Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout125-24 RESOLUTION113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 125-24
File Number: 2024-1882
BENCHMARK CONSTRUCTION OF NWA, INC. (BID AWARD):
A RESOLUTION TO AWARD BID #24-28 AND AUTHORIZE A CONTRACT WITH BENCHMARK
CONSTRUCTION OF NWA, INC. IN THE AMOUNT OF $989,779.09 FOR STORM DRAINAGE
INSTALLATION ALONG THE MISSION BOULEVARD TRAIL, TO APPROVE A PROJECT CONTINGENCY
IN THE AMOUNT OF $50,000.00, AND TO APPROVE A BUDGET ADJUSTMENT — 2019 TRAIL
IMPROVEMENT BOND PROJECT
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #24-28 and authorizes Mayor
Jordan to sign a contract with Benchmark Construction of NWA, Inc. in the amount of $989,779.09 for Phase 2 of
storm drainage installation along the Mission Boulevard Trail from Viewpoint Drive to Old Wire Road, 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.
PASSED and APPROVED on May 7, 2024
Page 1
Attest:
Kara Paxton, City Clerk Treasurer
a:Flk`IETiF�tMlrr.`r
CITY OF
FAYETTEVILLE
ARKANSAS
MEETING OF MAY 7, 2024
CITY COUNCIL MEMO
TO: Mayor Jordan and City Council
THRU: Susan Norton, Chief of Staff
Chris Brown, Public Works Director
FROM: Matt Mihalevich, Active Transportation Manager
SUBJECT: 2024-1882 Mission Blvd. Trail Storm Drainage Phase 2 Installation
RECOMMENDATION:
2024-1882
Staff recommends award of Bid 24-28 and authorization of a contract with Benchmark Construction of NWA,
Inc. in the amount of $989,779.09 and approval of a $50,000 contingency for phase 2 of installation of storm
drainage for the Mission Blvd. Trail from Viewpoint Drive to Old Wire Road and approval of a budget
adjustment.
BACKGROUND:
In March 2023, Resolution 50-23 awarded bid 23-17 to Sweetser Construction for phase 1 of the storm
drainage from Old Wire Road to North Street. Phase 1 contract work was completed in February 2024 and
City crews are working diligently to complete the shared use paved trail in phase I. The method of using
contracted work and City crews has proven to be efficient in terms of both time and cost. Award of this bid will
continue this successful approach into phase 2 for the section from Viewpoint Dr. to Old Wire Rd.
The entire project is 1.5-miles long and includes a 12 and 10-foot-wide shared -use paved trail along Mission
Boulevard (Highway 45) from Viewpoint to Maple Street. The trail will include green space separation from the
street with trees, lighting, curb and drainage with a focus on bike and pedestrian safety. This project is
identified as a priority in the Active Transportation Master Plan, a catalyst project in the Northwest Arkansas
Bicycle & Pedestrian Plan and ranks number 6 by the Mobility Plan project prioritization scoring matrix.
DISCUSSION:
Bid #24-28 was opened publicly on March 27th, 2024, with two bidders providing bids. Benchmark
Construction of NWA, Inc. being the lowest responsive bidder and the bid tabulation is included. The bid
amount is greater than the engineers estimate but within the amount funds certified. The contract time is 180
days for final completion.
BUDGET/STAFF IMPACT:
The total cost with contingency is $1,039,779.09 to be funded with remaining trail bond funds. The budget
adjustment moves funds within the trail bond into the Mission Blvd. Project.
ATTACHMENTS: SRF (#3), BA (#4), Mission Blvd Trail Map - Phase 2 (#5), Benchmark Signed Contract
Agreement (#6), Bid 24-28, Bid Tab - Final (#7), Bid 24-28, Submittal - Benchmark Construction Co. of NWA -
E (#8)
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 #: 2024-1882
20244882 Mission Blvd. Trail Storm Drainage Phase 2 Installation
A RESOLUTION TO AWARD BID #24-28 AND AUTHORIZE A CONTRACT WITH
BENCHMARK CONSTRUCTION OF NWA, INC. IN THE AMOUNT OF $989,779.09 FOR STORM
DRAINAGE INSTALLATION ALONG THE MISSION BOULEVARD TRAIL, TO APPROVE A
PROJECT CONTINGENCY IN THE AMOUNT OF $50,000.00, AND TO APPROVE A BUDGET
ADJUSTMENT — 2019 TRAIL IMPROVEMENT BOND PROJECT
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #24-28 and
authorizes Mayor Jordan to sign a contract with Benchmark Construction of NWA, Inc. in the amount of
$989,779.09 for Phase 2 of storm drainage installation along the Mission Boulevard Trail from
Viewpoint Drive to Old Wire Road, 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.
Page 1
Matt Mihalevich
Submitted By
City of Fayetteville Staff Review Form
2024-1882
Item ID
5/7/2024
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
3/28/2024 ENGINEERING (621)
Submitted Date Division / Department
Action Recommendation:
Resolution to award Bid 24-28 and authorize a contract with Benchmark Construction of NWA, Inc. in the amount
of $989,779.09 and approval of a $50,000 contingency for phase 2 of installation of storm drainage for the Mission
Blvd. Trail from Viewpoint Drive to Old Wire Road, to recognize interest earned on the Trails bond, and to approve a
budget adjustment.
4703.860.7302-5814.05
Account Number
46030.7302
Project Number
Budgeted Item? Yes
Does item have a direct cost? Yes
Is a Budget Adjustment attached? Yes
Budget Impact:
Trail Projects (2022 Bonds)
Fund
Trail Projects (Bonds) - Mission Blvd Corridor
Total Amended Budget
Expenses (Actual+Encum)
Available Budget
Item Cost
Budget Adjustment
Remaining Budget
Project Title
$
130,352.00
$
123,847.50
$ 6,504.50
$
1,039,779.09
$
1,039,780.00
6,505.4
V20221130
Purchase Order Number: Previous Ordinance or Resolution # 50-23
Change Order Number:
Original Contract Number:
Comments:
Approval Date:
City of Fayetteville, Arkansas - Budget Adjustment (Agenda)
Budget Year Division Adjustment Number
ENGINEERING (621)
2024 /Org2
Requestor: Matt Mihalevich
BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION:
Resolution to award Bid 24-28 and authorize a contract with Benchmark Construction of NWA, Inc. in the amount of
$989,779.09 and approval of a $50,000 contingency for phase 2 of installation of storm drainage for the Mission Blvd.
Trail from Viewpoint Drive to Old Wire Road, to recognize interest earned on the Trails bond, and to approve a budget
adjustment.
COUNCIL DATE:
ITEM ID#:
5/7/2024
2024-1882
Nolly Black
3/28/2024 10:37 RIn
Budget Division
TYPE:
JOURNAL#:
Date
D - (City Council)
I GLDATE:
RESOLUTION/ORDINANCE CHKD/POSTED:
TOTAL 290,820 290,820 v.2024322
Increase / (Decrease) Project.Sub#
Account Number Expense Revenue Proiect Sub.Detl AT Account Name
4703.860.7302-5814.05
4703.860.7302-5911.99
989,780 -
50,000 -
46030 7302 EX Improvements -Trails
46030 7302 EX Contingency - Capital Project
4703.860.7302-5911.99
(16)
- 46030
7302
EX
Contingency- Capital Project
4703.860.7300-5911.99
(17,580)
- 46030
7300.1000
EX
Contingency - Capital Project
4703.860.7304-5860.02
(3,066)
- 46030
7304
EX
Capital Prof Svcs - Engineering/Architects
4703.860.7999-5899.00
(1.019.118)
- 46030
7999
EX
Unallocated - Budizet
4703.860.7000-4707.47
4703.860.7999-5899.00
290,820
290,820 46030 7000
- 46030 7999
RE Interest - 2022 Project Funds
EX Unallocated - Budget
\\city\dfs\Divs\Engineering\Trails\Projects\Mission Blvd Trail\Design\Storm Drainage\Phase II - Ranch to Viewpoint Bid\City Council
Bid Acceptance\2024-1882 BA Benchmark - Mission Blvd. Storm Drain ph2 1 of 1
N
W+ E
S
u
"Wooidland-_
v
r
Ash St o
Y
FHealth
St V
ry
k New 12 foot wide Shared Use
Q
Paved Trail (South Side)
s ��
are �0 Evelyn
Hills
of
ks
Lake
North St
Razorback- Mission Connector
UCi grYan fin.
Emers
Street -Emerson Ln.
akeside Dr.
Rush Dr.
Jackson Dr.
0R On -Street Bikeway ( ,
. . .... /, 'A (Complete) woodlawn Dr.
Prospect Street
��rur��rnr��r��rur��ruu
Wilson Park
AphPgC4 Street
..
�•rCr)tp"r��r
��rr�r��■urnr��■urnnnn�■
>
n Swq
_
-
< Jofinson Sty
o
a
vu
Q
�, Q
o Gunter Sz c
N '
c�
M
t`
4
of
Maple St
a
a
Maple Street 2
Washington;
c
_
V
>
4_ >
Q,
Lafayette St
Q
-0
45
m
>
01
Dickson St
Existing12 foot wide
Shared -Use Paved Trail
Niokaska Creek Trail
To Razorback
Greenwa)�airview
Memorial
JT�
ai
> )
a -_ 5 a>
E M ID
U
O B d <�
ion iv
M m i
. d
No Root
6> p
Y Q
Upgraded Crosswalks with
Flashing Lights
I / I ,bA
a,
New Trail
Crosswalk
i
New 10 foot wide Shared Use
Paved Trail (West Side)
.t
Q
-21 3
—0v
V
Legend
Mission Blvd. Trail (2023
Construction)
Existing Shared -Use
Paved Trail
Mission -Razorback
Connector (Complete)
Enhanced Crosswalks
With Flashing Lights
CITY OF FAYETTEVILLE Mission Blvd. Trail - 1.5 Miles January 2023
ARKANSAS 0 O.125 0.25 0.5
Mission -Razorback Connector Bikeway - 1.1 Mile Miles
DOCUMENT 00500 — AGREEMENT
BETWEEN OWNER AND CONTRACTOR
Contract Name/Title: MISSION BLVD. TRAIL STORM DRAINAGE (PHASE 2)
(VIEWPOINT TO RANCH DR)
Contract No.: 24-28, Construction — Mission Blvd. Stone Drainage (Phase 11)
THIS AGREEMENT is dated as of the 7 day of May in the year 2024 by and
between The City of Fayetteville, Arkansas and Benchmark Construction of N WA. Inc.
(hereinafter called Contractor).
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 project requires demolition, removal, and replacement of existing storm sewer inlets and
pipe, curb and gutter, fencing, waterlines, sidewalk, and asphalt pavement.
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. No burning or blasting is allowed.
Contractor is responsible for obtaining all applicable permits; however, fees for the City issued
permits shall be waived.
The Contract includes work in City of Fayetteville Right-of-way and in General Utility
Easements.
Refer to Section 00400-Bid Form for quantities.
ARTICLE 2 - ENGINEER
2.01 The Contract Documents have been prepared by the City of Fayetteville Engineering
Division. City of Fayetteville Engineering Division assumes all duties and
00500 Agreement 00500- 1
DOCUMENT 00500 — AGREEMENT (continued)
responsibilities, and has the rights and authority assigned to City of Fayetteville
Engineering Division in the Contract Documents in connection with completion of
the Work in accordance with the Contract Documents.
ARTICLE 3 - CONTRACT TIME
3.01 TIME OF THE ESSENCE:
A. All time limits for milestones, if any, Substantial Completion, and
completion and readiness for final payment as stated in the Contract
Documents are of the essence of the Contract.
3.02 DATES FOR SUBSTANTIAL COMPLETION AND FINAL PAYMENT:
A. The Work shall be Substantially Completed within 150 calendar days after
the date when the Contract Times commence to run as provided in the
GENERAL CONDITIONS, and final completion and ready for final
payment in accordance with the GENERAL CONDITIONS within 180
calendar days after the date when the Contract Times commence to run.
3.03 LIQUIDATED DAMAGES:
A. Owner and Contractor recognize that time is of the essence of this
Agreement and that The City of Fayetteville will suffer financial loss if the
Work is not completed within the time specified above, plus any extensions
thereof allowed in accordance with the GENERAL CONDITIONS. The
parties also recognize the delays, expense, and difficulties involved in
proving the actual loss suffered by The City of Fayetteville if the Work is not
Substantially Completed on time. Accordingly, instead of requiring any such
proof, The City of Fayetteville and Contractor agree that as liquidated
damages for delay (but not as a penalty) Contractor shall pay The City of
Fayetteville Seven Hundred Fifty Dollars ($750.00) for each calendar day
that expires after the time specified above in Paragraph 3.02 for Substantial
Completion until the Work is Substantially Complete. After Substantial
Completion, if Contractor shall neglect, refuse, or fail to complete the
00500 Agreement 00500-2
DOCUMENT 00500 — AGREEMENT (continued)
remaining Work within the time specified in Paragraph 3.02 for completion
and readiness for final payment or any proper extension thereof granted by
The City of Fayetteville, Contractor shall pay The City of Fayetteville Five
Hundred Dollars ($500.00) for each calendar day that expires after the time
specified for cornpletion and readiness for final payment.
ARTICLE 4 - CONTRACT PRICE
4.01 The CITY OF FAYETTEVILLE agrees to pay, and the CONTRACTOR agrees to
accept, as full and final compensation for all work done under this agreement, the
amount based on the unit prices bid in the Proposal (BID FORM) which is hereto
attached, for the actual amount accomplished under each pay item, said payments to
be made in lawful money of the United States at the time and in the manner set forth
in the Specifications.
4.02 As provided in the General Conditions, estimated quantities are not guaranteed, and
determinations of actual quantities and classifications are to be made by ENGINEER
as provided in the General Conditions. Unit prices have been computed as provided
in the General Conditions.
4.03 Changes, modifications, or amendments in scope, price or fees to this contract shall
not be allowed without a prior formal contract amendment approved by the Mayor
and the City Council in advance of the change in scope, cost or fees.
I . There shall be no changes without prior written approval of the
Engineer of Record and/or the City's designated Professional
Engineer.
ARTICLE 5 - PAYMENT PROCEDURES
5.01 SUBMITTAL AND PROCESSING OF PAYMENTS:
A. Contractor shall submit Applications for Payment in accordance with the
GENERAL CONDITIONS. Applications for Payment will be processed by
Engineer as provided in the GENERAL CONDITIONS.
00500 Agreement 00500-3
DOCUMENT 00500 — AGREEMENT (continued)
5.02 PROGRESS PAYMENTS, RETAINAGE:
A. The City of Fayetteville shall make progress payments on account of the
Contract Price on the basis of Contractor's Applications for Payment as
recommended by Engineer, on or about the 15th day of each month during
construction. All such payments will be measured by the schedule of values
established in the GENERAL CONDITIONS (and in the case of Unit Price
Work based on the number of units completed) or, in the event there is no
schedule of values, as provided in the General Requirements.
Prior to Substantial Completion, progress payments will be made in
an amount equal to the percentage indicated below, but, in each case,
less the aggregate of payments previously made and less such
amounts as Engineer shall determine, or The City of Fayetteville
may withhold, in accordance with the GENERAL CONDITIONS.
a. 95% of Work Completed (with the balance being retainage). If
Work has been 50% completed as determined by Engineer, and
if the character and progress of the Work have been satisfactory
to The City of Fayetteville and Engineer, The City of
Fayetteville on recommendation of Engineer, may determine that
as long as the character and progress of the Work subsequently
remain satisfactory to them, there will be no additional retainage
on account of Work subsequently completed, in which case the
remaining progress payments prior to Substantial Completion
will be an amount equal to 100% of the Work Completed less the
aggregate of payments previously made; and
b. 100% of Equipment and Materials not incorporated in the Work
but delivered, suitably stored, and accompanied by
documentation satisfactory to The City of Fayetteville as
provided in the GENERAL CONDITIONS.
00500 Agreement 00500-4
DOCUMENT 00500 — AGREEMENT (continued)
5.03 FINAL PAYMENT:
A. Upon final completion and acceptance of the Work in accordance with the
GENERAL CONDITIONS, The City of Fayetteville shall pay the remainder
of the Contract Price as recommended by Engineer and as provided in the
GENERAL CONDITIONS.
ARTICLE 6 - CONTRACTOR'S REPRESENTATIONS
6.01 In order to induce The City of Fayetteville to enter into this Agreement, Contractor
makes the following representations:
A. Contractor has examined and carefully studied the Contract Documents
including the Addenda and other related data identified in the Bid
Documents.
B. Contractor has visited the Site and become familiar with and is satisfied as to
the general, local, and Site conditions that may affect cost, progress,
performance, and furnishing of the Work.
C. Contractor is familiar with and is satisfied as to all federal, state, and local
Laws and Regulations that may affect cost, progress, performance, and
furnishing of the Work.
D. Contractor has carefully studied all:
(1) Reports of explorations and tests of subsurface conditions at or
contiguous to the Site and all drawings of physical conditions in or
relating to existing surface or subsurface structures at or contiguous
to the Site; and
(2) Reports and drawings of a Hazardous Environmental Condition, if
any, at the Site. Contractor acknowledges that The City of
Fayetteville and Engineer do not assume responsibility for the
accuracy or completeness of information and data shown or indicated
00500 Agreement 00500-5
DOCUMENT 00500 — AGREEMENT (continued)
in the Contract Documents with respect to Underground Facilities at
or contiguous to the Site.
E. Contractor has obtained and carefully studied (or assumes responsibility of
having done so) all such additional supplementary examinations,
investigations, explorations, tests, studies, and data concerning conditions
(surface, subsurface, and Underground Facilities) at or contiguous to the Site
or otherwise which may affect cost, progress, performance, and furnishing of
the Work or which relate to any aspect of the means, methods, techniques,
sequences, and procedures of construction to be employed by Contractor and
safety precautions and programs incident thereto.
F. Contractor does not consider that any additional examinations,
investigations, explorations, tests, studies, or data are necessary for the
performing and furnishing of the Work at the Contract Price, within the
Contract Times, and in accordance with the other terms and conditions of the
Contract Documents.
G. Contractor is aware of the general nature of work to be performed by The
City of Fayetteville and others at the Site that relates to the Work as indicated
in the Contract Documents.
H. Contractor has correlated the information known to Contractor, information
and observations obtained from visits to the Site, reports and drawings
identified in the Contract Documents, and all additional examinations,
investigations, explorations, tests, studies, and data with the Contract
Documents.
Contractor has given Engineer written notice of all conflicts, errors,
ambiguities, or discrepancies that Contractor has discovered in the Contract
Documents and the written resolution thereof by Engineer is acceptable to
Contractor.
00500 Agreement 00500-6
DOCUMENT 00500 — AGREEMENT (continued)
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.
00500 Agreement 00500-7
DOCUMENT 00500 — AGREEMENT (continued)
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: Mission Blvd. Trail Stone Drainage (PHASE 2)(Viewpoint to Ranch
Dr.)
8. Addenda numbers 1 inclusive.
9. The following which may be delivered or issued after the Effective
Date of the Agreement and are not attached hereto: Al I 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.
00500 Agreement 00500- 8
DOCUMENT 00500 — AGREEMENT (continued)
8.03 SUCCESSORS AND ASSIGNS:
A. The City of Fayetteville and Contractor each binds himself, his partners,
successors, assigns, and legal representatives to the other party hereto, its
partners, successors, assigns, and legal representatives in respect to all
covenants, agreements, and obligations contained in the Contract Documents.
8.04 SEVERABILITY:
A. Any provision or part of the Contract Documents held to be void or
unenforceable under any Law or Regulation shall be deemed stricken, and all
remaining provisions shall continue to be valid and binding upon The City of
Fayetteville and Contractor, who agree that the Contract Documents shall be
reformed to replace such stricken provision or part thereof with a valid and
enforceable provision that comes as close as possible to expressing the
intention of the stricken provision.
8.05 FREEDOM OF INFORMATION ACT:
A. City contracts and documents prepared while performing city contractual
work are subject to the Arkansas Freedom of Information Act. If a Freedom
of Information Act request is presented to the City of Fayetteville, the
contractor will do everything possible to provide the documents in a prompt
and timely manner as prescribed in the Arkansas Freedom of Information Act
(A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs
pursuant to the FOIA may be assessed for this compliance.
8.06 LIENS:
A. No liens against this construction project are allowed. Arkansas law
(A.C.A. §§ 18-44-501 through 508) prohibits the filing of any mechanics' of
materialmen's liens in relation to this public construction project. Arkansas
law requires and the contractor promises to provide and file with the Circuit
Clerk of Washington County a bond in a sum equal to the amount of this
contract. Any subcontractor or materials supplier may bring an action for
00500 Agreement 00500-9
DOCUMENT 00500 — AGREEMENT (continued)
non-payment or labor or material on the bond. The contractor promises to
notify every subcontractor and materials supplier for this project of this
paragraph and obtain their written acknowledgement of such notice prior to
commencement of the work of the subcontractor or materials supplier.
IN WITNESS WHEREOF, The City of Fayetteville and Contractor have signed this Agreement
in quadruplicate. One counterpart each has been delivered to Contractor. Three counterparts
each has been retained by The City of Fayetteville. All portions of the Contract Documents have
been signed, initialed, or identified by The City of Fayetteville and Contractor.
This Agreement will be effective on
Effective Date of the Agreement.
CONTRACTOR:
May 7
B�: Stephen Smith By:
(Type or legibly print)
(Signature)
(Si
2024, which is the
CITY OF FAYETTEVILLE
Title: CEO Title: Mayor
Contractor shall attach evidence of authority to sign.
if Contractor is a corporation, corporate entity or LLC, Contractor shall attach Corporate
Resolution authorizing Contractor's signature and execution of Agreement.
Further if Contractor is a corporation, corporate entity or LLC, Contractor shall also attach a copy
of the Contractor's Articles of Incorporation and a copy form the Arkansas State Secretary of
00500 Agreement 00500- 10
DOCUMENT 00500 — AGREEMENT (continued)
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)
Attest
,�NN1111I�
(SEAL)•GX, Y p;� ••.`rG
Attest =U;FAYETTFVII_H
•. 9 �J . �.
00500 Agreement 00500- 11
DOCUMENT 00500 — AGREEMENT (continued)
Address for giving notices Address for giving notices
333 W. Poplar St.. Ste `A' 113 W. Mountain St.
Fayetteville, AR 72703 Favetteville. AR 72701
License No. AR 0033500524
Agent for Service of process
Stephen Smith
(Type or legibly print)
(Signature)
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 Approved As to Form:
or LLC, attach evidence of authority to
sign.) By:
Attorney For:
END OF DOCUMENT 00500
00500 Agreement 00500- 12
CITY or
FAYETTEVILLE
ARKANSAS
BIDTAN UnON
Bid 24-28, Construction • Mission Blvd. Drainage Improvements (Phase 11)
DEADLINE: Wednesday, March 27, 2024 a12:00 PM
Cerllflcatlw of Funds: $800,000.00 S1,000O00.On.,it ollowetl)
Benchmark Construction
5weetser Construction, Inc.
Company of N WA, Inc.
$989,779.09
$1,066,759.00
Total
FMB
D c
Ott
uJ
unK
Extended
unit
fa[endetl
1
Mobilixacion(Shall not exreed 5%of Total Bid, minus Insurance and Band'en
t
l5.
537,664,00
$37,66600
$15,765.00
$15,765.00
2
Insurance and Handing
t
I.S.
$30,538,00
$30,539.00
$13,500.00
$13,500.00
_ 3 _
Construction Contml(Staking)
1
L.S.
$13,950.00
$13,950.00
$913m,w
_
$9,3com
4
Trench Examined and Barren,
1
L.S.
$4,310.00
$4,310.00
lis"WoAO
$Spoon"
5
Traffic Control
1
L.S.
$53,030,00
$53,030.00
$0,000.00
$50,000,00
6
Erosion Control
1
I.S.
$20,250,00
_
$20,25GAO
$15,000.00
$15p00.0O
]
Clearing, Grubbing & Demolition
1
_
L.S.
$146,900.00
$20,000.00
$20p0000
8
Select Fill outside. he directed)
150
C.Y.
$63.33
_$146,900n0
$9,499.50
$48.00
$7,20000
9
Class 7 Bands (Truck tickeade directedl
200
TON
$43.85
$8)70.00
$44.00
$8,800.00
10
4"Thick 41 PSI Uncrete Trail with fiber As dowels As Oieted)
Too
S.Y.
$112.10
$11,210.00
$74.00
$]p00,00
I
Curb& Guttes,TWe O square)
2935
L.F.
$".Be
$141,134,80
$48.00
$140,990.0.
12
Lip Curb &Gutter _ _
1014
L.F.
$38.55
$_39,089.70
$40.00
$40,560n0
13
4'a4'Reinforced Cond. Area Inlet& ConneRlons IS Openings(241 - - _. _
1
E.A.
$6,180.00
$6,180.00
$6,500.00
$6,50000
14
5raS' Reinhrced Conc Area Inlet B ConneNons&Openings(]-3,1-5)
2
_
EA
$7.335n0
$14,670.00
$6,SnOnO
$13,00,00
15
4'x4'Rein(orced Caere. Curb Inlet &Careworns(313A,3 GI 6B,3-7A,3&4,3-BIBB BA3-10)
9
E.P.
$5,823.33
$52,409.97
$6,0I
$54,000.00
16
7'a8'Rein(orced Conn. Curb Inlet &CanneNons(3-2)
1
E.A.
$19,01
$19,060.00
$13,500n0
$13,500.00
17
6'x8'transferred Conc. Curb Inlet& CDnnetllons(3-0)
_
1
E.A.
$17,800.90
$17,800.00
$12,00I
$12,000.00
18
4'x6'Iunction Box (3-3& 35 Cons. Cutting Fx. NCP&Camarde nsl
2
E.A.
$7,145.00
$14,290.00
$7,000.00
$14,000.00
19
4' x 4 Tumbled BOx(36,Bd,3N
3
E.A.
$6,226.67
$18,680.0]
$5,500.00
$19,500.00
20
4'x 5' Tumbled Box (2-3) - - _ _ _ _ _ _
1
E.A.
$6,540.00
$6540.00
$7,000.00
$7,000.00
21
5' x S Junction Box (2-1) _
1
E.A.
$7,117.00
$7,117.00
$7,500.00
$7,500.00
22
4' Curb Inlet Enension 13-u2),3412),3-5A(3),33n),3'8An1,3-8B(3),39A,3-10)
18
E.A.
$1,040.53
$2,401
$43,200.00
23
4' Wide Flume with Side curbs (3 _
7
LF.
$130.90
_$18,729.54
$916.30
$150.00
$1,.".0
24
1 Thick Box Top Extensions with as Reber (Create a 12wide top)
44
S.Y.
$195.13
$8,585.72
$150.00
$6,600.00
25
Is- plead End Section p-1,231
3
EA.
$1,291.92
$3,275.76
$"BOB
$2,970n0
26
Is- Rounforced Concrete Pipe
461
LF.
$97.52
$44,956.72
$135.00
$62,231
27
24- Reinforced Connate Pipe
41
LF.
$116.47
$49,732.69
$175.00
$]4,725.o0
28
30' Reinforced Carried Pipe
69_
LF.
$159.66
$11,016.54
$300.0o
$20,700.0
29
36' Reinforced Concrete Pipe
200
Jr.
$224.97
$44,994.00
$450.09
$90,000.00
30
36"Closed End Senion(23I
1
F.A.
$2,574.00
$2,574.00
$2,6B0.00
$2,500.00
31
_
23"x 14" Flared End Settled (14,16)
_
2
EA
$CS27DO
$3,111
$49.10
$99.00
32
_
23"x 14"Elliptical Reinforced Concrete Pipe IRCHEPI
73_
L.F.
$137.53
$10,039.69
$1,400.00
$102,200.00
33
_ _ _ _
45"x29"Elbptical Reinforced Concrete Pipe ACHEPI
_
LF.
$241.77
$51,013.47
$575.00
$121,325.00
34
_ _ _ _ _
30"x 19 EllpRal Concrete Pipe
_211 _
LF.
$BIThe
$3p3].28
_
$4,800.00
35
Reinforced
End Se _ _
30"x19 Elliptical Reinforced Concrete Pipe End Secdon(R[EP)n-ZA) _ _ _ _ _
_16
1
LF.
$9P.00
$9]7.00
,00.00
$1,650.00
$1,650.00
36
30'x6'Reinforcetl Concrete Box Culvert( RCP ConnMions)
20
$11679.85
$33,597.00
$1,650.00
$33,000.00
37
_ _
10'x6'Reinfrnced [onnete Box Culvert Wing Walls
40
_LF.
L.F.
$740.16
$29,606.40
$"BOB
_
$19,2W.W
� -- 3la��a4
Ama INuss,Sr. PurchatlMANeM
CITY OF
WA FAYETTEVILLE
ARKANSAS
Bid 24-28 Addendum 2
Benchmark Construction Company
Benchmark Construction Company of NWA,
Inc.
Supplier Response
Event Information
Number: Bid 24-28 Addendum 2
Title: Construction - Mission Blvd. Storm Drainage (Phase II)
Type: Invitation to Bid
Issue Date: 3/3/2024
Deadline: 3/27/2024 02:00 PM (CT)
Notes: The City of The City of Fayetteville is accepting sealed bids from
properly licensed firms for Phase II of the Mission Blvd. Storm
Drainage. The work includes, but is not limited to, demolition, removal,
and replacement of existing storm sewer inlets and pipe, curb and
gutter, fencing, waterlines, sidewalk, and asphalt pavement. Questions
regarding this bid should be addressed to Amanda Beilfuss, Sr.
Purchasing Agent at abeilfuss(a)fayetteville-ar.gov.
Contact Information
Contact: Amanda Beilfuss - Sr. Purchasing Agent
Address: Purchasing
City Hall
Room 306
113 W. Mountain St.
Fayetteville, AR 72701
Email: abeilfuss@fayetteville-ar.gov
Page 1 of 5 pages Vendor: Benchmark Construction Company Bid 24-28 Addendum 2
Benchmark Construction Company Information
Contact: Steve Smith
Address: 333 W. POPLAR ST., STE A
Fayetteville, AR 72703
Phone: (479) 251-1316
Email: benchmarkconst@att.net
Web Address: None
By submitting your response, you certify that you are authorized to represent and bind your company.
Stephen Smith
Signature
Submitted at 312712024 12:25:17 PM (CT)
Requested Attachments
Bid 24-28, Bid Bond
benchmarkconst@att.net
Email
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 24-28, Required Signature Forms
Required Signature Page and
Qualification Statement.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 Attributes
1
Arkansas Secretary of State Filing Number:
10032984
2
Arkansas Contractor License Number:
0033500524
3
Check Yes or No:
Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently
boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract,
with any public entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott
Israel, the contractor must notify the contracted public entity in writing.
❑✓ Yes, I agree
❑ No, I don't agree
Page 2 of 5 pages Vendor: Benchmark Construction Company Bid 24-28 Addendum 2
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 Class 7 Base (Truck tickets)(as directed)
Quantity: 200 UOM: TON Price: $43.85 Total: $8,770.00
1 4" Thick 4,000 PSI Concrete Trail with fiber & dowels (As Directed)
0
Quantity: 100 UOM: S.Y. Price: F $112.10 Total: $11,210.00
Page 3 of 5 pages Vendor: Benchmark Construction Company Bid 24-28 Addendum 2
2 18" Reinforced Concrete Pipe
6
Quantity: 461 UOM: L.F. Price: $97.52 Total: $44,956.72
Page 4 of 5 pages Vendor: Benchmark Construction Company Bid 24-28 Addendum 2
3 10' x 6' Reinforced Concrete Box Culvert Wing Walls
7
Quantity: 40 UOM: L.F. Price: $740.16 Total: $29,606.40
Response Total: $989,779.09
Page 5 of 5 pages Vendor: Benchmark Construction Company Bid 24-28 Addendum 2
5500 Euper Lane
PO Box 3529
Ft. Smith, AR 72913 (479) 452-4000
www.bhca.com
Bid Bond
KNOW ALL MEN BY THESE PRESENTS. that we
(Here Insert full name and address or legal title of Contractor)
Benchmark Construction of NWA, Inc.
333 West Poplar, Ste A
Fayetteville, AR 72703
as Principal, hereinafter called the Principal, and
(Here insert feill name and address nr legal titan nf surety)
Westfield Insurance Company
P. O. Box 5001
Westfield Center, OH 44251-5001
a corporation duly organized under the laws of the State of Ohio
as Surety, hereinafter called the Surety, are held and firmly bound unto
Were insert full name and address or legal title of Owner)
City of Fayetteville
113 W. Mountain Street
Fayetteville, AR 72701
as Obligee, hereinafter tailed the Obligee, in the sum of FIVE PERCENT OF THE TOTAL AMOUNT BID
Dollars (5 5% ), for the payrrtent
of which cum well and truly to be made, the raid Principal and the said Surety, bind ourselves;, our heirs, executors,
administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid for Mission Blvd. Site Drainage and Curb
(Here inserr full name, address and description of project)
NOW, THEREFORE, if the Obligee sball accept the bid of the Principal and the Principal shall enter into a Contract
with the Ohliaee in ncenrdanre 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 the Principal
to enter such Contract and j ve such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed
the penally hereof between the arnouat specified in said bid and such larger amount for which the Obligee 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.
Signed and sealed this 27th day of March 2024
Benchmark Construction of NWA, Inc. (Principal) - — (Seal)__
(Title)
Westfield Insurance Company
vuQ C (Surety)
i Title) (.SQ-Ti j
Mary Ann 1 ice , Attorney -In -Fact
AIA 4ocument A310TM —1970. Copyright 0 1963 and 1970 by Tne Amedean Instltute of Arotv[ects.
General POWER NO. 0320052 05
Power Westfield Insurance Co.
of Attorney Westfield National Insurance Co.
CERTIFIED COPY Ohio Farmers Insurance Co.
Westfield Center, Ohio
Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO
FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company" and collectively as "Companies," duly
organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these
presents make, constitute and appoint
SCOTT R. CLARK, MARTY C. CLARK, SHANNON C. SCHMIDLY, ELIZABETH A. SOLOMON, MARY ANN JUSTICE, LISA
MCCLURE, PAXTON CLARK, GRAVES SCHMIDLY, SUZANNE NIEDZWIEDZ, JOINTLY OR SEVERALLY
of FORT SMITH and State of AR its true and lawful Atiorney(s)-in-Fact, with full power and author itv hereby conferred in its name,
place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of
suretyship in any penal limit, - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - --
LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE
UUARINTEE, OR BANK DEPOSITORY BONDS.
and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate
seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attomey(s)-in-Fact may do In
the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors or each of the
WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY:
"Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall
be and Is hereby vested with full power and authority to appoint any one or more suitable persons as Attorey(s)-in-Fact to represent and act for
and on behalf of the Company subject to the following provisions:
The Attorney -in -Fact. may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and
deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all
notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such
Attorney -in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary."
"Be it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any
power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile
seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." (Each adopted at a meeting
held on February 8, 2000).
In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE
COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate seals to be hereto
affixed this 27th day of JANUARY A.D., 2023 .
Cor orate .a'".",•N� N��,,,,u,.,,..•., N.....,
Seals ��`?YA•(pC•,,h `PStO AL ., r ��"" WESTFIELD INSURANCE COMPANY
.•''�;• •"�,,.-• •�:•,y"°� WESTFIELD NATIONAL INSURANCE COMPANY
0 •• ''• ' .sG • +f
Affixed yr •sa. O: p : + '• s�• ma OHIO FARMERS INSURANCE COMPANY
'-_ sign�j SEAL
raft
1848
Its
State of Ohio "" "'"• By;
County of Medina ss.: Gary W.ftumpe:r, Nations Surety Leader and
Senior Executive
On this 27th day of JANUARY A.D., 2023 , before me personally came Gary W. Stumper to me known, who, being by me duly sworn,
did depose and say, that he resides in Medina, OH; that he is National Suretyy Leader and Senior Executive of WESTFIELD INSURANCE
COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS fNSURANCE COMPANY, the companies described in and which
executed the above instrument; that he knows the seals of said Companies; that the seals affixed to said instrument are such corporate seals; that
they were so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order.
Notarial Rmedl4t��L
��„„NMNNNIy,-
Seal R\ A 1
Affixed •�P; •'`�"�' S�
State of Ohio : 0% David A. Kotnik, Attorney at Law, Notary Public
County of Medina ss.: 1.q}��,.• My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code)
)IC OF
I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS
INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said
Companies, which is still in full force and effect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are
in full force and effect.
In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this 27th day of
March A.D., 2024
,,w.,,•.N. .."•.....,
at SEAL ;f % °�: SEAL .m_ =C'1840
�
t
// Secretory
Frank A. Carrino, Secretary
BPOAC2 (combined) (03-22)
CITY OF
FAYETTEVILLE
ARKANSAS
Project Check List
This checklist is for the Bidder's use in preparing & submitting a bid. It is not intended to include all details necessary to prepare a
bid and shall not be used as a substitute for the requirements of the bid documents. Use of this checklist does not relieve the Bidder
from th responsibility of meeting all requirements of the Specifications concerning the preparation of an acceptable bid. Bidders
are we come to use this form as a coversheet for a sealed envelope; however, using this form itself is NOT a requirement.
5% Bid Bond of the amount bid accompanied by required documentation (Power of Attorney, etc.)
o In lieu of a bid bond, the bidder may submit a cashier's check from a bank located in the State of Arkansas for at
least five percent (5%) of the amount bid (inclusive of any deductive alternates). Cashier's checks shall be made
payable to the City of Fayetteville, AR and received prior to the bid deadline by making an in -person delivery
appointment with the City Purchasing Division.
All addenda shall be signed, acknowledged, and submitted on the appropriate forms (submitting the actual addendums
or marking acknowledgement on other bid pages).
All line items shall be appropriately filled out and extended to reveal the line item price as well as the total bid price.
Total base bid should be calculated in the provided space.
All pages provided with signature lines shall be appropriately signed, dated accordingly, and included with submitted bid
documents
All bids shall be received before the stated deadline utilizing the City's electronic bidding platform or submitting a physical
sealed bid to the City Purchasing Division. Submitting a bid electronically is strongly encouraged. A public bid opening
will be conducted shortly after the deadline at City Hall and livestreamed at
https://www.youtube.com/user/citVoffayettevillear. Late or misdirected bids shall not be accepted. The City of
Fayetteville shall not be responsible for lost or misdirected bids, or failure of bidder's technical equipment. If submitting
a physical bid, all bid documents shall be delivered in a sealed envelope to the address stated in the advertisement or
updated deadline issued via Addenda. All bids should be delivered with the name of the bidder (contractor) on the sealed
envelope as well as the bidders Arkansas Contractor's License Number.
Additional Information Required:
• AR Secretary of State Filing #: OR submit electronically.
• Arkansas Contractor License #: OR submit electronically.
Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently
boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract,
with any public entity as defined In §25-1-503. If at any time during contract the contractor decides to boycott
Israel, the contractor must notify the contracted public entity In writing.
o Submit electronically or circle applicable answe . �YEor 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.
o Submit electronically or circle applicable answer YES or NO
Telecommunications Device for the Deaf TDD (479) 52 1-1316
113 West Mountain - Fayetteville, AR 72701
DOCUMENT 00140 — BIDDER'S QUALIFICATION STATEMENT: (see attached)
Contract Name: MISSION BLVD. STORM DRAINAGE INSTALLATION (PHASE 2)
Bid #: 24-28, Construction - Mission Blvd. Storm Drainage (Phase 2)
Date: March 27, 2024
SUBMITTED TO:
The City of Fayetteville, Arkansas
1 ] 3 West Mountain Street
Fayetteville, Arkansas 72701
SUBMITTED BY:
Company Benchmark Construction Company of NWA, Inc.
Name Stephen Smith
Address 333 West Poplar St, Ste A
Principal Office above
Corporation, partnership, individual, joint
venture, other Corp
Arkansas State General Contractor's License Number
0033500542
(Type or legibly print)
EXPERIENCE STATEMENT
1. Bidder has been engaged as a General Contractor in construction for years and
has performed work of the nature and magnitude of this Contract for years.
Bidder has been in business under its present name for years.
2. Bidder now has the following bonded projects under contract: (On a separate sheet,
list project name, owner, name of owner contact, engineer / architect, name of
engineer/archilecl contact, amount of contract, surety, and estimated completion
date.)
00140-Bidder Qualifications 00140 — 1
DOCUMENT 00140 —BIDDER'S QUALIFICATION STATEMENT: (CONTINUED)
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.)
Has Bidder ever failed to complete any project? If so, state when, where, and why.
Bidder normally performs the following work with his own forces:
6. Construction experience of key individuals in the organization is as follows
(continued on attached sheets if needed):
7. In the event the Contract is awarded to Bidder, the required surety Bonds will be
furnished by the following surety company and name and address of agent:
8. Bidder's Workmen's Compensation Experience Modifier Factor is:
00140-Bidder Qualifications 00140 — 3
DOCUMENT 00141) — BIDDER'S QUALIFICATION STATEMENT: (CONTINUED)
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:
1. Assets and Liabilities: Attach a financial statement, audited if available, including
Bidder's latest balance sheet and income statements showing the following items:
a. Current assets (cash, joint venture accounts, accounts receivable, notes
receivable, accrued income, deposits, materials inventory, and prepaid expenses).
b. Net fixed assets.
c. Other assets.
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.
a
00140-Bidder Qualifications 00140 — 3
DOCUMENT 00140 — BIDDF,R'S QUALIFICATION STATEMENT: (CONTINUED)
Bidder hereby represents and warrants that all statements set forth herein are true and correct.
Date: March 27, 2024 , 2024
(OFFICIAL SEAL)
Name of Organization:
Benchmark Construction Company of NWA, Inc.
By Stephen Smith, CEO
(Type or legibly print)
By
(Signature)
Title CEO
(Type or legibly print)
(If Bidder is a partnership, the partnership name shall be signed, followed by the signature of at least one
of the partners. If Bidder is a corporation, the corporate name shall be signed, followed by the signature
of a duly -authorized officer and with the corporate seal affixed.)
END OF DOCUMENT 00140
00140-Bidder Qualifications 00140 — 4
DOCUMENT 0.100-BID FORM
Contract Name: MISSION BLVD. STORM DRAINAGE (PHASE 2) (VIEWPOINT TO RANCH DR.)
Bid Number: 24-28, CONSTRUCTION - MISSION BLVD. STORM DRAINAGE (PHASE 2)
Owner: The City of Fayetteville, Arkansas
1 13 West Mountain Street
Fayetteville, Arkansas 72701
BID FROM:
Bidder: Benchmark Construction Company of NWA, Inc.
ARTICLE I- INTENT
1.01 The undersigned Bidder proposes an 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 and other documents required by the
Bidding Requirements within 15 days after the date of Owner's Notice of Award.
0400-Bid Form 00400-1
DOCUMENT 0400-1311) F010I (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
1
2
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 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,
0400-Bid Form 00400-2
Date
3-15-24
3-20-24
DOCUMENT 0400-BID FORM icontinncd)
investiaations, 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 terns and conditions of the Contract Documents.
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 correlated the information known to Bidder, information and
observations obtained from visits to the Site, reports, and drawings identified
in the Contract Documents, and all additional examinations, investigations,
explorations, tests, studies, and data with the Contract Documents.
I. Bidder has given The Purchasing Division written notice of all conflicts, errors,
ambiguities or discrepancies that Bidder has discovered in the Contract Documents,
and the written resolution thereof by Engineer is acceptable to Bidder.
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.
K. 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
0400-Bid Form 00400-3
DOCUMENT 0400-13ID FORM (continued)
Bidder has not sought by collusion to obtain for himself any advantage over
any other Bidder or over Owner.
By endorsing this bid form, Bidder certifies that they are currently
not disbarred from doing business with a governmental entity.
M. Bidder will perform the Work in compliance with all applicable trench safety
standards set forth in Occupational Safety and Health Administration
(OSHA) Part 1926 — Subpart P — Excavations.
ARTICLE 4- BID PRICE
Bidders are required to provide pricing for all line items, including deductive
alternate items. Failure to provide deductive alternate pricing can result in
bid rejection.
The City intends to award this contract to the lowest qualified responsive
responsible bidder based on the total base bid as long as the base bid amount
falls within the amount of funds certified for the project plus 25%.
In the event no bid falls within the amount of funds certified for the project
plus 25%, the City will utilize the deductive alternates in order to further
evaluate bids until a bid received falls within the amount certified, plus 25%.
In the event all deductive alternates are subtracted from the total base bid and
no bid falls within the amount certified, plus 25%, all bids shall be rejected
and become confidential.
In no case shall the amount bid for the item of "mobilization' exceed 5% of the
total contract amount for all items listed in the proposal or bid minus bonds and
insurance. Should the amount entered into the proposal or bid for this item
exceed 5%, the bid shall be rejected.
Bidder shall complete the Work in accordance with the Contract Documents
for the following price(s):
0400-Bid Form 00400-4
DOCUMENT 0400-BID FOR,.N'I (cunlinucd)
ARTICLE 5- CONTRACT TIMES
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.
Zn
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 in the form of a cashier's check from a bank located in the
State of Arkansas or a Bid Bond in the amount of
Dollars ($ 5% bid bond
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:
Benchmark Construction Company of NWA, Inc.
Email bench markconst@aft net
Phone No. 479-251-1316
Fax No. 479-251-1319
0400-Bid Form 00400-7
DOCUMENT 0400-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. 0033500524
If Bidder is:
Name (type
By:
ndividual's Signature)
Doing business a!
Business address:
Phone No: Fax No.
Email Address:
A Partnership
Partnership Name:
By:
(Si;�natur of general partner -
Name (type or printed)
Business address:
Phone No: Fax No.
Email Address:
(SEAL)
(SEAL)
idence of authority to sign)
0400-Bid Form 00400-8
DOCUMENT 0400-BID FORM (continued)
A Corporation or LLC
Corporation Name: Benchmark Construction Company of NWA,(IkFAL)
State Rf Ingnmnritinn, Arkansas
Typ (General Business, P fessional, Service, Limited Liability):
(Signature of general part er-attach evidence of authority to sign)
Name (type or printed):
Title: 1/1_-�'b
_ G� (CORPORATE SEAL)
Attzs /
(Signature of Corporate Secretary)
Business address: 333 Cy, f ,oglk r J�
Fa Ife#e Yi//e, "7270 3
Phone No: 479-251-1316 Fax No. 479-251-1319
Email Address: benchmarkconst@att.net
Tax ID Number (TIN) 71-0477532
DUNS # L�hA{7�izCT f�•. i1 �425,q
��.=.�-
N2Vfi-A
Cage Code: 900R2
END OF DOCUMENT 00400
0400-Bid Form 00400-9
AIA G703
Contractor's
SUBMITTED To: CITY OF ROGERS
Qualification Statement
SUBMITTED BY: STEPHEN SMITH, CEO
NAME: BENCHMARK CONSTRUCTION OF NWA, INC.
ADDRESS: 333 WEST POPLAR ST, STE'A', FAYETTEVILLE, AR 72703
PRINCIPAL OFFICE: ABOVE
(XX) Corporation
NAME OF PROJECT: MISSION BLVD SITE DRAINAGE AND CURB PH 2
§ 1. ORGANIZATION
§ 1.1 How many years has your organization been in business as a Contractor? 38 Years
§ 1.2 How many years has your organization been in business under its present business name? 11 years
§ 1.2.1 Under what other or former names has your organization operated? Marinoni Construction Company, Inc.
§ 1.3 If your organization is a corporation, answer the following:
§ 1.3.1 Date of incorporation: June 1976
§ 1.3.2 State of incorporation: Arkansas
§ 1.3.3 President's name: Roger Ross
§ 1.3.4 Ceo name: Stephen Smith
§ 1.4 If your organization is a partnership, answer the following:
§ 1.4.1 Date of organization: Not Applicable
§ 1.4.2 Type of partnership (if applicable):
§ 1.5 If your organization is individually owned, answer the following:
§ 1.5.1 Date of organization: June 1976
§ 1.5.2 Name of Owners: Stephen Smith, Roger Ross
§ 1.6 If the form of your organization is other than those listed above, describe it and name the principals: NA
§ 2. LICENSING
§ 2.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate
registration or license numbers, if applicable.
Jurisdictions: Arkansas. LICENSE NUMBER: 0033500524
Trade Categories: General Construction of Commercial, Industrial and Institutional Projects
§ 2.2 List jurisdictions in which your organization's partnership or trade name is filed. Arkansas Secretary of State
§ 3. EXPERIENCE
§ 3.1 List the categories of work that your organization normally performs with its own forces.
Site Work, Dirt Work, Concrete, Framing, Masonry, Supervision, Rough and Finish Carpentry, Specialties
§3.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details)
§ 3.2.1 Has your organization ever failed to complete any work awarded to it?: No
§ 3.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your
organization or its officers? No
§ 3.2.3 Has your organization filed any law suits or requested arbitration with regard to construction
contracts within the last five years? No
§ 3.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another
organization when it failed to complete a construction contract? No
3.4 Projects Completed in the last 7 Years:
Northwest Arkansas Regional Airport —Rental Fleet Maintenance Facility
Dale Scarbrough, WDD Architects (479-442-6681)
City of Rogers Veteran's Park Concessions/Maintenance Buildings
Jim Swearingen Architect, Crafton Tull and Associates (479-636-4838)
City of Fayetteville Compost Facility
Lynn Hyke(479-466-7589)
Gravette Middle School Annex
David Swearingen, Crafton Tull and Associates Architect (479-636-4838)
University of Arkansas —Davis Hall Historical Renovation/Addition. LEED Certified.
Rob Sharp Architect (479-442-0229)
Lincoln Athletic Complex (Football field, field house, track, concession/restroom building)
Lewis Elliott Architects, Mary Ann Spears, Supt of Schools (479-824-7310)
City of Springdale —Shiloh Restroom/Basement Remodel
Don Mobley Architect (479-466-1746)
Highlands Oncology Cancer Treatement Facilities—Crafton Tull and Assoc Architects. Wes Burgess Architect (479-
878-2452) Kathey Parker, Owner (479-587-1700)
Starlight Skate Rink Renovation
Jim Key Architect (479-444-6066)
SourceGas NWA Headquarters— Polk Stanley and Assoc, Craig Curzon Architect (479-444-0473)
American Electric and Power/Swepco Office/Warehouse Addition
AFHJ Architects (Zed Johnson, Retired)
University of Arkansas—Brough Commons Dining Hall, Harrison French Architects, Lance Weatherton, Architect
(479-273-7780)
JFS Fabric Store and Ulta Beauty Supply —Larry Ogrinc (lugrinc a ddr.com) , Owner Rep for Developers Diversified.
University of Arkansas Harmon Parking Garage Renovations —Polk Stanley and Assoc, Craig Curzon Architect (479-
444-0473). Jim Beatty Engineer.
Sequoyah Maison Condominiums —Rob Sharp Architect (442-0229)
Tyson Research Farm Broiler Houses/Operations Facility —Chris Hall
Bank of Fayetteville Renovations
Bob King, President (479-444-4444)
Decatur School District FEMA Storm Shelter/Gymnasium—Jim Mayer Architect (479-246-0055)
City of Fayetteville Transfer Station —Brad Hammond at Mcgoodwin, Williams and Yates
Ft Smith Airport Taxiway Paving —Brian Mauer, Engineer
Boulder Ridge Fellowship Bible Church —Jack Murray (479-790-2854)
City of Fayetteville Taxiway B—Carver Engineers
Blowing Springs To Metfield Park Multi Purpose Trail Greenway Extension—EDG and Garver Engineers
Spring Creek Multi Purpose Trail Extension —McClelland Engineers
Black Hills Energy Contractor On -Call.
Highland Oncology Contractor On -Call.
Bekaert Trail Greenway Extension—NWA Trailblazers
Dean's Trail PH 2 Tunnel and Greenway Trail Extension —Garver Engineers
Archibald Yell Improvements —City of Fayetteville
13T" Street Sidepath Shared Use Trail and Pedestrian Improvements —City of Rogers
§ 3.4.1 State total worth of work in progress and under contract:
Work in Progress: $7 million
Work under contract: Most projects are in negotiation and not under contract terms at this time.
§ 3.5.1 State average annual amount of construction work performed during the past five years: $6-$8 million
§ 3.6 List the construction experience and present commitments of the key individuals of your
organization.
Stephen Smith, owner, 38 years experience in commercial/industrial construction
Roger Ross, owner, 35 years experience in commercial/industrial construction
Chuck Ketcher, Supt, 26 years experience in commercial/industrial construction
Rick Vasquez, Foreman, 30 years experience
Armando Vasquez, Foreman, 25 years experience
Roberto Sanchez, Foreman, 30 years experience
Thomas Sargent, Foreman, 33 years experience
The remaining personnel with an average of 12 years working in our company consist of the rest of the
construction team. All of our personnel carry skills to self -perform projects that allow schedules and
budgets to be met. Simply stated, we are not a broker contractor.
Note: Our construction team, from the owners down to laborers, are 100 percent committed to satisfying
each client. The ownership is not involved with any outside investments (ie developing etc..) that would
distract our commitment to serving our clients!! The ownership also takes an active role in the projects
that we build. Project management/Supervision is handled by the ownership, therefore a vested interest in
client satisfaction is our objective.
§ 4. REFERENCES
§ 4.1 Trade References:
Brown Hiller Clark Insurance, Scott Clark, 452-4000
Tune Concrete 442-8251, Dennis Tune, 479-442-8251
Darragh Company, Ronnie McDaniel, 479-651-6800
Meeks Lumber Company, Tom Hamaker, 479-442-2351
Architects and Engineers: Have worked with all major firms in the NWA area over the last 33 years.
§ 4.2 Bank References:
Bank of Fayetteville (Bob King VP, MaryBeth Brooks President) 479-444-4444
$500,000 Line of Credit
§ 4.3 Surety:
§4.3.1 Name of bonding company: Westfield Insurance Company
§ 4.3.2 Name and address of agent:
Brown Hiller Clark
5500 Euper Lane
Ft Smith, Ar 72913
Scott Clark 479-452-4000
§ 6. SIGNATURE a 7 T f' ^,W-4:44
§ 6.1 Dated at this 13tF'i day oLJyjuwtrc'25,
Name of Or ization: Be chmark Construction of NWA, Inc.
By: Stephen Smith
Title: CEO
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:
MISSION BLVD. TRAIL STORM DRAINAGE (PHASE 2) (VIEWPOINT TO RANCH
DR)
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 ReTf(t.I-I"R-jv-
SWPPP/Erosion Control
Asphalt
Concrete
Landscaping
Material Testing
Other (designate)
j KX24-�Gt'ARk, 15
a:-H �5 uJaQ�L
NOTE: This form must be submitted in accordance l witahct the gRstructio�ns to Bidders.
8y aLo,�,sg
Bidder's Signature
END OF DOCUMENT 00430
00430-List of Subcontractors 00430 — 1
EJCDC=_
ENGINEERS JOINT CONTRACT
DOCUMENTS COMMITTEE PAYMENT BOND
CONTRACTOR(name and address): SURETY(name and address of principal place of business):
Benchmark Construction of NWA,Inc. Westfield Insurance Company
333 West Poplar,Ste A P.O.Box 5001
Fayetteville,Arkansas 72703 Westfield Center,OH 44251-5001
City of Fayetteville
OWNER(name and address): 113 W.Mountain Street
Fayetteville,Arkansas 72701
CONSTRUCTION CONTRACT
Effective Date of the Agreement: May 7, 2024
Amount: One Million Thirty-nine Thousand Seven Hundred Seventy-nine And 09/100 Dollars($1,039,779.09)
Description (name and location): Mission Blvd.Trail Storm Drainage(Phase 2)(Viewpoint to Ranch Dr.)Contract No.24-28
BOND
Bond Number: 403979W
Date(not earlier than the Effective Date of the Agreement of the Construction Contract): 5/15/2024
Amount: One Million Thirty-nine Thousand Seven Hundred Seventy-nine And 09/100 Dollars ($1,039,779.09)
Modifications to this Bond Form: n None n See Paragraph 18
Surety and Contractor, intending to be legally bound hereby,subject to the terms set forth below, do each cause
this Payment Bond to be duly executed by an authorized officer,agent,or representative.
CONTRACTOR AS PRINCIPAL SURETY
Benchmark Construction of NWA,Inc. (seal) W- ie • Insurance Company (seal)
Contractor's Name and Corporate Seal urei 's ame . d Corporate Seal
By: /�—ice) By:
Signature Signature(attach power of attorney)
Scott R.Clark
Print Name Print Name
CA Attorney-In-Fact
Title Title
Attest: Attest:
ignature Signatur
Mary Ann Justice,Witness
Title Title
Notes: (1)Provide supplemental execution by any additional parties,such as joint venturers. (2)Any singular reference
to Contractor,Surety, Owner,or other party shall be considered plural where applicable.
EJCDC C-615,Payment Bond
Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies,
and American Society of Civil Engineers. All rights reserved. 1 of 3
6. If a notice of non-payment required by Paragraph 5.1.1 is
1. The Contractor and Surety, jointly and severally, bind given by the Owner to the Contractor,that is sufficient to
themselves, their heirs, executors, administrators, satisfy a Claimant's obligation to furnish a written notice of
successors, and assigns to the Owner to pay for labor, non-payment under Paragraph 5.1.1.
materials, and equipment furnished for use in the
performance of the Construction Contract, which is 7. When a Claimant has satisfied the conditions of Paragraph
incorporated herein by reference,subject to the following 5.1 or 5.2, whichever is applicable, the Surety shall
terms. promptly and at the Surety's expense take the following
actions:
2. If the Contractor promptly makes payment of all sums due
to Claimants, and defends, indemnifies, and holds 7.1 Send an answer to the Claimant,with a copy to the
harmless the Owner from claims, demands, liens, or suits Owner, within sixty (60) days after receipt of the
by any person or entity seeking payment for labor, Claim,stating the amounts that are undisputed and
materials, or equipment furnished for use in the the basis for challenging any amounts that are
performance of the Construction Contract,then the Surety disputed;and
and the Contractor shall have no obligation under this
Bond. 7.2 Pay or arrange for payment of any undisputed
amounts.
3. If there is no Owner Default under the Construction
Contract, the Surety's obligation to the Owner under this 7.3 The Surety's failure to discharge its obligations
Bond shall arise after the Owner has promptly notified the under Paragraph 7.1 or 7.2 shall not be deemed to
Contractor and the Surety (at the address described in constitute a waiver of defenses the Surety or
Paragraph 13) of claims, demands, liens, or suits against Contractor may have or acquire as to a Claim,
the Owner or the Owner's property by any person or except as to undisputed amounts for which the
entity seeking payment for labor, materials, or equipment Surety and Claimant have reached agreement. If,
furnished for use in the performance of the Construction however, the Surety fails to discharge its
Contract, and tendered defense of such claims, demands, obligations under Paragraph 7.1 or 7.2, the Surety
liens,or suits to the Contractor and the Surety. shall indemnify the Claimant for the reasonable
attorney's fees the Claimant incurs thereafter to
4. When the Owner has satisfied the conditions in Paragraph recover any sums found to be due and owing to
3, the Surety shall promptly and at the Surety's expense the Claimant.
defend,indemnify,and hold harmless the Owner against a
duly tendered claim,demand,lien,or suit. 8. The Surety's total obligation shall not exceed the amount
of this Bond, plus the amount of reasonable attorney's
5. The Surety's obligations to a Claimant under this Bond fees provided under Paragraph 7.3,and the amount of this
shall arise after the following: Bond shall be credited for any payments made in good
faith by the Surety.
5.1 Claimants who do not have a direct contract with
the Contractor, 9. Amounts owed by the Owner to the Contractor under the
Construction Contract shall be used for the performance
5.1.1 have furnished a written notice of non- of the Construction Contract and to satisfy claims, if any,
payment to the Contractor, stating with under any construction performance bond. By the
substantial accuracy the amount claimed Contractor furnishing and the Owner accepting this Bond,
and the name of the party to whom the they agree that all funds earned by the Contractor in the
materials were, or equipment was, performance of the Construction Contract are dedicated
furnished or supplied or for whom the to satisfy obligations of the Contractor and Surety under
labor was done or performed, within this Bond,subject to the Owner's priority to use the funds
ninety (90) days after having last for the completion of the work.
performed labor or last furnished
materials or equipment included in the 10. The Surety shall not be liable to the Owner, Claimants,or
Claim;and others for obligations of the Contractor that are unrelated
to the Construction Contract. The Owner shall not be
5.1.2 have sent a Claim to the Surety (at the liable for the payment of any costs or expenses of any
address described in Paragraph 13). Claimant under this Bond, and shall have under this Bond
no obligation to make payments to or give notice on
5.2 Claimants who are employed by or have a direct behalf of Claimants, or otherwise have any obligations to
contract with the Contractor have sent a Claim to Claimants under this Bond.
the Surety (at the address described in Paragraph
13). 11. The Surety hereby waives notice of any change, including
changes of time,to the Construction Contract or to related
subcontracts,purchase orders,and other obligations.
EJCDC°C-615,Payment Bond
Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies,
and American Society of Civil Engineers. All rights reserved. 2 of 3
12. No suit or action shall be commenced by a Claimant under 8. The total amount due and unpaid to the
this Bond other than in a court of competent jurisdiction in Claimant for labor, materials, or equipment
the state in which the project that is the subject of the furnished as of the date of the Claim.
Construction Contract is located or after the expiration of
one year from the date (1) on which the Claimant sent a 16.2 Claimant: An individual or entity having a direct
Claim to the Surety pursuant to Paragraph 5.1.2 or 5.2,or contract with the Contractor or with a
(2) on which the last labor or service was performed by subcontractor of the Contractor to furnish labor,
anyone or the last materials or equipment were furnished materials,or equipment for use in the performance
by anyone under the Construction Contract, whichever of of the Construction Contract. The term Claimant
(1) or (2) first occurs. If the provisions of this paragraph also includes any individual or entity that has
are void or prohibited by law, the minimum period of rightfully asserted a claim under an applicable
limitation available to sureties as a defense in the mechanic's lien or similar statute against the real
jurisdiction of the suit shall be applicable. property upon which the Project is located. The
intent of this Bond shall be to include without
13. Notice and Claims to the Surety, the Owner, or the limitation in the terms of "labor, materials, or
Contractor shall be mailed or delivered to the address equipment" that part of the water, gas, power,
shown on the page on which their signature appears. light, heat, oil, gasoline, telephone service, or
Actual receipt of notice or Claims, however accomplished, rental equipment used in the Construction
shall be sufficient compliance as of the date received. Contract, architectural and engineering services
required for performance of the work of the
14. When this Bond has been furnished to comply with a Contractor and the Contractor's subcontractors,
statutory or other legal requirement in the location where and all other items for which a mechanic's lien may
the construction was to be performed, any provision in be asserted in the jurisdiction where the labor,
this Bond conflicting with said statutory or legal materials,or equipment were furnished.
requirement shall be deemed deleted herefrom and
provisions conforming to such statutory or other legal 16.3 Construction Contract: The agreement between
requirement shall be deemed incorporated herein. When the Owner and Contractor identified on the cover
so furnished,the intent is that this Bond shall be construed page, including all Contract Documents and all
as a statutory bond and not as a common law bond. changes made to the agreement and the Contract
Documents.
15. Upon requests by any person or entity appearing to be a
potential beneficiary of this Bond, the Contractor and 16.4 Owner Default: Failure of the Owner, which has
Owner shall promptly furnish a copy of this Bond or shall not been remedied or waived, to pay the
permit a copy to be made. Contractor as required under the Construction
Contract or to perform and complete or comply
16. Definitions with the other material terms of the Construction
Contract.
16.1 Claim: A written statement by the Claimant
including at a minimum: 16.5 Contract Documents: All the documents that
comprise the agreement between the Owner and
1. The name of the Claimant; Contractor.
2. The name of the person for whom the labor
was done, or materials or equipment 17. If this Bond is issued for an agreement between a
furnished; contractor and subcontractor, the term Contractor in this
3. A copy of the agreement or purchase order Bond shall be deemed to be Subcontractor and the term
pursuant to which labor, materials, or Owner shall be deemed to be Contractor.
equipment was furnished for use in the
performance of the Construction Contract; 18.Modifications to this Bond are as follows:
4. A brief description of the labor, materials, or
equipment furnished;
5. The date on which the Claimant last
performed labor or last furnished materials or
equipment for use in the performance of the
Construction Contract;
6. The total amount earned by the Claimant for
labor, materials,or equipment furnished as of
the date of the Claim;
7. The total amount of previous payments
received by the Claimant;and
EJCDC'C-615,Payment Bond
Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies,
and American Society of Civil Engineers. All rights reserved. 3 of 3
POWER NO. 0320052 05
General Power Westfield Insurance Co.
of Attorney Westfield National Insurance Co.
CERTIFIED COPY Ohio Farmers Insurance Co.
Westfield Center, Ohio
Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO
FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company" and collectively as "Companies," duly
organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these
presents make,constitute and appoint
SCOTT R. CLARK, MARTY C.CLARK, SHANNON C. SCHMIDLY, ELIZABETH A.SOLOMON,MARY ANN JUSTICE, LISA
MCCLURE, PAXTON CLARK, GRAVES SCHMIDLY, SUZANNE NIEDZWIEDZ,JOINTLY OR SEVERALLY
of FORT SMITH and State of AR its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name,
place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of
suretyship in any penal limit.- - - - - -.
LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE
GUARAN I EL,OR BANK DEPOSITORY BONDS.
and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President,sealed with the corporate
seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorneys)-in-Fact may do in
the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the
WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY:
"Be It Resolved,that the President, any Senior Executive,any Secretary or any Fidelity& Surety Operations Executive or other Executive shall
be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for
and on behalf of the Company subject to the following provisions:
The Attorney-in-Fact. may be given full power and authority for and in the name of and on behalf of the Company,to execute,acknowledge and
deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all
notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such
Attorney-in-Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary."
"Be it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any
power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile
seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." (Each adopted at a meeting
held on February 8, 2000).
In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE
COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate seals to be hereto
affixed this 27th day of JANUARY A.D., 2023 .
Corporate """� ,•N,�CpN��''.., a•''""" WESTFIELD INSURANCE COMPANY
Seals 0 .••••..'bC•e, •••', P,.••••••••....'S' WESTFIELD NATIONAL INSURANCE COMPANY
Affixed v .AM :0:
! � --:-.... lo z . (4 A
p 3�:• '';-- OHIO FARMERS INSURANCE COMPANY
•-, Mitt. N: SEAL •�- ;;�;•� 0' F
•
.. .....
State of Ohio �'''•.nnn..N•••,•` .... . ......".
„ ........ ' eq "".."`r' By:
County of Medina ss.: Gary W. umper, Nationa urety Leader and
Senior Executive
On this 27th day of JANUARY A.D., 2023 , before me personally came Gary W. Stumper to me known, who, being by me duly sworn,
did depose and say, that he resides in Medina, OH; that he is National Surety Leader and Senior Executive of WESTFIELD INSURANCE
COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which
executed the above instrument; that he knows the seals of said Companies; that the seals affixed to said instrument are such corporate seals;that
they were so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order.
Notarial owe
Seal '� 4‘ A2zeidir0A-
PP`�V%" S
Affixed
• a •
State of Ohio yt 4D/o David A. Kotnik, Attorney at Law, Notary Public
County of Medina ss.: 4 •tom My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code)
'`, TE OF O
I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS
INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said
Companies,which is still in full force and effect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are
in full force and effect.
In Witness Where f have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this 1 5thday of
1 May A.D., 2024
ze:9,...:.s.s.5.‘..8.:1:164.,......./1„,,,.4,:..6.;_s\.:: 1/....,..........;.....1 1 $
~ N SEAL m c ;f
SeaTtary
I _ # :y: :r) 1848 : :
•`'�- ? •'?'•''• '.o;- '•• •'+�" Frank A. Carrino, Secretary
,,'"•••.q NUN•••'`,,•`,• '••••.N •••"•
4
BPOAC2 (combined) (03-22)
4
EJ_CDC=
ENGINEERS JOINT CONTRACT
DOCUMENTS COMMITTEE PERFORMANCE BON D
CONTRACTOR(name and address): SURETY(name and address of principal place of business):
Benchmark Construction of NWA,Inc. Westfield Insurance Company
333 West Poplar,Ste A P.O.Box 5001
Fayetteville,Arkansas 72703 Westfield Center,OH 44251-5001
OWNER (name and address):City of Fayetteville
113 W.Mountain Street
Fayetteville,Arkansas 72701
CONSTRUCTION CONTRACT
Effective Date of the Agreement: May 7, 2024
Amount:one Million Thirty-nine Thousand Seven Hundred Seventy-nine And 09/100 Dollars($1,039,779.09)
Description (name and location): Mission Blvd.Trail Storm Drainage(Phase 2)(Viewpoint to Ranch Dr.)Contract No.24-28
BOND
Bond Number:403979W
Date(not earlier than the Effective Date of the Agreement of the Construction Contract): 5/15/2024
Amount:One Million Thirty-nine Thousand Seven Hundred Seventy-nine And 09/100 Dollars ($1,039,779.09)
Modifications to this Bond Form: n None n See Paragraph 16
Surety and Contractor, intending to be legally bound hereby,subject to the terms set forth below,do each cause
this Performance Bond to be duly executed by an authorized officer, agent, or representative.
CONTRACTOR AS PRINCIPAL SU•ETY
Benchmark Construction of NWA,Inc. (seal) , es . Insurance Company (seal)
Contractor's Name and Corporate Seal uret . e Corporate Seal
iv'
By: !r/ By: /
Signature Signature(attach power of attorney)
rrElsvilE NI S,4( /744 Scott R.Clark
Print Name Print Name
C.—Ca Attorney-In-Fact
Title Title
Attest. Wsi°111-144Attest: fey
nature (..,
Signatu
he-er Mary Ann Justice,Witness
Title Title
Notes:(1)Provide supplemental execution by any additional parties,such as joint venturers. (2)Any singular reference to
Contractor,Surety,Owner,or other party shall be considered plural where applicable.
EJCDC"C-610,Performance Bond
Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies,
and American Society of Civil Engineers. All rights reserved. 1 of 3
1. The Contractor and Surety, jointly and severally, bind to be secured with performance and payment bonds executed
themselves, their heirs, executors, administrators, successors, and by a qualified surety equivalent to the bonds issued on the
assigns to the Owner for the performance of the Construction Construction Contract, and pay to the Owner the amount of
Contract,which is incorporated herein by reference. damages as described in Paragraph 7 in excess of the Balance of
the Contract Price incurred by the Owner as a result of the
2. If the Contractor performs the Construction Contract,the Surety Contractor Default;or
and the Contractor shall have no obligation under this Bond, except
when applicable to participate in a conference as provided in 5.4 Waive its right to perform and complete, arrange for
Paragraph 3. completion, or obtain a new contractor, and with reasonable
promptness under the circumstances:
3. If there is no Owner Default under the Construction Contract,
the Surety's obligation under this Bond shall arise after: 5.4.1 After investigation, determine the amount for
which it may be liable to the Owner and, as soon as
3.1 The Owner first provides notice to the Contractor and practicable after the amount is determined, make payment
the Surety that the Owner is considering declaring a Contractor to the Owner;or
Default. Such notice shall indicate whether the Owner is
requesting a conference among the Owner, Contractor, and 5.4.2 Deny liability in whole or in part and notify the
Surety to discuss the Contractor's performance. If the Owner Owner,citing the reasons for denial.
does not request a conference, the Surety may, within five (5)
business days after receipt of the Owner's notice,request such a 6. If the Surety does not proceed as provided in Paragraph 5 with
conference. If the Surety timely requests a conference, the reasonable promptness, the Surety shall be deemed to be in default
Owner shall attend. Unless the Owner agrees otherwise, any on this Bond seven days after receipt of an additional written notice
conference requested under this Paragraph 3.1 shall be held from the Owner to the Surety demanding that the Surety perform its
within ten (10) business days of the Surety's receipt of the obligations under this Bond, and the Owner shall be entitled to
Owner's notice. If the Owner, the Contractor, and the Surety enforce any remedy available to the Owner. If the Surety proceeds as
agree, the Contractor shall be allowed a reasonable time to provided in Paragraph 5.4,and the Owner refuses the payment or the
perform the Construction Contract,but such an agreement shall Surety has denied liability, in whole or in part,without further notice
not waive the Owner's right, if any, subsequently to declare a the Owner shall be entitled to enforce any remedy available to the
Contractor Default; Owner.
3.2 The Owner declares a Contractor Default, terminates 7. If the Surety elects to act under Paragraph 5.1, 5.2,or 5.3,then
the Construction Contract and notifies the Surety;and the responsibilities of the Surety to the Owner shall not be greater
than those of the Contractor under the Construction Contract, and
3.3 The Owner has agreed to pay the Balance of the the responsibilities of the Owner to the Surety shall not be greater
Contract Price in accordance with the terms of the Construction than those of the Owner under the Construction Contract. Subject to
Contract to the Surety or to a contractor selected to perform the the commitment by the Owner to pay the Balance of the Contract
Construction Contract. Price,the Surety is obligated,without duplication for:
4. Failure on the part of the Owner to comply with the notice 7.1 the responsibilities of the Contractor for correction of
requirement in Paragraph 3.1 shall not constitute a failure to comply defective work and completion of the Construction Contract;
with a condition precedent to the Surety's obligations,or release the
Surety from its obligations, except to the extent the Surety 7.2 additional legal, design professional, and delay costs
demonstrates actual prejudice. resulting from the Contractor's Default, and resulting from the
actions or failure to act of the Surety under Paragraph 5;and
5. When the Owner has satisfied the conditions of Paragraph 3,the
Surety shall promptly and at the Surety's expense take one of the 7.3 liquidated damages, or if no liquidated damages are
following actions: specified in the Construction Contract,actual damages caused by
delayed performance or non-performance of the Contractor.
5.1 Arrange for the Contractor, with the consent of the
Owner,to perform and complete the Construction Contract; 8. If the Surety elects to act under Paragraph 5.1, 5.3, or 5.4, the
Surety's liability is limited to the amount of this Bond.
5.2 Undertake to perform and complete the Construction
Contract itself,through its agents or independent contractors; 9. The Surety shall not be liable to the Owner or others for
obligations of the Contractor that are unrelated to the Construction
5.3 Obtain bids or negotiated proposals from qualified Contract, and the Balance of the Contract Price shall not be reduced
contractors acceptable to the Owner for a contract for or set off on account of any such unrelated obligations. No right of
performance and completion of the Construction Contract, action shall accrue on this Bond to any person or entity other than
arrange for a contract to be prepared for execution by the the Owner or its heirs, executors, administrators, successors, and
Owner and a contractor selected with the Owners concurrence, assigns.
EJCDC"C-610,Performance Bond
Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies,
and American Society of Civil Engineers. All rights reserved. 2 of 3
10. The Surety hereby waives notice of any change, including for damages to which the Contractor is entitled, reduced by all
changes of time, to the Construction Contract or to related valid and proper payments made to or on behalf of the
subcontracts,purchase orders,and other obligations. Contractor under the Construction Contract.
11. Any proceeding, legal or equitable, under this Bond may be 14.2 Construction Contract: The agreement between the
instituted in any court of competent jurisdiction in the location in Owner and Contractor identified on the cover page, including all
which the work or part of the work is located and shall be instituted Contract Documents and changes made to the agreement and
within two years after a declaration of Contractor Default or within the Contract Documents.
two years after the Contractor ceased working or within two years
after the Surety refuses or fails to perform its obligations under this 14.3 Contractor Default: Failure of the Contractor, which
Bond,whichever occurs first. If the provisions of this paragraph are has not been remedied or waived, to perform or otherwise to
void or prohibited by law, the minimum periods of limitations comply with a material term of the Construction Contract.
available to sureties as a defense in the jurisdiction of the suit shall be
applicable. 14.4 Owner Default: Failure of the Owner, which has not
been remedied or waived, to pay the Contractor as required
12. Notice to the Surety, the Owner, or the Contractor shall be under the Construction Contract or to perform and complete or
mailed or delivered to the address shown on the page on which their comply with the other material terms of the Construction
signature appears. Contract.
13. When this Bond has been furnished to comply with a statutory 14.5 Contract Documents:All the documents that comprise
or other legal requirement in the location where the construction was the agreement between the Owner and Contractor.
to be performed, any provision in this Bond conflicting with said
statutory or legal requirement shall be deemed deleted herefrom and 15. If this Bond is issued for an agreement between a contractor and
provisions conforming to such statutory or other legal requirement subcontractor, the term Contractor in this Bond shall be deemed to
shall be deemed incorporated herein. When so furnished,the intent be Subcontractor and the term Owner shall be deemed to be
is that this Bond shall be construed as a statutory bond and not as a Contractor.
common law bond.
16. Modifications to this Bond are as follows:
14. Definitions
14.1 Balance of the Contract Price: The total amount
payable by the Owner to the Contractor under the Construction
Contract after all proper adjustments have been made including
allowance for the Contractor for any amounts received or to be
received by the Owner in settlement of insurance or other claims
EJCDCO°C-610,Performance Bond
Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies,
and American Society of Civil Engineers. All rights reserved. 3 of 3
General POWER NO. 0320052 05
Power Westfield Insurance Co.
{ of Attorney Westfield National Insurance Co.
CERTIFIED COPY Ohio Farmers Insurance Co.
Westfield Center, Ohio
Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO
FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company" and collectively as "Companies," duly
organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these
presents make, constitute and appoint
SCOTT R. CLARK, MARTY C. CLARK, SHANNON C. SCHMIDLY, ELIZABETH A. SOLOMON,MARY ANN JUSTICE, LISA
MCCLURE,PAXTON CLARK, GRAVES SCHMIDLY, SUZANNE NIEDZWIEDZ,JOINTLY OR SEVERALLY
of FORT SMITH and State of AR its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name,
place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of
suretyship in any penal limit.- - - - - - .
LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE
GUARANTEE,OR BANK DEPOSITORY BONDS.
and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President,sealed with the corporate
seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in
the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the
WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY:
"Be It Resolved, that the President, any Senior Executive,any Secretary or any Fidelity& Surety Operations Executive or other Executive shall
be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for
and on behalf of the Company subject to the following provisions:
The Attorney-in-Fact. may be given full power and authority for and in the name of and on behalf of the Company,to execute,acknowledge and
deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all
notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such
Attorney-in-Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary."
"Be it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any
power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile
seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." (Each adopted at a meeting
held on February 8, 2000).
In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE
COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate seals to be hereto
affixed this 27th day of JANUARY A.D., 2023 . .
:EAL4124".;;;;.;
quu,•••' G
Corporate """� ,.••S�nNA��''%, ,.••'""""""""+off WESTFIELD INSURANCE COMPANY
Seals Q — ,.0/,,.•••• ,,,,S''• WESTFIELD NATIONAL INSURANCE COMPANY
Affixed v .w. ro ••p'• s �'': t OHIO FARMERS INSURANCE COMPANY
�'� '�v SEAL :�' :c��r�itfe
(/) r 11567M71-
State of Ohio BY if County
of Medina ss.: Gary W. umper, Nationa'�
Surev Leader and
Senior Executive
On this 27th day of JANUARY A.D., 2023 , before me personally came Gary W. Stumper to me known, who, being by me duly sworn,
did depose and say, that he resides in Medina, OH; that he is National Surety Leader and Senior Executive of WESTFIELD INSURANCE
COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which
executed the above instrument;that he knows the seals of said Companies;that the seals affixed to said instrument are such corporate seals;that
they were so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order.
Notarial
Seal
Affixed , a" • SL
,.„ ePmeed/a0A-
..,
•.........r
State of Ohio ,p O David A. Kotnik, Attorney at Law, Notary Public
County of Medina ss.: y d•� My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code)
TEocO
I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS
INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said
Companies,which is still in full force and effect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are
in full force and effect.
In Witness Wherepf have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this 1 5thday of
May A.D., ZUZ4.
6,--...Ntc, ":9.\'...... -....s\ 4.*"-z- tc.-%„ N.
1...1.. 4, . SEAL iP_ io o s = �i/
•.• ,i, ��� ;. ,o ' : 1648:i!`= Frank A. Carrino, Secretary SsaYtary
BPOAC2 (combined) (03-22)
Benchmark Construction of NWA, INC-Change Order No. 1
City of Fayetteville Staff Review Form
2024-0750 Item ID ARCHIVED
N/A
City Council Meeting Date-Agenda Item Only
N/A for Non-Agenda Item
Matt Mihalevich 12/11/2024 ENGINEERING (621)
Submitted By Submitted Date Division/ Department
Action Recommendation:
Staff requests approval of Change Order#1 with Benchmark Construction of NWA, Inc. to increase the original
contract amount of$989,779.09 by$47,288.38 resulting in a new contract amount of$1,037,067.47 and approval
of a budget adjustment for additional work. The contract with Benchmark Construction of NWA, Inc. was approved
by resolution 125-24 with $50,000 in contingency so this request is within the City Council approved project
contingency.
Budget Impact:
4703.860.7302-5814.05 Improvements Trails 2022 Bonds
Account Number Fund
46030.7302 Mission Boulevard Corridor
Project Number Project Title
Budgeted Item? Yes Total Amended Budget $ 1,101,152.00
Expenses (Actual+Encum) $ 1,098,282.64
Available Budget $ ?,869.36
Does item have a direct cost? Yes Item Cost $ 47,288.38
Is a Budget Adjustment attached? Yes Budget Adjustment $ 47,289.00
Remaining Budget I 5 869.98
V20221130
Purchase Order Number: 2024-00000558 Previous Ordinance or Resolution# is 2-24
Change Order Number: 1 Approval Date: 12/17/2024
Original Contract Number: 2024-00000030
Comments:
CITY OF
FAYETTEVILLE STAFF MEMO
1P-iipp ARKANSAS
TO: Lioneld Jordan, Mayor
THRU: Susan Norton, Chief of Staff
Chris Brown, Director of Public Works/City Engineer
FROM: Matt Mihalevich, Active Transportation Manager
DATE: 12/6/2024
SUBJECT: 2024-0750—Change Order#1 with Benchmark Construction of NWA, Inc.
for additional work on the Mission Blvd. Trail.
RECOMMENDATION:
Staff requests approval of Change Order#1 with Benchmark Construction of NWA, Inc. to
increase the original contract amount of$989,779.09 by $47,288.38 resulting in a new contract
amount of$1,037,067.47 and approval of a budget adjustment for additional work. The contract
with Benchmark Construction of NWA, Inc. was approved by resolution 125-24 with $50,000 in
contingency so this request is within the City Council approved project contingency.
BACKGROUND:
On May 7th, 2024 resolution 125-24 approved bid 24-28 and a contract with Benchmark
Construction of NWA, Inc. to construct phase 2 of the stormwater and curb on the Mission Blvd.
Trail from Viewpoint Drive to Ranch Drive. Construction of the 1.5-mile-long trail from Viewpoint
Drive to Maple Street has been divided into phases for constructability.
DISCUSSION:
This change order is necessary for Benchmark Construction of NWA, Inc. to install an additional
storm drain inlet and extend the Niokaska Creek box culvert.
BUDGET/STAFF IMPACT:
The $50,000 contingency funds have been allocated from the 2019 trail bond and approved by
City Council to cover the change order cost.
Attachments:
2024-0750 Budget Adjustment
Benchmark Construction—Change Order#1 - Signed by Roger Ross 12-11-24
Purchase Order 2024-00000558 with change order mark-up
Resolution 125-24
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
CHANCE ORDER
CITY OF
�� FAY E T T E V I L L E Contract Number 2024-00000030
A R K A N S A S Purchase Order 2023-00000558
Contract Title Mission Blvd.Trail Storm Drainage Ph.2
Res. 125-24,Bid 24-28
Change Order No. I Date of Issuance December I0,2024
To Contractor: Benchmark Construction of N WA,Inc. RESOLUTION: 50-23
The Contract is changed as follows:
Bid Previous Unit Contract Revised Revised Original Revised
Contract Item Item Estimated of Unit Estimated Unit Estimated Estimated
Changes No. Description Quantity Measure Price Quantity Price Cost Cost
A. 8 Select Fill Placement 150.00 CY $63.33 0.00 $63.33 S9,499.50 130.181
B. 9 Class 7 Base 200.00 Ton $43.85 414.28 $43.85 S8,770.00 518,166.18
C 10 4"Thick 4,000 PSI Conc.Trail 100.00 SY $112.10 0.00 $112.10 51 1,210.(8) S0.00
I) I 1 Curb&Gutter(Type D) 2,935.00 LF $48.08 2,738.00 $48.08 5141,114.80 S131,643 04
I. 12 Lip Curb&Gutter 1,014.00 LF $38.35 699.00 $38.55 $39,089.70 S26,946.45
1- 5 4'x 4'Rein.Conc.Curb Inlet ')Jln F.A S5,823.33 10.00 $5.823.33 S52.409.97 S58'3 3,30
t, 19 4'x 4'Junction Box 3.00 EA $6,226.67 4.00 S6,226.67 $18,680.01 S24,906.68
l i 25 18"Flared End Section 3.00 EA $1,291.92 2.00 S1.291.92 $3,875.76 S2.583.84
I 26 18"Reinforced Concrete Pipe 461.00 LF $97.52 466'1' $97.52 $44,956.72 S45.534.04
27 24"Reinforced Concrete Pipe 427.00 LF $116.47 428.50 $116.47 $49,732.69 S49,907.40
1, 29 36"Reintorced Concrete Pipe 200.00 LF $224.97 212.5') S224.97 $44,994 00 $47,826.37
1 36 10'x 6'Rein.Conc.Box Culvert 20.00 LF $1,679.85 56.65 51.679.85 $33,597 00 595,163,50
NI 37 10'x 6'Rein.Conc.Box Culvert 40.00 LF $740.16 45.82 S740.16 S29.606.40 533,914.13
Wing Walls
Summation of Cost $487,536.55 5534,824.93
Net Cost for this Change Order S47,288.38
lime Change
Construction Start Date The original Contract Price was S 989,779.09
Original Substantial Com�Ietion Date Net change bv_,prevtously authorized change orders S -
I'his Change Order(calendar days) The Contract Price prior to this Change Order was S 989.779.09
New Substantial Completion Date, 3-he Contract Price will be increastxtkr� _ $ 47.288.38
New Final Completion Date The new Contract Price including this Change Order will be $ 1,1137.067.47
NOTE: N valid until signed by the Owner
Ci ' ayeftevill Bench • Construction of NWA,Inc.
,......<124,2,(2024 / 2 //'2--I
Y Mayor L' neld Jo'clan DATE BY S eve Smith/Roger Ross DATE
/
City of Fayetteville,Arkansas- Budget Adjustment Form
Budget Year Division Adjustment Number
/Org2 ENGINEERING(621)
2024
Requestor: Matt Mihalevich
BUDGET ADJUSTMENT DESCRIPTION/JUSTIFICATION:
Staff requests approval of Change Order#1 with Benchmark Construction of NWA, Inc.to increase the original contract
amount of$989,779.09 by$47,288.38 resulting in a new contract amount of$1,037,067.47 and approval of a budget
adjustment for additional work. The contract with Benchmark Construction of NWA,Inc.was approved by resolution
125-24 with $50,000 in contingency so this request is within the City Council approved project contingency.
REQUEST DATE: 12/4/2024
Division Head Date371
I Z 11 vPLf
Department Director Date Budget Division Date
TYPE:
Chief Financial Officer Date JOURNAL#:
GLDATE:
Chief of Staff Date CHKD/POSTED:
TOTAL - - v.20241029
Increase/(Decrease) Project.Sub#
Account Number Expense Revenue Project Sub.Detl AT Account Name
4703.860.7302-5911.99 (47,289) - 46030 7302 EX Contingency-Capital Project
4703.860.7302-5814.05 47,289 - 46030 7302 EX Improvements-Trails
----\\city\-dfs'<6ivs\£-ngineering rcits\-i'rojectskMission-Bivd-Troif'<$enehmork Construction\PUy A.,ps\Non=Agenda Change-Order&2024-
0750 Benchmark CO#1 BA 1 of 1
V
4-4 %i
zis
113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 125-24
File Number: 2024-1882
BENCHMARK CONSTRUCTION OF NWA,INC.(BID AWARD):
A RESOLUTION TO AWARD BID #24-28 AND AUTHORIZE A CONTRACT WITH BENCHMARK
CONSTRUCTION OF NWA, INC. IN THE AMOUNT OF $989,779.09 FOR STORM DRAINAGE
INSTALLATION ALONG THE MISSION BOULEVARD TRAIL, TO APPROVE A PROJECT CONTINGENCY
IN THE AMOUNT OF $50,000.00, AND TO APPROVE A BUDGET ADJUSTMENT — 2019 TRAIL
IMPROVEMENT BOND PROJECT
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,ARKANSAS:
Section 1: That the City Council of the City of Fayetteville,Arkansas hereby awards Bid#24-28 and authorizes Mayor
Jordan to sign a contract with Benchmark Construction of NWA, Inc. in the amount of$989,779.09 for Phase 2 of
storm drainage installation along the Mission Boulevard Trail from Viewpoint Drive to Old Wire Road, 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 cops of
which is attached to this Resolution.
PASSED and APPROVED on May 7,2024
Approve.: Attest: ` Oaq,ItTREA/*
A.,,,,,.. ...a.„...,, to:Wi t i t c V111' . S
ione d Jordan, 1 . .r Kara Paxton,City lerk Treasurer : �Z
i
Page 1
co City of Fayetteville CO City of Fayetteville PURCHASE ORDER
125 W Mountain r 113 W Mountain St NO. 2024-00000558
-113
Fayetteville, AR 72701 FAYETTEVILLE, AR 72701
O 0 DATE 05/17/2024
VENDOR 68230 Benchmark Construction of NWA Inc
DELIVER BY
C) Benchmark Construction of NWA Inc SHIP VIA
O 333 W Poplar Suite A ' `''�Y FREIGHT TERMS 1
�_ FAYETTEVILLE
Fayetteville,AR 72703 ARKANSAS
� ORIGINATOR Matthew Mihalevich
RESOLUTION # 125-24
C)
0 PAYMENT TERMS 30
FINAL PAYMENT YES NO
QUANTITY U/M DESCRIPTION UNIT COST TOTAL COST
1.0000 Each Construction-Streets,Sidewalks,Utilities-a)Mission Blvd Trail Storm $ggg 779.0900 $989 779 09
Drainage Installation-From Viewpoint Drive to Old Wire Road
4703.860.7302-5814.05(Improvements Trails) $989,779.09
46030.7302(Trail Projects(2019/2022 Bonds),
Mission Boulevard Corridor)
Change Order#1 - Please add line item B for
contract 2024-00000030 to increase the
amount by $47,288.38 using GL account
number 4703.860.7302-5814.05 - Trail
Improvements and project number 46030.7302
Mission Blvd. Corridor
SUBTOTAL $989,779.09
thitiet,4611SALES TAX $0.00
PAGE 1 OF 1 TOTAL DUE $989,779.09
APPROVED BY
SPECIAL INSTRUCTIONS
Per Res#125-24, Bid#24-28
Contract#2024-00000030