO $9913 $56,504.10 $93 OD $53,01000 $5221 $29,75970 14 Pickleball Court Net Posts, Sleeves. nd Nets- Complete in Place fi EA $95783 $5,74690 $1,1111 $6,60000 $1,13024 $6,781.44 $1.408.W $B,4413 00 $1.050.00 $6,3D000 $1,40000 $8,400 Co $2,72500 $16,350 Do $95833 $5,7499B 15 Pickleball Court Surfacing and Striping - Complete in Place 13850 SF $2 25 $31,162 50 $2.61 $36,148 50 $2 66 $36,841.00 $2,26 $31,301 W $2.5 $34,625 OU $2 95 $40,857 50 $2 50 $34,625 00 $3 81 $52,768 50 Pickleball Court Drainage Improvements - Complete in Place Including 12-Inch Catch Basins, &Inch Said 16 PVC Drainage Pipe, Stone Bedding Material, Filter Fabric,Concrete, Approximately 39 Feet o f Pipe Railing at 1 IS $21,00000 $21.0W 00 $24,511.00 $24,51100 $27,652 Do $27,65200 $30,000 OD $30.000 DID$28,DDO.00 $28,00000 $31,40000 $31,40000 $21,58600 $21,58600 $38,580 Lao $38,511000 Trough, Tie-in to Existing Drainage Pipe, and Re -grading for Drainage 17 6-Inch High x 5.5-Inch Wide Concrete Curb on Top of Pickleball Court- Complete in Place Including Rebar 360 LF $2020 $7,30080 $55.55 $19,99800 $1551 $5,58360 $3700 $13.32000 $25.00 $9,000 a, $161C' $5,79600 $5000 $111,00000 $4492 $16,17120 18 &Fact Surface Mount Benches- Complete in Place 4 EA $55000 $2,20000 $2,125.00 $8,500 00 $3,575.40 $14,301-60 $2,5DO 00 $10,000 OD $3,DDO,00 $12,00000 $3,75D 00 $15,000.00 $2,S0000 $10,00000 $4,002.50 $16.01000 Resurfacing of Existing Tennis Courts - Complete in Place Including 12-Inch Catch Basins, 6-Inch Solid PVC 19 Drainage Pipe, Stone Bedding Material, Filter Fabric, Concrete, Approximately 39 Feet of Pipe Railing at 23520 SF $3 00 $70,5000 $2.36 $55,507 20 $2, 38 $55,977 60 $2 50 $5B,BW DD $2.25 $52,920IX1 $315 $74,081100 $2 30 $54,096 D0 $1 66 $39,043 20 Trough, Tie-in to Existing Drainage Pipe, and Re -grading for Drainage Removal and Replacement of Existing 10-Foot Tall Tennis Court Fencing Except Poles - Complete in Place 20 Including Removal and Disposal of Existing Fence Fabric, Preparation and Re -painting of Existing Poles and 590 LF $103 39 $61,000.1C $123.69 $72,971 20 $1D7 21 $63,253 90 $92 00 $54,280 DO $100.00 $59,000 D0 $113 56 $6],D00.40 $107 00 $63,13000 $71139 $46,250 30 Replacement of Fence Fabric 21 Removal and Replacement Existing Terris 24-Foo[x lOFoo[Wood Practice Walls -Complete in 2 EA $ 1,60000 $ 3,200.00 $1,900,D0 $3,80D 00 $70800 $1,41600 $2,75000 $5,50000 $4,800. $9,60000 $5,65000 $11,300.00 $11,50006 $23,00000 $2?b0 D0 $5,52000 Place Including Removal and Disposal of Existing Wood Boards, Replacement of Wood Boards and Painting 22 Site Restoration - Complete in Place Including Topsoil, Seed, Straw, Watering and Required Maintenance 200 Sy $7900 $15,600.00 $4000 $B4O00 DD $40 B6 $8,17200 $7325 $14,650 Co $3000 $6.00000 $18 oc $3,60U 00 $]8IXs $1S.:Go $11638 $23,2]600 DEDI7tTIVf ALTIANATE 91 Nei N.eded 1 66 al,l00 P% 00 $16. S1 /,Sp1.00 i1,000IXs RSN.OU 15.60000 A.vM..xAnl Y.ro NN